Loading...
HomeMy WebLinkAboutCHANGE ORDER - BID - 7023 SOUTH TRANSIT CENTERCHANGE ORDER NO. 7 P.O. 9101089 PROJECT TITLE: Transfort Maintenance Facility Expansion CONTRACTOR: Aller-Lingle-Massey Architects P.C. WORK ORDER NUMBER: A1-01-2010 (Amended) DESCRIPTION: Design of two additions to the Transfort Maintenance Facility; bus storage area on the North and addition to the bus chassis wash on the South. Also includes the addition of a concrete apron on the North for bus driver training and various modifications to the site and existing building. 1. Reason for change: Incorporation of additional Architectural and Engineering Services. 2. Description of change: Provide additional architectural and engineering services for Phase 3 Construction Administration services and for revision of the berm at the east property line. 3. Change in Contract Cost: $41,596.00 NTE 4. Change in Contract Time: 0 Days ORIGINAL CONTRACT COST $46,350.00 R TOTAL APPROVED CHANGE ORDERS $36,833.00 TOTAL PENDING CHANGE ORDERS 0.00 TOTAL THIS CHANGE ORDER $41,596.00 ADJUSTED CONTRACT COST $124,779.00 REVIEWED BY: —'l F J- Mason Corridor V ACCEPTED BY APPROVED BY cc: Contractor Purchasing Architect Project File Project Ma Facilities Project Manager Date 1 o 110 r2 Date 10ICp �2 Date AL! ER • UNGLE • MASS EY � ARCHITECTS AA (� hl4Nlin.:� P.C. i f M July 2, 2012 Mr. Ron Kechter City of Fort Collins P. 0. Box 580 Fort Collins, CO 80522-0580 RE: Change Order Proposal - Phase 3 Construction Administration Transfort Maintenance Facility Expansion City of Fort Collins, Colorado Project No. 0843.10 Dear Ron: As requested by the City of Fort Collins and Transfort, we are submitting this change order request to add Phase 3 construction administration services for the Transfort Maintenance Facility Expansion. The construction period is anticipated to be 10 months. The following scope of work is included in this proposal: BiddinVNegotiation Phase: Assistance to the Owner during the bidding phase including attendance at a Pre -Bid Conference, responding to Contractor questions and issuing addenda. Construction Administration Phase: Perform field observations of the work in progress during construction with written reports to the Owner, attendance at a Pre -Construction Conference, attend weekly site meetings with the Contractor and Owner's representative, review of shop drawings and submittals, issuance of Architect's supplemental instructions (ASIs) and responses to Contractor's requests for information (RFIs), issuance of change orders, review of Contractor's pay requests, final punch list inspection and assistance with project closeout. For purposes of this Proposal, field observations by our Consultants are proposed as follows: a. Civil Engineering:. 3 site visits. b. Landscape Architecture: 3 site visits. C. Structural Engineering: 4 site visits. d. Mechanical Engineering: 4 site visits. e. Electrical Engineering: 4 site visits. Record Documents: Preparation of record documents upon the completion of construction of this project. The proposed fees to provide this scope of work are as follows: Jim Sell Design: 5 7,050.00 Loris Associates: $ 6,500.00 Abrahamson Engineering: $ 0.00 (CA Fee was approved in Phase 2 Change Order) Electrical Systems Consultants: $ 3,200.00 Change Order Proposal - 2 Aller-Lingle -Massey Architects P.C.: Principal - 37 hrs. @ $130/hr.: $ 4,810.00 Project Architect - 176 hrs. @ $88/hr.: $ 15,488-00 CAD Tech II - 28 hrs. @ S70/hr.: $ 1,960.00 Administrative 10 hrs. @ $50/hr.: $ 500.00 Reimbursable Expenses: S 900.00 Total: Not to exceed $ 40,408.00 Sincerely, ALL%EER•LIINGLE•MASSEY ARCHITECTS P.C. Matthew D. Newman, AIA, LEED AP /MN 712 WHALERS WAY • BLDG. B, SUITE 100 • FORT COLLINS • COLORADO • 80525 (970) 723-1820 phone • (970) 223-1833 fax , ottice(¢aller-lingle-massey.com • www.aller-lingle-massey.com Aller-Lingle -Massey Architects P.C. City of Fort Collins Transfort Expansion PROJECT CHANGE ORDER A Project Name: TRANSPORT FACILITY EXPANSION Job Number: 2598.1 Client Name: ALLER-LINGLE-MASSEY ARCHITECTS Date: SEPTEMBER 23, 2011 Client hereby orders the following modification in the described scope of work or orders the following additional services beyond the existing scope of work as defined in the contract: (describe work to be - C-A[4L—, AiT� -L- 4 �ipsc- A PP 324=� ADj ST\ ENT-C Ll1D b4Vi�_ $600.0 INCLUDED IN A SEPARATE CHANGE ORDER v��� �� ISTRATION A. Perform appropriate field inspections of work in progress during construction (three (3) five hour site inspection visits (including prep, travel and adm.) B. Respond to requests for information, C. Review shop drawings and submittals, D. Prepare inspection final "punch list", E. Prepare record documents upon the completion of construction of the project, where applicable. - CONSTRUCTION ADMINISTRATION (CIVIL): o See attached for Civil Scope The contract sum shall be modified by or the extra work contract amount shall be: tThe Fixed Sum of �65040 $7,050 Other: $400.00 PER EACH ADDITIOAL SITE VISITS AS APPROVED BY CLIENT NOT INCLUDED: A. Attend a Pre -Construction Conference, B. Issue change orders, C. Review contractor's pay requests and issue certificates for payment, D. Assist with project close-out. $3,950.00 1 of 2 I City of Fort Collins Transfort Expansion The Client will be required to accept or reject in writimz each phase or requested change or addition to the project to t:nstyre- _i repta " of the consequences of the requested chars.ge. This is to protect both parties' interests and to help achieve Client satisfaction. A si�rncd Change Order Form muss BE RETURN.E.D BEFORE ANY WORK IS TO BEDONE. The contract sutra shall be modified accordingly or the extra work contract amount shall be determined and provided to the Client in writing. If no precise method of adjustment has been determined at the time the change is requested, then the contract sum shall be equitably adjusted within 30 days to compensate JSD for the change at our contracted rates. The amount due JSD for any change shall be due upon completion of the changed work. The time for completion of any existing contract shall be modified by the estimated time required to complete the change or by an equitable amount of time if no time estimate is available. JSD may request suitable verifications of funding for this change or extra work before work commences or materials are ordered. r/ j Authorization Signature (James L.. Sell) Date Authorization Signature (Client) Date Jlibl SELL DESIGN! 153 WEST MOUNTAtN I FORT COLLINS, COLOR DO 40)24 970.434.1921 i Fax 970.434.2443 ZOl2 s, September 29, 2011 Mr. Brian Williamson, ASLA, LEED AP Jim Sell Design 153 W. Mountain Ave Fort Collins, CO 80524 Reference: Transfort Facility Expansion — Construction Services Letter Agreement for Civil Engineering Subconsultant Services JVA Job No. 1802.1c Dear Brian: JVA, Incorporated 25 Old Town Square Suite 200 Fort Collins, CO 80524 Ph: 970.225.9099 Fax: 970.225.6923 Web site: www.jvajva.com E-mail: info@jvajva.com JVA, Inc. (JVA) has estimated the scope of work and associated fees required to provide civil engineering services to Jim Sell Design (CLIENT). The estimated scope and fees are for the Transfort Facility Expansion project at 6570 Portner Road in the City of Fort Collins (City) as part of your contract with Aller-Lingle-Massey Architects (ARCH) and Transfort (OWNER). SCOPE OF WORK The scope of services below is based on our discussions to date and review of the information provided. We have assumed that the project approval by the City has been completed under Jim Sell Design's original contract and any revisions to the project design will need to be negotiated outside of this agreement. This agreement is to cover services requested during the construction phase of the Transfort Facility Expansion project. Based on this information and our understanding of the efforts required for construction administration for transportation maintenance facility expansion sites, the civil engineering services anticipated for this project include the following detailed tasks: Bid and Construction Phase Services Bid phase services include attendance at the prebid meeting. Services during construction comprise of the review of product submittals, minor change order documentation, and response to contractor information requests for civil engineering related items. Any combination of four site meetings (construction kick-off meeting, site observation visits, and/or punchlist meetings) will also be included during the work progress. We have assumed that the CLIENT/ARCH will provide the lead on all the bidding and construction services for this project. 2. Additional requests outside the attendance at the prebid meeting and the combination of four site meetings will be performed as an additional service on a per visit. Each site visit/meeting is assumed to consist of meeting preparation, travel time, 2- hour attendance, and preparation of a site observation report or review of meeting minutes. Record Drawings 1. Construction record drawings for Owner use and city approval will be produced from contractor and surveyor submitted records. Any requested site visits for record drawings BOULDER FORT COLLINS WINTER PARK Transfort Facility Expansion — Construction Services September 29, 2011 Page 2 of 3 outside of the visits stated above will be performed as additional services as referenced above. Pond Certification The City will require a pond certification prior to the issuance of the Certificate of Occupancy. This will need to be performed by a Colorado registered Professional Engineer to verify that the pond performs and is constructed per design.. Surveyed as- builts with pond elevations, which will need to include the outlet structure elevations, pond grading elevations, outlet pipe elevations and size, emergency spillway width and elevations, top of berm elevations, etc., will need to be provided by others. One site visit is anticipated to verify that the outlet structure, orifice plate and water quality plate were constructed per plan. Additional site visits will be performed as additional services as referenced above. BASIS OF PAYMENT The basis of payment for the scope of work described above will be monthly billings based on the percentage of lump sum completed to date, including reimbursable expenses. This amount will not be exceeded without written authorization of the CLIENT. Basic Civil Engineering Services* Bid and Construction Services $ 1,800 Record Drawings $ 1,200 Pond Certification $ 950 TOTAL LUMP SUM FEE $ 3,950 *The fee compensation shown is the base fee to cover services stated above. Meetings and site visits in addition to the anticipated visits will be billed at the given per visit fee. Based on the meeting scope of services described above, the additional per visit fees shall be billed at $400/visit. These fees are based upon the above assumptions and our discussion to date. Services resulting from significant changes to the project scope, significant bid alternate design, replatting, significant site plan changes, additional design work or plans related to field conditions discovered after plans are complete that could not have been reasonably foreseen, and added review submittals or public hearings required for City planning department review and approval, will be considered additional services and may require extension of the time scheduled for our work. Environmental assessment or design efforts for contamination cleanup measures are not included at this time. SCHEDULE We can begin working with your team immediately and plan to meet required project deadlines. Re: Transfo,* Maintenance Facility Expansion 0 Subject: Re: Transfort Maintenance Facility Expansion From: "PeterJ. Loris" <ploris@lorisandassociates.com> Date: Fri, 23 Sep 2011 12:44:29 -0600 To: "Matt" <mnewman@aller-tingle-massey.com> Matt those were upper end numbers. Would $6500 work? Sent from my iPhone, hence the brevity... On Sep 23, 2011, at 8:36 AM, "Matt" <mnewman(@aller-lingle-massey.com> wrote: Pete - Based on the scope of work involved I don't think I can get Ron to approve this amount. I think we could get him as high as $5-6K for structural CA. Can you to come down on these numbers? Dave said he'll buy you lunch if you go over this amount. Thanks - Matt Matthew D. Newman, AIA, LEED AP BD+C mnewmanpaller-linele-massey.com Aller-Lingle-Massey Architects P.C. www.aller-lingle-massey.com 712 Whalers Way, Bldg. B, Suite 100 Ft. Collins, CO 80525 P: 970.223.1820 F: 970.223.1833 On 9/23/2011 8:08 AM, Peter 3. Loris wrote: Matt, I am on a personal day today and didn't get a chance to write a more formal proposal. I hope this is acceptable for now: Shop drawing review. $3,000 Answer rfi's. $2,000 Site visits and reports. $4,000 PM and coord. $1,000 Total. $10,000 This doesn't include meetings such as pre -bid or pre -con. Thanks, I look forward to seeing this one completed... Sent from my iPhone, hence the brevity... On Sep 22, 2011, at 10:03 AM, "Matt"<mnewman0aller-linele-massev.com> wrote: Pete- ; i I have told Ron that we need two weeks from the time that he gets me a work L of 3 9/30/20112:22 PM Re: Transfort Maintenance Facility Expansion A ` . 14 order for the proposal I am trying to wrap up so that should give us sufficient time for final coordination. - Matt Matthew D. Newman, AIA, LEED AP BD+C mnewman(waller-linele-massey.com Aller-Lingle-Massey Architects P.C. www.aller-lingle-massey.com 712 Whalers Way, Bldg. B, Suite 100 Ft. Collins, CO 80525 P: 970.223.1820 F: 970.223.1833 On 9/22/2011 9:55 AM, Peter J. Loris wrote: Matt, it is great that they didn't have any comments; however, I would still like to review my plans once more because I was expecting a final Iround of revisions. I know that I have a couple of things that I want to address and did not have time to do so in the last submittal. What lis the schedule for bid and construction? -----Original Message ----- From: Matt [mailto:mnewman0aller-linele-massey.com] Sent: Thursday, September 22, 2011 8:12 AM To: Peter J. Loris Subject: Re: Transfort Maintenance Facility Expansion Pete - We did but there were no comments related to our work. The comments we received were related to adding IT scope to the project. I am trying to get Ron a proposal for CA by end of day tomorrow. If I can get numbers from everyone by mid day tomorrow I can make that happen. Thanks - Matt Matthew D. Newman, AIA, LEED AP BD+C mnewman(@aller-linele-massey.com Aller-Lingle-Massey Architects P.C. www.aller-linele-massey.com 712 Whalers Way, Bldg. B, Suite 100 Ft. Collins, CO 80525 P: 970.223.1820 F: 970.223.1833 On 9/21/2011 11:20 PM, Peter 3. Loris wrote: I Matt. Did we ever get final comments from them? I was waiting for comments so I could finalize my drawings. fSent from my iPhone, hence the brevity... 2 of 3 9/30/2011 2:22 PM Re: Transfrit, Maintenance Facility Expansion j On Sep 21, 2011, at 3:54 PM, "Matt"<mnewman(@aller-lingle-massey.com> wrote: II Please assume 4 site visits in your proposal. Thanks - Matt Matthew D. Newman, AIA, LEED AP BD+C mnewman0aller-linele-massev.com Aller-Lingle-Massey Architects P.C. www.aller-lingle-massey.com 712 Whalers Way, Bldg. B, Suite 100 Ft. Collins, CO 80525 P: 970.223.1820 F: 970.223.1833 On 9/20/2011 3:19 PM, Matt wrote: l Hello- 1111 spoke with Ron this afternoon regarding construction administration services for Transfort. He is requesting a proposal for our team to provide these services as opposed to the T&M method requested previously. Can you please provide a proposal to provide this scope of work? The construction period is anticipated at 8 months. IThanks- Matt 3 of 3 9/30/20112:22 PM r September 23, 2011 RE: 209-948 Mr. Matt Newman Aller Lingle Massey Architects, P.C. 712 Whalers Way, Suite B-100 Fort Collins, CO 80525 Subject: City of Fort Collins Transfort Facility — Construction Administration Dear Mr. Newman: r'! engineering Please include the following scope of work addition for the Transfort Facility to include Construction Administration. Construction Administration: • Review shop drawings for conformance with contract documentation. • Respond to requests for information and prepare necessary revisions to construction documentation. • Attend four site visits during construction and near completion of project for final walk- through and punch list. Electrical Engineering Fees: Construction Administration $ 3,200.00 The fees for the construction administration services will be charged at an hourly rate not to exceed structure; billed monthly utilizing the current contracted City of Fort Collins rate standards. All additional services will be billable in addition to the fee amount and charged at standard current City of Fort Collins contracted hourly rates. Additional services will be billable at hourly rates and may include such items as substantial system reconfiguration or expansion from the documents provided as basis for design, redesign of the project after completion of the 100% Contract Documents, attendance at additional project meetings, additional design or inspection functions, project commissioning, and other changes in project scope. Such additional services shall be provided only with prior authorization and approval. Thank you for the opportunity to continue this project with you. If you have any questions, please contact me. Ily, Kate Hodgsop i Facilities PrcjecVManager 3540 JFK Parkway Fort Collins, Colorado 80525 970-224-9100 970-224-9137 (fax) www.thinkESC.com Excluded Parties List System Page 1 of 1 Search - Current Exclusions > 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 EPLS Search Results Search Results for Parties 11 Excluded by Firm, Entity, or Vessel : Aller Lingle Massey Architects P.C. State: COLORADO Country : UNITED STATES As of 18-Oct-2012 1:23 PM EDT Save to MyEPLS Your search returned no results. Back New Search Printer -Friendly Resources > 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, j sessionid=86C68863DC4DA8676C4E5F 187985 EB... 10/18/2012 ALLER + LINGLE + iMASSEY ARCHITECTS _ P.C. August 22, 2012 Mr. Ron Kechter City of Fort Collins P. 0. Box 580 Fort Collins, CO 80522-0580 RE: Change Order Proposal - Grading Revisions Transfort Maintenance Facility Expansion City of Fort Collins, Colorado Project No. 0843.10 Dear Ron: As requested by the City of Fort Collins and Transfort, we are submitting this change order request to revise grading at.the east property line. The proposed fees to provide this scope of work are as follows: Jim Sell Design: $ 1,000.00 (See attached proposal) Alter -Lingle -Massey Architects P.C.: Project. Architect - 1 hrs. @ $88%hr.i $ 88.00 Administrative 2 hrs. @ $50/hr.: S 100.00 Total: Not to exceed $ 1,188.00 Sincerety, ALLEAR-LIN�GLE•M�ASSEY ARCHITECTS P.C. Matthew D. Newman, AIA, LEED AP /MN 712 WHALERS WAY + BLDG. 6, SUITE 100 + FORT COLLINS + COLORADO + 80525 (970) 223-1820 phone - (970) 223-1833 fax + office@aller-lingle-massey.com • www.aller-lingle•massey.corn il- City of Fort Collins Transfort Expansion PROJECT CHANGE ORDER #S Project Name: TRANSFORT FACILITY EXPANSION Job Number: 2598.1 Client Name: ALLER-LINGLE-MASSEY ARCHITECTS Date: AUGUST 20,2012 Client hereby orders the following modification in the described scope of work or orders the following additional services beyond the existing scope of work as defined in the contract: (describe work to be performed) - CIVIL GRADING ADJUSTMENTS TO BERMS AND STORM PIPING: $1000.00 The contract sum shall be modified by or the extra work contract amount shall be: ® The Fixed Sum of $1,000.00 The Client will be required to accept or reject in writing each phase or requested change or addition to the project to ensure acceptance of the consequences of the requested change. This is to protect both parties' interests and to help achieve Client satisfaction. A signed Change Order Form MUST BE RETURNED BEFORE ANY WORK IS TO BE DONE. The contract sum shall be modified accordingly or the extra work contract amount shall be determined and provided to the Client in writing. If no precise method of adjustment has been determined at the time the change is requested, then the contract sum shall be equitably adjusted within 30 days to compensate JSD for the change at our contracted rates. The amount due JSD for any change shall be due upon completion of the changed work. The time for completion of any existing contract shall be modified by the estimated time required to complete the change or by an equitable amount of time if no time estimate is available. JSD may request suitable verifications of funding for this change or extra work before work commences or materials are ordered. Authorization Signature (James L. Sell) Date Authorization Signature (Client) Date JIM SELL DESIGN I FORT COLLINS, COLOR -ADO 80524 1970.434.19211 Fax 970.484.2443 1 ,Fort'Collins Independent Cost Estimate - ALM Change Order No. 7 Date of Estimate: 24-Sep-12 Contract Type: Architect -Engineer Existing Contractor PO (Y/N): 9101089 Description of Services (B): Provide additional architectural and engineering services for Phase 3 Construction Administration services and for the revision of the berm at the east property line. I have obtained the following estimate from; Engineering or Technical Estimate performed by: Ron Kechter Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Services, Repairs, or Non -Standard Items Itemrrask: Phase 3 Construction Administratinn cprvirec Materials or Work Description Other Direct Labor Labor Labor Costs Rate ($) Hours Class TOTAL Architectural Services - Submittal Review $ - $ 88.00 120 Pro'. Architect $ 10,560.00 Architectural Services - Submittal Review $ - $ 130.00 40 Principal $ 5,200.00 Architectural Services - OAC Meetings $ - $ 88.00 60 Pro'. Architect $ 5,280.00 Architectural Services - CAD Drafting $ - $ 70.00 40 CAD Tech II $ 2,800.00 Architectural Services - Administrative $ - $ 50.00 8 Administrative $ 400.00 Civil Engineer Services - Submittal Review $ - $ 125.00 28 Civil Engineer $ 3,500.00 Civil Engineer Services - Site Visits $ - $ 125.00 6 Civil Engineer $ 750.00 Landscape Arcitecture - Landscape Submittal Review $ $ 100.00 24 Architect $ 2,400.00 Landscape Arcitecture - Site Landscape Visits $ - $ 100.00 6 Architect $ 600.00 Structural Engineer Services - Structural Submittal Review $ $ 85.00 64 Engineer $ 5,440.00 Structural Engineer Services - Structural Site Visits $ - $ 85.00 8 Engineer $ 680.00 Electrical Engineer Services - Electrical Submittal Review $ - $ 88.00 32 En ineer $ 2,816.00 Electrical Engineer Services - Electrical Site Visits I$- - $ 88.00 8 Engineer $ 704.00 Total $ 41,130.00 Ilem/Task: Revision of the harm at the pact nrnnprty linty Materials or Work Description Other Direct Labor Costs Rate ($) Labor Labor Hours Class TOTAL Architectural Services $ $ 88.00 2 Pro'. Architect $ 176.00 Civil Engineering Services $ 125.00 8 Sen. PM $ 1,000.00 Total $ 1,176.00 TOTAL $ 42,306.00 Signature of Preparer. ���C����.�. Ron Kechter, P.E- ' - DATE: September 24, 2012 TO: Jim O'Neil FROM: Ron Kechter, Facilities Project Manager RE: Transfort Maintenance Facility Expansion Cost Analysis and Justification — ALM CO#7 — P.O. 9101089 ALM requires a supplement for the TMFE project for their Construction Administration Services. Attached please find the proposed Change Order #7. I discussed the scope of this tasking with ALM's Architectural PM and we agreed that what has been proposed is what it will take to perform the CA services. I have prepared an Independent Cost Estimate (ICE) also attached, which is relatively close in cost since the rates, number of site visits and scope were mutually agreed on. ALM also requires a supplement for the TMFE project due to the City requesting additional changes to the Utility Plans to make the berm on the east side continuous to provide a complete block of the views of the project from the adjoining neighborhood. I have prepared an Independent Cost Estimate (ICE), incorporated with the CA services, which is relatively close in cost since the rates and scope of work were mutually understood. ALM should be utilized for this particular work effort since it would be less cost effective to hire a different consultant to do this work as ALM has been engaged with this project from its inception. In preparing my ICE for this change order, I used previous change order personnel rates from ALM and compared them to other consultants doing similar consultant work and found ALM's rates to be very reasonable. I based the estimated number of hours to perform these services for the ICE on my understanding of the scope of services and previous experience with ALM and many other projects of similar complexities. Based on my experience, I believe the proposed Change Order #7 in the amount of $41,596 is reasonable for the work proposed to be accomplished for the TMFE project. As such, I recommend approval of this Change Order. Ron Kechter, PE Facilities Project Manager John Stephen From: Sent: To: Cc: Subject: Ron Kechter Wednesday, October 17, 2012 2:27 PM Jim O'Neill; Sandy O'Brien Erika Keeton; Keith.Meyer@ditescoservices.com; John Stephen RE: Aller-Lingle CO#7 O j1-44"'/1S r Jim, Per our discussion, I did talk with Aller-Lingle-Massey extensively before their submission of this proposal to arrive at the scope of the architect/engineering support I wanted them to provide for the Construction Administration services for this project. This proposal was actually the second proposal for these services, since the first one they provided did not attain the level of services required. The hourly rates are set by the contract and what I required was a certain number of hours for submittal review, site visits, meetings and administration. In our discussions, we agreed on this scope before the proposal was submitted, which became the basis for my ICE. As you can see there was some variation, but we were very much on the same page as evidenced by the closeness of their proposal to my ICE. Please let me know if you need anything further. Thanks, Ron -----Original Message ----- From: Jim O'Neill Sent: Wednesday, October 17, 2012 2:06 PM To: Sandy O'Brien Cc: Erika Keeton; Keith. Meyer(cDditescoservices.com; Ron Kechter; John Stephen Subject: RE: Aller-Lingle CO#7 Ron, the ICE needs to be done prior to talking with the firm on any change orders. Was that done? -----Original Message ----- From: Sandy O'Brien Sent: Wednesday, October 17, 2012 2:02 PM To: Jim O'Neill Cc: Erika Keeton; Keith. Meyer(cDditescoservices.com; Ron Kechter Subject: Aller-Lingle CO#7 Attached is CO#7 for Aller-Lingle. I enter Req #42864 for this today. Sandy Title: Aller Lingle Massy Transfort Maintenance Change order #7 Date: 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 dated 9- 24-12 independent cost estimate before receipt of proposals. 10) Unnecessary Experience and Excessive Bonding Unnecessary experience and excessive No 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 judgment. 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. Y of past performance, and financial and 2 Y technical resources. 3. Y 1. Appropriate Financial, equipment, facility and personnel. (Y/N) 4. Y 2. Ability to meet delivery schedule. (Y/N) 5. Y 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 Originally submitted by RFP records include: Task order contract (1) the rationale for the method of Consultant has been responsive procurement, (2) Selection of contract type, Hourly rates per task order (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, this 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 ne otiation). 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 No 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