Loading...
95-21672 Reso RESOLUTION NO. 95-21672 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING A THIRD AMENDMENT TO THE AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CAMP DRESSER & MCKEE, INC., FOR PROFESSIONAL ENGINEERING SERVICES FOR WATER SYSTEM MASTER PLAN AND PROGRAM MANAGEMENT OF CITYWIDE IMPROVEMENT PROJECTS AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE THE AMENDMENT. WHEREAS, on December 1, 1993, the Mayor and City Commission approved Resolution No. 93-20981, authorizing the Mayor and City Clerk to execute an Agreement between the City of Miami Beach and Camp Dresser & McKee, Inc., providing for engineering services for the development of a water system master plan and to provide overall program management of citywide infrastructure improvements (Agreement); and WHEREAS, on July 13, 1994, the Mayor and City Commission approved Resolution No. 94-21221, authorizing the Mayor and City Clerk to execute Amendment No.1 to the Agreement adding Task 2, "Coordination of the Series "A" Bond Issue & Priority Projects", to the scope of work; and WHEREAS, on September 8, 1994, the Mayor and City Commission adopted Resolution No. 94-21289, which authorized the execution of Amendment No. 2 to the Agreement, adding the Stormwater Rate Study under Task 2, "Coordination of the Series "A" Bond Issue & Priority Projects", to the scope of work; and WHEREAS, Task 2, "Coordination of the Series "A" Bond Issue & Priority Projects" has been completed with the sale of the water and sewer revenue bonds in June 1995; and WHEREAS, the Water System Master Plan which has been completed in accordance with contract specifications indicates that the four existing welded steel plate potable water ground storage tanks should be replaced at this time; and 1 WHEREAS, it is necessary to proceed with Phase II - Final Design for replacement of the four steel plate tanks with four prestressed concrete tanks and with Program Management for Infrastructure Projects Task 3 - "Bidding and Construction Phase: Coordination of Projects Bidding and Construction Schedules, Review of Construction Bids, Cash Draw Projections, Monitoring Monthly Expenditures, Coordination of Active Construction Projects"; and WHEREAS, prior to commencement of same, the Administration, through its Public Works Department, has reviewed the scope of work for both Phase II - Final Design for replacement of the four steel plate tanks with four prestressed concrete tanks and Program Management for Infrastructure Projects Task 3 - "Bidding and Construction Phase: Coordination of Projects Bidding and Construction Schedules, Review of Construction Bids, Cash Draw Projections, Monitoring Monthly Expenditures, Coordination of Active Construction Projects"; and WHEREAS, said scope of work has resulted in a Third Amendment to the Agreement, attached as Exhibit" A" hereto. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Clerk are authorized to execute the attached Amendment No.3 to the Agreement between the City of Miami Beach and Camp Dresser & McKee, Inc. for Professional Engineering Services for Water System Master Plan and Program Management of Citywide Improvement projects. ~~ (I City Clerk 26th day of Jul , 1995. ATTEST: FO:';,. ,c.a'KuVED Legal Dept. Jc.:;;) By Date ,-1....-~c VOA\RDR c:\rdrlcmlprogmngt.am3 2 CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH FLORIDA 33139 CITY OF MIAMI BEACH COMMISSION MEMORANDUM NO. to Q.@. -95 TO: Mayor Seymour Gelber and Memben of the City Commission DATE: July 26, 1995 FROM: ILl J..... Garda-Pedrosa City Manager ; APPROVING AND' ~UTHORIZING EXECUTION OF A TInRD AMENDMENT TO THE AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CAMP DRESSER & MCKEE, INC. (CDM) FOR PROFESSIONAL ENGINEERING SERVICES FOR WATER SYSTEM MASTER PLAN AND PROGRAM MANAGEMENT OF CITYWIDE IMPROVEMENT PROJECTS. SUBJECf: ADMINISTRATION RECOMMENDATION It is recommended that the City Commission approve a resolution authorizing the Mayor and the City Clerk to execute Amendment Number Three to the Professional Services Agreement for the Water System Master Plan and Program Management of Citywide Improvement Projects between the City of Miami Beach and Camp Dresser & McKee, Inc. BACKGROUND On December I, 1993, the City Commission passed Resolution No. 93-20981 authorizing the Mayor and City Clerk to execute an agreement between the City of Miami Beach and Camp Dresser & McKee, Inc. to provide engineering services for 1) the development of a water system master plan; and, 2) overall program management for coordinating the Infiltration Inflow Program, the Storm Water Master Plan, the Pump Station Upgrades and water main improvement projects with future State, County and City of Miami Beach roadway improvements. Phase I - Water System Master Plan was authorized at a lump sum fee of $289,775. Engineering services for Program Management were authorized on a negotiated task basis, based on scheduled rates. Task 1 - Overall Program Mobilization and Data Collection was approved at a fee not to exceed $50,000, AGENDA ITEM R-1~B 1-u..q~ DATE Comm;ll.'iion Memorandum Page 2 July 26, 1995 On July 13, 1994, the City Commission adopted Resolution No. 94-21221 which authorized Task 2 - "Coordination of the Series A Bond Issue & Priority Projects" at a fee not to exceed the sum of $85,000 and on September 8, 1994, the City Commission adopted Resolution No. 94-21289 which, under Task 2, authorized the Stormwater Rate Study at a cost of $29,858. The scope of work for Task 2 was primarily related to the preparation of financial and technical data and information for the Series A bond program which included a more accurate definition and scheduling of priority projects and their related costs. As an integral part of Task 2, CDM worked closely with the City's financial advisor and members of the financing team and provided necessary financial and technical input to the financing team. CDM, as overall Program Manager, prepared the consulting engineer's report for the Official Statement on the issuance of Water, Sewer and Stormwater Revenue Bonds, Series A of 1994. Task 2 - "Coordination of the Series A Bond Issue & Priority Projects" has been completed with the sale of the water and sewer revenue bonds in June 1995 and Camp Dresser and McKee, Inc. has submitted a proposal for performing Task 3- "Bidding and Construction Phase: Coordination of Projects Bidding and Construction Schedules, Review of Construction Bids, Cash Draw Projections, Monitoring Monthly Expenditures, Coordination of Active Construction Projects" of the Program Management for Infrastructure Projects. Concurrent with the above Program Management efforts, the Water System Master Plan was completed in accordance with contract specifications. The Water System Master Plan report extensively evaluated the four existing welded steel plate potable water ground storage tanks which have a total capacity of about 17 million gallons. The four tanks, which are between 40 and 50 years old, were found to require extensive maintenance. The roof structure on one tank has begun to fail. Comparative preliminary cost estimates for rehabilitating the four existing steel tanks versus replacing them with four new prestressed concrete tanks indicates that the tanks should, in fact, be replaced at this time. Camp Dresser and McKee, Inc. has submitted a proposal to provide Phase II -' Final Design for replacement of the four steel plate tanks with four prestressed concrete tanks, which will include engineering, site surveys, and geotechnical services as well as permitting and bidding services. ANALYSIS Program Management for Infrastructure Projects -Task 3 - .Bidding and Construction Phase: Coordination of Projects Bidding and Construction Schedules, Review of Construction Bids, Cash Draw Projections, Monitoring Monthly Expenditures, Coordination of Active Construction Projects. Commi~<;ion Memorandum Page 3 July 26, 1995 It is estimated, at this time, that these services will be required for an approximate period of 30 months. The level of effort required for these services in the course of implementing the water and sanitary sewer system improvements to be funded by the $59,710,000 bond issue will be carefully reviewed during the Work Plan Development. Payment for required services will be based on the schedule of hourly billing rates included within the proposed amendment to the existing Agreement, and not to exceed a budget amount of $500,000. Phase n - Final Design for replacement of the four steel plate tanks with four prestressed concrete tanks Camp Dresser & McKee, Inc. will provide fmal design, which will include engineering, site surveys, and geotechnical services as well as permitting and bidding services, for replacement of the four steel plate tanks with four prestressed concrete tanks at a Lump Sum Fee of $120,528. Estimate of Probable Construction Cost: Contingency: Construction Cost Budget: $2,900,000 290 000 $3,190,000 CONCLUSION It is recommended that the City Commission approve a resolution appropriating funds and authorizing the Mayor and City Clerk to execute Amendment Number Three to the Professional Services Agreement for the Water System Master Plan and Program Management of Citywide Improvement Projects between the City of Miami Beach and Camp Dresser & McKee, Inc. with funding to be obtained from the Series A water and sewer bond funds. JGP\VOA\RDR Attachments t::\zdI'Ian\w6pQpDl.-' AMENDMENT No, 3 TO AGREEMENT BETWEEN CITY OF MIAMI BEACH AND CAMP DRESSER & McKEE INe. FOR PROFESSIONAL SERVICES FOR WATER SYSTEM MASTER PLAN AND PROGRAM MANAGEMENT OF CITYWIDE INFRASTRUCTURE IMPROVEMENTS WHEREAS Phase I (Master Plan) of Part 1 (Water System Improvements) has been completed, and; WHEREAS one of the recommendations of the Master Plan was the replacement of the City's four steel plate potable water ground storage tanks with four prestressed concrete tanks, and; WHEREAS one of the aforementioned existing tanks, located on the north end of the 25th Street complex, has been found by the City to have visible signs of deterioration; and; WHEREAS the City of Miami Beach wishes to proceed with Phase II (Final Design) of the Water System Improvement with regard to the four aforementioned tanks; and; WHEREAS Tasks 1 and 2 of Part 2 (Program Management for Infrastructure Projects) have been completed; and; WHEREAS the financial program for the sale of revenue bonds was developed and the Series 1995 Bonds were sold in June 1995 to cover the costs of the first two years of a five-year program for infrastructure improvements; and; WHEREAS the bidding and construction of various infrastructure projects will begin in the near future requiring the initiation of Task 3, "Bidding and Construction Phase" of Program Management for Infrastructure Improvements, NOW, THEREFORE, the aforementioned Agreement between the City of Miami Beach (CITY) AND Camp Dresser & McKee Inc. (CONSULTANT) the "Agreement" is hereby amended as follows: 1. Schedule A (Scope of Services, Compensation and Schedule), Part 1 (Water System Improvements), Phase II (Final Design), Page A-8 (immediately above the heading Phase ill-Services during Construction), add the following sentence: "The CONSULTANT will provide final design services (including engineering, site surveys and geotechnical services), as well as permitting and bidding services, for replacement of four existing steel plate tanks with four prestressed concrete tanks, as described in Attachment A". EXHIBIT "A" pd0603 2. Schedule A (Scope of Services, Compensation, and Schedule), Part 2 (Program Management for Infrastructure Projects) Program Management Tasks, Page A-IS, add the following sentence: "The CONSULTANT will provide Task 3 Program Management Services, "Bidding and Construction Phase: Coordination of Projects Bidding and Construction Schedules, review of Construction Bids, Cash Draw Projections, Monitoring Monthly Expenditures, Coordination of Active Construction Projects", as described in Attachment B-1". 3. Schedule A, Compensation Section (page A-12): Add the sentence "Compensation for Phase II (final Design) for the aforementioned water storage tanks shall be a lump sum amount of One Hundred and Twenty Thousand Five hundred and Twenty-Eight Dollars ($120,528). Invoicing shall be monthly, based upon the percentage of completion. 4. Schedule A, Compensation Section (page A-IS): Add the sentence: "Compensation for Task 3 Program Management for Infrastructure Improvements, Bidding and Construction Phase, will be based upon hourly billing rates (per Schedule B-2) times hours spent by labor category, plus reimbursable expenses up to a maximum of $500,000 (five hundred thousand dollars). Invoicing shall be on a monthly basis. Compensation for subsequent tasks shall be mutually determined upon completion of the preceding task, and implemented via Amendment to this Agreement. Total compensation under this Agreement, including previous Amendments No.1 and 2 and this Amendment No.3, is a sum not to exceed $1,075,161 (One Million Seventy-five Thousand and One Hundred and Sixty-One Dollars). 5. Schedule A, Schedule Section: (page A-12): Add the sentence "Completion of Phase II (Final Design) for the aforementioned water storage tanks shall be within 150 days from CONSULTANT's receipt of written authorization to proceed from the CITY. 6. As provided for in Section 1.8 (Construction cost Budget) the Construction Cost Budget for the four potable water storage tanks is hereby set as follows: Estimate of Probable Construction cost = 2,900,000 Contingency (10%) 290,000 Construction Cost Budget = 3,190,000 7. Schedule A, Schedule Section: (page A-15): Add the sentence "Completion of Task 3, (Bidding and Construction Phase) Program Management for Infrastructure Improvements shall be 30 months from CONSULTANT's receipt of written authorization to proceed from the City. 8. All other terms and conditions of the Agreement shall remain the same. (The remainder of this page is intentionally left blank) pd0603 IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and the City Clerk on this 5th day of October. 1995 ATTEST: w~ (j CITY ERK ATTEST: ~lu. (Signature) 0000-402-MW-AIPMB pd04Bla MAYOR CONSULTANT CAMP DRESSER & McKEE INe. By ~~d Armando 1. Perez. Vice President (Type name of person signing) FORM APPROVED hpl Dept. By Ts> Date 1-'1.4-<;:) -3- ATTACHMENT A PROPOSAL TO PROVIDE DESIGN SERVICES, DEMOLITION AND REPLACEMENT OF FOUR EXISTING STEEL PLATE POTABLE WATER GROUND STORAGE TANKS WITH FOUR 4.0 MG PRE-STRESSED CONCRETE TANKS CITY OF MIAMI BEACH FEBRUARY 21, 1995 BACKGROUND The city's water distribution system has four welded steel plate potable water ground storage tanks. Two of these tanks, each with a capacity of 458 million gallons, are located on the 75th Street Booster Pump Station property. The other two tanks, one with a capacity of 3.2 million gallons and the other with a capacity of 4.6 million gallons, are located adjacent to the Public Works Department complex on 25th Street. The four ground storage tanks have a total capacity of about 17.0 million gallons. The stored water is used to supplement the water supply during periods of high demand and for fire suppression storage. These tanks are refilled by system pressure during periods of low demand, generally at night. Based upon record drawings, the two tanks at 75th Street are 40 to 45 years old and the two tanks at 25th Street are approximately 50 years of age. The four tanks are in need of extensive maintenance, particularly in regard to sandblasting and painting, as a minimum. Lead based paint was used the last time the tanks were painted which has an impact on the cost of repainting, because the sandblast residue becomes a hazardous waste. The city has received an estimate of $700,000 to sandblast and repaint each tank. The age of the tanks, collectively between 40 and 50 years, suggests that they may be at, or near, the end of their useful lives and that a major maintenance effort would not be money well spent. This cunclusion has recently been strengthened by the discovery that the roof structure of the north tank at the 25th Street complex has begun to fail. This situation requires major repair work in at least one tank, which it is believed would be costly. Replacing these tanks with prestressed concrete tanks of approximately the same capacities is an option which was evaluated in the Water System Master Plan and ultimately recommended. These concrete tanks present a pleasing appearance and require minimal maintenance, particularly the interior of the tank, which does not require painting. Comparative preliminary cost estimates for rehabilitating the four existing steel tanks versus replacing them with four new prestressed concrete tanks are presented below. It will be noted that it is only marginally more expensive to replace the existing steel tanks with prestressed concrete tanks. Some disruption to normal system operations would be experienced during the construction. Further, these cost estimates, which were generated for use in the master plan, do not include the costs for major repairs to any of the four existing tanks. Replacement of the four existing tanks are considered to be required improvements to the city's water system and their cost is included in the Series A Water and Sewer Bond Issue. I 0000-402-MD-AIPDA pd0467 Comparative Project Cost Estimates: A. Rehabilitate Existing Tanks 1. Tank inspection and report 2. Sandblast and paint four tanks @ $700,000 per tank 3. Weld and plate repair, four tanks @$25,000 per tank Estimated Rehabilitation Cost Contingencies @ 10% Subtotal Engineering, field inspection and project administration @ 15% Total Estimated Project Cost B. New Prestressed Concrete Tanks 1. Demolish four existing tanks 2. Foundation preparation and piping, four tanks @ $75,000 per tank 3. 4.0 million gallon prestressed concrete tanks, four tanks @ $600,000 per tank 4. Additional tank equipment, four tanks @ $25,000 per tank Estimated Construction Cost Contingencies @ 10% Subtotal Engineering, construction services and project administration @ 20% Total Estimated Project Cost $ 50,000 2,800,000 100.000 $2,950,000 295.000 $3,245,000 486.750 $3,731,750 $ 100,000 300,000 2,400,000 100.000 $2,900 000 290.000 $3,190,000 638.000 $3,828,000 Assuming an equal range of accuracy between the two estimates, as presented, the option to replace the tanks is recommended. This recommendation is based primarily upon the value to the city of having entirely new facilities versus rehabilitating facilities that are 40 to 50 years old. The construction period for the four tanks is estimated to be 24 to 30 months. Allowing for an inflationary cost increase of 3.0 percent per year, the estimated project cost at the time of construction becomes $4,002,000. PROPOSED SCOPE OF WORK FOR DESIGN SERVICES The scope of work is the preparation of the contract plans and specifications for replacement of the four existing welded steel plate ground storage tanks with four new prestressed concrete tanks as a single construction contract. The new tanks will be constructed, one at a time, on the same location of the tank it is replacing. By doing this, three tanks will be in service at all times, however, a longer construction 2 0000-402-MD-AIPDA pd0467 period will result. Each new prestressed concrete tank will have a storage capacity of 4.0 million gallons. These are circular tanks with domed roofs. The exterior surface will present a stucco effect and will be painted. Using the same height as the existing tanks, the new tanks will be 170 feet in diameter. Because the tanks are in developed areas and visible from the street it has been assumed the city will want special architectural treatment. It is also proposed to provide perimeter landscaping at the tank sites. The four existing steel tanks must be demolished and the better approach to the performance of the demolition work is by separate contract. We, therefore, propose to provide a separate set of bid and contract documents for this demolition work, which would be performed in phases. These phases would essentially be demolition of existing tank one for construction of new tank one. As this new tank is completed, it would be placed into service and existing tank two would be demolished for construction of new tank two, with the sequence continuing until all four new tanks are in place. We anticipate that the following list of contract drawings will be required, at a minimum. A. List of Drawings. Tank Demolition Contract 1. Cover sheet 2. General sheet G-l 3. Demolition site plan 25th Street 4. Special demolition details, 25th Street 5. Demolition site plan, 75th Street 6. Special demolition details, 75th Street B. List of Drawings. Construction Contract for New Tanks 1. Cover sheet 2. General sheet G-l 3. General sheet G-2 4. General site plan, 25th Street 5. Yard piping plan, 25th Street 6. Paving, grading and drainage plan, 25th Street 7. General site plan, 75th Street 8. Yard piping plan, 75th Street 9. Paving, grading and drainage plan, 75th Street 10. Miscellaneous civil site details 11. Tank plan, elevation, section and details 12. Tank equipment and piping connection details 13. Tank architectural treatment details 14. Landscape plan, 25th Street 15. Landscape plan, 75th Street 16. Instrumentation loop diagrams and details 17. Electrical site plan, 25th Street 18. Electrical site plan, 75th Street 19. Electrical elementary diagrams 3 0000-40Z-MD-AIPDA pd046 7 The record drawings for the existing ground storage tanks are quite old and lack detail, particularly in regard to present site conditions. Surveys of the two tank sites are therefore considered to be necessary. These will be ground topographic surveys of the immediate areas around the tanks and will show surface physical features and provide spot ground surface elevations. We propose to use the services of Zurwelle- Whittaker, Inc. to provide these site surveys. In like manner, while the existing ground storage tanks have been in place for long periods of time indicating stable soil foundation conditions, deep soil conditions in the Miami Beach area may be variable. Accordingly, we propose to make two deep soil borings on the perimeters of each of the four existing tanks, a total of eight 100 foot borings. We propose to use Wingerter Laboratories, Inc. to provide these geotechnical services. Both Zurwelle-Whittaker and Wingerter Laboratories would be subconsultants to CDM. PROTECT BUDGET. DESIGN AND PREPARATION OF CONTRACT PLANS AND SPECIFICA TIONS. A. Tank Demolition Contract Drawings (6) Labor Category ~ Hourly Rate Imill Environmental Engineer 80 $99 $ 7,920 Civil Designer/Drafter ~ 56 13.440 320 $21,360 B. Contract Drawings for New Tanks (19) Labor Category Hours Hourly Rate Thtll Environmental Engineer 80 $ 99 $ 7,920 Civil Designer/Drafter 452 56 25,312 Senior Electrical Engineer 24 102 2,448 Electrical Engineer 80 56 4,480 Electrical Designer/Drafter 90 51 4,590 I/C Engineer 40 96 3,840 I/C Designer/Drafter 60 56 3,360 Landscape Architect -8Q 75 6.000 906 $57,950 e. Project Management Labor Category ~ Hourly Rate Total Officer 32 $130 $ 4,160 Project Director 40 100 4,000 Project Engineer 40 65 2,600 Project Engr/Specifications 80 65 5,200 Contract Admin/Support 24 37 888 Clerical/Support -..AQ 37 1.480 256 $18,328 4 0000-402-MD-AIPDA pd0467 Total Hours Total Labor Costs 1,482 $97,638 Other Direct Costs Computer Travel, meals Printing, copies, communications Miscellaneous $2,000 1,800 2,000 LQQQ Total Other Direct Costs $ 6,800 $ 2,000 Site Surveys (Zurwelle-Whittaker) Geotechnical Services (Wingerter Laboratories) $14.360 TOTAL LUMP SUM FEE, DESIGN SERVICES, SITE SURVEYS & GEOTECHNICAL SERVICES $120,528 5 0000-402-MD-AIPDA pd0467 ATTACHMENT B-1 CITY OF MIAMI BEACH PROGRAM MANAGEMENT FOR INFRASTRUCTURE PROJECTS TASK 3. - "BIDDING AND CONSTRUCTION PHASE: COORDINATION OF PROJECTS BIDDING AND CONSTRUCTION SCHEDULES, REVIEW OF CONSTRUCTION BIDS, CASH DRAW PROJECTIONS, MONITORING MONTHLY EXPENDITURES, COORDINATION OF ACTIVE CONSTRUCTION PROJECTS" SCOPE OF SERVICES, COMPENSATION AND SCHEDULE IUL Y 14, 1995 BACKGROUND Task 1 of Program Management for Infrastructure Improvements, referred to as "Project Mobilization and Data Coordination", was completed in May 1994. This task assembled project capital cost data for infrastructure improvements which included improvements to the city's water, wastewater and stormwater systems. This effort produced a letter report entitled "Letter Report Concerning Financial Aspects of City's Program Management for Infrastructure" as requested by the City Manager. This preliminary report was submitted on April 15, 1994. The primary purpose of this report was to provide guidance to the City Commission in regard to the need for these improvements, their estimated costs and the need for a Series A (first phase) bond issue. The City Commission responded positively to the need for these improvements and authorized development of a financial program. The April 15, 1994 Letter Report, which was based on preliminary data, broadly defined and identified the approximate costs of improvements to the water and sewer systems and the stormwater management system to be initiated in the near-term. Task 2 was initiated to more clearly identify the full scope of projects required in the water, sewer and storm drainage systems and to refine, as much as possible, the total project costs thereby producing a more accurate value for the bond issue. Identification of these projects and their related costs were prepared in association with Kimley Horn and CH2M Hill and reflected in the Program Manager's engineer's reports. This additional project identification and cost refinement for water and wastewater systems improvements resulted in the value of the Water and Sewer Revenue Bonds Series 1995 becoming $59,060,000. For reasons involving the interlocal agreement between the City and the County, the bond issue for storm drainage improvements, which has a separate revenue source, has been temporarily delayed. However, a stormwater utility rate study was performed as a part of Task 2. The April 15, 1994 letter report stated that utility rate increases would be necessary to support the bond issues and cost of service analyses and rate studies were prepared for the water and sewer and stormwater utilities during the first quarter of 1995. In -1- -, addition to the determination of the final value of the Water and Sewer Revenue Bonds Series 1995, the Program Manager, under Task 2, worked closely with city staff and the city's financial advisors in the development of the financing program for the bond issue. A major item in this effort was preparation of the consulting engineer's report for the Official Statement for the bond issue. The Program Manager's services under Task 2 have been completed with the sale of the water and sewer revenue bonds in early June 1995. TASK 3 - SCOPE OF WORK At this time, with the sale of the water and sewer bonds, Program Management for Infrastructure Projects moves into the project bidding and construction phase and assistance in the financial management of the bond issue. Under Task 3, following the Program Management Work Plan Development (described later), the Program Manager will assist the city staff in coordinating the projects bidding and construction schedules, reviewing construction bids, preparing monthly cash draw projections, monitoring monthly expenditures and providing coordination between active construction projects. However, we are assuming that CDM will not have any design reviews for work to be done by other consultants. As Program Manager, CDM will also continue to coordinate the storm drainage improvements and assist as needed in the development of the financial program for the related bond issue, which has been separated from the water and sewer bond issue. The Program Manager will also assist the city, as needed, in regard to public information and public meetings which may be required in relation to any of the construction projects. 3.1 Program Management Work Plan DeveloJ'ment The first work effort under Task 3 will be the development of the Work Plan document. CDM Program Management senior staff will visit the City's proposed Infrastructure Working Group (to be composed, among others, of the City Manager, Public Works Director, Finance Directors, Procurement Officer and senior legal staff). Over the course of about two days the CDM staff will discuss with the City staff the following subjects: . Scope of Project Scope description including limitations and citizen concerns (e.g., traffic flow during Boat Show, street closings) Related projects (e.g., North Shore, Lincoln Road) Major areas of responsibility for project management (use of internal and lor external resources and external coordination - e.g., with private utilities such as telephone, gas, etc.) . Factors for Success Factors for success initially including citizen expectations Likely shift in Factors for Success Project milestones and controls Possible obstacles and barriers -2- pdb00541 . Assistance in Financial Planning (Management of Bond Funds) Project budgets Cost estimates Cash flow analyses Financial and fiscal plan . Management Plan Critical authorizations and approvals Overall projects schedules with milestones Management organization (responsibility matrix), including proposed Capital Improvement Division within Public Works Labor management, including accounting for City's staff and equipment Construction schedules and advice on construction packaging Dispute resolution . Procurement Plan Assistance Procurement schedule Procurement approach Procurement of services . Environmental Management Plan Environmental reviews Permits Following the consensus-building sessions with the City, CDM staff will document the agreements reached and describe the work to be done and the work products (e.g., Computerized Project Schedule and CADD Project Map). This information will be contained in the Work Plan document, which CDM will transmit to the City in draft form for comments. CDM will incorporate the City's comments and then submit the document in final form. The document will be the guide for conducting program management during the ensuing 30 month period, as discussed below. 3.2 Work Plan Implementation The Work Plan is intended to be a living document, and as such subject to fine-tuning on a periodic basis (about once a month) as specific issues are encountered. Aside from this fine-tuning, most of the work will consist of activities relating to a number of construction projects, some more critical than others, that will be bid and started. A construction program of this magnitude and variety requires careful scheduling of the bidding and construction of the several projects for a number of reasons. The tracking of the set of properly sequenced projects will be accomplished by means of a computerized Master Summary Program Schedule. The following measures will be taken in regard to construction packaging, projects bidding and construction coordination: -3- pdb0054' . review construction documents prepared by design firms for consistency with the desired sequencing. . size and package projects so as to facilitate bidding by small and/or minority contractors, as judged desirable by the City. . schedule bidding and construction start dates to eliminate conflicts between projects and to minimize concentration of projects at any given time period within a particular area of the city. . schedule bidding and construction start dates so that the more critical projects are begun at the earliest possible dates. . schedule bid dates in a manner that allows contractors sufficient preparation time, so as to foster competition in bidding. . schedule construction projects with respect to geographic location so as to reduce, to the greatest extent possible, the impact on major city events. Provide for temporarily stopping construction of a project where conflict with a major city event may not be avoided, if the nature of the event warrants the potential cost. . schedule construction projects requiring street closings to reduce (to a minimum) the impact on traffic and business and inconvenience to the public. . coordinate utilities installations with the streets repaving and reconstruction program to eliminate the need for repetitive work. . keep the public informed of the status of ongoing construction projects and the start dates and construction times for new projects. The Program Manager will assist the design consultants as needed in evaluating the bids and comparing them to the engineer's estimates to determine if there are any major variations between the low bid and the engineer's estimate. If the bid is higher than the engineer's estimate, the Program Manager will assist the design consultant and City to evaluate, in light of total funds available, whether the additional cost may be absorbed within the total program or if the scope of that particular project must be reduced. The Project Manager will maintain a running account of the cost status of each project in relation to its original share of the bond funds. As each project is bid and awarded, the Program Manager will obtain from the contractor a monthly cash draw range, based on contractor's "window" between early and late finish dates, which will be forwarded to the city's Finance Department to assist it in managing the bond funds. This monthly cash draw range schedule for each project will be plotted and the monthly pay requests for that project will be tracked against the original plot. A monthly financial report covering all projects under construction will be submitted to the Finance Department to further assist it in managing the bond funds. A copy of this report will also be submitted to the Public -4- pdbo054' Works Department. Each contractor will be required to update his original cash draw schedule on a quarterly basis. Monitoring the construction phase of a particular project will be the responsibility of the design consultant and the Program Manager will not be involved on a day-to-day basis. The Program Manager will, however, analyze each construction project on a monthly basis as to: general status, compliance with schedule, change in completion date, monthly pay requests and cost overruns. This information will be included in the monthly financial report described above. The financial report will include summary information (based on data provided by the City) on City labor and equipment cost expended on projects by the City's proposed Capital Improvements Division within the Public Works Department or other City staff. The Project Schedule will include coordination with private utility companies (eg, Southern Bell, FPL, gas and cable companies, etc.), as well as Dade County and FDOT. It will reflect street closings, which will also be depicted on a CADD map. The Project Schedule and CADD map will also track progress of non-bond issue projects such as North Shore and Lincoln Road improvements. The CADD map will be based on data from the design consultants. To the extent possible from available data, CDM will track O&M cost reductions resulting from infiltration/inflow reduction capital projects. In addition to these basic services, the Program Manager will attend meetings of the City's Finance and Capital Improvements committees, as well as weekly meetings of the proposed Infrastructure Working Group. As the City's option, the Program Manager is available for the following: . set up and attend regulatory agency workshops intended to expedite permit review. . provide support to the City staff in evaluation of contractor claims. . attend City Commission meetings as needed. . attend Public Information meetings. . prepare material for the City's public information staff to prepare a newsletter for contractors describing contracts and projected bidding times. TASK 3 - COMPENSATION Attachment B-2 lists the Consultant Hourly Rates for Compensation which have been updated to be effective beginning July 1, 1995. -5- pdbo0541 TASK 3 - SCHEDULE It is estimated, at this time, that the inclusive period of time for these services will be 30 months from the date of a notice to proceed. -6- pdbo054' ATTACHMENT B-2 CAMP DRESSER & McKEE INC. SCHEDULE OF HOURLY BILLING RATES June 12, 1995 CATEGORIES HOURLY RATES PROFESSIONAL SERVICES: Professional I Professional II Senior Professional Principal/i\ssociate Officer $ 65.00 80.00 90.00 115.00 130.00 PROFESSIONAL SUPPORT SERVICES Staff Support Services Senior Support Services $ 50.00 65.00 FIELD SERVICES Professional Senior Professional $ 40.00 60.00 PROTECT SUPPORT SERVICES Project Administration $ 37.00 NOTE: RATES EFFECTIVE BEGINNING JULY 1, 1995. Rates are subject to adjustment on January 1 and July 1 of each year. -7- _,