Loading...
2015-79 THIRD AMENDMENT TO AGREEMENT FOR PROFESSIONAL CONSTRUCTION MANAGER SERVICES THIS AMENDMENT is entered into as of this gg^ day of Sf )°crib 2015 and is to that certain Agreement dated November 29, 2011, hereinafter "the Agreement", by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida, hereinafter referred to as "CITY" and AJAX BUILDING CORPORATION, 465 Maitland Avenue, Altamonte Springs, FL 32701 hereinafter referred to as "CONSTRUCTION MANAGER." The parties, in exchange for the mutual covenants contained herein and in the Agreement, agree as follows: 1. This Amendment expressly modifies the Agreement and in the event of a conflict, the terms and conditions of this Amendment shall prevail. 2. The Scope of Services and Compensation Schedule referred to and incorporated into the Agreement is hereby amended to include revised scope of services and compensation for Construction Phase Services for the Police Station project as more particularly described in Attachment"A" attached hereto and incorporated herein. 3. All other terms and conditions set forth in the Agreement shall remain in full force and effect and unchanged as agreed to by the parties. IN WITNESS WHEREOF, the parties hereto have executed this Amendment as of the dates set forth below. City of C ermont Attest: . ofe.ajZ_ Gail L. Ash, Mayor Tracy Ackroyd, City Clerk Date: 91'-- 41- .4%Ajax Building Corporation Attest: By / ��_ *No/ William . Byrn: President Corporate Secretary ; `? .. ''� Orlando Office 465 Maitland Avenue ATTACHMENT A Altamont2701 TEL (3 2)2 -761 TEL (352)243-7616 ABUILDING CORPORATION htto 1/www aiaxbuildina corn CG CO42112 23 July 2015 Mr.Freddy Surarez City of Clermont,Purchasing Dept. 685 W Montrose Street Clermont,FL 34711 RE: Draft Contract Revisions via:Email Dear Freddy Find this letter as our draft recommendation for a forthcoming task order to address both requested scope and pricing disparities on the Clermont Police Station. To summarize,as the project was revived,the new stakeholder Team began to develop expectations for Team members and discuss responsibilitites of each. As those roles began to be re-identified, it became clear that there was a discrepancy between the scope identified in the contract and that scope previously discussed with the original stakeholders and also reflected in the contract.This letter serves to properly align Ajax's scope of work with the expectations of the City. Generally speakmg,we understand our role to be one of oversight and representation of the City to both the Architect and the General Contractor. We understand we are tasked with representing management of the construction process in the City's stead and will provide information to the project stakeholders,primarily,the Assistant City Manager, m order to make final decision on appropriate matters. General construction project guidance is Ajax's primary responsibility. Attached is a markup of the original`Section B'of our agreement based on the conversation you,Mike Dumas, and I had a few weeks ago.Anything that we've identified that would be included in the Architect's or General Contractor's contract agreement has been noted similar to `n/a (General Contractor); it may be prudent to completely remove those references and renumber on the fmal to avoid confusion. Please confirm that these items are as discussed or provide comment as you see fit. Also attached is a revised fee summary that we feel is representative of what the City will be expecting from Ajax for this project.Based on our experience,we feel that the appropriate level of involvement based on the scope of work would be approximately 32 hours per week.That amount is represented in the price provided. Please review at your convenience and don't hesitate to give me a call with any questions. Sincerely, AJAX BUILDING CORPORATION Jeremy Cox Operations Manager xc File 2012351 IA Lon Neuman,Ajax James Kmzler,City of Clermont attach Contract Modifications(6 pages) Revised pncmg(1 page) Tallahassee Jacksonville Gainesville Orlando Tampa SECTION — B SCOPE OF SERVICES The City of Clermont is seeking a Florida licensed Construction Manager (CM) to serve as the City's principal agent and provide a full range of pre-construction, construction, and post construction management services for the City's Jenkins Auditorium Replacement and Police Station Expansion. The successful candidate must be capable of comprehending and budgeting projects in various stages of design and construction. Selected CM will work with City staff as well as architects and construction contractor(s) to develop and complete both capital projects. The Construction Manager shall perform all listed duties for the new Jenkins Community Center and the Police Station Expansion. The construction schedules will overlap and the Construction Manager shall coordinate the efforts as outlined below for the duration of both projects. Jenkins Replacement: The project includes the construction of an approximately 10,000 square foot one (1) story facility with meeting rooms, kitchen and offices and associated site work. Alternate bid items include the construction of streetscape improvements, including paving, landscaping, parking, lighting and irrigation. The estimated construction duration is ten (10) months. The site is located at the northwest corner of Montrose Street and Lake Avenue. The estimated engineer construction value is $2.2M (includes a 10% contingency). Police Station Expansion: The project includes the construction of an approximate 49,000 square foot facility and associated site work. The estimated construction duration is twelve (12) months. The site is located between Hammock Ridge Road and US 27, Clermont, FL. The estimated engineer construction value is $10.2M. Construction Manager Services to be Provided The CM's scope of services shall include, without limitation, all of the preconstruction services set forth below and all of the construction services required to complete the work in strict accordance with the contract documents, and to deliver the project to the City at or below the bid price when established and within the contract time. The CM shall review project requirements, existing on-site and off-site development, surveys and preliminary budget, and make recommendations to the City for revisions. The CM shall review a preliminary project schedule in accordance with the contract documents and in coordination with the City, the Architect/Engineer, and construction contractor identifying all phases, critical path activities, and critical duties of each of the project team members. The City reserves the right to modify, postpone, or cancel the contract for any reason at the conclusion of any phase and prior to start a subsequent SECTION — B SCOPE OF SERVICES phase as described herein. The three (3) phases and estimated duration time are, but not limited to: Phase One: Pre-Construction Design (2 months): 1.1 Perform a complete constructability review of the project bid documents, specifications, plans and estimates prior to bidding the project and identify potential problems that need correction before the project is bid. 1.2 The CM shall assist the City in evaluating the Request for Qualifications (RFQ) received to prequalify contractors for the construction of Jenkins Community Center and the Police Station. The CM shall rank the responses using the City's format, attend meetings, and make recommendations. 1.3 The CM shall analyze the cost estimate prepared by the Architect and report to the City recommendations for any adjustments to the budget. 1.4 Coordinate all permitting requirements. 1.5 Coordinate all utility work outside utilities. 1.6 The CM shall conduct periodic progress meeting attended by City representatives, designer, construction contractor(s), etc. Such meetings shall serve as a forum for the exchange of information concerning the project and the review of design progress. The CM shall prepare and distribute minutes of these meetings to City representatives, designer, construction contractor, etc. as deemed necessary. 1.7 The CM shall review the design documents and make recommendations to the City representatives and Architect/Engineer as to constructability, scheduling, and time of construction. 1.8 The CM shall prepare and distribute Design Phase change reports that shall list all City approved changes as of the date of the report and shall state the effect of project changes, construction budget, and master schedule. 1.9 The CM shall coordinate transmittal of documents to regulatory agencies and utility providers for review. In addition, the CM shall advise the City of the potential problems resulting from such review and suggested solutions regarding completion of such reviews. Phase Two: Competitive Bid and Award (2 months): 2.1 The CM shall conduct a telephone and correspondence campaign in attempt to increase interest amongst qualified contractors to submit a response for prequalification. SECTION — B SCOPE OF SERVICES 2.2 The CM shall assist the City in reviewing the RFB responses for construction of each project. 2.3 The CM shall attend all pre-bid meetings. 2.4 The CM shall review all addenda for effect on project and construction budget, scheduling and time for construction in addition to consistency with related provisions as specified in the RFB. 2.5 The CM shall evaluate all submittals for responsiveness, price, and alternate price when applicable to the solicitation. The CM shall make recommendations to the City concerning the acceptance or rejection of submittals. 2.6 The CM shall assist the City in the assembly, delivery, and execution of contract documents. The CM shall issue to the construction contractor, on behalf of the City, a Notice to Proceed. Phase Three: Construction and Close-Out (12 months): 3.1 The CM shall chair a kick-off preconstruction meeting with the City to discuss the proposed work plan and special concerns. It is envisioned that the meeting will include all interested parties including utility and subcontractors. 3.2 Prepare a list of items for direct purchase by the City for review and coordinate direct purchase efforts. 3.3 Review coordination of project activities and prepare reports and documents for City review and action. 3.4 n/a (General Contractor) 3.5 Provide weekly status reports to the City. 3.6 n/a (Architect/ Engineer) 3.7 n/a (General Contractor) 3.8 Conduct regular construction progress meetings with the City, Architects/Engineers, construction contractor(s), other consultants, etc., to discuss matters such as procedures, progress, problems, and scheduling. Prepare and distribute meeting agenda and minutes. 3.9 Review all inspection reports. SECTION — B SCOPE OF SERVICES 3.10 n/a (General Contractor) 3.11 In conjuction with Architect / Engineer, review and process all shop drawings, project data, samples, and other submittals. Establish and implement procedures for expediting the processing and approval. 3.12 Document all claims and maintain for account records. 3.13 n/a (General Contractor) 3.14 Review testing requirements and identify to General Contractor. 3.15 Review and analyze the construction contractor schedule on a monthly basis including activity sequences and durations, schedule of submittal and delivery for products with long lead time. 3.16 Recommend necessary or desirable changes in the construction contractor(s) scope of work. Review and evaluate construction contractor(s) request for changes. Negotiate with construction contractor(s) and submit recommendations to City supported by field date related to any additional work. If change is accepted, prepare change orders for signature and authorization by the City and maintain a change order log. 3.17 Review pay request and provide recommendation for payments. 3.18 Provide construction management file to the City. 3.19 Review contract documents, plans, and permits. 3.20 Attend field walks and construction meetings. 3.21 Monitor and enforce construction noticing requirements. 3.22 Maintain field diaries (bound or electronic) during construction including a cumulative record of quantities constructed, daily and weekly reports, working day reports, change order documentation, photographs and other documentation. 3.23 In conjunction with the Architect / Engineer, continuously monitor, evaluate, and review the construction contractor(s) work in accordance with the approved construction contract documents. 3.24 In conjunction with the Architect / Engineer, review that the construction contractor(s) work is being performed in accordance with the requirements of the contract documents. Guard the City against defects and deficiencies in the work. SECTION — B SCOPE OF SERVICES As appropriate, require inspection or testing, make recommendations to City regarding special inspection/testing of work not in accordance with the provision of the contract documents whether or not such work is fabricated, installed or completed. 3.25 Provide and maintain a digital photographic history of the project. Photo will also be taken of the following: a. Showing existing conditions prior to construction b. Disputed work items c. Work that has to be duplicated, replaced, or removed d. Completed work e. Extra work 3.26 Record the progress of the project. Provide daily observation reports. Submit written daily progress report to City, including information on construction contractor(s) and the entire project, showing percentages of completion. Keep daily logs containing a record of weather, construction contractor(s) work on site, number of workers, work accomplished, problems encountered, and other relevant data. 3.27 n/a (General Contractor) 3.28 Maintain copies of all permits needed to construct the project and monitor special requirements of each. 3.29 Provide an initial review and one re-submittal review of shop drawings and product date for conformance to the construction documents. Construction Closeout The CM will coordinate project closeout start-up and transition to operation. Activities include but are not limited to: • Assist the City in administering and coordinating final inspections. • In conjunction with the Architect / Engineer, assist the City in determining when the project or a designated portion thereof is substantially complete. Prepare for the City a summary of the status of the work of the construction contractor(s), listing changes in the previously issued certificates of substantial completion of the work, and recommending the times within which construction contractor(s) shall complete the items on their certificate of substantial completion of the work. • Calculate the amount of final payment due to construction contractor(s). SECTION — B SCOPE OF SERVICES • In conjunction with City Staff, develop process for processing contractor lien releases and certificates of insurance. • Assist City with filing the project "Notice of Completion". • Secure and transmit to City, required guarantees. • In conjunction with the Architect / Engineer, issue the notice of substantial completion and process the "Notice to Completion". • Coordinate any startup requirements. • Collect "As-Built" data from contractors or Architects/Engineers. • Make recommendation for the release of retention. END OF SECTION — B u a A o N 0 q N 0 O " E « II' m 43m.3 m 1 a, E c \ ¢ ° o N G % C j AS a p ty, E _ n o L O ap u 10 t C • d ` 0.' 8 8 8 `R a oo 8 q ; C N �\ H O 8 i 5 8 C �V q 0 'g d O N « V. A U 61 4 C t 8 .0 b C y 3 2 C C G �y a C - C �Q 2 ° 6 �gT N ~ N 7cc' N C L y 2 a E 0 ii O Ni\i DEs L �p ' aG 2 2 1o « O N t ° a 8y �� T d u d C N N N V — 8 e' C'`C� E « u IE 4 o E g C C O I : C a 2 .15 4 ~ 0 8 y 9 8 C N m ' d E O o 0 y r 5 o y u . « d .Z o ye ° 2 Ti 2 o a - v $ N « S c a c Y a a m m c c =H c80 `o Q c E € c 8 t a E g a E a g d g g ro q Q c o. $ 8 ac m i3 2. ° E i - m z E c c o o ppp c 5 m r°° m C ° « g " yq h 5 5 8 E 8 ` q as a C a _C q 5 3 C a y O .N.N. c m > > ° a 8 a 5 c E o '1 A 5 t c a L it i� « F C d ,i C d C N 1j C N C C N y N _ 8 3 0 9 m 2 o a o E a L ‘ "I y e . 8 0 a . a a s E 8+ c a y— \. k1 a .. ~ a .sC l Iy § . m N C C a C d V of 9G E c .8 a �0 g a N 5 E c o q a b I _ 1 U p� r `° yy c Q b c w E r N ~ u s `ii 'l G q & c EE �! } 8 a 3. 2r m 0� u me G � 'uM9M g 1 b q an e E L ° a & 3 c && «N dal a O t d— 3g0` � i °ci v Y G i A v > a 5 3 ` 3 �.d. N d E a q O c5 ; 2221 eta d 3 % 5 ‘, 8E 3 ° ' 8 O Z O 2 c o c aa I N Z z 1. _ C ° . 6 b q d x o c u 0 e y� d O. c 0 G _ u� V 3j ao E 2 m L" gr+ An A ' ° 3 « C a E 8dcdmg cCAo q A N E , f A a o .Eo R �'. O r° C P. C N C L d C a o c « C q d c E b 0 g L 8 _' V O g a 8 2 gp c o B ai . _� a �r _ q n V :! H rn m'c c 118.-; . 91:1 105 c d a ; n 5 o k v q o z C t O pppp ° Y`n 2 p ' 2 d ~ d d °a O\ a C C C d d C b PC o oOyr > cS� dLq' fifid' Y� 9I OLS d ° S n c a m « v a ° C . 2, a Ccm. dwig :d ai ,t2 , aa°� 8 . 8 M $ 1E *4m(5 C 5 O ° £ d a g ? U d C L C a 0 0 .0 u a d C 0a d a o xq 8 88 8 8 8 8 8 8 8 8 a us.4a7 .-t ri a n: .+ .-t Nan J u N N N N _ N N N NA N N N N O . E ` g E N g a Z . c u C a O N o d K 2 1j4 N A 0. 0 u h o t ` 2 P- q �' d ' n 01 f' O. a; .t+ = g 8 a Y z ` 2 C 5 5 °i 0 s P. 10 d C ea O a $ n o E c W as « € u T. a a \ o mv. c C4. y 3 E d w q Z .- u a an a O e p 2 Mto C o0A Y d Si ul pC C V 01 ki a A > O W 2 A L al 6 a`+ E iC r c v c E a 5 V d 4 a W m' f > 3 x 8 z u° m Tv 8 2