HomeMy WebLinkAbout2003-25244 Reso RESOLUTION NO. 2003-25244
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE
CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE MAYOR
AND CITY CLERK TO EXECUTE AMENDMENT NO. 13 TO THE
AGREEMENT WITH CAMP, DRESSER, AND MCKEE, INC. (CDM)
TO PROVIDE CONSTRUCTION ADMINISTRATION SERVICES
DURING THE CONSTRUCTION OF THE TWO NEW WATER TANKS
AND NEW WATER PUMPING STATION AT THE 25TH STREET
PUBLIC WORKS YARD AND APPROVING AND APPROPRIATING
FUNDS, IN THE AMOUNT OF $277,440, FOR THIS PURPOSE.
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 and Camp Dresser & McKee, Inc. (CDM) (Agreement) to provide
engineering services for the development of a Water System Master Plan; and
WHEREAS, in 1995, following the preparation of the Water and Sewer Master
Plan and a water rate study, a $59 million Water and Sewer Revenue Bond issue was
authorized by the City Commission, the bonds would be used to implement a program to
upgrade the City's water and sewer systems; and
WHEREAS, the City's Water and Sewer Master Plan identified the need to replace
the two steel potable water tanks and a re-pumping facility at the 25th Street Public Works
Facility; and
WHEREAS, one of the two potable water tanks that occupied the site has been
demolished due to concerns over its structural integrity, the current remaining water tank
and re-pumping facility consist of equipment and structures that have well exceeded their
design life cycle; and
WHEREAS, pursuant to Resolution Number 2002-24831, approved on May 8,
2002, replacement facilities needed to provide reliable potable water service to the
customers of the City's water distribution system have been designed by CDM; and
WHEREAS, the City Administration entered into a Contract with Jasco
Construction Company, Inc. pursuant to Resolution Number 2003-25158, approved on
March 19, 2003, for the construction of the two new water storage tanks and a
replacement pumping station; and
WHEREAS, due to the fact that the water tanks and pumping station improvements
were designed by CDM, and because this firm has a lengthy history of familiarity with the
City's water distribution system, it is prudent to ask this firm to provide Construction
Administration services to the City to monitor and oversee the construction of this facility;
and
WHEREAS, the Administration now recommends that the Mayor and City
Commission approve the attached Amendment No. 13 to the Agreement, this
Amendment will provide Construction Administration services during the construction
phase of the Contract with Jasco, CDM will assist the City to monitor and oversee the
activities of the contractor to assure that the project is built in accordance with the
approved plans and specifications, and will provide special inspection services requested
by the City's Building Services Department as a condition of permit issuance, this
Amendment will increase the compensation to CDM by $277,440; and
WHEREAS, funding from the Water and Sewer Bond Fund 424 which had
previously been allocated for the proposed Wastewater Master Booster Pump Station will
be re-allocated for this purpose; this amount will be replaced by funds from the South
Pointe RDA Tax increment Fund.
NOW THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City
Commission authorize the Mayor and City Clerk to execute Amendment No. 13 to the
Agreement with Camp, Dresser, and McKee, Inc. (CDM) to provide Construction
Administration services, and special inspection services during the construction of two
new water storage tanks and a new water pumping station at the 25th Street Public Works
yard; approving and appropriating funds in the amount of/,~
PASSED and ADOPTED this 2nd day of July, 2005
ATTEST:
CITY CLERK
277,440 for this purpose.
MAYOR
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
CITY OF MIAMI BEACH ~1~
COMMISSION ITEM SUMMARY
Condensed Title:
Amend the Agreement with Camp Dresser and McKee, Inc.(CDM) to provide Construction Administration
Services for the 25th Street Storage Tank and Pump Station Project.
Issue:
Shall the City retain CDM to provide Construction Administration services for the duration of the Storage
Tank and Pump Station Project?
Item Summary/Recommendation:
It is recommended that the City Commission approve the Resolution authorizing the
Mayor and City Clerk to execute the attached Amendment No. 13 to the Agreement
between the City of Miami Beach and Camp Dresser and McKee, Inc. to provide
Construction Administration Services during the construction of the two 3-million gallon
water storable tanks and pump station at the 25~ Street Public Works Yard.
Advisory Board Recommendation:
Not Applicable
Financial Information:
Funds: ;1; $277,440.00 424.2312
3
Finang~ Dept. 1~1: $ 277,440.00
City Clerk's Office Legislative Tracking:
I Carl Hastings (extension 6210)
Si n-Offs:
AGENDA ITEM C ~,~
DATE
CITY OF MIAMI BEACH
CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 · ~
www.miamibeachfLgov
COMMISSION MEMORANDUM
To:
From:
Subject:
Mayor David Dermer and Date: July 2, 2003
Members of the City Commission
Jorge M. Gonzalez
City Manager ~ ~
A RESOLUTION OF THE MAYOR AND CI'I::Y.,COMMISSION OF THE
CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE MAYOR AND
CITY CLERK TO EXECUTE AMENDMENT NO. 13 TO THE
AGREEMENT WITH CAMP, DRESSER, AND MCKEE, INC. (CDM) TO
PROVIDE CONSTRUCTION ADMINISTRATION SERVICES DURING
THE CONSTRUCTION OF TWO NEW WATER TANKS AND A NEW
WATER PUMPING STATION AT THE 25TM STREET PUBLIC WORKS
YARD; APPROVING AND APPROPRIATING FUNDS IN THE AMOUNT
OF $277,440 FOR THIS PURPOSE FROM WATER AND SEWER BOND
FUND 424.
ADMINISTRATION RECOMMENDATION:
Adopt the Resolution.
FUNDING:
Funds are available in Water and Sewer Bond Fund Number 424. Funding
previously allocated for the South Pointe Wastewater Master Booster Pump Station
will be re-allocated from that project to the 25th Street Water Tanks and Pump
Station project. The funds reallocated from the South Pointe Wastewater Master
Booster Pump Station will be replaced by South Pointe RDA Tax Increment Funds.
ANALYSIS
On December 1, 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
the development of a Water System Master Plan. In 1995, following the preparation
of the Water and Sewer Master Plan and a water rate study, a water and sewer
revenue bond issue in the amount of $59 Million was authorized by the City
Commission. The bond proceeds have been used to implement a program to
upgrade the City's water and sewer systems. Because of the magnitude of the
program and the long lead time for the planning and design of the improvements,
the City's professional services agreement with CDM provided for the on-going
evaluation and control of the terms and conditions of the required work, through the
approval of periodic amendments to the underlying Agreement, authorizing work
already included in the scope of the agreement.
City Commission Memorandum
July 2, 2003
CDM A~reement Amendment 13
Page 2 of 3
The Water and Sewer Master Plan identified the need to replace the two potable
water tanks and the re-pumping station at the 25t~ Street Public Works Yard. The
current facilities consist of equipment and structures that have well exceeded their
design life cycle. One of the two potable water tanks that occupied the site has
already been demolished due to concerns about its structural integrity. Similar
concerns exist about the remaining tank. The existing pumping station currently
operates with only one pump in service due to an electrical fire that destroyed a
portion of the pumping and electrical equipment. Prompt replacement of these
facilities is needed to maintain reliable potable water service to the customers of the
City's system.
The City Commission acted in March of this year by approving Resolution Number
2003-25158, authorizing the Administration to enter a Contract with Jasco
Construction Company, Inc. to construct facilities to replace the remaining steel tank
and pump station with two 3 million-gallon pre-stressed concrete tanks and a new
pumping station. These facilities were designed by CDM under a previous
Amendment to their Agreement, which provided only for design services.
Jasco Construction Company was selected to construct the Water Tanks and
Pumping Station as Construction Manager-at-Risk. As with any construction
project, it is desirable to have an experienced and objective engineer monitor the
work. The construction of the pumping station and pre-stressed concrete water
storage tanks is a complex activity requiring detailed Construction Administration. In
addition to having designed the facility being constructed, CDM has a long history of
involvement and experience with the City's Water System, which makes the firm
well-qualified to provide Construction Administration Services for this important
project.
CDM's responsibilities during the project will include: Review of all shop drawings
and other documents, evaluation of any proposed substitution of materials or
methods proposed by the contractor, conducting regular coordination meetings,
reviewing and approving payment requests submitted by the Contractor and
providing a Resident Project Representative who will be on-site daily to observe all
aspects of the construction. The City's Building Department has requested that
special inspectors be provided for Geo-Technical, Piling and Structural portions of
the project. CDM has agreed to provide the required special inspection services as
part of their proposal for Construction Administration services. The detailed scope
of work proposed by CDM is attached to this memorandum. The cost of the
services being provided under this proposal is $277,440. This amount represents
the necessary staff hours required based upon Jasco's current schedule at CDM's
current rates. These amounts were negotiated by the CIP Office with CDM. The
capital construction cost of the water tanks is $4,840,933, pursuant to the contract
executed with Jasco Construction Company, Inc.
City Commission Memorandum
July 2, 2003
CDM Agreement Amendment 13
Page 3 of 3
The City's Water and Sewer Master Plan incorporates a recommendation to
construct the South Pointe Wastewater Master Booster Pumping Station at the
intersection of Alton Road and First Street. This facility is designed to handle the
wastewater flow from Miami Beach, Surfside, Bal Harbour, and North Bay Village,
and construction plans are currently under design by CDM. Proposed funding for
the project includes $5,464,954 from Water and Sewer Bond, Series 2000, Fund
424.
Because the Wastewater Master Booster Pumping Station is located within the
South Pointe Redevelopment Area, the Administration proposes to fund this project
completely with RDA funds, and reallocate the Water and Sewer Bond funds to
other eligible capital projects. The 25th Street Water Storage Tanks and Pump
Station is one of those projects.
The Administration recommends reallocating the funds previously allocated to the
Master Booster Pumping station for the purpose of providing the Construction
Administration services by CDM from these reallocated funds. At this time only
$277,440 of the total funds is being reallocated.
CONCLUSION:
It is recommended that the City Commission approve the attached Resolution
authorizing the Mayor and City Clerk to execute the attached Amendment No. 13 to
the Agreement between the City of Miami Beach and Camp Dresser and McKee,
Inc. to provide Construction Administration Services during the construction of the
two 3-million gallon water storage tanks and pump station at the 25~ Street Public
Works Yard.
JMG/RCM/TH/MB/CH
T:~AGENDA~2003\jul0203\consent~CDM Amendment 13 Memo.doc
CITY OF MIAMI BEACH CONSULTANT SERVICE ORDER
TO: Camp Dresser and McKee, Inc. Dated: July
800 Brickell Avenue, Suite 710
Miami, FL 33131
,2003
RE: Amendment 13 to the Agreement between City of Miami Beach and Camp
Dresser and McKee, Inc. dated December 1, 1993
Pursuant to the Agreement between the City of Miami Beach and Camp Dresser and
McKee, Inc. (CDM) for Professional Services, dated December 1, 1993, (Agreement) the
parties desire to amend the Agreement to retain the services of CDM to provide
Construction Administration Services during the construction of the 25th Street Ground
Storage Tanks and Pump Station. This project consists of two new 3-Million Gallon pre-
stressed concrete storage tanks and a new potable water repumping station. The services
to be provided are more particularly described in the attached Scope of Work.
Project Name:
25th Street Storage Tanks and Pump Station Construction
Administration Services.
Calendar days to complete the work:
14 months from the First Notice to Proceed, including an 11 month construction period.
Fee for this Service Order: Task 1.0 Lump Sum
Task 2.0 Not to Exceed
Task 3.0 Not to Exceed
Allowance for Additional Services
Total Service Order:
$159,100
59,400
38,940
20,000
$277,440
Basic Service X
Additional Service
Reimbursable Expense __
ACCEPTED:
Camp Dresser and McKee, Inc.
Victor J. Pujals, P.E. DEE, Vice President
CITY OF MIAMI BEACH
City Clerk
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
Mayor
Scope of Work Order
City of Miami Beach
Capital Improvements Projects Office
25th Street Ground Storage Tanks and Booster Pump Station
Services During Construction
Introduction & Clarifications
On May 24, 2002 the City of Miami Beach (CITY) authorized Camp Dresser & McKee Inc.
(CONSULTANT) to complete design plans and specifications for the addition of two 3.0
million gallon storage tanks and a new water booster pump station at the 254 Street Public
Works Complex. This project will be constructed by the construction manager at risk (Jasco)
(CONTRACTOR) who is currently under contract with the CITY to construct, improvements to
the CITY's Fire Station at 25th Street. The CITY has negotiated a price from the CONTRACTOR.
This project is expected to begin construction at the start of the second quarter of 2003, once
permits are received.
The purpose of this work assignment is for the CONSULTANT to provide engineering services
during the construction phase of the project. In general, the CONSULTANT will undertake the
role of CONSULTANT in the AGREEMENT, CONSULTANT in the GENERAL CONDITIONS
and ENGINEER in Division 1-16 of the specifications as limited by the scope of work presented
below. The CITY will administer the construction contract and undertake the role of
CONTRACT ADMINISTRATOR in the AGREEMENT, CITY in the GENERAL CONDITIONS
and OWNER in Division 1-16 of the specifications.
In Article 6 of the GENERAL CONDITIONS, the reference to the CONSULTANT providing
quality assurance is bruited to the CONSULTANT providing periodic review of the work to
determine if the work is being undertaken in general conformance with the Drawing and
Specifications prepared by the CONSULTANT through the Scope of Work presented herein.
Scope of Work
Task 1.0 - General Services During Construction
The CONSULTANT will provide General Services During Construction in accordance with
this Authorization prior to and during the proposed contract construction period of 330 days
(11 months) to Substantial Completion (SC) and 30 days (1 month) to Final Completion (FC)
after SC. This scope of work is for services during construction based on these Contract times.
General Services shall include the following:
1.1 Conformed Contract Documents
The CONSULTANT will conform the Contract Documents by incorporating updates to
the bid drawings and project manual to reflect building deparhnent and other revisions.
Four sets of conformed Contract Documents will be submitted to the CITY for contract
execution purposes. The CONSULTANT will issue additional sets of Contract
Documents for use during the construction period as follows:
a. CONTRACTOR - 3 full-size sets
b. CITY - 3 full-size set
- 5 half-size sets
c. SOILS TESTING - 1 half-size set
LABORATORY
d. SUBCONSULTANT (STA) - 2 full sets
e. CONSULTANT - 2 full-sets
- 3 half-size sets
1.2 Attend Pre-Construction Meeting
The CONSULTANT will attend the Preconstruction Conference.
1.3 Consult and Advise
Provide technical advice and assistance to the CITY during the construction period.
Provide necessary interpretations and clarifications of the Contract Documents. The
CONSULTANT will maintain a computerized document control system (DCS) during the
construction period.
1.4 Respond to Requests for Information (RFI)
Receive, log in, distribute, and respond to RFIs related to technical interpretation of the
drawings and specifications and the contract requirements.
1.5 Periodic Site Visits and Special .ty Inspections
Provide periodic site visits at intervals appropriate to the various stages of construction
to observe site conditions and the Work to determine whether the Work is in
conformance to the Contract Documents. Such site visits by the design engineer would
include: setting of the pumps cans, installation of the piling, installation of the tank pre-
stressing strands, installation of the reinforcing steel, setting of the pumps, and
demolition of the existing tank.
Through the use of a subconsultant, the CONSULTANT will provide the services of a
"Special Inspector" required by the City's Building Department for the following:
· Soil Compaction
· Reinforced Masonry
· Piling
'r~m p 0543
1.6 Progress Meetings
Conduct on-site project progress meetings on a monthly basis and periodic reports of
field working conditions. CONSULTANT and Resident Project Representative will attend
each meeting.
1.7 Review Shop Drawing Submittals
Review the schedule of submission. Receive and log in all shop drawings and other
submittals distribute to appropriate parties for review. Review shop drawings and
samples, the result of tests and inspections, and other data submitted by the
CONTRACTOR to determine whether the Work is in conformance to the Contract
Documents. Distribute submittals to appropriate entities after review. The cost of
reviewing more than two (2) submittals of a single document due to CONTRACTOR's
failure to adequately address the CONSULTANT's comments shall be separately billed to
the CITY and payment made to the CONSULTANT under allowance account.
Reimbursement to the CITY for these additional reviews, by the CONTRACTOR, shall be
as defined in the Contract Documents.
1.8 Review Payment Applications and Schedules
Review CONTRACTOR's "Schedule of Values" as well as any revisions thereto. Review
Payment Applications for general conformance with the contract requirements and
quantities installed. Make recommendations to the CITY for payment to the
CONTRACTOR.
Review CONTRACTOR's Preliminary Progress Schedule and monthly progress updates
and weekly 2-week look ahead schedule through project substantial completion.
Recommend final payment after final completion.
1.9 Perform Milestone Site Visits
Upon receipt of not-ice from the CONTRACTOR that this project is substantially
complete, visit the site to determine ~f the project is substantially complete. Prepare a list
of items remaining to be completed by the CONTRACTOR to complete the project.
Update punchlist through additional site visits after Substantial Completion. Perform a
final completion site visit to determine if the Work has been completed in accordance
with the Contract Documents.
1.10 Project and Quail _ty Management
The CONSULTANT will provide administrative functions required to manage the
CONSULTANT's project elements including schedule and budget. Specific activities will
include:
Project Update Meetings - CONSULTANT's project manager will prepare for and
hold internal monthly status meetings with key project staff members throughout the
project duration.
Temp
'~
Quality Assurance (QA)/Technical Review - CONSULTANT will maintain a program
of QA on this project, including periodic (e.g., quarterly) review of records and
documentation by the Construction Manager.
Preparation of Status Reports - CONSULTANT's project manager will prepare
monthly written progress reports summarizing activities completed, work remaining,
and identifying any problems which are ongoing or may be anticipated.
Task 2.0 - Project Representation Services
The CONSULTANT shall provide the services of a part-time (half-time) Resident Project
Representative (RPR) with supplemental periodic electrical and instrumentation RPR services
during appropriate stages of work to observe work of the CONTRACTOR for conformance to
the Contract Documents. The RPRs are the CONSULTANT's agents and will act as directed by
and under the supervision of the CONSULTANT, and will confer with the CONSULTANT
regarding their actions in accordance with the provisions of the Contract Documents. The
RPR's dealings in matters pertaining to the on-site work shall in general be only with the
CONSULTANT and CONTRACTOR. Dealings with subcontractors shall 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. The Duties, and Responsibilities, and
limitations of authority of the RPR are listed in Attachment One.
The RPR shall serve as the CONSULTANTS "inspector" as defined in the CITY's Construction
Management at Risk Agreement with the CONTRACTOR. The RPR will attend the
CONTRACTOR's weekly filed coordination meetings.
Task 3.0 - Special Services During Construction
The CONSULTANT will also provide supplementary and specific services during
construction. These services shall include the following:
3.1 Change Orders
Negotiate with the CONTRACTOR on behalf of the CITY the scope and cost for any
necessary change orders. Prepare change orders to reflect adjustments to the
construction project when warranted due to unforeseen conditions. An average of one
change order per three months, in addition to the final reconciliation change order, are
budgeted.
3.2 Record Drawings/Final Certification/Regulatory Agency Documentation
Coordinate the receipt and review of the CONTRACTOR's information showing those
significant changes made during the construction process. Prepare for the CITY a set of
reproducible (mylar) record drawings, an AutoCAD diskette copy and two (2) blackline
print sets showing those changes made during the construction process, based on
information furnished by the CONTRACTOR. The CONTRACTOR's field set of record
drawings will be forwarded to the CITY with the final record drawings.
Prepare final certifications of completion of construction to appropriate regulatory
agencies, along with record drawings, as appropriate.
3.3 Start-Up Coordination and Assistance
Start-up services will consist of the following items:
a. Coordinate receipt and review of equipment vendor training manuals as submitted
by the CONTRACTOR in accordance with the Contract Documents.
b. Assist with the scheduling of manufacturer's start-up and training requirements
identified in the Contract Documents.
c. Attend selected manufacturer's onsite training sessions.
d. Attend and observe start-up.
e. Provide debugging assistance during start-up.
f. Assist in connection with refining or adjusting any equipment or system for the
Project.
g. Assist in developing systems and procedures for operational control.
3.4 Project Closeout and Final Submittals
Review the CONTRACTOR's certified survey and field record "as built" drawings of
the Work. Organize and participate in final project reconciliation meetings with the
CITY or the CONTRACTOR and jointly where required. Prepare the closeout
documents and coordinate the closeout of the project.
Allowance for Additional Services
Tasks 1 through 3 include those services considered desirable by the CITY at the time of
execution of this Contract. The following allowances are established in the case that, during the
execution of the Work, the CITY finds that additional technical services are desired by the
CITY from the CONSULTANT.
A. CITY-directed modifications to the design during construction and preparation of
associated design and change order documentation.
B. Substitution of Materials and Equipment
The CONSULTANT will investigate, study, and advise the CITY on any proposed
substitutions of material or equipment submitted by the CONTRACTOR. CONSULTANT
shall advise the CITY with respect to same in accordance with the Contract Documents (i.e.,
15 days for review).
The costs of reviewing substitute products, in excess of two times, as submitted by the
CONTRACTOR, shall be separately billed to the CITY and payment made to the
CONSULTANT as an allowance item. Reimbursement to the CITY, by the CONTRACTOR,
shall be as defined within the Contract (Section 01300).
5
Tern p 0543
Inspections and preparation of any partial completions of any portion of the project.
Review of shop drawings associated with CITY-directed changes in design and/or
specified equipment, or shop drawing reviews in excess of two submittals for specified
equipment.
Additional services by the CONSULTANT beyond the original specified Contract Times.
Additional technical services for resolving claims, litigation, or other disputes with the
CONTRACTOR.
Any costs associated with the discovery of Hazardous Materials as described in Article
29.3.
The budget allowance for the additional services described above is $20,000.
Safety
CONSULTANT shall 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.
CONSULTANT and its personnel have no authority to exercise any control over any
construction contractor or other entity or their employees in connection with 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 own 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.
Payment of all permit fees associated with this project.
System data monitoring and control will be performed by CITY staff in accordance with
the operational testing protocol.
Provide CONSULTANT with an electronic document disclaimer prior to the transfer of
electronic documents (e.g., drawings and manuals).
Co
Deliverables
A. Four sets of conformed (as bid with revisions) drawings (ll-inch x 17-inch) and
specifications including Building Department revisions.
B. Seventeen sets of drawings (eight full size and nine half-size) issued for construction.
C. Copies of pre-construction and monthly progress meeting minutes prepared by the
CONSULTANT.
D. One copy of all approved shop drawings, and other submittals.
E. Copies of all correspondence to the CONTRACTOR.
F. Copies of Change Orders.
G. Three sets of record drawings (24-inch x 36-inch), two black-line, one vellum, and one
AutoCAD diskette.
Time of Completion
The Time of Completion is not within the control of the CONSULTANT. A tentative schedule
for services is based on a 14-month time period from First Notice to Proceed (NTP) through
contract closeout and including the construction contract period of 360 days (12 months).
General Services Task 1.0, and Special Services Task 3.0 will commence with the First Notice of
Award is issued to the CONTRACTOR and extend through the Final Completion date for
processing final documentation including final payment to the CONTRACTOR.
The RPR Task 2.0 will commence with the Second Notice to Proceed and will extend through
Final Completion and readiness for final payment.
Payment And Compensation
The total not-to-exceed fee for the above services based upon the scope of work presented in
this Scope of Work Order and Attachment Two is $277,440 as follows:
Component of Work
Tasks 1.0 General Services During Construction (Lump Sum)
Task 2.0 Project Representation Services (Not to Exceed)
Task 3.0 Special Services During Construction (Not to Exceed)
Subtotal Tasks 1.0-3.0 (Not to Exceed)
Allowance for Additional Services (Not to Exceed)
Total Amount (Not to Exceed)
Amount
$159,100
$ 59,400
$ 38,940
$257,440
$ 20,000
$277,440
The CONSULTANT shall submit monthly invoices to the CITY for the lump sum portion in
accordance with the percentage of the project complete. Each invoice shall include a monthly
written status report. Billing for not-to-exceed and allowance for additional services shall be
billed monthly on a time and materials basis. The not-to-exceed allowance for additional
services amount shall not be invoiced without prior written approval of CITY.
Temp C1.~3
APPROVED BY CITY OF MIAMI BEACH
By:.
Dated this __ day of
,2003
FOR CAMP~RESSER
Victor I. Pujals, P.E ,~Vice President
Dated this / ~day of ,'~?_ . 2003
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
city'/~t{omeyc~ Date
8
T~p ~543
5/14~1
ATTACHMENT ONE
DUTIES, RESPONSABILITIES AND LIMITATIONS OF AUTHORITY
OF THE RES[DENT PROJECT REPRESENTATIVE
The duties and responsibilities of the RPR are limited to those of the Consultant in the
Consultant's agreement with the CITY and in the construction Contract Documents, and are
further limited and described as follows:
A. General
RPR is the Consultant's agent at the site, will act as directed by and under the supervision of the
Consultant, and will confer with the Consultant regarding the RPR's actions. RPR's dealings in
matters pertaining to the on-site work shall in general be with the Consultant and the Contractor,
keeping CITY advised as necessary. RPR's dealings with subcontractors shall only be through or
with the full knowledge and approval of the Contractor. RPR shall generally communicate with
CITY with the knowledge of and under the direction of the Consultant.
B. Duties and Responsibilities of the RPR
The RPR shall have the following duties and responsibilities:
Schedules: Review the progress schedule, schedule of Shop Drawing submittals,
and schedule of values prepared by the Contractor and consult with the
Consultant concerning acceptability.
Conference and Meetings: Attend meeting with the Contractor, such as pre-
construction conferences, progress meetings, job conferences and other project-
related meetings, and prepare and circulate copies of minutes thereof.
3. Liaison:
Serve as the Consultant's liaison with the Contractor, working principally
through Contractor's superintendent and assist in understanding the intent of
the Contract Documents; and assist Consultant in serving as the CITY's
liaison with the Contractor when the Contractor's operations affect CITY's,
on-site operations.
b. Assist in obtaining from the CITY additional details or information, when
required for proper execution of the Work.
4. Shop Drawings and Samples:
a. Record the dates of receipt of Shop Drawings and Samples.
b. Receive Samples which are furnished at the site by the Contractor, and notify
the Consultant of availability of Samples for examination.
1-1
0544
Advise the Consultant and the Contractor of the commencement of any Work
requiring a Shop Drawing or Sample if the submittal has not been approved
by the Consultant.
Review of Work, Rejection of Defective Work, Inspections and Tests:
ao
Conduct on-site observations of the Work in progress to assist the Consultant
in determining if the Work is in general proceeding in accordance with the
Contract Documents.
Report to the Consultant whenever the RPR believes that any Work will not
produce a completed Project that conforms generally to the Contract
Documents, or will prejudice the integrity of the design concept of the
completed Projects as a functioning whole as indicated in the Contract
Documents, or has been damaged, or does not meet the requirements of any
inspection, test or approval required to be made; and advise the Consultant of
Work that RPR believes should be corrected or rejected or should be
uncovered for observation, or requires special testing, inspection or approval.
Verify that tests, equipment and systems startups and operating and
maintenance training are conducted in the presence of appropriate personnel,
and that the Contractor maintains adequate records thereof; and observe,
record and report to Consultant appropriate details relative to the test
procedures and startups.
Accompany visiting inspectors representing public or other agencies having
jurisdiction over the Project, record the results of these inspections and report
to Consultant.
Interpretation of Contract Documents: Report to Consultant when clarifications
and interpretations of the Contract Documents are needed and transmit to the
Contractor clarifications and interpretations as issued by Consultant.
Modifications: Consider and evaluate Contractor's suggestions for modifications
in Drawings or Specifications and report with RPR's recommendations to
Consultant. Transmit to Contractor in writing decisions as issued by Consultant.
Records:
ao
Maintain at the job site orderly files for correspondence, reports of job
conferences, Shop Drawings and Samples, reproductions of original Contract
Documents including all Work Changes, 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, Shop Drawing submittals received from and
delivered to Contractor and other Project-related documents.
b. Prepare a daily report or keep a diary or log book, recording Contractor's
hours on the job site, weather conditions, data relative to questions of Work
1-2
10.
11.
12.
Change Directives, Change Orders or changed conditions, list of job site
visitors, daily activities, decisions, observation in general, and specific
observations in more detail as in the case of observing test procedures; and
send copies to Consultant.
c. Record names, addresses and telephone numbers of all Contractors,
subcontractors and major suppliers of materials, equipment.
Reports:
Furnish to Consultant periodic reports as required of progress of the Work
and of the Contractor's compliance with the progress schedule and schedule
of Shop Drawing and Sample submittals.
Consult with the Consultant in advance of scheduled major tests, inspections
or start of important phases of the Work.
Draft proposed Change Orders and Work Directive Changes, obtaining
backup material from Contractor and recommend to Consultant Change
Orders, Work Directive Changes, and Field Orders.
d. Report immediately to the Consultant and the CITY the occurrence of any
accident
Payment Requests: Review Applications for Payment with Contractor for
compliance with the established procedure for their submission and forward with
recommendations to Consultant, noting particularly the relationship of the
payment requested to the schedule of values, Work completed and materials and
equipment delivered at the site but not incorporated in the Work.
Certificates, Maintenance and Operation Manuals: During the course of the
Work, verify that certificates, maintenance and operation manuals and other data
required to be assembled and furnished by Contractor are applicable to the items
actually installed and in accordance with the Contract Documents, and have this
material delivered to Consultant for review and forwarding to the CITY prior to
final payment for the Work.
Completion:
a. Before Consultant issues a Certificate of Substantial Completion, submit to
Contractor a list of observed items requiring completion or correction.
Observe whether Contractor has had performed inspections required by laws,
rules, regulations, ordinances, codes, or orders applicable to the work,
including but not limited to those to be performed by public agencies having
jurisdiction over the work.
c. Conduct final inspections in the company of Consultant, CITY and
Contractor and prepare a final list of items to be completed or corrected.
1-3
Observe whether all items on the final list have been completed or corrected
and make recommendations to Consultant concerning acceptance and
issuance of the Notice of Acceptability of the Work.
Limitations of Authority by RPR
Resident Project Representative:
Shall not authorize any deviation from the Contract Documents or substitution of
materials or equipment (including "or-equal" items), unless authorized by
Consultant.
Shall not exceed limitations of Consultant's authority as set forth in the
Agreement or the Contract Documents.
Shall not undertake any of the responsibilities of Contractor, Subcontractors or
Contractors superintendent.
Shall not advise on, issue directions relative to or assume control over any aspect
of the means, methods, techniques, sequences or procedures of construction
unless such advice or directions are specifically required by the Contract
Documents.
Shall not advise on, issue directions regarding or assume control over safety
precautions and programs in connection with the Work.
Shall not accept Shop Drawings or Sample submittals from anyone other that
Contractor.
7. Shall not authorize CITY to occupy the Project in whole or in part.
o
Participate in specialized field or laboratory tests or inspections conducted by
others except as specifically authorized by Consultant.
1-4
Temp ~544
ATTACHMENT TWO
PROJECT BUDGET
PROJECT:
Services During Construction
25TM Street Public Works Complex
Ground Storage Tanks and Booster Pump Station
BUDGET: General Services (Task 1.0)
SUBTOTAL CDM LABOR COST:
OUTSIDE PROFESSIONAL SERVICES:
Wingerter
STA Architectural Group
Hector De Los Reyes
Mark-up on Subcontractors
$ 8,520
$ 30,000
$14,000
($ 52,520 x 1.10) =
OTHER DIRECT COSTS:
Miscellaneous Other Direct Costs
SUBTOTAL ESTIMATED COST:
USE A LUMP SUM AMOUNT OF (TASK 1.0):
$94,340
$ 57, 772
$6,990
$159,102
BUDGET: Project Representative Services (Task 2.0)
SUBTOTAL CDM LABOR COST:
USE A NOT TO EXCEED AMOUNT OF (TASK 2.0):
$59,400
BUDGET: Special Services During Construction (Task 3.0)
SUBTOTAL CDM LABOR COST: $38,940
USE A NOT TO EXCEED AMOUNT OF (TASK 3.0)
SUBTOTAL ESTIMATED NOT-TO-EXCEED AMOUNT (TASKS 1.0 - 3.0):
ALLOWANCE FOR ADDITIONAL SERVICES
TOTAL ESTIMATED COST
$15%100
$5%4oo
$38,940
$257.44O
$20,000
$ 277.440
2-1
q
o~oo~
.I
CITY OF MIAMI BEACH
MORANDUM
TO:
Carl Hastings
FROM:
Robert Parcher
City Clerk
DATE: July 3, 2003
SUBJECT: Agreements
Enclosed are three Agreements with Camp Dresser and McKee, Inc.,
for the signatures of the appropriate officials.
After obtaining the applicable signatures, please return the
documents in the blue-backed cover to the City Clerk's Office, to
the attention of Mercy Williams. Subsequently, a fully executed
copy will be forwarded to you for your files in addition to a copy
of the resolution authorizing said agreements (Resolution No.
2003-25244, 7/2/03, C-7-A)
Thank you