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