HomeMy WebLinkAboutCORRESPONDENCE - PURCHASE ORDER - 9200988 (2)Work Order Form
Official Purchasing Form
Last updated 10/2017
WORK ORDER FORM
PURSUANT TO A MASTER AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
AND
FARNSWORTH GROUP
WORK ORDER NUMBER: PR-600332
PROJECT TITLE: Downtown Transit Center Renovation
ORIGINAL BID/RFP NUMBER & NAME: 8371 On-call Architectural Design Services
MASTER AGREEMENT EFFECTIVE DATE: 1/1/17
WORK ORDER COMMENCEMENT DATE: March26, 2020
WORK ORDER COMPLETION DATE: April 15, 2020
MAXIMUM FEE: (time and reimbursable direct costs): 8,900
PROJECT DESCRIPTION/SCOPE OF SERVICES: Provide a design for the renovation of the
existing storage space to convert it into staff restrooms. The design will need to include code,
architectural, mechanical, electrical designs so the City can put these drawings out for bid and
be able to pull a building permit.
Service Provider agrees to perform the services identified above and on the attached forms in
accordance with the terms and conditions contained herein and in the Master Agreement between
the parties. In the event of a conflict between or ambiguity in the terms of the Master Agreement
and this Work Order (including the attached forms) the Master Agreement shall control.
The attached forms consisting of Eight (8) page(s) are hereby accepted and incorporated herein,
by this reference, and Notice to Proceed is hereby given after all parties have signed this
document.
FARNSWORTH GROUP: Date:
Julie Sass, Sr. Project Architect
ACCEPTANCE: Date:
Brian Hergott, Project Manager
ACCEPTANCE: Date:
Belinda Barnes, Transfort Representative
REVIEWED: Date:
Elliot Dale, Senior Buyer
ACCEPTANCE: Date:
Gerry Paul, Purchasing Director
(if greater than $60,000)
PROPOSAL FOR
Downtown Transit Center
Restroom Renovation
City of Fort Collins
March 26, 2020
March 26, 2020
City of Fort Collins
Karen Jackson
Facilities Planner / Designer
Operation Services
RE: Proposal for Downtown Transit Center Restroom Renovation
Dear Karen:
Farnsworth Group, Inc. (“Farnsworth Group”) is pleased to present this Proposal to the City of Fort Collins (“Client”) to
provide architectural and engineering design services for two new restrooms at the Downtown Transit Center Restroom
Renovation project. We have prepared this Proposal to match the scope of the work as we understand it, identified as
follows:
PROJECT OVERVIEW /
Our understanding of the project is based on the following documents and communications:
• Request for proposal email dated Monday, March 23, 2020.
• Renovation of an existing storage room into (2) two new restrooms at the Downtown Transit Center.
• The City of Fort Collins has provided the architectural design direction for the renovation including the Revit
drawing file for use by Farnsworth Group.
• Existing drawings of the Downtown Transit Center have been provided by the City of Fort Collins.
• Construction administration is included as a separate phase.
SCOPE OF PROFESSIONAL SERVICES /
SCOPE OF WORK
Farnsworth Group’s scope of work includes a full-service approach within the parameters set by the scope identified within
this proposal. We have included mechanical, electrical, plumbing design services, limited architectural services, as well as
necessary interface with the Owner, review agencies, and other owner retained consultants and vendors. The scope of work
includes the services generally described as follows:
• Project Management / Architecture
o FGI project management and interface with CLIENT as team project manager.
o Conduct one (1) review meeting with CLIENT.
o Prepare permit drawings for two (2) new restrooms.
• Mechanical / Plumbing Engineering Services
o Prepare permit drawings for two (2) new restrooms.
o Conduct one (1) review meeting with CLIENT.
• Electrical Engineering Services
o Prepare permit drawings for two (2) new restrooms.
o Conduct one (1) review meeting with CLIENT.
DELIVERABLES
The scope of work includes the deliverables generally described as follows:
CONSTRUCTION DOCUMENTS / PERMIT DRAWINGS
• Architecture
o Prepare demolition and new architectural floor plans from the initial design direction provided by City of
Fort Collins.
o Prepare demolition and new reflected ceiling plan as required.
o Prepare toilet room interior elevations.
• Mechanical
o Calculate the air flow rates for code required ventilation and exhaust.
o Calculate the heating and cooling loads for the two (2) toilet rooms.
o Layout and specify new exhaust fan(s) and ductwork as required and their associated controls.
o Design supply air ductwork and outlets to the toilet rooms from the existing air handling system.
• Plumbing
o Extend domestic water piping from existing piping system to new toilet rooms. This assumes that the
existing water heater is adequate for the additional load.
o Design sanitary sewer and venting system to tie into the existing adjacent system(s). This assumes that no
site coordination is required and that all piping is internal to the building.
o Specify plumbing fixtures for the new toilet rooms.
• Electrical
o Lighting design for interior renovation area at the toilet rooms, including luminaire specification and
controls.
o Provide ComCheck as required by local codes.
o Panel sizing and panel schedules, plus branch circuit design for the renovation area at the toilet rooms.
o Power design and coordination for general use receptacles and specific use such as mechanical equipment.
o Fire alarm device layout.
CONSTRUCTION ADMINISTRATION
• Bidding is anticipated to be handled by the City of Fort Collins. Farnsworth Group will provide bidding assistance
including preparing addenda and responding to written questions and clarifications.
• Response to RFI’s, shop drawings, and ASI’s pertaining to the construction documents.
• The architect shall attend one (1) site visit during construction
• The architect and MEP engineer shall complete one (1) punch list.
MAIN POINT OF CONTACT /
The Main Point of Contact with Farnsworth Group for this project will be Julie Sass:
DESIGN TEAM
The Design Team selected for this project includes the following members:
Architect/PM: Julie Sass Farnsworth Group, Inc.
Mechanical/Plumbing Engineer: Chris Freer, PE Farnsworth Group, Inc.
Electrical Engineer: Inna Inna Markus Farnsworth Group, Inc.
PROFESSIONAL FEES /
Farnsworth Group proposes to provide the described services for a Time & Materials (T&M) fee, based on an hourly basis in
accordance with our 2020 On-Call Services approved rate table, of Eight thousand, nine hundred ($8,900 dollars) for design
services and Four thousand, nine hundred ($4,900) for construction administration services, plus normal reimbursable
expenses.
CONSTRUCTION DOCUMENTS / PERMIT DRAWINGS
• Project Management / Architecture $ 4,500
• Mechanical / Plumbing Engineering $ 2600
• Electrical Engineering $ 1800
Total $ 8,900
CONSTRUCTION ADMINISTRATION
• Project Management / Architecture $ 2,500
• Mechanical / Plumbing Engineering $ 1200
• Electrical Engineering $ 1200
Total $4,900
PROJECT TIMELINE /
We understand the timeline of the project to be as follows:
• Project Award March 30, 2020
• External Kickoff March 30, 2020
• 90% Design Review April 8, 2020
• Issued for Permit April 22, 2020
• Construction Start TBD
• Substantial Completion TBD
ASSUMPTIONS AND CLARIFICATIONS /
The following assumptions and clarifications support the fees for this proposal.
A. General
1. The number of meetings, site visits or travel included in this proposal are mentioned in the scope of services
section. Additional meetings, site visits or travel may be requested on an hourly basis.
2. Design revisions required as a result of code changes adopted after delivery of 100% construction
documents are not included.
3. The following codes and standards apply to this project:
a. International Fire Code 2018
b. International Building Codes, 2018, as noted at https://www.fcgov.com/building/codes
c. 2010 ADA
4. Taxes or government fees are not included in the fee but are payable as provided in the General Conditions.
5. This work is expected to commence in March 2020. Significant delays in start date may require reassessing
necessary services, schedule, and fees.
6. Permitting, bidding, or construction administration services are not included in the base fee; however are
broken out separately per Client request.
7. RFI’s and submittals will be submitted electronically; onsite pickup and drop off is not anticipated.
8. We have assumed that no capacity or other upgrades or system evaluations are needed for the utility
services.
9. Schedule relies on timely receipt of information to support design efforts.
10. Energy modeling not included.
11. Life cycle cost analysis on equipment not included.
12. Record as-built drawings are not included; nor are Record As-Built drawing revisions and reformatting based
on contractor provided as-built markups.
13. Detailed construction schedule is not included in the scope.
14. Development of space requirements is included.
15. Readily available access to the project site will be provided.
16. Value engineering exercises are not included.
17. Opinion of Probable Cost or detailed cost estimates are not included in the scope.
18. Revisions caused by Owner, Tenants, Authority Having Jurisdiction (AHJ), other governmental review agencies or
any other entity that causes work already performed to be revised is excluded.
B. Architecture
1. We have assumed that an architectural/life safety code study will not be required for permitting.
2. Client provided consultants, such as legal services and associated surveying, geotechnical engineering, traffic
engineering, environmental analysis, etcetera, are excluded. We have included coordination with these
consultants.
3. Fees for permits or agency reviews are not included.
4. Submittal or review fees shall be provided by Owner.
C. Fire Protection
1. No fire protection scope is included, aside from adding notes to our drawings to indicate the scope of the
delegated design by a fire protection contractor for any sprinkler heads that must be relocated.
D. Plumbing
1. Design includes piping in the building.
2. Design or layout of site utilities, including gas, storm, water and sewer are not included.
E. Mechanical
1. Design of new air handling systems is not included.
F. Electrical
1. Modeling to determine breaker trip settings and arc flash analysis is not included but available upon request as a
separate proposal.
2. Assumed that customer has up-to-date panel schedules and record drawings.
3. No fire alarm system design included.
4. No access control system design included.
5. Assumed there is adequate power distribution panel capacity to accommodate the new work. No new power
distribution upgrades are included.
6. Assumed that metering of the existing service and panels will be done by Owner, if it is required.
7. Assumed that all meetings will be attended remotely via conference call.
8. Networking design of voice or data systems is not included.
9. Design of audio/video systems and signaling or master clock systems not included.
10. Renewable energy design or consulting is not included.
ADDITIONAL SERVICES /
The following services are not included in the fees for this proposal, but may be relevant to the project and can be provided
at your request for an additional fee:
• Multiple revisions and changes of scope both during and after each phase of service.
• Preparation of plans or specifications not specifically defined by this agreement.
• Cost Opinion Services.
• Value Engineering exercises.
• Interior Design services.
• Meetings and/or hearings with Planning and Zoning or City Council.
• Attendance at additional meetings or site visits requested by the CLIENT
OWNER RESPONSIBILITIES /
The following services or items are required to be provided by you in order to allow Farnsworth to complete the scope of
services outlined above.
• Provide any available AutoCAD drawings of existing base drawings.
• All required notifications that originate with the owner (signs, public announcements, etc).
• Payment of any application fees, recording costs, and other fees that could be associated in the scope
of the project.
AGREEMENT /
Thank you again for the opportunity to provide you with this proposal. The proposal is valid for two (2) months from date of
signature and may be amended or extended after that time by mutual agreement of both parties. In accordance with the
terms of the Master Agreement and CLIENT procedures, this proposal will be attached to a Work Order for signature. We
look forward to working with you on this project. Please call me if you have any questions or comments.
Sincerely,
FARNSWORTH GROUP, INC.
Julie Sass, AIA, NCARB, LEED AP BD+C
Senior Project Architect
FARNSWORTH GROUP, INC.
Signature
Eric L Cluver, AIA
Print Name
Architecture Principal
Title
March 26, 2020
Date
< Month ##, Year >
< Client Name >
< Project Name >