HomeMy WebLinkAboutResolution 2025-33998RESOLUTION NO. 2025-33998
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, APPROVING ENGINEERING AND CONSULTING
SERVICES FOR THE LA GORCE AND LAKEVIEW WATER & SEWER
IMPROVEMENTS PROJECT, PURSUANT TO REQUEST FOR
QUALIFICATIONS (RFQ) 2022.122-ND FOR ENGINEERING SERVICES FOR
WATER AND WASTEWATER SYSTEM PROJECTS BETWEEN THE CITY AND
CHA CONSULTING, INC. (FORMERLY KNOWN AS A&P CONSULTING
TRANSPORTATION ENGINEERS CORP.); AND FURTHER, AUTHORIZING A
SERVICE ORDER FOR THE FOLLOWING ENGINEERING AND CONSULTING
SERVICES REQUIRED TO COMPLETE THE DESIGN AND POST -DESIGN
SERVICES FOR SAID PROJECT, FOR A TOTAL PROJECT COST NOT TO
EXCEED THE AMOUNT OF $2,361,425.83: (1) DESIGN OF NEW SANITARY
SEWER SYSTEMS, WATER DISTRIBUTION SYSTEMS, AND A FORCE MAIN
CONNECTING TO FUTURE SANITARY SEWER PUMP STATION 16 IN THE
AMOUNT NOT TO EXCEED $1,747,950.84 BY CHA CONSULTING, INC.; (2)
SPECIALIZED ENVIRONMENTAL ASSESSMENTS IN THE AMOUNT NOT TO
EXCEED $42,407.18 BY NOVA CONSULTING, INC., AS A SUBCONTRACTOR;
(3) TOPOGRAPHIC SURVEY SERVICES AND AERIAL LIDAR MAPPING IN
THE AMOUNT NOT TO EXCEED $312,505.86 BY WGI, INC., AS A
SUBCONTRACTOR; (4) GEOTECHNICAL INVESTIGATION AND REPORTING
IN THE AMOUNT NOT TO EXCEED $30,293.46 BY GEOSOL, INC., AS A
SUBCONTRACTOR; (5) SUBSURFACE UTILITY ENGINEERING SERVICES
(INCLUDING THIRTY SOFT DIGS) IN THE AMOUNT NOT TO EXCEED
$28,499.79 BY LONGITUDE SURVEYORS, LLC, AS A SUBCONTRACTOR;
AND (6) ENGINEERING DESIGN SUPPORT SERVICES FOR THE WATER
DISTRIBUTION SYSTEM COMPONENT IN THE AMOUNT NOT TO EXCEED
$199,768.70 BY DELTA CONSULTING, INC., AS A SUBCONTRACTOR.
WHEREAS, on June 22, 2022, the Mayor and City Commission authorized the
Administration to enter into negotiations with Hazen and Sawyer, PC. ("Hazen") and A&P
Consulting Transportation Engineers Corp. ("A&P") pursuant to Request for Proposals (RFQ) No.
2022-122-ND for Engineering Services for Water and Wastewater Projects; and
WHEREAS, on February 8, 2023, the City and A&P entered into an agreement (the
"Agreement") having an initial term of three (3) years, with two (2) one-year renewal terms; and
WHEREAS, on April 28. 2023, the City Commission approved a request for approval of
routine renewals, service orders, change orders, or contract amendments for City -awarded
contracts, including the assignment of the Agreement from A&P to CHA Consulting, Inc. ("CHA"),
following acquisition of A&P by CHA in February 2021, thereby assigning the rights, titles,
interests, and obligations of A&P pursuant to the Agreement to CHA; and
WHEREAS, the subject service order involves the design, permitting, and post -design
services necessary for a new sanitary sewer gravity main and a new water distribution system in
the La Gorce and Lakeview neighborhoods, along with a new sanitary sewer force main to
connect to the future Sanitary Sewer Pump Station 16 ("SSPS 16"), and
WHEREAS, the La Gorce and Lakeview Water & Sewer Improvements Project (the
"Project") is a priority infrastructure initiative aimed at addressing the aging and insufficient utility
infrastructure in the La Gorce and Lakeview neighborhoods; and
WHEREAS, the Project's goal is to design the replacement of outdated sewer
infrastructure and relocate it from backyard residential easements to the public right-of-way,
ensuring safety, reliability, and reducing the impact on residences during future maintenance and
repairs; and
WHEREAS, the City has conducted several citywide studies to identify necessary
improvements throughout its infrastructure; and
WHEREAS, this Project area is recognized in the City of Miami Beach Sewer System
Master Plan as project 5-04, evaluated as the highest priority for Gravity Main replacements; and
WHEREAS, additionally, the City of Miami Beach Water System Master Plan indicates
that the water infrastructure in this area has a high probability of failure (POF), based on a
composite score of remaining useful life and historical water break data; and
WHEREAS, the Sewer Force Main component is essential for the discharge of the future
SSPS 16, which will collect Sewer Gravity flows from the Lake View Subdivision and the south
section of North Bay Road in the Project area; and
WHEREAS, CHA provided a proposal, attached to the City Commission Memorandum
accompanying this Resolution as Attachment A, to conduct data gathering, prepare design
drawings, develop specifications, obtain permits, and offer post -design support services in the
total not -to -exceed amount of $2,361,425.83, to be completed under Agreement 2022-122-ND for
Engineering Services for Water and Wastewater System Projects; and
WHEREAS, upon completion, the Project will enhance water and sewer services in the
La Gorce and Lakeview neighborhoods; and
WHEREAS, this investment will improve system reliability, enhance public health and
safety, ensure compatibility with future sewer infrastructure, and support future growth; and
WHEREAS, accordingly, the Administration recommends that the Mayor and City
Commission authorize the service order for design and post -design services for the Project in the
not to exceed amount of $2,361,425.83.
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 engineering and consulting services for the La Gorce and lakeview Water &
Sewer Improvements Project, pursuant to Request for Qualifications (RFO) 2022-122-ND for
Engineering Services for Water and Wastewater System Projects between the City and CHA
Consulting, Inc. (formerly known asA&P Consulting Transportation Engineers Corp.); and further,
authorize a service order for the following engineering and consulting services required to
complete the design and post -design services for said project, for a total project cost not to exceed
the amount of $2.361,425.83: (1) design of new sanitary sewer systems, water distribution
systems, and a force main connecting to future Sanitary Sewer Pump Station 16 in the amount
not to exceed $1,747,950.84 by CHA Consulting, Inc.; (2) specialized environmental assessments
in the amount not to exceed $42,407.18 by Nova Consulting, Inc., as a subcontractor; (3)
topographic survey services and aerial lidar mapping in the amount not to exceed $312,505.86
by WGI, Inc., as a subcontractor; (4) geotechnical investigation and reporting in the amount not
to exceed $30,293.46 by Geosol, Inc., as a subcontractor; (5) subsurface utility engineering
services (including thirty soft digs) in the amount not to exceed $28,499.79 by Longitude
Surveyors, LLC, as a subcontractor; and (6) engineering design support services for the water
distribution system component in the amount not to exceed $199,768.70 by Delta Consulting,
Inc., as a subcontractor.
PASSED and ADOPTED this 17 day of 1)"mbei(I 2025.
ATTEST:
/ DEC 2 2 2025
E. Granado, City Clerk
's .'N�CR?�OFAEC; 5
Steven Meiner, Mayor
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
7olme)ayc6
City AA om��ey ��P Date
Resolutions - C7 Al
MIAMI BEACH
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 ENGINEERING AND CONSULTING
SERVICES FOR THE LA GORCE AND LAKEVIEW WATER & SEWER
IMPROVEMENTS PROJECT, PURSUANT TO REQUEST FOR QUALIFICATIONS
(RFQ) 2022-122-ND FOR ENGINEERING SERVICES FOR WATER AND
WASTEWATER SYSTEM PROJECTS BETWEEN THE CITY AND CHA
CONSULTING, INC. (FORMERLY KNOWN AS A&P CONSULTING
TRANSPORTATION ENGINEERS CORP.); AND FURTHER, AUTHORIZING A
SERVICE ORDER FOR THE FOLLOWING ENGINEERING AND CONSULTING
SERVICES REQUIRED TO COMPLETE THE DESIGN AND POST -DESIGN
SERVICES FOR SAID PROJECT, FOR A TOTAL PROJECT COST NOT TO
EXCEED THE AMOUNT OF $2,361,425.83: (1) DESIGN OF NEW SANITARY
SEWER SYSTEMS, WATER DISTRIBUTION SYSTEMS, AND A FORCE MAIN
CONNECTING TO FUTURE SANITARY SEWER PUMP STATION 16 IN THE
AMOUNT NOT TO EXCEED $1,747,950.84 BY CHA CONSULTING, INC.; (2)
SPECIALIZED ENVIRONMENTAL ASSESSMENTS IN THE AMOUNT NOT TO
EXCEED $42,407.18 BY NOVA CONSULTING, INC., AS A SUBCONTRACTOR; (3)
TOPOGRAPHIC SURVEY SERVICES AND AERIAL LIDAR MAPPING IN THE
AMOUNT NOT TO EXCEED $312,505.86 BY WGI, INC., AS A SUBCONTRACTOR;
(4) GEOTECHNICAL INVESTIGATION AND REPORTING IN THE AMOUNT NOT
TO EXCEED $30,293.46 BY GEOSOL, INC., AS A SUBCONTRACTOR; (5)
SUBSURFACE UTILITY ENGINEERING SERVICES (INCLUDING THIRTY SOFT
DIGS) IN THE AMOUNT NOT TO EXCEED $28,499.79 BY LONGITUDE
SURVEYORS, LLC, AS A SUBCONTRACTOR; AND (6) ENGINEERING DESIGN
SUPPORT SERVICES FOR THE WATER DISTRIBUTION SYSTEM COMPONENT
IN THE AMOUNT NOT TO EXCEED $199,768.70 BY DELTA CONSULTING, INC.,
AS A SUBCONTRACTOR.
The Administration recommends approving the Resolution_
On June 22, 2022, the Mayor and City Commission ("City Commission") authorized the
Administration to enter into negotiations with Hazen and Sawyer, P.C. ("Hazen") and A&P
Consulting Transportation Engineers Corp. ("A&P") pursuant to Request for Proposals (RFQ) No.
2022-122-ND for Engineering Services for Water and Wastewater Projects.
On February 8, 2023, the City and A&P entered into an agreement (the "Agreement") having an
initial term of three (3) years, with two (2) one-year renewal terms.
On April 28, 2023, the City Commission approved a request for approval of routine renewals,
service orders, change orders, or contract amendments for City -awarded contracts, including the
assignment of the Agreement from A&P to CHA Consulting, Inc. ("CHA"), following acquisition of
1550 of 3458
A&P by CHA in February 2021, thereby assigning the rights, titles, interests, and obligations of
A&P pursuant to the Agreement to CHA.
The subject service order involves the design, permitting, and post -design services necessary for
a new sanitary sewer gravity main and a new water distribution system in the La Gorce and
Lakeview neighborhoods, along with a new sanitary sewer force main to connect to the future
Sanitary Sewer Pump Station 16 ("SSPS 16")
The La Gorce and Lakeview Water & Sewer Improvements Project (the "Project") is a priority
infrastructure initiative aimed at addressing the aging and insufficient utility infrastructure in the
La Gorce and Lakeview neighborhoods.
The Project's goal is to design the replacement of outdated sewer infrastructure and relocate it
from backyard residential easements to the public right-of-way, ensuring safety, reliability, and
reducing the impact on residences during future maintenance and repairs.
The City has conducted several citywide studies to identify necessary improvements throughout
its infrastructure. This Project area is recognized in the City of Miami Beach Sewer System Master
Plan as project area 5-04, evaluated as the highest priority for Gravity Main replacements.
Additionally, the City of Miami Beach Water System Master Plan indicates that the water
infrastructure in this area has a high probability of failure (POF), based on a composite score of
remaining useful life and historical water break data.
The Sewer Force Main component is essential for the discharge of the future SSPS 16, which will
collect Sewer Gravity flows from the Lake View Subdivision and the south section of North Bay
Road in the Project area.
CHA provided a proposal (Attachment A), to conduct data gathering, prepare design drawings,
develop specifications, obtain permits, and offer post -design support services in the total not -to -
exceed amount of $2,361,425.83, to be completed under Agreement 2022-122-ND for
Engineering Services for Water and Wastewater System Projects. Public Works has reviewed
the proposal and finds it fair and reasonable.
Upon completion, the Project will enhance water and sewer services in the La Gorce and
Lakeview neighborhoods.
This investment will improve system reliability, enhance public health and safety, ensure
compatibility with future sewer infrastructure, and support future growth.
Accordingly, the Administration recommends that the Mayor and City Commission authorize the
service order for design and post -design services for the Project in the not to exceed amount of
$2,361.425.83.
FISCAL IMPACT STATEMENT
$2,361,425.83 418-0815-061357-29-418-000-00-00-00-20526 Design -Capital Contracts
The total project budget for design services is $2,361,425.83. This project will provide a cost
estimate for the proposed infrastructure improvements throughout the design phase, with
construction costs estimated at $21,200,000.00.
This project is funded by the City's Operating Funds for Water & Sewer Capital Projects.
Does this Ordinance require a Business Impact Estimate?
1551 of 3458
(FOR ORDINANCES ONLY)
If applicable, the Business Impact Estimate (BIE) was published on:
See BIE at: https:/Iwww.miamibeachfl.gov/city-hall/cityclerkimeeting-notices)
CONCLUSION
The Administration recommends approving the Resolution.
Applicable Area
Middle Beach
Is this a "Residents Right to Know" item, Is this item related to a G.O. Bond
pursuant to City Code Section 2-17? Project?
Yes
No
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 Design Services, La Gorce & Lakeview Water & Sewer Improvements Project. PW
Previous Action (For City Clerk Use Only)
1552 of 3458
- �-,avow
i=iCi�� aft 0 -ai%' •.
City of Miami Beach
Contract No. 22-122-02
ENGINEERING SERVICES FOR
WATER & WASTEWATER SYSTEMS PROJECTS
TWO: La Gorce Water and Sewer Design
1553 of 3458 CHA Consulting
May 21, 2025
Bryan Sevilla, El
Project Engineer
City of Miami Beach
Public Works Department / Infrastructure Division
1700 Convention Center Drive
Miami Beach, FL 33139
RE: Contract No. 22-122-02
Engineering Services for Water and Wastewater System Projects
Task Word Order — La Gorce Water and Sewer Improvements (Revision 1)
Dear Mr. Sevilla,
CHA Consulting, Inc. is pleased to submit this fee proposal to provide engineering services
associated with the water and sewer improvement of the La Gorce Neighborhood.
Project Description: This project includes the design of a new sanitary sewer system to serve La
Gorce Neighborhood Area, including Lake View Subdivision and the sewer system along North Bay
Dr. from Afton Rd. to W 63r° St, as well as a new force main that will connect a future sanitary lift
station (PS X) that will serve the area of La Gorce and Lake View Neighborhoods. The City also
requested the design of a new water distribution system within the project limits. The project scope
assigned to CHA includes the following tasks:
1- Data Gathering/Preparation/Utility Coordination
2- Survey Services
3- Geotechnical Services
4- Contract Document Development (30%, 60%, 90%, Permitting, 100% and Bid Set)
5- Post Design and Construction Support Services
See Scope of Work for more details
We trust this proposal meets with your satisfaction. If you have any questions, please do not hesitate
to contact me at 786-257-3077. Thank you for considering CHA for your engineering services. We
look forward to receipt of a Task Order and working with the City of Miami Beach on this important
project.
Sincerely,
Iso—�/ArnelioAlfP.E.
Project Team Leader
cc: Jay Fink, Andy Scales
8935 NW 35th Lane, Suite 200 1 Doral, FL 331721 T: (305) 592-7283
CHA36B4r1fN39159N
PROJECT SCOPE OF WORK
Protect Background
The City cf Miami Beach has requested CHA to provide professional engineering services to improve
the water and sewer system that serves the La Gorce neighborhood. This project consists of installing
new water mains, a force main, and gravity sewer infrastructure for the subject neighborhood. It also
includes the rear to front conversions of existing gravity sewer laterals for areas where the existing
gravity sewer in backyard easements. The existing water and sewer infrastructure within the bounds
of the project is well past its useful life and does not meet current standards. This project was identified
by the City's 2019 Water and Sewer Master Plan as a critical need. The water and sewer work under
this scope will be split into two basins: the La Gorce North Basin which will include new gravity sewer
infrastructure along N. Bay Rd from the south side of 56'h Street, inclusive of 56' Street, to the
northern end of the island, and the La Gorce South Basin which will include all of North Bay Rd south
of 56' Street, as well as the Lakeview neighborhood, as shown in Attachment A. The project will
include the following tasks:
Sanitary Sewer: 38,775 LF
Basin 15A: Design a new sanitary sewer system along N Bay Rd, from W 560 St to La Gorce
Dr. within Basin 15A. This system will be served by Pump Station Y, located in the intersection
of Alton Rd and W W ST (to be designed by others). Total length of sewer of this system is
13,611 LF.
Basin 15B: Design a new sanitary sewer system for Lakeview subdivision, from Lakeview Dr
to W 5151 ST. and along N Bay Rd, from Alton Rd to W W St within Basin 15B. This system
will be served by Pump Station X, located in the intersection of Alton Rd and W 51" ST (to be
designed by others). Total length of sewer of this system is 25,164 LF.
Water Distribution: 26,086 LF
• Basin 15A: Design a new water distribution system along N Bay Rd, from W W St to La
Gorce Dr. within Basin 15A. Total length of water main of this system is 9,476 LF.
• Basin 15B, Design a new water distribution system for Lakeview subdivision, from Lakeview
Dr to W 51"ST. and along N Bay Rd, from Alton Rd to W W St within Basin 15B. Total length
of water main of this system is 16,610 LF.
FM Along W 51s' Street: 2,000 LF
• Design a new force main (8-inch to 10-inch) that will connect a future sanitary lift station (PS
X) that will serve the area of La Gorce and Lake View Neighborhoods. The proposed force
main will be installed along W 51•' ST, form Alton Road to Pine Tree DR
8935 NW 35th Lane, Suite 200 1 Doral, FL 331721 T: (305) 592-7283
CHASM"ItIO 39W
O
v
�� • .. ��. h.. iGTME MY
S: 7
i
! , i • R
(T9.
f r \
.:ILA as`. 1�� N. _ � �'1f' •�'�.� `S
Scope of Services
TASK 1 — Data Gathering/Preparation/Utility Coordination
CHA will attend a Project Kickoff / Preliniinery Design meeting with the City prior to beginning work.
CHA will coordinate with the City to gather relevant as-buifts of the existing utilities within the project
limits to verify any conflict with the proposed work. CHA may request record drawings for all City
owned assets within the project limits including records of any recently completed work and planned
work in the area that will require to be integrated with the proposed water and sewer improvements,
and any other relevant information required to complete this task. CHA will also conduct site visits to
further document all elements of the project corridor as well as to confirm accuracy of record drawings
and gather any additional information as needed. This task will also include utility coordination to
prepare the design file for existing utilities within the project area.
TASK 2 — Survey Services
WGI, Inc. shall prepare a site and route survey in general accordance with the City of Miami Beach
Survey Requirements. The goals and objectives of the survey investigation shall include the following:
• Obtain all above ground features from Right -of -Way to Right -of Way for the areas. Survey
will extend 100 feet at the intersections. Topographic features will include but not limited to
the following: existing valves, water/electrical meters boxes, electrical pull boxes,
manholes, fire hydrants, valves, fences with their size and material. Traffic signage and
any other improvements will also be located and shown on Survey.
• Prepare a Topographic Survey of the topographic limits as shown above and in accordance
with Rule 5J-17, Florida Administrative Code, pursuant to Chapter 472.027 of the Florida
Statutes.
• Perform field recovery of horizontal and vertical survey control as required to meet the
project objective.
• Set temporary Benchmarks at 1,000 LF intervals plus or minus.
• Review underlying plats, right of way maps, deeds and other documents of record to
detennine the location of blocks and rights of way.
• The survey will consist of general ground elevation shots and grade breaks with intervals
not to exceed one hundred feet (within project limits). Cross sections elevations will be
defined at all grades breaks such as intersections, swales, edge of pavements, pavement
centerlines, curb and gutters, edges of sidewalks, driveway connections, right-of-way lines,
edge of a five-foot right-of-way offset, encroachments (both natural and built-in).
• The topographic survey project limits will include:
a. Visible and attainable fixed improvements and utilities unless otherwise noted. The
survey must also include information on any overhead utility.
b. Invert elevations of sanitary sewer and stone drainage manholes, culverts, catch
basins, and ouffalls including pipe sizes and type, if attainable within the limits of survey.
c. Locate existing driveways within the limits of the Survey and identify type of driveway
pavement (i.e. asphalt, concrete, pavers, etc.).
1558 of 3458 _
d. Pertinent surface features (including traffic striping) will be shown along the entire
corridor.
e. Type and height of walls, fences.
f. Overhead wires (horizontal and vertical location).
g. Trees with 6-inches in diameter and bigger will be individually identified, detailing the
common name, diameter at breast height, canopy, and spread.
h. The survey will extend 25 feet at the intersections.
I. Survey station to be set from south to north and from west to east.
j. The survey shall include an entire ROW width and 5 feet beyond ROW where possible.
k. The survey shall be prepared and provided in accordance with the City of Miami Beach
Survey Standards.
I. Provide Aerial UDAR mapping of the 10-foot easements located behind properties to
obtain spot elevations and identify, to the greatest extent possible, improvements within
these easements without accessing private properties.
TASK 2a — Subsurface Utility Engineering (SUE)
The subsurface and report will be performed by Longitude Surveyors and will perform 30 soft digs
to accurately locate utilities that may conflict with the proposed gravity sewer main trunk line as
well as with the water mains and sewer main laterals. This may include Right -of Way permit
coordination with CMB.
Deliverables:
• Topographic Survey (Cad)
• Survey Plans signed and sealed.
• Utility Location Report
TASK 3 — Geotechnical Services
The geotechnical investigation and report will be performed by GEOSOL and shall be signed and
sealed by a Florida Registered Professional Engineer. However, CHA will provide the location and
recommended depth of the borings required for the project. See attached Geotechnical Services
detailed scope and fees. This may include Right -of Way permit coordination with CMB.
Deliverables:
• Geotechnical Report
TASK 4 — Contract Document Development
Task 4.1: 30% Design Submittal
The CHA team will prepare the 30% Design Submittal which includes the following activities:
• Attend a kick-off meeting
• Coordination with Sunshine 811 of Florida to request design ticket
• Request, collect and maintain utilities database
• Investigate any potential contamination and environmental sensitive sites
1559 of 3458 =
• Perform project site visit
• Preliminary routing showing pipe route options (Pipeline Horizontal Alignment)
• Location of existing utilities in a plan view
• Identification of any permanent and temporary easements needed
• Preliminary project schedule in Microsoft Project after design NTP
• Check and confine that the consuftant/PM has Specification Package Templates
• Attend a 30% Design Review Workshop with the City of Miami Beach's PM
• Identification of best possible location for installation of cleanouts for future conversions of
properties from main on rear easements to mains in the front of the property. The analysis
will be based on existing conditions of the properties taking into consideration the properties
layout and location of current clean out.
• Provide coordination services including sketches and meeting attendance with project
stakeholders to assist in neighborhood affairs
Deliverables:
Four (4) copies of 30% plans (11x17) & electronic .pdf.
c 30% Plans will be divided into individual sets for water. sewer. and force
main
• Two (2) copies of Topographic Survey (at City's Request)
• One (1) Preliminary project schedule after design NTP
• Meeting Minutes for the 30% review workshop
• Initiate Opinion of Probable Cost
• E-files copy of Auto Cad files
Task 4.2: 60% Design Submittal
The CHA team will prepare the 60% Design Submittal which includes the following activities:
• Revise 30% submittal incorporating City's comments
• Propose horizontal alignment (Plan view) and vertical alignment (Profile view)
• Pavement restoration limits (to be included in plan view)
• Sketches/plan views of sewer lateral reconnections in private property for folios requiring
back-to-front relocation/rerouting
• Opinion of Probable Cost (OPC)
• Specifications Package
• Update project schedule and request for justification in case of any delays
• Attend a 60% Design Review Workshop with City of Miami Beach's PM
• Provide coordination services including sketches and meeting attendance with project
stakeholders to assist in neighborhood affairs
Deliverables:
• Four (4) copies of 60% plans (l lxl7) & electronic .pdf.
o 60% Plans will be divided into individual sets for water, sewer, and force
main
• Updated Opinion of Probable Cost
1560 of 3458 _Ilk
• 60% Specifications Package
• Updated project schedule
• Meeting Minutes for 60% review workshop
• One (1) USB drive with the electronic files or electronically delivered.
• Provide a list and locations of the soft digs required, if any.
Task 4.3: 90% Design Submittal
The CHA team will prepare a 90% Plans, which include the following tasks:
• Revised 60% submittal incorporating City's comments
• MOT Plans
• Final Pavement restoration plans
• Revisions to sketches/plan views of sewer lateral reconnections in private property for folios
requiring back-to-front relocation/rerouting
• Attend 90% Design Review Workshop with City's PM
Deliverables:
• Four (4) copies of 90% plans (11x17) & electronic .pdf.
o 90% Plans will be divided into individual sets for water, sewer, and force
main
• Updated Opinion of Probable Cost
• 90% Specifications Package (Refer to Attachment 3)
• Updated project schedule
• Meeting Minutes for 90% review workshop
• One (1) USB drive with the electronic files or electronically delivered.
Task 4.4: Permitting and Environmental Assessment
The CHA team will provide permit acquisition services including coordination with the
regulatory agencies, preparation of the application packages utilizing supporting
documentation and information to be provided by the design team, submittal of the application
packages, coordination of the response to permit agencies' requests for additional information
resulting from the initial submittal of the application package for re -submittal, and coordination
with the design team. The following permits are anticipated for construction of this project:
• Notification/Application for Constructing a Domestic Wastewater
Collection/Transmission System (MD-RER)
• Utility Collection and Transmission Capacity Certificate Forth (MD-RER)
• Right of Way - Dry Run Review (City of Miami Beach)
• Individual Environmental Resource Permit (FDEP)
• Notification/Application for Constructing a Domestic Water Distribution and
Transmission System (MD-RER)
• Notification/Application for Constructing a Domestic Water Distribution and
Transmission System (DOH)
• City of Miami Beach Fire Department
1561 of 3458 � =
Permitting tasks include:
• Coordinate with the regulatory agencies early in the design to identify
requirements for submittal of permit applications;
• Prepare and submit permit applications, necessary design documents and
manufacturer shop drawings to be provided by the design team;
• Prepare response to regulatory Request for Additional Information (RAI) within
regulatory timeframes. One (1) RAI is anticipated; and
• Monitor progress of permits through the regulatory process to facilitate
permitting process.
Deliverables:
• Electronic Submittal of Permit Set, pdf.
• Permit Matrix
• Permit applications for each agency
Nova Consulting will review the project corridor and prepare the necessary environmental
analyses and documentation required to identify potential contamination concems along the
project corridor that may impact construction. This is described in Task 1.0 (Subtasks 1.1 to
1.3) within the Nova Proposal provided in Appendix B.
In addition, based on the review of available records, areas of suspect soil and/or groundwater
contamination will be investigated further to determine potential impacts to construction. A
select number of soil borings and/or groundwater monitoring wells will be strategically placed
in the vicinity of potentially contaminated sites to evaluate soil and/or groundwater impacts
within the construction limits. This task would require City approval and is described in sub -
task 1.4 within the Nova Proposal provided in Appendix B.
Deliverable:
• Limited Environmental Site Assessment Report
Task 4.5: 100% Design Submittal (Final)
The CHA team will prepare a 100% Final Design Submittal based on the comments
received from the City, The Permitting Agencies and the Owner's Representative on the
Permit Package Submittal. This task includes the following activities:
• Revised 90% submittal incorporating City's comments
• Revisions to sketchestplan views of sewer lateral reconnections in private property for
folios requiring back-to-front relocation/rerouting
• 100% Specifications Package
• Permit Letters or Stamps from the required agencies
• Final Opinion of Probable Cost
1562 of 3458 = ,
Deliverables
• Four (4) copies of 100% plans (22x34) — Signed and Sealed
o 100% Plans will be divided into individual sets for water, sewer, and
force main
• Orie (1) copy 100% SperE`cations Package
• Original Permit Letters or Stamps from all required agencies
• Two (2) copies of the Final Opinion of Probable Cost (Construction Cost
Estimate for Bids)
• Updated final project schedule
• Meeting Minutes for 100% Review Meeting
• One (1) USB drive with the electronic files or electronically delivered.
Task 4.6 — Bid Set
Upon receipt of all permit approvals, CHA will provide a final bid set of construction documents to
be utilized for bidding purposes. Under this task, all necessary administrative and managerial
efforts are included, such as communication and coordination with the various governmental
agencies, City representatives, and all other parties involved in the project. Additionally, CHA will
revise or add information to any of the sketches/plan views provided for the sewer relocation, as
necessary.
CHA will assist with the review of the bidding documents or the advertisement for bid as required.
The City will tabulate submitted bids and coordinate with CHA for bid evaluation review and bidder
recommendation.
Deliverables:
1. Digital Delivery (PDF) of:
a. (1) electronic copy of Bid Set drawings and specifications
• Bid Set Plans will be divided into individual sets for water, sewer, and force main
2. Optional at the request of the City:
• (5) hard copy sets of drawings
• (5) hard copy sets of specifications
TASK 5 — Post Design and Construction Support Services
• CHA will provide Conformed Set of drawings during the bidding process, if needed.
• CHA will attend one (1) pre -bid meeting.
• CHA will provide timely responses to RFls from contractors during the bid process.
• CHA will provide any necessary addenda as a result of RFIs during the bid process.
• CHA will attend one (1) preconstruction meeting.
• CHA will review and approve shop drawings during construction.
• CHA will provide timely responses to RFis during construction.
• CHA will assist with project close-out and final certification.
1563 of 3458 =
Dedicated Allowance I — Post Design Services for Contractor Work Within Private Property
This dedicated allowance shall be utilized for the purposes of assisting the City with review of work,
RFls, and clarifications for work performed by the Contractor inside of private property for reconnection
of sewer services.
Dedicated Allowance III — Force Main Design Modification
This dedicated allowance shall be utilized for the purposes of modifying the open cut design of the
force main to a horizontal directional drill at the request of the City.
1564 of 3458 =
ASSUMPTIONS
This scope of services is based on the following assumptions:
1. Responses to various inquires shall be made based on the best available information provided
to CHA at the time of the review.
2. If required, the City will provide any and all hydraulic modeling required by any permitting
agency to assess the proposed water and sewer improvements.
3. The City will provide available information and record drawings of the existing utilities within
the project limits.
4. Details for future transfer of Services from Rear Easements are not part of this scope however
the design team will try its best to located existing cleanouts and install new cleanouts in public
right of way in a location that facilitates the future conversion.
5. All plans, calculations, reports, permits and/or design for work within private property shall be
provided by the Contractor.
6. Engineers Opinion of probable cost will be limited to right of way water and sewer
improvements and shall not include any work within private property.
7. The City acknowledges that CHA's scope is based on information made available at the time
of this Task Order and data gathered during meetings.
B. The City will provide design drawings or other documents of any planned right of way
improvements in the area including, water, sewer storm or any other planned utility work under
the City's purview.
9. The scope assumed the need of parallel sanitary sewer system throughout the corridors in
order to allow future installation of drainage infrastructure along center of roadway.
10. 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.
11. City agrees to work with CHA to ensure compliance with the proposed schedule.
12. Performance durations provided assume timely permit processing by regulatory agencies
having jurisdiction over the project. Delays in obtaining permits, beyond the control of CHA
may results in delays to the performance schedule for which CHA and its subcontractors
cannot be held liable.
13. Proposed regulatory agencies and required permits have been identified to the best of CHA's
knowledge. The cost of permit fees is not included in the scope; the City will pay all associated
permit fees.
1565 of 3458 =
PROJECT SCHEDULE
CHA shall make every reasonable effort to deliver the work as specified in the Scope of Services
section contained herein, in accordance with the schedule outlined below. The schedule assumes
an NTP in March 2025.
Task
Calendar Days after NTP
1 - Data Gathering and Preparation
45
2 - Survey Services and SUE
110
3 - Geotechnical Services
110
4 - Contract Document Development
- -
180
4.1- 30% Design---
150
4.2 - 60% Design
230
4.3 - 90% Design
270
4A - Permitting
330
4.5 - 100% Design
350
4.6 - Bid Set
370
5 - Post Design and Construction Support Services
1400'
The project schedule is dependent upon prompt review and response by the City to all design
progress submittals. This schedule assumes a timely turnaround on all reviews by the City.
'The Calendar Days after NTP for Task 5 assume a 3-month procurement time, and 2.5 years for
construction. This is a tentative value and is subject to change.
1566 of 3458 LC =
FEE SCHEDULE
CHA will perform the services defined in this scope of services for a total amount not -to -exceed of
$2,361,425.83. These design fees include the design of the proposed Sanitary Sewer System,
Water Distribution System, and the Force Main which are broken down as follows:
Sanitary Sewer System: Design Fees $1,642,226.19 Notice that these fees include survey,
geotechnical, soft digs and environmental assessment.
1.
Task S1 - Data Gathering/Preparation shall be billed as
$112,525.20
2.
Task S2 - Surveying Services shall be billed as
$312,505.86
Task S2a - Subsurface Utility Engineering (SUE) (Soft Digs)
$28,499.79
3.
Task S3 - Geotechnical Services shall be billed as
$30,293.46
4.
Task S4.1 - 30% Design Submittal shall be billed as
$190,810.60
5.
Task S4.2 - 60% Design Submittal shall be billed as
$315,809.80
6.
Task S4.3 - 90% Design Submittal shall be billed as
$187,468.20
7.
Task 54.4 - Permit Package shall be billed as a
$121,043.28
Task S4.4a -Environmental Assessment (by NOVA Consulting):
$11,767.18
8.
Task S4.5 - 100% Design Submittal shall be billed as
$77,593.36
9.
Task 54.6 - Bid Set shall be billed as
$69,515.98
10. Task S5.0 - Post Design and Const. Support Services shall be billed as
$103,755.48
11.
Dedicated Allowance I - Post Design Services for Work in Private Property
$50,000.00
12.
Dedicated Allowance II - Environmental Assessment and EDR Report (NOVA) $30,640.00
Water Distribution System: Design Fees $537,245.36. Notice that a portion of the water
distribution system will be designed by Delta Consultants. Survey, Geotechnical and Soft Digs are
included as part of the Sanitary Sewer System Scope.
1. Task W1 - Data Gathering/Preparation shall be billed as
2. Task W4A - 30% Design Submittal shall be billed as
3. Task W4.2 - 60% Design Submittal shall be billed as
4. Task W4.3 - 90% Design Submittal shall be billed as
5. Task W4.4 - Permit Package shall be billed as
6. Task W4.5 - 100% Design Submittal shall be billed as
7. Task W4.6 - Bid Set shall be billed as a Lump Sum Amount of
8. Task W5.0 - Post Design and Construction Support Services shall be
9. Task W6.0 - Water Main Design provided by Delta Consultants
$29,793.12
$46,653.92
$112,083.80
$41,380.64
$26,497.72
$25,085.38
$23,875.24
$32,106.84
$199,768.70
1567 of 3458 � = ,
Force Main Along W 51 St: Design Fees $181,954.28
1. Task Ft — Data Gathering/Preparation shall be billed as a Lump Sum Amount of $7,455.32
2. Task 2 — Surveying Services shall be billed as NIA
3. Task 3 — Geotechnical Services shall be billed as N/A
4. Task F4.1 — 30% Design Submittal shall be billed as $26,152.80
5. Task F4.2 — 60% Design Submittal shall be billed as $34,458.20
6. Task F4.3 — 90% Design Submittal shall be billed as $30,558.40
7. Task F4.4 — Permit Package shall be billed as $17,436.52
8. Task F4.5 — 100% Design Submittal shall be billed as $16,768.84
9. Task F4.6 — Bid Set shall be billed as $11,902.36
10. Task F5.0 — Post Design and Construction Support Services shall be billed as $17,221.84
11. Dedicated Allowance III — Force Main Design Modification - $20,000.00
The breakdown of fees per task is attached in Appendices A, B, C, D and F. The use of the
dedicated allowances shall require prior authorization from the City before any work is performed.
CHA will submit a monthly invoice to the City and submit an invoice narrative detailing the work
performed during the invoiced pay period.
The City shall pay, no later than thirty days of receipt of an invoice prepared by CHA and submitted
to the City.
Submitted by:
00
CHA Consulting, Inc.
Approved by:
City of Miami Beach
1568 of 3458 =
APPENDIX A
CHA LABOR BREAKDOWN
1570 of 3458 Y,
SWA
||
my
,
||i
i
|�
|
,|
.
MIA
m�
|
!
!
�
�
�
!|!!!
!
. &
�
To [
_
(
.
2
�-
......
!
{
r#mA
|
..!-
\\
�!
\
„
......
.
|
K§
M
:
)
......
Ad
!
R
R
-
�
.
...
]ME
.....
.
�
`
|
|�||
;!
-------
(
mq
!|! |
!_!
.!`...
|
�
�
|
!
.
.
!
|
.|
|_
|
|||
|
!
,
|,-
|
.
`
,!
|
|
|
�
|
�
(*�
/
!
�
!.
! !!!
!
gm
)
-------
|!
Jill
|
mm�
...
,.
�
§
!!!
10
;
28
R
!
&
|
i
[ ±
~
,e
|
d�
d
)
mat
APPENDIX B
WGI (SURVEY) LABOR BREAKDOWN
1S74 of 3458,
@WGI
May 21, 2025
Arnelio Alfonso, PE
Project Team Leader
CHA
8935 NW 35th Lane
Doral, Florida 33172
SUBJECT: SURVEY SERVICES FOR LA GORCE
Dear Mr. Alfonso:
Via Email.
AAlfonso(a)chasolutions. com
WGI, Inc. (WGI) is pleased to -submit the following proposal for the above -mentioned services as part of the
CHA team for miscellaneous projects that are part of the multi -year capital improvement development program
of the City of Miami Beach. The scope of work described in this proposal is based on a route survey request
sent by email on January 9, 2025, and will be performed in accordance with the latest City of Miami Beach
topographic survey standards and requirements.
I. PROJECT UNDERSTANDING
WGI will perform a topographic survey for approximately 27,712 t feet along the general area shown within the
limits of work, as depicted in Survey Limits Figures 1 end 2 below. We understand that the purpose of this survey
is to support planning and engineering design services.
North Bay Rd Survey Limits Figure 1:
Lake View Survey Limits Fiauee 2:
11410 NW 20" Street. Suite 101. Miami_ FL 33172 305.553.0500 WGlnccc
1575 of 3458
Mr. Amelio Alfonso, PE
La Gorce Survey Services
May 21, 2025
Page 2
TOPOGRAPHIC SURVEY: Not to exceed $312,505.86
1. Prepare a Topographic Survey of the topographic limits as shown above and in accordance with Rule 5J-17,
Florida Administrative Code, pursuant to Chapter 472.027 of the Florida Statutes.
2. Perform field recovery of horizontal and vertical survey control as required to meet the project objective.
3. Set temporary Benchmarks at 1,000 LF intervals plus or minus.
4. Review underlying plats, right of way maps, deeds and other documents of record to determine the location
of blocks and rights of way.
5. The survey will consist of general ground elevation spots and grade breaks with intervals not to exceed one
hundred feet (within project limits). Cross sections elevations will be defined at all grades breaks such as
intersections, swales, edge of pavements, pavement centerlines, curb and gutters, edges of sidewalks,
driveway connections, right-of-way lines, edge of a five-foot right-of-way offset, encroachments (both natural
and built-in).
6. The topographic survey project limits will include:
a. Visible and attainable fixed improvements and utilities unless otherwise noted. The survey must also
include information on any overhead utility.
b. Invert elevations of sanitary sewer and storm drainage manholes, culverts, catch basins, and outfalls
including pipe sizes and type, if attainable within the limits of survey.
c. Locate existing driveways within the limits of the Survey and identify type of driveway pavement (i.e.
asphalt, concrete, pavers, etc.).
d. Pertinent surface features (including traffic striping) will be shown along the entire corridor.
e. Type and height of walls, fences.
f. Overhead wires (horizontal and vertical location).
g. Trees with 6-inches in diameter and bigger will be individually identified, detailing the common name,
diameter at breast height, canopy, and spread.
h. The survey will extend 25 feet at the intersections.
i. Survey station to be set from south to north and from west to east.
j. The survey shall include an entire ROW width and 5 feet beyond ROW where possible.
k. The survey shall be prepared and provided in accordance with the City of Miami Beach Survey
Standards.
I. Provide Aerial LOAR mapping of the 10-foot easements located behind properties to obtain spot
elevations and identify, to the greatest extent possible, improvements within these easements without
accessing private properties.
WGI. Inc 3�,r� '.01 ptr FL "'.. ,.��3 OSCO
1576 of 3458
Mr. Arnelio Alfonso. PE
La Gorce Survey Services
May 21. 2025
Page 3
III. SERVICES NOT INCLUDED
The topographic survey will not include:
1. Subsurface foundations of structures or subsurface utility designations.
2. Storm and Sanitary Sewer inverts of recessed or debris filled structures.
3. Inverts from structures outside of the survey boundary limits.
4. Tree tagging and tree inventory.
5. Location of Geotechnical borings.
6. Temporary features such as trailer, movable barrierstfences, solar lighting, etc.
IV. DELIVERABLES
Deliverable will be a complete Topographic Survey of the delimited area, in one (1) single CAD file with the most
recent aerial background available in public records as an external reference. One (1) 24" x 36" digitally signed
and sealed pdf copy, all including the aerial background. To be completed in 22 working weeks from Notice to
Proceed, weather permitting and excluding Holidays.
QUALIFICATIONS
1. ELEVATIONS. CONTROL AND ACCURACY: Elevations will be acquired and will be based on the North
American Vertical Datum of 1988 (NAVD88). Accuracies will be to 1/10 foot for natural ground and 1/100
foot for hardscape surfaces.
2. HORIZONTAL CONTROL: Horizontal locations of boundaries and topographic features will be referenced
to the North American Datum of 1983 (NAD83), State Plane Coordinate System for the East Zone of Florida.
3. ACCESS TO THE SUBJECT PROJECT: shall be granted upon prior notice if restricted, gated, and/or
locked. If the surveyor is not allowed on site to perform the above survey services after access has been
coordinated, the CLIENT shall be invoiced at the hourly rates quoted on current fee schedule.
4. MAPS AND OTHER MEDIA: The CLIENT will provide maps, GIS information on drainage and sanitary sewer
including other available media that pertain to the project area upon request.
5. SURVEY STATIONING: Baseline Stationing will go from south to north and from west to east. Route survey
will set marks to perpetuate the Point of Curvature (PC), Point of Tangency, Point of Termination (POT) and
Point of Commencement (POC) at t1,000-foot intervals along the survey baseline. (In areas where setting
survey stationing may endanger the lives of crew members or the public, the stationing will be set on an
offset)
6. UTILITIES: Utility records research and the evaluation of it is not included in this proposal.
7. SUE LOCATIONS EXCLUDED: The location and mapping of subsurface utilities are not included in this
proposal.
WGi. in- .... ^ Street Suite 101. latiam�.. FL 33172 305. 553,0500
1577 of 3458
Mr. Amelio Alfonso, PE
La Gorce Survey Services
May 21, 2025
Page 4
8. RESEARCH : Research and/or abstracting for title or encumbrances will not be performed by WGI.
9. EXCAVATION TO EXPOSE INVERTS: The CLIENT will be responsible for the excavation to expose inverts
of discharge pipes.
10. PERMITS: Permits and permit fees, if needed, are not included and are the responsibility of the CLIENT.
11. INVERTS: Inverts will not be measured, if lane closures are required to perform work due to permits and/or
safety.
12. PUBLIC NOTICE: The City should prepare a letter with the City masthead explaining the project so that field
staff may be able to present the same upon request by property owners.
13. MAPS AND OTHER MEDIA: The CLIENT to provide maps and other available media that pertain to the
project area upon request.
FEES AND SCHEDULE:
WGI's fees will be billed on a Lump Sum basis. Project rates are in accordance with Schedule B
"Consultant Hourly Rates" as indicated on Resolution No. 2022-32175. Furthermore, WGI understands that
the total amount of this purchase order will be limited to a not -to -exceed value of $312,505.86. Other terms and
conditions pertaining to the Agreement of our services are in accordance with the hereafter subcontract
agreement between CHA and WGI.
Thank you for choosing WGI as your consultant for this project. If you have any questions regarding
the information contained herein, or if we can be of additional service, please contact me on (786) 878-5025.
Respectfully submitted,
WGI
Roberto Mantecen, PSM
Senior Operations Manager
Appendix A: Rates (RESOLUTION No. 2022-32175) between CHA and City of Miami Beach
Inc. 11410 NW 20Street. Suite 101, Miami. FL 33172 305. 553.O50D
1578 of 3458
\\' WG u
Lagorce
Topographic survey
PROJECT COST WORKSHEET
Project Number:
Location: City of Miami Beach
Name of Preparer: R. Mantecon
Scope of Work Date: May 21, 2025
1A LABOR COST
Employee Name Classification Standard Bill Rate Workhours l`= Total
Pnncipal
$280.00
75.0
$21,000.00
Surveyor& Mapper
$134.49
160.0
$21.518.40
Cadd Manager
$179.63
642.0
$115.322.46
Survey Crew Member
$73.65
700.0
$51,555.00
Survey Crew Member
$73.65
700.0
$51,555.00
Survey Cm* Member
$73.65
700.0
$51,555.00
2,977.0
$31Z505.05
IA. OTHER DIRECT COST RATES IIN-MOUSE
Aerial Lidar $0,00
$0.00
2B. OTHER DIRECT COSTS (OUTSIDE)
Parking $15 /day X days $0.00
$0.00
TOTAL WGI SERVICES $312,505.86
APPENDIX C
GEOSOL(GEOTECHNICAL) LABOR BREAKDOWN
1580 of 345E = ,
CHA January 28, 2025
8935 NW 35th Lane, Suite 200 (Revised May 22, 2025)
Dotal, FL 33172
Attention: Mr. Amelia Alfonso, PE
Project Team Leader
Re: Technical and Fee Proposal for Geotechnical Services
La Goree Water and Sewer Line Improvements Project
City of Miami Beach, Florida
GEOSOL Proiosal No. P-225117-RI
Dear Mr. Alfonso
In accordance with your request on January 27, 2025, Geosol, Inc. (GEOSOL) is pleased to submit the enclosed
technical and fee proposals to provide geotechnical services for the above -referenced project The attached technical
proposal briefly discusses our understanding of the project based on the information you provided to us on January 9
and 27, 2025. We understand that the City of Miami Beach is planning to install water and sewer lines in the vicinity of
the La Grace Country Club in the City of Miami Beach, Florida. We also understand that the proposed water and sewer
lines replacement will be installed via the open -cut method of installation.
The scope of our work under this proposal for the project, as requested, will be limited to the performance of soil
borings, laboratory testing, data evaluation, engineering analysis, construction suggestions and considerations for
the above -referenced proposed water and sewer lines. The findings will be presented in our Geotechnical Report for
the project. The sections, below, provide a detailed description of our scope of services.
Field Exoloration
As requested the geotechnical services will specifically consist of performing a total of seventeen (17) Standard
Penetration Test (SPT) boring to depths of 20 feet below existing grades for the proposed water and sewer lines.
The SPT borings will be performed in general conformance with ASTM D-1586.
Laboratory Testine Proeram
Representative samples collected from the test borings will be visually reviewed and classified using the Unified
Soil Classification System (USCS) in the laboratory by a Geowchnical Engineer in general accordance with the
American Society of Testing and Materials (ASTM) test designation D-2488 and ASTM D-2487. Additionally,
laboratory testing program will be required to confirm visual classifications of soil samples recovered from the field
exploration program. The laboratory testing program will include the performance of grain -size analysis, percent
passing the No. 200 sieve, natural moisture content, organic content and resistivity testing. All testing will be performed
in accordance with applicable ASTM standards.
5795-A K W A W Street
Miami Lakes, FL 33014
Phone (305) 828-4367; Fax (305) 828-4235
E-mail: geosolusaabellsouth.net
1581 of 3458
Technical and Fee Proposal for Geotechnical Services
La Gorce Water and Sewer Line Improvements Project
City of Miami Beach, Florida
GEOSOL Proposal No P-225117-RI
Georechnical En¢ineerine Evaluation and Renortine
Using the results of the field exploration, we will assess the geolechnical engineering impact of the subsurface
conditions on the planned construction and provide recommendations for foundation design and related
construction. A geotechnical engineering report of our findings and recommendations will be prepared and
submitted at the conclusion of the study. The report will be prepared, signed and sealed by a professional engineer
registered in the State of Florida. The report will specifically contain the following information:
• A plan of the site showing the location of the test locations.
• A brief review of our test procedures and the results of the testing conducted
• Estimated subsurface profiles as necessary to illustrate subsurface conditions including standard
penetration resistance test data and groundwater levels.
• A review of surface fIatures and site conditions that could affect constnlction and site preparation.
• General evaluation of the site considering the proposed project and estimated subsurface conditions.
• Recommendations for site preparation and construction of compacted fills or backfrlls.
• Results of laboratory testing.
• Anticipation of groundwater levels and methods for handling it during construction.
• Foundation analysis and recommendations for the proposed water and sewer lines.
• Construction considerations.
• Four (4) copies signed and sealed geotechnicalcngineering reports.
SCHEDULE
Our study can begin within one (1) day upon receiving your formal notice to proceed. We will begin by calling
Sunshine One Call Services to have underground utilities marked and cleared and will proceed to obtain a Right -
of -Way permit from the City of Miami Beach Public Works Department. This task typically takes up to twenty (20)
days (however, we have no control over this activity). Given the scope described herein, we can complete the field
studies within six (6) working day, depending on weather conditions. The laboratory testing program will take an
additional five (5) working days to complete. We will then submit a written engineering report within five (5)
working days following the completion of the laboratory testing. Assuming that we will be allowed to perform the
study as a fairly continuous effort, we suggest assuming a eight (8)-week period for our work; however, we will
expedite our work as much as possible.
Based on our understanding of the project, we are willing to complete the geotechnical services billed as a total amount
not-mexceed of SA293.46. A detailed breakdown of the fees is presented on Attachment I. If you require and
authorize additional geotechnical work for the study, that work would be performed and billed at the unit rates shown
on the enclosed fee proposal. Payment is to be made within 30 days from the invoice date.
1582 of 3458
Technical and Fee Proposal for Geotechnical Services
La Gorce Water and Sewer Line Improvements Project
City of Miami Beach, Florida
GEOSOL Proposal No. P-225117-RI
GEOSOL appreciates your consideration of our firm to undertake this project. If the proposal is satisfactory, kindly
indicate so by signing and returning the Acceptance of Geotechnical Services Section below. Should the proposals
require any clarification oramplification, please contact us.
Sincerely,
GEOSOL, INC.
Omci.E.
Chief Geotechnical Engineer/President
Attachments: Attachment I — Fee Proposal — Form "P'
ACCEPTANCE OF GEOTECHNICAL SERVICES
ACCEPTED THIS DAY OF
BY:
PLEASE PRINT NAME:
FIRM:
4tr
Adman Ismail, P.E.
Senior Geotechnical Engineer
1583 of 3458
|
!,!
�,!!
,
■
!
a|)
|
)\
(
�
!
�..
|
|
�
|.
\
!.
!,
|!_
.
§
}
w ipIS
U
P
.
1514« 3458
APPENDIX D
NOVA CONSULTING (ENVIRONMENTAL) LABOR BREAKDOWN
1585 of 3458 = ,
Nova Consulting
May 23, 2025
E-MAIL
Ms. Stephanie Bortz, Sr. Project Manager II
CHA Solutions
8935 NW 35th Lane, Suite 200
Donal FL 33172
Re: Proposal to provide Professional Services in connection with the City of Miami Beach's
La Gorce Gravity Sewer and Water Main Improvements
Dear Ms. Bortr
Nova Consulting, Inc. (NOVA) is pleased to submit this proposal to provide professional
environmental consulting services to CHA Solutions (CHA) in connection with the Gravity Sewer and
Water Main Improvements in the La Gorce community within the City of Miami Beach.
PROJECT BACKGROUND/OBJECTIVE
The City of Miami Beach intends to improve the gravity sewer and water main systems within two
basins in the La Gorce Community. One basin encompassing the area west of Alton Road and south
of the La Gorce Golf Course and another basin encompassing the area west of Alton Road and north
of the La Gorce Golf Course Please see Attachment A for project location.
As part of this assignment, CHA has requested Nova to prepare a proposal to be responsible for
environmental assessment services.
SCOPE OF SERVICES
Under this scope of work NOVA will assist CHA with the following tasks:
TASK 1.0 ENVIRONMENTAL ASSESSMENTS
Subtask 1.1 Proiect Meetings
NOVA will attend one (1) kick-off meeting. Nova will attend up to three (3) - 1 hour conference calls
on an as- needed basis, to discuss project progress and coordination issues with the project team.
Subtask 1.2 Progress Reports
NOVA will provide up to four (4) progress reports to CHA. The progress reports will be submitted with
NOVA's invoices and will be used by CHA in reviewing and approving the invoice.
Deliverables
. Progress Reports
Subtask 1.3 Level 1 Contamination Screening Evaluation
A Level I Contamination Screening Evaluation consisting of a review of readily available regulatory
files and field reconnaissance will be performed on parcels within and adjacent to the project corridor
to identify potential contamination concerns along the project corridor that may impact construction.
Based on the results or findings of the Level I evaluations, Nova may recommend that certain parcels
10486 N.W. 31+' Terrace 0 Miami, Flmda 331 ]2 0 Pha&Nb09U364I%50 O Fox: 305-436-9265 O ..nova-consulfing.com
Nova Consulting
Stephanie Sortz
May 23, 2025
La Gorce Improvements
Page 2 of 3
be investigated further via a Limited Environmental Site Assessment. Any additional studies that may
be required will be performed under Subtask 1.4.
Subtask 1.3.1 Environmental Data Resources Search
As part of subtask 1.3, environmental data collection will be supported by an Environmental Data
Resources (EDR) search that includes historic uses of the site; inclusive of adjacent properties, their
current practices and uses, historic aerial photographs, environmental liens, Activity and Use
Limitations (AULs), and city fire insurance maps. This study encompasses up to a 1-mile radius of the
project corridor.
Deliverables
• Level I Contamination Screening Report
• EDR report (if task approved by the City)
Subtask 1.4 Limited Phase II Contamination Assessment
Based on the findings of the Level I Contamination Screening, areas of suspect soil and/or
groundwater contamination will be investigated further to determine potential impacts to construction.
A select number of soil borings and/or groundwater monitoring wells will be strategically placed in the
vicinity of potentially contaminated sites to evaluate soil and/or groundwater impacts within the
construction limits.
This Task consists of preparing a limited Level II Contamination Assessment Report will be prepared
documenting findings and recommendations to minimize impacts to construction and perform further
studies, if necessary.
Deliverables (if Task is approved by the City)
• Limited Phase II Contamination Assessment Report.
COMPENSATION
The total fee for this work is $42,407.18. with $11,767.18 billed as a total not -to -exceed, and
$30,640.00 in an Allowance Account: $640 to perform the EDR Search (Subtask 1.3.1) and $30,000
to perform the Limited Phase II Contamination Assessment (Subtask 1.4). Please refer to Attachment
B for a detailed breakdown of the fee estimate. Invoices will be submitted to CHA on a monthly basis.
ASSUMPTIONS
• Dewatering calculations and/or Dewalering permit documentation are not included in this
scope of work or fee. Any requirements associated with dewatering are to be fulfilled by the
contractor, as dewatering is considered contractors means and methods,
• No design or design reviews are included in the scope of work and/or fee.
• City's approval is required prior to proceeding with Task 1.3.1, i.e., EDR Search. Note that
this proposal does not cover the additional costs of Nova staff collecting the historic information
provided in the EDR report; therefore, unless provided by the City, data gaps may result.
• City's approval is required prior to proceeding with Task 1.4, i.e., Limited Phase II
Contamination Assessment, if required.
1587 of 3458
Nova Consulting
Stephanie Born!
May 23. 2025
Ls Gorce Improvements
Page 3 of 3
• If additional investigations are required as a result of the Limited Phase 11 Environmental
Assessment (Task 1.4), additional compensation may be required and a fee proposal will be
prepared for the City's approval.
• All submittals assumed in electronic format.
• Topographic and Boundary Surveys are not included in this proposal.
• No review of historic or archaeological resources are included
• :No trees are to be impacted that will require Tree Removal permits. Arbodst reports and tree
removal permits are not included.
• Any supplemental documentation including but not limited to figures, calculations, design
drawings, specifications, etc. required as an attachment or part of an environmental report
shall be provided by the design team and is not included in the scope of this proposal.
• Preparation of permit applications is not included. All permit application/license/lease and/or
permit issuing fees will be paid directly by the client. None of these fees are included in this
proposal.
We trust that this proposal is satisfactory to you and we look forward to providing you with our
professional services for this important project. We welcome the opportunity of meeting with you to
discuss any details related to this scope of services and fee proposal. We are ready to begin work
upon your authorization to proceed.
Submitted by
NOVA CONSULTING, INC.
Colin P. Henderson ENV SP
Senior Vice President
1588 of 3458
Premier
Rcas
TT'
n�•
•� ..fit
r'-
vP .�
f
M
f�
t
4
r.
14
ATTACHMENT B- Fw EsllmMe
Prokulonal B Mces for CNy of Mlaml Beach. u Game
ImprovemenK Enwonmenlal
Puma CmeulWnC CHA
GMe'. 2Y W025
as
9
i14
E
S
c
g
V
x caJ.
=
u
w
IHnI
Ixnl
Ixnl
Ixrq
(HM)
Ixtel
qW
(HesI 111
MAT
152.24
13a
10518
1790
R],w
"LM
iwV t.I xi
I-P,lxExixal.t5
6uStaae 1 1, vmp Mxenea 1RICAol1 ane vroe�esa CmM1nr¢e Calb1
-
A One 111 Veil)
3w
2w
AW
$ 16282
ucJ wnfer—
A11eMupbmrceitationar— calls on an as reeOee Gssa beluwz pgxl
Jw
2m
6.00
3 1.1M23
"M
vrnne-•e am enommavon:e�ea .«m Ira aoien seem.
TW I.t wmw
6w
sm
tan
f I,wT.w
fiupW 1]-P�eatses Rapwiv
RwW lara pCn a' MebluedM
2C0
S.
$ T
TaaY it SUHdW
�
IAI6
- 1.00
0.0
S T"MM.w
9umW 1.3-C.Innbn 6nMvan,
RgyYrory Flx F.—
2JM
16M
t6w
S 2W1.M
Fhb Rerulne6wire
6w
6w
1200
S 1.5w.52
u.q I Con. Soarxq RepYt
1m
am
24M
16w aw
3 5M%
TW 1.3 aebbWl
1m
lam
am -
- uw ".0
S almw
9umW i) I-EmlmnmenYl em Wwurtev lEpll Baxd�
.uirence Pnxunt
$
6a000
TEWIASamcm
S
fa,w
SumW IA-llmye Enrlaonmemal Sb NW W
u>..enca Mwnt
f
b,"W
TaalASmaW
S
MAOM
allsTmu am no 5om ISM fsAo QQT.a
1590 of 3458
C199=IN,lF94
DELTA CONSULTANTS (CIVIL) LABOR BREAKDOWN
1591 of 3458 w = 4.
d e It a /\ Scope of Services
February 25, 2025
To: Arnelio Alfonso, PE (CHA Cons urtmg, Inc.)
From: Mariana Evora, P.E. (Delta Consultants, LLC)
Re: LaGorce Water & Sewer Improvements
Dear Mr. Alfonso,
Thank you for the opportunity to provide CHA Consulting, Inc (CHA) with engineering design services. Pursuant to your request
for proposal for the subject project, Delta is pleased to present the following:
Understanding of Scope:
The project will include a new water main and sewering for a portion of the LaGorce Neighborhood in the City of Miami Beach
(City). The project is divided into two sewer basins: Basin 15A to the north of the island and Basin 15B to the south of the island.
The basins are shown in the figure below,
Water main improvements will take place along sewer Basin 15A and 15B, as shown in Figure 1 and 2 below. Basin 15A includes
the northern portion of North Bay Road from 56th Street north to Afton Road, as well as the subdivision bounded by the entrance
to La Game Island to the north and West 63rd Street to the south. Basin 150 includes the Lakeview subdivision and North Bay
Road from West 56th Street south to Alton Road. The scope of work in these two basins involves the design and permitting of
approximately 26,100 (LET of water distribution mains along the above mentioned corridors. Delta Consultants will be responsible
for the design and permit of the proposed water di stri budon system of Basin 15A (9,476 LF).
Figure 1 Basin 15B
Figure 2 - Basin 15A
As part of this project, Delta will provide CHA with expertise related to Water Main design. This will include:
• Data Coordination and review
• Development of the water main design for the LaGorce project.
o Wafer Main Plans and Details
o Water Service Lines
o Fire Hydrant Locations
• Development of water main technical specifications
1592 of 3458
February 25, 2025
Task 100— Project Management
Delta will provide the following services under this subtask
delta, -A,
• Kickoff Meeting with CHA and/or the City of Miami Beach
o The meeting will be held in person or via teleconference.
o At this meeting we will review the scope of work and discuss the project schedule.
• Coordination meetings.
o The meetings will be held in person or via teleconference.
o The meetings will provide an opportunity to review the project's progress.
• Development of a Baseline Schedule pursuant to discussions during the kickoff meeting
• Development of Project Progress Reports
o Delta will prepare progress reports that will be issued to CHA along with the progress invoices. The
progress reports will include: overall status of the project, work performed during the work period,
estimated completion of tasks and major sub -tasks, and current challenges/issues.
Deliverables
• No deliverables are associated with this subtask.
There are no additional fees associated with this subtask.
Task 200 — Data Review
Delta will diligently review existing utility information provided by CHA. As part of the project due diligence, Delta will generate a
comment log to identify potendal challenges with the information provided by CHA.
• Review utility design ticket and as-builts(provided by CHIA)to identify possible conflicts with existing utilities.
• Review available record drawings for the project and any available GIS data.
• Review the Topographic Survey (provided by CHA), to the extent that it affects the scope presented herein.
Deliverables
Topographic Survey Comment Log
Utility Comment Log
Task 300— Water Main Design
Delta will elaborate the engineering design for the water main in LaGorce.
Subtask 301-30% Engineering Design
The 30%design effort will include the following activities:
• Plans Production
• Development of Horizontal alignment
• Development of List of Water Main Technical Specifications
Deliverables
The deliverables at 30% shall Include:
• 30%Plans
• Table ofContents/List of Water Main Technical Specifications
2
1593 of 3458
February 25, 2025
Subtask 302 —60% Engineering Design
The 60% design effort will include the following activities:
• Plans Production
• Development of Horizontal and Vertical alignment
• Elaboration of 60% Water Main Technical Specifications
Deliverables
The deliverables at 60% shall include:
• 60% Plans
• 60% Water Main Technical Specifications
Subtask 303 — 90% Engineering Design
.- The 90% design effort will include the following activides:
• Plans Production
• Development of Horizontal and Vertical alignment
• Elaboration of90% Water Main Technical Specifications
Deliverables
The deliverables at 90% shall include:
• 90% Plans
• 90% Water Main Technical Specifications
Subtask 304 — For Construction Documents - 100% Documents
The 100% design effort will include the following activities:
•
Plans Production
•
Finalization of Horizontal and Vertical alignment
•
Finalization of 100% Water Main Technical Specifications
Deliverables
The deliverables at 100% shall include:
•
100% Water Main Plans
•
100% Water Main Technical Specifications
Task 400 — Data Review
delta/\
Delta will diligently review existing utility information provided by CHA. As part of the project due diligence, Delta will generate a
comment log to identify potential challenges with the information provided by CHA.
• Review utility design ticket and as-builts (provided by CHA) to identify possible conflicts with existing utilities.
• Review available record drawings for the project and any available GIS data.
3
1594 of 3458
February 25, 2025
deltaA
Florida Statute 558.0035 Contractual Limitation on Liability
This task is made solely between CHA and Delta. No employees or principals of CHA or Delta are named as a parry to this task, or
as the individual that will perform the services. Any individual mentioned within the task is solely for transmittal and authorization
purposes.
PURSUANT TO FLORIDA STAT. 558.0035, AN INDIVIDUAL EMPLOYEE OR AGENT OF
DELTA MAY NOT BE HELD INDIVIDUALLY LIABLE FOR NEGLIGENCE
Assumptions
The following assumptions were utilized to elaborate the scope of work:
• For properties that are serviced by backyard easement water mains, tine location of the water service and meter
will be based on the location of possible points of connection (spigots) in the front of the property.
• Utility coordination is not included In this scope of work. Delta will review existing utlld, information provided by
CHA.
• Topographic, boundary, benthic, bathymetric, or other survey related efforts are not included in this scope.
• Geotechnical reports and investigations are not included in this scope of work.
• Soft Digs,SUE, and any other exploratory investigations or surveys are not included in this scope of work.
• Any relevant information related to proposed/future improvements to the corridor shall be provided by the City or
CHA.
• CNA will identify any contaminated areas. The design will be accommodated to use viton gaskets where
appropriate. Environmental assessments and remediation are not included in the scope of work.
• Permitting fees are not included as part of the fee structure and shall be paid for by CHA or the City.
• Arborist Reports, Landscape Architecture, and other landscaping services are not included in this scope of work.
Schedule
The project schedule will be coordinated with CHA upon NTP.
Fee
Delta will provide the engineering services outlined in this scope of work for a total amount net to exceed $199,768.70. Services
will be performed an a limited amount basis in accordance with the defined scope up to the authorized limit. Please refer to the
attached breakdown for a detailed level-af-effort and associated cost.
Authorizati n
Mari P.E.
Principal
1595 of 3458
a
a
P
d
s
S
W
s
S
d
s
T
d
p
O
N
O
O
d
N
0
0
m'
a
a
Pl
�
�
�
il
wmo-
m.
m
m iJ
1596 of 3458
APPENDIX F
LONGITUDE SURVEYORS (SUE) LABOR BREAKDOWN
1597 of 3458 =
Surveying and Mapping
3D Scanning
Subsurface Utility Engineering (SUE)
Drone Services (UAS)
Thursday, January 30, 2025
Mr. Amelio Alfonso, PE
Project Team Leader
aalfonsoCchasol utions. Com
a-W
8935 Northwest 35 lane, Suite 200
Donal, FL 33172
786.252.3373
IL Surveying, Mapping, and Subsurface Utility Engineering (SUE) services for the thirty (3o) soft -digs within 'La
Gome' located in Miami Beach, FL 3314o.
Dear Mr. Alfonso,
According to your request regarding a fee estimate for Surveying, Mapping, and Subsurface
Utility Engineering (SUE) services for the above -referenced project, LONGITUDE SURVEYORS, LLC (IS) is
pleased to submit the following proposal for your consideration.
j SCOPE OF WORK —SUBSURFACE UTILITY ENGINEERING fSUE1 QUALITY LEVEL "A" SOFT DIGS:
➢ LS will perform subsurface exploration at thirty (30) Soft-Dig/Verified Vertical Elevation and Horizontal
Locations (VVH).
➢ IS will mark thirty (30) Soft -Dig locations with white paint (white line) for the utilities.
➢ LS will coordinate dig ticket(s) with Sunshine 811 as needed.
➢ IS will use surface detection equipment such as an Electromagnetic Locator and Ground Penetrating Radar
(CPR) and will perform Quality Level "B" SUE Designation services according to the American Society of Civil
Engineers (ASCE) standards at thirty (3o) different locations.
➢ LS will provide Quality Level "A" SUE Soft -Dig services at thirty (3o) locations, which includes the horizontal
position and elevation of the top of the utility. IS will attempt to provide the bottom of utility, size, type of
material, and direction.
➢ LS will locate the Soft -Dig horizontal positions referenced to the Florida State Plane Coordinate System based
on the North American Datum of 1983/2011 (NAD83/ it) and ground elevations referenced to the North
American Vertical Datum of 1988 (NAVD88).
➢ LS will prepare the Verified Vertical Elevation and Horizontal Location (VVH) report for each Soft -Dig.
B. SURVEY LIMITS:
The thirty (3o) soft -digs within'la Gorce' located in Miami Beach, FL 33140. The client will provide
approximate locations of soft digs needed at the time of Notice to Proceed (NTP) or when conflicts are
identified. The project area is defined as per the attached location map provided by the Client.
C. DELIVERABLES:
Soft -dig locations will he designated by the number corresponding to the Vacuum Excavation Reports for each
Soft -Dig, along with all pertinent information.
D. TIME R COST:
The total professional fee to complete the Scope of Work described herein shall be a lump sum of
$uaa.00/per hole for a total of 628.a99.7o. LS has an estimated twen -five f20 business days from
finalizing the permitting process to complete these tasks. Notice to Proceed (NTP) is considered adequate
twenty-four (24) hours after this proposal agreement has been executed and returned to the undersigned.
Please Note: This fee includes Maintenance of Traffic (MOT), application, and/or permit fees
associated with the services. IS is unable to predict accurately how long the permitting
process will take. Estimated: one (i) Calendar Month.
LONGITUDE SURVEYORS 77D0 N. Kendau➢d oe i46S705 •Miami, FL 33156 • P: 305.463.0912 • LB 7335
Surveying and Mapping
3D Scanning
Subsurface Utility Engineering (SUE)
Drone Services (UAS)
I agree that by signing below, `I APPROVE AND ACCEPT," this proposal is a legally binding contract.
By:
(Authorized Signature)
(Typed or printed name)
Date:
Title:
On behalf of the firm, I thank you for the opportunity to present this proposal. We look forward to utilizing our best
professional efforts on your behalf on this very important project.
Respectfully Yours, /
6° 1
Eduardo M. Suarez, PSM/President
LONGITUDE SURVEYORS 7700 N. Kendall Odvae. $Ui}e.705 • Miami, FL 33156 • P: 305.463.0912 • LB 7335