Loading...
HomeMy WebLinkAboutCHANGE ORDER - BID - 7023 SOUTH TRANSIT CENTER (4)Y CHANGE ORDER NO. 6 P.O. 9101089 PROJECT TITLE: Transfort Maintenance Facility Expansion CONTRACTOR: Aller-Lingle-Massey Architects P.C. WORK ORDER NUMBER:. All -01-2010 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 the addition of two automatic vehicle access gates, additional security camera and security access point locations and changes to the Utility Drawings. mylars after they had been submitted, based on new City comments. 3. Change in Contract Cost: $3,296.00 NTE 4. Change in Contract Time: 0 Days ORIGINAL CONTRACT COST $46,350.00 TOTAL APPROVED CHANGE ORDERS $33.537T00 TOTAL PENDING CHANGE: ORDERS 0.00 TOTAL THIS CHANGE ORDER $3,296.00 ADJUSTED CONTRACT COST $83„183.00 REVIEWED BY: LL n Corridor BRT Project Manage ACCEPTED BY: Architect's Representative APPROVED BY: ti Facilities Project M ager cc: Contractor Purchasing Architect Project File 5113011), Date (o/l 1 IIZ Date kc, fZ Da to 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 Yes 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 1. Yes records include: 2. RFP (1) the rationale for the method of 3. Yes procurement, 4. yes (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 Na 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 amendment was treated as a sole source Yes 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 correct 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 property (materials, work in progress, and yes 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 NA 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 correct 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. NA 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 City of -, ort Collins Independent Cost Estimate - ALM Change Order No. 6 Date of Estimate: 29-May-12 Contract Type: Architect -Engineer Existing Contractor PO (YIN): 9101089 Description of Services (B): Provide architectural and engineering services to add two automatic vehicle access gates, additional security camera locations and security access points and revise already submitted mylars, per City comments. I have obtained the following estimate from; Engineering or Technical Estimate performed by: Ron Kechter Cost Estimate Details: (Estimate calculated in US Dollars) B Cost of Services, Repairs, or Non -Standard Items Item/Task: Add two autnmatic vaNHA ar =ee n.fcc Materials or Work Description Other Direct Costs Labor Rate ($) Labor Hours Labor Class TOTAL Architectural Services Specification Services $ - $ - $ 88.00 $ 130.00 8 2 Proj. Architect Principal $ 704.00 $ 260.00 Electrical Engineering Services $ - $ 88.00 8 Proj. Engineer $ 704.00 Total $ 1,668.00 ltBm/Taxl(' ArOitinnnl coree ri}v ramnro Inn Mi n n l ....---- a.------- -- Materials or Work Description Other Direct Costs Labor Rate ($) Labor Hours Labor Class TOTAL Architectural Services $ - Specification Services $ - $ 88.00 $ 130.00 4 2 Proj. Architect Principal $ 352.00 $ 260.00 Electrical Engineering Services $ - $ 88.00 5 Proj. Engineer $ 440.00 Total $ 1,052.00 I uan. vnonyc CIIeOUY ouuinnreu nrylar sneers, per r;lry comments Materials or Work Description Other Direct Labor Labor Labor Costs Rate ($) Hours Class TOTAL Architectural Services Civil Engineering Services $ - $ 88.00 1 Proj. Architect $ 125.00 5 Sen. PM $ 88.00 $ 625.00 Total $ 713.00 TOTAL $ 3,433.00 Signature of Preparer: Ron Kechter, P.E. ALLER • LINGLE • MASSEY'1s'z ARCHITECTS ' May 29, 2012 Mr. Ron Kechter City of Fort Collins P. 0. Box 580 Fort Collins, CO 8.0522-0580 RE: Change Order Proposal Transfort Additions 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 provide (2) automatic vehicle access gates, additional security camera locations and security access points to the site and building, including new door hardware as necessary. We have also requesting additional fee for Jim Sell Design to cover the costs of revisions the City requested to the mylars after they were submitted. The requested fees are intended to cover the cost of documenting these scope additions, preparing specifications, consultant coordination and our associated. costs of administering this portion of the work, Electrical Systems Consultants: $ 1,100.00 (Refer to attackedemail_ for scope) Jim Sell Design: $ 600.00 (Refer to attached email for scope) Aller•Lingle•Massey Architects P.C.: Principal - 3 hrs. @ $130/hr.: $ 390.00 Project Architect - 12 hrs. @ $88/hr:: $ 1,056.00 Administrative 1 hr. @ $50/hr.: $ 50.00 Reimbursable Expenses: S 100.00 Total: Not to exceed $ 3,296.00 Sincerely, i ALLER,LINGLE•MASSSEY ARCHITECTS P.C. Matthew D. Newman, AIA, LEED AP cc: Kate Hodgson, Brian Williamson 712 WHALERS WAY • BLDG. B, SUITE 100 • FORT COLLINS • COLORADO • 80525 (970).223-1820 phone • (970) 223-1833 fax + ofrice@aller-lingle-massey.com • www.aller-lingle-massey.com FW: Transfort Operations Subject: FW: Transfort Operations From: "Kate Hodgson" <khodgson@thinkesc.com> Date: Thu,1 Sep 201113:27:33 -0600 To: "Matt" <mnewman@alley-lingle-massey.com> ESC shall provide contract documents indicating the raceway requirements for the installation of the security camera and access equipment at the City's Transfort Facility. Locations of equipment shall be indicated on plan, based upon the details provided by. the City. Actual specification of the equipment including wiring requirements shall be provided to the installing contractor by the City and not part of ESC scope of work. Routing of wiring to head -end equipment shall be indicated in new building work. Routing of wiring to head end equipment shall be indicated by general note in the existing building area, final determination by electrical contractor. Conduit (with pull string) shall be indicated installed exposed, surface mounted routed to above accessible ceilings, and/or in wire baskets, and/or run wild as applicable to the space. The electrical documents will indicate locations and wiring requirements where power is required for the equipment. Receptacles at light poles, new security gate power. Installation notes will include the use of underground conduits and trenching for installation at the security gate(s) and (2) separate buildings and new parking lot areas. ESC requests an additional $1100.00 fee for the preparation of the raceway documents for the installation of the security system. Thank you, Kate Hodgson, ESC engineering Kate Hodgson Project Manager � �1i8�t�tlC-f 3540 JFK Parkway Fort Collins, CO 80525 970-212-1522 (Direct) 970-224-9100 (Main) 970-224-9137 (Fax) 970-302-7065(CeA) khodgson@thinkesc.com This e-mail is only intended for the person(s) to whom it is addressed and may contain confidential information and should not be copied, modified, retransmitted, or used far any purpose except with ESC engineering's written authorization. If you have received this e-mail In error, please notify us Immediately by e-mail and then delete this message from your system. 1 of 1 9/13/20113:31 PM City of Fort Collins Transfort Expansion PROJECT CHANGE ORDER A Project Name: TRANSFORT FACILITY EXPANSION Job Number: 2598.1 Client Name: ALLER-LINOLE-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 - CIVIL, SITE AND LANDSCAPE PLAN ADJUSTMENTS FOR MYLARS: $600.00 - CONSTRUCTION ADMINISTRATION(LANDSCAPE): $3,100.00 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. F. Perform appropriate field inspections of work in progress during construction (three (3) five hour site inspection visits (including prep, travel and adm.) - CONSTRUCTION ADMINISTRATION (CIVIL): $3,950.00 o See attached for Civil Scope The contract sum shall be modified by or the extra work contract amount shall be: ® The Fixed Suin of $7,650.00 ® 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. I of 2 City of Fort Collins Tran.sfort Expansion 'rhe 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 parries' interests and to help achieve Client satis.taction. 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 shalt 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 lime 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 Sigmature (Client) Date Jtbn SELL DESIGN 1153 WEST NIDt3NTA INI I FORT COLLINS, COL.ORADO 905241970,484.111211 Pax 970A94.2443 2 of 2 Excluded Parties List System Page 1 of 1 IE 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 E'xclitltd'e_dl Vaoies; Ijs_C. Search Results for Parties Excluded by Firm, Entity, or Vessel : Aller Lingle Massey Architects State: COLORADO Country : UNITED STATES As of 07-Jun-2012 11:50 AM 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;jsessionid=794C55C4D3F4Cl0EIC44267594009662 6/7/20t2 Title: ALM Change Order 6 Date: 6-5-12 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 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 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 geographic preference except where Federal no 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 Yes 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. Yes technical resources. 2. Yes 1. Appropriate Financial, equipment, facility 3. Yes and personnel. (Y/N) 4. Yes 2. Ability to meet delivery schedule. (Y/N) 5. 3. Satisfactory period of performance. (Y/N) yes 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 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 Yes 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.