Loading...
HomeMy WebLinkAboutCHANGE ORDER - BID - 7332 MAX BRT PROJECT (12)Title: CEI Change Order #7 Date: 5-21-13 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 specific language. 14) Geographic Preferences The solicitation contains no in -State or local NO geographic preference except where Federal statutes mandate or encourage them. CEI.:.. 5/01/13 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: 115 Revised WCD #41 12-009 7332 Mason Corridor BRT DESCRIPTION OF CCR: Pricing, as requested, to accelerate schedule on pipe work and intersection reconstruction at Prospect. Original schedule for this work allowed for 10 days for the pipe work and 17 days to reconstruct the intersection. This acceleration cost results in a reduction of 2 days worth of pipe work and 5 days on the reconstruction of the intersection. This acceleration is based on working 7 daystweek, 12 hours per day. Costs below are actual overtime costs associated with this work. LOCATION: Prospect Intersection MEMO NO.: MEMO DATE: COST CODE: DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL overtime costs associated w/ pipe work, intersection reconstruction, and trucking 482 HR $ 29.38 $ 14,161.16 winter protection on intersection improvements 1 LS $ 2,720.00 $ 2,720.00 TOTAL Concrete Express, Inc., requests _ days for the above contract modifications. These are all of the visible effects of the above change we see at this time. We reserve the right to incorporate other changes as they appear in implementing this change. If you have any questions regarding this change, please feel free to contact me at 303.562.2000. Sincerely, r Rya'4n is nson ge Proj lnar 16,881.16 CONCRETE EXPRESS, I NC. Cost Entries by Job Sys Sys Job CC CC Des Date Empla Employee Pay Equip# OT Hour, Pay Amt 12-009 603-50065 60" PLASTIC PIPE (SPECIAL) 3/17/2013 403605 LUEVANO; RODRIGO OT 4.50 128.25 12-009 603-50065 60" PLASTIC PIPE(SPECIAL) 3/17/2013 404830 MAYNES; JEREMY OT WL33 4.50 138.04 12-009 604-16515 INLET TYPE 16(DOUBLE)(15'( 3/17/2013 402327 SANCHEZ-RETANA; SAUL OT EX23 3.00 96.58 12-009 604-16515 INLET TYPE 16(DOUBLE)(15') 3/17/2013 402327 SANCHEZ-RETANA; SAUL OT 1.50 42.75 12-D09 604-16515 INLET TYPE 16(DOUBLE)(15') 3/17/2023 403605 LUEVANO; RODRIGO OT 3.50 99.75 12-009 604-16515 INLETTYPE 16(DOUBLE)(15') 3/17/2013 404830 MAYNES; JEREMY OT WL33 2.50 76.70 12-009 604-16515 INLET TYPE 16(DOUBLE)(15'( 3/17/2013 404830 MAYNES; JEREMY OT 2.50 63.75 12-009 604-16515 INLETTYPE 16(DOUBLE((15') 3/17/2013 404994 LOVATO; TIMOTHY OT 5.00 129.52 12-009 604-16515 INLET TYPE 16(DOUBLE)(15') 3/17/2013 405019 CONTRERAS-CASILLAS; OSCAR OT 2.50 61.88 12-009 700-52024 ADDING INLET CONNECTS TO Fl-1 3/17/2013 402327 SANCHEZ-RETANA; SAUL OT EX33 7.50 241.43 12-009 700-52024 ADDING INLET CONNECTS TO F14 3/17/2013 4023275ANCHEZ-RETANA; SAUL OT 1.00 28.50 12-009 700-52024 ADDING INLET CONNECTS TO FS-1 3/17/2013 403605 LUEVANO; RODRIGO OT 9.00 256.50 12-009 700-52024 ADDING INLET CONNECTS TO F1-1 3/17/2013 404830 MAYNES; JEREMY OT WL33 7.00 214.73 12-009 700-52024 ADDING INLET CONNECTS TO F3-1 3/17/2013 404830 MAYNES; JEREMY OT 2.00 51.00 12-009 700-52024 ADDING INLET CONNECTS TO Fl-1 3/17/2013 404984 LOVATO; TIMOTHY OT 9.50 246.10 12-009 700-60075 EXPOSE & RELOCATE WATER MAIN 3/17/2013 404994 LOVATO; TIMOTHY OT 1.00 25.91 12-009 7DO-60075 EXPOSE & RELOCATE WATER MAIN 3/17/2013 405019 CONTRERAS-CASILLAS; OSCAR OT 1.00 24.75 12-009 700-60076 REMOVE SECTION OF WATER MAID 3/17/2013 403605 LUEVANO; RODRIGO OT 1.00 28.50 12-009 700-60076 REMOVE SECTION OF WATER MAR 3/17/2013 404830 MAYNES; JEREMY OT WL33 1.00 30.68 12-009 7DO-60076 REMOVE SECTION OF WATER MAIP 3/17/2013 404984 LOVATO; TIMOTHY OT 1.00 25.91 12.009 700-60076 REMOVE SECTION OF WATER MAIP 3/17/2013 405019 CONTRERAS-CASILLAS; OSCAR OT 1.D0 24.75 12-09A 202-00019 REMOVAL OF INLET 3/17/2013 71104 RIZZO; WAYNE A OT TT57 1.00 27.00 12-09A 203-01000 PRE TRIP/POSTTRIP 3/17/2013 70304 ALBERT, EDWARD OT TT45 1.00 29.86 12-09A 203-OSODO PRE TRIP/POSTTRIP 3/17/2013 71104 RIZZO; WAYNE A OT TT57 0.50 13.50 12-009 604-00305 INLET TYPE C IS') 3/24/2013 408111 HERNANDEZ MALDONADO; RAMON OT 1g,00J .270.001 12-009 604-00305 INLET TYPE C(5') 3/24/2013 40811',HERNANDEZ MALDONADO; RAMON) OT MT23 4.50 135.00r 12-009 604-00305 INLET TYPE C IS') 3/24/2013 403636 DOMINGUEZ; PEDRO OT 7.00 197.30 12-009 604-00305 INLET TYPE C(5) 3/24/2013 404796 PENA; LUIS OT 10.00 281.85 12-009 608.00006 CONCRETE SIDEWALK I6") 3/24/2013 404019 MADERA; CARLOS OT MT71 5.00 187.50 12-09A 203-OI000 PRE TRIP/POST TRIP 3/24/2013 71G87 PERRY; MICHAEL OT TT55 0.50 13.13 12-09A 203-01000 PRE TRIP/POST TRIP 3/24/2013 71095 GWINN; EDWARD L OT TT53 0.50 13.50 12-09A 203-01000 PRE TRIP/POST TRIP 3/24/2013 402877 MERITT; TIMBERLAN OT MT77 0.50 12.75 12-09A 412-01050 CONCRETE PAVEMENT(10.1/2") 3/24/2D13 71D95 GWINN; EDWARD L. OT 753 5.00 135.00 12-009 403-00721 HOT MIX ASPALT(PATCHING)(ASPt 3/31/2013 402327 SANCHEZ-RETANA; SAUL OT EX33 2.00 64.38 12-009 403-00721 HOT MIX ASPALT(PATCHING)(ASPt 3/31/2013 402327 SANCHEZ-RETANA; SAUL OT 0.50 12-009 403-00721 HOT MIX ASPALT(PATCHING)(ASPt 3/31/2013 403605 LUEVANO; RODRIGO OT EX37 2.50 14.25 80.48 12-009 403-00721 HOT MIX ASPALT (PATCHING)(ASPt 3/31/2013 404984 LOVATO; TIMOTHY OT 2.50 64.76 12-009 403-00721 HOT MIX ASPALT(PATCHING)(ASPt 3/31/2013 405019 CONTRERAS-CASILLAS; OSCAR OT 2.50 61.98 12-009 403-33621 HOT MIS ASPALT (GRADING S)(PG 3/31/2013 402521 MADERA; JOSE LUIS OT UL63 8.00 276.00 12-009 403-33621 HOT MIS ASPALT (GRADING S)(PG 3/31/2013 402522 MADERA; JOSE LUIS OT LT227 7.00 241.50 12-009 403-33621 HOT MIS ASPALT (GRADING S)(PG 3/31/2013 402521 MADERA; JOSE LUIS OT MG21 6.00 223.38 12-009 403.33621 HOT MIS ASPALT (GRADING S)(PG 3/31/2013 403925 VILLEGAS RIVERA; ENRIQUE OT VR11 0.50 17.75 12-009 403-33621 HOT MIS ASPALT (GRADING S)(PG 3/31/2013 403925 VILLEGAS RIVERA; ENRIQUE OT 8.00 195.48 12-009 403-33621 HOT MI5 ASPALT (GRADING 5)(PG 3/31/2013 403925 VILLEGAS RIVERA; ENRIQUE OT WL47 4.00 122.70 12-009 403.33621 HOT MIS ASPALT (GRADING S)(PG 3/31/2013 403925 VILLEGAS RIVERA; ENRIQUE OT UL63 5.00 129.48 12-009 403.33621 HOT MIS ASPALT (GRADING S)(PG 3/31/2013 404779 BETANCUR; LORENZO OT RB25 6.00 193.14 12.009 403-33621 HOT MIS ASPALT (GRADING S)(PG 3/31/2013 404779 BETANCUR; LORENZO OT 12-009 403-33621 HOT MIS ASPALT (GRADING S)(PG 3/31/2013 404779 BETANCUR; LORENZO OT WL39 1.50 6.00 36.65 184.05 12-009 412-01050 CONCRETE PAVEMENT(10-1/2") 3/31/2013 40811 HERNANDEZ MALDONADO; RAMON OT IMT85 ' -2.00 j60.00 12-009 412-01050 CONCRETE PAVEMENT(10-1/2") 3/31/2013 402521 MADERA; LOSE LUIS OT LT227 3.50 .I 120.75 12-009 412-01050 CONCRETE PAVEMENT (10-1/2") 3/31/2013 403925 VILLEGAS RIVERA; ENRIQUE OT 0.50 12.22 12-009 412-01050 CONCRETE PAVEMENT (10-1/2") 3/31/2013 403925 VILLEGAS RIVERA; ENRIQUE OT UL63 3.00 77.09 12-009 412-01050 CONCRETE PAVEMENT(10-1/2") 3/31/2013 404779 BETANCUR; LORENZO OT 7.50 183.27 12-009 608-00006 CONCRETE SIDEWALK(6") 3/31/2013 403451 LOPEZ; LAOISLAO OT 4.00 126.00 12-009 608-00006 CONCRETE SIDEWALK(6"( 3/31/2013 40769 GUTIERREZ; HUGO A. OT MT65 14.00 420.00 12-009 608-00006 CONCRETE SIDEWALK IV') 3/31/2023 40811 HERNANDEZ MALDONADO; RAMON� OT �MT85 ' 14.00 r 420.00 12-009 608-00006 CONCRETE SIDEWALK I6") 3/31/2013 403636 DOMINGUEZ; PEDRO OT 5.00 140.93 12.009 608-00006 CONCRETE SIDEWALK IS") 3/31/2013 404019 MADERA; CARLOS OT MT71 4.00 150.00 12-009 608-00006 CONCRETE SIDEWALK (6") 3/31/2013 404688 CEBALLOS; BRANDON OT 4.00 102.00 12-009 608-00006 CONCRETE SIDEWALK(6"( 3/31/2013 404762 MONGE; GERARDO OT SES563 14.50 369.75 12-009 608-00006 CONCRETE SIDEWALK IS") 3/31/2013 404796 PENA; LUIS OT 12-009 608-00010 CONCRETE CURB RAMP 3/31/2013 40402 GONZALES; LEONARDO 7 OT MT49 12.50 ��--� 352.32 15525 12-009 608-00010 CONCRETE CURB RAMP 3/31/2013 401693 BUSTILLOS-HERNANDEZ; URIEL OT 2.00 200 12.009 608-00030 CONCRETE CURB RAMP 3/31/2013 402521 MADERA; JOSE LUIS OT UL63 4.00 38.00 138.00 12-009 60800010 CONCRETE CURB RAMP 3/31/2013 403925 VILLEGAS RIVERA; ENRIQUE OT VR11 4.00 142.02 12-009 608 00010 CONCRETE CURB RAMP 3/31/2013 404722 ARROYO; RAFAEL OT 4.00 105.00 12-009 608-D0030 CONCRETE CURB RAMP 3/31/2013 404779 BETANCUR; LORENZO OT 4.00 97.74 12-009 609-21010 CURB & GUTTER TYPE 2 (SECT 18) 3/31/2013 403451 LOPEZ; LADISLAO OT 8.50 267.75 12-009 609-21010 CURB & GUTTER TYPE 2 (SECT 18) 3/31/2013 40402 GONZALES; LEONARD OT MT49 12.00 414.00 12-009 609-21010 CURB& GUTTER TYPE 2(SECT IB) 3/31/2013 40811 iHERNANDEZ MALDONADO; RAMON' OF MT85 f6.00 '180.00 12-009 609-21010 CURB& GUTTER TYPE 2(SECT IB) 3/31/2013 403636 DOMINGUEZ; PEDRO OT 1.50 1 42.28 12-009 609-21010 CURB & GUTTER TYPE 2 (SECT IB) 3/31/2013 404019 MADERA; CARLOS OT MT71 16.00 600.00 12-009 609-21010 CURB & GUTTER TYPE 2 (SECT IB( 3/31/2013 404688 CEBALLOS; BRANDON OT 5.50 140.25 12-D09 609-21010 CURB & GUTTER TYPE 2 (SECT IB) 3/31/2013 404722 ARROYO; RAFAEL OT 7.00 183.75 12-009 609-21010 CURB & GUTTER TYPE 2 (SECT 18) 3/31/2013 404796 PENA; LUIS OT 1.50 42.28 12-009 609-21010 CURB & GUTTER TYPE 2 (SECT IB) 3/31/2013 405013 CEBALLOS; LEONELL OT 3.50 84.26 12-009 412-01050 CONCRETE PAVEMENT (10-1/2") 4/7/2013 404689 AGUAYO; ERNESTO OT 2.00 48.87 12-009 412-01050 CONCRETE PAVEMENT(10-1/2") 4/7/2013 405068 ZAMORA; JUAN OT 2.00 12-009 608-ODDO6 CONCRETE SIDEWALK IV') 4/7/2013 40769 GUTIERREZ; HUGO A. OT MT65 9.00 4887 270.00 12-009 608-00006 CONCRETE SIDEWALK IV') 4/7/2013 401870 RUIZ.PEREZ; ANIBAL OT RB23 1.00 32.19 12.009 608-00006 CONCRETE SIDEWALK(6") 4/7/2013 401870 RUIZ-PEREZ; ANIBAL OT 1.00 24.44 12-009 608-ODD06 CONCRETE SIDEWALK (6") 4/7/2013 403415 GUARDADO; OSCAR OT 2.00 48.87 12-009 608-00006 CONCRETE SIDEWALK IV') 4/7/2013 403636 DOMINGUEZ; PEDRO OT 7.00 197.30 12-009 608-00006 CONCRETE SIDEWALK(6") 4/7/2013 404762 MONGE; GERARDO OT SES563 14.00 357.00 12-009 608-OD006 CONCRETE SIDEWALK IS") 4/7/2013 405072 HERRERA; JOSE OT 0.50 14.25 12-009 609-21010 CURB & GUTTER TYPE 2 (SECT IB) 4/7/2013 40402'GO`OZALES; LEONARDOJ OT MT49 12A0 '414 OO 12-009 609-21010 CURB& GUTTER TYPE 2(SECT IB) 4/7/2013 401870 RUIZ-PEREZ; ANIBAL OT 5.00 122.18 12-009 609-21010 CURB & GUTTER TYPE 2 (SECT IB) 4/7/2013 403415 GUARDADO; OSCAR OT 5.50 134.39 12-009 609-21010 CURB & GUTTER TYPE 2 (SECT IB) 4/7/2013 403636 DOMINGUEZ; PEDRO OT 12.00 338.22 12-009 609-21010 CURB & GUTTER TYPE 2 (SECT IB) 4/7/2013 404019 MADERA; CARLOS OT MT71 11.50 431.25 12-009 609.21010 CURB& GUTTER TYPE 2(SECT IB) 4/7/2013 404688 CEBALL05; BRANDON OT 6.50 165.75 12-009 609-21010 CURB & GUTTER TYPE 2(SECT IB) 4/7/2013 404722 ARROYO; RAFAEL OT 10.00 262.50 12-009 609-21010 CURB & GUTTER TYPE 2 (SECT IB) 4/7/2013 404796 PENA; LUIS OF 8.00 225.48 12-009 609-21010 CURB & GUTTER TYPE 2 (SECT IB) 4/7/2013 405038 RODRIQUEZ; BECO M. OT 5.00 140.93 12.009 609-21010 CURB & GUTTER TYPE 2 (SECT 18) 4/7/2013 405042 GARCIA; GILBERT S. OT 11.50 276.87 12-009 609-21010 CURB & GUTTER TYPE 2 (SECT IB) 4/7/2013 405072 HERRERA; LOSE OT 2.00 57.00 12-009 609-21010 CURB& GUTTER TYPE 2(SECT IB) 4/7/2013 405069 RAMIREZ; AARON OT 2.00 51.00 12-09A 202-00203 REMOVE CURB &GUTTER 4/7/2013 71104 RIZZO; WAYNE A OT TT57 1.00 27.00 12-09A 203-01000 PRE TRIP/POST TRIP 4/7/2013 71104 RIZZO; WAYNEA OT 757 0.50 13.50 12-09A 203-01000 PRE TRIP/POST TRIP 4/7/2013 402877 MERITT; TIMBERLAN OT MT79 0.50 12.75 482.00 14,161.77 CONCRETE EXPRESS, INC. Job: 12-009 FT COLLINS MASON CORRIDOR FT COLLINS, CO TROY J. LEIST 1659 W. 7 720-370-3436 ORCHARD, CO 80649 03-18 03-19 03-20 03-21 481-90-3560 Caucasian Male Mon Tue Wed Thu S - 1 MECH 1314 Reg 6.75 1.50 BRYAN CORNELL 14741 MEADOW WOODS CT BRIGHTON, CO 80603 087-58-5183 Caucasian Male M - 0 MECH 1314 Reg 2MERH 1314 OT LEONARDO GGONZAliES-::) 129 COLOMBINE DR BRIGHTON, CO 80601 525-65-8541 Hispanic Male M - 5 FIN 1700 Reg FIN 1700 OT JOSE ALFREDO PACHECO 3535 W 5TH AVE DENVER, CO 80204 653-03-4473 Hispanic Male M - 5 FK LT 2204 Reg FK LT 2204 OT LABORER 1400 Reg LABORER 1400 OT BKHOE 2200 Reg BKHOE 2200 OT JUAN B MARQUEZ 7060 E 64TH AVE COMMERCE CITY, CO 80022 521-81-6723 Hispanic Male M - 2 CARP 1600 Reg CARP 1600 OT RAMON HERNANDEZ MALDONADO) 765 MACON ST AURORA, CO 80010 622-57-2371 Hispanic Male M - 4 CARP 1600 Reg 16ARP 1600 OT STEPHEN R. HUNTER 47858 W. OR 13 WELLINGTON, CO 80549 524-74-2401 Caucasian Male M - 2 Reg Certified Payroll Report For the Period Ending: 03-24-2013 04-05-2013 Page 1 System Date: 04-05-2013 System Time: 1:47 pm 03-22 03-23 03-24 Total Cash Hrly Gross Total FWH SWH Other Fri Sat Sun Hours Rate Fringe Fringe This Job Gross FICA SUI/SDI Deducts 5.50 13.75 26.48 1.06 2.44 378.62 989.12 95.75 32.00 188.49 378.62 62.90 (303)659-0176 03-18 03-19 03-20 03-21 03-22 03-23 03-24 Total Cash Hrly Gross Total FWH SWH Other Mon Tue Wed Thu Fri Sat Sun Hours Rate Fringe Fringe This Job Gross FICA SUI/SDI Deducts 4.50 7.00 1.00 12.50 26.48 .37 3.13 335.67 1,430.62 151.84 52.00 186.05 1.75 1.75 39.72 .37 3.13 70.16 405.83 97.89 (720)685-1534 03-18 03-19 03-20 03-21 03-22 03-23 03-24 Total Cash Hrly Gross Total FWH SWH Other Mon Tue Wed Thu Fri Sat Sun Hours Rate Fringe Fringe This Job Gross FICA SUI/SDI Deducts 15.50 15.50 123.010j 3.95 356.50 986.75 53.11 22.00 22.54 1.50 1.50 39.50 3.95 51.75 408.25 75.49 936-7029 03-18 03-19 03-20 03-21 Mon Tue Wed Thu 6.00 1.00 11.50 11.50 8.00 3.50 3.00 Ck N Net 609.98 Ck N Net 942.84 Ck # Net 813.61 03-22 03-23 03-24 Total Cash Hrly Gross Total FWH SWH Other Ck N Fri Sat Sun Hours Rate Fringe Fringe This Job Gross FICA SUI/SDI Deducts Net 6.00 23.00 2.41 136.00 1,501.54 130.33 46.00 23.72 1,186.63 1.00 34.50 2.41 34.50 31.00 23.00 2.46 713.00 7.00 10.50 34.50 2.46 362.25 3.00 23.00 2.42 .89 76.27 3.00 3.00 34.50 2.42 .89 110.77 1,434.79 114.86 (303)289-1584 03-18 03-19 03-20 03-21 03-22 03-23 03-24 Total Cash Hrly Gross Total FWH SWH Other Mon TUe Wed Thu Fri Sat Sun Hours Rate Fringe Fringe This Job Gross FICA SUI/SDI Deducts 11.50 10.50 10.00 8.00 40.00 24.50 2.04 980.00 1,472.76 147.96 51.00 113.06 1.50 11.50 13.00 36.75 2.04 477.76 1,457.76 112.68 (303)433-4635 03-18 03-19 03-20 03-21 03-22 03-23 03-24 Total Cash Hrly Gross Total FWH SWH Other Mon Tue Wed Thu Fri Sat Sun Hours Rate Fringe Fringe This Job Gross FICA SUI/SDI Deducts 12.50 12.50 13.00 2.00 40.00 20. 0(� 1.69 .77 867.62 1, 564.81 150.78 52.00 10.50 11.50 22.00 30.00 ' 1.69 .77 697.19 - 1,564.81 119.71 03-18 03-19 03-20 03-21 03-22 03-23 03-24 Total Cash Hrly Gross Total FWH SWH Other Mon Tue Wed Thu Fri Sat Sun Hours Rate Fringe Fringe This Job Gross FICA SUI/SDI Deducts 12.00 11.50 10.00 5.00 38.50 24.00 24.00 924.00 1, 533.00 158.22 61.00 79.75 Ck N Net 1,048.06 Ck N Net 1, 242.32 Ck 8 Net 1, 120.18 CONCRETE EXPRESS, INC. Job: 12-009 FT COLLINS MASON CORRIDOR FT COLLINS, CO JOSE SANTILLAN 708 BURNING MTN AVE (970)379-5840 NEW CASTLE, CO 81647 650-07-8448 Hispanic Male M - 4 LABORER 1400 OT TIMOTHY LOVATO 1205 YUKON STREET LAKEWOOD, CO 80214 521-61-7169 Hispanic Male S - 4 PIPELAY 2005 Reg PIPELAY 2005 OT MOISES VASQUEZ JR. 2867 WEST AMHERST DENVER, CO 80236 522-83-6204 Hispanic Male S - 1 LABORER 1400 Reg FRT END LDR 1312 Reg LEONELL CEBALLOS 7005 VRAIN STREET WESTMINSTER, CO 80030 612-72-1038 Hispanic Male S - 0 FIN 1700 Reg JOSE LUIS SANCHEZ 635 N. WILDHORSE DRIVE NEW CASTLE, CO 81647 534-43-8645 Hispanic Male M - 2 LABORER 1400 Reg LABORER 1400 OT BKHOE 2200 Reg FRT END LDR 1312 Reg MARGARITO MARQUEZ 7060 EAST 64TH AVE. COMMERCY CITY, CO 80022 523-87-0324 Hispanic Male S - 0 CARP 1600 Reg CARP 1600 OT Certified Payroll Report For the Period Ending: 03-17-2013 Total Cash Hrly Gross Rate Fringe Fringe This Job 1.00 6.00 7.00 40.50 6.46 283.50 1,336.50 04-05-2013 Page 7 System Date: 04-05-2013 System Time: 1:43 pm Ck # Total FWH SWH Other Gross FICA SUI/SDI Deducts Net 121.35 (720)495-6785 03-11 03-12 03-13 03-14 03-15 03-16 03-17 Total Cash Hrly Gross Total FWH SWH Other Mon Tue Wed Thu Fri Sat Sun Hours Rate Fringe Fringe This Job Gross FICA SUI/SDI Deducts 10.50 3.50 9.00 13.00 3.00 39.00 17.27 2.65 1.18 776.76 1,478.51 195.40 51.00 61.54 9.50 9.00 5.50 24.00 25.91 2.65 1.18 685.25 �- 1,462.01 108.68 03-11 03-12 03-13 03-14 03-15 03-16 03-17 Total Cash Hrly Gross Total FWH SWH Other Mon Tue Wed Thu Fri Sat Sun Hours Rate Fringe Fringe This Job Gross FICA SUI/SDI Deducts 5.00 7.00 4.50 16.50 16.29 3.98 .27 334.46 608.94 62.00 22.00 25.39 3.00 3.00 5.00 11.00 20.45 3.23 .27 260.48 594.94 46.59 (720)377-5406 03-11 03-12 03-13 03-14 03-15 03-16 03-17 Total Cash Hrly Gross Total FWH SWH Other Mon Tue Wed Thu Fri Sat Sun Hours Rate Fringe Fringe This Job Gross FICA SUI/SDI Deducts 7.00 8.00 15.00 16.05 2.71 .29 281.40 613.45 77.45 27.00 (970)456-2913 03-11 03-12 03-13 03-14 03-15 03-16 03-17 Total Cash Hrly Mon Tue Wed Thu Fri Sat Sun Hours Rate Fringe Fringe 9.50 10.00 6.00 6.50 2.00 34.00 17.00 3.21 .33 3.00 3.00 25.50 3.21 .33 3.00 3.00 21.46 4.52 .33 2.00 2.00 20.45 3.17 .33 (720)519-6933 03-11 03-12 03-13 03-14 03-15 03-16 03-17 Total Cash Hrly Mon Tue Wed Thu Fri Sat Sun Hours Rate Fringe Fringe 10.00 10.50 6.50 10.00 2.00 39.00 18.79 3.36 .31 10.50 10.50 28.19 3.36 .31 281.40 Gross Total This Job Gross 687.20 1,015.53 86.14 77.95 47.24 898.53 46. 94 FWH SWH Other FICA SUI/SDI Deducts 75.31 29.00 70.04 Gross Total FWH SWH Other This Jab Gross FICA SUI/SDI Deducts 863.90 1,186.14 216.10 54.00 331.24 1,195.14 92.65 Ck # Net 1,061.89 Ck # Net 452.96 Ck # Net 462.06 Ck # Net 841.18 Ck # Net 823.39 ME I "2 CEI Breakdown maynes 21.5 Sanchez 14 2.5 Luewno 19 2.5 lovato 22.5 IS contreras S.5 2.5 madera 28.5 vlllegas 5 2S betancur 5 25 Monge IS 14.5 14 hernandez 2 13.5 22 aguayo 2 zamora dominguez 7 6.5 12 pens 10 14 15 mad era c 5 20 11.5 lopez 4S 12.S ceballos 4 13 6.5 gutlerrez 14 9 Pacheco 13 rulz 7 guardado 7,5 herrera 12 2.5 gonzales 4.5 12 bustillos 2 a,oya 11 10 rodriquez 5 gamia US ramirez 2 duo 1 1 1 gMnn 6 albert 4.25 4.25 escatel 1 4.25 93,75 63.5 234.5 143.5 539.5 /► t, I ec`s y3.. May 13, 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. 167 Prospect Inlet Connections — WCD043 MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 43 to add inlet connections to storm line F1-1 through connections at storm inlets INF1.1 and INF1.2. The Contractor shall include all demolition, concrete collars and pipe necessary to make this connection. Please find the attached proposed Contract Change Request #167 from CEI accompanying this Independent Cost Analysis. In reviewing this request, the price and quantities listed were compared against the current construction schedule of values (SOV) being utilized on the MAX Bus Rapid Transit Project. All but 3 of the work items listed in the CCR are current and in accordance with the construction contract. The evaluation of the 3 missing items is as follows: 1. Modify Inlets - The unit price on the current schedule of values is $950.00/EA. In the CCR, the unit price listed is $1,150.001EA. In reviewing the 2012 CDOT Cost Data information, the unit price listed is $1677.15/EA. 2. Concrete Collars — There is no unit price listed in the construction SOV, or in any of the CDOT cost manuals accessible. Therefore, a quantity take off of the concrete required was performed. In this process it is estimated a minimum of 1.65 cubic yards of Class D concrete would be required. A unit price of $437.97/CYfound in the 2012 CDOT Cost Data manual was used. 3. Weather Protection — There is no unit price listed in the construction SOV, or in any of the CDOT cost manuals accessible. Therefore an estimate for this item has been provided based on past experience with this work. The overall independent cost estimate is a lump sum of $24,000.27. Considering the information above and the ICE, I find CEI's Contract Change Request #167 in the amount of $21,462.80 to be reasonable for the required increase in scope. As such, I recommend acceptance of this additional cost to the contract. Keith Meye , PE Constructi n Project Manager CH2M HILL Team 970-988-8605 keith.mever( iDditescoservices com Cc: job file Change Management Checklist Compliance Date Reviewed Reference Initials Reviewed for compliance with Part of the Build Alternative; minor Environmental Assessment 5/1/13 modifications within the project KM limits Reviewed for construction/safety impacts 3/5/13 Included in traffic control plan for KM work in area Independent cost estimate prepared 5/1/13 As attached to this memo KM Part of Build Alternative Reviewed for PCGA grant compliance 5/1/13 scope is included in SCC 40.02 KM and 10.02 Reviewed for real estate impacts/needs 5/1/13 Construction public right of way KM and easements for project Reviewed for compliance with design criteria/ADA http://w access -board cov/ada-aba/ada- 5/1/13 n/a KM standards -dot cfm may.. WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 043 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: IDescription of Work: (Title of WCD): Prospect Inlet Connections to Fl-1 This Work Change Directive (WCD) directs the Contractor to add inlet connections to storm line F1-1 through connections at storm inlets INF1.1 and INF1.2. The Contractor shall include all demolition, concrete collars and pipe necessary to make this connection. WCD Cost to include: 1. Supply and installation of 12" RCP Class III 2. Supply and installation of concrete for collars at pipe and inlet connections 3. Excavation, backfill, bedding and surface restoration including curb, gutter and sidewalk repair This WCD shall be paid for as a lump sum. It shall not be tracked and paid for at contract unit prices. To allow for pipeline connections from roadway low point missed in design. ... �. Revised Sheet 292 and supporting profile details (2 pages). It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the parties expect a Change Order request for approval to subsequently follow this Work Change Directive. Ordered By: March 4, 2013 caner Dale Recommended By:March 4, 2013 Conetructlon M ager Date Copy: Owner Engineer Field File - SharePoint WCD043_PROSPECT INLET CONNECTIONS 03-04-13 DRAFT PAGE 1 OF 1 Arl sting 12' RCP to I Fl 1 z f 4g;4 If ;SeeAffachecl ITT Is 1 5 A %.11im ZONE X RMI ri N 1. ZONE X I I SARE, El ANNE TITNERS. SENNETT 1 1. WERNE IEWF Ef E t 0 "2 ME TE TNN`E1. t E E- WE EXIST WEREI WE 'EATERNE. - — -- — -- — -- — -- — -- N A, -WEER I ME 11 WO zz I,.TX A ".A, ZONE AE RENt W l 1W . 0 u WEASE. R-o BNSRAILWAY TERNETINUCTIEN . . ...... —1 0 ------- F ---------- -- 7 ............ ------ — - ----- RE.Wr 'ARS.". -------------------- 92 mr UIDEWAY AA WRET.. U4Lr. tt� ZONE AO \ ;I (DEPTI- - - - - - I - - - - - M, Alt C� ...M, TER 4rro .WAAST TEA DRAINAGE LEGEND EXISTINGIRREIISCEsED ITS 1XISCRIPTIM ZONE X .4 TRAWASE MTNI 3 co n FLOCOMATIR! NOTES, --7777z--� ' ' 1 .1. EW ..IS A.' ARE L.ATED N A w if, MANATTLE ICS-11. III.A WEIAALAICNE� It... ANET w- I NA —I- -- rl" IN; SEMI H E. IT TWE , ,j7)E=L jl 'A"" EST ST. U AT I INS "I W TEST Lt. IS REIREASSITE 1. EINCA �l bum .LrRNE" noiia I... ARECARTATERN, ANT, SEENT., WATER RAN TATITARY SEWER F�IUTIES AAESS DTNER*I� WITED - - - - - - ZEE TSTER rRIMK IN TWE �TILITV, K I AT INNAIll W A'EIIATS EA I..' INTAILL REARTA ATERAWR NAIANS,TNE LI CEATAA�T(W MNATAffn=�I��'INEN A , TI I XT TAYS P, WE ALLENI 1. INE ILEXEREI WANE III TIWACTRAQE A EEINEMNTATIVE F0 TNE'C'ITY SHALL WE PRESENT STRING @ FINtIVE1 1AIIIIIIII IREE EARMAR ."INTA'TENTER I.AT. EEEWSTAEXTlEll ANSTAIND INES F�NTTIES PEnt Dote: 3/21/2012 Sheet Revisions L02STM ion 'lowing Project File AETNNAIo 7C)73-8RT-DrcRno,,-siE,PI,nn26.d,N DEW C.NNENTNTR [nit. MASON CORRIDOR BRT DRAINAGE SITE PLAN 0 l.rit. Scale: 1-20' Vint. Setd.l N/A 3/21/12 REvend 6r ATMYo No STA, 181+00 TO STA- 186� Vt. ColEnc ]073 Unt Into—NotAm, Unit LTWT, Inuthtl, C=> Revised: I FIIN,ITEWERSEEELNTLI.NS, 1I1T,. .1. 0D.tnu6l1n': .Jp..z so.t.. Bosse �— Nuner. O vN. ! NIT StjlTN,U MAI.ACE I SAIRMI SWIS, D38 01 Ill SN,.t Nummkin- 292 01-302 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. (YIN) 4 Y 2. Ability to meet delivery schedule. (YIN) 5. Y 3. Satisfactory period of performance. (YIN) 4. Satisfactory record of integrity, not on declined or suspended listings. (YIN) 5. Receipt of all necessary data from vendor. (YIN) 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. y4M� 3 CEI�; 3/05113 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: 167 WCD #43 CEI PROJECT #: 12.009 CONTRACT NUMBER: 7332 CONTRACT DATE: CONTRACT NAME: Mason Corridor BRT DESCRIPTION OF CCR: Pricing to remove two existing inlets, supply and install 18" RCP Class III, two new inlets, collars at connections, excavation, backfill, bedding and surface restoration including curb, gutter, and sidewalk repair, per WCD # 43. LOCATION: Prospect inlet connections to F1-1 MEMO NO.: MEMO DATE: COST CODE: DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL Remove RCP 40 LF $ 13.20 / S52800 Remove inlet 2 EA $ 442.00 r/, $884.00 Inlet Type 16 (5 fool) i EA $ 3,590.00 J, $3.590.00 Inlet Type 16(10 fool) 1 FJ $ 4,150.00 $d,150.00 18' RCP 64 LF $ 74.00 / $4,736.00 Modify Inlets 2 EA $ 1,150.00 $2.300.00 concrete collars 4 EA $ 250.00 $1 000.00 remove sw 40 SY $ 10.05 $402.00 remove CBG 60 LF $ 4.50 $270.00 concrete coring 2 EA $ 400n0 $800oo sidewalk 40 SY $ 38.22 $1,528,80 curb and gutter 60 LF $ $774.00 weather protection 1 L$ $ 500.00 $500.00 I U I AL $21,462.80 ,4,# 1 r1py?'j / (�N�� lO``mo�CiCo� Ni'�R•n GL�G:Ci/t iti LtcicrK QySrn y. Concrete Express, Inc., requests ays for the above contract modifications. Ale 401 /.Ss;�Acf- /o These are all of the visible effects of the above change we see at this time. We reserve the right to incorporate other changes as they appear in implementing this change. If you have any questions S regarding this change, please feel free to contact me at 303.562,2000. ditescoIndependent Cost Estimate Date of Estimate: 1-MayA3 Comma Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (WIN): Y Description of Goods (A) or Services (B): A Add inlet connections to stone line Fl-1 through connections at storm inlets INF1.1 and INIF1.2. The Contrator shall include all demolition, concrete collars and pipe necessary to make this connector. I have obtained the folloviing estimate from; Published Price List / Past Pricing (date) 2012 CDOT Cost Data Book Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Beau Javerrick Other (specify) MAX BRT Schedule of Values Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product Cost($/unit) Unit Quantity Notes TOTAL Delivered Data Source Remove RCP $ 13.20 LF 40 MAX BRT SOV 202-00035 $ 52800 Remove inlet $ 442.00 EA 2 MAX BRT SOV 202-00019 $ 884.00 Inlet Type 16 5 foot $ 3,590 00 EA 1 MAX BRT SOV 604-16005 $ 3,590.00 Inlet Type 16 (10 foot) $ 4,150.00 EA 1 MAX BRT SOV 604-16010 $ 4.150.00 18- RCP $ 74,00 LF 64 MAX BRT SOV 603-01185 $ 4,736.00 Modify Imets $ 950.00 EA 2 MAX BRT SOV 210-04020 $ 1,900.00 Concrete Collars (Changed to CY of Concrete R uned) $ 437.97 CY 1.65 OTO and CDOT2012 601-01000 $ 722.65 Remove SW $ 10.05 SY 40 MAX BRT SOV 202-00200 $ 402.00 Remove CBG $ 4.50 LF 60 MAX BRT SOV 202-00203 $ 270.00 Concrete Coding 1757.41 EA 2 COOT 2012211-00222 $ 3,514.82 Sidewalk $ 38.22 SY 40 MAX BRT SOV 608-00006 $ 1,528.80 Cum and Gutter $ 12,90 LF 60 MAX BRT SOV 609-21020 $ 774.00 Weather Protection $ 1,000.00 LS 1 ALLOWANCE $ 1,000.00 SubTotal g 24,000.27 Cost of Services, Repairs, or Non -Standard Items B Item/Task: Materials or Work Description Other Direct Costs Labor Rate $ Labor Hours Labor Class Allocated Overhead SGBA' Profit Notes: Data Source TOTAL $ SubTolal g 'se�lry, Ow,el e,tl PLmIny4B11Ve Eµense TOTAL $ 24,000.27 Signature of Preparer. Colorado Department of Transportation 09:57 Wednesday, February 27, 2013 8 2012 Cost Data INDEX AND AVERAGE UNIT BID PRICES FOR 01/01/12 THROUGH 12/31/12 ITEM NUMBER ------------------------------------------------------------------------------------------------------------------------------------ __ ___ ITEM TOTAL QUANTITY __ UNIT TOTAL COST ________ AVERAGE PRICE 210-02510 Relay Sprinkler System 4 Lump Sum 69,015.00 17,253.75 210-04000 Adjust Structure 4 Each 3,762.60 940.65 210-04006 Heat Straightening (Special) 1 Lump Sum 134,300.00 134,300.00 210-04010 Adjust Manhole 387 Each 180,808.13 467.20 210-04015 Modify Manhole 16 Each 36,244.84 2,265.30 210-04016 Modify Manhole (Special) 1 Each 650.00 650.00 210-04020 Modify Inlet 74 Each 141,276.70 1,909.14 210-04025 Modify Structure 16 Each 62,733.38 3,920.84 210-04027 Modify Structure (Special) 1 Each 6,419.84 6,419.84 210-04030 Modify Guardrail 16,118 Lin Foot 89,974.90 5.58 210-04050 Adjust Valve Box 447 Each 122,431.45 273.90 210-04051 Adjust Valve Box (Special) 1 Each 10,651.68 10,651.68 210-04060 Adjust Water Meter 1 Each 450.00 450.00 210-04070 Adjust Well 1 Each 293.62 293.62 210-04200 Adjust Guardrail 31,661 Lin Foot 158,348.47 5.00 211-00100 Drilling Hole 11,745 Lin Foot 215,320.00 18.33 211-00118 2 Inch Drilled Hole (Formation) 10 Each 79,450.80 7,945.08 211-00150 Patch Existing Drill Hole 115 Each 3,415.50 29.70 211-00152 Drain System Flushing (Setup) 2 Each 20,277.48 10,138.74 211-00153 Drain System Flushing 17 Day 42,232.42 2,484.26 211-00222 2 Inch Core Drilled Hole (Voids). - 79 Each 138,835.39_ 1, 757..417 211-01111 Rock Reinforcement (Dowels) 1,250 Lin Foot 53,934.00 43.15 211-01115 Rock Reinforcement (Number 10) 1,325 Lin Foot 134,729.50 101.68 211-01200 Rock Anchor 550 Lin Foot 61, 044.50 110.99 211-01250 Rock Bolt 225 Lin Foot 36, 787.50 163.50 211-02116 Rock Dowel 1,250 Lin Foot 24, 887.50 19.91 211-02275 Cement Grout 10 Cubic Yard 2,580.29 258.03 211-02277 Cement Grout (Voids) 700 Cubic Yard 154,714.00 221.02 211-02278 Cement Grout (Formation) 70 Cubic Yard 18,365.20 262.36 211-03005 Dewatering 5 Lump Sum 151,156.11 30,231.22 212-00005 Seeding (Native) 0 Pound 26.00 212-00006 Seeding (Native) 690 Acre 381,522.20 552.93 212-00009 Seeding (Temporary) 2 Acre 1,692.24 846.12 212-00028 Seeding (Wetlands) 3 Acre 12,085.69 4,028.56 212-00032 Soil Conditioning 508 Acre 977,412.91 1,924.04 212-00050 Sod 18,067 Sq Foot 12,310.23 0.68 212-00100 Tree Retention and Protection 1 Lump Sum 1,525.00 1,525.00 212-01200 Landscape Restoration 3 Lump Sum 19,964.00 6,654.67 Colorado Department of Transportation 2012 Cost Data 11:46 Monday, August 27, 2012 6 INDEX AND AVERAGE UNIT BID PRICES FOR 01 /01 /12 THROUGH 06/30/12 ................................................................................................................................... ITEM NUMBER ITEM TOTAL QUANTITY UNIT TOTAL COST AVERAGE PRICE 210-00831 Beset Traffic Signal Head 9 Each 2,880.00 320.00 210-00840 Reset Traffic Signal Pole 3 Each 6,067.24 2,022.41 210-00848 Reset Traffic Signal Controller and Cabinet 4 Each 13,000.00 3,250.00 210-00866 Reset Fire Preemption Unit and Timer 4 Each 2,425.00 606.25 210-00867 Reset Fire Preemption Unit 3 Each 1,827.51 609.17 210-00870 Reset Coordination Unit 2 Each 855.00 427.50 210-00890 Reset Intersection Detection System (Camera) 10 Each 6,348.36 634.84 210-01000 Reset Fence 2,146 Lin Foot 11,941.74 5.56 210-01010 Reset Gate Post 1 Each 1,145.00 1,145.00 210-01011 Reset Gate 1 Each 572.50 572.50 210-01130 Reset Guardrail Type 3 4,891 Lin Foot 65,476.01 13.39 210-01140 Reset Guardrail Type 4 475 Lin Foot 5,937.50 12.50 210-01170 Reset Guardrail Type 7 2,700 Lin Foot 39,420.00 14.60 210-01180 Reset Guardrail (Special) 2,900 Lin Foot 20,206.20 6.97 210-01200 Reset End Anchorage 30 Each 24,961.20 832.04 210-01300 Reset Impact Attenuator 1 Each 5,000.00 5,000.00 210-02036 Relay Pipe (36 Inch) 16 Lin Foot 1,760.00 110.00 210-02510 Relay Sprinkler System 1 Lump Sum 3,800.00 3,800.00 210-04000 Adjust Structure 3 Each 2,276.00 758.67 210-04010 Adjust Manhole 318 Each 123,839.44 389.43 210-04015 Modify Manhole 9 Each 14,660.95 1,628.99 210-04016 Modify Manhole (Special) 1 Each 650.00 650.00 210-04020 Modify Inlet 40 Each 67,086.0D 1,677.15 210-04025 Modify Structure 13 Each 57,612.89 4,431.76 210-04030 Modify Guardrail 16,118 Lin Foot 89,974.90 5.58 210-04050 Adjust Valve Box 383 Each 94,957.87 247.93 210-04051 Adjust Valve Box (Special) 1 Each 10,651.68 10,651.68 210-04060 Adjust Water Meter 1 Each 450.00 450.00 210-04070 Adjust Well 1 Each 293.62 293.62 210-04200 Adjust Guardrail 28,194 Lin Foot 146,009.35 5.18 211-01114 Rock Reinforcement (Dowels) 800 Lin Foot 24,000.00 30.00 211-03005 Dewatering 2 Lump Sum 36,082.00 18,041.00 212-00005 Seeding (Native) 0 Pound 26.00 212-00006 Seeding (Native) 313 Acre 162,790.44 520.10 212-00009 Seeding (Temporary) 2 Acre 1,692.24 846.12 212-00028 Seeding (Wetlands) 2 Acre 3,615.30 1,757.65 212-00032 Soil Conditioning 233 Acre 409,517.32 1,757.59 212-00050 Sod 8,797 Sq Foot 7,258.73 0.83 Colorado Department of Transportation 09:57 Wednesday, February 27, 2013 16 2012 Cost Data INDEX AND AVERAGE UNIT BID PRICES FOR O1/01/12 THROUGH 12/31/12 ____________________________________________________________________________________________________________________________________ ITEM NUMBER ITEM TOTAL QUANTITY UNIT TOTAL COST AVERAGE PRICE 518-00000 Bridge Compression Joint Sealer 260 Lin Foot 21,587.27 83.03 518-00010 Roadway Compression Joint Sealer 168 Lin Foot 8,820.00 52.50 518-00100 Waterstop 26 Lin Foot 286.00 11.00 518-00106 Waterstop (6 Inch) 151 Lin Foot 3,323.00 22.01 518-01001 Bridge Expansion Joint (Asphaltic Plug) 496 Lin Foot 75,018.67 151.25 518-01004 Bridge Expansion Device (0-4 Inch) 4,317 Lin Foot 940,516.74 217.86 518-01005 Bridge Expansion Device (0-4 Inch)(with Snow Plow Pla 58 Lin Foot 18,226.93 314.26 518-01009 Bridge Expansion Device (0-9 Inch) 85 Lin Foot 135,680.00 1,596.24 518-01050 Bridge Expansion Device (Special) 202 Lin Foot 18,366.00 90.92 518-02030 Polyester Concrete End Dam 36 Cubic Foot 7,333.56 203.71 518-03000 Sawing and Sealing Bridge Joint 1,196 Lin Foot 24,664.25 20.62 518-03100 Rapid Cure Silicone Joint Seal 516 Lin Foot 17,614.68 34.14 519-01000 Epoxy Resin (Injection) 288 Lin Foot 23,616.00 82.00 519-03000 Thin Bonded Epoxy Overlay 3,608 Sq Yard 139,932.82 38.78 519-03040 Thin Bonded Overlay (Polyester Concrete) 66 Cubic Yard 195,563.28 2,963.08 519-03050 Thin Bonded Overlay (Polyester Concrete) 1,530 Cubic Foot 168,300.00 110.00 601-01000 Concrete Class B 264 Cubic Yard 115,622.88 437.97, 601-01010 Concrete Class BZ 85 Cubic Yard 31,450.00 370.00 601-01025 Concrete Class B (Miscellaneous) 186 Cubic Yard 79,105.00 425.30 601-01050 Concrete Class B (Wall) 363 Cubic Yard 176,616.31 486.55 601-03000 Concrete Class D 1, 722 Cubic Yard 675,704.22 392.40 601-03027 Concrete Class D (Special) 25 Cubic Yard 21,500.00 860.00 601-03030 Concrete Class D (Box Culvert) 2,446 Cubic Yard 1,239,596.24 506.79 601-03040 Concrete Class D (Bridge) 13,726 Cubic Yard 6,645,473.88 484.15 601-03041 Concrete Class D (Bridge) (Special) 1,487 Cubic Yard 607,556.91 408.58 601-03050 Concrete Class D (Wall) 5,809 Cubic Yard 2,1B2,415.87 375.70 601-03540 Concrete Class DT (Deck Topping) 649 Cubic Yard 230,613.26 355.34 601-03550 Concrete Class DTR 26 Cubic Yard 20, 800.00 800.00 601-04000 Concrete Class E 1,577 Cubic Yard 843,230.80 534.71 601-05000 Concrete Class H 318 Cubic Yard 135,150.00 425.00 601-05001 Concrete Class H (Bridge) 282 Cubic Yard 155,100.00 550.00 601-05012 Concrete Class KS 476 Cubic Yard 202,300.00 425.00 601-05016 Concrete Class P 228 Cubic Yard 28,659.60 125.70 601-05045 Concrete Class S40 1,062 Cubic Yard 1,377,490.02 1,297.07 601-05050 Concrete Class S50 523 Cubic Yard 240,580.00 460.00 601-05900 Concrete Self Consolidating 45 Cubic Yard 45,000.00 1,000.00 601-06020 Concrete (Patching) (Polymer) 0 Cubic Yard 4,420.00 601-06100 Concrete (Patching) 16 Cubic Yard 33, 036.17 2,064.76 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 contractor's 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. CHANGE ORDER NO. 07 PROJECT TITLE: CONTRACTOR: PROJECT NUMBER: PURCHASE ORDER NO. DESCRIPTION: 1. Reason for change: Mason Corridor - MAX BRT Concrete Express, Inc. 7332 (CEI project no. 12-009) 9124039 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: 4. Change in Contract Time: calendar days for substantial completion =Pllcalendar days for final completion TOTAL APPROVED CHANGE ORDERS TOTAL PENDING CHANGE ORDERS TOTAL THIS CHANGE ORDER TOTAL % OF ORIGINAL CONTRACT, THIS C.O. TOTAL % OF ORIGINAL CONTRACT, ALL C.O.'S ADJUSTED CONTRACT COST orders ACCEPTED BY: Contractor's Rey REVIEWED BY: Construction Ma APPROVED BY: 1--� City Project Manager APPROVED City Engineer APPROVED BY: Purchasing Agent over $60,000 cc: City Clerk Architect Contractor Engineer Project File Purchasing 0.12% 7.24% $34,194,631.35 DATE: F(6 DATE: ¢ DATE: S •)S• [ DATE: ^�?j DATE: may: CHANGE ORDER NO. 7 Exhibit A Project: Mason Corridor — MAX BRT Project No. 7332 (CEI project #12-009) Date: May 13, 2013 Description of Change: MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction This change order reconciles various portions of the MAX BRT contract. It adds work to accelerate the Prospect closure work through overtime expenditures by CEI's labor forces specifically related to their pipe, grading and concrete paving crews. It also adds pipe and inlet connections at the Prospect intersection with the guideway that were missed on the BRT design drawings. Change in Contract Value: The contract value is being increased by $38,343.96. Please see attached pending issues log summary and work change directives as summarized in the table(s) below. Work Change Directives Item Number Description Contract Value WCD041 Prospect Closure work acceleration (overtime) $16,881.16 W CD043 Prospect Inlet connections $21,462.80 Total Work Change Directives: $38,343.96 Page 1 of 2 Chance in Contract Time: This change order authorizes a contract time extension of zero (0) days. The overall MAX Project contract time is unchanged and summarized below. Contract Time Summary: Substantial Completion Date January8, 2014 (BRT Project through CO #4): Final Acceptance Date (BRT Project through CO #4): February 7, 2014 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: (Mason Grade Separation CO#5) November 15, 2013 Revised Substantial Completion Date January24, 2014 (BRT Project through CO #6): Revised Final Acceptance Date February 23, 2014 (BRT Project through CO #6): Page 2 of 2 May 13, 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. 115 revl Prospect Work Acceleration — WCD041 MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 41 to add overtime costs associated with accelerating the construction of the Prospect intersection work. This work included the storm 171-1 pipeline installation, backfill, grading and concrete placement at Prospect and the guideway intersection. Please find the attached proposed Contract Change Request #115 from CEI accompanying this Independent Cost Analysis. The Assistant Construction Manager tracked overtime costs related to each crew working on the jobsite. A summary of the overtime hours is attached. We then compared these overtime hours to the actual certified payroll provided for this same timeframe. The resultant overall job cost is consistent with the time verified in the Feld and the payroll costs provided. Also, the additional charge for weather protection during this overtime work was evaluated and found to be reasonable for the extra ground heater, blankets, fuel and work performed. Considering the information above and attached, I find CEI's Contract Change Request #115 in the amount of $16,881.16 to be reasonable for the required increase in scope. As such, I recommend acceptance of his additional cost to the contract. Keith Meyer PE Constructio Project Manager CH2M HILL Team 970-988-8605 keith.mever�ditescosery ices.com Cc: job file Change Management Checklist Compliance D.. Reference Initials Reviewed for compliance with Part of the Build Alternative; minor Environmental Assessment 5/1/13 modifications within the project KM limits Reviewed for construction/safety impacts 3/5113 Included in traffic control plan for KM work in area Independent cost estimate prepared 5/1/13 As attached to this memo KM Part of Build Alternative Reviewed for PCGA grant compliance 5/1/13 scope is included in SCC 40.02 KM and 10.02 Reviewed for real estate impacts/needs 5/1/13 Construction public right of way KM and easements for project Reviewed for compliance with design criteria/ADA htto7/w access-boardgov/ada-aba/ada- 5/1/13 n/a KM standards-dot.cfm