Loading...
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