Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-87-306Temp. Reso. #4775 Rev. 9/9/87 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R--87- _'5 a(�- A RESOLUTION AUTHORIZING THE PROPER CITY OFFICIALS TO EXECUTE AN AGREEMENT BETWEEN THE CITY OF TAMARAC AND CONSTRUCTION MANAGEMENT SERVICES, INCORPORATED FOR PROFESSIONAL CONSTRUC- TION MANAGEMENT SERVICES IN CONNECTION WITH THE CONSTRUCTION OF THE TAMARAC UTILITIES WEST/PUBLIC WORKS ADMINISTRATION BUILDING, PROJECT 86-13; AND kRgYIDING AN EFFECTIVE DATE,_ BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: That the City Council of the City of Tamarac hereby approves an Agreement between the City of Tamarac and Construction Management Services, Incorporated, 440 East Sample Road, Suite 209, Pompano Beach, Florida, for pro- fessional construction management services in connection with the construction of the Tamarac Utilities West/Public Works Administration Building, Project 86-13, in the amount of $98,185.00, to be taken from Account #434-519-594-324, a copy of which is attached hereto and made part hereof as Exhibit nln. SECTION 2_ That the appropriate City Off}cials are hereby authorized to execute said Agreement. SECTION 3: This Resolution shall become effective immediately upon adoption. PASSED, ADOPTED AND APPROVED this / day of , 1987. / MA OR BERNARD HART ATTEST: CAROL E. BARBUTO CITY CLERK MAYOR: HART I HEREBY CERTIFY that I have DIST. 1: C/M ROHR approved this RESOLUTION as to form. DIST. 2: C/M STELZER DIST, 3: C/M HOFFMAN RICHARD M. REDNOR DIST. 4: V/M STEIN J ACTING CITY ATTORNEY It c✓A� ©/ r. • 7111S ,AGI EEMENP made this 19101,ay of 1987, by and between the CITY OF TAMARAC, A Florida Municipal Corporation, hereinafter referred to as the "CITY", and CONSTRUCTION MANAGEMENT SERVICES, INC., 440 East Sample Road, Suite 203, POMPANO BLEACH, FLORIDA 33064, hereinafter referred to as "CONSULTANT". MTEREAS, the CITY is desirous of procuring certain construction management services in connection with the construction of the new Administration/ Maintenance Facility and VEREAS, CONSULTANT is capable of providing said services and desires to provide same; now, therefore IN CONSIDERATION of mutual covenants, promises and agreements herein con- tained, and of the payments herein agreed to be made, the CITY and the CONSULTANT hereby agree as follows: I. SCOPE OF WDRK. CITY hereby engages OrWSULTANT as an independent contractor to perform construction management services, and OONSULTM4T hereby agrees to perform said services upon the terms and conditions hereinafter set forth. All materials and work products prepared, developed or obtained under the terms of this Agreement shall be promptly delivered to and become the property of the CITY. The specific services which Lhe CONSULTANT agrees to furnish are as follows: A. Any Lawful professional, construction nnnagemrnt services the cm- SULTANT is qualified to provide in the scope of work the CITY authorizes the CONSULTANT to Undertake in relation to the project. ne ser- vices shall relate directly or indirectly to activities, neekls, or requirements of the CI'l"f as to the above PRCOECT, an.-1 shall include but not be limited tc; evaluations, monthly reports, schcvlci- les, services during mnstructinn, closeout services and miscella- neous general services as my L*! authorized. B. Each major task, under the hilen,111I S attachc'l hereto, which the CVIY wishes the CONSt11,TN''1' Lo cymiplete, will tie definel in a sr�,ci.- f i c Task Order. Each T;isk Orclnr (_)r T;e:,k Orders Udder the 1� 3rlenrlums attached hereto, shall tye clearly defined in writing and lyecome an integral part of this PGREEME I' as an ADDENDUM to the applicable part. Each ADDENDUM shall. be numbered in sequence. ADDENDUM I, after execution by both parties to this AGREEMENT, shall become a supplement to and part of this AGREEMENT. C. Signature by an authorized representative of the CITY an each Task Order shall constitute partial. or total authorization to proceed by the CONSULTANT for each of the various services defined and authorized by that Task order. D. Any ADDITIONAL SERVICES not covered under this Agreement shall. require a description of the work to be performed and the attendant_ costs necessary to execute the work. The City, as its option, will review this as a Change Order to the original Agreement, and either approve or disapprove the propysed additional services. The tirrv- limits indicated in this Ayreement are based on the fact that there will be no undue delays lxyound 'he CTINSOLTANT' S control. Shou 1,1 there be any delays oft -her lyy the Architect/Engineer, the CITY nr any other entity rel.-it.inil to Lliis project-, the (11,19-IUTNTP resr rv";= the right to renegotiate for additional time and fees. E. That, the C17NS11LTANT will not l)&_din w-)rk under any of the service.; listed and detailed in Lhe AGlrleiidum until the Ci.ty's representative directs him in wr i t in,I to procee i . luathori zat ion to proceed sha l l be in the form of a signed Task Order specifying the work to be pe,- formed. Each Task Order, after execution by both parties to this AGREEMENT, shall become a supplement to and a part of this AC3 REE.MEN'T . _l_ F. That, the estimates of construction cost for these PRojECI are to be prepared by the CONSULTANT through exercise experience and judgement in applying presently available cx but it is recognized that the CONSULTANT has no control over labor and materials, or over competitive bidding proved market conditions, so that he cannot warrant that the construction costs will not vary from his cost estimates. G. That, visits to the construction site and observations ne CONSULTANT as part of his services shall not relieve the tion contractor(s) of his obligation to conduct oom( inspections of the work sufficient to insure conformance intent of the Contract Documents, and shall not re: constructuon contractor(s) of his full responsibility construction means, methods, techniques, sequences and I necessary for coordinating and completing all portions of under the construction constract(s) and for all safety pi incidental thereto. Such visits by the CONSULTANT are construed as part of the inspection duties of the on -site 7 personel defined in other parts of this AGREEMMT. H. That, the resident observation personnel will make reasonabli to guard the CITY against defects and deficiencies in the the contractor(s) and to help determine if the provision. Contract Documents are being fulfilled. Their day -today it will not, however, cause the CONSULTANT to be responsible f duties and responsibilities which belong to the con; contractor(s) and architect/engineer and which include, but limited to, full responsibility for the techniques and segi: construction and the safety precautions incidental thereto, performing and construction work in accordance with the Documents. I. That, the CONSULTANT's Direct Salary Costs are defined as th7 of the wages or salaries of the CONSULTANT's employees wo. any PROJECT, plus a percentage of such wages or salaries all taxes, payments, and premiums measured by or applicable wages or salaries, such as, but not limited to, Compensation Insurance, Social Security, State and unemployment insurance, medical -hospital insurance, sala tinuation insurance, pension plan costs, and pro rata allows vacation, sick leave, and holiday pay. CONSULTANT to notify the CONSULTANT's overall average annual percentage change i Salary Costs. J. The CONSULTANT's General Overhead costs are defined as those and administrative costs, exclusive of salary overheads under Paragraph I, allowable under the cost principles of 1-15.4 that are actually incurred during the period of per of the services. K. That, the CONSULTANT's direct expenses are defined as ti incurred on or directly for the PRaJECT, other than the Salary Costs (as defined hereinbefore). Such direct expens be computed cn the basis of actual purchase price for items from mmnercial sources and on the basis of usual commercial for items provided by the CONSULTANT. Direct expenses shall but not be limited to, necessary transportation costs, i mileage at the CITY's current rate per mile when the CONS own automobiles are used , meals and lodging at the CITY's reimbursement rate, laboratory tests and analyses, comput vices, automatic typing equipment, telephnone, printing, bind reprographic charges. Wen technical or professional servii been furnished by outside services, as specifically li Paragraphs, M and N as formally requested and approved by t an additional ten percent (10%) of the cost of these servic be added for the CONSULTANT's administrative and continuing responsibilities for outside services costing less than $10 Mien outside services exceed $10,000.00, the percentage e reduced to seven percent (A). ch a, of ve 7 is of W on ch ch 's al n- or of .ct al ed FR ce is ct 11 1 s nt d rLn ve in Y, ll CT D. -2- L. That, When the CITY directs that competitive bids be taken for construction on alternate designs, where this involves the prepara- tion of designs, plans, and specifications for alternate facilities not orginally considered in the Task Order, the compensation to the CONSULTANT shall be the payment specified in PARAGRAPH 2, COMPENSATION for all work, whether constructed, or not constructed. M. That, the CITY shall pay for costs of personnel and equipment for test borings, subsurface explorations, or other investigations required for the determination of foundation conditions, for field tests or equipment or facilities, and shall pay for required bac- teriological, chemical, mechanical, or other tests except the CONSULTANT shall not order such tests or investigations to be made without prior written approval of the CITY. N. That, in hydrogeologic or soils investigation work and in deter- mining subsurface conditions for the PROJECT, the characteristics may vary greatly between successive test points and sample work intervals. The CONSULTANT will contract and coordinate this work in accordance with generally accepted subsurface investigations practices. O. That, the CONSULTANT is to furnish outside services as required, including an -site observation personnel, field survey crews, and drilling crews only as approved by the CITY. P. That, if payment of the amounts due as prescribed in PARAGRAPH 2, or any portion thereof, is not made within the period specified in PARAGRAPH 3, interest an the unpaid balance thereof will accrue at the rate of one percent (1%) per month beginning forty-five (45) days after the CITY receives the billing, and become due and payable at the time said overdue payments are made. Q. That, the CITY shall pay for all costs of publishing advertisements for bids and for obtaining permits and licenses that may be required by local, State or Federal authorities and shall secure the 40 necessary land, easements, and rights -of -way upon receipt of written notice from the 03NSULTANT as to what land, easements, or rights of way are required. R. That, the CXNSULTANT will, at all times during the normal work week, designate or appoint one or inore representative of mNSULTANT who are authorized to act on behalf of CONSULTANT' regarding all mat- ters involving the conduct of the performance pursuant to this AGREEMENT and shall keep the CITY continually advised of such designation. S. That, whenever either party desires to give notice unto the other, it mast be given by written notice, or sent by certified United States mail, with return receipt requested, addressed to the party for Whom it is intended, at the place last specified, and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving of notice to wit: FOR CITY City Manager City of Tamarac 5811 N.W. 88 Avenue Tamarac, Florida 33321 FOR CONSULTANT K.A.P. Emery, President Construction Management Services, Inc. 440 E. Sample Road Suite 203 Pompano beach, Florida 33064 -3- T. That the CITY or CONSULTANT may terminate this AGREEMrr Jyy giving 30 days prior written notice to the other party. In s t, the CITY shall forthwith pay the CONSULTANT in full for l pre- viously authorized and performed prior to the date upon wh c writ- ten notice of termination has been sent. CONSULTANT'S right of termination shall not be construed to eclude any action by CITY for damages against CONSULTANT shoulil CIINSULTANT not fully perform CONSULTANT'S responsibilities and dut es parsuant to this AGREEMENT. In no case shall the CITY be liable for damages to anmina as a result of the CITY's termination of this AGREE', in an i t in excess of actual costs incurred by CONSULTANT in perfornaz work previously authorized and fully performed prior to the date c which notice of termination is sent by the CITY. 2. CCMPENSATICN As full compensation for the perfor f said professional. - services, CITY shall pay CZNSUL'TANr ANT shall accept a pre -determined or not to exceed fee for ch um number and sub phase authorized by the CITY in acocr th the approved Addendum (s) attached hereto and made part her f. 3. M 7I110D CF PAYMENT Payment for work performed in ums attached hereto, as prescribed for services rendered the CONSULTANT during the previous billing period shall be due and payable within forty-five (45) days after the date of U11ing, unless the time for receipt of payment is modified for a ific Task Order. The c mSULTANT shall submit monthly invoices to the CITY through the Utilities Director. The Director Will review the invoices to insure all charges are allowable, allocable reaso- nable before recommending payment of the invoice by the CIIN. As a minimum requirement, each task order shall indicate originaL h4get, invoice date, amount this invoice and budget remaining. 4. TIME OF PERFORMANCE CONSULTANT shall commence performince tn each specific Task Order upon receipt of Notice to Proceed from CITY. 5. OBLIGATICNS OF THE CITY TO THE CLNS=ANT The CIM st a Ll make available-to-the'aCNSULTAI�Tr all data'in-it's possession regarding the existing facilities. This data shall include, but not, to limited to, standards, specifications, policies, guides and enjineering reports, maps, plans, inventories, data, etc. The 1 be responsible for all necessary approvals from all ( of Tamarac departments and administration of public meetings in the The CONSULTANT shall prepare exhibits and displays, infa mal ic a han- douts, and submission of meeting transcripts, notes tes to assist the CITY in conducting all meetings. All the Lbore infor- mation must be coordinated and transmitted to the ArchitectArchitectt ineer. b. MNITORING The CONSULTANT'S work shall be subject -and pec- iion direction of the CITY which shall conduct peribidic eviews with the CONSULTANT. Where the CCNSULTANT'S work is t actory to the CITY, it shall be corrected by the CONSULTANT a direc- tion of the CITY and at no additional cost to the CITY. 7. EXTRA SMWCES If extra services are required for satisfactory cc' letian cf the work or any phase thereof, and extra s that are there by necessarily incurred by C=9=ANr, aMOMNSSIMU20 shall follow the stipulations established and set forth under Pan -aph D. However, CITY shall not reimburse CONSULTANT for any ra rvices occasioned by interruption, portponement or abandonment of e work because of circumstances which the CITY deems to be in is best interest. In such case, the CITY shall pay only the t f ser- vices rendered up to the time of such interruption, pas t or abandonment. 8. INSURANCE Prior to the beginning of any work ar pr r vexed i this AaRmcn, CONSULTANT shall deliver to the CITY r i icates of insurance duly executed by the oficers or authori a esen- tatives of a responsible and nonassessable insurance evi- dencing General Liability coverage and specifically iden i i CITY as an additional insured, which insurance shall be lable, except upon ten (10) days prior- written notice to the Q All premiums shall be at the expense of. CONSULTANT ,in aggregateunt of $1,000,000.00 9. WORKERS' COMPENSATION GnNSULTANT hereby certifies that it 1ha� accepted the provisions of the workers' compensation laws of Florida, insofar as the work is covered by this AGREFMNT is con- cerned, and that it has insured its liability thereunder in accor- dance with the terms of said Acts. 10. INTERRUPTION; POSTPCNEMEgr ; _ A 3ANDCNME Tr In the event the work herein contemplated, car any part thereof, shall be interruped, post- poned, or abandoned due to circumstances which the CITY considers to be to its own best interests, CONSULTANT shall not be entitled to any further payment for such work or part thereof beyond and in excess of the amount due at that time, and final payment shall be based on the proportionate amount of the fee earned to such date. 11. D_EiAYS AND EXTENSIONS The time completion may be adjusted only byT�written Agreement between the parties hereto for unavoidable delays resulting from causes beyond the control of the CONSULTANT. 12. DISPUTES & INTERPRETATION In the event of any disputes as to the interpretation of 'the terms of this AGREEMENT, the parties hereto shall meet and attempt to resolve the dispute. Should the parties hereto fail to resolve the dispute, arbitration measures may be instituted with the consent of both parties. Acceptance of the final payment by the CONSULTANT shall be considered full release of all claims against the CITY arising out of or by reason of the work done and data furnished under this AGREEMENT. 13. RIGHTS IN DATA; COPYRIGHTS; DISCLOSURE a. Definition. The term "data" as used in this Agreement includes written reports, studies, drawings, or other graphic, electronic, chemical or mechanical representations. b. Rights in data. All data developed pursuant to this AGREEMENT shall be the property of the CITY and the CITY shall have the full right to use such data for any official purpose and in wha- tever manner deemed desirable and appropriate, including making it available to the general public. Such use shall be without any additional payment to or approval by CONSULTANT. c. Copyrights. No data developed or prepared in whole or part under this Agreement shall be subject to copyright in the United States of America or any other country. 0ONSULTANT hereby relinquishes or shall cause to be relinquished any and all copyrights and/or privileges to data developed or prepared under this Agreement without any additional payment to CONSULTANT therefore. 14. COMPL_IANCE WITH LAws CONSULTANT shall fully obey and comply with all laws , ordinances and administrative regulations duly made in accordance therewith, which are or shall become applicable to the services performed under the terms of this AGREEMENT. 15. ANTI -DISCRIMINATION CONSULTANT shall conform with the appli- cable sections �rof the City of Tamarac Equal Employment Opportunity/Affirmative Action Statement and Policy on Sexual Harassment. 16. ASS I (N_MERr CONSULTANT shall not assign this AGREEMENT or any might to monies to be paid hereunder without the prior written con- sent of CITY. 17. ALTMRIZING ACTION This AGRF.E'MD" is entered into by the CTTY pursuant to a !"btion of the City Council passed at a meeting hell can19 !&72 IN WITNESS AiERDDF, the parties have duly executed this AGREFN NI` tl year first above written, 7 DNSTRUGTI(01 N SERVICES, INC. Y: ATE : Q r ���/� r-l. Date CITY OF Byy,i - By:c V' Manager) By: City Clerk C,990L. DATE APPROVED AS TO FORM: hcTM,(6- FAttorney for City AlC#AFtD M. By: tle ac CITY OF TAMARAC CIONSTRUCI'IQN MANAGEMENT SERVICES TUW PRAIECT #86-13 ADDENDum # 1 TO BASIC QONSTRUCTiw MANAGEM Nr AGREEMENT PJ TASK SCHEDULE TASK GWERAL ORDER (S) DESCRIPTION 1.0 Pre --Construction Phase 2.0 Construction �J TIME OF PERFORMANCE ���'@M 11 Months C�• =�4�i $22,085 Plus Tax $76,100 Plus Tax $ 98,185 Plus Tax -7- 1.0 TASK No. I - PRE CCNSTRUCi'ICN PHASE The CITY hereby hires the CONSULTANT to provide professional Management/Owner's Representative/Agent services required in eonnectio construction of the new Administration/Maintenance Facility (Tamarac U West) project. CONSULTANT, having examined the proposed project, does agree to execute and complete pre-oonstruction services prior to const the for a period of 5 months. The fee for this section of the contract is1 $2 ,�85 plus applicable taxes for a period not to exceed 5 months. TASK ORDER(S ) GENERAL, DESCRIPTION 1.1 Assist the City in providing R.F.P. for the seL tion of Architect/Engineer including evaluation arxi I final selection. 1.2 Assist the City in establishing milestone tion dates for all phases of work and the cont nued updating and control to enforce schedule. 1.3 Coordinate the completion of the preliminary sign with the selected A/E firm to insure thiit ranarac Utilities West, Public Works and City i ring basic requirements and functions are properly cor- porated into the approved plan. 1.4 Based on the preliminary design development. ase with the A/E firm, prepare a detailed ocnstruction cost estimate covering all major discipline; of • construction for the entire project to as tain budgetary constraints and coordinate all changes in preliminary design with the Owner and A/E 4irmi. 1.5 Prepare a subsequent detailed constructs and project cost analysis which is within the tary constraints and which shall become the overa 1 pro- ject control and constantly monitored under t item of work . 1.6 Prepare and justify a percentage cost bre d o be applied to each participating City de t for their portion of the Total Project's Cost. a. Public Works b. Tamarac Utilities West c. City Engineering 1.7 There will be continuous consultation and Wor- dination with the architect and consult in eers including other consultants as requir the project. 1.8 Complete evaluation of construction dcctments including specifications during the design the completion of construction documents pr o to bidding. in 1.9 Recommendations for changes and/or alternates to the contract documents and specifications during the design for the purpose of cost savings and quality control in the interest of the City. 1.10 Complete liaison with City officials for input and clarification as it pertains to entire project relating to the City's requirements. 1.11 Analyze and critique construction and bid documents and report findings to the City with recommendations. This work shall also include establishing deductive or additive alternates to insure that the bid can be controlled within the City's budgetary constraints. 1.12 Value Engineering on the general/interior design including detailed oust analysis as it pertains to the individual discipline. 1.13 Monthly report updates an the project throughout the pre -construction phase. 1.14 Approval of all payments prior to cash disbursement on any item or discipline throughout the entire project. 1.15 Various meetings with the City as required. 1.16 Total coordination of all systems relating to the entire project including furnishings. 1.17 Prepare progress schedule during the design including continuous monitoring for the purpose of meeting the designated time frame. 1.18 Insure compliance with all City, State, and County code requirements. 1.19 Insure all required permits of every description have been applied for and secured prior to bidding phase. 1.20 Set contract completion days and daily penalty to be imposed if late. 1.21 Assist the City in preparing the public advertisement and providing City Clerk with a list of potential contractors that may be interested in bidding this project in coordination with the Architect. 1.22 Upon receipt of bids, prepare a tabulation of all bids received, and a recommendation of contract awards. The work under this item shall include an investigation of the low bidder relative to ability to perform, past performance, and financial capabilities. 1.23 Assist the City in executing a contract with the suc- cessful contractor approved by Council. Upon formal execution of a contract between the City and the suc- cessful contractor, all pre -construction phase work will be concluded. Mtn Payments to CONSULTANT for the fee referenced in Paragraph I wil follows: a) Monthly payments as required in the amount of $4,077.00 plus cable taxes for a period of 5 months (exclusive of reimbursables). On the job reimbursable expenses for the pre -construction phase enly sha I be included under this item work. A. Long Distance Telephone Calls ALLOWANCE $ _ _ 300 _00 H . Reproduction ALL04MCE $ _l, 000 _00 C. Postage ALLOWANCE $__ 400.00 TASK ORDER # 1 TOTAL $22,085 ;00 P1 'ax • -10- TASK NO. I I - C ONSTRUC rICN PHASE 9 • 0 2.0 CONSULTANT hereby agrees to execute and complete the above project as contract administrators, construction inspectors, quantity surveyors and owner's representative/agent for a fixed fee in the amount of $76,100.00 plus applicable taxes. This fixed fee will be for a period of eleven months and is based an the following criteria under this contract: TASK ORDER(S) GENERAL DkSCRIPTIW 2.1 Provide full time on site inspections and supervision for a period of 11 months. 2.2 CONSULTANT shall have authority to reject work which does not conform to the contract documents. Whenever, in its reasonable opinion, the CONSULTANT considers it necessary or advisable to insure the proper implementation of the intent of the contract documents, it will have authority to require special inspections or testing of any work in accordance with the provisions of the contract documents whether or not such work be then fabricated, installed, or completed. 2.3 CONSULTANT shall review and coordinate shop drawings, samples, and other submissions of the contractor for conformance with the design concept of the project and for compliance with the information given in the contract documents in coordination with the Architect. 2.4 CONSULTANT shall prepare and approve change orders and field orders with the full knowledge and coordination of the Architect. 2.5 CONSULTANT shall conduct inspections to determine the dates of substantial completion and final completions, shall receive and review written guarantees and related documents assembled by the Contractor, and shall issue a final certificate for payment. 2.6 CONSULTANT agrees to meet with the CITY at reasonable times and with reasonable notice. 2.7 Coordination of "as -built" construction documents main- tained by the General Contractor are to be submitted to CONSULTANT upon completion for its implementation and then submit same to Architect within thirty (30) days after completion of the project. 2.8 CCNSULTANT shall be responsible to coordinate the CPM and progress scheduling throughout the entire construc- tion phase with the cooperation and coordination of the General Contractor. The CPM schedules will be adhered to by the General Centractor and his subcontractors throughout the duration of the construction phase. 2.9 CONSULTANT will coordinate all interior design procure- ment including cost analyses, bidding and negotiations including furnishings, etc. 2.10 CONSULTANT will approve all payments prior to cash dis- bursement on any item or discipline throughout the entire project. -ll- 2.11 CONSULTANT will prepare cash flow and disturs nt requirements and will coordinate all financial as cts of the project with the Finance Director as needed. 2.12 CONSULTANT will maintain a daily log tbrougt,out the entire construction phase. 2.13 CONSULTANT will observe the Contractor's recdrdE and show drawings at intervals appropriate to the to e of construction and notify the Architect of any appar nt failure by the Contractor to maintain up to dite records. 2.14 CONSULTANT will maintain records at the conmruction site and in it's main office in an orderly mane r which will include correspondence, construction s, change orders, construction change authorization , Held orders, Architect's supplemental instructions, s'te ference reports, shop drawings, produce data, s, supplemental drawings, color schedules, request Jor payments, and names and addresses of Contracto s, b- contractors, and prinicpal material suppliers. 2.15 CONSULTANT will make recommendations during cons ru on for alternate methods etc., for the purpose of st savings in the interest of the CITY. .16 Prepare monthly progress reports showing the financial status of all project cost items along with a wrItten report constantly updating and advising the CITY of Problems encountered and the status of coTpletion schedule. .17 CONSULTANT will insure that all permits o ry description required by City, County or State agencies have been procured prior to acceptance and occu .18 The Construction Phase will terminate Yk en he Certificate of Occupancy of the completed structure is issued by the City and all works are to the sate fa t'on of the CONSULTANT and A/E firm. .19 Assist the CITY in closing out the construction Dnon r ct by securing all warranties, insurances, bonds, d i al payment due under the contract. !.20 CONSULTANT will have completed its contract requ�rets to the CITY after complying with the following: 17 a) Pre -Final: When the General Contractor t f'ed CONSULTANT that the project is substantially mp a e, CONSULTANT'S disciplines and Architect shall c a pre -final inspection and prepare a detailed pwich list of items to be completed or corrected. The CI s to be notified a minimum of one (1) week before he e- final inspection is to be conducted. The CI y or may not participate in the pre -final inspection. b) Final: When all the items on the punch 1st'have been completed and/or corrected, CWSULTA9T and Architect shall conduct a final inspection which shall be attended by the CITY'S representatives. The CITY or their designated representative shall be notified a f efor supervise 1 CCCNSULTANT S services construction er this contract are completed when the items on tie pu,ch list generated by the final inspection are oorr ct or completed and the General Contractor's final su mitt is (including pay requests) have been proce sed kry CONSULTANT and approved by the CITY. 0 n �J • -12- n �J r7 Payments to CONSULTANT for the fee referred to in TASK No. II, paragraph I will be as follows: a) Monthly basis in approximate equal increments of $6,672.73 plus appli- cable taxes (exclusive of reimbursables). On the job reimbursable expenses for the construction phase only shall be included under this item work. A. Lang Distance Telephone Calls ALII* NCB $ 400.00 B. Reproduction ALLOWANCE 1,800.00 C. Postage ALLOWANCE _TM _-_500.00_ TASK ORDER # 2 TOTAL $ 76,100.00 Plus Tax -13- 6 a CCNSTRUCTICN MANAGEMENT SERVICES INC. Fee Structure for the City of Tamarac :1) Direct Salary Cost ncipal for Manager nician - Drafter ical Direct S Cast Rat 60.0 45.0 N/A 55.0 25.0 Direct salary cost includes an allowance of 2.5 percent of actua salary for fringe benefits. 2) Multiplier The Multiplier of 2.5 to cover general, administrative and profit accordance with the cost principles of 40 CFR 1-15.4. 3) Expected Overall Average Annual Percenta a Chan a in Direct Salary The expected increase is 4 percent. C-M wi -14-