No preview available
HomeMy WebLinkAboutC06-374 (2) . . . , .. . Page 1 of 4 pages .. SUPPLEMENTAL 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. RECEIVED You are requested to perform the following described work upon receipt JibS af}pfoa'lopy of this document and an approved copy of Notice to Proceed No.4 for the Grading and Draina.,ge Project for the Runway 7/25 Extension project at the Eagle County Regional Airport: FACILITIE~ MANAGEMENT Item No. Description Unit Unit 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 $ 12,446.00 P-152a Embankment, On Site Borrow CY $ 250 800,000 $2,000,000.00 P-152c Unclassified Excavation CY $ 6.30 21,253 $ 133,893.90 P-610a 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 14,600 $ 19,272.00 P-620d Pavement Marking Obliteration (by Painting) SF $ 0.60 32,000 $ 19,200.00 D-701b Install 18- Inch RCP, CI. III LF $ 76.40 498 $ 38,047.20 D-701c Install 24-lnch RCP, CI. III LF $ 80.00 55 $ 4,400.00 D-701d Install 18-lnch RCP, CI. V LF $ 82.50 482 $ 39,765.00 D-751 b Tie Into Existing Manholellnlet EA $ 3,450.00 2 $ 6,900.00 D-751 e Install Inlet/Manhole Type I Single EA $ 13,500.00 5 $ 67,500.00 T-901a Install Erosion Control Blankets SY $ 1040 54,000 $ 75,600.00 T-901b Seeding With Hydromulch AC $ 1,200.00 40 $ 48,000.00 F-162a Install Temporary 8-Foot Chain Link Fence LF $ 14.25 1,650 $ 23,512.50 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 $ 16,600.00 Reset to Original Configuration CDOT-304a Class 6 Roadbase CY $ 35.00 550 $ 19,250.00 Ori~inal Contract Total $13,998,865.00 This Chan2e Order Total $ 2,986,946.60 Previous Chanl!e Order(s) (C.O.#I) 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. e tf"~ - 3')~ -l;r , . . .. Page 2 of 4 pages Approved by: /2- 8- rl Date Recommended by: Accepted by: ~ contrac:or U IZ/I<1/0& I / Date ~/~~7 Date Concurred by: 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. Date Approved by: I 29. Q.7 Date . I 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 ofthe 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 1 0, 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: . P140a 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-70ld Install18-Inch RCP, Cl. V . D-7 51 b Tie Into Existing Manhole/Inlet . F-162a Install Temporary 8-Foot Chain Link Fence . LAOOa Install Runway 25 Temporary Displaced Threshold & Reset to Original Configuration . CDOT-304a Class 6 Roadbase . J, '. Page 4 of 4 pages The unit costs of items that were included under the original bid proposal for "Schedule Il, Alternate B", dated March 10, 2005, are retained at the original unit costs. Item P-100a Mobilization increased from $300,000 to $390,000, predominately due to inflationary increases over the past 20 months. The overall increase 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 ofthe 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 [g] No D Not Applicable D. 6. Has consent of surety been obtained? Yes [g] Not Necessary D. 7. Will this change affect the insurance coverage? Yes [g] No D. 8. If yes, will the policies be extended? Yes [g] No D. 9. Has this (Change Order) (Supplemental Agreement) been discussed with FAA officials? Yes [g] No D When 10/11106 With Whom Mr. Chris Schaffer, P.E. (Denver ADO) Comment Submit 5 copies to the FAA