C7AP - Approve Force Main Canal Amendment
View full 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. ย
Sponsors
Detailed Information
Cached: 20 minutes agoResolutions - C7 AP
C7 AP 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. Applicable Area:
COMMISSION MEMORANDUM
RECOMMENDATION
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 Cityโs 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 Cityโs 2019 Sewer Master Plan. These force mains are critical to the Cityโs 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 Countyโs Central District Wastewater Treatment Plant. The replacement of these assets is a high priority for the City and was recommended to take 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.
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 deeper 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 Cityโs 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 Cityโs 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 stops, 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 Cityโs 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.
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: https://www.miamibeachfl.gov/city-hall/city-clerk/meeting-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 โResidents Right to Knowโ item, pursuant to City Code Section 2-17?
Is this item related to a G.O. Bond Project?
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-sponsor(s)
Condensed Title
Execute Amendment 1 to Ric-Man, Force Main Canal Crossing Replacement. PW