HomeMy WebLinkAboutCHANGE ORDER - RFP - 7023 SOUTH TRANSIT CENTERCity of
Planning, Development & Transpo • ation
Engineering
F6rt CoWns
College281 North
P.O. Box 580
Fo.,t Collins, CO80522.0580
-
970.221.6605
970.221.6378 - fax
_
fcgov.correngineering
CHANGE ORDER FORM
PROJECT TITLE: Mason MAX BRT Project - South Transit Center
PROJECT NUMBER: 400903280
CONTRACTOR: Aller-Lingle Massey Architects (PO#9955240)
CHANGE ORDER NUMBER: 8
In preparing change orders show in order 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. & 2. See attached for reason and description of change.
3. The contract cost will increase by $18,000.00.
j
4. The contract time will be extended to February 28, 2014.
ORIGINAL CONTRACT COST $474,750.00
TOTAL APPROVED CHANGE ORDERS
TOTAL PENDING CHANGE ORDERS
TOTAL THIS CHANGE ORDER
ADJUSTED CONTRACT COST
(Assuming all change orders approved)
ACCEPTEDE
SUBMITTED
REVIEWED BY:
APPROVED BY:
APPROVED BY:
cc: City Clerk
Contractor
Purchasing
Project File
(Purchasing Agent)
$61,620.00
$0.00
$18,000.00
$554,370.00
DATE: i t.Lz51),�7
DATE: i(• ?G�'I3
E:
E: //'25-/3
DATE:
ALLER • LINGLE • MASSEY "000���
ARCHITECTS
P.C.
September 30, 2013
Mr. Keith Meyer, P.E. Ms. Erika Keeton, Special Projects Engineer
Ditesco Engineering Department
1315 Oakridge Drive, Suite 120 City of Fort Collins
Fort Collins, CO 80525 P. O. Box 580
Fort Collins, CO 80522
RE: Proposal for Additional CA Phase Services
South Transit Center
City of Fort Collins, Colorado
Project No. 0926
Dear Keith and Erika:
Aller•Lingle•Massey Architects P.C. is pleased to provide you with this Proposal for extending our design
team's involvement in the South Transit Center's construction administration phase beyond the expiration
of our A/E Agreement in July 2013. In response to our meeting of August 26, 2013, we propose the
following scope and associated fee allowances.
Extended Project Scope
Extend the Construction Administration (CA) phase services from July 15, 2013 to an assumed final
completion of March 1, 2014. (Refer to the letter to Steve Seefeld dated July 18, 2011, that extended our
contract through July 15, 2013.) These services are itemized as follows:
1. RFI Responses: RFIs will be processed by the City of Fort Collins (CFC) and forwarded to the ALMA
design team as appropriate.. If the CFC chooses to send a RFI directly to our subconsultants, ALMA
will be copied on such request and the response will come through ALMA for review prior to being
sent on to the City.
2. ASIs: The same process will be followed. The CFC will request ALMA to issue an ASI (if required),
and ALMA will direct the appropriate subconsultant to prepare the ASI. The ASI will then be sent to
ALMA for review prior to being sent to the City.
3. Submittal Review: The ALMA design team will review any submittal that had been previously
rejected for non-compliance or had been determined to not be complete. The CFC will review
these for completeness prior to forwarding to .the design team for review. Any submittals that
were not previously submitted and reviewed will be completed as a part of the original base scope.
4. Field Observations: Field observations will be performed by the design team on an as -requested
basis, but the Architect shall be on site not less than once per month, and subconsultants as
needed. Requests will come from the City.
5. O/A/C Meetings: ALMA will attend O/A/C meetings as requested by the CFC, and we should
assume that our attendance will be at least two (2) meetings per month. Subconsultants will not
participate in these, except possibly civil engineering.
6. Safety and Security Management Plan: Attendance at five (5) SSMP workshops, review meetings,
conferences, etc., that were beyond the initial kickoff meeting that was included in the original
base scope. Preparation of SSMP submittal documentation exhibits, response to SSMP compliance
questions, design calculations, etc., will be part of the extended scope of work. (This work is
partially based on a proposal sent to Steve Seefeld in 2011, but not acted upon.)
7. General Design Team Scope Revisions: The CFC has requested that any time that the ALMA design
team expended during the original CA phase through the termination of the original general con-
712 WHALERS WAY • BLDG. B, SUITE 100 • FORT COLLINS • COLORADO • 80525
(970) 223-1820 phone • (970) 223-1833 fax • office@aller-tingle-massey.com • mm.aller-lingle-massey.com 10
Proposal for Architectural/Engineering Services - 2
tractor that we believe was above and beyond what would be required by a "normal' project be
included in this proposal request. This category includes things such as excessive field visits and
follow-up reports due to field quality control issues or materials placed out -of -compliance with the
contract documents, excessive reviews of submittals due to same being incomplete, out of
compliance or unacceptable substitutions, excessive LEED coordination, incomplete LEED
submittals, and backtracking through the process, etc.
Work Not Included
1. All CA phase work that would be considered part of the original scope of work, and that not yet
been completed and/or started. This includes:
a. Punch list observations and reports.
b. Project close-out, including review of O&M manuals.
C. Record documents.
d. LEED construction certification documentation and submittal.
e. Submittal review for products or systems that had not yet been submitted by July 2013.
f. CA phase work related to the Park and Ride, since no work had begun on this part of the
site, except for submittals for the site concrete, site lighting, etc., that have already been
reviewed.
2. Planning submittals for the Minor Amendment for the, proposed bike locker structure. This is being
processed as a separate Proposal.
3. CA phase services that we were not originally involved in, including change order reviews and pay
application reviews.
4. Preparation of an ALTA survey or other documentation to certify as -built grading and drainage
improvements.
5. Special inspections required by the specifications, City of Fort Collins, CDOT or FTA.
Fees
Alter- Lingle -Massey Architects P.C. and our design team propose to complete the extended scope of work
for the following additional fees, provided as Allowance per your request:
A[ler•Lingle -Massey Architects P.0
RFI Responses and ASIs:
Allowance of
$
5,800.00
Submittal Re -review:
Allowance of
$
1,000.00
Field Observations and Reports:
Allowance of
$
1,800.00
0/A/C Meetings:
Allowance of
$
1,800.00
SSMP Consulting:
Allowance of
$
4,500.00
General Scope Revisions:
Allowance of
$ 2,000.00
Subtotal: $ 16,900.00
BHA Design (Landscape Architecture)
RFI Responses and ASIs:
Allowance of
$
200.00
Submittal Re -review:
None
Field Observations and Reports:
None
O/A/C Meetings:
None
SSMP Consulting:
Allowance of
$
400.00
General Scope Revisions:
Allowance of
S 1,150.00
Subtotal:
$
1,750.00
HDR (Civil Engineering)
RFI Responses and ASIs:
Allowance of
$
3,100.00
Submittal Re -review:
Allowance of
$
1,400.00
Field Observations and Reports:
None
O/A/C Meetings:
Allowance of
$
1,200.00
SSMP Consulting:
Allowance of
$
1,700.00
General Scope Revisions:
Allowance of
$ 1,900.00
Subtotal: $ 9,300.00
Proposal for Architectural/Engineering Services - 3
KL&A Inc. (Structural Engineering)
RFI Responses and ASIs:
Allowance of
$
500.00
Submittal Re -review:
None
Field Observations and Reports:
Allowance of
$
625.00
0/A/C Meetings:
N/A
SSMP Consulting/Structural Calculations:
Allowance of
$
650.00
General Scope Revisions:
Allowance of
$ 1,000.00
Subtotal: $ 2,775.00
Design Balance (LEED Consultant)
Additional LEED Consulting: Allowance of $ 3,300.00
The Ballard Group (Mechanical Engineering)
No anticipated changes in scope.
IES (Electrical Engineering)
No anticipated changes in scope.
ABD Inc. (Interior Design)
No anticipated changes in scope.
Total Allowance for Design Team: $ 34,025.00
Reimbursable Expenses
The balances remaining in the reimbursable expense allowances included in our original contract appear
adequate to cover the extended scope of work, so no modifications are necessary.
Billings
Additional scope of work will be billed monthly on an hourly basis per each firm's current hourly rates, as
requested. Our billings will be split 70% transit and 30% park and ride, as agreed to in our meeting of
September 25, 2013.
Aller•Lingle•Massey Architects P.C.
Principal: $150/hour
Sr. Project Manager/Architect: $115/hour
Architecturallntern/CAD Technician2: $75/hour
BHA Design Inc.
Landscape Architect Project Manager:
$98/hour
Irrigation Designer:
$85/hour
HDR
Sr. Project Manager:
$195.50/hour
Engineer II:
$117/hour
CAD/GIS:
$110/hour
Project Controller/Admin.:
$75/hour
KL&A Inc.
Project Engineer:
$125/hour
Structural Designer:
$100/hour
Design Balance
Principal LEED Consultant: $150/hour
LEED Technical Coordinator: $60/hour
Proposal for Architectural/Engineering Services - 4
Schedule
Extended scope of CA phase services for this project will be performed on an as -requested basis. The City
is anticipating the project will be completed by March 1, 2014.
Standard Contract Terms and Conditions
All terms and conditions of this Proposal shall be in accordance with our original contract with the City of Fort
Collins. This Proposal extends CA phase services to March 1, 2014.
Thank you for the opportunity to submit this Proposal. Give me a call if you have any questions, or if I
have misunderstood any aspect of your intent. We took forward to a successful completion of the South
Transit Center.
Sincerely,
ALLER•LINGLE•MASSEY ARCHITECTS P.C.
David B. Lingle, AIA, LEED AP
DBL:IIs
�rof
t� Collins
If►/Rt7.1J_ell _hItUm
Planning, Development & Transportation
Engineering Department
281 North College Avenue
P.O. Box 580
Fort Collins, CO 80522.0580
970.221.6605
970.221.6378 -fax
fcgov. com/engineering
To: Gerry Paul, Director of Purchasing and Risk Management
From: Erika Keeton, Special Projects gineer' _
Date: 11 /22/2013
Re: Aller Lingle Massey Architects CO No. 8 — Addition of a Secure Bike Locker at the South Transit
Center
Aller Lingle Massey Architects (ALMA) requires a supplement (CO#8) to include site planning and
construction documents, and all required meetings and administrative items for the addition of a secure
bike locker for the South Transit Center project. Transfort is requesting the addition of the prefabricated
steel structure bike locker as it was determined there was lack of secured bike parking on site. The bike
locker will consist of a steel cage like structure with a roof, interior lighting and will be electronically
access controlled. The bike locker will require a minor amendment from the City of Fort Collins, and that
process will also be included in this change order.
ALMA is currently managing the construction administration activities for the South Transit Center and
should be utilized for this particular work effort for maximum efficiency. ALMA is requesting a
supplemental budget increase of $18,000.00 for the preparation of design and construction documents
related to the Bike Locker. I have prepared an Independent Cost Estimate (ICE) also attached, which is
slightly higher in cost at $19,370.00. The ICE is based on rates used in previous change orders provided
by ALMA, and are comparable to other consultants used in this project. The difference between the ICE
and the proposal is due to a variation in hours deemed necessary to complete the work.
Based on my experience, I believe the requested Change Order #8 for the amount of $18,000.00 for the
addition of a secure bike locker is reasonable and I recommend approval of this Change Order.
Foty0
rt Collins
Date of Estimate: 26-Aug-13
Contract Type: Architect -Engineer
Existing Contract or PO (Y/N): Y
Description of Services (B):
Independent Cost Estimate
Change Order #8. Provide design, minor amendment submittals, and, construction plans, and all related meetings
and administrative support for installation of a prefabricated bike locker at the South Transit Center. Hours have
been estimated to provide a minimum of 8 hours per disipline. The Landscape Architect will be overseeing the City
of Fort Collins minor amendment process and is estimated to take a week. Additional time was aloted to the Sr.
Architect Project Manger who will be overseeing the entire design and construction process. Rates are known from
previous change orders for ALMA.
stained the following estimate from;
or Technical Estimate (performed by) Karl Craven
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
A/E RFI/Field Observations
$ -
$ 115.00
8
Sr. Project Manager - Architect
$ 920.00
A/E Design and Submittals
$ -
$ 116.00
20
Sr. Project Manager - Architect
$ 2,320.00
A/E Support Staff
$ -
$ 75.00
10
Architect/Intern
$ 750.00
Civil SSMP
$ -
$ 195.00
8
JCivil Engineer Project Manager
$ 1,560.00
Civil RFI/Field Observations
$ -
$ 195.00
8
JCivil Engineer Project Manager
$ 1,560.00
Civil Submittals
$ -
$ 115.00
20
Civil Engineer
$ 2,300.00
Structural Submittals
$ -
$ 150.00
8
Structural Engineer Project Manager
$ 1,200.00
Structural RFI/Field Observation
$ -
$ 150.00
8
Structural Engineer Project Manager
$ 1,200.00
Electrical Submittals
$ -
I $ 135.00
8
Electrical Engineer Project Manager
$ 1,080.00
Electrical RFI/Field Observation
$ -
$ 135.00
8
Electrical Engineer Project Manager
$ 1,080.00
Landscape Architecture
$ -
$ 135.00
40
Landscape Architect Project Manager
$ 5,400.00
Total
1
1
$ 19,370.00
Signature of Preparer: OM C/tg��
ALLER • LINGLE • MASSEY
ARCHITECTS A D
P.C.
Revised November 8, 2013
October 9, 2013
Mr. Keith Meyer, P.E.
Ditesco
1315 Oakridge Drive, Suite 120
Fort Collins, CO 80525
Ms. Erika Keeton, Special Projects Engineer
Engineering Department
City of Fort Collins
P. 0. Box 580
Fort Collins, CO 80522
RE: Proposal to Add Prefabricated Secure Bike Shelter Structure
South Transit Center
City of Fort Collins, Colorado
Project No. 0926
Dear Keith and Erika:
Alter. Lingle -Massey Architects P.C. is pleased to provide you with this Proposal for adding a prefabricated
steel bike shelter structure to the north end of the South Transit Center site. In response to our scoping
meeting of October 24, 2013, and our follow-up research, we propose the following revised scope and
associated fees.
Project Description
Design and planning services for adding an approximately 18' x 27' prefabricated steel bike shelter
enclosure to the South Transit Center site, based upon the "Cycle Station" by Dero (and represented locally
by Streetscapes). The shelter structure needs to be Buy America compliant. This alternative represents
the direction selected by the City of Fort Collins, but with the intent that the "standard" design be
customized in the following ways:
Dimensions
• Roof profile design
• Materials and finish for roofing
• Finish for structural steel frame components
• Type and finish for wire enclosure panels
We have determined that the addition of this structure will trigger a Minor Amendment through the City's
planning review process.
Scope of work shall include:
1. Site Planning: BHA Design will create a conceptual site plan design to locate the structure, modify
sidewalks, landscaping and other site features, and submit to the City's STC staff for review.
2. Design: ALMA will work with Streetscapes to determine how and to what extent their standard
shelter design will be customized. Based upon this, we will develop a conceptual design and
submit design drawings to the City for review and approval.
3. Minor Amendment: BHA Design will prepare planning submittal documents as required to go
through the City of Fort Collins Minor Amendment process.. ALMA will create architectural
elevations of the approved conceptual shelter design to accompany the submittal, and HDR will
redesign the approved site grading plan as required. BHA will provide all coordination, staff review
responses, etc., as required for approval.
4. Construction Documents: ALMA and our team of consultants will prepare construction documents
based upon the manufacturers customized prefabricated steel structure, foundations, roofing, wire
712 WHALERS \NAY • BLDG. B, SUITE 100 • FORT COLLINS • COLORADO • 80525
(970) 223-1820 phone • (970) 223-1833 fax • office@aller-tingle-massey.com • www.aller-lingle-masseycom
Proposal for Architectural/Engineering Services - 2
enclosure panels, gates and hardware, for use by the General Contractor in constructing the
structure. These CDs will include:
• Architectural floor plan
• Architectural elevations
• Architectural sections and details
• Electrical lighting and power plan
• Revisions to the site improvement plan, grading plan, landscape and irrigation plans, etc.,
as required for the new structure
• Technical specification section to cover the prefabricated shelter and all customized
features
Work Not Included
1. Design of a custom bike shelter structure.
2. Foundation engineering design and drawings. This will be provided by the shelter structure
manufacturer.
3. Mechanical engineering design for any potable water to the location of the bike shelter. We
assume that no permanent wash down capability is needed.
4. Development of a "performance" specification to allow competitive bids. We will provide a Division
13 specification based upon the "Cycle Station" by Dero, listing approved equals.
5. MAX graphics, panels and signage. Dero recommends that this be done by a local sign company.
6. Bidding and Construction Administration phase services. These will be provided by the City.
City -Provided Information
1. Minor Amendment application fees.
2. Bicycle rack purchase and installation.
3. MAX graphics and signage components.
4. Access control requirements for the shelter gate.
Fees
Aller•Lingle -Massey Architects P.C. and our design team propose to complete the added work for the
following additional fixed fees:
Aller•Lingle -Massey Architects P.C.
Minor Amendment: $ 1,100.00
Construction Documents: $ 4,395.00
Subtotal: $ 5,495.00
BHA Design (Landscape Architecture)
Minor Amendment: $ 1,375.00
Site Design and Construction Documents: $ 4,440.00
Subtotal: $ 5,815.00
HDR (Civil Engineering)
Minor Amendment: $ 1,110.00
Site Design and Construction Documents: $ 3,580.00
Subtotal: $ 4,690.00
KL&A Inc. (Structural Engineering) Not included
IES (Electrical Engineering)
Electrical Design and Construction Documents: $ 2,000.00
Total Design Team: $18,000.00
Proposal for Architectural/Engineering Services - 3
Reimbursable Expenses
The balances remaining in the reimbursable expense allowances included in our original contract appear
adequate to cover the added work, so no modifications are necessary.
Billings
Additional scope of work will be billed monthly on a fixed fee basis. Our billings will be split 70% transit
and 30% park and ride, unless otherwise advised.
Schedule
Upon approval of a C.O. for this work, we will prepare the conceptual design for the Citys review in 2-3
weeks. Minor Amendment documents will be prepared within 3 weeks of the City's approval of the design.
Construction documents and specification will be prepared while the Minor Amendment is being reviewed
by the City of Fort Collins.
These schedule timelines do not account for the City's review periods for the Minor Amendment.
Standard Contract Terms and Conditions
All terms and conditions of this Proposal shall be in accordance with our original contract with the City of Fort
Collins.
Thank you for the opportunity to submit this Proposal. Give me a call if you have any questions.
Sincerely,
ALLER•LINGLE•MASSEY ARCHITECTS P.C.
David B. Lingle, AIA, LEED AP
DBL:IIs
TC Planning, Development & Transportation
�'�� �" Wins
Engineering
Fo �P. North College Avenue
P.O. Box 580
Fort Collins, CO 80522.0580 -
970.221.6605
970.221.6378 - fax
fcgov.com/engineering
CHANGE ORDER FORM
PROJECT TITLE: Mason MAX BRT Project - South Transit Center
PROJECT NUMBER: 400903280
CONTRACTOR: Aller-Lingle Massey Architects (PO#9955240)
CHANGE ORDER NUMBER: 9
In preparing change orders show in order 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. & 2. See attached for reason and description of change.
3. The contract cost will increase by $34:025,00.
4. The contract time has been extended to February 28, 2014.
ORIGINAL CONTRACT COST $474,750.00
TOTAL APPROVED CHANGE ORDERS
TOTAL PENDING CHANGE ORDERS
TOTAL THIS CHANGE ORDER
ADJUSTED CONTRACT COST
(Assuming all change orders approved)
ACCEPTED[
SUBMITTED
REVIEWED BY:
APPROVED BY:
APPROVED BY:
cc: City Clerk
Contractor
Purchasing
Project File
(Purchasing Agent)
$61,620.00
$18,000.00
$34,025.00
$588,395.00
DATE:
DATE:
DATE:
DA i E: / I� 2 J '3
DATE:
City of
F6rtCollins
f�
Planning, Development & Transportation
Engineering Department
281 North College Avenue
P.O. Box 580
Fort Collins, CO 80522.0580
970.221.6605
970.221.6378 - fax
fcgov.com/engineering
Memorandum
To: Gerry Paul, Director of Purchasing and Risk Management
From: Erika Keeton, Special Projects gin f
Date: 11/20/2013
Re: Aller Lingle Massey Architects Change Order No. 9 - Cost Analysis and Sole Source & Justification
Aller Lingle Massey Architects (ALMA) requires a supplement (CO#9) for the South Transit Center project
extending the contract time and for additional construction administration. The current ALMA contract concluded
on July 15, 2013 and will be extended to March 1, 2014 in conjunction with this change order. The completion of
the building was expected on July 1, 2013. The contractor for the South Transit Center was terminated on July 8,
2013 for lack of performance, and the bonding company has assumed control of the project.
Due to these delays in project completion, an extension of ALMA construction phase services is necessary to mirror
the revised building construction schedule. This change order provides for additional time to attend O/A/C meetings,
perform field inspections, and review RFI's and submittals which have extended beyond the original building
schedule. Excessive field visits, numerous submittal and RFI reviews, and extensive coordination efforts were
performed by ALMA and their sub -consultants as a result of quality control issues and incomplete documentation by
the original contractor prior to termination, utilizing more of the original budget than expected. Also included is
preparation of documents related to the Safety and Security Management Plan that were not included in the original
scope.
ALMA is currently managing the construction administration activities for the South Transit Center and should be
utilized for this particular work effort for maximum efficiency. ALMA is requesting a supplemental budget increase
of $34,025.00 for additional construction administration support. I have prepared an Independent Cost Estimate
(ICE) also attached, which is lower in cost at $27,240.00. The difference between the ICE and the proposal is due to
project staff not anticipating the future need for additional LEED design consulting or Structural Engineering. It is
not expected that these sub consultants will be utilized beyond their original scope, but this provides a budget should
they be needed in the future. In addition, these two sub consultants included time expended during the original phase
through the termination of Growling Bear that was above and beyond what would be normally required. The ICE is
based on rates used in previous change orders provided by ALMA, and are comparable to other consultants used in
u111S Project.
Based on my experience, I believe the requested Change Order #9 for the amount of $34,025.00 for anticipated work
from the end of the current contract through project completion is reasonable and I recommend approval of this
Change Order.
Fort of
Date of Estimate: 26-Aug-13
Contract Type: Architect -Engineer
Existing Contract or PO (Y/N): Y
Description of Services (B):
Independent Cost Estimate
Provide architectural and engineering construction administration related support necessary to progress the project
through completion and include meeting attendance, submittals and approvals, field inspections and items related to
the Safety and Security Management Plan. Hours are estimated for project needs for a 5 month duration. It is
anticipated that workload should drastically reduce by January and minimal requirements will be needed after that to
project completion. Rates are known from previous change orders for ALMA.
Stained the following estimate from;
I or Techincal Estimate (performed by) Erika Keeton
Cost Estimate Details:
(Estimate calculated in US Dollars)
B Cost of Services. Renairs. or Non -Standard Items
Materials or Work Description
Other Direct
Costs
Labor
Rate $
Labor
Hours
Labor
Class
TOTAL
A/E SSMP
$
$ 150.00
25
Architect Principal
$ 3,750.00
A/E OAC
$
$ 115.00
40
Sr. Project Manager - Architect
$ 4,600.00
A/E RFI/Field Observations
$
$ 115.00
40
Sr. Project Manager - Architect
$ 4,600.00
A/E Submittals
$ -
$ 116.00
40
ISr. Project Manager - Architect
$ 4,640.00
A/E Support Staff
$ -
$ 75.00
20
Architect/Intern
$ 1,500.00
Civil SSMP
$ -
$ 195.00
15
Civil Engineer Project Manager
$ 2,925.00
Civil RFI/Field Observations
$ -
$ 195.00
15
Civil Engineer Project Manager
$ 2,925.00
Civil Submittals
$ -
$ 115.00
20
Civil Engineer
$ 2,300.00
Total
$ 27,240.00
Signature of Preparers