Loading...
C7D-Execute Amendment 25 ROW Improvement For Bayshore And Sunset IslandsCOMMISSION ITEM SUMMARY Condensed Title: A Resolution Authorizing The Mayor And City Clerk To Execute Amendment 25 To The Professional Service Agreement Between The City Of Miami Beach, Florida, And CH2M Hill For The Professional Landscape, Architectural And Engineering Services For The Right-Of-Way Infrastructure Improvement Program For Neighborhood No. 8 Bayshore And Sunset Islands, Dated May 161h, 2001 (The Agreement), For Additional Design Services And For Additional Eight (8) Months Of Construction Administration Services, In The Negotiated Not-To- Exceed Amount Of $443,861, And $5,000 For Reimbursable Expenses, For A Grand Total Not-To-Exceed Amount Of $448,861, With Previously Appropriated Funding. Key Intended Outcome Supported: Ensure Well Maintained Infrastructure and Ensure Well Designed, Quality Capital Projects. Supporting Data (Surveys, Environmental Scan, etc.): Ensure value and timely delivery of a quality capital project. Issue: I Shall the City Commission approve the amendment to the design contract? Item Summary/Recommendation: On May 16, 2001, the City of Miami Beach approved and authorized the execution of an agreement with CH2M Hill, Inc. (CH2M) for planning, design, and construction administration professional services for the Bayshore and Sunset Islands Neighborhood No. 8 Right-of-Way Infrastructure Improvements Project. On January 19, 2011, the City of Miami Beach adopted Resolution No. 2011-27587, approving and authorizing the Mayor and City Clerk to execute a contract with Lanzo Construction Co. (LCC), pursuant to invitation to Bid 18-09/10, for right-of-way infrastructure improvement program Neighborhood No. 8 -Central Bayshore (Package A) and Lake Pancoast (Package C). The project scope of work included installation of a new water main to upgrade the existing 6 inch water main, drainage installation, roadway paving and restoration, concrete sidewalk, and landscaping. On July 18, 2012, the Mayor and City Commission adopted Resolution No. 2012-27972, approving the amendment to the BOOR for the Bayshore Right of Way improvement project to include the implementation of the items agreed to by the City for Home Owners Association (HOA) requests, provide additional storm water upgrades including valley gutters to the area known as Zone 4 in the BOOR, as well as complete milling and resurfacing of the roadway in lieu of an asphalt overlay. Since the execution of the original Agreement on May 16, 2001, there have been a total of twenty-four (24) amendments which have been either adopted by the City Commission or administratively approved. Amendment No. 25 is being presented herein for approval by the Mayor and City Commission. The construction schedule of the project has been extended for a period of approximately eight (8) months. This is due to extensions of time awarded to the contractor via change orders for additional work, rain delays, and additional scope as detailed in Resolution No. 2013-28162. In order to extend CH2M Hill's services beyond the original Contract time, it will be necessary to approve the cost for additional construction administration services. CH2M Hill's construction administration services will include ongoing participation in the critical aspects of the project, coordination between the City, its Consultants and Contractors, project certification, and close out. Throughout the project of Central Bayshore there have been impacts to the design due to unforeseen conditions in the field and owner requests that warrant localized modifications to the existing design. These revisions to the existing plans and the submittal of revised permits have been completed. The fee being requested by CH2M HILL for these tasks reflects a negotiated, not to exceed amount of $443,861, and an additional amount of $5,000 for reimbursable expenses, for a total amount of $448,861. A detailed breakdown of the scope of services and fee is included herein as Amendment No. 25. The Administration recommends that the Mayor and City Commission approve the resolution. Advisory Board Recommendation: I N/A Amount Account 1 $403,975 Storm Water Bond 2011 Series #431-2205-061357 2 $44,886 Water & Sewer-Gulf Breeze #423-2205-061357 Total $448,861 MIAMI BEACH 212 DATE 7-l]-j) C7D MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov COMMISSION MEMORANDUM TO: Mayor Matti Herrera Bower and Me ity Commission FROM: Jimmy L. Morales, City Manager DATE: July17,2013 SUBJECT: A RESOLUTION OF THE MA R AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, P VIDING AUTHORIZATION TO THE MAYOR AND CITY CLERK TO EXECUTE AMENDMENT NO. 25 TO THE PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA, AND CH2M HILL, INC. FOR THE PROFESSIONAL LANDSCAPE, ARCHITECTURAL AND ENGINEERING SERVICES FOR THE RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR NEIGHBORHOOD NO. S BAYSHORE AND SUNSET ISLANDS, DATED MAY 16, 2001 (THE AGREEMENT), IN THE NEGOTIATED NOT-TO-EXCEED AMOUNT OF $443,S61 FOR ADDITIONAL CONSTRUCTION ADMINISTRATION SERVICES, FOR A PERIOD OF EIGHT (S) MONTHS AND FOR ADDITIONAL DESIGN SERVICES FOR THE RIGHT OF WAY INFRASTRUCTURE IMPROVEMENTS FOR THE CENTRAL BAYSHORE NEIGHBORHOOD NO. SA PACKAGE; AND $5,000 FOR REIMBURSABLE EXPENSES, FOR A GRAND TOTAL NOT-TO-EXCEED AMOUNT OF $44S,S61; WITH PREVIOUSLY APPROPRIATED FUNDING. ADMINISTRATION RECOMMENDATION Adopt the Resolution. KEY INTENDED OUTCOME SUPPORTED Ensure Value and Timely Delivery of Quality Capital Projects. FUNDING Funding in the amount of $448,861 has been previously appropriated in the Capital Budget as follows: Central Bayshore Neighborhood -SA: $403,975 2011 Storm water Bonds, Account #431-2205-061357 $ 44.886 Gulf Breeze -Water &Sewer Series 2006, Account #423-2205-061357 $44S,S61 Total (BP-SA) BACKGROUND On May 16, 2001, the City of Miami Beach (City) adopted Resolution No. 2001-24387, approving and authorizing the execution of an agreement with CH2M Hill, Inc. (CH2M Hill) for professional services for the Right-of-Way (ROW) Infrastructure Improvements Program for Neighborhood No. 8 -Bayshore and Sunset Islands project pursuant to Request for Qualifications (RFQ) No. 134-99/00. The agreement was for planning, design, and construction administration services for the collective Bayshore Neighborhoods which was originally one (1) project and was subsequently separated into five (5) individual projects via amendments to the original agreement. These five projects included Central Bayshore 213 Commission Memorandum Central Bayshore Package A-CH2MHILL -Amendment No. 25 July 17, 2013 Page 2 of3 Neighborhood 8A (Package 8A), Lower North Bay Road Neighborhood 8B (Package 8B), Lake Pancoast Neighborhood 8C (Package 8C), and the Sunset Islands (Packages 80 and 8E). On April 9, 2003, the City Commission approved the Basis of Design Report (BOOR), completed and submitted by CH2M Hill for the Neighborhood No. 8 Bayshore I Sunset Islands Project. This BOOR was the culmination of a comprehensive planning effort that included input from and reviews by residents, various City Departments, and the Design Review Board (ORB). On January 19, 2011, the City of Miami Beach adopted Resolution No. 2011-27587, approving and authorizing the Mayor and City Clerk to execute a contract with Lanzo Construction Co. (LCC), pursuant to invitation to Bid 18-09/10, for right-of-way infrastructure improvement program Neighborhood No. 8 -Central Bayshore (Package A) and Lake Pancoast (Package C). The project scope of work included installation of a new water main to upgrade the existing 6 inch water main, drainage installation, roadway paving and restoration, concrete sidewalk, and landscaping. The project time in the contract called for a total of 730 calendar days. The first Notice to Proceed (NTP-1) was issued to LCC on August 19, 2011. The Pre- Construction conference took place on October 26, 2011 and the second Notice to Proceed (NTP-2) was issued on October 31, 2011. The project has a 24 month schedule and is currently at 60% completion. On July 18, 2012, the Mayor and City Commission adopted Resolution No. 2012-27972, approving the amendment to the BOOR for the Bayshore Right of Way improvement project to include the implementation of the items agreed to by the City for Home Owners Association (HOA) requests, provide additional storm water upgrades including valley gutters to the area known as Zone 4 in the BOOR, as well as complete milling and resurfacing of the roadway in lieu of an asphalt overlay. Since the execution of the original Agreement on May 16, 2001, there have been a total of twenty-four (24) amendments which have been either adopted by the City Commission or administratively approved. Lists of all previous Amendments are being attached as part of Exhibit A. Amendment No. 25 is being presented herein for approval by the Mayor and City Commission. ANALYSIS Construction Administration (CA) Services: The original contract time for Construction Administration Services to CH2M Hill was for a period of twenty-six (26) months commencing upon the second notice to proceed issued to LCC on October 31, 2011. The construction schedule of the project has been extended for a period of approximately eight (8) months. This is due to extensions of time awarded to the contractor via change orders for additional work, rain delays, and additional scope as detailed in Resolution No. 2013-28162. In order to extend CH2M Hill's services beyond the original Contract time, it will be necessary to approve the cost for additional construction administration services. CH2M Hill's construction administration services will include ongoing participation in the critical aspects of the project, coordination between the City, its Consultants and Contractors (LCC and Atkins North America, Inc), project certification, and close out. These services are further detailed in Amendment No. 25 (Exhibit B). 214 Commission Memorandum Central Bayshore Package A-CH2MHILL -Amendment No. 25 July 17, 2013 Page 3 of 3 Design Modifications: Throughout the project of Central Bayshore there have been impacts to the design due to unforeseen conditions in the field and owner requests that warrant localized modifications to the existing design. These changes include modifications to the water main, streetscape, and storm water facilities in the Central Bayshore area. These revisions to the existing plans and the submittal of revised permits have been completed except for Prairie Avenue modifications. SUMMARY The fee being requested by CH2M Hill for design modifications including reimbursable expenses, additional permitting services, and construction administration services is $448,861. The breakdown by task is summarized below. Amendment No. 25-CH2MHILL Task Amount $142 749 1-Central Bayshore Design Modifications $1,500 $27,112 2-Prairie Avenue Modifications $500 $25,000 $500 $224,000 4-Construction Administration Services $2,000 5-Miscellaneous Services (Allowance) 500 $25,000 $448,861 CONCLUSION The Administration recommends that a Resolution of the Mayor and Commission of the City of Miami Beach, Florida, authorizing the Mayor and City Clerk to execute Amendment No. 25 to the professional services agreement between the City of Miami Beach, Florida, and CH2M Hill, Inc. for the professional landscape, architectural and engineering services for the right-of-way infrastructure an existing Agreement between the City of Miami Beach and CH2M Hill, dated May 16, 2001, for a period of eight (8) months, to provide additional Contract Administration Services for the Bayshore Neighborhood No. 8A-Central Bayshore right of way project in the negotiated, not to exceed amount of $443,861, and an additional amount of $5,000 for reimbursable expenses, for a total amount of $448,861, with previously appropriated funding. Attachments: Exhibit A: Amendments Summary Exhibit B: Amendment No. 25-Scope of Services-CH2M Hill JLM/MT/DM/DF T:\AGENDA\2013\July 17\Bayshore\CH2MHILL-Amendments No. 25-MEMO.docx 215 Exhibit Prior List Approved Amendments Original Contract Value $133,174 Amendment No.1 $1,913,302 Amendment No.2 $0 Amendment No.3 $12,850 Amendment No.4 $2,500 Amendment No.5 $55,863 Amendment No.6 $372,230 Amendment No.7 $58,128 Amendment No.8 $24,900 Amendment No.9 $3,200 Amendment No.1 0 $8,680 Amendment No.11 $10,400 Amendment No.l2 $142,955 Amendment No.13 $22,156 Amendment No.14 $15,403 AmendmentNo.15 $2,145 Amendment No.16 $2,947 Amendment No.17 $1 Amendment No.l8 $15,196 Amendment No.19 $108,000 Amendment No.20 $0 Amendment No.21 $198,718 Amendment No.22 $700,000 Amendment No.23 $207,841 Amendment No.24 $13,988 Total Contract $4,039,920 May 16, 2001, the Mayor and City Commission adopted Resolution No. 2001 87 approving and authorizing the Mayor and City Clerk to execute an agreement with the Consultant for professional services (the Agreement) for the Right-of-Way Infrastructure Improvements Program Neighborhood No. 8 Bayshore and Sunset Island project (the Project), pursuant to Request for Qualifications No. 134-99/00. The Agreement provides. for the detailed planning services for various streetscape, landscape, and utility improvements within the Bayshore and Sunset Island Neighborhoods and planning effort for the Bayshore and Sunset Island neighborhoods has been completed and detail design activities are underway. Page 1 of 5 216 Exhibit A Amendment No.1: December 10, 2003, the Mayor and City Commission adopted Resolution No. 2003- 25432, Approving additional design services for planning, design, pennitting, bidding/award, and construction administrative services for the Bayshore and Sunset Island neighborhoods in the not-to-exceed amount of $1,913,302 and resulting in a revised contract fee of $2,046,476 . ..,. .. ,, .. .., .... _,.. .... ..,., .... No.2: February 24, 2005, the Agreement was administratively executed; to re-package Sunset Island 1 and 2 from Bid Package 8D to Bid Package 8B at no additional cost, resulting in not change to contract. r....,, .. .., .. ,.,. ...... ,,...., .... ,.No. November 8, 2005, the Agreement was administratively executed to include the completion of a topographic survey along Pine Tree Drive, from West 28th to West 40th Streets, along the east of the road, in the no-to-exceed amount of $12,850; resulting in a revised contract fee of $2,059,326 . .................. No. February 17, 2006, the Agreement was administratively executed to include the evaluation, permitting and preparation of construction cost alternative for the installation of curb/valley gutters to Sunset Islands 1 and 2, in the not-to-exceed amount of $2,500; resulting a revised contract fee of $2,061,826. Amendment No. February 16, 2006, the Agreement was executed to include the installation of four ( 4) drainage test wells to provide additional infonnation for preparation of a Letter of Reasonable Assurance to be submitted to the Florida Department of Environmental Protection (FDEP), as required in the pennit application for the Project, in the not-to-exceed amount $55,863; resulting in a revised contract fee of $2,117,689 . .C..J.JlJ.'IOJ..lUJ.JlJ...,J.JlL No. 6: September 6, 2006, the Mayor and City Commission adopted Resolution No. 2006- 26283, approving Amendment No. 6 to Agreement for the design of "P3 classified water main replacement required by the City's Public Works Department, in the not-to-exceed amount of $372,230: resulting in a revised contract fee of $2,489,919. Amendment No. 7: September 7, 2006, the Mayor and City Commission adopted Resolution No. 2006- 26283, approving Amendment No. 7 to the Agreement for design of bike lanes/routes required by the City's Public Works Department, in the not-to-exceed amount of $58,128; resulting in a revised contract fee of$2,548,047 . ..,.., .. .., ............... , ... No. 8: September 2006, the Agreement was administratively executed to include the design of alternative parking in the Lake Pancoast are, in the not-to-exceed amount of $24,900; resulting in a revised contract fee of $2,572,94 7. Page 2 of 5 217 Exhibit A No.9: September 9, 2006, the Agreement was administratively executed to include the design of road edge treatment to Sunset Islands 1 and 2, in the not-to-exceed amount of $3,200; resulting in a revised contract fee of$2,576, 147. No. September 9, 2006, the Agreement was administratively executed to include the design of resident requested modifications in the Lake Pancoast are; in the not-to- exceed amount of 8,680; resulting in a revised contract fee of $2,584,827. Amendment No. 11: August 6, 2007, the Agreement was administratively executed for an additional thirty seven (37) soil borings Sunset Island No. 1 to verifY underground utility services and potential conflicts, in the not-to-exceed amount $1 0,400; resulting in a revised contract fee of $2,595,227. No.12: April 11, 2007, the Mayor and City Commission adopted Resolution No. 2007- 26504, approving Amendment No.12 to the Agreement for additional services regarding verification of additional underground utilities to avoid conflicts in 1 03 boring sites along North Bay Road between Sunset Drive and Alton Road, in the not-to-exceed amount of$27,500; and 334 boring sites for Bid Package 8A-Central Bayshore, in the not-to-exceed amount of $94,675; and perform a traffic study at the intersection West 28 1h Street and Prairie Avenue, in the not-to-exceed amount of $20,780; all resulting in a revised contract fee of$2,738,182. Amendment No. December 20, 2007, the Agreement was administratively executed for additional services to expand the traffic study of alternative design concepts for the 28th Street and Prairie Avenue intersection (previously authorized under Amendment No. 12), in the not-to-exceed amount of $22,156; resulting in a revised contract fee of $2,760,338. Amendment No. December 20, 2007, the Agreement was administratively executed for additional services to implement miscellaneous design revisions to bike lanes, traffic tables, crosswalks, the 28th Street and Prairie A venue intersection, and water mains, in the not-to-exceed amount of $15,403; resulting in a revised contract fee of $2,775,741. Amendment No. 15: December 7, 2007, the Agreement was administratively executed additional services to prepare a re-application package for Historic Preservation Board for the Lake Pancoast Bid Package, in the not-to-exceed amount of $2,145; resulting in a revised contract fee of$2,777,886 . ..,. .. , ... ,., .... ,.u ... ,.,,,..,., No. 16: December 7, 2007, the Agreement was administratively executed for additional services for design services, preparation of materials, and attendance at a meeting with residents discussing options for the intersection of 28 1h Street and Prairie Avenue, in the not-to-exceed amount of $2,947; resulting in a revised contract fee of $2,780,833. Page 3 of 5 218 Exhibit A Amendment No. January 6, 2009, the Agreement was administratively executed for additional services for design services, preparation of materials and attendance at various Board and civic meetings discussing options on Sunset Islands No. 1 and in the not-to- exceed amount of $15,344; resulting in a revised contract fee of $2,796,177. Amendment No. January 6, 2009, the Agreement was administratively executed for additional services for design services necessary for the preparations of a technical memorandum evaluating the use of infiltration trenches in lieu of a storm water pump station in Lake Pancoast, in the not-to-exceed amount of $15, 196; resulting in a revised contract fee of $2,811,3 73. -...u .. ""•u .......... .,.u No. 19: October 14, 2009, the Mayor and City Commission adopted Resolution No. 2009- 27223 approving Amendment No. 19 to the Agreement which provided for additional design scope on Sunset Islands No. 3 and 4; in the not-to-exceed amount of $108,000. Amendment No. 20: April 13, 2011, the Mayor and City Commission adopted Resolution No. 2011- 27643, approving Amendment No. 20 to the Agreement to reallocate funds from construction administration to bidding and award services for the Neighborhood No. 8 Bayshore and Sunset Island, in the amount of $340,069.99, and decreasing the total construction administration budget from $3 71,441 to $31,3 71.01; resulting in no change to the overall contract fee. No.21: April 13, 2011, the Mayor and City Commission adopted Resolution No. 2011- 27644, approving Amendment No. 21, to the Agreement which provided additional services for design documents and permitting services to procure the DERM Removal Permits for the Bayshore Neighborhood No. 8 and Sunset Island Projects, to participate in value engineering, for design modification and associated re - permitting services to incorporate the level of service review comments, for a total not-to-exceed amount of $198,717.97; resulting in a revised contract fee of $3,118,090.97. Amendment No. October 2011, the Mayor and City Commission adopted Resolution No. 2011- 27682, approving additional Construction Administration services, for a period of twenty-six (26) months for the Bayshore Neighborhoods No. 8A, and 8C, Packages in the amount of $640,586 and $59,414, for reimbursable, for a grand total not-to- exceed amount of$700,000, resulting in a revised contract sum $3,818,090.97. No.23: July 18, 2011, the Mayor and City commission adopted Resolution 2012-27972, approving Amendment No. 23, to provide additional design services for proposed changes to the Basis Design Report for Neighborhood No.8 Bayshore/Sunset Page 4 of 5 219 Exhibit A Islands (BODR), as requested by the Central Bayshore Homeowner Association, as well as additional stormwater upgrades to the area known as Zone 4 for the Neighborhood No. 8A Packages, in the amount of $200,401, and $7,440 for reimbursable, for a grand total not-to-exceed amount of $207,841; resulting in a revised contract sum of $4,025,932. Amendment No. 24: September 19, 2011, the Acting City Manager Form Approved Amendment No. 24, to provide additional design services for replacement of the outfall off Lake Pancoast Drive and separate fire hydrant spacing drawings in a not-to-exceed amount of $12,948, and $1,040 for reimbursable, for a total not-to-exceed amount of $13,988, resulting in a revised contract sum $4,039,920. Page 5 of 5 220 B This Task Order Amendment when executed, shall be incorporated and shall become an integral part of the STANDARD AGREEMENT FOR PROFESSIONAL SERVICES, dated May 2001 between the City of Miami Beach (CITY) and CH2M HILL, INC. (CONSULTANT). The CITY is continuing implementation of a drainage and neighborhood improvements program in the vicinity of the Miami Beach Golf Club. Specifically, the Lower North Bay area is identified as Neighborhood No. 8 (Bayshore/Sunset Island community). Construction associated with Neighborhood No. 8, which includes infrastructure improvements including the stormwater drainage system and associated utility and roadway improvements has been underway for some time in the Central Bayshore and Lake Pancoast areas of the neighborhood. This work will help reduce stormwater discharge into Biscayne Bay, provide flood relief in the North Bay area and provide for neighborhood improvements. For the ease of construction management, Neighborhood No. 8 was divided into four packages by the CITY. These include: Package A -Central Bayshore Package B-Lower North Bay Road Package C -Lake Pancoast Package D -Sunset Islands This Task Order addresses: • Additional design modifications to meet CITY requested changes to the design of water main, streetscape and stormwater facilities in the Central Bayshore Area to alleviate neighborhood concerns, update the design to meet current conditions, and coordinate with proposed revisions to the Basis of Design Report (BODR). There are also numerous locations throughout the project area where a changed condition has occurred since the original design was completed, requiring localized modifications to the design. • Additional permitting services to update permits obtained to date that were based on the original design to include design modifications. The CITY desires to include the requested changes as part of the current project construction work. • Additional During Construction for what has been designated as Phase II of Package A-Central Bayshore Area only, including the gravity stormwater wells in 221 the Flamingo Road area. Resident Project Representative (RPR) or daily project construction inspection services will be provided by the CITY or by another consultant working in conjunction with. the CONSULTANT project team and the CITY -provided construction manager will provide ongoing supervision to the RPRs. This scope of services is based on the CITY providing the services of Atkins Engineering to provide construction management and construction observation services to adequately support CONSULTANT as the Engineer of Record for the project and a dedicated construction manager (CITY staff) for construction project to direct the inspection activities, coordinate with residents and other activities and in general provide assurance that the construction activities are proceeding in accordance with the contract documents. 1- CONSULT ANT will provide design services to update the construction documents and include the following changes to the design. The design changes are subject to the final approval of the City Public Works Department (DPW) and other authorities. It is anticipated that all project design changes will be incorporated into the existing construction contracts by change order: 1. Develop the criteria for the cleaning and restoration of the existing 6 inch diameter water main in Pinetree Drive (approximately 2900 linear feet). The additional work will be added to the existing construction contract drawings by change order. 2. Extend the water mains on West 28th, 30th and 31st Streets to connect with the water main along Pinetree Drive and eliminate the dead-end water mains. 3. Relocate the stormwater pump station on West 34th Street to avoid interference with a recently constructed driveway and garage. This was an unforeseen condition. Since the stormwater pump station will be located in the same general location, relocation will not result in any significant increase in construction cost. 4. Relocate the stormwater pump station on West 37th Street to avoid interference with a row of oak trees that have been planted in the right-of-way since the original design. This was an unforeseen condition. Since the stormwater pump station will be located in the same general location, but located in the street (subject to DPW approval), relocation will not result in any significant increase in construction cost. 5. Relocate the stormwater piping, as requested by the Parks Department (golf course), in Chase A venue along the golf course to avoid interference with screening vegetation tl1at has matured and grown in since the original design. 6. Provide combustible gas detectors in the design for all stormwater pumping stations. Combustible gas detectors are now required by changes in the National Electric Code that have been instituted since the original design work was completed, and the project bid for construction. The units will be incorporated into the project during submittal review and into the contract by change order. 2 222 7. Provide well pressure sensors at each pump station to alert DPW of dogged or well failure conditions. The unit<> will be incorporated into the project during submittal review and into the contract by change order. 8. Redesign the in the area between West 34th Street and West 40th Street to accommodate revised street widths as mandated by the homeowner's association. Redesign includes relocation of valley gutters, connection to drainage inlets and re- grading for surface water flow management. CONSULTANT will design the entire streetscape area between 34th and 40th and Chase and Sheridan as a result of changes to the street widths -all the grading, the connections to inlets, sections, paving, street markings, etc. 9. Redesign the intersection of Flamingo Drive and Pinetree Drive in accordance with the Florida Department of Transportation Safety Study -2007 High Crash List Locations provided by the CITY. 10. Redesign 4Qth Street from Chase A venue to Pinetree Drive to accommodate differing site conditions resulting from maturing vegetation, new signalization poles, drainage revisions and driveway modifications. Design will incorporate as many of the BODR provisions as possible. 11. Consultant will conduct a comprehensive review of the bid documents including bid items and quantities original and revised to incorporate all the new design changes into the existing contract documents. Change orders will use existing unit prices where appropriate to add and delete items from the contract as needed. Documentation for items not currently part of the construction contract will be developed for negotiation with the contractor. CONSULTANT will provide a cost estimate for the proposed design changes. • Design changes in this item refer to all the changes to phase one and all the additional design changes for Phase two that were not included in amendment "23". 12. Design modifications are required to avoid impacts to existing landscaping on the south side of NW 34th Street due to the construction of a stormwater pumping station. Two options are proposed to be considered by the City Of Miami Beach to mitigate the vegetation issue. Option No.1 provides relocation for the east well to a site within the existing driveway and a relocation of the west well. Option No. 2 provides a relocation of the east well to within the existing roadway along 34th Street and a relocation of the west well. Both options require associated changes include relocating the proposed passive relief manhole, electrical control panel, and stormwater piping. Both options propose design modifications in an attempt to limit the impact to the existing landscaping on the north side of NW 34th Street. The options proposed do not create added impact to the existing small trees located along the North side of 34th Street. Prior to modifying the design drawings, CONSULTANT will need approval from the CITY on proposed relocation concept and whether Option No. 1 or Option No. 2 is selected by the CITY. Once CITY approval is obtained, CONSULTANT will modify the required NW 34th Street drawings. Modifications are required to the Storm Water Plan and Profile Drawings and associated details 3 223 Deliverables: 1. Revised drawings showing the proposed design changes to be added to the current contract documents by change order. 2. Develop project change orders to incorporate design changes into the construction contract(s). 2-Avenue Remove the valley gutters on Prairie A venue and add concrete flumes to the drainage inlets from 28th Street to 40th Street. CONSULT ANT to revise the contract drawings accordingly to reflect the referenced modifications. In addition, CONSULTANT to update the Engineer's Opinion of Cost Estimate to reflect addition of concrete flumes to the drainage inlets from 28th Street to 4Qth Street. Deliverables: 1. Revised drawings showing the proposed contract documents by change order. changes to be added to the current 2. Develop project change orders to incorporate design changes into the construction contract(s). 3 -1-".0,I"n"UTT CONSULTANT will utilize funding in amendment "23" to cover permitting cost and activities, however, some proposed funding is a part of this amendment for additional miscellaneous permitting activities. Consultant will prepare or update as required, the permits affected by the proposed design changes. Specific activities will include: • Submit revised drawings, calculations, and permit application forms as required to CITY for their review. • Incorporate comments/revisions from CITY and then submit to the appropriate permitting authority. • Provide response to up to two (2) requests for additional information, if requested by the referenced permitting authorities. • Up to two (2) meetings with the referenced permitting authorities as required to facilitate permitting processes. • Incorporate comments/revisions from permitting authorities, if required. • CONSULTANT will communicate and coordinate with regulatory agencies as required to facilitate the permit approval process. The CITY will allow CONSULTANT to charge permitting activities to amendment "23". CONSULTANT will request additional funding if the projected permitting activities in amendment "23" and this amendment are exhausted. The permitting authorities that may affected by the proposed design changes include the following authorities. It is not expected that the proposed design changes will affect any of the stormwater, dewatering or environmental permits. 4 224 • City of Miami Beach Department of Public Works • Miami-Dade County Department of Regulatory and Economic Resources (RER) • Miami-Dade County Department of Public Works The CONSULTANT shall advise the CITY in writing when the anticipated labor has been expended, based on the above level of effort, so CITY may arrange for the issuance of requisite authorizations to the CONSULTANT to fund additional fees so that services remain uninterrupted. Deliverables: 1. Completed application forms or permit update requests. 2. All permit deliverables will include the appropriate number of signed and sealed full-size sets and half-size drawing sets as well as one electronic PDF. 4- CONSULTANT will furnish to the CITY, limited services during construction of Phase II Package A -Central Bayshore Area. These services are detailed below and describe the scope of work, deliverables, and completion schedules. The general construction phase services provided by CONSULTANT include the following basic activities: 1. Project Management for Package A -Central Bayshore Area (Phase II) 2. Specialty construction inspection services 3. Project Engineer services during construction 4. Providing Administrative and Technical Submittal Reviews 5. Providing Change Order Reviews for Package A -Cenh·al Bayshore Area (Phase II) 6. Preparing Substantial Completion Documents for Project Closeout for Package A - Central Bayhore Area (Phase II), final project close-out and certification. The minimum recommended staffing plan for City-provided staff for daily observation and construction management is as follows: • One CITY provided construction manager -available full-time for the duration of construction (8 months) • One CITY provided project assistant -half-time for the duration of the project (8 months) to manage contract documentation required for the CITY's project management and records. • At least one CITY (or other consultant) provided RPR' s or construction inspectors - onsite five (5) days per week for the duration of construction (8 months). Additional inspection services may be required during peak construction periods or as required by the contractor's schedule. CONSULTANT will perform following tasks associated with construction activities related to the construction of Package A -Central Bayshore Area (Phase II) project. CONSULT ANT 1s level of effort is based upon a construction duration period of 8 consecutive months for Package A -Phase II. 5 225 Sub-Task 4.1 ·Weekly Construction Meetings CONSULTANT shall attend and participate in weekly meetings with the CITY and CONTRACTOR for the Project. The purpose of these meetings shall be to review the status of construction progress, shop drawing submittals and contract document clarifications and interpretations. These meetings shall also serve as a forum for discussion of construction issues, potential changes/conflicts and any other applicable matters. For the purposes of estimating scope of services, weekly meeting attendance by the CONSULTANT be based on thirty-two (32) weekly meetings. At each meeting, the CONTRACTOR shall provide and present a two-week look-ahead work schedule to allow for proper coordination of necessary work efforts. The CITY shall prepare and distribute meeting minutes to all attendees and other appropriate parties in advance of subsequent meetings. The weekly meetings shall be attended by the CONSULTANT's project manager or designated representative. The CONSULTANT shall advise the CITY in writing when the anticipated labor has been expended, based on the above level of effort, so the CITY may arrange for the issuance of requisite authorizations to the CONSULTANT to fund additional fees so that services remain uninterrupted. Deliverables: 1. Attendance and participation in weekly progress meetings with Contractors. Schedule: Weekly throughout the project duration. Sub-Task 4.2 ·Requests for Information/Contract Document Clarification (RFis/CDCs) When a RFI/ CDC involves the interpretation of design issues or design intent, CONSULTANT may be requested by the CITY to prepare responses to RFis/CDCs. CONSULTANT will provide a written response in a timely manner, log, process, and distribute all RFis/CDCs requested by the CITY for response. The CITY will address any requests from residents. For the purposes of estimating this scope of services, CONSULTANT has included the evaluation of RFI/CDC's at the average rate of four (4) items per month for a total of thirty-two (32) RFI/CDC requests. The CONSULTANT shall advise the CITY in writing when the anticipated labor has been expended, based on the above level of effort, so the CITY may arrange for the issuance of requisite authorizations to the CONSULTANT to fund additional fees so that services remain uninterrupted. 1. Respond to RFlsjCDCs as requested by the CITY that involve interpretations. Schedule: Ongoing throughout project construction duration. 226 6 4.3 • Requests for to Construction and/or Changes may be the result of unforeseen conditions or interferences identified by the CONTRACTOR during the routine progress of work, inadvertent omissions (betterment) issues in the contract documents, or additional improvements requested by the CITY or CONSULTANT after the project bid date. CONSULTANT shall prepare an analysis of the change request indicating reasons for acceptance, references to applicable sections of the Contract Documents that validate or disclaim the change request, and if accepted, a statement noting that the requested cost/ schedule impacts are fair and reasonable. The CONSULT ANT will receive, log, and process all requests for project cost and/ or schedule changes from the CONTRACTOR. The CONSULTANT will perform an initial independent review of the change request as to relative merit prior to forwarding to the CITY. CITY will review CONSULTANT 1s analysis and upon acceptance, shall execute the change request and forward it to the CONTRACTOR, for processing. For purposes of estimating this scope of services, the CONSULTANT includes evaluation of change requests at the average rate of two (2) items per month for a total of sixteen (16) change order requests. The CONSULTANT shall advise the CITY in writing when the anticipated labor has been expended, based on the above level of effort, so the CITY may arrange for the issuance of requisite authorizations to the CONSULTANT to fund additional fees so that services remain uninterrupted. Deliverables: 1. Perform independent review of request for cost increase and/ or time extension. 2. Prepare change request documentation for CITY's use in Change Order preparations. 3. Participate in change request review meetings, with CITY and CONTRACTOR to resolve and/ or negotiate the equitable resolution of request; meeting coordination and scheduling will be the responsibility of the CITY. Schedule: Ongoing throughout project construction duration. of CONSULTANT shall review shop drawings and product submittals throughout the duration of the construction period. Within 10 working days from receipt at the CONSULTANT engineering office, the CONSULTANT shall review and return submittals to the CITY office. CITY will receive submittals from the CONTRACTOR, log, and distribute submittals to CONSULTANT for review. For the purposes of this scope of services, and considering that most submittals will have already been part of the ongoing project, the CONSULTANT assumes ten (10) shop drawing submittals for review. 7 227 Any submittals that are rejected and need to be resubmitted and reviewed will be considered a new submittal and will be counted towards the total number of submittals indicated above. A percentage of re-submittals are anticipated and are included in the totals above. The CONSULTANT shall advise the CITY in writing when the anticipated labor has been expended, based on the above level of effort, so the CITY may arrange for the issuance of requisite authorizations to the CONSULTANT to fund additional fees so that services remain uninterrupted. Deliverables: 1. Review shop drawings and product submittals and return them to CI1Y's office via E-Builder™. The CITY will reimburse the CONSULTANT for the E- Builder™ license for CONSULTANT use on this project. Schedule: Processing of Shop Drawings is ongoing throughout project construction duration. Sub-Task Field observation services by qualified RPR' s or construction inspectors will be provided by the CITY's consultant. The CITY will provide adequate, full-time, qualified construction RPR' s or construction inspectors for the duration of the projects such that the overall level of effort will allow the CONSULTANT as the Engineer of Record to certify that the construction work is being performed in accordance with contract documents. The field observers provided will work under the general guidance of the CITY's construction manager and CONSULTANT who will determine reporting requirements. CONSULTANT will advise the CITY if and when the level of service provided by the construction observation team fails to meet the level of effort or standard of care required to certify the project construction. The construction work is currently planned to proceed as follows: • Package A -Central Bayshore Area (Phase II) -(8 months) Specialty professionals will be provided by the CONSULTANT as needed for specific mechanical, electrical and geotechnical inspections in each project area. The project inspection team is comprised of the CITY construction manager, and the CITY provided RPR' s or construction inspectors. The team will be directed by the CITY's construction manager with support and guidance from the CONSULTANT's project manager. To provide adequate verification of construction activities such that the CONSULTANT can attest to the acceptability of the work performed, the team will be responsible " Conducting on-site observations of the work in progress to include materials and workmanship to assist in determining if the provisions of the Contract Documents and permit conditions are being fulfilled. Based on reports/observations from the RPR as reported through the CITY's construction manager, CONSULTANT shall report to the CITY, in writing, whenever it is believed that work is unsatisfactory, faulty or defective and/ or does not conform to the intent of the Contract Documents; does not meet the specified 8 228 " " II II requirements for inspections, tests; or completed work that has been damaged prior to final payment. Based on the observations, the CONSULTANT makes a recommendation to CITY, informs the CITY, to reject items not meeting the requirements of the contract documents. Maintaining daily logs of the observed work and submit reports using the CITY's E-Builder™ management system. The daily log shall include records of when the CONTRACTOR is on the job-site, weather conditions, potential change orders, observed changed conditions, testing activities and results, general field observations, and specific observations as in the case of The RPR will record, in writing, the outcome of these inspections. The RPR will maintain and file paper copies of the daily logs on site and shall submit the daily logs on a daily basis using the CITY's E-Builder™ management system. Coordinate with the CITY's Public Information Officer where utility outages may be required pending notification by the CONTRACTOR. Confirm that the CONTRACTOR has made the required notifications to the utility owners and the CITY for public notifications that may be required. Any required notifications will be the responsibility of the CITY and/ or the CONTRACTOR and not the CONSULTANT. Coordinate various tests for quality control on the project as directed by the CITYs construction manager and as required by the conditions of the contract. To this end, the RPR will issue calls for the materials testing in cooperation with the CONTRACTOR and the needs of the work. The RPR will verify that tests, equipment and systems start-up are conducted in the presence of appropriate personnel and that the CONTRACTOR maintains adequate records thereof; and observes, records, and reports appropriate details relative to the testing procedures and start-ups. Provide a photographic record of the overall progress of construction. Photographs shall be snapshot type taken to define the progress of the project and shall be electronically filed by month with date and time annotated on each photo. The E-Builder™ system will be used as a means to gather and store the various photos obtained by the RPR during construction. The RPR will upload all photos to the E-Builder™ system on a weekly basis. Check CONTRACTOR's material certifications and samples; verify that delivered materials match approved shop drawings. Direct and supervise the sampling and testing of materials to be performed by independent testing laboratories under subcontract to the CITY. This task includes the receipt, review of invoices from the independent testing laboratories for payment by the CITY. Review with the CONTRACTOR the monthly pay application to confirm the status of completed and uncompleted work and stored materials. The schedule of values by the CONTRACTOR and monthly pay requests will be approved by the CITY's construction manager. The CONSULTANT shall advise the CITY of quantities being approved for subsequent concurrence for payment purposes. 9 229 " " " " " Monitor on a monthly basis, in conjunction with CONTRACfOR's pay application review, that record drawing mark-ups are being properly maintained by the CONTRACfOR. Coordinate with CONSULTANT's project manager and staff as needed to resolve/ address CONTRACfOR' s Requests for Information, Contract Document Clarifications, Field Orders, and other related issues and correspondence. Maintaining daily observation reports and providing direction for other record keeping required for the project. Participating in weekly progress meetings with CITY and CONTRACTOR at the project site. CONSULTANT'S Project Manager or a representative will attend the weekly progress meetings. Participating in meetings to address CONTRACfOR change requests, as needed. CONSULTANT'S Project Manager or a representative will attend the change order meetings (one per change order). Verifying that the work has progressed to the substantial completion point in accordance the Contract Documents. Performing a substantial completion inspection with the CONTRACTOR and CITY and preparing a punch list that describes items remaining to be completed; the punch list will be attached to the certificate of substantial completion. CONSULTANT shall provide specialty site visits by various design disciplines (civil, mechanical, hydro-geological, landscaping, etc.) as requested by the CITY. For purposes of this scope of services, the CONSULTANT has assumed twenty-four (24) specialty site visits associated with the following work: " Twenty(20) site visits associated with drainage well testing. Four (4) site visits associated with other engineering disciplines, as needed. Due to the nature of projects involving injection wells and the dose coordination with the Florida Department Environmental Protection (FDEP) that will be required to satisfy the permits for these wells, the level of effort noted above is the minimum that will be required. If additional hydrogeological engineering is required as a result of the permits that have not been issued or by different geological conditions that are encountered, the CONSULTANT shall advise the CITY in writing when the anticipated labor has been expended, based on the above level of effort, so the CITY may arrange for the issuance of requisite authorizations to the CONSULTANT to fund additional fees so that services remain uninterrupted. Deliverables: 1. Inspection field and test reports for CONSULTANT's field activities. 2. Photographic records as appropriate for CONSULTANT's field activities. Schedule: Ongoing throughout duration of project construction. 230 10 -Project Closeout Upon receiving notice from the CONTRACTOR advising the CITY's construction manager that the Project is substantially complete, CONSULTANT, in conjunction with the CITY's construction manager and other appropriate project or CITY staff, shall conduct an overview of the Projects. The overview shall include review and resolution of "punch lists" of items needing completion or correction prior to consideration of final acceptance of each project. The CITY construction management team shall develop and maintain the punch lists with assistance from CONSULTANT. The lists shall be forwarded to the CONTRACTOR for the project. For purposes of this provision, substantial completion shall be deemed to be the stage in construction of the Project where the Project can be utilized for the purposes for which it was intended, and where minor items may not be fully completed, but all items that affect the operational integrity and function of the Project are capable of continuous use. Upon notification from the CONTRACTOR and the CITY construction management team that all remaining "punch list" items have been resolved, the CONSULTANT, in conjunction with appropriate CITY staff, shall perform a final review of the finished Project. Based on successful completion of all outstanding work items by the CONTRACTOR, CONSULTANT shall assist in dosing out the construction contracts for Package A -Central Bayshore Area (Phase II). The CITY shall prepare certified record drawings from CONTRACTOR's as-built plan mark ups and drawings submitted during the construction period. CONSULTANT will review CITY prepared record drawings and submit comments for the CITY to finalize record drawings for the project area. CONSULTANT will provide one digital copy of each of the record drawing sets; prepare permit certification applications and cover letters for FDEP, RER, Miami-Dade Public Works, South Florida Water Management District (SFWMD) and Miami-Dade County Health Department (MDHD) for a total of five anticipated permit dose-outs for Package A -Central Bayshore Area (Phase II). Any additional work required to close out the permits (including responses to questions) from the respective agencies listed above is not included in this amendment. Deliverables: 1. Receive CONTRACTOR notification that the project has reached Substantial Completion and determine whether the project, in the judgment of the CONSULTANT, qualifies under the requirements of the specifications and standard of care to be considered Substantially Complete. 2. Coordinate attend one field meeting (walk-through) to review Substantial Completion for the project. 3. Receive CONTRACTOR's notification that punch list items are completed and CONSULTANT shall schedule a final field visit to review and substantiate project completion for each project. 4. Provide recommendation to the CITY that the project has reached Final Completion based on CONSULTANT's judgment and review of completed punch lists for each project. It is assumed that the project will be finalized during the one month close-out period following the issuance of substantial completion. 11 231 5. Assist the CITY with technical decisions and recommendations on warranty work completion for each project. 6. Prepare review comments for CITY prepared record drawings for certification and project closeout of each permit. Submit final record drawings, agency (FDEP, RER, SFWMD, Miami-Dade County Public Works, and MDHD) applications, and cover letters to request release of the project for operational purposes for each project. 7. Prepare final project change orders for projects. CONSULTANT shall advise the CITY in writing when the anticipated labor has been expended, based on the above level of effort, so the CITY may arrange for the issuance of requisite authorizations to the CONSULTANT to fund additional so that services remain uninterrupted. Schedule: Project closeout will be completed within 30 calendar days following CITY's issuance of certificate of substantial completion. Task 5 -•v••s;c:e• CONSULTANT will furnish to the CITY, consulting services not covered by this amendment as directed by the city. Compensation for this work will be done on a time and expenses bases. The CONSULTANT shall advise CITY in writing when the anticipated labor has been expended, based on this level of effort, so the CITY may arrange for the issuance of requisite authorizations to the CONSULTANT to fund additional fees so that services remain uninterrupted Deliverables: t Perform Consulting work as requested by the CITY 2. Prepare opinions, studies, reports ... etc. applicable to each request 3. Participate in meetings as requested CITY and CONTRACTOR Schedule: Ongoing throughout the project duration. Assumptions: 1. All Tasks will be completed as required to keep the construction project on schedule and to avoid delays, subject to the CITY's timely review of deliverables. 2. Permit applications for the agencies outlined above will be provided for execution by the CITY concurrent with design submittals. 3. All review documents will be provided electronically by use of File Transfer Protocol (FTP), Sharepoint, or E-Builder™ document transfer sites. 4. CITY will pay all permitting fees. Permitting labor and expenses can be charged to Amendment "23". When Amendment labor and expense budgets are exhausted, work associated with permitting can be charged to this amendment. 12 232 5. CITY will provide written application comments within two weeks of receipt of the review package. CONSULT ANT will respond to comments in writing within one week of receipt from CITY. 6. Construction and bid phase services for a new construction contract (if necessary) are not included in this Amendment. 7. CONSULTANT shall be paid for the cost of reproduction services plus applicable markup for reproduction of reports, contract documents and miscellaneous items, as indicated in the scope of work or as requested by CITY. 8. CONSULTANT shall be reimbursed for local project travel and costs for employee travel associated with this Amendment. Non-local travel shall be reimbursable as approved by the City. 9. Construction Contract completion time including dose-out is estimated at 8 months for Package A -Central Bayshore Area (Phase II). 10. CONSULTANT is not responsible for obtaining or paying for permits from Federal, State or local regulatory agencies that are required this project. CONSULTANT shall not be responsible for regulatory agency delays or any delays caused for reasons beyond the direct control of the CONSULTANT. 11. The CITY will provide project construction management and RPR or construction inspection services to manage construction activities and provide assurance that the work is being performed in accordance with the contract documents. The CITY's internal QA/ QC program will provide guidance to the RPR' s to promote consistency in the services provided. 12. The CITY agrees to provide surveying services by a third party if deemed necessary by the consultant at no cost to consultant. City's surveyor agrees to conduct its work as co-ordinated by the CONSULTANT. The CONSULTANT shall be reimbursed for its and expenses related to this activity. ENGINEER1s Personnel at Construction Site 13. The presence or duties of CONSULTANTs personnel at a construction site, whether as onsite representatives or otherwise, do not make CONSULTANT or CONSULTANT 1s personnel in any way responsible for those duties that belong to CITY and/ or the construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health or safety precautions required by such construction work. 14. CONSULTANT and CONSULTANT 1s persom1el have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions have no duty for inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the construction contractor(s) or other entity or any other persons at the site except CONSULTANT 1s own personnel. 15. The presence of CONSULTANT 1s personnel at a construction site is for the purpose of providing to CITY a greater degree of confidence that the completed 13 233 PROJ construction work will conform generally to construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). CONSULT ANT neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. The total fee proposed for this scope of work shall be a time and materials basis, not-to- exceed amount of $448,861, including allowable reimbursable expenses as shown in Attachment A Invoicing will be monthly and based on allowable contract hourly rates and subsequent amendments and adjustments by the CITY and as agreed between the CITY and CONSULTANT, with the exception of task one. Invoicing for task one will be completed on a lump sum basis for labor and expenses. With the approval by the CITY, CONSULTANT may utilize unused budgets within subtasks or approved amendments/task order as long as the overall fee limit is not exceeded. Should accumulated incurred costs reach not-to-exceed amount, CONSULTANT shall notify the CITY the level of effort required to complete the scope of services, and request that a contract amendment be executed for the additional funds and extension of period of performance, if so required. CONSULTANT shall resume our efforts upon such time that the contract amendment is fully executed. Hem Modifications The Design, miscellaneous Permitting and Services During Construction associated with Package A -Central Bayshore Area (Phase II) as itemized above will be completed in eight (8) months upon receipt of authorization issued by the CITY to the CONSULTANT. Execution of this Task Order Amendment constitutes CITY's Notice to Proceed with the scope of work described herein, and in accordance with the Standard Agreement for Professional Services dated May 16, 2001. IN WITNESS the parties hereto have caused this Amendment No. 25, to be executed in their name by their duly authorized officials of the date first set forth above. 234 14 Approved by: CITY OF MIAMI BEACH, FlORIDA Date: Matti Bower, Mayor Attest Rafael Granado City Clerk 235 CH2M HILL, INC. Date: Matt Alvarez, Florida Operations Manager Attest: Secretary 15 Attachment A Amendment 25 Design Modifications, Additional Permitting Services, and SOC for the City of Miami Beach Neighborhood No. 8, Design Packages A-Phase II-Central Bayshore Area Labor and Expenses Task 1 -Central Bayshore Design Modifications Labor $ 142,749 Expenses $ 1,500 Sub-Total $ 144,249 Task 2-Prairie Ave Modifications Labor $ 27,112 Expenses $ 500 N I Sub-Total $ 27,612 w 0) 1 Task 3-Permitting (Allowance) Labor $ 25,000 Expenses $ 500 Sub-Total $ 25,500 Task 4-Engineering Services During Construction Labor $ 224,000 Expenses $ 2,000 Sub-Total $ 226,000 Task 5-Miscellaneous Requests (Allowance) Labor $ 25,000 Expenses $ 500 Sub-Total $ 25,500 Total Fee $ 448,861 7/9/2013 RESOLUTION TO BE SUBMITTED 237