Loading...
HomeMy WebLinkAboutPK13-200 - Change Order - #1 - RFI Communications & Security Systems - Upgrade Honeywell PW-6000 Access Panels - 12/24/2013 � 4friy�z�iuiS�^sri+�l � a Y aak� r ARecords Ma n geume#a��`�yF�4�ff KENTTII � Document �M1'vxl Eno CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: RFI Communications Vendor Number: JD Edwards Number ��gg l� Contract Number: Y� '!,� A/�&~ This is assigned by City Clerk's Office Project Name: Upgrade Honeywell PW-6000 Access Panels-PD, Shops, CH Annexl Description: ❑ Interlocal Agreement ® Chaqge Order ❑ Amendment ® Contract ❑ Other: Crl ®e ordtr NO. 1 Contract Effective Date: 10/14/13 Termination Date: 01/16/14 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment I Contract Manager: Nancy Clary Department: Facilities Management Detail: (i.e. address, location, parcel number, tax id, etc.): Change Order in the amount of $1316.66 ($1202.43 + 114.23 Tax) to install and program (1) PW6KIIC controller at PW Shops. Extend contract date out 30 calendar days to January 16, 2014 to accommodate additional work. S:Pub lic\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 KENT Wg3HINOi ON CHANGE ORDER NO. # 1 NAME OF CONTRACTOR: RFI Communications & Security Systems ("Contractor") CONTRACT NAME & PROJECT NUMBER: Honeywell PW-6-000 Access Panel Installations ORIGINAL CONTRACT DATE: October 16, 2013 This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1, Section I of the Agreement, entitled "Description of Work," is hereby modified .to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior 'Amendmerrts, Contractor shall 'provide all labor, materials, and equipment necessary to: RFI will provide, install and program (1) PW6KIIC controller at Public, Works Shops to accommodate the SNET readers at the SW gate in accordance *with" Proposal No. 32-86-DIIS1 Rev.1 CO#1, which is . attached as Exhibit A. 2, The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, $32,936.01 (including applicable alternates and WSST) Net Change by Previous Change Orders $N/A (incl. applicable WSST) Current Contract Amount .$32,936.01 (incl. 'Previous Change Orders) Current Change Order $1202.43 Applicable WSST Tax on this Change $114.23 Order Revised Contract Sum $34,252.67 CHANGE ORDER - 1 OF 3 Original Time for Completion 12/16/2013 (insert date) Revised Time for Completion under N/A prior Change Orders (insert date) Days Required (f) for this Change 30 calendar days Order Revised Time for Completion 01/16/2014 (insert date) In accordance- with Sections 1-04.4 and 1-04.5 of the Kent"and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration,: onslte or home office overhead, or lost profits, This Change,Order, unless otherwise provided, does not relieve the Contractor from strict •com,p►lance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if.any), and.this Change Order shall be deemed to have applied, The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. I 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: (signature) si.g Lure)• Print Name: Brian Lund Print Nam e ! l°%� , ll Its Senior Vice President Its �D��I�I 6S A (title) (title DATE: December 18, 2013 DATE: ,_�,__gq_ D13 F , , F 1 CHANGE ORDER - 2 OF 3 APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department [In this Field,you may enter the eIectronlc hleVath where the contma has been saved] �I i i I 1 t 1 1 CHANGE ORDER 3 OF 3 EXHIBIT A Communications & Security Systems (253) 981-6100 RFA9 19717 62nd Avenue South, Suite F103 Kent, WA 98032 WA Contractor's License RFIC08*990MC December 6, 2013 Alex Ackley- Facilities Superintendent Parks, Recreation and Community Services City of Kent 400 West Gowe Kent,WA 98032 Subject: City of Kent- Police Bldg, Access Control System upgrade Reference: RFI Proposal No. 32.86-D1151 Rev.1 CO##1 Dear Alex Ackley: RFI Communications & Security Systems (RFI) is pleased to have the opportunity to submit our quote on this project for your review and consideration. We have included the scope of work, schedule of values, pricing summary, and section covering payment terms and conditions. Our proposal is representative of the necessary skills and future responsibilities to effectively serve you with the highest regard to quality in products and installation workmanship. SCOPE OF WORK Base Bid—Public Works Panel Addition RFI will provide, Install and program (1) PW6K11C controller at public works to accommodate the SNET readers at the SW gate. Base Bid Total (Excluding tax)..............................................................................................................................$1,202.43 PAYMENT Upon Contract Award, lump sum or fixed price contracts will be billed 20% of the total contract price for engineering and mobilization. Projects exceeding one calendar month will be billed for work completed during each month (progressive billing). Progressive Billing will include invoicing for engineering, labor, and/or programming prior to on-site installation and material stored at RFI. Payment is due 30 days from the date of invoice. Customer agrees to pay each invoice when due. In addition to all other rights and remedies available. RFI shall have the option to withhold any further shipments of material and/or the provision of any service, including but not limited to Technlcal-Assistance, until Customer's account is paid in full. Further, in the event payment is not received according to terms, RFI may at its discretion, assess interest at the maximum rate allowed by law. Customer also agrees to pay reasonable attorney's fees or agency commissions sustained by RFI in pursuit of payment. Any alteration or deviation from the above specifications involving extra cost will be made only upon written agreement and will become an extra charge over and above the estimate. All prices are valid for thirty(30) days. TERMS II All prices are valid for thirty (30) days. If for any reason of unrest or any other reason RFI Is of the opinion that performance under this offer may jeopardize the safety of its employees or agents, or cause unreasonable harm, RFI may withdraw this offer without penalty. This offer is contingent on satisfactory review of credit application and references. RFI reserves the right to deny, revoke or modify any credit at its sole discretion. s I City of Kent-Police Bldg.Access Control System upgrade RFI Proposal#32.86•D1161 Rev.1 C0#1 Date December 6,2013 Page 2 of 4 CLARIFICATIONS 1• This proposal document and any files attached or transmitted with It are confidential and intended solely for the use of the individual or entity tawhich they are addressed. This message contains confidential information and is intended only for the individual named. The individual or entity shall not use the information content in this document in order to solicit, promote or otherwise commercialize any services such as request for bids, request for proposals, and/or consulting services that has not been expressly approved in writing by RFI in advance. 2. All work shall be performed during normal business hours (7:00 am to 4:00 pm) and normal working conditions. 3. RFI shall provide qualified supervisory labor at the job site. Idle time incurred by RFI employees due to absence of required escorts, clearances, inability to enter the workspace, or other factors beyond our control, shall be considered a change to the contract. 4. Customer shall provide access to all areas, including escorted areas such as computer, telephone, equipment and fabrication rooms. 5. RFI assumes no responsibility for any items supplied by others, All devices and existing equipment is assumed to be operational, if for any reason, RFI has to service any existing or owner supplied equipment, it shall be done.on a time and material basis and is not Included in this scope of work. 6• All existing field devices and cabling (i.e. card readers, locks, coax to RS-485 converters) will be reutilized. 7. RFI assumes the existing Access Control software Is ProWatch Version 3.81 or later. EXCLUSIONS • Cutting, patching, painting • Handling of hazardous materials • Hidden conditions • Overtime and/or shift premium • All conduit, trenching, and/or cores • Warranty on existing parts and parts provided and installed by others • Replacement of existing parts found defective and/or not functionally working • Software/Reader Licenses (Existing) i City of Kent-Police Bldg.Access Control System upgrade RFI Proposal#32-66-D1151 Rev.1 C0#1 Date December 6, 2013 Page 3 of 4 WARRANTY All equipment Installed shall be warranted for one (1) year from the date of completion. All labor shall be warranted for ninety (90) days from the date of completion. This does not include ordinary wear and tear and/or unusual abuse or neglect. Warranty is contingent•upowthlaproper,use and maintenance of the equipment and/or any cabling system provided or installed by RFI. All repairs or adjustments that are or maybecome necessary under the warranty provisions shall be performed only by an authorized representative of RFI. Any repairs, adjustments, or interconnections performed by Customer or at the Customer's request by anyone other than an authorized representative of RFI shall VOID ALL WARRANTIES contained herein. i If applicable, RFI will install the Claris360TP remote system management agent onto your system at no additional charge for a period of 90 days from the date.,of installation. The C1aris360TM agent will allow us.to evaluate.the.,overall performance of your equipment, provide recommended Windows OS patches and provide remote support/recommendation as necessary. Note: To take advantage of the Claris360TM agent, we will require an additional outbound network connection. Thank you for the opportunity to submit this proposal. We look forward to building a trusted, long term business relationship. If you have any questions regarding this proposal or any other matter, please feel free to contact me directly at (253) 981-0084 via fax at (253) 981.9996 or via email at Isimoson aDrfi.com Ii Attached are the Terms and Conditions identified as Exhibit A for the proposal stated above. If you accept the foregoing . proposal and agree to the Exhibit A Terms and Conditions, please sign below and the space provided on Exhibit A. The Customer may not assign this agreement to another party without the prior written consent of RFI Communications & Security Systems, Acceptance of Proposal PO#: The above prices,specifications and conditions are satisfactory and are hereby PO The above proposal#32-86-Dl 151'Rev.1'"CO#1 submitted by: accepted, RF1 Communications & Securlty Systems Customer: City of Kent `----'�_- December 6, 2013 Authorized Signature Date Authorized Signature Date Jason Simpson Project Manager Print Name Title Print Name Title Proposal(03/10) i� I City of Kent-Police Bldg,Access Control System upgrade RFI Proposal#32-66-Dl 151 Rev.1 C0#1 Dale December 6,2013 Page 4 of 4 Exhibit A TERMS AND CONDITIONS RFI shall provide a certificate of insurance, naming Contractor/Customer and Owner as additional insured with the following limits: • General Liability $1,000,000 each occurrence $2.000,000 general aggregate • Automobile $1,000,000 combined single limit - • Excess Liability $5,000.000 each occurrence,aggregate • Workers Camp Statutory limits All insurance coverage shall be In the amounts stated above and remain in effect for the duration of the project. RFI's insurance shall be provided by carriers •who^have an-A.M. Best's Rating of B+ or better. Certificates shall contain a cancellation clause giving Contractor/Customer thirty(30)days written notice prior to termination,cancellation or reduction of any of the above listed Insurance coverage. If any additional limits of liability are required, Contractor/Customer shall accept all payment obligations arising out of or in any way resulting from the implementation of higher limits of liability. I Should Payment and Performance Bonds be required, Contractor/Customer shall accept all payment obligations arising out of or in any way resulting from execution of bond. It is understood and agreed that RFI shall not be held liable for any loss, damage or delays occasioned by fire, strikes or material stolen after delivery to premises, lockouts, acts of God, or the public enemy, accidents, boycotts, material shortages, disturbed labor conditions, delayed delivery of materials from suppliers, force majeure, inclement weather, floods, freight embargos, causes incident to national emergencies,war, or other causes beyond our control. RFI shall indemnify, defend, and hold harmless Customer and Its directors, officers and employees from and against any and all claims made or threatened by any third party and all related losses, expenses, damages, costs and liabilities, including reasonable attorneys' fees and expenses incurred In investigation or defense("Damages"),to the extent such Damages arise out of or relate to the following: (a)any negligent act or omission or willful misconduct by RFI, Its employees or any subcontractor engaged by RFI In the performance of RFI's obligations under this Agreement;or(b)any breach in a representation,covenant or obligation of RFI contained in this Agreement. In the event the Customer cancels any order resulting from this proposal, he shall be liable to RFI for an amount up to twenty (20) percehl of the value of the order. This amount shall be construed as LIQUIDATED DAMAGES representing an approximation of all administrative, engineering, and other costs incurred by RFI in reliance upon the ordbr; not as a penally. RFI's rights under this clause shall be in addition to all other rights and remedies available to it in law or equity, and shall not be construed as to limit RFI's damages in any way recoverable as a result of Customer's breach. The validity, interpretation, and performance of(his Agreement will be controlled by and construed exclusively under the laws of the State of California, the state in which this Agreement is being executed, excluding Its conflict of law provisions. All claims,disputes and other matters in question shall be decided in Santa Clara County,Superior Court. The parties hereby stipulate that jurisdiction and venue for any such dispute is proper in Santa Clara County Superior Court. In any dispute between Customer and RFI, the prevailing party shall be awarded its reasonable attorney fees and other expenses Including but not limited to expert witness fees. Acceptance of Proposal PO#: The above prices,specifications and conditions are satisfactory and are hereby PO# The above proposal# 32.86-D1161 Rev.1 CO#1 submitted by: I accepted. RFI Communications Security Systems Customer: City of Kent -� December 6,2013 Authorized Signature Date Authorized Signature Date Jason Simpson Project Manager Print Name Title Print Name Title Proposal Terms-Exhibit A-Nan-U(02/12) t