Res No 057-25-16349RESOLUTION NO.057-25-16349
A RESOLUTION OF THE MAYOR AND CITY
COMMISSION OF THE CITY OF SOUTH MIAMI,
FLORIDA,APPROVING A PROPOSAL AND PROJECT
AGREEMENT WITH STANTEC CONSULTING SERVICE
INC.TO PROVIDE EXTENDED OWNER’S
REPRESENTATIVE PROJECT MANAGEMENT SERVICES
FOR THE SANITARY SEWER IMPROVEMENTS -
SUBAREA K,PHASE I PROJECT,IN THE AMOUNT OF
$66,940;PROVIDING FOR AUTHORIZATION;
PROVIDING FOR IMPLEMENTATION,CORRECTIONS,
AND AN EFFECTIVE DATE.
WHEREAS,the City of South Miami (the “City”)is undertaking the Sanitary Sewer
Improvements -Subarea K,Phase I Project (the “Project”)to enhance its sanitary sewer
infrastructure;and
WHEREAS,on May 3,2022,the City Commission adopted Resolution No.056-22-
15809,authorizing the City Manager to enter into a continuing professional services agreement
(the “Agreement”)with Stantec Consulting Services,Inc.(“Consultant”)to provide general
engineering services on as-needed basis;and
WHEREAS,the City previously entered into a Project Agreement with the Consultant on
February 24,2025 to provide owner’s representative services (the “Services”)for the Project in
the amount of $88,613,including initial assessment and four months of construction management
services;and
WHEREAS,the Project has been under construction for approximately eleven months,
with significant progress made recently,and the remaining work,particularly the sanitary sewer
pump station,is now anticipated to reach substantial completion by October 31,2025;and
WHEREAS,the City is in need of the Consultant’s continued Services for the Project
through the Project's substantial completion;and
WHEREAS,the City’s initial engagement of Stantec’s services was for $88,613 and was
obtained under the City Manager’s purchasing authority for CIP funded projects (Ordinance
No.01-25-251 4)and the combined total for Owner’s Representative Services upon approval of this
extension is $155,553;and
WHEREAS,the Consultant has submitted a proposal,attached hereto as Exhibit “A”
(the “Proposal”),to provide the additional or extended Services for the Project through substantial
completion in an amount not to exceed $66,940;and
WHEREAS,the City Commission desires to approve the Proposal attached hereto as
Exhibit “A”and authorize the City Manager to enter into the Project Agreement with the
Page I of 3
Res.No.057-25-16349
Consultant,in substantially the form attached hereto to provide the additional Services for the
Project in an amount not to exceed $66,940;and
WHEREAS,the cost of the Services will be funded from Account No.301-1790-519-
6450,which has a current balance of $5,412,046.16,and/or such other funding source as
determined by the City Manager to be in the best interest of the City;and
WHEREAS,the City Commission finds that this Resolution is in the best interest and
welfare of the City.
NOW,THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA,AS FOLLOWS:
Section 1.Recitals.The above-stated recitals are true and correct and are incorporated
herein by this reference.
Section 2.Approval of Proposal and Project Agreement.The City Commission
hereby approves the Proposal for the Services attached hereto as Exhibit “A,”and the Project
Agreement,substantially in the form attached hereto as Exhibit “B.”
Section 3.Authorization.The City Commission hereby authorizes the City Manager
to execute a Project Agreement,in substantially the form attached hereto as Exhibit “B,”with the
Consultant for the additional Services for the Project in an amount not to exceed $66,940,based
on the Proposal attached hereto as Exhibit “A,”subject to the final approval of the City Attorney
and City Manager as to form,content,and legal sufficiency.The cost of the Services shall be
charged to Account No.301-1790-519-6450,which has a current balance of $5,412,046.16,or
such other funding source(s)as determined by the City Manager to be in the best interest of the
City.
Section 4.Implementation.The City Manager is hereby authorized to take any and
all necessary action to implement the purposes of this Resolution.
Section 5.Corrections.Conforming language or technical scrivener-type corrections
may be made by the City Attorney for any conforming amendments to be incorporated into the
final resolution for signature.
Section 6.Effective Date.This Resolution shall become effective immediately upon
adoption.
PASSED AND ADOPTED this 29th day of July,2025.
ATTEST:APPROVED:
Page 2 of 3
Res.No.057-25-16349
READ AND APPROVED AS TO FORM,
LANGUAGE,LEGALITY AND
EXECUTION THEREOF
WEISS SEROTA HELFMAN COLE
COMMISSION VOTE:5-0
Mayor Javier Fernandez:Yea
Vice Mayor Brian Corey:Yea
Commissioner Lisa Bonich:Yea
Commissioner Steve Calle:Yea
Commissioner Daniel Rodriguez:Yea
&BIERMAN,P.L.
CITY ATTORNEY
Page 3 of 3
Stantec
Stantec Consulting Services,Inc.
901 Ponce de Leon,Ste.900,Coral Gables,FL 33134
May 21,2025
File:177312186
Attention:Mr.Genaro “Chip”Iglesias,City Manager
City of South Miami
6130 Sunset Drive
Miami,FL 33143
Dear Mr.Iglesias,
Reference:Owners Representative for Septic-to-Sewer Conversion -South Miami Subarea K -
Phase 1
We are pleased to present this proposal for continued professional engineering services on this project.The
City of South Miami is currently engaged in the construction of the above referenced project.SRS
Engineering,Inc.is the Engineer of Record,and ATC Engineering,Inc.is the project's contractor performing
the construction work.The project has been under construction during the past nine months.Almost all of
gravity sewer has been constructed,and contractor is in the process of street restoration and system testing.
The remaining work beyond that involves the sanitary sewer pump station,which is expected to reach
substantial completion in October 31,2025.
SCOPE OF SERVICES
The City proposes to extend services of Stantec in an Owner's Representative Project Manager to work with
the Engineer and Contractor to coordinate and streamline construction activities through October 31,2025.
In this role,Stantec’s scope of services will be to:
Task 3-Extended Owners Representative CM services
Organize and lead weekly meetings,preparation of meeting minutes
Monitor contractor progress vs schedule and expected rates of production on a bi-weekly basis,and
provide weekly report to the City.
Lead the coordination with WASD for resolution of technical items and issues.
Provide independent review of items or issues in dispute between the Engineer and the Contractor,and
provide findings and recommendations to the City.
Participate in RFI and Change Order review and resolution.
Participate in Payment Requisition review.
Exclusions:
The following services are anticipated to be covered by either the Engineer of Record,and/or the City of
South Miami:
tv II'T.r d
6
May 21,2025
Mr.Genaro ‘Chip*Iglesias,City Manager
Page 2 of 2
Reference:Owners Representative for Septic-to-Sewer Conversion •South Miami Subarea K -Phase 1
Attendance and participation in weekly construction progress meetings,(to be lead by Owner’s Rep).
Construction inspection services,including daily inspection and reports,witness quality and performance
testing,substantial completion punch list and final inspection.
Construction Administration services,including Project Management Software update/upkeep,RFIs,
submittal reviews,change orders,payment application reviews,record drawings and contract close-out.
Public information/public involvement services,including coordination with affected property owners and
residents.
Terms and Conditions:
All terms and conditions shall be per our Professional Service Agreement for Professional General
Engineering and Architectural Services RFQ #PW2022-03.Our fees shall be as follows.
Task 3 -Extended Owners Rep CM Services (Lump Sum)$66,940
($16,735 per month for June and July,$12,718.60 per month for August and September and $8,032.80
for October)
We will invoice monthly based percentage completion on services provided.We are ready to begin working
on this assignment upon your authorization to proceed.If acceptable to you,we will accept a signed copy of
this form as your written authorization to proceed.
Thank you,
STANTEC CONSULTING SERVICES INC.
Ramon Castella,P.E,ENV SP,LEED AP
Vice-President
Phone:(305)445-2900
Mobile:786-493-8688
Ramon.castella@stantec.com
City of South Miami
Approved by:
Date:
7
FEE ESTIMATE -City of South Miami Sewers -Subarea K -phase 1
4
Name Caeeta Ramer Vargos Fwnar«»Fana Lar<Ma
Project Billing Rite (TAM)$210 00 $11000 $34 50 $160 00 $29 310 00
Total Units (TAM)20 00 60 00 GO CO 136 00 1 00
Foo (TAM)$4 200 00 $6 600 00 $5 070 00 $21 760 00 $29 310 00
Escalation (TAM)$0 00 $0 00 $0 00 $0 00 $0 00
Total Fee (TAM)$4 200 00 $6 600 00 $5 070 00 $21,760 00 $29 310 00
Protect Summary Hours Labour Espensc Subs Total
Filed Fee
Time A Material
Total
0 001 •-
$37,6X OO]I $37.6X 00|
$0 00!$oocjI$ooc|
I $ooo||$29 310 001
$29 310 001
moj
$66 940 00
$66 940 00*
WBS Cod*
1m
Task Code
3
1 1
Task Name
Owners Rep CM services
sun DM*
2025-06-01
2025-06-01
End Otto
2025-10-31
Units
a oo
T^kTyp.
Time A Material
Tim*A
Moji
276 00
Labour
A37.A3A.H
sa A74 nn
Eipense
$0 00
in nn
5ube
$29 310 00
<n on
Total
$€6 940 00
ia nr
3 2
3 3
Schedule update O*nc<s Report
Independent review <ems/issues &WASO coord
Partcpale •Change Order.RFl &Pay Req review
2025-06-01
?01
2025-06-01
2O2S-1O-31
2025-10-31
400
400
400
24 00
16 00
24 00=^F=43 00
48 00
24 00
—Time A Material
Time A Material
Timo &Material
tew co
84 00
44 00
$13.188 00
$11.632 00
$8 236 00
$0 00
$0 PC
woo
$29 310 00
$0 00
J0 00
$42 498 00
$11,632 00
$6,236 00
co
COMPELING SOLUTIONS,INC.
City of South Miami -Sub-Area K -Phase 1 Position:
Rate:
3 Owners Rep CM services
3.1 Weekly meetings
3.2 Schedule update -Owners Report
3.3 Independent review items/issues &WASD coord
Total Hours;
Labor Fees
Expenses -Mise field
Total Fees
Senior PM
$190
60
32
60
152
$28,880.00
$430.00
$29,310.00
9
Daniela dmo
PROJECT AGREEMENT
Between
CITY OF SOUTH MIAMI,FLORIDA
And
STANTEC CONSULTING SERVICES,INC.
Project Name:Owners Representative for Septic-to-Sewer Conversion -South Miami Subarea K -
Phase 1
loft
10
PROJECT AGREEMENT
Between
CITY OF SOUTH MIAMI,FLORIDA
and
STANTEC CONSULTING SERVICES,INC.
Project Name:Owners Representative for Septic-to-Sewer Conversion -South Miami Subarea K -
Phase 1
Subject to the provisions contained in the “Professional Services Agreement for Professional
General Engineering and Architectural Services"(hereinafter referred to as the “Professional Services
Agreement")between the CITY OF SOUTH MIAMI,FLORIDA (hereinafter referred to as “City")and
STANTEC CONSULTING SERVICES,INC.(hereinafter referred to as "Consultant")dated May 3,2022,
which Professional Services Agreement was competitively procured through Request For Qualifications
(RFQ)No.PW2022-03 in accordance with Section
made effective as of the <5^^day of f-f
provide the services as set forth below:
.955,Florida Statutes.This Project Agreement is
£a/i 4 .2024,and authorizes the Consultant to
SECTION 1.SCOPE OF SERVICES
1.1 Consultant shall provide professional general engineering services (the “Services")for the
Project in accordance with the terms and conditions of the Agreement and shall complete the tasks that are
identified and described in the Project Proposal attached hereto as Exhibit “1”(the “Proposal”)for the City.
1.2 The City may request changes that would increase,decrease,or otherwise modify the
scope of services outlined under the Proposal attached hereto as Exhibit “1.”Such changes must be
contained in a written change order executed by the parties in accordance with the provisions of the
Agreement,prior to any deviation from the terms of this Project Agreement,including the initiation of any
extra work.
SECTION 2.DELIVERABLES
2.1 As part of the scope of Services and Project schedule,the Consultant shall provide the
City with the Deliverables identified in the Proposal attached hereto as Exhibit “1."
SECTION 3.TERM/TIME OF PERFORMANCE/DAMAGE
3.1 Term,This Project Agreement shall commence on the date this instrument is fullyexecutedbyallpartiesandshallcontinueinfullforceandeffectuntilterminatedpursuanttoSection6hereinoruntiltheServicesarecompletedinaccordancewithotherapplicableprovisionsoftheAgreement.
The City Manager,in his sole discretion,may extend the term of this Project Agreement through writtennotificationtotheConsultant.Such extension shall not exceed 90 days.No further extensions of thisAgreementshallbeeffectiveunlessauthorizedbytheCityManager.
3.2 Commencement.Services provided by the Consultant under this Project Agreement andthetimeframesapplicabletothisProjectshallcommenceuponthedateprovidedinawrittenNoticetoProceed(“Commencement Date")provided to the Consultant by the City.The Consultant shall not incuranyexpensesorobligationsforpaymenttothirdpartiespriortotheissuanceoftheNoticetoProceed.
1 of 4
11
Consultant must receive written notice from the City Manager prior to the beginning the performance of
services.
3.3 Contract Time.Upon receipt of the Notice to Proceed,the Consultant shall provide the
Services for the Project to the City on the Commencement Date,and shall continuously perform the
Services for the Project to the City,without interruption,in accordance with the time frames set forth in the
Proposal attached and incorporated into this Project Agreement as Exhibit “1".The number of calendar
days from the Commencement Date,through the date set forth in the Project Schedule for completion of
the Project or the date of actual completion of the Project,whichever shall last occur,shall constitute the
Contract Time.
3.4 All limitations of time set forth in this Project Agreement are of the essence.
SECTION 4,AMOUNT.BASIS AND METHOD OF COMPENSATION
4.1 Compensation,Consultant shall be compensated for the provision of the Services for the
Project in accordance with Exhibit “1”attached hereto.Consultant shall receive a total lump sum fee for
Task 1 in the amount of $21,673 and the amount of $66,940 for Task 2,for a total amount not to exceed
$88,613 for the provision of the Services for the Project
4.2 Reimbursable Expenses.All reimbursable expenses are included in the total
compensation listed in Section 4.1 above.
SECTION 5.BILLING AND PAYMENTS
5.1 Invoices
5.1.1.Compensation and Reimbursable Expenses,Consultant shall submit invoices
which are identified by the specific project number on a monthly basis in a timely manner.These
invoices shall identify the nature of the work performed,the phase of work,and the estimated
percent of work accomplished in accordance with the Payment Schedule attached hereto as Exhibit
“1“and made part of this Project Agreement.Invoices for each phase shall not exceed amounts
allocated to said phase plus reimbursable expenses accrued during each phase.The statement
shall show a summary of fees with accrual of the total and credits for portions paid previously.
5.1.2.Florida Prompt Payment Act.The City shall pay the Contractor in accordance with
the Florida Prompt Payment Act after approval and acceptance of the Services by the City
Manager.
5.2 Disputed Invoices.In the event that all or a portion of an invoice submitted to the City for
payment to the Consultant is disputed,or additional backup documentation is required,the City shall notify
the Consultant within fifteen (15)working days of receipt of the invoice of such objection,modification or
additional documentation request.The Consultant shall provide the City within five (5)working days of the
date of the City’s notice.The City may request additional information,including but not limited to,all
invoices,time records,expense records,accounting records,and payment records of the Consultant.The
City,at its sole discretion,may pay to the Consultant the undisputed portion of the invoice.The parties
shall endeavor to resolve the dispute in a mutually agreeable fashion.
5.3 Suspension of Payment In the event that the City becomes credibly informed that any
representations of the Consultant,provided pursuant to Subparagraph 5.1,are wholly or partially
inaccurate,or in the event that the Consultant is not in compliance with any term or condition of the
Agreement or this Project Agreement the City may withhold payment of sums then or in the future otherwise
2 of 4
12
due to the Consultant until the inaccuracy,or other breach of Agreement or Project Agreement,and the
cause thereof,is corrected to the City's reasonable satisfaction.
5.4 [INTENTIONALLY OMITTED]
5.5 Final Payment.Submission to the Consultant's invoice for final payment and
reimbursement shall constitute the Consultant's representation to the City that upon receipt from the City
of the amount invoiced,all obligations of the Consultant to others,including its consultants,incurred in
connection with the Project,shall be paid in full.The Consultant shall deliver to the City all documents
requested by the City evidencing payments to any and all subcontractors,and all final specifications,plans,
or other documents as dictated in the Proposal,Scope of Services,and Deliverables.Acceptance of final
payment shall constitute a waiver of all claims against the City by the Consultant.
SECTION 6,TERMINATION/SUSPENSION
6.1 For Cause.This Project Agreement may be terminated by either party upon five (5)
calendar days written notice to the other should such other party fail substantially to perform in accordance
with its material terms through no fault of the party initiating the termination and fails to cure the failure to
perform within such five (5)day period.In the event that Consultant abandons this Project Agreement or
causes it to be terminated by the City,the Consultant shall indemnify the City against any loss pertaining
to this termination.In the event that the Consultant is terminated by the City for cause and it is subsequently
determined by a court by a court of competent jurisdiction that such termination was without cause,such
termination shall thereupon be deemed a termination for convenience under Section 6.2 and the provision
of Section 6.2 shall apply.
6.2 For Convenience.This Project Agreement may be terminated by the City for convenience
upon fourteen (14)calendar days’written notice to the Consultant.In the event of such termination,the
Consultant shall incur no further obligations in connection with the Project and shall,to the extent possible
terminate any outstanding subconsultant obligation(s).The Consultant shall be compensated for all
Services performed to the satisfaction of the City and reimbursable expenses incurred prior the date of
termination.In such event,the Consultant shall promptly submit to the City its invoice for final payment and
reimbursement which invoice shall comply with the provisions of Section 5.1.Under no circumstances shall
the City make payment of profit to the Consultant for services which have not been performed.
6.3 Assignment upon Termination.Upon termination of this Project Agreement,a copy of all
work product of the Consultant shall become the property of the City and the Consultant shall within ten
(10)working days of receipt of written direction from the City,transfer to either the City or its authorized
designee,a copy of all work product in its possession,including but not limited to designs,specifications,
drawings,studies,reports and all other documents and data in the possession of the Consultant pertaining
to this Project Agreement.Upon the City's request,the Consultant shall additionally assign its rights,titleandinterestunderanysubcontractor’s agreements to the City.
6.4 Suspension for Convenience.The City shall have the right at any time to direct theConsultanttosuspenditsperformance,or any designated part thereof,for any reason whatsoever,orwithoutreason,for a cumulative period of up to thirty (30)calendar days.If any such suspension is directedbytheCity,the Consultant shall immediately comply with same.In the event the City directs a suspensionofperformanceasprovidedherein,through no fault of the Consultant,the City shall pay the Consultant asfullcompensationforsuchsuspensiontheConsultant’s reasonable cost,actually incurred and paid,ofdemobilizationandremobilization.
3 of 4
13
Section 7.American Rescue Plan Act Contract Conditions.
7.1 The Consultant acknowledges that the Services authorized under this Project Agreement
may be fully or partially funded utilizing Coronavirus State and Local Fiscal Recovery Funds allocated to
the City pursuant to the American Rescue Plan Act (“ARPA”).Towards that end,the Consultant shall be
required to comply with all laws,rules,regulations,policies,and guidelines (including any subsequent
amendments to such laws,regulations,policies,and guidelines)required by ARPA,as further detailed in
the ARPA Addendum.
If compliance with the ARPA Addendum is required,the City shall select this box:
[REMAINDER OF PAGE LEFT INTENTIONALLY BLANK.
SIGNATURE PAGE FOLLOWS.]
4 of 4
14
IN WITNESS WHEREOF,the parties hereto have caused this Project Agreement executed as of
the day and year as first stated above.
CITY:
ATTEST:CITY OF SOUTH MIAMI,FLORIDA,a
APPROVED AS TO FORM AND LEGAL
SUFFICIENCY:
CITY ATTORNEY
CONSULTANT:
WITNESSES:
Print Name:
Print Name:M t>A
STANTEC CONSULTING SERVICES,INC.
Name:Ramon Castella
Title:Vice President
Date:2/21/2025
1 of 1
15
EXHIBIT “1”
PROJECT PROPOSAL
16
Stantec
Stantec Consulting Services,Inc.
901 Ponce de Leon,Ste.900,Coral Gables,FL 33134
January 23,2025
File:177399000
Attention:Mr.Genaro “Chip”Iglesias,City Manager
City of South Miami
6130 Sunset Drive
Miami,FL 33143
Dear Mr.Iglesias,
Reference:Owners Representative for Septic-to-Sewer Conversion -South Miami Subarea K -
Phase 1
We are pleased to present this proposal for professional engineering services.The City of South Miami is
currently engaged in the construction of the above referenced project.SRS Engineering,Inc.is the Engineer
of Record,and ATC Engineering,Inc.is the project's contractor performing the construction work.The project
has been under construction during the past four months,and progress has been slower than expected,with
the deepest part of the sewer being built first,under challenging conditions.Approximately 750 linear feet of
gravity sewer has been completed,as well as the force main.There are roughly 1850 linear feet of gravity
sewer left to construct,as well as the sanitary sewer pump station.
SCOPE OF SERVICES
The City proposes to retain Stantec in an Owner’s Representative Project Manager to work with the Engineer
and Contractor to coordinate and streamline construction activities.In this role,Stantec's scope of services
will be to:
Task 1 -Initial Assessment
Perform an initial assessment of the project technical design,and suggest any modifications that could
be proposed to simplify or accelerate construction.We will provide an initial assessment of the
construction schedule and construction progress.Based on this assessment and expected production
rates going forward,a look-ahead schedule will be prepared against which future contractor progress can
be monitored and measured.Perform a general assessment of project activities to date,project staging
areas,tree trimming required for construction,restoration of rights-of-way and affected private properties.
Task 2-Owners Representative CM services
Organize and lead weekly meetings,preparation of meeting minutes
Monitor contractor progress vs schedule and expected rates of production on a bi-weekly basis,and
provide bi-weekly report to the City.
Lead the coordination with WASD for resolution of technical items and issues.
Provide independent review of items or issues in dispute between the Engineer and the Contractor,and
provide findings and recommendations to the City.
it I"fin'tv in TiTd
17
January 23,2025
Mr.Genaro "Chip"Iglesias,City Manager
Page 2 of 2
Reference:Owners Representative for Septic-to-Sewer Conversion •South Miami Subarea K -Phase 1
Participate in RFI and Change Order review and resolution.
Participate in Payment Requisition review.
Exclusions:
The following services are anticipated to be covered by either the Engineer of Record,and/or the City of
South Miami:
Attendance and participation in weekly construction progress meetings,(to be lead by Owner's Rep).
Construction inspection services,including daily inspection and reports,witness quality and performance
testing,substantial completion punch list and final inspection.
Construction Administration services,including Project Management Software update/upkeep,RFIs,
submittal reviews,change orders,payment application reviews,record drawings and contract close-out.
Public information/public involvement services,including coordination with affected property owners and
residents.
Terms and Conditions:
All terms and conditions shall be per our Professional Service Agreement for Professional General
Engineering and Architectural Services RFQ #PW2022-03.Our fees shall be as follows.
Task 1 -Initial Assessment (Lump Sum)$21,673
Task 2 -Owners Rep CM Services (Lump Sum)$66,940
($16,735 per month for 4 month construction period starting at authorization to proceed)
We will invoice monthly based percentage completion on services provided.We are ready to begin working
on this assignment upon your authorization to proceed.If acceptable to you,we will accept a signed copy of
this form as your written authorization to proceed.
Thank you,
STANTEC CONSULTING SERVICES INC.
Ramon Castella,P.E,ENV SP,LEED AP
Vice-President
Phone:(305)445-2900
Mobile:786-493-8688
Ramon.castella@stantec.com
City of South Miami
Approved by:
Date:
18
FEE ESTIMATE -City of South Miami Sewers -Subarea K -phase 1
Name Catfetta Ramon Verges Fernando Perez HeO Faria Larissa Project Summary Hours Labour Expense Subs Total
Project Billing Rato (TAM)
Total Units (TAM)
Feo (TAM)
$210 00
no
$11000
iru (Yi
$54 50
aq nn
$160 00
t qr nn
$32,932 96
i nn
Fiaed Feo
TlmA »MalArial
0 00 $0 00 $0 00 so ooi $0 00
$32.932 97|$88.613 47
$32,932 97|$88,613 47$5 040 00
•U*uu
$11 440 00
03 UU
$7 520 50
1i»o uu
$31,680 00
1 uu
$32 932 96
lime a iwaicriai
Total 415 00
-A/i vw
$55 680 501 $0 00
Escalation (TAM)$0 00 $0 00 $0 00 $0 00 $0 00
Total Feo (TAM)$5 040 00 $11 440 00 $7 520 50 $31.660 00 $32 932 96
WB5 Code Task Code Task Nam#
Perform Initial att r urnanto
SUH Dato
202S-O1-O6
End Date
202SO1 *31
Units
-■-■-*|Task Typr
Tarv«n A Malarial
Hour.Labour Eiponw I
H n—Schedule Revww ~202501-31
?n?5 m .st ?nn tR nn
1 00
a rm
800
«•nn nil
Tena A Material 900
•IQ,WOO 3V
$1 364 50
<c tw;nr
IV vu
$000
J.VkX VJ
$0 00
>4I.Qf J.1J
$1.364 50
13 I 1 3 Tectwcal &Ccnstrucbcn acts t«s assessmerc 2025-01-06 2025 01*31 *uw
200
IO UU
24 00
o w
400
•o uu
1800
U II lone a Material
Time A Material
♦a uu
48 00
>□/jo uu
$6 278 00
>0 uo
$0 00 *3 6ZZ 53
$0 co >9 35c 63
$6.278 00
Owner's Report 2025-01*31 400 1600 1600 Tern A Material 38 00 $4 672 00 $0 00 $0 00 $4 672 00
2
hi
2 _Owners Rep CM services 2025-01-13
a vs v va ••
202505-12
2025 05 12 6 00 1200 12 00 1600
Timo A Material
Time A Material
276 00
48 00
$37,630 00
$6 574 00
$0 00
$0 00
$29,310.34
$0 00
$66 940 34
$6,574 00
|2 2
24
2 3 independent review terra issues &WASD coord
Particpate -Change Order,RF1 &Pay Req review 2025-01-13
2025 05*12
202505-12
2025-05-12
4 00
4 00
400
24 00
16 00
800
24 00
1600
800
48 00
48 00
24 00
0 69 Time A Material
Timo A Matenal
Time A Material
100 00
84 CC
44 00
$13.188 00
$11.632 00
$6.236 00
$0 00
$0 00
$0 00
$29 310 34
sooc
$0 00
$42 498 34
$11.632 00
$6 236 00
COMPELING SOLUTIONS,INC.
City of South Miami -Sub-Area K -Phase 1 Position:Senior PM
Rate:$190
1 Perform Initial Assessments
1.1
1.2
1.3
1.4
Schedule Review
Production Estimate &Look-ahead
Technical &Construction activities assessment
Owner's Report
6
6
4
3
2 Owners Rep CM services
2.1 Weekly meetings 60
2.2 Schedule update -Owners Report 32
2.3 Independent review items/issues &WASD coord 60
Total Hours :171
Labor Fees $32,490.00
Expenses -Mise field $442.96
Total Fees $32,932.96
20
Agenda Item No.7.
CITY COMMISSION Agenda Item Report
Meeting Date:July 29,2025
Submitted By:Nkenga Payne
Submitted Department:Public Works &Engineering
Item Type:Resolution
Agenda Section:RESOLUTION(S)
Subject:
A RESOLUTION OF THE MAYOR AND CITY COMMISSION
OF THE CITY OF SOUTH MIAMI,FLORIDA,APPROVING A
PROPOSAL AND PROJECT AGREEMENT WITH STANTEC
CONSULTING SERVICE INC.TO PROVIDE EXTENDED
OWNERS€™S REPRESENTATIVE PROJECT
MANAGEMENT SERVICES FOR THE SANITARY SEWER
IMPROVEMENTS a€“SUBAREA K,PHASE I PROJECT,IN
THE AMOUNT OF $66,940;PROVIDING FOR
AUTHORIZATION;PROVIDING FOR IMPLEMENTATION,
CORRECTIONS,AND AN EFFECTIVE DATE.3/5 (CITY
MANAGER-PUBLIC WORKS &ENGINEERING)
Suggested Action:
Attachments:
Memo-Stantec Extension of Agreement.docx
Reso-Stantec Extended Services.docx
Exhibit A -Stantec Proposal
Exhibit B-Project Agreement South Miami -Stantec Consulting Services Septic to Sewer.pdf
1
South 'Miami
THE CITY OF PLEASANT LIVING
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
To:The Honorable Mayor,Vice Mayor,and Members of the City Commission
From:Genaro "Chip"Iglesias,City Manager /<//.£/
Date:July 29th,2025
Subject:Extension of Owners Representative Services for Septic-to-Sewer Conversion -
South Miami Subarea K -Phase 1for $66,940.
Recommendation:Approve the extension of professional engineering services with Stantec
Consulting Services Inc.(Stantec)to continue serving as the Owners
Representative Project Manager for the Septic-to-Sewer Conversion
Project in South Miami Subarea K -Phase 1for $66,940.
Background:Stantec services as Owners'Representative,were initially retained in
March of 2025 to provide needed additional oversight and coordination
for this vital infrastructure project.The initial scope covered an
assessment phase and four months of Owner's Representative
Construction Management (CM)services.
The project,which involves SRS Engineering,Inc.as the Engineer of
Record and ATC Engineering,Inc.as the contractor,has been under
construction for the past nine months.While significant progress has
been made since the addition of Stantec,with almost all gravity sewer
constructed,the project is still ongoing.System testing and restoration
are on-going,and the critical sanitary sewer pump station is expected
to be installed and connected and tested by the end of August.
To ensure continued effective coordination,problem resolution,and
oversight through the project's completion,it is essential to extend
Stantec's services.The initial engagement of Stantec's services was for
$88,613 and was obtained under the City Manager's purchasing
authority for CIP funded projects (Ordinance No.01-25-2514)The
combined total for Owner's Representative Services upon approval of
this extension is $155,553.Their continued presence will help us
maintain momentum,streamline activities,and address any unforeseen
issues promptly as we near the final stages of construction,particularly
with the pump station and final restoration.
Funding:The cost for the extension will not exceed $66,940 and will be charged
to account 301.1790.519.6450 which has a current balance of
$5,412,046.16 before the request is made.
Attachments:Proposal 2