Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC06-374
Page 1 of 4 pages
SUPPLEMENT AL AGREEMENT NO. ONE (1)
AIRPORT
Eagle County Regional Airport
DATE December 8, 2006
LOCA TION
Gypsum, Colorado
AlP PROJECT NO. 3-08-0020-40
CONTRACTOR Kelley Trucking, Inc.
You are requested to perform the following described work upon receipt of an approved copy of this document
and an approved copy of Notice to Proceed No.4 for the Grading and Drainage Project for the Runway 7/25
Extension project at the Eagle County Regional Airport:
Item No. Description Unit U nit Price Quantity Amount
P-IOOa Mobilization LS $390,000.00 I $ 390,000.00
P-140a Remove Existing Blast Pad SY $ 2.80 4,445 $ 12A4600
P-152a Embankment, On Site Bon.ow CY $ 2.50 800,000 $2,000,000.00
P-152c Unclassified Excavation CY $ 6.30 21,253 $ 133,893.90
P-6 lOa Install 2-Foot Concrete Drain Pan LF $ 11.50 2,800 $ 32,200.00
P-620a Permanent Pavement Markings SF $ 0.60 32,000 $ 19,200.00
P-620b Temporary Pavement Markings SF $ 0.60 14,600 $ 8,760.00
P-620c Pavement Marking Obliteration (by Protectar) SF $ 1.32 ]4,600 $ 19,272.00
P-620d Pavement Marking Obliteration (by Painting) SF $ 0.60 32,000 $ 19)00.00
0-701 b Install18-Inch RCP, CI. III LF $ 76.40 498 $ 38,047.20
0-70 I c Install 24-Inch RCP, CI. III LF $ 80.00 55 $ 4,400.00
D-701d Install 18-Inch RCP, CI. V LF $ 82.50 482 $ 39,76500
0-751 b Tie Into Existing Manhole/Inlet EA $ 3,450.00 2 $ 6,90000
0-75] e InstalllnletlManhole Type I Single EA $ 13,500.00 5 $ 67,500.00
T-901a Install Erosion Control Blankets SY $ 1.40 54,000 $ 75,600.00
T -90 I b Seeding With Hydromulch AC $ 1,200.00 40 $ 48,000.00
F - I 62a Install Temporary 8-Foot Chain Link Fence LF $ 14.25 1,650 $ 23,51250
L-103a Remove Airport Light Towers EA $ 1,550.00 8 $ 12,400.00
L-400a Install Runway 25 Temporary Displaced Threshold & LS $ 16,600.00 I $ ] 6,600.00
Reset to Ori.ginal Configuration
CDOT-304a Class 6 Roadbase CY $ 35.00 550 $ 19,250.00
Original Contract Total $13,998,865.00
This Change Order Total $ 2,986,946.60
Previous Change Order(s) (C.O.#l) Total $ 70,637.00
Revised Contract Total $17,056,448.60
The time provided for completion in the contract is (unchanged) (decreased) (increased) by 120 Calendar Days.
This Document shall become an Amendment to the Contract for the Grading and Drainage for the Future
Runway 7/25 Extension Project and all provisions of the Contract will apply. An Issued for Construction set of
Construction Drawings and Technical Specifications for Schedule II will be provided to the Contractor no later
than March 16, 2007.
Page 2 of 4 pages
Recommended by:
/2--g-0t:
Date
Approved by:
Date
Accepted by:
Contractor
Date
Concurred by:
State Aeronautics (if applicable)
Date
Approved by:
Federal Aviation Administration
Date
NOTE: Change Orders and Supplemental Agreements require FAA approval prior to construction, otherwise
no Federal participation can be granted. State Aeronautics concurrence is required when state participation is
anticipated.
Page 3 of 4 pages
AlP PROJECT NO. 3-08-0020-40
SUPPLEMENTAL AGREEMENT NO. ONE (1)
AIRPORT Eagle County Regional Airport
LOCATION
Gypsum, Colorado
JUSTIFICATION FOR CHANGE
1. Brief description of the proposed contract change( s) and location( s).
Schedule II of the Grading and Drainage Project for the Runway 7/25 Extension project at the Eagle County
Regional Airport, includes completing the placement of embankment required for the overall project,
available from on-site borrow sources. Other construction items for this phase of the project include:
Pavement Removal of the Existing Runway 25 Blast Pad, Drainage Infrastructure, Seeding and Erosion
Control, and Removal of the Existing MALSR System. Since there will be work within the extended safety
area of the Runway, a 1,000 foot temporary displacement of the Runway 25 threshold will be required to
complete the project.
This schedule of the project was originally bid on March 10, 2005, as "Schedule II, Alternate B".
2. Reason(s) for the change(s) (Continue on reverse ifnecessary)
Based on the rapidly rising cost of construction throughout the entire region, it is in the best interest of both
Eagle County and the FAA to award the "Schedule II, Alternate B" bid schedule of the original bid for the
Grading and Drainage Project for the Runway 7/25 Extension, submitted by Kelley Trucking, Inc., dated
March 10, 2005. Kelley Trucking, Inc. was the lowest bidder for "Schedule II, Alternate B", by a
considerable margin. Their bid price of $2,567,705.00 was well under half of the bid price submitted by
Ames Construction, Inc. of $5,935,000.00 and nearly $1,000,000.00 less than the original Engineer's Cost
Estimate of $3,514,925.00. Based on construction costs seen throughout the region, there is little reason to
believe that the cost to complete Schedule II of the project would be less than the negotiated cost with
Kelley Trucking, Inc., as shown on the front page of this document. In addition, the Contractor has
illustrated that they can complete the project in an adequate time frame and provides a quality product.
3. Justifications for unit prices or total cost.
New unit costs were negotiated with Kelley Trucking, Inc. for items that were not included in the original
bid proposal for "Schedule II, Alternate B", dated March 10,2005. The unit costs negotiated are favorable
and consistent with historical data of Airport project pricing in the region. These item(s) include the
following and the unit costs for these items are shown on the front page of this document:
· Pl40a Remove Existing Blast Pad
· P-152c Unclassified Excavation
· P-620a Permanent Pavement Markings
· P-620b Temporary Pavement Markings
· P-620c Pavement Marking Obliteration (by Protectar)
· P-620d Pavement Marking Obliteration (by Painting)
· D-701d Install 18-InchRCP,Cl. V
. D-751 b Tie Into Existing Manhole/Inlet
· F-162a Install Temporary 8-Foot Chain Link Fence
· L-400a Install Runway 25 Temporary Displaced Threshold & Reset to Original Configuration
. CDOT-304a Class 6 Roadbase
Page 4 of 4 pages
The UnIt costs of items that were included under the original bid proposal for "Schedule II, Alternate B",
dated March 10, 2005, are retained at the original unit costs. Item P-IOOa Mobilization increased from
$300,000 to $390,000, predominately due to inflationary increases over the past 20 months. The overall
mcrease for "Schedule II, Alternate B" amounts to approximately 3 .5%.
4. The Sponsor's share of this cost is available from:
The Sponsor's share of the cost will be paid from Eagle County's general fund and/or airport fund.
5. If this is a supplemental agreement involving more than $2,000, is the cost estimate based on the latest
wage rate decision? Yes Lg] No D Not Applicable D.
6. Has consent of surety been obtained? Yes Lg] Not Necessary D.
7. Will this change affect the insurance coverage? Yes Lg] No D.
8. If yes, will the policies be extended? Yes Lg] No D.
9. Has this (Change Order) (Supplemental Agreement) been discussed with FAA officials?
Yes Lg] No D When 10/11/06 With Whom Mr. Chris Schaffer, P.E. (Denver ADO)
Comment
Submit 5 copies to the FAA
Carter::Burgess
LETTER OF TRANSMITTAL
Attention: Rick Ullom Date: 12/08/06 IProject No: 071184.103.1.0390
Eagle County, Colorado
To: 590 Broadway Re: Eagle County Airport Projects
Eaqle, CO 81631
We are sending you these items via: FedEx
COPIES DATE DESCRIPTION
2 12/8/06 Amendment NO.3 to the Contract between Eagle County and
Carter & Burqess for the De-Ice Project
5 12/8/06 Supplemental Agreement No. 1 for Schedule II of the Runway
Extension Project
[]:[J For approval
~ For your use
[JJJ For review & comment
REMARKS:
Rick,
I am sending you 2 copies of Amendment NO.3 to the Contract between Eagle County and
Carter & Burgess for the De-Ice Project, for your signature. Please return 1 executed copy to
me and the other is for your records.
I am also sending 5 copies of Supplemental Agreement No. 1 for Schedule II of the Runway
Extension Project. Please sign and return all 5 copies to me. Upon receipt, I will have Kelley
sign them and then I will get them to the FAA for final signature.
If you have any questions, please do not hesitate to call.
Thanks,
RECEIVED
DEe 11 2IlI
FACIUTIES MANAGEMENT
Jason
SENDER: Jason Virzi, P.E.
TELEPHONE: 720.359.3010