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.