HomeMy WebLinkAboutResolution 2025-34005RESOLUTION NO. 2025-34005
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY
MANAGER AND CITY CLERK TO EXECUTE AMENDMENT NO. 1 TO
CONTRACT NO. 24-016-01 BETWEEN THE CITY OF MIAMI BEACH AND RIC-
MAN INTERNATIONAL, INC., ISSUED UNDER ITB 2024-016-LB FOR THE
FORCE MAIN CANAL CROSSING REPLACEMENT AT PINE TREE DRIVE;
SAID AMENDMENT PROVIDING FOR THE FURNISHMENT AND
INSTALLATION OF A SANITARY SEWER BYPASS SYSTEM AND ADDITIONAL
30-INCH DUCTILE IRON PIPE, LOCATED AT THE INTERSECTION OF PINE
TREE DRIVE AND WEST 51ST STREET, AS WELL AS FITTINGS AND
APPURTENANCES NEEDED TO COMPLETE THE PROJECT, IN THE NOT -TO -
EXCEED AMOUNT OF $1,232,270.78, INCREASING THE TOTAL CONTRACT
COST FROM $5,189,255.50 TO $6,421,526.28.
WHEREAS, the objective of this project is to install two new parallel 30-inch diameter
sanitary sewer force mains at the intersection of Pine Tree Drive and West 51st Street; and
WHEREAS, these new parallel force mains will replace two existing ones that have
reached the end of their useful life and are at risk of failure; and
WHEREAS, these force mains are critical to the City's sewer infrastructure and were
identified through condition assessments and recommended for complete replacement in the
City's 2019 Sewer Master Plan; and
WHEREAS, these force mains convey all sewage flows from the north side of the City,
including all satellite cities, southward towards Miami Dade County's Central Districts Wastewater
Treatment Plant; and
WHEREAS, the replacement of these assets is a high priority for the City and was
recommended to take place between 2020 and 2025; and
WHEREAS, Contract No. 24-016-01, the construction contract for this force main
replacement project, was awarded to Rio -Man International, Inc. ("Ric -Man"), the lowest
responsible bidder, pursuant to Invitation to Bid (ITB) No. 2024-016-LB; and
WHEREAS, construction activities have been underway since December 2024, and the
project is currently 80 percent complete; and
WHEREAS, during construction, Ric -Man encountered unforeseen challenges such as
unanticipated permitting delays and significant discrepancies between field conditions and the
conditions documented in the record drawings; and
WHEREAS, these discrepancies included undocumented utility conflicts and one of the
existing force mains being significantly deeperthan identified in the contract documents, triggering
constructability concerns that led to a modification in scope, requiring additional labor and
materials; and
WHEREAS, moreover, the age of the City's existing sewer infrastructure presents
challenges regarding the reliability of the existing isolation valves in the vicinity of the project site,
including the inability to operate the City's existing sewer system valves; and
WHEREAS, this has resulted in the development of a bypass and isolation plan that
includes additional line stops from those anticipated in the original design; and
WHEREAS, accordingly, a modification to the scope is now critical for the project's
completion; and
WHEREAS, collectively, the project requires a scope amendment totaling $1,232,270.78,
reflecting the following adjustments:
• Contractor fees for storing and transporting the pipe required for project completion.
• Scope adjustments for changing the interconnection between the two systems from
the north to the south of the bridge.
• Scope adjustments for encountering the pipes at deeper elevations than originally
anticipated per contract documents/record drawings.
Additional field testing and ensuring compliance with construction permits.
• Upsizing the force main serving Sewer Pump Station #15 from 6 inches to 10 inches
as required based on encountered conditions.
• Furnishing and installing additional pipe, fittings, and appurtenances required to
change the interconnection location, avoid conflicts with undocumented utilities, and
tie-in to pipes at deeper elevations than initially anticipated.
• Constructing a bypass system between the two force mains to maintain sewer flow
and service while construction activities take place and provide temporary line stops
in lieu of operational valves as required for tie-ins to take place without further
compromising the City's existing sewer infrastructure.
Conducting tie-in operations, including maintaining excavations and backfilling.
• Additional re -striping required to restore the site.
WHEREAS, the Administration recommends approval of Amendment No. 1 to Contract
No. 24-016-01 to modify the project scope and allow for the completion of this critical project.
NOW, THEREFORE BE IT DULY RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITYOF MIAMI BEACH, FLORIDA, that the Mayor and City Commission
hereby approve and authorize the City Manager and City Clerk to execute Amendment No. 1 to
Contract No. 24-016-01 between the City of Miami Beach and Ric -Man International, Inc., issued
under ITB 2024-016-LB for the force main canal crossing replacement at Pine Tree Drive; said
amendment providing for the furnishment and installation of a sanitary sewer bypass system and
additional 30-inch ductile iron pipe, located at the intersection of Pine Tree Drive and West 51 st
Street, as well as fittings and appurtenances needed to complete the project, in the not -to -exceed
amount of $1,232,270.78, increasing the total contract cost from $5,189,255.50 to $6,421,526.28.
PASSED and ADOPTED this /7 day of l fCle^1 K✓ 2025.
Steven Meiner, Mayor
ATTEST:
DEC 2 2 2%
Rafael E. Granado, City Clerk `'' ? APPROVED AS TO
FORM & LANGUAGE
INrORP ORA1ED' & FOR EXECUTION
01,
sJp
Ci omey �M Date
Resolutions - C7 AP
MIAMI BEACH
COMMISSION MEMORANDUM
TO: Honorable Mayor and Members of the City Commission
FROM: Eric Carpenter, City Manager
DATE: December 17, 2025
TITLE: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY
MANAGER AND CITY CLERK TO EXECUTE AMENDMENT NO. 1 TO CONTRACT
NO. 24-016-01 BETWEEN THE CITY OF MIAMI BEACH AND RIC-MAN
INTERNATIONAL, INC., ISSUED UNDER ITB 2024-016-LB FOR THE FORCE
MAIN CANAL CROSSING REPLACEMENT AT PINE TREE DRIVE; SAID
AMENDMENT PROVIDING FOR THE FURNISHMENT AND INSTALLATION OF A
SANITARY SEWER BYPASS SYSTEM AND ADDITIONAL 30-INCH DUCTILE
IRON PIPE, LOCATED AT THE INTERSECTION OF PINE TREE DRIVE AND
WEST 51ST STREET, AS WELL AS FITTINGS AND APPURTENANCES NEEDED
TO COMPLETE THE PROJECT, IN THE NOT -TO -EXCEED AMOUNT OF
$1,232,270.78, INCREASING THE TOTAL CONTRACT COST FROM
$5,189,255.50 TO $6,421,526.28.
The Administration recommends that the Mayor and City Commission approve an amendment to
the contract with Ric -Man International, Inc. (Ric -Man) for the dual 30-inch canal crossing force
main replacement at the intersection of Pine Tree Drive and West 51st Street (the Project). The
proposed adjustment is a lump sum of $1,232,270.78, which will increase the total contract value
from $5,189,255.50 to $6,421,526.28.
BACKGROUND/HISTORY
The objective of this project is to install two new parallel 30-inch diameter sanitary sewer force
mains along Pine Tree Drive to replace the existing mains that are past their useful life. The new
force mains will extend from 51st Street to the south end of Pine Tree Bridge across Surprise
Lake. Work also includes interconnecting the two force mains, providing the City's Infrastructure
Division with the ability to bypass flows between the two sewer mains, facilitating the ability to
respond to emergencies in the event of a sewer break in the general vicinity of the project area.
The replacement of the two existing force mains was identified through condition assessments
conducted in 2018 and was recommended for complete replacement in the City's 2019 Sewer
Master Plan. These force mains are critical to the City's sewer infrastructure. They convey all
sewage flows from the north side of the City, including the LaGorce neighborhood, Ocean Front,
and all Satellite Cities, southward towards Miami -Dade County's Central District Wastewater
Treatment Plant. The replacement of these assets is a high priority for the City and was
recommended to lake place between 2020 and 2025.
The construction contract for the project (No. 24-016-01) was awarded to Ric -Man International,
Inc., the lowest responsible bidder, pursuant to Invitation to Bid (ITB) No. 2024-016-LB.
Construction activities have been underway since December 2024, and the project is currently
80 percent complete. A scope amendment is now critical for its completion.
1798 of 3458
During construction, the contractor encountered unforeseen challenges such as significant
discrepancies between field conditions and the conditions documented in the available record
drawings.
These discrepancies included undocumented utility conflicts and one of the existing force mains
being significantly deep,-r than identified in the contract documents, triggering constructability,
concerns that led to a modification in scope, requiring additional labor and materials. Moreover,
the age of the City's existing sewer infrastructure presents challenges regarding the reliability of
the existing isolation valves in the vicinity of the project site, including the inability to operate the
City's existing sewer system valves.
This has resulted in the development of a bypass and isolation plan that includes additional
fittings and appurtenances such as line stops needed to perform tie in connections. These are
proposed in order to minimize the chance of a sanitary sewer discharge. The original design
anticipated the use of only two (2) lines slops, however, upon further coordination with
Infrastructure staff and assessing the conditions of system valves, it was determined that a
minimum of six (6) line stops would be required. This work is essential to finalize the project and
complete the interconnection between the new and existing force mains.
Collectively, the project requires a scope amendment totaling $1,232,270.78 (Attachment A),
reflecting the following adjustments:
1. Contractor fees for furnishing, installing, and handling the additional pipe material required
for project completion.
2. Scope adjustments for changing the interconnection between the two systems from the
north to the south of the bridge due to constructability concerns.
3. Scope adjustments for encountering the pipes at much deeper elevations than originally
anticipated per contract documents/record drawings.
4. Additional field testing and ensuring compliance with construction permits.
5. Upsizing the force main serving Sewer Pump Station #15 from 6 inches to 10 inches as
required based on encountered conditions.
6. Furnishing and installing additional pipe, fittings, and appurtenances required to change
the interconnection location, avoid conflicts with undocumented utilities, and tie-in to pipes
at deeper elevations than originally anticipated.
7. Constructing a bypass system between the two force mains to maintain sewer flow and
service while construction activities take place and providing temporary line stops in lieu
of operational valves as required for tie-ins to take place without further compromising the
City's existing sewer infrastructure.
8. Conducting tie-in operations, including maintaining excavations and backfilling.
9. Additional re -striping required to restore the site.
ANALYSIS
The total cost of construction service orders for this project is $1,756,203.99. From this amount,
the contractor has identified $429,735.80 that can be funded from the original contract. Therefore,
an increase of $1,120,246.16 to the contract is necessary to cover the remaining balance of the
change orders. Public Works staff has reviewed the scope and finds it fair and reasonable.
Additionally, the City Administration recommends incorporating a 10% contingency, equal to
$112,024.62, to account for potential unforeseen challenges. This results in a total contract
increase of $1,232,270.78 and a revised total contract cost of $6,421,526.28.
1799 of 3458
FISCAL IMPACT STATEMENT
The approval of funding for this service order is contingent upon the acceptance of a capital
budget amendment submitted for consideration as a separate item in this Commission agenda.
$1,232,270.78 417-0815-069357-29-418-000-00-00-00-28520 Capital Contracts
Does this Ordinance require a Business Impact Estimate?
(FOR ORDINANCES ONLY)
If applicable, the Business Impact Estimate (BIE) was published on:
See BIE at: hfps://www.miamibeachfl.gov/city-hall/city-clerklmeeting-notices/
CONCLUSION
The Administration recommends that the Mayor and City Commission approve an amendment to
the contract with Ric -Man International, Inc. (Ric -Man) for the dual 30-inch canal crossing force
main replacement at the intersection of Pine Tree Drive and West 51st Street (the Project). The
proposed adjustment is a lump sum of $1,232,270.78, which will increase the total contract value
from $5,189,255.50 to $6,421,526.28.
Applicable Area
South Beach
Is this a "Residents Riaht to Know" item, Is this item related to a G.O. Bond
Pursuant to City Code Section 2-17? Proiect?
Was this Agenda Item initially requested by a lobbyist which, as defined in Code Sec. 2.481,
includes a principal engaged in lobbying?
If so, specify the name of lobbyist(s) and principal(s):
Department
Public Works
Sponsor(s)
Co-sponsors)
Condensed Title
Execute Amendment 1 to Ric -Man, Force Main Canal Crossing Replacement. PW
Previous Action (For City Clerk Use Only)
1800 of 3458
1801 of 3458
RIC-MAN INTERNATIONAL, INC.
GENERAL CONTRACTOR
1545 NW 27TH Ave - Pompano Beach, Florida 33069
Phone: (954) 426-1042 - Fax:(954) 426-0717
2/28/2025 Letter No. 001
Raul Cabrera
Project Manager
City of Miami Beach
Public Works Department
1700 Convention Center Drive
Miami Beach, FL 33139 ,
Re: 304NCH PARALLEL FORCE MAINS CANAL CROSSING REPLACEMENT ALONG PINE TREE
DRIVE (UNDER FLAMINGO WATERWAY)
Contract #: 24-016-01
Pipe Storage
Dear Mr. Cabrera
Ric -Man International requests to bill for the storage fee of the HDPE pipe for the Directional Drill
regarding the City 30" Parallel Force mains Canal Crossing Project through the Contingency Line Item in
Pay Application #4. In an effort to minimize residents' complaints, The City decided to delay pipe delivery
and not obstruct traffic during Art Basel. Therefore, The City opted for an increase in storage fees for the
manufacturer to hold the pipe in lieu of double handling the material.
See attached email and Invoices for Backup Documentation.
If you require any additional information, please let us know.
Best Regards,
Andres G. Diaz, PE/CGC
General Manager
Cc: Jeff Crews Enclosed: Email Backup
Cindy Arevalc Invoices
Matt LePera, PE
1802 of 3458
I& Outlook
RE: 24-MBFM Pine Tree Drive (SO #: 09072844)
From Matt Volz <Matt.V01z@isco-pipe.com>
Date Thu 11/7/2024 10:58 AM
To Bryan Fletcher <Bryan.Fle1Cher@isco-pipe.com>; Michael Jankowski <michaelj@ric-man.us>
Cc lake Watterworth <jakew@ric-man.us>; Steve Herp <Steve.Herp@isco-pipe.com>; 24-MBFM <24-MBFM@dc-
man.us>
Morning Michael,
Touched base with the manufacturer & got the info for how the storage fees work, we below.
They charge a 5% storage fee added to the current pipe price per foot. The new pipe price with the storage fee
included becomes the current price for the next month & so on. Below is a chart of what that would look like, this
is for the first 3 months. Please keep in mind that the ship date for all pipe is Friday 11/15 so if we are able to get
everything shipped by that date, then storage fees will not apply. Any pipe not shipped would dinged with the
storage fees to the pipe price.
Storage Fees
Current Pi a Price Storage Fee New Pipe Price
Month 1 $10200 5% $10710
Month 2 $107.10 5% $122 46
Month 3 $112A6 5% $S13.08
Thanks,
Matt Volz
TSM Lead — East/Southeast/FL
ISCO Industries, Inc.
100 Witherspoon St., 2West, Louisville, KY,, 40202
Office: 502-714-5326
From: Bryan Fletcher <Bryan.Fletcher@isco-plpe.com>
Sent: Wednesday, November 6, 2024 6:59 PM
To: Michael Jankowski <michaelj@ric-man.us>
Cc: Jake Watterworth <jakew@ric-man.us>; Matt Volz <Matt.Volz@isco-pipe.com>; Steve Hero <Steve. Herp@isco-
p1pe.com>; 24-MBFM <24-MBFM@ric-man.us>
Subject: Re: 24-MBFM Pine Tree Drive (SO e: 09072944)
Matt is finding out for us.
Bryan Fletcher
Sr. Regional Sales Manager
ISCO Industries
4072868258
1803 of 3458
=T.:
9
G tleas
ISCO' O• 100WITHEBTRRSPOONISTi ST
LOUISVILLE, KY 40202-1396
shii
CITY OF MWAI BEACH
RE -BID FORCE WINS CANAL
CROSSING REPLACEMENT
PINE TREE DRIVE
MIAMI BEACH, FL 33109
Quotation
Ouob bar 09067320 _
4
n on
0
«
TBan
D
CITY OF MIAMI BEACH
RUFFIN MILKY
PREPIDAND ALLOW
FL EAST
aRoorponai
Sect Way
into
RfBM Fero IIMes Cleel Drowsing Wpraea ass. Pay Tres draw
e lMY UY Praduet
Description
Each Mdanded
010 REM 2. 30' HDPE PIPE AND FITTINGS FOR SEWER FORCE MAIN
1 1,800
FT
10301399'
30' DR 13.5 DIPS PIPE AWWA HDPE GREEN STRIPE
102.00
1831600.00
.50• onts-
2 4
EA
53309991/
30' DR 13.5 DIPS W ADAPTER W/ SS STIFFENER
2445.00
9,790.00
3 4
EA
5330D025'
30' ACCESSORY KIT Cl10 FOR W ADAPTER W/ GASKET
1315.00
5,260.00
4 4
EA
53300028'
30'IPS/ DIPS GLAND RING FOR MJ ADAPTER
335.00
1,34000
5 5,000
EA
53129999'
12GA EHS-CCS TRACER WIRE GREEN X 2500' ROLLS
0.33
1,650.00
Subtotal
2111,020.00
NOTES
'DELIVERED PRICING TO MIAMI BEACH, FL'
' D.rlotaa IIerF&9eklne aen
ISCO Standard Terms and Conditioner apply. Pleaw visit http:/haww.Iscopipe.com/terms•and•conditions.aspx
Merchandir Total
Tax(t)
FrWght(2)
Quote Total
201,63o.00
12,147.00
0.00
US 213,777.80
1 Sales lac will be charged based on the ship to address at the eme of
invoice ii there is"tax cerllewle on Ill.,
Accepted By:
3 Freight mountnl In this Ru01e is an estimate height tarns and
Printed Name:
charges will bmi e detarrled at the 5me Oro orderrder is patetl.
placed
Date:
I W Ol r rrClrapr/yW�O�pi�l�"�L�.WP,ILSpY hLLS R1 NFNZ
4NLL9}1RDwDIL➢G
��.
Order Confirmation
MIITI,
D0313
S C O•
MOT.:
AI INTERNATIONAL
AL INC
R, IC M N INTERIUTgNAL, INL.
CITY X
CITY MWE BEACH RE Wi) FORD
Order ��r OW72844
15 5 NW 27 AVE
MAINS CANAL CROSSING REPLACE WE
Ordef Dab 11/15f24
POMPANO BEACH, FL 33069
MIAMI BEACH, FL JJI08
JAKE WATTERWORTH BSAJ261pA2
toll
p� HJ
11
But Way
ayymme emM
NET AS
um
24MBFM-2
rep erm6
PREPAID AND Al10K
w
MATT VCIZ
I. u r
2A-MRW PINE THE
ep nPC
Consent
e City L M Produce pNenption Each Extended
BID ITEM 2 - 30' HDPE PIPE AND
FITTINGS FOR SEWER FORCE MAIN
(1)
1850
FT
103013W
30'DR 13.5 DIPS PIPE AWWA HDPE GREEN STRIPE
107.10
198,135oo
_Sp lgRb_
PRICING INCLUDES 5%STORAGE
FEE FOR 11/15 -12/1S
(2)
4
EA
53309999'
30' OR 13.5 DIPS MU ADAPTER W/ SS STIFFENER
2415.0D
9, 780 00
(3)
4
EA
53300025'
30' ACCESSORY KIT C110 FOR MJ ADAPTER W/GASKET
1315.00
5,260,00
(4)
A
EA
53300026'
30' IPS / DIPS GLAND RING FOR W ADAPTER
336.00
1,3A0.00
(5)
2500
EA
53129999-
12GA ENS-CCS TRACER WIRE GREEN x 25W ROLLS
0.33
825.00
NOTES
*DELIVERED PRICING TO MIAMI
BEACH, FL-
- DSPOW. N.-S1KCalrp Kern
ISCO Standard Terms and Condleor s apply. Plssse visit Mips:// a .1wc pipe.wmlter nd-condNbnawpx
MsrMnMMe Total
To41)
ShIWnWHsndHng(2)
Orear Total
215,341.00
12,970.40
0.00
uS $ 226,310.40
1 Saba tax *11 be charged based on the ship -to address at the 91ne or
Invoice K Mere is rlo W oerdeCate on file.
Accepted By:
2 Actual ehippimyharldling Charges will be determined at the time of
Printed flame.
shlpinem.
Date:
r W T I nCrIJ�/yW�p JAI -,LAW IbNfV IILLC RT WN2
r
4G�j RIC-MAN INTERNATIONAL, INC.
GENERAL CONTRACTORS
1545 NW 27th Avenue- Pompano Beach, Florida 33073
Phone :(954)426-1042- Fax: (954)426-0717
Breakdown of Costs
Project : Pine Tree Drive FM
Description: Unforeseen Condition Existing pipe at Increased depth - Part A
LABOR COSTS
PROJECT MANAGER
1
17.00
138.04
FOREMAN
1
64.00
69.02
OPERATOR EXCAVATOR
1
64.00
56.94
OPERATOR LOADER
1
64.00
42,27
PIPE LAYER
2
64.00
44.86
LABORER
2
64.Do
27.61
TRUCK DRIVER
1
6400
38.56
- MATERIAL COSTS
SIZE DESCRIPTION
Rock #57 Stone
EQUIPMENT
Model
KHOES
328D 34 7 MT
AALTY BUCKETS
3ERS
sr WA320 19BHP
:KS
(el Dump Truck
UPERINTENDENT TRUCK
ROJECT MANAGER TRUCK
,Ton Single Cab
Ton Utility P-U
LIMPS
tell Point Pump 10"'
eader Pipe (20')
tscharge Pipe(20')
M Pump 6"
Hrs Rate
Date: 03121/25
Grand Total: $ 153,274.95
Sub Totals
Hire
Vver lone
Rate
Sub Totals
Tot:
721248
-
245.88
000
7,212.
2,34668
-
207.06
000
2,346.
4,41728
-
103,53
0.00
4,417
3,644. 16
16.00
85.41
1,366.56
5,010.
2,705.28
1600
63.41
1,014.56
3,719.
5,74208
1600
6729
2,153,28
7,895,
3,53408
1600
41.42
1,32544
4,859.
2,467.84
16.00
57.B4
92544
3.393.
Contractors Fee 10%
Subtotal.
Labor Total:
CITY Unit Price
01 V lJmt Pi_
20 TON 860
Sales Tax @ 7.50%
Subtotal
Contractors Fee 1000%
1
80
128.05
1024400
73.97
5,91760
16.161
.
_I
I
Sub Total
Tw ,
1
80
8.32
665,60
1.45
116.00
781
U"
Hre
Hat,
Suu [ntal
Jpe,
Coe[. J
Sab total
IotW
1
80
74,84
5,987.20
32.91
2,632.80
8,62C
Qtq
I1"
R:,,
Sub Tot,[
1p.,r
cost= I
S.b Tobl
IOL 1
1
80
51,13
4,090.40
103.27
8.26160
12,352
Ot)
Hrs
Ur1r
)1:[ Iota[
op"
oSe
Iota[
rota.
1.00
44
13,90
611,60
4298
1,891. 12
2,502
100
6
12,50
75.00
42.98
257.88
332
2
80
12,35
1,976.00
2305
3,688.00
5664
1
80
12,36
988.00
1742
1,393.60
2,381
1
80
41.71
3,336.80
21.70
1,736.00
5,072
15
80
5.12
6,144.00
0,08
96.00
6,24C
30
80
226
5,42400
0.08
192.00
5,61E
1
80
40.37
3,22960
17.00
1,360.00
4589
A_RMI-Claim Form -Increased
Depth-.xlsm
PAGE 1 OF 2
1806
of 3458
I Hose (50')
Multi Purpose Pump
Suction Hose (25')
Discharge Hose (50')
iFETY
anch Box 8' x 8' x 24'
anch Shields Plates 10x20
doer
'HER
call Tools
SUBCONTRACTOR
DESCRIPTION
Portable San. Facilities
TRAFFIC MAINTENANCE
Barricades/Drums
Signs Large
Arrow Board
Type H Corrals
1
80
C37
349.60
1
24
23.69
568.56
2
24
3.87
185.76
4
24
2.35
22560
1
80
58.87
4,70960
10
80
23.21
18,56800
80
545
43600
1
80
44.40
3.552.00
Time Extension Requested: 8 Days
CITY Unit
13 E/D
Oty Unit Rate
200 EA 0.14
8 EA 029
2 EA 7.50
4 EA 0,35
0.08
6.40
356
10.00
240,00
808
0,10
4.80
190
0.10
960
235
1.51
120.80
4,830
0.26
208.00
18.776
0.08
640
442
4.60 368.00 3,920
Equipment Total: 99,873
's Fee 10.00% 9,987
Equipment Total: 109,861
Price
Totals
4.85
63 0E
City Unit
Totals
8 Days
224.00
8 Days
18.5E
8 Days
120.00
8 Days
11.2C
Subcontractor Total:
436.81
Subtotal'.
436.81
Contractor's Fee 7,50%
32.76
Subcontractor Total:
469.57
r SUMMARY OF COSTS Labor Total: 42,740.68
Materials Total:
203.39
Equipment Total.
109,861.31
Subcontractors Total.
469.57
Sub Total: 153,274.95
Grand Total: 153,274.95
A_RMI-Claim Forth -Increased Depth-.xlsm PAGE 2 OF 2
1807 of 3458
RIC-MAN INTERNATIONAL, INC.
GENERAL CONTRACTOR 40*
1545 NW 27TH Ave Pompano Beach, Florida 33069
Phone: (954) 426-1042 Fax: (954) 426-0717
3/21/2025 Letter No. 2
Raul Cabrera
Project Manager
City of Miami Beach
Public Works Department
1700 Convention Center Drive
Miami Beach, FL 33139
Re: 30-INCH PARALLEL FORCE MAINS CANAL CROSSING REPLACEMENT ALONG PINE TREE
DRIVE (UNDER FLAMINGO WATERWAY)
Contract #* 24-016-01
Unforeseen Condition Existing Pipe at Increased Depth - Part A
Dear Mr. Cabrera,
Ric -Man Intemational respectfully requests a change order for additional work required to
complete the city project, resulting from unforeseen conditions related to the existing 30" force
mains. The project was originally bid based on design plans that indicated the force main would
be at a depth of 4 feet, as indicated in the provided documents. However, upon further inspection,
it has been determined that the pipe is, in fact, located at an average depth of 8 feet on the north
end, particularly at the points of connection.
In addition to the increased depth, we encountered unforeseen conflicts, including a 6" sewer
line, a 2" service line, and a gas line on the southern portion of the project. These conditions
necessitate significant additional labor and adjustments to complete the installation as planned.
The cost included herein, is solely up to the new proposed plug valve locations. Below is a brief
overview of some of the extra work required, along with an attached Change Order detailing the
breakdown of labor, materials, and equipment costs:
• Dewatering of the entire northern pit, with an increased volume and the need for additional
pumps.
• Additional shoring to tie into the existing force main at a greater depth.
• Additional wellpoint and exploration to locate the pipe and connection points, as the
existing pipe is not positioned as indicated in the plans.
• Cutting, modifying, and refusing HOPE adapters to address unforeseen conflicts.
• Deflecting the 30" HDPE on the project's south end due to unforeseen conflicts.
• Additional labor and material to cut and replace unforeseen conflicts.
• Additional MOT equipment and rentals (extra days).
Once we have completed the exploratory work and confirmed the temporary well has the capacity
necessary to dewater the deeper excavation, we will present the anticipated cost to complete the
tie-in.
i
1808 of 3458
Ac�RIC-MAN INTERNATIONAL, INC.
GENERAL CONTRACTOR
1545 NW 27TH Ave Pompano Beach, Florida 33069
Phone: (954)426-1042. Fax:(954) 426-0717
We appreciate your understanding and look forward to your approval of the attached change order
to proceed with the necessary adjustments. Please don't hesitate to reach out if you require further
details or clarification.
This change order is based solely on direct cost elements such as labor, material, and stipulated
markups and does not include any amount for changes in the sequence of work, delays,
disruption, rescheduling, extended overhead, acceleration, or impact costs that are impossible to
assess at the present time. Right is expressly reserved to claim for any and all time as well as
these related items of compensable costs prior to the final settlement of this Contract.
Best Regards,
Jake Watterworth
Project Manager
Hta Wan
Cc:Jeff Crews Enclosed: Change Order #1
Cindy Arevalo
Matt LePera, PE
21
1809 of 3458
RIC-MAN INTERNATIONAL, INC.
GENERAL CONTRACTORS
1545 NW 27th Avenue - Pompano Beach, Florida 33073
Phone: (954) 426-1042 - Fax: (954) 426-0717
Breakdown of Costs
Project : Pine Tree Drive FM
Date:
04/10/25
Description: Unforeseen Condition Existing pipe at
Increased depth - Part
B North
side explr Grand Total: 4
65,979.43
- LABOR COSTS
Regular
Over Time
CLASSIFICATION
City
Hire
Rate
Sub Totals
Hire
Rate
Sub Totals
Totals
SUPERINTENDENT
1
29.00
163.92
4.753.68
-
245.88
000
4,753.68
PROJECT MANAGER
1
3.00
138.04
414.12
-
207.06
000
414.12
FOREMAN
1
40,00
69.02
2,760.80
-
103.53
000
2,76080
OPERATOR EXCAVATOR
1
34,00
56.94
193596
600
85.41
51246
2,448.42
OPERATOR LOADER
1
34.00
42,27
1,437.18
600
6341
38046
1,817.64
PIPE LAVER
2
34.00
44.86
3,05048
6,00
67.29
80748
385796
LABORER
2
3400
2761
1,87748
6.00
4142
497.04
2,374.52
TRUCK DRIVER
1
16.00
38,56
616.96
4.00
57.84
231.36
848.32
Subtotal:
19.275 46
Contractor's Fee
10%
1.92755
- MATERIAL COSTS
SIZE DESCRIPTION
Asphalt
Rook 957 Stone
EQUIPMENT
CITY Unit
8 TON
12 TON
Price
115.00
-'rice
8.60
Subtotal. 21.203.01
Sales Tax @ 7 50%
76,
Subtotal.
1,099
Contractors Fee 1000%
109.
Material Total:
1.209.
AT 328D 347 MT
1
40
128,05
5,122.00
73,97
2,958.60
80
PECIALTV BUCKETS
'l,
RV
So
3y
1
40
832
332.80
1.45
58 00
3
DADERS
Ivy
Re:.
Ss!, Total
tmatst WA320 198HP 1
40
74.84
2,993,60
32.91
1,31640
4,3
RUCKS
Prs,
Rat
9:d, Total
-.
i-Axel Dump Truck
1
20
51. 13
1,022.60
103.27
2,065.40
3.0
ICKUPS
,.
R,c..
-. I
...
UPERINTENDENT TRUCK
1.00
35
13.90
48650
42.98
1,504.30
1.9
ROJECT MANAGER TRUCK
1,00
3
12,50
37.50
42.98
12894
1
Ton Single Cab
2
40
12.35
98800
23.05
1.844.00
28
Ton Utility P-U
1
40
12.35
49400
17.42
696.80
1,1
CUTTING TOOLS
..
aw Edco 14"Street
1
20
26.91
538.20
0.00
0.00
5
LIMPS
.,
:
.,.
... . ..:'
'ell Point Pump 10
1
40
4171
1,66840 �
21.70
868.00
2,5
A_RMI-Claim
Form #2-
Exploratory increased depth-.xlsm
PAGE 1 OF
2
1810 of 3458
0
ader Pipe (20')
xharge Pipe (20')
Pump 6"
Hose (50')
Mufti Purpose Pump
Suction Hose (25)
Discharge Hose (50')
FETY
mch Box 8"x8'x 16'
HER
loll Tools
Steel Plates (Per Day)
SUBCONTRACTOR
DESCRIPTION
Haul Disposal
Portable San. Facilities
TRAFFIC MAINTENANCE
Barricades/Drums
Signs Large
Pedestrian LCD
Arrow Board
Type H Corrals
15
40
5.12
3,07200
30
40
2.26
2,712.00
1
40
40.37
1,614,80
1
40
4.37
17460
1
24
23.69
568.66
2
24
3.87
185.76
4
24
2.35
225.60
1
40
28.26
1.13040
1 40 44.40 1.77600
4 4 76.00 1,216.00
CITY Unit
2 LD
4 E/D
city
Unit
Rate
225
EA
0.14
22
EA
029
2
EA
040
2
EA
7.50
4
EA
035
0.08
0,08
17,00
008
10,00
0.10
0,10
1.05
460
000
's Fee
Price
13500
4.85
Oty Unit
4 Days
4 Days
4 Days
4 Days
4 Days
48.00
9600
68000
3.20
3,120.
2,808.
2,294.
178.
240.00
808.
4.80
190
9,50
235.
tat
4200.
1,172.
tali
184.00
1,960.
000
1,216.
t Total:
39,107.
10.00%
3,910.
t Total:
43,018.
Subcontractor Total:
509.72
Subtotal.
509,72
Contractor's Fee 7.50%
38.23
Subcontractor Total:
547.95
r SUMMARY OF COSTS Labor Total: 21,203.01
Materials Total
1,20993
Equipment Total.
43,018.54
Subcontractors Total:
547.95
Time Extension Requested'. 4 Days Sub Total:
65,979.43
Grand Total: 65,979.43
A_RMI-Claim Form #2- Exploratory increased depth-.xlsm PAGE 2 OF 2
1811 of 3458
RIC-MAN INTERNATIONAL, INC.
GENERAL CONTRACTOR
1545 NW 27TH Ave - Pompano Beach, Florida 33069
Phone: (954) 426.1042 - Fax: (954) 426-0717
4/10/2025 Letter No. 3
Raul Cabrera
Project Manager
City of Miami Beach
Public Works Department
1700 Convention Center Drive
Miami Beach, FL 33139
Re: 30-INCH PARALLEL FORCE MAINS CANAL CROSSING REPLACEMENT ALONG PINE TREE
DRIVE JUNDER FLAMINGO WATERWAY)
Contract #: 24-016-01
Unforeseen Condition Existing Pipe at Increased Depth - Part B North Side Exploration
Dear Mr. Cabrera,
Ric -Man International respectfully requests a change order for additional work required to
complete the city project, resulting from unforeseen conditions related to the existing 30" force
mains. The project was originally bid based on design plans that indicated the force main would
be at a depth of 4 feet, as indicated in the provided documents. However, upon further inspection,
it has been determined that the pipe is, in fact, located at an average depth of 8 feet on the north
end, particularly at the points of connection.
In addition to the increased depth, the 30" force mains located on the north side are not in
accordance with the original plans and are, at a minimum, twice the anticipated depth. These
unforeseen conditions require substantial additional labor, dewatering efforts, and on -site
adjustments to accurately locate and complete the installation as intended.
The costs outlined herein reflect the effort to identify and confirm the location of the existing
lines, determine if additional materials are necessary, and provide location and information for
300 Engineering to redesign the connection points to the existing force mains. Below is a brief
summary of the additional work required, along with the attached Change Order, which provides
a detailed breakdown of labor, material, and equipment costs.
• Additional roadway and pedestrian MOT
• Exploration of the northern area to locate existing lines and verify the condition of existing
pipes.
• Set up, Install, and remove Wellpoints.
• Dewatering of the entire northern pit, with an increased volume, duration, and the need for
additional pumps.
• Temporary Restoration of pits, roadway, and sidewalk.
• Additional shoring.
• Additional labor and material to safety the pits and locate force mains.
• Additional equipment and rentals (extra days).
1812 of 3458
RIC-MAN INTERNATIONAL, INC.
GENERAL CONTRACTOR 40*
1545 NW 27TH Ave Pompano Beach, Florida 33069
Phone: (954) 426-1042 - Fax:(954) 426-0717
Once we have completed the exploratory work and confirmed the temporary well has the capacity
necessary to dewater the deeper excevotion, we will present the anticipated cost to complete the
tie -in -
We appreciate your understanding and look forward to your approval of the attached change order
so we can proceed with the necessary adjustments. Please don't hesitate to reach out if you
require further details or clarification.
This change order is based solely on direct cost elements such as labor, material, and stipulated
markups and does not include any amount for changes in the sequence of work, delays,
disruption, rescheduling, extended overhead, acceleration, or impact costs that are impossible to
assess at the present time. Right is expressly reserved to claim for any and all time as well as
these related items of compensable costs prior to the final settlement of this Contract.
Best Regards,
Jake Watterworth
Project Manager
Cc:Jeff Crews Enclosed: Change Order #1
Cindy Arevalo
Matt LePera, PE
211 .,9e
1813 of 3458
RIC-MAN INTERNATIONAL, INC. 4161*
GENERAL CONTRACTORS
1545 NW 27th Avenue - Pompano Beach, Florida 33073
Phone: (954) 426-1042. Fax:(954) 426-0717
Breakdown of Costs
Project: Pine Tree Drive FM
Description. Proctor 8 Density Tests Proposal
LABOR COSTS
Regular Over Time
CLASSIFICATION ON Hrs Rate Sub Totals Hire Rare Sub Totals
MATERIAL COSTS
EQUIPMENT
SUBCONTRACTOR
Field Density Tests (Min 4 tests per tnp)
Site Visit to Pick-up samples (when not on site for tests)
Limerock Beanng Ratio Tests
Concrete Compression Test (4 Cy/Set + Slump)
Time Extension Requested. 0 Days
Date: 04'16,25
Grand Total. S 7,692.98
Contractor's Fee 10% 345.
Subtotal. 3, 796.
Labor Total: 3.796.
Sales Tax @ 7,50% 0
Subtotal: 0
Contractor's Fee 10,00% 0.
Operating
36
EA
40.00
5
Trip
100.00
1
EA
285.00
5
Set
145.00
Subtotal:
3,625.001
Contractor's Fee 7.50%
I
271.88
Subcontractor Total:
3,896.88
SUMMARY OF COSTS Labor Total. 3,796.10
Materials Total:
0.00
Equipment Total:
0.00
Subcontractors Total:
3896.88
Sub Total:
7,692.98
Grand Total:
7,692.98
Proctor, Density Proposal.xlsm PAGE 1 OF 1
1814 of 3458
QuEST
Consulting Enghmalrft TestitV
SHORT FORM AGREEMENT
Cfem Ric -Men International, Inc. PrgsU Project 24-MBFM
1545 NW 27 Avenue 4949 Pine Tree Drive
Pompano Sear, FL • 33089 Miami Beach FL
AMention
Mr. Jake Walterworttt
Prop. No. P-25U82
Ph
(954)426 1042
Fmr
(954) 426 0717
Date 0U/4/25
Mob
eMae
JakewQric-rnan.us
SW N
ITEM
NO
DESCRIPTION
UNIT
QUANTITY RATE AMOUNT
(5) (5)
1
Modified Proctor (T-180) Tests
Each
135.00
2
Limerock Bearing Ratio Tests
Each
285,DD
3
Field Density Tests (Min. 4lasts per Tnip)
Test
40.00
4
Concrete Compression Tests (4 ColSet - Slump)
Set
145.00
5
Site Visit to Pick-up Samples (~ not os site for tests)
Trip
700.00
Conditions: 1. The work w8 be done In accordance wah Via aaached QuEST General Conditions,
2. Services not hsled here will be quolad upon request Hourly rates based on our portal-to-portal Ilmes-
3. Standby time for engineering terhnicien will be billed at S60 00 per hour.
4. We will only bill you for the actual amount of tests dome, subject to test minmurns.
5 Additional tests will be billed at 8n same unit rates.
Acceptance
Agreed to by on
Signature,
Title:
Sdncerely,
Quest Engineering Services a Testing, Inc
Ccrnparly.
Quest Engkwewg SOnnai a a T4serg, Inc. 2737 NW 19 St., Pompano 111eaCl4 FL 33M Ph (04) 582 9000 ras.9ue&lengg cam
1815 of 3458
1. PARTIES AND SCOPE OF 11aORN: Quiet! Er pwwg Serwces a Twurtp. nc. (h waft%a W refrrad b es'OuESr)
alhep wwAda mid ompry or ih bran li. wbadi w Mlliat• pdrmng On workwork' mere, Nor specdic
argwm5, baling or Udtr asrww to be WkmMd by OUEST w sal tors, in QIESre propwsl 'Citerrf nth b it,
pens+ or bueanesa entity o AWblg IN bark to be dear by 01. The adenng of w- ^era QEST was conety.
SODWh a CO OUESrs proposal and More Gensi Cord'Nora. The dirt esanya sale responsibility b deWn-ring
wheVyr Me mwnuty and Me was of the work ordered by the diem " adeglrr for iM dhr s InMrrsd pp...
The some of ear woos, does rot lwkde wdywg Ind, vice wish waffir s aaiaty andur OSHA safety reWirernr�h.
2. SC/EDOLIMO OF WOM C- The sarmnas sat to M n OuEST1 brolxlial afar cants anoeptrtos will be sixonoN.e
in a atnry and proMrorW mentorb}' OuEST M Me pries rtIfQua. Q.EST if reallind 10 daily MorrenrdGBnant of
ev eat or a repntl b stop or erhnlpt sr progress d Ir work as a rwi d Uungaa in dy •pope Of Me weak
rogL*MW by IM chi irer.upbry in dy progen of cpnatdUcliorr, or athr Iauses beyord Me dtaY reesmabM
onad at OuEST, adddlenal dwas wA W applicable and psyatle by dirty.
S. ACCESS TO SITE: Client W11 prangs this r'aglselM Scar to the eate b OuEST b prism On work. QUEST shut
Wks reasonable meswn✓preeepapna t0 n1r111r10 drums b MB art as, ere to" of Ios work or Me Ues of rte
aqupmrn OuEST cornea be held responeble for any dwngp ree i nng from the Iesbp or Wtci l b Ma Noting.
a. SAMPLE DW406AL: Test speplmry or errpls wS be deposed .earn sal aWy Wee, omplood. of Its, Isat All
dr:krg sanphs or sporane w41 be disposed Sib (30) days alb submission of Ca ESre npWL
S. RES►ONSOP- ', GAST rill not be Iwporurls IN akWV"V or now asip er meens, mNlyds, MdWgrw.
aedwrlpea or prpkedirw Of ONMVL kM OVWU& g, "Mtk r If Isis OWWWM mcrri g health, spy or
well". QuEST has III, r1Oa r duly b slap dla Canewbh work. Caws is rsI - b arras eyt GC and afar
atQrwirtp ferry irvalmed n Mb prgrd cry a1 kart S/M p komioW Srbety IrUrYba.
r. STANDAMO OF CAME: OIEST wants Mat Ma Iln&riW raminnrnserre spsaRoarr, or prclwaana acv.:a
oonhvMd herein, hies been prr^IAPrd aer bsky prepared in eCppdrla wah generally accepted prvlassbrul
agln i pledfoe In ar iMWry. No COW warroras sm nrpid r rprewed Statements nods In OuESTa
/orb re Opnlrs, Died upon ergYwbg Judah ft and ahead not be CorrMled as /acts Sh of OuEST or sty
of As professional rnployeas be Irpd Is, name parr ro~ In Into prMlWlce d h wan kor ss ooney3, Chant as
parkin cleaning Mrrgh client ad es prDas d*g b hne - any -y raihd upon OuEST's won agree Mat to
maximum aggregate ern tuM of Me llabihy of BEST, its oWl . s npbywea aid aganh ,Nell be Israeli to S10,DDO.DD
or Me total arr Wnl of he paid b OuEST hfr Its work performed on, deal pgrf, w idr er sun is greater
T. PAVYENT. Cliaa "I h• inmpowd pagdKogy fir weak prb'ned dung We, per@drq perlod Cbra agrees to pay
went Irwdiee wiakrd $wen AV lime 125) days of ss nuipL Caard h.mes, agrees to pay sat reat on as arnoras Inwlraa and
not mid or dflectsd 1C Its, mild Mire In wrNng wrkn said patlad M Me ISM of el(/' (16) papas per snnun rds
pad Gina agues to pry OIESrs omit of cppac5pn d all sndanh duo snd wlpad a1Mr Yry (00) deje, iokding
morl cob and reasonable aeoryye have These General CondNorr are mba notice SW "ST rr1 IY a ten
.1. ~ nrMaay b called peat duo amour Fedora b make psenent wxSid 25 drys of wrmalrA "enrwsAs a
releefe d OuEST ban ry and ail calms -lien card Troy hems. in W r cw*m . whether krrrr r urM Meat.
S INDEMNITY: Sub)W b Me bregoag pmreons. OuEST agrees b rdwrdy aid hold ilea nenraese From and agakat
any and ore chins. was, costs aid experrss idWirg reamabe atbroys Mora atd coat mob (d a -railed in count),
enaag dR d OUEsra ^Wlga^ea b er aimrhl r OUESrtAQmro. Ceaseless, she senor prpbpeon b M
.xtw d ib rhsplipartu r bpk d nVIAaiM Irlakganrelhfr, n er syeM d ■ few air, b rAed snore pay b QrE3T b
sea +ug expera•w irwrned by OuEST b idwapees, rarer A didard it, irddh9 resardesle .0 sail wrlese
bw and cart oah b Me eweem #W QUEST pamaY n such test Thai olrset raft not be eteigrMd so a Said pry
wndrla wmMn wMorizNw horn QIEST. Corn apses Seat wry will ursWYke all mewerhrdq s reolnnwded n
do rneeawdence nrmrl. Mchdng inpsalbre end rrroaery repays card b ss • raarAl d these Yrprfba
e. 7E:7MSMATWN: TNa Agreaman may be brminrW by earn party upon fin drys pis wrOrl prow. In Ms amen of
rtmarban, OuEST "it be enmpensaled try client bar aermima prforTyd alp to aid inMndng ay eMmL ,,, data,
ncudiq rol.runsae sipensae
te. WRM @9 FEES: OdESh lei es ah1 rat be ina"bd n woman, d fn pits eraq ry AS ra In wneen agrertrra
Gen) eprse s o pry any adb ,Mn expenses, adminaoaave man and tees prwsmrera b OtEST'e Mat fie ealydN tea
OuEST ro respond b wean/' wDlsorde
11, PROVtSIDNS SEVERABLE: In the arrant any d the pmwfipna of Msse Goes Conditions shlaad be hand b be
unrdresabb. R Nair be aMCten and Me rannaw" proslaiur Nora be arfapeaiie.
12. E71TIRE AGREEMENT TNa preartynt conseedae Was steam rmmenhrhdng of Me parties aid nroy W an arm a l or
bnrytcd only in i nag, agrbd by each der pw*w hlatW
QUEST
1816 of 3458
RIC-MAN INTERNATIONAL, INC.
GENERAL CONTRACTORS 49*
1545 NW 27th Avenue Pompano Beach, Florida 33073
Phone: 1954) 426-1042 - Fax:(954) 426-0717
Breakdown of Costs
Project : Pine Tree Drive FM Date: 06/30125
Description: Change of Material -10" Installation Grand Total: f 71,945.18
- LABOR COSTS
Regular over Time
CLASSIFICATION Otv Him Rate Sub Totals Hrs Rate snb Tntals T.W.
PROJECT MANAGER 1 16.00
138.04
2,20864 -
207.06
0.00
2,208.64
FOREMAN 1 30,00
69.02
2,07060 -
103,53
0.00
2,070.60
OPERATOR EXCAVATOR 1 24.00
5694
1366.56 6,00
8541
512.46
1.87902
OPERATOR LOADER 1 24.00
42.27
1.014.48 600
63.41
36046
1,394,94
PIPE LAVER 2 2400
44.86
2.153.28 6.00
6729
80748
2,960.76
LABORER 2 29.00
27.61
1,601.38 6.00
4142
497.04
2,098.42
TRUCK DRIVER 1 24.00
38.56
92544 6.00
57,84
347.04
1,27248
LOW BOY DRIVER 1 8.00
57.94
463.52 -
8691
0.00
463.52
u tota:
16,971 .10
Contractor's Fee
10 %
1 697.11
Subtotal:
18,668.21
Labor Total:
18,668.21
MATERIAL COSTS
SIZE DESCRIPTION
CITY Unit
Price
Totals
6" Restraint w/ 316SS bolting Neo Gasket
1 EA
245.00
245.50
10" Restraint w/ 316SS boiling Nan Gasket
21 EA
395
8,29500
12" Restraint w/ 316SS bolting Neo Gasket
2 EA
445.00
890.00
6' PVC C900 DR 14 pipe 20' GRN PC305
20 LF
18.00
360.00
10" PVC C900 DR 14 pipe 20' GRN PC305
80 LF
6500
5,200.00
12" PVC C900 DR 14 pipe 20' GRN PC305
20 LF
69.00
1,380,00
10" PVC Bell Joint Restraint 1610 wl 316SS Am
3 EA
530.00
1,59000
6' MJ Cap C 153 P401
2 EA
45000
90000
Dixon 6" FLGxPE Camlock adapt
1-EA
39400
39400
Dixon 6" Alum Dust Plug
1 EA
81.00
8100
6" Restraint MJ DI 1106 w/ 316SS neo Gasket
2 EA
227.00
45400
6xl/8 FLG acc set w/ 316 b8n
2 EA
47.00
94.00
6' FLG Swing Chk Valve
1 EA
1.700.00
1.70000
6" MJ reg aec set w/ 316 b&n
2 EA
180.00
360.00
❑F3C 21PTh",
._..
Pn,
71to ..
6" Mega FLG w/ 316SS bolts Ned Gasket
2 FA
38500
770.00
10"x6" Tee MJ C153 P401
1 EA
City
0.00
10" Mon MJ Tee C153 P401
1 EA
1,38300
1.383.00
30"x12" MJ Tee C153 P401
1 EA
9,153,00
9,15300
12"x10" Reducer MJ C153 P401
1 EA
109700
1,09700
30" Restraint M 316SS Bolting Ned Gasket
2 EA
2,62500
5,25000
12' FLGxPE Di Pipe P401 2'
1 EA
1,156.00
1,15600
10" MJ 45 C153 P401
4 EA
City
0.00
10" MJ UP Sleeve C153 P401
2 EA
City
000
10" MJ Cap C153 P401
3 EA
725.00
2,17500
7635 Sewer Valve box 8 Cover
2 EA
270.00
540.00
BRZ Disc f/ 10' VLV MRKR
2 EA
2200.
44.00
VBIO Polywrap 27x374 White 10-12" DIP
1 RL
600.00
600.00
Flowable Fill
1 LS
1,30658
1,306.58
6" Plug Valve
1 LS
(2,020.00)
-2,020 00
6" EBAA Megalugs wl SS Ado
15 FA
(185 00)
-2 775 00
6" MJ Ned, Gasket wl Add
15 EA
(42.00)
630.00
A RMI-Claim Form N4-10
inch InstallationXism
PAGE 1
OF 3
1817 of 3458
6' TJ P401 Dno coated
100 EA
(55.00)
6' Tyton Neo Gaskets
5 LF
(16.00)
6" MJ 45 C153 P401 Zinc Coated
4 FA
(413.00)
6" MJ Tee C753 P401 Zinc Coated
1 E4
(544.00)
6' MJ Cap C153 P401
1 EA
(31500)
VBI03'-8"Polywrap
1 EA
(403.00)
30x6 MJ Tee C153 P401 Zinc
1 EA
(5,708 00)
30' Restraint w/ 316SS Bolting Neo Gasket
2 EA
(2,62500)
10" Plug Valves
2 EA,
City
EQUIPMENT
8.1 MT
se, WA320 198HP
T LS 262C 7,9681b
d Steer Bucket
UCKS
Axel Dump Truck
fon Low Boy Trailer
ck Tractor
ROJECT MANAGER TRUCK
.Ton Single Cab
Ton Utility P-U
UMPS
et Pump 6'
et Hose (50')
' Multi Purpose Pump
'Suction Hose (25)
'Discharge Hose (50')
.SUBCONTRACTOR
DESCRIPTION
Brothers Concrete Pumpin
Portable San. Facilflies
TRAFFIC MAINTENANCE
Bamcades/Drums
Signs Large
Arrow Board
Type H Corrals
Sales Tax @ 7.50
Subtotal
Contractors Fee 10.00 %
Material Total:
1
30
85.12
2,553 60
42.12
1,26360
~
R.,,
_. I
I
-..
1
30
7464
2,24520
3291
987.30
1
30
57.20
1.716.00
3547
1 064.10
1
30
9.08
27240
0.00
000
Q,
MIr.
Ra'.c
.u, i cr I
1
30
51.13
1,53390
10327
3,098.10
1
8
29.07
232.56
7.60
60.80
1
8
57.86
462.88
6085
486.80
OP;
H',
...
..r
1 00
16
1390
22240
4298
687.68
1,00
6
12.50
75.00
4298
257,88
2
30
12.35
741.00
23.05
1,38300
1
30
12.35
370.50
1742
52260
h,
Pa,,
,...., I
P_.
-
1
30
4037
1,21110
1700
510.00
1
30
4.37
131.10
008
240
1
30
23.69
_
710.70
10.00
300.00
2
30
3.87
23220
0.10
6.00
4
30
2.35
28200
010
1200.
1
30
44.40
1,33200
460
138.00
Contractor's Fee 10.00 %
-5.
22,081.1
2,208.1
3,817
2,124
893
1,721
3 E/D
4.85
1455
City Unit
Rate
City Unit
Totals
200 EA
0.14
3 Days
a4 00
8 EA
0.29
3 Days
6S6
2 EA
750
3 Days
45.00
4 EA
0.35
3 Days
4.20
Subcontractor Total:
1,276.71
Subtotal
1,276 71
Contractors Fee 7.50%
95.75
Subcontractor Total:
1,372.46
r SUMMARY OF COSTS
Labor Total
18,668.21
Materials Total
24,289 23
Equipment Total'.
27,615.28
A_RMI-Claim Fonn #4-10 inch Installation.xlsm
PAGE 2 OF 3
1818 of 3458
Subx tractors Total: 137246
Time Extension Requested 4 Days sub Total: 71,945.18
Grand Total: 71,945.18
A_RMI-Claim Form #4-10 inch Installation.Asm PAGE 3 OF 3
1819 of 3458
RIC-MAN INTERNATIONAL, INC.
GENERAL CONTRACTORS
1545
NW 27th Avenue Pompano Beach, Florida 33073
Phone:(954)426-1042• Fax:(954) 426-0717
Breakdown of Costs
Project: Pine Tree Drive FM
Date:
06/26125
Description: AdditBonal Fittings Needed due to Unforeseen Conditions CO#5
Grand Total: f
208,994.67
- LABOR COSTS
,
Regular
Over Time
CLASSIFICATION Qty
Him Rate Sub Totals Hrs
Rah
Sub Totals
Totals
SUPERINTENDENT 1
30.00 163.92 4,91760 -
245.88
0.00
4,91760
PROJECT MANAGER 1
300 13804 414.12 -
207,06
0.00
414.12
FOREMAN 1
4200.6902 2,89884 -
103.53
000
2,898.84
OPERATOR EXCAVATOR /
4200 56.94 2,391.48 -
85,41
0,00
2,39148
OPERATOR LOADER 1
4200.42.27 1775.34 -
6341
0,00
1,775.34
PIPE LAYER 2
4200.44.86 3,768.24 -
6729
0.00
3,768.24
LABORER 2
4200 2761 2,31924 -
41.42
000
2,319.24
TRUCK DRIVER 1
800 38.56 30848 -
5724
0.00
30848
Subtotal
Contractors Fee
10%
1,879.33
Subtotal:
20,672 67
Labor Total:
20,672.67
- MATERIAL COSTS
SIZE DESCRIPTION
CITY Unit
Price
Totals
30' MJ 45 C153 P401 Zinc
2 FA
6,198.00
12,396 00
30" MJ 2242 C153 P401 Zinc
3 EA
5,800.00
17,400.00
30" MJ 11-114 C153 P401 Zinc
2 EA
5.554.00
11,108.00
30" MJ Sleeve C153 P401 Zinc
5 EA
5.34000
26,700.00
30" EBAA Megalug MJ DI EST w/ SS accessories 24 EA
2,625,00
63,000.00
Rock 57 Stone
1 Ton
23.80
23.80
000
Subtotal
1
Sales Tax@
7,50 %
9,797,09
Subtotal.
140,424.89
Contractors Fee
10.00 %
1C042.49
• EQUIPMENT
ype Model
Oty Hrs
Rate
Sub Total
Operating
Costs
Sub Total
To
ACKHOES
AT 328D 34.7 MT
1
42
128.05
5378.10
7397
3.106.74
8484
PECIALTY BUCKETS
sy
1
42
8.32
34944
1 45
60.90
410
OADERS
xnats1 WA320 198HP
1
42
74.94
3,143.28
3291
1382.22
4,525.
isccnnect Forks
1
42
8.07
338.94
180
7560
414.
ork Attachment
1
42
2.32
9744
1 27
53.34
150.
RUCKS
"
1-Axel Dump Truck
1
8
5113
409.04
103 27
826.16
1,235.
ICKUPS
UPERINTENDENT TRUCK
100
30
13.90
41700
4298
1.289.40
1,706
Ton Utility P-U
1
42
12.35
518 70
1742
73164
1250.
OADWAY
vmnt Sweeper Ford Broom
1
4
156.18
624.72
22.22
88.88
713.
CUTTING TOOLS
uboff Saw (Sfihl)
1
12
807
9684
2 10
2520
122.
A_RMI-Claim Form #5-Additional Fittings.xlsm PAGE 1 OF 2
1820 of 3458
INSTRUMENTS
.evel Survey Instrument
lUMPS
Nell Point Pump 10"'
leader Pipe(20')
)ischarge Pipe(20')
)THER
imall Tools
:
1 42
1 42
15 42
30 42
1 42
1_...
12.62
41.71
5.12
226
k_
4440
��..
530.04
1,751.82
3,225.60
2,847.60
1,864.80
I
I
iot,,
2.05 86.10
... Toad
21.70 911.40
008 50.40
0.08 100-80
I_ .. ,t,l
4.60 193.20
low
616,14
Tat,
2.663.22
3,27600
2,94840
lot.
2,058,00
EquipmentTotal:
Contractors Fee 10.00 %
3,057.53
Equipment Total:
33,672.87
— SUBCONTRACTOR
DESCRIPTION
OTY
Unit
Price
Totals
Portable San. Faahibes
4
E/D
4.85
1940.
TRAFFIC MAINTENANCE
City
Unit
Rate
City Unit
Totals
Barricades/Drums
200
EA
0,14
4 Days
112.00
Signs Large
8
EA
0.29
4 Days
9.28
Anow Board
2
EA
7.50
4 Days
60.00
Type H Corrals
4
EA
0,35
4 Days
5.60
Subcontractor ota :
0 .
Subtotal
206.28
Contractors Fee 7,50 %
15.47
Subcontractor Total:
221.75
r SUMMARY OF COSTS Labor I dial :
Materials Total
154 %7 38
Equipment Total'
33632.87
Subcontractors Total:
221.75
Time Extension Requested:
4 Days
Sub Total:
208,994.67
Grand Total:
203,994.67
A_RMI-Claim Form #5-Additional Fittings.xlsm PAGE 2 OF 2
1821 of 3458
RIC-MAN INTERNATIONAL, INC.
GENERAL CONTRACTOR
1545 NW 27TH Ave Pompano Beach, Florida 33069
Phone:(954)426-1042 Fax:(954)426-0717
8/15/2025 Letter No. 8
Raul Cabrera
Project Manager
City of Miami Beach
Public Works Department
1700 Convention Center Drive
Miami Beach, FL 33139 ,
Re: 30-INCH PARALLEL FORCE MAINS CANAL CROSSING REPLACEMENT ALONG PINE TREE
DRIVE (UNDER FLAMINGO WATERWAY)
Contract #: 24-016-01
Additional Fittings Due to Unforeseen Conditions.
Dear Mr. Cabrera,
See attached Change order for breakdown of costs required to Furnish & Install the
additional fittings needed due to unforeseen conditions on the City of Miami Beach Parallel Force
mains Canal Crossing Project.
The costs outlined herein reflect the additional material and work necessary to complete the
new 30" Force main and tie into the existing system. Below is a brief summary of the additional
work included but not limited to, along with the attached Change Order, which provides a detailed
breakdown of labor, material, and equipment costs.
• Additional roadway and pedestrian MOT
• Additional Fittings.
• Additional Megalugs, Gaskets & Accessories.
• Additional equipment and rentals (extra days).
• Delivery of Materials.
• Additional labor required for installation due to unforeseen conflicts.
This Additional material was previously Approved by you during City Progress meetings in order
to minimize any excessive project delay due to the extended lead time on 30" DIP Fittings. The
Total additional cost of these fittings and accessories with labor is $208,994.67. However, these
items replace three 30" DIP Tees called for in the original plans, resulting in a Credit of $62,091.89.
Resulting in a net increase of $146,902.78 to the contract amount.
We appreciate your understanding and look forward to your prompt approval of the attached
change order so we can proceed with the necessary adjustments, agreements and material
orders. Please don't hesitate to reach out if you require further details or clarification.
This change order is based solely on direct cost elements such as labor, material, and stipulated
markups and does not include any amount for changes in the sequence of work, delays,
disruption, rescheduling, extended overhead, acceleration, or impact costs that are impossible to
assess at the present time. Right is expressly reserved to claim for any and all time as well as
these related items of compensable costs prior to the final settlement of this Contract.
1822 of 3458
RIC-MAN INTERNATIONAL, INC. 41,11010
GENERAL CONTRACTOR
1545 NW 27TH Ave Pompano Beach, Florida 33069
Phone: (954) 426-1042 - Fax:(954) 426-0717
Best Regards,
Jake Watterworth
Project Manager
Cc:Jeff Crews Enclosed: Change Order #5
Cindy Arevalo
Matt LePera, PE
21P.,,
1823 of 3458
RIC-MAN INTERNATIONAL, INC.
GENERAL CONTRACTORS
1545 NW 27th Avenue • Pompano Beach, Florida 33073
Phone: 954)426-1042•Fax: 954)426-0717
reakdown of Costs
Project: Pine Tree Drive FM Date: 09/24/25
Description: Bypass, Linestops 8 Deeper Pipe Connection Negotiated LS: $ 1,150,000.00
DESCRIPTION
OTY
Unit
Price
Total
Remobilization
1
I LS
23,000.00
23,000.00
Subtotal 23,000.00
10" Bypass
DESCRIPTION
OTY
Unit
Price
Total
HERO B ss Pum Rental
1
LS
10,750.00
1 10,750.00
Labor 8 Mat for 120 LF of 10" Bypass
1 1
LS
1 90,982.00
1 90,982.00
10" Check Valve 8 Appurtenances
1 1
1 LS
1 7,160,40
1 7,160.40
Subtotal 108,892.40
30" Line Stops and Temporary Interconnect
DESCRIPTION
OTY
Unit
Price
Total
Ran eline Double Linestop
3
EA
95,804.00
287,412.00
Ran eline 30" x 24" CIP FM Test and Tap only
2
EA
3,844.25
7,688.50
Tapping valve and saddle
2
FA
43,116.00
86,232,00
Labor 8 Equipment for installing tapping saddles
2
EA
31,345.00
62,690.00
Labor 8 Mat for 50 LF of 24" Bypass
1
EA
84,089.00
84,089.00
Credit for not engaging double Line Stop
LS
52,145.02
Labor 8 Equipment for installing and encasing in concrete saddles,
incl. MOT
6
EA
70,738.00
424,428.00
Subtotal 952,539.50
Deeper Pipe Connection
DESCRIPTION
OTY
Unit
Price
Total
Labor S Equipment for deeper installation, incl. shoring
1
1 LS
1 65,568.101
65,568.10
Subtotal 65,568.10
Note:
RMI assumes no liability for the existing pipe failure.
This negotiated lump assume excludes unforeseen conditions.
City to provide time for low peak flows (less than 2fps) to engage and disengage line stops.
City forces to coordinate the drawdown and operation of pump stations connected to the system.
I City to coordinate and obtain approval for Noise Ordinance Wavier and Night Work.
City to coordinate and obtain approval for full lane closure.
Line Stops are to be performed during after hours. Remainder of the work to be performed during regular hours.
Provided this is a negotiated lump sum, RMI reserves its rights to renegotiate if any scope is reduced or eliminated.
Restoration is to be paid under the contract line items.
Change order needs to be approved by November 2025 for City to avoid incurring in additional insurance and overhead
1824 of 3458
RIC-MAN INTERNATIONAL, INC.
dcvor GENERAL CONTRACTORS
1545 NW 27th Avenue • Pompano Beach, Florida 33073
Phone: (954) 426-1042 - fax: (954) 426-0717
Breakdown of Costs
Project : Pine Tree Drive FM
Description: Additional Work Required for Tie ins due to unforeseen conditions
- LABOR COSTS
Regular
CLASSIFICATION City Hrs Rate Sub Totals Hrs
Date:
Grand Total: S
Over Time
Rate Sub Totals
07/15/25
173,424.83
Totals
SUPERINTENDENT
1
6500
163.92
10.654,80
-
245,88
0.00
10,654.80
PROJECT MANAGER
1
800
138.04
1.104.32
-
207.06
0.00
1,104.32
FOREMAN
1
90.00
6902
6,21180
-
103.53
0.00
6,211.80
OPERATOR EXCAVATOR
1
7200
56.94
4,099,68
18.00
85.41
1.537,38
5,637.06
OPERATOR LOADER
1
72.00
4227
3,04344
1800
63.41
1,141.38
4,184.82
PIPE LAYER
2
72,00
44,86
6,459,84
18.00
67.29
2,422.44
8.882.28
LABORER
2
7200
2761
3,97584
1800
41,42
1491. 12
5,46696
TRUCK DRIVER
1
16.00
38.56
61696
400
57.84
231.36
848.32
Subtotal.
42,990.36
Contractors Fee
10%
4.29904
- MATERIAL COSTS -
SIZE DESCRIPTION
Concrete Plowable Fill
Rock #57 Stone
EQUIPMENT
34J MT
WA320 198HP
CS
I Dump Truck
ROJECT MANAGER TRUCK
Ton Single Cab
Ton Utility P-U
LIMPS
Tell Point Pump 10
eader Pipe (20')
ischarge Pipe (20')
Subtotal. 47,289 40
OTY Unit
Price
20 CY
173.90
18 TON
23.80
Sales Tax Q 7.50%
Subtotal: 4,
Contractors Fee 1000 %
Operating
r
Bra
Rate
Sub Total
Costs ISub
Total
To
1
90
12805
11,524.50
73.97
6, 657.30
18, 181.
n8.32
1
90
748.80
145
130.50
879
1
90
74,84
6, 735.60
32.91
2,961.90
9697.
1
20
51.13
1,022.60
103.27
2,065.40
3,088.
1.00
65
13.90
90350
42.98
2,793. 70
3,697.
1.00
4
12.50
5000
42.98
171 92
221
1
90
12.35
1,11150
23.05
2,074.50
3,186
1
90
12.35
1,11150
1742
1.56780
2.679
1
90
4111
3,753,90
21.70
1953.00
5,706
15
90
5.12
6,912.00
0.08
108.00
7,020
30
90
2.26
6,10200
0.08
216.00
6,318
A RMI-Claim Form #7- Tie Ins.xlsm
PAGE t OF
2
1825 of 3458
Jet Pump 6"
1
90
40.37
3,63330
17,00
1,530.00
5,163.30
Jet Hose(50')
1
90
4,37
39330
0.08
720
400.50
6" Multi Purpose Pump
1
90
23.69
2,132.10
10.00
90000
3,032.10
6" Suction Hose (25')
2
90
3.87
696,60
0.10
18.00
714.80
6" Discharge Hose (5(y)
4
90
2.35
946.00
0.10
36.00
882.00
Siltation Box
1
90
11.84
106560
0.18
16.20
108180
SAFETY
..
o::
S"F I,tn'.
".
�_.
Io".,1
Trench Box B" x 8' x 16'
1
90
28.26
2,54140
1 05
94.50
2,637.90
Trench Shields Plates 10x20
13
90
23.21
27, 155.70
0.26
304.20
27.459,90
Ladder
90
545
490.50
0,08
720
497.70
OTHER
-
Small Tools
1
90
44.40
3,996.00
460
414.00
441000
Equipment Total:
106,955.72
Contractor's
Fee
10.00%
10,695.57
Equipment Total:
117,651.29
SUBCONTRACTOR
DESCRIPTION
CITY
Unit
Price
Totals
Haul Disposal
2
LD
230,00
460.00
Brothers concrete Pumping
1
LS
2,244.00
2,244.00
Dumpster
9
E/D
30.67
276.03
Portable San. Facilities
9
EID
13,27
11943
TRAFFIC MAINTENANCE
City
Unit
Rate
City
Unit
Totals
Barricades/Drums
225
EA
0.14
9
Days
283.50
Signs Large
22
EA
0.29
9
Days
5742
Pedestrian LCD
2
EA
040
9
Days
7.20
Arrow Board
2
EA
7.50
9
Days
135.00
Type H Corrals
4
EA
0.35
9
Days
1260
a'Subtotal:
3,5Z 18
Contractor's Fee 7.50%
269.64
Subcontractor Total:
7,864.82
SUMMARY OF COSTS Labor Total. 47,289.4a
Malenals Total
4 619 32
Equipment Total.
I
117,651.29
Subcontractors Total.
3,86482
.
Time Extension Requested' 9 Days Sub Total:
173,424.83
Grand Total: 173,424.83
A_RMI-Claim Form #7- Tie Ir lfim PAGE 2 OF 2
1826 of 3458
RIC-MAN INTERNATIONAL, INC.
GENERAL CONTRACTOR
1545 NW 27TH Ave Pompano Beach, Florida 33069
Phone:(954)426-1042 Fax:(954)426-0717
7/15/2025 Letter No. 7
Raul Cabrera
Project Manager
City of Miami Beach
Public Works Department
1700 Convention Center Drive
Miami Beach, FL 33139
Re: 30-INCH PARALLEL FORCE MAINS CANAL CROSSING REPLACEMENT ALONG PINE TREE
DRIVE (UNDER FLAMINGO WATERWAY)
Contract #: 24-016-01
Additional Work required for Tie-ins.
Dear Mr. Cabrera,
See attached Change order for breakdown of costs required to complete the 30" Tie-ins
due to unforeseen conditions on the City of Miami Beach Parallel Force mains Canal Crossing
Project.
The costs outlined herein reflect the work necessary to complete the new 30" Force main and
tie into the existing system. Below is a brief summary of the additional work included but not limited
to, along with the attached Change Order, which provides a detailed breakdown of labor, material,
and equipment costs.
• Additional roadway and pedestrian MOT
• Additional excavation for increased depth.
• Additional shoring due to increased depth.
• Set up, Install, and remove Wellpoints due to increased depth.
• Additional equipment and rentals (extra days).
• Work dictated in Bypass Plan provided by the city - Steps #5,8. Only additional work per
given design.
• Additional labor required due to unforeseen conflicts.
• Flowable fill and Pumping rentals.
We appreciate your understanding and look forward to your approval of the attached change order
so we can proceed with the necessary adjustments, agreements and material orders. Please don't
hesitate to reach out if you require further details or clarification.
This change order is based solely on direct cost elements such as labor, material, and stipulated
markups and does not include any amount for changes in the sequence of work, delays,
disruption, rescheduling, extended overhead, acceleration, or impact costs that are impossible to
assess at the present time. Right is expressly reserved to claim for any and all time as well as
these related items of compensable costs prior to the final settlement of this Contract.
Best Regards,
Jake Watterworth
Project Manager
1827 of 3458
RIC-MAN INTERNATIONAL, INC.
GENERAL CONTRACTOR
1545 NW 27TH Ave Pompano Beach, Florida 33069
Phone: (954) 426-1042 - Fax: (954) 426-0717
Cc:Jeff Crews Enclosed: Change Order #7
Cindy Arevalo
Matt LePera, PE
21 ,
1828 of 3458
RIC-MAN INTERNATIONAL, INC.
GENERAL CONTRACTORS 40*
1545 NW 27th Avenue • Pompano Beach, Florida 33073
Phone: (954) 426-1042 . Fax: (954) 426-0717
Breakdown of Costs
Project: Pine Tree Drive FM Date: 08/15/25
Description: Additional Work Required for Striping the expanded asphalt Scope Grand Total: $ 8257.93
LABOR COSTS
Regular Over Time
CLASSIFICATION ON Hrs Rate Sub Totals Ws Rate Sub Totals Totals
MATERIAL COSTS
EQUIPMENT
.SUBCONTRACTOR
DESCRIPTION
Additional Striping for extended Asphalt
TRAFFIC MAINTENANCE
BanicedetiMnims
Signs Large
Pedestrian LCD
Arrow Board
Type H Conals
Contractors Fee 10% 41
Subtotal. 45`.
Labor Total: 45!
Sales Tax @ 7 50%
Subtotal.
Contractors Fee 10.00 %
Operating
Total:
CITY Unit
Price
Tot
/ LS
5,342.50
5,342.
City
Unit
Rate
Qty Unit
Tot
225
EA
0.14
1 Days
31.
22
EA
0.29
1 Days
6
2
EA
0.40
1 Days
0
2
EA
7.50
1 Days
15
4
EA
0.35
1 Days
1
Subcontractor Total:
5,397.
Subtotal:
5,397
Contractors Fee 7S0%
404
r SUMMARY OF COSTS Labor Total: 455,53
Materials Total: 0.00
Equipment Total: 0.00
Subcontractors Total: 55 802.40
Time Extension Requested: 1 Day Sub Total: 6,257.93
Grand Total: 6,257.93
A_RMI-Claim Form #8- Striping.xism PAGE 1 OF 1
1829 of 3458
RIC-MAN INTERNATIONAL, INC.
GENERAL CONTRACTOR 40*
1545 NW 27TH Ave - Pompano Beach, Florida 33069
Phone: (954) 426-1042 Fax: (954) 426-0717
8/15/2025 Letter No. 9
Raul Cabrera
Project Manager
City of Miami Beach
Public Works Department
1700 Convention Center Drive
Miami Beach, FL 33139
Re: 30-INCH PARALLEL FORCE MAINS CANAL CROSSING REPLACEMENT ALONG PINE TREE
DRIVE (UNDER FLAMINGO WATERWAY)
Contract #: 24-016-01
Additional Work required for Increased scope of striping.
Dear Mr. Cabrera,
See attached Change order for breakdown of costs required to complete the additional
striping necessitated due to the increased scope of asphalt area utilizing the Cities linestop &
Bypass plan on the City of Miami Beach Parallel Force mains Canal Crossing Project.
The costs outlined herein reflect the work necessary to complete the additional striping
required to cover the additional asphalt area per specifications. Below is a brief summary of the
additional work included but not limited to, along with the attached Change Order, which provides
a detailed breakdown of labor, material, and equipment costs.
• Additional Roadway striping.
• Additional MOT and Rentals
We appreciate your understanding and look forward to your approval of the attached change order
so we can proceed with the necessary adjustments, agreements and material orders. Please don't
hesitate to reach out if you require further details or clarification.
This change order is based solely on direct cost elements such as labor, material, and stipulated
markups and does not include any amount for changes in the sequence of work, delays,
disruption, rescheduling, extended overhead, acceleration, or impact costs that are impossible to
assess at the present time. Right is expressly reserved to claim for any and all time as well as
these related items of compensable costs prior to the final settlement of this Contract.
Best Regards,
Jake Watterworth
Project Manager
Cc:Jeff Crews Enclosed: Change Order #8
Cindy Arevalo
Matt LePera, PE
,I-.;
1830 of 3458
$00 Fairway Drive, Suite 195
Sta ntec Deerfield Beach FL US 33441-1828
Office (964) 481-2812
Fax (954t 481-2815
September 4, 2025
Matthew LePera
Construction Manager
City of Miami Beach Public Works
1700 Convention Center Drive
Miami Beach, FL 33139
Re: 30-INCH PARALLEL FORCE MAINS CANAL CROSSING REPLACEMENT ALONG PINE
TREE DRIVE (UNDER FLAMINGO WATERWAY)
Contract #: 24-016-01
Change Order #6
City of Miami Beach, Florida
Dear Mr. LePera:
As you know, Stantec has been performing services for Construction Engineering and Inspection
(CEI) for the above referenced project. In our role as CEI, we have been asked to evaluate the
change order related to the Flow Management Allowance Increase. Please accept this letter as an
overview of the validity of the change order.
The original contract for the project included a pre -determined value for flow management in the
amount of $90,000.00. The Contractor has submitted a change order representing the value needed
to provide these services. The proposal is in two parts and includes a variation for additional work
that will be necessary if a valve within the City system turns out to be inoperable. At this time, the
change orders are $1,137,971.46 with the use of the valve or $1,505,803.42 if the valve malfunctions.
In our evaluation, the original amount of $90,000 allocated was insufficient to provide the appropriate
bypass systems to manage the flow during the connection of new piping to the old system. We have
provided the City further recommendations to continue negotiations on the change order values but
in the end the real value of the bypass efforts will likely exceed $1,000,000.
If you have any questions, please feel free to contact me at any time.
Sincerely,
STANTEC CONSULTING SERVICES INC.
Jeffrey Crews, P.E., LEED AP
Senior Principal
Design vdth co m'n,,I, ,mind
1833 of 3458