Loading...
HomeMy Public PortalAbout21-9926 Agreement with Landshore EnterprisesSponsored By: City Manager RESOLUTION NO. 21-9926 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH LANDSHORE ENTERPRISES, LLC FOR THE COMPLETION OF PHASE 1 OF THE BURLINGTON STREET CANAL PROJECT IN AN AMOUNT OF FIVE HUNDRED ONE THOUSAND, EIGHTY-FOUR DOLLARS ($501,084.00); FURTHER APPROVING A TEN PERCENT (10%) CONTINGENCY BUDGET IN THE TOTAL AMOUNT OF FORTY FIVE THOUSAND, FIVE HUNDRED FIFTY THREE DOLLARS ($45,553.00); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, on January 22, 2014, the City Commission of the City of Opa-Locka ("City Commission") adopted Resolution 14-8748 to accept Seven Hundred Thousand Dollars ($700,000) in financial assistance from the Florida Department of Environmental Protection Agency (FDEP), which is identified with the grant funding #LP13035, to restore the Burlington Street Canal with the City of Opa-Locka ("City"); and WHEREAS, on May 14, 2014, the City Commission adopted Resolution 14-8792 authorizing the City Manager to issue a Request for Proposal (RFP) for design -build services for Burlington Street Canal dredging, bank restoration, and stabilization with slope correction ("Burlington Street Canal Project")("Project"); and WHEREAS, the City Manager has confirmed that all CCNA services in connection with Section 287.055, Florida Statutes have been completed with only construction services remaining; and WHEREAS, in response to the prior RFP, Landshore Enterprises, LLC ("Contractor") was selected by the Evaluation Committee as the No. 1 ranked company. Further, the City Commission adopted Resolution 14-8841, approving the City Manager to enter into an Agreement with said firm for an amount of One million, Six Hundred Thirty -Six Thousand, One Hundred Sixty -Seven Dollars ($1,636,167), which was to cover all three phases of the Project; and WHEREAS, following passage of Resolution 14-8841, the City Manager executed an agreement with Landshore Enterprises, LLC to complete Phase I for Seven Hundred Thousand Dollars ($700,000), to be reimbursed by the FDEP grant after the City paid the Contractor. During Fiscal Year 2015, all capital projects fell behind. Consequently, the Contractor eventually demobilized the instant Burlington Street Canal Project; and WHEREAS, the City Manager seeks to remobilize Burlington Street Canal Project by entering into an Agreement with Landshore Enterprises, LLC; and Resolution No. 21-9926 WHEREAS, Section 2-318 (4) (a) of the of the City's Purchasing Code (as approved by Ordinance 2020-07) exempts "services involving special skill, ability, training, or expertise, which in their nature are unique, original or creative" from competitive procurement; and WHEREAS, Landshore Enterprises, LLC's expertise of the Burlington Street Canal is unique in that Contractor is uniquely familiar with the project in a way that no other potential contractor could be as the firm has already developed the design basis for the three phases and has completed half of Phase I. It is recommended by the City Manager that continuing with the Contractor is the best interest of the City to save critical time and money; and WHEREAS, the original proposal for Phase I of the Project was Seven Hundred Thousand Dollars ($700,000), of which the Contractor has received Three Hundred Forty Six Thousand, Six Hundred Twenty -Four Dollars ($346,624). Due to the inactivity on the project, some permits and bonds have expired, certain trees impacted by the Hurricane Irma need to be removed and re-evaluation is required in order to validate existing conditions. The Contractor has proposed a change order of One Hundred Two Thousand, One Hundred Fifty -Five Dollars ($102,155.00) to cover these additional conditions that were not present when the project was demobilized in 2015. Consequently, Four Hundred Fifty -Five Thousand, Five Hundred Thirty -One Dollars (S455,531.00) is now required to finish Phase I; and WHEREAS, in addition to the Four Hundred Fifty -Five Thousand, Five Hundred Thirty -One Dollars (S455,531.00) proposed to finish Phase I, it is recommended that an additional 10% contingency of Forty Five Thousand, Five Hundred Fifty -Three Dollars (S45,553.00) be established for use in the event that further change orders become necessary; and WHEREAS, the City Commission finds it in the best interest of the City to remobilize the Burlington Street Canal Project and enter into an agreement with Landshore Enterprises, LLC., attached hereto as Exhibit "A", to complete Phase 1 of the Burlington Street Canal Project. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA: SECTION 1. The recitals to the preamble herein are incorporated by reference. Resolution No. 21-9926 SECTION 2. AUTHORIZATION The City Commission of the City of Opa-Locka, Florida hereby authorizes the City Manager to enter into an agreement with Landshore Enterprises, LLC., for completion of Phase 1 of the Burlington Street Canal Project, described hereto in Exhibit "A". SECTION 3. SCRIVENER'S ERRORS Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors may be made that do not affect the intent of this Resolution as may be authorized by the City Manager, and approved by the City Attorney as to form, without the need of a public hearing, by filing a corrected copy of same with the City Clerk. SECTION 4. EFFECTIVE DATE This Resolution shall take effect upon the adoption and is subject to the approval of the Governor or Governor's Designee. PASSED and ADOPTED this 27th day of October, 2021. Matthew A. Pigatt, Mayor ATTEST: Jo\. nna Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Resolution No. 21-9926 Moved by: Vice Mayor Williams Seconded by: Commissioner Taylor VOTE: 4-0 Commissioner Bass YES Commissioner Davis ABSENT Commissioner Taylor YES Vice -Mayor Williams YES Mayor Pigatt YES City of Opa-locka Agenda Cover Memo Department Director: Airia Austin Department Signature: .�, , -,Signature: 4 City Manager: John E. Pate CM Signature: Commission Meeting Date: 10/27/2021 Item Type: (EnterXin box) Resolution Ordina e + er X Fiscal Impact: (EnterXin box) Yes No Ordinance Reading: (EnterXin box) ist Reading 21/d Reading X Public Hearing: (EnterXin box) Yes No Yes No X X Funding Source: Account# : (Enter Fund & Dept) Ex: See Financial Impact Section Advertising Requirement: (EnterXin box) Yes No X Contract/P.O. Required: (EnterXin box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (EnterXin box) Yes No Strategic Plan Priority Enhance Organizational Area: Strategic Plan 04/Strategy: (list the specific objective/strategy this item will address) X Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communication m El so Sponsor Name City Manager Department City Manager BURLINGTON STREET CANAL PROJECT - COMPLETION OF PHASE -I Staff Summary. On January 22, 2014, the City Commission adopted Resolution 14-8748 to accept $700,000 in Financial Assistance from the Florida Department of Environmental Protection Agency (FDEP) identified with the grant funding LP13035 to restore Burlington Street Canal. Around May of the same year, the City Commission adopted Resolution 14-8792 authorizing the City Manager to issue a Request for Proposal (RFP) for design -build services for Burlington Street Canal dredging, bank restoration, and stabilization with slope correction. In response to the RFP, Landshore Enterprises was selected by the Evaluation Committee as the No. 1 ranked company, and the City Commission adopted Resolution 14-8841 approving the City Manager to enter into an Agreement with the firm for $1,636,167. This amount covered the three phases of the project. After Resolution 14-8841, the City Manager executed an agreement with Landshore Enterprises to complete Phase I for $700,000, to be reimbursed by the FDEP grant after the City paid the Contractor. During Fiscal Year 2015 all capital projects fell behind. The Contractor eventually demobilized this project. Staff is seeking Commission's approval to remobilize Burlington Street Canal Project by entering into an agreement with Landshore Enterprises, LLC. The firm is very familiar with the project, has already developed the design basis for the three phases, as such CCNA services are complete, and has completed half of Construction scope for Phase I. Therefore, it is recommended that continuing with the firm is the best interest of the City to save critical time and money rather than starting over. Section 2-317 (4) (o) of the City Code of Ordinances authorizes the waiving of competitive bidding when deemed to be in the City's best interest. The original proposal for Phase I was $700,000, of which the Contractor has received $346,624. Due to the inactivity for many years, some permits and bonds have expired, some trees impacted by the Hurricane Irma need to be removed, and re-evaluation is required to validate existing conditions. The Contractor has proposed a change order of $102,155 to cover these additional conditions not present when the project was demobilized in 2015. Consequently, $455,531 is required to finish Phase I. Financial Impact This project was originally budgeted for FY 21 for $490,000 with $353,376 of grant funding and the remainder coming from Stormwater Fund revenue. In addition to the $455,531 proposed to finish this phase, it is recommended that an additional 10% contingency, $45,553, be established for use in the event that further change orders become necessary. This will now be a FY 22 project and will require a budget amendment for $501,084, utilizing the $353,376 grant and the $136,623 of Stormwater funds not used in FY 21, as well as an additional $11,084 of Stormwater funds since the project will now exceed the FY 21 budget by that amount. Account Description Available Project Remaining Balance Funding 450-334700 State Grants (1P13035) $353,376 $353,376 — 450-3 83010 Transfer In — Fund Balance $932,690 $147,708 $784,982 $501,084 E, Renditure 44-5356278 Burlington Street Canal $501,084 $501,084 — Proposed Action: Staff recommends that the City Commission authorize the City Manager to enter into an agreement with Landshore Enterprises for $455,531 to finish Phase I of the Burlington Street Canal project and further approves the establishment of a 10% contingency ($45,553) for utilization if a need arises for further change orders. Attachment: 1. Agenda 2. Resolution 14-8748, Accepting $700,000 from FDEP for Burlington Canal Project 3. Resolution 14-8792, RFP for Burlington Street Canal 4. Resolution 14-8841, Authorizing the City Manager to enter into an Agreement with Landshore Enterprises for $1,636,167.00 5. Opa-locka Contract w. Landshore Enterprises for the Completion of Phase -1 of Burlington Street Canal Project. Sponsored by: City Manager RESOLUTION NO. 14-8748 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO ACCEPT THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP), STATE FINANCIAL ASSISTANCE AGREEMENT GRANT AWARD, FOR THE BURLINGTON CANAL DREDGING AND SIDE SLOPE RESTORATION PROJECT, IN THE AMOUNT OF $700,000.00; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City Commission of the City of Opa-locka ("City") desires to restore the Canal Bank for the Burlington Canal; and WHEREAS, to ensure required slope compliance with the South Florida Water Management District regulations, the canal has to be restored; and WHEREAS, the Florida Department of Environmental Protection ("FDEP") has awarded the City a $700,000.00 grant, with a match from the City of $1,302,000.00; and WHEREAS, additional funding has been requested under an application to the EPA State Revolving Loan to lessen the match from the City; and WHEREAS, the City Commission desires to authorize the City Manager to accept the Florida Department of Environmental Protection (FDEP), State Financial Assistance Agreement Grant award. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-locka, hereby authorizes the City Manager to the City Manager to accept the Florida Department of Environmental Protection (FDEP), Resolution No. 14-8748 State Financial Assistance Agreement Grant award, for the Burlington Canal dredging and side slope restoration project, in the amount of $700,000.00. Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 22nd day of January, 2014. st to: J• . a Flores City Clerk Moved by: Seconded by: Commission Vote: Commissioner Holmes: Commissioner Johnson: Commissioner Santiago: Vice -Mayor Kelley: Mayor Taylor: A roved as o fo and legal ,L` ciency: Jo ':' " S. eller G j ENS ' ON MARDER PA & y Attorney COMMISSIONER HO MES COMMISSIONER SANTIAGO 5-0 YES YES YES YES YES City of Opa-Locka Agenda Cover Memo Commission Meeting Date: January 22, 2014 Item Type: (Enter X in box) X Fiscal Impact: (Enter X in box) X Ordinance Reading: (Enter X in box) Public Hearing: (Enter X in box) Funding Source: (Enter Acct Na) Contract/P.O. Required: (Enter X in box) Strategic Plan Related (Enter X in box) (Enter Fund & Dept) FDEP & City of • e a-locka X Advertising Requirement: (Enter X in box) X X X RFP/RFQBid #: TBD Strategic Plan Priority Area: Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communcation Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) Increase public health safety and Economic Growth. Sponsor Name City Manager Department: CIP The Burlington Street Canal current does not comply with required slope per South Florida Water Management District criteria. The Canal has progressive bank erosion which is already impacting the adjacent private properties. The bank is very sharp and uneven and is health hazard. The existing condition of the Canal bank has placed the City in great liability as residents are complaining about the threat to their property and the threat to public safety. The unprotected Canal bank is degrading the surface water quality and canal is losing its aesthetic view. Staff is strongly recommending the approval of the resolution to accept this funding and seek additional resources of funding so that we can minimize further damage to our infrastructure and mitigate any further damages to the public and property threats felt by our residents. Staff recommends the adoption of the Resolution to authorize the City Manager to accept funding from the Florida Department of Environmental Protection (FDEP) in the amount of $700,000.00 and a match from the City in the amount of $1,302,000.00. Additional sources of funding to lessen the match by the City, is already underway under the EPA State Revolving Loan. Agreement # LP 13035 TO: Mayor Vice -Mayor Commissioner Commissioner Commissioner Memorandum Myra L. Taylor Joseph L. Kelley Timothy Ho orothy uis B. S FROM: Kelvin L. Baker, Sr., City Ma DATE: January 22, 2014 RE: ohnson Authorization to accept the Florida Department of Environmental Protection Grant # LP 13035 for the Burlington Canal Dredging and Side Slope Restoration Project Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA AUTHORIZING THE CITY MANAGER TO ACCEPT THE FLORIDA DEPARTMENT OF ENVIRONMETNAL PROTECTION STATE FINANCIAL ASSISTANT AGREEEMENT GRANT (FDEP) AWARD, IN THE AMOUNT OF $700,000.00 (SEVEN HUNDRED THOUSAND DOLLARS) FOR THE BURLINGTON CANAL DREDGING AND SIDE SLOPE RESTORATION PROJECT) Description: The Canal bank has to be restored to ensure required slope compliance with the South Florida Water Management District regulations. The slope restoration will enhance public safety, address surface water quality and will also protect adjacent properties. The restoration and related dredging will improve the environmental conditions and also the surface water and canal aesthetic. Financial Impact: These funds will reduce the project funding gap and allow the City to complete the rehabilitation of Burlington Canal Dredging and Slide Slope. The project budget from the FDEP grant is a partial of $700,000 with a City Match of $1,302.000.00 funding totaling $2,002,000.00 for the project. Additional funding has been requested under our application for the EPA State Revolving Loan Application in order to lessen the match from the City. Implementation Time Line: Procurement Process, and Implementation Legislative History: N/A Recommendation(s): Staff recommends the adoption of the Resolution - to authorize . the acceptance of the FDEP award and further to authorize the City Manager to accept any additional funds awarded by FDEP for the Rehabilitation of The Burlington Canal Dredging and Slide Slope Restoration and to enter into and execute the necessary agreement. In executing the contract, the city can begin the construction phase. Analysis: The Burlington Street Canal current does not comply with required slope per South Florida Water Management District criteria. The Canal has progressive bank erosion which is already impacting the adjacent private properties. The bank is very sharp and uneven and is health hazard. The existing condition of the Canal bank has placed the City in great liability as residents are complaining about the threat to their property and the threat to public safety. The unprotected Canal bank is degrading the surface water quality and canal is losing its aesthetic view. Attachment(s): DEP Agreement No. LP13035 Page 1 of 10 Prepared By: Delia Rosa Kennedy, Grant Administrator END OF MEMORANDUM FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BOB MARTINEZ CENTER 2600 BLAIRSTONE ROAD MS 3505 TALLAHASSEE, FLORIDA 32399-2400 December 5, 2013 Ms. Delia Rosa Kennedy Grant Administrator City of Opa-Locka 3400 135th Street Northwest, Bldg B Opa-Locka, Florida 33054 Re: LP13034 and LP13035 - Opa-Locka Sewer Lift Station Rehabilitation and Burlington Canal Dreding and Side Slope Restoration Dear Ms. Kennedy: ( AI. R I YR. 11.:IZti('I II :I . 1. \ I\1':\IZ!) .Ik. i!.(• I \1Z1 Enclosed are two original copies of each proposed Legislative Project grant Agreement for the City's wastewater and stormwater improvement projects. Please have the City Manager sign on page 10 of each of the enclosed copies. Return all copies to us within three weeks at 2600 Blair Stone Road, MS 3505, Tallahassee, Florida, 32399-2400. We will sign the documents and mail a fully executed original of each to the City. If you have any questions, please call Sandy Waters at(850) 245-8382. Sincerely, iL \CLUCIL Ang Knecht, Program Administrator State Revolving Fund Management AK/sw Enclosures cc: Kelvin Baker - City of Opa-Locka Mohammad Nasir - City of Opa-Locka Charmaine Parchment - City of Opa Locka 11'11' $1'. 1I.1' coPY STATE FINANCIAL ASSISTANCE AGREEMENT CITY OF OPA-LOCKA DEP AGREEMENT NO. LP13035 STATE OF FLORIDA GRANT ASSISTANCE PURSUANT TO LINE ITEM 1640C OF THE 2013-2014 GENERAL APPROPRIATIONS ACT THIS AGREEMENT is entered into between the STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION, whose address is 2600 Blair Stone Road, MS 3505, Tallahassee, Florida 32399-2400 (hereinafter referred to as the "Department") and the CITY OF OPA-LOCKA, whose address is 3400 135th Street Northwest, Opa-Locka, Florida 33054 (hereinafter referred to as "Grantee"), a local government under the laws of the State of Florida, to provide funds for the Burlington Canal Dredging and Side Slope Restoration project. Collectively, the Department and the Grantee shall be referred to as "Parties" or individually as a "Party." In consideration of the mutual benefits to be derived from this Agreement, the Department and the Grantee do hereby agree as follows: 1. The Grantee does hereby agree to perform in accordance with the terms and conditions set forth in this Agreement, Attachment A (Project Work Plan), and all attachments and exhibits named and attached hereto, which are incorporated by reference. 2. This Agreement shall be effective on July 1, 2013 and end no later than January 31, 2015, inclusive. The Grantee shall be eligible for reimbursement for work performed on or after the effective date through the expiration date of this Agreement. This Agreement may be amended to provide for additional services if additional funding is made available by the Legislature. 3. A. As consideration for the services satisfactorily rendered by the Grantee under the terms of this Agreement, the Department shall pay the Grantee on a cost reimbursement basis an amount not to exceed $700,000 toward the total estimated project cost of $2,002,000. The parties hereto understand and agree that this Agreement does not require a.match on the part of the Grantee. If the Grantee finds, after receipt of competitive bids, that the work described in Attachment A cannot be accomplished for the current estimated project cost, the parties hereto agree to modify the Project Work Plan described in Attachment A, by amendment of this Agreement, to provide for the work that can be accomplished for the funding identified above. B. The Grantee shall request reimbursement for all eligible project costs upon receipt and acceptance of the deliverable(s) identified in Attachment A, utilizing a properly completed Disbursement Request Package (provided as Attachment B). All bills for amounts due under this Agreement shall be submitted in detail sufficient for a proper pre - audit and post -audit thereof. A final Disbursement Request Package must be submitted Revised 10/13 DEP Agreement No. LP13035, Page 1 of 10 to the Department no later than April 30, 2015, to assure the availability of funds for payment. The Disbursement Request Package must include: (1) A completed Disbursement Request Form signed by the Grantee's Grant Manager. Such requests must be accompanied by sufficiently itemized summaries of the materials, labor, or services to identify the nature of the work performed; the amount expended for such work; and the person providing the service or performing the work and proof of payment of the invoices; and, (2) A certification signed by the Grantee's Grant Manager as to the current cost of the Project; that the materials, labor, or services represented by the invoice have been satisfactorily purchased or performed and applied to the project; that all funds expended to date have been applied toward completing the Project; and, (3) If construction is included in Attachment A, a certification by the Engineer responsible for overseeing construction is necessary. The certification must state that equipment, materials, labor and services represented by the construction invoices have been satisfactorily invoiced, purchased, received, approved and applied to the Project, as described in the Project Work Plan (Attachment A), in accordance with construction contract documents; state that payment is in accordance with construction contract provisions; state that construction, up to the point of the request, is in compliance with the contract documents; and identify all additions or deletions to the Project which have altered the Project's performance standards, scope, or purpose since the issue of the Department construction permit; and, (4) Such other certificates or documents by engineers, attorneys, accountants, contractors, or suppliers as may reasonably be required by the Department. C. The State Chief Financial Officer requires detailed supporting documentation of all costs under a cost reimbursement agreement. In accordance with the Attachment C, Contract Payment Requirements, the Grantee shall comply with the minimum requirements set forth therein. The Disbursement Request Package Form in Attachment B shall be accompanied by supporting documentation and other requirements as follows: Contractual (Subcontractors) - Reimbursement requests for payments to subcontractors must be substantiated by copies of invoices with backup documentation identical to that required from the Grantee. Subcontracts which involve payments for direct salaries of the subcontractor's employees shall clearly identify the personnel involved, salary rate per hour, and hours/time spent on the project. All multipliers used (i.e. fringe benefits, overhead, and/or general and administrative rates) shall be supported by audit. If the Department determines that multipliers charged by any subcontractor exceeded the rates supported by audit, the Grantee shall be required to reimburse overpayments resulting from use of these excessive multipliers to the Department within thirty (30) days of written notification. Interest on the excessive charges shall be calculated based on the Revised 10/13 DEP Agreement No. LP13035, Page 2 of 10 prevailing rate used by the State Board of Administration. For fixed price (vendor) subcontracts, the following provisions shall apply: a. The Grantee may award, on a competitive basis, fixed price subcontracts to consultants/contractors in performing the work described in Attachment A. Invoices submitted to the Department for fixed price subcontracted activities shall be supported with a copy of the subcontractor's invoice and a copy of the tabulation form for the competitive procurement process (Invitation to Bid or Request for Proposals) resulting in the fixed price subcontract. b. The Grantee may request approval from the Department to award a fixed price subcontract resulting from procurement methods other than those identified in the paragraph above. In this instance, the Grantee shall request the advance written approval from the Department's Grant Manager of the fixed price negotiated by the Grantee. The letter of request shall be supported by a detailed budget and Scope of Services to be performed by the subcontractor. Upon receipt of the Department Grant Manager's approval of the fixed price amount, the Grantee may proceed in finalizing the fixed price subcontract. c. All subcontracts are subject to the provisions of paragraph 12 and any other appropriate provisions of this Agreement which affect subcontracting activities. D. In addition to the invoicing requirements contained in paragraph 3.B and C. above, the Department will periodically request proof of a transaction (invoice, payroll register, etc.) to evaluate the appropriateness of costs to the Agreement pursuant to State and Federal guidelines (including cost allocation guidelines), as appropriate. This information when requested must be provided within thirty (30) calendar days of such request. The Grantee may also be required to submit a cost allocation plan to the Department in support of its multipliers (overhead, indirect, general administrative costs, and fringe benefits). E. State guidelines for allowable costs can be found in the Department of Financial Services' Reference Guide for State Expenditures at http://www.fldfs.com/aadir/reference%5Fguide. 4. The State of Florida's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. The Parties understand that this Agreement is not a commitment of future appropriations. 5. Progress Reports (Attachment D) shall be submitted quarterly describing the work performed, problems encountered, problem resolution, schedule updates andproposed proposed work for the next reporting period. Reports shall be submitted to the Department's Grant Manager no Revised 10/13 DEP Agreement No. LP13035, Page 3 of 10 later than twenty (20) days following the completion of the reporting period. It is hereby understood and agreed by the parties that the term "quarterly" shall reflect the calendar quarters ending March 31, June 30, September 30 and December 31. The Final Project Report shall be submitted no later than the completion date of the Agreement. The Department's Grant Manager shall have ten (10) calendar days to review the required reports and deliverables submitted by the Grantee. 6. Each Party agrees that it shall be solely responsible for the negligent or wrongful acts of its employees and agents. However, nothing contained herein shall constitute a waiver by either Party of its sovereign immunity or the provisions of Section 768.28, Florida Statutes. 7. A. The Department may terminate this Agreement at any time in the event of the failure of the Grantee to fulfill any of its obligations under this Agreement. Prior to termination, the Department shall provide thirty (30) calendar days written notice of its intent to terminate and shall provide the Grantee an opportunity to consult with the Department regarding the reason(s) for termination. B. The Department may terminate this Agreement for convenience by providing the Grantee with thirty (30) calendar days written notice. 8. No payment will be made for deliverables deemed unsatisfactory by the Department. If a deliverable is deemed unsatisfactory, the Grantee shall re -perform the services needed for submittal of a satisfactory deliverable, at no additional cost to the Department, within ten (10) days after notification that the deliverable was unsatisfactory. If a satisfactory deliverable is not submitted within the specified timeframe, the Department may, in its sole discretion, either: 1) terminate the Agreement for failure to perform, or 2) the Department Grant Manager may, by letter specifying the failure of performance under the Agreement, request that a proposed Corrective Action Plan (CAP) be submitted by the Grantee to the Department. All CAPs must be able to be implemented and performed in no more than sixty (60) days after approval by the Department. A. A CAP shall be submitted within ten (10) business days of the date of the letter request from the Department. The CAP shall be sent to the Department Grant Manager for review and approval. Within ten (10) business days of receipt of a CAP, the Department shall notify the Grantee in writing whether the CAP proposed has been accepted. If the CAP is not accepted, the Grantee shall have ten (10) business days from receipt of the Department's letter rejecting the proposal to submit a revised proposed CAP. Failure to obtain the Department's approval of a CAP as specified above shall result in the Department's termination of this Agreement for cause as authorized in this Agreement. B. Upon the Department's notice of acceptance of a proposed CAP, the Grantee shall have ten (10) calendar days to commence implementation of the accepted plan. Acceptance of the proposed CAP by the Department does not alter or amend the Grantee's obligations under this Agreement. If the CAP fails to correct or eliminate Revised 10/13 DEP Agreement No. LP13035, Page 4 of 10 performance deficiencies _by__the Grantee, the Department__ shall retain the right to require additional or further remedial steps, or to terminate this Agreement for failure to perform. No actions approved by the Department or steps taken by the Grantee shall serve to condone, forgive or estop the Department from asserting subsequent deficiencies in performance. The Grantee shall continue to implement the CAP until all deficiencies are corrected. Reports on the progress of the CAP will be made to the Department as requested by the Department Grant Manager. C. Failure to respond to the Department's request for a CAP or failure to correct a deficiency in the performance of the Grantee as specified by the Department may result in termination of this Agreement. The remedies set forth above are not exclusive and the Department reserves the right to exercise other remedies in addition to or in lieu of those set forth above. 9. This Agreement may be unilaterally canceled by the Department for refusal by the Grantee to allow public access to all documents, papers, letters, or other material made or received by the Grantee in conjunction with this Agreement, unless the records are exempt pursuant to Section 24(a) of Article 1 of the State Constitution, Section 119.07(1), Florida Statutes, or other statute. 10. The Grantee shall maintain books, records and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. The Department, the State, or their authorized representatives shall have access to such records for audit purposes during the term of this Agreement and for five (5) years following Agreement completion. If any work is subcontracted, the Grantee shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. 11. A. In addition to the requirements of the preceding paragraph, the Grantee shall comply with the applicable provisions contained in Attachment E, Special Audit Requirements, attached hereto and incorporated herein by reference. Exhibit 1 to Attachment E summarizes the funding sources supporting the Agreement for purposes of assisting the Grantee in complying with the requirements of Attachment E. A revised copy of Exhibit 1 must be provided to the Grantee for each amendment which authorizes a funding increase or decrease. If the Grantee fails to receive a revised copy of Exhibit 1, the Grantee shall notify the Department's Grants Manager identified in paragraph 17 of this Agreement. B. The Grantee is hereby advised that the Federal and/or Florida Single Audit Act Requirements may further apply to lower tier transactions that may be a result of this Agreement. The Grantee shall consider the type of financial assistance (federal and/or state) identified in Attachment E, Exhibit 1 when making its determination. For federal financial assistance, the Grantee shall utilize the guidance provided under OMB Circular A-133, Subpart B, Section .210 for determining whether the relationship represents that of a subrecipient or vendor. For state financial assistance, the Grantee shall utilize Revised 10/13 DEP Agreement No. LP13035, Page 5 of 10 the form entitled "Checklist for Nonstate Organizations Recipient/Subrecipient vs. Vendor Determination" (form number DFS-A2-NS) that can be found under the "Links/Forms" section appearing at the following website: https://apps.fldfs.com/fsaa The Grantee should confer with its chief financial officer, audit director or contact the Department for assistance with questions pertaining to the applicability of these requirements. 12. The Grantee may subcontract, assign, or transfer any work under this Agreement without the written consent of the Department's Grant Manager, except as provided in paragraph 3.C.b. Regardless of any subcontract, the Grantee is ultimately responsible for all work to be performed under this Agreement. The Grantee shall submit a copy of the executed subcontract to the Department within ten (10) business days after execution. The Grantee agrees to be responsible for the fulfillment of all work elements included in any subcontract and agrees to be responsible for the payment of all monies due under any subcontract. It is understood and agreed by the Grantee that the Department shall not be responsible to any subcontractor for any expenses or costs incurred under the subcontract and that the Grantee shall be solely responsible to the subcontractor for all expenses and costs incurred under the subcontract. 13. The Department of Environmental Protection supports diversity in its procurement program and requests that all subcontracting opportunities afforded by this Agreement embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State of Florida. A list of minority owned firms that could be offered subcontracting opportunities may be obtained by contacting the Florida Department of Management Services, Office of Supplier Diversity, at (850) 487-0915. 14. In accordance with Section 216.347, Florida Statutes, the Grantee is hereby prohibited from using funds provided by this Agreement for the purpose of lobbying the Legislature, the judicial branch or a state agency. 15. The Grantee shall comply with all applicable federal, state and local rules and regulations in providing services to the Department under this Agreement. The Grantee acknowledges that this requirement includes, but is not limited to, compliance with all applicable federal, state and local health and safety rules and regulations. The Grantee further agrees to include this provision in all subcontracts issued as a result of this Agreement. 16. Any notices between the Parties shall be considered delivered when posted by Certified Mail, return receipt requested, overnight courier service, electronic mail (e-mail) or delivered in person to the Grant Managers at the addresses below. 17. The Department's Grant Manager for this Agreement is identified below. Revised 10/13 DEP Agreement No. LP13035, Page 6 of 10 Sandy Waters State Revolving Fund Management Florida Department of Environmental Protection 2600 Blair Stone Road, MS 3505 Tallahassee, Florida 32399-2400 Phone: (850) 245-8382 Fax: (850) 245-8411 Email: Sandra.waters@dep.state.fl.us Any changes to the contact information shown above must be reduced to writing in the form of a Change Order to this Agreement. 18. The Grantee's Grant Manager for this Agreement is identified below. Delia Rosa Kennedy City of Opa-Locka 3400 135th Street Northwest, Building B Opa-Locka, Florida 33054 Phone: (305) 953-2868 Fax: (305) 953-2900 Email: DKennedy@opalockafl.gov Any changes to the contact information shown above must be reduced to writing in the form of a Change Order to this Agreement. 19. To the extent required by law, the Grantee will be self -insured for worker's compensation, or will secure and maintain during the life of this Agreement, Workers' Compensation Insurance for all of Grantee's employees connected with the work of this project and, in case any work is subcontracted, the Grantee shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of its employees unless such employees are covered by the protection afforded by the Grantee. Any self-insurance program or insurance coverage shall comply fully with the Florida Workers' Compensation law. In case any class of employees engaged in hazardous work under this Agreement is not protected under Workers' Compensation statutes, the Grantee shall provide, and cause each subcontractor to provide, adequate insurance satisfactory to the Department, for the protection of those employees not otherwise protected. 20. A. The Grantee shall secure and maintain Commercial General Liability insurance including bodily injury and property damage. The minimum limits of liability shall be $100,000 each occurrence and $300,000 aggregate. This insurance will provide coverage for all claims that may arise from the services and/or operations completed under this Agreement, whether such services and/or operations are by the Grantee or anyone directly or indirectly employed by him. Revised 10/13 DEP Agreement No. LP13035, Page 7 of 10 B. The Grantee shall secure and maintain Commercial Automobile Liability insurance for all claims which may arise from the services and/or operations under this Agreement, whether such services and/or operations are by the Grantee or by anyone directly or indirectly employed by him. The minimum limits of liability shall be as follows: $300,000 Automobile Liability Combined Single Limit for Company Owned Vehicles, if applicable $300,000 Hired and Non -owned Liability Coverage C. All insurance policies shall be with insurers licensed or eligible to do business in the State of Florida. The Grantee's current certificate of insurance shall contain a provision that the insurance will not be canceled for any reason except after thirty (3 0) days written notice (with the exception of non-payment of premium which requires a 10 day notice) to the Department's Procurement Administrator. Such insurance shall include the State of Florida as an Additional Insured for the entire length of the Agreement. 21. The Grantee covenants that it presently has no interest and shall not acquire any interest that would conflict in any manner or degree with the performance of services required. 22. The reimbursement of non expendable personal property or equipment costing $1,000 or more is not authorized under the terms of this Agreement. 23. The Department may at any time, by written order designated to be a change order, make any change in the Grant Manager information or task timelines within the current authorized Agreement period. All change orders are subject to the mutual agreement of both parties as evidenced in writing. Any change, which causes an increase or decrease in the Grantee's cost or time, shall require formal amendment to this Agreement. 24. A. No person, on the grounds of race, creed, color, national origin, age, sex, or disability, shall be excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance of this Agreement. B. An entity or affiliate, as defined in section 287.134, Florida Statutes, who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and intends to post the list on its website. Questions regarding the discriminatory vendor list may be directed to the Florida Department of Management Services, Office of Supplier Diversity, at (850) 487-0915. Revised 10/13 DEP Agreement No. LP13035, Page 8 of 10 25. A. The accounting systems for all Grantees must ensure that funds awarded by this grant are not commingled with funds from other agencies. Funds from each agency must be accounted for separately. Grantees are prohibited from commingling funds on either a program -by -program or a project -by -project basis. Funds specifically budgeted and/or received for one project may not be used to support another project. Where a Grantee's, or subrecipient's, accounting system cannot comply with this requirement, the Grantee, or subrecipient, shall establish a system to provide adequate fund accountability for each project it has been awarded. B. If the Department finds that these grant funds have been commingled, the Department shall have the right to demand a refund, either in whole or in part, of the funds provided to the Grantee under this Agreement for non-compliance with the material terms of this Agreement. The Grantee, upon such written notification from the Department shall refund, and shall forthwith pay to the Department, the amount of money demanded by the Department. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shall be calculated from the date(s) the original payment(s) are received from the Department by the Grantee to the date repayment is made by the Grantee to the Department. C. If the Grantee recovers costs, incurred under this Agreement and reimbursed by the Department, from another source(s), the Grantee shall reimburse the Department for all recovered funds originally provided under this Agreement. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shall be calculated from the date(s) the payment(s) are recovered by the Grantee to the date repayment is made to the Department by the Grantee. 26. Land acquisition is not authorized under the terms of this Agreement. 27. This Agreement has been delivered in the State of Florida and shall be construed in accordance with the laws of Florida. Wherever possible, each provision of this Agreement shall be interpreted in such manner as to be effective and valid under applicable law, but if any provision of this Agreement shall be prohibited or invalid under applicable law, such provision shall be ineffective to the extent of such prohibition or invalidity, without invalidating the remainder of such provision or the remaining provisions of this Agreement. Any action hereon or in connection herewith shall be brought in Leon County, Florida. 28. This Agreement represents the entire agreement of the parties. Any alterations, variations, changes, modifications or waivers of provisions of this Agreement shall only be valid when they have been reduced to writing, duly signed by each of the parties hereto, and attached to the original of this Agreement, unless otherwise provided herein. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Revised 10/13 DEP Agreement No. LP13035, Page 9 of 10 IN WITNESS WHEREOF, the parties have caused this Agreement to be duly executed, the day and year last written below. CITY OF OPA-LOCKA STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION By: By: City Manager Program Administrator State Revolving Fund Date: FEID No.: Date: Sandy Waters, DEP Grant Manager Approved as to form and legality: List of attachments/exhibits included as part of this Agreement: Specify Letter/ Description (include number of pages) Type Number Attachment Attachment Attachment Attachment Attachment A Project Work Plan (3 Pages) B Disbursement Request Package (3 Pages) C Contract Payment Requirements (1 Page) D Progress Report Form (1 Page) E Special Audit Requirements (5 Pages) Revised 10/13 DEP Agreement No. LP13035, Page 10 of 10 ATTACHMENT A GRANT WORK PLAN CITY OF OPA-LOCKA LP13035 Project Title: Burlington Canal Dredging and Side Slope Restoration Project Location: The Burlington Canal is located on Burlington Street and NW 22°6 Avenue in the City of Opa-locka, Miami -Dade County. Project Background: The Burlington Street Canal currently does not comply with required slope per South Florida Water Management District criteria. The Canal has progressive bank erosion which is already impacting the adjacent private properties. The bank is very sharp and uneven and is a health hazard. The existing condition of the Canal bank bas placed the City in great liability as residents are complaining about the threat to their property and the threat to public safety. The unprotected Canal bank is degrading the surface water quality and canal is losing its aesthetic view. : Project Description: The Canal bank has to be restored to ensure required slope compliance with the South Florida Water Management District regulations. The slope restoration will enhance public safety, address surface water quality and will also protect adjacent properties. The restoration and related dredging will improve the environmental conditions and also the surface water and canal aesthetic. Task: The following are the project task: Task Description Task 1 - Engineering Services $ 150,000.00 Task 2 - Bidding and Awarding of Project $ 2,000.00 Task 3 - Construction $1,850,000.00 Task 4 - Closeout & Dedication $ 0.00 Cost: FDEP Fund: $ 700,000.00 City Fund: $1,302,000.00 Total fund: $2,002,000.00 Task 1- Engineering Services Cost: $150,000.00- DEP (75,000 and City 75,000) 1.Deliverable(s): bid tabulation, and copy of engineering services contract Performance Measures: The DEP budget manager will review deliverables to ensure they meet the criteria for reimbursement Revised 4/12 DEP Agreement LP13035, Attachment A, Page 1 of 3 Completion Date: February 2014 Budget Information Contractual: DEP $75, 000 Total $150,000.00 to a Design Engineering Consultant Task 2 — Construction Bidding and Awarding of Project A contractor is necessary to provide the City with Construction services as required for this project. The contract will be awarded via a competitive bidding process. Cost: City $2,000.00 DEP Funding: $ 0.00 City Funding: $ 2,000.00 la.Deliverable(s): bid tabulation and copy of construction contract, copy of performance bond Performance Measures: The DEP grant manager will review the deliverable to ensure it meet the criteria. Completion Date: May 2014 Budget Information Contractual: City 2,000 Task 3 - Construction Cost: $1,850,000.00 DEP $625,000 and the City $1,225,000 la.Deliverable(s): Copy of bid tabulation, copy of contract, Copy of contractors application for payment with supporting invoices Performance Measures: The DEP grant manager will review the deliverables to ensure they meet the criteria. Completion Date: - 5 months (actual date is contingent upon execution of agreement with FDEP and the City, agency approval of contractor selection and completion of the construction documents). December 2014 Budget Information Contractual: DEP $625,000, City $1,225,000 for total $1,850,000.00 to Contractor to complete the construction of the Canal. Task 4 - Closeout & Dedication — Is required for successful completion of the project. Cost: $0.00 la.Deliverable(s): Canal completed Performance Measures: 1. Final Site Inspection 2. As Built Plan Completion Date: - 1 months (actual date is contingent upon execution of agreement with FDEP and the City, agency approval of contractor selection, completion of the construction documents and construction of the lift stations). January 2015 Contractual: N/A Revised 4/12 DEP Agreement LP13035, Attachment A, Page 2 of 3 Total Budget by Task and Deliverables: Local Funds and Source Tasks DEP Funding Local Funds Source of Funds 1 Engineering Services 75,000.00 75,000.00 City of Opa-locka 2 Bidding and Awarding of Project 0.00 2,000.00 City of Opa-locka 3 Construction 625,000.00 1,225,000.00 City of Opa-locka 4 Closeout & Dedication 0.00 0.00 Total: 700,000.00 1,302,000.00 Project Total: $2,002,000.00 _ The City is providing additional funding for the project. No match is required for this grant. Revised 4/12 DEP Agreement LPI3035, Attachment A, Page 3 of 3 ATTACHMENT B Disbursement Request Package Legislative Projects (LP) Grants 1. Grantee/Recipient CITY OF OPA-LOCKA 2. Project Number LP13035 Date of Request 3. Disbursement Request Number Required Match % 4. Type of Request Partial ❑ Final ❑ 5. Federal Employer Identification Number 6. Task/Deliverable No. 7. Mail ❑ EFT ❑ Send Remittance to: Disbursement Details (cumulative amounts rounded to the nearest dollar) NOTE: Can only claim expenses in approved budget. 1. Salaries 2. Fringe Benefits 3. Travel 4. Contractual Services 5. Equipment 6. Supplies/ Other Expenses 7. Land 8. Indirect Charges 9. Total 10. Disbursements previously requested 11. Amount Requested for Disbursement (line 9 minus 10) Amount this Request Total Cumulative ** SUBMIT ONE ORIGINAL COPY OF THIS FORM AND SUPPORTING DOCUMENTATION FOR EACH DELIVERABLE TO: ** Florida Department of Environmental Protection State Revolving Fund Management MS 3505 2600 Blair Stone Road Tallahassee, Florida 32399-2400 or email your request to: SRF_Reporting@dep.state.fl.us DEP Agreement No. LP13035, Attachment B, Page 1 of 3 Grant Manager's Certification of Disbursement Request I, (name of Grantee's Grant Manager designated in the Agreement) on behalf of , do hereby certify that: (name of Grantee/Recipient) 1. The disbursement amount requested on Page 1 of this form is for allowable costs for the project described in Attachment A of the Agreement; 2. All costs included in the amount requested have been satisfactorily purchased, performed, received, and applied toward completing the project; such costs are documented by invoices or other.appropriate documentation as required in paragraph 3D; 3. The Grantee has paid such costs under the terms and provisions of contracts relating directly to the project; and the Grantee is not in default of any terms or provisions of the contracts; 4. If funds were advanced, all funds received to date have been applied toward completing the project; and 5. All permits and approvals required for the construction which is underway have been obtained. ( Signature of Grant Manager) (Date) DEP Agreement No. LP13035, Attachment B, Page 2 of 3 Engineer's Certification of Disbursement Request ONLY SUBMIT IF CONSTRUCTION IS PART OF THE PROJECT 1, , being the Professional Engineer retained by (name of Professional Engineer) , am responsible for overseeing construction of the (name of Grantee/Recipient) project described in the Agreement and do hereby certify that: 1. Equipment, materials, labor, and services represented by the construction invoices have been satisfactorily purchased or received and applied to the project in accordance with construction contract documents filed with and previously approved by the Department of Environmental Protection; 2. Payment is in accordance with construction contract provisions; 3. Adequate construction supervision is being provided to assure compliance with construction requirements and Florida Administrative Code Chapter 62-600 or Chapter 62-604, as appropriate; 4. Construction up to the point of this disbursement is in compliance with the approved plans and permits; 5. All changes, additions, or deletions to the construction contract(s) have been documented by change order and all change orders have been submitted to the Department; and 6. All additions or deletions to the Project which have altered the Project's performance standards, scope, or purpose (since issue of the pertinent Department permit) have been identified in writing by amendment to this Agreement. Signature of Professional Engineer Firm or Affiliation (Date) (P.E. Number) DEP Agreement No. LP 13035, Attachment B, Page 3 of 3 ATTACHMENT C Contract Payment Requirements Florida Department of Financial Services, Reference Guide for State Expenditures Cost Reimbursement Contracts Invoices for cost reimbursement contracts must be supported by an itemized listing of expenditures by category (salary, travel, expenses, etc.). Supporting documentation must be provided for each amount for which reimbursement is being claimed indicating that the item has been paid. Check numbers may be provided in lieu of copies of actual checks. Each piece of documentation should clearly reflect the dates of service. Only expenditures for categories in the approved contract budget should be reimbursed. Listed below are examples of the types of documentation representing the minimum requirements: (1) Salaries: (2) Fringe Benefits: (3) Travel: (4) Other direct costs: (5) In-house charges: A payroll register or similar documentation should be submitted. The payroll register should show gross salary charges, fringe benefits, other deductions and net pay. If an individual for whom reimbursement is being claimed is paid by the hour, a document reflecting the hours worked times the rate of pay will be acceptable. Fringe Benefits should be supported by invoices showing the amount paid on behalf of the employee (e.g., insurance premiums paid). If the contract specifically states that fringe benefits will be based on a specified percentage rather than the actual cost of fringe benefits, then the calculation for the fringe benefits amount must be shown. Exception: Governmental entities are not required to provide check numbers or copies of checks for fringe benefits. Reimbursement for travel must be in accordance with Section 112.061, Florida Statutes, which includes submission of the claim on the approved State travel voucher or electronic means. Reimbursement will be made based on paid invoices/receipts. If nonexpendable property is purchased using State funds, the contract should include a provision for the transfer of the property to the State when services are terminated. Documentation must be provided to show compliance with Department of Management Services Rule 60A-1.017, Florida Administrative Code, regarding the requirements for contracts which include services and that provide for the contractor to purchase tangible personal property as defined in Section 273.02, Florida Statutes, for subsequent transfer to the State. Charges which may be of an internal nature (e.g., postage, copies, etc.) may be reimbursed on a usage log which shows the units times the rate being charged. The rates must be reasonable. (6) Indirect costs: If the contract specifies that indirect costs will be paid based on a specified rate, then the calculation should be shown. Contracts between state agencies, and or contracts between universities may submit alternative documentation to substantiate the reimbursement request that may be in the form of FLAIR reports or other detailed reports. The Florida Department of Financial Services, online Reference Guide for State Expenditures can be found at this web address: http://www.fldfs.com/aadir/reference guide.htm. DEP 55-219 (05/2008) DEP Agreement No. LP 13035, Attachment C, Page 1 of 1 ATTACHMENT D PROGRESS REPORT FORM DEP Agreement No.: LP13035 Grantee Name: Grantee Address: Grantee's Grant Manager: Telephone No.: Reporting Period: Project Number and Title: Provide the following information for all tasks and deliverables identified in the Grant Work Plan: a summary of project accomplishments for the reporting period; a comparison of actual accomplishments to goals for the period; if goals were not met, provide reasons why; provide an update on the estimated time for completion of the task and an explanation for any anticipated delays and identify by task. NOTE: Use as many pages as necessary to cover all tasks in the Grant Work Plan. The following format should be followed: Task 1: Progress for this reporting period: Identify any delays or problems encountered: This report is submitted in accordance with the reporting requirements of DEP Agreement No. LP13035 and accurately reflects the activities associated with the project. Signature of Grantee's Grant Manager DEP Agreement No. LP13035, Attachment D, Page 1 of 1 Date ATTACHMENT E SPECIAL AUDIT REQUIREMENTS The administration of resources awarded by the Department of Environmental Protection (which may be referred to as the "Department", "DEP", "FDEP" or "Grantor", or other name in the contract/agreement) to the recipient (which may be referred to as the "Contractor"; Grantee" or other name in the contract/agreement) may be subject to audits and/or monitoring by the Department of Environmental Protection, as described in this attachment. MONITORING In addition to reviews of audits conducted in accordance with OMB Circular A-133 and Section 215.97, F.S., as revised (see "AUDITS" below), monitoring procedures may include, but not be limited to, on -site visits by Department staff, limited scope audits as defined by OMB Circular A-133, as revised, and/or other procedures. By entering into this Agreement, the recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Department of Environmental Protection. In the event the Department of Environmental Protection determines that a limited scope audit of the recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the Department to the recipient regarding such audit. The recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer or Auditor General. AUDITS PART I: FEDERALLY FUNDED This part is applicable if the recipient is a State or local government or a non-profit organization as defined in OMB Circular A-133, as revised. 1. In the event that the recipient expends $500,000 or more in Federal awards in its fiscal year, the recipient must have a single or program -specific audit conducted in accordance with the provisions of OMB Circular A-133, as revised. EXHIBIT 1 to this Agreement indicates Federal funds awarded through the Department of Environmental Protection by this Agreement. In determining the Federal awards expended in its fiscal year, the recipient shall consider all sources of Federal awards, including Federal resources received from the Department of Environmental Protection. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by OMB Circular A-133, as revised. An audit of the recipient conducted by the Auditor General in accordance with the provisions of OMB Circular A-133, as revised, will meet the requirements of this part. 2. In connection with the audit requirements addressed in Part I, paragraph 1, the recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A-133, as revised. 3. If the recipient expends less than $500,000 in Federal awards in its fiscal year, an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, is not required. In the event that the recipient expends less than $500,000 in Federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, the cost of the audit must be paid from non -Federal resources (i.e., the cost of such an audit must be paid from recipient resources obtained from other than Federal entities). 4. The recipient may access information regarding the Catalog of Federal Domestic Assistance (CFDA) via the internet at http://12.46.245.173/cfda/cfda.htmi. DEP 55-215 (03/09) DEP Agreement No. LP13035, Attachment E, Page 1 of 5 PART II: STATE FUNDED This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2)(m), Florida Statutes. 1. In the event that the recipient expends a total amount of state financial assistance equal to or in excess of $500,000 in any fiscal year of such recipient, the recipient must have a State single or project -specific audit for such fiscal year in accordance with Section 215.97, Florida Statutes; applicable rules of the Department of Financial Services; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. EXHIBIT 1 to this Agreement indicates state financial assistance awarded through the Department of Environmental Protection by this Agreement. In determining the state financial assistance expended in its fiscal year, the recipient shall consider all sources of state financial assistance, including state financial assistance received from the Department of Environmental Protection, other state agencies, and other nonstate entities. State financial assistance does not include Federal direct or pass -through awards and resources received by a nonstate entity for Federal program matching requirements. 2. In connection with the audit requirements addressed in Part II, paragraph 1; the recipient shall ensure that the audit complies with the requirements of Section 215.97(7), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. 3. If the recipient expends less than $500,000 in state financial assistance in its fiscal year, an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, is not required. In the event that the recipient expends less than $500,000 in state financial assistance in its fiscal year, and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the non -state entity's resources (i.e., the cost of such an audit must be paid from the recipient's resources obtained from other than State entities). 4. For information regarding the Florida Catalog of State Financial Assistance (CSFA), a recipient should access the Florida Single Audit Act website located at https://apps.fldfs.com/fsaa for assistance. In addition to the above websites, the following websites may be accessed for information: Legislature's Website at http://www.leg.state.fl.us/Welcome/index.cfm, State of Florida's website at http://www.myflorida.com/, Department of Financial Services' Website at http://www.fldfs.com/ and the Auditor General's Website at http://www.state.fl.us/audgen. PART III: OTHER AUDIT REQUIREMENTS (NOTE: This part would be used to sped any additional audit requirements imposed by the State awarding entity that are solely a matter of that State awarding entity's policy (i. e., the audit is not required by Federal or State laws and is not in conflict with other Federal or State audit requirements). Pursuant to Section 215.97(8), Florida Statutes, State agencies may conduct or arrange for audits of State financial assistance that are in addition to audits conducted in accordance with Section 215.97, Florida Statutes. In such an event, the State awarding agency must arrange for funding the full cost of such additional audits.) PART IV: REPORT SUBMISSION 1. Copies of reporting packages for audits conducted in accordance with OMB Circular A-133, as revised, and required by PART I of this Attachment shall be submitted, when required by Section .320 (d), OMB Circular A-133, as revised, by or on behalf of the recipient directly to each of the following: DEP 55-215 (03/09) DEP Agreement No. LP13035, Attachment E, Page 2 of 5 The Department of Environmental Protection at the following address: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 B. The Federal Audit Clearinghouse designated in OMB Circular A-133, as revised (the number of copies required by Sections .320 (d)(1) and (2), OMB Circular A-133, as revised, should be submitted to the Federal Audit Clearinghouse), at the following address: Federal Audit Clearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville, IN 47132 Submissions of the Single Audit reporting package for fiscal periods ending on or after January 1, 2008, must be submitted using the Federal Clearinghouse's Internet Data Entry System which can be found at http://harvester.census.gov/fac/ C. Other Federal agencies and pass -through entities in accordance with Sections .320 (e) and (f), OMB Circular A-133, as revised. 2. Pursuant to Section .320(0, OMB Circular A-133, as revised, the recipient shall submit a copy of the reporting package described in Section .320(c), OMB Circular A-133, as revised, and any management letters issued by the auditor, to the Department of Environmental Protection at the following address: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 3. Copies of financial reporting packages required by PART II of this Attachment shall be submitted by or on behalf of the recipient directly to each of the following: A. The Department of Environmental Protection at the following address: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 B. The Auditor General's Office at the following address: State of Florida Auditor General Room 401, Claude Pepper Building 111 West Madison Street Tallahassee, Florida 32399-1450 REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP 55-215 (03/09) DEP Agreement No. LP13035, Attachment E, Page 3 of 5 4. Copies of reports or management letters required by PART III of this Attachment shall be submitted by or on behalf of the recipient directly to the Department of Environmental Protection at the following address: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 5. Any reports, management letters, or other information required to be submitted to the Department of Environmental Protection pursuant to this Agreement shall be submitted timely in accordance with OMB Circular A-133, Florida Statutes, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable. 6. Recipients, when submitting financial reporting packages to the Department of Environmental Protection for audits done in accordance with OMB Circular A-133, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, should indicate the date that the reporting package was delivered to the recipient in correspondence accompanying the reporting package. PART V: RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of 5 years from the date the audit report is issued, and shall allow the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General access to such records upon request. The recipient shall ensure that audit working papers are made available to the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General upon request for a period of 3 years from the date the audit report is issued, unless extended in writing by the Department of Environmental Protection. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP 55-215 (03/09) DEP Agreement No. LP13035, Attachment E, Page 4 of 5 EXHIBIT —1 FUNDS AWARDED TO THE RECIPIENT PU RS UANT TO T HIS A GREEMENT CONSIST OF T HE F OLL OWIN G: Federal Reso urces Awarded to the Recipient Purs ua nt to this Agreeme nt Co nsist of the Followi ng: Federal Program Number Federal Age ncy CF DA N umber CF DA Title Fu ndi ng Amount State Appropriation Category State Resou rces Awarded to the Recipient P urs uant to this Agreeme nt Co nsist of the Followi ng Matchi ng Reso urces f or Federal Programs: Fundi ng Amount State Appropriation Category Federal Program Number Federal Agency CFD A CF DA Title State Reso urces Awarded to the Recipien t Pursuant to this Agreement Consist of the Followi ng Resources Subject to Sectio n 215 .97, F.S.: State Progra m Number Funding Source State Fiscal Y ear CSFA Number CSF A Title or F unding So urce Descriptio n Fu nding Amo unt State Appropriatio n Category 140047 Original Agreement G en eral R even ue, Line Item 1640C 2013-2014 37.039 Statewide Surface Water Restor ation and Wastewater Projects 700,000 Total Award $700,000 For each program identified above, the recipien t shall comply with the program requirements described in the Catalog of Federal D omestic Assistance (CFDA) [http://12.46.245.173/cfda/cfda.htr nl] an d/or the Florida Catalog of State Finan cial Assistance (CSFA) [https://apps.fldfs.com/fsaa/searchCatal og .asp xj . The services/purposes for which the funds a re to be used are included in the Contract scope of services/work. Any match required by the recipient is clearly indicated in the C ontract. DEP 55-215 (03/09) DEP Agreement No. LP13035, Attachment E, Page 5 of 5 Sponsored by: City Manager RESOLUTION NO.14-8792 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, TO AUTHORIZE THE CITY MANAGER TO PREPARE AND ISSUE A REQUEST FOR PROPOSALS (RFP) FOR DESIGN BUILD SERVICES FOR THE BURLINGTON STREET CANAL DREDGING, BANK RESTORATION, AND STABILIZATION WITH SLOPE CORRECTION, PAYABLE FROM ACCOUNT NUMBER 35- 535630, A BUDGETED ITEM; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City of Opa-locka (the "City") is seeking the service of a qualified professional firm to provide design -build services for improvements to Burlington Street Canal; and WHEREAS, the Burlington Street Canal is not in compliance with the required slope, per South Florida Water Management District criteria; and WHEREAS, the unprotected Canal bank is degrading the surface water quality, losing its aesthetic view, and needs to be restored to ensure required slope compliance; and WHEREAS, the design -build service will include design, applicable permits, and construction per local, County, and State standards; and WHEREAS, the City Commission of the City of Opa-locka desires the City Manager to prepare and issue a Request for Proposals (RFP) for a qualified design -build firm for improvements to Burlington Street Canal. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Resolution No. 14-8792 Section 2. The City Commission of the City of Opa-locka, directs and authorizes the City Manager to prepare and issue a Request for Proposals (RFP) for design build services for the Burlington Street Canal dredging, bank restoration, and stabilization with slope correction, payable from 35-535630, a budgeted item. Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 14th day of : a , 2014. • 'r" OR MAYOR est to: anna Flores ity Clerk Moved by: Seconded by: Commission Vote: Commissioner Holmes: Commissioner Johnson: Commissioner Santiago: Vice -Mayor Kelley: Mayor Taylor: App ve f\fo an . ufficiency ep y• . Geller SPOON MARDER PA ity • ttorney COMMISSIONER HOLMES COMMISSIONER JOHNSON 5-0 YES YES YES YES YES City of Opa-Locka Agenda Cover Memo Commission Meeting Date: 04/23/2014 Item Type: (EnterX in box) Resolution Ordinance Other X Fiscal Impact: (EnterX in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading x Public Hearing: (Enter X in box) Yes No Yes No x x Funding Source: Account# 35-535630 (Enter Fund & Dept) Ex: Water and Sewer fund Advertising Requirement: (EnterX in box) RFP to be issued. Yes No x Contract/ O. Required: (EnterX in box) . Yes No RFP/RFQ/Bid #: Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Public Safety Quality of Education Qual. of Life & City Communcation Area: Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) Must complete in order to improve public safety, flood control, water quality, and canal aesthetics. X • Dev .- ,J LJ Image IN nn Sponsor Name City Manager Department: City Manager-CIP Short Title: Request for Proposal (RFP) for the Burlington Street Canal Improvements Staff Summary: The purpose of this Request for Proposals is to seek service of a qualified professional firm to provide design -build services to the City of Opa-locka for the Burlington Street Canal dredging, bank restoration, and stabilization with slope correction. The design -build services will include design, applicable permits, and construction per local, County, State and other applicable standards, rules and regulations. The Burlington 11 Page Street Canal current does not comply with required slope per South Florida Water Management District criteria. The Canal has progressive bank erosion which is already impacting the adjacent private properties. The bank is very sharp and uneven and is health hazard. The existing condition of the Canal bank has deteriorated as residents are complaining about the threat to their property and public safety. The unprotected Canal bank is degrading the surface water quality and canal is losing its aesthetic view. The Canal bank has to be restored to ensure required slope compliance with the South Florida Water Management District regulations. The slope restoration and stabilization will enhance public safety, address surface water quality and will also protect adjacent properties. The restoration and related dredging will be included in the scope to improve the environmental conditions and also the surface water and canal aesthetic. Proposed Action: Staff recommends approval in order to improve public safety, flood control, water quality, and canal aesthetics. Attachment: 1. Agenda 2. RFP 21 Page MEMORANDUM To: Mayor Myra L. Tayl Vice Mayor Jose ' h L. Ke Commissioner Tim i by Ho Commissioner Doro ' y Joh Commissioner Luis : San FROM: Kelvin L. Baker, City Manag DATE: April 14, 2014 RE: Request for Proposal (RFP) for the Burlington Street Canal Improvements Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA AUTHORIZING THE CITY MANAGER TO PREPARE AND ISSUE A REQUEST FOR PROPOSALS (RFP) FOR THE DESIGN BUILD SERVICES FOR THE BURLINGTON STREET CANAL DREDGING, BANK RESTORATION, AND STABILIZATION WITH SLOPE CORRECTION, PAYABLE FROM ACCOUNT NUMBER 35-535630 (BUDGETED) Description: The purpose of this Request for Proposals is to seek service of a qualified professional firm to provide design -build services to the City of Opa-locka for the Burlington Street Canal dredging, bank restoration, and stabilization with slope correction. The design -build services will include design, applicable permits, and construction per local, County, State and other applicable standards, rules and regulations. Account Number: 35-535630. Financial Impact: This project is budgeted and partially funded by FDEP grant. Implementation Time Line: As soon as possible. Legislative History: None Recommendation(s): Staff recommends approval in order to improve public safety, flood control, water quality, and canal aesthetics. Analysis: The Burlington Street Canal current does not comply with required slope per South Florida Water Management District criteria. The Canal has progressive bank erosion which is already impacting the 11Pa is adjacent private properties. The bank is very sharp and uneven and is health hazard. The existing condition of the Canal bank has deteriorated as residents are complaining about the threat to their property and public safety. The unprotected- Canal bankisdegrading the surface water quality and canal is losing its aesthetic view. The Canal bank has to be restored to ensure required slope compliance with the South Florida Water Management District regulations. The slope restoration and stabilization will enhance public safety, address surface water quality and will also protect adjacent properties. The restoration and related dredging will be included in the scope to improve the environmental conditions and also the surface water and canal aesthetic. ATTACHMENT(S): 1. RFP PREPARED BY: Maqsood Mohammad Nasir, PE, CIP Director/City Engineer END OF MEMORANDUM 21P age RFP NO: 14-XXXXXXX REQUEST FOR DESIGN BUILD PROPOSAL FOR BURLINGTON STREET CANAL CITY OF OPA LOCKA 3400 NW 135TH STREET, BUILDING -B, OPA LOCKA, FLORIDA 33054 CITY OF OPA-LOCKA Advertisement for Request for Proposals RFP NO: 14-XXXXXXX BURLINGTON STREET CANAL Design Build Proposals for the Burlington Street Canal will be received by the City of Opa-locka at the Office of the City Clerk, 3400 NW 135th Street, Building -B, Opa-locka, Florida 33054, xxxxx by 1:00 .m. Any proposals received after the designated closing time will be returned unopened. The purpose of this Request for Proposals is to seek service of a qualified professional firm to provide design -build services to the City of Opa-locka for the Burlington Street Canal dredging, bank restoration, and stabilization with slope correction. An original and five (6) copies a total of seven (7) plus 1 copy of the proposal on CD's in PDF format of the proposal shall be submitted in sealed envelopes/packages addressed to Joanna Flores, City Clerk, City of Opa-Locka, Florida, and marked BURLINGTON STREET CANAL. Proposers desiring information for use in preparing proposals may obtain a set of such documents from the Clerk's Office, 3400 NW 135th Street, Building -B, Opa-locka, Florida 33054, Telephone (305) 953-2800 or copies of the RFP NO: 13- XXXXXXX requirements may also be obtained by visiting the City's website at www.opalockafl.gov, (click "RFQ/PROPOSALS" located on the right hand side of the screen and follow the instructions). Bidder must comply with Presidential Executive Order 11246, as amended; by Executive Order 11375; Title VII of the Civil Rights Act of 1964 as amended; the Davis -Bacon Act of 1968, as amended; the Copeland Anti -Kickback Act; the Contract Work Hours and Safety Standards Act and all other applicable federal, state and local ordinance. The bidder must comply with all grants requirements as the project is partially funded by FDEP grants and/or will be funded by any other grant sources. Note that bidder is required to pay workers on this project the minimum wages as determined in the Wage Determination Decision included in the Bidder's package; and that the contractor must ensure that employees are not discriminated because of race, color, religion, sex or national origin. The City reserves the right to accept or reject any and all proposals and to waive any technicalities or irregularities therein. The City further reserves the right to award the contract to that proposer whose proposal best complies with the RFP NO: 11-XXXXXXX requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. Dated: Joanna Flores City Clerk Published: 1.INTRODUCTION 1.1. PURPOSE AND GENERAL INFORMATION The City of Opa-locka is requesting responses to this Request for Proposal (RFP) to enter into a contract with qualified firm(s) to provide design build services for the complete rehabilitation of City of Opa- locka for the Burlington Street Canal dredging, bank restoration, and stabilization with slope correction. A copy of this RFP can be obtained from the City of Opa-locka website at www.opalockafl.gov until the expiration date of this solicitation. It is incumbent upon the Respondent to check the website for additional information and/or addendums. Copies of this RFP can also be obtained from the Purchasing Officer at City of Opa-locka, 3400 NW 135th Street, Building -B, Opa-Locka, FL 33054. If you have any questions, please call the contact identified below as it relates to your concern. Written questions regarding the substance of the RFP or scope of services must be submitted via e-mail to the City of Opa-locka contact listed prior to the deadline indicated below. Responses are due prior to the deadline indicated above and must be delivered or mailed to the City of Opa-locka City Clerk's Office located at 3400 NW 135th Street, Building -B. Opa-locka Fl 33054. Late responses will not be accepted - NO EXCEPTIONS. The awarded bidder must comply with grants requirements as the project is partially funded by the grant(s) and/or will be funded any other available grants. The grant(s) compliance requirements will be included in the contract agreement. Listed below are a few of the laws, rules, and regulations that apply to state and federal funds. State Funds • Section 215.97, Florida Statutes • Project CSFA # (Catalog of State Financial Assistance) • Compliance Supplement • Department of Financial Services - Reference Guide for State Expenditures • Any applicable Florida Administrative Code • State agency rules, policies, etc. Bidder must comply with Presidential Executive Order 11246, as amended; by Executive Order 11375; Title VII of the Civil Rights Act of 1964 as amended; the Davis -Bacon Act of 1968, as amended; the Copeland Anti -Kickback Act; the Contract Work Hours and Safety Standards Act and all other applicable federal, state and local ordinance. Note that bidder is required to pay workers on this project the minimum wages as determined in the Wage Determination Decision included in the Bidder's package; and that the contractor must ensure that employees are not discriminated because of race, color, religion, sex or national origin. 1.2. DEFINITIONS In this RFP the following definitions shall apply: Page 12 "City" means the City of Opa-locka; "City Representative" -has -the meaning set out in section 2.2; "City Website" means www.Opa-lockafl.gov "Closing Time" has the meaning set out in section 2; "Contract' means a formal written contract between the City and a Preferred Proponent to undertake the Services, the preferred form of which is attached as Schedule B; "Evaluation Team" means the team appointed by the City; "Information Meeting" has the meaning set out in section 2.1; "Preferred Proponent(s)" means the Proponent(s) selected by the Evaluation Team to enter into negotiations for a Contract; "Proponent' means an entity that submits a Proposal; "Proposal" means a proposal submitted in response to this RFP; "RFP" means this Request for Proposals; "Services" has the meaning of any and all construction and administration work necessary to complete this project "Site" means the place or places where the Services are to be performed; and 2. PROPOSAL SCHEDULE Closing Time and Address For Proposal Delivery Proposals must be received by the office of: Office of the City Clerk 3400 NW 135th Street, Building -B Opa-locka, Florida 33054 CONFIDENTIAL - DO NOT OPEN Proposal Closing Date & Time: XXXXXXX, 2014 at 1:00 P.M. (local time). The City will open Proposals in a public setting. Bid Opening Date & Time: July 5, 2014, 1:00 P.M. (local time). Proposal Evaluation Date & Time: XXXXXXX, 2014 at 10:00 A.M. (local time). Bid Opening and Evaluation Location: Page 13 3400 NW 135th Street, Building -B, Opa-locka, Florida 33054 Submissions by fax [or email] will not be accepted. 2.1. INFORMATION MEETING An optional information meeting (pre -proposal meeting) will be hosted by the City Representative to discuss the City's requirements under this RFQ (the "Information Meeting") on XXXXXXX, 2013 at 1:00 A.M. at City Hall, 3400 NW 135 Street, Building -B, second Floor, Opa-Iocka, Florida 33054. Attendance is optional for all Proponents; any proposal received that was not represented during the Information Meeting shall be disqualified. LATE PROPOSALS Proposals received after the Closing Time will not be accepted or considered. Delays caused by any delivery, courier or mail service(s) will not be grounds for an extension of the Closing Time. 2.2. AMENDMENTS TO PROPOSALS Proposals may be revised by written amendment, delivered to the location set out above, at any time before the Closing Time but not after. An amendment must be signed by an authorized signator of the Proponent in the same manner as provided in the original proposals. All inquiries related to this RFP should be directed in writing, via fax or e-mail to the person named below (the "City Representative"). Information obtained from any person or source other than the City Representative may not be relied upon. City Representative: Ms. Rose McKay Phone: 305 953 2826 ext 1307 Fax: 305 953 2900 Email: rmckay@opalockafl.gov Inquiries should be made no later than 7 days before Closing Time. The City reserves the right not to respond to inquiries made within 7 days of the Closing Time. Inquiries and responses will be recorded and may be distributed to all Proponents at the discretion of the City. Proponents finding discrepancies or omissions in the Contract or RFP, or having doubts as to the meaning or intent of any provision, should immediately notify the City Representative. If the City determines that an amendment is required to this RFP, the City Representative will issue an addendum in accordance with section 2.3. No oral conversation will affect or modify the terms of this RFP or may be relied upon by any Proponent. 2.3. ADDENDA If the City determines that an amendment is required to this RFP, the City Representative will post a written addendum on the City Website at http://www.Opa-Iockafl.gov (the "City Website") and upon posting will be deemed to form part of this RFP. No amendment of any kind to the RFP is effective Page 14 unless it is posted in a formal written addendum on the City Website. Upon submitting a Proposal, Proponents will be deemed to have received notice of all addenda that are posted on the City Website. 2.4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE Proponents will be deemed to have carefully examined the RFP, including all attached Schedules, the Contract and the Site (as applicable) prior to preparing and submitting a Proposal with respect to any and all facts which may influence a Proposal. 2.5. STATUS INQUIRIES All inquiries related to the status of this RFP, including whether or not a Contract has been awarded, should be directed to the City Website and not to the City Representative. 3. PROPOSAL SUBMISSION FORM AND CONTENTS 3.1. PACKAGE Proposals should be in a sealed package, marked on the outside with the Proponent's name, title of the Project and reference number. 3.2. FORM OF PROPOSAL Proponents should complete the form of Proposal attached as Schedule A. Proponents are encouraged to use the form provided and attach additional pages as necessary. Proponents should also provide the requested information as listed in Section 4(b) as part of the proposal. 3.3. SIGNATURE The legal name of the person or firm submitting the Proposal should be inserted in Schedule A. The Proposal should be signed by a person authorized to sign on behalf of the Proponent and include the following: (a) If the Proponent is a corporation then the full name of the corporation should be included, together with the names of authorized signatories. The Proposal should be executed by all of the authorized signatories or by one or more of them provided that a copy of the corporate resolution authorizing those persons to execute the Proposal on behalf of the corporation is submitted; (b) If the Proponent is a partnership or joint venture then the name of the partnership or joint venture and the name of each partner or joint venturer should be included, and each partner or joint venturer should sign personally (or, if one or more person(s) have signing authority for the partnership or joint venture, the partnership or joint venture should provide evidence to the satisfaction of the City that the person(s) signing have signing authority for the partnership or joint venture). If a partner or joint venturer is a corporation then such corporation should sign as indicated in subsection (a) above; or (c) If the Proponent is an individual, including a sole proprietorship, the name of the individual should be included. Page 15 4. EVALUATION AND SELECTION 4.1. EVALUATION TEAM The evaluation of Proposals will be undertaken on behalf of the City by the Evaluation Team. The Evaluation Team may consult with others including City staff members, third party consultants and references, as the Evaluation Team may in its discretion decide is required. The Evaluation Team will give a written recommendation for the selection of a Preferred Proponent or Preferred Proponent(s) to the City. Proposal(s) that satisfy the minimum requirements will be scored as follows: Letter of Introduction PriceProposal Conceptual Plans ....., LocalHire ... ....................................................... References.-- fill .11 .11 ••• ••• ...... • ....................... •• ............ ••• ••• ••• ••• ••• ..... DBEPreference Firm(s).................................................................. 5 points 55 points 10 points 15 points 10 points 5 points 4.2. EVALUATION CRITERIA The Evaluation Team will compare and evaluate all Proposals to determine the Proponent's strength and ability to provide the Services in order to determine the Proposal which is most advantageous to the City, using the following criteria: (a) PRICE PROPOSAL The City will consider the proponent's price proposal in terms of accuracy, completeness, value, local market and substantiated industry standards. The bid price must be supported by the conceptual plans and the total lump sum price must be justified by the cost break down. (b) CONCEPTUAL PLANS The conceptual plan must include site visit report with findings. The conceptual plans must be on aerial map and the bidder must include color printout on 11"x17" paper. The plans must be very clearly understandable and cross sections for the dredging and bank slope correction must be included. The slope stabilization materials must be identified and must be acceptable to the regulatory agencies in addition to the city engineer. (c) EXPERIENCE The City will consider the proponent's past experience in undertaking similar projects in type, scope, and budget At a minimum, the proposal should contain the following information: • Business Organization - State the full name, address, phone number and fax number of your business and whether you operate as an individual, partnership, or corporation. Also indicate if you are a female or minority owned and/or operated business. • List of business's experience with federal, state or municipal programs pertaining to sidewalk replacement. If applicable, also identify other services performed for federal, state or municipal programs. • Fee Schedule - Please state your standard fee schedule according to the standard formats of compensation. Page 16 " Proof of appropriate state certifications - Provide proof that you are licensed to operate in Florida and are lead certified. " Management Summary - Include a brief narrative description of the proposed services that will be delivered and the equipment available to perform the services. " Qualifications - Please indicate completed projects of similar nature. Also indicate a contact person for each reference cited. " References - References from at least two (2) clients preferably municipalities for whom your company has provided similar services within the last two (2) years. The references should include the name, address and telephone number of a contact person for each reference cited. " List of firm's insurance policies, the insurer, policy numbers and amount pertaining to required services. (c) LOCAL WORK FORCE PARTICIPATION The Evaluation Team will consider the Proponent's organization ability to implement initiatives in compliance with section 3 Federal requirements for local employment, training and contracts with project area businesses. The bidders must make commitment to hire local residents within the city limits. Project specific policy to hire local residents with numbers, i.e. how many project specific employees are projected to be hired from the city must be included in the bid package. (d) DBE Preference: The Evaluation Team will consider the Proponent's Disadvantage Business Enterprise Certification. FINANCIAL ABILITY AND RESOURCES The Evaluation Team will consider the Proponent's organization financial ability and resources to carry out the project The Evaluation Team will not be limited to the criteria referred to above, and the Evaluation Team may consider other criteria that the team identifies as relevant during the evaluation process. The Evaluation Team may apply the evaluation criteria on a comparative basis, evaluating the Proposals by comparing one Proponent's Proposal to another Proponent's Proposal. All criteria considered will be applied evenly and fairly to all Proposals. 4.3. LITIGATION In addition to any other provision of this RFP, the City may, in its absolute discretion, reject a Proposal if the Proponent, or any officer or director of the Proponent submitting the Proposal, is or has been engaged directly or indirectly in a legal action against the City, its elected or appointed officers, representatives or employees in relation to any matter. In determining whether or not to reject a Proposal under this section, the City will consider whether the litigation is likely to affect the Proponent's ability to work with the City, its consultants and representatives and whether the City's experience with the Proponent indicates that there is a risk the City will incur increased staff and legal costs in the administration of the Contract if it is awarded to the Proponent. Page 17 4.4. ADDITIONAL INFORMATION The Evaluation Team may, at its discretion, request clarifications or additional information from a Proponent with respect to any Proposal, and the Evaluation Team may make such requests to only selected Proponents. The Evaluation Team may consider such clarifications or additional information in evaluating a Proposal. 4.5. NEGOTIATION OF CONTRACT AND AWARD If the City selects a Preferred Proponent or Preferred Proponents, then it may: (a) Enter into a Contract with the Preferred Proponent(s); or (b) Enter into discussions with the Preferred Proponent(s) to clarify any outstanding issues and attempt to finalize the terms of the Contract(s), including financial terms. If discussions are successful, the City and the Preferred Proponent(s) will finalize the Contract(s); or (c) if at any time the City reasonably forms the opinion that a mutually acceptable agreement is not likely to be reached within a reasonable time, give the Preferred Proponent(s) written notice to terminate discussions, in which event the City may then either open discussions with another Proponent or terminate this RFP and retain or obtain the Services in some other manner. The City is under no obligation to accept any Proposal submitted. The City reserves the right in its sole discretion to waive informalities in, or reject any or all Proposals, or to accept any Proposal deemed most favorable in the interest of the City, or cancel the competition at any time without award. Thereafter, the City may issue a new Invitation / Request, sole source or do nothing. All costs incurred in the preparation and presentation of the proposal shall be wholly absorbed by the contractor. All supporting documentation and manuals submitted with this proposal will become the property of the City of Opa-locka unless otherwise requested by the contractor at the time of submission. 5. GENERAL CONDITIONS 5.1. NO CITY OBLIGATION This RFP is not a tender and does not commit the City in any way to select a Preferred Proponent, or to proceed to negotiations for a Contract, or to award any Contract, and the City reserves the complete right to at any time reject all Proposals, and to terminate this RFP process. 5.2. PROPONENTS' EXPENSES Proponents are solely responsible for their own expenses in preparing, and submitting Proposals, and for any meetings, negotiations or discussions with the City or its representatives and consultants, relating to or arising from this RFP. The City and its representatives, agents, consultants and advisors will not be liable to any Proponent for any claims, whether for costs, expenses, losses or damages, or loss of anticipated profits, or for any other matter whatsoever, incurred by the Proponent in preparing Page 18 " and submitting a Proposal, or participating in negotiations for a Contract, or other activity related to or arising out of this RFP. 5.3. NO CONTRACT By submitting a Proposal and participating in the process as outlined in this RFP, Proponents expressly agree that no contract of any kind is formed under, or arises from, this RFP, prior to the signing of a formal written Contract. 5.4. CONFLICT OF INTEREST Proponents shall disclose any potential conflicts of interest and existing business relationships they may have with the City. If requested by the City, Proponents should provide all pertinent information regarding ownership of their company within forty-eight (48) hours of the City's request 5.5. SOLICITATION OF COMMISSION MEMBERS Proponents and their agents will not contact any member of the City Commission or City staff with respect to this RFP at any time prior to the award of a contract or the termination of this RFP, and the City may reject the Proposal of any Proponent that makes any such contact. 5.6. CONFIDENTIALITY All submissions become the property of the City and will not be returned to the Proponent. The City will hold all submissions in confidence unless otherwise required by law. Proponents should be aware the City is a "public body" defined by and subject to the Freedom of Information and Protection of Privacy Act of the State of Florida 6. SCOPE OF SERVICES 6.1 The purpose of this Request for Proposals is to seek service of a qualified professional contractor to provide design -build services for dredging, bank restoration & stabilization, and slope correction for the Burlington Street Canal in the City of Opa-locka. The design -build services will include design, applicable permits, and construction per local, County, State and other applicable standards, rules and laws. The Burlington Street Canal current does not comply with required slope per South Florida Water Management District criteria. The Canal has progressive bank erosion which is already impacting the adjacent private properties. The bank is very sharp and uneven and is health hazard. The existing condition of the Canal bank has deteriorated as residents are complaining about the threat to their property and the threat to public safety. The unprotected Canal bank is degrading the surface water quality and canal is losing its aesthetic view. The Canal bank has to be restored to ensure required slope compliance with the South Florida Water Management District regulations. The slope restoration will enhance public safety, address surface water quality and will also protect adjacent properties. The restoration and related dredging to be included in the scope to improve the environmental conditions and also the surface water and canal aesthetic based on condition assessment per site visit. The detail findings and engineering concept must be outlined in the conceptual plans. Detail cost breakdown is a must to justify the total lump sum cost. Page 19 6.2 The contract awarded firm(s) will be responsible for any and all damage due to construction. Any damage caused by the contractor must be repaired within seven (7) to ten (10) working day at the expense of the contractor. Contractor will need to make sure that all trees, shrubs and signs are protected and not damaged during construction. If damage occurs, the contractor will be liable for such damages. The areas of improvements will be as indicated in the work order. 6.3 It is expressly agreed and understood that the contract awarded firm(s) is, in all respects, an independent firm(s) as to work; however, in certain aspects, the Contractor is bound to follow the directions of the City at the time of repair and/or construction, and that the firm(s) is in no respect an agent, servant or employee of the City. 6.4 The contract awarded firm's (contractor's) timeliness and delivery of quality products shall be monitored by the City. If at any time the Contractor is performing less than satisfactory work, the Contractor, upon notification by the City, shall do whatever is necessary to perform the work properly at no additional cost to the. City. Failure to give such notification shall not relieve the Contractor of his obligation to perform the work at the time and in the manner specified. Failure to perform the work in the time specified in the work order will trigger liquidity damages of $750/day. 6.5 The City of Opa-locka reserves the right to select the qualified firm(s) which best meets the City's goals and objectives, needs, budget constraints, and quality levels, as well as its service level expectations. The City reserves the .right, in its sole discretion, to reject any/or all proposals, to waive any irregularities and technical defects contained therein, to award the contract in its entirety, in part or not at all and/or to determine which proposal is the lowest and/or best to enter into a Contract, as it may deem to be in the best interest of the City of Opa-locka. 7. COMPLIANCE WITH APPLICABLE LAWS All work shall conform to all applicable federal, state, county, and local requirements. 8. INSURANCE REQUIREMENTS 8.1 The selected service provider shall agree to indemnify and hold harmless the City of Opa-locka and its officers, agents, and employees from any and all claims, causes, or actions, and damages of every kind, for injury to or death of any person and damages to property arising out of or in connection with the work done by the Contractor under this contract, and including acts or omissions of the City of Opa-locka or its officers, agents, or employees in connection with said contract. 8.2 The City will require proof of professional liability insurance with errors and omissions coverage, workers compensation insurance, general liability and automobile insurance with companies authorized to do business in Miami Dade County, Florida, and in amounts satisfactory to the City. 8.3 The successful Contractor, within ten days after the contract award, shall furnish the City with proof of insurance as stated in Attachment A. 8.4 The City of Opa-locka shall be named as additional insured on all policies as directed in Page 110 Attachment A. Should any insurance required by this contract lapse, the Contractor shall immediately cease any operations until authorized in writing by the City If the lapse period extends fifteen (15) days, the contract shall automatically terminate and the Contractor shall be in breach of this contract. 9. AGREEMENT/EXCEPTIONS 9.1 Submission of a proposal indicates the Contractor agrees to the terms, conditions and other provisions contained in the RFP, unless the Contractor clearly and specifically presents in its proposal any exceptions to the terms, conditions, and other provisions contained in the RFP. 9.2 Exceptions presented in a proposal are not to be considered incorporated into the contract between the City of Opa-locka and the selected Contractor unless and until the City agrees to accept such exceptions. 9.3 The selected Contractor must acknowledge and agree that the contract resulting from this RFP includes the terms, conditions, and other provisions contained in the RFP, the proposal selected (including any exceptions accepted by the City) which is acceptable to the City and is not in conflict or contravention of the RFP, and any other documents mutually agreed upon by the City and selected Contractor. 9.4 No oral statements or any person shall modify or otherwise change or affect the terms, conditions, or specifications stated in the RFP or the resulting contract. 9.5 A formal contract will be negotiated after the selection of a contractor for the services identified in the scope of services by the City of Opa-locka. 9.6 The contractor shall not assign the contract or any part thereof to any other person unless such assignment is first approved in writing by the City of Opa-locka, it being understood that the contract shall not be assignable unless the proposed assignee is acceptable to the municipality. The request for assignment must include evidence that the proposed assignee qualifies under all requirements of the contract and must be addressed as defined in the contract for services. 9.7 A provision to the effect that the municipality, shall have access to any books, documents, papers and records of the contractor which are directly pertinent to that specific contractor, for the purpose of making audit, examination, excerpts and transcriptions. The City of Opa-locka shall require contractors to maintain all required records for five (5) years after the City of Opa-locka makes final payments and all other pending matters are closed. 10. PROPOSAL SUBMITTAL One original plus five (5) copies for a total six (6) of the entire bid package must be submitted to the City of Opa-locka as follows: City of Opa-locka City Clerk's Office Page 111 3400 NW 135th Street, Building -B Opa-locka, Fl -33054 All proposals must be received prior to xxxxxxxxx, 2014 at 10:00 am. Proposals may be mailed or dropped off at the Clerk's Office. Proposals must be received in the City Clerk's Office by 10:00 am for it to be considered in the RFP-review process. The undersigned verifies that the information contained herein is truthful and accurate and acknowledge that they are owners or agents of the company. Additionally, the undersigned declares that he/she has carefully examined all the items of the specifications and instructions and that he/she fully understands the requirements of same. Authorized Representative's Signature Printed Name Title of Signatory Company Name Address Phone#/Fax Email address Page 112 ATTACHMENT "A" There shall be no aggregate limitation to the coverage provided under any of the insurance sections stated. A. Contractor's and Sub -Contractor's Insurance The Contractor shall not be awarded work under this contract unless the insurance required under this section has been obtained. The Contractor shall not permit any sub -contractor to commence work on a sub -contract unless like insurance has been obtained by the sub -contractor. The insurance required shall contain a thirty (30) day written notice to the City of Opa-locka, c/o CIP Directro, 3400 NW 135th Street, Building -B, Opa-locka Fl 33054 of cancellation, non -renewal or material change in coverage. The Contractor will provide a current Certificate of Insurance. B. Worker's Disability Compensation Insurance The Contractor shall procure and maintain during the life of this contract Worker's Disability Compensation Insurance as required by law for all of his/her employees to be engaged in work on the project under this contract, and in case any such work is sub -let, the Contractor shall require the sub- contractor similarly to provide Worker's Disability Compensation Insurance for all of the latter's employees to be engaged in such work in the statutory amount required. C. Contractor's Public Liability and Property Damage Insurance The Contractor shall procure and maintain during the life of this contract, Contractor's Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for injuries, including accidental death, each occurrence and Contractor's Property Damages Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for each occurrence. D. Contractor's Motor Vehicle Bodily Injury and Property Damage Insurance The Contractor shall procure and shall maintain during the life of this contract, Motor Vehicle Bodily Injury Insurance (comprehensive form) in an amount of not less than One Million Dollars ($1,000,000.00) for injuries, including accidental death to each person; and in an amount of not less than One Million Dollars ($1,000,000.00) for each occurrence, and property damage in an amount of not less than One million Dollars ($1,000,000.00) for each occurrence. The Contractor shall procure and maintain, during the life of this contract, Hired and Non -Ownership Motor Vehicle Bodily Injury and Property Damage Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for injuries, including accidental death, to each person; and in an amount of not less than One Million Dollars ($1,000,000.00) for each occurrence and property damage in an amount of not less than One Million Dollars ($1,000,000.00) for each occurrence. E. Owner's and Contractor's Protective Public Liability and Property Damage Insurance The Contractor shall procure and maintain, during the life of this contract, Owner's and Contractor's Protective Public Liability and Property Damage Insurance in the name of the City in an amount of not less than One Million Dollars ($1,000,000.00) for injuries, including accidental death for each occurrence and property damage in an amount of not less than One Million Dollars ($1,000,000.00) for each occurrence. Such insurance shall include motor vehicle exposure. F. City of Opa-locka as Additional Insured The City of Opa-locka, including elected and appointed officials, all employees and volunteers, all boards, commissions and/or authorities and their board members, employees and volunteers, shall be named specifically as an Additional Insured with respect to the operations of the Contractor and/or sub -contractor for the City of Opa-locka and a copy of an Endorsement to this effect shall be supplied for each policy involved. Page 113 ATTACHMENT "B" SPECIFICATIONS AND DRAWINGS 1 The Contractor shall be responsible for securing the services of a design consultant to prepare the design necessary for permits and construction. 2 The Contractor is solely responsible for safety in all project areas. The Contractor shall erect such barricades and provide other traffic control measures, such as flagmen, as may be necessary to ensure the safety of the public as necessary. 3 The Contractor shall be responsible for the erection and maintenance of barricades, safety fences, and other safety control measures for the complete time of completion of this project. During the construction period, the work area shall be secured and adequate warning notices to the public must be erected to ensure the safety of the traveling and walking public. 4 The Contractor shall be responsible to restore the area of work to its original condition. 5 The conceptual plan must include site visit report highlighting the findings. 6 The canal bank slope must be corrected with proper stabilization per South Florida Water Management District criteria. Page 1 14 INDEMNIFICATION, DEFEND AND HOLD HARMLESS AGREEMENT (Return this statement on company letterhead with your proposal) KNOW ALL MEN BY THESE PRESENTS: That (Contractor/Company) By and through the undersigned (Individual), Its (Title), respectively, agrees to indemnify and hold harmless the City of Opa- locka, a Florida Municipal Corporation, 3400 NW 135th Street, Building -B, Opa-locka F133054 (hereinafter "City"), its Commissioners, administrators, employees, attorneys, affiliates, successors and assigns from any and all liability arising, directly or indirectly, from the following activity: All contract related work in the event any suit, proceeding, claim, loss, damage, cost, charge or expense shall be brought against the City, its Commission, officers, administrators, employees, attorneys, affiliates, successors and assigns by virtue of the above - referenced activity, hereby covenants and agrees to assume the defense thereof and defend the same at its own expense and pay all costs, charges, attorney fees and any other expenses related thereto. Notwithstanding the foregoing, this Indemnification, Defend and Hold Harmless Agreement exclude the sole acts and/or the sole omissions to act on the part of the City of Opa-locka. (Signature of person submitting bid) Subscribed and sworn this said County. Notary Public My Commission Expires: day of , 2014 before me, a Notary Public in and for Page 1 15 NON -COLLUSION AFFIDAVIT (Return this statement on company letterhead with your proposal) being duly sworn deposes and says: That he/she is (State official capacity in firm) The party making the foregoing proposal or bid, that such bid is genuine and not collusion or sham; that said bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any bidder or person, to put in a sham bid or to refrain from bidding and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person, to fix the bid price of affiant or any other bidder, or to fix any overhead, profit, or cost element of said bid price or that of any other bidder, or to secure the advantage against the City of Opa-locka or any person interested in the proposed contract; and that all statements contained in said proposal or bid are true. (Signature of person submitting bid) Subscribed and sworn this said County. Notary Public My Commission Expires: day of , 2014 before me, a Notary Public in and for Pagel 16 DRUG -FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the CITY OF OPA-LOCKA for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). 4. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Section 287.087, Florida Statutes. This Certification is submitted by the (Name) of (Title/Position) (Company) who does hereby certify that said Company has implemented a drug -free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above. Date Signature incidental work and services required for the completion of the work. Page 117 RFP NO: 14-XXXXXXX BIDDER QUALIFICATIONS The Bidder, as a result of this proposal, MUST hold a County and/or Municipal Contractor's Occupational License in the area of their fixed business location. The following information MUST be completed and submitted with the proposal to be considered: 1. Legal Name and Address: Name: Address: City, State, Zip: Phone/Fax: 2. Check One: Corporation () Partnership () Individual ( ) 3. If Corporation, state: Date of Incorporation: State in which Incorporated: 4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such authorization: 5. Name and Title of Principal Officers Date Elected: 6. The length of time in business: _years 7. The length of time (continuous) in business as a service organization in Florida: years 8. Provide a list of at least five commercial or govemment references that the bidder has supplied service/commodities meeting the requirements of the City of Opa-locka specification, during the last twenty-four months. 9. A copy of County and/or Municipal Occupational License(s) Note: Information requested herein and submitted by the bidders will be analyzed by the City of Opa-locka and will be a factor considered in awarding any resulting contract. The purpose is to insure that the Contractors, in the sole opinion of the City of Opa-locka, can sufficiently and efficiently perform all the required services in a timely and satisfactory manner as will be required by the subject contract. If there are any terms and/or conditions that are in conflict, the most stringent requirement shall apply. Page 1 18 RFP NO: 14-XXXXXXX BID BOND PROJECT NAME: STATE OF FLORIDA COUNTY OF MIAMI-DADE KNOW ALL MEN BY THESE PRESENTS, that we, , as Principal, and as Surety, are held and firmly bound unto the City of Opa-locka, a municipal corporation of the State of Florida in the sum of Dollars ($ ), lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the accompanying Bid, dated , 2014 for the Project. WHEREAS, it was a condition precedent to the submission of said Bid that a Bid Bond in the amount of five percent (5%) of the Base Bid be submitted with said Bid as a guarantee that the PROPONENT would, if awarded the Contract, enter into a written Contract with the City for the performance of said Contract, within ten (10) consecutive calendar days after written Notice of Award. NOW, THEREFORE, the conditions of this obligation are such that if the Principal within ten (10) consecutive calendar days after written Notice of Award, enters into a written Contract with the City of Opa-locka and furnishes the Performance and Payment Bonds, satisfactory to the City, each in an amount equal to one hundred percent (100%) of the Contract Price, and provides all required Certificates of Insurance, then this obligation shall be void; otherwise the sum herein stated shall be due and payable to the City of Opa-locka and the Surety herein agrees to pay said sum immediately, upon demand of the City, in good and lawful money of the United States of America, as liquidated damages for failure thereof of said Principal. Page 1 19 IN WITNESS WHEREOF, the above bonded parties have executed this instrument under their several seals this day of , 2012, the name and the corporate seal of each corporate party being hereto affixed and these presents being duly signed by its undersigned representative. IN PRESENCE OF: Seal) (Individual or Partnership Principal) (Business Address) (City/State/Zip) (Business Phone) ATTEST: Secretary (Corporate Surety)* B y *Impress Corporate Surety Seal IMPORTANTSurety companies executing bonds must appear on the Treasury Department's most current list (circular 570 as amended) and be authorized to transact business in the State of Florida. Page 120 RFP NO: 14-XXXXXXX PRICE PROPOSAL FORM PROPONENT understands and agrees that the Contract Price is the lump sum to furnish and install all of the Work complete in place. Contractor's price will not be adjusted unless the CITY changes the scope of the Project after the Contract Date. As such, the Contractor shall furnish all labor, materials, equipment, tools, superintendence and services necessary to provide a complete, in place Project for the Proposed Price of: LUMP SUM PRICE: $ Dollars and Cents Attach the itemized price based on the plans, and specifications. 1. The ENTIRE WORK shall be completed, in full, within Calendar days from the date stipulated in the NOTICE TO PROCEED. Failure to complete the entire work during the described time period shall result in the assessment of liquidated damages as indicated in 18.23. 2. Communications concerning this Bid shall be addressed to: PROPONENT:. Address: Telephone: Facsimile: Attention: 3. The terms used in this RFP which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. Page 121 SUBMITTED THIS DAY OF 2014. BID SUBMITTED BY: Company Telephone Number Name of Person Authorized to Submit Bid Signature Title Fax Number Email Address Page 122 Sponsored by: City Manager RESOLUTION NO.14-8841 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, TO AUTHORIZE THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH LANDSHORE ENTERPRISES, LLC, IN AN AMOUNT NOT TO EXCEED $1,636,167.00, FOR DESIGN BUILD SERVICES FOR THE BURLINGTON STREET CANAL DREDGING, BANK RESTORATION, AND STABILIZATION WITH SLOPE CORRECTION, PAYABLE FROM ACCOUNT NUMBER 43- 5386327, A BUDGETED ITEM; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City Commission of the City of Opa-locka desires to award the contract to Landshore Enterprises for design -build services for the Burlington Street Canal; and WHEREAS, the goal of the project is to improve public safety, flood control wate quality, and canal aesthetics; and WHEREAS, the services for the dredging, bank restoration, and stabilization with slope correction will take place in three (3) phases based on available grants; and WHEREAS, this project is budgeted and partially funded by FDEP grant with the first phase of the design -build services limited to available FDEP grant; and WHEREAS, Landshore Enterprises, LLC ranked number 1 based on the review by the Evaluation Committee; and WHEREAS, the City Commission of the City of Opa-locka desires the City Manager to enter into an agreement with Landshore Enterprise, LLC, a design -build firm, for improvements to Burlington Street Canal. Resolution No. 14-8841 NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-locka, directs and authorizes the City Manager to enter into an agreement with Landshore Enterprise, LLC, a design -build firm, for design build services for the Burlington Street Canal dredging, bank restoration, and stabilization with slope correction, payable from Account Number 43-5386327, a budgeted item. Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 1e day of September, 2014. MYRA T " LOR MAYOR ttest to: anna Flores ity Clerk Moved by: Seconded by: Commission Vote: Commissioner Holmes: Commissioner Johnson: Commissioner Santiago: Vice -Mayor Kelley: Mayor Taylor: Appr . ed as 1 fo i'!and le s ff' ency J . Geller EE SPOON MARDER PA ity Attorney COMMISSIONER HOLMES COMMISSIONER JOHNSON 5-0 YES YES YES YES YES City of Opa-Locka Agenda Cover Memo Commission Meeting Date: 09/10/2014 Item Type: (EnterX in box) Resolution Ordinance Other X Fiscal Impact (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading x Public Hearing: (EnterX in box) Yes No Yes No x x Funding Source: Account# 43-5386327 (Enter Fund & Dept) Ex: FDEP Grants Advertising Requirement: (EnterX in box) RFP#: 14-3007100 Yes No x Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid #: 14-3007100 Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Public Safety Quality of Education Qual. of Life & City Communcation Area: Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) Will improve public safety, flood control, water quality, and canal aesthetics. X Dev am � ED Image NE lr Sponsor Name City Manager Department: City Manager -CIF Short Title: Burlington Street Canal Improvements Staff Summary: The purpose of this resolution is to receive design -build services from Landshore Enterprises, LLC for the Burlington Street Canal dredging, bank restoration, and stabilization with slope correction. The design -build services will include design, applicable permits, and construction per local, County, State and other applicable standards, rules and regulations. The Burlington Street Canal current does not comply with required slope per South Florida Water Management District criteria. The Canal has progressive bank erosion which is already impacting the adjacent private properties. The bank is very sharp and uneven and is health hazard. The existing condition of the Canal bank has deteriorated as residents are complaining about the threat to their property and public safety. The unprotected Canal bank is degrading the surface water quality and canal is losing its aesthetic view. The Canal bank has to be restored to ensure required slope compliance with the South Florida Water Management District regulations. The slope restoration and stabilization will enhance public safety, address surface water quality and will also protect adjacent properties. The restoration and related dredging will be included in the scope to improve the environmental conditions and also the surface water and canal aesthetic. Staff recommends approval in order to improve public safety, flood control, water quality, and canal aesthetics. Attachment:' 1. Agenda 2. Evaluation Summary MEMORANDUM To: Mayor Myra L. Taylor Vice Mayor Joseph L. Commissioner Timothy H Commissioner Do thy J Commissioner Luis ; . S FROM: Kelvin L. Baker, City Manag DATE: September 03, 2014 RE: Burlington Street Canal Improvements Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH LANDSHORE ENTERPRISES, LLC IN THE AMOUNT NOT TO EXCEED ONE MILLION SIX HUNDRED THIRTY SIX THOUSAND ONE HUNDRED SIXTY SEVEN DOLLARS ($1,636,167.00) FOR THE DESIGN BUILD SERVICES FOR THE BURLINGTON STREET CANAL DREDGING, BANK RESTORATION, AND STABILIZATION WITH SLOPE CORRECTION IN MAXIMUM THREE DIFFERENT PHASES BASED ON AVAILABLE GRANTS, PAYABLE FROM ACCOUNT NUMBER 43-5386327 (BUDGETED). Description: The purpose of awarding the contract to Landshore Enterprises is to receive design - build services for the Burlington Street Canal dredging, bank restoration, and stabilization with slope correction. The design -build services will include design, applicable permits, and construction per local, County, State and other applicable standards, rules and regulations. The goal of the project is to improve public safety, flood control, water quality, and canal aesthetics. Account Number: 43-5386327 Financial Impact: This project is budgeted and partially funded by FDEP grant. The project will be in construction in maximum three different phases based on available grants money. The 1St phase of the design -build services will be limited to available FDEP grant. Implementation Time Line: As soon as possible. Recommendation(s): City received total three bids and evaluation result is summarized below: Vendor Quote Score Rank Landshore Enterprises, LLC $1,636,167.00 431 lst C&I Construction and Design, Inc. $1,625,998.00 408 2nd Florida Engineering & Development Corp. $2,408,000.00 230 3rd Landshore Enterprises, LLC _is_the _most _responsive _and highest ranked bidder. Awarding Contract to Landshore Enterprises, LLC is for the best interest of the city. Analysis: The Burlington Street Canal current does not comply with required slope per South Florida Water Management District criteria. The Canal has progressive bank erosion which is already impacting the adjacent private properties. The bank is very sharp and uneven and is health hazard. The existing condition of the Canal bank has deteriorated as residents are complaining about the threat to their property and public safety. The unprotected Canal bank is degrading the surface water quality and canal is losing its aesthetic view. The Canal bank has to be restored to ensure required slope compliance with the South Florida Water Management District regulations. The slope restoration and stabilization will enhance public safety, address surface water quality and will also protect adjacent properties. The restoration and related dredging will be included in the scope to improve the environmental conditions and also the surface water and canal aesthetic. ATTACHMENT(S): 1. Evaluation Summary PREPARED BY: Maqsood Mohammad Nasir, PE, CIP Director/City Engineer END OF MEMORANDUM EVALUATION REVIEW FOR RFP 14-3007100 BURLINGTON STREET CANAL Florida Engineering & Development Landshore Enterprises, LLC C & I Construction & Design Price (lump sum) max pts 55 Gerald 37 54 55 Delia 37 54 55 Airia 37 54 55 Vernell 37 54 55, Shaquellia 37 54 55 Local Hire - max pts 15 Gerald 0 15 5 Delia 0 10 10 Airia 0 10 4 Vernell 0 15 10 Shaquellia 0 15 3 Conceptual Plans - max pts 10 Gerald 3 5 8 Delia 5_ 5 5 Airia 3 6 9 Vernell 4 5 8 Shaquellia 5 6 8 References - max pts 10 Gerald 0 10 5 Delia 0 10 10 Airia 0 4 4 Vernell 0 10 10 Shaquellia 0 10 10 DBE Preference - max pts 5 Gerald 0 0 0 Delia 0 0 0 Airia 0 0 0 Vernell 0 0 0 Shaquellia 0 0 0 Letter of Introduction - max pts 5 Gerald 5 5 5 Delia 5 5 5 Airia 5 5 5 Vernell 5 5 5 Shaquellia 5 5 4 TOTALS 230 431 408 EVALUATION REVIEW FOR RFP 14-3007100 BURLINGTON STREET CANAL Florida Engineering & Development Landshore Enterprises, LLC C & I Construction & Design Price (lump sum) max pts 3°7 515555 Local Hire - max pts 15 0 / 5 5 Conceptual Plans - max pts 10 3 5 8 References - max pts 10 0 l 0 /0 DBE Preference - max pts 5 0 0 0 Letter of Introduction - max ts5 /1 w 5 5_ 5 DATE SIGNATURE PRINT NAME EVALUATION REVIEW FOR RFP 14-3007100 BURLINGTON STREET CANAL Florida Engineering & Development Landshore Enterpris es, LLC C & I Construction & Design (lump sum) max ptsZ 55 7Price r- \—.0 Lo cal Hire - max pts 15 0 /0 /0 Co nceptual Plans - max pts 10 ,j` `::� �' + .. �1 ' iji References - max pts 10 0 / D 0 DBE Preference - max pts 5 0 0 `.,,: 0 Le tter of Introduction - max is 5" 6 6- SIGNATURE :7,) .,"/ PRINT NAME DATE I� EVALUATION REVIEW FOR RFP 14-3007100 BURLINGTON STREET CANAL Florida Engineering & Development Landshore Enterprises, LLC C & I Construction & Design Price (lump sum) max pts 55 , -V 3 q Local Hire - max pts 15 o /0 2/ Conceptual Plans - max pts 10 6 7 References - max pts 10 CP It q DBE Preference - max pts 5 Letter of Introduction - max ts 5 3 3 SIGNATURE DATE si-zz-\) PRINT NAME EVALUATION REVIEW FOR RFP 14-3007100 BURLINGTON STREET CAN AL Florida Engineering & Development Landshore Enterprises, LLC C & I Construction & Design Price (lump sum) max pts 55 .5 I-- ,r. r ' Zj Local Hire - max pts 15cp l S / 0 Conceptual Plans - max pts 10 4- 5 3 References - max pts 10 0 / O / D DBE Preference - max pts 5 0 . 0 Letter of Introduction - max is 5 0 5 SIGNATURE ize---. <-/7 (- PRINT NAME PRINT NAME EVALUATION REVIEW FOR RFP 14-3007100 BURLINGTON STREET CANAL Fl orida Engineering & Development Landshore Enterprises, LLC C & I Construction & Design Price (lump sum) max pts 55(73LI 5 . r Local Hire - max pts 15 0 I h Co nceptual Plans - max pts 10 5 - References - max pts 10 C 1 6 10 DBE Preference - max pts 5O 6 0 - Letter of Introduction - max ts5 b 5 Y cm ir DESIGN BUILD CONTRACTOR AGREEMENT BETWEEN CITY OF OPA- LOCKA AND Landshore Enterprises, LLC FOR Burlington Street Canal Slope Restoration Completion of Phase I AGREEMENT THIS IS AN AGREEMENT, dated the _ day of , 2021, between: CITY OF OPA-LOCKA, a Florida municipal corporation, hereinafter "CITY," and Landshore Enterprises, LLC A licensed Company, authorized to do business in the State of Florida, hereinafter "DESIGN BUILD CONTRACTOR" WITNESSETH: In consideration of the mutual terms and condition, promises, covenants, and payments hereinafter set forth, CITY and DESIGN BUILD CONTRACTOR agree as follows: ARTICLE 1 PREAMBLE In order to establish the background, context and form of reference for this Agreement and to generally express the objectives, and intentions, of the respective parties herein, the following statements, representations and explanations shall be accepted as predicates for the undertakings and commitments included within the provisions which follow and may be relied upon by the parties as essential elements of the mutual considerations upon which this Agreement is based. 1.1 CITY requested proposals for Burlington Street Canal Slope Restoration indicating the CITY's desire to hire a DESIGN BUILD CONTRACTOR to perform this work 1.2 On October 27, 2021, the CITY awarded the DESIGN BUILD CONTRACTOR and authorized the proper CITY officials to enter into an agreement with DESIGN BUILD CONTRACTOR to render the services more particularly described herein below. ARTICLE 2 SCOPE OF WORK 2.1 The DESIGN BUILD CONTRACTOR shall furnish all of the materials, tools, supplies, and labor necessary to prepare plans, specifications, permitting and complete construction of Burlington Street Canal Site No.1, a copy of the RFP is attached hereto and specifically made a part of this agreement as Composite Exhibit "A". 2.2 DESIGN BUILD CONTRACTOR hereby represents to CITY, with full knowledge that CITY is relying upon these representations when entering into this Agreement with DESIGN BUILD CONTRACTOR, that DESIGN BUILD CONTRACTOR has the professional expertise, experience and manpower to perform the services to be provided by DESIGN BUILD CONTRACTOR pursuant to the terms of this Agreement 2.3 DESIGN BUILD CONTRACTOR assumes professional and technical responsibility for performance of its services to be provided hereunder in accordance with recognized professional standards for specified services. If within three (3) years following completion of its services, such services fail to meet the aforesaid standards, and the CITY promptly advises DESIGN BUILD CONTRACTOR, DESIGN BUILD CONTRACTOR agrees to re -perform such deficient services without charge to the CITY. 2.4 DESIGN PHASE DESIGN BUILD CONTRACTOR should cause for the proposed improvements under this agreement to be designed according to the all applicable Miami -Dade County and City of Opa-locka requirements. Copies of the construction documents should be submitted to City staff for review and approval prior to submittal for permitting. At a minimum the design phase shall include the following: • Preliminary Engineering • Field Investigations • Dredging Requirements • Survey • Basis of Design • Final Design of cross sections 2.5 PERMITTING • Obtain all permit approvals from all applicable regulatory agencies and City of Opa- locka Building and Licensing Department. 2.6 CONSTRUCTION Upon concurrence and award of the DESIGN BUILD CONTRACTOR, Landshore Enterprise, LLC, shall initiate the design, permitting and subsequently the construction to begin and the work to take place as outlined below: • Construction • Coordination with City for construction inspections • Final certification of Slope Restoration by the City of Opa-Locka and Miami -Dade County - South Florida Water Management District Permitting Section. • The DESIGN BUILD CONTRACTOR shall provide As -Built Drawings at the project closeout. ARTICLE 3 TIME FOR COMPLETION AND LIQUIDATED DAMAGES 3.1 The DESIGN BUILD CONTRACTOR shall commence work to be performed under this Agreement within five (5) working days from the Notice to Proceed (NTP) and shall complete on/before December 31, 2022. 3.2 Anything to the contrary notwithstanding, minor adjustment to the timetable for completion approved by CITY in advance, in writing, will not constitute a delay by DESIGN BUILD CONTRACTOR. Furthermore, a delay due to an Act of God, fire, lockout, strike or labor dispute, riot or civil commotion, act of public enemy or other cause beyond the control of DESIGN BUILD CONTRACTOR shall extend this Agreement for a period equal to such delay and during this period such delay shall not constitute a delay by DESIGN BUILD CONTRACTOR for which liquidated damages are due. 3.3 DESIGN BUILD CONTRACTOR's failure to perform the work specified in this Agreement shall result in DESIGN BUILD CONTRACTOR being required to pay liquidated damages in the Amount $750 per day for each unexcused day after the completion date set forth in Section 3.1 above. ARTICLE 4 DESIGN BUILD CONTRACTOR SUM 4.1 The CITY hereby agrees to pay DESIGN BUILD CONTRACTOR for the faithful performance of this Agreement, $455.531.30 for work to be completed in accordance with the "Proposal" submitted by DESIGN BUILD CONTRACTOR. Work completed by the DESIGN BUILD CONTRACTOR shall be as reflected in the proposal submitted, a copy of which is attached hereto and made a part hereof as Exhibit "B", with no change in the price shown. A total contract price hereto is referred to as DESIGN BUILD CONTRACTOR Sum and shall be Four Hundred Fifty -Five Thousand Five Hundred Thirty -One Dollars and 30/100 ($455,531.30). 4.2 Not withstanding any other provision of this DESIGN BUILD CONTRACT, the DESIGN BUILD CONTRACTOR shall guarantee all portions of the Project against poor workmanship and faulty materials for a period of three (3) years after final payment and shall immediately correct any defects which may appear during this period upon notification by CITY. This provision shall in no way affect the manufacturing warranty for repair or replacement. 4.3 The making and acceptance of the final payment shall constitute a waiver of all claims by DESIGN BUILD CONTRACTOR except those previously made and still unsettled. ARTICLE 5 PROGRESS PAYMENTS 5.1 Based upon Applications for Payment submitted by the DESIGN BUILD CONTRACTOR to the Owner, and upon Project Applications and Certificates for Payment issued by the Owner, the Owner shall make progress payments on account of the DESIGN BUILD CONTRACT Sum to the DESIGN BUILD CONTRACTOR as provided below and elsewhere in the DESIGN BUILD CONTRACT Documents. 5.2 The period covered by each Application for payment shall be one calendar month ending on the last day of the month, or as follows: 5.2.1. The City is under a declared State of Financial Emergency pursuant to Section 218.503, Florida Statutes. As a result, the parties to this Agreement acknowledge that all invoices presented for payment shall be reviewed and approved by the State of Florida prior to payment and that the City is therefore unable to comply with the Florida Local Government Prompt Payment Act. 5.2.2. Each Application for Payment shall be based upon the Schedule of Values submitted by the DESIGN BUILD CONTRACTOR in accordance with the DESIGN BUILD CONTRACT Documents. The Schedule of Values shall allocate the entire DESIGN BUILD CONTRACT Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Owner may require. This schedule, unless objected to by the Owner, shall be used as a basis for reviewing the DESIGN BUILD CONTRACTOR's Applications for Payment. 5.2.3. Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.2.4. Subject to the provisions of the DESIGN BUILD CONTRACT Documents, the amount of each progress payment shall be computed as follows: 5.2.4.1 Take that portion of the DESIGN BUILD CONTRACT Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the total DESIGN BUILD CONTRACT Sum allocated to that portion of the Work in -the Schedule of Values, less retainage of Ten percent (10%). Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute may be included in applications for Payment. The amount of credit to be allowed by the DESIGN BUILD CONTRACT to the Owner for a deletion or change which results in a net decrease in the DESIGN BUILD CONTRACT Sum shall be actual net cost as confirmed by the Construction Manager. When both additions and credits covering related Work or substitutions are involved in a change the allowance for overhead and profit shall be figured on the basis of net increase, if any, with respect to that change. 5.2.4.2 Add that portion of the DESIGN BUILD CONTRACT Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction (or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing), less retainage of ten percent (10%): 5.2.4.3 Subtract the aggregate of previous payments made by the Owner; and subtract amounts, if any, for which the Construction Manager has withheld or nullified a Certificate for Payment. 5.3 The progress payment amount determined in accordance with the above shall be further modified under the following circumstances: 5.4 5.3.1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to Ninety percent (90%) of the DESIGN BUILD CONTRACT Sum, less such amounts as the Construction Manager recommends and the Owner determines for incomplete Work and unsettled claims; and 5.4 Reduction or limitation of retainage, if any, shall be as follows: None ARTICLE 6 FINAL PAYMENT Final payment, constituting the entire unpaid balance of the DESIGN BUILD CONTRACT Sum, shall be made by the Owner to the DESIGN BUILD CONTRACTOR when (1) the DESIGN BUILD CONTRACT has been fully performed by the DESIGN BUILD CONTRACTOR except for the DESIGN BUILD CONTRACTOR's responsibility to correct nonconforming Work and to satisfy other requirements, if any, which necessarily survive final payment: and (2) a final Project Certificate for Payment has been issued by the Owner and 3) the DESIGN BUILD CONTRACTOR has met all provisions of the reporting requirements of grants if the project is funded by grant money; such final payment shall be made by the Owner not more than 20 days after the issuance of the final Project Certificate for Payment. ARTICLE 7 DESIGN BUILD CONTRACTOR'S LIABILITY INSURANCE 7.1 The DESIGN BUILD CONTRACTOR shall not commence work under this DESIGN BUILD CONTRACT until it has obtained all insurance required under this Article and such insurance has been approved by the CITY nor shall the DESIGN BUILD CONTRACTOR allow any SUB -CONTRACTOR, if applicable, to commence work on a SUB -CONTRACT until all similar such insurance required of the SUB -CONTRACTOR has been obtained and approved. 7.2 Certificates of insurance, reflecting evidence of the required insurance, shall be filed with the City prior to the commencement of the work. These Certificates shall contain a provision that coverage afforded under these policies will not be canceled until at least thirty days (30) prior written notice has been given to the CITY. Policies shall be issued by companies authorized to do business under the laws of the State of Florida. 7.3 Financial Ratings must be no less than "A" in the latest edition of "Bests Key Rating Guide", published by A.M. Best Guide. 7.4 Insurance shall be in force until all work required to be performed under the terms of the DESIGN BUILD CONTRACT is satisfactorily completed as evidenced by the formal acceptance by the CITY. In the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the period of this DESIGN BUILD CONTRACT, then in that event, the DESIGN BUILD CONTRACTOR shall furnish, at least three (3) days prior to the expiration of the date of such insurance, a renewed certificate of insurance as proof that equal and like coverage for the balance of the period of the DESIGN BUILD CONTRACT and extension there under is in effect The DESIGN BUILD CONTRACTOR shall not continue to work pursuant to this DESIGN BUILD CONTRACT unless all required insurance remains in full force and effect. 7.5 Comprehensive General Liability insurance to cover liability bodily injury and property damage. Exposures to be covered are: premises, operations, products/completed operations, and certain contracts. Coverage must be written on an occurrence basis, with the following limits of liability: (a) Workers' Compensation Insurance - as required by law; (b) Employer's Liability Insurance - $1,000,000 per occurrence; (c) Automobile Liability Insurance - $2,000,000 per occurrence, $1,000,000 per accident; (d) Accident for bodily injury $300,000 and $1,000,000 per accident for property damage. (e) Professional liability insurance of each design consultant- minimum $500,000. 7.6 The DESIGN BUILD CONTRACTOR shall hold the CITY, its agents, and employees, harmless on account of claims for damages to persons, property or premises arising out of the operations to complete this Agreement and name the CITY as an additional insured under their policy. 7.7 The CITY reserves the right to require any other insurance coverage it deems necessary depending upon the exposures. ARTICLE 8 PROTECTION OF PROPERTY 8.1 At all times during the performance of this DESIGN BUILD CONTRACT, the DESIGN BUILD CONTRACTOR shall protect the CITY's property and properties adjoining the Project site from all damage whatsoever. ARTICLE 9 DESIGN BUILD CONTRACTOR'S INDEMNIFICATION 9.1 The DESIGN BUILD CONTRACTOR agrees to release the CITY from and against any and all liability and responsibility in connection with the above mentioned matters and with the work being performed by DESIGN BUILD CONTRACTOR The DESIGN BUILD CONTRACTOR further agrees not to sue or seek any money or damages from CITY in connection with the above mentioned matters. 9.2 The DESIGN BUILD CONTRACTOR agrees to indemnify and hold harmless the CITY, its trustees, elected and appointed officers, agents, servants and employees, from and against any and all claims, demands, or causes of action of whatsoever kind or nature, and the resulting losses, costs, expenses, reasonable attorneys' fees, liabilities, damages, orders, judgments, or decrees, sustained by the CITY or any third party arising out of, or by reason of, or resulting from the DESIGN BUILD CONTRACTOR's negligent acts, errors, or omissions. 9.3 If a court of competent jurisdiction holds the City liable for certain tortious acts of its agents, officers, or employees, such liability shall be limited to the extent and limit provided in 768.28, Florida Statutes. This provision shall not be construed as a waiver of any right or defense that the City may possess. The City specifically reserves all rights as against any and all claims that may be brought. ARTICLE 10 INDEPENDENT DESIGN BUILD CONTRACTOR 10.1 This Agreement does not create an employee/employer relationship between the parties. It is the intent of the parties that the DESIGN BUILD CONTRACTOR is an independent CONTRACTOR under this Agreement and not the CITY's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, and the State unemployment insurance law and similar laws. The DESIGN BUILD CONTRACTOR shall retain sole and absolute discretion in the judgment of the manner and means of carrying out the DESIGN BUILD CONTRACT's activities and responsibilities hereunder provided. This Agreement shall not be construed as creating any joint employment relationship between the DESIGN BUILD CONTRACTOR and the CITY and the CITY will not be liable for any obligation incurred by DESIGN BUILD CONTRACTOR, including but not limited to unpaid minimum wages and/or overtime premiums. ARTICLE 11 DESIGN BUILD CONTRACTOR BOND The DESIGN BUILD CONTRACTOR is required to furnish a Performance Bond and Payment Bond, each, in the amount of 100% of the total Bid Price, including Alternates if any, with the City of Opa-Locka as the obligee, as security for the faithful performance of the contract and for the payment of all persons performing labor or furnishing materials in connection herewith. The bonds shall be with a surety company authorized to do business in the State of Florida. ARTICLE 12 CHANGES TO SCOPE OF WORK AND ADDITIONAL WORK 12.1 CITY or DESIGN BUILD CONTRACTOR may request changes that would increase decrease or otherwise modify the Scope of Services/Basic Services to be provided under this Agreement as described in Article 2 of this Agreement. Such changes or additional services must be in accordance with the provisions of the Code of Ordinances of the CITY and must be contained in a written amendment, executed by the parties hereto, with the same formality and with equality and dignity prior to any deviation from the terms of this Agreement, including the initiation of any additional or extra work. Each amendment shall at a minimum include the following information on each project: PROJECT NAME PROJECT DESCRIPTION ESTIMATED PROJECT COST ESTIMATED COST FOR ADDITION OR CHANGE TO PROJECT DESIGN BUILD CONTRACTOR ESTIMATED PROJECT COMPLETION DATE 12.2 In no event will the DESIGN BUILD CONTRACTOR be compensated for any work which has not been described in a separate written agreement executed by the parties hereto. ARTICLE 13 TERM AND TERMINATION 13.1 This Agreement may be terminated by either party for cause, or the CITY for convenience, upon written notice by the CITY to DESIGN BUILD CONTRACTOR in which event the DESIGN BUILD CONTRACTOR shall be paid its compensation for services performed to termination date. In the event that the DESIGN BUILD CONTRACTOR abandons this Agreement or causes it to be terminated, he shall indemnify the CITY against any loss pertaining to this termination up to a maximum of the full DESIGN BUILD CONTRACT sum. All finished or unfinished documents, data, studies, plans, surveys, and reports prepared by DESIGN BUILD CONTRACTOR shall become the property of CITY and shall be delivered by DESIGN BUILD CONTRACTOR to CITY. 13.2 This Agreement shall take effect as of the date of execution as shown herein below and continue for such time as is contemplated by the Agreement ARTICLE 14 CONTRACT DOCUMENTS 14.1 DESIGN BUILD CONTRACTOR and CITY hereby agree that the following Specification and Contract Documents, which are attached hereto and made a part thereof, are fully incorporated herein and made a part of this Agreement, as if written herein word for word: This Agreement; CONSULTANT's proposal as set forth in Exhibit "B"; the RFP, Exhibit "A" and any other exhibits thereto, or to this Agreement. However, the language of the RFP shall be amended as follows: The DESIGN BUILD CONTRACTOR will be expected to rectify any omissions and make such changes as deemed appropriate at no additional cost unless otherwise agreed to by the parties in writing. ARTICLE 15 MISCELLANEOUS 15.1 Legal Representation: It is acknowledged that each party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement and, accordingly, the rule that a DESIGN BUILD CONTRACT shall be interpreted strictly against the party preparing same shall not apply due to the joint contribution of both parties. 15.2 Assignments: This Agreement, or any interest herein, shall not be assigned, transferred or otherwise encumbered, under any circumstances, by DESIGN BUILD CONTRACTOR without the prior written consent of CITY. For purposes of this Agreement, any change of ownership of DESIGN BUILD CONTRACTOR shall constitute an assignment which requires CITY approval. However, this Agreement shall run to the CITY and its successors and assigns. 15.3 Records: DESIGN BUILD CONTRACTOR shall keep books and records and require any and all SUB- CONTRACTORS to keep books and records as may be necessary in order to record complete and correct entries as to personnel hours charged to this engagement, and any expenses for which DESIGN BUILD CONTRACTOR expects to be reimbursed, if applicable. Such books and records will be available at all reasonable times for examination and audit by CITY and shall be kept for a period of three (3) years after the completion of all work to be performed pursuant to this Agreement, or for such longer period as is required by law. Incomplete or incorrect entries in such books and records will be grounds for disallowance by CITY of any fees or expenses based upon such entries. 15.4 Ownership of Documents: Reports, surveys, plans, studies and other data provided in connection with this Agreement are and shall remain the property of City. 15.5 No Contingent Fees: DESIGN BUILD CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the DESIGN BUILD CONTRACTOR, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for DESIGN BUILD CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the CITY shall have the right to terminate the Agreement without liability at its discretion, to deduct from the DESIGN BUILD CONTRACT Sum or otherwise recover the full amount of such fee, commission, percentage, gift or consideration. 15.6 Notice: Whenever any party desires to give notice unto any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended and the remaining party, at the places last specified, and the places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. For the present, the DESIGN BUILD CONTRACTOR and the CITY designate the following as the respective places for giving of notice: CITY: COPY TO: COPY TO: John E. Pate, City Manager 780 Fisherman, 4th Floor Opa-locka, FL 33054 Burnadette Norris -Weeks, City Attorney 401 NW 7th Avenue Fort Lauderdale, FL 33311 Airia Austin, CIP Director 780 Fisherman Street, 4th Floor Opa-locka, FL 33054 DESIGN BUILD CONTRACTOR: Landshore Enterprises, LLC 15.7 Binding Authority: Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalf of the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement. 15.8 Exhibits: Each Exhibit referred to in this Agreement forms an essential part of this Agreement. The exhibits if not physically attached should be treated as part of this Agreement and are incorporated herein by reference. 15.9 Headings: Headings herein are for convenience of reference only and shall not be considered on any interpretation of this Agreement. 15.10 Severability: If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 15.11 Governing Law: This Agreement shall be governed by the laws of the State of Florida with venue lying in Miami -Dade County, Florida. 15.12 Disputes: Any claim, objection, or dispute arising out of the terms of this Agreement shall be litigated in the Eleventh judicial Circuit Court in and for Miami -Dade County. 15.13 Attorney's Fees: To the extent authorized by law, in the event that either party brings suit for enforcement of this Agreement, the prevailing party shall be entitled to attorney's fees and court costs in addition to any other remedy afforded by law. 15.14 Extent of Agreement: This Agreement, together with all DESIGN BUILD CONTRACT documents, and all exhibits hereto or to the DESIGN BUILD CONTRACT documents, represents the entire and integrated agreement between the CITY and the DESIGN BUILD CONTRACTOR and supersedes all prior negotiations, representations or agreements, either written or oral. 15.15 Waiver: Failure of the CITY to insist upon strict performance of any provision or condition of this Agreement, or to execute any right therein contained, shall not be construed as a waiver or relinquishment for the future of any such provision, condition, or right, but the same shall remain in full force and effect. 15.16 Equal Opportunity Employment: DESIGN BUILD CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, national origin, or disability and will take affirmative steps to ensure that applicants are employed and employees are treated, during employment, without regard to race, color, religion, sex, age, national origin or disability. This provision shall include, but not be limited to, the following: employment upgrading, demotion or transfer; recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeships. ARTICLE 16 E -VERIFY FORM Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a. All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b. All persons (including sub-vendors/subconsultants/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. ARTICLE 17 NOTICE TO PROCEED The DESIGN BUILD CONTRACTOR and the engineer shall commence work within five (5) five working days from the date of the Notice to Proceed (NTP). No work shall begin without NTP. IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY OF OPA-LOCKA ATTEST: BY: Joanna Flores, CMC John E. Pate City Clerk City Manager APPROVED AS TO FORM: Burnadette Norris -Weeks, P.A., City Attorney LANDSHORE ENTERPRISES, LLC WITNESSES: (Name & Signature) Authorized Representative (Name & Signature) ATTEST: (Name & Signature) SECRETARY STATE OF FLORIDA COUNTY OF MIAMI-DADE BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared as , of , a Florida corporation, and acknowledged executed the foregoing Agreement as the proper official of , for the use and purposes mentioned in it and affixed the official seal of the corporation, and that the instrument is the act and deed of that corporation. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the State and County aforesaid on this _ day of . 2021. NOTARY PUBLIC My Commission Expires: See attached document for Exhibit "A" REQUEST FOR PROPOSAL (RFP) See attached document for Exhibit "B" DESIGN BUILD CONTRACTOR'S PROPOSAL REMAINING SCOPE AND FEES TO COMPLETE PHASE I - PROPOSAL DATED 09/08/2021