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