Loading...
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