HomeMy WebLinkAbout2005-25868 Reso
RESOLUTION NO.
2005-25868
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI
BEACH, FLORIDA, APPROVING AMENDMENT NO.5, IN THE AMOUNT OF $556,214, TO
EDAW'S AGREEMENT WITH THE CITY, FOR THE PLANNING AND DESIGN OF THE
FLAMINGO NEIGHBORHOOD RIGHT OF WAY IMPROVEMENTS PROJECT, TO PROVIDE
ADDITIONAL PROFESSIONAL SERVICES REQUIRED TO IMPLEMENT ADDITIONAL
WATER MAIN REPLACEMENTS, UTILITY VERIFICATION, EXTENDED PLANNING PHASE,
AND ENCROACHMENT ANALYSIS SERVICES, AND FURTHER APPROPRIATING
FUNDING FOR THIS PURPOSE AS FOLLOWS: $121,405 IN SERIES 2000 WATER AND
SEWER BOND DESIGN/MANAGEMENT CONTINGENCY FUNDS; $121,404 IN SERIES
2000 STORMWATER BOND DESIGN/MANAGEMENT CONTINGENCY FUNDS; $128,309 IN
SERIES 2000 WATER AND SEWER BOND FUNDS; $4,725 IN SERIES 2000
STORMWATER BOND FUNDS; AND $7,999 IN 1999 G.O. BOND FUNDS.
WHEREAS, on July 18,2001, the City executed an agreement with EDAW for the planning
and design of the Flamingo Neighborhood Right of Way Infrastructure Improvement Project (the
Project)with a not-to-exceed fee of $1 ,840,000; and
WHEREAS, the Project included design of water supply, drainage, landscape, lighting, traffic
calming, and streetscape improvements; and
WHEREAS, Amendments No.1 and No.2 for, respectively, the design of Meridian Avenue
improvements ($35,999) and improvements within the South Pointe RDA and City Center RDA
($278,806), were approved on September 11, 2002, increasing the total contract value to
$2,154,805; and
WHEREAS, Amendment No.3 for the provision of additional geotechnical investigations in
the amount of $63,298 was approved on October 13, 2003, further increasing the total agreement
value to $2,218,103; and
WHEREAS, Amendment No.4 was approved in December 2004 in the amount of $14,423
for additional professional services required to prepare the application and supporting
documentation and present the Project 60% design documents to the Historic Preservation Board
bringing the total agreement value to $2,232,526; and
WHEREAS, the construction design of the Project is currently near the 60% completion level
and was approved by the Historic Preservation Board on April 12, 2005 and is scheduled to be
presented at a Community Design Review Meeting on April 14, 2005; and
WHEREAS, as work on the Project has continued, a need for a number of additional
required services has been identified; and
WHEREAS, underground utility infrastructure requirements were identified at the onset of the
program via a series of meetings that were intended to identify those utilities that required
replacement; and
WHEREAS, as the planning and design phases progressed, the Public Works Department
finalized its field data collection and system evaluation activities; and
WHEREAS, this additional investigative work identified the need for additional water mains
to be replaced based upon anticipated system capacity requirements and end of useful life criteria;
and
WHEREAS, a water main replacement program was established by the Public Works
Department with three priority levels; and
WHEREAS, sufficient funding was determined to be available to replace all identified
citywide Priority 1 (undersized pipes that need to be increased in size to meet increased demand
and fire safety supply requirements) and Priority 2 (galvanized iron pipes that need to be replaced)
water mains; and
WHEREAS, some of these were not included in the prioritized listing once it was completed
and other pipes that had not been part of the original scope were identified to be included in the
completed prioritized listing; and
WHEREAS, therefore, it became necessary to amend the original Agreement to provide
neighborhood consultants with the requisite compensation to design, permit, and provide
construction administration services for the additional work; and
WHEREAS, as a result of these analyses, a revised total of 30,600 linear feet (as compared
to the original total of 22,240 linear feet) of water mains were identified to be replaced within the
Project boundaries; and
WHEREAS, a fee of $280,990 (Attachment A) was negotiated to compensate the Consultant
for the additional detailed design, permitting, and construction administration services required to
implement the revised water main scope of work; and
WHEREAS, the original Agreement included an allowance of $25,000 for underground utility
verification to ensure that proposed improvements did not conflict with existing utilities; and
WHEREAS, as the Project design has progressed, the areas of potential conflict have
increased substantially due to the additional water main replacements required as discussed above;
and
WHEREAS, therefore, an additional $267,809 is required to supplement the existing
allowance which will include additional coordination for the increased number of test holes; and
WHEREAS, the $25,000 allowance has already been allocated and appropriated the total
cost of proposed additional services related to utility verification is $242,809; and
WHEREAS, as a result of additional time needed to reach consensus on the Project scope
with both the community and City Departments, the planning phase of the Project extended 22
weeks (approximately five and a half months) beyond the period specified in the original Agreement,
which required a substantial additional effort by the Consultant, and a fee of $12,221 was negotiated
for these additional services; and
WHEREAS, the City developed a standard procedure for addressing right-of-way
encroachments that requires the encroachments to be listed in a particular format by address and
disposition that was not specified in the original Agreement and a fee of $20,194 was negotiated for
this additional effort; and
WHEREAS, these additional services totaling $556,214 constitute Amendment NO.5 to
EDAW's Agreement for the planning and design of the Flamingo Neighborhood ROW
Improvements 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, approve
Amendment No.5, in the amount of $556,214, to EDAW's Agreement with the City, for the
planning and design of the Flamingo Neighborhood Right of Way Improvements project, to provide
additional professional services required to implement additional water main replacements, utility
verification, extended planning phase, and encroachment analysis services, and further
appropriating funding for this purpose as follows: $121,405 in Series 2000 Water and Sewer Bond
design/management contingency funds; $121,404 in Series 2000 Stormwater Bond
design/management contingency funds; $128,309 in Series 2000 Water and Sewer Bond funds;
$4,725 in Series 2000 Stormwater Bond funds; and $7,999 in 1999 G.O. Bond funds.
PASSED AND ADOPTED this 20th day of April, 2005.
ATTEST:
~J ~M~
CITY CLERK
Robert Parcher
T:\AGENDA \2005\Apr2005\Regular\RESOcedawaddservices.doc
APPROVED AS TO
FORM & LANGUAGE
& FO ECUTION
{.J-(Lfi(V ~
ity Attorney ~ ~.
CITY OF MIAMI BEACH
COMMISSION ITEM SUMMARY
m
Condensed Title:
A Resolution Approving Amendment Five To The City's Agreement With EDAW For The Design Of The
Flamingo Neighborhood ROW Improvement Project Increasing The Fee By A Total of $556,214To Provide
For Additional Services Consisting Of Water Main Design and Construction Administration Services, Utility
Verfication Services, Extended Planning Phase Services, and Encroachment Analysis Services Which Are
Required To Implement the Project and Further Appropriating the Required and Available Additional
Funding From Series 2000 Water and Sewer Bond Design/Management Contingency Funds, Series 2000
Stormwater Bond Design/Management Contingency Funds, Series 2000 Water and Sewer Bond Funds,
2000 Stormwater Bond Funds, and 1999 G.O. Bond Funds For This Purpose.
Issue:
Shall the City amend its agreement with EDAW for the design of the Flamingo Neighborhood Right of Way
Improvement Project by $556,214 to provide for additional planning and design services required to
im lement the Pro'ect and A ro riate the corres ondin re uired fundin ?
Item Summary/Recommendation:
On July 18, 2001, the City executed an agreement with EDAW for the design of the Flamingo
Neighborhood ROW Improvement Project with a not to exceed fee of $1,840,000. Amendments One and
Two for, respectively, the design of Meridian Avenue improvements ($35,999) and improvements within
the South Pointe RDA and City Center RDA ($278,806) , were approved on 9/11/02. Amendment Three for
the provision of additional geotechnical investigations in the amount of $63,298 was approved on 10/15/03.
Amendment Four was negotiated and approved by the City in December 2004 in the amount of $14,423
for additional professional services required to prepare the application and supporting documentation and
present the Project 60% design documents to the Historic Preservation Board bringing the total agreement
value to $2,232,526. As the Project design has progressed, a need for the following additional required
services has been identified: (1) additional water main design, permitting, and construction administration
services required for the addition and change of location of required water line improvements ($280,990);
(2) additional utility location services to include a total of 1,414 locations and the associated coordination
effort ($242,809); (3) additional planning services due to the extension of the project planning phase by 22
weeks (5 and a half months) beyond the period specified in the contract ($12,221); and (4) encroachment
analysis services required to identify encroachments in a manner necessary for the Project but not
provided for in the original Agreement ($20,194). Funding for the additional services is available from the
appropriate sources. The Neighborhood ROW Improvement Program Manager Hazen and Sawyer
recommends that the City approve the Amendment. The Finance and City Wide Projects Committee
recommended approval of Amendment five at their meeting on April 8, 2005. The Administration
recommends approval of the resolution.
Advisory Board Recommendation:
I NA
Financial Information:
Source of Amount Account Approved
Funds: 1 $128,309 Series 2000 Water and Sewer Bond
2 $4,725 Series 2000 Stormwater Bond
3 $7,999 1999 G.O. Bond
4 $121,405 Series 2000 Water and Sewer
Design/Management ContinQency
5 $121,404 Series 2000 Stormwater
Design/Management Contingency
Finance Dept. Total $383,842
Assistant City Manager
Manager
AGENDA ITEM
DATE
c. 7/'1
({-20 -dS-
CITY OF MIAMI BEACH
CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139
www.miamibeachfl.gov
COMMISSION MEMORANDUM
From:
Mayor David Dermer and
Members of the City Commission
Jorge M. Gonzalez ~
City Manager ~ L..
Date: April 20, 2005
To:
Subject:
A RESOLUTION OF THE MAYOR AND CI COMMISSION OF THE CITY
OF MIAMI BEACH APPROVING AMENDMENT FIVE TO EDAW'S
AGREEMENT WITH THE CITY FOR THE PLANNING AND DESIGN OF
THE FLAMINGO NEIGHBORHOOD RIGHT OF WAY IMPROVEMENT
PROJECT TO PROVIDE FOR ADDITIONAL PROFESSIONAL SERVICES
IN THE AMOUNT OF $556,214 REQUIRED TO IMPLEMENT THE
PROJECT INCLUDING ADDITIONAL WATER MAIN REPLACEMENT,
UTILITY VERIFICATION, EXTENDED PLANNING PHASE, AND
ENCROACHMENT ANALYSIS SERVICES, AND FURTHER
APPROPRIATING FUNDING FOR THIS PURPOSE AS FOLLOWS:
$121,405 IN SERIES 2000 WATER AND SEWER BOND
DESIGN/MANAGEMENT CONTINGENCY FUNDS; $121,404 IN SERIES
2000 STORMWATER BOND DESIGN/MANAGEMENT CONTINGENCY
FUNDS; $128,309 IN SERIES 2000 WATER AND SEWER BOND FUNDS;
$4,725 IN SERIES 2000 STORMWATER BOND FUNDS; AND $7,999 IN
1999 G.O. BOND FUNDS.
Administration Recommendation
Approve the Resolution.
FundinQ
Funding for the Amendment will be provided as follows:
· $17,774 from 1999 G.O. Bond Funds;
· $285,130 from Series 2000 Water and Sewer Bond Program construction
contingency funds;
· $10,501 from Series 2000 Stormwater Bond Funds;
· $121,405 from Series 2000 Water and Sewer Bond Design/Management
Contingency funds; and
· $121 ,404 from Series 2000 Stormwater Bond Design/Management Contingency
Funds.
The portion of the costs for which this funding is being provided generated by work in
Commission Memorandum
Amendment Five to EDA Ws Agreement for the Planning & Design of the Flamingo Neighborhood ROW Project
April 20, 2005
Page 2 of 5
construction Bid Package C have not been previously appropriated. Therefore, the
following amounts need to be appropriated:
· $121,405 from Series 2000 Water Design/Management Contingency Funds;
· $121 ,404 from Series 2000 Stormwater Bond Design/Management Contingency
Funds;
· $128,309 from Series 2000 Water and Sewer Bond Funds;
· $4,725 from Series 2000 Stormwater Bond Funds; and
· $7,999 in 1999 G.O. Bond Funds.
ANAL YSIS
On July 18,2001, the City executed an agreement with EDAW for the planning and design
of the Flamingo Neighborhood Right of Way Infrastructure Improvement Project with a not-
to-exceed fee of $1,840,000. The Project includes water supply, drainage, landscape,
lighting, traffic calming, and streetscape improvements. Amendments One (1) and Two (2)
for, respectively, the design of Meridian Avenue improvements ($35,999) and
improvements within the South Pointe RDA and City Center RDA ($278,806), were
approved on 9/11/02, increasing the total contract value to $2,154,805. Amendment Three
(3) forthe provision of additional geotechnical investigations in the amount of $63,298 was
approved on 10/15/03 further increasing the total agreement value to $2,218,103.
Amendment Four (4) was negotiated and approved by the City in December 2004 in the
amount of $14,423 for additional professional services required to prepare the application
and supporting documentation and present the Project 60% design documents to the
Historic Preservation Board bringing the total agreement value to $2,232,526. The
construction design of the Project is currently at the 60% completion level and was
approved by the Historic Preservation Board for on April 12, 2005 and is scheduled to be
presented at a Community Design Review Meeting on April 14, 2005.
Additional Services for Water-related Infrastructure
As work on the Project has continued, a need for a number of additional required services
has been identified. Original scopes of work were prepared for the various neighborhood
consultants based upon input from the various Departments, such as the Planning and
Public Works Departments. Underground utility infrastructure requirements were identified
at the onset of the program via a series of meetings that were intended to identify those
utilities that required replacement. As the planning and design phases progressed, the
Public Works Department finalized its field data collection and system evaluation activities.
This additional investigative work identified the need for additional water mains to be
replaced based upon anticipated system capacity requirements and end of useful life
criteria. A water main replacement program was established by the Public Works
Department with three priority levels; this effort took approximately 24 months to complete.
Sufficient funding was determined to be available to replace all identified citywide Priority 1
(undersized lines that need to be increased in size to meet increased demand and fire
safety supply requirements) and Priority 2 (galvanized iron lines that need to be replaced)
Commission Memorandum
Amendment Five to EDAWs Agreement for the Planning & Design of the Flamingo Neighborhood ROW Project
April 20, 2005
Page 3 of 5
water mains. However, funding shortfalls precluded the replacement of all but the most
important Priority 3 (iron lines that need to be replaced because of extensive tuberculation)
water mains.
In an effort to move the neighborhood improvement projects forward, detailed design
activities proceeded on a parallel path to the Public Works Department's water main
replacement investigative effort. As a result, adjustments were required to the type, length
and location of lines well into the design process. Originally, approximately 22,240 feet
were identified to be replaced. Some of these were not included in the prioritized listing
once it was completed. Other lines that had not been part of the original scope were
identified to be included in the completed prioritized listing. Therefore, it became
necessary to amend the original Agreement to provide neighborhood consultants with the
requisite compensation to design, permit, and provide construction administration services
for the additional work.
As a result of these analyses, a revised total of 30,600 linear feet (as compared to
the original total of 22,240 linear feet) of water mains were identified to be replaced
within the Project boundaries. A fee of $280,990 (Attachment A) was negotiated to
compensate the Consultant for the additional detailed design, permitting, and construction
administration services required to implement the revised water main scope of work; it is
proposed that this cost will be funded through the Series 2000 Water and Sewer Bond
Project construction contingency funding. The portion of this cost generated by work in
construction Bid Package C has not been appropriated. Therefore $126,446 in Series
2000 Water and Sewer Bond Project construction contingency funding needs to be
appropriated.
The actual construction cost impact of the revised water main design is anticipated to be
an approximate increase of $3,401,756. This increase is generated by the increased
quantity of water mains to be constructed as well as the increased expenses associated
with routing water mains around proposed new underground utilities. It is anticipated that
this funding will be provided through the issuance of a supplemental Water and Sewer
Bond.
Additional UnderQround Utilitv Verification Services
The original Agreement included an allowance of $25,000 for underground utility
verification to ensure that proposed improvements do not conflict with existing utilities.
(Resolution of these conflicts during actual construction is extremely costly so it is critical
that they be minimized or eliminated while developing the construction documents). As the
Project design has progressed, the areas of potential conflict have increased substantially
due to the additional water main replacements required as discussed above. In addition,
the Consultant has recently raised a concern with the validity of available underground
utility information provided by the various utility owners. Therefore, the Consultant has
identified a need for a total of 1,414 locations that require verification. It is important to
note that the underground utility verification services cost proposal obtained is a very
Commission Memorandum
Amendment Five to EDAWs Agreement for the Planning & Design of the Flamingo Neighborhood ROW Project
April 20, 2005
Page 4 of5
competitive rate due to the volume of work to be performed. Further, this is a reimbursable
cost, and every effort will be made to utilize only that portion which is required . To this end,
Hazen and Sawyer, the Program Manager, has obtained related information from the State
of Florida Department of Transportation which, once the testing process begins, may
reduce the actual number of required locations.
The original scope of services established an allowance of $25,000 for this effort. It was
always contemplated at the project initiation that this allowance would have to be
reevaluated when additional utility information was made available by the utility owners.
Therefore, an additional $222,450 is required to supplement the existing allowance.
Further, there is additional effort on the part of the Consultant to coordinate the increased
number of test holes; the City negotiated an amount of $20,359 for this additional effort.
These costs are detailed in Attachment B. The negotiated fee for all utility verification
services is $267,809; however, $25,000 has already been allocated and appropriated.
Therefore, the total cost of proposed additional services related to utility verification is
$242,809 and is proposed to be funded equally through the Water and Sewer and
Stormwater Bond Design/Management Contingency components of the Program
contingency set aside for such services; this entire amount needs to be appropriated from
Water and Sewer and Stormwater Bond Design/Management Contingency funding. The
results of this extensive additional testing may require some redesign of parts of the Project
but should serve to avoid an increase in the Project construction cost.
Extended Plannina Phase Additional Services
As a result of additional time needed to reach consensus on the Project scope with both
the community and City Departments, the planning phase of the Project extended 22
weeks (approximately five and a half months) beyond the period specified in the
original Agreement, requiring a substantial additional effort by the Consultant. There will
be no additional construction costs generated by this effort. A fee of $12,221 (Attachment
C) was negotiated for these additional services and will be funded through the G.O. Bond
component of the Project construction contingency. The portion of this cost generated by
work in Construction Bid Package C has not been appropriated. Therefore, $5,500 in 1999
G.O. Bond Program construction contingency funding needs to be appropriated.
Encroachment Analvsis Additional Services
The City has developed a standard procedure for addressing right-of-way encroachments
that requires the encroachments to be listed in a particular format by address and
disposition that was not specified in the original Agreement. Encroachments identified
in the Flamingo neighborhood number in the hundreds, and a fee of $20,194
(Attachment C) was negotiated for this additional effort. The provision of the
encroachment listing in the requested format is intended to expedite their resolution which
would serve to limit construction cost increases that might otherwise be generated by
confronting these issues during actual construction. The need for this encroachment
analysis is generated by above ground improvements, water improvements, and
Commission Memorandum
Amendment Five to EDA Ws Agreement for the Planning & Design of the Flamingo Neighborhood ROW Project
April 20, 2005
Page 50f5
stormwater improvements. Therefore the cost of this service will be allocated to G.O.
Bond, Water and Sewer, and Stormwater Bond funding according to their corresponding
percentage of the total construction budget. Funding for this service will therefore be
provided as follows: $5,553 in 1999 G.O. Bond Program construction contingency funds;
$4,140 in Series 2000 Water and Sewer Bond Program construction contingency funds;
and $10,501 in Series 2000 Stormwater Bond Program construction contingency funds.
The portion of this funding generated by work falling within Bid Package C has not been
previously appropriated. Therefore, the following funding appropriations need to be made:
$2,499 in G.O. Bond Program construction contingency funds; $1,863 in Series 2000
Water and Sewer funding Program construction contingency funds; and $4,725 in Series
2000 Stormwater Bond Program construction contingency funds.
Conclusion
Together, these additional services totaling $556,214 constitute Amendment Five (5) to
EDAW's Agreement for the planning and design of the Flamingo Neighborhood ROW
Improvements Project. The Neighborhood ROW Improvement Program Manager Hazen
and Sawyer has determined that these additional services are required to implement the
Project. This Amendment will increase the total EDAW agreement value to $2,788,740
out of a total Project cost of approximately $32.6 million. The Finance and Citywide
Projects Committee discussed this request for additional services at their meeting on April
8, 2005, and recommended that the full amount of additional services be sent to the
Commission on April 20, 2005 for approval.
<9 r;W.)
J MG/TH/ J ECH/KLM/DP~;ttt-
v
T:\AGENDA \2005\Apr2005\Regular\edawaddservicesmemo.doc
ATTACHMENT A
o
EDAW
EDAW INC
1688 MERIOIAN AVENUE
SUITE 303
MIAMI BEACH FLORIDA
33139
TEL 305 604 5878
FAX 305 604 5704
LICENSE NUMBER LC0000386
www edaw.com
24 September 2004
Charles O. Carreno, P.E.
Deputy Project Manager
Hazen & Sawyer, P.c.
975 Arthur Godfrey Road, Suite 211
Miami Beach, FL 33140
Re: City of Miami Beach
Right-of-Way Infrastructure Improvement Program
Neighborhood No. 10: Flamingo / Lummus (IA029.01)
Waterline Add Fee Proposal
Dear Mr. Carreno:
As discussed at the July 30, 2004 Design Progress Review Meeting, we are rescinding
our November 18, 2003 proposal and submitting this updated manhour / fee estimate
in the amount of $280,990 for additional planning, design, bid & award, and
construction administration services related to the revised water main improvement
plan per Exhibit A-3.
. The total estimated length of water main replacement under Exhibit A
(original contract) is 22,240 feet.
. The total estimated length of water main replacement under Exhibit A-3
(provided 10.10.03) is 30,600 feet. .
. There are approximately 6,720 feet of overlapping or duplicate water main
locations between Exhibit A and Exhibit A-3.
This proposal considers the water main work associated with Exhibit A to be 60%
complete with detailed design. The requested additional compensation is based on the
following:
. bringing 23,880 LF of new pipe (30,600 LF of pipe per Exhibit A-3 less 6,720
LF overlap from Exhibit A) from 0 to 100% complete through B&A and CA
. crediting back 15,520 LF of pipe replacement (22,240 LF of pipe per Exhibit
A less 6,720 LF overlap with Exhibit A-3) from 60% through completion
. continuing to develop 6,720 LF (overlap between Exhibits A & A- 3) from 60
to 100% as per original contract
We understand that the City has requested Design through CA Phase services only.
Therefore, none of the tasks associated with the Planning Phase are included in this
proposal.
Other considerations regarding this request may need to be addressed such as the
anticipated increase in the overall construction cost due to the additional water lines
DESIGN, PLANNING AND ENVIRONMENTS WORLDWIDE
Flamlnlilo_04D924_H&S_W.hr Add LeUer A.3_REVISED.doc
EDAW
Charles O. Carreno, P .E.
September 24, 2004
Page 20f2
and any impact to the design/construction schedule due to the required survey and
redesign effort.
This additional service request is valid for sixty (60) days at which time we reserve
the right to review and renegotiate the proposed scope and fee.
Please feel free to call with any questions or comments regarding this proposal.
Best Regards,
<< sent via email without signature >>
Leonardo Alvarez
Vice-President / Principal
Cesar M. Garcia-Pons
Senior Associate
cc: David Troncale, file - EDA W
Encl.
Confirmed and accepted by:
EDA W, Inc.
City of Miami Beach
Authorized Signature
Authorized Signature
Typcd/Printcd Namc
Typed/Printcd Name
Title
Title
Date
Date
F1omingo_040924\_H&S _Waler Add leller A-3_REVISED doc
...
"C:c
o:E
o )(
-EW
o ...
.r; QI
.co.
.r; c
CICI
'Gj 'iij
Z QI
1119
:l QI
EO::
E c
:l .-
..J~
o ...
CI!
c ca
.- ~
E ...
~ 0
11.....
ala;
2: QI
u-;
~
...
o
~
M
.(
II>
'" 0 0 0 co co 0 0 ::> 0 0
0 0 0 0 0 0 0 0 0 0 0
;; 0 0 6 co co co c:i 0 c:i 0 5i
0 oF> VI oF> '" '" v; '" VI VI oF>
u
ii
0
....
"
5
~ 0 0 000 0 coo 0 c
ii
o
....
1:: lo.
~ ~
,
III
o
'e
"0
<I(
,'" 0 0 0 co 0 0 0 0 0 c-
o 0 0 0 0 0 0 0 0 '" 0
0 0 0 0 0 0 c- o 0 0 '"'
0 '" '" 0 '"' 0 co 0 0 '" '"
0> 0 0 0 0 0 0 0 '" 0 0
0 0 0 0 0 0 0 0 0 0 0
'" Q co co co co c 0 '" 0 0
.
0:
..
o
.
0:
..
o
Iii
W
l1.
U
.
Q'
~
W
l1.
o
'c
.
III
l!l
!
...
.
01
..
o
..
::E
"t
~
~
o
U
~
o
'0
~
..,.
0
0
~ t!.~ ?F- "i!- N
'" 1:0 ~ . ?F- ~
": ., '" on ..,. .... 0 N
U; ai ai oci 0 0 oi c::i Cii
N .... .... 0 0
.... ., .... ~
""' oci r:
1:0 N
~
II> II> ...
OJ M " '" 0 <D N ~ 0 0 0 " 0 0 " 0 0 <D N '"' N ;:.
0 '" 0 " 0 '" M 0 0 0 ~ CO '"' ~ 0 0 '" '" '" '"
~ <D '" ;;; c:i 0 ,..: '" 0 0 '" " 5'i CO " 5; 6 ("-j .0 CO ... M
'" '" VI co e, 0 V) V) VI N '" V) " :0 v; '" M
'" " '" <T- N C> N "' C../ M
,,; ~ <0 en :i .,; 0; <"i '" .0 ,..: <'i
oF> oJ) ;;; V) VI '" oF> ;;, V) VI on
;;; VI
OJ '" 0 .,. <D <D N '" '" N 0
" 0 ;:: CO 0 0 '" '0 CO '" ;2
OJ ~ '" CO cO "' " .,. ;:' '" M
N
'" 0 0 .,. CO C 0 CO
N "
0 0 0 '" ~ '"" 0
'" .,
'" M N
(0 ~ 0 0 0 '" '" 0
..., ," N
'" 0 'f! g 0 '" 0 CO
~ N
~ '" ':". ~ <> '" "" CO
':' '"
(0 0 ':". " 0 '" C. ;;
" '!! ~, '"
'" '" "' (;"1 '::0 " C "
N N
"
;;;
0:: '"
Ol E
~ "
E
<Ii '" a
c '"
u g co 0
m -c E 0
E c Q; 0
0 ~ 0 .. co
c. c. U in
U Q; 0 0 r ::< "
~ L; 0 '" Ol ;< 0
.. .f c. co ~
co ::< 5 .. ~ .. '0
~ '" ~ "
,E co 'in 0 " ;< .. U
Q; c :;= :;= 0 z:. .. J5
'" ::< w 0:: '" 0
" '1" .. 0 c co (j .. '0 ~ c c ~ ~
::< [;j If) co '" 'in ~ ;< . Ol 0
.. u c .~
Z '" 0:: co co in in 0 .. 'i: c ~ "
~ c E .. .. ;< , 0 co ;;; '" > " co
.. '1" ii 0 0 '0 .. .. . ~ 'in c c 0 .. .. c
Ol :; 8 0 z:. ~ '" " '" '" '" .. 0 0 z:. '" '" -
0 tl ili .. 0 !E 0 u 1" co ~
:i: :> ::< '1" 0 ili ii 0 1" c
C ~ .. ~ " " .. '" c 0 '" ~ "0 is. , .. c c
0 '\l '" "0 E E III '" g III ;;; > .!? .~ ~ E E = 0
.. 0 ., . 'm a ~ u
ii: i5" !" .!? " , E E 0 -c ii "0 E
" .. 0 .. 0 "0 0 C Q; Q; .. 0 0 .. w
It :E in <I( '" <.> u Ci III <I( u: N u: 0 0 u u 8 l1. <
. N .
.. .., "! ~ " "1 ": "'! "! ~ .. N M " '" '" .... .,
.. ~ ~ ..
z: z: N N N N N N N N
l1. l1.
0 '"" <> co 0 0 0
0 0 0 .,. <> 0 "
N N
C, '"' co '" '"' '"" '"
'"" 0 '" co 0 '"' "-'
co '" 0 .. co co
0 '" 0 " co 0 .,.
0 0 <> " c- o N
'" <> 0 0 0 '"' '""
<) <) co .::> 0 <) .,.
<) <) 0 0 0 0 co
0 '" <> 0 - ~~ "
" "
::) 0 ~ 0.:':) 0 ", co
;'o,J
0> 0 ~ N 0 '" ,"
.::) - t.. co '" c '"
"0
..
;< L;
.. u
, en
.. ~
'" 0 0
c .2 <.>
" ~ '" '"
~ '" 1l ~ 0
;; 0
u E 0 Q; <.> C>
0 'c
" 0 .. .. .. 0
; ~ E 'e ~ ::< 9 2i
u .. , "0 0 '"
!" ," .. g <I( 0 0 .. 1!
<I( u 1l u C> 0
C a; c 0 0 ~ c c
" 0 0 " c " i .2 c '" It g ,
0 U C ~ j c .Q L; 0
.. co " ~ ~ u ~ ~ U go ~ ~
01 0 E 8 2 0 J2 ~ 5: 0
0 ~ '" , 0 ;; u i3
;; g U U "'
"0 -g ~ u 0 c >- 0 ;;; Ci
" ~ !" "0 0 0 3l .. 0 tl
iii 0 .. w <Ii y >2 " C. "0 ..
C "0 C l.l c- o 'e-
M 0 "0 "0 "0 0 '" .. ~ u: .. .c a;
w <.> Iii "- <I( Iii <.> <I( w l1. :;= '" '" en u: l1.
'" '" M .. '" <D .... '"
<I( <I( N .., " '" <D ....
:x: ...; ...; ...; ...; ...; ...; ...; :x: .. ..,: ..,: ..,: ..,: ..,: ..,:
l1. II.
'" 0 0 '" 0 '"
" 0 0 0 0 "
c:i 0 0 0 '" c:i
en G <) <) '" '"
en "'. ~ 0 _0 '"
.,; ;;, ;;; ...; ~ 0
N co ..
VI VI N
... ...
:;;
M
N
18
...;
~ ..
....
.. N
~ '"
i3
...
~
N
~ "
<D
~ <D ,..:
en
Ci .. '"
...
fil
~ a;
., ~
'" N
Ci :!l ~
uj
... "6
0
W <D Q)
a;
"- ~ '"
u '" OJ
.. .. g (L
i5" '"
It
...
"'
w "'!
"- ;;0
~ on or;
1" " "
.. c
en '"
in
... ..
"0
:g ..
ii; <r
..,: M
0> J:
'" ;;;
c
'" ., as .0
::< " " ~
..,
.& w
a: ..
... '"
0
~ '" 0
to> ~
tl ~
~ '" "
c5 '"
en ~ 0
5- w
en
It ... '>
w
'" '" '" '"
~ " ;; ..
"
0 lL 0 ;;;
J: ! l.l ~
"ii 0 U
"0 .... ~ W
.... 0 ..
..
ii lL
" ~ 01 E
0 ..
2 0 ;; E
c. "0
= 0 , 0
a 0 u ..
~ .. '" 1l 0 .5 E
'" .& .. 0 jij '" <I(
:: u * "
,E ~ " !i
.. ~ "
z: il " in u. ~,
Il. en "' w "ii
-g .. "
'0 en 1ij "0
J5 u en
i:' u " "C go ~ .... ..
E- o
.. " .. I
E '" "0 >- I
E- O; .. .. "
E 1ii c. > ~ "5 N
:J 0 .. .. " .. '"
'" l.l '" t= f/) '"' 0
~ 1l N M " ~I
"" ~ cD a5 u; cD C>
.. is
..J 0
E
'"
u:
ATTACHMENT B
EDAW
EDAW INC
1688 MERIDIAN AVENUE
SUITE 303
MIAMI BEACH FLORIDA
33139
TEL 305 604 5878
FAX 305 604 5704
LICENSE NUMBER LC0000386
EDAW
28 February 2005
Charles O. Carreno, P.E.
Deputy Project Manager
Hazen & Sawyer, P.c.
975 Arthur Godfrey Road, Suite 211
Miami Beach, FL 33140
Re: City of Miami Beach
Right-of-Way Infrastructure Improvement Program
Neighborhood No. 10: Flamingo / Lummus (1A029.01)
Utility Verification Add Fee Proposal
Dear Mr. Carreno:
This additional service request is to provide utility verification services at several
locations throughout the Flamingo/Lummus neighborhood. These services will be
provided in the amount of $267,808.84 as per the attached spreadsheet and letter by
our subconsultant, F.R. Aleman & Associates, Inc.
This additional service request is valid for sixty (60) days at which time we reserve
the right to review and renegotiate the proposed scope and fee.
Please feel free to call with any questions or comments regarding this proposal.
Best Regards,
<< sent via email without signature >>
Leonardo Alvarez
Vice-President / Principal
Cesar M. Garcia-Pons
Senior Associate
cc: David Troncale, file - EDA W
Encl.
Confirmed and accepted by:
EDAW, Inc.
City of Miami Beach
Authorized Signature
Authorized Signature
Typed/Printed Name
Typed/Printed Name
DESIGN, PLANNING AND ENVIRONMENTS WORLDWIDE
FI8mlngo_OS0228_CMB_Utlllty V.rlfle.llon Add
Charles O. Carreno, P.E.
February 28, 2005
Page 2 of2
Title
Title
Date
Date
Flomingo_050228_CMB_utility Verification Add
ATTACHMENT C
'J
8~
00
iii en C"'l N N NN
0 "! ~ en en ai,.;
() .... C"'l ..t ..t ....N
N en .... .... ~~
(ij N .... ~ ~
"0 N c5 N N E E
l- i';; N .., .., Ql Ql
Eh tit tit > >
0 0
ZZ
~ "0
::l Ql
0 .... C"'l (/)
:J: Oll' ":;;
0 0 0 Ql
(ij .... N .., 0::
"0
I-
(ij
.!:!
lii
U
en C"'l
.... ....
eX>
"<t
....
en N
LO C')
C') 0
N ....
~
:0
E
><
UJ
ID
in
0::
OJ
@
i:i5
t5
~
e
o
u
Ql
'"
co
r.
c..
OJ
c
ID 'c
'" c
co co
eta::
01"0
.~ ~
C C
C Ql
~X
c..w
in
E
o
u..
C
"Q
in
u
<;::
~
Ql
::!:!
IDe
'" ID
co E
r.r.
c.. u
C co
.2J e
'" u
Ql C
ow
(ij 0
u
"5j
U
CD
C"'l
cri
N eX>
lii .., 1'-0.
.:=
co
0 w
...
Ql
C 0
OJ
'en
Ql
0
<{
--l co
t5 ~
ID ....
"Q
Q:
<{
--l
.Q 0
C
Ql W
(/J
iii ~
OJ
co
C cri
co .... 0
~ en 1'-0.
....
"0 ....
Q: Ell'
0 C"'l
t5 LO
~ <Xi
.., N
0 .., ....
If)
'0
Q: w
~ '" '"
ID Ul
::l ID
0 u.. 0
:J: ()
(ij (ij t5
"0 "0 .~
l-
I- 0
(ij
OJ
C
:0
::l
U
E:
'"
ID
Ql
u..
co
~ "0
t-
ea
E
E
::::I
II)
...
0
.c
ea
..J
N