Loading...
HomeMy WebLinkAboutAmendment No. 8 with RIC-MAN International AMENDMENT NO. 8 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 $12,094,237 FOR THE PROVISION OF ADDITIONAL DESIGN AND CONSTRUCTION SERVICES, NECESSARY FOR THE IMPLEMENTAION OF THE LUMMUS ROW IMPROVEMENTS, FOR THE RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS PROGRAM NEIGHBORHOOD NO. 10 -FLAMINGO /LUMMUS PROJECT This Amendment No. 8 to the Agreement, made and entered this ~~ay of cp~1 PY 2006, by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139, (hereinafter referred to as CITY) and RIC-MAN, INTERNATIONAL, INC., having its offices at 2601 Northwest 48tH Street Pompano Beach, FI., 33027 (hereinafter referred to as DESIGN -BUILD FIRM). 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 Maxirriiim Price Contract with DESIGN -BUILD FIRM, 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 Project, Phase II, IV and V, from Stn Street to 16tH Street (the Project); and WHEREAS, the Agreement was executed fora 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 ofright-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, pursuant to Resolution No. 2005-26024, the City approved Amendment No. 2 to the Agreement, in the amount of $686,880.00, with Miami-Dade County for the inclusion of traffic signal improvements on 11tn,12tn 13tH, and 14th Streets on Washington Avenue; and WHEREAS, Amendment No. 2 increased the total Agreement fee by $686,880.00, for a total fee of $13,347,092.98; and WHEREAS, pursuant to Resolution No. 2006-26101, the City approved Amendment No. 3 to the Agreement, in the amount of $1,642,301.22, for the inclusion of planned right-of-way improvements along 7tn and Stn Streets, between Washington Avenue and Ocean Drive; and WHEREAS, Amendment No. 3 increased the total Agreement fee by $1,642,301.22, for a total fee of $14,989,394.20; and WHEREAS, pursuant to Resolution No.2006-26128, the City approved Amendment No. 4 to the Agreement, in the amount of $574,560, for the inclusion of Green Malayan Coconut Palms in the medians from the 600 to the 1600 block of Washington Avenue; and WHEREAS, Amendment No. 4 increased the total Agreement fee by $574,560.00, for a total fee of $15,563,954.20; and WHEREAS, pursuant to Resolution No.2006-26199, the City approved Amendment No. 5 to the Agreement, in the amount of $1,094,815.46, for the inclusion of improvements to the drainage on 16tH Street and other miscellaneous improvements along the Washington Avenue corridor; and WHEREAS, Amendment No. 5 increased the total Agreement fee by $1,094,815.46, fora total fee of $16,658,769.66; and WHEREAS, pursuant to Resolution No. 2006-26346, the City approved Amendment No. 6 to the Agreement for the additional drainage wells which are required for the proper operation of the drainage component of the 7th and 8th Street improvements; and WHEREAS, Amendment No. 6 increased the total Agreement fee by $197,760.00, for a total fee of $16,856,529.66; and WHEREAS, pursuant to Resolution No. 2006-26375, the City approved Amendment No. 7 to the Agreement for the inclusion of traffic signal improvements on 7tn,8tn, and Stn on Collins Avenue; and WHEREAS, Amendment No. 7 increased the total Agreement fee by $726,757.00 for a total fee of $17,583,286.66; and WHEREAS, this Amendment No. 8 approved by Resolution No. 2006-26414 waived the competitive bidding requirement as it was found to be in the best interest to the City to continue work on the remaining cross streets between Washington Avenue and Ocean Drive in the Flamingo/Lummus Right of Way (ROW) Infrastructure Improvement Project Bid Package 10B with a contractor who performed admirably in the Washington Avenue Project as well as in the additional scope, assigned to their contract such as portions of the Flamingo/Lummus Neighborhood Bid Package 10B, 7tH and Stn Street, and authorized the City Manager, as the City's designee, to amend the existing design/build agreement with Ric-Man International, Inc., increasing the Agreement fee in the amount of $12,094,237.00 for a total cost of $29,677,523.66; and WHEREAS, this Amendment No. 8 provides for the inclusion of planned improvements along and beneath the remainder of the Lummus neighborhood -identified by 6tH, Stn, 10tH, 11tH, 12tH, 13th, 14tH Streets, 14tH Lane, and Espanola Way, between Washington Avenue and Ocean Drive; and WHEREAS, Amendment No. 8 increases the total Agreement fee by $12,094,237.00 for a total cost of $29,677,523.66; and WHEREAS, this Amendment No. 8 also increases the total contract time for Substantial Completion for all Work from March 31, 2007, to March 31, 2008. 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: ABOVE RECITALS The above recitals are true and correct and are incorporated as a part of this Amendment No. 8. 2. MODIFICATIONS A. Article 7, of the Agreement, entitled "Substantial Completion Date", is amended to provide for the new substantial completion date of March 31, 2008. B. Section 01000 of the Contract Specifications, entitled "Professional Services", is amended as follows: PARAGRAPH 1.02 - SCOPE OF PROFESSIONAL SERVICES; after paragraph "T", add the following new paragraph "U": U. Design -Build Firm shall provide all professional engineering design services, inclusive of any and all field verification, utility location and conflict mitigation services, as necessary to bring the existing (approximately 90% complete) contract document set prepared by EDAW, Inc., dated March 17, 2006, to 100% completion status for the Flaming/Lummus Right of Way (ROW) Infrastructure Improvement Project which includes 6tH, Stn 10tH, 11tH, 12tH, 13tH, 14tH Lane and 15tH Street between Washington Avenue and Ocean Drive. The proximity and interrelationship between the Washington Avenue and the Flamingo/Lummus Project allows forthe coordination of the drainage and other improvements with continuity and efficiency. The final 100% completion stage documents shall be suitable for the Design - Build Firm to procure all required permits and allow for construction to proceed to completion over a total of 14 months construction duration from the Notice to Proceed for this Amendment No. 8. In this effort, the Design -Build Firm shall provide professional engineering services during construction including, but not necessarily limited to, review and approval of submittals, working drawings and shop drawings, processing and responding to Contractor requests for information, construction observation and daily reporting, attendance at weekly meetings with City representatives, development of detailed punch list(s), coordination to obtain substantial completion and close out work required for final acceptance. In addition, the Design -Build Firm shall provide Public Information Services for the duration of the Work. Specific exclusions to this Amendment No. 8 include the costs associated with use of off-duty police officers, permit costs, signalization along Collins Avenue, and work required to address unforeseen below grade utility conflicts that may result after the Design -Build Firm's efforts with regard to utility location and conflict mitigation are completed to the satisfaction of the City. 3. RATIFICATION The CITY and CONSULTANT ratify the terms of the Agreement, as amended by this Amendment No. 8. IN WITNESS WHEREOF, the parties hereto have caused this Amendment No. 8 to be executed in their names by their duly authorized officials as of the date first set forth above. ATTEST: N~n.Mr P~ CITY CLERK Robert Parcher CITY OF MIAMI BEACH, FLORIDA w Matti Herrera Bower Vice-Mayor ATTEST: Print Name RIC-MAN INTERNATIONAL, INC. President /Signature Print Name APPROVED AS TO FORM & LANGUAGE 8~ FOR EXECUTION ~D to ~ W (} ~ W Q ~ a a zz w~ C7 w a>z ro ~ ~ Q ~ ~ LL ~ O O H ~ ~ U U 0=C H m ~ m LL 2 Z C7 O Z o~ ~~ o ° am 2 a m °1 ~ o ~ ~ c m ~ m 4'f n y = O y C p O O y R N C N N N N d d N 0 2 0 N N d N N N N d n 0L E E _ E E E E , o U E E E o h U U U U U U U U ~ a no E aci To ~ a o d o c a a ~ U o ~' o n~ ~¢ E ~ _oo ~o (U no -p N -p -p N v N v N a N a N v N C 7 N C N C c c c c c c _O M li LL LL LL lL lL LL LL c o LL X X X X X X X X U O M m N N 0 O 0 0 p 1 f 0 ( O f 0 ( 0 O N N V ~ O O O C7 +f0: 7 N O M ~ ~ ~ N ~ H o h °D ~ c o c i rn ~ ~ m u i m N N M '7 O O O n Q) f A fA EA fA fA fA fA d9 H pp W O N O C O O O O C N ~ aOD p (00 ~ (OD ~ M v n CO (`~ lp CD n n N O 7 ~(i (O N sf V n O V O ~[1 ~ aD 7 c0 n 0 M ~ M N n M O Q N 6 9 H E 9 fA d 9 N fA f9 fA fA O N ~ O ~ C V N O O V ' M O • M N O N N N O N O N O N N N O N N O g ~ p c0 ~n c0 c0 c0 c0 c0 (D y O O O O O O O O O O N N N N N N N N N N R y C E c f° v ~ E C O N . ~ ~ ~ c ~ m ~ ~ n °' m °' ~ rn E `O Q 00 U ~ E o n c .N ~ ~ ° C c .p o y ~ y p O . ~ c ~ ~ _ -i ~ ~ o 3 o ~ E a ~ o m o ~ ~ a J ~ ` M rn m O C C ~ ~ ~ L C ~ C - ~ m ~ m - eo co ~ itl o a ~ F n ~n O U m a ~ N co v ~n co n ao Z Z Z Z y Z Z Z y Z p U c o c m c o c d oE c a~ c d c~ mE c o a v a a a a a a m c - c c c > c ~ c > ~ c c m a d a o a a~ a~ a> a i a a i a a a i O ~ n 0 0 n c 0 d m a C1 .~ m LL 0 v m w 'v v O