Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutCHANGE ORDER - RFP - 7155 PROJECT MANAGEMENT SERVICES - MASON CORRIDORCityof
Planning, Development & Transportation
Engineering
F6rt Collins
I
281 College Avenue
580
l
n , CO 80522.0580
Fortrt Colh
w-�
970.221.6605
970.221.6378 - fax
fcgov.com/engineering
CHANGE ORDER FORM
PROJECT TITLE: Mason Corridor BRT Project
PROJECT NUMBER: 400903280
CONTRACTOR: AECOM Technical Services, Inc. (PO #9104026)
CHANGE ORDER NUMBER: 2
In preparing change orders show in order as separate numbered paragraphs the following
1. Reason for change. 2. Description of change.
3. Change in contract cost. 4. Change in contract time.
1 &2. This Change Order will extend the performance time of this contract and increase the total contract cost.
Pursuant to Contract 7155, dated August 4th, 2010, Exhibit A, entitled Scope of ServIces this Change Order will
Increase the contract performance period from August 1, 2012 to July, 30 2014. Pursuant to Number 4,
Compensation, the total contract cost is changed from $828,243 to $1,229,276. See attached for additional reason
and description of change.
3. The contract cost will increase by $401,033.00.
4. The Contract time is extended thru July 30, 2014.
ORIGINAL CONTRACT COST
TOTAL APPROVED CHANGE ORDERS
TOTAL PENDING CHANGE ORDERS
TOTAL THIS CHANGE ORDER
ADJUSTED CONTRACT COST
$699,498.00
$128, 745.00
$0.00
$401,033.00
$1,229,276.00
(Assuming all change orders approved)
ACCEPTED BY: � r YG�, %/`rSa. kCE 5 DATE:
SUBMITTEDE
REVIEWED BY:
APPROVED BY:
APPROVED BY:
cc: City Clerk
Contractor
Purchasing
Project File
'E:I • lb •I?--�
TE:
rE:
rE:
Excluded Parties List System
Page 1 of 1
Search - Current Exclusions I Mo, C __ ti1 Resources
>Advanced Search
> Multiple Names
> Exact Name and SSN/TIN
> MyEPLS
> Recent Updates
> Browse All Records
View Cause and Treatment Code
Descriptions
> Reciprocal Codes
> Procurement Codes
> Nonprocurement Codes
Agency & Acronym Information
> Agency Contacts
>Agency Descriptions
> State/Country Code Descriptions
OFFICIAL GOVERNMENT USE ONLY
• Debar Maintenance
•Administration
> Upload Login
Results
Search Results for Parties
Excluded by
Firm, Entity, or Vessel : AECOM Technical
Services, Inc
State: COLORADO
Country : UNITED STATES
As of 19-Jul-2012 10:57 AM EDT
Save to MyEPLS
Your search returned no results.
Back New Search Printer -Friendly
> Search Help
>Advanced Search Tips
• Public User's Manual
•FAQ
> Acronyms
> Privacy Act Provisions
> News
System for Award Management
> (SAM)
Reports
>Advanced Reports
> Recent Updates
> Dashboard
Archive Search - Past Exclusions
>Advanced Archive Search
> Multiple Names
> Recent Updates
> Browse All Records
Contact Information
> For Help: Federal Service Desk
https://www.epls.gov/epls/search.do,jsessionid=C5685394ODB5AFAF418B4lD663D9A423 7/19/2012
Title: AECOM Change order #2 Mason Corridor BRT
Date: 7-19-12
CONTRACT CHECKLIST FOR NON-COMPETITIVE PROPOSALS (SOLE SOURCE)
Checklist Item
Contract File
Comments
Location
7) Independent Cost Estimate
The City made and documented an
Yes and in the file
independent cost estimate before receipt of
proposals.
10) Unnecessary Experience and
Excessive Bonding
Unnecessary experience and excessive
na
bonding requirements were not included in
this solicitation or contract documents.
11) Organizational Conflict of
Interest (OCI)
If there is an apparent or potential OCI the
solicitation contains provisions to eliminate or
mitigate the conflict (e.g. by inserting a clause
no
that prohibits the contractor from competing
for the follow-on contract to the current design
or research contact) and OCI Certification is
submitted by the contractor.
12) Arbitrary Action
There was no arbitrary action in the
procurement process. (An example of
arbitrary action is when award is made to
no
other than the contractor who most satisfied
all the City requirements as specified in the
solicitation and as evaluated by staff.
13) Brand Name Restrictions
Brand Name or Equal. When it is impractical
or uneconomical to provide a clear and
accurate description of the technical
requirements of the property to be acquired, a
"brand name or equal" description may be
used to define the performance or other
salient characteristics of a specific type of
property. The City must identify the salient
characteristics of the named brand that
na
offerors must provide. When using a "brand
name" specification, the City does not need to
reverse -engineer a complicated part to
identify precise measurements or
specifications in order to describe its salient
characteristics. FT A's "Best Practices
Procurement Manual," (BPPM) contains
additional information on preparation of
specifications including examples with
specific language.
14) Geographic Preferences
The solicitation contains no in -State or local
no
geographic preference except where Federal
statutes mandate or encourage them.
15) Contract Term Limitation
The contract period of performance for rolling
stock and replacement parts does not exceed
five (5) years inclusive of options without prior
na
written FTA approval. For all other types of
contracts, the procurement file contains
evidence that the contract term is based on
sound business 'ud ment.
18) Award to Responsible
Contractor
The City made a determination that it was
awarding to a responsible contractor
considering such matters as contractor
integrity, compliance with public policy, record
1. Yes
of past performance, and financial and
2. Yes
technical resources.
3. Yes
1. Appropriate Financial, equipment, facility
and personnel. (Y/N)
4. Yes
2. Ability to meet delivery schedule. (Y/N)
5. Yes
3. Satisfactory period of performance. (Y/N)
4. Satisfactory record of integrity, not on
declined or suspended listings. (Y/N)
5. Receipt of all necessary data from
vendor. (Y/N)
19) Sound and Complete Agreement
This contract is a sound and complete
agreement. In addition, it includes remedies
Yes change order
for breach of contract and provisions covering
termination for cause and convenience.
24) Clear, Accurate, and Complete
Specification
A complete, adequate, and realistic
specification or purchased description was
yes
available and included any specifications and
pertinent attachments which define the items
or services sought in order for the bidder to
properly respond.
38) Sole Source if other Award is
Infeasible
The contract file contains documentation that
award of a contract was infeasible under
small purchase procedures, sealed bids, or
competitive proposals and at least one
of the following circumstances applies:
(1) The item was available only from a single
source. (Verify prices are no higher than price
for such item by likely customers.)
(2) Public exigency for the requirement did
Change order
not permit a delay resulting from a
competitive solicitation.
(3) An emergency for the requirement did not
permit a delay resulting from a competitive
solicitation.
(4) The FT A authorized noncompetitive
negotiations.
(5) Competition was determined inadequate
after solicitation of a number of sources.
39) Cost Analysis Required
Cost analysis and profit negations were
performed (initial award and modifications)
And documented for price reasonableness
yes
was established on the basis of a catalog or
market price of a commercial product sold in
substantial quantities to the general public or
on the basis of prices set by law or regulation.
40) Evaluation of Options
The option quantities or periods contained in
the contractor's bid or offer were evaluated in
order to determine contract award. (To be
na
eligible for Federal funding, options must be
evaluated as part of the price evaluation of
offers, or must be treated as sole source
awards.
42) Written Record of Procurement
History
The file contains records detailing the history
of this procurement. At a minimum, these
Yes... originally selected by RFP
records include:
and consultant has been
(1) the rationale for the method of
responsive. Hourly rates per work
procurement,
order
(2) Selection of contract type,
(3) reasons for contractor selection or
rejection, and
4 the basis for the contract price.
43) Exercise of Options
The grantee exercised an option on this
contract adhering to the terms and conditions
of the option stated in the contract and
determined that the option price was better
no
than prices available in the market or that the
option was a more advantageous offer at the
time the option was exercised.
If an option was not exercised under this
contract, check NA.
44) Out of Scope Changes
The grantee amended this contract outside
the scope of the original contract. The
Yes, the work is outside of the
amendment was treated as a sole source
original agreement
procurement (complying with the FTA
requirements for a justification, cost analysis
and profit negotiation).
45) Advance Payment Provisions
The contractor did not receive an advance
payment utilizing FTA funds and the contract
no
does not contain advance payment provisions
or, if it did, prior written concurrence was
obtained from FTA.
46) Progress Payment Provisions
The contract contains progress payments
based on costs incurred (as opposed to
percent of completion) and the contract
contains a provision giving the grantee title to
yes
property (materials, work in progress, and
finished goods) for which progress payments
are made. The contract may contain other
security in lieu of obtaining title.
47) Time and Materials Contracts
This is a time and materials contract; the
grantee determined that no other type of
no
contract is suitable; and the contract specifies
a ceiling rice.
48) Cost Plus Percentage of Cost
This is not a cost plus a percentage of cost
No
type contract.
49) Liquidated Damages Provisions
This contract contains liquidated damages
provisions and the assessment for damages
Na
is specified in the contract at a specific rate
per day for each day of overrun in contract
time.
50) Piggybacking
1) The file contains: Assignability provisions.
No
2) The procurement file contains: Price
reasonableness determination.
56) Clauses
This contract contains the appropriate FTA
Yes
required clauses.
Excluded Parties Search
EPS run and include in the file.
yes
F6rt Collins
1�/ � 8 C 1,11.111
Planning, Development & Transportation
Engineering Department
281 North College Avenue
P.O. Box 580
Fort Collins, CO 80522,0580
970.221.6605
970.221.6378 - fax
fcgov. comlengineering
To: Jim O'Neil, Director of Purchasing and Risk Management
From: Erika Keeton, Special Projects gineer �--
Date: 6/25/2012
Re: 7155 Project Management Services— AECOM CO No. 2 Cost Analysis and Sole Source & Justification
AECOM requires an additional supplement (CO#2) for the MAX BRT project as the Project moves into
the Construction Phase. The Construction Phase project management assistance was generally discussed
in the original scope of work but was not budgeted. This CO#2 will allow AECOM to continue services
through the remainder of the project.
I recommend a budget supplement to extend their consulting services through May of 2014: AECOM is
requesting a supplemental budget increase of $401,033.00 for the construction phase of the Project.
Attached to this memo, please find the proposed Change Order #2 from AECOM, which includes a
drawdown schedule for the Consultant Project Manager (CPM). It is assumed that the Construction
Manager will take over most of the CPM duties over time however, the CPM is valuable resource and
should remain part-time allocated to the Project.
I have prepared an Independent Cost Estimate (ICE) also attached, which is relatively close in cost at
$404,040 based on our preliminary negotiations. The first AECOM CO#2 budget request was
$447,438.00 and through change order negotiations the budget was reduced to $401,033. The attached
ICE is very close to the sub -consultants change order request as the rates and the timeframe are negotiated
prior to requesting the change order. The assumptions of the ICE are detailed in the attached ICE
spreadsheet. The differences in cost are minimal and the estimate is reasonable as compared to the ICE.
A -:COM should be utilized for this particular work effort since it would be less cost effective to have
another consultant do this consultant project management work as AECOM has been engaged with
project for the past 4 years. In preparing my ICE for this change order, I used previous change order
personnel rates from AECOM and compared them to other consultants doing similar consultant work,
such as Michael Baker Corp, and found AECOM's rates to be reasonable for this change order. I based
the estimated number of hours to perform these services for the ICE from my previous project related
experience with AECOM and the Safety Security portions of the BRT and other projects of similar
complexities.
11 of
rtCollins
Currently, the AECOM contract expires in July 2012 and will need to be extended to July of 2014,in
conjunction with this change order. As AECOM consultant project manager services are necessary to
progress the project through testing and startup of the BRT, a budget supplement is warranted.
Based on my experience, I believe the requested Change Order #2 for the amount of $401,033.00 is
reasonable for the currently anticipated work remaining for the construction and testing/startup phase of
the BRT project. I recommend approval of this Change Order.
2
FOriCAIVos Independent Cost Estimate
Bid 7155 - Project Management Services, AECOM Change Order No. 2
Date of Estimate: 18-Jun-12
Contract Type: T&M
7 Contract or PO (YIN): Y
)escription of Services: Extend funding for consultant project management services and safety security certification oversight during the construction From June of 2012
thru May of 2014. CO#1 extended design phase services from November of 2011 thru March of 2012, per the original AECOM contract #7155,
dated August 2, 2010. This service will conclude the consultant project management and safety security oversight duties during the construction
phase. The CPM will assist the City with Real-estate acquisitions, agreements, FTA reporting, etc.
The safety security consultant support portion will cover the Operational Preparedness, testing verification review workshop, Construction CIL's and
a Construction verification workshop. Additionally supplements may be required for consultant project management through the construction phase
of the project AECOM's original budget was based on the design phase only. As AECOM consultant project manager services are necessary to
progress the project to the construction phase, a budget supplement and contract extension is warranted.
Cost of Services, Repairs, or Non -Standard Items
Item/Task:
Materials or Work Description
Other Direct
Labor Rate
Labor
Labor Class
Allocated.
SG&A"
Profit
TOTAL
Costs
($)
Hours
Overhead
Consultant Project Management
Construction Phase (Assume
$ 150.00
1920
$ 288,000.00
50% utilization for 24 months)
Support
$ 170.00
40
$ 6.800.00
Safety Security Oversight -
Construction Phase (deisgn
phase hour estimate for SS
$ 180.00
500
$ 90,000.00
wasl500 hours : assume 113 for
construction phase)
CDC's(10%of services)
$ 19,240.00
Total 2460 $ 404,040.00
'SaWg. enteral and Adnllydstralive Expenses
Signature of Pre 4ig
a R. Keeton, P.E.
AECOM AECOM 303.376.2900 tel
717 17" St., Suite 2600 303.376.2999 fax
Denver, CO 80202
v .aecom.com
June 18, 2012
Erika Keeton, PE
City of Fort Collins Engineering Department
281 North College Avenue
Fort Collins, Colorado 80522
Reference: Mason Corridor BRT Project Management Services
Purchase Order Number 9104026
Contract Supplement No. 2
Dear Ms Keeton:
AECOM continues to be available to the City of Fort Collins for Consultant Project Management
services to assist you with ongoing management activities through the construction phase of the MAX
BRT Project. Our original contract budget accounted for management services through July of 2011.
Contract Supplement No. 1 extended our budget professional services budget to March of 2012 and
contract time to July of 2012. We have cautiously utilized our budget to extend our services through
June of 2012. At your request, AECOM is submitting a budget supplement of $401,033.00 for
Contract Supplement No. 2. This budget supplement includes cost to extend Project Management
Services and Safety Security Certification Support through the construction phase of the Project.
Additionally, we would like to request extending our Contract Completion timeframe to July of 2014
when the project is expected to be closed out. This budget supplement includes project management
support and other direct costs such as travel, vehicle transportation costs and the like. Should Project
Construction be delayed beyond December of 2013 or the Testing and Startup phase be delayed
beyond May of 2014, additional budget supplements may be required.
I. Project Management and Coordination - Construction Phase
1541 Hours Estimated
The Consultant Project Manager (CPM), will continue to support the City regarding the overarching
project management activities. These will generally include coordination with the FTA, monthly FTA
and AECOM report updates, assistance with real-estate, coordination with City's attorneys regarding
real-estate and project legal issues such as IGA's and licenses to enter private property, consultant
oversight and invoicing, BNSF coordination with construction, PUC's and other project agreements.
These activities are dependant upon a multitude of factors outside the control of the CPM such as the
Construction Managers (CM) involvement and/or knowledge and available time to deal with some of
the project management activities, FTA/CDOT/City management requests or updates, etc. Based on
discussion with the City's Management Team, AECOM estimated these hours based CPM drawdown
through the construction phase of the Project. The discussion revolved around the understanding of
the time of the writing of this proposal that the CM will eventually be integral to the overall project
management but will take some time for this to occur thus there will be a slow drawdown of CPM
engagement through the construction phase. AECOM also possesses critical project and historical
knowledge that may be useful to either the CM or the City or both as the project moves forward.
A COM
II. Project Controls
40 Hours Estimated
Erika Keeton
6/18/12
Page 2 of 3
AECOM has historical assisted with scheduling of the project and requests minimal hours for
schedule review or assistance to the CM regarding scheduling. Additionally, we request hours for any
necessary quality assurance reviews regarding AECOM contract deliverables.
III. Construction Phase — Safety Security Oversight
Total 736 Hours Estimated — Detailed Breakdown Below
A. Construction CIL - Finalize Construction Phase Specifications Conformance Checklist/
Certifiable Items List (CIL).
106 Hours Estimated
1. Update Certifiable Items List (CIL) from Design Phase:
2. Review awarded Contracts/specifications for BRT Main Contract and VMFE and finalize
the certifiable items list (CIL)
3. Complete the development of, and deliver the CIL
B. Testing Verification Review Workshop -Conduct one workshop with Construction Staff and
CFC for Testing/ Inspection Verification/Review, and Status of compliance based on testing
documentation.
96 Hours Estimated
1. Conduct one workshop to advise, coordinate, and review responsibilities and Process for
Safety Certification during Construction.
a. The Construction Contractor will demonstrate compliance with CIL by referencing daily
inspection reports, audits, surveillance activities, transmittals, test reports and associated
evidence documents.
b. The Construction Contractor is responsible for completing the Specification
Conformance portion of the CIL Checklist. Completion of the checklist involves providing
verification that the installation or testing to verify the requirement has been completed
satisfactorily.
c. Construction Management Staff will enforce Contractors compliance with contract
requirements and collect documented evidence of compliance.
d. FLSC:
i. Once the Construction contractor completes the checklist for a particular element, the
FLSC reviews the checklist.
ii. The FLSC verifies that the test, inspection, product cut out or construction related
documentation resolves the checklist safety or security requirement.
iii. The FLSC and the Safety and Security Consultant have review responsibility for the
checklist and recommend approval of the checklists to the Risk Manager.
iiii. The Risk Manager has final approval authority for the completed checklists.
2. Conduct one workshop to review status of Contractor's Compliance. All CIL evidence of
compliance documentation will be produced (electronically) by the Contractor and the CFC
construction management staff/ Inspectors and made available to the safety certification team
and FLSC.
A COM
Erika Keeton
6/18/12
Page 3 of 3
C. Provide safety and Security Construction Phase verification support
32 Hours Estimated
Coordinate/ meet with construction management staff performing construction verification;
review construction verification data produced by Construction Contractor, Construction
Management Staff/ Resident Engineer, Construction Management Inspectors, and CFC
Construction Manager(s).
D. Provide safety and security support in operations preparedness (rules, procedures and
training)
238 Hours Estimated
Coordinate/ meet with construction management staff performing construction verification;
review construction verification data produced by Construction Contractor, Construction
Management Staff/ Resident Engineer, Construction Management Inspectors, and CFC
Construction Manager(s).
E. Provide safety and security support in operations preparedness (rules, procedures and
training)
72 Hours Estimated
Review of BRT and City O&M documents prepared and/or revised by CFC/ Transfort.
Operational Readiness Review Workshop - Review of BRT and City O&M documents
prepared and/or revised by CFC/ Transfort.
32 Hours Estimated
Conduct one workshop with Construction Staff and CFC/Transfort for Operational Readiness
Verification/ Review, and Status of compliance based on Update by the City/ Transfort of their
Operating Plans and Procedures.
G. Safety and Security Certification Verification Report
160 Hours Estimated
Support FLSC in preparing report, incorporate comments from CFC, and one comment cycle
from PMOC.
For your consideration, we have prepared the following estimate of fees to complete the final design
phase of the MAX BRT Project.
Sincerely,
4e�'J 47tj
Richard Romig, PE
Denver Area Manager
AECOM Technical Services, Inc.
Enclosures
cc: T Tyrrell, File 60181730
MAX BRT Project Management
Estimated Other Direct Costs - Supplement No. 2
Item
Quantity Unit Price
Total
Leased vehicle (per month)
12 $1,000.00
$12,000
Miscellaneous printing, postage, meals, etc
15 $200.00
$3,000
Travel (assume 4 person -trips for safety -security program):
Airfare
4 $500
$2,000
Rental cars (days)
8 $100
$800
Hotel
8 $150
$1,200
Per diem
8 $90
$720
Mileage
20,000 $0.555
$11,100
Total
$30,820
cuxu
Munn St¢ BRT Pm)ert XOmLemem Sen'km- Supplement Ne?(Comtruetloo Pnate Se Icn)
Cmt EtHmate - Jung 2012
L I'njrcr �lana>rervrael(a�XlriiXu- C Plumm®�' ®®®0m®®®�®�®'
®®®®®��®®�m®
e�InnWn
(ILC num[114n PE .afiltSe[uirry Par¢nnllrtnlplflaa4 J1
�( _' _ :. ( .r ':
�' . IT
I.f atlolry4.k4y
r In4ha mtiq � ¢�Nuav a Iyna am{maa rya qn
f(m.nL_ Crtw IF`Smm SILN�nalaMYa