Loading...
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