Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
24032
AGREEMENT INFORMATION AGREEMENT NUMBER 24032 NAME/TYPE OF AGREEMENT TETRA TECH, INC. DESCRIPTION AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT/BRICKELL BAY DRIVE IMPROVEMENTS/FILE ID: 11991/R-22-0210/MATTER ID: 21-2948K EFFECTIVE DATE August 25, 2022 ATTESTED BY NICOLE EWAN ATTESTED DATE 8/25/2022 DATE RECEIVED FROM ISSUING DEPT. 8/25/2022 NOTE DOCUSIGN AGREEMENT BY EMAIL DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Procurement Dept DEPT. CONTACT PERSON: Anthony Hansen/Luis Caseres NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Tetra Tech, Inc. EXT. 1895 IS THIS AGREEMENT AS A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $2,865,753.00 FUNDING INVOLVED? 0 YES ❑ NO TYPE OF AGREEMENT: ['MANAGEMENT AGREEMENT ['PROFESSIONAL SERVICES AGREEMENT ['GRANT AGREEMENT ['EXPERT CONSULTANT AGREEMENT ['LICENSE AGREEMENT OYES LINO ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT OTHER: (PLEASE SPECIFY) Amendment No. 1 - RFQ 18-19-042 PURPOSE OF ITEM (BRIEF SUMMARY) Amendment No 1 to PSA with Tetra Tech Inc for Brickell Bay Drive Improvements - D2 COMMISSION APPROVAL DATE: 06/09/2022 FILE ID: 11991 ENACTMENT NO.: R-22-0210 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: N/A ROUTING INFORMATION Date Signature/Print APPROVAL BY DEPARTMENTAL DIRECTOR Reviewed by FVP. signatory party is listed in June 30, 2022 certificate A ie Pe I �n6: 57: ED- of Authority. �DocuSigned by: ,4- SUBMITTED TO RISK MANAGEMENT July 1, 2022 I A�n❑ MM �e h Ub'n1'3' is r'°e " 89b4Uhb(3(:AC468... DocuSignedby: SUBMITTED TO CITY ATTORNEY Matter ID# 21-2948K Pablo R. velez in behalf of (7/7/22) July 8, 2022 I 1A.�5Iaa;inci&a��y4E7.. ��_j�^0�� PLINPPM- Pin % Glfa9frFa 'in of intent to fund LEM 8/17/22 August 23, 20DocuSigned 2L"frid 39! in20 Ns— F1EF90AF6FE0457... by: DT _ project/contract APPROVAL BY ASSISTANT CITY MANAGER August 24, Z022L1rryZSI9i n 1 ,�7�as5~ Nzeribe Ihekwaba I 09:52:56 '—C9D2602B97E54174... f1°ocuSignedby: tUN prili , lit 1waaa APPROVAL BY DEPUTY CITY MANAGER August 24, 2022 \--45F9436AFE40458... RECEIVED BY CITY MANAGER August 24, 202Zi llurll�orZiRg DocuSigned by: 6 NOri F6c372DD42A... CLERK SUBMITTED TO AND ATTESTED BY CITY August 25, 2022 Todd H n n I 0g:1�e:18 p-DocuSignedby: E�D,�T�� : fwatit —18169471A31D411... 1) ONE ORIGINAL TO CITY CLERK 2) ONE COPY TO CITY ATTORNEY'S OFFICE 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 22194 DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 AMENDMENT OVERVIEW AMENDMENT TITLE: Amendment No. 1 to RFQ 18-19-042 Design Criteria Package for Brickell Bay Drive Improvements — D2 1. AWARD DELEGATED AUTHORITY: O Chief Procurement Officer — Authority level of $ ❑ City Manager — Authority level of $ ✓ City Commission — R-17-0099 2. PROCUREMENT METHOD: 1 RFP/Q 0 ITB 0 SOLE SOURCE 0 PIGGY -BACK 0 PROFESSIONAL SERVICES UNDER $25,000 0 OTHER (Please explain): 3. IF THIS IS AN AMENDMENT, WHAT IS THE NUMBER OF THE AMENDMENT AND WHAT DOES THIS AMENDMENT DO (INCREASE CAPACITY, CHANGE IN TERMS, ETC) BE SPECIFIC. Amendment No. 1 to Increase Capacity of Contract $1,534,753.00, thereby increasing the original not -to - exceed contract value from $1,331,000.00, to an amount not -to -exceed value of $2,865,753.00. 4. WAS THE AMENDMENT APPROVED BY THE CITY COMMISSION? ✓YES ❑ NO IF YES, WHAT IS THE RESOLUTION NUMBER? R-22-0210 5. WHAT IS THE SCOPE OF SERVICES? Professional services by the selected Consultant are necessary to provide the City of Miami ("City") with all disciplines required to complete 100% construction documents that shall encompass all necessary plans and specifications for the scope of work. The Consultant shall evaluate broad and specific threat assessments and preliminary scoping efforts to identify the Project needs to be considered as a priority. In addition, the Consultant shall focus on project -level planning and design to advance the Project needs that have already been identified as high -priority after previous City assessments and scoping efforts completed in August 2018 as part of the 100 Resilient Cities initiative. Proposed plans for the Project shall include the reconstruction of the sea wall and roads at or above grade, development of architectural standards for pedestrian, recreational, and vehicular waterfront access and passive contemplative areas, an enhanced bay walk/linear park, and bicycle path(s), and/or implementing other innovative urban, architectural, and/or engineering measures to mitigate the effects of natural hazards through green, blue, and gray infrastructure. The Project may include, but not be limited to, drainage improvements, stormwater modeling, reconstruction, milling and resurfacing, sidewalks, Americans with Disabilities Act ("ADA") compliant ramps, curb and gutters, pavement markings and striping, roadway signage, lighting, utility coordination, traffic engineering, landscaping, irrigation services, related permitting, and preparation of environmental mitigation plans, as applicable. 6. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? Office of Capital Improvements DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 7. IS THE AWARDEE THE INCUMBENT? N/A 8. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT? N/A 9. WHEN DOES THE CURRENT CONTRACT EXPIRE? Until final completion of construction of the Project and Final Payment is made to the Consultant. 10.WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? N/A 11.WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)? Florida Statutes, Section 287.055 DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH TETRA TECH, INC. FOR BRICKELL BAY DRIVE IMPROVEMENTS This Amendment No. 1 ("Amendment") to the Professional Services Agreement dated December 4, 2020 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and Tetra Tech, Inc., a Delaware corporation authorized to conduct business in the State of Florida ("Consultant"), (jointly the "Parties") for the provision of professional services for Brickell Bay Drive Improvements ("Services") for the City's Office of Capital Improvements ("OCI") is entered into this 25 day of Auqust , 2022. RECITALS WHEREAS, on August 27, 2019, the Department of Procurement ("Procurement") issued RFQ No. 18-19-042, under full and open competition, to procure design criteria package - related professional engineering services for the Brickell Bay Drive Improvements Project ("Project"); and WHEREAS, on October 22, 2019, seven (7) proposals were received by the Office of the City Clerk in response to the RFQ, and subsequently, two (2) proposals were found to be non- responsive to the Minimum Requirements of the RFQ, after Procurement completed its due diligence effort; and WHEREAS, on December 9, 2019, and on January 16, 2020, an Evaluation Committee met and completed the Steps 1 and 2 evaluations of the remaining five (5) proposals submitted by responsive and responsible proposers, following the guidelines stipulated in the RFQ; and WHEREAS, a Negotiation Committee appointed by the City Manager on February 2, 2020, met and conducted negotiations through September 1, 2020, finding Consultant to be the top ranked responsive and responsible Proposer; and WHEREAS, the contract terms and conditions negotiated and agreed upon by Consultant were formally accepted by the City on or about September 1, 2020; and WHEREAS, it has been determined to be in the best interest of the City to retain Consultant to further provide professional services beyond the scope of its original design criteria package -related agreement, up to and including one hundred percent 100% construction documents and construction administration services; and WHEREAS, successful negotiations have been held between the City and Consultant to define the level of effort and the cost associated to turn the original thirty percent (30%) construction documents into one hundred percent (100%) construction documents; and WHEREAS, it is in the best interest of the City to execute an Amendment to Consultant's agreement, increasing the original not -to -exceed project compensation amount by a not -to - exceed amount of one million five hundred thirty-four thousand seven hundred fifty-three ($1,534,753.00), thereby increasing the original not -to -exceed project compensation amount from one million three hundred thirty-one ($1,331,000.00) to the amended not -to -exceed project DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Amendment No. 1 to the Professional Services Agreement with Tetra Tech, Inc. for Brickell Bay Drive Improvements compensation amount of two million eight hundred sixty-five thousand seven hundred fifty-three ($2,865,753.00), for additional services associated with the completion of one hundred percent (100%) construction documents for the project, originally awarded as a design criteria package equivalent to thirty percent (30%) construction documents, as shown in Attachment "A," on a phased basis; and WHEREAS, due to the Project being executed in phases, the City Manager or City Manager's designee will have delegated authority to issue Consultant the appropriate Notices to Proceed for each phase, once the previous phase has been completed to the full satisfaction of the City, and subject to availability of funds; and WHEREAS, funds are to be allocated from the appropriate Capital Improvements project and Departmental budgets. NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 2.04-1 Compensation Limits are hereby increased by a not -to -exceed amount of one million five hundred thirty-four thousand seven hundred fifty-three ($1,534,753.00), thereby increasing the original not -to -exceed project compensation amount from one million three hundred thirty-one ($1,331,000.00) to the amended not - to -exceed project compensation amount of two million eight hundred sixty-five thousand seven hundred fifty-three ($2,865,753.00). The latter amount, composed of a lump sum fee of $946,000.00 for Phase I, $1,765,351.35 for Phase 11, and $154,401.65 for Owner's Contingency Allowance, is a Guaranteed Maximum Price inclusive, without limitation, of all fees, costs, and reimbursable expenses. 10.22 COUNTERPARTS; ELECTRONIC SIGNATURE This Agreement may be executed in counterparts, each of which shall be an original as against either Party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF, or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature promptly execute and deliver to the other parties an original signed Agreement upon request. 10.23 PROJECTS FUNDED BY FEDERAL OR STATE FUNDS a. Equitable Adjustment The Procurement Department may, in its sole discretion, make an equitable adjustment in the contract terms and/or pricing if pricing or availability of supply is affected by extreme or unforeseen volatility in the marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to circumstances beyond the Consultant/Contractor's control, (2) the volatility affects the marketplace or industry, not just the particular contract source of supply, (3) the effect on pricing or availability of supply is substantial, and (4) the volatility so affects the Consultant/Contractor that continued performance of the contract would results in a substantial loss. Consultant/Contractor might have to supply documentation to justify any requested percentage increase in cost to the City of Miami. DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Amendment No. 1 to the Professional Services Agreement with Tetra Tech, Inc. for Brickell Bay Drive Improvements b. Non -Appropriation of Funds In the event no fund or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to the Consultant/Contractor or his assignee of such occurrence, shall have the unqualified right to terminate the contract without penalty or expense to the City. No guarantee, warranty, or representation is made that any project(s) will be awarded to any firm(s). c. Subcontractors of Work Shall be Identified As part of the contract, Consultant/Contractor is required to identify any and all Subconsultants/Subcontractors that will be used in the performance of this proposed contract, their capabilities, experience, minority designation, as defined in Ordinance 10062 and the portion of the work to be done by the Subconsultant/Subcontractor. The Consultant/Contractor shall not, at any time during the tenure of the contract, subcontract any part of his operations or assign any portion or part of the contract, to Subconsultant/Subcontractor(s) not originally mentioned in their Proposal, except under and by virtue of permission granted by the City through the proper officials. Nothing contained in this specification shall be construed as establishing any contractual relationship between any Subconsultant/Subcontractor(s) and the City. The Consultant/Contractor shall be fully responsible to the City for the acts and omissions of the Subconsultant/Subcontractor(s) and their employees, as for acts and omissions of persons employed by the Consultant/Contractor. d. Davis -Bacon Act Federally assisted construction contracts must adhere to Davis -Bacon Act wages and benefits rate schedules. Consultant/Contractor shall use the Federal Wages reflected in Wage General Decision Number FL 180260 01/12/2018 FL260 in developing its proposal for this Consultant/Contractor shall be required to provide certified payroll records documenting the work performed on this project. e. Compliance with the Copeland "Anti -Kickback" Act 1. The Consultant/Contractor shall comply with 18 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. 2. The Consultant/Contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may be appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The Consultant/Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. 3. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a Consultant/Contractor and subcontractor as provided in 29 C.F.R. § 5.12. f. Compliance with the Contract Work Hours and Safety Standards Act 1. Overtime Requirements: No Consultant/Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty (40) hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one half time the basic rate of pay DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Amendment No. 1 to the Professional Services Agreement with Tetra Tech, Inc. for Brickell Bay Drive Improvements g• for all hours worked in excess of forty (40) hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages: In the event of any violation of the clause set forth in paragraph (1) of this section, the Consultant/Contractor, and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such Consultant/Contractor and subcontractor shall be liable to the United States (in case of the work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty (40) hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. 3. Withholding for unpaid wages and liquidated damages: The City of Miami shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Consultant/Contractor or subcontractor under any such contract or any other Federal contract with the same Consultant/Contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the Consultant/Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Consultant/Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. 4. The Consultant/Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontract. The Consultant/Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraph (1) through (4) of this section. Parts at Pass -Through Cost (for Repairs Outside the Scope of Work) All cost for parts required for repair jobs and not otherwise included in the scope of work shall be billed at the Consultant/Contractor's actual cost and will be passed on to the City without markup or any additional fees. The Consultant/Contractor shall submit purchase receipt of parts along with the Tabor invoice for payment. The Consultant/Contractor shall be responsible for sourcing all parts necessary to complete the work requirements of each job specification. Replacement parts furnished must be of the same manufacturer or an equal product. All equipment and materials shall be commercial quality and grade and be from a regular product line. Prototype, obsolete, and residential quality/grade equipment/materials shall not be specified or installed in the facilities. h. Notification to Perform Work The Consultant/Contractor shall notify the Project Manager when an employee is on the property and for what purpose. i. Background Checks The Consultant/Contractor shall be required to comply with the background screening specifications as listed in the Jessica Lunsford Act, Florida Statue § 1012- DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Amendment No. 1 to the Professional Services Agreement with Tetra Tech, Inc. for Brickell Bay Drive Improvements 1. 32. The law requires that before contract personnel are permitted access on grounds when children are present, or if they will have direct contact with children, or have access to or control of school funds, they must have completed Level Two (2) screening requirements. Prior to commencement of the project, the Consultant/Contractor shall provide Level Two (2) background screening results for all employees completing the work on park grounds. Equal Employment Opportunity During the performance of any resulting contract from an RFQ, the Consultant/Contractor agrees as follows: 1. The Consultant/Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Consultant/Contractor will take affirmative action to ensure that applicants are employed, and the employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Consultant/Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2. The Consultant/Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Consultant/Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. 3. The Consultant/Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representative of the Consultant/Contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. The Consultant/Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 5. The Consultant/Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 6. In the event of the Consultant/Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Consultant/Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Amendment No. 1 to the Professional Services Agreement with Tetra Tech, Inc. for Brickell Bay Drive Improvements provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 7. The Consultant/Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or order of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Consultant/Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a Consultant/Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Consultant/Contractor may request the United States to enter into such litigation to protect the interests of the United States. k. Clean Air Act 1. The Consultant/Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2. The Consultant/Contractor agrees to report each violation to the City of Miami and understands and agrees that the City of Miami will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The Consultant/Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. I. Federal Water Pollution Control Act 1. The Consultant/Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C.1251 et seq. 2. The Consultant/Contractor agrees to report each violation to the City of Miami and understands and agrees that the City of Miami will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The Consultant/Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. m. No Obligation by Federal Government The Federal Government is not a party to this contract and is not subject to any obligation or liabilities to the non -Federal entity, Consultant/Contractor, or any other party pertaining to any matter resulting from the contract. n. Program Fraud and False or Fraudulent Statements or Related Acts The Consultant/Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Consultant/Contractor's actions pertaining to this contract. o. Byrd Anti -Lobbying Amendment, 31 U.S.C. § 1352 (As Amended) Consultant/Contractor who bid for an award of $100,000 or more shall file the DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Amendment No. 1 to the Professional Services Agreement with Tetra Tech, Inc. for Brickell Bay Drive Improvements required certification. Each tier certifies to the tier above that it will not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer, or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non- federal funds that take place in connection with obtaining any federal award. Such disclosures are forwarded form tier to tier, and up to the recipient. Please refer to the "Certification Regarding Lobbying" attachment. It is MANDATORY for the Consultant/Contractor to return this form signed along with their Proposal. p. Procurement of Recovered Materials 1. In the performance of this contract, the Consultant/Contractor shall make maximum use of products containing recovered materials that are EPA - designated items unless the product cannot be acquired; a. Competitively within a timeframe providing for compliance with the contract performance schedule; b. Meeting contract performance requirements; or c. At a reasonable price. 2. Information about this requirement, along with the list of EPA -designate items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa. qov/smm/comprehensive-procurement-quideline-cpq-program. DHS, Seal, Logo, and Flags The Consultant/Contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre -approval. r. Compliance with Federal Law, Regulations, and Executive Orders This is an acknowledgement that FEMA financial assistance will be used to fund this contract only. The Consultant/Contractor will comply with all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. s. Access to Records 1. The Consultant/Contractor agrees to provide the City of Miami, (insert name of project manager), the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Consultant/Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. 2. The Consultant/Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 3. The Consultant/Contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. t. Suspension and Debarment 1. This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the Consultant/Contractor is required to verify that none of the Consultant/Contractor, its principals (defined at 2 C.F.R. §180.995), q• DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Amendment No. 1 to the Professional Services Agreement with Tetra Tech, Inc. for Brickell Bay Drive Improvements or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). 2. The Consultant/Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. 3. This certification is a material representation of fact relied upon by City of Miami. If it is later determined that the Consultant/Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the State of Florida, and the City of Miami, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. 4. The Consultant/Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period offer. The Consultant/Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions. u. United States Housing and Urban Development; CDBG-MIT 1. This contract is funded by US HUD dollars and Community Development Block Grant (CDBG) dollars, and/or CDBG Mitigation (CDBG-MIT) dollars, and therefore, is subject to federal procurement regulations 2 CFR 200.318 to 200.327. 2. Unless a fixed -price contract is used, profit must be negotiated as a separate element of the price for each contract in which there is no price competition and, in all cases, where a cost analysis is performed. To establish a fair and reasonable profit, consideration must be given to the complexity of the work to be performed, the risk borne by the Consultant/Contractor, the Consultant/Contractor's investment, the amount of subcontracting, the quality of its record of past performance, and industry profit rates in the surrounding geographical area for similar work. v. Section 3 of the Housing and Urban Development Act of 1968 1. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The purpose of section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD -assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. 2. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. 3. The Consultant/Contractor agrees to send to each labor organization or representative of workers with which the Consultant/Contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the Consultant/Contractor's commitments under this section 3 clause and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Amendment No. 1 to the Professional Services Agreement with Tetra Tech, Inc. for Brickell Bay Drive Improvements the section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. 4. The Consultant/Contractor agrees to include this section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The Consultant/Contractor will not subcontract with any subcontractor where the Consultant/Contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. 5. The Consultant/Contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the Consultant/Contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the Consultant/Contractor's obligations under 24 CFR part 135. 6. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions; termination of this contract for default, and debarment or suspension from future HUD assisted contracts. 7. With respect to work performed in connection with section 3 covered Indian housing assistance, section 7(b) of the Indian Self -Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and section 7(b) agree to comply with section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). w. Rights to Inventions Made Under a Contract or Agreement If the Federal award meets the definition of "funding agreement" under 37 CFR § 401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Attachment "A," Articles A2, specifically A2-01 through A2-19 are hereby expanded by the scope of services included in the latest proposal submitted by Tetra Tech, dated November 19, 2021, as approved by the City, and which is made part of this amendment. Except as provided above, all other terms and conditions of the Agreement continue in operative force and effect and are not modified. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Amendment No. 1 to the Professional Services Agreement with Tetra Tech, Inc. for Brickell Bay Drive Improvements IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, the day and year above written. "Consultant" WITNESS/ATTEST TETRA TECH, INC., a Delaware Corporatio re Preston Hopson, Secretary Print Name, Title ATTEST CONSULTANT Secret (Affirm CONSULTANT Seal, if available) ATTEST: DocuSigned by: Matt, twatA, 1R169471A31n411 Todd B. Hannon, City Clerk APPROVED AS TO INSURANCE REQUIREMENTS: DocuSigned by: Fro& Gawp,) nng ar e Sharpe, Director Risk Management Department Signature Richard Lemmon, Senior Vice President Print Name, Title of Authorized Officer or Official (Corporate Seal) "City" CITY OF MIAMI, a Florida municipal corporation DocuSigned by: NOlntl& ArfVNo egaV, City Manager APPROVED AS TO LEGAL FORM AND CORRECTNESS: DocuSigned by: __FI.EEannFRFFnas7 Victoria Mendez, City Attorney DS Matter 21-294i�v DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Amendment No. 1 to the Professional Services Agreement with Tetra Tech, Inc. for Brickell Bay Drive Improvements CORPORATE RESOLUTION (This Resolution must authorize the signatory to sign) WHEREAS, Tetra Tech, Inc., a Delaware Corporation ("Corporation"), desires to enter into this Amendment with the City of Miami, a Florida municipal corporation ("City"), for the purpose of performing the work described therein this Amendment to which this corporate resolution is attached; and WHEREAS, the Corporation's Board of Directors at a duly held corporate meeting has considered the matter in accordance with the bylaws of the Corporation; NOW, THEREFORE, BE IT RESOLVED BY THE CORPORATION'S BOARD OF DIRECTORS that the Corporation is authorized to enter into this Amendment with the City, and the Corporation's President and the Secretary are hereby authorized and directed to execute the Amendment in the name of the Corporation and to execute any other document and perform any acts in connection therewith as may be required to accomplish its purpose. ,tom IN WITNESS WHEREOF, this ; Z' day of April , 2022. Tetra Tech, Inc. (Corporation) A Delaware (State) corporation By: ���' �� (sign) Print Name: TITLE: Secreta (sign) Print Name: Richalld Lemmon, Senior Vice President DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Amendment No. 1 to the Professional Services Agreement with Tetra Tech, Inc. for Brickell Bay Drive Improvements CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of Tetra Tech, Inc. , a corporation organized and existing under the laws of the State of Delaware , held on 26th of July , 20 22 , a resolution was duly passed and adopted authorizing (Name) Richard Lemmon as (Title) Senior Vice President of the corporation to execute agreements on behalf of the corporation and providing that their execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand thisT day of April „ 20 22 Secretary: Print: Preston Hopson NOTARIZATION STATE OF ) SS: COUNTY OF ) The foregoing instrument was acknowledgedv'before me this day of 20 , by , who is personally known to me or who has produced / as identification and who (did / did not) take an oath. \ L /?T.th C-4,C4 /l (3A i fcee4-, SIGNATURE OF NOTARY PUBLIC STATE OF PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles 1 On Apr, 1 before me, Christine S. Garcia, Notary Public Date personally appeared Richard A. Lemmon Here Insert Name and Title of the Officer Name(s) of Signer( who proved to me on the basis of satisfactory evidence to be the persons} whose names) is/axasubscribed to the within instrument and acknowledged to me that he/she/flaw executed the same in his/Aer/t reir authorized capacity(ies}, and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. CHRISTINE S. GARCIA = Notary Public - California 7 Los Angeles County Commission = 2367470 My Comm. Expires Jul 24, 2025 Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature alaLii.ae OPTIONAL Signature of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer — Title(s): 0 Corporate Officer — Title(s): ❑ Partner — 0 Limited 0 General 0 Partner — 0 Limited 0 General ❑ Individual 0 Attorney in Fact 0 Individual 0 Attorney in Fact ❑ Trustee 0 Guardian or Conservator 0 Trustee 0 Guardian or Conservator ❑ Other: 0 Other: Signer is Representing: Signer is Representing: ©2019 National Notary Association DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 ACORN® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 10/19/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Aon Risk Insurance Services West, Inc. Los Angeles CA office 707 Wilshire Boulevard Suite 2600 Los Angeles CA 90017-0460 USA CONTACT NAME: (A///CC.NNo. Ext): (866) 283-7122 FAX No.): C800) 363-0105 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURED Tetra Tech, Inc. 63 am Blue Lagoon Drive, Suite 305 MiINSURER Miami FL 33126 USA INSURER A: Zurich American Ins Co 16535 INSURERB: American Guarantee & Liability Ins Co 26247 C: Lexln ton Insurance com an 9 p Y 19437 INSURER D: American international Group UK Ltd AA1120187 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570089911826 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, Limits shown are as requested INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) OMITS A X COMMERCIAL GENERAL LIABILITY Y Y GLo181740603 10/01/2021 10/01/2022 EACH OCCURRENCE $2,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $1,000,000 X X,C,U Coverage MED EXP (Any one person) $10, 000 PERSONAL & ADV INJURY $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: Approved by Frank Gomez 10/22/2021 GENERAL AGGREGATE $4,000,000 POLICY X PRO X JECT LOC PRODUCTS - COMP/OPAGG $4,000,000 OTHER: A AUTOMOBILE LIABILITY Y BAP 1857085 03 10/01/2021 10/01/2022 COMBINED SINGLE LIMIT (Ea accident) $5.000.000 X ANY AUTO BODILY INJURY ( Per person) OWNED SCHEDULED AUTOS BODILY INJURY (Per accident) A AUTOS ONLY HIRED AUTOS ONLY NON -OWNED AUTOS ONLY PROPERTY DAMAGE (Per accident) D X UMBRELLA LIAB X OCCUR 62785232 10/01/2021 10/01/2022 EACH OCCURRENCE $10,000,000 EXCESS LIAB CLAIMS -MADE AGGREGATE $10,000,000 DED X RETENTION $100,000 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y wc254061603 10/01/2021 10/01/2022 RIPER STATUTE I IOTH_ ER B ANY PROPRIETOR/ PARTNER / Y/N N N/A wc185708703 10/01/2021 10/01/2022 E.L. EACH ACCIDENT $1,000,000 EXECUTIVE OFFICER/MEMBER (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $1,000,000 c Env Contr Prof 018182375 Prof/Poll Liab SIR applies per policy terms 10/01/2021 & conditions 10/01/2022 Each Claim Agggregate $1,000,000 $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101 Additional Remarks Schedule, may be attached if more space is required) RE: Civil Engineering services for Miscellaneous Projects. Professional/Pollution Liability Retro Date: 02/04/1988. City Of Miami are included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies as required by written contract. A Waiver of Subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the General Liability and workers Compensation policies as required by written contract. General Liability evidenced herein is Primary to other insurance available to an Additional Insured, but only in accordance with the policy provisions as required by written contract. General Liability evidenced herein is Non -Contributory to other insurance available to an Additional Insured, but only in accordance with the policy provisions as required by written CERTIFICATE HOLDER CANCELLATION City of Miami Attn: Luis Caceres 444 Sw 2nd Ave. Miami FL 33130 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE sd. Asif,,matane, e%t„ur.Ed WAX. Holder Identifier : 3ABH 570089911826 Certificate No : ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 AGENCY CUSTOMER ID: LOC #: 570000036654 ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY Aon Risk Insurance Services West, Inc. NAMED INSURED Tetra Tech, Inc. POLICY NUMBER See Certificate Numbe 570089911826 CARRIER see Certificate Numbe 570089911826 NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Additional Description of Operations / Locations / Vehicles: contract. Stop Gap Coverage for the following states: OH, ND, WA, WY. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 From: Gomez Jr., Francisco (Frank) To: Caseres, Luis; Ouevedo, Terry Subject: RE: COI -Tetra Tech Inc. - Exp. 10/01/21 Date: Friday, October 22, 2021 2:52:59 PM Attachments: image004.png Luis, The COI is adequate. Thanks, Frank Gomez, PIAM, CPU I Property & Casualty Manager City of Miami Risk Management (305) 416-174o Office (305) 416-1760 Fax fgomez@miamigov.com "Serving, Enhancing, and Transforming our Community" From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Friday, October 22, 2021 2:48 PM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQuevedo@miamigov.com> Subject: FW: COI -Tetra Tech Inc. - Exp. 10/01/21 Good afternoon, Please review and approve. Best regards, DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 City of Miami Legislation Resolution Enactment Number: R-22-0210 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 11991 Final Action Date:6/9/2022 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), AUTHORIZING AN AMENDMENT FOR AN INCREASE TO THE PROFESSIONAL SERVICES AGREEMENT ("AGREEMENT") WITH TETRA TECH, INC., A FOREIGN PROFIT CORPORATION REGISTERED TO CONDUCT BUSINESS IN FLORIDA ("TETRA TECH"), SOLICITED AND AWARDED PURSUANT TO REQUEST FOR QUALIFICATIONS ("RFQ") NO. 18-19-042, TO PROVIDE PROFESSIONAL ENGINEERING SERVICES FOR THE BRICKELL BAY DRIVE IMPROVEMENTS PROJECT - D2 ("PROJECT"), BY A NOT -TO -EXCEED AMOUNT OF ONE MILLION FIVE HUNDRED THIRTY FOUR THOUSAND SEVEN HUNDRED FIFTY THREE DOLLARS ($1,534,753.00), THEREBY INCREASING THE ORIGINAL NOT -TO - EXCEED PROJECT COMPENSATION AMOUNT FROM ONE MILLION THREE HUNDRED THIRTY ONE THOUSAND DOLLARS ($1,331,000.00) TO THE AMENDED NOT -TO -EXCEED PROJECT COMPENSATION AMOUNT OF TWO MILLION EIGHT HUNDRED SIXTY FIVE THOUSAND SEVEN HUNDRED FIFTY THREE DOLLARS ($2,865,753.00), FOR ADDITIONAL SERVICES ASSOCIATED WITH THE ONE HUNDRED PERCENT (100%) COMPLETION OF THE CONSTRUCTION DOCUMENTS FOR THE PROJECT, ORIGINALLY AWARDED AS A DESIGN CRITERIA PACKAGE WITH A THIRTY PERCENT (30%) COMPLETION OF THE CONSTRUCTION DOCUMENTS, AS SHOWN IN ATTACHMENT "A," HEREBY ATTACHED AND INCORPORATED, ON A PHASED BASIS; ALLOCATING FUNDS FROM THE APPROPRIATE CITY OF MIAMI ("CITY") OFFICE OF CAPITAL IMPROVEMENTS ("OCI") PROJECT AND DEPARTMENTAL BUDGETS, SUBJECT TO THE AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT THE TIME OF NEED, PER EACH PHASE; AUTHORIZING THE CITY MANAGER TO EXECUTE THE AMENDMENT TO THE AGREEMENT WITH TETRA TECH, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR SAID PURPOSE, AND TO ISSUE TETRA TECH THE APPROPRIATE NOTICES TO PROCEED FOR EACH SUCCESSIVE PHASE, ONCE THE PRIOR PHASE HAS BEEN COMPLETED TO THE FULL SATISFACTION OF THE CITY; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL DOCUMENTS, INCLUDING ANY AMENDMENTS, RENEWALS, AND EXTENSIONS, SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, PRIOR BUDGETARY APPROVALS, COMPLIANCE WITH ALL APPLICABLE PROVISIONS OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE'), INCLUDING THE CITY'S PROCUREMENT ORDINANCE, ANTI -DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE CITY CODE, IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, AND IN COMPLIANCE WITH ALL APPLICABLE LAWS, RULES, AND REGULATIONS, AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE. WHEREAS, on August 27, 2019, the City of Miami ("City') Department of Procurement ("Procurement") issued Request for Qualifications ("RFQ") No. 18-19-042, under full and open competition, to procure design criteria package -related professional engineering services for the Brickell Bay Drive Improvements Project — D2 ("Project"); and DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 WHEREAS, on October 22, 2019, seven (7) proposals were received by the Office of the City Clerk in response to the RFQ and, upon Procurement completing its due diligence efforts, two (2) proposals were found to be nonresponsive to the Minimum Requirements of the RFQ; and WHEREAS, on December 9, 2019, and on January 16, 2020, an Evaluation Committee met and completed Steps No. 1 and 2 of the evaluations of the remaining five (5) proposals submitted by responsive and responsible proposers, following the guidelines stipulated in the RFQ; and WHEREAS, on February 2, 2020, a Negotiation Committee, appointed by the City Manager, met and conducted negotiations through September 1, 2020, finding Tetra Tech, Inc., a foreign profit corporation registered to conduct business in Florida ("Tetra Tech"), to be the top ranked responsive and responsible Proposer; and WHEREAS, on September 1, 2020, the negotiated and Tetra Tech agreed to Professional Services Agreement ("Agreement") terms and conditions were formally accepted by the City; and WHEREAS, it has been determined that it is in the best interest of the City to retain Tetra Tech to further provide professional services beyond the scope of its original design criteria package -related Agreement, up to and including one hundred percent (100%) complete construction documents and construction administration services; and WHEREAS, successful negotiations have been held between the City and Tetra Tech to define the level of effort and the cost associated with turning the original thirty percent (30°/0) complete construction documents into one hundred percent (100%) complete construction documents; and WHEREAS, the City Manager requests authorization to execute an Amendment to Tetra Tech's Agreement, increasing the original not -to -exceed Project compensation amount by a not to -exceed amount of One Million Five Hundred Thirty Four Thousand Seven Hundred Fifty Three Dollars ($1,534,753.00), thereby increasing the original not -to -exceed Project compensation amount from One Million Three Hundred Thirty One Thousand Dollars ($1,331,000.00) to the amended not -to -exceed Project compensation amount of Two Million Eight Hundred Sixty Five Thousand Seven Hundred Fifty Three Dollars ($2,865,753.00), for additional services associated with the one hundred percent (100%) completion of the construction documents for the Project, originally awarded as a design criteria package with a thirty percent (30%) completion of the construction documents, as shown in Attachment "A," hereby attached and incorporated, on a phased basis; and WHEREAS, due to the Project being executed in phases, the City Manager, or City Manager's designee, will have delegated authority to issue Tetra Tech the appropriate Notices to Proceed for each successive phase, once the prior phase has been completed to the full satisfaction of the City; and WHEREAS, funds are to be allocated from the appropriate City Office of Capital Improvements ("OCI") project and departmental budgets; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Section 2. An Amendment for an increase to the Agreement with Tetra Tech, solicited and awarded pursuant to RFQ No. 18-19-042, to provide professional engineering services for the Project, by a not -to -exceed amount of One Million Five Hundred Thirty Four Thousand Seven Hundred Fifty Three Dollars ($1,534,753.00), thereby increasing the original not -to - exceed Project compensation amount from One Million Three Hundred Thirty One Thousand Dollars ($1,331,000.00) to the amended not -to -exceed Project compensation amount of Two Million Eight Hundred Sixty Five Thousand Seven Hundred Fifty Three Dollars ($2,865,753.00), for additional services associated with the one hundred percent (100%) completion of the construction documents for the Project, originally awarded as a design criteria package with a thirty percent (30%) completion of the construction documents, as shown in Attachment "A," hereby attached and incorporated, on phased basis, is approved. Section 3. Funds shall be allocated from the appropriate OCI project and departmental budgets, subject to the availability of funds and budgetary approval at the time of need, per each phase. Section 4. The City Manager is authorized' to execute the Amendment to the Agreement with Tetra Tech, in a form acceptable to the City Attorney, for said purpose, and to issue Tetra Tech the appropriate Notices to Proceed for each successive phase, once the prior phase has been completed to the full satisfaction of the City. Section 5. The City Manager is further authorized' to negotiate and execute any and all documents, including any amendments, renewals, and extensions, subject to all allocations, appropriations, prior budgetary approvals, compliance with all applicable provisions of the Code of the City of Miami, Florida, as amended ("City Code"), including the City's Procurement Ordinance, Anti -Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of the City Code, in forms acceptable to the City Attorney, and in compliance with all applicable laws, rules, and regulations, as may be deemed necessary for said purpose. Section 6. This Resolution shall become effective immediately upon its adoption. APPROVED AS TO FORM AND CORRECTNESS: na ,, ity ttor 5/31/2022 1 The herein authorization is further subject to compliance with all legal regulations that may be imposed, including but not limited to those prescribed by applicable City Charter and City Code provisions. DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Detail by Entity Name DIVISION OF CORPORATIONS Jib/1i1J11�J (, .or9 )DPA Er(J� r i an official Saud of Florida website Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Foreign Profit Corporation TETRA TECH, INC. Filing Information Document Number P19034 FEI/EIN Number 95-4148514 Date Filed 04/28/1988 State DE Status ACTIVE Last Event CORPORATE MERGER Event Date Filed 12/30/2003 Event Effective Date 01/02/2004 Principal Address 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Changed: 07/14/2003 Mailing Address 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Changed: 07/14/2003 Registered Agent Name & Address CT CORPORATION SYSTEM 1200 S. PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 03/18/1992 Address Changed: 03/18/1992 Officer/Director Detail Name & Address Title Senior Vice President, Chief Engineer BROWNLIE, WILLIAM R https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inguirytype=EntityName&directionType=Initial&searchNameOrder=TETRATE... 1/5 DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 3475 E. Foothill Blvd. Pasadena, CA 91107 Detail by Entity Name Title Senior Vice President, Corporate Administration LEMMON, RICHARD A 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title Executive Vice President, CFO and Assistant Secretary BURDICK, STEVEN M 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title Chairman of the Board, CEO Batrack, Dan L. 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title Senior Vice President, Chief Information Officer Christensen, Craig L 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title President Shoemaker, Leslie L 3475 E. Foothill Blvd. Pasadena, CA 91107 Title Senior Vice President, Corporate Controller Carter, Brian N 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title Director Lewis, J. Christopher 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title Director Haden, Patrick C 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title Director https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inguirytype=EntityName&directionType=Initial&searchNameOrder=TETRATE... 2/5 DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Detail by Entity Name Thompson, J. Kenneth 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title Director Ritrievi, Kimberly E 3475 E FOOTHILL BLVD PASADENA, CA 91107 Title Director Volpi, Kirsten M 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title SVP BIAGI , JAMES Q, Jr. 4967 U.S. Hwy 42 Ste. 210 Louisville, KY 40222 Title Director Maguire, Joanne M. 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title Senior Vice President and President of the Client Account Management Division and Commercial/International Services Group Amidon, Derek G 4750 W. 2100 South Ste. 400 Salt Lake City, UT 84120 Title Senior Vice President, President of the Government Services Group and President of the United States Government Division Argus, Roger R. 1230 Columbia Street Suite 1000 San Diego, CA 92101 Title Senior Vice President and President of the Canada and South America Division Teufele, Bernard 14940 123 Avenue Edmonton, AB T5V 1B4 CA https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inguirytype=EntityName&directionType=Initial&searchNameOrder=TETRATE... 3/5 DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Title Secretary Detail by Entity Name Hopson, Preston 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title VPFS JENKINS, LAWRENCE E 201 E. PINE ST. ORLANDO, FL 32801 Title Director Birkenbeuel, Gary R. 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title SVP, Enterprise Risk Management O'Rourke, Brendan 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title SVP and President of the Resilient and Sustainable Infrastructure Division Rynning, Mark A. 201 E. Pine Street Suite 1000 Orlando, FL 32801 Title Treasurer Wu, Jim 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Annual Reports Report Year Filed Date 2019 01/02/2019 2020 01/02/2020 2021 01/04/2021 Document Images 01/04/2021 --ANNUAL REPORT 01/02/2020 --ANNUAL REPORT 01/02/2019 --ANNUAL REPORT 05/18/2018 -- AMENDED ANNUAL REPORT 01/03/2018 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inguirytype=EntityName&directionType=Initial&searchNameOrder=TETRATE... 4/5 DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Detail by Entity Name 11/21/2017 -- AMENDED ANNUAL REPORT 01/05/2017 --ANNUAL REPORT 01/12/2016 --ANNUAL REPORT 01/07/2015 --ANNUAL REPORT 04/24/2014 -- AMENDED ANNUAL REPORT 01/10/2014 -- ANNUAL REPORT 01/03/2013 --ANNUAL REPORT 02/09/2012 -- ANNUAL REPORT 01/18/2012 -- ANNUAL REPORT 02/15/2011 -- ANNUAL REPORT 01/29/2011 -- ANNUAL REPORT 01/28/2010 --ANNUAL REPORT 01/14/2009 --ANNUAL REPORT 02/15/2008 -- ANNUAL REPORT 03/12/2007 -- ANNUAL REPORT 02/08/2006 -- ANNUAL REPORT 02/23/2005 -- ANNUAL REPORT 01/31/2005 --ANNUAL REPORT 05/13/2004 -- ANNUAL REPORT 05/05/2004 -- ANNUAL REPORT 03/01/2004 -- ANNUAL REPORT 12/30/2003 -- Merger 07/14/2003 -- ANNUAL REPORT 03/03/2002 -- ANNUAL REPORT 05/15/2001 --ANNUAL REPORT 05/04/2000 -- ANNUAL REPORT 04/07/1999 -- ANNUAL REPORT 07/29/1998 -- ANNUAL REPORT 04/09/1997 -- ANNUAL REPORT 02/09/1996 -- ANNUAL REPORT 04/14/1995 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inguirytype=EntityName&directionType=Initial&searchNameOrder=TETRATE... 5/5 DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 [m] TETRATEGH November 19, 2021 Angel Carrasquillo, P.E. Director Office of Capital Improvements City of Miami 444 SW 2nd Avenue, 8th Floor Miami, FL 33130 Subject: City of Miami — Design Criteria Professional for Brickell Bay Drive Improvements RFQ No. 18-19-042 B-193802 Final Design Fee Proposal Dear Mr. Carrasquillo: Tetra Tech, Inc. is pleased to provide this proposal to provide the services identified below for the project entitled "Brickell Bay Drive Improvements", pursuant to the Professional Service Agreement with the City of Miami for Design Criteria Professional for Brickell Bay Drive (RFQ No. 18-19-042), dated December 3, 2020. 1. GENERAL The City of Miami (City) is revitalizing, renewing, and enhancing its waterfront on Brickell Bay Drive from Southeast 14th Street to Southeast 15th Road. The City will be implementing its vision to adapt Brickell Bay Drive and protect it from future storm surge and sea level rise while encouraging waterfront connectivity, creating open space, and improving the natural environment and the local ecosystem. Creating a long-term stewardship structure that protects and enhances quality of life and public and private investments is essential to keeping the Brickell Bay Drive waterfront area a functional, long-term resilient and adaptable asset. On December 30, 2020, Tetra Tech enter into Agreement RFQ 18-19-042 — Design Criteria Professional for Brickell Bay Drive Improvements, with the City to provide comprehensive civil engineering and design services necessary to complete the Design Criteria Package for the Brickell Bay Drive Improvements project (the "Project"). The agreement included two phases. On March 3, 2021, Tetra Tech received Notice to Proceed (NTP) for Phase I. See Attachment A. On August 3, 2021, the City provided Tetra Tech a notification indicating the City's desire to modify the existing project approach to now provide interdisciplinary services to complete the Project as design -bid -build. The modified approach will include services for preparation of final signed and sealed design documents, regulatory permitting, bidding, and construction administration. This request was the result of the procurement requirements from the Federal Emergency Management Agency (FEMA) to provide funding for the construction of the project. 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 305-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 2 of 28 Table 1. Original Contract and Revised Amounts Task Original Amount Revised Amount Notes Phase I A2.03 Coordination Meetings & Presentations $30,004.44 $30,004.44 1 A2.04 Vision Statement Goals Objectives $20,000.00 $20,000.00 1 A2.05 Civil Engineering and Design Services $200,623.71 $200,623.71 1 A2.06 Adaptation Planning $143,462.01 $143,462.01 1 A2.07 Real Estate Impact Assessment $61,085.25 $61,085.25 1 A2.08 Design Alternative Analysis $173,824.32 $173,824.32 1 A2.09 Design Criteria / Guidelines $64,632.18 $0.00 5 A2.10 Public Engagement $14,067.32 $14,067.32 1 A2.11 Design and Engineering (DCP, 30% Plans and Specifications) $144,400.77 $144,400.77 1 A2.12 Cultural Assessments Services (NTE Allowance) $ 5,000.00 $ 5,000.00 1 B2.13 (new) Basis of Design Report (BODR) $0.00 $62,762.70 Phase I Total Sub -Total $857,100.00 $855,230.52 B2.14 (new) Dedicated Allowance Pump Station Siting Study and H/H Evaluation` $0.00 $67,831.55 B2.15 (new) Dedicated Allowance for Art Sculpture Assessment* $0.00 $15,000.00 Phase I Total Sub -Total - Dedicated Allowances $0.00 $82,831.55 Reimbursable Expenses $ 2,900.00 $ 2,900.00 Phase I Total Sub -Total $860,000.00 $940,962.70 Contingency (NTE Allowance)* $86,000.00 $5,037.93 Phase I Total $946,000.00 $946,000.00 Phase II A2.13 Hydrographic Survey (NTE Allowance) $11,000.00 $0.00 3 A2.14 Offshore Investigation (NTE Allowance) $37,000.00 $0.00 3 A2.15 Benthic Survey (NTE Allowance) $50,000.00 $0.00 2 A2.16 Bidding and Award $25,000.00 $0.00 4 A2.17 Engineering Support Services $130,000.00 $0.00 4 A2.18 Public Engagement During Construction (NTE Allowance) $40,000.00 $0.00 4 A2.19 Coastal Modeling (NTE Allowance) $50,000.00 $0.00 1 Reimbursable Expenses $7,000.00 $0.00 Phase II Sub -Total $350,000.00 $0.00 Contingency (NTE Allowance) $35,000.00 $0.00 Phase II Total $385,000.00 $0.00 Total Services $1,331,000.00 $946,000.00 1. No changes in scope or fee. Fee is necessary for completion of design project. 2. No change in fee or scope. Fee is necessary for completion of design project. Cost to be included in new Work Order. 3. Fee and scope not used. Fee not necessary for completion of design project. 4. Original fee not used, scope and new fee in new proposal. 5. Item removed by the City. * Activities can only be performed if approved by City of Miami. 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 305-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 3 of 28 Tetra Tech was also asked to evaluate which tasks from the original contract could be removed or eliminated and to provide a proposal for the tasks, not included in the original contract, needed to provide the services requested. In November 2021, the City initiated negotiations for the provision of services for the completion of a 100% Engineering Package for the Brickell Bay Drive Project. Table 1, above, includes a detail of the fees and tasks of each of the phases, as well as their original and revised amounts. 2. SCOPE OF WORK FOR ADDITIONAL TASKS FOR PHASE I Task B2.13 Basis of Design Report (BODR) This task consists of the preparation of a Basis of Design Report (BODR) that will clearly identify the basis of design for the project. The BODR will summarize the criteria used in the project. These criteria may include: ■ Roadway Geometry ■ Coastal, geotechnical, structural, and environmental aspects of the seawall ■ Floodway Impacts/Encroachment ■ Erosion and Sedimentation ■ Site and Regional Topography ■ Storm Drainage and Green Infrastructure ■ Storm surge, coastal flooding and tidal related flooding ■ Sea Level Rise Projections ■ Water Quantity and Quality ■ Protected Species in the area ■ Coastal Wetlands and benthic habitat ■ Cultural Resource Constraints (historic properties and archeology) ■ Mobility Impacts - Pedestrian, Bicycle, Vehicle, and Parking Impacts ■ Land Use, Zoning and Public Policy ■ Urban Design and Visual/Aesthetics ■ Open Space and Recreation ■ Tree canopy ■ Sunshade, solar radiance/urban heat island, and wind/air flow ■ Ecological and Threatened or Endangered Species ■ Community Services, Emergency Services, and Public Safety ■ Construction Impacts ■ Harmonization between public and private properties ■ Environmental Permits (including fatal flaws, schedule and costs) ■ Proposed Lighting and Telecommunication Services In addition to impact avoidance, the BODR will look for opportunities leading to environmental enhancement and social benefit. For example, there may be green infrastructure and open space 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 305-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 4 of 28 opportunities that can improve storm water quality and enhance the ecosystem as well as offer an improved waterfront experience while mitigating flood risk. Deliverables: ■ Basis of Design Report Task B2.14 Dedicated Allowance for Pump Station Siting and H/H Evaluation Tetra Tech will utilize the calibrated model developed as part of the City's Storm Water Master Plan (SWMP) as a base to support the pump station siting analysis. Tetra Tech will estimate design flow rates using the SWMP model provided by the City. The drainage area tributary to the storm sewer and pump station will be reviewed and updated if necessary. The Hydraulic and Hydrologic (H/H) analysis will identify anticipated design flow rates based on identified criteria, which, in turn will be used to identify the like capacity of a PS. The identified capacities associated with different options will then be used in conjunction with prior City analysis to identify the space necessary for the PS. The pump station may include wells, water quality structures, electrical control panel elevated in a platform, etc. However, the design of these elements is not part of this Scope of Work as agreed with the City of Miami. Alternatives will include: • Regional pump station at SWMP proposed site (end of 12' Street) and conveyance piping to serve the area. • Local pump station in the right of way along Brickell Bay Drive. The largest spaces are either at 15" and Brickell Bay Drive or 14" at Brickell Bay Drive. This pump station would be sized to provide service to the immediate project area with provision for overland flow likely to reach Brickell Bay Drive. Overland flow contribution would be based on a 5-year event. It is expected that this overland flow would be redirected in the future. For this alternative, the future regional pump station will be assumed at 12' Street with conveyance piping as included in the SWMP. • Local or regional pump station on a private parcel located off Brickell Bay Drive or another site that the City identifies as institutionally feasible. The City must confirm that acquisition of private property is feasible and should be explored. For the local pump station option, a future regional pump station at 12" Street will be assumed. After the completion of the H/H analysis, Tetra Tech will perform an evaluation to determine the best location for the proposed stormwater pump station. The determination of the preferred location will be made based on available space, utility conflicts, proximity to the project area, and other factors that may impact the construction and operation of the pump station. Three sites will be evaluated. Once the sites have been identified, a draft technical memorandum (TM) including renderings of the three sites will be prepared and submitted to the City for review. Subsequently, a meeting with City staff will be scheduled to discuss the draft TM. 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 305-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 5 of 28 Comparative costs will be included for the different options. The costs will be presented for both near term and long-term implementation. The costs are intended for comparison purposes and will use the standard unit prices included in the SWMP. Land acquisition costs for the private parcel will be based on value of land per current tax assessment. Tetra Tech will modify the TM pursuant to City's comments, and issue final TM summarizing the findings. Deliverables: ■ H&H Report identifying assumptions, documenting model runs and identifying the pump station size. ■ Draft Technical Memorandum ■ Three Renderings ■ Final Technical Memorandum Task B2.15 Dedicated Allowance for Art Sculpture Assessment A sub -consultant suggested by the City of Miami, will conduct a Value Assessment Report to determine if one of the art pieces located within the project limits could be decommissioned or relocated. This information will be provided to the City of Miami Public Arts Board for approval. All work under this sub -task will be coordinated through the City of Miami's project manager. Attendance to any meetings by Tetra Tech staff or the structural evaluation is not anticipated. However, attendance may be possible if the funds in this allowance are available. Deliverables: ■ Value Assessment Report 3. SCOPE OF WORK FOR BASE TASKS IN AMENDED SCOPE The project as assumed in this scope will include new and or replacement infrastructure on Brickell Bay Drive from SE 14th Street to SE 15th Road. The Project area boundary as defined by the City is a 60-foot right of way (ROW) between these limits. The following are elements of the project are assumed in this scope of work: Seawall: New seawall placed on the water side of the existing seawall and connecting to the existing seawall north and south of project area. All construction activities assumed within 10 feet of existing wall. Assumed a minimum seawall height to elevation 6.0 feet (NAVD) or other heights as determined by the design team and approved by regulatory agencies inclusive of the City. The City requested that the new seawall be designed to include the capability to accept an incremental increase in the height of the seawall cap at some time in the future. This task will involve the selection of the appropriate elevation increment, the enhanced design necessary to handle the 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 305-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 6 of 28 higher load cases involved in a higher seawall and the design of connection methods to effectively transmit loads associated with the higher cap into the originally designed wall. Roadway: Reconstructed roadway with various geometry changes, which may include elevating the roadway, shifting the roadway within the right of way, changing the roadway width, and providing planned turning locations to potentially accommodate one way traffic. Stormwater Management System: The proposed improvements will meet or exceed the Miami -Dade County Department of Regulatory and Economic Resources (RER) requirements and will include: • Storm sewers along SE 14th Street, SE 15th Road and Brickell Bay Drive. • Consideration of green stormwater infrastructure to address water quality requirements. Green space: Green space consistent with the waterfront development standards. The City has requested to maintain or relocate the neighborhood gateway sign currently located on Brickell Bay Drive and SE 15th Road. The additional scope of this project, not included in the March 3, 2021 NTP, has been divided into various tasks that are described below. Task 1. Coordination Meetings and Presentations The purpose of this task is to work with the City to develop improvements that will satisfy the project vision goals and objectives as well as the requirements of the funding and regulatory agencies having jurisdiction over the project. Tetra Tech will coordinate activities, correspondence, reports, and other communication related to the Project with the City's Project Manager. Specific activities include the following: 1.1 Project Meetings and Presentations Tetra Tech will attend project meetings (including phone calls) with the City's project manager and other City staff in person or via teleconference through the duration of the project. The purpose of these meetings is to discuss project's progress and other coordination activities. The project meetings will be conducted through the completion of the project. 1.2 Other Meetings and Presentations In addition to the meetings included in the original project agreement, Tetra Tech will attend up to six (6) project meetings with other consultants and other local government and entities. The specific project meetings are detailed in Table 2. Tetra Tech staff and subconsultants will attend the meetings in person or by teleconference. For each meeting conducted, Tetra Tech will prepare an agenda, prepare materials for the meeting, summarize the meeting discussion, and prepare meeting minutes. 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 305-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 7 of 28 Table 2. Meetings and Presentations Phase Purpose Locat Basis of Design Review Presentation to Review Submission In Person / Virtual 30% Design Review Meeting to Discuss 30% Design In Person / Virtual 60% Design Review Meeting to Discuss 60% Design In Person / Virtual 90% Design Review Meeting to Discuss 90% Design In Person/ Virtual NEPA Submittal Meeting to Discuss NEPA submittal In Person/ Virtual Permitting Review Meeting to Discuss permits In Person/ Virtual 100% Design Review (bidding documents) Review Meeting to Discuss bid documents In Person/ Virtual Deliverables: ■ Six (6) meeting agendas and meeting minutes. Task 2. Additional Surveying Services 2.1 Topographic Survey Tetra Tech's sub -consultant, Biscayne Engineering, will provide additional surveying services for the following areas: • 50-ft beyond the west right-of-way on Brickell Bay Drive (1,300 L.F. ±). Bounded by SE 14th Street (North) and SE 15th Road (South) and adjacent to the limits of the existing survey (this segment accounts for an additional 30-ft beyond the right-of-way of Brickell Bay Drive. • SE 15th Road (800 L.F. ±, 100-ft ROW) Bounded by the centerline of Brickell Avenue on the West and Brickell Bay Drive on the East adjacent to the limits of the existing survey. • SE 14th Street (250 L.F. ±, 70-ft ROW) Bounded by the west side of the intersection with the northerly extension of Brickell Bay Drive to the west and Brickell Bay Drive on the East adjacent to the limits of the existing survey. • Extended Limits along Biscayne Bay Portion of Brickell Harbor Condominium property along Biscayne Bay including dock facilities, a circular deck area, the driveway, and the portion of building facing SE 15th Road. 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 305-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 8 of 28 Survey limits will extend 50 feet beyond the Westerly right-of-way of Brickell Bay Drive along the curved portion. At intersecting streets, such as SE 14th Street and SE 15th Road, the survey limits will be 20 feet beyond their rights -of -way. The Easterly offset along Biscayne Bay will be 10 feet into the water (seabed elevations at toe of seawall and 10 feet in bay). However, Premises that are locked and inaccessible will not be included in survey. The survey, prepared by a State of Florida licensed Professional Surveyor and Mapper/s, will locate and identify all improvements including, asphalt pavement, pavement markings, buildings, concrete pads, sidewalks, driveways, hydrants, valve boxes, water/electrical meter boxes, electrical pull boxes, telephone / cable risers, fences, guy wires, utility poles, overhead electrical lines, culverts, guardrails, pavement limits, headwalls, endwalls, manholes, vaults, driveways, right-of-way limits, landscaping, trees three (3) inches in diameter or greater, traffic signage, other signage, pavement striping, any other visible improvements within the project limits, and any other utility records provided. Specifically, the survey will: • Provide the rim, top, bottom of structure, and invert elevations of existing sanitary sewer manholes, drainage culverts, manholes, and catch basins. City shall provide access to locked and/or restricted access structures. City is responsible for facilitating access to structures including those within parking spaces that may be obstructed by parked vehicles. • Locate and/or provide permanent construction controls on site in State Plane Coordinates (1983 adjustment) and vertical control based on North American Vertical Datum of 1988 (NAVD88). Horizontal control data shall be relative to the Florida State Plane coordinate system, East Zone, North American Datum of 1983/2011 adjustment. • Show platted rights -of -way, platted easements, and property boundaries (based on available resources and not title work) on the survey for the project route. Any easements shown will be based on platted easements. As such, there may be easements or other exceptions that may affect the property not shown without having a title search or opinion of title provided to the consultant. • Recover right-of-way monumentation and/or re-establish to provide rights -of -way lines throughout limits of project. This will require field recovery of centerline control and property corners through each listed street. • Provide a digital terrain model (DTM) of the areas and cut cross sections at 50-foot intervals along the rights -of -way to extend 20 feet beyond the right-of-way lines and include elevations at the centerline, edge of pavement, top of curb, back of sidewalk, low and high points, lane line, drainage ditches (when applicable). • Provide centerline elevations at 25-foot intervals within the rights -of -way and roadways. Other elevations will be provided at 50-foot intervals minimum and will include edge of pavement, flow line, top of curb, and back of sidewalk elevations (and will extend 20-50 feet beyond the right-of-way lines). 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 305-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 9 of 28 • Show survey features, baseline, baseline points, and drainage information, including inverts, pipe size, material, and direction of visual. • Prepare digital maps that shall delineate all field collected data as well as existing limits of nearby public rights -of -way (CAD files will be provided; "dwg", "dgn", and "tin" files compatible with Autodesk CiviI3D). 2.2 Sovereign Submerged Land Survey Preliminary research of documents related to the site indicate a small strip of land seaward of the seawall that may be privately owned bottom. The balance of the site appears to be sovereign submerged lands of the State of Florida. Therefore, Tetra Tech's sub -consultant, Biscayne Engineering, will perform a research of the Florida Department of Environmental Protection (FDEP) Board of Trustees Land Document System and identify any available documents affecting the submerged lands within the project area. The information will be plotted and any instruments that affect said submerged lands within the project area will be referenced in the existing topographic survey. As such, there may be instruments that affect the project area and are not available in the Board of Trustees Land Document System or shown without having a title search or opinion of title provided to the City. This proposal does not include title search related services or indirect costs associated with this type of property research for ownership or encumbrances. Deliverables: ■ Topographic Survey (Digital and hard copy, if requested by the City) ■ Sovereign Submerged Land Survey Task 3. Additional Geotechnical Investigation Additional geotechnical engineering evaluation and subsurface exploration required for final design to include: ■ Two additional standard penetration tests (SPTs) boring to support the pump station siting study (assumed depth of 25 feet). ■ Additional borings and a geotechnical engineering analysis of the boring logs and the associated laboratory testing results performed as part of the original project agreement to provide recommended earth pressure values to support the design of the seawall. The results will be presented in a geotechnical engineering report. 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 305-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 10 of 28 Deliverables: ■ Geotechnical Report Task 4. Sub -Surface Exploration Tetra Tech's sub -consultant, Biscayne Engineering, will perform Subsurface Utility Excavations (SUE). Twenty (20) test holes will be installed having the minimum size required to expose the utilities of interest. A report including data sheet for every test hole performed and a summary table of verified utility detailing the test hole information will be prepared. Deliverables: ■ SUE Report Task 5. Hydrologic and Hydraulic Analysis Tetra Tech will utilize the calibrated model developed as part of the City's Stormwater Master Plan as a base to develop a hydrologic and hydraulic (H&H) model for the proposed drainage system along Brickell Bay Drive. Tetra Tech will run the model for the 5-, 10-, 25- and 100-year storm events. The following items will be completed to perform this analysis. • Estimate design flow rates using the Master Plan model provided by the City. The drainage area tributary to the storm sewer and pump station will be reviewed and updated if necessary. Hydrologic parameters including, but not limited to, percent impervious, slope, routing methodology, and width from the Master Plan model will be used. • Simulate proposed storm sewers and pump station in the model to predict design flow rate, velocity, and hydraulic grade line, to provide a basis for drainage and road design. • Perform hydraulic calculations to size the proposed pumps, wet well volume, and force main. Deliverables: ■ H&H Report ■ Model Files Task 6. Preparation of 60 Percent Engineering Documents This task will result in the preparation of a 60-percent design package that will follow the City's Department of Resiliency and Public Works (RPW) requirements. The package will include drawings, an outline listing of the technical specification sections that will be included in the final engineering documents, and a Level 3 opinion of probable construction cost (OPCC) in accordance 6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126 Tel 305-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 11 of 28 with the Association for the Advancement of Cost Engineering (AACE). The OPCC will be prepared by our sub -consultant PCI. The plans, the outline specifications, and OPCC will be appropriately revised to address any review comments received. The drawings will be prepared in AutoCAD format and the technical specifications will be prepared in Microsoft Word format. The drawings will follow the City of Miami Department RPW Standards. Table 3 shows the anticipated sheets that will be included in the 60-percent submittal. Table 3. 60-Percent Drawings List Drawing Title G-1 Cover G-2 Summary of Quantities G-2 Notes, Legend, and Abbreviations G-3 Key Sheet V-1 Survey (project control) V-2 thru V-5 Survey G-7 thru G-9 Stormwater Pollution Prevention Plan (SWPPP) G-10 Stormwater Prevention Plan Details C-1 Typical Sections C-2 thru C-6 Roadway Plan (shows roadway geometry, pavement markings and signage) C-7 Pavement and Markings Details CG-1 thru CG-5 Civil (Grading and Drainage) CG-6 Drainage Details CU-1 thru CU-5 Civil (Drainage and utilities) CX-1 thru CX-5 Sections (from 20 beyond w row to 10' beyond seawall, every 100 feet, 5 per sheet) TTC-1 thru TTC-15 Temporary Traffic Control Plans and Details S-1 Seawall Typical Section S-2 Weephole / Drainage Details S-3 Sections at Northern & Southern Junctions (tie into existing walls) S-4 thru S-5 Sewall Details E-1 Site Plan E-2 General Notes E-3 Abbreviations and Symbols E-4 thru E-6 Electrical Demolition E-7 thru E-10 Power Layout E-11 thru E-13 Electrical Details E-10 Riser Diagram and Panel Schedules SG-1 Seagrass Mitigation SG-2 Seagrass Mitigation 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 305-908-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 12 of 28 In addition to the engineering drawings listed above, our sub -consultant EDSA will prepare landscape architectural package to include the following: • Development and expansion of the approved Concept Design Document package, including the preparation of a coordinated set of Design Development drawings. • Further refine design parameters. • Design coordination meetings with Ownership and Consultant Team. • Prepare a utility work schedule for the Miami -Dade County Water and Sewer Department (WASD). • Prepare electrical drawings, as described above, including photometrics and street and pedestrian lighting. • Prepare Design Development documents for landscape and impermeable surfaces, grading, planting and irrigation system, reviewed and coordinated with other disciplines. Drawings are to show main design intent and will include: o The landscape grading and material selection surface drainage of exterior pedestrian pavements and planting areas o Design layout of special features and hardscape elements; limited to detailing of aesthetic elements, shapes, finishes, and effects o Layout of outdoor site furnishings. o Exterior planting and landscape design including general species selection. Deliverables: 60-percent submittal package to include: ■ 60-percent design drawings, ■ outline listing of technical specifications, ■ AACE Class 3 Level OPCC ■ Stamped QA/QC Documentation ■ WASD Utility Work Schedule Task 7. Preparation of 90 Percent Engineering Documents Tetra Tech will provide the City Project Manager with a 90-percent design package that will follow the City's RPW requirements. The package will include drawings, 90-percent technical specifications, and a Level 2 OPCC in accordance with the AACE. The OPCC will be prepared by our sub -consultant PCI. The engineering drawings to be submitted will follow RPW requirements. 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 305-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 13 of 28 In addition, drafts of the technical specification sections will be developed. The plan set, and specifications will be submitted for review and comment. The drawings will be prepared in AutoCAD format and the technical specifications will be prepared in Microsoft Word format. Table 4 shows the anticipated sheets that will be included in the 90-percent submittal: Table 4. 90-Percent Drawings List Drawing Title G-1 Cover G-2 Summary of Quantities G-2 Notes, Legend, and Abbreviations G-3 Key Sheet V-1 Survey (project control) V-2 thru V-5 Survey G-7 thru G-9 Stormwater Pollution Prevention Plan (SWPPP) G-10 Stormwater Prevention Plan Details C-1 Typical Sections C-2 thru C-6 Roadway Plan (shows roadway geometry, pavement markings and signage) C-7 Pavement and Markings Details CG-1 thru CG-5 Civil (Grading and Drainage) CG-6 Drainage Details Cu-1 thru CU-5 Civil (Drainage) CX-1 thru CX-5 Sections (from 20 beyond w row to 10' beyond seawall, every 100 feet, 5 per sheet) TTC-1 thru TTC-15 Temporary Traffic Control Plans and Details S-1 Seawall Typical Section S-2 Weephole / Drainage Details S-3 Sections at Northern & Southern Junctions (tie into existing walls) S-4 thru S-5 Sewall Details E-1 Site Plan E-2 General Notes E-3 Abbreviations and Symbols E-4 thru E-6 Electrical Demolition E-7 thru E-10 Power Layout E-11 thru E-13 Electrical Details E-10 Riser Diagram and Panel Schedules SG-1 Seagrass Mitigation SG-2 Seagrass Mitigation In addition to the drawings listed above, EDSA will prepare a 90-percent landscape architecture package to include the following: 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 305-908-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 14 of 28 • Layout Plans — All pedestrian hardscape configurations including terraces, patios, walkways, pathways, ramps, decks and walls. • Hardscape Plans — Illustrating all paved pedestrian and special vehicular area surfaces including materials, pavement patterns, colors, textures and product selection. EDSA will coordinate with the selected interior designer for outdoor furniture selection and layout. • Planting Plans — Illustrating all trees, palms, shrubs, ground covers, grasses and aquatic plant material indicating size, quality, quantity, colors where applicable, planting techniques and their location in each area. • Irrigation Plans — EDSA will provide working drawings and written specifications. If an irrigation system upgrade is required, EDSA will provide water usage calculations sufficient to obtain a building permit and comply with sustainability goals. • Landscape Construction Details. • Landscape Technical Specifications. The package will also include a Level 2 OPCC in accordance with the AACE. The OPCC will be prepared by our sub -consultant PCI. Deliverables: 90-percent submittal package to include: ■ 90-percent design drawings ■ technical specifications ■ AACE Class 2 Level OPCC ■ Stamped QA/QC Documentation Task 8. Permitting Tetra Tech will prepare and submit permit applications and supporting documentation necessary to obtain permits or approvals from the agencies listed below. All permits with the City of Miami will be submitted electronically utilizing iBuildMiami. Upon approval from the City, permits or review fees will be paid by the City. Tetra Tech anticipates that the following permits will be required: • South Florida Water Management District in Coordination with the Florida Department of Environmental Protection (FDEP) o Joint ERP and State 404 Permit 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 305-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 15 of 28 ■ A maximum of two (2) Requests for Additional Information are assumed for this permit coordination effort. Includes agency coordination above and beyond the RAIs, one agency site visit, and development of mitigation plan. o Dewatering ■ Florida Fish and Wildlife Conservation Commission (FWC) o Special Activity License ■ Includes application, float plan and post -relocation reporting. ■ Miami -Dade County Department of Regulatory and Economic Resources (RER) o Class I ■ It is assumed that this application will be processed as a Short Form application without Board of County Commission approval required. ■ It is assumed that the Project design will be consistent with standard criteria in Chapter 24 of the Miami -Dade County Code of Ordinances and, therefore, a variance will not be required from the Environmental Quality Control Board. ■ Department of Environmental Resource Management (Class I) - Includes signature coordination o Class II o Class V o Water Supply Facilities o Permitted Sewage Treatment Facilities • Florida Department of Environmental Protection (FDEP) • United States Army Corp of Engineers o Department of Army Section 10 ■ Includes development of Public Notice, coordination on mitigation planning. • City of Miami Building Department • City of Miami Planning and Zoning o Tree Permit 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 305-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 16 of 28 o Historic and Archaeological o Arts in Public Places • City of Miami Resiliency and Public Works Department o Development and Roadway o NPDES • Florida Department of Health (FDOH) • Miami -Dade County water and Sewer Department (WASD) • City of Miami Fire Department • Miami -Dade County Department of Transportation and Public Works (DTPW) • Miami Parking Authority (MPA) For all the permits, this task includes coordination (pre -application meetings — except for those performed under the 30% design), permit drawings, permit application preparation, and responding to up to two (2) Requests for Additional Information (RAIs). Deliverables: ■ Permit application submittals. ■ Responses to RFIs ■ Final approved permits. Task 9. Preparation of 100% Design Documents Tetra Tech will comply with the comments received from the City and all permitting agencies as a result of the 90-percent submittal review and will prepare a 100-percent signed and sealed drawings, technical specifications, an AACE Class 1 Level OPCC, a Critical Path Method (CPM) schedule, and a final design report. The documents will comply with the City's RPW requirements. The drawings will be prepared in AutoCAD format and the technical specifications will be prepared in Microsoft Word format. The engineering and landscape architectural drawings to be submitted will follow RPW requirements. Deliverables: 100-percent submittal package to include: ■ 100-percent design drawings ■ technical specifications 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 305-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 17 of 28 ■ final design report ■ AACE Class 1 Level OPCC ■ CPM Schedule, and ■ Stamped QA/QC Documentation Task 10. Bid and Award Services Bidding and award activities will be led by the City. Tetra Tech will conduct the following services during the bidding and award process: ■ Work with the City staff to provide a master copy of the Bid Package in electronic format (PDF), addressing any comments after the final submittal. The City shall distribute bid packages to potential bidders via online plan distribution. ■ Support with addenda. Tetra Tech will respond to technical questions forwarded by the City for anticipated addenda as part of this scope of services. Consultant will respond to questions, in the format required by the City, for expedited response time and will generate necessary supporting documents, as applicable, and submit them to the City for distribution to registered plan holders. ■ Attend the pre -bid meeting at the City and prepare agenda. ■ Provide support for evaluation of the apparent low bidder's qualifications for undertaking the work on the project and provide a recommendation of award. Deliverables: ■ Electronic Copy of the Bid Package ■ Pre -bid meeting agenda and meeting minutes ■ Recommendation to award Task 11. Construction Administration Services and Project Certification The construction administration is based on the City's assumed construction duration of August 2023 — February 2024 (6 months). If the construction duration is extended the level of effort will change. Specific activities under this task will include the following: 1. Conform the contract documents at the end of the bidding phase to reflect any changes to the project design, construction drawings or specifications caused by addenda to bid packages or changes initiated by the City. 2. Attend one (1) pre -construction conference, prepare agenda and minutes. 3. Attend periodic progress meetings throughout progress of work. Progress meetings will be held bi-weekly and additional meetings as needed to coordinate work in progress. It 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 305-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 18 of 28 is anticipated that twelve (12) meetings, two (2) per month, will be needed at an average duration of four (4) hours each. Up to two (2) staff from the Consultant will be in attendance. 4. Make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the Work. It is anticipated that six (6) site visits, one per month, with an average visit duration of approximately two (2) hours will be required. Site visits will be scheduled to coincide with construction progress meetings with City Staff. 5. Review shop drawings to determine conformance with the design concepts of the project and compliance with the requirements provided in the contract documents. 6. Review requests for information (RFIs), provide interpretation of construction documents, and issue written clarifications or interpretations. 7. After the Contractor has provided notice of substantial completion, conduct a substantial completion, inspection of the Project with the City and distribute a punch list of observed deficiencies to be completed by the Contractor prior to the final completion date. The project will be certified substantially complete only if the work is sufficiently complete in accordance with the contract documents, so that the work can be utilized for the purposes for which it is intended. 8. Conduct a final completion inspection of the Project with the City to determine if Work is finally complete and compile and distribute a punch list of items to be addressed. Conduct a reinspection to confirm that final completion punch list items have been addressed and subsequently provide a final signed and sealed completion certification to the City. This will constitute the final project certification. 9. Review the Contractor's as -built submittals monthly for adequacy and review listing of deviations from the construction permit and approved construction documents. Prepare record drawings for the City's use from information provided by the Contractor, delineating the dimensions, location, and elevation of all facilities constructed. Provide the City with one (1) electronic file of record drawings in AutoCAD current release, one (1) set of reproducible and three (3) sets of prints of the record drawings. 10. Provide final regulatory certifications at the completion of construction. Deliverables: ■ Conformed Design Package including conformed drawing and technical specifications ■ Pre -construction meeting agenda and minutes ■ Reviewed Shop Drawing Submittals ■ Responses to RFIs ■ Site Visit Field Notes and Photographs 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 3o5-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 19 of 28 ■ Substantial Completion Punch List ■ Permitting agencies certifications, as needed Task 12. Public Engagement The public engagement plan is designed to inform all stakeholders of the project and its benefits and to facilitate their acceptance through a communications campaign that solicits and incorporates meaningful feedback from all stakeholders. This proposal includes informing, educating, and helping update local residents, businesses and neighboring stakeholders on the benefits and progress of the program during the construction phase. Specific tasks include: • Messaging: Support City staff in creating messages, advisories, talking points and social media content as appropriate. • Outreach: Serve as the project's public information office in outreach and delivery of information to residents, businesses and homeowner and business associations. Deliverables: Deliverables may include: ■ Website Materials ■ Notes ■ Outreach Scripts Task 13. Benthic Survey Based on information collected during the performance of a biological survey, additional marine surveys to map the limits of the marine resources that may be directly or indirectly affected by project related activities are necessary to complete the project design and obtain the required permits. Tetra Tech's biologists will conduct a seagrass survey of the Project area during the federally recognized seagrass growing season (June 1 through September 30 in Miami -Dade County). The seagrass survey will be conducted in accordance with the National Marine Fisheries Service (NMFS) recommendations contained within the Final Recovery Plan for Johnson's Seagrass, September 2002.This survey will also be used to qualify and quantify impacts for project permits. The survey will map to locations of any existing marine resources in the vicinity of the seawall. The limits of the survey will be the same as the physical survey, that is a 50 ft wide strip fronting the full length of the seawall. Deliverables: ■ Benthic Survey and Report 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 305-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 20 of 28 Task 14. Coastal Modeling Using climate change scenarios selected for the project (sea level rise, extreme precipitation, storm surge, temperature, etc.), each of the design alternatives will be modeled to understand protection from storm surge as well as impacts to drainage during large rainstorm events. Storm surge modeling will be performed using NOAA's public domain model framework SLOSH which has been used extensively for such modeling in Southeast Florida. Model outcomes may be used to refine the selected alternative. Deliverables: ■ Model Summary Report 4. SCOPE OF WORK FOR ADDITIONAL TASKS Activities described below will only be performed upon approval from the City of Miami at its sole discretion. Task 15. Dedicated Allowance for Marine Resource Mitigation This task includes the sub -tasks listed below: 15.1. Location of Marine Resource Mitigation site(s) In May 2021, Tetra Tech performed a marine resource survey along the existing seawall that identified the presence of coral and seagrass species. As such, project activities will require mitigation and likely involve an offsite area that is suitable for relocating corals and seagrass. Tetra Tech will coordinate with the stakeholders to determine potentially suitable mitigation sites. The location of the offsite area(s) and the investigations necessary to obtain use of the site will be necessary as a possible regulatory permit special condition. 15.2. Harvesting and Transplanting of Corals It is assumed that the coral and possibly the seagrass species can be harvested, appropriately cached, and transplanted to the selected marine resource mitigation site in at least partial fulfillment of any mitigation requirements. This task is limited to the harvesting of corals from the seawall and transplanting to a local site within approximately 5 nautical miles from the project area. 15.3. Other Mitigation Planning, design, and execution of any additional marine resource mitigation as required by regulatory permit special conditions will need to be done. This task involves the identification of the supplemental mitigation required, the location of possible mitigation 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 305-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 21 of 28 sites, design of the mitigation program and submittal/approval of a mitigation plan to the regulatory agencies. Task 16. Dedicated Allowance for National Environmental Policy Act (NEPA) Support The Federal Emergency Management Agency (FEMA) follows the NEPA process in its funding decision making process. This task assumes that an environmental assessment (EA) will be required to justify FEMA's funding of the project and that the preparation of the EA can be done as part of the project development scope of work. The task will prepare an EA that meets the requirements of the Council for Environmental Quality guidelines. The primary components of the EA include: • Purpose and Need • Preferred Action and Alternatives • Affected Environment • Environmental Consequences During the review of an EA, a determination may be made that the environmental impacts of the proposed action are significant enough to require the more extensive environmental review represented by an environmental impact statement (EIS). In the event that such a determination is made that requires the development of an EIS then a separate proposal for this effort will be provided. Deliverables: ■ Draft EA ■ Final EA Task 17. Dedicated Allowance for Benefit -Cost Analysis Support (BCA) This task is provided as an allowance if it is more advantageous for the City to develop scenarios for the hydrologic and hydraulic performance of the selected project relative to the Benefit Cost Analysis (BCA) required for the grant. If beneficial to the City, Tetra Tech will prepare multiple analyses showing the reduction in damage as a result of the project. This would be submitted as a BCA related Hydraulic and Hydrologic Study. The Hydraulic & Hydrologic study will contain a series of scenarios, based on various frequencies of occurrence, and potentially including sea level rise, various storm surge conditions, and wave overtopping. The scenarios will demonstrate the before and after benefits provided by the project in comparison to the existing conditions. The work included in this allowance is limited to the evaluation of frequency and depth of water storage behind the wall that may result in property damage or disruption. This analysis will include the physical limits of flooding and the depth of flooding. 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 305-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 22 of 28 It is understood that the granting agency actually performs the BCA with data provided by the City (or other sources) relative to property values and disruption related costs. 5. SUB -CONSULTANTS The below listed Sub -Consultants will assist in the performance of the Work. Table 5. Sub -Consultants Sub -Consultant Name Specialty or Expertise 1 EDSA Landscape Architect Biscayne Engineering Surveying PCI Cost Estimating and Scheduling Wragg & Casas Public Engagement Geosol Geotechnical Engineering 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 305-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 23 of 28 6. SCHEDULE OF WORK — TIME OF PERFORMANCE Table 6. Schedule of Deliverables for Base Task Task, Sub- task, or Activity ID # TASKS Major Task, Sub -Task, Activity, or Deliverable Duration (Weeks) Delivery Date* AIL - fillidi&Ma 1 Coordination Meetings and Presentations 104 NTP + 104 Weeks January 30, 2024 2 Additional Surveying Services 6 NTP + 6 Weeks March 15, 2022 3 Additional Geotechnical Investigation 6 NTP + 6 Weeks March 15, 2022 4 Sub -Surface Exploration 8 NTP + 12 Weeks April 26, 2022 5 Hydrologic and Hydraulic Analysis 8 NTP + 8 Weeks March 29, 2022 6 Preparation of 60-percent Engineering Documents 12 NTP + 18 Weeks June 7, 2022 7 Preparation of 90-percent Engineering Documents 8 NTP +26 Weeks August 2, 2022 8 Permitting 24*** NTP + 50 Weeks January 17, 2023 9 Preparation of 100-percent Engineering Documents 9 NTP + 59 Weeks March 27, 2023 10 Bid and Award Services 28 NTP + 87 Weeks October 13, 2023 11 Construction Administration Services 24** TBD 12 Public Engagement 104 NTP + 104 Weeks 13 Benthic Survey 4 NTP +34 Weeks September 30, 2022 14 Coastal Modeling 8 NTP + 14 Weeks May 10, 2022 15 Marine Resource Mitigation TBD TBD 16 National Environmental Policy Act (NEPA) Support (Allowance) TBD TBD 17 Benefit -Cost Analysis Support (BCA) (Allowance) TBD TBD * An updated schedule, indicating actual delivery dates, based on the above durations, will be provided to the City upon receipt of the NTP. All Dates are approximated based on an estimate NTP date of February 1, 2022 **Based on a 6-month construction schedule as indicated in communications received from the City. Additional fees will be required if the construction time is extended. ***Estimated duration. Dependent of Permitting Agencies 6303 Blue Lagoon Dr., Suite 305, Miami, FL 33126 Tel 305-908-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 24 of 28 7. COMPENSATION Consultant shall perform the Tasks detailed in this Proposal for a fee of $1,919,753.00. This includes a Lump Sum amount of $1,282,680.11; a not to exceed (NTE) amount of $261,336.40 for tasks 1 and 11; limiting amount allowances for tasks 15, 16, and 17 totaling $211,334.84; a reimbursable expenses allowance in the amount of $10,000; and a miscellaneous allowance of $154,401.64 for additional services, equivalent to 10 percent of the total. The City shall not be liable for any fee, cost, expense or reimbursable expense or other compensation beyond this amount. Said fee includes an allowance for reimbursable expenses required in connection with the work, which shall not exceed $10,000.00. Said Reimbursable Expenses shall be used in accordance with the Agreement Provisions and shall conform to the limitations of Florida Statutes 112.061. Table 7 includes a breakdown by task: Table 7. Summary of Compensation — Base Tasks Task, Sub -task, or Activity ID# Major Task, Sub -Task, Activity, or Deliverable Fee Amount 1� Fee Basis Phase I A2.03 Coordination Meetings & Presentations $30,004.44 Lump Sum A2.04 Vision Statement Goals Objectives $20,000.00 Lump Sum A2.05 Civil Engineering and Design Services $200,623.71 Lump Sum A2.06 Adaptation Planning $143,462.01 Lump Sum A2.07 Real Estate Impact Assessment $61,085.25 Lump Sum A2.08 Design Alternative Analysis $173,824.32 Lump Sum A2.09 Design Criteria / Guidelines $0.00 Lump Sum A2.10 Public Engagement $14,067.32 Lump Sum A2.11 Design and Engineering (DCP, 30% Plans and Specifications) $144,400.77 Lump Sum A2.12 Cultural Assessments Services (NTE Allowance) $ 5,000.00 Lump Sum* B2.13 (new) Basis of Design Report (BODR) $62,762.70 Lump Sum Phase I Sub -Total $855,230.52 Lump Sum B2.14 (new) Dedicated Allowance Pump Station Siting Study and H/H Evaluation $67,831.55 Lump Sum* B2.15 (new) Dedicated Allowance for Art Sculpture Assessment $15,000.00 Limiting Amount* Phase I — Sub -Total Allowances $82,831.55 Reimbursable Expenses $ 2,900.00 Direct Expense* Contingency (NTE Allowance) $5,037.93 NTE* Phase I Total 946,000.00 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 305-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 25 of 28 Table 7. Summary of Compensation — Base Tasks Task, Sub -task, or Activity ID # Major Task, Sub -Task, Activity, or Deliverable REP Fee Amount Fee Basis Phase II 1 Coordination Meetings and Presentations $103,648.90 NTE* 2 Additional Surveying Services $33,819.40 Lump Sum 3 Additional Geotechnical Investigation $14,943.60 Lump Sum 4 Sub -Surface Exploration $9,013.60 Lump Sum 5 Hydrologic and Hydraulic Analysis $64,681.60 Lump Sum 6 Preparation of 60-percent Engineering Documents $376,122.80 Lump Sum 7 Preparation of 90-percent Engineering Documents $318,440.40 Lump Sum 8 Permitting $126,381.28 Lump Sum 9 Preparation of 100-percent Engineering Documents $164,229.60 Lump Sum 10 Bid and Award Services $37,111.30 Lump Sum 11 Construction Administration Services (6months) $157,687.50 NTE* 12 Public Engagement $42,897.73 Lump Sum 13 Benthic Survey $47,890.60 Lump Sum 14 Coastal Modeling to Support the Selected Alternative $47,148.20 Lump Sum Sub -Total Phase II $1,544,016.51 15 Dedicated Allowance for Marine Resource Mitigation $88,131.24 Limiting Amount* 16 Dedicated Allowance for National Environmental Policy Act (NEPA) Support $73,384.50 Limiting Amount* 17 Dedicated Allowance for Benefit -Cost Analysis Support (BCA) $49,819.10 Limiting Amount* Sub -Total Dedicated Allowances — Phase II $211,334.60 Limiting Amount* Reimbursable Expenses $10,000.00 Direct Expense* Owner's Contingency Allowance (10% of Sub -Total Phase II) $154,401.65 Limiting Amount* Total Phase II $1,919,753.00 Total Phase I and Phase II $2,865,753.00 *At the discretion of the City of Miami, the Consultant shall receive approval prior to proceed with work under this task. 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 305-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Table 8 includes a breakdown by Consultant: Table 8. Base Services Totals Per Company Base Services Totals per Company Tetra Tech $1,319,275.98 EDSA $258,614.70 Biscayne Engineering $38,068.30 PCI $89,520.00 Wragg & Casas $36,216.13 Geosol $13,656.00 8. ADDITIONAL SERVICES Mr. Carrasquillo November 19, 2021 Page 26 of 28 The City may establish an allowance for additional services requested by the City and for unforeseen circumstances, which shall be utilized at the sole discretion of the City. Services that are required of Tetra Tech and are not defined in the scope of work above, shall be considered additional services. Tetra Tech understands that when any item/issue exceeds the approved scope of work identified in this proposal, a written document will be submitted to the City Project Manager for review and approval. Additional work will not commence until Tetra Tech has received a signed Addendum to Contract from the City. Scope increases or charges to previously approved work requiring added professional services will be charged in accordance with our Professional Services Agreement. No additional services will be undertaken without prior written approval from the City. 9. ASSUMPTIONS This proposal was prepared assuming the following: • All permit fees will be paid by the City. • No Title work Search will be performed by Tetra Tech or its sub -consultants. Any title research will be provided by the City. • All drainage and roadway work, will be implemented on existing rights -of -way or City owned property. • Pump station design is excluded from this proposal as requested by the City of Miami. • Survey of manhole connections are not included • Archeological monitoring during construction will be the responsibility of the Contractor. • Mean High Water Line or Tidal Water Survey (Water levels will not be considered). 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 305-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 27 of 28 • No utility design for upgrades or relocation for water, sewer, electrical, communications, gas or other utilities is included in this proposal. • Seagrass mitigation is dependent on the health and availability of a viable recipient site. Due to the number of unknowns associated with seagrass mitigation at this time, a separate scope of work will be provided when feedback from the resource agencies and research of viable recipient sites is determined. • Right-of-way lines will be based on plats, the City of Miami Municipal Atlas, and information available on the Miami -Dade County Property Appraiser's website (Surveyor cannot "confirm" Right-of-way lines without title work and will depict Right-of-way lines based on the aforementioned resources). • Bidding and contractual documents (front end documents) will be provided by the City. • Bidding services beyond what is outlined in this scope of work related to bid protest or issues arising during the bidding process are not included in this proposal. • Construction Inspection Services are not included in this proposal. • Project Contract documents will be prepared by the City • Work in additional areas is not included. • Public art design is excluded. • Wayfinding design is excluded. • It is assumed that the City's stormwater model constructed as part of the Master Plan project is operational, calibrated and requires no modifications to the existing systems depicted in the model. We assume that the model is correct and usable for alternatives and design purposes. • If needed, a dewatering permit during construction will be procured by the Contractor. • Special inspections are excluded from our scope. • Identification of the losses before and after mitigation (structural, content, displacement, road closure duration, or any other needed to show the improvements after the mitigation project is implemented) are not included. This includes, but is not limited to, the existing and proposed hydrology and hydraulics for the level of event being mitigated. • Structural design of temporary piling/cofferdam measures is not included. • Easement Agreements for adjacent property owners are excluded. 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 305-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Mr. Carrasquillo November 19, 2021 Page 28 of 28 • Environmental investigations, Phase I audits, or other environmental mitigation not specifically described is not included. • Any coordination with utility companies or meetings are excluded except for those with the Miami -Dade County Water and Sewer Department (WASD). It is the responsibility of the City to coordinate the relocation of utilities. • Excluded services can be provided for additional fee beyond that presented herein, if requested. CONSULTANT'S Project Manager for this Work Order assignment will be Kenneth Caban, P.E. Submitted by: TETRA ITE4-I, INJC. Kenneth Cebu nr P_E_ E 7d approval in concept recommended by: CJTY OF MIAMI Diijita Ily signed by Bad ia, Hector Date: 2022.05.1 g Q»46:2a -MOO' Hector dad is Inte-;m Director Office of Capital I mproveme ras 6303 Blue Lagoon Dr., Suite 3o5, Miami, FL 33126 Tel 3o5-9o8-142o Fax 305-264-18o5 www.tetratech.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 City of Miami Design Criteria Professional for Brickell Bay Drive RFQ No. 18-19-042 B-193802 11/9/2021 Task Tetra Tech EDSA PCI Biscayne Wragg & Casas Geosol Total 1 Coordination Meetings and Presentations $ 103,648.90 $ 103,648.9D 2 Additional Surveying Services $ 4,468.90 $ 29,350.5D $ 33,819.4D 3 Additional Geotechnical Investigation $ 1,287.60 $ 13,656.00 $ 14,943.60 4 Sub -Surface Exploration $ 295.80 $ 8,717.80 $ 9,013.60 5 Hydrologic and Hydraulic Analysis $ 64,681.60 $ 64,681.60 6 Preparation of 60-Percent Eng. Drawings $ 253,929.80 $ 98,323.00 $ 23,870.00 $ 376,122.80 7 Preparation of 90-Percent Eng. Drawings $ 205,427.30 $ 89,143.10 $ 23,870.00 $ 318,440.40 8 Permitting $ 126,381.28 $ 126,381.28 9 Preparation of 100-Percent Eng. Drawings $ 98,304.20 $ 24,145.40 $ 41,780.00 $ 164,229.60 10 Bid and Award Services $ 37,111.30 $ 37,111.3D 11 Construction Administration Services $ 110,684.30 $ 47,003.20 $ 157,687.50 12 Public Engagement $ 6,681.60 $ 36,216.13 $ 42,897.73 13 Benthic Survey $ 47,890.60 $ 47,890.6D 14 Coastal Modeling $ 47,148.20 $ 47,148.20 15 Marine Resorce Mitigation (Allowance) $ 88,131.00 $ 88,131.00 16 NEPA Support (Allowance) $ 73,384.50 $ 73,384.50 17 BCA Support (NTE) $ 49,819.10 $ 49,819.10 Reimbursable Expenses $ 10,000.00 Totals $ 1,319,275.98 $ 258,614.70 $ 89,520.00 $ 38,068.30 $ 36,216.13 $ 13,656.00 $ 1,765,351.11 Notes: Tetra Tech's detailed sheets, include mu tiple engineers that have the same clarification and negotiated salaries in one column. DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Design Criteria Professional for Brickell Bay Drive Improvements Project No.: B- 193802 Description: Design Criteria Professional for Brickell Bay Drive Improvements Consultant Name: Tetra Tech Contract No.: RFQ No. 18-19-042 Date: 11/9/2021 Estimator: Diana Santander STAFF CLASSIFICATION Job Classification Staff Applicable Rate Principal name Rate: $68.97 Project Manager name Rate: $68.97 d Engineer / Tech Exl name Rate: $67.24 Sr. Engineer 1 name Rate: $65.52 Project Engineer 1 name Rate: $51.03 Engineer 2 name Rate: $38.28 Sr. Scientist 2 name Rate: 59.31 Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 1 Coordination Meetings and Presentations 37 $2,552 270 $18,622 92 $6,186 89 $5,831 43 $2,550 531 $35,741 $67.31 2 Additional Surveying Services 2 $138 20 $1,021 10 $383 32 $1,541 $48.17 3 Additional Geotechnical Investigation 2 $138 6 $306 8 $444 $55.52 4 Sub -Surface Exploration 2 $102 2 $102 $51.03 5 Hydrologic and Hydraulic Analysis 2 $138 12 $828 40 $2,690 160 $10,483 40 $2,041 160 $6,125 414 $22,304 $53.88 6 Bid and Award Services 2 $138 30 $2,069 58 $3,900 32 $2,097 30 $1,531 80 $3,062 232 $12,797 $55.16 7 Construction Administration Services 49 $3,380 60 $4,034 92 $6,028 387 $19,749 130 $4,976 718 $38,167 $53.16 8 Public Engagement 4 $276 12 $828 12 $807 6 $393 34 $2,304 $67.75 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Total Staff Hours 45 377 262 379 485 380 43 1,971 Total Staff Cost $3,103.65 $26,001.69 $17,616.88 $24,832.08 $24,749.55 $14,546.40 $2,550.33 $113,400.58 $57.53 Total % of Work by Position 2.3% 19.1% 13.3% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = $ / day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117. Revised 9/15/08 19.2% 24.6% 19.3% 2.2% 1 - SUBTOTAL ESTIMATED FEE: Subconsultant: EDSA Subconsultant: Subconsultant: Subconsultant: Subconsultant: 2 -SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 -SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: (multiplier 2.9) PCI Wragg & Casas Biscayne Engineering $328,861.68 $258,614.70 $89,520.00 $36,216.13 $38,068.30 $751,280.81 $13,656.00 $764,936.81 $764,936.81 DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Design Criteria Professional for Brickell Bay Drive Improvements Project No.: B- 193802 Description: Design Criteria Professional for Brickell Bay Drive Improvements - Permitting Consultant Name: Tetra Tech Contract No.: RFQ No. 18-19-042 Date: 11/5/2021 Estimator: Diana Santander STAFF CLASSIFICATION Job Classification Staff Applicable Rate Project Manager Rate: $68.97 L. Eng./ Tech. Expert name Rate: $67.24 Sr. Scientist 2 name Rate: $59.31 Project Engineer 1 name Rate: $51.03 Engineer 2 name Rate: $38.28 Sr GIS Analyst name Rate: $44.14 r. Project Administrate name Rate: 30.34 Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 1 RER - Class I 2 $138 42 $2,824 60 $3,559 12 $459 8 $353 12 $364 136 $7,697 $56.60 2RER - Class ll 4 $276 1 $67 8 $408 10 $383 23 $1,134 $49.31 3 RER- ClassV 4 $276 1 $67 8 $408 10 $383 23 $1,134 $49.31 4 RER-Water Supplies Facilites 4 $276 1 $67 10 $510 10 $383 25 $1,236 $49.45 5 RER-Permitted Sewage Facilities 4 $276 1 $67 10 $510 10 $383 25 $1,236 $49.45 6 SFWMD-Dewatering 4 $276 1 $67 12 $612 10 $383 27 $1,338 $49.57 7 FDOH 2 $138 2 $134 8 $408 6 $230 18 $910 $50.57 8 FDEP - Drainage Wells 2 $138 4 $269 8 $408 6 $230 20 $1,045 $52.24 9 FDEP - NPDES 2 $138 2 $102 4 $240 $60.00 10 FDEP -Joint ERP and State 404 2 $138 64 $4,303 76 $4,508 8 $408 12 $459 28 $850 190 $10,666 $56.14 11 FWC - Special Activity License 18 $1,210 16 $949 34 $2,159 $63.51 12 USACE - Department of Army Section 10 2 $138 70 $4,707 60 $3,559 16 $817 8 $306 8 $353 12 $364 176 $10,243 $58.20 13COM -Tree 2 $138 8 $408 4 $153 14 $699 $49.95 14 COM - Public Works Drainage 2 $138 4 $269 8 $408 8 $306 22 $1,121 $50.97 15 COM - Public Works Roadway 2 $138 1 $67 6 $306 4 $153 13 $664 $51.11 16 COM- Building 1 $69 8 $408 2 $77 11 $554 $50.34 17 COM -Zoning 1 $69 8 $408 9 $477 $53.03 18 COM - Fire 1 $69 4 $204 5 $273 $54.62 19 COM -Art in Public Places 1 $69 4 $204 5 $273 $54.62 20 COM - Historic and Archaeological Review 1 $69 8 $408 9 $477 $53.03 21 22 23 24 25 26 27 Total Staff Hours 43 210 212 144 112 16 52 789 Total Staff Cost $2,965.52 $14,120.69 $12,573.79 $7,348.97 $4,286.90 $706.21 $1,577.68 $43,579.75 $55.23 Total % of Work by Position 5.4% 26.6% 26.9% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = $ / day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117. Revised 9/15/08 18.3% 14.2% 2.0% 6.6% 1 - SUBTOTAL ESTIMATED FEE: Subconsultant: Subconsultant: Subconsultant: Subconsultant: Subconsultant: 2 -SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 -SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: (multiplier 2.9) $126,381.27 $126,381.27 $126,381.27 $126,381.27 DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Design Criteria Professional for Brickell Bay Drive Improvements Project No.: B- 193802 Description: Design Criteria Professional for Brickell Bay Drive Improvements Consultant Name: Tetra Tech Contract No.: RFQ No. 18-19-042 Date: 11 / 18/2021 Estimator: Diana Santander STAFF CLASSIFICATION Job Classification Staff Applicable Rate Principal name Rate: $68.97 Project name Rate: Manager $68.97 Lead Engineer name Rate: $67.24 Sr. Engineer 1 name Rate: $65.52 Project Engineer 1 name Rate: $51.03 Engineer 2 name Rate: $38.28 CAD Designer name Rate: 35.52 Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 1 Preparation of 60-Percent Engineering Documents 12 $828 100 $6,897 200 $13,448 368 $24,111 250 $12,758 400 $15,312 400 $14,208 1,730 $87,562 $50.61 2 Preparation of 90-Percent Engineering Documents 12 $828 80 $5,518 160 $10,758 300 $19,656 220 $11,227 300 $11,484 320 $11,366 1,392 $70,837 $50.89 3 Preparation of 100-Percent Engineering Documents 6 $414 24 $1,655 80 $5,379 120 $7,862 120 $6,124 140 $5,359 200 $7,104 690 $33,898 $49.13 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Total Staff Hours 30 204 440 788 590 840 920 3,812 Total Staff Cost $2,069.10 $14,069.88 $29,585.60 $51,629.76 $30,107.70 $32,155.20 $32,678.40 $192,295.64 $50.44 Total % of Work by Position 0.8% 5.4% 11.5% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = $ / day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117. Revised 9/15/08 20.7% 15.5% 22.0% 24.1% 1 - SUBTOTAL ESTIMATED FEE: Subconsultant: Subconsultant: Subconsultant: Subconsultant: Subconsultant: 2 -SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 -SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: (multiplier 2.9) $557,657.36 $557,657.36 $557,657.36 $10,000.00 $567,657.36 DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Design Criteria Professional for Brickell Bay Drive Improvements Project No.: B- 193802 Description: Design Criteria Professional for Brickell Bay Drive Improvements Consultant Name: Tetra Tech Contract No.: RFQ No. 18-19-042 Date: 11/5/2021 Estimator: Diana Santander STAFF CLASSIFICATION Job Classification Staff Applicable Rate Project Manager Rate: $68.97 Engineer / Technical E name Rate: $67.24 Sr. Scientist 2 name Rate: $59.31 Project Engineer 1 name Rate: $51.03 Engineer 2 name Rate: $38.28 Sr GIS Analyst name Rate: $44.14 r. Project Administrate name Rate: 30.34 Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 1 Benthic Survey 2 Coastal Modeling 3 Marine Resource Mitigation 4 NEPA Support 5 BCA Support 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 10 8 4 8 12 $690 $552 $276 $552 $828 6 140 140 40 24 $403 $9,414 $9,414 $2,690 $1,614 260 12 288 220 $15,421 $712 $17,081 $13,048 16 120 160 $817 $6,124 $8,166 72 30 140 $2,756 $1,148 $5,359 40 60 12 $1,766 $2,648 $530 8 32 40 40 $243 $971 $1,214 $1,214 276 296 524 470 376 $16,514 $16,258 $30,390 $25,305 $17,179 $59.83 $54.93 $58.00 $53.84 $45.69 Total Staff Hours 42 350 780 296 242 112 120 1,942 Total Staff Cost $2,896.55 $23,534.48 $46,262.07 $15,106.21 $9,262.76 $4,943.45 $3,640.80 $105,646.32 $54.40 Total % of Work by Position 2.2% 18.0% 40.2% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = $ / day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117. Revised 9/15/08 15.2% 12.5% 5.8% 6.2% 1 - SUBTOTAL ESTIMATED FEE: Subconsultant: Subconsultant: Subconsultant: Subconsultant: Subconsultant: 2 -SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 -SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: (multiplier 2.9) $306,374.32 $306,374.32 $306,374.32 $306,374.32 DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Design Criteria Professional for Brickell Bay Drive Improvements Project No.: B- 193802 Description: Design Criteria Professional for Brickell Bay Drive Improvements Consultant Name: Tetra Tech Contract No.: RFQ No. 18-19-042 Date: 11/9/2021 Estimator: Diana Santander STAFF CLASSIFICATION Job Classification Staff Applicable Rate Principal name Rate: $68.97 Project name Rate: Manager $68.97 Lead Engineer name Rate: $67.24 Sr. Engineer 1 name Rate: $65.52 Project Engineer 1 name Rate: $51.03 Engineer 2 name Rate: $38.28 CAD Designer name Rate: 35.52 Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 1 Basis of Desing Report 1 $69 10 $690 50 $3,362 60 $3,931 80 $4,082 24 $919 225 $13,053 $58.01 2 Pump Station Sitting and H/H Evaluation 2 $138 40 $2,759 50 $3,362 70 $4,586 80 $4,082 140 $5,359 382 $20,287 $53.11 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Total Staff Hours 3 50 100 130 160 164 607 Total Staff Cost $206.91 $3,448.50 $6,724.00 $8,517.60 $8,164.80 $6,277.92 $33,339.73 $54.93 Total % of Work by Position 0.5% 8.2% 16.5% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = $ / day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117. Revised 9/15/08 21.4% 26.4% 27.0% 1 - SUBTOTAL ESTIMATED FEE: Subconsultant: Subconsultant: Subconsultant: Subconsultant: Subconsultant: 2 -SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 -SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: (multiplier 2.9) DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 edsa 17 March 2021 18 August 2021- Proposal Amendment- V2 _ Fee Update 12 November 2021 Kenneth L. Caban, PE, BCEE I Vice President Southeast Florida Regional Manager Direct: 954.364.1752 I Cell: 305.849.3404 I Fax: 954.308.3512 ken.caban@tetratech.com Tetra Tech I Resilient Sustainable Infrastructure Division 4601 Sheridan Street I Suite 212 I Hollywood, FL 330211 www.tetratech.com Re: Brickell Bay Drive Improvements I Landscape Architecture Services Dear Ken, EDSA is pleased to offer you the following proposal for Landscape Architectural Services to develop the Brickell Bay Improvements project in tandem with the Tetra Tech team. We understand that this waterfront project is a pivotal one for the City of Miami to create a memorable public realm along this iconic waterfront which is resilient to the environmental impacts which are very evident within South Florida. We welcome the opportunity to collaborate with Tetra Tech on this exciting project. With our extensive experience in urban design, hospitality and public realm work, we feel confident that we can assist in creating a desirable destination with a unified sense of place. As per our call on August 4 and August 17, 2021, we understand that the City of Miami and Tetra Tech are requesting that we amend our agreement from a Design -Build structure to a Design Build Bid structure in an effort to capitalize and secure FEMA fees for the project. We understand that the previous proposal for the following tasks will remain as per the agreement with the exception of Stage 3.4 which will be retitled "Basis of Design Report". EDSA's Scope of Services and deliverables under the current agreement will remain as is. Original Agreement: Stage 1 (A2.03.1) Project Kickoff Stage 2 (A2.05) Data Compilation Stage 3 (A2.08) Design Criteria / Guidelines (Land Use, Urban Design, Landscape Architecture) Stage 3.1 Kick-offCharette Stage 3.2 Concept Plan Alternates Stage 3.3 Preferred Concept Plan Stage 3.4 • Develop Design Guidelines (client support) Stage 4 (A2.10) Design Develop - 30% Design Development drawings This new Scope of Services will continue EDSA's involvement in the design process and commence with construction period services. We are confident that EDSA's planning and landscape architecture expertise will make us a strong asset for the design team. Our following proposal addresses the landscape architectural services we feel are appropriate for describing the Public Realm of the Brickell Bay Drive and offering creative solutions to address the pedestrians and vehicular traffic coupled with the strong desire to create a resilient frontage for Miami. 1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 16 March 2021 17 August 2021- Proposal Amendment (v2) Brickell Bay Drive Improvements I Tetra Tech Page 2 of 14 TECHNICAL PROPOSAL The Project The City is revitalizing, renewing, and enhancing its waterfront on Brickell Bay Drive from Southeast 14th Street to Southeast 15th Road. The City will be implementing its vision to adapt Brickell Bay Drive and protect it from future storm surge and sea level rise while encouraging waterfront connectivity, creating open space, and improving the natural environment and the local ecosystem. Creating a long-term stewardship structure that protects and enhances quality of life and public and private investments is essential to keeping the Brickell Bay Drive waterfront area a functional, long- term resilient and adaptable asset. EDSA, part of the multidisciplinary team lead by Tetra Tech, will provide landscape architecture and planning assistance for the Brickell Bay Drive Improvements project. We understand that the City is requesting services necessary to complete the Design Criteria Package ("DCP') for the City that shall encompass all necessary documents required for the future advertisement of a Design/Build RFP solicitation. We understand that the urban, engineering, and architectural design alternatives that will be designed for the Project could hove inherent environmental consequences that need to be considered as part of the DCP. Factors relating to tidal and storm surge, drainage, the ecosystem of Biscayne Bay, transportation, cultural resources, urban design/visual aspects, open space and recreation, and topography need to be considered. Provided in this proposal are the specific tasks applicable to the EDSA team in support of Tetra Tech as we further the Design Criteria Package. For the purposes of this proposal, the "City" is the City of Miami, the "Client" is Tetra Tech, and the "Consultant" or "L.A." is EDSA. 1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 16 March 2021 17 August 2021- Proposal Amendment (v2) Brickell Bay Drive Improvements I Tetra Tech Page 3 of 14 Design Stages The following section describes in more detail the planning process and deliverables necessary to complete the design work. Based on the amendment request, we have modified our services as follows. EDSA will provide landscape architectural services as detailed below for design stages including: Stage 1 Design Advancement 1.1 60% Design Development Stage 2 Construction Documents 2.1 90% CD/ Construction Documents for permitting 2.2 100% CD Construction Documents for bidding Stage 3 Bidding and Construction Period Services 3.1 Bidding Assistance 3.2 Conformed Set 3.3 Construction Period Services The landscape design services for these phases will include the following Soft & Hard Landscaping, Construction Documentation, and Construction Period Services. To supplement and complete the overall exterior design, EDSA will utilize the following sub-consultant(s) to address the necessary supplemental efforts required for the project. EDSA will manage and coordinate the work of those consultant(s) throughout the design process. Irrigation Consultant Task: provide irrigation plans in support of planting plan including: • Pre Design Site Visit and Existing Irrigation Conditions Plan • Irrigation Demo and Lifeline Plan • DD Irrigation Plan • CD Irrigation Plan • Post Installation site visit 2. Technical Specifications Consultant Task: provide technical specifications in support of the Construction Document phase as outlined below. 1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 16 March 2021 17 August 2021- Proposal Amendment (v2) Brickell Bay Drive Improvements I Tetra Tech Page 4 of 14 SCOPE OF WORK 1. Design Advancement Based upon the approved 30% Design Development drawings, EDSA will further the design through the advancement of the Design Development Drawings. The Plans will be developed at a sufficient level to articulate the design intent for the project which may be illustrated as enlargement plans indicative of the design intent for the entire Brickell Bay Drive. Any revisions required based on comments from the City and Client will be addressed in the subsequent phases. Additional submissions are not included within the current agreement. 1.1 Submission 1: Design Development Based on the approval of the drawings in the previous design phase, EDSA will move into a Design Development Drawings and shall include all drawings and documentation necessary to further finalize the site design, size, and character of the project. Please note, these documents will not be final construction drawings, nor should they be used for construction. Design Development will include the following: • Development and expansion of the approved Concept Design Document package, including the preparation of a coordinated set of Design Development drawings. • Further refine design parameters • Design coordination meetings with Ownership and Consultant Team. • Prepare Design Development documents for landscape and impermeable surfaces, grading, planting and irrigation system, reviewed and coordinated with other disciplines. Drawings are to show main design intent and will include: _ The landscape grading and material selection surface drainage of exterior pedestrian pavements and planting areas Design layout of special features and hardscape elements; limited to detailing of aesthetic elements — shapes, finishes, and effects Layout of outdoor site furnishings. Exterior planting and landscape design including general species selection. Deliverables: EDSA's drawing package will consist of full -format drawings and is to be formatted to match the project standards. We anticipate the Design Development package for the overall landscape site package to be assembled as follows: • Illustrative Site plan • Layout Plan (AutoCAD) to showcase overall site relationships ■ Hardscape plan including material layout plan ■ Hardscape material selection • Aesthetic Grading Plan (AutoCAD) to showcase overall vertical site relationship • Unique site features/ distinguishing site characteristics ■ Features will be developed to further the design intent explanation which may be illustrated through plan, section, elevation and materiality 1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 16 March 2021 17 August 2021- Proposal Amendment (v2) Brickell Bay Drive Improvements I Tetra Tech Page 5 of 14 • Note: This will be through a series of character images, notes, and/or materials selection (does not include CAD construction details) • Landscape Plan (AutoCAD) • Illustrate Sod versus Shrub areas • Depict shade trees/ flowering trees/ palms • Landscape character imagery of landscape intent • Critical Site Elements character imagery and/or cut sheets which may include: • Lighting • Site Furnishings • Irrigation layout and system design Meeting(s) • See Project Meeting schedule 2. Stage 2 Construction Document 2.1 Submission 1: 90% Construction Documents Based on the approval of the drawings in the previous design phase, EDSA will prepare full -service Construction Documents and Specifications for all hardscape and landscape elements within the property. The Construction Documents phase shall consist of the completion of all the landscape, hardscape, and irrigation. It will be broken into two phases. The 90% set will be used for permitting and will be submitted to the City. It shall also include all drawings and documentation necessary to fix and describe a code -compliant design for the purpose of bidding, permitting and construction, as well as the preparation of final specifications defining systems, fabrication requirements, procedures, submittal requirements, quality assurance requirements, products, and manufacturers. Detailed coordination with the Owner, Owner's Representatives, Architect, and all other project team consultants and specialty consultants shall be continued during this phase. As part of this coordination, an internal review shall be performed relative to all disciplines affecting this scope of work to ensure quality control and minimize conflicts. These drawings and specifications will fully describe all project component relationships and construction methodology. They will indicate material selections, finishes, furniture, hardware, and product specification, as well as to provide full detailing needed to construct the project. EDSA will participate in virtual team meetings during this phase of work. Construction Documents will consist of the following: • Layout Plans — All pedestrian hardscape configurations including terraces, patios, walkways, pathways, ramps, decks and walls. • Hardscape Plans — Illustrating all paved pedestrian and special vehicular area surfaces including materials, pavement patterns, colors, textures and product selection. EDSA will coordinate with the selected interior designer for outdoor furniture selection and layout. 1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 16 March 2021 17 August 2021- Proposal Amendment (v2) Brickell Bay Drive Improvements I Tetra Tech Page 6 of 14 • Planting Plans — Illustrating all trees, palms, shrubs, ground covers, grasses and aquatic plant material indicating size, quality, quantity, colors where applicable, planting techniques and their location in each area. • Irrigation Plans — EDSA will provide working drawings and written specifications. If an irrigation system upgrade is required, EDSA will provide water usage calculations sufficient to obtain a building permit and comply with sustainability goals. • Landscape Construction Details. • Landscape Technical Specifications. • Provide stamped and wet -signed permit submittal sets in the number required by the Authorities having Jurisdiction (AHJ). • Review and respond to plan check comments from the AHJ. Deliverables • Tree Protection and Disposition Plans and Details • Hardscape and layout notes, plans and enlargement sheets • Layout detail sheets (to include site furniture details, schedules and specifications) • Planting notes, plans, and enlargements • Planting detail sheets (to include plant schedule and specifications) • Irrigation plans • Final Landscape Technical Specifications EDSA shall not be responsible for construction means, methods, techniques, sequences, or procedures, for safety precautions and programs in connection with the work, or the acts or omissions of the contractor. Deliverables Format • All Construction Documents will be delivered in Arch D paper size two (2) sets • Digital copy (include all applicable AutoCAD documents) During this task, EDSA will attend up to two (2) Construction Documents meetings with your internal team at your office or in EDSA's Fort Lauderdale office. Additional team coordination meetings in South Florida will be attended as needed and billed per our rate schedule. All other coordination can be conducted via email or web -based means. 2.2 Submission 2: 100% Construction Documents Based on the permit comments received upon the submission of the 90% Construction Documents, EDSA will address those comments and resubmit all drawings listed within the previous design stage. The 100% Construction Documents will be used as the Bid Set for the job. 1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 16 March 2021 17 August 2021- Proposal Amendment (v2) Brickell Bay Drive Improvements I Tetra Tech Page 7 of 14 3. Stage 3 Bidding and Construction Period Services 3.1 Bidding Assistance During the bidding stage, EDSA will be available to answer questions and address comments that arise from the prospective contractors. For the purposes of this proposal, the scope of services and fee for Bidding Assistance will be provided on an hourly basis. For the purposes of this proposal, we have budgeted one (1) meeting and estimated ten (10) hours of in office time to support this phase of work. 3.2 Conformed Set Should any questions that arise during the bid set necessitate changes to the 100% document and/or specification set, EDSA will update our documentation up to one (1) time to address the modifications. This new set will serve as the construction set for the project. 3.3 Construction Period Services The Construction phase will commence with the award of the contract for construction. EDSA shall be available for project review, as it directly relates to the Construction Documents described above. These services shall be oriented toward reviewing the progress of site construction, specifically design and aesthetics of the site work, and preparing written documents advising the Owner of the items which appear to need correction. EDSA shall assist the Owner and contractor in the interpretation of the requirements of the Construction Documents and shall render interpretations necessary for the proper execution of the work with reasonable promptness. EDSA shall also review and take appropriate action upon the contractor's submittals, such as shop drawings, product data, and samples, but only for conformance with the design concept and with the information given in the Construction Documents. During this stage of work, EDSA shall visit the site, and attend construction meetings at key intervals. EDSA will report to the Owner as to the status of the implementation of our scope of work and outline field sketches as needed to ensure the design intent is met. EDSA shall provide project record documents based on annotated drawings prepared by the contractor. For the purposes of this proposal, the scope of services and fee for Construction Observation will be provided on an hourly basis. For the purposes of this proposal, we have budgeted five (5) site visits and up to eighty (80) hours of in office time to support this phase of work. 1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 16 March 2021 17 August 2021- Proposal Amendment (v2) Brickell Bay Drive Improvements I Tetra Tech Page 8 of 14 GENERAL NOTES Project Specific Notes a) Assumptions: a. Tetra Tech will provide the title block template for all presentation documents. EDSA will utilize the title block to format each set of deliverables. b. All submissions to the City or to Tetra Tech will be in digital, PDF format, not printed format. b) For the purposes of this proposal only, excluding any future projects with either the City or Tetra Tech, EDSA has agreed to the reduced General Rate Schedule as depicted in Exhibit A. Further references to the rate schedule listed in this agreement reference the rates reflects within the Exhibit A. c) Each Task outlined will be one (1) submission. Revisions will be addressed in subsequent submittals. d) Additional submissions or revisions will require additional services. Revisions/submissions will be billed at an hourly rate per EDSA's General Terms and Conditions and Rate Schedule. Exclusions a) Architecture and design of any buildings or structures b) Interior hardscape design & furniture selection. c) All roofing and waterproofing details. d) Engineering related to Swimming pools and water features. e) Lighting Design and photometrics. f) Civil Engineering (Final Grading, subsurface drainage and utilities). g) MEP Engineering. h) Structural Engineering. i) Coastal Engineering. j) Signage and Wayfinding Design. k) Public Art Design. I) Audio/visual services. m) Survey plans and surveying services. n) Construction and implementation of proposed improvements. o) Any revisions to the project scope resulting from changes initiated by client, architect or consultants and that are in excess of the included revisions described in each phase above. p) Probable cost of construction or quantity surveying. q) As -Built Drawings. r) Local partners or sponsors. s) Commissioning of water features, lighting and irrigation systems. t) Permitting and approvals. These will be the responsibility of the Owner and/or Architect of Record. u) Preparation and stamping of shop drawings shall be by the contractor's engineer. v) Other services not specifically enumerated and identified herein as included in the scope of services. Deliverable Exclusions a) CAD drawings will not be provided until the Design Development phase unless otherwise noted. b) CGI renderings in addition to those already included in the scope of services. c) Building Information Modeling (BIM) - EDSA will produce basic site modeling and coordinate Revit information with the Design Team to that extent. However, the primary documentation will remain in AutoCAD and related 1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 16 March 2021 17 August 2021- Proposal Amendment (v2) Brickell Bay Drive Improvements I Tetra Tech Page 9 of 14 software until practical BIM options for landscape architecture are available. If the project requires full BIM workflows for landscape architecture throughout, EDSA will reassess fees accordingly. d) Marketing -oriented 3D modeling and animations or fly-throughs. Requirements The Client will be responsible to provide EDSA with the required information during the detailed design process. EDSA and the Design Team will rely on information and input from the Client and Owner's representative to include the following: a) Certified property survey including boundary, topography, tree survey, aerial photographs and existing conditions, and features. EDSA will rely on the accuracy of this information. b) Site conditions including public utilities, geographic conditions, rights of way, restrictions, easements, deed restrictions, environmental impact reports, environmental impact reports and full information concerning available service and utility lines both public and private, above and below grade, including inverts and depths. c) Survey and site conditions data will be provided to EDSA in electronic file format compatible with AutoCAD. d) The Client will provide EDSA with all zoning and planning requirements and will be responsible for securing planning, zoning and environmental impact report approvals from all relevant municipalities and government agencies. e) This proposal assumes that coordination of submittal package information and the actual submittal process for governmental approvals will happen through the Client and City. f) The Client will provide all necessary development program and budget information for the project. In addition, the Client and Owner's representatives will establish a schedule for the project. 1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 16 March 2021 17 August 2021- Proposal Amendment (v2) Brickell Bay Drive Improvements I Tetra Tech Page 10 of 14 PROJECT SCHEDULE, MEETINGS, + FEES PROJECT SCHEDULE a) Upon execution of this agreement, the Client shall finalize a project schedule and / or major milestones dates related to the landscape project deliverables. The fee is based upon the assumption that each phase will commence promptly after the owner's approval to the prior phase. In the event of delay between phases, whether due to a failure to receive the City's approvals, Client's approvals, governmental approvals or otherwise, the fee will be modified accordingly to account for such delay. b) Our team is prepared to commence preparation immediately upon approval of this proposal and receipt of the initial payment. PROJECT MEETINGS EDSA will prepare for and attend the following meetings: Quantity Phase/ Contract Section Purpose (City Meetings) Location One (1) 60% Design Development Presentation to review Documents Virtual/ Web Based call One (1) 90% CD/ Construction Documents for permitting Presentation to review Documents In Person or Virtual/ Web Based call One (1) 90% CD/ Construction Documents for permitting Plan Review Virtual/ Web Based call One (1) 100% CD Construction Documents for bidding Plan Review In Person or Virtual/ Web Based call One (1) Bidding Assistance Bidding support Virtual/ Web Based call Five (5) Construction Period Services Site visit to review work Site EDSA assumes that each meeting times will not exceed 1 hour with the exception of the Kickoff Charette which is anticipated to be up to 3 hours. Additional meetings will require additional services. Meetings will be billed at an hourly rate per EDSA's General Terms and Conditions and Rate Schedule. PROJECT FEES The above -described landscape architectural work can be provided for the following fee, broken down by stage as followed in Exhibit B. Refer to Exhibit A for Rate Schedule. Note: The above referenced fees are net of any and all taxes or tariffs. EDSA will require a 20% mobilization fee to initiate the work. Reimbursable Expenses: a) Travel expenses in connection with the Project are NOTincluded in this proposal and will be billed at a reimbursable rate. b) Costs of CGI renderings, photographs and models beyond those outlined in the above scope and deliverables. c) Expense of Professional Liability Insurance dedicated exclusively to the Project, or additional insurance coverage requested by the client. d) Costs of printing, reproduction, postage and delivery of drawings required for submission or coordination requested by client, City or consultants. 1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 16 March 2021 17 August 2021- Proposal Amendment (v2) Brickell Bay Drive Improvements I Tetra Tech Page 11 of 14 e) Services of professional consultants, including engineers or specialists. Any costs for necessary external services to be approved by the client prior to moving forward. f) All fees associated with permits and/or plans processors (expeditors). g) Other Project -related expenditures approved in advance by the client. h) All reimbursable expenses will be billed to the client at cost. Approval of Services/ Changes to Approved Services a) The Landscape Architect will only proceed with a phase or design package after receiving the Client's written approval of the services and deliverables provided in the previous. b) Revisions to drawings or other documents will be considered Additional Services when made necessary due to Client- requested changes to previously approved drawings or due to Client changes to previously established budget, program, project complexity, size, and/or scope. c) If EDSA is requested to provide additional submissions outbound of those listed in the provided Scope of Services, EDSA will need to receive the request in writing. Changes to that portion of the Scope of Services will be billed at an hourly rate. d) Quantity and method of deliverables will be the decision of the Landscape Architect provided they are sufficient to describe the design intent and coordinate with the design team. Approval of submittals will not be withheld due to any requirements communicated after drawings have been submitted. e) Client's decisions, approvals, reviews, and responses shall be communicated to the Landscape Architect in a timely manner so as not to delay the performance of the Landscape Architectural Services. f) Team changes (General Contractor, Client Representative, Consultants and Joint Venture). g) Budget requirements which require significant changes or modifications to approved drawings. h) Significant time spent to review contractor substitutions. i) Time spent to address program or design changes by the Owner or operator, or major field revisions caused by construction issues of other disciplines. j) Separation of the project construction into phases or other development strategies that may be employed that require multiple packages or repackaging of construction documents. k) Extensions of construction time. I) Payments are due upon Submission of the specific task being submitted as outlined above and are not contingent upon Government or Client approvals. m) In an effort to meet project timeframe, EDSA will require written comments from the Client in advance of proceeding into the next stage of work. Comments must be coordinated and representative of all necessary entities of the Client team and will provide a clear direction for the next steps of design. n) EDSA will revise the design packages if errors are caused by the fault of EDSA. The efforts associated with these changes will be at no charge to the client. However, if through the fault of others or other program changes, EDSA has to make changes to the design packages, then these changes would be deemed an additional services and EDSA will seek authorization from the Client, and an appropriate fee before completing the work. o) A detailed project schedule was not provided by the City upon the authoring of this contract. Fees are calculated based on the anticipated effort for each task. Additional services may be required if the project schedule and consultant involvement extend above and beyond what has been anticipated within this Scope of Services. Invoicing/Payment Schedule: a) Invoices for work complete will be submitted monthly. b) EDSA will not begin work until the mobilization payment has been received and requires a two -week mobilization period. c) Payments are due and payable 30 days from the date of the Consultant's invoice. Invoiced amounts unpaid 45 days after the invoice dote shall be deemed overdue and shall accrue 1.5 % interest per month and may result in a suspension of services. 1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 16 March 2021 17 August 2021- Proposal Amendment (v2) Brickell Bay Drive Improvements I Tetra Tech Page 12 of 14 d) If for some reason, after EDSA's submission of the deliverable, the Client delays payment for any reason, EDSA is to be paid in full within two weeks of said delay. If the delay extends pass thirty (30) days, then EDSA will due a remobilization fee, or no less than $20,000 USD ($). e) EDSA will require payment/ payment confirmation in advance of proceeding into the next stage of work. All of us at EDSA would like to thank you for the opportunity to work with your team on such an exciting project. We also are looking forward to deepening our relationship with Tetra Tech and collaborating with the City of Miami. Please feel free to call me if you have any questions or if there are any modifications to this proposal. If the above is agreeable, please send us a signed copy of this proposal. Once mobilization is received, we will schedule the design team immediately. We welcome a call with you to initiate the project. Yours faithfully, Betsy Suiter, ASLA Vice President cc: Courtney Moore Pablo Massari Andrea Quintero Marketing Attachments: Scott LaMont, ASLA Principal General Terms & Conditions APPROVED and ACCEPTED this day of , 2021 By: For: 1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 16 March 202, 17 August 2021- Proposal Amendment (v2) Brickell Bay Drive Improvements I Tetra Tech Page 13 of 14 Exhibit A 1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 ec sa GENERAL TERMS AND CONDITIONS A. Introduction: These General Terms and Conditions are part of the attached Agreement and are hereby incorporated by reference. If EDSA does not receive a response to the Agreement within ninety (90) days, fees and conditions for design services may be subject to change. Your acceptance of this Agreement constitutes your acceptance of the foregoing General Terms and Conditions. B. Standard of Care: The standard of care for all professional services performed or furnished by EDSA underthisAgreementwill be of the skill and care used by landscape architects practicing under similar circumstances, at the same time, and in the same locality. C. Requirements of Client Furnished Information: Client shall provide EDSA with a development program and site information regarding the requirements and objectives for the Project. Additionally, EDSA shall rely upon the accuracy and completeness of any information, reports, and/or site surveys/base information supplied by Client or others authorized by Client. Client warrants that it is the copyright owner or has permission from the copyright owner to use and/or transmit the design documents or any other information ("Design Documents") to Consultant for its use on the Project. Client hereby releases the Consultant and any of Consultant's sub-consultant(s) from all claims and causes of action arising from Consultant's use of the Design Documents. Client, to the extent permitted by law, further agrees to indemnify and hold harmless Consultant and any of its sub -consultants from all costs and expenses, including the cost of defense, related to claims and causes of action asserted by any third person or entity to the extent such costs and expenses arise from the Consultant's use of the Design Documents. Upon notice by EDSA, Client shall defend EDSA with counsel chosen by EDSA. The parties agree that this duty to defend is separate and distinct from any indemnity obligation, and the duty to defend shall apply regardless of whether the Client is obligated to indemnify EDSA. Client's obligation to indemnify EDSA against any attorneys' fees or other costs or expenses incurred by EDSA in connection with the defense of any claims or causes of action within the scope of this Paragraph shall be construed as a separate item of indemnification which shall be an absolute obligation of Client even if such claims or causes of action are invalid or groundless. D. Responsibilities During Construction Phase: If EDSA's services under this Agreement do not include construction administration related services for the Project, then Client assumes all responsibility for the application and interpretation of EDSA's drawings, specifications, and other instruments of service; the observation and evaluation of Contractor's work and the performance of any other necessary construction phase landscape architectural or professional services; and Client waives any claims against EDSA that may be connected in any way thereto. Client Initials DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 EDSA General Terms and Conditions Page 2 of 4 E. Out -of -Pocket Expenditures: Unless otherwise stated in the attached Agreement, Client shall pay all out-of-pocket expenses, in addition to professional fees. Out-of-pocket expenses are defined as actual expenditures made by EDSA, their employees, and/or sub -consultants in the interest of the Project and include, but are not limited, to the following expenses: Air travel, including departure taxes and related airline/agency fees ((Business Class on flights of three (3) hours or greater); 2. Hotel accommodations; 3. Meals; 4. Ground transportation ( i.e., rental cars and taxis); 5. Postage,telephone,express mail, and courier services; 6. Photocopying, reproductions, and printing costs; 7. Photographic supplies and processing; 8. Study model materials; 9. Client authorized consultants engaged to create/complete special renderings, models, and photography. The above listed items may be billed at actual cost incurred plus a 10% Administrative Fee. F. Ownership of Documents: All documents prepared or furnished by EDSA pursuant to this Agreement are instruments of EDSA's professional service. Upon payment in full for services rendered, EDSA shall grant joint ownership of such documents. Reuse, reproduction, or modification of such documents by Client without EDSA's written permission, shall be at Client's sole risk, and Client agrees to indemnify and hold EDSA harmless from all claims, damages, and expenses including attorney's fees arising from such reuse by Client or others acting through Client. G. Use of Electronic Media: Copies of documents that may be relied upon by Client are limited to printed copies (also known as hard copies) that are signed or sealed by EDSA. Electronic files in text, data, graphic, or other formats furnished by EDSA to Client are for convenience only. Any conclusion or information obtained or derived from such electronic files will be at the sole risk of Client. When transferring documents in electronic media format, EDSA makes no representations as to long-term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those in use by EDSA at the onset of the Project. H. Additional Services Outside Agreed UponScope: Services requested by Client or Client's Representative that are in addition to the Scope of Work listed in the Agreement will be considered Additional Services and reviewed, at that time for additional fees. Additional services shall be provided if authorized by the Owner. These additional services may include, but are not limited to: 1. Services related to revisions and/or additions to drawings, specifications, or other documents outlined, when such revisions are inconsistent with instructions previously given or are a result of program modifications, change to previous direction, or governmental reviews; 2. Scope of work changes in project size, scope, area, complexity, and budget; 3. Documentation, assistance, and coordination of on -site visits or representation beyond what is outlined; 4. Team changes in General Contractor, Client Representative, Consultants and/or Joint Venture; 5. Schedule changes related to meetings, duration, and phasing; 6. Significant time spent to review Contractor substitutions; Client Initials DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 EDSA General Terms and Conditions Page 3 of 4 7. Time spent addressing program/design changes or field revisions by the Owner or Operator caused by construction issues of other disciplines; 8. Budgeting or value engineering requiring changes or modifications to complete and approve drawings; 9. Separation of the project construction into phases or other development strategies requiring repackaging of construction documents; 10. Extensions of construction time; 11. Preparation of professional plans, drawings, documents and/or renderings beyond what is detailed in the scope of deliverables; 12. Cost estimating; 13. Documentation specific to LEED certification I. Compensation/Invoicing: All fees and reimbursable expenses will be invoiced monthly and shall be payable in net U.S. Dollars by wire transfer or by check drawn upon a U.S. Bank, unless otherwise stated in this Agreement. The Client understands and acknowledges that these fees are net of any non-U.S. taxes and/or tariffs. If a retainer is received by EDSA, it will be applied to the final payment due unless otherwise stated in this Agreement. In the event Client should use a foreign bank as its payment bank, Client shall wire the funds in U.S. Dollars, net of any transaction fees, to EDSA's local bank using the following information: BANK: SunTrust Bank 515 East Las Olas Boulevard Fort Lauderdale, FL 33301 ABA NUMBER: 061000104 SWIFT NUMBER: SNTRUS3A CREDIT: EDSA, Inc. ACCOUNT NUMBER: 1000114180770 Please indicate Project name and/or number to be credited. All invoices are payable upon receipt. In the event payment is not received within thirty (30) days of invoice date, the past due balance may be assessed an interest penalty of one and one-half percent (1 1/2%) per month. J. Termination Rights: In the event EDSA does not receive payment within sixty (60) days, EDSA may stop work on the Project until payment is received. Such stoppage of work by EDSA will not be deemed as a default under the terms of this Agreement. Under this scenario, an additional fee may be required to restart work due to non-payment. Client may terminate this Agreement for cause, with seven (7) days prior written notice to EDSA. EDSA may terminate this Agreement for cause with seven (7) days prior written notice to Client. Failure of Client to make payments when due shall be cause for suspension of services or ultimately, termination, unless and until EDSA has been paid in full for services rendered, expenses incurred, and other related charges. In the event that the Project is suspended for more than forty-five (45) days, through no fault of EDSA, EDSA shall be entitled to payment for services based on a percentage of completion for all completed work. In the event of termination, EDSA shall be compensated for all services fully and satisfactorily performed up until such termination date, together with reimbursable expenses incurred. Client Initials DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 EDSA General Terms and Conditions Page 4 of 4 K. Dispute Resolution: The Client agrees that this Agreement shall be interpreted according to the laws of the state where the contracting EDSA office is located, and agrees to reimburse EDSA for reasonable attorney's fees, court costs, and all expenses including without limitation, all such fees, costs, and expenses incidental to arbitration, appeals, and post -judgment proceedings that it may expend in enforcing this Agreement. In the event of any such dispute, Client agrees that the ultimate court venue will be located in Broward County, Florida. L. Execution/Duration: Signature of the attached Agreement will signify Client's acceptance of all the Terms and Conditions outlined herein. Accordingly, Client warrants that the necessary funds are available to pay EDSA for the services and expenses outlined in this Agreement and that these funds are not encumbered nor contingent upon subsequent approvals, permits, or financing commitments. This Agreement will be valid for the duration of the Project. Client Initials DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 16 March 202, 17 August 2021- Proposal Amendment (v2) Brickell Bay Drive Improvements I Tetra Tech Page 14 of 14 Exhibit B 1512 E. BROWARD BOULEVARD, SUITE 110, FORT LAUDERDALE, FLORIDA 33301 USA TEL: 954.524.3330 www.edsaplan.com DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Brickell Bay Resilency (Miami, Florida) Project No. Description: Consultant Name: EDSA Contract No.: Date: 11/8/2021 Estimator: insert name STAFF CLASSIFICATION Job Classification Staff Applicable Rate Principal Project Manager TBD TBD Rate: $68.96 Rate: $46.78 Landscape Architect/ Designer 1 TBD Rate: $40.20 Landscape Architect/ Designer 2 TBD Rate: $33.32 Landscape Architect/ Designer 3 TBD Rate: $26.15 Project Administrator TBD Rate: 29.42 Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 1 Design Development 8 $552 80 $3,742 280 $11,256 150 $4,998 280 $7,322 798 $27,870 $34.92 2 90% Construction Documents 8 $552 80 $3,742 320 $12,864 180 $5,998 290 $7,584 878 $30,739 $35.01 3 100% Construction Documents 6 $414 20 $936 70 $2,814 70 $2,332 70 $1,831 236 $8,326 $35.28 4 Bidding Assistance 8 $552 16 $748 35 $1,407 20 $666 20 $523 99 $3,897 $39.36 5 Conformed Set 4 $276 16 $748 40 $1,608 30 $1,000 20 $523 110 $4,155 $37.77 6 Construction Period Services 10 $690 40 $1,871 80 $3,216 40 $1,333 40 $1,046 210 $8,156 $38.84 Estimated Total Staff Hours 44 252 825 490 720 2,331 Total Staff Cost $3,034.24 $11,788.56 $33,165.00 $16,326.80 $18,828.00 $83,142.60 $35.67 Total %of Work by Position 1.9% 10.8% 35.4% 21.0% 30.9% 1 -SUBTOTAL ESTIMATED FEE: (multiplier 2.9) EDSA: The Applicable Rates are calculated based on a lump sum fee and area only applicable to this fee chart associated with the Brickell Bay Resilency Projec Subconsultant: Irrigation ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Created 8/24/09 -Revised 11/2D/12 Subconsultant: Technical Specifications Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 -SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $241,113.54 $4,500.00 $13,000.00 $258,613.54 $258,613.54 $258,613.54 DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 BISCAYNE ENGINEERING August 12, 2021 Tetra Tech 6303 Blue Lagoon Dr., Suite 305 Miami, FL 33126 Attention: Diana M Santander, P.E. Sr. Project Manager Transmitted via E-mail to: diana.santander@tetratech.com Direct: (305) 908-1427 Business: (305) 908-1420 Mobile: (305) 458-8293 Fax: (305) 264-1805 PROPOSAL RE: PROFESSIONAL SURVEYING & MAPPING SERVICES AT BRICKELL BAY DRIVE NEIGHBORHOOD Dear Ms. Santander, Thank you for your interest in Biscayne Engineering (BE). In response to your recent request for surveying services on the above -mentioned project, please accept the following proposal for your review and consideration. I. Scope of Services: Biscayne Engineering shall provide a Topographic Survey of the Survey Limits as shown on Attachment "A" based on the information within the e-mail chain received from Tetra Tech on August 9, 2021 at 3:28 PM and subsequent phone call. The Survey Limits proposed herein will be incorporated into the existing Topographic Survey of Brickell Bay Drive prepared by BE (See Attachment "B"; referenced Survey Project Length = 2,350 L.F. ±. Project Area = 204,000 S.F. ±. Survey limits consist of the following segments: 50' beyond right-of-way on Brickell Bay Drive (1,300 L.F. ±) Bounded by SE 14th Street (North) and SE 15th Road (South) and adjacent to the limits of the existing survey (this segment accounts for an additional 30' beyond the right-of-way of Brickell Bay Drive. SE 15th Road (800 L.F. ±) Bounded by the centerline of Brickell Avenue on the West and Brickell Bay Drive on the East adjacent to the limits of the existing survey. SE 14th Street (250 L.F. ±) Bounded by the west side of the intersection with the northerly extension of Brickell Bay Drive to the west and Brickell Bay Drive on the East adjacent to the limits of the existing survey. Extended Limits along Biscayne Bay Portion of Brickell Harbour Condominium property along Biscayne Bay including dock facilities, a circular deck area, the driveway, and the portion of building facing SE 15th Road. NOTE: Survey limits will extend 50 feet beyond the Westerly Right -of -Way of Brickell Bay Drive along the curved portion. At intersecting streets, such as SE 14th Street and SE 15th Road, the survey limits will be 20 feet beyond their rights -of -way. The Easterly offset along Biscayne Bay will be 10 feet into the water (seabed elevations at toe of seawall and 10 feet in bay). Premises that are locked and inaccessible will not be included in survey. Refer to Attachment "A" for diagram depicting the survey limits described herein. INSPIRED BEYOND MEASURE • SINCE 1898 - CORPORATE HEADQUARTERS 529 West Flagler Street, Miami, FL 33130 Tel. 305.324.7671 Fax 305.324.0809 www.BiscayneEngineering.com info@BiscayneEngineering.com PALM BEACH BRANCH 449 NW 35'Street, Boca Raton, FL 33431 Tel. 561.603.2329 Fax 561.609.2317 DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 TETRA TECH -PROFESSIONAL SURVEYING AND MAPPING SERVICES Diana M Santander August 12, 2021 Page 2 Topographic Tasks Shall Include: Location and identification of improvements including asphalt pavement, pavement markings, buildings, concrete pads, sidewalks, driveways, hydrants, valve boxes, water/electrical meter boxes, electrical pull boxes, telephone / cable risers, fences, guy wires, utility poles, overhead electrical lines, culverts, guardrails, pavement limits, headwalls, end walls, manholes, vaults, driveways, right-of-way limits, landscaping, trees three (3) inches in diameter or greater (trees will not be measured or identified), traffic signage (type of sign will not be identified), other free standing signage, pavement striping, any other visible improvements within the Survey limits (excludes underwater features except noted elevations), and any other utility records provided. Specifically, the survey will: • Provide the rim, top, bottom of structure, and invert elevations of existing sanitary sewer manholes, drainage culverts, manholes, and catch basins. City shall provide access to locked and/or restricted access structures. City is responsible for facilitating access to structures including those within parking spaces that may be obstructed by parked vehicles. • Locate and/or provide permanent construction controls on site in State Plane Coordinates (1983 adjustment) and vertical control based on North American Vertical Datum of 1988 (NAVD88). Horizontal control data shall be relative to the Florida State Plane coordinate system, East Zone, North American Datum of 1983/2011 adjustment. • Show platted rights -of -way, platted easements, and property boundaries (based on available resources and not title work) on the survey for the project route. Any easements shown will be based on platted easements. As such, there may be easements or other exceptions that may affect the property not shown without having a title search or opinion of title provided to the consultant. • Recover right-of-way monumentation and/or re-establish to provide rights -of -way lines throughout limits of project. This will require field recovery of centerline control and property corners through each listed street. • Provide a DTM of the areas and cut cross sections at 50-foot intervals along the rights -of -way to extend 20 feet beyond the right-of-way lines and include elevations at the centerline, edge of pavement, top of curb, back of sidewalk, low and high points, lane line, drainage ditches (when applicable). • Provide centerline elevations at 25-foot intervals within the rights -of -way and roadways. Other elevations will be provided at 50-foot intervals minimum and will include edge of pavement, flow line, top of curb, and back of sidewalk elevations (and will extend 20-50 feet beyond the right-of-way lines). • Show survey features, baseline, baseline points, and drainage information, including inverts, pipe size, material, and direction of visual. • Subsurface Utility Excavations (SUE): Twenty (20) test holes will be performed by InfraMap. The report will include data sheet for every test hole performed and a summary table of verified utility detailing the test hole information. • Prepare digital maps that shall delineate all field collected data as well as existing limits of nearby public rights -of -way (CAD files will be provided; "dwg', "dgn", and "tin" files compatible with Autodesk CiviI3D). Submerged Lands Research Shall Include: • Research the Florida Department of Environmental Protection (FDEP) Board of Trustees Land Document System and identify any available documents affecting the submerged lands within the survey limits depicted herein. BE will plot and reference any instruments that affect said submerged lands on the survey. As such, there may be instruments that affect the property and are not available in the Board of Trustees Land Document System or shown without having a title search or opinion of title provided to the consultant. This proposal does not consider costs for title work. NOTE: THIS IS NOT A BOUNDARY SURVEY. 2 DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 TETRA TECH -PROFESSIONAL SURVEYING AND MAPPING SERVICES Diana M Santander August 12, 2021 Page 3 EXCLUSIONS: • Manhole Connections. • Clearances under power lines, mast arms, etc. • Title Work, Table "A" Options, and FEMA Flood Certificates will not be considered. • Mean High Water Line or Tidal Water Survey (Water levels will not be considered). • Tree Table or tree identifications. • Finished Floor Elevations • Right-of-way lines will be based on plats, the City of Miami Municipal Atlas, and information available on the Miami -Dade County Property Appraiser's website (Surveyor cannot "confirm" Right-of-way lines without title work and will depict Right- of-way lines based on the aforementioned resources). DELIVERABLES: • 4 Signed and Sealed copies of the Topographic Survey (24"x36"). • Signed and Sealed PDF version of the Topographic Survey. • CAD File. • Digital Terrain Model (DTM) in digital format (XML File). II. Cost Estimate: Special conditions that affect the cost are as follows: Access to gated properties and buildings, safety concerns with traffic along the roadways and sidewalks, numerous sewer structures to be located and detailed (with limited access due to locations within parking spaces and busy roadways), submerged seabed elevations in Biscayne Bay that will require the use of a boat and additional field crew personnel. Services described in Section I. above, (Scope of Services), shall be provided by Biscayne Engineering Company, Inc. for a fee as follows: Topographic Survey & Submerged Lands Research: $29,350.50 SUE Work (20 test holes by InfraMap) : $8,717.80 NOTE: • This proposal is limited to the Scope of Work described herein. Any other services that may be needed will be performed in accordance to Biscayne Engineering Hourly Rates Schedule. 3 DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 TETRA TECH -PROFESSIONAL SURVEYING AND MAPPING SERVICES Diana M Santander August 12, 2021 Page 4 III. General Conditions: 1. Written authorization to proceed is required. If acceptable, please execute this proposal and return it to us (by fax or mail) fax: (305) 324-1700 or (305) 324-0809. 2. Payment is due in full upon completion/delivery. In the event that client fails to pay surveyor within thirty (30) days from date of invoice, or the surveyor finds the survey conditions significantly different than originally agreed upon or that adequate site access is not provided, the client agrees that the surveyor has the right to consider these actions or non -actions to be a total breach of this contract. Upon written notice to the client by the surveyor, the responsibilities and obligations of this contract are terminated. The client in such case shall be obligated to pay the surveyor for all services rendered to that point in time. 3. This is a professional service agreement based on fixed scope of services. Additional service requires additional cost estimate and new agreement. It is a good faith estimate based on Biscayne Engineering's experience performing this type of work. 4. Upon signature of proposal, client agrees to the location of the property as described in Attachment "A". 5. This proposal is valid for 30 days from date first above written. We truly appreciate the consideration you have shown our company in your request for surveying services. We will constantly strive to meet your expectations while adhering to the strict requirements, which govern our profession. Respectfully submitted, BISCAYNE ENGINEERING COMPANY, INC. Sh,r0seal-c:cc", Alberto J. Rabionet, PSM Project Manager AUTHORIZATION Written authorization to proceed is required. If acceptable, please footnote this proposal and return it to us (by fax or e-mail) fax no: (305) 324-1700 or (305) 324-0809, E-mail: info@biscayneengineering.com Name Title Signature Date Company 4 DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 x . PROPOSED SITS LIMITS FOR BRICKELL BAY DRIVE AREA SURVEY .'ram ErrirNrAn TOTAL LENGTH: ± 250 LF along SE 14th St (ALONG R/W EXTENDED 20' INTO PROPERTIES) TOTAL LENGTH: ± 800 LF along SE 15th Rd (ALONG R/W EXTENDED 20' INTO PROPERTIES) (NOTE: 800 LF of roadway divided by median) TOTAL LENGTH: ± 1,300 LF along Brickell Bay Dr (ADJACENT TO LIMITS OF EXISTING SURVEY EXTENDED 50' INTO PROPERTIES) THIS DIAGRAM IS FOR REFERENCE ONLY DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 1 0 amoaKaigss. rOM MAAAIN �M `/AMA&A11aN ■sl` IMAM a .. A An, WI II► YI■Q -■ ifilANRWINIMISMULTAMISir 1INNw PIANO Y - o ■ 1MA11/IIY41110 - MAItFMW MO N•AI MOM O• N•O�LR IROLAMA ■DD�1••/AAN�oYI■-YRMMILIMAN�M, I'pICAM N iambi=OIYOW MAR ndwr .Alva_ fO ■hOOA imam. M•I.OrMITINA7MMNIM et me ionsE7M N /t1. MIL I MA[dN®•WI4W MOM1Y1WYHa n W au iiIE 1OOIL MN NNA -N aALINNTNNLNIN IOW MAIM ID IMM>s N JI S'- 1/E AEON AM ax islfi i MiTAtr a1GR W00m 'Pm W - •1 NAm u FLfM nuns AIc*Os= Ns w NENN R1ENSAAI MM •MAI fIA I7 AMIN M MNNIAL111OO Q10M!■ I = a IAA/EL NANAMY 7E MOM Fs• MME NN AK 1110 MIMI aupucs.VIaraov NOV IBM MruaoarcMOIL n 11C - AtIMPTIA s Nr W 1E MAW M MERIT O 11A11 IMAM a A®•E INLLAR III 1A7N0 ANf amMN / ALI= YIN LINK 7■ E: M NANO= 1W UWm IaTTa7-11MM - m•aIl11071aI1 111101/I�raO a Mr ■III /1l�MA1111 r elweraa¢ AMC Os Norma N AI IMSII NN■ OR.wawa' MAE A ANLrIM. N M A• AE A IAA AIM M• NE ®AMEN L\AM l armor. tam, I O= pil�Nrill �w a�planalerAVOMIC fIM - NANO MOW I MMO 70 1r W IM MINA 0 MUM! LL MA Mx NAM AN1MfA■MI i - 1111r•N MNNN El1AN/iA/ Af A11ALA MM MY IEMEAM =In4 7R 1E1N AAE•• 011110AF 1•A 7 pea N 11111111•/10YlS MN■ MAW M - 0 A>sIf 0 f•Q.OpII1 AAMIONV IN a AN MFLIMTN AMm �IIMTRIYIw�AI pIY�. AN I �11��M IMIMe �Iig 106 SALTOIMO SE1!OY11fYL@ER MV" - O■IIMM EMM M WAN" NMM MANL MAI F7• O% s/N IM N 0 MAIM AN7NAIQ ▪ IIFIAK 11N11YMMW 1-110-l1 IMAM - MR INN1 COW 1104 A* /UNIIU Mlo. of um Iti LEIO me wry or maxims, M WM= Y AIM! NNI mac W AWA a INN s N = AA IQ N MNs7Q Ns a ALIT AMA N 167117 AAA M 1 NIIN FMLN VMN worn 0 LAMM. wawa way N101AN *nom aim. - iMI,I - ZF//YIN AMA arm ▪ AI COMM AOAYMT • ANO • N LN N l01 M ■ MIsiIO■ IiO77 W F ANAL N If AO ea. F •M>1s 111I1f N M A®AOY F N MAW AmI /7L A MANE01011MMMAI0 IA I NA11M Rs LOOM • -LA. jlYOAIM NMI - - EN� -aI isig 0,104110 NI10 L 41100.1 MIIf®l.E1I! - M Imrcmlla IN UMW III Asa r■ENN YMM1E'ON•11MA■ v AAMArsNQAaw LMCAnna AIM nigliI Nr IN7N , MAMMA MAIM% AINNANM ME/■1NAN IMM AMP -IAaraMm ussremunitimrimuramTlI01•m ■Y11CMOM Amna widexpurragfrignE WAR NAl11111M 11AI MN M AO rigliariMinM AL MAAi iRSII AAA7A1I/AE0 N w IN M 7i IWTF •PID/H SET 11111t:1<1-11 Kfa" ;Ii1\ F, NIANI I, 1-1 {ail l}f•,. SE _T!'_•V 3-a rOL_Y LEWIS DONJT[ON'. It:V!I\••HII `.4 h.1111-1, dAI\': -41 F-a.`, 1,• t1T c-`1_1v( N[t.N]-DC .DCLOR]7,1 LOCATI1=1 N SI<ETC H :Er Or MCAM:, I I IA- I-1}/\ 11 I. II.IN I", 11 •:r; nl r• 1' Ire; NPL: W6 B NT A UNIMIT YIKX 10111FWa1AY LEY IION I17601 AE MEIN aIQdf IAA fll 411Y OF MI 111■I413II AWAY LIEN WWM ID-M. tram 11a1Ftr-I Y �M7On nQ 011ROMIAYIE a 1RIT ■I0 IMICIENT oens arms MINN LYA-NN emma®Q �� NANNO 0!N-�YY 1- YM 10■1O N01111111.1NME N= ZILIZIrm 10- ON AA ATM Elip MAC ON nivri - MI. =Al ✓ tpal = MAIMS Q mama, 0 Laala C eMN ■ MM • INOINN t ramemsar 1 am ma • AMMO o 1101. NM OM • IMAM own • ...No um: ▪ minas N � r • d AM • ��f�1/III• • 11111•7Nand, MN N r• .1; MINIM ■■ MM rw �E nraws• row, atimmatia®eaati 1VOrlEiRMAIC WuNNar IN Y■JI177116 OVUM ANA= N Nti F AMMO LAI=NN1a N AE:1AM11111•Ow■1LNL ayy1��1mMMIIal MOW1tiAM ▪ i LANAI minor ■ AMINO LI-NNE •a0IY01! SULAM 1IOSIM ARIN A sM N ANO LAM Ex®s IM1 M MLA AIM N AM. M N AI•Ns PILL, INMAN UMW ONO ■ IMMO M 1I ■•CA. 1x 1 1 1 1 'A i I J Ju i1 r.c-F.!iri L ■i 1 DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 1- z w Q 1 00�—. — r �r1il�•sr-1>, -- IMO n =7..= W7.. n 1T n fl oo©__ :— -_--_■ , . -- Elmo© • ', "moms r— • —_.--. ace -ar a-r• .r - -- -- - - ©o©- 01:1 EMI El El0— El CM �- — aaar r— Aa■'1�1• ElElCI —1 aa� - - moor aaar 1 El CIDaam-aaaam aaar M ■ El CIO moor aaar ■-• n -_-- El CM E3 EN WE KM - - .---11 ■m-a ■a-N ■m'-- aaaar moor aaar ■—■ r aaR- aura- ■--r ---- i-:iu:.1G1-11 Y.AY 1`R /F, v1AN1, I- :}R 1}A. SECLOI\ 3D :r.:_LY LEWES-:VV-:OI\j, 1:}v✓rvd-I4' .`,i:.11 H, I:ANL;I- CITY or NMI:, 1:11vI-:1DC COUNTY, rLCRCE•t, Yf?J 'L7 [':11-li:al.y -r. 1\-w IMMIX AN 11111101Lr11101.IIrn I-rr •••-a LA7o[ MIRE lirl 1111111,101 ma -an LM7i@ I N11101IN 411111444411 /w'aaf ion tame i! QNl O INN t 6120777 i41111120t Ilaamm/ rn rams ilk EMI RI 0111 d 11,710321 OSMIUM ra.timmmd r, tars w QNr0D. 4 1YW110t =OWY7 raw'■ad ion tam' t11 WNW O 601 o manors ma0ir! torirmaP rn bumf a. QI-1 r a- • 11141010 ilJRi O msa'a,d *mead all WNW 0 c 7 ROOM m-m-m NIM.E.470 111IAI a7 naI-1rfl- - mum M M,r7 raPa'aa!! 'r, fawn* as* nano r ■s I yCTE 7■■ la Ian AA�mll�n�a-wee savor. [ fi r moms st,04 dONTY9 APlli4lRl 1EI01[ NI d01LNtl1161 N111 IIIW YEI IIf11i IOOIYNi DSQ N MU NO l mB r Y ICI OINK. - Clio: ■OR ,a- MINIM 7-®r, MOM a MLR IMMa N M. K! m maammr Cal, M6Am =Rma as ■ MOM 11 RI -O. i J Ju 1 3 �----, I DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 MT= WAGE � ■a Y 1 S • N. WCIPetalitaliniTeSiT 11111t:1<1-1I Kfa" ;It! \ F, NIANI I, I-1 {ailI'A. SE _T!'_•V 3'a roL_Y LEWIS DONJT[ON'. I{:vih. • •H110 `.4 htiP.)I-I, &/.I :: -41 F*.!.. I, t1T c,-'1_.v( N[t.N]-DC .DCI JNTY,-LOR]:' 40 aab 04 \ S 1loOlB1OIM Lti TAME al aL —aas faYO: =moN nurture§ rslar_rr n� awea r�I = Nif OLD, NV IN =ReinWINN 51 11walN4AMIL MOE WC MI>oM► IN x �wrv�a/�a,•. NLi1C m I! 1101 A IOINNARV MEN wrl Y-1L- LINO EOM v�iv � EY x MANE ON 212110 my NUM Ma iIwWM MINIIIIAL ALAI WEIR!i eAf TY�IWIO�TYP�RI MT.IN NpIJ U I RE WELTED WINO FL ME M MEE 10 warm ,;J� awon =OMMIIIIII MOMII--IpNMAL1Oa11=111.Pah ' 'im �N• =RCM La 0017t ■ I116O II 7I MICE. Jt DocuSign Envelope ID: 362A3AF7-8D34-4658-A5F7-BF0356633176 • / +... .•;-. ' 01 -•I ..,i: ;A ev •••• '''' . 9111116''' hi% stn Vilinno Lazuli 1 TOPIDDRAPIITO 111t1{ :1<I-1 1 11.‘k" ;It! F, Fl IN,. SE.7rISAI roL_y LEWIS DONtTEDN:. :vih. • •H h..11.11 - 41 I, CIT' C,- Nv lv Et N3 -DC DC CC. JNTY, LOR3 Imb • NI b. 11C11=11110 unnv Loa IMO MONO re 11•11•111b NTS PIMA= rf 61111TI II NI PIMIllerl =NW PON UMW INS 10:116•2r 1111 IIPOINAICK IIC1t on is col A souomorataver. roorr-op-sw UN= NI OM 141111:171 INC VAIO UPI 1,10310 PIM% sec orr or WWI II1M AL(ow mow ar-cr. AI,ar-o, cr4s), Now-or-cor 'coma memo ur sill OW% -- an, 111101.01TrApiniNwri smile ea common! RIM Z01VIYI0 commons gouts warm= NM( co Erman' AO 71 1110101r. 10 111E WM IRO MOM% DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project Brickell Bay Drive Neighborhood Roadway Improvements Project No.: B-000000 Description: Topographic Survey- Brickell Bay Drive Neighborhood Consukant Name: Biscayne Engineering Co. Contract No.: Date: 8/18/2021 Estimator: Mike Bartholomew STAFF CLASSIFICATION Job Classification Staff Applicable Rate Project Manager Mike Bartholomew Rate: $57.69 Surveyor& Mapper W. Hueck Rate: $49.04 CADD Technician I. Vo ovelsky Rate: $21.00 Position 4 Rate: Position 5 name Rate: Position 6 name Rate: Position 7 name Rate: Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 1 Establish vertical and horizontal control network (Level run, Traverse, and GPS observations) 0.50 1.00 2.50 1.00 1.00 1.00 2.00 $29 $58 $144 4.0 8.0 20.0 4.0 12.0 8.0 8 $196 $392 $981 8 8 20 12 16 12 8 $168 $168 $420 12 40 8 $393 $618 $1,545 $32.75 $15.45 $193.13 2 Topographic Survey @ 500 feet per day abng SE 14th Street roadway (to include 50' sections) 3 Topographic Survey @ 500 feet per day abng divided SE 15th Road roadway (to include 50' sections) 4 Location of structures and inverts, approx. 25 (plus or minus 20 per day) 5 Topographic Survey @ 50 feet beyond right-of-way abng Brickell Bay Road $58 $58 $196 $588 $252 $336 12 4 $506 $982 $42.15 $245.54 6 Topographic Survey @ extended limits abng Biscayne Bay $58 $115 $392 $392 $252 $168 18 18 $702 $676 $676 $37.54 $37.54 7 Right of Way Determination & Baselines 8 Submerged Lands Research 2.00 $115 8.0 $392 8 $168 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Total Staff Hours Total Staff Cost 11 $634.59 72 $3,530.88 92 $1,932.00 72 $6,097A7 $84.69 Total % of Work by Position 15.3% 100.0% 127.8% ESTIMATE OF SURVEY CREW COSTS 1 3-man Crew Party 12.0 4 - man Crew Party : crew days at crew days at $972.32 /day = $ 11,667.84 / day = Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsukant. Unused subconsukant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. For 117 created 8/24/09 1 -SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsukant: Infra Ma p Subconsukant: Sub 2 Subconsukant: Sub 3 Subconsukant: Sub 4 Subconsukant: Sub 5 2 -SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 -SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $17 682.66 $8,717.80 $26,400A6 $ 11,667.84 $38,068.30 $38,068.30 DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 r‘.1 PROGRAM CONTROLS INC November 3, 2021 Diana M Santander, P.E. Sr. Project Manager, Tetra Tech 6303 Blue Lagoon Dr., Suite 305 Miami, FL 33126 RE: 18-19-042 - Brickell Bay Drive Improvements, City of Miami Proposal for Project Controls Services Dear Diana: Thank you for giving the opportunity to Program Controls, Inc. (PCI) to support the controls functions for the subject project. As requested, please see following proposal for our services based on the revised Scope of Services. This proposal supplements the previous proposal provided October 2020, which includes 3 conceptual estimates and a Class 4 estimate for the final design concept, which will now be the 30% design estimate. DESCRIPTION OF TASKS AND ACTIVITIES: A2.07-03 - Task 2 — Additional Design Development Cost Estimating • Develop a 60% estimate in accordance with AACE Class 3 estimate guidelines • Develop a 90% estimate in accordance with AACE Class 2 estimate guidelines • Develop a Bid Set estimate in accordance with AACE Class 1 estimate guidelines A2.07-03 - Task 3 — Scheduling • Develop a CPM schedule for the Bid Set submittal • Bid Schedule Preparation will include - a. Review of design and contract documents for scope b. Site visit and assessment of current conditions c. Development of WBS from scope d. Develop Activity durations and dependencies e. Develop Schedule and Critical Path FEE SCHEDULE: The lump sum fee of $89,519.00 is based on the current project scope and above outlined services for the project, and broken down as follows: • Additional Cost Estimating at 60%, 90% and Bid (3 total) - $71,609 • Bid Schedule - $17,910 DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 r‘.1 PROGRAM CONTROLS INC ASSUMPTIONS AND EXCLUSIONS: PCI will immediately notify of all potential additional services beyond the scope outlined above and an authorization to proceed will be obtained before proceeding on such services. Some of which may include — • Estimate Revisions including Alternates and/or Concept Revisions beyond those noted above. • Life Cycle Cost Estimating • Estimate Reconciliations • Change Order Review or Negotiation • Schedule Narrative or Implementation Plan • Review of Contractor Baseline and Schedule Updates • Requests for "what -if" scenarios. • Time Impact Analyses, Claims analysis and support. • Financial Alternative Analysis • Cost or Schedule Risk Analysis • Additional meetings or field visits beyond those noted above • Any construction phase services • Any other services not specifically outlined above Thank you again for your consideration and please feel free to contact us, should you have any questions or comments on the above. Sincerely, PROGRAM CONTROLS INC. 04„-- Julian G. Ortega, PSP, LEED AP Vice President — Construction Services jortega@programcontronsinc.com CC: Ashish Kumar, Julio Lostao DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Project No.: B- Description: Consultant Name: Program Controls Inc. Contract No.: enter consultants proj. number Date: 11/5/2021 Estimator: Julian Ortega STAFF CLASSIFICATION Job Classification Staff Applicable Rate Principal Ashish Kumar Rate: $200.00 Project Manager Julian Ortega Rate: $200.00 Lead Scheduler Eduardo Tude Rate: $200.00 Estimating Manager Julio Lostao Rate: $200.00 Lead Estimator Marco Osorio Rate: $196.04 MEP Estimator William Chow Rate: $145.37 Senior Scheduler Frances Tatis Rios Rate: 165.16 Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 2 30% Estimate (Included above) 3 60% Estimate 4 90% Estimate 5 Bid Estimate 6 Bid Schedule 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 6 6 6 40 $1,200 $1,200 $1,200 $8,000 40 40 40 $8,000 $8,000 $8,000 60 60 60 $11,762 $11,762 $11,762 20 20 20 $2,907 $2,907 $2,907 60 $9,910 126 126 126 100 $23,870 $23,870 $23,870 $17,910 $189.44 $189.44 $189.44 $179.10 Total Staff Hours 58 120 180 60 60 478 Total Staff Cost $11,600.00 $24,000.00 $35,287.20 $8,722.20 $9,909.60 $89,519.00 $187.28 Total % of Work by Position 12.1% 25.1% 37.7% 12.6% 12.6% 1 - SUBTOTAL ESTIMATED FEE: (multiplier included) Subconsultant: Enter Name of Sub 1 ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = $ / day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. 4. Shaded rates are capped per contract. City of Miami, C.I.P. Form 117. Created 8/24/09 -Revised 11/20/12 Subconsultant: Subconsultant: Subconsultant: Subconsultant: Sub 2 Sub 3 Sub 4 Sub 5 2 -SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 -SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $89,519.00 $89,519.00 $89,519.00 $89,519.00 DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Wragg Casas PUBLIC RELATIONS INC. November 10, 2021 Ms. Diana Santander TetraTech, Inc. 6303 Blue Lagoon Drove Suite 305 Miami, FL 33126 Please see below our proposal for outreach services for the construction phase of the Brickell Bay Drive Design, Tetra Tech Project No. 200-53033-21002, Task A2.10. Public Engagement Strategy and Scope of Work For Brickell Bay Drive Improvements Project The public engagement plan is designed to inform all stakeholders of the project and its benefits and to facilitate their acceptance through a communications campaign that solicits and incorporates meaningful feedback from all stakeholders. Wragg & Casas will inform, educate and help update local residents, businesses and neighboring stakeholders on the benefits and progress of the program during the construction phase. This will include: • Messaging: Support City of Miami staff in creating messages, advisories, talking points and social media content as appropriate. o Staff time: 30 hours • Outreach: Serve as the project's public information office in outreach and delivery of information to residents, businesses and homeowner and business associations. o Staff time: 200 hours • Fees: $36,216.13 We look forward to working with you on this project. Sincerely, Ray Casas DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Project No.: B- Description: Consultant Name: Enter name of prime or subconsultant Contract No.: enter consultants proj. number Date: 11/2/2021 Estimator: insert name STAFF CLASSIFICATION Job Classification Staff Applicable Rate Principal Ray Casas Rate: $69.00 Project Director Jeanmarie Ferrara Rate: $67.24 Graphics Manager Mery Lewis Rate: $34.48 Position 4 4ccount Manager TBC Rate: $53.44 Senior Writer Melissa Lichtenheld Rate: $60.34 Writer Jeannette Rivera Rate: $60.34 Position 7 name Rate: Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity Man hours Cost/ Activity 'hase 4 Construction 1 Media Releases, advisories, social media content s 2 PIO -- Outreah to residents; businesses, HOAs 3 25 $207 $1,725 2 35 $134 $2,353 125 $6,680 15 15 $905 $905 10 $603 30 200 $1,850 $11,664 $61.67 $58.32 Total Staff Hours Total Staff Cost 28 $1,932.00 37 $2,487.88 125 $6,680.00 30 $1,810.20 10 $603.40 230 $13,513A8 $58.75 Total %of Work by Position 12.2% 16.1% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = $ / day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117. Created 8/24/09 -Revised 11/20/12 54.3% 13.0% 4.3% 1 -SUBTOTAL ESTIMATED FEE: (multiplier 2.90) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 -SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 -SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $36,216.13 $36,216.13 $36,216.13 $36,216.13 DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 Tetra Tech, Inc. 6303 Blue Lagoon Drive, Suite 305 Miami, Florida 33126 Attention: Diana M. Santander, P.E. — Senior Project Manager Re: Proposal for Supplemental Geotechnical Services for Proposed Improvements along Brickell Bay Drive From SE 14th Street to SE 15th Road City of Miami, Florida GEOSOL Proposal No. P-221195-B Dear Ms. Santander: August 18, 2021 In accordance with your request on August 16, 2021, Geosol, Inc. (GEOSOL) is pleased to submit this proposal pertaining to geotechnical services for the above -referenced project. As we understand it, the project consists of roadway improvements, milling and resurfacing of the existing roadway, drainage improvements, a new pump station, as well as the design and construction of a seawall replacement along Brickell Bay Drive from SE 14th Street to SE 15th Road in the City of Miami, Florida. GEOSOL previously performed geotechnical services for use in the preparation of the Design Criteria Package for the above -referenced roadway improvements, milling and resurfacing of the existing roadway, drainage improvements, and seawall replacement. As requested, supplemental geotechnical services will be required for the proposed new pump station installation, as well as for providing geotechnical analyses and recommendations for the proposed seawall replacement. As requested, the supplemental geotechnical services will consist of the following: 1) Perform two (2) Standard Penetration Test (SPT) boring to depths of 25 feet below existing grades for the new pump station, 2) Perform two (2) supplemental SPT boring to depths of 60 feet below existing grades for the proposed seawall replacement on the upland side of the existing seawall, 3) Review the results of two (2) SPT borings previously performed for the proposed seawall replacement, 4) Perform a laboratory classification testing on select soil/rock samples. Laboratory testing will include moisture content, percent passing the #200 sieve, grain -size analysis, and organic content. 5) Provide geotechnical analyses and recommendations for the proposed pump station installation and seawall replacement The Standard Penetration Test (SPT) borings will be performed in accordance with ASTM D-1586. Our work can begin immediately upon your notice to proceed. We will begin with our services by coordinating utility clearances at the boring locations. The utility clearance process typically takes up to five (5) working days. Given the scope described herein, we can complete the field study for the site within three (3) working day. The laboratory testing can be completed within a period of five (5) working days. The geotechnical reports can be completed in ten (10) working days after completion of the laboratory testing program. Therefore, we can complete the requested services in about a five (5)-week period upon receiving Notice to Proceed. Based on our interpretation of your requirements, we are willing to complete the geotechnical services and report preparation for a total of $13,656.00. We have enclosed a detailed Fee Proposal for your review. GEOSOL appreciates the opportunity to work with you on these projects. If you have any questions, please do not hesitate to contact us. Sincerely, GEOSOL, INC. Oracio Riccobono, P.E. Senior Geotechnical Engineer/President Attachments: 1) Fee Proposal I I I I I GEOSOL Inc ♦ I I I • I 5795-A N.W.151st Street Miami Lakes, FL 33014 Phone (305) 828-4367; Fax (305) 828-4235 E-mail: geosolusa@bellsouth.net DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 GEOSOL, INC. FEE PROPOSAL FOR SUPPLEMENTAL GEOTECHNICAL SERVICES Proposed Improvements along Brickell Bay Drive From SE 14th Street to SE 15th Road For Proposed Pump Station Installation and Seawall Replacement City of Miami, Florida GEOSOL PROPOSAL No. P-221195-B DESCRIPTION UNITS # OF UNIT TOTAL UNITS RATE ($) $ 1. FIELD INVESTIGATION IA) FIELD ACTIVITIES SPT Borings, Land (0 to 50): 2 SPT Boring to 25 feet in Depth for Proposed Pump Station Installation FEET 50.0 $12.00 $600.00 SPT Borings, Land (0 to .50): 2 SPT Boring to 60 feet in Depth for Proposed Seawall Replacement FEET 100.0 $12.00 $1,200.00 SPT Borings, Land (51 to 60): 2 SPT Boring to 60 feet in Depth for Proposed Seawall Replacement FEET 20.0 $15.00 $300.00 Temporary Casing (0 to 50) FEET 150.0 $5.00 $750.00 Temporary Casing (51 to 60) FEET 20.0 $6.00 $120.00 Closing Holes = (total depth of SPT borings) FEET 170.0 $6.00 $1,020.00 Scientist 2 (Test Layout & Utility Clearances) HOUR 6 $84.00 $504.00 SUB -TOTAL (for FIELD INVESTIGATION) 1B) MOBILIZATION/DEMOBILIZATION & MOT COORDINATION $4,494.00 Mohi ization of truck mounted rig EACH 1.0 $375.00 $375.00 SUB -TOTAL (MOB/DEMOB, & MOT COORDINATION) IB) LABORATORY PROGRAM $375.00 Soil Classification per ASTMD-3282 and D-2487 EACH 2.0 $75.00 $150.00 Grain Size per AASHTO T-27 including -200 wash TEST 1.0 $55.00 $55.00 Material Finer than 200 Sieve per ASTM C-117 TEST 2.0 $40.00 $80.00 Organic Content Test/Limerock per AASHTO T-267 TEST 2.0 $40.00 $80.00 Moisture Test TEST 4.0 $15.00 $60.00 SUB -TOTAL (LABORATORY PROGRAM) TOTAL FIELD INVESTIGATION 3. ENGINEERING SERVICES $425.00 $5,294.00 Principal HOUR 6 $200.00 $1,200.00 Senior Engineer 1 HOUR 16 $190.00 $3,040.00 Project Engineer 1 HOUR 16 $148.00 $2,368.00 Engineer 1 HOUR 12 $100.00 $1,200.00 CAD Designer HOUR 4 $103.00 $412.00 Project Administrator HOUR 2 $71.00 $142.00 TOTAL ENGINEERING SERVICES TOTAL GEOTECHNICAL FEES FOR PROJECT $8,362.00 $13,656.00 DATE = 8/18/2021 \TIME = 9:03 AM \ PAGE 1 OF 1 \FILENAME = P-221195-B FEE PROPOSAL GEOSOL DocuSign Envelope ID: 362A3AF7-8D34-4B58-A5F7-BF035B633176 ATTACHMENT A Olivera, Rosemary From: Sent: To: Cc: Subject: Attachments: Caseres, Luis Thursday, August 25, 2022 12:52 PM McGinnis, Lai -Wan; Badia, Hector; Darrington, Mario; Cabrera, Paola; Mora, Jorge; Hansen, Anthony Cambridge, Susan; Barr, Thomas; Ponassi Boutureira, Fernando; Velez, Pablo; Hannon, Todd; Olivera, Rosemary; Cabrera, Paola; Lee, Denise Document Distribution - Amendment No. 1 - RFQ 18-19-042 - Brickell Bay Drive Improvements - Tetra Tech Inc. Amendment No1 - RFQ 18-19-042 - Brickell Bay Drive Improvements_Executed 08-25-2022.pdf Good afternoon All: Lai -Wan: Attached for your records is a scanned copy of the document described below, which was duly executed by all appropriate parties. Thank you. Paola You may now close this Matter ID 21- 2948K Todd Please find attached the fully executed copy of agreement that is to be considered an original agreement for your records. Document Type: First Party: Second Party: Program/Purpose: Effective Date: Best regards, Amendment No. 1 City of Miami Tetra Tech, Inc. Brickell Bay Drive Improvements 08/25/2022 i LuA.- Caere - Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 (305) 416-1923 g (305) 400-5335 ®Lcaseres©miamigov.com 0 "Serving, Enhancing, and Transforming our Community" CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that any review, dissemination, distribution, or duplication of this communication is strictly prohibited. If you are not the intended recipient, please immediately contact the sender by reply e-mail and destroy all copies of the original message. Thank you. *Please Note: Due to Florida's very broad public records law, most written communications to or from City of Miami employees regarding City business are public records, available to the public and media upon request. Therefore, this e-mail communication may be subject to public disclosure. If you're not already a Vendor, click on or scan the QR Code to register as a new vendor for the City of Miami. 2