HomeMy WebLinkAboutCHANGE ORDER - BID - 7332 MAX BRT PROJECT (2)System for Award Management
Page 1 of 1
CONCRETE EXPRESS, INC. 2027 W COLFAX AVE
DUNS: 184088763 CAGE Code: 442U2 DENVER, CO, 80204-2331,
Status: Active UNITED STATES
Entity Overview
DUNS: 181088763
Name: CONCRETE EXPRESS, INC.
Doing Business As: CEI
Business Type: Business or Organization
POC Name: None Specified
Registration Status: Active
Expiration Date:06/13/2013
Exclusions
Active Exclusion Records? No
SAM I SYate+n for Award Marugement 1.0
Note to all Users: This is a Federal Government computer system. Use of this
system constitutes consent to monitoring at all limes.
IBM v1.513.20121222-2220
WWW4 ® "'USA.9.9L
�s
https://www.sam.gov/portal/public/SAM/?portal:componentId=66fdb6O2-77f6-4baO-914a-0... 1 /8/2013
Qrna WORK CHANGE DIRECTIVE
TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO:
PROJECT: Mason Corridor - MAX BRT
OWNER: City of Fort Collins - Engineering Department
ENGINEER: Michael Baker Inc.
M
PROJECT NO: 7332
The following additions, deletions, or revisions to the Work have been ordered and authorized:
Description of Work:
(Title of WCD): Maple Intersection Design Changes
This Work Change Directive (WCD) adds design changes to the contract for the Maple Street
intersection. It includes a new Type R inlet, pipe, manhole, enhanced crosswalks and resetting of
brick pavers. The Contractor shall coordinate and attend a field inspection of the site with the Owner
prior to pricing and proceeding with the work.
To address design enhancements not included in the original design package.
Attachments (List Supporting Documents):
It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the
parties expect a Change Order request for approval to subsequently follow this Work Change Directive.
I �
Ordered By: September 11, 2012
' Owner Date
Recommended By: 4� A-1 September 11, 2012
Comtructim Minager Date
Copy:
Owner
Engineer
Field File - SharePant
WCD008—MAPLE—INTERSECTION_DESIGN-CHANGES-9-11-12 PAGE 1 OF 1
W
to
Enka Keeton
Special Projects Engineer
City of Ft. Collins
281 N. College Avenue
Fort Collins, CO 80522-0580
CCR NUMBER:
028 WCD 008
CEI PROJECT #:
12.009
CONTRACT NUMBER:
7332
CONTRACT DATE:
CONTRACT NAME:
Mason Corridor BRT
DESCRIPTION OF CCR: Pricing to address design changes/additions to Maple and Mason intersection.
MEMO NO.:
MEMO DATE:
COST CODE:
DESCRIPTION
QTY
UNIT
UNIT PRICE
OT
TOTAL
remove sidewalk
15
SY
$ 10.05
$ 150.75
remove curb & gutter
53
LF
$ 4.50
$ 238.50
remove asphalt
30
SY
$ 4.80
$ 144.00
remove concrete
pavement
207
SY
$ 16.80
$ 3,477.60
remove 18" RCP
17
LF
$ 13.20
$ 224.40
HMA patchin
57
SY
$ 48.50
$ 2,764.50
concrete curb ramp
109
SY
$ 72.30
$ 7,880.70
C&G type 2, IB
52
LF
$ 10.24
$ 532.48
C&G, type 2, 1113
0
LF
$ 12.90
$
sidewalk, 6'
87
SY
$ 38.22
$ 3,325.14
utter, type 2, 6' wide
0
LF
$ 24.00
$
concrete pavement -
10.5'
14
SY
$ 51.80
$ 725.20
concrete pavement -10"
special
246
SY
$ 132.72
$ 32,649.12
reset bricks w/ concrete
underlay
50
SY
$ 58.00
$ 2,900.00
18" RCP
14
LF
$ 74.00
$ 1,036.00
type R L5, 5' inlet
1
EA
$ 4,910.00
$ 4,910.00
curbspecial
0
LF
$ 28.00
$
concrete slabspecial
0
SY
$ 285.00
$
remove inlet
1
EA
$ 442.00
$ 442.00
remove manhole
1
EA
$ 440.00
$ 440.00
install 4' MH
1
EA
$ 3.300.00
$ 3,300.00
construction traffic control 5 DAY $ 1,354.00 $ 6,770.00
TOTAL $ 71,910.39
Concrete Express, Inc., requests 5 days for the above contract modifications.
These are all of the visible effects of the above change we see at this time. We reserve the right to
incorporate other changes as they appear in implementing this change. If you have any questions
regarding this change, please feel free to contact me at 303.562.2000.
Sincer
l
rev
Ryan Vckinjon
Proje Ma ger
d itesco Independent Cost Estimate
Date of Estimate: 9-Nov-12
Contract Type: Mason Corridor BRT (Hard Bid)
Existing Contract or PO (Y/N): Y
Description of Goods (A) or Services (B): A
Scope is to address design changes to the Maple Street intersection. An independent estimate through combining an
independent takeoff with unit prices included in the project base bid.
I have obtained the following estimate from;
Published Price List/ Past Pricing (dale) CEI Base Bid Unit Prices MAX-BRT Contract
Engineering or Technical Estimate (performed by)
Independent Third Party Estimate (performed by)
Other(specify)
Cost Estimate Details:
(Estimate calculated in US Dollars)
Cost of Standard Items
DESCRIPTION
ITEM#
QUANTITY
UNIT
UNIT PRICE
TOTAL
Remove Sidewalk
202-00200
15
SV
10.05
7 150.75
Remove Curb and Gutter
202-00203
53
LF
$ 4.50
$ 238.50
Remove Asphalt
202-00220
30
SY
$ 4.80
$ 144.00
Remove Concrete Pavement
202-00210
207
SY
$ 16.80
$ 3,477.60
Remove 18" RCP
202-00035
17
LF
$ 13.20
$ 224.40
HMA Patching
403.00721
57
SY
$ 48.50
$ 2,764.50
Concrete Curb Ramp
608-00010
109
SY
$ 72.30
$ 7,890.70
C&G Type 2, IB
609-21010
52
LF
$ 10.24
$ 532.48
Sidewalk 6'
608-00006
87
SY
$ 38.22
$ 3,325.14
Concrete Pavement 10.5"
412-01050
14
SY
$ 51.80
$ 725.20
Concrete Pavement 10" Special
412-01001
246
SY
$ 132.72
$ 32,649.12
Reset Brick Paver
50
SY
$ 58.00
$ 2,900.00
RCP is"
603-01185
14
LF
$ 74.00
$ 1,036.00
Type R LS 5' Inlet
604.19105
1
EA
$ 4,910.00
$ 4,910.00
Remove Inlet
1
EA
$ 440.00
$ 440.00
Remove MH
2O2-00021
1EA
$ 440.00
$ 440.00
Install 4'MH
604-30005
1
EA
$ 3,300.00
$ 3,300.00
Construction Traffic Control
5
EA
$ 1,354.00
$ 6,770.00
TOTAL
$ 71,908.39
Cost of Services, Repairs, or Non -Standard Items
Itemrrask:
Materials or Work Description
Other Direct
Costs
Labor
Rate $)
Labor
Hours
Labor
Class
Allocated
Overhead
SG&A' Profit
TOTAL
$
Total In
I
I
I
$
•sumo. e.ne,.t w �wu.w. e,e•.+.:
Signature of Preparers
`E r1,
}$ ry {
December 21, 2012
Ms. Erika Keeton, PE
MAX Project Manager
City of Fort Collins — Engineering Dept
281 N. College Ave.
Fort Collins, CO 80524
RE: MAX Bus Rapid Transit Project -
Independent Cost Analysis — CEI CCR No. 28
Maple Intersection Changes —WCD008
MAX Field Construction Office
3000 South College Ave., Suite 201
Fort Collins, CO 80526
fcgov.com/maxconstruction
Delivery by hand
Concrete Express, Inc. (CEI) was directed through Work Change Directive No. 008 (WCD) to add scope
of work changes to the Maple intersection via revision 4 to the construction drawings. This includes
sidewalk, curb, gutter, concrete pavement, traffic control and pipe installation.
In reviewing this request, an independent takeoff of the changed items was prepared, using a comparison
of the original as -bid plan sheets and the newly issued design sheets. Base bid unit prices from the CEI
executed contract were applied to these quantities to arrive at the independent cost estimate totals. This
cost estimate is attached. The estimated cost for the Maple Intersection design changes is $71,908.39.
The documents reviewed included Plan Sheets R132, R70, R139A, R164, D55, and D80, all with a print
date of 8/6/2012. These sheets were compared against their as -bid versions to arrive at the total change
in unit quantities.
I find CEI's Contract Change Request (CCR 28) in the amount of $71,910.39 to be reasonable for the
required change in scope. As such, I recommend acceptance of this additional cost to the contract.
Keith Meyer PE
Constructio Project Manager
CH2M HILL Team
970-988-8605
keith.mever(a)ditescosery ices.com
Cc: job file
Change Management Checklist
Compliance Category
Date
Reviewed
Reference
Initials
Reviewed for compliance with
12/21/12
Modification to base bid scope of
KM
Environmental Assessment
work
Reviewed for construction/safety impacts
12/21/12
Will require additional road
KM
closures
Independent cost estimate prepared
11/09/12
As attached to this memo
KM
Reviewed for PCGA grant compliance
12/21/12
Added to Build Alternative
KM
scope is added to SCC 10.03
Reviewed for real estate impacts/needs
10/15/12
Inside city road right of way
KM
Reviewed for compliance with design
criteria/ADA
htto://v .access-board.aov/ada-aba/ada-
12/21/12
Access ramps per ADA standards
KM
standardstlot.cfm
Title :jMAx oLl ?332 ��� 644_'_�2 £ O'- dE'It _)_
Date:
CONTRACT CHECKLIST FOR NON-COMPETITIVE PROPOSALS (SOLE SOURCE)
Checklist Item
Contract File
Comments
Location
7) Independent Cost Estimate
(,
The City made and documented an
independent cost estimate before receipt of
proposals.
10) Unnecessary Experience and
Excessive Bonding
�J
Unnecessary experience and excessive
bonding requirements were not included in
this solicitation or contract documents.
11) Organizational Conflict of
Interest (OCI)
^J d
If there is an apparent or potential OCI the
solicitation contains provisions to eliminate or
mitigate the conflict (e.g. by inserting a clause
that prohibits the contractor from competing
for the follow-on contract to the current design
or research contact) and OCI Certification is
submitted by the contractor.
12) Arbitrary Action
N t)
There was no arbitrary action in the
procurement process. (An example of
arbitrary action is when award is made to
other than the contractor who most satisfied
all the City requirements as specified in the
solicitation and as evaluated by staff.
13) Brand Name Restrictions
Brand Name or Equal. When it is impractical
Al v
or uneconomical to provide a clear and
accurate description of the technical
requirements of the property to be acquired, a
"brand name or equal" description may be
used to define the performance or other
salient characteristics of a specific type of
property. The City must identify the salient
characteristics of the named brand that
offerors must provide. When using a "brand
name" specification, the City does not need to
reverse -engineer a complicated part to
identify precise measurements or
specifications in order to describe its salient
characteristics. FT A's "Best Practices
Procurement Manual," (BPPM) contains
additional information on preparation of
specifications including examples with
specific language.
14) Geographic Preferences
C)
The solicitation contains no in -State or local
geographic preference except where Federal
statutes mandate or encourage them.
15) Contract Term Limitation
A
The contract period of performance for rolling
/v
stock and replacement parts does not exceed
five (5) years inclusive of options without prior
written FTA approval. For all other types of
contracts, the procurement file contains
evidence that the contract term is based on
sound business judgment.
18) Award to Responsible
Contractor
The City made a determination that it was
Z`
awarding to a responsible contractor
J �J
considering such matters as contractor
integrity, compliance with public policy, record
3
of past performance, and financial and
technical resources.
1. Appropriate Financial, equipment, facility
and personnel. (YIN)
2. Ability to meet delivery schedule. (YIN)
3. Satisfactory period of performance. (YIN)
/
4. Satisfactory record of integrity, not on
declined or suspended listings. (YIN)
5. Receipt of all necessary data from
vendor. (YIN)
19) Sound and Complete Agreement
This contract is a sound and complete
agreement. In addition, it includes remedies
for breach of contract and provisions covering
termination for cause and convenience.
24) Clear, Accurate, and Complete
Specification
�5
A complete, adequate, and realistic
specification or purchased description was
available and included any specifications and
pertinent attachments which define the items
or services sought in order for the bidder to
properly respond.
38) Sole Source if other Award is
Infeasible
o,t C/EIt-
The contract file contains documentation that
award of a contract was infeasible under
small purchase procedures, sealed bids, or
/��t��
competitive proposals and at least one
C
of the following circumstances applies:
(1) The item was available only from a single
source. (Verify prices are no higher than price
for such item by likely customers.)
(2) Public exigency for the requirement did
not permit a delay resulting from a
competitive solicitation.
(3) An emergency for the requirement did not
permit a delay resulting from a competitive
solicitation.
(4) The FT A authorized noncompetitive
negotiations.
(5) Competition was determined inadequate
after solicitation of a number of sources.
39) Cost Analysis Required
Cost analysis and profit negations were
performed (initial award and modifications)
And documented for price reasonableness
was established on the basis of a catalog or
market price of a commercial product sold in
substantial quantities to the general public or
on the basis of prices set by law or regulation.
40) Evaluation of Options
The option quantities or periods contained in
/J/ —
the contractor's bid or offer were evaluated in
order to determine contract award. (To be
eligible for Federal funding, options must be
evaluated as part of the price evaluation of
offers, or must be treated as sole source
awards.
42) Written Record of Procurement
�[
History
The file contains records detailing the history
of this procurement. At a minimum, these
/
cz ly Y 0/✓ I
records include:
(1) the rationale for the method of
procurement,
(2) Selection of contract type,
Y
bf f /V 2 f 5/az,
(3) reasons for contractor selection or
rejection, and
�2 C 'n. i L'f P2
4 the basis for the contract price.
43) Exercise of Options
The grantee exercised an option on this
contract adhering to the terms and conditions
o .
of the option stated in the contract and
/
determined that the option price was better
than prices available in the market or that the
option was a more advantageous offer at the
time the option was exercised.
If an option was not exercised under this
contract, check NA.
44) Out of Scope Changes
5 w`
The grantee amended this contract outside
the scope of the original contract. The
amendment was treated as a sole source
procurement (complying with the FTA
requirements for a justification, cost analysis
and profit negotiation).
46) Advance Payment Provisions
The contractor did not receive an advance
payment utilizing FTA funds and the contract
h/
does not contain advance payment provisions
C)
or, if it did, prior written concurrence was
obtained from FTA.
46) Progress Payment Provisions
The contract contains progress payments
based on costs incurred (as opposed to
percent of completion) and the contract
contains a provision giving the grantee title to
l
property (materials, work in progress, and
finished goods) for which progress payments
are made. The contract may contain other
security in lieu of obtaining title.
I r-5
of 5
47) Time and Materials Contracts
This is a time and materials contract; the
�o
grantee determined that no other type of
contract is suitable; and the contract specifies
a ceiling rice.
48) Cost Plus Percentage of Cost
N�
This is not a cost plus a percentage of cost
type contract.
49) Liquidated Damages Provisions
This contract contains liquidated damages
provisions and the assessment for damages
is specified in the contract at a specific rate
per day for each day of overrun in contract
time.
50) Piggybacking
1) The file contains: Assignability provisions.
2) The procurement file contains: Price
reasonableness determination.
56) Clauses
�CS
This contract contains the appropriate FTA
required clauses.
Excluded Parties Search
EPS run and include in the file.
�5
CHANGE ORDER NO. 02
PROJECT TITLE:
CONTRACTOR:
PROJECT NUMBER:
PURCHASE ORDER NO.
DESCRIPTION:
1. Reason for change:
Mason Corridor - MAX BRT
Concrete Express, Inc.
7332 (CEI project no. 12-009)
9124039
Maple Intersection Design Changes
This change order adds enhanced crosswalks, curb, gutter and sidewalk, drainage and other site
improvements to the Maple Intersection not included in the original MAX BRT bid documents.
2. Description of Change:
This change order includes changes to the crosswalks, curb, gutter, sidewalk, inlets, pipe and paving work at
the Maple Intersection as outlined in WCD008.
3. Change in Contract Cost: $71,910.39
4. Change in Contract Time: calendar days for substantial completion
IF=5 =11calenclar days for final completion
TOTAL APPROVED CHANGE ORDERS
$51,213.91
TOTAL PENDING CHANGE ORDERS
$0.00
TOTAL THIS CHANGE ORDER
$ 71,910.39
TOTAL % OF ORIGINAL CONTRACT, THIS C.O.
0.23%
TOTAL % OF ORIGINAL CONTRACT, ALL C.O.'S
0.39%
ADJUSTED CONTRACT COST
$32,010,003.24
(Assuming all change orders approved)
ACCEPTED BY:
Contractor's Represi
REVIEWED BY:
Construction Manage
APPROVED BY:
City Project Manage
APPROVED BY:
City Engineer
APPROVED BY:
Purchasing Agent over
cc: City Clerk Architect
Contractor Engineer
Project File Purchasing
DATE: / /y
DATE: /-Z- /3
DATE: l - Z -I 'L2
DATE: / .3 - / z
DATE: I
may:
CHANGE ORDER NO. 2
SUPPORTING DOCUMENTATION
Project: Mason Corridor — MAX BRT
Project No. 7332 (CEI project #12-009)
Date: January 2, 2013
Description of Change:
MAX Field Construction Office
3000 South College Ave., Suite 201
Fort Collins, CO 80526
fcgov.com/maxconstruction
This change order adds intersection improvements to the Maple Street intersection as part of the MAX BRT project.
This work was authorized through work change directive (WCD) 008. WCDO08 is hereby incorporated by reference
and included as attached.
Change in Contract Value:
The contract value is being increased by $71,910.39. Please see attached pending issues log summary and work
change directive(s) as summarized in the table(s) below.
Work.Change Directives
Item Number
Description
Contract Value
WCDO08
Maple Intersection design changes
$71,910.39
Total Work Change Directives:
$71,910.39
Total Contract Change — this change order
Total Change Order: $71,910.39
Change in Contract Time:
Contract time changes associated with this change order are summarized below.
Contract Time'Summary
Original Substantial Completion Date:
Januaryl,2014
Original Final Completion Date:
January
31, 2014
Days added change order 2):
5 calendar
Revised Substantial Completion Date:
January
6, 2014
Revised Final Completion Date:
February
5, 2014
Page 1 of 1
Pending Issues Log
Maio
Date: 12/24/12
Ref. No.
Spec Section
Item Description
Requested
Amount
Status
W CD001
604
Chan a from 8-ft dia to 60 dia MH 8.1
7/312012
($883.00)
requested by CEI; credit to contract
W CD002
403
Acid asphalt patching depth - Laurel to Maple 6"to 10'
7/312012
5132,163.03
change from 6" depth to 10" depth; all SG versus S in bid
WCD003
630
Temporary fencing - BNSF work
7/182012
$16,401.90
ordered for duration of BNSF closure; duration not speofically defined in proposal from sub
WCD004
n1a
Insurance adjustment $2M/$6M to$5M/$10M
7/17J2012
$3,957.00
BNSF protective liability insurance for CEI contrail $14M in ROW
WCD005
630
Time and Material traffic control for BNSF work downtown
7/12/2012
$147,562.78
traffic control for downtown BNSF rail replacement work
WCD006
403
Atltl temp crossings a Oak, Mountain and Laporto
802012
$885.00
RAP at Oak; HMA at Mountain andLaporte; partially paid at unit prices
WCD007
412
1 Enhanced Crosswalk changes Laurel North
822012
$0.00
1 change to all dual colored crosswalks north of Laurel; no cost change
WCD008
412; 603
Changes to Maple Intersection
9/11/2012
$71.910.39
temp pedestrian crossing; intersectim crosswalks; add to base bid
WCD009
630
S eclat signs - BNSF closure
7/16/2012
$9,068.00
specialty signs for BNSF closure
WCD010
208
Erosion Logs 8995 EA
8113/2012
$24,826,20
40,08: 208-00005: missed in final bid tab
WCD0ll
403
HMA Patchm -273 SY
8113/2012
$0.00
10,02; 403-00721; added quantity after bidopening; quantity art of asphalt patching downtown
W CD012
603
Storm drain line J changes
820/2012
$0.00
Gracie and alignment changes for storm line J; Mason - Old Main to Laurel; unit prices
WCD013
608,609
Site changes at Industrial Sciences
820/2012
$31,225.68
Charges to sidewalk, paving at Industrial Sciences
WCD014
n/a
BNSF Railroad ballast grading
8222012
$10,000.00
TSM work to grade RR ballast; curb support options
WCD015
603
Storm drain line B1-1 changes
9142012
$19,812.00
Design changes to storm line B7-1; FCLW D utility conflict
WC0016
608
Olive Station Site Charges
9/11/2012
$3,500,00
Add stairs; retaining wall changes CM to issue WCD
WC0017
608
Toe wall change at Trodman Station
10/9/2012
$2,000,00
Add toe wall to Troutman walk; CM to issue WCD
WCD018
604
Storm line CI-2 design chanes
10/122012
$0,00
design chana only; paid for A contract unit prices
WCD019
604
Storm line B3A design changes
10272012
arch pipe deleted; replaced with HERCP; grade and manhole changes
WCD020
Div 26
Electrical site plan changes
12/112012
CM to issue WCD
WCD021
Div 3
Light Pole foundation change
10262012
credi4 CM to issue WCD
WCD022
202
PSCO Demestrudon scope of work change
10282012
credit
WCD023
619
Stamm Line Ft-1; has specification changes
12242012
CM to issue WCD
WCD024
603
Storm Line B1-1 manhole addition
10/302012
Pending rich ; unit price MH
WCD025
We
Soil Stabilization - Statim 63+00
11/62012
WC0026
603
B4-1 realignment and site grading
11272012
WC0027
603
82-3 design change
12/102012
$0,00
WCD028
Div?
MuthStator, panel art
CMtoissue WCD
WCD029
412
Guideway racing and Muth change to STC
1202012
$10.000.00
placeholder value for budget firm up cast; paid through unit prices
Pending
Billboard Relocation
at Hors,dooth and Prospect
Change to power service at stations
Change from 100A to 60A; two locations
Storm Line I1-1 deletion
per request from CSU; keep inlet and some pipe removal
Potholi.q Overrun
$182,000.00
Projected to be around 1,000 hrs vs 350 in bid
Acid depth of concrete s -in at Mountain
Delete fining from contract
credit
Delete H2O load rated vaults from contract (MIS dud bank)
credit
Pending Issues Log
may:
7332
Date: 12/24/12
Ref. No.
Spec Section
Item Description
Requested
uested
Amount
$IMUs
Reset fence in Segment 1
Grading and millings installation at Troutman
Delete waterline lemming atH-1
Add allowance for specialty signs
$20,000.00
Change Order #1 Subtotal (W CDs): $333 980.91
Change Order#2 Subtotal(WCDs): $71910.39*
Change Order #3 Subtotal (W CDs): $51,037.68
needs action by CM
= needs action by Contractor
' Change Order #1 Items
= Change Order #2 items
' Change Order #3Items