Resolution 2025-33463RESOLUTION NO. 2025-33463
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, APPROVING ADDITIONAL ENGINEERING
SERVICES FOR THE REHABILITATION OF SEWER PUMP STATION 28,
LOCATED AT 300 WEST 28TH STREET, MIAMI BEACH, PURSUANT TO
REQUEST FOR QUALIFICATIONS (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 COMPLETION OF THE PROJECT
INCLUDING: (1) POST -DESIGN ENGINEERING SERVICES FOR THE
REHABILITATION OF THE SEWER PUMP STATION 28 FOR A NOT TO
EXCEED TOTAL PROJECT COST OF $2,313,220.00, NECESSARY FOR THE
COMPLETION OF THE PROJECT SCOPE.
WHEREAS, in December 2021, the City retained Hazen and Sawyer, PC, a Prime Water and
Sewer Consultant, to design the rehabilitation of Sewer Pump Station 28 (SPS 28) pursuant to
Request For Qualifications (RFQ) 2017-129-KB; and
WHEREAS, the design scope included the rehabilitation and hardening of the existing SPS
28, encompassing the replacement of all mechanical equipment with new components of the same
or similar capacity, and a new electrical building that will house electrical equipment, an emergency
generator, instrumentation, and controls serving the pump station; and
WHEREAS, the design also included the demolition of the existing electrical building and
construction of a new structure. The design was completed in September 2024. The construction
bids for the project were received in October 17, 2024; and
WHEREAS, on March 18, 2020, the Mayor and City Commission (City Commission)
approved 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; and
WHEREAS, on. December 1, 2021, the City and Hazen and Sawyer, P.C. entered into a
consultant service agreement pursuant to Request For Qualifications (RFQ) 17-129-KB for the
design and engineering efforts required for the development of construction plans and specifications
for the complete rehabilitation of SPS 28; and
WHEREAS, on January 20, 2022 the City Commission authorized the issuance of RFQ
No.2022-122-ND for Engineering Services for Water and Wastewater System Projects (the RFQ);
and
WHEREAS, on June 22, 2022, the City Commission approved Resolution No. 2022-32175,
authorizing the City to enter into negotiations with Hazen and Sawyer, P.A., and, if successful,
execute an agreement with the Consultant pursuant to the RFQ; and
WHEREAS, on February 8, 2023, the City and Hazen and Sawyer, P.C. entered into an
Agreement pursuant to the RFQ, having an initial term of three (3) years, with two (2) one-year
renewal terms; and
WHEREAS, on April 9, 2024, the City conducted an industry workshop to inform the City's
contractors of the details and the complexities of the project with the purpose of providing as much
information as possible prior to the Invitation To Bid (ITB), to engage a contractor for the construction
of the SPS 28; and
WHEREAS, on August 9, 2024, the ITB was issued to approximately 73,445 companies
utilizing the City's e-procurement system; and
WHEREAS, the lowest responsive and responsible bidder meeting all ITB terms, conditions
and specifications was Poole & Kent Company of Florida, a State of Florida, certified as an
Underground Utility and Excavation Contractor, with a bid contract cost of $43,912,000.00 (including
$1,275,025.00 in allowances);
WHEREAS, an award of contract to Poole & Kent Company of Florida has been submitted
to the City Commission as a separate item on the February 3, 2025 agenda; and
WHEREAS, the Administration would like to engage Hazen & Sawyer P.C, to complete the
engineering and consulting services required for the completion of the SPS 28 Rehabilitation Project,
including post -design engineering services for a not -to -exceed total project cost of $2,313,220.00.
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
additional engineering services for the rehabilitation of Sewer Pump Station 28, located at 300 West
28th Street, Miami Beach, pursuant to Request For Qualifications (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 completion of the project including: (1) post -design engineering services for the
rehabilitation of the Sewer Pump Station 28 for a not to exceed total project cost of $2,313,220.00,
necessary for the completion of the project scope.
PASSED AND ADOPTED this 3
ATTEST:
7�1 FEB 0 5 2025
Rafael E. dranado, City Clerk
day of Fe6ru4r�2025.
I��On� s�OF.A.iED' s
Steven Meiner, Mayor
APPROVED AS TO
FORM & LANGUAGE
& F XECUTION
City AtKrney _90F Date
Resolutions - C7 J
MIAMI BEACH
COMMISSION MEMORANDUM
TO: Honorable Mayor and Members of the City Commission
FROM: Eric Carpenter, City Manager
DATE: February 3, 2025
TITLE: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, APPROVING ADDITIONAL ENGINEERING SERVICES
FOR THE REHABILITATION OF SEWER PUMP STATION 28, LOCATED AT 300
WEST 28TH STREET, MIAMI BEACH, PURSUANT TO REQUEST FOR
QUALIFICATIONS (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
COMPLETION OF THE PROJECT INCLUDING: (1) POST -DESIGN ENGINEERING
SERVICES FOR THE REHABILITATION OF THE SEWER PUMP STATION 28 FOR
A NOT TO EXCEED TOTAL PROJECT COST OF $2,313,220.00, NECESSARY
FOR THE COMPLETION OF THE PROJECT SCOPE.
RECOMMENDATION
The Administration recommends approving the Resolution.
BACKGROUND/HISTORY
In December 2021, the City retained Hazen and Sawyer, PC, a Prime Water and Sewer
Consultant, to design the rehabilitation of Sewer Pump Station 28 (SPS 28) pursuant to Request
For Qualifications (RFQ) 2017-129-KB. The design scope included the rehabilitation and
hardening of the existing SPS 28, encompassing the replacement of all mechanical equipment
with new components of the same or similar capacity, and a new electrical building that will house
electrical equipment, an emergency generator, instrumentation, and controls serving the pump
station. The design also included the demolition of the existing electrical building and construction
of a new structure. The design was completed in September 2024. The construction bids for the
project were received in October 17, 2024.
On March 18, 2020, the Mayor and City Commission (City Commission) approved 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 December 1, 2021, the City and Hazen and Sawyer, P.C. entered into a consultant service
agreement pursuant to Request For Qualifications (RFQ) 17-129-KB for the design and
engineering efforts required for the development of construction plans and specifications for the
complete rehabilitation of SPS 28.
On January 20, 2022 the City Commission authorized the issuance of RFQ No.2022-122-ND for
Engineering Services for Water and Wastewater System Projects (the RFQ).
On June 22, 2022, the City Commission approved Resolution No. 2022-32175, authorizing the
Page 734 of 1859
City to enter into negotiations with Hazen and Sawyer, P.A., and, if successful, execute an
agreement with the Consultant pursuant to the RFQ.
On February 8, 2023, the City and Hazen and Sawyer, P.C. entered into an Agreement pursuant
to the RFQ, having an initial term of three (3) years, with two (2) one-year renewal terms.
On April 9, 2024 the City conducted an industry workshop to inform the City's contractors of the
details and the complexities of the project with the purpose of providing as much information as
possible prior to the Invitation To Bid (ITB), to engage a contractor for the construction of the SPS
28.
On August 9, 2024 the ITB was issued to approximately 73,445 companies utilizing the City's e-
procurement system.
On October 18, 2024 the City received the bid responses. The lowest responsive and responsible
bidder meeting all ITB terms, conditions and specifications was Poole & Kent Company of Florida,
a State of Florida, certified as an Underground Utility and Excavation Contractor, with a bid
contract cost of $43,912,000.00 (including $1,275,025.00 in allowances). A Request For Approval
To Award A Contract to Poole & Kent Company of Florida is being submitted to the City
Commission on February 3, 2025, as a separate item.
The Administration would like to engage Hazen & Sawyer P.C, to complete the engineering and
consulting services required for the completion of the SPS 28 Rehabilitation Project, including
post -design engineering services for a not -to -exceed total project cost of $2,313,220.00 as
reflected in their proposal of scope of services (Attachment A).
ANALYSIS
The City owns and operates SPS 28, located at 300 West 28th Street, Miami Beach, considered
the City's largest lift/booster sewer pump station in the City.
SPS 28 serves as a critical component of the overall sewer collection and transmission system,
encompassing the sanitary sewer service areas for all Middle and North Beach, as well as
surrounding municipalities, including Surfside, Bay Harbor Islands, and Bal Harbour.
SPS 28 conveys flow from the entire middle and northern portion of the City to the south, for
treatment at the Miami -Dade County Central District Wastewater Treatment Plant, in Virginia Key.
SPS 28 consists of:
• A "booster station" (PS 2813), one of two regional booster stations in the City, with three
pumps that repump sewage from upstream basins. PS 28B is an in -line booster station
• A "lift station" (PS 28L), with three pumps that pump sewage from a local gravity collection
system. PS 28L has a wet/dry well configuration and discharge piping is manifolded to the
discharge side of the 28B pumps.
SPS 28 also has an above -ground electrical building that houses controls, electrical equipment,
and an indoor diesel emergency generator. An odor control system is also present at the site.
In 2019, the rehabilitation of SPS 28 was identified as a Critical Need. Recommendations
included a complete rehabilitation to ensure reliability, upgrades to the mechanical, electrical, and
instrumentation equipment that has reached the end of its useful life as well as a structural
rehabilitation.
Over the last few years, SPS 28 has experienced the following malfunctions:
Page 735 of 1859
• In 2020: A force main break and malfunction
• In 2023: One of three pumps malfunctioned (with a corrective action plan submitted to
Miami -Dade County)
• In 2024: The second of three pumps at SPS 28B malfunctioned (the Operations team was
able to troubleshoot the pump and get the booster back online within days)
The malfunctions as stated above can and will trigger moratoriums if quick action for repair is not
taken. In the event of a moratorium, all areas in Middle and North Beach as well as the Satellite
Cities the City serves (Surfside, Bay Harbor Islands, and Bal Harbour) will be affected.
Additionally, developers or residents proposing flow increases to the sewer system in their
properties within these areas, will not be issued a Miami -Dade County Permit to connect to the
system until the moratorium has been lifted. Further, complete failure of PS 28 could potentially
result in significant raw sewage discharge into the City's environmental resources, causing severe
public health impacts.
The City was awarded a Florida Commerce (formally known as the Department of Economic
Opportunity) grant in December of 2021 in the amount of $5,000,000 with the City matching
$1,500,000.00 to be used for the construction and hardening of SPS 28B and SPS 28L. This grant
will fund improvements such as: the replacement of the SPS 28 generator, installation of new
ventilation and HVAC systems, improvements to site accessibility, efforts to stormproof and
harden the station with the installation of hurricane proof windows and doors, watertight hatches,
soundproofing, etc., and assist in funding the demolition and construction of a new and elevated
electrical building.
FISCAL IMPACT STATEMENT
This project is funded as part of Capital Project No. 20619 Wastewater Pump Stations
Rehabilitation, as identified in the 2019 Water and Sewer Master Plan and Five -Year Critical
Needs Projects.
The total project budget for the post design services is $2,313,220.00. This project will include
the post design and construction services related to the complete rehabilitation of the SPS 28
under RFQ 2022-122-ND.
FINANCIAL INFORMATION
Subject to approval from the Capital Budget Amendment: $2,313,220.00
CONCLUSION
In order for the City to advance with the rehabilitation of the sewer Pump Station 28, the
Administration recommends that the Mayor and City Commission adopt the Resolution approving
the Task Order with Hazen & Sawyer P.C.
Applicable Area
South Beach
Is this a "Residents Right to Know" item, Is this item related to a G.O. Bond
pursuant to City Code Section 2-17? Project?
Yes No
Department
Page 736 of 1859
Public Works
Condensed Title
Approve Additional Engineering Services for Rehabilitation of Sewer Pump Station 28. PW
Previous Action (For City Clerk Use Only)
Page 737 of 1859
1 0. a �--V'
�Mil
SCOPE OF SERVICES
RFQ No. 2022-122-ND — Resolution No. 2022-32175
HAZEN AND SAWYER SERVICE ORDER No. 39
CITY OF MIAMI BEACH PUBLIC WORKS DEPARTMENT
Pump Station 28 - Engineering Services During Construction
PROJECT BACKGROUND
HAZEN has been providing engineering services for the detailed design of a complete rehabilitation of
Pump Station No. 28 (PS 28) including a new segment of 30-inch discharge force main. This work has
been underway since 2021. The design of the Pump Station 28 and Force Main Upgrades project is nearing
completion and the CITY plans to bid the project before the end of 2024. HAZEN is proposing to provide
engineering services during construction as outlined in the scope of services below.
SCOPE OF SERVICES
The construction period for this project is assumed to be 730 calendar days for Substantial Completion with
an additional 90 calendar days for Final Completion. Engineering services provided by the HAZEN during
the construction period shall include the following:
Task 1 - Project Management and Project Controls
HAZEN will provide services for the management of engineering services during the construction. Such
management activities shall include project coordination with the CITY, subconsultants, permitting agencies
and Contractor, coordinating and scheduling specialty inspections, and general correspondence with the
CITY, construction contractor and subcontractors.
HAZEN will develop, execute, and maintain a document management system. Procore software will be
used for this purpose for Contractor submittals required by the Contract Documents and daily reports and
photos. HAZEN will maintain orderly electronic and hard -copy files for general correspondence, meeting
minutes, shop drawings and sample submission, reproductions of original Contract Documents including
all addenda, change orders, field orders, additional drawings issued subsequent to the execution of the
contract, clarifications and interpretations of the Contract Documents, progress reports, and other project
related documents. Electronic files will be turned over to the CITY at the end of the project.
Task 2 —Meetings
HAZEN will attend various project meetings throughout the project as follows:
Preconstruction Conference — HAZEN will conduct a preconstruction conference attended by
representatives of the CITY, construction contractor, and other project stakeholders. HAZEN will prepare
the meeting minutes.
Preconstruction Coordination Meetings: HAZEN shall participate in meetings with the CITY and Contractor
to discuss procurement of permits, shop drawings, procurement of materials, and other topics related to
the project prior to the start of construction. HAZEN shall chair the meetings and prepare and issue the
agenda and meeting minutes. Up to four meetings is assumed for preconstruction coordination.
Progress Meetings — HAZEN shall participate in meetings with the CITY and Contractor to discuss the
project progress. HAZEN shall chair the meetings and prepare and issue the agenda and meeting minutes.
It is assumed that meetings will be held bi-weekly for the duration of the construction period.
August 2, 2024 Page 1 of 7
Page 738 of 1859
: FM
Resident Information Meeting — HAZEN shall attend resident meetings to provide project status updates,
answer resident questions, and produce meeting minutes.
This assumes: 1 preconstruction conference, 6 preconstruction coordination meetings, 24 progress
meetings, 6 resident information meetings.
Task 2: Deliverables
1. Preconstruction conference meeting, material and minutes.
2. Preconstruction coordination meetings, materials and minutes
3. Progress meetings, materials and minutes.
4. Resident Information meetings, materials and minutes.
Task 3 — Shop Drawing and O&M Manual Submittals
HAZEN shall receive and review shop drawings and any other submittals which the construction contractor
is required to submit. Review shall be completed within twenty-one (21) calendar days of HAZEN's receipt
of the submittal except for special items requiring longer review time if so noted in the Contract Documents.
The review shall be for conformance with the design intent and compliance with the information presented
in the Contract Documents. HAZEN shall determine the acceptability of materials and equipment proposed
by the construction contractor. Submittals shall be returned to the contractor for distribution. Shop drawing
logs, submittal history, review status and related information shall be tracked by HAZEN. HAZEN shall
maintain a file of one copy of each shop drawing that shall be provided to the CITY after substantial
completion.
A total of 255 submittals are anticipated to be reviewed in this task inclusive of resubmittals, and operation
and maintenance manuals.
Task 3: Deliverables
1. Shop drawing tracking log.
2. Reviewed shop drawings and O&M manuals.
Task 4 — Responses to Requests for Information (RFI)
HAZEN shall issue as necessary technical interpretations and clarifications of the Contract Documents in
the form of responses to Requests for Information from the Contractor. Responses will be provided in a
timely manner, not to exceed five (5) calendar days from HAZEN's receipt of the request from the
Contractor. HAZEN shall determine the acceptability of the construction contractor's work and make
recommendations on all requests of the construction contractor and the CITY as to the acceptability of
construction or interpretation of the technical requirements of the Contract Documents.
A total of 256 RFIs are anticipated to be reviewed in this task.
Task 4: Deliverables
1. RFI tracking log.
2. Responses to RFIs.
Task 5 — Review of Pay Requests and Schedule Updates
HAZEN shall review the construction contractor's monthly applications for payment and accompanying
data, determine the amounts owed to the construction contractor, and recommend approval of payments
August 2, 2024 Page 2 of 7
Page 739 of 1859
due to the construction contractor. HAZEN's recommendation of any payment requested in an application
for payment shall constitute a representation by the Engineer to the CITY, based on the HAZEN's on -site
observations of construction in progress as an experienced and qualified professional and on HAZEN's
review of the application for payment and the accompanying data and schedules, that: (1) construction has
progressed to the point indicated; (2) to the best of the Engineer's knowledge, information and belief, the
quality of construction is in substantial accordance with the Construction Contract Documents, subject to
an evaluation of construction upon substantial completion, to the results of any subsequent tests called for
in the Construction Contract Documents and any qualifications stated in the recommendation; and (3) the
construction contractor is due the amount recommended. However, by recommending any payment
HAZEN shall not thereby be deemed to have represented that any examination has been made to ascertain
how or for what purpose the construction contractor has used the monies paid or to be paid or that title to
any labor, materials or equipment has passed to CITY free and clear of any liens_
HAZEN shall examine and review construction schedules, and updates thereof, submitted by any
Contractor in connection with the construction of the Project. HAZEN shall advise the CITY in writing with
respect to the adequacy or inadequacy of any such schedules or updates. Schedule updates will be
included in the final pay requests submitted to the CITY by HAZEN for processing for payment.
A total of 30 pay requests are anticipated to be reviewed in this task.
Task 5: Deliverables
1. Approved pay application packages for processing by the CITY.
Task 6 — Full Time Construction Observations
HAZEN will provide inspections as follows:
HAZEN will conduct on -site observations on a full time basis of construction in progress (including
field tests), to assist in determining if construction is proceeding in substantial accordance with the
Contract Documents, and that completed construction conforms to the Contract Documents.
Inform CITY and the Construction Contractor whenever HAZEN believes that any construction is
unsatisfactory, faulty or defective or does not conform to the Contract Documents, or does not meet
the requirements of any inspections, tests or approval required to be made, or has been damaged
before final payment. Immediately inform the Construction Contractor upon the commencement of
any construction requiring a submittal if the submittal has not been accepted. Visually inspect and
review suitability and method of storage of materials, equipment and supplies delivered to the
construction site in accordance with the Contract Documents.
Keep observation logs for days on -site that will include hours on the job site, weather conditions,
data pertaining to questions of extras or deductions, list of visiting officials and representatives of
manufacturers, permitting agencies, suppliers and distributors, daily activities, decisions,
observations in general and specific observations in more detail as in observing test procedures.
HAZEN shall use Procore to record all daily reports. HAZEN shall forward the completed daily
reports to the CITY on a regular basis.
• Notify the CITY of any and all unacceptable work or material and report immediately, within 24
hours both verbally and in writing, whenever any work or material fails to conform to the Contract
Documents, submittals, and shop drawings. Such notification will include complete information of
the circumstances, location, and approximate quantities of the unacceptable material. Notices of
non-compliance will be issued when appropriate by the Engineer in cooperation with the CITY.
• HAZEN shall recognize hazards that any reasonable non -safety professional might be expected to
recognize.
August 2, 2024 Page 3 of 7
Page 740 of 1859
• HAZEN will ensure the Contractor is in compliance with maintenance of traffic (MOT) plans that
have been approved by agencies having jurisdiction_
• Coordinate substantial and final completion inspections, coordinate delivery of spare parts,
warranties, and maintain the project punch list.
Provide a photographic record of the construction, beginning with pre -construction documentation
and completing with post -construction photographs. Photographs shall be digital type taken to
define the progress of the project and unusual or important construction events as deemed
necessary. Photos will be part of the daily reports as stored in Procore.
This assumes full time field inspection for a period of 24 months.
Task 6: Deliverables
1. Daily reports and photos provided through Procore. City will be provided access to Procore during
construction and will be provided an electronic copy of the daily reports and photos from Procore at the
end of the project.
Task 7 — Engineering and Special Inspections
HAZEN will perform site visits/specialty inspections by qualified design team members, by appropriate
discipline, to review progress and quality of the construction work being conducted. These specialty
inspections may occur during critical activity periods such as major concrete pours, control system
configuration, testing and startup etc. HAZEN shall plan their site visits based on the Contractor's baseline
schedule. HAZEN will perform special inspections as required by Code and the City issued Building permit,
in order to provide the required certifications for permit closeout. Engineering inspections will inspect the
Contractor's work for the purpose of ensuring the design intent of the contract document is met.
HAZEN will provide an observation report for each engineering site visit.
Task 7: Deliverables
1. Engineering field reports and photos.
Task 8 — Change Orders
HAZEN shall negotiate with the Contractor the scope and cost of contract change orders. HAZEN shall
prepare an analysis of the change request with a statement noting whether the requested cost impacts are
fair and reasonable. HAZEN's analysis of the change request shall be forwarded to the CITY for processing.
It is noted that the HAZEN's services do not include claims analysis or litigation support.
Task 8: Deliverables
1. Approved change orders for processing.
Task 9 — Permit Closeouts/Certification
The completed project will require permit closeout and/or certification by the various permitting entities
described herein. These certifications require signed completion documents to be submitted to various
permitting entities. HAZEN shall prepare and submit the required documentation to close out the permits
described herein.
• DERM Sewer Extension
• City Building Permits
August 2, 2024 Page 4 of 7
Page 741 of 1859
• FDEP Fuel Storage Tank Registration
• Miami Dade County Municipal Permit
• DERM Demolition Asbestos Permit
Task 9: Deliverables
1. Certification of Completion of Construction package for DERM and FDEP certification.
2. A log of project permits
Task 10 — Systems Startup and Testing Assistance
Prior to substantial completion of the work, HAZEN will provide engineering expertise to assist the CITY in
start-up and initial operation of the upgraded facilities. HAZEN shall provide the following startup services,
including startup of individual components, pump station startup, and performance testing:
1. Subsystem startup — provide oversight during field testing of individual components such as
pumps, motorized valves, electrical gear, vendor control panels, etc.
2. Pump Station startup — provide oversight during startup of the unit processes under operational
conditions. Services will consist of operation of all the subsystem components together and will
be performed prior to performance testing.
3. Performance testing — Upon successful completion of the previous activities, oversee entire pump
station performance to ensure the entire facility will operate as intended. HAZEN shall oversee
testing to confirm compliance with specified standards. HAZEN shall notify the contractor, and
the CITY of any startup and performance testing deviation from the Contract Documents
requirements.
Task 10: Deliverables
1. System startup plans (provided by Contractor, reviewed and approved by HAZEN) for placing facilities
into operation
Task 11 — Substantial and Final Completion/ Project Certification
Upon receiving notice from the Contractor advising HAZEN that the Project is substantially complete,
HAZEN will schedule and conduct a review of the Project, develop a list of items needing completion or
correction, forward said list to the Contractor and provide written recommendations to the CITY concerning
the acceptability of work done and the use of the Project. Also, HAZEN shall perform final inspection in
conjunction with the CITY, and assist the CITY is closing out the construction contract. These services
shall include providing recommendations concerning acceptance of Project, and preparing necessary
documents such as lien waivers, final operations and maintenance manuals turnover of spare parts,
Contractor's final affidavit, and warranty letters from Contractor.
Engineer's Certification: At the time of Final Completion, the ENGINEER will sign and seal and certify in
writing that the construction conforms with the design intent, as required by the Contract Documents and
permit conditions.
Task 11: Deliverables
1. Punch List.
2. Final project documentation
August 2, 2024 Page 5 of 7
Page 742 of 1859
Hazen
3. Certificate of Substantial and Final completion
4. Project Certification
Task 12 — As-builts I Record Drawings
HAZEN will meet with the Contractor and review the prepared redline drawings on a monthly basis to
determine installation is consistent with the design plans and observations by HAZEN's field personnel.
HAZEN shall review Contractor -prepared record drawings upon completion of the project to determine if
drawings are consistent with final installations and observations by HAZEN's field personnel. HAZEN shall
prepare, sign and seal record drawings based on Contractor's red -line drawings. The record drawings shall
be submitted in its final AutoCAD and PDF format electronically to the CITY. Two (2) hard copy sets shall
also be provided by HAZEN.
Task 12: Deliverables
1. Final Record Drawings in ACAD and PDF format.
ASSUMPTIONS
This scope of services is based on the following assumptions:
1. Responses to various inquires shall be made based on the best available information provided to
HAZEN at the time of the review.
2. The CITY acknowledges that HAZEN's scope is based on information made available at the time of
this Task Order and data gathered during site visits and meetings.
3. Permitting fees have been included in a reimbursable allowance account. HAZEN will request
reimbursement for any permit fees that result in exceedance of this amount.
4. HAZEN will follow the provisions of the City of Miami Beach Public Works Manual as relevant and
appropriate.
5. The review of any additional shop drawings submittals or requests for information/clarification above
and beyond the amounts estimated will only be performed if additional compensation is provided to
HAZEN.
6. Value engineering or redesign of any portion of the PS 28 and Force Main Improvements is not
included in this scope of work.
PERFORMANCE SCHEDULE
The Notice to Proceed (NTP) defines the official commencement of the HAZEN's contract. It is assumed
that HAZEN will receive NTP concurrently with the awarded CONTRACTOR receiving their first NTP (NTP
1). The scope of services outlined herein will occur over a period of 30 months from issuance of HAZEN's
NTP and the CONTRACTOR's NTP 1, as outlined in the table below.
Milestone Description
Milestone Duration
(months)
Cumulative
Months
Notice to Proceed 1 (NTP 1) to Contractor
3
0
Construction (NTP 2)
24
3
Substantial Completion
3
27
Final Completion
--
30
August 2, 2024 Page 6 of 7
Page 743 of 1859
i
METHOD OF COMPENSATION
HAZEN shall perform the services defined in this scope of services for a subtotal fee of $2,303,220 and
reimbursable expenses of $10,000.00 for a total fee of $2,313,220. Please refer to Table 1 below for a
breakdown of subtasks and the type of compensation. for each.
1
Project Management and Project Controls
Meetings
Lump Sum
$ 229,999
2
Lump Sum
$ 121,287
3
Shop Drawing and O&M Manual Submittals
Lump Sum
$ 418,106
4
Responses to RFIs
Lump Sum
$ 121,153
5
Review of Pay Requests and Schedule Updates
Lump Sum
$ 69,946
6
Construction Observation
T&M
$ 786,185
7
Engineering and Special Inspections
T&M
$ 165,167
8
Change Orders
Lump Sum
$ 82,755
9
Permit Closeouts/Certification I
Lump Sum
I $ 76,305
10
Systems Startup and Testing Assistance
Substantial and Final Completion / Project Certification
T&M
T&M
$ 94,946
$ 40,499
11
12
Record Drawings
Lump Sum
$ 96,871
Travel and Permit Expenses
$ 10,000
TOTAL
$ 2,313,220
Reimbursable expenses for travel and permitting fees up to $10,000 are included. Any permitting fees in
access of this amount, HAZEN reserves the right to request additional compensation to cover the additional
fees, or will request for the CITY to pay the fees directly. Travel expenses and shall only be utilized for
actual travel related expenditures made by HAZEN's project team subject matter experts in the interest of
the project. Justification for travel would include necessary site visits by HAZEN subject matter experts that
will come from outside the Miami Dade County limits. Travel reimbursement will be in accordance with the
City s travel policy OD.20.01 "Travel on City Business." Invoices will be submitted to the CITY monthly and
will define the current percent complete for the project.
The breakdown of fees per task is detailed in Appendix A — Fee Estimate.
Authorization
77-9-5 <7 _
Jayson Page, PE
Vice President
August 2, 2024 Page 7 of 7
Page 744 of 1859
C4 of Miami Beach
PUMP STATION NO.28 UPGRADES
Engineering Services During Construction - Fee Estimate
Task Order No. 39
Task
Task
V?co
Sonlor
Sr. Principal
Principal
Assistant
'Sr. Prfnciptf
Sr. Hold
No.
Dtscdption
side
s ! to
Assoylato
Aswifale
rhalhirer
f ou
Firralnevr
no
Coordinator
dmfnlstra r
Total Hours
cost
Chris KJstd,layson
Both Waters
D ph'
Ar hony Nieaiec
Rhyannan Campos
Terry Boras Michael Vines
Peggy'daane
Page
Er. 'veers
LABOR
Ergiriming Service. During Constructron
240
460
---
_- .-- -- _-..
240 _t.--
__ . _- -
-- --__
240
-- - --• -,-- -
S 0021
1
Prgod hlanagemalt and Proed Controls
1
47
841
$ 255
2
stgiereM
47
841
841
3
Shop Drawing and O&M Manual Submittals
64
128
510
255
501
913
1552
S 002
4
sslsne FlRsooepR
Review Pay Requests Schedule Updates
46
46
30
652
90
821
60
60
i 021
i
S Z15
063 5
5
6
of and
trrsaosmtvc oeroOutnCio
0264
_._
4
-- . _- -
7
Errg antl Specal lnspoctions
ngineo
90
450
180
_
-----
165
_ _
8
rserOdegnahC
61
46
23
- - 621 ---
- OB—
--
---46�
_
_
483 $ _ —
9
lsrnrti/emI1esoCf IPoiCedniao
84
--
69
69
06
06
063 S 50,36
t0
Systems Startup and Testing Assistance
14
28
224
112
42
024 $
11
Substantial and Final Completion 1 Project Cerlif ictni80
8
61
69
23
04
291 S
21
sginw rcrDadeoR
i
261
423
i
684 S
Subtdal Task 5
166'
1 782
2064
1619
828
319
927
1 324
'1 4620
I 240
1SIS
68 02,
REIMBURSABLES
i
S-
ssneepnmte a PEdn eavmT
i
41tbaau ISebarusbull
TOTALS
166
782
2064
1619
84
319
927
324
4620
240
2023 BI91ng Rates
$280.00
$280.D0
$222.17
$222.17
$20326
$178,45
$133.54
$187.90
$170.17
SIWA5
Category Percentages
1,39%
6,57%
17.36%
13.62%
6.95%
2,68%
7.80%
2,73%
38.87%
2.02%
T
1
AdmintMana ementirDoc Contro s
hforifhs
30
40
1200
Lump Sum
2
Meedri s
Each Meeting
37
16
592
Lump Sum
3
SDs and Orris
Each Submittal
255
8
2040
Lump Sum
4
RFIs
Each RFI
256
2
512
Lump Sum
5
Pa and Schedule
Each Pa P
30
12
360
Lump Sum
63
Construction Observations, Limited Time
htmths
3
44
132
T&M
6h
Consfnucturl Observation. Full Tree
Months
24
176
4224
T&M
6C
ConstrWion Observations. Part Time
Months
3
B8
264
T&M
7
En(specialty) i Simdural S 'al
N dion Wish
90
8
720
Tam
a
Change Orders
Each CO
16
24
384
Sum
9
Permit Closeouvc-ertificatan
Each Permit
6
60
360
Lump Sum
10
Startup
Each Disci ire
7
60
420
T&M
l f
SubstantiallFinal Completion
Each Discipfina
8
24
192
T&M
12
Record Drawn s, No. drawl s
Each Drawl
162
3
49
Lum Sum
11886
r*r.AhamnenGsauyerahxepwt Mnylmme4DWa025flgod V&"V n"&opoandFewFvrenwJ UPS 79 nwgn COE Rnadonnt 1
Rspo l ae r Page 745 of 1859
Disciplines
Permits
Civil
FDEP Storage Tank
Mechanical
MDCounty
Plumbing
DERM RER
Hvac
Urban Forestry
I1C
Building Department
L3ndscapirgrerigalion
MD Municipal
Elewml
total of 6
Structural (Special Inspect)
total of 7 less structural
3,992
3.212
],181
5,112
64,9
1687
76
55.7
64.9
99,4-
17,8
0.32
00.0
s 03.0,
11886 2,313.2 02
100.00%