Loading...
Resolution 2023-32814R E S O L U T IO N N O . 2023-32814 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING THE ISSUANCE OF SERVICE ORDER NO. 33 PURSUANT TO THE AGREEMENT FOR ENGINEERING SERVICES FOR WATER AND WASTEWATER SYSTEM PROJECTS DATED JANUARY 18, 2023 BETWEEN THE CITY AND HAZEN AND SAWYER, P.C. TO COMPLETE THE ENGINEERING AND CONSULTING SERVICES REQUIRED FOR THE STAR ISLAND FORCE MAIN REPLACEMENT PROJECT: (1) PREPARATION OF A DESIGN CRITERIA PACKAGE FOR THE REPLACEMENT OF AGING SUBAQUEOUS FORCE MAIN INFRASTRUCTURE FROM PUMP STATION NO. 2 LOCATED AT THE MEDIAN OF STAR ISLAND TO A CONNECTION POINT LOCATED IN THE VICINITY OF THE INTERSECTIN OF 1OT STREET AND ALTON ROAD WITH FEES NOT TO EXCEED $331,774; (2) PERFORMANCE BY LONGITUDE SURVEYORS, LLC OF VACUUM EXCAVATIONS AND TOPOGRAPHIC AND HYDROGRAPHIC SURVEY WITH FEES NOT TO EXCEED $66,090; (3) PERFORMANCE BY LANGAN ENGINEERING AND ENVIRONMENTAL SERVICES, INC. OF GEOTECHNICAL TESTING, ANALYSIS, AND REPORTING SERVICES WITH FEES NOT TO EXCEED $231,500; (4) PERFORMANCE BY OLIN HYDROGRAPHIC SOLUTIONS, INC. OF SPECIALIZED BENTHIC SURVEY WITH FEES NOT TO EXCEED $5,000; (5) PERFORMANCE BY ENVIRONMENTAL SOLUTIONS INTERNATIONAL, LLC OF SUBMERGED LANDS AND EASEMENT RESEARCH WITH FEES NOT TO EXCEED $5,000, FOR A TOTAL SERVICE ORDER NOT TO EXCEED AMOUNT OF $642,364. WHEREAS, public infrastructure serves as the backbone of reliable public utilities, and as infrastructure ages and the needs of a growing city expand, existing infrastructure typically requires rehabilitation and upgrades; and WHEREAS, the failure to reinvest in utility infrastructure has resulted in neighboring communities having had numerous water main breaks and sewage spills resulting in one community being fined $1.9 million by state regulators: and WHEREAS, at its March 18, 2020 meeting, the City Commission accepted the five-year critical needs capital plan for the design and construction of critical utility infrastructure projects for the City's water and wastewater systems; and WHEREAS, at its January 20, 2022, the Mayor and City Commission authorized the issuance of Request for Qualifications No. 2022-122-ND for Engineering Services for Water and Wastewater Systems Projects (the "RFQ") on an "As-Needed Basis"; and WHEREAS, at its June 22, 2022, the City Commission approved Resolution No. 2022- 32175 respectively, authorizing the City to enter into negotiations with Hazen and Sawyer, P.C. (the "Consultant") and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, on January 18, 2023, the City and Hazen and Sawyer, P.C. entered into an Agreement for the Engineering Services for Water and Wastewater Projects pursuant to the RFQ, having an initial term of three (3) years, with two (2) one-year renewal terms (the "Engineering Agreement"); and W H E R E A S , the City's existing infrastructure is aging and requires rehabilitation or replacement; and WHEREAS, the 65-year-old Force Main is a critical asset in the collection of the wastewater from Star, Palm, Hibiscus, and Terminal Island (the "Star Island Force Main"); and WHEREAS, the Star Island Force Main has already surpassed its useful life and is located in a highly corrosive environment, replacement of the Star Island Force Main (the "Star Island Force Main Replacement Project") is a priority project in the City's Sewer System Master Plan based on a consequence of failure (CoF) and probability of failure (PoF) analysis; and WHEREAS, the Consultant submitted a proposal to prepare a Design Criteria Package (the "DCP Proposal") that the city will use in the procurement of a design-build firm for the Star Island Force Main Replacement Project; and WHEREAS, the DCP Proposal, to be includes the following tasks: 1) Preparation of a hydraulic analysis technical memorandum to confirm hydraulic conditions and demonstrate level of service is maintained with the final pipeline layouts and interconnects; 2) Development of permit application packages to obtain permits/regulatory approvals/reviews of USACE, FEDP, DERM and USCG; 3) Engagement of consultants to perform excavations and topographic and hydrographic surveys (Longitude Surveyors, LLC); geotechnical testing analysis and reporting {Langan Engineering and Environmental Services, Inc.; benthic survey (Olin Hydrographic Solutions, Inc.) and submerged lands and easement research (Environmental Solutions, LLC); 4) Preparation of DCO plans, specifications and a Class 5 cost estimate; and 5) Provide assistance during the design-builder procurement process; and WHEREAS, based on the foregoing, the Administration recommends that the Commission authorize the issuance of Service Order No. 33 for a total not-to-exceed amount of $642,364. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA that the Mayor and City Commission hereby approve the issuance of Service Order No. 33 pursuant to the Agreement for Engineering Services for Water and Wastewater System Projects dated January 18, 2023 between the City and Hazen and Sawyer, P.C. to complete the engineering and consulting services required for the Star Island Force Main Replacement Project:(1) preparation of a Design Criteria Package for the replacement of aging subaqueous force main infrastructure from Pump Station No. 2 located at the median of Star Island to a connection point located in the vicinity of the intersection of 10 Street and Alton Road with fees not to exceed $331,774; (2) performance by Longitude Surveyors, LLC of vacuum excavations and topographic and hydrographic survey with fees not to exceed $66,090; (3) performance by Langan Engineering and Environmental Services, Inc. of geotechnical testing, analysis, and reporting services with fees not to exceed $231,500; (4) performance by Olin Hydrographic Solutions, Inc. of specialized benthic survey with fees not to exceed $5,000; (5) performance by Environmental Solutions International, LLC to perform submerged lands and easement research with fees not to exceed $5,000, for a total Service Order not to exceed amount of $642,364. PASSE D AN D ADOPTED this/' day ot/ctr , 2023. ATTEST: 21 Rafael E. Granado, City Clerk JAN 0 8 2024 APPROVED AS TO FORM & LA NGUAGE & FOR EXECUTION Yi- us CiNy Attorney _2 Dote *This Resolution was prepared on January 3, 2024 as an after-the-fact Resolution. Resolutions-C7 U MIAMI B E A C H COMMISSION MEMORANDUM TO: FROM: DATE: Honorable Mayor and Members of the City Commission Alina T. Hudak, City Manager October 18, 2023 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING FOR. THE STAR ISLAND FORCE MAIN REPLACEMENT PROJECT, PURSUANT TO THE AGREEMENT REQUEST FOR PROPOSALS (RFQ) 2022-122-ND FOR ENGINEERING SERVICES FOR WATER AND WASTEWATER SYSTEM PROJECTS BETWEEN THE CITY AND HAZEN AND SAWYER, P.C. AND AUTHORIZING A TASK ORDER TO COMPLETE THE ENGINEERING AND CONSULTING SERVICES REQUIRED FOR THE DESIGN AND POST DESIGN SERVICES INCLUDING: (1) PREPARATION OF DESIGN CRITERIA PACKAGE OF THE REPLACEMENT OF AN AGING SUBAQUEOUS FORCE MAIN INFRASTRUCTURE FROM PUMP STATION NO. 2 LOCATED AT THE MEDIAN OF STAR ISLAND TO A CONNECTION POINT LOCATED IN THE VICINITY OF 10TH STREET AND ALTON ROAD IN THE AMOUNT NOT TO EXCEED $331,774 NECESSARY FOR THE CIVIL ENGINEERING SERVICES; (2) UTILIZE LONGITUDE SURVEYORS, LLC TO PERFORM VACUUM EXCAVATIONS AND TOPOGRAPHIC AND HYDROGRAPHIC SURVEY IN THE AMOUNT NOT TO EXCEED $66,090; (3) UTILIZE LANGAN ENGINEERING AND ENVIRONMENTAL SERVICES, INC TO PERFORM GEOTECHNICAL TESTING, ANALYSIS, AND REPORTING SERVICES IN THE AMOUNT NOT TO EXCEED $231,500; (4) APPROVING OLIN HYDROGRAPHIC SOLUTIONS, INC. TO PERFORM SPECIALIZED BENTHIC SURVEY IN THE AMOUNT NOT TO EXCEED $5,000; (5) APPROVING ENVIRONMENTAL SOLUTIONS INTERNATIONAL, LLC. TO PERFORM SUBMERGED LANDS AND EASEMENT RESEARCH IN THE AMOUNT NOT TO EXCEED $5,000, FOR A TOTAL PROJECT NOT TO EXCEED AMOUNT OF $642,364. RECOMMENDATION The Administration recommends approving the engineering and consulting services for the Star Island Force Main Replacement as described in Service Order No 33, a copy of which is attached. This scope seeks (1) to prepare a design criteria package for the replacement of aging subaqueous force main infrastructure from Pump Station No 2 located at the median of Star Island to a connection point located at the vicinity of 10" Street and Alton Road. The total P age 799 of 2240 p roje c t a m o u n t wi th in S e rvi c e O rd e r N o 3 3 fo r th e p re p a ra tio n o f the d e sig n cri te ria pa ckag e is to no t e x c e e d $6 4 2 ,3 6 4 . B A CK GR O UN D/H I STOR Y On March 18, 2020, the Mayor and City Commission accepted the five-year critical needs capital plan for the City's water and wastewater system for the design and construction of critical utility infrastructure projects. On January 20, 2022, the Mayor and City Commission authorized the issuance of Request for Qualifications No. 2022-122-ND for Engineering Services for Water and Wastewater Systems Projects (the "RFQ") on an "As-Needed Basis". On June 22, 2022, the City Commission approved Resolution No. 2022-32175 respectively, authorizing the City to enter into negotiations with Hazen and Sawyer, P.C. and, if successful, execute an agreement with the Consultant pursuant to the RFQ. On January 18, 2023, the City and Hazen and Sawyer, P.C. entered into an Agreement for the Engineering Services for Water and Wastewater Projects (RFQ) No. 2022-122-ND, having an initial term of three (3) years, with two (2) one-year renewal terms. The tasks for Service Order No. 33 entail the Permitting, Design Criteria Package, Procurement Assistance and Services during Design for the replacement of the Star Island Force Main from Pump Station No 2 to the vicinity of 10 Street and Alton Road which involves replacing the piping, fixtures, and interconnections with the Pump Station No 2 and the existing gravity main along 10" Street. ANALYSIS The Star Island Force Main Replacement Project is a priority sewer system replacement project in the Star-Palm-Hibiscus Islands. The project intention is to prepare the Design Criteria Package (DCP) that the city will use in procurement of a Design-Build Firm for the replacement of the aging force main infrastructure, ensuring safety and reliability, in accordance with the City of Miami Beach Sewer System Master Plan. This force main sewer is a non-redundant sixty-five years old infrastructure that has already surpasses its lifespan in a very corrosive environment that collect all the wastewater from Star, Palm, Hibiscus and Terminal Islands. The primary objective of this replacement project is to avoid the failure of critical section of force main infrastructure. The City has conducted several city-wide studies to identify improvements needed throughout the City's infrastructure: The City's 2019 Sewer System Master Plan, completed by Hazen and Sawyer, P. C, identified the need for the Star Island 10-inch Force Main to undergo a replacement and resize as part of the 5-Year Water and Sewer Critical Needs Plan based on an analysis of the consequence of failure (CoF) and probability of failure (PoF) of the force main crossing. Procurement Selection Process; Hazen and Sawyer P.C. provided a proposal to prepare a Design Criteria Package, Permitting, Procurement Assistance and Services During Design services under executed agreement 2022-122-ND for Engineering Services for Water and Wastewater System Projects. This Page 800 of 2240 Service Order 33 for Design Criteria Package will: (1) prepare a Hydraulic Analysis Technical Memorandum in order to confirm hydraulic conditions and demonstrate level of service is maintained with the final pipeline layouts and interconnects. (2) develop the required permit application packages to obtain the permits/regulatory approvals/reviews of USACE, FDEP, DERM and USCG. (3) deliver geotechnical Engineering Report, Topographic, Bathymetric and Benthic Survey. (4) prepare Design Criteria Package plans, specifications and a Class 5 cost estimate (5) perform procurement assistance during Design-Build procurement process. Pursuant to the agreement request for proposals (RFQ) 2022-122-ND Engineering Services for Water and Wastewater System Projects between the City and Hazen and Sawyer P.E. and authorizing a work order to complete the engineering and consulting services required for the preparation of the Design Criteria Package and Design-Build assistance services including: (1) preparation of design criteria package of the replacement of an aging subaqueous force main infrastructure from pump station no 2 located at the median of star island to a connection point located in the vicinity of 10th street and Alton road in the amount not to exceed $331,774 necessary for the civil engineering services; (2) utilize Longitude Surveyors, LLC to perform vacuum excavations and topographic and hydrographic survey in the amount not to exceed $66,090; (3) utilize Langan Engineering and Environmental Services, INC to perform benthic survey in the amount not to exceed $231,500; (4) approving Olin Hydrographic Solutions, INC. to perform specialized geotechnical testing, analysis, and reporting in the amount not to exceed $5,000; (5) approving Environmental Solutions International, LLC. to perform submerged lands and easement research in the amount not to exceed $5,000, for a total project not to exceed amount of $642,364. The Administration recommends approving and proceeding with Hazen and Sawyer P.C. scope of work to replace the aged critical force main. SUPPORTING SURVEY DATA Results from the 2022 Resident Survey related to the City's perception and satisfaction show an overall approval of 67.4%, and rated the City as a good place to live. FINANCIAL INFORMATION Account Code: 418-0815-06135 7 -29-418-561-00-00-00-28520. The total project budget for design services is $642,364. This project will provide a cost estimate for the proposed infrastructure improvements throughout design, construction is estimated to cost $8,000,000. This project is funded by the City's Five-Year Water and Sewer Critical Needs Capital Improvement Plan. CONCLUSION Once completed, this project will provide a new upsized subaqueous sewer force main connection between the Star-Palm-Hibiscus Islands replacing the already obsolete existing force main. This replacement project will improve the reliability of the City's infrastructure, ensure public health, and ensure public safety. P age 801 of 2240 In o rd e r fo r t he C ity to ad v a n c e th e r e p la c e m e n t o f th e S t a r Is la n d F o rc e M a in , th e A d m in is t ra t io n re c o m m e nd s th a t th e M a y o r a n d C ity C o m m is s io n a d o p t th e R e s o lut io n a p p ro v in g t he S e rvi c e O rd e r wi t h H az e n a n d S awy e r P .C . A ppl icab l e Area South Beach ls thi s a "Re si den ts Right to Kn ow" item, pursuant to City Cod e Se cti on 2-14? Yes Does this item utilize G,O. Bond Funds? No Strate gic Conn ecti on Environment & Infrastructure - Reduce risk from storms, high tides, groundwater, and sea level rise. Legislative Tracking Public Works ATTACHMENTS; Descri ption Hazan Design C riter ia Pack age o Draft Reso Page 802 of 2240 H az e n SCOPE OF SERVICES HAZ EN AND SAWY ER SERVICE ORDER No. 33 CITY OF MIAMI BEACH PUBLIC WORKS DEPARTMENT STAR ISLA ND FORCE MAIN DESIGN CRITERIA PACKA GE PROJECT BACKGROUND The City of Miami Beach (CITY) transmits wastewater from Terminal, Hibiscus, Palm and Star Islands to Miami Beach via an existing 10-inch diameter force main located between Pump Station 2 on Star Island and Miami Beach. The existing subaqueous main, located primarily below the mudline of Biscayne Bay, has exceeded its useful life. The CITY has proposed replacement of the existing main with a 16-inch ID main. Refer to Figure 1. P o x 9 %' MP STAT1O Figure 1 : Star Island FM Replacement Location Map The CITY previously retained AECOM to prepare a Basis of Design Report for the project, which was issued on May 25, 2022. The Report recommendation was to proceed with replacement of the existing force main with a new 16" main via Horizontal Directional Drill between Star Island and Miami Beach, designated as "Alternative 1A". Due to the criticality of this asset, the CITY has requested that Hazen and Sawyer (HAZEN) submit a proposal for engineering services to assist with a two-step design-build procurement of a Design-Build Firm (DBF). This will include preparation of a Design Criteria Package for the detailed design and construction of replacement of the approximately 3, 175 LF of force main between Pump Station No. 2 on Star Island eastward to the terminus point in 10 Street on Miami Beach. The engineering services proposed include data collection, development of the Step 1 Request for Qualifications (RFQ) documents along with the Step 2 Request for Proposals (RFP) Design Criteria Package documents. This Service Order will result in the Page 803 of 2240 Page 1 of 13 H az e n D e sig n C rite ria Package that the C ITY w ill use in procurem ent of a D B F to replace the fo rce m ain identified in he rein. T his se rv ice order w ill req uire HAZEN to provide engineering serv ices needed to deliver the follow ing tasks: • Task 1 - Coordination Meetings and Data Review that includes the project initiation m eeting and m onthly prog ress m eetings w ith C ITY staff in addition to review ing existing records. • Task 2- Permitting shall incl ude applica tion fo r applicable perm its required fo r construction of the prop o sed im provem ents and identification of perm its to be acquired by the D esign-Build Firm . • Task 3- Design Criteria Package (DCP) shall include preparation of a D C P that m eets the re q uire m e nts of Florida Statute 287.055. and w ill include suffi ci ent detail and perf orm ance-based crite ria so that D esign Build Firm s (D B F) can provide a com plete proposal fo r review and evaluation by the C IT Y . HAZEN w ill pro vide procurem ent assistance to the CIT Y as requested. HAZEN w ill also serv e in the ca pacity of D esign C riteria Professional and provide serv ices during detailed de sign of the fo rce m ain. • Task 4 - Procurement Assistance that includes assisting the CITY during the procurem ent and se lectio n of a D B F . Serv ices w ill include : preparation of solicitation docum ents fo r D BF pre- qua lifica tio n, review of subm itt ed Statem ents of Q ualifica tions and P roposals, attendance at pre- pro posa l, pre-bid and selection com m itt ee m eetings, tim ely responses to inquiries by prospective bid de rs, and serv ice as the technica l advisor to the CIT Y during the review of the propo sals. • Task 5- Services During Design shall incl ude review of the Design-B uild Firm 's design subm ittal and cla rifications of the D esign C riteria Package during the design phase of the project. • Task 6- Construction Administration Services w ill not be incl uded w ithin this scope of serv ices, but could be provided via an am endm ent. SCOPE OF SERVICES AND DELIVERABLES HA ZEN w ill provide professional engineering serv ices to the CITY as described below . Task 1 - Coordination Meetings and Data Review A project in itiation m eeting w ill be conducted at the beginning of the S erv ice O rder to confirm th e CI TY's go als and o bje ctives; identify roles, responsibilities, and com m unication protocols fo r the pro ject team m e m be rs; co nfirm concepts to be incl uded in the D esign C riteria Package; identify existing info rm ation relate d to the proje ct; and discuss the overall project w ork plan, deliverables, schedule, and critical m ile sto ne s. A ft er the project in itiation m eeting, HAZEN w ill att end a m axim um of fo ur (4) stakeholder coordination m eeting s w ith the C IT Y and stakeholders to discuss project coo rdination issues. The purpose of each m eeting w ill be to review and coordinate project/design constraints to the project as it relates to existing co nd itio ns, public im pacts and fu ture w ork. Potential stakeholder m eetings include: Palm H ibiscus Star Isla nd s A ssociation, W est A venue N eighborhood E nhancem ents Project team , W est Avenue N e ig hb o rho od A sso ciation, etc. The m ee ting w ill be attended by up to three HAZEN Team M em be rs. HA ZEN w ill review the fo llow ing info rm ation fo r the project: • Pro p ose d and available existing utility info rm ation, including review of as-built draw ings fo r w ater and sew e r facilities. This w ill include a review of inform ation for the existing sew er facilities to which the pro po se d pipe line w ill connect. • U tility co o rd ination, incl uding a design ticket request through S unshine O ne Call of Florida to id entify utili ty available info rm ation in the areas of the potential routes. Im pacted utility owners w ill be coo rdinated w ith to obtain available utility inform ation. Task 1 Deliverables: • A tt e ndance to project initiation m eeting by up to three staff m em bers, including preparation of prese ntation, agenda, and m inutes. P age 804 of 2240 Page 2 of 13 H az e n • Attendance to up to four (4) stakeholder coordination meetings by up to three staff members, including preparation of presentation, agenda, and minutes. T as k 2 - Perm itt in g As part of the permitting services task, HAZEN will perform the following environmental permitting for both the geotechnical boring and pipeline phases of the project: • Conduct submerged lands determination and easement research • Conduct pre-application meetings with Miami-Dade County Department of Environmental Resources Management (DERM), Florida Department of Environmental Protection (FDEP), and if available the United States Army Corps of Engineers (USACE) and United States Coast Guard (USCG) • For the HOD portion of the project, HAZEN will develop a frac out plan as required to obtain environmental permit approval. • Permit application preparation and submittal to each agency ■Geotechnical Boring Phase: ■USACE ■FDEP ■DERM ■USCG ■Subaqueous Pipeline Phase: ■USACE ■FDEP permit items not requiring 100% design ■Permit processing assistance It is assumed that the Design-Build Firm, not HAZEN, will be responsible for the following additional permits/regulatory approvals relating to rights-of-way and pipelines: • FDEP permit items requiring 100% design • DERM (Sewer Main Extension) • MDWASD • FOOT Permit • MDC DTPW • MOT Permits • Dewatering Permit • NPDES Permit Certain items required by FDEP to issue an Environmental Resource Permit, including the survey to issue the submerged lands easement, will require 100% design to be completed. HAZEN will submit all available items required for permitting ahead of 100% design. It is assumed that an RFI will be issued by FDEP, and the Design-Build Firm will be responsible for submitting the RFI response involving items requiring 100% design. The DBF will be responsible for hiring a Surveyor to develop and submit the signed and sealed submerged land easement sketch and legal description in accordance with FDEP requirements. In order to confirm hydraulic conditions and demonstrate level of service is maintained with the final pipeline layouts and interconnects, some additional hydraulic modeling will need to be performed. The results of these analyses will be provided to the regulatory agencies as required. HAZEN will provide this Hydraulic Analysis Technical Memorandum to the DBF for inclusion with permit applications, to assist with obtaining regulatory approvals. All permitting fees are to be paid by CITY. T a s k 2 D e li v e rab le s : Page 805 of 2240 Page 3 of 13 H az e n • Hydraulic Analysis Technical Memorandum: (1) electronic copy, signed and sealed. Task 3- Design Criteria Package Task 3.1 - Geotechnical Investigation HAZEN shall employ the services of a professional geotechnical engineer in the State of Florida (GEOTECHNICAL SUBCONSULTANT) to perform geotechnical analyses of the proposed improvement areas. Locations of proposed geotechnical borings are shown in attached Figure 2. GEOTECHNICAL SUBCONSULTANT shall perform a geotechnical investigation as follows: • Existing Utility Locations: GEOTECHNICAL SUBCONSULTANT shall perform underground utility clearance through Sunshine State One Call of Florida. • Borings: The eight (8) project borings shall be standard penetration test (SPT) borings per ASTM D-1586 to the depths indicated below. Layout of soil borings in the field and mobilization of drill rig, barge and crew to the project site is included. Borings shall be offset 25-ft from proposed pipe alignment, where feasible. ■Three (3) Land Borings • B-1and 8-8: to a depth of 50-ft below grade • B-T:to a depth of 70-ft below grade • Five (5) Water Borings • B-2,B-3 and 8-6: to a depth of 70-ft below bay bottom • B-4and 8-5: to a depth of 80-ft below bay bottom • Permits and Maintenance of Traffic (MOT}: GEOTECHNICAL SUBCONSUL TANT shall utilize traffic barricades, cones, and flaggers to the extent necessary and required. MOT and Rights-of- Way Permits, where necessary, are the responsibility of the GEOTECHNICAL SUBCONSUL TANT. HAZEN will acquire resource permits for the water borings (i.e., USACE, FDEP, MDC DERM). • Asphalt Cores: GEOTECHNICAL SUBCONSUL TANT shall collect asphalt cores at location of any borings performed within the roadway. • Patching: All borings shall be sealed with grouting upon completion. If borings penetrate pavement sections, pavement shall be patched as acceptable to CITY Standards. • Soils Parameters and Laboratory Testing: Collect soil samples from the test boring locations. Visually classify soil samples using the Unified Soil Classification System (USCS) in general accordance with the ASTM D-2488. Selected soil samples will be tested for index properties to aid in the classification for engineering purposes (ASTM D-2487). The following information shall be provided by GEOTECHNICAL SUBCONSULTANT for each distinct soil type encountered in the soil borings: • Organic Content Analysis • Moisture Content • Grain Size Analysis for granular soils • Report: GEOTECHNICAL SUBCONSUL TANT shall prepare and provide a written geotechnical report containing as a minimum the following items: • Overall site map showing the locations of soil borings. • Overall site and surface conditions. Page 806 of 2240 Page 4 of 13 H az e n • Ground water level elevations (including seasonal fluctuation). ■Results of field exploration and soil laboratory testing. • Soil borings profiles showing soil identifications, depth, groundwater, and standard penetration "N-values", and soil description. • Soil classification per United Soil Classification System (USCS). ■Recommendations for pipeline bedding, backfill and compaction. • Recommendations for groundwater control during pipeline trenching. ■Engineering recommendations for the following parameters: USCS, unit weight, dry unit weight, shear modulus, cohesion and internal friction angle, soil bearing capacity, and unconfined compressive strength. • It is anticipated that trenches up to 10-feet deep will be needed for construction of new underground piping and manholes. Provide the following relative to trenching: • Permissible excavation slopes; • Sheeting and shoring recommendations; ■Suitability of excavated material for use as fill or backfill. ■Locations and descriptions of any existing fill or potentially deleterious materials encountered that may interfere with construction progress or structure performance. • General considerations for temporary excavations as related to Occupational Safety and Health Administration regulations. Task 3.2 - Surv eys and Underground Utilities Locates HAZEN will employ the services of a Certified Land Surveyor in the State of Florida (SURVEYOR SUBCONSULTANT) to perform the required topographic, bathymetric and benthic surveys necessary to complete design of the Design Criteria Package. The base map created will be used to generate plan and profile drawings for the subject project. SURVEYOR SUBCONSUL TANT will perform topographic, bathymetric and benthic surveying and locate utilities at the areas of work. The survey shall include the following: • Code Requirements: The survey will meet the current surveying requirements of the Board of Professional Surveyors and Mappers of the State of Florida, as defined in Chapter 5J-17.050 - .052, Florida Administrative Code. • Extent of Survey: The survey shall identify right-of-way lines, property lines and platted easements within the survey area identified. Survey shall extend 25 feet outside the right-of-way unless specifically indicated elsewhere (where accessible, as permitted by the adjacent property owners, and can be done safely by the Survey crew in the field). • Property Lines: SURVEYOR SUBCONSULTANT shall conduct deed research to identify property ownership along the survey limits and show property lines and property owners' addresses on the drawings for all adjacent properties. Owners shall be identified by deed book and page number. • Easements: SURVEYOR SUBCONSUL TANT shall identify existing easements within the survey area that appear on a recorded plat. • Title Searches: SURVEY SUBCONSULTANT shall contract with a title company to provide a title search of the below properties located within the survey limits. Information/easements shall be Page 807 of 2240 Page 5 of 13 H az e n added to the survey drawings. • 33 Star Island, Miami Beach, FL 33139 • 34 Star Island, Miami Beach, FL 33139 • Aboveground Improvements: SURVEYOR SUBCONSULTANT shall locate aboveground and visible improvements, including pavement, pavement markings, slabs, fences, signs, overhead wires, water meters, valve boxes, cleanouts, handholes, markers, utility poles, trees, manhole covers, and other utility features within the limits of the survey. In littoral areas the mean high water level and riparian lines, shoreline vegetation, embankment caps and seawalls, rip rap, drainage outfalls, etc. shall also be located. • Manholes and Accessible Underground Piping: Manhole covers, rims, pipe inverts, and pipe sizes shall be measured on sanitary and drainage structures found within the survey limits, if accessible and physically unobstructed, otherwise they will be noted on the drawing. In addition, top of nut (TON) elevations for all water valves shall be measured. • Tree Survey: Existing trees, six (6) inches in diameter and above, at four (4) feet above ground, shall be located and identified with diameter and common name. Each tree shall be assigned a unique tree identification number. • Topographic Points: Elevations cross sections shall be taken at 50-ft intervals along roadways. Maintenance of traffic to be provided as required for data collection. Areas outside of roadway right- of-way shall include spot elevations on a 50-ft grid, though include interim changes in grade. • Benthic Resource Survey: Biological resources shall be accurately surveyed within the subaqueous area to document existing areas of significant biological importance including sea grasses. • Horizontal Datum and Vertical Datum: Horizontal datum shall be North American Datum of 1983 (NAD 83/99), Florida State Plane Coordinate System, Florida East Zone, scaled to ground. Vertical datum shall be relative to National American Vertical Datum of 1988 (NAVO88), and based on National Geodetic Survey (NGS), or FOOT benchmarks. One sheet of the SURVEYOR SUBCONSUL TANT's drawings shall include a graphic that illustrates conversion from NGVO29 to NAVO88. • Coordination with Available Information and Hazen Client: SURVEYOR SUBCONSULTANT shall coordinate with the CITY, and integrate available information in CITY GIS databases for water, storm water, sewer and record available record drawings to mark utilities. • Benchmarks: SURVEYOR SUBCONSULTANT shall provide at least three (3) semi-permanent survey control and benchmarks along the project corridor, one in Star Island right-of-way, one on the Star Island seawall and one on Miami Beach on the 10 Street seawall. Elevations shall be tied to at least two (2) National Geodetic Survey (NGS) Benchmarks located on or near the project site. • Baselines: Survey baseline shall approximate the center of the right-of-way when possible. Baselines shall increase in stationing. The value starting station shall be chosen in such a manner as to guard against the likelihood of negative stationing in the event that the project is extended down-station. Suggested beginning stations are 50+00 for primary baselines. • Statement of Accuracy: Included with the survey deliverables shall be a statement of accuracy indicating the dates of collection, surveyor name and license number, coordinate systems used, benchmarks referenced, and degree of accuracy achieved (e.g.,+/- ft) in the horizontal and vertical planes. • Subsurface Utility Engineering: Subsurface utility investigation shall be performed by SURVEYOR SUBCONSULTANT to determine approximate location of existing underground utilities at potential Page 808 of 2240 Page 6 of 13 H az e n utility crossings. Subsurface utility investigation shall include the following: Perform horizontal locations of existing conductive utilities using electromagnetic induction and ground penetrating radar techniques. Work shall be pe rformed to Quality Level B standards in accordance with CI/ASCE 38-02. Mark selected targets on the ground surface using American Public Works Association (APWA) color marking standards. Request a design ticket through Sunshine One Call of Florida. Coordinate with utility owners and review and/or obtain available documentation as it relates to the project. Underground utilities shall be provided in a separate CAD file. • Vacuum Excavation and Location: SURVEYOR SUBCONSULTANT to perform underground utility locations to verify through vacuum excavation the horizontal and vertical po sition of existing underground utilities. SURVEYOR SUBCONSUL TANT shall subcontract to perform underground utility location to verify through vacuum excavation the horizontal and vertical position of existing underground utilities at the locations selected by HAZEN (to be determined). Utility locates shall be requested through Sunshine One Call of Florida. Work shall be performed to Quality Level A standards in accordance with CI/ASCE 38-02. SURVEYOR SUBCONSULTANT shall submit a report indicating the underground utility horizontal location, the depth, lay direction, diameter and the material for each pot hole. SURVEYOR SUBCONSULTANT shall include the location of each pothole on the final survey. Compensation for vacuum excavation, report, and location on the survey inclusive of travel costs, MOT costs and other direct costs for each pothole shall paid on a per pothole basis, and also based on hard surface or soft surface excavation and shall be on a not- to exceed basis. • • • • • • The basis for the not-to-exceed proposal shall be 10 hard surface excavations and 10 soft surface excavations. • Survey Limits and Special Requirements: The approximate survey limits are provided in attached Figure 2. Additional description for corridor to be surveyed is provided below; • The full width of the rights-of-way and Miami Beach property on Star Island (approx. 200-ft) adjacent the Miami Beach Water Tower as shown in Figure 2. • A 40-ft wide area centered on the property line between two properties: 33 Star Island and 34 Star Island, Miami Beach, FL 33139. An existing 5-ft FDOT easement exists along these property lines, approxima tely 400-ft in length. • Bathymetric and Benthic Surveys: A 50-ft wide corridor of Biscayne Bay centered along the proposed pipe alignment as shown in Figure 2. The bathymetric survey shall include profiles lines taken to accurately map the bay bottom and sea floor. The benthic survey shall accurately map resources within the project corridor. • The full width of the right-of-way along 10th Street between the seawall and Alton Road as shown in Figure 2. • Survey Deliverables: SURVEY SUBCONSULTANT shall provide five (5) electronic deliverables to HAZEN following collection of field data - a Point Database, a CADD Survey Drawing, a CADD Surface TIN or Model, and a CADD drawing for both underground utilities and vacuum excavations. These files must be maintained and delivered throughout the project as work is requested. Drawing methods and layering must co nform to Hazen and Sawy er standards as provided within or as indicated within the attached "Survey_Seed.dwg" provided to the Surveyor by Hazen and Sawy er. In addition, signed and sealed survey drawings shall be provided as indicated below. Page 809 of 2240 Page 7 of 13 H az e n • Point Database: SURVEY SUBCONSULTANT shall provide all spot elevations in a spreadsheet (i.e. Microsoft Excel) in comma or tab delimited (spaced) format in PNEZD arrangement (Point Number, Northing, Easting, Elevation, Description). These software file extensions may vary from .txt, .xis, or .csv. • CADD Survey Drawing: The Survey Drawing shall be provided in a separate AutoDesk (AutoCAD) drawing file (.dwg) including all planimetric data and generated topographic contours. All CADD drawings to be provided to Hazen and Sawyer shall be drawn on the layer system as indicated in the "SURVEY _SEED.dwg" provided with this document. A list of these layers, descriptions, lineweights, types, and colors can be provided upon request. Topographic information for interval contours and index contours shall be drawn using two dimensional (2D) polylines having a fixed elevation equal to the contour elevation and a thickness of zero (0). The contours shall be drawn on appropriate layers for interval or index contours as a single continuous 2D polyline for each elevation. In any case, three dimensional (3D) polylines are not acceptable. • CADD Surface TIN or Model: A Surface Model shall be created and provided by the SURVEY SUBCONSTULANT from ground elevation shots in the specified horizontal and vertical datum and modified by surveyor placed breaklines and boundaries as part of the surveyor's normal best practices for creating topographic contours. ■CADD Underground Utility Drawing: Underground utilities shall be provided as a separate AutoDesk (AutoCAD) drawing file (.dwg). • CADD Vacuum Excavations Drawing: Underground utility locations verified via vacuum excavation shall be provided as a separate AutoDesk (AutoCAD) drawing file (.dwg). ■Record Survey Drawings: On e (1) electronic copy of signed and sealed survey drawings shall be provided, including the name and license number of the surveyor, name and address of the survey firm, date of survey, datum referenced, statement of accuracy, and all other information as required by the State of Florida. • Vacuum Excavation Reports: Results of the vacuum excavations shall be submitted as a report indicating the underground utility horizontal locations, the depths, lay directions, diameters and the materials for each pot hole. Task 3.3 - Design Criteria Package Documents HAZEN will prepare: • A Draft DCP, • A 100% DCP, • A Final Bid/RFQ DCP that meet the requirements of Florida Statute 287.055 HAZEN will serve as the Design Criteria Professional as defined in Section 287.055(2)(k) of the Florida Statutes for the force main replacement. The DCP will include performance-based criteria as described below: • Project Description: • Project scope, limits and definition • Operational condition (flow and pressure) for the existing force main and existing network • Preliminary by-pass requirements, if necessary ■Establishment of connection points for existing facilities • Identification of right-of-way and easement requirements. • Relevant information from the Geotechnical Report Page 81 O of 2240 Page 8 of 13 H a z e n • HA Z E N shall provide topographic, bathymetric and benthic survey by a Florida Registered Surveyor to locate all above ground and underground features, and any additional data required for the completion of the design, permitting, and construction of the project. • The DCP shall include conceptual plans that illustrate the proposed force main replacement. The centerline of the pipe shall be stationed. • Documentation provided by the CITY on existing underground utilities within the vicinity of the proposed piping improvements will be incorporated into the DCP. • Criteria for utility locating, permits, and utility connections. • General performance-based specifications that identify the minimum requirements for execution of the work. It is anticipated that the standard front-end documents generated by the Procurement Department will be provided by the CITY. It is also anticipated that the CITY Public Works Manual will be incorporated by reference into the DCP. The specifications shall address the following: • Pipeline size • Material specifications • Excavation and backfill requirements • Minimum cover requirements • Isolation valve requirements • Air release valve requirements • Staging areas • Construction sequence restrictions • Site usage • Trenchless technology specifications • Site maintenance • Provisions for temporary utilities, as applicable • Requirements for Maintenance of Traffic • Restoration requirements • Permitting requirements for permits obtained by the DBF • Erosion and sedimentation control • Guidance on directional drill entry points and exit points to minimize disruptions to area residents and businesses, if needed. • Requirements for production of contract drawings, including progress document sets at the 60%, 90%, and 100% design completion stages. • Requirements for construction services performed by a Design Build Professional, including shop drawing review, RFI disposition, and provision of record drawings. • Requirements for responsibility of all permits not obtained by HA Z EN . • Project Schedule • Opinion of Probable Cost • HAZ EN will provide a Class 5 estimate of probable construction cost in accordance with American Association of Cost Engineering (AACE) International Recommended Practice 56R- 08 Cost Estimate Classification System - As Applied for the Building and General Construction Industries. Class 5 estimates will be provided at both the Draft DCP and 100% DCP stages. • In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the project, HAZ EN has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, HAZ EN makes no warranty that the CITY's actual project costs, financial aspects, economic feasibility, or schedules will not vary from HAZ EN's opinions, analyses, projections, or estimates. At each submittal stage, HA ZEN shall submit the plans and specifications for CITY review. The Draft DCP will be submitted to the CITY for review and comment. It is anticipated the CITY will complete its review of the Draft DCP within 10 working days of receipt of the submittal package. HA ZE N will attend Page 811 of 2240 P age 9 of 13 Hazen one (1) virtual meeting with CITY representatives to receive their design input, which will be incorporated into the 100% DCP. HAZEN shall prepare the agenda and submit meeting minutes to the CITY. The 100% DCP will be submitted to the CITY for review and comment. It is anticipated the CITY will com plete its review of the 100% D C P w ithin 10 working days of receipt of the submittal package. HAZEN will attend one (1) virtual meeting with CITY representatives to receive their design input, which will be incorporated into the Final Bid/RFQ DCP. HAZEN shall prepare the agenda and submit meeting minutes to the CITY. Task 3 Deliverables: • Geotechnical Engineering Report: (1) electronic copy, signed and sealed. • Topographic, Bathym etric and B enthic S urv ey: (1) electro nic copy, signed and sealed. • D raft DC P : ( 1) electronic copy of D C P plans and spe ci fications, ( 1) electronic copy of Class 5 cost estim ate. • 100% D C P : (1) electronic copy of D C P plans and specifica tions, ( 1) electro nic copy of Class 5 cost estim ate. • Final B id/RFP D C P : (1) electronic copy of D C P plans and specifications. T a s k 4 - P ro cu rem e n t A ss ista n c e D esign-B uild P rocurem ent w ill fo llow the ty pica l C ITY tw o-step process of bo th the Request fo r Q ualifica tions (RFQ ) step along w ith the R equest fo r P roposals (R FP ) step. T a s k 4 .1 - R F Q D e velo p m e n t A s the first step of the tw o-step design-build procurem ent, HA Z EN w ill assist the CITY in development of the R FQ solicitation for pre-qualifica tion of D B Fs. HAZ E N w ill w ork w ith C ITY staff to develop the qualifica tion-based evaluation criteria. The solicitation shall contain a brief description of the w ork, subm ittal requirem ents fo r prospective D B Fs, and m inim um qualifications fo r DB Fs. T a s k 4 .2 - R F Q S tep an d E v alu a tio n o f Q u a lifi catio n P ac kag e s /R efere n c es HA Z E N shall evaluate all subm itted Q ualifica tion packages for com pliance w ith the R FQ . HA ZE N w ill perform the fo llow ing: • A ttend pre-proposal m eeting w ith prospective D B Fs, prepare technical port ion of m eeting agenda as w arr anted. • P repare responses to inquiries (R Fls) during the pro posal period and prepare addenda, assum ing up to ten (10) R Fls. N o addenda are assum ed. • E valuation of S tatem ent of Q ualifica tions (S O Q ) packages, assum ing up to five (5) proposals are received. Evaluation shall incl ude check for responsiveness and reference checks. HAZ E N w ill pro vide input on the proposals relative to com pliance w ith the R FQ docum ents. • P artici pate in a m eeting w ith CIT Y selection com m ittee. T a s k 4 .3 - R F P S te p an d E v a lu a tio n of P ro p o sa l P ac kag e s/R eferen c e s HA ZEN w ill provide assistance to the CITY during procurem ent of the D B F via the R FP step, upon request. A ssistance m ay include: • Fill in appropriate blanks and m ake suitable adjustm ents to tailor th e CI TY's pro vid ed D C P "front- end" docum ent. • A ttending pre-bid conference w ith pro spe ctive bidders and prepare technica l portion of m eeting agenda. P age 812 of 2240 Page 10 of 13 H az e n • R espond to questions using the Addenda fo rm provided by the CITY fo r expedited response tim e and generate necessary suppo rt ing docum ents, as applicable, and subm it to the C ITY fo r distribution to registered plan holders. Prepare responses to inquiries (R Fls) during the proposal period and prepare addenda, assum ing up to tw enty (20) RFls and six (6) addenda. • Provide input on the pro posals relative to com pliance with the DC P docum ents. Evaluate the bid schedules, provide support fo r evaluation of the apparent utilities contractor's qualifica tions fo r undert aking the utility w ork on the project and provide a recom m endation of award upon request. Evaluation of the technica l aspects of the DBF proposals (assum ing up to 5 proposals). • Participate in a meeting with CIT Y selection com m ittee and up to tw o negotiation m eetings w ith the CITY and D BF. • This scope of serv ices includes no allow ance to assist C ITY in the event of a bid protest. Task 4.1 & 4.2 Deliverables: • RFQ docum ents fo r inclusion in the solicitation: (1) elect ronic copy, both Microsoft W ord and PD F fo rm ats. • R esponses to questions from prospective bidders and supporting docum ents fo r CITY distribution. • Tabulated sum m ary and evaluation of the proposals relative to com pliance w ith the RFQ docum ents Task 4.3 Deliverables: • Pre-bid conference technica l agenda and m eeting m inutes in the fo rmat of an addendum . • R esponses to questions from prospective bidders, supporting documents, and addenda for CITY distribution fo r up to six (6) addenda. • Table w ith input on the propo sals relative to com pliance w ith the DCP docum ents Task 5- Services During Design HA Z EN w ill provide assistance to the C ITY during the preparation of the DBF's design. This scope of serv ices is based on a design-build contract duration of eighteen (18) months w ith an active constru ction tim e of eight (8 ) m onths. Any additional tim e beyond this w ill require an approved agreem ent. Assistance may incl ude the fo llowing: • R esponse to up to ten (10) RFIs by the CITY or D BF. • R eview of 30% plans and specifications including input on the successful DBF design docum ents relative to com pliance w ith the DCP docum ents. • R eview of 70% plans and speci fications including input on the successful DBF design docum ents relative to com pliance w ith the DCP docum ents. • Review of Issued fo r C onstruction docum ents and provide input on the succe ssfu l DBF design docum ents relative to com pliance w ith the DCP docum ents. • Participate in up to tw elv e (12) progr e ss mee tings or design review m ee tings w ith the CITY and DBF during the design phase. The meeting sum m ary fo r each meeting w ill be developed by the DBF. Task 6 - Construction Administration Services Construction related efforts are not included within this scope of serv ice s but can be provided via a fo llow - up am endm ent. ASSUMPTIONS This scope of serv ice s is based on the following assum ptions: Page 813 of 2240 Page 11 of 13 H az en 1. This scope is based on proceeding with the HDD route "Alternative 1A" as indicated in the AECOM Basis of Design Report titled "Star Island 16-inch Force Main Subaqueous Crossing", dated May 25, 2022. Should the CITY choose to modify the selected alignment, Hazen reserves the right to seek an amendment to this service order based on work completed to date relative to the change in scope. 2. The CITY will provide HAZ EN with the CAD and drawing files prepared by AECOM during the Basin of Design Report stage, as well as available utility as-builts. 3. The CITY will assist in providing access to the easement area on Star Island; access will be required by both the SURVEY SUBCONSUL TANT and the GEOTECHNICAL SUBCONSUL TANT. Site visits for this work will require the presence of CITY personnel. 4. The CITY will provide available information and record drawings for the existing water, sewer and storm drainage along the project corridor, as well as any other pertinent data requested by HAZEN. 5. Record drawings for the Star lsland and 10h Street rights-of-way, roadways, seawalls, etc. will be made available to HA Z EN . 6. The CITY will provide HA ZEN with the RFQ and RFP documents for their most recent Design-Build project in order to facilitate conformance with CITY standards. 7. The CITY acknowledges that HAZ EN's analysis is based on information made available at the time of this Service Order and data gathered during site visits and meetings. 8. The CITY will provide all requested information within a reasonable timeframe. It is assumed that all information provided by the CITY is complete and accurate. Additionally, the CITY agrees to work with HAZ EN to ensure compliance with the proposed schedule. 9. The final alignment of the proposed pipeline is achievable within the surveyed area. If a fatal conflict exists that HAZEN was not aware of at the time of scope development, then additional survey may be required. 10. A cursory search was completed for contaminated sites within the vicinity of the project area on the FDEP Contamination Locator Map. Contaminated sites were not identified in the project area. It is assumed that contaminated sites are not located within the vicinity of the project area that would require a dewatering plan, hazardous material management planning, coordination with FDEP or DERM, or other associated requirements. STAR D PROPOSED SURVEY AREA: -BATHYMETRIC AND BENTHIC WITHIN BISCAYNE BAY, TOPOGRAPHIC LANDWARD PROPOSED BORINGS: SHOWN IN GREEN Figure 2: Star Island FM Replacement Survey and Geotechnical Extents Page 814 of 2240 Page 12 of 13 H azen PERFORMANCE SCHEDULE T he pro po se d perform a nce schedule is detailed in Appendix A- Performance Schedule. The Notice to Proceed (N T P ) define s the offi cia l com m encem ent of th e HAZEN's con tra ct. The schedule presented in Appendix A assum es rece ip t of N T P in O ctob er 2, 2023. METHOD OF COMPENSATION HAZEN sha ll perf orm the se rv ices defined in this scope of serv ices fo r a lum p sum fee of $331,774 and support se rv ices re im bu rsab le expe nses of $307,590 and travel related expense of $3,000 for a total fee of $64 2 ,364 . T rave l re lated expe nses are an allow ance set aside by the C IT Y and shall only incl ude actual trave l related expe nd itures m a de by HAZ EN's proj ect team m em be rs from outside the tri-county area in the interest of the proje ct. Justifica tio n fo r travel w ould include necessary site visits by H D D expe rt s. Travel reim bursem e nt w ill be in acco rda nce w ith the C ity 's travel policy O D .20.01 "T ravel on C ity Business." HAZEN w ill provide the C ITY an invo ice on a m onthly basis. The invoice shall be co nsistent w ith the sched ule of va lue s and sh a ll include a brief description of the w ork invoiced. T he breakdow n of fees per task is detaile d in Appendix B- Fee Estimate. A utho rizatio n Jayso n Page, PE V ice Presid ent P age 815 of 2240 Page 13 of 13 A p p e n d ix A P e rf o r m a n c e S c h e d u le Page 816 of 2240 ID / I 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 [Task [Mode , , , , , , a, , , , , a, wo· Task Order 33 - Star Island Force Main Design Criterla Package NTP Subcontract Coordination Task 1- Coordination Meetings and Data Review Task 2 - Permitting Permitting for Geotechnical Borings (USACE/FDEP/DERM/USCG) Pre-App Meetings and Permit Application Preparations Permit Reviews, RFIs and Responses Permit Issuances Permitting for Pipelines (USACE/FDEP) Pre-App Meetings and Permit Application Preparations Permit Reviews, RFls and Responses , Permit Issuances (FDEP Permit Issuance follo wi ng DBF as-built/SSL easement) , Task3- Design Criterla Package a, Geotechnical investigation , a, , , a, , , , , r, , Land Borings and Lab Testing Water Borings and Lab Testing Report Development Surveys and Underground Utility Locates Prepare and Submit Draft DCP City Review of Draft DCP Draft DCP Review Meeting with City Prepare and Submit 100% DCP City Review of 100% DCP 100% DCP Review Meeting with City Prepare and Submit Final Bid DCP , Task 4- Procurement Assistance , RFQ (Step 1) Hazen Provide Input to City , RFQ(Step 1) City Internal Development of 1TB Package Preparation , RFQ (Step 1) Solicitation , SOQ Package Reviews a, Evaluation Committee Meeting (Step 1) to Shortlist DBFs a, Notification to Shortlisted Firms , RFP/DCP (Step 2) Solicitation a, Proposal Package Reviews ,_ Evaluation Committee Meeting (Step 2)_.___ !Duration he . !Finish 711 days Fri 12/1/23 sat 8/22/26 0 edays Fri 12/1/23 Fri 12/1/23 10 edays Fri 12/1/23 Mon 12/11/2 3 60 edays Mon 12/11/23 Fri 2/9/24 128 days Fri 12/1/23 Wed 5/29/24 128 days Fri 12/1/23 wed 5/29/24 60 edays Fri 12/1/23 Tue 1/30/24 120 edays Tue 1/30/24 Wed 5/29/24 O edays Wed 5/29/24 Wed 5/29/24 128 days Fri 12/1/23 Wed 5/29/24 60 edays Fri 12/1/23 Tue 1/30/24 120 edays Tue 1/30/24 Wed 5/29/24 0 edays Wed 5/29/24 Wed 5/29/24 f 2. 2023 I Half, 2024 l Half 2, 2024 I Half 1 2025 I Half 2. 2025 I Half 1 2026 I Half 2, 20 il5lol~lo i!Fl1,i.iA.lMJ.J Ll~l5lo!Nlo J;FJMIAIM!J i!Aislo!Nio i!FIM!A!Mli ilA,15 I 197 days Mon 12/11/23 wed 9/11/24 110 days Wed 4/10/24 wed 9/11/24 49 edays Wed 4/10/24 wed 5/29/24 84 edays wed 5/29/24 Wed 8/21/24 21 edays Wed 8/21/24 Wed 9/11/24 40 edays Mon 12/11/23 Sat 1/20/24 75 edays Sat 1/20/24 Thu 4/4/24 20 edays Thu 4/4/24 Wed 4/24/24 0 edays Wed 4/24/24 Wed 4/24/24 60 edays Wed 4/24/24 Sun 6/23/24 20 edays Sun 6/23/24 Sat 7/13/24 0 edays Sat 7/13/24 Sat 7/13/24 14 edays Wed 8/28/24 Wed 9/11/24 278 days Thu 2/29/24 Tue 3/25/25 30 edays Thu 2/29/24 Sat 3/30/24 60 edays Sat 3/30/24 Wed 5/29/24 45 edays Wed 5/29/24 Sat 7/13/24 30 edays Sat 7/13/24 Mon 8/12/24 0 edays Mon 8/12/24 Mon 8/12/24 I I 7 edays Mon 8/12/24 Mon 8/19/24 45 edays Wed 9/11/24 Sat 10/26/24 I 30 edays Sat 10/26/24 Mon 11/25/24 O edays Mon 11/25/24 Mon 11/25/24 srs i,. ' ¥ ... G I lad + <a+ ,,,a.,•{ g Project: Schedule Star Island Es Date: Wed 10/4/23 Task Spl it Milestone Summary u$Ms »tw$ / Project Summary Inactive Task ♦Inactive Milestone Inactive Summary Manual Task Duration-only Manual summary Follup a Manual Summary Start-only Finish-only External Tasks External Milestone T ... ... ° - ks L Deadline 4 J Progress a we.at Manual Progress ~ Page 1 Note: red bars indicate critical path. Page 817 01 2240 ID tr !Task N am e ]Duration 'Star t !Finish Mode I 37 , DBF Contract Negotiations 30 edays M on 11/25/24 W ed 12/25/24 38 a, City A pproval of DBF Contract 90 edays W ed 12/25/24 Tue 3/25/25 39 , Design-Build NTP 0 edays Tue 3/25/25 Tue 3/25/25 -- 40 a, Task 5 - Services During Design 261 days Tue 3/25/25 Wed 3/25/26 41 a, D esign-Build Pro ject Design Phase (review of 30 and 70% design docum 365 edays Tue 3/25/25 W ed 3/25/26 42 , Task 6 - Construction Services 172 days Thu 12/25/25 Sat 8/22/26 43 a, Design-Build Project Construction Phase (providing lim ited CA serv ices) 240 edays Th u 12/25/25 Sat 8/22/26 I 2. 2023 I Half 1 2024 I Half 2. 2024 I Half 1 2025 I Half 2,2025 I Half 1 2026 Halt 2. 20 il5[oLr-;lo J/,IMJA.lMIJ Jl.Al5101Nt~l/\iMIJ J!Al5Jo!NiolJ!,IM!Ai"liJIJIAi'5 'I ;~:-~-2 _ 5 _ I I i I [ r l Task Projec t: Schedule Sta r Island Es [ 5pHt Date: W ed 10/4/23 Milestone Sum m ary {{0¥erk Project Summary Inactive Task • inactive Milestone inactive Summary M anual Task Duration-only M anual Sum m ary Rollup Manual Summary . Start-only Finish-only Extern al Tasks External Milestone L J Deadline Progress Manual Progress 4 ♦ Page 2 Note: red bars indicate critical path. Page 818 of 2240 A ppend ix B Fee Estim ate Page 819 of 2240 Ci ty of Miami Beach Star Island Force Main Replacement Fee Estimate Coordination Meetings and Data Review (LS) Project Initiation Meeting and Minutes Stakeholder Coordination Meetings and Minutes (4) As- Built Review and Utility Coordination Permitting (LS) Permuting for Geotechnical Borings (USACEFDEPDERMUSCG) Permitting for Pipelines (USA4CE/FDEP) Hydraulic Analysis Technical Memorandum @utotal Tak 2 '3 · 1Do•l9nCrtterto Pooka90 (UIT 3.1 Ge 0tech nical Investigation 3.2 Surveys and Underground Utility Locates 3.3 Desig n C riteri a Package Do cu men ts Drat DCP 100% DCP Review Meetings & Minutes (2) Final Bid DCP suit Tat 3 4 ·ri>roc im oni Aao-nc:o 1uf- -- 41 RFQ Deve lo pmen t 42 RFO Step and Evaluation of Qualification Packages/References Pre Proposal Meeting Respond to RFls (10) SOQ Package Review (5) Evaluation Com mittee Meeting RFP Step and Evaluation of Proposal Packages/References Pre Bid Conference - Respond to RF hs (20) Addenda (6) Proposal Packge Review () Evaluation Committee Meeting DBF Negotiation Meetings Assistance (2) 4.3 I 8utots! Task 4 ervces During Design (L8) Respond to RFl (10) Review of 30% Plans and Specif ica tio ns Review of 70% Plans and Specifications Review of Issued for Construction Plans and Specifications Progress or Design Review Meetings (12) ,...,111111 1 -·- - -·- ·--·- - .. 8 [construction services (TD) ·•---,· 4 • 12 ,------. .. ~ .. ~ s 20 20 16 .. 16 8 3! .. 10 6 10 2 8 4 12 i» 12 20 36 40 60 20 $20 60 30 8 16 190 16 3 5 30 2 2 30 12 32 2 8 142 20 32 8 8 16 4 32 32 84 0 10 20 34 10 20 16 84 . - -~ 32 32 20 84 I • f-.--i f • 16 60 0 24 24 40 12 12 60 30 6 16 is8 16 20 2 40 18 25 +s 10 16 » I 0 • 0 80 40 40 f60 12 42 • 0 • 0 • 48 24 24 98 • • • -- -. 0 • • 0 0 ·1 • o 0 • 0 32 82 423 150 170 56 378 20 20 266 134 20 102 62 42 11 20 58 8 6 80 48 91 4 18 3e 40 60 28 18 44 190 $ . .. s $ $ $ $ s $ $ $ $ 1.863 6.334 14,558 22,766 31,083 35.527 12.492 7o,102 3.688 3.,688 50,955 25.757 4,171 19.298 17,6e 8.90 3 2.600 4.54 3 12,090 1,883 1.,323 15.835 9.46 7 19.076 1,004 4,577 01,200 8.,068 13,415 6.150 3.963 9.463 4100 Benthic Survey - Okin Hydrographic (NTE) Submerged Lands and Easemen t Resea rch -Environmen tal Solutions International, LLC (NTE) ~__, . . • • . • . T . . ' TOTAL.a Labor Rase heed • $280.00 47 $200.00 841 $222.17 182 $203.28 4 $178.46 418 $10.24 • 91 33.M4 472 $187.90 II $100.$3 • $170.17 • $100.46 • $100.46 1,637 642,364 Page 1at t Page 820 of 2240 RESOLUTION NO. _ A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING FOR THE STAR ISLAND FORCE MAIN REPLACEMENT PROJECT, PURSUANT TO THE AGREEMENT REQUEST FOR PROPOSALS (RFQ) 2022-122-ND FOR ENGINEERING SERVICES FOR WATER AND WASTEWATER SYSTEM PROJECTS BETWEEN THE CITY AND HAZEN AND SAWYER, P .C. AND AUTHORIZING A TASK ORDER TO COMPLETE THE ENGINEERING AND CONSUL TING SERVICES REQUIRED FOR THE DESIGN AND POST DESIGN SERVICES INCLUDING:(1) PREPARATION OF DESIGN CRITERIA PACKAGE OF THE REPLACEMENT OF AN AGING SUBAQUEOUS FORCE MAIN INFRASTRUCTURE FROM PUMP STATION No 2 LOCATED AT THE MEDIAN OF STAR ISLAND TO A CONNECTION POINT LOCATED IN THE VICINITY OF 10™ STREET AND AL TON ROAD IN THE AMOUNT NOT TO EXCEED $331,774NECESSARY FOR THE CIVIL ENGINEERING SERVICES; (2) UTILIZE LONGITUDE SURVEYORS, LLC TO PERFORM VACUUM EXCAVATIONS AND TOPOGRAPHIC AND HYDROGRAPHIC SURVEY IN THE AMOUNT NOT TO EXCEED $66,090; (3) UTILIZE LANGAN ENGINEERING AND ENVIRONMENTAL SERVICES, INC TO PERFORM GEOTECHNICAL TESTING, ANALYSIS, AND REPORTING SERVICESIN THE AMOUNT NOT TO EXCEED $231,500; (4) APPROVING OLIN HYDROGRAPHIC SOLUTIONS, INC. TO PERFORM SPECIALIZED BENTHIC SURVEY IN THE AMOUNT NOT TO EXCEED $5,000; (5) APPROVING ENVIRONMENTAL SOLUTIONS INTERNATIONAL, LLC. TO PERFORM SUBMERGED LANDS AND EASEMENT RESEARCH IN THE AMOUNT NOT TO EXCEED $5,000, FOR A TOT AL PROJECT NOT TO EXCEED AMOUNT OF $642,364. W HE R E A S , public infrastructure serves as the backbone of a well-run municipality, and typica lly, as infrastructure ages and the needs of a growing city expand, existing infrastructure requires rehabilitation and upgrades; and W HE R E A S , the failure to reinvest in utility infrastructure has resulted in neighboring communities having had numerous water main breaks and sewerage spills resulting in one community being fined $1.9 million by state regulators: and W HER EA S, at its March 18, 2020 meeting, the City Commission accepted the five-year critica l needs ca pital plan for the City's water and wastewater system for the design and construction of critica l utility infrastructure projects. W HE R E A S , at its January 20, 2022, the Mayor and City Commission authorized the issuance of Request for Qualifications No. 2022-122-ND for Engineering Services for W ater and Wastewater Systems Projects (the "RFQ") on an "As-Needed Basis".; and W HE R EA S, at its June 22, 2022, the City Commission approved Resolution No. 2022- 32175 respectively, authorizing the City to enter into neg otiations with Hazen and Sawy er, P.C. and, if successful, execute an agreement with the Consultant pursuant to the RFQ.; and W HE R E A S , on January 18, 2023, the City and Hazen and Sawy er, P.C. entered into an Agreement for the Engineering Service s for Water and W astewater Projects (RFQ) No. 2022- 122-ND, having an initial term of three (3) years, with two (2) one-year renewal terms; and P a ge 82 1 of 2 24 0 W H E R E A S , th e C ity's existin g infr a structure is ag ing and re qu ire s re ha b ilitatio n or re p la ce m e nt; a nd WHEREAS, th e 65 -ye a r-o ld F o rce M a in is a critic al asse t in the co lle ctio n of the w a ste w ate r fro m Sta r, P a lm , H ib iscu s, a n d T e rm ina l Is la nd. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY C O M M IS S IO N O F T H E C ITY O F MIAMI B E A C H , F LO R ID A that the M ayo r and C ity C o m m issio n he re b y a p p ro vin g fo r T h e S ta r Is la nd Fo rce M a in re p la ce m e nt proje ct, pursua nt to the ag ree m e nt req u e st fo r proposals (R F Q ) 20 2 2 -12 2 -N D fo r en g ine e ring se rv ice s fo r w ate r and w astew ate r syste m proje cts betw ee n th e city an d H a ze n and Sa wy e r P .C . A n d a uth o riz ing a se rv ic e orde r to co m p le te the eng ine e ring a n d co n su lting se rv ice s req u ire d fo r th e pre pa ra tio n of the de sig n crite ria packag e and serv ices du rin g th e de sig n -b u ild pha se in the am o unt no t to exce e d $64 2,3 6 4 pe rfo rm e d by H aze n and S a wy e r P .C . Lo ng itud e S u rv e yo rs, LL C , La ng a n E ng ine e ring and Enviro nm enta l S e rv ices, IN C , O lin H yd ro g ra p hic S o lutio ns , IN C a nd E n v iro n m e nta l S o lutio ns Intern atio na l, LL C . P age 822 of 224 0