Loading...
HomeMy WebLinkAboutRESPONSE - RFP - 8318 CM/GC FOR COLLEGE & PROSPECT INTERSECTION IMPROVEMENTSSubmitted By: Naranjo Civil Constructors, Inc. : 1863 2nd Avenue : Greeley, CO 80631 Phone: 970.356.7909 : www.naranjocivil.com Proposal for: CONSTRUCTION MANAGER/GENERAL CONTRACTOR (CM/GC) SERVICES RELATED TO CONSTRUCTION OF THE COLLEGE AND PROSPECT INTERSECTION IMPROVEMENTS. June 14, 2016 City of Fort Collins 215 N. Mason Street Fort Collins, CO 80524 Re: 8318 CM/GC Services For College & Prospect Intersection Improvements It is with great pleasure that Naranjo Civil Constructors, Inc. (NCC) submits the attached proposal for 8318 CM/GC Services for College & Prospect Intersection Improvements. NCC has a long and successful relationship delivering projects to the City of Fort Collins and has been successfully delivering CM/GC projects over the last 5 years through its relationship with Urban Drainage and Flood Control District. We are currently under construction of Phase I of River Run Park. River Run Park is a $11,000,000 three year project to improve the South Platte River with in Littleton, Sheridan, and Englewood. The project is being delivered using a CM/GC model very similar to this project. We also have 5 smaller projects with Urban Drainage, currently in the design phase, which are using the same model. Those projects range in size from $400,000 to $1,500,000. NCC is able to provide an exceptional team of highly experienced professionals to provide risk assessment, design review, constructability analysis, cost estimating and contract negotiations. During construction, we feel extremely confident that we will be able to deliver a very high quality, cost competitive product that minimizes impacts to the public, and maximizes the partnering required for the construction of the adjacent stadium project. Thank you for taking the time to consider our proposal. Thanks, John Leone VP/Engineering Manager (970) 397‐7968 GENERAL INFORMATION Firm Name: H&L Concrete Inc., DBA Naranjo Civil Constructors, Inc. Contact Person: John Leone, Engineering Manager Business Address: 1863 2nd Ave., Greeley, CO 80631 Business Phone: 970‐356‐7909 Email: johnjr@naranocivil.com Mobile: 970‐397‐7968 Date Firm Established: February 1987 Have you ever failed to complete any Work awarded to you? Yes X No Have you ever defaulted on a contract? Yes X No Are you debarred by any government agency? Yes X No Have you ever defaulted on a contract? Yes X No Have you ever been assessed liquidated damages on a project? Yes X No STATEMENTS AND ACKNOWLEDGEMENTS This proposal is valid for a period of not less than ninety (90) days from the date of proposal submittal. Addendum #1 is acknowledged. Acknowledged by: _____________________ John Leone, VP Naranjo Civil Constructors, Inc. PROFILE PROJECTS I. 59th Ave – Canal NO. 3 Bridge Replacement Month/Year Complete: January 2013 Project Description: Project was bid as a design build project. Project scope included the demolition of an existing roadway bridge, design and replacement of the roadway bride, and design and installation of a pedestrian bridge. Project Team:  Owner: City of Greeley, Dave Wells (970) 350‐9796  Design Engineer (Contracted by Naranjo): Beam, Longest & Neff, LLC  General Contractor: Naranjo Civil Constructors, Inc. Contractor Personnel:  Project Manager: John Leone, Jerry Naranjo  Project Superintendent: Ron Propp, Herman Naranjo Project Cost Information:  Bid Amount: $493,054.00  Invoiced Amount: $497,17325.  Reason for Increase: Riprap & ECB Added to Stabilize Canal. Claims: None Contract Time:  Contracted completion: 1/5/13.  Actual completion: 1/4/13. II. 8098 Horsetooth & Timberline Intersection Improvements Month/Year Complete: September 29, 2015 Project Description: Project was bid as a design‐bid‐build project. Project involved reconstruction of East Horsetooth Road and South Timberline Road at the intersection and in the immediate vicinity of the intersection. The project included: concrete and asphalt demolition, utility installation and coordination, earthwork, curb and gutter, concrete pavement, asphalt pavement, sidewalks, raised medians, right turn pork chop islands, enhanced crosswalks, erosion control, drainage systems, temporary signal system, and construction traffic control. Traffic control and phasing of the work to accommodate local traffic and proximity to Fort Collins High School were significant factors in this project. Additionally utility installations and relocation coordination were part of the project. Project Team:  Owner: City of Fort Collins, Dan Woodward (970) 416‐4203  Design Engineer: Muller Engineering Co, Inc.  General Contractor: Naranjo Civil Constructors, Inc. Contractor Personnel:  Project Manager: John Leone  Project Superintendent: Ron Propp, Herman Naranjo Project Cost Information:  Bid Amount: $3,304,501.62  Invoiced Amount: $3,394,116.76.  Reason for Increase: Increase primarily due to increased quantities on unit price items. Claims: None Contract Time:  Contracted completion: 10/9/15.  Actual completion: 9/29/15. III. River Vision Schedule B – Florida Ave. & S. Platte River Dr, Denver, CO Month/Year Complete: October 2015 Project Description: Project was bid out among the Urban Drainage & Flood Control District Contractors via their Best Value proposal model. Project selection was based on a combination of price and written proposal. Naranjo Civil Constructors was selected and added to the team at the approximately 70% design level. Naranjo Civil provided constructability and value engineering input as the final design took place. Project scope included the demolition and replacement of grouted boulder drop structures and riffle drop structures, construction of sculpted concrete jetties, concrete trail. Also included removal and replacement of a non‐potable pump station fed from the river. Flows were diverted around the work area using a sheet pile coffer dam. Access to the project was along Platte River Drive and was extremely tight requiring significant traffic control including temporary striping. Access to entire project was from west side of river. East side construction was accessed by constructing a river crossing built from temporary abutments and bridge deck. Project Team:  Owner: Urban Drainage and Flood Control District, Dave Bennetts (303) 455‐6277  Design Engineer: CDM Smith, Brian Murphy (303) 383‐2429  General Contractor: Naranjo Civil Constructors, Inc. Contractor Personnel:  Project Manager: John Leone, Jerry Naranjo  Project Superintendent: Don Shafer Project Cost Information:  Bid Amount: $3,373,961.  Invoiced Amount: $3,594,620.  Reason for Increase: Additional scope was added to the project. Claims: None Contract Time:  Contracted completion: 4/15/15.  Actual completion: 10/1/15.  Time of completion was extended by owner due to unusually high flows that occurred in the South Platte River during the Spring of 2015 which required a work stoppage. IV. 8th Avenue – 16th – 14th Street Month/Year Complete: October 2014 Project Description: Project was bid as a design‐bid‐build project. Project scope included the demolition of concrete and asphalt, installation of an underdrain system in the roadway median, median construction, street lighting, irrigation, and decorative concrete. The area of construction was ROW to ROW along 8th Ave through Downtown Greeley. Construction traffic control was a very significant factor on this project as one lane in each direction was required to stay open at all times. Project Team:  Owner: City of Greeley, Joe Marcisofsky (970) 336‐4124  Design Engineer: BHA Design  General Contractor: Naranjo Civil Constructors, Inc. Contractor Personnel:  Project Manager: John Leone, Jerry Naranjo  Project Superintendent: Ron Propp, Herman Naranjo Project Cost Information:  Bid Amount: $885,623.00  Invoiced Amount: $865,270.70 Claims: None Contract Time:  Contracted completion: October 23, 2014.  Actual completion: October 23, 2014. V. Marcy Gulch at Highlands Ranch Golf Course Month/Year Complete: August 2011 Project Description: Naranjo Civil Constructors Inc. was brought in by Urban Drainage & Flood Control District and Highlands Ranch to evaluate and propose a solution to significant storm damage along Marcy Gulch. Naranjo Civil mobilized and completed an initial $80,000 temporary repair. Following the temporary repair, Naranjo was part of a CM/GC process that designed and completed $2,800,000 worth of repairs and improvements to Marcy Gulch. Naranjo Civil initially provided cost and constructability review and ultimately constructed all of the improvements. The improvements included: installation of multiple in stream drop structures, import and placement of 20,000 CY of earth, and construction of a structural concrete permanent stream crossing. Project Team:  Owner: Urban Drainage & Flood Control District, Laura Kroeger (303) 455‐6277.  Design Engineer: Muller Engineering Co, Inc.  General Contractor: Naranjo Civil Constructors, Inc. Contractor Personnel:  Project Manager: John Leone, Jerry Naranjo  Project Superintendent: Don Shafer Project Cost Information:  Project was constructed in conjunction with design therefore no bid/completion price comparison is available. Final contract amount was approximately $2,800,000. Claims: None Contract Time: N/A KEY PERSONNEL (PROPOSED FOR COLLEGE AND PROSPECT) NCC proposed the following key personnel for this project: Project Manager: John Leone Preconstruction Support Services Manager: John Leone Project Superintendent: Ron Propp In addition to these key personnel listed above, Jerry Naranjo (General Manager) and Herman Naranjo (President) will be available to assist throughout all phases of the project. John Leone 1863 Second Avenue, Greeley, CO 80631 ENGINEERING MANAGER/PROJECT MANAGER Education Bachelor of Science – Chemical Engineering & Petroleum Refining Colorado School of Mines, 1992 Professional Profile and Project Experience Naranjo Civil Constructors, Inc. – Engineering Manager November 2005 – Present Currently responsible for all phases of estimating, contract management and project management. Experience summaries of major responsibilities are as follows:  Estimating. Obtains all quotes from suppliers and subcontractors for approximately 30 projects per month. Manages the database of quotes received over time by supplier by specification. Attends all pre‐bid meetings on behalf of the organization and conducts thorough site investigations to troubleshoot conditions that could possibly impact the cost of construction.  Contract Management. Responsible for getting low‐bid and negotiated work under contract. Responsibilities also include all tasks related to subcontracts, change orders, change of condition cost estimates, and actual vs. budget analysis.  Project Management. Manage projects ranging in size from $40K to $11MM. Track budgets and schedules to ensure successful completion of projects. CPM scheduling, subcontractor management, budgeting. Aggregate Industries, Greeley, Colorado Estimating Manager – 2004‐2005 Served as head estimator and project manager for Aggregate Industries Greeley Contracting Division. Projects ranged in size from $5000 to $5,500,000. Projects included both private and public projects including CDOT projects. Projects estimated and managed included projects with up to 10 subcontractors. Responsible for obtaining all quotes from suppliers and subcontractors, attending all pre‐bid meetings on behalf of the organization, getting subcontractors under contract, and managing projects in the construction phase. J‐2 Contracting Company, Greeley, Colorado Estimator/Project Manager/Owner – 1996‐2004 Responsible for estimating and managing projects totaling $6,000,000 per year. Projects ranged in size from $5000 to $3,300,000. Projects included both private and public projects including CDOT projects. Approximately $2,000,000 of yearly revenue was subcontracted. Responsible for obtaining all quotes from suppliers and subcontractors, attending all pre‐bid meetings on behalf of the organization, getting subcontractors under contract, and managing project in the construction phase. Jerry Naranjo 1863nd Avenue, Greeley, CO 80631 Office: (970) 356 ‐ 7909 Education Bachelor of Science – Engineering – Civil Specialty Colorado School of Mines, 1993 Professional Profile and Project Experience Naranjo Civil Constructors, Inc. – General Manager, Vice –President & Secretary, June 1999 – Present Currently responsible for all phases of project management, design‐build services, estimating, business development, accounting, personnel management, and contract management. Experience summaries of major responsibilities are as follows:  Project Management. Currently responsible for construction projects totaling nearly 15.0 million per year in revenue. Project management tasks include but are not limited to pre‐construction meetings, submittals, materials purchasing, scheduling, utility locates and potholing services, subcontractor management, progress billing, and equipment and manpower allocation. Also serves as the in‐house engineer to troubleshoot technical problems on the plans and in the field, as well as providing surveying and takeoff support to the excavating and concrete crews. Tasked with promoting quality construction, safe working environments and ultimately project profitability.  Design‐Build Services. Offers small‐scale design‐build services to a select group of contractors normally related to drainage structures and solutions related to structural concrete. Design services have been offered using AutoCAD R14, photo/image editors and publishing software to produce high‐end presentation style drawings for ownership review and acceptance. Subsequent “build” services are implemented from design and directly into the field.  Estimating. Obtains all quotes from suppliers and subcontractors for approximately 30 projects per month. Manages the database of quotes received over time by supplier by specification. Attends all pre‐bid meetings on behalf of the organization and conducts thorough site investigations to troubleshoot conditions that could possibly impact the cost of construction.  Business Development. Responsible for assessing new business opportunities via public advertisements for bid, negotiated work with clients, and scanning contacts to develop new leads. Constructs all presentation materials for new client development with several software packages namely, Microsoft Office, Adobe Publisher, and AutoCAD R14.  Accounting. Responsible for tracking all accounting functions including but not limited to A/R, A/P, project cost tracking, payroll, and all federal, state and local taxation issues. Also responsible for monthly, quarterly, and annual financial statements to be submitted to bonding and banking authorities. Also develops budgets and revenue forecasts for internal review.  Personnel Management. Serves as new‐hire screener in charge of selecting qualified applicants for various positions within the organization. Responsible for all new hire reporting to the state as well as all personnel issues related to job performance evaluations, terminations, workman’s compensation claims, and most importantly the redistribution of personnel to optimize crew performance.  Contract Management. Responsible for getting low‐bid and negotiated work under contract. Responsibilities also include all tasks related to subcontracts, change orders, change of condition cost estimates, actual vs. budget analysis, retainage issues, and punchlist management. Serves as the point person for all clients, engineers, and subcontractors. MORRISON KNUDSEN CORPORATION, Denver, Colorado Staff Engineer – 1996‐1999 Served as a Staff Engineer and consultant to the mining and construction industry. Known in the industry to be one of the most advanced users of the Mincom mine planning software. Extensive participation in developing feasibility studies and mine plans in Venezuela and Germany. Also served long‐term consulting contracts for onsite engineering and innovative solutions for BHP New Mexico Operations in Farmington, NM and ALCOA Sandow Mine in Rockdale, Texas. Provided engineering and cost analysis to support potential and ongoing mining and construction projects internal and external to the organization. MORRISON KNUDSEN CORPORATION, Denver, Colorado Interim Office Manager – 1996 ‐ 1997 Responsible for starting the Mining Group’s Denver Office, and developing a solid client base. Responsible for consulting revenues, marketing and development of future business, and the subsequent expansion of the office to include technical staff relocated from San Antonio, Texas. Also responsible for all administrative duties until support structures were in‐place, and operational. MINCOM INC, Denver, Colorado Engineering Consultant – 1995 ‐ 1996 Served as a software consultant to clients in Germany, Texas, New Mexico, and Pennsylvania, Mr. Naranjo developed a strong background in the use of Mincom’s Mine Planning and Geological Modeling Software. He was also heavily involved in marketing and sales, by serving as the company representative for software exhibits in multiple locations. He also completed a short‐term assignment in Brisbane, Australia, working in the software development department, specifically responsible for the specifications and design of Mincom’s user‐friendly GTi environment. MORRISON KNUDSEN CORPORATION, Carlos, Texas Project Engineer–1993 ‐ 1995 Mr. Naranjo provided dragline engineering and design support for a two‐dragline (BE‐1570) open‐pit lignite operation. He was responsible for developing long‐range mine planning, strategic development, and designed and implemented post‐mining topography, including endlake and drainage design. Mr. Naranjo provided daily engineering support to the operations engineer and pit superintendents and completed a temporary assignment as night shift dragline superintendent. He was also responsible for the integration of state‐of‐the‐ art mining‐software solutions in the mining engineering department. Herman Naranjo 1863 Second Avenue, Greeley, CO 80631 Office: (970) 356‐7909 Professional Profile Naranjo Civil Constructors, Inc. Owner and President March 1982 – Present 37 years of experience in Concrete Construction in Colorado. Projects completed include a vast array of civil concrete structures including: urban and rural waterways, complex street and trail reconstruction, municipal concrete, decorative and structural concrete installations. Experience summaries of major responsibilities are as follows:  Project Management and Execution. Directly oversees and manages construction activities in the field for large and technically complex projects. Project management tasks include but are not limited to pre‐ construction meetings, submittals, materials purchasing, scheduling, utility locates and potholing services, subcontractor management, and equipment and manpower allocation. Tasked with promoting quality construction, safe working environments and ultimately project profitability.  Resource Management. Directs labor and equipment allocation on a daily basis to ensure the optimum distribution of resources across all active projects. Oversees all supply‐chain activities to ensure that resources are in place on all projects to successfully complete the work at hand.  Personnel Management. Serves as new‐hire screener in charge of selecting qualified applicants for various positions within the organization. Responsible for personnel issues related to job performance evaluations, coaching and terminations. Recent Project Experience McGinn Ditch Owner Contact: Boulder County Scope of Work: Installation of concrete control structure with fish passage in active stream. Horsetooth/Ziegler Roundabout Project Owner Contact: City of Fort Collins Scope of Work: Construction of 2 –Lane, concrete paved, roundabout. 88th Avenue Widening Owner Contact: City of Arvada Scope of Work: Partial demolition and reconstruction of bridge over feeder stream to Standley Lake to widen the road from 2 to 4 lane. Ron Propp Superintendent EXPERIENCE SUMMARY Ron Propp has over 25 years experience in the Colorado construction industry. Ron Propp is very skilled at managing all types civil construction projects. Mr. Shafer has run several projects from start to finish with experience in all facets of channel and concrete construction including but not limited to surveying, layout, grouted boulder drop structures, sub‐grade excavation and stabilization, rip‐rip placement, storm/sanitary sewer and and overall project management. RECENT PROJECT EXPERIENCE Lakewood Gulch at Harlan Owner Contact: UDFCD Scope of Work: Scope involved bank stabilization, grouted boulder drop structures, boulder walls, concrete inlet and storm pipe. St Vrain River Restoration Owner Contact: Town of Lyons Scope of Work: Design build project to restore approximately 2 miles of St. Vrain Creek through the Town of Lyons. 9th St & 23rd Ave. Intersection Improvements Owner Contact: City of Greeley Scope of Work: Reconstruction of islands at 9th St and 23rd Ave. Including replacement of traffic signals, irrigation, landscaping. Horsetooth & Timberline Intersection Owner Contact: City of Fort Collins Scope of Work: Reconstruction of the intersection of Horsetooth and Timberline. Included concrete paving, asphalt paving, signal replacement, curb gutter and sidewalk. WORK EXPERIENCE Naranjo Civil Constructors, Inc., Greeley, Colorado Superintendent L & M Enterprises Superintendent PROJECT APPROACH Naranjo Civil Constructors brings to this project a team of highly experienced professionals that are capable of managing highly complex civil construction projects. Management Capability Key Project Staff ‐ The management staff we would assign to this project include the following:  John Leone, Engineering Manager. John will be heavily involved both, during the preconstruction phase as Preconstruction Support Services Manager, and during construction as Project Manager. Heavy involvement during both phases of the project will provide continuity to the process.  Ron Propp, Superintendent. Ron will be involved with the project during the preconstruction phase by providing constructability input. During construction Ron will act as Project Superintendent. Ron has over 25 year of civil construction experience and was the Project Superintendent on the Horsetooth and Timberline project completed last year.  Jerry Naranjo – General Manager – Jerry will support this project during the preconstruction phase by providing constructability input. As the General Manager for Naranjo Civil, Jerry takes a personal interest in every Naranjo project and will continually monitor the project to ensure owner satisfaction.  Herman Naranjo, President/Operations Manager – Herman will be involved with this project by providing constructability input. Additionally, Herman oversees all aspect of quality control for the company and will ensure that a high quality project is delivered. Construction Capability One of the biggest benefits that Naranjo Civil can bring to a project is our ability to perform a significant number of trades. Our ability to self‐perform such a broad scope of work helps us control project cost and schedule. The scopes we self‐perform are: Earthwork, Demolition, Utilities, Dewatering, Sheet Pile Installation, Flatwork Concrete, and Structural Concrete. In addition to the scopes we self‐perform, we also have excellent relationships with numerous subcontractors. For this project we would anticipate subcontracting following trades: Trade Potential Subcontractors Asphalt Milling Alpha Milling, Kehn Asphalt Paving Martin Marietta Traffic Control NCTC Landscaping) Western States Reclamation, Consolidated Divisions, Inc. Medium Diameter Storm Pipe Naranjo Civil Constructors has significant experience with storm sewer pipe installation. As a prequalified contractor with both Urban Drainage and Flood Control District and with Southeast Metro Stormwater Authority (SEMSWA) many of our projects have storm sewer work associated with them. Recently completed medium diameter storm sewer projects include: Project Name: Littles Creek @ Geddes Ave. Owner: SEMSWA (Scott Palmer: (303) 858‐8844) Scope: 575 LF of 36” Diameter RCP in an existing roadway. Project Name: Eldorado Springs Community Ditch Owner: FRICO (James Koehler, owners rep (303) 679‐4820) Scope: 2295 LF of 6’x5’ precast concrete box culvert. Approach to CM/GC Naranjo’s approach to CM/GC contacts is to keep continuity throughout the process. The same key personnel that are involved during preconstruction will continue with the project throughout the construction phase. This ensures that input provided during the design phase benefits the project during the construction phase. One of the keys to success of this project is coordination with CSU and their contractors. Naranjo Civil has a wealth of experience on projects with multiple owners and project partners. It is not unusual for us to have 3 or more project partners on any one of our Urban Drainage Projects. We are currently working on an $11MM project that includes: Urban Drainage, City of Sheridan, City of Englewood, South Suburban Parks and Recreation, Arapahoe County Open Space, and the Colorado Water Conservancy Board as project partners. We have developed an extremely good relationship with all of these partners. Approach Specific to this Project Naranjo Civil Constructors intends to approach this project in a very similar manner to the approach that was taken on the Horsetooth and Timberline Project. The duration of the overall project can be minimized by allowing a closure of Prospects East and West legs with a short term overlap during which time both legs will be closed simultaneously. Our intention would be to delay the closure until mid‐February to allow temperatures to begin to rise so that asphalt patching can take place during the closure. Additionally, the concrete work will require less significant winter protection measures during that time frame. Attached is a very general schedule showing anticipated closure lengths and overall construction schedule. ID Task Name Duration Start Finish 1 College and Prospect Intersection 96 days Mon 1/16/17 Mon 5/29/17 2 Mobilization 1 day Mon 1/16/17 Mon 1/16/17 3 Work that can be done with minor traffic impacts 20 days Tue 1/17/17 Mon 2/13/17 4 Close East Leg of Prospect ‐ Work includes storm sewer followed by median work. 40 days Tue 2/14/17 Mon 4/10/17 5 Close West Leg of Prospect ‐ Work includes storm sewer followed by median work. 20 days Tue 3/28/17 Mon 4/24/17 6 Remaining Concrete work not completed during closure. 15 days Tue 4/25/17 Mon 5/15/17 7 Asphalt Mill, Overlay, Toplift 10 days Tue 5/16/17 Mon 5/29/17 S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W Jan 15, '17 Jan 22, '17 Jan 29, '17 Feb 5, '17 Feb 12, '17 Feb 19, '17 Feb 26, '17 Mar 5, '17 Mar 12, '17 Mar 19, '17 Mar 26, '17 Apr 2, '17 Apr 9, '17 Apr 16, '17 Apr 23, '17 Apr 30, '17 May 7, '17 May 14, '17 May 21, '17 May 28, Task Split Milestone Summary Project Summary External Tasks External Milestone Inactive Task Inactive Milestone Inactive Summary Manual Task Duration‐only Manual Summary Rollup Manual Summary Start‐only Finish‐only Deadline Progress Page 1 Project: Project1 Date: Mon 6/13/16 COST PROPOSAL AND APPROACH TO UNIT PRICES The following pages include our unit price proposal (Attachment #3) complete with assumptions and potential risk factors. We are comfortable that these unit prices are competitive in the current market and will remain reasonably accurate during final contract negotiations. Our approach to generating new unit prices not covered by this proposal will be to calculate our labor and equipment costs based on reasonable assumed production rates. We will then add direct material costs. We will take the total labor, equipment & direct costs and add 12% to cover indirects (equipment depreciation, shop costs, small tools, bond, crew trucks, etc.), add 12% to cover G&A, and add 8% for profit. We will be happy to share as much detail regarding our calculations during the negotiations as the City deems necessary. Ultimately we all share the same goal, to realize a project that is delivered on time, within budget, produces minimal inconvenience to the public, and provides fair compensation for the contractor. We intend to honor that goal during all phases of the project. CITY OF FORT COLLINS RFP 8318– CMGC PROSPECT AND COLLEGE INTERSECTION IMPROVEMENTS 1 Attachment 3 - Unit Price Cost Proposal Company: Name: Date: The proposer shall complete the following Unit Price Cost Proposal and supporting Unit Price Approaches as a part of its Proposal based on your understanding of the project from the information provided with this RFP and its supporting materials. Pricing shall be based on the following: - Proposers understanding of the project and the current plan set - The City of Fort Collins’ construction contract General Provisions including the EJCDC and supplementary conditions - Contract Provisions (Attachment 4) - The current edition of the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction - City of Fort Collins Development Construction Standards for Water, Wasterwater and Stormwater, dated December 2011. Contractor may request a copy from Andrew Gingerich, P.E. at agingerich@fcgov.com or 970-221-6232. - Larimer County Urban Area Street Standards (LCUASS) Item No. Description Estimated Quantity Unit Unit Price Amount 1 Mobilization 1 LS 2 Clearing and Grubbing 1 LS 3 Removal of Pipe 1266 LF 4 Unclassified Excavation 1300 CY 5 Aggregate Base Course (Class 6) (12”) 2832 SY 6 HMA (Grading SX) (100) (PG 64-28) (3" Top Lift and Overlay) 1017 Ton 7 HMA (Grading S) (100) (PG 64-22) (7" Full Depth and Patching) 664 Ton 8 Concrete Pavement (10”) 499 SY 9 Concrete Pavement (Fast Track) (10”) 406 SY 10 Concrete Pavement (Special) (10”) 303 SY 11 Concrete Sidewalk 778 SY 12 18” Reinforced Concrete Pipe (CIP) 659 LF 13 24” Reinforced Concrete Pipe (CIP) 136 LF 14 36” Reinforced Concrete Pipe (CIP) 538 LF 15 48” Reinforced Concrete Pipe (CIP) 60 LF 16 Inlet Type 13 Combo 3 Ea 17 Inlet Type R (5 foot) 3 Ea 18 Inlet Type R (10 foot) 1 Ea 19 Concrete Curb and Gutter (Type 2) (I-B) 1375 LF 20 Concrete Curb and Gutter (Type 2) (II-B) 940 LF Total Cost Construction Items 21 Preconstruction Support Services 200 Hour Total Cost $169,000.00 $169,000.00 $54,000.00 $ 54,000.00 $22.00 $27,852.00 $24.60 $33,825.00 $27.50 $25,850.00 $5500.00 $16,500.00 CITY OF FORT COLLINS RFP 8318– CMGC PROSPECT AND COLLEGE INTERSECTION IMPROVEMENTS 2 Unit Price Approach - Mobilization Price Components Base Unit Price Overhead Profit Markup (if applicable) Total Price Per LS Dollar Amount $$$ $ Percent %%% Item Number 1: Mobilization Unit prices that are competitive, within a reasonable range of the average, and that are supported by reasonable assumptions and risk discussions will be highly scored. Excessively high or low unit prices in the City’s judgement could result in a lower overall proposal score, unless appropriately justified. Contractor Assumptions: Identify mitigation that may decrease the unit price: Identify amount of quantity change that may justify a change in unit price: Identify Preconstruction Support Services to help manage and reduce risk: 24% 8% The unit price assumes that we are able to obtain a staging area immediatly adjacent to the project site. This could prove somewhat challenging and will likely require significant coordination with CSU and their contractor. Identify risks that may increase the unit price: If a staging area is not available adjacent to the project site the unit price for mobilization could go up since materials would need to be staged off site and brought in daily. Based on the project location we do not anticipate conditions that would lower the unit price. Not applicable. Lump sum unit price. Early coordination with CSU and their contractor. 128,030.30 30,727.27 10,242.43 169,000.00 CITY OF FORT COLLINS RFP 8318– CMGC PROSPECT AND COLLEGE INTERSECTION IMPROVEMENTS 3 Unit Price Approach – Clearing and Grubbing Price Components Base Unit Price Overhead Profit Markup (if applicable) Total Price Per LS Dollar Amount $$$ $ Percent %%% Item Number 2: Clearing and Grubbing Unit prices that are competitive, within a reasonable range of the average, and that are supported by reasonable assumptions and risk discussions will be highly scored. Excessively high or low unit prices in the City’s judgement could result in a lower overall proposal score, unless appropriately justified. Contractor Assumptions: Identify risks that may increase the unit price: Identify mitigation that may decrease the unit price: Identify amount of quantity change that may justify a change in unit price: Identify Preconstruction Support Services to help manage and reduce risk: This item is difficult to assess at this time. The largest variables are the large retaining walls and trees along the property on the north side of Prospect west of Remington. This quote assumes the large pine trees behind the walls are removed and the wall are removed to 2' below current top of sidewalk elevation. The unit price could increase if the wall has a significant footer/foundation that requires full depth removal. Not applicable. Lump sum unit price. Review of any available wall design information during preconstruciton support. 40,909.09 9,818.18 3,272.73 54,000.00 24% 8% CITY OF FORT COLLINS RFP 8318– CMGC PROSPECT AND COLLEGE INTERSECTION IMPROVEMENTS 4 Unit Price Approach – Removal of Pipe Price Components Base Unit Price Overhead Profit Markup (if applicable) Total Price Per LF Dollar Amount $$$ $ Percent %%% Item Number 3: Removal of Pipe Unit prices that are competitive, within a reasonable range of the average, and that are supported by reasonable assumptions and risk discussions will be highly scored. Excessively high or low unit prices in the City’s judgement could result in a lower overall proposal score, unless appropriately justified. Contractor Assumptions: Identify risks that may increase the unit price: Identify mitigation that may decrease the unit price: Identify amount of quantity change that may justify a change in unit price: Identify Preconstruction Support Services to help manage and reduce risk: The primary assumption is that the existing pipe that is being removed is non hazardous. It is also assumed that the pipe is not running paralell and immediatly under other utilities. Based on the depth and location, this situation seems unlikely. If the pipe being removed is hazardous (i.e. Asbetos Cement Pipe) the price would increase due to the cost of mitigation. Additionally, the schedule could be impacted while the hazardous materials are identified and mitigated. It is unlikely that the unit price would decrease, however the overall quantity could decrease if it is determined that sections of the pipe could be abandoned in place using flash fill and plugs. Changes in excess of 30% could result in unit price adjustments. 16.67 4.00 1.33 22.00 24% 8% Potholing of existing pipe and utilities prior to construction could help identify any conflicts or hazardous material concerns early. Early identificatoin would greatly minimize impacts to the schedule. CITY OF FORT COLLINS RFP 8318– CMGC PROSPECT AND COLLEGE INTERSECTION IMPROVEMENTS 5 Unit Price Approach - Unclassified Excavation Price Components Base Unit Price Overhead Profit Markup (if applicable) Total Price Per CY Dollar Amount $$$ $ Percent %%% Item Number 4: Unclassified Excavation Unit prices that are competitive, within a reasonable range of the average, and that are supported by reasonable assumptions and risk discussions will be highly scored. Excessively high or low unit prices in the City’s judgement could result in a lower overall proposal score, unless appropriately justified. Contractor Assumptions: Identify risks that may increase the unit price: Identify mitigation that may decrease the unit price: Identify amount of quantity change that may justify a change in unit price: Identify Preconstruction Support Services to help manage and reduce risk: This unit price assumes that 50% of the unclassified excavation material remains on site as embankment and 50% is disposed of offsite. Additionally the special conditions indicate that potholing is incidental to the item. On a project like this we would anticipate significant potholing. Price assumes 100hours of potholing. The low unclassified excavation quantity coupled with the potholing makes the unit price appear very inflated. The largest risk to the earthwork item is the possibility of encountering soils that are unsuitable for embankment or needing to perform muck excavation to stabilize the subgrade. If those conditions exist, a muck excavation and borrow items would need to be included in the project. Any change to the assumption that 50% of the quantity needs to removed from the site would warrent a change to the unit price. The change in unit price could be a decrease or increase. Anything that can be done to reduce the amount of dirt hauled from the site could potentially reduce the unit price. Assist with obtaining soils report, and preliminary potholing to obtain as much information about existing utilities and subgrade conditions as possible prior to construction. 24% 8% 29.55 7.09 2.36 39.00 CITY OF FORT COLLINS RFP 8318– CMGC PROSPECT AND COLLEGE INTERSECTION IMPROVEMENTS 6 Unit Price Approach - Aggregate Base Course (Class 6) Price Components Base Unit Price Overhead Profit Markup (if applicable) Total Price Per SY Dollar Amount $$$$$ Percent %%% Item Number 5: Aggregate Base Course (Class 6) Unit prices that are competitive, within a reasonable range of the average, and that are supported by reasonable assumptions and risk discussions will be highly scored. Excessively high or low unit prices in the City’s judgement could result in a lower overall proposal score, unless appropriately justified. Contractor Assumptions: Identify risks that may increase the unit price: Identify mitigation that may decrease the unit price: Identify amount of quantity change that may justify a change in unit price: Identify Preconstruction Support Services to help manage and reduce risk: Aggregate base course in Northern Colorado is becoming increasingly difficult to obtain and therefore is subject to pricing and availability pressures. We have spoken to Martin Marietta regarding this concern and with some early planning and commitment to the material should be able to be made and obtained locally. The proposed unit price assumes we are able to obtain the material at a cost of $15.00/Ton delivered to the job site. Should aggregate base course become more difficult to obtain in Northern Colorado, the material price could increase beyond our assumption. Early planning and good communicatoin with local suppliers could possibly decrease the unit price or at least hold it steady. Changes in excess of 30% could result in unit price adjustments. Early identification of the quantity needed and early procurement will reduce the risk. 24% 8% 16.74 4.02 1.34 22.10 CITY OF FORT COLLINS RFP 8318– CMGC PROSPECT AND COLLEGE INTERSECTION IMPROVEMENTS 7 Unit Price Approach - HMA (Grading SX) (100) (PG 64-28) (3" Top Lift and Overlay) Price Components Base Unit Price Overhead Profit Markup (if applicable) Total Price Per Ton Dollar Amount $$$$$ Percent %%% Item Number 6: HMA (Grading SX) (100) (PG 64-28) (3" Top Lift and Overlay) Unit prices that are competitive, within a reasonable range of the average, and that are supported by reasonable assumptions and risk discussions will be highly scored. Excessively high or low unit prices in the City’s judgement could result in a lower overall proposal score, unless appropriately justified. Price Assumes a quote from Martin Marietta of approximately $91.30/ton placed. Identify risks that may increase the unit price: Identify mitigation that may decrease the unit price: Identify amount of quantity change that may justify a change in unit price: Identify Preconstruction Support Services to help manage and reduce risk: Contractor Assumptions: If the placement of the modified binder cannot be coordinated with other projects due to schedule constraints, the unit price may increase. It is unlikely the unit price will decrease unless materials cost come down during design. Changes in excess of 25% could result in unit price adjustments. Early coordination with the asphalt supplier will maximize the chance of coordinating placement on this project with other projects in the area. 91.30 9.13 4.57 10 5 105.00 The modified binder (PG 64-28) is will not be readily available until June. In order to provide the material cost effectively, placement of the modified asphalt mix will need to be coordinated with other projects in the area that required the same binder. We do not anticipate this being an issue, it will just need close coordination to meet the desired schedule. CITY OF FORT COLLINS RFP 8318– CMGC PROSPECT AND COLLEGE INTERSECTION IMPROVEMENTS 8 Unit Price Approach - HMA (Grading S) (100) (PG 64-22) (7" Full Depth and Patching) Price Components Base Unit Price Overhead Profit Markup (if applicable) Total Price Per Ton Dollar Amount $$$$$ Percent %%% Item Number 7: HMA (Grading S) (100) (PG 64-22) (7" Full Depth and Patching) Unit prices that are competitive, within a reasonable range of the average, and that are supported by reasonable assumptions and risk discussions will be highly scored. Excessively high or low unit prices in the City’s judgement could result in a lower overall proposal score, unless appropriately justified. Contractor Assumptions: Identify risks that may increase the unit price: Identify mitigation that may decrease the unit price: Identify amount of quantity change that may justify a change in unit price: 138.40 15.53 11.07 11.22 8 Price Assumes a quote from Martin Marietta of approximately $119/ton placed. Prep by Naranjo Civil. 165.00 Material price increases could result in a higher unit price from the supplier. At this time asphalt prices seem fairly stable and have even decreased in the last year. Significant decreases in material prices could result in a decrease in unit price. Changes in excess of 25% could result in unit price adjustments. Identify Preconstruction Support Services to help manage and reduce risk: This item contains fairly minimal risk. We do not anticipate preconstruction support services doing much to minimize risk. CITY OF FORT COLLINS RFP 8318– CMGC PROSPECT AND COLLEGE INTERSECTION IMPROVEMENTS 9 Unit Price Approach - Concrete Pavement (10”) Price Components Base Unit Price Overhead Profit Markup (if applicable) Total Price Per SY Dollar Amount $$$$$ Percent %%% Item Number 8: Concrete Pavement (10”) Unit prices that are competitive, within a reasonable range of the average, and that are supported by reasonable assumptions and risk discussions will be highly scored. Excessively high or low unit prices in the City’s judgement could result in a lower overall proposal score, unless appropriately justified. Contractor Assumptions: Identify risks that may increase the unit price: Identify mitigation that may decrease the unit price: Identify amount of quantity change that may justify a change in unit price: Identify Preconstruction Support Services to help manage and reduce risk: This item contains fairly minimal risk. We do not anticipate preconstruction support services doing much to minimize risk. Changes in excess of 25% could result in unit price adjustments. Significant decreases in material prices could result in a decrease in unit price. This is unlikely. Material price increases could result in a higher unit price. At this time concrete prices seem to be increasing at a fairly steady rate each year. We would not anticipate concrete prices to be significantly different than our assumption. Price assumes CDOT Class P concrete to be at approximately $120.00/CY 61.82 14.84 4.94 81.60 24% 8% CITY OF FORT COLLINS RFP 8318– CMGC PROSPECT AND COLLEGE INTERSECTION IMPROVEMENTS 10 Unit Price Approach - Concrete Pavement (Fast Track) (10”) Price Components Base Unit Price Overhead Profit Markup (if applicable) Total Price Per SY Dollar Amount $$$$$ Percent %%% Item Number 9: Concrete Pavement (Fast Track) (10”) Unit prices that are competitive, within a reasonable range of the average, and that are supported by reasonable assumptions and risk discussions will be highly scored. Excessively high or low unit prices in the City’s judgement could result in a lower overall proposal score, unless appropriately justified. Contractor Assumptions: Identify risks that may increase the unit price: Identify mitigation that may decrease the unit price: Identify amount of quantity change that may justify a change in unit price: Price assumes CDOT Class E (2500 @ 12HR) concrete to be at approximately $164.00/CY Material price increases could result in a higher unit price. At this time concrete prices seem to be increasing at a fairly steady rate each year. We would not anticipate concrete prices to be significantly different than our assumption. Significant decreases in material prices could result in a decrease in unit price. This is unlikely. Changes in excess of 25% could result in unit price adjustments. Identify Preconstruction Support Services to help manage and reduce risk: This item contains fairly minimal risk. We do not anticipate preconstruction support services doing much to minimize risk. 24% 8% 71.21 17.09 5.70 94.00 CITY OF FORT COLLINS RFP 8318– CMGC PROSPECT AND COLLEGE INTERSECTION IMPROVEMENTS 11 Unit Price Approach - Concrete Pavement (Special) (10”) Price Components Base Unit Price Overhead Profit Markup (if applicable) Total Price Per SY Dollar Amount $$$$$ Percent %%% Item Number 10: Unit Price Approach - Concrete Pavement (Special) (10”) Unit prices that are competitive, within a reasonable range of the average, and that are supported by reasonable assumptions and risk discussions will be highly scored. Excessively high or low unit prices in the City’s judgement could result in a lower overall proposal score, unless appropriately justified. Identify mitigation that may decrease the unit price: Identify amount of quantity change that may justify a change in unit price: 24 8 Contractor Assumptions: Price assumes CDOT Class P concrete to be at approximately $120.00/CY Identify risks that may increase the unit price: Significant decreases in material prices could result in a decrease in unit price. This is unlikely. Changes in excess of 25% could result in unit price adjustments. Identify Preconstruction Support Services to help manage and reduce risk: 98.48 23.64 7.88 130.00 This item contains fairly minimal risk. We do not anticipate preconstruction support services doing much to minimize risk. Material price increases could result in a higher unit price. At this time concrete prices seem to be increasing at a fairly steady rate each year. We would not anticipate concrete prices to be significantly different than our assumption. CITY OF FORT COLLINS RFP 8318– CMGC PROSPECT AND COLLEGE INTERSECTION IMPROVEMENTS 12 Unit Price Approach - Concrete Sidewalk Price Components Base Unit Price Overhead Profit Markup (if applicable) Total Price Per SY Dollar Amount $$$$$ Percent %%% Item Number 11: Concrete Sidewalk Unit prices that are competitive, within a reasonable range of the average, and that are supported by reasonable assumptions and risk discussions will be highly scored. Excessively high or low unit prices in the City’s judgement could result in a lower overall proposal score, unless appropriately justified. Contractor Assumptions: Identify risks that may increase the unit price: Identify mitigation that may decrease the unit price: Identify amount of quantity change that may justify a change in unit price: Price assumes CDOT Class B/D material cost of approximately $120.00/CY Material price increases could result in a higher unit price. At this time concrete prices seem to be increasing at a fairly steady rate each year. We would not anticipate concrete prices to be significantly different than our assumption. Significant decreases in material prices could result in a decrease in unit price. This is unlikely. Changes in excess of 25% could result in unit price adjustments. Identify Preconstruction Support Services to help manage and reduce risk: This item contains fairly minimal risk. We do not anticipate preconstruction support services doing much to minimize risk. 24% 8% 43.94 10.55 3.51 58.00 CITY OF FORT COLLINS RFP 8318– CMGC PROSPECT AND COLLEGE INTERSECTION IMPROVEMENTS 13 Unit Price Approach – 18-Inch Reinforced Concrete Pipe Price Components Base Unit Price Overhead Profit Markup (if applicable) Total Price Per LF Dollar Amount $$$$$ Percent %%% Item Number 12: 18-Inch Reinforced Concrete Pipe Unit prices that are competitive, within a reasonable range of the average, and that are supported by reasonable assumptions and risk discussions will be highly scored. Excessively high or low unit prices in the City’s judgement could result in a lower overall proposal score, unless appropriately justified. Contractor Assumptions: Identify risks that may increase the unit price: Identify mitigation that may decrease the unit price: Identify amount of quantity change that may justify a change in unit price: Identify Preconstruction Support Services to help manage and reduce risk: 24 8 Price assumes pipe depth is approximately 5'-7' per the drawings provided with addendum #1. Given the location of the pipe, it is assumed that there will be a significant number of utility crossings. No additional excavation perpendicular to the trench to lower existing utilities is included. Additionally, it is assumed that backfill can be performed with native material and that flowfill is not required. If the number and type of utility crossing is such that backfill can only performed with flow fill, the unit price for this work would increase. Additionally, if it becomes necessary to lower the system due to utility conflicts, the additional bury depth would increase the unit price. Alternative pipe materials such as ADS HDPE could potentially reduce the unit price. Changes in excess of 30% could result in unit price adjustments. Early identification of utility conflicts through locates and potholling will greatly reduce risk for this item. 70.45 16.91 5.64 93.00 CITY OF FORT COLLINS RFP 8318– CMGC PROSPECT AND COLLEGE INTERSECTION IMPROVEMENTS 14 Unit Price Approach – 24-Inch Reinforced Concrete Pipe Price Components Base Unit Price Overhead Profit Markup (if applicable) Total Price Per LF Dollar Amount $$$$$ Percent %%% Item Number 13: 24-Inch Reinforced Concrete Pipe Unit prices that are competitive, within a reasonable range of the average, and that are supported by reasonable assumptions and risk discussions will be highly scored. Excessively high or low unit prices in the City’s judgement could result in a lower overall proposal score, unless appropriately justified. Contractor Assumptions: Identify risks that may increase the unit price: Identify mitigation that may decrease the unit price: Identify amount of quantity change that may justify a change in unit price: Identify Preconstruction Support Services to help manage and reduce risk: 24 8 Alternative pipe materials such as ADS HDPE could potentially reduce the unit price. Changes in excess of 30% could result in unit price adjustments. Early identification of utility conflicts through locates and potholling will greatly reduce risk for this item. If the number and type of utility crossing is such that backfill can only performed with flow fill, the unit price for this work would increase. Additionally, if it becomes necessary to lower the system due to utility conflicts, the additional bury depth would increase the unit price. Price assumes pipe depth is approximately 5'-7' per the drawings provided with addendum #1. Given the location of the pipe, it is assumed that there will be a significant number of utility crossings. No additional excavation perpendicular to the trench to lower existing utilities is included. Additionally, it is assumed that backfill can be performed with native material and that flowfill is not required. 81.52 19.56 6.52 107.60 CITY OF FORT COLLINS RFP 8318– CMGC PROSPECT AND COLLEGE INTERSECTION IMPROVEMENTS 15 Unit Price Approach – 36-Inch Reinforced Concrete Pipe Price Components Base Unit Price Overhead Profit Markup (if applicable) Total Price Per LF Dollar Amount $$$$$ Percent %%% Item Number 14: 36-Inch Reinforced Concrete Pipe Unit prices that are competitive, within a reasonable range of the average, and that are supported by reasonable assumptions and risk discussions will be highly scored. Excessively high or low unit prices in the City’s judgement could result in a lower overall proposal score, unless appropriately justified. Contractor Assumptions: Price assumes pipe depth is approximately 5'-8' per the drawings provided with addendum #1. Given the location of the pipe, it is assumed that there will be a significant number of utility crossings. No additional excavation perpendicular to the trench to lower existing utilities is included. Additionally, it is assumed that backfill can be performed with native material and that flowfill is not required. Identify risks that may increase the unit price: Identify mitigation that may decrease the unit price: Identify amount of quantity change that may justify a change in unit price: Identify Preconstruction Support Services to help manage and reduce risk: 24 8 Early identification of utility conflicts through locates and potholling will greatly reduce risk for this item. Alternative pipe materials such as ADS HDPE could potentially reduce the unit price. Changes in excess of 30% could result in unit price adjustments. If the number and type of utility crossing is such that backfill can only performed with flow fill, the unit price for this work would increase. Additionally, if it becomes necessary to lower the system due to utility conflicts, the additional bury depth would increase the unit price. 140.91 33.82 11.27 186.00 CITY OF FORT COLLINS RFP 8318– CMGC PROSPECT AND COLLEGE INTERSECTION IMPROVEMENTS 16 Unit Price Approach – 48-Inch Reinforced Concrete Pipe Price Components Base Unit Price Overhead Profit Markup (if applicable) Total Price Per LF Dollar Amount $$$$$ Percent %%% Item Number 15: 48-Inch Reinforced Concrete Pipe Unit prices that are competitive, within a reasonable range of the average, and that are supported by reasonable assumptions and risk discussions will be highly scored. Excessively high or low unit prices in the City’s judgement could result in a lower overall proposal score, unless appropriately justified. Contractor Assumptions: Identify risks that may increase the unit price: Identify mitigation that may decrease the unit price: Identify amount of quantity change that may justify a change in unit price: Identify Preconstruction Support Services to help manage and reduce risk: 24 8 Early identification of utility conflicts through locates and potholling will greatly reduce risk for this item. Alternative pipe materials such as ADS HDPE could potentially reduce the unit price. Changes in excess of 30% could result in unit price adjustments. If the number and type of utility crossing is such that backfill can only performed with flow fill, the unit price for this work would increase. Additionally, if it becomes necessary to lower the system due to utility conflicts, the additional bury depth would increase the unit price. Price assumes pipe depth is approximately 5'-8' per the drawings provided with addendum #1. Given the location of the pipe, it is assumed that there will be a significant number of utility crossings. No additional excavation perpendicular to the trench to lower existing utilities is included. Additionally, it is assumed that backfill can be performed with native material and that flowfill is not required. 177.27 42.55 14.18 234.00 CITY OF FORT COLLINS RFP 8318– CMGC PROSPECT AND COLLEGE INTERSECTION IMPROVEMENTS 17 Unit Price Approach – Inlet Type 13 Combo Price Components Base Unit Price Overhead Profit Markup (if applicable) Total Price Per Ea Dollar Amount $$$$$ Percent %%% Item Number 16: Inlet Type 13 Combo Unit prices that are competitive, within a reasonable range of the average, and that are supported by reasonable assumptions and risk discussions will be highly scored. Excessively high or low unit prices in the City’s judgement could result in a lower overall proposal score, unless appropriately justified. Contractor Assumptions: Identify mitigation that may decrease the unit price: Identify amount of quantity change that may justify a change in unit price: Identify Preconstruction Support Services to help manage and reduce risk: Proposal assumes an inlet depth of approximately 5' per addendum #1 proposed design. It is also assumed that the area is clear of utilities and that hand digging or utility lowering is not required as part of the inlet work. Identify risks that may increase the unit price: The unit price would be increased if utilities are in the immediate vicinity of the inlet. These would increase the cost by requiring hand excavation around the inlet and possibly flowfill backfill. We are proposing to cast the inlets in place. CIP minimizes risk of cost increases due to unknown utilities that are found during excavation after a precast inlet has already been fabricated. This does not specifically decrease the unit price, but helps prevent an increase. Quantity change will have not impact on unit price. Early identification of utility conflicts through locates and potholling will greatly reduce risk for this item.     24 8 CITY OF FORT COLLINS RFP 8318– CMGC PROSPECT AND COLLEGE INTERSECTION IMPROVEMENTS 18 Unit Price Approach – (5 Foot) Inlet Type R Price Components Base Unit Price Overhead Profit Markup (if applicable) Total Price Per Ea Dollar Amount $$$$$ Percent %%% Item Number 17: (5 Foot) Inlet Type R Unit prices that are competitive, within a reasonable range of the average, and that are supported by reasonable assumptions and risk discussions will be highly scored. Excessively high or low unit prices in the City’s judgement could result in a lower overall proposal score, unless appropriately justified. Contractor Assumptions: Identify risks that may increase the unit price: Identify mitigation that may decrease the unit price: Identify amount of quantity change that may justify a change in unit price: Identify Preconstruction Support Services to help manage and reduce risk: Proposal assumes an inlet depth of approximately 5' per addendum #1 proposed design. It is also assumed that the area is clear of utilities and that hand digging or utility lowering is not required as part of the inlet work. The unit price would be increased if utilities are in the immediate vicinity of the inlet. These would increase the cost by requiring hand excavation around the inlet and possibly flowfill backfill. We are proposing to cast the inlets in place. CIP minimizes risk of cost increases due to unknown utilities that are found during excavation after a precast inlet has already been fabricated. This does not specifically decrease the unit price, but helps prevent an increase. Quantity change will have not impact on unit price. Early identification of utility conflicts through locates and potholling will greatly reduce risk for this item. 24 8 4166.67 1000.00 333.33 5500.00 CITY OF FORT COLLINS RFP 8318– CMGC PROSPECT AND COLLEGE INTERSECTION IMPROVEMENTS 19 Unit Price Approach – (10 Foot) Inlet Type R Price Components Base Unit Price Overhead Profit Markup (if applicable) Total Price Per Ea Dollar Amount $$$$$ Percent %%% Item Number 18: (10 Foot) Inlet Type R Unit prices that are competitive, within a reasonable range of the average, and that are supported by reasonable assumptions and risk discussions will be highly scored. Excessively high or low unit prices in the City’s judgement could result in a lower overall proposal score, unless appropriately justified. Contractor Assumptions: Identify mitigation that may decrease the unit price: Identify amount of quantity change that may justify a change in unit price: Identify Preconstruction Support Services to help manage and reduce risk: Proposal assumes an inlet depth of approximately 5' per addendum #1 proposed design. It is also assumed that the area is clear of utilities and that hand digging or utility lowering is not required as part of the inlet work. Identify risks that may increase the unit price: We are proposing to cast the inlets in place. CIP minimizes risk of cost increases due to unknown utilities that are found during excavation after a precast inlet has already been fabricated. This does not specifically decrease the unit price, but helps prevent an increase. Quantity change will have not impact on unit price. Early identification of utility conflicts through locates and potholling will greatly reduce risk for this item. 24 8 5757.58 1381.82 460.60 7600.00 The unit price would be increased if utilities are in the immediate vicinity of the inlet. These would increase the cost by requiring hand excavation around the inlet and possibly flowfill backfill. CITY OF FORT COLLINS RFP 8318– CMGC PROSPECT AND COLLEGE INTERSECTION IMPROVEMENTS 20 Unit Price Approach - Concrete Curb and Gutter (Type 2) (I-B) Price Components Base Unit Price Overhead Profit Markup (if applicable) Total Price Per LF Dollar Amount $$$$$ Percent %%% Item Number 19: Concrete Curb and Gutter (Type 2) (I-B) Unit prices that are competitive, within a reasonable range of the average, and that are supported by reasonable assumptions and risk discussions will be highly scored. Excessively high or low unit prices in the City’s judgement could result in a lower overall proposal score, unless appropriately justified. Contractor Assumptions: Identify risks that may increase the unit price: Identify mitigation that may decrease the unit price: Identify amount of quantity change that may justify a change in unit price: Price assumes CDOT Class B/D material cost of approximately $120.00/CY Material price increases could result in a higher unit price. At this time concrete prices seem to be increasing at a fairly steady rate each year. We would not anticipate concrete prices to be significantly different than our assumption. Significant decreases in material prices could result in a decrease in unit price. This is unlikely. Changes in excess of 25% could result in unit price adjustments. Identify Preconstruction Support Services to help manage and reduce risk: 24% 8% 18.64 4.47 1.49 24.60 This item contains fairly minimal risk. We do not anticipate preconstruction support services doing much to minimize risk. CITY OF FORT COLLINS RFP 8318– CMGC PROSPECT AND COLLEGE INTERSECTION IMPROVEMENTS 21 Unit Price Approach - Concrete Curb and Gutter (Type 2) (II-B) Price Components Base Unit Price Overhead Profit Markup (if applicable) Total Price Per LF Dollar Amount $$$$$ Percent %%% Item Number 20: Concrete Curb and Gutter (Type 2) (II-B) Unit prices that are competitive, within a reasonable range of the average, and that are supported by reasonable assumptions and risk discussions will be highly scored. Excessively high or low unit prices in the City’s judgement could result in a lower overall proposal score, unless appropriately justified. Contractor Assumptions: Identify risks that may increase the unit price: Identify mitigation that may decrease the unit price: Identify amount of quantity change that may justify a change in unit price: Identify Preconstruction Support Services to help manage and reduce risk: Price assumes CDOT Class B/D material cost of approximately $120.00/CY Material price increases could result in a higher unit price. At this time concrete prices seem to be increasing at a fairly steady rate each year. We would not anticipate concrete prices to be significantly different than our assumption. Significant decreases in material prices could result in a decrease in unit price. This is unlikely. Changes in excess of 25% could result in unit price adjustments. This item contains fairly minimal risk. We do not anticipate preconstruction support services doing much to minimize risk. 24% 8% 20.83 5.00 1.67 27.50 CITY OF FORT COLLINS RFP 8318– CMGC PROSPECT AND COLLEGE INTERSECTION IMPROVEMENTS 22 Unit Price Approach – Preconstruction Support Service Item Number 21: Preconstruction Support Services For Preconstruction Support Services provide a breakdown of the total hours identified in the RFP, by individual for staff anticipated to provide the services. Name Title Rate Estimated Hours Activities Total Amount for Preconstruction Support Services Total Hours Total Amount Identify Preconstruction Support Services to help manage and reduce risk: John Leone Preconstruction Support Services Manager $105.00 70 Ron Propp Superintendent $ 95.00 50 Constructability, Risk Identification Jerry Naranjo General Manager $115.00 40 Constructability, Risk Identification, PR Costing, Value Engineering Michael Hamacher Project Engineer $ 95.00 20 Constructability, Risk Identification Herman Naranjo President $115.00 20 Constructability, Risk Identification 200 $20,900.00 Naranjo Civil will provide a team of professional with extensive experience in roadway construction and widenings. We are very familiar with the CM/GC process and feel very storngly that it is a very good project delivery method, especially for a project as complex as this one. Some of the preconstruction services we can provide that will lead to a sucessful project include: 1. Constructability review - Our team intends to be very involved with design team to provide constructability review for the project. Identifying potential issues during the design phase will prevent delays during construction that will not only impact project cost, but project schedule. 2. Potholing - We believe that potholilng during the design phase is critical to a projects sucess. We intend to assist the team with obtaining pothole informatoin. 3. CSU Coordination- We intend to start early dialogue between Naranjo Civil and CSU and its contractors to ensure we have a good working relationship as the project progresses from design to construction. 4. Public Outreach - We intend to make ourselves avaiable as needed to assist with public outreach efforts. TC Subcontractor N/A 5. Subcontractor Participation - We intend to leverage our relationships with subcontractors to get their input during the preconstruction phase. We do not anticipate a cost for their input, however if there does become a cost we are prepared to absorb that cost under our preconstruction services proposal. QUALITY CONTROL AND CONTRACTOR PERFORMANCE One of the primary sources of quality control within the company is the hands on approach ownership takes with every project we are involved in. From start to finish Jerry and Herman Naranjo are involved with every project and take great pride in delivering a high quality product. In addition to internal quality monitoring, Naranjo Civil will very closely coordinate construction activities with the City of Fort Collins Inspector, the Design Engineer, and the City of Fort Collins designated materials testing firm. Naranjo Civil has a long history of producing high quality projects, some of which have received recognition from various agencies. Awards Naranjo Civil projects have received include: PROJECT AWARD YEAR Weir Gulch at The South Platte River ASLA Honor Award for Construction Over $500K 2014 Cherry Creek Valley Ecological Park CASFM Grand Award for Engineering Excellence 2015 Johnson Habitat Park at South Platte River APWA Parks and Trail Large Community 2015 SAFETY RECORD YEAR OSHA REPORTABLE ACCIDENT RATE WORKMAN’S COMP INSURANCE MULTIPLIER 2013 2.20 1.05 2014 2.00 0.97 2015 1.60 0.95 2016 0.63 No projects in the last 5 years have received an OSHA citation. FINANCIAL STATEMENT (Statement Attached) BONDING COMPANY REFERENCE (Letter Attached) INSURANCE COMPANY (Sample Certificate Attached) Insurance Agent Information: Flood and Peterson Insurance, Inc. Attn: Kim Parker PO Box 578, Greeley, CO 80632 (970) 506‐3272 Does coverage meet minimum project requirements? X Yes No Does coverage include builders risk?? Yes X No WE ARE ABLE TO OBTAIN BUILDERS RISK IF REQUIRED. Can this coverage be extended for work on this project? X Yes No Can coverage be increased? X Yes No Can the City be listed as an additional insured? X Yes No Are there any current claims that will affect coverage limits available for this project? Yes X No The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) JECT LOC POLICY PRO- GEN'L AGGREGATE LIMIT APPLIES PER: CLAIMS-MADE OCCUR COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence) $ DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ DED RETENTION $ CLAIMS-MADE OCCUR $ AGGREGATE $ UMBRELLA LIAB EACH OCCURRENCE $ EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS PER STATUTE OTH- ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: INSURED PHONE (A/C, No, Ext): PRODUCER ADDRESS: E-MAIL FAX (A/C, No): CONTACT NAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INS025 (201401) 6/6/2016 Flood and Peterson PO Box 578 Greeley CO 80632 Kim Case, CIC, CPSR (970)356-0123 (970)330-1867 KCase@floodpeterson.com H & L Concrete Inc. Dba:, DBA: Naranjo Civil Naranjo Civil Constructors Inc. 1863 2nd Ave. Greeley CO 80631 BITCO General Insurance Corp 20095 Pinnacol Assurance 41190 Obe - Onebeacon 2016-2017 A X X X CLP3633457 2/18/2016 2/18/2017 1,000,000 300,000 5,000 1,000,000 2,000,000 2,000,000 Wyoming Stop Gap 1,000,000 A X CAP3633458 2/18/2016 2/18/2017 1,000,000 Medical payments 5,000 A X X 10,000 CUP2808964 2/18/2016 2/18/2017 8,000,000 8,000,000 B 1452910 6/1/2016 6/1/2017 1,000,000 1,000,000 1,000,000 C 7900145900002 2/18/2016 2/18/2017 K Case, CIC, CPSR/APR To Whom it May Concern $4800.00 $14,400.00 $7600.00 $7,600.00 $58.00 $45,124.00 $130.00 $39,390.00 $94.00 $38,164.00 $81.60 $40,718.40 $165.00 $109,560.00 $105.00 $106,785.00 $22.10 $62,587.20 $39.00 $50,700.00 $93.00 $61,287.00 $107.60 $14,633.60 $20,900.00 Naranjo Civil Constructors, Inc. 6/14/16 $186.00 $100,068.00 $234.00 $14,040.00 $1,032,084.20 $1,052,984.20