Loading...
HomeMy Public PortalAbout21-9931 Agreement with 300 EngineeringSponsored by: City Manager RESOLUTION NO. 21-9931 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH 300 ENGINEERING GROUP, P.A. FOR CONTINUING PROFESSIONAL ARCHITECTURAL AND ENGINEERING CONSULTING SERVICES FOR ENGINEERING AND DESIGN SERVICES FOR THE CITY'S SANITARY SEWER GRAVITY MAIN RELOCATION ALONG 133RD STREET; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka ("City") provides sanitary sewer collection services to several commercial properties along 133rd Street, between 43rd and 42nd Avenues. This service is provided through approximately 300 Linear Feet (LF) of 8 -inch PVC pipe (from manhole MH 16-13 to manhole MH 16-12) that directs the flow west and south towards pump station PS -16, within the City. The existing sanitary sewer line is located within a swale on the north side of 133rd street and has one active 6 -inch private lateral connection (approximately 250 LF) to manhole MH 16-13; and WHEREAS, on June 10, 2020, the City Commission of the City of Opa-Locka ("Commission") accepted bid proposals from several firms for continuing professional architectural and engineering consulting services pursuant to RFQ No. 20-0324200. The Commission further authorized the City Manager to enter into multiple agreements for architectural and engineering consulting services as provided therein; and WHEREAS, more specifically, the City Commission approved entering into an agreement with 300 Engineering Group, P.A. for Civil Engineering, landscape architectural, structural engineering and traffic engineering services; and WHEREAS, the City seeks to relocate the sanitary sewer main to the centerline of the right of way (ROW) and reconnect the lateral services to the new sewer main. It is anticipated that the new gravity main will have a total length of approximately 600 LF. The extension from 300 L.F. to 600 L.F. will provide access to sewer services for additional commercial properties currently on septic systems; and WHEREAS, the City desires to enter into an agreement with 300 Engineering Group, P.A., attached hereto as Exhibit "A", pursuant to the proposal attached hereto as Exhibit "B", to provide engineering and design services for the City's Sanitary Sewer Gravity Main relocation along 133rd Street within the City, in an amount not exceed Sixty Four Thousand, Seven Hundred Seventy Five Dollars ($64,775.00); and Resolution No. 21-9931 WHEREAS, the City Commission finds that it is in the best interest of the City and its residents to enter into an agreement with 300 Engineering Group, P.A. for continuing professional architectural and engineering consulting services as set forth herein. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: Section 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. Section 2. AUTHORIZATION The City Commission of the City of Opa-Locka hereby authorizes the City Manager to enter into an agreement with 300 Engineering Group, P.A., attached hereto as Exhibit "A" and pursuant to the proposal attached hereto as Exhibit "B", for continuing professional architectural and engineering consulting services to provide engineering and design services for the City's Sanitary Sewer Gravity Main relocation along 133rd Street within the City, in an amount not exceed Sixty Four Thousand, Seven Hundred Seventy Five Dollars ($64,775.00). SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager following review by the City Attorney and without need of public hearing, by filing a corrected copy of same with the City Clerk. Section 4. EFFECTIVE DATE. This Resolution shall be effective immediately upon adoption hereof and approval by the Governor of the State of Florida or Governor's designee. PASSED and ADOPTED this 10th day of November 2021. ATTEST: o nna Flores, City Clerk Veronica J. Williams, ice Mayor 2 Resolution No. 21-9931 APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Burnadette Norris -Weeks, P.A. City Attorney Moved by: Commissioner Davis Seconded by: Commissioner Taylor VOTE: 4-0 Commissioner Bass YES Commissioner Davis YES Commissioner Taylor YES Vice -Mayor Williams ABSENT Mayor Pigatt YES 3 City of Opa-locka Agenda Cover Memo Department Director: Airia Austin Department Director Signature: �'� 1 ' City Manager: John E. Pate CM Signature: C Commission Meeting Date: 11/10/2021 Item Type: (EnterX in box) Resolution Or in: n Other X Fiscal impact: (Enter X in box) Yes No Ordinance Reading: (EnterX in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X X Funding Source: Account# : (Enter Fund & Dept.) Ex: Advertising Requirement: (EnterX in box) Yes No x Contract/P.O. Required: (EnterX in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Communication Area: MI Strategic Plan 04/Strategy: (list the specific objective/strategy this iten, will address) X m 0 Image • • Sponsor Name City Manager Department: City Manager Short Title: Sanitary Sewer Gravity Main Relocation along 133rd Street - Engineering & Design Service Staff Summary: Approval is requested from the City Commission to authorize the City Manager to enter into an agreement with 300 Engineering Group, P.A. to provide engineering and design services for the City's Sanitary Sewer Gravity Main Relocation along 133rd Street. The City provides sanitary sewer collection services to several commercial properties along 133rd Street, between 43rd and 42iic1 Avenues. This service is provided through approximately 300 LF of 8 -inch PVC pipe (from manhole MH 16-13 to manhole MH 16-12) that directs the flow west and south towards pump station PS -16. The existing sanitary sewer line is located within a swale on the north side of 133m street and has one active 6 -inch private lateral connection (approximately 250 LF) to manhole MH 16-13. The project seeks to relocate the sanitary sewer main to the centerline of the right of way (ROW) and reconnect the lateral services to the new sewer main. It is anticipated that the new gravity main will have a total length of approximately 600 LF. The extension from 300 L.F. to 600 L.F. will provide access to sewer services for additional commercial properties currently on septic systems. 300 Engineering Group P.A. was one of the engineering consulting firms that were selected through the RFQ 20-0324200 and approved by the City Commission to be part of the City's library of licensed Architects and Engineers to provide to provide professional architectural and engineering services. Financlal impact The proposal submitted by 300 Engineering Group P.A. is for $64,775. This project is one of the projects to be funded by American Rescue Plan Act (ARPA) funds preliminarily approved by the Commission at the recent ARPA workshop. This project is estimated to cost $400,000 in total. It is unbudgeted and will be addressed in FY 22 Budget Amendment #1 to be submitted in December. Proposed Action: Staff recommends the installation of a new gravity sewer main of 10 -inch diameter to be placed in the roadway instead of the temporary 8 -inch pipe that is now in place. Attachment: 1. Agenda 2. Proposal provided by 300 Engineering Group P.A. 3. Resolution # 20-9767, accepting BID proposal for continuing professional architectural and engineering consulting services pursuant to RFQ 20-0324200 4. Contract Agreement between the City and 300 Engineering Group P.A. Efficient. Responsive. Innovative. October 1, 2021 Airia Austin Public Works and CIP Director City of Opa-Locka 780 Fisherman Street Opa-Locka, FL 33054 Re: RFQ-20-0324200 Architectural and Engineering Consulting Services — Sanitary Sewer Gravity Main Relocation along 133"' Street — Engineering and Design Services Mr. Austin As requested, 300 Engineering Group P.A (300 Engineering) is pleased to submit this proposal to the City of Opa-Locka (City) to provide engineering, design, permitting, bid & award services, engineering services during construction and inspection services for the referenced project. Our proposal includes the following sections: Introduction, Description of Services, Schedule, Invoicing, Compensation, and Assumptions. We appreciate the opportunity to provide our proposal for these services and look forward to supporting the City on this important project. If there are any questions, please do not hesitate to contact us at fatorrealbaa300engineerinq.com Regards Franklin A T�krealba, PE Director Cc: Rodolfo Remon/300 Engineering Ana Dvorak/300 Engineering Email: info@300engineering.com I PH: 305-602-4602 I Fax: 305-675-2373 12222 Ponce de Leon Blvd, Suite 300 I Coral Gables, Florida 33134 I Web: www.300engineering.com City of Opa-Locka RFQ 20-0324200 Sanitary Sewer Gravity Main Relocation along 133rd Street — Engineering and Design Services SCOPE OF WORK October 1, 2021 Prepared for: City of Opa-Locka Public Works Department Attn: Airia Austin Public Works and CIP Director City of Opa Locka 780 Fisherman Street Opa-locka, FL 33054 Prepared by: 300 Engineering Group, P.A. 2222 Ponce de Leon Blvd, Suite 300 Coral Gables, Florida 33134 Table of Contents INTRODUCTION 2 DESCRIPTION OF SERVICES 3 100 Project Management 3 200 Site Investigation 4 300 30% Design Phase 4 400 90% Design Phase 5 500 100 % Design and Bid Set Submittals 5 600 Permitting Support 6 700 Bid and Award Services 7 800 Enginnering Services during Construction and Inspection Services 7 SCHEDULE 8 INVOICING 8 COMPENSATION 8 ASSUMPTIONS 8 1 City of OOloa-Locka RFQ 20-0324200 Sanitary Sewer Gravity Main Relocation along 133rd Street — Engineering and Design Services SCOPE OF WORK INTRODUCTION The City of Opa-Locka (City) owns, operates, and maintains a water distribution system, a wastewater collection & transmission system and a stormwater management system within its service area. The wastewater collection & transmission system consist of approximately 192,694 LF gravity mains; 738 manholes, 19 pump stations and 59,690 LF of force mains. The wastewater is collected within the City's service area (approximately 3.41 sq miles) and directed to the Miami Dade County Water and Sewer Department (WASD) system through a flow meter located at 42nd Ave and force main connection to WASD's PS 300 located at NW 30th Ave and NW 128th St. The system's gravity mains vary in diameter from 6 to 18 -inch and are constructed in diverse materials such as C-900, Clay, PVC, and HDPE. The system's force mains vary in diameter from 3 to 16 -inch and are constructed in diverse materials such as ACP, C-900, DIP, PVC, and HDPE. The City provides sanitary sewer collection services to several commercial properties along 133rd Street, between 43rd and 42nd Avenues. This service is provided through approximately 300 LF of 8 -inch PVC pipe (from manhole MH 16-13 to manhole MH 16-12) that directs the flows west and south towards PS -16, refer to Figure 1 below. The existing sanitary sewer line is located within a swale on the north side of 133rd street and has one active 6 -inch private lateral connection (approximately 250 LF) to manhole MH 16-13. The project seeks to relocate the sanitary sewer main to the centerline of the right of way (ROW) and reconnect the lateral services to the new sewer main. It is anticipated that the new gravity main will have a total length of approximately 600 LF. 8 z 61n1C900` NW'133rd:ST mr 6 C Figure 1. Project Location — Existing Gravity Main 2 Pr ROMO'S 13300 NW. Ave. Legend Manhole —r— Growls, Main —►e. PrivNo 1 aloral --. Nr,1 In I re The City has selected 300 Engineering Group, P.A. (300 Engineering) as a professional firm to provide engineering and design services for the relocation of sanitary sewer gravity main along 133rd Street, between 43rd and 42nd Avenues. DESCRIPTION OF SERVICES 300 Engineering is hereby presenting a scope of services to provide the City Sanitary Sewer Gravity Main Relocation along 133rd Street — Engineering and Design Services. 300 Engineering intends to undertake this project on a Lump Sum fee basis. This project has been divided into the following tasks: Task Description 100 Project Management 200 Site Investigation 300 30% Design Phase 400 90% Design Phase 500 100 % Design and Bid Set Submittals 600 Permitting Support 700 Bid and Award Services 800 Engineering Services during Construction and Inspection Services 100 Project Management 300 Engineering will provide project management services for the duration of the project. These services will include the following: a. Kick-off Meeting • Prepare for and attend to the project kickoff meeting to be held at the City's offices or via teleconference with representatives from the City. The purpose of this meeting is to confirm project objectives, review project timeline, define roles & responsibilities, and discuss communication plan • 300 Engineering will prepare an agenda and meeting minutes for the kick-off meeeting b. Project Progress Reports 300 Engineering will prepare monthly progress reports that will be issued to the City along with the monthly invoices. Monthly progress reports will include: overall status of the project, work performed during the work period, estimated completion of tasks and major sub -tasks, and current challenges/issues. Deliverables The following deliverables will be submitted to the City as part of Task 100: • Meeting agendas and minutes (One (1) kick-off meeting) 3 " Monthly progress reports (Twelve (12) monthly progress reports) 200 Site Investigation 300 Engineering will identify utilities through coordination with Sunshine 811 for the extent of the project. Based on the information provided in this design ticket, 300 Engineering will request as - built data from utilities identified in the area, if needed. 300 Engineering will conduct one (1) site visit to the project site along with the topographic survey. 300 Engineering will also include topographic survey and geotechnical investigations under Task 200. 210 Topographic Survey 300 Engineering shall contract the services of a licensed State of Florida Surveyor to conduct a topographic survey of the project site (133rd Street, between 43rd and 42nd Avenues). The topographic survey will indicate elevations, easements, right of way limits, edges of pavement, visible utilities, and other surface features. The topographic survey will include the location of the existing aboveground improvements and occupational evidence within the right of way, such as: valves, catch basins, grate inlets, fire hydrants, manholes. The survey will establish vertical control run level loop from official benchmarks and set project TBM's, to include take spot elevations at high and low points, take cross -sections at every 100 feet, as well as elevations on top of utilities and determine invert elevations for any existing drainage and gravity sewer system, determine pipe size, flow directions and materials to the extent possible. The survey will also include approximate height above grade for overhead cables and wires. 220 Geotechnical Investigation 300 Engineering shall contract the services of a Professional Geotechnical Engineer to perform Standard Penetration Test (SPT) borings at the project site in accordance with the American Society of Testing Materials (ASTM) D-1586. A total of two (2) soil borings to a depth of 20 feet are estimated, which shall be spaced at maximum of 400 feet. Excavation clearances shall also be provided under this task. The geotechnical investigation will provide information on the quality of the soils in the project area for trenching and pipeline installation. Deliverables The following deliverables will be submitted to the City as part of Task 200: " Existing Utilities Log. One (1) electronic copy " Topographic Survey. One (1) signed and sealed electronic copy " Geotechnical Report. One (1) signed and sealed electronic copy 300 30% Design Phase 300 Engineering will develop the 30% design submittal for the replacement of the gravity main along 133rd Street. A draft Engineering Report will be prepared as part of this task. This technical memorandum will include a description of the project scope and basis of design and will be used as part of the documentation required for the sewer extension permit with Miami -Dade County Regulatory and Economic Resources. The 30% design phase will include the following activities: 4 " Identification and review of existing utilities in the area " Verification of active and abandoned lateral connections " Selection of proposed location of gravity sewer main within 133rd Street " Preparation of draft Engineering Report " Preparation of 30% design drawings " Preparation of table of contents for the technical specifications It is anticipated that the City will complete its review of the 30% Design within ten (10) working days of receipt of the 30% design submittal. Deliverables The following deliverables will be submitted to the City as part of Task 300: " Draft Engineering Report. One (1) electronic copy " 30% Design Drawings including: location map, pipeline horizontal alignment showing existing utilities, easement, row limits, edge of pavement and limits of pavement restoration. One (1) electronic set of drawings (24x36 -inch at 1:20 scale) 400 90% Design Phase Upon approval of the 30% Design submittal, 300 Engineering shall prepare 90% drawings and specifications for the project. The 90% drawings will include updated general & civil sheets, Maintenance of Traffic (MOT) and design details. The drawings and specifications shall include the necessary information to accommodate the proposed improvements. The specifications will be prepared based on City's and/or Miami -Dade Water and Serwer Department's (WASD) standard specifications. The preliminary list of drawing is included in Appendix A. The 90% design submittal will be submitted to the City for review and comments. The City shall provide the comments to 300 Engineering in electronic format. It is anticipated that the City will complete its review of the 90% drawings and specifications within ten (10) working days of receipt of the submittal package. 300 Engineering will update the draft Engineering Report based on the comments received from the City and will prepare a Final Engineering Report. Deliverables The following deliverables will be submitted to the City as part of Task 400: " Final Engineering Report. One (1) electronic copy " 90% Submittal. One (1) electronic set of drawings (24x36 -inch, scale 1:20) and one (1) electronic set of specifications 500 100 % Design and Bid Set Submittals Upon receipt of the 90% comments from the City, 300 Engineering shall proceed with the preparation of the 100% design drawings. The 100% documents will be submitted to the City for final review and will be used to submit permit application to the permitting agencies. 5 300 Engineering will prepare the Bid Set of construction documents to be utilized for bidding purposes after receipt of comments from the permitting agencies and comments from the City on the 100% design submittal. The preliminary list of drawing is included in Appendix A. 300 Engineering will also prepare a Class 1 level estimate of probable construction. It is anticipated that the City will complete its review of the 100% complete plans and specifications within ten (10) working days of receipt of the submittal package. Deliverables The following deliverables will be submitted to the City as part of Task 500: • 100% Submittal (to be used for permitting). One (1) electronic Signed and Sealed set of drawings (24x36 -inch, scale 1:20) • Bid Set Submittal (to be used for bidding purposes). One (1) electronic Signed and Sealed set of drawings (24x36 -inch, scale 1:20) and one (1) set of specifications • Class 1 Estimate of Probable Construction Cost. One (1) electronic copy 600 Permitting Support 300 Engineering will perform the following activities: • Prepare one (1) permit application, per agency identified below • Provide design data as required for permit approval from the various regulatory agencies • Prepare signed and sealed contract documents for regulatory agency/City review, as described in task 500 • Respond to requests for information (RFIs) issued by the regulatory agencies within ten (10) working days of receipt of comments Anticipated regulatory reviews are as follows: Miami Dade RER/DERM It is anticipated that a sewer extension permit will be required for the installation of the sanitary sewer main. Miami Dade Water and Sewer Department It is anticipated that coordination with WASD will be required for the plans review and approval of the Intermediate Downstream Collection and Transmission System (IDC&TS) Certification of Adequate Reserve Capacity (Utility Form). City of Opa-Locka Public Works/Building Department (Dry Run Permit for Underground Utilities) It is anticipated that the installation of the new portions of pipeline will require coordination with the City of Opa-Locka Public Works and Building Departments. 300 Engineering will respond to RFIs issued by the regulatory agencies as required. It is anticipated that up to two (2) RFIs per agency will be responded to during the permitting process. Anticipated permitting fees are included in this proposal. If the permit fees exceed the values listed or additional permits are required, 300 Engineering will seek additional funding based on the cost difference between the anticipated permit fee and the actual fee. 6 Deliverables The following deliverables will be submitted to the City as part of Task 600: • One (1) permit application per agency (as outlined above) • Responses to RFIs 700 Bid and Award Services 300 Engineering shall attend one (1) pre -bid conference for the project described herein. 300 Engineering shall prepare and distribute written meeting minutes to the bidders and attendees within three (3) calendar days after the pre -bid conferences. 300 Engineering shall receive, keep track, and provide timely responses to RFIs from contractors during the bid process. 300 Engineering shall prepare written addenda with RFIs and responses and the final version of each addenda shall be transmitted to the City's designee for review and issuance. Within five (5) calendar days of receipt of bids, 300 Engineering shall evaluate the bids for completeness, responsiveness, and price, including alternative prices and unit prices, and shall make a recommendation to the City regarding award of the contract for the project. Deliverables The following deliverables will be submitted to the City as part of Task 700: • Pre -bid conference meeting minutes. One (1) electronic copy emailed to all bidders and attendees • Formal Recommendation to the City regarding award of contract. One (1) electronic copy emailed to the City designee 800 Engineering Services during Construction and Inspection Services 300 Engineering shall provide the following engineering services during construction: • Preparation of Responses to RFIs. The number of responses to RFIs from the contractor shall be limited to five (5) under this scope of work • Review of shop drawings submittals. The number of responses to RFIs from the contractor shall be limited to five (5) under this scope of work • Daily Construction Inspections during the duration of the construction phase. For the purpose of estimating the level of effort associated with this activity, thirty (30) days of construction have been budgeted. • Review and approval of contractor as-builts drawings, including verification of regulatory compliance and project certification Deliverables The following deliverables will be submitted to the City as part of Task 800: • RFI Response Memorandum. One (1) electronic copy emailed to the City designee per RFI • Shop Drawing Submittal Review comments. One (1) electronic copy emailed to the City's designee per Shop Drawing review • Daily Inspection Reports. One (1) electronic copy per report emailed to the City's designee 7 " As -built Review Memorandum. One (1) electronic copy emailed to the City's designee SCHEDULE The Project Schedule is approximately twelve (12) months from NTP. INVOICING Invoicing will be monthly as per the Contract between 300 Engineering and the City of Opa-Locka. Invoices shall be paid within thirty (30) days of invoice receipt. COMPENSATION The services described herein will be performed on a fixed lump sum fee basis, as per the Contract between 300 Engineering and the City of Opa-Locka, in the amount shown in Appendix B as CONTRACT GRAND TOTAL. Miles, reproduction, and other reimbursable expenses are to be paid as presented and approved. ASSUMPTIONS This Scope of Services is based on the following assumptions: " All requested information will be made available to 300 Engineering by the City " When available, the City will provide 300 Engineering with any requested AutoCAD information in electronic format " The City's staff will be available to attend meetings and assist 300 Engineering with site visits " The City will provide front-end documents. 300 Engineering will prepare the technical specifications based on the City's Specifications, and/or Miami Dade Water and Sewer Department's (WASD) " The City shall clear the project area of debris and garbage and uncover buried structures before the execution of field investigation activities. This will be necessary to locate and assess existing infrastructure. All the deliverables described in this scope of work are contingent upon the City removing debris and clearing the project site " 300 Engineering shall not be responsible for any delays in the project caused by response times from the City and/or utility owners " Subsurface Utility Exploration (SUE) is not included in this scope of work " Environmental assessment is not included in this scope of work " Performance durations provided assume timely permit processing by Regulatory Agencies having jurisdiction over the project. Delays in obtaining permits beyond the control of 300 Engineering and our subconsultants may result in delays to the performance schedule for which 300 Engineering cannot be held liable " For the purpose of estimating the level of effort associated with daily inspections and engineering services during construction, thirty (30) days of construction have been budgeted. If the construction duration exceeds thirty (30) days, 300 Engineering will seek additional funding for inspection and engineering services during construction. No overtime is estimated for daily inspection services " Anticipated permitting fees are included in this proposal. If the permit fees exceed the values listed or additional permits are required, 300 Engineering will seek additional 8 funding based on the cost difference between the anticipated permit fee and the actual fee • MOT and by-pass plans shall be developed by the Contractor and are not included in this scope of work • 300 Engineering will not perform hydraulic modeling services under this scope of work • No Public Outreach services are included as part of this scope of work • Utilities relocation is not included in the scope of service • In consideration of this Project, unrestricted access to data and information sources is made available to 300 Engineering. 300 Engineering shall comply fully with all security procedures and shall not divulge to third parties all confidential Data Information obtained from the City of Opa-Locka while performing consulting services, including, but not limited to, security procedures, business operations information or proprietary information in the possession of the City of Opa-Locka. 300 Engineering shall not be required to keep confidential information or material that is publicly available through no fault of 300 Engineering, material that 300 Engineering developed independently without relying on the State's or Customer's confidential information, or material that is otherwise obtainable under State Law as a public record 9 APPENDIX A Preliminary List of Drawings o G1: Title Sheet, Location and List of Drawings o G2: Abbreviation, Symbols, General Notes and Legend o G3: General Notes o G4: Key Plan o C1: Gravity Main Relocation Plan and Profile 10 City of Opa-Locka RFO No. 20-0324200 Task # 2 "Sanitary Sewer Gra vity Main Relocation along 133rd Str eet — Engineering and Design Services " Appe ndix B - Fe e Schedule Principal Proj ect Manag er Rate, 0111, $215.00 5190.00 Operations Support 5160.00 S eni or E ngi ne er Protect En gineer $160.00 9140.00 CAD Drafter/ As alet ant E ngi neer $75 .00 Inspector T otal H ours Lab or Subtotal 590 .00 Subtask 100 200 300 400 500 600 700 800 Pro ject Manage me nt Site Inreetgatlo n 90% Design Plisse 90% Des ign Phase 100 % Design an d Bid Set Submitta ls Pe rmittin g Support Bid en d Awa rd SeMoes En ginee ring SeMus durin g Cons truction and Inspection SeMces 2 6 0 0 8 O 3 0 6 10 O 8 3 10 12 36 O 10 2 10 14 33 2 6 4 11 6 20 0 5 4 10 12 2 5 6 4 0 8 6 55 12 63 66 127 7 22 14 To tal (Hou rs) Sub -To ta l Labor Fe e O DC's (Mileage , Repro duction & Re imbu rsa ble ) To pogra phic Survey Geo toclnica l Inve stigation Perm* Fee s Sub Tota l ODC's (M ileage , Re produ ction & Re imbu rsable ) Su b -Tota l Labo r Feo IO DC 0 0 0 0 0 0 0 120 16 27 69 69 49 31 17 171 120 % Udltr ation 1. 34% 12.25% 2.67% 14 .03% 14.70% 26 .29 % 26 .73% 100.00 % 02,170.00 53,590 .00 87,980.00 58,255 .00 $6,310 .00 $3,890.00 82,90000 $18,210 .00 52,170.00 53,590.00 57,980 .00 08,255.00 06,310.00 53,890.00 52,900.00 $18,210 .00 553,305.00 55,600.00 54,870.00 51,000.00 811,470 .00 864,775 .00 To tal (8) 81,290.00 810,450.00 81,920.00 810,080 .00 09,240 .00 89,525.00 810 ,800 .00 864,775 .00 Pepe 1 PROJECT AGREEMENT FOR DESIGNSERVICES BETWEEN THE CITY OF OPA-LOCKA AND 300 ENGINEERING GROUP P.A. THIS PROJECT AGREEMENT (the "Agreement") is made and entered into this day of , 2021 between the CITY OF OPA-LOCKA, FLORIDA, a Florida Municipal Corporation with its principal offices located at 780 Fisherman Street, 4th Floor. Op-locka FL. 33054 (the "City"), and 300 Engineering Group PA a Florida Profit Corporation, (the "Consultant"), with its principal offices located at 3850 Bird Road, Suite 601. Miami, FL 33146. WITNESSED: WHEREAS, on June 10, 2020, by the adoption of Resolution No. 20-9767, the City Commission approved a new pool of Architectural and Engineering Consultants to provide professional services to the City on an as needed basis; and WHEREAS, the Consultant is a member of the new pool under the subcategory of Civil Engineering, Landscape Architectural, Structural Engineering, and Traffic Engineering Services and has executed a Continuing Services Agreement applicable to the provision of such professional services; and WHEREAS, the Consultant has been chosen by the City to provide Architectural Engineering Consulting Services (the "Services") for Sanitary Sewer Gravity Main Relocation along NW 133rd Street (the "Project" or the "Scope of Services") and the parties, through mutual negotiation, have agreed upon the Scope of Services. NOW, THEREFORE, in consideration of the foregoing recitals, which are incorporated herein, and the mutual covenants, terms and conditions provided below, the Consultant and the City agree as follows: 1. CONTRACT DOCUMENTS The Contract Documents referred to in this Agreement shall be comprised of the following: 1.1 This Agreement (the "Specific Projects" or "Project Agreement") between the parties, including any General Terms and Conditions, Supplementary Conditions, Statement of Work or any other provisions contained within this Agreement. Page 1 of 9 Civil Engineering Services a) A Scope of Services request completed by the Consultant and accepted by the City, attached hereto as Attachment "A"; b) Any and all applicable addenda, proposals executed and submitted by the Consultant and accepted by the City, specifications and insurance certificates; and c) All amendments mutually agreed to after execution of this Agreement. These Contract Documents comprise the entire agreement for the Services agreed to herein between the parties, and incorporated into and made a part of this Agreement as if attached to this Agreement or repeated herein. In the event of a conflict between this Agreement and any other Contract Document(s), this Agreement shall prevail. 2. THE WORK Consultant shall furnish all labor, materials and equipment necessary to provide professional Services as specified in the Scope of Services request completed by the Consultant and accepted by the City. 3. PERIOD OF SERVICE The Consultant shall begin work promptly after receipt of a fully executed copy of this Agreement and a letter of Notice to Proceed from the City and shall complete the Project within the time mutually agreed upon, as specified in the Scope of Services request accepted by the City. 4. COMPENSATION Compensation (the "Contract Sum") for performing the Services related to the Project shall be the fee of Sixty -Four Thousand Seven Hundred Seventv-Five Dollars ($64,775.00) specified in the Scope of Services request accepted by the City. 5. PAYMENTS a) The City shall pay the Contract Sum to the Consultant subject to the completion of tasks as specified in the Attachment "A". The City shall pay the Consultant for work performed subject to the specifications of the job and any additions and deductions by subsequent change order provided in the Contract Documents. All payments shall be governed by the Florida Prompt Payment Act, Chapter 218, Part VII, Florida Statutes. Page 2 of 9 Civil Engineering Services b) The Consultant shall provide periodic invoices to the City upon completion of a substantial amount of Services relating to the Scope of Services contained within this Agreement. Payment shall be made to the Consultant upon approval of submitted invoices to the City. 6. TERMINATION This Agreement may be terminated by the City for convenience upon ninety (90) calendar days' written notice to the Consultant. In the event of such termination, any Services performed by the Consultant under the this Agreement shall, at the option of the City, become the City's property, and the Consultant shall be entitled to receive compensation for any work completed pursuant to this Agreement to the satisfaction of the City up through the date of termination. Under no circumstances shall City make payment for Services that have not been performed. This Agreement may be terminated by either party for cause upon five calendar days' written notice to the other should such other party fail to perform in accordance with its material terms through no fault of the party initiating the termination. Termination will take effect immediately after five calendar days unless Consultant cures the identified problem on or before the final fifth (5th) calendar day after notification. In the event the Consultant abandons this Agreement or causes it to be terminated by the City, the Consultant shall indemnify and save the City harmless against loss pertaining to this termination. In the event that the Consultant is terminated by the City for cause and It is subsequently determined by a court of competent jurisdiction that such termination was without cause, such termination shall thereupon be deemed a termination for convenience and the provisions in the paragraph above shall apply. 7. DEFAULT: In the event of a default by Consultant, the default provisions contained in the Continuing Services Agreement between the parties shall govern. 8. ANTI-LOBBYING/NO CONTINGENT FEE: The provisions of Section 11 of the Continuing Services Agreement shall apply to this Agreement. 9. WARRANTIES AND GUARANTEES: a) The Consultant warrants that its Services are to be performed within the limits prescribed by the City and with the usual thoroughness and competence of the Consultant's architectural and/or engineering profession. b) The Consultant shall be responsible for technically deficient designs, reports or studies due to negligent acts, errors or omissions. The Consultant shall, upon the request of the City, promptly correct or replace all deficient work due to negligent acts, errors or omissions without cost to the City. Page 3 of 9 Civil Engineering Services 10. BINDING EFFECT: This Agreement shall bind and the benefits thereof shall inure to the respective parties hereto, their legal representatives, executors, administrators, successors and assigns. 11. AMENDMENTS AND MODIFICATION: No amendments and/or modifications of this Agreement shall be valid unless in writing and signed by each of the parties to the Agreement. 12. MERGER: AMENDMENT: This Agreement, including the referenced Contract Documents, and any attachments, constitute the entire agreement between Consultant and City, and all negotiations and oral understandings between the parties are merged herein. This Agreement may be supplemented and/or amended only by a written document executed by both Consultant and City. 13. NONASSIGNABILITY: Consultant shall not assign, subcontract or transfer any rights or delegate any duties arising under this Agreement without prior written consent of the City, which consent may be withheld by the City in its sole discretion. 14. NOTICES: Whenever either party desires to give notice to the other, it shall be given by written notice, sent by certified United States mail, with return receipt requested, addressed to the party for whom it is intended, at the place last specified, and the place for giving of notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving of notice, to -wit: FOR CONSULTANT: FOR CITY: WITH COPY TO: Civil Engineering Services 300 Engineering Group P.A. 3850 Bird Road Suite 601 Miami, FL 33146 fatorrealba(at300engineerina. com City of Opa-Locka John Pate, City Manager 780 Fisherman Street Opa-Locka, FL 33054 jpateeopalockafl.gov Burnadette Norris -Weeks, P.A. CityAttorney 401 North Avenue of the Arts (NW 7th Avenue) Fort Lauderdale, FL 33311 Telephone: 954- 768-9770 Facsimile: 954-768-9790 citvattomevCu�ogalockafl . qov Page 4 of 9 15. SEVERABILITY; WAIVER: Any provision in this Agreement that is prohibited or unenforceable under Florida or federal law shall be ineffective to the extent of such prohibitions or unenforceability without invalidating the remaining provisions hereof. Also, the non -enforcement of any provision by either party to this Agreement shall not constitute a waiver of that provision nor shall it affect the future enforceability of that provision or the remainder of this Agreement. 16. SCRUTINIZED COMPANIES: a) Consultant certifies that it and its subcontractors are not on the scrutinized companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the City may immediately terminate this Agreement at its sole option if the Consultant or its subcontractors are found to have submitted a false certification; or if the Consultant or its subcontractors are placed on the scrutinized companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. b) If this Agreement is for more than one million dollars, the Consultant certifies that it and its subcontractors are also not on the Scrutinized Companies with activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. Pursuant to Section 287.135, F. S., the City may immediately terminate this Agreement at its sole option if the Consultant, its affiliates, or its subcontractors are found to have submitted a false certification, or if the Consultant, its affiliates, or its subcontractors are placed on the scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. c) The Consultant agrees to observe the above requirements for applicable subcontractors entered into for the performance of work under this Agreement. d) As provided in Subsection 287.135(8), F.S., if Federal Law ceases to authorize the above -stated contracting prohibition then they shall become inoperative. 17. OTHER PROVISIONS: a) Titles and paragraph headings are for convenient reference and are not a part of this Agreement. b) In the event of conflict between the terms of this Agreement and any terms or conditions contained in any attached or referenced Contract Documents, the terms in this Agreement shall prevail. c) No waiver or breach of any provision of thls Agreement shall constitute a waiver of any subsequent breach of the same or any other Page 5 of 9 Civil Engineering Services provision, and no waiver shall be effective unless made in writing. d) Consultant acknowledges that the public shall have access, at all reasonable times, to certain documents and information pertaining to City contracts, pursuant to the provisions of Chapter 119, Florida Statutes. Consultant agrees to maintain public records in Consultant's possession or control in connection with Consultant's performance under this Agreement and to provide the public with access to public records in accordance with the record maintenance, production and cost requirements set forth in Chapter 119, Florida Statutes, or as otherwise required by Law. Consultant shall ensure that public records that are exempt or confidential from public records disclosure requirements are not disclosed except as authorized by Law, for the duration of this Agreement and following completion of this Agreement until the records are transferred to the City. e) Unless otherwise provided by Law, any and all reports, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of City. Upon completion of this Agreement, or in the event of termination by either party, and all public records prepared by, or in the possession or control of Consultant, whether finished or unfinished, shall become the property of City and shall be delivered by Consultant to the City Manager, at no cost to the City, within seven days of termination of this Agreement. All such records stored electronically by Consultant shall be delivered to the City in a format that is compatible with the City's information technology systems. Upon completion or termination of this Agreement, Consultant shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure. Any compensation due to Consultant shall be withheld until all documents are received as provided herein. Consultant's failure or refusal to comply with the provisions of this Section shall result in the immediate termination of this Agreement by the City. f) Upon request by City's records custodian, provide City with a copy of requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. 18. E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and Page 6 of 9 Civil Engineering Services 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. IF CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305)953-2821, OR BY MAIL: CITY OF OPA-LOCKA - CITY CLERK'S OFFICE, 780 FISHERMAN STREET, 4TH FLOOR. OPA-LOCKA FL 33054. Page 7 of 9 Civil Engineering Services IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective duly authorized representatives the day and year written below. FOR CITY: ATTEST: CITY OF OPA-LOCKA Joanna Flores, City Clerk Approved as to form and legal sufficiency BURNADETTE NORRIS-WEEKS, P.A. By: John Pate, City Manager DATE. FOR CONSULTANT: WITNESS: 300 Engineering Group P.A. Name & Signature Name & Signature Civil Engineering Services By: Authorized Representative Date. Page 8 of 9 ATTACHMENT "A" Consultant Scope of Work and Fee Proposal dated October 1, 2021, to provide Architectural and Engineering consulting Services for Sanitary Sewer Gravity Main Relocation alon2 NW 133rd Street; and for Sixty -Four Thousand Seven Hundred Seventy -Five Dollars ($64,775.00) Page 9 of 9 Civil Engineering Services " City of Opa-locka Agenda Cover Memo - Department Aura ura Austin Department Director Signature: 1. * - 0)Oty Manager: John E. Pate CM Signature: ��r,�� .ri ~ Commission Meeting Date: 11/10/2021 Item Type: Muter Xin box) Resolution Other X . Fiscal Impact: (Enter X in box) Yes No Ordinance Reading (Enter Xin box) 1st Reading 2Reading X Public Hearing (Enterl in box) Yes . No Yes No X X Funding Source: Account# : (Enter Fund & Dept) Ex: See Financial Impact Section Advertising Requirement (Enter X in box) Yes No X Contract/P.O. Required: (EnterX in box) Yes No RFP/RFQJBid#: " X Strategic Plan Related (EnterX in box) `'Yes::> ' :;:''`:' l oi`': Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education QuaL of Life & City image Communication Area: " Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X El III on Sponsor Marne City Manager Department City Manager ACCEPTANCE OF GRANT FUNDING FROM MIAMI DADE COUNTY PUBLIC HOUSING AND COMMUNITY DEVELOPMENT DEPARTMENT FOR THE ROADWAY AND DRAINAGE IMPROVEMENT OF NW 131x' ST. A resolution of the City Commission of the City of Opa-locka authorizing the City Manager to accept Grant Funding from Miami Dade County Public Housing and Community Development Department in the amount of Five Hundred Sixty Thousand Dollars ($560.00) for roadway and Drainage Improvements related to NW 131g Street (between NW 31st and NW 32nd Avenues); and further authorizes the City Manager to execute the Community Development Block Grant contract between Miami Dade County and the City of Opa-locka. The Community Development Block Grant Program (CDBG) was authorized by the Housing Community Development Act of 1974, as amended, with the primary objective of promoting the development the development of viable urban communities; and Miami Dade County Public Housing and Community Development (PHCD) Department administers Miami Dade County entitlement funds for the Community Development Block Grant Program. The Roadway and Drainage Improvement Project for NW 131St Street from NW 31st to NW 32nd Avenues is listed as Project No. 25 of the FY 2020-2024 Consolidated Flan and FY 2020 Action Plan of Miami -Dade County and was approved by the Board of County Commissioners of Miami Dade County (BCC) with Resolution No. R-1118-20, with funding recommendations for Community Development Block Grant. CDBG has allocated Five Hundred Sixty Thousand Dollars and Zero Cents ($560,000.00) to provide funding for the Roadway and Drainage Improvement to NW 131St Street between NW 31st and NW 32nd Avenues. The City is required to execute a Community Development Block Grant contract between Miami Dade County and the City of Opa-locka in order to accept the terms and conditions of the award, in addition to the award funds. finandallapact - The design phase of the NW 131st Street drainage project has been budgeted at $188,992 with the grant funding from Miami Dade County Public Housing and Community Development, which authorized to fund this phase. Staff recommends acceptance of Miami Dade County Public Housing and Community Development grant funding for $560,000 for the Roadway and Drainage Improvement of NW 131st Street (between NW 31st and 32nd Avenues. 1. Agenda 2. MDC/Memorandum for R-1118-20 approving the FY 2020-2024 Consolidated Plan and the FY 2020 Action Plan with funding recommendations for CDBG 3. Contract Agreement between Mimi Dade County and The City of Opa-locka