Loading...
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%