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