Skip to main content
File #: 24-0476    Version: 1 Name:
Type: CM Action Item - Open & Responsible Government Status: Passed
File created: 6/6/2024 In control: Board of Commissioners
On agenda: 7/10/2024 Final action: 7/10/2024
Title: Request approval of a change order greater than 10% - Department of Real Estate and Asset Management, 19RFP072419K-DJ, Wayfinding Static Signage and Services with DeNyse Companies, Inc. (Douglasville, GA) in an amount not to exceed $213,450.00, to modify the scope of work for the installation of monument, directional, and interior signage for the Fulton County Central Warehouse located at 5600 Campbellton-Fairburn Road, Fairburn, GA 30213. Effective upon BOC approval. (APPROVED)
Attachments: 1. Exhibit 1 Change Order No. 3 to Form of Contract, 2. Exhibit 2 Change Order Proposal, 3. Exhibit 3 Contractor's Performance Letter - DeNyse Companies, Inc, 4. 2024-0476

 

Department

Real Estate and Asset Management

 

Requested Action (Identify appropriate Action or Motion, purpose, cost, timeframe, etc.)

title

 

Request approval of a change order greater than 10% - Department of Real Estate and Asset Management, 19RFP072419K-DJ, Wayfinding Static Signage and Services with DeNyse Companies, Inc. (Douglasville, GA) in an amount not to exceed $213,450.00, to modify the scope of work for the installation of monument, directional, and interior signage for the Fulton County Central Warehouse located at 5600 Campbellton-Fairburn Road, Fairburn, GA 30213.  Effective upon BOC approval.  (APPROVED)

body

 

Requirement for Board Action (Cite specific Board policy, statute or code requirement)

In accordance with Purchasing Code Section 102-420, contract modifications within the scope of the contract and necessary for contract completion of the contract, in the specifications, services, time of performance or terms and conditions of the contract shall be forwarded to the Board of Commissioners for approval.

 

Strategic Priority Area related to this item (If yes, note strategic priority area below)

Open and Responsible Government

 

Commission Districts Affected

All Districts                     

District 1                     

District 2                     

District 3                     

District 4                     

District 5                     

District 6                     


Is this a purchasing item?

Yes

 

Summary & Background: This request is for a contract modification to incorporate the additional installation of monument, directional, and interior signage for the Fulton County Central Warehouse.

 

The additional costs cover the change directives is shown in the following:

 

 

Sign Type

Description

Qty

Sub Price

Total Cost

1

Main 1D-1 - Main ID

Fabricated aluminum cabinet with .125” aluminum skin plate, mounted to spread footer. .50” thick stud mounted acrylic copy, 3” deep aluminum pan

1

$42,350.00

$42,350.00

2

Directional

Fabricated aluminum cabinet with .125” aluminum skin with direct burial footer, .50” thick stud mounted acrylic copy, 1” deep aluminum pan, High Performance RTA vinyl copy

3

$18,250.00

$54,750.00

3

Vinyl V1 - V12

1'-6" x 1'-10", 1'-3.125" x 2'-0", 2'-3" x 5'-8-3/4", 5" x 2'-6-3/4", 1'-1" x 1'-6-1/4", 7" x 9'-4" & 9.375" x 2'-0", 4'-3-1/2" OAH, 1'-3-1/8" x 1'-10", 1'-3-1/8" x 1'-10", 6" tall, 1-7/8" x 1'-4", & 3'-11-1/2" x 6", First surface applied cut vinyl and digitally printed graphics

154

 

$4,035.00

4

Wall-W2 - Exterior Dock Door Panel

1'-6" x 1'-6" 3mm aluminum composite material with 1st surface applied reflective vinyl

115

$105.00

$12,075.00

5

Other-1 - Restroom Blade

11" x 11" 1" X 1" aluminum fabricated tube frame and 1" Aluminum mounting bar; painted. 0.25" Thick acrylic panel backer panels, stud mounted. 0.25" Thick routed and painted acrylic graphics; flush mounted with VHB and silicone. Frame to be mechanically fastened to existing wall with toggle fasteners; blocking in wall by others if required per site

3

$750.00

$2,250.00

6

Room-ADA-1 - Room ID AD

 7" x 8.5" 0.25" thick photopolymer with raised copy and Grade II raster Braille. Room name to be applied cut vinyl.

77

$125.00

$9,625.00

7

Room-ADA-2 - Restroom ID ADA

9" x 6" 0.25" Thick photopolymer sign panel; masked and painted. Raised/inlayed graphics and copy and Grade II Raster Braille; braille to be painted to match background. Mounted to wall with VHB and Silicone.

8

$150.00

$1,200.00

8

Other-2 - Workstation ID

4.375" x 4.375" 3/8" P95 frosted acrylic face panel with subsurface & edges painted, 1/4" non-glare acrylic lens with top & bottom edges milled to fit face panel. Lens to have polished edges. To be mounted with VHB tape.

350

$65.00

$22,750.00

9

Vinyl Installation

Install proposed signage

1

$5,400.00

$5,400.00

10

Signage Installation

Install proposed signage and to include final electrical connection

1

$20,600.00

$20,600.00

11

Contingency

Will be used to cover additional work due to unforeseen conditions

1

$35,915.00

$35,915.00

12

Engineering Fees

Review and stamp for mounting details, if required by code.

1

$1,500.00

$1,500.00

13

Permit

Billed at final invoice

1

$500.00

$500.00

14

Permit

Code research, filing fees, and travel to pick up permits.

1

$500.00

$500.00

15

Total Costs

 

 

 

$213,450.00

 

The Project Lead Times: 

                     Production Design: 1 week

                     Permitting: 2-4 weeks

                     Fabrication of Interior Elements: 7-8 weeks

                     Fabrication of Monument and Directional: 10-12 weeks

                     Installation: 1 week

 

Scope of Work: This contract provides for comprehensive Wayfinding Static Signage and Services which includes: manufacturing and installation of new interior directional wayfinding static signage products and associated services.

 

The associated services provided include:

• Engineering

• Providing all Materials necessary

• Installation (Finished Signage Products, Electrical, Data (wiring of the product)

• Removal of Existing Signage

 

Community Impact: This agenda item is necessary to allow the fabrication and installation of monument, directional, and interior signage to the Fulton County Central Warehouse for assigned County’s agencies to allow constituents and customers to easily identify specific areas and location.

 

Department Recommendation: The Department of Real Estate and Asset Management recommends approval.  

 

Project Implications: This effort and impact are necessary to improve the public and customers’ ability to easily identify the building monument signs and plaques in the Fulton County facilities and enhance customer service.

 

Community Issues/Concerns: None of which the Department is aware.

 

Department Issues/Concerns: If this Change Order is not approved, there may be a potential disruption and delay in the ability for the County to provide additional Wayfinding Design and Signage Services for the Fulton County Central Warehouse.

 

Contract Modification

 

Current Contract History

BOC Item

Date

Dollar Amount

Original Award Amount

19-0702

9/4/19

$1,229,312.90

Change Order No. 1

20-0402

6/3/20

$93,480.00

Change Order No. 2

21-0248

4/14/21

$53,078.71

Change Order No. 3

 

 

$213,450.00

Total Revised Amount

 

 

$1,589,321.61

Contract & Compliance Information (Provide Contractor and Subcontractor details.)

Contract Value:                                          $213,450.00

Prime Vendor:                     DeNyse Companies, Inc.

Prime Status:                     White Female Business Enterprise

Location:                                                               Douglasville, GA                                                               

County:                                                               Douglas County

Prime Value:                                          $213,450.00 or 100.00%                      

 

Total Contract Value:                     $213,450.00 or 100.00%

Total Certified Value:                     $213,450.00 or 100.00%

 

Exhibits Attached 

Exhibit 1: Change Order No. 3 to Form of Contract

Exhibit 2: Change Order Cost Proposal

Exhibit 3: Performance Evaluation (Memo)

 

Contact Information (Type Name, Title, Agency and Phone)
title

Joseph N. Davis, Director, Department of Real Estate and Asset Management, (404) 612-3772

 

Contract Attached
title

Yes


Previous Contracts

title

Yes

 

Total Contract Value

Original Approved Amount:

$1,229,312.90

Previous Adjustments:

$146,558.71

This Request:

$213,450.00

TOTAL:

$1,589,321.61


Grant Information Summary

Amount Requested:

 

Cash

Match Required:

 

In-Kind

Start Date:

 

Approval to Award

End Date:

 

Apply & Accept

Match Account $:

 

 

 


Fiscal Impact / Funding Source

Funding Line 1:

500-520-5200-C601: Capital, Real Estate and Asset Management, Central Warehouse Buildouts - $213,450.00

 

Key Contract Terms

Start Date: Upon BOC Approval

End Date: Completion of construction project

Cost Adjustment

Renewal/Extension Terms: N/A


Overall Contractor Performance Rating: N/A

Would you select/recommend this vendor again?

Yes

 

Report Period Start:

Report Period End:

N/A

N/A