Loading...
HomeMy WebLinkAbout2006-26199 Reso RESOLUTION NO. ?OOn-?fi 1 qq A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AMENDMENT NO.5, IN A NOT TO EXCEED AMOUNT OF $1,094,816, TO THE DESIGN/BUILD AGREEMENT, FOR THE WASHINGTON AVENUE IMPROVEMENTS PROJECT, PHASES II,IV, AND V, WITH RIC-MAN INTERNATIONAL, INC.; SAID AMENDMENT PROVIDING FOR DESIGN, PERMITTING, CONSTRUCTION AND CONSTRUCTION ADMINISTRATION SERVICES FOR THE IMPLEMENTATION OF THE 16TH STREET DRAINAGE, AND OTHER MISCELLANEOUS IMPROVEMENTS; AND APPROVING FUNDS, IN THE AMOUNT OF $1,094,816 FOR THE AMENDMENT, AND $52,600, FOR CIP MANAGEMENT FEES, FROM CITY CENTER REDEVELOPMENT AGENCY FUNDS. WHEREAS, the Washington Avenue Improvements Project, Phases II, IV, and V (the Project) is one of the components of the City's Neighborhood Improvements Program; and WHEREAS, construction of the Project is presently well ahead of schedule and is nearing completion; and WHEREAS, in January 2004, the City entered into a Design/Build Agreement with the firm of Ric-Man International, Inc. (Ric-Man), for the design and construction of the Project improvements, which consisted of drainage, water and sewer installations, lighting, landscaping, sidewalks, and other renovations and reconstruction (the Agreement); and WHEREAS, the Agreement with Ric-Man included the engineering evaluation, analysis and recommendation on the conditions of drainage in the Washington Avenue and 16th Street area; and WHEREAS, the Agreement only required the engineering study and a proposal (report) for the completion of design and construction of the recommended improvements, and Ric-Man has now submitted the report and has made several recommendations for the improvements; and WHEREAS, the report and the recommendations have been carefully evaluated by Hazen and Sawyer, the City's Program Manager, CIP staff, and the Public Works staff, who are all in agreement that Alternative No.2, as set forth below, is the more appropriate and cost effective alternative; and WHEREAS, Alternative NO.2 entails the addition of five gravity wells and the rehabilitation of two existing wells and includes additional piping and drainage structures, and all the other tasks required to obtain the necessary permits, construction engineering, construction administration, etc.; and WHEREAS, other alternatives were deemed unnecessary, less cost effective, or not as efficient in sufficiently improving the existing conditions; and WHEREAS, accordingly, the City Administration and Ric-Man have negotiated the attached Amendment NO.5 to the Agreement, in the amount of $1,094,816, which would provide for design, permitting, construction, and construction administration services for the implementation of the 16th Street drainage improvements, as well as other miscellaneous improvements related to the Project; and WHEREAS, an appropriation to fund Amendment No.5, in the amount of $1,094,816, will be requested from City Center Redevelopment funds; and WHEREAS, an additional appropriation request, in the amount of $52,600, for CIP management fees, will also be requested from City Center Redevelopment Agency funds. 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 and authorize the Mayor and City Clerk to execute the attached Amendment No.5, in the not to exceed amount of $1,094,816, to the Design/Build Agreement, for the Washington Avenue Improvement Project, Phases II, IV, and V, with Ric- Man International, Inc.; said Amendment providing for design, permitting, construction and construction administration services for the implementation of the 16th Street drainage, and other miscellaneous improvements; and appropriating funds for the Amendment, in the amount of$1 ,094,816, and funds, in the amount of $52,600, for CIP management fees, from City Center Redevelopment Agency funds. PASSED and ADOPTED this 10th d ,2006. ATTEST: ~(r~ CITY CLERK Robert Parcher David Dermer T:\AGENDA \2006\may1 006\Regular\WashingtonAve 16thStreetReso.doc APPROVED AS TO FORM & LANGUAGE & F CUTION db- COMMISSION ITEM SUMMARY Condensed Title: A Resolution by the City Commission approving an Amendment to the Ric-Man Agreement for the Washington Ave. Improvements, for design and construction services for 16th street drainage improvements, in the not to exceed amount of $1 ,094,816, and funds, in the amount of $52,600, for CIP management fees. Ke Intended Outcome Su orted: To ensure well designed quality projects. Issue: Should the City Commission approve the Amendment? Item Summa IRecommendation: The Washington Ave. Improvements Project is a component of the City's neighborhood improvements program. Construction is presently well ahead of schedule and is nearing completion. In January, 2004, the City entered into a Design/Build Agreement with the firm of Ric-Man International, Inc., for the design and construction of the improvements which consisted of drainage, water and sewer installations, lighting, landscaping, pavement restoration, and sidewalks. The Agreement included the design of storm improvements at 16th Street and the preparation of a report analyzing the requirements and presenting options to the City on implementation. Ric-Man has now presented the report which has been evaluated by Hazen & Sawyer, the CIP office and Public Works and an alternative selected for construction. The alternative includes new gravity wells, rehabilitation of two existing wells, new piping, pavement restoration, drainage structures and an additional contingency to replenish the existing contingency on the project which has been almost exhausted. Based on the report and the recommendations, necessary funds for Amendment No.5, in the amount of $1,094,816, to Ric-Man International, Inc. for the drainage improvements at 16th Street and Washington Avenue, and necessary funds for the CIP management fees, in the amount of $52,600, will be a ro riated from the Cit Center Redevelo ment A enc . Advisory Board Recommendation: IN/A Financial Information: Source of APprQyed ~ I o~1 City Center RDA funds Manager City Manager \ \ '"J m ,." MIAMI BEACH AGENDA ITEM DATE I~ 7 f) S' -to-Of::, m MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachA.gov COMMISSION MEMORANDUM DATE: Mayor David Dermer and Members of the City Commission Jorge M. Gonzalez. City Manager ~ < May 10, 2006 U A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AMENDMENT NO.5, IN A NOT TO EXCEED AMOUNT OF $1,094,816, TO THE DESIGN/BUILD AGREEMENT, FOR THE WASHINGTON AVENUE IMPROVEMENTS PROJECT, PHASES II, IV, AND V, WITH RIC-MAN INTERNATIONAL, INC., TO SAID AMENDMENT PROVIDING FOR DESIGN, PERMITTING, CONSTRUCTION AND CONSTRUCTION ADMINISTRATION SERVICES FOR THE IMPLEMENTATION OF THE 16TH STREET DRAINAGE AND OTHER MISCELLANEOUS IMPROVEMENTS; AND APPROVING FUNDS, IN THE AMOUNT OF $1,094,816 FOR THE AMENDMENT, AND $52,600, FOR CIP MANAGEMENT FEES, FROM CITY CENTER REDEVELOPMENT AGENCY FUNDS. TO: FROM: SUBJECT: ADMINISTRATION RECOMMENDATION Adopt the Resolution. FUNDING Funding, in the amount of $1,094,816, for construction and contingency and, in the amount of $52,600, for CIP management, is to be appropriated from the City Center Redevelopment Agency funds. ANALYSIS The Washington Avenue Improvements Project, Phases II, IV, and V (the Project) is one of the components of the City's neighborhood improvements projects. Construction of the Project is presently well ahead of schedule and is nearing completion. In January, 2004, the City entered into a Design/Build Agreement with the firm of Ric-Man Intemational, Inc. (Ric- Man), for the design and construction of the improvements which consisted of drainage, water and sewer installations, and included lighting, landscaping, sidewalks, and other renovations and reconstruction. The original Agreement with Ric-Man included the engineering evaluation, analysis and recommendation on the conditions of drainage in the Washington Ave. and 16th Street area. The original Agreement only required the engineering study and a proposal for the complete design and construction of the recommended improvements. Ric-Man has now submitted the report and has made several recommendations for the improvements (Attachment No. 1 ). City Commission Memorandum _16TH Street Drainage May 10,2006 Page 2 of 2 The report and the recommendations have been carefully evaluated by Hazen and Sawyer, the City's Program Manager, by CIP staff and by Public Works staff. All are in agreement that Alternative NO.2 is the more appropriate and cost effective alternative and this is the recommendation presented in this memorandum. Alternative NO.2 entails the addition of five gravity wells and the rehabilitation of two existing wells. It also includes additional piping and drainage structures, and all the other tasks required to obtain the necessary permits, construction engineering, construction administration, etc. Other alternatives were deemed unnecessary, less cost effective, or not sufficient to improve the existing conditions. For example, Alternative NO.1 suggested no improvements and only some maintenance on the existing wells and drainage structures. Since the City does not believe that this is the cause of the flood problems, this alternative is not viable. Alternative 1 A simply modifies the parameters of the model and shows that the flood issues would grow if wells were left unattended but once again this is not an acceptable approach. Alternatives 3 and 3A are based on higher storm criteria than that used in the City and in the Washington Avenue corridor and would introduce a pump station. This was deemed by staff to be excessive and therefore not considered justified when considering the cost. Alternative 4 includes major upsizing of the piping system in the area but results in the same level of service as Alternative 2, and at over four (4) times the cost. This alternative therefore was also deemed not appropriate. The Amendment includes a supplement, in the amount of $200,000, to the project's contingency which has been nearly exhausted by other improvements in the City Center area which were added to the project, such as the construction of the improvements of medians between Lincoln Road and 16th Street and the re-pavement of this area. The contingency will only be used if necessary and will be returned if unused or if any portions are unused. The appropriation request also includes fees, in the amount of $52,600, for CIP management. CONCLUSION Based on the report presented by Ric-Man, and the recommendations made by staff on the preferred Altemative No.2, the Administration is requesting approval of Amendment NO.5 to the Ric-Man Agreement, in the amount of $1,094,816, which includes an additional contingency of $200,000 (Attachment No.2). The Administration also requests approval of funds for CIP management fees, in the amount of $52,600. Funding is to be appropriated from City Center Redevelopment Agency funds. Attachments T:\AGENDA \2006\may1006\Regular\WashingtonAve16thstreetmemo.doc ATTACHMENT 1 Section 01000 Section 01000 of the Contract Specifications entitled, "Professional Services", is amended as follows: PARAGRAPH 1.02 - SCOPE OF PROFESSIONAL SERVICES, after paragraph "M." insert the following: P. DESIGN BUILD CONTRACTOR shall provide all design, field coordination services, permitting, maintenance of traffic, materials, manpower and equipment, tree and shrub maintenance and guarantee and all other work as necessary to install drainage improvements in accordance with the Technical Memorandum for Washington Avenue and 1&h St, Alternative 2, prepared by APCT Engineers and Ric-Man International, Inc., and dated January 16, 2006. Construction engineering services during this work shall include, but not be limited to, preparation of design plans; preparation of permit applications; attendance at pre- application meetings with regulatory agencies; procurement of permits, preparation of as- built plans; review and approval of submittals, working drawings, and shop drawings; processing and responding to contractor requests for information; construction inspection and reporting; witness testing of systems; soil compaction verification; development of detailed punch list(s); and coordination to obtain substantial completion and close outwork required for final acceptance. A contingency of $200,000.00 is added to this work to replenish the prior contingency amount that was expended on CITY requested revisions. This provides the CITY with additional flexibility to address additional requested changes that may arise. HAZEN AND SAWYER, P.C. 975 Arthur Godfrey Road, Suite 211 Miami Beach, Florida 33140 Phone: (305) 532-9292 Fax: (305) 534-8887 CHANGE ORDER NO. 40100-17.0 PROJECT: City of Miami Beach ROW Infrastructure Improvement Program Washington Avenue Improvements Project DESIGN/BUILD FIRM: Ric-Man International, Inc. 1210 Washington Avenue, Suite 200 Miami Beach, FL 33139 TITLE: 16th Street Stormwater Improvements DESCRIPTION OF WORK: Stormwater Infrastructure Improvements on 16th Street and Washington Avenue built in accordance with Alternative 2 of the "Technical Memorandum for Washington Avenue and 16th Street" prepared by APCT Engineers, dated January 16, 2006 and Median Up lighting Repair from the 600 to the 1500 blocks of Washington Avenue. Item Descriotion Qty 1.0 Construction 1.1 Gravity Well Construction Each 5 $ 350,000.00 1.2 Gravity Well Rehabilitation Each 2 $ 140,000.00 1.3 Manhole Each 2 $ 16,000.00 1.4 Inlet Curb Each 2 $ 12,800.00 1.5 Stormwater Piping 15-inch LS 1 $ 6,000.00 1.6 Stormwater Piping 24-inch LS 1 $ 53,280.00 1.7 Concrete Curb and Gutter - Type F LS 1 $ 300.00 1.8 Concrete Sidewalk - 4-inch thick LS 1 $ 450.00 1.9 Roadway and Driveway Restoration LS 1 $ 10,640.00 2.0 Contingency LS 10% 3.0 Mobilization/Bondllnsurance LS 5% 4.0 Overhead/ProfillContract Administration LS 17% Construction Subtotal 5.0 Engineering Services LS 15% Allowance for Miscellaneous Contingency to 6.0 Supplement Prior Account which has been LS expended on City Requested Additions $ 589,470.00 $ 58,947.00 $ 29,473.50 $ 100,209.90 $778,100.40 $ 116,715.06 $200,000.00 TOTAL LUMP SUM: $1,094,815.46 Original Agreement Amount: $12,104,429.00 Previous Change Orders: (1 through 16) $4,068,904.52 Total For This Change Order: $1,094,815.46 New Agreement Amount: $17.268,148.98 DESIGN/BUILD FIRM: RIC-MAN INTERNATIONAL, INC. DATE CONTRACT ADMINISTRATOR: PROJECT MANAGER: CITY OF MIAMI BEACH DATE HAZEN AND SAWYER, P.C. DATE A TTltCH- M,b1)\) r 2- TECHNICAL MEMORANDUM For Washington Avenue and 16 St Miami-Dade County Florida Prepared for lQ City of Miami Beach - - Prepared by Af!-r ENG&j:1EIERS ~-~ 1N'rL~- Me. . ---'----- January, 2006 TABLE OF CONTENTS Page INTRODUCTION... ...... '" ...... ......... ... ...... ... ...... ... ...... ... ...... 1 METHODOLOGy............................................................... 1 PROPOSED AL TERNA TlVES ..................................... ........4 COST ANALYSIS... ............... ... ...... ............ ....... ... ...... '" .... 6 ALTERNATIVE ANALYSIS... ... ... ... ...... :.. ......... ......... '" ... ..... 7 CONCLUSION AND RECOMMENDATIONS... ...... ... ...... ......... 8 EXHIBITS Location Map Average October Groundwater Elevation City of Miami Beach Rainfall Data APPENDIXES Appendix A: Alternative 1 : Drainage Map Cross Section. Alternative 1 Hydraulic Modeling (ICPR Input Data) Modeling Results (ICPR Output Data) Alternative 1A: Hydraulic Modeling (ICPR Input Data) Modeling Results (ICPR Output Data) Appendix B:Alternative 2: Drainage Map Cross Section. Alternative 2 Hydraulic Modeling (ICPR Input Data) Modeling Results (ICPR Output Data) Cost Analysis Appendix C: Alternative 3: Drainage Map Cross Section. Alternative 3 Pump Station Design Hydraulic Modeling (ICPR Input Data) Modeling Results (ICPR Output Data) Alternative ~A: Hydraulic Modeling (ICPR Input Data) Modeling Results (ICPR Output Data) Cost Analysis Appendix D: Alternative 4: Drainage Map Cross Section. Alternative 4 Pre-Development Hydraulic Profile Calculations Post-Development Hydraulic Profile Calculations Hydraulic Modeling (ICPR Input Data) Modeling Results (ICPR Output Data) Cost Analysis INTRODUCTION According to City of Miami Beach records, the intersection of Washington Avenue and 16th Street, specifically the northeast and southeast comers, is subject to severe flooding. The municipal building on the southeast comer of the intersection experiences flooding that extends inside the building during moderate to heavy storm events. Similar conditions are experienced in the building at the northeast comer. The APCTE Water Resources Department has studied the area and interviewed people who work in the immediate area (Travel Agency, Fuddruckers Restaurant, etc). All agreed that the situation is critical and indicated the water level reaches 4" above the sidewalks in some locations. They also indicated that the water on the street is splashed to the sidewalk and buildings by cars passing by. APCTE performed a comprehensive analysis that considered 4 improvement alternatives. This analysis included: Topographic Survey, Subsurface Utility Engineering, Hydraulic Analysis and Construction Costs Estimates. METHODOLOGY The methodology developed for this analysis included the following steps: TODOoraDhic Survev: This phase included a survey of the area limited by 16 ST from Washington Ave. to Collins Avenue and the area along Collins Avenue, adjacent to the 16 ST intersection 350 It north and 150 ft south. Subsudace Utilitv Engineering (SUEJ: A utility investigation was performed in this area in order to identify and locate all existing utilities that may be impacted by this project and to locate all existing drainage pipes, which were to be evaluated hydraulically as part of this study. Hvdraulic Anslvsis: Our team followed the criteria established by the City of Miami Beach Stormwater Management Master Plan regarding the Flood Protection Level of Service (FPLOS), as summarized below: CITY OF MIAMI BEACH FLOOD CRITERIA LAND USE RAINFALL FREQUENCY FLOOD LIMIT To Crown of street, or to 1. Residential and 5-year within 15 feet of a dwelling Commercial Areas or other occupied building, whichever is lower 2. 2-Lane roads in 5-year, except 1 O-year for a residential bridge or culvert in the To Crown of street and commercial areas canal system. 3. 4-Lane roads in high 10-year To outer edge of traffic lanes Density, hiah traffic areas 4. Private parking lots and 2 - year As per Section 0-4 of Public Similar paved areas Works Manual These criteflll aTe outlmed m DERM's Policy for Design of Drainage Structure, dated December 1980. CItY of Miami Beach Flood Protection Level-of-Servlce Ratlna Svatem Flood Protection Number of Level-of-Servlce Rating Flood Protection Criteria Met A All Four Criteria B Three Criteria C Two Criteria D One or None of the Criteria Desian Storm The design storms used to evaluate the proposed drainage system were 5-year/1 and 24-hour, 10-year/1 and 24-hour and 100-year/1 and 72-hour storms. The hydrographs associated with each design storm were obtained using the Soil Conservation Services (SCS) Unit Hydrograph Method and the City of Miami Beach Rainfall Distribution, included in the Comprehensive Stormwater Management Program Master Plan, Prepared by CH2MHILL, March 1997. Rainfall Data In coordination with the City of Miami Beach, it was agreed that the storms that should be modeled were: 5-year (1 and 24-hour), 10-year (1 and 24-hour) and 100-year (1 and 72-hour). Rainfall depths for these storms are indicated in the following table. Storm Event Rainfall Depth Source (inch) 5-Year/1-Hour 3.20" FDOT Drainage Manual, Fig. 5.11 Comprehensive Stormwater 5-Year/24-Hour 7.50" Management Program Master Plan, Prepared by CH2MHILL, March 1997 10-Year/1-Hour 3.60" FDOT Drainage Manual, Fig. 5.11 Comprehensive Stormwater 10-Yearl24-Hour 9.20" Management Program Master Plan, Prepared by CH2MHILL, March 1997 100- Yearl1-Hour 5.05" FDOT Drainage Manual, Fig. 5.11 Comprehensive Stormwater 100- Yearl72-Hour 18.50" Management Program Master Plan, Prepared by CH2MHILL, March 1997 Other Desian Criteria Avg. Oct. Ground Water Level: 1.60 ft (Miami-Dade County Design Standard W.C. 2.2) Design Tidal Elevation (DHW): From 2.00 to 3.00 feet. Head Loss to compensate for specific gravity of salt water vs. fresh water: 1.50 ft. Curve Number (CN): 95 for the entire project area. ICPR Modeling 2 The Advanced Interconnected Pond Routing (AdICPR) computer model (Version 3.00) was used to evaluate the proposed drainage system of Washington Avenue at 16 Street for several storm conditions (5-year/1 and 24-hour, 10-year/1 and 24-hour and 100- year/1 and 72-hour). The AdlCPR computer model is a hydrodynamic model developed by Streamline Technologies, Inc. and simulates hydrologic and hydraulic conditions by generating runoff hydrographs and dynamically routing these hydrographs through stormwater management systems. This computer model is highly known by all Environmental Agencies (DERM and SFWMD). This method generates runoff hydrographs using the following hydrologic parameters; 1. Basin areas 2. Curve numbers (CN) 3. Percent directly connected impervious area (DCIA) 4. Rainfall depth 5. Rainfall distributions 6. Times of concentration (TOC) The following subsections describe these parameters in detail and how they were applied in the project hydrologic modeling. Basin Area The basin area is the surface area encompassed by the individual drainage basins and is associated with a given node in the network. These areas were subdivided into impervious and pervious. Nodes In AdlCPR, nodes or junction are used to simulate drainage structures, receiving canal and the groundwater table. An important parameter for the simulation of the proposed drainage system is the surface water elevation at the boundaries. For this particular project, and following the same approach used in the drainage analysis of Washington Avenue, APCTE used variable water elevation boundary nodes based on information obtained from EDAW and Burns and McDonnell, who are simulating the existing drainage system downstream of our project. Links Links or reaches define physical characteristics of the drainage or conveyance system. The AdlCPR model allows for a wide range of reach types to be simulated: 1. Culverts (circular, oval, arch, and rectangular) 2. Channels (trapezoidal, parabolic, and irregular) 3. Weirs (horizontal or vertical trapezoidal, parabolic, arch, rectangular, and irregular) 4. Drop structures 5. Rating Curves 6. Bridges 7. Breaches The links used in the project hydraulic modeling included culverts, weirs and rating curves. 3 Well Ratina Curve The proposed Drainage Wells were modeled as a Backwater/ Headwater/Discharge rating curve and using the variable groundwater conditions, as indicated below: Backwater (ft) Headwater (ft) Discharge (ets) 2.00 2.00 0.00 2.00 3.50 0.00 2.00 10.00 10.14 3.00 3.00 0.00 3.00 4.50 0.00 3.00 10.00 8.87 PROPOSED ALTERNATIVES Four alternatives were developed to perform this analysis as described below: Alternative f: {existin~ conditions/ Do nothing} Includes the evaluation of the existing conditions on 16 sT from Washington Ave. to Collins Ave. The existing drainage system is based in four catch basins that are connected to two isolated drainage (gravity) wells. This alternative includes the evaluation of four sub-basins, as indicated in Appendix A. Since there are flooding problems in this area, we assumed that the existing wells were not working properly and they were modeled with a reduced capacity of 400 GPM. As indicated also in Appendix A the results of the hydraulic model reproduce the existing conditions and depict flooding at all existing structures, having more that 6" at the critical points. Alternative fA: {existlno conditions/Do nothing} As requested by the CMS this alternative is the same as Alternative 1, but reducing to 0 GPM the capacity of existing wells. As depicted in Appendix A, the flooding increases significantly with this approach. Alternative 2: {S oravitv wells and 2 rehabilitated wellsJ This alternative includes five drainage (gravity) wells and the rehabilitation of two existing wells. Two wells will be built on Washington Avenue from 16 sT to Lincoln Road (N-8 and N-9). these two wells will collect the runoff generated by Washington Ave. that contributes to 1651. Three wells will be also built on 1651. (N-5, N-6 and N-7) as well of the rehabilitation of the existing two wells (N-1 and N-3). There are a total of seven wells for this alternative, 5 proposed and 2 rehabilitated. The results of the hydraulic models indicates that even though this effort water stages will reach above the edge of pavement at the two most critical areas, structures N-3 and N-4. See Appendix S. Alternative 3: {f DumD station. 3 injection wells. 2 gravity wells and 2 rehabilitated wells} 4 The proposed drainage system for this altemative is based on 7 drainage wells. (2 gravity, 3 injection and 2 rehabilitated) and a Pump Station. As alternative 2 there will be two wells on Washington Avenue from 16 ST to Lincoln Road, these two wells will collect the runoff generated by Washington Ave. that contributes to 16 S1. This alternative also includes a stormwater pump station located next to structure N-4 that will discharge into three interconnected injection wells on 16 St. The location of the Pump Station has been field verified in order to assure its feasibility. For that purpose there is an area available on the south side of 16 Street, 200 ft east of Washington Avenue. The Pump Station will be under ground and only the e a pane s WI e VISI e. s In ern Ive the existing wells on 16 ST will be rehabilitated. All wells were simulated with a capacity of 700 GPM. The results of the hydraulic models indicate that flooding will be eliminated on 16 St if this alternative is built. See Appendix C. Altemlltlve 3A: (1 DUmD station. 3 iniection wells. 2 aravitv wells and 2 rehabilitated wellsJ As requested by the CMB this alternative is the same as Alternative 3, but reducing the capacity of the wells to 400 GPM. As depicted in Appendix C, the flooding will be reduced with this approach. Altemlltlve 4: (PiDe UDsizina and two aravitv wellsJ This alternative includes upsizing the pipes from Washington Ave to Biscayne Bay in order to increase the hydraulic capacity of this system and eliminate the flooding problems on 16 ST. As alternative 2 and 3 there will be two wells on Washington Avenue from 16 ST to Lincoln Road (N-8 and N-9) , these two wells will collect the runoff generated by Washington Ave. that contributes to 16 S1. The proposed upsizing includes pipe sizes from 54" to 66". This alternative will also protect 16 ST from flooding at a higher cost. See Appendix D. Summary of Hvdraulic Analvsis (000 3.30 (000 3.03 (o.om 5 Alternative 4 Peak Stage flood 4.43 (0 om 4.45 (0,00\ 4.35 (0 00) 4.32 (0.00) 5 Alternative 3 Peak Sta e Alternative 4 Peak Sta e 5 Travel Agency Floor EI. 5.97 Bank Door Floor EI. 7.05 SE Building Floor EI. 6.95 Fuddruckers Floor EI. 6.30 Ratin 1 to 5 Average Rating 1.3 3.0 5 4.0 Flood C B A B Protection Level-of-Service Notes: 1- All elevations are in feet. 2- Flood protection Level-of-Service evaluation is based on the City of Miami Beach criterion, which does not include comparison with the floor elevation of adjacent properties. 3- 6- of flooding of crown of road for the 1 OO-year storm is permissible. COST ANALYSIS The cost analysis was based in two elements; the cost to build the proposed alternative (Capital Cost) and the Operation and Maintenance (O&M) of each alternative. The capital cost were determined based on current unit prices as included in Appendixes B, C and D. Alternative 3 includes also the cost of operating the pump station as well as the cost for replacing the pumps every 10 years. The O&M project costs are based on the maintenance requirements associated with the proposed facilities for each alternative as indicated in the following table: Basis for O&M Cost Estimates Activity Unit Price Pipe Flushing(<30 diameter) $O.95/LF Frequency Once every 5 years 6 Pipe Flushing (30 and Larger) Catch basin Cleaning Manhole Cleaning Well Redevelopment Well Sediment Trap Cleaning Electricity Maintenance of Pump Station Replacement of Pumps $9.00 /LF $114 per basin $114 per basin $3,000 each $114 per trap $0.10 per KW-H $15,000.00 $100,000.00 Once every 5 years Twice per year Twice per year Once every 10 years Once per year 400 per year Every 5 years Every 10 years Summary of Alternative Cost AnalYSIS Estimated Equivalent Annual Total Present Alternative Capital Annual1 O&M Annual Worth2 $ $ $ $ $ 2 894,815.46 84,470.58 6,329.90 90,800.48 961,940.33 3 1,962,789.18 185,287.30 22,797.44 208,084.74 2,204,449.68 4 4,105,324.74 387,542.66 11,695.19 399,237.84 4,229,525.72 1. Capital Recovery Fador = 0.07 based on a 20-year life 2. Present Worth Fador = 0.07 based on a 20-year AL TERNAnVE ANAL VSIS In order to select one of the alternatives analyzed, we have developed the following matrix that illustrates how the proposed alternatives performed under the different stonns and also their costs. Criteria Storm 3 Present Worth Cost Evaluation 1 -72h $1000 1-5 Alternative 1 Fail $2 1 Existing Fail Fail Conditions Alternative 2 Pass Pass Fail $961 4 Grav Wells Alternative 3 Pass $2,204 5 Injection Pass Pass Wells & PS Alternative 4 Pass Pass Fail $4,229 3 Pi U jzin As illustrated, the existing drainage system (Alternative 1) will not proted the projed area under any of the analyzed storm events. Alternatives 2 alleviates flooding on 16 street during the 5 and 10 year storm; however it fails during 100-year storm, allowing more than 78 of flooding at the crown of the road in the vicinity Washington Avenue. Alternative 3 passes the 5, 10 and 100 year storms and eliminate flooding of the road for all analyzed storms. This alternative requires the construction of a stormwater pump station. Alternative 4 is the most expensive one and does not meet an acceptable level of flooding during a 100-year storm. 7 CONCLUSION AND RECOMMENDATIONS APCTE concludes that the best alternative to eliminate the flooding at 16 Street is the Alternative 3, which consists in building a Stormwater Pump Station, three injection wells, two gravity wells and the rehabilitation of two existing wells. Hydraulic calculations for this alternative, Appendix C, depict water stages that provide the Level of Service required by the City of Miami Beach at this intersection. 8 88 -./' lJ...\.O ....i lJ...Lu T-- ~i'. ~~ 3tLO Lu C' _-./ V'lLu ~ V) =<: __0 -- ~t::: ~C) --=<: 1--0 ~<-> =<: O::~ ~~ -.JI-- ~V) -- ~ l.lj ~ ~ ~ LO - ~~ er-.: V'l~ ::t:<':> I~ ~lI) ,::.:: ~ 7~ ~ ~~ 0' l.(jl(') -./ Lu j: j: ~~ tt~ Q. .....1.0 V'lLu ::t:<':> .!.~ ,I./) )...::.:: I~ cLu _0.. <:~ ~~ U. -./ Lu 8~ -./ lJ.... -./ .LI.J lJ... 8 Q I ~ l(') I ~ a -- 1-1- Lut..> LuLu Q:l/) I--.J l/)-q: t..> (,0-- --0.. ~ 8 c:i I (J) .z 000 .ci= ~ COO z -r-z WOO ::!: z 0 W <(C> ~ ~~ n: z I- 0. W~ ~ ~~ Wz" C> o~ <( I- > Z C>- <C z l- n: -<( o iJ3 ~ ~~ -I <( t N ! i i I I I Ii: I I . . _ I ~ '-------------" , I \ '-------- ~.1 b.. ,. _.: _ . I. .. I' .. I .. . . I .. .~. """'-.............t:~&._y..........'__~ .,-~---_....._~.,,; ! .. I I . __... ., I H '.L~ ....~ - .:::::>w 1 : '!' I. ~-~_ .:: .. I.. .. I. .~ I.. "::~..'. . ~.. _ . l '! \ , _. I.. . If.. ... \ ----------'--~-_._--! . r---..... I I 1 1 1 1 1 I I I 1 1 1 1 -------r------' 1 " ~ " I g 1 " I . I ~,,:: I . ;.0, I , ,,/ H i~ I ~ fJ 1 i'.( .-/ i~ I ,.us 1 ,e) " I F-'..I,.( ." ~ I t:;I' I~ II." . I~l .'./ ""'tZ( . In r- I~ k: '11 15 1- . fJJ ''-:t: >- e Gf/,/ f I · , 1 t 10/ ------1 ~ Q 133!llS LI+91 'J=~ . .- ~. ilr~~~~. w ;g -........ tD '" ~r ~ go ~~~~ .. h,,.;,.;..I.. -o=-~.;-;- 8 6 ~ \II........, :~... ::~a: : ~ g ~ ~ :;: : .:; ~II~ ~ W . ,:,;..D oli..; i!~ I _ oX i :,:~. ~ ~ ~I~ u ~ '_~ ,.... tD Ul Ii . - _ 0 ;;':;f:;o~~ :: ,; ~~..:..... w..p 133!llS LI+SI-.-.-- . o ox ,.,...."'''' ","0'00 <J)o,&>,g..o ! ! i ~ j " " '0- .. ... '" '" c: 0.. tD<Il<DtD il <:I.... . . . . o a: _ '" III '" 1/'1 . ox o~ .....'~ - '" 0' '" ....> . ... - - - - ; g - 0" IT' CI ~ ~~:: - i ~~:........ tD l' it ~fc ",r-. '" c ~ l;8:lt'....f'.I L o:i;: 0-'; ~ . E ~ t\o - ('\0 - 0' .... 'Of: f:. ~Ki~:~~~ g I i:. ~ =.?'~---tD'" r j v~ ~: ~ ~ ~II: III u ~ _. .L ~ ~ . G g~::~::: i ~ - !;~::J:: f > Q ~ ~ ~~;~::~~ ~~,:: ...: .-~ ';'.D J J c 10 !i!/ ~ ,,- c '~I-:'I~ ! l~ ZZ(iZ 0::- 88 -J' It...\O .-i It...lL.J T-- ~ ~- -J"'- -q:()) asu) 9-i lI)lL.J C\jV) I I ~ I: -..J ...j -..J ~~ Lu ~lLJ olw') ....~ --~ V) h :r:t5 ~ ~lLJ I;:: - ~lI) 1-.1-. ~~ ,~ t.ul.> -q: t.ub:{ )...lL.J ~- ~ ~~ '0.. O::~ ~~ ~ f2u) V)~ V) 0::10 ~~ -..J~ :r:t5 u -J -Q. ~Q: 2.;:: lL.J ~ CJ ,V) )...llc: ,-q: Q~ ~ ~ ~- -JIO -q:()) ~. Lu\O c. ..... -J lI)lL.J - gs8 o' -J"'- It.... -J .Lu It... 8 ~ I 8 Q 1 8 Lei I 8 c:5 ~ N en ..J ..J ~ o W I- :::i ...iii ene( ", .s::.:C V~ -w ~ ~~ z WON ::E Z 0 W <Cz > We( o ::l en a:: Z..J a.. W..J ~ ~~ W Z>- C) 0.... <C ~- ~ ~~ ~ J: C) o en LO ~N w > ~ Z ~ W I- ..J <( I" 'd .:~ .::::>, 1 Q 133~lS 4+91 '1=~ ill .' i33~iS 4~SI-.-.-- i ! i I I I I I. L________---"" " i r '-.----.--) ~ .. . I. . I . I" l' . I . , · . ~~ i """-l'.L.......~.......y._............... -~----~~ '. . --- . ~~--- ...'. .!.I.-.,I' ..~:..'l'.'. .~.I.~, '~~'_.I. .~. 1'.\ ", j-=-=--=--:;--'-'-~-~~_._--! . \\t I I I I I I I r---~ I I I I I I I I I -------, 1 I - I I I ~i I I 1 ll... I I, i~ L------r------I - I ~ ~ I ~ ~ i~ I / I,O.JC, -,....l --' wO 11:1. I I' ~:o' \\t ~ I I;' ~i" '0 I' " ~ : ~:O-:t ~ ~ : ~ ': '.0, , / ~ ;: ~ 0:: il: C u. I ~~. ~,,~ - I- II e( / ~ ~ ~ ~.. - ~ i-c I ~ i:: ~ z ;, I , <- I' 0 ~ _ N [3 N ~~ _ ~ 1-""11 I Ie} ._._~ ...1 cz:; 0..=',,' a: ~~ I ;0' ~='ft' ", a::. vl I I ( I' ~ r--I ~ ~;o ~ Hi" I- : I' <D I I I I l' ~ CD r;J I~ P e) '. ...:... ~ . I~l' ==\ '-<l:t~ :::1 ~. V)f'- r....r~N..... ~ k ~~<D" ~_~ ,:; ,s.;. ."" Sl9'O I fl): ~ i ~. 'II '8 !- " ' u,ooq.ons I~:i ~ -:.;,," I .~: / --------------, ~ e-:~ fl t" I " _ Kg:! HI~ ~ , 11: Ii ~Af I /,., EC~"J'O' .Utluto~ :>< I ' ) ~;;coo'" 00(.100 ........... ;.~=~~;-;;;o~ -----1 ~U- co,.: _00<;100 ~ ~ .. c . ~J: ~ ,~ 4l": ",a i " o ~ '0 " ~ 't)-......""CJ\OOO If' ~g:::~~~~~~ ,-: ~ Q:. - ... <Q o.l' I/'> "'... '" ~:~ ~~~~~~~~~ li~-..ulClll'l/'>""'l/'>o.T\<D'" 0:' . Cl' 0-- - 0' Cl' Q' 0' 0- ~ e~_~~ .~~~~cc lii-.'tlcOOOOQOO"O III l;~:~~g;~~~:'o i ..~l~ :)0""0000 f t: 2:;Z~r..2:ZZZ : i h::~5:~~~: I ~ ;;. ;: K i . ~ ~ Ii II p . ~ 6 , i ~ c ~ t ~ I~ !~ Q:- 88 -./' It...l,Q ....j It...l&.J r-- ~- -./"'- ~~ ~LO Q...j Vll&.J V) -..J -..J Lu ~ <: o '- tv) I-- () Lu ~-:, -....,<: J..-'- ~c:::) <:<: a::~ Lu J..-<: -.JO ~'- I-- ~ I-- V) ~ ~ :::, ~ ~ ~l'J ell) I-LO II) l&.J :r:~ I I- ~- ~II) ~~ ......~ ctLO ~ U :>.. l&.J ...j I a.. l&.J ~ ~ ~ ~~ Q' LULO -./ Lu ~- ~~ I-tw') VI :J::t5 ~~ ......VI :>..~ IltJ Qa.. 8 8 !ri Q 8 8 I I 1.0 c:5 I I ~ a hh lJ..Ju lJ..JlJ..J a:l/) h-..J l/)~ U (,0- -Cl... ~ ~ N c z < rn -I -I ~ C W I- -I - aJ < l: w ...0:: en", .c. " Cl)tOen I-~...J ZC-l ~Z~z W<ZQ >WOt- 0::>_< O:::Zt-t- a.woen ~>WQ. -<..,~ WZ~::> "OMQ. <( I- en" ~ ZC) ~z::l O~~ ~~ ~ C) '" ('t) W > i= <( z a:: w I- -I <( o ~~ ----- If !. I.. I. .. I:,,' . ' . -. . ~-_-:.-------=-=-:..----:.. Q ~~. 133H1S ~-t91 - ~~~ W :::l Z W > ... z o , ..... '-' z !, :r: In ... ~ ill .," Ii I ~2 -------, ~ I . , ~ I $ 00 I ;u ~ ~; I ~~ I r---..., I I I I I I I I I I -------, I I ~.; I / / i; : I I ~~ L------r------I I /' ~. I ~~:;; / .~ / ~ 0 z I... ~ _ t- 'Dt I : > / W - is - 0 ~ ~ I~ "' J;.. II ( ~ : / !: ~ ;0 ~ i: c.;" ;;: S~.:1 H ~ rJ I P ':; .hi;;; ~ ~ ~ ~ ~ j-c ~ 0 I ~ ~ o!l ~ ~ iI' ~ -0 I ,:) ~~~~ ;:; ~~ ;0 ~~;o ~~ ~~ ( . ~'::;;~ ~ J 11..1.1 J..f .---7't-.... a. .!t..~ 0.. Wl- 13~ ,:5 ~ -;;0 ~ ~ / ;; ;;~! ~~ ~ ~; ~ d it 7 I~ w r;J I~II.\ : /. II ~ 'I . 'I I I II Iz H .'./ '. . ,/~~~ . III l"- I ~ !o:: '0, ""0 t. '!I let J- · u,...."'" I J' - :." ''-:t: >- '-----------'--, ~~ . ..~'" ,I f I -- -~~ I ~o err " bOll O"OO~l;JI Cl' 0'" 01:(: < '" ~cr:c=.c ?~c~~.~~o ------1 ) !iE~j~~jg _~_----~o ~ i~-:~oo:o i:-~:. .~o ~ ~ ~ ~ ~g:~:1$~:~ ~ ~: ..g..r:,,; ~..:....: ig;~~~~~~ elX-~"""'I,I"lI'--'" . 2~- _. ~I~>~ v~~~:::;~.o ~I ON ....""f>"r.......'" .;;r;-~-:-:~":"?~ ~~::""tDlf'.""tD " '" ~ . ~ ". - ~I~ ~ ., - - v;~~~~::~~ 0- - > , ego 2" c f.:: ,{ ~ u~~u~u ~(~cgggggg 'C;-o-______ p ~ ~-.......................... ;5'.... 00000.;' ; ~h:~~~~: .. < . j :;': W ~I i ; ~ ~ 5 5 ~,~ ~: 8 j=-~.no...a> '" ":i;~:::~~: o . ~ O~ .;; ~ :: ~I~ ~ ~ ;:: ~ '...... . . '., 6~-~""""'''''''''.,p : ~ ! .; ~. ~~ i. ~~ ~I ~~ ~ H r: u I ~ I ~ . ~ r - ~ . . ~!~i~ ~ ; :: :; :; ~ ~ :I~ ;_ ~ i ;~ i "I "I i ct:~ 8~ -J\{) lL.. .-,i lL..Lu -( llc::~ -J"-- "<:(~ ~~ _-J \l)Lu ~ ~~ (:). .Le) Lu -J Lu "t(!) I /: ~ :<: - ~~ ~~ 1-1- LuL> Q. lulu -- -- ......\0 a: 1.1) hV) l/)Lu I I--.J ~Q J:::~ /: 1.1)"'<'.':( I~ ~~ ~~ ~~ L> ~:::J ~lI) ~~ (,0- ......~ -0.. C:::.l1J ,,~ U. l/)Lu t 7~ -J J:::~ Lu ~Q ~ !.~ ,,\I) -J-- ~llc:: ~Q I~ Qo.. ~ -~ 8~ -J lL..' -J .Lu lL.. ~ It) -- I 8 Q I ~ l.C) I 8 c:i I ~ N en ....J ....J ~ ~ U)~~ .....~C) ZeN Wzc ~<cz >W<( O::JC) a::::zz Q..WN ~~CiS Wzc.. C>o=> <(t-W ~C)f!: ~~~ CCl)~ ~~ ~ z a::: W ..... ....J <( I U ,.[~ ..:~ ::::?I ! ! i Ii. . . I ~ L________-----' , I \ ~-------.J ~ ;.. .:. . I . .. I' .. I .. , . I .~..~ ""-l.L......~........Y._..,~o:..,,;r -~-----'=---:-~ .. II . IJ - .1 1 -------- . ~---- . I. .. I. I. I.. .. t.... 1'.. '. .!. I ~ ., 'W \, .. I. . ~. .., ~ -: - =-=- ..:.~~=-~--'-~--.~-----\ g I I I I I I I r---~ I I I I I I J I, -------, I I I I I I I I I " L------r------, I /~ I ~ I / ..:c ..:c I / .~ I.~ / ~ I - c U ;.0, , // z ~ j j~: I H ~~; [J , ; '"[ / .~ I <<~r:,,, 'f8) '--7' "' ~ ~ ~~ ~ ~ ~ -. L S. I ;.( / ~:" I~" - ~ , : ~ (!)_. J I (Di r,;J' '~/I e) ---- ~ /~l~~ - - r~";>--V:-";- - - =--- ~ t --.-..-..-..--..-..-..-.. ..-..- . I '" '-/ ~ .....,.. ...cr>:;, f'1l 16 l. , Ulft)Q.qt'lli I ~ u z c... r...; . " I J C - .. -JJ I .t: /"" -------------, ~~ ,,~'fJ f {I ~ 0 - -~!~rl~ ~ - ~ ~ 0 ~ _, ~" · rr " t ",\1 Q c [ 00 C C c.. [ .c. I: [ Ec - o_._..~____ i~Cgg.:~.I~ggC~ggg -----1) i ~: i : : ~ ~ i ; s ; ; ~ i o I [ ~: : : :: :; :: ~ g:5 g g gig ~~:.o...; or". orO,..:":- "':1.0";' oJ, ~i"'; .~ ~ ~ ~ ~i ~ g~ ~;; ~" Q ~ - . c. _u ~ J: > .~ ~ !~ .~ .. 133lHS lH91 'l=;;E == ~ ~.- b ! ~ .,' ~~ -. .. ~. ~. 0 ~ ~ -I. I~ ~ ~ ~ ~ : : : : : ~::; ;;; ~I: ~; ~ ~ :: ~ ~ : ; ~ ~ :~ :I~ i- ",oaoO"",,,"OOOOO? 01 c ( ( ere c c c t: c c ~ ~c g ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ $ ~: ; ; ; I; r; ~; ~ ; ; ; ,.... j!ijjj~i~~~~~ j , . ~, !K~;~~~~~~gggggg i~ ~~_.w~~w.~.~.~. ..,.;:<...... ~ ~ , :tI ~ ~ - .. ... Cl '" "'1- '" .... IQ 00'" ~ ~ ~ ~ ~'il~ : ::; r ::; : :; ~ t * ;;;c:'I~I:I:~:~~~:~"~ ~~:.;..;..;.;..;.,;...........,.,....r... 1; I Ox _ ..... 0... II) "".,.. ... .... - <lI o ~_""";~""I"-~~ ~ ill ~ 133lilS I.USI-.- . f: ~ :;II~: 55/:;; ~ - .. ~ . ~ j~- ; ~ ~I~I:; ;/; y ~I~ ~ ~ ~ i ~ ~ :J &00- :J ~ 191 AID - sj%~ AMENDMENT NO.5 TO THE DESIGN-BUILD AGREEMENT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA AND RIC-MAN INTERNATIONAL, INC., DATED MARCH 17,2004 IN AN AMOUNT NOT-TO-EXCEED $ $1,094,815.46 FOR THE PROVISION OF ADDITIONAL DESIGN AND CONSTRUCTION SERVICES NECESSARY FOR THE IMPLEMENTATION OF THE 16TH STREET DRAINAGE IMPROVEMENTS, AND OTHER MISCELLANEOUS IMPROVEMENTS, FOR THE RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS PROGRAM NEIGHBORHOOD NO. 10D - WASHINGTON AVENUE PROJECT This Amendment NO.5 to the Agreement, made and entered this6rJtAday of 2006, by and between the CITY OF MIAMI BEACH, a Municipal orporation existin under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139 (hereinafter referred to as CITY), and RIC- MAN INTERNATIONAL, INC., a corporation having its offices at 2601 Northwest 48th Street Pompano Beach, FL 33073 (hereinafter referred to as DESIGN-BUILD CONTRACTOR). RECITALS WHEREAS, pursuant to Resolution No. 2004-25463 the Mayor and City Commission approved and authorized the Mayor and City Clerk to execute a Guaranteed Maximum Price Contract with Design-Build Contractor, pursuant to Invitation to Bid No. 22-02/03 for Design-Build Services to Design and Construct the Washington Avenue Improvements - Phases II, IV and V Streetscape and Utility Improvement Project (the Agreement); and WHEREAS, the Agreement provides for the design, permitting, construction and construction engineering services during construction for the Washington Avenue Improvements Project, Phase II, IV and V, from 5th Street to 16th Street (the Project); and WHEREAS, the Agreement was executed for a Guaranteed Maximum Price of $12,104,429; and WHEREAS, pursuant to Resolution No. 2006-26205, the City approved Amendment NO.1 to the Agreement, in the amount of $555,783.98, for the inclusion of right-of-way improvements to coordinate the Flamingo / Lummus drainage infrastructure improvements within the Wasbington Avenue right-of-way that were required to be constructed so that the drainage system would operate as designed; and WHEREAS, Amendment NO.1 increased the total Agreement fee by $555,783.98, for a total fee of $12,660,212.98; and WHEREAS, pursuant to Resolution No. 2005-26024, the City approved Amendment No.2 to the Agreement, in the amount of $686,880, with Miami-Dade County for the inclusion of traffic signal improvements on 11 th, 12th, 13th, and 14th Streets on Washington Avenue; and WHEREAS, Amendment NO.2 increased the total Agreement fee by $686,880, for a total fee of $13,347,092.98; and WHEREAS, pursuant to Resolution No. 2006-26101, the City approved Amendment No.3 to the Agreement, in the amount of $1,642,301.22, for the inclusion of planned right-of-way improvements along yth and 8th Streets, between Washington Avenue and Ocean Drive; and WHEREAS, Amendment NO.3 increased the total Agreement fee by $1,642,301.22, for a total fee of $14,989,394.20; and WHEREAS, pursuant to Resolution No. 2006-26128. the City approved Amendment NO.4 to the Agreement, in the amount of $574,560, for the inclusion of Green Malayan Coconut Palms in the medians from the 600 to the 1600 block of Washington Avenue; and WHEREAS, Amendment NO.4 increased the total Agreement fee by $574,560, for a total fee of $15,563,954.20; and WHEREAS, the City has negotiated the following Amendment NO.5 to the Agreement, in the amount of $1,094,815.46, to include drainage improvements along 16th Street, between Washington and Collins Avenues, and other miscellaneous improvements along the Washington Avenue corridor; and WHEREAS, this Amendment NO.5 will increase the total Agreement by $1 ,094,815.46, for a total fee of $16,658,769.66. NOW. THEREFORE. the parties hereto, and in consideration of the mutual promises, covenants, agreements, terms, and conditions herein contained, and other good and valuable consideration, the respect and adequacy are hereby acknowledged, do agree as follows: 1. ABOVE RECITALS The above recitals are true and correct and are incorporated as a part of this Amendment NO.5. 2. MODIFICATIONS The Agreement is amended, as set forth in "Attachment 1 ", attached and incorporated hereto. 3. RATIFICATION The CITY and DESIGN-BUILD CONTRACTOR ratify the terms of the Agreement, as amended by this Amendment No.5. IN WITNESS WHEREOF, the parties hereto have caused this Amendment NO.5 to be executed in their names by their duly authorized officials as of the date first set forth above. ATTEST: ~t fW-ck CITY CLERK Robert Parcher ATTEST: l?efr/ L C?tPs111o ~ Print Name AYOR David Dermer RIC-MAN INTERNATIONAL, INC. #J( PRESIDENT ~ ik If}) fJ1a t1 t lh / Print Name ATTACHMENT 1 Section 01000 Section 01000 of the Contract Specifications entitled, "Professional Services", is amended as follows: PARAGRAPH 1.02 - SCOPE OF PROFESSIONAL SERVICES, after Paragraph "Q." insert the following new Paragraph "R": R. DESIGN-BUILD CONTRACTOR shall provide all design, field coordination services, permitting, maintenance of traffic, materials, manpower and equipment, tree and shrub maintenance and guarantee and all other work as necessary to install drainage improvements in accordance with the Technical Memorandum for Washington Avenue and 16th St, Alternative 2 prepared by APCT Engineers and Ric-Man International, Inc. and dated January 16, 2006. Construction Engineering services during this work shall include, but not be limited to, preparation of design plans; preparation of permit applications; attendance at pre- application meetings with regulatory agencies; procurement of permits, preparation of as- built plans; review and approval of submittals, working drawings, and shop drawings; processing and responding to contractor requests for information; construction inspection and reporting; witness testing of systems; soil compaction verification; development of detailed punch list(s); and coordination to obtain substantial completion and close outwork required for final acceptance. A contingency of $200,000.00 is added to this work to replenish the prior contingency amount that was expended on CITY requested revisions. This provides the CITY with additional flexibility to address additional requested changes that may arise.