Loading...
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