HomeMy WebLinkAboutBack-Up DocumentsATTACHMENT 3
GRANT WORK PLAN
PROJECT TITLE: Miami Biscayne Bay Tidal Waves and Stormwater Improvements
PROJECT LOCATION: The Project will be located in the Biscayne Bay area within the City of Miami
in Miami -Dade County; Lat/Long (25.7617, -80.1918). See Figure 1 for a list of the proposed tidal valve
locations.
PROJECT BACKGROUND: The City of Miami (Grantee) encompasses approximately fifty-six (56)
square miles, with twenty (20) square miles located within coastal basins and Biscayne Bay. During extreme
tidal and storm events, water from Biscayne Bay can flow backward through the outfalls and stormwater
drainage systems, resulting in flooding and property damage. There are approximately 350 outfalls within
the City of Miami limits that drain into 75 miles of coastlines and 50 miles of rivers and tributaries. The
Grantee has prioritized the retrofitting of outfalls for one-way tidal valves on the outfalls to reduce the
backflow events. The Project will mitigate tidal and stormwater backflow occurrences.
PROJECT DESCRIPTION: The Grantee will retrofit approximately thirty (30) outfalls to allow
installation of one-way tidal valves that prevent tidal waters from backflowing through existing drainage
system outfalls. The retrofits will include refurbishment or installation of new drainage control structures,
lining of drainage pipes, new tidal valves on drainage outfalls, and pollution control systems, as appropriate.
The Grantee will also perform a pre -design study that will include: 1) site inspections of each outfall
location to determine existing conditions, pipe sizes, the severity of repairs needed, and rank locations based
on flooding severity; and 2) research studies to (locate, identify, and catalog) the outfalls, review the current
level of service for existing stormwater drainage and water quality systems, and to identify areas and
facilities (i.e., water, sewer, stormwater, roadways, seawalls/bulkheads, and emergency facilities) at risk
for sea -level rise, tidal, and stormwater flooding impacts. The pre -design study will develop a prioritized
list of sites and provide justifications for the areas of highest concern, based on cost -benefit analysis and its
impact on sea -level rise, resiliency, and water quality; and will prioritize the locations and design criteria,
ranging from installation of tidal valves to total replacement of manhole structure with tidal valve
installations_
TASKS:
All documentation should be submitted electronically unless otherwise indicated.
Task 1: Pre -Design Studv
Deliverables: The Grantee will perform a pre -design study of outfall site inspections and outfall research
studies; and produce a pre -design report that will detail the scope of the problem in the analysis area, outline
design options, and identify tasks required to complete resolution of the problem.
Documentation: The Grantee will submit the final pre -design report.
Performance Standard: The Department's Grant Manager will review the documentation to verify that
the deliverables are completed as described above. Upon review and written acceptance by the
Department's Grant Manager, the Grantee may proceed with payment request submittal.
Payment Request Schedule: The Grantee may submit a payment request for cost reimbursement following
the conclusion of the task.
DEP Agreement No. LPA0024, Attachment 3, Page 1 of 4
Task 2: Design and Permitting
Deliverables: The Grantee will complete the design of the outfall retrofits for one-way tidal valves and
obtain all necessary permits for construction of the project.
Documentation: The Grantee will submit a signed acceptance of the completed work by the Grantee and
a summary of design activities to date, indicating the percentage of design completion of the time period
covered in the payment request. For the final documentation, Grantee will also submit a copy of the final
design and a list of all required permits identifying issue dates and issuing authorities.
Performance Standard: The Department's Grant Manager will review the documentation to verify that
the deliverables are completed as described above. Upon review and written acceptance by the
Department's Grant Manager, the Grantee may proceed with payment request submittal.
Payment Request Schedule: The Grantee may submit a payment request for cost reimbursement no more
frequently than monthly.
Task 3: Project Management
Deliverables: The Grantee will perform project management, including field engineering services,
construction observation, site meetings with construction contractor, and design professionals, and overall
project coordination and supervision.
Documentation: The Grantee will submit interim progress status summaries including summary of
inspection(s), meeting minutes and field notes, as applicable.
Performance Standard: The Department's Grant Manager will review the documentation to verify that
the deliverables are completed as described above. Upon review and written acceptance by the
Department's Grant Manager, the Grantee may proceed with payment request submittal.
Payment Request Schedule: The Grantee may submit a payment request for cost reimbursement no more
frequently than monthly.
Task 4: Construction
Deliverables: The Grantee will construct the outfall retrofits for one-way tidal valves in accordance with
the construction contract documents.
Documentation: The Grantee will submit a signed acceptance of the completed work to date by the Grantee
and the Engineer's Certification of Payment Request.
Performance Standard: The Department's Grant Manager will review the documentation to verify that
the deliverables are completed as described above. Upon review and written acceptance by the
Department's Grant Manager, the Grantee may proceed with payment request submittal.
Payment Request Schedule: The Grantee may submit a payment request for cost reimbursement no more
frequently than monthly.
DEP Agreement No. LPA0024, Attachment 3, Page 2 of 4
PROJECT TIMELINE & BUDGET pETAH,: The tasks must be completed by, and all documentation
received by, the corresponding task end date.
Task
Budget
Budget
Task Start
Task End
No.
Task Title
Category
Amount
I Date
I Date
1
Pre -Design Study
Contractual
$100,000
07/01/2019
06/30/2021
Services
2
Design and Permitting
Design g
Contractual
$200,000
07/01/2019
06/30/2021
Services
3
Project Management
Contractual
$200,000
07/01/2019
06/30/2021
Services
4
Construction
Contractual
$1,000,000
07/01/2019
06/30/2021
Services
Total:
$.1,500,000
DEP Agreement No. LPA0024, Attachment 3, Page 3 of 4
Figure 1: Proposed Tidal Valve Locations
(PROPOSED TIDAL VALVE LOCATIONS
Diameter Length
No. (ill) (ft) Location Description
1
8
10
NEI 0 Ct at Davis Canal
2
8
I 50
I SW 1 Place south of Miami River
3
8
I 50
I SW 1 Place south of Miami River
4 I
10
I 75
I Wagner Creek NW 14 Ave east of NW 12 Ave
5 I
12
I 300
I NW 13 St at NW 39 Ave
6 I
12
I 10
I Lawrence West side ;at NW 8 Terr
7 I
12
25
I Lawrence west side south of L canal
8 I
12
50
1400 SE Biscayne Blvd
9 I
12
I 100
I Sabal Palm Road and Gate Lane
10
12
I 100
I Sabal Palm Road and Lake Road
11
15
I 66
I SW 1 Place south of Miami River
12 I
15
I 55
I Win Dixie Wagner Creek north of NW 11 St
13 I
15
I 50
I NE 5 Ave and Little River
14
15
I 20
I NW 31 Ave south of NW 13 St
15
15
I 50
SW South River Drive north of SW 1st Street
16
18
I 30
NW 33 Ct south of NW 14 St
17
18
I 384
I NW 21 Ave north of NW 11 St
18
18
I 100
I NE Bayshore Dr southof NE 85 St
19
21
I 50
1400 SE Biscayne Blvd
20
24
I 300
I NW 20 Ave north of NW 11 St
21 (
24
I 118
I north of Miami River west of NW 17 Ave
22 Il
24
I 150
Lawrence south of NW N River Dr west of NW 17 Ave
23 I
24
118
NW 13 Ave south Miami River
24 I
24
I 55
NW 30 Ave north of NW 11 St
25
24
80
( NW 33 Ct north of NW 13 Terr
26
24
130
I SW 2 St at SW 4 Ave - west side of Miami River
27
30
I 298
1251 SW 5 St
28 I
36
I 30
I West Flagler St east of Miami River
29 I
36
24
I Lawrence south of NW S River Drive
30 I 36 I 363 I NW 47 Ave at NW 10 St
ote: Locations are proposed and may be subject to change
DEP Agreement No. LPA0024, Attachment 3, Page 4 of 4
Please fill in the task table below to provide the requested tasks, budget categories, task/budget category amounts for the nroiect. Add rows if needed.
"Only include tasks that will be funded by the Legislative Appropriation (LP) grant funds.
Task q
Task Name
Budget Category
Amount
Pre -Design Study
Contractual Services
$50,000
Site Assessments
Contractual Services _
$50,000
Design and Permitting
Contractual Services
$200,000
Project Management
Contractual Services
$200,000
Construction
Contractual Services
$1,000,000
Total:
$1500,000
Task Start Date
Task End Date
7/1/2019
6/30/2021
7/1/2019
6/30/2021
7/1/2019
6/30/2021
7/1/2019
6/30/2021
7/1/2019 I
6/30/2021
Number of connections to central
sewer --residential & commercial
Not Applicable
Not Applicable
Not Applicable
Not Applicable
Not Applicable
AGREEMENT CONTACT INFORMATION
Grantee: (i.e., city of, * county)
City of Miami
Project Number:
LPA0024
Project Title:
Miami Biscayne Bay Tidal Waves and Stormwater Improvements
Award Amount:
$1,500,000
Match Amount (if required):
N/A
Federal Employer ID Number
59-6000375
1) Authorized Representative (to sign agreement)
Name: Emilio T. Gonzalez Phone Number: 305-416-1025
Title: City Manager Fax Number:
Employer: City of Miami
Mailing Address (P.O. Box): 444 SW 2nd Avenue, 10th FL
City: Miami State: Florida Zip: 33130
Street Address for express mail delivery: 444 SW 2"d Avenue, 10th FL
City: Miami State: Florida Zip: 33130
E-mail address: ETGonzalez@miamigov.com
2) Grant Manager
Name: Luis Perez-Codina Phone Number: 305-416-1282
Title: Program Manager Fax Number: 305-416-2153
Employer: City of Miami — Office of Capital Improvements
Mailing Address (P.O. Box): 444 SW 2"d Avenue, 81h FL
City: Miami State: Florida Zip: 33130
E-mail address: 1perezcodina-c@miamigov.com
3) Disbursement Contact Person (who will prepare requests)
Name: Loretta Jeanty Phone Number: 305-416-1036
Title: Senior Financial Analyst Fax Number: 305-416-1987
Employer: City of Miami — Finance Department
Mailing Address (P.O. Box): 444 SW 2"d Avenue, 6th FL
City: Miami State: Florida Zip: 33130
E-mail address: LJeanty@miamigov.com
4) Primary Contact (if different from Grant Manager or Disbursement preparer)
Name: Steven C. Williamson Phone Number: 305-416-1225
Title: Director Fax Number: 305-416-2153
Employer: City of Miami — Office of Capital Improvements
Mailing Address (P.O. Box): 444 SW 2" Avenue, 8th FL
City: Miami State: Florida Zip: 33130
E-mail address: SWilliamson@miamigov.com