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,