Loading...
HomeMy WebLinkAboutCHANGE ORDER - BID - 7332 MAX BRT PROJECT (7)US PROJECT TITLE: CONTRACTOR: PROJECT NUMBER: PURCHASE ORDER NO.: DESCRIPTION: 1. Reason for change: CHANGE ORDER NO. 04 Mason Corridor - MAX BRT Concrete Express, Inc. 7332 (CEI project no. 12-009) 9124039 Downtown Street Maintenance This work is being added to the CEI contract to assist the Streets Department with their 2013 Maintenance Program. By adding this work to the CEI contract, the City has combined work into a more efficient delivery thus taking advantage of existing traffic control utilized by the MAX BRT project and minimizing disruptions to the downtown businesses. This contract change also offers better schedule and cost control for work performed in the downtown area without introduction of another contractor to perform this work. 2. Description of Change: This change order adds curb, gutter, sidewalk, asphalt, concrete and other miscellaneous maintenance repairs from Laurel Street to Cherry Street in Downtown Fort Collins. The work authorized through this change order is paid for at established contract unit prices as bid in the MAX BRT contract. A summary of the quantities, prices and overall cost is attached to this change order. 3. Change in Contract Cost: $220,240.42 4. Change in Contract Time: 0 calendar days for substantial completion 0 calendar days for final completion TOTAL APPROVED CHANGE ORDERS TOTAL PENDING CHANGE ORDERS TOTAL THIS CHANGE ORDER TOTAL % OF ORIGINAL CONTRACT, THIS C.O. TOTAL % OF ORIGINAL CONTRACT, ALL C.O.'S ADJUSTED CONTRACT COST (Assuming all change orders ACCEPTED BY: Contractor's Represe REVIEWED BY: Construction Manage APPROVED BY: ( City Project Manager APPROVED BY: City Engineer APPROVED BY: Purchasing Agent over cc: City Clerk Architect Contractor Engineer Project File Purchasing 0.69% 1.24% $32,281,281.34 DATE: . DATE: -DATE: 3 o �3 DATE: 3 DATE: 15) Contract Term Limitation The contract period of performance for rolling stock and replacement parts does not exceed five (5) years inclusive of options without prior NA written FTA approval. For all other types of contracts, the procurement file contains evidence that the contract term is based on sound business 'ud ment. 18) Award to Responsible Contractor The City made a determination that it was awarding to a responsible contractor considering such matters as contractor integrity, compliance with public policy, record of past performance, and financial and 1. Y technical resources. 2. Y 1. Appropriate Financial, equipment, facility 3. Y and personnel. (Y/N) 4. Y 2. Ability to meet delivery schedule. (Y/N) 5.Y 3. Satisfactory period of performance. (Y/N) 4. Satisfactory record of integrity, not on declined or suspended listings. (Y/N) 5. Receipt of all necessary data from vendor. (Y/N) 19) Sound and Complete Agreement This contract is a sound and complete agreement. In addition, it includes remedies YES CHANGE ORDER for breach of contract and provisions covering termination for cause and convenience. 24) Clear, Accurate, and Complete Specification A complete, adequate, and realistic specification or purchased description was YES 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 The contract file contains documentation that award of a contract was infeasible under small purchase procedures, sealed bids, or competitive proposals and at least one 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.) CHANGE ORDER (2) Public exigency for the requirement did CONTRACTOR IS CEI 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 YES 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 the contractor's bid or offer were evaluated in order to determine contract award. (To be NA 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 YES ORIGINALLY SELECTED of this procurement. At a minimum, these BY BID PROCESS records include: CONTRACTOR HAS BEEN (1) the rationale for the method of RESPONSIVE AND PRICES procurement, ARE FROM EXISTING LINE (2) Selection of contract type, (3) reasons for contractor selection or ITEM PRICING FROM BID rejection, and 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 of the option stated in the contract and determined that the option price was better NO 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 The grantee amended this contract outside the scope of the original contract. The YES, THE WORK IS OUTSIDE amendment was treated as a sole source THE ORIGINAL AGREEMENT procurement (complying with the FTA requirements for a justification, cost analysis and profit negotiation). 45) Advance Payment Provisions The contractor did not receive an advance payment utilizing FTA funds and the contract NO does not contain advance payment provisions 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 YES 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. 47) Time and Materials Contracts This is a time and materials contract; the grantee determined that no other type of NO contract is suitable; and the contract specifies a ceiling rice. 48) Cost Plus Percentage of Cost This is not a cost plus a percentage of cost NO type contract. 49) Liquidated Damages Provisions This contract contains liquidated damages provisions and the assessment for damages NO 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. NO 2) The procurement file contains: Price reasonableness determination. 56) Clauses This contract contains the appropriate FTA YES required clauses. Excluded Parties Search EPS run and include in the file. YES System for Award Management Page 1 of 1 CONCRETE EXPRESS, INC. DUNS: 184088763 CAGE Code: 442U2 Status: Active Entity Overview Entity Information DUNS: 184088763 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 System for Award Management 1.0 Note to all Users: This is a Federal Government computer system. Use of this system constitutes consent to monitoring at all times. 2027 W COLFAX AVE DENVER, CO, 80204-2331 , UNITED STATES IBM v1.817.20130323-2053 WWW1 https://www. sam.gov/portal/public/SAM/?portal:componentld=7cbf8635-61 f6-41 ff-bfb6-2... 3/27/2013 cityo Fort Collins Independent Cost Estimate Date of Estimate: 27-Mar-13 Contract Type: T&M Egsling Contract or PO (YIN): Y Description of Goods (A) or Services (i Work includes curb gutter, sidewalk, asphalt, concrete and other micellaneious maintenance reparis from Laurel Street to Cherry Street in Downtown Fort Collins. It is most cost effective to have CEI, the contractor for the MAX Ell provide repairs for this area. Utilizing CEI would be the most beneficial to the COFC in that there cost savings as well as womanly and project consistencies through the downtown corridor. I have obtained the following estimate from; Published Price Ust / Past Pricing (date) Engineering or Technical Estimate (performed by) Kad Craven Independent Third Party Estimate (performed by) Other (specify) Cost Estimate Details: (Estimate calculated in US Dollars) C: t of Standi It.. Product Cost($tea) Cost($lea) Notes/Data Source Delivered No Frei ht Total Cost of. Services, Repairs, or Non -Standard Items Item7Task: Materials or Work. Description Other Direct Quantity Unit Unit Price Allocated Costs Streets Overhead SG&A', Profit TOTAL Aggregate Base Course 183.0 TON $ 23.81 $ 4,356.32 HMA Hand Patching'?IO" - Remove & Replace 33?..0 TON. $ 95.00 $ - 31,540.00 Concrete Sidewalk Culvert - Remove &-Replace 9.0 EA S 1,536.98 $ 13,832.78 Metal Sidewalk Culvert - - Additional 5/8"Plate 8.0 SF $ 149.04 $ 1,192.32 Remove Concrete 330.0 SF $ 1.66 $ 546.48 Apron 8" - Remove & Replace 200.8 SF $ 7.25 $ 1,454.80 Crosspan 8" - Remove & Replace 184.8 SF $ 7.25 $ 1,338.88 Vertical Curb, Gutter, No Sidewalk - Remove & Replace 624.0 LF $ 27.84 $ 17,373.10 Barrier Curb 12" - Remove & Replace 15.0 LF $ 15.53 - $ 232.88 Highback Curb, Gutter, No Sidewalk-- Remove &Replace 1823.0 LF $ 35.19 $ 64,151.37 Pedestrian Access Ramp - Remove & Replace 2322.1 SF $ 7.71 $ 17,905.13 Truncated Dome Panel 255.2 SF $ 41.30 $ 10,538.87 Flatwork 6" - Remove & 3983A SF $ 6.28 Replace -I $ 25,023.63 Replace Flatwork - 1" Additional Depth 1760.0 SF $ 0.72 $ 1,275.12 Colored Concrete San Diego Buff-U Charge 33.0 SF $ 0.93 $ 30.74 Alley Approach 8" - Remove & Replace 809.6 SF $ 7.97 $ 6,452.11 Expansion & Caulking 8.3 LF $ 4.14 $ 34.36 Reset Fla tone 366.0 SF $ 2.07- - $ 757.62 Traffic Control. ESTIMATED 20% 1.0 LS $ 39,607.30 $ 39,607.30 Signature of Prepares ' _,.% TOTAL $ 237,643.78 'W11.E� 1- max CHANGE ORDER NO. 4 SUPPORTING DOCUMENTATION Project: Mason Corridor — MAX BRT Project No. 7332 (CEI project #12-009) Date: March 11, 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 curb, gutter, sidewalk, asphalt, concrete and other miscellaneous maintenance repairs from Laurel Street to Cherry Street in Downtown Fort Collins. This work is being added to the CEI contract to assist the Streets Department with their 2013 Maintenance Program. By adding this work to the CEI contract, the City has combined work into a more efficient delivery thus taking advantage of existing traffic control utilized by the MAX BRT project and minimizing disruptions to the downtown businesses. This contract change also offers better schedule and cost control for work performed in the downtown area without introduction of another contractor to perform this work. The work authorized through this change order is paid for at established contract unit prices as bid in the MAX BRT contract. A summary of the quantities, prices and overall cost is attached to this change order. Change In Contract Value: The contract value is being increased by $220,240.42. Please see attached quantity and unit price cost schedule. Total _Contract Change -.this change Total Change Change Order: $220,240.42 Change in Contract Time: There is no requested change in contract time. The contract time remains as outlined below. Contract Time`Summary Revised Substantial Completion Date (through CO #3): January 8, 2014 Revised Final Completion Date (through CO #3): February 7, 2014 Days added (change order 4): 0 calendar Page 1 of 1 Downtown Street Maintenance - MAX BRT Contract Unit Prices March 11, 2013 Concrete Express, Inc. - Work Change Directive 44 Item No. Description Contract Quantity Unit CEI Unit Price CEI Contract Cost 202-00220 Remove Asphalt 604.0 SY S 4.80 $ 2,899.20 304-06000 ABC CL 6 183.0 TON S 25.75 S 4,712.25 403-00721 HMA Patching (Permanent) 332.0 TON S 146.00 S 48,472.00 604.21 Concrete Sidewalk Culvert - Remove & Replace 9.0 EA $ 1,480.00 S 11,840.00 604.24 Metal Sidewalk Culvert - Additional 518" Plate 8.0 SF $ 40.00 $ 300.00 202-00200 Remove Sidewalk 37.0 SY S 10.05 $ 371.85 2002-00210 Remove Cone Pvmnt 22.0 SY S 16.80 $ 369.60 412-00800 Cone Pavement 8" 22.0 SY $ 52.25 S 1,149.50 2002-00210 Remove Cone Pvmnt 21.0 SY S 16.80 $ 352.80 412-00800 Cone Pavement 8" 21.0 SY S 52.25 $ 1,097.25 202-00203 Remove Curb & Gutter 624.0 LF $ 4.50 $ 2,808.00 609-21020 VCNSW 624.0 LF $ 10.24 $ 6,389.76 202-00203 Remove Curb & Gutter 15.0 LF $ 4.50 S 67.50 609-20010 C&G Type 11 15.0 LF $ 12.00 $ 180.00 202-00203 Remove Curb & Gutter 1823.0 LF $ 4.50 $ 8,203.50 609-71000 Curb Special (Highback) 1823.0 LF $ 28.00 $ 51,044.00 202-00206 Remove Curb Ramp 258.0 SY $ 27.00 $ 6,966.00 608-00010 Cone Curb Ramp 258.0 SY $ 72.30 $ 18,653.40 202-00200 RemoveSidewaik 443.0 SY $ 10.05 $ 4,452.15 608-00006 Concrete Sdwk 6" 443.0 SY $ 38.22 S 16,931.46 N/A Additional depth 1760.0 SF S 0.72 S 1,267.20 N/A Colored Concrete San Diego Buff -Up Charge 33.0 SF $ 1.70 S 56.10 2002-00210 Remove Cone Pvmnt 90.0 SY S 16.80 S 1,512.00 412-00800 Cone Pavement 8" 90.0 SY S 52.25 S 4,702.50 N/A Reset Flagstone / Pavers 366.0 SF $ 2.40 S 878.40 N/A Traffic Control LO LS $ 15,064.00 S 15,064.00 633-00000 Mobilization 0.0 LS $ 9,500.00 TOTAL CONTRACT CHANGE $ 220,240.42 Planning, Development & Transportation Engineering Department 281 North College Avenue P.O. Box 580 Fort Collins, CO 80522.0580 970.221.6605 970.221.6378 - fax fcgo v. com/e ngine enng Memorandum To: Jim O'Neill, Director of Purchasing and Risk Management From: Erika Keeton, Special Projects Engineer Date: March 6, 2013 Re: Justification for Change Order - Concrete Express (MAX BRT Project) Street Maintenance Concrete Repairs on Mason Street Downtown Budgeted Amount: $ 220,000 Background: City Streets Department needs to make concrete repairs on Mason Street between Laurel and Cherry. Engineering already has a number of MAX Bus Rapid Transit project work zones in place under the Concrete Express contract that encompass the same work areas, and will have more in the very near future. After discussing this with the Streets team, I would like to request that CEI be utilized to complete the concrete repairs. • Competitive concrete repair prices — a cost comparison has been completed and the CET unit prices are lower than the existing Street Maintenance contract. In addition, CEI already has in place the necessary railroad insurance, safety training, and permits. • Traffic control cost savings— CEI can utilize MAX traffic control setups to complete portions of the work at no additional expense to the project. This also avoids the difficulties associated with two traffic control companies and two sets of traffic control equipment in the same area. • Warranty Consistency — all repairs would be completed by the same contractor, simplifying the management and repair of any warranty related items in the future. • Schedule Control — CEI is on site and could begin work immediately. This will expedite the completion of the work in the downtown area, and maximize the volume of work that can be completed within existing work zones. • Project Delivery Consistency — all repairs would be managed by the MAX construction management team, which would provide consistent control of the schedule, provide consistent public outreach efforts, and minimize the impacts to citizens due to multiple mobilizations of different contractors. • Achieves SMP Critical Path — It is crucial that Streets complete critical path concrete efforts for their 2013 project this spring. Mason work is not critical path from a Streets perspective, as the paving won't be complete until September. The Phase I and 11 concrete efforts need to start on the critical path projects, not Mason. I believe the amount of $220,240.42 is very reasonable for the work prescribed and as such, 1 recommend approval of this change order. 2 CEr Change Order Proposal Street Malydenance Cost Comparison Concrete Repair- Mason from Laurel to CAeny No. Ma Dasedptlm .._ . Cantram WntRy Unit Street Mabnonenp Unit Stneb Contract Cpt .,_ CEIUNt Pile. _- __. CEI Contract Cost- 1 202-00220 Remove'Asphmt I -604.0 SY S 4.80 S 2,999.20 304.01 Aggregate Base Course 183.0 TON $ 23.81 S 4,356.32 304-06000 ABCCL6 , ; ;1830. TON. $ '25.75 S. 4712.25, 403.01 Tmryoney Patching TON- S 165.60 S, - 403.08 BMA Hand ParL6tg>_IO"-Remove&Replace 332.0 TON S 95.00 S 31.54000---- .40340721 - 1IldAPatchvng(Pmmneet) _ - - -- 332.0 TON 1 Y 146.00 S 48,472.00- 604.21 ConaCe Sidewalk Colvm- Remove&Replace 9.0 EA S 1,536.98 $ 13,832.78 S l.'480.00� S -� 11,940.00. 604.24 Metal Snde.A Cdvm- Additional SB' Plate 8.0 SIF $ . 149.04 S 1,192.32 S 40 W S _-- _ 30Q00' 608.01 Remove Concrete 330.0 SF $ 1.66 $ 546.48. 202-00200 Remov<Sidewalk 370 SY f 10_05 f 37L85 608.03 Apure 8' - Rmrove & Replace 200.8 SF $ 7.25 S 1,454 80 2002-M 10 Remove Conilvtmt ,.22A SY", S ,16.80 �f' 369.60 412'400800'66c Piveeienl8" 220 ;SY52.25' S; 1149.30: 603.04 Croiipm 8'- Remove &Replace 184.8 SF f 7.25 S 1,339.88 a -_ 2002-00210 Remove Come Pvmd, 21.0. SY - S 16.80 $ 352$04 412-00800 Come Pavement 8" - 21.0, SY S, '52.25 ' S I'llm5 608.08 Vernal Curb, (ante; No Sidewalk- Remove & Replace Q4.0 LF $ 27.84 $ 17,373.10 202-00203 Remove Curb RGuner 624.0 LF - - S 4:50 '1', 2,808.00�. 609Q1020 VCNSW ,,614.0 LF S' 10.24 S ,6,389.76� 608.10 Barrier Curb 12' - Rove & Replace 15.0 LF S 15.33 S 232.98 - 202-00203 Removve Curb & Goats - '15.0 LF ., S .4.50 S , 67.50` 609--20010 C&G TypeIl 15.0 - `LF S .. 12.00 S t80.00' 603.13 Fliglabark Cnrt%Gmter. No Sidew"agc- Remove&Replace 1823.0 LF S 35.19 S 64,151.37 2024W203 Reeve Curb& Gutter 1823.0 LF $ 4.50 f. um.50 609;71000 Curb Special(F08MWck) 1823.0 LF $ 28.00. S 51,044.00' 603.14 Pedestdm Access Ratny-Remove&Replace 23221 SIF S 7.71 1 17,905.13 202410'206 Remov Q6Ramp .258.6 SY , f. 27.00 : S. 6,966.00: 6%-MI0 Coac Curb Ramp 258.0 SY $ -: P JO f 18,653:40. 608:16 Tr ncaed Dome Panel 255.2 SF $ 41.30 S 10,538.87 - 6M.18 Ramcnt 6' - Remove & Replace 3983.1 SF $ 6.28 S 25,023.63 , 202-00200 Remove Sidewalk - 1443.0 SY,. 'S 10.03. S' 4452:13! - 605-00006 Coiaiete Sdwk 6- 443.0 .SY f 38.22 S 16,931t46 608.19 RepaceFlawoh-I'Additional3kph 1760.0 SF $ 0.72 S 1r75.12 - - ---- NIA Additional depth 1760.0' SF S 0.72 S 1j67.20 6M.20 Colored Conmae San Diego Bull- Up Chsge 33.0 SF S 0.93 $ 30.74 WA ...._ _. UpOmp - .. Colored Concrete Sae DiegoBuff- - 33.0`._ ! SF. ... _ S '1.70 - 1 5610. 608.23 Alley'ApproacA B'- Remove&Replace 809.6 'SF S 7.97 S 6,452.11 2002-W210 Reviove Cone Pt -- 90.0 SY 3 1680 f 1;512.00. 412-00800 -�- Cone PaYwent 3" - - - - 90.0 - SY S 52.25 S 4,702.50 608.24 Expansion & Caulking 8.3 LF S 4.14 S, 34.36 608.27 React Flagstone 366.0 SF - $ 2.07 S 75762 N/A Reaa.Fligstme/Pavem - - 366.0 SF $ 2.40 $ - - 878.40 630.01 Traffic Control ESITMATED 205f 1.0 (S $ 39,607-30 S 39,607.30 NIA _ ... , Traffic Central ' _ ._ _ .. _ . ;. 10 _.. LS , ". S 15,064.00_ S 15064.00 6J3.00000_ .MobM u -I - S 9,5LL0 - TOTAL ?...:�_ 220.240A2 Poe 1 oft Title: MAX Change Order 4 Date: 3-27-13 CONTRACT CHECKLIST FOR NON-COMPETITIVE PROPOSALS (SOLE SOURCE) Checklist Item Contract File Comments Location 7) Independent Cost Estimate The City made and documented an YES independent cost estimate before receipt of proposals. 10) Unnecessary Experience and Excessive Bonding Unnecessary experience and excessive NO bonding requirements were not included in this solicitation or contract documents. 11) Organizational Conflict of Interest (OCI) If there is an apparent or potential OCI the solicitation contains provisions to eliminate or mitigate the conflict (e.g. by inserting a clause NO 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 There was no arbitrary action in the procurement process. (An example of arbitrary action is when award is made to NO 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 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 NO 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 The solicitation contains no in -State or local NO geographic preference except where Federal statutes mandate or encourage them.