Loading...
HomeMy Public PortalAboutResolution No. 24-056 - Resolution amending the agreement with 300 Engineering for Cairo Lane, NW 127th Street and Alexandria Drive ProjectSponsored by: City Manager RESOLUTION NO. 24-056 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AMENDING THE AGREEMENT WITH 300 ENGINEERING GROUP, P.A. FOR CONTINUING PROFESSIONAL ARCHITECTURAL AND ENGINEERING CONSULTING SERVICES RELATED TO ENGINEERING DESIGN PERMITTING SUPPORT, BID AND AWARD, AND ENGINEERING SERVICES DURING THE CONSTRUCTION OF CAIRO LANE, NW 127TH STREET, AND THE ALEXANDRIA DRIVE PROJECT, TO APPROVE ADDITIONAL FEES FOR PROPOSED SERVICES TO COMPLETE THE DESIGN AND PERMITTING PHASE AND START THE CONSTRUCTION PHASE OF THE PROJECT; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, pursuant to Resolution 22-009, the City of Opa-Locka ("City") entered into an agreement with 300 Engineering Group, P.A. for Design, Permitting, and Engineering Services for the Construction of Cairo Lane, NW 127th Street, and Alexandria Drive Project; and WHEREAS, the proposed fee schedule for this Project was Two Hundred Sixty Thousand, Seven Hundred Thirty Dollars ($260,730.00), for which the number of engineering hours for Design and Bid Set Submittals was estimated at One Hundred Eighty -Nine (189) hours; and WHEREAS, after an initial review by the Miami -Dade County Regulatory Economic Resources Division of Environmental Resources Management (RERDERM), new requirements have been imposed on the Project which will add an estimated Two Hundred Sixty -Four (264) additional hours of Engineering Design; and WHEREAS, the amending of the 300 Engineering Group, P.A. contract will include additional engineering service hours and additional fees for permits and permitting support; and WHEREAS, due to the history of the Cario Lane project, RER-DERM is now requesting all permits be obtained upfront by the City, including a Surface Water Management General Permit (SWMGP) from the South Florida Water Management District. This is required since the outfall pipe to the canal exceeds Twenty -Four (24) inches. Extra deliverables will also be submitted to the City and will include Hydraulic modeling technical memorandum, Soil Management Plan Requirements for Contractor, Health and Safety Plan Requirements for Contractor; and Resolution No. 24-056 WHEREAS, the total estimated cost for the additional services will be Eighty -Eight Thousand, Two Hundred Three Dollars ($88,203.00) for a total engineering design and permitting cost of Three Hundred Forty -Eight, Thousand Nine Hundred Thirty -Three Dollars ($348,933.00); and WHEREAS, the additional expense, not to exceed Eighty -Eight Thousand, Two Hundred Three Dollars ($88,203.00), will increase the total estimated cost of the Project. However, the Fiscal Year 2023-2024 Stormwater budget that has been established for this Project is sufficient to cover this expense, with the additional expense to be taken into account with the development of the Fiscal Year 2024-2025; and WHEREAS, the City Commission finds that it is in the best interest of the City and its residents to amend the agreement with 300 Engineering Group, P.A. for Continuing Professional Architectural and Engineering Consulting Services as set forth herein. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: SECTION 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. SECTION 2. AUTHORIZATION The City Commission of the City of Opa-Locka hereby authorizes the City Manager to amend the agreement with 300 Engineering Group, P.A., in the form attached hereto as Exhibit "A", for Continuing Professional Architectural and Engineering Consulting Services to approve additional fees for proposed services to complete the design and permitting phase and start the construction phase of the Construction of Cairo Lane, NW 127th Street, and Alexandria Drive Project, for an additional amount not exceed Eighty - Eight Thousand, Two Hundred Three Dollars ($88,203.00). SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors, which do not affect the intent of this Resolution may be authorized by the Interim City Manager, following review by the City Attorney, without need of public hearing, by filing a corrected copy of same with the City Clerk. SECTION 4. EFFECTIVE DATE This Resolution shall take effect upon the adoption and is subject to the approval of the Governor or Governor's Designee. 2 Resolution No. 24-056 oanna Flores, City Clerk PASSED and ADOPTED this 10th day of April, 202 ATTEST: .._._\.L APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Bur i tte Norris -Weeks, P.A. City Attorney Moved by: Vice Mayor Ervin Seconded by: Commissioner Bass VOTE: 4-0 Commissioner Bass YES Commissioner Kelley ABSENT Commissioner Williams YES Vice Mayor Ervin YES Mayor Taylor YES John H. T ;! for Jr., Mayor 3 DocuSign Envelope ID: 0C6EBBAB-0435-47FE-AB14-5327EA43787C City of Opa-locka Agenda Cover Memo Department Manager: Adelina Gross Department Director Signature: DocuSigned by: 1 a.,e.24. EC5929C4FFB9414... Interim City Manager: Darvin Williams CM Signature: Ordinance ,.—DocuSigned f =c1sCo7C1.8DE1gO2.. by: Other Commission Meeting Date: 04/10/2024 Item Type: (EnterX in box) Resolution X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (EnterX in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X X Funding Source: Account# : (Enter Fund & Dept.) Ex: See Financial Impact Section Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (EnterX in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (EnterX in box) Yes No Strategic Plan Priority Area: Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X Enhance Organizational • Bus. & Economic Dev • Public Safety • Quality of Education IN Qual. of Life & City Image !• Communication • Sponsor Name City Manager Department: Capital Improvements Program City Manager Short Title: A resolution of the City Commission of the City of Opa-locka authorizing the City Manager to amend the Contract with 300 Engineering Group, P.A. for the Change of Scope of Cairo Lane Project Design. Staff Summary: The City entered into an agreement with 300 Engineering Group, P.A. for the Design, Permitting, and Engineering Services for the Construction of Cairo Lane, NW 127th Street, and Alexandria Drive Project. The proposed fee schedule for this project was $260,730.00, for which the number of Engineering hours for Design and Bid Set Submittals was estimated at 189 hours. After an initial review by the County Regulatory Economic Resources Division of Environmental Resources Management (RER- DERM), new requirements have been imposed on the project which will add an estimated 264 DocuSign Envelope ID: 0C6EBBAB-0435-47FE-AB14-5327EA43787C additional hours of Engineering Design. The amending of the 300 Engineering Group, P.A. contract will include additional engineering service hours and additional fees for permits and permitting support. Due to the history of the Cario Lane project, RER-DERM is now requesting all permits be obtained upfront by the City, including a Surface Water Management General Permit (SWMGP) from the South Florida Water Management District. This is required since the outfall pipe to the canal exceeds 24 inches. Extra deliverables will also be submitted to the City and will include: -Hydraulic modeling technical memorandum -Soil Management Plan Requirements for Contractor -Health and Safety Plan Requirements for Contractor The total estimated cost for the additional services will be $88,203.00 for a total engineering design and permitting cost of $348,933.00. Financial Impact The additional expense, not to exceed $88,203, will increase the total estimated cost of the project. However, the FY 24 Stormwater budget that has been established for this project is sufficient to cover this expense, with the additional expense to be taken into account with the development of the FY 25 Annual Budget. Account Description Available Project Remaining Balance 87-5386315 Cairo Lane $895,022 $88,203 $806,819 Proposed Action: Staff recommends the amendment to the Contract with 300 Engineering Group, P.A. and approving the additional fees for services being proposed to complete the design and permitting and start the construction phase as soon as possible. Attachment: Agenda Resolution No. 22-009 Accepting the Proposal from 300 Engineering P.A. 300 Engineering P.A. Executed Contract for Cairo Lane Project Proposed Scope of Work (Revision 1) AMENDMENT TO THE AGREEMENT BETWEEN THE CITYOF OPA- LOCKA, FLORIDA, AND 300 ENGINEERING GROUP, P.A., FOR THE CONSTRUCTION OF CAIRO LANE, NW 127TH STREET, AND ALEXANDRIA DRIVE PROJECT THIS AMENDMENT entered into between the CITY OF OPA-LOCKA, a Florida municipal corporation, hereinafter "CITY", and 300 ENGINEERING GROUP, P.A., a Florida corporation, hereinafter "CONTRACTOR", hereby amends the Agreement between the parties dated March 1, 2021. WITNESSETH: WHEREAS, pursuant to Resolution 22-009, the City of Opa-Locka ("City") entered into an agreement with 300 Engineering Group, P.A. for Design, Permitting, and Engineering Services for the Construction of Cairo Lane, NW 127th Street, and Alexandria Drive Project ("Project"); and WHEREAS, additional requirements have been imposed on the Project by the Miami -Dade County Regulatory Economic Resources Division of Environmental Resources Management (RERDERM) which will add an estimated Two Hundred Sixty -Four (264) additional hours of Engineering Design; and WHEREAS, the parties have agreed to amend the agreement to add additional services and fees including: 100% Design and Bid Set Submittals, Permitting Support ODC's (Mileage, Reproduction & Reimbursable), DERM's Class III Water Control Permit Application Fee, Reimbursable Expenses, DERM's Class III Water Control Permit Fee and FDEP Sewer Extension Permit Application Fee, totaling Eighty -Eight Thousand, Two Hundred Three Dollars ($88,203.00); and WHEREAS, the parties desire to specifically amend Section 4 of the Agreement entitled "COMPENSATION" and Agreement Scope of Services; and NOW THEREFORE, in consideration of the mutual terms, conditions, promises, covenants and payments hereinafter set forth in this Amendment, the parties hereby agree to amend Section 4 of the Agreement entitled "COMPENSATION" as follows: COMPENSATION Compensation (the "Contract Sum") for performing the Services related to the Project shall be the fee of Onc Hundred Fifty Nine Thousand Two Hundred Three Hundred Forty -Eight Thousand Nine Hundred Thirty -Three Dollars specified in the Scope of Services request accepted by the City. NOW THEREFORE, in consideration of the mutual terms, conditions, promises, covenants and payments hereinafter set forth in this Amendment, the parties hereby agree to amend the Agreement Scope of Services to add Exhibit "A", attached hereto. Page 1 of 2 The foregoing recitations are true and correct and are hereby incorporated by reference. All other provisions of the Agreement, except as modified herein, shall remain in full force and effect. IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CONTRACTOR: CITY: 300 Engineering Group, P.A. City of Opa-Locka By: By: Darvin Williams City Manager Date: Date: Page 2 of 2 EXHIBIT "A" City of Opalaeb RFO N o. 20-0324200 "Cair o La ne, NW 127th Str eet a nd Alex andri a Drive Pr oje ct- Design, Permitting And E ngi neering 0cMcc a During C onalrucH0n" cease., F ee Sched ule R e: .mo Appe ndix C Proje ct Principal Project Man ager Operations Suppo rt E ngin eer of R ecord Pr oject E ngineer C. T ech nician I nspector .9' 3.1 321500 3190 00 5160 .00 3160.00 914 0 00 375.00 390 .00 Total Ram Su ismak 100 200 300 400 Pro ject 3 .11.9 merd a0X 0.3/99 Plus. SG% D.algn Pt... 109% C esinn .n o BM Set Sulme ttall 600 700 Did end ward Se rvice s Engineering Service. 00999 Conetructlp n and Impaction Se nn ces He rmoumoble) F a: n od. od on fe u .. er wed Parro tt Fae _.emon o m: aPP1w n /10 400:-, 73 01940 1153669//1.3013)sub Su n -To:. Fa be r FeenDOC tliSicon an T om! (31 30.00 322400.00 3C0 19u/at Later Sutlotal 50.00 30 .00 30.00 30.00 90 .00 30.00 319 .660.00 .. ,. SO .D0 SO 00 3000 30 00 3621.1: 33 0905.: 5550 On ,zt OB? 50 SU 200 .0r StM 1e, Lump Sum LUI TIfl SUM L UMP Sdra L ump Sum Ton. 6 Mtle0als Sponsored by: City Manager RESOLUTION NO. 22-009 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO ACCEPT THE FEE PROPOSAL FROM 300 ENGINEERING GROUP P.A. TO PROVIDE PROFESSIONAL ENGINEERING, DESIGN, PERMITTING SUPPORT, BID AND AWARD, AND ENGINEERING SERVICES DURING THE CONSTRUCTION OF CAIRO LANE, NW 127TH STREET, AND ALEXANDRIA DRIVE AND ENTER INTO A CONTINUING PROFESSIONAL ARCHITECTURAL AND ENGINEERING CONSULTING SERVICES AGREEMENT WITH 300 ENGINEERING GROUP, P.A. FOR SAME, IN AN AMOUNT OF TWO HUNDRED SIXTY THOUSAND, SEVEN HUNDRED THIRTY DOLLARS ($260,730.00); FURTHER AUTHORIZING AN ADDITIONAL TEN PERCENT (10%) CONTINGENCY BUDGET IN AMOUNT NOT TO EXCEED TWENTY SIX THOUSAND, SEVENTY THREE DOLLARS ($26,073.00); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on June 10, 2020, the City Commission of the City of Opa-Locka ("City Commission") accepted bid proposals in response to RFQ No. 20-0324200 and authorized the City Manager to enter into multiple agreements for architectural and engineering consulting services. City records reveal that 300 Engineering Group, P.A. was one of the firms selected to be part of the City's library of Engineering and Architectural Consultants to perform professional services for specific projects for the city on an as -needed basis; and WHEREAS, on September 9, 2020, the City Commission adopted Resolution No. 20-9802 authorizing the City Manager to enter into an agreement with 300 Engineering group, P.A. to provide engineering services for Assessment and Evaluation of Cairo Lane, NW 127th Street, and Alexandria Drive, including verification of the design proposed by the previous Contractor, and to develop the basis of design for completion of the stormwater, force main, water system, and roadway improvements for this area of the City; and WHEREAS, subsequently on July 28, 2021, the City Commission adopted Resolution No. 21-9892 to amend the existing contract to include the removal of debris along Cairo Lane and for the cleaning of the stormwater structures on Cairo Lane and NW 127th Street to allow the Engineering Consultant to conduct their assessment and evaluation; and WHEREAS, the evaluation and assessment report was submitted to the City in Resolution No. 22-009 March 2022 and a summary of the report, attached hereto as Exhibit "A"; and WHEREAS, the Evaluation and Assessment report that was provided by 300 Engineering Group P.A. and the fee proposal for the provision of design, permitting, and engineering services during the construction of Cairo Lane, NW 127th Street, and Alexandria Drive were submitted to the Florida Department of Environmental Protection (FDEP) for review and approval, and the documents were recently approved by the agency; and WHEREAS, 300 Engineering Group, P.A. has proposed and the City Manager recommends that the City provide professional engineering, design, permitting support, bid and award, and engineering services during the construction of Cairo Lane, NW 127th Street, and Alexandria Drive for Two Hundred Sixty Thousand, Seven Hundred Thirty Dollars ($260,730.00). The City Manager further recommends the approval of a Ten Percent (10%) contingency budget of Twenty -Six Thousand, Seventy -Three Dollars ($26,073.00) to address unforeseen circumstances which may arise, and which would be utilized only upon the submission and approval of a formal change order. If a Change Order should exceed the contract and contingency amount, the City Manager shall return to obtain City Commission approval; and WHEREAS, the City Commission desires to accept the Engineering Design Services proposal by 300 Engineering Group P.A. to provide professional engineering, design, permitting support, bid and award, and engineering services during the construction of Cairo Lane, NW 127th Street, and Alexandria Drive, in an amount of Two Hundred Sixty Thousand, Seven Hundred Thirty Dollars ($260,730.00); and WHEREAS, the City further desires to enter into an agreement with 300 Engineering Group, P.A., attached hereto as Exhibit "A", pursuant to the proposal attached hereto as Exhibit "B", to provide professional engineering, design, permitting support, bid and award, and engineering services during the construction of Cairo Lane, NW 127th Street, and Alexandria Drive, in an of amount not Two Hundred Sixty Thousand, Seven Hundred Thirty Dollars ($260,730.00); 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 300 Engineering Group, P.A. for continuing professional architectural and engineering consulting services as set forth herein. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: Section 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. 2 Resolution No. 22-009 Section 2. AUTHORIZATION The City Commission of the City of Opa-Locka hereby authorizes the City Manager to accept the fee proposal of 300 Engineering, P.A. to provide professional engineering, design, permitting support, bid and award, and engineering services during the construction of Cairo Lane, NW 127th Street, and Alexandria Drive, in an amount of Two Hundred Sixty Thousand, Seven Hundred Thirty Dollars ($260,730.00), attached hereto as Exhibit "A", and enter into a continuing professional architectural and engineering consulting services agreement with 300 Engineering Group, P.A. for same, attached hereto as Exhibit "B"; further authorizing an additional Ten Percent (10%) contingency budget of Twenty -Six Thousand, Seventy -Three Dollars ($26,073.00). SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager following review by the City Attorney and without need of public hearing, by filing a corrected copy of same with the City Clerk. Section 4. EFFECTIVE DATE. This Resolution shall be effective immediately upon adoption hereof and approval by the Governor of the State of Florida or Governor's designee. PASSED and ADOPTED this 27th day of July, 2022. Attest: Moved by: Vice Mayor Taylor nna Flores, City Clerk Seconded by: Commissioner Bass eronica Williams, ayor Approved as to Form And Legal Sufficiency: J i B naciette Norr Weeks, P.A. City Attorney 3 Resolution No. 22-009 VOTE: 5-0 Commissioner Bass YES Commissioner Davis YES Commissioner Dominguez YES Vice -Mayor Taylor YES Mayor Williams YES 4 City of Opa-Locka RFQ 20-0324200 Cairo Lane, 127th Street and Alexandria Drive Project — Design, Permitting and Engineering Services During Construction SCOPE OF WORK Revision 1 March 15, 2024 Prepared for: City of Opa-Locka Public Works Department Attn: Airia Austin Public Works and CIP Director City of Opa Locka 780 Fisherman Street Opa-locka, FL 33054 Prepared by: 300 Engineering Group, LLC 2222 Ponce de Leon Blvd, Suite 300 Coral Gables, Florida 33134 Table of Contents INTRODUCTION 2 DESCRIPTION OF SERVICES 10 100 Project Management 11 200 60% Design Submittal and PER 11 300 90% Design Submittal and FER 13 400 100% Design and Bid Set Submittals 13 500 Permitting Support 14 600 Bid and Award Services 16 700 Engineering Services during Construction and Inspection Services 16 SCHEDULE 17 INVOICING 17 COMPENSATION 17 ASSUMPTIONS 18 1 City of Opa-Locka RFQ 20-0324200 Cairo Lane, NW 127th Street and Alexandria Drive Project — Design, Permitting and Engineering Services During Construction SCOPE OF WORK Revision 1 INTRODUCTION The City of Opa-Locka (City) owns, operates and maintains a water distribution system, a wastewater collection & transmission system and a stormwater management system within its service area. Cairo Lane, NW 127th Street and Alexandria Drive are within an industrial area located in the southwest portion of the City, south of NW 135th Street and east of the Douglas/Le Jeune Road Connector. The project area was once part of a 50 -acre lake fill known as Milton's Dump that operated from 1966 to 1981. In 2015, the City issued the Request for Proposal (RFP) No: 15-2904100 to conduct improvements to the water, wastewater, stormwater systems and roadway reconstruction at Cairo Lane, NW 127th Street and sections of Alexandria Drive. The project seeks to address the non- existing drainage system in the area and provide for improved roadway conditions. The project was procured as a Design -Build project and the contract was awarded to Intercounty Engineering Inc. on May 13, 2015. Based on the design plans provided by the City on July 1, 2020, the project included the following: Cairo Lane, from the NW 127th Street Canal to NW 135th Street: • Installation of a new 3 -Inch HDPE force main (FM), thirty-four (34) service connections to the property line for the connection of privately owned grinder pump stations and interconnection with an existing force main along NW 135th Street. Grinder pumps stations shall be designed and installed by the property owners • Installation of new drainage system, including twenty (20) catch basins, trunk drainage pipping, nutrient removal treatment system at the south end of Cairo Lane and outfall to discharge to the 127th street canal • Installation of a new section of 12 -Inch PVC water main • Roadway reconstruction NW 127th Street, from Cairo Lane to NW 32nd Avenue: • Installation of new drainage system, including thirteen (13) catch basins and trunk drainage pipping • Installation of a new 12 -Inch PVC water main and five (5) fire hydrants • Roadway reconstruction Alexandria Drive, from NW 127th Street to approximately NW 131st Street: 2 • Installation of a new 3 -Inch HDPE FM and service connections to the property line for the connection of privately owned grinder pump stations. Grinder pumps stations shall be designed and installed by the property owners • Installation of a new section of 12 -Inch PVC water main The construction began in February 2016 and due to financial constraints and unforeseen conditions the construction was stopped in July 2019. Based on progress reports provided by the City on July 1st, 2020 and a site visit conducted with the City on July 10th, 2020, the following infrastructure was installed: • 3 -Inch HDPE FM along Cairo Lane and five (5) service connections, not including the NW 135th Street crossing and connection to the existing force main • South section of the trunk drainage pipe along Cairo Lane (up to catch basin 10), eighteen (18) catch basins and the stormwater treatment structure (without the filters) • 12 -Inch PVC water main section along Cairo Lane • Trunk drainage line along NW 127th Street and thirteen (13) catch basins • 12 -Inch PVC water main along NW 127th Street and four (4) fire hydrants • 3 -Inch HDPE FM along Alexandria Drive and six (6) service connections • 12 -Inch PVC water main section along Alexandria Drive Per the City, the construction progress has been summarized in the following figures and tables: Figure 1. Cairo Lane Project Legend ID Installed Treatment System .— Installed Force Main — Force Main Pending Roadway Reconstruction Pending — Installed Stonmvater Trunk — Stormwater Trunk Pending jJ Installed Stormwater Structure MI Stormwater Structure Pending Installed Stormwater Junction Installed Water Main Fire Hydrant Pending for Verification 3 Roadway ReConsIruCtion Pending Installed StormWater Trunk Installed Stom water SSimlure Legend !hauleed Ihalnage Slnndurns • Outla!I ® Stc,,,w to*Alanhold _I Sio!nhWate, Ticaimen System 9 Catch Bas n Pending Ona.nutin Strucwres Fl Catch drum inv1N!ed Trr,nk Deninage Prpying Funding Tnmk Draan:r,;u P aPmg Figure 4 — Stormwater Drainage System per design proposed by Intercounty Engineering Inc. .11 •,:G4i�rl .. �. 135th Street —� Rrr,. F -rrn 14,11 Arc. Sere,' Leeral Yfn:.n Acre 1,13 Figure 5 — Wastewater Collection and Transmission System per design proposed by Intercounty Engineering Inc. Table 3. Water Distribution Improvements Status per the City Road Estimated LF of Water Main Installed Number of new FH in the design Cairo Ln NW 127t11 St 715 1,680 2 5 Alexandria Dr 275 Legend Fire Hydrants + Pending Installation Pending Verification — Installed Water Main Figure 6 — Water Distribution Improvements per design proposed by Intercounty Engineering Inc. 7 Table 4. Roadway Reconstruction Status per the City Road Estimated LF of Pending Roadway Reconstruction Cairo Ln 2,640 NW 127th St 2,071 As a separate task, the City of Opa-Locka requested 300 Engineering, Group P.A. (300 Engineering) to assess the design proposed by Intercounty Engineering, as well as to evaluate the conditions of the portions of the project that were built between 2016 and 2019 by Intercounty Engineering. This assessment was used to define the scope of work required to complete the proposed improvement for water, wastewater & stormwater systems and roadway reconstruction. A summary of the assessment performed by 300 Engineering is presented below. The summary lists the specific scope items that 300 Engineering will include in the development of the final construction documents for this project as part of the Design, Permitting and Engineering Services During Construction included herein. Roadway Reconstruction As indicated above, no portion of the final roadway has been installed. As of September 2021, a temporary pavement (temporary 2 -inch asphalt roadway constructed on a limerock base) was built by the City along Cairo Lane to improve the traffic conditions in the area. However, NW 127th Street remains unpaved. This temporary pavement covered several of the existing infrastructure such as water meters, water valves, catch basins, manholes, communications boxes, wastewater force connections, among others, as it does not align with the ROW lines. Moreover, current grades differ from the design grades proposed by Intercounty Engineering, with the new grade being higher in several places. Under this scope of work, 300 Engineering will develop the final construction documents of the roadway reconstruction to include: • Final concrete pavement design along Cairo Lane and NW 127th Street, including revised grade lines • Development of detailed Maintenance of Traffic (MOT) plans along Cairo Lane and NW 127th Street Stormwater System Based on the original design by Intercounty Engineering and per 300 Engineering's field observations, approximately 1,550 LF of the main trunk drainage pipeline as well as several interconnections between catch basins are pending for installation along Cairo Lane. Additionally, two (2) catch basins (S-13 and S-15) were not installed and six (6) of the installed catch basins (S-5, S-7, S-11, S-17, S-19 and S-20) are buried underneath the temporary asphalt. Moreover, it was observed that S-2 and S-3 presented continuous ground water intrusion which is assumed to be infiltrating into the system due to structural issues. The entire stormwater system along NW 127th Street was installed and located in the field (S-21 to S-33). However, oil contaminated materials were found in all these structures, and some of the 8 were found to be compromised, with failed structural integrity causing infiltration of groundwater to the system, as is the case of S-27. It was also observed that most of the stormwater structures along Cairo Lane and NW 127th Street were missing their final cover. Installed structures might require rim elevation modification with a concrete collar to reach the adequate pavement grade. It was found that several of the catch basins were buried 1 foot to 1.5 feet below the current grade. Moreover, the body of the stormwater treatment structure located before the outfall discharge at Cairo Lane was constructed but none of the internal treatment systems were installed. The 36 - inch RC outfall pipeline was observed to be approximately 80% submerged in the canal. In addition, manatee grates were not present and the headwall system needs to be completed. Based on field observations and evaluation of the design proposed by Intercounty Engineering, the installed stormwater infrastructure follows the original design concept and is considered adequate for stormwater management within the project site. Therefore, 300 Engineering will develop construction documents to finalize the installation of the portions of the network that are pending and will incorporate optimizations to the design to improve its performance. Under this scope of work, 300 Engineering will develop the final construction documents for the completion of the stormwater system to include: • Installation of pending section of drainage pipelines along Cairo Lane • Installation of pending catch basins along Cairo Lane • Repair and/or replacement of failing catch basins along Cairo Lane and NW 127th Street • Installation of catch basin covers • Adjustments of catch basins rim elevations to meet the proposed roadway elevation • Completion of the installation of the treatment system to provide solids, nutrients and oily materials removal • Completion of the installation outfall system Wastewater System During the field assessment, 300 Engineering was able to observe evidence of installation of the 3 -inch HDPE force main along Cairo Lane. However, that the last portion of the force main (approximately 165 LF) along of Cairo Lane and the connection to the City's existing 16 -inch force main at NW 135th Street were not installed. Only one (1) sewer connection was identified along Cairo Lane, as most of the installed infrastructure was covered by the temporary asphalt. The proposed 3 -inch HDPE force main along Alexandria Dr was fully installed and connected to Manhole 1 from Pump Station 7. The force main section crossing NW 135th Street will be designed using open trench installation which will allow for a more direct connection between the proposed 3 -inch HDPE force main and the existing 16 -inch force main, reducing pressure losses in the system and minimizing flow constrains that could cause clogs in the pipe. Under this scope of work, 300 Engineering will develop the final construction documents for the completion of the wastewater system to include: • Installation of approximately 165 LF of 3 -inch HDPE force main via open trench 9 • Installation of interconnection with exiting 16 -inch force main at NW 135th Street • Repair and/or replacement of the existing sewer connections presumed to be damaged along Cairo Lane • Installation of pending sewer connections presumed to be damaged along Cairo Lane • Repair and/or replacement of damaged force main valves and/or valve boxes Water System As indicated by the City, the proposed water mains at NW 127th Street, Alexandria Drive and Cairo Lane were installed and are currently operational. As per the documentation provided by the City, there are fifteen (15) tapped service connections along NW 127th Street and Alexandria Drive, and five (5) along Caro Laine. However, most of the connections, valves and meters could not be located in the field, as they are all buried underneath the temporary pavement along Cairo Lane or under dirt along NW 127th Street and Alexandria Drive. Several of the proposed or previously existing fire hydrants were not located during the site investigation activities. In addition, several of the fire hydrants that were identified in the field were in poor conditions and/or broken. Under this scope of work, 300 Engineering will develop the final construction documents for the completion of the water system to include: • Installation of pending fire hydrants • Repair and/or replacement of damaged fire hydrants • Repair and/or replacement of damaged water service connections, water meters, water valves and/or valve boxes The City of Opa-Locka (City) requested 300 Engineering Group LLC (300 Engineering) to provide additional engineering services to those contemplated in the original scope of the project by implementing changes in the pavement design for the 100% Design and Bid Set Submittal phase, shifting from the original concrete pavement design to a concrete -asphalt hybrid pavement. Additionally, the City requested 300 Engineering to provide additional permitting coordination pertaining to a RER/DERM Class II Water Control Permit, South Florida Water Management District Permit and Sewer Extension Permit requirements, as the comments received from the permitting agencies include new requirements that deviate significantly form the permit approval requirements originally contemplated for this project in 2015. This revision for additional will be conducted as part of the 100% Design and Permitting Support activities in a lump sum fee basis for an amount of $56,220.00 and a reimbursable expense fee basis for an amount of $31,983.00, resulting in a total amount of $88,203.00. DESCRIPTION OF SERVICES 300 Engineering is hereby presenting a scope of services to provide the City with Cairo Lane, NW 127th Street and Alexandria Drive Project — Design, Permitting and Engineering Services During Construction. 300 Engineering intends to undertake this project on a Lump Sum fee basis. This project has been divided into the following tasks: 10 Task Description 100 Project Management 200 60% Design Phase 300 90% Design Phase 400 100% Design and Bid Set Submittals 500 Permitting Support 600 Bid and Award Services 700 Engineering Services during Construction and Inspection Services 100 Project Management 300 Engineering will provide project management services for the duration of the project. These services will include the following: a. Kick-off and Coordination Meetings • Prepare for and attend to the project kickoff meeting to be held at the City's offices or via teleconference with representatives from the City. The purpose of this meeting is to confirm project objectives, review project timeline, define roles & responsibilities, and discuss communication plan • Prepare for and attend to the project monthly coordination meetings. 300 Engineering staff will attend these meetings in person at the City's facilities or by teleconference. For the purpose of estimating the level of effort associated with this activity, six (6) coordination meetings have been budgeted during the design and permitting phases of this scope of services • For each meeting conducted under this project, 300 Engineering will prepare an agenda and meeting minutes b. Project Progress Reports 300 Engineering will prepare monthly progress reports that will be issued to the City along with the monthly invoices. Monthly progress reports will include: overall status of the project, work performed during the work period, estimated completion of tasks and major sub -tasks, and current challenges/issues. Deliverables The following deliverables will be submitted to the City as part of Task 100: • Meeting agendas and minutes (One (1) kick-off meeting and six (6) coordination meetings) • Monthly progress reports (Twelve (12) monthly progress reports) 200 60% Design Submittal and PER 300 Engineering will develop the 60% design submittal for the improvements to the water, wastewater, stormwater systems and roadway reconstruction at Cairo Lane, NW 127th Street described herein. The 60% design submittal will include the following activities: 11 • Preparation of 60% design drawings (civil discipline) for the water system • Preparation of 60% design drawings (civil discipline) for the wastewater system • Preparation of 60% design drawings (civil discipline) for stormwater system and roadway reconstruction • Preparation of technical specifications • Preparation of Class 3 level estimate of probable construction cost • Preparation of Preliminary Engineering Report (PER) for the sewer system • Preparation of Preliminary Engineering Report (PER) for the stormwater system 300 Engineering will prepare the technical specifications based on the City's and/or MDWASD's standard specifications. 300 Engineering will also prepare a Class 3 level estimate of probable construction cost in accordance with AACE International Recommended Practice 56R-08 Cost Estimate Classification System. The PERs shall be prepared to satisfy the requirements of the Miami -Dade County Regulatory and Economic Resources (MDRER) Department. The PER for the sewer system shall contain the following information: • Introduction • Project Location • Reasons of Project • Description of Force Main System • Design Criteria for Force Main Replacement — (Hydraulic Model to be provided by the City or City's designee) • Scope of Work • Exhibits The PER for the stormwater system shall contain the following information: • Introduction • Project Location • Reasons of Project • Description of Stormwater System • Design Criteria for Stormwater System, including hydraulic modeling under revised site conditions • Scope of Work • Exhibits It is anticipated that the City will complete its review of the 60% Design Submittal (drawings, technical specifications, estimate of probable construction cost) and PERs within ten (10) working days of receipt of the submittal. Deliverables The following deliverables will be submitted to the City as part of Task 200: • 60% Design Drawings for the Water System including: location map, general notes, proposed plans and profiles. One (1) electronic set of drawings (24x36 -inch at 1:20 scale) • 60% Design Drawings for the Wastewater System including: location map, general notes, existing and proposed plans and profiles One (1) electronic set of drawings (24x36 -inch at 1:20 scale) 12 • 60% Design Drawings for Stormwater System and Roadway Reconstruction including: location map, general notes, proposed plans and profiles, cross sections, pavement restoration, MOT, signage and markings. One (1) electronic set of drawings (24x36 -inch at 1:20 scale) • Technical specifications. One (1) electronic copy • Class 3 Estimate of Probable Construction Cost. One (1) electronic copy • Wastewater System Preliminary Engineering Report. One (1) electronic copy • Stormwater System Preliminary Engineering Report. One (1) electronic copy 300 90% Design Submittal and FER Upon approval of the 60% Design submittal, 300 Engineering shall prepare 90% drawings and specifications for the project. The 90% drawings will include updated general, civil and design details. Additionally, the stormwater system and roadway drawings shall include Maintenance of Traffic (MOT) and stormwater pollution prevention plans. The drawings and specifications shall include the necessary information to accommodate the proposed improvements. Please refer to Appendix A for a preliminary list of drawings. 300 Engineering will update the stormwater and wastewater system PERs based on the comments received from the City and will prepare the Final Engineering Reports (FER) to be used for permitting purposes. City will provide standard contract documents including front-end documents. 300 Engineering will prepare the technical specifications based on Miami Dade Water and Sewer Department (MDWASD); and/or FDOT's standards. The 90% design submittal (drawings, technical specifications, estimate of probable construction cost) will be submitted to the City for review and comments. The City shall provide the comments to 300 Engineering in electronic format. It is anticipated that the City will complete its review of the 90% design submittal within ten (10) working days of receipt of the submittal package. Deliverables The following deliverables will be submitted to the City as part of Task 300: • 90% Design Drawings for the Water System. One (1) electronic set of drawings (24x36 - inch at 1:20 scale) • 90% Design Drawings for the Wastewater System. One (1) electronic set of drawings (24x36 -inch at 1:20 scale) • 90% Design Drawings for Stormwater System and Roadway Reconstruction. One (1) electronic set of drawings (24x36 -inch at 1:20 scale) • Technical specifications. One (1) electronic copy • Class 1 Estimate of Probable Construction Cost. One (1) electronic copy • Wastewater System Final Engineering Report. One (1) electronic copy • Stormwater System Final Engineering Report. One (1) electronic copy 400 100% Design and Bid Set Submittals Upon receipt of the comments from the City to the 90% design, 300 Engineering shall proceed with the preparation of the 100% design drawings. The 100% documents will be submitted to the City for final review and will be used to submit permit applications to the permitting agencies. 13 300 Engineering will prepare the Bid Set of construction documents to be utilized for bidding purposes after receipt of comments from the permitting agencies and comments from the City on the 100% design submittal. It is anticipated that the City will complete its review of the 100% complete plans and specifications within ten (10) working days of receipt of the submittal package. In response to the City's request and in alignment with budget considerations, 300 Engineering will adapt the initial concrete pavement design to a concrete -asphalt hybrid configuration. In addition, as requested by the RER-DERM Water Control, a new stormwater treatment system will be designed to incorporate a multi -stage approach with treatment units inside catch basins and a new final treatment stage prior to the outfall system. Deliverables The following deliverables will be submitted to the City as part of Task 400: • 100% Submittal (to be used for permitting): o Water System Drawings. One (1) electronic Signed and Sealed set of drawings (24x36 -inch, scale 1:20) o Wastewater System Drawings. One (1) electronic Signed and Sealed set of drawings (24x36 -inch, scale 1:20) o Stormwater System and Roadway Reconstruction Drawings. One (1) electronic Signed and Sealed set of drawings (24x36 -inch, scale 1:20) • Bid Set Submittal (to be used for bidding purposes) o Water System Drawings. One (1) electronic Signed and Sealed set of drawings (24x36 -inch, scale 1:20) o Wastewater System Drawings. One (1) electronic Signed and Sealed set of drawings (24x36 -inch, scale 1:20) o Stormwater System and Roadway Reconstruction Drawings. One (1) electronic Signed and Sealed set of drawings (24x36 -inch, scale 1:20) o Technical Specifications. One (1) electronic copy • Class 1 Estimate of Probable Construction Cost. One (1) electronic copy 500 Permitting Support 300 Engineering will perform the following activities: • Prepare one (1) permit application, per agency identified below • Provide design data as required for permit approval from the various regulatory agencies • Prepare signed and sealed contract documents for regulatory agency/City review, as described in task 400 • Respond to requests for information (RFIs) issued by the regulatory agencies within ten (10) working days of receipt of comments Anticipated regulatory reviews are as follows: Miami -Dade County Fire Rescue It is anticipated that a Municipal Permit will be required with the Miami -Dade Fire Rescue for the fire hydrants and/or fire services located within the project. Miami -Dade County RER/FDEP 14 It is anticipated that a Sewer Extension Permit will be required for the force main extension considered herein. 300 Engineering will perform the sanitary sewer hydraulic modeling to evaluate the described scenario of the force main extension using the existing hydraulic model as a base, as requested by RER/FDEP. A hydraulic modeling technical memorandum will be prepared to document the results of the model and recommendations. 300 Engineering will prepare a separate permit package to comply with RER/FDEP Sewer extension requirements. Florida Department of Transportation It is anticipated that a Utility Permit with the Florida Department of Transportation will be required for the project. FDEP It is anticipated that a National Pollution Discharge Elimination System (NPDES) Generic Permit for Large and Small Construction Activities might be required for the project. Miami -Dade County RER-DERM It is anticipated that a Class II permit with RER/DERM will be required for the construction of drainage system with overflow or outfall in, on or upon any water body within the project. A stormwater pollution prevention plan will be prepared for the project. 300 Engineering will provide the design of a new stormwater treatment system including a multistage phase and incorporate it in the Permit Set to comply with RER-DERM regulations. Additionally, as discussed with RER-DERM Pollution Remediation Section (PRS) soil management and health and safety plan is required for this project, this can be included as a requirement for the Contractor. 300 Engineering will include the minimum requirements for these plans in the updated permit sets and bid set submittals. City of Opa-Locka Public Works Department It is anticipated that a Public Works Building Permit will be required for this project. Miami -Dade County Public Works Department It is anticipated that a Dry Run review for the Miami -Dade Transportation and Public Works Department will be required for the project. South Florida Water Management District It is anticipated that a surface Water Management General Permit (SWMGP) will be required since the outfall pipe to the canal exceeds 24 inches. 300 Engineering will respond to RFIs issued by the regulatory agencies as required. It is anticipated that up to two (2) RFIs per agency will be responded to during the permitting process. Permitting fees are not included in this proposal. The City shall be responsible for all permit fees. 15 300 Engineering shall pay the permit and application fees for the RER/DERM Class II Water Control Permit and the RER/FDEP Sewer Extension Permit. These services shall be provided as a reimbursable expense. Deliverables The following deliverables will be submitted to the City as part of Task 500: • One (1) permit application per agency (as outlined above) • Reponses to RFIs • Hydraulic modeling technical memorandum. One (1) electronic copy • Soil Management Plan Requirements for Contractor. One (1) electronic copy • Health and Safety Plan Requirements for Contractor. One (1) electronic copy 600 Bid and Award Services 300 Engineering shall attend one (1) pre -bid conference for the project described herein. 300 Engineering shall prepare and distribute written meeting minutes to the bidders and attendees within three (3) calendar days after the pre -bid conferences. 300 Engineering shall receive, keep track, and provide timely responses to RFIs from contractors during the bid process. 300 Engineering shall prepare written addenda with RFIs and responses and the final version of each addenda shall be transmitted to the City's designee for review and issuance. Within five (5) calendar days of receipt of bids, 300 Engineering shall evaluate the bids for completeness, responsiveness, and price, including alternative prices and unit prices, and shall make a recommendation to the City regarding award of the contract for the project. Deliverables The following deliverables will be submitted to the City as part of Task 600: • Pre -bid conference meeting minutes. One (1) electronic copy emailed to the City's designee • Response to RFIs from the potential bidders. One (1) electronic copy per RFI emailed the City's designee • Formal Recommendation to the City regarding award of contract. One (1) electronic copy emailed to the City's designee 700 Engineering Services during Construction and Inspection Services 300 Engineering shall provide the following engineering services during construction: • Preparation of Responses to RFIs. The number of responses to RFIs from the contractor shall be limited to twenty (20) under this scope of work • Review of Shop Drawings submittals. The number of shop drawings review from the contractor shall be limited to twenty-five (25) under this scope of work • Daily Construction Inspections for the duration of the construction phase. For the purpose of estimating the level of effort associated with this activity, six (6) months of construction have been budgeted 16 • Review and approval of contractor as-builts drawings, including verification of regulatory compliance and project certification • Review and approval of change order requests. The number of review and approval of change order requests shall be limited to five (5) under this scope of work • Attendance to Pre -Construction Meeting. The number of pre -construction meetings shall be limited to one (1) under this scope of work • Attendance to Bi-weekly Construction Meetings • Review and approval of contractor request for payment 300 Engineering will not provide construction management services under this scope of work. The City shall be responsible for the management of the Contractor. Deliverables The following deliverables will be submitted to the City as part of Task 700: • RFI Response Memorandum. One (1) electronic copy emailed to the City designee per RFI • Shop Drawing Submittal Review comments. One (1) electronic copy emailed to the City's designee per Shop Drawing review • Daily Inspection Reports. One (1) electronic copy emailed to the City's designee per report • As -built Review Memorandum. One (1) electronic copy emailed to the City's designee • Change Order Review and Recommendations. One (1) electronic copy emailed to the City designee per change order request • Pre -Construction Meeting Agenda and Meeting Minutes. One (1) electronic copy emailed to the City's designee • Bi-weekly Construction Meeting Agendas and Meeting Minutes. One (1) electronic copy emailed to the City's designee per meeting • Contractor Request for Payment Approval. One (1) electronic copy emailed to the City's designee per contractor payment request SCHEDULE The Project Schedule is approximately twelve (12) months from NTP. INVOICING Invoicing will be monthly as per the Contract between 300 Engineering and the City of Opa-Locka. Invoices shall be paid within thirty (30) days of invoice receipt. COMPENSATION The services described herein for Tasks 100 to 600 will be performed on a fixed lump sum fee basis, and in a time and materials fee basis for Task 700, as per the Contract between 300 Engineering and the City of Opa-Locka, in the amount shown in Appendix B as CONTRACT GRAND TOTAL. Miles, reproduction, and other reimbursable expenses are to be paid as presented and approved. Additional expenses included in Revision 1 are presented in Appendix C. 17 ASSUMPTIONS This Scope of Services is based on the following assumptions: • All requested information will be made available to 300 Engineering by the City • When available, the City will provide 300 Engineering with any requested AutoCAD information in electronic format • City's staff will be available to attend meetings and assist 300 Engineering with site visits as necessary • City will provide standard contract documents including front-end documents. 300 Engineering will prepare the technical specifications based on Miami Dade Water and Sewer Department (MDWASD); and/or FDOT's standards • MOTs will be prepared FDOT Standard Details as a base • Permit fees shall be paid by 300 and reimbursed by the City • Performance durations provided assume timely permit processing by regulatory agencies having jurisdiction over the project. Delays in obtaining permits beyond the control of 300 Engineering and our subconsultants may result in delays to the performance schedule for which 300 Engineering cannot be held liable • 300 Engineering is responsible for the certification of the portions of the project designed by 300 Engineering • 300 Engineering is responsible for obtaining the specified permits for this project, as listed herein, one time per agency only. If permits expire before the completion of the procurement and/or construction phases and permit renewals are required, these shall be considered additional permitting services, not included in this scope of work, and would require a scope and fee revision • Water main extension permit will not be required as the water mains within the project area are already in operation • 300 Engineering will not perform sanitary sewer hydraulic modeling services under this extension permits • 300 Engineering will provide sanitary sewer hydraulic modeling services under this scope of work. A hydraulic modeling technical memorandum will be prepared to document the results of the model. • It is the responsibility of the Contractor to submit and secure a Class V permit application with RER/DERM prior to initiating construction work • The force main section crossing NW 135th Street will be designed for open trench installation. This scope of work does not include HDD design • The stormwater system will be designed to only manage the runoff generated by the public ROW • The City will be responsible for enforcing code compliance in the project area to avoid illegal disposal of debris in the ROW and/or in the stormwater structures • Environmental Assessment/Remediation activities are not included in this scope of work • Existing utilities will be identified and considered during the design phases of the project. If major utility relocation design efforts are needed, this might require a revision of the scope of work • The recommendations and design criteria defined in the Technical Memorandums prepared as part of a separate tasks were based on documentation provided by the City as well as limited field observations performed by 300 Engineering 18 • The estimation of the pressure at the point of connection (POC) of the force main will be conducted based on the data provide by the Hydraulic Model to be developed by the City's designee • 300 Engineering shall not be responsible for any delays in the project caused by response times from the City and/or utility owners • 300 Engineering shall not be held liable for the integrity, proper functioning and adequate installation of infrastructure installed by Intercounty Engineering • 300 Engineering shall not be liable for any malfunction or damage to the City's roadways, water distribution system, drainage system, force main, and/or consumer lines • The City shall provide 300 Engineering with the contact information of the property owners within the project site • The City shall provide 300 Engineering with the contact information, if available, of utility owners that were involved during the Design -Build project conducted by Intercounty Engineering • In consideration of this Project, unrestricted access to data and information sources is made available to 300 Engineering. 300 Engineering shall comply fully with all security procedures, and shall not divulge to third parties all confidential Data Information obtained from the City of Opa-Locka while performing consulting services, including, but not limited to, security procedures, business operations information or proprietary information in the possession of the City of Opa-Locka. 300 Engineering shall not be required to keep confidential information or material that is publicly available through no fault of 300 Engineering, material that 300 Engineering developed independently without relying on the State's or Customer's confidential information, or material that is otherwise obtainable under State Law as a public record 19 3CC APPENDIX A Preliminary List of Drawings 1) Water System Sheet G1 G2 G3 G4 C1 C2 C3 C4 C5 C6 C7 C8 C9 C10 C11 C12 C13 C14 C15 C16 C17 Description Title Sheet Notes and Legend General Notes Key Sheet Water Service Connections Water Service Connections Water Service Connections Water Service Connections Water Service Connections Water Service Connections Water Service Connections Water Service Connections Water Service Connections Water Service Connections Water Service Connections Water Service Connections Civil Details Civil Details Standard Details Standard Details Standard Details 2) Wastewater System Sheet G1 G2 G3 G4 C1 C2 C3 C4 C5 C6 C7 C8 C9 and Fire Hydrants Plan — Cairo Lane and Fire Hydrants Plan — Cairo Lane — Cairo Lane and Fire Hydrants Plan — Cairo Lane — Cairo Lane and Fire Hydrants Plan — Cairo Lane — Cairo Lane and Fire Hydrants Plan — Cairo Lane — Cairo Lane and Fire Hydrants Plan — Cairo Lane — Cairo Lane and Fire Hydrants Plan — Cairo Lane — Cairo Lane and Fire Hydrants Plan — Cairo Lane — NW 127th Street and Fire Hydrants Plan — Cairo Lane — NW 127th Street and Fire Hydrants Plan — Cairo Lane — NW 127th Street and Fire Hydrants Plan — Cairo Lane — NW 127th Street and Fire Hydrants Plan — Cairo Lane — NW 127th Street Description Title Sheet Notes and Legend General Notes Key Sheet Force Main Plan & Profile — Cairo Lane Force Main Plan & Profile — Cairo Lane Force Main Plan & Profile — Cairo Lane Force Main Plan & Profile — Cairo Lane Force Main Plan & Profile — Cairo Lane Force Main Plan & Profile — Cairo Lane Force Main Plan & Profile — Cairo Lane Civil Details Civil Details C10 Standard Details C11 Standard Details C12 Standard Details 3) Roadway and Stormwater System Sheet Description G1 Title Sheet G2 Notes and Legend G3 General Notes G4 Key Sheet C1 Stormwater Structures Demolition/Modification Plan C2 Stormwater Structures Demolition/Modification Plan C3 Roadway and Drainage Plan & Profile — Cairo Lane C4 Roadway and Drainage Plan & Profile — Cairo Lane C5 Roadway and Drainage Plan & Profile — Cairo Lane C6 Roadway and Drainage Plan & Profile — Cairo Lane C7 Roadway and Drainage Plan & Profile — Cairo Lane C8 Roadway and Drainage Plan & Profile — Cairo Lane C9 Roadway and Drainage Plan & Profile — Cairo Lane C10 Roadway and Drainage Plan & Profile — NW 127th Street C11 Roadway and Drainage Plan & Profile — NW 127th Street C12 Roadway and Drainage Plan & Profile — NW 127th Street C13 Roadway and Drainage Plan & Profile — NW 127th Street C14 Roadway and Drainage Plan & Profile — NW 127th Street C15 Roadway and Drainage Plan & Profile — NW 32' Avenue C16 Civil Details C17 Civil Details C18 Civil Details C19 Civil Details C20 Civil Details C21 Civil Details C22 Civil Details C23 Civil Details C24 Standard Details C25 Standard Details C26 Standard Details C27 MOT — Cairo Lane C28 MOT — Cairo Lane C29 MOT — Cairo Lane C30 MOT — Cairo Lane C31 MOT — Cairo Lane C32 MOT — Cairo Lane C33 MOT — Cairo Lane C34 MOT — NW 127th Street C35 MOT — NW 127th Street C36 MOT — NW 127th Street C37 MOT — NW 127th Street C38 MOT — NW 127th Street C39 Cross Sections — Cairo Lane C40 Cross Sections — Cairo Lane C41 Cross Sections — Cairo Lane C42 Cross Sections — Cairo Lane C43 Cross Sections — Cairo Lane C44 Cross Sections — Cairo Lane C45 Cross Sections — Cairo Lane C46 Cross Sections — NW 127th Street C47 Cross Sections — NW 127th Street C48 Cross Sections — NW 127th Street C49 Cross Sections — NW 127th Street C50 Cross Sections — NW 127th Street C51 Stormwater Pollution Prevention Plan C52 Stormwater Pollution Prevention Plan C53 Stormwater Pollution Prevention Plan C54 Stormwater Pollution Prevention Plan C55 Stormwater Pollution Prevention Plan C56 Stormwater Pollution Prevention Plan C57 Signing and Pavement Markings — Cairo Lane C58 Signing and Pavement Markings — Cairo Lane C59 Signing and Pavement Markings — Cairo Lane C60 Signing and Pavement Markings — Cairo Lane C61 Signing and Pavement Markings — Cairo Lane C62 Signing and Pavement Markings — NW 127th Street C63 Signing and Pavement Markings — NW 127th Street C64 Signing and Pavement Markings — NW 127th Street C65 Signing and Pavement Markings — NW 127th Street APPENDIX B FEE SCHEDULE Subtaa k City of Opa-Locka RR] No. 20 .0324200 "Cairo Lane, NW 127th Stre et and Ale xa ndri a Dri ve Pr oj ect— De sign, Permitting and E ngineering S ervic es During Co nstru ctio n" Fee Schedule Project Principal Pr oject Man ager C$ up�„s Engineer of Rec ord Pr ot ect Engi neer CAD T echnicia n Inspect or T ot al H ours Rate, $IHr 0215.00 $190.00 0160.00 8160 .00 $140.00 $75.00 $90 .00 100 200 300 400 500 600 700 Pro ject Ma na ge ment 60% Design Phase 90% Design Phase 100% Design and Bid Set Su bmittals Permittin g Su pport Bid an d Award Se rvices Engineerin g Services durin g Cons truction and Inspection Serv ius 2 2 26 50 27 19 36 10 73 22 12 10 60 30 20 21 12 121 31 120 60 60 72 240 120 80 57 492 249 189 131 32 1013 179 640 Total (Ho urs) Sub -To ni Labo r Fee 4 241 44 264 530 440 640 2163 To ta l Pro je ct Co st (Labo r) % Utlllatio n Total (0) 0.18% 9860.00 11.14% 545,790.00 2.03% $7.040.00 Pepe 1 1221% 542,240.00 24.50 % $74,200.00 20.34 % 533,000.00 28.59% 557,600.00 100 .00% 0260,730 .00 3GC B udget Lab or S ubt otal 59280.00 99,280 .00 $57,420 .00 057,420.00 029,250 .00 829,250.00 522,810 .00 022,810.00 520.710 .00 020,710 .00 55,370.00 $5,370.00 0115,890.00 9115,890.00 9260,730.00 9260,730.00 $260,730.00 260,730 .0 Remarks Lu mp Sum Lump Sum Lump Sum Lump Sum Lump Sum Lump Sum Tim e & Materials APPENDIX C REVISION 1 PROPOSED FEE SCHEDULE City o! Op.Loclu RFQ No. 20.0324200 "Cairo Lane, NW 127th Str eet and Al exandria Orly. Project —Design, P erwHgl g and Engi neering Se rvices During C oneouctI on" Propos ed Fee Schedule Revisi on 1 Armantln C Ram,501r Prdect Princip al Project Manag er Operation. Support Engin eer of R eprtl Pr o). Engine er CAD Tedln lbn Insp ect or 5215.00 5190 .00 3160.00 3100.00 5140 .00 576.00 590.00 Tot al Hours Su 6Wk 110 200 300 400 500 800 700 Project Management S0% Deelgn Pha se 00% Des10n Phase 100% Dod ge and 010 Sot Submd tale Pom,itting 50 111004 BM and Award Service s Engine ering Swims durin g Ca ru .odko and In .Pea ti0n Sank . 0 0 0 204 2w 0 20 20 40 32 34 eti 40 Mr Total (Noun) Sub -To tal Labo r Fee 72 150 100 468 000' 5 (M 1ka 90. Ru ptoductIan 8 Rulmbu rauble ) DEW, Claee III Wa rm Cora Por A ppllcu110n F. DERMS Clan I II Water Control Prmiil Foe FOE? Sower Emersion Pen. A pplim l Sub Tota l 00 0§ (M ilea ge, 00 0,0Iuctia„ S Rolmbunebinl Su b -T ota l labo r Fao1000 9. trelleatlon Total [5) 30.00 0.55% 57600.00 0. 00•% 50.00 1538% 511529 .00 19% 522400.00 4'1.68 % 51 4700 .00 0.00% 50.00 100 .000 . 50 .00 Bud➢ N Labor Subbhl 50 .00 sS00 50.00 50.00 50.00 50 .00 029,5000.00 529,660 00 520.560 .00 529.500 00 50.00 50.00 5000 5000 556 .].20.00 556.220.00 5520 )5 000.303 .25 5550.20 331 983.00 $68,203.00 588 .203 .00 Rem arks Lump Sum Lump Sum L ump Sum Lurna Sum Lump Sum L ump Sum Tim e A Mardi s Reimbu n.Llu 04,ureu 00!mbursablu Fe mme * 000102rsoblu 1250 .12, PROJECT AGREEMENT FOR DESIGN SERVICES BETWEEN THE CITY OF OPA-LOCKA AND 300 ENGINEERING GROUP P.A. THIS PROJECT AGREEMENT (the "Agreement") is made and entered into this 1St day of March, 2021 between the CITY OF OPA-LOCKA, FLORIDA, a Florida Municipal Corporation with its principal offices located at 780 Fisherman Street, 4th Floor. Op-Iocka FL. 33054 (the "City"), and 300 ENGINEERING GROUP P.A. (the "Consultant"), a Florida corporation authorized to conduct business in the State of Florida, with principal offices located at 2222 Ponce de Leon Blvd. Suite 300. Coral Gables, Florida 33134. WITNESSED: WHEREAS, on June 10, 2020, the City approved a pool of Qualified Firms to provide Architectural and Engineering Consulting Services to the City on an as needed basis pursuant to RFQ# 20-0324200 Library of Miscellaneous Professional Consultants; and WHEREAS, the Consultant is a member of the pool under the subcategory of Civil Engineering, Landscape Architectural, Structural Engineering and Traffic Engineering Services and has executed a Continuing Services Agreement; and WHEREAS, the Consultant has been selected by the City to provide Engineering Consulting Design Services (known as the "Project", the "Services" or the "Scope of Services") to the assessment and evaluation of the Cairo Lane, NW 127th Street and Alexandria Drive Project, including the verification of the design proposed by the previous Contractor, and to develop basis design for the completion of the stormwater, force main, water system, and roadway improvement. 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 8 1.2 A Scope of Services request completed by the Consultant and accepted by the City, attached hereto as Attachment "A"; and 1.3 Any and all applicable addenda, proposals executed and submitted by the Consultant and accepted by the City, specifications and insurance certificates; and 1.4 All amendments mutually agreed to after execution of this Agreement. These Contract Documents comprise the entire agreement for the Services agreed to herein between the parties, and incorporated into and made a part of this Agreement as if attached to this Agreement or repeated herein. In the event of a conflict between this Agreement and any other Contract Document(s), this Agreement shall prevail. 2. THE WORK Consultant shall furnish all labor, materials and equipment necessary to provide professional Services as specified in the Scope of Services and accepted by the City. 3. PERIOD OF SERVICE The Consultant shall begin work promptly after receipt of a fully executed copy of this Agreement and a letter of Notice to Proceed from the City and shall complete the Project within the time mutually agreed upon, as specified in the Scope of Services request accepted by the City. 4. COMPENSATION Compensation (the "Contract Sum") for performing the Services related to the Project shall be the fee of One Hundred Fifty -Nine Thousand Two Hundred Ninety -Six Dollars ($159,296.00) specified in the Scope of Services request accepted by the City. 5. PAYMENTS 5.1 The City shall pay the Contract Sum to the Consultant subject to the completion of tasks as specified in the Attachment "A". The City shall pay the Consultant for work performed subject to the specifications of the job and any additions and deductions by subsequent change order provided in the Contract Documents. All payments shall be governed by the Florida Prompt Payment Act, Chapter 218, Part VII, Florida Statutes. Page 2 of 8 Civil Engineering Services 5.2 The Consultant shall provide periodic invoices to the City upon completion of a substantial amount of Services relating to the Scope of Services contained within this Agreement. Payment shall be made to the Consultant upon approval of submitted invoices to the City. 6. TERMINATION This Agreement may be terminated by the City for convenience upon ninety (90) calendar days' written notice to the Consultant. In the event of such termination, any Services performed by the Consultant under this Agreement shall, at the option of the City, become the City's property, and the Consultant shall be entitled to receive compensation for any work completed pursuant to this Agreement to the satisfaction of the City up through the date of termination. Under no circumstances shall City make payment for Services that have not been performed. This Agreement may be terminated by either party for cause upon five calendar days' written notice to the other should such other party fail to perform in accordance with its material terms through no fault of the party initiating the termination. In the event the Consultant abandons this Agreement or causes it to be terminated by the City, the Consultant shall indemnify and save the City harmless against loss pertaining to this termination. In the event that the Consultant is terminated by the City for cause and it is subsequently determined by a court of competent jurisdiction that such termination was without cause, such termination shall thereupon be deemed a termination for convenience and the provisions in the paragraph above shall apply. 7. DEFAULT: In the event of a default by Consultant, the default provisions contained in the Continuing Services Agreement between the parties shall govern. 8. ANTI-LOBBYING/NO CONTINGENT FEE: The provisions of Section 11 of the Continuing Services Agreement shall apply to this Agreement. 9. WARRANTIES AND GUARANTEES: 9.1 The Consultant warrants that its Services are to be performed within the limits prescribed by the City and with the usual thoroughness and competence of the Consultant's architectural and/or engineering profession. 9.2 The Consultant shall be responsible for technically deficient designs, reports or studies due to negligent acts, errors or omissions. The Consultant shall, upon the request of the City, promptly correct or replace all deficient work due to negligent acts, errors or omissions without cost to the City. Page 3 of 8 Civil Engineering Services 10. BINDING EFFECT: This Agreement shall bind and the benefits thereof shall inure to the respective parties hereto, their legal representatives, executors, administrators, successors and assigns. 11. AMENDMENTS AND MODIFICATION: No amendments and/or modifications of this Agreement shall be valid unless in writing and signed by each of the parties to the Agreement. 12. MERGER: AMENDMENT: This Agreement, including the referenced Contract Documents, and any attachments, constitute the entire agreement between Consultant and City, and all negotiations and oral understandings between the parties are merged herein. This Agreement may be supplemented and/or amended only by a written document executed by both Consultant and City. 13. NONASSIGNABILITY: Consultant shall not assign, subcontract or transfer any rights or delegate any duties arising under this Agreement without prior written consent of the City, which consent may be withheld by the City in its sole discretion. 14. NOTICES: Whenever either party desires to give notice to the other, it shall be given by written notice, sent by certified United States mail, with return receipt requested, addressed to the party for whom it is intended, at the place last specified, and the place for giving of notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving of notice, to -wit: FOR CONSULTANT: FOR CITY: WITH COPY TO: Civil Engineering Services 300 Engineering Group P.A. 2222 Ponce de Leon Blvd. Suite 300 Coral Gables, FL 33134 City of Opa-Locka John Pate, City Manager 780 Fisherman Street Opa-Locka, FL 33054 Burnadette Norris -Weeks, P.A. City Attorney 401 North Avenue of the Arts (NW 7th Avenue) Fort Lauderdale, FL 33311 Telephone: 954-768-9770 Facsimile: 954-768-9790 Page 4 of 8 15. SEVERABILITY; WAIVER: Any provision in this Agreement that is prohibited or unenforceable under Florida or federal law shall be ineffective to the extent of such prohibitions or unenforceability without invalidating the remaining provisions hereof. Also, the non -enforcement of any provision by either party to this Agreement shall not constitute a waiver of that provision nor shall it affect the future enforceability of that provision or the remainder of this Agreement. 16. Scrutinized Companies 16.1 Contractor certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the City may immediately terminate this Agreement at its sole option if the Contractor or its subcontractors are found to have submitted a false certification; or if the Contractor, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 16.2 If this Agreement is for more than one million dollars, the Contractor certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. Pursuant to Section 287.135, F.S., the City may immediately terminate this Agreement at its sole option if the Contractor , its affiliates, or its subcontractors are found to have submitted a false certification; or if the Contractor, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 16.3 The Contractor agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under this Agreement. 16.4 As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above -stated contracting prohibitions then they shall become inoperative. 17. OTHER PROVISIONS: 17.1 Titles and paragraph headings are for convenient reference and are not a part of this Agreement. 17.2 In the event of conflict between the terms of this Agreement and any terms or conditions contained in any attached or referenced Contract Documents, the terms in this Agreement shall prevail. 17.3 No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision, and no waiver shall be effective unless made in writing. 17.4 Consultant acknowledges that the public shall have access, at all reasonable times, to certain documents and information pertaining to City contracts, Page 5 of 8 Civil Engineering Services pursuant to the provisions of Chapter 119, Florida Statutes. Consultant agrees to maintain public records in Consultant's possession or control in connection with Consultant's performance under this Agreement and to provide the public with access to public records in accordance with the record maintenance, production and cost requirements set forth in Chapter 119, Florida Statutes, or as otherwise required by Law. Consultant shall ensure that public records that are exempt or confidential from public records disclosure requirements are not disclosed except as authorized by Law, for the duration of this Agreement and following completion of this Agreement until the records are transferred to the City. 17.5 Unless otherwise provided by Law, any and all reports, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of City. Upon completion of this Agreement or in the event of termination by either party, any reports, photographs, surveys and other data and documents and all public records prepared by, or in the possession or control of Consultant, whether finished or unfinished, shall become the property of City and shall be delivered by Consultant to the City Manager, at no cost to the City, within seven days of termination of this Agreement. All such records stored electronically by Consultant shall be delivered to the City in a format that is compatible with the City's information technology systems. Upon completion or termination of this Agreement, Consultant shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure. Any compensation due to Consultant shall be withheld until all documents are received as provided herein. Consultant's failure or refusal to comply with the provisions of this Section shall result in the immediate termination of this Agreement by the City. 17.6 Upon request by City's records custodian, provide City with a copy of requested records or allow the records to be inspected or copied within a reasonable time at 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: AT EST: Joa j a Flores, City Clerk Approved as to form and legal sufficiency for the use of and reliance by the City of Opa-L,cka only: City Attorney Burnadette Norris -Weeks, PA Ana Dvorak Print Name Civil Engineering Services CITY OF OPA-LOCKA By: / s ; Jo Cit, Mana er Dated: 01 0- lac d FOR CONSULTANT: 300 Engineering Groins P.A. P By: jay Authoribed Fyepresentative Franklin A. Torrealba, PE / Director Print Name 06/10/2021 Date Corporate Seal: ATTACHMENT "A" Consultant Scope of Work and Fee Proposal dated August 24, 2020 to provide engineering consulting design services for the assessment and evaluation of the Cairo Lane, NW 127th Street and Alexandria Drive Project, including the verification of the design proposed by the previous Contractor, and to develop basis design for the completion of the stormwater, force main, water system, and roadway improvement for the amount of one hundred fifty nine thousand two hundred ninety six dollars ($159,296.00) Page 8 of 8 Civil Engineering Services City of Opa-Locka RFQ 20-0324200 Cairo Lane, 127th Street and Alexandria Drive Project — Engineering and Assessment Services SCOPE OF WORK August 24, 2020 Prepared for: City of Opa-Locka Public Works Department Attn: Airia Austin Public Works and CIP Director City of Opa Locka 780 Fisherman Street Opa-Iocka, FL 33054 Prepared by: 300 Engineering Group, P.A. 3850 Bird Road, Suite 601 Miami, Florida 33146 Table of Contents INTRODUCTION 2 DESCRIPTION OF SERVICES 6 100 Project Management 6 200 Site Investigation 7 300 Stormwater System Assessment and Development of Basis of Design 8 400 Force Main System Assessment and Development of Basis of Design 9 500 Fire Hydrants & Water Valves Assessment and Development of Basis of Design 9 600 Roadway Reconstruction Assessment and Development of Basis of Design 10 SCHEDULE 11 INVOICING 11 COMPENSATION 11 ASSUMPTIONS 11 1 City of Opa-Locka RFQ 20-0324200 Cairo Lane, NW 127th Street and Alexandria Drive Project — Engineering and Assessment Services SCOPE OF WORK INTRODUCTION The City of Opa-Locka (City) owns, operates and maintains a water distribution system, a wastewater collection & transmission system and a stormwater management system within its service area. Cairo Lane, NW 127th Street and Alexandria Drive are within an industrial area located in the south west portion of the City, south of NW 135th Street and east of the Douglas/Le Jeune Road Connector. The project area was once part of a 50 -acre lake fill known as Milton's Dump that operated from 1966 to 1981. In 2015, the City issued the Request for Proposal (RFP) No: 15-2904100 to conduct improvements to the water, wastewater, stormwater systems and roadway reconstruction at Cairo Lane, NW 127th Street and sections of Alexandria Drive. The project seeks to address the non- existing drainage system in the area and provide for improved roadway conditions. The project was procured as a Design -Build project and the contract was awarded to Intercounty Engineering Inc. on May 13, 2015. Based on the design plans provide by the City on July 1, 2020, the project included the following: Cairo Lane, from the NW 127th Street Canal to NW 135th Street: • Installation of a new 3 -Inch HDPE force main (FM), thirty-four (34) service connections to the property line for the connection of privately owned grinder pump stations and interconnection with an existing force main along NW 135th Street. Grinder pumps stations shall be designed and installed by the property owners • Installation of new drainage system, including twenty (20) catch basins, trunk drainage pipping, nutrient removal treatment system at the south end of Cairo Lane and outfall to discharge to the 127th street canal • Installation of a new section of 12 -Inch PVC water main • Roadway reconstruction NW 127th Street, from Cairo Lane to NW 32nd Avenue: • Installation of new drainage system, including thirteen (13) catch basins and trunk drainage pipping • Installation of a new 12 -Inch PVC water main and five (5) fire hydrants • Roadway reconstruction Alexandria Drive, from NW 127th Street to approximately NW 131St Street: • Installation of a new 3 -Inch HDPE FM and service connections to the property line for the connection of privately owned grinder pump stations. Grinder pumps stations shall be designed and installed by the property owners • Installation of a new section of 12 -Inch PVC water main 2 The construction began in February 2016 and due to financial constraints and unforeseen conditions the construction was stopped in July 2019. Based on progress reports provided by the City on July 1St, 2020 and a site visit conducted with the City on July 10th, 2020, the following infrastructure was installed: • 3 -Inch HDPE FM along Cairo Lane and five (5) service connections, not including the NW 135th Street crossing and connection to the existing force main • South section of the trunk drainage pipe along Cairo Lane (up to catch basin 10), eighteen (18) catch basins and the stormwater treatment structure (without the filters) • 12 -Inch PVC water main section along Cairo Lane • Trunk drainage line along NW 127th Street and thirteen (13) catch basins • 12 -Inch PVC water main along NW 127th Street and four (4) fire hydrants • 3 -Inch HDPE FM along Alexandria Drive and six (6) service connections • 12 -Inch PVC water main section along Alexandria Drive Per the City, the construction progress has been summarized in the following figures and tables: Figure 1. Cairo Lane Project Legend Installed Treatment System Installed Force Main Force Main Pending Installed Stormwater Trunk Stormwater Trunk Pending Installed Stormwater Structure Stormwater Structure Pending Installed Stormwater Junction Installed Water Main Fire Hydrant Pending for Verification 3 - Legend OFire Hydrant Pending for Verification Roadway Reconstruction Pending — Installed Stormwater Trunk D. Installed Stonnwater Structure — Installed Water Main • Legend ' — Installed Force Main — Installed Water Main Table 1. Stormwater Improvements Status per the City Road Estimated LF of Stormwater Trunk Number of Stormwater Catch Basins Installed Pending Installed Pending Cairo Ln 1,226 1,546 18 2 NW 127th St 1,987 - 13 - Table 2. Force Main Improvements Status per the City Road Estimated LF of Force Main Laterals Installed Pending Installed Pending Cairo Ln 2,449 165 5 29 Alexandria Dr 967 - 6 5 Table 3. Water Distribution Improvements Status per the City Road Estimated LF of Water Main Installed Number of new FH in the design Cairo Ln 715 2 NW 127th St 1,680 5 Alexandria Dr 275 - Table 4. Roadway Reconstruction Status per the City Road Estimated LF of Pending Roadway Reconstruction Cairo Ln 2,640 NW 127th St 2,071 The City has selected 300 Engineering Group, P.A. (300 Engineering) as a professional firm to provide engineering services for the assessment and evaluation of the Cairo Lane, NW 127th Street & Alexandria Drive Project, including the verification of the design proposed by the previous Contractor, and to develop basis of design for the completion of the stormwater, force main, water system, and roadway improvements. 5 DESCRIPTION OF SERVICES 300 Engineering is hereby presenting a scope of services to provide the City with Cairo Lane, NW 127th Street and Alexandria Drive Project — Engineering and Assessment Services. 300 Engineering intends to undertake this project on a Lump Sum fee basis. This project has been divided into the following tasks: Task Description 100 Project Management 200 Site Investigation 300 Stormwater System Assessment and Development of Basis of Design 400 Force Main System Assessment and Development of Basis of Design 500 Fire Hydrants & Water Valves Assessment and Development of Basis of Design 600 Roadway Reconstruction Assessment and Development of Basis of Design 100 Project Management 300 Engineering will provide project management services for the duration of the project. These services will include the following: a. Kick-off and Coordination Meetings • Prepare for and attend to the project kickoff meeting to be held at the City's offices or via teleconference with representatives from the City. The purpose of this meeting is to confirm project objectives, review project timeline, define roles & responsibilities, and discuss communication plan • Prepare for and attend to the project monthly coordination meetings. 300 Engineering staff will attend these meetings in person at the City's facilities or by teleconference. For the purpose of estimating the level of effort associated with this activity, three (3) coordination meetings have been budgeted • For each meeting conducted under this project, 300 Engineering will prepare an agenda and meeting minutes b. Project Progress Reports 300 Engineering will prepare monthly progress reports that will be issued to the City along with the monthly invoices. Monthly progress reports will include: overall status of the project, work performed during the work period, estimated completion of tasks and major sub -tasks, and current challenges/issues. Deliverables The following deliverables will be submitted to the City as part of Task 100: • Meeting agendas and minutes (One (1) kick-off meeting and three (3) coordination meetings) • Monthly progress reports (Four (4) monthly progress reports) 6 200 Site Investigation As part of the verification of the previous project design, 300 Engineering will provide site investigation services, that will include field visits to identify and assess the conditions of installed infrastructure, such as valves, catch basins, grate inlets, fire hydrants, manholes; and identification of possible utility conflicts and identification of deviations from the original design plans. 300 Engineering will identify utilities through coordination with Sunshine 811 for the extent of the project. Based on the information provided in this design ticket, 300 Engineering will request as - built data from utilities identified in the area, if needed. 300 Engineering will also include topographic survey and geotechnical investigations under Task 200. The City shall clear the project area of debris and garbage and uncover buried structures before the execution of field investigation activities. This will be necessary to locate and assess existing infrastructure. All the deliverables described in this scope of work are contingent upon the City removing debris and clearing the project site. 210 Topographic Survey 300 Engineering shall contract the services of a licensed State of Florida Surveyor to conduct a topographic survey of the project site (Cairo Lane and 127th Street). The topographic survey will include elevations, easements, right of way limits, edges of pavement, visible utilities, and other surface features. The licensed State of Florida Surveyor will investigate records and deeds of the Right of Way ROW) strips and of abutting properties for determining ROW width on Cairo Lane and NW 127th Street and compare records with any field evidence. For ROW establishment, the survey will use as reference the Route Topographic Survey (Cairo Ln.) and Specific Purpose Survey (NW 127 St) provided by the City and prepared by Premiere Design Solutions (PDS), dated 08/15/2014 and signed in 11/10/2014 by Fernando Fernandez, PLS. The survey will locate all the existing aboveground improvements and occupational evidences within the ROW. The survey will also establish vertical control run level loop from official benchmarks and set project TBM's, take spot elevations at high and low points, cross -sections at every 100 feet, elevations on top of utilities and determine invert elevations for any existing drainage and gravity sewer system, including pipe size, directions and materials to the extent possible. The survey will also determine approximate height above grade for overhead cables and wires. In addition, and as requested by the City, the topographic survey will include underground utility location at three (3) locations: • Intersection of Cairo Lane and NW 135th St • TMR's crossing conduit for future use on Cairo Lane • Crossing concrete conduit on Cairo Lane by TMR's scale 220 Geotechnical Investigation 300 Engineering shall contract the services of a Professional Geotechnical Engineer to perform Standard Penetration Test (SPT) borings at the project site in accordance with the American Society of Testing Materials (ASTM) D-1586. A total of twelve (12) soil borings are estimated, 7 which shall be spaced at maximum of 500 feet. Excavation clearances shall also be provided under this task. The geotechnical investigation will provide information on the quality of the soils in the area for pipeline installation (along Cairo Lane) and for the roadway reconstruction along Cairo Lane and 127th Street. Deliverables The following deliverables will be submitted to the City as part of Task 200: • Field Assessment Report. One (1) electronic copy • Topographic Survey. One (1) signed and sealed electronic copy • Geotechnical Report. One (1) signed and sealed electronic copy 300 Stormwater System Assessment and Development of Basis of Design 300 Engineering will conduct an assessment of the stormwater system. This assessment will include the following activities: • Evaluate the design parameters defined by Intercounty Engineering in the response to the RFP No: 15-2940110 "Cairo Lane and NW 127th Street Roadway, Drainage, Water, and Wastewater Improvements" dated May 1St, 2015 • Assess the built infrastructure (visible structures such as catch basins, grate inlets, manholes) and identify deviations from the original design along Cairo Lane and NW 127th Street • Evaluate the designed system capacity to handle the stormwater runoff generated at the project site and the discharge to the NW 127th Street Canal • Evaluate the capacity and adequacy of the stormwater treatment system installed by Intercounty Engineering at Cairo Lane • Evaluate the need for a stormwater pump station for the discharge of the treated runoff • Identification of permitting requirements for the completion of the stormwater system improvements Based on the assessment results, 300 Engineering will prepare a Basis of Design Technical Memorandum that will include the design criteria to be used to complete the stormwater system improvements in Cairo Lane and NW 127th Street. This assessment may result in the use of already installed infrastructure or the need of a complete redesign and construction of new infrastructure. Deliverables The following deliverables will be submitted to the City as part of Task 300: • Draft Stormwater System Basis of Design Technical Memorandum. One (1) electronic copy • Final Stormwater System Basis of Design Technical Memorandum. One (1) signed and sealed electronic copy 8 400 Force Main System Assessment and Development of Basis of Design 300 Engineering will conduct an assessment of the force main system. This assessment will include the following activities: • Evaluate the design parameters defined by Intercounty Engineering in the response to the RFP No: 15-2940110 "Cairo Lane and NW 127th Street Roadway, Drainage, Water, and Wastewater Improvements" dated May 1st, 2015. 300 Engineering will not provide alternatives evaluation for the sanitary sewer system since the City indicated that a force main system is the preferred alternative due to the contaminated soils in the project area • Assess the built infrastructure (visible infrastructure such as valves and service connections) and identify deviations from the design developed by Intercounty Engineering as indicated in the design plans provided by the City on July 1st, 2020 • Estimation of the pressure at the point of connection (POC) with the existing force main at NW 135th Street. The estimation of the pressure at the POC will be conducted based on the data available at the Miami -Dade County Regulatory and Economic Resources' (RER) database for the connected pump stations, as reported by the City • Verify the required number of service connections along Cairo Lane and Alexandria Drive • Identify the location of installed service connections along Cairo Lane and Alexandria Drive • Define the installation method for the pending service connections along Cairo Lane and Alexandria Drive • Define the installation method for the pending force main section crossing NW 135th Street and the connection to the exiting force main along NW 135t" Street • Identification of permitting requirements for the completion of the force main system improvements Based on the assessment results, 300 Engineering will prepare a Basis of Design Technical Memorandum that will include the design criteria to be used to complete the force main system improvements in Cairo Lane and Alexandria Drive. This assessment may result in the use of already installed infrastructure or the need of a complete redesign and construction of new infrastructure. Deliverables The following deliverables will be submitted to the City as part of Task 400: • Draft Force Main System Basis of Design Technical Memorandum. One (1) electronic copy • Final Force Main System Basis of Design Technical Memorandum. One (1) signed and sealed electronic copy 500 Fire Hydrants & Water Valves Assessment and Development of Basis of Design 300 Engineering will conduct an assessment of the fire hydrants and water system valves. This assessment will include the following activities: • Evaluate the design parameters defined by Intercounty Engineering in the response to the RFP No: 15-2940110 "Cairo Lane and NW 127th Street Roadway, Drainage, Water, and Wastewater Improvements" dated May 1st, 2015 9 • Assess the built infrastructure (visible structures such as valves, fire hydrants, and meters) and identify deviations from the original design • Verify fire protection coverage as per Miami -Dade Fire Department requirements • Define possible locations of missing fire hydrants • Define if adjustments are required for installed fire hydrants • Identify valves for the interconnection of the existing water main, new water main and abandoned lines adjacent to 13070 Cairo Lane. This activity shall be executed with the assistance of the City's Public Works Department Based on the assessment results, 300 Engineering will prepare a Basis of Design Technical Memorandum that will include the design criteria to be used to complete the installation of fire hydrants and water system valves along Cairo Lane and NW 127th Street. This assessment may result in the use of already installed infrastructure or the need of a complete redesign and construction of new infrastructure. Deliverables The following deliverables will be submitted to the City as part of Task 500: • Draft Fire Hydrants and Water Valves Assessment Basis of Design Technical Memorandum. One (1) electronic copy • Final Fire Hydrants and Water Valves Assessment Basis of Design Technical Memorandum. One (1) signed and sealed electronic copy 600 Roadway Reconstruction Assessment and Development of Basis of Design 300 Engineering will conduct an assessment of the roadway reconstruction. This assessment will include the following activities: • Evaluate the design parameters defined by Intercounty Engineering in the response to the RFP No: 15-2940110 "Cairo Lane and NW 127th Street Roadway, Drainage, Water, and Wastewater Improvements" dated May 1St, 2015 • Evaluate the suitability of soils & fill materials, along Cairo Lane and NW 127th Street • Verify the applicability of the design criteria, as defined by Intercounty Engineering in the response to the RFP No: 15-2940110 "Cairo Lane and NW 127th Street Roadway, Drainage, Water, and Wastewater Improvements" dated May 1St, 2015, of the roadway based on current road conditions along Cairo Lane and NW 127th Street • Define the best construction method for the installation of concrete pavement that will allow minimum disruption to the traffic in the area • Evaluation of the design proposed by Intercounty Engineering for the opening of the median at NW 32"d Ave, as indicated in the design drawings provided by the City on July 1St, 2020 • Identification of permitting requirements for the completion of the roadway improvements Based on the assessment results, 300 Engineering will prepare a Basis of Design Technical Memorandum that will include the design criteria to be used for the roadway reconstruction of Cairo Lane and NW 127th Street. This assessment may result in the use of already installed infrastructure or the need of a complete redesign and construction of new infrastructure. 10 Deliverables The following deliverables will be submitted to the City as part of Task 600: • Draft Roadway Reconstruction Basis of Design Technical Memorandum. One (1) electronic copy • Final Roadway Reconstruction Basis Design Technical Memorandum. One (1) signed and sealed electronic copy SCHEDULE The Project Schedule is approximately four (4) months from NTP. INVOICING Invoicing will be monthly as per the Contract between 300 Engineering and the City of Opa-Locka. Invoices shall be paid within thirty (30) days of invoice receipt. COMPENSATION The services described herein will be performed on a fixed lump sum fee basis, as per the Contract between 300 Engineering and the City of Opa-Locka, in the amount shown in Appendix A as CONTRACT GRAND TOTAL. Miles, reproduction, and other reimbursable expenses are to be paid as presented and approved. ASSUMPTIONS This Scope of Services is based on the following assumptions: • All requested information will be made available to 300 Engineering by the City • When available, the City will provide 300 Engineering with any requested AutoCAD information in electronic format • The City's staff will be available to attend meetings and assist 300 Engineering with site visits • City of Opa-Locka's police might be required to accompany 300 Engineering's staff and its subconsultants during site investigation activities. The cost of the police officers must be paid by the City • The City shall clear the project area of debris and garbage and uncover buried structures before the execution of field investigation activities. This will be necessary to locate and assess existing infrastructure. All the deliverables described in this scope of work are contingent upon the City removing debris and clearing the project site • The assessments and basis of designs developed under this scope of work may result in the use of already installed infrastructure or the need of a complete redesign and construction of new infrastructure • For ROW establishment, the topographic survey will use as reference the Route Topographic Survey (Cairo Ln.) and Specific Purpose Survey (NW 127 St) provided by the City and prepared by Premiere Design Solutions (PDS), dated 08/15/2014 and signed in 11/10/2014 by Fernando Fernandez, PLS. 11 • The City shall provide 300 Engineering with the as-builts of the infrastructure in Alexandria Drive. Per the City, the as-builts of Alexandria Drive are currently under development by others and will be provided to 300 Engineering before the completion of this assessment (Task 1). Thus, survey of Alexandria Drive is not included in this project (Task 1). • 300 Engineering will assist in the location of water valves in coordination with the Public Works Department's staff. 300 Engineering shall not operate valves as this will be the responsibility of the City's staff • 300 Engineering will not provide alternatives evaluation for the sanitary sewer system since the City indicated that a force main system is the preferred alternative due to the contaminated soils in the project area • The estimation of the pressure at the point of connection (POC) of the force main will be conducted based on the data available at the Miami -Dade County Regulatory and Economic Resources' (RER) database for the connected pump stations, as reported by the City. This information shall be provided by the City • 300 Engineering shall not be responsible for any delays in the project caused by response times from the City and/or utility owners • Design services are not included in this scope of work • 300 Engineering shall not be held liable for the integrity, proper functioning and adequate installation of infrastructure installed by Intercounty Engineering • The evaluation of the integrity of installed pipelines would require cleaning of such pipelines. Pipeline cleaning and evaluation shall be conducted by the City and is not included in this scope of work • 300 Engineering shall not be liable for any malfunction or damage to the City's roadways, water distribution system, drainage system, force main, and/or consumer lines • The City shall provide 300 Engineering with the contact information of the property owners within the project site • The City shall provide 300 Engineering with the contact information, if available, of utility owners that were involved during the Design -Build project conducted by Intercounty Engineering • In consideration of this Project, unrestricted access to data and information sources is made available to 300 Engineering. 300 Engineering shall comply fully with all security procedures, and shall not divulge to third parties all confidential Data Information obtained from the City of Opa-Locka while performing consulting services, including, but not limited to, security procedures, business operations information or proprietary information in the possession of the City of Opa-Locka. 300 Engineering shall not be required to keep confidential information or material that is publicly available through no fault of 300 Engineering, material that 300 Engineering developed independently without relying on the State's or Customer's confidential information, or material that is otherwise obtainable under State Law as a public record 12 City of Opa-Locka RFQ No. 20-0324200 Task # 1 "Cairo Lan e, NW 127th Street and Ale xa ndria Drive Protect — E ngi ne ering and Assessme nt Services" Fee Schedule Pri ncipal Pr otect Manager Operatio ns S upo ort Seni or Engi neer Pr oJec Engineer Inspector T otal Hours Lab or Subtotal Rate, 5/Hr $215.00 $190 .03 $160.00 $160.00 $140 .00 $90.00 Subtask 100 200 300 400 500 600 Protect Managemen t Site Inv estiga tion Stono water System Asses smen t and Deve lopmen t of B asis of Design Fo rce Main System Assessment and Dev elo pmen t of Buis of Design Fire Hydrants Assess ment and Development of Basis of De sign Ro adwa y Reco nstruction Assessme nt and Development of Basis of Design 4 0 2 2 2 10 15 16 12 8 16 0 24 10 19 24 18 4 12 72 32 12 38 14 48 72 72 48 104 0 40 0 0 0 0 32 139 172 137 93 178 Total (Ho urs ) Sub -Total Labo r Fee ODC's (Milea ge, Reproduction & Reimburs able) Topographic Survey Geotechnical Investigatio n' Sub Total ODC's (Milea ge, Reproduc tio n & Reimburs able ) Sub -Total La bor Fee IO DC 11 77 95 170 358 40 751 % Utiliza tio n Total ($) 1.46% $2,365.00 10.25% $14,630.00 12.65 % $15,200 .00 22.64 % $27,200.00 47.67 % $50,120.00 5.33% $3,600.00 100.00% $5,360.00 $18,930.00 $26,670.00 $20,950.00 $14,215.00 $26,990 .00 $5,360.00 518,930 .00 $26,670.00 520,950.00 $14,215.00 526,990.00 5113,115.00 $39,750.00 56,431 .00 $46,181 .00 $159,296.00 $159,296 .00 Notes: 1. Detailed proposal from the Profes sional Land Surveyor 0 Included in this Appe ndix 2. Deta iled proposal from the Profese4n0 Geotechnical Engineer 0 Included In this Appendk Pa ge 1 N BELLO BELLO Land Surveying - Mapping Sciences August 21, 2020 Ms. Ana C Dvorak, ENV SP. 300 ENGINEERING GROUP, P.A. 3850 Bird Road, Suite 601 Miami, Florida 33146 OFF: 305-602-4602 I TEL: 786-781-2689 I FAX: 305-675-2373 via email to: acdvorak@300engineering.com RE: REVISED PROPOSAL FOR ROUTE TOPOGRAPHIC AND AS -BUILT SURVEY Dear Ana, Based on our previous conversation and on our understanding of the requirements, Bello and Bello (BB) is pleased to present the attached proposal for your consideration and acceptance. Upon approval, please return a signed copy of this proposal to us. The work will be performed by fully insured personnel and under the supervision of a Florida registered Professional Land Surveyor and Mapper. Certificates of Insurance will be provided upon request. We appreciate the opportunity to provide this proposal and look forward to working with you on this project. Should you have any questions do not hesitate to contact us. Very Truly Yours, Maisys Odalys C. Bello, PSM President LAND SURVEYING AND MAPPING SCIENCES 12230 SW 131 Avenue, Suite 201 - Miami, Florida 33186 - Ph: 305.251.9606 www.bellolandsurveying.com Page 1 of 3 BELLO BELLO Land Surveying - Mapping Sciences PROJECT NAME: • Opa-Iocka — Cairo Lane ROW Improvements PROJECT LOCATION (Reference) • Address: 13200 Cairo Lane, Opa-Iocka, FL 33054 • Folio: 08-2128-003-0540 • Legal Description: Section 28-52-41 Miami -Dade Co. FL PROJECT SIZE • +/- 2,640' LF along Cairo Lane • +/- 2,056' LF along N.W. 127th Street • Total: +/- 4696 LF SCOPE OF SERVICES Task # 1 Route Topographic Survey to include: • Sub Task #1.1: Investigate records and deeds of the R/W strips and of abutting properties for determining ROW width on Cairo Lane and NW 127th Street. Compare records with any field evidence. For ROW (s) establishment this firm will use as reference the Route Topographic Survey (Cairo Ln.) and Specific Purpose Survey (NW 127 St) provided by City prepared by Premiere Design Solutions (PDS), dated 08/15/2014 and 11/10/2014 signed by Fernando Fernandez, PLS. • Sub Task # 1.3: Location and survey all the existing aboveground improvements and occupational evidences. location of all improvements within RNV • Task # 1.4: Establish Vertical Control run level loop from official benchmarks and set project TBM's, take spot elevations at high and low points, take cross -sections at every 100 ft., elevations on top of utilities and determine invert elevations for any existing drainage and gravity sewer system, determine pipe size, directions and materials to the extent possible. Determine approximate height above grade for overhead cables and wires. Note that cleaning of the structures might be necessary. Task # 2 SUE (Underground Utility Location): Bello & Bello will perform SUE (Subsurface Utility Engineering) Quality Level "A" Utility Designation including softdigs accordance with the American Society of Civil Engineers ASCE CI -38-02. Area subject to SUE will be the following: 1. Intersection of Cairo Lane and NW 135th St. This section Does require the underground utility location for the force main tie-in. 2. TMR's crossing conduit for future use on Cairo Lane. 3. Crossing concrete conduit on Cairo Lane by TMR's scale. LAND SURVEYING AND MAPPING SCIENCES 12230 SW 131 Avenue, Suite 201 - Miami, Florida 33186 - Ph: 305.251.9606 www.bellolandsurveying.com Page 2 of 3 BELLO BELLO Land Surveying - Mapping Sciences Softdigs Steps • Sub Task # 2.1: Performing Vac Truck Softdigs and restauration are time consuming activities that will partially block the right of ways and require special MOT. Bello & Bello will design and perform Temporary Traffic Control (TTC/MOT) plan as required for work within non FDOT right of way(s) in compliance with FDOT policies and applicable MUTCD - Index 600. • Sub Task # 2.2: Prior to the excavations, B&B will generate a coordinate sheet for proposed excavation based on WASD's instructions. A Survey field crew will mark the area with white paint — tolerance of approximately 5 feet around the proposed location. The SUE Designation crew will perform Ground Penetrating Radar (GPR) designation survey to accurately identify the utility and pinpoint the location in order to avoid wrongful excavation. The vacuum truck crew will do the actual excavation and the survey crew will take the required information: horizontal coordinates, grade elevation on top, elevation of top of pipe, determining pipe size/material and confirm the type of utility. Upon completion of site survey area will be restored to its original condition. • Sub Task 2.3: SUE data processing. Comparing findings with data depicting on the Topographic Survey, updating the survey accordingly, preparing the Utility Map and the Certified Softdigs Report. PROVISIONS Horizontally: Georeferenced to Florida State Plane Coordinate System, NAD'83/2011 adjustment. Vertically: Elevations will be referenced to NGVD'29. Completion time depends on weather conditions, however we estimate 60 business days DELIVERABLES Six (6) certified copies of each survey prepared in compliance with Miami -Dade County survey standards and the standards of practice as set forth by the Florida Board of Professional Surveyors and Mappers in applicable provisions of Chapter 5J-17, Florida Administrative Code, pursuant to Section 472.027, Florida Statutes. A pdf copy and a drawing file in AutoCAD CiviI3D 2018 or earlier version. SUE Certified Utility Report and Mapping: One (1) certified sketch with depiction of softdigs (including horizontal coordinates, grade elevations and utility information as determined in the field). FEES Task # 1: $ 36 000.00 Lump Sum Task # 2: $ 1250.00 per soft Dig THIS AGREEMENT IS HEREBY ACKNOWLEDGED AND ACCEPTED. I understand and agree that by signing below I APPROVE AND ACCEPT this proposal as a legal binding contract. By: Date: Signature: Title: LAND SURVEYING AND MAPPING SCIENCES 12230 SW 131 Avenue, Suite 201 - Miami, Florida 33186 - Ph: 305.251.9606 www.bellolandsurveying.com Page 3 of 3 GFA International, Inc. Florida's Leading Engineering Source Ms. Ana C Dvorak 300 Engineering Group, P.A. 3850 Bird Road, Suite 601 Miami, FL 33146 Phone: (305) 602-4602 Email: acdvorak@300engineering.com Proposal for Geotechnical Exploration Opa-Locka Cairo Lane Project Along Cairo Lane & 127th Street, Opa-Locka, FL Proposal No. 20-1931.00 July 31, 2020 A Universal Engineering Sciences Company 'Y! A Universal Engineering Sciences Company Geotechnical Engineering I Construction Materials Testing and Inspections Building Code Compliance I Environmental, Health & Safety I Facilities Consulting Ms. Ana C Dvorak 300 Engineering Group, P.A. 3850 Bird Road, Suite 601 Miami, FL 33146 Phone: (305) 602-4602 Email: acdvorak@300engineering.com RE: Proposal for Geotechnical Exploration Opa-Locka Cairo Lane Project Along Cairo Lane & 127th Street, Opa-Locka, FL Proposal No. 20-1931.00 Dear Ms. Dvorak: LOCATIONS Atlanta, GA Buford. GA Chantilly, VA Charlotte. NC Clewiston. FL Daytona. FL Delray Beach, FL Douglasville, GA Fort Myers, FL Fort Pierce, FL Gainesville, FL Hagerstown, MD Irvine, CA Jacksonville. FL Kennesaw. GA Las Vegas, NV Miami, FL Ocala, FL Orlando, FL Palrn Coast, FL Panama City, FL Pelham. AL Pensacola, FL Port St. Lucie, FL Reno, NV Rockledge, FL Sarasota, FL St. Petersburg, FL Tampa, FL Tifton, GA West Palm Beach, FL July 31, 2020 GFA International, Inc. (GFA) appreciates the opportunity to become a part of your project team. Our team of professionals are dedicated to making this project a success, both on schedule and within budget. We are proud of our commitment to maintaining the highest levels of customer service and client satisfaction, and respectfully submit the following for your consideration. PROJECT INFORMATION It is GFA's understanding that this project is to consist of stormwater, roadway improvements, and force main installation along Cairo Lane and 127th street in Opa-Locka, FL. GEOTECHNICAL EXPLORATION Exploration is to consist of twelve (12) Standard Penetration Test (SPT) borings within the proposed structure for this geotechnical study. The borings will be completed with a truck or track -mounted drilling equipment. The depths are needed to evaluate the nature of the subsurface soils and general subsurface conditions for the proposed development. The borings will be performed to depths of 15 feet below grade. Underground utility clearance will be required prior to commencing the drilling of the SPT borings. Therefore, GFA will contact "Sunshine One -Call" Service to obtain underground public utility clearance. We request to be notified of the location of any existing private underground utilities and/or structures in the exploratory area prior to our field work. We will not be responsible for private and/or public underground utilities and/or structures not identified to our field crews. We have assumed that our field work can be performed during normal business hours. GFA will subcontract the performance of the Maintenance of Traffic (MOT) and the preparation of a MOT plan. These items will be needed for GFA to perform borings within the roadways as requested. Right of Way (ROW) and MOT permits will be responsibility of the client. GFA International, Inc. 11215 Wallace Drive, Delray Beach, FL 33444 I ph 561-347-0070 I teamgfa.com Page 2 of 5 Opa-Locka Cairo Lane Project July 31, 2020 Project No. 20-1931.00 PURPOSE The purpose of the services on this project is to explore the subsurface soil/rock conditions and provide roadway and pavement recommendations, including soil engineering parameters, soil parameters, soil classification, anticipated settlements, allowable bearing capacity, fill materials and compaction requirement to be used in evaluation of the site for the proposed construction. PROPOSED SCOPE OF SERVICES The geotechnical exploration and report shall include the following at a minimum: > Perform twelve (12) standard penetration test (SPT) borings. The borings will be completed to depths of 15 feet below existing grade, utilizing a truck or track -mounted drilling equipment. The SPT borings will be used as an investigative tool. > Two (2) days of Maintenance of Traffic (MOT) and MOT plan for the borings to be performed on the roadways. > A software -generated and plotted log of each boring will be prepared. > Prepare a site plan showing the approximate test locations. > Summarize the activities on this project in the form of a Geotechnical Report which will include test procedures used, data collected, evaluation of subsurface soil conditions, and engineering recommendations for the proposed construction. > Provide recommended site preparation procedures and imported fill requirements. An estimated LUMP SUM for the scope of services detailed above is $6,431.00. Please Note: This estimate is based on the site being accessible to a truck or track -mounted drilling equipment. If this is not the case, revisions will need to be made to this estimate to accommodate mobile drilling equipment or heavy -equipment to access boring locations. Estimate also assumes work to be completed in two (2) 8 -hour days during regular hours. GFA will not exceed the fee stated above unless the encountered soils are significantly different than those anticipated, the site is not accessible to truck mounted drilling equipment and/or if the report will require additional hours for engineering analysis due to the encountered soils being significantly different than those anticipated. The additional services and its cost shall be negotiated. CONDITIONS AND QUALIFICATIONS GFA's terms are C.O.D. (credit cards are accepted) unless a credit application has been approved or credit has been previously established. If credit is established, the terms will be 2/10/net-30days. The pricing contained herein is subject to change if this proposal is not authorized within 90 days from the date of this proposal. If more than 90 days have passed since the date of this proposal, please contact us for an updated proposal. Additional items not listed in this proposal will be quoted upon request. A digitally signed and sealed .pdf report will be provided at no charge. Hard copies of reports can be provided upon request, at a unit rate of $75.00 per report. AUTHORIZATION All services will be conducted in accordance with this proposal and attached Terms and Conditions. To initiate services, please complete and return the included Proposal Acceptance Agreement form. The Terms and Conditions are part of this agreement. The signed proposal acceptance agreement form must be received by GFA via fax or email prior to any work being performed, and an original copy must be received before completed reports can be distributed. GFA International, Inc. 11215 Wallace Drive, Delray Beach, FL 33444 I ph 561-347-0070 I teamgfa.com Page 3 of 5 Opa-Locka Cairo Lane Project Project No. 20-1931.00 July 31, 2020 CLOSING GFA appreciates the opportunity to submit this proposal and looks forward to working with you as a member of the project team. Please contact the undersigned at 561.347.0070 if you have any questions or comments. From our team to yours, GFA International, Inc. CA#4930 Carl s Mercado, M.S., P.E. Bran h Manager - Kalil rivdo Business Development Representative Estela G. Leon Aguilar, M.S, P.E. Geotechnical Department Manager Attachments: Exhibit "A" — GFA International Inc.'s Standard Terms & Conditions Exhibit "B" — Report Distribution Information Request Form GFA International, Inc. 1 1215 Wallace Drive, Delray Beach, FL 33444 1 ph 561-347-0070 I teamgfa.com Page 4 of 5