Loading...
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