Loading...
HomeMy Public PortalAbout13-8662 EAC Consulting for Stormwater Master Plan Sponsored by: City Manager RESOLUTION NO. 13-8662 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH EAC CONSULTING, INC., FOR THE PREPARATION OF STORMWATER MASTER PLAN, IN AN AMOUNT NOT TO EXCEED $193,035.00 PAYABLE FROM ACCOUNT NUMBER 43-538340; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City of Opa-locka ("City") requested proposals for the Capital Improvement Project ("CIP") Stormwater Master Plan; and WHEREAS, the City, by Resolution 13-8595, authorized the City Manager to negotiate a contract for the Stormwater Master Plan with EAC Consulting Inc. ("EAC"); and WHEREAS, the Stormwater Master Plan task is a 10 year Capital Improvements Program, targeting Stormwater facilities and management, and will recommend solutions, and address present deficiencies and future demands; and WHEREAS, EAC Consulting, Inc.'s, services for the Stormwater Master Plan Master Plan will prioritize and evaluate the costs associated with the necessary improvements, and will provide applicable recommendations and guidance with internal and external funding opportunities; and WHEREAS, EAC will develop an individual Stormwater Infrastructure Report, evaluating the Stormwater infrastructure elements of existing operating conditions within Resolution No. 13-8662 the City, and solutions will be proposed for implementation within a 10 year period to correct deficiencies and propose solutions based on future demands; and WHEREAS, the project will be identified , prioritized and evaluated based on the severity of need and construction costs; and WHEREAS,the City Manager recommends City Commission approval, in order to move ahead with the Capital Improvement Program. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-locka, hereby approves and authorizes the City Manager to enter into an agreement with EAC Consulting, Inc., for the preparation of the Stormwater Master Plan, in an amount not to exceed $193,035.00 payable from Account Number 43-538340, in substantially the form attached hereto . Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 30th day of July, 2013. F' A TAYL'I R MAYOR Attest to: JIanna Flores C ty Clerk 2 Resolution No. 13-8662 Approved as to form and legal sufficiency: l ,.ii/ /I s Joe► .. r, er 0 " ENS'OON MARDER PA Ity Atto ey Moved by: COMMISSIO4R HOLMES Seconded by: COMMISSIONER SANTIAGO Commission Vote: 4-0 Commissioner Holmes: YES Commissioner Johnson: NOT PRESENT Commissioner Santiago: YES Vice-Mayor Kelley: YES Mayor Taylor: YES 3 O, 44/v ?. s s m OAPO RP't0 City of Opa-Locka Agenda Cover Memo Commission Meeting 07/30/2013 Item Type: Resolution Ordinance Other Date: X (EnterX in box) Fiscal Impact: Ordinance Reading: 1st Reading 2nd Reading (Enter X in box) Yes No (Enter X in box) x Public Hearing: Yes No Yes No (Enter X in box) x x Funding Source: (Enter Fund&Dept) Advertising Requirement: Yes No Ex: (Enter X in box) Account#43-538340 x Contract/P.O. Required: Yes No RFP/RFQ/Bid#: (EnterX in box) x Strategic Plan Related Yes No Strategic Plan Priority Area: Strategic Plan Obj./Strategy: (list the (Enter X in box) specific objective/strategy this item will address) X Enhance Organizational El Bus.&Economic Dev 0 Is required in order to move ahead Public Safety — with the capital improvement Quality of Education 0 program,funding,budget Qual.of Life&City Image - planning,and implementation Communcation 0 strategy. Sponsor Name Department: City Manager City Manager Short Title: Agreement with EAC Consulting, inc. for the preparation of Stormwater Master Plan Staff Summary: The City of Opa-locka requested proposals for the Capital Improvement Project (CIP) Master Plan preparation and awarded the project to EAC Consulting, Inc. The CIP Master Plan includes Wastewater Master Plan, Drinking Water Master Plan, Stormwater Master Plan and also Roadway Master Plan. The stormwater master plan will be 1I used for projects identification, funding and to formulate the implementation strategy including the level-of- service standards as necessary for the City's stormwater/drainage system. Proposed Action: Staff recommends approval in order to move ahead with the capital improvement program, funding, budget planning, and implementation strategy. LAttachment: 1. Agenda 2. Copy of draft agreement 3. FDEP email showing intent for funding 4. Copy of Resolution# 13-8540, 13-8595 2IPage OQp-LOC 4. ,„ d CI O 9� RPDR — MEMORANDUM To: Mayor Myra L.Taylor Vice Mayor Joseph L.Kelley Commissioner Timothy olmes Commissioner Dorothy J1 hnson Commissioner Luis B. Sa tiago FROM: Kelvin L.Baker,Sr.,City Manag DATE: July 25,2013 I RE: Agreement with EAC Consulting,I . for the preparation of Stormwater Master Plan Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH EAC CONSULTING, INC. IN THE AMOUNT NOT TO EXCEED ONE HUNDRED NINETY THREE THOUSAND THIRTY FIVE DOLLARS ($193,035.00) FOR THE PREPARATION OF STORMWATER MASTER PLAN PAYABLE FROM ACCOUNT 32-541340 AND 35-541340. THE CONSULTING FEE WILL BE FUNDED BY FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP) THROUGH STATE REVOLVING LOAN SYSTEM. Description: The City of Opa-locka requested proposals for the Capital Improvement Project(CIP) Master Plan preparation and awarded the project to EAC Consulting, Inc. The CIP Master Plan includes Wastewater Master Plan, Drinking Water Master Plan, Stormwater Master Plan and also Roadway Master Plan. The stormwater master plan will be used for projects identification, funding and to formulate the implementation strategy including the level-of-service standards as necessary for the City's storm water system. Account Number: 43-538340 Financial Impact: The consulting fee for the preparation of the stormwater master plan will be funded by FDEP upon execution of the State Revolving Loan Agreement with FDEP. Implementation Time Line: As soon as possible. Legislative History: Resolution# 13-8540, 13-8595 Recommendation(s): Staff recommends approval in order to move ahead with the capital improvement program, funding,budget planning, and implementation strategy. I Analysis: Upon City Commission authorization, the selected firm will be engaged in assisting the City preparing the stormwater master plan as required. ATTACHMENT(S): 1. Copy of draft agreement 2. FDEP email showing intent for funding 2. Copy of Resolution# 13-8540, 13-8595 PREPARED BY: Mohammad Nasir,PE, City Engineer/CIP Director END OF MEMORANDUM 21 ' qP-LOOk4� 0' o; ORpt E, CONTRACT AGREEMENT BETWEEN CITY OF OPA- LOCKA AND EAC CONSULTING, INC. FOR City of Opa-Locka- Capital Improvement Projects (CIP) Stormwater Master Plan AGREEMENT THIS IS AN AGREEMENT,dated the day of , 2013,between: CITY OF OPA-LOCKA, a Florida municipal corporation, hereinafter "CITY," and EAC CONSULTING, INC. (EAC) A licensed Company, authorized to do business in the State of Florida,hereinafter"CONSULTANT." WITNESSETH: In consideration of the mutual terms and condition, promises, covenants, and payments hereinafter set forth, CITY and CONSULTANT agree as follows: ARTICLE 1. PREAMBLE In order to establish the background, context and form of reference for this Agreement and to generally express the objectives, and intentions, of the respective parties herein, the following statements, representations and explanations shall be accepted as predicates for the undertakings and commitments included within the provisions which follow and may be relied upon by the parties as essential elements of the mutual considerations upon which this Agreement is based. 1.1 CITY requested proposals for The Preparation of a Capital Improvement Projects Master Plan indicating the CITY's desire to hire a Consultant to perform this work. 1.2 On ,the CITY awarded the CONTRACT and authorized the proper CITY officials to enter into an agreement with CONSULTANT to render the services more particularly described herein below. ARTICLE 2 SCOPE OF WORK Refer to Exhibit A. ARTICLE 3 TIME FOR COMPLETION 3.1 The CONSULTANT shall commence work to be performed under this Agreement within five (5) working days from the Notice to Proceed (NTP) and must complete within (xx) months. 3.2 Anything to the contrary notwithstanding, minor adjustment to the timetable for completion approved by CITY in advance, in writing, will not constitute a delay by CONSULTANT. Furthermore, a delay due to an Act of God, fire, lockout, strike or labor dispute, riot or civil commotion, act of public enemy or other cause beyond the control of CONSULTANT shall extend this Agreement for a period equal to such delay and during this period such delay shall not constitute a delay by CONSULTANT. 3.3 Consultant's failure to perform the work specified in this Agreement may result in cancellation of the agreement with cause. ARTICLE 4 CONTRACT SUM 4.1 The CITY hereby agrees to pay CONSULTANT for the faithful performance of this Agreement, $ for work to be completed in accordance with the "Proposal" submitted by CONSULTANT. Work completed by the CONSULTANT shall be as reflected in the proposal submitted, a copy of which is attached hereto and made a part hereof as Exhibit"B",with no change in the price shown. A total contact price hereto is referred to as Contract Sum and shall be DOLLARS ($ ) ARTICLE 5 PROGRESS PAYMENTS 5.1 Based upon Applications for Payment submitted by the Consultant to the Owner, and upon Project Applications and Certificates for Payment issued by the Owner, the Owner shall make progress payments on account of the Contract Sum to the Consultant as provided below and elsewhere in the Contract Documents. 5.2 The period covered by each Application for payment shall be one calendar month ending on the last day of the month, or as follows: 5.2.1. Owner shall pay pursuant to the Florida Local Government Prompt Payment Act Chapter 218 Florida Statutes. 5.2.2. Each Application for Payment shall be based upon the Schedule of Values submitted by the Consultant in accordance with the Contract Documents. The Schedule of Values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Owner may require. This schedule, unless objected to by the Owner, shall be used as a basis for reviewing the Consultant's Applications for Payment. 5.2.3. Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.2.4. Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: 5.2.4.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the total Contract Sum allocated to that portion of the Work in the Schedule of Values. Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute may be included in applications for Payment. The amount of credit to be allowed by the Consultant to the Owner for a deletion or change which results in a net decrease in the Contract Sum shall be actual net cost as confirmed by the Construction Manager. When both additions and credits covering related Work or substitutions are involved in a change the allowance for overhead and profit shall be figured on the basis of net increase, if any,with respect to that change. 5.2.4.2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction (or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing). 5.2.4.3 Subtract the aggregate of previous payments made by the Owner; and subtract amounts, if any, for which the Construction Manager has withheld or nullified a Certificate for Payment. ARTICLE 6 FINAL PAYMENT 6.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Consultant when (1) the Contract has been fully performed by the Consultant except for the Consultant's responsibility to correct nonconforming Work and to satisfy other requirements, if any, which necessarily survive final payment: and (2) a final Project Certificate for Payment has been issued by the Owner and 3) the Consultant has met all provisions of the reporting requirements of grants if the project is funded by grant money; such final payment shall be made by the Owner not more than 20 days after the issuance of the final Project Certificate for Payment. ARTICLE 7 CONSULTANT'S LIABILITY INSURANCE 7.1 The CONSULTANT must have Professional Liability Insurance and Workers' Compensation Insurance. Minimum coverage required: (a) Professional Liability Insurance-$1,000,000.00 (b) Workers' Compensation Insurance - as required by law; 7.2 Certificates of insurance, reflecting evidence of the required insurance, shall be filed with the City prior to the commencement of the work. These Certificates shall contain a provision that coverage afforded under these policies will not be canceled until at least thirty days (30) prior written notice has been given to the CITY. Policies shall be issued by companies authorized to do business under the laws of the State of Florida. 7.3 Insurance shall be in force until all work required to be performed under the terms of the Contract is satisfactorily completed as evidenced by the formal acceptance by the CITY. In the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the period of this contract, then in that event, the CONSULTANT shall furnish, at least three (3) days prior to the expiration of the date of such insurance, a renewed certificate of insurance as proof that equal and like coverage for the balance of the period of the contract and extension there under is in effect. The CONSULTANT shall not continue to work pursuant to this contract unless all required insurance remains in full force and effect. 7.4 The CONSULTANT shall hold the CITY, its agents, and employees, harmless on account of claims for damages to persons, property or premises arising out of the operations to complete this Agreement and name the city as an additional insured under their policy. ARTICLE 8 CONSULTANTS INDEMNIFICATION 8.1 The CONSULTANT agrees to release the CITY from and against any and all liability and responsibility in connection with the above mentioned matters and with the work being performed by Consultant to the extent caused by CONSULTANT's breach of contract or negligent acts, errors or omissions. The CONSULTANT further agrees not to sue or seek any money or damages from CITY in connection with the above mentioned matters provided the CITY has not breached its obligations hereunder. 8.2 The CONSULTANT agrees to indemnify and hold harmless the CITY, its trustees, elected and appointed officers, agents, servants and employees, from and against any and all claims, demands, or causes of action of whatsoever kind or nature, and the resulting losses, costs, expenses, reasonable attorneys' fees, liabilities, damages, orders, judgments, or decrees, sustained by the CITY or any third party arising out of, or by reason of, or resulting from the CONSULTANT's negligent acts,errors,or omissions. 8.3 If a court of competent jurisdiction holds the City liable for certain tortious acts of its agents, officers, or employees, such liability shall be limited to the extent and limit provided in 768.28, Florida Statutes. This provision shall not be construed as a waiver of any right or defense that the City may possess. The City specifically reserves all rights as against any and all claims that may be brought. ARTICLE 9 INDEPENDENT CONSULTANT 9.1 This Agreement does not create an employee/employer relationship between the parties. It is the intent of the parties that the CONSULTANT is an independent Consultant under this Agreement and not the CITY's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, and the State unemployment insurance law and similar laws.The CONSULTANT shall retain sole and absolute discretion in the judgment of the manner and means of carrying out the CONSULTANT's activities and responsibilities hereunder provided. This Agreement shall not be construed as creating any joint employment relationship between the CONSULTANT and the CITY and the CITY will not be liable for any obligation incurred by CONSULTANT, including but not limited to unpaid minimum wages and/or overtime premiums. ARTICLE 10 CHANGES TO SCOPE OF WORK AND ADDITIONAL WORK 10.1 CITY or CONSULTANT may request changes that would increase decrease or otherwise modify the Scope of Services/Basic Services to be provided under this Agreement. Such changes or additional services must be in accordance with the provisions of the Code of Ordinances of the CITY and must be contained in a written amendment,executed by the parties hereto, with the same formality and with equality and dignity prior to any deviation from the terms of this Agreement, including the initiation of any additional or extra work. Each amendment shall at a minimum include the following information on each project: PROJECT NAME PROJECT DESCRIPTION ESTIMATED PROJECT COST ESTIMATED COST FOR ADDITION OR CHANGE TO PROJECT CONTRACT ESTIMATED PROJECT COMPLETION DATE 10.2 In no event will the CONSULTANT be compensated for any work which has not been described in a separate written agreement executed by the parties hereto. ARTICLE 11 TERM AND TERMINATION 11.1 This Agreement may be terminated by either party for cause, or the CITY for convenience, upon written advance notice two weeks ahead, in which event the CONSULTANT shall be paid its compensation for services performed to termination date. In the event that the CONSULTANT abandons this Agreement or causes it to be terminated (not due to the fault of the CITY), the CONSULTANT shall indemnify the CITY against any loss pertaining to this termination up to a maximum of the full contracted fee amount. All finished or unfinished documents, data, studies, plans, surveys, and reports prepared by CONSULTANT shall become the property of CITY and shall be delivered by CONSULTANT to CITY. 11.2 This Agreement shall take effect as of the date of execution as shown herein below and continue for such time as is contemplated by the Agreement. ARTICLE 12 CONTRACT DOCUMENTS 12.1 CONSULTANT and CITY hereby agree that the following Specification and Contract Documents, which are attached hereto and made a part thereof, are fully incorporated herein and made a part of this Agreement, as if written herein word for word: This Agreement; CONSULTANT's proposal as set forth in Exhibit "A"; RFQ; and any other exhibits thereto,or to this Agreement.. ARTICLE 13 MISCELLANEOUS 13.1 Legal Representation: It is acknowledged that each party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement and, accordingly, the rule that a contract shall be interpreted strictly against the party preparing same shall not apply due to the joint contribution of both parties. 13.2 Assignments: This Agreement, or any interest herein, shall not be assigned, transferred or otherwise encumbered, under any circumstances, by CONSULTANT without the prior written consent of CITY. For purposes of this Agreement, any change of ownership of CONSULTANT shall constitute an assignment which requires CITY approval. However, this Agreement shall run to the CITY and its successors and assigns. 13.3 Records: CONSULTANT shall keep books and records and require any and all sub-Consultants to keep books and records as may be necessary in order to record complete and correct entries as to personnel hours charged to this engagement, and any expenses for which CONSULTANT expects to be reimbursed, if applicable. Such books and records will be available at all reasonable times for examination and audit by CITY and shall be kept for a period of three (3) years after the completion of all work to be performed pursuant to this Agreement, or for such longer period as is required by law. Incomplete or incorrect entries in such books and records will be grounds for disallowance by CITY of any fees or expenses based upon such entries. 13.4 Ownership of Documents: Reports, surveys, plans, studies and other data provided or developed in connection with this Agreement are and shall remain the property of City. 13.5 No Contingent Fees: CONSULTANT warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the CITY shall have the right to terminate the Agreement without liability at its discretion,to deduct from the contract price,or otherwise recover the full amount of such fee,commission,percentage,gift or consideration. 13.6 Notice: Whenever any party desires to give notice unto any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended and the remaining party, at the places last specified, and the places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. For the present, the CONSULTANT and the CITY designate the following as the respective places for giving of notice: CITY: Kelvin L. Baker,City Manager 780 Fisherman Street,4th Floor Opa-locka,Florida 33054 COPY TO: Joseph S.Geller,City Attorney 780 Fisherman Street,4th Floor Opa-locka,Florida 33054 CONSULTANT: Michael Adeife,P.E,Vice President 815 NW 57th Avenue,Suite 402 Miami, FL. 33126 Ph: (305) 265-5400 Fax: (305) 264-5507 Cell: (305) 409-4926 madeife@eacconsult.com COPY TO: Huntley Higgins, P.E.,Project Manager 815 NW 57th Avenue,Suite 402 Miami, FL. 33126 Tel (305) 265-5444 Fax(305) 264-5507 hhiggins @eacconsult.com 13.7 Binding Authority: Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalf of the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement 13.8 Exhibits: Each Exhibit referred to in this Agreement forms an essential part of this Agreement. The exhibits if not physically attached should be treated as part of this Agreement and are incorporated herein by reference. 13.9 Headings: Headings herein are for convenience of reference only and shall not be considered on any interpretation of this Agreement 13.10 Severability: If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect,and be enforced to the fullest extent permitted by law. 13.11 Governing Law: This Agreement shall be governed by the laws of the State of Florida with venue lying in Miami-Dade County, Florida. 13.12 Disputes: Any claim, objection, or dispute arising out of the terms of this Agreement shall be litigated in the Eleventh Judicial Circuit Court in and for Miami-Dade County. 13.13 Attorney's Fees: To the extent authorized by law, in the event that either party brings suit for enforcement of this Agreement, the prevailing party shall be entitled to attorney's fees and court costs in addition to any other remedy afforded by law. 13.14 Extent of Agreement: This Agreement, together with all contract documents, and all exhibits hereto or to the contract documents, represents the entire and integrated agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations or agreements,either written or oral. 13.15 Waiver: Failure of the CITY to insist upon strict performance of any provision or condition of this Agreement, or to execute any right there-in contained, shall not be construed as a waiver or relinquishment for the future of any such provision, condition, or right, but the same shall remain in full force and effect. 13.16 Equal Opportunity Employment: CONSULTANT agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, national origin, or disability and will take affirmative steps to ensure that applicants are employed and employees are treated, during employment,without regard to race, color, religion, sex, age, national origin or disability. This provision shall include, but not be limited to, the following: employment upgrading, demotion or transfer; recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeships. IN WITNESS OF THE FOREGOING,the parties have set their hands and seals the day and year first written above. ARTICLE 14 NOTICE TO PROCEED The Consultant and the engineer shall commence work within five (5) five working days from the date of the Notice to Proceed (NTP). No work shall begin without NTP. CITY OF OPA-LOCKA ATTEST: BY: Joanna Flores, CMC Kelvin L. Baker City Clerk City Manager APPROVED AS TO FORM: Joseph S. Geller,City Attorney CONSULTANT WITNESSES: (Name) Authorized Representative ATTEST: SECRETARY STATE OF FLORIDA ) ) SS COUNTY OF MIAMI-DADE) BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared as , of , a Florida corporation,and acknowledged executed the foregoing Agreement as the proper official of , for the use and purposes mentioned in it and affixed the official seal of the corporation,and that the instrument is the act and deed of that corporation. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the State and County aforesaid on this_day of 2013. NOTARY PUBLIC My Commission Expires: Exhibit "A" CONSULTANT'S PROPOSAL Exhibit "B" REQUEST FOR QUALIFICATIONS (RFQ) Mohammad Nasir From: Montgomery, Thomas[Thomas.Montgomery@dep.state.fl.us] Sent: Wednesday, July 10, 2013 10:33 AM To: Mohammad Nasir Subject: Funding Status with CWSRF Attachments: 62-503_900(2).doc; Sample Resolution and Legal Opinion.pdf; 4700-4_sec.pdf Mohammad, Based off the information that has been provided to date,the Clean Water State Revolving Fund Program (CWSRF) intends to list Opa-Locka's two projects at the October 9, 2013 funding meeting. The Wastewater planning project (expected loan number WW13030)will be listed for$512,806 and the Stormwater planning project(expected loan number SW13032)will be listed for$197,035. Please note that approval of the completed planning documents will be necessary for Opa-Locka to be eligible for design/construction monies. Also,it would benefit Opa-Locka to submit loan applications for these projects prior to the October 9, 2013 funding meeting so that the agreements can be ready when these projects are listed. Attached to this email is the loan application and the additional documents that Opa-Locka will need to submit. If you have any questions or concerns,feel free to contact me. Thomas Thomas Montgomery Engineering Specialist IV State Revolving Fund Program Florida Dept. of Environmental Protection 2600 Blair Stone Road, MS. 3505 Tallahassee, FL 32399-2400 thomas.montgomery @dep.state.fl.us Office: (850)245-8368 Please take a few minutes to share your comments on the service you received from the department by clicking on this link. DEP Customer Survey. 1 Mohammad Nasir From: Montgomery, Thomas[Thomas.Montgomery@dep.state.fl.us] Sent: Wednesday, July 10, 2013 10:33 AM To: Mohammad Nasir Subject: Funding Status with CWSRF Attachments: 62-503_900(2).doc; Sample Resolution and Legal Opinion.pdf;4700-4_sec.pdf Mohammad, Based off the information that has been provided to date,the Clean Water State Revolving Fund Program (CWSRF) intends to list Opa-Locka's two projects at the October 9, 2013 funding meeting. The Wastewater planning project (expected loan number WW13030)will be listed for$512,806 and the Stormwater planning project(expected loan number SW13032)will be listed for$197,035. Please note that approval of the completed planning documents will be necessary for Opa-Locka to be eligible for design/construction monies. Also, it would benefit Opa-Locka to submit loan applications for these projects prior to the October 9, 2013 funding meeting so that the agreements can be ready when these projects are listed. Attached to this email is the loan application and the additional documents that Opa-Locka will need to submit. If you have any questions or concerns,feel free to contact me. Thomas Thomas Montgomery Engineering Specialist IV State Revolving Fund Program Florida Dept. of Environmental Protection 2600 Blair Stone Road, M.S. 3505 Tallahassee, FL 32399-2400 thomas.montgomery @dep.state.fl.us Office: (850)245-8368 Please take a few minutes to share your comments on the service you received from the department by clicking on this link. DEP Customer Survey. 1 E EAC Consulting, Inc. July 11,2013 Mohammad Nasir, P.E. City Engineer/Director of Capital Improvement Projects 780 Fisherman Street,4th Floor Opa-Locka, FL 33054 Re: City of Opa-Locka Capital Improvement Projects(CIP)Stormwater Master Plan Final Revised Scope and Fees Dear Mr. Nasir, EAC Consulting Inc. and its team of consultants is pleased to submit this revised scope and fees document to provide Engineering Consulting Services for the development of the City of Opa-Locka's Capital Improvement Projects(CIP)Stormwater Master Plan. The development of the Stormwater Master Plan is premised on our understanding that the City wishes to develop a 10 year Projection Capital Improvements Program that targets storm water facilities and management, and recommend solutions to address both present deficiencies and future demands. The CIP Stormwater Master Plan must prioritize and evaluate the costs associated with the necessary improvements and provide applicable recommendations and guidance with internal and external funding opportunities. In order to achieve this, an individual Stormwater Infrastructure Report will be developed. The stormwater infrastructure element will be evaluated for its existing operating conditions within the City and solutions will be proposed for implementation within a 10 ten year period in order to correct deficiencies and propose solutions based on future demands.The proposed solutions will be in the form of stormwater projects that will be identified, prioritized and evaluated based on the severity of need (e.g. life safety)and construction costs. Upon completion of the necessary analyses, a CIP Stormwater Master Plan will be developed for all the projects. These projects will be evaluated and prioritized to provide the City with a detailed plan for their implementation. During the development of the project, public outreach efforts and participation meetings will take place to inform the public as well as to solicit and incorporate their input. List of Tasks 1. Data Collection and Site Investigations 2. Development of Analyses Criteria 3. Existing Conditions Modeling Analyses and Calibration using ICPR modeling software 4. Prioritization & Ranking of Problem Areas and Corrective Actions — 10 Year Future Demand Projection Scenario 5. Capital Improvements Projects (CIP) Stormwater Master Plan (concurrent with other infrastructure elements) 6. Conceptual Drawings Package 7. Public Involvement Plan (concurrent with other infrastructure elements) 8. Project Coordination and Development Meetings, including liaising with City-hired transportation master planning consultant,to obtain vital information for incorporation into the Master Plan. 815 NW 57 Avenue,Suite 402 I Miami, FL 33126 I Phone:305-264-2557 I Fax:305-264-8363 I www.eacconsult.com I CA#7011 Exclusions from Scope of Services 1. Mapping or Survey of Existing Utilities 2. Soil, Influent and Effluent Sampling 3. Laboratory or Testing Fees 4. Refine, revise or execute the Miami Dade County DRER's hydrologic/hydraulic models for the C-7 and C-8 basins 5. Modifications to Miami Dade County DRER's Planning Procedures 6. Conversion of flood stages from NGVD-29 to NAVD-88 7. Topographic or As-built surveys 8. Geotechnical Assessments 9. Title search or ownership determination 10. Water Quality Modeling 11. Hydrologic/hydraulic modeling of drainage systems outside of the City limits. 12. Provide opinion of probable construction cost for flood protection projects under design 13. Hydrologic/hydraulic modeling of additional future flood protection projects not previously identified by the City 14. Development of Design plans and Construction Documents for Capital Projects 15. Completing and submitting the applicable NFIP forms to obtain a revised CRS classification 16. Assessment of regulatory feasibility of mitigation projects (such as identifying locations where exfiltration trenches cannot be installed due to groundwater contamination,etc.). 17. Review of Bio-solids Disposal Alternatives 18. Groundwater and Pipe Corrosivity Tests 19. Evaluation of Water and Wastewater Treatment Plants 20. Modeling will be undertaken in Scope of Services identified software. No other software will be considered without revisions to scope of work. 21. Traffic Analyses,Traffic Projections and Master Planning. 22. Electrical/Power Systems recommendations 23. FPL and Overhead Cable Undergrounding Master Planning 24. Urban Master Planning 25. Preparation of Funding Applications 26. Coordination with Funding Agencies 27. Development/Update of Rates and Charges 28. Consulting Engineer's Report/Financial Feasibility Report 29. Interlocal Agreement Negotiations Citv's Project Execution Responsibilities 1. The appropriate and relevant City staff members will attend all progress meetings 2. The City will assist with the collection of pertinent data from DRER and other agencies including attending all scheduled meeting with such agencies. 3. The City shall provide staff and equipment support during field reconnaissance and site visit. 4. The City will request information on its Stormwater Management system from Atkins (formerly known as PBS&J) based on a previous study. The information should include GIS data on the locations of inlets, manholes, pipe and culvert sizes and elevations, outfall sizes and elevation and canal cross-sections, etc. In the event that this information is not readily available or available in a timely manner, additional data collection is required for the stormwater management system or any of the other CIP elements, then this will be addressed with Task 1 and may affect the project schedule. 5. The City shall provide available data summarized in Task 1. Page 2 of 13 6. The City shall review all deliverables and provide one set of consolidated comments. 7. The City will make available, an electronic copy of the Traffic Master Plan being conducted by another consultant for coordination purposes with the Utilities Master Plan. In the event that this document is not readily available, the City will facilitate meetings and instruct the assigned consultant to provide the EAC team with relevant information, especially as it relates to future roadway improvements such as roadway widening, intersection improvements. 8. Identification of previous Pipe Breakages and Leakage within the System 9. The EAC team assumes that the City will provide one set of consolidated comments for each reviewed document and will provide feedback to EAC within time allocated on the schedule. 10. Meeting venues, refreshments(if required)and snacks(if required)will be provided by the City. 11. The City will facilitate the receipt of data, reports and other technical data prepared by others that may be relevant to the Scope of Services(e.g the Traffic/Transportation Master Plan). 12. Copies of handouts and fact sheets for Public Involvement Meetings will be provided by the City. 13. Costs and fees associated with Newspaper Advertisements,etc.will be provided by the City. Please feel free to call me at 305-265-5444 with any questions you may have. Sincerely, EAC Consulting, Inc. Huntley Higgins, P.E. Senior Project Manager cc: File Michael "Mike"Adeife, P.E. Page 3 of 13 ATTACHMENT-A SCOPE OF SERVICES AND PROJECT IMPLEMENTATION METHODOLOGY Task 1—DATA COLLECTION AND SITE INVESTIGATIONS Task 1.1—Stormwater Management System The EAC team will attend up to one (1) meeting with the City and Miami-Dade County Department of Regulatory and Economic Resources (DRER-formerly DERM)to collect readily available information for the C-7 and C-8 Basins that encompass the City limits. It is anticipated that the following information will be collected from DRER: 1. All master plan report volumes in Microsoft Word and PDF format for basins within the City, 2. Digital Terrain Models (DTM) used to establish sub-basin delineation and stage-storage relationships, 3. Latest bare-earth LIDAR data for all sections within the City, 4. Latest aerial images for all sections within the City, 5. XP-SWMM model and binary results files for following simulation scenarios: a. Calibrated/Verified models for: i. Existing conditions(5-, 10-, 25-, 50-and 100-year design storm events) ii. Future conditions without control measures (5-, 10-, 25-, 50- and 100-year design storm events) iii. Future conditions with control measures (5-, 10-, 25-, 50- and 100-year design storm events) iv. Water quality simulations for wet,average and dry years, 6. XP-SWMM model node-link schematic background files, 7. Pertinent GIS data/Coverages a. Basin delineations b. Water bodies/canals c. Land use d. Soil types e. Storm Sewer systems(wells,exfiltration trenches, pipes,outfalls, etc.) f. Contaminated sites g. Roadway Network by classification (local, arterial, and evacuation routes) h. Lot/Right-of-Way lines and parcels i. Etc. 8. Flood Complaint Data, 9. Part I, Planning Criteria and Procedures,Volumes 1 through 7, dated March 1995, 10. Part II, Planning Criteria and Procedures,Volumes 1 through 5,dated March 1995, It is also anticipated that the following data will be collected by the City and provided to the EAC team, if available: 1. Latest Drainage Atlas Maps in hardcopy and GIS format, 2. Current and future land use maps in GIS format, 3. Current and future flood protection project conceptual or design plans in hard copy and CADD format, 4. Location and dimensions of needed drainage conveyance and control structures (dimensions, invert elevations, materials,overflow elevation, etc.), 5. Rainfall,flow and stage data, Page 4 of 13 6. Percolation test data, 7. Available building finish floor elevations, 8. Location of evacuation routes, 9. Construction unit cost data for recently constructed projects, 10. Current operation and maintenance procedures and costs, 11. Citizen flood/storm water drainage complaints, 12. Pertinent GIS data/Coverages that will support development of the Storm water Management Infrastructure findings. The EAC team will evaluate the data collected and will separate the data applicable and needed to perform the necessary analyses to prepare the Storm water Management findings. Water quality data will be stored if needed in the future, but it will not be reviewed or evaluated. As part of this task, the EAC team will also perform a total of two (2) one-day field reconnaissance site visits within the City limits to clarify, document, and supplement data that was collected and familiarize key members of the team with basin conditions. Site visits will be performed by up to four (4) staff members. It is anticipated that a City staff member will be available to attend these site visits to facilitate access to any property or drainage infrastructure facility, as needed. Topographic, geotechnical, or other specific surveys will not be performed as part of these site visits. Topographic information for this study will be derived from the DTM available through Miami-Dade County. Task 1.2—Topography Surveying Support Services An effort to either create or update an existing Stormwater Management atlas is missing from this City's initiative and therefore much of this information is anticipated to occur within this task. The City has provided some information in the form of GIS files on it stormwater management system based on a previous study undertaken by another consultant. We have reviewed these files and have found information on the location of inlets, pipes and manholes. We also found information on structures within a spreadsheet; however this information does not correlate with the GIS information. While this information is useful, it is insufficient for master planning efforts. Additional information will be required such as canal cross-sections, pipe sizes, culvert sizes, culvert inverts, outfall sizes, outfall inverts,conveyance trunk line sizes and conveyance trunk line inverts,etc. In order to fill in the data gaps, we have proposed a budget to collect and verify data for the existing stormwater management system. In addition, there may also be a need to verify infrastructure that related to water and sewer utilities that includes sizes, material of construction and connection points. Task 2—DEVELOPMENT OF ANALYSES CRITERIA The EAC team will define stormwater management analyses criteria that will provide the framework to perform the remaining tasks for this project. Below is a list of criteria that will be developed and submitted for the City to review and comment: • Sub-basin delineation guidelines, • Node-link schematic guidelines, • ICPR model development approach, • ICPR model validation approach, • Problem area ranking approach, Page 5 of 13 • Stormwater flood protection best management practices to be considered, • Corrective action/project ranking approach. Task 3—MODELING ANALYSES AND CALIBRATION Task 3.1 Sub-basins Delineation The EAC team will use the available data collected and the DTM to be obtained from DRER to delineate sub-basins within the City. The sub-basins will be delineated electronically following criteria defined in Task 1. In establishing sub-basins, prior sub-basin delineation activities for the City, FEMA flood areas, natural barriers, and other physical features will be used in defining the sub-basin areas. For scoping purposes, it is assumed that up to 60 sub-basins will be delineated for the City (approximately 48 acres per sub-basin). The EAC team will attend up to one (1) coordination meetings with City staff to present results of the sub-basin delineation and obtain input from the City. Task 3.2 Primary Drainage System Node-Link Connectivity The EAC team will use the available data collected, stormwater infrastructure data available for the City, and available infrastructure information from the DRER XP-SWMM models for the C-7 and C-8 Basin to establish the primary drainage system node-link schematic for the City. The node-link schematic guidelines defined in Task 1 will be used to develop the node-link connectivity for the primary drainage system. At a minimum, there will be one link for sub-basin that are interconnected by gravity drainage systems and one overland flow link for each adjacent sub-basin. The node-link connectivity will also define all boundary condition, where there are inflows and outflows to and from the City's stormwater management systems. The EAC team will attend up to one (1) coordination meetings with City staff to present the proposed node-link connectivity for the hydrologic/hydraulic(H/H) model development and obtain input from the City. Task 3.3 Existing Conditions Hydrologic/Hydraulic Model The EAC team will develop an existing conditions ICPR H/H model for the City limits using the sub-basin delineations and node-link schematic approved by the City. If exfiltration trenches are included in the model then the ICPR Pond software will be used. The hydrology for each sub-basin will be developed based on the Soil Conservation Services (SCS) methodology. The initial and boundary conditions for the H/H model will be extracted from the Miami-Dade County DRER XP-SWMM models developed for the C-7 and C-8 Basins. The ICPR H/H model will be developed relative to the National Geodetic Vertical Datum of 1929(NGVD29),to maintain consistency with prior DRER modeling results. Once the model is developed, the EAC team will execute the model for the 5-year, 1-day and 100-year, 3-day design storm events and will compare the peak stages and flows with the calibrated and verified model results available for the C-7 and C-8 Basins. If there are significant discrepancies between the two models,the EAC team will work closely with the City to determine the key modifications needed to the model to obtain agreement between the City's ICPR model and DRER's XP-SWMM model results. Once the existing conditions ICPR model is considered to be representative, the EAC team will prepare production runs for the City for the following design storm events. • 5-year, 1-day • 10-year, 3-day • 25-year, 3-day • 100-year, 3-day Page 6 of 13 The EAC team will use these modeling results to develop GIS raster flood maps defining the flood limits and depth of flooding for these design storm events to established the existing condition flood zones for the City. Task 4—PRIORITIZATION AND RANKING OF PROBLEM AREAS AND CORRECTIVE ACTIONS (PROJECTED 10 YEAR FUTURE SCENARIO) Task 4.1 Identification and Ranking of Problem Areas/Conditions Assessment The EAC team will use the results of the existing conditions ICPR modeling to identify and rank existing stormwater management problem areas within the City, using the problem area ranking approach to be developed as part of Task 1. In general, DRER has established procedures and criteria, as part of their Stormwater Management Master Planning activities,to identify problem areas, rank problem areas and establish flood protection level of service using the modeling results for the 5-, 25-, and 100-year design storm events. These procedures and criteria are documented in Part I, Volume 3, "Stormwater Planning Procedures," March 1995. The EAC team will work closely with the City to modify these criteria and procedures slightly, to account for only the results associated with the 5- and 100-year design storm events and other key consideration applicable to the City. The EAC team will identify and rank problem areas for City sub-basins (up to approximately 60 sub- basins), using the results of representative H/H model developed under a previous task and the revised problem area identification and ranking procedures. The revised procedures will also be used to establish the flood protection level of service for the City's sub-basins. The EAC team will compare the problem area ranking with known flooding areas documented by the City and will revise the ranking as needed. Task 4.2 Corrective Action Formulation and Prioritization Based on the identification and ranking of problem areas, the EAC team will identify corrective actions/projects for the top 10 high ranking sub-basins. The EAC team will work closely with the City to establish a procedure for identifying future projects to address flooding in the City sub-basins identified in previous task. This procedure will be based on depth of flooding obtained in a previous task. The corrective actions will be developed from the stormwater flood protection best management practices defined as part of Task 1. Project components (dry retention areas, exfiltration trenches, and retention areas, new outfalls, drainage pumps, etc.) will be identified based on the volume of excess stormwater to be mitigated from each sub-basin using a procedure dependent on a volumetric extraction of runoff by stormwater management systems, when applicable. These project components will be incorporated in the ICPR H/H model, and the model will be executed to determine the flood reduction benefits of these projects. As part of this task the EAC team will prepare a future condition analysis of the City within a ten-year projection. This future condition analysis will be used to identify corrective actions/projects to be implemented over the long-term. The corrective actions will be developed from the stormwater flood protection best management practices defined as part of Task 1. Project components (dry retention areas, exfiltration trenches, and retention areas, new outfalls, drainage pumps, etc.) will be identified based on the volume of excess stormwater to be mitigated from each sub-basin using a procedure dependent on a volumetric extraction of runoff by stormwater management systems. These project components will be incorporated in the ICPR H/H model, and the model will be executed to determine the flood reduction benefits of these projects. Page 7 of 13 Once the stormwater improvement projects are identified to address the top 11 to 40 high priority areas after implementation of the CIP, a time based work plan will be developed based on the City's projected funding levels and the identified required capital expenditure and operating and maintenance (O&M) costs of the high priority projects. In order to ensure that there will be adequate funding to implement the high priority projects, the EAC team will discuss with City staff the projected costs in comparison with the anticipated yearly budget for stormwater management projects and maintenance activities. After a consensus is reached and funding mechanisms are identified, the EAC team will then prepare a Capital Improvement Plan (CIP) that will serve as the framework that will allow the City to accurately anticipate the long-term future infrastructure expenditures and maintenance activities on a priority basis. The EAC team will estimate quantities for each of the projects and will provide planning-level cost estimates. The projects will then be ranked and prioritized based on a ranking methodology defined in Task 1, using total project cost, potential reduction in sub-basin stages, and effectiveness in reducing the extent of flood plains attributed to design storm events. This methodology will be developed to ensure that a maximum benefit in stage reductions and in reductions in flooding will be realized per unit cost. Deliverable The EAC team will prepare Technical Memorandum:Storm water Management System - Problem Areas, Ranking and Corrective Actions summarizing the work activities associated with this and the previous task. The stormwater deliverable will include a network diagram from each model, supporting documents along with necessary calculations included for the input file, the level of service determined based on the modeling efforts, pipe sizing analysis included in the modeling, aerial maps identifying flooding areas per the modeling analysis, drainage map, NRCS used for hydrogeology and soil storage calculations per SFWMD supporting the input file, and if exfiltration trenches are included in the model then the ICPR Pond software should be used. One(1)digital copy,via FTP file transfer in PDF format,and two (2) hard copies of the memorandum will be submitted for the City's review. Before this technical memorandum is finalized, all stormwater models must be approved by the City. Task 5—CAPITAL IMPROVEMENTS PLAN(CIP)MASTER PLAN Based on the improvements identified above, stormwater projects will be identified and evaluated for probable construction cost for budgeting purposes. The projects will then be ranked and combined if necessary to provide the City with priority list of projects based on a cost benefit analysis. The associated costs will be adjusted for the time value of money to determine the best value for the City over the life of each project. The following tasks will be performed: Task 5.1-Project Matrix A Project Matrix will be developed that summarizes the information included in the Stormwater Master Plans. Cost estimates will be performed for the identified projects for the purpose of the preparation of the matrix. This Matrix will include: • Project Description • Project Cost • Project Priority Page 8 of 13 Task 5.2-Identification and Assessment of Potential Federal,State,and Local Funding Sources Key elements in developing the City's Stormwater Capital Improvement Plan (CIP) include identifying the funding sources, assessing the City's financial condition and its ability to service existing and new debt, and determining the best source of funds for needed capital improvements. This evaluation process is used to provide the foundation for the proposed CIP. The goals of this process are to identify the maximum amount of Federal, state, and local funds available to complete each capital improvement project as well as the timing of each project to ensure that each project is linked to the funding deadlines to position the City to obtain and fully utilize each funding mechanism. Services included as part of this task are: • Identification of project/program needs • Identification of grant and other funding opportunities • Formulation of appropriate grant/funding solutions, • Development of program linkages, • Determination of availability of funds from the funding agencies, including due dates for applications and funding requirements Task 5.3-Identification and Assessment of Potential Other Funding Options This task will include identifying other potential funding options including: • Bank Loans • Notes • Bond Issues • Asset Management Options—Partnering,Sale of System,etc. • Other Deliverable Based on the prioritized list of needed improvements and the assessment of sources and availability of funding, the CIP spending plan will be prepared. The plan identifies the capital improvements that are programmed (to be constructed) in each fiscal year of the Study period. Two (2) copies of the draft CIP Stormwater Master Plan Report will be submitted for the City's review and comments. Upon receipt of the City's written review comments, the EAC team will implement applicable comments and will submit six(6)final copies of the CIP Stormwater Master Plan Report to the City in MS Word, and pdf versions. TASK 6—PUBLIC INVOLVEMENT PLAN Purpose This Public Involvement Plan (PIP) is designed to outline the strategy required to obtain meaningful input and support from public, governmental agencies, non-governmental organizations, and other stakeholders on the improvements that will be identified for the City of Opa-Locka - CIP Master Plan. The PIP effort will be undertaken concurrently with other master plan activities. The plan identifies the roles and responsibilities of the project team; the types, number, and purpose of the recommended meetings; and the methods by which the community will be notified and kept up to date on project developments. The plan includes a preliminary schedule of public involvement activities, although it is recognized that public outreach components need to be based on overall project status and deliverables. Effective public participation facilitates understanding and improves decisions by providing a reasonable opportunity for all interested parties to provide input, identify issues and concerns from all perspectives in response to the proposed Capital Improvement Projects (CIP). Both the public and the Page 9 of 13 decision makers shall be given an opportunity to fully understand the problems, opportunities, and available options for planning acceptable solutions for the CIP Master Plan. The purpose of this PIP is to: • Clarify specific public involvement objectives for the project. • Develop a preliminary schedule for the process concurrent with the planning process. • Establish a process for communicating with and obtaining input from the stakeholders who will or may be impacted by this CIP project. • Identify appropriate communication tools and techniques that will be used in the process. Goals and Objective The goal of this PIP is to identify what is important for CIP planning in the project area and to seek agreement and suggestions from the general public, stakeholders, and agencies. The objectives of the PIP include: • Assist the consulting team in developing a well-planned and researched, and publicly acceptable public outreach program. • Provide on-going information to the stakeholders. • Identify key issues and concerns of the public. • Develop and implement a process that maintains open and continuing two-way communication between the public and the EAC team. Approach The PIP is presented in a series of tasks developed to provide information about the project to elected officials, key stakeholders, and the local community and to gather input from them about issues, problems and opportunities to be involved in the process. Task 6.1—Data Collection The EAC team will meet internally to discuss the scope of work, schedule, and plan the public involvement for the project. One EAC team will attend scheduled meetings as well as scheduled meetings with the City of Opa-Locka. It is assumed that the internal meeting will occur prior to the public meeting. The purpose of this meeting will be to plan strategies and objectives, format, and team roles. The EAC team will be responsible for preparing the agenda for the public involvement strategy session,taking meeting notes and distributing them. Task 6.2—Identify Stakeholders and Maintain Stakeholder List The City of Opa-Locka staff will provide the EAC team with a list of stakeholders including contact information (preferably e-mail addresses) for the project area. This list will be used to invite all stakeholders to the public involvement meeting. We will maintain the stakeholder list and update it after each public meeting. Task 6.3—Public Meeting It is assumed that two (2) public meetings will be conducted and will include and provide information to the public relating to the other master plan activities — stormwater, water and roadway.. The first meeting will be held at a time to be determined by the City staff, and will serve to introduce the project to the public and provide any updates or pertinent information available at that time. Residents will be provided with an opportunity to discuss the existing problems within the City's water, sewer, and stormwater management and the potential solutions to correct these issues.The benefits of the project Page 10 of 13 will be explained and how it will impact their daily lives. The EAC team will coordinate with the City of Opa-Locka to determine meeting locations, dates, and times. The second meeting will be held after the submission of Task 5 to meet the State Revolving Fund Loan requirements and will serve to explain the resulting projects including the cost and impact on user charges.This will enable the public participation in evaluating project alternatives. The EAC team will: • Coordinate with the City with regards to meeting logistics. The City will be responsible for providing the facilities for the meetings. • Draft letter of invitation and agenda for review • E-mail invitations to stakeholders as identified by the City • Prepare meeting materials(sign-in sheets) • Create one double-sided 8i/ x 11-inch handouts. These handouts will be coordinated with the City prior to distribution at the meetings. Up to 100 copies of the handout for each round of public meetings. • The EAC team will prepare PowerPoint presentations for the meetings. It is assumed that the meeting format will be an open house format, with a presentation by the technical team, followed by a facilitated discussion of issues and concerns. Meeting notes/minutes will be developed based on discussions at the meetings. The meetings are assumed to last no more than two (2) hours. It is also assumed that the City will provide the venue for the public involvement meetings. Task 6.4—Public Meeting, Comment Collection and Public Involvement Reporting The EAC team will prepare a brief meeting summary report within 14 calendar days after each public meeting. The summary report will include a brief description of the meeting date, location, and format; copies of the sign-in sheets; copies of any handouts made available to the public; mailing lists; a summary of discussion notes from the meeting and copies of written comments submitted to the City in electronic format. Task 6.5—Public Outreach Materials Web site The EAC team will provide public involvement materials to the City of Opa-Locka for inclusion in the City's Web site. It is assumed these materials will consist of the items distributed or shown at the Public Meetings and may include fact sheets, project updates, public meeting handouts, etc. Deliverables • Public Involvement Plan • Public Involvement/Stakeholder database • Informational fact sheet(s), briefing materials and other collaterals describing the project and its benefits and tailored to specific audiences • Presentations tailored to specific audiences • Meeting notes and/or summaries Page 11 of 13 Task 7—Project Coordination and Development Meetings All project development meetings will be attended by the Project Manager and one or more of the following individuals as applicable: 1. Lead Water Task Engineer 2. Lead Sewer Task Engineer 3. Lead Stormwater Management Task Engineer 4. Lead Public Involvement Professional Project meetings identified will be held concurrently with the other master plan activities—water, wastewater and roadway elements.The following meetings are anticipated for this project,which is anticipated to last approximately 10.5 months: • One project kick-off meeting • Monthly progress meetings with the City Manager—8 meetings • Meetings with the City Commission—2 meetings(Introductory Meeting,and Meeting after submission of Task 8) • Public Involvement Meeting—1 meeting • Data Collection Meetings to obtain information from the City and other agencies are included in Task 1 • One public meeting per the State Revolving Fund requirements. Task 8—Development of Conceptual Plans To facilitate the implementation of the Capital Improvements Stormwater Master Plan, the EAC Team will develop and compile schematic representations of the proposed projects on an 11 x17 size at a legible scale on updated aerial photography of the City. These representations are intended to serve as a guideline for the City as projects identified in the master plan are being designed. Page 12 of 13 ATTACHMENT—B FEE SCHEDULE The Fee Proposal corresponding to the scope of services is as follows: Stormwater Master Plan Development, and analysis of the existing and future (10-year) stormwater system using ICPR. Provide recommendations for system upgrades, development of cost estimate and identification of funding options. $197,035.00 TOTAL(STORMWATER SYSTEM CIP MASTER PLAN) $197,035.00 Page 13 of 13