Loading...
Resolution 2022-32229 RESOLUTION NO. 2022-32229 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING THE ALLOCATION OF ADDITIONAL DESIGN FEES, IN THE TOTAL AMOUNT OF$1,353,304.88, PURSUANT TO THE FDOT CONSULTANT AGREEMENT, DATED FEBRUARY 24, 2017, BETWEEN THE CITY AND THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT), FOR THE RELOCATION AND UPGRADE OF THE CITY-OWNED UTILITY FACILITIES LOCATED ALONG FDOT'S STATE ROAD 907/ALTON ROAD, FROM 43RD STREET TO 63RD STREET (FM# ID 430444-1-56-01), AS PART OF THE RECONSTRUCTION OF THE FDOT ALTON ROAD PROJECT; SAID ALLOCATION INCREASING THE TOTAL AMOUNT OF ESTIMATED DESIGN FEES UNDER THE AGREEMENT TO $1,740,076.05 WITH PREVIOUSLY APPROVED FUNDING. WHEREAS, in recent years, the Florida Department of Transportation(FDOT) has been working on the design and programming for the construction improvements on Alton Road/SR 907, from Ed Sullivan Street/43rd Street to 63rd Street (the "Project"); and WHEREAS, FDOT has reached 60% design completion with the anticipated construction scheduled to begin in November 2025; and WHEREAS, the Project will include elevating the road, drainage improvements including storm water pump stations, intersection improvements, bicycle lanes, sidewalk and curb ramps, pedestrian ramps, signage, pavement markings, lighting, signalization and landscaping; and WHEREAS, on February 24, 2017, the City and FDOT executed a Utility Design Agreement ("Agreement") to design the relocation of the existing water mains impacted by the proposed Project, in the amount$386,771.17; and WHEREAS, since the execution of the Agreement, FDOT has made significant changes in the design of the roadway improvements; and WHEREAS, in addition, the City determined that the sewer system along the Project limits is old and substandard and decided to replace it as part of the FDOT Project; and WHEREAS, due to the significant changes to the roadway improvements and the replacement of the existing sewer system, an additional design fee is required; and WHEREAS, after weeks of extensive negotiations between City staff and the FDOT design consultant, the parties have reached a fair and reasonable scope and fee for the additional design work, in the total lump sum amount of $1,353,304.88, for a total estimated design fee of $1,740,076.05 ($386,771.17 + $1,353,304.88) to complete the design of the City-owned utilities along the Alton Road Project, between 43rd Street and 63rd Street, and as described in detail in the updated scope of work, a copy of which is attached to the City Commission Memorandum accompanying this Resolution; and WHEREAS, a separate but similar Resolution is being presented to the City Commission to include the additional design fees for the segment along Alton Road, between Michigan Avenue and 43rd Street; and WHEREAS, if the updated scope of work is approved by the City Commission, the City will deposit the total lump sum amount of $1,353,304.88 to FDOT, and FDOT will issue a supplemental agreement to the FDOT consultant performing the utility design; and WHEREAS, the additional design fee will be funded from the City's FDOT Utilities Relocation, Project Number 20527; and WHEREAS, the Administration recommends that the Mayor and City Commission approve the proposed allocation of additional design fees to the scope of the Agreement to complete the design of the relocation and upgrade of the City-owned utilities along Alton Road, from 43rd Street to 63rd Street, as part of the reconstruction of the FDOT Alton Road Project. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA,that the Mayor and City Commission hereby approve the allocation of additional design fees, in the total amount of $1,353,304.88, pursuant to the Consultant Agreement, dated February 24, 2017, between the City and the Florida Department of Transportation (FDOT), for the relocation and upgrade of the City-owned utility facilities located along FDOT's State Road 907/Alton Road, from 43rd Street to 63rd Street(FM# ID 430444-1-56-01), as part of the reconstruction of the FDOT Alton Road Project; said allocation increasing the total amount of estimated design fees under the Agreement to $1,740,076.05 from previously approved funding. PASSED and ADOPTED this a° day of Jy 2022. ATTEST: I s 5 kINCORP RATED) = Dan Gelber, Mayor 6 Rafael E. Granado, City Clerk JUL 2 5 2022 APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION City Attorney`�filer Date Resolutions -C7 R MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Alina T. Hudak, City Manager DATE: July 20,2022 SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING THE ALLOCATION OF ADDITIONAL DESIGN FEES, IN THE TOTAL AMOUNT OF $1,353,304.88, PURSUANT TO THE FDOT CONSULTANT AGREEMENT, DATED FEBRUARY 24, 2017, BETWEEN THE CITY AND THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT), FOR THE RELOCATION AND UPGRADE OF THE CITY-OWNED UTILITY FACILITIES LOCATED ALONG FDOT'S STATE ROAD 907/ALTON ROAD, FROM 43RD STREET TO 63RD STREET (FM# ID 430444-1-56-01), AS PART OF THE RECONSTRUCTION OF THE FDOT ALTON ROAD PROJECT; SAID ALLOCATION INCREASING THE TOTAL AMOUNT OF ESTIMATED DESIGN FEES UNDER THE AGREEMENT TO $1,740,076.05 WITH PREVIOUSLYAPPROVED FUNDING. RECOMMENDATION The Administration recommends that the Mayor and City Commission approve the proposed allocation of additional design fees, in the amount of$1,353,304.88 to the scope of work of the Agreement, to complete the design of the relocation and upgrades of the City-owned utilities along Alton Road, from 43rd Street to 63rd Street, as part of the reconstruction of the FDOT Alton Road Project. BACKGROUND/HISTORY In recent years, the Florida Department of Transportation (FDOT) has been working on the design and programming for the construction improvements on Alton Road/SR 907, from Edward Sullivan Drive/43rd Street to 63rd Street("Project"). FDOT has reached 60% design completion, with the anticipated construction scheduled to begin in November 2025. The Project will include elevating the road, drainage improvements including storm water pump stations, intersection improvements, bicycle lanes, sidewalk and curb ramps, pedestrian ramps, signage,pavement markings, lighting, signalization and landscaping. On February 24, 2017,the City and FDOT executed a Utility Design Agreement("Agreement") to design the relocation of the existing water mains impacted by the proposed Project, in the amount$386,771.17. Page 385 of 1502 Since the execution of the Agreement, FDOT has made significant changes in the design of the roadway improvements. In addition, the City determined that the sewer system along the project limits is old and substandard and decided to replace it as part of the FDOT Project. Due to the significant changes to the roadway improvements and the replacement of the existing sewer system, an additional design fee is required. After weeks of extensive negotiations between City staff and FDOT's design consultants, the parties have reached a fair and reasonable scope and fee for the additional effort in the amount of $1,353,304.88 for a total design fee of $1,740,076.05 ($386,771.17 + $1,353,304.88) to complete the design of the City-owned utilities along the Alton Road Project, between 43rd Street and 63rd Street, and as described in detail in the updated scope of work, a copy of which is attached to the City Commission memorandum accompanying this Resolution as exhibit 2. A separate but similar Resolution is being presented to the City Commission to include the additional design fees for the segment along Alton Road between Michigan Avenue and 43rd Street. If the updated scope of work is approved by the City Commission, the City will deposit the additional design fee to FDOT and FDOT will issue a supplemental agreement to the FDOT consultant performing the utility design. After discussion with F DOT, an amendment to the Agreement is not required as a result of the additional work and fee. ANALYSIS FDOT requires that in the event that additional work is required to complete the utility design,the City has to make an additional deposit in the amount necessary for FDOT to issue a supplemental agreement to the FDOT Consultant for the additional work. The additional work to complete the design of the City-Owned utility includes 1)the redesign of the water system due to major changes in the roadway design and 2) the additional scope to design the replacement of the sewer system as described in detail in the scope of work, a copy of which is attached hereto as exhibit 2. The existing agreement stipulates that the engineering consultant designing the Project for FDOT will be responsible for the design of the city-Owned utilities, including relocation and upgrades to be constructed as part of the Project. The design fees shall be funded by the City of Miami Beach. The FDOT consultant shall be responsible for the design of all utility work, including location (vertically and horizontally, protection, relocation, installation, adjustment or removal of utilities owned by the City of Miami Beach that are affected by the Project. SUPPORTING SURVEY DATA Results from the 2019 Resident Survey regarding Satisfaction with Perceptions of the City show that 47%of residents rated City efforts to plan for growth as very satisfied/satisfied. FINANCIAL INFORMATION Amount(s)IAccount(s): Page 386 of 1502 $1,353,304.88 to be funded from the City's FDOT Utilities Relocation, Project Number 20527. CONCLUSION The Administration recommends that the Mayor and City Commission approve the proposed allocation of additional design fees, in the amount of$1,353,304.88 to the scope of work of the Agreement, to complete the design of the relocation and upgrades of the City-owned utilities along Alton Road, from 43rd Street to 63rd Street, as part of the reconstruction of the FDOT Alton Road Project. Applicable Area Middle Beach Is this a"Residents Right Does this item utilize G.O. to Know" item, pursuant to Bond Funds? City Code Section 2-14? Yes No Strategic Connection Environment& Infrastructure - Reduce risk from storms, high tides, groundwater, and sea level rise. Legislative Tracking Public Works ATTACHMENTS: Description O 220720 Alton 43-63 exhibit 1 original agreement ❑ 220720 Alton 43-63 exhibit 2 scope and fee ❑ Resolution Page 387 of 1502 FDCT1 Florida Department of Transportation RICK SCOTT 1000 NW 111 Avenue RACHEL D.CONE GOVERNOR Miami,FL 33172-5800 INTERIM SECRETARY February 27,2017 Mr. Bruce Mowry City of Miami Beach 1700 Convention Center Dr. Miami Beach,FL. 33139 ADJUSTMENT OF UTILITIES—FLORIDA STATTUES CHAPTER 337.403 RE: Project Description: SR-907/Alton Rd. from south of Ed Sullivan Dr./43rd St. to east of Allison Rd. Financial Project number: 430444-1-52-01 Utility Job Number: 430444-1-32-02 F.A.P Number: N/A State Road Number: 907 County: Miami-Dade Dear Sir: The enclosed Joint Project Agreement (JPA) funded by your deposit check for$386,772.00 has been approved by the Department. Should additional information be required,please contact me at(305) 470-5235. Sincerely, j0•14 Ozzie Sanchez Utility Coordinator Enclosures • - .. Page 388 of 1502 00/6 .21393 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No.710-010-56 UTILITY DESIGN BY FDOT CONSULTANT AGREEMENT UTILITIES (AT UTILITY EXPENSE) 1114 Financial Project ID: 430444-1-32-02 - Federal Project ID: N/A County: Miami Dade State Road No.: 907 District Document No: Utility Agency/Owner(UAO): City of Miami Beach THIS AGREEMENT,entered into this 4;;10 day of j ,year of /7,by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION,hereinafter Olt to as the"FDOT,"and City of Miami Beach , hereinafter referred to as the"UAO"; WITNESSETH: WHEREAS, the FDOT, is constructing, reconstructing, or otherwise changing a portion of a public road or publicly owned rail corridor,said project being identified as SR-907(Alton Road)from s/o Ed Sullivan Dr./43 St.to e/o Allison Road, State Road No.: 907, hereinafter referred to as the"Project";and WHEREAS,the UAO owns or desires to install certain utility facilities which are located within the limits of the Project hereinafter referred to as the"Facilities"(said term shall be deemed to include utility facilities as the same may be relocated, adjusted, installed, or placed out of service pursuant to this Agreement);and WHEREAS,the Project requires the location(vertically and/or horizontally),protection,relocation,installation, adjustment or removal of the Facilities, or some combination thereof, hereinafter referred to as"Utility Work";and WHEREAS,the DEPARTMENT and the UTILITY have determined that it would be to the best interest of the general public and to the economic advantage of both parties to enter into an agreement providing for the design of the Utility Work by the engineer designing the Project for the FDOT, hereinafter referred to as the"FDOT Consultant," which design of the Utility Work shall hereinafter be referred to as the"Utility Design'; and WHEREAS,the UAO,pursuant to the terms and conditions hereof,will bear certain costs associated with the Utility Design; NOW,THEREFORE,in consideration of the premises and the mutual covenants contained herein,the FDOT and the UAO hereby agree as follows: 1. Design of Utility Work a. FDOT Consultant shall prepare,at the UAO's sole cost and expense,final engineering design,plans, other necessary related design documents,and cost estimate for the Utility Work(hereinafter referred to as the"Plans Package") more specifically described in the FDOT's Supplemental Agreement# TBD to Consultant TBD Design Services Contract. b. The Plans Package shall be in the same format as the FDOT's contract documents for the Project. c. The Plans Package shall include any and all activities and work effort required to perform the Utility Work, including but not limited to, all clearing and grubbing, survey work and shall include a traffic control plan. d. The Plans Package shall be prepared in compliance with the FDOT's Utility Accommodation Manual and the FDOT's Plans Preparation Manual in effect at the time the Plans Package is prepared,and the FDOT's contract documents for the Project. If the FDOT's Plans Preparation Manual is updated and conflicts with the FDOT's Utility Accommodation Manual, the Utility Accommodation Manual shall apply where such conflicts exist. e. The technical special provisions which are a part of the Plans Package shall be prepared in Page 1 of 8 Page 389 of 1502 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No.710-010-56 UTILITY DESIGN BY FDOT CONSULTANT AGREEMENT UTILITIES (AT UTILITY EXPENSE) 11/14 accordance with the FDOT's guidelines on preparation of technical special provisions. f. The FDOT Consultant shall provide a copy of the proposed Plans Package to the UAO,for review at the following stages: 90%, PS&E, Plans Complete Submittals. The UAO shall review the Plans Package to see that it complies with the requirements of this Agreement. g. In the event the UAO finds any deficiencies in the Plans Package during the reviews performed pursuant to Subparagraph f.above,the UAO will notify the FDOT in writing of the deficiencies within the time specified in the plans review transmittal. h. The UAO shall furnish the FDOT such information from the UAO files as requested by the FDOT. The Facilities and the Utility Design will include all utility facilities of the UAO which are located within the limits of the Project, except as generally summarized as follows: See Exhibit "A". These exceptions shall be handled by separate arrangement. 2. Cost of Design a. The UAO shall be responsible for all costs of the Utility Design. b. The UAO agrees that it will, at least thirty(30) days prior to the FDOT issuing the Supplemental Agreement referred to in Paragraph 1 hereof,furnish the FDOT an advance deposit of$386.771.17 for the payment of said Utility Design. It is understood that the FDOT's Consultant shall not begin any Utility Design until the FDOT has received the above payment and that if such payment is not received on or before N/A this Agreement shall be null and void. The FDOT shall utilize this deposit for the payment of Utility Design. Both parties further agree that in the event th'e final billing pursuant to the terms of Subparagraph 2. d.below is less than the advance deposit, a refund of any excess will be made by the FDOT to the UAO. No work in excess of the advance deposit shall be done. In the event that it is subsequently determined that work in addition to that describeed in the Supplemental Agreement described in Paragraph 1 hereof is necessary in order to properly complete the Utility Design, the UAO shall make an additional deposit in the amount necessary to issue a subsequent Supplemental Agreement to the FDOT Consultant for the additional work. c. The payment of funds under this Agreement will be made(choose one): ❑ directly to the FDOT for deposit into the State Transportation Trust Fund. as provided in the attached Three Party Escrow Agreement between the UAO,the FDOT and the State of Florida,Department of Financial Services,Division of Treasury. Deposits of less than $100,000.00 must be pre-approved by the Department of Financial Services and the FDOT Comptroller's Office prior to execution of this agreement. d. Upon final payment to the FDOT Consultant, the FDOT intends to have its final and complete accounting of all costs incurred in connection with the Utility Design within three hundred sixty(360) days. All project cost records and accounts shall be subject to audit by a representative of the UAO for a period of three(3)years after final close out of the project..The UAO will be notified of the final cost. Both parties agree that in the event the final accounting of total project costs pursuant to the terms of this agreement is less than the total deposits to date,a refund of the excess will be made by the FDOT to the UAO in accordance with Section 215.422, Florida Statutes. 3. Default a. In the event the UAO breaches any provision of this Agreement,then in addition to any other remedies which are otherwise provided for in this Agreement, the FDOT may exercise one or more of the following options, provided that at no time shall the FDOT be entitled to receive double recovery of damages: Page 2of6 Page 390 of 1502 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No.710-010-56 UTILITY DESIGN BY FDOT CONSULTANT AGREEMENT UTILITIES (AT UTILITY EXPENSE) 11/14 (1) Terminate this Agreement if the breach is material and has not been cured within 60 days from written notice thereof from the FDOT. (2) Pursue a claim for damages suffered by the FDOT. (3) Suspend the issuance of further permits to the UAO for the placement of Facilities on FDOT property if the breach is material and has not been cured within 60 days from written notice thereof from the FDOT until such time as the breach is cured. (4) Pursue any other remedies legally available. (5) Perform any work with its own forces or through contractors and seek repayment for the cost thereof under Section 337.403(3), Florida Statutes. b. In the event the FDOT breaches any provision of this Agreement, then in addition to any other remedies which are otherwise provided for in the Agreement,the UAO may exercise one or more of the following options: (1) Terminate this Agreement if the breach is material and has not been cured within 60 days from written notice thereof from the UAO. (2) Pursue any other remedies legally available. c. Termination of this Agreement shall not relieve either party from any obligations it has pursuant to other agreements between the parties or from any statutory obligations that either party may have with regard to the,subject matter hereof. 4. Indemnification FOR GOVERNMENT-OWNED UTILITIES, To the extent provided by law, the UAO shall indemnify, defend, and hold harmless the FDOT and all of its officers, agents, and employees from any claim, loss, damage, cost, charge, or expense arising out of any acts, action, error, neglect, or omission by the UAO, its agents, employees, or contractors during the performance of the Agreement, whether direct or indirect, and whether to any person or property to which FDOT or said parties may be subject,except that neither the UAO,its agents,employees,or contractors will be liable under this section for damages arising out of the injury or damage to persons or property directlypaused by or resulting from the negligence of the FDOT or any of its officers, agents, or employees during the performance of this Agreement. When the FDOT receives a notice of claim for damages that may have been caused by the UAO in the performance of services required under this Agreement,the FDOT will immediately forward the claim to the UAO. The UAO and the FDOT will evaluate the claim and report their findings to each other within fourteen (14)working days and will jointly discuss options in defending the claim. After reviewing the claim,the FDOT will determine whether to require the participation of the UAO in the defense of the claim or to require the UAO to defend the FDOT in such claim as described in this section. The FDOT's failure to notify the UAO of a claim shall not release the UAO from any of the requirements of this section. The FDOT and the UAO will pay their own costs for the evaluation,settlement negotiations,and trial,if any. However,if only one party participates in the defense of the claim at trial, that party is responsible for all costs. FOR NON-GOVERNMENT-OWNED UTILITIES, The UAO shall indemnify,defend,and hold harmless the FDOT and all of its officers,agents,and employees from any claim, loss, damage, cost, charge, or expense arising out of any acts, action, error, neglect, or . omission by the UAO, its agents, employees, or contractors during the performance of the Agreement, Page 3 of 6 Page 391 of 1502 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No.710-010-56 UTILITY DESIGN BY FDOT CONSULTANT AGREEMENT UTILITIES (AT UTILITY EXPENSE) 11/14 whether direct or indirect, and whether to any person or property to which FDOT or said parties may be subject,except that neither the UAO,its agents,employees,or contractors will be liable under this section for damages arising out of the injury or damage to persons or property directly caused by or resulting from the negligence of the FDOT or any of its officers,agents,or employees during the performance of this Agreement. The UAO's obligation to indemnify,defend,and pay for the defense or at the FDOT's option,to participate and associate with the FDOT in the defense and trial of any damage claim or suit and any related settlement negotiations, shall arise within fourteen (14)days of receipt by the UAO of the FDOT's notice of claim for indemnification to the UAO. The notice of claim for indemnification shall be served by certified mail. The UAO's obligation to defend and indemnify within fourteen (14) days of such notice shall not be excused because of the UAO's inability to evaluate liability or because the UAO evaluates liability and determines the UAO is not liable or determines the FDOT is solely negligent. Only a final adjudication or judgment finding the FDOT solely negligent shall excuse performance of this provision by the UAO. The UAO shall pay all costs and fees related to this obligation and its enforcement by the FDOT. The FDOT's delay in notifying the UAO of a claim shall not release UAO of the above duty to defend. 5. Force Majeure Neither the UAO nor the FDOT shall be liable to the other for any failure to perform under this Agreement to the extent such performance is prevented by an act of God, war, riots, natural catastrophe, or other event beyond the control of the non-performing party and which could not have been avoided or overcome by the exercise of due diligence; provided that the party claiming the excuse from performance has (a) promptly notified the other party of the occurrence and its estimated duration, (b)promptly remedied or mitigated the effect of the occurrence to the extent possible, and(c)resumed performance as soon as possible. 6. Miscellaneous a. Time is of the essence in the performance of all obligations under this Agreement. b. The FDOT may unilaterally cancel this Agreement for refusal by the UAO to allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received by the UAO in conjunction with this Agreement. c. This Agreement constitutes the complete and final expression of the parties with respect to the subject matter hereof and supersedes all prior agreements, understandings, or negotiations with respect thereto,except that the parties understand and agree that the FDOT has manuals and written policies and procedures which may be applicable at the time of the Project and the relocation of the Facilities. d. This Agreement shall be governed by the laws of the State of Florida. Any provision hereof found to be unlawful or unenforceable shall be severable and shall not affect the validity of the remaining portions hereof. e. All notices required pursuant to the terms hereof may be sent by first class United States Mail, facsimile transmission,hand delivery,or express mail and shall be deemed to have been received by the end of five business days from the proper sending thereof unless proof of prior actual receipt is provided. The UAO shall have a continuing obligation to notify each District of the FDOT of the appropriate persons for notices to be sent pursuant to this Agreement. Unless otherwise notified in writing, notices shall be sent to the following addresses: Page 4 of 6 Page 392 of 1502 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No.710-010-56 UTILITY DESIGN BY FDOT CONSULTANT AGREEMENT UTILITIES (AT UTILITY EXPENSE) 11/14 If to the UAO: / .5 Rlc CNFRPL#JTA L R /Qsst CIF), 1 + �r /}vb 4Kuakvis C+.r.T's-✓ d i' J Lev". Mtawa &tact' r Pl. 33131 If to the FOOT: /I #im.ut-o s m r o list r'J U7r II 4.5 ,//dMrt),=44,/Ir,/ gpoo NW ill' Ave. s1o'i &tine Mtawii a FL. 331? Z 7. Certification This document is a printout of an FDOT form maintained in an electronic format and all revisions thereto by the UAO in the form of additions, deletions, or substitutions are reflected only in an Appendix entitled "Changes to Form Document"and no change is made in the text of the document itself. Hand notations on • affected portions of this document may refer to changes reflected in the above-named Appendix but are for reference purposes only and do not change the terms of the document. By signing this document,the UAO hereby represents that no change has been made to the text of this document except through the terms of the appendix entitled"Changes to Form Document." You MUST signify by selecting or checking which of the following applies: N No changes have been made to this Form Document and no Appendix entitled "Changes to Form Document"is attached. ❑ No changes have been made to this Form Document,but changes are included on the attached Appendix entitled"Changes to Form Document." IN WITNESS WHEREOF,the parties t,�r have executed this Agreement effective the day and year first written. er UTILITY: .r'•.: x APPROVED AS TO (Q(l1t(P BY: (Sianaturel ., ; ,- FORM&LANGutA L DATE: (Typed Name: 1= _ ,&FOR EXECUTION (Typed Title: gt. Qy, c;;;.2_____-, 67//1/1, r Recommend Approval by the District Utility Me BY: Sianaturel (1-7:2-21 DATE: 1 ?37 1l FDOT Legal review . BY:(Sianature) alL�utuc DATE: FEB 2 8 2017 District Coun Page 6of Page 393 of 1502 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No.710-010-56 UTILITY DESIGN BY FDOT CONSULTANT AGREEMENT UTILITIES (AT UTILITY EXPENSE) 11/14 STATE OF FLORIDA DEPARTMENT OF TRANSP RTATION BY: Si nature DATE: 2' - /,"7 (Typed Name: Harold A. Desdunes. P.E.) (Typed Title: Director of Transportation Development) FEDERAL HIGHWAY ADMINISTRATION(if applicable) BY: DATE: (Typed Name: ) (Typed Title: ) Page 6 of 6 Page 394 of 1502 Stantec Financial Project ID No's.:430444-1-56-01 Proposed 8"/20" Water Main JPA Installation along SR 907/Alton Road From south of Ed Sullivan Drivel 43rd Street to W 63'd Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445=3366 gua .n4. , �� ri'�3"�r a u,..� �.r;�. ..`. ':'M1�.r .fJv�'�. 19 Y'• srit 5. DELIVERABLES The purpose of this scope of services is to provide consulting Plans, Permits, Engineer's Opinion of Probable Cost, soft digs of engineering services to the City of Miami Beach for design, existing utilities and Technical Special Provisions for the installation permitting, preparation of technical special provisions, electronic of the proposed watermain replacement. delivery and post design activities in relation to the installation of approximately 12,000 LF of 8" DIP and 8,890 LF of 20" DIP water 6 EXCLUSIONS main along SR 907/Alton Road from south of Ed Sullivan Drive/ 43rd Street to W 63rd Street and along W 63rd Street Alton Road to Permit fees will be paid by City of Miami Beach. La Gorce Dr. See detailed scope in Exhibit A for additional Environmental services for contamination clean-up if encountered. information. 2 SCHEDULE 7 METHOD OF COMPENSATION Design Schedule and submittal is based on the Roadway design The proposed services will be compensated in the form of a schedule. Lump Sum of $386, 771.17 Compensation will be based on PS&E (100%) Submittal 10/3/2016 progress submittals of construction documents. Additional Plans Complete Submittal 1/16/2017 services beyond the project scope will require prior approval Letting 7/29/2020 and separate letter of authorization with justification for the request. 3 ESTIMATE-OF WORK.EFFORT. ..:..: See attached Estimate of Work Effort and Fee Spreadsheet— 8 PRELIMINARY ESTIMATE OF'PROBABLE COSTS Exhibit B See Preliminary Engineer's Opinion of Probable Cost in Exhibit C. 4 .REQUE..T:TO UTILIZE/ADD:SUIKONSULTANT Survey Sub-consultant to be utilized. Page 11 of 2 Page 395 of 1502 Financial Project ID No's.:430444-1-56r01 Sta ntec Proposed 6"l20"Water Main JPA Installation along SR 907/Alton Road From south of Ed Sullivan Drive/43rd Street to W 63`d Street Stantec Consulting Services Inc. Miami-Dade County,Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 9 CONSULTANT ACCEPTANCE 10 SCOPE OF WORK Prepared For Stantec by: Approved for by City of Miami Beach by: Dave Clarke.P.E, Name Name Prole anaaer Na y�- Name • Signature Signature 9-19-2015 Date Date Reviewed and accepted for Stantec by: Ramon Castella. P.E. Name Vice-President Signature 9-10-2015 Date Pagel 2 of 2 Page 396 of 1502 Financial Project ID No's.:430444-1-56-01 Stantec Proposed 8"/20"Water Main JPA Installation along SR 907/Alton Road From south of Ed Sullivan Drive/43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 Exhibit A - Scope of Services Page 397 of 1502 Financial Project ID No's.:430444-1-56-01 Stantec Proposed 8"120"Water Main JPA Installation along SR 907/Alton Road From south of Ed Sullivan Drive/43rd Street to W 63`d Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 Scope of Work The scope of the work for this Task Work Order(TWO) includes: ➢ Installation of approximately 12,000 LF of 8"ductile iron pipe (DIP)water main and fittings along SR 907/Alton Road, from south of 43`d Street to W 48th Street and from Lake View Drive to W 63rd Street. ➢ Installation of approximately 8, 890 LF of 20" DIP and fittings along SR 907/Alton Road from Lake View Drive to W 63`d Street and along W 63`d Street Alton Road to La Gorce Drive. > Establishing new tie-ins and reconnections of existing water mains at the following intersections/locations; • o Reconnection to existing 8"water main at 43`d street. o New 6"water main connection and reconnection of the existing 6"water main at W 44th Street. o New 6"water main connection and reconnection of the existing 6"water main at W 44th.Court. o New 8"water main connection and reconnection of the existing 8"water main at W 45th Street. o New 8"water main connection and reconnection of the existing 6"water main at W 46th Street. o New 12"water main connection and reconnection of the existing 12"water main at W 47th Street (East side) and new 6"water main with stub out on west side. New 4"water main on east side connected to the new 12" water main extending north (-200 LF)of W 47th Street and service meters. o New 6"water main connection and reconnection of the existing 6"water main at W 47th Court. o New 12"water main connection and reconnection of the existing 20"water main at W 48th Street (west side). o Sand blast and paint the two (2) existing 20" water main currently attached to existing Alton Road Bridge crossing Surprise Waterway just north of W 48th Street. o New 6" water main connection with reconnection to existing 6" water main at N Bay Road (west side) and Lakeview Road Drive (east side). o New 8"water main connection and reconnection of the existing 8"water main at W 51st Street(east side). o New 6"water main connection with stub-out at W 51st Street (west side) Page 398 of 1502 Financial Project ID No's.: 430444.1-56-01 Stantec Proposed 8"/20"Water Main JPA Installation along SR 907/Alton Road From south of Ed Sullivan Drivel 43rd Street to W 63`d Street Stantec Consulting Services Inc. - Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 o New 8"water main connection with stub-out at W 52nd Street (west side) and new 8"water main with reconnection to existing 8"water main on east side. o New 6"water main connection with stub-out at W 53rd Street (west side) and new 3" service main and connection to existing 3" service water main on east side (from new 20"water main). o New 8" water main connection and reconnection of the existing 8" water main at W 54th Street (west side) and new 4" water main with reconnection to existing 4"water main on east side. o New 6"water main connection with stub-out at W 56th Street (west side) and new 8" water main and reconnection to existing 8"water main on east side (from new 20"water main). o New 4"water main at approximate station 252+72 just south of W 57th street. o New 8"water main connection with stub-out at W 57th Street (east and west side). o New 8" water main connection and reconnection of the existing 8"water main at W 58th Street (west side) and new 4" water main (east side) and transition to new 3 Galv. water service. New 3" galv. water service will be connected to existing 3"galv. water service. o New 8"water main connection with stub-out at W 59th Street(east and west side). o New 6" water main connection with stub-out at W 60th Street (west side) and new 2" water service connection with reconnection to existing 3"galv. water service on east side(from new 20"water main). o New 6"water main connection and reconnection to the existing 6"water main at W 62nd Street (east side) and connection to new 8"water main (west side). o Connection to existing 20"water main along W 63rd Street at La Gorce Drive. o Reconnection to existing 24"water main with stub-out along Alton Road near La Gorce Drive. ➢ Installation of new fire hydrants, service lines, and water meters along Alton Road from south of Ed Sullivan Drive/43rd Street to W 63rd Street. • Page 399 of 1502 Financial Project ID No's.: 430444-1-56-01 Stantec Proposed 8"/20"Water Main JPA Installation along SR 907/Alton Road From south of Ed Sullivan Drive/43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 ➢ Adjustment of existing water utility valve boxes and sanitary manholes along Alton Road from Ed Sullivan Drive/43rd Street to W 63rd Street. ➢ Abandonment in-place of the existing 2" 3"4", 6" 8" 10" 12" &20"water line along Alton Road from Ed Sullivan Drive/43rd Street to W 63rd Street. Note: Length of stub-outs at side street connections will extend up to the limits of the FDOT roadway construction/milling project. Services to be provided The Scope of Work for this TWO includes the following: 1. Coordination with: a. Florida Dept. of Transportation (FDOT) b. City of Miami Beach c. Miami-Dade Department of Regulatory Economic Resource (RER)formerly DERM d. City of Miami Beach Fire Department e. Department of Environmental Protection f. US Army Core of Engineers 2. Review available utility as-built information and prepare markups of FDOT Utility Adjustment Sheets for roadway design engineer to revise/correct existing utility base files as noted 3. Development of a preliminary alignment along Alton Road and proposed tie-in locations fornew and existing laterals 4. Detailed design (plan and profile) of 8"water main and associated connections and appurtenances along SR 907/Alton Road, from south of 43rd Street to W 63rd Street. Page 400 of 1502 Financial Project ID No's.: 430444-1-56-01 Sta ntec Proposed 8"/20"Water Main JPA Installation along SR 907/Alton Road From south of Ed Sullivan Drive/43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 5. Detailed design (plan and profile) of 20" water main and associated,connections and appurtenances along SR 907/Alton Road, from Lake View Drive to W 63'd Street and along W 63rd Street Alton Road to La Gorce Drive. 6. Detailed design (plan and profile) of new 8" water main laterals (stub outs and reconnections) at W 43rd Street, W 45th Street, W 51st Street (east side), W 52nd Street (west side),W 54th Street (west side), W 56th Street (east side), W 57th Street (east and west side), W 58th Street (west side), W 59d'Street(east and west side), and W 62"d Street (west side). 7. Detailed design (plan and profile) of new 6" laterals (stub outs and reconnections) at W 44th St, W 44th Court, W 46th Street, W 47th Court, W 47th Street, N Bay Road (west side), Lakeview Road Drive (east side), W 51st Street (west side), W 53rd Street (west side), W 54t" Street (east side), W 56th Street (west side), W 60th Street (west side), W 62nd Street (east side)and W 42nd Street. 8. Detail design (plan and profile) of new 4" laterals along Alton Road, at W 47th Street, approximate station 252+72 just south of W 57th street, and W 58th Street(east side). 9. Detail design (plan and profile)of new 12"water main along Alton Road at, W 47111 Street, W 48t" Street (west side), . 10. Detail design (Plan and Profile)for new fire hydrants 11. Design in plan view only for replacement of existing water meter services along SR 907/Alton Road, from south of Ed Sullivan Drive/ 43rd Street to W 63rd Street. Summary table of size, offset and location of new water meters will be provided. 12. Summary table for adjustments to existing water and sanitary utilities surface appurtenances on SR 907/Alton Road, from south of Ed Sullivan Drive/43rd Street to W 63rd Street. 13. Preparation and submittal of permit applications to: a. Miami-Dade Department of Regulatory Economic Resource (RER)formerly DERM b. Department of Health c. City of Miami Beach Fire Department d. US Coast Guard e. Department of Environmental Protection f. US Army Core of Engineers 14. Preparation of Engineers Opinion of Probable Construction Cost Page 401 of 1502 Financial Project ID No's.: 430444-1-56-01 Sta ntec Proposed 8"120"Water Main JPA Installation along SR 907/Alton Road From south of Ed Sullivan Drive/43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 15. Preparation of Construction Plans: • Cover-Sheet with Sheet Index • General Notes • Legend and Key Plan • Tabulation of Quantities-water main • Tabulation of Quantities—Valve and Manhole adjustment • Tabulations of Quantities—Water meter(pipes &meter) • Plan and Profile for mainline(As described in items 4 and 5 above) • Plan and Profile for side streets (Laterals as described in items 6 thru 10 above ) • Plan and profile (proposed fire hydrant connections) • Traffic Control Notes • Traffic Control Plans • General Details • Typical Details • FDOT Computation Book 16. Prepare Technical Special Provisions (TSPs) required for: a. Water main construction 17. Prepare Engineers Estimate of Probable Construction Cost in FDOT format 18. Electronic Delivery of the proposed design JPA per FDOT requirements and Final CAD delivery to City of Miami Beach. 19. Post Design Services including: a. Preconstruction Conference Page 402 of 1502 Financial Project ID No's.:430444-1-56-01 Stantec Proposed 8"I20"Water Main JPA Installation along SR 907/Alton Road From south of Ed Sullivan Drive/43rd Street to W 63'd Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 b. Shop Drawing review c. Change order evaluation and recommendations d. RFIs and Engineers Supplemental Instructions(ESI's) e. Field visits Assumptions/Clarifications: Assumptions and exclusions for this Scope of Work include: 1. Scope has been prepared assuming that the two (2) 20" WM crossing Surprise Waterway just north of W 48th Street will remain attached to the existing Bridge. If determined that the (2) 20"WM will be a sub aqueous crossing then additional topographic survey of the water way and bridge foundation will be required. Stantec will also be entitled to additional compensation for the detailed design for the sub aqueous crossing of the bay. 2. Subsurface geotechnical investigations have been completed for the roadway design and provide sufficient data and design recommendations to complete the watermain design. No additional geotechnical engineering, design, or evaluation will be required. Available data and geotechnical reports will be provided to the Engineer. 3. Project limits of proposed water utility improvements do not extend up beyond the limits of the proposed FDOT roadway construction/milling. 4. No structural analysis or design is required for this project. 5. Design and/or specification of cathodic protection systems is not required for this project. 6. Design of sheet piling is not required for this project. 7. Summary of Water and sanitary valve box& manhole adjustment provided a tabular table. 8. Line and lay drawings and fitting schedules are not required for this project. 9. Project excludes design of any sanitary sewer gravity pipelines or force mains. 10. Engineer shall prepare and make a total of three submittals to City of Miami Beach for review (90%, PS&E, and Plans Completed/Final). Engineer shall be entitled to additional compensated for additional and/or supplemental submittal requests. Page 403 of 1502 Financial Project ID No's.:430444-1-56-01 Stantec Proposed 8"/20"Water Main JPA Installation along SR 907/Alton Road From south of Ed Sullivan Drivel 43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 11. Engineer shall prepare and make a total of six submittals to FDOT which coincide with the 90%, PS&E, Plans Completed, Production Date, Plans to specs and plans to Tally per Project Schedule milestones. 12. Shop drawing review is limited to 4 submittals, including resubmittals. 13. Change order reviews are limited to 1 submittal. 14. RFI's& ESI's are limited to 25 submittals. 15. Field visits are limited to 10 trips. • Current FDOT Projects Information The City of Miami Beach water utility improvements detailed in this Scope of Work will be incorporated under FDOT project FPID No. 430444-1-52-01 along SR 907/Alton Road,from south of Ed Sullivan Drive/43rd Street to W 63rd Street. Page 404 of 1502 Stantec Financial Project ID No's.:430444-1-56-01 Proposed 8"/20"Water Main JPA Installation along SR 907/Alton Road From south of Ed Sullivan Drivel 43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 i�nc al Project ID 430444-1-52-01 Project Manager: Hong Benitez, PE Contact Number: (305)470-5471 Email: hong.benitez@dot.state.fl.us FDOT Scope of Work: Roadway reconstruction, drainage improvements (including Storm water Pump Stations), intersection improvements, milling and resurfacing, adjustment of valves and manholes, sidewalk and curb ramps, signing and pavement markings signalization. Production Schedule: PS&E(100%)Submittal 10/3/2016 Plans Complete Submittal 1/16/2017 Letting 7/29/2020 Page 405 of 1502 Financial Project ID No's.:429193-1-56-01 ► Stantec Proposed 8"/12"Water Main JPA Installation along SR 907/Alton Road From south of Ed Sullivan Drive/43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 Exhibit B - Work Effort Spreadsheet Page 406 of 1502 FINANCIAL PROJECT No.:430444-1-56-01 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ESTIMATE OF WORK EFFORT AND FEE Stantec CONSULTANT: STANTEC CONSULTING SERVICES INC. • WPI NO.:N/A DESCRIPTION:Proposed 8"/20"Water Main JPA Installation on SR 907/Alton Road. CONST.YR.2018 COUNTY: MIAMI-DADE From:south of Ed Sullivan Drive/43rd Street To:W 63rd Street W MANHOURS 0 A B TOTAL HOURLY FIXED TOTAL - R WATER POST DESIGN WORK RATE FEE HOURLY ESTIMATED COST K MAIN SERVICE EFFORT (W/OUT (OM) RATE CLASSIFICATION % ELEMENTS OM) S CHIEF ENGINEER 5% 147 15 162 $211.43 $23.52 $234.95 $38,061.90 - T PROJECT MANAGER 10% 294 30 324 $184.15 $ 20.48 $204.63 $66,300.12 A PROJECT ENGINEER 15% 441 44 485 $118.51 $ 13.18 $131.69 $63,869.65 N ENGINEER 15% 441 44 485 $ 96.49 $ 10.73 $107.22 $52,001.70 ENGINEERING TECHNICIAN 40% 1,177 118 1295 $ 67.81 $ 7.54 $75.35 $97,578.25 6 ENGINEERING INTERN 15% 441 44 485 - $ 78.82 $ 8.77 $87.59 $42,481.15 - C SUB TOTAL 100% 3236 STANTEC SUB TOTAL S11134 $360,292.77 n SURVEYOR&MAPPER(Soft-dig) 8 8 $ 75.48 $ 8.12 $83.60 $668.80 A SURVEY TECHNICIAN(Soft-dig) 80 80 $ 45.95 $ 4.94 $50.89 $4,071.20 - D - O UTILITY COORDINATOR 26 26 $ 90.68 $ 9.76 $100.44 $2,611.44 _ N CLERICAL 8 8 $ 40.42 $ 4.35 $44.77 $358.16 N F 122 HARDONNE SUB TOTAL' 63.19 $7,709.60 SOFT-DIG SURVEY 3-MAN CREW-DAYS 20 20 $938.44 $18,768.80 - SURVEY SURVEY SUBTOTAL $18,768.80 TOTALS 3358 I If revised estimate,give reasons for revisions TOTAL CONTRACT FEE COMPUTATIONS-(STANTEC) Estimator Dave E.Clarke (a) Total Loaded Salary __-___ $360,292.77 Date: 9/10/2015 (b) TOTAL OVERHEAD111 _ --_---- $0.00 (c) OPERATING MARGIN_«I_�_____� $0.00 (d) FCCM(3) __ _ $0.00 Services for Hadonne Sub consultant are included in Sub activities 5&6 (e) DIRECT EXPENSEt41__w-�«-_ $0.00 SUB TOTAL CONTRACT AMOUNT(LUMP SUM)-STANTEC $360,292.77 Notes: TOTAL CONTRACT FEE COMPUTATIONS(HADONNE) (1) Total Overhead(General)=Included in(a)Total Loaded Salary (a) Total Loaded Salary __ $7,709.60 (2) Operating Margin=Included in(a)Total Loaded Salary (b) TOTAL OVERHEADt11+ __ $0.00 (3) Facilities Capital Cost of Money(FCC)=Included in(a)Total Loaded Salary (c) OPERATING MARGINI21 __ $0.00 (4) Direct Reimbursables(Out-of-Picket)=Included in(a)Total Loaded Salary (d) FCCM131 ------ $0.00 ,' (e) DIRECT EXPENSE 1a1 _�__� $0.00 --- TOTAL CONTRACT AMOUNT(LUMP SUM)-HADONNE S7,709.60 SUB TOTAL CONTRACT AMOUNT(LUMP SUM)-SURVEY $18,768.80 GRAND TOTAL CONTRACT AMOUNT(LUMP SUM) $386,771.17 Page 407 of 1502 1 of 7 _ Stantec Project No.:1773xxxxx Proposed tiles Water Mein JPA Installation an SR 907/Alton Road. • FINANCIAL PROJECT No.:430444-1-56.O1 Water Main Plans ACTIVITY:A.(WATER PLANS) ' SUSACTIVITY:1 (De9lonAnalvsfe) BASIS TASK OF NO.OF HOURS' NO.OF TOTAL CADD REMARKS ESTIMATE UNITS UNIT SHEETS HOURS HOURS 1 Pipe Line Alignment&Design LS 1 140 140 Alignment for 8-inch and 20-inch and interconnection to 24-inch WM at inersection La Gorce and Alton Road. 2 Structural Analysis LS 0 0 0 No structural analysis or design is required for this project. 3 Biscayne Water Way Crossing LS 1 25 25 Evaluation of sand blasting and painting options of existing water main including specifications Estimate is for 4 field visits @j 4 hours each(2 persons)and includes preparation,travel,and documentation time. First review will be 4 Field Reviews EA 3 12 36 conducted after 60%plans have been produce to ensure verify proposed location. Final JPA plans to ensure canstructability and Connection points. Includes field inventory and review location of all existing water meters 5 Field Survey&Service Location LS 1 240 240 (-133),valves and back flow preventers,fire lines and fire hydrants along the corridor and side street Determine size of service connections by opening each water meter.(Estimate 2 people x 20 days x 6 hours) 6 Transfer Existing Utilities to PlanlProfile EA 10 4 40 Assume there are 10 UA/0s within the project limits 7 Contract File(Set-up and maintenance) LS 1 16 16 Setup project,maintenance of files,schedule updates,sub-consultant management,progress reports etc. 8 Computation Book&Quantities LS 1 16 16 As required by FDOT. 9 C.E.S.Summary of Pay Items LS 1 40 40 Transport development and update of quantities for water main and coordination with FDOT-D6 Design Section. _ 10 Special Provisions/Specifications LS 1 25 25 Technical Special Provisions for water main 11 Prepare Construction Cost Estimate LS ' 1 30 30 Includes preparation of engineers estimate of probable construction cost in FDOT formats and revisions as necessary 12 Traffic Control Analysis LS 1 150 150 _Maintenance of Traffic(MOD for construction of the water main and associated laterals. 13 Signing 8 Marking Analysis LS 0 0 0 Coordination with FDOT-D6 Design Section staff(two), City of Miami 14 Coordination Meetings EA 4 8 32 Beach,Fire Department Includes meeting preparation,minutes and _ follow up. Review Geotech information provided by FDOT for installing water main, 15 Geotech Investigation(Including Contamination) LS 1 32 32 check for contamination and determined special fittings and wrap are re9uired Jor yta.tr.rnain SUBACTIVITY SUBTOTAL 822 16 Quality Assurance/Quality Control % 5% 41 ' Assume 2 persons x 4 hours x 2 trips.These trips are for mandatory field 17 Attend FDOT Field Review Meetings EA 2 8 0 16 phase review meetings as per FDOT prior to project completion.One meeting at PS&E and another at final completion. wv 'U+ 4 ,k, B eJi 3� a r i t_.. 4^r?l)f y ,?41AxJ V di F r C "' :t a r�,, dFh"� ;IJ.0r` '? " '...T . -rv . .t t v !° r : . 2 of 7 Stantec Project No.:I773xxxxx Page 408 of 1502 Proposed W/21T Water Meld JPA InttallMUm an SR 907/Alton Reed. FINANCIAL PROJECT No.:430444.15S01 • Wets Mdn Rees ACTIVITY:A.IWATER R.ANQ SUBACTIVITY:2(Construction RNA BASS • TASK OF NO.OF HOURS/ NO.OF TOTAL CADD REMARKS ESTIMATE UNITS UNIT SHEETS HOURS HOURS 1 Key SheefiKey Plan Sheet I 4 4 Develop standard FOOT cover sheet for JPA projects 2 General Notes • Sheet 1 6 6 Devebpmen(ofprojectspecificgeneralnotes,DepartmentalHealth and FDOT D6 3 Legend and Key Plan Sheet 3 12 36 Key map of all plan sheets end legends all symbols used 4 Tabulation of Quantities and Pay Item Notes Sheet 5 12 60 Tabulation of quantities using FOOT basis of estimate 5 Summary of Valve and Manhole adjustment Sleet 1 30 30 Establish station end off set for valves and manholes to be adjusted 6 Summary of water meter service and service Ines Sheet 1 35 35 Establish station and off set for all new meters,meters to be removed and length of 2'PE service tine This includes all work to create elements showing the mainine 7 8'Water main Plan/Profile Sheets Sleet 24 16 384 alignment for both horizontal and vertical geometries In plan and profile portion of plan sheets for proposed water main and existing Mies per FOOT standards. This includes all work to create elements showing the mainline 8 20'Wafer main Plan/Profile Sheets Street 16 16 256 alignment for both horizontal and vertical geometries in plan and profile portion of plan sheets for proposed water main and existing ulitties per FOOT standards. This includes all work to create elements showing the side street 9 Laterals Connections Plan/Profile Sheets Sheet 19 16 304 alignment for both horizontal and vertical geometries in plan and profile portion of plan sheets for proposed water main and existing utilifies per FOOT standards 10 Fire HydrantCannecion Plan/Profile Sheets Sheet 6 16 96 11 Structural Details Street 0 0 0 12 General Details Sheet 1 8 8 13 Typical Details Sheet 2 8 16 14 Pavement and Base Restoration/General Notes and Details Sheet 1 4 4 Includes Pavement restoration detail and to match FOOT final reconstructed or milled pavement surface 15 Core Boring Reports Sheet 0 0 0 16 Traffic Control Notes Sheet 1 8 8 Maintenance of Traffic(MOT)for construction of the 8',20'& interconecion to existing 24 water main and associated laterals. 17 Traffic Control Typical Sections Sheet 2 12 24 Includes Typical section with phasing notes for each phase • 18 Traffic Control Plan Sheet 30 16 480 Maintenance of Traffic(MOT)for construction of the 8-Inch,20-inch WM and interconnection to 24-Inch WM at inersection La Gorce and Alton 19 Electronic Deivery LS 3 12 36 Electronic deNiery per FDOT,includes CADD compliance,CDs etc for 3 submNats 20 Phase Review Meetings EA 4 6 P4 Attend Phase Review Meetings with City and FOOT During 90%,and PSBE Submittal.Total of 4 meetings 21 FDOT Submittals EA 4 10 40 Additional submittals to satisfy Plans Completed,Production Date,Plans to Kent and Mans to Tatyper FOOT Project Schedule rnrilest nes SUBACTIVITY SUBTOTAL 1es1 22 Quagty Assurance/Quaity Control % 5% 93 • : p,"a ' .r..,� Pi ..t_,r ,1•4. :,2ir �ntxr. 'x :"x!^'-:7 ';:v . `.1 3 of 7 Stantev Project No.:1773xxxxx Page 409 of 1502 Proposed 8"20"Water Main JPA Installation on SR 907/Alton Road. FINANCIAL PROJECT No.:430444-1-56-01 Water Main Plans ACTIVITY: A.(WATER PLANSI SUBACTIVITY:3 (Permits') . } BASS TAS( OF NO.OF HOURS( NO.OF TOTAL CADD REMARKS ESTIMATE UNITS UNIT SHEETS HOURS HOURS Complete and submit permit applications to DERM,Department of 1 Prepare Permit Applications LS 1 35 35 Health,US Army Core(sand blasting and Painting of water main). Includes permit research for contamination per DERM requirements. 2 Coordination and RFI with Permitting Agencies LS 1 55 55 Response to RFI from permitting agencies,plan revisions and updates etc. 3 Permit Meetings EA 5 6 30 Assume 5 meetings at 6 hours including prep time,travel time and follow Up 4 Permit Fees LS To be paid by City of Miami Beach. Stantec will request check from City once permit package is ready to be submitted. 1 Y7i2�^'[S4..I _ .. •.: �Lpt"5, t '* r ff cl:f etr C ': SkYrG 5 ✓ �i- - 1. x7 �q �' m�mr p;q �. •1 *R 4 hL �' ��f4I Jl' „y. M � � S � : v? w +G T33 lAdC z,. � n" er. '"r. 0. �+ i r�:7 r. n .. . ' im. •l" . .f..4 rd1, 4 of 7 Stantec Project No.:I773xxxxx Page 410 of 1502 Proposed 8"!20 Water Main JPA I nstallatIon on SR 907/Alton Road. FINANCIAL PROJECT No.:430444-1-56-01 Water Maln Plans ACTIVITY:B.(POST DESIGN) SUBACTIVITY:4 (Post Deelcn 93rvicat —.._.,_. BASS TASK OF NO.OF HOURS! NO.OF TOTAL CADD REMARKS ESTIMATE UNITS UNIT SHEETS HOURS HOURS 1 Post Design Services-Pre-Construction Meeting EA 1 4 4 Includes attendance,travel time preparation for meeting and follow up. 2 Shop Drawing Review LS 1 50 50 Review of WM Pipe Shop drawings and substitute materials • 3 Engineering Assistance&RFI's EA 17 6 102 Investigation and preparation of responses to RFI's from the Contractor regarding WM Pipe construction; Based on 10 site visits,2 staff,4 hours each.(includes preparation and 4 Construction Site Visits LS 1 80 80 documentation of site visit observations to resolve any construction issues including unforeseen conflicts with existing conditions and constructability issues Miscellaneous changes or site specific details as requested and 5 Plans Update&Revisions EA 6 6 36 approved by the CEI and FDOT that may be required to resolve an unforeseen field condition conflict. Assume 10 at 6 hours Review preliminary As-builts submitted by the Contractor to ensure water 6 Review Preliminary As-built Drawings Review LS 1 24 24 main installed as per City's standards and specifications. Final review and acceptance by City of Miami w14 xmr,.v� wu u..w:v�. r,�ywye,MF�-,�N+`m .W,`�,A t49a;.4!!..ni',ilw'+ �wkn�7A+'"°Rm 'S�aFr.n vmfwr�r.:ram.owr..,.rrr_r�,•w s w,.ry,..ro:.iT.+n.wi z.. -rr~re ty n, +r.i�ar,�w.:: ,r r.:�. ; •r.ma,.,,. ', • _ �;.}.3. ,�>r-!PH"5`.F.Js�fi?x.i `K:, *� ,..1%.,n � .,. _i.+ . :w . . • 5 of 7 Stantec Project No.:1773xxxxx Page 411 of 1502 Proposed MO'Water Main JPA I naal ration on SFt 907/Alton Road. FINANCIAL PROJECT No.:430444-1-56-01 Water Main Plans ACTIVITY: (SUBCONSULTANT1 SUBACTIVITY:5 (UtilityCoordinationl BASS TASK OF NO.OF HOURS/ NO.OF TOTAL CADD REMARKS ESTIMATE UNITS UNIT SHEETS HOURS HOURS 1 Initial Contact with Utility Agency Owner(UAO) LS 1 8 8 Perform Initial contact to obtain all existing as-built information from the existing UA/O on the protect Follow up with UA/O for additional information,mark ups and transmittal 2 Coordination with UAO LS 10 2 20 of plans to ensure no conflict with their existing utilities.Assume 4 hours per UA/O 3 Coordination of Utility Installation LS 0 0 0 4 Attend Utility Meetings EA 3 2 6 Prepare agenda,attend utility meeting,prepare minutes and follow up SUCBA TIVITY SUBTOTAL 34 .f.,M..:,.. ;y'!`} 'P..:.•i�J•"4 ......... .L','4.J.M1':`. ''S._^Y:l.'iC.p:}�'•(•_W4't�'"Fti.:.:Y'.i,y�."',...,"+.��T'' ...,..,_,::b:,. ..;:... ..;::...f'�,.a..<�-. lye .t.• .. .. .. •i 6 of 7 Stantec Project No.:1773xxxxx Page 412 of 1502 Proposed 8"/217 Water Main JPA Installation on SR 907/Alton Road. FINANCIAL PROJECT No.:430444-1-56-01 Water Main Plans ACTIVITY:(SUBCONSULTA NT) SUBACTIVITY:6 (SurvedTel holesServicasi _ . _ _ _ • - BASS TASK OF NO.OF HOURSI NO.OF TOTAL CADD REMARKS ESTIMATE UNITS UNIT SHEETS HOURS HOURS 1 Survey and Mapping Services LS 1 8 8 2 Soft Digs LS 1 80 80 Based on 30 soft digs. 3 Survey 3-Man Crew Days 20 ; : IOTAL • 7 of 7 Stantec Project No.:1773xxxxx Page 413 of 1502 Financial Project ID No's.:429193-1-56-01 Stantec Proposed 8"/12"Water Main JPA Installation along SR 907/Alton Road From south of Ed Sullivan Drive/43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 L Exhibit C - Preliminary Engineer's Estimate of Probable Construction Cost Page 414 of 1502 PRELIMINARY ENGINEER'S OPINION OF PROBABLE COST OF CONSTRUCTION By: DC 8"/20" Water Main along SR 907/Alton Road,From south of 43rd Street to W 63rd Street Check By: TA For City of Miami Beach(Water) Date: 6/18/2015 FDOT Financial Project ID No.:430444-1-56-01 Revised: 6/19/2015 EXTENDED ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE COST 8"&20"Ductile Iron Water Main&Fittings 1 MANHOLE,ADJUST,UTILITIES EA 35 $ 600.00 $ 21,000.00 2 VALVE BOXES,ADJUST EA 10 $ 350.00 $ 3,500.00 UTILITY PIPE,F&I,PE,WATER,2"-4.9" (assume 80-ft for 78 meters and LF 12,085 $ 50.00 $ 604,250.00 3 35-ft for 167 meters) 4 UTILITY PIPE,F&I,Brass,WATER,2"-4.9" LF 140 $ 40.00 $ 5,600.00 5 UTILITY PIPE,F&I,4"DI/CI,WATER,PIPE&FITTINGS LF 100 $ 65.00 $ 6,500.00 6 UTILITY PIPE,F&I,6"DI/CI,WATER,PIPE&FITTINGS(+FH Conection"50' LF 1,600 $ 85.00 $ 136,000.00 7 UTILITY PIPE,F&I,8"DI/CI,WATER,WATER,PIPE&FITTINGS LF 12,000 $ 110.00 $ 1,320,000.00 8 UTILITY PIPE,F&I,10"DI/CI,WATER,WATER,PIPE&FITTINGS LF 120 $ 145.00 $ 17,400.00 9 UTILITY PIPE,F&I,12"DI/CI,WATER,WATER,PIPE&FITTINGS LF - 230 $ 150.00 $ 34,500.00 10 UTILITY PIPE,F&I,20"DI/CI,WATER,WATER,PIPE&FITTINGS LF 8,890 $ 180.00 $ 1,600,200.00 n 11 UTILITY PIPE,CUT,&GROUT FILL 8"&12" LF 21,240 $ 10.00 $ 212,400.00 12 UTILITY FIXTURE,F&I,2"-4.9",METER/VALVE BOX EA 243 $ 300.00 $ 72,900.00 13 UTILITY FIXTURE,F&I,2"-4",VALVE ASSEMBLY EA 3 $ 800.00 $ 2,400.00 14 UTILITY FIXTURE,F&I,2"-4.9",VAC/AIR ASSEMBLY EA 10 $ 2,700.00 $ 27,000.00 15 UTILITY FIXTURE,F&I,6",VALVE ASSEMBLY EA 35 $ 1,200.00 $ 42,000.00 16 UTILITY FIXTURE,F&I,6"-19.9",TAPPING SLEEVES EA 12 $ 5,334.00 $ 64,008.00 17 UTILITY FIXTURE,F&I,8",VALVE ASSEMBLY EA 38 $ 1,938.00 $ 73,644.00 18 UTILITY FIXTURE,F&I,12",VALVE ASSEMBLY EA 2 $ 2,500.00 $ 5,000.00 18 UTILITY FIXTURE,F&I,20",VALVE ASSEMBLY EA 4 $ 12,000.00 $ 48,000.00 19 UTILITY FIXTURE,F&I,20",TAPPING SADDLE/SLEEVE EA 5 $ 20,000.00 $ 100,000.00 20 UTILITY FIXTURE,REMOVE&DISPOSE(WATER METER) EA 243 $ 150.00 $ 36,450.00 21 FIRE HYDRANT,F&I,STD,2 WAY,FLUSH TYPE,ONE PUMPER,6" EA 27 $ 4,500.00 $ 121,500.00 22 FIRE HYDRANTS(REMOVE) EA 39 $ 2,000.00 $ 78,000.00 Subtotal $ 4,632,252.00 Contamination Assessment Remediation(CAR)Services-To Be Determined During Construction 7.0% $ 324,257.64 Subtotal Construction and Car Services $ 4,956,509.64 Maintenance of Traffic percent of construction 7.0% $ 346,955.67 Mobilization percent of construction 7.5% $ 371,738.22 Contingency Fund percent of construction 10.0% $ 495,650.96 Construction Engineering Administration(CEA) percent of construction 2.0% $ 99,130.19 Subtotal Construction Allowances $ 1,313,475.05 Total Estimated Cost of Utility Work $6,269,984.69 Page 415 of 1502 20/4 - 29393 134 - FP#430444-1-32-02 THREE PARTY ESCROW AGREEMENT THIS AGREEMENT is made and entered into by and between the State of Florida, Department of Transportation ("FDOT"), City of Miami Beach ("Participant"), and.the State of Florida, Department of Financial Services, Division of Treasury("Escrow Agent"), and shall become effective upon the Agreement's execution by Escrow Agent. WHEREAS, FDOT and Participant are engaged in the following project("Project"): Project Name: SR-907(Alton road)from s/o Ed Sullivan Dr./43 St. to e/o Allison Road Project#: 430444-1-32-02 County: Miami Dade WHEREAS, FDOT and Participant desire to establish an escrow account for the project. NOW THEREFORE, in consideration of the premises and the covenants contained herein, the parties agree to the following: 1. An initial deposit will be made into an interest bearing escrow account -- established hereunder for the purposes of the Project. The escrow account will • be opened with the Escrow Agent on behalf of FDOT upon Escrow Agent's receipt and execution of this Agreement. 2 ' Other deposits to the escrow account may be made during the life of this agreement. 3. Deposits will be delivered in accordance with instructions provided by the Escrow • Agent to the FDOT for deposit into the escrow account. A wire transfer or ACH • deposit is the preferred method of payment and should be used whenever possible. 4. FDOT's Comptroller or designee shall be the sole signatory on the escrow • account with the Escrow Agent and shall have sole authority to authorize ‹cc, 01 withdrawals from the account. Withdrawals will only be made to FDOT or the =s- cr. Participant in accordance with the instructions provided to the Escrow Agent by °) — FDOT's Comptroller or designee. ::.,- O �'' 5. Moneys in the escrow account will be invested in accordance with section 17.61, • Florida Statutes. The Escrow Agent will invest the moneys d : o� expeditiously. Income is only earned on the moneys while invested. There is no `r) z guaranteed rate of return. Investments in the escrow account will be assessed a (.6 Ls_ fee in accordance with Section 17.61(4)(b), Florida Statutes. All income of the nF. N investments shall accrue to the escrow account. 6. Unless instructed otherwise by FDOT, all interest accumulated in the escrow account shall remain in the account for the purposes of the Project. Page 1 of 3 Page 416 of 1502 FP#430444-1-32-02 7. The Escrow Agent agrees to provide written confirmation of receipt of funds to FDOT. FDOT agrees to provide a copy of such written confirmation to Participant upon request. 8. The Escrow Agent further agrees to provide quarterly reports to FDOT concerning the escrow account. FDOT agrees to provide a copy of such quarterly reports to Participant upon request. 9. The Escrow Agent shall not be liable for any error of judgment or for any act done or omitted by it in good faith, or for anything which it may in good faith do or refrain from doing in connection herewith. 10. Escrow Agent shall have no liability for any claim, cost, expense, damage or loss due to the acts or omissions of FDOT and Participant, nor from any separate agreements between FDOT and Participant and shall have no responsibility to monitor or enforce any responsibilities herein or in any separate agreements associated with this Agreement between FDOT and Participant. 11. This Agreement shall be governed by and interpreted in accordance with the laws of the State of Florida. 12. This Agreement may be executed in two or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. 13. This Agreement shall terminate upon disbursement by the Escrow Agent of all money held by it in the escrow account in accordance with the instructions given by FDOT's Comptroller or designee and notification from FDOT to Escrow Agent that the account is to be closed. The remainder of this page is blank. w: Ln ct- pis (n{" 1— Ls O O N Page 2 of 3 Page 417 of 1502 FP iPlacotgidi-1-3Z-02 IN WITNESS WHEREOF, the parties have duly executed the Agree.. :nt on th: 'ate(s) below. / • az.__ . For T-00C (signature) For,RT r 7 'NT(signature) .ili ,111 ). ATiailit CPA Deputy Comptroller, GAla, NVIA• k1/44 6h.vo Name and Title Name and Title 59-3024028 5 01 - (o000 31 2, Federal Employer I.D. Number Federal Employer I.D. NUmber g/207 ‘14(0 Date Date APPPOVED AS TO F-CAM&LANGUAGE FDOT Legal Review: /80-04 EXECUTION ... V .-'4. ..r—city‘'Affotney Dote __.---..- (._ For Escrow Agent(signature) Bert Wilkerson,Director of Treasury Name and Title 3 I i 12o n • --r-Datel-2, —.4... Z..-- , 1:i5c:-; -,-- r-- Page 3 of 3 ... ,.„ Page 418 of 1502 , City of Miami Beech,Miami Beach,Fionda Page 1 of 2 Check Number 004 0 r'� . ��;s'( ,.. ,,,,,s _ -u4 k. 3 s�R�wx_.5^` r',{r,y "F pq`. «h-a+[4ag'�"�[,$e v.::.._I R -gg- 't4 n+n"c3� g5.f.. 1 'Xf3 � 'r^..,`, -•f- :x ..-it• n`'" ,� 01/23/20f ..JPA. ) AGREEMENT 43-63 907/ALTON ROAD PROJECT 43-53 STREETS ..• _. $386 772.00 - a F. _ y 8 O • 3 v a —J 9 3 Co •0 w 0 ,7 Vendor;Noi. :::'_: ; ::;_Vendor Name ;;-.i-'<.. Check;No::_` °Check.Date Check Amount 46362 STATE OF FLORIDA DEPARTMENT 00410609 02/09/2017 $386,772.00 Vendor Check Check M I AM1 B EAC H SUNTRUST BANK MIAMI NA. umber Date Number � �+ 46362 02/09/2017 00410609 t=General Disbursement Account VOID 180 DAYS FROM DATE OF ISSUE Miami Beach.Florida $386,772.00 Pay Three Hundred Eighty Six Thousand Seven Hundred Seventy Two Dollars and 00 cents"' !!To The STATE OF FLORIDA DEPARTMENT ""' '"" g Authorized Signature -"rMP Orderf OF TRANSPORATION fithlh Jg 605 SUWANNEE STREET TALLAHASSEE, FL 32399 .�..�....�._ �..�.w...NP Aulhoriz SignaG _72 Page 419 of 1502 11'004 L060911' 1:06 L L007901:6 70 270 2 9 50 40811■ f'0' DATE=03/02/2017 SEQUENCE=780098760' ' A Account=6702702950408 Serial Number=410609 Amount=$386772.000 • • • Vendor Check Check A• MiA BEACH- SUNTRUST SANK M?AMINA, Number Date Number 64-79/611 46362 02/09/2017 00410609 General Disbursement Account Miami Beach,Florida VOID 180 DAYS FROM DATE OF ISSUE $386,772.00 Pay Three Hundred Eighty Six Thousand Seven Hundred Seventy Two Dollars and 00 cents Ordee STATE OF FLORIDA DEPARTMENT - —� Au:harizedSignatue Ord OF TRANSPORATION Of 605 SUWANNEE STREET • TALLAHASSEE,FL 32399 •_ _ ,_ �.�Np ��lb1short 'Signature . 0004 L060911' 1:06 L L007901:670 2?0 295040811' r 1111911.11'tll991111111r'"I1i111111NI!!lplili 111>1111ti{lilrar1ll`1111'1!"tae�rq�4iitii' p••1!11IIPlll ri m Il/+�1k�111i1 1 jh l tlt�l rill 3i1 fitI ; SOW i'i iw it 1I�1/ t"! ++ Iw1 1 'Li 1mS9 • f911m 3 a t11i1ti fiilildlillitirliliil,�itli>i1 11111;��II Ii 1� ��IIIILiii i iR 14 sQs f , „ m 41 1 1 2- G m a airy .. .,_. !veil X b !Ai ig r li ALLY PAESE TED - 3/1/2917 099909937 6,: v 1,41 �SI , r y !,: g e2;4 4 , I 5•.. ' „ , I ER ri = 11111,I,�>I(m11�11l11 nut ��11j1�lI11E 1 11��1 pll 1l 11JIIn1 ; •. ; Hi C11ullwll,ti1Hi1IHIt:UtUiLfg111 nut but but ii7 1 4ini nn 1 1H 1 iei►tlilig,Hil_ a 0— i Page 420 of 1502 . • MIAMI BEACH City of Miami Beach,1700 Convention Center Drive,Miami Beach, Florida 33139,www.miomibeachfl.gov LETTER OF TRANSMITTAL • TO: Ozzie Sanchez DATE: February 17, 2017 Utility Coordinator Florida Department of Transportation District 6 -Adam Leigh Cann Building 1000 NW 111 Avenue, #6102B Miami. Florida 33172 Telephone: (305)470-5234 RE: SR907 (Alton Rd)from s/o Ed Sullivan Dr./43 St to e/o Allison Rd #430444-1-32-02 SENT VIA: Hand Delivery SENDING: Under Separate Cover _ Blue Prints/Xerox Copies Herewith Copy of Letter JPA _Change Order _Meeting Notes X Check for JPA Design By FDOT Consultant Agreement DESCRIPTION: 1.- Check No 41069 to State of Florida Department of Transportation dated 02/09/2017 in the • amount of $386,772 NOTE COMMENTS: FOR REVIEW: NO EXCEPTIONS TAKEN: FOR YOUR USE: X OTHER: FOR DISTRIBUTION: REMARKS: We are sending with 1 original of the above-described document. If you require any further assistance, please call me at 305-673-7080 Thank you RECEIVED BY: DATE: c /7—24D/ SENT BY: Jose M. Rivas .E. COPIES THIS LETTER TO: COPIES WITH ENCLOSURES TO: .rVe.ore committed to providing excellent publicwrvice and safety to oil who hoe. work and plav in our vibrant, tropical. historic community P:\WORK\$ALL\WATER SYSTEM\PROJECTSyTgy� N 43 STREET TO 63 STREET ID 430444-1- 52-02 PROPOSED WM\JPA\SR907(ALTON AD) M 2StIMAN DR. - 43RD ST TO E-0 ALLISON RD 4430444-1-32-02 JPA CRECR.DOC4 Financial Project ID No's.:430444-1-56-01 Stantec Proposed BODR&Final Design for new Pump Stations and FM along SR 907/Alton Road From South of Ed Sullivan Drivel 43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 MM ppw t .. r «. ,2... SCHEDULE t'41 C ° .. .. _. _ .. This amendment to the project scope of services is to provide Design Schedule and submittal is based on the Roadway design consulting engineering services to the City of Miami Beach due to schedule. project delays and FDOT changes to the roadway and drainage BODR and final recommendations—TBD designs. Modifications include raising the roadway profile, adding 90�/o Plans Submittals-TBD th double drainage trunk lines, one for each travel direction, and 90/o Plans Submittals-September 20 , 2022 coordination with FPL for new underground electric utilities. 100/o Plans Submittals- February 24 , 2023 Stantec previously submitted 30% design .submittal package in Plans Specifications and Estimate (PS&E)—April 21st, 2025 October of 2017 with the 30% FDOT roadway submittal. Based on Letting Date—July 30 , 2025 the noted design changes, FDOT will be resubmitting 30% for 3 ESTIMATE OF WORK EFFORT review in May of 2020.The WM relocation plans will be resubmitted to FDOT and the City of Miami Beach at the 30% submittals and See attached Estimate of Work Effort and Fee Spreadsheet— updated based on the FDOT design modifications. Exhibit B This amendment also includes a Basis of Design Report (BODR), final design, permitting, preparation of technical special provisions, 4 REQUEST TO UTILIZE 1 ADD SUB-CONSULTANT electronic delivery and post..design activities in relation to the installation of four (4) wastewater Pump Stations, 3,600 LF of Survey and SUE Sub-consultant to be utilized. 8/10/12" PVC force main, 11,500 LF of 8"/10"/12" PVC gravity sewer, and 30 manholes along SR 907/Alton Road South of Ed Sullivan Drive/43rd Street to W 63rd Street. See detailed scope in Exhibit A for additional information. 5 DELIVERABLES Plans, Permits, Engineer's Opinion of Probable Cost, soft digs of existing utilities and Technical Special Provisions for the installation of the proposed wastewater pump stations and force main sewer. 6 EXCLUSIONS Permit fees will be paid by City of Miami Beach. Page 1 1 of 19 f Page 422 of 1502 Financial Project ID No's.:430444-1-56-01 Stantec Proposed BODR&Final Design for new Pump Stations and FM along SR 907/Alton Road From South of Ed Sullivan Drive/43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 Environmental services for contamination clean-up if encountered. 7 MEI1HOD OF COMPENSATION The proposed services will be compensated in the form of a Lump Sum of$1, 353,304.88 Compensation will be based on progress submittals of construction documents. Additional services beyond the project scope will require prior approval and separate letter of authorization with justification for the request. 8 PRELIMINARY ESTIMATE OF PROBABLE COSTS See Preliminary Engineer's Opinion of Probable Cost in Exhibit C. Page 12 of 19 Page 423 of 1502 Financial Project ID No's.: 430444-1-56-01 Stantec Proposed BODR&Final Design for new Pump Stations and FM along SR 907/Alton Road From South of Ed Sullivan Drive/43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(3051445-3366 9 CONSULTANT ACCEPTANCE ` 10 SCOPE OF WORK Prepared For Stantec by: Approved for by City of Miami Beach by: Dave Clarke, P.E. Name Name Project Manager Name Name Signature Signature 6-09-2022 Date Date Reviewed and accepted for Stantec by: Ramon Castella, P.E. Name Vice-President Name Signature 6-09-2022 Date Page 13 of 19 Page 424 of 1502 Financial Project ID No's.:430444-1-56-01 ® Stantec Proposed BODR& Final Design for new Pump Stations and FM along SR 907/Alton Road From South of Ed Sullivan Drivel 43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County,Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 Exhibit A - Scope of Services Page 14of19 Page 425 of 1502 ® Stantec Financial Project ID No's.:430444-1-56-01 Proposed BODR&Final Design for new Pump Stations and FM along SR 907/Alton Road From South of Ed Sullivan Drivel 43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 Scope of Work - The scope of the work for this Task Work Order(TWO) includes: > City'of Miami Beach retained Hazen and Sawyer to develop a city-wide Sewer System Master Plan which was completed in October of 2019. Using the results of the Master Plan, the City evaluated the Alton Road corridor Alton Road corridor from South of 43rd Street to W 63'd Street, and identified wastewater improvements within Basins 28 A, and 15 A and B which may include four (4) new wastewater Pump Stations, 3,600 LF of 8/10/12" PVC force main, 11,500 LF of 8"/10"/12" PVC gravity sewer, and 30 manholes. The number of pump stations, pipe sizes and length are approximate and will be verified in the BDOR. For this Task Work Order, Stantec will review the recommendations from the Sewer Master Plan and develop a Basis of Design Report to confirm the proposed improvements, conduct an analysis to determine the size of (4) four pump stations and determine the size of the relocated gravity sewer main along Alton Road. In addition to the BODR, Stantec will also develop construction documents for the new Pump Station, and manholes which will include final design, permitting, specifications (per FDOT standards)and limited support during construction. Final design for Pump Stations A, B and C and proposed FM (between Pump Station A and C) within Basins 15A and 15B (See Exhibit D)will be designed by an outside Consultant selected by City of Miami Beach as part of the North Bay Road and Lakeview improvements in the La Gorce Neighborhood. City of Miami Beach recently received a grant from Florida Department of Environmental Protection (FDEP) to fund these improvements. The design fees for these improvements are included in this proposal as a contingency to be used only if authorized in writing by the City of Miami Beach. > Scope of work for the BODR will include: o Review of Sewer System Master Plan developed by Hazen and Sawyer for City of Miami Beach. o Review hydraulic model (infoworks ICM SE by Innovyze) referenced in the Sewer System Master Plan Report by Hazen, develop list of questions, and participate in a model review meeting with the City and Consultant who prepared the model. Updates to the model are limited to the addition of existing gravity sewer system within the basin being evaluated. It is anticipated that the model is updated to accurately represent existing infrastructure and has been calibrated to reflect existing wastewater flow conditions. o Collect and review existing as built and GIS utility information o Perform site visit at proposed Pump Station location. o Using the City's calibrated hydraulic model, add the existing gravity sewer system within the service area, determine the proposed 4 sewer pump station capacities (total number and size to be determined by BODR), size of proposed force main, Page 15 of 19 Page 426 of 1502 Stantec Financial Project ID No's.: 430444-1-56-01 Proposed BODR&Final Design for new Pump Stations and FM along SR 907/Alton Road From South of Ed Sullivan Drivel 43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County,Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 and size of new gravity sewer system along Alton Road into the RNV from South of Ed Sullivan Drive/43rd Street to W 63rd Street for existing and future conditions. A conceptual layout of proposed facilities is included in City Exhibit D. o Perform hydraulic model to size the proposed gravity, PS and FM and coordinate with City for impacts citywide due to the proposed work. o Preliminary mechanical and structural calculations to size pumps, wet well, and discharge force main. o Preliminary electrical coordination to identify necessary power upgrades o Summarize findings in a draft and final BODR ➢ The scope of the work for the Pump Station (PS), Force main and Gravity Sewer includes: o Installation of four new Pump Stations design based on the BODR recommendations. o Installation of the proposed force main as recommended in the BODR along SR 907/Alton Road. o Installation of proposed gravity sewer and manholes gravity sewer as recommended in the BODR along SR 907/Alton Road from Ed Sullivan Drive/43rd Street to Pine Tree Drive. ➢ The scope of the work for the watermain update includes: o Revise waterline utility drawings to account for FDOT design changes that include addition of a two-way protected bicycle lanes, additional pavement widening, relocation of drainage inlets, adjustments of the curb and gutter, sidewalk and lighting, and adjustments of the roadway profile. o Update existing utility information - o Prepare updated 60% and 90% EOPCC o Update Technical Special Provisions o Prepare and resubmit 60% Preliminary Engineering drawings and specifications. o Prepare and resubmit 90% Detailed Engineer documents. Page 16 of 19 Page 427 of 1502 Financial Project ID No's.:430444-1-56-01 Stantec Proposed BODR& Final Design for new Pump Stations and FM along SR 907/Alton Road From South of Ed Sullivan Drivel 43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County,Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 Services to be provided The Scope of Work for this TWO includes the following: 1. Coordination with: a. Florida Dept. of Transportation (FDOT) b. City of Miami Beach c. Miami-Dade Department of Regulatory Economic Resource (RER)formerly DERM d. Florida Department of Environmental Protection Updated Water Main Plans 2. Update WM plans due to FDOT changes which include addition of a two-way protected bicycle lanes, additional pavement widening, relocation of drainage inlets, adjustments of the curb and gutter, sidewalk and lighting, and adjustments of the roadway profiled New Pump Stations 3. Supplemental topographic survey and soft digs of the properties for the new Pump stations.The survey will show the property's relationship to boundary, easement lines and location of above ground visible improvements. Additional Geotechnical borings will also be required and provided by the City of Miami Beach. 4. Provide landscape services for screening of PS sites with new cluscia shrubs. Design will include spacing of shrubs, selection of species per CLIENT's preference(does not include shrubs that require irrigation), and general landscaping notes. (does not include beautification, photo boards or rending showing finished look, or architectural screening) 5. Coordinate location, sketch and description of property and easement location for FPL equipment if necessary. 6. Designate utilities horizontally within the subject property to the edge of the pavement or adjacent roadway at each pump station site. Electromagnetic detection/ground penetrating radar techniques will be used to locate utilities and help identify(4)four soft-dig locations at each pump station site. These field located utilities will be plotted on the survey for each pump station. 7. Prepare BODR and preliminary drawings which illustrate the basic components of the improvements including, the size, scale, location, dimensions, layout, and character of each major design feature. Page 17 of 19 • Page 428 of 1502 Financial Project ID No's.:430444-1-56-01 Stantec Proposed BODR&Final Design for new Pump Stations and FM along SR 907/Alton Road From South of Ed Sullivan Drive/43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 8. BODR will include final design criteria and be submitted to permit agencies for review. 9. Stantec will design the pump stations with watertight hatches to avoid an elevated structure and meet the 100-year flood elevation. This will include the minimum wet well rim elevation required by agency having jurisdiction, and the minimum elevation for the bottom of the electrical equipment. Design will include necessary structural and civil efforts to raise sites and harmonize grading with adjacent areas. 10. Coordinate power upgrade requirements with FPL. Stantec will identify the proposed upgrades required for the four new pump stations, will coordinate with FPL for preliminary power upgrade design, coordinate minimum easement requirements, coordinate preliminary costs of upgrades, and work with FPL to identify lead times on upgrades. 11. Detailed design for four new Pump Stations based on the BODR recommendations along Alton Road at the recommended locations in the Sewer System Master Plan developed by Hazen and Sawyer. This will include design plans and project specifications. 12. Each pump station will be designed with a new wet well, new underground valve vault, backup generator, electrical equipment and privacy fence. 13. The pump stations will be designed based on city of Miami Beach Public Works standards for Sanitary Force mains and pump stations and RER DERM. 14. Preparation of Construction Plans(Pump Station, 57 Sheets): Cover Sheet with Sheet Index (Included with gravity sewer and FM Set) Legend and Key Plan (Included with gravity sewer and FM Set) General Notes, Abbreviations and Pipping Schedule (Included with gravity sewer and FM Set) CIVIL Standard Details(Included with gravity sewer and FM Set) • Proposed Site Plan (4 sheets) • Stormwater Pollution Prevention Plan (2•sheets) Page 18 of 19 Page 429 of 1502 Financial Project ID No's.:430444-1-56-01 Stantec Proposed BODR&Final Design for new Pump Stations and FM along SR 907/Alton Road From South of Ed Sullivan Drive/43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 MECHANICAL • PS Plans, Sections and Details (4 sheets) STRUCTURAL • Notes and Symbols (3 sheets) • Valve Vault and Wet Well (4 sheets) • Foundation Support(4 sheets) • Structural Details (3 sheets) ELECTRICAL &INSTRUMENTATION • Notes and Symbols (3 sheets) • Electrical Site Plan and Equipment Elevations (4 sheets) • Grounding Plans(4 sheets) • Single Line Diagram and Riser Diagram (4 sheets) • Electrical Details (3 sheets) • Pump Control panel schematic (4 sheets) • Control Panel Details (3 sheets) • RTU Installation and Wiring Diagrams (4 sheets) • Schedules (4 sheets) Page 19 of 19 Page 430 of 1502 Financial Project ID No's.:430444-1-56-01 Stantec Proposed BODR&Final Design for new Pump Stations and FM along SR 907/Alton Road From South of Ed Sullivan Drive/43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 Gravity Sewer and Force Main 15. Development of a preliminary gravity sewer alignment along Alton Road and proposed tie-in locations for new and existing laterals. Discuss the alignment option in meeting with City of Miami Beach and FDOT prior to development of 60%design documents. 16. Development of a preliminary force main alignment along Alton Road, proposed tie-in locations at proposed pump stations. Discuss the alignment option in meeting with City of Miami Beach and FDOT prior to development of 60% design documents. 17.Where existing laterals are being relocated from behind homes into the Alton Road R/W, the City will be responsible for the switching over in a separate project. No improvements will extend beyond the R/W into private properties. 18. Detailed design (plan and profile) of 8/10/12/18" gravity sewer main and associated connections and appurtenances along SR 907/Alton Road, from South of 43rd Street to W 63rd Street. 19. Detailed design (plan and profile)of 8/10/12"force main and associated connections and appurtenances along SR 907/Alton Road, South of Ed Sullivan Drive/43rd Street to W 63rd Street. 20. Preparation of Construction Plans(Gravity Sewer 96 sheets, Force Main, 6 sheets): • Cover Sheet with Sheet Index (3 sheets) • General Notes (3 sheets) • Legend and Key Plan (6 sheets) • Tabulation of Quantities—Sanitary force main, manholes and fittings (12 sheets) • Summary Table— Including Pipe segment, diameter, material, slope and manholes (3 sheets) • Plan and Profile for mainline Force main (6 sheets) • Plan and Profile for mainline Gravity Sewer main (66 sheets) • Standard Details (3 sheets) Page 110 of 19 Page 431 of 1502 Financial Project ID No's.:430444-1-56-01 Stantec Proposed BODR&Final Design for new Pump Stations and FM along SR 907/Alton Road From South of Ed Sullivan Drivel 43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 Permitting and Support and Applications 21. Preparation and submittal of permit applications to the following: a. Miami-Dade Department of Regulatory Economic Resource (RER)formerly DERM b. Florida Department of Environmental Protection c. City of Miami Beach Building Department—Dry Run d. City of Miami Beach Public Works e. DERM Sewer Extension 22.Addressing permit comments. Up to three rounds of RFIs for each agency and revising plans as to resolve these RFIs. LIMITED SUPPORT DURING BIDDING AND CONSTRUCTION 23. Provide bidding support to FDOT during procurement addressing questions from prospective bidders. 24. Post design services for the new pump station, force main and gravity sewer which include: a. Preconstruction Conference b. Shop Drawing review (Manholes, Modification of existing manholes, gravity sewer pipes, bypass plan for gravity sewer installation, fittings, bypass plan pumps, control panel, valves, wet well, pipes, fittings, etc.) c. Change order evaluation and recommendations d. Start-up Testing e. RFIs and Engineers Supplemental Instructions (ESI's) f. Field visits 25. Prepare Technical Special Provisions (TSPs)required for: a. Wastewater Pump Stations Page 111 of 19 Page 432 of 1502 Financial Project ID No's.:430444-1-56-01 Stantec Proposed BODR&Final Design for new Pump Stations and FM along SR 907/Alton Road From South of Ed Sullivan Drivel 43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 b. Sanitary Force main construction c. Gravity Sewer main construction 26. Prepare Engineers Estimate of Probable Construction Cost in FDOT format 27. Electronic Delivery of the proposed design JPA per FDOT requirements and Final CAD delivery to City of Miami Beach. Prepare and submit progress drawings and documents for City of Miami Beach review and approval as follows: a) 30% submittal: 30% drawings, technical specifications (TOC), class 5 (expected accuracy between 30% to 50%) preliminary Opinion of Probable Construction Cost and draft schedule of values. (Deliverables include: Digital copies of 11"x 17" Design Plans at 1"=40"scale for Plan & Profile, digital copies of the technical specifications, digital copies of preliminary Opinion of Probable Construction Cost. b) 60% submittal: 60% drawings, draft technical specifications, class 4 (expected accuracy between 15% to 30%) preliminary Opinion of Probable Construction Cost and draft schedule of values. (Deliverables include: Digital copies of 11"x 17" Design Plans at 1"=40"scale for Plan & Profile, digital copies of the technical specifications, digital copies of preliminary Opinion of Probable Construction Cost. c) 90% submittal: 90% drawings, draft technical specifications, class 2 (expected accuracy between 5% to 15%) preliminary Opinion of Probable Construction Cost and draft schedule of values. (Deliverables include: Digital copies of 11"x 17" Design Plans at 1"=40"scale for Plan & Profile, digital copies of the technical specifications, digital copies of preliminary Opinion of Probable Construction Cost. d) Permit Package: Permit submittal and resolution of permit review comments for the agencies listed above. (Deliverables include: eight (4) copies of 11" x 17"Design Plans at 1"=40"scale for Plan &Profile,two(2)copies of technical specifications signed and sealed by Stantec's Engineer of Record (EOR), completed permit applications for each agency signed and sealed by Stantec's EOR, tracking sheet with indication of dates of submittal of each application and approval or comments from the corresponding agency). Page 112 of 19 Page 433 of 1502 Financial Project ID No's.: 430444-1-56-01 Stantec Proposed BODR&Final Design for new Pump Stations and FM along SR 907/Alton Road From South of Ed Sullivan Drivel 43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 e) 100% Submittal: Prepare and submit 100% Final drawings, technical specifications, schedule of values and class 1 (expected accuracy between 5% to 10%) Opinion of Probable Construction Cost to City of Miami Beach and FDOT to execute Construction JPA. (Package shall include five (5) copies of approved 100% Construction Plans in 11" x 17" format, Final Technical specifications (One (1) original not bound, and four (4) copies bound, Final Opinion of Probable Cost, flash drive with 100% Construction Plans (CADD files (Microstation) and PDFs), Final Opinion of Probable Cost in excel, draft and final meeting minutes). Assumptions/Clarifications: Assumptions and exclusions for this Scope of Work include: 1. The City's Infoworks hydraulic model is up to date and reflects the existing system hydraulic conditions accurately as of issuance of NTP and no calibration is required. Any model updates or modeling of additional scenarios will require additional compensation. 2. Stantec will add the existing gravity sewer in the basin being evaluated. Gravity pipeline data, including pipe sizes and invert elevations, is available in electronic(GIS format)or record drawings in pdf and will be provided by the City. 3. Stantec assumes the existing model was calibrated with existing field pressure data. This scope does not,include purchasing or installation of pressure loggers at key locations to validate existing model. 4. Design for any Temporary Works (e.g. excavation, shoring, sheeting, or stabilization of pits or excavations) is not included. Minimum requirements will be included in Technical Specifications. 5. Transient analysis is not required for either replacement of water mains or force mains. 6. Design for relocation of other utilities (gas, electric, telecommunications etc.) is not included in this scope of work. 7. Chain-link fencing with privacy slats at the PS site is not included in this scope of work. PS will be screened with new shurbs. 8. Scope of work does not include submittals to City of Miami Beach Design Review Board, City of Miami Beach Historical Preservation Board, or City of Miami Beach Planning Department 9. Lighting plans for the PS sites is excluded from scope of work outside the PS sites perimeter hedges. Page 113 of 19 Page 434 of 1502 Stantec Financial Project ID No's.:430444-1-56-01 Proposed BODR&Final Design for new Pump Stations and FM along SR 907/Alton Road From South of Ed Sullivan Drive/43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 10. Subsurface geotechnical investigations have been completed by FDOT for the roadway design and provide sufficient data and design recommendations to complete the force main design. Available data and geotechnical reports will be provided to the Engineer. Additional Geotechnical investigations will be required for the PS sites. 11.Additional Geotech information will be provided by the City at the PS sites to support design of the new PS. 12. CAD drawings will be in Microstation (FDOT Requirements) 13.With the exception of the design of the wet well and PS Structures, no other structural analysis or design is required for this project. 14. Design and/or specification of cathodic protection systems is not required for this project. 15. Design of sheet piling is not required for this project. 16. Prepare backout Utility Work Schedule for City of Miami Beach to review and sign. City will review schedule and submit to FDOT. 17. Line and lay drawings and fitting schedules are not required for this project. 18. Engineer shall prepare and make a total of four submittals to City of Miami Beach for review (60%, 90%, Permit Set, and 100% Plans). Engineer shall be entitled to additional compensated for additional and/or supplemental submittal requests. 19. Engineer shall prepare and make a total of 8 submittals to FDOT which coincide with the 60%, 90%,100%, PS&E, Plans Completed, Production Date, Plans to specs and plans to Tally per Project Schedule milestones. 20. Environmental services for contamination clean-up, if encountered, would be additional services and Stantec will be entitled for any effort required. 21.This scope does not include pump drawdown tests for existing sewer pump stations, or installations of pressure loggers to verify existing pumping conditions. 22. Permitting with City of Miami Beach Urban Forestry or Public Works is not included as part of this scope. 23.This scope does not include permitting with DERM's following departments- Pollution Remediation Section, Water Control, or obtaining Class I —Class VI permits. 24. Permit fees will not be paid by City of Miami Beach. 25. Coordination of Temporary Construction Easements with private property owners are not included as part of this scope. Page 114 of 19 Page 435 of 1502 Financial Project ID No's.:430444-1-56-01 ® Stantec Proposed BODR& Final Design for new Pump Stations and FM along SR 907/Alton Road From South of Ed Sullivan Drivel 43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 26.This scope only includes a design for up to four pump stations. Design of any additional pump station will require additional compensation. 27.This proposal assumes the pump station locations include the minimum required footprint to accommodate a new pump station, access driveway, harmonize flood elevation elements, and minimum clearances. If a new location is required based on limited PS site area, Stantec will request for additional compensation to evaluate optimal locations. 28. Public Outreach is not included in this scope of work Current FDOT Projects Information The City of Miami Beach water utility improvements detailed in this Scope of Work will be incorporated under FDOT project FPID No.430444-1-52-01 along SR 907/Alton Road,from south of Ed Sullivan Drive/43rd Street to W 63rd Street.This project is split into two projects. FPID 430444-1-56-01 is • from station 164+00(South of Ed/Sullivan Drive/43rd St)to station 206+00 and FPID 430444-1-56-02 from station 206+00 to end. Financial Project ID 430444-1-52-01 Project Manager: Humberto Gomez, P.E., C.P.M. Contact Number: (305)470-7390 Email: Humberto.Gomez@dot.state.fl.us FDOT Scope of Work: Roadway reconstruction, drainage improvements (including Storm water Pump Stations), intersection improvements, milling and resurfacing, adjustment of valves and manholes, sidewalk and curb ramps, signing and pavement markings signalization. Production Schedule: 430444-1-56-01 90% Plans Submittals-September 20th,2022 100% Plans Submittals-February 24th,2023 Plans Specifications and Estimate(PS&E)—April 21 sr,2025 Letting Date—July 30th,2025 Page 115 of 19 Page 436 of 1502 Financial Project ID No's.:429193-1-56-01 Stantec Proposed 8"/12"Water Main JPA Installation along SR 907/Alton Road From south of Ed Sullivan Drivel 43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 Exhibit B - Work Effort Spreadsheet Page 117 of 19 Page 437 of 1502 FINANCIAL PROJECT No.:430444-1-56-01 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ESTIMATE OF WORK EFFORT AND FEE 5 Stantec CONSULTANT: STANTEC CONSULTING SERVICES INC. WPI NO.:N/A DESCRIPTION:Proposed BODR,New Pump Stations and Force Main JPA Installation on SR 907/Alton Road. CONST.YR.2024-2025 COUNTY:MIAMI-DADE From:south of Ed Sullivan Drive/43rd Street To:W 63rd Street MANHOURS W A B TOTAL HOURLY 0 DESIGN FIXED TOTAL R ANALYSIS POST DESIGN WORK RATE FEE HOURLY ESTIMATED COST K &PLANS SERVICE EFFORT (W/OUT OM) (OM) RATE CLASSIFICATION ELEMENTS - S CHIEF ENGINEER 5% 393 45 438 _ $ 211.43 $23.52 $ 234.95 $103,002.08 _ T PROJECT MANAGER 15% 1,180 136 1315 _ $ 184.15 $20.48 $ 204.63 $269,129.38 _ A SENIOR ENGINEER 30% 2,359 271 2630 $ 150.20 $ 16.71 $ 166.91 $439,040.06 N PROJECT ENGINEER 15% 1,180 136 1315 $ 118.51 $ 13.18 $ 131.69 $173,198.69 - T SR.ENGINEERING TECHNICIAN 35% 2,752 316 3069 $ 79.32 $ 8.82 $ 88.14 $270,484.03 - E C SUB TOTAL 100% 7,864 904 8768 STANTEC SUB TOTAL $143.12 $1,254,854.24 $0.00 $0.00 - H $0.00 $0.00 - A $0.00 $0.00 - D O $0.00 $0.00 N 0 0 HADONNE SUB TOTAL $0.00 - N E SURVEY 4-MAN CREW-DAYS - • 50 SOFT DIGS&Survey for PS 100% 81 81 81 $1,215.44 $98,450.64 HADONNE SURVEY TOTAL $1,215.44 $98,450.64 If revised estimate,give reasons for revisions TOTAL CONTRACT FEE COMPUTATIONS-(STANTEC) Estimator Dave E.Clarke (a) Total Loaded Salary M Y $1,254,854.24 Date: 4/18/2022 (b) TOTAL OVERHEAD") $0.00 (c) OPERATING MARGINt.I^___,__, $0.00 (d) FCCMt3t _ $0.00 _`� Services for Hadonne Sub consultant are included in Sub activities 5&6 (e) DIRECT EXPENSE(4) _ $0.00 SUB TOTAL CONTRACT AMOUNT(LUMP SUM)-STANTEC $1,254,854.24 Notes: TOTAL CONTRACT FEE COMPUTATIONS(HADONNE) (1) Total Overhead(General)=Included in(a)Total Loaded Salary (a) Total Loaded Salary _ $0.00 (2) Operating Margin=Included in(a)Total Loaded Salary (b) TOTAL OVERHEAD") _ _ $0.00 (3) Facilities Capital Cost of Money(FCC)=Included in(a)Total Loaded Salary (c) OPERATING MARGIN(2) __� �__ $0.00 (4) Direct Reimbursables(Out-of-Picket)=Included in(a)Total Loaded Salary (d) FCCMt31 _ _ $0.00 (e) DIRECT EXPENSE(4) _ $0.00 TOTAL CONTRACT AMOUNT(LUMP SUM)-HADONNE j $0.00 SUB TOTAL CONTRACT-AMOUNT(LUMP SUM)-SURVEY $98,450.64 GRAND TOTAL CONTRACT AMOUNT(LUMP SUM)_ $1,353,304.88 Page 438 of 1502 1 of 13 Stantec Project No.: 1773xxxxx FTN.ANCI.AL PROJECT No.:4 3 044 4-1-56-01 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ESTIMATE OF WORK EFFORT AND FEE `' I CONSULTANT:STANTEC CONSULTING SP.RVICI•S INC. WPI NO.:WA DESCRIPTION:Propo6cd BOOR Nev./Pump Mations and Force Main IPA[retaliation on SR 907/Ahun Road CONBT:YR,2ULG3001 COUNTY:MIIAMII-DAUE From:mouth efEd Sullivan Drive/43rd Street To:W 63rd Street W I MANHOURS , O DEMAND PM TOTAL HOURLY EM FIXED TOTAL R ROURB (WlOUT FEE HOURLY ESTIMATED COST K Ohl) (Ohl) RATE TASKS % ELEMENTS • BOOR 368 $52,668.16 PM A COORDINATION 241 834.491.92 SUB TOTAL 609 STANTEC SUB TOTAL SS7.16a401 W ...MLNHOURS • HOURLY O WATER MAIN TOTAL RATE FIXED TOTAL RHOURS TOTAL MUM FEE HOURLY ESTIMATED COST K (W/011f (OM) RATE Ohl) TASKS ELEMENTS UPDATE90%PLANS 212 82 I I $30,340.91 SUBTOTAL, 212 82 STANTEC SUB TOTAL 130348.81 MANHOURS W O ORAL.E HOURLY !EWER • FIXED TOTAL TOTAL HOME TOTAL 8ifil8T7t RATEFEE HOURLY ESTIMATED COST K K (��� (Ohl) RATE TASKS % ELEMENTS 30%PLANS 1,082 60 5154,845.10 60%4 PLANS 1,499 96 $214,536.88 90t4 PLANS 1,048 % - $149,989.76 100%PLANS 668 96 $95,604.16 SUBTOTAL 4,297 % STANTEC SUB TOTAL S614r97341 W M ANHOURS HOURLY O FIXED TOTAL RTOT� � TOTAL 813T16TB' (W/��. FEE HOURLY ESTIMATED COST K OM) (OMO RATE TASKS 'A DFSUN ANALYSIS I18 516,888.16 30.4 PLANS 59 2 18,444.0E 60%PLANS 256 20 $36.638.72 90%PLANS 134 20 519,178.08 100%4 PLANS 65 20 59,302.80 SUB TOTAL 632 20 STANTEC SUB TOTAL SS0 451.84 W MANHOURS HOURLY O PERMITTING 4 FORT RATE FINED TOTAL R 'DON (W(OUT FEE HOURLY ESTIMATED COST K Ohl) (OD) RATE TASKS % PERMIT 268 S38,356.16 POSTUFSION 604 S86,444.48 SUB TOTAL 872 STANTEC SUB TOTAL $124,108.64 • W MANHOURS HOURLY 0 PS.A,B,C RUIN ISA• RATE FIXED TOTAL K 15B41 MI TOTAL TOTAL SHEETS (W/OUT FEE HOURLY ESTIMATED COST K HOURS Ohl) (Ono RATE TASKS N • DESIGN ANALYSIS 245 S35,064.40 30%PLANS 193 8 527,622.16 60°/.PLANS 584 43 S83,582.08 90.s PLANS 326 43 S46,657.12 100%PLANS (74 43 $24,902.88 PERMIT" 324 $46,370.88 WSTDLSKiN/ 300 $42,925.35 SUB TOTAL 2,146 43 STANTEC SUB TOTAL S307,124.87 STANTEC WITHOUT CONTINGENCY TOTAL HRS 6622 5947,729.37 STANTEC TOTAL SHEET COUNT 198 SURVEY AND SUE SERVICES $98,450.64 CONTINGENCY PS A,B,C 0 FM HRS 2146 $307,124.87 • GRAND TOTAL CONTGACT AMOUNT S1'353r11188 Page 439 of 1502 1 MI Stanlec Project No.:1773maX i Proposed BOOR,New Pump Slatlamand Faroe Mein JPA Inr siletlon on SR 907/Alton Road. FINANCIAL PROJECT No.:430444-1-58.01 BOOR.New PurroStetlosaw1 FermiMein§ ACTIVITY:A.BODRendPra MIDief9cettNeel SUI3ACTIVITY:1 ModemmAnelvde1 , BASS TASC OF NO.OF HOURS/ NO.OF TOTAL CADD REMARKS ESTIMATE UNITS UNIT SHEETS HOURS HOURS Review of Sewer System Master Plan and hydraulic model 1 LS 1 40 40 developed by Hazen and Sawyer for City of Miami Beach. Hydraulic and Modeling Evaluation and calculations to validate 2 number of pump stations proposed,size of new force mains 8 LS 1 90 90 size of relocated gravity sewer mains 3 Performing easement research and coordinating proposed EA 0 0 0 For 4 PS sites stdeches 4 Draft BODR LS 1 120 120 Includes lakeview gravity sewer BODR 5 Final BODR Including Workshop LS 1 100 100 6 Pretndnary drawings illustrating the PS site layout and new EA 4 18 72 Civil Demo/Existing,Civil Site Plan,8 Mechanical Section force man. 7 Hydraulic Calculations for Pup Selection EA 4 20 80 Assume 20 hrs for each station 8 Structural Calculations for PS buoyancy,wet well structure EA 4 20 80 Assume 20 tins for each station I 9 Coordinate with FPL for preliminary power upgrade,easement EA 4 20 80 requirements, 10 Caorrinate collection of field data for survey,geotech and SUE LS -1 10 10 11 Obtain utility design ticket and existing ut0ity information EA 12 2 24 Obtain Sunshine Onecall design ticket and existing utility information from UAIOs 12 Feld Reviews EA 3 8 24 Estimate is for 4 field visits @ 4 hours each(2 persons)and includes preparation,travel,and documentation time. Setup project maintenance of Ties,schedule updates,sub-consultant 13 Contract File(Set-up and maintenance) LS 1 50 50 management,progress reports etc.Assure approx 4 hrs per month for 12 months 14 FDOT Computation Book&Quantities LS 1 40 40 Quantities based on PS and new pipeline alignment 15 Bidding Support LS 1 100 100 Meetings with City of Miami Beach and FOOT; 16 Meeting Via Teams EA 2 4 8 Kick off meeting with City to discuss report and hydraulic model Meeting with FDOT to discuss location and alignment prior to - development of 60%design deliverable.Two attendees at 2 hrs each. Meetings with City of Miami Beach and FOOT; 17 Meetings In Person EA 2 4 8 Nick off meeting with City to discuss report and hydraulic model Meeting with FOOT to dsciss location and alignment prior to development of 60%design deliverable.Two attendees at 4 tins each. SUBACTIVITY SUBTOTAL 926 18 Quality Assurance/Quality Control % 5% 46 d� 4"e ..7N BItt"i ill,ltrt# a y��k }i*,.�y,1'2 r,14.;0 ,ateApN � ..r tt .k7;Iy a �N ra,Jlw�y r;:, Y 'e:t' i� v d 'h"' + VUFi� ill N '4r. 7kE.t%.� . r� a.cwf �I Nesk. '1+,'u'yk r` rN yr f Il ''4 , c. a . Y �e :b.a 'y r a Iry� 1 t..6,yk LN ,t a b :f.'f1 .ti° r w;l r'�7-iS'urttr ' •:txv¢',�''SG r; ?.. �,hw�,.f"1."aide.1. tra.nwotnE,.wsradn3';r,�v.:'rtG�c #i�41a'�S whGm4,'w�' .6E!wN�i' nr � I I !,,:il�`.94��.r�.'�'�'d7Yr,i. ?„ t;r�...: 2 of 13 Stamen Project No.:I773xxxxx Page 440 of 1502 Proposal BOOR Now Pm0 Ram ad FaraliOn RA IadYlm m BR507/ACm Rad. FINANCIAL PROJECT No.:03664460O1 DOOR.Nei Pump llatlaend FaroM IRO ACTIVITY:A/P$ 48 FY PLAN1 SUBACT1VITY:2 ICmQudlm PIe130%1 MASS TAM OF NC.OF 101R1Y NODE TOTAL CARO REMARKS !URINATE IMTD UNJT MINTS NOWLA HOURS PmeeFduWDfIsMalf3RWA GINl . 1 Coasted end Wm Steel 0 0 0 Deluded MD David Saes 2 LepadadRgM Shea 0 0 0 Indeed Mh Grady Sat 3 GaJaaNdw,AtbWlalon en!Aping SUledl/e Shed 0 0 0 ImubdGardm o Seen 4 Strad DON She 0 0 -[a 0 Ldudd WS Ord?!Sew 5 P5%9%Ri[dnp Rat SM 4 0 0 Mime of 30%nbde! 6 SWPPP Shed 2 0 0 Ndpald 70%[i6Mtl aro al PUll 7 IPS Ram Dad Sm.a Odd Sk.' I 4 44 I nplMadI i Seam. n I Pm"J Sabo rumrJl a Nun at SIDSde Sled 3 0 0 *Owl 30%abMA 9 Vtho VaAartl West Del 4 0 0 Ad meld 30%cbde! 10 Fwdale 5lOpol Shea 4 0 0 xd.td p 30%edmaal 11 Stetted ODD Slay 3 0 0 Nd Data 30%abnitl Pmp SentlansOrddreptle07101&I nvuloaarlm 12 New end 6Tdnde Sheet 3 0 0 NNW a 30%euanl151 13 Be Ste Film a Fq✓pneHBawtlae Steel 4 0 0 Napa b$3U la 30%0 , 14 tiomdnp Rai Pod4 0 0 wtJn21a 30%RAmil! 15 slope llreaRes UlePan sled 4 0 0 Ndpma 70%RlOnta! ar Bestial Oebib SAW 3 0 0 Wlpetd 30'11 stand 11 PuryCaed Pad Sedated Sled 4 0 0 NSW d 30%ed.dael __ 11 Caged Pad Odds Shed3 0 0 Ndpeld 30%eumd0! 19 R703.lAcn a4Nn00 W1ePm Sh eea 4 0 0 Ndped d 30%saddle! 20 WedelnSled 4 0 0 Nd pal d 30%edadIal Fara Win Or 4I0F 21 Ne9Shwedire Rai Sid 0 0 0 Irdeded MD Grad/9ma?? Gored Wes Skd 0 0 0 Ieluda Saw lMh Grady S 27 Lepadad Rq Rat Steed 0 0 0 Melded de Grady Sass 24 TmdamaOman atlta.rdTd1® steel 0 0 0 IrduOdtdnGwlq Sea 25,871O117 Fats resin PWJ Shed 6 a IS 20 Slnalyd WKS SAW 0 0 0 27 ShakdDadhlMudnp GRAD Seed DN4[ Sled 0 0 0 28 Spedd0.1. shed 0 0 0 29 Pawned endBauRw01$030a wd Nd ad ar ad De Shed 0 0 wn 0 30 Cate Barg Raab Shea 0 0 0 31 Tare CetalPaw Shea 0 0 0 32 TA<Coded TTpid Sedate Shod 0 0 0 33 Trak Costal Rm Shed 0 0 0 34 Plodded Daher/ LS 0 0 0 35 Phae Reda.Nedred EA 0 0 0 SUBACTIY1TY SUBTOTAL 240 36 Opal Assarcalluelly Cold % t: 5% 12 5.Y50tol L .X a J :a'1..0;::ti V!l F. ,1 1 7:.. .d.k ,rt. .. 1'1:'• .1211L (y8t 1 i `�0/ 4 `",+dy 3 0/13 Soma PmjRa No.:I713,ea.. Pea.411 d1502 Papa/RODS.low Wry SSdasrdl Rem Mehl JPA IraaCMlaian HI RJ7NKai Raid FINANCIAL PROJECT Na.:C 444-1i01 ACTIVITY:A5PAr4FY KAKI 9IRACTIVITY:2(CaMr11.1033 P{rr6GM LASS . TASK OF NO.OF N011Na IA.OF TOTAL CAOO REMARKS ESTIMATE UMT4 UNT I91E6T1 HOURS HOURS Mp RAG%RwllaiOrlftllCMl 1 Car Shed ad Iran Shut 0 0 0 Ialleede4tGrlry Seer 2 Leserdsaaw Rs Sheet 0 0 0 IrdWdMhOw4 Sear 3 Gerd Nais.At4sldca3 at/Piling Schedule Shsl 0 0 0 Irduded with GreAt7 Sewer 4 Srdad OKds Shed 0 0 0 IrduadMhGreep Sews 5 PnpSrGedn9Plsn Stet 4 18 84 6 SWPFP Sheet 2 18 32 4e4a4D74aaIPYddrSal e 7 PS Ran eel Sedum Cede Shad 41 24 I I 96 . Ray SlSlal.DrederROtrIarU 8 newel SPrade Steel 3 • 4 12 9 Valve Pl ted Wel tad Sod 4 32 128 10 FaadafaSdaa Sod 4 20 8) 11 Shatud Coles Mod 3 18 48 Rare Rdia.Or_lTF]strN!II Ira?oradrfal 12 Hansel SPMdl Sod 3 4 12 13 Sea Se Plat a EzipmetSwans Shed 4 12 48 14 Grandy Ran Sled 4 a 22 15 Rope Uaa Pad OlNren Sod 4 6 32 IS Markel Ode% / Bled 3 4 12 17 Rene O dPara Scheret Sod 4 8 32 18 Camd Par Deeds Shed 3 4 12 19 RN Reagan ad MNMauro Sod 4 0 32 20 Bcodds Sod 4 a 32 F4roMe11 Dry ells ' 21 Ka7Steens,Rio Sod 0 0 0 hdWedWMOrrery Seen 22 Gard Note Out 0 0 0 Included Mh(iait7 Soma 23 LeOadv6Ke7 Rai Sod 0 0 0 Waledelh GreilySer 24 TdaldondM cells mallard Tr40a Shed 0 0 0 elededteh OraltTSew 25 8110T12.Rae nab RenMene Sole Sty 6 16 W 26 Sleeted heels Sheet 0 0 0 27 Salad Dads Indedf5 Grotty Sev Mils Sra 0 0 0 28 Spada Dade Odd 0 0 0 29 Fomenad BaeRalingoreConeril Nand Sete% Stied 0 0 0 • 30 Sae MIN Repay Shed 0 0 0 31 Tree Coati Now Sod 0 0 0 32 Tale Control Typal Setae Shed 0 0 0 33 Talc Coed Ran Sod 0 0 0 39 Eedua Cabal IS 0 0 0 40 Mae Ba na/dios EA 0 0 0 SUBACTIVJTY SUBTOTAL am 41 IOu3¢AsararadhaO)Coed % 5% e ',4 1 ,7Jr 4 :.74' 4 MF b`&',. ; i I g 121 gfih . .. ' l Ik:%'��` 4 0l 13 Rom Pro*.He:1773oos. • Pepe442 d1502 PrVo id BOOR.NPMr061/3ni.0 Faro Mehl JFA tredtebl an al 607/Adm Rua FINANCIAL PROJECT No:43044444301 DOOR.Nee Pamad60e4nd FQoM/00 ACTIVITY:Aaau FM PLAN\ BIJBACTIVITY'2(CONI I 1m7 RSw W%1 SMS TAB( OF NO.OF HOURS' NOON TOTAL CA00 REMARKS ESTIMATE UNITS UNIT MEETS HOURS HOURS Pmp aW a s 0rool 0NO95 2910511 1 Coder Steel End llldm Sleet D 0 0 6rAi0e0s 7TGrvMry Sala 2 leperd.d Key Rat Sled 0 0 0 ntlidme4mfia6 a/Sa 3 cant NttanAarerntlme end sm46de Shed0 0 0 lidWme491 CteAhSew 4 Sdnerd2626A SNP 0 0 0 edulm yeti Green Sae. 5 Prop EEG 1ngFlan Seel 4 10 a 8 S4 PP Shot 2 Fggyr��� �1an 10 20 2 IFS Rees ere Sedans I I 4 R. NAPM4aIMial Ro¢I BaarOrNINpatIB(81 8 Nemen0 Syne Stml 3 2 de 8 9 Ver,V.ee WWI See 4 nee 16 R 10 Fou4E5.epet Shed 4 10 40 11 Snead Done Sled 3 4 12 P5r10 attarDraNp4E4tlrN1 A IRtralNIltllm 12 t ides r400ldds Shed 3 2 6 13 Elm SOe Plan 6E0dgna Berman Sled 4 S 24 14 Doadre No Steel 4 4 16 15 Redo o6 Reef eg Regan Stem 4 4 16 18 Ermine baste Steel 3 2 0 17 PurP Carfd Pad Sdalldk Steel4 4 16 16 Caned Fold nettle 51ed 3 4 12 19 R7UIaa0loned NMep Dlgem Sled 4 4 16 20 Scheele, Shed 4 4 16 Farce MI6 Orwnpr. 21 RgSI 4(7 Rey Red 0 0 0 'neaten WI Grain haw 22 Cenral Wen Shad 0 0 0 Indude0e6h Grade Sear 23 Ledod Key Sled 0 0 Lama 0 Iedodede6h Gaiq See. 2/ TaDdDna01ea4a and LE.4 TOdm Steel 0 0 0 IId 4Ith Grade Saw 25 811071?Form men RSYRol.Sheen Shed 12 R 25 Stunned(We Cud 0 0 0 27 Mandrel Dents IeLtdnp Greet/Sews Odle Steal 0 0 0 26 Spedd Deign Shed 0 0 0 29 PennalelBaoR4edaaloAGam4Ndmed0ean Shed 0 0 0 30 caa 6aln0 Rgna Shed0 0 0 31 TrdkOared Nab SW S 0 0 0 32 TreSeCoretl T/plcd Sedore Sled 0 0 0 33 Inds Coed Ran Sloe 0 0 0 • 39 Bec0mcWeer/ IS 0 0 0 40 Mee Revlon Mm6res EA 0 0 D SUBAC IVITYSUBTOTAL 436 41 IWdnFAoeaeoWdw Contra % 5% 22 5 0113 / Sueta Project Na 1773awe P.S.443 of ism ' 98 DOOR.Kw Pulp Qrlalead Fool Nis JPA IndII4Nn ofR OO,INton Rood FINANCIAL PROJECT NO.:f30644-1d6O1 Am.Nw Posen Ba2ooad FaoNlia2 V IPV1TY•A(PRIM FM R QM SJBACTIVITY'2 3Coetrtlslkn Rastgait BASS TAW OF NO.OF MOURN NO.OF TOTAL CAOD REMARKS _ ESTIMATE INTO MAT !HEM HOURS HOURS r Rrtq 81 Waa OwSO W mrd/Chlf 1 Color Red adlr o Steal 0 0 0 1d9040130(to la ly Sew 2 Least AdKq Nan Sheet 0 0 0 lidud{da6h Gravity w Be 3 GaerelMd.Ahhed®nsad PlphgwOde 9d Stud 0 0 0 IMnOedefi Hairy Sew .4 SaddOdls Shed 0 0 0 hduddeli Smite Sew 5 PAPSodlaiORa wl Sh 4 6 - N 6 SWPFP Shed 2 8 12 IPSRaw.dBemaa NR�111r1aN0lwDpeNetllI tld'' Roo Qmidnoaru0YV ' 8 8A,o ordSo8dr Seel 3 0 0 9 VdnV.Aad WNW' Shed 4 8 32 ID FerddMSapen Sled 4 6 24 11 Snarl OddM1 Shed 3 cO 0 0 Ropaalow0ddroDEIOlah i Initrummtlfol 12 Nola.and S,nbde Shad 3 0 0 13 Du Sib Pal 6EquIpla4Baratam Shd 4 4 16 14 Oerdy RanShod 4 2 8 ' 15 514pU28 Was Moan Shed 4 2 8 18 1719Nkd Odds Sled 3 0 0 ` 17 Pup Dodd Paul Satoh& Shed 4 2 8 . 18 Cored Pod00006 Stwt 3 0 0 19 RTULnman adM IN Omens Sled 4 2 8 20 Sabddw Stool1 2 8 Face Nis DelKOy 21 Key hea SAqn R Shoal 0 0 0 OdWtl reueelq Saw ?? General Rho Sleet 0 D 0 OdWrAr/Oi amity Sew A lr0atlad KeFRn DNA 0 0 0 IalubOeln Gaai¢Sea 24 TdtddeltlOsaka and LdmalTetlm SAW 0 0 0 1 Aub (4 deBh er0y Saw 25 a 10T1r Faso main Re9RoeeShed Shed 8 8 48 26 Simard Dole Shed 0 0 0 27 Su MI 1 Inching Olney wr eySapotes Shed 0 0 0 28 Spald Dads Sleet 0 0 0 29 Poem!!end Sae Redm88YGmad Nob ad DNA% Sheet 0 0 0 • 30 Coe Boln2Rdcr% Sled 0 0 0 CV 31 WYWYA8 Nab Steel 0 0 0 32 Trek Cued T,Pu'Swim Steel 0 0 0 33 Intro Corot Rn Shut 0 0 0 38 Onto*Wag LS 0 0 0 40 Riae RMwlbeSpr FA 0 0 0 ' SUBACTIVITY SUBTOTAL 2m •41 1aam Awuaee0e0y Cead M S% — 11 qJ ,e;Y�4F4.,YM 9 4:,^:?P'011: '4 , a ••n`,''F• 1.t: . u. I � * .. ".1 a15M 1�'4S1dlu ji 1'01�'k+k.7114�NaJ.1r17,..h e)4'1e. Kl,: • 6 of 13 Stm=Pfojat No:I,lhaaaa Foos444 Mld02 Propaeed BODR,New Pump Stationsand Force Main JPA I netallatIon on SR 907/Alton Rued. FINANCIAL PROJECT No.:430444-1-56-01 BODR.Near Pump Satlosand Force Mains ACTIVITY: A.(BODR aid Reliminay Skeichesi SUBACTIVITY:3 (PermItea BASIS ,— TASK OF NO.OF HOURS/ NO.OF TOTAL CADD REMARKS ESTIMATE UNITS UNIT SHEETS HOURS HOURS 1 Prepare Permit Applications FDEP EA 6 20 120 4 permit applications for each of the four Stations and 1 for the forcemain and Gravity Sewer 2 Prepare Permit Applications DERM Sewer EA 6 20 120 4 permit applications for each of the four Stations and 1 for the forcemain and Gravity Sewer 3 Prepare Permit Applications Building EA 4 20 80 4 permit applications for each of the four Stations 4 Prepare Permit Applications Public Works EA 4 16 L 64 4 permit applications for each of the four Stations 5 Coordination and RFI with Permitting Agencies EA 24 8 192 Assume two for each station(2x4),two for FM,and two for GS(3 packages) 6 Permit Meetings EA 4 4 16 Assume two meetings for each Pump Station and FM 7 Permit Fees LS . To be paid by City of Miami Beach. Stantec will request check from City once permit package is ready to be submitted. 1 ,:v,, r �, i I dJ I,.,n, �r'Yh ,r.Y....•,Po� rl..::9+,, .r9 ;,,.,.. I,.`.. .,", ' ..cb ,. I. �l ..hW:y�tF.tv.�brv.�;.w n,.:,. .,, ..u9i-,4>� +yp+n ?, 'i!�.`.r:,y...r,, x."U �9. �,.,,,: r.'Itt,.. � " - "Vdti`I ,� " ;,17.0,!:,---x ,ay .1'""W,d•y� I1,0. , 4.. • gpq,,A v.,. ,., 1 i ^Wh,.4 IP'I�Ur''.. ,'et"� i� .'r'X, t. ''<--F.- a.vy�,,f'u,}�'-,,,,�'Ni -n.,y�1i.1 4.11 i, I4!�14' y: 6 ;i�,�y � 5.sh. +t:.4[..rM1R �e ,�y+a!h k ;t bxP' �I�. �,+ 1. 4 .Q. :y �N. i ."�,„� ,,q�R;�yki 1G.3. �{,ty.�y� .,,x�.. i?w "k 1'I�t,,I�t:� i�`¢ni i a. 3 �. ��.Fii .k. . ,6 .. �b S `. .�}�`�.5 }� Y E nF�,�l�^n1c a.. J', F' r 'tl'1�� ,�'�9• .,'*�''�y q.�t.'�uq�.?di i�,l�l. '�°hM. ,���a...J�.v7 ,.H�m"C4,., „......dra(i.h r�l. ......•.,l .�s.'�...:»cY ,�,k�rw h„�F. � �,4..i,. ..�$� �Ct; _. J u,: '�.�..d Far'�..v.>�,LZf` ?�kJ^Jun.ia� i,7 i.P'kda7+.M:.�' ;5,.� ....�.. ... ,.'�. a�.¢.t ':�.. .!��'� 7 of 13 Stantec Project No.:1773xxxxx Page 445 of 1502 Proposed BODR,Nie Pump Stationsand Force Main JPA Indallation on SR 907/Alton Road. FINANCIAL PROJECT No.:430444-1-56.01 BODR.Nam Pump Statlosend Force Mains ACTIVITY:B.(POST DESIGN) SUBACTIVITY:4 (Poet Deep Servia* -- --- —__ _ __ -- BASIS — --- _ . 4 _ — _ TASK OF NO.OF HOURS/ NO.OF TOTAL CADD REMARKS ESTIMATE UNITS UNIT _ SHEETS _ HOURS HOURS 1 Post Design Services-Pre-Construction Meeting EA 2 4 8 Two persons including travel and meeting time 2 Shop Drawing Review EA 36 6 P16 Assume 6 for each PS and FM including resubmittals and assume 12 submittals to San Sewer 3 Engineering Assistance&RFI's EA 40 6 240 (3)PS,FM and San Sewer 4 Change Order Evalution and Recommendation EA 16 6 96 (3)PS,FM and San Sewer 5 Construction Site Visits EA 8 4 32 6 Start Up testing EA 4 12 48 7 Plans Update&Revisions EA 20 6 120 (3)PS,FM and San Sewer 8 Review Preliminary As-built Drawings Review EA 72 2 144 6 Pages for FM Design and 66 Pages for San Sewer �, t ,. , '. '.., ,- ..,:,': ,.. :-..:.. ,.,.', ,4 t.b,.w r•&, «S„* �,,.,ti,:.• g. ,y, ,:6. r^ • -Ff: „ i, i.,� a un, „� ,,,,lo I ;ei,,A , :,':.,d,y RsW.1, , , {�: 'il .i.•U. �. -..,,:.� [ S;,g'" •.)1. J' ci� Cf. '''N +{ i��.�h��7�, ,.:...{ � w i,,,.,^. �;:,1 M�,.�n � ,.. � +,., t.. �Y �, , �,�4 ., „� . � .�,�"'..r h5 :w;c�'c'r a�"',�,�`.IL M1'*et- :5 �+ ^;G.+�, �:�f.l.» °`` '�i" r�;. r.*��, „i�f„�, � ., :F ,[F �?'�:•. �.'.: 4 r�.�.khul3,..'��r ��,r'i ;C, „:. #,�' .p..,i:,�. •y�,, ..b. �'.�, !� '� �i @'� ,� �p: " ,rq.,�yp�;'� v; h, y �'. •?"., 'i� : , 'u, jA.#.,'*..:... ,+4 �:. •. 1-, „:.¢A k; q,.w M,,,. ,k. S,n . �. . d L.�.. :y.Z� ',a k� +hi i`, '_ .Qv r ,. 4' �a;��.,k�•„r,T,p'? ,•la::�:`.s..+.'-htn�„�*.:,7v a,ti �"..kan°'ik ..,.�.:b,t+W'."`�•V'� :s'-a�4!��uP+"5:': ti �a. �,. 7 �..',..no::�k?,i�.rv1ifW�..�}'4...w�s�l�vil,i�. �1S�,s: .jl C.t;r": �7 c�a:.� ��•�� .ty.��.,..r�.,.�.'. .Jrr.:. .. • '�.. .- �rwc� 8 of 13 Stantec Project No.:I773xxxxx Page 446 of 1502 Proposed a/10°Gravity Sewer JPA InatalIetlon m SR 907/Alton Roed. FINANCIAL PROJECT No.:430444-1-56-01 Gravity Sava„Plans ACTIVITY:A.(GRAVITY PLAN% SUBACTIVITY;2 (Canatructlm Plans3096) BASS TASK OF NO.OF HOURS/ NO.OF TOTAL CADD REMARKS ESTIMATE UNITS UNIT SHEETS HOURS HOURS r 1 Pipe Line Alignment 8 Design LS 1 100 100 Establish alignment an conncections for new force main and gravity sewer 2 Cover Sheet and Index Sheet 3 8 24 North project is split Into three projects and will have three separate key sheets,includes PS and FM plans 3 General Notes,Abbreviations and Piping Schedule Sheet 3 8 24 North project is split into three projects,includes PS and FM sets 4 Legend and Key Plan Sheet 6 8 48 North project is split into three projects,includes PS and FM sets(2 pages per project FPID) 5 Tabulation of Quantities and Lateral Tables Sheet 12 8 North project is split into three projects,includes PS and FM sets(each I pane fits 10-66SS panes plus 6FM=8 panes plus laterals) 6 Summary of Including Pipe segment,diameter,material,slope Sheet 3 8 24 North project is split into three projects,includes PS and FM sets and manholes 7 8°/1012718"Gravity Sewer Plan/Profile Sheets Sheet 66 10 660 8 Laterals Connections to Existing Manholes Sheet 0 0 0 9 Plan/Profile sheets(36-inch Water Main) Sheet 0 0 0 10 Fire Hydrant Connection Plan/Profile Sheets Sheet 0 0 0 11 Structural Details Sheet 0 0 0 12 Standard Details Sheet 3 6 18 North project is split into three projects 13 Typical Details Sheet 0 0 0 14 Pavement and Base Restoration/General Notes and Details Sheet 0 0 0 15 Traffic Control Analysis LS 0 0 0 Assumed under FDOT project 16 Traffic Control Notes Sheet 0 0 0 Assumed under FDOT project 17 Traffic Control Typical Sections Sheet 0 0 0 Assumed under FDOT project 18 Traffic Control Plan Sheet 0 0 0 Assumed under FDOT project 19 Phase Review Meetings EA 0 0 0 20 Prepare Construction Cost Estimate EA 3 12 36 Engineers estimate of probable cost in FDOT format 21 Special Provisions/Specifications/TOC LS 3 0 0 30%includes only TOC SUBACTIVITY SUBTOTAL 1030 22 Quality Assurance/Quality Control % 5% 52 . .., a „",n.. .r.. ,,..� ,., � ���� .fir. ,�.. ., ^5 ."'�y C sF" 4�f � .„:e.w ri 47!p.;�... .:r,, ,try•„,,. �°`� ^,y. {', v.:,/,• I k: ,�•,a n Iro,,n,f 1.• i�.. �9 n1. '£ ,.�o„.. F�:..i.,17 ., „,� ,I O.�l, rp n;- •Id u.k 'kn.�:1 f ,rl W�:h .. i,.Ii, la�e7u:, �i i dipp M4.., .„ ?'�� ,^CA'�r�v.G WI:76M h•r.ilh °'.Tam ,'�V"'Y.,r U P rryr v, <1 Val�'' 1n ,1' ;QtV'lJ::a nr�' tr "i!(0 �J,..I�„ '�IIA!,� I•�li,r, ,.a kit 7 . i, di y r t a u:%� IM,.. del V ). Yi.1, �7 , Wt�n M.. 9 6,,,: 'I. ;,�J}, J]s, r� �'�' ..',i.ak4t �.;;1 :'r lr kl z.(v rn y, f 4 k e. a }1 n. 1 yelt p;, ea'�u�+,..Ir6Si?�C�+^+�� �'.n7�p,:�e st..�.�,`#.r r't+'+�.un.•M�9„Y ®� ,.,...v.a.,.. .h. -a':u; x�i 7e�1,�,s'.•:S...k.,...J+: t'+Si':+'j�NM�d�,w.E4: .N'^� m�� ^N�i„�':�C��'���rr'>.9.Gw�'S� tfv ���.1 ,. :'� 'Y:. '''fJ�'.�#�.. 9 of 13 Stantec Project No.:1773xxxxx Page 447 of 1502 Proposed 8'/10' Gravity Saver JPA Installation on SR 907/Alton Road. FINANCIAL PROJECT No.:4301M-1-56-01 Gravity Slewer Plena ACTIVITY: A.(GRAVITY PLANS SUBACTIVITY:2 (Construction Plans60961 —,_ BASIS - - — TASK OF NO.OF HOURS/ NO.OF TOTAL CADD REMARKS ESTIMATE UNITS UNIT SHEETS HOURS HOURS 1 Cover Sheet and Index Sheet 3 6 18 North project is split into three projects and will have three separate key sheets,includes PS and FM plans 2 General Notes,Abbreviations and Piping Schedule Sheet 3 6. 18 North project is spit into three projects,includes PS and FM sets 3 Legend and Key Plan Sheet 6 6 36 North project is split into three projects,includes PS and FM sets(2 pages per project FPID) 4 Tabulation of Quantities and Lateral Tables Sheet 12 6 72 North project is split into three projects,includes PS and FM sets(each • Page fits 10-66SS panes plus 6FM=8 panes plus laterals) • 5 Summary of Including Pipe segment,diameter,material,slope Sheet 3 8 24 North project is split into three projects,includes PS and FM sets and manholes 6 8710'/17/18'Gravity Sewer Plan/Profile Sheets Sheet 66 16 1056 7 Laterals Connections to Existing Manholes Sheet 3 12 36 8 Plan/Profile sheets(36-inch Water Main) Sheet 0 0 0 9 Fire Hydrant Connection Plan/Profile Sheets Sheet 0 0 0 10 Structural Details Sheet 0 0 0 11 Standard Details Sheet 3 4 12 12 Typical Details Sheet 0 0 0 13 Pavement and Base Restoration/General Notes and Details Sheet 0 0 0 14 Traffic Control Analysis LS 0 0 0 Assumed under FDOT project 15 Traffic Control Notes Sheet 0 0 0 Assumed under FDOT project 16 Traffic Control Typical Sections Sheet 0 0 0 Assumed under FDOT project 17 Traffic Control Plan Sheet 0 0 0 Assumed under FDOT project 18 Phase Review Meetings EA 2 4 8 Attend Phase Review Meetings with City and FDOT During 60% Submittal. 19 Prepare Construction Cost Estimate EA 3 16 48 Engineers estimate of probable cost in FDOT format 20 Special Provisions/Specifications/TOC LS 1 100 100 • SUBACTIVITY SUBTOTAL. 1428 21 Quality Assurance/Quality Control % 5% 71 • ^:.°"'ar -sp,s AI.?: ' •irn •ti.'i �'t?,:;el .. ._a� �•: ' .e rJ i'e•1. ,a:'. t7 N� ta.., ,�X:..� �4•1:.l�" •.a `: t:' its `*.: IN r j' Z�ali. '` 1 i. e.y ;)6,4'r 1, i. e 74..,r is',1444 •4['itild", '' �. ' 1` 'r eN�4 f� D R Et0,� , '• i ii'M1 v •i - •rJ r^ s' py 4�, .! � �Fv,.�'.+ .a'.nwa ,S.-��'��i'r i _r.r��Y4.. .i a�"a:. �:'N$, ri•�:W&��*.,"�,1i.'�'f4�tn ��.':Rw.sE+7:ri.`�.akid3�bA$ier^.xuw'S!sturi':�L.�.kabti,.�7", ,�.k � �r't� �'�f:`t_...:...w.a� `.' .1;'.,?Ev? 'y`�%4.�'� '�4s e.t 10 of 13 Stantec Project No.:1773xxxxx Page 448 of 1502 Proposed 8'/10° Gravity Samar JPA Inatallatlon on SR 907/Alton Road. FINANCIAL PROJECT No.:430444-1-56-01 Gravrlpr Salta'Plano ACTIVITY: A.(GRAVITY PLANS SUBACTIVITY:2 (Construction Plana90%1 _.___ . BASS ._ .... -. - - - --- j TASK OF NO.OF HOURS, NO.OF TOTAL CADD REMARKS ESTIMATE UNITS UNIT SHEETS HOURS HOURS 1 Cover Sheet and Index Sheet 3 2 6 North project is split into three projects and will have three separate key sheets,includes PS and FM plans 2 General Notes,Abbreviations and Piping Schedule Sheet 3 2 6 North project is split into three projects,includes PS and FM sets 3 Legend and Key Plan Sheet 6 2 12 North project is split into three projects,includes PS and FM sets(2 pages per project FPID) 4 Tabulation of Quantities and Lateral Tables Sheet 12 4 48 North project is split into three projects,includes PS and FM sets(each page fits 10-66SS pages plus 6FM=8 pages plus laterals) 5 Summary of Including Pipe segment,diameter,material,slope Sheet 3 6 18 North project is split into three projects,includes PS and FM sets _ and manholes 6 8°/10'/12°/18'Gravity Sewer Plan/Profile Sheets Sheet 66 12 792 7 Laterals Connections to Existing Manholes Sheet 3 6 18 8 Plan/Profile sheets(36-inch Water Main) Sheet 0 0 0 9 Fire Hydrant Connection Plan/Profile Sheets Sheet 0 0 0 10 Structural Details Sheet 0 0 0 11 Standard Details Sheet 3 2 6 12 Typical Details Sheet 0 0 0 13 Pavement and Base Restoration/General Notes and Details Sheet 0 0 0 14 Traffic Control Analysis LS 0 0 0 Assumed under FOOT project 15 Traffic Control Notes Sheet 0 0 0 Assumed under FOOT project 16 Traffic Control Typical Sections Sheet 0 0 0 Assumed under FDOT project 17 Traffic Control Plan Sheet 0 0 0 Assumed under FOOT project 18 Phase Review Meetings EA 2 4 8 Attend Phase Review Meetings with City and FOOT During 90% Submittal. 19 Prepare Construction Cost Estimate EA 3 8 24 i 20 Special Provisions!Specifications!TOC LS 1 60 60 • SUBACTIVITY SUBTOTAL 99B 21 Quality Assurance/Quality Control % 5% 50 4 4'p ": • ;�.:�! ir y w: .:1n 4` 1,,F.- S � a i r };('''' d -•� {f .; 8."*.! :> .!1�.� � WfVn x ' �� w : ��ti 4 5' r . ,u-e` ?�0e 0. �Q 'ia '.'-i wt. i; ifal. %.,,,,,�r„ ,::',''. -.Ct,:�i7ii. rABJ9..FY.:1,xarr.?.lr4�&.M�,:�.rkv,,.IN. e ..LC.r�V,": ;2 �.4/Y1,i.4"i=,"3,� iw:.�;,�� ,..Al4.3 a. I.,0 ','. , 11 of 13 Stantec Project No.:1773xxxxx Page 449 of 1502 Proposed 8'/10' Gravity Sewer JPA I neallatlon on SR 907/Alton Road. . FINANCIAL PROJECT No.:430444-1-56-01 Gravity Slower Plana ACTIVITY: A.(GRAVITY PLANB4 SUBACTIVITY:2 (Construction Plans100961 - — _ _._ — - BASS._ _ TASK OF NO.OF HOURS NO.OF TOTAL CADD REMARKS ESTIMATE UNITS UNIT SHEETS HOURS HOURS 1 Cover Sheet and Index Sheet 3 0 p North project is split Into three projects and will have three separate key sheets,includes PS and FM plans 2 General Notes,Abbreviations and Piping Schedule Sheet 3 0 0 North project is split into three projects,includes PS and FM sets 3 Legend and Key Plan Sheet 6 0 0 North project is split into three projects,includes PS and FM sets(2 pages per project FPID) 4 Tabulation of Quantities and Lateral Tables Sheet 12 2 24 North project is split into three projects,includes PS and FM sets(each page fits 10-66SS panes plus 6FM=8 panes plus laterals) 5 Summary of Including Pipe segment,diameter,material,slope Sheet 3 2 6 North project is split into three projects,includes PS and FM sets and manholes , 6 8'/10"/12'/18'Gravity Sewer Plan/Profile Sheets Sheet 66 B 528 7 Laterals Connections to Existing Manholes Sheet 3 4 12 8 Plan/Profile sheets(36-inch Water Main) Sheet 0 0 0 9 Fire Hydrant Connection Plan/Profile Sheets Sheet 0 0 _ 0 10 Structural Details Sheet 0 0 0 11 Standard Details Sheet 3 0 0 12 Typical Details , Sheet 0 0 0 13 Pavement and Base Restoration/General Notes and Details Sheet 0 0 0 14 Traffic Control Analysis LS 0 0 0 Assumed under FDOT project 15 Traffic Control Notes Sheet 0 0 0 Assumed under FDOT project 16 Traffic Control Typical Sections Sheet 0 0 0 Assumed under FDOT project 17 Traffic Control Plan Sheet 0 0 0 Assumed under FDOT project - 18 Phase Review Meetings EA 2 4 8 Attend Phase Review Meetings with City and FDOT During 100% Submittal. 19 Prepare Construction Cost Estimate EA 3 6 18 . 20 Special Provisions/Specifications/TOC LS 1 40 40 SUBACTIVITY SUBTOTAL 636 21 Quality Assurance/Quality Control % 5% 32 .; , 4 ,.., „ a G. {,,e nix r V* r '.: 4�l +{. 1 1. f r,T h^r A r..,Nt .:PyL� �W '.tin; .I. i x .r'� .,yu '�k ,1' 2N MS�� f Y. �� Y n,�,:'?�V•'�.r�, t'. au ,f!' '� i iK, i,',.,.s r. ate, G A f^'54'a f .,v, t:t 1,,1 a 7 ,` y{ ,, a..�:fw"1. l tt,-4 i 44,,, r,'�d .!At,...' tip! p.a., :- �,�7 ,1. . t ax�'� �,,.�. .;1 a_�?'ti�;.1.�f 'k ,a,..a ti.. .. i.�:�:4.. . .. �:��. .0 r, ,��..?: +x�n.a.. a�,.,el.ac�kir'a9a?a.".Ss.��.:YR .i.::a.:�b�u�ah�'�G�� ��;":�,a�w�,dlw��'i".�� �ert„'�ii4�ty.tii�S}i4�7�.n}�:4;" �.'9 �':' . ._.. 12 of 13 Stantec-Project No.:1773xxxxx Page 450 of 1502 Propoed12/20'Water MelnJPA Installation anSi907/Alton Rood. FINANCIAL PROJECT Na:430444-156.01 WISST Mein Rero ACTIVITY:A.(WATER,FLAN SUBACTIVITY:2ICgltruWQl Rene 30%1 BASIS TASK OF NO.OF HOURS, NO.OF TOTAL CADD REMARKS . ESTIMATE UNITS UNIT SHEETS HOURS HOURS 1 Key Sheet/Key Plan Sheet 1 2 2 Update PM and FOOT Design standards and other FDOT project information 2 General Notes Sheet 1 2 2 Update FDOT design notes and vertify UNO contact list from 2018 3 Legend and Key Plan Sheet 3 0 0 No change from original scope 4 Tabulation of Quantities and Pay Item Notes Sheet 5 0 0 No change from original salpe 5 Summary of Valve and Manhole adjustment Sheet 1 0 0 No change from original scope 6 Summary of water meter service and service Ines Sheet 1 0 0 No change from original scope This includes all work to create elements showing the mainline 7 17 Water main Plan Sheet 24 4 96 alignment for both horizontal and vertical geometries in plan and profile portion of plan sheets for proposed water main and existing utilities per FOOT standards. This includes all work to create elements shaving the mainline 8 20'Water main Plan Sheet 16 4 64 alignment for both horizontal and vertical geometries in plan and profile portion of plan sheets for proposed water main and existing utilities per FDOT standards. This includes all work to create elements showing the side street 9 Laterals Connections Plan Sheet 19 2 38 alignment fa horizontal geometries in plan and profile potion of plan sheets for proposed water main and existing utilities per FOOT standards 10 Fire Hydrant Connection Plan/Profile Sheets Sheet 6 0 0 11 Structural Details Sheet 0 0 0 12 General Details Sheet 1 0 0 13 Typical Details Sheet 2 0 0 14 Pavement and Base Restaatron/General Notes and Details Sheet 1 0 0 No change from original scope 15 Cae Boring Reports Sheet 0 0 0 16 Traffic Control Notes Sheet 1 0 0 No change fran original soape 17 Traffic Conrad Typical Sedan Sheet 2 0 0 No change from original scope 18 Traffic Control Plan Sheet 30 0 0 No change from original save 19 Electronic Delivery LS 3 0 0 No change from original scope 20 Phase ReviewMeetngs EA 1 0 0 No change fran original scope 21 FDOT Submittals EA 4 0 0 No change fran original scope SUBACTIVITY SUBTOTAL 202 22 Quality Assurance/Celerity Centro' % 5% 10 Sf,!t yp �ru 9"`�' Si: t4}y��zu nF �a a' I 1 t'''t ..5�•5 4"'`rJ 9q�:w ,1•, y:a 3 d tiw' ik '-le,' '`LG`Swir'k';',.'?' `'7 'Yam].,i%-. 5e ','.,4":i. �M�}.. �.:mi... ,lu. 5 �rrl t.8n tiNk 3t- ��rr^a�P4.�,,ern,�lne�� �s, ;l.Aa.ieia,r,ou l,..., w,ia.....m?�Y ;� tr r f r W rttrs. 59 , r<. 13 of 13 Stmdec Project No.:I773xxxxx Page 451 of 1502 429193-1-56-01 Stantec ID Financlal ProjectNo's.: Proposed 8"/12"Water Main JPA Installation along SR 907/Alton Road From south of Ed Sullivan Drivel 43rd Street to W 63rd Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 • Tel:(305)445-2900 Fax:(305)445-3366 Exhibit C - Preliminary Engineer's Estimate of Probable Construction Cost Page 118 of 19 Page 452 of 1502 Financial Project ID No's.:429193-1-56-01 Stantec Proposed 8"/12"Water Main JPA Installation along SR 907/Alton Road From south of Ed Sullivan Drive/43rd Street to W 63'I Street Stantec Consulting Services Inc. Miami-Dade County, Florida 901 Ponce de Leon Boulevard Suite 900 Coral Gables FL 33134 Tel:(305)445-2900 Fax:(305)445-3366 Exhibit D - Alternatives from for PS and FM Improvements (Basins 28 A, _B, C & 15 A and B) from Wastewater Master Plan Page 119 of 19 Page 453 of 1502 19 e - t 1 A( j \ \t.4 \; 2 - rrs s. - r 1 Legend 8... i Lateral t e • t//( 6 A. 1 r QSewer Basins 6 c '9 29 - r b ,..•- w_A4 r.r w Sewer Pump Station t • Booster re . a Buhrsetete .�:°- u e`w - 44 a dy PP/Booster 6 e- r.. te `w \ ,._'-.�w _ _ b Sower Gravity Main ; e a . tea.Minting.Active 6 6 ; __ _ _ % e I —le MaMUna,Proposed ! a —+Tnald6w•AdMe ike u , c Mainland In Plain k +�. 1 Sewer Forte Main wwa Force Main 4., \.... i —Tronematlon Ferro Maas 'sr, .:..�'_. . b o 1% - ---•Abandoned In Flaw LJwamr -w1.+.eT 9. - -1 --- PARCEL sw w 15A ji .eves*_ -- wi•_ '1 w M 1r/ 4111111 - wiTao srw .. y. t _ 1r - I Wae091 6 6. e8 r gin° 1r _ w -_-- _ r• r rr. =-�� -.- 6Illik ril:Pu'r—.."'.„.iiik_ __rear _ _ - _ ! iI1 -- r r wxry:a rs —r r— a- r r- s 6 • 28C I r . 6 a. r a. L w • araru-.n.c.....rc...ur-• .sa1w.eu.la.•.�..rs..•+..rrar. auraaaar.rn_ - i IBami Beach it 1=— - ..�Yiamiaada County.FL Sewer System:Basin 15A815B ;, • . • /$ t ws,nsr Legend ea Sewer Literal - i Y r ; lstaW .. C •_ wnmsr __ Sewer Pump Station \\ 15B �� 1 • pry Pn • Bmeta - �-�_ ._ a Submersible ``f2 _ ' -' - - 4 b' sr pry PerBonster 4 ei • Serer GI•Yllr Main _ — `Sewer Fano Slain �Farte Main < —Tmm s §sion Fate Mein —•-•Mentioned In Pleas r w:Ta;cr- oSaver Wain ' BURDOKi3 .. r 'fir • a - •-- le .. t • 28B • "tee, y ''�',,;. �1 gg / - -- --_ _ fi f 5 4 - 28A se` • er € � ' wsaR . :. • - 28E.. 1.mas PAW se - .- • r f r.rr.o•.insa�w.c.�o-r.errw.nma-m.T..o.r,•.+w�r......-—..-. •rvew•�+s•_ . v�"�s�ter+ t 11 :- 4.d 1M Inw�.d.c�,FL Sewer System:Basin 28A 828E •• . -