Loading...
HomeMy WebLinkAboutCHANGE ORDER - BID - 7332 MAX BRT PROJECT (16)CHANGE ORDER NO. 09 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 IF 0 calendar days for final completion TOTAL APPROVED CHANGE ORDERS TOTAL PENDING CHANGE ORDERS TOTAL THIS CHANGE ORDER TOTAL % ORIGINAL CONTRACT, THIS C.O. TOTAL % OF ORIGINAL CONTRACT, ALL C.O.'S ADJUSTED CONTRACT COST (Assumino all chano ACCEPTED BY: V Contractor's Representative REVIEWED BY: Construction Manager APPROVED BY: City Project Manager APPROVED BY: 0' City Engineer I 10 7.54% $34,292,370.77 DATE: Fi T 3 DATE: DATE: DATE: Ca. A - "3 APPROVED BY: _ YU I l� DATE: Purchasing Agent over $60,000 cc: City Clerk Architect Contractor Engineer Project File Purchasing p\lcplA4D.tmp: Page 497 ITEM UNIT COSTS BY PROJECTS -- 2010 COST DATA __ __ --------------- __ __ ___ ___ ___ ____----- ITEM NUMBER/ ITEM DESCRIPTION/ UNIT/ PROJECT NUMBER PROJECT LOCATION DATE LET QUANTITY ENGR. EST. AVERAGE BID AWARDED BID ------------------------------------------------------------------------------------------------------------------------------------ 619-10247 24 In Weld Steel Pipe (J) Lin Foot=___________-- STU 0831-107 PARKER RD (SH 83) AND ARAPAHO 04/15/10 107.00 400.00 391.79 339.04 WEIGHTED AVERAGE FOR THE SECOND QUARTER 107.00 400.00 391.79 339.04 WEIGHTED AVERAGE FOR THE YEAR 207.00 448.31 479.34 358.83 _______________ 619-10270 27 In Weld Steel Pipe - Lin Foot=__________-- STU 0831-107 PARKER RD (SH 83) AND ARAPAHO 04/15/10 849.00 200.00 286.23 300.00 WEIGHTED -------------- AVERAGE FOR THE SECOND QUARTER 849.00 ______ 200.00 ____ 286.23 ____--- 300.00 WEIGHTED AVERAGE FOR THE YEAR 849.00 200.00 286.23 300.00 _______________ 619-10307 30 Dn Weld Steel Pipe (J) Lin Foot =____________-------------- ____________________ STU 0831-107 PARKER RD (5H 83) ND ARAPAHO 09 /15/10 225.00 500.00 374.12 350.00 WEIGHTED AVERAGE FOR THE SECOND QUARTER 225.00 500.00 374.12 350.00 ______________ WEIGHTED AVERAGE FOR T.HE YEAR _______________ 225.D0 500.00 _______________ _______________ 374.12 350.00 -------------- 619-10600 60 In Weld Steel Pipe Lin Foot _________________------------ ___________---- ES51602-123 US 160 FLORIDA RIVER TO 1 MIL O1/28/10 80.00 500.00 647.90 610.00 WEIGHTED AVERAGE FOR THE FIRST QUARTER 80.00 500.00 647.90 610.00 WEIGHTED AVERAGE FOR THE YEAR 80.00 500.00 647.90 610.00 _______________ 619-10607 60 In Wed Steel Pipe (J) Lin Foot --- __________________-------- ________------ ES51602-123 US 160 FLORIDA RIVER TO 1 MIL O1/28/10 80.00 1000.00 1638.67 1673.00 WEIGHTED ____ AVERAGE FOR THE FIRST QUARTER 80.00 ---------- _____ 1000.00 __ 1638.67 _-__--- 1873.00 WEIGHTED AVERAGE FOR THE YEAR _________ 80.00 _____ 1000.00 _______________ 1638.67 1873.00 cpl51E.tmp: Page 401 ITEM UNIT COSTS BY PROJECTS -- 2007 COST DATA _______________________________________ _______________________________________________ ITEM NUMBER/ ITEM DESCRIPTION/ UNIT/ ___-____ PROJECT NUMBER PROJECT LOCATION DATE LET ------------------------------------------------------------------------------------------------------------------------------------ QUANTITY ENGR. EST. AVERAGE BID AWARDED BID 619-07120 Place 12 In Duct Iron Pipe Lin Foot --------------= CC O821-0B4 SH82 ASPEN 12/20/07 42.00 70.00 271.08 181.50 ______________ WEIGHTED AVERAGE FOR THE FOURTH QUARTER ______________ _______________ 42.00 ________ 70.00 ______ _______________ _ 271.08 ---- _------ _______________ ___ 181.50 WEIGHTED AVERAGE FOR THE YEAR 42.00 70.00 271.08 181.50 --------------- 619-10220 22 In Weld Steel Pipe Lin Foot BR 0581-008 WASHINGTON AVENUE BRIDGE OVER 12/13/07 45.00 160.00 252.74 200.00 WEIGHTED AVERAGE FOR THE FOURTH QUARTER 45.00 160.00 252.74 200.00 WEIGHTED AVERAGE FOR THE YEAR 45.00 160.00 252.74 200.00 - 619-10240 24 In Weld Steel Pipe Lin Foot ______________________________________________ --------- BR 0253-192 I-25s128TH 08/16/07 34.00 145.00 378.21 305.00 ______________ WEIGHTED AVERAGE FOR THE THIRD QUARTER _______________ 34.00 145.00 _______________ 378.21 _______________ 305.00 WEIGHTED AVERAGE FOR THE YEAR 34.00 145.00 378.21 305.00 --------------- 619-10360 36 In Weld Steel P'pe Lin Foot ----------------------------------------------- BR 0253-192 I-25&128T.H 08/16/07 56.00 250.00 375.31 370.00 ___________ WEIGHTED AVERAGE FOR THE THIRD QUARTER 56.00 _______ 250.00 _______________ 375.31 _______________ 370.00 WEIGHTED AVERAGE FOR THE YEAR .00 250.00 370.00 619-10847 84 In Weld Steel Pipe (J) Lin Foot =-------------------------------------____ --------------- BR 0241-047 US 24, 2 MI S OF GRANITE, CHA 11/15/07 163.00 1500.00 2667.55 1416.82 ______________ WEIGHTED AVERAGE FOR THE FOURTH QUARTER _______________ 163.00 1500.00 _______________ 2667.55 _______________ 1416.82 WEIGHTED AVERAGE FOR THE YEAR 163.00 1500.00 2667.55 1416.82 619-30320 4 In Galv Pipe Lin Foot ---------------------------------_____________ STA 133A-031 SH 133 IN GARFIELD COUNTY 09/20/07 225.00 80.00 53.75 85.00 -------------- WEIGHTED AVERAGE FOR THE THIRD QUARTER 225.00 _________ 80.00 _______________ 53.75 _______________ 85.00 WEIGHTED AVERAGE FOR THE YEAR 225.00 80.00 53.75 85.00 CEI 6/21/13 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: 176 Revised CEI PROJECT #: 12-009 CONTRACT NUMBER: 7332 CONTRACT DATE: CONTRACT NAME: Mason Corridor BAT LOCATION: MEMO NO.: MEMO DATE: COST CODE: This change request will reflect all changes to the pipe jacking activity as a result of WCD No. 023. UIT Revised Scope DESCRIPTION CITY UNIT UNIT PRICE TOTAL F2-1 cre00 i]0 LF $ (584.o0) ($99,280.00) EY4 credit. 16' ROP 170 LF $ (/4.00) ($12.580.00) Ft-4credil 40 LF $ (2,455.00) ($98.200.00) Ft-1 credit 1 79 LF $ (slow) ($71 B90.00) subtotal ($281,950.00) CEI Revised Scope ESCRIPTION OTY UNIT UNIT PRICE TOTAL dd RCP Jacked 170 LF $ 58400 39g,280.00 RCP(CIP) 170 LF $ 7000 $12.580.00 alor epee 1 Ls s t54o.gg sls4000 dar coaling 1 lS E 1,190.00 51,190.00 kup-5% $138.50 $414,726,50 ddWSP(special) tacked) ]9 LF $ 91000 $71.89000 rior Coaling IF14Add 1 LS $ 14)50.00 $14,750.00 hodic protection 1 LS $ 1,74500 $1,74620 erlorcoating 1 LS s 1,027.00 $1.027.00 rkup-5% $87 .15 $90,289.15 tldJacked WSP 206 LF $ 42eW Sa8,16800 ring 1600 SFF $ 38.75 362,000.00 m Coabng 1 LS $ 17.soac0 311,50000 reloca0on 1 LS s 6,000.00 Efi oDso0 otlic pmtecdon 1 LS $ 1]4800 Sf,74600 markup - 5% M,770.70 $184,164.70 Total Add: $389.200.35 Less credits from above ($281,950.o0) GRAND TOTAL: $107.250.35 Concrete Express, Inc., requests 0 days for the above contract modifications. These are all of the visible effects of the above change we see at this time. We reserve the right to incorporate other changes as they appear in implementing this change. If you have any questions regarding this change, please feel free to contact me at 303,562.2000. MAX BRT Jacked Bore Specification Reconciliation Work Change Directive 023 Date: May 21, 2013 Prolect Scope of Work for Jacked Pipe (as bid) —°'---'-:mom- —r-� �t-.v—"--.r...n--.."----•-.a=i-*+e :.Storm Une Profle E2 1 $. Item # SCC # Description Quantity Unit Unit Cost Total Cost 603-07180 40.02 18' RCP (Jacked) 170 LF $584.00 $99280.00 603-01185 40.02 18' RCP (CIP) 170 LF $74.00 $12,580.00 Storm Une P_rofite F3-1,,,, e Item # SEC # Description Quantity Unit Unit Cost Total Cost Storm Line Profile F34 Unit Unit Prolect Scope of Work for Jacked Pipe (as changed in WCD023) . £Storm Line Profile E2 � r;^ r -i's .< '.' _ 1.._ . -� 1Diffetence;to Base:; Item # SCC It Description Quantity Unit Unit Cost Total Cost I 603-07180 1 40.02 11 B" RCP (Jacked) 170 LF $584.00 $99,280.00 603-01185 40.02 18' RCP (CIP) 170 LF $74.00 $12,580.00 .r 3 40.02 Insulator skids 1 LS $1,540.00 $1,540.00 4 40.02 Erderior Coating (add) 1 LS $1,190.00 $1,190.00 GC Markup - 5 % $136.50 - Total $114,726.50 -Storm Une Profile FLS_�-,_ - _ £,. ,`�_ L Item #~ SCC # Description Quantity Unit Unit Cost Total Cost $2866.50- 619-10625 1 40.02 62"WSP(Special)(Jacked) 79 LF 1 $910.00 1 $71,890.00 '- - 2 40.02 Interior Coating (add) 1 LS $14,750.00 $14,750.( 3 40.02 Cathodic Protection (add) 1 LS $1,746.00 $1,746.00 4 40.02 EMedor Coating(add) 1 LS $1,027.00 $1,027.00 GC Markup -5% $876.15 , " Total $90,289.15 Storm Line Profile F3-0 Item# SCC# Description Quantity Unit Unit Cost Total Cost $18)399:1S - 1 rg 11 1 1 40.02 30" Jacked WSP 206 LF $428.00 $88,168.00 -_ 2 40.02 IShoring 1600 SFF $38.75 $62.000.00 ^ 3 40.02 Interior Coating (add) 1 LS $17,500.00 $17,500.00 q 4 40.02 ISanitary Sewer relocation (add) 1 LS $6,000.00 $6,000.00 5 40.02 ICathodic Protection (add) 1 LS $1,746.00 $1,746.00 GC Markup-5% $8,770.70 Total $184,384.70 7 $85;98470 Total Net Change: $107,250.35 CEI Proposed Cost: $179,259.70 Difference:-$72,009.35 muytWORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CE0 WCD NO: 023 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): Storm Line F1-1; F14 and Specification Section 619 Changes This Work Change Directive (WCD) replaces specification Section 619 in its entirety. It also change plan sheets 293 and 330 to correct the storm sewer design at the BNSF tracks in Lake Street. This work change directive is being issued as the original bid specifications did not comply with local or BNSF standards for jacked bores in the railway right of way. Clarification has been provided on casing pipe thickness, coating type and application specifications, 1`1 4 pipeline profile, manhole construction and cathodic protection. This work change directive applies to storm profile E2-1, Fl-1 and F1-4. Through this work change directive, each jacked bore will be paid for as a lump sum item. Unit prices inside the base contract will be deleted (Base Bid and F1 Base). The Contractor shall provide new pricing for the entire installation at each location based on the revised plans and specifications. To address incomplete and incorrect design specifications, plans and profiles to meet BNSF and City of Fort Collins standards for jacked bore installations relative to storm sewer construction. special provisions; product information for interior epoxy and exterior coal tar epoxy. 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. l f Ordered By: L(�� , cl.T�_ January 18, 2013 Owner Date Recommended By: /�� At—, January 18, 2013 Construction Manager Date Copy: Omer Engineer Field File- SharePoint WCD023—STORM LINE F1-1_Fl-4—SPECS—DESIGN-CHANGES-01-18-13 PAGE 1 OF 1 Revision to IFC Specifications Section 619 1/19/2013 REVISION OF SECTION 619 WATER LINES STEEL PIPE (SPECIAL) (JACKED) Section 619 of the Standard Specifications is hereby revised for this project as follows: DESCRIPTION Subsection 619.01 shall include the following: This work is the installation of various sizes of steel jacking pipe using angered boring and tunneling technology including sending and receiving pit excavation, site preparation, shoring, bracing, boring, jacking, installation of carrier and casing pipe (as applicable), interior and exterior epoxy coatings (as applicable), cathodic protection, utility support and complete site restoration including paving, patching, concrete repair or other work to restore the site to equal or better conditions. QUALITY ASSURANCE - (a) Allow jack and bore operations to be undertaken only by those with documented experience in operations of similar magnitude, complexity, and conditions. The City of Fort Collins reserves the right to approve or disapprove any Jack and bore/Tunneling personnel or subcontractor based upon prior experience and performance. The Contractor shall submit a complete qualifications statement of personnel to be used in the boring/jacking operation as well as a work plan for each location for review and approval by the Engineer. A preconstruction meeting shall be held to review work plan methods for each jacked bore location. The Contractor shall include in their work plan and price the cost to pothole and locate underground storage tanks located at storm line E2-1. Potholing for other utilities at Fl-1 and F1-4 shall be included in the unit price for Potholing. (b) Provide a jack and bore operator with a minimum of five years experience in the operation of the equipment being used. (c) Provide a field supervisor with a minimum of eight years experience in the operation of the type of equipment being used for this work at the site at all times when jack and bore/tunneling work is in progress. REVISION OF SECTION 619—JACKED BORE SPEC IFICATION_01-17-13_FINAL Page I of Revision to IFC Specifications Section 619 1/19/2013 REVISION OF SECTION 619 WATER LINES STEEL PIPE (SPECIAL) (JACKED) MATERIAL Subsection 619.02 delete the third paragraph and -include the following: (1) Casing and Carrier Pipe (by location): Storm Line E2-1: Description Specification Installation Type Augered bore; jacked casing Wall Yield Coating Size Grout ports Thickness Strength Casing Pipe 0.40" min 36 ksi exterior coal tar epoxy - 30" min Yes 20 mil DFT Cathodic not required Protection Carrier Pipe 18" RCP CLIII; profile jacking joints Grout Grout annulus of casing pipe/earth 2,000 psi min; flowable slurry Skid/Spacers PVC runners; stainless steel straps Boot Carrier to casing connection — rubber sheet boot, stainless steel straps (4 each end) Manhole Concrete collar connection Storm Line FI-1 (BNSF crossing north of Prospect Road): Description Specification Installation Type Tunnel; jacked casing Wall Thickness Yield Strength Coating Size Grout ports Casing Pipe exterior coal tar epoxy - 0.75" min 36 ksi 20 mil DFT 62" Yes interior epoxy ( NSF 61) 12 mil DFT Cathodic Protection Required (2 — 301b magnesium anodes west and east sides) Carrier Pipe Casing pipe = Carrier pipe Grout Grout annulus of casing pipe/earth 2,000 psi min; flowable slurry Skid/Spacers not required Boot not required Manhole Concrete collar connection REVISION OF SECTION 619_JACY-ED BORE SPECIFICATION_01-17-13_FINAL Page 2 of Revision to IFC Specifications Section 619 1/19/2013 REVISION OF SECTION 619 WATER LINES STEEL PIPE (SPECIAL) (JACKED) Storm Line F14 (BNSF crossing at Lake Street): Description Specification Installation Type Augered bore; jacked casing Wall Yield Coating Size Grout ports Thickness Stren th Casing Pipe exterior coal tar epoxy - 0.41" min 36 ksi 20 mil DFT 30" min ID Yes interiorepoxy (NSF 61) (2pipes) 12 mil DFT Cathodic Required (2 —301b magnesium anodes west and east sides) Protection one anode each end, each pipe Carrier Pipe Casing pipe = Carrier pipe Grout Grout annulus of casing pipelearth 2,000 psi min; flowable slurry Skid/Spacers not required Boot not required Manhole Concrete collar connection CONSTRUCTION REQURIEMENTS Subsection 619.03 shall be replaced with the following: General. Submit a work plan showing and describing the method for all jacked bore installations. If the Contractor proposes an alternate pipe alignment from that shown on the plans and details, submit a design and work plan for review and approval including any necessary revisions to the proposed drainage network that the realignment would affect. The Contractor shall not proceed with the pipe installation until the plan has been reviewed and accepted by the City. At a minimum, include the following information in the plan: 1. General construction/installation sequence. 2. Details and description for equipment being used to install the pipe. 3. Method for removing and disposing water collected within the work area(s) 4. Plans, details, and calculations for placement of jacking and receiving pits and bracing and shoring if applicable. 5. Details/plans and description for maintaining a safe working environment including a ventilation plan if applicable. 6. Details/plans and description for any incidental work, including grouting. 7. (As Applicable)Tunneling methods and techniques to avoid soil loss above the excavation as the tunnel is advanced. Bore and Jack Installation Requirements: 1. Conduct operations so as not to interfere with, interrupt, damage, destroy, or endanger the integrity of surface or subsurface structures or utilities, and landscape in the immediate or adjacent areas. Replace or repair surface or subsurface structures or utilities, and landscape in the immediate or adjacent areas that is damaged during jacking operations. Butt weld the joints of steel pipe, watertight, as installation REVISION OF SECTION 619—JACKED BORE SPECIFICATION_01-17-13_FINAL Page 3 of 6 Revision to IFC Specifications Section 619 1/19/2013 REVISION OF SECTION 619 WATER LINES STEEL PIPE (SPECIAL) (JACKED) progresses. Coordinate and support as necessary all subsurface utilities before jacked bore construction begins. 2. Undertake the work only with personnel or a subcontractor well experienced in operations of similar magnitude and conditions. 3. Excavate and backfill bore (launching) and receiving pits. For all launching and receiving pits associated with railway crossings, do not construct pits any closer than 30-ft to centerline of track. Lengthen casing pipe as necessary to achieve 30-ft required clearance. Tunnel/Bore as necessary to push the casing pipe (if used in the installation) through the subsurface material while rotating boring auger removes the spoil. The size of the bored hole shall be of such diameter to provide ample clearance for casing pipe and welded joints. The hole shall be bored mechanically with a suitable boring assembly designed to produce a smooth, straight shaft and so operated that the completed shaft shall be at the established line and grade. Utilize a self -leveling laser in order to maintain line and grade elevation during the boring/tunneling operations. At every 20 feet of pipe advancement, and at the beginning of each work shift, remove the auger and check the line and grade elevation. Progress boring/tunneling operations until the leading edge of the pipe has reached the receiving pit. Do not allow unsupported excavation ahead of the pipe. 4. If an obstruction is encountered during installation to stop the forward action of the pipe (in excess of 60 minutes when using an augering method and the contractor's efforts have been deliberately and diligently pursued), notify the City immediately and provide appropriate options/plans to either remediate the obstruction or relocate the pipe alignment. If the obstruction cannot be remediated obtain a written agreement from the City -to abandon the pipe in place and fill pipe completely with grout. Relocate jack and bore/tunneling operations to a new location as approved by the City. 5. Intercept and divert surface and ground water away from excavation through the use of dikes, curb walls, ditches, pipes, sumps, bypass pumping, and or other means in order to develop a substantially dry subgrade for the prosecution of subsequent operations. When water is known or expected to be encountered, maintain pumps of sufficient capacity to handle the flow at the site, keep pumps in constant operation on a 24-hour basis until their operation can be safely halted. When dewatering, maintain close observation to detect any settlement or displacement of the embankment and other facilities. Comply with all CDPHE groundwater discharge requirements and permit limitations. 6. Do not use water or other liquid to facilitate casing placement and spoil removal. Water jetting for tunneling or casing installation is not allowed. 7. Brace and backstop as follows: a. Design bracing and backstops, and jacks of sufficient rating in order to progress the jacking process without stoppage until the entire length of specified casing pipe has been placed. 8. Perform auger and cutting head operations as follows: a. Do not lead the casing pipe by more than six (6) inches with the cutting head. Provide the front of the pipe with mechanical arrangements or devices that will positively prevent the auger from leading the pipe so no unsupported excavation is ahead of the pipe. Maintain a log of the total length of auger and the total length of pipe in place at any given time. REVISION OF SECTION 619—JACKED BORE SPECIFICATION 01-17-13 FINAL Page 4 of Revision to IFC Specifications Section 619 1/19/2013 REVISION OF SECTION 619 WATER LINES STEEL PIPE (SPECIAL) (JACKED) b. If unstable soil is encountered during boring, retract the cutting head to permit a balance between the pushing pressure and the ratio of pipe advancement to quantity of soil. 9. Perform excavation in such a manner to minimize voids behind or around the pipe. Pressure grout voids until completely filled. Reference Materials section for minimum grout requirements. 10. Trim pipe and connect to the proposed and/or existing inlets/manholes after jack and bore or tunneling operations are completed. Casing Pipe: 1. Provide a full circumferential weld between casing pipe segments. Provide welds of a strength and nature to withstand the forces imposed by jacking operations. At the completion of jacking operations, confirm the casing pipe installation (and welds) are completely water tight. Should water be observed infiltrating the casing, repair all leaks with steel patches that will not interfere with pipe installation. 2. Provide casing pipe with minimum wall thicknesses and coating systems as required in the Material section above. 3. All casing pipe shall be welded by certified welder(s). 4. Provide exterior coating (coal tar epoxy) and interior coating systems as specified in the Material sections above. Interior epoxy coating system shall be installed after the pipe is fully jacked and installed, but prior to being placed in service. 5. Provide cathodic protection as provided for in the Materials section above. 6. Provide boot connections to carrier pipe as specified in Materials section above. Subsection 619.04 shall include the following: 62 Inch Steel Pipe (Special) (Jacked) will be measured by the lump sum, complete in place. 30 Inch Steel Pipe (Special) (Jacked) will be measured by the lump sum, complete in place. 18 Inch RCP (Jacked) will be measured by the lump sum, complete in place. Subsection 619.05 shall include the following: Pay Item Pay Unit 619-10625 - 62 Inch Welded Steel Pipe (Special) (Jacked) LS 619-07180 - 18 Inch RCP (Jacked) LS 619-07480 — 30 Inch Welded Steel Pipe (Special) (Jacked) LS REVISION OF SECTION 619—JACKED BORE SPEC IFICATION_01-17-13 FINAI. Page 5 of MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction CHANGE ORDER NO. 9 Exhibit A Project: Mason Corridor — MAX BRT Project No. 7332 (CEI project #12-009) Date: June 7, 2013 Description of Change: This change order reconciles various portions of the MAX BRT contract. It adjusts Specification Section 619 to include all necessary construction specifications and plans to correctly install the jacked bore storm drainage pipe at pipeline profiles E2-1, F1-1 and F1-4. These changes were required to correctly provide jacked pipe specifications that were in compliance with both City of Fort Collins and BNSF standards. The specifications and plans as bid were incomplete. This change order also includes traffic control costs for the full closure of Prospect Road. This work was added to include all utility installation as well as guideway construction in one road closure. CEI's price for the traffic control work in Prospect was based upon the anticipated construction schedule. The supporting independent cost estimate (ICE) was also based on this schedule. However, actual unit costs were tracked during this work phase and the resulting cost is less than provided for by CEI or the supporting ICE. The amount shown below for WCD040 represents this lesser amount. WCD026 is also included in this change order which adds a retaining wall, curb and 134-1 pipe changes to the guideway construction immediately west of Chipper's Lanes. This work change directive was required to correct grade problems with the guideway matching existing conditions in this area and correct primary duct bank conflicts with the storm sewer as designed. Lastly, this change order removes item 700-70010 — Minor Contract Revisions from the CEI contract. The value of this force account item is being used to offset the costs of this change order and adjusts the contract value accordingly. Change in Contract Value: The contract value is being increased by $55,658.10. Please see attached pending issues log summary and work change directives as summarized in the table(s) below. Work Directives/items Item Number -Change Description Contract Value WCD023 Jacked Bore Specification and Plan Changes (Storm Lines E2-1, F1-1, F1-4) $107,250.35 WCD026 Adds retaining wall, curb and pipe changes at B4-1 west of Chipper's Lanes $gq 277 50 WCD040 Prospect Road Traffic Control $114,130.25 700-70010 Minor Contract Revisions ($250,000.00) Total Work Change Directives/Item Change: $55,658.10 Page 1 of 2 Revision to 1FC Specifications Section 619 1/19/2013 REVISION OF SECTION 619 WATER LINES STEEL PIPE (SPECIAL) (JACKED) Payment for Jacked Pipe includes incidental items required to complete the pipe boring/jacking/tunneling installation including shoring design submission for approval, installation of any required bracing and shoring, safety fencing, excavation and backfill of launching and receiving pits, utility support, casing pipe, skids, interior and exterior epoxy coatings, grouting, boots, straps, connections to drainage structures at the upstream and downstream ends, removal and disposal of unsuitable and surplus material, intercepting and diverting groundwater and surface water, bypass pumping, backfill, surface restoration, patching, concrete and all other incidental items required for a complete pipe installation. REVISION OF SECTION 619—JACKED BORE SPEC IFICATION_01-17-13 FINAL Page 6 of Protective & SF Marine Certified to Coatings NSF/ANSI61 Revised 6/12 PRODUCT II PRODUCT DESCRIPTION Dura-Plate 235 PW Multi -Purpose Epoxy is a modified epoxy phenalkamine, certified by NSF to Standard 61 as a tank lining for potable water storage tank. • Self -priming • Low temperature application • Cures at temperatures as low as 0°F (-18°C) • Approved as a primer under MIL-PRF-23236D, Type V, Class 7, Grade C • Outstanding application properties PRODUCT CHARACTERISTICS Finish: Semi -Gloss Color: Mill White, Red Oxide and Buff Volume Solids: 68% t 2%, mixed Weight Solids: 79% t 2%, mixed VOC (EPA Method 24): Unreduced: <280g/L; 2.33 Ib/gal Reduced 10%: <327 g/L; 2.721b/gal Mix Ratio: 4:1 by volume Recommended Soreadina Rate per coat: Standard AWWA Min. Max. Min. Max. atmils (miams) 6.0150 120300 4.4110 8.8220 ry mils (microns) 4.0100 8.0'200' 3.075 6.0.1 Coverage sq fttgal (m'/L) 1363.3 2726.6 1814.4 3628.8 Theoretical coverage sq g/ 1088 (26.6) gal (nl2A,) @ 1 rnV25 mioon dft NOTE: Brush or roll application may require multiple coats to achieve maximum film thickness and uniformity of appearance. prying Schedule (a), 6.0 mils wet (150 microns): 0°FI-118'C 40°F/4.5°C 77'F@5°C' 120°FF/49'C 50% RH To touch: 18 hours 3.5 hours 2 hours 20 minutes To handle: 36 hours 14 hours 3.5 hours 40 minutes To recoat: minimum: 36 hours 14 hours 3.5 hours 40 minutes maximum: 6 months 6 months 6 months 6 months Cure to service: 30 days 28 days 7 days 3 days If maximum recoat time is exceeded, abrade surface before recoating. Drying time is temperature, humidity, and film thickness dependent. Pot Life: 16 hours 8 hours 4 hours 1 hour Sweat -in -time: 1 hour 30 minutes 15 minutes 5 minutes `For Potable Water Service, allow a minimum cure to service for qiven Shelf Life: 36 months, unopened Store indoors at 40°F (4.5°C) to 100'F (38'C). Flash Point: 116-F (47-C) PMCC, mixed Reducer/Clean Up: Reducer R7K104 DURA-PLATE° 235 PW MULTI -PURPOSE EPDXY PART A B67X-235 SERIES COLORS PART B B67VX235 HARDENER (FORMATION 4.68 RECOMMENDED USES Immersion Service - Potable water: Meets NSF Standard 61 for use in potable water storage for composition of coatings used in potable water. For potable water use per NSF Std 61, dry times and minimum recoat times • 3.5 hour recoat, 7 day final cure (25'C): 1500 gallon tank 36" pipe Recommended uses include: • Fabrication and new construction • Acceptable for use with cathodic protection systems • Conforms to AW WA D102 ICS #1, #2, and #5, and OCS #5.— Refer to respective systems PERFORMANCE CHARACTERISTICS Substrate': Steel Surface Preparation*: SSPC-SP10/NACE 2 System Tested': 2 cts. Dura-Plate 235 PW @ 5.0 mils (125 microns) df /ct .unless otherwise noted below Test Name Test Method Results Abrasion ASTM D4060 Resistance CS17 wheel, 1000 65 mg loss cycles, 1 kg load Adhesion ASTM D4541 1 850 psi Direct Impact Resistance ASTM D2794 10 in lb Dry Heat ( ASTM D2485 250'F(121'C) Resistance Rating 10 per ASTM Immersion' 5 year potable D610 for Rusting; water Rating 10 per ASTM D714 for Blistering 18 months fresh Passes, no rusting, Immersion and salt water blistering, or loss of adhesion Moisture ASTM D4585' Rating 10 per ASTM Condensation 100°F (38°C), 2000 D610 for rusting; Resistance hours Rating 10 per ASTM D714 for blistering Pencil Hardness 1 ASTM D3363 H IMMERSION (Ambient temperature) • Salt Water ....................................................... Recommended • Fresh Water .................................................... Recommended • Potable Water ................................................. Recommended Epoxy coatings may darken or yellow following application and curing. Footnotes: ' Galvapad2 cts. Dura-Plate 235 NSF www.sherwin-williams.com/protective continued on back Protective & SF Marine Certified to Coatings NSF/ANSI61 RECOMMENDED SYSTEMS Dry Film Thickness I ct Ails (Micronsl Immersion,•Steel: *AWWA D102: Inside Coating System No. 1 minimum AWWA 8.0 (200) 1 ct. Dura-Plate 235 PW 3.0 (75) 1 ct. Dura-Plate 235 PW 5.0 (50) 'AWWA D102: Inside Coating System No. 2 minimum AWWA 12.0 (300) 1 ct. Dum-Plate 235 PW 3.0 (75) 1 ct. Dura-Plate 235 PW 4.0 (100) 1 ct. Dura-Plate 235 PW 5.0 (125) *AWWA D102: Inside Coating System No. 3 minimum AWWA 10.0 (250) 1 ct. Zinc Clad II LV or Plus 2.0 (50) 1 ct. Dura-Plate 235 PW 3.0 (75) 1 ct. Dura-Plate 235 PW 5.0 (125) `AWWA D102: Inside Coating System No. 5 minimum AWWA 10.0 (250) 1 ct. Corothane I - Galvapac NSF 2.0 (50) 1 ct. Dura-Plate 235 PW 4.0 (100) 1 ct. Dura-Plate 235 PW 4.0 (100) Atmospheric, Steel: *AWWA D102: Outside Coating System No. 5 minimum AWWA 6.0 (150) 1 ct. Dura-Plate 235 PW 2.0 (50) 1 ct. Dura-Plate 235 PW 2.0 (50) 1 ct. Acrolon 218HS 2.0 (50) 'AWWA D102: Outside Coating System No. 6 minimum AWWA 6.0 (150) 1 ct. Corothane I -Galvapac NSF 2.0 (50) 1 ct. Dura-Plate 235 PW 2.0 (50) 1 of. Acrolon 218HS 2.0 (50) Concrete/ Masonry Smooth 2cts. Dura-Plate 235 PW 4.0-8.0 (100-200) The systems listed above are representative of the product's use, other systems may be appropriate. DISCLAIMER The information and recommendations set forth in this Product Data Sheet are based upon tests conducted by or on behalf of The Sherwin-Williams Company. Such information and recommendations set forth herein are subject to change and pertain to the product offered at the time of publication. Consult your Sherwin- Williams representative to obtain the most recent Product Data Information and Application Bulletin. DURA-PLATE° 235 PW MULTI -PURPOSE EPDXY PART A B67X-235 SERIES COLORS PART B B67VX235 HARDENER SURFACE PREPARATION us ace must ertc�oose r7is aria o1er Of811gf1If0fln8tefe181 i0 8fa15ll Urd agde�uga�e aedhesibn. Fefenlor�r atdon Application Bulletin for detailed surface prepara- Minimum recommended surface preparation: Iron & Steel: Atmospheric: SSPC-SP2/3 or SSPC-SP12/NACE No. 5, WJ-4 Immersion: SSPC-SP10 2 mil 50 micron) profile or SSPC-SP-12/NAC No. 5, WJ-2/NV-2 Concrete & Masonry: Atmospheric: SSPC-SP13/NACE 6, or ICRI No. 310.2, CSP 1-3 Immersion: SSPC-SP13/NACE 6-4.3.1 or 4.3.2, or ICRI No. 310.2, CSP 1-3 Galvanized, atmospheric: SSPC-SP1 Surface Preparation Standards Condition of IS08501-1 Swedish Std. Surface BS7079:AI SIS055900 SSPC NACE White Metal Sa 3 Sa 3 SP 5 1 Near White Metal sa 2.5 Sa 2.5 SP 10 2 Commercial Blast Sa 2 Sa 2 SP 6 3 Brush -Off Blast Sal Sa 1 SP 7 4 Hand Tool Cleaning pored & Rusted D St 2 D Sl 2 SP 2 - Power Tool Cleaning Rusled C St 3 C St 3 SP 3 - TINTING Do not tint. APPLICATION CONDITIONS Temperature: 0°F (-18°C) minimum, 120°F (49°C) maximum air and surface) t least VF (2.8°C above dew point Material should be at least 40°F (4.5°C) for olotmal performance. Relative humidity: 85% maximum Refer to product Application Bulletin for detailed application infor- mation. ORDERING INFORMATION Packaging: Part A: 1 gallon (3.78L) and 4 gallons (15.1 L) in a 5 gallon (18.9L) container Part B: 1 quart (0.94L) and 1 gallon (3.78L) Weight: 11.3 t 0.2 lb/gal; 1.35 Kg/L, mixed may vary with color SAFETY PRECAUTIONS Refer to the MSDS sheet before use. Published technical data and instructions are subject to change without notice. Contact your Sherwin-Williams representative for additional technical data and instructions. WARRANTY The Sherwin-Williams Company warrants our products to be free of manufactur- ing defects in accord with applicable Sherwin-Williams quality control procedures. Liability for products proven defective, if any, is limited to replacement of the defec- tive product or the refund of the purchase price paid for the defective product as determined by Sherwin-Williams. NO OTHER WARRANTY OR GUARANTEE OFANY KIND IS MADE BY SHERWIN-WILLIAMS, EXPRESSED OR IMPLIED, STATUTORY, BY OPERATION OF LAW OR OTHERWISE, INCLUDING MER- CHANTABILITY AND FITNESS FORA PARTICULAR PURPOSE. www.shervvin-williams.com/protective Protective & SF Marine Certified to Coatings NSF/ANSI61 APPLICK SURFACE PREPARATIONS urface must be clean, dry, and in s and condition. Remove all oil, UUst, gprease dirt, loose rust, and older foreign material to ensure adetq' a adhesion. Carbon Steel, Immersion Service: Clean and degrease the surface prior to abrasive blasting per SSPC-SP 1 Solvent Cleaning. Methods described in SSPC-SP 1 include solvents, alkali, detergent/water, emulsions, and steam. The surface shall be abra- sive blasted to SSPC-SP10/NACE No. 2 Near -White Blast Cleaning with a 2-3 mil (50-75 micron) profile. The anchor pattern shall be sharp with no evidence of a polished surface. The finished surface shall be free of all visible oil, grease, dust, dirt, mill scale, rust, coating, oxides, corrosion products, and other foreign matter with no more than 5% staining. After blasting, all dust and loose residue should be removed from the surface by acceptable means. Coat steel the same day as it is prepared and prior to the formation of rust. Iron & Steel, Atmospheric Service: Minimum surface preparation is Hand Tool Clean per SSPC-SP2. Remove all oil and grease from surface by Solvent Cleaning per SSPCSPI. For better performance, use Commercial Blast Cleaning per SSPC-SP6/NACE 3, blast clean all surfaces using a sharp, angular abrasive for optimum surface profile (2 mils / 50 microns). Prime any bare steel within 8 hours or before flash rusting occurs. Ductile Iron, Immersion Service: Refer to National Association of Pipe Fabricators Surface Preparations Standard NAPF 500-03 as follows: a. NAPF 500-03-01 "Solvent Cleaning" b. NAPF 500-03-02 "Hand Tool Cleaning" c. NAPF 500-03-03 "Power Tool Cleaning" d. NAPF 500-03-04 "Abrasive Blast Cleaning of Ductile Iron Pipe". Concrete and Masonry For surface preparation, refer to SSPC-SP131NACE 6, or ICRI No. 310.2, CSP 1-3. Surfaces should be thoroughly clean and dry. Concrete and mortar must be cured at least 28 days @ 75'F (24'C). Remove all loose mortar and foreign material. Surface must be free of laitance, Concrete dust, dirt, forth release agents, moisture curing membranes, loose cement and hardeners. Fill bug holes, air pockets and other voids with Steel -Seam FT910. Follow the standard methods listed below when applicable: ASTM D4258 Standard Practice for Cleaning Concrete. ASTM D4259 Standard Practice for Abrading Concrete. ASTM D4260 Standard Practice for Etching Concrete. ASTM F1869 Standard Test Method for Measuring Moisture Vapor Emis- sion Rate of Concrete. SSPC-SP 13/Nace 6 Surface Preparation of Concrete. ICRI No. 310.2 Concrete Surface Preparation. Concrete, Immersion Service: For surface preparation, refer to SSPC-SP13/NACE 6, Section 4.3.1 or 1.3.2 or ICRI No. 310.2, CSP 1-3. Previously Painted Surfaces: If in sound Condition, clean the surface of all foreign material. Scarify the surface to create the desired surface profile. Apply Coatings on a test area, allowing paint to dry one week before testing adhesion. If adhesion is poor, or if this product attacks the previous finish, removal of the previ- ous coating may be necessary. Surface Preparation Standards Condition of IS08501-1 Swedish Std. Surface BS7079:Al SIS055900 SSPC NACE while MeW Be 3 Sa 3 SP 5 1 Near White Metal Sa 2.5 Sa 2.5 SP 10 2 Commemial Blast Be 2 Sa 2 SP 6 3 BrushBlast 4 Hand Tm Tool Cleaning Rusted C St 2 C St 2 SP 2 Pitted! & Rusted D St 2 D St 2 SP 2 - PowerTool Cleaning Rustetl C St 3 C St 3 SP 3 - DURA-PLATE° 235 PW MULTI -PURPOSE EPDXY PART A B67X-235 SERIES COLORS PART B B67VX235 HARDENER APPLICATION CONDITIONS Temperature: 0°F (-18"C) minimum, 120°F (49°C) maximum (air and surface) At least 57 (2.8°C) above dew point Material should be at least 40OF (4.5°C) for optimal performance. Relative humidity: 85% maximum APPLICATION EQUIPMENT The following is a guide. Changes in pressures and tip sizes may be needed for proper spray characteristics. Always purge spray equipment before use with listed reducer. Any reduction must be compliant with existing VOC regulations and compatible with the existing environmental and application conditions. Reducer/Clean Up ...........Reducer R71<104 Airless Spray Unit ................................. 30:1 Pump Pressure .........................2400 - 2800 psi Hose...............................1/4" - 3/8" ID Tip ...................... ............. 015" - .019„ Filter...............................60 mesh Reduction .......................As needed, up to 10% by volume Brush Brush..............................Natural Bristle Reduction .......................Not recommended Roller Cover ............................. 3/8" woven with solvent resistant core Reduction .......................Not recommended Recommended Spreading Rate per coat: Standard AWWA Wet mils (microns): 6.0 (150)-12.0 (300) 4.4 (110)- 8.8 (220) Dry mils (microns): 4.0 (100)- 8.0' (200) 3.0 (75)- 6.0' (150) Coverage: 136 (3.3) - 272 (6.6) 181 (4.4) - 362 (8.8) sq fUgal (mr/L) "See recommended systems on Product Information page. If specific application equipment is not listed above, equivalent equipment may be substituted. www.sherwi n-wi I I is ms. com/protective continued on back Protective & SF Marine Certified to Coatings NSF/ANSI61 APPLICATION PROCEDURES Surface preparation must be completed as indicated. Mix contents of each component thoroughly using low speed power agita- tion. Make certain no pigment remains on the bottom of the can. Then combine 4 parts by volume of Part A with 1 part by volume of Part B. Thoroughly agitate the mixture with power agitation. Allow the material to sweat -in as indicated prior to application. Re -stir before using. If reducer solvent is used, add only after both components have been thoroughly mixed, after sweaNn. Apply paint at the recommended film thickness and spreading rate as indicated below: Standard AWWA Min. Max. Min. Max. I mi Is (microns) 6.0150 1Z0300 4.4110 8.8220 t MIS (microns) 4.0 100 8.0.200' 3.075 6.0' 150` overage sq fttgal (m'/L) 1363.3 2726.6 1814.4 3628.8 xxelical overage sq fu 1088 (26.6) (m'/L) @ 1 mil/25 micron dft NOTE: Brush or roll application may require multiple coats to achieve maximum film thickness and uniformity of appearance. Drying Schedule (o 6.0 mils wet (150 microns))): 0°F/118°C 40°F//44.5°C 77°F/25°C• 120°FI49°C 50% RH To touch: 18 hours 3.5 hours 2 hours 20 minutes To handle: 36 hours 14 hours 3.5 hours 40 minutes To recoat: minimum: 36 hours 14 hours 3.5 hours 40 minutes maximum: 6 months 6 months 6 months 6 months Cure to service: 30 days 28 days 7 days 3 days 'f maximum recoat time is exceeded, abrade surface before recoating. Drying time is temperature, humidity, and film thickness dependent. Pot Life: 16 hours 8 hours 4 hours 1 hour Sweat4n-time: 1 hour 30 minutes 15 minutes 5 minutes 'For Potable Water Service, allow a minimum cure to service for given Application of coating above maximum or below minimum recommended spreading rate may adversely affect coating performance. CLEAN UP INSTRUCTIONS Clean spills and spatters immediately with Reducer R7K104. Clean tools immediately after use with Reducer R7K104. Follow manuracturees safety recommendations when using any solvent. DISCLAIMER The information and recommendations set forth in this Product Data Sheet are based upon tests conducted by or on behalf of The Sherwin-Williams Company. Such information and recommendations set forth herein are subject to change and pertain to the product offered at the time of publication. Consult your Sherwin- Williams representative to obtain the most recent Product Data Information and Application Bulletin. DURA-PLATE° 235 PW MULTI -PURPOSE EPDXY PART A B67X-235 SERIES COLORS PART B B67VX235 HARDENER PERFORMANCE TIPS Stripe coat crevices, welds, and sharp angles to prevent early failure in these areas. When using spray application, use a 50%overlap with each pass of the gun to avoid holidays, bare areas, and pinholes. If necessary, cross spray at a right angle Spreading rates are calculated on volume solids and do not include an application loss factor due to surface profile, roughness or po- rosity of the surface, skill and technique of the applicator, method of application, various surface irregularities, material lost during mixing, spillage, overthinning, climatic conditions, and excessive film build. Excessive reduction of material can affect film build, appearance, and adhesion, and NSF 61 approval. Insufficient ventilation, incomplete mixing, miscatalyzation, and external heaters may cause premature yellowing. Excessive film build, poor ventilation, and cool temperatures may cause solvent entrapment and premature coaling failure. For Immersion Service: (if required) Holiday test in accordance with ASTM D5162 for steel, or ASTM D4787 for concrete. Do not mix previously catalyzed material with new. Do not apply the material beyond recommended pot life. In order to avoid blockage of spray equipment, clean equipment before use or before periods of extended downtime with Reducer R7K104. Refer to Product Information sheet for additional performance characteristics and properties. SAFETY PRECAUTIONS Refer to the MSDS sheet before use. Published technical data and instructions are subject to change without notice. Contact your Sherwin-Williams representative for additional technical data and instructions. WARRANTY The Sherwin-Williams Company warrants our products to be free of manufacturing defects in accord with applicable Sherwin-Williams quality control procedures. Liability for products proven defective, if any, is limited to replacement of the de- fective product or the refund of the purchase price paid for the defective product as determined by Sherwin-Williams. NO OTHER WARRANTY OR GUARANTEE OF ANY KIND IS MADE BY SHERWIN-WILLIAMS, EXPRESSED OR IMPLIED, STATUTORY, BY OPERATION OF LAW OR OTHERWISE, INCLUDING MER- CHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. www.sherwin-williams.com/protective Protective TARGUARD° & COAL TAR EPDXY Marine Coatings PART PART A B69B60 B69R60 BLACK RED PART B B69V60 HARDENER PRODUCT INFORMATION 4.72 PRODUCT DESCRIPTION TARGUARD COAL TAR EPDXY is a high build, polyamide epoxy coal tar coating. Meets the following specifications: • Corps of Engineers Formula C-200a • SSPC Paint 16 Specification PRODUCT CHARACTERISTICS Finish: Semi -Gloss Color: Black, Red Volume Solids: 74% t 2%, mixed Weight Solids: 82% t 2%, mixed VOC (calculated): Unreduced: <250 g/L; 2.081b/gal mixed Reduced 10%: <300 glL; 2.5lb/gal Mix Ratio: 2 component, premeasured 4:1 5 gallons mixed Recommended Spreading Rate per coat: Minimum Maximum Wet mils (microns) 11.0 (275) 22.0 (550) Dry mils (microns) 8.0• (200) 16.0• (400) —Coverage sq ft/gal (m'/L) 74 (1.8) 148 (3.6) Theoretical coverage sq fugal 1184 (29) (m'/L) @ 1 mil / 25 microns dit 'See Performance Tips section NOTE: Brush or roll application may require multiple coats to achieve maximum film thickness and uniformity of appearance. Drvina Schedule n. 11.0 mils wet (275 micronsl: @ 50°FI10°C @ 77°F/25°C @ 100°F/38-C 50% RH To touch: 14 hours 8-10 hours 2 hours To recoat: minimum: 48 hours 18 hours 5 hours maximum: 72 hours 72 hours 12 hours To cure: 7-10 days 7-10 days 2 days If maximum recoat time is exceeded, abrade surface before recoating. Drying time is temperature, humidity, and film thickness dependent. Pot Life: 2.5 hours 2 hours 1 hour Sweat -in -time: 15 minutes 10 minutes none Shelf Life: Part A: 8 months, unopened Part B: 36 months, unopend Store indoors at 40°F (4.5°C) to 100°F (38°C). Flash Point: 82°F (28°C), PMCC, mixed Reducer/Clean Up: Xylene, R2K4 In California: Reducer R7K111 or Oxsol 100 RECOMMENDED USES For use over prepared substrates such as steel and concrete in industrial environments. • Penstocks • Liner for clarifiers • Dam gales • Marine applications • Petroleum storage tanks • Offshore drilling rigs • Heavy duty structural coating • Non -potable water tank and pipe coating • Acceptable for use with cathodic protection systems PERFORMANCE CHARACTERISTICS Substrate": Steel Surface Preparation*: SSPC-SP6/NACE 3 System Tested': 1 ct. TarGuard Coal Tar Epoxy @ 10.0 mils (250 microns) dit .unless otherwise noted below Test Name Test Method Results Abrasion ASTM D4060, CS17 Resistance wheel, 1000 cycles, 1 137 mg loss kg load Adhesion I ASTM D4541 1000 psi Direct Impact Resistance ASTM D2794 36 in. lb. Dry Heat Resistance ASTM 02485 350°F(177°C) (quench test only) Moisture ASTM D4585, 100°F Condensation (38°C), 3000 hours Excellent Resistance Pencil Hardness I ASTM D3363 F Salt Fog ASTM B117, 3000 Resistance hours Excellent Thermal Shock ASTM D2246, 100 Excellent cycles Wet Heat Resistance Non -immersion 120°F (49°C) www.sherwin-williams.com/protective continued on back Protective TARGUARD° & COAL TAR EPDXY t Marine • PART B69B60 BLACK Coatings PART A B69R60 RED PART B B69V60 HARDENER PRODUCT INFORMATION 4.72 RECOMMENDED SYSTEMS SURFACE PREPARATION Dry Film Thickness / ct. Mils (lMicronsl Concrete, atmospheric or immersion: SUrface must be clean drryy and in sou%�� co ditipn. Remove all oil, dust, rease, dirt, Igosa rust, and other orelgn material to ensure adgequate adhesion. 2 Gts. TarGuard Coal Tar Epoxy 8.0-16.0 (200-400) Refer Jo pro(iuct Application Bulletin for detailed surface prepara- tion in Carl ton. Steel, atmospheric or immersion: 2 cts. TarGuard Coal Tar Epoxy 8.0-16.0 (200-400) Minimum recommended surface preparation: Iron & Steel: Atmospheric: SSPC-SP6/NACE 3,2 mil Steel, atmospheric or immersion: 50 micron) profile Immersion: SPC-SP10/NACE 2,3 mil 1 ct. Copoxy Shop Primer 3.0-5.0 (75-125) 2 cts. TarGuard Coal Tar Epoxy 8.0-16.0 (200-400) (75 micron) profile Aluminum: Brush Blast, 2 mil (50 micron) profile Galvanizing: Brush Blast, 2 mil 50 micron) profile Concrete & Masonry: Steel, zinc rich primer, atmospheric only: 1 ct. Zinc Clad II Plus 3.0 (75) 2 cts. TarGuard Coal Tar Epoxy 8.0-16.0 (200-400) Atmospheric: SSPC-SP13/NACE 6, or ICRI No. 310.2, CSP 1-3 Immersion: SSPC-SP13/NACE 6-4.3.1 or 4.3.2, or ICRI No. 310.2, CSP 1-3 Aluminum, atmospheric only: 2 cts. TarGuard Coal Tar Epoxy 8.0-16.0 (200-400) Galvanized Metal, atmospheric only: 2 CIS. TarGuard Coal Tar Epoxy 8.0-16.0 (200-400) Surface Preparation Standards condition of ISO 8501A Swedish Std. Surface BS7079:Al SIS055900 SSPC NACE whne Metal sa 3 Be 3 SP 5 1 Near White Metal Be 2.5 Be 2.5 SP 10 2 Commercial Blast Be 2 Sa 2 SP 6 3 Brush-off Blast Sal Be 1 SP 7 4 Hand Tool Cleaning Rusted ted 8 Rusted D St 2 D St 2 SP 2 - power Tool Cleaning Rusted C St 3 C St 3 SP 3 - The systems listed above are representative of the product's use, TINTING Do not tint. other systems may be appropriate. APPLICATION CONDITIONS Temperature: 50°F (10°C) minimum, 100°F (38°C) maximum (air, surface, and material) At least 5`F (2.8°C) above dew point Relative humidity: 90% maximum Refer to product Application Bulletin for detailed application infor- mation. ORDERING INFORMATION Packaging: 5 gallons (18.9L) mixed Part A: 41 allons 15.1E in a 5 gallon (18.9L) container Part B: 1 gallon (3.78L) Weight: 10.7 t 0.2 lb/gal ; 1.3 Kg/L, mixed SAFETY PRECAUTIONS Refer to the MSDS sheet before use. Published topgnical dat� gcl instruction P ctions �fe sobjecdt to than c nithpidRala tine onto our herwln- lams re resents rve or a dNonal tec mca instrucct[i�ns. DISCLAIMER WARRANTY The information and recommendations set forth in this Product Data Sheet are based upon tests conducted by oron behalf ofThe Sherwin-Williams Company. Such information and recommendation setforthhereinano subject to change and pertain to the product offered at the time of publication. Consult your Sherwin- Williams re representative t0 Obtain the most recent Product Data Information and p Application Bulletin. The Sherwin-Williams Company warrants our products to be free of manufactur- ing defects inaccord withapplicable Sherwin-Williams quality control procedures. Liability for products proven defective, irony, islimttedtoreplacement ofthe defsc- live product or the refund of the purchase price paid for the defective product as determined by Sherwin-Williams. NO OTHER WARRANTY OR GUARANTEE OFANY KIND IS MADE BY SHERWIN-WILLIAMS, EXPRESSED OR IMPLIED, STATUTORY, BY OPERATION OF LAW OR OTHERWISE, INCLUDING MER- CHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. www.sherwin-williams.com/protective Protective TARG UARD° & COAL TAR EPDXY Marine • Coatings PART PART B69B60 B69R60 BLACK RED PART B B69V60 HARDENER APPLICATION BULLETIN 4.72 SURFACE PREPARATIONS Surface must be clean, dry, and in sound condition. Remove all oil, dust, grease, dirt, loose rust, and other foreign material to ensure adequate adhesion. Iron & Steel, Immersion Service: Remove all oil and grease from surface by Solvent Cleaning per SSPC-SP1. Minimum surface preparation is Near White Metal Blast Cleaning per SSPC-SP10orSSPC-SP12/NACENo.5. ForSSPC- SP10, blast clean all surfaces usingg a sharp, angular abrasive for optimum surface profile (3 mils / 75 microns). For SSPC-SP12/ NACE No. 5, all surfaces to be coated shall be cleaned in accor- dance with WJ-2. Pre-existing profile should be approximately 3 mils (75 microns). Remove all weld spatter and round all sharp edges by grinding. Prime any bare steel the same day as it is cleaned. Iron & Steel, Atmospheric Service: Minimum surface preparation is Commercial Blast Cleaning per SSPC-SP6/NACE 3 or SSPC-SP12/NACE 5. For surfaces re - pared byy SSPC-SP6/NACE 3, first remove all oil and grease from surface b Solvent Cleaning per SSPC-SP1. Blast clean all surfaces using a sharp, angular abrasive for optimum surface profile (2 mils / 50 microns). For surfaces prepared by SSPC-SP12/NACE No. 5, all surfaces shall be cleaned in accordance with WJ-3. Pre-existing profile should be approximately 2 mils (50 microns). Prime any bare steel the same day as it is cleaned. Galvanized Steel/Aluminum Allowtoweather a minimum of six months Priorto coating Remove all oil and grease from surface byy Solvent Cleaningg per SSPC-SP1 (recommended solvent isVM&PNaphtha). Lightlybrush blast per SSPC-SP 7 to provide a 2 mil (50 micron) profile. Concrete and Masonry For surface Preparation, refer to SSPC-SP13/NACE 6, or ICRI No. 310.2, CSP 1-3. Surfaces should be thoroughly clean and drryy. Concrete and mortar must be cured at least 28 days (� 75°F (24'C). Remove all loose mortar and foreign material. Su11ace must be free of laitance, concrete dust, dirt, form release agents, moisture curing membranes, loose cement and hardeners. Fill bug holes, air pockets and other voids with Steel -Seam FT910. Follow the standard methods listed below when applicable: ASTM D4258 Standard Practice for Cleaning Concrete. ASTM D4259 Standard Practice for Abrading Concrete. ASTM D4260 Standard Practice for Etching Concrete. ASTM F1869 Standard Test Method for Measuring Moisture Vapor Emission Rate of Concrete. SSPC-SP 13/Nace 6 Surface Preparation of Concrete. ICRI No. 310.2 Concrete Surface Preparation. Concrete, Immersion Service: For surface preparation, refer to SSPC-SP13/NACE 6, Section 4.3.1 or 1.3.2 or ICRI No. 310.2, CSP 1-3. Surface Prageratlon Standards Condition of IS08501-1 Swedish Std. Surface BS7079:Al SIS055900 SSPC NACE While Metal Sa 3 Sa 3 SP 5 1 Near White Metal Sa 2.5 Sa 2.5 SP 10 2 Commercial Blast Sa 2 Sa 2 SP 6 3 BmshOff Blast Sa 1 Sa 1 SP 7 4 Hand Tool Cleaning pined St 2 D D St & Rusted St 2 2 SP 2 - Power Tool Cleaning Rusted C St 3 C St 3 SP 3 - APPLICATION CONDITIONS Temperature: 50°F (10°C) minimum, 100OF (38°C) maximum (air, surface, and material) At least 5°F (2.8°C) above dew point Relative humidity: 90% maximum APPLICATION EQUIPMENT The following is a guide. Changes in pressures and tip sizes may be needed for proper spray characteristics. Always purge spray equipment before use with listed reducer. Any reduction must be compliant with existing VOC regulations and compatible with the existing environmental and application conditions. Reducer/Clean Up ...........Xylene, R21<4 In California .................... Reducer R7K111 orOxsol100 Airless Spray Pressure .........................3000 psi Hose...............................3/8" - 1/2" ID Tip...................................017" - .025, Filter ............................... None Reduction .......................As needed up to 10% by volume Conventional Spray (bottom feed tank recommended) Gun................................Binks 95 Fluid Nozzle...................66 Air Nozzle .......................63PB Atomization Pressure ..... 60 psi Fluid Pressure................40 psi Reduction ....................... As needed up to 10% by volume Brush Brush..............................Small areas only; natural bristle Reduction .......................Not recommended Roller Cover.............................Small areas only; 3/8" -1/2" woven with solvent resistant core Reduction .......................Not recommended If specific application equipment is not listed above, equivalent equipment may be substituted. www.shervvin-williams.com/protective continued on Protective TARG UARD° & COAL TAR EPDXY Marine • PART A 669660 BLACK Coatings PART A B69R60 RED PART B B69V60 HARDENER APPLICATION PROCEDURES Surface preparation must be completed as indicated. Mix contents of each component thoroughly with low speed power agitation. Make certain no pigment remains on the bottom of the can. Then combine four parts by volume of Part A with one part by volume of Part B. Thoroughly agitate the mixture with power agitation. Allow the material to sweat -in as indicated. Re -stir before using. If reducer solvent is used add only after both components have been thoroughly mixed, alter sweat -in. Apply paint at the recommended film thickness and spreading rate as indicated below: Minimum Maximum Wet mils (microns) 11.0 (275) 22.0 (550) Dry mils (microns) 8.0- (200) 16.0` (400) —Coverage sq fit/gal (m2/L) 74 (1.8) 148 (3.6) Theoretical coverage sq ftlgal 1184 (29) (m'/L) @ 1 mil / 25 microns dit 'See Performance Tips section NOTE: Brush or roll application may require multiple coats to achieve maximum film thickness and uniformity of appearance. Dryong Schedule t7a 11.0 mils wet (275 micronsl: @ 100°F/38°C @ 50-F/10°C @ 77°F/25-C 50•- RH To touch: 14 hours 8-10 hours 2 hours To recoat: minimum: 48 hours 18 hours 5 hours maximum: 72 hours 72 hours 12 hours To cure: 7-10 days 7-10 days 2 days If maximum recoat time is exceeded, abrade surface before recoating. Drying time is temperature, humidity, and film thickness dependent. Pot Life: 2.5 hours 2 hours 1 hour Sweat -in -time: 15 minutes 10 minutes none Application of coatinq above maximum or pelo minimum recommended spreaing rate may adversely af�ect coating performance. CLEAN UP INSTRUCTIONS Clean spills and spatters immediately with Xylene, R2K4. Clean tools immediately after use with Xylene, R2K4. In California use Reducer R7K111 or Oxsol 100. Follow manufacturer's safety recommendations when using any solvent. DISCLAIMER The information and recommendations set forth in this Product Data Sheet are based upon tests conducted by or on behalf of The Sherwin-Williams Company. Such information and recommendations set forth herein are subject to change and pertain to the product offered at the time of publication. Consul your Sherwin- Williams representative to obtain the most recent Product Data Information and Application Bulletin. PERFORMANCE TIPS Stripe coat all crevices, welds, and sharp angles to prevent early failure in these areas. When using spray application, use a 50% overlap with each pass ofthe gun to avoid holidays, bare areas, and pinholes. If necessary, cross spray at a right angle. Spreading rates are calculated on volume solids and do not include an application loss factor due to surface profile, roughness or po- rosity of the surface, skill and technique of the applicator, method of application, various surface irregularities, material lost during mixing, spillage, overthinning, climatic conditions, and excessive film build. Excessive reduction of material can affect film build, appearance, and adhesion. Do not apply the material beyond recommended pot life. Do not mix previously catalyzed material with new. In order to avoid blockage of spray equipment, clean equipment before use or before periods of extended downtime with Xylene, R2K4. In California use Reducer R71<111 or Oxsol 100. Coaling must be fully cured before placing into immersion ser- vice. For Immersion Service: (if required) Holiday test in accordance with ASTM D5162 for steel, or ASTM D4787 for concrete. Quik-Kick Epoxy Accelerator is acceptable for use. See data page 4.99 for details. When coating over aluminum and galvanizing, recommended cift is 2-4 mils (50-100 microns). Refer to Product Information sheet for additional performance characteristics and properties. SAFETY PRECAUTIONS Refer to the MSDS sheet before use. Published technical data and instructions are subject to change without notice. Contact your Sherwin-Williams representative for additional technical data and instructions. WARRANTY The Sherwin-Williams Company warrants our products to be free of manufacturing defects in accord with applicable Sherwin-Williams quality control procedures. Liability for products proven defective, if any, is limited to replacement of the de- fective product or the refund of the purchase price paid for the defective product asdetenninedby Sherwin-Williams. NO OTHER WARRANTY OR GUARANTEE OF ANY KIND IS MADE BY SHERWIN-WILLIAMS, EXPRESSED OR IMPLIED, STATUTORY, BY OPERATION OF LAW OR OTHERWISE, INCLUDING MER- CHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. www.shervvin-williams.com/protective \ \ —I j _,__.___ ___ _ _ __.__.__,__--_ aj.. . ___ ,r, �I� b� Big RaQi f I -rnf `asa n6E f nEE tam I I I { tt � it t` -r1l .i __. I. �I p6 rPIMH. Art iE5 ASS Irt & \\ ;III• • �pp{ 1"`i'-'f1 it a..�i�� __. ._._ � �, �x1�.KPN!C61%l R aSID:. M g'v-i �t,••rpJ 1'ii��n 1. nEI�PKIP IPM 6� I.' I AO �"a eh�m — —= — — --a.-�.=,__•-_�_____ '-`tj � i I �Qi �o:eortcr� man'.+rco°ay.`iu.'n K_ _ —)� - 1lIIwn 1 0 p} l O \ 4 I � �I Ix\ ✓ � O r0 + I BNSF RAILWAY m \ —a.`} .... .,._._ �..i. -- ����Q CS' r �^+7 —mow- wartC _ — I Zci O F v'o-tiio 1 n w j 11, l T.I._ ..a — .t'.°� 'i, i, i• i o DRAINAGE LEGEND L _ Ex3Hild9 �ueuSu trry ocsrmm�oN I I� . �w�vlroraNNG _ _ $ \ sa xn la Kl •ca b I _ W r r Pewc[ olrP I oT� I' m. D _ oamurE loco,--_ l ©m ® O for f J` I _<___•_- ® ® lun F I I I .. ' .1CIXAwY.VnIEBWERi YD �I w i. I O KWYE I 1 I See last (gge —� � o�� rL----- ' --t•---- - j \1 ; 's l' or tmswco 1y h ``90CI I l I � I � a § 11.o.l.: vvnou Sheet Revisions MASON CORRIDOR BRT Constrmfian Ormlmgs DRAINAGE SITE PLAN Project No. Fi. Nan.: ]o1JANr_Craiia ._sneFlanZ].e n p.(.: tumm.nis in1. a Noril. 5tW: 1-n- V.rl. STOW WA FNO HIri.iOm: ST& 1e600 TO STA. MTOO FL..Nn.: IM of�rt Collins uml mrammion unn �..aa.. wool. �N.m..a: osnet: NF swcwr. (a w:[¢ av[ra[ aoo 0.l.aer: NJE wm e Qt��w.w msza zze vole: sneer newer !� sn..l smsel: oanmAcc sme sn.nr oss or loa r.1 _-im Change in Contract Time: This change order authorizes a contract time extension of zero (0) calendar days. The overall MAX Project contract time remains as 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 N O M I i .. _ 501 5 qq i . : .: _ pp_.. d solo pyp{a .. .&c[`�`�[[ p0 SOIo Ara Liiidid •'S2tidi 'a6a6 aA4 11L66d � a 8 8 SOOS Y ZT. ZlC 5 .:.. 4985� I 4995 a4aa ouoe - _ rr)e ue 4995 I - � ♦y}d fB� ... _ ... r �13Q _ n lm m. — 500B lBBo . III—^—{I4BB0 1890 -_ rw 4880 OYw pc ma9 _. Z2 I I I I I I I .iN. ws I 4995I JC9 •.• _ 0 4995 180 1963 ' 4983 /7ff I4933 _ 4.1.... W 0 1 I t I I- I 1 4900 49M 0I L8E FI 2 49e0 49M . ERi01)fl IIIff IFH - ... 490s '- 4965 19I !975 49)5 - 49J5 301W. 31W0 IWO 1N0 1+00 INO - _ Revision Date: 01-17-2013 " -' ` - - ' ee' . .. 77�- :: :. :.. ... .: :: S9�ErrT- �yp :. g8Zldd 3 I I_`I_II'Profile F1 4A Removed from s311$}a-_pia .. S3ai,�i a�•E. .. 499 _ — - -- r 4995 Contract - 4995 F.fa [M=m wacJ- lou-rt !aa L w 1895 CKB-rtA wo-.Ew Ni m 4995 I - - 4935_ evlF Z-n'srfE:®faf f'wHl IKKff59 4965J - 1B85 -. aieNZ l9e6 sU aD'✓t " I.. - _ 1900_ .Old " OR/9N/0E LINE fl-4 ... ` .•. l800 ._ .� .... 4980 ONNNME lS1E FI�dif' - 4980 - ORIIIUfE LM F1,5 - NOTE: - to favgceaxR sac ... ... - . - 49IS— _ - . .. 4875 ... - .... .._ 49J3 1`00 1.0 IMO l"o Rrmt O.te; V V/2013 ® Sheet Revisions MASON CORRIDOR BR Oryol Fort Collins �- , zra[ %eo emt ama rn uzi•61L Con]truclian Or6rmg5 DRAINAGE PROFILE Prajecl No. Fie Nm e: 70J3ART_Orono9e_Gronel5.d Dale: Com is Init. No Redtione: G4 Cofna: JOJJ Norix. Scala: 1"�20' Verl Scale; I'�5' wt mw.�ue. 1NBt L.nde. mNi�, Rvised: 0eti9no: FC SWdwe NmOs, 0.t.h , NM O vde: meet w,cer SNeel S1GzeL ORyN4GE 9pae19wU' 076 o/ 101 C 1-302 y� r r :y UNNERSRY SQUARE ALUMNI !F �, CENTER � I a i 1 SOUTH COLLEGE AVENUE ,\•' � gum µme,\ I )ro\ MISTING ASPWLLT PARKING LOT •%s w6l wuomp„�lfatl \ m Sam O �:A®so.; __ span:}'- .. — - _ _ _ _ 1 �LICffi!L A BNSF RAILWAY � � � �.... � • , .-._�-��_�- _�_�-.-.. NOTE' �. m...a..�..®mm mIES: ® m wpm wu .mm mums Z. IT @VR SOOK DETAl- ROP/AREA MET PROTEGDON DETAIL a 0 4 z 4 � � y V 71.0 . T J, I,. :, 'r MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand April 24, 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. 114 Storm Line 134-1 and Site Grading Design Changes — WCD026 Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 26 to address design changes to the contract for storm line B4-1 and the adjacent site. WCD026 changes the alignment and configuration of line 134-1 to include one additional manhole (see attached drawings). It also includes site grading changes from STA 70+00 to 75+80 to provide matching conditions for adjacent buildings and to create a functional alleyway behind Chipper's bowling alley. Lastly, this WCD adds a retaining wall along the east side of the guideway to allow for the necessary grade changes to match the building foundation. Attached please find the proposed Contract Change Request #114 from CEI. In reviewing this request, items included in the WCD were reviewed and compared to original storm drainage and grading 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 Storm Line 134-1 and Site Grading Design is $78,173.94. I find CEI's Contract Change Request #114 in the amount of $84,277.50 to be reasonable for the required increase in scope. As such, I recommend approval of the amount for this additional cost to the contract. Keith Meyer, E Constructio Project Manager CH21V! HILL Team 970-988-8605 keith. meyer(a)d itescoseryices.com Cc: job file Change Management Checklist CategoryCompliance .. te Reviewed Reference Initials Reviewed for compliance with Environmental Assessment 4/27/13 Part of the build alternative KM Included in traffic control plan for Reviewed for construction/safety impacts 4/27/13 work in area; inside the guideway KM easement Independent cost estimate prepared 4/24/13 Completed and attached to this KM emo Reviewed for PCGA grant compliance 4/27/13 Part of Build Alternative KM scope is included in SCC 40.02 Reviewed for real estate impacts/needs 4/24/13 Construction is located inside the KM guideway easement Reviewed for compliance with design criteria/ADA Ramp and sidewalk construction http://w .access -board gov/ada-aba/ada- 4/27/13 according to ADA standards; Chapter 4 Accessible Routes KM standards-dot.cfm dice sco Independent Cost Estimate Dale of Estimate: 24-Apr-13 Contract Type: Mason Corridor BRT(Hard Bid) Existing Contract or PO (Y/N): Y Description of Goods (A) or Services (B): A & B Scope is to address design changes to the contract for storm line 134-1. Changes include re -alignment and configuration of line 134-1, Site grading changes from STA 70+00 to 75+80, and adds a curb and retaining wall along the esl side of the guideway to allow for necessary grade changes to match the building foundatton. All cost data was obtained using existing unit prices for the Max BHT Project through CEI's existing contract. 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) Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Productlllem Unit Price Quantity Unit Contract Item Totals RETAINING WALL CLASS D $ 413.00 113 CY 601-03050 46,806.67 STRUCTUREEX $ 13.50 267 CY 203-00000 $ 3,600.00 STRUCTURE BACKFILL $ 16.00 160 CY 206-00200 $ 2,560.00 REINFORCING STEEL $ 1.00 10577 LB 602-00000 $ 10,577.27 CURB AND GUTTER $ 12.00 200 LF 609-20010 $ 2,400.00 MANHOLE 5' SLAB BASE $ 3,300.00 2 EA 604-30005 $ 6.600.00 TYPE 16INLET $ 3,590.00 1 EA 604-16005 $ 3,590.00 SURVEYING -IND EST $1,200.00 1DY NONE $ 1,200.00 UTILITY POTHOLING 1 $ 280.00 3 HR 203-01595 $ 840.00 SubTotal $ 78,173.94 Cost of Services, Repali s, or Non -Standard Items Item/Task: Materials or Work Description Other Direct Costs Labor Rate ($) Labor Hours' Labor Class Allocated Overhead SG&A•• Profit Notes: Data Source TOTAL $ S SubTotal $ --Selling, General and Admin¢VaWa Expenses Signature of Preparer: TOTAL $ 78,173.94 WCD026 Reconiliation for Payment Pay application 8 Date April 27, 2013 By Keith Meyer Item # Description Unit Unit Price Quantity W proposed in CD WCD proposed Cost Quantity paid for in Pay App 8 Cost for Pay App 8 %Complete 1 Retaining Wall LF $ 190.00 360 $ 68,400.00 360 $ 68,400.00 100.0% 2 Excavation CY $ 17.40 200 $ 3,480.00 100 $ 1,740.00 50.0% 3 Curb along bowling alley LF $ 12.75 250 $ 3,187.50 0 $ - 0.0% 4 Type 16 inlet EA $ 3,590.00 1 $ 3,590.00 0 $ - 0.0% 5 Surveying HR $ 148.00 10 $ 1,480.00 8 $ 1,184.00 80.0% 6 Potholing HR $ 280.00 3 $ 840.00 3 $ 840.00 100.0% 7 Manhole -4-ftdia EA $ 3,300.00 1 $ 3,300.00 1 $ 3,300.00 100.0% Totals $ 84,277.501 $ 75,464.00 89.5% F I o—1 ad ma 1/07113 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: 114 VdM7 tlik2+6 12.009 7332 Mason Corridor BRT DESCRIPTION OF CCR: Pricing, as requested, to address added scope created by WCD #26. Pricing only addresses items listed in WCD #26, and does not assume or include anything not listed in the directive. LOCATION: Station 70+00 to 75+80 MEMO NO.: MEMO DATE: COST CODE: DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL retaining wall - exc, form, steel, concrete, rubbed finish 360 LF $ 190.00 $ 68,400.00 additional excavation due to revised grades 200 CY $ 17.40 $ 3,480.00 added curb along bowling alley foundation 250 LF $ 12.75 $ 3,187.50 type 16 inlet 1 EA $ 3,590.00 $ 3.590.00 additional survey 10 HR $ 148.00 $ 1,480.00 additional potholing 3 HR $ 280.00 $ 840.00 overhead assoaw/ 15 days of added work 1 LS ?? 4' diameter manhole 1 EA $ 3,300.00 $ 3,300.00 TOTAL Concrete Express, Inc., requests 15 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. 84,277.50 ma f*. WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 026 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): Storm Line B4-1 and Site Grading Design Changes This Work Change Directive (WCD) clarifies design changes to the contract for storm line B4-1. It changes the alignment and configuration of line 134-1 to include two inlets and one additional manhole (see attached drawing). It also includes site grading changes from STA 70+00 to 75+80 to provide matching conditions for adjacent buildings and to create a functional alleyway behind Chipper's bowling alley. Lastly, this WCD adds a retaining wall along the east side of the guidway to allow for the necessary grade changes to match the building foundation. The Contractor shall price the following changes in this WCD: 1. Addition of retaining wall (excavation, forming, reinforcement, placing concrete, finishing including patching tie holes and rubbed finish on concrete surface. 2. Additional excavation necessary to accomplish grades. 3. Addition of curb along bowling alley foundation. 4. One additional Type 16 inlet (revised INS4.2) 5. One additional 4-ft manhole (revised MR134.3) All other work shall be paid for at contract unit prices. To address incomplete design for this pipeline and guideway segment that was not constructable. The design as presented in the contract drawings did not match field conditions. Revised plan and profile grade sheet (replaces plan sheets 317 and 277 (as applicable) according to the stations and locations provided. Revised plan and profile sheets 77 and 78. Associated details (pages 6 through 9). WCD026_STORM LINE B4-1 AND SITE GRADING-DESIGN-CRANGES_11-27-12 PAGE 1 OF 2 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: :.. - �GGfi November 27, 2012 caner Date Recommended By: /t� November 27, 2012 Construction Marnager Date Copy: Owner Engineer Field File - SharePoint PAGE 2 of 2 V1 b� �nn T N v _... N N u W \ I� c I Xler F 1Avy43 /ryoE .>; Ft= 3t4s tanego% /Nr our= 33.1Z po V7,68.Zy /is' ,er /N94: Z. (7YPr 640r00) /N✓ IN- 3z.es- 1,Y✓ GW r= 32. 85:. Pending Issues Log may: Date- 06/10/13 Ref. No. COP SCC Spec Section Item Description Date Requested mAount Status W CDD01 1 40.02 604 Change ham 8-0 die to 6-ft dia MH 8A 7/31/2012 ($883.00) requested by CEI; credit to contract W CDO02 1 1OD2 403 Add asphalt patching depth -Laurel to Maple (6' to 10") - 7/31/2012 $132,163.03 change from 6' depth to 10' depth; all SG versus S in bid WCDO03 1 40.08 630 Temporar, fending - BNSF work 7/1812012 $16,401,90 ordered for duration of BNSF closure; duration not specifically defined in proposal from sub WCDO04 1 40.08 1 Insurance ad'ustment($2W$6M to$5fW$1 OM) 7/1212012 $3957.00 BNSF protective liability insurance for CEI contract $14M in ROW WCDD05 1 40.08 630 Time and Material traffic control for BNSF work downtown 7112/2012 $147.562.78 traffic control for downtown BNSF rail replacement work WCDO06 1 10,02 403 Add temp crossings at Oak, Mountain and Laporte 812/2012 $885.00 RAP at Oak; HMA at Mountain and Lapode' partially paid at unit Prices WCDO07 1 40,06 412 Entranced Crosswalk changes (Laurel North) 8/2/2012 $0.00 chance to all dual colored crosswalks north of Laurel; no cost change WCDO08 2 40,06 412.603 Charges to Maple Intersection 9/11/2012 $71,910,39 Items Pedestrian crossing; intersection crosswalks- add to base bid WCD009 1 40.08 630 Specialty signs - BNSIF closure 7/16/2012 $9,068DO officially si ns for BNSF closure W CDO10 1 40,08 208 Erasion Los 8995 EA BMW2012 $24,826,20 40.08; 208-00005; missed in final bid tab W CD011 n/a 10.02 403 HMA Patchin -273 SY 8113/2012 $0.00 1OD2' 403-00721; added quantity after bid opening' quantity part of asphalt patching downtown W CDO12 1 40.02 603 Stern drain line J changes 8120/2012 $0.00 Grade and alignment charges for storm line J' Mason -Old Main to Laurel unit prices W CDO13 3 40D7 608; 609 Site changes at Industrial Sciences W2012012 $31,225.68 Changes to sidewalk, paNnq at Industrial Silences WCDO14 6 10.03 n/a BNSF Railroad ballast gradinq 8/2272012 $45,8D3.75 T&M work to grade RR ballast; curb suction options WCDO15 3 40.02 603 Storm drain line Bt-1 changes 9/4/2012 $19.812.00 Dalton cnan es to storm line BI-1' FCLW D utility conflict WCM16 1 20,01 608 give Station Site Changes 911112012 $3.500.00 Add stairs; retaininq wall changes; CM to issue WCD WCD017 20.01 608 Toe wall change at Troutman Station 10/912012 $2.000.00 Add toe wall to Troutman walk; CM to issue WCD W CDO16 1 40.02 604 Slam line C1-2 design changes 1011W2012 $0.00 desi n chance only; paid for at contract unit Dn<es W CDO19 14 40.02 604 Slam line B3-1 resign oranges 10127/2012 $63,560.54 arch pipe deleteQ replaced with HERCP; grade and manhole oneness WCW20 11 20.01 Div 26 Electrical site plan changes - An Poe Conduits 12/1112012 $29,070.05 provide conduit for speaker wire at each station WCD021 6 20,01 Dv 3 D ht Poe foundation change 10/2612012 $4.611.00 chances depth of light pole foundations -credit WCM22 6 40,01 202 PSCo Deconstruction scope of wode change 10/2812012 $17592.00 charges overall some of deconstruction -credit WCD023 9 40.02 619 Stonn Line F1-1' Fi<and bore specification changes 1 W4/2012 $107.250.35 complete rewrite of'acked bore specifications; F14 profile WCD024 n/a 40.02 603 Stan Line Bt-1 manhole addition 10130/2012 SODO peadinq pricinq; unit once MH WCM25 15 40,01 n/a Sal Stabilization - Station 63-00 111612012 $11.525.00 reair of unstable subgrade W CD026 1 9 40.02 603 B4-1 assignment and site gradinq 11/2712012 1 $04,277.50 site limiting charges, retaining wall, railing, guardrail and pipe WCD027 We 40.02 603 132-3 design chana 12/10/2012 $0.00 alignment chance to facilitate pipe installation near BNSF tracks W CD028 15 20D1 Div7 Mulberry Station panel an 11121/2012 $21.803.04 addition of panel an at Mulberry Stations not included in bid dots WCD029 n/a 1OD1 412 Guideway gradinq and width change to STC 121312012 $0.00 guideway alignment change to allow two-way traffic at STC paid for through unit binces W CD030 8 40.05 601 CSD Field House Rebuninq wall 11512013 $23,352.00 addition of retaining wall at Field House to replace wall not slated for removal W CD031 40D8 626 Public Information Officer Scope Clanfication 11512013 $0.00 clarifies and further defines PIO scope of work for MAX BRT portions of work, WCD032 8 40.06 514 CSU Field House Hand Rail and Stairs 11512013 $1,875,00 adds installation of hand rail and stairs at CSD Field House bari lot WCDO33 8 10.02 203 Segment -Soil Stabilization 12/10/2013 $16 854.32 soil statelilization for areas from STA 9+40 to 12+00 WCD034 10 2001. Div 32 Pavers at Station Platforms 29/2013 $59,551.50 clanfies raver and truncated dome installation at platforms; curb her ht WCD035 10.08 601 Chance florn i coated reinfodnq bar Credit for epi coated repair in all 3, 1-anmer#2 box culvertetc. WCM36 15 40.05 607 Reset fence in Segment 1 $6,226.63 Cost for fence posts damaged ounne removal WCD037 15 40.07 304 Grading and railings installation at Troutman $940,63 Termaci installation of millings for Troutman cul-ce-seabusiness access WCM38 15 20.01 Div 27 Raceway Bore at OTC for tamer 111112013 $8,239.35 Provide power to DTC station W CD039 50.05 Div 27 Repair of BRT cordial at DTC station south side 2J6/2013 Repair of BRT conduit damaged! dining south caisson installation for canopy W CD040 9 40D8 630 Traffic control dedoss and labor for Prospect closure W 112013 $114.130.25 Traffic control for Prospect dosure (Connell and CEI work WCDO41 7 1002 630 Cost to accelerate Prospect closure work 1/9/2013 $16,881.16 Overtime costs associated with Prospect closure 1 I I I m I 1 I 1 I I I 70+00 I � I z _ o m m I I I/ x 70Ro \ZmO y; z.w / I 70+60 / t 11/ I 1 1 I 70, yo I �11 z' VO J I 7/Y 20 I 01 I o DNI I 71i 40 1 0 I 1 5 w � Iz0 I , 1 — — 7/r60 I y 1• y I I 1 � I - `. 1 1 I II $ I I I II lo' I I 1� 72+00 17z. zo ' I I 1724d0 OI o a 7216. 39 72+Bo m m A \ I I `` N d� Y 73,00 LINE r I. . II m \ - I I b �.. (ISI 73.Zo 23' I I - 73iso •l' I � c I I � C '.z � 4 n •C `e 1. �-D I; Y Z o_Im. p 1_ a o :r rl =1494 7412 0 co ' x z "r• 1 `_ 74r40 \ V i / o D I m 7bs6o — J w c a. $ 74,-Eo s Ll Y1� Fc= 343 m l l 11. M 75+00 `I^ W X" Y Ft =ff.30 75420 � r 75--r 4o R i I u g� 79 36./0r,F 7 -i6o 2 Y �✓ ZJ QI } �I 17 ICI 6�+00-' li w 11 I I peolJ 410018sioH,-�- C IQ Q C C O/R!r S TOG of wa// ' u/Nr c e � a m 0 S'T WAu- m /Z `oC ✓« I O Sift CnN+n�z F�GES rw w C C 1C77y/N/n/y WlgtG ' 5n4. 7ZtZo -Pb 7S*Bo --raw = 37.70 37,70 3/, 7o A1117r5 12" rl SC4t E : /'= Z f 4-50/2"0— (W-er) SO /Z" OC (�*ez:) kSC? / z " cr. Ew APaco OBIT Fr/OTE2 S MttG l'p72ciNNJ /4XZ3 /;/)15 L 5M 75-tM /.D E4alerZ/c G/NHS (�- 7St 7S. fA, J%EFdtiaacrj gca,*e- G,OAp 6cp U Carcee CGrss D 1AVO Aft4 / 4-4�04/t770F e-t/L /'YveW e,S (jEc 7ifGE 3) U 14a EX/otEv o s - 314 c fop �� � coz/}TlvE 2�ti< A/✓crroz Rsr 1'44re .10zE I s/ZE -�— IL Posr JDOuar.E /Uv7- tiZ- ZEVELwe-, Dev Pi9cIL G2ouT SInEwR-zi� ,�kr�s V o,< EXelonsia✓. 4 lkllv,. C/77ac� Fi°aXy /�iteN�Z -rd }Rr ,E ec,,U 6S, t6 O/Z c QV lf4- Ae- AN6/%KS 7-V SE 364• SS 4;cuo ps,'. Grades for B4-1 and Grading at Horsetooth Station STA BRT Fl. (Point A) Guideway Fl.grade TOC at wall (Point B) TOC Grade at wall TOC at Fl. (Point C) Alley Fl. Grade TOC at curb Height of wall (Point D) above curb at guideway Height of wall above TOC at sidewalk Height of curb above TOC at building 70+00 38.17 raIIYytY +in" a' n �y�tviaq+' Yi n o e +'S Y� "�qkp ,'Wr >aY' "fi ^ad +, , [F °s•*x a 5,e 4 ,, n , ,., b f wane 34�t' a �et y ,`�"�^ fu"5`Wq,Gsx �" S��i� ^'s r �`"� � ywUm';� f ��°`�r�t�wW "�� �'' � �yr "� r,,} �4 aw,,�b rr� Mfa, 4 V''•x'A °jkZ�i # mtr L 4 ie4flgkb1V1 'tti�lH NN5} ,iiAµ�Y.Jx� M k+i� �' �(, r1.y)7'�4��IW(Ela•,rc�'��w��'! x� '° � �"c k v'��-t ^:�,»y.�S A F'J S A+"� �Stl 'N[:�'�.k'"�G � kx"\@ � v t���x;Gir.�sa� fi �{ e'. Y4 °rf..y Y !'VV Iy',,ty'aa. w,t %""ie ✓�� ".Mfr .a.+�,�tp ";Yrrk m,<'"^'"iz3a"i =J °,na.'`a'�M�';:1b„sAYh N�.,:2�:�,"iyL 7[i+ �C� tW,';' "%aP i/✓�ta�'°�'R.`.„Nr TSjr' .v �,ya,},+k�yY, L.A+ rS •e. Yyfi[ si.�tl/(h` '1µh `1K A;+ 7/ f 4{''J�jrvY q. 4} ,� '* J'. °G fi'k' ° af4.':g a s^" 4�"r+` ii'S 2"!+'rVY3 �';"'� "„M1:� f #�%�r,'23he°✓ la{�i4 1"3. M1i t � +�•gg >*�� �.�,,"L'� ice^+' tt5[+��� { � � . ar �` � 70+20 38.07 0.005 70+40 70+60 37.89 37.75 0007 0.007 70+80 71+00 37.64 37.54 0005 0004 71+0 37.38 7 71+40 37.2424 0.007 71+60 37.1 0.007 71+80 36.96 0.007 72+00 36.82 6 007 72+20 36.66 0.007 37.16 0.54 0.54 72+40 36.49 0.007 35.64 0.065 35.44 35.46 0.71 2.06 -0.06 72+60 36.34 0.007 35.65 0.000 35.38 0.003 35.42 0.86 2.05 -0.02 72+80 36.26 0.004 35.64 0.001 35.34 0.003 35.42 0.94 2.06 -0.02 73+00 36.15 0.005 35.62 0.001 35.28 0.004 35.42 1.05 2.08 -0.02 73+20 36.03 0.006 35.56 0.003 35.20 0.004 35.44 1.17 2.14 -0.04 73+40 35.89 0.007 35.26 0.015 35.06 0.006 35.26 1.31 2.44 0.14 73+60 35.75 0.007 35.18 0.004 34.98 0.004 35.18 1.45 2.52 0.22 73+80 35.61 0.007 35.10 0.004 34.90 0.004 35.10 1.59 2.60 0.30 74+00 35.47 0.007 35.02 0.004 34.82 0.004 35.02 1.73 2.68 0.38 74+20 35.33 0.007 34.94 0.004 34.74 0.004 34.94 1.87 2.76 0.46 74+40 35.19 0.007 34.82 0.006 34.62 0.006 34.82 2.01 2.88 0.58 74+60 35.07 0.006 34.74 0.004 34.54 0.004 34.74 2.13 2.96 0.66 74+80 35.17 -0.005 34.66 0.004 34.46 0.004 34.66 2.03 3.04 0.74 75+00 35.44 -0.013 34.58 0.004 34.38 0.004 34.58 1.76 3.12 0.82 75+20 35.63 -0.010 34.50 0.004 34.30 0.004 34.50 1.57 3.20 0.90 75+40 36.03 -0.020 34.42 0.004 34.18 0,006 34.42 1.17 3.28 0.98 75+60 36.61 -0.029 36.06 -0.082 0.59 1.64 75+80 37.22 -0.031 37.72 -0.083 -0.02 -0.02 MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand April 15, 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. 160 Prospect Closure Traffic Control Install and Maintenance — WCD040 Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 40 to address additional required traffic control for the Prospect Intersection Work. The scope contained within WCD 040 is to provide traffic control flaggers, maintenance, and devices/signage for the period of 2/25/2013 to 4/5/2013 for the Prospect Full Closure. Traffic control flagging was performed during day shift. Attached please find the proposed Contract Change Request #160 from CEI. In reviewing this request, hours and traffic control item counts were derived from daily traffic control checks performed by COFC staff. Traffic Control Devices were broken into item -days. Past cost data was obtained using comparable scope cost in the published 2011 C-DOT cost data for Maintenance Projects. 5% profit was given to the General Contractor on this first tier subcontractor work per General Conditions of Max BRT CEI Contract. This cost estimate is attached. The estimated cost for the Prospect Closure Traffic Control Install and Maintenance is $135,548.34. I find CEI's Contract Change Request #160 in the amount of 25,303.40 to a reasonable for the required increase in scope. As such, I recommend acceptant f this a ' ' nal cost to the contract understanding that actual units will be reconciled and paid based upon the actual job completion schedule. Keith Meyer, PE Construction Project Manager CH2M HILL Team 970-988-8605 keith.meyer(cDditescoseryices, com Cc: job file Change Management Checklist Compliance Cate ory 9 Date Reviewed Reference Initials Reviewed for compliance with Part of the build alternative; Environmental Assessment 4/15113 accelerating work less impact to KM travelling public Approved MHT for work area; Reviewed for construction/safety impacts 3115/13 safety protocols in place for KM excavations Independent cost estimate prepared 4/15/13 As attached to this memo KM Reviewed for PCGA grant compliance 4/15/13 Part of Build Alternative KM scope is included in SCC 40.08 Reviewed for real estate impacts/needs 4/15/13 Construction inside public right of KM Reviewed for compliance with design criteria/ADA http://w .access -board aov/ada-aba/ada- 4/15/13 n/a KM standards-dot.cfm 2 ditesco Independent Cost Estimate Date of Estimate: 15-Apr-13 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (Y/N): Y Description of Goods (A) or Services (B): A 8 B Scope is to provide traffic control fiaggers, maintenance, and devices/signago for the period of 2/25/2013 to 4/512013 for the Prospect Full Closure. Traffic control was during day shift. Hours and Item count were derived from daily traffic control checks performed by COFC staff. Traffic Control Devices were broken into item -days, then specified as (days). Past cost data was obtained using comparable scope cost In the published 2011 C-DOT cost data for Maintenance Projects. 5% profit was given to the General Contractor on this first tier subcontractor work per General Conditlons of Max BRT CEI Contract. I have obtained the following estimate from; Published Price List / Past Pricing (date) Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Other (specify) 2011 COOT Mainl. Cost Data Cost Estimate Details: (Estimate calculated /n US Dollars) Cost of Standard Items Product Cost($/day) Cost ($/day) Quantity Notes TOTAL Delivered No Freight Days Data Source Traffic Control Devices $ 3.77 10296 2011 C-DOT M $ 38,815.92 Changeable Message Boards $ 68.95 480 2011 C-DOT M $ 33.096.00 TCM Days $ 314.38 33 2011 C-DOT M $ 10.374.54 5% Markup to GC $ 4.114.32 $ SubTotal $ 86,400.78 Itemrl-ask: Cost of Services, Repairs, or Non -Standard Items Materials a Work Description Other Direct Costs Labor Rate $ Labor Hours' Labor Class Allocated Overhead SGBA" Profit Notes: Data Source TOTAL Flagging hours $ 19.70 2376 Flag 2011 C-DOT M $ 46,807.20 Markup to General Contractor 5% Markup $ 2,340.36 $ SubTotal 1 $ 49,147.56 ' Flag9erb as ed a hours/day. Signature of Preparer: **S llrg, Gmerel and AdminlsIrAw Expenses TOTAL $135,548.34 CEI Cost Proposal - Prospect Closure Traffic Control Proposed Change Order Cost- WCD040 'Description',,,,� XQuantity i 6,:?,Unit 03. INCTC Unit;Price' 3CEIiMark%u � L'sTotallUnitSP.rid6� g,TotalaCost VMS (12 total) 6 Wk $4,000.00 $200.00 $4,200.00 $25,200.00 B sin panel 47 EA $50.00 $2.50 $52.50 $2,467.50 A sin panel 45 EA $20.00 $1.00 $21.00 $945.00 Type III Barricades 12 EA $40.95 $2.05 $43.00 $516.00 Arrow Boards 4 EA $900.00 $45.00 $945.00 $3,780.00 Barrels 70 EA $20.00 $1.00 $21.00 $1,470.00 Fla in 3528 HR $21.00 $1.05 $22.05 $77,792.40 TCS 42 DAY $500.00 $25.00 $525.00 $22,050.00 TCS Overtime 1 84 1 HR 1 $50.00 1 $2.50 1 $52.50 1 $4,410.00 Subtotal: Credit for Phased Construction: $138,630.90 -$13,327.50 Total Proposed Cost - CEI for Prospect Closure: $125,303.40 Actual Change Order Cost - WCD040 ,`" -- 'Description =.-'= ijQuanti z `�Unif G MCMUnit%P.ricel XEINarkiu ; L,TotaFUnitlPric0 �3 otallCost= VMS (12 total) 4.7 Wk $400.00 $20.00 $420.00 $23,760.00 Tye III Barricades 12 EA $40.00 $2.00 $42.00 $504.00 Arrow Boards 4.7 EA/MO $600.00 $30.00 $630.00 $2,961.00 Barrels 143 EA $20.00 $1.00 $21.00 $3,003.00 Special Signs 122 EA $35.00 $1.75 $36.75 $4,483.50 Fence 735 LF $0.54 1 $0.03 1 $0.57 1 $416.75 IFlagging 2640 HR $21.00 $1.05 $22.05 1 $58,212.00 TCS 33 DAY $500.00 $25.00 $525.00 $17,325.00 TCI 33 EA 1 $100.00 $5.00 $105.00 1 $3,465.00 Total WCD040 Cost for Prospect Traffic Control: $114,130.25 WCD % to be paid based on original WCD proposal: 91.1% Pending Issues Log ma: Date: 06/10113 Ref. No. CON SCC Spec Section Item Description Requteelad Amoum Status WCD042 6 10.08 206 Shorinq for BNSF embankment at Well 3 2/12/2013 $234,929.18 Shoring to accommodate BNSF protection criteria along wall 3' wall 3 construction W CDO43 7 40.02 604 Prospect Inlet Connections 314/2013 $21,462,80 Connections from existing inlets to storm line 171-1 WCD044 4 '90.03' Varies Downtown Rehab - Streets Dept 3/1012013 $220,240.42 Rehabilitation protect for Streets Department' nonrant related work W CD045 11 50.02 614 Traffic pole and caissm design than es 3/10/2013 $21.826,35 Traffic pole layout and caisson schedule charges WCD046 20,01 Dv 26 Electrical panel chances far stations 112012013 ($2,689.55) Reconcile station power panels' serAdds W CD047 20,01 608 Station Grade Changes -13 inch curb at platform 4/1/2013 Chan es platform fracas to accommodate 13 inch tall curb WCD048 6 40.08 626 Delete System Safety and Secunty Manager 312712013 ($183.418.31) Remove Safety and Seci.mtv Manager Scope from CEI contract; transfer to CM WCDD49 150.05- Div 27 Change Fber Optic Cable to 144 count 4/5/2013 Change to add extra capacity for future use - non grant funds from D ht and Power WCD050 *20.01 609 Replace 141/2" tall curb and repair ICON foeter 4/412013 $6,209.40 Adjustments to Installed curb to accommodate NABI bus door design -local funds only W CM51 5 '20.01' Vanes NRRC Overpass Substructure and Ramps 4116/2013 $1,779,894.43 Adds NRRC Overpass constmmion - non rent related work W CD052 40.02 603/604 F1-1 Pipeline changes north of Pitkin 4/21/2013 - Changes pipeline profile and alignment north of Pitkin BNSF protection zone and utility conflicts WCD053 50.05 Div 27 Fber Optic loop to City Hall 4/21/2013 $8.70975 Adds fiber optic loop to City Hall from Meldrum/Mountain WCD054 2001. Div 27 Uniwasity Station Conduit -CSU Install fiber and power cmtluit for future use to University Station area W CD055 50.05 Div 27 Comm Cabinet Rack Design changes Changes rack design; UPS and other features of communications cabinet WCD056 10,08 1 504 DTC Relaininq Wall Installs a small wall at the DTC station sidewalk WCD057 20.01 Div 5 Station Handrail Change -(stainless to powder coal) Changes all handrail at stations from stainless steel to pmder coaled steel WCD058 1 40.07 403 McClelland $ Mason Pavinq charged Changes ammnt of HBP used in McClelland due to Streets Deat Rehab W CD059 40.02M607 Whole Foods Light and Irrigation Repair 5121/2013 $14.701621 Adds repair of light conduit and whin for Whole Foods Arkin lot W CDO60 10.01Railinq/Fence chance at CSU alor T e 7 bamer $29.379.85 Changes custom railing to Amenstar roduct for fencin alonCSU's r ertWC0061 n/a 40.02E4-1 Pipeline Profile W16/2013 $0.00 Changes profile for E4-1 to minimize BNSF shoranWCD062 n/a 10,08Sherwood Lateral Tapered Connection detail 5/19/2013 $0.00 Addresses tapered connection to Sherwood Lateral box -missed in design WCD063 50.05Fber Optic loop to Transfort Maintenance Facilit W19/2013 Installation of a fiber Imp connection near Tribl to complete the BRT communications WCD064 10,02Stabilization -STA 84+50 north to McClelland 5/2012013 WCD065 10.02Prospect Shoppes Gradinc (STA 179+00 to 182+00 S126/2013 Changes erodes and details fa this section of uidewe construction WCD066 10.02JC Track Grading 5/27/2013 WCDO67 40.02 603 Tidefiex Valve in MHF1.3 5/27/2013 WCDO68 50.05 Div 27 STC Fiber Connection from Harmony 511/2013 $93,927.44 Adds fiber Imp connection to complete BRT communications at STC Pending Billboard Relocation at Hosetonth and Prospect Slmn Line I1-1 deletion per request from CSU' keep inlet and some pipe removal Potholing Ovemm projected to be around 1,000 has ys 350 in bid Add death of concrete (s In) at Mmmain Delete tininq tram contract credit Delete H2O load rated vaults from contract MIS duct bank credit Delete waterline lowering at E1-1 credit Add allowance for specialty signs Changes tc access gates DATE 'Al Persurriel Flaggas (10 Flour Wit) TO (Sigk Shift) VMS (12) Arrow Boards Type III Bamcades Vans Cones Dnara RVVA/Fbg9 Left Translion 48""8' Bwkcss Access Open Road Closed toTtru Traffic R11-4 Road Cbsed R11-2 Leff Tun lame Cklft= L Trarsdion No Left Keep Righl Sidev,ak Cbsed Trail Closed Detour (double armwon Type Ill) Detour Ahead Detour Tracker Ped Debar No Esu Traffic(for Rocky Mtn) H-Bar Stand Tripod Caution Tape'Salety Fence NOTES 21252013 0 0 0 12 0 _ 0 0 0 0 0 0 0 C 0 0 0 0 0 0 0 0 9 2/262013 0 0 0 12 0 0 0 0 0 0 U r, 0 0 0 0 0 0 0 0 0 VMS issues: S. College AV. S. bound at University: S. College Av N. 2/27r'013 0 0 0 1u 0 0 0 o it u 0 �.I 0 0 0 U 0 ,) 0 0 0 bound at 2020 S. College AV: VMB is dark and facing the wrong way.E. Prospect Rd. at Yount St. west bound: VMB is dark.S. Shields St. south of W. Drake Rd. north bound. VMB is very dim, can't we the characters. Replacement board installed @ College and University. All other board Issues addressed today. 2/282013 0 0 12 0 0 0 0 0 0 0 n 0 0 0 11 0 0 0 0 0 0 0 0 0 0 VMB at 2020 S. College Av. it's flashing really fast, Cannot read it, VMS located WB Prospect, east of College is also needing some attention In that the left sale Is very faint, S. Shields St. south of W. Drake Rd. north bound board also dim 1112013 0 0 12 0 0 0 U 0 0 0 0 0 0 0 J 0 0 0 0 0 0 0 0 0 0 302013 0 0 12 0 0 0 0 0 0 0 0 0 0 ni 0 0 0 0 0 0 0 0 C 0 112013 0 0 12 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 D 0 0 0 0 142073 9 8 12 4 12 11 20 143 20 5- 3 9 4 4 8 2 4 6 25 24 1 a 0 735 152013 3fS2013 9 9 8 8 I 12 12 t 4 i_ 12 11 71 20 20 143 143 20 20 -1 5 7 1 3 9 9 4 4 4 8 8 2 2 4 4 6 6 25 25 24 24 1 t 0 0 0 0 735 735 NS College at 2020 S. Cc loge Ave mafunctio ring, S. Shields St scorn or W. Drake Rd. north bound bead dim, can't see the W12013 9 8 12 4 12 11 20 143 20 5 7 8 9 4 4 8 2 4 6 25 24 1 0 0 735 3IW2013 19'2013 9 9 8 8 I 12 12 4 4 12 12 11 11 20 20 143 143 20 20 ti 5- 9 9 4 4 1 1.0 8 2 2 4 4 6 6 25 25 24 24 1 2 2 6 6 735 735 Install (2)48'X48"Pmsped Business OpenDWrg Corstnsctbn', and 6'Obey Traffic Con4ml Officers' 110f2013 9 8 12 4 12 11 20 143 20 5 7 1 9 4 u 8 2 4 6 25 24 2 6 735 1112013 9 8 12 4 12 11 20 143 20 1 - 1 9 4 8 2 4 6 25 24 2 6 735 Y1212013 9 8 12 4 12 11 20 143 20 - 9 1 8 2 4 6 25 24 2 6 735 1132013 1142013 9 9 8 8 1 12 12 4 4 12 12 11 11 20 20 143 143 20 20 5 5 7 - 1 9 9 4 4 4 8 8 2 2 4 4 6 6 25 25 24 24 1 1 2 2 6 f 735 735 S. SFields between Elizabeth and Lake, and the message board north bound on Cole9e at 2020 are rot working 115/2013 9 8 12 4 12 11 20 143 20 5 7 9 4 1 8 2 4 6 25 24 1 1 1. 735 31162013 9 8 12 4 12 11 20 143 20 5 7 9 4 4 8 2 4 6 25 24 1 2 6 735 117/2013 9 8 t 12 4 12 11 20 143 20 5 7 + 9 4 4 8 2 4 6 25 24 1 2 6 735 1182013 9 8 12 4 12 11 20 143 20 7 ) 9 4 a 8 2 4 6 25 24 1 2 6 735 1192013 9 8 12 4 12 11 20 143 20 = 7 9 4 4 8 2 4 6 25 24 1 2 6 735 3202013 1212013 9 9 8 8 t 12 12 4 4 12 12 11 11 20 20 143 143 20 20 .. 7 - 3 3 9 9 4 4 4 4 8 8 2 2 4 4 6 6 25 25 24 24 1 1 2 2 0 P 735 735 N8 Coll at 2020 S. College and the well bouts board on Pmsped at Yount are havusp issues 122Y2013 9 8 12 4 12 11 20 143 20 5 3 9 4 1 8 2 4 6 25 24 1 _ r. 735 3/2312013 9 8 t 12 4 12 11 20 143 20 5 7 3 9 4 4 8 2 4 6 25 24 1 735 3242013 9 8 12 4 12 11 20 143 20 5 r 1 9 .1 1 8 2 4 6 25 24 1 _ 735 3/25/2013 9 8 12 4 12 11 20 143 20 5 7 .: 9 4 4 8 2 4 6 25 24 1 2 735 126f2013 9 8 1 12 4 12 11 20 143 20 7 9 4 4 8 2 4 6 25 24 1 2 6 735 3272013 9 8 12 4 12 11 20 143 20 7 9 1 1 8 2 4 6 25 24 1 2 6 735 3282013 9 8 t 12 4 12 11 20 143 20 7 9 1 .1 6 2 4 6 25 24 1 2 6 735 1292013 9 8 12 4 12 11 20 143 20 9 4 4 8 2 4 6 25 24 1 2 P 735 Y3012013 9 8 12 4 12 11 20 143 20 - 9 4 4 8 2 4 6 25 24 2 f 735 1312013 9 8 I 12 4 12 11 20 143 20 F 1 9 4 6 2 4 € 25 24 735 412073 9 8 1 12 4 12 11 20 143 20 5 1 9 J 8 2 4 6 25 24 2 6 735 4V22013 9 8 I 12 4 12 11 20 143 20 5 7 3 9 4 .1 8 2 4 6 25 24 1 2 6 735 432013 9 8 i 12 4 12 11 20 143 20 5 7 3 9 4 4 8 2 4 6 25 24 1 2 6 735 442013 9 8 I 12 4 12 11 20 143 20 5 7 3 9 4 4 8 2 4 6 25 24 1 2 6 735 C512013 9 8 12 4 12 11 20 143 20 5 7 3 9 4 4 8 2 1 4 6 25 1 24 1 2 6 735 o sas I^yi [cw 490 132 ( 396 ( 363 ( 660 1 4719 660 165 231 99 297 1 13132 I 264 I 66 I 735c^ Ismakers2 �261.. I 33 I 480 2/11113 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: 160 WCD #40 CEI PROJECT #: 12.009 CONTRACT NUMBER: 7332 CONTRACT DATE: CONTRACT NAME: Mason Corridor BRT DESCRIPTION OF CCR: Pricing to address added scope of traffic control in order to completely close Prospect at Mason/RR tracks for 6 weeks, per approved MHT #24. LOCATION: Prospect at Mason/RR tracks MEMO NO.: MEMO DATE: COST CODE: DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL Eu111Cl0sure oflP.ros ecf If 2)VMS 6 Week $ 4,200.00 $25,200.00 B sign panel w/stand 47 EA $ 52.50 $2,467.50 A sign panel w/stand 45 EA $ 21.00 $945.00 Type III barricades 12 EA $ 43.00 $516.00 Drums 70 EA $ 21.00 $1,470,00 Anowboards 4 EA $ 945.00 $3,780.00 additional TCS 42 DAY $ 525.00 $22,050.00 Q)naggers 3528 HR $ 22.05 $77,792.40 OT for TCS lover 12hrs/day) 84 HR $ 52.50 $4,410,00 TOTAL $138.63090 Phased Construction Across Prospect B sign panel w/stantl 15 EA $ 52.50 $787,50 Drums 36 EA $ 21.00 $756.00 Arrowboards 2 EA $ 600.00 $1,200.00 (2)Flaggers 480 HR $ 22,05 $10, 584.00 $13.327.50 1 Delta: full closure costs less the anticlpated costs of phased construction $125,303.40 Concrete Express, Inc., requests 0 days for the above contract modifications. These are all of the visible effects of the above change we see at this time. We reserve the right to incorporate other changes as they appear in implementing this change. If you have any questions regarding this change, please feel free to contact me at 303.562.2000. NORTHERN COLORADO TRAFFIC CONTROL, INC. 1712 1ST AVENUE • PO BOX 49U GREELEY, CO 80632 GREELEY; 970-356-6681 • METRO: 303.659-1729 • FAX: 970.356.5862 TRAFFIC CONTROL OUOTE Change Order#2 PROJECT: City of Fort Collins 7332 MAXIBRT Mason Corridor Project Date: y'.,y. �-"L,* L.(? C-,=�----- r Per Each Portable Message Sign Panel Per Each Sign Specials Striped 6 Relettered Per Each Traffic Control Plans Starting 02/1112013 1 DO Included in Original Ouote Concrete Express: By: Name: Date: Northern Colorado Traffic Control: By; -------------- Name: Date: Date: 02/11/2013 Per Month Per Week $1,200.00 S400.00 5120.00 S35.00 NORTHERN COLORADO a TRAFFIC CONTROL, INC. 1712 1 ST AVENUE • PO BOX 490 GREELEY, CO 80632 A GREELEY: 970.356-6861 • METRO: 303-659.1729 - FAX: 970.356-5862 4 TRAFFIC CONTROL OUOTE CHANGE ORDER # 3 PROJECT City of Fort Collins 7332 MAX/BP.T OUOTE DATE 021252013 Mason Corridor Project • Overtime Pate for TCS (Over 12 Hours per day) S50.00 Per Hour TCS (Over 12 Hour Day) @ $50.00/Hour Overtime Rate for Flaggers (Over 12 Hours per day) S29.00 Per Hour Flagaer (Over 12 Hour Day) @ 29.00/Hour Fen cc Per Roll 79 - 50' Rolls @ 527.00 each for use for remainder of project S2,133.00 • Additional Devices for Prospect Road Closure EA 47 - B SIGN PANELS WITH STAND $50.00 $2,350.00 EA 45 - A SIGN PANELS WITH STAND $20,00 $900.00 EA 12 - TYPE III BARRICADES S40.00 5460.00 EA 70-DRUMS $20.00 $1.400.00 0Arrowboards Month l `fl13 @ 5600.00 Each per month S1,600.00 Added tabor for set up and tear down /�A( (evjee, Per Hour Truck and Driver $40.00 Per Hour Laborer ` u S25.00 Per Day • Additional Traffic Control Supervisor and 1Truck (12 W Max Shift) S500.00 Concrete Express: By: Name: Date: Northern Colorado Traffic Control; By: Name: Date: Northern Colorado Traffic Control, Inc 1712 1 at Avenue Greeley, CO 80631 303-659-1729 Pay Request: 1 Billing Thru: 07/31/12 Invoice No.: 16943 EXHIBIT B-1 SCHEDULE OF VALUES Send to Concrete Express, Inc. 2027 W. Colfax Ave. Denver, CO 80204 303.562.2000 303.562.2010 fax Attention: Michelle Sheets Subcontract No.: 12-009-001S Project: 12-009 Taxes: Exempt P.M.: Ryan Dickinson ITEM NO. DESCRIPTION CITY UNIT UNIT PRICE CONTRACT PREVIOUS QTy PREVIOUS PERIOD CITY THIS PERIOD TOTAL $ THIS PERIOD TOTAL CITY TO DATE TOTAL $ TO DATE 630-50000 Comfirocron Traffic Control Devices and Mob 1 LS $ 170,520.00 $ 170,520.00 0 $ 0.25 $ 42,630.00 0.25 $ 42,630,00 630-50000 Traffic Control Supervisor 360 DAYS $ 500.00 $ 180,000.00 0 $ 34 $ 17,000.00 34 $ 17,000,00 630-50000 Traffic Control Flagging 13390 HOURS $ 21.00 $ 281,190.00 0 $ 2677 $ 56,217.00 2677 $ 56,217.00 630-50000 Traffic Control Inspections 144 EACH $ 100.00 $ 14.400.00 0 $ $ 0 $ $ 0 $ $ 0 $ Bond It of contract 1 each $ 11,184.85 $ 11,184.85 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ Is o $ $ D $ CONTRACTTOTAL $ 657,294.85 PREVIOUS $ - TOTAL THIS EST. $ 115,847.00 TOTAL TO DATE $ PREVIOUS RETAINAGE $ - PREVIOUS PAYMENT $ - TOTAL APPROVED TO DATE $ RETAINAGE $ note: 5 % retention TOTAL LESS RETAINAGE $ LESS PREVIOUS PAYMENTS $ TOTAL DUE THIS PERIOD $ RETENTION THIS PERIOD $ City of Fort Collins 7332 MAX Project - Mason Corridor Exhibit B-1 Schedule of Values Page 1 of 1 115,847.00 115,847.00 5,792.35 110,054.65 110,064.65 5,792.35 a WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 040 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): Traffic Control For Prospect Closure This Work Change Directive (WCD) directs the Contractor to provide a full traffic control closure for both BRT work and City Utility work to accomplish an accelerated closure of the Prospect Road/MAX BRT intersection. The work shall be performed according to the approved MHT plans as attached. The Traffic control devices and labor hours for this work will be tracked and paid for at unit prices. The scope for this work was not included in the base BRT contract considering the accelerated nature of the work and lack of MHT plans inside the bid documents. Traffic Control plan for Prospect 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: February 11, 2013 Owner Date Recommended By: ��✓ �y�. February 11, 2013 Construction Manager Dale Copy: Owner Engineer Field File - SharePoint W CDO40—TRAFFIC CONTROL FOR PROSPECT CLOSURE-02-11-13_FINAL PAGE 1 OF 1 City of FortColtins � T R A N S M I T T A L (Submittal or Shop Drawing Review) NO. n/a TO: Ryan Dickinson CEI 2027 W. Colfax Ave. Denver, CO 80204 PROJECT: Mason Corridor - MAX BRT DATE: February 11, 2013 TRANSMITTED: MHT 24-J thru 24-0 Prospect Closure - submittal review Q Shop Drawings ❑ Catalogs ❑ Price Proposal ❑ Prints ❑ Plans ❑ Product Samples ❑ Specifications ❑ Copies ❑ Other ❑ For Approval 9 For Your Review ❑ As Requested ❑ For Your Use ❑ Approved As Submitted Rl Approved As Noted ❑ Resubmit ❑ Return for Correction ❑ Prints Returned ❑ Submit Copies for Distribution ❑ Return Corrected Prints ❑ Other REMARKS: Ryan - The referenced submittal has been reviewed and is approved as noted. COPYTO: file SIGNED: Kari Craven Fort 1. Review separate through Syl Mireles (see attached) 2. Approved asswbrwiHed.vto+CO 3. Provide traffic control devices, TCS and flagger personnel as provided on approved MHT. Baker 1. Not reviewed. 1. Not reviewed. 51 WQRh I REA TPA FFIC COi:7P.OL PL.`;1 �PPRO co,,L FORM TC3°C0.k?!= =D APPR rCCJ.'•T FORHJ— e t. .c—':5r:e:vtd oEa L:07ther eet(Ly`Grnr 6+cfns;(,e�.<a LL'I l'Y .'.14'.La. t�l Evi SUBc,rrl [E70).i= C - �Ci . l j --• /j7,2US c'C7'CL.L1S[-c2E PB OIECT,=sc,f !'p /J -- - ---0L_ "D.=ica_Tc\Ti0Y c: D, Cr-<iGE tecr. LGre lJ. {�rtGS06ci AL -L� _G<L?_ :LL'i Rf5 c7= ❑ ia_:g C-i0_ i[?c GF CO: trT2UC'ii0`i/POOR=,SFJ7Lf/(i`C -S(1'LIE$TED D -(<) OF V.;Opj: i•?,rr.(_[-1, Ciy _ �y G:ti_ ti :, OC-cSTED TL.r�is) �OLC Q� �%p ����._Z P__Fh;. C. l c- rnp(T, :C7 F��i.50;+(Sj�RA rjC y�/ C CO',FrgCCO'r.(SET-1 -FO�l_ZC`D r"i - :PpeOY-�� of>G��ii cGo LL'ITdi: D TE(,) tiIPFR04=DF30Lr_ .3 - Sz . 13 n,. E __5 = AVl FCi: n fi v ::..L ($CJl?21-5_z_:.O. ccx5 or-,Cc!ii_ CO q w.n...rr...r�, NpI1wnCW�eOO TpY[fvvallK M V%-�i✓� -� MDS gL1VH]06CYS v.v Ik ra[ 'Q"rlorF. nl LeG)...ao AN., o[wo.en A....ers.LLOW. 1�1 j-/ 'FM _,,J' YiiGGG'� IFLM'IS FC11 b.Y rY.Y RAFFIG ll.T. 1. !I �ICOFp WEW\iYM L9 iV 1591ei W1iM°E10W IRtfIC KCi11MC 111III IGVWG WEMTW,ATWAiW wtFAM[VREPAV[.BULL FE 7 �Q�'jI nlvuc«I°wei.'°AruN°�i ��. '•••• FIGS+ vl�p r //////������1111 loslnc l:lwrcly w�o�rorvwi.rc�no^ aolNooreoa �� �� 'J �e6)YpPKNpgG 6MALL GEEIW All i(1eW gIVYN{ES99 uIGrIIVCTCLiC MOGIFC1 qOA POGu)1G CETOVR AILVLOTN(FEi001\CCR9 �Cl�ry Oe }..05MVL WIXIKYICpIMICTRW WWIIFT CENlrld iAVI . ((!!.RENEI011e3.Ai..1(.R[\naFO.MM.L,.)F.µ ��S`t —anima- Pending Issues Log may: Mason Date: 06/10/13 Ref. No. I CO# I SCC I Spec Section I Item Description I a I Amount Status Pen ling Total: 3,257,980.52 Change Order #1 Subtotal: $51.213.91 Change Order #2 Subtotal: $71.910.39 Change Order #3 Subtotal: $51.037.68 Change Order#4 Subtotal: $220,24042 Change Order #5 Subtotal: $1,719,89443 Change Order#6 Subtotal: $95.111.62 Change Order #7 Subtotal: $38,343.96 Change Order #8 Subtotal: $42,081.32 Change Order #9 Subtotal: $55,658.10 [Change Order Subtotal: $2,405,491,83 Tolal rigmal CO L I Amount31,886,8T8.94 Atl'ustetl onlract Amour (project etl 35,144,859.46 Panning Issues asa......ract Amount 10.22% hangs Urder% as approved) 734% = needs action by CM = needs action by Contractor NOOhm Colorado Traffic C.wd, Inc. Nlo. .. ..... IV -4 !VIANT� llkfrl�f�mouu A,5130ATION IWTMWN70SG L E1.3T5IE,[ r-R, ri L colaroo. SuIt. I a, Tomc Fow Lake.."r I VVESrC, ! Ib L' Rat L, I NLc oiff (1i FIQUI. LIM 9m 4 lI PROSPECT ROAD CLOSURE'^-" - VrallI.Rd DETOUR ROUTE ITYOF FT. COLLINS NEM ME vowL,,rl: T HLINDER-r, ZWT#24 L 12�9;Y6�2 LEGEND; h INDICATES PLACEMENT OF SIGN —� INDICATES FRONT OF SIGN POSTED SPEED UNI l AD MPH ►j}j ARROW BOARD VERTICAL. PANEL aORUMWRHLIGHT NOTES: 1) SIGNS SHALL BE SPACED APPRO%, Xq, OR AS SPACE ALLOWS TYPE III BARRICADE ]) TAPER LENGTH SIIALL BE A➢PROX 2D0'. WHICH 15 THE LENGTH OF TURN LANE STRIPE. TO ASSIST IN KEEPING BACK UPS TO A MIN. S) PLAN 15 FOR N HOUR CLOSURE .) CLOSURE IS FOR ADVANCE DETOUR OF W, PROSPECT RD. CLOSURE AT RAILROAD TRACKS J) WORK IS ESTIMATED TO TAKE 3 MONTHS /1�S)MHT/H LV KSH IWORKINCWIJUNCTKJNMTHMHT#2i-J.N2i1 gNA18 All IT 02VN ]I ON SITE A➢JVSTMENTS SHALL EE MAOE AS REOREO VI6) .T!'O VARMBLE MESSAGE SIGN PANEL PLACEMENT AND VERBAOE �(J� SHALL 6E PER CITY ENGINEERS INSTRUCTION W. PROSPECT RD, YCA .E AM6 PLnceMFNr SHALL DE AS HSTRUCT60 DY CITYEMiIBCER °moo�o° rm00000 REVISED 01/28/2013 GE HIG PLACEMENT SH>LL 111 E I..SEA i6G OYLITY ENGWEFA 00000000 ooM000mo ODD00000 PROSPECT ROAD CLOSURE LEFT LANE CLOSURE AT S. SHIELDS P..RaP CITY OF FT. COLLINS RPlEn anaE c Ivafien M/SON COflRI00R Mq%BRT NCTCI I] xCr" ]'.L T RAFFI OMRq.G PALTCR CONCRETE EXPRESS N.GT.C. RY.W =HDON MIT# 24'rK-REVISED 12129/2012 RGPAPE ]0 PREP.V]ED BY GANG, MDOIO P.M ATIM ALSSAa tOG]ES 6VP.fiB^.]/2016 E D B Ll NM 6MISN T06CM L 'N. PROSPECT RD. 0 VONGAGE AND K �ENEHT SHALL BY Cm ENGII¢CR ILO [DEMO �oOmO 9®B TWIG CGLIOD, Ix, _LEGEND_ M ..or...sr4tetxrtsam ALL. CES S II ALL YCET PALATE. ATAXpAR0.5 HISTED SF£ED L WIT 35 MPH IJ01F5: 11 SGNS SHALL BE SPACED NFR0X, 3CQ OR AS WV EKLWS P) TAPER LENGTH SHALL DE THE LENGTH OE LEFT TORN LANE STRIPE AS TO NEFP I MAE CLOSURE TO A MIN. 310EV9CE WACu G SHALL BE A MAX OF ] . BASED ON POSTED SPEED LWIT Of 35 MPH A) LANE CLOSURE IS AWANCED WARNING FOR PROSPECT CO. CLOSURE AT MM(D N TR.VL FOR MAX PAT lO£ INSTALLATION SI LANEt VAAURE SW0.L REMAIN IN FOR DUR4 NOF ROAD 'i—CLOSURE.AOPRO%!FM61iA0. (��E (]1�{1S G) MHT 4 N � N vNALL WORX IN C t IVNCTgII WHry LIHjF lA. J, K, L.6 M T) SEE AUOVE LISTED LIT? S FOR AWITK FRADWEC A ROAD CLOSURE DETAILS BJ AOOITIOWL AGVµCED WARNNG SIGNS..g ON COR0.15PON01lIp MNTS NWHAUR CClaaao TONIC Control, Inc. 1 .1m AAL.N. ADVANOED LEFT LANE CLOSURE PROSPECT 8 CENTER AVE. mCITY OF Fi. COLLINS vorcmnA�/A R y� �SITTLA P/10�f �w.aCli LEGEND: M IIIOICATCS FLlzwl NT OF Sl; , mN ILS FRONT OF SIGN 9 ORVM FM ARROY eSOMD ALL DEVICES SHALL MEET MUTCD STANDARDS POSTED SPEED LIMIT 35 MPH U NOTES: 11-►=/—•�! 1) SIGNS SHALL BE SPACED APPROX. 200' OR AS SPACE ALLOWS 2) TAPER LENGTH SHALL BE THE LENGTH OF LEFT TURN LANE STRIPE AS TO KEEP LANE CLOSURE TO A MIN. 3) DEVICE SPACING SHALL BE A MAX. OF 35'. BASED ON POSTED SPEED LIMIT OF 35 MPH 4) LANE CLOSURE IS ADVANCED WARNING FOR PROSPECT RD. CLOSURE AT MASON TRAIL FOR MAX BRT LINE INSTALLATION 5) LANECLOSURE SHALL REMAIN IN PLACE FOR DURATION OF ROAD - �L�CLOSURE, APPROX. 2 MONTHS �eG 6)MHT#24- M SHALL WORK IN CONJUNCTION WITH MHT#24-J, K, L,&N ul— 0 SEE ABOVE LISTED MHT'S FOR ADDITIONAL PROSPECT ROAD CLOSURE DETAILS B) ADDITIONAL ADVANCED WARNING SIGNS SHOWN ON COR SPONDING NWhe CdaaO Traft Ca Iu ,Irr.. w �I� v h9T 02f1VN TO SUIE ADVANCED LEFT LANE CLOSURE PROSPECT& WHITCOMB .,.-... X I..NE s ElEENE. EXE clI .WEER wnmm.n�r 0��0 =m Doi `..'' ,Y.XRGEf{LT r✓D NOTES: X-' 1L XTrwt--1Q1- 1I SIGNS SHALL BE SPACED APPROX. IEO.OR AS SPACE ALLOWS 2I TAPEF LENGTH SHALL BE A MIN, OF 245', W X S (2) /60 -L, BASED ON A POSTED SPEED LIMITOF 35 MPH 31 DEVICE SPAGNO SHALL BE A MIN. OF 35'14 TAPER MAX. TO' IN TANGENT 4i PLAN IS FCR 24 HOUR CLOSURE SI CLOSURE IS FOR UTILITY RELOCATION AND LNSTAI I ATION OF MAX BET LINE CROSSING, CROSBWA-K I(JTN.LATION, AND U �7 ALL INTERSECTION IMPROVEMENTS U q ` ��.BI WUHK IS ESTIMATED TO TAKE B TO S'NFFKS WEATHER PENDING Tj WORK HOURS SHALL BE SET BY CITI' OF FT. COLLINS ENGINEER 'U 0) F LAGGER SHALL BE USED DURING WORKING HOURS 9) IAHT # 24- J SHALL WORK IN CONJUNCTION WITH LINT 24 -K, M117#24-I. MHT 924-M SMHT 424-N 101 SEE MHT It 24 - H FOR LANE CLOSURE DETAILS AT S. SHIELDS ST., MH T 'A 24 - L FUR DETOUR DETAILS. AND MHT# M. M A N FOR LANE CLOSURES AND BARRICADED PLACEMENT AT INTERMCTIONS EAST OF SHIE_DS AND WEST OF CENTER DR, 11! ON SITE ADJUSTMENTS MAY BE MADE. AS REQUIRED 12) PEDESTRIAN DETOUR SHALL BE AS INSTRUCTED BY CITY ENGINEER 131 VAHWBLE MESSAGE SIGN PANFI. PLACEMENT AND VERBAGE SHALL BE PER CITY ENGINEER'S INSTRUCTION 14) ADDITIONAL FLAGGING OPERATION SHALL BE AT W. LAKE ST AND LIEN I ER AVE. AND POSSIBLE AT W. LAKE ST. I. MFR in AN, IF NEEDED 15) SEE MHT 9 24 - 0. FOR LAKE ST. RAGS NO OPERATIONS LJ�t I Lp 0Q Oi / N E. T. S ANN1. ••fY u4P8NCE Y1]e,ANENEIrt EI ll.T EXGPEEP �[ DOODDOOD C PINSR t M. 14 0 .CEdtlt ' rm.,CErUd.Irc. VL"-AGFMIOPLH F.I.¢nT SI LL SEAS STTRUNIEO B®8 PROSPECT ROAD FULL ROAD CLOSURE CITY OF FT. COLLINS M'SOX CORRRIfMNAXBR: �„r�L G NQT.C� L.a. x:`.i=x.� Izrzcrsoiz o® ®® CsU Sign D Specialty Signs (City) Specialty Signs (CSU) Specialty Signs (Businesses) _ 'L3T7 I i I, I 1 1 11; ,v 1 oSU M3Sign C SIE L�^ Tss ' 1"1 s r:iN,_ eSfpiA System for Award Management Page 1 of 1 CONCRETE EXPRESS, INC. DUNS: 184088763 CAGE Code: 4421.12 Status: Active Entity Overview Entity Information Name: CONCRETE EXPRESS, INC. Doing Business As: CEI Business Type: Business or Organization POC Name: None Specified Registration Status: Active Expiration Date:05/21/2014 Exclusions Active Exclusion Records? No SAM I System for Award Management 1.0 Note to all Users: This is a Federal Government computer system. Use of this system constitutes consent to monitoring at all times. 2027 W COLFAX AVE DENVER, CO, 80204-2331, UNITED STATES IBM v1.1016.20130614-1637 WWW3 https://www.sam.gov/portal/public/SAM/?portal:componentld=8db509l l-8037-43 be-8794... 6/25/2013 Title: Change Order 9 CEI Date: 6-25-13 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. 15) Contract Term Limitation The contract period of performance for rolling stock and replacement parts does not exceed five (5) years inclusive of options without prior NA written FTA approval. For all other types of contracts, the procurement file contains evidence that the contract term is based on sound business judgment. 18) Award to Responsible Contractor The City made a determination that it was awarding to a responsible contractor considering such matters as contractor integrity, compliance with public policy, record of past performance, and financial and 1. Y technical resources. 2. Y 1. Appropriate Financial, equipment, facility 3. Y and personnel. (Y/N) 4. Y 2. Ability to meet delivery schedule. (Y/N) 5. Y 3. Satisfactory period of performance. (Y/N) 4. Satisfactory record of integrity, not on declined or suspended listings. (Y/N) 5. Receipt of all necessary data from vendor. (Y/N) 19) Sound and Complete Agreement This contract is a sound and complete agreement. In addition, it includes remedies YES CHANGE ORDER for breach of contract and provisions covering termination for cause and convenience. 24) Clear, Accurate, and Complete Specification A complete, adequate, and realistic specification or purchased description was YES available and included any specifications and pertinent attachments which define the items or services sought in order for the bidder to properly respond. 38) Sole Source if other Award is Infeasible The contract file contains documentation that award of a contract was infeasible under small purchase procedures, sealed bids, or competitive proposals and at least one of the following circumstances applies: (1) The item was available only from a single source. (Verify prices are no higher than price for such item by likely customers.) CHANGE ORDER (2) Public exigency for the requirement did CONTRACTOR IS CEI not permit a delay resulting from a competitive solicitation. (3) An emergency for the requirement did not permit a delay resulting from a competitive solicitation. (4) The FT A authorized noncompetitive negotiations. (5) Competition was determined inadequate after solicitation of a number of sources. 39) Cost Analysis Required Cost analysis and profit negations were performed (initial award and modifications) And documented for price reasonableness YES was established on the basis of a catalog or market price of a commercial product sold in substantial quantities to the general public or on the basis of prices set by law or regulation. 40) Evaluation of Options The option quantities or periods contained in the 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. MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand May 20, 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. 176 Jacked Bore Specifications — WCD023 Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 23 to address changes to the jack and bore construction at Lake Street. This Work Change Directive (WCD) replaces Specification Section 619 and it also changes plan sheets 293 and 330 to correct storm sewer design at the BNSF tracks in Lake Street. This work change directive is being issued as the original bid specifications did not comply with local or BNSF standards for jacked bores in the railway right of way. Clarification has been provided on casing pipe thickness, coating type and application specifications, F1-4 pipeline profile, manhole construction and cathodic protection. This work change directive applies to storm profile E2-1, F1-1 and F1-4. Attached please find the proposed Contract Change Request #176 from CEI. In reviewing this request, the documents contained within the WCD were used to determine the scope of the change and provide an independent cost estimate. Past cost data was obtained using comparable scope cost in the published 2007 and 2010 C-DOT cost data for Construction Projects. Other unit item pricing was arrived at through technical estimate comparison of similar scope in other projects. This cost estimate is attached. The estimated cost for this change is $107,857.83 I find CEI's Contract Change Request #176 in the amount of $107,250.35 to be reasonable for the required increase in scope. As such, I recommend acceptance of this additional cost to the contract. A Keith Meyer, E Construction Project Manager CH2M HILL Team 970-988-8605 keith. mever(a)ditescosery ices.com Cc: job file 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 Management Checklist CategoryCompliance �. Reviewed Reviewed for compliance with Part of the build alternative SCC Environmental Assessment 5/20113 40.02 for MSO outfall; minor plan KM and spec modifications Included in traffic control plan for Reviewed for construction/safety impacts 5/20/13 work in area; safety training KM provided for confined space Independent cost estimate prepared 5/20/13 As attached to this memo KM Reviewed for PCGA grant compliance 5/20/13 Part of Build Alternative KM scope is included in SCC 40.02 Construction inside CSU Reviewed for real estate impacts/needs 5/20/13 property/temporary easements for KM project Reviewed for compliance with design criteria/ADA http://w .access -board aovlada-aba/ada- 5/20/13 n/a KM standards-dot.cfm ditesco Independent Cost Estimate Date of Estimate: 20-May-13 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (Y/N): Y Description of Goods (A) or Services (B): A Scope is to address changes to scope as directed in WCD 23. The changes include alignment, length and diameter of jack and bore casing installation in three locations. In two of those locations, there is an addition in scope: Lines Fl-1 and F14. Unit prices were arrived at via technical estimate comparing similar scope in other projects for cathodic protection and coating. Two CDOT projects were chosen for comparison for the steel pipe jacking item. I have obtained the following estimate from; Published Price List / Past Pricing (date) 2007 & 2010 CDOT Construction Cost Data Engineering or Technical Estimate (performed by) Keith Meyer Independent Third Party Estimate (performed by) Other (specify) Line F1-1 Line F14 Signature of Preparer: Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product/Item Unit Price Quantity Unit Contract Item Totals Cathodic Protection $ 2,000.00 2 EA Tech Est. $ 4,000.02 Cathodic Protection $ 2,000.00 2 EA Tech Est. $ 4,000.00 30' Steel Pie Jacked $ 374.12 206 LF 2010/2007 C-DOT $ 77,068.72 Interior Epoxy Coating $ 23.40 974 SF Tech Est. $ 22,789.11 $ SubTotal I I $ 107857.83 Cost of Services, Repairs, or Non -Standard Items Item(fask: Materials or Work Description Other Direct Costs Labor Rate ($ Labor Hours' Labor Class Allocated Overhead SG&A` Profit Notes: I Data Source TOTAL SubTotal $ 'Selling, General and Adminialydtive Expenses TOTAL $ 107,857.83