Loading...
HomeMy Public PortalAbout22-9981 Agreement with SSN EngineeringSponsored by: City Manager RESOLUTION NO. 22-9981 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH SSN ENGINEERING, LLC. FOR CONTINUING PROFESSIONAL ARCHITECTURAL AND ENGINEERING CONSULTING SERVICES; FOR ENGINEERING AND DESIGN SERVICES; FOR THE CONSTRUCTION AND INSTALLATION OF AN 8 -FOOT WROUGHT IRON FENCING AND ENTRY GATE SYSTEM FOR SHERBONDY PARK, IN AN AMOUNT OF ONE HUNDRED NINETY-FIVE THOUSAND DOLLARS ($195,000.00); FURTHER AUTHORIZING A TEN PERCENT (10%) PROJECT CONTINGENCY BUDGET OF NINETEEN THOUSAND, FIVE HUNDRED DOLLARS ($19,500.00); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka ("City") is in need of construction and installation of an 8 -foot wrought iron fencing and entry gate system for Sherbondy Park, as well as the removal and disposal of an existing chain link fence at the park location; and WHEREAS, the City generally seeks to enhance its Park facilities by adding beautification and more safety measures for City parks. This will allow City park visitors to play, practice, and enjoy themselves in a safer and more secure environment. The enhancements will also decrease potential vandalization of park equipment; 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 SSN Engineering, LLC. for utilities engineering services; and WHEREAS, the City desires to enter into an agreement with SSN Engineering, LLC., Inc., attached hereto as Exhibit "A", pursuant to the proposal attached hereto as Exhibit "B", for the construction and installation of an 8 -foot wrought iron fencing and entry gate system for Sherbondy Park, within the City, as well as the removal and disposal of the existing chain link fence, in an amount not exceed Two Hundred Fourteen Resolution No. 22-9981 Thousand, Five Hundred Dollars ($214,500.00), including a ten percent contingency budget of Nineteen Thousand, Five Hundred Dollars ($19,500.00) for additional minor services which may arise; and WHEREAS, the City Commission finds that it is in the best interest of the City and its residents to enter into an agreement with SSN Engineering, LLC. 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 SSN Engineering, LLC., attached hereto as Exhibit "A" and pursuant to the proposal attached hereto as Exhibit "B", for continuing professional architectural and engineering services for the construction and installation of an 8 -foot wrought iron fencing and entry gate system for Sherbondy Park, within the City, as well as the removal and disposal of the existing chain link fence, in an amount of One Hundred Ninety -Five Thousand Dollars ($195,000.00), with a contingency budget of Nineteen Thousand, Five Hundred Dollars ($19,500.00). 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 25th day of May, 2022. Veronica J. Williams, Mayor 2 Resolution No. 22-9981 Attest: Moved by: Vice Mayor Taylor a Flores, City Clerk Seconded by: Commissioner Davis VOTE: 5-0 Commissioner Dominguez YES Commissioner Bass YES Commissioner Davis YES Commissioner Taylor YES Mayor Williams YES Approved as to Form And Legal Sufficiency: Bur .: ette Norris- eeks, P.A. City Attorney 3 City of Opa-locka Agenda Cover Memo Department Manager: City Manager: Commission Meeting Date: Fiscal Impact: (EnterX in box) Adelina Gross Darvin Williams 05/25/2022 Yes X Item Type: (EnterX in box) Department Manager Signature: CM Signature: Resolution Ordinance Other X Ordinance Reading: 1St Reading (EnterX In box) Public Hearing: Yes (Enter X in box) No Funding Source: Account#: Contract/P.O. Required: (EnterX in box) Strategic Plan Related (EnterX in box) (Enter Fund & Dept) Ex: See Financial Impact Section Yes Advertising Requirement: Yes (Enter X In box) X X Sponsor Name X Yes RFP/RFQ/Bid#: X City Manager Strategic Plan Priority Area: Strategic Plan Obj./Strategy: Enhance Organizational E (list the specific objective/strategy this Bus. & Economic Dev 0 item will address) Public Safety ■e Quality of Education 0 Qual. of Life & City Image 1® Communication LJ Department: City Manager Short Title: PROJECT No. 2022-04-013 INSTALLATION OF NEW FENCING AND GATE SYSTEM FOR SHERBONDY PARK Staff Summary: Approval is requested from the City Commission to authorize the City Manager to enter into an agreement with SSN Engineering, LLC to provide continuing professional architectural and engineering services for the construction and installation of an 8 -foot wrought iron fence and entry gate system for Sherbondy Park as well as the removal and disposal of the existing chain link fence. This project will enhance these facilities by adding beautification and increased safety to Sherbondy Park. Park visitors will be able to play, practice, and enjoy the outdoor activities in a safer and more secure place, and this improvement will also minimize future vandalization of park equipment. SSN Engineering, LLC, 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 professional architectural and engineering services. Financial Impact Account Description Available Project Remaining Balance Budget 44-541838 Park Fencing $157,000 Bgt Amend 44-541838 Park Fencing $ 57,500 Total $214,500.00 $214,500.00 — The proposal is for $195,000. An additional ten Percent (10%) contingency is recommended to be added to cover the unforeseen during construction and installation; therefore, a total expenditure of $214,500.00 is recommended for approval. The original budget for this project was $200,000, funded by a State grant of $100,000, with the remainder funded by the City and the CRA. (Sherbondy Park is within the CRA.) The design portion of this project required $43,000, leaving $157,000 available. The remaining $57,500 will covered by Budget Amendment #4, to be submitted in June and funded with General Fund available fund balance. Proposed Action: Staff recommends the City Manager be authorized to enter the City into a contract with SSN Engineering, LLC, to construct a wrought iron fence and gate system for Sherbondy Park and further authorize the establishment of a $19,500 contingency to address minor items which may arise. Attachment: 1. Agenda 2. Proposal provided by SSN Engineering, LLC 3. Fencing Design 4. Resolution # 20-9767, accepting BID proposal for continuing professional architectural and engineering consulting services pursuant to RFQ 20-0324200 5. Contract Agreement between SSN Engineering, LLC and the City MN OINK:RI OW CS SSN ENGINEERING, LLC 13899 Biscayne Blvd., Suite 310 North Miami Beach, Florida 33181 Ph: (305) 440-4334 1 Web: www.ssnengineering.com April 29, 2022 Adelina Gross City of Opa-locka Operations Manager Public Works & Utilities Department 12950 Lejeune (N.W. 42nd Ave) Opa-Locka, Florida 33054 RE: CITY OF OPA-LOCKA FENCING PROPOSAL FOR SHERBONDY PARK Dear Gross: SSN Engineering, Inc ("SSN") is pleased to submit this letter of agreement (the "Agreement") to the City of Opa-Locka ("Client") for the construction of a new fence around the Sherbondy Park. The proposed lump sum price proposal will be provided in accordance with the terms and conditions set forth herein. PROJECT UNDERSTANDING We understand that the City of Opa-Locka needs to build a steel fence around Sherbondy Park according to the attached layout (Attached with this proposal). SCOPE OF SERVICES SSN Engineering will hire a contractor to build the fence under SSN Engineering's direct supervision. PROJECT APPROACH SSN Engineering will manage the assigned projects and tasks, carefully control costs and resources, and complete the project work on schedule. To ensure the project remains on schedule, the following project management activities will be performed: MEETING WITH CITY STAFF • Review scope of services with City staff and review layout of the fence and progress of the project. • Make sure all existing chain link fences mentioned in the layout have been removed and disposed of. • Make access door has been placed in proper locations. SCHEDULE We will provide our services in an expeditious and orderly manner to meet the schedule mutually developed by the Client and Consultant for the various elements of the project. FEE AND BILLING TOTAL LUMP SUM FEE FOR SSN ENGINEERING $195,000.00 If you concur with the foregoing and wish to direct us to proceed with the services, please execute the enclosed copy of this letter agreement in the space provided and return the same to the undersigned. We appreciate this opportunity to submit this letter of agreement. Please contact me at (954) 326-8295 if you have any questions. Sincerely, SSN ENGINEERING, LLC CITY OF OPA-LOCKA MD SHAHINUR RAHMAN ADELINA GROSS, Operations Manager Agreed to this day of , 2022. • • • FENCE BEHIND BASEBALL HOME REMAINS AND NEW FENCE ADDED TO THE SIDES DETAILS REFER TO SHEET: A-102 \_ VEHICULAR GATE DETAILS REFER TO SHEET: A-102 No copies, Oammheb ,.. repmdctlons, orelectonic rnWbns of any portio ns a l&me * ewes m whole or npert Pe made e,Umit th empress eaten permission of 21- Archie. Inc. At demon s tMYafedm these drawin gs a re properly 012+ Architects Inc. Mn p$103Dh0010* C MAO PEDESTRIAN GATES DETAILS REFER TO SHEET: 4102 VEHICULAR GATE DETAILS REFER TO SHEET: A,1112 my m PEDESTRIAN AND -VEHICULAR GATES VDETAILS REFER TO SHEET: A-102 i1 SITE PUN 4719/ aew: 1/IT=1'-0 6 Y RovA LOCATION PLAN 2.2-cH D6 -27 -CO. A-101 35 g SHERBONDY PARK FENCE PROJECT 777 SHARAZAD BOULEV ARD, Opa-Iocka FL 33054 PROGRESS PERMIT SET - April 27th, 2022 PROJECT No. : 2202-SH INDEX OF DRAWINGS GN-00 COVER SHEET GN-01 GENERAL NO TES A-101 LOCATION PLAN A-102 FENCE DETAILS S-1 FENCE DETAILS 06666 4 464 PROJECT TEAM LOCATION MAP •02. Stva.R.3265 Opa+od,a RG3050 644.2400 964 ' 010.1.”0opa!lOFun s P CH14,. 6 2 F0 nWk 5 Oewrtmem .4. ,9 S +4. ' ARCHITECT 2+ ARCHITECTS, INC 260 Andalusia Ave Cora l Gables, Florida 33134 305.619.3277 No cop4a, transmissions. mpm9A'0o a, ordaw0ac nN sbnsofany port ion s am ea ch im ps n .saa mh pa rt Os mule .man Ma worms mrmenpomVss6a of 2+ Architects Inc Ad designs indicated in these ehuwxrosaroproper, yw2+AMmec6 mc. Ap cepyrlpMe mooned c STRUCTURA L TA SK LA BO RATORIES, INC AMIR A. GHORI, P.E. No. 55538 14241 S.W. 140th Street MIAMI, FLORIDA 33186 305.812.5343 N 40 DEMOLITION NOTES 1. ALL DEMOLITION IS DENOTED BY BROKEN LINES 2. THIS DRA WING IS ONLY TO ASSIST IN SHOWING THE SCOPE OF DE MOLITION WORK AND IS NOT INTENDED TO INDICATE ALL DEMOLITION. CONTRACTOR SHALL REMOVE ALL DOSTING ITEMS AS REQUIRED TO PROPERLY CO MPLETE ALL WORK INDICATED IN TH6 CONTRACT DOCUMENTS . 3. NOT ALL ITEMS TO BE DEMOLISHED ARE SHO WN ON THE PLAN . CONTRACTOR SHALL BE RESPONSIBLE FOR PERFOR MING A WARN-THRU OF MI6 PROJECT PRIOR TO SUBMITTING A BID 161 ORDER TO IDENTIFY POSSIBLE CRMCAL REMS, WHICH ARE NOT OR INCORRECTLY ADDRESSED, REQUIRING CLARIRCATION . 4. PROVIDE SAFETY FEATURES DURING CONSTRUCTION APPLICABLE CODE RULES AND REGULATORS HAVING JURISDICTION OF THE PR OJECT. 5. CUT, RE MOVE, PATCH, ALTER AND RE4NISH FASTING CONSTRUCTION AS REWIRED TO COMPLETE WORK IN A SATISFACTORY CONDITION TO MATCH NEW AND/OR E ASING CONDITIONS. 6. CONTRACTOR SHALL TAKE ALL PRECAUTIONS REQUIRED TO PROTECT ALL UNDERGROUND OR OTHER CONCEALED UTILITIES HE SHALL INSPECT CEILINGS AND CHASES TO ASSURE PROPER IDENTIFICATION OF UTILITIES PRIOR TO CU RING, PATCHING, CARPING,ETC.,AS REQUIRED AND INDICATED ON WE/P/00CUMENTS. 7. RENOVATION WORK SHALL ENTAIL INTERVENTIONS IN AREAS OUTSIDE OF THE IMMEDIATE SCOPE OF WORK. IT SHALL REQUIRE WORK INVOLVING REMOTE UTILITY UNES (ELECTRICAL, MECHANICAL, PLUMBING, COMMUNICATIONS,EIC .). ANY SUCH WORK SHALL BE ALL INCLUSIVE . PROVIDE ALL STRUCTURES UTILI185. FINISHES AND EQUIPMENT REQUIRED TO RESTORE THE AREA TO FULLY OPERATIONAL CONDITIONS IN COMPLIANCE WITH RATING INTEGRITY, AN( TO MEET OWNERS APPROVAL ALL WORK AS DESCRIBED IN THIS NOTE SHALL BE INCLUDED AS PART OF THE BASE CONTRACT PRICE. 8. PATCH AND REP/JR ALL EXISTING SURFACES DAMAGED BY DEMOLITION AND/OR INSTALLATION OF NEW WORK AND/OR UTILITIES, AS REQUIRED TO MATCH ADJACENT SURFACES MD/OR RECEIVE NEW SCHEDULED KNISHES. 9. VERIFY WITH M ECHANICAL. ELECTRICAL AND PLUMBING DRAWINGS ITEMS TO BE REMOVED/ RELOCATED. 10. DESTINATION OF SALVAGEABLE HEMS SCHEDULED TO BE REMOVED, SUCH AS FASTING EQUIPMENT, PLUM BING AN0/OR ELECTRICAL FDLNREG DOORS. FRAMES. ETC.. SHALL BE COORDINATED 141TH 101 OWNER 11 . PARTITION. CEILING, FLOOR AND ALL OTHER SURFACES AND BUILDING ELE MENTS DISTURBED BY WORK BEING PERFORMED TO UPGRADE THE H.V AC. DISTRIBUTOR SYSTEM SHALL BE REPPRED/PATCHED/PNNTED AND RESTORED TO RS ORIGINAL STATE MATCHING EOSTING ADJACENT KNISHES AND/0R RECEIVE ALL NEW SCHEDULED KNISHES USING MEANS METHODS A610 STANDARDS . 12.611 610 SUPPLY AND RETURN GRILLES. AND PASSAGEWAYS ARE TO BE DOUBLE SEALED WITH CLEAR PLASTIC VISOUEEN IN A MANNER TO PROHIBIT THE TRANSFER OF 4RBONE PARTICLES THROUGHOUT THE SPACE OR ADJACENT AREAS. 14 . ALL WALLS AND HEADERS WHERE EXISTING DOORS, WINDOWS, AND/OR PORTION OF WALLS HAVE BEEN REMOVED SHALL BE PATCHED, REPNRED AND FINISHED TO MATCH AND ALIGN WITH ADJACENT SURFACES. 15. CONTRACTOR SHALL DISCONNECT AND REMOVE ALL MSTING ELECTRICAL DEVICES, LUMINARIES, WIRING DEMCES, OUTLET BOXES, CONDUIT AND WIRING IN WAY OF DEMOUSHEO PARTITIONS AND WALLS. FASTING ELECTRICAL SERVICE SHALL REM NN TEMPORARY UNTIL NEW ELECTRICAL DISTRIBUTION, COORDINATE WITN PROPER PO WER CO. MTHORMES. 16. THE NATURE OF THE REMODEL TYPE CONSTRUCTION POSES SPECIAL PROBLE MS FOR THE DESIGNER ENGINEERS AS WELL AS THE PLUMBING CONTRACTOR. EVERY EFFORT 650 BEEN MADE BY THE ENGINEERS TO SHOW AND VE RIFY, WHERE POSSIBLE, THE LOCA0ON OF THE FASTING PLUMBING SYSTEMS. THE MAJOR PORTION OF THE PLUMBING SYSTEMS AREAS SHO WN ON THE DRAWINGS: HOWEVER MINOR DEVIATIONS MAY BECOME EVIDENT AS THE JOB PROGRESSES . NO ADVANTAGE IS TO 86 TAKEN BY THE PLUMBING CONTRACTOR BECAUSE THESE MINOR DIFFERENCES. PLUMBING CONTACTOR SHALL PERFORM A HELD OF VERIFICATION BEFORE BIDDING THIS PROJECT . 17. CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATING HIS DEMOLITION WORK WITH OTHER T RADES, AND TO PROTECT FROM DAMAGE E XISTING PIPES USED FOR FUTURE CONNECTIONS. 12 CONTRACTOR SHALL VERIFY THE EY ACT LOCATION AND DEP11/ OF E A5TNG PIPES BEFORE COMMENCING TO WORK AND MAKE MODIFICATIONS AS REQUIRED WITHOUT ADDITIONAL COST TO THE OWNER . 19. EASTINO PIPES SER VING ARE AS REMNNING IN SERVICE AT THIS TIME SHALL NOT BE INTERRUPTED UNLESS IS A TEMPORARY INTERRUPTION COORDINATED WITH THE OWNER . 20. PLUMBING CONTRACTOR SHALL PAY ALL FEES, INSPECTION AND CONNECTION CHARGES REQUIRED INCLUDING UTILTY FEES . 21. ALL INTERIOR WALLS ARE BELIEVED TO BE NON-BEARING. PRIOR TO DEMOLITION ADVISE ENGINEER TO OBSERVE BEARING CONDITION. 3 Y COYER SHEET 226284 04-x7.022 GN-00 ADM PAN FLOOR CONTROL t[apes. Driu mb0Av 1.1. Fap10NH0001e.or apnv-wN eRpv wiscbn N2+ ANAh ANCpAll4 neuMO D ABBREVIATIONS u N AM MO I FlAME �WEMWE1H LONEND A1 WIST AMA MFR Nu1EGIo** 6N 611 TRAY 11L,.va��G .� LtiLi! 111Y1AD G RO SS A LMA TRVIMAER Paidi11N. �T� I1Ea PO80X 0 R 0l M MAI1OMNTOR Ito If'1s MU' lu?1Y IL L11 ElM R4Po aa MR01 ggkIEEISLIAB SLe wee W OW 1 THESE DRAWINGS ARE ME PROPERTY OF ME ARCHITECT 0010000 10 AAHY56011M10 001 THE EXPRESD. SEOCED OR WRITTEN CNSNT OF ME ARCHITEC T ANY MODIFICATIONS, DELETIONS OR ADDITIONS 0 THESE DRAMNGS ARE STRICTLY PR OHIBITED 2. ALL WORK PERFORUED UNDER MIS CONTRACT SHALL COUPIY 00tH THE C URRENT EDITION OF ME FLORIDA BUILDING CODE AND REOUIREMENTS IMPOSED BY ALL OTHER APPLICABLE GOVERNMENTAL AUM1MIES HAVING JURISDICTION OVER THE PROJECT IT IS THE CONTRACTORS RESPONSIBILITY TO PERFORM THEIR WORK IN CONFORMANCE WTH ALL APPLICABLE ODES , 0R01NA0CES AND LIFE SAFETY FEATURES AS REWIRED BY LOCAL. STATE . OR ARCHITECTAIF MODIFICATION OF MES . THEY TE w*ORKYWITH THE IS REWIRED FOR COUPLIANCE. 3. ME BIDDER , BY MAKING A BID. REPRESENTS THAT ME BIDDER HAS READ AND UNDERSTANDS THE DRAMNG5 (BIDDING 000UMENTS 10 ME EXTENT 1HA1 SUCH DDU ME ET ATIN REID 5 0 ME WORK FOR WATCH 900 IS MATERIALS. THE BID SHALL BE BASED UPO N HE TERIALS BIDDING AND EQUIPMENT UTEXICE BY THE DRAMNG5 (BIDDING D OCUMENTS) DURING MTHWi DING PN REGARD QUESTIONSCL ARISE . DURING ME BIDDING PROCESS REGARDING ME CLEAR INTENT D Am ' PORTION E THESE DRAMNGS (0100104 0DUME015). ME B1DDER SHALT PROMPTLY SUBMIT A MRI1TEx REOUE51 FOR CLARIF1CAn0N T0ME ARCHITECT A ND OBTAIN ALL NEEDED INFORMATION P0 ION TO SUBMITTAL OF BID ME DRA MNG5 ARE COMPLEMENTARY, AND WHAT IS REWIRED BY ONE SHALL BE AS BINDING AS IF REWIRED By ALL 5 I AS MUCH AS THE DRA MNGS ARE COMPLIMENTARY, BEFORE STARTING EACH PORTIO N OF ME 0OR0 T HE CONTRACTOR SHALL CAREFULLY STUDY AND COMPARE THE VARIOUS DISCIPLINES E THE DRAMNGS NM EACH OTHER AND MTH INFORUAIIN FURNISHED BY THE OMiER AND SHALL REPORT PROMPTLY 10 ME ARCHITECT, ERRORS, INCNSISTENCIES OR OMISSIONS DISCOVERED. SHOULD THE CONTRACTOR PROCEED MTH ANY CONSTRUCTION CITY KNOWNG THAT IT INVOLVES A RECOGNIZED ERROR, THE CONTRACTOR SHALL ASSU UE APPROPRIATE RE SPONSIBILITY 01THE FOR SUCH PANCE AND SHALL BEAR APPROPRIATE AMOUNT OF ME ATTRIBUT ABLE COST FOR CORRECTION. fi J1 15 NOT THE INTENT OF THESE DRAWINGS TO DEPICT EVERY DETAIL OF CNSTRUCIIN . THE CO NT RACTOR SHALL p4E1EFURNISH WORK OUTLINED 06 THE TO E DRAWNGS 1. SHOULD A VAR IANT OCCUR WHIN THE DRA WN.. THE 110. 1110. 1OR ARRANGEMENT E BETTER WALT IY AND / OR HI GHER COST SHALL BE INCLUDED IN ME CNTRACi PRICE B. ABBREVIATIONS NOTED I THE T TALL DINE ANY COM6ONLY USED 104 ARCHITECT MLL DEFINE ANY ABBREOATIN OUESTIOND N REQUEST 9. ME CONTRACTOR SHALL ExECUTE THE WORK IN ACCORDANCE ACM THE DRAM NGS TO THE EXTENT POSSIBLE. THE CONTRACTOR SHALL COORDINATE THE WRK Of ERE CONFLI0115�0CCUR 100100N NOTES IN ORDER TO OBE EASLY SLY RESOLVED. ME ARCHITECT SHALL BE NO8FIED BEFORE PROCEEDING M TH 1100 000 1000RK CTT. SHALL, DIRECTED ExTFAE CH ARGE, MA KE REASNABE MODIFICATIONS 10 LAYOUT A5 /EEORDE PROPER E CCU111TO PREvENT WOFC WORN. VARIOUS TRADES AND 10. 00 NOT SCALE DRAWINGS. USE FIGURED DIMENSIONS NLY. ME CONTRACTOR SH ALL TAKE FIELD COMPARNMWOK ELD u EA IFY E5U0REHN011100D 100 CA REFULLY oTHER KNOWN TO THE CONTRACTOR MTH 0THE 0606 5AM NGSABEFORE COMMENCING WO RK ACIINTIES ERRORS, INCONSISTENCIES OR OMISSIONS DISCOVERED BY REPOFRDKN KNOWN THE CONTRACTOR ACOBE NTRRACTOR' S COMMENCEMENT OF W ORK SHALL CONSTITUTE ACCEPTANCE OF EXISTING CONOITIWS. 11 ME CON TRACTOR'S REPORT TO THE ARCHITECT OR FORM SREWESASFOR THE ARCHITEORMATION CT MAY REQUIRE ALL BE Bu1T1ED IN SUCH 10 ALL 009 001100. A5 ",'7,1S",',432,>--)07,0 PPICABLE. SMALL B0 C00RDNATEO MTH THE A.O R k OYM ER PRIM 10 THE ExEW11N Of WORK ] ME MEP ENGINEERING DISCIPLINES (TO INCLUDE FIRE SPRINKLER A ND FIRE ALARM SYSTEMS, AS APPLICABLE) E DIA0Auu a11C BY HANK AND ARE 1x1EN5E0 TO EOUP MENIT OUTLINEDERAIN 110E RDPAM NGS OF SYSTEMS AND 14 T PROJECT CLOSE-OUT THE CONTRACTOR SHALL PROVIDE ME OWNER M TH A SET OF AS -BUILT DRAMNGS, DEPICTING ACTUAL COMPNENI PUCEMENI A D 0001000. 01010 M001F1CAT10x5, ADD1110N5 Ax0 DELE1INS MADE DURING CONSTRUCTION OF THE PROJECT. R5 ALL SPECIFIED MATER10L5, SYSTEMS AND EWIPUENT, EWIRING SHOP ALL BE TO THE ARCH ITECT FORRARE0Ew AANND ACCEPTANCE ITPRIOR TO FABRICATION OR PURCHASING. 16 ALL PROPOSED SUBSTINPNS OF SPECIFIED M ATEI ALS, SYST 105 AN D EOIPMENT SHALL BE SUBMITTED TO THE ARCHITECT FOR REVIEw AND ACCEPTANCE PION TO FABRICATION OR PURCHASING. 11. THE CONTRACTOR SHALL COMPLY MTH ALL REQUIREMENTS OF THE UTILITY COMPANIES FROM MACH SERVICE IS TO BE OBTAINED. 8. ME CONTRACTOR SHALL FIELD INSPECT ALL AVAILABLE EXISTING SITE UTIETIES AND VERIFY THAT SA ID UTILITIES COMPLY W M THE CURRENT EDITION OF THE FLORIDA BUILDING CDE MAD REDUIREMENTS IMPOSED BY Nl OTHER APPLICABLE GOVERNMENTAL AUTHORITIES H01NG JURISDICTION OVER THE PROJECT GENERAL NOTES 9. THE CONTRACTOR SHALL PROVIDE ALL REWIRED BUILDING PERm1TS, INWRA0CE CERTIFICATES. UCNSES PERFORM THE w0RK11 *8LE *5XBS)MEO0 62 NG0E0 10 20 ME CONTRACTOR SHALLCO ORDINATE AND 5UPER 0SE AL L 'RORK 006006 UED BY 005 FORCES AND BY SUB -CONTRACTORS 100 CONTRACTOR SHALL BE RESPONSIBLE FOR ME CO ORDINATION AND 5040061100 OF ALL WORK ACTIVITIES TO ASSURE COMPLIANCE MTH THE DRAWINGS. 21 THE CONTRACTOR SHALL PROVIDE ALL NECESSARY SH0RIrv4RF1REBAPRORCIIN AINO *LR 000000MEANS AND METHODS TO EON PMENI, SAFETY AND SECURITY OF ALLSARY PERSONS AND PROTECT THE E PROPERTY THROUGHOUT T HE ENTRE PERIOD OF CONSTRUCTION . T HE CONTRACTOR SHALL VERIFY If ADDITIONAL REQUIREMENTS ARE NEEDED BY OW NER OR/AND 22 . THE CONTRACTOR SHALL COOD NATE ALL PARKING AND ON -SITE STORAGE OF CONSTRUCTION MATERIALS AND EQUIPMENT. 25. THE CNTR ACIOR SHALL SUPPLY THE OW NER wain EQUIPMENT/ APPLIANCE WARRANTIES , AS APPLICABLE. 23 THE CO NTRACTOR SHAH CLEAN A REAS WHERE WORK IS IN PROCESS TO THE EVER OF CLEANLINESS NECESSARY F ORA PROPER E%ELUTION D WORK AND REMOVE WASTE MATERIALS AND SITE LA FRO M THE SITE PERIODICALLY ANO DISPOSE Off -SIZE LAwFULIY. 24 2 THE CONTRACTOR SHALL PR0* A WRITTEN WARRANTY OR WORKMANSHIP, MATERIALS, SYSTEMS AND EQUIPMENT FOR A PERIOD OF ONE YEAR FROM THE DAZE or SUBSTANTIAL RESTORE N AND MLR. L NO EXPENSE D OW NER, REPAIR. RESTORE AND / OR REPLACE ALL OEFELTVF MORN DURING THE WATER NIT u1AY0BE0CONTRACTOR . ORHDIM BEOAGRCEMEN NOMT BETWEEN OWNER AND CNTRACTOR . 26 . WHERE 055 41006 901001000 COME I1 CNTAC1, THE CNMACI0 SH ALL 060 00E PROPER 10SULATIN i0 PREVENT GALv *NIC OR ELECTROLYTIC 00110 . 1. ME CONTRACT. SHALL PROPERLY ISOLATE ALL MATERIALS, SYSTEMS AND EQUIPMENT TO PREVENT OBRATIN AND / N NOISE MANSMSSN. 2B. PRESSURE A L 6OD IN 0001001 MIN CEMENTITIOUS MATERIAL SHALL 8E TREATED 6000 A BORATE BASED PRESERVATIVE - FOR ABOVE GROUND APCATIONS TH AT ARE CONTIN UOUSLY PROTECTED CR P., BOUID WATER COPPER BASED PRESERVATIVE - FOR FULL ExPOSUE TO AEFL CACiRIIOU D. G ROUND CONTACT AND FREE WATER i5. ALL METAL PRODUCTS USED IN C015000IN WM PRESSURE FATED 0000 SHALL BE N ACCORDANCE WTN PUBLICIZED AND DW MODOPRESERvN111vE THE UETAL DUCTSPRODUCTS MANUFACTURER 29. ALL N4kILS USED IN EXTERIOR APPLICATIONS SEA L BE HOT -DIPPED GALVANIZED, 00 30 ALL PRE-mANUFACTURED ITEMS THAT REPRESENT CNPN01100 ENTS OF THE WORK, OUTLI NED IN THE DRAMNG5 . SHALL CO MPLY MTH ME AHJ. PRODUCT CONTROL APPROVAL, AS APPLICABLE *0018 10 METH AP U� 0 (NDNWRITERS (090001001) APPROVAL LABEL AACCEPTED BY LOCAL GOVERNMENTAL AUTHORITIES BEN JU RISDICTION OVER THE PROJECT 32. THE CONTRACTOR SHALL COORDINATE THE PURCHASING ANDINSTALLATION THE STALLINSTALLATIONOF SPECIFIED CABINETRY AND wawa. NER 33. A L DR YWALLTED SHALL RECEIVE A SMOOTH FINISH, UNLESS OMERMSE NO 34 PROVIDE 2 X 4 BLOCKING AT THE PERIMEETER OF ALL INTERIOR DOOR AND MNDOW OPENINGS. PR DE DOUBLE PLATES ABOVE HEADERS OF ALL OPE NINGS GRE ATER THAN 0.N MOTH 35 ALL DOOR A ND MxDOw FRAMES S HAL L RECEIVE CAULK A5TH E E ENTIRE ASSEMBLY PERIMETER . 36. D0 NOT SCALE PLAN, ALL DIMENSIONS OF FROM FACE OF STRUCTURE 10 FACE OF STRUCTURE 0R FACE OF MT '1 STUD . 1 IF NOT SPECIFICALLY DEFINED IN THESE CONSTRUCTION0 DOCUMENTS. MATERIALS AND/N EQUIPMENT SHALL BE IDENTIFIED BY THE SUBCONTRACTOR TO THE PRIME CONTRACTOR M A 205000810 118E 10 01006 SELECN, PORCHASE. SCHEDULE D DELIVERY 50 AS i0 PPEVEN1 DELAY LO THE DB nx0 1N STALLEDAAS PER MN2 UHACTU0ER SS5000112500NSEDND RECOMMENDATIONS. 3, ALL 00LN5 AND/0R COLOR SAMPLES SHALL BE MTH THEDARCHITECT AND OMAERACTOR .10 FOR RENEW AND APPROVAL PRIO R TO INSTALLATION OR APPLICATION Ex AEES005. ROUTE S OF TRAVEL EXCEED 00 N MLTHVA DA REWIREYExTS AMP SHALL BE PR00DED COMPInrvG 41 EXTERI. P15AND HEIBUILDING CODE. SHA LL BE SLIP RESISTANT PER THEFLORIDA 42. PAVING 10 9E SL0PE0 A MAXIMUM D 0500101000 *001551616 ENTRANCES k E%115 10 DOOR 000050010. 4]. WALKWAYS AND 0 0EwALKS ALONG ACCESSIBLE ROUTES OF 1000250USHALL BE CONTINUOUSLY ACCESSIBLEUM , HAVE a I/2' CHANGES IN ELEVATION D ARE A M INM MAXIMUM E ' N W IDTH. 44 1 TLAFBC 020 CH-BIOR TRIMS NANDGS ASECTINS ND R 4*1N1A15 TO GNPLM I 5. CULT PN6TRA 1NS OF SHAFT k FIRE RATE D 2 ALLS SNALL BE PROTECTED M 1H CNBINAl10N 5900E AND 006E DAMPERS N FLORIDA BUILDING CDf PROJECT DESCRIPTION B N/A 41. N OR ADJACENT TO EVERY PR19ARY PUBLIC ENTRANCE AND EVERY M AJOR ACTION ALONG OR LEADING TO AN ACCESSIBLE ROUTE Of TRAVEL, MERE SHALL BE A 000 DISPLAYING THE INTERNATIONAL SIGN OF ACCESSBILIIY SIGNS SHALL IN DICATE DIRECTION TO ACCESSIBLE BUILDING ENTRANCES AND FACILITIES AND SHALL COMPLY MTH REQUIREMENTS OF 10E FLORIDA BUILDING CDE . ALL WAR 0RAII k HANDRAIL SYSTEMS SHALL BE DESIGNED TO RESIST 50 PLF MINIMUM F C0 000 00TED LOAD OF 200 POUNDS OF FORCE APPLIED IN A NY DIRECDON REGISTERED FLORID A ENGINEER FORA 5 • 0PRO v2LNP IOR T0I FABRICATION CULATIO NS x0 A INSTNLADO N. 49 REQUIRED NRE RATINGS Of STRUCTURAL STEEL MEUBNS (BEAMS/GIRDERS/COLUMNS) uux0AINE0.MNME SPECISUPPNNCINTYPEO OFOTAL OCCUPANCY FIRE PROOFING WILL BERATIONS DEPENDENT ON THE SIZE OF ME STEEL MEMBERS AND SPACE CONSTRAINTS ALLOWED BY THE DDESIGN OF THE RAMN UBMITTARU10*50. AND SHALL E SPECIFIED At THE TIME OF THE SHOP 50 . Exlt LIGHTI NG k EMERGEN I lIGH11NG TO BE PRO NTO I IOICATT Ox ELECTRICAL DRA MNG5 k SPECIFICATIONS k SHALL COMPLY MTH NFPA k FLORIDA BUILDING CODE. 51 . CONTRACTOR TO APPLY/OBTAIN FOR/A WOES PERMIT PRIOR 10 WORK COMUExCEMExI. 52 . CONTRACTOR TO FILE ROWE OF COMMENCEMENT BEFORE ANY WORK IS STARTED. 53. U.O0 CONTRACTOR TO OBTAIN APPROVAL FROM ARCHITECT / ENGINEER FOR ITEMS REWIRING FLORIDA HURRIC ANE TEST (STRUCTURAL GLAZING. RIGID VENTILATION, CURTAIN WAILS HANDRAILS, SSE60000T5, DOORS, ROOF ACCESS LADDERS. HATCHES , MUNUE1S . CNR 0/ ORDE INGEI THESE ITEMS AREO OTGLASS EINSTALLED UNTILPRIOR THE RDUMENTATIN HAS BEEN PROCESSED AND APPROVED BY ARCHITECT , PRIVATE DIVIDER AND THE CITY BUILDING DEPARTMENT0,5001 54 COOL PER FLORIDA BUILDING CSECTION 1816.1 BUILDING(S) SHALL RECEIVE PRE -CONSTRUCTION TREATMENT PROTECTION AGAINST SUBTERRANEAN TERMITES IN ACCORDANCE MTH THE E RULES RULES AND LAWS ESTABLISHED BY THE FLORIDA DEPART MENT OF AGRICULTURE AND CONSWER SER10E5 . TERMITE 80 000E TREATMENT NT TO BE DONE UNDER ALL GROUND LE vEL FLOOR SLABS k AT ANY NEW CONCRETE THAT MU. ABUT ME VERTICAL WALLS OF STRUCTURE . A MINIMUM OF 3 YEAR WARRANTEE MUST BE PO NDER BY TERMITE COMPANY . 55 CNIRACTOR TO PROVIDE 1 FIRE EXTINGUISHER PER EVERY 3000 5F AT EVERT LEVEL OF ME BUILDING PRIOR TO COMPLETION 0f CONSTRUCTION. IF MORE MAN 1 E%TINGUISHEH IS REWIRED, PLACE EXTINGUISHER NEAR EACH EGRESS DOOR AND AT OPPOSITE SIDES OF THE SPACE BEING SERVED . 56 . ALL STEEL STRUCTURAL MEUBERS ARE TO RECEIVE SPRAYED ON FIRE PROOFING THROUGHOUT TO THE NESSESARY THICKNESS NEEEO 10 ACHIEVE THE REWIRE FIRE TING SPECIFIED BY CDE . 57 NA ALL SHOP DRAM. TO BE SUBMITTED FN APPROVAL TO A.O.R k CITY OF EXTERIOR SCOPE OF WORK THE E PROJECT CNSSIS OF ME REMOVAL AND E010414ENT OF EXISTING FENCE AND GATES. CODE COMPLIANCE CODE REFERENCE FLORIDA BUILDING CODE - Ex1511NG BUILDING 2020 110 10101010 FLORIDA BUILDING CODE - BUILDING 2020 7TH EDITION FLORIDA BUILDING CODE - ACCESSIBILITY 2020 115 EDIIIN FLORIDA 81100N0THOEOTIN LUMB NG FLORIDA 01110100 0000-MNECHANICAI FLORIDA2020 EDITION FIR110VENE PRETION CODE NFPA 101 (2018 EIDON) LANDLORD GENERAL NOTES SYMBOL KEY • TExANI G .C. 10 SCHDUIf A PRE-CNSTRUCON METING M OESNATEO REPRESEx1 AnvF vR1pR TO RT O a NSMUCTIN . ORDINATE PRE -C f"CTIIN MEETING • ENANT GC. BE.LE10 DiAwl n11COPY OF T HE uALL RULES AND REGULATIONS uANAI AND RE NEW ALL INFORLI • In „.C . M L BE AB E 10 START CS NUCn" WHEN OBTAINED/COUPLEIEG ITEuS HAVE BEEN TENANTS LEASE IS FULLY EXECUTED VE,VNa5 BHDx NOSUETM mAPGROVEDNPERu1i •• TENANT GC. H AS P. ALL NECESS ARY C`RTFIcATE OF REGULAlV NAn BD NTH u Ru • TENEANTD t0 SIBMIi i0 OESNa1ED REPRE SENTATIVE Ai THE PUPPE-CNSIRUCTIN HEFTING ME FOLLO MNG. DL000 APPROVED CNSTRUCN DRAMNG5 BUIL DING C CERTIFICATE F 1N CONSMUCTIN p6ArnxGS •• TENANT F NWRaNE SECURITY DEPOSITS AS NECESS ARY SUBCONTRACTORS CONTACT LIST PROPERNJDSTE ATTIRfE SET BE WORN AT ALL TIMES • ALL DELIVERIES MUST BE COORDINATED MTH ME DESIGNATED EPRESNIATIVE N HOURS PRIOR 10 °EMERY • TENANT GC MUST HAVE A SUPERINTENDENT N SITE At ALL • ESDAMAE i0 ANDLORD'S PROPERTY DUR1rvG TExM'i CNSiRUCPON MLL BE RERIRED PER MOLL SPECPICATINS, AT TENANTS ExPENSE • ANY LANDLORD EQUIPMENT OR COMPONENT MAT IS Ex15DNG IN THO PACE MUST REMAIN 0SBLF AND ACCESSIBLE TO T HE TE NANT TO I NSTALL ACCESS PA NELS AS NECESSARY , AND PROPERLY LABEL IN SPACE • LANDLORD AND DDTENANT REVONSIBWTIES ARE AS DEFINE! IN NT • PLANS REOEMD AND APPRO VED By LANDLORD'S TENANT T BE PRESENT N ME AB SITE AND BE APPROVED TI DUI 0 PER9N. Ax PROPOSmuST ED u 0EREDAND CLOUDED THE LAN NTTHE vEAfNNs, AND THENY RESUNITTEO BY MEATENTTHE LANDLORD FOR RE -APPROVAL PR10R TO ANY CONSTRUCTIO N CH ANGES T AKNG LICE IN ME FIELD. • CONTACT LANDLORD ENLIST OF LANDLORD DESIGNATED CNTRRACTORN. • FOR REFER TDLANDL1ORNDCONSTRPROFA NES AND TENANT NEL NESADDITIONA ]SD �IA TFF DRAgOYTNLS1ALA666 NAR K N OpDlRR1A'N NNGSE(P0020 O BY 011100 61RTY j 010 BO ADNff vpo OF MAY LONfl t.i Mln ftE 0100'Uax SHEET TTMERE It EIE VAT AN Ie NAYIN SECTION DETAIL MA. MEET ME FACTION DETAIL MAILM DE VIL KtDRAWN DEAL H MBER SHEET MEM ELEVATION IS O AN COI) UDH NADER M EOW A PE •EE MNCO W SCHEDULE SECNONT TYPE ____-L01NNR1YPE.EF - L ON al8CHE01AE WALT. WAIE I FLOOR WAAL TY NE R NA. FLOOR FIRM T ALLM AN BASE FINISH ARSE NEV. V ADAT TAMA FROM.0 -GERM HEIGHT MA ➢G -GERM FINISH NA -AT L. .__MMMAAR 0 LL N a •6 5 N Y COVER SHEET 23035E 0e-2/-2023 GN-01 1 II 1 I I 1 11 11 / 11 II i ♦ ♦♦ • FENCE BEHIND BASEBALL HOME REMAINS AND NEW FENCE ADDED TO THE SIDES DETAILS REFER TO SHEET: A-102 PEDESTRIAN GATE DETAILS REFER TO SHEET: 2-102 \ VEHICULAR GATE DETAILS REFER TO SHEET : A-102 20 copes, transonvora, /Wm4Rtbns, Of ebLOrvic revis ions at any portions Oft. dmHn2an *hob or Hpo i De made w22out Om ao rta s w IrtenpemessM 012+A Ands Ina AP designs imitated Inch. haxigs an propMy M2+ Amble= Mc. Aa Cpppgn6 (a5ens0 c 1 I I 1 PEDESTRIAN GATES ." -_____ ' DETAILS REFER TO SHEET: A-102 I -__r VEHICULAR GATE DETAILS REFER TO SHEET: A-102 PEDESTRIAN AND VEHICULAR GATES DETAILS REFER TO SHEET: A -102 ("1- SITE PLAN �i-1 J Ial r.1/12' 2 6 PADLOCK BOX DETAIL D J M. D'IP B'I SWIVEL RUBBER OR BRONZE W HEEL CONCRETE PAD io la SWIVEI RUBBER WHEEL 8 , CAP FOR TUBE TO --- BE I YBEN FT; TU BE CHA NNEL CONTI NUOUS BETWEEN TITS TIT R ABE THE 4. STEEL TUBE — BETWEEN aT x TT TUBE FENCE - BLOCK OXY GR OUT CONCRETE BASE REFER TO STRUCTURAL O WLS 10 10 STEEL FENCE — SECTION (TYP) No copies, tnnWss(ao, oeurtin v. oreleriotic mEtlos o.Tonnoton s wtese drafts tome unptbend Oft. tre meow esNneemtlfslm d2-F ArtYetts bTu AN designs Ndtabdin these drafts n p omp al 2+ Art NRn6Al 'm00 13 ISSSIVOd C dTe. AT• TO STEEL TUBE aj/1 STEEL FENCE DE TAII. STEEL FENCE DETAIL Flj/1STEEL FENCE DL1AIL 22, VEHICULAR AND SERVICE GATES CONCREif .EN" ON NOTES . • GENERAL CON TRACTOR 10 PROVIDE SHOP DRAWiNCS AND CALCULATIONS FOR OWNER/ARC HITECT • PROVIDEMECHANISM ENGINEER/APPROVAL ANISM TO KEEPCATES OCKED ON THE OPEN P OSITION, ALL • LL STEEL MEMBERS TO BE - WITH PRI MER AND TWO GO ATS OIT P AINT COLOR SELECTIO N BY OW NER • WELDING vCO N BEFORE PRIMI NG AND PAINTING • SEESTRUCTURAL DRA WINGS FOR STEEL MEMBERS 06160, WELOING. AND FOUNDATION• . RUT HE OR BRONZE WHEEL AT THE CAN TILGATE IS MORE THAN BT WIDE, TVEREO E. ADDITIONAL SWIVEL RUBBER/60 GATE ELEVATION 7o kale: 1/r-1* 5 O" (TPP) (1 TYPICAL FENCE ELEVATION 1�157 IeaN: 1/ r-1' -0' N Y FENCE DETAILS 202. 36 am -2022 A-102 SILL: GAN Irva) — (rvu) Q ENTER OTT illcii SW GA 1d F Bon RAIL (I20) STE, GA IF R OW , ((III.) STEEL RP1i` E IUdE`irY�i 1 OW LS (T.)SLE 12- PRAII os BETWEEN rlIill 11 ...... M SEE RCH OWGSFOR I OC RING. PAD LOCK M LUGS DE TAILS (TYP)aLR PEDESTRIAN GATE ELEVATION CH AN ( IUBL 23.012 rXLIN Bon Tn:P) AROUND I rva?-. PCKF� (pp )_ DETAIL 7nrt. SIEE POs LuZ (TY P) CA)TuBE PICKET (T.) P ACIRc D - — 4'0' (�:P) M- -i, mull I (TER) TYPICAL FENCE DETAIL SC yr - I -D 2X2x0 12 10 WELD. w n/ar U CLESTEEL PAST CEP) ILIFIPOE .) 4.30 I: S C 5a BT TUBE 2E2412 0011 (IN+) PeT T A2002o°(T2 ,L)-. ; (TY) .0 Obb PICK R PO ST b• -G E ( TUBE .2E0 12 '0 8f KID FD W/2, WE LL a.�STEEL POs. aETHEN (,),I2 W DETAIL CDD a IUBE 23.012 RAIL POST CEP) "E .- FENCE BLOCK OUT w/EPD% TUBE 44.0 i2 POs W /Mn (TYP) 1,430. DEEP YW /RE tFMIN (TYP) as1 c.NC No copies, berwNssbts, reproduction . w ekcbnr'c revisions of anyponts of Maw dex0psN 0 90 2 wNMake mde ef., MO Wets imIten90m48 0bn012+ ArtlNecIs Ina MMsIgns In dicated in Rue&whys 1mpo wgol2+Artle. In a M c opyrights moved e GENERAL CONSTRUCTION NOTES WELD ING ALL WELDING 10 BE DONE BY CERTIFIED VILLDERS WELDING M IA, BE NA, VA IH EN. ELECTRODES AND co nlo CONCRETE TO CURRENT RECOMMENDATIO N OL TH E AI SC AN H. AM RI aN WLLOIN G SOU L,. SPALL BF_ A MIX DESIGNED IN ACCORDANCE M. A CI 301 10 ACHIE, A 28 -DAY CO MPRESS. STRENGTH a ALL FIELD WELDING SHALL 8L TESTED BY IESTINC AB AFT, COMPIETION SUB.! THE R FS, FO THE LN G., 4 000 PSI ) OR ALL STRUCTURA I El EME TS OP RECORD TESTING LAB TO BE ,RED BY 1. CON TRA CTOR ALL FIELD SHOM WELDING SHALL BE SMOO , V41, NO SHARP LOCTS, SHALL CONTAIN AN ENGINEER -A PPROVED A.S IM 6494 -,0 TYPE o ADMIX IU,E (WATER-REDUCIN G A LL AND COAT .E FFA RP EDGES A TER SLIDING RRAN soo ,)iA 1 EON, PLACING AND C UR!. o CQnc A EI. COM PLY A. cT. m e- . BUILDIN G CODE ALM CORROSION W 0 EACHPROTECTION xOINER Y PAINOR IN SAM EHP �ANE DN0) A, GROVE WELDING srE O ALL CONCRETE STRUCTURAL COMPONENTS SHALL HAVE CONC. IE STRENGTH TESIED IN ACCORDA NCE MIN A Si N AP WE LD S THA T ARE PERP ENDIC ULA R OR AT AN ANG EL TO H AVE A F., Kt IF AS SHOWN ON DRA WINGS STAN DARDS, FLO RIDA BUILDINO CODE AND A C 1 318-14. TEST CYLINDERS MUST DE TAKLN LAM , bll CUBIC YARDS PER DAY P ER TY PE OF C ONC RETE PRIOR TO PLA CEMENT TESTING LAB SHALL PROVIDE COPIES OF CONCRETE TEST ALL STRU CTU RAL S1ELL !1LM S HUM GRA DE AN D IN CO NTACT W ITH SOIL 10 BE PRO TECTED WITH SPLCIAL LPDXY RESULTS 10 ENGINEER, OFFICE FOR RENEW RANYT urvICA: WELDED WIRE FA BRIC SHO P DRAWINGS: SHALL ONLYCONFORM TO A. srM . A185-89, AND BE SDPPD2IE0 ON ENGINEER sF AB BOLSTERS SPACED Al 3. -DE a. c. TEAT SHEETS ONE BLULL OR REVIEW ( PRI IOIRUCTO FABRICATION ARE ALSO REQUI E,D RAL STEEL, FENCE. SHOP RED) PAPER SEPIA (S SHALL BE To SUBMITTED10 RETURN.) `AND AL REINFORCING REINFORCING STEEL ALL WORK: SHALLGBEODEFORM ED B ARN. FREE FRO M LOOS E RUS T AND S CA LE. AN . C ONFOR MING To AsLQ A 6I, 90 . D RAP E zOW OR K 5.1. 1 CONFORM. TO H IL REUUIREMLNIS 01 IRE LA TEST EDINON or I HE FLORIDA B UIL.. CODE PIE ED: WIND LOAD SIIALL COMPLY WITH FIN INCUIRLMLNIS 01 LORE. BUILD!. CODE & ASCE / SSORIES SHALL HAVE UPTURNED LEGS. AND BE PLASTIC DIPPED A, IER I ABRICATION ACCESSORIES FOR 'N'EIX:EVING SHALL BE NSTALLED IN ACCORDANCE Vol, A C. CURRENT EDITION CONTRACTOR SHAH WORK THE STIMICTURA L PLANS IN CONJUNCTION MTH THE ARCHITECTURAL MECHANIC, . OT MAIN REINFORCNC SU PPORT BARS SHA LL SHA 50 OR GREATER. AND 00 I SPACE0 MO RE TH AN 4T -OE C/C SUPPORT 9.5 01 EXTEN D MORE TH AN I -s PAST OUTERMOST CHAIR OR SUP PORT BAR AND InDS Lv FQ 2BIDD0rv. TH0 ONCINEOR WILL rvQT BE NLSPQNSIBLE FOR [RRORs Rf SUI II Nc FRO M SPACERS SDCH ACTIO N A MIN IMUM OF 3 SU PPORT BAR S A ND 3 INDIVIDU AL NIGH CFI.. I), EA CH SIRPOR1 BAR SI IALL PRO., 1017 ISITIVXCEZA VS4n1: LD'C'SN'STC')11101?I'CPORN'TMEACCT)In 'g.'4Er1IERTYRUACLjUlAIINTAS rff 1b't0.'*)" TOP REINFORCING GENERAL CONTRACTOR SHALL VERIFY AND COORDINATE ALL DIMENSIONS, I INES AND I FVELS 01 Pc1. 04,,CcE4n1r,,,,f,I,Ncf,TTYT,04,1STT IX BE ACCORDANCE TM THE MANUA ) OF STANDAR D PRAC TICE OF frZIOITLOTALFUTP RMIErSALL4BnYCOHO'F'Y'ALCI TI1'1'ElE'BrAX=NIRCArrP XTV4 Nr''' cRsi OF DISCREPANCIES Ex IV/ELN THL ARCHI TEE 1URAL. AND STRUCTURAL PLANS. NOTIFY E NGNEER TS PLASTIC TIPP ED CO LUMN SH BE P RO VIDED FO R WRN GAL COLUMN REINFORCING STEEL. SUCH THAT A OFFICE R TO NOT ED CONSTRUCTION 031 THE DISCRETION HH ARC),ECI URAL PL ANS SHALL GOVERN UNLESS SB,LNGFR 15 TH E CONTRA CTO R SH ALL PRON DL 2b ION S OF STEEL RLIN EORUMEN 1 FOR 1HE EN GINEER TO ,E Al HIS MINIMUM CLEARANCE IIDURING CO NSTRUCTION THE CONIRAC1OR SHALL 0.1, CREDIT TO THE OW NER FOR ANY UNUSED PORNON OF THE MASONRY: BLO CK UN I1S SH ALL CO NFORM 10 F I ORIDA GO NCRE It AND PR OM.. ASSO C.., 511.11-iCATION E CM -1. A ND 10 , A. S.,. C90. GRADE N. TE I WITH A COM PRESSIVE STRENGTH P 1.5, PSI. ON THE NFT (:ROSS -SECTION AL AREA 1 ro N OISTURE CONTENT OF BLO CKS SHALL NOT EXCEED 3SS TOTAL ABSORPTION 1. OF .ACLM ENI MA. AS LINEA R . A CE 1O0 02000 UNITS USED FOR EXTERIOR WALL SHALL N OT EXCEED 0.x MORTAR SHA LL MA HORIZONTAL REINFORCEMENT, STANDARD TRUSS DESIGN NO 8 & FOR REINFORCED M ASONRY WALL UDER TYPE W ALL OR ENGINEER APPROVED EQUAL SHALL BE PROV IDE. EVERY .N0 BLOCK COURSE (,�aa VERTICALLY) O.D. ry _ES l, BE FIELD CLEAR OF OVERP,O SLABS AN D BEAMS LLR UPPER A ACOSLAB OR BEAM WuE oTo DEAD DSBR �- ABOVE, LOWER NON, OM) BT ARK. MASONRY WALL vial. BE GRO UTED TIGHT BELOW MEM HEN A I.m 1 SECTION 1 s -T EVERY 2nD BLOCK ou02 0 BLOCK -01 2N 0 20160 ous.N.) (0 I/2" LONG) AND IN SERTS SHALT BE USED G ROUT SHA LL C ONFORM TO A S. : M C-4/6 ,ECIEICA TIO NS PRISM COM PRESS!, STRENGTH (2'02) OF EACH SPECIM EN IS CALCULA TED By DIVIDING ULTI MATE TEST LOAD (TO BE DRT) B - ul1 IESI s PHISMS 20220. 085610825010100200 PRISM STRENGTH Is , 00 P.SI (U 0.N) LILDGX USTI). MAY HE PONE FOLLOWING ASIM ESANPu ND 0,10 IL SING OF ,NCRE IE M AS ONR Y 5 TESTIND L. SHALL PROV IDE COPIES OF MASONRY TEST RESULTS TO ENGI NEER'S OFFICE FOR REN EW A CONTINUOUS OPERATION IN LIFTS NOT EXCEEDING FOUR FEET MTH A MAXIMUM TOTAL POUR OF T WELVE FEET ZE,,FMM U,T,S,1),ZNI4E, CwOnUsDH AZO.BEEM4F IAFJSproRPID161,06)=DINC. OR MECHANIC. VIBRATION Ai , GROUTING OF MA SONR Y O ft...CLE AN-OUTS SH ALL BE PROVI DED AS PER A C I SSD & NCM CONTRACTOR 10 KEEP AI L TIFT DLO, WALLS BR ACED DURING PLACENE NI AND CO NPACIION DI NEW FILL ALL MASONRY WO RK SH ALL CONFORM TO AC1 530 AND NCM A STA NDARDS. LATEST EDITION STRUCTURAL STEEL I FABRICATE AND ERECT STRUCTURAI STFET iN CONFORMANCE WITH SECTION 051200 AISC ESPFCIFICATION FOR THE DESIGN A BRICATION AND DL SI GN 01 SIRU CT URAL TSNEL FOR B UILDI NG,. III COMMENIARY. AND ALL OS, REQUIREMENTS 2 STRUCT,RAI STEEL SHAPES SHALL BE FABRICATED FROM THE FOLLOWING MATERI M S A RO LLED W AN D WT SHAPES ASIN A992 GRADE 50 PLAN NOTES: IRIS DRAWING IS PREPARED AND SIG N & SE ALED ONLY FOR PROVIDING T HE DETAILS TO PROVIDE NEW STEEL FENCE ARO UND IHE EXISTING PARK IAJ LIMITED GROU P, I NC A ND 110 ENGINFE RING CONSUL T AN IS RESERVE THE RICH I TO REVISE AND SUPPLEMENT THIS DRAWING IF IN T HEIR SOLE OPINION ANY ADDITIONAL INFORMATION 15 MADE AVAILABLE 20 THEM INCLUDING NEW DOCUMENTS, PHYSICAL DATA, OR NE W EVIDENCE . TAJ LIMITED GROUP, INC AND 1IS ENGINEERING CONSULTANTS HAVE PREPARED 1HIS DR AWING EXCLUSIVELY FOR T HL CLIENT. ANY USE OF T HIS DRA WING BY ANY OTHER INDIVIDUAL(S) OR E NTIT Y WITHOUT THE EXPRESSED WRITTEN CONSEN1 OF TAJ LIMITED GROUP, INC 15 PROHIBITED. SHOULD ANOTHER INDIVIDUAL OR [NTT TY RELY ON THIS REPORT WIT HOUI THE PRIOR SPECIFIC WRITTEN CONSENT OF IAJ LIMITED CROUP, INC, THEY SHALL INDEMNIFY TAJ LI MITED GROUP . INC . AND ITS ENGINEERING CONSUL i0NIS FROM ANY DAMAGES, LOSSES, OR EXPENSES THEY MAY INCUR BECAUSE OF SUCH IMPROPER USE . EXCEPT AS OTHE RWISE NOTED, THIS D RAWI NG DOES NOT CONTAIN ANY PROFESSIONAL OPINION REGARDING THE COMPLETION OF ANY PREVIOUSLY RECOMMENDED I MPROVEMEN 15 ASSOCIATED WITH 100 EXISTING STRUCTURE . ALI- HARDWARE A ND GAIT. MECHANISM TO SL DESIGNED BY T HL G ATE MANUFACTURER A1000 WITH THE FENCE STEEI MEMBERS SUBMIT SIGNED SHOP DRAWINGS AND CALCUL A I IONS. MEMBERS SHOWN ARE MINIMUM [00 LATERAL BRACI NG OF THE GATE PROVIDE DI AGON AL BRACING TO CON 1301 TIFF F XCF: SSIVI an) 01106 & S WAY SEE ARCHITECTURE DRA WINGS FOR AI I REMAINING DF TAILS & CON, IGURAIION N01 SHOWN ON III DRAWING (TYPICAL) . 6 EXCEPI AS 01303 3)50 NOTED, THIS DRA WING DOES Not CONTAIN ANY PROFESSIONAL OPINION REGARDING IHE COMPLETION OF ANY PREVIOUSLY RECOMMENDED IMPROVEMEN I5 ASSOCIATED WIT H THE EXISTING ST RUCTURE 3 AIL SHOP AND FIE) D WEI DI NG S HALL CONFOR M TO THE AWS 011 SI RUCTUR AI WELDING CODE SY 1. A MERICAN .1 TANG SOCIETY USE F70 SERIFS WFIDING fl ECTRODES U 0 N WHERE NECESSARY REMOVE GALVANIZING OR PRI MER PRIOR TO YVELPING D ANDO BOLTS SHALL CO MPLY WI, TYPECIFICATION FOR STRUCTURAL JOINTS USING ASTM A32, OR A490 INCLUDING 2 8035 BEARING -TYPE 201 TS. 2_3258, 2_.900, AND A_A90x) TO .HE SNUG TIGHT CONDITION AS FOLLO WS WIND LOAD: 020 5PLED 110 PH (U LN NANE) R SK CA OR TA1 211,112ED GROUP, INC. $1120 22-116 Cmwltin9 En9neers 0336n c mlemwe mseeHWFs 1x466 E . 2)248 3396 (305) 191-1656 1plalb69-env cam H W CC O CC 3 N Y FENCE DETAILS 3302.00 02.0 3-2 022 S-1 PROJECT AGREEMENT FOR DESIGN SERVICES BETWEEN THE CITY OF OPA-LOCKA AND SSN ENGINEERING, LLC PROJECT NO. 2022-04-013 THIS PROJECT AGREEMENT (the "Agreement") is made and entered into this day of , 2022 between the CITY OF OPA-LOCKA, FLORIDA, a Florida Municipal Corporation with its principal offices located at 780 Fisherman Street, 4th Floor. Opa-locka FL. 33054 (the "City"), and SSN ENGINEERING LLC (the "Consultant"), a Florida corporation authorized to conduct business in the State of Florida, with principal offices located at 3500 N. State Road 7, Suite 213-4. Lauderdale Lakes, FL 33319. WITNESSED: WHEREAS, on June 10, 2020, the City approved a pool of Qualified Firms to provide Architectural and Engineering Consulting Services to the City on an as needed basis pursuant to RFQ# 20-0324200 Library of Miscellaneous Professional Consultants; and WHEREAS, the Consultant is a member of the pool under the subcategory of Civil Engineering, Landscape Architectural, Structural Engineering and Traffic Engineering Services and has executed a Continuing Services Agreement; and WHEREAS, the Consultant has been selected by the City to provide architectural and professional engineering consulting services (known as the "Project", the "Services" or the "Scope of Services") for the construction and engineering 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 1.2 A Scope of Services request completed by the Consultant and accepted by the City, attached hereto as Attachment "A"; and 1.3 Any and all applicable addenda, proposals executed and submitted by the Consultant and accepted by the City, specifications and insurance certificates; and 1.4 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 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 One Hundred Ninety -Five Thousand Dollars ($195,000.00) specified in the Scope of Services request accepted by the City. 5. PAYMENTS 5.1 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 5.2 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 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. 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: 9.1 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. 9.2 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: SSN Engineering, LLC 3500 N State Road 7 Suite 213-4 Lauderdale Lakes, FL 33319 City of Opa-Locka Darvin Williams, Interim City Manager 780 Fisherman Street Opa-Locka, FL 33054 Burnadette Norris -Weeks, P.A. City Attorney 401 North Avenue of the Arts (NW 7th Avenue) Fort Lauderdale, FL 33311 Telephone: 954-768-9770 Facsimile: 954-768-9790 Page 4 of 9 Civil Engineering Services 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 16.1 Contractor 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 Contractor or its subcontractors are found to have submitted a false certification; or if the Contractor, 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. 16.2 If this Agreement is for more than one million dollars, the Contractor 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 Contractor , its affiliates, or its subcontractors are found to have submitted a false certification; or if the Contractor, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or 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. 16.3 The Contractor agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under this Agreement. 16.4 As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above -stated contracting prohibitions then they shall become inoperative. 17. OTHER PROVISIONS: 17.1 Titles and paragraph headings are for convenient reference and are not a part of this Agreement. 17.2 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. 17.3 No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision, and no waiver shall be effective unless made in writing. 17.4 Consultant acknowledges that the public shall have access, at all reasonable times, to certain documents and information pertaining to City contracts, Page 5 of 9 Civil Engineering Services 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. 17.5 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, any reports, photographs, surveys and other data and documents 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. 17.6 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. 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 6 of 9 Civil Engineering Services 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 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-Iocka; 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. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be Page 7 of 9 Civil Engineering Services executed by their respective duly authorized representatives the day and year written below. FOR CITY: ATTEST: CITY OF OPA-LOCKA By: Joanna Flores, City Clerk Darvin Williams Interim City Manager Dated: Approved as to form and legal sufficiency for the use of and reliance by the City of Opa-Locka only: City Attorney Burnadette Norris -Weeks, PA FOR CONSULTANT: WITNESS: SSN ENGINEERING, LLC By: Authorized Representative Print Name Print Name Date Corporate Seal: Page 8 of 9 Civil Engineering Services ATTACHMENT "A" Consultant's Scope of Services and Fee Proposal dated April 29, 2022 to provide Continuing architectural and professional engineering services required for the Construction and Installation of New Fencing and Gate System on Sherbondy Park for the amount of One Hundred Ninety -Five Thousand ($195,000.00). Page 9 of 9 Civil Engineering Services