Loading...
HomeMy WebLinkAboutCHANGE ORDER - BID - 7023 SOUTH TRANSIT CENTER (5)CHANGE ORDER NO. 7 P.O.9955240 PROJECT TITLE: South Transit Center CONTRACTOR: Aller-Lingle-Massey Architects P.C. DESCRIPTION: Design services for the South Transit Center and the adjacent Park and Ride facility. 1. Reason for change: Incorporation of additional Architectural and Engineering Services. 2. Description of change: Provide additional architectural and engineering services for the design of two electric vehicle charging stations in the parking lot adjacent to the South Transit Center. This will require the routing of a new feed directly from the transformer to meter pedestal and associated electrical components. 3. Change in Contract Cost: $2,814.00 4. Change in Contract Time: 0 Days ORIGINAL CONTRACT COST $474,750.00 TOTAL APPROVED CHANGE ORDERS $58,806.00 TOTAL PENDING CHANGE ORDERS 0.00 TOTAL THIS CHANGE ORDER $2 814.00 ADJUSTED CONTRACT COST $536.370.00 REVIEWED BY ACCEPTED BY:_/W Architect's APPROVED BY cc: Contractor Purchasing Architect Project File Date 13 cV /?-44 i Date oat Z FACILITIES REQUISITION FORM VENDOR Alter -Lingle -Massey Architects DATE 6124113 REQ BY: Ron Kechter Work Order # 428882 . Billable? Y/N Y CHARGE# 5010070000.521120.3980 TOTAL COST: $2,814.00 BUYER: John Stephen OTY DESCRIPTION COST Provide additional architectural and engineering services for the design of two electric vehicle charging stations in the I parking lot at the South Transit Center, per your proposal dated June 18, 2013. Change Order No. 7 - P.O. 9955240. $2,814.00 ADDITIONAL INFO COMPUTER INPUT INFORMATION: VENDOR# REQUISITION # DATE ENTERED: ALLER • LINGLE • MASSEY ARCHITECTS P.C. June 18, 2013 Mr. Ron Kechter City of Fort Collins P. O. Box 580 Fort Collins, CO 80522-0580 RE: Change Order Proposal for Electric Charging Stations South Transit Center . City of Fort Collins, Colorado Project No. 0926 Dear Ron: We are submitting this change order request as requested by Transfort/City of Fort Collins to provide a design and construction administration for (2) electrical vehicle charging stations. This work is anticipated to include routing a new feed from the transformer directly to, a meter pedestal, service disconnect and depending on the available fault current a CTs enclosure. The work will also include review and coordination with the landscape/ site plan. Innovative Electrical Systems Inc.: Project Manager - 25hrs @ $100/hr: $ 2,500.00 ALler•Lingle•Massey Architects P.C. Project Manager - 3hrs @ $88/hr: $ 264.00 Administrative - 1 hrs @ $50/hr: S 50.00 TOTAL $ 2,814.00 Sincerely, ALLER•LINGLE•MASSEY ARCHITECTS P.C. Matthew D. Newman, AIA, LEED AP /MDN 712 WHALERS WAY • BLDG: 8, SUITE 100 • FORT COLLINS • COLORADO • 60525 (970) 223-1820 phone • (970) 223-1033 fax • office@aller-tingle-masseycom 4 www.aller-tingle-masseycom Fort Collins Independent Cost Estimate Dale of Estimate: 21-Jun-13 Contract Type: Aller-Lingle-Massey Architects Existing Contract or PO (Y/N): Y Description of Services (B): Develop the design and drawing for placing two electric vehicle charging stations in the parking lot at the STC. I have obtained the following estimate from; Engineering or Techincal Estimate (performed by): Ron Kechter, PE Cost Estimate Details: (Estimate calculated in US Dollars) B Cost of Services, Repairs, or Non -Standard Items Item/Task: Architectural and Engineering efforts to provide two electric vehicle charging station in the parking lot at the STC, feedinq directly off of the transformer. Materials or Work Description Other Direct Hours Rate Labor Class TOTAL Coordination 0.5 $130.00 Principal $ 65.00 Coordination 3 $88.00 Architectural PM $ 264.00 Design Development/Coor ination 16 7F100.00 Electrical Engineer 1,60 0 Electrical Drawing 8 $100.00 Electrical Engineer $ 800.00 Administration I 1 1 1 $50.00 Administrative Asst. $ 50.00 not Urawing lor 5 1 U ream sbumul I I0 ota Signature of Preparer: ti --t _0' Q om. Title: Change Order 7 Aller Lingle Massey STC Date: 6-25-13 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 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 NO 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 of past performance, and financial and 1. Y technical resources. 2. Y 1. Appropriate Financial, equipment, facility 3. Y 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.) CHANGE ORDER (2) Public exigency for the requirement did A&E IS Aller Lingle Massey 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 records include: BY RFP PROCESS (1) the rationale for the method of CONSULTANT HAS BEEN procurement, (2) Selection of contract type, RESPONSIVE (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 amendment was treated as a sole source THE 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 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 YES EPS run and include in the file. Ron Kechter From: Tom Vosburg Sent: Friday, June 21, 2013 9:21 AM To: Ron Kechter Cc: Adam Bromley; Ellen Switzer; Patti Teraoka Subject: RE: STC - Electric Charging Stations Ron — Here is the charge number for our Utility EV Charging station project: 5010070000.XXXXXX.3980 Thanks Tom Tom Vosburg, Policy and Project Manager Fort Collins Utilities Light and Power Operations 700 Wood Street PO Box 580 Fort Collins, CO 80522 970.221.6224 tvosbum(&fcgov.com From: Ron Kechter Sent: Friday, June 21, 2013 9:04 AM To: Tom Vosburg Cc: Adam Bromley Subject: RE: STC - Electric Charging Stations Tom, Do you have a Utilities charge number so I can move forward with a Change Order for ALM? Thanks, Ron From: Tom Vosburg Sent: Friday, June 21, 2013 8:52 AM To: Ron Kechter Cc: Adam Bromley Subject: RE: STC - Electric Charging Stations Ron That looks great — thanks for being on this. Please have these folks check in with me when they are updating the landscape plan — we need to think about some ADA accessibility and some other things. By the way, Utility Services has selected a vendor and standard specifications for the charging station equipment. Pease coordinate with Adam Bromley when we get to the actual purchase, installation and configuration of the charging stations themselves. Thanks again Tom Tom Vosburg, Policy and Project Manager Fort Collins Utilities Light and Power Operations 700 Wood Street PO Box 580 Fort Collins, CO 80522 970.221.6224 tvosburg(a fcgov.com