Loading...
HomeMy Public PortalAbout22-021 - Agrmt with EAC Consulting for Sanitary Sewer Evaluation Survey Phase ISponsored by: City Manager RESOLUTION NO. 22-021 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE INTERIM CITY MANAGER TO ENTER INTO AN AGREEMENT WITH EAC CONSULTING, INC. FOR CONTINUING PROFESSIONAL ARCHITECTURAL AND ENGINEERING CONSULTING SERVICES FOR THE PROVISION OF A SANITARY SEWER EVALUATION SURVEY ( PHASE I) FOR LIFT STATIONS 1, 2, 3, 3D, 6, 9, 10, 11A, 11B, 11C, 11D, 12, 14, 15, AND 16, PURSUANT TO RFQ NO. 20-0324200; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on June 10, 2020, the City Commission of the City of Opa-Locka ("City Commission") accepted bid proposals from several firms for continuing professional architectural and engineering consulting services pursuant to RFQ No. 20- 0324200; and WHEREAS, the City 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 an agreement with EAC Consulting, Inc. for civil engineering, landscape architectural, structural engineering, traffic engineering, land surveying, construction testing and inspections, utilities engineering services and general consulting engineering services; and WHEREAS, the City of Opa- Locka (" City") desires to conduct a Sanitary Sewer Evaluation Survey (Phase I) for Lift Stations 1, 2, 3, 3D, 6, 9, 10, 11A, 11B, 11C, 11D, 12, 14, 15, AND 16 pursuant to the terms and in a form substantially similar to Exhibit "A" as approved by the City Attorney and consistent with the Scope of Services and amounts set forth in Composite Exhibit "B"; and WHEREAS, the fifteen named collection basins include 620 manholes, 250,580 linear feet of smoke testing and will require three consecutive nights of flow testing to determine compliance with 5, 000 gallons per day -inch -mile (gpdim) standard for Inflow & Infiltration (I&I) as specified in the Miami Dade County Code of Ordinances; and WHEREAS, the Interim City Manager hereby recommends that the City of Opa- Locka enter into an agreement with EAC Consulting, Inc., pursuant to the proposal attached hereto as Exhibit "A" as approved by the City Attorney, and consistent with the Scope of Services and amounts set forth in Composite Exhibit "B", to for the provision of Sanitary Sewer Evaluation Survey (Phase I), including flow testing, smoke test, manhole inspection and Report for Lift Stations 1, 2, 3, 3D, 6, 9, 10, 11A, 11B, 11C, 11D, 12, 14, 15 and 16 within the City, to not exceed an amount of Three Hundred and Fifteen Thousand, Five Hundred and Fifty -Six Dollars and No Cents ($315,556.00); and Resolution No. 22-021 APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Burnadette Norris -Weeks, P.A. Moved by: Commissioner Bass Seconded by: Commissioner Davis VOTE: 5-0 Commissioner Bass YES Commissioner Davis YES Commissioner Dominguez YES Vice -Mayor Taylor YES Mayor Williams YES 3 City of Opa-locka Agenda Cover Memo Department Director: Airia Austin Department Director Signature: CM Signature: bg2bU. - City Manager: Darvin Williams Commission Meeting Date: 08/22/2022 Item Type: (EnterX in box) Resolution Ordinance Other X Fiscal Impact: (EnterX in box) Yes No Ordinance Reading. (EnterX in box) 1St Reading 2" Reading x Public Hearing: (EnterX in box) Yes No Yes No x x Funding Source: Account# : (Enter Fund & Dept) Ex: 35-535340 Advertising Requirement: (EnterX in box) Yes No x Contract/P.O. Required: (EnterX in box) Yes No RFP/RFQ/Bid#: x Strategic Plan Related (EnterX in box) Yes No ; Strategic Plan Priority Area: Enhance Organizational la Bus. & Economic Dev • j Public Safety Quality of Education Qual. of Life & City Image .!I!": Communication Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X Sponsor Name City Manager Department: City Manager Sanitary Sewer Evaluation Survey (SSES) 3rd Cycle Phase I Scope and Fees for Fifteen (15) Lift Stations 1, 2, 3, 3D, 6, 9, 10, 11A, 11B, 11C, 11D, 12, 14, 15 and 16 A Resolution from the City Commission of the City of Opa-locka, Florida, requesting approval for the City Manager to enter into an Agreement with EAC Consulting, Ince to perform Sanitary Sewer Evaluation Survey (SSES) Phase, 3rd Cycle Phase I for Lift Stations 1, 2, 3, 3D, 6, 9, 10, 11A, 11B, 11C,11D, 12, 14, 15 and 16. These fifteen (15) collection basins include 620 manholes, 250,580 linear feet of smoke testing and three (3) consecutive nights of flow testing for each lift station to determine compliance with 5,000 gallons per day - inch -mile (gpdim) standard for Inflow & Infiltration (I&I) as specified in the Miami -Dade County Code. SSES 3rd Cycle, Phase I for Fifteen (15) Lift Stations Page 1 of 2 Staff Summary: Fipancial Impact: Account Description Available Amendment #4 Project Remaining Balance 35-535340 Other Contracted Services $ 79,818.20 $250,000.00 $315,556.00 $14,262.20 Testing will be Performed in Two (02) Phases: • Phase A: $267,154.00 • Phase B: $ 48.402.00 $ 315,556.00 Proposed Action: Staff recommends approval of this resolution. EAC Consulting, Inc. was one of the selected engineering firms resulting from RFQ. 20-0324200. Attachment: 1. Agenda 2. EAC Consulting, Inc: Fee Proposal and Scope (Project #2022-07-13) 3. Subcontractor's Fee Proposal SSES 3rd Cycle, Phase I for Fifteen (15) Lift Stations Page 2 of 2 111 EAC Consulting, Inc. July 13, 2022 Mr. Airia Austin, Public Works Director City of Opa-locka 12950 LeJeune Road Opa-locka, FL. 33054. Re: City of Opa-Locka Engineering Consulting Services Agreement Sanitary Sewer Evaluation Survey (SSES) 3rd Cycle Phase I Scope and Fees for 15 Lift Stations EAC Project No. 20022.WW01-12 Dear Mr. Austin, EAC Consulting Inc. is submitting the following scope and fees to provide Engineering Consulting Services for the City of Opa-Iocka's Sanitary Sewer Evaluation Survey (SSES) 3rd Cycle Phase I reports for fifteen Lift Station collection basins as follows: Basins 1, 2, 3, 3D, 6, 9, 10, 11A, 11B, 11C, 11D, 12, 14, 15 and 16. Our services on this project will be supported by our subconsultant — • EA3 Civil Engineering, Inc. - Flow Testing, Smoke test, Manhole inspections and Report • Grace Professional Solutions, LLC — Project Coordination and Technical Oversight All sanitary sewer collection and transmission systems are required to complete a Sanitary Sewer Evaluation Survey (SSES) 3rd Cycle report to Miami -Dade County on the status of smoke testing, rehabilitation work, and night-time flow infiltration/inflow measurements to comply with the 5,000 gpdim I/1 code standard. According to the guidelines published in the U.S EPA's Sewer System Infrastructure Analysis and Rehabilitation Handbook (1991), EPA/625/6-91/030, Phase 1 is an evaluation of the wastewater collection and transmission system to determine the amount of existing Infiltration and Inflow. (1/1). As part of this, the City is expected to provide access throughout the project for field visit accompaniment. Tasks involved for each collection basin include: a. Smoke testing entire sanitary sewer basin, and documentation (any stormwater discharges will also be reported) b. Visual inspection of the collection system, including manholes, and documentation c. Minor deficiencies such as missing clean -out caps, broken risers, etc. shall be corrected d. Flow monitoring the key manhole of the sanitary sewer basin e. Complete SSES 3rd Cycle Phase I report for the sanitary sewer basin The project will be completed in 2 phases: Phase A will involve all field tests and inspections identified in Tasks a through d, and Phase B will include preparation and submittal of report to Miami -Dade County as identified in Task e. Please find enclosed the following attachment to this fee proposal letter: Attachment 1 Fee Proposal Attachment 2 Subconsultant's Fee Proposal 5959 BLUE LAGOON DRIVE • SUITE 410 • MIAMI, FL 33126 • 305.265.5400 eacconsult.com The following information will be required for us to commence engineering services. i. Written authorization to proceed with services. Please feel free to call me at 305-265-5444 with any questions you may have. Sincerely, EAC C,Pnsuiting, Ind. Hurtle Higgins, P.E. Vice President cc: File, Donna Grace, P.E. Page 2 of 4 ATTACHMENT 1 FEE PROPOSAL Page 3 of 4 City of Opa-I ocka Professional General Engineering Services Agreement EAC Protect Number: 20022 .WW01-12 Sanitary Sewer E valuati on Sur vey (SSES) 3rd Cycle Phase 1 f or 15 Lift Stati ons Fee Computation Summary Protect Name', Consultant N ame PRIME EAC Consulting, In c EA3 Ci vil Engineering, Inc. Grace Profe ssional Soluti ons, LLC PHASE A TOTAL PRIME EAC . Co nsulti ng, In c E A3 Civil Engi neering, Inc. Grace Pr ofessional S olutions, LLC PHASE B T OT AL Total Fees (Phas e A and Phase B) Task No . & Description PH ASE A PH ASE B 1 Lift Station 1 Basin SSES 3rd Cycle Phase I $896.00 $22,300 .00 $1,152.00 $24,348.00 $384.00 $3,300.00 $640 .00 $4,324.00 $28,672.00 2 Lift Station 2 Basin SSES 3rd Cycle Phase I $672.00 $16,650 .00 $864 .00 $18,186.00 $288.00 $2,550.00 $480.00 $3,318.00 $21,504 .00 3 Lift Station 3 Basin SSES 3rd Cycle Phase I $689 .50 $17,100 .00 $886 .50 $18,676.00 $295.50 $2,600.00 $492.50 $3,388.00 $22,064 .00 4 Lift Station 3D Basin SSES 3rd Cycle Phase I $330 .75 $8,200 .00 $425.25 $8,956.00 $141.75 $1,250.00 $236.25 $1,628 .00 $10,584.00 5 Lift Station 6 Basin SSES 3rd Cycle Phase I $724.50 $18,000.00 $931.50 $19,656.00 $310.50 $2,700.00 $517 .50 $3,528 .00 $23,184.00 6 Lift Station 9 Basin SSES 3rd Cycle Phase I $495.25 $12,300.00 $636.75 $13,432 .00 $212.25 $1,850.00 $353 .75 $2,416 .00 $15,848 .00 7 Lift Station 10 Basin SSES 3rd Cycle Phase I $642. 25 $15,950.00 $825.75 $17,418 .00 $275.25 $2,400 .00 $458 .75 $3,134.00 $20,552 .00 8 Lift Station 11A Basin SSES 3rd Cycle Phase I $1,865. 50 $46,400.00 $2,398.50 $50,664 .00 $799.50 $6,900.00 $1,332.50 $9,032 .00 $59,696.00 9 Lift Station 11B Basin SSES 3rd Cycle Phase I $1,155. 00 $28,850 .00 $1,485.00 $31,490.00 $495.00 $4,150.00 $825 .00 $5,470.00 $36,960 .00 10 Lift Station 11C Basin SSES 3rd Cycle Phase I $420. 00 $10,350.00 $540.00 $11,310 .00 $180.00 $1,650 .00 $300 .00 $2,130 .00 $13,440.00 11 Lift Station 11D Basin SSES 3rd Cycle Phase I $288.75 $7,150. 00 $371.25 $7,810.00 $123.75 $1,100.00 $206.25 $1,430.00. $9,240.00 12 Lift Statio n 12 Basin SSES 3rd Cycle Phase I $684. 25 $17,000.00 $879.75 $18,564.00 $293.25 $2,550 .00 $488.75 $3,332 .00 $21,896.00 13 Lift Station 14 Basin SSES 3rd Cycle Phase I $383.25 $9,500.00 $492.75 $10,376 .00 $164.25 $1,450.00 $273 .75 $1,888 .00 $12,264.00 14 Lift Station 15 Basin SSES 3rd Cycle Phase I $294. 00 $7,350.00 $378.00 $8,022.00 $126 .00 $1,050 .00 $210.00 $1,386.00 $9,408.00 15 Lift Station 16 Basin SSES 3rd Cycle Phase I $304.50 $7,550.00 $391.50 $8,246.00 $130.50 $1,150.00 $217.50 $1,498.00 $9,744.00 Su bto tals $9,845.50 $244,650. 00 $12,658.50 $267,154.00 $4,219.50 $36,650.00 $7,032.50 $47,902.00 $315,056 .00 Relmbursables / Other Subconsultant Services ODC - Printing, R eprography and Mailings (Phase B) $500.00 TOTAL (PHASE A) $267,154 .00 TOTAL (PH ASE B) $48,402 .00 Grand Total $315,556.00 Prepared by: EA C Consulting, Inc. Date: July 6, 2022 Revised by: EA C Consulting, Inc. Date: July 13, 2022 ATTACHMENT 2 SUB -CONSULTANT'S FEE PROPOSAL Page 4 of 4 CAS EA3 CIVIL ENGINEERING July 12, 2022 Sent Via Email Ms. Donna Grace, P.E. EAC Consulting, Inc. 5100 NW 33 Avenue, Suite 243 Fort Lauderdale, FL 33309 RE: City of Opa Locka SSES 3rd Cycle, Phase I (15 basins) — Civil Engineering Services Proposal EA3 Civil Engineering, Inc. is pleased to respectfully provide this proposal for civil engineering services as outlined below. I. GENERAL / PROJECT UNDERSTANDING EAC Consulting, Inc. (Client), represented by Ms. Donna Grace, is currently in need of a Sanitary Sewer Evaluation Survey (SSES) 3rd Cycle (Phase I) report for fifteen (15) sanitary sewer basins in the City of Opa Locka. Client is seeking the services of EA3 Civil Engineering, Inc. (Consultant) to provide civil engineering services for this project, including completion of required smoke testing, visual inspections (including manholes), flow monitoring, and final SSES 3rd Cycle Phase I reporting to Miami -Dade County. This scope of work shall be completed in a Phase A, and a Phase B. Phase A shall include the required smoke testing, inspections, minor repairs, and flow monitoring. Phase B shall include the final SSES 3rd Cycle Phase I reports and submittals to Miami -Dade County. Client has provided Consultant with the previously -completed SSES 2"d Cycle report (Phase I & Phase II), for reference. Scope herein does not include any pipe CCTV inspections/analysis services, Phase II or III reporting (if applicable), or public relations services. II. SCOPE OF SERVICES PHASE A Task 1A: Basin 1 Field Testing and Inspections Consultant, and its Sub -Consultants, shall complete the SSES 3rd Cycle Phase I field requirements for the above -referenced sanitary sewer basin, as set forth by Miami -Dade County, including: • Smoke testing entire sanitary sewer basin, and documentation (any stormwater discharges c —I will also be reported) o EA3 Civil Engineering, Inc. 1 754.777.7993 1 ea3civil.com C A 7 V/ \J EA3 CIVIL ENGINEERING • Visual inspection of the collection system, including manholes, and documentation • Minor deficiencies such as missing clean -out caps, broken risers, etc. shall be corrected • Flow monitoring the key manhole of the sanitary sewer basin Task 2A: Basin 2 Field Testing and Inspections Consultant, and its Sub -Consultants, shall complete the SSES 3rd Cycle Phase I field requirements for the above -referenced sanitary sewer basin, as set forth by Miami -Dade County, including: • Smoke testing entire sanitary sewer basin, and documentation (any stormwater discharges will also be reported) • Visual inspection of the collection system, including manholes, and documentation • Minor deficiencies such as missing clean -out caps, broken risers, etc. shall be corrected • Flow monitoring the key manhole of the sanitary sewer basin Task 3A: Basin 3 Field Testing and Inspections Consultant, and its Sub -Consultants, shall complete the SSES 3rd Cycle Phase I field requirements for the above -referenced sanitary sewer basin, as set forth by Miami -Dade County, including: • Smoke testing entire sanitary sewer basin, and documentation (any stormwater discharges will also be reported) • Visual inspection of the collection system, including manholes, and documentation • Minor deficiencies such as missing clean -out caps, broken risers, etc. shall be corrected • Flow monitoring the key manhole of the sanitary sewer basin Task 4A: Basin 3D Field Testing and Inspections Consultant, and its Sub -Consultants, shall complete the SSES 3rd Cycle Phase I field requirements for the above -referenced sanitary sewer basin, as set forth by Miami -Dade County, including: • Smoke testing entire sanitary sewer basin, and documentation (any stormwater discharges will also be reported) • Visual inspection of the collection system, including manholes, and documentation • Minor deficiencies such as missing clean -out caps, broken risers, etc. shall be corrected N • Flow monitoring the key manhole of the sanitary sewer basin LID co 0 EA3 Civil Engineering, Inc. 1 754.777.7993 1 ea3civil.com AS Limy. It EA3 CIVIL ENGINEERING Task 5A: Basin 6 Field Testing and Inspections Consultant, and its Sub -Consultants, shall complete the SSES 3rd Cycle Phase I field requirements for the above -referenced sanitary sewer basin, as set forth by Miami -Dade County, including: • Smoke testing entire sanitary sewer basin, and documentation (any stormwater discharges will also be reported) • Visual inspection of the collection system, including manholes, and documentation • Minor deficiencies such as missing clean -out caps, broken risers, etc. shall be corrected • Flow monitoring the key manhole of the sanitary sewer basin Task 6A: Basin 9 Field Testing and Inspections Consultant, and its Sub -Consultants, shall complete the SSES 3rd Cycle Phase I field requirements for the above -referenced sanitary sewer basin, as set forth by Miami -Dade County, including: • Smoke testing entire sanitary sewer basin, and documentation (any stormwater discharges will also be reported) • Visual inspection of the collection system, including manholes, and documentation • Minor deficiencies such as missing clean -out caps, broken risers, etc. shall be corrected • Flow monitoring the key manhole of the sanitary sewer basin Task 7A: Basin 10 Field Testing and Inspections Consultant, and its Sub -Consultants, shall complete the SSES 3rd Cycle Phase I field requirements for the above -referenced sanitary sewer basin, as set forth by Miami -Dade County, including: • Smoke testing entire sanitary sewer basin, and documentation (any stormwater discharges will also be reported) • Visual inspection of the collection system, including manholes, and documentation • Minor deficiencies such as missing clean -out caps, broken risers, etc. shall be corrected • Flow monitoring the key manhole of the sanitary sewer basin Task 8A: Basin 11A Field Testing and Inspections Consultant, and its Sub -Consultants, shall complete the SSES 3rd Cycle Phase I field requirements for the above -referenced sanitary sewer basin, as set forth by Miami -Dade County, including: CID CO a_ EA3 Civil Engineering, Inc. 1 754.777.7993 1 ea3civil.com CND 1111. EA3 CIVIL ENGINEERING • Smoke testing entire sanitary sewer basin, and documentation (any stormwater discharges will also be reported) • Visual inspection of the collection system, including manholes, and documentation • Minor deficiencies such as missing clean -out caps, broken risers, etc. shall be corrected • Flow monitoring the key manhole of the sanitary sewer basin Task 9A: Basin 11B Field Testing and Inspections Consultant, and its Sub -Consultants, shall complete the SSES 3rd Cycle Phase I field requirements for the above -referenced sanitary sewer basin, as set forth by Miami -Dade County, including: • Smoke testing entire sanitary sewer basin, and documentation (any stormwater discharges will also be reported) • Visual inspection of the collection system, including manholes, and documentation • Minor deficiencies such as missing clean -out caps, broken risers, etc. shall be corrected • Flow monitoring the key manhole of the sanitary sewer basin Task 10A: Basin 11C Field Testing and Inspections Consultant, and its Sub -Consultants, shall complete the SSES 3rd Cycle Phase I field requirements for the above -referenced sanitary sewer basin, as set forth by Miami -Dade County, including: • Smoke testing entire sanitary sewer basin, and documentation (any stormwater discharges will also be reported) • Visual inspection of the collection system, including manholes, and documentation • Minor deficiencies such as missing clean -out caps, broken risers, etc. shall be corrected • Flow monitoring the key manhole of the sanitary sewer basin Task 11A: Basin 11D Field Testing and Inspections Consultant, and its Sub -Consultants, shall complete the SSES 3rd Cycle Phase I field requirements for the above -referenced sanitary sewer basin, as set forth by Miami -Dade County, including: • Smoke testing entire sanitary sewer basin, and documentation (any stormwater discharges will also be reported) • Visual inspection of the collection system, including manholes, and documentation EA3 Civil Engineering, Inc. 1 754.777.7993 1 ea3civil.com CAS 1�/ \J EA3 CIVIL ENGINEERING • Minor deficiencies such as missing clean -out caps, broken risers, etc. shall be corrected • Flow monitoring the key manhole of the sanitary sewer basin Task 12A: Basin 12 Field Testing and Inspections Consultant, and its Sub -Consultants, shall complete the SSES 3rd Cycle Phase I field requirements for the above -referenced sanitary sewer basin, as set forth by Miami -Dade County, including: • Smoke testing entire sanitary sewer basin, and documentation (any stormwater discharges will also be reported) • Visual inspection of the collection system, including manholes, and documentation • Minor deficiencies such as missing clean -out caps, broken risers, etc. shall be corrected • Flow monitoring the key manhole of the sanitary sewer basin Task 13A: Basin 14 Field Testing and Inspections Consultant, and its Sub -Consultants, shall complete the SSES 3rd Cycle Phase I field requirements for the above -referenced sanitary sewer basin, as set forth by Miami -Dade County, including: • Smoke testing entire sanitary sewer basin, and documentation (any stormwater discharges will also be reported) • Visual inspection of the collection system, including manholes, and documentation • Minor deficiencies such as missing clean -out caps, broken risers, etc. shall be corrected • Flow monitoring the key manhole of the sanitary sewer basin Task 14A: Basin 15 Field Testing and Inspections Consultant, and its Sub -Consultants, shall complete the SSES 3rd Cycle Phase I field requirements for the above -referenced sanitary sewer basin, as set forth by Miami -Dade County, including: • Smoke testing entire sanitary sewer basin, and documentation (any stormwater discharges will also be reported) • Visual inspection of the collection system, including manholes, and documentation • Minor deficiencies such as missing clean -out caps, broken risers, etc. shall be corrected • Flow monitoring the key manhole of the sanitary sewer basin EA3 Civil Engineering, Inc. 1 754.777.7993 1 ea3civil.com IA 7 EA3 CIVIL ENGINEERING Task 15A: Basin 16 Field Testing and Inspections Consultant, and its Sub -Consultants, shall complete the SSES 3rd Cycle Phase I field requirements for the above -referenced sanitary sewer basin, as set forth by Miami -Dade County, including: • Smoke testing entire sanitary sewer basin, and documentation (any stormwater discharges will also be reported) • Visual inspection of the collection system, including manholes, and documentation • Minor deficiencies such as missing clean -out caps, broken risers, etc. shall be corrected • Flow monitoring the key manhole of the sanitary sewer basin PHASE B Task 1B: Basin 1 SSES 3rd Cycle Phase I Reporting Consultant shall compile all field data, testings, findings, documentation, and flow measurements into the final signed & sealed SSES 3rd Cycle Phase I report. The best three (3) night flow readings will be taken to represent the sanitary sewer basin, and calculations will be completed to determine basin compliance or non-compliance with Miami -Dade County regulations. The final report will be signed & sealed and submitted to Miami -Dade County for review and approval. Task 2B: Basin 2 SSES 3rd Cycle Phase I Reporting Consultant shall compile all field data, testings, findings, documentation, and flow measurements into the final signed & sealed SSES 3rd Cycle Phase I report. The best three (3) night flow readings will be taken to represent the sanitary sewer basin, and calculations will be completed to determine basin compliance or non-compliance with Miami -Dade County regulations. The final report will be signed & sealed and submitted to Miami -Dade County for review and approval. Task 3B: Basin 3 SSES 3rd Cycle Phase I Reporting Consultant shall compile all field data, testings, findings, documentation, and flow measurements into the final signed & sealed SSES 3rd Cycle Phase I report. The best three (3) night flow readings will be taken to represent the sanitary sewer basin, and calculations will be completed to EA3 Civil Engineering, Inc. 1 754.777.7993 1 ea3civit.com CI" A -3 Lam/ \J EA3 CIVIL ENGINEERING determine basin compliance or non-compliance with Miami -Dade County regulations. The final report will be signed & sealed and submitted to Miami -Dade County for review and approval. Task 4B: Basin 3D SSES 3rd Cycle Phase I Reporting Consultant shall compile all field data, testings, findings, documentation, and flow measurements into the final signed & sealed SSES 3rd Cycle Phase I report. The best three (3) night flow readings will be taken to represent the sanitary sewer basin, and calculations will be completed to determine basin compliance or non-compliance with Miami -Dade County regulations. The final report will be signed & sealed and submitted to Miami -Dade County for review and approval. Task 5B: Basin 6 SSES 3rd Cycle Phase I Reporting Consultant shall compile all field data, testings, findings, documentation, and flow measurements into the final signed & sealed SSES 3rd Cycle Phase I report. The best three (3) night flow readings will be taken to represent the sanitary sewer basin, and calculations will be completed to determine basin compliance or non-compliance with Miami -Dade County regulations. The final report will be signed & sealed and submitted to Miami -Dade County for review and approval. Task 6B: Basin 9 SSES 3rd Cycle Phase I Reporting Consultant shall compile all field data, testings, findings, documentation, and flow measurements into the final signed & sealed SSES 3rd Cycle Phase I report. The best three (3) night flow readings will be taken to represent the sanitary sewer basin, and calculations will be completed to determine basin compliance or non-compliance with Miami -Dade County regulations. The final report will be signed & sealed and submitted to Miami -Dade County for review and approval. Task 7B: Basin 10 SSES 3rd Cycle Phase I Reporting Consultant shall compile all field data, testings, findings, documentation, and flow measurements into the final signed & sealed SSES 3rd Cycle Phase I report. The best three (3) night flow readings will be taken to represent the sanitary sewer basin, and calculations will be completed to determine basin compliance or non-compliance with Miami -Dade County regulations. The final report will be signed & sealed and submitted to Miami -Dade County for review and approval. EA3 Civil Engineering, Inc. 1754.777.7993 I ea3civil.com IA 7 L/ \J EA3 CIVIL ENGINEERING Task 8B: Basin 11A SSES 3rd Cycle Phase I Reporting Consultant shall compile all field data, testings, findings, documentation, and flow measurements into the final signed & sealed SSES 3rd Cycle Phase I report. The best three (3) night flow readings will be taken to represent the sanitary sewer basin, and calculations will be completed to determine basin compliance or non-compliance with Miami -Dade County regulations. The final report will be signed & sealed and submitted to Miami -Dade County for review and approval. Task 9B: Basin 11B SSES 3rd Cycle Phase I Reporting Consultant shall compile all field data, testings, findings, documentation, and flow measurements into the final signed & sealed SSES 3rd Cycle Phase I report. The best three (3) night flow readings will be taken to represent the sanitary sewer basin, and calculations will be completed to determine basin compliance or non-compliance with Miami -Dade County regulations. The final report will be signed & sealed and submitted to Miami -Dade County for review and approval. Task 10B: Basin 11C SSES 3rd Cycle Phase I Reporting Consultant shall compile all field data, testings, findings, documentation, and flow measurements into the final signed & sealed SSES 3rd Cycle Phase I report. The best three (3) night flow readings will be taken to represent the sanitary sewer basin, and calculations will be completed to determine basin compliance or non-compliance with Miami -Dade County regulations. The final report will be signed & sealed and submitted to Miami -Dade County for review and approval. Task 11B: Basin 11D SSES 3rd Cycle Phase I Reporting Consultant shall compile all field data, testings, findings, documentation, and flow measurements into the final signed & sealed SSES 3rd Cycle Phase I report. The best three (3) night flow readings will be taken to represent the sanitary sewer basin, and calculations will be completed to determine basin compliance or non-compliance with Miami -Dade County regulations. The final report will be signed & sealed and submitted to Miami -Dade County for review and approval. Task 12B: Basin 12 SSES 3rd Cycle Phase I Reporting Consultant shall compile all field data, testings, findings, documentation, and flow measurements into the final signed & sealed SSES 3rd Cycle Phase I report. The best three (3) night flow readings will be taken to represent the sanitary sewer basin, and calculations will be completed to EA3 Civit Engineering, Inc. 1 754.777.7993 1 ea3civit.com CA7 EA3 CIVIL ENGINEERING determine basin compliance or non-compliance with Miami -Dade County regulations. The final report will be signed & sealed and submitted to Miami -Dade County for review and approval. Task 13B: Basin 14 SSES 3rd Cycle Phase I Reporting Consultant shall compile all field data, testings, findings, documentation, and flow measurements into the final signed & sealed SSES 3rd Cycle Phase I report. The best three (3) night flow readings will be taken to represent the sanitary sewer basin, and calculations will be completed to determine basin compliance or non-compliance with Miami -Dade County regulations. The final report will be signed & sealed and submitted to Miami -Dade County for review and approval. Task 14B: Basin 15 SSES 3rd Cycle Phase I Reporting Consultant shall compile all field data, testings, findings, documentation, and flow measurements into the final signed & sealed SSES 3rd Cycle Phase I report. The best three (3) night flow readings will be taken to represent the sanitary sewer basin, and calculations will be completed to determine basin compliance or non-compliance with Miami -Dade County regulations. The final report will be signed & sealed and submitted to Miami -Dade County for review and approval. Task 15B: Basin 16 SSES 3rd Cycle Phase I Reporting Consultant shall compile all field data, testings, findings, documentation, and flow measurements into the final signed & sealed SSES 3rd Cycle Phase I report. The best three (3) night flow readings will be taken to represent the sanitary sewer basin, and calculations will be completed to determine basin compliance or non-compliance with Miami -Dade County regulations. The final report will be signed & sealed and submitted to Miami -Dade County for review and approval. Remainder of page intentionally left blank EA3 Civil Engineering, Inc. 1 754.777.7993 1 ea3civil.com CrA -3 EA3 CIVIL ENGINEERING III. COMPENSATION Consultant shall perform the Work specifically outlined in this proposal, summarized in the following tables: Summary of Compensation — PHASE A Task Number Task Name Fee Basis Fee Amount 1A Basin 1 Field Testing and Inspections Lump Sum $ 22,400.00 2A Basin 2 Field Testing and Inspections Lump Sum $ 16,750.00 3A Basin 3 Field Testing and Inspections Lump Sum $ 17,150.00 4A Basin 3D Field Testing and Inspections Lump Sum $ 8,250.00 5A Basin 6 Field Testing and Inspections Lump Sum $ 18,100.00 6A Basin 9 Field Testing and Inspections Lump Sum $ 12,400.00 7A Basin 10 Field Testing and Inspections Lump Sum $ 16,000.00 8A Basin 11A Field Testing and Inspections Lump Sum $ 46,650.00 9A Basin 11B Field Testing and Inspections Lump Sum $ 29,000.00 10A Basin 11C Field Testing and Inspections Lump Sum $ 10,450.00 11A Basin 11D Field Testing and Inspections Lump Sum $ 7,200.00 12A Basin 12 Field Testing and Inspections Lump Sum $ 17,100.00 13A Basin 14 Field Testing and Inspections Lump Sum $ 9,550.00 14A Basin 15 Field Testing and Inspections Lump Sum $ 7,400.00 15A Basin 16 Field Testing and Inspections Lump Sum $ 7,600.00 GRAND TOTAL — PHASE A $ 246,000.00 EA3 Civil Engineering, Inc. 1 754.777.7993 1 ea3civil.com I'A 7 EA3 CIVIL ENGINEERING Summary of Compensation — PHASE B Task Number Task Name Fee Basis Fee Amount 1B Basin 1 SSES 3rd Cycle Phase 1 Reporting Lump Sum $ 3,400.00 2B Basin 2 SSES 3rd Cycle Phase 1 Reporting Lump Sum $ 2,550.00 3B Basin 3 SSES 3rd Cycle Phase! Reporting Lump Sum $ 2,600.00 4B Basin 3D SSES 3rd Cycle Phase 1 Reporting Lump Sum $ 1,250.00 5B Basin 6 SSES 3rd Cycle Phase I Reporting Lump Sum $ 2,750.00 6B Basin 9 SSES 3rd Cycle Phase 1 Reporting Lump Sum $ 1,900.00 7B Basin 10 SSES 3rd Cycle Phase I Reporting Lump Sum $ 2,450.00 8B Basin 11A SSES 3rd Cycle Phase I Reporting Lump Sum $ 7,050.00 9B Basin 11B SSES 3rd Cycle Phase I Reporting Lump Sum $ 4,400.00 10B Basin 11C SSES 3rd Cycle Phase I Reporting Lump Sum $ 1,700.00 11B Basin 11D SSES 3rd Cycle Phase I Reporting Lump Sum $ 1,100.00 12B Basin 12 SSES 3rd Cycle Phase I Reporting Lump Sum $ 2,600.00 13B Basin 14 SSES 3rd Cycle Phase I Reporting Lump Sum $ 1,450.00 14B Basin 15 SSES 3rd Cycle Phase I Reporting Lump Sum $ 1,150.00 15B Basin 16 SSES 3rd Cycle Phase I Reporting Lump Sum $ 1,150.00 GRAND TOTAL — PHASE B $ 37,500.00 EA3 Civil Engineering, Inc. 1 754.777.7993 1 ea3civil.com Cur A7 EA3 CIVIL ENGINEERING Progress invoices shall be submitted to Client by Consultant. Invoices are due upon presentation, and shall be considered past due if not paid within thirty (30) calendar days. Each report shall be submitted under separate cover, and shall be signed and sealed by EA3 Civil Engineering, Inc. Individual tasks for Phase A shall be considered complete upon completion of field testings, inspections, and flow measurements. Individual tasks for Phase B shall be considered complete and final invoice accepted when the report(s) are submitted by the County's deadline, and accepted as COMPLETED by Miami -Dade County DERM. Should you have any questions, please do not hesitate to contact me at my office 754-777-7993, or at my cellular 305-335-1779, or send me an electronic message at EricArencibia@ea3civil.com. Respectfully submitted, Eric Arencibia, P.E., President EA3 Civil Engineering, Inc. EA3 Civil Engineering, Inc. 1 754.777.7993 1 ea3civil.com Reviewed and approved by Client: EAC Consulting, Inc. Date Ms. Donna Grace, P.E. Grace Professional Solutions, LLC 11009 NW 81St Manor Parkland, FL. 33076 (954) 646-4943 July 13, 2022 Mr. Huntley Higgins, PE EAC Consulting, Inc. 5959 Blue Lagoon Drive, Suite 410 Miami, FL. 33126 Re: Fee Proposal for Project Coordination and Technical Oversight of City of Opa-locka Sanitary Sewer Evaluation Survey (SSES) 3rd Cycle Phase I for 15 Lift Stations Basins GPS Project No. 2022-001-08 Dear Mr. Higgins, Grace Professional Solutions, LLC (GPS) is pleased to submit this fee proposal to EAC Consulting, Inc. (EAC) to provide Project Coordination and Technical Oversight for the City of Opa-locka's Sanitary Sewer Evaluation Survey (SSES) 3rd Cycle Phase I reports for fifteen (15) Lift Station Basins. EAC is contracting with EA3 Civil Engineering, Inc. (EA3) to provide civil engineering services for this project which will include smoke testing, visual inspections of collection system and manholes, flow measurements, and preparation of a final SSES 3rd Cycle Phase I Report to Miami -Dade County. 3rd Cycle Phase I reports will be prepared by EA3 for the following fifteen (15) lift station collection basins - Basins 1, 2, 3, 3D, 6, 9, 10, 11A, 11B, 11C, 11D, 12, 14, 15 and 16. EA3 tasks will involve: a) Smoke testing entire sanitary sewer basin, and documentation (any stormwater discharges will also be reported) b) Visual inspection of the collection system, including manholes, and documentation c) Minor deficiencies such as missing clean -out caps, broken risers, etc. shall be corrected d) Flow monitoring the key manhole of the sanitary sewer basin e) Complete SSES 3rd Cycle Phase I report for the sanitary sewer basin Grace Professional Solutions. LLC The project will be completed in 2 phases: Phase A will involve all field tests and inspections identified in Tasks a through d, and Phase B will include preparation and submittal of report to Miami -Dade County as identified in Task e. The services to be provided by GPS in this fee proposal include the following: 1. Project Coordination and Technical Oversight of EA3 Civil Engineering (EA3) services; 2. Coordination of field work with the City of Opa-locka's Public Works Department staff; 3. Communication with EAC, EA3 and the City regarding scheduling and coordination of required work; 4. Provide written documentation and updates (via email) of key items to project team; and 5. Technical review of SSES reports for consistency with Miami -Dade County's 3rd Cycle Phase I requirements Please find enclosed the following attachments to this letter: Attachment 1— Lump Sum Fee Proposal Please feel free to call me at (954) 646-4943 with any questions you may have. Sincerely, Grace Professional Solutions, LLC nna Grace, P.E. Project Manager Page 2 Grace Professional Solutions, LLC ATTACHMENT 1 FEE PROPOSAL GRACE PROFESSIONAL SOLUTIONS, LLC FEE PROPOSAL TO EAC CONSULTING, INC. Sanitary Sewer Evaluation Survey Cyde 3 Phase 1 Labor Category Project Manager Staff Name Donna Grace, PE Cost ($) Phase A Phase B Task No Task Title 1 LS Lift Station Basin 1 SSES Cycle 3 Phase 1 $1,152.00 $640.00 2 LS Lift Station Basin 2 SSES Cycle 3 Phase 1 $864.00 $480.00 3 LS Lift Station Basin 3 SSES Cycle 3 Phase 1 $886.50 $492.50 4 LS Lift Station Basin 3D SSES Cycle 3 Phase 1 $425.25 $236.25 5 LS Lift Station Basin 6 SSES Cycle 3 Phase 1 $931.50 $517.50 6 LS Lift Station Basin 9 SSES Cycle 3 Phase 1 $636.75 $353.75 7 LS Lift Station Basin 10 SSES Cycle 3 Phase 1 $825.75 $458.75 8 LS Lift Station Basin 11A SSES Cycle 3 Phase 1 $2,398.50 $1,332.50 9 LS Lift Station Basin 11B SSES Cycle 3 Phase 1 $1,485.00 $825.00 10 LS Lift Station Basin 11C SSES Cycle 3 Phase 1 $540.00 $300.00 11 LS Lift Station Basin 11D SSES Cycle 3 Phase 1 $371.25 $206.25 12 LS Lift Station Basin 12 SSES Cycle 3 Phase 1 $879.75 $488.75 13 LS Lift Station Basin 14 SSES Cycle 3 Phase 1 $492.75 $273.75 14 LS Lift Station Basin 15 SSES Cycle 3 Phase 1 $378.00 $210.00 15 LS Lift Station Basin 16 SSES Cycle 3 Phase 1 $391.50 $217.50 $12,658.50 $7,032.50 TOTAL (Lump Sum Fees - Phase A) $12,658.50 TOTAL (Lump Sum Fees - Phase B) $7,032.50 TOTAL (Lump Sum Fees) $19,691.00 Date Prepared: 7/6/2022 Date Modified: 7/13/2022 PROJECT AGREEMENT FOR ARCHITECTURAL AND ENGINEERING CONSULTING SERVICES BETWEEN THE CITY OF OPA-LOCKA, FLORIDA AND EAC CONSULTING SERVICES, INC. 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, Opa-Locka, Florida 33025 (the "City"), and EAC Consulting Services, Inc., a Florida profit corporation, (the "Consultant"), with its principal offices located at WITNESSED: WHEREAS, on , by the adoption of Resolution No. 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 pool under the subcategory of Services and has executed a Continuing Services Agreement applicable to the provision of such professional services; and WHEREAS, the Consultant responded to the City's Request for Letter of Interest # ("RLOI"), and has been chosen by the City to provide Services (the "Services") for (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") in the Continuing Services Agreement between the parties, including any General Terms and Conditions, Supplementary Conditions, Statement of Work or any other provisions contained within this Agreement; 12 A Scope of Services request completed by the Consultant and accepted by the City, attached hereto as Attachment "A"; 13 The Continuing Services Agreement dated between the City and Consultant, the terms and conditions of which shall apply to the provision of Services under this Agreement; 14 Any and all applicable addenda, proposals executed and submitted by the Consultant and accepted by the City, specifications and insurance certificates; and 1.5 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 Dollars ($ ) 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. 52 : 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 The Continuing Services Agreement may be terminated by the City for convenience upon thirty (30) calendar days' written notice to the Consultant. In the event of such termination, any Services performed by the Consultant under the Continuing Services 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. 92 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. 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: Telephone: Facsimile: FOR CITY: CITY OF OPA-LOCKA Darvin Williams Interim City Manager 780 Fisherman Street Opa-Locka, FL 33054 Telephone: 305 - Facsimile: 305 - With Copy to: BURNADETTE NORRIS- WEEKS, P.A. City Attorney 401 NW 7th Avenue Ft. Lauderdale, FL 33311 Telephone: 954-768-9770 Facsimile: 954-768-9790 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. Other Provisions: 1&1 Titles and paragraph headings are for convenient reference and are not a part of this Agreement. 162 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. 1&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. 1&4 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. 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. IF CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119. FLORIDA STATUTES. TO CONSULTANT'S DUTY El PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT. CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT email: OR BY MAIL: City of Opa-Locka — City Clerk's Office. 780 Fisherman Street. Opa-Locka. FL 33054. 16.5 E -Verify. In accordance with Florida Statutes §448.095, the Contractor, prior to commencement of services or payment by the City, will provide to the City proof of participation/enrollment in the E -Verify system of the Department of Homeland Security. Evidence of participation/enrollment will be a printout of the Company's "Company Profile" page from the E -verify system. Failure to be continually enrolled and participating in the E -Verify program will be a breach of contract which will be grounds for immediate termination of the contract by the City. The Contractor will not hire any employee who has not been vetted through E -Verify. The Contractor may not subcontract any work for the City to any subcontractor that has not provided an affidavit stating that the subcontractor does not employ, contract with or subcontract with an unauthorized alien. [REMAINDER INTENTIONALLY LEFT BLANK] 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 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: Burnadette Norris -Weeks, P.A. City Attorney FOR CONSULTANT: WITNESS By: Print Name: Print Name: Date: Corporate Seal: