Loading...
HomeMy WebLinkAbout4.03 Security System Accpt ProjG~~~ OF DU~~~ /~~~~\ i9~(~1=; _i,~~~ 2 ~~. ~~, ~ ~~6/FOR~~~ STAFF REPORT r ~C 1 T Y C L E R K DUBLIN CITY COUNCIL File #^~DO D^-3^~ DATE: May 17, 2011 TO: Honorable Mayor and City Counciimembers FROM: Joni Pattillo, City Manager SUBJEC . Project Acceptance and Final Change Order - Civic Center Security System Project Prepared By: Herma Lichtenstein, Parks & Facilities Development Manager EXECUTIVE SUMMARY: Staff is seeking approval of a final Change Order and acceptance of the Civic Center Security System project. FINANCIAL IMPACT: The adopted Capital Improvement Program (CIP) includes Project #930006 Civic Center Modification Design Services & Construction. In Fiscal Year 2010-2011 $453,388 was appropriated for this project. On October 19, 2010 the award of bid to Walsh Electronic System Technology (Westcorp). including a 10% contingency, was projected to result in total improvement costs of $209,128. The final contract costs, including all change orders, is $211,150. The City Council is requested to approve the Final Costs.which exceed the amount presented at the time of the bid award by $2,022. Adequate funding is available in the approved project budget. RECOMMENDATION: Staff recommends that the City Council: 1) adopt the resolution accepting improvements to the Civic Center Security System; and 2) approve Change Order #2. ~ ~" Submitted by: Parks and Community Services Director R Reviewed by: Administrative Services Director _ ~~ Reviewed by: Assistant City Manager Page 1 of 2 ITEM NO. •.'~ DESCRIPTION: At its meeting of October 19, 2010, the City Council awarded the Civic Center Security System project to Walsh Electronic System Technology (Westcorp). The project is complete and ready for final acceptance. During the course of the work, a prior Change Order #1, was approved by the City Manager, as the amount was within the limits of the City's Purchasing Ordinance. In addition, the project incurred costs above the contingency amount as a result of hardware replacement that was unanticipated during design. The replacement includes a specialty lock for the evidence area, new emergency exit hardware for five civic center doors and low voltage electrical upgrades for the exterior evidence buildings. The total cost for these items is $12,959. The increased amount exceeds the 10% contingency amount by $2,022. As this amount is in excess of the City Manager's authorization under the City's Purchasing Ordinance, Staff is seeking City Council approval for the Change Order #2 (Attachment 1). NOTICING REQUIREMENTS/PUBLIC OUTREACH: The project Notice of Completion will be filed with the Alameda County Assessors office upon final acceptance. ~ ATTACHMENTS: 1. Change Order #2 2. Resolution Accepting Improvements to Civic Center Security System Page 2 of 2 ~y OF D~~~ ~ ~/ /!~ ~~~ \\\ ~`\~ ~,s ~'/~ CITY OF DUBLIN ~. 100 CIV[C PLAZA, DUBLIN, CALIFORI~IA 94568 +(925) 833-6630 +(925) 829-9248 FAX ~'~tiv?~~o CON'I'~2ACT CH~'G~ O~E121V0. 02 CIP # 1Q-06 PAGE 1 OF 1 PROJECT: Civic Center Security System. AGREEMENT DATEID October 19, 2010 TO: Walsh Electronic System Technology ( West Corp.) between Walsh Electronic System Technology ( West,Corp.) and the City of Dublin You are hereby directed to make the herein described changes from the scope of services or do the following described work not included in the scope of services of this contract. The description of work to be done, estimate of quantities, and prices to be paid are complete, accurate and segregate between additional work at contract price, agreed pnce and force account. Unless otherwise stated, iates for rental of equipment cover only such time as equipment is actually used and no allowance will be made #~or idle time. NOTE: This change order is not effective until approved by the City Manager Change requested by: The City of Dublin The last percenta~e shown is the net accumulated increase or decrease from the ori~inal fee in the A~eement. 1. Closeout Change Order and Hardware Upgrades Extension of time: 0 Work D COST INCREASE: $12,959 SUBMITTED BY: APP VAL CO ENDED BY APPROVED BY ~ ~ f~~.r~. S /o ~~ ~ Z• 8`• l ~-° S 7// a Lichtenstein Date Husingh ate J ni Pattillo IJ te Parks & Facilities Develop. Manager ublic Works Director City Manager We, the undersigned contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and .will accept as full payment therefore the piices shown above. Accepte , te: ~ . ~b _ ~ By: a~ Contractor: Walsh Electronic System Technology Project Manager: Dan Walsh I, the undersigned contractor declare under penalty of perjury under the laws of the State of California, and do personally certify and attest t~iat: I have thoroughly reviewed the attached request for change order and know its contents, and said request for change order is made in good faith; that it is supported by h~uthful and accurate data; that the amount requested and the additional time requested accurately reflects the allowable expenses that would be incurred, and the time necessary, to perform tl~e change order; and further, that I am familiar with Califomia Penal Code section 72 and California Govemment Code section 12650, et seq., pertaining to false clauns, and further lrnow and understand.that subnussion or certification of a false claim may lead to fines, imprisonment, or other severe legal consequences. If the Contractor does not sign acceptance of this order, his/her attention is directed to the requirements of the specifications as to proceeding'with the ordered work and filing a written protest within the time therein specified , ~ ~ / 7-!~ ~,~ ATTACHMENT 1 CITY ~F DUBLIN n EXHIBIT "A" CHANGE ORDER FORM a~o 7 DATE: 2/10/2010 PROJECT NAME: Civic Center 5ecurity System CIP #: 930006 CONTRACT NO. 10-06 CHANGE ORDER NO. 2 PERCENT COMPLETE: 72% CONTRACTOR: Walsh Electronic System Technology (West Corp) CONTRACT AMOUNT: $190,116 C.O. AS °/u OF CONTRACT: 11% ADJUSTED CONTRACT AMOUNT: $211,150 Original Contract Work Days 120 Added Contract Work Days 0 ADJUSTED CONTRACT WORK DAYS: 120 CONTRACT CHANGE ORDERS: AMOUNT CHANGE ORDER #01 . Requested Upgrades and Changes to system per kick off ineeting $8,075.00 CHANGE ORDER #02 Closeout Change Order / Hardware Upgrades $12,959.~0 CHANGE ORDER #03 CHANGE ORDER #04 ~ CHANGE ORDER #05 - CHANGE ORDER #06 CHANGE ORDER #07 CHANGE ORDER #08 CHANGE ORDER #09 CHANGE ORDER #10 - TOTAL OF ALL CHANGE ORDERS: PROGRESS PAYMENTS MADE: PAYMENT #01 . PAYMENT #02 PAYMENT #03 PAYMENT #04 PAYMENT #05 PAYMENT #06 PAYMENT #07 . PAYMENT #OS PAYM E NT #09 PAYMENT #10 PAYMENT #11 'PAYMENT #12 PAYMENT #13 PAYMENT #14 PAYMENT #15 PAYMENT #16 PAYMENT #17 PAYMENT #18 PAYMENT #19 . PAYMENT #20 TOTAL ACTUAL PAYMENTS: ADJUSTED TOTAL CONTRACT: .. REMAINING BALANCE ON CONTRACT: $ 21,034 74,885 76,889 151,774 211,150 59,376 CITY OF Dl1BLfIV . EXHIBIT "A" CHANGE ORDER FORM DATE: , PROJECT NAME: CIP #: ' CONTRACT NO. CHANGE ORDER NO. PERCENT COMPLETE: CONTRACTOR: ` CONTRACTAMOUNT: C.O. AS °/a OF CONTRACT: 2/10/2010 Civic Center Security System 930006 " ". 10-06 ~ 2 72% Walsh Electronic System Technology (West Corp) $190,116 11% _ Upon execution by representatives authorized to bind the parties, this Change Order will become a part of the contract. The consideration specified in this Change Order (whether an adjustment of the contract price, an adjustment of time, and/or other consideration) is the full and sole compensation owed to the.contractor as a result of the changes and issues desc~ibed in this Change Order. Such consideration includes, but is not limited to, any and all direct and indirect costs incurred by the contractor as a result of the changes and issues described in this Chenge Orderfor any labor, equipment, materials, overhead (additional, extended, field and home o~ce); profit, or time adjustments. By signing this Change Order the contractor waives and releases the owner from any and all claims for.atiditional compensation conceming any of the changes and issues specified in this Ghange Order. The undersigned,being the (Titie) of the Contractor, by signing this Change Order declares under penalty of perjury under the laws of the State of Califomia, and does personallycertify and attest that: the undersigned has thoroughly reviewed the attached request for change order and knows its contents, and said request for change order is made in good faith; that it is supported by truthful and accurate data; that the amount requestedand the additional time requestedaccuratelyreflect the alloweble expenses that would be incurred, and the time necessary, to perform the change order; and further, that the undersigned is familiar with Califomia Penal Code Section 72 and Califomia GovemmentCode Section 12650 et seq., pertaining to false claims, and further knows and understandsthat the submission or certificationof a false claim may lead to fines, imprisonment, or other severe leaal consequences. . SIGNATURE: 30~ ~ S isin Head ~~~ . Ci Manag~`~ Mayor RECOMMENDATION: ~ APPROVED APPROVED APPROVED DENIED - DENIED DENIED 4 "[ 0 ~ C VUalsh Electronics Systems Technology PO Box 414 Cayucos Ca. 93430 (805) 772 2863(925) 672-9378 Fax (805) 772-2893 C-10 / C-7 License 698080 • Alarm License ACO 3898 Date: January 21, 2011 To: Herma Lichtenstein From: Dan Walsh Re: Lock hardware Dublin Door Existing Hardware C1 .01 AR Lever non ADA C1 .02 AR Lever non ADA C1. 03 VD CB vert rods C1. 04A VD CB vert rods C1. 06 VD CB rim Cable & relay interface board Labor: Electric hardware Cost Est. AR Rim crash Bar $686.00 AR Rim crash Bar $686.00 AR Rim crash Bar $686.00 Dual mag lock & SW $1,303.00 Electric Strike $571.00 $250.00 Total: $9,787.00 $5,605.00 There are 2 doors that do not have automatic locking hardware C1.07 and C1.05. The client needs to have the dampers / closers for the door ad}usted. I am in the office call if you need anything. Thanks Dan ~D-~ ( ~ ° ~ Walsh Electronics Systems Technology ~ r. '~~ PO Box 414 Cayucos Ca. 93430 :f ,.. ' ~ ' ' (805) 772 2863(925) 672-9378 Fax (805) C~RP~RATI4N 772-2893 S C-10 License 698080 • Alarm License ACO 3898 Date: January 17, 2011 To: Herma Lichtenstein From: Dan Walsh Re: Civic Center Security System Project Evidence Locker poor Hardware Herma, the electric strike Installed per the specification on the evidence locker door will not work with the existing door hardware. Unfortunately this was noted after the strike was installed. Per my lock contractor the existing lock hardware is no longer manufactured. The existing hardware will need to be replaced so that it works with the security system. The hardware is detention grade hardware and I am assuming that you want to maintain that rating, if that is not the case please let me know. 1 Folger Adams lock set $2,100.00 Labor $315.00 Tax $255.00 Total: $2,670.00 Per my lock contractor these particular types of locks are only manufactured two times a year. If we are going to go ahead with the change we need to start looking for the replacement ASAP. c~~ ~ We looked into possibly modifying the lock or changing the strike but neither was a viable solution. Give me a call and I can go over this with you. Thanks dan RESOLUTION NO. -11 ~~ ~ ~ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN *********** ACCEPTING IMPROVEMENTS TO CIVIC CENTER SECURITY SYSTEM WHEREAS, Walsh Electronics Systems Technology, Corporation (Westcorp) entered into a contract with the City of Dublin to complete the installation of Civic Center Security System in accordance with plans and specifications on file with the City Engineer; and WHEREAS, said improvements are complete in accordance with said plans and specifications, and any approved modifications thereof, to the satisfaction of said City Engineer of the City of Dublin; and WHEREAS, Upon final completion, the original performance bond security requirement can be reduced, in accordance with the authority contained in Section 66499.7 of the Government Code of the State of California, to an amount found necessary to guarantee ~ maintenance of the completed work for the aforesaid one-year period. NOW, THEREFORE, the City Council of the City of Dublin does RESOLVE: the said original performance bond in the amount of $190,116 posted in connection with the work involved in the installation of said work is hereby released upon acceptance of said maintenance bond. ~ PASSED, APPROVED AND ADOPTED this 17th day of May, 2011, by the following vote: AYES: NOES: ABSENT: ABSTAIN: ATTEST: City Clerk Mayor ATTACHMENT 2