Loading...
HomeMy WebLinkAboutItem #04 Renovation of New Police Headquarters, Project No. B09-01 Meeting Date: April 7, 2009 Item # L.\ Contact Name: Contact Number: Stephen C. Krug 6002 Reviewed By: Department Director: City Manager: Subject: Owner Initiated Revisions to Interior Renovation of New Police Headquarters, Project No. B09-01. Background Summary: The following owner initiated revisions are required to complete the renovation project: . During contract negotiations, the City was able to reduce the contract price with Southern Building Services, Inc., by obtaining a lower quote for the security and access control portion of the project from Qualified Systems Contracting, Inc. The lower quote was based on contracting directly with the City to avoid the taxes on equipment and materials. The purpose of this owner initiated change is to remove the materials and equipment for the access control and video surveillance system per the contract negotiations and enter into a separate purchase order with Qualified Systems Contracting, Inc., to take advantage of the City's tax exempt status to acquire the materials. The City obtained the quote from Qualified Systems Contracting, Inc., following the solicitation of four contractors recommended by the Engineer performing the renovation security design. . In order to expedite the construction schedule, the City began the permitting process for the renovation concurrently with the bidding. The permitting extended beyond the bid opening date and modifications were required to the plans which also revised the final scope of work. Additional changes were required to adhere to certification requirements for the evidence room and armory. These owner directed changes reduced and added to portions of the project, with the overall effect resulting in additional work. The additional work and process of incorporating said work into the project requires and additional twenty three days of contract time. Issue: Staff requests Commission approval of the City directed revisions required for the functionality of the renovation project with Southern Building Services, Inc. Recommendations Recommend Commission approve the following: 1. Removal of the $57,516.93 for materials and equipment for the access control and video surveillance systems from the contract with Southern Building Services, Inc. 2. Issue a purchase order for the materials and equipment for the access control and video surveillance systems to Qualified Systems Contracting, Inc. for $57,516.93 in order to take advantage of the City's tax exempt status. 3. Add $16,536.31 and twenty three (23) calendar days to the contract with Southern Building Services, Inc., for owner directed additional work required for the functionality of the project. Attachments: Change Order NO.1 Qualified Systems Contracting, Inc., Cost Back-up Change Order NO.2 Financial Impact: The $57,516.93 contract savings from the deductive revision will fund the purchase order for the direct purchase of the equipment and materials removed. The $16,536.31 is funded through the budget contingency. Type of Item: (please mark with an "x'J Public Hearing Ordinance First Reading Ordinance Second Reading Resolution x Commission Approval Discussion & Direction For Clerk's DefJt Use: _ Consent Agenda _ Public Hearing _ Regular Agenda _ Original DocumenUContract Attached for Execution by City Clerk Original DocumenUContract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) N/A N/A N/A 2 _ ~!1~!!c~~ 3147 "Electronic Security Integration Specialists" November 14, 2008 FOR: Stephen C. Krug Director of Public Works Ocoee Police Headquarters 646 Ocoee Commerce Parkway Ocoee, Florida 34761 New Access Control and Video Surveillance System QTY VENDOR MODEL# DESCRIPTION UNIT TOTAL COST COST System Management & Monitoring Workstation: Dell Precision T3400 2 DELL T3400 w/ Intel Core Duo E8400 $1,412.79 $2.825.58 3 DELL 2208-FPW 22" LCD Monitor for Badging Station $341.86 $1,025.58 1 XEROX 6360N Color Laser Report Printer $1,264.53 $1,264.53 Model 200 S2 System for 32 Readers, 10 users, 32 Nodes, 1 1 S2 S2-NC-M200 Year Software Support $2,267.44 $2,267.44 1 S2 S2-IDC-M200 Identity Management for Model 200 $1,738.37 $1,738.37 Dedicated Micros DVR Integration 1 S2 S2-DVR-DM Software $290.70 $290.70 Video Camera License-Beyond (4) 7 S2 S2-DVR-CAM Provided $87.21 $610.4 7 Thermal Imaging Printer - Double 1 FARGO DTC-550 / 91855 Sided Printing, No Encoding $3,120.93 $3,120.93 Photo 10 Badging Kit wI Camera, 1 CANON ACK-800/SX100 power supply, Tripod, Backdrop $644.19 $644.19 I-Class 2K Contactless Smart Card, Printable on both sides w/ Vertical 1000 HID 2000PGGMV Slot Punch $2.87 $2,872.09 ACCESS CONTROL SYSTEM HARDWARE S2 Network Node with 8 readers, 16 1 S2 S2-NN-E8R-WM in, 16 out $2,668.60 $2,668.60 S2 Network Node with 10 readers, 1 S2 S2-NN-E10R-WM 20 in, 20 out $3,104.65 $3,104.65 Supervised Input Extension Blade, 8 1 S2 S2-INP Inputs $254.65 $254.65 Relay Controlled Output Blade, 8 1 S2 S2-0UTP Outputs $336.05 $336.05 1of6 8 POWERSON IC PS1270 Battery Back Up - 6 Hour $16.28 $130.23 2 AL TRONIX AL600ULACM Lock Power Supply $359.30 $718.60 Duress Panel Annunciator- 1 MISC TBD EXISTING $0.00 $0.00 9 HID 6110BKTOOOO R30 Square Card Reader-ICLASS $144.01 $1,296.10 R10 Mullion Mount Card Reader- 1 HID 6100BKTOOOO ICLASS $75.47 $75.47 RK40 Card Reader with Keypad- 6 HID 6130BKTOOOOOO ICLASS $277.50 $1,665.00 Locking Hardware / Automatic RolI- up Door Interface - Provided by 14 MISC TBD DHC $0.00 $0.00 Request to Exit Motion Sensor & 7 GE SECURITY RCR-REX-W Mounting Plate $63.95 $447.67 12 GE SECURITY 1078C Door Position Switch, Recessed $6.98 $83.72 Wall Mount Mushroom Duress Button, Key Reset w/ Panic 3 DORTRONICS 5211-MP23/KRxE2 Engraving $220.93 $662.79 1 MISC TBD Existing Reception Panic Button $0.00 $0.00 Booking Area Rm 102 Man Trap 1 DORTRONICS 44313-L Interlock Unit $793.02 $793.02 1 CODE BLUE CB4-R Emergency Assistance Phone $1,569.77 $1,569.77 FACILITY VIDEO SURVEILLANCE DV-IP SERVER 16 channel, HB 1 OM DVIP16-HGB HOD $5,546.51 $5,546.51 AXIS PoE Mid span Power Injector, 1 AXIS 5012-014 16 port $789.53 $789.53 IP Vandal Resist, Fixed Dome, PoE, 5 AXIS 216MFD-V 1.3 MP $839.13 $4,195.64 6 AXIS 211 M IP Camera, Fixed, PoE, 1.3 MP $740.29 $4,441.74 IP Camera Outdoor Housing and 6 AXISNI DEO ALAR ACH13HB Mount $139.42 $836.51 BACK-UP POWER/SURGE SUPPRESSION 1 APC SU1400RMXLB Workstation UPS Back-up $639.53 $639.53 Equipment Rack UPS Back-up, 1 APC SUA2200RMXL3U Rack Mt $1,625.58 $1,625.58 5 EDCO CA T6-5POE-FF IP Camera Surge Protection $40.45 $202.27 Emergency Assistance Phone Surge 1 EDCO FAS-TEL-200T Protection $31.40 $31 .40 4 EDCO FAS2018HC Card Reader Surge Protection $59.88 $239.53 INTERVIEW ROOM MONITORING SYSTEM 1 PELCO 4004CD-160 Digital Video Recorder, 160G $766.40 $766.40 2 DELL 1908FP/AS510 19" LCD Monitor w/ Sound Bar $376.74 $753.49 2 LOU ROE ASK4KIT 101 Audio Recording Kit $253.49 $506.98 2 SEC/CAM/DIR CVC1054HW2 Thermostat Covert Camera $343.02 $686.05 EQUIPMEN T: MATERIALS (cable, connectors, fittings, consumables): LABOR: SUBTOTAL: TAX: SYSTEM TOTAL: $51,727.38 $5,789.55 $22,469.43 $79,986.36 $0.00 $79,986.36 2of6 SECTION 00842 CITY OF OCOEE 150 North Lakeshore Drive Ocoee, Florida 34761 CITY OF OCOEE CHANGE ORDER NO.1 PROJECT NO.: B09-01, Interior Renovation, Police Headquarters DATE: April 7,2009 CONTRACTOR: Southern Building Services, Inc. AGREEMENT DATE: January 14,2009 The following changes are hereby made to the CONTRACT DOCUMENTS. Original CONTRACT PRICE $383.433.00 Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDER $383.433.00 Net Increase (Decrease) Resulting from this CHANGE ORDER ($57,516.93) The current CONTRACT PRICE including this CHANGE ORDER $325.916.07 ORIGINAL CONTRACT TIME: 90 Consecutive Calendar Days from Notice to Proceed Date: May 6.2009 Current CONTRACT TIME adjusted by previous CHANGE ORDERS Date: Mav 6. 2009 Net Increase Resulting from this CHANGE ORDER Days: N/A Current CONTRACT TIME Including this CHANGE ORDER Date: May 6. 2009 Project B09-0 1 842-1 CHANGES ORDERED: I. GENERAL During the contract negotiations, the taxes on materials and equipment for the access control and video surveillance systems was removed from the contract price. This change order is necessary to remove the materials and equipment for the access control and video surveillance system per the contract negotiations and enter into a separate purchase order to take advantage of the City's tax exempt status to acquire the materials. The GENERAL CONDITIONS, SUPPLEMENTARY CONDITIONS, SPECIFICATIONS and all parts of the Project Manual listed in Article I, Definitions, of the GENERAL CONDITIONS apply to and govern all work under this change order. II. REQUIRED CHANGES Remove the purchase of the new access control and video surveillance system equipment and materials from the renovation contract. III. JUSTIFICATION This reduction is required to take advantage of the City's tax exempt status per the negotiated contract. IV. NARRATIVE OF NEGOTIATIONS N/A V. PAYMENT Change Order Item No. Description Net Increase (Decrease Quantit ($51,727.38) ($5,789.55) Unit Unit Price Net Increase ( Decrease) Price ($5 1.727.38) ($5.789.55) I 2 Equipment Materials LS LS Total Net Increase (Decrease) Change Order No. ($57,516.93) VI. APPROV AL AND CHANGE AUTHORIZATION This proposed change to the Contract is to be approved by the City of Ocoee Commission. Project B09-01 842-2 Acknowledgements: The aforementioned change, and work affected thereby, is subject to all provisions of the original contract not specifically changed by this Change Order; and, It is expressly understood and agreed that the approval of the Change Order shall have no effect on the original contract other than matters expressly provided herein. CONTRACTOR acknowledges, by its execution and acceptance of this Change Order, that the adjustments in Contract Price and Time shown hereon constitute full and complete compensation and satisfaction for all costs and modifications of performance time incurred by the CONTRACTOR as a result of this Change Order. No other claim for increased costs of performance or modifications of time will be granted by the OWNER for the Work covered by this Change Order. The CONTRACTOR hereby waives and releases any further claims for cost or time against the OWNER arising from or relating to the matters or Work set forth or contemplated by this Change Order. RECOMMENDED BY: ACCEPTED BY: CITY OF OCOEE, FLORIDA By: By: Signature Signature Date: Date: Title: Title: APPROVED BY: CITY OF OCOEE, FLORIDA Owner By: Date Attest: FOR USE AND RELIANCE ONLY BY THE CITY OF OCOEE, APPROVED AS TO FORM AND LEGALITY THIS DAY OF ,20_. APPROVED BY THE CITY OF OCOEE COMMISSION IN A MEETING HELD ON ,20_ UNDER AGENDA ITEM NO. By: City Attorney END OF SECTION Project B09-01 842-3 SECTION 00842 CITY OF OCOEE 150 North Lakeshore Drive Ocoee, Florida 34761 CITY OF OCOEE CHANGE ORDER NO.2 PROJECT NO.: B09-01, Interior Renovation, Police Headquarters DATE: April 7, 2009 CONTRACTOR: Southern Building Services, Inc. AGREEMENT DATE: January 14,2009 The following changes are hereby made to the CONTRACT DOCUMENTS. Original CONTRACT PRICE $383.433.00 Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDER $325,916.07 Net Increase (Decrease) Resulting from this CHANGE ORDER $16,536.31 The current CONTRACT PRICE including this CHANGE ORDER $342.452.38 ORIGINAL CONTRACT TIME: 90 Consecutive Calendar Days from Notice to Proceed Date: May 6, 2009 Current CONTRACT TIME adjusted by previous CHANGE ORDERS Date: May 6, 2009 Net Increase Resulting from this CHANGE ORDER Days: 23 Davs Current CONTRACT TIME Including this CHANGE ORDER Date: May 29, 2009 Project B09-01 842-1 CHANGES ORDERED: I. GENERAL During the permitting process for the renovation, modifications were required to the plans which revised the scope of the work. Additionally, certification requirements for the evidence room and armory necessitated HV AC system changes. These changes reduced and added to portions of the project, with the overall effect of these owner directed changes resulting in additional work. The permitting process and additional work requires an additional twenty three (23) calendar days to the project. The GENERAL CONDITIONS, SUPPLEMENTARY CONDITIONS, SPECIFICATIONS and all parts of the Project Manual listed in Article 1, Definitions, of the GENERAL CONDITIONS apply to and govern all work under this change order. II. REQUIRED CHANGES Owner directed revisions which produced an overall increased scope of work affecting plumbing, HV AC, electrical, drywall, flooring, fixtures and contract duration. III. JUSTIFICATION This owner directed additional work is required for the functionality of the final product. IV. NARRATIVE OF NEGOTIATIONS See attached summary. V. PAYMENT Change Order Description Net Increase Unit Unit Price Net Increase Item No. (Decrease Quantit" (Decrease) Price I Additional Scope $16,536.3 I I LS $16.536.3 I of Work. Total Net Increase (Decrease) Change Order No. $16.536.31 VI. APPROV AL AND CHANGE AUTHORIZATION This proposed change to the Contract is to be approved by the City of Ocoee Commission. Project B09-0 I 842-2 Acknowledgements: The aforementioned change, and work affected thereby, is subject to all provisions of the original contract not specifically changed by this Change Order; and, It is expressly understood and agreed that the approval of the Change Order shall have no effect on the original contract other than matters expressly provided herein. CONTRACTOR acknowledges, by its execution and acceptance of this Change Order, that the adjustments in Contract Price and Time shown hereon constitute full and complete compensation and satisfaction for all costs and modifications of performance time incurred by the CONTRACTOR as a result of this Change Order. No other claim for increased costs of performance or modifications of time will be granted by the OWNER for the Work covered by this Change Order. The CONTRACTOR hereby waives and releases any further claims for cost or time against the OWNER arising from or relating to the matters or Work set forth or contemplated by this Change Order. RECOMMENDED BY: ACCEPTED BY: CITY OF OCOEE, FLORIDA By: By: Signature Signature Date: Date: Title: Title: APPROVED BY: CITY OF OCOEE, FLORIDA Owner By: Date Attest: FOR USE AND RELIANCE ONLY BY THE CITY OF OCOEE, APPROVED AS TO FORM AND LEGALITY THIS DAY OF ,20_. APPROVED BY THE CITY OF OCOEE COMMISSION IN A MEETING HELD ON ,20_ UNDER AGENDA ITEM NO. By: City Attorney END OF SECTION Project B09-0 I 842-3 Southern Building Services, Inc. Licensed General Contractor C.O.1.3 Established 1998 Subs Partin Plumbing Ewing's DL Flooring Florida Drywall Control Electric Control Electric Smith & Wasset Kaye Acoustics In addition to Base Bid In addition to Base Bid In addition to Base Bid In addition to Base Bid In addition to Base Bid In addition to Base Bid In addition to Base Bid In addition to Base Bid AS11-2 AS11-2 ASI 1-2 Room 131 AS11-2 Room 131 AS11-2 ASI3 Sub-Total Sub-Total SBS Self Perform Addition slab removal 40sf Dumpster Additional weight Supervision Additional two weeks $1,200.00 a week SBS would like our schedule extended for the additional time it will take to finish the additional scope of work. We would like our contract extended a total of 23 days. This includes the time we waited for a permit. Our new finish date will be May 27, 2009 Sub Total 15.00% Sub-Total $1,200.00 $2,700.00 $5,300.00 $300.00 3x3 Hard ceiling $750.00 $260.00 One Can light $919.40 $0.00 $11,429.40 $11,429.40 $11,429.40 $550.00 $0.00 $2,400.00 $2,950.00 $2,156.91 $5,106.91 $16,536.31 $16,536.31 Sub-Total $16,536.31 $16,536.31 $0.00 Total $16,536.31 $16,536.31 Credits Credit COP Total $16,536.31 1165 E. PLANT STREET STE. 9" WINTER GARDEN, FL 34787 .. PH 407-877-1108" FAX 407-877-7188