Loading...
Emergency Item - Approval of City Action to Undertake Part of the Work for Bid No. B13-03, Community Center Replacement000 florido AGENDA ITEM COVER SHEET Meeting Date: June 17, 2014 Item # Emergency Reviewed By: Contact Name: Al Butler, Support Services Department Director: Contact Number: 407 - 905 -3100, ext. 1543 City Manager: Subject: Approval of City action to undertake part of the work for Bid No. 8T5 Community Center Replacement (Lakeshore Center), which was awarded to C &D Construction, Inc. (Cocoa, FL), and to authorize staff to make reliability changes to the facility's lighting control systems. (District 2 — Wilsen) Background Summary: The City Commission awarded Bid No. B13 -03 to C & D Construction, Inc., for replacement of the Community Center at a total price of $2,165,000.00 and modified the project budget to cover the construction contract plus a 5% contingency allowance, bringing the total construction phase budget to $2,273,250. The current contract price is $2,175,098.20. Section 00710 of the Project Manual contains the general conditions of the work. Paragraph 6.06 says the City may reject the employment of any subcontractor for a number of reasons, including unacceptable work. On June 5, city staff notified the contractor and their audiovisual subcontractor, Millennium Fire & Security, that their work was not acceptable and that their services would be terminated under this provision of the Contract. Paragraph 13.05 says the City may stop the work when unacceptable materials or services have been discovered. Paragraph 13.08 says the City may accept defective work in the interest of moving the project forward. Paragraph 13.09 says the City may correct the work and propose a change order to the Contractor for the Owner to assume responsibility for correcting the defective work. Under these provisions of the Contract, the cost of those portions of the work that are acceptable has been paid to the contractor; additional equipment purchased by the subcontractor will be purchased at its cost by the City. The remaining equipment and installation work is proposed to be acquired from Infinity AV & Security, which is the company that previously completed similar work at the Ison Center is already working on other elements of the Lakeshore Center. The total cost of completing the audiovisual system installation is $29,011.89, with $7,212.10 going to Millennium and $21,799.79 to Infinity. One component that has been rejected will be returned to Millennium. Under the terms of the Contract, the Contract Price should be reduced by an amount equal to the cost of correction. As a separate matter, staff is exploring the desirability of adding a manual override mechanism for the Lakeshore Center's computer -based lighting control system. The control system was inoperable due to a computer failure during a recent rental event. Staff is working with the design engineer, the electrical subcontractor, and the equipment's manufacturer to look into the provision of a manual override system that will allow lighting control system operation should the computer -based system fail. 1 Issue: Should the City Commission approve staff's actions to undertake completion of the audiovisual system and authorize the possible addition of a manual lighting control system backup to the list of approved changes to the work? Recommendations Staff recommends that the City Commission endorse its termination of the original audiovisual subcontractor, Millennium Fire & Security, and authorize the hiring of Infinity AV & Security to complete the work. C &D Construction would not be responsible for any of the equipment or work provided by Infinity. Separate purchase orders will be issued to Millennium to purchase new equipment that had previously acquired but not installed and to Infinity to purchase the remaining equipment needed and to complete the installation and configuration of all audiovisual components. The City will separately pay $908.19 for Infinity to connect the Meeting Room to the main AV system through the wiring previously installed by Millennium, as this work represents an expansion of the project's scope. To fund the work of completing the audiovisual system, staff requests authority to reduce the Contract Price by up to the full value of the costs to the City for performing the work. To the extent necessary for a final settlement acceptable to the parties, staff recommends that it have the ability to negotiate a final distribution of the costs to complete the audiovisual system among the parties so as to avoid the risk of future litigation. Staff also recommends that the City Commission expand the scope of previously approve changes to the work to include the possible addition of a manual override to the lighting control system with no increase in project budget. Attachments: None. Financial Impact: The recommended changes have no net financial impact on the city. The city retained $108,754.91 (5 %) from the amount owed to the Contractor pending final completion of the project. . Funds needed to complete the audiovisual system and to provide a backup lighting control system would be taken from the previously approved project budget. Type of Item: (please mark with an 'Y) Public Hearing For Clerk's Dent Use: Ordinance First Reading Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion & Direction Original Document/Contract Attached for Execution by City Clerk Reviewed by City Attorney N/A Reviewed by Finance Dept. ., N/A 2