HomeMy WebLinkAboutCHANGE ORDER - BID - 7332 MAX BRT PROJECT (11)PROJECT TITLE:
CONTRACTOR:
PROJECT NUMBER:
PURCHASE ORDER NO
DESCRIPTION:
1. Reason for change:
CHANGE ORDER NO. 06
Mason Corridor - MAX BRT
Concrete Express, Inc.
7332 (CEI project no. 12-009)
9124039
Partial Contract Reconciliation
See attached Exhibit A to this change order.
2. Description of Change:
See attached Exhibit A to this change order.
3. Change in Contract Cost: $95,111.62
- 4. Change in Contract Time: 16 Icalendar days for substantial completion
16 1 calendar days for final completion
ORIGINAL CONTRACT COST $31,886,878.94
TOTAL APPROVED CHANGE ORDERS $394,402.40
TOTAL PENDING CHANGE ORDERS $1,779,894.43
TOTAL THIS CHANGE ORDER $ 95,111.62
TOTAL % OF ORIGINAL CONTRACT, THIS C.O. 0.30%
TOTAL % OF ORIGINAL CONTRACT, ALL C.O.'S 7.12%
ADJUSTED CONTRACT COST $34,156,287.39
(Assuming all chanqe orders approved)
ACCEPTED BY: l
DATE:
Contractor's Representative
REVIEWED BY:
DATE:
Construction Manager
APPROVED BY:
DATE:'
7
City Project Manager
APPROVED BY:
DATE:
City Engineer
S^ 1 )
^ I f
APPROVED BY:
DATE:
l
Purchasing Agent over $60,0,0
cc: City Clerk Architect
Contractor Engineer
Project File Purchasing
COST OF THE fVORR RECORD
max
(To be completed a end of each workday and signed by both reprrsentadves shown below)
Project:
Mason Corridor BRT (MAX)
Contractor.
Concrete Express Inc (CEI)
Contractors Rep:
Erik Baerg
COFC Inspector.
George Latour
Description of Work:
WCD 14 Ballast Grading Labor and Equipment Summary
Record Number: WCD 14
Date: 4/10/2013
Project Number: 7073
Owner. City of Fort Collins
Number
Labor
E9Wp.
Doacriptlon
Ra-grading between Maple and Mountain worked aloppad so BNSF ..Id do the work
quantity
unit
Unit Coat
(s)
Total cost of
work(f)
828/2013
Foreman
3
hours
$ 55.00
$ 165.00
Laborer
3
hours
E 40.00
$ 120.00
Skid Steer
3
hours
$ 65.00
$ 195.00
B2ckho9
3
hours
$ 80.00
$ 240.00
Sorest Re -grading Test Anse#I at olds of4¢k+south of Oak
11/19/2013
Foreman
rs
$ 55.DD
E 165.00
Laborer
rs
$ 40.00
E 520.00
Skid Steer -
rs
$ 65.00
E 130.00
Backhoe
rs
E 80.00
E 240.00
Traffic
y
E1,335.00
E 600.75
Ballast Re -grading Test Area 82 (Stool Plate) vost at& of tracks south of Oak
1/52013
Foreman
rs
J$2,00013
$ 55.00
$ 165.00
Laborer
rs
$ 40.00
E 340.00
Skid Steer
rs
$ 65.00
$ 195.00
Backhoe
rs
$ 80.00
$ 240.00
Traffic
y
$1.335.00
$ 400.50
Steel Plate
s
$2,000.00
$ 2,000.00
BMlulRegrading removal of.truct...I all b.M .. Maple and Old Mat.
Foreman
rs
$ 55.001
$ 10,972.50
Laborer
317.5
hours
$ - 40.DO
$ 12,700.00
Skid Steer -
98.5
hours
$ 65.00
$ 6,402.50
Backhoe
14
hours
$ 80.00
$ 1,120.00
Traffic
3
day
$1,335.00
$ 4,005.00
loader Q $551inour Operated by Alfredo Pacheco
76.5
hairs
$ 55.00
E 4,207.50
Trucking 8 hours $ 85.00
TOTAL FOR ALL WORK
$ 680.00
$ 45,803.75
Comments:
City of Fort Collins Representative: l l
M clenpes en the corned prce be be detemcnd on the'cotter Ile WOW bash mat be nnred by hb record
Cony
1. Patalnbd at Resident Inspectors oRoe.
2. To Project Manager with diary sheet for the day.
3. To Contractor's Representave
3105113
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:
168 it WCD#14
12-009 t\
7332 --
Mason Corridor BRT
DESCRIPTION OF CCR: Railroad ballast grading, and COR-10 mock-up as directed by the COFC.
LOCATION: Mason Street downtown
MEMO NO.:
MEMO DATE:
COST CODE: 700-52003
DESCRIPTION
CITY
UNIT
UNIT PRICE
OT
TOTAL
Ballast grading: 8128112
Foreman
3
HR
'$. 55.00
$165.00
Skidsteer. -
3
HR
$ 6&00
$195.00
backnoe - -
- 3
HR
$ 80.00
8240.00
Labor
3
HR
$ 40.00
$120.00
Ballast grading for mock-up: 11119112, SW corner of Oak and Mason
Foreman
3
HR
$ 55.00
$165.00
(3)laborem
13
HR
$ 40.00
1
$520.00
CAT 246b skidsteer
2
HR:_.. ...:.$..._.
65.00
- -
- $130.00
CAT 420d backhoe -
-- 3
HR
$ 80.00
$240.00
"me zontrol
0.45
DAY
$. 1.335.00
$600.75
Steel plate mock-up
foreman
3
HR
$ 55.00
$165.00
labor
6.5
HR -
$ 40.00
$340.00
Siddsteer
3
HR
$ 65.00
$195.00
bacmoe
3
HR
$. 80.00
$240.00
matedal
1
LS
$ 2,000.00
$2,000.00
traffic control
0.3
DAY
$ 1.335.00
$400.50
Ballast grading: 013-3116113 -
-
- - ---
Foreman
199.5
HR
$ 55.00
$10,9T2.50
Laborer
317.5
HR
$ 40.00
$12,700.00
CAT Loader
76.5
HR
$ 55.00
$4,207.50
Skidsteer
985
HR
$ 65oo
$6,402.50
Rubber fire backboe
14
HIR
$ 80.00
$1,120.00
Traffic control
3
DAY
'$ 1,335.00
S4,005.00
Trucking
8
HR
$ 85oo
$680.00
TOTAL $45,803.75 ✓
Concrete Express, Inc., requests 0 day for the above contract modifications.
These are all of the visible effects of the above change we see at this time. We reserve the right to
incorporate other changes as they appear in Implementing this change. If you have any questions
regarding this change, please feel free to contact me at 303.562.2000.
Since ^ k
1 � 1
t � y
Ryan Dic msonj
Project anager
maxWORK CHANGE DIRECTIVE
TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 021
PROJECT: Mason Corridor — MAX BRT PROJECT NO: 7332
OWNER: City of Fort Collins— Engineering Department
ENGINEER: Michael Baker Inc.
The following additions, deletions, or revisions to the Work have been ordered and authorized:
:Descnption:of Work,r
(Title of WCD): Light Pole Foundation Change
This Work Change Directive (WCD) changes the foundation design for all light poles on the MAX
BRT project. The depth of foundation shall be as follows and attached.
15-ft light pole (custom art pole or contractor supplied): 4'-3" min depth
25 ft light pole (contractor supplied): 5'-6" min depth
To provide specific foundation design for poles used on project.
xAttachment's {IrsfS,upportng,Documents):
It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the
parties expect a Change Order request for approval to subsequently follow this Work Change Directive.
I
Ordered By: December 30, 2012
` Owner Date
Recommended By: ) y/ December 30, 2012
Construction M$fiager Date
Copy:
Owner
Engineer
Field File - SharePoint
WCD021 LIGHT POLE FOUNDATION CHANGE-1 0-25-12 PAGE 1 OF 1
1/11/13
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:
135 WCD#21
12-009
7332
Mason Corridor BRT
DESCRIPTION OF CCR: In reference to WCD #021 light pole bases changes. Furnish the light pole bases
from the revised drawing, E23 - Sheet 942. This change removes the sono-tube
projection above grade and reduces the depth of the in ground base.
LOCATION: All light poles on Max BRT project.
MEMO NO.:
MEMO DATE:
COST CODE:
DESCRIPTION
QTY
UNIT
UNIT PRICE
OT
TOTAL
Reduction of depth of the in
ground base
1
LS
($4,611.00)
($4,611.00)
TOTAL ($4,611.00)
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.
G u sjWORK CHANGE DIRECTIVE
TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 022
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:
� Rescriptiorrof Work:'.:
(Title of WCD): Public Service Company (PSCo) Building Deconstruction Specification Changes
This Work Change Directive (WCD) changes the specifications (Special Provision Section 202) for
deconstruction of the PSCo building to conform with the most recent plan reviewed with the
Landmark Preservation Commission at their September 12, 2012 meeting. The meeting minutes from
this meeting are hereby incorporated by reference and are attached.
Special Provision Section 202 (page 26) is hereby revised as follows.
Delete Subsection 202.01 and replace with the following.
The Public Service Company building has been deemed a historical site and deconstruction of this
facility shall follow the requirements as set forth in the July 29, 2008 Memorandum of Agreement and
Summary Letter Reports from January 19, 2011; both documents incorporated by reference into the
original CEI construction contract.
Subsection 202.03 shall be revised as follows:
Delete the second paragraph of this subsection and replace with the following.
The Contractor shall deconstruct the PSCo building according to the approved deconstruction work
plan and approved specifications. All nonregulated asbestos containing materials can be removed
with materials demolished and disposed of according to CDPHE and City requirements/permits. A
minimum of two pallets of clean, whole and undamaged bricks shall be collected, palletized and
shrink wrapped. The two pallets of brick shall be loaded and hauled to the City of Fort Collins
Trolley Barn at 330 N. Howes Street until needed for use in the historical marker construction. At the
time of the historical marker construction, the Contractor shall load, haul and unload the bricks at the
location of the historical marker near the BRT Prospect Station.
Add the following paragraph to Subsection 202.03 after paragraph 2.
All remaining bricks not contaminated with nonregulated ACM materials shall be loaded, hauled and
deposited at the City of Fort Collins material recycling facility at Hoffman Mill Road. After these
brick have been crushed, the Contractor shall load, haul and place crushed brick materials inside the
BRT guideway right of way at a location to be determined by the Engineer. All crushed bricks shall
be placed during subgrade preparation, mixed with subgrade soils and brought to standard proctor
conditions creating a uniform, stable subgrade for road construction.
WCD022 PSCo DECONSTRUnON CHANGES 10-28-12 PAGE 1 OF 2
To address changes in the overall scope of work to deconstruct the PSCo building based on
indemnity concerns raised by the building Owner - Colorado State Univeristy Research Foundation
(CSURF).
Attachments (List Supporting Documents):
KjjjkTjMghighlighted)
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 _
Ordered By: t i �— LCG'� October 28, 2012
Owner - - Date
Recommended By: A� October 28, 2012
Construction Manager Date
Copy:
Owner
Engineer
Field File - SharePoint
W CD022 PSCO DECONSTRUTION CHANGES 10-28-12 PAGE 2 OF 2
1/17/13
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:
134 VIIC-0 yG?iY
12-009
7332
Mason Corridor BRT
DESCRIPTION OF CCR: Pricing to reflect a change in requirements associated with the deconstruction
of the PSCo building at Prospect and Mason. Requirement was changed to only
require the palletizatioh of 1000 bricks rather than the entire quantity of brick.
Credit shown below for each item is based on budget at bid time vs. actual man-hou
spent performing the work.
LOCATION: PSCo Building at Prospect
MEMO NO.:
MEMO DATE:
COST CODE:
DESCRIPTION
QTY
UNIT
UNIT PRICE
OT
TOTAL
palletize bricks
-1
LS
$ 17,097.00
deliver bricks to city
-1
LS
$ 495.00
$ (495.00)
rOTAL $ (17,592.00)
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.
M
vg
March 6, 2013
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. 158
Shoring for Wall 3 — WCD042
MAX Field Construction Office
3000 South College Ave., Suite 201
' Fort Collins, CO 80526
fcgov.com/maxconstrucflon
Delivery by hand
Concrete Express, Inc. (CEI) will be required to install temporary shoring to construct wall #3 and to be in
compliance with the BNSF requirements for excavations in their right-of-way. The shoring will take place
where excavation has a depth of 5' or greater along STA 160+75 to 164+50 and 166+80 to 171+50.
In reviewing this request, we evaluated the cost of shoring per month in the estimate provided to CEI from
Les Matson Construction Inc. This price per month was compared to the price provided to a local
contractor who utilized Les Matson Construction to install a similar temporary shoring system. In addition
to the monthly rental rate for shoring, additional work items were evaluated and found to be in accordance
with current construction costs.
All documents provided by CEI in the Contract Change Request 158 rev 1 were reviewed as part of the
independent cost estimate. The independent cost estimate that accompanies this letter also addresses
the incorrect markup on subcontractor work shown in the CCR provided by CEI. Therefore, I find the
following costs associated with this CCR acceptable and recommend approval of this the following as and
addition to the contract.
Keith Meyer, E
Construction roject Manager
CH2M HILL Team
970-988-8605
keith. mever@ditescosery ices.com
Cc: job file
Change Management Checklist
..
'
Reference-
Initials
Reviewed for compliance with
Part of build alternative; work
Environmental Assessment
3/6/13
needed to construct wall 3 for
KM
guideway installation
Reviewed for construction/safety impacts
3/6/13
Work within guideway easement;
KM
no public traffic in the area
Independent cost estimate prepared
3/6/13
Attached to this memo
KM
Part of Build Alternative
Reviewed for PCGA grant compliance
3/6113
scope is included in SCC 10.01
KM
and 10.08 for retaining wall
construction
Reviewed for real estate impacts/needs
3/6/13
Construction inside, guideway
KM
easement from BNSF
Reviewed for compliance with design
criteria/ADA
htto:/hvww.access-board.00v/ada-aba/ada-
3/6113
n/a
KM
standards-dot.cfm
ditesco
Date of Estimate: 6-Mar-13
Contract Type: Mason Corridor BRT (Hard Bid)
Existing Contract or PO (Y/N): Y
Independent Cost Estimate
Description of Goods (A) or Services (B): A
The scope is to provide temporary shoring in order to construct wall #3. The shoring was not identified in the plans or the bid
tabulation, but Is requded in order to comply with the BNSF requirements for excavations in their ROW. It is anticipated that
this shoring will be required for a minimum of 3-4 months,
I have obtained the following estimate from;
Published Price List / Past Pricing (date) Quotes
Engineering or Technical Estimate (performed by)
Independent Third Party Estimate (performed by) Beau Javemick
Other (specify)
Signature of Preparer.
Cost Estimate Details and explanation of justification:
(Estimate calculated In US Dollars)
Cost of Standard Items
Product
Cost ($!unit)
Untt
Quantity
Notes
TOTAL
Delivered
Data Source
$
SubTotal
$
Cost of Services, Repairs, or Non -Standard Items
Item/cask:
Materials or Work Description
Unit
Unit
QTY
Notes
Price
TOTAL
"Unit price for shoring was checked against a local contractor using the
Monthly rental forShoring
SF/Month .
$ 20.00
3400
same subcontractor as CEI.
$ 68 000.00
•
`�
,.i
.,•..•s..
4 � Ass, limed P�esslonal ERn.-g4nee�m�e.,fo�40 hrs at $100/hr
Shorin Des n t:; r.�a;
LS
,000.00
4
,-, �..
,$= 4 000.00'
SiteSurvey",
LS'-r'•"-+V2,200.00°
!-'--w�'Assumed'two da Hof survey crew at''$1!100 erda���� Illy
$-2;200.001
';,"., ,, ,• „ G >:.;,),
'�',.
y .;
, ''Fv+This
has'been changed because'markup allowed'on subcontractors
fly' '= r:
5%Subcontractor Madcu -`"=`'•"
LSrav+c'S ,
-$ 3710.00'
`�x--r,�1',^"
„•� mom.fris•,•pwork"is�5%i>F, Fir>'':., r.'"C)'.^ y
$`"3710.00";.
"Supervision of safety labor to install safely material. Estimated to be a
foreman - $55/hr for two hours per day..
Additional supervision and labor
DAY
$ 110.00
21
$ 2,310.00
`z Kafc
!a"1.t
Of:a
"�,hrr.I
Extra tenals fogsafetyused CEliproposed;number $692 per'
•�,'tmoth#ra
+
r so .x:.,m
07
`v�u,
}rea�nabllee amount. orthis work scope., s!•-
M�
Site Safety,Matenals-
,t,
LSD L*'
t
g'• ^•�1
r+"•�
$ �2,07674`
15%..Markup on Labor,andY,,� Y,1u.
t+" y,"t^-�`.
xF
y-`+l'
.a, h)stherl5°/amarkuprallowed'for;laborandr materials'
Materials'' •
LS
$ 65.
' 1
fin &",.-.,-e......v.,..E...,. ,�Es.,,
$,; 658.01
SubTotal
J$82,95475
*&&V. Cen .l and ma""Eaaere°a
TOTAL $ 82,954.75
One time cost: $ 12.644.75
Estimated month) cost: $ 65,770.00
MAX Field Construction Office
3000 South College Ave., Suite 201
Fort Collins, CO 80526
fcgov.com/maxconstruction
CHANGE ORDER NO. 6
Exhibit A
Project: Mason Corridor — MAX BRT
Project No. 7332 (CEI project #12-009)
Date: May 10, 2013
Description of Change:
This change order reconciles various portions of the MAX BRT contract. It adds shoring for BNSF embankment
projection to construct wall 3; deducts costs for light pole and Public Service Company Building demolition
changes; deducts cost for the System Safety and Security Manager and adds costs to grade BNSF ballast in the
downtown area from Laurel to Maple. Work change directives 14, 21, 22, 42 and 48 are hereby incorporated by
reference and included as attached.
Change in Contract Value:
The contract value is being increased by $95,111.62. Please see attached pending issues log summary and work
change directives as summarized in the table(s) below.
kr Change Directives
s P _°_t ro ` _k _. �_ _
Item Number
Description
Contract Value
WCDO14
BNSF Railroad ballast grading
$45,803.75
WCD021
Light Pole foundation change
($4,611.00)
WCD022
PSCo Deconstruction scope of work change
($17,592.00)
WCD042
Shoring for BNSF embankment at Wall 3
$234,929.18
WCD048
Delete System Safety and Security Manager
($163,418.31)
Total Work Change Directives:
$95,111.62
Page 1 of 2
1131 /13
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:
158 Rev 1
12.009
7332
Mason Corridor BRT
DESCRIPTION OF CCR:
Monthly rental rate to provide temporary shoring in order to construct wall #3.
This shoring is not identified in the plans or the bid tabulation, but will be required in
How was this calculated? Does this
order to comply with the BNSF requirements for excavations in their ROW. It is
assume 2 mobilizations?
anticipated that this shoring will be required for a minimum of 3-4 months. Events
outside the control of CEI could extend the period of time that this shoring is required.
LOCATION:
Segment 6, Wall #3, Drake to Prospect
Where does this come
from?
MEMO No.: NA Same, this does not match the
MEMO DATE: NA quote. /
COST CODE: N/A
DESCRIPTION
QTY
UNIT
UNITP CE
OT
TOTAL
Monthly rental rate on shoring for
consimction of wall #3
3400
sf/Month
$ 20.75
$70,550.00
markup
$3,527.50
574,077.50
ONE TIME COSTS ASSOC WI
SHORING
Shoring Design
1
LS
$ 3,800.00
S3,800.00
Additional supervision
installation and removal
21
DAY
146.85
S3,083.85
Survey
1
LS
$ 2,080.00
52,080.00
Site safety materials
t
LS
$ 2,076,74
:2,07674
I VTAL $11.040.59
Markup $165609
---OralrtToieT 12:696:68
Concrete Express, Inc., requests 21 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
incorporate other changes as they appear in implementing this change. If you have any quf
regarding this change, please feel free to contact me at 303.562.2000.
Sincerely-,—'-.
%71
Ryan Oiclkinson
Proje Manager 1,
This markup should not
include markup on Shoring
Design and/or Survey if no
being provided by CEI
Does not
match quote.
Concrete Express Inc.
Labor and Equipment Rate Sheet - August 2012
CAT 93BG (06)
WL-41
ORTBO2117
$
110.00
CAT 938G (06)
WL-43
ORTBO2118
$
110.00
CAT 966H (06)
WL-45
OA6DO0167
$
115.00
CAT 938G (06)
WL-47
ORTBO2718
$
110.00
CAT 938G (07)
WL49
CRD02427
$
110.00
CAT 938G (07)
WL-51
CRD02426
$
110.00
SCRAPER
CAT 627C
$
245.00
BLADE
CAT 140G
$
115.00
CAT 130G
$
115.00
WATER TRUCK
CAT 613
$
135.00
4000 GALLON
$
80.OD
1600 GALLON
$
70.00
TRUCKING
LOWBOY/TRANSPORTATION
$
115.00
END DUMP - ROCK TRAILER
$
85.00
END DUMP - BELLY DUMP
$
85.00
SIDE DUMP
$
85.00
VAC TRUCK - POTHOLE TRUCK
$
190.00
MANPOWER
SUPERINTENDENT
$
68.00
E £MA'NW/LORllC
°_-M-7
FORMSMER/ FINISHER
$
46.00
LABOR
$
40.00
SERVICE MECHANIC
$
70.00
WELDER
$
70.00
5
LES MATSON CONSTRUCTION INC.
P.O. Sox 336668
Greeley, CO 80633-0612
Phone (970) 355-3201
`\ Fax (970) 352-7792
CRANE RIGGING
t, I
Proposal submitted to:
Name:
Ron Green
Company:
Concrete Express
Address:
2027 W Colfax Ave
City, State:
Denver, CO 80204
Phone No:
303.562.2000
Fax Aro:
303.893.1949
Proposal
Datc:02.07.2013
Work to be performed at:
Job: South of Prospect
Fort Collins
Does not match
Shoring for retaining wall ezt to Rail Road
quantity above
We will be supplying 45 - 5' x 10' plates and 45 H piles
Monthly plate rental
$ 150.00 per plate
Drive plates
$ 4.00 per SF
Remove plates
$ 2.50 per SF
Drive and remove H piles
$ 100.6Q.eacb
Mobilization to drive
$ 1,500.00 per move in
Pre drilling +/- 76 holes
$ 15,200.00 LS
Mobilization to drill
$ 1,500.00 per move in
'End veered design by ColoradoProfess onal Engineer . _.
$ 3,500.00
Note: all traffic control, layout, de -watering, utility location and access to job site for equipment will be
provided by others.
Terms: net 30, any amount not received by due date by be subject to
a 1.5 % montlily interest charge. 2 °/o
discount if paid in 15 days, no retainage.
Additional insurance requirements requested by you may result in extra charges.
Respectfully submitted
Per Les Matson Construction, Inc.
Note - this proposal may be µrithdrawn by us if not accepted within _30_ days.
Acceptance of Proposal
The above prices, specifications and conditions are satisfactory and are hereby accepted. You are
authorized to do the work as specified.
Signature
Date
Signature
Date
MAX BRT-Shoring @ Wall 3 (COST) Date: 1/30/2013
HD Estimate: 12138 MAX BRT ShorinR wall 3
.,-
.
1.1.1 pre -drill piles
0 EA
$0.00 $0.00
1.1.2 pile driving (matt. included)
12 EA
$100.00 $1,200.00
1.1.3 plate matl. (rental)(based on 3 month rental)($150/plate/mo) I xroMt,
11 EA
$450.00 1so $4,950.00 - 33�� i�So
1.1.4 plate matt. (purchase)
0 SF
$0.00 $0.00
1.1.5 plate driving & removal
550 SF
$6.50 $3,575.00
j,°{41";2310awpthshoi�ngIi4iYl,i1r%�tay�}s' �$198�?61 firi�$7 50000#
1.2.1 pre -drill piles
0 EA
$0.00 $0.00
36co{w
1.2.2 pile driving (mad. included)
73 EA
$100.00 $7,300.00.
1.2.3 plate matl. (rental)(based on 3 month rental)($150/plate/mo) [AA644.
44 EA
$450.00 IGD $19,800.00 - 66cv
1.2.4 plate matt. (purchase)(3 month rental) (rent back $250/plate/mo) I N't-4,
28 EA
$750.00 7-51� $21,000.00
1 2 5 plate driving & removal
3600 SF
$6.50 $23,400.00
SfoogSouth''se
Y"on STA 60+�75 to ! 4+50 P e
L•
$ `4 .80
`�
..:;d✓.'�-�«..�, ��,.....p .tan..., Ad,ag..x.:.. v..1�,a ?>.C+ :ae:.,,, -¢M<5�..
LF
y$92,92500
$2;4:7�;80; G' a
....a.
2.1.1 pre -drill piles
.3i;�'a
76 EA
.'
$200.00 $15,200.00 '�'y
---
2.1.2 pile driving (matt included)
76 EA
$100.00 $7,600.00
2.1.3 plate mati. (rental)(based on 3 month rental)($150/plate/mo) tµesn-fL
35 EA
$450.00 iso $15,750,00- $2=�2
:r
2.1.4 plate matt. (purchase)(3 month rental) (rent back $250/plate/mo) hAa,.rA
40 EA,
$750.00 -7$O $30,000.00 - zcpeo
2.1.5 plate driving & removal
3750 SF
$6.50 $24,375.00
!� } ay'� i� �1 t' Y`9iT'(^ i } V./i PiTyTM {'A{. •.S'.j �a^..5:'lIF�!
�� t; eta 3���Engmeenng-Shonng;C)esignl.0
t�k�''
` iy
-S '
may.,.,, F.' YYv'--•.C.
$3r8D0�00 $3�800(00�
��4tSu�"emsio�&�labo
7k3�6 �,�m.,,�p«.•..��+�.�,,.s,�4t"
Da
3 083.51' $3;08�51�
4.1 matl. & labor (pre -drill cover plate)
96 EA
$11.42 $1,096.07
7.1 Re -Mob charge subcontractor 7 Each $1,500.00 $10,500.00
Total Additional shoring 51195p690�4.
8.1.1
pre -drill piles
25 EA
$200.00
$5,000.00
8.1.2
pile driving (mat], included)
25 EA
$100.00
$2,500.00
8.1.3
plate mat]. (rental)(based on 3 month rental)($150/plate/mo)
24 EA
$450.00
$10,800.00
8.1.4
plate mat]. (purchase)
0 SF
$0.00
$0.00
8.1.5
plate driving & removal
1250 SF
$6.50
$8,125.00
Total Additional shoring
Keith Meyer, P.E.
Construction Manager, MAX BRT
3000 South College Avenue, Suite 201
Fort Collins, CO 80525
RE: Wall #3 Shoring Change Order
Keith,
March 25, 2013
As you are aware, the shoring identified in WCD #42 is not shown or identified in the bid
documents for this project. It was only after commencing work on the project that it was
identified as a necessity to construct wall #3. As a result, CEI does not have any budget for this
additional shoring in any pay items associated with wall #3 (structural excavation, embankment,
class D concrete, reinforcing steel) or in any other pay item. Please let me know if you need
any additional information from me in regards to this matter.
Ryan Dic inson
Projec anager
Concrete Express, Inc.
2027 W. Colfax Ave. Denver, CO 80204 * 303.562.200 office* 303.562.2010 fax
q
yCEI
1/31113
Erika Keeton
Special Projects Engineer
City of Ft. Collins
281 N. College Avenue
Fort Collins, CO 80522-0580
CCR NUMBER:
158 Rev 1
CEI PROJECT#:
12-009
CONTRACT NUMBER:
7332
CONTRACT DATE:
CONTRACT NAME:
Mason Corridor BRT
DESCRIPTION OF CCR:
Monthly rental rate to provide temporary shoring in order to construct wall #3.
This shoring is not identified in the plans or the bid tabulation, but will be required in
order to comply with the BNSF requirements for excavations in their ROW. It is
anticipated that this shoring will be required for a minimum of 3-4 months. Events
outside the control of CEI could extend the period of time that this shoring is required.
LOCATION:
Segment 6, Wall #3, Drake to Prospect
MEMO NO.: NA
MEMO DATE: NA
COST CODE: N/A
DESCRIPTION
CITY
UNIT
UNIT PRICE
OT
TOTAL
Monthly rental rate on shoring for
construction of wall #3
3400
sf/Month
$ 20.75
-
- - -
$70,550.00.
markup
$3,527.50
$74,077.50
ONE TIME COSTS ASSOC W/
SHORING
Shoring Design
1
LS
$ - 3.800.00
$3,800.00
Additional supervision and labor
installation and removal
21
DAY
$ 146.85
$3,083.85
Survey
1
LS
$ 2,08D.Go
$2,080.00
Site safety materials
1
LS
$ 2,076.14
$2,076.74
'v,Nl. $11,040.59
Markup $1,656.09
$12,696.68
Concrete Express, Inc., requests 21 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.
?��v .,.•nth = P 79 53-0
74, 077, so
leo,/in
ac��•z
q. .5% /Aron..-
f Tp, S3-0. o e
7,$70 . a o
�sa.re
76, IF o0
%0,00, ZS"/. S'O
LES MATSON CONSTRUCTION INC.
P.O. Box 336668
t i Greeley, CO 80633-0612
'I t` Phone (970) 356-3201
/
Fax (970) 352-7792
CRANE Fi1GG1NG.
Proposal submitted to:
Name:
Ron Green
Company:
Concrete Express
Address_
2027 W Colfax Ave
Cite, State:
Denver, CO 80204
Phone Aro:
303.562.2000
Fax No:
303.8911949
Shoring for retaining wall next to Rail Road
Proposal
Datc:02.07.2013
Work to be performed at:
Job: South of Prospect
Fort Collins
We wall be supplying 45 - 5' x 10' plates and 45 H piles
Monthly plate rental
$
150.00 per plate
Drive plates
$
4.0.0 per SF
Remove plates
$
$
2.50 per SF
100.60 each
Drive and remove H piles
Mobilization to drive
$
1,SOO.60'per move in
Pie drilling +/- 76 holes
$ 15,200.00 LS
Mobilization to drill
$
1,500.00 per move in
Engineered design by Colorado Professional Engineer
$
3,560.00
Note: all traffic control, layout, de -watering, utility location and access to job site for equipment will be
provided by others.
Terms: net 30, any amount not received by due date by be subject to a 1.5 % monthly interest charge. 2 0/-
discount if paid in 75 days; no retainage.
Additional insurance requirements requested by you may result in extra charges.
Respectfully submitted
Per Les Matson Construction, Inc.
Note - this proposal may be withdrawn by us if not accepted within _30_ days.
Acceptance of Proposal
The above prices, specifications and conditions are satisfactory and are hereby accepted. You are
authorized to do the work as specified.
Signature
Date
Sia-»ature
Date
MAX BRT-Shoring @ Wall 3 (COST)
HD Estimate:.12138 MAX BRT Shoring wall 3
Date:1/30/2013
�.�!
4n'�fa4G�I L11 JI.I VI 1116' R .sY" ✓iJ"" rv' 3Tj, Si cif /s+r{j �,! yy ) i"yy\j u $G�yJ.(`(1{,7,2 0�
1.1.1
pre -drill piles
0 EA
$0.00
$0.00 6
1.1.2
pile driving (mat]. included)
12 EA
$100.00
$1,200.00
1.1.3
plate matt. (rental)(based on 3 month rental)($150/plate/mo)
I nron-1r,, it EA
$450.00 !`K'
$4,950.00 - 3 � IrSo
1.1.4
plate mail. (purchase)
0 SF
$0.00
$0.00
1 1.5
plate driving & removal
550 SF
$6.50
$3,575.00
1.2.1 pre -drill piles 0 EA
1.2.2 pile driving (matt. included) 73 EA
1.2.3 plate mail (rental)(based on 3 month rental)($150/plate/mo) he644 44 EA
1.2.4 plate matt. (purchase) (3 month rental) (rent back $250/plate/mo) I fYf 28 EA
1.2.5 plate driving & removal 3600 SF
2.1.1 pre -drill piles 76 EA
2.1.2 pile driving (matl. included) 76 EA
2.1.3 plate matl. (rental)(based on 3 month rental)($150/plate/mo) : Ate,&& 35 EA
2.1.4 plate matt. (purchase)(3 month rental) (rent back $250/plate/mo) (MA t4 40 EA
2.1.5 plate driving & removal 3750 SF
$0.00 $0.00
$100.00 $7,300:00
$450.00IGD $19,800.00 - 06
$750.00 2s1 $21;000.00
$6.50 $23,400.00
$24780$92i925
$200.00 $15,200.00
$100.00 $7,600.00
$450.00 so $15,750.00— 57
$750.00 DSO $30,000.00
$6.S0 $24,375.00
4.1 matl. & labor (pre -drill cover plate) 96 EA $11.42 $1,096.07
/.l Ke-ivioo cnarge suocontractor 7 Each $1,500.00 $10,500.00
Total Additional shoring, , A F'
90+24 ;$�1956
8.1.1
pre -drill piles
25 EA
$200.00 $5,000.00
8.1.2
pile driving (mat]. included)
25 EA
$100.00 $2,500.00
8.1.3
plate matt. (rental)(based on 3 month rental)($150/plate/mo)
24 EA
$450.00 $10,800.00
8.1.4
plate matl. (purchase)
0 SF
$0.00 $0.00
8 1.5
plate driving ,& removal
1250 SF
$6 50 $8,125 00
"8 2 Safet Rail a s;tr.r, a s , Y ,,.
., Y, s, , r,,.. 4 ,. y r § Kek i a �" s x x 3 209+� " ' ' r $2�46,�j k $513�66
u
Total Additional shoring
R7_W QZRIrr,
5a)gf7
34,65�iic
'N�o -TV
WORK CHANGE DIRECTIVE
TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 048
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:
Descnptiori of Work: ,
(Title of WCD): Delete Safety and Security Manager
This work change directive Directs the Contractor to delete the Safety and Security Manager item
from the bid schedule. The Contractor shall price the credit for this item based on actual costs
incurred to date debited to the item credit.
The City is directing this change as CEI has not provided the personnel for this position as identified
in the specifications on a full time, project wide basis. CEI only provided personnel to fill this project
position for an early portion of the project. As such, this work is being deleted from the CEI contract
and will be performed by the Construction Manager.
ur g
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.
�' 'P r„ ,—
Ordered By: r �/;4LP— , April. 1, 2013
owner Date
Recommended By: April 1, 2013
Construction Manager Date
Copy: Owner; Engineer; Field File- SharePoint
WCD048_DELETE SAFETY AND SECURITY MANAGER_04-01-13 PAGE 1 OF 1
.V "
3/26/13
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:
173
12.009
7332
Mason Corridor BRT
yy�no4S
t2cJ Z
DESCRIPTION OF CCR: The City intends to remove the System Safety and Security Manager scope from
CEI's contract. CEI's understanding of this pay item is that we are to provide for a
safe jobsite, and secondly provide documentation to certify items identified in the
certifiable items list at the close of the project.
The $21,405.00 is the dollar amount CEI has spent to date on a Site Safety
and Security Manager.
LOCATION:
MEMO NO.:
MEMO DATE:
COST CODE:
DESCRIPTION
CITY
UNIT
UNIT PRICE
OT
TOTAL
SSSM Original Contract Amt, less
markup
1
LS
$ 175,992.34
$175,992.34
Amt Billed to Date
1
LS
$ (21,405.00)
($21,405.00)
credit due on amt billed to date less
cost and olp
1
LS
$ 8,830.97
$8,830.97
TOTAL
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.
$163,418.31
Change in Contract Time:
This change.order authorizes a contract time extension of 16 days to construct shoring for wall 3. The overall MAX
Project contract time is summarized below.
,'C nntracFTime Summary w
Substantial Completion Date
January 8, 2014
(BRT Project through CO #4):
Final Acceptance Date
February 7, 2014
(BRT Project through CO #4):
Substantial Completion Milestone 1;
July 31, 2013
(Mason Grade Separation CO#5)
Substantial Completion Milestone 2:
October 31, 2013
(Mason Grade Separation CO#5)
Final Acceptance:
November 15, 2013
(Mason Grade Separation CO#5)
Revised Substantial Completion Date
January 24, 2014
(BRT Project through CO #6):
Revised Final Acceptance Date
February 23, 2014
(BRT Project through CO #6):
Page 2 of 2
SYS,Ti�i 5'rY,"�ty f` 1�LKG��f �d!r'�•i''G<'1G' � t�3'�+C/!u3:7s°r,!
/77:111
,e�VC?%f%/a1 r`rrrL di•' d /Pvl�i i >,'r lirf; fr 6Z,3 G-C�
O/t j�,20�T t✓✓ �iGt�a ;rr
.Pe, 16 ( /2, Y.
A 4?4, 464, eo
�. � 21140s,00
C. ;�4ZZe.83
C) T MZ Gr1 00 IN ) A $ Zs-, 633. 0.3
&1-u/m 91utTj Iv1Iva> COJT (A - P) 5 , 0936. 97
V 9*1f4Ar& /TFr t (F) (�6,634,17)
�IN IIII f1PF44CA- ,ovs)
Title: CEI CHANGE ORDER #6
Date: 5-15-13
CONTRACT CHECKLIST FOR NON-COMPETITIVE PROPOSALS (SOLE SOURCE)
Checklist Item
Contract File
Comments
Location
7) Independent Cost Estimate
The City made and documented an
YES
independent cost estimate before receipt of
proposals.
10) Unnecessary Experience and
Excessive Bonding
Unnecessary experience and excessive
NO
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
NO
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
procurement process. (An example of
arbitrary action is when award is made to
NO
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
NO
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
s ecific Ian ua e.
14) Geographic Preferences
The solicitation contains no in -State or local
NO
geographic preference except where Federal
statutes mandate or encourage them.
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
NA
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
considering such matters as contractor
integrity, compliance with public policy, record
of past performance, and financial and
1. Y
technical resources.
2. Y
1. Appropriate Financial, equipment, facility
3. Y
and personnel. (Y/N)
4. Y
2. Ability to meet delivery schedule. (Y/N)
5. Y
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
This contract is a sound and complete
agreement. In addition, it includes remedies
YES CHANGE ORDER
for breach of contract and provisions covering
termination for cause and convenience.
24) Clear, Accurate, and Complete
Specification
A complete, adequate, and realistic
specification or purchased description was
YES
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.)
CHANGE ORDER
(2) Public exigency for the requirement did
CONTRACTOR IS CEI
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
YES
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
the contractors bid or offer were evaluated in
order to determine contract award. (To be
NA
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
The file contains records detailing the history
YES ORIGINALLY SELECTED
of this procurement. At a minimum, these
BY BID PROCESS
records include:
CONTRACTOR HAS BEEN
(1) the rationale for the method of
RESPONSIVE AND PRICES
procurement,
(2) Selection of contract type,
ARE FROM EXISTING LINE
(3) reasons for contractor selection or
ITEM PRICING FROM BID
rejection, and
4 the basis for the contract price.
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
NO
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
the scope of the original contract. The
YES, THE WORK IS OUTSIDE
amendment was treated as a sole source
THE ORIGINAL AGREEMENT
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
NO
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
YES
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.
47) Time and Materials Contracts
This is a time and materials contract; the
grantee determined that no other type of
NO
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
NO
type contract.
49) Liquidated Damages Provisions
This contract contains liquidated damages
provisions and the assessment for damages
NO
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.
NO
2) The procurement file contains: Price
reasonableness determination.
56) Clauses
This contract contains the appropriate FTA
YES
required clauses.
Excluded Parties Search
YES
EPS run and include in the file.
System for Award Management
Page 1 of 1
CONCRETE EXPRESS, INC.
DUNS: 184088763 CAGE Code: 442U2
Status: Active
Entity Overview
Entity Information
Name: CONCRETE EXPRESS, INC.
Doing Business As: CEI
Business Type: Business or Organization
POC Name: None Specified
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
system constitutes consent to monitoring at all times.
2027 W COLFAX AVE
DENVER, CO, 80204-2331 ,
UNITED STATES
IBM v1.863.20130412-1616
WWW1
https://www.sam.gov/portal/public/SAM/?portal:componentld=7cbf863 5-61 f6-41 ff-bfb6-2... 5/15/2013
Pending Issues Log
Date: 05/10113
Ref. No.
CON
SCC
Spec Section
Item Description
Date
Requested
Amount
Status
WCDO01
1
40.02
604
Chance from 8-ft dia to 6-ft dia MH 8.1
7/31/2012
$883.00)
requested by CEI; credit to contract
WCDO02
1
10.02
403
Add asphalt Patching depth - Laurel to Maple 6' to 10'
7/31/2012
$132.163.03
change from V depth to 10' depth• all SG versus S in bid
WCDO03
1
40.08
630
Temporary fencing -BNSF work
7/18/2012
$16,401.90
ordered for duration of BNSF closure; duration not specifically defined. in Proposal from sub
WCDO04
1
40.08
n/a
Insurance adjustment $2M/$6M to $5M/$10M)
7/12/2012
$3,957.00
BNSF protective liability Insurance for CEI contract ($14M in ROW)
W CDO05
1
40.08
630
Time and Material traffic control for BNSF work downtown
7/12/2012
$147.562.78
traffic control for downtown BNSF rail replacement work
WCDO06
1
f 0.02
403
Add temp crossings at Oak, Mountain and Laporte
8/212012
$885.00
RAP at Oak; HMA at Mountain and Laporte; partially paid at unit prices
W CDO07
1
40.06
412
Enhanced Crosswalk changes (Laurel North)
8/2/2012
$0.00
change to all dual colored crosswalks north of Laurel; no cost change
W C0008
2
40.06
412: 603
Changes to Maple Intersection
9/11/2012
$71,910-39
temp pedestrian crossinp; intersection crosswalks add to base bid
WCD009
1
40.08
630
Specials signs -BNSF closure
7/16/2012
$9,068.00
specialty signs for BNSF closure
WCDO10
1
40.08
208
Erosion Los (8995 EA)
8/13/2012
$24.826.20
40.08; 208-00005; missed in final bid tab
W CD011
n/a
10.02
403
HMA (Patching) - 273SY i
8/13/2012
$0.00
10.02; 403-00721; added quantity after bid opening: quantity part of asphalt patching downtown
W CDO12
1
40.02
603
Storm drain line J changes
8/20/2012
$0.00
Grade and all nment chances for stonn line J; Mason - Old Main to Laurel' unit prices
W CDO13
3
40.07
608: 609
Site chances at Industrial Sciences
8/20/2012
$31,225.68
Changes to sidewalk, paving at industrial Sciences
W CDO14
6
10.03
n/a
BNSF Railroad ballast grading
8/22/2012
S45,803.75
IT&M work to grade RR ballast curb support options
WCO015
3
40.02
603
Stone drain line 131-1 changes
9/4/2012
$19,812.00
Design changes to stone line Bt-1; FCLWD utility. conflict
WCD016 -
•20.01
.. 608.
OIIveStallonSte Changes
.9111/2012.
:.$3;500:00-
Add stairs; retaining wallichanges;CMtoissue WCD.-..
WCDO17
-20.01-
606- ..
Toe wall change at Troutman Station
-10I9/2012
$2000:00.,.:
Add toe wall, to Troutman walk;.CM,to'issue WCDI
WCDO18
1
40.02
604
Stone line C7-2 design chances
10/12/2012
$0.00
design chance only; aid for at contract unit prices
W CDO19
14
40.02
604
Stone line 63-1 design changes
10/27/2012
$63.560.54
arch pipe deleted; replaced with HERCP; grade and manhole changes
W6020.
11
20.61
Div.26.
Electrical site plan changes -Art Pole.Conduits
-12/11/2012:...
$29,010.05...
provide,conduit for speaker.wire at each _..
W CD021
6
1 20.01
1 Div 3
Light Pole foundation chance
10126/2012.
($4,611.00).
changes depth of light pole foundations -credit
W CD022
6
40.01
202
PSCo Deconstructlon scope of work thane
10/28/2012
($17,592.00). .chances
overall scope of deconstruction - credit
W613023
_15
.46.02
- 619 :.
Storm Line F1'-1; R1.4 and bare Specification. chances _
/2/24/2012 .
$179,006.00
complete rewrite ofiacked bore specl0catimst; F1'-4.profile
W CD024
n/a
40.02
603
Storm Line 81-1 manhole addition
10/30/2012
$0.00
pending pricing: unit price MH
W CD025
9
40.01
n/a
Soil Stabilization - Station 63+00
11/612012
$11,525.00
repair of unstable subgrade
W CD026
12
40.02
603
134-1 reali nment and site grading
11/27/2012
$84,277.50
Inc wall, railin , guardrail and pipe
W C0027
40.02.
603
812-3 design thane
12/10/2012
$0.00
laliqnment change to facilitate pipeinstallation near BNSF tracks
W C0028
9
20.01
Div 7
Mulberry Station panel art
11/21/2012
$21,803.04
1 addition of panel art at Mulberry Stations not Included in bid dots
W CD029
10.01
412
Guideway grading and width change to STC
12/3/2012
$0.00
guidewa alignment chance to allow two-way traffic at STC; paid for through unit prices
WC0030
8
40.05.
601
CSUField'House.Retaininq wall- _ _
1/5/2013-
$23:352.00
addition of retaininq wall at Feld: House to replace walfnot slated forserrloval
W C0031
40.08
626
Public Information Officer Scope Clarification
1/5/2013
$0.00
clarifies and further defines PIO scope of work for MAX BRT portions of work
WCD032 -.
8
40.06'
.514
CSU Feld House Hand Rail;and Stairs -._.
1/512013
$1,875.00
addsinstallation of hand rail and stairs. at CSUiFeld'House parking.. lot
_WCDO33.
8
10.02
208-_.
Segmeni l - Soil. Statbllization_
12/1012013 .
416,854.32
soil stablillzation for areas from STA 9+40 to 12+00 _
-WCD034 ...
10
20.01.
Div 32
Pavers at Station Platfonps:...
2/7/2013 :.-
$59:551.50
clarifies:paver:and truncated dome installationatpialfonns; curb height
W CD035
10.08
Change from epoxy coated reinfodnq bar
Credit for epoxy coated rebar In Wall 3, Ladmer #2 box culvert, etc.
WCDO36
9
40:05.
-..
Reset fence in Segment l:. ... .
$6;226.63
Cost for fence Posts darnaqed.durinq removal
.WCD037 ::_9
_.
40i0T.
Grading and millings installation at Troutman __.
.-
...-,Tempora,installatimofmillinsfor.Troutmancul-d6re6thusinessaccess..
,
WCDO38 -
RacewayBore at=DTC for. ower:.
1/11/2013
$8,239:35
Provide power to DTC station.-
L._.
4
�50.05�'�._`._:
R arc oLBRTiconduil:'ebOTGstatil soutfi'eide
lz 2/6/201 31 _-�
tx..� _ ,.'_` _f
R eu.o08RLconduilideme etl�dudn 'southlceissonhstallahon',fa ten _ _ - __.,y 1-
W C0040
13
40.08
Traffic control devices and labor for Prospect closure
2/11/2013
$114,130.25
Traffic control for Prospect closure (Connell. and CEI work)
W CD041
] -.
' 10.02
Coll to accelerate Prospect closure work
1/9/2013.
$16;881.16 ,
Overtime costs associaledwilh Prospect closure . -,
Pending Issues Log
Project: Mason Corridor - MAX BRT
Contractor: Concrete Express Inc. (CEI)
Project No. 7332 (CEI project number 12-009)
Data: 05110/13
Ref. No.
CO#
SCC
Spec Section
Item Description
Date
.Requested
Amount
Status
WCDO42
6
10.08
Shoring for BNSF embankment at Wall 3
2/1212013
$234,929.18.
Shoring to accommodate BNSF protection criteria along wall 3; wall 3 construction
�WCD043 .r.
7..
40.02
- 1,604 , ,.
pros ecPlnlet Connections ..-`._:.3/4/2013
$21462.80
Connections frome>astin 9 inlets to slorm.lihe F.1.-1;._, ... ._....._. ;._., :._. _..;
W CD044
4
'10.03'
Downtown Rehab - Streets Dept
3/10/2013
$220,240.42
Rehabilitation pro'ecl for Streets Department; nongrant related work
•:WCD0451,J.31,1L
Lti.
6141c°.�'�'r/Traffic`de�andlceissoniEasi
nchan e`s�_���, r._, _s._n}t.>as
•3/A 0/2013
��521828.35C&.i
Tr`affia'We ay&rtandreaie`sanisrledulechan es,c�L�.._._.. '_:_.. 1 •>?�^�•*_b'S,
b:Dlv.267s.wsl
EleUdcal(arielfcneri es,fonstaM1onsa '...;.`^}�. °.^--.rc•�'s
t/2012013�
$2?6tt9.551
Reconaiesta0onl ower. enels serHces+: .:.,�..r .W.. `..�.._� ._..a #«-.-_ °.. 1" 1
-,..:..... � ...1
• WCD047.�.•
,...
_c�i
r
L�J
• ,.1)
i`:._7608�}'.-..
......c a.
Statia`1lGrade Chan es=,l3.mchrwrb all laHartn� - .... .�-:.'-..«
m s
. 4/1/2013,....
:+
x .,.as'.'.:7M5d9,
��:>?_ -'i— .2cCi' 11-
hen esI IaHain-?iad ito`accommodatel131nch.le`Ilfcurb
W CDO48
6
40.08
626
Delete System Safety and Se rity Manager
3/27/2013
($163,418.31)
Remove Safety and Security Manager Scope from CEI contract; transfer to CM
I�,.Div 27c„_,
Chan e,Fitier, hcfCableW744 cwnt__:.. _ _�_..�4/5/2013��.y
•`• -Goan
eto add e;Qre,c'a eU ',fp7.futuFe,use non, iant funds,Go`miL'i �hl and Power°�::f
K -m- a tb-
.�W CDOSO.r�...
I•v�
.ter?
� _r
f -....,
(y�u609F s::
i1 _. �ti,.r.t^ F
Re lace.74:112.,tallfc'uibia`nd m am:ICON'fdoter� :,...,�2
S •F✓� .,, r.
&�4/4/2013�
r'G'j _ "t.R.�
I Y.,<,.;,...a,:,,
f{ij
tV .1 'Y^c- '�.CV+�Y>._: ryz.�s. �... _ _ {i'.r_: _wJ' k�
Ad usanents toinstalledlcurbrto^accommadaf TtJABI bus door:desi n'L-''localfunds,on ,s : - - "
W C0051
5
*20.01
Varies
NRRC Ovemess Subsuudure and Ramps
4/16/2013
$1,779.894.43
Adds NRRC Overeass construction- nongrant related work
t-.2603/6041
F1 19% ellrie chan es noilfilofi%lkin �•�*"E.'�,e"' ��✓'�"�'.�.v„�''�®'•
v��`4/21%2013`d�
�L'?"3r.'�,:ew''ci�
Chen es';"plpairi`e rofile?endlall nm entmathlof,%lkin7 BNSF_ rolection ionearid utili :eonPocts)'�!
'S
-. 1)
�n! w'r7
'a
D^7
�+i•xwc-=1^ F'.._ '.n_iUu
cra
420131M
9 `Ma
ATdTSM6a' ticl,Op a,Heaxlh.'m.Meldnima/:=s..:,i.5 7 0mWC—D
W CDO54
University Station Conduit - CSU.
Install fiber and power conduit for future use to University Station area
W CDO55
Comm Cabinet Rack Desi n Changes
Changes rack design; UPS and other features of communications cabinet
W CDO56
DTC Retaining Wall
Installs a small wall at the DTC station sidewalk
WCDO57
Station Handrail Change -(stainless to powder coat)
Changes all handrail at stations from stainless steel to powder coaled steel
Pending
Billboard Relocation
at Horsetooth and Prospect
Stone Line 11-1 deletion
per request from CSU; keep inlet and some pipe removal
Potholing Overrun
$182,000.00
Projected to be around 1,000 hm vs 350 in bid
Add depth of concretes tin at Mountain
Delete lining from contract
credit
Delete H2O load rated vaults from contract (MIS duct bank)
credit
Delete waterline lowering at Et-1
credit
Add allowance for specialty signs
$20,000.00
Delete wireless access points
credit
Pending Total:
1,476,621.39
Change Order#1 Subtotal:
$51 213.91
Change Order#2 Subtotal:
$71,910.39
Change Order 43 Subtotal:
$51,037,68
Change Order 94 Subtotal:
$220,240.42
Change Order #5 Subtotal:
$1,779,894.43
Change Order #6 Subtotal:
$95,111.62
Change Order Subtotal:
$2 269,408.45
Pending Issues Log
number
Date: 05110113
Ref. No. CO# SCC Spec Section item Description Date Amount Status
Requested
Total riginal Contract Amount 31,886,878.94
Actuated ontract Amount projected 35,323,500.33
Pending Issues as a %o ontract Amount 10.78
hang- r, r % as approved .12
= needs action by CM
needs action by Contractor
I
April 18, 2013
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. 168
Railroad Ballast Grading — W CD014
MAX Field Construction Office
3000 South College Ave., Suite 201
Fort Collins, CO 80526
fcgov.comlmaxconstruction
Delivery by hand
Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No.14 to remove
sections of structural fill placed during curb construction along the BNSF tracks in the downtown area
from Laurel to Maple. This work was directed to finish BNSF ballast placement behind the curb and
gutter. BNSF failed to complete this work earlier in the project during the track rehabilitation work. Also
please find attached Contract Change Request #168 from CEI
CCR #168NVCD014 was tracked through time and material usage on the project. All time and material
rates are provided in the attached CEI equipment rate sheet. Also attached are samples of their certified
payroll forms to further support the labor values. The equipment and labor rates have been reviewed and
are consistent with other contractor's pricing for similar labor categories and equipment. As such, I find
CEI's Contract Change Request #168 in the amount of $45,803.75 to be reasonable for the required
increase in scope. As such, I recommend acceptance of this additional cost to the contract.
Keith' a er, PE
Construc ion Project Manager
CH2M HILL Team
970-988-8605
keith.mever(a.ditescosery ices.com
Cc: job file
Change Management Checklist
. ..
Reviewed for compliance with
Part of build alternative;
Environmental Assessment
2/14/13
conversion of Mason to two way
KM
traffic
Included in traffic control plan for
Reviewed for construction/safety impacts
2/15/13
work in area; delineation for train
KM
and vehicular travel
Independent cost estimate prepared
4/15/13
Time and material rates checked
KM
to industry standard and payrolls
Reviewed for PCGA grant compliance
4/15/13
Part of Build Alternative
KM
scope is included in SCC 10.03
Reviewed for real estate impacts/needs
s/needs
4/15/13
inside public right of
KM
Way
Reviewed for compliance with design
criteria/ADA
http://www.access-board.gov/ada-aba/ada-
2/16/13
n/a
KM
standards-dot.cfm
max
WORK CHANGE DIRECTIVE
TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 014
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
r. Description;of Work
(Title of WCD): BNSF Ballast Grading - Mulberry Street to Maple Street
This work change directive authorizes the Contractor to perform ballast grading along the west side
of the BNSF tracks from Mulberry Street to Maple Street as part of the MAX BRT project. The
Contractor shall perform this work on a time and material basis with crew rates for each portion of
the work contemplated. This shall include excavator, blade, trucking, labor, operator and supervisor
time to accomplish grading ballast along the BNSF tracks to accomplish curb and gutter installation.
This work is being authorized by the Owner to offset work not completed by BNSF. As such, it is not
warrantable or covered under the technical specifications/contract documents associated with the
MAX BRT project. Specification requirements and warranty are still in place and fully enforced for
structural fill and curb and gutter construction.
The Contractor is authorized through this work change directive to a maximum of $10,000.00 in cost.
The Contractor shall submit an equipment and labor rate sheet, and detailed time tracking
documents for this work.
BNSF Railroad ballast grading is being added to the contract to maintain the MAX BRT schedule for
the downtown segment as BNSF cannot provide the manpower or equipment to complete this
portion of their work (see attached).
Email correspondence.
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
Ordered By: August 22, 2012
Owner
Date
Recommended By: 4' 1�/ �� fit August 22, 2012
Construction Manager Date
Copy:
Owner
Engineer
Field File - SharePoint
WCDO14_RAILROAD BALLAST GRADING 8-22-12 PAGE 1 OF 1