HomeMy WebLinkAboutAmendment No. 2 Ric-Main International, Inc.
. ,..
;lOOJ- -.JJ, 0 ~ f
/ofp)s--C7F
,I
AMENDMENT NO.2
TO THE DESIGN BUILD AGREEMENT
BETWEEN
THE CITY OF MIAMI BEACH, FLORIDA
AND
RIC-MAN INTERNATIONAL, INC.,
DATED MARCH 17,2004
IN AN AMOUNT NOT -TO-EXCEED $686,880.00
FOR THE TRAFFIC SIGNALIZATION UPGRADES TO 11th, 12th, 13th & 14th STREETS
FOR THE RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS PROGRAM
NEIGHBORHOOD NO. 10D - WASHINGTON AVENUE PROJECT
Thi~mendment NO.2 to the Agreement, made and entered this 11~ay of (J{;r()~
200~ 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, Inc., having
its offices at 2601 Northwest 48th Street Pompano Beach, FI. 33027 (hereinafter referred to as
DESIGN - BUILD CONTRACTOR).
RECITALS
WHEREAS, pursuant to Resolution No. 2004-25463 the Mayor and City Commission
approved and authorized 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 Agreement); and
WHEREAS, the Agreement provides for the design, permitting, construction and
construction engineering services during construction for the Washington Avenue Improvements
Phase II, IV and V From 5th Street to 16th Street Project; and
WHEREAS, the Agreement was executed for a Guaranteed Maximum Price of
$12,104,429; and
WHEREAS, pursuant to Resolution No. 2006-26205, the City approved Amendment NO.1
to the Agreement, in the amount of $555,783.98, for the inclusion of right-of-way improvements 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, Amendment NO.1 increased the total Agreement fee by $555,783.98, for a
total fee of $12,660,212.98; and
WHEREAS, under the Road Impact Fee (RFI) Program, Miami-Dade County Public Works
Department had planned to install new standard mast-arm signalization systems at the
intersections of Washington Avenue at 11th, 12th, 13th and 14th Streets; and
WHEREAS, the County project timeline does not coincide with the construction schedule
for the Washington Avenue Improvements Project which is being managed by the Miami Beach
~
Capital Improvements Program (CIP) Department; and
WHEREAS, the upgrading of four intersections from span-wire traffic signals to Miami-
Dade County standard mast-arm signals is estimated to cost $686,880.00; and
WHEREAS, pursuant to City-County negotiations, Miami-Dade County agreed to allow the
City to install this work, as part of the Washington Avenue Improvements Project, and to
reimburse the City $686,800.00, for the design, permitting, and installation costs, utilizing Fiscal
Year (FY) 2004-05 RIF District 8 funds; and
WHEREAS, in addition, the County has agreed to furnish all mast arms, poles, and
controllers to the City, and to be responsible for the inspection of each signal modification; and
WHEREAS, the Administration would recommend that the work be included as an
Amendment to the Agreement;
WHEREAS, accordingly, the following Amendment No.2 increases the total Agreement
fee by $686,880.00, for a total fee of $13,347,092.98; and
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.2.
2. MODIFICATIONS
A. The Agreement is amended as defined in "Attachment 1", attached herein.
B. Article 6 - Completion Date of the Agreement, shall be amended as follows:
[Paragraph 6.3, second sentence; delete "671 calendar days" and insert "731
calendar days".]
3. RATIFICATION
The CITY and CONSULTANT ratify the terms of the Agreement, as amended by this
Amendment NO.2.
IN WITNESS WHEREOF, the parties hereto have caused this Amendment NO.2 to be
executed in their names by their duly authorized officials as of the date first set forth above.
ATTEST:
CITY OF MIAMI BEACH, FLORIDA
c~L~~ck
Robert Parcher
,/ Vice-Mayor Jerry Libbin
ATTEST:
RIC-MAN INTERNATIONAL, INC.
~d
~
~
Signature
\\ ~\'tJ ~-J tv
Print Name
~ fJ1 a PIC J), J ~ 8151 ;/ei1-J.
Print Name and Title
.,
Section 01000
Section 01000 of the Contract Specifications entitled, "Professional Services", is amended as
follows:
PARAGRAPH 1.02 - SCOPE OF PROFESSIONAL SERVICES, after paragraph "N." insert the
following new paragraph "0":
O. Design Build Firm shall provide services for the design, permitting, provision and
installation of standard mast-arm traffic signals on Washington Avenue at 11th, 12th, 13th,
and 14th Streets. In addition, Miami-Dade County has agreed to furnish all mast arms,
poles and controllers to the CITY, and Miami-Dade County shall be responsible for the
inspection of each signal modification.
< ltli~~Jl and Sawyer, P.(
. ~75 Arthur Godfrey Road
Suite 211
Miami Beach, FL 33140
~.
TRANSMITTAL
No. 00246
Phone: 30fi=:S32:~l';~:: D
Fax: 30~~S'34-gm' -
PROJECT: Washington Avenue 40100
,,- ~) ,nA1rE:\JO/19/2005
TO:
City of Miami Beach
Capital Improvement Projects Office
1700 Convention Center Drive
Miami Beach, FL 33139
Jorge E. Chartrand
c: -:- '<. (- , " 'REF: 9)t~hange Order No.7
C."I'''; ;1'~". .t'_. ',' I' ..:....,J....~.il
: j, ',j.':'.; ~
ATTN:
wr. ARE .';< . , V'T:t,u.,
o Shop Drawings Ii! AJ>Proval o Approved as Submitted
o Letter o Your Use o Approved as Noted
o Prints o As Requested o Returned After Loan
o Change Order o Review and Conunent g Resubmit
o Plans o Submit
o Samples , o Returned
~J!lL". Y~li., '.
o Specifications o Attached o Returned for Corrections
Ii'f Other: Change Order No. 7 o Separate Cover Via: o Due Date:
ITEM NO; COPIES DATE
ITEM NUMBER
REV. NO. DESCRIPTION
STATUS
10/19/200:
Change Order No. 7 - Traffic Signal Upgrade NEW
for 11 th, 12th, 13th and 14th Streets
~C(~~ /tve... oS- 't -10 l1 Uo5'
CC:A. Dominguez, R. Saltrick, B. Vidal, 1. Bernal
File 4010D / 8.1 and 1.2 .
/
,
Signed: ~~/t2~~
Renata Dias
ExpeditlOn'il
vi' .~
( ~
{
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-7.0
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: TRAFFIC SIGNAL UPGRADE FOR 11th, 12th, 13th and 14th Streets
DESCRIPTION OF WORK:
Cost proposal for the Spanwire / Masterarm signal conversion design, permitting, installation, roadway and hardscape
restoration, and construction engineering services and inspection. construction engineering services include preparation
of as built plans. review and approval of submittals and shop drawings, process and respond to contractor RFI's,
construction inspection and reporting, develop punch list, coordination with MDPWD to obtain substantial completion
and final acceptance. The Miami-Dade County Public Works is responsible for furnishing the signal posts, mast arm and
controller box.
Item Descriotion
1.0 Cost proposal for the Spanwire / Masterarm signal conversion design,
permitting, installation, roadway and hardscape restoration, and construction
engineering services and inspection. construction engineering services
include preparation of as built plans, review and approval of submittals and
shop drawings, process and respond to contractor RFI's, construction
inspection and reporting, develop punch list, coordination with MDPWD to
obtain substantial completion and final acceptance. The Miami-Dade County
Public Works is responsible for furniShing the signal posts, mast arm and
controller box.
TOTAL
Total
$686,880.00
$686,880.00
Original Agreement Amount:
Previous Change Orders:
$12.104,429.00
$769,154.45
$686,880.00
$13,560,463.45
Total For This Change Order:
New Agreement Amount:
DESIGN/BUILD FIRM:
{1~
RIC-MAN INTERNATlON
II '" ";/J i3
DATE
PROJECT MANAGER:
H~~,P.C
loll'/oS-
DATE
."
,,' '"
. .. ..! ~
tit> RIC-MAN INTERNATIONAL, INC. ~
GENERAl. CONTRACTORS
(
^USUSI J I. 200.:5
2601 N.W. 48th Street. Pompano Beach. Florida 33073
BROWARO: (954) 426-1042. FAX: (954) 426-0717
::::
Mr. Charles Carreno
Proanm Manager
Hazen and Sawyer
975 Autb... 00d1iey Roed
Miami Beach, Florida 33140
He:
S.I>>Jeet:
Mr. Carreno:
IUc-Moa '-DIIllaaoI io bonIJy---.. fiDoJ__ _....~ siaaoI__daoIga,-...
......................, '""'........ -...... '"'" -.....--.................... .......... io . defaiJod
"""*-ot....___.........-..... c-......~...... incIudo __ ofos-llmJt
......................... of.............................. _............ to ......-RFr.. _ ~
.... -.... ......._1IOt, -.BaolIoa - MDPWD to - ~ ~""1bI_ Tbe
M-.n...,CouaIy".., W_ io__IiImioId.a........._ __...._.....
w......... Avea_ PIIue 2, 4, A 5- Rli'P f# 11
TraftIc Slpal U....-. for 11.,J2..,13...,J.... Stnea
A breakdown oCdIe cost estimate is as follows:
........, desip plaos for tow Mast..... iDtenec:tioD ...
Public lDt'orm8tion and Project Maaaaemeat a
lnsaaU four iDtersecdoa sipali.- S)'Itema
wI ConveotionaJ Shaft ~ ==
Provide Consaruc:tioa F..n&iaeerina lDspection senicea a
S 20,000.00
S 7.200.00
S 570,000.00
S 38,800.00
Cost oCDesign, coordiDatioa, and _ ==
5 "profit
3% _ bond ...
ToCaI coat 01 altenate ..... ftxtan _
S 636,000.00
S 31,800.00
S 19,080.00
S6If,8aoe
IlIduoiouo include .... ... .folf-<by poIioe o8ion, ~ ....... _....~, l1lio is ..... _ ......... prico
- .... incIudoo. -.... - of6!l""'(15 ...,.,.....-Jl l1lio _Is _ _ 14
calender days and -nued that tile wort wiD commeace within 7 worfdng days date above.
If you have any questions on this mauer, please contact me at your CODvinienco.
Sincerely,
~
Albert Domiuauez, P.B..
Project Mauaaer
Ric-MID lntclrnationaJ
CC: David Mancini
Southeast U~ Utilities Corp.
A.PCTE me.
Mike Alvarez, CMB Puvlic Worb
Visbnu D. RajIwmar, Miami-Dade County Public Worts