Loading...
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