Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-2023-038 Approving Change Order 16 with Crossland Construction
RESOLUTION NO. R-2023-038 A RESOLUTION APPROVING CHANGE ORDER 16 TO THE AGREEMENT WITH CROSSLAND CONSTRUCTION COMPANY, INC. FOR ADDITIONS & RENOVATIONS RIVERSIDE PUBLIC SAFETY RESULTING IN A REVISED CONTRACT AMOUNT OF $4,935,099.87 FOR SUCH PURPOSES WHEREAS, the City of Riverside ("City") issued an Invitation to Bid for the Additions & Renovations Riverside Public Safety (Project No. 537-086) ("Project") which was awarded to Crossland Construction Company, Inc. ("Crossland") pursuant to Resolution R-2022-038; and WHEREAS, the Board of Aldermen finds that it is in the best interest of the City to approve Change Order 16 to the agreement with Crossland, resulting in a total revised contract amount not to exceed $4,935,099.87. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE CITY OF RIVERSIDE, MISSOURI, AS FOLLOWS: THAT Change Order 16 to the Agreement between the City and Crossland, a copy of which is attached hereto and incorporated herein, is approved and the Mayor is authorized to execute the same on behalf of the City. The resulting revised total contract amount shall not exceed $4,935,099.87. FURTHER THAT the Mayor, City Administrator and all other required city officials are authorized to take such other actions and/or execute and deliver for and on behalf of the City all certificates, instruments, agreements and other documents as may be deemed necessary or convenient to carry out and comply with the intent of this Resolution. PASSED AND ADOPTED by the Board of Aldermen of the City of Riverside, Missouri, the 215t day of March 2023. rP A�-; j� �i i„ Rose,• AT -TEST: = . r Rob.in:Kinca.i , City Clerk i @11tAIA Document G701 - 2017 Change Order PROJECT: (Name and address) Additions & Renovation Riverside Public Safety 2990 NW Vivion Rd. Riverside, MO 64150 OWNER: (Name and address) City of Riverside 2950 NW Vivion Road Riverside, MO 64150 CONTRACT INFORMATION: Contract For: General Construction Date: May 16, 2022 Notice to Proceed: July 11, 2022 ARCHITECT: (Name and address) WSKF, Inc. 110 Armour Road North Kansas City, MO 64116 CHANGE ORDER INFORMATION: Change Order Number: 016 Date: March 20, 2023 CONTRACTOR: (Name and address) Crossland Construction Company, Inc. 833 S. East Avenue Columbus, KS 66725 THE CONTRACT IS CHANGED AS FOLLOWS: (Insert a detailed description of the change and, if applicable, attach or reference speck exhibits. Also include agreed upon adjustments attributable to executed Construction Change Directives) 1. Per PC00057 dated 3/14/23, the cost to add the volume control and speaker in Captain #2. Cost includes changed lighting controls in A103 per PR035. $3,774.33 - Increased Cost 2. Per PC00058 dated 3/6/23, the cost to replace the bulbs with LED bulbs in the existing Display Case can lights rather than installing the new lights per plan. $1,542.27 - Decreased Cost 3. Per PC00059 dated 3/10/23, the cost to have Wachter perform a continuity test on the lightning protection system and remove the cost for the two certifications. $2,144.27 - Decreased Cost 4. Per PC00060 dated 3/10/23, the cost to add fire alarm covers on pull stations and devices in the basement. $1,791.22 - Increased Cost 5. Per PC00061 dated 3/10/23, the cost to replace the device not shown in the drug storage closet as directed by the fire marshal onsite. $707.62 - Increased Cost 6. Per PC00062 dated 3/14/23, the cost for relocating the lights to the new locations determined by RFI 57. $984.93 - Increased Cost 7. Per PC00063 dated 3/14/23, the cost for additional dimming in Dispatch lighting per PR042. $2,067.33 - Increased Cost 8. Per PC00064 dated 3/14/23, the cost to add the dual input Monitor Module in the IT room not shown on the plans. $710.74 - Increased Cost 9. Per PC00065 dated 3/14/23, the cost for Keller to add two additional duct detectors for RTU-2. $2;260.41- Increased Cost 10. Per PC00066 dated 3/15/23, the cost to add a fire extinguisher cabinet per fire marshal direction. $412.50 - Increased Cost 11. Per PC00067 dated 3/15/23, the cost for General Elevator to assist Keller Fire install new devices. $170.00 - Decreased Cost AIA Document G701 — 2017. Copyright © 1979, 1987, 2000, 2001 and 2017. All rights reserved. 'The American Institute of Architects; 'American Institute of Architects; 'AIA; the AIA Logo, and "AIA Contract Documents' are trademarks of The American Institute of Architects. This document was produced at 12:58:30 ET on 03/20/2023 under Order No.4104237064 which expires on 10119/2023, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. User Notes: (3B9ADA3A) $8,852.54 - Total Increased Cost for Change Order No. Sixteen. The original Contract Sum was $ 4,717,000.00 The net change by previously authorized Change Orders $ 209,247.33 The Contract Sum prior to this Change Order was $ 4,926,247.33 The Contract Sum will be increased by this Change Order in the amount of $ 8,852.54 The new Contract Sum including this Change Order will be $ 4,935,099.87 The Contract Time will be unchanged by Zero (0) days. The new date of Substantial Completion will be April 3, 2023 NOTE: This Change Order does not include adjustments to the Contract Sum or Guaranteed Maximum Price, or the Contract Time, that have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor, in which case a Change Order is executed to supersede the Construction Change Directive. NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER. WSKF, Inc. ARCHITECT (Firm name) �N"M Rick Kuhl;: .Lome. �.mmiz�ioeosroo SIGNATURE Crossland Construction Company, Inc. CONTRACTOR; 4Firmn Aanw) Ryan Wacker ._ SIGNATURE Ryan Wacker Project Manager Rick Kuhl, Principal ' PRINTED NAME AND TITLE PRINTED NAME AND TITLE 03/20/2023 DATE 3/23/2023 DATE Citv of Riverside 0 N R (Firm name) ftUATURE PRINTP NAME AND TITLE DATE AIA Document G701 — 2017. Copyright @ 1979, 1987, 2000 , 2001 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. This document was produced at 12:58:30 ET on 03/20/2023 under Order No.4104237064 which expires on 10/19/2023, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. User Notes: (3139ADMA) CROSSLAND CONSTRUCTION COMPANY, INC. Riverside. Public Safety Additions and Renovation - 22MO17RWZD 2990 NW Vivian Road Riverside, MO 64150 Potential Change Order Date: 3/14/2023 Number: 0057 Subject: PR035 - Added Lighting Controls and Speaker Source of Funding: Owner Contract Change Order Description Cost to add the volume control and speaker in Captain #2. Cost includes changed lighting controls in A103 per PR035. Days Requested: 0 Change Total: $3,774.33 Item Number Description Amount 01 Cost for lighting_control-changes in A1,03. _....-$2,969.60 02 _ Cost for added volume controls and speaker in Captain #2. $625.00 Profit & Overhead $179.73 Approved By: By Signature Date 22MO17RWZD Proposed Change Order -a -c -t -e - ri WACHTER, INC. 16001 W 99th St Lenexa, Kansas 66219 Client Address: Contract Name: Riverside- Crossland Construction Contract #: 1 Project Name: Riverside Public Safety Project #: 47570 Client PCO #: Work Description Electrical Sheet E1.01: 1. Training Room A103 Lighting. As noted as part of the light fixture replacement, the existing switching and control of the lights in this room is to be maintained. The existing downlights were dimmable and the same function shall be maintained for the new LED downlights. The new LED downlights are provided with 0-10V dimming drivers. Replace each of the two (2) wallbox dimmers at the northwest switchbank with new 0- 10V wallbox dimmers compatible with the 0-10V dimming drivers. Dimmers to be Legrand Radiant Collection RH4FBL3PW wallbox 0-10V dimmers with on/off control. One dimmer shall control the downlights on the north half of the room and the other dimmer shall control the downlights on the south half of the room. Provide 0-10V control wire from each dimmer to the dimming drivers in the respective downlights. Tuesday, March 14, 2023 2:52 PM 1 /3 Proposed Change Order WACHTER, INC. 16001 W 99th St Lenexa,Kansas 66219 Client Address: Itemized Description Contract Name: Riverside- Crossland Construction Contract #: 1 Project Name: 47570 Project #: Riverside Public Safety Client PCO M Description Qty Total Mat. $ Total Hours 1 /2"Conduit - FMC-Aluminum 40.000 . 39.60 . 3Abo 1/2"Connector- FMC Squeeze Malleable 4.000 3.68 0.600 #14 GrayWire THHN / T90 - Copper 200.000 24.24 1.80Q #14 PurpleWire THHN / T90 - Copper 200.000 24.24 1.800 #18 to #14Wire Connector Live Spring Twist -On - 600V 34.000, 2.31 2.040. 50W=Lamp MR16 Base Dimmable Daylight - LED 15.000 0.00 4.500 4C4114Fixture Whip w/ Standard Connectors- 1.6' Long - 15.000 317.2.5 - 6.600 GrayDimmer 0-10V / 50mA Fluorescent/LED Decorator Single Pole/Three Way 2.000 137.66 1.000 Slide w/ On -Off Paddle Switch 120-277V 2-6ang Gray Stand ardCombination Wallplate 2-Gang 1 x Toggle Switch + 1 x 2.006 10.72 0.300 Decor - Nylon 3-Gang Gray Stand ardCombin ation Wallplate 3-Gang 2 x Toggle Switch + 1 x 4.000 32.16 0.700 Decor - Nylon Totals 616.000 591.85 22.740 Tuesday, March 14, 2023 2:52 PM 2/3 Proposed Change Order WACHTER, INC. 16001 W 99th St Lenexa,Kansas 66219 Client Address: Contract Name: Riverside- Crossland Construction Contract*: 1 Project Name: 47570 Project #: Riverside Public Safety Client PCO #: Summary Extension Materials % Total Database Material 591.86 Total Extension Material Cost 591.86 Material Markup 10.00 .. 59.19, - Total Extension Material 651.05 Labor Hours Rate Sub Total % Total Field Labor Crew RATE ST 22.740 92.69 2,107.77 Total Field Labor 2,107.77 Total Labor Cost 2,107.77 Labor Markup 10.000 210.78 Total Labor 2,318.56 Sub Total 1 2,969.59 Sub Total 2 2,969.60 Total 2,969.60 Contractor Certification Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided Client Acceptance PCO #: 36 Final Amount: $ 2,969.60 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work Work Description Tuesday, March 14, 2023 2:52 PM 3/3 MMIDWEST ALARM SERVICES ll • - Crossland Construction Ryan Wacker Midwest Alarm Services 9745 Widmer Road Lenexa, KS 66215 Phone: 913-677-5771 Fax: Rep: Jace Moore Email: jace.moore@mw-as.com Riverside Public Safety -Paging - PRA QUOTE e • - AAAQ84973 02/28/23 Midwest Alarm Services is pleased to provide a quotation for this project as indicated in the following list of equipment and services: !� •- Description SD72W 8" Loudspeaker and 62-8 Baffle AT-10 Volume Control This quote includes pre -installation support to the installer to assist with proper terminations and the start up of the equipment. Midwest Alarm Services will provide system configuration, programming and -checkout and provide necessary documentation and code compliant certification. Operating instructions will also be provided to the owner. This quotation does not include system cable, conduit, device backboxes, or the installation of equipment. Project quotation does not include applicable taxes. Shipping costs are included: *This quotation is based upon plans and specifications available on the day and at the time of the bid. Any changes, advertised or not, after the bid date and time are not included in this quotation. Upon request, a quotation will be provided for the additional work for approval. *This price is guaranteed for 30 days. *Warranty is not in effect until the system is paid for. Warranty is performed only on Monday through Friday from 8 AM to 5 PM. Warranty begins on the day of the first beneficial use of the equipment. *Payment terms are: Net 30 days. Credit hold is applied at 60 days. Mechanics Liens on project are filed before 90 days. *95% payment of the balance is required to be paid before a technician can be scheduled to work on the equipment start up. *Any shortages of equipment shipped directly to the purchaser must he reported within two weeks of delivery. Midwest . Alarm Services will not be responsible for shortages of product if not reported within two weeks of receipt. *This Midwest Alarm Services quote/agreement. is not with the building owner in most cases, and as such, this quote is not an "if paid or when paid" agreement with a contractor. *For any additions to an existing system, unless clearly specified differently, it is assumed that the existing system is fully operational and working normally. Any troubleshooting orrepairs to the existing system, unless specified in the bidding documents, is not included inthis quotation. *Troubleshooting wiring errors is not included in this quote. *The equipment provided by Midwest Alarm Services shall not be used to power equipment furnished by others unless engineered as such by Midwest Alarm Services. *Midwest Alarm Services has the right to stop performing services and to withhold further delivery of materials until the customer's credit account is current. AAAQ84973 Page 1 of 2 *Any reference to alarm monitoring in this agreement is for pricing purposes only. Alarm monitoring services are performed pursuant only to the terms and conditions of the Company's standard alarm monitoring agreement. *Unless in a separate line item quoted above this quotation does not include monitoring the system. Midwest Alarm Services is not responsible for the programming and testing of the central station monitoring if a vendor other than Midwest Alarm Services is chosen. *Midwest Alarm Services cannot be held liable for manufacturing delays for equipment provided as part of this quote. *Midwest Alarm Services reserves the right to substitute alternative equipment as needed to attempt to meet project and customer deadlines. *Any additional cost associated with substituting alternative equipment or manufacturer price increases after the date of order will be negotiated with the customer. *All work performed under this agreement will be performed only during the Company's business hours of Monday through Friday from 8 AM to 5 PM unless specifically quoted as after hours work. Thank you for your consideration. Accepted Pending Submittal Approval Date Print Name Signature Hold For Release Release Immediately Total: $625.00 AAAQ84973 Page 2 of CROSSLAND CONSTRUCTION COMPANY, INC. Potential Change Order Riverside Public Safety Additions and Renovation - 22MO17RWZD 22MO17RWZD 2990 NW Vivion Road Riverside, MO 64150 Date: 3I6f2023 Number: 0058 Subject: PR041 Display Case Lighting Source of Funding: Owner Contract Change Order Description Cost to Replace the bulbs with LED bulbs in the existing Display Case can lights rather than installing the new lights per plan. Da s Requested: 0 Change Total: $ 1,542.27 Item Number Descri lion Amount 01 Cost to replace bulbs in display cases rather than installing new fixtures. Profit & Overhead .45 Approved By: By Signature Date Proposed Change Order N_a-ch_t e r WACHTER, INC. 16001 W 99th St Lenexa, Kansas 66219 Client Address: Contract Name: Riverside- Crossland Construction Contract #: 1 Project Name: Riverside Public Safety Project #: 47570 Client PCO #: Work Description Credit for: Elimination of labor and material for installation of (12) new Type H fixtures in display cases. Pricing based on fixtures being given to customer for spare since fixtures have already been received and other areas of the building utilize Type H fixtures. Wachter could see what restocking and return delivery fees would be if desired. Sunday, February 19, 2023 9:05 AM 1 /3 Proposed Change Order WACHTER, INC. 16001 W 99th St Lenexa,Kansas 66219 Client Address: Contract Name: Riverside- Crossland Construction Contract #: 1 Project Name: 47570 Project #: Riverside Public Safety Client PCO #: Itemized Description Description Qty Total Mat. $ Total Hours #12/2CMC Cable {to #10} w/ Aluminum. Armor - CopperSolid,Yy __. -_ _.� -30 000. - _ 12.74 0.570 -_-- 3/8"Flex / AC-90 / MC Connector Saddle Type -8.000 -7.23 -0.600 4166to #10Wire Connector_LiverySpring Twist On - 600V _ Y -8.000' 1 20 M y _ Om700 1-1/8" Bundle (+/-)Cable Tie +/- 0.1400" Wide 30 lb Rating - Nylon Natural -8.000 -0.70 -0.300 3' Luminaire Recessed Downlight-Housing -LED Integral Lamp ° ` 0.00 -12:000 Totals -66.000 -21.87 -14.170 Sunday, February 19, 2023 9:05 AM 2/3 Proposed Change Order WACHTER, INC. 16001 W 99th St Lenexa, Kansas 66219 Client Address: Contract Name: Riverside- Crossland Construction Contract #: 1 Project Name: 47570 Project #: Riverside Public Safety Client PCO M Summary Extension Materials % Total Database Material -21.87 Total Extension Material Cost -21.87 Material Markup 10.00 =219 _ Total Extension Material -24.06 Labor Hours Rate Sub Total % Total Field Labor Crew RATE ST -14.170 92.69-1,313.42 Total Field Labor -1,313.42 Total Labor Cost -1,313.42 Labor Markup 10.000 -131.34 Total Labor -1,444.76 Sub Total 1 -1,468.82 Sub Total 2 -1,468.82 Total -1,468.82 Contractor Certification Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided Client Acceptance PCO #: 26 Final Amount: -$ 1,468.82 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work Work Description Sunday, February 19, 2023 9:05 AM 3/3 CROSSLAND CONSTRUCTION COMPANY, INC. Potential Change Order Riverside Public Safety Additions and Renovation - 22MO17RWZD 22MO17RWZD 2990 NW Vivian Road Riverside, MO 64150 Date: 3/10/2023 Number: 0059 Subject: Lightning Protection Certification Deducts Source of Funding: Owner Contract Change Order Description Cost to have Wachter perform a continuity test on the lightning protection system and remove the cost for the two certifications. Days Requested: 0 Chan a Total: $ 2,144.27 Item Number Description lAmount 01 Deduct for removing the certifications for the lighthtnin.q ection and performing a continuity test. $(2,042.16) Profit & Overhead Approved By: By Signature Date iUYoil WACHTER, INC. 16001 W 99th St Lenexa, Kansas 66219 Client Address: Work Description Proposed Change,Order Contract Name: Riverside- Crossland Construction Contract #: 1 Project Name: Riverside Public Safety Project #: 47570 Client PCO #: Deduct to eliminate both (2) Lightning Protection 3rd Party Inspections and replace with Wachter checking continuity from a known ground rod to a few random air terminals on the roof. Friday, March 10, 2023 11:54 AM 1/2 Proposed Change Order WACHTER, INC. 16001 W 99th St Lenexa,Kansas 66219 Client Address: Summary Contract Name: Riverside- Crossland Construction Contract #: 1 Project Name: 47570 Project M Riverside Public Safety Client PCO M Labor Hours Rate Sub Total % Total Incidental Labor Inspection / Testing - Material 4.000 92.69 370.76 Total Incidental Labor 370.76 Total Labor Cost 370.76 Labor Markup 10.000 37.08 Total Labor 407.84 Sub Total 1 407.84 Subcontracts Cost Tax % OH % MU % Total Lightning Protection -2,450.00 -2,450.00 Total Subcontracts -2,450.00 Sub Total 2 -2,042.16 Total -2,042.16 Contractor Certification Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided Client Acceptance PCO M 33 Final Amount: Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work Work Description Friday, March 10, 2023 11:54 AM 2/2 CROSSLAND CONSTRUCTION COMPANY, INC. F- Potential Change Order Riverside Public Safety Additions and Renovation - 22MO17RWZD 22MO17RWZD 2990 NW Vivion Road Riverside, MO 64150 Date: 3/10/2023 Number: 0060 Subject: Fire Alarm. Covers Source of Funding: Owner Contract Change Order Description Cost to add fire alarm covers on pull stations and devices in the basement. Days Requested: 0 Chan a Total: V,791.22' Item Number Description Amount 01 Cost for covers on fire alarm Dull stations and devices in the basement. $1.705.93 Profit & Overhead Approved By: By Signature Date Proposed Change Order WACHTER, INC. 16001 W 99th St Lenexa, Kansas 66219 Client Address: Work Description Furnish and install (7) Tamper Proof Covers in the Sally Port area. (2) for pull stations (5) for notification devices Contract Name: Riverside- Crossland Construction Contract #: 1 Project Name: Riverside Public Safety Project #: 47570 Client PCO #: Friday, March 10, 2023 7:51 AM 1/4 Proposed Change Order WACHTER, INC. 16001 W 99th St Lenexa, Kansas 66219 Client Address: Contract Name: Riverside- Crossland Construction Contract #: 1 Project Name: 47570 Project M Riverside Public Safety Client PCO M Itemized Description Description Qty Total Mat. $ Total Hours 1/4-20Drop In Expansion Machine'ScrewAnchor- Lead_AII'oy n 56.000 _ 19.20 4.480, #10 x 1-1/2"Wood Screw Flat Head Phillips - Plated Steel 56.000 69.72 2.240 Totals 112.000 88.92 6.720 Friday, March 10, 2023 7:51 AM 214 Proposed Change Order WACHTER, INC. 16001 W 99th St Lenexa, Kansas 66219 Client Address: Contract Name: Riverside- Crossland Construction Contract #: 1 Project Name: 47570 Project #: Riverside Public Safety Client PCO #: Summary Extension Materials % Total Database Material 88.92 Total Extension Material Cost 88.92 Material Markup',q_: 10.00 8.89 Total Extension Material 97.81 Labor Hours Rate Sub Total % Total Field Labor Crew RATE ST 6.720 92.69 622.88 Total Field Labor 622.88 Total Labor Cost 622.88 Labor Markup 10.000 62.29 Total Labor 685.17 Sub Total 1 782.98 Subcontracts Cost Tax % OH % MU % Total Fire Alarm 879.00 5.000 922.95 Total Subcontracts 922.95 Sub Total 2 1,705.93 Total 1,705.93 Contractor Certification Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided went Acceptance PCO #: 28 Final Amount: $ 1,705.93 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work Work Description Friday, March 10, 2023 7:51 AM 3/4 Proposed Change Order WACHTER, INC. Contract Name: Riverside- Crossland Construction 16001 W 99th St Contract #: 1 Lenexa, Kansas 66219 Project Name: 47570 Project #: Riverside Public Safety Client Address: Client PCO #: Friday, March 10, 2023 7:51 AM 4/4 1138 Kansas Avenue P (913) 371-8494 Kansas City, KS 66106ro.. K: LLER F (913) 321-3467 Kevin.VanBuskirk@KellerFire.comwww.KellerFire.com ■ Fire Alarm ■ Mass Notification ■ Clean Agent Fire Suppression ■ Intercom ■ Fire Extinguishers ■ Explosion Protection ■ Kitchen Hood Fire Suppression ■ 24 Hr. Service Date: March 1, 2023 Proposal TO: Lonnie Morris COMPANY: Wachter EMAIL: Lonnie.morris@wachter.com RE: Riverside Public Safety 2990 NW Vivion Road Riverside, MO 64150 FROM: Kevin VanBuskirk In response to your request, we are pleased to submit our proposal for the above referenced project. Parts & Smarts - Scope of Work. • Furnish Stopper II pull station cover with spacer for manual pull station 139 located in Sally Port 004 and manual pull station 140 located in corridor to Process 022 at Stairwell A. • Electrical contractor must furnish labor and materials to install fire alarm equipment listed below. • Scope of work based on labor performed during normal working hours 7:00 AM — 3:30 PM, Monday — Friday (Excluding Holidays). • Scope of work based on information provided by Crossland Construction. • The following items are excluded in this scope of work: installation labor and materials, conduit, stub -ups, back boxes, plenum cable/wire, dedicated 120 VAC circuits to fire alarm equipment, central station monitoring, spare parts and overtime/premium time labor. Keller Fire & Safety, Inc. will provide the following: QtV• Description 2 Stopper II Pull Station Cover w/Spacer, without Horn 1lot Freight The parts & smarts scope of work listed above can be furnished for $-3 5.0 , excluding taxes. 3/1 /2023 Page 1 of 3 94KiLLER IGIgE a' &AFET-Y Parts & Smarts Inclusion/Exclusions: (The following items checked yes are Included In proposal) Yes No N/A ® ❑ ❑ Supply Fire Alarm Control Panel & Peripheral Equipment Listed Above ❑ ® ❑ Installation of Fire Alarm Control Panel & Peripheral Equipment Listed Above i ❑ ® ❑ Terminate Wires in Fire Alarm Control Panel ❑ ® ❑ Installation of Initiation and Notification Devices ❑ ® ❑ Supply Conduit, Stub -Ups and Back Boxes ❑ ® ❑ Installation of Conduit, Stub -Ups and Back Boxes ❑ ® ❑ Supply Wire/Plenum Cable ❑ ® ❑ Installation of Wire/Plenum Cable I ❑ ® ❑ Installation of 120 VAC to Fire Alarm Equipment ❑ ® ❑ Terminate 120 VAC Circuits in Fire Alarm Equipment ❑ ® ❑ Installation of AHU Shutdown Control Circuits ❑ ® ❑ Terminate AHU Shutdown Control Circuits on Fire Alarm Relays i ❑ ® ❑ Provide & Install Two Telephone Lines to DACT ❑ ® ❑ Monitoring of DACT by a UL Listed Central Station ® ❑ ❑ System Commissioning and Test Documentation ® ❑ ❑ Shop Drawings, Submittals & PE Stamp ® ❑ ❑ Prevailing Wage Rates (Platte County) ❑ ® ❑ Overtime/Premium Labor ® ❑ ❑ Permits ❑ ® ❑ Bonds ❑ ® ❑ Taxes i Please refer to the terms and conditions on page three. Proposal will automatically expire after 30 days due to supply chain shortages and shipping delays that are causing increased equipment costs. Equipment lead times are currently taking approximately 4 — 6 weeks. Thank you for giving us the opportunity to present this proposal for your consideration. Should you have any questions, please do not hesitate to call. Sincerely, Keller Fire & Safety, Inc. Kevin A. Vav awkiA, Kevin A. VanBuskirk Engineered System Sales Approved by: _ Parts & Smarts Company: Signature: Print: Title: Date: 3/1/2023 Page 2 of 3 �1A� !a.' �LIF�'7'•Y TERMS AND CONDITIONS 1. All invoices will be due Net 30 days with approved credit. 2. Proposal automatically expires days from date submitted. 3. If an order is cancelled by the purchaser, the purchaser shall pay a fee of 25% of the total amount of the purchase or contract. 4. The purchaser must make a claim of shortage or damages of material within 24 hours of receipt of the material. 5. Keller Fire & Safety will warrant all products to be free of defects in material and workmanship for a period of one (1) year from the date the equipment was delivered to the customer. All products must be properly maintained according to the manufacturer's requirements. 6. Keller Fire & Safety will not be responsible for any damage or bodily injuries when the products are not properly maintained according to the manufacturer's requirements. 7. Keller Fire shall be furnished with complete construction. documents at no additional cost including plans, specifications, addenda and electronic CAD drawings. 3/1/2023 Page 3 of 3 1138 Kansas Avenue P (913) 371-8494 Kansas City, KS 66105 OKELLER F (913) 321-3457 Kevin.VanBuskirk@KellerFire.com FIRE _l ,. SAFETY www.KellerFire.com ■ Fire Alarm ■ Mass Notification ■ Clean Agent Fire Suppression ■ Intercom ■ Fire Extinguishers ■ Explosion Protection ■ Kitchen Hood Fire Suppression ■ 24 Hr. Service Date: March 9, 2023 Proposal TO: Lonnie Morris COMPANY: Wachter EMAIL: Lonnie.morris@wachter.com RE: Riverside Public Safety 2990 NW Vivion Road Riverside, MO 64150 FROM: Kevin VanBuskirk In response to your request, we are pleased to submit our proposal for the above referenced project. Parts & Smarts - Scope of Work: • Furnish Stopper dome cover for fire alarm strobe devices located in holding areas on the lower level. • Electrical contractor must furnish labor and materials to install fire alarm equipment listed below. • Scope of work based on labor performed during normal working hours 7:00 AM — 3:30 PM, Monday — Friday (Excluding Holidays). • Scope of work based on information provided by Crossland Construction. • The following items are excluded in this scope of work: installation labor and materials, conduit, stub -ups, back boxes, plenum cable/wire, dedicated 120 VAC circuits to fire alarm equipment, central station monitoring, spare parts and overtime/premium time labor. Keller Fire & Safety, Inc. will provide the following: Qty Description 5 Stopper Dome Cover 1lot Freight The parts & smarts scope of work listed above can be furnished for $544.0 excluding taxes. 3/9/2023 Page 1 of 3 ' ELLFER I<Iian & EgAPET-V Parts & Smarts Inclusion/Exclusions: (The following items checked yes are Included In proposal) Yes No N/A I ® ❑ ❑ Supply Fire Alarm Control Panel & Peripheral Equipment Listed Above i ❑ ® ❑ Installation of Fire Alarm Control Panel &Peripheral Equipment Listed Above ❑ ® ❑ Terminate Wires in Fire Alarm Control Panel ❑ ® ❑ Installation of Initiation and Notification Devices ❑ ® ❑ Supply Conduit, Stub -Ups and Back Boxes j ❑ ® ❑ Installation of Conduit, Stub -Ups and Back Boxes ❑ ® ❑ Supply Wire/Plenum Cable ❑ ® ❑ Installation of Wire/Plenum Cable ❑ ® ❑ Installation of 120 VAC to Fire Alarm Equipment ❑ ® ❑ Terminate 120 VAC Circuits in Fire Alarm Equipment ❑ ® ❑ Installation of AHU Shutdown Control Circuits ❑ ® ❑ Terminate AHU Shutdown Control Circuits on Fire Alarm Relays ❑ ® ❑ Provide & Install Two Telephone Lines to DACT ❑ ® ❑ Monitoring of DACT by a UL Listed Central Station ® ❑ ❑ System Commissioning and Test Documentation ® ❑ ❑ Shop Drawings, Submittals & PE Stamp ® ❑ ❑ Prevailing Wage Rates (Platte County) ❑ ® ❑ Overtime/Premium Labor ® ❑ ❑ Permits ❑ ® ❑ Bonds ❑ ® ❑ Taxes Please refer to the terms and conditions on page three. Proposal will automatically expire after 30 days due to supply chain shortages and shipping delays that are causing increased equipment costs. Equipment lead times are currently taking approximately 4 — 6 weeks. Thank you for giving us the opportunity to present this proposal for your consideration. Should you have any questions, please do not hesitate to call. Sincerely, Keller Fire & Safety, Inc. KevidvA. Va i8v4k,6rk, Kevin A. VanBuskirk Engineered System Sales Approved by: _ Parts & Smarts Company: Signature: Print: Title: Date: 3/9/2023 Page 2 of 3 KE LLE R TERMS AND CONDITIONS. 1., All invoices will be due Net 30 days with approved credit. 2. Proposal automatically expires M] days from date submitted. 3.. If an order is cancelled by the purchaser, the purchaser shall pay a fee of 25% of the total amount of the purchase or contract. 4. The purchaser must make a claim of shortage or damages of material within 24 hours of receipt of the material. 5. Keller Fire & Safety will warrant all products to be free of defects in material and workmanship for a period of one (1) year from the date the equipment was delivered to the customer. All products must be properly maintained according to the manufacturer's requirements. 6. Keller Fire & Safety will not be responsible for any damage or bodily injuries when the products are not properly maintained according to the manufacturer's requirements. 7. Keller Fire shall be furnished with complete construction documents at no additional cost including plans, specifications, addenda and electronic CAD drawings. 3/9/2023 Page 3 of 3 CROSSLAND Potential Change Order CONSTRUCTION COMPANY, INC. Riverside Public Safety Additions and Renovation - 22MO17RWZD 22MO17RWZD 2990 NW Vivion Road Riverside, MO 64150 Date: 3/10/2023 Number: 0061 Subject: Fire Alarm Device in Drug Storage Closet Source of Funding: Owner Contract Change Order Description Cost to replace the device not shown in the drug storage closet as directed by the fire marshal onsite. Days Requested: 0 Change Total: .$707.62 Item Number Description . Amount 01 _ Cost to replace the smoke/heat detector in the drug storage room in the basement. $673.93 _ Profit & Overhead _ $33.69 Approved By: By Signature Date 7 wach--t WACHTER, INC. 16001 W 99th St Lenexa, Kansas 66219 Client Address: Work Description Proposed Change Order Contract Name: Riverside- Crossland Construction Contract #: 1 Project Name: Riverside Public Safety Project #: 47570 Client PCO #: Furnish and install (1) smoke/heat detector in the Drug Storage Closet. Thursday, March 09, 2023 11:41 AM 1 /4 Proposed Change Order WACHTER, INC., 16001 W 99th St Lenexa,Kansas 66219 Client Address: Contract Name: Riverside- Crossland Construction Contract #: 1 Project Name: 47570 Project M Riverside Public Safety Client PCO M Itemized Description Description Qty Total Mat. $ Total Hours #18/2C'RedFPL Cable Shielded Addressable Systems- 100.000 19 23 2.000 Detector Base Surface Mount Addressable 1.000 0.00 0.810 Smoke Detector -Photoelectric + Heat 135 Degree Fixed Temperature ' 0.250 Addressable , 1:000 0:00 - "— - - Verification - Per Initiating Device 1.000 0.00 0.500 Totals 103.000 19.23 3.560 Thursday, March 09, 2023 11:41 AM 2/4 Proposed Change Order WACHTER, INC. Contract Name: Riverside- Crossland Construction 16001 W 99th St Contract #: 1 Lenexa, Kansas 66219 Project Name: 47570 Project #: Riverside Public Safety Client Address: Client PCO #: Summary Extension Materials % Total Database Material 19.23 Total Extension Material Cost 19.23 -7- Matenal Markup - - -- _ .__ .. _ _ _ _ _ - . - _ _ .. _.. _a.. ----__ _ _ _- 10 00 1'02 Total Extension Material 21.15 Labor Hours Rate Sub Total % Total Field Labor Crew RATE ST 3.560 92.69 329.98 Total Field Labor 329.98 Total Labor Cost 329.98 (Labor Markup 10.000 33.00 Total Labor 362.98 Sub Total 1 384.13 Subcontracts Cost Tax % OH % MU % Total Fire Alarm 276.00 5.000 289.80 Total Subcontracts 289.80 Sub Total 2 673.93 Total 673.93 Contractor Certification Name: Date: .Signature: I hereby certify that this quotation is complete and accurate based on the information provided Latent Acceptance PCO #: 29 Final Amount: $ 673.93 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work Work Description Thursday, March 09, 2023 11:41 AM 3/4 Proposed Change Order WACHTER, INC. Contract Name: Riverside- Crossland Construction 16001 W 99th St Contract #: 1 Lenexa, Kansas 66219 Project Name: 47570 Project #: Riverside Public Safety Client Address: Client PCO #: Thursday, March 09, 2023 11:41 AM 4/4 1138 Kansas Avenue P (913) 371-8494 Kansas City, KS 66105 ELLER F (913) 321-3457 f� Kevin.VanBuskirk@KellerFire.com F _. � CI s A P. Ir ST www.KellerFire.com . ■ Fire Alarm ■ Mass Notification ■ Clean Agent Fire Suppression ■ Intercom ■ Fire Extinguishers ■ Explosion Protection ■ Kitchen Hood Fire Suppression ■ 24 Hr. Service Date: March 7, 2023 Proposal TO: Lonnie Morris COMPANY: Wachter EMAIL: Lonnie.morris@wachter.com RE: Riverside Public Safety 2990 NW Vivion Road Riverside, MO 64150 FROM: Kevin VanBuskirk In response to your request, we are pleased to submit our proposal for the above referenced project. Parts & Smarts - Scope of Work: • Furnish a smoke/heat detector with base for Drug Vault 016 located on the lower level. • Electrical contractor must furnish labor and materials to install fire alarm equipment listed below. • Scope of work based on labor performed during normal working hours 7:00 AM — 3:30 PM, Monday — Friday (Excluding Holidays). • Scope of work based on information provided by Crossland Construction. • The following items are excluded in this scope of work: installation labor and materials, conduit, stub -ups, back boxes, plenum cable/wire, dedicated 120 VAC circuits to fire alarm equipment, central station monitoring, spare parts and overtime/premium time labor. Keller Fire & Safety, Inc. will provide the following: Description 1 Optical Smoke/Heat Detector w/Base 1 lot Programming, Testing & Commissioning Labor 1lot Freight The parts & smarts scope of work listed above can be furnished for , excluding taxes. 3/7/2023 Page 1 of 3 �KELLER FIRE & 19APET-Y Parts & Smarts Inclusion/Exclusions: (The following items checked yes are Included In proposal) Yes No N/A ® ❑ ❑ Supply Fire Alarm Control Panel & Peripheral Equipment Listed Above ❑ ® ❑ Installation of Fire Alarm Control Panel & Peripheral Equipment Listed Above ❑ ® ❑ Terminate Wires in Fire Alarm Control Panel ❑ ® ❑ Installation of Initiation and Notification Devices ❑ ® ❑ Supply Conduit, Stub -Ups and Back Boxes ❑ ® ❑ Installation of Conduit, Stub -Ups and Back Boxes ❑ ® ❑ Supply Wire/Plenum Cable ❑ ® ❑ Installation of Wire/Plenum Cable ❑ ® ❑ Installation of 120 VAC to Fire Alarm Equipment ❑ ® ❑ Terminate 120 VAC Circuits in Fire Alarm Equipment ❑ ® ❑ Installation ofAHU Shutdown Control Circuits ❑ ® ❑ Terminate AHU Shutdown Control Circuits on Fire Alarm Relays ❑ ® ❑ Provide & Install Two Telephone Lines to DACT ❑ ® ❑ Monitoring of DACT by a UL Listed Central Station ® ❑ ❑ System Commissioning and Test Documentation ® ❑ ❑ Shop Drawings, Submittals & PE Stamp ® ❑ ❑ Prevailing Wage Rates (Platte County) ❑ ® ❑ Overtime/Premium Labor ® ❑ ❑ Permits ❑ ® ❑ Bonds ❑ ® ❑ Taxes Please refer to the terms and conditions on page three. Proposal will automatically expire after 30 days due to supply chain shortages and shipping delays that are causing increased equipment costs. Equipment lead times are currently taking approximately 4 — 6 weeks. Thank you for giving us the opportunity to present this proposal for your consideration. Should you have any questions, please do not hesitate to call. Sincerely, Keller Fire & Safety, Inc. Kev64vA. VanBuA;rk Kevin A. VanBuskirk Engineered System Sales Approved by: Parts & Smarts $r276,Qd Company: Signature: Print: Title: Date: 3/7/2023 Page 2 of 3 OAKtLLE R r-IRE &, 9A1=STY TERMS AND CONDITIONS 1. All invoices will be due Net 30 days with approved credit. 2. Proposal automatically expires M days from date submitted. 3. If an order is cancelled by the purchaser, the purchaser shall pay a fee of 25% of the total amount of the purchase or contract. 4. The purchaser must make a claim of shortage or damages of material within 24 hours of receipt of the material. 5. Keller Fire & Safety will warrant all products to be free of defects in material and workmanship for a period of one (1) year from the date the equipment was delivered to the customer. All products must be properly maintained according to the manufacturer's requirements. 6. Keller Fire & Safety will not be responsible for any damage or bodily injuries when the products are not properly maintained according to the manufacturer's requirements. 7. Keller Fire shall be furnished with complete construction documents at no additional cost including plans, specifications, addenda and electronic CAD drawings. 3/7/2023 Page 3 of 3 CROSSLAND CONSTRUCTION COMPANY, INC. F- Potential Change Order Riverside Public Safety Additions and Renovation - 22MO17RWZD 22MO17RWZD 2990 NW Vivion Road Riverside, MO 64150 Date: 3/14/2023 Number: 0062 Subject: RFI 57 Fire Suppression/Light Clash Source of Funding: Owner Contract Change Order Description When installing lights, it was determined that the existing fire suppression line was in the way of installing the lights as shown. Cost includes relocating the lights to the new locations determined by RFI 57 and the site walk on 3/10. Days Requested: 0 Change Total: $984.93 Item Number Description* I Amount 01 Cost to relocate the fixtures in Dispatch that were moved per RFI 057 response. $938.03 Profit & Overhead Approved By: By Signature Date Proposed Change Order wa-c h-- te WACHTER, INC. 16001 W 99th St Lenexa, Kansas 66219 Client Address: Work Description Relocate (6) Type-H fixtures and remove (2) due to existing sprinkler line. Contract Name: Riverside- Crossland Construction Contract #: 1 Project Name: Riverside Public Safety Project #: 47570 Client PCO #: Tuesday, March 14, 2023 8:41 AM 1 /2 Proposed Change Order WACHTER, INC. 16001 W 99th St Lenexa,Kansas 66219 Client Address: Summary Contract Name: Riverside- Crossland Construction Contract #: 1 Project Name: 47570 Project #: Riverside Public Safety Client PCO M Labor Hours Rate Sub Total % Total Field Labor Crew RATE ST 9.200 92.69 852.75 Total Field Labor 852.75 Total Labor Cost 852.75 Labor Markup 10.000 85.28 Total Labor 938.03 General Expenses Qty Duration Cost/Unit Tax % OH % MU % Total Safety Equipment 9.20 0.000 0.00 7.000 15.000 10.000 0.00 Total General Expenses 0.00 Sub Total 1 938.03 Sub Total 2 938.03 Total 938.03 Contractor Certification Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided c:nent Acceptance PCO #: 34 Final Amount: Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work Work Description Tuesday, March 14, 2023 8:41 AM 2/2 CROSSLAND CONSTRUCTION COMPANY, INC. Potential Change Order Riverside Public Safety Additions and Renovation - 22MO17RWZD 22MO17RWZD 2990 NW Vivian Road Riverside, MO 64150 Date: 3/14/2023 Subject: PR042 Dispatch Lighting Source of Funding: Owner Contract Change Order Description Cost for additional dimming in Dispatch lighting per PR042. Days Requested: 0 Change Total: $2,067.33 Item Number Description Amount 01 Cost to install dimmers at the dispatch per PR042. $1,968.89 _ Profit & Overhead $98.44 Approved By: By Signature Date i wachter WACHTER, INC. 16001 W 99th St Lenexa, Kansas 66219 Client Address: Work Description Proposed Change Order Contract Name: Riverside- Crossland Construction Contract #: 1 Project Name: Riverside Public Safety Project #: 47570 Client PCO #: Electrical Sheet E1.01: 1. Dispatch Area A127 Lighting. The Type L1, L2, L3, H and C2 lights in the Dispatch Room and the Type B lights in the Dispatch hallway are to be dimmed. The fixtures should all be provided with 0-10V dimming drivers. Replace each of the two (2) switches in the Dispatch area and the switch in the hallway (switches highlighted below) with new 0-10V wallbox dimmers compatible with the 0-10V dimming drivers. Dimmers to be Legrand Radiant Collection RH4FBL3PW wallbox 0-10V dimmers with on/off control. One dimmer shall control the three (3) Type L lights, one the Type H and C2 lights in the Dispatch area, and one the Type B fixtures in the hallway. Provide 0-10V control wire from each dimmer to the dimming drivers in the respective fixtures being controlled. 2. The Type H fixtures in the hallway will not be dimmed and are to remain switched as shown. Tuesday, March 14, 2023 12:26 PM 1 /3 Proposed Change Order WACHTER, INC. 16001 W 99th St Lenexa,Kansas 66219 Client Address: Contract Name: Riverside- Crossland Construction Contract#: 1 Project Name: 47570 Project #: Riverside Public Safety Client PCO M Itemized Description Description City Total Mat. $ Total Hours tIVIP *1812CCommunication & Control Cable - Unshielded Gr 300.000 87 06 6.564 418 to #1 4VVire Connector Live Spring Twist -On - 600V 54.000 3.67 3.240 50W=Lamp MR1 6. Base Dimmable Daylight -LED ------ - --- 24;000 0.00- 4.800 rayDirn m e r 0-1 OV 50rnA Fluorescent/LED Decorator Singie Pole/Three Way Slide w/ On -Off Paddle Switch 120-277V 3.000 206.49 1.500 Totals 381.000 297.22 16.104 Tuesday, March 14, 2023 12:26 Ply 2/3 Proposed Change Order WACHTER, INC. 16001 W 99th St Lenexa,Kansas 66219 Client Address: Contract Name: Riverside- Crossland Construction Contract #: 1 Project Name: 47570 Project #: Riverside Public Safety Client PCO #: Summary Extension Materials % Total Database Material 297.22 Total Extension Material Cost 297.22 Metenal Markup ,e 10.00, 29:72 _ Total Extension Material 326.94 Labor Hours Rate Sub Total % Total Field Labor Crew RATE ST 16.104 92.69 1,492.68 Total Field Labor 1,492.68 Total Labor Cost 1,492.68 Labor Markup 10.000 149.27 Total Labor 1,641.95 Sub Total 1 1,968.89 Sub Total 2 1,968.89 Total 1,968.89 Contractor Certification Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided Client Acceptance PCO #: 35 Final Amount: $ 1,968.89 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work Work Description Tuesday, March 14, 2023 12:26 PM 3/3 CROSSLAND CONSTRUCTION COMPANY, INC. F- Potential Change Order Riverside Public Safety Additions and Renovation - 22MO17RWZD 22MO17RWZD 2990 NW Vivion Road Riverside. MO 641.50 Date: 3/14/2023 Number: 0064 Subject: Fire Alarm Requirements in IT Room Source of Funding: Owner Contract Change Order Description Cost to add the dual input Monitor Module in the IT room not shown on the plans. Days Requested: 0 Change Total: $710.74 Item Number Description Amount 01 Cost to add the dual input module to monitor the existing IT panel. $676.90 Profit & Overhead _ $33.84 Approved By: By Signature Date Wachter WACHTER, INC. 16001 W 99th St Lenexa, Kansas 66219 Client Address: Proposed Change Order Contract Name: Riverside- Crossland Construction Contract #: 1 Project Name: Riverside Public Safety Project #: 47570 Client PCO #: Work Description Dual Input Monitor Module Parts & Smarts - Scope of Work.- • Furnish addressable dual input module to monitor alarm/trouble contacts in the existing clean agent fire suppression control panel located in Technology A129 that was not indicated on bid documents. Friday, March 10, 2023 8:27 AM 1 /4 Proposed Change Order WACHTER, INC. 16001 W 99th St Lenexa,Kansas 66219 Client Address: Contract Name: Riverside- Crossland Construction Contract#: 1 Project Name: 47570 Project#: Riverside Public Safety Client PCO M Itemized Description Description Qty Total Mat. $ Total Hours 1/2"Conduit FMC Steel 2.'000, -T .68 Iod ,I /2"Connector - FMC Squeeze Diecast 4.000 3.68 0.600 24/8" D4" Square, Box 1/2 & 3/4" KO 2.000 6 26 0*700 1-Gang x 1/2" D4" Square Plaster Ring - Steel 2.000 3.12 0.400 Wlrdiicke�dvp'L, Cable -Shielded -Addressable--_ --"- Systems' s .0 7:69 0.800 Monitor Module Dual Circuit Addressable 1.000 0.00 0.750 Verification - Per Initiating Device 1.000 0m00, '0.500 Totals 52.000 22.73 3.860 I Friday, March 10, 2023 8:27 AM 2/4 Proposed Change Order WACHTER, INC. 16001 W 99th St Lenexa, Kansas 66219 Client Address: Contract Name: Riverside- Crossland Construction Contract #: 1 Project Name: 47570 Project M Riverside Public Safety Client PCO M Summary Extension Materials % Total Database Material 22.73 Total Extension Material Cost 22.73 Material Markup 10.00 2.27, Total Extension Material 26.00 Labor Hours Rate Sub Total % Total Field Labor Crew RATE ST 3.850 92.69 356.86 Total Field Labor 356.86 Total Labor Cost 356.86 Labor Markup 10.000 35.69 Total Labor 392.65 Sub Total 1 417.65 Subcontracts Cost Tax % OH % MU % Total Fire Alarm 247.00 5.000 259.35 Total Subcontracts 269.35 Sub Total 2 676.90 Total 676.90 Contractor Certification Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided Client Acceptance PCO #: 31 Final Amount: $ 676.90 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work Work Description Friday, March 10, 2023 8:27 AM 3/4 Proposed Change Order WACHTER, INC. Contract Name: Riverside- Crossland Construction 16001 W 99th St Contract #: 1 Lenexa, Kansas 66219 Project Name: 47570 Project #: Riverside Public Safety Client Address: Client PCO #: Friday, March 10, 2023 8:27 AM 4/4 1138 Kansas Avenue P (913) 371-8494 Kansas City, KS 66105 WE F (913) 321-3457 LL"�� Imo. .+� , Kevin.VanBuskirk@KellerFire.com FIR e St SA r E ■ V www.KellerFire.com ■ Fire Alarm ■ Mass Notification ■ Clean Agent Fire Suppression ■ Intercom ■ Fire Extinguishers ■ Explosion Protection ■ Kitchen Hood Fire Suppression ■ 24 Hr. Service Date: March 3, 2023 Proposal TO: Lonnie Morris COMPANY: Wachter EMAIL: Lonnie.morris@wachter.com RE: Riverside Public Safety 2990 NW Vivion Road Riverside, MO 64150 FROM: Kevin VanBuskirk In response to your request, we are pleased to submit our proposal for the above referenced project. Stopper 11 Cover Parts & Smarts - Scone of Work. • Furnish Stopper II pull station cover with spacer for one additional manual pull station at egress door from Sally Port 004. Utilize manual pull station that was shown on bid documents in Technology Al29 at egress door from Sally Port 004. • Electrical contractor must furnish labor and materials to install fire alarm equipment listed below. • Scope of work based on labor performed during normal working hours 7:00 AM — 3:30 PM, Monday — Friday (Excluding Holidays). • The following items are excluded in this scope of work: installation labor and materials, conduit, stub -ups, back boxes, plenum cable/wire, dedicated 120 VAC circuits to fire alarm equipment, central station monitoring, spare parts and overtime/premium time labor. Keller Fire & Safety, Inc. will provide the following: QtV• Description 1 Stopper II Pull Station Cover w/Spacer, without Horn 1lot Freight The parts & smarts scope of work listed above can be furnished for $1 5 , excluding taxes. Dual Input Monitor Module Parts & Smarts - Scope of Work. • Furnish addressable dual input module to monitor alarm/trouble contacts in the existing clean agent fire suppression control panel located in Technology A129 that was not indicated on bid documents. • Electrical contractor must furnish labor and materials to install fire alarm equipment listed below. 3/3/2023 Page 1 of 4 • Scope of work based on labor performed during normal working hours 7:00 AM — 3:30 PM, Monday — Friday (Excluding Holidays). • The following items are excluded in this scope of work: installation labor and materials, conduit, stub -ups, back boxes, plenum cable/wire, dedicated 120 VAC circuits to fire alarm equipment, central station monitoring, spare parts and overtime/premium time labor. Keller Fire & Safety, Inc. will provide the following: Description 1 Dual Input Monitor Module 1 lot Programming, Testing & Commissioning Labor 1lot Freight The parts & smarts scope of work listed above can be furnished for $-247.0 , excluding taxes. Parts & Smarts - Scope of Work. • Furnish two additional addressable duct detectors, sampling tubes and remote test stations for RTU-2 with split return that was not indicated on bid documents. • Electrical contractor must furnish labor and materials to install fire alarm equipment listed below. • Scope of work based on labor performed during normal working hours 7:00 AM — 3:30 PM, Monday — Friday (Excluding Holidays). • The following items are excluded in this scope of work: installation labor and materials, conduit, stub -ups, back boxes, plenum cable/wire, dedicated 120 VAC circuits to fire alarm equipment, central station monitoring, spare parts and overtime/premium time labor. Keller Fire & Safety, Inc. will provide the following: Qtv. Description 2 Duct Detector w/Sampling Tube 2 Remote Test Station, Keyed 1 lot Programming, Testing & Commissioning Labor 1lot Freight The parts & smarts scope of work listed above can be furnished for $975.0 , excluding taxes. 3/3/2023 Page 2 of 4 rE LLE R r-iliaP_ P.'rnnr-F_-t-y Parts & Smarts Inclusion/Exclusions: i (The following items checked yes are Included In proposal) 4 Yes No N/A i ® ❑ ❑ Supply Fire Alarm Control Panel & Peripheral Equipment Listed Above ❑ ® ❑ Installation of Fire Alarm Control Panel & Peripheral Equipment Listed Above ❑ ® ❑ Terminate Wires in Fire Alarm Control Panel ❑ ® ❑ Installation of Initiation and Notification Devices j ❑ ® ❑ Supply Conduit, Stub -Ups and Back Boxes ❑ ® ❑ Installation of Conduit, Stub -Ups and Back Boxes ❑ ® ❑ Supply Wire/Plenum Cable ❑ ® ❑ Installation of Wire/Plenum Cable ❑ ® ❑ Installation of 120 VAC to Fire Alarm Equipment { ❑ ® ❑ Terminate 120 VAC Circuits in Fire Alarm Equipment iI j ❑ ® ❑ Installation of AHU Shutdown Control Circuits f ❑ ® ❑ Terminate AHU Shutdown Control Circuits on Fire Alarm Relays I ❑ ® ❑ Provide & Install Two Telephone Lines to DACT I i ❑ ® ❑ Monitoring of DACT by a UL Listed Central Station ® ❑ ❑ System Commissioning and Test Documentation ® ❑ ❑ Shop Drawings, Submittals & PE Stamp ® ❑ ❑ Prevailing Wage Rates (Platte County) ❑ ® ❑ Overtime/Premium Labor ® ❑ ❑ Permits ❑ ® ❑ Bonds j ❑ ® ❑ Taxes Please refer to the terms and conditions on page three. Proposal will automatically expire after 30 days due to supply chain shortages and shipping delays that are causing increased equipment costs. Thank you for giving us the opportunity to present this proposal for your consideration. Should you have any questions, please do not hesitate to call. Sincerely, Keller Fire & Safety, Inc. Kev%vvA- Va.vr8u4kZrk, Kevin A. VanBuskirk Engineered System Sales Approved by: Stopper II Parts & Smarts 67.50 Dual Input Monitor Module Parts & Smarts Duct Detection Parts & Smarts975.00 Grand Total: $1,389.60 Company: Signature: Print: 3/3/2023 Page 3 of 4 K E L L E R rzmn & aA;=P-'PY Title: Date: TERMS AND CONDITIONS 1. All invoices will be due Net 30 days with approved credit. 2. Proposal automatically expires M days from date submitted. 3. ' If an order is cancelled by the purchaser, the purchaser shall pay a fee of 25% of the total amount of the purchase or contract. 4. The purchaser must make a claim of shortage or damages of material within 24 hours of receipt of the material. 5. Keller Fire & Safety will warrant all products to be free of defects in material and workmanship for a period of one (1) year from the date the equipment was delivered to the customer. All products must be properly maintained according to the manufacturer's requirements. 6. Keller Fire & Safety will not be responsible for any damage or bodily injuries when the products are not properly maintained according to the manufacturer's requirements. 7. , Keller Fire shall be furnished with complete construction documents at no additional cost including plans, specifications, addenda and electronic CAD drawings. 3/3/2023 Page 4 of 4 CROSSLAND Potential Change Order CONSTRUCTION COMPANY, INC. Riverside Public Safety Additions and Renovation - 22MO17RWZD 22MO17RWZD 2990 NW Vivion Road Riverside, MO 64150 Date: 3/14/2023 Number: 0065 Subject: Fire Alarm Duct Detection Add Source of Funding: Owner Contract Change Order Description Cost for Keller to add two additional duct detectors for RTU-2. Days Requested:' 0 Change Total: $2,260.41 Item Number Description Amount 01 Cast for Keller to add recjuired accessor es for the split return system. _ $2,152.78 Profit & Overhead _� $107.63 Approved By: By Signature Date hi Wachter' WACHTER, INC. 16001 W 99th St Lenexa, Kansas 66219 Client Address: Proposed Change Order Contract Name: Riverside- Crossland Construction Contract #: 1 Project Name: Riverside Public Safety Project #: 47570 Client PCO #: Work Description Duct Detection Parts & Smarts - Scope of Work.• • Furnish two additional addressable duct detectors, sampling tubes and remote test stations for RTU-2 with split return that was not indicated on bid documents. • Electrical contractor must furnish labor and materials to install fire alarm equipment listed below. Friday, March 10, 2023 8:46 AM 1 /4 Proposed Change Order WACHTER, INC. 16001 W 99th St Lenexa,Kansas 66219 Client Address: Itemized Description Contract Name: Riverside- Crossland Construction Contract #: 1 Project Name: 47570 Project #: Riverside Public Safety Client PCO #: Description Qty Total Mat. $ Total Hours Utility Box 1-7/8"D 1/2" KO 2.000 3.14 '0.606 #18/2C RedFPL Cable Shielded Addressable Systems 40.000 7.69 0.800 #14/2C RedFPL Cable Shielded Addressable Systems 20.000 5.24 0.500 Smoke Detector - Photoelectric Duct Addressable 2.000 0.00 5.000 m Reote Test Station Magnet Operated 2 000 0.010 2.000 Verification - Per Initiating Device 4.000 0.00 2.000 Totals 70.000 16.07 10.900 Friday, March 10, 2023 8:46 AM 2/4 Proposed Change Order WACHTER, INC. Contract Name: Riverside- Crossland Construction 16001 W 99th St Contract M 1 Lenexa, Kansas 66219 Project Name: 47570 Project #: Riverside Public Safety Client Address: Client PCO M Summary Extension Materials % Total Database Material 16.07 Total Extension Material Cost 16.07 Material Markup 10.00- — 1.61 Total Extension Material 17.68 Labor Hours Rate Sub Total % Total Field Labor Crew RATE ST 10.900 92.69 1,010.32 Total Field Labor 1,010.32 Total Labor Cost 1,010.32 Labor Markup 10.000 101.03 Total Labor 1,111.35 Sub Total 1 1,129.03 Subcontracts Cost Tax % OH % MU % Total Fire Alarm 975.00 5.000 1,023.75 Total Subcontracts 1,023.75 Sub Total 2 2,152.78 Total 2,162.78 Contractor Certification Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided Latent Acceptance PCO #: 32 Final Amount: $ 2,152.78 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work Work Description Friday, March 10, 2023 8:46 AM 3/4 Proposed Change Order WACHTER, INC. Contract Name: Riverside- Crossland Construction 16001 W 99th St Contract #: 1 Lenexa, Kansas 66219 Project Name: 47570 Project M Riverside Public Safety Client Address: Client PCO M Friday, March 10, 2023 8:46 AM 4/4 1138 Kansas Avenue P (913) 371-8494 Kansas City, KS 66106 V�LER F (913) 321-3467 Kevin.VanBuskirk@KellerFire.com www.KellerFire.com ■ Fire Alarm ■ Mass Notification ■ Clean Agent Fire Suppression ■ Intercom ■ Fire Extinguishers ■ Explosion Protection ■ Kitchen Hood Fire Suppression ■ 24 Hr. Service Date: March 3, 2023 Proposal TO: Lonnie Morris COMPANY: Wachter EMAIL: Lonnie.morris@wachter.com RE: Riverside Public Safety 2990 NW Vivion Road Riverside, MO 64150 FROM: Kevin VanBuskirk In response to your request, we are pleased to submit our proposal for the above referenced project. Stopper II Cover Parts & Smarts - Scope of Work. • Furnish Stopper II pull station cover with spacer for one additional manual pull station at egress door from Sally Port 004. Utilize manual pull station that was shown on bid documents in Technology Al29 at egress door from Sally Port 004. • Electrical contractor must furnish labor and materials to install fire alarm equipment listed below. • Scope of work based on labor performed during normal working hours 7:00 AM — 3:30 PM, Monday — Friday (Excluding Holidays). • The following items are excluded in this scope of work: installation labor and materials, conduit, stub -ups, back boxes, plenum cable/wire, dedicated 120 VAC circuits to fire alarm equipment, central station monitoring, spare parts and overtime/premium time labor. Keller Fire & Safety, Inc. will provide the following: Description 1 Stopper II Pull Station Cover w/Spacer, without Horn 1lot Freight The parts & smarts scope of work listed above can be furnished for $167 , excluding taxes. Dual Input Monitor Module Parts & Smarts - Scope of Work: • Furnish addressable dual input module to monitor alarm/trouble contacts in the existing clean agent fire suppression control panel located in Technology A129 that was not indicated on bid documents. • Electrical contractor must furnish labor and materials to install fire alarm equipment listed below. 3/3/2023 Page 1 of 4 KE' L E R r-iwu sc EaAPF—,,r.-v • Scope of work based on labor performed during normal working hours 7:00 AM — 3:30 PM, Monday — Friday (Excluding Holidays). • The following, items are excluded in this scope of work: installation labor and materials, conduit, stub -ups, back boxes, plenum cable/wire, dedicated 120 VAC circuits to fire alarm equipment, central station monitoring, spare parts and overtime/premium time labor. Keller Fire & Safety, Inc. will provide the following: Qtv. Description 1 Dual Input Monitor Module 1 lot Programming, Testing & Commissioning Labor 1lot Freight The parts & smarts scope of work listed above can be furnished for , excluding taxes. Duct Detection Parts & Smarts - Scope of Work. • Furnish two additional addressable duct detectors, sampling tubes and remote test stations for RTU-2 with split return that was not indicated on bid documents. • Electrical contractor must furnish labor and materials to install fire alarm equipment listed below. • Scope of work based on labor performed during normal working hours 7:00 AM — 3:30 PM, Monday — Friday (Excluding Holidays). • The following items are excluded in this scope of work:, installation labor and materials, conduit, stub -ups, back boxes, plenum cable/wire, dedicated 120 VAC circuits to fire alarm equipment, central station monitoring,. spare parts and overtime/premium time labor. Keller Fire & Safety, Inc. will provide the following: Description 2 Duct Detector w/Sampling Tube 2 Remote Test Station, Keyed 1 lot Programming, Testing & Commissioning Labor 1lot Freight The parts & smarts scope of work listed above can be furnished for $97 .0 , excluding taxes. 3/3/2023 Page 2 of 4 FIRE S 194PV�TV Parts & Smarts Inclusion/Exclusions: (The following items checked yes are Included In proposal) Yes No N/A M ❑ ❑ Supply Fire Alarm Control Panel & Peripheral Equipment Listed Above ❑ M ❑ Installation of Fire Alarm Control Panel & Peripheral Equipment Listed Above ❑ M ❑ Terminate Wires in Fire Alarm Control Panel ❑ M ❑ Installation of Initiation and Notification Devices ❑ M ❑ Supply Conduit, Stub -Ups and Back Boxes ❑ M ❑ Installation of Conduit, Stub -Ups and Back Boxes f ❑ M ❑ Supply Wire/Plenum Cable ❑ M ❑ Installation of Wire/Plenum Cable ❑ M ❑ Installation of 120 VAC to Fire Alarm Equipment ❑ ® ❑ Terminate 120 VAC Circuits in Fire Alarm Equipment ❑ M ❑ Installation of AHU Shutdown Control Circuits ❑ M ❑ Terminate AHU Shutdown Control Circuits on Fire Alarm Relays ❑ M ❑ Provide & Install Two Telephone Lines to DACT ❑ ® ❑ Monitoring of DACT by a UL Listed Central Station M ❑ ❑ System Commissioning and Test Documentation { M ❑ ❑ Shop Drawings, Submittals & PE Stamp M ❑ ❑ Prevailing Wage Rates (Platte County) j ❑ M ❑ Overtime/Premium Labor { M ❑ ❑ Permits f ❑ M ❑ Bonds ❑ M ❑ Taxes Please refer to the terms and conditions on page three. Proposal will automatically expire after 30 days due to supply chain shortages and shipping delays that are causing increased equipment costs. Thank you for giving us the opportunity to present this proposal for your consideration. Should you have any questions, please do not hesitate to call. Sincerely, Keller Fire & Safety, Inc. Xe v"A. Va*iSuAirl, Kevin A. VanBuskirk Engineered System Sales Approved by: Stopper II Parts & Smarts Dual Input Monitor Module Parts & Smarts _ Duct Detection Parts & Smarts $9T5.U0 Grand Total: $1,389.50 Company: Signature: Print: 3/3/2023 Page 3 of 4 E LLE' Title: Date: TERMS AND CONDITIONS 1. All invoices will be due Net 30 days with approved credit. 2. Proposal automatically expires Mg days from date submitted. 3. If an order is cancelled, by the purchaser, the purchaser shall pay a fee of 25% of the total amount of the purchase or contract. 4. The purchaser must make a claim of shortage or damages of material within 24 hours of receipt of the material: 5. Keller Fire & Safety will warrant all products to be free of defects in material and workmanship for a period of one (1) year from the date the equipment was delivered to the customer. All products must be properly maintained according to the manufacturer's requirements. 6. Keller Fire & Safety will not be responsible for any damage or bodily injuries when the products are not properly maintained according to the manufacturer's requirements. 7. Keller Fire shall be furnished with complete construction documents at no additional cost including plans, specifications, addenda and electronic CAD drawings. 3/3/2023 Page 4 of 4 CROSSLAND CONSTRUCTION COMPANY, INC. Riverside Public Safety Additions and Renovation - 22MO17RWZD 2990 NW Vivion Road Riverside, MO 64150 F- Potential Change Order Date: 3/1512023 Number: 0066 Subject: New Fire Extinguisher Cabinet Source of Funding: Owner Contract Change Order Description Cost to add a fire extinguisher cabinet per fire marshal direction. Days Requested: 0 Change Total: $412.50 Item Number I Description lAmount 02 Labor to install fire extinguishers and cabinets. $120.00 Approved By: By Signature Date 22MO17RWZD FW: Riverside Public Safety - Fire Extinguisher Cabinet/Fire Extinguisher Quote Marvin McDaniel<Marvin.MCDaniel@kellerfire.com> To ® Ryan Wacker Cc 'JDaleGrafke Reply Reply All —i Forward ® I Tue 3/14/2023 4 2 PM EXTERNAL EMAIL• This email orionated from outside of the organ¢aticin. Do not crick links or open attachmentsunless you recognize the sender and know the content is safe_ Ryan, Pricing for the above referenced job as follows: City will provide 1) 1027F1010# ABC Fire Extinguisher Cabinet @ $245.00 Ea. 1) RVDCL Red Vertical Die Cut Letters @ $10.00 Ea. City will provide 1) B45 6 10# A13G Fir anguish i @ $114.39f. $255.00 _ $664.59 Pius Fire extinguishers replaced at Crossland's Thank you for providing 4) B45610#ABC Fire Extinguishers @ $114.59 Ea. a cost due to use or missing extinguishers. = $458.36 Grand Total = $1,122.59 The above quote does not include any applicable Sales Tax, Delivery, or Installation. CROSSLAND CONSTRUCTION COMPANY, INC. Potential Change Order Riverside Public Safety Additions and Renovation - 22MO17RWZD 22MO17RWZD 2990 NW Vivion Road Riverside, MO 64150 Date: 3/15/2023 Number: 0067 Subject: Deduct for Elevator Company to Assist Fire Alarm Source of Funding: Owner Contract Change Order Description Cost for General Elevator to assist Keller Fire install new devices. Days Requested: 0 Change Total: $ 170.00 Item Number Description Amount 01 Deduct for Elevator company to assist Keller Fire. $,�170. O Approved By: By Signature Date CITY OF RI®VERSI MISSOURI Upstream from ordinary. 2950 NW Vivion Road Riverside, Missouri 64150 MEMO DATE: March 15, 2023 AGENDA DATE: March 21, 2023 TO: Mayor and Board of Aldermen FROM: Noel Bennion RE: Change Order 16: Crossland Construction Company, Inc. Additions & Renovation Riverside Public Safety (537-086) BACKGROUND: Light dimming capacity needs to be added for the Training Room and Dispatch. Several improvements to the fire alarm system, including smoke detector in drug storage, dual input fire alarm for the IT room, fire alarm covers in secure areas, duct detectors for RTU-2, and a new fire extinguisher cabinet._ An additional speaker was added for dispatch fire calls. Some lights in Dispatch needed to be relocated due to a conflict with the fire suppression system. Deducts are included for selecting to replace bulbs instead of fixtures for the display cabinets and using a continuity test for the lightning protection system. This also includes a reimbursement for a portion of an invoice from General Elevator for an inspection. BUDGETARY IMPACT: An increase of $8,852.54. Contract Amount $4,717,000.00 -Original Total of Previous Changes** $ 209,247.33 Total this Change Order $ 8,852.54 Current Contract Total $4,935,099.87 RECOMMENDATION: Staff recommends approval of the resolution and acceptance of the change order with Crossland Construction Company, Inc. **LISTING OF PREVIOUS CHANGE ORDERS: COI: Relocate conduit in walls $ 33,413.48 CO2: Replace degraded sewer pipe $ 9,671.55 CO3: Reuse existing VAV units -$ 2,535.81 C04: Keep existing windows -$ 3,520.91 C05: Lighting, vapor barrier, panels $ 2,425.95 C06: Rated Ceilings, floor drains, roof coping, broken sanitary pipe $ 62,533.52 C07: Vanity, interview & bunk lights, locker ventilation $ 5,982.93 C08: Remove soap dispensers $-1,751.19 C09: PR13, Fire Kitchen Hood, Fire Conference Room, etc. $ 29,269.94 CO 10: New flashing for existing condenser roof units $ 6,899.55 CO 1 I: Parapet walls, window caulking, drain tile & RTU curb $ 17,176.88 CO 12: Cat 6A, records wall, pinhole cameras, louver, RGBW, countertops & fitness room ceiling tiles. $ 24,449.09 CO 13: Broken gate valve, roof blocks, ceiling for Fire Storage/Ice $ 3,567.73 CO 14: Detective wall adjustment, plumbing backer boxes, X bracing electrical $ 7,125.51 CO 15: Thermostat, roof conduit, lightning protection, Police corridor flooring, dispatch ceiling tile, 2 added AV boxes. Contract time extension. $ 14,539.11 Total $ 209,247.33