Loading...
HomeMy Public PortalAboutResolution No. 23-025 - City Manager to enter an agreement and accept proposal from SSn EnigeeringSponsored by: Interim City Manager RESOLUTION NO. 23-025 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE INTERIM CITY MANAGER TO ENTER INTO AN AGREEMENT AND ACCEPT THE PROPOSAL FROM SSN ENGINEERING, LLC. FOR THE CONSTRUCTION AND INSTALLATION OF AN 8 -FOOT WROUGHT IRON FENCING AND ENTRY GATE SYSTEM FOR INGRAM PARK AND THE ADJACENT SENIOR CENTER FACILITY ON RUTLAND STREET, IN AN AMOUNT OF FIFTY- THREE THOUSAND, SIX HUNDRED FORTY DOLLARS ($53,640.00); FURTHER AUTHORIZING A TEN PERCENT (10%) PROJECT CONTINGENCY BUDGET OF FIVE THOUSAND, THREE HUNDRED SIXTY-FOUR DOLLARS ($5,364.00); 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 Ingram Park, as well as the removal and disposal of an existing chain link fence at the park location; and WHEREAS, this proposed project will enhance the facility by adding beautification and increased safety. Visitors will be able to play, practice, and enjoy a safer and more secure place, and this improvement will limit future vandalization of park equipment and facilities; 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 engineering services; and WHEREAS, the City and SSN Engineering, LLC now desire to enter into an agreement, attached hereto as Exhibit "A", to allow for the provision of construction and installation of an 8 -foot wrought iron fencing and entry gate system for Ingram Park and the adjacent Senior Center Facility on Rutland Street, within the City for a total of 447 linear feet and at a cost of Fifty -Three Thousand, Six Hundred Forty Dollars ($53,640.00), in addition to a ten percent contingency budget of Five Thousand, Three Hundred Sixty -Four Dollars ($5,364.00) for additional unknown 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 the construction and installation of an 8 -foot wrought iron fencing and entry gate system for Ingram Park and the adjacent senior center facility on Rutland Street. 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 Interim City Manager to enter into an agreement, attached hereto as Exhibit "A" and accept the proposal, attached hereto as Exhibit "B" for the construction and installation of an 8 - foot wrought iron fencing and entry gate system for Ingram Park and the adjacent Senior Center Facility on Rutland Street, within the City, as well as the removal and disposal of the existing chain link fence, in an amount of Fifty -Three Thousand, Six Hundred Forty Dollars ($53,640.00), in addition to a ten percent contingency budget of Five Thousand, Three Hundred Sixty -Four Dollars ($5,364.00) for additional unknown services which may arise. 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 22nd day of Februar 21 3. John T or, Ma, or Attest: nna Flores, City Clerk VOTE: 5 - 0 Approved as to Form And Legal Suffi•• y: Bu na• e Norr. -Weeks, P.A. City Attorney Moved by: Commissioner Bass Seconded by: Commissioner Kelley Commissioner Bass X (Yes) (No) Commissioner Kelley X (Yes) (No) Commissioner Williams X (Yes) (No) Vice Mayor Ervin X (Yes) (No) Mayor Taylor X (Yes) (No) City of Opa-locka Agenda Cover Memo Department Director: Department Director Signature: City Manager: Darvin Williams CM Signature: �J% '�(V Commission Meeting Date: 06/22/2022 item Type: (EnterX in box) Resolution Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter Xin box) 15r Reading 2"d Reading X Public Hearing: (Enter Xin box) Yes No Yes No X X Funding Source: AccourttN: (Enter Fund & Dept.) Ex: See Financial Impact Section Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter Xin box) Yes No RFP/RFQ/Bidli: X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Area: Enhance Organizational D Bus. & Economic Dev D Public Safety Quality of Education D Qual. of Life & City Image IN Communication D Strategic Plan Obj./Strategy: (fist the specific objective/strategythis item will address) X Sponsor Name City Manager Department: City Manager Short Title: ARCHITECTURAL AND ENGINEERING SERVICES FOR THE INSTALLATION OF NEW FENCING AND GATE SYSTEM FOR SEGAL PARK PROJECT No. 2022-04-018 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 construction and installation services for an 8 -foot wrought iron fencing and entry gate system for Segal Park as well as removal and disposal of existing chain -link fence, This project will enhance this facility by adding beautification and increased safety. Visitors will be able to play, practice, and enjoy a safer and secure place, and this improvement will limit future vandalization of park equipment. SSN Engineering, LLC, was one of the engineering consulting firms selected through RFQ 20-0324200 and approved by the City Commission to be part of the City's inventory of licensed Architects and Engineers to provide professional architectural and engineering services. ,Finannial Iniact The SSN Engineering, LLC proposal for construction and installation of the Segal Park fence and entry gate system is $95,000. In addition, staff recommends establishment of a 10% contingency ($9,500) to address minor issues which may arise. Account Description Available Project Remaining Balance 72-572630 Improvements CttherThan Buildings $197,988 $104,500 $93,488 Proposed Action: Staff recommends the City Commission authorize the City Manager to enter into a contract with SSN Engineering, LLC for $95,000 to construct and install a gate and fence system for Segal Park and further authorize the establishment of a $9,500 contingency to be available for minor issues which may arise. Attachment: 1. Agenda 2. Proposal provided by SSN Engineering, LLC 3. Resolution # 20-9767, accepting BID proposal for continuing professional architectural and engineering consulting services pursuant to RFQ 20-0324200 4. Contract Agreement between SSN Engineering, LLC and the City SST ENGINEERING IAI.I: 13899 Biscayne Blvd., Suite 310 North Miami Beach, Florida 33181 Ph: (305) 440.4334 1 Web: www.ssnenglneering.com January 3, 2023 Adelina Gross City of Opa-locka CIP- Manager 760 Fisherman Street Opa-Locka, Florida 33054 RE: CHANGE IN THE SCOPE OF WORK FROM SEGAL PARK TO INGRAM PARK. Dear Ms. 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 Ingram/Segal Park. The proposed lump sum price will be the same amount as the amount agreed upon for Segal Park fence construction. PROJECT UNDERSTANDING Due to physical and constraints, it was not possible to install a steel fence around Segal park. So, both City and SSN agree to install the steel fence in Ingram Park, instead of Segal park. However, both parties agree to install a small portion (north side) of the Segal park steel fence, and a gate will be installed at the entrance. 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 the scope of services with City staff and review the layout of the fence and the 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 the 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 New Fence or Gate No Description Length (ft) 1 Fence and gate- Ingram Park 1,075 2 Gate & Fence - Segal Park 50 Uninstalled Chain Link Fence or Gate No Description Length (ft) 1 Fence and gate- Ingram Park 1,075 2 Gate & Fence - Segal Park 50 TOTAL LUMP SUM FEE FOR SSN ENGINEERING $95,000.00 Notes: The total lump sum reflects the contracted services for Segal Park the change of location and scope of work will not result in any additional costs to the City for the contracted services. 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 MD SHAHINUR RAHMAN CITY OF OPA-L ADELINA GROSS, CIP Managir Agreed to this Q -J day of , 2023. r T1 T1.` HNOINHHRINo SX ENGINEERING, ITC 13899 Biscayne Blvd., Suite 310 North Miami Beach, Florida 33181 Ph: (305) 440-4334 1 Web: www.ssnengineering.com June 1, 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 SEGAL PARK (WITH BACK SIDE FENCE AND GATE) 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 Segal 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 Segal Park. 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 $95,00.00 VALIDATE TIME FOR THIS PRICE PROPOSAL 30 days (06/30/2022) 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. PROJECT AGREEMENT FOR DESIGN SERVICES BETWEEN THE CITY OF OPA-LOCKA AND SSN ENGINEERING, LLC 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 Engineering consulting services (known as the "Project", the "Services" or the "Scope of Services") for the construction and installation of new fencing and gate system for Segal Park. 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 Ninety -Five Thousand Dollars 1$95,000.00) 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 the this Agreement shall, at the option of the City, become the City's property, and the Consultant shall be entitled to receive compensation for any work completed pursuant to this Agreement to the satisfaction of the City up through the date of termination. Under no circumstances shall City make payment for Services that have not been performed. This Agreement may be terminated by either party for cause upon five calendar days' written notice to the other should such other party fail to perform in accordance with its material terms through no fault of the party initiating the termination. 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: Civil Engineering Services 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. CityAttomey 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 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. Page 7 of 9 Civil Engineering Services IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective duly authorized representatives the day and year written below. FOR CITY: ATTEST: CITY OF OPA-LOCKA 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 May 30, 2022 to provide Architectural and Engineering consulting services required for the construction and installation of new fencing and gate system for Segal Park for the amount of Ninety -Five Thousand and 00/100 ($95,000.00) Page 9 of 9 Civil Engineering Services 1 QNOnNHQRlNO SSN ENGINEERING, LLC 13899 Biscayne Blvd., Suite 310 North Miami Beach, Florida 33181 Ph: (305) 440-4334 1 Web: www.ssnengineering.com January 3, 2023 Adelina Gross City of Opa-Iocka Operations Manager Public Works & Utilities Department 12950 Lejeune (N.W. 42nd Ave) Opa-Locka, Florida 33054 RE: CITY OF OPA-LOCKA ADDITIONAL (447') FENCING PROPOSAL FOR INGRAM PARK AND SEGAL 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 additional fence around Ingram/Segal 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 along the canal Ingram park and change the gate in both Ingram and Segal park. 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 the scope of services with City staff and review the layout of the fence and the 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 the 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 New Fence or Gate No Description Length (ft) 1 Fence & Gate- Ingram Park 1,467 2 Gate & Fence - Segal Park 55 Total 1,522 Uninstalled Fence or Gate No Description Length (ft) 1 Gate & Fence - Segal Park 1,000 2 Fence - Sherbondy Park 75 Total 1,075 Additional Fence or Gate Additional Fence or gate= New Fence or Gate- Uninstalled Fence or Gate Additional Fence or gate= 1,522-1,075=447 feet Please see the attached Plan for clarification. TOTAL LUMP SUM FEE FOR SSN ENGINEERING (447'X120$/ft) $53,640.00 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 MD SHAHINUR RAHMAN CITY OF OPA-LOCKA ADELINA GROSS, Operations Manager Agreed to this 13 day of January , 2023. s PEDESTRIAN - AND VEHICULAR DOOR S WEN iO> SITEPLAN w, , 1aye it; 6 -,•a FENCE TO BE /-ENTIRELY REPLACED OVALS IEEEMTOSNEET mat [:. •13V-10 - 41Y�1PefrreYMM PEDESTRIAN AND VEHICULAR DOORS EEEE1 70 WEI al Ibex CeArangs krepe of a, pa l Ow mode ma w/ dl..ca„a. x� ua.oc,. .b.e-s..m-.. n-. pon.roa7• ins. FENCE TO BE ENTIRELY REPLACED 1ETA lSN6'FA TISNEET. M@—""" "\� PAVEME\t (T N, DOORS DIMENSION VEtiu DOORS DNMI NSION *.2.5/ de EA '. 14 as 82 ij LOCATION PLAN 1 1.+61 1.27x= A-101 RNOINlRRI NO ► SN ENGINEERING, LLC 13899 Biscayne Blvd., Suite 310 North Miami Beach, Florida 33181 Ph: (305) 440-4334 1 Web: www.ssnengineering.com June 1, 2022 Adelina Gross City of Opa-Iocka Operations Manager Public Works & Utilities Department 12950 Lejeune (N.W. 42nd Ave) Opa-Locka, Florida 33054 RE: CITY OF OPA-LOCKA FENCING PROPOSAL FOR SEGAL PARK (WITH BACK SIDE FENCE AND GATE) 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 Segal 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 Segal Park. 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 $95,00.00 VALIDATE TIME FOR THIS PRICE PROPOSAL 30 days (06/30/2022) 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. PROJECT AGREEMENT FOR DESIGN SERVICES BETWEEN THE CITY OF OPA-LOCKA AND SSN ENGINEERING, LLC THIS PROJECT AGREEMENT (the "Agreement") is made and entered into this day of Sep-i--gy,br , 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 Engineering consulting services (known as the "Project", the "Services" or the "Scope of Services") for the construction and installation of new fencing and gate system for Segal Park. 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; Civil Engineering Services Page 1 of 9 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 Ninety -Five Thousand Dollars ($95,000.00) 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. , Claapter 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 the this Agreement shall, at the option of the City, become the City's property, and the Consultant shall be entitled to receive compensation for any work completed pursuant to this Agreement to the satisfaction of the City up through the date of termination. Under no circumstances shall City make payment for Services that have not been performed. This Agreement may be terminated by either party for cause upon five calendar days' written notice to the other should such other party fail to perform in accordance with its material terms through no fault of the party initiating the termination. 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. Civil Engineenng Services Page 3 of 9 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 asigns. 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, an any attachments, constitute the entire agreement between Consultant and City, and all negotiations and oral understandings between the parties are merged herei This Agreement may be supplemented and/or amended only by a written doc ment 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 paragrap�. For the present, the parties designate the following as the respective places for giving of notice, to -wit: FOR CONSULTANT: FOR CITY: WITH COPY TO: Civil Engineering Services 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. CityAttomey 401 North Avenue of the Arts (NW 7th Avenue) Fort Lauderdale, FL 33311 Telephone: 954-768-9770 Facsimile: 954-768-9790 Page 4of9 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. 17. 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. 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. AD 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 clue 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. Civil Engineering Services Page 6 of 9 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-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Civil Engineering Services Page 7 of 9 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 Joa a Flores, City Clerk Approved as to form and legal sufficiency for the use of and reliance by the City of Opa,ocka only: /) 01,14 Lei " t F { a, City Attorney ) Burnadette Norris -Weeks, PA By: arvin Williams Interim C ty Manager Dated: O l 1011 ao as FOR CONSULTANT: WITNESS: SSN ENGINEERING, LLC Smed-1— t cir i` s Print Name Civil Engineering Services By: Page 8 of 9 Authorized Representative Ra.g/ s,ddi$ Print Name g/ioj2 2- Date Corporate Seal: ATTACHMENT "A" Consultant's Scope of Services and Fee Proposal dated June 1, 2022 to provide Architectural and Engineering consulting services required for the construction and installation of new fencing and gate system for Segal Park for the amount of Ninety -Five Thousand and 00/100 ($95,000.00) Civil Engineering Services Page 9 of 9 4MOINM4171No SSN ENGINEERING, UM' 13899 Biscayne Blvd., Suite 310 North Miami Beach, Florida 33181 Ph: (305) 440-4334 1 Web: www.ssnengineering.com June 1, 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 SEGAL PARK (WITH BACK SIDE FENCE AND GATE) 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 Segal 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 Segal Park. 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 $95,00.00 VALIDATE TIME FOR THIS PRICE PROPOSAL 30 days (06/30/2022) 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. Sponsored by: City Manager RESOLUTION NO. 20-9767 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, ACCEPTING BID PROPOSALS FOR CONTINUING PROFESSIONAL ARCHITECTURAL AND ENGINEERING CONSULTING SERVICES PURSUANT TO RFQ NO. 20-0324200; FURTHER AUTHORIZING THE CITY MANAGER TO ENTER INTO MULTIPLE AGREEMENTS FOR ARCHITECTURAL AND ENGINEERING CONSULTING SERVICES AS PROVIDED HEREIN; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on February 23, 2020, the City of Opa-Locka (the "City") duly issued Request for Qualifications ("RFQ") 20-0324200 for the purpose of establishing a library of Licensed Architects and Engineers to provide Architectural and Engineering Consulting Services for the City, attached hereto as Exhibit "A"; and WHEREAS, a total of 35 firms responded to the RFQ by May 15, 2020, the submittal deadline; and WHEREAS, bid proposals were received by the Office of the City Clerk on May 15, 2020 at 2:00 p.m. The City Clerk's Office opened sealed proposals at 2:05 pm and certified the bids under the provisions of Section 2-320.1 of the City's Code of Ordinance; and WHEREAS, the City Manager assembled an Evaluation Committee to assess the bid proposals. The Evaluation Committee met on June 2, 2020 to review the proposals and rate them; and WHEREAS, based on its ,review of the Evaluation Committee, the City Manager proposes that the City negotiate and enter into several agreements for Continuing Professional Architectural and Engineering Services; and WHEREAS, the City Manager recommends award of continuing contracts to: 300 Engineering Group, P.A. for Civil Engineering, landscape architectural, structural engineering and traffic engineering services; 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; H. W. Lochner, Inc. for architectural, construction testing and inspections and general consulting engineering services; Civica Resolution No. 20-9767 LLC for mechanical/electrical/plumbing service; BEA Architects, Inc. for architectural services; SSN Engineering, LLC for utilities engineering services and 2 Plus Architects, Inc. for mechanical/electrical/plumbing service, as provided in Composite Exhibit "B" showing the scoring for responses to the RFQ; and WHEREAS, the City Commission supports approval based upon the Evaluation Committee's review, evaluation, scoring and ranking of the proposals submitted; and WHEREAS, the City Commission finds that it is in the best interest of the City and its residents to award various 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 accepts the bid proposals, as provided herein, for Continuing Professional Architectural and Engineering Consulting Services, pursuant to RFQ No. 20-0324200, and as set forth in Composite Exhibit "B" attached hereto. The City Commission further authorizes the City Manager to enter into multiple agreements for Architectural and Engineering Consulting Services in a contract form acceptable to the City Attorney, and as otherwise described in this resolution. 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, or the City Manager's designee, without need of public hearing, by filing a corrected copy of same with the City Clerk. Section 4. EFFECTIVE DATE. This Resolution shall be effective immediately upon adoption hereof and approval by the Governor of the State of Florida or Governor's designee. PASSED and ADOPTED this 10th day of June, 2020. 2 Resolution No. 20-9767 Matthew A. Pigatt, Mayor AT EST: aAMk- Joai is Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: /l / . / Burnadette Norris W eek�, P.A. City Attorney Moved by: COMMISSIONER BASS Seconded by: COMMISSIONER BURKE VOTE: 5-0 Commissioner Bass YES Commissioner Burke YES Commissioner Kelley YES Vice -Mayor Davis YES Mayor Pigatt YES 3 City of Opa-Locks Agenda Cover Memo Department Director: Acting City Manager: Commission Meeting Date: Fiscal Impact: (Enter X in hox) Funding Source: Account# : Contract/P.O. Required: (Enter X it? box) Airia Austin John E. Pate 06.10.2020 Yes X No Department Director ,Signature: CM Signature: Item Type: (Enter X in box) Ordinance Reading: (Enter X in box) X Resolution Ord nance Other Si Reading 2nd Reading (Enter Fund & Dept) Ex: Public Hearing: (enter X in box) Advertising Requirement: (Enter X in hox) Yes Yes No Strategic Plan Related (Enter X in box) Yes x Yes No No RFP/RFQ/Bid#: 20-0324200 Yes No X No Strategic Plan Priority Area: X Enhance Organizational no Bus. & Economic Dev � Public Safety El Quality of Education 0 Qual. of Life & City Image 0 Communication p Department: Sponsor Name City Manager Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) City Manager Short Title: A resolution of the City Commissions of the City of Opa-Iocka, Florida authorizing the City Manager to accept continuing contracts for Professional Engineering Services Pursuant to RFQ No. 20-0324200. Staff Summary: On May 15, 2020 the City of 0pa-Iocka received thrity-five (35) responses to its Request for Qualification (RFQ) No. 20-0324200 for Architectural & Engineering Consulting Services. In accordance with the RFQ , the City of Opa-Iocka intents to award a contract to the most qualified Proposer (s) who agrees to provide the requisite professional services at a compensation which the City of Opa-Iocka determines fair, reasonable and competive. After reviewing the bids submitted, the Selection Committee found 300 Engineering, EAC Consulting, H.W. Lochner, BEA Architects, Inc., 2+ Architects, Inc., Civica Architecture, and SSN Engineering, I,LC as the most qualified offerors. Proposed Action: Staff is recommending the award to 7 vendors to insure adequate coverage for the City of Opa-Iocka engineering consulting needs. Financial Impact There is no financial impact assodated with the awarding of contract to the seven recommended firms providing professional engineering services. At such time that a future project is to be assigned to one of these firms, staf will return to the Commission to obtain approval, including identifying the financial impact and funding sources. Attachment: 1. Agenda 2. Evaluation Matrix 3, Selection Matrix Office of the City Manager 780 Fisherman Street, 4th Floor Opa-locka, FL 33054 John E. Pate, MS, CM Telephone (786) 338-6598 City Manager Email: jpate@opalockafl.gov To: Mayor Matthew Pigatt Vice Mayor Chris Davis Commissioner Sherelean Bass Commissioner Alvin Burke Commissioner Joseph L. Kelley From: John E. Pate, City Manager Date: June 4, 2020 Re: Resolution: Committee Selection for Architectural & Engineering Consulting Services Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, ACCEPTING CONTINUING CONTRACTS FOR PROFESSIONAL ENGINEERING SERVICES PURSUANT TO RFQ NO. 20- 0324200; FURTHER AUTHORIZING THE CITY MANAGER TO ENTER INTO MULTIPLE AGREEMENTS FOR CIVIL ENGINEERING, ARCHITECTURAL SERVICES, LANDSCAPE ARCHITECTURAL SERVICES, STRUCTURAL ENGINEERING SERVICES, MECHANICAL/ELECTRICAL/PLUMBING SERVICES, UTILITIES ENGINEERING, TRAFFIC ENGINEERING, LAND SURVEYING, CONSTRUCTION TESTING AND INSPECTIONS, AND GENERAL CONSULTING ENGINEERING AS OUTLINED; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. Categories: I CIVIL ENGINEERING 1 L 300 Engineering Group 90.2 EAC Consulting_86.0 L ARCHITECTURAL SERVICE J H.W. Lochner 85.8 1 BEA Architects, Inc, 85.6 LANDSCAPE ARCHITECTURAL L SERVICES 300 En Jincering Group 90.2 I_ EAC Consulting 86.0 Analysis: STRUCTURAL ENGINEERING SERVICES 300 Engineering Group 90.2 EAC Consulting 86.0 L MECHANICAL / ELECTRICAL / PLUMBING SERVICE 2+ Architects, Inc. 84.6 Civica Architecture 82.2 L _ UTILITIES ENGINEERING EAC Consulting 86.0 SSN Engineering, LLC 77.2 TRAFFIC ENGINEERING 300 Engineering Group 90.2 1 EAC Consulting 86.0 LAND SURVEYING 300 Engineering Group 90.2 EAC Consulting 86.0-7 CONSTRUCTION TESTING AND — INSPECTIONS EAC Consulting 86.0 H.W. Lochner 85.8 GENERAL CONSULTING ENGINEERING EAC Consulting 86.0 H.W. Lochner 85.8 Bid proposals were received by the Office of the City Clerk on May 15, 2020 at 2:05 p.ni The City Clerk's Office opened sealed proposals and certified the bids under the provisions of Sec. 2-320.1 of the City's Code of Ordinance. The following thirty-five (35) companies submitted proposals: 2Plus Architects, Inc. Caftan Engineering Group, Inc. Michael Flaugh Landscape Architect Perrin International Services, Inc. SSN Engineering, LLC The Beta Jones Group, Inc. 300 Engineering Group, P.A. 305 Consulting Engineers, LLC BEA Architects, Inc. Biscayne Engineering Company, Inc. C&I Constructions and Design, Inc. Civics Architecture Craven Thompson & Associates, Inc. D.L. Fields Consultants, LLC David Plummer & Associates EA3 Civil Engineering, Inc. EAC Consulting, Inc. Eastern Engineering Group EBS Engineering, Inc. Eco Tech Consulting, LLC H.W. Lochner, Inc. Kimley-Horn and Associates, Inc. Landshore Enterprises, LLC McMahon Associates, Inc. ME Engineering, Inc. Nova Enpinee and Environmental, LLC Nyarko Architectural Group, Inc. Pistorino & Alain Consulting Engineers, Inc. Premiere Design Solutions, Inc. R.E. Chisholm Architects, Inc. Radise International, LC SGM Engineering, Inc. Synalovski Romanik Saye, LLC Tierra South Florida, Inc. LUniversal Engineering Sciences, LLC The evaluation committee met on June 2, 2020 to review proposals. Members of the evaluation cooaniittee included: Conon Del sine, City Planner Carlos Gonzalez, CIP Project Manager Gerald Lee, Zoning Official Rich Oddman, Sr. Accountant Arshad Vigar, City Engineer Each committee member's review evaluation and scoring of proposals were based on the following criterion and weight system: Criterion weight Consultant's background, qualification, credentials and in- house expertise, factoring in the proposed Proposer teams' current workload and experience working together on similar category. 35% Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration services. 35% Previous experience working with local regulatory, _permitting agencies and governmental clients. 5% Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 15% Local Business Preference. 5% CBE or SBE Preference. 5 5% Attached you will find the selection committee evaluations that include scoring of the thirty-five (35) proposals submitted / received. Recommendation(s): Staff recommends approval based upon the committee's review, evaluation, scoring and ranking of the proposals submitted. Therefore, it is the recommendation of the Selection Committee that the City negotiate and enter into several agreements for Continuing Professional Engineering Services. Attachments: Request for Qualifications (RFQ) #20-0324200 Advertisement Bid Certification Committee Evaluation Forms Bid Proposals RFQ - 20-0324200 `Civil Engi ne eri ng 4 Perrin International Services 5 SSN Engineering, LLC 6 'The Beta Jones Group, Inc . 7 300 Engineering Group 8 305 Consulting Engineers, LLC 10 Biscayne Enginee ring 11 C&I Construc tion 12 Civ ica Architecture 13 Crav en Thompson & Assoc. 14 D.L. Fields Consultants 15 Dav id Plummer 16 EA3 Civil Engine ering 17 EAC Consulting 19 EBS Engin eering 21 H.W. Lochne r 22 Kimle y Horn 29 Premiere Design Solutio ns 32 SGM Enginee ring Scor e 78.2 77 .2 74.6 90.2 75.4 80.4 75.4 82 .2 77 .2 82.0 79 .4 66.4 86.0 80.0 85. 8 85. 2 84.0 84.6 1 2+ Architects, Inc g BEA Architects, Inc. 12 ICivica Architecture 1q D .L . Fields Consultants 15 [David Plummer 21 H.W. Lochner 25 ,'ME Engineering 27 INyarka Architectural Gr oup 28 IPist orino & Alam Consulting 30 R .E. Chish olm Architects 32 FSGM Engineering 33 ISynalo vski Romanik Saye Iv Structure Engine er n �Sco re 5 SSN Engineering, LLC 7 300 Engineerin g Gro up 8 305 Consu lting Enginee rs, LLC 12 Civica Architectu re 14 D.L. Fields Co nsultants 15 Dav id Plumme r 17 EA C Consulting 18 Ea stern Engineering Group 21 H.W. Lochner 22 Kimley Horn 32 SGM Engineerin g 77.2 90. 2 75. 4 82.2 82.0 79.4 86.0 70.2 85.8 85. 2 84.6 Mec hanical \ Electrical \ Plu nnbina Services 1 ..2+ Architects, Inc 6 •The Beta Jones Group, Inc. 12 lCivica Architecture 14 D.L. Fields Consultants 15 'Dav id Plu mmer 25 ME Engineering 27 'Nyarko Architectural Group 74.4 76.6 77.8 84.2 84.6 84.0 Landscape Architectural Services 84.6 1 '2+ Architects, Inc 85.6 i 3 1 Miche al Fa ugh Landscape 82 .2 6 :Th e Beta Jones Gr oup, Inc . 82.0 7 300 Engineering Gro up 79.4 12 ICivica Architectur e 85.8 - 13 Craven Thomps on & Assoc. 14 D .L . Fields Consultants 15 IDavid Plummer 17LEAC Consulting 21 t)H .W . Lochner 22 IKimley Horn Score 84 .6 62.6 74.6 90.2 82.2 77.2 82 .0 79.4 86.0 85.8 85 .2 Sc ore 84.6 74 .6 822 82 .0 79 .4 74.4 76.6 VI Utilities Engineering 5 SSN Engineering, LLC 11 TC&I Construction 17 IEAC Consulting 75.4 Score 77.2 86.0 RFO - 20-0324200 VII Traffic Engineeri ng 2 Caltran Engineering Group 5 SSN Engineering, LLC 7 .300 Engineering Group 8 305 Con sulting Engi neers, LLC 12 'Civica Architecture 17 EAC Con sultin g 21 H. W. Lochne r 22 Kimsey Horn 24 McMahon Assoc. 73.8 77 .2 90.2 75.4 82 .2 86.0 85.8 85.2 73.4 122+ Architects, Inc 7 4 ! Perrin Internati onal Services 7 300 Engineering Group 10 'Biscayne Engineering 12 j Civica Architecture 13 !Craven Thomps on & Ass oc. 15 David Plummer 17 EAC Consulting 21 !H.W. Lochner 22 Kimley Horn 29 Premiere Design Solutions 80.4 82.2 77.2 79 .4 86 .0 85 .8 85.2 84 .0 Construction Testing and Inspections 1 12 + Architects, Inc 41Perrin International S ervic es 6 ;The Beta Jones Group, Inc. 12 ICivica Architecture 15 David Plummer 17 19 EAC Co nsulting EBS Engineering I- Eco Tech Consulting 21 IH.W . Loch ner ; 22 IKImley Horn 261Nova E ngineering\E nvironmental 31 iRadise Int ernati onal 34 tTierra So uth Florida 35 !Univers al Engineering Sciences Sc ore 84 .6 78 .2 74 .6 82.2 79 .4 86.0 80.0 70.8 85.8 85.2 72.8 81.8 77.4 77 .6 1 2+ Archite cts, Inc 13 Craven Thompson & Asso c. 16 EA3 Civ il Engin eering 17 EAC Con sulting 19 EBS Engineering 21 H.W. Lochner 22 Kimley Ho rn 25 ME Engineering 28 Pistorino & Alam Consulting 29 Premiere Design So lutions 84.6 77. 2 66.4 86.0 80.0 85. 8 85.2 74.4 77.8 84.0 S N d' N 2 0 LA. rc City of Opa-locka Agenda Cover Memo Department Manager: Adelina Gross (Capital Improvements Program) Department Director Signature: AAK.14 Interim City Manager: r Darvin Williams CM Signature: Oaletpliodc\., Ordinance Other Commission Meeting Date: 02/22/2023 Item Type: (EnterX in box) Resolution X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (EnterX in box) 151 Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X X Funding Source: Account# : 44-541838 (Enter Fund & Dept.) Ex: See Financial Impact Section Advertising Requirement: (EnterX in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid#: RFQ 20-0324200 X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Communication Area: [ 1 Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X El M Image ,INN,,j MI Sponsor Name City Manager Department: Capital Improvements Program City Manager Short Title: ARCHITECTURAL AND ENGINEERING SERVICES FOR THE INSTALLATION OF NEW FENCING AND GATE SYSTEM FOR INGRAM PARK PROJECT No. 2022-04-018 Staff Summary: Approval is requested from the City Commission to authorize the Interim City Manager to enter into an agreement with SSN Engineering, LLC to provide construction and installation services for an 8 -foot wrought iron fencing and entry gate system for Ingram Park and the adjacent Senior Center Facility on Rutland Street, as well as removal and disposal of existing chainlink fence. This project will enhance this facility by adding beautification and increased safety. Visitors will be able to play, practice, and enjoy a safer and more secure place, and this improvement will limit future vandalization of park equipment and facilities. SSN Engineering, LLC, was one of the engineering consulting firms selected through RFQ 20-0324200 and approved by the City Commission to be part of the City's inventory of licensed Architects and Engineers to provide professional architectural and engineering services. Financial Impact The SSN Engineering, LLC proposal for the construction and installation of the Ingram Park fence and entry and Senior Center facilities is $53,640. In addition, staff recommends the establishment of a 10% contingency ($5,364) to address minor issues which may arise. Account Description Available Project Remaining Balance 44-541838 Park Fences $90,000 $59,004 $30,996 Proposed Action: Staff recommends the City Commission authorize the Interim City Manager to enter into a contract with SSN Engineering, LLC for $53,640 to construct and install a 447' fence system for Ingram Park and the adjacent Senior Center facility and further authorize the establishment of a $5,364 contingency to be available for minor issues which may arise. Attachment: 1. Agenda 2. Proposal provided by SSN Engineering, LLC 3. Resolution # 20-9767, accepting BID proposal for continuing professional architectural and engineering consulting services pursuant to RFQ 20-0324200 4. Contract Agreement between SSN Engineering, LLC and the City 5. CIP Memo to CM Segal and Ingram Park Fence Upgrades Lmmmad RNGlNeRIi.NC• SSN ENGINEERING, LLC 13899 Biscayne Blvd., Suite 310 North Miami Beach, Florida 33181 Ph: (305) 440-4334 1 Web: www.ssnengineering.com January 3, 2023 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 ADDITIONAL (447') FENCING PROPOSAL FOR INGRAM PARK AND SEGAL 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 additional fence around Ingram/Segal 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 along the canal Ingram park and change the gate in both Ingram and Segal park. 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 the scope of services with City staff and review the layout of the fence and the 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 the 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 New Fence or Gate No Description Length (ft) 1 Fence & Gate- Ingram Park 1,467 2 Gate & Fence - Segal Park 55 Total 1,522 Uninstalled Fence or Gate No Description Length (ft) 1 Gate & Fence - Segal Park 1,000 2 Fence - Sherbondy Park 75 Total 1,075 Additional Fence or Gate Additional Fence or gate= New Fence or Gate- Uninstalled Fence or Gate Additional Fence or gate= 1,522-1,075=447 feet Please see the attached Plan for clarification. TOTAL LUMP SUM FEE FOR SSN ENGINEERING (447'X120$/ft) $53,640.00 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 MD SHAHINUR RAHMAN CITY OF OPA-LOCKA ADELINA GROSS, Operations Manager Agreed to this 13 day of January, 2023. PEDESTRIAN AND VEHICULAR 416E4 10 MEET DOORS :L: FENCE TO BE ENTIRELY LACFENCE TO BE ENTIRELY REPLACEDnervee6s Ee REP Mm Th OETM S46ER ,O SKEET MACS 14 ,31,,Pdm�• m w• pan PEDESTRIAN AND \ VEHICULA R DOORS 46E4 TOWET • rwEsndndnar winc, 144450 1 ‘I)SITESITE P U Ear: EAM . rr ASPHAjaA;/cycNT „J 2= \s, ;�' DOORS DI MENSION Ee so.: ur. z DOORS DIMENSION I0 V let la'< TT 2a. 0 Q= Cr W ZLL cc ~ _e < 4 NO a ¢ ogi T9J CLL J Y mg gJ N 0 8 1w LOCATION PLAN SWAN 01141.11 2 A-101 DocuSign Envelope ID: 7EA85F8F-928E-4275-9F88-0630549C04F5 Adelina Gross Manager Capital Improvement Projects To: Darvin Williams, Interim City Manager FROM: Adelina Gross, CIP Manager DATE: November 28, 2022 RE: Park Fencing Project Scope of Work Modification Office: 305-953-2868 The Capital Improvements Department recommends the following changes to the scope of work under contract with SSN Engineering for Segal and Ingram Park: Segal Park: The original scope of work calls for the replacement of the existing chain link fence and gate; after a field survey and assessment of existing conditions of the trees, infrastructure, and interference with private property limits, staff recommends the following: -Replacement of existing chain link gate North side entrance with an 8 ft. wrought iron gate for security and aesthetic purposes. Ingram Park: -Staff recommends the current contracted linear feet of wrought iron fence for Segal Park be installed at Ingram Park along the Canal to increase security and aesthetics of the area including the replacement of pedestrian and vehicular gates. To expedite the process and to save significant mobilization costs, the Staff also recommends these modifications are presented to the City Council as part of January 11`h- 2023. These amendments will not represent a cost increment to the City and/or the allocated project cost. These recommendations are made in the best interest of the City as they will add more security to both parks and also increase the aesthetics of the areas without an additional cost. If you have any questions or need additional information, please contact me at your earlier convenience. END OF MEMORANDUM Sponsored by: City Manager RESOLUTION NO. 20-9767 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCK& FLORIDA, ACCEPTING BID PROPOSALS FOR CONTINUING PROFESSIONAL ARCHITECTURAL AND ENGINEERING CONSULTING SERVICES PURSUANT TO RFQ NO. 20-0324200; FURTHER AUTHORIZING THE CITY MANAGER TO ENTER INTO MULTIPLE AGREEMENTS FOR ARCHITECTURAL AND ENGINEERING CONSULTING SERVICES AS PROVIDED HEREIN; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on February 23, 2020, the City of Opa-Locka (the "City") duly issued Request for Qualifications ("RFQ") 20-0324200 for the purpose of establishing a library of Licensed Architects and Engineers to provide Architectural and Engineering Consulting Services for the City, attached hereto as Exhibit "A"; and WHEREAS, a total of 35 firms responded to the RFQ by May 15, 2020, the submittal deadline; and WHEREAS, bid proposals were received by the Office of the City Clerk on May 15, 2020 at 2:00 p.m. The City Clerk's Office opened sealed proposals at 2:05 pm and certified the bids under the provisions of Section 2-320.1 of the City's Code of Ordinance; and WHEREAS, the City Manager assembled an Evaluation Committee to assess the bid proposals. The Evaluation Committee met on June 2, 2020 to review the proposals and rate them; and WHEREAS, based on its review of the Evaluation Committee, the City Manager proposes that the City negotiate and enter into several agreements for Continuing Professional Architectural and Engineering Services; and WHEREAS, the City Manager recommends award of continuing contracts to: 300 Engineering Group, P.A. for Civil Engineering, landscape architectural, structural engineering and traffic engineering services; 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; H.W. Lochner, Inc. for architectural, construction testing and inspections and general consulting engineering services; Civica Resolution No. 20-9767 LLC for mechanical/electrical/plumbing service; BEA Architects, Inc. for architectural services; SSN Engineering, LLC for utilities engineering services and 2 Plus Architects, Inc. for mechanical/electrical/plumbing service, as provided in Composite Exhibit "B" showing the scoring for responses to the RFQ; and WHEREAS, the City Commission supports approval based upon the Evaluation Committee's review, evaluation, scoring and ranking of the proposals submitted; and WHEREAS, the City Commission finds that it is in the best interest of the City and its residents to award various 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 accepts the bid proposals, as provided herein, for Continuing Professional Architectural and Engineering Consulting Services, pursuant to RFQ No. 20-0324200, and as set forth in Composite Exhibit "B" attached hereto. The City Commission further authorizes the City Manager to enter into multiple agreements for Architectural and Engineering Consulting Services in a contract form acceptable to the City Attorney, and as otherwise described in this resolution. 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, or the City Manager's designee, 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 ADO! 'I'ED this 10th day of June, 2020. 2 Resolution No. 20-9767 AT_ EST: ( &kKirk la Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: i/ Burnadette Norris City Attorney ek,P.A. Moved by: COMMISSIONER BASS Seconded by: COMMISSIONER BURKE VOTE: 5-0 Commissioner Bass YES Commissioner Burke YES Commissioner Kelley YES Vice -Mayor Davis YES Mayor Pigatt YES 3 Matthew A. Pigatt, Mayor City of Opa-Locks Agenda Cover Memo Department Director: Acting City Manager: Commission Meeting Date: Fiscal Impact: (Enter X in box) Funding Source: Account#: Contract/P.O. Required: (Enter X in box) Strategic Plan Related (Enter X in box) Airia Austin John E. Pate 06,10.2020 Yes X No (Enter Fund & Dept) Ex: Item Type: X Department Director Signature: CM Signature: Resolution Ord nonce Other (Enter X in box) Ordinance Reading. (Enter X in box) Public Hearing: (Enter X in box) Advertising Requirement: (Enter X in box) si Reading Yes No 2°d Reading Yes No X Yes X No X Sponsor Name Yes Yes X No No RFP/RFQ/Bid#: 20-0324200 City Manager Strategic Plan Priority Area: Enhance Organizational • Bus. & Economic Dev Public Safety 0 Quality of Education 0 Qual. of Life & City Image 0 Communication 0 Department: Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) City Manager Short Title: A resolution of the City Commissions of the City of Opa-locica, Florida authorizing the City Manager to accept continuing contracts for Professional Engineering Services Pursuant to RFQ No. 20.0324200. Staff Summary: On May 15, 2020 the City ofUpa-locica received thrity-five (35) responses to its Request for Qualification (RFQ) No. 20-0324200 for Architectural & Engineering Consulting Services. In accordance with the RFQ , the City of Opa•locka intents to award a contract to the most qualified Proposer (s) who agrees to provide the requisite professional services at a compensation which the City of Opa-locca determines fair, reasonable and competive. After reviewing the bids submitted, the Selection Committee found 300 Engineering, EAC Consulting, H.W. Lochner, BEA Architects, Inc., 2+ Architects, Inc., Civica Architecture, and SSN Engineering, LLC as the most qualified offerors. Proposed Action: Staff is recommending the award to 7 vendors to insure adequate coverage for the City of Upa-locica engineering consulting needs. Financial Impact There is no financial impact associated with the awarding of contract to the seven recommended firms providing professional engineering services. At such time that a future project is to be assigned to one of these firms, staff will return to the Commission to obtain approval, including identifying the financial Impact and funding sources. Attachment: 1. Agenda 2. Evaluation Matrix 3. Selection Matrix Office of the City Manager 780 Fisherman Street, 4'h Floor Opa-Iocka, FL 33054 John E. Pate, MS, CM Telephone (786) 338-6598 City Manager Email: jpate@opalockafl.gov To: Mayor Matthew Pigatt Vice Mayor Chris Davis Commissioner Sherelean Bass Commissioner Alvin Burke Commissioner Joseph L. Kelley From: John E. Pate, City Manager Date: June 4, 2020 Re: Resolution: Committee Selection for Architectural & Engineering Consulting Services Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, ACCEPTING CONTINUING CONTRACTS FOR PROFESSIONAL ENGINEERING SERVICES PURSUANT TO RFQ NO. 20- 0324200; FURTHER AUTHORIZING THE CITY MANAGER TO ENTER INTO MULTIPLE AGREEMENTS FOR CIVIL ENGINEERING, ARCHITECTURAL SERVICES, LANDSCAPE ARCHITECTURAL SERVICES, STRUCTURAL ENGINEERING SERVICES, MECHANICAL/ELECTRICAL/PLUMBING SERVICES, UTILITIES ENGINEERING, TRAFFIC ENGINEERING, LAND SURVEYING, CONSTRUCTION TESTING AND INSPECTIONS, AND GENERAL CONSULTING ENGINEERING AS OUTLINED; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. Categories: CIVIL ENGINEERING 7 300 Engineering Group 90.2 1 EAC Consulting_86.0 ARCHITECTURAL SERVICE J H.W. Lochner 85.8 BEA Architects, Inc. 85.6 7 [—LANDSCAPE ARCHITECTURAL SERVICES T 300 Engineering Group 90.2 L _ EAC Consulting_86.0 1 Analysis: STRUCTURAL ENGINEERING SERVICES 300 Engineering Group 90.2 EAC Consulting 86.0 MECHANICAL / ELECTRICAL / PLUMBING SERVICE 2+ Architects, Inc. 84.6 Civica Architecture 82.2 UTILITIES ENGINEERING EAC Consulting 86.0 SSN Engineering, LLC 77,2 TRAFFIC ENGINEERING 300 Engineering Group 90.2 EAC Consulting 86.0 LAND SURVEYING 1 300 Engineering Group 90.2 EAC Consulting 86.0 1 CONSTRUCTION TESTING AND INSPECTIONS EAC Consulting 86.0 H.W, Lochner 85.8 GENERAL CONSULTING ENGINEERING EAC Consulting 86.0 H.W. Lochner 85.8 Bid proposals were received by the Office of the City Clerk on May 15, 2020 at 2:05 p.m. The City Clerk's Office opened sealed proposals and certified the bids under the provisions of Sec. 2-320.1 of the City's Code of Ordinance. The following thirty-five (35) companies submitted proposals: 2Plus Architects, Inc. Caltran Engineering Group, Inc. Michael Flaugh Landscape Architect Perrin International Services, Inc. SSN Engineering, LLC The Beta Jones Group, Inc. 300 Engineering Group, P.A. 305 ConsultingEugineers, LLC BEA Architects, Inc. Biscayne Engineering Company, Inc. C&I Constructions and Design, Inc. Civics Architecture Craven Thompson & Associates, Inc. D.L. Fields Consultants, LLC David Plummer dr. Associates EA3 Civil Engineering, Inc. EAC Consulting, Inc. Eastern Engineering Group EBS Engineering, Inc. Eco Tech Consulting, LLC H.W. Lochner, Inc. Kimley-Born and Associates, Inc. Landshore Enterprises, LLC McMahon Associates, Inc. ME Engineering, Inc. Nova Engineering and Environmental, LLC Nyarko Architectural Group, Inc. Pistorino & Alain Consulting Engineers, Inc. Premiere Design Solutions, Inc. R.E. Chisholm Architects, Inc. Radise International, LC SGM Engineering, Inc. Synalovski Romanik Saye, LLC Tierra South Florida, Inc. Universal Engineering Sciences, TLC The evaluation committee met on June 2, 2020 to review proposals. Members of the evaluation committee included: Corion DeLaine, City Planner Carlos Gonzalez, CIP Project Manager Gerald Lee, Zoning Official Rich Oddman, Sr. Accountant Arshad Vigar, City Engineer Each committee member's review evaluation and scoring of proposals were based on the following criterion and weight system: Criterion Weight Consultant's background, qualification, credentials and in- house expertise, factoring in the proposed Proposer teams' current workload and experience working together on similar category. 35% Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration services. 35% Previous experience working with local regulatory, permitting agencies and jovemmental clients, 5% Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 15% Local Business Preference. 5% CBE or SBE Preference. 590 Attached you will find the selection committee evaluations that include scoring of the thirty-five (35) proposals submitted / received. Recommendation(s): Staff recommends approval based upon the committee's review, evaluation, scoring and ranking of the proposaLs submitted. Therefore, it is the recommendation of the Selection Committee that the City negotiate and eater into several agreements for Continuing Professional Engineering Services. Attachments: Request for Qualifications (RFQ) #20-0324200 Advertisement Bid Certification Committee Evaluation Forms Bid Proposals RF Q - 20-0324200 Civil E ngineering Score 4 Perrin International Services 5 SSN Engineering , LLC 6 'The Be ta Jones Group, Inc . 7 300 En gineering Group 8 305 Consulting Engineers, LLC 10 Bisca yn e Engineering 11 C&I Construction 12 Civic a Architectu re 13 Crav en Thompson & Assoc. 14 D.L. Fields Consultants 15 David Plummer 16 EA3 Civil En gin ee ring 17 EAC Consulting 19 EBS Enginee ring 21 H.W. Lochner 22 Kimle y Ho rn 29 Pre miere Design Solutions 32 SGM Engineering 78.2 77.2 74.6 90.2 J 75.4 80.4 75.4 82 .2 77 .2 82.0 79.4 66.4 86.0 80. 0 85. 8 85.2 84.0 84.6 II Architectural Service s Score 1 i2+ Architects, Inc g !BEAAr chitects, Inc. 12 1CivicaArchitecture 141 D.L. Fields Consulta nts 15 .1David Plummer 21 H.W. Loch ner 25 ,ME Engineering 27 !Nyarko Architectural Gr oup 28 j Pistorino & Atam Consulting 30 R .E. Chisholm Archit ect s 32 !SGM Engineering 33 ISynalovski Romanik Saye 84 .6 85.6 82 .2 82.0 79 .4 85.8__ 74.4 76.6 77.8 84 .2 84 .6 84.0 ttt Landscape Architectural Services 1 2+ Architects, Inc 3 IMich eal Faugh L andscape 6 .., .The Bet a Jones Gro up, Inc. 7 1300 Engine ering Group 12 ICIVICa Architecture 13 ;Cra ven Thompso n & Assoc. 147D.L. Fields C onsultants 115 !D avid Plummer 1 17 .LEAC Consulting 21 H.W.ILochner 22 [Kimley Horn Score r_ . 84.6 62.6 74 .6 90.2 82.2 77.2 82.0 79.4 86.0 85.8 85.2 Structural Engineering iv Services 5 SSN Engineering, LLC 7 300 Enginee ring Group 8 305 Cons ulting Engineers, LLC 12 Civica A rchitecture 14 D.L. Fields Consultants 15 David Plumme r 17 EAC Con sulting 18 Eastern Engineerin g G roup 21 H.W. Lochner 22 . Kimley H orn 32 SGM Engineerin g Score Mechanical \ Electrical 1 Plumbing Services Score 77.2 1 2+ Architects, Inc 84.6 90.2 6 The Beta Jones Group, Inc. 74 .6 75.4 12 I Civica A rchitecture 82.2 82. 2 14D.L. Fields Co nsultants 82.0 82.0 15 Dav id Plummer 79.4 79.4 25 MME Engin ee ring 74.4 86.0 J 27 Nyarko Architectural Gro up 76.6 70. 2 85.8 85.2 84.6 vl Utilities Engineering 5 ;SSN Engineering, LLC 1 !CAI Construction 17 f E AC Consulting S core 77 .2 75 .4 86.0 0 ea N v g2 cc RFQ - 20-0324200 vii Tr affic E ngin eering 2 5 7 8 12 Caltran Engineering Group SSN Engineeri ng , LLC 300 En gineering Group 305 Consulting Engineers, LLC Civica A rchitecture 17 EAC Co nsulting 21 'H.W. Lochner 22 ;Kimse y Ho rn 24 McMa hon Assoc. Scor e 73.8 77.2 90.2 1 :2+ Architects, Inc 4 IPerrin I nt er nati onal Servi ces 1 7 300 Engineering Group 75.4 10 IBiscayne Engineering 82.2 ; 12 Civica Architecture 86.0 13 'Craven Thompson & Ass oc. 85.8 __II 15 :David Plumm er 85 .2 17 EAC Consulting 73 .4 21 'H.W. Loch ner 22 Kimsey Horn 29 (Premiere Design Solutions 84.6 78.2 84 .0 26 o nge ering\En vironm ental 31 IRadise Internati onal 34 Tierra South Florida 35 (Universal Engine eri ng Scienc es C onstruction Testing and Inspecti ons r-21 IH.W . Lochner 1 _ 2+ Archite cts, I nc 4 Perrin Intern ati on al S ervices 90.2 6 !The Beta Jones Group, Inc. 80.4 112TCivica Architecture 82.2 15 !David Plummer 77.2 17 (EAC Consulti ng 79.4 ! 19 IEBS Engi neering 86.0 ( 20 EcoiTech Cons ulting 85.8 85.2 22 Kims ey Ho m fNvaEm S core 84 .6 78 .2 74.6 82.2 79.4 86.0 80.0 70.8 85.8 85 .2 72.8 81.8 77 .4 77 .6 G eneral Con sulting Eng in eerin a; Sco re 1 2-- Architects, Inc 13 Crav en Thompson & Assoc. 16 EA3 Civil Engineering 17 EA C Consulting 19 EBS Engineering 21 H. W. Lo chne r 22 Kimse y Horn 25 ME Engineering 28 Pistorino & Alam Consu lting 29 Premiere Design So lutions 84. 6 77.2 66.4 86.0 80.0 85.8 85.2 74.4 77. 8 84.0 S N N N a PROJECT AGREEMENT FOR DESIGN SERVICES BETWEEN THE CITY OF OPA-LOCKA AND SSN ENGINEERING, LLC THIS PROJECT AGREEMENT (the "Agreement") is made and entered into this day of , 2021 between the CITY OF OPA-LOCKA, FLORIDA, a Florida Municipal Corporation with its principal offices located at 780 Fisherman Street, 4th Floor. Opa-Iocka 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 professional engineering consulting services (known as the "Project", the "Services" or the "Scope of Services") for the construction and installation of new fencing system for Ingram Park and Senior Center Facilities. 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 Fifty Three Thousand Six Hundred and Forty Dollars ($53,640.00) 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 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. 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 the this Agreement shall, at the option of the City, become the City's property, and the Consultant shall be entitled to receive compensation for any work completed pursuant to this Agreement to the satisfaction of the City up through the date of termination. Under no circumstances shall City make payment for Services that have not been performed. This Agreement may be terminated by either party for cause upon five calendar days' written notice to the other should such other party fail to perform in accordance with its material terms through no fault of the party initiating the termination. 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, constitutes the entire agreement between Consultant and City, and all negotiations and oral understandings between the parties are merged herein. This Agreement may be supplemented and/or amended only by a written document executed by both Consultant and City. 13. NONASSIGNABILITY: Consultant shall not assign, subcontract or transfer any rights or delegate any duties arising under this Agreement without prior written consent of the City, which consent may be withheld by the City in its sole discretion. 14. NOTICES: Whenever either party desires to give notice to the other, it shall be given by written notice, sent by certified United States mail, with return receipt requested, addressed to the party for whom it is intended, at the place last specified, and the place for giving of notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving of notice, to -wit: FOR CONSULTANT: FOR CITY: WITH COPY TO: Civil Engineering Services 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 Burnadefte 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 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 Page 5 of 8 Civil Engineering Services 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. 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 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 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: Civil Engineering Services Page 7 of 8 ATTACHMENT "A" Consultant's Scope of Services and Fee Proposal dated January 3, 2023, to provide professional engineering consulting services required to prepare a comprehensive updated Sanitary Sewer Hydraulic Modeling for the amount of fifty three thousand six hundred and forty dollars ($53,640.00) Page 8 of 8 Civil Engineering Services