HomeMy WebLinkAbout20061105.tiff WORK ORDER FORM
PURSUANT TO AN AGREEMENT BETWEEN
WELD COUNTY
AND
FELSBURG HOLT&ULLEVIG
DATED:
Work Order Number: FHU-4
Project Title: WCR 74 and SH 257 Intersection Improvements -Construction Inspection
Commencement Date: April 3, 2006
Completion Date: September 30, 2006
Limitations on compensation: Not to Exceed $49, 515.00 (See attached cost details)
Project Description: Construction inspection for intersection improvements including turn lanes and
traffic signal at WCR 74 and SH 257
Scope of Services: See attached Scope of Work
Professional agrees to perform the services The attached forms are hereby accepted and
identified above and on the attached forms in incorporated herein, by this reference, and
accordance with the terms and conditions Notice to Proceed is hereby given.
contained herein and in the Professional
Services Agreement between the parties. In the
event of a conflict between or ambiguity in the Weld County
terms of the Professional Services Agreement // I/(/
and this work order (including the attached By: i„c st
forms) the Professional Services Agreement Project M ger
shall control. Date:
•
Professional By:
Depa eapi
Felsburg Holt&Ullevig D . 77//
6300 South Syracuse Way, Suite 600
By dj I B I
I a
Director tf i ance and ministration
By: , Date: 006
Title: PC1hC ?C By: 4r: l�
Chairman Weld County Commissioners
Date: 3 -21 -06 Date: APR 17 2006
I ! E/z4'
twt I; � ��' EST: JbD► q AD%4fl
r (H� rr .Li E COUNTY• �CLERKTOTHE BOARD
4,% 111 , BY: T`LC±L( �TO6THlE�f AIM
L�l a ees9
044-7 -O e2 Of Plc) jh t_ 1cc //as
WORK ORDER No. 4: Construction Management
WORK ORDER No. 5: Materials Testing
Exhibit "A"
( 9 pages)
PROJECT WORK PLAN & SCOPE OF SERVICES
I. WORK PLAN
Felsburg Holt & Ullevig (FHU) will perform construction administration and
observation services for the SH 257 and Weld County Road 74 Traffic Signal and
Intersection Improvements Project, Project Nos. STA 2571-009, SA 14905. Mr.
Tom Nead, P.E. will be the Project Manager for FHU. Tom will supervise the work
of a Construction Technician, Brian Weihrauch who will serve as the Resident
Project Representative. Tom will assist Brian and ensure that all contract
administration procedures required by the FHWA and CDOT are followed, in
addition to the requirements of the County. As detailed herein, Brian will perform
the majority of the work on this project. It is our understanding that the County
will assign a County Construction Inspector to this project to assist FHU in the
inspection, observation and administrative workload. The contractor will provide
the field office for the Engineer on this project.
II. SCOPE OF WORK
A. CONSTRUCTION INITIATION SERVICES
We understand that the project has already been bid and awarded, so there are
no bid phase or construction initiation services necessary, or included, in this
Scope of Work.
B. PROJECT CONTRACT ADMINISTRATION
Felsburg Holt & Ullevig will provide construction administration services for
this project. This work is described under the following general tasks:
1 Contract Administration
FHU will maintain project documentation and filing in accordance with
CDOT requirements prescribed in the 2002 version of the Construction
Manual revised in August 2004. CDOT Forms 7 and 266 will be used to
document pay quantities. Form 305 will be used to summarize the pay
documents. Payment applications will be created in Microsoft Excel
format. The use of the CDOT software, SiteManager, is not anticipated and
therefore is excluded. Should the use of SiteManager become required for
any reason, FHU will expect that CDOT or the County will provide FHU with
any necessary software and licenses for its use, or that FHU will provide
the software as an extra service.
Office Facilities: It is our understanding that the County's construction
contractor will provide FHU and the County with a CDOT Class 1 equipped
field office and sanitary facility as part of that separate contract. We have
1
excluded all of the equipment specified to be provided by the Contractor in
the CDOT Standard Specifications and Standard Plans for these two items.
2 Review of Shop Drawings
FHU will review all shop drawings submitted as specified as required by
the construction contractor's contract. Other submittals specified to be
submitted by the contractor and reviewed by the Engineer will be reviewed
by FHU.
3 Interpretation of Drawings and Specifications
Felsburg Holt & Ullevig will respond to the contractor's Requests for
Information (RFI) and any requests by the contractor to make substitutions
of materials or methods. FHU will provide interpretations and clarifications
of the contract documents. Minor revisions will be handled in the field and
are included in this scope. Significant or major modifications to the project
plans will be performed by the design engineer of record, or by FHU as
additional services. The need for this work is difficult to quantify at the
beginning of a project, and are excluded from the base agreement. These
design services can be added at a later time at the County's option.
4 Change Order Administration
Felsburg Holt & Ullevig will use CDOT Minor Contract Revision (MCR) and
Change Modification Order (CMO) forms as required by the Construction
Manual to manage changes on the project. FHU will prepare the MCR's and
CMO's for County approval. Any required design work necessary to be
incorporated into CMO's or MCR's will be administered in accordance with
Section 3 above.
5 Contractor Payment Requests
Once a month, FHU will prepare a payment estimate for the quantities of
work performed. The pay application will be in Microsoft Excel format. The
CDOT construction contract administration software, SiteManager, is
excluded and will not be used to generate estimates. FHU will meet with
the Contractor prior to signing the payment application in an effort to
reconcile quantities with the contractor.
6 Monitor Compliance with Project Procedures
FHU will ensure that the project is administered in accordance with the
CDOT requirements set forth by the Local Agency Manual, Construction
Manual, Project Specifications and other pertinent CDOT publications.
FHU will also ensure that the Federal contract administration requirements
associated with the Federal funding are met. This work will include
checking certified payrolls, performing interviews, and monitoring UDBE
goals and OJT programs.
2
C. FIELD OBSERVATION
For this project, FHU agrees to assign a full time construction technician to
serve as the Resident Project Representative (RPR).
1 On-Site Construction Observation Services
Felsburg Holt & Ullevig will commit the efforts of one construction
technician to serve as the County's RPR. The RPR will work with County
personnel on a daily basis. FHU understands that the County will assign
an inspector to the project to assist the FHU RPR with documentation and
observation duties. The basis of work for the RPR, as included in this
scope and fee, is a 5 day work week at 8 hours per day. In the event
additional field personnel are needed, FHU will not increase its labor effort,
as extra service, without the County's approval.
2 Equipment
The FHU RPR will be equipped with a company vehicle equipped with a
roof mounted rotating amber warning light. The RPR will also be equipped
by FHU with a lap top computer loaded with Microsoft Office applications,
and a Nextel mobile telephone. Excluded are items to be provided by the
contractor, including land-line telephone service, sanitary facility,
facsimilie machine, and a copy machine.
D. MATERIALS TESTING
Kumar and Associates will perform the materials sampling and testing for this
project in accordance with the CDOT 2006 Field Materials Manual and the
CDOT Form 250. Felsburg Holt & Ullevig will manage the efforts of Kumar and
Associates including compiling and analyzing test results. An onsite field
laboratory is excluded. Services will be performed either on site, or at Kumar's
Fort Collins office.
E. SURVEYING
FHU has excluded construction surveying, staking and as-built surveying from
this Scope of Work. It can be added as an additional service at any time,
should the County desire.
F. CONSTRUCTION WRAP-UP AND ACCEPTANCE
FHU will work to complete the project's "Finals" phase and achieve CDOT's
acceptance of the administration of the contract, and final payment to the
contractor.
III. PROJECT FEES
See attachments.
3
L O O (O ILO (O
C 0 0 N N N
O O (O co (O (O
0 V N N N-
p Co W I- r r
U-
m
0
~ 69 69 69 H3 CO
m0 0 00 00 00 0 0
CO 0 0 0 0 0 0
o 0 0 0 0 0 0
co 7 V a a V 0
Q N
10 cn
It
w E
0 al Y (» 69 (» 690969
IX
0
0o 00 (O (O
in h N O O.O N N-
6 cd
o N � r 6 6'`OLnc(D
v t.; m
C I (NI
co
R m 0 ICO- N-
V _ I co
(» N
CO
O 06 U
411
Z 696969696969
0
I I
Et rn o 0 0 0 0 0 0 0
a
III a (0 0 0 0 0 0
a 2 J CO CO O co co COO i 0 co M
Q
y 0 M N N j N a O
CO C
Ua)
ai
c
O 2 `
69 69 69169 6.9 64
"' O O (O LID 0 0
0 CO (O O N N O O
OD ( COO CO O CO Et 0 CO M
cO `- r- L6 3
G �/ a co
LL D I 0
N 0 0,5 2 0 a
O u_EL69 f9 f9 6 69 09 (n d
O I (O
01
• a C to
0 0 0 0 0 0 a C
Q' 2, .0 m 0 0 0 0 0 0 ° N m
O 0 , __I °rNNnu C40 -o m
CD
LL (O Cl Co O W O) f- M 1"' U
O N (0 C O.
Cr
U m O _o
� - I C.) . m
I C 0 a o
U. w e» (» (»,(n (n (» W CL
I I— U G
Q o -o
W co CO m
00000 J F o a)
IX
CO N N N N N < Cl) 0 C 0
n m c >' om W m E
Q 2O.OQ m a 1—
I.L - —
Z r
ti0
tea)
m E
0
o
c o_
DEW
o —
> O a
-
> to (j
-o O)) W
0 C 0 co
u, cO Cu
N N V E
o
U) c Z
a W)
_ 2
U W
N ct
a
E
Z O O LC) LO O 0
O G La O N (-NI O
- O N- o . In
CO CO O i O CO t()
o 2 Co V' CO,CO N
D O N r O O W in
Ce W O)
I - m V
0 o I
Z F- 69 69 €9 69 69
O
O ) O O co co O O
co o N N o o i
LL Co6; o L 3
cocowm � 6no 6N
U W C`? N 'IN o CO
CY T
r O
o o
-1-
< N Q N
2 > D ≥
2 i m
D 2-- 69 69 6916» e. 6p S ci N CO _
O c p o O O O O O -o a
D O 9 O O o O O O U N
,p U CO 0 0 0 0 0 0 C (L'
0 y 2 J RD N N N N CO F-
Z N O t` lO CO n Co Cl) U
W C .C CO O C) CD i� O O co N
> W v VTo a
J Q IX = _� W LL
a
Y to Q . ix g
O O c NNONIOoQ I O m
o o o o N F- a m E
I
o
U` a g 3 -, z W o 0 3 0
z a
D
CO
U)
J
W
LL
• FELSBURG HOLT ULLEVIG SH 257 and Weld County Road 74
Traffic Signal and Intersection Improvements
FHU LABOR COST ESTIMATE
Work Order No. 4: Construction Management
April 2006
REGULAR 40 hr. WEEK
Name Days Hrs Rate Cost
Brian Weihrauch 10 80 $75.00 $ 6,000.00
Tom Nead, PE 6 $130.00 $ 780.00
Labor Cost for Month $ 6,780.00
May 2006
REGULAR 40 hr. WEEK
Name Days Hrs Rate Cost
Brian Weihrauch 16 128 $75.00 $ 9,600.00
Tom Nead, PE 4 $130.00 $ 520.00
Labor Cost for Month $ 10,120.00
June 2006
REGULAR 40 hr. WEEK
Name Days Hrs Rate Cost
Brian Weihrauch 15 120 $75.00 $ 9,000.00
Tom Nead, PE 4 $130.00 $ 520.00
Labor Cost for Month $ 9,520.00
July 2006
REGULAR 40 hr. WEEK
Name Days Hrs Rate Cost
Brian Weihrauch 15 120 $75.00 $ 9,000.00
Tom Nead, PE 4 $130.00 $ 520.00
Labor Cost for Month $ 9,520.00
August 2006
REGULAR 40 hr. WEEK
Name Days Hrs Rate Cost
Brian Weihrauch 12 96 $75.00 $ 7,200.00
Tom Nead, PE 4 $130.00 $ 520.00
Labor Cost for Month $ 7,720.00
Work Order No. 4 Total Fee $ 43,660.00
• FELSBURG HOLT ULLEVIG SH 257 and Weld County Road 74
Traffic Signal and Intersection Improvements
DIRECT PROJECT COSTS
Monthly Costs
Nextel Cell Phone $ 500.00 $100.00 typical max.per month per 1 phone.
Chemical Toilet Rental $ - Provided by Contractor in Sanitary Facility Item
Drinking Water -- - - -
$ Provided by Contractor in Field Office Item
Vehicle Mileage $ 5.355.00 68 days x$0.45/mile(est.'d avg.Fed.rate)x 175 miles per day(est.'d)
Photocopier $ - Provided by Contractor in Field Office Item _
Computer with MS Office $ - Incl.in FHU labor cost
$ 5,855.00
ID
> /
0o -
a) 0
fk w
<
ID w
,
cu — B #
\ \ W 0 ?
f / i -
W c
LL
I— —
k -
W \
2 I z \
k = } \/ ) in OW
CO N
01
§ - : I ~ cs To
n
§ e _ _ 6�CA _ §
< t
ILI< \ \ \ \ \ \ \ \ \
5 ` 2o
§ _ 69 _ _ _ _ .) „ rr 7
In
fIiI3 ` / f
� a ; \
ro
) ` 6969 69 69 - cn` f
g CC \ \ \ \\ \\ \ \ H \ .,a-
2)
§ 0 } §
g0 � 2 69 t9 6969 w —
I- ■ e ) } {
2 ( \ / $ # ( ( 2
o } \\ f7 ` UJ \ C \ \
§ J - - a
CO
FELSBURG HOLT ULLEVIG SH 257 and Weld County Road 74
Traffic Signal and Intersection Improvements
FHU LABOR COST ESTIMATE
Work Order No. 5: Materials Testing and Materials Management
April 2006
REGULAR 40 hr. WEEK
Name Days Hrs Rate Cost
Brian Weihrauch 6 48 $75.00 $ 3,600.00
Torn Nead, PE 2 $130.00 $ 260.00
Labor Cost for Month $ 3,860.00
May 2006
REGULAR 40 hr. WEEK
Name Days Hrs Rate Cost
Brian Weihrauch 4 32 $75.00 $ 2,400.00
Tom Nead, PE 2 $130.00 $ 260.00
Labor Cost for Month $ 2,660.00
June 2006
REGULAR 40 hr. WEEK
Name Days Hrs Rate Cost
Brian Weihrauch 4 32 $75.00 $ 2,400.00
Tom Nead, PE 2 $130.00 $ 260.00
Labor Cost for Month $ 2,660.00
July 2006
REGULAR 40 hr. WEEK
Name Days Hrs Rate Cost
Brian Weihrauch 4 32 $75.00 $ 2,400.00
Tom Nead, PE 2 $130.00 $ 260.00
Labor Cost for Month $ 2,660.00
August 2006
REGULAR 40 hr. WEEK
Name Days Hrs Rate Cost
Brian Weihrauch 7 56 $75.00 $ 4,200.00
Tom Nead, PE 2 $130.00 $ 260.00
Labor Cost for Month $ 4,460.00
Work Order No. 5 Total FHU Labor $ 16,300.00
'(+n kasr&Astor Iss 2390 South Lipan Street
Gedula 1 and Materials Engineers Denver,CO 80223
and Ernlronmadal Scientists 2390
(303)742-9700
fax:(303)742-9666
ACEC e-mall:kadenver@kumamsa.com
www.kumamsa.com
Other Office Locations:Colorado Springs,Fort Collins,Pueblo
March 7, 2006 D • E Rp O w 3 and Winter Park/Fraser,Colorado
Tom Need, P.E. l� v WuD
Feleburg Holt & Ullevig MAR - 91006
6300 South Syracuse Way, Suite 600 _ J
Centennial, Colorado 80111 FELSBURG,HOLT&ULLEVIG
Subject: Proposed Scope of Services and Associated Fee Estimate to Provide uality Assurance
Materials Testing Services, SH 257 and WCR 74, CDOT Project Number STA.2571-
009, Weld County,Colorado.
Proposal No. P-06-213
Dear Mr. Need:
Kumar & Associates, Inc. (K+A) is pleased to submit this proposal to provide quality assurance
materials testing services for the SH 257 and WCR 74 intersection improvements project located in
Weld County, Colorado. The construction work will include embankment construction, RCP
culvert, aggregate base course, asphalt, median and curb and gutter placement.
Based on our understanding of the project and the bid quantities provided in the CDOT form 250,
we propose the following:
Scooe of Work;
1. Attend Initial project meeting, preconstruction meeting, and weekly construction meetings
as deemed necessary.
2. Provide an engineering technician on a part-time to full-basis, as needed, during the
earthwork and concrete construction as well as the asphalt placement to sample, test and
document all materials generated and produced on the project. The technician Will be
equipped with adequate equipment to provide the testing including nuclear moisture-density
gauges and concrete air meters and slump cones.
3. Scheduling of the planned work will be on a daily basis through Mr. Tom Need, P.E., the
designated Project Engineer or his designated alternate. Technician time spent on the site
will also be coordinated with the Project Engineer.
4. Submit field logs on a daily basis to the Project Engineer. The field logs will include field
tests and results and sample collection for laboratory testing. The project engineer will also
be contacted on a daily basis for sample test non-compliance.
5. Perform laboratory testing on the samples obtained in the field. The laboratory testing is to
include Proctors and engineering classification of the subgrade materials and perform
compressive strength on concrete sampled in the field. Additionally, laboratory testing on
asphalt placed in the field is to include asphalt content, gradation analysis, maximum
theoretical specific gravity, asphalt volumetrics (air voids, VMA), fractured faces, stability
and Lottman. The laboratory testing will be performed at the K+A main laboratory facility.
6. The collection of samples, field testing, and laboratory testing will be based on the minimum
sampling and testing requirements outlined in the Quality Assurance Schedule of the 2002
CDOT Field Materials Manual. The technician will review project quantities on a weekly
Felaburg Hoh&Movie
March 7, 2008
Pegs 2
basis to ensure that sufficient tests have been performed for all material placed to date on
the project.
7. Test results and observations shall be document on the appropriate CDOT forms. The test
data will be reviewed and approved by a Professional Engineer registered in the State of
Colorado.
8. Provide a Final Materials Documentation report upon completion of the Project that is
stamped and signed by a Professional Engineer registered In the State of Colorado.
•
Fee Estimate: Based on the scope of work Identified above, information provided and our
experience on similar projects In which we have completed in the past, a breakdown of the
proposed fee estimate to complete the services Is as follows:
Englnaalrrg and Tech in Foes
Project Manager: 5 hrs @ $120/hr $ 800.00
Project Supervisor: 20 hrs @ $76/hr $1,500.00
Engineering Technician: 130 hrs @ $46/hr $5,850.00
Word Processing: 20 hrs (P $38/hr $ 780.00
Subtotal $8,710.00
Laboratory Tasting
4 Standard Proctors O $70/ea $ 280.00
1 Modified Proctor @ $80/ea $ 80.00
8 Gradations @ $70/ea 0 580.00
8 Atterberg Limits @ 040/ea $ 320.00
20 Asphalt Binder Content @ $75.00/each $1,500.00
13 Asphalt Gradations @ $70.00/each $ 910.00
10 Maximum Theoretical Specific Gravity Tests @ 470.00/each $ 700.00
10 Air Volds/VMA @ $125.00/each $1,250.00
3 Lottman @ $350.00/each $1,050.00
3 Hveem Stability Tests (P $250.00/each $ 750.00
2 Fractured Faces to $66.00/each $ 110.00
25 Compressive Strength Cylinders (P $10/ea $ 260.00
Subtotal 07,780.00
Total Foe Estimate *16,470.00
Our proposal is based on the project quantities provided on the CDOT form 250. The actual testing
required may very depending upon modification to the contractor's schedule. The hourly and unit
costs provided above Include vehicle, mileage and necessary standard field and laboratory
equipment for the services indicated.
If you have any questions concerning the scope of work or estimated fee, please do not hesitate to
contact our office. Thank you for allowing us to be a member of your team for this project.
Sincerely,
KUMAR & ASSOCIATES, INC.
By r�
Ca? . .ne' .jeot�''' isor
CU/mj
cc: Book
Kumar&'illlates, Ina
BOARD OF COUNTY COMMISSIONERS
REVIEW/WORK SESSION REQUEST
RE: On-Call Engineering Services/Construction Inspection& Materials Testing for WCR 74 and SH 257 Int.
DEPARTMENT: PUBLIC WORKS DATE: March 21, 2006
PERSON REQUESTING: Frank B. Hempen, Jr., P.E., Director of Public Works/County Engineer
Brief description of the problem/issue:
Weld County has entered into IGA's with CDOT,Severance,and Windsor to share the costs for construction and construction
administration services for the WCR 74 and SH 257 Intersection Improvements Project in accordance with CDOT construction
practices.The project has been advertised and awarded to Mountain Constructors with construction to begin within the next two
months.The total budget for the project was estimated at$1,480,529 including construction and construction administration.
We currently are under that budget by$25,000.
The Engineering Division has selected FHU to perform the required construction services along with Kumar&Associates,their
subconsultant for materials testing. FHU is currently contracted for our On-Call consultant services and has staff that is certified
to inspect traffic signals as well as being qualified in the CDOT inspection process. Attached is Work Order No.4&No. 5
outlining the scope of services and proposed costs of$87,783.75. These costs are less than the estimated amount of$95,000
and will be shared with the other agencies as part of the above mentioned IGA's.
What options exist for the Board? (Include consequences, impacts,costs, etc. of options)
The options for the Board are to either accept the proposal from FHU and proceed with the work or not accept the proposal from
FHU.Not accepting the proposals could set back the construction of the project.
Recommendation to the Board: I recommend approving Work Orders No.4 and No.5 and proceeding with the work.
Initial: Approve Schedule
Recommendation Work Session Other
Geile I
Long \J,
Jerke V
Masden //
Vaad
pc: Wayne Howard, PW
Robert Patrick,PW
M:\-Active Projects\Misc Projects\Engineering On-Call Services\FHU Contract\Work Order 4-Wayne\Work Session Request Form.doc
a
rat
MEMORANDUM
COLORADO TO: Clerk to the Board DATE : April 11, 2006
FROM: Perry Eisenach, P.E.
Engineering Division Manager
SUBJECT: Item for Consent Agenda
Work Order#4 in the amount not to exceed $49,515.00
Work Order#5 in the amount not to exceed $38,268.75
Both Work Orders 4 and 5 are pursuant to Agreement with FHU on WCR 74 and SH 257
Intersection Improvements Construction Inspection.
Enclosed is one original for each Work Order Form.
Enclosures
pc: Frank B. Hempen, Jr., Director of Public Works/County Engineer
Wayne Howard, Project Manager
Robert Patrick, Project Manager
M:\Francie\AgendaSignature.DOC
C c rsel ft 2006-1105
O41l7/2oC4,,
Hello