HomeMy WebLinkAboutCHANGE ORDER - PURCHASE ORDER - 6607780Planning, Development& Transportation
Englnaaring
201 NoM CaOage Avenue
P.O.8"600
Fat COtole, CO 80522.060
070.221.0806
670.211AVa - ke
Change Order Form
PROJECT TITLE: Mason Transportation Corridor Grade Separated Crossing (NRRC)
PROJECT NUMBER: 400903204.3
CONTRACTOR: Felaburg Holt & Ullevig (PO #6807780)
CHANGE ORDER NUMBER: 3
n Preparing change orders show in order as separate numbered paragraphs the owing:
1. Reason forchanga 1 2. Description of change.
3. Change In contract cost. 4. Change in contract time.
1&2. See attached sheettol detail.
3. The contract cost will increase by $ 18,200.00
1
4. There will be no change in oontrect time.
ORIGINAL CONTRACT COST
$247,40&75
TOTAL APPROVED CHANGE ORDERS
$68,133.78
TOTAL PENDING CHANGE ORDERS
$0.00
TOTAL THIS CHANGE ORDER
$18.200.00
TOTAL % OF THIS CHANGE ORDER
7.36%
TOTAL C.O. % ORIGINAL CONTRACT
42.98%
ADJUSTED CONTRACT COST
$353,739.53
(Assuming all change orders approved)
ACCEPTEDBY: I�f'riL
(Contractors
REVIEWED BY:
SUBMITTED BY: w.aa
DATE to
DATE l o — ` ` 11
APPROVED BY: DATE:
(Department Head)
APPROVED BY:
cc CaneuNr
Purdmft
Project File
DATE:
i
�
0 FELSBUIKG i HOLTI &
ULLEVIG
engineering paths to transportation solutions
September 28, 2011
Mr. Jin Wang, P.E.
Engineering Department
City of Fort Collins
281 North College Avenue
Fort Collins, CO 80522
RE: Engineering Services
Mason Grade Separation at NRRC
Advertisement Package Preparation
FHU Job. No. 06-295
Dear Jin,
At your request, we are submitting this proposal to provide additional Engineering
Services for the Mason Grade Separation at NRRC. It is our understanding that the City
intends to advertise the project for construction using the design completed by FHU in
April of 2010. The plans and specifications will require review and modification to
conform to current City Building Department and COOT requirements.
Scope of Work
All plans and specifications related to the pedestrian bridge design will be updated as
needed to conform with the 2011 COOT Standard Specifications for Road and Bridge
Construction. Updates required to meet current policies of COOT Staff Bridge will also
be investigated and implemented into the plans and specifications. FHU will lead this
effort.
The City of Fort Collins Building Department is currently using the 2009 versions of the
IBC code, and the related electrical, plumbing, and fire codes. The existing bridge and
elevator plans were designed per the 2006 codes. The plans will be reviewed and
updated as necessary to meet the current City code requirements. The Abo Group will
have oversight of the architectural, mechanical, and electrical design elements of the
project, with assistance from SSG MEP (electrical consultants), and the Ballard Group
(mechanical consultants).
The elevator design and specifications will require review for conformance to the latest
ASME 17.1 elevator code. Coordination with the elevator manufacturer will also be
required, to confirm that the existing design accommodates the current elevator
6300 South Syracuse Way, Suite 600 Centennial, CO 80111 tel 0 . 2 , fax .0832
www.fhueng.com info@fhueng.com
Mr. Jin Wang, P.E.
09/28/11
configuration being provided by the manufacturer. The Abo Group will coordinate this
information with Lerch Bates, an elevator consulting firm.
Some coordination with the BRT design at the bridge location will be required. The BRT
plans are near completion, and several new elements of the Bay Farm Station have
been designed since the NRRC ped bridge design was completed last year.
Coordination of the electrical requirements for both projects will be needed, since some
design elements are overlapping, and a single transformer powering both facilities was
previously assumed.
Other requirements for advertisement will be obtaining final environmental clearances,
and updating the plans to include CDOT's latest Stormwater Management requirements.
We will update all environmental permits as needed, through coordination with CDOT
Region 4.
FHU will re -package the plans with all the relevant updates for the items noted above,
and update the specifications as needed for advertisement. All deliverables will be
issued electronically to the City. We have assumed the City will provide plan and
specification reproductions, as needed, for advertisement. An updated Opinion of
Probable Construction Cost will be developed using current cost data.
A final review by CDOT to meet Local Agency requirements is anticipated to obtain
clearances for advertisement. FHU will address any comments, as needed, from CDOT.
FHU will also attend the pre -bid meeting to address Contractor questions related to the
construction documents during the advertisement phase.
Schedule
The City has indicated that it plans to advertise the project in November. To meet this
schedule we propose to complete the work noted above by Friday, October 23`d, in
anticipation of the CDOT Final Clearance Review. Assuming a two week turnaround by
CDOT, the project could be ready for advertisement on or around November e.
Fee Summary
We propose conducting all work on a time and materials basis, in accordance with our
current standard hourly rate schedule, plus reimbursable direct expenses such as
mileage, printing, etc.
The maximum not -to -exceed amount for the work, including subconsultants, will be
$18,200.
Attached are the Cost Summary, FHU's 2011 Standard Rate Schedule, and a fee
proposal received from The Abo Group. No additional work beyond that described in the
above Scopes of Work, or additional costs expended beyond our established maximum
contracted amount will be executed, unless agreed to and authorized in writing by the
City of Fort Collins.
Mr. Jin Wang, P.E.
09/28/11
If you have any questions regarding this proposal, please call. Thank you for the
opportunity to offer our services.
Sincerely,
FELSBURG HOLT & ULLEVIG
��w A�-�
Bill Marcato, P.E.
Senior Bridge Engineer
Attachments: 1) Hourly Cost Summary
2) FHU 2011 Billing Rates
3) The Abo Group Fee Proposal
�
it,
k
0
k
!§
/c
&$
22;
2 im ga
mkk
2§%
§2A
q■§
a!!|
■�
§�
\
�)
®§
!. .
|�k
!
|�
|;
!
!
!
°|�
7
`
,
■
J
CL
I
)
Al
ILk|
'§
°
cr
�k
}!
2
I/!|
kk
ON
/|
,
1
�
J.;•;�
/
2\/
!2
7
it
�!k
3�
�
U-
\
J
ƒl
Jill
!
|ƒkK
!2
ƒ\
2011 Rate Sheet
The following hourly billing rates apply to all "Time and Materials" contracts.
Staff Rates
Principal III .........................................
$210.00
Principal 11..........................................
$180.00
Principal l...........................................
$160.00
Associate............................................$160.00
Sr. Engineer........................................$145.00
Engineer V..........................................$130.00
Engineer IV ........................................
$120.00
Engineer III.........................................$105.00
Engineer 11............................................$90.00
Engineer................................................
$80.00
Sr. Environmental Scientist ................$145.00
Environmental Scientist V..................$130.00
Environmental Scientist IV ................
$120.00
Environmental Scientist Ill ................$105.00
Environmental Scientist 11....................$90.00
Environmental Scientist I.....................$80.00
Sr. Transportation Planner ..................$145.00
Transportation Planner V....................$130.00
Transportation Planner IV ..................
$ 120.00
Transportation Planner III ..................$105.00
Transportation Planner II ........ ...........
...$90.00
Transportation Planner I.......................$80.00
Sr. Bridge Designer............................$120.00
Sr. Designer........................................$110.00
Designer V..........................................$100.00
Designer IV..........................................$95.00
Designer III ...........................................
$85.00
Designer It .......................................
..... $75.00
Designer I .............................................
$60.00
Sr. Construction Inspector ..................
$100.00
Construction Inspector V......................$95.00
Construction Inspector IV ....................
$85.00
Construction Inspector III ....................$80.00
Construction Inspector [I .................
..... $70.00
Construction Inspector I ....................
...$60.00
Sr. Environmental Tech ......................
$110.00
Environmental Tech V ........................
$100.00
Environmental Tech IV ........................$95.00
Environmental Tech III .........................$85.00
Environmental Tech It ..........................
$75.00
Environmental Tech I...........................$60.00
Administrative ......................................
$70.00
Other Direct Costs
Plots
Bond..............................................
$0.24/sq ft
Glossy ............................................
$0.71/sq ft
Mylar.............................................
$0.55/sq ft
Vellum ...........................................
$0.39/sq ft
Prints
Black and White ............................ $0.08/print
Color .............................................. $0.19/print
Presentation Boards
Bond Foam Core Mounted............ $1.22/sq ft
Glossy Foam Core Mounted.......... $1.69/sq ft
Computer Projector ..............$100.00/meeting
Travel
Mileage ................................. ....... $0.555/Mile
(or current allowable Federal rate)
Truck(Construction)..................... $40.00/day
Other Miscellaneous Costs
Courier...........................Actual
Vendor Costs
Postage...........................Actual
Vendor Costs
Deliveries .......................Actual
Vendor Costs
Per Diem ........................Actual
Vendor Costs
Subconsultants ....
Actual Subconsultant Costs
Field Equipment
Trimble GPS.................................. $45.00/day
Blue Tooth Camera for GPS.......... $35.00/day
Other direct costs are reimbursed at a rate of
I. I times the rates above and / or actual costs.
IN FELSBURG
COHOLT &
ULLEV[G
memeomQ paths Al tmnernrtannn ohmou
thelabolgroup
sustainable architecture
September 27, 2011
William Marcato, PE
Felsburg Holt & Ullevig
6300 South Syracuse Way
Suite 600
Centennial, CO 80111
Re: Mason Street Pedestrian Bridge
Ft. Collins, Colorado
Dear Bill:
12600 west colfax avenue
suite c-200
lakewood, Colorado 80215.3758
303-531-4990 ph
303-531.4998 fax
principals
ronald It. abu, ala
John w. priebs, ala
The Abo Group, Inc. is pleased to provide you with this proposal for professional
architectural, design project management, vertical transportation design, mechanical
engineering, and electrical engineering design services.
Scope of Services
We understand that the scope of services to review and modify the 100% complete
drawings are as follows:
1. Review Architectural, Mechanical, Electrical and Vertical Transportation to
ensure the documents comply with the 2009 IBC.
2. Review Vertical Transportation design documents to ensure that the equipment
specifications have not changed.
3. Incorporate the elevator equipment enclosure on the drawings.
4. Relocate electrical transformers on drawings if required by the relocation of the
electrical power lines.
5. Provide plumbing design not included in the original scope of work.
We propose to be compensated in the following manner
Design Services
Architectural Design and
Project Management Services $2,250
Vertical Transportation Design $1,000
Mechanical Engineering $3,000
Electrical Engineering $1,150
Total Design Services $7,400
William Marcato
September 27, 2011
Page 2 of 2
Please let me know ifyou have any questions.
Sincerely,
Ronald K. Abo, AIA
President
The Abo Group, Inc.