HomeMy WebLinkAboutCORRESPONDENCE - RFP - 9068 CM/GC SERVICES FOR THE LINDEN STREET RENOVATION PROJECTEXHIBIT A
WORK ORDER FORM
PURSUANT TO A MASTER AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
AND
KRISCHE CONSTRUCTION, INC.
WORK ORDER NUMBER: 1
PROJECT TITLE: Linden Street CM/GC Pre-Construction Services
ORIGINAL BID/RFP NUMBER & NAME: 9068 CM/GC Services for the Linden Street
Renovation Project
MASTER AGREEMENT EFFECTIVE DATE: March 1, 2020
WORK ORDER COMMENCEMENT DATE: March 1, 2020
WORK ORDER COMPLETION DATE: May 31, 2020
MAXIMUM FEE: (lump sum): $10,000
PROJECT DESCRIPTION/SCOPE OF SERVICES: Pre-construction Support Services for
Linden Street Renovation Project.
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 four (4) 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.
SERVICE PROVIDER: Date:
Mark Teplitsky, Pre-construction Manager
ACCEPTANCE: Date:
Nicole Hahn, Project Manager
REVIEWED: Date:
Elliot Dale, Senior Buyer
ACCEPTANCE: Date:
Gerry Paul, Purchasing Director
(if greater than $60,000)
DocuSign Envelope ID: 002E6FF1-DE16-4C0A-AE4A-66A54E852040
3/30/2020
3/30/2020
3/30/2020
Preconstruction Support Services for Linden Street Renovation Project
The CM/GC team relies on the expertise of the CM/GC to deliver a better product
in less time and at a cost competitive with traditional design-bid-build construction
processes.
a) Provide a designated representative to participate in the design effort, which will
begin upon contract award. This may include: attending key design team
meetings, regular communication and coordination with the design team
throughout design, preparation of cost estimates at key times in the design
process, and providing input / insight on the project design and collaboration
between disciplines to reduce cost and avoid discrepancies between plan sets
that could impact construction costs and/or schedule.
b) The CM/GC is required to provide the following expertise during the
Preconstruction Support Services Phase of the project:
The skills, knowledge and experience necessary to coordinate the project
work with stakeholders.
The skills and knowledge to estimate the quantities of materials, labor, and
equipment needed to construct the project.
The ability to communicate with, coordinate and schedule subcontractors and
obtain accurate and detailed pricing and schedules to be incorporated into the
overall project.
The skills and knowledge to determine the tasks (work breakdown structure)
needed to complete the project and estimate the costs, duration, and
sequence of these tasks.
An understanding of the availability, cost, and capacities of materials, labor,
and equipment.
The skills and knowledge to identify potential risks (including cost risks) and
methods to mitigate them during the design process.
The skills and knowledge to determine constructability of various designs and
to develop construction phasing and maintenance of traffic schemes for
various designs.
The skill, knowledge and commitment to provide protection of existing trees
throughout construction.
The skills, knowledge and experience necessary to coordinate the project
work with anticipated utilities conflicts and relocations. This includes relocation
of stormwater inlets and pipelines, existing lighting, and existing irrigation
systems with proposed new infrastructure improvements.
The ability to coordinate with adjacent development project
c) Partnering: The City expects a strong partnering relationship with the selected
CM/GC. A formal Partnering Session will be held with the selected CM/GC and
primary subcontractors, City of Fort Collins team members, contract Architects
and Engineers soon after the selection process is completed. A successful
CM/GC project delivery requires an environment where trust and teamwork
prevent disputes, fosters a cooperative bond to everyone’s benefit, and
facilitates the completion of a successful project. Adversarial relationships
DocuSign Envelope ID: 002E6FF1-DE16-4C0A-AE4A-66A54E852040
between the CM/GC and Owner will not be acceptable on the project and could
lead to the termination of the contract.
d) Initial Risk Assessment Workshop: Participate in an initial project introduction
and Risk Assessment workshop. The workshop will be conducted in Fort Collins
and will include the following tasks:
Project site walk thru
Introduction to the project and the project stakeholders
Project status, goals, objectives, funding, etc.
Presentation of project elements
Review phasing options for construction
Development of alternative phasing concepts
Assessment of primary project risks in terms of cost, quality and schedule
e) Design Reviews and Construction Phasing (collaborative design development):
Participate in formal design review and construction phasing development. For
each review the CM/GC may be asked to perform any or all of the following
tasks:
Provide constructability reviews, design refinement, and optimization of
project budget through design refinements to ensure project budget and
design standards are maintained
Work with the designer to prepare draft construction phasing and
maintenance of traffic/access schemes to ensure completion of the project
in the most expeditious manner possible
Ensuring existing operations of local businesses
Develop construction schedules
Provide construction cost estimates
Provide a procurement and implementation strategy to leverage project
funding, and ensure quality products
Perform a risk assessment in terms of cost, quality and schedule
Provide ongoing risk assessment to reduce risk, cost and schedule
Engage and coordinate with stakeholders, property owners, and design
team
The CM/GC may be asked to perform any of the above tasks throughout the
design phase, and not necessarily during formal design reviews. It is
anticipated the CM/GC will be fully engaged throughout the design process and
be willing to provide input when requested. The CM/GC shall be compensated
for all of their time spent providing design assistance as identified above, in
accordance with the Preconstruction Support Services Work Order.
For preconstruction services, the CM/GC shall assume the following:
Meeting attendance at ten (10) design meetings.
Attendance at special meetings focused on particular elements of the work
– anticipate two, two-hour meetings.
Design package review workshops shall occur at the 60% and 90%
phases. This shall include review of design, constructability, value
engineering opportunities, and project phasing. The CM/GC shall assume
DocuSign Envelope ID: 002E6FF1-DE16-4C0A-AE4A-66A54E852040
two, four-hour work sessions for these meetings. CM/GC participation in
these sessions is expected.
The CM/GC is expected to provide cost estimating and Guaranteed
Maximum Price (GMP) development services at the 60% and 90% levels
of contract document completion. A final GMP for each work package is
expected at the 90% completion level. The CM/GC is expected to provide
cost estimates to accurate market conditions at the 60% and 90% stages.
The CM/GC may be required to engage and coordinate with stakeholders and
property owners prior to construction.
f) Coordination with project critical trades:
The City is aware that several components of the work may be performed by
subcontractors to the CM/GC depending on the selection of the CM/GC,
particularly any detailed urban design work. Should this or other significant
portions of the work be completed by a subcontractor, it is expected that those
subcontractors be available throughout the Preconstruction Support Services
Phase of the project and adhere to the City’s “open book” negotiation policy as
required.
The City shall be involved with the procurement of any subcontractors
performing significant and critical work that weren’t identified as part of the
project team with the original proposal. The City shall determine, at its sole
discretion, any items that may be considered significant and critical work. It is
expected that the CM/GC involve the City in the subcontractor procurement
process and work together with the City to procure acceptable contractors in
terms of scope, schedule, budget and quality. Examples of trades the City
would consider to be significant and critical may include, but not be limited to:
Electrical
Concrete/Hardscapes
Masonry
Traffic control
Landscaping and irrigation
Lighting/electrical and urban design elements
DocuSign Envelope ID: 002E6FF1-DE16-4C0A-AE4A-66A54E852040
DocuSign Envelope ID: 002E6FF1-DE16-4C0A-AE4A-66A54E852040