Loading...
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.