HomeMy WebLinkAboutWORK ORDER - CONTRACT - 9509 CM/GC SERVICES FOR LAPORTE AVENUE BRIDGE & ROADWAY IMPROVEMENTS FROM TAFT HILL ROAD TO GRANDVIEW AVENUEEXHIBIT A
WORK ORDER FORM (Short form)
PURSUANT TO A MASTER AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
AND
SEMA CONSTRUCTION, INC
WORK ORDER NUMBER: 1-400902140-22
PROJECT TITLE: CM/GC Services for Laporte Avenue Bridge & Roadway
Improvements from Taft Hill Road to Grandview Avenue
ORIGINAL BID/RFP NUMBER & NAME: 9509
MASTER AGREEMENT EFFECTIVE DATE: April 11th, 2022
WORK ORDER COMMENCEMENT DATE: April 12th, 2022
WORK ORDER COMPLETION DATE: October 15th, 2022
MAXIMUM FEE: (time and reimbursable direct costs): $37,000
PROJECT DESCRIPTION/SCOPE OF SERVICES:
CM/GC is a contracting method that involves the contractor in the design process. The
intent is to form a partnership with the City of Fort Collins (the Owner), the designer
working for the City of Fort Collins (Otak), and the selected CM/GC (SEMA). The focus
is on a partnership and a collaborative design development to minimize risk, improve the
construction schedule, promote innovation, and deliver a cost-efficient construction
project.
1. Preconstruction Support Services
The CM/GC team relies on the expertise of the contractor to deliver a better product
in less time and at a cost competitive with traditional design-bid-build construction
processes. SEMA Construction, Inc. (SEMA) shall provide the following expertise
during the Preconstruction Support Services Phase of the project:
a. The skills and knowledge to estimate the quantities of materials, labor, and
equipment needed to construct the Project.
b. 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.
c. An understanding of the availability, cost, and capacities of materials, labor, and
equipment.
d. The skills and knowledge to identify potential risks (including cost risks) and
methods to mitigate them during the design process.
DocuSign Envelope ID: 622EF829-700D-4A81-8A99-8C837EF6FE97
e. The skills and knowledge to determine constructability of various designs and to
develop construction phasing and maintenance of traffic schemes for various
designs.
f. The skills, knowledge and experience to address bridge construction and
phasing and the ability to evaluate the feasibility of all types of bridge
substructure and superstructure construction techniques. The CM/GC should be
able to discuss the viability and pros and cons of various types of concrete bridge
construction including but not limited to cast-in-place, precast, alternative
concrete materials, etc.
g. The skills, knowledge and experience necessary to coordinate the Project work
with anticipated utilities conflicts and relocations.
If the bridge, embankment, walls or other significant portions of the work are to be
constructed primarily by a subcontractor, that subcontractor must be willing to be
involved with Preconstruction Support Services at the same level as SEMA to
discuss in detail construction costs, techniques, etc. as detailed above. The
subcontractor must also be willing to adhere to the City’s “open book” negotiation
policy as detailed below in Section C.2.b.
It is expected that any subcontractor that the City, in its sole discretion, deems to be
significant and critical to the overall project delivery be available throughout the
Preconstruction Support Services Phase of the Project and adhere to the City’s
“open book” negotiation policy. The City shall be involved with the procurement of
subcontractors to the extent required to determine reasonableness of price and
quality of work. It is expected that SEMA involves the City in the subcontractor
procurement process and works together with the City to procure acceptable
contractors in terms of scope, schedule, budget, and quality. Examples of
subcontracted work the City would consider to be significant and critical on this
project may be:
- Bridge and wall construction – concrete, wall and fascia, bridge
substructure, superstructure, etc.
- Concrete pavement, curb and gutter, sidewalk
- Asphalt placement
- Landscaping
- Traffic control
The following activities are representative of the type of work to be performed with
this scope:
a. Risk Assessment Workshops: Participate in an initial project introduction and
Risk Assessment workshop and keep track of risks throughout the
preconstruction phase. The workshops will be conducted in Fort Collins and may
include the following tasks:
i. Project site walk through
ii. Introduction to the project and the project stakeholders
iii. Project status, goals, objectives, funding, etc.
iv. Presentation of project elements
v. Review phasing options for construction
DocuSign Envelope ID: 622EF829-700D-4A81-8A99-8C837EF6FE97
vi. Development of alternative phasing concepts
vii. Assessment of primary project risks in terms of cost, quality and schedule
b. Design Reviews (collaborative design development): Participate in formal
and informal design reviews. For each review SEMA may be asked to perform
any or all of the following tasks:
i. Provide constructability reviews
ii. Work with the designer to prepare draft construction phasing and
maintenance of traffic schemes
iii. Develop construction schedules
iv. Provide construction cost estimates
v. Perform a risk assessment in terms of cost, quality and schedule
vi. Provide value engineering to reduce risk, cost and schedule
vii. Engage and coordinate with stakeholders and property owners.
SEMA may be asked to perform any of the above tasks throughout the design
phase, and not necessarily during formal design reviews. It is anticipated that SEMA
will be fully engaged throughout the design process and be willing to provide input
when requested. SEMA shall be compensated for their time spent providing design
assistance as identified above, in accordance with the Preconstruction Support
Services Work Order and the attached fee. SEMA will be required to be at weekly
coordination meetings as identified by the City and the project team. SEMA shall
engage and coordinate with stakeholders and property owners prior to construction
in conjunction with the City.
2. Construction Work Order Pricing
a. Construction Package 01
i. Unit prices have been provided with the initial RFP and these prices
shall be used for the initial construction work order unless otherwise
discussed.
ii. This package is intended to be constructed according to the submitted
unit prices, unless the City and SEMA are able to identify cost savings
measures associated with this work. Major items of work associated
with Construction Package 01 that may benefit from SEMA’s input
(potentially resulting in cost savings) include, but are not limited to:
1. Bridge substructures – particularly the substructure type that
has the least impact on roadway profile, construction
schedule, and ditch flow.
2. Multimodal pathways – configuration and bike vs ped
delineation.
3. Site grading and any associated walls along the ROW.
b. Future Construction Packages
When the City, the designer, and SEMA agree that the project has been
designed to a sufficient level of detail to allow SEMA to accurately price
construction elements of the project, Construction Contract Price Negotiations
will commence.
DocuSign Envelope ID: 622EF829-700D-4A81-8A99-8C837EF6FE97
1. Price Negotiation Process: The following procedures will be used for future
Construction Contract Price Negotiations, as well as for any modifications to
the submitted pricing for Construction Package 01 and associated
alternatives.
i. The designer will produce a set of the relevant plans and specifications
showing the work to be accomplished. The plans will also show all work
accomplished under any previous construction packages.
ii. SEMA will prepare a “bid” to perform the work shown. SEMA will use the
unit prices submitted as part of the Proposal unless a new unit price is
justified based off factors discussed with the City throughout the design
process and identified in the original project proposal.
iii. The City will develop a construction cost estimate for the work.
iv. Upon opening SEMA’ “bid” the City will determine the acceptability of the
“bid” by comparing it to its construction cost estimate.
v. If the prices are acceptable, the City will prepare a Work Order for
construction services. If a previous Work Order for construction services
had been entered into, this work may be added to that contract by change
order or a new Work Order may be issued.
vi. If the prices are not acceptable the City and SEMA will conduct a price
negotiation meeting to discuss the variances between SEMA’s “bid” and
the City’s construction cost estimate.
vii. Following the price negotiation meeting the Construction Contract
Negotiations will enter into subsequent iterations of the above noted
process and both SEMA and the City will refine their estimates based on
discussions during the price negotiation meetings.
viii. The City reserves the right to require SEMA to enter into “open book” cost
model price negotiations at any time through this process, where SEMA is
required to reveal its detailed pricing breakdowns including labor,
materials, equipment, subcontractor and supplier quotes, mobilization,
overhead, mark-up, and profit. See below for the City’s “open book”
negotiation requirements.
ix. At any time, if the City determines that an agreement cannot be
successfully negotiated, the City reserves the right to terminate
construction contract negotiations and the Preconstruction Support
Services Work Order and procure the construction of the project by other
means.
2. “Open Book” Negotiations Process: Negotiations may require any or all of
the following information:
SEMA shall submit information as requested by the City to the extent necessary
to permit the City to determine the reasonableness of the “bid” price. SEMA shall
provide cost or pricing data, broken down by individual work item, for SEMA and
each major subcontractor. SEMA shall submit material and subcontractor
quotes, anticipated labor and equipment usage, and anticipated production rates.
If requested, submit a written proposal for the work identifying the major
elements of the work, the quantity of the element, and its contribution to the
proposed price. Provide further breakdowns if requested by the City.
DocuSign Envelope ID: 622EF829-700D-4A81-8A99-8C837EF6FE97
Material: Furnish quotes and/or material invoices showing the cost of material to
be incorporated in the work.
Labor: Show basic hourly rates, fringe benefits, applicable payroll costs (workers
compensation, insurance, etc.) paid subsistence, and travel costs for each labor
classification and foreman employed in the work
Equipment: Provide a complete descriptive listing of equipment to be used in the
work including make, model and year of manufacture. Support rented or leased
equipment costs with invoices
Other direct costs: Furnish documentation of invoices to support any other direct
costs to be incurred that are not included above (e.g., bonds, mobilization,
permits, etc.)
Production Rates: Provide actual hours of performance, on a daily basis, for
each labor classification and for each piece of equipment.
Subcontract Costs: Provide supporting data as required above.
Markup and percentages to be used for developing future unit costs:
SEMA shall develop markup and rate schedules for labor classifications
(foreman, laborer, concrete finisher, formworker, carpenter, etc.) and different
types of equipment that may be used (skidsteer, excavators, loaders, blade,
tandem and other hauling equipment, etc.).
These markups and rate schedules shall be used by the CM/GC and City when
determining and calculating unit prices. Percentages and unit rates larger than
the submitted rates shall not be allowed without an amendment to the Master
Agreement.
Overhead: Identify overhead rates and list the types of costs that are included in
overhead.
Profit: Include a reasonable profit reflecting the efficiency and economy of SEMA
and subcontractors in performing the work, the contract risk type, the work
difficulty, and management effectiveness.
Markup: List any markup cost for subcontractors or other items. Provide backup
information as requested for a breakdown and justification of markup expenses.
Preconstruction rates and estimated hours:
DocuSign Envelope ID: 622EF829-700D-4A81-8A99-8C837EF6FE97
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.
Notice to Proceed is hereby given after all parties have signed this document.
REVIEWED: Date:
Adam Hill, Senior Buyer
ACCEPTANCE: Date:
Gerry Paul, Purchasing Director
(if greater than $60,000)
ACCEPTANCE: Date:
Tim Sellers, Project Manager
SERVICE PROVIDER: Date:
Steven C. Mills, SEMA Construction, Inc
Name Title Rate Estimated
Hours
Activities
Jeff Markle Project Manager 135.00$ 100 Project management
Geoff Mestas Precon./Cost Est. 120.00$ 80 Preconstruction PM and cost estimator
Ben Morales Project Superintendent 105.00$ 100 Constructability reviews
Tyson Geist Traffic Control 85.00$ 40 Phasing and TCD analysis
Total
Hours
Total Amount
320 37,000.00$
Total Amount for Preconstruction Support
Services
DocuSign Envelope ID: 622EF829-700D-4A81-8A99-8C837EF6FE97
5/10/2022
5/10/2022
5/12/2022