Loading...
HomeMy WebLinkAboutCHANGE ORDER - BID - 7332 MAX BRT PROJECT (3)System for Award Management Page 1 of 1 -- - - - - -- - - ---- - - C �- Y CONCRETE EXPRESS, INC. 2027 W COLFAX AVE DUNS: 184098763 CAGE Code: 442U2 DENVER, CO, 80204-2331, /' D3. Status: Active UNTIED STATES C� Entity Overview Entity Information DUNS: 184088763 Name: CONCRETE EXPRESS, INC. Doing Business As: CEI Business Type: Business or Organization POW Name: None Specified Registration Status: Active Expiration Date:06/13/2013 Active Exclusion RQCOrd57 NO SAM I System for Award Managanent 1.0 Note to all Users: This is a Federal Govemment computer system. Use of this system constitutes consent to monitoring at all times. IBM v1.513.20121222-2220 wwW4 ® USA.ggx, https://www.sam.gov/portal/public/SAM/?portal:componentld=66fdb6O2-77f6-4baO-9l 4a-0... 1 /8/2013 momWORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 013 PROJECT: Mason Corridor — MAX BRT OWNER: CitvofFortCollins— Enqineeri 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): Site changes at Industrial Sciences - CSU This Work Change Directive (WCD) changes the site design features east of the Industrial Sciences Building on the CSU Campus. It adds fence removal, curb and glitter and shrub bed installation. This WCD also changes the design grades for curb and gutter construction and clarifies the intent of paving based on CSU input. To address CSU desires for site changes and to maintain sidewalk connections to Laurel based on BNSF bungalow conflicts. 'Attachments (List Supporting Documents): Sheets 0• 110 and 194. 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: September 15, 2012 wner Date Recommended By: �iW / AL,_ September 15, 2012 Construction Mdhager Date Copy: Owner Engineer Field File - SharePoint WCDO13 SITE CHANGE -INDUSTRIAL SCIENCES g-15-12 PAGE 10F1 12/14/12 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: Final Revision CCR 31 WCD O13 12.009 7332 Mason Corridor BRT DESCRIPTION OF CCR: Pricing to address design/site changes at Industrial Sciences parking lot MEMO NO.: MEMO DATE: COST CODE: DESCRIPTION QTY UNIT UNIT PRICE OT TOTAL Removal of C&G 125 LF $ 4.50 $ 562.50 Removal of Asphalt Mat 373.4 SY $ 4.80 $ 7,792.32 Removal of Fence '65 LF $ 1.10 $ 71.50 Removal of Tree 0 EA $ 3,004.38 $ Transplant tree 0 EA $ 570.00 $ C&G type IB 70 LF $ 10.24 $ 716.80 HMA Grade S (PG 58-28) 298 Tans $ 83.00 $ 24,734.00 Over Excavation 65k15'x14- 21 CY $ 18.00 $ 378.00 Over Excavation 200'k12x4- 15 CY $ 18.00 $ 270.00 Additional Fill 125x20'x.54' 25 CY $ 2.30 $ 57.50 Over Excavation 32'x22'x12- 30 CY $ 18.00 $ 540.00 Geotextile 39 SY $ 3.55 $ 138.45 Roadbase 55 TONS $ 25.75 $ 1.416.25 Geotextile 54 SY $ 3.55 $ 191.70 Pipe Support 3.75 CY $ 95.11 TOTAL Concrete Express, Inc., requests 3 days for the above contract modifications. $ 356.66 .<— rdptPcer. $ 31,225.68 WCD 01-- 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. J W cp o 63 d 1te s c o Independent Cost Estimate Date of Estimate: 23-Dec-l2 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 address design changes to the Industrial Science Site. An independent estimate through combining an independent takeoff with unit prices included in the project base bid. I have obtained the following estimate from; Published Price List / Past Pricing (date) I CEI Base Bid Unit Prices (MAX-BRT ContraU 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 DESCRIPTION ITEM # QUANTITY UNIT UNIT PRICE TOTAL Remove of Tree 202-00010 0 EA 000.00 - Transplant Tree 3 to 6 inch 215-00060 0 EA $ 260.00 $ Remove Asphalt 202-00220 374 SY $ 4.80 $ 1,795.20 Remove Curb 202-""' 125 LF $ 4.50 $ 562.50 Remove Fence 202-01000 61 LF $ 1.10 $ 67.10 HMA Patching 403-00721 300 Ton $ 83.00 $ 24,900.00 Concrete Curb Ramp 608-00010 0 SY $ 72.30 $ - C&G Type 2,1B 609-21010 70 LF $ 10.24 $ 716.80 Sidewalk 6" 608-00006 0 SY $ 38.22 $ - Adjust Manhole 210-04010 0 EA $ 524.00 $ Site stabilization 203-'•••' 70 CY $ 25.00 $ 1,750.00 TOTAL $ 29,791.60 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 I SG&A' I Profit TOTAL $ Total $ 'Sam General and Art Vabve Eqa Signature of Preparer. , - MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand December 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. 31 Industrial Sciences Building Site Changes — WCD013 Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 13 to address changes to the site design features east of the Industrial Sciences Building on the CSU Campus. WCD012 added fence removal, curb and gutter, soil stabilization, asphalt and concrete pipe supports. Attached please find the proposed Contract Change Request #31 from CEI. In reviewing this request, an independent takeoff of the changed items was prepared, using a comparison of the original as -bid plan sheets and the newly issued design sheets. Base bid unit prices from the CEI executed contract were applied to these quantities to arrive at the independent cost estimate totals. This cost estimate is attached. The estimated cost for the Industrial Sciences Building Site design change is $29, 791.60. The documents reviewed included Plan Sheets 109 and 110, having a print date of 9/23/2011 and 11/10/2011 respectively. These sheets were compared against their as -bid versions to arrive at the total change in unit quantities. I find CEI's Contract Change Request #31 in the amount of $31,225.68 to be reasonable for the required increase in scope. As such, I recommend acceptance of this additional cost to the contract. K AM er, E Constructio Project Manager CH2M HILL Team 970-988-8605 keith.mever(d),ditescoservices.com Cc: job file Change Management Checklist Compliance Category Date Reviewed Reference Initials Reviewed for compliance with 12/24/12 Part of the base bid; minor KM Environmental Assessment modifications Reviewed for construction/safety impacts 12/24/12 Included in traffic control plan for KM work in area — CSU campus Independent cost estimate prepared 12/23/12 As attached to this memo KM Reviewed for PCGA grant compliance 12/24/12 Part of Build Alternative KM scope is included in SCC 10.03 Construction inside CSU Reviewed for real estate impacts/needs 12/24/12 property/temporary easements for KM project Reviewed for compliance with design criteria/ADA Ramp and sidewalk construction htto://wro .access-board.00v/ada-aba/ada- 12/24/12 according to ADA standards; Chapter 4 Accessible Routes KM standards-dot.cfm 2 maxWORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 015 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): Storm Line 151-1 Design Changes This Work Change Directive (WCD) adds design changes to the contract for storm line 131-1. This work includes a change in pipe size to 14x23 HERCP, change in pipe vertical alignment and headwall at the New Mercer Ditch outlet. To address design changes not included in the orginal design package. Sheets Q04, Q05, D02, D03, 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: ,i September 11, 2012 wner Date r Recommended By: � /t..� September 11, 2012 Construction Mihager Date Copy: Owner Engineer Field File - SharePoint WCD015—STORM LINE B1-1_DESIGN-CHANGES 9-11-12 PAGE 1 OF 1 CEI 10/05/12 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: 029 WCD 015 12-009 7332 Mason Corridor BRT d!"- DESCRIPTION OF CCR: Pricing to address design changes/additions to storm line 131-1 (Harmony) MEMO NO.: MEMO DATE: COST CODE: DESCRIPTION Y UNIT UNIT PRICE OT TOTAL 23"x14" HERCP 127 LF $ 77.00 $ 9,779.00 manhole slab base (15') 1 EA $ 5,875.00 $ 5,875.00 headwall at Mercer Ditch 1 I LS $ 1,450.00 $ 1,450.00 construction traffic contr 2 DAY $ 1,354.00 $ 2,708.00 IUTAL $ 19,812.00 Concrete Express, Inc., requests 2 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. Oic w (10 O ditesco independent Cost Estimate Date of Estimate: 24-Dec-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 address design changes to storm line B1-1. An independent estimate was completed through combining an independent takeoff with unit prices included in the project base bid. I have obtained the following estimate from; Published Price List / Past Pricing (date) I CEI Base Bid Unit Prices MAX-BRT Contract Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Keith Meyer Other (specify) Cost Estimate Details: (Estimate calculated in US Dollars) A Cost of Standard Items DESCRIPTION ITEM # QUANTITY UNIT UNIT PRICE TOTAL 23x14 HERCP 603-02305 127 LF 77.00 9,779.00 Manhole slab base - 15 h Headwall at New Mercer 604-30015 ' 1 4 EA CY $ 5,875.00 $ 445.30 $ 5,875.00 $ 1,793.20 Traffic Control TOTAL 630-50000 2 DAY $ 1,335.71 $ 9 671.42 $ 20,118.62 Cost of Services, Repairs, or Nonstandard Items Item/Task: - equals structural concrete cost (Class - equals average cost per day based or Materials or Work Description Other Direct Costs - Labor Labor Rate ($) Hours Labor Class Allocated Overhead SGS.A' Profit TOTAL Total $ 'Selling, General and Administredve e%aenaes Signature of Preparers Mao December 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. 29 Maple Intersection Changes — WCD015 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. 015 (WCD) to change the pipe size and profile of portions of storm line B1-1. This work was included in revision 7 to the contract drawings which was issued post -bid. The work includes installation of 23x14 RCP, a new manhole, ditch headwall and traffic control costs. In reviewing this request, an independent takeoff of the changed items was prepared, using a comparison of the original as -bid plan sheets and the newly issued design sheets. Base bid unit prices from the CEI executed contract were applied to these quantities to arrive at the independent cost estimate totals. This cost estimate is attached. The estimated cost for the Storm Line 61-1 changes is $20,118.62. The documents reviewed included Plan Sheets Q04, QO5, D02, D03, D08, D09, D14, D62, all with a print date of 8/23/2012. These sheets were compared against their as -bid versions to arrive at the total change in unit quantities. I find CEI's Contract Change Request (CCR 29) in the amount of $19,812.00 to be reasonable for the required change in scope. As such, I recommend acceptance of this additional cost to the contract. �0 — Keith Meyer, E Construction roject Manager CH2M HILL Team 970-988-8605 keith.mever(rD.ditescoservices com Cc: job file Change Management Checklist CategoryCompliance D. te Reference Initials Reviewed for compliance with 12/24/12 Modification to base bid scope of KM Environmental Assessment work; included in EA Reviewed for construction/safety impacts 9/11/12 Required 2 additional days of KM traffic control in Harmony Independent cost estimate prepared 12/24/12 As attached to this memo KM Reviewed for PCGA grant compliance 12/24/12 Changed Build Alternative KM scope is added to SCC 40.02 Reviewed for real estate impactstneeds 9/11/12 Inside city road right of way KM Reviewed for compliance with design criteria/ADA htto://w .access -board oov/ada-aba/ada- 12/24/12 Not applicable KM standards-dot.cfm Title: Date: CONTRACT CHECKLIST FOR NON-COMPETITIVE PROPOSALS (SOLE SOURCE) Checklist Item Contract File Comments Location 7) Independent Cost Estimate 5 The City made and documented an independent cost estimate before receipt of proposals. 10) Unnecessary Experience and Excessive Bonding N d Unnecessary experience and excessive bonding requirements were not included in this solicitation or contract documents. 11) Organizational Conflict of Interest (OCI) /U 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 /rl/v 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 /Jd 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 The solicitation contains no in -State or local N (7 geographic preference except where Federal statutes mandate or encourage them. 15) Contract Term Limitation N 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 The City made a determination that it was awarding to a responsible contractor Z) Ll / considering such matters as contractor integrity, compliance with public policy, record \ of past performance, and financial and J y technical resources. 1. Appropriate Financial, equipment, facility (� and personnel. (Y/N) / 2. Ability to meet delivery schedule. (Y/N) S) 3. Satisfactory period of performance. (Y/N) 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 s ._ C- E4 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 f 5. 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 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. 39) Cost Analysis Required 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 I jA the contractor's 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 History �f S The file contains records detailing the history this At these of procurement. a minimum, A` O� records include: (1) the rationale for the method of procurement, (2) Selection of contract type, �� (3) reasons for contractor selection or ��� A £ j/70n rejection, and 4 the basis for the contract price. ' L i'r f 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 AJ ;1 than prices available in the market or that the (J 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 the scope of the original contract. The l amendment was treated as a sole source / / 5 y B2 t 9 K procurement (complying with the FTA requirements for a justification, cost analysis and profit negotiation). 45) Advance Payment Provisions The contractor did not receive an advance payment utilizing FTA funds and the contract 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 percent of completion) and the contract ` 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. 2 k,�q S 0-4, 47) Time and Materials Contracts This is a time and materials contract; the /(l grantee determined that no other type of contract is suitable; and the contract specifies a ceiling price. 48) Cost Plus Percentage of Cost Al This is not a cost plus a percentage of cost type contract. 49) Liquidated Damages Provisions This contract contains liquidated damages fi/J 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 N 1) The file contains: Assignability provisions. 2) The procurement file contains: Price reasonableness determination. 56) Clauses Ll F S This contract contains the appropriate FTA required clauses. Excluded Parties Search �� EPS run and include in the file. CHANGE ORDER NO. 03 PROJECT TITLE: Mason Corridor - MAX BRT CONTRACTOR: Concrete Express, Inc. PROJECT NUMBER: 7332 (CEI project no. 12-009) PURCHASE ORDER NO.: 9124039 DESCRIPTION: Industrial Sciences site changes/B1-1 design change 1. Reason for change: This change order adds site improvements to the Industrial Sciences building on the CSU campus and changes to storm line 131-1. This work was authorized through work change directive (WCD) 013 and 015. WCD013 and 015 are hereby incorporated by reference and included as attached. 2. Description of Change:. This change order adds paving, demolition, subgrade stablization and pipe changes to the site near Industrial Sciences building on the CSU campus and storm line 81-1 across Harmony Road. 3. Change in Contract Cost: 4. Change in Contract Time: calendar days for substantial completion 2 Icalenclar days for final completion TOTAL APPROVED CHANGE ORDERS $123,124.30 TOTAL PENDING CHANGE ORDERS $0.00 TOTAL THIS CHANGE ORDER $ 51,037.68 TOTAL % OF ORIGINAL CONTRACT, THIS C.O. 0.16% TOTAL % OF ORIGINAL CONTRACT, ALL C.O.'S 0.55% ADJUSTED CONTRACT COST $32,061,040.92 (Assuming all change orders approved) I[KNgii�; Contractor's Representative U / � �/1A,'/10 REVIEWED BY: Construction Manager APPROVED BY: City Project Manag APPROVED BY: City Engineer APPROVED BY: Purchasing Agent over $ ,0 0 cc: City Clerk Contractor Project File Architect Engineer Purchasing DATE: I /'L DATE: /-Z-/-�? DATE: 1.7' 7 DATE: I J 3 `r DATE: may: CHANGE ORDER NO. 3 SUPPORTING DOCUMENTATION Project: Mason Corridor — MAX BRT Project No. 7332 (CEI project #12-009) Date: January 2, 2013 Description of Change: MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fegov.com/maxconstruction This change order adds site improvements to the Industrial Sciences building on the CSU campus and changes to storm line 61-1. This work was authorized through work change directive (WCD) 013 and 015. WCD013 and 015 are hereby incorporated by reference and included as attached. Change in Contract Value: The contract value is being increased by $51,037.68. Please see attached pending issues log summary and work change directive(s) as summarized in the table(s) below. Work Change Directives Item Number Description Contract Value WCDO13 Industrial Sciences site chan es $31,225.68 WCDO15 Storm Line 131-1 design changes $19,812.00 Total Work Change Directives: $51,037.68 Total Contract Change -'this change order Total Change Order: $51,037.68 Change in Contract Time: Contract time changes associated with this change order are summarized below. Contract Time"Summary Original Substantial Completion Date: January 1, 2014 Original Final Completion Date: January 31, 2014 Days added change order 3 : 2 calendar Revised Substantial Completion Date: January 8, 2014 Revised Final Completion Date: February 7, 2014 Page 1 of 1 BRT Date: 1224112 Pending Issues Log Ref. No. Spec Section Item Deswiption Date Requested Amour[ Status WCD001 604 Change from 8-ft dia to 6-ft Ilia MH 8.1 7/31/2012 5883.00 requested by CEI; credit to correct W CD002 403 Add asphalt patching death - Laurel to Maple 6" to 10" 7/31/2012 $132.163.03 change from 6" depth to 10" d th; all SG versus S in bid WCD003 630 Temporary fencing - BNSF work 7/182012 $16.401.90 ordered for duration of BNSF closure; duration not spedfically defined in proposal from sub WCD004 n/a Insurance adjustment $2M/$6M to$5MI$10M 7/12/2012 $3,957.00 BNSF prolective liability insurancefor CEI contract SUM in ROW WCD005 630 Time and Material traffic control for BNSF work downtown 7/12/2012 $147,562.78 traffic control for downtown BNSF rail replacement work W CD006 403 Add temp crossings a Oak. Mountain and Laporte &TnO12 5885.00 RAP at Oak; HMA at Mountain andLaporte; partially paid a unit prices W CD007 412 1 Enhanced Crosswalk char es Laurel North 822012 50O0 I change to all dual colored crosswalks north of Laurel; no cast change WCD008 412; 603 Char es to Maple Intersection 9/112012 $71.910.39 temp pedestrian crossing; intersection crosswalks; acid to base bid WCD009 630 Specialty signs - BNSF closure 7/162012 $9,06800 spectaity sign for BNSF closure WCD010 208 Erosion L s 8995 EA 8r132012 $24,826.20 40.08:208-00005: missed in final bid tab WCD011 403 HMA(Patching) -273 SY 8/13/2012 5000 10.02; 403.00721:added quantity after bid opening; quantity art of asphalt patching downtown WCD012 603 Storm drain line J changes 8202012 $0.00 Gracie and alignment cban es for storm line J; Mason - Old Main to Laurel; unit prices WCD013 608; 609 Site changes at Industrial Sciences 820/2012 $31,225.68 Changes to sidewalk, pavmg at Industrial Sciences WOD014 n/a BNSF Railroad ballast grading 8222012 $10,000,00 T&M work to grade RR ballast; curb support options WCD015 603 Storm drain line 81-1 Menges 9/42012 $19,812.00 Design changes to storm line 874; FCLW D utility conflict WCD016 608 Olive Station Site Charges 9/11/2012 $3,500.00 Add stairs; retaining wail Chan es; CM to issue WCD WCD017 608 Toe wail change a Trournan Stallion 1019/2012 $2.000,00 Add toe wail to Troutman walk; CM to issue WCD WCD018 604 Storm line C1-2 design chanes IW1212012 $0.00 design chaneonl : paid for at contract unit prices WCD019 604 Slam line B3-1 design changes 10/272012 arch pipe deleted; replaced with HERCP; grade and manhole changes WCD020 ON 26 Electncai site plan changes 121112012 CM to issue WCD WCD021 Div 3 U ht Pole foundation change 10/262012 credit; CM to issue WCD WCD022 202 PSCO Deconstruction scope of work change 10/282012 credit WCD023 619 Storm Une FI-1; bores eofication changes 121242012 CM to issue WCD WCD024 603 Storm Line B1-1 manhde addition 10/302012 perulu,g pricing; unit price MH WCD025 We Soil Stabilization -Station 63,00 11/62012 WCD026 603 84-1 realignment and site grading 11272012 WCD027 603 B2-3 design chano 12/102012 $0,00 WCD028 Dw7 Mulberry Station panelW CM to issue WCD WCD029 412 Guideway ratlin and width char eto STC 1202012 $10,000.00 placeholder value for budget; fine up cast; paid through unit prices Pending Billboard Relocation a Horselooth and Prospect Change to power service a stations Change from 100A to 60A; two locations Storm Line 11-1 deletion per request ftom CSU; keep inlet and some pipe removal Pwholin Ovemun $182,000.00 Progected to be around 1,000 hrs vs 350 in bid Add depth of concrete s Jn at Mountain Delete tining from contract wetlit Delete H2O load ratltl vaulls horn contract(MIS dud bank) credit may: MAX BRT No. Date: 1224112 Pending Issues Log Ref. No. Spec Section Item Dasuiption Date RNUWed Amount Status Reset fence in Segment1 Grading and millings installation at Troutman Delete waterline lowenn al E7-1 Add allowance forspecialty signs $20,000.00 Job Totals: $684.428.98 Change Order #1 Subtoal (W CDs): $333 980.91 Change Order fit Subtotal(WCDS): - $71910.39- Change Order #3 Subtotal (WCDs): $51,037.68 = needs action by CM =needs action by Connector = Change Order #1 Items II= Change Order #2 Items II= Change Order #3 Items