Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-90-0271 2 3 9 5 6 Temp. Reso. #5678 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-90- A RESOLUTION AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE A SECOND ADDENDUM TO SEPTEMBER 9, 1987 AGREEMENT WITH CONSTRUCTION MANAGEMENT SERVICES, INC., FOR ADDITIONAL PROFESSIONAL CONSTRUCTION MANAGEMENT SERVICES FOR THE CITY OF TAMARAC PUBLIC SERVICE ADMINISTRATION COMPLEX, PROJECT 86-13; AND PROVIDING AND EFFECTIVE DATE. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: That the appropriate City officials are hereby authorized to execute a second addendum to September 9, 1987 agreement with Construction Management Services, Inc., for addi- tional professional construction management services for the City of Tamarac Public Service Administration Complex, Project 86-13; SECTION 2: This Resolution shall become effective upon its adoption. ' PASSED, ADOPTED AN APPROVED this.2v- day of1990. NORMAN ABRAMOWITZ MAYOR ATTEST: CAROL A. EVANS CITY CLERK RECORD OF COUNCIL VOTE I HEREBY CERTIFY that I have approved this Res u s MAYOR_ ABRAMOWI to f o DISTRICT 1: ROHR DISTRICT 2: C/M R �� I *IIIII 11111 . ALAN RUF DISTRICT 3: C/M H F AN INTERIM CITY ATTORNEY DISTRICT 4: V/M BENDER SECOND ADDENDUM TO SEPTEMBER 9, 1987 AGREEMENT between CONSTRUCTION MANAGEMENT SERVICES, INC. and THE CITY OF TAMARAC FOR ADDITIONAL PROFESSIONAL CONSTRUCTION MANAGEMENT SERVICES for the CITY OF TAMARAC PUBLIC SERVICE ADMINISTRATIVE COMPLEX PROJECT 85-13 u �< 76-� Vl SECOND ADDENDUM TO SEPTEMBER 9, 1987 AGREEMENT between CONSTRUCTION MANAGEMENT SERVICES, INC. and • THE CITY OF TAMARAC for ADDITIONAL PROFESSIONAL CONSTRUCTION MANAGEMENT SERVICES FOR THE CITY OF TAMARAC PUBLIC SERVICE ADMINISTRATIVE COMPLEX PROJECT 86-13 WHEREAS, as the City of Tamarac (hereinafter "CITY") and Construction Management Services, Inc., (hereinafter "Consultant"), a Florida Corporation, entered into an Agree- ment dated September 9, 1987 and an Addendum dated May 25, . 1988 for Construction Management Services relating to the City of Tamarac Public Service Administration Complex on Nob Hill Road; and WHEREAS, SECTION 1(D), and Section 7, of the September 9, 1987 Agreement between the CITY and CONSULTANT provides that the Agreement may be amended by written addendum; and WHEREAS, the CITY and CONSULTANT wish to enter into this Second Addendum to the September 9, 1987 Agreement between CITY and CONSULTANT outlining the additional services and compensation required for the City of Tamarac Public Service Administrative Complex on Nab Hill Road; NOW, THEREFORE, 1 4�- 90 -a 7 W I T N E S S E T H IN CONSIDERATION of the mutual terms and conditions, promises, covenants and payments hereinafter set forth, CITY and CONSULTANT agree that the Task Schedule for the Agreement dated September 9, 1987 and Addendum to Agreement dated May 25, 1988 shall be amended to reflect the following additional . services and compensation: 1. TASK SCHEDULE TASK GENERAL TIME OF ORDER(S) DESCRIPTION PERFORMANCE COMPENSATION 1.0 Pre -Construction Phase 5 months $22,085 Plus Tax Additional com2ensation as authorized $14,435 b Addendum dated May 25, 1988 Additional fees for 5 months $15,000 Allowance for Reimbursables $ 1,700 Sub Total Pre Construction Additional Fees $16,700 2.0 Construction 11 months $76,100 Plus Tax TOTAL NOT TO EXCEED FEE 16 months $98,185 Plus Tax Original Contract $73,400 • Increase due to inflation (per page 14, item 3 of contract) 7,340 Sub Total of Construction Fees $80,740 Allowance per Original Contract for Reimbursables 2,700 Total Construction Fees $83,440 TOTAL INCREASE ON CONTRACT FOR ADDITIONAL SERVICES Pre -construction $15,000 Allowance 1,700 Construction 7,340 TOTAL ADDITIONAL SERVICE $23,040 2. Additionally, CITY and CONSULTANT agree that the Direct Salary Costs as set out on page 14 of the original contract dated September 9, 1987 is hereby amended to reflect the following increases in hourly rates: 2 J 70 -,-,/' Cl (1) _ Direct Salary Cost Principal Senior Manager Planner Scheduler Technician - Drafter Clerical Direct Salary Cost Rate ($/hr) 66:98 75.00 6S 90 55.00 N/A 55.99 60.00 �5:99 27.00 3. CITY and CONSULTANT agree that all other, provisions of the September 9, 1987 Agreement and Addendum dated May 25, 1988 shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the respective dates under each signature: CITY OF TAMARAC through its CITY COUNCIL, signing by and through its MAYOR and CITY MANAGER, authorized to �' execute same by CITY COUNCIL on the All day of(2'r��h 1990, and CONSTRUCTION MANAGEMENT SERVICES, INC. signing by and through its President, duly authorized to execute same. CITY ATTEST: rAROL A. EVANS CITY CLERK I HERESY CERTIFY that I have approved AGREEMENT as to f ALAN F. INTERIM CI , ATTORNEY 3 MAYOR ORMAN ABRAMOWITZ 'JOL P& L/ CITY R JOHN P. K LY FOR CORPORATION: CONSTRUCTION MANAGER ATTEST: CONSTRUCTION MANAGEMENT SERVICES. INC. PR S IDENT D Iftul 2(V day of 11 1990 "AMEND.SCHARF.2" 2206011690/t 4 0 0 CoNSTRUMON MANAGEMENT SERVICES, INC.'�a° 7 to Fairway Drive • suite 801 * Deerfield Beach, Florida 58441 • $05.481-1611 • FAX 305•427-3142 Mr. John Kelly, City Manager December 19, 1989 City of Tamarac 7525 N.W. 88 Avenue Tamarac, Fla. 33321 PUBLIC SERVICE ADMINISTRATIVE COMPLEX Budget Report This report is based on a revised layout of the above project and is based on approximately eight acres of site development. Tnas ceveopment consists of a Aitaiity Facility (including an =administrative Lepartrent for the utility Department), a T•..n_.ic works racliity tinciuoing office space to house the administration of the Public Works Department), eight acres of • infrastructure site development, including miscellaneous intangibles such as a fuel island, media bins, nursery, curr.psLers, ratio room and antenna, lawn equipment storage, etc. Projected Preliminary Bud et Costs Hard Cost General Conditions $150,000 Public Works Facility 330,000 Utility/Engineering Facility 266,500 ✓ Utility/Engineering Administration 137,125 Site Work 657,000 Miscellaneous Site Work 300.000 Total Construction Cost (Hard Cost) } $1, 840, 000 General Contractor's Overhead b Profit 1101000 Total Projected Construction Cost $1,950,"0 Construction Contingencies 100.000 TOTAL PROJECTED CONSTRUCTION COST } $2;050,000 0 Tin Public Service Administrative Complex Budget Report Page Two Soft Cost Architectural/Encineering Fees (Balance on original Contract) s 46,000 Additional Services for Design 149,000 Construction Management Fees (Balance on original Contract) 76,000 Additional Services for Pre —construction 15,000. �er.era; Reimnursacles 10, 001b ianeoui, ;ntangiules 5,000 Relocation of Telephone System 15,OOZ r::'"rl5nings/W3noow Treatments 18,fDO0 :I,ovIn! ;7xr•er=_es to New Faci -, -.es 4,OZi„ �uver r,rnentL..lty) `►OL';u Revls;on to 21500 auil-ers kxsK insurance coy uwner) �,iG(Lyr i otal Sott Lost } f343, OQ116 Sort Cost Contingencies } _ 20,WOO total Projected Soft Costs } i363,(6wo i 24rrIar Y r'r'olected naro lost (incluair:g Contingencies) i g2,05(1►.(D00 ;-rojecTea Sort L.p"sL (SncluO?r- Ccntingencies) i :3b3 Zoo Total Projected Project Cost } $2,4(03,WOW original Budget (3 Years Ago) } 1 $3,412,000 Inflation aue to delays at 4.211A per year } - 300, 000 Originai Budget if same program were to be implemented today } $3,712,000 New Projected Cost based on Revised Program } $2,403,000 Savings to City (Approximately 36%) 1 s1,309,000 CJ 0 ten./ � =Public Service Adwinistratxve:CowpirX .Budget Report Page Three General The existing structural elements of the existing Public Works building will be dismantled and reused at .the proposed site including adding a mezzanine floor to same. This weans that Public Works would have to be relocated temporarily for approximately four to five months so as to enable their existing structure to be relocated. Therefore, our intention is to commence construction of the. Public Forks Facility first and foremost; have them move in prior - to the rest of the project being completed in the interest of time. Neyertneless, no funds were allowed in the above budget analysis for such a temporary relocation as we do not know the program for implementing same at this time or whether Public Works will move into the ola City mall or another location until their new facility is completed and ready for occupancy. It is important to note that the design including bidding and negotiating would necessitate approximately four to five months. Therefore it is imperative that construction commences no later than May of 1990 so as to negate any further increases in construction cost. That simply means that design and all other intangibles would have to commence immediately. Further delays would impact the project on a whole not only financially but also the renal platting procedures. 1. *"*` �'MiY' '��'.r. j-�c.e„y'i ` 'k �A. V. ' "��" e'j-r` ''V s Public Service Administrative Complex Budget Report Page Four The City should be aware that there is always room for further improvement in the project cost reduction, but this can only be achieved during the implementation of the design process whereby our expertise in cost control would be further realized. It is also important to note that no allowance was made in the figures anoacated in this report for the total clearing and demolition of the existing Fubiac Works Facilities with the exception of the main buainang, wnereby only the structural elements were" Vaxen-. into account to be relocated. Conclusion We have worked extremely long and hard with the architect/engineer to reduce this project within the ❑uogetary means of the City without sacrificing the integrity of the project or the requirements of the end user. This was extreme&y difficult due to the extraordinary existing site conditions. It is therefore our professional opinion that this project has been reduced considerably, however, the City will no doubt be proud of the end results and we certainly look forward to once again be representing the City on this very important task. Finally, our ultimate goal is to construct this project for $1.85 million dollars (hard cost only), but this can only be achieved during the design, bidding and negotiation process. END OF REPORT Prepared By: K. A.P. Emery, President-, cc: M. Couzzo 1