Loading...
HomeMy WebLinkAboutWork Order 2• fit t OFFICIAL CIP WORK ORDER FORM e130.04 City of Miami, Florida WORK ORDER FOR PROFESSIONAL SERVICES CiTY CONTINUING SERVICE CONTRACT FOR PROGRAM MANAGEMENT/SPECIALTY SERVICES MIAMI STREETCAR Contract Effective Dates: START 08/01/05 END: Contract Authorization: ® Resolution 0 City Code Section CITY WORK ORDER NUMBER 1 WORK ORDER EFFECTIVE DATE 8-1-2005 07/31/08 f Contract Number K-05-00453 Number R 05-0534 IPrior Work Orders Issued Number 0 I Value $ 0 [REQUIRED COMPLETION DATE CONSULTANT HDR Engineering,Inc. with Subcontracts FIRM LOCATION 15600 NW 677" AVENUE, SUITE 304 7.31.06 CmTY MIAMI CONTACT NAME ROBERT E. CONE, R.E. STATE TITLE 2 y 3 F g PROJECT NAME BRIEF SCOPE OF WORK Consultant Propos FL 1 ZIP 33014 SENIOR PROJECT MANAGER Streetcar Program Management PROJECT NUMBER Provide program management activities and other major tasks on the Miami Streetcar Project As further detailed lA attached Consultant Work Order Proposal al Date 07/31/05 Consultant Project Manager ROBERT E. CONE, P.E. MAJOR TASKS / WORK PHASES PROGRAM MANAGEMENT ALTERNATIVE ANALYSIS AGENCY AGREEMENTS FLORIDA EAST COAST RAILWAY COORDINATION DELIVERABLE None Final AA Report Meetings, Agreements DUE NA 4/30/06 6/30/06 ' B-71215 FEE 3332,451.09 $671,936.31 $117,177.58 FEE BASIS Limiting Amount Limiting Amount Limiting Amount CERTIFICATION OF CITY OF MIAMI WITH FEDERAL TRANSIT ADM. FINANCIAL ANALYSIS REPORT OTHER COSTS SUBCONTRACTS Meetings, Draft MOU 3/30/06 $45,998.73 Limiting Amount All Professional CONSULTANT FEES Allowance For Reimbursable Expensea Meetings, Application Report Report 6/30/06 3/30/06 $113,318.96 $103,117.38 $0 $1,383,998.08 $118,202.44 Limiting Amount Limiting Amount Maximum Limiting Amount SUBTOTAL. Allowance For Additional Services (if any) TOTAL MAXIMUM AMOUNT $0 $1,500,198.50 OTHER NOTES Subcontracts include LTK, Nick Seriannl, Holland + Knight, and, Planning Innovations, Inc. Estimated Construction Cost $ FUNDING SOURCE(S) TRANSIT HALF CENT SURTAX 341330 $ $ This Work Order shall be performed in accordance with the above -referenced ContracI and $ncorporafea by relbmnce ali documents described below: 1. Contract referenced above Prepared By Approved By Approved By Accepted By Consultant , Name 2. Pmposel referenced above 3. Requirements of City Authorization 4. Other{list) $ LILiA I. MEDINA DIANNE JOHNSON MARY H. CONWAY William H. Wadsworth Signature 31,ffeireitA Title City Project Manager CIPCAT Team Leader Director of CLIP & Transportation ice isrbsident Date ei-oe