HomeMy WebLinkAboutCHANGE ORDER - BID - 7023 SOUTH TRANSIT CENTER (3)91-
/ CHANGE ORDER NO. 6
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 final design of
the interface with the MAX BRT, redesign of the profile for Storm Line A due to unforeseen conflicts, redesign
of the Detention Pond due to the shelf being created with the transplant of trees from the site and design of the
retaining wall around the Light & Power vault.
3. Change in Contract Cost: $9,190.00
4. Change in Contract Time: 0 Days
ORIGINAL CONTRACT COST $474,750.00
TOTAL APPROVED CHANGE ORDERS $49,616.00
TOTAL PENDING CHANGE ORDERS 0.00
TOTAL THIS CHANGE ORDER $9,190.00
ADJUSTED CONTRACT COST $533,556.00
REVIEWED BY.
Mason Co ridor BRT Project Manager
ACCEPTED BY:
Architect's
APPROVED BY:
Facilities Project
cc: Contractor Purchasing
Architect Project File
7's • 201
Date
2tZe.I I3
Date
{ I,
Date
January 7 h, 2013
Mr. David Lingle
Aller Lingle Massey Architects
712 Whalers Way
Building B, Suite 100
Fort Collins, CO 80525 _
Re: South Transit Center contract modification requesffor out of scope services
Dear Mr. Lingle:
HDR has fulfilled many scoped, items under the original budget such as addressing requests to provide
multiple copies of the plans, answering questions and addressing addendums during ad and reviewing and
approving submittals. Unfortunately, unforeseen out of scope construction items that have surfaced
during construction have.required a significant amount of time and attention, which were not originally
scoped or budgeted. The significant'items we are referring to include coordination in resolving the
grading with the BRT connection, multiple_ redesigns of the storm drain in Fossil Boulevard to avoid
- unknown utilityduct banks and developing alternatives to resolve the detention pond grading conflicts
with the City transplanted trees.
HDR has-been requested to provide more detailed drawings for the BRT grading issue with revised design
drawings, including the proposed grading changes and modifications io the trail alignment/grade and
retaining wall. This is all due to the site now being lowered approximately 1 foot in the northwesi comer.
HDR has also been asked to address the detention pond grading conflict formally with an ASI, which
would include revised contours and a calculations, package -for City Stormwater to approve. Including our
costs'to date and the projected level of effort,to complete these additional, requests, we respectfully ask to
-be compensated $6,883 for our services.
I please ask that we address this issue quickly as our original budget is now expended and our ability to `
continue to provide assistance and complete the original scope of work is very limited. After considering '
our proposed request, if you have any questions,or need additional information; please feel free to contact
me at (303) 76.4-1581.
Sincerely;
IID NGINfERINNG
ason •Wen
Project, nager
HOa Engineering, Inc. 303 East 17th Avenue Phone: (303) 764-1526
suite 700 - Fax: (303) 660.7139
DenvecC080203-1256 w",,hdrinccom
H D R C O S T P R O P O S A L: _City of Fort Collins - South Transit Center Out of Scope Items Fee
Budget Labor Tasks & Hours
d
2
u
o
m
u
O
d o c
E
o5
N
rn
O
U a
0
2
Comments/Assumptions
Wenger
Folwell
K. Cape
Starrett
$ 138.00
$ 117.00
$ 78.00
$ 79.00
Phase 6- Bidding and Construction Administration
BHT Gradinct Connection Resolution
2
4
6
Develop and Issue Formal ASI for RFI #37
2
12
4
1
19
Includes grading, trail and retaining wall revisions/redesign
Fossil Blvd SD, Redesign to Avoid Utilities
4
14
2
20
Detenlion Pond Regrading for Relocated Trees
4
6
2
12
Develop and and Issue Formal ASI for Pond
2
1
3
Includes caks and revisions of grading plan dwg
Totals Hours
12
38
9
1
57
$1,656.00
$4,446.00
$702.00
$79.00
$6,883.00
Direct Expenses
Mileage/Car
Reproduction
Total Direct Costs
$0.00
Total Project Cost $6,883
�1
Change Order
page 1
Change Order to Agreement by and between:
KL&A, Inc., ("Structural
Engineer")
421 East Fourth Street
Loveland, Colorado 80537
Telephone: (970) 667-2426
Facsimile: (970) 667-2493
and
Aller-Lingle-massey Architects P.C.
712 Whalers Ways, Suite 13-100
Fort Collins, CO 80525
Change Order Number: C.O. #1
Project: South Transit Cemer
Date of Agreement: 24 Aug 2009
IssueDate of this C.O.: 14 Jan 2013
The Agreement is herebv modified as follows:
Description
Amount
Original Contract Amount
Amount added (deducted) by Previous Change Orders
Contract Amount Prior to this Change Order
$7,200
$0
$7 200
Change Order 1 — Design of a vault retaining wall at the light and power vault
between the Bus Drive Lane and Recreation trail.
$650
Total, this Change Order:
$650
Revised Contract Amount
$7,850
Except as specifically described above, all terms and conditions of the agreement shall remain
in effect.
Acceptance:
KL&A, Inc. Aller-Lingle-Massy Architects, P.C.
�Dlgltally signed by James C
y
b `-" f.—� 11 Hohmann, RE, S.E. by:
y' % ,Date: 2013.01.1409:33:02-OT00'
James C Hohmann date:
title: Vice President
Return one signed copy of this Change Order to KL&A.
NEW BUS DRIVE LANE AT i24' H- -- NEW CURB AND GUTTER
AT -30'+/-
_^
NEWLIGHTANDPOWER
SLOPEO LANDSCAPE BED--� :
VAULTAT ♦31' /-
/ � PROPOSED fi' CONCRETE WALL
OF
/' WITH CURVED CORNERS. TOPCURB.
WALL AT FO'TO
WITH DIRTA.
INTERIOR FILLED WITH GIRT AND
TER.OR
J
MULCH
'
'(E) RECREATION TRAIL
ATi O'. ..
PLAN VIEW SECTION VIEW
NEW BUS DRIVE LANE
,ID POWER VAULT
CONCRETEWALL
DIN TRAIL
City of
r� t� s
Independent Cost Estimate
Date of Estimate: 13-Feb-13
Contract Type: Alter -Lingle -Massey Architects
Existing Contract or PO (Y/N): Y
Description of Services (B): Prepare design plans for the Light &
Power Vault Retaining Wall
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 services to design and produce plans for the retaining wall aroung
the L&P vault.
Materials or Work Description
Other Direct
Hours
Rate
Labor Class
TOTAL
Conceptual Design Architectural
3
$88.00
Architectural PM
$ 264.00
CAD Conceptual Drawing
1
$70.00
CAD Tech 1
$ 70.00
Conceptual Design Structural
1
$105.00
Structural PM
$ 105.00
Conceptual Design Structural
1
$95.00
Structural Engineer
$ 95.00
Construction Drawings Architectural
4
$88.00
1 Architectural PM
$ 352.00
CAD Construction Drawing
1
$70.001
CAD Tech 1
$ 70.00
Construction Drawings Structural
2
$105.001
Structural PM
$210.00
Construction Drawings Structural
2
$95.00
Structural Engineer
$190.00
Contract Administration Architectural
2
$78.00
Administrative Asst.
$156.00
Contract Administration Structural
1
$60.00
Clerical
$60.00
Reimbusable Expenses
25.00
25.00
Total
Signature of Preparer:
ALLER • LINGLE • MASSEY kit '
ARCHITECTS
P.C.
January 26, 2013
REVISED February 13, 2013
Mr. Ron Kechter
City of Fort Collins
P. 0. Box 580
Fort Collins, CO 80522-0580
RE: Change Order Proposal for Light and Power Vault Retaining Wall
South Transit Center
City of Fort Collins, Colorado
Project No. 0926
Dear Ron:
As requested by the City of Fort Collins, we are submitting this change order request to design, provide
construction documents and construction administration services for a retaining wall around a light and power
vault placed by the City adjacent to the recreation trail. The design will be based on a sketch provided by
Alter -Lingle -Massey on 12/12/13.
Design
Alter- Lingle -Massey Architects P.0
Project Architect 3hrs @ $88/hr: $ 264.00
CAD Tech 1 @ $70/hr: $ 70.00
KLBA Structural Engineers
Project Manager 1hr @ $105/hr $ 105.00
Engineer 1hr @ $95/hr $ 95.00
Construction Documents
Aller•Lingle•Massey Architects P.C.
Project Architect 4hrs @ $88/hr: $ 352.00
CAD Tech 1 @ $70/hr: $ 70.00
KL&A Structural Engineers
Project Manager2hr @ $105/hr $ 210.00
Engineer2hr @ $95/hr $ 190.00
Contract Administration
Adminstrative 2hrs @ $78/hr: $ 156.00
KLBA Structural Engineers
Clerical 5/6 hrs @ $60/hr $ 50.00
Reimbursable Expenses:
25.00
TOTAL $ 1,587.00
Change Order Proposal - 2
Sincerely,
ALLER•LINGLE•MASSEY ARCHITECTS P.C.
T
Matt/hew�D. Newman, AIA, LEED AP
/MDN
712 WHALERS WAY • BLDG. B, SUITE 100 • FORT COLLINS • COLORADO • 80525
(970) 223-1820 phone • (970) 223-1833 fax • officeCaller-lingle-massey.com • www.aller-lingle-massey.com
Alter -Lingle -Massey Architects P.C.
of
�ort�tlIns
TO: Jim O'Neil DATE: February 20, 2013
FROM: Ron Kechter, Facilities Project Manager
RE: South Transit Center Cost Analysis and Justification — ALM CO#6 — P.O. 9955240
ALM requires a supplement for the STC project due to the requirement to revise the design to interface with the
connection to the MAX BRT guideway. ALM completed the original design of the STC as an independent facility, since
at the time it was not sure that the funding for the MAX BRT would be approved. Consequently curb and gutter had to be
removed and grades altered to meet the elevations required at the interface with the MAX BRT.
ALM also requires a supplement for the STC project.due to the requirement to revise the design for Storm Line A due to
unforeseen conflicts with a gas line, water Iine and duct bank. The profile of the storm line had to be adjusted to miss
these conflicts.
ALM also requires a supplement for the STC project due to the requirement to revise the design of the Detention Pond
due to the shelf that was created when trees from the site were relocated to south of the detention pond prior to
construction being started on the STC.
I have prepared an Independent Cost Estimate (ICE) for these three designs that involved mostly Civil Engineering. As
you can see the costs are relatively close since the rates and hours were mutually agreed upon.
ALM also requires a supplement for the STC project due to the requirement to design a retaining wall around the Light &
Power electrical vault located adjacent to the trail. This location was essential to avoid conflict with the storm line
running parallel to the trail. The retaining wall is necessary to protect the vault and pedestrians and bicyclers who use the
trail. The Parks Department has agreed this is the best solution for protection of the vault and users of the trail
I have prepared an Independent Cost Estimate (ICE) for the design of this retaining wall. As you can see the costs are
relatively close since the scope and rates were mutually agreed upon.
ALM and their consultants should be utilized for this particular work effort since it would be less cost effective to hire a
different consultant to do this work as ALM has been engaged with this project from its inception. In preparing my ICE's
for this change order, I used previous personnel rates from ALM and compared them to other architect/engineer work and
found ALM's rates to be reasonable. I based the estimated number of hours for these services for the ICE's from my
previous experience with ALM and many other projects of similar complexities.
Attached please find the proposed Change Order #6 that combines all of these services. Based on my experience, I
believe the proposed Change Order #6 in the amount of $9,190 is reasonable for the work proposed. As such, I
recommend approval of this Change Order.
Ron Kechter, PE
Facilities Project Manager
�t.Collins
Date of Estimate: 9-Jan-13
Contract Type: Architect -Engineer
Existing Contract or PO (Y/N): Y
Description of Services (B):
Independent Cost Estimate
Provide architectural and engineering services to revise drawings for the following changes:
Connection to the MAX BRT is approximately one foot lower than originally designed; change
the profile of storm line A down Fossil Blvd. due to conflicts with duct banks, water tines and
gas lines; develop new contours for the detention pond due to the shelf created when the trees
were transplanted.
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
Materials or Work Description
Other Direct
Costs
Labor
Rate $
Labor
Hours
Labor
Class
TOTAL
Architect Principal Review
S -
$ 130.00
1
Principal
$ 130.00
Connection to MAX/BRT
Project Architect Rev. & Coord.
$ -
$ 88.00
2
Project Manager
$ 176.00
Civil Engineer PM Des. & Coord.
$ -
$ 138.00
4
CE PM
$ 552.00
Civil Engineer II Redesign
$ -
$ 117.00
20
CE II
$ 2,340.00
CADD/GIS Production
$ -
$ 78.00
8
CADD/GIS
$ 624.00
Revisions to Storm Line A
$ -
Project Architect Rev. & Coord.
$ -
$ 88.00
2
Project Manager
$ 176.00
Civil Engineer PM Des. & Coord.
$ -
$ 138.00
4
CE PM
$ 552.00
Civil Engineer II Redesign
$ -
$ 117.00
12
CE II
$ 1,404.00
CADD/GIS Production
$ -
$ 78.00
5
CADD/GIS
$ 390.00
Revisions to Detention Pond
Project Architect Rev. & Coord.
$ -
$ 88.00
2
Project Manager
$ 176.00
Civil Engineer PM Des. & Coord.
$ -
$ 138.00
4
CE PM
$ 552.00
Civil Engineer II Redesign
$ -
$ 117.00
8
CE II
$ 936.00
CAD /GIS Production
78.00
3
CADD
Total
l
Signature of Preparer: `
System for Award Management Page 1 of 1
Search Results
Current Search Terms: Alter* lingle* massey* architects*
No records found for current search.
SAM I System for Award Management 1.0
Note to all Users: This is a Federal Government computer system. Use of this
system constitutes consent to monitoring at all times.
IBM v1.732.20130222-1427
�USA.9s
Cf
https://www.sam.gov/portal/public/SAM/?portal:componentld=7cbt8635-61 f6-41 ff-btb6-2... 2/28/2013
Title: South Transit Center Change Order 6
Date: 2-28-13
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
NA
The contract period of performance for rolling
stock and replacement parts does not exceed
five (5) years inclusive of options without prior
written FTA approval. For all other types of
contracts, the procurement file contains
evidence that the contract term is based on
sound business 'ud ment.
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
CHANGE ORDER
for such item by likely customers.)
(2) Public exigency for the requirement did
Consultant is Aller-Lingle-Massey
not permit a delay resulting from a
Architects
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
YES
Cost analysis and profit negations were
performed (initial award and modifications)
And documented for price reasonableness
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
YES ORIGINALLY SELECTED
of this procurement. At a minimum, these
BY RFP PROCESS
records include:
A&E HAS BEEN RESPONSIVE
(1) the rationale for the method of
AND PRICES ARE FROM
procurement,
(2) Selection of contract type,
ORIGINAL RFP CONTRACT .
(3) reasons for contractor selection or
HOURLY PRICES
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
NO
This is a time and materials contract; the
grantee determined that no other type of
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.
ALLER • LINGLE • MASSEY D +:
ARCHITECTS
P.C.
January 7, 2013
Mr. Ron Kechter
City of Fort Collins
P. 0. Box 580
Fort Collins, CO 80522-0580
RE: Change Order Proposal for Out of Scope Civil Engineering
South Transit Center
City of Fort Collins, Colorado
Project No. 0926
Dear Ron:
We are submitting this change order request for additional civil engineering services requested by the City of
Fort Collins above and beyond the original scope of services and our associated costs of administering this
portion of the Work.
HDR Engineering (see attached proposal):
Project Manager - 12hrs @ $138/hr: $ 1,656.00
Engineer II - 38hrs @ $117/hr: $ 4,446.00
CADD/ GIS - 9hrs $78/hr: $ 702.00
Controller - 1hr $79/hr: $ 79.00
Aller• Lingle -Massey Architects P.C.
Principal -1hrs @ $130/hr: $ 130.00
Project Manager - 5hrs @ $88/hr: $ 440.00
Administrative - 3hrs @ $50/hr: $ 150.00
TOTAL $ 7,603.00
Sincerely,
ALLER•LINGLE•MASSEYARCHITECTS P.C.
/g�7
Matthew D. Newman, AIA, LEED AP
/MDN
712 WHALERS WAY • BLDG. B, SUITE 100 • rOR'f COLLINS • COLORADO • 80525
(970) 223-1820 phone • (970) 223-1833 fax • office@allcr-Iingle-massey.com • wwv.aller-fingle-masseycom