Loading...
HomeMy WebLinkAboutWORK ORDER - REQUISITION - 17792Change Order Form PROJECT TITLE: North College Corridor PROJECT NUMBER: 30522500.6 CONTRACTOR: Felsburg Halt & Ullevig (PO #2206652) - RFP # P-768, Resolution 2002-029 CHANGE ORDER NUMBER: 2 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 sheet for detail. 3. The contract cost will increase by $ 133,652.30 4. The contract completion date will be extended until June 30, 2004. ORIGINAL CONTRACT COST $344,049.50 TOTAL APPROVED CHANGE ORDERS $21,530.50 TOTAL PENDING CHANGE ORDERS $0.00 TOTAL THIS CHANGE ORDER $133,652.30 TOTAL % OF THIS CHANGE ORDER r 38.85% TOTAL C.O. % OF ORIGINAL CONTRACT 45.10% ADJUSTED CONTRACT COST $499,232.30 (Assuming all change orders approved) ACCEPTED BY: ACCEPTED BY: REVIEWED BY: ACCEPTED BY: APPROVED BY: oc. Contractor Purchasing Project File rE: I b L 3 03 E: 10 &-I n TE: l0 /;P--1 103 rE: l0 a?9-d3 rE: 10AlD Engineering Department • 281 North College Avenue • P.O. Box 580 • Fort Collins, CO 80522.0580 • (303) 221.6605 No FELSBURG (4HOLT & ULLEVIG engineering paths to transportation solutions October 15, 2003 Mr. Dean Klingner, P.E. City of Fort Collins Engineering Department 281 North College Avenue Fort Collins, CO 80522 Re: North College and Jefferson Street/Riverside Avenues Improvements Construction Services Dear Mr. Klingner: Thank you for this opportunity to offer our continued services as you proceed into construction for the North College project. We are excited to customize these services as they best serve your needs. As per our recent conversation, These services are summarized below along with an attached spreadsheet that reflects labor hours and costs. In addition, we have taken the liberty to add a budget for our primary subconsultants (EDAW and Ackerman) as well. INTRODUCTION The City of Fort Collins requires engineering services related to construction of the North College Avenue and Jefferson/Riverside Avenue Improvements. Construction will be accomplished by a construction contract to be issued in the summer or early fall of 2003. The following key milestones are anticipated: • Notice to Proceed to the Contractor Aug. 2003 • Work Stoppage Nov. 14, 2003 to Jan. 5, 2004 • Substantial Complete March 5, 2004 • Final Completion April 30, 2004 The City of Fort Collins will provide the continuous construction management and inspection for the project. The FHU team will support the City staff through plan interpretation, periodic site visits, design modifications, supplemental inspections, review of contractor submittals, and production of record drawings. FHU's responsibility is in a consulting role only. As such, we maintain no control over the scheduling of work, the methods or means of performing that work, the validity of payment requests, or the construction conformity with the original design intent. As appropriate, we will offer our opinion and guidance to the City. 303.721.1440 fax 303.721.0832 fhu@fltueng.com Greenwood Corporate Plaza 7951 E. Maplewood Ave: Ste. 200 Greenwood Village, CO 80111 October 15, 2003 Mr. Dean Klingner, P.E. Page 2 SCOPE OF WORK In general, the services to be provided include customary construction engineering, administration, construction oversight, and Quality Assurance activities. Tasks to be used as the basis for pricing and cost control are: Primary Services We would anticipate that the following duties will make up the bulk of the work performed by FHU and the team: • Attend a project partnering session. FHU will participate in a facilitated partnering session with the Contactor and the City/State at the beginning of the project. Subsequent sessions will be attended as requested. • Document weekly project meetings. This will include attending the meetings, preparing meeting minutes, tracking of action items, and tracking of submittals. Interpret project plans and specifications. This will include responding to Requests for Information (RFIs) from the contractor and revising and reissuing drawings and specifications when necessary either because of errors or omissions in the plans or because of an addition or change authorized by the City or the State. Effort required due to errors or omissions in the plans shall not be billed to the City. Determination of what constitutes error or omission in the plans will be based on negotiation between the City and the consultant. • Review contractor submittals. Review shop drawing submittals, samples, test panels, construction traffic control plans, etc. as requested by the City's Project Manager. Track construction changes and prepare as -constructed plans after completion of the project. The Contractor and the City's construction manager/inspector shall maintain a dynamic full sized set of plans that documents changes associated with construction activities. The City will as -built survey elements of the construction as they deem them to be significant deviations from the original design. This set will become the basis for production of the record drawings. FHU will incorporate the comments into the original CADD drawings and prepare a mylar reproducible set for the City's record. The record set will be stamped with a P.E. seal and qualifications as to the P.E.'s involvement in recording the as - constructed plans. October 15, 2003 Mr. Dean Klingner, P.E. Page 3 Secondary Services These services will be conducted on an as -needed basis and as requested by the City's Project Manager: • Act as a liaison between the City and the Contractor. • Maintain communication to the City Project Manager regarding project progress, problems, and any possible modifications to the project plans. • Assist in calculating project quantities and contractors monthly progress payments. • Review and/or prepare construction change orders. • Review and monitor Contractor's schedules. • Review Traffic Control Plans and Method of Handling Traffic. • Conduct periodic inspections of the Contractor's work. • Assist the City in determining the appropriate course of action regarding nonconformance items. • Attend miscellaneous design related meetings as necessary. COMPENSATION We propose to provide these services on a time and materials basis with a not to exceed amount of $133,652.30. As such, we will not perform work without prior approval from you. However, we will invoice all time and expenses required to perform the work requested and we will notify you if we begin to approach the not -to -exceed amount defined. These will be provided at the following rates: Classification Hourly Rate Principal 11 $140.00 Principal 1 $125.00 Associate $115.00 Sr. Engineer $100.00 Engineer V $100.00 Engineer IV $ 90.00 Engineer III $ 80.00 Engineer II $ 80.00 Engineer $ 70.00 Sr. Bridge Designer $ 90,00 Sr. Designer $ 85.00 Designer IV $ 80.00 Designer III $ 70.00 Designer II $ 65.00 Designer 1 $ 60.00 Administrative $ 55.00 FHU will charge these rates for the duration of this contract. October 15, 2003 Mr. Dean Klingner, P.E. Page 4 DIRECT COSTS We have attached an estimate, for budgetary purposes, of the effort required to perform this work. It complements our earlier discussions and your sensitivity to budget. Thank you again for the opportunity to work on this very exciting and meaningful project. If I can be of any assistance as you review this material, please call. Very truly yours, FELSBURG HOLT & ULLEVIG Dean P. Bradley, P.E. Principal NORTH COLLEGE AVENUE IMPROVEMENTS - CONSTRUCTION SERVICES CITY OF FORT COLLINS October 3, 2003 FEE PROPOSAL CITY OF FORT COLLINS MFELSBU.UG 1OHOLT & III T F\7Tf: - ADDITIONAL SERVICES TASK PRINCIPAL I DPS $ 125.00 ASSOCIATE ELL $ 115.00 SENIOR ENGINEER RRF $ 100.00 ENGINEER II MRH S 80.00 ENGINEER 1 CDT $ 70.00 SENIOR DESIGNER MK $ 85.00 DESIGNER II JH $ 65.00 CLERICAL CG $ 55.00 FHU COST EDAW ACKERMAN TOTAL COST Primary Services Attends tWeekl So as act Document Week Pro act Mee' s Rev ret Project Plans and S Rcatlons Review Coneaclor Submillals Track Construction Changes and Pre re As -Constructed Plans 8 24 8 8 8 24 8 24 16 260 120 76 20 16 40 4 40 40 $ 1,280.00 $. 26,840.00 $ 20 560.00 $ 7,360.00 $ 5,200.00 $ 2000.00 $ 4,000.00 $ 4,000.00 $ 4,000.00 $1.000.00 $2.000.00 $2,000.00 $i 500.00 $128000 $ 29Mhs,840.00 $ 28,560.00 S 13,360.00 S 3 360.00 Total Pdma Servk:es 48 32 32 492 60 0 40 40 61,240.00 13,000.00 6,500.00 $ 80,740.00 Seconds Services Act - as a Liasson Maintain Communication 16 -Y4 4-- 8 =20 16 /O 700 30 40 $ 3,920.00 $ 4,280.00 $ 5,150.00 $ 15,150.00 $ 2 800.00 S 8,500.00 $ 1,140.00 $ 5,250.00 $ 3,920.00 $ 4,280.00 $ 5 180.00 $ 10,000.00 $ 2 600.00 4.600.00 $ 8,600.00 $ 1140.00 $ 5,250.00 Assisi with Calculations and Mon Pa Ikations Review and/or Prepare Chan a Orders Review and Monitor Conaactor Schedules Review TmMc Control Plans and MHT Conduct Ins coons$ Nonrmance Assistance Miscellaneous Meefn s Total Seconds Services 8 8 224 0 1 100 F 70 0 $ 45,440.00 0.00 0.00 45,440.00 !Other Direct Costs $ 5.972.30 $ 1,000.0c $500.00 $ CONSTRUCTgN SERVICES 150 40 40 716 60 100 110 40 $112,652.30 11400000 $7,000.00 A7,47Z30TOTAL $ 133,