HomeMy WebLinkAboutCity of Tamarac Resolution R-86-467Introduced by: 0,1"q Temp. Reso. #yJ/
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
CITY OF TAMARAC, FLORIDALORESOLUTION NO. R-86- 4�7
A RESOLUTION AUTHORIZING THE PROPER CITY
OFFICIALS TO EXECUTE AN AGREEMENT BETWEEN
THE CITY OF TAMARAC AND CONSTRUCTION MAN-
AGEMENT SERVICES, INC. FOR PROFESSIONAL
CONSTRUCTION MANAGEMENT SERVICES IN CONNECTION
WITH THE CONSTRUCTION OF THE TAMARAC POLICE
FACILITY PROJECT; AND PROVIDING 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, Inc., 440 East Sample Road,
Suite 209, Pompano Beach, Florida 33064, for professional
construction management services in connection with the
construction of the Tamarac Police Facility project, attached
hereto and made part hereof as Exhibit "A";
SECTIQN 2: That the appropriate City Officials are
hereby authorized to execute said Agreement.
SECTION 3: This Resolution shall become effective
immediately upon adoption. p
PASSED, ADOPTED AND APPROVED this F� �? _ day of &Z4"_?1LW7
1986.
ATTEST:
CAROL E. BAREUTO
CTTV CT,RRK
I HEREBY CERTIFY that I have
approved the form and correctness
of this Resolution.
`CIT "P,T RNEY `;
A. BRYAkt (,),APPLE ATF--
MAYOR
BERNARD HART
MAYOR: HARTc
DIST. 1: C/W MASSARO _ „ 9--6-11q
DIST. 2: V/M STEL.ZER vA-ty,
DIST. 3: CIM GOTTESMAN
DIST. 4: C/M STEIN
m E50. 9b40 '
A G R E E M E N T
Project 1307
'4k
THIS AGREEMENT made this day of1&,-C,-1_1kL` 1986, 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 Beach, Florida 33064, hereinafter referred to as "CONSTRUCTION
• MANAGEMENT."
WHEREAS, the CITY is desirous of procuring certain construction management
services in connection with the construction of the new Police Facility and
WHEREAS, CONSTRUCTION MANAGEMENT is capable of providing said services and
desires to provide same; now, therefore
IN CONSIDERATION of mutual covenants, premises and agreements herein
contained, and of the payments herein agreed to be made, the CITY and the
CONSULTANT hereby agree as follows:
PRE -CONSTRUCTION PHASE - SECTION I
1. The CITY hereby hires CONSTRUCTION MANAGEMENT to provide professional
construction management services required in connection with the construction of
the new Police Facility project. CONSTRUCTION MANAGEMENT, having examined the
• proposed project, does hereby agree to execute and lete c`a� pre -construction
services prior to construction for a period of 6 months. The fee for this sec-
tion of the contract is $28,300.00.
2. Pre -construction services will be, but not limited to, the following:
a) An initial detailed Cost Analysis will be prepared on the basis of
16 major disciplines for the entire project as follows:
1.
General Conditions
2.
Site Development
3.
Concrete
4.
Masonry
5.
Metals
6.
Woods and Plastics
7.
Thermal and Moisture Protection
8.
Doors and Windows
9.
Finishes
10.
Specialties
11.
Equipment
12.
Builders Work
13.
Special Construction
14.
Conveyance Systems
• 15.
Mechanical
16.
Electrical
The preceding items will be further sub -divided as they relate to each
category of work.
-1-
a) This initial Cost Analysis is to ascertain if the project is within
budgetary constraints.
b) Coordinate all changes in design with Architect, Engineers and other
consultants.
c) There will be a second detailed Cost Analysis after final design
changes and construction documents have been accomplished.
d) This second detailed Cost Analysis will be used as a guide and a 40
tool for the bidding and negotiation process, and during the
construction phase.
e) This second detailed Cost Analysis will be used as a "back-up" support
document for budget and cost control for the entire project.
f) This second detailed Cost Analysis shall contain a component and
line item breakdown with regards to quantity and unit price for each
discipline and/or category of work.
g) There will be continuous consultation and coordination with the
architect and consulting engineers including other consultants as
required for the project.
h) Complete evaluation of construction documents including
specifications.
j) Recommendations for
changes and/or
additions to the contract documents
and specifications
for the purpose
of cost savings and quality control
in the interest of the CITY.
k) Complete liaison with CITY officials for input and clarification as it
pertains to entire project.
1) Analyze construction and bid documents and report findings to the
CITY with recommendations.
m) Value Engineering on the interior design including detailed cost
analysis.
m) Monthly report updates on the project throughout the pre -
construction phase.
o) Approval of all payments prior to cash disbursement on any item or
discipline throughout the entire project.
p) Various meetings with the City as required. 0
q) Total coordination of the Electronic Communication Systems,
Furnishings, Security Systems, etc.
3. Payments to CONSTRUCTION MANAGEMENT for the fee referenced in paragraph
1, Section I, will be as follows:
a) Monthly payments as required throughout the duration of pre-
rnnct7,rt�nn ha -.PH on amount of work completed.
CONSTRUCTION PHASE - S=ION II
1. CONSTRUCTION MANAGEMENT hereby agrees to execute and complete the
above project as contract administrators, construction inspectors, quantity
surveyors and owner's respresentatives for a fixed fee in the amount of
$75,400.00 . This fixed fee will be for a period of thirteen months and is
based on the following criteria under this contract:
• a) Construction supervision includes, but is not limited to the
following:
1. Site inspection and supervision
2. Job meetings
3. Coordination of shop drawings and submittals
4. Approval of requisitions for payments
5. Total coordination of general contractor, consultants, sub-
contractors and coordination with architect during the full
duration of the project for a period of 13 months.
b) General Description:
1. CONSTRUCTION MANAGEMENT will provide all services required for
contract administration and inspection of construction in
liaison with the architect.
2. CONSTRUCTION MANAGEMENT's obligations under this section of the
contract will camience after the construction contract notice to
proceed is issued. The first action will be a pre -construction
conference.
3. The term "Quantity Surveyors" will pertain to CONSTRUCTION
MANAGEM W SERVICES, INC. as the cc gDany responsible for the
field administration and construction inspections.
c) Specific Requirements:
1. The construction phase will co mnce with the award of the
construction contract and will terminate when the Certificate
of Occupancy of the cammpleted structure is issued by the City
and all works are to the satisfaction of CONSTRUCTION MANAGEMENT
and the architect.
2. CONSTRUCTION MANAGEMENT, as the representative of the CITY during
the construction phase, shall advise and consult with the CITY
0 and all of the CITY'S instructions to the contractor shall be
issued through CONSTRUCTION MANAGEMENT in coordination with the
architect.
3. CONSTRUCTION MANAGEMEW shall at all times have access to work
wherever it is in preparation or progress.
4. CONSTRUCTION MANAGEMENT shall be on site on a full time basis
to insure the progress and quality of the work and to determine in
general, if the work is proceeding in accordance with the contract
documents. On the basis of its on -site supervision as the Quantity
Surveyor/Construction Manager, CDNSTRUCTION MANAGEMENT shall endeavor ID
to guard the CITY against defects and deficiencies in the work of
the contractor. CONSTRUCTION MANAGEMENT' shall not be responsible
for construction means, methods, techniques, sequences or procedures,
or for safety precautions and programs in connection with the work,
and shall not be responsible for any failure on the part of the
contractors to carry out the work in accordance with the contract
documents. However, nothing herein contained shall be construed to
relieve CONSTRUCTION MANAGEMENT of its obligations to ascertain
whether all work performed by the Contractor is in accordance with
the contract documents, and to advise the contractor and CITY with-
in a reasonable period of time, when, in its opinion, work is not
being performed in accordance with the contract documents.
5. Based on such inspections at the site and on the Contractor's •
applications for payment, CONSTRUCTION MANAGEMENT shall determine the
amount owing to the Contractor and shall issue certificate for pay-
ment in such amounts. The issuance of a certificate for payment
shall constitute a representation by CONSTRUCTION MANAGEMENT to the
CITY, based on CONSTRUCTION MANAGEMENT'S supervision at the site
and the data comprising the application for payment, that the work
has progressed to the point indicated; that to the best of
CONSTRUCTION MANAGEMENT'S knowledge, information and belief, the
quality of the work is in accordance with the contract documents
(subject to an evaluation of the work for conformace with the
contract documents upon substantial completion, to the results of any
subsequent test required by the contract documents, to minor
deviations from the contract documents correctable prior to
completion, and to any specific qualifications stated in the
certificate for payment); and that the Contractor is entitled to
payment in the amount certified.
Ir'll
6. CONSTRUCTION MANAGEMENT shall have authority to reject work which
does not conform to the contract documents. Whenever, in its
reasonable opinion, CONSTRUCTION MANAGEMENT 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 fabri-
cated, installed or completed.
7. CONSTRUCTION MANAGEMENT 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.
8. CONSTRUCTION MANAGEMENT shall prepare change orders and field orders
with the full knowledge of the architect.
9. CONSTRUCTION MANAGEMENT shall conduct inspections to determine the
dates of substantial completion and final completion, shall receive
and review written guarantees and related documents assembled by the
. contractor, and shall issue a final certificate for payment.
10. CONSTRUCTION MANAGEMENT shall not be responsible for the acts or
omissions of the contractor, or any subcontractor, or any of the
contractor's or subcontractor's agents or employees, or any other
persons performing any of the work.
11. CONSTRUCTION MANAGEMENT agrees to meet with the CITY at reasonable
times and with reasonable notice.
12. Coordination of "as -built" construction documents maintained by the
general contractor are to be submitted to CGONSTRUCrION MANAGEMENT
upon completion for its implementation and then submit same to
architect within thirty (30) days after completion of the project.
13. CONSTRUCTION MANAGEMENT shall be responsible to coordinate the CPM
and progress scheduling throughout the entire construction phase
with the cooperation and coordination of the general contractor.
-5-
14. CONSTRUCTION MANAGEMENT will be responsible to coordinate the
special threshold and structural inspections as per state law
for the structural elements of the building only which, will be
in addition to normal inspections.
15. CONSTRUCTION MANAGEMENT will approve all payments prior to cash
disbursement on any item or discipline throughout the entire
project. .
16. CONSTRUCTION MANAGEMENT will prepare cash flow and disbursement
requirements.
17. CONSTRUCTION MANAGEMENT will maintain a daily log throughout the
entire construction phase.
18. CONSTRUCTION MANAGEMENT will observe the contractor's records and
shop drawings at intervals appropriate to the stage of construction
and notify the architect of any apparent failure by the contractor
to maintain up to date records.
19. CONSTRUCTION MANAGEMENT will maintain records at the construction
site and in it's main office in an orderly manner which will include
correspondence construction documents, change orders, construction
change authorizations, field orders, architect's supplemental
instructions, site conference reports, shop drawings, product data, •
samples, supplemental drawings, color schedules, request for
payments, and names and addresses of contractors, subcontractors,
and principal material suppliers.
20. CONSTRUCTION MANAGEMENT will make recatmendations during
construction for alternate methods etc., for the purpose of cost
savings in the interest of the CITY.
-6- 0
2. CONSTRUCTION MANAGEMENT will have completed its contract
requirement to the CITY alter lying with the fol---
lowi:
terns:
a. Pre -Final: When the general contractor notifies CONSTRUCTION
MANAGEMENT that the project is substantially complete,
CONSTRUCTION MANAGEMENT disciplines shall conduct a pre -final
inspection and prepare a detailed punch list of items to be
. completed or corrected. The CITY is to be notified a minimum of
one (1) week before the pre -final inspection is to be conducted.
The CITY may or may not participate in the pre -final inspection.
b. Final: When all the items on the punch list have been completed
and/or corrected, CONSTRUCTION MANAGEMENT shall conduct a final
inspection which shall be attended by the CITY S representatives.
The CITY or their designated representative shall be notified of
the date and time of the final inspection a minimum of seven (7)
days prior to the final inspection. CONSTRUCTION MANAGEMENT'S
services for construction supervision under this contract are
completed when the items on the punch list generated by the final
inspection are corrected or ccmpleted and the general
contractor's final submittals (including pay requests) have been
processed by CONSTRUCTION MANAGEMENT and approved by the CITY.
3. All of the above items in this contract will be carried out with the
knowledge and coordination of the architect.
4. Payments to CONSTRUCTION MANAGMENT for the fee referred to in
paragraph 1.,Section II will be as follows:
a. Payment to CONSTRUCTION MANAGEMENT will be on a monthly
basis, and will be in approximate equal monthly increments
of $5, 800.00 .
5. Should the construction project exceed the time limits as
stipulated in Section I, Item 1, and Section II, Item 1, due to the contrac-
tor's negligence or any other delays beyond our control, then CONSTRUCTION
MANAGEMENT reserves the right to extra services on the same basis as indicated
in both Sections, or portions thereof will be prorated accordingly or billed on
an hourly basis as follows:
Hourly Principal: $60.00
Hourly Senior Discipline: $45.00
In addition to the fees set forth herein, all incurred expenses will be
separate and apart from this contract. Reimbursable expenses as required are
as follows:
1. Expense of long distance telephone calls.
2. Expense of reproductions, postage and handling of drawings,
specifications and other documents.
3. Expense of any special consultant required during the design
and construction with prior approval fran the CITY.
All reimbursables will be documented and submitted accordingly.
SUPPLEMENTARY CONDITIONS - SECTION III.
1. CPM Scheduling
a. CONSTRUCTION MANAGEMENT will provide CPM scheduling for the
entire project including monthly updates with the coordination
and cooperation of the general contractor.
b. The Cam! schedules will be adhered to by the general contractor .
and his subcontractors throughout the duration of the
construction phase.
c. The fee to provide the CPM schedules will be a fixed fee in the
amount of $ 14,250.00 and is separate and apart from the fees
indicated in Section I, Item 1, and Section II, Item 1 of this
contract.
d. Payments will be based on a percentage of work completed.
2. SPECIAL STRUCTURAL THRESHOLD INSPECTIONS
a. CONSTRUCTION MANAGEMENT will provide the services of threshold/
special inspections as per state law (if needed), through the
services of a licensed professional engineer.
b. Payments will be based on an hourly basis of $45.00 per hour.
n
LJ
0
IN WITNESS WHEREOF, the parties to this Agreemnt have set their hands and
seals on the date above written.
CITY OF TAMARAC FLORIDA -
BY
CITY HANI)GER
MAYO—R A� A/,4
ATTEST: CITY OF TA31ARAC
APPROVED AT MEETING OF
CITY CLERK
Approved as to form:
CDNSTRUCTION MAMEMENT SERVICES, D1C.
BY
-,--K.k.P.;--Bmry, President
4L� ---
Witnesses:
STATE OF FLORIDA )
) SS:
rnTTNTV nF RROWARD )
I HEREBY CERTIFY that on this day, before me, an Officer duly authorized
in the State aforesaid and the Co�jrlty_ afores d to take acknowledg-
J!t
meryts, persar..ally appeared !�22�2�
to me known to be the persog described in and who executed the foregoing
instrument and/.�c1 acknowledged before me that 'Z.6-1 executed the
s arre .
WITNESS my hand and !��off'cial seal in the County and State last aforesaid
this day of -� .L.�c� A.D. , 19�i_
MY COMMISSION EXPIRES: NOTARY PUBLIC
"-0v PUBLIC STATE OF FLORIDA
-SA,SSION E%P SEPT 17,1990
BOWED 10RU GENERAL INS. UNO.
0