Loading...
Resolution 2022-32225 RESOLUTION: 2022-32225 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 $404,808.41, PURSUANT TO THE CONSULTANT AGREEMENT, DATED FEBRUARY 24, 2017, BETWEEN THE CITY AND THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT); TO CONSTRUCT ADJUSTMENTS TO CITY-OWNED UTILITY FACILITIES LOCATED ALONG FDOT'S STATE ROAD 907/ALTON ROAD, FROM MICHIGAN AVENUE TO 43RD STREET (FM# ID 429193-1-56-01), AS PART OF THE RECONSTRUCTION OF THE FDOT ALTON ROAD PROJECT; SAID ALLOCATION INCREASING THE TOTAL AMOUNT OF THE ESTIMATED DESIGN FEES UNDER THE AGREEMENT TO $695,565.26 FROM PREVIOUSLY APPROVED FUNDING. WHEREAS, for the last few years, the Florida department of Transportation ('FDOT) has been working on the design and programming for the construction improvements along Alton Road/SR 907 from Michigan Avenue to Ed Sullivan Street/43rd Street (Project); and WHEREAS, FDOT has reached 60% design completion with the anticipated construction schedule to begin in February 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 By FDOT Consultant Agreement ("Agreement") to design the relocation of the existing water mains impacted by the proposed Project, in the amount $290,756.85; 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 the 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 $404,808.41, for a total estimated design fee of $695,565.26 ($290,756.85+ $404,808.41) to complete the design of the City-owned utilities contained within the Project limits, and as described in detail in the 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 43rd Street to 63' 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 $404,808.41 to FDOT, and FDOT will issue a supplemental agreement to the FDOT consultant performing the utility design work; 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 Michigan Avenue to 43' 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 $404,808.41, pursuant to the Consultant Agreement, dated February 24, 2017, between the City and the Florida Department of Transportation (FDOT); to construct adjustments to City-owned utility facilities located along FDOT's State Road 907/Alton Road, from Michigan Avenue to 43rd Street (FM# ID 429193-1-56-01), as part of the reconstruction of the FDOT Alton Road Project; said allocation increasing the total amount of the estimated design fees under the Agreement to $695,565.26 from previously approved funding. PASSED and ADOPTED this c2d day of J4/� 2022. ATTEST: JUL 1 5 2022 _ (?r''`B... Gelber, Mayor • 1N(ORP ORATED.' Raf el . Granado, City Clerk •.. <, APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION 1 'Z� City Attorney Date Resolutions -C7 N 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 $404,808.41, PURSUANT TO THE CONSULTANT AGREEMENT, DATED FEBRUARY 24, 2017, BETWEEN THE CITY AND THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT); TO CONSTRUCT ADJUSTMENTS TO CITY- OWNED UTILITY FACILITIES LOCATED ALONG FDOT'S STATE ROAD 907/ALTON ROAD, FROM MICHIGAN AVENUE TO 43RD STREET (FM# ID 429193-1-56-01), AS PART OF THE RECONSTRUCTION OF THE FDOT ALTON ROAD PROJECT; SAID ALLOCATION INCREASING THE TOTAL AMOUNT OF THE ESTIMATED DESIGN FEES UNDER THE AGREEMENT TO $695,565.26 FROM PREVIOUSLYAPPROVED FUNDING. RECOMMENDATION The Administration recommends that the Mayor and City Commission approve the allocation of additional design fees in the amount of $404,808.41 to the existing Agreement with FDOT to complete the design of the relocation and upgrades of the City-owned utilities along Alton Road, from Michigan Avenue to 43rd Street as part of the reconstruction of the FOOT Alton Road Project. BACKGROUND/HISTORY For the last few years, the Florida Department of Transportation ('FDOT') has been working on the design and programming for the construction improvements along Alton Road/SR 907, from Michigan Avenue to Ed Sullivan Street/43rd Street("Project"). FDOT has reached 60% design completion with construction anticipated to begin in February 2025. The Project will include elevating the road, drainage improvements, the installation of 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 FOOT executed a Utility Design Agreement ("Agreement") to design the relocation of the existing water mains impacted by the proposed Project, in the amount$290,756.85. Page 310 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. Therefore, 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 consultant, the parties have reached a fair and reasonable scope and fee for the additional effort, in the amount of $404,808.41; for a total design fee of $695,565.26 ($290,756.85 + $404,808.41). This amount is needed in order to complete the design of the City-owned utilities contained within the Project limits as described in detail in the scope of work, a copy of which is attached to the City Commission Memorandum 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 43rd Street to 63rd Street. If approved by the City Commission, the City will deposit the additional design fee to FDOT and FDOT will issue a supplemental agreement to their consultant that is performing the utility design. As determined through discussions with FDOT staff, an amendment to the existing agreement is not required as a result of this 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 of funding in the amount necessary for FDOT to issue a supplemental agreement to their 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 $404,808.41 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 allocation of additional design fees in the amount of $404,808.41 to the existing Agreement with FDOT to complete the design of the relocation and upgrades of the City-owned utilities along Alton Road, Page 311 of 1502 from Michigan Avenue to 43rd 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 ❑ 220720 Alton Mich-43 exhibit 1 original agreement o 220720 Alton Mich-43 exhibit 2 scope and fee o Resolution Page 312 of 1502 FDCTI Florida Department of Transportation RICK SCOTT 1000 NW I 1 1 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 Michigan Ave. to south of Ed Sullivan Dr./43'd St. Financial Project number: 429193-1-52-01 Utility Job Number: 429193-1-32-08 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$290,757.00 has been approved by the Department. Should additional information be required, please contact me at (305) 470-5235. Sincerely, • Ozzie anchez - Utility Coordinator Enclosures Page 313 of 1502 2aG - Z9341 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No.710-010-56 UTILITY DESIGN BY FDOT CONSULTANT AGREEMENT UTILITIES (AT UTILITY EXPENSE) ttita Financial Project ID: 429193-1-32-013 Federal Project ID: N/A County: Miami Dade State Road No.: 907 District Document No: Utility Agency/Owner(UAO): City of Miami Beach Pit THIS AGREEMENT,entered into this .Z day of f year of 21'1'1 ,by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION,hereinafter r rred 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 Rd. from Michigan Ave. to s/o Ed Sullivan Dr./43rd St., 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 6 Page 314 of 1502 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No.710-010-56 UTILITY DESIGN BY FDOT CONSULTANT AGREEMENT UTILITIES 11/14 (AT UTILITY EXPENSE) 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$290,756.85 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 the 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 described 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 2 of 6 Page 315 of 1502 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No.710-010-56 UTILITY DESIGN BY FDOT CONSULTANT AGREEMENT UTILITIES (AT UTILITY EXPENSE) 11n4 (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 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. 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 316 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 317 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: 51 cc. GRefriz s r5# p. � . Ass.; N( CI 1 11a j....1- { I boo Ceogr to dam• Miso.41 G , FL 37/ 39 I ►f to the FDOT: A,vre# .O sorO , alsfrcc,/ U1 Iifrti S 4clplmrs in.f.,i 16G0 rvlu k(t4 Aue.. (zoom 4tO2 3 M(o. , FL 331?-L - 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: [Nr No changes have been made to this Form Document and no Appendix entitled "Changes to Form Document" is attached. E 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 h- a av ecuted this Agreement effective the day and year first written. UTILITY: ' i� / BY: (Signature) ✓ APPROVED AS TO DATE: (Typed Name: WI ; .Aei)la FORM& LANGUAGE FOR EXECUTION (Typed Title: tt C b-_____ 6'AOZ, Recommend Approv by the District Utility IcelNAttomeyDote l BY: (Signature) _0'- 4 /.3&:iicr DATE: 2 /I FOOT Legal review C - BY: (Signature) L1 DATE: FEB 2 3 2017 District C nsel Page 5 of 6 Page 318 of 1502 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No 710-010-56 UTILITY DESIGN BY FDOT CONSULTANT AGREEMENT UTILITIES (AT UTILITY EXPENSE) 1t/4 STATE OF FLORIDA DEPARTMENT OF TRANS TATION BY: (Signature) DATE: Z/�/�7 (Typed Name: Harol 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 319 of 1502 Financial Project ID No's.: 429193-1-56-01 Stantec Proposed BODR& Final Design for new Pump Station and Gravity Sewer along SR 907/Alton Road From Michigan Ave to South of 43'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 . . :,1466 1.1Q.A;, yr�F,. 2 SCHEDULE 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. the project delays, FDOT changes to the roadway and drainage BODR and final recommendations— TBD designs and the City's desire to incorporate wastewater 60% Plans Submittals- September 20'h, 2022 improvements as a result. FDOT modifications include the addition 90% Plans Submittals- May 20`h, 2023 of a two-way protected bicycle lanes, additional pavement 100% Plans Submittals-August 31 St, 2023 widening, relocation of drainage inlets, adjustments of the curb and Plans Specifications and Estimate (PS&E) —August 191h, 2024 gutter, sidewalk and lighting, and adjustments of the roadway Letting Date — October 30'h, 2024 profile. Based on noted design changes FDOT will be resubmitting 60% and 90% submittals for the water main plans. The WM 3 ESTIMATE OF WORK EFFORT relocation plans will be resubmitted to FDOT and the City of Miami Beach at the 60% and 90% submittals and updated based on the See attached Estimate of Work Effort and Fee Spreadsheet — FDOT design changes. Exhibit B This amendment will also include a Basis of Design Report(BODR), final design, permitting, preparation of technical special provisions, electronic delivery and post design activities in relation to the installation of one (1) wastewater Pump Station, 200 LF of 8-inch 4 REQUEST TO UTILIZE/ADD SUB-CONSULTANT force main, 4, 000 LF of 8"/10"/12"/15"/18" and 10 manholes along Survey and SUE Sub-consultant to be utilized. SR 907/Alton Road from Michigan Avenue to south of 43 Street. See detailed scope in Exhibit A for additional information. Page I 1 of 4 Page 320 of 1502 Financial Project ID No's.: 429193-1-56-01 Stantec Proposed BODR& Final Design for new Pump Station and Gravity Sewer along SR 907/Alton Road From Michigan Ave to South of 43rd 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 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. Environmental services for contamination clean-up if encountered. 7 METHOD OF COMPENSATION The proposed services will be compensated in the form of a Lump Sum of $404, 808.41 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 4 Page 321 of 1502 Financial Project ID No's.: 429193-1-56-01 Stantec Proposed BODR& Final Design for new Pump Station and Gravity Sewer along SR 907/Alton Road From Michigan Ave to South of 43'1 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 1 10 SCOPE OF WORK Prepared For Stantec by: Approved for by City of Miami Beach by: Dave Clarke, P.E. Name Project Manager Name Name Name Sign ture 6-17-2022 Signature Date Reviewed and accepted for Stantec by: Date Ramon Castella, P.E. Name Vice-President Name Signature 6-17-2022 Date Page 13 of 4 Page 322 of 1502 Stantec Financial Project ID No's.: 429193-1-56-01 Proposed BODR& Final Design for new Pump Station and Gravity Sewer along SR 907/Alton Road From Michigan Ave to South of 43'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 Exhibit A - Scope of Services Page I 0 of 4 Page 323 of 1502 Financial Project ID No's.: 429193-1-56-01 Stantec Proposed BODR& Final Design for new Pump Station and Gravity Sewer 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 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 from Michigan to South of 43rd Street and identified wastewater improvements within Basin 28 E which include one (1) wastewater Pump Station, 200 LF of 8-inch force main, 4, 000 LF of 8"/10"/12"/15"/18" and 10 manholes. The number of pump stations, pipe sizes and lengths 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 determine the proposed improvements, conduct an analysis to determine the size of one (1) pump station and confirm the length and size of the gravity sewer and FM main along Alton Road golf course. In addition to the BODR, Stantec will also develop construction documents for the new Pump Station, force main and manholes which will include final design, permitting, specifications (per FDOT standards) and limited support during construction. ➢ 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 service area 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 sewer pump station capacity (if needed), size of proposed force main, and size of new gravity sewer system along Alton Road into the R/W from Michigan to Chase Avenue for existing and future conditions. A conceptual layout of proposed facilities prepared by the City is included in Exhibit D. Page I1of19 Page 324 of 1502 Financial Project ID No's.: 429193-1-56-01 Stantec Proposed BODR& Final Design for new Pump Station and Gravity Sewer 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 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 one (1) Pump Station design based on the BODR recommendations. o Installation of proposed gravity sewer and manholes as recommended in the BODR along SR 907/Alton Road from Michigan to Chase Avenue. y 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 Technical Special Provisions. o Prepare and resubmit 90% Detailed Engineer documents. The Scope of Work for this TWO includes the following: 1. Coordination with: a. Florida Dept. of Transportation (FDOT) b. City of Miami Beach Page I 2 of 19 Page 325 of 1502 Financial Project ID No's.: 429193-1-56-01 Stantec Proposed BODR& Final Design for new Pump Station and Gravity Sewer 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 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 Station 3. Supplement topographic survey and soft digs of the property for the new Pump station. 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 site 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 four (4) soft-dig locations at the pump station site. These field located utilities will be plotted on the survey for the 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. 8. BODR will include final design criteria and be submitted to permit agencies for review. Page l3of19 Page 326 of 1502 Financial Project ID No's.: 429193-1-56-01 CO Stantec Proposed BODR& Final Design for new Pump Station and Gravity Sewer 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 9. Stantec will design the pump station 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 harmonize grading with adjacent areas. 10. Coordinate power upgrade requirements with FPL. Stantec will identify the proposed upgrades required for the new pump station, 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 the new Pump Station based on the BODR recommendations along Alton Road at the recommended location in exhibit D. This will include design plans and project specifications. 12. The new pump station will be designed with a new wet well, new underground valve vault, backup generator, electrical equipment and privacy fence. 13. The pump station 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, 19 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) 1. Proposed Site Plan Page 14 of 19 Page 327 of 1502 Financial Project ID No's.: 429193-1-56-01 ® Stantec Proposed BODR& Final Design for new Pump Station and Gravity Sewer 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 2. Stormwater Pollution Prevention Plan (SWPPP) MECHANICAL 3. PS Plans, Sections and Details STRUCTURAL 4. Notes and Symbols 5. Valve Vault and Wet Well 6. Foundation Support 7. Structural Details ELECTRICAL & INSTRUMENTATION 8. Notes and Symbols 9. Electrical Site Plan 10. Equipment Elevations 11. Grounding Plans 12. Single Line Diagram and Riser Diagram 13. Electrical Details 14. Pump Control panel schematic 15. Control Panel Details Page I5of19 Page 328 of 1502 Financial Project ID No's.: 429193-1-56-01 Stantec Proposed BODR& Final Design for new Pump Station and Gravity Sewer 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 16. RTU Installation 17. Wiring Diagrams 18. Schedules New 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 Force main pipe alignment between proposed pump station and manhole on existing 18-inch gravity sewer on the west side of W 27 Street. 17. Detailed design (plan and profile) of 8/10/12/18" gravity sewer main and associated connections and appurtenances along SR 907/Alton Road, from Michigan Ave to Chase Avenue. 18. Detailed design (plan and profile) of 8" force main and associated connections and appurtenances on the west side of W 27 Street. 19. Preparation of Construction Plans (Gravity Sewer and Force Main 23 sheets): 1. Cover Sheet with Sheet Index 2. General Notes 4. Legend and Key Plan (2 sheets) 6. Tabulation of Quantities — Sanitary force main, manholes and fittings (2 sheets) 7. Plan and Profile for force main (1 sheet) 20. Plan and Profile for gravity sewer Including connections to Existing (13 Sheets) Page 16 of 19 Page 329 of 1502 Financial Project ID No's.: 429193-1-56-01 Stantec Proposed BODR& Final Design for new Pump Station and Gravity Sewer 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 22. Details (2) Permitting and Support and Applications 20. 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 21. 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 22. Provide bidding support to FDOT during procurement addressing questions from prospective bidders. 23. 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 Page 7 of 19 Page 330 of 1502 Financial Project ID No's.: 429193-1-56-01 Stantec Proposed BOOR& Final Design for new Pump Station and Gravity Sewer 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 d. Start-up Testing e. RFIs and Engineers Supplemental Instructions (ESI's) f. Field visits 24. Prepare Technical Special Provisions (TSPs) required for: a. Wastewater Pump Stations b. Sanitary Force main construction c. Gravity Sewer main construction d. Update water main construction specifications 25. Prepare Engineers Estimate of Probable Construction Cost in FDOT format 26. Electronic Delivery of the proposed design JPA per FDOT requirements and Final 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: Page I8of19 Page 331 of 1502 Financial Project ID No's.: 429193-1-56-01 Stantec Proposed BODR& Final Design for new Pump Station and Gravity Sewer 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 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). 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). Page 9 of 19 Page 332 of 1502 Financial Project ID No's.: 429193-1-56-01 ® Stantec Proposed BODR& Final Design for new Pump Station and Gravity Sewer 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 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. Lighting plans for the PS site is excluded from scope of work. 9. 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 10. Subsurface geotechnical investigations have been completed for the roadway design and provide sufficient data and design recommendations to complete the gravity sewer main design. Available data and geotechnical reports will be provided to the Engineer. 11.Additional Geotech information will be provided by the City at the PS sites to support design of the new Pump Stations. 12. CAD drawings will be in Microstation (FDOT Requirements) Page 1 10 of 19 Page 333 of 1502 Financial Project ID No's.: 429193-1-56-01 Stantec Proposed BODR& Final Design for new Pump Station and Gravity Sewer 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 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. Summary of Water and sanitary valve box & manhole adjustment provided a tabular table. 16. Design of sheet piling is not required for this project. 17. Prepare backout Utility Work Schedule for City of Miami Beach to review and sign. City will review schedule and submit to FDOT. 18. Line and lay drawings and fitting schedules are not required for this project. 19. Project limits of proposed water, force main and gravity sewer utility improvements do not extend beyond the limits of the proposed FDOT roadway construction. 20. 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. 21. 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. 22. Environmental services for contamination clean-up, if encountered, would be additional services and Stantec will be entitled for any effort required. 23. This scope does not include pump drawdown tests for existing sewer pump stations, or installations of pressure loggers to verify existing pumping conditions. 24. Permitting with City of Miami Beach Urban Forestry or Public Works is not included as part of this scope. 25. This scope does not include permitting with DERM's following departments - Pollution Remediation Section, Water Control, or obtaining Class I — Class VI permits. 26. Permit fees will not be paid by City of Miami Beach. 27. Coordination of Temporary Construction Easements with private property owners are not included as part of this scope. Page I11of19 Page 334 of 1502 Financial Project ID No's.: 429193-1-56-01 Stantec Proposed BODR& Final Design for new Pump Station and Gravity Sewer 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 28. This scope only includes a design for up to one new pump station. Design of any additional pump station will require additional compensation. 29. This proposal assumes the pump station location 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 an optimal location. 30. Public Outreach is not included in this scope of work Current FDOT Projects Information Project Manager: Raymond Valido, P.E. Contact Number: (305)470-5162 Email: Natalie. raymond.valido@dot.state.fl.us FDOT Scope of Work: Roadway reconstruction, intersection improvements, milling and resurfacing, adjustment of valves and manholes, sidewalk and curb ramps, signing and pavement markings signalization. Production Schedule: Plans Completed — February 24th, 2023 PS&E —August 19th, 2024 Letting Date — October 30th, 2024 Page 12 of 19 Page 335 of 1502 Financial Project ID No's.: 429193-1-56-01 Stantec Proposed BODR& Final Design for new Pump Station and Gravity Sewer 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 Exhibit B - Work Effort Spreadsheet Page 113 of 19 Page 336 of 1502 FINANCIAL PROJECT No.:429193-1-56-02 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 COUNTY:MIAMI-DADE From:Michigan Ave To:South of 43 Street MANHOURS W O A B TOTAL HOURLY DESIGN RATE FIXED TOTAL R ANALYSIS POST DESIGN WORK FEE HOURLY ESTIMATED COST K &PLANS SERVICE EFFORT (W/OUT OM) (OM) RATE CLASSIFICATION ELEMENTS _ _ S CHIEF ENGINEER 5% 116 14 130 $211.43 $23.52 $ 234.95 $30,543.50 T PROJECT MANAGER 15% 348 43 391 $184.15 $20.48 $ 204.63 $80,010.33 A SENIOR ENGINEER 30% 697 86 783 $150.20 $ 16.71 $ 166.91 $130,690.53 N PROJECT ENGINEER 15% 348 43 391 $118.51 $ 13.18 $ 131.69 $51,490.79 T SR.ENGINEERING TECHNICIAN 35% 813 100 913 $ 79.32 $ 8.82 $ 88.14 $80,471.82 E C SUB TOTAL 100% 3,693 286 2608 STANTEC SUB TOTAL $143.10 $373,206.97 H 0 0 $ 75.48 $ 8.12 $ 83.60 $0.00 - A _ 0 0 $ 45.95 $ 4.94 $ 50.89 $0.00 D 0 0 $ 90.68 $ 9.76 $ 100.44 $0.00 - O 0 0 $ 40.42 $ 4.35 $ 44.77 $0.00 - N N E HADONNE SUB TOTAL 0 $0.00 SOFT-DIG SURVEY 4-MAN CREW-DAYS SURVEY 20 SOFT DIGS&Survey for PS 100% 26.00 26 26 $1,215.44 $31,601.44 HADONNE SURVEY TOTAL $31,601.44 If revised estimate,give reasons for revisions TOTAL CONTRACT FEE COMPUTATIONS-(STANTEC) Estimator Dave E.Clarke (a) Total Loaded Salary _ _ $373,206.97 Date: 5/11/2022 (b) 'TOTALOVERHEADI' $0.00 (c) OPERATING MARGIN(2) $0.00 (d) FCCM(3) $0.00 Services for Hadonne Sub consultant are included in Sub activities 5&6 (e) DIRECT EXPENSE") $0.00 SUB TOTAL CONTRACT AMOUNT(LUMP SUM)-STANTEC $373,206.97 Notes: TOTAL CONTRACT FEE COMPUTATIONS(HADONNE) (I) 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 MARGINt2 $0.00 (4) Direct Reimbursables(Out-of-Picket)=Included in(a)Total Loaded Salary (d) FCCM13t $0.00 __ (e) DIRECT EXPENSEj4) $0.00 TOTAL CONTRACT AMOUNT(LUMP SUM)-HADONNE $0.00 SUB TOTAL CONTRACT AMOUNT(LUMP SUM)-SURVEY $31,601.44 GRAND TOTAL CONTRACT AMOUNT(LUMP SUM) $404,808.41 Page 337 of 1502 1 of 13 Stantec Project No.: 1773xxxxx ® Stantec CONSULTANT: STANTEC CONSULTING SERVICES INC. WPI NO.:N/A DESCRIPTION:Proposed BOOR,New Pump Stations and Face Mein JPA Installation on SR 907/A1ice Rod. COMM YR,2024 COUNTY:MIAMI-DADE Front:Michigan Ave To:Smith of 43 Street BI.ANHOURS W HOURLY O BODi AND A1TOTAL • RATE FIXED TOTAL R HOURS FEE HOURLY ESTIMATED COST (WX)UT K (OM) RATE �A OM) TASKS ELEMENTS BODE 220 S31,484.20 PM&COORDINATION 153 521,895.83 SUB TOTAL 373 STANTEC SUB TOTAL S53,380.03 W MAN HOURS HOI RLl O WATER MAIN TOTAL - RATE FIXED TOTAL R HOURS TOTAL SHUTS FEE HOURLY ESTIMATED COST K (W/OUT (OM) RATE 0111) TASKS ELEMENTS UPDATE 90%PLANS 266 38 I I 5311,056.9" SUB TOTAL 266 38 STANTEC SUB TOTAL $38,056.97' MANHOURS W HOI)R 1.1 O GRAVITY SIMMER FIXED TOTAL. R TOTAL>Y8T3 R VIE T1 U FEE HOURLY ESITD(09 I' TOTAL HOURS R (W/0U I K O5p (Ohl) RATE TASKS ELEMENTS 30%PLANS 204 16 S29,194.44 60%PLANS 332 22 547,512.52 90%PLANS 216 22 530,906.12 100%PLANS 134 22 S19,176.74 SUB TOTAL S86 22 STANTEC SUB TOTAL _ S126,789./12 w MANHOIIRS O HOURLY FIXED TOTAL RATE P9&Fei TOTAL. TOTAL SHEETS R FEE HOURLI ESTIBI.ATED COST K HOURS (W/OUT 1 OBI) (Ohl) RATE. TASKS DESIGN ANALYSIS 151 S21,609.61 30%PLANS 59 2 58,443.49 60•/a PLANS 2611 19 S37,208.60 90%PLANS 130 19 518,604.30 100%PLANS 65 19 S9,302.15 SUBTOTAL 665 19 STANTEC SUB TOTAL S95,168.15 µ BIANHOCRS HOURLI U IIl EU 10111. R DESIGN PERMITTING•POET (W/OIF.1. EEL HOUH1.1 ESTIMATED COST K OW (ONO RA II TASKS V. PERMIT 132 S18,890.52 POST DESIGN 286 S40,921.48 SUBTOTAL 418 STANTEC SUB TOTAL 71$9,112.00 STANTEC TOTAL FIRS 2608 S373,206.97 STANTEC TOTAL SHEET COUNT 79 SURVEY AND SUE SERVICES 0 131,6 1.44 GRAND TOTAL CONTRACT AMOUNT $604,808.41 Page 338 of 1502 1 of 1 Stantec Project No.:1773)cr0001 Proposed BODR,New Pump Stations and Force Main JPA Installation on SR 907/Alton Road. FINANCIAL PROJECT No.:429193-1-56-02 BOOR,New Pump Statios and Force Mains ACTIVITY. A.(BOOR and Prellminan Sketches)FM&PUMP STATION&GRAVITY SEWER SLBAC I IVIT Y:I (Deslpn Analssls) BASIS r.ASK OF NO.OF HOURS/ NO.OF TOTAL CADD RF\LARKS ESTIMATE UNITS _ UNIT SHEETS HOURS HOURS 1 Review of Sewer System Master Plan and hydraulic model LS 1 35 35 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& LS 1 35 35 size of relocated gravity sewer mains _ _ 3 Performing easement research and coordinating proposed EA 0 0 0 For 1 PS site sketches 4 Draft BODR LS 1 80 80 5 Final BODR Including Workshop LS 1 60 60 6 Preliminary drawings tlustrating the PS site layout aid new force EA 1 30 30 Civil Demo/Existing,Civil Site Plan,&Mechanical Section main, _ _ 7 Hydraulic Calculations for Pump Selection EA 1 40 40 Assume 40 hrs for each station 8 Structural Calculations for PS buoyancy,wet well structure EA 1 20 20 Assume 20 his for each station g Coordinate with FPL for preliminary power upgrade,easement EA 1 20 20 requirements, 10 Coordinate collection of field data for survey,geotech and SUE LS 1 10 10 11 Obtain utility design ticket and existing utility information EA 12 2 24 Obtain Sunshine Onecall design ticket and existing utility information from UA/Os 12 Field Reviews EA 3 8 24 Estimate is for 1 field visits @ 4 hours each(2 persons)and includes preparation,travel,and documentation time. Setup project,maintenance of files,schedule updates,sub-consultant 13 Contract File(Set-up and maintenance) LS 1 50 50 management,progress reports etc.Assume approx 4 hrs per month for 12 months 14 FDOT Computation Book&Quantities LS 1 24 24 Quantities based on PS and new pipeline alignment 15 Bidding Support LS 1 40 40 Meetings with City of Miami Beach and FOOT, 16 Meeting Ma Teams EA 4 4 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. Meetings with City of Miami Beach and FDOT. 17 Meetings In-Person EA 1 4 4 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. SUBACTIVITY SUBTOTAL Soo 18 Quality Assurance/Quality Control % 5% 25 . l 2 of 13 Stantec Project No.:1773xxxxx Page 339 of 1502 hoped RODR,No,hop Shebr.ed Fon.M.1.JPA 1.8,11179984 o.SR 904/Aho.Root FIN a NCI AL PROJECT Na:139193.1-56.02 DODR.Nor Pod Sado aid Force M.Ui 1C fl VIIY'A.al aad PM PLANSI IUD WI'IVIIY:2(C9w.rrtlx Ph e.30:41 RASo. T\Sh or NO OP MOURN AQOP TOTAL CORD R13URNN ESTIMATE UNITA COlT 641115 HOURS NOT RS 114444edleo Ured.O'G••er.PCNR 1 Ce.SAed aA Aldo }III 0 0 0 Indo0d.M1 Gory BwIRr 2 Ladd end To Pb, Sad 0 0 0 IM 1i R011tONMESam 3 G.v.l Nola A0Orede o..od PIpI�Seb01e Sled it 0 I 0 •In:4W. Gorily Sam 4 Standard Ddd. Owl 0 I 0 0 ndId 421 Gaw NON Spew S Pop So/GnarlR.n SM OR R 1 0 0 NRId 30%05100 ifSRR9' sled 1 0 0 Ndpdd 3071947944 Ed ..Db 1 rowe are.pAleei odd 7 PSOw Ind SodaRIDdlh I SYw1 1 I tl b l Pod SMIre.UrnbPSrr..n rat 0 N.Rr end BP..de 96ad 1 0 0 Ndpald 20ll RlonlY 9 Vdw Va0 44.0 lYd..1 8hM 1 0 0 Nd pald 30%91184141 10 Ford Rd nS.OpeI 81 I 0 0 Not Art d 3IM6.814144 11 SERUM NON BIRd 1 0 0 Na pal of 30%.J0000 Poop Sbtbw Dr Weld 11.476891 a Isar.we....loe --- _ 12 Who od Sp10de Shot 1 D 0 Ndpatd 309tated19 15 ON SIN PM.d EORtpwgEbrrwo SMd 2 0 0 Nd pal d 001418991e4 1/ G.e.l01W Fin SIIM 1 D 0 MOM DI 71914I0844e1 15 SYIp.Lir 0 Orr Dlgan 8hM 1 0 0 Nat pot d dle 70Y.dol 11021449801041414 d SA. 1 0 0 Not pal d 70%uanlla 17 02$CceOalPad SeYMk NON 1 0 0 --- Not pwld 70'R444701II 16 CmM Pod Odds Owl 1 0 0 Nata1d p 70%44411141 19 RTU174411I0074 Wad CIR31Rw Shag 2 0 0 Ndwtd w p 30% o.Rld 20 0946 0. Shed 1 0 0 401p4/101 30%%tea/ Vero Aol.D...I . _-'- 21 0$Owe*den MEd 0 0 0 I741s0Rd 42 eRr Ora*SR 22 OmniNplw Mod 0 0 0 Ind90d dN Gary Saw 27 LAWN Rm ARppbt Owl0 0 0 IIAL.dIdRM fiolry Saw 24 1044 2 a 9lr0141.8761 1JMd Todd SEW 0 0 Ire 4.dRMGDM Soar 25 610 Hr Pop man Ron SEW1 0 1 26 50Md.l0 ecI0 019741 0 0 0 27 Sad5d Odd.Youdnp Gary Sara Dodo OM 0 0 0 26 Speed Odd. SOd 0 0 0 20 PD..rd end Boo RrleeloNCwrr0 NOM OM DOWN Shed 0 0 0 30 (AnBOU9 Redd. 5Md 0 0 0 31 Telk Cold NOM Sod 0 0 0 37 Told Con09 T9R05491wo SI441 0 0 0 33 Tralk Ce.d Rd SEW 0 0 0 3/ E14c0OM Od1RT LS 0 0 0 35 Plum Rw e. lb.tln0. EA 0 0 0 SUBACTIVITY SUBTOTAL 60 38 o yAre.A.O ly Cold % 5% 3 Z : jimmoi moo r • 3 0,13 I.wb9 Pm*.W:1775..... Page 340 of 1502 P.opud BOWL New 1,,St.6o...ed force 5I.i.JP l I..9I WN.es SN Wm...med. FIS 15(1 LL PNWr('T No.:e29193-1-46-01 NUM No,P.M,S10144 awl fan 51416L e.T1YIf V'A.Itlr4 eu e.taa 5119 N.TIVI rY3(Caal...lr Paw ee 51 aar TOOL OF NU.Of 14(41W N0.OI Thal. CAOA 1114141W I6rWAT6 UNITS UNIT MITATT 406144 IIOOM. _ Pay Gyre...I53 FCI 1 1 OW Slue e4M N Wed 0 0 0 VFW*wn Ga.lyMum 2 Lyldod Nu PYI Bnt 0 0 0 *UAWdth Sem 3 Gawd Nolo.NOmidipm and F rd STOW. Ynt 0 0 0 edlm dlh Grayly Soy 4 13Ied.000314 sled 0 0 0 au0 d .6tdh01.1 w y9. _ 5 pm mown,'Pun Oddly Awl1.4.120100 U 1 NI 16 — — 6 BMW 9N.a 1 16 16 INS Pbed e.db.L0M11Y __.-. I epeesI 1 1__I N 1_.I . Pry WY*le..Y193e.4e.411 --• Nemo,Il.0ae eIr 1 9 e _ 9 *he shad 1 36 W I A 10 Ford**Ikppol 9e.1 I 22 20 11 Shahid Odd. shed I 16 1e - row e1M..s O.a•rarNe.ld alb lrnwoem _. 12 Nda ad*FM* Shy 1 e e I - -- 13 Ehc 9a Pal adElNpr 5Eel.r I. sled 2 12 91 14 Gra116u Pen Shad I 9 ' 6 15 91Iy1L9W$RNa Coen Sur 1 I I •16 Book*Oril. shed 1 e e l tI RI.pCm Molt Pad old Sled 1 6 e - 16 Coal Poll 00214 91441 1 0 e 19 RNIre1Nad.owl MIT 0l.gne 613214 2 e k '--- 20 5d1494e 911.d I e I __ -- V %.r 11.ewl.f _ 21 Nay 9led991114n fled 0 0 0 Ohre*5Onrdy Soar 22 W0011054 Shod 0 0 0 Inckdo3.6h Gorily Sum 23 Ly19ad1l4F Fin IMF 0 0 0 .F360e15 Grayly Saw 24 tau**,dames.adUMW Olds el1.d 0 0 0 e04140NO045114 say 26 COON?FanINM PS sent 1 1e 1e 26 Sh.wd odd. LINO 0 0 0 -2, 9eld d0Y WWI*Govir Slw OMw Ghee 0 0 0 —. -- - 1e *di CMOs Moe 0 0 0 29 Palma1 FM Or R.11or4asOruNl Nwed Wd. SIr 0 0 0 — --30 Coo Oahu Nuea SIr 0 0 0 31 TreeeCO.d Nall 5rr 0 0 0 32 Tlllk C11r11Pd5tlde Sb.I 0 0 0 ~33 TaleCd Pen e. Say 0 0 0 36 Babe Mu* IS 0 0 0 8 11w Ruler WIMP EA 0 0 0 IUMCTMTY WUITOTAL 30 36 Madly AdousuO.MCued % ! A -- r ..... • .. ,....,H:•-.,,.,„ e of 111 54444.e Pniaf Ne.:ITeha..S Page 341 of 1502 Proposed NOON.New P.np Starless sad Force 31elo JP 3 l.ee.l0rio.so SR 1e71Slum Rawl Pi 35("1 Al.PROM'T No.:129191-1-5602 4032ll Ns.Pam 5r0•aid Fora 31aloF e{[nvrrY.A-Qra.e nit/ m DitATI333Y 1(Coallra1M Prop rOso USN Tull( or fU.UI 1.IX1164 lamp 17I734. c36D 114:4110/6 UNIINATL. UR11N UNIT SHUTS NO(2L6 HOURS 6rIW1 nhlwU _. 1 Cow Y.11adWar Mod 0 0 0 balr6.nGmry Saw. -_2 LOW4796gyPM Moe 0 0 0 Inaumawn p w -_ n arty Serf 3 0m00114. 02bee.1Pb10e6r6M K1W XXI 0 r 0 0. baM Fe6.16 GINl Saw i 61•46N DOW Mae 0 0 0 YIGub16116*My haw 5 Fr. erra0 FI.1(b6ARILan.1e9ePY 10 p Ma. 1 7e 10 6 9641799 Mee 1 10 10 7 lll IPS Pbrd 6idlw I aw I "2 ] 12 I I hay01rIr OaewYpL.ar.na M Ne.rdMrlbnb area 4 9 NY.Y•er1WI.N "----- ON I le 1* 10 Fe dnion Scowl aas I 10 10 II Sulu*Moe are 1 4 4 rm.erea. e rp- OF6be•le1•W I46nrom • 12 New RIO 307694 1 -a.( 1 2 2 1 13 134c rrFNn 4n6Er.pwMe*Fbr. ar 2 6 12 14 GI00*3p Mr 3111 1 4 4 15 On.LIr4 RixOYorn are 1 t a 16 1344106410440 are 1 2 2 17 M9 Corral al P 604nik ash I 4 4 te Clue Pall.Oarr ONO 1 4 4 19 RIU 1aWslrr FF'ry Dow. '-- Mud 2 4 6 --- - m adr6r ar 1 4 4 - _ row Mar Dlwkasrw.w- _ --._... r..31a13 oa..4. zt 146 Ma.A(gPNn Mee 0 0 0 Included sin pm,Sew 22 *well Nam Mr 0 0 0 In7i4Orlyur 1.IR p 9 73 Laerd.d Ry PY1 are 0 0 0 ILSr.dwen pay sear 24 TllYlenaOrlMWaldlelre Tarr Syr 0 0 0 b1a96c.en p•4w 9e 25 r,WIIrFe.a rl rnP *ER1 12 12 26 5opavtlar Ok Sri 0 0 0 27 9•Iyld DClrwo 91 DMF Maw 0ear Mlle 0 0 0 r 1 ek taw. 0 0 0 --70 1101Ri Or 29 Pawlrl wd 6w Rrerrla>.l.r N61.•d Daly a.. 0 0 0 33 Coe reap Raper 6M 0 0 0 31 Teak Cara Nola Se. 0 0 0 32 1s16Caecl TlPer Sakes are 0 0 0 33 Tlek C•.r Prn a.e 0 0 0 34 Barak Oelwy tO 0 0 0 • 35 Pim 01440,aMp EA 0 0 0 ��- NJSACCIINTY 8UMTOTK 171 36 ORMNanra1]YyCaes % ae 6 ---------- 5,113 Page 342 of 1502 Premed YOUR.MP.Pomp Sawn..a Four.I.,JP\...IRO.o.SW POT 1uo..l.m1. FIN\NCI IL PROJECT No.:C91H3.1-9641 DODR.:.n FUR Hall...W Fon,',OW e('pyRy.A OPa oe 12L191Aall Sl!tl.1(:IIVI I'1':3 LCoaa,adYo Ro IN%I saws T VIA ON IaI OT NOUN* SOON TOTAL CUID ■E49NYE f T1 Al\TE UNITS UNIT BNol) DOVE HOURS - -- nnp_arlw Doeloa♦CAVYa.S I Cur Ave AY'dr Sled 0 0 0 naoVMM A d. Gy9. 2 1*Pwn36B6P1a DM 0 0 0 Woad T11IGrAy99ae 3 Crrnr.l llplr.p00oi.lvaad PbYq 9891180 SFA 0 0 0 .dlbdeTGn9wy9w 00/000D9oN 91A - 0 0 0 TOWN aD101afy 89ae 9 Pnv0000N084 bl 98101 I 6 6 6 9NPPP 99A 1 6 6 MOWN De. MaY.b1 T Mad Selby&Da99, N1. 11111111311—O Po"Volvo 138w1a.rYaaeM1 B Adoad9PIDl + 0 V Sll. 0 9 WAVY al Na.r -_. DA I B I ...— 10 udaal&WA Sol I 6 Fa 6 II 9 .1000 NA 1 0 0 PA..9YIYo D..Nw.DYaelNla IrlremaaIV 12 ND990019PV98 Dal I 0 0 13 Eaa9r PIA Ant Eaga•BBR.1919 RNA 2 4 e 14 f*a*10N1n P Sol I 2 x 15 9 BL4.&Pew Ogan AwlI 2 2 —. 16 E1.9 OM% VAN I 0 A0 10 PagCan9Y Pawl60r9r. 91A / 2 2 19 03310118908100101. Owe 1 0 0 • 19 RN.YlalwadWEao C0vAA NA 2 2 4 -.- --- - 20 &MOM D 1 2Owlx Tam 9o19a.9aoawioNo9NIYv Pow 91999 bwls 21 E09004411.4 PIN NA 0 0 0 I18081908411liMy S.A a o..rxa. Owl0 0 0 asm.11G.9NyBum 23 I.oanaWEAwl.y POI D 0 0 0 04,000E0101 Gr..ly Saxe --- x• TO MO,a 2uaoo=ILI.l Talo NA 0 0 0 0dad.d AnnGmly Sam -- 25 6yt0'H2 ..II.IPDn&P.NN MOO I I e 26 SIrI .lOaa. DI.0 0 0 0 1y DrlD.d DO*.anlogcl9.9y s..a Disk Dal 0 0 0 xe Axil Dais NA 0 0 0 eAvow!.l6wRllaaoq.r.l Nolo worr SAY 0 0 0 - - - - >o ca.se9yNpa0 Nr 0 0 0 31 TNla Ce Now 0 w 0 _. - ---- 02 TIaN CaA TypVl8lalpla Sol 0 0 - 0 ----- 31 Trek 00O0PIn Dal 0 0 0 _�- - -- 34 Elaol9O00o9 LS 0 0 0 - --- 36 Prow Ra+M.1p0. FA 0 0 0 BUBACTMTYSUBTOTAI a ---- b OLIhMunni AIaM CAMAS " { R �1!�■ �Yi�M 9y, 9 l +I ` -In.MJ1,ILW'40T 1— a,'*TIPRIPI*IM^Ttld'RIIRIIfE6:. 4 ,. 1 1 s 40'11• ` 7.. fio11J Page 343 of 1502 Proposed BODR,New Pump Stations and Force Main JPA Installation on SR 907/Alton Road. FINANCIAL PROJECT No.:429193-1-56-02 BODR,New Pump Statios and Force Mains ACTIVITY: A.(PS and FM PLANS) SUBACTIVITY:3 (Permits) BASIS TASK OF NO.OF HOURS/ NO.OF TOTAL CADD REMARKS ESTIMATE UNITS UNIT SHEETS HOURS HOURS 1 Prepare Permit Applications FDEP EA 1 20 20 1 permit applications for 1 PS,1 for the forcemain and 1 Gravity Sewer 2 Prepare Permit Applications DERM Sewer EA 1 20 20 1 permit applications for 1 PS,1 for the forcemain and 1 Gravity Sewer 3 Prepare Permit Applications Building EA 1 20 20 1 permit applications for 1 PS,1 for the forcemain and 1 Gravity Sewer 4 Prepare Permit Applications Public Works EA 1 16 16 1 permit applications for 1 PS,1 for the forcemain and 1 Gravity Sewer 5 Coordination and RFI with Permitting Agencies EA 6 8 48 Assume two for PS,FM,GS 6 Permit Meetings EA 2 4 8 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. 7 of 13 Stantec Project No.: I773xxxxx Page 344 of 1502 Proposed BOOR,New Pump Station and Force Main JPA Installation on SR 907/Alton Road. FINANCIAL PROJECT No.:429193-1-56-02 BODR.New Pomo Station and Force Maine ACTIVITY,&(POST DESIGN)I-M$c PUMP STATION $UBACTIVITY:4(Post Design Serviced BASIS TASK OF NO.OF HOURSI NO.OF TOTAL CARD REMIA RKS FS'FlalATE UNITS UNIT SHEETS HOURS HOURS 1 Post Design Servioes-PreConstrudion Meeting EA 2 4 8 Two persons including travel and meeting Ism 2 Shop Drawing Review EA 12 6 72 Assume 6 for each PS and FM including resubmittaS and 12 for sand ' Sawa' 3 Engineering Assistance 6 RFI's EA 12 6 72 PS,FM and San Sewer 4 Change Order Evalubon and recommendation EA 4 6 24 PS,FM and San Sewer _ 5 Construction Site Visits EA 4 4 16 6 Start Up lasting EA 1 12 12 7 Plans Update&Revisions EA 8 6 48 PS,FM and San Sewer 8 Review Preliminary Asbuit Drawings Review EA 17 2 34 2 Pages for FM Design and 11 Pages for San Sewer • 8 of 13 Stantec Project No.:1773saxat Page 345 of 1502 Proposed 8"/10"/12"/18"Gravity Sewer Main JPA Installation on SR 907/Alton Road. FINANCIAL PROJECT No.:429193-1-56-02 Gravity Sewer Plans ACTIVITY: A.(GRAVITY SEWER PLANS) SUBACTIVITY:2 (Construction Plans 30%) BASIS TASK OF NO.OF HOURS/ NO.OF TOTAL. CADD REMARKS ESTIMATE UNITS _ UNIT SHEETS HOURS )LOURS 1 Pipe Line Alignment 8 Design LS 1 100 100 2 Cover Sheet and Index Sheet 1 8 8 includes PS,FM and Gravity Sewer 3 General Notes,Abbreviations and Piping Schedule Sheet 1 8 8 includes PS,FM and Gravity Sewer 4 Legend and Key Plan Sheet 2 8 16 includes PS,FM and Gravity Sewer 5 Tabulation of Quantities and Lateral Tables Sheet 2 8 16 includes PS,FM and Gravity Sewer 6 Summary of Including Pipe segment,diameter,material,slope Sheet 1 8 8 includes PS,FM and Gravity Sewer and manholes _ _ 7 8710112718"Gravity Sewer Plan/Profile Sheets Sheet 11 10 110 8 Laterals Connections to Existing Manholes Sheet 2 0 0 Not part of 30%Submittal 9 Standard Details Sheet 2 8 16 includes PS,FM and Gravity Sewer 10 Typical Details Sheet 0 0 0 11 Pavement and Base Restoration/General Notes and Details Sheet 0 0 0 12 Traffic Control Analysis LS 0 40 0 Assumed under FDOT project 13 Traffic Control Notes Sheet 0 0 0 14 Traffic Control Typical Sections Sheet 0 0 0 15 Traffic Control Plan Sheet 0 0 0 16 Phase Review Meetings EA 0 0 0 17 Prepare Construction Cost Estimate LS 1 12 12 Engineers estimate of probable cost in FDOT format 18 Special Provisions/Specifications/TOC LS 1 0 0 Not part of 30%Submittal SUBACTIVITY SUBTOTAL 194 19 Quality Assurance/Quality Control % 5% 10 ..I?°"'^ i"1'�"t•' `T i"I°�Ti ^' :ER 'R�t'�.�„ M.�ni' +. r �wP" `„" 1 .,,.. .T..;•u.fi• . r ,..,.r-a-. •,. .. e.. ,.�,a, a. ., 9 of 13 Stantec Project No.: I773xxxxx Page 346 of 1502 Proposed 8"/10"/12"/18"Gravity Sewer Main JPA Installation on SR 907/Alton Road. FINANCIAL PROJECT No.:429193-1-56-02 Gravity Sewer Plans ACTIVITY: A.(GRAVITY SEWER PLANS) SUBACTIVITY:2 (Construction Plans 60%) BASIS TASK OF NO.OF HOURS/ NO.OF TOTAL CADD REMARKS ESTIMATE UNITS UNIT SHEETS HOURS HOURS 1 Cover Sheet and Index Sheet 1 6 6 includes PS,FM and Gravity Sewer 2 General Notes,Abbreviations and Piping Schedule Sheet 1 6 6 includes PS,FM and Gravity Sewer 3 Legend and Key Plan Sheet 2 6 12 includes PS,FM and Gravity Sewer 4 Tabulation of Quantities and Lateral Tables Sheet 2 6 12 includes PS,FM and Gravity Sewer 5 Summary of Including Pipe segment,diameter,material,slope Sheet 1 8 8 includes PS,FM and Gravity Sewer and manholes - 6 8"/10"/12"/18"Gravity Sewer Plan/Profile Sheets Sheet 11 s 16 176 7 Laterals Connections to Existing Manholes Sheet 2 12 24 8 Standard Details Sheet 2 4 8 includes PS,FM and Gravity Sewer 9 Typical Details Sheet 0 0 0 10 Pavement and Base Restoration/General Notes and Details Sheet 0 0 0 11 Traffic Control Analysis LS 0 20 0 Assumed under FDOT project 12 Traffic Control Notes Sheet 0 16 0 Assumed under FOOT project 13 Traffic Control Typical Sections Sheet 0 12 0 Assumed under FDOT project 14 Traffic Control Plan Sheet 0 0 0 Assumed under FDOT project 15 Phase Review Meetings EA 2 4 8 Attend Phase Review Meetings with City and FDOT During 60% Submittal. 16 Prepare Construction Cost Estimate LS 1 16 16 Engineers estimate of probable cost in FDOT format 17 Special Provisions/Specifications/TOC LS 1 40 40 SUBACTIVITY SUBTOTAL 316 18 Quality Assurance/Quality Control % 5% 16 • 'l� • •• sum/wire/armt. 832 , 10 of 13 Stantec Project No.: I773xxxxx Page 347 of 1502 Proposed 8"/10"/12"/18"Gravity Sewer Main JPA Installation on SR 907/Alton Road. FINANCIAL.PROJECT No.:429193-1-56-02 Gravity Sewer Plans ACTIVITY: A.(GRAVITY SEWER PLANS) SUBACTIVITY:2 (Construction Plans 90%) BASIS TASK OF NO.OF HOURS/ NO.OF TOTAL CADD REMARKS ESTIMATE UNITS UNIT SHEETS HOURS HOURS 1 Cover Sheet and Index Sheet 1 2 2 includes PS,FM and Gravity Sewer 2 General Notes,Abbreviations and Piping Schedule Sheet 1 2 2 includes PS,FM and Gravity Sewer 3 Legend and Key Plan Sheet 2 2 4 includes PS,FM and Gravity Sewer 4 Tabulation of Quantities and Lateral Tables Sheet 2 4 8 includes PS,FM and Gravity Sewer 5 Summary of Including Pipe segment,diameter,material,slope Sheet 1 6 6 includes PS,FM and Gravity Sewer and manholes 6 8"/10"/12718"Gravity Sewer Plan/Profile Sheets Sheet 11 12 132 7 Laterals Connections to Existing Manholes Sheet 2 6 _ 12 8 Standard Details Sheet 2 2 4 includes PS,FM and Gravity Sewer 9 Typical Details Sheet 0 0 0 10 Pavement and Base Restoration/General Notes and Details Sheet 0 0 0 11 Traffic Control Analysis LS 0 10 0 Assumed under FDOT project 12 Traffic Control Notes Sheet 0 8 0 Assumed under FDOT project 13 Traffic Control Typical Sections Sheet 0 6 0 Assumed under FDOT project 14 Traffic Control Plan Sheet 0 0 0 Assumed under FDOT project 15 Phase Review Meetings EA 2 4 8 Attend Phase Review Meetings with City and FDOT During 90%Submittal. 16 Prepare Construction Cost Estimate LS 1 8 8 Engineers estimate of probable cost in FDOT format 17 Special Provisions/Specifications/TOC LS 1 20 20 SUBACTIVITY SUBTOTAL 206 18 Quality Assurance/Quality Control % 5% 10 • 11 of 13 Stantec Project No.:1773xxxxx Page 348 of 1502 , Proposed 8"/10"/12"/18"Gravity Sewer Main JPA Installation on SR 907/Alton Road. FINANCIAL PROJECT No.:429193-1-56-02 Gravity Sewer Plans ACTIVITY: A.(GRAVITY SEWER PLANS) SUBACTIVITY:2 (Construction Plans 100%2 BASIS TASK OF NO.OF HOURS/ NO.OF TOTAL CADD REMARKS ESTIMATE UNITS UNIT SHEETS HOURS HOURS 1 Cover Sheet and Index Sheet 1 0 0 includes PS,FM and Gravity Sewer 2 General Notes,Abbreviations and Piping Schedule Sheet 1 0 0 includes PS,FM and Gravity Sewer 3 Legend and Key Plan Sheet 2 0 0 includes PS,FM and Gravity Sewer 4 Tabulation of Quantities and Lateral Tables Sheet 2 2 4 includes PS,FM and Gravity Sewer 5 Summary of Including Pipe segment,diameter,material,slope Sheet 1 2 2 includes PS,FM and Gravity Sewer and manholes _ 6 8"/10"/12"/18"Gravity Sewer Plan/Profile Sheets Sheet 11 8 _ 88 7 Laterals Connections to Existing Manholes Sheet 2 4 8 8 Standard Details Sheet 2 0 0 includes PS,FM and Gravity Sewer 9 Typical Details Sheet 0 0 0 10 Pavement and Base Restoration/General Notes and Details Sheet 0 0 0 11 Traffic Control Analysis LS 0 0 0 Assumed under FDOT project 12 Traffic Control Notes Sheet 0 0 0 Assumed under FDOT project 13 Traffic Control Typical Sections Sheet 0 0 0 Assumed under FDOT project 14 Traffic Control Plan Sheet 0 0 0 Assumed under FDOT project 15 Phase Review Meetings EA 2 4 8 Attend Phase Review Meetings with City and FDOT During 100% Submittal. 16 Prepare Construction Cost Estimate LS 1 6 6 Engineers estimate of probable cost in FDOT format 17 Special Provisions/Specifications/TOC LS 1 12 12 SUBACTIVITY SUBTOTAL 128 18 Quality Assurance/Quality Control % 5% 6 12 of 13 Stantec Project No.: I 773xxxxx Page 349 of 1502 Proposed 8"/12"Water Mel.JPA 1ada6Nlow ea SR 907/AMw Read FINANCIAL PROJECT No.:429193-1-5602 Water Main Plan. ACTIVITY:A.IWATEQPLANS1 SUHACTIVITY:2 fCgrdredlaa Plan.90%) B tiSIS TASK OF NO.OF HOURS/ NO.OF TOTAL CADD REMARKS ESTIMATE; UNITS UNIT SHEETS HOURS HOURS 1 Pipe Line Alignment 8 Design _ _ LS 1 40 40 Update of alignment for 12-inch WM along Alton Road 2 Key Sheet/Key Plan Sheet 0 0 0 Update PM and FDOT Design standards and other FDOT project information 3 General Notes Sheet I 6 6 Update FOOT design notes and ventty UNO carted let Gan 2018 4 Legend and Key Plan Street 1 6 6 No change from original snipe 5 Tabulation of Quantifies and PIN Item Notes Sheet 3 6 18 Updating Tabulation ofguarnilies sheets teased on updated Will airmen and verifynq FOOT description numbers 6 Summary d Valve and Manhole adjustment Sheet 0 0 0 No change from angina scope 7 Summary of water meter service and service lines Sheet 0 0 0 No change from original scope Update of pan and profile based on roadway update from FDOT which B 6'/17 Wafer man PlwVP le Sheets Sheet 11 5 r� ^dudes bicycle lane along,additional pavement widening,relocation al drainage uNels,sniffing d the inch and gutter,sidewalk and lighting and finely adjusting of the roadway profile. Update of side street pan and profile based on roadway update from 9 Laterals Connections Flan/Profile Sheets Sheet 9 6 FDOT vfich includes bicycle lane along,add4pnal pavement wdening, relocation of drainage inlets,staling of the curb and gutter,sidewalk and lighting and finally adjusting of the roadway proNe 10 Plan/Profile sheets Sheet 0 0 0 No change from original scope Update of Fire Hydrant profile based on roadway update from FDOT 1 t Fee Hydrant Connecton PladProle Sheets Sheet 4 6 24 which and Wes bicycle lane along.additional pavement widening relocation of drainage inlets,shilling of the curb and gutter,sidewalk and lighting and finally adjusting of the roadway probe 12 Structural Detain Sheet 0 0 0 13 General Details Street 0 0 0 14 Typical Debts Shell 0 0 0 15 Pavement and Base Restoration/Genera Notes and Details Sheet 0 0 0 No change from original scope 16 Cow Boring Reports Sheet 0 0 0 17 Traffic Control Notes Sheet 0 0 0 No change from original scope 18 Traffic Control Typical Sections Sheet 0 0 0 No change from original scope 19 Traffic Control Plan Sheet 0 0 0 No change from original scope 20 Special Provisions l Specifications --_- LS 1 24 24 — —_ 21 Prepare Construction Cost Estimate LS 1 24 Update engineers estimated probable construction cost in FOOT formate for 60%and 90%resubmhtals 22 Conpuatkm Book 8 Quantities LS 1 24 24 Update quantities based on the updated ppeline alignment 23 Electron Delivery LS 0 0 0 No change from anginal scope 24 Phan Review Meetings FA 3 fi 18 Attend Phase Review MeetingsFOOT Wang 60% Submittal. 25 FDOT Submittals EA 0 0 0 SUBACTIVITY SUBTOTAL 2s7 26 Quality Assurance/Dually Control % 5% 13 • ",; 1.r. . • 6ia y`4 a 41 i J ill S}"... . 13 of 13 Santee Pn5eul No.:1773anont Page 350 of 1502 COFinancial Project ID No's.: 429193-1-56-01 Stantec Proposed BODR& Final Design for new Pump Station and Gravity Sewer 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 I14of19 Page 351 of 1502 ENGINEERS OPINION OF PROBABLE COST OF CONSTRUCTION By: LF Quantities on Alton Rd from STA:91+00 TO 164+00 Check By: DC For City of Miami Beach Est Construction 02/2025 Date: 5/19/2022 FDOT Financial Project ID No.:429193-1-56-01 Revised: 6/17/2022 ITEM DESCRIPTION UNITS 'QUANTITY IUNI7 PRICE EXTENDED COST 12'DIP Water Main&Fittings 1 590-4-101 IRRIGATION SYSTEM BACKFLOW/VACUUM BREAKER PREVENTION EA 14 $ - $ 2 1050-16-002 UTILITY PIPE,REMOVE&DISPOSE,2"-4.9" LF 75 $ 32 $ 2,400.00 3 1050-16-003 UTILITY PIPE,REMOVE&DISPOSE,5"-7.9" IF 30 $ 35 $ 1,050.00 4 1050-16-004 UTILITY PIPE,REMOVE&DISPOSE,8"-19.9" LF 230 $ 37 $ 8,510.00 5 1050-18-002 UTILITY PIPE,PLUG&PLACE OUT OF SERVICE,2"-4.9" LF 950 $ 10 $ 9,500.00 6 1050-18-003 UTILITY PIPE,PLUG&PLACE OUT OF SERVICE,6" LF 415 $ 15 $ 6,225.00 UTILITY PIPE,PLUG&PLACE OUT OF SERVICE,8' LF 7 1050-18-004 5,260 $ 15 $ 78,900.00 UTILITY PIPE,PLUG&PLACE OUT OF SERVICE,10" LF UTILITY PIPE,PLUG&PLACE OUT OF SERVICE.12' IF 8 1050-31-102 UTILITY PIPE,F&I,PVC,WATER,2" IF 194 $ 45 $ 8,730.00 9 1050-41-102 UTILITY PIPE,F&I,PE,WATER,2" LF 5,175 S 50 $ 258,750.00 10 1050-51-203 UTILITY PIPE,F&I,DI/CI,WATER 3" LF 285 S 100 $ 28,500.00 11 1050-51-204 UTILITY PIPE,F&I,DI/O,WATER 4" LF 25 $ 165 $ 4,125.00 12 1050-51-206 UTILITY PIPE,F&I,DI/CI,WATER,6" LF 280 $ 150 $ 42,000.00 13 1050-51-208 UTILITY PIPE,F&I,DI/CI,WATER,8" LF 830 $ 175 $ 145,250.00 14 1050-51-212 UTILITY PIPE,F&I,DI/CI,WATER,12" IF 5,195 $ 200 $ 1,039,003.00 15 1055-51-108 UTIUTY FITTING,F&I,DI/CI,ELBOW,8" EA 52 $ 2,500 $ 130,000.00 16 1055-51-112 UTILITY FITTING,F&I,DI/CI,ELBOW,12" EA 40 5 3,000 $ 120,000.00 17 1055-51-208 UTILITY FITTING,F&I,DI/CI,TEE,8" EA 3 $ 2,600 $ 7,800.00 18 1055-51-212 UTILITY FITTING,F&I,DI/CI,TEE,12" EA 26 $ 3,600 $ 93,600.00 19 1055-51-308 UTILITY FITTING,F&I,DI/CI,REDUCER,8" EA 5 $ 2,000 $ 10,000.03 20 1055-51-312 UTILITY FITTING,F&I,DI/CI,REDUCER,12" EA 11 $ 2,600 $ 28,600.03 21 1055-51-503 UTILITY FITTING,F&I,DI/O,CAP/PLUG,3" EA 2 $ - $ - 22 1055-51-504 UTIUTY FITTING,F&I,DI/CI,CAP/PLUG,4" EA 4 $ - $ - 23 1055-51-608 UTIUTY FITTING,F&I,01/CI,WYE,8" EA 6 $ 2,500 $ 15,000.00 24 106015 UTILITY STRUCTURE,BELOW GROUND,ADJUST/MODIFY EA SS $ 400 $ 22,000.00 25 1070-1-1 UTILITY AUXIUARY ITEMS,8"CONCRETE SLAB FOR GROUND<2.5' SF 1,160 $ 50 $ 58,000.00 26 1080-21-102 UTILITY FIXTURE,F&I,2",METER/VALVE BOX EA 117 $ 2,450 $ 286,650.00 27 1080-21-500 UTILITY FIXTURE,VALVE/METER BOX,ADJUST EA 17 $ 400 $ 6,600.00 28 1080-21-600 UTILITY FIXTURE,REMOVE&DISPOSE(WATER METER) EA 133 $ 200 $ 26,600.00 29 1080-23-103 UTILITY FIXTURE,F&I,3",SOLID SLEEVE EA 1 $ - $ - 30 1080-23-104 UTILITY FIXTURE,F&I,4",SOLID SLEEVE EA 2 $ - 5 - 31 1080-23-106 UTILITY FIXTURE,F&I,6",SOLID SLEEVE EA 5 $ - $ - 32 1080-23-108 UTILITY FIXTURE,F&I,8",SOLID SLEEVE EA 6 $ 5,500 $ 33,000.00 33 1080-23-110 UTILITY FIXTURE,F&I,10",SOLID SLEEVE EA 1 $ 6,500 $ 6,500.00 34 3080-23-112 UTILITY FIXTURE,F&I,12",SOLID SLEEVE FA 3 $ 7,500 $ 22,500.00 UTILITY FIXTURE,F&I,12",TAPPING SLEEVE EA 35 1080-24-103 UTILITY FIXTURE,F&I,3",VALVE ASSEMBLY EA 2 $ 1,400 $ 2,800.00 36 1080-24-104 UTILITY FIXTURE,F&I,4",VALVE ASSEMBLY EA 5 $ 1,400 $ 7,000.03 37 1080-24-106 UTILITY FIXTURE,F&I,6",VALVE ASSEMBLY EA 11 $ 2,600 $ 28,600.00 38 1080-24-112 UTILITY FIXTURE,F&I,12",VALVE ASSEMBLY EA 24 $ 4,700 $ 112,600.00 1 39 1080-26-102 UTILITY FIXTURE,F&1,2",FVO ASSEMBLY EA 20 $ 3,800 $ 76,000.00 UTILITY FIXTURE,F&1,2",AIR ASSEMBLY EA 40 1644-113-08 FIRE HYDRANT,F&I,STD,2 WAY,FLUSH TYPE,ONE PUMPER,6" EA 12 $ 5,100 $ 61,200.00 41 1644-900 FIRE HYDRANTS(REMOVE) EA 10 5 1,000 $ 10,000.00 Subtotal WM IMPROVEMENTS $ 2.791T,398,00 PS,FM,Gravity Sewer&Laterals 42 1050.18-003 UTIUTY PIPE,PLUG&PLACE OUT OF SERVICE,5.0-18" LF 4,000 $ 15 $ 60,000.00 43 1050-31-206 UTIUTY PIPE,F&I,PVC,SEWER,6" LF 4600 $ 85.00 $ 391,000.00 44 1050-31-208 UTILITY PIPE,F&I,PVC,SEWER,8"thru 18" LF 4,000 $ 1S0 $ 600,000.00 45 1055-31.608 UTILITY FITTING,F&I,PVC,WYE EA 46 $ 200 $ 9,200.00 46 1055-31-606 UTILITY FITTING,F&I,PVC,CLEAN OUT EA 46 $ 200 $ 9,200.00 47 1050-51-208 _UTILITY PIPE,F&I,DI/O,SEWER,8" LF 200 $ 150 $ 30,000.00 48 1060-11-212 UTILITY STRUCTURE,BELOW GROUND,F&I,SEWER,080FT3,6.1-12' EA 2 $ 9,000 $ 18,000.00 49 1060-11-222 UTILITY STRUCTURE,BELOW GROUND,F&I,SEWER,>80FT3,6.1-12' EA 8 $ 12,000 5 96,000.00 50 1060-15 UTILITY STRUCTURE,BELOW GROUND,ADJUST/MODIFY EA 4 $ 4,000 $ 16,000.00 51 106016 UTIUTY STRUCTURE,BELOW GROUND,REMOVE&DISPOSE EA 9 $ 3,500 $ 31,500.00 52 1501-1 UTIUTY UFT STATION SANITARY SEWER(TEMPORARY BY-PASS SYSTEM) EA 1 $ 35,000 $ 35,000.00 53 1501-1 UTILITY LIFT STATION SANITARY SEWER(PS 1 at W 28th) EA 1 $ 1,000,000 $ 1,000,000.00 Subtotal SAN IMPROVEMENTS $ 2,295,900.00 Subtotal Entire Project $ 5,094,290,00 Maintenance of Traffic percent of construction 8.0% $ 407,543.20 Mobilization percent of construction 8.0% $ 407,543.20 Contingency Fund percent of construction 10.0% $ 509,429.00 Construction Fngineering Adm,nistration(CEA) percent of construction 6.0% $ 305,657.40 Subtotal Construction Allowances 5 1,630,172.80 Total Estimated Cost of Utili Work Page 352 of 1502 Financial Project ID No's.: 429193-1-56-01 Stantec Proposed BODR& Final Design for new Pump Station and Gravity Sewer 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 D - Alternatives from for PS and FM Improvements (Basins 28 A, B, C & E) from Wastewater Master Plan Page 115 of 19 Page 353 of 1502 LLegend Sewer Lateral - a c ,,.[ 28A i ' pew&tens ',a..' Sewer Pump Station pry PH • Hooatr ,.,, 1 a Subinrelble - — a Dry PH/Booster 4 • ' Sewer Gravlly Main --••Msnbne.Active a —+Mwntin..Proposed •••rt Trvnkline Active -.---Aband Pace Ir Pa 4 $SW Rabe Melo -Fels Yin a.as TMraltllen fano NM e ---Mandawd In Roos BUILDINGS r r- ♦---.._r __ - er Wrierb - r - - b -- -- ^- r - I. - r- - _r . _ _ x. — - ").. _ . _ . Ir b _ h F- I r r F : rl Y b b b _ _ I. —_ c b w MID s _ t r ran r s — - 28C r- - a- a .• — _r - __ ° -e/ _ W 1 •• � r x - e -- r b i i f A .r —er -r --17, , _ ... ... _ _ _ _. _ _ e," , 1,,,,,,,,. 10.0000.0700.00 r V I. Ol f I 10 b d— nn,r wpm nw-S __IIr.• -I. f Warm Bad ©kil ® I• Fl y W.noU ado County.FL Sewer System:Basin 28E t�ev 1 I Nrt wR a / _ L • 8•wr La rY - . Lamm S•wr Pump Statlon 15B • Dryer • Bomar t Jo 333.1 37 - • Submersible • DrypMBoo+a ,' S -a sewer Camay Man S•wr Fonx Main Fab MYn • ` TmarYnbn Force Main • -Absndoned In Flew QSewer Seers / , ` '`-......_i ^• ,c, SURD/NOS $ War ���� 1 -- wj,. ' I :---------...28B . : • s''Mcr / ( / i N,, I 4. i .. .- I 4 € t t w s: 4 . 28A 4, . . ,,a4:000000/ ...Sr: ., . ...: 28C .. :.._ .---,„ ir .....-.._-..-._- - 1 i_...__.;:///1,.... //,.. • ..•. '34 r o• 3 28E r f _.•._.e_..nn,,.._m nee..,.-.-.....333._._._. .�.n._,.�.._._. Miami Beech i 1 , - Jinni-Dade YiDa•eCou•y,FL Sewer System:Basin 28A 828E