Loading...
HomeMy WebLinkAbout222075 BURLINGTON NORTHERN & SANTA FE RAILWAY COMP - CONTRACT - PURCHASE ORDER - 9124737ti City of F6rt Collins Memorandum Planning, Development & Transportation Engineering Department 281 North College Avenue P.O. Box 580 Fort Collins, CO 80522.0580 7 — 970.221.6605 / ,L 3� 970.221,6378 -fax 111 fcgov. com/engineering To: Jun O'Neil, Director of Purchasing and Risk Management From: Terry Tyrrell, Consultant Project Manger & Erika Keeton, Special Projects Engineer U Date: August 24, 2012 Re: MAX BRT — Requisition Request BNSF Railroad Mason Street Track Rehabilitation Justification and Independent Cost Estimate In March of 2011, the City of Fort Collins entered into an Agreement, Mason Corridor Bus Rapid Transit Construction and Maintenance Agreement (C&M Agreement), in which the BNSF and the City is bound to adhere to. BNSF is required as part of the Project and the Agreement to improve their railroad signalization and track systems along the Downtown Corridor of Fort Collins (Old Main to Maple Street along Mason Street), In a joint effort to construct the necessary Project infrastructure, the City, FTA and BNSF agreed to improve the safety of the traveling public by providing a curbed median section to house the BNSF tracks. This effort coincides with the ongoing conversion of Mason Street to two-way traffic that is necessary for the MAX BRT operations along existing Mason Street. As railroad work must be performed by the railroad due to the Agreements and union regulations, the costs were developed by BNSF and are proprietary. We have included the cost estimates for these BNSF improvements as an attachment (BNSF Railway Company FHPM Estimate For City of Fort Collins MP72.8 to FT COLLINS) in support of our Independent Cost Estimate (ICE). The original estimate, which was developed by BNSF as part of the C&M agreement March 22, 2011, is in the amount of $862,796.00. BNSF went through the "Request for Proposals" procurement process to select a contractor for the necessary civil construction work associated with the Project in support of track rehabilitation effort (see attached BNSF Railway Company Request for Proposal Bid ID# GE02720). The low responsive bidder was Oftedal Construction Incorporated. In the RFP, a scope of work and related bid tab was provided for completion by the Contractor. BNSF supplied the City with bid tabs submitted by Oftedal on April 11, 2012 that includes the scope of work to remove the existing asphalt roadway, utility location, excavation and sub -drain installations. The track, ballast and cross ties and portions of the excavation and backfill are allocated to BNSF pursuant to the C&M Agreement. The City's responsible portion of this bid is indicated in the spreadsheet in the RFP Attachment and totals 872,563.90. BNSF is solely responsible for the cost of the track rehabilitation as indicated in the Bid tab spreadsheet. The City of Fort Collins negotiated a weighted percentage of the total cost of the Oftedal proposal as it relates to the portion of IlJ,5OI1 STREET OPTION 2 TRkCtl< REHABILITATION IAP 7,3.46 - 74.,`.0 - LS 476 6 Bid Tab =7 = Description I Estimated QUdag Unit Unit Cost TOWI CityCosts BNSF Costs Percentage Cost Percentage Cost n'mk �..CCF I OFTEDAL I :dobilivion 1 LS 5150,000.00 Si50.OD9.1i 9i:i Sf36.5W.05 9% S13.SO0.'1 ' AsphJt Removel II.M SY $2,00 ,S22.E66.05 100% 523.666M D-A 50.00 3 Utility Lneetien 1 LS SA,490.00 SA.490.00 i0085 E4.490.00 0% S0.130 4 Tract: Remo,J 1 LS M.200.00 °-3E.200.01i Oa So.05 100°A SM200.00 5 E:caali0n 12,1C0 CY 15.70 572.9W.7, 845$ 1.51.22 AD 16% SiL67 M 6 Sub Errca0on 5.000 CY £5.70 528.500.oc 100t1 S28.500.00 036 $0.00 7 C=e rl Tr.m,cnt ITEM REMOVED FROIA BID $0.00 05;, 50.00 0% S0.00 8 Gco Grid (dalerial) 5.090 SY $2.70 513.500.00 Ia0:: 513.500.00 0ed 50.00 9 Des Grid(Pla:cmc00 5.000 SY Mae 54.000.OG 100•4 54.000.0(r 0°o 50.00 to Drain Acerccam 448 CY 546.00 $20.608.00 loo.".1 E20,608.00 0tt 50.00 II 13'Pcrfmatcd Drain Rpe(EPW lnadinD Capabic) 3.759 LF S18.00 567.602.00 10015 S57662.00 0% 50,00 12 Inlet Spccid(]rJi.c Dcin) 10 EA 53,010.00 530,10D.00 100-1. 530.100.00 oti, SOLD 13 Inlet Spacial (Drein Buin HS foot) 6 EA 53,010.00 £18,060,00 100% S18,050.00 0'14 $0.00 14 11.1.t Spccinl(DrJn Bavigflortc.o 3 EA $3,010.00 59,030.00 100% 59,039.00 0% S0,01) 15 lInIcE Tape C(10 Fool) 2 EA 53,700.00 57.400.00 t00% 57.400.00 0% $0.00 16 Cleanout 23 EA $310.00 $8.930.00 100% 58.990.00 05$ SO.OD V 15 Inch reinforced Concmm Pipe (RCP) 12 LF $100.00 $1.200.00 100!: 51,200.00 0% Moo )6 Geolexlile Filmr Fckic(Draimgc - Class A) 3.342 SY $2.25 $7.519.61 10015 $7.519.50 0% 50.00 IC Sub-Ballut 9.530 CY 1 $42-501 $405,025.DD toot. $405,025.00 0% Som 20 IneidentiA hems 1 LS 550.000.00 $50.000.00 50til 525.000.00 5061 525.00DOD SUBTOTAL (Oftedal Estimate): 5960.910.50 SUBTOTAL (CfT1'/BNSF COSTS WITHOUT N1013IL17ATI0NI: ST36.036.90 574.873.60 PERCENTAGE OF TOTAL TO BE USED FOR MOBILIZATION SPLIT: 91 •-A 9% SUBTOTAL ICR)'IBNSF COSTS WITH MOBILIZ4Tf0N) 5872.536.90 S88,373.6D !i urP fir Ur rrr of Fr, rnlrrvc 2I 0a11mt(13NSF Specification) ITEM REMOVED FROM BID 7_3 Sim:mrai Bacull(Class 1) ITEM REMOVED FROM BID 23 Curb S GuuerTSpe 2(Scdim B) ITEM REMOVED FPOIA BID 24 Hot MixA.phaB(NIChing-Avemeel0"D:plh) ITEM REMOVED FROM BID �1 Tragic Central REM REMOVED FROM BID NOTES: 1. Excavation vras divided assuming the top 8 inches of emava6on is ballast material removed v4th the track as part of the track removal. The underlying 3 feet 4 inches is assumed to be subballast or embankment material that is typically under a madrrey. Therefore evcasalon costs were divided as 160,: Railroad cost and 640,: Roaduayc0s1 as fdlunvs: BNSF Cost: (16%' 572,960)= $11.674 City Cast: (64%' 572,960)= $61,286 2. Item 6 Subexcava:ion is not anticipated to occur, as excavation below the albvable 4 feel rill have substantial cost implications due to the presence of uVRies. Cement Treated stebiL-ation was agreed by both the City and BNSF to be removed. 3. Geogrid placement is at the discietion of the 614SF. 4. Idobilialio., was divided according lolhe percentage of sutxolal cost for the Railroad and City based on the assumptions above, 5. Item 21 6211asl has been removed fran the bid and will be included in the 614SF's import of material for (he rest of the Iack area as required and paid for by 614SF. 6. Items 2"-25 (Structural eadf!I. Cub & Ginter, HAM Patching and Traffic Control) have been removed from the bid and will be completed by the City's 6RT Contractor. REVISION OF SECTION 604 A4AiNIIOLES, INLETS, Ai\� WATER VAULTS INLINE DRAIN AND INLINE BASIN Section 604 of the Standard Specifications is hereby revised for this project as follows: The following sub -section shall be included: DESCRIPTION Subsection 604.01 shall include the following: This work consists of the labor, equipment and materials necessary to install the inline drain, basin devices, cleanout and appurtenances specified in the drawings and these specifications. MATERIALS Subsection 604.02 shall include the following: Materials shall meet the requirements and specifications of the ADS manufacturer (or approved equal). Subsection 604.04 shall include the following: (a) ADS Inline Drain (or approved equal) shall be constructed to manufacturer's specifications and details. (b) ADS Drain Basin (or. approved Equal) shall be constructed to manufacturer's specifications and details. (c) ADS Cleanout (or approved Equal) shall be constructed to manufacturer's specifications and details. The contractor shall submit detail drawings of hnline Drain and Drain Basin for approval prior to installation. METHOD OF MEASUREMENT Subsection 604.06 shall include the followinu: Inline Drain shall be measured and paid for as Inlet Special (Inline Drain) Drain Basin shall be measured and paid for as Inlet Special (Drain Basin) . BASIS OF PA17AIENT Subsection 604.07 shall include the following: The accepted quantities of Inline Drain, Drain Basin and cleanout will be paid for at the contract unit price each. PaY Item Pay, Unit 604-19001 Inlet Special (Inline Drain) Each hilet Special (Drain Basin) O Each 604-90000 Cleanout Each 79 /�A/L I�YAY ADDENDUM #2 To: Prospective Bidders From: BNSF Railway Company Gene Eliassen 3700 Globeville Road Denver, CO 80216 Date: May 10, 2012 Office Phone: (303) 480-6586 Cell Phone: (720) 530-9956 Fax: (303) 480-5836 aene.eliassenr;bnsf con) Subject: Addendum #2 BNSF Railway Company Asphalt and Drainage Installation Colorado Division — Fort Collins, CO Bid ID#'GE02720 BNSF Railway Company is issuing Addendum 92 for the above referenced project Bid Documents: Item 1: Underdrain pipe is to be E80 Loadin.g capable. Item 2: Underdrain material to be determined by the Contractor and must be E80 Loading capable. Item 3: Drainage plans are attached to this Addendum 2. NOTE TO CONTRACTORS: No finther questions can be taken as of the distribution of this Addendum 2. Attacluneirt Follows: Mason Drauna,e Site Plans Page 1 of 1 703.09 703.07 Bed Course Material. (a) Bed course material for sidewalks, curbing, and bikeways shall consist of cinders, sand, slag, gravel, crushed stone, or other approved material of such gradation that all particles shall pass through a sieve having 19.0 mm (3/ inch) square openings. (b) Bed course material for slope protection, or riprap filter blanket shall be a porous, free draining material consisting of sand, gravel, cinders, slag, crushed stone, or other approved free draining material. This material shall meet the following gradation requirements: Sieve Size 75 min (3 inch) 4.75 mm (No. 4) 75 µm (No. 200) 703.08 Structure Backfill Alaterial. Mass Percent Passing Square Mesh Sieves 100 20-65 0-10 (a) Class I structure backfill shall meet the following gradation requirements: Mass Percent Passing Sieve Size Square Mesh Sieves 50 nun (2 inch) 100 4.75 min (No. 4) 30-100 300 µm (No. 50) 10-60 75 µm (Ito. 200) 5-20 In addition this material shall have a liquid limit not exceeding 35 and a plasticity index of not over six when determined in conformity with AASI-ITO T S9 and T 90 respectively. (b) Class 2 structure backfill shall be composed of suitable Materials developed on the project. To be suitable for use under this classification, backfill shall be free of frozen lumps, wood, or other organic material. If the material contains rock fragments that, in the opinion of the Engineer, will be injurious to the structure, the native material shall not be used for backfillinQ and the Contractor shall furnish Class 1 structure backfill material at the contract unit price. If contract unit price does not exist for Class I structure backfill, it will be paid for in accordance with subsection 104.03. 703.09 Filter -Material. Filter material shall consist of free draining sand. ,ravel. sag. or crushed :tone. The gradim, requirements are set Iorth in Table 703-7. 693 703.09 Table 703-7 GRADATION SPECIFICATIONS FOR FILTER MATERIAL Siese Size Mass Percent Passing Square Mesh Sieves Class A Class B Class C 75 mill (3") 100 37.5 min (I%") 100 19.0 n11n (3/") 20-90 100 4.75 nun (No. 4) 0-20 20-60 60-100 1.18 µm (No. 16) 10 30 300 µm (No. 50) 0-10 10-30 150 µm (No. 100) 0-10 75 lun (No. 200) 0-3 0-3 0-3 703.10 Aggregate for Median Cover. Aggregate for median cover shall consist of clean crushed stone, crushed gravel, or natural gravel. The percentage of wear, when tested in accordance with AASHTO T 96, shall not be more than 70. The grading requirements shall be as follows: Allass Percent Passing Sieve Size Square Afesh Sieves 63 nim (2 V2 mcll) 100 50 min (2 inch) 95-100 19.0 nun (Ainch) 0-15 694 712.13 (4) Used rails, pipe or angles may be used provided the material is not rusted or damaged to such an extent that the strength of the stakes is affected. Soil anchor stakes shall be of the lengths called for on the plans. 712.10 Epoxy. Epoxy used for bonding new, or a -et concrete, to old concrete shall be an approved product and shall be of the type specifically intended for bonding -,vet concrete to existing concrete. Each container of epoxy shall conform to ASTM C 881. 712.11 Plastic Pipe for Underdraius. Polyethylene perforated or nonperforated corrugated pipe shall conform to AASHTO 1\4 252. Perforated or nonperforated Polyvinyl Chloride Pipe -Smooth Interior. Smooth or Ribbed Exterior, shall conform to AASHTO M 304. 712.12 Geocomposite Drains. Geocomposite drains, underdrains, and edge drains for subsurface drainage shall be constructed of a drainage geotextile and a semi -rigid drainage core. A drainage pipe collector may also be included in the drain system. Drainage geotextile shall be a minimum Class 3, conforming to AASHTO M 288. The drainage pipe collector, when used, shall conform to the requirements designated in subsection 605.02 for the type of pipe used. The semi -rigid drainage core shall be constructed of material that will i not deteriorate in subsurface conditions, and shall conform to the physical requirements of Table 712 Table 712-'• PHYSICAL REQUIREMENTS FOR DRAINAGE CORE Property Value Test Method Compressive Strengtli, kPa (lbs./sq. in.) 140 (20) ASTM D 1621 In -Plane Flow Capacity L/s/m (gallmindf -), minimum 2.12 (10) ASTM D 4716 Minimum Core Thickness, mm (inch) 6(0.25) 712.13 Plastic Pipe. Plastic pipe shall confornn to the following requirements for the type of pipe used: (a) Polret/n•lene (PE) Pipe. Polyethylene (PE) pipe shall conform to the following requirements for the type of culvert pipe used: (1) AASHTO NJ 252 (Corrugated Pipe) tier nominal pipe sizes of 3 ro 10 inches (75 to 250 min) \Pith the following additions or exceptions: (i) Type S, and Type SP are acceptable. (Type C. Type C P and Type D Avill not be accepted.) (ii) Rotational Molded Pipe Nvill not be accepted. 725 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Section 630 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 630.01 shall be revised as follows: This work shall consist of furnishing, installing, moving maintaining and removing temporary traffic signs, advance warning arrows panels, barricades, channelizing devices, and delineators as required by the latest revision of the "Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD), the City of Fort Collins "Work Area Traffic Control Handbook", and the Larimer County Urban Area Street Standards. In the event of a conflict between the MUTCD criteria and the City's criteria, the City's criteria shall govern. When a device is not in use, the Contractor shall remove it from the project for the period it is not needed. Devices temporarily not in use shall, as a minimum, be removed from the area. Moving will include devices removed from the project and later returned to use. Payment shall be made for the maximum number of each type of traffic control device being used at one given time per day. Traffic control devices shall be placed and/or stored in the City right-of-way in such a manner that minimizes the hazards to pedestrians, bicyclists and vehicles. Traffic control devices shall be removed from the site immediately upon completion of the work for any street(s). MATERIALS Subsection 630.02 shall include the following: All traffic control devices placed for this project must meet or exceed the minimum standards set forth in the MUTCD. All traffic control devices shall be clean and in good operating condition when delivered and shall be maintained in that manner on a daily basis. All traffic control devices shall be clearly marked and free of crossed out information or any other form of defacement that detracts from the purpose for which they are intended (i.e. crossed out information, information written in long -hand style, etc.) Additionally- any sign blank with sigon faces on both sides must have the back sign face covered when in use to avoid confusion to motorists traveling in the opposite direction and other potentially affected parties, such as residents affected.by any information the sign may present. CONSTRUCTION REQUIRDIENTS Subsection 630.09 shall be revised as follows: -2- REVISION OF SECTION 630 TRAFFIC CONTROL PLAN Traffic control throush the construction areas is the responsibility of the Contractor. For all locations, a Traffic Control Plan shall be prepared. The Traffic Control Plans shall be on City supplied forms. The Traffic Control Plans shall be submitted for approval to the Traffic Engineer by 8:00 a.m, two working days prior to (lie commencement of work. (Note: Traffic Control Plans for work done on Monday and Tuesday shall be submitted the previous Friday by 8:00 a.m.) Full road closure plans shall be submitted no later than Friday mornings by 8:00 a.m. for projects starting the following week. All plans shall be delivered to Traffic. Facsimiles of plans shall not be allowed. No phase of the construction shall start until the Traffic Control Plan has been approved. Failure to have an approved Traffic Control Plan shall constitute cause for the City to stop work, as well as the Contractor's forfeiture of payment for all work and materials at that location, with no adjustment in the contract time. All costs associated with Traffic Control Plan review will not be measured or paid for separately, but shall be considered incidental to the Work. The Traffic Control Plan shall include, as a minimum, the following: (1) A detailed diagram which shows the location of all sign placements, including advance construction signs (if not previously approved) and speed limit signs; method, length and time duration for lane closures, and location of flag persons. (2) A tabulation of all traffic control devices (with their associated unit costs) shown on the detailed diagram including, but not linlited to: construction signs; vertical panel; vertical panel with light; Type 1, Type lI, and Type III barricades; cones; drum channelizing devices; advance warning flashing or sequencing arrow panel. Certain traffic control devices may be used for more than one operation or phase. However, all devices required for any particular phase must be detailed and tabulated for each phase. (3) Number of flag°ers to be used. (4) Parking Restrictions to be in affect. Approval of the proposed method of handling traffic is intended to indicate those devices for which payment is to be made. Such approval does not relieve the Contractor of liability specifically assigned to hiul under this contract. The owwner will review the unit costs supplied to ensure they are reasonable compared to other projects and historic values. If the unit prices are deemed not reasonable, the owner will reject the traffic control plan. Parkin, Restriction Plans shall be submitted and approved which show the location and quantity of "NO PARKING" sins. the date to be placed, and the date to be removed. The plans shall be prepared on City supplied( forms. The Parking Restriction Plans shall be submitted to Parkin, tut o tworking days prior to the commencenlc'nt of work. (Vote: Parking Restriction Plans for work done on Monday and Tuesday shall be submitted the previous Friday by S:00 a.m.) All plans shall be delivered to Parkinn. t: ' -3- REVISION OF SECTION 630 TRAFFIC CONTROL PLAN Facsimiles of plans shall not be allowed. No phase of the construction shall start until the Parking Restriction Plan has been approved. Failure to have an approved Parking Restriction Plan shall constitute cause for the City to stop work, as well as the Contractor's forfeiture of payment for all pork and materials at that location, with no adjustment in the contract time. The cost for preparing and submitting the traffic control plan shall be included in the contract unit price for Traffic Control Supervisor. Subsection 630.10 shall be revised as follows: TRAFFIC CONTROL AUNAGEAIENT Traffic Control A4anageutent shall be performed by a Traffic Control Supervisor (TCS). The TCS(s) shall possess a current American Traffic Safety Services Association (ATSSA) certification as a Worksite Traffic Control Supervisor or Colorado Contractor's Association (CCA) certification as a Traffic Control Supervisor. (Proof of certification shall be presented to the City Traffic Control Manager, and when requested by a City representative, for each TCS utilized on this project.) One TCS shall be desi.-hated as the Head TCS. The Head TCS shall have a minimum of one year experience as a certified TCS. Qualifications shall be submitted to the Engineer for approval a minimum of one week prior to commencement of the work. The Head TCS shall be on site at all times during the construction when payment is made under the contract unit price for Traffic Control Supervisor per day. When the TCS is being paid under the TCS per hour item, time spent on site may be modified by the City Representative, as needed, based on the size and complexity of the project, location of work.. duration of the project, traffic factors, weather, and roadway characteristics. The TCS shall be equipped with a cellular phone. The cost of this phone shall be incidental to the day or hour pay unit for TCS. It is the intent of the specifications that the Head TCS be the Sallie throu0iout the project. if the Head TCS is to be replaced during the project, the Engineer shall be given a minimum of one (1) weeks notice and qualifications shall be submitted for approval for the replacement. The Head TCS will be paid for under the TCS item. The TCS's duties shall include, but not be limited to: (1) Preparing, revising and submitting Traffic Control Plans as required. (Review fees will not be measured or paid for separately, but shall be considered incidental to the Work.) (3) Direct supervision of project flsggers. (3) Coordinating all traffic control related operations, including those of the Subcontractors and Suppliers. -4- RE• VISIOI' OF SECTION 630 TRAFFIC CONTROL PLAN (4) Coordinating project activities with appropriate police and fire control agencies, Transfort, school districts and other affected agencies and parties prior to construction. Typed hand delivered notification to all businesses and residents at least 24 hours prior to construction. (The notification of residents and businesses may be accomplished by a representative of the TCS.) (5) Maintaining a project traffic control diary which shall become part of the City's project records. (6) Inspecting traffic control devices on every calendar day for the duration of the project. (7) Insuring that traffic control devices are functioning as required. (3) Overseeing all requirements covered by the plans and specifications which contribute to the convenience, safety and orderly movement of traffic. (9) Flagging. (10) Setting up traffic control devices. Notification of residents and businesses shall be the responsibility of the TCS and shall consist of distributing letters indicating the nature of the work to be completed, any special instructions to the residents ti.e. limits on lawn watering during concrete pouring, etc.), the dates and limes of the work, and the parking and access restrictions that will apply, as well as thorough information placed on "NO PARKING" signs. Sample letters will be provided' by the Engineer and shall be distributed prior to the commencement of each phase of the work. Letters shall be submitted with the Traffic Control Plans for approval. Approved letters shall be distributed a minimum of 24 hours prior to the commencement of work. (Note: The time frame criteria for distributing letters are the same as for posting "NO PARKING" signs.) The cost for preparing. and distributing the letters shall be included in tlue cost for TCS. Traffic control management shall be maintained on a 24 hour per day basis. The Contractor shall make arrangements so that the Traffic Control Supervisor or their approved representative will be available on every working day, "on call" at all times and available upon theEngineer's request at other than normal working hours. All costs associated with "on call" service, excluding actual hours worked. shall be included in the contract unit price for Traffic Control Supervisor. The TLS's will be paid only for days the Contractor works, and as directed by the Engineer. On weekends and other days the Contractor is not working, the TCS will not be paid. Time spent nnaitteinins signs on the weekends, holidays, bad ttenther clays, and other days the Contractor does not mrork shall be included in the unit prices for the equipment. Time spent setting up equipment, modifying equipment, maintaining equipment, and picking up equipment shall be included in (lie unit prices for the equipment. 13 4 City of Fort Collins work necessary for the MAX BRT project in accordance with the C&M Agreement and is better described in the notes at the bottom of the bid tab spreadsheet located in the BNSF RFP. The cost difference between the ICE developed by BNSF and the Request for Proposal provided by Oftedal is $9769.90, or approximately 1% difference between the ICE and the Oftedal proposal. After reviewing BNSF's original estimate for this effort we reviewed previous cost estimates from BNSF and compared them to the estimates attached herein and found them to be comparable. BNSF must be utilized for this work, as it is a requirement of the C&M Agreement. Based on our understanding of the C&M Agreement and the requested scope and budget provided by BNSF/Oftedal of $872,536.90 for the Mason Street MAX BRT Project required BNSF efforts to convert Mason Street to two-way traffic in order to safely operate the BRT Buses, we believe the requested budget is reasonable and adequate. As such, I recommend approval of this contract budget for BNSF for the Downtown Mason Street two-way conversion. 2 _5- REVISION OF SECTION 630 TRAFFIC CONTROL PLAN All traffic control devices shall be placed under the supervision of a Traffic Control Supervisor. The Traffic Control Supervisor shall have up to date copies of the City of Fort Collins' "Work Area Traffic Control Handbook", and Part VI of the MUTCD. pertaining to traffic controls for street and highway construction, available at all times. METHOD OF MEASUREMENT Subsection 630.15 shall be revised as follows: Quantities to be measured for construction traffic control devices shall be the number of units of the various sizes and descriptions listed below: Construction Traffic Signs: Size A Signs - 0.01 to 9.00 Square Feet Size B Signs - 9.01 to 16.00 Square Feet "NO PARKING" Sign with Stand will be measured and paid for separately and not included in the item for Size A Signs. "NO PARKING" Sign with Stand shall consist of a metal sign attached to a device (stand) such as a Vertical Panel or Type I Barricade. The sign material and stand shall be approved by the Engineer. The sign material and stand will not lie measured and paid for separately but shall be included in the Contract Unit Price for "NO PARKING" Sign with Stand. The cost for "NO PARING" Sign «Atli Stand shall include delivery, rental, setup, modification, maintenance, and pickup. "NO PARKING" signs must remain in place until the street is open to traffic. Traffic channelizing devices consisting of vertical panel, cones, or drum channelizing devices will be measured by the unit. Barricade warning lights shall be measured and paid for separately if approved by the Engineer. Advance Warning Flashing or Sequencing Arrow Panels will be measured by the unit. The number of Traffic Control Supervisors shall be approved by the Engineer prior to each days work. The quantity to be measured for Traffic Control Supervisor will be the number of authorized days performed by the Traffic Control Supervisor or his approved representative. An authorized day shall be any day, or portion of a day, authorized by the Engineer, that construction operation would require a Traffic Control Supervisor. "On Call" and project inspections on all other days will not be measured and paid for separately but shall be included in the work. The cost for settina up equipment, modifying equipment, maintainina equipment, and picking up equipment (not including "NO PARKING" Sign with Stand) during authorized days shall be included in the Contract Unit Price for Traffic Control Supervisor. 135 -6- REVISION OF SECTION 630 TRAFFIC CONTROL PLAN If a TCS(s) is used for an authorized day, but not for the entire day, the TCS shall be paid at the Contract Unit Price for "Traffic Control Supervisor" at the per hour rate. The quantity to be measured for flagging will be the total number of hours that Flagging is actually used as authorized. Horns of flagging in excess of those authorized shall be at the Contractor's expense. Flagger breaks shall be included in the Contract Unit Price for Flagging. The method for covering flagger breaks shall be approved by the Engineer. Flagging outside of the construction work hours will not be paid for under the terms of this contract unless authorized in writing by the Engineer. Flagger stand-by time will not be paid for under the terms of this contract. In locations where traffic control is set up and the work is not performed due to Contractor caused delays, the traffic control shall not be paid for under the terms of this contract. The costs for advance warning "NO PARKING" signs for periods in excess of 24 hours prior to the advancement of work, including those instances when said sighs have been changed or otherwise updated to reflect current schedules, will not be paid for under the terms of this contract unless authorized by the Engineer in writing. In addition, the Owner shall deduct from compensation due the Contractor $10.00 for each traffic co» trot device per day for said conditions, including "NO PARKING signs and any signs which are not removed from the site immediately upon completion of the work. BASIS OF PAYMENT Subsection 630.16 shall be revised as follows: The unit prices indicated in the traffic control plan shall be used to determine total costs for each item The cost for Traffic Control Devices, not including "NO PARKING" Sign with Stand, shall include delivery, rental. and pickup. The cost for setting up equipment, modifying equipment, and maintaining equipment will be paid for under the Contract Unit Price for TCS as described above. The cost for "NO PARKING" Si.au with Stand shall include delivety, rental. setup, modification, maintenance, and pickup. Payment shall be full compensation for furnishing. erecting, maintaining. moving, removing and disposing of construction traffic control devices necessary to complete the work. All construction traffic control devices which are not permanently incorporated into the project tt ill remain the property of the Contractor. The initial manufacturing will be paid for Specialty Signs per unit and the actual use paid for under the appropriate unit cost for Size A or Size B sign. This item shall apply to new sins only. W 7 RE• VISION OF SECTION 630 TRAFFIC CONTROL PLAN Once manufactured, they may be used throughout the project. Upon completion of the work, the Specialty Signs shall be returned to the Contractor. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below: Pav Item Unit 630.01 "NO PARKING" Sign with Stand Per Day Per Each 630.02 Vertical Panel Without Light Per Day Per Each 630.03 Channelizing Drum Without Light Per Day Per Each 630.04 Type Ull Barricade Without Light Per Day Per Each 630.05 Type IiI Barricade Without Light Per Day Per Each 630.06 Size A Sign With Stand Per Day Per Each 630.07 Size B Sign With Stand Per Day Per Each 630.05 Size A Specialty Sign - Cost of Manufacturing Each 630.09 Size B Specialty Sign - Cost of Manufacturing Each 630.10 Cote With Reflective Strip Per Day Per Each 630 1 1 Safety Pence Per Day Per Roll 630.12 Light Per Day Per Each 630.13 Advance Warnina Flashing or Sequencing Arrow Panel Per Unit Per Day 630.14 Variable Message Board Per Day Per Each 630.15 Traffic Control Supervisor Per Day 630.16 Traffic Control Supervisor Per Hour 630.17 Flaaaina Per Each Per Hour Fingm (land si,m will not be measured and paid for separately. but shall be Included in the 11ork. The flaaaers shall be provided with electronic communication devices tyhen required. These devices trill not be pleasured and paid for separately. but shall be included in the work. 1?7 -8- REVISION OF SECTION 630 TRAFFIC CONTROL PLAN The cost of batteries, electricity and/or fuel for all lighting or waming devices will not be paid for separately but will be considered subsidiary to the item. Sand bags will not be measured and paid for separately. but shall be included in the work. The Contractor may provide larger construction traffic signs than those typically used in accordance with the MUTCD, if approved; hoxvever, payment will be made for the typical panel size. The City shall not be responsible for any losses or damage due to theft or vandalism. SPECIAL CONDITIONS FOR WORK ON ARTERIALS AND COLLECTORS NOTE: CROSS STREET TRAFFIC SHALL BE MAINTAINED AT ALL TIMES UNLESS AUTHORIZED BY THE ENGINEER IN WRITING. NOTE: FULL CLOSURES ON ARTERIALS AND COLLECTORS, INCLUDING THOSE LISTED ABOVE, WILL BE ALLOWED UNDER EXTREME CIRCUMSTANCES AND ONLY UPON APPROVAL OF THE ENGINEER. PLANS SHALL BE APPROVED A MINIMUM OF ONE WEEK PRIOR TO THE COMMENCEMENT OF WORK AND/OR THE TIME REQUIRED TO ADEQUATELY NOTIFY THE PUBLIC THROUGH THE MEDIA. SPECIAL CONDITIONS FOR WORK ON RESIDENTIAL STREETS NOTE: FULL CLOSURES ON ALL RESIDENTIAL STREETS SHALL BE ALLOWED AS SHOWN ON THE TRAFFIC CONTROL PLANS. l:S cf Fort CoWns Independent Cost Estimate Date of Estimate: 22-Mar-11 Contract Type: T&M Existing Contract or PO (YIN): Y Description of Goods (A) or Services (B): In March 22, 2011, the City of Fort Collins entered into an Agreement (Mason Corridor Bus Rapid Transit Construction and Maintenance Agreement) with BNSF in a joint effort to construct the necessary infrastructure to support the MAX GIRT Project. As a function of that agreement, the City is required to improve safety for the traveling public by adding sub - drainage system and a curbed median on the outer limits of the existing track system through downtown Fort Collins. As railroad costs are proprietary, we have included the cost estimate provided by BNSF for the downtown track rehabilitation improvements as part of this ICE (see attachment - BNSF Railway Company FHPM Estimate for City of Fort Collins). This estimate only includes cost incurred by the City of Fort Collins civil portion of the work, and does not include rail, ballast or cross ties which is the responsibility of BNSF. I have obtained the following estimate from; Published Price List / Past Pricing (date) Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) BNSF Other (specify) Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product Cost ($/ea) Cost ($/ea) Notes/Data Source Delivered No Freight ola Cost of Services, Repairs, or Non -Standard Items Item/Task: Materials or Work Description Other Direct Costs Labor Rate ($) Labor Hours Labor Class Allocated Overhead SGW Profit TOTAL City of Fort Collins $ 872,536.90 $ 872.536.90 Total $ 872,536.90 'Self g. General and kl.mmtr.w. Expenses Signature of Preparers K9fi Craven, City of Fort Collins / 021 0 ""• MAINTAIN PROPRIETARY CONFIDENTIALITY "••• BNSF RAILWAY COMPANY FHPM ESTIMATE FOP. CITY OF FORT COLLINS LOCATION TIP72.9TOFTCOLLTNS DETAILS OF ESTIMATE PLANJTEM: 00017829E VERSION: 2 PURPOSE, JUSTIFICATIONAI,'D DESCRIPTION CVL MASON STREET CO DI V FRONT RANGE SUB LS 476 - REMOVAL OF ETTSTING STREET, SUB -BALLAST PLACEMENT, AND UNDERDRALN PLACEMENT BILLABLE: CITY OF FORT COLLINS •r'NEED CONTACT AND WO PRIOR TO AFE LOADING FOR APPROVAL... RFA REQUEST BY: GLE EST BY: SST NBS REQUEST: DESCRIPTION QUANTITY U/M COST LABOR TOTAL LABOR COST MATERIAL TOTAL MATERIAL COST .rrr.rr..r OTHER arr.r.rr• DESIGN S CONSTRUCTION MANAGEMENT ENVIRONMENTAL EXCAVATION MOBILIZATION SAW CUT ASPHALT SUBBALLAST SUBEXCAVATION UNDERDRAM TOTAL OTHER ITEMS COST PROJECT SUBTOTAL. CONTINGENCIES BILL PREPARATION FEE GROSS PROJECT COST LESS COST PAID BY BNSF TOTAL BILLABLE COST 0 TOTALS 0 0 0 1.0 LS 38,683 10.0 LS 10.000 12000.0 CY 144.000 1.0 LS 50,000 20480.0 LS 30,720 3600.0 CY 114.000 2000.0 CY 40,000 5120.0 LF 256.000 693,403 693,403 683,403 170.8$0 8,543 862,796 0 M2.796 Page 1 of 1 Al, 17,4 /L WA Y BNSF RAILWAY COMPANY REQUEST FOR PROPOSAL Asphalt and Drainage Installation Fort Collins, CO BNSF Division: Colorado BID (D# GE02720 April 111 2012 CONFIDENTIAL COPYRIGHT This specification is published by BNSF Railway Company. For this specification the intellectual property rights of BNSF are applicable, Without prior consent, disclosure to third parties is prohibited. Location Information Street Address: Mason Street Cities: Fort Collins States/Provinces: CO Division: Colorado Sub -Division: Frontrange Mileposts / Line Segments: 73.46 - 74.30 / LS 476 Schedule - Dates are subject to change Pre -Bid Meeting Date: 4/30/2012 Pre -Bid Meeting Time: (13:00j 1:00 PM, Local (Railroad) Time based on Pre -Bid Location Pre -Bid Meeting Location: 281 North College Avenue, Fort Collins, CO Bid Due Date: 5/4/2012, 12:00 pm CDT Required Service Start Date: 7/9/2012 Estimated Service Start Time: [07:001 7:00 AM, Local (Railroad) Time based on Project Location Early Submissions Are Accepted and Appreciated Scope Removal of asphalt and track, excavation down to suitable material, placement of sub -ballast, placement of drain pipe and drain aggregate, placement of curb & gutter, and placement of asphalt. NOTE: When applicable, the disposition of metallic scrap and treated timber products is not included in the scope of work. All metallic scrap and treated timber products must be stacked in an orderly manner in a location determined by the BNSF Project Manager. NOTE 2: Also when applicable, please refer to the BNSF Commodity Clean -Up, Salvage or Recycling Guidelines document regarding any work related to bulk commodity recoveries. This document outlines BNSF's environmental standard for bulk commodity recoveries. 'This document will be included in this RFP email as a pdf attachment, regardless of applicability to the cited work in this RFP. Equipment Required Large backhoes and frontend loaders, trucks - large side dumps,, graders, compactors, concrete equipment and forms, and pavers. Requestor Contact First Name: Gene L Last Name: Eliassen Phone Number: 303-480-6586 E-Mail Address: gene.eliassen@bnsf.com Invoices All invoices are to be routed to the Requestor Contact listed above for approval and payment. All invoices MUST contain the BID ID alphanumeric reference number in the invoice notes or invoice number. The Contract Number associated with the services should also be included on the bid. Failure to include die BID ID on the invoice could delay payment processing. CONFIDENTIAL SNSF RAILWAY Pricina All suppliers should make efforts to review the area for proper scope coverage for the bid. Pricing forth is service must be "NOT TO EXCEED" and cover all aspects of the work including delays up to 2 hours daily including required safety briefings, manpower and additional tools and equipment. Please consider in your bid that track delays may impact duration on site. All proposal participants and their pricing submissions are confidential and become BNSF property. BNSF's Sourcing policy does not permit sharing of information pertaining to the competition including pricing information to alternative participants at any time or in any fashion. Contact Contact regarding the RFP with members of BNSF, other than with or through those provided herein, may result in disqualification of Supplier for this RFP and/or other business with BNSF. All communications concerning the RFP process shall be addressed to: Shannon Stack BNSF Railway Company 2500 Lou Menk Drive Fort Worth, TX 76131 Phone: 817-352-2296 Email: DirectServices@bnsf.com RFP Acknowledgement The supplier must acknowledge receipt of the RFP by email upon receipt. RFP Clarification All questions regarding the RFP should be directed to the RFP Coordinator. Contact, telephone numbers, and e-mail addresses are listed in the Contact section. BNSF's preference is all questions should be sent by email. These questions and responses may be shared with all suppliers who are participating in the RFP process. Pre Bid Meeting When scheduled, all pre bid meetings are mandatory unless the Contractor and BNSF contact mutually agree that they do not need to be present. The BNSF contact must be notified in writing before the pre bid date if the Contractor will not be at the pre bid meeting. If the Contractor fails to attend the pre bid meeting and has not contacted the BNSF contact, they will be disqualified from the RFP. Proposal Format Supplier response to this RFP must utilize RFP Response Template: Pricing Options — MUST INCLUDE A FULL AND COMPREHENSIVE EQUIPMENT LIST INCLUDING EQUIPMENT AVAILABLE AND MANPOWER REQUIRED Submission Guidelines Supplier should read the entire RFP carefully to understand deliverables expected. The supplier must submit their RFP response electronically noting the Bid ID alpha numeric coding in the subject line of the response email. Awarding of Business Upon conclusion of this process, all suppliers that participate in the RFP process will be notified of any decisions made in writing via email. CONFIDENTIAL BNSF RAILWAY Terms of Negotiation Supplier's response to this RFP indicates its understanding and agreement that the RFP is not an offer to contract by BNSF to Supplier and neither the RFP nor the response constitutes a contract between Supplier and BNSF. BNSF reserves the right, in its sole discretion, to reject or to disqualify Proposals and select Suppliers without explanation. In addition, BNSF retains the right to withdraw this RFP any time, to select or not select a supplier and to modify the terms of the RFP without explanation. Only the execution of a written agreement between BNSF and a provider will obligate BNSF in accordance with the terms and conditions contained in such agreement. Suppliers must agree to the terms and conditions set forth in BNSF's standard service contract. Terms and conditions are not negotiable. Confidential Information BNSF Proprietary Information: Supplier shall not use Proprietary Information for any purpose other than performing Services under this Request for Proposal. All tangible Proprietary Information in Supplier's possession or control shall be promptly returned to BNSF on request or upon termination of this Proposal whichever first occurs. Supplier must return any material provided by BNSF upon request by BNSF. All proposals and materials submitted by the Supplier become the property of BNSF. In the event Supplier believes any materials included in the proposal are confidential or proprietary, the proposal must be so noted. Supplier agrees that, unless an option, scenario, opportunity, idea or process included in its proposal, is clearly identified as proprietary to Supplier AND meets the generally accepted criteria which give rise to intellectual proprietary rights, Supplier will not be entitled to claim any compensation of any nature if said option, scenario, opportunity, idea or process is later used or implemented by BNSF. Proposal Preparation Proposal Costs — Any resources expended by Supplier in responding to this RFP, including any costs incurred in proposal preparation, product demonstrations, presentations or site visits are the sole responsibility of the Supplier. Validity Period Supplier must guarantee that its price quotes and delivery schedules shall remain valid for a period of at least 180 days following submission. Service Requirements 1. Implementation plan and timeline Provide an example of your typical plan to implement these services. Include a suggested plan outline and sample timeline. 2. Problem escalation Supplier will be required to provide clear escalation paths for issues resolution. Outline the chain of command for escalating problems that are not resolved to BNSF's satisfaction. 3. Resources BNSF makes no specific commitments of minimum levels of business to retain resources necessary to accomplish our objectives. The successful supplier will be required to provide on call personnel to effectively maintain open communication with BNSF's end customer to clarify all schedules and work completeness. CONFIDENTIAL BNSF RAILWAY 4. P&P Bond When required, the P&P Bond must be issued by an insurance company with an A-7 rating or better by AM Best, and the bond value needs to be 100% of the project cost. 5. Submission Format All pricing submissions MUST utilize the accompanying response spreadsheet. Please list the normal contract rate in the contract rate column and the actual bid rate in the bid rate column. Also, contractors must list equipment, manpower, materials, mobilization and additional comments as required for completing the service requested. CONFIDENTIAL BNSF RAILWAY