Loading...
HomeMy WebLinkAbout24-0814 FH Paschen Police Interview Rooms ay_ c n i t}- August 14, 2024 Agenda "?0,,c4_ Bid Item: #2 — Improve Sound Dampening of Police Major Investigations Division Interview Rooms —Job Order Contract ($116,123) JOB ORDER CONTRACT AGREEMENT THIS AGREEMENT is dated this 14th day of August , 2024, by and between the City of Elgin, an Illinois Municipal Corporation(herein called "City")and F.H. Paschen, S.N. Nielsen & Associates, LLC, an Illinois limited liability company (herein called "Contractor"), a corporation with a principal place of business at 5515 N. East River Road,Chicago, Illinois 60656. WHEREAS, the City has requested and Contractor has provided a proposal for a job order contract to provide for the renovation of the interview rooms at the Elgin Police Department; and WHEREAS, Contractor submitted a proposal for a job order contract for such work dated June 12, 2024, consisting of ten (10) pages, attached hereto as Attachment A ("Contractor's Job Order Contract Proposal"); and WHEREAS,the City Council has determined that it to be in the best interests of the City to award the contract to the Contractor for such renovation of the interview rooms at the Elgin Police Department(hereinafter referred to as the"Work"). NOW, THEREFORE, in consideration of the mutual promises and covenants herein, the sufficiency of which is hereby acknowledged,the parties hereto hereby agree as follows: Article 1. Work. Contractor shall complete the Work as specified in the Contract Documents. The Work is generally described as follows: This project will generally be comprised of the renovation of the interview rooms at the Elgin Police Department. The scope of Work is summarized in Contractor's Job Order Contract Proposal and includes the renovation of the interview rooms at the Elgin Police Department. Article 2. City Representative. There is no Engineer for the Work. The City's Building Maintenance Superintendent shall act as City's representative and shall assume and provide such duties and obligations of the Engineer to the extent provided in the Contract Documents. Article 3. Work Completion, Liquidated Damages, Delays and Damages. 3.1. Work Completion. The Work shall be completed as provided in the Contract Documents. Substantial completion shall be within 120 calendar days of written Notice to Proceed. Final Completion shall be within 240 calendar days of written Notice to Proceed. In the event of any conflict between these dates and dates elsewhere in the Contract Documents, these dates shall prevail. Time is of the essence of this Agreement. 3.2. Liquidated Damages. The City and Contractor agree that as reasonable liquidated damages for delay (but not as a penalty) Contractor shall pay City $300.00 for each day beyond the time specified for Substantial Completion in the Contract Documents. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the times specified in the Contract Documents (hereinafter referred to as "Contract Times") or any proper extension thereof granted by City, Contractor shall pay City $300.00 for each day beyond the time for Final Completion. Contractor agrees and acknowledges that such liquidated damages constitute a reasonable estimate of City's actual damages. Such liquidated damages shall constitute City's sole recourse for and shall constitute full satisfaction of City's actual damages resulting from Contractor's delay. Contractor further acknowledges and agrees that in the event any provisions in any of the Contract Documents conflict with the provisions of this paragraph or otherwise provide for damages resulting from Contractor's delay,the provisions of this paragraph shall control,and such conflicting provisions and any Contract Documents shall not constitute, and shall not be construed as, a basis by which to render the provisions of this paragraph unenforceable. 3.3. Delays and Damages. In the event Contractor is delayed in the prosecution and completion of the Work or achievement of any Contract Times because of any delays caused by City or Engineer, Contractor shall have no claim against City or Engineer for damages or contract adjustment other than an extension of the Contract Times as provided herein and the waiving of liquidated damages during the period occasioned by the delay. Article 4. Contract Price. City shall pay Contractor$116,123.02 as indicated in the Contractor's Job Order Contract Proposal for completion of the Work in accordance with the Contract Documents. Article 5. Payments. 5.1. Payments. City shall make payments on the basis of Contractor's Applications for Payment as recommended by the City's Building Maintenance Superintendent,in conformance with the City of Elgin's accounts payable schedule. All payments shall be based on the progress of the Work measured by the schedules provided in the Contract Documents. Notwithstanding anything to the contrary in any Contract Documents,City shall be entitled to withhold any payments pending the submission of partial or full waivers of lien and/or certifications verifying the receipt of payment for all work performed by all subcontractors up to the date of Contractor's application for partial or final payment in City's sole discretion. City shall further be entitled to make such payments directly to any subcontractors as may be necessary to obtain such lien waivers and/or certifications. In the event City makes any such payments directly to any subcontractors, the amount of such payments shall be deducted from the total amount due to Contractor pursuant to this Agreement; and Contractor shall provide a written release to City in the amount of any such payments upon ten(10) days written demand. Concurrent with all applications for payment, Contractor shall provide City with a sworn certification of all work performed by all subcontractors and amounts paid to all subcontractors as of the date of application. 5.2. Retainage. City may withhold, from all payments prior to Substantial Completion, an amount equal to up to ten percent (10%) of work completed, at City's sole discretion. Upon 2 Substantial Completion, City may release a portion of the retainage to Contractor, retaining at all times an amount sufficient to cover the cost of the Work remaining to be completed, at City's sole discretion. The time for payment of any retainage from City to Contractor shall be at City's sole discretion. Such payment shall not be unreasonably withheld. 5.3. Final Payment. The City shall not be required to make final payment prior to completion and acceptance of the Work by the City. Article 6. Contract Documents. There are no Contract Documents other than those listed below. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: a. This Agreement. b. Contractor's Job Order Contract Proposal,attached hereto as Attachment A. c. General Conditions,based upon EJCDC No. 1910-8 (1996 Edition) as modified by the City of Elgin, Illinois, attached hereto as Attachment B. d. Supplementary Conditions Regarding Insurance, attached hereto as Attachment C. e. Attachment D. Intentionally Omitted. f. City Forms attached hereto as Attachment E. g. Certificates of Insurance. h. Bonds i. Notice to Proceed. j. The terms of a Joint Purchasing Agreement through National Cooperative Purchasing Alliance, under Contract No. 04-27 for a base term September 5, 2023 to August 31, 2026, incorporated herein by reference. In the event of any conflict between the terms of the Joint Purchasing Agreement through National Cooperative Purchasing Alliance, and the other Contract Documents and this Agreement, the other Contract Documents and this Agreement shall supersede and control. k. Any subsequent Written Amendments to any documents listed above and other documents amending,modifying or supplementing the Contract Documents,which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. This Agreement and the Contract Documents listed above comprise the sole and exclusive Agreement between the parties hereto. There are no other agreements between the parties hereto either oral or written, and neither this Agreement nor any Contract Documents shall be modified or amended without the written consent of the authorized representatives of the parties hereto. Article 7. Prevailing Wage. This Agreement calls for the construction of a "public work" within the meaning of the Illinois Prevailing Wage Act, 820 ILCS 130/.01, et seq., as amended. The Prevailing Wage Act requires contractors and subcontractors to pay laborers, workers, and mechanics performing services on public works projects no less than the current "prevailing rate of wages" (hourly cash wages plus 3 amount for fringe benefits)in the county where the work is performed. The Illinois Department of Labor publishes the prevailing wage rates on its website at http://labor.illinois.gov/. The Illinois Department of Labor revises the prevailing wage rates and the contractor/subcontractor has an obligation to check the Illinois Department of Labor's website for revisions to prevailing wage rates. For information regarding current prevailing wage rates, please refer to the Illinois Department of Labor's website. All contractors and subcontractors rendering services under this Agreement must comply with all requirements of the Prevailing Wage Act, including but not limited to, all wage requirements and notice and record keeping duties. Article 8. Nondiscrimination/Affirmative Action. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, age, ancestry, order of protection status, familial status, marital status, physical or mental disability, military status, sexual orientation, or unfavorable discharge from military service which would not interfere with the efficient performance of the job in question. Contractor shall take affirmative action to comply with the provisions of Elgin Municipal Code Section 5.02.040 and will require any subcontractor to submit to the City a written commitment to comply with those provisions. Contractor shall distribute copies of this commitment to all persons who participate in recruitment, screening,referral and selection of job applicants and prospective subcontractors. Contractor agrees that the provisions of Section 5.02.040 of the Elgin Municipal Code, 1976,as amended, is hereby incorporated by reference,as if set out verbatim. Article 9. Miscellaneous. a. Terms used in this Agreement shall have the meanings indicated in the General Conditions. b. No assignment or delegation by a party hereto of any rights under,obligations or interests in the Contract Documents shall be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law); and unless specifically stated to the contrary in any written consent to an assignment,no assignment shall release or discharge the assignor from any duty or responsibility under the Contract Documents. c. City and Contractor each binds itself, its partners, successors, employees, assigns, and agents to the other party hereto, its partners, successors, employees, assigns, and agents in respect of all covenants, agreements, and obligations contained in the Contract Documents. d. The business address of Contractor is hereby designated as the place to which all notices, letters,and other communication to Contractor shall be mailed or delivered. The address of City is hereby designated as the place to which all notices, letters, and other communication to the City shall be mailed or delivered. Such notices, letters and other communications shall be directed to the City's General Services Manager. Either party 4 may change its address at any time by an instrument in writing delivered to Engineer and to the other party. e. The terms and provisions of this Agreement shall be severable. In the event any of the terms or provisions of this Agreement shall be deemed to be void or otherwise unenforceable for any reason,the remainder of this Agreement shall remain in full force and effect. f. This Agreement shall be subject to and governed by the laws of the State of Illinois. Venue for the resolution of any disputes and the enforcement of any rights arising out of or in connection with the Agreement shall be in the Circuit Court of Kane County, Illinois. g. This Agreement shall not be construed so as to create a partnership, joint venture, employment or agency relationship between the parties hereto except as may be specifically provided for herein. h. In the event of any conflict between any of the terms or provisions of this Agreement and any other Contract Documents, the terms and provisions of this Agreement shall control. i. Indemnification. To the fullest extent permitted by law, Contractor agrees to and shall indemnify,defend and hold harmless the City,the Engineer, Engineer's consultants and the officers, employees, boards and commissions of each and any of them from and against any and all claims, suits,judgments, costs, attorneys' fees, damages or any and all other relief or liability arising out of or resulting from or through, or alleged to arise out of, any acts or negligent acts or omissions of Contractor or Contractor's officers, employees,agents or subcontractors in the performance of this Agreement,or arising out of or in connection with litigation based on any mechanic's lien or other claims, suits, judgments and/or demands for damages by subcontractors. In the event of any action against the City, its officers, employees, agents,boards or commissions covered by the foregoing duty to indemnify, defend and hold harmless, such action shall be defended by legal counsel of City's choosing. In the event and to the extent that any legal work is performed by City's in-house legal counsel pursuant to the provisions of this section, City shall be reimbursed by Contractor for such legal work at the rate of$200 per hour, which rate Contractor hereby agrees and acknowledges to be a reasonable rate for such in-house attorneys' fees. The provisions of this paragraph shall survive any expiration and/or termination of this Agreement. j. Compliance with Laws. Notwithstanding any other provision of this Contract it is expressly agreed and understood that in connection with the performance of this Contract that the Contractor shall comply with all applicable Federal, State, City and other requirements of law, including, but not limited to, any application requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Contractor shall also at its expense secure all permits and licenses, pay all charges and fees and give all notices necessary and incident to the due and lawful 5 prosecution of the work, and/or the products and/or services to be provided for in this Contract. The City shall have the right to audit any records in the possession or control of the Contractor to determine Contractor's compliance with the provisions of this section. In the event the City proceeds with such an audit the Contractor shall make available to the City the Contractor's relevant records at no cost to the City. Contractor shall pay any and all costs associated with any such audit. Without limiting the foregoing, Contractor hereby certifies, represents and warrants to the City that all Contractor's employees and/or agents who will be providing products and/or services with respect to this Contract shall be legally authorized to work in the United States. k. No Interest. Contractor hereby waives any and all claims to interest on money claimed to be due pursuant to this Agreement, and all such rights to interest to which it may otherwise be entitled pursuant to law,including,but not limited to,pursuant to the Local Government Prompt Payment Act(50 ILCS 505/1, et seq.), as amended, or the Illinois Interest Act(815 ILCS 205/1,et seq.), as amended. 1. Limitation of Actions. Contractor agrees that any cause of action, lawsuit or other legal claim by the Contractor arising out of this Agreement must be filed within one year of the date the alleged cause of action,lawsuit or other legal claim arose or the same will be time barred and waived and released by the Contractor. m. Registration. Contractor hereby warrants and represents that it is registered with the Illinois Secretary of State's Office or has been incorporated in the State of Illinois; and such entity further hereby warrants and represents that it is in good standing in the state of its incorporation or organization. n. Counterparts and Execution. This Agreement may be executed in counterparts, each of which shall be an original and all of which shall constitute one and the same agreement. This Agreement may be executed electronically, and any signed copy of this Agreement transmitted by facsimile machine,email,or other electronic means shall be treated in all manners and respects as an original document. The signature of any party on a copy of this Agreement transmitted by facsimile machine, email,or other electronic means shall be considered for these purposes an original signature and shall have the same legal effect as an original signature. 6 IN WITNESS WHEREOF,City and Contractor have signed this Agreement. This Agreement shall be effective on August 14 , 2024. CONT CTOR: CI of Elgin OgOally sign d by Joshua Curran 4 iteep • ON cn=Joshua Curran.c=VS6 ' o=F.H.Paschen, e email=lcurran@Mpaschen.com Dale 2024.08.0715.29.29-05'00• By: Josh Curran By: Richard G. Kozal Title: Vice President Title: City Manager Address for giving notices: Address for giving notices: F.H.Paschen,S.N.Nielsen&Associates,LLC City of Elgin 5515 N.East River Road 150 Dexter Court Chicago, Illinois 60656 Elgin, Illinois 60120 Attn: Project Manager Attn: Glen Denman FEIN ## 36-4518443 Legal Dept'Agreement\Paschen Agr-Police Dept Interview Rooms Renovation-7-25-24.docx 7 _ Attachment A rim? June 12, 2024 City of Elgin 151 Douglas Avenue Elgin, IL 60120 Attn: Glen Dettman RE: Elgin Police Station Interview Rooms Dear Mr. Dettman, F.H. Paschen has visited the project site with the City of Elgin and agreed to the following scope of work. We are pleased to present the following scope of work for your review. Carpentrv/Demolition • Install temporary floor protection board for construction duration. • Install plastic barrier with HEPA negative air units for dust control. • Demolish and dispose acoustical tile on wall,ceiling tile and grid. • Cut opening for(1)new door and channel to install wall insulation. • Frame(1)new partition wall in interview room#4. • Furnish and install new blown wool insulation for interior walls. • Furnish and install new"Audio seal sound barrier"on wall type A. • Furnish and install new"Whisper clips"and 7/8"hat channel on wall type A. • Furnish and install new(1)layer of 5/8"type X drywall on both sides of wall type A. • Furnish and install new(1)layer of 5/8"type X drywall with Green Glue Dampening Compound on interior side of interview rooms. • Patch ceiling grid at new partition in interview room#4. • Furnish and install new"Armstrong Calla"revealed edge ceiling tile in interview room#4. • Furnish and install new"Acoustical Solutions Privacy Sheild Ceiling Tile Barrier"in interview room#2. • Furnish and install new"Acoustical Solution Alphasorb Fabric wrapped panel 2"FR701"on(1)side of wall type C partitions up to ceiling. • Furnish and install(1)new H.M. frame and unfinished maple door. Painting • Tape and sand new drywall. • Patch existing drywall as required. • Prepare existing walls for new finishes as required. • Paint the hollow metal door frames and finish the new wood door. • Prime and paint the walls through the interview rooms and closet. F.H.PASCHEN,S.N.NIELSEN&ASSOCIATES LLC F.H. PASCHEN 5515 N. East River Road,Chicago, IL 60656 p.773.444.3474 f.773.693 0064 I www.fhpaschen.com rim? Electrical • Change out device mud rings to work with the added layer of drywall. • Demolish and dispose existing data cables in each interview room. • Furnish and install (4)new category 6 cables to(3)4D locations in interview rooms. • Furnish and install(12)new category 6 jacks,and associated faceplates. • Remove and reinstall (3)fire alarm strobes in interview rooms. • Furnish and install (2)new 2'X2' fixtures. • Furnish and install(2)new 2'X4' fixtures. • Furnish and install (4)new"Interview in progress"signs. • Furnish and install (1)new category 6 patch panel. • Test&certify(12)category 6 cables,and(3)strobes. • Patch access holes. Fire Sprinklers • Furnish and install sprinklers into un-sprinkled interview rooms and replace existing concealed sprinkle escutcheons to new white concealed escutcheons. Flooring • Demolish and dispose existing carpet tiles and adhesive. • Furnish and install new Shaw Bisect Tiles. • Furnish and install RB-1 Johnsonite/Tarkett 4" vinyl cove base. HVAC • Disconnect and dispose of(6)existing supply and return grilles and diffusers. • Furnish and install (6)new supply and return grilles and diffusers. • Furnish and install supply,return and transfer duct as needed. o 1" acoustical lining on duct. • Furnish and install (2)new wall mounted transfer grilles. • Test operations. The cost to furnish and install the above referenced work is One Hundred Sixteen Thousand One Hundred Twenty-Three Dollars,$116,123.00 FE? Clarifications • This proposal includes using the National Cooperative Purchasing Alliance(NCPA)Agreement,Contract #04-27 and includes the associated fees. • This proposal excludes permit fees. • This proposal excludes the removal and disposal of any hazardous material. • This proposal excludes any unforeseen conditions that may arise. • This proposal excludes any overtime or premium time,proposal is based on normal work hours. • This proposal excludes any payment and performance bonds. • This proposal excludes sales tax. • This proposal excludes any site restoration. • This proposal excludes any plumbing work. • This proposal excludes any site utilities work. • This proposal excludes natural gas piping. • This proposal excludes any repair,replacement,or re-location of piping underground. • This proposal excludes any design,engineering,or associated drawings. • This proposal excludes any furniture or equipment movement. • This proposal excludes any floor moisture mitigation. • This proposal excludes any new power for devices in rooms. • This proposal includes only the following items described in the above scope. Please review this information at your earliest possible convenience and advise us as to how you wish to proceed. All required documents will be submitted at your request. If you have any questions or concerns,please do not hesitate to call. City of Elgin Date V 4K.iee De41.4 06/12/2024 F.H. Paschen, S.N.Nielsen&Associates,LLC Date rim? Final Estimate Daniel Ciszewski F.H. Paschen 0000-NCPA-Base Term-9/05/2023 to 8/31/2026 F.H. PASCHEN Elgin Police Station Interview Rooms -4642 NCPA 04-27 2023-0027 Daniel Ciszewski Estimator: Daniel Clszewskl Summary of tagged estimates... Division Summary(MF04) _ 01-General Requirements __ $24,639.29 21-Fire Suppression $1,483.00 02-Existing Conditions $5,513.20 22-Plumbing $740.00 03-Concrete $531.20 23-Heating,Ventilating,and Alr-Conditioning(HVAC) $4,607.00 07-Thermal and Moisture Protection $17,057.67 28-Electrical _ $3,168.00 08-Openings _ _ $2,370.00 27-Communications $3,680.00 09-Finishes $14,199.90 Alternate $18,723.81 13-Special Construction $5,418.00 MF04 Total(tIVNhouttotalling components) $102,131.07 Totalling Components Priced Line Items $102,131.07 NCPA-Regular Hours r-0.6000%) $(812.80) RSMeans NORTH SUBURBAN,IL CCI 202401,114.30% $14,804.75 Material,Labor,and Equipment Totals(No Totalling Components) Material: $38,584.90 Labor: $61,883.61 Equipment: $1,362.55 Other. $300.01 Laborhours: 478.38 Green Line Items:4 $7,594.70 Grand Total $116,123.02 Printed 11 JUN 2024 5:02PM v2.845 Page 1 of 7 Elgin Police Station Interview Rooms-4642 NCPA 04-27 2023-0027 Final Estimate Estimator: Daniel Ciszewski Combined estimates... Item Description UM Quantity Unit Cost Total Book 01 -General Requirements 1 01-21-16-50-0100 Contingencies,for estimate at preliminary working drawings stage(Design Project 3.000.0000 10.0000% $300.00 SM24 C Development) Shop drawings 2 01-21-53-50-1750-L Cost adjustment factors,protection of existing work,add to construction costs Costs 116,000.0000 7.0000% $8,120.00 RSM24FAC for particular job requirements,maximum L. O&P 3 01-54-36-50-1200 Mobilization or demobilization,delivery charge for small equipment,placed in Ea. 18.0000 $258.00 $4,644.00 RSM24FAC rear of.or towed by pickup truck L.E. OSP Mobilization and demobilization of crews and equipment 4 01-56-16-10-1085 Negative air machine,1800 CFM Ea. 2.0000 $990.00 $1,980.00 RSM24FAC M. O&P HEPA negative air units for project duration 5 01-56-16-10-4010 Dust&infectious control partition,adjustable.obscured vision,to 10'high,3' Ea. 14.3667 $585.75 $8,415.29 RSM24FAC wide panel M.L. B Dust enclosure 47/3-1.3 6 01-56-16-10-4050 Dust&infectious control partition,adjustable,obscured vision,to 10'high,2' Ea. 2.0000 $590.00 $1,180.00 RSM24FAC wide panel, HEPA discharge port M.L. 08P Hepa neg air machine opening 01 -General Requirements Total $24,639.29 02 - Existing Conditions 7 02-41-19-19-0725 Selective demolition,rubbish handling,dumpster,20 C.Y.,5 ton capacity, Week 2.0000 $625,00 $1,250.00 RSM24FAC weekly rental,includes one dump per week,cost to be added to demolition cost M. O&P Dumpster for construction waste 8 02-41-19-19-2200 Selective demolition,rubbish handling,0'-100'haul,load,haul,dump and C.Y. 40.0000 $98.00 53,920.00 RSM24FAC return,hand carried,including 21-40 riser stairs,cost to be added to demolition L. B cost Disposal of waste from second floor 9 02-87-19-20-0140 Infectious control protection,tempered hardboard,1/8",floor covering.includes S.F. 130.0000 $2.64 $343.20 RSM24FAC PPE M.L. 08P Hardboard floor protection 02-Existing Conditions Total $5,513.20 03 -Concrete 10 03-35-43-10-0210 Polished concrete floors,processing of interior floors,grinding and edging with M.S.F. 0.2560 $2,075.00 $531.20 RSM24FAC diamond/metal matrix.40-grit,includes wet grinding,wet vac pick-up,auto M.L.S. 08P scrubbing between grit changes Floor grinding. 176+80 03-Concrete Total $531.20 Printed 11 JUN 2024 5:02PM v2.645 Page 2 of 7 Elgin Police Station Interview Rooms-4642 NCPA 04-27 2023-0027 Final Estimate Estimator: Daniel Ciszewski Combined estimates... Item Description UM Quantity Unit Cost Total Book 07 -Thermal and Moisture Protection 11 07-21-29-10-0100 Sprayed insulation.fibrous/cementitious,attic,5.2"thick,R19 S.F. 810.0000 $5.75 $4,657.50 RSM24FAC Gm,M.L.E. 08P Fill interior wall partitions with sound control insulation 9'tallx90LF=810 12 07-92-19-10-0040 Joint sealants,caulking and sealants,acoustical sealants,elastomeric, L.F. 2,725.3125 $4.55 $12,400.17 RSM24FAC cartridges,1/2"x 3/4",in place M'L' O&P Furnish and install Green Glue Dampening Compound between exising drywall and new "A case Compound contains 12-(28 oz.)tubes covenng about 192 sq.ft" (1026 sgft t 192 sgft per 12)=5.3438 cases of 12 28 oz tub is roughly 42.5 LF at 12-bead as specified (1026/192)•12.42.5 07-Thermal and Moisture Protection Total $17,057.67 08 -Openings 13 08-12-13-13-1200 Frames,steel,knock down,hofowmetal,single, 16 ga-,up to 8-3/4"deep.3'-0' Ea. 1.0000 S685.00 $685.00 RSM24FAC X 7-0' M.L. O&P New door frame 14 08-14-16-09-4140 Door,wood,exterior,flush,solid core,oak faced,3'-0"x 7'-0"x 1-3/4" Ea. 1.0000 $550.00 $550.00 RSM24FAC M.L O&P New wood door 15 08-71-20-30-8030 Door hardware,door closer,surface mounted,light duty,parallel arm,primed, Ea. 1.0000 $395.00 $395.00 RSM24FAC traditional M,L. O&P Door hardware 16 08-71-20-42-1130 Door hardware,mortise lockset,commercial,wrought knobs and sectional trim, Ea. 1.0000 $740.00 $740.00 RSM24FAC single cylinder,typical,grade 1 M.L, o&P Door lock end handle 08-Openings Total $2,370.00 09 - Finishes 17 09-21-16-33-3800 Partition wall,interior,standard,taped both sides,installed on&incl.25 ga. NLB S.F. 81.0000 $6.85 5554.85 RSM24FAC metal studs,3-5/8"wide, 16"OC,8'to 12'high,5/8"gypsum drywall M.L OaP Frame,install drywall,tape and mud for new closet wal 18 09-22-13-13-1940 Furring,walls,on steel,galvanized with sound Isolation clips,7/8"channels, 16" S.F. 81.0000 $9.05 $733.05 RSM24FAC OC M.L. O&P Furnish and Install Whisper clips and furring on new wall 19 09-29-10-30-2150 Gypsum wallboard,on walls,fire resistant,taped&finished(level 4 finish),5/8" S.F. 1,026.0000 $2.25 $2,305.50 RSM24FAC thick M,L, O&P Furnish and install new layer of fire rated dry wall in interview rooms (38+76)•9 20 09-29-10-30-2150 Gypsum wallboard,on walls,fire resistant,taped&finished(level 4 finish).5/8" S.F. 228.0000 $2.25 llllQl $513.00 RSM24FAC M.L, 0&P PM h 2'wide channel at top of wall after blown in insulation (WW2 Printed 11 JUN 2024 5:02PM v2.645 Page 3 of 7 Elgin Police Station Interview Rooms-4642 NCPA 04-27 2023-0027 Final Estimate Estimator Daniel Ciszewski Combined estimates... 09-FInIshes Item Description UM Quantity Unit Cost Total Book 21 09-51-23-10-1165 Suspended acoustic ceiling tiles,mineral fiber tile,tegular,fine textured,2'x 2' S.F. 176.0000 $6.25 $1,100.00 RSM24FAC or 2'x 4'.3/4"thick M.I_ o&P New ceiling Me in interview room#4 176 22 09-53-23-30-0300 Acoustic ceiling grid,2'x 2' S.F. 176.0000 $4.04 $711.04 RSM24FAC M,L O8P New ceding grid in interview room 04 176 23 09-65-10-10-3600 Latex underlayment,cementitious for resilient flooring,1/8"thick S.F. 260.0000 $5.25 $1,365.00 RSM24FAC M.L O8P Skim coat 24 09-65-13-13-0700 Wall base,vinyl,straight or cove, standard colors.4"high, 1/8"thick L.F. 114.0000 $3.91 $445.74 RSM24FAC M.L O8P Furnish and install vinyl wall base 38+52+24 25 09-65-13-13-0730 Wall base,vinyl corners,standard colors.4"high,1/8"thick Ea. 22.0000 $7.35 $161.70 RS8124FAC N.L. O8P Wall base corners 26 09-65-13-37-0115 Vinyl transition strip,various material to various materials,1/4"to 3/8" L.F. 9.0000 $10.65 $95.85 RSM24FAC M.L. oaP Transition strips 3'3 27 09-68-13-10-5060 Carpet tile,tufted nylon.42 oz.,18"x 18"or 24"x 24" S.Y. 28.8889 $56.00 $1,617.78 RSM24FAC M.L. OSP Furnish and install new carpet tie 28 09-84-13-10-0200 Sound absorbing panels,perforated steel facing,painted.modular space units. S.F. 80.0000 $20.50 $1,640.00 OAP ceiling or wall hung,white or colored,2-1/4"thick,Includes fiberglass or mineral filler,excludes backs Sound absorbing panels above ceiling ties in interview room 2 29 09-84-36-10-1100 Acoustical barrier,sheet lead,vinyl foam reinforced. 1 lb per SF,1/8"thick S.F. 81.0000 $9.08 $735.48 RSM24FAC M.L. B Furnish and install audioseal sound barrier on new wall 1 lb per SF.178"thick 30 09-91-23-20-6320 Refinish wood furniture,prep for painting,sanding S.F. 42.0000 59.05 $389.10 RSM24FAC M.L 08P Prepare new door for stain (b'7)'2 31 09-91-23-20-6350 Refinish wood furniture,stain and wipe,brushwork S.F. 42.0000 $1.26 $52.92 RSM24FAC M.L. 08P Stain wood door 32 09-91-23-72-0590 Paints&coatings,walls&ceilings,interior,concrete,drywall or plaster, latex L.F. 445.0000 $1.07 $476.15 RSM24FAC paint,2 coats.smooth finish,cut-In by brushwork M.L. O&P Cut in corners of walls,top and bottom penmeler of rooms (38.5+52+24)'2+(9'12)'2 33 09-91-23-72-0840 Paints&coatings,walls&ceilings,interior,concrete,drywall or plaster,latex S.F. 1.030.5000 $1.27 51,308.74 RSM24FAC paint,2 coats,smooth finish,roller N.L. 08P Prime and paint walls as required. (52+38.5+24)'9 Printed 11 JUN 2024 5:02PM v2.645 Page 4 of 7 Elgin Police Station Interview Rooms-4642 NCPA 04-27 2023-0027 Final Estimate Estimator: Daniel Ciszewski Combined estimates... 09-Finishes Item Description UM Quantity Unit Cost Total Book 09-Finishes Total $14,199.90 13 -Special Construction 34 13-48-13-50-1200 Sound absorbing panel,fabric faced,2-'6"x 8',over 1,000 SF SF Surf 252.0000 $21.50 $6,418.00 RSM24FAC M,L 0&P Fabric faced panel on walls type C-CTC mentions"over 1000 stiff'however does not have line Rem for under 1000 sqft (18+10)'9 13-Special Construction Total $5,418.00 21 - Fire Suppression 35 21-05-23-50-9990 Water-based fire suppression piping,minimum labor/equipment charge Job 1.0000 $291.00 $291.00 RSM23FAC L. 0&P Minimum tabor charge to flush system 36 21-13-13-50-1960 Sprinkler system components,connector for sprinkler heads.60"length, 1/2" Ea. 4.0000 $117.00 $468.00 RSM24FAC and 3/4"outlet size M.L 0&P Spinkler arm overs as required 37 21-13-13-50-2440 Sprinkler system components,sprinkler head escutcheons,recessed type, Ea. 4.0000 $26.00 $104.00 RSM23FAC chrome or white enamel M.L. 0&P Furnish and install new Sprinkler escutcheons 38 21-13-13-50-5620 Sprinkler system components,sprinkler heads,concealed,complete with Ea. 4.0000 $155.00 $620.00 RSM23FAC coverplate,135-212 degrees F,1/2"NPT, 1/2"orifice,excludes supply piping M,L, O&P Instil lire protection supression sprinklers in 2 rooms 21 -Fire Suppression Total $1,483.00 22 -Plumbing 39 22-11-13-44-0600 Pipe,steel,black,threaded, 1-1/2"diameter,schedule 40,Spec.A-53,includes L.F. 20.0000 $37.00 $740.00 RSM23FAC coupling and clevis hanger assembly sized for covering,10'CC U.L CaP Furnish and instal sprinkler piping for spnnkter relocations 22-Plumbing Total $740.00 23 - Heating, Ventilating, and Air-Conditioning(HVAC) 40 23-33-46-10-5050 Ductwork,flexible aluminum,acoustical,fiberglass Insulation 1-1/2"thick,1/2 lb. L.F. 50.0000 $31.00 $1,550.00 RSM24FAC density,UL approved,12"diameter,pressure to 2"(WG)NFPA-90A,with M.L. o&P polyethylene jacket Furnish and Install supply,return and transfer duct with 1"acoustical lining 41 23-37-13-10-2540 Diffuser,aluminum,ceiling,combination supply and return,24"x 24"supply,18" Ea. 6.0000 $415.00 $2,490.00 RSM24FAC x 18"return,includes opposed blade damper M.L. OW Furnish and install new Titter supply and return grilles and diffusers. 42 23-37-13-10-2540-1080 Labor adjustment factor(mechanical),general, 10'to 14.5'high,add to labor for Ea. 6.0000 $11.00 $66.00 RSM24FAC elevated installation(above floor level),for Division 21,22 and 23 only(Modified L OW using 22-01-02-20-1080) Printed 11 JUN 2024 5:02PM v2.645 Page 5 of 7 Elgin Police Station Interview Rooms-4642 NCPA 04-27 2023-0027 Final Estimate Estimator. Daniel Ciszewski Combined estimates... 23-Heating,Ventilating,and Air-Conditioning(HVAC) item Description UM Quantity Unit Cost Total Book Furnish and install new Titus supply and return grilles and diffusers- 43 23-37-13-10-2540-4140 Labor adjustment factor(mechanical),general,add to labor for working in Ea. 6.0000 $27.50 $165.00 RSM24FAC existing occupied office building,for Division 21,22 and 23 only(Modified using L. O&P 22-01-02-20-4140) Furnish and install new Titus supply and return grilles and diffusers. 44 23-37-13-30-5240 Grille,aluminum,transfer grille,vision proof,24"x 24" Ea. 2.0000 $168.00 $336.00 RSM24FAC M L 08P Transfer grille 23-Heating,Ventilating,and Air-Conditioning(HVAC)Total 34,607.00 26 - Electrical 45 26-51-13-55-0910 Interior LED fixts,troffer,recess mounted,rxr,4.000K Ea. 2.0000 $294.00 $588.00 RSM24FAC M.L 08P Furnish and Install new 2x2 lighting 46 26-51-13-55-1010 Interior LED fixtures,troffer,recess mounted,4,800 lumens.2'x 4',replaces Ea. 2.0000 5370.00 $740.00 RSM24FAC three T8 lamp,Intl lamps,mounting hardware and connections cm.M.L 080 Furnish and install new 2x4 lighting 47 26-52-13-16-0230 Exit lighting.LED vandal-resistant.single face.single face.ceiling or wall mount Ea. 4.0000 $460.00 51,840.00 RSM24FAC Gm,M.L O8P 4 interview in progress signs 26 -Electrical Total 33,168.00 27 - Communications 48 27-11-19-10-2960 Patch panel,jack RJ-45/110 type,24 ports Ea. 1.0000 $434.00 $434.00 M M24FL. eAC Furnish and install new patch panel 49 27-15-13-13-7244 Unshielded twisted pair(UTP)cable,stranded,PVC jacket,#24,4 pair, C.LF 15.0000 5164.00 $2.460.00 RSM24FAC category 6 M.L. 08P Furnish and instal Cat 6 cable to interview rooms as required. 50 27-15-13-13-7401 Voice/data expansion module,modular jack,cat 6 keystone,RJ45,office white, Ea 12.0000 $65.50 5766.00 RSM24FAC cat 6 keystone,RJ45,office white M.L. 08P (12)cat 6 Jacks with face plates I 27-Communications Total $3,680.00 Alternate 51 09-21-16-33-3800 Demo-Partition wall,Interior,standard,taped both sides,Installed on&Incl.25 S.F. 90.0000 $4.50 $405.00 CUSTOM ga,NLB metal studs.3-5/8"wide, 16"OC.8'to 12'high,5/8"gypsum drywall L. OSP Open watt and install new framing drywall for door opening (5'9)'2 52 09-29-10-30-2150 Demo-Gypsum wallboard,on walls,fire resistant,taped&finished(level 4 S.F. 228.0000 $1.59 5362.52 CUSTOM finish),5/8"thick L. O&P Open 2'wide channel at top of wall to blow in insulation Printed 11 JUN 2024 5:02PM v2.645 Page 6 of 7 Elgin Police Station Interview Rooms-4642 NCPA 04-27 2023-0027 Final Estimate Estimator: Daniel Ciszewski Combined estimates... Alternate Item Description UM Quantity Unit Cost Total Book (38+76p2 53 09-51-23-10-1135 Demo-Suspended acoustic ceiling tiles,mineral fiber tile,lay-in,fissured,2'x S.F. 178.0000 $1.26 $221.76 CUSTOM 2'or 2'x 4'.3/4"thick L. O&P Removal of ceiling tile 54 09-53-23-30-0300 Demo-Acoustic ceiling grid,2'x 2' S.F. 178.0000 $1.18 $207.68 CUSTOM L. OaP Demolish ceiling grid interview room 4 55 09-68-13-10-5060 Demo-Carpet tile,tufted nylon,42 oz, 18"x 18"or 24"x 24' S.F. 255.0000 58.70 $2,218.50 dUSTOM Removal of existing carpet tile. 80+175 56 23-37-13-10.2540 Demo-Diffuser,aluminum,ceiling,combination supply and return,24"x 24" Ea. 8.0000 $168.80 $1,011.60 CUSTOM Ow supply,18"x 18"return,includes opposed blade damper Demo existing diffuser. 57 26-51-13-55-0910 Demo-Interior LED fixts,troffer,recess mounted,2'x 2',4,000K Ea. 2.0000 $102.60 $205.20 CUSTOM SP Remove and dispose of exisiting 2x2 lighting 58 26-51-13-55-1010 Demo-Interior LED fixtures,troffer,recess mounted,4,800 lumens,2'x 4', Ea. 2.0000 $178.60 $357.20 CUSTOM Cam,L. OaP replaces three T8 lamp,anti lamps,mounting hardware and connections Demo existing lighting 59 27-15-13-13-7244 Demo-Unshielded twisted pair(UTP)cable,stranded,PVC jacket,#24,4 pair, C.L.F. 15.0000 $126.05 $1,890.75 CUSTOM category 6 L OaP Demolish and dispose of existing data cables in each interview room 60 28-46-20-50-5620 R&R-Detection system,visual alarm,ADA type,excluding wires&conduits Ea. 3.0000 8280.40 $781.20 CUSTOM Remove and reinstall strobes L. O&P 81 ELEC Electrical Crew-2024-RSMeans Standard Books O&P Daily 4.0000 $2,057.60 S8,230.40 CUSTOM L. O&P Bedded aew to make final conections,test and certify stobes and Cat 6 cables as required, 62 HVAC HVAC Crew-2024-RSMeans Standard Books O&P Daily 1.0000 $2,832.00 $2,832,00 CUSTOM Test operations L, O&P Alternate Total $18,723.81 Estimate Grand Total 116,123.02 Printed 11 JUN 2024 5:02PM v2.645 Page 7of 7 Elgin Police Station Interview Rooms-4642 NC PA 04-27 2023-0027