Loading...
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