Loading...
473-2004 RDA Reso RESOLUTION NO. ' 473-2004 A RESOLUTION OF THE CHAIRMAN AND MEMBERS OF THE MIAMI BEACH REDEVELOPMENT AGENCY RATIFYING AMENDMENT No. 13A TO THE AGREEMENT WITH CAMP, DRESSER AND MCKEE (CDM) AND APPROPRIATING CORRESPONDING FUNDING IN THE AMOUNTS OF $25,478.40 FROM CITY CENTER REDEVELOPMENT AREA TAX INCREMENT FUNDS AND $424.64 FROM SOUTH POINTE REDEVELOPMENT AREA TAX INCREMENT FUNDS TO PROVIDE ENGINEERING SERVICES FOR UPGRADING WATER AND SEWER PUMPING STATIONS; SAID AMENDMENT PROVIDING FOR CONSTRUCTION ADMINISTRATION AND FIELD OVERSIGHT SERVICES (TASKS 2.0 AND 3.0) FOR THE WATER AND WASTE WATER PUMP STATIONS UPGRADES PROJECT, IN AN AMOUNT NOT TO EXCEED $424,640. WHEREAS, on July 8, 1992, the Mayor and City Commission approved Resolution No. 92-20540, authorizing the Mayor and City Clerk to execute an Agreement between the City and Camp, Dresser and McKee, Inc. (CDM) to provide engineering services for upgrading sewer and water pumping stations (Agreement); and WHEREAS, because of CDM's familiarity and expertise with the City's sanitary sewer system, the City has, in past years, amended the Agreement to provide additional professional engineering services to the City; and WHEREAS, CDM has served as the engineering consultant on the Water and Wastewater Pump Stations Upgrade Project (Project); and WHEREAS, on February 1999, Resolution No. 99-23061, awarded a $17,692,568.00 contractto Felix Equities, Inc. (FEI), pursuantto Bid No. 99-97/98, for the Project; and WHEREAS, since the commencement of construction, several delays related to coordination of unforeseen conditions, omissions and deletions occurred; and WHEREAS, due to many issues with the performance of FElon the Project, on July 10, 2002, and pursuant to Article 8.8 of the City's contract with FEI, the Administration recommended that the City Commission remove the prosecution of work from FEI and authorize the City Manager, or his designee, to prosecute the remainder of the work; and WHEREAS, the City Commission approved this request on that date, through Resolution No. 2002-24924; and WHEREAS, on June 10, 2003, the deadline for bids pursuant to a modified bid process for a replacement contractor, bids were received by the City's Procurement Division; and WHEREAS, only one contractor was deemed qualified and responsive, and the City determined that it would be in the City's best interest to proceed with Widell, Inc. to complete the Project; and WHEREAS, additional services for COM to perform construction administration and field oversight services are needed for the completion of the Project; and WHEREAS, the Administration recommends an amendment to the Agreement with COM, for the additional services, in an amount not to exceed $424,640; and WHEREAS, as stated in Resolution No. 2004-25465, the initial amount appropriated for COM's services was only an estimate since the City and COM have not yet begun negotiations regarding the scope and amount of the fee; and WHEREAS, negotiations with COM have been completed, in a total amount not to exceed $924,640, of which $500,000 were appropriated in Resolution No. 2004-25465; $424,640 are hereby required for Tasks 2.0 and 3.0; and WHEREAS, funding for these additional services is available in the amounts of: $25,478.40 from City Center Redevelopment Area Tax Increment Funds; $424.64 from South Pointe Redevelopment Area Tax Increment Funds; and $398,736 from Series 1995 Water and Sewer Bond Interest; and WHEREAS, it is anticipated that when the City Administration and City Attorney finalize an acceptable settlement with FEl's surety company, United Fidelity and Guaranty Company (USF&G), funding will be reimbursed to the funding source. NOW, THEREFORE BE IT DULY RESOLVED BY THE CHAIRMAN AND MEMBERS OF THE MIAMI BEACH REDEVELOPMENT AGENCY, that the Chairman and Members of the Miami Beach Redevelopment Agency ratify Amendment No.13A to the Agreement with Camp, Dresser and McKee (COM) to provide engineering services for upgrading water and sewer pumping stations; said Amendment providing for construction administration and field oversight services for the Water and Waste Water Pump Stations Upgrades Project, in an amount not to exceed $424,640; and further appropriate corresponding funds, in the amounts of $25,478.40 from City Center Redevelopment Tax Increment Funds and $424.64 from South Pointe Redevelopment Area Tax Increment Funds. AND ADOPTED this 7th day of July ,2004. v n . I .APPROVED AS TO ~ r ~(tl>-1:ORM & LANGUAGE AIRMAN ECRETARY EXECUTION T:\AGENDA\2004\JuI0704\Regular\Pump Stations RDA Reso CDM.doc ~~ 7~bf General Coun~\t-.... CITY OF MIAMI BEACH REDEVELOPMENT AGENCY ITEM SUMMARY m Condensed Title: Ratify additional services to CDM for the construction administration and resident project representative for the Water and Waste Water Pump Stations Upgrades appropriating funds in the amount of $25,478.40 form City Center RDA TIF and $424.64 from South Pointe RDA TIF. Item Summary/Recommendation: On February 1999, Resolution 99-23061 awarded a $17,692,568.00 contract to Felix Equities, Inc. (FEI) pursuant to Invitation to Bid No. 99-97/98 for the Water and Waste Water Pump Station Upgrades. On June 18, 2002, the Administration certified FEI in Default. On July 10, 2002, the Mayor and City Commission adopted Resolution 2002-24924, which declared an emergency situation and waived the formal competitive bidding requirements for the project. Due to the continued deterioration of the pump stations, the City Administration decided in late 2002 that it was not in the City's interest to continue to wait for the conclusion of the FEI/Surety issues noted above before continuing the project. Therefore, the Administration decided to complete the previously approved informal bid process to secure a replacement contractor. Camp Dresser & Mckee, Inc (CDM), the consultant for the above referenced project has guided the City along the extended process of the specific project. On January 14, 2004, Resolution 2004-25465 awarded a Contract to Widell Inc. in the amount of $17,352,615, for the Water and Waste Water Pump Stations Upgrades pursuant to Bid NO.1 0-02/03. In addition, the Resolution stated that the amount of $500,000 appropriated for CDM as a consultant for the project was only an estimate due to the fact that the City had not begun negotiations regarding the final scope of the project and corresponding fees. The City and CDM finalized negotiations for additional services to include the additional tasks of the review of "Shop Drawings, Samples and Miscellaneous Issues" (Task 2.0) and "Resident Project Representative Services" (Task 3.0). The final negotiated amount for CDM's efforts on this project is $924,640, of which $500,000 was approved by the Commission through Resolution 2004-25465. Funding for these additional services is available from Series 1995 Water/Sewer Bond Interest, City Center RDA TIF and South Pointe RDA TIF, with the understanding that when the City Administration and City Attorney are able to negotiate an acceptable settlement with the surety company United Fidelity and Guaranty Company (USF&G) for the previous contractor Felix Equities and if the appropriate Courts approve the settlement; funding will be reimbursed to the funding source. Advisory Board Recommendation: IN/A Financial Information: Source of Funds: City Center RDA TIF South Pointe RDA TIF $25,903.04 AGENDA ITEM DATE 3B 7-7-0lf CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www.miamibeachfl.gov m REDEVELOPMENT AGENCY MEMORANDUM To: Chairman and Members of the Board Miami Beach Redevelopment Agency Date: July 7,2004 From: Jorge M. Gonzalez Executive Director a ,.,,-~ A RESOLUTION OF THE CHAIRMAN AND MEMBERS OF THE MIAMI BEACH REDEVELOPMENT AGENCY RATIFYING ADDITIONAL SERVICES FOR CONSTRUCTION ADMINISTRATION AND FIELD OVERSIGHT SERVICES TO CAMP, DRESSER & MCKEE (COM); AND APPROPRIATING THE AMOUNTS OF $25,478.40 FROM CITY CENTER REDEVELOPMENT AREA TAX INCREMENT FUNDS, AND $424.64 FROM SOUTH POINTE REDEVELOPMENT AREA TAX INCREMENT FUNDS. Subject: ADMINISTRATION RECOMMENDATION Adopt the Resolutions. FUNDING Funding in the amount of $398,736.96 is available from Series 1995 Water/Sewer Interest, $25,478.40 from City Center RDA TIF and $424.64 from South Pointe RDA TIF. Once the City Administration and City Attorney are able to negotiate an acceptable settlement with the United Fidelity and Guaranty Company (USF&G), Surety Company in the dispute with the previous contractor, Felix Equities, Inc., and if the appropriate courts approve the settlement agreement, funding will be reimbursed. ANALYSIS On February 1999, Resolution 99-23061 awarded a $17,692,568.00 contract to Felix Equities, Inc. (FEI) pursuant to Bid No.99-97/98 for the Water and Waste Water Pump Station Upgrades in the City of Miami Beach. On May 21 , 2001, FEI submitted a Request for Equitable Adjustment (REA) to the City's consulting engineer Camp Dresser & McKee, Inc. (COM) for approximately $1.7 million, representing increased costs the Contractor attributed to delays associated with the issues referenced above. Repeated City requests for FEI to submit specific documentation to support the REA were not provided in sufficient detail to allow a thorough analysis by COM or City staff. Without this information, the City could not evaluate the Contractor's REA. On June 7, 2002, the City Administration sent FEI a Notice of Default due to the lack of progress in the project and provided FEI 10 days to correct the lack of progress issues. Redevelopment Agency Memorandum Water and Wastewater Pump Station Upgrade CDM Additional Services July 7,2004 Page 2 of 3 Upon FEl's failure to properly remedy its lack of progress, the City Administration certified FEI in default on June 18, 2002. Subsequently, on July 10, 2002, and pursuant to Article 8.8 of the City's contract with FEI, the Administration recommended that the City Commission remove the prosecution of work from the hands of FEI and authorize the City Manager, or designee, to prosecute the remainder of the work.. Pursuant to Article 8.8, any remaining funds in the contract would be returned to the contractor, or if the remaining funds were insufficient, the contractor, after completion of the work, would be required to pay the City the cost overrun. This action was consistent with the contract requirements. The City Commission approved this request on that date through Resolution 2002-24924. On July 9,2002, the day before the City Commission action noted above, Linc Net, the parent company of FEI, filed for bankruptcy and an automatic stay was placed on the FEI contract. This action precluded the City from implementing any action regarding FEI and FEI's contract without Bankruptcy Court approval. At approximately the same time, FEI and its surety company, United States Fidelity and Guaranty Company (USF&G), requested a meeting with the City to discuss potential settlement options. These initial discussions did not produce a settlement that met the interests of all parties. Therefore, the City invoked the Performance Bond on the project provided by USF&G in August 2002. USF&G declined to honor its Performance Bond based on the bankruptcy of FEI. Subsequent demands and settlement discussions continued throughout the balance of 2002 and into 2003. Negotiations on this matter have continued throughout between the City and USF&G in order to obtain a resolution on their obligations under the bond. Due to the continued deterioration of the pump stations, the City Administration decided in late 2002 that it was not in the City's interest to continue to wait for the conclusion of the FEIISurety issues noted above before continuing the project. Therefore, the Administration decided to complete the previously approved informal bid process to secure a replacement contractor. On June 10, 2003, the deadline for bids pursuant to Invitation to Bid No. 10-02/03, bid proposals were received at the Procurement Department. Only one contractor, who was deemed qualified and responsive, submitted an initial bid proposal and the City decided to proceed with negotiations. The initial bid by Widell, Inc. was in the amount of $20,970,000. The City entered into long and very detailed negotiations with Widell. CI P staff and COM as well as personnel from Widell evaluated every item in the bid proposal, reviewed carefully the established scope, and reviewed the documents submitted for bid, etc., and in the end agreed upon a final cost to complete the project of $17,352,615; as approved in Resolution 2004-25465, dated January 14, 2004. Throughout this effort the City has counted on the unconditional support of COM to ensure the correct decision for the City is made. Resolution 2004-25465 stated that the amount for services awarded to COM at that time was only an estimate due to the fact the City had not begun negotiations regarding the final scope of services and corresponding fees. At that time, $500,000 was awarded to CDM. The City has negotiated the complete additional services required of CDM for this project, Redevelopment Agency Memorandum Water and Wastewater Pump Station Upgrade CDM Additional Services July 7, 2004 Page 3 of 3 which will include the "Shop Drawing, Samples and Miscellaneous Issues" (Task 2.0) and the "Resident Project Representative" (Task 3.0). All other services have been contemplated in the initial services approved in Resolution 2004-25465. The fee for these services has been negotiated for a not to exceed amount of $924,640. With the Commission's prior approval of up to $500,000 additional funding in the amount of $424,640 is needed, as outlined in Attachment A. Funding for these additional services are available in the amount of $398,736.98 from Series 1995 Water/Sewer Bond Interest, $25,478.40 from City Center RDA TIF and $424.64 from South Pointe RDA TIF, with the understanding that when the City Administration and City Attorney are able to negotiate an acceptable settlement with the surety company United Fidelity and Guaranty Company (USF&G) for the previous contractor Felix Equities and if the appropriate Courts approve the settlement; funding will be reimbursed to the funding source. CONCLUSION At this time the condition of some of the Pump Stations are in emergency status; Widell, Inc. has executed the contract with the City and mobilizations in the project have begun. Awarding this additional services to CDM in an amount not to exceed $424,640 for Construction Administration and Field Observation services will ensure the best performance of the new contractor. ATTACHMENT T:\AGENOA\2004\JuI0704\Regular\Pump Stations COM ROA Memo.doc i\ ttadUl(JVLt A CITY OF MIAMI BEACH CONSUL TANT SERVICE ORDER Dated: January 5, 2004 (Revised April 20 2004) TO: Camp Dresser & McKee Inc. 800 Brickell Avenue, Suite 710 Miami, Florida 33131 RE: Amendment 13A to the Agreement between the City of Miami Beach and Camp Dresser and McKee, Inc. dated July-21, 1992 Pursuant to the Agreement between City of Miami Beach and Camp Dresser & McKee Inc. (CDM) for Professional Services, dated July 21, 1992, (Agreement) the parties desire to amend the Agreement to retain the services of CDM to provide Construction Administration Services during construction of the Water and Wastewater Pump Station Upgrade (Re-Procurement). This project consists of the citywide rehabilitation of the water and wastewater pump stations throughout the City. The services provided are more particularly described in the attached Scope of Work: Project Name: Water and Wastewater Pump Station Upl!:rade (Re-Procurement) Calendar days to complete this work: 555 days from the First Notice to Proceed, including 510 day construction period. Fee for this Service Order: Task 2.0 (Not-to-Exceed) Task 3.0 (Not to Exceed) Total Service Order (Not-to-Exceed) $ 110,940 $313.700 $ 424,640 Basic Service x Additional Service Reimbursable Expense ACCEPTED: City of Miami Beach Camp Dresser & McKee Inc. l/4tft,f/ Tim Hemstreet CIP Director Date Victor J. Pujals, P. Vice President Date N:\KM1414.CSO.doc 4/2012004 "~, SCHEDULE A SCOPE OF WORK CITY OF MIAMI BEACH WATER AND WASTEWATER PUMP STATION UPGRADE (RE-PROCUREMENT) PHASE III GENERAL SERVICES DURING CONSTRUCTION April 20, 2004 Revised CONSULTANT shall provide General Engineering Services during the proposed contract construction period of 510 days (17 months) to Final Acceptance (FA). General Engineering Services during construction will be provided by the CONSULTANT for the pump station upgrades improvements project for which drawings, specifications and other documents were prepared by the CONSULTANT. These general engineering services shall include the following: Task 1.0 General Services Addressed in Amendment 13. Task 2.0 Shop Drawings and Samples, Factory Witness Testing. Miscellaneous Issues 2.1 Review and approval of shop drawings and samples, the results of tests and inspections and other data which the Contractor is required to submit. The costs of reviewing substitute products as submitted by the Contractor, shall be separately billed to the CITY and payment made to CONSULTANT. Reimbursement to the CITY, by the Contractor, shall be as defined within the construction Contract Documents. 2.2 Perform factory visits, as required, for the purpose of witnessing specified factory testing of pumps. 2.3 CO NSUL T ANT will address miscellaneous issues related to the default contractors or prior work with prior knowledge and approval of the CITY that are not currently anticipated under another Task of this Amendment. Task 3.0 Resident Project Re{'resentative 3.0 The CONSULTANT will furnish one full-time resident project representative and other field staff as necessary to assist the CONSULTANT in observing performance of the work of the Contractor. The duration estimated for this project is over a 510 calendar day construction period to Final Acceptance (FA). Should this period be exceeded, CONSULTANT reserves the right to request A-I N:\KM1414.Exh Adoc 4/20/2004 additional compensation. The resident project representative is the CONSULTANT's representative and will act as directed by and under the supervision of the CONSULTANT, and will confer with the CONSULTANT regarding their actions. The Duties and Responsibilities of the resident project representative are listed below in Schedule C. The resident project representative's dealings in matters pertaining to the on site work shaH in general be only with the CONSULTANT and Contractor, and dealings with subcontractors shaH only be through or with the full knowledge of the Contractor. Written communication with the CITY will be only through or as directed by the CONSULTANT. This phase of the work runs concurrently with the construction contract's time period of construction. Task 4.0 Close Out Activities Addressed in Amendment 13. SAFETY CONSULTANT shaH have no authority over or responsibility for the means, methods, techniques, sequences or procedures selected by the construction contractor or for safety precautions and programs incident to the work of the construction contractor. CONSUL T ANT and its personnel have no authority to exercise control over any construction contractor or other entity or their work or any health and safety precautions and have no duty for inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the construction contractor or other entity or any other persons at the site except CONSULTANT's personnel. DATA OR ASSISTANCE TO BE PROVIDED BY CITY A. Assign a CONTRACT ADMINISTRATOR to represent the CITY on this assignment. B. Assist in the scheduling of necessary shutdowns during the execution of the Work by the CONTRACTOR. C. Payment of aU permit fees associated with this project. D. Pump and SCADA system start-up, data monitoring and control will be performed by the CITY staff in accordance with the "OWNER" related responsibilities of operational testing protocol indicated in Specification Sections 11212,11214,11307 and 13300. E. Provide CONSULTANT with an electronic document disclaimer prior to the transfer of electric documents (e.g., drawing and materials). A-2 N:\KM1414.Exh A.doc 4/20/2004 "~ DELIVERABLES A. Copies of pre-construction and monthly progress meeting minutes prepared by the CONSULTANT. B. One copy of all approved shop drawings, and other submittals. C. Copies of all correspondence to the CONTRACTOR. D. Copies of Change Orders. E. Three Sets of record drawings (24-inch x 36-inch), two black-line, one vellum, and one AutoCAD diskette at the end of construction. TIME OF COMPLETION The Time of completion is not within the control of the CONSULTANT. The CONSULTANT's schedule and provision of the various services is dependent upon the construction period defined within the Contract Construction Documents. General Services will commence upon issuance of the First Notice to Proceed to the Contractor. RPR Services will commence upon issuance of the Second Notice to Proceed to the Contractor. General and RPR Services are based on an anticipated 45 days between first and second notice to proceed and the 510 days construction contract duration, however, contract close out activities are anticipated to be completed within 60 days of the project substantial completion date. The substantial completion date is 450 days beginning with the Second Notice to Proceed. If the total construction contract runs longer than 510 days, additional fees for extended engineering services will be negotiated for the extended construction duration. PAYMENT AND COMPENSATION The total fee and basis for the above services based upon the scope of work presented in this Services Order and Exhibits A-2, and A-3 is as follows: Component of Work Task 2.0 Shop Drawings and Samples, etc. (not to exceed) Amount Task 3.0 Project Representation Services (not to exceed) $ 110,940 $ 313,700 Total Amendment No.13A (Task 2.0-3.0) (not to exceed) $ 424,640 The CONSULTANT shall submit monthly invoices to the CITY. Each invoice shall include a monthly written status report.. Invoicing for the not-to-exceed services Task 2.0 and 3.0, shall be billed monthly on a time and materials basis at the CONSULTANT's prevailing rates, Schedule B. A-3 N;\KM1414 Exh A.doc 4/20/2004 CDI'JI SCHEDULE B CDM SCHEDULE OF HOURLY BILLING RATES COST GROUP II CATEGORIES PROFESSIONAL SERVICES: OFFICER PRINCIPAL I ASSOCIATE SENIOR PROFESSIONAL PROFESSIONAL" PROFESSIONAL I PROFESSIONAL SUPPORT SERVICES SENIOR SUPPORT SERVICES STAFFSUPPORTSER~CES FIELD SERVICES SENIOR PROFESSIONAL PROFESSIONAL PROJECTSUPPORTSER~CES PROJECT ADMINISTRATION HOURLY RATES S 155.00 S 140.00 S 120.00 S 100.00 S 80.00 S 85.00 S 70.00 S 75.00 S 60.00 S 60.00 All subconsultant and other project related expenses are subject to a minimum handling/administrative charge of 10'-.. RATES EFFECTIVE THROUGH JULY 3, 2004 '~.; SCHEDULE C CITY OF MIAMI BEACH \VATER AND WASTEWATER PUMP STATION VPGRADE (RE-PROCUREMENT) DUTIES AND RESPONSIBILITIES OF CONSULTANTS RESIDENT PROJECT REPRESENTATIVE (RPR) Updated March 15,2004 DUTIES AND RESPONSIBILITIES The resident project representative will: 1. Schedules: Review the progress schedule, schedule of Shop Drawing submissions, and schedule of values prepared by the Contractor and consult with CONSULTANT concerning their acceptability. 2. Conferences: Arrange a schedule of progress meetings and other job conferences as required in consultation with CONSULTANT and notify those expected to attend in advance. 3. Liaison: a. Serve as CONSULT ANT's liaison with Contractor, working principally through Contractor's superintendent and assist him in understanding the intent of the Contract Documents. Assist CONSULTANT in serving as the CITY's liaison with Contractor when Contractor's operations affect the CITY's on-site operations. b. As requested by CONSULTANT, assist in obtaining from the CITY additional details or information, when required at the job site for proper execution of the Work. 4. Shop Drawings and Samples: a. Receive and record date of receipt of Shop Drawings and samples, receive samples which are furnished at the site by Contractor, and notify CONSULTANT of their availability for examination. b. Advise CONSULTANT and Contractor or its superintendent immediately of the commencement of any Work requiring a Shop Drawing or sample submission if the submission has not been approved by CONSULTANT. 5. Review of Work, Rejection of Defective \-Vork, Inspections and Tests: a. Conduct on-site observations of the Work in progress to assist CONSULTANT in determining if the Work is proceeding in accordance with the Contract Documents and that completed Work will conform to the Contract Documents. b. Report to CONSULTANT whenever he believes that any Work is unsatisfactory, faulty, or defective or does not conform to the Contract Documents, or does not meet the requirements of any inspections, tests, or approval required to be made or has been damaged prior to final payment; and advise CONSULTANT when he C-I N:\K/ot1371.SCH c.~c 3/1212004 believes Work should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection, or approval. c. Verify that tests, equipment, and system's start-ups, and operating and maintenance instructions are conducted as required by the Contract Documents and in presence of the required personnel, and that Contractor maintains adeq uate records thereof; observe, record, and report to CONSULTANT appropriate details relative to the test procedures and start-ups. d. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the outcome of these inspections and report to CONSUL T ANT. . - 6. Interpretation of Contract Documents: Transmit to Contractor CONSULTANT's clarifications and interpretations of the Contract Documents. 7. Modifications: Consider and evaluate Contractor's suggestions for modifications in Drawings or Specifications and report them with recommendations to CONSULTANT. 8. Records: a. Maintain at the job site orderly files for correspondence, reports of job conferences, Shop Drawings and sample submissions, reproductions of original Contract Documents including all addenda, change orders, field orders, additional Drawings issued subsequent to the execution of the Contract, CONSULTANT's clarifications and interpretations of the Contract Documents, progress reports, and other Project-related documents. b. Keep diary or log book, recording hours on the job site, weather conditions, data relative to questions of extras or deductions, list of visiting officials and representatives of manufacturers, fabricators, suppliers and distributors, daily activities, decisions, observations in general, and specific observations in more detail as the case of observing test procedures. Send copies to CONSULTANT. c. Record names, addresses, and telephone numbers of all Contractors, subcontractors, and major suppliers of materials and equipment. 9. Reports: a. Furnish CONSULTANT periodic reports, as required, of progress of the Work and Contractor's compliance with the approved progress schedule and schedule of Shop Dra~ings submissions. b. Consult with CONSULTANT in advance of scheduled major tests, inspections, or start of important phases of the work. c. Report immediately to CONSULTANT upon the occurrence of any accident. 10. Payment Requisitions: Review applications for payment with Contractor for compliance with the established procedure for their submission and forward them with recommendations to CONSULTANT, noting particularly their relation to the schedule of values, Work completed and materials and equipment delivered at the site but not incorporated in the Work. C-2 N:\KM1371.SCH C.doc 311212004 ',~ . 11. Completion: a. Before CONSULTANT issues a Certificate of Substantial Completion, submit to Contractor a list of observed items requiring completion or correction. b. Conduct final inspection in the company of CONSULTANT, the CITY, and Contractor and prepare a final list of items to be completed or corrected. c. Verify that all items on final list have been completed or corrected and make recommendations to CONSULTANT concerning acceptance. LIMITATIONS OF AUTHORITY Except upon written instructions of CONSULTANT, Resident Project Representative: 1. Sh.all not authorize any deviation from the Contract Documents orap-prove any substitute materials or equipment. / 2. Shall not exceed limitations on CONSULTANT's authority as set forth in the Contract Documents. 3. Shall not undertake any of the responsibilities of Contractor, subcontractors or Contractor's superintendent, or expedite the Work. 4. Shall not advise on or issue directions relative to any aspect of the means, methods, techniques, sequences, or procedures of construction unless such is specifically called for in the Contract Documents. S. Shall not advise on or issue directions as to safety precautions and programs in connection with the Work. 6. Shall not authorize the CITY to occupy the Project in whole or in part. 7. Shall not participate in specialized field or laboratory tests. C-3 N:\KMt37t.SCHC.iIoC Jll1J2C04 EXHIBIT A-2 PROJECT BUDGET SHOP DRAWINGS AND SAMPLES - TASK 2.0 PROJECT: City of Miami Beach, Florida Water and Wastewater Pump Station Upgrades (Re-Procurement) PROJECT DESCRIPTION: Shop Drawings and Samples - Task 2.0 CONTRACT REFERENCE: Agreement between City of Miami Beach and Camp Dresser & McKee Inc., dated July 21, 1992 LABOR Hours Billing Rate Cost by Labor Category Officer 8 $ 155 $ 1,240 Principal/Associate 76 $ 140 $ 10,640 Construction Coordinator (Principal) 56 $ 140 $ 7,840 Senior Professional 250 $ 120 $ 30,000 Professional " 240 $ 100 $ 24,000 Professional I 120 $ 80 $ 9,600 Project Administration 222 $ 60 $ 13,320 Total Labor Hours 972 Total LABOR COST $ 96,640 Labor Escalation estimated @ 3% $2.900 $ 99,540 OUTSIDE PROFESSIONALS Zyscovich Task 2.1 9 (120hrs @$95/hr) $ 11,400 Total OUTSIDE PROFESSIONALS $ 11,400 Total NOT TO EXCEED FEE $ 110,940 c:a.t I(M1414....T.... Z 4/2112004 EXHIBIT A-3 PROJECT BUDGET RESIDENT PROJECT REPRESENTATIVE. TASK 3.0 PROJECT: City of Miami Beach. Florida Water and Wastewater Pump Stalion Upgrades (Re-Procurement) PROJECT DESCRIPTION: Resident Services During Construction - Task 3.0 CONTRACT REFERENCE: Agreement between City of Miami Beach and Camp Dresser & McKee Inc.. dated July 21, 1992 LABOR Hours Billing Rate Cost by Labor Category Special inspector for EUM (Principal) 24 -$ 140 $ 3.360 Sr. Professional (RPR) 2947 $ 75 $ 221,000 Sr. Professional (RPR) Electrical 680 $ 75 $ 51.000 Professional I (RPR) 360 $ 80 $ 28.800 Project Administration 8 $ 60 $ 480 Total Labor Hours 3987 Total LABOR COST $ 304,640 Labor Escalation estimated @ 3% $ 9100 $ 313,700 Total NOT TO EXCEED FEE $ 313,700 CIJM KM1.1.JdlT.... 3 ~112OlM