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