Loading...
HomeMy WebLinkAboutCORRESPONDENCE - BID - 7332 MAX BRT PROJECT (7)System for Award Management Page 1 of 1 CONCRETE EXPRESS, INC. 2022 W COLFAX AVE DUNS: 184088763 CAGE Code: 442U2 DENVER, CO, 80204-2331, Status: Active UNITED STATES Entity Overview Entity Informalpn Name: CONCRETE EXPRESS, INC. Doing Business AS: CEI Business Type: Business or Organisation POC Name: Jessica Nux* Registration Status: Active Expiration Date:0512112014 Active Exclusion RecorEs2 No SAM I SYerem br A—M M—Bement 1.0 Note to all Users: This is a Fe ml O unment caniouter system. Use of this system constitutes consent to nonnoring at all times. IBM v1.1108.20130219-0902 WVJW2 ® / -T https://www.sam.gov/portal/public/SAM/?portal:componentld=fb67166e-75d6-44cc-b77f-1... 8/1 /2013 MAX BRT Paver and Concrete Banding Reconciliation Work Change Directive 034 Date: July 18, 2013 Project Scope for Platform Changes Pavers and Banding at Station Platforms Item # SCC # Description Quantity Unit Quoted UnitTotal Cost Cost 1 20.01 Add Yx6" Banding 3,432 LF $6.34 $21,769.85 Coloscapes Scope 2 20.01 Credit for sand 1 LS -$1,389.52 -$1,389.52 Coloscapes Scope 3 20.01 Polymeric Sand Installation 12,632 SF $0.75 $9,474.00 Rocky Mtn Hardscapes Scope 4 20.01 Multi -colored pavers 1 LS $4,421.00 $4,421.00 Rocky Mtn Hardscapes Scope Coloscapes Markup (5%) $694.75 Subtotal $34,970.08 5 20.01 ECI markup (5%) $1,748.50 6 20.01 Credit for Wasau Tile Domes 1,974 SF -$12.38 -$24,438.12 7 20.01 Cost for Cast Iron Domes 11974 SF $19.40 $38,295.60 Subtotal $13,857.48 8 20.01 ECI markup (15% on permanent materials) $2,078.62 Subcontractor Subtotal $52,654.69 CEI GC markup (5%) $2,632.73 Total $55,287.42 reIII 7110/13 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: 181 Revised WCD #34 CEI PROJECT #: 12-009 CONTRACT NUMBER: 7332 CONTRACT DATE: CONTRACT NAME: Mason Corridor BRT Pricing below is in response to WCD #34. This directive requests the addition of 3"x6" concrete bands at truncated domes, changes to truncated domes to cast iron material, and a change to polymeric sand. LOCATION: Various Station Locations MEMO NO.: N/A MEMO DATE: N/A COST CODE: Varies DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL Additional 3'k6" Banding Curbs at Truncated Domes 3432 LF $ 6,34 $21,758,88 Polymeric Sand Material and Install 12632 SF $ 0.79 $9,947.70 Multi -Colored Paving System 1 LS $ 4.642.05 $4,642.05 Cost for Cast Iron Truncated Domes 3620 SF $ 21.57 $78.083 40 Credit for Wasau Truncated Domes 3620 ($44,815.60) Cretlil Standard joint sand 12632 SF $ subtotal ECI markup subtotal CEI markup total 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. Sincer C / Ryan D ckin on Project a gar $67,974.27 $3,398.71 $71,372.98 E3,398. $74 1.70 lee+ z CE1 6126/13 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: 181 Revised WCD#34 CEI PROJECT #: 12-009 CONTRACT NUMBER: 7332 CONTRACT DATE: CONTRACT NAME: Mason Corridor BRT DESCRIPTION OF CCR: Pricing below is in response to WCD #34. This directive requests the addition of Yx6" concrete bands at truncated domes, changes to truncated domes to cast iron material, and a change to polymeric sand. LOCATION: Various Station Locations MEMO NO.: N/A MEMO DATE: N/A COST CODE: Varies DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL Additional 3'k6" Banding Curbs at Truncated Domes 3432 LF $ 6.34 $21,758all Polymeric Sand Material and Install 12632 SF $ 0.86 $10,827.38 Multi -Colored Paving System 1 LS $ 5.052.57 $5,052.57 Cast for Cast Iron Truncated Domes 3620 SF $ 21,57 $78,083.40 Credit for Wasau Truncated Domes 3620 SF $ (12.38) ($44,815.60) Credit.,landardiaril sand 12632 subtotal ECI markup subtotal CEI markup total 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. $69,264.47 $3,463.22 $72,727.69 $3,463. $76 .92 4/18113 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: DESCRIPTION OF CCR: LOCATION: MEMO NO.: MEMO DATE: COST CODE: 181 WCD#34 12-009 7332 Mason Corridor BRT Pricing below is in response to WCD #34. This directive requests the addition of Yx6" concrete bands at truncated domes, changes to truncated domes to cast iron material, and a change to polymeric sand. Various Station Locations NIA N/A Varies DESCRIPTION QTY UNIT UNIT PRICE OT TOTAL Additional 3"x6" Bantling Curbs at Truncated Domes 3432 LF $ 6.34 $21,758.88 Polymeric Sand Material and Install 12632 SF $ 0.86 $10.827.38 Multi -Colored Paving System 1 LS $ 5,052.57 $5,052.57 Cost for Cast Iron Truncated Domes 1974 SF $ 21.57 $42,579.18 Credit for Wasau Truncated Domes t974 SF $ (12.38) ($24,438.12) Credit Standard joint sand 12632 SF $ (0.13) ($1,642.16) subtotal ECI markup subtotal CEI markup total 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. $64,137.73 $2,706.89 $56,844.62 $2,706.89 — Zg4Z' Z 3 $59,551.50 --=a - 11S Ioecoll(I`le �(Z /WcD a6ei /10< . 10 jldusa, 0"es picks not- Ma>r-c6L l E'J I w push 1-5 !�'� ✓n/. Amber Rathert From: Brandon Hylton Sent: Wednesday, July 17, 2013 7:55 AM To: Amber Rathert Subject: FW: SF of Truncated Domes From: Brandon Hylton Sent: Monday, July 15, 2013 12:42 PM To: Tony Perdue Cc: Rick Coulter (Rick6lecisite.net) Subject: SF of Truncated Domes Type 1 Stations (w/ second row eliminated) 6 Stations x 240 SF = 1440 SF Type 2 Stations 10 Stations x 132 SF = 1320 SF Type 3 Stations 2 Stations x 132 SF = 164 SF Type 4 Station 1 Station x 132 SF ='132 SF Total = 3056 SF Thanks, Brandon W. Hylton Project Engineer I ECI Site Construction Management, Inc. 252614t^ Street SE I Loveland, CO 80539 1970.361.7358 1 f 970.669.6411 www.ecisite.net sk 1W )(I : Ny GS�OSF X 155 N 11A 10 0 = 3 050 —+ X = 0.2) X = O•al (955 cq�) 1 1%0` n 197q SF ECI Site Construction Management CHANCE ORDER No. 00004 PO Box 2135 Loveland, CO 80539 Phone: 970.669.6291 Fax: 970.669.6411 TITLE: WCD #034 PROJECT:12-04 Mason Corridor Bus Rapid Tra TO: Attn: Robert Clifton Concrete Express Inc. 2027 W. Colfax Denver, CO 80204 Phone:303.562.2000 Fax:303.893.1949 RE: To: DESCRIPTION OF CHANGE Customer Request - WCD 4034 Item Description Stock#� 00001 Additional 3" x 6" Banding Curbs at Truncated Domes 00002 Polymeric Sand Material and Install 00003 Multi -Colored Paving System 00004 Cost for Ell Cast Iron Truncated domes 00005 Credit Wasau Truncated domes 00006 Credit Standard Joint Sand 00007 ECI 5%Profit From: Quantity Units 3432.000 LF 12632,000 SF 1.000 LS 1974.000 SF -1974.000 SF -12632.000 SF 54202.720 % DATE: 2/20/2013 JOB: 12-04 CONTRACT NO: 12-009-06S Number: Unit Price Tax Rate Tax AmountNet Amount $6.34 0.00% $0.00 $21,769.79 $0.86 0.00% $0.00 $10,827.39 $5,052.57 0.00% $0.00 $5,052.57 ¢77652 $21.57 0.00% $0.00 $42,579.18 $12.38 0,00% $0.00 \ ($24,438.12c�44sw> J $0.13 0.00% $0.00 ($1,588.10) $0.05 0.00% $0.00 $2,710.14 -716Sr- 4 Unit Cost: $56,912.86 Unit Tax: $0.00 Total: $56,912.86 The Original Contract Sum was................................................................................................. $4,055,098.15 Net Change by Previously Authorized Requests and Changes ................................................ $0.00 The Contract Sum Prior to This Change Order was ......... $4,055,098.15 The Contract Sum Will be Increased .......................... :........................................................ $56,912.86 The New Contract Sum Including This Change Order ..... $4,112,011.01 The Contract Time Will Not Be Changed................................................................................. The Date of Substantial Completion as of this Change Order Therefore is ... ACCEPTED: ECI Site Construction Managemen Concrete Express Inc. By: By: Tony Perdue Date: Date: Robert Clifton 0 Date: pnh. cm Coloscapes Concrete P.O. Box 207 Windsor CO 80550 www.coloscapesconcrete.com 970-686-0948 970-686-5473 ECI Site Construction Management 2626 E. Hwy 402 Loveland CO 80539 Change Order Request Max BRT Mason St. Fort Collins CO :,: a..:t� '..ins COLOSCAPESconcrete CDR Number: 02 Date: 2/18/2013 Expiration Date: 2/26/2013 12:00:00 Contract Date: 12/19/2012 .. _P.. _... .. ....... 9.-.,a .. ;,y �.+r>,a.,.$r,;i.rr. .. ..r.�,.x�+_S t...,,, t,.��. �_..+.�..>..:Nck, $. t�a-.7. _.L=..r>.�.•x r>_i.?,..:A' WCD Cost to include: Supply and installation of polymeric sand and cost for added concrete banding. Original Contract Sum 344,368.82 Net Change by Previously Authorized Change Orders 3,487.00 Contract Sum Prior to this Change Order 347,855.82 Net Change of this Change Order 37,649.79 New Contract Sum Including this Change Order 385,505.61 ECI Site Construction Management Date Coloscapes Concrete Date Page 1 Coloscapes Concrete P.O. Box 207 Windsor CO 80550 www.coloscapesconcrete.com 970-686-0948 970-686-5473 COLOSCAPLSconcrete Change Order Request COR Number: 02 Date: 2/18/2013 To ECI Site Construction Management ro3Max BRT Unit — 01 Additional 3" & 6" Banding Curbs at Truncated 3,432.0000 LF 6.3432 21,769.79 Domes 02 Polymeric Sand Material & Install 03 Multi -Colored Paving System 12,632.0000 SF 0.8571 1.0000 LS 1 5,052.5714 ( 5,052.57 I Change Order Request Total: 37,649.791 Page 2 Rocky Mountain Hardscapes PO Box 1506 Eastlake, CO 80614 3 glAa 2 3� 1 0 �afrH'� cc, CEi Name / Address ECI PO Box 2135 Loveland, CO 80539 E-mail Phone ju stinCcoloscapesconcrete... 970-669-6291 Description Max BRT WCD 4034 Provide and install Techniseal HP2 Polymeric sand over 12,632 square foot paver area - Provide and install three sizes of Plaza Stone in three colors instead of Holland Stone in one color. Credit for eliminating standard joint sand over 12,632 square foot area. Thank you for your business. Phone# I I E-mail 720-252-4079 Fax jcnrmh Lcom 720-872-3397 Total Estimate Date Estimate # 2/14/2013 1049 Total 0.00 0.00 9,474.00 t �� 4,421.00 -1,389.52 $12,505.48 COEOSCAPESconcrete iI"," C7G bRS-COJ5 1 r1. 3T:1 CPS. 5=^ 1 P0.F3<;' 2, i'Wa,Js', (q EJ:SS Attention: Tony Perdue ECI Site Construction Management Loveland, CO DATE March 12, 2013 Project: MAX BRT -Tactile Warning Strips Quotation valid until: March 17, 2013 Prepared by: Justin Gallas '" BID SPECIFIC TO BID QUANTITIES and QUALIFICATIONS'" Add for labor. materials. and eauinment to nerfnrm additinnal work, Description CITY UNIT UNIT PRICE AMOUNT 1) Provide WAUSAU Pre cast Tiles 3,620.0 SF 12.38 $ 44,808.00 VS Additional Work Rates: $/Hr Reg $/Hr OT Supervisor $105.00 $157.50 Foreman $65.00 $97.50 iS Carpenter/Finish $53.16 $79.74 3(� �0 Y Laborer $45.00 $67.50 60�.,U/ "1 Exclusions: Design, engineering, testing, inspections, survey, layout, traffic control, earth work, subgrade preparation, demolition, supply of embedded steel/items, , water stop, colored concrete, concrete paving, curbs & gutter, sidewalks, drilled caissons unless noted otherwise, winter/weather protection, dewatedng, joint sealant/caulking, concrete sealer, grouting, structural concrete coating, concrete patching, liquidated damages caused by others, concrete pumping for (shelters, drop off areas, & stations) bond, taxes. _ $ 44,808 TOTAL If you have any questions concerning this COR, please contact Justin Gallas (303)229-7963 0 800 X /105- = 447104-8, 4o CHANGE ORDER NO. 10 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: $ 55,287.42 4. Change in Contract Time: 0 calendar days for substantial completion 0 Icalendar days for final completion ORIGINAL CONTRACT COST $31,886,878.94 TOTAL APPROVED CHANGE ORDERS $ 2,405,491.83 TOTAL PENDING CHANGE ORDERS $ - TOTAL THIS CHANGE ORDER $ 55,287.42 TOTAL % OF ORIGINAL CONTRACT, THIS C.O. 0,17% TOTAL % OF ORIGINAL CONTRACT, ALL C.O.'S 7.72% ADJUSTED CONTRACT COST $34,347,658.19 ACCEPTED BY: ( 14-?DATE: la✓ Contractor's Representative J I_ REVIEWED BY: DATE: 7 7.4'73 Construction Manager r APPROVED BY: DATE: 1 ' 7,7;,' 3 City Project Mana r APPROVED BY: J DATE: 7 Z City Engineer APPROVED BY: (V ( DATE: Purchasing Agent over $60,000 cc: City Clerk Architect Contractor Engineer Project File Purchasing RIO GRANDE CO. Building Materials Since 1908 Cusr. #. 4974 Ship MAX BRT To: 32854 Weld CR 13 John 970-593-2610 need donkey Windsor, Br/l COLOSCAPES CONCRETE LLC ro: PO BOX 207 WINDSOR, CO 80550 INVOICE Duplicate 02/14/13 1417071-00 +kF_2,._X'Gi,>D�.`e':.I�dH�ii:i1::��:�. L COT 0.00 _ _. __. MAX BRt _.,_Z _. 1 Correspondence RIO GRANDE CO./BUILDING MATERIALS DIV. ro. 201 SANCA FE DRIVE DENVER, CO 80223 Phone: (303) 825-2211 Wehsite: www.rlograndeco.com Cust. #: 4974 Ship max brt project To: Bill COLOSCAPES CONCRETE LLC To: PO BOX 207 4974 WINDSOR, CO 80550 INVOICE Duplicate 'llivplee Date- : i cc DMer f1 '' ��. 1440113-00 ..........._.............._......,,..............................._........_i col 7.62 max brt Correspondence RIO GRANDE CO./BUILDING MATERIALS DIV. To: 201 SANTA FE DRIVE DENVER, CO 80223 Phone: (303) 825-2211 Website: www,riograndeco.com _T,eimss_: I%n10px/n25 -_ Shr oi't s, s _ ;. Shw,:V,B Sh�petl x s 0.(20) BMD �� Pickup Product Quantity Quantity Quantify Qty Un,t. Amount Ln# And Description Ordered BJO Shipped U/M, . Price (NeYI I � wausauadadome ,:d>. .: .:.,;. ..., ::. :::.:.. :: 3648 ;.' ..:::-:. --sqf----::'.':: 9:45 :-.:.:.:%34473.60 Non Stock mlllnulrlullnu priced per square foot lllll llllllllllllllllll!!ll!11 2 fi ...:,.:. ::::.:.: .:..:.:...... ...:..:..::::.: ..::,:..1 each 6100.00 6100.00 Freight -in 2 Lines Total Qty Shipped Total 3649 Total 40573.60 Taxes 2847.70 Invoice Total 43421.30 -ash Discount 405.74 If Paid Within Terms Customer Cor MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand April 30, 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. 181 Pavers at Station Platform — WCD034 Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 34 to modify the contract drawings to change the station platform truncated domes to cast iron inlays versus concrete precast per the Owner's request. It also adds concrete flatwork around the truncated domes to accommodate this requested change. Lastly, this WCD clarifies the type and location for concrete pavers at each platform and the type of joint sand to be used for the pavers. The colors of pavers at each platform location have been further defined in the Finish Schedule included in the WCD. Please find the attached proposed Contract Change Request #181 from CEI. In reviewing this request, an independent quantity take off of the pavers located at each of the stations and stops was performed. This was completed for the areas in which a varied pattern is to be installed. The contract drawings with the identified surface area have been included as supporting documents accompanying this letter. The material price change for the varied pattern size is very insignificant. The majority of the added expense is the additional time it takes to install and create a random pattern of stones as opposed to a consistently sized/colored paver. On average, the time and labor expense equates to a 20% increase in labor. This has been reflected in the attached Independent Cost Estimate (ICE) attached to this document. In addition to the evaluation of the varied pattern paver, the material cost for the other items included in the WCD has been evaluated. Several sources were utilized to provide a direct material comparison. It should be noted that the CDOT Construction Cost Data typically do not specify the material type for truncated dome panels. Therefore, it was somewhat challenging to verify the cost change between the precast paver originally specified, and the fabricated cast iron panel requested in this WCD. Utilizing the 2012 CDOT Cost Data manual, the price estimated includes all costs associated with truncated dome installation. It is industry standard that the fabricated cast iron truncated domes would be more in material cost than the similar item being manufactured from precast concrete. Therefore, the credit listed in the ICE was based off of an alternate cast in place truncated dome panel. Based on the information that is available, the independent estimated cost for the change is $65,372.75. Considering the information above and the ICE, I find CEI's Contract Change Request #181 in the amount of $55,287.42 to be reasonable for the required increase in scope. As such, I recommend acceptance of this additional cost to the contract. Keith Construction roject Manager CH2M HILL Team 970-988-8605 keith.mever(c@ditescosery ices.com Cc: job file Change Management Checklist Compliance Category Date Reviewed Reference Initials Reviewed for compliance with 4/30/13 Part of the build alternative, SCC KM Environmental Assessment 20.01 Included in traffic control plan for Reviewed for construction/safety impacts 4/30/13 work in areas; no new safety KM plans required Independent cost estimate prepared 4/29/13 As attached to this memo KM Reviewed for PCGA grant compliance 4130/13 Part of Build Alternative KM scope is included in SCC 20.01 Reviewed for real estate impacts needs 4/30/13 Construction all inside guideway KM or existing right of way Reviewed for compliance with design criteria/ADA Platform construction according to htto://w .access-board.00v/ada-aba/ada- 4/30/13 ADA standards; Chapter 4 Accessible Routes KM standards-dot.cfm ditesco Independent Cost Estimate Date of Estimate: 29-Apr-13 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (V/N): V Description of Goods (A) or Services (B): A Change the station platform truncated domes to cast iron inlays versus concrete precast per the Contractors request. Also add concrete flatwork around the truncated domes to accommodate this requested change. Clarify the type and the location for concrete pavers at each platform and the type of joint sand to be used for the pavers. The colors of pavers at each platform location have been further defined in the Finish Schedule provided under separate cover. Paver summary: Mountain Stations -Old Town Blend only, OTC Station - Old Town Blend ony; all other stations - Antique Tema Colts, Three Tone Bronw, Old Town Blend (random intermixed) 1 have obtained the following estimate from; Published Price List / Past Pricing (date) 2012 COOT Cost Data Book Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Beau Javemick Other (specify) MAX BRT Schedule of Values Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product Cost($/unit) Unit Quantity Notes TOTAL Delivered Data Source Supply and installation of polymeric sand $ 0.22 SF 12632 Home Depot online store $ 2,775.25 Credit for deleting W asau Tile recast truncated dome nla " $ 24.99 SF 3620 Stop Sings and More, Price for cast in place truncated dome $ 90.454.75 Add cast iron truncated dome inlay $ 29.00 SF 3620 2010CDOT 608-00015 $ 104.980.00 Add concrete banding $ 10.00 LF 3432 2012CDOT 213-00300 $ 34,320.00 Change to mul iolored paving system $ LS "SEE BELOW $ Credit for standard' int sand $ (0.07 SF 12632 Home Depot online store $ (877.92) GC Markup 5% $ 4,838.43 Sub Markup 5% $ 2,537.13 Sub -Total $ 58,118.13 --this is material cost and does not reflect labor. Cost of Services, Repairs, or Non -Standard Items Item/Task: Materials or Work Description Other Direct Costs Price/SF of Stone Total Estimated Area Notes: Data Source TOTAL Labor to install the same size of avers $ 3.36 10784 Home Depot Online $ (36,234.24) Small Size Pavers 30 % $ 3.36 3235.2 Home Depot Online $ 13,044.33 Larger Size Pavers 75 % $ 2.39 8088 Home Depot Online $ 23 196.38 Add 20% for additional labor time with multiple size paver layout $ 7,248.14 SubTolal $ 7,254.61 Y Signature of Prepares TOTAL f85,372.75 p\lcplA4D.tmp: Page 370 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 ------------------------------------------------------------------------------------------------------------------------------------ 608-00012 Curb Ramp (Spec) Sq Yard C056A-004 SH 56 AND 4TH ST IN BERTHOUD 06/10/10 17.00 120.00 150.80 118.00 WEIGHTED AVERAGE FOR THE SECOND QUARTER 17.00 120.00 150.80 118.00 WEIGHTED AVERAGE FOR THE YEAR 133.00 32.78 113.14 112.77 _______________ 608-00015 Truncated Domes Sq Foot =_______________________________________________ ES6 002A-003 SH 2, 62ND AVE. TO QUEBEC PAR 03/04/10 318.00 50.00 29.49 29.00 STA157A-010 SH 157A IN BOULDER COUNTY 03/25/10 244.00 28.00 45.22 76.94 WEIGHTED -------------- AVERAGE FOR THE FIRST QUARTER 562.00 40.45 _______________ 36.32 _______________ 49.81 NHCO10-100 SH2, ALAMEDA TO MLK 04/01/10 1,800.00 30.00 37.16 41.95 BR M356-022 80TH OVER US36 ON WESTMINISTE 04/O1/10 12.00 80.00 49.92 35.50 STA12BA-005 SH128: MCCASLIN TO ELDORADO 06/17/10 30.00 45.00 74.29 66.95 WEIGHTED -------------- AVERAGE FOR THE SECOND QUARTER 1,842.00 --------------- 30.57 --------------- 37.78 --------------- 42.32 STA083A-036 SH 83: E-470 TO PEORIA 09/09/10 31.00 60.00 52.43 100.00 STA177A-007 UNIVERSITY BLVD: C470, DRY C 09/16/10 48.00 50.00 44. 64 45.50 WEIGHTED AVERAGE FOR THE THIRD QUARTER 79.00 53.92 47.06 66.89 SHE 0503-071 ________= 608-00 ES6 0852-103 - DEFAULT US 50 - FORTING/MORRIS TO BAL 10/07/10 WEIGHTED AVERAGE FOR THE FOURTH QUARTER WEIGHTED AVERAGE FOR THE YEAR 026 Conc Bikeway (6 In) ALT US 85 / C-470 INTERCHANGE (ST 03/18/10 206.00 206.00 32.00 32.00 31.50 31.50 45.00 45.00 2,689.00 33.43 ___ _______________ 37.71 _______________ 44.81 SqYard _____________------------------ __________--- ____ 8,409.00 30.00 32.26 31.00 KEYNOTES O StRnaN MW.. A49 OO stet KAwm. A5, 91ELIFR TYPE I A. Q SIIEL2P lYK 3 A. O nCI(Ei vEnmrw uAalvc - -' Q STATION 10 aAmx - �� � � iAGAE wMHINC EDl£ A, 53 _ Q BRE It. A15J \ Ml 91 Q Eu pi(iNCY GVL BpM - �� Q ff}Ibl ART IN RIflIC PL tj i REQP7AQ - --- IB - NM 7 �I p v� _.. O HAI LBRi LYIIOEWAVNL US __ _ REFERTO pANWGS NIRO RAn R.O W. 1 3- ^r Z - _ SLOGEO wALYwAI(I:A xA1) 9 GGN CAYERA - NtIAE V I)AtW L TG - ��j�4, 1 a P A91 VOSCtME WA.Gs r v t.., MAX v 1L. -. IL!_ L / / ,... AX.^a �`.'Y - Q Pac Yourvrzu Llo,t A114 PEOEsimAN mSS..Au 1` r'/,�1:. :,:• Ro."tY AN[s rH1A113D _ io Q ADq RANI' FA(In1 xAx) 9JIFACE 1REAlYENt - 1 I� -11S WXAING5 TNT at� _ - I q EassnNc aPaREFIT„ I -- O W. soEl.Aix N.RMRTC _ _ xOi uLln-NSE mul IA.,rv. 22 _ - 3A fESEFKD F�IINEAN. suITT E tPEATNEN1 O YErK aAF11EP - -... _...— —. 03 ...-. _ - C.. NAIaAT Y LNE ra PE PEuoSsn eerrsE A01 AEG A;, �Of COO rvPIGK P J ~ LAURENCE C Ensnxc IXNCAErz h mnaxc oaaa HFRMAN r 301701 /15TA710N LAYOUT PLAN O Prm, w1.: 11 to mll Sheet Revisions MASON CORRIDOR BRT Cmshncft Orm s STATIONS Project No. ta. Name: mn-eRr_sl.ronL. IaF-xw.N� e. wm CA-1, wt. Hpu. $Me 1 >f 0' 'MI. Sdc NA ® Fort Collins x^ xmaw,.' HARYINIY STAnIXI-STATION LAYW i GLAN It GIv NI3 lint Nbn - MIT lmJc NA. O A N.N R!,!,V: O Oedw: Sa xumtwa O vaa: 91ee1 wExl: siAilCNs sM191a1: Aos o! Alss =IQI xum[e 642 Ci- o')IFC KEYNOTES ----------BEA'.. R.A.. XAN �OXR " ON AIT. .1 �Mul RI 1: BRELTER ENRE I XSI A. 09 VO -------- (� RAA-ROAR RO FC ------- 7 < rW,,FE AXNNNAG EMOE Alsz REELB To- L --17 1 LAROBCA', E2 1 DMAiANNCS BATE A atMo. - AM, . R.N. Fit. i (;2 ERAX� UPTURN RECEPTACLE FOR LANG.APE FNANDNAIL AT. RAMP (':F2 A.) 13 yIRIAV 15"AAf[�D AARXWAY(l:" MAX) wlANAFN` OS OR, FAANNn FUTURE vXuww LOG1KK1 7 A154 7 1e ADA .. RA.P (1:12 X* REFER wr T. - -------- --- ----------------- BONN REFER,, R.N Am ERMN PT TO REFER E.S. TONS N.- 'FEN, T UN coz ic� R.MEY 0� OP <:E) MULO-USE TRAL Tm"—� BARR I RRM',` (11F TR��'A'N 10 1. ---------- LAURENCE CD .F.ERR AN') 0 HERMAN -(iFj—.ElAl �F-T- 301701 hlAROM ID BEACON zo =RPEORKING NINE RACK (M) o) ---- ENTIANOED SEFIACE FNIIATMENI -- ----- REFER TO 2/Al. STATION LAYOUT PLAN I ON 11 20 Project No PrInt Date 11/10/2011 Sheet Reviews MASON CORRIDOR BRT STATIONS E riaNnine D.1, Cnnn—b ImL ling. SXI. 1'-1nOIIIIIS TROUT.AN STAnON-STXnON FAI.Ai PLAN FT UM 7D73 W n"n(- 00 LAAR, WINS FVrt RWA.iE �P7 xuwvA EaE.T �T�T, AX.A 645 C, I -In')IFC KEYNOTES O $TARN PUIFgM AI9 Q srre PUTraRN Asl OO SHELTER 1w I A. ___________-----_ ____.r__ ______ EXIS11. axSF RARXAT—_______ _______ _— O SHELTER rYF£z AW O 9] 9J ( STAPON 10 OFAC[H Q iAG1NE X HWG E➢II A152 AA _ ISIEA TO LAND M O BNF A. A157 -1 o Q CH FRILNLY GW. B]X = 9' PFMSMIAN LNOSSWALN - / O ffNp - MR, N RIFIK M I' AREA. EMIANCEO 41RFAM IISA INCN) _ 12 I6 Q tl)ICR flELCPTAgE 9' .. .- Q HAHgtAI A155 PRT WM.-Y - PMR00D ROW - 13 ,ff _ 1 _ .. �r -�' (mo-/ RAW (1'12 MAX) R6ER i0 OVIL ORA-77 Hj `Y 1 _ i QAOEY R69i_L. Q 4WE0 WALKWANI:M MAX) . / TT �WoTd!j I \ A9J 2�1 I v RAMP 1 4. '.� 3 27 111- 1J • - W I , O PJNJRE vALOANOR R. - \ AISH NOSCAPE ORAMWGS S'� 1 .. � a 1 I: 4 }? I A9] I ! All Q PIXE NWNIFD LN}li PFOESIRIAN ptOSSV N( ANE .p .p l.__ - R \ CXNAMENi41RPACE 'S 1 �_ i„r ] ) 'I 1I AN. Q.PB RAW (I:li NATO FONY 1 17 IO •I 4r' Q 1IR • �` i Q IX51WG COL(g RUE M191y1• Nr1 4LfWNN 19 RNR 1 i` Q AE_QFIEO RRNr nv_...._A�._^ _.. _..____________.___. _O _,_ __. _ ____ ... ° ____ I_____.._ QD NET. eARwEn - �`- Of CotoQ Au xw cdILREIE PA0 , I WE RAMS J (0) i tiQ'V 90 EX'SRPS y LAURENCE O I WIRMLAR HERMAN 1, ENIRAMMAENT sr 301701 1 1 0 ' - -- _ i _...SP" i � -z OSTATION LAYOUT PLAN i U�� I_Ia _Y PrN,1 omA: n Ic zon Sheet Revisions MASON CORRIDOR BRT CmatruLtlm p0`ig' STATIONS PrajaMJNo. Fie Nmne: ID)}-gPi_SlotiMo 11]-IbxlmlRtlW Oolc fermmta Mh HONSETIXIM STAPON-STAPON LATWi PLAN FL G m A)3 xorN. sw1W I" -la' vWL. s<IW N A ® FOPt Collins No RWmam i L1NI Wwnwlol w1 LmeN nxi,b p - �_. RaNiM oMgnX: Pz 411WLXe O Wldv: se xWwN. Vdb Steel Subml STATIONS IStsl A 4X AI2 of AI59 648 nl ']/v11FC A� �191CAL P99 LDELL£rv.ADR NOiOR.� /0F Coto\ 9 yLAURENCE 0 NERMAN r 301701 KEYNOTES TON PIATPCRM P PLATROMM 1. TYPE 1 LIEN TYPE z IET WERING MAcnmE NOR ID BSA PX4 Rl INBRMG Ea. NAGK NCENCY CALL BO% CH - ART IN EUBLIC PLA ER RECEPTACLE DNAIL IP (1:12 NA%) RED WN.KWAY(I:}0 MAX) V CAMERA URE VAUDATOR 111GATON E MOlN20 TRENT CURB RAMP (I:12 MAX) ROs I CUR. LING WAR I SOEWSLK P-USE TRNL ERVCO AL BARRIER t m-n NORTHBOUND STOP LAYOUT PLAN 5 z O Print Bee: 11 I- ® Sheet MASON CORRIDOR BRIT Fort ColUns f�. Cant-tian Orosings STATIONS SA'ALLOW STOP-NN STOP LAYOUT PLAN Projed No. Name, ] T-St slnuanClewfwl¢Is s IInHB.a. Dmc Gmmmle Go—le ImL. No RMtlma: Fl. C'dlna'. ND II I'-DRT ' III Emk: f=10 LM. kac N a e Unl lnkmwfiol 0 a RITI .XLk Re.mem Deei9nec PZ sIPeR e Delvler: SB Numbm Q V°a' Axl Xumbx sEj' Aat Rbxl. STATIONS I Slml Slams AI5 of A159 C l -30?I FC may: CHANGE ORDER NO. 10 Exhibit A Project: Mason Corridor — MAX BRT Project No. 7332 (CEI project #12-009) Date: July 18, 2013 Description of Change: MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction This change order reconciles various portions of the MAX BRT contract. It changes the scope of paving work at each station platform to include cast iron truncated domes replacing the precast concrete domes specified in the contract. It also adds concrete flatwork around the truncated domes to accommodate this Owner requested change. Lastly, this change order clarifies the type and location for concrete pavers at each platform and the type of joint sand to be used for the pavers. This change order is due to Owner requested changes to match City standard construction techniques and materials which lessen the maintenance needs at each platform. Cast iron truncated domes withstand the freeze - thaw and snow removal operations better; polymeric sand bonds the pavers and eliminates weeds; concrete banding allows for containment of the pavers and provides support along the landscaping and unfinished edges at each Type II platform. Change in Contract Value: The contract value is being increased by $55,287.42. Please see attached pending issues log summary and work change directive as summarized in the table(s) below. Work Change Directives/Items Item Number Description Contract Value WCD034 Pavers Changes at Station Platforms $55,287.42 Total Work Change Directives Change: $55,287.42 Page 1 of 2 C KEYNOTES --cxlsnNc D Q $iPPOH PLATFORM M9 • ____ _ _ 0 SLID, P,A.. (:3) 91ELLEN 119E 1 P51 A53 \' Q SHELTER TYPE 2 AED Q DCXEl SEXDING 4AGXINE - SLALOM 1. BE. .. Oi ucnI-E wArmlNc EDGE a. RACN AISz \ \ 1 /i' // O ENEA@ICY CALL BO% - \ ' - _ O BENCH PPi M NBLIC PLATE - O LITTLE PDRAL ALSO DECORATIVE a99 flAMP (1'.13 MAM) _ WPRDRAIL WARORAIL O SLOPED wKYNq Y(1: 20 MAX) _ SW MDWND16 PLATE OEM 11 IJ- -I III - CC CAMERA O N - 1 _ 9 10 __ 22 ._ 1 I -y _..._ :, © MR E VAUDATOR LCCADCN �- ----- 14 _ _ __ _ POILE ANDURTED ODa WRB RAYP :12 PR) (1 A15 EFER RDwr J1 14 NET BVs - 99 e Y ® NEW cuRe RDWYT 15 _ J _- •' di Qn EtlSTNG LMD EXDWYI 1 e I I e •: I6•• I• ll I NEW SX., FEE. T __NO.,1 MULTI -USE TRIAL NEw gV5 PULLUU' -_ -_ 1£3R YE0 - A5y 2 TypICK REFER i0 CINL DRAWINGS METAL BARPoEfl - ) 1 _ -__ .-1— -_".._ -- _ 1� L _ I-_ •• - __J.- NEW CXOSSWALNR REFER ` Cp(p� McaMIAND DR. - -- IOCDECIDRALVE�VOCC ML DNawecs 9 Q - - y LAURENCE MERMAN - - -- -__ r 301701 SOUTHROUND STOP LAYOUT PLAN "'FUEL, : II ID zoll ® Sheet Revisions MASON CORRIDOR BRT Fart CollIns ,+„.. ._.,�.—�. Gmshdm t6ctlngs STATIONS SWALLOW STOP-SB STOP LAYOUT PLAN Project No. FIR NcRFA: 1013-RRT_51o1iMAewIIW$l6 SlOIloYHdl Oo1c Lommm6 Int. Ho flevisims' i1 Cdlnm J(IA I. S k I" - ZOO e1... N/A LMT Inbmnlon 1ml LmeT mmo p xeNser Dgyns: Pz Swmre DemlR se Ir., p O Vtld `Tml XumEc 6rj2 5M1ee1 Submi: STAiICNS Sdxl AWhx AI6 of AI59 (.1 _1()mIFC EIJSIMC BNSf flNLwAY RAIMOA°R.O w. 103 — ;n^— — — — — —=fig— — — — 11110"] -- — — — 502 ------- ----- —..�..— --- ---- _._------ ) os 6 _ 09 _. _ _ _ ! LHCL MT GINDEw,Y NEUR i0 CINL ORAWNGS FEGf51RI,N CRDSSWNK AREA. [NNerv[fp _ SUREACE ME VENT AI py 1 2 .WP' N r J - 1yILT1 1 2 RANP' 1 L 8 M2 RRi pxuENAY 103 PEEER i0 pLi ORX... :I "„JNAXti. L U81M� YN((.y N/"A TWA NOS 21 �^ } 12 19 iir i••, 7 _ _ )o z! E� - � / � ��- � 19 PEGESIRIPA• cR0 K AIREnMLY •W® SUIIRTAPE� O 1B r ,20 5D KEYNOTES IDN PLA70RM PLAn M RA TY I RR TY 2 MACHINE ON ID BEA. L WAMwG E➢GE NA. LJ OXO+GERcr Q REHCH - ARi Ix ZU. RACE - Q MITER RECEPTACI£ - QD I.A.1 (1:12 .AN O 4APE° WkK.1(1:2.F MTV CAMERAMERE VA-DATOR I-ECATMNPIXIFD LIGHTO ADACURB RAMP (1:12 NAX) ERR ( rJ EpSRJG (LPB Q KW 90EWKK NLIn-USE iRNL O I�sRnED �� KTAL BARN[R �Of COzp\ 9 y LAURENCE Q 301701 /1 STATION LAYOUT PLAN Shmt RerWms MASON CORRIDOR BRT aO�MD srnnoNs Project]No. qe Hul,.: Ton-BRTsIaIIaIL° u9-aaea D°Ic co-1, M(. "°'°' s.Xl. ' -i0 �' Ytic " ° ® Fort ColUns "^ "^�� TRANI STATION-SIAnON urauT PUN EL cae,A 9pn R. X. UNI LMer.xnN O _f� PeNm! D.*- Pz Sh¢hve O U Qr1 % sa NUMwe t� "� sLSH <TAnrN< cw.l car. Al. „r Al RD 1SM:1 xlXww 655 KEYNOTES CD CT) — - — - — - — - — - — - — - — - — - — - — - — IXIINc lll,4 RAILWAY- — - — - — - — - CDAC Q STARON ID BEAq TACTlU WARMVAG rr� --- ----- ------------ ---- ----- ------------------- ------- - - - - - - - - RAcX GD A - - - - - - - - - - To BcAPE (:10� BIWH - ART . PLUlL. 1� F —110 Z.1 _0 RA.Q k0l ------ ----- - ----- mA.RoRAL RAW (1:12 MAX) oE.1 REFER 10 MITER Tl] 0 WA.M. LMOSCAK DRAMNcS GD 4M0 W.X.1(1:. MAX) OJAI t' 2 4 Al. 4) CD �, CAMR. WIDEWAY Err . REFER �.L 0NlZ FUNRE VAIRlAMR �ATCN Rd£ MWHIED UblT Ey. -- ---- 7 1. ABA WRB RAMP (1:12 MAX) I Bus MCM QJRB rCIR QD al A24 CIDmuL ------- XAL, MFA O Mr3R o METAL BARFRER A BIG A .1 ITORAGE AIA. 9rFLrrM rYPE 2 HERMAN OU1H?OUND PLATFORM LAYOUT PLAN P4t Oalz II to zoll (m Sheet Revisions MASON CORRIDOR BRT FortCoRins U-bucti- mlilop STATIONS SAY FARM S7ArCN-SB LAYWT PLAN Project No. Fl. �t I R., /A JP[lr�- Uwft Lam. bA`Xl X A^I RUREs 658 �t� STATIMS 1SLxI Sialz A22 0l AI59 C.1 -JfjAFC KEYNOTES M I Qi $IAnOX Rg1FORM M9 UQ SiW IA.. .1 Q 9ML1EA lYR 1 .V3 Q SKLIFA TYPE f A. —X Q WKR VL C MAC11WE - Q SIATON ID WISLW - _ Q TALTLE WnWING ED(S A15Z _ ' Q BENOI - nPi N I. RA - Aro \\ PF➢ESTMAN BROLE ." `\L - \.! P IMAN N1RA MQPTA4E (SEE PROLE R/r S) O HUORnL Alm ] 3 PIYI oRANNGS .\ , `\ Q RAW (1:Il MA.) _ WAN O saPEo W.I(I:RO NAQ 44, _ T\ O CCry GNFRA - 1 -♦ ¢': 5f (5)titnT J W__ 1 i` 1 O. FunnE vuonroR LaanoX - l I+ Q PCIE uglXl[0 lldi A15A A➢A Qn® RAMP (1:13 NI.S) R T ROWT BNT ARa 10 I] _B \ ® XL•A CIRB FRDW i i .. .. - _ ROW/ BTC P i SLAIRS A. F1£VATQt O E451PIC MtP �� t iI __ _ _ 1 _ _ _ _ (5¢ PEDESREAN _____________ _____ . i II �' SI — ORMUZ PLANS) O NEW 9LfWALK RUMR 9NE R.RN O N1n-USE TPAL URN d 1 WTAL BARP[P - ry 1 �pF COO R CE � � I ~ �O W NERE. AN 901701 4 /1N2RTH9OUNO STATION LAYOUT PLAN a PI t D II to zoll Sheet Revisions F n X ProjectNo FI N ]O]3-BRiSIGNOL0 IP3-n Cmmb Il. V�y tPhapySTATIONS H I EI 14m1D N A CD . Fart ColVns x"' No R-W—: NAY FARM STATION -NB LAYWT PLAN FL Colm'. ]0]3 Vil ln..— Unit LmEer Fllule Q.n""�"� PeWed Oefgnw: PZ SE' _ Q DnIMW: SN Nunbea Q VNq' Reel $ubfel: STATIONS SLW191w1x A23 a! A159 Sint Numbc RPj9 CI-3021FC — — EABBNG EMy RALWAI • -r— - AILS . nll.1 \ _ .Io .. RITI FENCE 11 �BFL --_.10 _ WIDEWAY ERR TO CAL ORAMNGS- REFER TT OPAMNGS LANOSCPIETl "-CIS•' \ rr 1 11.P%MP3 } •� 1l �. �.r� �p�; W 4 11� \ 4115 PE0131MAN CROSSNALR I�.,�• Y PG. ENNnNLEO SLAEaCF IREAIMENi. _- '+Ti-•4 15 IB � I ' _ .. L _ .NRT.GUIOE -- ___.. 6FA TO qALNL CMAMNG$ tW UNOYME DRAMNG$ NFEN TO12 kAUl RAILROAD P.O.W. ri� 1 IR t(Rv1 10 KEYNOTES $TATDN PLATZPM STOP PLAIrCB. SHELTER ,111E I %TELTET TYPE 2 TCMET KIEWC MAOIK $TAT XN ID BEACON TA RUC WyMwC EDGE ROE RAP EMERGENCY CALL BOX BENCH - ART W MOTE Pt/ UTTER RECEPTACLE HANORAL RAMP (I 12 MAX) SLOPED WKRWAY(I:RO MAX) CCTV CAMFAA IUTME WODATOR LOCATON POLE MOUNTED LI T IllA CURB RAMP ('12 MAX) BRT BV5 NEW NRB T.OBN0 CANT NEW ACEWKR MW.B-USE TRNL F • 22 I 3Q5 MEIAL BARREN - // I I ERLICTWALK AREA, A. O� �O�O -`..^ AA iREwncur. 9Q i ] ASD u] i y LAURENCE �i MERMAN f— 301701 U Y ;I STATION LAYOUT PLAN Nlnl U le: 11 ID 2D11 Sheet REVISIOR9 MASON CORRIDOR BRT r tw Dm*gs STATIONS Project No. Ea x e: ]DTI-BRi31nPmLN 12G- mi.m Bme: wmmmlr nll. N I. Sml. 1"_l0' Vet. SNe N�a ® E-_rt Collins !J Ho ReAsme PROSPECT STATION -STATION LAYW T PLAN EL CJiu' T))S U,1 Mbmalm MII LeNv hllv6 O TV_, f^-.. Herbed Dmgnc PZ 9 cbe O Deloim SB xumese Q VtlE: Avel Subml: STATIONS SEaI Reels A26 0! A159 9We1 XumM 662 cI _lm1FC EMISING 9HA RA0.xAT 0 �2 LAROSEAPE ' !eQ L 7 �bllaenrs�aEM;ca EAFARENT IoilW®I A0 To _ ___��.BwimEn Ij .Inl NE _I O -------- — ------- LBRr cuoEwev-- R6ER i0 LINI REFER KEYNOTES ION PEATERU. ,A.. TER TYPE I TERTYPE 2 :T TEAMING MACNRE UN to A. ilE w RMINC EOLE RACK 6NLY C BOX n -ARTM Pou R REQPUCE �l YNEO WAI.MwAY(F20 MAX) Q .1 CAMERA Q FORME ... IPLAT. Qn Aa ..TER L T O AOA aae RAMP Unz MArI Q aMr Rvs ® x[w aMa O Eesnxc wRe Q MU,F-USE TtAL Q E£SEAT£0 Q META BARRFR of C040 9 yLAURENCE 0 HERMAN r' 301701 It 0—S ARON LAYOUT PLAN Rl I o lx. II to zoll Sheet Revisions MASON CORRIDOR BRT Cmyhuctlan 9y STATIONS ProNo. PI ry R: mvz-BRi SmR�Rm Its-u Mw.R n. limirm S, w lmelOW Serk: x A ® U.": Ccmmml. mu. Fort CO(tIY $ .+° xn xaam.: UNIVERSTY STAnOR-STAnaN LAYOUT PLAN PI. GR,A o,3 IFY bmc1 II R Lmly FICv6 ' PZ SWc6ne O RAmTw: SB NurBm Vim' Arol SASI: SrAnCNS Steel 9welz AR9 vl A159 Ae' xI^Fw 666 C..i_'AnrFc �I KEYNOTES Q STAPON PLAVON. M9 RESUR05N EN151W4' 9L MEw wS gEM1Y991 EASrtlm 4W' RE A9 xECESSMr -ITS, BE IEVFL Mm 3 IEaSSAIEY oust eE LLKL m I O sICP PLARYFu All TOM BE MNN 4 AND 1(P a 1W 6 9MVKY AND TER, BE PLATFORM Alzs PIAMO N _ O SHELTER TYPE I wSl - __- I r �,_n•_ 1i111 - ••-�_�._ ... Qi SHELTER TYPE z ADD �\ OA RXXET svoxc MAcxXE - B Le o ( SunoN ID BEACON - 2 Ifi 1e u n I 4 r�LcnLE w.wHwc Flu 6 Fq .. 1_..r..-=�.3 NINEuaa wlai - (EMwaRcr DAL. TomPLATFORM - .: T - T ® aRCN - ART x PuB - swmswxn .• SOUTH MASON Si. 1e l0 Ix NARDflAL Al. _.. .—.. _ 5.. � gaup (I:Ix NAq DEcaa TO C AL MA. Ks w A1zs Asz - REFER m oML OflAMNGS soPEo wAiKwwr(I: xa MAX) _ WEV CAMERA - Q WNURE.. TOR LOCAD. - '•'•'•'•'•'I• •, _.__.__..L...____.___L_.__._..._.I___.....—___.—___________L____—_—L—__.—_._[Asnrvc.exsF_RALwar___ O POLE MOUNTED UBHr All. 19 le ADA CURB RAMP pax Max) NED Ixpwr [IrNORTHOMND PIAIFCflM T FIxS Asx rrPlcu. SOUTH MASON ST. O' mT eus E$W PREA AS NO,r. WNB EfER MIN Iq RENRBI91 EYSPNG S00 MEa AS IEaSSPRY O p5n G C1A9 gOWY TE a PLA1FOiN HO iOP FNR'llNBE II ....—._ _ REW saWAiKW TFORM _ PNO iCP 6 MUST BE IF.ELII Mm TOP Or 9DC LK A E ry NO.Y I III e II _ EPw li �' I f 7 C G OO uuol usE TRNL It ww ROwY a I II I OU1T£T- TO WRO - Q RESERKO - METAL BARRIER - D aw EXTEND ROTE pi ELSEE TEND L6 M� s A II DRAW I♦ BELOW PT. x5 WiHEi mCVHD IS ifi 10 _WRB I z oe Coto II � RAM 90ONSTORE y LAURENCE Q MERMAN 111 I r 901701 T STOP LAYOUT PLAN a .e PrM1 De1e: 11 10 2011 Sheet Revisime MASON CORRIDOR BRT Cmshuctlm OR tq STATIONS Projed N, GRe Nmne roT}BPI_s1 II lswe]}-Lmra e. Wle OM,,—t, IML NON,. smi I--10' wn. set N a ® FOYt COttINS5WAN^ R^'mwHi LAUREL srw-se n Na STOP urauT PLwxs F1. wMx m)D IRI MknMm w1 L. exit p ._ �-+•. Fer'mt Dm1pc: Pz s1vL. O Delaw: se IAmlr• VOo- 9wel 54x1: 51APCN5 BOz19�M1i A.]2 al P159 SN[C1 Xl,rev $$$ C,j-3n�FC i KINL'S AUTO `EXSIWG PMKWG $EReCE r r N y pENFdSN E%15TNC 500 AREP Ir 5 NECESSARY. MUST BE LE MIM 1W BE 510E.IX ANO IOR OF P-ATEGRM //���� IA I6 10 ITS I III \ .�1 ' 1 I II 14 fl U EA AS I +ECE55 Y MUST BE LEMD- MTN ; �EWASII( AND P OF 6 _11•_ •� 'LIKE bONP1� m R -_ _PA as ,. NEILNOIEN EKISTNO SOD AREA A5 IS NECESSMY MUST BE LEVEL MM IW W 9 CEWp11( qN0 1CP OF FLATTEN.fTALF II NEW DECpVATVE LLKS REFER 10 W MB UU ML piAWNCS le 1 I MIEwW `b . ASI FASTING RAILROAD TVPIVI .A, BOSS GO BE OM lL MASON_ST RELEGATED BY OFFERS / ................. I I _ . ENSTNG ENSF RALRAY _ _L_ _ _ —� _. ..I _- _- _.. -. I. . ._ . ....1_._._.. . SOUTH MASON ST. f ' /1 STOP LAYOUT PLAN i.. I-m-a Fort Collins KEYNOTES STATION PLATMN BNP PLATE. .L. IYPE 1 4LLTF ITPE ] GOIKET KMNG NACIIWE STATOR ID M. FACT..... EIX£ DUE RAM GNERGRCT CALL 90% BERM - ART IN W0.1C LIVEN NECEPTACIE lJ SLOPED NALKRAY(I:ID MAX) Q .1 CAMBIA Q NOIRE 0UDATOR LOCATION Q PC E ... LIEBE O ADA GEN. RAMP (I: EZ NAS) Q ENT ® NEW MB Q EXISTING CMB O NEw sEe+Aix Q MULTI -USE TIUL Q ILSEICO EOS BEIAL BARRIER �pF COtO y LAUREN Q MERMANN r 101701 i STATIONS Project No. MULBERRY STOP—SB STOP LAYOUT PLAN Ft. w1 m M73 PZ SM[Wre SR HUMae uIKL STANCES ISLW %W. A35 of AI59 �AAI XUMa s]T i C I _3021 FC KEYNOTES STATOR RATFORM ti sIELTER FIRE I PSI SHELTER TfTE 2 AEO <D TICKET `.L1dIC MARM24E STAR. ID MACON SOUTH MASON ST. — --------- FMA'. wnrawp LUct, Run INKS RACK Xtyl EMERGENCY CHL BOX . . . . . . . . . . . . . . . . . . . BIENCH - ART IN PUBLIC KACE; . . . . . .I . . . . . . . . . . . I CD UTTIN FRODITACLE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . HANDRAIL AT. TH MASON NST. MOPED W�WAY(1:20 MAX) 47 (a) ccr, CXAFNA FIER FECURAN� FRIOR TO 1CRISTRICION C.NTPAIT01 TO N111IN CRPSSWALF� RETO LANDSCAPE DRAMNOS FOR 7141 PRESERVATON MORE VAUDATOR LOCAIRIM UP=FER - Ft I.IF MOUNTED LILHi Aly. T R I A.A CURB RAMP (lilZ MAX) EFE TO RUBY B 'N'l OCT. CN, OFS U L CRA.N� ION CR.tACTOR 1( RL,,N, NEW CURB RUN REFE I ]HHHTHHHFrHHH IEC MR I MRIATON El HHffHHH n EXISTING CURB REFER I RDW 42D ((D IB IA mEF� (2) NEW Sk, RR 2 Is -1 U. ..-0. X.A... DOCK FOR MULF-USE FRML ACEIR i -I-NOR, RIONTS AM "'N" 7 my METAL BARRIER F" AT"NORT' S. SPORM AUTMOP, of coz LAURENCE 0 MERMAN =701 ul- STOP LAYOUT PLAN ao 1.., 11 AR: A. .1 CR PUnl OUte: 11/10/2011 Sheet RevWons FIX N.— CR—I, MASON CORRIDOR BRT Cm*ueum Nab" STATIONS Pro*t No. Uy", � '-1. WN OWW N/A MULBERRY ST0P-NB STOP LAYWT PLAN Ft. QAWT M74 UUA X�- jxNer Rfth Fort Coltins V,WWnN: RZ DNMW, '. NUIMere I f A159 672 �6d SNmt E�IXTI.S AM �' "B Cj _30?jFC REFURBISH EA9SPNG SOO AREA AS NECESSAR'. NUT GT BE IEMD- WTN.TOP OE / SIUEWKK AND TOP OE PLATFORM J SO111TM ueilW 4 1.__---.L— SOUTH MASON ST. MI KooD__ i WALL LYMCRETE WED — N l0 W F.ET.O II n s�� SP LAYOUT PLAN I `lTO-IK-N Fort Cotlins _ 11 i KEYNOTES L.. (D sunoN PLATFORM O STUP PuffmM OO SREIER TYPE I MTI! Q SHEIiP F,F 3 PCKET HNDINC MACNME >0 Q STAPON 10 BEACON TACTILE WAIA'NC EDQ Q KE R. PAURSUNCY CALL BO% ! OrvCH - ART IN weLIC PLO 1111._t;. LATTER flfCEPiACIE O RANDRAIL O RAW (1:13 MAX) L __.__.. O SLOPED WnIXWAV(1:30 uAF) J Q CC1V CARERA Q MTURE VAUDATOR LOCAPON O POLE NWN. LIWT - Q ADA WRB RAMP (1:12 MA%) NEW DECONATAK CROSSWALKS REFP TO CINL DRAWNGS T 9us REFURBISH EXISlRNG 9A O NEW SUN. AREA AS NECESSARY, MUST EgSPNC SURE) LF£L WITH TOP OF MWAAUK AND TCP OF PLATFORM O NEW SIDEWALK MULT-USE 1RAIL ® RESERWO METAL BARRIER 41OF CO4O ti 'Q9 yLAURENCE 0 HERMAN r 301701 } z AN CmstpzUm Orm s STATIONS OE1ME STOP-SB STOP LAYOUT PLAN Projed No. No Rmtlmm Ft. d1-: 7073 Reflud: Onl9nc: Pz slrv[W< Uelala: 5R Numems MMd' Sheet Nt.EH 575 E ,Mt WemL STATIONS S t 9i.S A39 of A159 C1 _1()'JIFC 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 i i `- V-, _ r SOUTH MASON ST " O II ' I I ; I •� � 'i!�, i I REFURBISX ENISTxG SW I] � YflFA AS NECESSARY. VST gE LEVEL MIX iCP 11 — 0E (AWI iCV OF PLATFORM ORN i l V II ATa J.�S _I swpnxc m1iTEA TU I a I I I i I 1WCAL NY SOUTH MASON ST. 1 REFURB SX EpS.G SOD RE AS IB NERSSANYMUST BE MTN TOP OF •. nAni !� NOE ALN A ND TOP OF P.70R. y �EAISIINC FREE TO RMMN 1-1YPICAL $PACPp BEMEFN BO LARLS " 1-0'. REM TO ROADWAY DMAWN45 _ _- Fwa ,DLAND.OEIAEs.__.— a AIJJ KEYNOTES 1. RAD'OD. • PLATFORM RUB TYPE I REk IYPE 2 ET KNWIC MAGXK TOM m BEAGM ILE —R,RN. FOR RAcx IRHcr CALL N. FT N PUBLAC RA A RECEPTACLE .Al _ (1:1] uAX) 'EB wIKWAY(1:2C MAX) I CAMERA IRE VALOAIOB LOCARM MWN2O UMT WRB RAMP (I:II MAX) BUS WRB U. CURB SC . II_BSE TUBL (is) INCIAL BARBER tide Coto 9 yLAMRENCE Q MERMAN r 801701 /,15TOP isXaPNc LAY OUT PLAN cF:llce _ m PNnI D le: 11 IB roll CD)v Sheet Revisions MfTf.S�N aixRiDox BRT E. Fort Collins l� �`�" crosbucom D.-ims STATIONS CUK SiCP-NB SiCP LAYW i PLAN ProjectNo. Ii N=R 7073-ORTSI Lo 1Nar %an2L..& Wle: G —t INL N. Me — FI. CUiia )11)3 N , Reel. 1'-10' M &Oc N P Uil Blnmelan NM1 L.,a W.. O pe.�y Oeegner: SBu4e NYm Oelaiec SB SO O O VOd- AEI MumLp 676 9Ke1 S.beel: STATIONS SbeeIST Aeelx A10 of A159 r`T 1A AFr. BE Ml N EPAUC FEBE1£MENiS. W-U' W 9'-A' W 6_O t•_° _ W-O• B TALL CURD METIERTO PROECT M SPEC61CAnS LEAN PAL �' _ -S 2 I wH O _ .f_ 6-O 4-p ,1_R li li 4 iii r,2_'I J POLL MTH ccTV CAMERAS TACTILE WARNING EIXL UiTFR RECEPTACLE fi Co. METAL C...LICKEi ~ VAU OAPgN MAORNE SENOR ON PLATFORM IS PART OF ART N AUSTERE PLACES ELEMENTS. S SHELTER SET CT INCLUDING REFER 10 PROJECT S EOEICAFCNS FCKET VEYXNG MA01NE O_O SHE R fl05 OUTLINE PRE -CAST UNIT PAVERS OFNERAI NOTFI. 1. NM LOCAnOR VARIES FOR BEE. REFER TO LAYOUT RANDS FOR TO LOCATION, 2. PON SXELTER BETAES REFER TO 4 -AM q AI N. ]. FOR CORE CCAAoJAHT WEORMAMON REFER TO ACC. U. FOR CURS DETAILS R6FA TO AI52 OYWONATE MTH OVI_ DETAILS ]. FOR HANpUE OETWLS R6II1 TO AIM. ° PRECAST FEE M1TH ADA Sa •_o' ''O� °_o' uowr vAREs sY 4 TIRE SwvniN ea RABBI I:I] CONCRETE RAMP BROOM TRISH LIOIT POUS ON RATF.. AAE PART OF ART IN PUBIC PLACCS ELEMENTS. REFER TO PROJECT SPEOIICA➢ONS CURD TERR E VARIES IF MRS y/ 9 OIR9 _ REFER TO LANDSCAPE 6 TACnLE xA1NmG SERE _ 2 PEDESTRIAN CRO WALK AT Oil -'Y WARMNG Sn"M ON PLATFORM /1TWICAL STATION PLATFORM PLAN .. nne'-I-o ,l PI n m: 11 Io z011 ® Sheet MASON CORRIDOR BRT II Fort (-QL4IITfJ `�,: f- l—rI1 C'C"BIC m OTssige STATIONS iTPICP STATION PLATFORM PLAN Project No. ET AN— ]O].10/201rIRTAUDG101�mRfi-Plmlwm.dA pule: to —tons cnmmnie mR No Feivme: fL fdlNe A]J 1 4aY } lfi' 1' O lM. Rde N A IAiI MM1mglm IMII TAN NIINIf Q R�� pagneT: PZ yryrylM N+mfive pelWm Sp VOa� 9'xl No-. 685 Reel ENeeel: SiATI0N5 Slbal SFeele a49 0l A159 C1-t0?IFC Quikrete 100 lb. Commercial Sand-196201 at The Home Depot Page 1 of 2 Your Store: Santa Fe #1605 (change) Out 100 h Corm ucial Sarni Modah; 1;b261 Store SKU # 7 ni $6.95 /BG-Bag Store Only Buy Online, Pick Up In Store Today Check Store Inventory PRODUCT DESCRIPTION Wasl-red and kiln -dried, the Ouikrete 100 Ib. CommerdaI Saint is a consistently graded sand used for industrial and construction applications. The sand can be used as an undedayment for patice, sidewalks and landscapinq. For indu=_tnal and construction applications • Used as undedayment for patios, landscaping and sidewalks • Can be used in fish ponds and aquariums • Used as a decoratNe element in stucco applications • Consistently graded, washed, and kiln dried • MFG Model # : 196_01 • I.AFG Pan : 196201 SPECIFICATIONS Assembled Depth (in ) Din Assembled Height (in.I 0 in Assembled Wdth(inJ Din Color Family Beige l Cream Compression strength (Pap 0 IdanuFocturer Warranty Fee packaglrg Piotluct We,�ht (IL. ) 101 Venical/o, erhead use Uo Working time (Inin ) 0 http://www.homedepot.com/p/Quikrete-100-lb-Commercial-Sand-196201/100318538 4/30/2013 Quikrete 100 lb. Commercial Sand-196201 at The Home Depot Page 2 of 2 MORE INFO X DOWnlpadable PDFs Installation Guide + MSDS + Warranty + You will need Adobe©AcrobatO Reader to view PDF documents Download a free copy f,. the Adobe Web Me, Warranty For warranty information on this product, please call our Internet Customer Service Center at 1-806435-4654. SHIPPING OPTIONS Store Exclusive_ This item is available for purchase in select stores only. http://www.homedepot.com/p/Quikrete-100-lb-Commercial-Sand-196201/100318538 4/30/2013 Pavestone Polymeric Sand-54850 at The Home Depot Page 1 of 2 Your Store: Santa Fe 111505 (a Inge) • '• Model g 54550 Bore SKU g 655&08 $21.97 /EA -Each This item cannot be shipped to the following state(s). AK,HI store only Buy Online, Pick Up In Store Today Check Store Inventory PRODUCT DESCRIPTION Pavestonr's new PolySand makes outdoor Irving more beautiful and enjoyable. This premium polymeric jointing sand s a prn- ise mature of polymer binders and dean natural sand PoySand bonds with the paver surface adding joint strength, as well as, reliability to the pavement srstam PolySand complements any paver Installation, ereuring professional results for years to come. • Works with concrete pavers, brick pavers, patio paver, flagstone and limestone • Prevents Sand Loss and Joint Erosion Inhibits Weed Growth and deters Ants and Insects • Covers up to 100 Square Feet • 'Size and weight are approximate MFG Model g : 54850 • MFG Pang : 54850 SPECIFICATIONS Assembled depth (in.) 9.5 in Assembled Height (in.) 8 in AC�mbled Width (in J 9.5in Color - Broadn Color Family Browns/Tans Concrete Type Lot Concrete Irfiatcnal Other Secondalvi:olor :room SC',uar Feet per Piece 100 Vehicular Tt zf IC F -d IJc http: //www. homedepot. com/p/Pavestone-Polymeri c-Sand-548 50/20315 5739 4/30/2013 Pavestone Polymeric Sand-54850 at The Home Depot Page 2 of 2 MORE INFO Warranty For warranty information on this product, please call our Internet Customer Service Center at 1-800-435-4654_ SHIPPING OPTIONS Store Exclusive. This Item is available for purchase in select stores only. http://www.homedepot.com/p/Pavestone-Polymeric-Sand-54850/203155739 4/30/2013 Page 1 of 2 Your Store: N Ft Collins #1544 (Change) Pavesbne 12 in. x 12 in. FieklskmTusca1 Corr StiStme Model #25155 —[- nSKU biui $2.39 /EA -Each This item cannot be shipped to the following state(s): AK.HI Store Only Buy Online, Pick Up In Store Today Check Store Inventory PRODUCT DESCRIPTION The cid style Tuscan Square 12 x 12 Patio Stone is perfect for most., patio or walkway In ndsape proje ts. It has. rustic leckwilh an old world charm yel its color can fit wthln any landscape design. The 45mm thickness is intended for non -vehicular traffic. Families can relax, play, dine, and entertain while eapenendng what has always made patios popular being outside. Your property can be transformed into an outdoor Irving iwm Mlii a l0le imagination. • Dry'cast concrete construction for durability • Patio stones are easy to install and can also be used for walkways, paths and pool decks • See and weight are approximate Color in concrete products may vary from pallet to pallet_ Please purchase your proje_-ts all at one time • 'Size and weight are approximate MFG Model # : 25165 • MFG Pan #:'_6185 SPECIFICATIONS Assembled Depth (in) 12 In Assembled Height (in J =• in Assembled Wei (in J 12 in Color Fieldstone Color Family Browns I Tans Concrete Type Drvcast Material Concrete paver/step Sr"a Si pe Square Secondap Color Tan Fquere Feel per Fier 1 u4 Vehicular T refLc Pated 1,10 K4dth 1l in http: //www. homedepot. com/p/Pavestone-12-in-x-12-in-Fi el dston e-Tuscan-Concrete-Step-... 4/3 0/2013 Page 2 of 2 MORE INFO Warranty For warranty information on this product, please call our Internet Customer Service Center at 1-800-435 4654. SHIPPING OPTIONS Store Exclusive. This rem is available for purchase in select stores only, http://www.homedepot. com/p/Pavestone-12-in-x-12-in-Fieldstone-Tuscan-Concrete-Step-... 4/30/2013 ADA Truncated Dome Bump Pads - 2x2 - Cast In Place I StopSignsandMore.com Page 1 of 2 888-659-7476 mr�a IFAVE MESSAf{ ADA BraiIlea nd Guide Signs ADA Assistance Signs ADA Brushed Aluminum Signs ADA Custom Signs Online ADA Decals and Labels ADA Entrance -Exit Emilie Signs ADA Guide I Wayfinding Signs ADA Luminescent Signs ADA Reetroom Signs ADA Room Name Signs ADA S ool Signs ADA Truncated Dome Pads Security Signs Parking Signs Custom Signs Online Property Mgmt Signs Road & Traffic Signs Posts & Hardware Other Products Clearance Signs On Sale! STO PSig nsAnd More.com Toll -Free: 888-659-7476 sales@9TOP9ignarW Mora.com Fax:760-931.6833 _ anereax �,: �tlIIJ �AuNorve_�ir ilR sua.ui.� t 1� nra,m�c r x. AJ^lv..i � 11& 1 01 O 10 1 My Account I sign Up I Customer service I Shopping Cart FREE SHIPPING OVER $99 Search Sub 0 name, 110.00-$99.00 LEFT BEFORE FREE SHIPPING Ame stage and Guide Sans ADA Truncated Dome Pads � ADA Truncated Dome Bump Pads-2x2-Cast In Place AIM Truncated Dome Bump Pads-2x2- Cast In Place Price: $99.95 Select C Cr of Qy isY .YMM's 2 '2 E-mail Nis omducl M a friend -1ewLc,uH SKU: ADA-11p9 Quantity Discounts 4-6 7-12 $8595 ea. $75.95 ea. LRecommend I_Send I Sign Up to see what your friends recommend. ADA Truncated Dome Pad - 2x2 - Cast In Place Mounting Detectable Warning System Detectable Warning Surface Truncated Dome Panel Americans With Disabilities Act Compliant Truncated Dome Pads -2x2 -Available in Yellow, Black, Brick Red and Safety Red Minimum Order of 2 Pads Required For pricing on quantities over 12 Pads, call us toll -free: 1d 931-1 T93 Click here to read more about ADA Truncated Dome Pad Guidelines • Ubra-ADA Pads are designed for the vsualy impaired to feel the raised, truncated domes with their %at This, in combination With the tapping cane, can alert them to a different surface than the surrounding concrete sidewalk and an upcoming intersection. • Two layers of gel mat provide for maximum UV resistance and color fastness. • Continuous fibers Nat run throughout the Pad Including inside of the domes) make Ultra-ADA Pads the strongest and most durable pad m the market • Installs quickly and easily. • Available in the following colors: Yellow, SlacK Brick Red, and Safety Red • Click here to view, download, or print ADA Truncated Dome Installation Instructions http://www. stopsignsandmore. comp-1439-ada-truncated-dome-bump-pads-2x2-cast-in-pl... 4/30/2013 Page 1 of 2 Your Store: N Ft Collins #1544 (Charge) Pavesbrl in x9 in.45mm Okl Tourn Blend Tumbled Plaza ConlxelePaver Model n E'_OU9EA Sore SKU # 1567J4 $1.26 /EA -Each This item) cannot be =hipped to the following state(s) - AK.H I Store Only Buy Online, Pick Up In Store Today Check Store Inventory PRODUCT DESCRIPTION The Plow Sone Series is a timeless paver with an imcretlenistic emGcceed surface mef, a It mon,e a ertra and warm effect by cembinNg the soft curved edges of the rectangular and square pa,ere fieailable a many oolors • Dryc h concrete construction is durable Ideal for patios and walk..aye • See and weight are approximate • Color in concrete products mav ore from pallet to pallet. Please purchase vour projects all at one time • Size and weight are approximate MFG Model #_5-3<9EA MFG Far#'52399EA SPECIFICATIONS s=embled Depth (in) 5.44 in A,-,mbled Height (in.) 4sembled Width (in.) 819 In Color C21or Family MaCnal crondary Colo! Vehicular Tlaffle R£ied MORE INFO Rene lrinks Conger - Fed Concrete Type Paeer,Step Stone Shape EauarE Feet per FIe_< rVldth 1 75 in Old Town Blend Drvc=st F-ectanpular i CI http://www.homedepot. com/p/Pavestone-6-in-x-9-in-45 mm-Old-Town-Blend-Tumbled-Pi... 4/30/2013 maD: number Date- 07/20113 Pending Issues Log Ref. No. CON SCC Spec Section Item Description Data Amgm[ StatusRequestetl WCD001 1 40.02 604 Change from 8-ft dia to 6-ft dia MH 8.1 7/31/2012 ($883.00) requested by CEIcredit to contract W CD002 1 10.02 403 Add asphalt patching depth - Laurel to Maple (6" to ID' 7/3112012 $132,163.03 change from 6- depth to 10' depth' all SG versus S in bid WCD003 1 40.08 630 Tem Peary fencing -BNSF work 7/18/2012 $16401.90 ordered far duration of BNSF closure' duration not specifically defined in proposal from sub WCD004 1 4008 n/a Insurance ad' ustm ant $2W$6M t0$5M/$I OMI 7112/2012 $3,957.00 BNSF protective liability insurance for CEI contract ($14 M in ROW) W CD005 1 40.08 630 Time and Material traffic control for BNSF work downtown 711212012 $147,562.78 traffic control for downtown BNSF rail replacement work WC0006 1 10,02 403 Add temp crossings at Oak, Mountain and La one 8/2/2012 $885.00 RAP at Oak HMA at Mountain and Lapone' partially paid at unit prices WCD007 1 40.06 412 Enhanced Crosswalk changes (Laurel Nora) 8/2/2012 $0.00 chance to all dual colored crosswalks north of Laurel' no cost change W CDOOB 2 T4006 412; 603 Chances to Maple Intersection 911112012 $71,910.39 temp pedesthan crossing; intersection crosswalks' add to base bid WCD009 1 40.08 630 Specialty signs -BNSF closure 7/16/2012 $9.068.00 specialty signs for BNSF closure W CD010 1 40.08 208 Erosion Logs (8995 FA) 8/1312012 $24,826,20 40.08; 208-00005' missed in final bid tab W CD011 nla 10.02 403 HMA (Patching) -273 SY 8/13/2012 $0.00 10.02; 403-00721; added quantity after bid opening; quantity part of asphalt patching downtown W CD012 1 40.02 603 Storm drain line J changes 8/20/2012 $0.00 Grade and alignment changes far storm line J' Mason -Old Main to Laurel; unit prices W CD013 3 40,07 608; 609 Site changes at Industrial Sciences 8/2012012 $31,225.68 Changes to sidewalk, pamnq at Industrial Sciences W C0014 6 M03 We BNSF Railroad ballast grading 8/2212012 $45,803,75 TSM.o to grade RR ballast curb suppon options WCD015 3 4002 603 Starts drain line B1-1 chanties 9/4/2012 $19,812.00 Design changes to stomi line 81-1' FCLW D utility conflict WCD016 20.01 1 608 give Station Site Changes 9/11/2012 $3,500.00 Add stairs' retaining wall chances; CM to issue W CD WCD017 20,01 608 Toe wall change at Troutman Station 10/9/2012 $2,000,00 Add toe wall to Troutman walk; CM to issue WCD - WC0018 1 40.02 604 Stone line C1-2 design chances 10142/2012 $0.00 design change onl aid for at contract unit prices W CD019 12 40.02 604 Strom line 83-1 design chanties 10127/2012 $63,560.54 arch pipe heated; replaced with HERCP7 grade and manhole changes WCD020 11 20.01 Div 26 Electrical site plan changes - M Poe Conduits 12111/2012 $29.070.05 provide conduit for speaker wire at each station W CM21 6 20.01 Div 3 Light Poe foundation chance 1012612012 ($4,611.00) changes depth of light bore foundations -credit W CW22 6 40.01 202 PSCo Deconstruction scope of work change 10128/2012 ($17.592.00) changes overall scope of deconstruction -credit W CD023 9 40.02 619 Storm Line Ft-1; Fl-0and bore specification changes 12/24/2012 $107,250.35 coon Plete rewnle of lacked bore specifications; Ft-0 profile W C0024 n/a 40.02 603 Storm Line B1-1 manhole addition 1013012012 $0.00 pending hoe ; unit once MH WC0025 13 4001 n/a Shc Stabilization - Station 63+00 11/6/2012 $11,52500 repair of unstable subgrade WCD026 9 40.02 603 84-1 realignment and site grading 11/2712012 1 58427TW site grading changes retaininq wall, railing, guardrail and pipe WC0027 his 40,02 603 82-3 design change 12/1012012 $0,00 alignment chance to facilitate pipe installation near BNSF tracks WCD028 1 13 20.01 Div? Multher, Station pane' an 11/2112012 $21.803.04 addition of panel an at Mulbe Stations not Included in bid does W C0029 n/a 10.01 412 Gumewa grading and width change to STC 121312012 $0.00guideway alignment chan a to allow two-wa traffic at STC; paid for through unit prices W CD030 8 40.05 601 CSU Fed Mouse Retaining wall 1/5/2013 $23,352,00 addition ofretaming wall at Field House to replace wall not slated far removal W CD031 14 40.08 626 Public Information Offer Scope Clarification 80.00 clarifies and further defines PIO scope of work for MAX BRT anions of work W CD032 8 40.06 514 CSU Feld House Hand Rail and Stairs $10,690.00 adds installation of hand rail and stairs at CSU Fed House parking lot W CD033 8 10.02 203 Segment 1 -Sol Stabilization 3 $16,854.32 soil stablilization for areas from STA 9140 to 12*00 W CD034 10 20,01 Div 32 Pavers at Station Platforms $55,287.42 clarifies aver and truncated tlwe installation al latforms; curb hei ht WC0035 10.08 601 Change from ago coated reinforinp bar 12�12013 Credit foreo coated nebar in Walla Lenmer N2 box culvert,etc. WC0036 13 40.05 60] Reset fence in S merit 1 2 $6,226,63 Cost forfence posts damaged during removal WC0037 13 40,07 304 Gradmgand millings installation atTroutman 2 $940.63 Tem oa installation ofmillin sforTroutman cul-de-saclbuaness access WCD038 13 20.01 Div 27 Racewa Bore at OTC for power 3 $8,239.35 Prodde ower to DTC station WCD039 50,05 Div 27 Repair of BRT conduit at DTC station(south side Repair of BRT conduit damaged during south caisson installation for canopy WCD040 9 40.08 630 Traffic control deNces and labor fro Prospect closure 2/11/2013 $114,130.25 Trefflc control for Pros act closure Connell and CEI wM) W CD041 7 10.02 630 Cost to accelerate Pmspeth closure work 1/9/2013 $16,881.16 Overtime costs associated with Prospect closure Page 2 of 2 Warranty For warranty information on this product, please call our Internet Customer Service Center of 1-800-435-4654, A011a:11jeX61211O N Store Exclusive. This item is available for purchase in select stores only. http://www.homedepot, comIpIPavestone-6-in-x-9-in-45mm-Old-Town-Blend-Tumbled-Pl... 4/30/2013 maxWORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 034 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): Pavers at Station Platform This Work Change Directive (WCD) directs the Contractor to modify the contract drawings to change the station platform truncated domes to cast iron inlays versus concrete precast per the Contractor's request. It also adds concrete flatwork around the truncated domes to accommodate this requested change. Lastly, this WCD clarifies the type and location for concrete pavers at each platform and the type of joint sand to be used for the pavers. The colors of pavers at each platform location have been further defined in the Finish Schedule provided under separate cover. Paver summary: Mountain Stations - Old Town Blend only DTC Station - Old Town Blend only All other stations - Antique Terra Cotta, Three Tone Brown, Old Town Blend (random intermixed) WCD Cost to include: 1. Supply and installation of polymeric sand 2. Credit for deleting Wasau Tile precast truncated dome inlay 3. Cost for cast iron truncated dome inlay 4. Cost for added concrete banding 5. Cost for change to multi -colored paving system To adjust truncated dome system to match Contractor and Owner request for change due to color, constructability and installation of warning panel system. Add polymeric sand for longer durability and weed intrusion of station platforms. ... �. Revised Sheets 788-789; platform detail, polymeric sand material specifications Note: The WCD also modifies the platform detail shown on Sheet 217. W CDO34-PAVERS AT STATION PLATFORM 02-06-13 FINAL 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: .;1./�-_- February 7, 2013 caner Date Recommended By: Z & February 7, 2013 Constmctlon MInager Dale Copy: Owner Engineer Field File - SharePoint WM034_PA\/ERSATS7rATICN PLATFORM 02-06-13 F1NoL PAGE 20F2 IR a GALVANIZED WTI NRNOPA IL SEE SNEEi PLANTER MALL BEYOND CAST -IN -PLACE AAMR GOR S CONCRETE WALKWAY SDETATtONS IA DIUEN51 CN5 TACTILE NCATEDL EDGE BROOM PINISN ARN I YIiN iPONLA"0 DOZES PCPPENDICLLAfl l0 PLANTER IIEGEfl 10 I/3' CHANTER 1W PLANTER flEEEP i0 LANDS[ WTTnR BED PAIN BE GRAVEL L AINSCA' E DRAY INDS BE PLANTER WALL DRAWINGS GDR DEIA VOR DETAIL - CASK -IN -PLACE L pICRETE BUSWAY PLANTER PEFEfl i0 PEGEP i0 NOn DNpV OflnWINGS LM'ASCAPE DRAYINGS QP DETAIL FGO DETAIL EU ANT —ti SLOPE '�� Ill (Ir I ❑1'_lllul/I( 111"lllllr 1!I`lllll I'I l III tLrl 111 n +^"N Pllfd-iK_ I ,tlInllin r'I r,ll' 1I1,11, 111 'll_'j 111if .7' p -111, itl'i(IJ, ,;. , ✓}r;l; l A 5+ u i Ac✓SS II dl' L I;l_y II' ll Illrl:r I'll itigill, ,II l II _In.11 hl 9r L; I'i I rJ.. t �(I 1 ' 1 II II 1 II IL 111 .11ril 1111 ll..l - H ri I 711,tr�ul.'ii : I'ri p, 111 7 (fl lr� _ -..11- I; L BASE ONcROADWAED FILL. 1' e WALK -IN -PLACE CONCRETE REFER i0 ROADWAY DRAWING FDfl DE IL WALKWAY COR DOWULAR GINIAH 1CULAR 10 PATH BE OG TRAVEL Cast Iron (EJIW) 1/Y EXPANSION JOINT ANICRIAL CRANJLAR TON BASE ON COMPACTED GIL Truncated Dome inlay set in concrete. 3 ECTIDN THROUGH PLANTERS AND RAMP U zwi en °,N -N SECTION THROUGH ACCESS WALKWAY U Poa�.� -�n -N AREGEP TO FRAOYAY ORA.I.GS Cast lmn(EJIW) SEALANT FOR DETAILS. Truncated Dome WARNING EDGE WITH BED TRUNCATED inlay set In concrete (see detail) LBUB7 L 7. 6. ,_O- PRECRSi CONCRETE PAVEPL ° CONCRETE BASEW —R SLOPE SEALANT N I'll 'O FF 1/YEXPANSIN JOINT HATER IAL 1 zo 6^ ChangecuC� P ''ll"it11 height to 14Ir I L ."BEBAIE ll FII IrC--1111 11lli ll BASE CRABSE 1r1/2 EXPANSION JOINT MATERIAL I. RUB RAIL Bfli GOIOEYpY CONCRETE PAN CURBISPECIREFER 10 POAO VAY OPnv MIN INLS /1PLATFORM EDGE DETAIL 11 PNo. PnM pa ogOn MO Sheet RBV181(Ina MASON CORRIDOR BRT CaWtrvcftln a-�InO% STATIONS Projeci :7073 Glle NanoaOil-aRLpe}oI IPI WN/ mEWRali Wte: Cmnente Inll. S.Iq,: SLa Iifflun 0' Yat. Swle: N/A ® FortCollms Z—/'--� NO Revlslms: TYPICAL CURB DETAILS F1. Col lieu: i0D Unit IMI1 IPraml,Im Unit lec4 Initials O perl zed: VOId' De¢Ipner: Pz SIroO,uN NJYDmz O O UNIT," 50 SDeet NmM 788 Sleet Sub STATIONS SWzzt SMeb1 s2 of A,s. CI-302 101 ADA SYMM ETCHED IN PRECAST CONCRETE PAVERS PRECAST CONCRETE TACTILE WARNING STRIP 6- CURB IXB RAIL j - STATION NAME I'b' P-D' Q A'-D'N 4 STEPIEN RARE N IN CASI-IN-%.ACE CONCRETE CASI-IN-RACE CONCRETE STAIN FINISH I CAST -IN -PLACE CONCRETE STAIN FINISH I CAST -IN -PLACE CONCRETE STAIN FINISH t Seaenachedtletall OF col (1ADA ACCESS ON PLATFORMS /1PLAZA ENTRY PAVING TREATMENT .�QP • ma .., xls H LAURENCE Q MERMAN r 301701 0 19 Prin+oMaal.,D/i01, ® Sheet Revialms MASON CORRIDOR BRT � Fort ColUns •��� cons Oran � TYPICAL STATIONS PAVING DETAILS Pro'ect No. File Nee.,:Tm,aRT_DemnPJRr,(l +w9e�INMan.a Mali. SCaIe N. i. S- Vaf. Style: N/A DN+e: cmmn+a Inlf. No Neviaima: R. Collin4: ioi3 IIRi+ IMnno+im ORIt leob Ini+lala Q NeviaM: Dealpnu' PZ SUw1Va O De+eSD NLn Daa Sloef k4se1: STAi IONS ILDaaf SMZMISJ of A159 Stoat NUR4v ]Bj void: C 1-302 / A CNL3 7,N 3" 6' lar�c•��K• � r�RNEt S ♦o46 3" Care /NI-4 y 3" �I1ifT.�� C P• . d A y� SFcnaw 4-4 m Example Blend Diagram i �- •tom ,- •- - t ,1, J i Three Tone Brown 6X9 (25%), 6X6 (25%), 4X6 & 3X6 (35%), & 9X11 (15%) RANDOM (27) ■r"IN WHOWN■i AMME1 Em Legs_=,tvMT1,111111111111111101 ■MEWS MWINIM i■i ■I■!J�[■I■®dill■®®®d■�■ ■■i)eiY■lam■Ys�M®I■�lia !�f®iiri)E�®YliiYi'SII� ■�M�■�■!S6®�i��■FYI lsie�l■ilJi■■��i■lib■liii ■t!■I�i■s■�I�l�i®®Y!�!I �ll1�Ys!■t■■�lEvl■■t■ ■M■�■YriI��AY■�i®�! �ls"i■)�E�i■®■!■Y!�■Yri ■®if�lY�fiwl�Yl�i�Yi ■■1OMENlrM�Y�Y1® Ill TWO STONE COMBO RUNNER BOND (29) 'PAN C R E T I N G A Plaza Stone 606 Installation Patterns RANDOM RECTANGLE AND SQUARE (30) B E A U T I F U L L A N D S C A P E 5" Teahniseal° Protect and Beautify `H P I , 2 Polymeric Jointing Sand i for Pavers a t High -Performance T • �_ n`a.,R. .°"�.. Formula �. = a u�.'evc+mia aYr UPDATE February 15, 2011 Make sure that you have an up-to-date technical data sheet in hand by consulting our Web site: techniseaLcom U.S.A. and Canada: that 1 800 465-7325 Others: that (514)523-8324(Canadal APPLICATIONS • For pavers made of concrete, natural stone, etc. For heavy -traffic and high -humidity areas, steep slopes and false or wide joints. PROPERTIES • Optimal strength • Inhibits weed growth • Deters ants and other insect infestation • Resists erosion -water, frost heaving, wind, power washing, etc. • Retains original paver aesthetic • Water resistant after 90 minutes • Stabilizes pavers - Strengthens interlocking DESCRIPTION TECHNISEAL® HP2 POLYMERIC SAND is a state-of-the-art mix of graded sand (ASTM-C1441 and binder that flows smoothly down joints for a fast and effective installation of pavers with wide and false joints. It is also recommended for surfaces exposed to heavy traffic, and for high -humidity areas'. Easy to use, HP2 POLYMERIC SAND starts to set only a few minutes after being activated with water, and quickly becomes resistant to water erosion (rain, splashes, sprinklers, etc.). TECHNISEAL® HP2 POLYMERIC SAND offers great resistance to weed growth, insect invasion, and erosion. MINIMUM JOINT WIDTH: 1/8" MAXIMUM JOINT WIDTH: 4" MINIMUM JOINT DEPTH: 1.5" 'For surfaces exposed to normal conditions and for narrowioints, use RG+ POLYMERIC SAND. To preserve, beautify or restore the appearance of pavers installed with POLYMERIC SAND, use TECHNISEAL® TREATMENT FOR PAVERS DIRECTIONS Wear adequate protective clothing. To ensure the results will meet your expectations, always test the product on a small hidden area of approximately 4 sq. ft. Weather conditions: Use product under dry weather and when there is no rain forecasted for 90 minutes. Temperature should remain above 320F during the drying period (minimum 48 hours). TECHNISEAL• - TECHNICAL DATA SHEET - HP2 POLYMERIC JOINTING SAND for pavers 2 fua Ilk h£Y I. W,,, klm I' 1. Installation: Surface must be completely dry. Spread sand uniformly over the surface. Using a push broom, sweep the product so as to fill the joints completely, down to their full depth. Avoid sweeping the product over long distances, so that the integrity of polymeric joint is preserved. 2. Compaction: This step is essential to obtain solid durable joints. Pass a plate vibrator over the entire surface to fully firm up the joints. Repeat steps 1 & 2 untiljoints are completely packed. Joints must be filled up to the bottom of the pavers chamfer, orat least up to 1/8" belowthe top of the pavers. 3. Wetting: Important: Sweep the surface with a fine bristle brush and remove all residue with a leaf blower. It will avoid having product residue activated with water and stick to the surface of the pavers or slabs. Surfaces must be free of the product. Since HP2 starts repelling water only a few minutes after it gets wet it is essential to wet 200 sq. ft. of surface at a time. Ensure that the wetting of one section is finished before another section is started. Wetting of the entire project should be done without interruptions 1. Define a 200 sq, ft. section. 2. Set the spray nozzle to "shower". 3. Start showering from the bottom of the slope. 4. Wet the section for 30 seconds without displacing the sand. 5. Wait a few seconds and wet the same section again for 30 more seconds to wet the joints completety. In very hot conditions (above 86°F), wet a third time for 30 seconds. 6. Move on to an adjacent 200 sq. ft. section immediately. 7. As soon as wetting is completed on a section, use a leaf blower to quickly blow the excess water off the surface. This will remove any remaining sand and polymer residue. Caution: foaming and run-off on the surface are caused by excessive watering; adjust spraying accordingly. 10' 20' Btfo.Y� oDQoQQqAp k o0�_oQ°o�9QoQ SeaQpnA_op�°o� A. y�0ts�g_20ol 0suBvpr�°aoe �➢O°AnoAH i uoo:D�QQQfo�A.ao°o=2°lce=Qnoo��A°o°0�oa��0=�9.11°°.f°o011� at=atio°uo jo�oe0°°o➢°QeoA p°Bo=Q �o➢A°vQ 0.➢aQBo�Q °vIF 1aAeO j��o TECHNISEAL• - TECHNICAL DATA SHEET - HP2 POLYMERIC JOINTING SAND for pavers 3 Drying: HP2 will become water resistant after 90 minutes' and should not be exposed to rain within that period. To ensure optimal cohesion and long-term stability, HP2 must dry completely after initial wetting. Drying time will be shorter if it is warm and dry, and longer if the climate is coot and damp. Temperature should remain above 32°F during the entire drying process (minimum 48 hours). Down time before using: • Pedestrian areas: no specific considerations • Motor -vehicle areas: 24 to 48 hours To preserve the appearance and the integrity of pavers installed with TECHNISEALm polymeric jointing sand, it is advisable to treat the surface with a TECHNISEAL® Protector. Wait 30 days after installation before cleaning and sealing. Wait 60 days if pavers are new. 'At 75oF; drying may take Longer at a colder temperature. Do not apply to wet or damp surfaces as the activation of the binder will make TECHNISEAL® polymeric sand stick to the surface and prevent it from flowing down into joints. Do not start HP2 installation if rain is forecasted for the next 90 minutes. Do not mix polymeric sand with cement or sand. Avoid excessive wetting or flooding of paved areas during installation. Not for use on submerged or constantly wet surfaces. Do not use as a substitute for mortar (e.g. paving stones installed over a concrete bedding). Use on pavers or slabs installed over a drainage bed (sand -set). 50 lb. cover 60 to 75 sq. ft. with narrow joints, or 25 to 40 sq. ft. with wide joints. Required quantity will depend an the shape and size of the pavers or slabs, and on the width of joints. 191-037 Tan 50lb. (bag) 56 PX21:247 Summit»Grey 50 lb' (bag) - 56 CA21-037 Napa Tan 50Lb. (bag) 56 CA21'047 Sierira:Grey 50 lbJEagY 56. ID21-037 Western Tan 50lb. [bag) 56 MP21=027. Bourbon Tan 50lb (bagl 56 MP21-037 Southern Tan 50 lb. (bag) 56 ,MP21-047 Southern Grey 50 tb.lb"agl 56 HP2 NE21-037 Prairie Tan 5011b. (bag) 56 NE21-047 Prairie Grey 50lb. (bag) ' 56 ON91-037 Niagara Tan 50 lb. (bag) 56 ON91-047 Nordic Grey 50 lb. (bag) 56 GA21-037 Canvas Tan 50Lb. (bag) 56 GA21-047 Slate Grey 50 lb.(bag) 56 MI21-037 Mojave Tan 50 lb. [bag) 56 PX21-037 Sandstone Tan 50 lb. (bag) 56 SC21-047 Silex Grey 50 lb. (bag) 56 Contact your local dealer for color availability in your area Pending Issues Log maA: Data: 07/20/13 Ref. No. CO# SCC Spec Section Item Description Date Arrroum StatusRequestetl WCD042 6 10.08 206 Shonng for BNSF embankment at Wall 3 2/12/2013 $234,929.18 Shainq toaccommodate BNSF rolecion criteria along wall 3' wall 3construdion WCDO43 7 40.02 604 Prospect Inlet Connections 3/4/2013 $21,462,80 Connections from existing inlets to dorm line F1-1 WCD044 4 '10.03' Vanes Downtown Rehab - Streets Dept 3110/2013 $220.240.42 Rehabilitation project for Streets Department non rant related work W C0045 11 50.02 614 Traffic Dole and caisson design chances 3/1012013 $21.826.35 Traffic pole layout and caisson schedule chances WCD046 14 20.01 Dv 26 Electrical pane' changes for stations 1/2012013 ($2.689.551 Reconcile station power panels' services W CD047 20.01 608 Station Grade Changes -13 inch curb at platform 411/2013 $0.00 Changes platform doubts to accommodate 13 inch tall curb WCD048 6 40,08 626 Deletes tem Safety and Secunty Manager 3/27/2D13 ($163,418.31) Rem ove Sal and Secumv Manager Scope from CEl contract transfer to CM WCDO49 14 '50.05- Div 27 Change Fiber Optic Cable to 144 count 3 $55,000.00 Change to add extra capacityfor future use - non rant funds from Light and Power WCD050 -20.01' 609 Replace 141/2" tall curb and repair ICON tooter 3 $12,214 40 Adjustments to Installed curb to accommodate NABI bus door design -local funds aril WCD051 5 *20.01' Vanes NRRC Overpass Substrudure and Ramps 3 $1,779,894A3 Adds NRRC Overpass construction - non rant related work WCD052 40.02 603/604 F1-1 Pipeline chances north of Rtkin 3 $10.000.00 Changes pipeline profile and alignment north of Pitkin BNSF protection zone and utilityconflicts WCD053 14 50.05 Div 27 Fiber Optic loop to CityHall R/Iil 3 $8,709.75 Atlds fiber optic loop to Cil Hall from Meldmm/Mountain WCDO54 .20,01' Div 27 Universit Station Conduit-CSU 3 $15,000.00 Install fiber antl power contluit for future use to Universil Station area W CDO55 50,05 Div 27 Comm Cabinet Rack Desi n chart es der Chances rack design UPS and other features of communications cabinet WCD056 10,08 504 DTC Relaininq Wall der Installs a small wall at the DTC station sidewalk W CDO57 20.01 Div 5 1 Station Handrail Change -(stainless to powder coal) placaholba I ($151.000001 Changes all handrail at stations from stainless steel to powder coaled steel W CDO58 40.07 403 McClelland 8 Mason Paving changes placeholder Changes amount of HBP used in McClelland due to Streets Dept Rehab W CDO59 40.02 Vanes Whole Foods Light and Intention Repair 5/21/2013 $14,70L21 Adds repair offight ht conduit and wiring for Whole Foods parking lot WCD060 Mot 607 Railing/Fence change at CSU slongT e7 tamer 511712013 ($29.379.651 Chances custom railing to Amenstar Product for fencing along CSU's property WCD061 nla 40.02 603 E4-1 Pipeline Profile 5116/2013 $0.00 Changes profile for E4-1 to minimize BNSF shorn W CD062 n/a 10,08 601 Sherwood Lateral Tapered Connection detail 5/19/2013 $0.00 Addresses tapered connection to Sherwood Lateral bon- missed in design WCM63 11 50.05 Div 27 Fiber Optic loop to Transited Maintenance Facility 5/19/2013 $4.354,88 Installation of a fiber loop connection near Trubly to complete the BRT communications WCDO64 1002 n/a Stabilization -STA 84+50 north to McClelland 5/2012013 $25,000,00 muck excavation and subgratle stabilization kart STA 84+50 to MCClHlantl WCD065 1002 6081412 prospect Steppes Gradinq (STA 179+00 to 182+00) 5/2612013 $35.000.00 Changes codes and details fa this section ofquideviany construction WC0066 10.02 1 608 IJC Track Grading 5/27/2013 1 $50,000,00 Track gradinq and site peo nq ending chances requested by CSU WCDO67 40.02 1 603 Tidellex Valve in MHF1.3 5/27/2013 $6.500.00 Addition of cne-wayvale in MHF1.3 at request of property ovner- prevent floodin WCM68 50.05 Div 27 STC Floor Connection mom Harmony 511/2013 $93,92744 Adds fiber loop connection tp complete BRT communications at STC W CD069 20.01 Div 3 Station platform rub rail to FRP 3/1412013 $63,000.00 Changes the rub rail at each station and STC to FRP - need credit for EPDM WCW70 50.02 614 Fii Signal CoosWdion 6/26/2013 $180000.00 Adds Falarvey signal construction to CEl contract WCD071 10.02 n/a Subgrade stabilization STA 57+00 to 58+00 11/512012 $1,845.00 subrade stabilization/muck e¢avation W C0072 40.01 202 Additional tree removal for MSO pond and Lake Street 4/2/2013 $12,300.00 Adds tree removal not included in original contract MSO pond and Lake St) W CD073 '50.05' 660 Two -2' directional bores La ode and Mason 4/29/2013 $11,30000 repairs portions of BRT duct bank damaged bCity and BNSF crews duong two way conversion WCD074 40.01 202 Cottonwood removal in Sediment 6 4124/2013 $1.520.00 removal of tares+48' cottonwood tree behind Whole Foods WCD075 2001. Div 26 Add MA breaker for Tcket Vending Machines 6/6/2013 1 $3.200.00 Adds/chances 20A breaker to 30A breaker for each NM circuit WCD076 10,02 n/a Stabilization -STA 61+00 to 66+00 fl ash and drain pipe 7/5/2013 $88,000.00 Adds 8 ash subgratle stabilization and unberdmin pipe to contract for sub rade stabilization WCD077 40.05 601 Wall I height changes per RFI 047 7/1/2013 $1,600,00 Adds rather and concrete labor and materials to construct Well l B taller per RF1047 CCRO88 rev done 84-1 extra work 11/29/2012 $19,860.49 S.wcuttinq. potholing, exposing utilities and resolution of utility conflicts TECHNISEAL° -TECHNICAL DATA SHEET -HP2 POLYMERIC JOINTING SAND for pavers 4 STORAGE Store product in its original packaging, in a dry place and away from U.V. rays. Bags may be stored outside if they are property protected with an opaque and waterproof tarp. CAUTION. MAY CAUSE SKIN, EYE AND RESPIRATORY IRRITATION. MAY CAUSE ALLERGIC SKIN REACTION. PROLONGED INHALATION MAY CAUSE LUNG DAMAGE AND CANCER. CONTAINS: Portland cement and crystalline silica. Warning: This product contains crystalline silica which is known to the State of California to cause cancer. Avoid contact with eyes, skin and clothing. Do not breathe dust. Wash thoroughly after handling. KEEP OUT OF REACH OF CHILDREN. FIRST AID: Eye contact: Immediately flush eyes with water for at least 15 minutes and call a physician or Poison Control Center. Skin contact: Wash thoroughly with soap and water. FOR PROFESSIONAL USE ONLY FOR MORE INFORMATION, CONSULT THE MATERIAL SAFETY DATA SHEET Land and sea NOT REGULATED LIMITED WARRANTY Manufacturer, having no control over the use of the materials, does not guarantee finished work. Replacement of any defective product shad be the buyers sole remedy under this warranty. A proof of purchase will be required for any claim. Before using this product, user shall determine the suitability of the product for its intended use and user alone assumes at[ risks and liability whatsoever in connection therewith. User shall test product in a small inconspicuous area (approx. 4 sq. ft.) under projected conditions of use. In the event that no test was carried out, the warranty will only apply to 4 sq.ft. This limited warranty excludes any liability for any consequential, incidental, indirect or special damages. Except for the limited warranty made above, manufacturer specifically disclaims and excludes any other express warranty, any implied warranty of merchantability of goods and implied warranty of fitness of goods for any particular purpose. T CS. PC LYMERIC.SANDHP2. USA. EN-07/11201I Title: CEI change Order 10 Date: 8-1-2013 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. 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. maDi: Inc. Date: 07/20/13 Pending Issues Log Ref. No. CO# SCC Spec Section Item Description Requested Nrtourrt Status CCR102 no cost MIS trench backfill in lieu of 6oxfill 4/29/2013 $ODO MIS trench bapk0ll sand/compaction $112,548.20 -not a proved. considered CCR116 done Retaining Well 2 block specification 412312013 $2,792.38 Pavestone block specs versus t e needed to build wall height CCR123 rev done E1-1, E2-1 and E3-1 care work 211812013 $1,806.08 ($4,696.48) Remaking alignment, work around utilities, treating backfill materials CCR142 rev done C3-1 ears work 211812013 $2.16416 ($15,083.061 Connection to 8- CMP, conduit repair, INC3.1 grade changes CCR148 done C3-1 earewori inlet changes 4/15/2013 $0,00 fSee CCR 142) Inlet changes to C3-1 due to design grade problems CCR161 pending Coro and putter damages ESO- Growlin Bear 2/1312013 $1,521.90 Cost to address damaged cmbl aving' need final T&M costs CCR162 done Olive and Mason Utility ears wuk 212112013 $2,737.84 ($3,465.93) Changes to inlet location, utility locations CCR164 need info Mountain and Mason Pamnq save work 2/22 2013 $2.110.00 ($4,423.82) Earn work at Mtn/Masan to reset pavers, change inlet and fiatwak CCR169 need info I PVC underdrain at MHB3A 3/7/2013 $1,984.30 Lost time to repair and restore 4'undertlrein CCR170 tlone Electric vault ebandonmanl 3n12013 $1,060.00 Lost time to remove electric vault and concrete encased duct CCR171 done E2-1 utility conflicts 3/1612013 $2,060.00 ($5,105.00) Lost time to address utility conflicts CCR174 done Bi-1 pipe cuts at New Mercer 4/15/2013 $1,045.50 ($4,712.00) Cost to remove' cut and reset 54' pipe at New Mercer twice CCR175 done F1-1 ears work 4/15/2013 $0.00 $4.199.10 Subqrade, removals and utility work aloe F1-1 south of Prospect CCR179 done B4-1 extra work 4/12/2013 $0.00 ($6,353.31) Extra work at 84-1 (also reference CCRO88 CCR180 MSO rend at Spring Creek 4/12/2013 $2.092,50 Storm Line SC1-1 into Spnrq Crack - Beaver Habitat CCR193 Pending Manholes and inlets unused due to design chan es 5/7/2013 $7,18T.00 Extra materials (manholes/nlets) from storm design changes CCR198 2nd quote read Top rail to chain link fence - Dellenbach 6/17/2013 $997.50 Add top rail to chain link fence at Dellenbach - Swallow northbound CCR199 done 2-Pale contact kits 6/17/2013 $5,671.05 2-0de contact kits for lighting control at stations -RF1052 CCR200 need I Cardinal pain( top coat - Coe flames 6/17/2013 $1,21170 Cardinal paint top clear coat for all A fixtures - Cole Lighting CCR203 done Wiring for LCC to camera and TVM locations 6/21/2013 $90,504,00 Furnish and install irirq tram each TVM, camera Poe and ECS CCR202 done Camera Poles 6/20/2013 $30,818,55 Furnish and install KIM lighting poles to be used as camera poles CCR204 done BB Poles at Unrvenuty Station 6/21/2013 $14,425,95 Furnish and install 5 BB poles at Ji Station Pending Access Gate changes 6/28/2013 $89,979,05 Access gate changes including earn pans Pending Billboard Relocation at Horsetooth and Prospect Stone Line 11-1 deletion par request from CSU' keep inlet and sane pipe removal Pothdino O.errun projected to be around 4,000 his vs 350 in bid Add death of concrete sin at Mountain Delete bring front contract credit Defoe H2O lead rated vaults from contract MIS duct bank credit Delete waterline lowedn at Et-1 credit Add allowance far specialty signs Delete truncated domes at each Type I station platform credit Light Poles B2 at Hometooth reduced height credit Reconcile all fTS/MIS items Pending Issues Log maD: Date: 07120113 Ref. No. COIL SCC Spec Section Item Description Date Arnount Requested Status Pending Total: 3,963,186.87 Change O,d.r #1 Subtotal: $51,213.91 Change Order #2 Subtotal: $71,910.39 Change Order #3 Subtotal: $51,037.68 Change Order#1 Subtotal: $22024042 Change Order #5 Subtotal: $1,119,894.43 Change Order #6 Subtotal: $95,111.62 Change Order #7 SulstotalL $38, 343.96 Change Order #8 Subtotal: $50,896.32 Change Order #9 Subtotal: $55,658,10 Change Ord.r #10 Subtotal: $55,287.42 Chan a Order Subtotal: $2,469,594.25 TotalOriginal ontracI Amourd 31,886,878.94 Adjusted ontract Amount prgected 35,850,065.81 Pending Issues as a %o omract Amount U.43% hange Urder % as approved 7.74°A = needs action by CM = needs action by Contractor $816,304.10 7118/13 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: 181 Revised WCD #34 CEI PROJECT #: - 12-009 CONTRACT NUMBER: 7332. CONTRACT DATE: CONTRACT NAME: Mason Corridor BRT DESCRIPTION OF CCR: Pricing below is in response to WCD #34. This directive requests the addition of 3"x6" concrete bands at truncated domes, changes to truncated domes to cast iron material, and a change to polymeric sand. LOCATION: Various Station Locations MEMO NO.: N/A MEMO DATE: N/A COST CODE: Varies DESCRIPTION I QTY 1 UNIT UNIT PRICE OT TOTAL Additional 3"x6" Bantling Cams at Tmncaled Domes 3432 LF $ 6s4 $21,769.86 Polymeric Sand Matenal and Install 12632 SF $ 0.751 $9.474 00 Multi -Colored Paving System 1 LS $ 4.421.00 $4,421.00 Credit Standard joint sand -12632 SF $ 0.11 ($1,389.52) Coloscapes Mu 5% $694.75 subtotal $34,970.09 ECI mlu 5% $1,748.50 Cost for Cast Iron Tmncatetl Domes 1974 SF $ 19.40 $38,295.60 Cretlit for Wasau Truncated Domes 1974 SF $ (12.38) ($24,438.12) subtotal $13,857.48 ECU Mu 15%- materials $9,078.62 ECI Total CEI markup - 5% Grand Total 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. Sincer Ryan I kips n Project f 1ana er $52,654.70 $2,632.73 $55.287.43 �3 1