Loading...
HomeMy WebLinkAboutAmendment 1 to Design Build Agreement Ric-Man International ltJ(J~- 76 a tJ~- b //};6- {~7 /3 AMENDMENT NO.1 TO THE DESIGN BUILD AGREEMENT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA AND RIC-MAN INTERNATIONAL,INC., DATED MAY 20,2005 IN AN AMOUNT NOT-TO-EXCEED $ $555,783.98 FOR THE PROVISION OF ADDITIONAL DESIGN, PERMITTING AND CONSTRUCTION SERVICES, NECESSARY FOR THE DRAINAGE UPSIZING ALONG WASHINGTON AVENUE AND 6TH STREET, 7TH STREET, BETWEEN 8TH 19TH STREET AND 11TH STREET, FOR THE RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS PROGRAM NEIGHBORHOOD NO. 10D - WASHINGTON AVENUE PROJECT This Amendment No. 1 to the Agreement, made and entered this !J./!J day of ~ 2 tJ'CJ J' 2006, by and between the CITY OF MIAMI BEACH, a Municipal Corporation existing' under the laws of the State of Florida (hereinafter referred to as CITY), having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139, and Ric - Man International, Incorporated, having its offices at 2601 Northwest 48th Street Pompano Beach, FI. 33027 (hereinafter referred to as DESIGN BUILD CONTRACTOR). RECITALS WHEREAS, on January 14, 2004, the Mayor and City Commission adopted Resolution No. 2004-25463, approving and authorizing the Mayor and City Clerk to execute a Guaranteed Maximum Price Contract with RIC-MAN International, Inc., pursuant to Invitation to Bid No. 22- 02/03 for Design Build Services to Design and Construct the Washington Avenue Improvements _ Phases II, IV and V Streetscape and Utility Improvement Project (the Project); and WHEREAS, the Agreement provides for the design, permitting, construction and construction engineering services for the Project; and WHEREAS, the Agreement was executed for a Guaranteed Maximum Price of $12,104,429; and WHEREAS, the following Amendment No.1 is deemed necessary by the CITY and Hazen and Sawyer (the City's Program Manager), to coordinate the Flamingo / Lummus drainage infrastructure improvements within the Washington Avenue right-of-way, that were required to be constructed so that the drainage system would operate as designed; and WHEREAS, the principal components of this work consist of significant drainage upsizing along Washington Avenue, at the 6th and ih Street intersections (pipe replacement with 36-inch and 29" x 45" diameter piping) and the replacement of the existing drainage pipe between 8th and 9th Streets with a 36-inch diameter pipe; and WHEREAS, Amendment NO.1 increases the total Agreement fee by $555,784, for a total fee of $12,725,672. C 0-' NOW. THEREFORE. the parties hereto, and in consideration of the mutual promises, covenants, agreements, terms, and conditions herein contained, and other good and valuable consideration, the respect and adequacy are hereby acknowledged, do agree as follows: 1. ABOVE RECITALS The above recitals are true and correct and are incorporated as a part of this Amendment NO.1. 2. MODIFICATIONS The Agreement is amended as defined in "Attachment 1 ", attached herein. 3. OTHER PROVISIONS Article 6 - of the Agreement, entitled "Completion Date", shall be amended as follows: Paragraph 6.3, second sentence; delete reference to "630 calendar days", and insert "671 calendar days". 4. RATIFICATION The CITY and CONSULTANT ratify the terms of the Agreement, as amended by this Amendment NO.1. [ THE REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] ~~ ATTACHMENT 1 Section 01000 Section 01000 of the Contract Specifications entitled, "Professional Services", is amended as follows: PARAGRAPH 1.02 - SCOPE OF PROFESSIONAL SERVICES; after paragraph "M", insert the following new paragraph: N. As a result, Ric-Man International agrees to design, permit, and construct (furnish & install) the additional infrastructure along Washington Avenue and 6th Street, 7th Street, between 8th /9th Streets, and 11th Street. The scope of work includes the following: · Washington Avenue and 6th Street-Install Structures S-104, S-107A, S-107B, S- 108B, and S-108C with approximately 110 feet of 36-lnch RCP and 60 feet of 29" X 45" RCP. · Washington Avenue and 7th Street -Install Structures S-116, S-116A, S-116B, S- 116C and S-117 A with approximately 45 feet of 42-lnch RCP and 40 feet of 18- Inch HDPE. · Washington Avenue between 8th / 9th Streets -Install Structures S-125A, S-125B, S-132, S-132A, S-133, S-134A, S-134B, S-134C and S-134D with approximately 459 feet of 36-lnch RCP and 86 feet of 18-lnch HDPE. · Washington Avenue and 11th Street-Install Structures S-157A & S-157B with 18- Inch HDPE. · Price considered to be Guaranteed Maximum Price per existing Agreement with the City of Miami Beach, dated March 11, 2004. c;:o IN WITNESS WHEREOF, the parties hereto have caused this Amendment NO.1 to be executed in their names by their duly authorized officials as of the date first set forth above. ATTEST OF MIAMI BEACH, FLORIDA trv~ Sk1~ o . CITY CLERK Robert Parcher MAYOR David Dermer ATTEST Ric - Man International, INC. ~~ )J Secret ry/ ature President/Signature ~1~J Al-tl('(tJ ~et Print Name i7A\I~17 MAWU~il / ~W1i(7~~-r Print Name and Title APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION ~ ~ 1,1 ~I Uo ey~ ~ HAZEN AND SAWYER, P.C. 975 Arthur Godfrey Road, Suite 211 Miami Beach, Florida 33140 Phone: (305) 532-9292 Fax: (305) 534-8887 CHANGE ORDER NO. 4010D-4.0 PROJECT: City of Miami Beach ROW Infrastructure Improvement Program Washington Avenue Improvements Project DESIGN/BUILD FIRM: Ric-Man International, Inc. 1210 Washington Avenue, Suite 200 Miami Beach, FL 33139 TITLE: BP 10 AlBIC COORDINATION - DRAINAGE UPSIZING ALONG WASHINGTON AVENUE AND 6TH, 7TH, BETWEEN 8TH 19TH STREETS AND 11 TH STREET Item Description Drainage Upsizing along Washington Avenue and 6th Street, 7th 4.0 Street, between 8th 19th Streets and 11 th Street Total $ 555,783.98 TOTAL RECEIVED HAZEN AND SAWYER. P.C. Miami Beach, Florida $555,783.98 ~1AY 2 0 2005 c oc J Vtfll,c..~, 6. V. Job No. lIo f~ D 18..1 Original Agreement Amount: $12,104,429.00 Previous Change Orders: $65,459.22 Total For This Change Order: $555,783.98 New Agreement Amount: $12,725,672.20 DESIGN/BUILD FIRM: RIC-~~AL.INC. j- - /1- oS DATE r; 2<:,0,)~ ~ DATE PROJE~ r//~r HAZEN AND SAWYER, P.C. DATE 2 of 2 HAZEN AND SAWYER, P.C. 975 Arthur Godfrey Road, Suite 211 Miami Beach, Florida 33140 Phone: (305) 532-9292 Fax: (305) 534-8887 CHANGE ORDER NO. 40100-4.0 PROJECT: City of Miami Beach ROW Infrastructure Improvement Program Washington Avenue Improvements Project DESIGN/BUILD FIRM: Ric-Man International, Inc. 1210 Washington Avenue, Suite 200 Miami Beach, FL 33139 TITLE: BP 10 AlBIC COORDINATION - DRAINAGE UPSIZING ALONG WASHINGTON AVENUE AND 6TH, 7TH, BETWEEN 8TH 19TH STREETS AND 11TH STREET DESCRIPTION: During the development of the Design Criteria Package (DCP) for the referenced project, the Flamingo I Lummus Bid Package Nos. 10A, 10B and 10C identified certain proposed drainage infrastructure within the Washington Avenue right-of-way that was required to be constructed so that the Flamingo I Lummus drainage system would operate as designed. The Flamingo I Lummus design was approximately at the 30% design milestone during the preparation of the Design Criteria Package. Subsequent to the Washington Avenue Improvement Project contract award, the Flamingo I Lummus bid packages reached the 60% design milestone. These 60% plans identified additional drainage infrastructure that was required to be implemented within the Washington Avenue right-of-way. The team held meetings on June 30, 2004, January 7,2005, January 12, 2005, January 24,2005 and February 17, 2005 to review the latest Flamingo I Lummus construction drawings in an effort to coordinate the drainage and hardscape elements. The result of these meetings identified the additional drainage infrastructure that was required to be constructed within the Washington Avenue right-of-way and those Flamingo I Lummus project elements that would have required re-work within the Washington Avenue right-of- way if constructed after the completion of the Washington Avenue project. As a result, Ric-Man International agrees to design, permit, and construct (furnish & install) the additional infrastructure along Washington Avenue and 6th Street, 7th Street and between 8th / 9th Streets. The scope of work includes the following: Washington Avenue and 6th Street - Install Structures S-104, S-107A, S-107B, S-108B, and S- 108C with approximately 110 feet of 36-lnch RCP and 60 feet of 29" X 45" RCP. Washington Avenue and 7th Street - Install Structures S-116, S-116A, S-116B, S-116C and S- 117 A with approximately 45 feet of 42-lnch RCP and 40 feet of 18-lnch HOPE. Washington Avenue between 8th 19th Streets - Install Structures S-125A, S-125B, S-132, S-132A, . S-133, S-134A, S-134B, S-134C and S-134D with aproximately 459 feet of 36-lnch RCP and 86 feet of 18-lnch HOPE. . Washington Avenue and 11th Street - Install Structures S-157 A & S-157B with 18-lnch HOPE. Payment to be in the form of lump sum. Price considered to be Guaranteed Maximum Price per existing Agreement with the City of Miami Beach dated March 11, 2004. Per RMl's request for a time extension as a result of the additional drainage work, it has been determined that 41 calendar I contract days will be added to the total authorized contract 1 of 2 HAzEN AND SAWYER Environmental Engineers & Scientists Hazen and Sawyer. P. C. 975 Arthur Godfrey Road Suite 211 Miami Beach, FL 33140 305 532.9292 Fax: 305 534-8887 May 13, 2005 Mr. Jorge E. Chartrand Acting Capital Improvements Projects Director CITY OF MIAMI BEACH 1700 Convention Center Drive Miami Beach, Florida 33139 City of Miami Beach Right-of-Way Infrastructure Improvements Program BP 100: Washington Avenue Improvement Project Change Order No.4 Dear Mr. Chartrand: During the development of the Design Criteria Package (DCP) for the referenced project, the Flamingo / Lummus Bid Package Nos. 10A, 10B and 10C identified certain proposed drainage infrastructure within the Washington Avenue right-of-way that was required to be constructed so that the Flamingo / Lummus drainage system would operate as designed. The Flamingo / Lummus design was approximately at the 30% design milestone during the preparation of the Design Criteria Package. Subsequent to the Washington Avenue Improvement Project contract award, the Flamingo / Lummus bid packages reached the 60% design milestone. These 60% plans identified additional drainage infrastructure that was required to be implemented within the Washington Avenue right-of-way. The team held meetings on June 30, 2004, January 7, 2005, January 12, 2005, January 24, 2005 and February 17, 2005 to review the latest Flamingo / Lummus construction drawings in an effort to coordinate the drainage and hardscape elements. The result of these meetings identified the additional drainage infrastructure that was required to be constructed within the Washington Avenue right-of-way and those Flamingo / Lummus project elements that would have required re-work within the Washington Avenue right-of-way if constructed after the completion of the Washington Avenue project. On December 12, 2004, Hazen and Sawyer issued Request for Proposal (RFP) No. 00008 for the design, permitting and construction of those drainage / hardscape improvements to be constructed within the Washington Avenue right-of-way. Please reference Exhibit A for a copy of this RFP. The principal components of this Work consist of significant drainage upsizing along Washington Avenue at the 6th and ih Street intersections (pipe replacement with 36-inch and 29" x 45" diameter piping) and the replacement of the existing drainage pipe between 8th and 9th Streets with a 36-inch diameter pipe. In response to RFP No. 00008, Ric-Man International, Inc. (RMI) forwarded on March 15, 2005 a Guaranteed Maximum Price (GMP) cost proposal in the amount of $587,904 for the additional work (reference Exhibit B). Subsequent to receipt of this proposal, RMI advised Hazen and Sawyer that one (1) manhole and two (2) additional inlets and its associated piping were not included in the March 15, 2005 cost proposal. Utilizing RMI's March 15th, 2005 pricing, the cost of the additional inlets and their associated piping would increase the cost proposal to approximately $623,000. Hazen and Sawyer met with RMI on the noted dates to review the proposed scope of work and cost Page 1012 MB: 4010DL 102 New York. NY. Armonk, NY' Ramsey, NJ' Detroit. MI' Philadelphia. PA. Raleigh. r,c. Charlotte. NC . fainax, VA' Atlanta. GA' Hollywood. fL' Boca Raton, fL' fort Pierce. FL' Jacksonville, fL' Miami, FL. Sarasota, fL' Tampa, fL HAzEN AND SAWYER Mr. Jorge. E. Chartrand May 13, 2005 proposal. At this time, RMI has agreed to perform the additional work for a lump sum price of $555,783.98. RMI will perform this work in accordance with its Agreement with the City of Miami Beach as a guaranteed maximum price. We have enclosed an itemized listing of work components to perfonn this additional work as Exhibit C. This exhibit is intended to be the supporting documentation of the effort to be provided. It is also the basis for the reduction in the cost proposal and will be archived with the request for proposal for future reference, if necessary. We have also enclosed Exhibit D which contains three (3) copies of final Change Order No. 004 for your signature. RMl's representative has signed and dated the referenced Change Orders in the applicable location to illustrate its acceptance of the City's counter offer of $555,783.98. Please note that the existing Washington Avenue contingency funds are not sufficient for this additional work and will require a transfer of storm water funds from the Flamingo / Lummus neighborhood project(s) to the Washington Avenue project. Please note that the Flamingo / Lummus neighborhood consultant is of the opinion that funds from the neighborhood should not be transferred since the drainage work within Washington Avenue and west of Alton Road were to be funded by other neighborhoods / funding sources. At this time, we recommend that the Capital Improvement Projects Office authorize the additional work outlined in Change Order No. 4 and transfer the funds from the Flamingo / Lummus neighborhood project(s) so that the design, pennitting and construction of the referenced work can proceed with the forthcoming work implementation. In addition, please note that portions of proposed sidewalk and curb and gutter replacement were deleted from the Washington Avenue Project scope to accommodate future work by the Flamingo / Lummus project(s). Hazen and Sawyer is in the process of finalizing a deductive Change Order (No. 5) for the referenced credit amount. Please review the enclosed and advise whether additional information is required to process this change order. Three (3) copies of Change Order No.4 (signed by RMI) have been provided for your signature in Exhibit D. Thank you for your cooperation and assistance concerning this matter. If you have any questions, please do not hesitate to call our office. Very truly yours, ~Ar:;P.C. Charles O. Carreno, P.E. Deputy Program Manager Enclosures c: K. McKew R. Singer O. Trettin V. Menocal B. Vidal FileNo. 40100/1.2 Fife No. 40100/8.3 Page 2 of 2 MB: 40100L102 Exhibit A Ha-zen and Sawyer, p.e. 975 Arthur Godfrey Road , Suite 211 Miami Beach, FL 33140 REQUEST FOR PROPOSAL No. 00008 Phone: (305) 532-9292 Fax: (305) 534-8887 'lTLE:BPI0 AlBIC Coordination PROJECT: Washington Avenue 4010D TO: Attn: Albert Dominguez P.E. RIC-MAN International 121 0 Washington Avenue Suite 200 Miami Beach, FL 33139 Phone: 305-535-1744 Fax: 305-535-1745 DATE: 12/14/2004 JOB: 4010D CONTRACT NO: 1 RE: To: DESCRIPTION OF PROPOSAL First Issuance of Request for Proposal No, 0008: From: Number: Please provide a cost proposal for the replacement of the storm water conveyance system that are highlighted in green on the enclosed plans. Note that the enclosed plans identify the installation of new inlets, manholes and pipes; however, the DesignlBuild Firm is expected to confirm the type I number of structures that needs to be installed to facilitate its construction. Also, the City anticipates that the DesignlBuild Firm will coordinate with the Flamingo BP lOB and BP 10C proposed improvements. Please provide a cost proposal by January 17, 2005. Should you have any questions, please feel free to contact us at any time. Second Issuance of Request for Proposal No. 0008: . .ease provide a cost proposal for the drainage and drainage upsizing at 6th, 7th, 8th and 9th Streets. Per the coordination meetings with EDA W, the Flamingo I Lununus design Consultant, enclosed is the coordination matrix and marked-up plans depicting the limits of work for your review. In addition, please provide a breakdown for the additional sidewalk and curb & gutter at the SW side of 7th Street for the proposed inlet, S-117 A, to be incorporated by RMI in the Washington A venue Project. Also, include the cost for the additional milling and resurfacing that extends beyond the original Washington Avenue project limits at 7th, 8th, and 9th Streets. Note that we also anticipate a credit for the deletion of sidewalk, curb & gutter and ADA ramps on Washington A venue and the SW 6th Street, SE of 13th Street, SW of 13th Street, NE of 13th Street and NW of 13th Street. Should you have any questions, please feel free to contact us at any time. Item 00001 Description Stock# Quantity Units 1.000 Unit Price Tax Rate Tax Amount Net Amount $555,783.98 0.00% $0.00 $555,78398 Unit Cost: Unit Tax: Total: $555,783.98 $0.00 $555,783.98 By: Albert Dominguez P.E. By: Charlie Carreno P.E. Date: Date: I.:.xpedilion @ ( Exhibit B Menocal, Victor From: Albert Dominguez [adominguez@ric-man.us] Sent: Tuesday, March 15, 20054:13 PM To: Menocal, Victor Subject: Price Proposal for Additional Drainage Upsizing - Washington Ave. Street Scape Project Victor, Here are the initial numbers I have developed for the subject work: 11- New J-7 Man-holes @ $ 7,500.00 = $ 82,500.00 7 - New P-5 inlets @ $ 5,500.00 = $ 38,500.00 568 LF of 36" RCP @ = $ 280.00 = $ 159,040.00 42 LF of 42" RCP @ = $ 310.00 = $ 13,020.00 60 LF of 29"x45" RCP @ = $ 330.00 = $ 19,800.00 126 LF of 18" RCP @ = $ 250.00 = $ 31.500.00 - Total Construction $ 344,360.00 Guaranteed Max.Price multiplier (0.4) $ 137,744.00 Design of upgrade system Construction Engineering Inspection Public Liaison and Information $ 38,000.00 $ 42,800.00 $ 25.000.00 $ 587,904.00 - Total GMP for Design/Build Please consider a contract time extension of 40 working days. 5/13/2005 Page 1 of 1 Exhibit C HAZEN AND SAWYER, P.C. 975 Arthur Godfrey Road, Suite 211 Miami Beach, Florida 33140 Phone: (305) 532-9292 Fax: (305) 534-8887 CHANGE ORDER NO. 40100-4.0 PROJECT: City of Miami Beach ROW Infrastructure Improvement Program Washington Avenue Improvements Project DESIGN/BUILD FIRM: Ric-Man International, Inc. 1210 Washington Avenue, Suite 200 Miami Beach, FL 33139 TITLE: BP 10 AlBIC COORDINATION DESCRIPTION OF WORK: Please see enclosed. Item Descriotion 4.1 Drainage Upsizing Total $ 555,783.98 TOTAL $555,783.98 Original Agreement Amount: $12,104,429.00 Previous Change Orders; $65,459.22 Total For This Change Order: $555,783.98 New Agreement Amount: $12,725,672.20 DESIGN/BUILD FIRM: RIC-MAN INTERNATIONAL, INC. DATE CONTRACT ADMINISTRATOR: PROJECT MANAGER: CITY OF MIAMI BEACH DATE HAZEN AND SAWYER, P.C. DATE HAZEN AND SAWYER, P.C. 975 Arthur Godfrey Road, Suite 211 Phone: (305) 532-9292 Miami Beach, Florida 33140 Fax: (305) 534-8887 CHANGE ORDER NO. 4010D-4.1 PROJECT: City of Miami Beach ROW Infrastructure Improvement Program Washington Avenue Improvements Project DESIGN/BUILD FIRM: Ric-Man International, Inc. 1210 Washington Avenue, Suite 200 Miami Beach, FL 33139 TITLE: BP 10 AlB/C Coordination DESCRIPTION OF WORK: The City has requested that RMI incorporate portions of the Flamingo/Lummus project drainage components to avoid re-work within the Washington Avenue Corridor. The following is the additional cost to construct portions of the Flamingo/Lummus project that lie within the Washington Avenue Project. Item No. Descriotion Rate Quantity Unit Total Comments 4.1.1 Construction / Restoration Cost A. J-7 Manholes $7,500.00 12 EA $90,000.00 B. P-5 Inlets $5,500.00 9 EA $49,500.00 C. 36-lnch RCP $280.00 568 LF $159,040.00 D. 42-lnch RCP $310.00 42 LF $13,020.00 E. 29" X 45" RCP $330.00 60 LF $19,800.00 F. 18-lnch HDPE $185.00 152 LF $28,120.00 5% GMP Allowance (4.1.1 A-F) $17,974.00 5% Project Contingency (4.1.1 A-F) $17,974.00 Subtotal $395,428.00 4.1.2 Professional Services A. Drainage Design - Revisions $1,000.00 6 EA $6,000.00 (6 dwgs at $1000.00 / dwg) B. Drainage Structure - Revisions $300.00 5 EA $1,500.00 (5 dwgs at $300.00 / dwg) C. HS, LS, EL Design - Revisions $300.00 18 EA $5,400.00 (18 dwgs at $300.00 / dwg) D. 18 Structures Submittal Review $100.00 54 HR $5,400.00 (18 Submittals at 3 hrs each) HDPE & RCP Pipe Submittal E. Review $100.00 6 HR $600.00 (2 Submittals at 3 hrs each) Coordination Meeting - Principle-in- F. Charge $125.00 6 HR $750.00 (2 Mtgs for 3 Hrs) Coordination Meeting - Senior (2 Mtgs for 3 Hrs. Also, G. Engineer $100.00 38 HR $3.800.00 includes permit revision time) H. Record Drawing Preparation $300.00 11 HR $3,300.00 (11 sheets at $300 each) I. Field Engineering LS $36,750.00 J. Public Liaison 1 LS $21,000.00 5% Design / Build Firm Fee (Article 37.5.3) $4,225.00 Subtotal $88,725.00 4.1.3 Subsurface Utility Engineering HAZEN AND SAWYER, P .C. 975 Arthur Godfrey Road, Suite 211 Phone: (305) 532-9292 Miami Beach, Florida 33140 Fax: (305) 534-8887 CHANGE ORDER NO. 40100-4.1 PROJECT: City of Miami Beach ROW Infrastructure Improvement Program Washington Avenue Improvements Project A. Project Manager Coordination DESIGN/BUILD FIRM: Ric-Man International, Inc. 1210 Washington Avenue, Suite 200 Miami Beach, FL 33139 $100.00 60 HR $6,000.00 Physical Utility Excavation - Crew B. Cost $3,700.00 7 DAY $25,900.00 (7 crew days at $3,700 / day) Underground Utility Verification - C. Potholing $275.00 30 EA $8,250.00 D. Field Verification - Surveying $105.00 100 HR $10,500.00 DESIGN / BUILD FIRM SUBTOTAL 3% PERFORMANCE AND PAYMENT BOND $3,672.00 $1,121.10 $55,443.1 0 $539,596.10 $16,187.88 E. Maintenance ofTraffic $17.00 216 HR 5% Design / Build Firm Fee (3C+3D+3E) Subtotal GRAND TOTAL $555,783.98 Exhibit D ( HAZEN AND SAWYER, P.C. 975 Arthur Godfrey Road, Suite 211 Miami Beach, Florida 33140 Phone: (305) 532-9292 Fax: (305) 534-8887 CHANGE ORDER NO. 4010D-4.0 PROJECT: City of Miami Beach ROW Infrastructure Improvement Program Washington Avenue Improvements Project DESIGN/BUILD FIRM: Ric-Man International, Inc. 1210 Washington Avenue, Suite 200 Miami Beach, FL 33139 TITLE: BP 10 AlBIC COORDINATION - DRAINAGE UPSIZING ALONG WASHINGTON AVENUE AND 6TH, 7TH, BETWEEN 8TH /9TH STREETS AND 11TH STREET DESCRIPTION: During the development of the Design Criteria Package (DCP) for the referenced project, the Flamingo / Lummus Bid Package Nos. 10A, 10B and 10C identified certain proposed drainage infrastructure within the Washington Avenue right-of-way that was required to be constructed so that the Flamingo I Lummus drainage system would operate as designed. The Flamingo / Lummus design was approximately at the 30% design milestone during the preparation of the Design Criteria Package. Subsequent to the Washington Avenue Improvement Project contract award, the Flamingo / Lummus bid packages reached the 60% design milestone. These 60% plans identified additional drainage infrastructure that was required to be implemented within the Washington Avenue right-of-way. The team held meetings on June 30, 2004, January 7,2005, January 12, 2005, January 24,2005 and February 17, 2005 to review the latest Flamingo / Lummus construction drawings in an effort to coordinate the drainage and hardscape elements. The result of these meetings identified the additional drainage infrastructure that was required to be constructed within the Washington Avenue right-of-way and those Flamingo / Lummus project elements that would have required re-work within the Washington Avenue right-of- way if constructed after the completion of the Washington Avenue project. As a result, Ric-Man International agrees to design, permit, and construct (furnish & install) the additional infrastructure along Washington Avenue and 6th Street, 7th Street and between 8th 19th Streets. The scope of work includes the following: Washington Avenue and 6th Street - Install Structures S-104. S-107A, S-107B, S-108B, and S- 108C with approximately 110 feet of 36-lnch RCP and 60 feet of 29" X 45" RCP. Washington Avenue and 7th Street - Install Structures S-116, S-116A, S-116B, S-116C and S- 117 A with approximately 45 feet of 42-lnch RCP and 40 feet of 18-lnch HDPE. Washington Avenue between 8th / 9th Streets -Install Structures S-125A, S-125B, S-132, S-132A, . S-133, S-134A, S-134B, S-134C and S-134D with aproximatefy 459 feet of 36-lnch RCP and 86 feet of 18-fnch HDPE. . Washington Avenue and 11th Street -Install Structures S-157A & S-157B with 18-fnch HDPE. Payment to be in the form of lump sum. Price considered to be Guaranteed Maximum Price per existing Agreement with the City of Miami Beach dated March 11, 2004. Per RMl's request for a time extension as a result of the additional drainage work, it has been determined that 41 calendar I contract days will be added to the total authorized contract 1of2 HAZEN AND SAWYER, P.C. 975 Arthur Godfrey Road, Suite 211 Miami Beach, Florida 33140 Phone: (305) 532-9292 Fax: (305) 534-8887 CHANGE ORDER NO. 40100-4.0 PROJECT: City of Miami Beach ROW Infrastructure Improvement Program Washington Avenue Improvements Project DESIGN/BUILD FIRM: Ric-Man International, Inc. 1210 Washington Avenue, Suite 200 Miami Beach, FL 33139 TITLE: BP 10 AlBIC COORDINATION - DRAINAGE UPSIZING ALONG WASHINGTON AVENUE AND 6TH, 7TH, BETWEEN 8TH 19TH STREETS AND 11TH STREET Item Description 40 Drainage Upsizing along Washington Avenue and 6th Street, 7th . Street, between 8th 19th Streets and 11th Street Total $ 555,783.98 TOTAL $555,783.98 Original Agreement Amount: $12,104,429.00 Previous Change Orders: $65,459.22 Total For This Change Order: $555,783.98 New Agreement Amount: $12,725,672.20 $ II oS ATE CITY OF MIAMI BEACH DATE 5/~,,6J CONTRACT ADMINISTRATOR: HAZE DATE 2 of 2 Ha~en and Sawyer, P.C. 975 Arthur Godfrey Road Suite 211 Miami Beach, FL 33140 TRANSMITTAL No. 00200 TO: lOJECT: Washington Avenue 40l0D RIC-MAN International 121 0 Washington Avenue Suite 200 Miami Beach, FL 33139 DATE: 5/23/2005 REF: Change Order No.4 ATTN: Albert Dominguez P.E. WT4'. A ilK . Ifllll' 41 JiliN ._---. 0 Shop Drawings 0 Annroval 0 Furnish as Submitted 0 Letter [ff Your Use 0 Furnish as Corrected 0 Pri nts 0 As Requested 0 Returned After Loan I [i! Change Order D Review and Comment D Resubmit 0 Plans l[if Submit 0 Samples SENT VIA: 0 Returned 0 Specifications [if Attached 0 Returned for Corrections 0 Other: D Separate Cover Via: 0 Due Date: ITEM NO. COPIES DATE ITEM NUMBER REV. NO. DESCRIPTION STATUS 001 5/20/2005 Change Order No.4 - BP 10 NB/C APP Coordination, Drainage Upsizing along Washington Avenue and 6th Street, 7th Street, between 8th / 9th Street and 11 th Street Remarks: Enclosed is a fully executed Change Order No.4 for your records. If you have any questions, feel free to contact us at any time. cc: D. Trettin, CMB; C. Allen, H&S; C. Carreno, H&S File No. 4010D / 8.1 S;gDed~"' v(P~ "- Victor G. Menocal Expedition 'il