HomeMy WebLinkAboutResolution 2025-34000RESOLUTION NO. 2025-34000
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY
MANAGER TO EXECUTE CHANGE ORDER NO. 1 TO CONSULTANT
SERVICE ORDER NO. 33 WITH HAZEN AND SAWYER, P.C., ISSUED UNDER
REQUEST FOR QUALIFICATIONS (RFQ) NO. 2022-122-ND FOR
ENGINEERING SERVICES FOR WATER AND WASTEWATER SYSTEM
PROJECTS, IN CONNECTION WITH THE STAR ISLAND FORCE MAIN
REPLACEMENT PROJECT; SAID CHANGE ORDER NO. 1 PROVIDING FOR
ADDITIONAL DESIGN SERVICES, INCLUDING RISK ANALYSIS,
CONSTRUCTABILITY REVIEW, AND ALTERNATIVES ANALYSIS, AND
INCREASING THE ORIGINAL SERVICE ORDER AMOUNT BY $89,541.00,
FROM A TOTAL NOT -TO -EXCEED AMOUNT OF $639,864.00 TO A REVISED
TOTAL NOT -TO -EXCEED AMOUNT OF $729,405.00.
WHEREAS, on March 18, 2020, the Mayor and City Commission (City Commission)
adopted the City's Five -Year Water and Wastewater Critical Needs Capital Plan, which identified
the Star Island Force Main as a high -priority infrastructure replacement project due to its age, lack
of redundancy, and critical role in conveying wastewater from Star, Palm, Hibiscus, and Terminal
Islands to the City's wastewater collection system; and
WHEREAS, on January 18, 2023, the City entered into an agreement with Hazen and
Sawyer, P.C. ("Hazen"), pursuant to RFQ No. 2022-122-ND, for Engineering Services for Water
and Wastewater System Projects, said agreement being competitively procured and structured
to support the City's ongoing capital improvement needs on an as -needed basis; and
WHEREAS, on October 18, 2023, the City Commission approved Resolution No. 2023-
32814 to proceed with Consultant Service Order No. 33 with Hazen, in the amount of
$639,864.00, to prepare a Design Criteria Package (DCP) and provide related engineering
services for the replacement of the aging subaqueous force main; and
WHEREAS, the existing 10-inch force main, originally installed over 65 years ago, is
located beneath Biscayne Bay and has exceeded its useful life; and
WHEREAS, the project's goal is to replace the existing pipeline with a new 16-inch force
main to improve system reliability and reduce the risk of failure; and
WHEREAS, the Star Island Force Main is a vital, non -redundant component of the City's
wastewater collection system, serving multiple residential islands and conveying flow beneath
Biscayne Bay; and
WHEREAS, given its age, strategic location, and lack of backup infrastructure, the
replacement of this force main is essential to maintaining system reliability, protecting public
health, and avoiding costly emergency repairs or environmental impacts; and
WHEREAS, the original design concept proposed the use of a Horizontal Directional
Drilling (HDD) method to replace the existing force main through a narrow 5-foot easement
between 33- and 34- Star Island, however, during the early stages of design development, Hazen
identified significant oonstructability concerns and risks associated with this approach, triggered,
in part, by the construction of a new house on 34 Star Island; and
WHEREAS, in response, Hazen conducted a comprehensive risk analysis and
constructability review, including the development of a formal Risk Register, updated cost
estimates, and a revision for the Design Criteria Package (DCP) for alternative installation
methods; and
WHEREAS, the alternative installation methods included a hybrid HDD/Microtunnel (MT)
approach and a Novel Conductor Casing (NCC) installation method using retractable
microtunneling or guided auger boring; and
WHEREAS, these alternatives were evaluated for feasibility, cost, and risk mitigation, and
were found to offer a safer and more constructible solution; and
WHEREAS, the services included in Change Order No. 1 are critical to ensure the City
can proceed with a safe, constructible, reliable, and cost-effective solution for replacing this aging
and non -redundant wastewater force main; and
WHEREAS, the work to be performed under Change Order No. 1 will directly inform the
procurement of a qualified design -build firm and reduce the risk of costly delays or redesign during
construction; and
WHEREAS, the revised scope of services increases the total not -to -exceed amount by
$89,541.00, for a new total of $729,405.00 for Consultant Service Order No. 33; and
WHEREAS, this investment is essential to protect public infrastructure, reduce the risk of
service disruption, and maintain regulatory compliance; and
WHEREAS, the approval of Change Order No. 1 will help safeguard the City's
infrastructure investment, reduce long -tern operational risks, and maintain momentum on a
project that is central to the City's Five -Year Waterand Sewer Critical Needs Capital Improvement
Plan; and
WHEREAS, the Administration strongly recommends approval of Change Order No. 1, to
maintain the project momentum and safeguard the City's wastewater system.
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 and authorize the City Manager to execute Change Order No. 1 to
Consultant Service Order No. 33 with Hazen and Sawyer, P.C., issued under Request for
Qualifications (RFQ) No. 2022-122-ND for engineering services for water and wastewater system
projects, in connection with the Star Island Force Main Replacement Project; said Change Order
No. 1 providing for additional design services, including risk analysis, constructability, review, and
alternatives analysis, and increasing the original service order amount by $89,541.00, from a total
not -to -exceed amount of $639,864.00 to a revised total not -to -exceed amount of $729,405.00.
PASSED and ADOPTED this %� day of �ul� 2025.
Steven Meiner, Mayor
ATTEST
-..-... APPROVED AS TO
FORM &LANGUAGE
EC 2 2 2025 & FOR EXECUTION
Rafael E. Granado, City Clerk
lOjZojzpZj
QyAtdrney &� Date
Resolutions - C7 AL
MIAMIBEACH
COMMISSION MEMORANDUM
TO: Honorable Mayor and Members of the City Commission
FROM: Eric Carpenter, City Manager
DATE: December 17, 2025
TITLE: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY
MANAGER TO EXECUTE CHANGE ORDER NO. 1 TO CONSULTANT SERVICE
ORDER NO. 33 WITH HAZEN AND SAWYER, P.C., ISSUED UNDER REQUEST
FOR QUALIFICATIONS (RFQ) NO.2022-122-ND FOR ENGINEERING SERVICES
FOR WATER AND WASTEWATER SYSTEM PROJECTS, IN CONNECTION WITH
THE STAR ISLAND FORCE MAIN REPLACEMENT PROJECT; SAID CHANGE
ORDER NO. 1 PROVIDING FOR ADDITIONAL DESIGN SERVICES, INCLUDING
RISK ANALYSIS, CONSTRUCTABILITY REVIEW, AND ALTERNATIVES
ANALYSIS, AND INCREASING THE ORIGINAL SERVICE ORDER AMOUNT BY
$89,541.00, FROM A TOTAL NOT -TO -EXCEED AMOUNT OF $639,864.00 TO A
REVISED TOTAL NOT -TO -EXCEED AMOUNT OF $729,405.00.
The Administration recommends approving the Resolution.
On March 18, 2020, the Mayor and City Commission (City Commission) adopted the City's Five -
Year Water and Sewer Critical Needs Capital Plan, which identified the Star Island Force Main
as a high -priority infrastructure replacement project due to its age, lack of redundancy, and critical
role in conveying wastewater from Star, Palm, Hibiscus, and Terminal Islands to the City's
wastewater collection system.
On January 18, 2023, the City entered into an agreement with Hazen and Sawyer, P.C. (Hazen),
pursuant to RFQ No. 2022-122-ND, for engineering services for water and wastewater system
projects. This agreement was competitively procured and structured to support the City's ongoing
capital improvement needs on an as -needed basis.
On October 18, 2023, the City Commission approved Resolution No. 2023-32-814 to proceed
with Service Order No. 33 with Hazen, in the amount of $639,864.00, to prepare a Design Criteria
Package (DCP) and provide related engineering services for the replacement of the aging
subaqueous force main. The existing 10-inch force main, originally installed over 65 years ago, is
located beneath Biscayne Bay and has exceeded its useful life. The project's goal is to replace
the existing pipeline with a new 16-inch force main to improve system reliability, reduce the risk
of failure, and increase capacity to accommodate additional demand from Terminal Isle.
The Star Island Force Main is a vital, non -redundant component of the City's wastewater
collection system, serving multiple residential islands and conveying Sow beneath Biscayne Bay.
Given its age, strategic location, and lack of backup infrastructure, the replacement of this force
main is essential to maintaining system reliability, protecting public health, and avoiding costly
emergency repairs or environmental impacts.
1655 of 3458
ANALYSIS
The original design concept proposed the use of a Horizontal Directional Drilling (HDD) method
to replace the existing Force Main through a narrow 5-foot easement located between the
properties with addresses 33 and 34 Star Island. However, during the early stages of the
development of conceptual design plans, Hazen identified significant constructability concerns
and risks associated with this approach, triggered, in part, by the construction of a new house on
34 Star Island.
Hazen conducted a comprehensive risk analysis and conslructability, review, including the
development of a formal Risk Register, updated cost estimates, and a revision for the Design
Criteria Package (DCP) for alternative installation methods. These included a hybrid
HDD/Microtunnel (MT) approach and a Novel Conductor Casing (NCC) installation method using
retractable micro -tunneling or guided auger boring. These alternatives were evaluated for
feasibility, cost, and risk mitigation, and were found to offer a safe and more constructible
solution.
The services included in change order No. 1 are critical to ensure the City can proceed with a
safe, constructible, reliable, and cost-effective solution for replacing this aging and non -redundant
wastewater force main.
The work to be performed under change order No. 1 aims to field locate the existing force main
to avoid damages during construction, assess the alternative construction methodologies, and
will directly inform the procurement of a qualified design -build firm of the findings, reducing the
risk of costly delays or redesign during construction.
The revised scope of services (Attachment A) increases the total not -to -exceed amount by
$89,541.00, for a Service Order total of $729,405.00. Public Works staff has reviewed the scope
of work and finds it fair and reasonable. This investment is essential to protect public
infrastructure, reduce the risk of service disruption, and maintain regulatory compliance.
The approval of change order No. 1 will help safeguard the City's infrastructure investment,
reduce long-term operational risks, and maintain momentum on a project that is central to the
City's Five -Year Water and Sewer Critical Needs Capital Improvement Plan. Therefore, the
Administration strongly recommends approval of change order No. 1 to maintain the project
momentum and safeguard the City's wastewater system.
FISCAL IMPACT STATEMENT
$68,533.03 418-0815-061357-29-418-561-00-00-00-28520 Design -Capital Contracts
$21,007.97 417-0815-061357-29-418-000-00-00-00-28520 Design -Capital Contracts
Does this Ordinance require a Business Impact Estimate?
(FOR ORDINANCES ONLY)
If applicable, the Business Impact Estimate (BIE) was published on:
See BIE at: hftps://www.miamibeachfi.gov/city-hall/city-clerk/meeting-notices/
FINANCIAL INFORMATION
Change Order No.t increases the Service Order cost by $89,541.00, for a total not -to -exceed
Service Order cost of $729,405.00. This project is funded through the City's Five -Year Water and
Sewer Critical Needs Capital Improvement Plan.
CONCLUSION
1656 of 3458
The Administration recommends approving the Resolution.
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 2.1Ti Project?
Yes
GD
Was this Agenda Item initially requested by a lobbyist which, as defined in Code Sec. 2-481
includes a principal engaged in lobbying? No
If so, specify the name of lobbyist(s) and principal(s):
Department
Public Works
Sponsor(s)
Co-sponsors)
Condensed Title
Approve Change Order 1 - Hazen & Sawyer, Star Island Force Main Replacement Project. PW
Previous Action (For City Clerk Use Only)
1657 of 3458
Hazen
ENGINEERING SERVICES FOR WATER AND WASTEWATER SYSTEM PROJECTS
PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2022-122-ND
(RESOLUTION NO. 2022-32175)
SCOPE OF SERVICES — 2/15124
HAZEN AND SAWYER SERVICE ORDER No. 33
AMENDMENT 1 — 7129125
CITY OF MIAMI BEACH PUBLIC WORKS DEPARTMENT
STAR ISLAND FORCE MAIN
Under this Amendment 1 to Service Order No. 33, Hazen and Sawyer (HAZEN) has modified the scope of
services from the original Service Order as described below.
For convenience, the following formatting conventions are used in this Amendment:
Items from the original task order that are deleted by this Amendment are repeated and
shown in bald-ctNkathsough Poet.
Items that are added by this Amendment within the text of the original task are in bold
Italicized font.
Tasks that are not modified by this Amendment are not repeated
PROJECT BACKGROUND
The City of Miami Beach (CITY) transmits wastewater from Terminal, Hibiscus, Palm and Star Islands to
Miami Beach via an existing 10-inch diameter force main located between Pump Station 2 on Star Island
and Miami Beach. The existing subaqueous main, located primarily below the mudline of Biscayne Bay,
has exceeded its useful life. The CITY has proposed replacement of the existing main with a 16-inch ID
main. Refer to Figure 1.
2/15/2024
Page 1 of 13
1658 of 3458
Hazen
Figure I: Star lalard FM Replacement Lo abort Map 11111 ED/
The CITY pnbusy reamed AECOM to paper, a all of Design Rapart (BOOR) for Ma project, whlU
was 000mp on MaY 25. 2022. T Report taco Mar ten wa M proceed weh mpacement of Me exiatilg
force main with a row 16" men via Horizontal Ovectionai One between Star Island and Memi Beach,
desgnated a, Wemative IK This recommergation was based prhnargy on Me Iowa coat of the
approach as romparad with the What ahematives evaluated This approach utilized pipe installation
by NOD wOhio the narrow easement between the 22 Sfar Island property and the Ja Star Island
PropeM, which involves chain Asks including the risk or groundsfruclum settlement. Meaning
discussions whh Me LITYbetweee July 2@e and Fehnrary 2025 censirlerad car In Hiss mitigation
measures heard ad all project constrarmp, mcludm, the new home construction on Me 54 Star
island prop". In addition, Nara performed infernal research to aefuan some of these Asks and
mlfigetip strategies. In garraM, the primary conshucfabsol, Issues were found le be
The lnsbllky to ensue an NOD allgnmant could be kept within Me existing 5' whh arsanpl
Heated m Me accuracy limffa6ona of Me coneW Ilion method.
- The pomntial for safMneat of adjacent structures including Me evating end hours homes
as well as Me fatere retaining wall locatad ahng He properly If., Sather, t of atr.hres
as found to be a likely impact head, p maturity large annular span of the installation
method as win as the utilization of high pressure drilling Ruid The aMement risks were
based on both the seifamsnt of the ground surface far Atumakerrions an grain as well as the
potential for negative friction according in pile foundations without end beating load
capechy. MOD In ,Mae proaimiy b mewl, ineblbd section pelt, pdeds rbb Iron bcapaad
NNlemenl or migration of drilling fluid shMcircularp M IM surface through ph annular
space.
NAMN developed s dsk ragbtar dell aved via entail dead 111IL24, to summarixa Use risks and 11
potential milgaban strategies. M genet, the nsk m/tlgatlp esamgha identified Ire
hmph,mentalion prior to the new home construction were less expensive and resulted In more risk
reduction Man Me strategies which ate halbh pat -home conzMlclbn. Ghmn Ms new home
conslNC6o t schedule, along with the speed of jk o,.dw nt. the LITY hellerM if was inhaslON far
In snm= page 2 of 19
1659 of 3458
(s . '.
Proceed with any of the nak mitigation strategies Prior mf to Me home construction. Furlheors,
HAZEN believes the risk mlHgalion SImhegnss which an nsaslMe post -home m.h. . will not
completaly Wlminafe the not ofgroundlsbvctun..M.menf. As such, the CITYapys. ucable M
Proceed win the HDD approach "AomaH. IA".s originally recommended in the BODR.
A genes of alternate approaches was briefly aaluoted In the BOOR which may he. still meet all
online, constraints, Mough at an elevated cost. The nest heat approach involved 1M use of a
Micmfunnel (MT) to install the newpipelin. within fM.ahog narrow casement with much less nak
of settlement. This approach would require the insMlstlan of a cofladam in Biscayne Bay and
termLufion of both the MT Mar, Star Island) and Me HDO thrum Miami Beach) within the cofferdam.
This appmech was dasgn.ted as "HDOWT ANemadva"in the anginal BOOR and had an estimated
cost ofSB.0 3M as compared with $5.2M for HDO "Aomans fA'. The Law -High cost range for the
NDDrMT ANemem, was $5.60 to $12.5114.
The CITY rsquested HAZEN develop an updated cost .eflmate resective of updated pricing and
.AM combat. HAZEN penmmed a brill conabucttlglry nH.w and issued an upd.Nd
esflmans on fa4,I25 for the HOO/MTABarnaM., fofadnp roughly S17.061, whh a Lo—High cost range
df $11.9 to S25.SM. The ¢.drooled cost was roughly double the original 2O22 sS boun, Acid. from
nOdlon, Me primary .eras to, Me Increcae were the i,.w Shah and the Inclusion of
Mlowancec all conthe oncNs. The aNematt construccablllty has not fully verMed but if Is
conc.ptualy, hasible.
Coneumant wIM this eca/whon of the HDD/MT alernatNe, HAZEN continued evaluation of
alternatives which would allow for Me M/mMation of NO m-water cOftMam, and they save tlme,
cost snot P.M. Impact. As of the date of this Amendmeml, HAZEN believes More i. a feasible
aharnadve which could remove Me in -wens, cofard�m while Providing a similar risk Profile to the
HDDANT alternative. This adernatNe Involves Me installation of a conductor casing via mom
eaditional methods for the HOD installation within Me 5' wide enf. Conductor casings have
traditionally been installed vla either push-rn ar pneumatic MPe nmminp mafhns., both al which
ens incep.bl. of being installed ettwatody and either Incapable of being installed in Ilmeefone or
meapeMe of being installed without rink of grouts seHlsmant The Prepesed, novel shimative
mUhads for conductor ca.mg Mategatlon an envisioned to be either RMractl Mlcmfunrsling
w Auger Boring with an On Target System and Supplemental Guidance, Win of which would be
umi-dhectlonal installations avoiding fat need for a cons cah pit
Due to the cnbcality of Mia easel, Me CITY has requaam0 that Hazen antl Sawyer (HZgN) ome it a
Proposal for engineering "naces W aunt w th a Me -shop desigl buid Procurement of a Design -Build Fifth
(OBF). This wd include pnpareMn of a Design CrM1arla Package for Me detailed design and CorubuMarr
of replacement of the apposimetely 3,' 25 LF of Some main between Pump Station No. 2 on Star found
easiwael to the tentinl8 point in 10e $bath on Mmmi Beach The engineering services impossed irWuOa
dale oWimctbn, development of the Step t Requaat for Qualifications (RFO) documents Along adm Me Step
2 Request for proposals (RFP) Design Cristo, Peckega doeumenb. This Serum Order will result in the
Design Crama Package that the CITY wh use in p atumment of a OBF to replace Me force main dombled
In herein The smite older w fl require HAZEN to prwke engineering services needed M deliver me
following mews
Took 1 - CoandlnMlon Meeting. all Data Review Met indwee Ma project inibabon meetkg and
monthly progress meetings with CITY Ste in addition to reviewing Posting rolumbi
Tact 2-PormlBing Wit tuneee applIcal Wn for appicaMs parmas modessil AS construction data
popo feci mprowmenm and denbhcabon of permis W the Accused by me Design -Build Finn
• Took 3 - Dcaign Crdena Package IMP) shall include preparation of a OCP met meets the
mqusemenm of Fleda Statute 287.055 and will ndude wFoent detail and perfomanca-based
e.MerM so thel Design Build Fnms (OBF) can provide a complain Proposal forreem all eva noon
by Me CITY. HAZEN wll provide procurement assistance W the CITY as requested. HAZEN will
III s Pap 3 of13
1660 of 3458
Hazen
also serve in the capacity of Design Criteria Professional and provide services during detailed
design of the force main.
• Task 4 - Procurement Assistance that includes assisting the CITY during the procurement and
selection of a DBE Services will include: preparation of solicitation documents for DBF pre-
qualiLwtion, review of submitted Statements of Qualifications and Proposals, attendance at pre -
proposal, pre -bid and selection committee meetings, timely responses to inquiries by prospective
bidders, and service as the technical advisor to the CITY during the review of the proposals.
• Task 5- Services During Design shall include review of the Design -Build Firm's design submittal
and clarifications of the Design Criteria Package during the design phase of the project
This proposal includes the use of Olin Hydrographic Solutions, Inc. to provide ancillary services related to
permitting. It is requested they be added to Schedule C Approved Subconsultants for RFQ No. 2022-
122-ND.
SCOPE OF SERVICES AND DELIVERABLES
HAZEN will provide professional engineering services to the CITY as described below.
Task 3 - Desion Criteria Package
Task 3.1 - Gootechnical Investigation
HAZEN shall employ the services of a professional geotechnical engineer in the State of Florida
(GEOTECHNICAL SUBCONSULTANT) to perform geotechnical analyses of the proposed improvement
areas. Locations of proposed geotechnical borings are shown in attached Figure 2. GEOTECHNICAL
SUBCONSULTANT shall perform a geotechnicel investigation as follows.
• Exist ria Utility Local GEOTECHNICAL SUBCONSULTANT shall perform underground utility
clearance through Sunshine State One Call of Florida.
• Borings. The eight (8) project borings shall be standard penetration test (SPT) borings per ASTM
0-1586 to the depths indicated below. Layout of soll borings in the field and mobilization of drill rig,
barge and crew to the project site is included. Bortngs shall be offset 25-ft from proposed pipe
alignment, where feasible.
Three (3) Land Borings
• B-1 and B-8: to a depth of 50-11 below grade
• B-7: to a depth of 70-ft below grade
• Five (5) Water Borngs
B-2 and B-3: to a depth of 90.k below bay bottom and
B-6: to a depth of 70-ft below bay bottom
84 and B-5'. to a depth of 80-ft below bay bottom
• Permits and Maintenance of Traffic (MOT): GEOTECHNICAL SUBCONSULTANT shall utilize
traffic barricades, cones, and flaggers to the extent necessary, and required. MOT and Rights -of -
Way Permits, where necessary, are the responsibility of the GEOTECHNICAL SUBCONSULTANT.
HAZEN will acquire resource permits for the water borings (i.e., USACE, FDEP, MDC DERM).
• Asphalt Cores: GEOTECHNICAL SUBCONSULTANT shall collect asphalt cores at location of any
borings performed within the roadway.
• Patching: All borings shall be sealed with grouting upon completion. If borings penetrate pavement
sections, pavement shall be patched as acceptable to FDOT.
2I5J2024
Page 4 of 13
1661 of 3458
Hazen
Soils Parameters and Laboratory Testing: Collect soil samples from the lest boring locations.
Visually classify soil samples using the Unified Soil Classification System (USCS) in general
accordance with the ASTM D-2488. Selected soil samples will be tested for index properties to aid
in the classification for engineering purposes (ASTM 0-2487). The following information shall be
provided by GEOTECHNICAL SUBCONSULTANT for each distinct soil type encountered in the
soil bonngs
• Organic Content Analysis
• Moisture Content
• Grain Size Analysis for granular soils
• Repo . GEOTECHNICAL SUBCONSULTANT shall prepare and provide a written geotechnical
report containing as a minimum the following items:
• Overall site map showing the locations of soil borings.
• Overall site and surface conditions.
• Ground water level elevations (including seasonal fluctuation).
• Results of field exploration and soil laboratory testing.
• Soil borings profiles showing soil identifications, depth, groundwater, and standard penetration
"N-values", and soil description.
• Soil classification per United Soil Classification System (USCS).
• Recommendations for pipeline bedding, backfill and compaction.
• Recommendations for groundwater control during pipeline trenching.
Engineering recommendations for the following parameters: USCS, unit weight, dry unit weight,
shear modulus, cohesion and internal friction angle, soil bearing capacity, and unconfined
compressive strength.
it is anticipated that trenches up to 10-feet deep will be needed for construction of new
underground piping and manholes. Provide the following relative to trenching:
Permissible excavation slopes;
Sheeting and staring recommendations;
Suitability of excavated material for use as fill or backfill.
• Locations and descriptions of any existing fill or potentially deleterious materials encountered
that may interfere with construction progress or structure performance.
• General considerations for temporary excavations as related to Occupational Safety and
Health Administration regulations.
Task 3.2 Surveys and Underground Utilities Locates
HAZEN will employ the services of a Certified Land Surveyor in the State of Florida (SURVEYOR
SUBCONSULTANT) to perform the required topographic, bathymelric and benthic surveys necessary to
complete design of the Design Criteria Package. The base map created will be used to generate plan and
profile drawings for the subject project. SURVEYOR SUBCONSULTANT will perform topographic,
bathymetric and benthic surveying and locate utilities at the areas of work. The survey shall include the
following:
• Code Reautrements: The survey will meet the current surveying requirements of the Board of
2/15/2024
Page 5 of 13
1662 of 3458
Professional Surveyors and Mappers of the State of Florida, as defined in Chapter SJ-17 050 -
.052, Florida Administrative Code.
• Extent of ymev: The survey shall identify right-of-way lines, property lines and platted easements
within the survey area identified. Survey shall extend 10 feel uumide the right-of-way unless
specifically indicated elsewhere (where accessible, as permitted by the adjacent property owners,
and can be done safely by the Survey crew in the field).
• Property Lines: SURVEYOR SUBCONSULTANT shall conduct deed research to identify property
ownership along the survey limits and show property lines and property owners' addresses on the
drawings for all adjacent properties. Owners shall be identified by deed book and page number.
• Easements: SURVEYOR SUBCONSULTANT shall identify existing easements within the survey
area that appear on a recorded plat.
• Title Searches: SURVEY SUBCONSULTANT shall contract with a title company to provide a title
search of the below properties located within the survey limits. Intonnationleasements shall be
added to the survey drawings.
• 33 Star Island, Miami Beach, FL 33139
34 Star Island, Miami Beach, FL 33139
• Abovearound Improvements: SURVEYOR SUBCONSULTANT shall locate aboveground and
visible improvements, including pavement, pavement markings, slabs, fences, signs, overhead
wires, water meters, valve boxes, cleanouts, handholes, markers, utility poles, trees, manhole
covers, and other utility features within the limits of the survey. In littoral areas the mean high water
level and riparian lines, shoreline vegetation, embankment caps and seawalls, rip rep, drainage
outtalls, etc. shall also be located_
• Manholes and Accessible Underground Piping: Manhole covers, rims, pipe inverts, and pipe sizes
shall be measured on sanitary and drainage structures found within the survey limits, if accessible
and physically unobstructed, otherwise they will be noted on the drawing. In addition, top of nut
(TON) elevations for all water valves shall be measured.
• Tree Survey: Existing Vees, six (6) inches in diameter and above, at four (4) feet above ground,
shall be located and identified with diameter and common name. Each free shall be assigned a
unique tree identification number.
• Topographic Points: Elevations cross sections shall be taken at 50-8 intervals along roadways -
Maintenance of traffic to be provided as required for data collection. Areas outside of roadway right-
of-way shall include spot elevations on a 50-8 grid, though include interim changes in grade.
• Honzadal Datum anti Vertical Datum: Horizontal datum shall be North American Datum of 1983
(NAD 83199), Florida State Plane Coordinate System, Florida East Zone, scaled to ground. Vertical
datum shall be relative to National American Vertical Datum of
1988 (NAVD88), and based on National Geodetic Sunray (NGS), or FDOT benchmarks. One sheet
of the SURVEYOR SUBCONSULTANT's drawings shall include a graphic that illustrates
conversion from NGVD29 to NAVD88.
• Coordination with Available Information and Hazen Client: SURVEYOR SUBCONSULTANT shall
coordinate with the CITY, and integrate available information in CITY GIS databases for water,
storm water, sewer and record available record drawings to mark utilities.
• Benchmarks: SURVEYOR SUBCONSULTANT shall provide at least three (3) semi -permanent
survey control and benchmarks along the project corridor, one in Star Island right-of-way, one on
the Star Island seawall and one on Miami Beach on the 10- Street seawall. Elevations shall be tied
2/1512024
Page 6 of 13
1663 of 3458
Hazen
to at least two (2) National Geodetic Survey (NGS) Benchmarks located on or near the project site.
• Baselines: Survey baseline shall approximate the renter of the right-of-way when possible.
Baselines shall increase in stationing. The value starling station shall be chosen in such a manner
as to guard against the likelihood of neyati.a stationing in the event that the project is extender
down -station. Suggested beginning stations are 50.00 for primary baselines.
• Statement of Accuracy: Included with the survey deliverables shall be a statement of accuracy
indicating the dates of collection, surveyor name and license number, coordinate systems used,
benchmarks referenced, and degree of accuracy achieved (e.g., H- ft) in the horizontal and vertical
planes.
• Subsurface Utility Erwineerino. Subsurface utility investigation shall be performed by SURVEYOR
SUBCONSULTANT to determine approximate location of existing underground utilities at potential
utility crossings. Subsurface utility investigation shall include the following:
• Perform horizontal locations of existing conductive utilities using electromagnetic induction and
ground penetrating radar techniques. Work shall be performed to Quality Level B standards in
accordance with Cl/ASCE 38-02.
• Mark selected targets an the ground surface using American Public Works Association (APWA)
color marking standards.
• Request a design ticket through Sunshine One Call of Florida.
• Coordinate with utility owners and review and/or obtain available documentation as it relates
to the project.
• Underground utilities shall be provided in a separate CAD rile.
• Vacuum Excavation and Location: SURVEYOR SUBCONSULTANT to perform underground utility
locations to verify through vacuum excavation the horizontal and vertical position of existing
underground utilities. SURVEYOR SUBCONSULTANT shall subcontract to perform underground
utility location to verify through vacuum excavation the horizontal and vertical position of existing
underground utilities at the locations selected by HAZEN (to be determined). Utility locates shall be
requested through Sunshine One Call of Florida. Work shall be performed to Quality Level A
standards in accordance with Cl/ASCE 38-02. SURVEYOR SUBCONSULTANT shall submit a
report indicating the underground utility horizontal location, the depth, lay direction, diameter and
the material for each pot hole. SURVEYOR SUBCONSULTANT shall include the location of each
pothole on the final survey. Compensation for vacuum excavation, report, and location on the
survey inclusive of travel costs, MOT costs and other direct costs for each pothole shall paid on a
per pothole basis, and also based on hard surface or soft surface excavation, and shall be on a
not -to exceed basis.
• The basis for the not -to -exceed proposal shall be 10 hard surface excavations and 10 soft
surface excavations.
• Survey Limits and Special Requirements: The approximate survey limits are provided in attached
Figure 2. Additional description for corridor to be surveyed is provided below;
• The full width of the rights -of -way and Miami Beach property on Star Island (approx. 200-ft)
adjacent the Miami Beach Water Tower as shown in Figure 2.
• A 40-fl wide area centered on the property line between two properties: 33 Star Island and 34
Star Island, Miami Beach, FL 33139. An existing 5-ft FDOT easement exists along these
property lines, approximately 400-11 in length.
• Bathymetric and Benthic Surveys: A 50-ft wide corridor of Biscayne Bay centered along the
proposed pipe alignment as shown in Figure 2. The bathymetric survey shall include profiles
2/15/7024
Page 7 of 13
1664 of 3458
Hazen
lines taken to accurately map the bay bottom and sea floor. The benthic survey shall accurately
map resources within the project corridor.
The full width of the right-of-way along 10th Street between the seawall and Alton Road as
shown in Figure 2
Magnetometer or Acoustic Pinger Locate of Submerged Lim: a submerged utility surrey
or solemfc sub -bottom profiler survey to documard the erect position of the subaqueous
FM between Star Island and 10th Street in Miami Beach, utilizing an underwater acoustic
pfnger or magnetometer to accurately survey the position of the pipeline on the bay
bottom.
• Survey Deliverables: SURVEY SUBCONSULTANT shall provide three (3) electronic deliverables
to HAZEN following cdlectbn of Feld data -a Point Database, CADD Survey Drawing, and a CADD
Surface TIN or Model. These files must be maintained and delivered throughout the project as work
is requested. Drawing methods and layering must conform to Hazen and Sawyer standards as
provided within or as indicated within the attached "Survey_Seed.dwg' provided to the Surveyor by
Hazen and Sawyer. In addition, signed and sealed survey drawings shall be provided as indicated
below.
• Point Database: SURVEY SUBCONSULTANT shall provide all spot elevations in a
spreadsheet (i.e. Microsoft Excel) in comma or tab delimited (spaced) format in PNEZD
arrangement (Point Number, Northing, Easting, Elevation, Description). These software file
extensions may vary from .l .xis, or .csv.
• CADD Survev, Drawing: The Survey Drawing shall be provided in a separate AutoDesk
(AutoCAD) drawing file (.dwg) including all planimetnc data and generated topographic
contours. All CADD drawings to be provided to Hazen and Sawyer shall be drawn on the layer
system as indicated in the 'SURVEV SEED.dwg" provided with this document. A list of these
layers, descriptions, lineweights, types, and colors can be provided upon request. Topographic
information for interval contours and index contours shall be drawn using two dimensional (2D)
polylines having a fixed elevation equal to the contour elevation and a thickness of zero (0).
The contours shall be drawn on appropriate layers for interval or index contours as a single
confinuous 20 polyl'me for each elevation. In any case, three dimensional (3D) polylines are
not acceptable.
• CADD Surface TIN or Model: A Surface Model shall be created and provided by the SURVEY
SUBCONSTULANT from ground elevation shots in the specified horizontal and vertical datum
and modified by surveyor placed breaklines and boundaries as part of the surveyors normal
beat practices for creating topographic contours.
• Record Survey Dmwinos. One (1) electronic copy of signed and sealed survey drawings shall
be provided, including the name and license number of the surveyor, name and address of the
survey ten, date of survey, datum referenced, statement of accuracy, and all other information
as required by the State of Florida -
Task 3.3 - Design Criteria Package Documents
HAZEN will prepare:
• A Draft DCP,
• A 100% DCP,
• A Final Bid/RFO DCP that meet the requirements of Florida Statute 287.055
HAZEN will serve as the Design Criteria Professional as defined in Section 287.055(2)(k) of the Florida
Statutes for the force main replacement. The DCP will include pedormance-based criteria as described
Wow:
2/15/2024
Page 8 of 13
1665 of 3458
Hazen
• Project Description.
• Project scope, limits and definition
• Operational condition (flow and pressure) for the existing force main and existing network
• Preliminary by-pass requirements, if necessary
Establishment of connection points for existing facilities
• Identification of right-of-way and easement requirements.
• Relevant information from the Geotechnical Report
• HAZEN shall provide topographic, bathymetric and henthic survey by a Florida Registered
Surveyor to locate all above ground and underground features, and any additional data required
for the completion of the design, permitting, and construction of the project.
• The DCP shall include conceptual plans that illustrate the proposed force main replacement. The
centerline of the pipe shall be stationed.
• Documentation provided by the CITY on existing underground utilities within the vicinity of the
proposed piping improvements will be incorporated into the DCP.
• Criteria for utility locating, permits, and utility connections.
• General performance -based specifications that identify the minimum requirements forexecution of
the work. It is anticipated that the standard front-end documents generated by the Procurement
Department will be provided by the CITY. It is also anticipated that the CITY Public Works Manual
will be incorporated by reference Into the DCP. The specifications shall address the following:
• Pipeline size
• Material specifications
• Excavation and backfill requirements
• Minimum cover requirements
• Isolation valve requirements
• Air release valve requirements
Staging areas
• Construction sequence restrictlons
Site usage
• Trenchless technology specifications
Shaft design criteria
Conductor casing installation design criteria
• Settlement monitoring
• Site maintenance
• Provisions for temporary utilities, as applicable
• Requirements for Maintenance of Traffic
• Restoration requirements
• Permitting requirements for permits obtained by the DBF
• Erosion and sedimentation control
• Guidance on directional drill entry points and exit points to minimize disruptions to area residents
and businesses, if needed.
• Guidance on conductor casing installation and extents
• Requirements for production of contract drawings, including progress document sets at the 60%,
90%, and 100 % design completion stages_
• Requirements for construction services performed by a Design Build Professional, including shop
drawing review, RFI disposition, and provision of record drawings.
• Requirements for responsibility of all permits not obtained by HAZEN.
• Project Schedule
• Opinion of Probable Cost
• HAZEN will provide a Class 5 estimate of probable construction cost in accordance with
American Association of Cost Engineering (AACE) International Recommended Practice 56R-
08 Cost Estimate Classification System —As Applied for the Building and General Construction
Industries. Class 5 estimates will be provided at both the Draft DCP and 100 % DCP stages.
2/15/2024
Page 9 of 13
1666 of 3458
Hazen
In providing opinions of cost, financial analyses, economic feasibility projections, and
schedules for the project, HAZEN has no control over cost or price of labor and materials;
unknown or latent conditions of existing equipment or structures that may affect operation or
maintenance costs; competitive bidding procedures and market conditions; time or quality of
performance by operating personnel or third parties; and other economic ana operational
factors that may materially affect the ultimate project cost or schedule. Therefore, HAZEN
makes no warranty that the CITY's actual project costs, financial aspects. economic feasibility,
or schedules will not vary from HAZEN's opinions, analyses, projections, or estimates.
At each submittal stage, HAZEN shall submit the plans and specifications for CITY review.
The Draft DCP will be submitted to the CITY for review and comment. It is anticipated the CITY will complete
its review of the Draft DCP within 10 working days of receipt of the submittal package. HAZEN will attend
one (1) virtual meeting with CITY representatives to receive their design input, which will be incorporated
Into the 100% DCP. HAZEN shall prepare the agenda and submit meeting minutes to the CITY.
The 100% DCP will be submitted to the CITY for review and comment. It is anticipated the CITY will
complete its review of the 100% DCP within 10 working days of receipt of the submittal package. HAZEN
will attend one (1) virtual meeting with CITY representatives to receive their design input, which will be
incorporated into the Final Bid/RFO DCP. HAZEN shall prepare the agenda and submit meeting minutes
to the CITY.
Task 3.4 - Risk Analysis, Constructability, Review and Alternatives Analysis
HAZEN performed an extensive risk analysis and constructability rewew of the "Alternative 1A"
HDD approach as recommended In the original BODR. HAZEN performed detailed internal
research to evaluate the constructabliffy of the originally recommended approach, including
several meetings with the CITY to address risk mitigation measures and the City's risk tolerance
for the planned approach. This included a risk analysis and ultimately the preparation of a Risk
Register, which summarized and quantified the risks and potential mitigation measures
associated with the original approach.
Following the CITY's decision to abandon the "Alternative fA"HDD approach, HAZEN performed
a brief constructability review of the "HDD/MTAltemative"as originally evaluated in the BODR.
The CITY also requested that HAZEN prepare an up-to-date Class 5 estimate of probable
consbuction cost for this a/temative.
Lastly, concurrent with and following the above reviews, HAZEN continued to perform extensive
aftematives analyses in order to review potential novel approaches for the pipe installation while
meeting all of the design constraints. This review was deemed successful as two possible
installation methods were found which could be utilized in novel ways to avoid the need for the in -
water cofferdam.
Task 3 Deliverables:
• Geotechnical Engineering Report: (1) electronic copy, signed and sealed,
• Topographic, Balhymetdc and Benthic Survey: (1) electronic copy, signed and sealed.
• Draft DCP(1) electronic copy of DCP plans and specifications, (1) electronic copy of Class 5 cost
estimate.
• 100% DCP: (1) electronic copy of DCP plans and specifications, (1) electronic copy of Class 5 cost
estimate.
• Final Bid/RFP DCP: (1) electronic copy of DCP plans and specifications.
• "Alternative fA"HOD Approach Risk Register-, (1) electronic copy-
• "HOD/MT Alternative" OPCC: (1) electrordc copy of class 5 cost estimate.
Page 10 of 13
2/152024
1667 of 3458
Hazen
ASSUMPTIONS
This scope of services is based on the following assumptions:
i. This scope is based on proceeding with the HDD with Bored Conductor Casing Approach HDD
pouits-.�.:..,....a-.lr" as indicated in the AECOM Basis of Design Report titled 'Star Island 16-inch
Force Main Subaqueous Crossing", dated May 25, 2022. Should the CITY choose to modify the
selected alignment, Hazen reserves the right to seek an amendment to this service order based on
work completed to dale relative to the change in scope.
2. The CITY will provide HAZEN with the CAD and drawing files prepared by AECOM during the Basin of
Design Report stage, as well as available utility as-builts.
3. The CITY will assist in providing access to the easement area on Star Island; access will be required
by both the SURVEY SUBCONSULTANT and the GEOTECHNICAL SUBCONSULTANT. Site visits
for this work will require the presence of CITY personnel.
4. The CITY will provide available information and record drawings for the existing water, sewer and storm
drainage along the project corridor, as well as any other pertinent data requested by HAZEN.
5. Record drawings for the Star Island and I O' Street rights -of -way, roadways, seawalls, etc. will be made
available to HAZEN.
6. The CITY will provide HAZEN with the RFO and RFP documents for their most recent Design -Build
project in order to Facilitate conformance with CITY standards.
7. The CITY acknowledges that HAZEN's analysis is based on information made available at the time of
this Service Order and data gathered during site visits and meetings.
8. The CITY will provide all requested information within a reasonable timeframe. It is assumed that all
information provided by the CITY is complete and accurate. Additionally, the CITY agrees to work with
HAZEN to ensure compliance with the proposed schedule.
9- The final alignment of the proposed pipeline is achievable within the surveyed area. If a fatal conflict
exists that HAZEN was not aware of at the time of scope development, then additional survey may be
required.
10. A cursory search was completed for contaminated sites within the vicinity of the project area on the
FDEP Contamination Locator Map. Contaminated sites were not identified in the project area. It is
assumed that contaminated sites are not located within the vicinity of the project area that would require
a dewalering plan, hazardous material management planning, coordination with FDEP or DERM, or
other associated requirements.
11. Amendment 1 does not reflect any changes to Task 1, Coordination Meetings and Data Review
(other than subconsu/tanf increases); Task 2, Permitting; Task 4, Procurement Assistance; or
Task 5, Services During Design. Required modifications to these tasks may become apparent
during performance of detailed design. E.g., the construction duration may be shortened or
lengthened based on recent changes to the project scope.
12. Amendment 1 is based on information available as of 7/29/25. New information (e.g., the 34 Star
Island Drive project) may require adjustments to the planned approach.
2/ 5/2024
Page 11 of 13
1668 of 3458
Figure 2: Star Island FM Replacement Survey and Geotechnical Extents
The proposed performance schedule is detailed in Appendix A - Performance Schedule. The Notice to
proceed (NTP) defines the official commencement of the HAZEN's contract The schedule presented in
Appendix A assumes receipt of NTP on March 1, 2024, though Incorporates the project delay
stemming from gootechnicat permit Issuance aft" with the risk analysis, conshuchibility review
and alternatives analysis.
METHOD OF COMPENSATION
The compensation for engmewmg services provided under this task order am summarized below.
Task
Compam tion
TypTask
Original Fee
Amended Fee
1- Coordination Meetings
and Data Review
Lump Sum
$325,345
$335,645
$81,802
Task 2-Permitting
Lump Sum
$81,602
Task 3- Design Creeds Package
Lumps Sum
$107,556
$186,599
Task 4- ProcummerN Assistance
Lump Sum
$81,300
$81,300
Task 5 - Services During Design
Lump Sum
341,059
$41,059
Reimbursable Expenses
!i Allowance
$3,000
$A000
Project Total
$039,894
$729,405
2/15/2024
Page 12 of 13
1669 of 3458
Hazen
W-190' shall perform the seriGeG in this scope of ReW Gas for a lump sum fee oft6lia'asit
ae6-lrave4 4ecef-$E39,964 The changes in scope ou8ined in
Amendment 1 of Service Order No. 33 result in an increase to the engineering fee of $89,541. Travel
related expenses are an allowance sel aside by the CITY and shall only include actual travel related
expenditures made by HAZEN s project team members from outside the tn-county area in the interest of
the project. Justification for travel would include necessary site visits by HDD experts. Travel reimbursement
will be in accordance with the City's travel policy 00.20.01 "Travel on City Business." HAZEN will provide
the CITY an invoice on a monthly basis. The invoice shall be consistent with the schedule of values and
shall include a brief description of the work invoiced. The breakdown of fees per task is detailed in Appendix
B - Fee Estimate.
Authonaticn
7
Jayson Page, PE
Vice President
2/152024
Page 13 of 13
1670 of 3458
Appendix A
Performance Schedule
1671 of 3458
]' |
HN
!!`!
!
\..mA It,o.\/
!,
, � � •, � !
eelpCaGReeH,Q22;Qn9,
Re;uRo9a GR2lRRRlRHR�
|
|\
;
.!
\
1672 of 3458
�t
]la
1A1111 Ati
I
I
{{
5qyg y
3i(llC�tyl¢.
{
e
]• II
;f
� 5
1
`iJl'I
5
t3yZiYY
SCi
i
4
I
1673 of 3458
Appendix B
Fee Estimate
1674 of 3458
1675 of 3458