Loading...
HomeMy Public PortalAboutResolution No. 23-050 - Provide Engineering Services to Perform Feasibility Study for 12 st CanalSponsored by: Interim City Manager RESOLUTION NO. 23-050 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, ACCEPTING THE PROPOSAL OF H.W. LOCHNER INC. TO PROVIDE ENGINEERING PROFESSIONAL SERVICES TO PERFORM A FEASIBILITY STUDY FOR THE 127TH STREET CANAL PROJECT; FURTHER AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH H.W. LOCHNER INC., IN AN AMOUNT OF EIGHTY-ONE THOUSAND FIVE HUNDRED FIFTY DOLLARS ($81,550.00), WITH A CONTINGENCY BUDGET OF SIX THOUSAND FOUR HUNDRED FIFTY DOLLARS ($6,450.00); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka ("City") desires to acquire professional engineering services to perform a study of proposed canal restoration for the NW 127th Street Canal project, including historical documents and review of reports, review, As-builts/ Atlas and Maps review, preliminary utility coordination, surveying geotechnical investigation, environmental assessment, prepare preliminary engineering plans for canal restoration, hydrologic and hydraulic modeling/calculations as well as construction cost estimate; and WHEREAS, on June 10, 2020, through Resolution #20-9767, the City Commission for the City of Opa-Locka ("Commission") accepted bid proposals from several Consultants 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, the City Commission approved entering into an agreement with H.W. Lochner, Inc. for architectural, construction testing, inspections and general consulting engineering services; and WHEREAS H.W. Lochner, Inc. has provided a proposal to conduct a feasibility study of the proposed canal restoration of NW 127th Street Canal project, pursuant to the proposal attached hereto as Exhibit "A", in an amount not to exceed Eighty -One Thousand Five Hundred Fifty Dollars ($81,550.00); and Resolution No. 23-050 WHEREAS, the City Manager recommends an additional expenditure of Six Thousand, Four Hundred Fifty Dollars ($6,450.00) be approved to allow for additional minor contingencies 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 H.W. Lochner, Inc., attached hereto as Exhibit "B" for the provision of qualified professional services, as set forth herein, and same. NOW THEREFORE BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-Locka hereby authorizes the City Manager to enter into an agreement with H.W. Lochner Inc., attached hereto as Exhibit "B", to conduct a feasibility study of the proposed canal restoration of NW 127th Street Canal project, in an amount not to exceed Eighty -One Thousand Five Hundred Fifty Dollars ($81,550.00), pursuant to the proposal attached hereto as Exhibit "A", in addition to a contingency budget of Six Thousand Four Hundred Fifty Dollars ($6,450.00). Section 3. 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, without the need for public hearing, by filing a corrected copy of same with the City Clerk. Section 4. This Resolution shall take effect upon the adoption and is subject to the approval of the Governor or Governor's Designee. PASSED and ADOPTED this 26th day of April, 2023. John H. Taylor Jr., Mayor 2 Resolution No. 23-050 TTEST: a Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: B dette N9 ris-Weeks, P.A. Ci y Attorney Moved by: Commissioner Kelley Seconded by: Commissioner Williams VOTE: 5-0 Commissioner Bass YES Commissioner Kelley YES Commissioner Williams YES Vice Mayor Ervin YES Mayor Taylor YES 3 City of Opa-locka Agenda Cover Memo Department Manager: Adelina Gross Department Manager Signature: t °srorea by: I . .41..... a..... EC592 FF 474... Interim City Manager: Darvin Williams CM Signature: (U,1 __ (/� , ��(/ Commission Meeting Date: 04/28/2023 Item Type: (EnterX in box) Resolution rdinance Other X Fiscal Impact: (EnterX in box) Yes No Ordinance Reading: (EnterX in box) id Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X X Funding Source: Accounc# : (Enter Fund & Dept.) Ex: See Financial Impact Section Advertising Requirement: (EnterX in box) Yes No X Contract/P.O. Required: (EnterX in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communication Area: • Strategic Plan Obj./Strategy: (fist the specific objective/strategy this item will address) Economic Development, Public Safety, Quality of life & City Image X • • 0 Sponsor Name City Manager Department: Capital Improvements Program Sponsor Name City Manager Short Title: Feasibility Study NW 127th Street Canal Staff Summary: A resolution from the City Commission of the City of Opa-locka, Florida to authorize the Interim City Manager to accept the fee proposal from H. W. Lochner, Inc. to provide engineering professional services required for the study of the proposed canal restoration of NW 127th Street Canal project, including historical documents/reports review, As-builts/Atlas and Maps review, preliminary utility coordination, surveying geotechnical investigation, environmental assessment, preliminary engineering plans for canal restoration, hydrologic and hydraulic modeling/calculations, construction cost estimate. This project deliverable will include a Feasibility Report for Canal Restoration including geotechnical and environmental reports. The general objectives of this project are the following: 1. Feasibility study for NW 127th Street Canal restoration between railroad corridor to the west and NW 132nd Ave to the east (Approximately 2,680 LF). 2. Evaluation and assessment of all proposed project activities in accordance with Section V.C.2 under the Federal Register Notice (84 FR 45838), Requirements for Flood Control Structures. 3. Assessment of the potential flood mitigation benefit for this project as it pertains to the 127th Street Canal. 4. Identification of contaminants with assessment on best practices for disposal in accordance with the Solid Waste Disposal Act and the Federal Water Pollution Control Act. 5. Provide details on any additional pertinent information obtained during the feasibility study. 6. Based on results of the feasibility study, the City will provide an updated scope of work, budget, and project schedule for DEO review and approval before proceeding to next phase of the project. The proposal is for $81,550.00. It is recommended a contingency of $6,450 be approved to allow for additional services/permit fees which may be associated with the project, for a total of $88,000.00 Account Description Available * Project Remaining Balance Project 87- NW 127th Street Canal 5386334 (Feasibility Study) $81,550 $81,550 — Contingency 87- NW 127th Street Canal 5386334 (Feasibility Study) $ 6,450 $ 6,450 — Total Project $88,000 * To be funded in Budget Amendment #3 with funding coming from the Stormwater Operating Fund Available Fund Balance Proposed Action: Staff recommends the City Commission authorize the Interim City Manager to enter into an agreement with H.W. Lochner, Inc. to perform a feasibility study for the 127th St Canal Project for $81,550.00 and to also authorize the establishment of a contingency of $6,450.00 for additional services/permit fees which may be associated with the project, for a total of $88,000.00. Attachment: 1. Agenda 2. Proposal provided by H. W Lochner 3. Map of Project Area 4. Resolution # 20-9767, accepting BID proposal for continuing professional architectural and engineering consulting services pursuant to RFQ 20-0324200 5. Contract Agreement between H.W. Lochner Inc. and the City of Opa-locka LOCHNER CONSULTANT WORK ORDER PROPOSAL NW 127th Street Canal Restoration (Feasibility Study) Date: March 13, 2023 Dear Ms. Adelina Gross, H.W. Lochner. Inc. 8750 NW 36' Street Suite 360 Miami, FL 33178 T 305.503.9873 F 305.503.9882 hwlochner.com H.W. Lochner, Inc. proposes to provide the services identified below for the project entitled "NW 127th Canal Restoration — Feasibility Study" for City of Opa-Locka pursuant to RFQ No. 20-0324200 for Architectural and Engineering Consulting Services, submitted on May 15, 2020. I. GENERAL The general objective for the Consultant is to provide professional engineering services required for the feasibility study of proposed canal restoration project including historical documents/reports review, As-builts/Atlas Maps review, preliminary utility coordination, surveying, geotechnical investigation, environmental assessment, preliminary engineering plans for canal restoration, hydrologic and hydraulic modeling/calculations, construction cost estimate. Project deliverable will include the Feasibility Report for Canal Restoration including geotechnical and environmental reports. The general objectives of the scope of services are as follows: 1. Feasibility study for NW 127th Street Canal restoration between railroad corridor to the west and NW 132nd Ave to the east (Approximately 2680 LF). 2. Evaluation and assessment of all proposed project activities in accordance with Section V.C.2 under the Federal Register Notice (84 FR 45838), Requirements for Flood Control Structures. 3. Assessment of the potential flood mitigation benefit for this project as it pertains to the 127th Street Canal. 4. Identification of contaminants with assessment on best practices for disposal in accordance with the Solid Waste Disposal act and the Federal Water Pollution Control Act. 5. Provide details on any additional pertinent information obtained during the feasibility study. 6. Provide clarity on one of the three possible outcomes: (1) project is feasible or (2) project is feasible with remedy alternatives or (3) project is not feasible and would not result in a flood mitigation benefit. 7. Based on results of the feasibility study, the City should provide an updated scope of work, budget, and project schedule for DEO review and approval before proceeding to next phase of the project. 1,1 Work Order Proposal II. SCOPE OF WORK Page 2 Project Activity 1: Project Management Task No. 1 Project Management This task includes general project management services to execute the project scope of work including meetings with the City staff, sub -consultants management, schedule management, project supervision and coordination, quality control of the project. Project Activity 2: Preliminary Engineering Task No. 2 Preliminary Engineering This task includes as-builts review, previous study report review, preliminary utility coordination, field visits, H&H (Hydrologic and Hydraulic) modeling, preliminary layout plans, and preliminary cost estimates. Project Activity 3: Surveying Task No. 3 Surveying The surveys will be prepared in accordance with the Standard of Practice requirements for Surveying and Mapping in the State of Florida as set forth by Chapter 5J-17 of the Florida Administrative Code, pursuant to Florida Statues Chapter 472.027. The survey work will be performed by a sub -consultant and scope will be determined by LOCHNER design professionals. Project Activity 4: Geotechnical Engineering Task No. 4 Geotechnical Engineering Lochner shall obtain geotechnical engineering services, and shall be performed by a sub -consultant. Scope and fees are attached with this proposal. Project Activity 5: Environmental Assessment Task No. 5 Environmental Assessment Lochner shall obtain environmental services, and shall be performed by a sub - consultant. Scope and fees are attached with this proposal. Project Activity 6: Feasibility Report Task No. 6. Feasibility Report This task includes preparation of final report, details, exhibits, cost estimates, recommendations for optional improvements. City review comments as applicable will be implemented. LOC H N ER Work Order Proposal Page 3 III. SUB -CONSULTANTS Sub -consultants for geotechnical investigation, environmental assessment, and surveying are required for the proposed work effort. IV. SCHEDULE OF WORK — TIME OF PERFORMANCE Consultant will submit the deliverable and perform the Services as stated in the table below: Schedule of Deliverables Task, Sub- Task or Activity ID # Major Task, Sub -Task Activity, or Deliverable Duration (specify weeks or calendar days) Delivery (cumulative weeks or calendar days) NTP Notice to Proceed Task 1 Project Management N/A N/A Task 2 Preliminary Engineering 12 weeks NTP+12 weeks Task 3 Site visits/investigation/survey 8 weeks NTP+ 8 weeks Task 4 Geotechnical Engineering 8 weeks NTP+ 8 weeks Task 5 Environmental Assessment 12 weeks NTP+12 weeks Task 6 Feasibility Report 4 weeks NTP+16 weeks LOCHNER Work Order Proposal Page 4 V. COMPENSATION Consultant shall perform the Work detailed in this Proposal for a Total fee of Eighty -One Thousand Five Hundred Fifty Dollars and Zero Cents ($81,550.00). The City shall be liable for reimbursable expenses. Final deliverable shall include the Feasibility Report, and Preliminary Cost Estimate. NW I:Rh Sin' 1lanJI1tes,o toon I.J.X Sub1'nnsuhant I Jt1. Snnlinal Civil §tgmeermg Sun[ a Pride pal Proiecl Manager M Project Engineer cad Teeh Tavk Subtotal Qvl<ehnw,I Ens anwmnWI SURVEYING I' mf Sulm441 517001 5100,11E 0105.011 081101 I 1'nijcel Manugencnl 6 40 011.02011 50.820.00 _ Prelutnnary Enginecnlg 40 411 40 $14.00.00 014.011141 t 5urveying 010.340.110 SI4.340.01, S14.54101 1 (i otecbnical Illgineering 512.401.10) 012.401500 012:0111.1 5 bnvirnnnnnlal Assessment 57,700.11 $7390101 07201/111 R i'nn.,bilily Ileport 101 40 5171.011.00 S1411M11U I otaI Autumn $42.070111 53935005 S714550.011 VI. DATA PROVIDED BY CITY The following information or documents are to be provided by the City, if available: Drainage As-Builts, and As-builts for other City owned facilities. VII. EXCLUSION This Proposal does not include Final engineering and technical specifications, Construction Plans, Permitting, Grant application assistance/coordination, Bidding, Sub- surface utility exploration, Construction Engineering and Inspections (CEI) services, Post Design Services. VIII. PROJECT MANAGER CONSULTANT'S Project Manager for this Work Order assignment will be Mohammed Sharifuzzaman, PE. LOCHNER Work Order Proposal Page 5 Submitted by: Edwin Mojena, PE, Vice- rest HW Lochner, Inc. Reviewed and approval in concept Recommended by: Adelina Gross, CIP Manager PROJECT AGREEMENT FOR DESIGN SERVICES BETWEEN THE CITY OF OPA-LOCKA AND H.W. LOCHNER INC THIS PROJECT AGREEMENT (the "Agreement") is made and entered into this day of , 2023 between the CITY OF OPA-LOCKA, FLORIDA, a Florida Municipal Corporation with its principal offices located at 780 Fisherman Street, 4th Floor. Op-locka FL. 33054 (the "City"), and H.W. LOCHNER INC (the "Consultant"), a Florida corporation authorized to conduct business in the State of Florida, with principal offices located at 225 w. Washington Street, 12th floor. Illinois, 60606. 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 Engineering Consulting Design Services (known as the "Project", the "Services" or the "Scope of Services") to perform a feasibility study of the proposed canal restoration of NW 127th Street Canal project. 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 8 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 Eighty -One Thousand Five Hundred Fifty Dollars ($81,550.00) 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 8 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 8 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: H.W. Lochner Inc 225 W. Washington Street 12th Floor Illinois, 60606 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 8 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 8 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 cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. 17.7 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. Page 6 of 8 Civil Engineering Services IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective duly authorized representatives the day and year written below. FOR CITY: ATTEST: CITY OF OPA-LOCKA Joanna Flores, City Clerk Approved as to form and legal sufficiency for the use of and reliance by the City of Opa-Locka only: City Attorney Burnadette Norris -Weeks, PA By: Darvin Williams, Interim City Manager Dated: FOR CONSULTANT: WITNESS: H.W. LOCHNER INC By: Authorized Representative Print Name Print Name Page 7 of 8 Date Corporate Seal: Civil Engineering Services ATTACHMENT "A" Consultant Scope of Work and Fee Proposal dated March,13, 2023 to provide engineering services for the design and preparation of a complete set of construction contract plans for the NW 127th Street Canal Restoration -Feasibility Study for the amount of Eighty -One Thousand Five Hundred Fifty Dollars ($81,550.00) Page 8 of 8 Civil Engineering Services