Loading...
HomeMy WebLinkAboutALLER LINGLE AND LYMAN DAVIDSON DOOLEY - PURCHASE ORDER - 3304920AFort Page Number: 1 of 1 City of Fort Collins Date: 08/13/03 Purchase Order Number: 3304920 Delivery Date: 12/04/04 Buyer DICK,OPAL Purchase Order number must appear on invoices, packing lists, labels, bills of lading, and all correspondence. Note: Line Qty/Units Description Extended Price 1 Provide architectural, engineering, LEED design and 95,108.50 planning services for Lot 1 per Work Order Number A3-01-2003. 2 Provide architectural, engineering, LEED design and 95,108.50 planning services for Lot 1 per Work Order Number A3-01-2003. 3 Provide architectural, engineering and planning 40,251.00 services for Lots 2,3, exn per work order number A3-01-2003 for the vehicle storage building. P-876 Total 230,468.00 VI s F, City of Fort C n Director of Purchasing and Risk Management This order is alid over $2000 unless signed by James B. O'Neill 11, CPPO, FNIGP City of Fort Collins Accounting Department City of Fort Collins Purchasing, PO Box 580, Fort Collins, CO 80522-0580 PO Box 580 Phone: 970-221-6775 Fax: 970-221-6707 Email: info@ci.fort-coliins.co.us Fort Collins, CO 80522-0580 Proposal for Architectural/Engineering Services Page 8 not guarantee that proposals, bids or actual construction costs will not vary from the estimate of probable cost. The selection of either the method of construction or a particular Contractor shall not affect this limitation. Aller•Lingle Architects P.C. is dedicated to providing quality professional service and creative design solutions. We look forward to the opportunity of working with you on the two Vehicle Storage Buildings. Please call if you have any questions concerning this Proposal This Proposal is valid for a period of 60 days. Thank you for your interest and consideration Sincerely, ALLER•LINGLE ARCHITECTS P.C. Mick Moog A MM:IIs F0. 11. 2003 6:0813M ALLER LINGLE ARCH CHANUE ORDER NO. 1 No.8902 P. 2/2 PROJECT TITLE: Utility Training Room Remodel C''NTRACTOR: Auer -Lingle Architects P, NUMBER: 2207876 VENDORNVWER 113275 CHARGE NUMBER: 501.29930000.529290.3900, I IW DESCRIM( N In preparing change orders show iporder as separate numbered paragraphs the following: 1. Reason for change. 2. Description of change. 3. Change in contract cost. 4. Change in contract time 1. Additional work requested by the City. 2. Additional !Mechanical Engineering. 3. $1,300.00 (One Thousand Three Hundred Dollars) 4. Not Applicable. (Attach additional sheets as required) l GINAL CONTRACT COST TOTAL APPROVED CHANGE ORDERS TOTAL PENDING CHANGE ORDERS TOTAL THIS CHANGE ORDER ADJUSTED CONTRACT COST (Assuming all change orders approved) ACCEPTED REVIEWED BY: Manager) "9 015934 SCG 2f 18�03 S 12,200.00 S0.00 $0.00 S1,300.00 $13,500.00 DATE: Z it ImT DATE: APPROVED BY: DATE: Y o3 (Title) APPROVED BY: (Purchasing Agent Over S15,000) DATE: Cr: City Clerk Purchasing NOTE: Signature of Contractor indicates Contractor Project File agreement herewithin, including any adjustment in contract sum or contract time. amnylnm ALLER • LINGLE ARCHITECTS P.C. February 5, 2003 Mr. Terry Robinson, Project Manager Water Utilities City of Fort Collins P.O. Box 580 Fort Collins, CO 80523 RE: Proposal for Additional Architectural/Engineering Services Light & Power Training Room Remodel City of Fort Collins, Colorado Project No.: 0237.03 Dear Terry: This proposal is to request additional compensation for unanticipated services that were necessary to the project. Additional services include revisions to the workroom and south office area, such as rebalancing, new controls and piping for the mechanical system; sound attenuation investigation and design for the training room. Mechanical Engineering $1,300.00 Additional services for Training Room $1,300.00 This is requested compensation for additional services for items that were not foreseen in the proposal process. These services have already been performed at the hourly rates per our contract, and in accordance with our master contract with the City of Fort Collins. Sincerely, ALLER•LIN LE ARCHITECTS P.C. Shaun J. Moscrip, Assoc. AIA SJM cc: 712 WHALERS WAY BLDG. B, SUITE 100 • FORT COLLINS • COLORADO • 80S2S (970) 223-1820 phone (970) 223-1833 fax • officetballer-lingle.com 0 www.aller-lingle.com ■ i O AuB- 1. 2UU,P;12:13PM)702,,ALLER LINGLE AKQa FACILITIES No,2145 P, 2/2 a2 MORx ORDER rORM PURSUZ,NT TO .AN AGREEMENT BETNBEV THE CITY OF FORT CliMTRS AND Work Order Number: A3-0I-2003 Purchaso oxdor Number: ALLER-LINGLE ARCHITECTS, P? C. SPECIAL CONTRACTi pMposW pgn DATED: JDLY 2, 2003 Project Title: UtIgmVehioleStorage)3uildiAgs CommenCemant Date: JnA'25,. Completion Date: December 04, 2004 Maximum Fee (time and reimbursable direct costa): $230,09.00 Project Descxiptl.on: Coxtructionoftwo g=ad vehicle stomp buildinp(o )jeawdhausing28vehicksamdam tinted hovsl+tg 18 vdtides) of approxmaft Y_30,009 seaz+: seat, eomPiete with associated site and off -sloe naproveaouaats and Wig. Facilities to be de dg ed and construded to achieve LEED Silver Cw iSrafiuA if possible. Scope of Services: Provide =hibecUnt ettineminng and LEER design, cmmnmWon docametts aad cmhuction adm'ntistratlon services apd LREI? dvctnosontatiog snd c�rtiFicstion. Also, the rezoning er►ffibmab for Lots 1, 2 and existing from Zang Pdt w Zone E and a traffic i gvwt study and report for l at L All per Proposal No. P-876. ACCEPTANCE�� USER sexvice Provider agrees r-o parxo3.M the services kdentified above and oft the attached forms in accordance with the terms axed conditione nnntAined hprPin Apd in rb, Sprvirwa Agreement between the parties. :Cn the event of a confliot between ox ambiguity in the terms of the Services Agre®ment and this work order (including the at:tachod loxms) the Sexv:ices Agreement shall control. 8>t; V10E MOVI MR Hate: Byz CC: Pundwwing The attached forms consisting of nitre (9) pages are hereby accepted and incorporated herein by this reference, and Nntino tn,Prn�-rAcl iR hvrohy given - CITY AF By. J 3 , Z003 Cate: O t' aor of Pudtssft and Risk AAereawrfo t over sw,ow. ALLER • LINGLE ARCHITECTS P.C. July 28, 2003 Mr. James B. O'Neill II Director of Purchasing and Risk Management City of Fort Collins P. 0. Box 580 Fort Collins, CO 80522-0580 Mr. Steve White Project Manager Operations Services City of Fort Collins P. 0. Box 580 Fort Collins, CO 80522-0580 RE: Proposal for Architectural/Engineering/LEED Services Utility Services Vehicle Storage Buildings Fort Collins, Colorado Proposal No. P-876 Dear Mr. O'Neill, Mr. White, and Mr. Kechter: Mr. Ron Kechter Project Manager Operations Services City of Fort Collins P. 0. Box 580 Fort Collins, CO 80522-0580 Aller•Lingle Architects P.C. is pleased to provide you with this Proposal for architectural/engineering/LEED services for the proposed Utility Services Vehicle Storage Buildings at the Utility Service Center site, located at Wood Street and Vine Drive in Fort Collins. We are happy to have been selected for this project. In response to our meeting of June 10, 2003, we propose the following scope of services and associated fees: Project Description Provide architectural, engineering and LEED design, construction documents, construction administration services, and LEED documentation and certification as itemized below for two proposed vehicle storage buildings of approximately 30,000 sq. ft., complete with associated site planning improvements, grading and drainage, and landscaping, to be built on Lot 1 of the Utility Service Center site (at the northwest corner of Wood Street and Vine Drive), in Fort Collins, Colorado. One vehicle storage building will house 28 vehicles and will be heated. The second storage building will accommodate 18 vehicles and will not be heated. We understand that you would like these buildings be to designed and constructed to be LEED Certified, and to obtain a Silver Certificate, if possible. Our Scope of Work will also include the rezoning entitlements of Lots 1, 2, and the lot to the north that is the site of the existing Equipment Services Building, from Zone POL to Zone E; storm drainage design and report for Lots 1, 2, 3, and Equipment Services Building lot; and a traffic impact study and report for Lot 1. We were instructed to not rezone Lot 3 yet, as this parcel has not been annexed into the City limits. Our services shall also include various client meetings to review the building design progress, as well as representation at neighborhood meetings, Planning Commission and City Council public hearings and other meetings that the City of Fort Collins may require as a part of their review and approval process for the project, to the extent described below. The project will be managed for Aller•Lingle Architects P.C. by Mick Moog, AIA. We propose to provide full A/E services, including architectural, civil, structural, mechanical and electrical engineering, landscape architecture, as well as LEED documentation and certification. The project will be competitively bid to General Contractors. 712 WHALERS WAY • BLDG. B, SUITE 100 • FORT COLLINS • COLORADO • 80525 (970) 223-1820 phone • (970) 223-1833 fax • ofrice@aller-lingle.com • www.aller-lingle.com ■ Proposal for Architectural/Engineering Services Page 2 Scope of Basic Services The Scope of Basic Services shall be as follows: 1. Programming: Conduct meetings with affected departments or user groups to develop a building program for the project, including an inventory of vehicles and equipment to be relocated in the new facility, and appropriate LEED designs and materials to be utilized. 2. Planning/Site Plan Approvals: Conceptual site planning and preparation of all required drawings and other documentation for submitting the project through a Type I (administrative) City Planning Review approval process with the City of Fort Collins. 3. Conceptual Site Design: Preparation of a conceptual site plan to determine the quantity, proposed size and layout for stockpiled materials on the site. 4. Schematic Design Phase: Develop a preliminary design through a series of meetings with the Owner's group and Design Team, submit preliminary drawings illustrating floor plans, and building elevations that incorporate LEED design systems and materials for review and approval by the Owner. 5. Code Analysis: Conceptual review of the proposed construction for compliance with applicable building, fire, handicapped accessibility and life safety codes. 6. Presentation Drawings: Preparation of colored floor plan(s), site plan and elevation(s) of the proposed design, as required, for presentation at staff meetings, neighborhood meetings, Planning Commission and/or City Council public hearings. 7. Design Development Phase: Expand upon and refine the approved schematic design. Submit site plan, floor plans, building elevations, building section, and typical wall sections, schematic structural, mechanical and electrical plans, and an outline specification for review and approval by the Owner. 8. Construction Documents Phase: Prepare complete construction drawings and technical specifications for competitively bidding the project to Contractors, including architectural, civil, structural, mechanical and electrical engineering, landscape architecture, and irrigation design and engineering. Extent of drawings is estimated as follows: Site Improvement Plan and Details Site Grading Plan and Details Site Utility Plan and Details Landscape Plan and Details Irrigation Plan and Details Overall Floor Plans Reflected Ceiling Plan Roof Plan and Details Building Elevations Building Sections Wall Sections and Details Room Finish Schedule Door and Window Schedules, Door Types and Details Casework and Interior Elevations Foundation Plan and Details Floor Slab Plan and Details Roof Framing Plan and Details Plumbing Plan and Details HVAC Mechanical Plan and Details Mechanical Schedules and Details Fire Protection Performance Specification Electrical Site Plan Electrical Power Plan and Details Electrical Lighting Plan and Schedules Electrical Communications/Specialized Systems Plan and Schedules Electrical One -line Diagram and Schedules 9. Color and Material Selections: Select interior materials and colors. See Work Not Included. 0 Proposal for Architectural/Engineering Services Page 3 10. Meetings: Representation at the following meetings and public hearings, as required: a. Client meetings as necessary. b. City staff review meetings. C. Conceptual Review (Concept Technical Review) meeting. d. Design Review Team (DRT) meeting. e. Building/steering committee meeting. f. Neighborhood meetings (RFP stated there could be up to five meetings). g. Planning Commission (Planning and Zoning Board) public hearing. h. City Council public hearings. i. Site progress meetings with the Contractor and Owner during construction. 11. Coordination and Project Management: Coordination with the Owner, Architect, Engineers, outside Consultants, and Contractors as necessary through the design phases. 12. Cost Estimating: Prepare an estimate of probable construction costs at the end of Schematic Design, Design Development, and approximately 90% completion of construction documents. 13. Bidding/Negotiation Phase: Assistance to the Owner to acquire Contractor bids, including attendance at Pre -Bid Conference and responding to Contractor questions. 14. Construction Administration Phase: Perform field observations of the work in progress during construction with written reports to the Owner, attendance at Pre -Construction Conference, attend weekly site meetings with the Contractor and Owner's representative (Consultants on an as -needed basis), review of shop drawings and submittals, issuance of change orders, review of Contractor's pay requests, final "punch list" inspection and assistance with project closeout. For purposes of this Proposal, the number of field visits during the Construction Administration phase shall be limited to one (1) trip per week. For purposes of this Proposal, field observations by our Consultants are proposed as follows: a. Civil Engineering: 8 site visits. b. Landscape Architecture: 4 site visits. C. Structural Engineering: 8 site visits. d. Mechanical Engineering: 3 site visits. e. Electrical Engineering: 3 site visits. f. LEED Consultant: 2 site visits. 15. Record Documents: Preparation of record documents upon the completion of construction of this project. 16. LEED Certification: Final preparation of LEED documentation upon the completion of construction of this project and submittal for LEED certification. Work Included 1. Overall Master Plan for Lots 1, 2, 3 and drainage channel to the Poudre River. 2. Rezoning of Lot 1, including public hearings for the Planning and Zoning Commission and/or City Council. 3. Planning, landscape design, and other related services for Lot 1 to complete the Preliminary Development Plan (PDP) and Final Compliance Plan (FCP) approval processes with the City of Fort Collins, Type I Review. (Also include participating in up to 5 neighborhood meetings) 4. Xeriscape landscape design and construction documents for Lot 1, including a planting plan and plant materials schedule. Irrigation design and engineering are also included. 5. Topographic survey provided by a licensed, professional surveyor, for Lot 1, the adjoining frontage on Wood Street, Vine Drive, and offsite drainage. 6. Storm Water Drainage Study and Report for Lot 1, and existing Equipment Services Building lot to the north. 7. Detention pond study and storm water outlet channel redesign for Lot 1. 8. Erosion Control plan, calculations, and report for Lot 1. 9. Grading and drainage plan for Lot 1. 10. Utility design and easements for Lot 1, and planning for the future utility service for Lots 2 and 3. 11. Design of improvements to Wood Street and Vine Drive adjoining Lot 1, if required. 12. Plat of Lots 1, 2 and 3 (need to be individual plats), street ROW legals, exhibits, title commitment. Proposal for Architectural/Engineering Services Page 4 13. On -site improvements for Lot 1, including streets and parking areas. 14. Civil Engineer site certification of Lot 1. 15. Design heating, ventilation and plumbing for the new heated building. Sustainable systems will be investigated and used in design if deemed appropriate. 16. Design ventilation and plumbing for the new unheated building. Ventilation and sand/oil interceptors are anticipated to be required by code. 17. Integrate mechanical and electrical systems and controls with the architectural daylighting design. 18. Electrical design and engineering for primary site electrical service, parking lot and site lighting, and other site electrical systems. 19. Provide information on optional systems and their first, operational, and maintenance costs for use by the LEED consultant in modeling using the consultant's energy and life cycle cost programs. 20. Energy calculations as required by the City of Fort Collins in support of the building permit application. 21. Traffic impact study and report will be provided for Lot 1 to meet the requirements of the City's Traffic Engineer. 22. Full technical specifications, including bid documents, general and supplementary conditions of the contract, and workmanship standards. 23. Bidding/Negotiation and Construction Administration Phase services, including construction observations and review of contractor pay applications. 24. We will provide the Owner with vellum plots of the construction drawings and original technical specifications. It is the Owner's desire to print all required construction documents to be issued to Contractors for bidding, as well as copies to Architect and consultants for their use. 25. Preparation of record documents upon completion of construction of the project. 26. All construction documents prepared for this project shall be generated with our in-house Computer - Aided Design and Drafting (CAD) systems, using AutoCAD Version 2002 software. Additional Services Added to RFP Scope of Work for Team I 1. Rezoning of Lot 2 and the existing Equipment Services Building lot to the north, including public hearings for the Planning and Zoning Commission and/or City Council. 2. Topographic survey for Lots 2 and 3. 3. Conceptual grading plan for Lots 2 and 3. 4. Storm Water Drainage Study and Report for Lots 2 and 3. 5. Civil Engineer site certification of Lots 2, 3, and the existing Equipment Services Building lot to the north. Work Not Included 1. Field measurements of the existing construction and development of CAD drawings of the as - constructed conditions. 2. Phase 2 (which includes the Vehicle Wash and Office/Maintenance Building) Schematic Design through Design Development phase services. These will be covered by a separate Proposal, at a future date, when the City gives us notification they wish to proceed. 3. Planning, landscape design, and other related services for taking Lots 2, 3, and existing Equipment Services Building lot to the north, through the Preliminary Development Plan (PDP) and Final Compliance Plan (FCP) approval processes with the City of Fort Collins. 4. Services for taking Lots 1, 2, 3, and the existing Equipment Services Building lot to the north through the Overall Development Plan (ODP) approval processes with the City of Fort Collins. 5. Traffic impact study and report for Lots 2, 3, and the existing Equipment Services Building lot to the north. 6. Interior design services, beyond specifications for painting, carpeting and other hard surfaces. Selection of furnishings, fabrics, upholstery, draperies and movable equipment is not included. See Additional Services. 7. Fire sprinkler system design, engineering and flow calculations. This system will be design/build by the selected Subcontractor, based upon a performance specification provided by the Mechanical Engineer. 0 Proposal for Architectural/Engineering Services Page 5 8. Perspectives, renderings, models or other presentation documents. See Additional Services. 9. Delineation of or issues relating to wetlands or ecological characterization studies. 10. Asbestos or other hazardous material testing, abatement and cost estimating. 11. Assistance to the Owner in selecting or prequalifying Contractors. 12. Distribution of bid documents to contractors for bidding shall be performed by Owner. 13. Environmental and/or wildlife reports or studies, or other technical studies as may be required by the City of Fort Collins. Owner -Provided Information 1. Soils Investigation Report and other appropriate information for foundation design. 2. Asbestos or other hazardous material testing and abatement, if required. 3. Design standards or guidelines for the City of Fort Collins, if applicable. 4. Owner -developed sketches or programming documents. 5. Record drawings of the existing site and construction, if available. 6. Copies of all applicable standard documents, forms, specifications or other information from the City of Fort Collins to be a part of the bidding documents. 7. Copies of all standard specifications for materials, equipment and fixtures to be incorporated into the project design used by the City of Fort Collins, including material cut sheets and sources for sales and technical representatives, if available. 8. Design criteria for HVAC, plumbing and electrical systems, telephone and data systems, security system, and equipment. 9. City of Fort Collins application, development and building permit fees. 10. Coordination with telephone, electric, natural gas, propane or other independent utility and/or building services providers for infrastructure and equipment installation. Consultants Aller•Lingle Architects P.C. proposes the following consultants for this project: Civil Engineering Landscape Architecture & Irrigation Design The Engineering Company (TEC) BHA Design, Inc. Rick Pickard, P.E. Russell Lee 2310 East Prospect 4803 Innovation Drive Fort Collins, CO 80525 Fort Collins, CO 80525 (970) 484-7477 (970) 223-7577 Structural Engineering KL&A Inc. Eric Moe, P.E. 4412 W. Eisenhower Blvd., Ste 200 Loveland, CO 80537 (970) 667-2426 Mechanical Engineering RMH Group, Inc. Bob Stroschein, P.E. 12600 W. Colfax Avenue, Ste A400 Lakewood, CO 80215 (303) 239-0909 LEED Consultant ENSAR Group, Inc. Victor Olgyay 3204 Broadway Boulder, CO 80304 (303) 449-5226 Electrical Engineering RMH Group, Inc. Mark Rudiger, P.E. 12600 W. Colfax Avenue, Ste A400 Lakewood, CO 80215 (303) 239-0909 Cost Consultant B&C Project Services Bill Kraus, P.E. 4500 Bluefin Court Fort Collins, CO 80525 (970) 206-0947 Traffic Consultant Matt Delich, P.E. 2272 Glen Haven Drive Loveland, CO 80538 (970) 669-2061 ■ Proposal for Architectural/Engineering Services Page 6 Fees AllereLingle Architects P.C. and our team of Consultants propose to complete the project through the Construction Administration phase for estimated design fees on an hourly basis not to exceed $230,468, including reimbursable expenses. The breakdown of this fee by design discipline is as follows: Breakdown by Lots Fees Lot 1 Lot 2, 3, Ex N Civil Engineering $ 48,102 $ 27,935 $20,167 Landscape Design, Irrigation Design $ 16,466 $ 16,466 $ 0 Architectural Design, Estimating $ 47,703 $ 44,703 $3,000 Structural Engineering $ 17,500 $ 17,500 $ 0 Mechanical Engineering $ 13,000 $ 13,000 $ 0 Electrical Engineering $ 10,400 $ 10,400 $ 0 LEED Design, Coordination, Documentation $ 17,000 $ 17,000 $ 0 Rezoning, Entitlement $ 9,250 $ 2,775 $ 6,475 PDP, FCP $ 14,034 $ 14,034 $ 0 Traffic Study (only for Lot 11 $ 4,000 $ 4,000 $ 0 Surveying $ 13,013 $ 3,904 $ 9,109 Reimbursable Expenses $ 20,000 $ 18,500 $ 1,500 TOTAL $230,468 $190,217 $40,251 A breakdown of this fee by project phase is as follows: Schematic Design: Phase I $ 63,866 Lot 1 $ 47,078 Lot 2, 3, Exist N. Lot $ 16,808 Reimbursable Expenses: $ 5,400 $ 5,000 $ 400 Subtotal: $ 69,286 $ 52,078 $ 17,208 Design Development: $ 69,241 $ 52,370 $16,871 Reimbursable Expenses: $ 6,500 $ 6,000 $ 500 Subtotal: $ 75,741 $ 58,370 $17,371 Construction Documents: $ 46,833 $ 44,961 $ 1,872 Reimbursable Expenses: $ 6,500 $ 6,000 $ 500 Subtotal: $ 53,333 $ 50,961 $ 2,372 Construction Administration: $ 30,508 $ 27,308 $ 3,200 Reimbursable Expenses: $ 1,600 $ 1,500 $ 100 Subtotal: $ 32,108 $ 28,808 $ 3,300 TOTAL: $230,468 $190,217 $40,251 Refer to Reimbursable Expenses later in this Proposal for additional information on our estimated project - related expenses. Reimbursable Expenses In addition to Basic Services, the following expenses in connection with this project shall be reimbursable at 1.1 x direct cost: 1. Blueprinting 2. Copying 3. Long distance telephone/FAX 4. Mileage 5. Postage 0 Proposal for Architectural/Engineering Services Page 7 6. Federal Express/Express Mail and other delivery services 7. Photography or other miscellaneous expenses 8. Plotting of CAD -generated drawings For purposes of this Proposal, Reimbursable Expenses are estimated not to exceed $20,000. Additional Services If the Owner requests additional services beyond those set forth in this Proposal, or for additional services as described elsewhere in this Proposal, such services shall be agreed to in writing between the Owner and the Architect and the fees adjusted accordingly per the current hourly rates, subject to annual adjustment. For purposes of this Proposal the following will be considered Additional Services: 1. Development of multiple bid packages, or otherwise staggering the release of documents to Contractors. 2. Fast -tracked construction schedules, or other acceleration of the construction schedule requiring the release of construction documents to Contractors prior to the completion of all documents. 3. Redesign that may be required by City review, if review comments or requirements are different than those received at the Conceptual Review meeting, and/or neighborhood opposition of this project. 4. For purposes of this Proposal, it is assumed that construction of all site structures will occur simultaneously, so that Construction Administration phase services including field observations will be performed concurrently. Additional field observations or other services required by staggering of construction sequencing or other delays beyond the control of the Architect shall be considered Additional Services. Contract Form The Standard Agreement between Aller Lingle Architects, PC and the City of Fort Collins, relative to Proposal P-876, shall constitute the basis of the agreement between the Architect and the Owner concerning this project, incorporating the information contained in this Proposal. No other written or verbal agreement of any kind will be a binding part of this Agreement, unless itemized herein and agreed to by both parties. Schedule Scope of Basic Services for this project will be performed in accordance with the following schedule, assuming notice to proceed from the Owner by July 10, 2003. 1. Rezoning Phase: Application submitted to City of Fort Collins Planning Department by July 11, 2003. 2. Schematic Design Phase: 8 weeks 3. Design Development Phase: 10 weeks 4. Construction Documents Phase: 10 weeks 5. Bidding/Negotiation Phase: As required by the proposed bidding/construction schedule. 6. Construction Administration Phase: As required by the proposed bidding/construction schedule. For purposes of this Proposal, these phases of the Basic Services will allow for Owner review and approval periods of 1 week between each design phase of work. Budget Aller•Lingle Architects P.C. understands that no firm budget has been established for this project, however we are estimating $2,750,000 of building and site improvement construction costs. Cost Estimates Since the Architect and Engineers have no control over the cost of labor, materials, equipment or services furnished by others, the quality or level of finishes selected, the Contractor's methods of determining prices, or competitive bidding or market conditions, any estimate of project costs is made on the basis of the Architect's and Engineers' experience and qualifications and represent our best judgment as experienced and qualified professionals familiar with the construction industry. The Architect and Engineers cannot and do