Loading...
HomeMy WebLinkAboutCHANGE ORDER - BID - 7332 MAX BRT PROJECTSystem for Award Management Page I of I CONCRETE EXPRESS, INC. 2027 W COLFAX AVE DUNS: 184088763 CAGE Code: 442U2 DENVER, CO, 80204-2331, Status: Active UNITED STATES Entity Overview Entity Information DUNS: 184088763 Name: CONCRETE EXPRESS, INC. Doing Business As: CEI Business Type: Business or Organization POC Name: None Spedfied Registration Status: Active Expiration Date:06/13/2013 Exclusions Active Exclusion Records? No SAM I System for Award Management 1.0 Note to all Users: This is a Federal Government computer system. Use of this systean constitutes consent to monitoring at all times. IBM v1.513.20121222-2220 WWW4 ® ® USA.92:.w https://www.sam.gov/portal/public/SAM/?portal:componentld=66fdb6O2-77f6-4baO-914a-0... 1 /8/2013 Pending Issues Log may: Project: Mason Corridor -MAX BRT Contractor: Concrete Express Inc. (CEI) Project No. 7332 (CEI project number 12-009) Date: 1224112 Ref. No. Spec Section Item Desuiption Requested Amount Status Reset fence in Segment 1 Grading and millings installation at Troutman Delete waterline Imenng at El-1 Add allowance forspecialty signs $20.000.00 Change Order #1 Subtotal (W CDs): $333 980.91 Change Order#2 Subtotal(WCDs)-'-'$71910.39 Change Order #3 Subtotal (W CDs): $61 037.68 = needs action by CM = needs action by Contactor = Change Order #1 Items II= Change Order #2 Items II= Change Order #3 Items MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand November 17. 2012 Ms. Erika Keeton, PE MAX Project Manager City of Fort Collins — Engineering Dept 281 N. College Ave. Fort Collins, CO 80524 RE: MAX Bus Rapid Transit Project - Independent Cost Analysis — CEI CCR No. 25 Changes to MH 8.1—WCD001 Concrete Express, Inc. (CEI) was directed through Work Change Directive No. 1 (WCD) to reduce the size of MH81 to accommodate field conditions as the 8-ft manhole specified was not needed. To perform the independent estimate check of this contract credit we used a direct quote comparison from a local precast concrete supplier. This quote and the associated independent estimate form are attached. Costs analyzed were comparable in unit price to those provided in CEI's CCR No. 25 submittal (attached). Our independent cost estimate resulted in an estimated credit of ($1,230.84). I find CEI's Contract Change Request (CCR 25) in the amount of ($883.00) to be reasonable for the required change in scope. As such, I recommend acceptance of this project credit. Keith e r PE Constructio Project Manager CH2M HILL Team 970-988-8605 keith.mever(c).ditescoservices.com Cc: job file -At7- 1 w CP'oa 1 Man Independent Cost Estimate Date of Estimate: 15-Oct-12 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (Y/N): Y Description of Goods (A) or Services (B): A Scope is to change the size of the manhole shown on sheet 308 from an fi' dia to a 6' dia manhole. Lump sum cost items compared to precast riser is from a material quote provided by Colorado Preacast Concrete. The price sheet has been attached to this cost estimate. The price quote shovrs both types of manholes I have obtained the following estimate from; Published Price List / Past Pricing (date) Price Quote from Colorado Precast Concrete Quote #12-3539 Dated 10115r12 Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Beau Javernick Other (specify) Signature of Preparer: Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product Cost ($/ea) Cost ($/ea) Quantity Notes TOTAL Delivered No Freight ea Data Source 8' Diameter Manhole 5' High Riser $ 1,976.60 -1 see attached sheet $ 1,976.60 6' Diameter Manhole 5 High Riser $ 745.76 1 see attached sheet $ 745.76 SubTotal $ 1,230.84 Cost of Services, Repairs, or Nonstandard Items Item/Task: Materials or Work Description Other Direct Costs Labor Rate ($) Labor Hours Labor Class Allocated Overhead SGBA` Profit Notes: Data Source TOTAL "No labor, materials only. g SubTotal is 5 Img, Gendel endM inlW.. Expenses TOTAL $ (1,230.84) Change Management Checklist Compliance Reviewed Reviewed for compliance with 11/17/12 In base scope of work KM Environmental Assessment Reviewed for construction/safety impacts 11/17/12 In base scope of work; size KM change only Independent cost estimate prepared 10/15/12 As attached to this memo KM Reviewed for PCGA grant compliance 11/17/12 Required of Build Alternative KM part of SCC 40.02 , Reviewed for real estate impacts/needs 11/17/12 In base scope of work; inside city KM road right of way Reviewed for compliance with design criteria/ADA http://w .acce s-board aov/ada-aba/ada- 11/17/12 Not applicable KM standards-dot.cfm 2 MU ® WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc- (CEI) WCD NO: 001 PROJECT: Mason Corridor— MAX BRT OWNER: City of Fort Collins — Engineering Department ENGINEER: Michael Baker Inc. PROJECT NO: 7332 The following additions, deletions, or revisions to the Work have been ordered and authorized: Description of Work: (Title of WCD): Manhole 8.1 size change This Work Change Directive (WCD) changes the size of MH8.1 at the Laporte intersection from an 8- ft diameter manhole to 6-ft diameter. It was determined in the field that a smaller manhole would accommodate the existing and new pipe installation. It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the parties expect a Change Order request for approval to subsequently follow this Work Change Directive. I� �! Ordered By: July 31, 2012 Owner Date Recommended By: Z�� A/ - July 31, 2012 construction Mahager Dale Copy: Owner Engineer Field File - SharePoint W CD001_MH8.1-SIZE CHANGE_7-31-12 PAGE 1 OF 1 10/02/12 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: CEI PROJECT #: CONTRACT NUMBER: CONTRACT DATE: CONTRACT NAME: 025 WCDO01 12-009 7332 Mason Corridor BRT DESCRIPTION OF CCR: Change from 8' diameter manhole to a 6' diameter manhole at Laporte and Mason, at request of CEI. MEMO NO.: MEMO DATE: COST CODE: 6' dia MH components LS $ 1,602.00 LS $ 719.00 riII4911rr01 TOTAL $ (883.00) These are all of the visible effects of the above change we see at this time. We reserve the right to incorporate other changes as they appear in implementing this change. If you have any questions regarding this change, please feel free to contact me at 303.562.2000. y December 21, 2012 Ms. Erika Keeton, PE MAX Project Manager City of Fort Collins — Engineering Dept 281 N. College Ave. Fort Collins, CO 80524 RE: MAX Bus Rapid Transit Project - Independent Cost Analysis — CEI CCR No. 26 Asphalt Patching Depth Change (Downtown) — WCD002 MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand Concrete Express, Inc. (CEI) was directed through Work Change Directive No. 002 (WCD) to increase the depth of asphalt patching from 6-inches to 10-inches in the Downtown area of the Mason Corridor project (Laurel to Cherry). This change was directed to adjust the design plans to conform to Larimer County Urban Area Street Standards. To perform the independent estimate check of this contract change we used a cost comparison from the CDOT 2012 cost data book. This cost sheet and the associated independent estimate form are attached. Costs analyzed were comparable in unit price to those provided in CEI's CCR No. 26 submittal (attached). Our independent cost estimate resulted in an estimated cost of $127,933.75. I find CEI's Contract Change Request (CCR 25) in the amount of $132,163.03 to be reasonable for the required change in scope. As such, I recommend acceptance of this additional cost to the contract. Construction Vroject Manager CH2M HILL Tham 970-988-8605 keith.mever(s2ditescosery ices.com Cc: job file Change Management Checklist Compliance Category Date Reviewed Reference Initials Reviewed for compliance with Environmental Assessment 12/21/12 In base scope of work KM' Reviewed for construction/safety impacts 7/31112 In base scope of work; depth KM change only Independent cost estimate prepared 10/15/12 As attached to this memo KM Reviewed for PCGA grant compliance 12/21/12 Required of Build Alternative KM part of SCC 10.03 Reviewed for real estate impactstneeds 10/15/12 In base scope of work; inside city KM road right of way Reviewed for compliance with design criteria/ADA hfto://wvrni.access-board aov/ado-aba/ada- 12/21/12 Not applicable KM standards-dot.cfm WC,DOO2 ditescm Independent Cost Estimate Date of Estimate: 15-Oct-12 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (Y/N): Y Description of Goods (A) or Services (B): A - Scope is to change the depth of patching from 6-inches to 10-inches to comply with LCUASS for patching arterial roadways in Fort Collins. Price is shown as a per ton price which has been converted from square yards to tons based off the attached and from CDOT 2012 Cost Data. I have obtained the following estimate from; Published Price List / Past Pricing (date) 2011 COOT Maint. Cost Data Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Beau Javernick Other (specify) A Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product Cost ($ttn) Cost ($/tn) Quzmfity I Notes TOTAL Delivered No Freight tons Data Source 4" additional inches of HMA $ 446.21 875 2011 C-DOT M $127 933.75 SubTotal 1 $127,933.75 Item/Task: Cost of Services, Repairs, or Nonstandard Items Materials or Work Description - Other Direct Costs Labor Rate ($) Labor Hours Labor Class Allocated Overhead SGBA' Profit Notes: Data Source TOTAL **No labor, materials only. $ _ SubTotal Signature of Preparers � 9 Uing, General and P IniWaUve E aenm TOTAL $ 127,933.75 MGMWORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 002 PROJECT: Mason Corridor — MAX BRT OWNER: City of Fort Collins — Engineering Department ENGINEER: Michael Baker Inc. PROJECT NO: 7332 The following additions, deletions, or revisions to the Work have been ordered and authorized: Description of Work: (Title of WCD): Patching Depth Change — Laurel to Maple This Work Change Directive (WCD) changes the depth of patching from 6-inches to 10-inches to comply with LCUASS for patching arterial roadways in Fort Collins. The Contractor shall use CDOT Grading SG for the full patch depth. Lift placement standards shall still apply to this construction. Oversight in design detail that did not conform to City of Fort Collins construction standards. Attachments (List Supporting Documents): Sheets 18-19. It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the parties expect a Change Order request for approval to subsequently follow this Work Change Directive. III" Ordered By: , t � " July 31, 2012 - Owner Date Recommended By: Z i,,,/lLXf - July 31, 2012 Construction Mifnager Date Copy: Owner Engineer Field File - SharePoint W CDO02 CHANGE IN PATCHING DEPTH 7-31-12 PAGE 1 OF 1 Title: A0 - � d 33 f Date: CAA y4 D,,,dtix_.t CONTRACT CHECKLIST FOR NON-COMPETITIVE PROPOSALS (SOLE SOURCE) Checklist Item Contract File Comments Location 7) Independent Cost Estimate f, 4 The City made and documented an independent cost estimate before receipt of proposals. 10) Unnecessary Experience and YV Q Excessive Bonding Unnecessary experience and excessive bonding requirements were not included in this solicitation or contract documents. 11) Organizational Conflict of Interest (OCI) If there is an apparent or potential OCI the solicitation contains provisions to eliminate or mitigate the conflict (e.g. by inserting a clause that prohibits the contractor from competing for the follow-on contract to the current design or research contact) and OCI Certification is submitted by the contractor. 12) Arbitrary Action There was no arbitrary action in the f� procurement process. (An example of arbitrary action is when award is made to other than the contractor who most satisfied all the City requirements as specified in the solicitation and as evaluated by staff. 13) Brand Name Restrictions Brand Name or Equal. When it is impractical or uneconomical to provide a clear and accurate description of the technical requirements of the property to -be acquired, a "brand name or equal" description may be used to define the performance or other salient characteristics of a specific type of property. The City must identify the salient characteristics of the named brand that offerors must provide. When using a "brand name" specification, the City does not need to reverse -engineer a complicated part to identify precise measurements or specifications in order to describe its salient characteristics. FT A's "Best Practices Procurement Manual," (BPPM) contains additional information on preparation of specifications including examples with specific language. 14) Geographic Preferences 1 , The solicitation contains no in -State or local geographic preference except where Federal statutes mandate or encourage them. 12112/12 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: CEI PROJECT #: CONTRACT NUMBER: CONTRACT DATE: CONTRACT NAME: 26 Revised WCD 002 12-009 7332 Mason Corridor BRT DESCRIPTION OF CCR: Asphalt patching depth in downtown Mason corridor was placed at 10" depth rather than the called for 6", at the direction of the City. Also, SG mix was used the entire depth, rather than the bid 4" of S mix and 2" of SX mix. See attached backup for additional info. MEMO NO.: MEMO DATE: COST CODE: using SG mix 477.62 TN $ 146.97 $ 70,195.81 additional 4" of asphalt patch 424.6 TN $ 151.52 $ 64,335.39 credit for SG mix vs. S/SX mix (bid) 1353.24 TN $ (1.75) $ (2,368.17) TOTAL $ 132,163.03 These are all of the visible effects of the above change we see at this time. We reserve the right to incorporate other changes as they appear in implementing this change. If you have any questions regarding this change, please feel free to contact me at 303.562.2000. Sincerely, l � Ryar Dic inson Proj ct anager MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand September 20, 2012 Ms. Erika Keeton, PE MAX Project Manager City of Fort Collins — Engineering Dept 281 N. College Ave. Fort Collins, CO 80524 RE: MAX Bus Rapid Transit Project - Independent Cost Analysis — CEI CCR No. 2 Temporary Chain Link Fencing for BNSF Construction — WCD003 Concrete Express, Inc. (CEI) was directed through Work Change Directive No. 6 (WCD) to install rented 6-ft tall chain link construction fence along Mason Street for the duration of BNSF track work in that area. Work included installation and removal of approximately 10,000 lineal of 6-ft tall construction fence; fence rental, stands and sandbags for a period of 25 calendar days (July 16, 2012 through August 10, 2012). To perform the independent estimate check of this change request, past cost was used from the 2012 CDOT Cost Data book compiled by the CDOT Engineering Estimates and Market Analysis Unit of the Agreements and Market Analysis Branch. Costs analyzed were comparable in unit price to those provided in CEI's CCR No. 2 submittal (attached). Our independent cost estimate resulted in an estimated cost of $19,900.00. The documents reviewed included contractor supplied purchase order for the work performed by their subcontractor/rental company - American Fence Company. As this work is classified as a rental, no additional overhead or profit was included in the cost. I find CEI's Contract Change Request (CCR 2) in the amount of $16,401.90 to be reasonable for the required increase in scope. As such, I recommend approval of this request for additional compensation. Aleyer PE Constructi Project Manager CH2M HILL Team 970-988-8605 keith.mever(a)ditescoservices com Cc: job file VA5i tzi � 7fi3�i rg, /z 9-wiz Reviewed f mplia e w h EA Date 0 7-/B-iz Reviewed o onst tion/safety impacts Date "y Z Indep ndent cost innate prepared Date Jg2c 10.M2oL Al2a2A 9-o4�z Reviewed for PCGA grant compliance Date =M&I�a ® WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 003 PROJECT: Mason Corridor — MAX BRT PROJECT NO: 7332 OWNER: City of Fort Collins — Engineering Department ENGINEER: Michael Baker Inc. The following additions, deletions, or revisions to the Work have been ordered and authorized: Description of Work: (Title of WCD): Install Temporary Chain Link Fence — BNSF work This Work Change Directive (WCD) directs the Contractor to procure and install temporary chain link fence along Mason Street from Laurel Street to Maple Street as part of the BNSF traffic control and work area safety plan. The chain link fence shall be 6-ft tall and temporarily mounted along the corridor. This change was initiated to protect pedestrians throughout the work zone. CEI Contract It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the parties expect a Change Order request for approval to subsequently follow this Work Change Directive. Ordered By: F�'�'� " __- July 18, 2012 caner Date Recommended By: %/t1 July 18, 2012 Construction Marnager Date Copy: Owner Engineer Field File - SharePant W CDO03—TEMP CHAINUNK FENCE 7-18-12 PAGE 1 OF 1 �1 : F 7/18/12 Erika Keeton, PE Special Projects Engineer City of Fort Collins 281 North College Avenue Fort Collins. CO 80522-0580 CCR NUMBER: CEI PROJECT #: CONTRACT NUMBER: CONTRACT DATE: CONTRACT NAME: 002 12-009 7332 Mason Corridor BRT DESCRIPTION OF CCR: Pricing to provide temporary 6' chainlink fence along both sides of Mason St. for duration of roadway closure for BNSF track work. MEMO NO.: MEMO DATE: COST CODE: Temp 6' fencing: inst and remove 10,000 If LS $ 16,401.90 16,401.90 TOTAL $ 16,401.90 Concrete Express, Inc., requests working days for the above contract modifications. These are all of the visible effects of the above change we see at this time. We reserve the right to incorporate other changes as they appear in implementing this change. If you have any questions regarding this change, please feel free to contact me at 303.562.2000. Sincerely, t 14*7)�J�v Rya Di inson Pro j t anager VNGD DO'S ditesco Independent Cost Estimate Date of Estimate: 19-Sep-12 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (YIN): Y Description of Goods (A) or Services (B): A Scope Is to install and remove 10,000 LF of temporary 5' fence. Includes TStands and sandbags for a rental period of 25 days. Pest cost data was obtained using comparable scope cost In the published 2012 C-DOT cost data. I have obtained the following estimate from; Published Price List / Past Pricing (daze) 2012 C. Cost Data Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed try) Other (specify) Cost Estimate Details: (Estimate calculated in US Do0ars) A Cost of Standard Items Product Cost W 0 Cost ($At) Notes/Data Source TOTAL Delivered No Freight Install and Remove temp fence 1.99 1.99 2012 C-DOT Cost Data $ 19.900.00 Includes stands, bags, fence Total $ 19,900.00 Cost of Services, Repairs, or Non -Standard Items IlemlTask: 5allip, emm l oM Adminiamm Erpunws Signature of Preparers XNr MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand July 12, 2012 Ms. Erika Keeton, PE MAX Project Manager City of Fort Collins — Engineering Dept 281 N. College Ave. Fort Collins, CO 80524 RE: MAX Bus Rapid Transit Project - Independent Cost Analysis — CEI CCR No. 1 BNSF Railroad Protective Liability Insurance Changes — WCD004 Concrete Express, Inc. (CEI) submitted CCR 1 on July 5, 2012 in advance of full execution of their contract notifying the City of discrepancies inside the contract documents relative to the required BNSF Railway Protective Liability Policy Limits. Specifically there were inconsistencies in the amount of general liability insurance limits. The original bid documents (and associated Exhibit E-1) required $2M/$6M general liability limits. The actual BNSF agreement with the City of Fort Collins required $5M/$10M policy limits. These higher limits of insurance increased the associated premium. During this process of defining the insurance limits, CEI also reanalyzed the amount of work actually occurring within 50-ft of the BNSF right of way. In do so, they determined approximately $14M worth of actual improvements were inside these limits. At bid time, they assumed 60% of the work ($21 M) would be inside these limits and therefore, require protective liability. This effort reduced the premium to match actual field construction conditions. In reviewing this change request, it is evident that the additional compensation relied solely on the actual cost incurred through the change in insurance limits. The documents reviewed included contractor supplied quotes for both coverage limits and the actual check that was issued to purchase the insurance policy through BNSF's provider. These documents support the requested total change of $3,957.00. I find CEI's Contract Change Request (CCR 1) in the amount of $3,957.00 to be reasonable for the required increase in insurance coverage. As such, I recommend approval of this request for additional compensation. Keith Mey r, P ❑ �i� Construct on Project Manager Reviewed or compliance with EA Date CH2M HILL Team 10T A N/ 7//Z/"z 970-988-8605 Revi edforc struction�/saf yimpacts D t� keith.meverta7ditescoservices.com 46E A�rirE Tf�/' z Independent cost estimate prepared Date Reviewed for PCGA grant compliance Date Cc: job file mait. WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 004 PROJECT: Mason Corridor - MAX BRT OWNER: City of Fort Collins - Engineering Department ENGINEER: Michael Baker Inc. PROJECT NO: 7332 The following additions, deletions, or revisions to the Work have been ordered and authorized: Description of Work: (Title of WCD): Insurance Premium Adjustment - BNSF Protective Liability This Work Change Directive (WCD) adjusts the liability protection limits and associated premium to match Exhibit E-1, Section 3 - Insurance providing Commercial General Liability limits of $5M/ $10M. The GL limits provided in the original bid documents called for $2M/$6M limits. This change was initiated to conform the contract requirements to that required by BNSF through their construction and maintenance agreement with the City of Fort Collins. Change Request (CCR 1) It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the parties expect a Change Order request for approval to subsequently follow this Work Change Directive. Ordered By: k �(U"�i-- 1111 July 12, 2012 caner Date Recommended By: %A/L July 12, 2012 Construction Milhager Date Copy: Owner Engineer Field File - SharePoint WCD004—INSURANCE ADJUSTMENT—BNSF-7-12-12 PAGE 1 OF 1 7105/12 Erika Keeton, PE Special Projects Engineer City of Fort Collins 281 North College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: CEI PROJECT #: CONTRACT NUMBER: CONTRACT DATE: CONTRACT NAME: 001 12-009 7332 Mason Corridor BRT DESCRIPTION OF CCR: Railroad Protective Liability Insurance requirements have been revised by the Railroad. The bid documents called for $21VIM for each occurrence and $61VIM aggregate. These limits have been increased by the RR to $51VIM each and $10MM aggregate. MEMO NO.: MEMO DATE: COST CODE: Protective Insurance - $2MM/$6MM Cost to provide $5MM/$10MM Concrete Express, Inc., requests LS $ (110,200.00) $ (110,200.00) LS $ 114,157.00 $ 114,157.00 working days for the above contract modifications. 3,957.00 These are all of the visible effects of the above change we see at this time. We reserve the right to incorporate other changes as they appear in implementing this change. If you have any questions regarding this change, please feel free to contact me at 303.562.2000. Sincerely, E%� "MA?z 7.. September 24, 2012 Ms. Erika Keeton, PE MAX Project Manager City of Fort Collins — Engineering Dept 281 N. College Ave. Fort Collins, CO 80524 RE: MAX Bus Rapid Transit Project - independent Cost Analysis — CEI CCR No. 5 Traffic Control for BNSF Construction — WCD005 MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand Concrete Express, Inc. (CEI) was directed through Work Change Directive No. 5 (WCD) to provide traffic control services including all devices, flagger and traffic control supervisor personnel for a period of 25 calendar days (July 16, 2012 through August 10, 2012). This work was associated with the closure of Mason Street from Laurel Street to Cherry Street for BNSF Railway track rehabilitation activities. To perform the independent estimate check of this change request, past cost was used from the 2011 CDOT Cost Data book compiled by the CDOT Engineering Estimates and Market Analysis Unit of the Agreements and Market Analysis Branch. Costs analyzed were comparable in unit price to those provided in CEI's CCR No. 5 submittal (attached). An independent cost estimate used for the analysis is attached, along with supplemental traffic control device breakdown. Our independent cost estimate utilized unit price application to the work performed and resulted in an estimated cost of $170,504.36. The documents reviewed included contractor supplied record of flagger and traffic control supervisor hours worked during the duration specified; certified payroll records from Northern Colorado Traffic Control and daily traffic control log counts performed by City of Fort Collins personnel. I find CEI's Contract Change Request (CCR 5) in the amount of $147,562.78 to be reasonable for the required increase in scope. As such, I recommend approval of this request for additional compensation. eit K' h M4eyer � Constructi Project Manager CH2M HILL Team 970-988-8605 keith.meverCcDditescosery ices. com Cc: job file �•v5/ IRevie edfarc pli a withEDate � Z 7- IZ-17 Reviewed f c s ion/safety impacts Date V ! M 9 �9 /- Indep—fit cost imate prepared Date Reviewed for PCGA grant compliance Date I � d,�r.y uF'. � ♦ r I UJIe-all N , TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 005 PROJECT: Mason Corridor— MAX BRT OWNER: City of Fort Collins — Engineering Department ENGINEER: Michael Baker Inc. PROJECT NO: 7332 The following additions, deletions, or revisions to the Work have been ordered and authorized: Description of Work: (Title of WCD): Traffic Control for BNSF Rail Rehabiliation This Work Change Directive (WCD) directs the Contractor to provided traffic control (signing, flagging, traffic control supervisor) for the BNSF rail rehabilitation phase of the project. This work shall be tracked on a time and material basis from July 16, 2012 to August 10, 2012. All traffic control costs incurred by Contractor after said timeframe shall be included in the bid lump sum price for traffic control 630-50000. This change was initiated to provide traffic control for BNSF as this was not part of their services through separate agreement with the City of Fort Collins. CEI Contract Change Time tracking logs It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the parties expect a Change Order request for approval to subsequently follow this Work Change Directive. I r Ordered By: i, _ . 4�cC� July 12, 2012 owner Date / Recommended By: 4& July 12, 2012 ConstwOon Manager Date Copy: Owner Engineer Field File - SharePoint W CD005_BNSF TRAFFIC CONTROL-7-12-12 PAGE 1 OF 1 15) Contract Term Limitation The contract period of performance for rolling stock and replacement parts does not exceed five (5) years inclusive of options without prior written FTA approval. For all other types of contracts, the procurement file contains evidence that the contract term is based on sound business judgment. 18) Award to Responsible Contractor i1,2 The City made a determination that it was awarding to a responsible contractor Zl Ll considering such matters as contractor integrity, compliance with public policy, record of past performance, and financial and ` I technical resources. 1. Appropriate Financial, equipment, facility and personnel. (Y/N) l 2. Ability to meet delivery schedule. (Y/N) /- 3. Satisfactory period of performance. (Y/N) 7 �% 4. Satisfactory record of integrity, not on declined or suspended listings. (Y/N) 5. Receipt of all necessary data from vendor. (Y/N) 19) Sound and Complete Agreement g 5- C� i4.,,.� On cr This contract is a sound and complete agreement. In addition, it includes remedies for breach of contract and provisions covering termination for cause and convenience. 24) Clear, Accurate, and Complete S Specification ' A complete, adequate, and realistic specification or purchased description was available and included any specifications and pertinent attachments which define the items or services sought in order for the bidder to properly respond. 38) Sole Source if other Award is Infeasible G Alvrl QLdS-K_ The contract file contains documentation that award of a contract was infeasible under small purchase procedures, sealed bids, or competitive proposals and at least one of the following circumstances applies: (1) The item was available only from a single source. (Verify prices are no higher than price for such item by likely customers.) (2) Public exigency for the requirement did not permit a delay resulting from a competitive solicitation. (3) An emergency for the requirement did not permit a delay resulting from a competitive solicitation. (4) The FT A authorized noncompetitive negotiations. (5) Competition was determined inadequate after solicitation of a number of sources. 8/22/12 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: 005 CEI PROJECT M 12-009 CONTRACT NUMBER: 7332 CONTRACT DATE: CONTRACT NAME: Mason Corridor BRT DESCRIPTION OF CCR: Traffice control devices, traffic control management, and flagging provided by Northern Colorado Traffic Control for BNSF Railroad work in Mason Corridor, beginning July 16, 2012 through August 10, 2012. MEMO NO.: MEMO DATE: COST CODE: 630-50000 I rattic control devices 1 LS $ 8,621.00 $ 8,621.00 TCM days 43 DAY $ 525.00 $ 22,575.00 TCM nights 19 NIGHT $ 525.00 $ 9,975.00 Flagging hours - days 3446.5 HR $ 22.05 $ 75,995.33 Flagging hours - nights 1369 HR $ 22.05 $ 30,186.45 Traffic control inspection 2 EA $ 105.00 $ 210.00 $ 147,562.78 incorporate other changes as they appear in implementing this change. If you have any questions regarding this change, please feel free to contact me at 303.562.2000. Sincerely, rWc000s- ditesco Independent Cost Estimate Date of Estimate: 19-Sep-12 Contract Type: Masan Corridor BRT (Hard Bid) Existing Contract or PO (YIN): Y Description of Goods (A) or Services (B): A Scope is to provide traffic control Ilaggers, maintenance, and devices/signage for the period of 7116/2012 to 8110/2012. Traffic control was performed both night and day shift. Hours requested were checked against certified payroll submitted to the project for veracity. Traffic control lump sum item compared using NCTC Traffic Control logs for device list. Traffic Control Devices were broken Into unit -days, then specified as (days). Past cost data was obtained using comparable scope cost in the published 2011 C-DOT cost data for Maintenance Projects. Overhead and profit included in subcontractors unit rates. 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) Other (specify) 2011 CDOT Malnt. Cost Data Cast Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product Cost($/day) Cost($/day) Quantity Notes TOTAL Delivered No Freight Days Data Source Traffic Control Devices $ 3.77 11475 2011 C-DOT M $ 43,260.75 Changeable Message Boards $ 68.95 184 2011 C-DOT M $ 12,686.80 TCM Days $ 314.38 43 2011 C-DOT M S 13.516.34 TCM Nights $ 314.38 19 2011 C-DOT M $ 5,973.22 Traffic Control Inspection $ 99.95 2 2011 C-DOT M $ 199.90 $ SubTolal I I I 1 1 $ 75.639.01 Cost of Services, Repairs, or NonStandard Items hem/fask: Materials or Work Description Other Direct Casts Labor Rate $ Labor Hours Labor Class Allocated Overhead SG&A• Profit Notes: Data Source TOTAL Flagging hours- De $ 19.70 3446.5 Flag 2011 C-DOT M $ 67,896,05 Flagging hours- Nights $ 19.70 1369 Flag 2011 C-DOT M $ 26.969.30 S S $ S S $ S Su6Totel $ 94,865.35 Signature of Preperer: i *Wm Genonl antlMMinotra6vv E�xnva TOTAL $170,504.36 MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand December 21, 2012 Ms. Erika Keeton, PE MAX Project Manager City of Fort Collins — Engineering Dept 281 N. College Ave. Fort Collins, CO 80524 RE: MAX Bus Rapid Transit Project - Independent Cost Analysis — CEI CCR No. 27 Temporary Patching and Recycled Asphalt - Downtown Concrete Express, Inc. (CEI) was directed through Work Change Directive No. 006 (WCD) to place temporary asphalt and recycled asphalt at the intersections of Oak, Mountain and Laporte. To perform the independent estimate check of this contract change we used a cost comparison to time and material hourly rates established by CEI in the contract. The associated independent estimate forms are attached. Costs were as tracked and documented in the field memorandum from CEI. I find CEI's Contract Change Request (CCR 27 memo) in the amount of $885.00 to be reasonable for the required change in scope. As such, I recommend acceptance of this additional cost to the contract. Aeithyer PE Constructio Project Manager CH2M HILL Team 970-988-8605 keith.meyer ditescoservices.com Cc: job file Change Management Checklist Compliance Category Date Reviewed Reference Initials Reviewed for compliance with Environmental Assessment 12/21/12 1 n base scope of work KM Reviewed for construction/safety impacts 8/2/12 In base scope of work; depth KM change only Independent cost estimate prepared 10/15/12 As attached to this memo KM Reviewed for PCGA grant compliance 12/21/12 Required of Build Alternative KM part of SCC 10.03 Reviewed for real estate impacts/needs 10/15/12 In base scope of work; inside city KM road right of way Reviewed for compliance with design criteria/ADA htto'//v access-board.gov/ada-abalada- 12/21/12 Not applicable KM standards-dot.cfm rna,,, WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 006 PROJECT: Mason Corridor — MAX BRT OWNER: City of Fort Collins — Engineering Department ENGINEER: Michael Baker Inc. PROJECT NO: 7332 The following additions, deletions, or revisions to the Work have been ordered and authorized: Description of Work: (Title of WCD): Temporary Road Crossings This Work Change Directive (WCD) directs the Contractor to install temporary road crossings at the following intersections: Oak Street; Mountain Avenue and Laporte Avenue. Oak St shall be reopened to traffic with temporary recycled asphalt. Mountain and Laporte Ave shall be reopened to traffic with a temporary HMA patch, 4-inch depth, Grading S. This work shall be tracked and paid for on a time and materials basis. This change was initiated to facilitate acceleration of intersection openings in the downtown area to ease access to businesses. It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the parties expect a Change Order request for approval to subsequently follow this Work Change Directive. Ordered By: �� r�GG�" August 2, 2012 caner Date Recommended By: /� zdt— August 2, 2012 Construction Mirnager Date Copy: Owner Engineer Field File - SharePoint W CDO06 TEMPORARY ROAD CROSSINGS 8-2-12 PAGE 1 OF 1 xs s.'M1 `ht. CEI;�Y/ 12114112' Erika Keeton Special Projects Engineer City of.F.t_ Collins,,.* 281 N. College'A_yenue Fort Collins, CO 80522-0580 27 Revised WCD 006 12-009 7332 Mason Corridor BRT At direction of COFC, placed and removed temp RAP at Oak & Mason MEMO NO.: -32067 . MEMO DATE:' COST.CODE: DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL , RAP place/remove'ai Oak 1 LS $ 885.00 $ 885.06 TOTAL $ 885.00 A}' S p These are all of the visible effects of the above change we see at this time. We reserve the right to incorporate other changes as they appear in implementing this change. If you have any questions regarding this change, please feel free to contact me at 303.562.2000. Sincerely, Ryan i cinson— Proj ct anager WGD oo(o ditesco Independent Cost Estimate Date of Estimate: 21-Dec-12 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (YIN): Y Description of Goods (A) or Services (B): A Add temporary patching to downtown area (recycled asphalt and HMA) 1 have obtained the following estimate from; Published Price List / Past Pricing (date) Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Other (specify) Time and Material Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product Cost ($/tn) Cost ($/tn) Quantity Notes TOTAL Delivered No Freight tons Data Source SubTotal $ Cost of Services, Repairs, or Non -Standard Items Item/Task: Materials or Work Description Other Direct Costs Rate ($) Hours Labor Class Allocated Overhead SGBA' Profit Notes: Data Source TOTAL Foreman $ 55.00 4 $ 220.00 Operator $ Skid Steer $ 65.00 4 $ 260.00 Backhoe $ 80.00 4 $ 320.00 Trucking $ 85.00 1 $ 85.00 SubTotal I is 885.00 Signature of Preparer: le A _1 'SNhng, Gen a Aaministreuve E. . TOTAL $ 885.00 may�s WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 007 PROJECT: Mason Corridor- MAX BRT OWNER: City of Fort Collins - Engineering Department ENGINEER: Michael Baker Inc. PROJECT NO: 7332 The following additions, deletions, or revisions to the Work have been ordered and authorized: Description of Work: (Title of WCD): Enhanced Crosswalks - Laurel to Maple This Work Change Directive (WCD) clarifies the design intent of colored crosswalks along the Mason Corridor from Laurel Street to Maple Street. Crosswalks at these intersections shall be installed with dual colors (San Diego Buff walk; Brick Red border). Through this work change directive Section 412.02 of the Project Special Provisions is changed to delete "Use Brick Red #160 instead of San Diego Buff #5237 for Concrete Pavement (10" Special)". This change was made to match all previously installed concrete crosswalks in the downtown area of Fort Collins. Attachments (List Supporting Documents): This is a no cost work change directive. However, it modifies the contract specifications. It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the parties expect a Change Order request for approval to subsequently follow this Work Change Directive. I Ordered By: ;.tom__ LC! (� August 2, 2012 ' Owner Date Recommended By: /�� A-" August 2, 2012 Construction Mi3nager Date Copy: Owner Engineer Field File - SharePvnt WCDO07 ENHANCED CROSSWALKS 8-2-12 PAGE 1 OF 1 MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand September 20, 2012 Ms. Erika Keeton, PE MAX Project Manager City of Fort Collins — Engineering Dept 281 N. College Ave. Fort Collins, CO 80524 RE: MAX Bus Rapid Transit Project - Independent Cost Analysis — CEI CCR No. 4 Specialty Traffic Control Signage — BNSF Construction — WCD009 Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 9 to fabricate and install specialty signs related to the road closures associated with BNSF Railway rehabilitation in the downtown area of Fort Collins. The signs were installed for a period of 25 calendar days (July 16, 2012 through August 10, 2012). CEI subcontracted this work through their traffic control subcontractor, Northern Colorado Traffic Control. To perform the independent estimate check of this change request, past cost was used from the 2011 CDOT Cost Data book compiled by the CDOT Engineering Estimates and Market Analysis Unit of the Agreements and Market Analysis Branch. Costs analyzed were comparable in unit price to those provided in CEI's CCR No. 4 submittal (attached). Our independent cost estimate resulted in an estimated cost of $10,007.51. The documents reviewed included contractor supplied quote for the materials to be provided by their traffic control subcontractor, Northern Colorado Traffic Control. As this work is classified as furnishing of materials, no additional overhead or profit was included in the cost. I find CEI's Contract Change Request (CCR 4) in the amount of $9,068.00 to be reasonable for the required increase in scope. As such, I recommend approval of this request for additional compensation. Keith r, PE Construc on Project Manager CH2M HILL Team 970-988-8605 keith. meyer(a)ditescosery ices. com Cc: job file / Tang/ Reviewed foS csynplianye with EA Date 7-i6 /z impacts Date cost esyfnate prepared for PCGA grant compliance —/ Z WtD 0001 d ites co Independent Cost Estimate Date of Estimate: 1 g-Sep-12 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (YIN): Y Description of Goods (A) or Services (B): A Scope is to provide project signage for the project. Past cost data was obtained using comparable scope cost in the published 2011 COOT Maintenance cost data. Signage converted to square feet for the purposes of this estimate. I have obtained the following estimate from; Published Price List / Past Pricing (date)l 2011 CDOT Cost Data Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) ` Other (specify) Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product Cost ($/sf) Cost ($/ea) Quantity- Notes/Data Source TOTAL Delivered No Freight (so Construction Traffic Sign Pnl C $ 14.87 $ 14.87 673 2011 CDOT Cost Data $ 10,007.51 Total I I$ 10,007.51 Cost of Services, Repairs, or Non -Standard Items Item/Task: '$elll�g, Genial aM AdnaysVative Expenses Signature of Preparers 39) Cost Analysis Required S Cost analysis and profit negations were ' performed (initial award and modifications) And documented for price reasonableness was established on the basis of a catalog or market price of a commercial product sold in substantial quantities to the general public or on the basis of prices set by law or regulation. 40) Evaluation of Options The option quantities or periods contained in N ' the contractors bid or offer were evaluated in order to determine contract award. (To be eligible for Federal funding, options must be evaluated as part of the price evaluation of offers, or must be treated as sole source awards. 42) Written Record of Procurement �5 History // d The file contains records detailing the history of this procurement. At a minimum, these records include. (1) the rationale for the method of procurement, / /f r,'pi9 (2) Selection of contract type, �� 44-9 (3) reasons for contractor selection or rejection, and c� M� 5� /9 �_ 4 the basis for the contract rice. r y f4 •, PR i cE 5 , 43) Exercise of Options The grantee exercised an option on this contract adhering to the terms and conditions of the option stated in the contract and " determined that the option price was better than prices available in the market or that the option was a more advantageous offer at the time the option was exercised. If an option was not exercised under this contract, check NA. 44) Out of Scope Changes The grantee amended this contract outside 61.(t the scope of the original contract. The amendment was treated as a sole source 7 &-Zt-1 1 OL - procurement (complying with the FTA requirements for a justification, cost analysis and profit ne otiation). 45) Advance Payment Provisions The contractor did not receive an advance payment utilizing FTA funds and the contract �(f D does not contain advance payment provisions or, if it did, prior written concurrence was obtained from FTA. 46) Progress Payment Provisions The contract contains progress payments based on costs incurred (as opposed to pp percent of completion) and the contract G-� contains a provision giving the grantee title to property (materials, work in progress, and finished goods) for which progress payments are made. The contract may contain other security in lieu of obtaining title. 51vi � � • wvi ,z TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 009 PROJECT: Mason Corridor — MAX BRT OWNER: City of Fort Collins— Engineering Department ENGINEER: Michael Baker Inc. PROJECT NO: 7332 The following additions, deletions, or revisions to the Work have been ordered and authorized: Description of Work: (Title of WCD): Specialty Signs - BNSF work This Work Change Directive (WCD) directs the Contractor to fabricate and install specialty signs according to the attached maps -and scope of work. These signs shall become the property of the Owner upon completion of the work and shall be in place from July 16, 2012 to August 10, 2012. This change was initiated to address specialty sign needs as part of the BNSF traffic control. Traffic control map exhibits Traffic control scope of work Quantity summary It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the parties expect a Change Order request for approval to subsequently follow this Work Change Directive. Ordered By: _;;.[ -_ rU — July 16, 2012 // er Date Recommended By: !/ ` At-', July 16, 2012 Constmc0on M¢hager Date Copy: Owner Engineer Field File - SharePoint WCDO09_SPECIALTY SIGNs_BNSFWORK_7-16-12 PAGE OF / w4C CEIt�, 8113112 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: CEI PROJECTM CONTRACT NUMBER: CONTRACT DATE: CONTRACT NAME: 004 12.009 7332 Mason Corridor BRT DESCRIPTION OF CCR: Special project signage supplied by Northern Colorado Traffic control for the Mason Street closure. MEMO NO.: MEMO DATE COST CODE: 630-50000 DESCRIPTION QTY UNIT UNITPRICE OT TOTAL 48'x48' Orange Street Name Special 25 EA $ 216.00 $ 5,400.00 44"xB' Orange Street Name Plaques 25 EA $ 31.45 $ 786.25 36"x24" Hip Blue Oak St. Bus Open 2 FA $ 75.00 $ 150.00 24'x24" hip. White Del. Staging 4 EA $ 52.00 $ 208.00 18N24" Hip.W hits Shuttle Stop Info 11 EA $ 39.00 $ 429.00 18'x18" Round Hip. Blue Shuttle Stop 11 EA $ 34.25 $ 376.75 36'x24' Hip Green Shuttle Stop 14 EA $ 75.00 $ 1,050.00 12"x6' Hip Green Plaque Arrows 14 EA $ 13.00 $ 152.00 24"x24" Orange No Deliveries 6 EA $ 56.00 $ 336.00 36"x24' Hip Green Temp Parking for City Employees 1 EA $ 75.00 $ 75.00 36-x24" Hip Blue Oak St. Bus Open (replacement. stolen) 1 EA $ 75.00 $ 75.00 TOTAL $ 9,068.00 Concrete Express, Inc., requests 0 working days for the above contract modifications. These are all of the visible effects of the above change we see at this time. We reserve the right to incorporate other changes as they appear in implementing this change. If you have any questions regarding this change, please feel free to contact me at 303.562.2000. Sincerely, ' Ryan icki son Proj ct M agar MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand December 21, 2012 Ms. Erika Keeton, PE MAX Project Manager City of Fort Collins — Engineering Dept 281 N. College Ave. Fort Collins, CO 80524 RE: MAX Bus Rapid Transit Project - Independent Cost Analysis — CEI CCR No. 43R1 Maple Intersection Changes — WCD010 Concrete Express, Inc. (CEI) was directed through Work Change Directive No. 010 (WCD) to add supply, installation and maintenance of 8,995 lineal feet of erosion logs to the contract. This unit item was missed during compilation of the original bid schedule. In reviewing this request, we reviewed the quantity take off provided by Baker and the SWMP plans. We then compared this to the 2012 CDOT Cost data for similar work and installation. From this, a unit price of $3.47 was used for comparison. The total estimated cost for this work is $31,212.65. I find CEI's Contract Change Request (CCR 43 R1) in the amount of $24,826.20 to be reasonable for the required change in scope. As such, I recommend acceptance of this additional cost to the contract. Construction Froject Manager CH2M HILL Team 970-988-8605 ke ith. m ever(a), d i tescoseryices. com Cc: job file Change Management Checklist Date Compliance Category Reviewed Reference Initials Reviewed for compliance with Part of the base bid SW MP plan; Environmental Assessment 12/21/12 needed to comply with FONSI KM checklist Reviewed for construction/safety impacts 12/21/12 Not applicable KM Independent cost estimate prepared 12/21/12 As attached to this memo KM Reviewed for PCGA grant compliance 12/21/12 Part of Build Alternative KM scope is included in SCC 10.01 Reviewed for real estate impactstneeds 12/21/12 Installation to be inside temporary KM construction easements Reviewed for compliance with design criteria/ADA httr)//i w.access-board.00v/ada-aba/ada- 12/21/12 Not applicable KM standards-dot.drn 2 Wr✓ O M ditesco Independent Cost Estimate Date of Estimate: 21-Dec-12 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (YIN): Y Description of Goods (A) or Services (B): A Adds Erosion logs to the bid schedule per the approved SWMP plan. I have obtained the following estimate from; Published Price List / Past Pricing (date) 2012 CDOT Cost Data Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Keith Meyer Other (specify) Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product Cost ($/tn) Cost $/tn Quantity Notes TOTAL Delivered No Freight LF Data Source Erosion Los $ 3.47 8995 2012 CDOT $ 31,212.65 SubTotal I s 31,212.65 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 SG&A' Profit Notes: Data Source TOTAL "No labor, materials only. g $ $ SubTotal g Signature of Preparers Xm 'sdIJN. Ge a M.Wste ERpamea TOTAL $ 31,212.65 10/30/12 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: CEI PROJECT #: CONTRACT NUMBER: CONTRACT DATE: CONTRACT NAME: 43 R1 WCD # 10 12-009 7332 Mason Corridor BRT DESCRIPTION OF CCR: At the request of the City, below is pricing for furnish and install 10' Erosion Logs throughout the project LOCATION MEMO NO.: MEMO DATE: COST CODE: 10130/2012 208-00005 DESCRIPTION QTY UNIT UNIT PRICE OT TOTAL Erosion Logs 8995 LF $ 2.76 $ 24,826.20 TOTAL $ 24,826.20 Concrete Express, Inc., requests 0 days for the above contract modifications. These are all of the visible effects of the above change we see at this time. We reserve the right to incorporate other changes as they appear in implementing this change. If you have any questions regarding this change, please feel free to contact me at 303.562.2000. max WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 010 PROJECT: Mason Corridor — MAX BRT PROJECT NO: 7332 OWNER: City of Fort Collins— Engineering Department ENGINEER: Michael Baker Inc. The following additions, deletions, or revisions to the Work have been ordered and authorized: Description of Work: (Title of WCD): Erosion Control Log Addition This Work Change Directive (WCD) adds erosion control logs to the base contract that were missed in the original bid tabulation. The erosion logs will be added to the bid schedule and paid for at the unit price per lineal foot. 8,995 LF in total This pay item was missed in the original bid tablulation. It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the parties expect a Change Order request for approval to subsequently follow this Work Change Directive. Ordered By: December 21, 2012 caner Date Recommended By: Z ` A/� December 21, 2012 Construction Whager Date Copy: Owner Engineer Field File - SharePoint W CDO10_EROSION CONTROL LOGS-12-21-12 PAGE 1 OF 1 maxWORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: PROJECT: Mason Corridor— MAX BRT OWNER: City of Fort Collins — Engineering Department ENGINEER: Michael Baker Inc. 012 PROJECT NO: 7332 The following additions, deletions, or revisions to the Work have been ordered and authorized: Description of Work: (Title of WCD): Storm Line J Changes (Mason - Old Main to Laurel) This Work Change Directive (WCD) changes the alignment, location and grade of storm drainage line J. Specifically grades are changed at MHJ1.1, INJ1.1 and pipe alignment changed from MHJ1.3 and INJ1.1. To address field utility and tree conflicts with design. Attachments (List Supporting Documents): It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the parties expect a Change Order request for approval to subsequently follow this Work Change Directive. f/ Ordered By: August 22, 2012 '� weer Date Recommended By: ` �f7li/�� Construction Mpager Copy: Owner Engineer Field File - SharePoint August 20, 2012 Date WCD012 STORM LINE J CHANGES 5-20-12 PAGE OF maxWORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 018 PROJECT: Mason Corridor— MAX BRT OWNER: City of Fort Collins —Engineering Department ENGINEER: Michael Baker Inc. PROJECT NO: 7332 The following additions, deletions, or revisions to the Work have been ordered and authorized: (Title of WCD): Storm Line C1-1 and C1-2 design changes This Work Change Directive (WCD) adds design changes to the contract for storm line C1-1 and Cl-2 according to the attached exhibits. The Contractor shall price the design change in its entirety regardless of quantities contained within the bid schedule for the work as originally designed. This shall include inlets, pipe, excavation, backfill, bedding, curb and gutter, asphalt patching; any cost whatsoever to make this portion of the project whole. To address incomplete design issues for this pipeline segement that were not constructable. ne C1-1 detail. It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the parties expect a Change Order request for approval to subsequently follow this Work Change Directive. r I r Ordered By: t-- .t w(' October 24, 2012 - Owner Date Ow� Recommended By: / X%� October 24, 2012 construction Mpnager Date Copy: Owner Engineer Field File - SharePoint WCDO18 STORM LINE Cl-1 DESIGN -CHANGES 10-24-12 PAGE 1 OF 1 Erika Keeton From: Keith Meyer<Keith.Meyer@ditescoservices.com> Sent: Wednesday, January 02, 2013 4:24 PM To: Erika Keeton Subject: ICE for CO 1, 2, 3 Attachments: ICE -COR #1_signed_WCDOOl.pdf, ICE -COR #2_signed_WCD002.pdf; ICE_WCD003 _signed.pdf, ICE - WCD005_signed.pdf, ICE WCD006_signed.pdf, MAX-BRT ICE Signed WCDB.pdf, ICE_WCD009_signed.pdf, ICE_WCDO10_signed.pdf; ICE_WCD013_signed_ 12-12.pdf, ICE_WCD015_signed.pdf Attached. Summary below. WCD001— attached WCD002 — attached �✓CD003 — attached '�'.^•CD004—no ICE (insurance adjustment for BNSF}�l{ WCD005 — attached WCD006—attached / WCD007—no cost, therefore no ICE✓ W C D008 — attached W CD009 — attached WCDO10 — attached WCD012 — no cost, therefore no ICE WCD013 — attached WCD015 - attached WCD018 — no cost, therefore no ICE That should be all of them .... let me know if I missed something. Keith Meyer, P.E. Ditesco 1315 Oakridge Drive - Suite 120 Fort Collins, CO 80525 \ 970-988-8605 970-204-1673 (fax) keith.mever(@ditescoservices.com 1 47) Time and Materials Contracts This is a time and materials contract; the /Va grantee determined that no other type of contract is suitable; and the contract specifies a ceiling rice. 48) Cost Plus Percentage of Cost This is not a cost plus a percentage of cost type contract. 49) Liquidated Damages Provisions This contract contains liquidated damages �o provisions and the assessment for damages is specified in the contract at a specific rate per day for each day of overrun in contract time. 50) Piggybacking 1) The file contains: Assignability provisions. AJ 2) The procurement file contains: Price reasonableness determination. 56) Clauses This contract contains the appropriate FTA required clauses. Excluded Parties Search EPS run and include in the file. CHANGE ORDER NO. 01 PROJECT TITLE: CONTRACTOR: PROJECT NUMBER: PURCHASE ORDER NO.: DESCRIPTION: 1. Reason for change: Mason Corridor - MAX BRT Concrete Express, Inc. 7332 (CEI project no. 12-009) 9124039 Contract reconciliation through 11-30-12 This change order compiles and reconciles contract changes on the MAX BRT contract through November 2012. This change order is supported by work change directives describing each change authorized on this contract. Work change directives 1, 2, 3, 4, 5, 6, 7, 9, 10, 12 and 18 are hereby incorporated by reference. 2. Description of Change: This change order includes changes to the contract to address traffic control added to the contract for BNSF railway rehabilitation work; insurance adjustments to meet BNSF requirements for work inside the railroad right of way; and contract quantity reductions to reconcile the Downtown Railroad work - Alternate 3. It also includes asphalt patching depth changes, misc contract adjustments for field changes and addition of erosion logs. 3. Change in Contract Cost: 4. Change in Contract Time: 0 calendar days for substantial completion 0 Icalenclar days for final completion ORIGINAL CONTRACT COST TOTAL APPROVED CHANGE ORDERS TOTAL PENDING CHANGE ORDERS TOTAL THIS CHANGE ORDER TOTAL % OF ORIGINAL CONTRACT, THIS C.O. TOTAL % OF ORIGINAL CONTRACT. ALL C.O.'S ADJUSTED CONTRACT COST all change orders ACCEPTED BY: L Contractor's Representauve REVIEWED BY: Construction Manager APPROVED BY: City Project Manag r APPROVED BY: City Engineer 5 APPROVED BY: Purchasing Agent over $ 0, cc: City Clerk Architect Contractor Engineer Project File Purohasing 213.91 0.16% 0.16% $31,938,092.85 DATE: DATE: %Z-O -/Z DATE: j 2 uQ ' 12/ DATE: DATE: max CHANGE ORDER NO. 1 SUPPORTING DOCUMENTATION Project: Mason Corridor — MAX BRT Project No. 7332 (CEI project #12-009) Date: December 24, 2012 Description of Change: MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction This change order reconciles the Downtown segment (Alt 3) of the MAX BRT contract. It also adds traffic control costs for the BNSF railway rehabilitation portion of the contract. Work change directives 1, 2, 3, 4, 5, 6, 7, 9, 10, 12 and 18 are hereby incorporated by reference and included as attached. ' Change in Contract Value: The contract value is being increased by $51,213.91. Please see attached pending issues log summary and work change directives as summarized in the table(s) below. Downtown Railroad Work — Alt 3 Item Number Description Contract Value 202-00220 Removal of Asphalt Mat ($59,165.00 206-00100 Structure Backfll (Class 1) $11,340.00 403-00721 Hot Mix Asphalt (Patching) (Asphalt) ($3,350.00) 603-01150 15" RCP CIP $720.00) 604-19001 Inlet Special (Inline Drain) ($40,000.00) 604-19002 Inlet Special (Drain Basin)(5 Foot) ($24,000.00) 604-19003 Inlet Special (Drain Basin)(10 Foot) ($12,000.00) 604-00310 Inlet Type C (10 Ft) ($8,000.00) 604-90000 Cleanout ($26,100.00) 605-00120 12 Inch Perforated Pie Underdrain ($120,288.00) 609-21010 Curb & Gutter Type 2 (Section IB) ($484.00) Total Unit Price Change ($282,767.00) .Work'Change Directives Item Number Description Contract Value WCD001 Change manhole 8.1 size ($883.00 WCDO02 Add asphalt patching depth — Laurel to Maple (6" to 10") $132,163.03 WCDO03 Temporary fencing - BNSF work $16,401.90 WCDO04 Insurance adjustment ($2M/$6M to $5M/$10M) $3,957.00 WCDO05 Time and Material traffic control for BNSF work downtown $147,562.78 WCDO06 Temporary asphalt crossing - Oak $885.00 WCDO07 Enhanced crosswalk specification change $0.00 WCDO09 Specialty signs - BNSF closure $9,068.00 WCDO10 Add erosion logs $24,826.20 WCD012 Storm Line J changes $0.00 WCDO18 Storm Line C1-2 changes $0.00 Total Work Change Directives: $333,980.91 Total Contract Change — this change order Total Change Order: $51,213.91 Page 1 of 2 Change in Contract Time: There is no change in contract time associated with this change order. Page 2 of 2 Pending Issues Log a: m Project: Mason Corridor - MAX BRT Contractor: Concrete Express Inc.(CFJ) Project No. 7332 (CEI project number 12-009) Data: 1224112 Ref. No. Spot Section Item Description ReVueVed Amount Status WCO001 604 Change lean 8-ft dia to 6-ft dia MH 8.1 7/312012 (5883.00) requested by CEI; credit to contract WCDD02 403 Add asphalt patching depth - Laurel to Maple 6" to 10 7/31/2012 $132.163,03 change fran G'depth to 10' d the all SG versus S in bid WCD003 630 Ternporary foncin - BNSF work 7118r2012 $16,401.90 ordered for duration of BNSF closure; duration not specifically defined in progiosal from sub WCD004 Na Insurance adjuernent $2M/$6M to$5M1810M 7/122012 $3.957.00 BNSF protective liability insurance for CEI contrail $14M in ROW WCO005 630 Time and Matedal traffic central for BNSF work downtown 7/122012 $147.562.78 traffic control for downtown BNSF rail replacement work WCD006 403 Add ternp crossings at Oak, Mountain and Laporte 8/ M12 5885.00 RAP at Oak; HMA al Mountain and ate; partially paid at unit prices W CO007 412 1 Enhanced Crosswalk changes laurel North a22012 $0.00 1 change to all dual cdared crosswalks north of Laurel; no cost change WCD008 412; 603 Changes to Maple Intersection 9/11/2012 $71,91D39 ternp pedestran amino: Intersection crosswalks: add to base bid WCD009 630 Specialty signs - BNSF closure 7/162012 $9,068.00 specialty signs for BNSF douure WCD010 208 Erosim L s 8995 EA 8/132012 $24,826.20 40.08; 208-00005; missed in final bid lab WCD011 403 HMA Pechin -273 SY 8/132012 $0,00 10.02; 403-00721; added quantity after bid eninquantity art of asphalt patching downtown W CD012 603 Storm drain line J changes 8/202012 $0.00 Grade and alignment than es for slam line J; Mason - Old Main to Laurel; unit prices WCD013 608; 609 Site changes at Industrial Sciences 81202012 $31,225.68 Changes to sidewalk. paving at Industrial Sciences WCD014 n/a BNSF Railroad ballast grading 8I222012 $10,000.00 T&M work to grade RR ballast: curb support options WCD015 603 Storm drain line 81-1 changes 9/42012 $19,812.00 Design changes to storm line 81-1; FCLWD utility conflict WCD016 608 Olive Station Site Changes 9/112012 $3.500.00 Add stairs: retaining wall changes CM to issue WCD WCD017 608 Tor: wall change at Troutman Station 10/92012 $2,000.00 lAdd toe wall to Troutman walk; CM to issue WCD WCO018 604 Sham line C1-2 design changes 10/12/2012 $0.00 design change only; aid for at contract unit prom WC0019 604 Storm line B'il design chanes 1027/2012 arch pipedeleted; replaced with HERCP; grade and manhole changes WCD020 Div 26 Electrical site plan changes 12/11/2012 CM to issue WCD WC0021 Div Light Pole foundation change 1026/2012 credit; CM to issue WCD WCO022 202 PSCO Deconstruction scope of work change 1028/2012 credit WCD023 619 Storm Line FI-1; bore specification changes 122412012 CM to issue WCD WCD024 603 Storm Line 31-1 manhole addition 10/30/2012 pending pricing; unit price MH WCD025 n/a Sill Stabilization - Station 63+00 11/62012 WCD026 603 B4-1 reali nmmt and site grading 1127/2012 WCD027 603 62-3 design chana 12/10/2012 $0.00 WCD028 Div Mulberry Station panel an CM to issue WCD WCD029 412 Guideway rading and width change to STC 12/3/2012 $10,000.00 placellholder value for budget; firm up cost: paid thruu hunit prices Pending Billboard Relocation at Horsetoolh and Prospect Change to pmer service at stations Change kom 100A to 60A; two locations Storm Line I1-1 deletion perr uest horn CSIJ; keen inlet and Sane pipe removal Pothdin Overrun $182,000.00 Projected to be around 1,000 him vs 350 in bid Add depth ofcmcrele s -In at Mountain Delete bring horn contract credit Delete H2O load read vaults fran contract (MIS dud bank) credit