Loading...
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