HomeMy WebLinkAbout504618 CONCRETE EXPRESS INC - PURCHASE ORDER - 9124039 (4)System for Award Management
CONCRETE EXPRESS, INC. 2027 W COLFAX AVE
DUNS: 184088763 CAGE Code: 442U2 DENVER, CO, 80204-2331,
Status: Active UNITED STATES
Entity Overview
Entity Information
Name: CONCRETE EXPRESS, INC.
Doing Business As: CEI
Business Type: Business or Organ¢adon
POC Name: None Spedfied
Registration Status: Active
Expiration Date:05/21/2014
Active Exclusion Records? No
SAM I System for Award Management 1.0
Note to all Users: This is a Federal Government computer system. Use of this
systm constitutes consent to monitoring at all times.
IBM v1.970.20130522-1640
WWW3
Page 1 of 1
I
® �USA.go v
https://www.sam.gov/portal/public/SAM/?portal:componentld=8db509l l-8037-43be-8794-... 6/6/2013
Nil
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:
44 Rev1
12.009
7332
Mason Corridor BRT
DESCRIPTION OF CCR: Pricing as requested to over -ex unsuitable material in Segment 1
and place geotextile beneath recylcled concrete base.
STA 9+40 - STA 12+00
MEMO NO.: 35750, 35751, 35752, 35757
MEMO DATE: 12/11/12 - 12/14/12
COST CODE: 700-52019
Option #3 - 2' of over -ex with HP 370
DESCRIPTION
CITY
UNIT
UNIT PRICE
OT
TOTAL
remove 1' of unstuitable material
406
CY
$ 8.05
$ 3,268,30
furnish and install structural
fabric- Mirafi HP 370
1500
SY
$ 4.41
$ 6,615.00
furnish and place recycled
concrete material
406
CY
$ 17.17
$ 6,971.02
TOTAL
Concrete Express, Inc., requests 2 days for the above contract modifications.
These are all of the visible effects of the above change we see at this time. We reserve the right to
incorporate other changes as they appear in implementing this change. If you have any questions
regarding this change, please feel free to contact me at 303.562.2000.
16,854.32
SQG Af{?CAeW fs—
Rr 6•� /� �Ka��'h'� s
MAX Field Construction Office
3000 South College Ave., Suite 201
Fort Collins, CO 80526
fcgov.com/maxconstruction
Delivery by hand
May 18, 2013
Ms. Erika Keeton, PE
MAX Project Manager
City of Fort Collins — Engineering Dept
281 N. College Ave.
Fort Collins, CO 80524
RE: MAX Bus Rapid Transit Project
Independent Cost Analysis — CEI CCR No. 44 (revl )
Segment 1 Soil Stabilization — WCD033
Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 33 to over -
excavate, haul in select materials and install Mirafi stabilization fabric to correct unstable subgrade in
Segment 1 spanning from STA 8+80 to 9+40.
In reviewing CEI's CCR cost, items included in the WCD were reviewed and compared to tracked field
time and material quantities. The value of work in place from tracked time and material used to complete
the work was then compared to CEI's CCR cost to validate this change. This cost estimate is attached.
The estimated cost for the Soil Stabilization in Segment 1 is $17,682.10.
I find CEI's Contract Change Request (CCR) #44 revl in the amount of $16,854.32 to be reasonable for
the required increase in scope. As such, I recommend approval of this amount for this additional cost to
the contract.
/��
Keith Meyer, E
Construction Project Manager
CH2M HILL Team
970-988-8605
keith. mever(a)ditescosery ices.com
Cc: job file
Change Management Checklist
D. te
Compliance Category
Reviewed
Reference
Initials
Reviewed for compliance with
Environmental Assessment
5/18/13
Part of the Build Alternative
KM
Included in work plan for that
Reviewed for construction/safety impacts
12/13/12
area; no traffic or pedestrian
KM
impacts
Independent cost estimate prepared
5/18/13
As attached to this memo
KM
Reviewed for PCGA grant compliance
5/18/13
Part of Build Alternative
KM
scope is included in SCC 10.02
Reviewed for real estate impacts/needs
12/13/12
Construction inside project
KM
easements with BNSF
Reviewed for compliance with design
criteria/ADA
htto://w .access-board.aov/ada-aba/ada-
12/13/12
We
KM
standards-dot.cfm
ditesco
Independent Cost Estimate - WCD033
Date of Estimate: 18-May-13
Contract Type: Mason Corridor BRT (Hard Bid)
Existing Contract or PO (Y/N): Y
Description of Goods (A) or Services (B): A
Add soil stabilization to Segment 1 of the BRT Guideway (STA 9+40 to 12+00) and (STA 8+80 to 9+40)
I have obtained the following estimate from;
Published Price List / Past Pricing (date) CEI Max BRT Unit Price and Time and Material
Engineering or Technical Estimate (performed by) Keith Meyer
Independent Third Party Estimate (performed by)
Other (specify)
Cost Estimate Details:
(Estimate calculated in US Dollars)
Cost of Standard Items
ProducUltem
Unit Price
Quantity
Unit
I Contract Item
Totals
Class 6 recycled concrete
$ 6.00
442
ton
601-03050
2,652.00
Mirall Fabric
$ 7.45
648
s
602-00000
$ 4,827.60
SubTotal
$ 7,479.60
Cost of Services, Repairs, or Non -Standard Items
Item/Task:
Materials or Work Description
Other Direct
Costs
Rate ($)
Labor
Hours*
Labor
Class
Allocated
Overhead
SGBA'•
Profit
Notes:
Data Source
TOTAL
Foreman
$ 55.00
23
1,265.00
Laborer
$ 40.00
1
$ 40.00
Blade (w/o erator)
$130.00
13
$ 1,690.00
Loader w/operator
$ 110.00
30
$ 3,300.00
Roller (w/o erator)
$ 65.00
4
$ 260.00
Water Truck w/operator)
$ 80.00
11
$ 880.00
Side Dumpw/o erator)
$ 85.00
31.5
$ 2,677.50
Skid Steer w/operator
$� 45.00
2
$ 90.00
SubTotal
$ 10,202:50
Signature of Preparer: ,r/
XZ�
-'Selling, General and Administrative Expenses
TOTAL $ 17,682.10
maxCOST OF THE WORRRECORD
(To be completed at end of each workday and sipped by both representatives shown below)
Project:
MAX/BRT
Record Number:
2
Contractor:
Concrete Express, Inc.
Date:
12/13/2012
Contractors Rep:
Josh Johnson
Project Number:
7073
COFC Inspector:
TC Bohnet
Owner:
COFC
Description of Work:
Subgrade Stabilization
Number
Labor
EpulpmentJ
Producid
Mmorl.1
Description
Quantity
Unit
Unit Cost
Total for
Item
Total Cost
X
Foreman
18
Hrs
X
E
Operator w/Blade #MG-23
10
Hrs
X
E
Operator w/ Loader# WL-43
15
Hrs
X
E
Operator w/ Loader # W L-39
10
Hrs
X
E
0peratorw/Roller#UL-59
3
Hrs
X
E
Operator w/Water Truck
9
Hrs
X
E
Driver w/Sidedump#1
4
Hrs
X
E
Driver w/Sidedump#2
5
Hrs
X
E
Driver w/Sidedump#3
11
Hrs
X
E
Ddverw/Sidedump#4
5.5
Hrs
M
Class 6 Recycled Concrete Base
346.67
M
HP 370 Mirah Geote#ile Fabric
558.83
7
Comments: This WCD was for the stabilization of the Subgrade for the proposed guide way from STA 9+40 to STA 12+00, LT. 0'to
12'.
City of Fort Collins Representative: TC
M Changes to the Caebact price to be determined on the -Cast of Ne Woof basis mutt be verified by M record
Copy
1. Retained at Resident Inspector's office.
2. To Project Manager with diary sheet for the day.
3. To Contractors Representative
maxCOST OF THE WORK RECORD
(To be completed at end ofeach work day and signed by both representatives shown below)
Project:
MAX/BRT
Record Number:
3
Contractor:
Concrete Express, Inc.
Date:
12/14/2012 & 12/18/2012
Contractors Rep:
Josh Johnson
Project Number:
7073
COFC Inspector:
TC Bohnet
Owner:
CO FC
Description of Work:
Subgrade Stabilization STA 9+40
to 8+80 Southbound, & STA
8+80 center guide way.
Number
Labor
Equipment]
Product/
Material
Description
Quantity
Unit
Unit Cost
Total for
Item
To[al Cost
X
Foreman
5
Hrs
X
Laborer
1
Hrs
X
E
Operator w/ Blade #MG-23
3
Hrs
X
E
Operator w/ Loader # WL-39
3
Hrs
X
I E
Operator w/ Loader # W L43
2
Hrs
X
E
Operator w/ Skid Steer #UL-59
2
Hrs
X
E
Operator w/ Roller # VR-3
1
His
X
E
Operator w/ Water Truck
2
We
X
E
Driver w/Sidedump#1
2
Hrs
X
E
Driverw/Sidedump#2
4
Hrs
M
HP 370 Mirafi Geoteztile Fabric
89
SY
M
Class 6 Recycled Concrete Base
95.49
Tons
Comments:
City of Fort Collins Representative: TC
N changes to Me Cenbaet free to be detemined on Me 'Cost of the Work' basis mat he verified by this record
Copy
1. Retained at Resident Inspector's office.
2. To Project Manager with diary sheet for the day.
3. To Contractor's Representative
I
LEGEND
�oosuwm
1/�/�j
- .. . ;RNSF.RAILWAY ... ..
ss,.wec n.. .. _.....
.. .... ....... .. .. ......
.......... - o.
... ..
T irm ssn[n
wud.w
0 O O
o til-alu:.. ak
__ — 1 v m ss cde,wcnol esu
su L.
agw
mKe«s. a ,o r
loco .n Lr w ,acTe-n
-
—._._ _
«, aun ____________ __________ ___ '9_
____ ________ ______ _____ ________ _ewxcm_wsxw__
_________ _______
-"_
_...-.
_. .._. G
RNNN
Qna nrs,uc a.Rr� ei �0mcemc:•,.
ZZ
w, m,R4
__—_______ _ _
.......... ._.... ........ .....
JU
.
T. MASON T
W TRAIL
= V D
aW
a
w]s I.
8+10 aW I
SOUTH ss51 _ cr..
ROADWAY NOTES;
I . NO 6(Y,] Y[ ,0 M W, dIRV4 M, x1. [9
, ]Gli s RI ',wr 1Kn1 eu rwniow nrvw,la. .1:..;
—4 x
- - TRANSIT o'o x vr.racs:u.,sx
>, s ,wc,lrt x]n rw nor .w w, ms
CENTER -I I
.. ssa ],4,I1A .a. wa. FOR �,W,c,:w ea,.na ., a,.,lo,.
ro �e
18
_�
m7Yk Veseq
I
1
�-
-------
L
-�--
----T
-�-
j-
-1i
_�
8$
--
UO—{
Lu
e,ellI.Al
I
—
r I}—
—
—
,4%
--
_—__
b j
.erni n{'.
v.w�—
—�—_ _ '--1+4x
e
4X
•
o—..
___.1
..—
L_. _-._.__..L
.—L.—_I__..
_—__—__
L--_.---_l—_.1.__L.—.1_-.
—__
1
_
1
_—__---
1
i—
_--__— — -__
�__-_i
+z x
0
-zz
� vino
11+00
___l--.J__.1__—J.__.1—.__..—
Izwo
lowo
Print Dote: s/zo/zRIR
Sheet Revisions
MASON CORRIDOR BRT
Fort Collins
\f---
wnFx cdlyd 4ndr a xn. ne.ew
i 03m L.". ewv emi°
ILI,
Construction Droeiogs
ROADWAY
PLAN AND PROFILE
STA 8+10 TO STA Bp 0
Project No.
Fa.
Filervwne Jw�-BRr_sRooewe _oErool.av�
ome:
.1/21/Q
comm.ma
paaea miaving vlalion]
IMI.
ATM
No Revislom:
Fs. Collins: 7073
I ,iz. Scale: 1"40' Vea Smle: 1"-z'
Wit m,.rmau., Unit �aeee. Innla
ili
O
p
Re.isea:
voia:
o.dvn.r.
cuv
seu<IL.
N+I.nos
o.ldl..:
Nvu
sneer rn,mee. 6rJ
Sheet SuOvel:
RpIOWPT
SUEaeI Srnlc RIS Of OO
C1-302 iFC
Concrete Express Inc.
Labor and Equipment Rate Sheet - August 2012
Time and Material
EQUIPMENT TYPE
UNIT NO.
SERIAL NUMBER
PRICEIHR
DOZER/TRACTOR
CAT CH75E CHALLENGER (98)
CH-5
6HS00365
$ 175.00
TATU DISC (98)
DISC-5
182/450
$ 175.00
CAT D5C DOZER
DZ-3
07PS00792
$ 125.00
W16 WAY BLADE & SLOPEBOARD
CONVEYOR
FELCO CONVEYOR
COMPACTION WHEEL EXTENSION
CRANE
GROVE CRANE (95)
TEREX CRANE (99)
LIEBHERR TOWER CRANE
TEREX TOWER CRANE
COMPACTION WHEELS
NEC FOUR WHEEL SHEEPS FOOT
NEC FIVE WHEEL SHEEPS FOOT
FOUR WHEEL SHEEPS FOOT
ACTION FIVE WHEEL SHEEPS FOOT
THREE WHEEL SHEEPS FOOT
REX SHEEPSFOOT - NO VIRATION
EXCAVATOR
KOMATSU PC40OLC-6 (98)
KOMATSU PC200LC-6 (99)
CAT 345BL (02)
CAT 345BL (02)
JOHN DEERE 450C (05)
JOHN DEERE 160C (06)
CAT 321CLCR (05)
CON-5 STD-20-146 $ 40.00
$ 10.00
CR-1
82720
$
135.00
CR-3
58186
$
135.00
CR-7
1129
$
200.00
CR-19
415209
$
200.00
CW-1
4224
$
50.00
CW-3
A71003
$
60.00
CW-7
A041003
$
50.00
CW-9
A050119
$
60.00
CW-11
$
85.00
SWR-5
$
85.00
EX-11
A80104
$
165.00
EX-13
104044
$
125.00
EX-21
AGS01263
$
185.00
EX-23
AGS01419
$
185.00
EX-29
FF450CX091703
$
205.00
EX-31
FF160CX045435
$
130.00
EX-33
MFC00728
$
165.00
MOTOR GRADER
140H MOTOR GRADER (01)
MG-17
CAT0140HJ2ZK07191
$
120.00
MINI -MIGHT BLADE ATTACHMENT
MG-19
0064-050605
$
50.00
JOHN DEERE 770D MOTOR GRADER (07)
MG-21
X612047
$
120.00
JOHN DEERE 772D MOTOR GRADER (06)
MG-23
X604407
$
130.00
Concrete Express Inc.
Labor and Equipment Rate Sheet - August 2012
PAVER
POWER CURBER 5700B (96)
PV-5
57210784
$
200.00
ALLEN PAVER(00)
PV-9
030100-1436SFP
$
350.00
BIDWELL DECK FINISHER
PV-11
BR 87635-2
$
250.00
POWER CURBER 5700B (99)
PV-13
57137991060
$
200.00
GOMACO TINING MACHINE
PV-15
45525244
$
60.00
POWER CURBER 8700
PV-17
870290041
$
250.00
BACKffOE
420D CAT BACKHOE (03 4WD)
RB-21
CFDP13360
$
80.00
420D CAT BACKHOE (04 4WD)
RB-23
JFDP19156
$
80.00
420D CAT BACKHOE (03 4WD)
RB-25
AFDP12809
$
80.00
420D CAT BACKHOE (03 4WD)
RB-27
HFDP15146
$
80.00
420D CAT BACKHOE (04 4WD)
RB-29
OFDP21372
$
80.00
UNILOADER
CAT 246A (04)
UL-57
05SZ07367
$
65.00
CAT 246B (06)
UL-59
PAT03227
$
65.00
CAT 246B (06)
UL-61
PAT03231
$
65.00
CAT 246B (06)
UL-63
PAT03239
$
65.00
CAT 246B (05)
UL-65
PAT03107
$
65.00
FALCO TRACK UL
UL-??
$
115.00
CASE 1845 UL W/BREAKER
$
80,00
CASE 1845 UL W/OUT BREAKER
$
60.00
ROLLERS7COMPACTORS
REX COMPACTOR (98)
SWR-5
HE1475
$
100.00
CAT CS4338 ROLLER (94)
VR-3
4FK00198
$
80.00
CAT CP433C COMPACTOR (99)
VR-5
2JM00821
$
80.00
CAT CP323C COMPACTOR (97)
VR-9
6DMOO149
$
75.00
CAT CS323C COMPACTOR (99)
VR-11
1EN00232
$
75.00
CAT CS323C COMPACTOR (00)
VR-13
6DM00371
$
75.00
CAT CS-563E COMPACTOR (06)
VR-17
CNG01163
$
100.00
CAT 815-F COMPACTOR (04)
VR-19
SKL00512
$
120.00
CAT CP-563E Compactor
VR-23
CNG02131
$
100.00
WNEELLOADER
CAT 93BG (03)
WL-33
CRD00619
$
110.00
CAT 938G (04)
WL-35
RTB00658
$
110.00
CAT 938G (06)
WL-37
ORTBO1419
$
110.00
CAT 938G (06)
WL-39
ORTBO2109
$
110.00
Concrete Express Inc.
Labor and Equipment Rate Sheet - August 2012
CAT 93BG (06)
W L-41
ORTBO2117
$
110.00
CAT 938G (06)
W L-43
ORTBO2118
$
110.00
CAT 966H (06)
WL-45
OA6DO0167
$
115.00
CAT 938G (06)
WL-47
ORTBO2718
$
110.00
CAT 938G (07)
WL-49
CRD02427
$
110.00
CAT 938G (07)
W L-51
CRD02426
$
110.00
SCRAPER
CAT 627C
$
245.00
BLADE
CAT 140G
$
115.00
CAT 130G
$
115.00
WATER TRUCK
CAT 613
$
135.00
4000 GALLON
$
80.00
1600 GALLON
$
70.00
TRUCKING
LOWBOY/TRANSPORTATION
$
115.00
END DUMP - ROCK TRAILER
$
85.00
END DUMP - BELLY DUMP
$
85.00
SIDE DUMP
$
85.00
VAC TRUCK - POTHOLE TRUCK
$
190.00
MANPOWER
SUPERINTENDENT
$
68.00
FOREMAN W/TRUCK
$
55.00
FORMSETTER/ FINISHER
$
46.00
LABOR
$
40.00
SERVICE MECHANIC
$
70.00
WELDER
$
70.00
Title: Change Order 8
Date: 6-6-13
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.
sF
r2tr d�H
TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 030
PROJECT: Mason Corridor— MAX BRT
OWNER: City of Fort Collins — Engineering Department
ENGINEER: Michael Baker Inc.
PROJECT NO: 7332
The following additions, deletions, or revisions to the Work have been ordered and authorized:
Uesc�iptionofWdrk: j
(Title of WCD): CSU Field House Retaining Wall
This Work Change Directive (WCD) adds the installation of a cast in place concrete retaining wall
from STA 1208+00 to 1210+00. Plan and section details are provided attached to this WCD.
Costs associated with this design change shall be tracked and paid for as follows.
Removal and demolition - contract unit prices
Concrete wall construction (reinforcing, forming, placing, finishing, backfill) - paid for in WCD
Heating and cold weather protection - paid for in WCD
Class 1 finish - paid for in WCD
Handrail (fabrication, paint and installation) - paid for in a separate WCD
The installation of this retaining wall was necessary to replace a damaged/unusable wall supporting
the sidewalk. The new wall will accommodate new sidewalk/trail grades and maintain overall use of
Field House parking lot as originally intended. This retaining wall was not included in the base bid -
contract drawings.
CEI CCR101 pricing; section detail, plan details/grades.
It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the
parties expect a Change Order request for approval to subsequently follow this Work Change Directive.
I
Ordered By: January 5, 2013
Owner Date
Recommended By: /!jt January 5, 2013
construction M: gager Date
Copy:
Owner
Engineer
Field File - SharePcint
WCD030_CSU FIELD HOUSE WALL 01-04-13 FINAL PAGE 1 OF 1
ROADWAY NOTES:
e 1 uL J Clni 1 u0 RESIe . Ie he } xuox vowevw xn MIER ,1<xnsr welo : I � nuLmo I I T .,....- I �i is ^ e nI X
ion .00 a ox.L U'w...nw. o 0 0 'LV• p00 Up
LEGEND
. he ulna r,R 1 0
.N.. N
a,umw ..L o Yfi � ZS V"
sloe.
-.--ram cu.mem F.. RAILROAD
'.. tt,
was
N
� xx. �oncxx R.wxr.n
. _ _ _ _ eoo OF CUTW o 1e wcx vial°qu "OFF'
iLE InoEnwww aoEsaw T. '
- 6 FILL EW
Z -- LMB — 1
J 1 i) �qE ��I�enWWENee J
EXISTINGRAP.
x�+ SOUTH MaSgN ST_
-- IVOPCI Aeref.
a—tR II3=fib III ISi` Ifs ''Sri—
!Ts—rs - —TTt,�IM�T�� 0 In
EW <Ww n LIP ��1 w � no N ..._....___.___.C- ............ ...^ ..........
64,50 PT.
UP[rE ao[wxe
.. i'I. n - .. 11en1.,c, Sear
xa e�xEmEo m amLaxe Euslcrn :y :' �.. - - - - ..l - - - -III _ _ nrY°rc in �' Lw:is�'ro r
1 1 :awmw
RI Ve- FeAr. OWt e. L/II�[e,iJ - -•. YSW ExISipC•
Appprournele „Ra,,,.arn,
haves of wall .ca is e`Io E'iis�
eamallation b wirc .1.
4998 _ East-wesl well W F.4 E _--_ _ 4996
rII taper connections
4996g_
i T
4994 4994
r n LIP p
4994 `dfJ P tl I 1 i
y 4992
Wo
4990 Z Z _I__ 4990
Wo
sae QQ -- - s—=— — sib .,.r.so.ar• oo (--
— _ 49ee
4986 __ pp4986
tl i
1984
IJL .cola>" 49es
— T GUTTER LIP �' ( :I �'� ti. •4.
IT 4992 1309�o 1210,00 1211io0 � 1212Oo �� min -tans
t ns�e,1
u Pa.a Date: 9/23/4an Sheet Revisions
rce Name: 7073-ORT_NRoudwu & 42.a n MASON CORRIDOR BRT Construction Drawings ROADWAY PLAN AND PROFILE 14 Project No.
d Y-R R Dote: comments INt.
LhTt 15Co1e: 1"-20' Verl Scale: I"-2' � No Rerl.ionS: Si0. 120e+0o TO SiA lz@400 rL Collins: 9oA
u.�L mlermebe unit Leader mabb � .Fort Collins
F es. u •, +''.[. Revised: Oeeigner: JOP SVu[We
S vy,m em,4Exs I. iww ae,O, E.lw Delpler: REH MxrLerS
EEE Void Sheet Su.ee1, RDVWRY Su8S. .,ts R57 0ll]0 S6ul Number jD%
C1-302
NaLf"
9D'-
Sb•S— ;
ua�0 —
63.2z,
UP F001IM61
,VMrn Foat7e36
Wall transitions to east -west
oriented walls to be field fit to
existing conditions/tapered as
needed to match existing u� (ZA1
s)A
�YDP of W At`
OP SIUE W kwk
CS U Fi G;Ur> 4o o S O So J T 4- PA-P-K t t A&t LOT
EXi,moen PAQXiN� L4T-Cpta�oR--i•A = e)s,-q
II it It - SUO �1 = t`J3.(0q,
It Ir if _MIL = S.39'
90.0
B(o•S1
fA4zv4 Jc-r car e.NkM] 83.IA
NEW Tap 13kcv-- of CIAO> - Nc)mlA 84.10
t� It 11, it o — SovT*
qr
taew -mp BRCILop
S�to�wtt��- r.IoRTF} =
u�l.g3I
tt ►� ^ ►
" — SS"ajnt =
Eke,22,
(.30
eu5s St.0P19- ftft)
CSU Field House Parking Lot
CSU Feld House Parking Lot
196. S f
704V 8 = 02
The wall and
footer can be
poured monolithic
g3oo
,441, = 5 .
fl
12-16-12
SUrtE ! /'=2'
x5C? /Z"CG (icer�
Adjust tail of L
bar as needed
I SCE /Z a c ✓v
6ONedEre- (::,eA 3 D
1AA1,19,Zfe, / 15C04/¢77V/F
SJ 1-,4r4 J caoFf - 3�¢ i/5ghr cC
0
85.47
3.37
BM 1210+19.2
88.84
5.57
83.27
north lot
4.16
84.68
the north
3.6
85.24
the mid
5.45
83.39
mid lot
5.2
83.64
south lot
2.62
86.22
the south
4.16
84.68
BM 1211+00
12127/12
Erika Keeton
Special Projects Engineer
City of Ft. Collins
281 N. College Avenue
Fort Collins, CO 80522-0580
CCR NUMBER:
101
CEI PROJECT #:
12-009
CONTRACT NUMBER:
7332
CONTRACT DATE:
CONTRACT NAME:
Mason Corridor BRT
DESCRIPTION OF CCR:
Pricing to constructs CIP wall at CSU Field House Parking Lot
This pricing is for the construction of the wall only, this does not include removals,
over-excavation/subgrade stabilization,-beekfill or coatings
LOCATION:
MEMO NO.:
MEMO DATE:
COST CODE:
DESCRIPTION
CITY
UNIT
UNIT PRICE
OT
TOTAL
Class D concrete
33
CY
s 413.00
$ 13,629.00
Reinforcing steel
3300
Las
s 1.06
$ 3,498.00
winter protection: blanketing and
temp heat
9
DAY
$ 575.00
$ 5,175.00
grouVclass 1 finish
420
SF
$ 2.50
$ 1,050.00
TOTAL $ 23,352.00
The CM/Owner agrees to a 5 day
Concrete Express, Inc., requests/days for the above contract modifications. extension for this work
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.
777
May 15, 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. 101 (rev2)
CSU Field House Retaining Wall — WCD030
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. 30 to address
design changes to the contract for addition of a retaining wall at the CSU Field House. This design
change adds the installation of a cast in place concrete retaining wall from STA 1208+00 to 1210+00.
The installation of this retaining wall was necessary to replace a damaged/unusable wall supporting the
sidewalk. The new wall will accommodate new sidewalk/trail grades and maintain overall use of Field
House parking lot as originally intended. This retaining wall was not included in the base bid — contract
drawings. Attached please find the proposed Contract Change Request #101 from CEI.
In reviewing this request, items included in the WCD were reviewed and compared to original design.
Additive differences between the original design and this WCD were computed to estimate the cost of this
change. This cost estimate is attached. The estimated cost for the CSU Field House Retaining wall is
$38, 988.46.
I find CEI's Contract Change Request #101 in the amount of $23,352.00 to be reasonable for the required
increase in scope. As such, I recommend approval of this amount for this additional cost to the contract.
Ayepr E
Construction Project Manager
CH2M HILL Team
970-988-8605
keith.mever(a)ditescoservices com
Cc: job file
Change Management Checklist
Compliance
Date
Reviewed
Reference
Initials
Part of the Build Alternative;
Reviewed for compliance with
needed to safely construct the
Environmental Assessment
5/18/13
Mason Trail Extension>
KM
Parks and Recreation
Bicycle and Pedestrian Facilities
Reviewed for construction/safety impacts
12/27/12
Included in traffic control plan for
KM
work in area — CSU campus
Independent cost estimate:prepared
5/15/13
As attached to this memo
KM
Reviewed for PCGA grant compliance
5/18/13
Part of Build Alternative
KM
scope is included in SCC 40.05
Construction inside CSU
Reviewed for real estate impacts/needs
12/31/12
property/temporary easements for
KM
project
Reviewed for compliance with design
criteria/ADA
Ramp and sidewalk construction
htto://w .access-board.gov/ada-aba/ada-
12/27/12
according to ADA standards;
Chapter 4 Accessible Routes
KM
standards-dof cfm
Independent Cost Estimate - WCDO3O
Date of Estimate: 15-May-13
Contract Type: Mason Corridor BHT (Hard Bid)
Existing Contract or PO (Y/N): Y
Description of Goods (A) or Services (B): A
Scope is to address design changes to the contract for the additional installation of a cast in place concrete
retaining wall from STA 1208+00 to 1210+00.
I have obtained the following estimate from;
Published Price List / Past Pricing (date) CEI Max BRT Unit Price Contract
Engineering or Technical Estimate (podormed by) Bill Renz
Independent Third Party Estimate (performed by)
Other (specify)
Cost Estimate Details:
(Estimate calculated in US Dollars)
Cost of Standard Items
Product/Item
Unit Price
Quantity
Unit
Contract Item
Totals
RETAINING WALL ICLASS D
$ 413.00
65
CY
601-03050
5 27,028.56
REINFORCING STEEL
s 1.00
5,529
LB
602-00000
S 5,528.94
CLASS 1 FINISH
S 2.50
580
SF
NA
$ 1.450.00
CONCRETE HEATER
$ 553.44
9
DAY
NA
S 4.980.96
S
S
S
SubTotal
IS 38,988.46
Cost of Services, Repairs, or Non -Standard Items
ItemlTask:
Materials or Work Description
Other Direct
Costs
Labor
Rate(S)
Labor
Hours'
Labor
Class
Allocated
Overhead
SG&A"
Profit
Notes:
Data Source
TOTAL
$
S
$
SubTolal
$
Signature of Preparar./
-'SeAmg, General and Administrative Expenses
TOTAL S 38,988.46
+ ® WORK CHANGE DIRECTIVE
TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 032
PROJECT: Mason Corridor - MAX BRT
OWNER: City of Fort Collins - Engineering Department
ENGINEER: Michael Baker Inc.
PROJECT NO: 7332
The following additions, deletions, or revisions to the Work have been ordered and authorized:
Description,of Work:;;'
(Title of WCD): CSU Field House Hand Rail and Stair Installation
This Work Change Directive (WCD) directs the Contractor to add the installation of a handrail and
stairs for work at the CSU Field House Parking Lot. This work was not included in the base
scope/contract drawings.
Costs associated with this design change shall be tracked and paid for as follows.
Handrail fabrication, painting and installation - paid for in WCD
Stairs/Handrail - paid for in WCD
Installation of hand rail at the CSU Field House Parking Lot was noted in the contract drawings as
remove/reset. This hand rail was in a condition that did not allow for re -installation. The stairs were
not shown for reconstruction/demolition but were required to accommodate sidewalk/trail
construction.
Sheet216
It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the
parties expect a Change Order request for approval to subsequently follow this Work Change Directive.
I �
Ordered By: , t 6t� January 5, 2013
` Owner Date
Recommended By: f/7jc_�_
Construction Manager
Copy:
Owner
Engineer
Field File - SharePoint
January 5, 2013
Date
WCDO32—CSU FIELD HOUSE HAND RAIL_01-04-13—DRAFT PAGE 1 OF 1
15) Contract Term Limitation
The contract period of performance for rolling
stock and replacement parts does not exceed
five (5) years inclusive of options without prior
NA
written FTA approval. For all other types of
contracts, the procurement file contains
evidence that the contract term is based on
sound business judgment.
18) Award to Responsible
Contractor
The City made a determination that it was
awarding to a responsible contractor
considering such matters as contractor
integrity, compliance with public policy, record
of past performance, and financial and
1. Y
technical resources.
2. Y
1. Appropriate Financial, equipment, facility
3. Y
and personnel. (Y/N)
4. Y
2. Ability to meet delivery schedule. (Y/N)
5. Y
3. Satisfactory period of performance. (Y/N)
4. Satisfactory record of integrity, not on
declined or suspended listings. (Y/N)
5. Receipt of all necessary data from
vendor. (Y/N)
19) Sound and Complete Agreement
This contract is a sound and complete
agreement. In addition, it includes remedies
YES CHANGE ORDER
for breach of contract and provisions covering
termination for cause and convenience.
24) Clear, Accurate, and Complete
Specification
A complete, adequate, and realistic
specification or purchased description was
YES
available and included any specifications and
pertinent attachments which define the items
or services sought in order for the bidder to
properly respond.
38) Sole Source if other Award is
Infeasible
The contract file contains documentation that
award of a contract was infeasible under
small purchase procedures, sealed bids, or
competitive proposals and at least one
of the following circumstances applies:
(1) The item was available only from a single
source. (Verify prices are no higher than price
for such item by likely customers.)
CHANGE ORDER
(2) Public exigency for the requirement did
CONTRACTOR IS CEI
not permit a delay resulting from a
competitive solicitation.
(3) An emergency for the requirement did not
permit a delay resulting from a competitive
solicitation.
(4) The FT A authorized noncompetitive
negotiations.
(5) Competition was determined inadequate
after solicitation of a number of sources.
EMBEDDED WELD PLATE
SIDEWALK STAIR & HANDRAIL
i BCALE� ET
BUILDING FIELD HOUSE STAIRS
PROJECT / ow DATE 12/4/2012
PROJECT -MASON BRT
SHEET TITLE FIELD HOUSE STAIRS
FACILITIES MANAGEMENT
COLORADO STATE UMYERSITY
Fx mnvs mim wcw
Wm ma
COww.t
0
T
4y .. .: .._.,f
W
1/14/13
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:
128 WCD#32
12-009
7332
Mason Corridor BRT
DESCRIPTION OF CCR: Pricing, as requested in WCD #32, to fabricate, paint, and install handrail as delailec
in WCD and pricing to construct stairs in order to accommodate trail construction.
LOCATION:
MEMO NO.:
MEMO DATE:
COST CODE:
CSU Field House Parking Lot
DESCRIPTION
CITY
UNIT
UNIT PRICE
OT
TOTAL
fabricate, paint, install handrail
25
LF
$ 41.00
$ 1,025.00
construct stairs
1
LS
$ 850.00
$ 850.00
TOTAL
Concrete Express, Inc., requests 4 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.
Sincerelv.
1,875.00
H
April 28, 2012
Ms. Erika Keeton, PE
MAX Project Manager
City of Fort Collins — Engineering Dept
281 N. College Ave.
Fort Collins, CO 80524
RE: MAX Bus Rapid Transit Project -
Independent Cost Analysis — CEI CCR No. 128
CSU Field House Hand Rail and Stair Installation — WCD032
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. 32 to address
design changes to the contract for installation of handrail and stairs for work at the CSU Field House
parking lot. This work was not included in the base scope/contract documents, but it needed to
accommodate sidewalk construction. Original plan drawings show removal and replacement of handrail,
but existing handrail was unuseable for this purpose. Attached, please find the proposed Contract
Change Request #128 for the work from CEI.
In reviewing this request, items included in the WCD were reviewed and compared to original design
sheets. Additive differences between the original design and this WCD were computed to estimate the
cost of this change. This cost estimate is attached. The estimated cost for the stair and rail installation is
$3,076.00.
I find CEI's Contract Change Request #128 in the amount of $1,875.00 to be reasonable for the required
increase in scope. As such, I recommend approval of the independent cost estimate amount for this
additional cost to the contract.
/1�f
Keith Meyer, E
Construction Project Manager
CH2M HILL Team
970-988-8605
keith. mever(a)ditescosery ices.com
Cc: job file
Change Management Checklist
CategoryCompliance
D. te
Review
Reference
Initials
Reviewed for compliance with
Part of the Build Alternative
Environmental Assessment
1/15/13
related to the Mason Trail
KM
Extension across CSU Campus
Reviewed for construction/safety impacts
1115/13
Included in traffic control plan for
KM
work in area — CSU campus
Independent cost estimate prepared
4/27/13
As attached to this memo
KM
Reviewed for PCGA grant compliance
5/18/13
Part of Build Alternative
KM
scope is included in SCC 40.06
Construction inside CSU
Reviewed for real estate impacts/needs
1/17/13
property/temporary easements for
KM
project
Reviewed for compliance with design
criteria/ADA
Ramp and sidewalk construction
htto�//w access -board goylade-aba/ada-
1/17/13
according to ADA standards;
Chapter 4 Accessible Routes
KM
standards-dot.cfm
2
ditesco
Independent Cost Estimate
Dale of Estimate: 27-Apr-I3
Contract Type: Mason Corridor BRT (Hard Bid)
Existing Contract or PO (YIN): Y
Description of Goods (A) or Services (B); A
Scope Is to address Installation of handrail and stairs for work at the CSU Field House Parking Lot. This work
was not included in the lase scope/contract documents. Estimate was performed using unit prices from the
contractors existing contract for the MAX BRT Project.
I have obtained the following estimate from;
Published Price List / Past Pricing (dale) CEI Max BRT Unit Price Contract
Engineering or Technical Estimate (performed by)
Independent Third Party Estimate (performed by)
Other (specify)
Signature of Preparer:
Cost Estimate Details:
(Estimate calculated in US Dollars)
Cost of Standard Items
ProducUltem
Unit Price
Quantitv
Unit
Contract Item
Totals
FORM/POUR/STRIP STAIRS
$ 413.00
2
CY
601-03050
$ 826.00
PIPE RAILING
$ 90.00
25
LF
514-00000
S 2,250.00
S
SubTotal
$ 3,076.00
Cost of Services, Repairs, or Non -Standard Items
Item/Task:
Materials or Work Description
Other Direct
Costs
Labor
Rate (S)
Labor
Hours'
Labor
Class
Allocated
Overhead
SGBA•'
Profit
Notes:
Data Source
TOTAL
E
E
a
$
$
$
$
$
SubTolal
S
'selling, General and Mminlaee0ve Fxpenaea
TOTAL $ 3,076.00
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. 08
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: $
42,081.32
4. Change in Contract Time:
5
calendar days for substantial completion
5
Icalenclar days for final Completion
ORIGINAL CONTRACT COST
$31,886,878.94
TOTAL APPROVED CHANGE ORDERS
$ 2,174,296.83
TOTAL PENDING CHANGE ORDERS
$ 133,455.58
TOTAL THIS CHANGE ORDER
$ 42,081.32
TOTAL % OF ORIGINAL CONTRACT, THIS C.O.
0.13%
TOTAL % OF ORIGINAL CONTRACT, ALL C.O.'S
7.37%
ADJUSTED CONTRACT COST
$34,236,712.67
r
ACCEPTED BY: DATE: �D
Contractors Representative
REVIEWED BY: DATE: S-le—%'
Construction Manage
APPROVED BY: DATE: S'a1 '13
City Project Manager ! 7
APPROVED BY: t y p DATE: �J ^cam
City Engineer
APPROVED BY: DATE:
Purchasing Agent over $60,000
cc: City Clerk Architect
Contractor Engineer
Project File Purchasing
ma f#.
CHANGE ORDER NO. 8
Exhibit A
Project: Mason Corridor — MAX BRT
Project No. 7332 (CEI project #12-009)
Date: May 18, 2013
Description of Chanoe:
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 construct a new retaining
wall near the CSU Field House which was missed from the design documents; it adds handrail and steps for a
parking lot connection at the CSU Field House and provides for soil stabilization in Segment 1 of the MAX BRT
guideway alignment.
The retaining wall added at the CSU Field House Parking lot replaced an aged tall barrier wall that had failed and
would not support the new Mason Trail/sidewalk across the CSU campus. The new wall allows for a safe trail
installation with supporting railing. The railing installation on the top of this wall will be priced and installed under a
separate change directive. The condition of the original barrier wall and relation to the Mason Trail installation was
not shown on the original construction drawings.
The hand rail and steps at the Field House parking lot were added as the old steps and handrail were required to
be relocated as part of the Mason trail construction yet not identified on the construction drawings.
The soil stabilization associated with this change order was added to compensate the contractor for unknown site
conditions not identified in the construction contract.
Change in Contract Value:
The contract value is being increased by $42,081.32. 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
WCD030
CSU Field House Retaining Wall
$23,352.00
WCD032
CSU Hand Rail and Stairs
$1,875.00
WCD033
Soil Stabilization in Segment 1
$16,854.32
Total Work Change Directives:
$42,081.32
Page 1 of 2
Change in Contract Time:
This change order authorizes a contract time extension of five (5) calendar days. The overall MAX Project contract
time is adjusted and summarized below.
Contract Time Summary:
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
January 29, 2014
(BRT Project through CO #8):
Revised Final Acceptance Date
February 28, 2014
(BRT Project through CO #8):
Page 2 of 2
ma)lt
f WORK CHANGE DIRECTIVE
TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 033
PROJECT: Mason Corridor — MAX BRT PROJECT NO: 7332
OWNER: City of Fort Collins — Engineering Department
ENGINEER: Michael Baker Inc.
The following additions, deletions, or revisions to the Work have been ordered and authorized:
Description of Work:
(Title of WCD): Soil Stabilization in Segment 1
This Work Change Directive (WCD) directs the Contractor to add soil stabilization in Segment 1 from
STA 8+80 to 9+40 along the BRT guideway.
Costs associated with this WCD will be tracked time and material to substantiate the unit price
proposal from CEI. If validated, the WCD will be paid as a lump sum cost.
Unstable subgrade soils were encountered in segment 1 of the BRT guideway during excavation and
subgrade preparation. The Contractor took normal measures to stabilize the subgrade soil which was
not enough to provide good roadbed support. As such, they were directed to overexcavate the poor
subgrade materials and install recycled concrete and mirafi stabilization fabric.
CEI oricina. time and m
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: i December 13, 1012
IIII Date
: Recommended B ` caner
Y ✓ 7/t-1 December 13, 2012
Construction Mi ager Date
Copy:
Owner
Engineer
Field File - SharePoint
WCD033_SOIL STABILIZATION SEGMENT 1 12-13-12 DRAFT PAGE 1 OF 1