Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
CHANGE ORDER - BID - 7332 MAX BRT PROJECT (18)
System for Award Management Page I of I CONCRETE EXPRESS, INC. DUNS: 184088163 CAGE Code: 442U2 Status: Active Entity Overview Name: CONCRETE EXPRESS, INC. Doing Business As: CET Business Type: Business or Organization POC Name: Jessica Nuncio Registration Status: Active Expiation Date:0512112014 Active Exclusion Records? No SAM I syatun ro: Award Management 1.0 Note to all Users: This Is a Federal Govemment computer systen. Use of this system conA4utes consent to monitoring at all times. 2027 w COLFAX AVE DENVER, CO, 80204-2331, UNITED STATES IBM v1. 1149.20130801-1829 2 ® ®USA.gov 9 https://www. sam.gov/portal/public/SAM/?portal:componentId=fb67166e-75 d6-44cc-b77f—... 8/ 14/2013 Run Date 7/10/13 HD SUPPLY WATERWORKS, LTD. CONCRETE EXPRESS INC HDSWW - DENVER CO 2027 W COLFAX AVE 9451 Yosemite St DENVER CO 80204 Henderson CO 80640 Telephone: 303-562-2000 Telephone: 303-394-0004 Fax: 303-562-2010 Fax: 303-394-4450 7/09/13 Bid ID: 3516106 MASON CORRIDOR BRT UNDERDRAIN Sell Line Quantity Per Description FITS SINGLE WALL & N12 PIPE 420 1 EA 140N FILTER FABRIC 151X 360' MIRAFI 440 1 EA 0626AA 6X6 ADS SNAP TEE 460 2 EA 0667AA 6 ADS N-12 END CAP Subtotal: Tax: Bid Total: Page 2 Net Extended Price Price 520.26 520.26 12.00 12.00 6.40 12.80 1,904.96 .00 1,904.96 5405 West-56th Ave. Ulnit$ Sax 504 Arvada, CD SQQ01-0504 Phone 303=456 0010 F" 303-456 0030 To: Concrete Express Contact: Ryan Dickenson Address: 2027 West Colfax Ave. Phone: (303) 562-2000 Denver, CO 80204 USA Fax: (303) 893-1949 Project Name: Ft. Collins MAX BRT Bid Number: Project Location: Troutman & College Ave., Ft. Collins, CO Bid Date: 6/26/2013 Item # Item Description Estimated Quantity Unit Unit Price Total Price 307-00250 Processing Fly Ash Treated Subgrade @ 18" @ 12% 0 SY $13.00 $281886.00 626-00000 Mobilization 1.00 EACH $2,500.00 $2,500.00 �7�Sy Total Bid Price: $31,386.00 Notes: • Add $0.60/SY/% of Fly Ash over 12%. • ARS Companies will receive the subgrade at + or - 1/10', provide product, spread, and mix. • ARS Companies will, prior to staking, rough blade and compact the product for an additional agreed upon price. Prior to construction, the contractor/owner must provide ARS Companies with a mix design stating the additive percentage, soil weight and treatment depth. ' Contractor/owner must provide ARS Companies with an on site water source. ' Contract quantities are minimum usage amounts, work performed in addition to contracted quantities shall be reimbursed at the unit price rate as stated on this quotation. Unit pricing applies and quantities installed will be billed accordingly. • It will be the responsibility of the contractor/owner to inform all private utility companies of our intention to process at the specified depth within the job area. All underground utilities must be below the treatment/mixing depth and marked prior to the start of our operations. ' Water valves and all manholes are to be well marked. ARS Companies is only liable for damages caused by our own acts per CO Statute 13-21.111.5. Pricing and schedule are based on product availability at the actual time of work. ' Contractor/owner will make available a copy of the stormwater management plan prior to job commencement. SY price exdudes water, staking, testing, traffic control, municipal/county/state permits, handwork -not machine accessible, performance/payment bond, curing, cold weather protection, blading & compaction, import/export of dirt, and subgrade/finish grade trimming. ACCEPTED: The above prices, specifications and conditions are satisfactory and are hereby accepted. Buyer: Signature: Date of Acceptance: 6/26/2013 12:49:10 PM CONFIRMED: ARS Companies Authorized Signature: Estimator: Derek J. Garben 303-791-7404 dgarben@arscompanies.com Page 1 of i i M JOB NAME: M as�n �r ri �.a t `rd(`C(\\J`��'. NCRETE EXPRESS, INC. JOB #: /�.._pnq �J` 20 WEST COLFAX AVE COST CODE: 7 oa — A06 35 ' DENVER, CO 80204 // DATE: 06 _ _ PHONE:303-562-2000 FAQ ISSUED OF WORK SPECIFIC LOCATION OF BREAK DOWN OF HOURS OTY I LABOR CONCRETE EXPRESS, INC-. NAME: ,f o5c 1, y r� TITLE: DATE: ACCEPTED: NAME: TITLE: DATE: 14 36551 303-893-1949 T MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand July 24, 2013 Ms. Erika Keeton, PE MAX Project Manager City of Fort Collins — Engineering Dept 281 N. College Ave. Fort Collins, CO 80524 RE: MAX Bus Rapid Transit Project - Independent Cost Analysis — CEI CCR No. 205 Stabilization — STA 61+00 to 66+00 (flyash and drain pipe) — WCD 076 Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 76 to install a 6" underdrain (perforated ADS and solid HDPE) to the alignment and grades as shown on the sheets attached to the WCD. The work includes supply and installation of 6" underdrain materials and fittings; filter rock, separator fabric, excavation, backfill, concrete and flyash stabilization according to the geotechnical engineering letter and details, also include in the WCD. Please find the attached proposed Contract Change Request #205 from CEI. In reviewing this request, an independent quantity take off the materials needed to be used on the project was completed. The volume of the stabilization area was calculated and verified against what has been provide by CEI. Copies of these quantity take offs can be found the backup information included in the Independent Cost Estimate (ICE) attached to this document. In addition to the quantity take off, the rates provide by CEI were compared to industry standard labor and equipment rates. All other associated costs were subsequently compared to the 2012 CDOT Construction Cost Manual, material quotes provided by the material suppliers, the construction contract schedule of values, and historical costs provided by the City from past projects. Based on this information, the independent estimated cost for this change is $77,446.69. I find CEI's Contract Change Request #205 in the amount of $76,891.62 to be reasonable for the required increase in scope. As such, 1 recommend acceptance of this additional cost to the contract. A6W / Keith Meyer, E Construction Project Manager CH2M HILL Team 970-988-8605 keith.mever(d)ditescosery ices.com Cc: job file Change Management Checklist Compliance ' ate Reviewed Reference Initials Reviewed for compliance with 7/24/13 Part of the build alternative; work KM Environmental Assessment included in SCC 10.02 Included in work zone traffic Reviewed for construction/safety impacts 7/24/13 control; trench protection will be KM according to OSHA stnds and CEI safety manual Independent cost estimate prepared 7/24/13 As attached to this memo KM Reviewed for PCGA grant compliance 7/28/13 Part of Build Alternative KM scope is included in SCC 10.02 Reviewed for real estate impacts/needs 7/28/13 Construction inside City easement KM area Reviewed for compliance with design criteria/ADA htto:/1w .access-board.00v/ada-aba/ada- 7/28/13 N/A KM standards-dot.cfm ditesco Independent Cost Estimate Date of Estimate: 24-JLL13 Coda8tl Type: Maven ComWr BRT (I1erd Bid) EdsVng CoNad or PO (YM): Y Dae"mr, of Gootls (A) or SaoicB (B): A Instal a 6'vHerdran (pafomted ADS and sold fOPE) W the akgwm and grades provided as slow in WCD 076. The mrk area rride snooty and instalan not 6 udaan materi and filings; gs; filler rock separator feet, euevanpn becMil, wmrete and (Mate stabilzarbn aomrdirg to de gaoteGrvr9 "Inern irg letter ad details. I have obtained fM fdImIng estimate from; %DMsteed Price List I Past Pndg (date) EMinealrg or Tedviml Estimate (preformed by) IMepadera Thud Poly Estimate (preformed by) Bea Javemd 2012 COOT Cost Data Book MAX BRT Sdeedle of Vahss and Otlwr(spvofy) enopkad pates Cost Esomde Details: (Esamae r roue f to US Dollars) C.N Cost sin1 Unit Chuanbh, I Notes Pmdun Delivered 1 Data Souse TOTAL City of Eon Collins 2012 outside W. - emarl to Kadu WW3 From ash StedlSed SLbQrado S 13,W SY 17M Mak Laton $ 241 W 00 City of Fod Cohm 2012 outside prices - rental to Kath 6^ W3 From Moolhoa6on 28OO.W EA 1 Mark Laken $ 2,80000 SWMoI, 5% 134T.W LS 1Abxed riarth, for smmr9racts $ 134150 CEI Labor am EqupmeN Rote Shed CAT Coro.nor VR-5 It 80W HR 16-A rot 2012 1200.00 CEI Labor and Equpmad Rate Sbeet Motor Grader M G23 $ 130W HR 16-A eat 2012 2ON 00 CEI Labor add EpJpmar4 Rate Sheet Backlog for PcidoN S W,W HR 2-A eat 2012 $ im 00 OAT 938G S 110W HR 10 CEI Labor add .mart Rate SMd $ 1100.W 20101555 COOT Corstution Cost S4tl Stec S BT.50 HR 8Maual S TW.W Waterfmm Hydrant 0.0051 a WO Per City -tees are 009GAL S 2.W CEI Labor and Eguanea, Rate Shi d Foreman MTruck S 55.W IIR W - A uat 2012 $ 1.65D.W CEI Lebo, and Equ wren( Rare Sled Labor3 S 4004) HR 9D-A est 2012 $ 3,600.W Side Dun 1BLoads 3 B5W HR 16 CEI Labor real E as Rare Shed S 1.360.W MU from utdooken benNc Lenma Diann Fee for uaudable roll 3 18M CY TO Courvy Durdp Fee $ 1.260.W 3114-060082012 COOT CombupUon NV Waited Rod 3 1B.16 CY W sMaroa S 14W,W Da,etional Bore $ i62 LF IM OX,N 02 COrenlptpn SOV S 1,371.W 6' HOPE SDR11 inrLtlirg .,.,No W SWOC1 2012 COOT Construction ben a"INC Pen Bran a 190 LF 190Com Memel 3420,00 Emspn Maintename S SW.W LS 1LS ended $ 500.00 Dmvaled $4815.00 EA 1211-03006 Constru9on Coarrad 4,815.W CEI Labo, aM Equpm.N Rare SMd Foreman WTmck 55.00 HR 4D-A eat 2012 $ 22DO.00 CEI Labor and EqupmeN Rare SMd MAL-33 CAT 9W $ 65.00 HR 40 - Aupiait 2012 S 2,SW.00 CEI Labor and Equpmer4 Rate Shaer EX-33 CAT 321 $ 165.00 HR 40 - Auquit 2012 S 6,6D000 CEI Labor and Equipment Rate Sheet EX-37 OAT 315 $ 165.00 HR 40-A ud2012 $ 66W00 CEI Labor an, EgJpnat Rate Snead CW-1 si,eons Foot $ mN HR 40-A .n2D12 S 20DD.W CEI Lehc r and EquWand Rate Steed Labor for Pohl Linea 40.M HR W- A oat 2012 $ 12WW Wara'MnS Marna"ta 14M Mirei RXa Faplc a 'D26 Rol 1-�Tlt dsnot ]FM E 4036 -ID Stppfyy Warrevods Maedal ante 6-ADS HArY Pnf Pim $ 1.91 LF 500-71IW13 S 955.00 t, Warenva ft Maternal note ('ADS HWY Sold 1,91 LF 2W E 38200 ty Warreworks Matatai quote it' Si kwelm 11 S 4,W EA 5 $ 22W `y Warreworks Marenal grate W ADS Snaptee and uaitl $ 24.80 LS 1 LA—d $ 24.W PUMLIner $ 57.15 SY 12 $ 6W 15%mark on maredels 606,53 LS tme for metenak $ 606.53 ti SubTotal $ TI 44669 Cost d Se"Ims, Repairs, ce Non,Standand Items B ItrenResk: Fl wh support costs PipesepUpdmsts �srv. r.,ee w umn.sw s w.+. TOTAL S T,446.69 Slgnaaae of Preparer'. J LEGEND � oo e w ose � ssw�e s.le c o,wc e.a ._________ rz.w.e. uu¢m s+.. sewow Roo wo.,. r c, r.-- ` O iac wo-__________ ZZ Vo �N 5038 5035 5030 5a32 5030 502e 0 0 N ROADWAY NOTES: we x9 w,Y�i wl le IM wl NIC(�.. Mi. Va[ef ' arFrcanY iv,m. sl aP[rMa urNr xm,w Mnlpy IrlP.wnw. o rwnwl xers rw ws .a w. ei .1 0 + .wrloa. FtTS'wo� N r-7«vneu + Y •x,ew e tr _Z 5038 50M N� ._._..I -. r 1_.__. $.. 1 _.- 1.._._ . • _- _ _. I A, ,503e __-_ WO g ZZ _ 1 _ WO _ _... _._ —L .__ 5032 •_.—` 5028 w T IT m,nn ZCti C �.:rnn _ _ - _'_ ' _ ' - _i_�.. or .mot - . __•— -• —iFeR Ni..� _ .ez ^I e1 .2% is ___._—._—..—..—..---- —___..' ._-- ---- ..—..—..—..—__—..—'---_--..—..----. -2% sewo ss+oo - -60ro0--'"---slwo -- - - szwo ""- - 6300 - -ez Sheet Revisions MASON CORRIDOR BRT [onstrlrclion Dporring! ROADWAY PLAN AND PROFILE Project N0. ooa.a _ II e n Oele: CommMls Idl _ 52A. 58+00 i0 !iA 63.00 fl. c--,: 2023 v«L sca.: I"•2' z/3/tz uvau<ea Cneemml Lbe AiM FOFt COIUns N^ R.ripon.: Unil Lea ,, T.,W. <E= 1 3/21/13 jUpdoted Feat Lpbvls AiM '�,/�� Rerive0: DeeiOner: CMG llr,rclve x^5 OeloYer; NJM Nu,4e,s O msxx xxa VoiE: Sbeel SUCteI: FDtOWRY 5Wa15exls: R2! a11J0 3"eet NvrOm 75 c 1-302 LEGEND: .aI.— ROADWAY NOTES Mr4xNC e4L L M rx • rZfa eR ro rr[ YI, wl¢¢. iu, ua[aa ameare M '.Karla .1 L .' vary nor McMTI w fe Sro¢ SR= M¢C6bNY O O x O MJ J II[ RP[ IC! MK,lef WLry me PS Me All, MI[ LIME b¢aan O O 8 0 �. O L-1--"— flew —...— MMI.[er ep rwer4. m�nueP u¢ q A Lwnm reer . My nes uro m+bwu rrt r. qgg .. S[ ll0ell T I ¢rr1TI S 1 r[4 0e[c, lw ¢r.1L L V BNSF RAILWAY.=�'i e GM5= [. vw va. mn _ r[rMO,M' [rAl(xr f_Q w LL Rr[c, nlsrlw �t of 5 Awogo 6 uwim ,O rTM'e[°"r"L"[� _ - UIDEWAY ern P, b,lrc.r. N [, A¢ n__ ____ VO ____ to oY ----- ---- -'-------- ---- -- --- - ------- * e»r, a. a,. �yi. r --- — — ------ A LJ. rA ] Wow W ii ® ,[eeP.e. -- -- ---- — -- ------- -----------------lj--------------------------- L Ia vL[ ¢I 1 W n�o., ¢P ertr. w m[[nw i,e ILIiPI r. bre . e � I iI'nn Aea X�W PUIF plw s .L[ ¢ In w WAU lsrlxc Siv Sec IUM I, M.".. 1 1� I�r-Me" iMa. ° Darn Lllr� ' UO Lme, ,xuMYAYMrTZ femeorFLMSH 09RIS�,IIM I[5 W ieeran'. vWi nila 1. l —T -a— z w w¢�M l ,RxL.e or b n b r , 50e2 _ -:_ L _-, _ _ 5042 - e.b i 1 1 saw rMA - e,,..wrR a.me. _ _ ' 040 gp}o s po F 5°3B 1'1 a A l g a en wl¢.r. r¢ —i. __ __ _ ; _ j aq♦Dp 5038 R b so36 Z Z E e 4 R el _ _ �__... _...___._ Y I 1 It zz am 5o3a r +__--'-- .__ —_ ' _— _.— �y']i' V1A (C — _ V O . 5o3a f }W ne ' • n _ _ j ws 1_ 5032 N- - w •C ' w 2 _ _ �F rt — — — — — — — _ - --- 1----1 --- -1 gym,°° «x — -- ------P¢. z -Sz —. -az 63M0 L. 6<.00 � �65M0 ��- - 1 66.006].00 68M0 Print oDote;3/28/2RR Sheet Revisions MASON CORRIDOR BRT 9 ROADWAY PLAN AND PROFILE 1 P Nome: 37073 /28/2Rrsnom.a _p 12 a 0ct R ems tml. Cwalruction Drowin s Project No. HoliZ5 d 1 1w Vert Scale: •2 QM x/3/Ix VpEoleE Eaeemenl Lina ALM F y��� jy No Reriema: STA. 53 0 ID SIA. 68i 0 fl. Co[im: ]p]S Un1Information U�1 Leaea hl da 3/21/I2 Oatee fence COAauU AiM ��/�'" Rarieb: Devigner: eM1 Sbmlwa 0e,adar: N„M NnMr[ O eWzz Ae veb: snee, sWe.l: RDrowAr Sue.., sn¢M: Rxfi or vo sneaL NPIp.. 76 C 1-302 N O 1 I 64+00 20'-0 ;I 20' r 1 !I �I `mw�n 8_ it � ;I ma�� �s1Nw5"'u ,, as a� N 1 _ 0 � I 1 I I 2Y1W6proll.jea ft } i ¢M MHB].1 �6'DIA xar ter 12< ]B HERCP clam", i TI Flat Pill ERza 1 II I xr Clam la M c1 um F I Eml nP son emop 7 z[ exll c1 cs III I I 1 u I f � mm . x I[ 1 [.a v ia, eare, 3 1/4' r f63+001 . e{ [ I I I j � I. 1' �� 41. I _..._ Ise z 93 •,. I� �1 � v ' �[ reacr[caun - ]RY96'HERCP- { o rcwu. .fig I wc.mv �'_ cm,N u neexfNi m. it l f ammvnunubp �rt 28'>t0.5'HERCP. I I seArOEj 0.E G/S .iamb . . �Pp•'•'K Gp' n' i li I I xrn cha N1 8'O: P� ' I i 62+00 3770h ua 1 � i I II wUl Ixxw 9130111 [ 1 I I I �' uunnlrelmn DRAINAGE LEGEND ;I I' :� I ' . EXISTING P80205ER M. ss.mcnlvnlw r� mNxwcorm I1 wars I ¢ l l I T1.In . I x.xn[ eaaxr orally I .. p I III s tan- or. In. III— t manor alirw aer Print Dace: a/e/sou Sheet Revisions MASON CORRIDOR BRT Construction Drawings DRAINAGE SITE PDAN Project No. q He Nnme: JDI3-BRi_proinuge_SilePliln04al n Uolc Comments Inif. Harix. Scale: l"-20' Ve•1. $caln: N/P No RevieiOne: SIX 61i00 t0 $TA. 69J50 Et.Lolfmf:]a]] Foi { Collg7s Urdt Inlormation Unit leaner Iniliaa Q � Ravisatl: Designer. JPZ 5buslure eoexx axe pn DelOilcr. NJM Numbe[e W VoiJ: SM1eel Subeel: DRPINPLE Sahel SM1eela: 021 a1104 SM1eel Numpa1 275 C1,302 (INr�itN TY%d'A'L SEG�7oM d- M a IIYWWI "l / 0A) 044e 0l2 ,4)UA- - lw7rs" 71er © Pif VlAe, 1aNr 7a 3=' Cur /,=-$5= F4Yrls 57'riSrLizEz7 suBc.z.iC, ( Jrr'II 47C4 J-*gWc a dF 1461-1 5Ec' 4r7�4cyo> c5ep rECN e o r7,7 -�t G2 FGyi4sst �'cr3cE.+'+EM' si'ccs. U 7ERFOxfi-ED f%e "V el?t5 70 SE '/}Z'S OZ 4W o-ilL. i� 7,�)C4/1V 4eone iv 9!5 eelooS 57 CHANGE ORDER NO. 12 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 Subgrade Stabilization - Segment 3 See attached Exhibit A to this change order. 2. Description of Change: See attached Exhibit A to this change order. 3. Change in Contract Cost: $ 4. Change in Contract Time: 13 calendar days for substantial completion 13 icalendar days for final completion .62 UKIUIINHL UUIN I KAU I UUJ I b31,66b,tStd.`14 TOTAL APPROVED CHANGE ORDERS $ 2,512,530.53 TOTAL PENDING CHANGE ORDERS $ - TOTAL THIS CHANGE ORDER $ 76,891.62 TOTAL % OF ORIGINAL CONTRACT, THIS C.O. 0.24% TOTAL % OF ORIGINAL CONTRACT, ALL C.O.'S 8.12% ADJUSTED CONTRACT COST $34,476,301.09 (Assuminc all chance orders approved) ACCEPTED BY: Contractor's Represen REVIEWED BY: Construction Manager APPROVED BY: City Project Manager APPROVED BY: City Engineer APPROVED BY: Purchasing Agent over DATE: 3 F3 DATE: 7"-3/ 13 DATE: d - ( ' C -- DATE: 6 DATE: c`l (-13 cc: City Clerk Architect Contractor Engineer Project File Purchasing Colorado Department of Transportation 11:46 Monday, August 27, 2012 3 2012 Cost Data INDEX AND AVERAGE UNIT BID PRICES FOR 01/01/12 THROUGH 06/30/12 ------------------------------------- ITEM NUMBER --------------------------------------------- ----------------------------- ITEM -------------------------------------- _ ...'----------------------------------------------------------- TOTAL QUANTITY '------------------------------------------------ UNIT TOTAL COST AVERAGE PRICE 202-04003 Clean Culvert (Special) 4 Each 4,719.83 1,179.96 202-04004 Plug Culvert (Special) 2 Each 6,600.00 3,300.00 202-04005 Clean Valve Box 103 Each 16,270.00 157.96 202-04010 Clean Inlet 32 Each 33,239.21 1,038.73 202 -04041 Clean Box Girder )Forms and Debris) 30,300 Sq Foot 99,990.00 3.30 202-04042 Clean Box Girder (Organic Material) 22,600 Sq Foot 87,010.00 3.85 202-04100 Abandon Well 16 Each 12,349.18 771.82 202-05010 Sawing Concrete (10 Inch) 45 Lin Foot 450.00 10.00 202-05026 Sawing Asphalt Material (6 Inch) 3,844 Lin Foot 9,911.30 2.58 202-05100 Sandblasting Reinforcing Steel 424 Sq Yard 5,120.80 12.08 202-05150 Sandblasting 28,334 Sq Foot 12,389.02 0.44 202-06000 Removal of Detour 1 Lump Sum 91,937.00 91,937.00 203-00000 Unclassified Excavation 96,107 Cubic Yard 678,089.15 7.06 203-00010 Unclassified Excavation (Complete In Place) 271,264 Cubic Yard 2,484,270.48 9.16 203-00060 Embankment Material (Complete In Place) 184,287 Cubic Yard 2,271,516.68 12.33 203-00062 Embankment Material (Complete In Place) (Special) 10,893 Cubic Yard 203,901.00 18.72 203-00100 Muck Excavation 13,141 Cubic Yard 176,238.90 13.41 203-00210 Borrow (Complete In Place) 847 Cubic Yard 27,527.50 32.50 203-00400 Rock Excavation 8,010 Cubic Yard 201,451.50 25.15 203-00450 Rack Removal 2 Each 17,857.96 8,928.98 203-00500 Rock Fill 95 Cubic Yard 2,641.95 27.81 203 -00592 Rock Staining 1,000 Sq Foot 5,000.00 5.00 203-00850 Expanded Polystyrene Fill (Complete In Place) 4,102 Cubic Yard 266,301.84 64.92 203-01100 Proof Rolling 846 Hour 84,201.66 99.53 203-01140 Rolling 195 Hour 18,632.50 95.55 203-01500 Blading 2,687 Hour 322,510.80 120.03 203-01510 Backhoe 546 Hour 65,936.58 120.76 203-01515 Backhoe (Landscaping) 24 Hour 2,100.00 87.50 203-01550 Dozing 448 Hour 58,222.90 129.96 203-01551 Dozing (Heavy) 120 Hour 12,000.00 100.00 203-01555 Oozing tLandscaping) 24 Hour 2,100.GD 87.50 203-01565 Hydraulic Excavator 123 Hour 16,155.80 131.35 203-01580 Truck 40 Hour 4,000.00 100.00 203-01582 Truck )Dump) 241 Hour 23,356.15 96.91 203-01590 Front End Loader (Rubber Tire) 296 Hour 36,227.30 119.01 203-01594 Combination Loader 598 Hour 57,165.40 95.59 203-01597 Potholing 2,236 Hour 376,712.84 168.48 203-01620 Sweeping 106 Hour 16,434.50 155.04 Colorado Department of Transportation 11:46 Monday, August 27, 2012 16 2012 Cost Data INDEX AND AVERAGE UNIT BID PRICES FOR 01/01/12 THROUGH 06/30/12 ------------------------------------------------------------------------------------------------------------------------------------ ITEM NUMBER ---------------- ITEM -------------------------------------------------------------------------------------------------- TOTAL QUANTITY UNIT TOTAL COST ------------------ AVERAGE PRICE 605-00004 4 Inch Nan -Perforated Pipe Underdrain 5 Lin Foot 125.00 25.00 605-00040 4 Inch Perforated Pipe Underdrain 1,296 Lin Foot 10,535.00 8.13 605-00041 4 Inch Perforated Pipe Underdrain (Special) 577 Lin Foot 10,963.00 19.00 605-00060 6 Inch Perforated Pipe Underdrain 1,533 Lin Foot 22,995.00 15.00 605-00100 10 Inch Perforated Pipe Underdrain 8,073 Lin Foot 121,095.00 15.00 605-01020 2 Inch Horizontal Drain 2,170 Lin Foot 71,610.00 33.00 6GS-01030 3 Inch Horizontal Drain 3,000 Lin Foot 92,340.00 30.78 605-82100 Pipe Edge Drain 267 Lin Foot 5,073.00 19.00 606-82306 6 Inch Drain Pipe 566 Lin Foot 6,650.50 11.75 605-83000 Geocomposite Drain 240 Sq Yard 4,560.00 19.00 605-83002 Geocomposite Drain with Pipe 3,476 Sq Yard 23,648.35 6.80 606-00301 Guardrail Type 3 (6-3 Post Spacing) 111,080 Lin Foot 1,680,596.58 15.13 606-OG350 Guardrail Type 3 (Double) (6-3 Post Spacing) 3,407 Lin Foot 88,099.50 25.86 606-00420 Guardrail Type 4 (Style CA) 70 Lin Foot 10,257.80 146.54 606-00705 Guardrail Type 7 (Special) 919 Lin Foot 53,604.00 58.22 606.00710 Guardrail Type 7 (Style CA) 3,062 Lin Foot 177,378.00 57.93 606-00720 Guardrail Type 7 (Style CC) 12,043 Lin Foot 506,406.00 42.05 606-00721 Guardrail Type 7 (Style CC) (Special) 488 Lin Foot 20,008.00 41.00 606-00730 Guardrail Type 7 (Style CD) 2,601 Lin Foot 140,454.00 54.00 606-00735 Guardrail Type 7 (Style GO)(Concrete Glare Screen) 436 Lin Foot 74,120.00 170.00 606-00740 Guardrail Type 7 (Style CE) 1,372 Lin Foot 72,716.00 53.00 606-00741 Guardrail Type 7 (Style CE) (Special) 60 Lin Foot 5,940.00 99.00 606-00745 Guardrail Type 7 (Style CE)(Concrete Glare Screen) 11,468 Lin Foot 698,546.00 60.91 606-01320 End Anchorage Type 3B 1 Each 830.00 830.00 606-01340 End Anchorage Type 30 167 Each 114,988.48 688.55 606-01370 Transition Type 3G 167 Each 205,063.45 1,227.92 606-01371 Transition Type 3G (Special) 2 Each 4,200.00 2,100.00 606-01380 Transition Type 3H 52 Each 38,262.45 735.82 606.01385 Transition Type 3U 9 Each 6,364.87 707.21 606-01390 End Anchorage Type 3K 13 Each 13,160.18 1,012.32 606-01460 Median Terminal 14 Each 45,583.36 3,255.95 606-02003 End Anchorage (Nonflared) 227 Each 449,007.18 1,978.01 606-02005 End Anchorage (Flared) 97 Each 203,840.90 2,101.45 606-10300 Bridge Rail Type 3 86 Lin Foot 6,192.00 72.00 606-10305 Bridge Rail Type 3 (Special) 279 Lin Foot 14,943.24 53.56 606-10700 Bridge Rail Type 7 2,025 Lin Foot 200,695.20 99.11 606-10705 Bridge Rail Type 7 (Special) 2,747 Lin Foot 170,314.00 62.00 606-10755 Bridge Rail Type 7R (Special) 90 Lin Foot 21,655.80 240.62 COLORADO DEPARTMENT OF TRANSPORTATION 10:14 Monday, August 27, 2012 110 ITEM UNIT COSTS BY PROJECTS -- 2012 COST DATA ITEM NUMBER/ ITEM DESCRIPTION/ ------------------------------------------------------------ UNIT/ PROJECT NUMBER ------------------------------------------------------------------------------------------------------------------------------------ PROJECT LOCATION DATE LET QUANTITY ENGR. EST. AVERAGE BID AWARDED BID 304-06007 ABC (CL 6) Cubic Yard=__-______� ------- ____ -------------- -__ FSA 0831-112 SH83/LEETSDALE DRIVE @ MONACO O1/12/12 392.00 110.00 49.60 34.00 STA3501-011 SH 350, M.P. 63.7 TO M.P. 72. 01/26/12 1,391.00 20.00 33.24 36.00 FSA0341-075 US 34 INTERSECTION WITH MALL 02/02/12 594.00 45.00 52.76 30.00 STA095A-012 SH 95 (SHERIDAN): 68TH AVE TO 02/09/12 354.00 45.00 32.69 19.00 FBR095A-011 SH95(SHERIDAN) BRIDGE OVER RR 03/01/12 2,838.00 26.00 29.93 24.50 FBR062A-015 SH 62 IN RIDGWAY 03/01/12 461.00 45.00 48.34 62.59 N140502-065 US 50 MONTROSE COUNTY MA 103. 03/15/12 759.00 40.00 38.38 29.00 F13R145A-049 STATE HIGHWAY 145 NORTH OF PL 03/22/12 5, 974.00 35.00 40.25 37.09 WEIGHTED AVERAGE FOR THE FIRST QUARTER 12,763.00 35.07 37.00 33.93 NH 1602-105 US 160 BETWEEN MONTE VISTA & 04/12/12 17,652.00 21.00 26.59 21.76 FBR0253-218 I-25 FRONTAGE ROAD BR MP 249. 04/26/12 875.00 30.00 33.36 28.50 SHE0853-CJ83 US 85 FROM FT LUPTON NORTH TO 04/26/12 3,516.00 30.00 32.60 28.20 STA 0853-078 US 85 RESURFACING IN GREELEY 05/03/12 24,076.00 23.00 21.30 23.10 ST00062-n27 US6 (VASQUEZ) FROM I70 TO 60T 05/10/12 121.00 35.00 47.94 56.00 HH0505-046 US 50 HASTY AND MCCLAVE 05/17/12 38,590.00 20.00 23.47 22.00 NH0342-054 US 34 EAST OF GREELEY 05/24/12 80.00 20.00 29.80 41.40 HPP0241-058 SH 24 MM 168-172 06/14/12 261.00 35.00 60.59 40.00 STE0702-322 VAIL PASS RECREATION PATH ADJ 06/28/12 6.00 50.00 273.74 126.00 NH 160A-019 IN PAGOSA SPRINGS, COLORADO A 06/28/12 31.10 40.00 112.00 115.00 WEIGHTED AVERAGE FOR THE SECOND QUARTER 85,208.10 21.65 24.13 23.80 WEIGHTED AVERAGE FOR THE YEAR 97,971 10 23.40 26.27 25.07 _______________ 304-06008 ABC (CL 6) (Spec) Cubic Yard =__� ----------- ____ _----- SIT, R600-401 US 36 OVERLAY 01/26/12 1.00.00 35.00 44.23 16.16 HH0853-086 US 85 BRIGHTON TO FORT LUPTON 03/29/12 3,030.00 32.00 26.58 27.45 WEIGHTED AVERAGE FOR THE FIRST QUARTER 3,130.00 32.10 29.08 27.15 IM0701-211 I-70 MP 11-16.5 MESA I-70 EAS 05/10/12 308.00 34.00 13.99 9.28 ST00062-027 US6 (VASQUEZ) FROM I70 TO 60T 05/10/12 60.00 40.00 45.14 41.00 WEIGHTED AVERAGE FOR THE SECOND QUARTER 368.00 34.98 19.07 14.45 WEIGHTED AVERAGE FOR THE YEAR 3,498.00 32.40 28.02 25.82 Concrete Express Inc. Labor and Equipment Rate Sheet - August 2012 Time and Material EQUIPMENT TYPE UNIT NO. SERIAL NUMBER PRICE/HR DOZER/TRACTOR CAT CH75E CHALLENGER (98) CH-5 6HS00365 $ 175.00 TATU DISC (98) DISC-5 182/450 $ 175.00 CAT D5C DOZER DZ-3 07PS00792 $ 125.00 W/6 WAY BLADE & SLOPEBOARD CONVEYOR FELCO CONVEYOR COMPACTION WHEEL EXTENSION CRANE GROVE CRANE (95) TEREX CRANE (99) LIEBHERR TOWER CRANE TEREX TOWER CRANE COMPACTION WHEELS NEC FOUR WHEEL SHEEPS FOOT NEC FIVE WHEEL SHEEPS FOOT FOUR WHEEL SHEEPS FOOT ACTION FIVE WHEEL SHEEPS FOOT THREE WHEEL SHEEPS FOOT REX SHEEPSFOOT - NO VIRATION E cAVATOR KOMATSU PC40OLC-6 (98) KOMATSU PC20OLC-6 (99) CAT 345BL (02) CAT 345BL (02) JOHN DEERE 450C (05) JOHN DEERE 160C (06) CAT 321CLCR (05) CON-5 STD-20-146 $ 40.00 $ 10.00 CR-1 82720 $ 135.00 CR-3 58186 $ 135.00 CR-7 1129 $ 200.00 CR-19 415209 $ 200.00 CW-1 4224 $ 50.00 CW-3 A71003 $ 60.00 CW-7 A041003 $ 50.00 CW-9 A050119 $ 60.00 CW-11 $ 85.00 SWR-5 $ 85.00 EX-11 A80104 $ 165.00 EX-13 104044 $ 125.00 EX-21 AGS01263 $ 185.00 EX-23 AGS01419 $ 185.00 EX-29 FF450CX091703 $ 205.00 EX-31 FF160CX045435 $ 130.00 EX-33 ' MFC00728 $ 165.00 MOTOR GRADER 140H MOTOR GRADER (01) MG-17 CAT0140HJ2ZK07191 $ 120.00 MINI -MIGHT BLADE ATTACHMENT MG-19 0064-050605 $ 50.00 JOHN DEERE 770D MOTOR GRADER (07) MG-21 X612047 $ 120.00 JOHN DEERE 772D MOTOR GRADER (06) MG-23 X604407 $ 130.00 Concrete Express Inc. Labor and Equipment Rate Sheet - August 2012 PAVER POWER CURBER 5700E (96) PV-5 57210784 $ 200.00 ALLEN PAVER(00) PV-9 030100-1436SFP $ 350.00 BIDWELL DECK FINISHER PV-11 BR 87635-2 $ 250.00 POWER CURBER 5700B (99) PV-13 57B7991060 $ 200.00 GOMACO TINING MACHINE PV-15 45525244 $ 60.00 POWER CURBER 8700 PV-17 870290041 $ 250.00 BACKHOE 420D CAT BACKHOE (03 4WD) RB-21 CFDP13360 $ 80.00 420D CAT BACKHOE (04 4WD) RB-23 JFDP19156 $ 80.00 420D CAT BACKHOE (03 4WD) RB-25 AFDP12809 $ 80.00 420D CAT BACKHOE (03 4WD) RB-27 HFDP15146 $ 80.00 420D CAT BACKHOE (04 4WD) RB-29 OFDP21372 $ 80.00 UNILOADER CAT 246A (04) UL-57 05SZ07367 $ 65.00 CAT 246B (06) UL-59 PAT03227 $ 65.00 CAT 246B (06) UL-61 PAT03231 $ 65.00 CAT 246B (06) UL-63 PAT03239 $ 65.00 CAT 246E (05) UL-65 PAT03107 $ 65.00 FALCO TRACK UL UL-?? $ 115.00 CASE 1845 UL W/BREAKER $ 80.00 CASE 1845 UL W/OUT BREAKER $ 60.00 ROLLERS/COMPACTORS REX COMPACTOR (98) SWR-5 HE1475 $ 100.00 CAT CS433B ROLLER (94) VR-3 4FK00198 $ 80.00 CAT CP433C COMPACTOR (99) VR-5 2JM00821 $ 80.00 CAT CP323C COMPACTOR (97) VR-9 6DMOO149 $ 75.00 CAT CS323C COMPACTOR (99) VR-11 1EN00232 $ 75.00 CAT CS323C COMPACTOR (00) VR-13 6DM00371 $ 75.00 CAT CS-563E COMPACTOR (06) VR-17 CNG01163 $ 100.00 CAT 815-F COMPACTOR (04) VR-19 BKLOO512 $ 120.00 CAT CP-563E Compactor VR-23 CNG02131 $ 100.00 WHEELLOADER CAT 93BG (03) WL-33 CRD00619 $ 110.00 CAT 938G (04) W L-35 RTB00658 $ 110.00 CAT 938G(06) WL-37 ORTBO1419 $ 110.00 CAT 938G (06) WL-39 ORTBO2109 $ 110.00 Concrete Express Inc. Labor and Equipment Rate Sheet - August 2012 CAT 93BG (06) WL-41 ORTBO2117 $ 110.00 CAT 93BG (06) WL-43 ORTBO2118 $ 110.00 CAT 966H(06) WL-45 OA6DO0167 $ 115.00 CAT 938G (06) WLA7 ORTBO2718 $ 110.00 CAT 938G (07) W L49 CRD02427 $ 110.00 CAT938G (07) WL-51 CRD02426 $ 110.00 SCRAPER CAT 627C $ 245.00 BLADE CAT 140G $ 115.00 CAT 13OG $ 115.00 WATER TRUCK CAT 613 $ 135.00 4000 GALLON $ 80.00 1600 GALLON $ 70.00 TRUCKING LOWBOY/TRANSPORTATION $ 115.00 END DUMP - ROCK TRAILER $ 85.00 END DUMP - BELLY DUMP $ 85.00 SIDE DUMP $ 85.00 VAC TRUCK - POTHOLE TRUCK $ 190.00 MANPOWER SUPERINTENDENT $ 68.00 FOREMAN W/TRUCK $ 55.00 FORMSETTER/ FINISHER $ 46.00 LABOR $ 40.00 SERVICE MECHANIC $ 70.00 WELDER $ 70.00 Fmm: Mark Lakan To: KellhMerei Sobje . Rat Fly Ash Nri Ran Gty ENU*wkV Projects bore: WeOme y, June 26, 2013 10:42:29 AM Keith, Here are the prices City of Fort Collins Engineering paid in Fall 2012 on the Turnberry Road Project (by change order) thru Connell for Son Haul to do 1 day of fly -ash subgrade stabilization (12" depth): 2 Fly -ash Mobilization 1 EA $ 2,800.00 3 Fly -ash Treated Subgrade 12% 4430 SY $ 8.60 Here are bid prices from Harmony Road Widening Project (summer 2009) thru Coulson Excavating performed by Son Haul (3 days): 00075 FI Ash 2196 TON 56.50 124,074.00 307- $ $ 00250 1 Processing Fly Ash Treated Subgrade (12" Depth) 36606 SY 3. 10 109,818.00 Mark Laken City of Fort Collins— Engineering romc- cosy. 040, 898 ¢¢josy � �7SO:r x= 339 A7436 1,5 60% %lam- e0/sr af5o /J maWORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 076 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: (Title of WCD): Stabilization and Underdrain - STA 61+00 to 66+00 This work change directive directs the Contractor to price and, if accepted, install a 6" under -drain (perforated ADS and solid HDPE) to the alignment and grades provided in the attached sheets. The work shall include supply and installation of 6" underdrain materials and fittings; filter rock, separator fabric, excavation, backfill, concrete and flyash stabilization according to the geotechnical engineering letter and details. This work shall be paid for as a single lump sum addition to the contract based upon the % of work complete. This change is being initiated by the City as unstable subgrade and high groundwater conditions existed in the guideway from STA 61+00 to 66+25. These conditions were identified in the 2009 and 2010 geotechnical reports produced for the MAX BRT project but the design did not address mitigation strategies. Attachments (List Supporting Documents): Sheets 75, 76, 275 and supporting details; CTL Geotech letter (flyash design) It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the parties expect a Change Order request for approval to subsequently follow this Work Change Directive. Ordered By: July 8, 2013 caner Date Recommended By: �l�� July 8, 2013 Construction l agar Date Copy: Owner; Engineer; Field File - SharePoint W CD076—STABILIZATION AND UNDERDRAIN-07-08-13—DRAFT FOR PRICING PAGE 1 OF 1 LEGEND ROADWAYNOTES• IY W,i w . Ell.le rR ro ¢wxlw xm - N i LT[ —� }} • [ Seell r s lef.110L e. sm Iru rrWl Oo O k Sr TUlb inre[4 r04 VIEW .ro n[ Ws LIWC a .wt LOp O R 6p o Lz.[loz. + ♦ [i [14.G O«B� Llw[4 ar lnn.4<nw a o N. AILWAV...................-N ..............._..........................IA....._._._............._._................ID.... _...........— .....-r0....'n e'q:........ 4)....... .. ... �.. FWkx[ ter. .... ... ..... ... � ........ _ , ..... .... 10 a°.m.I A AN. wo u I - - - _ .. -- A - _ [rrtaut• eue W caret TI _I Rower[ [.VLr[x[ _•.• _ - - rC O ra[L[r L4'll. I by 4 -- r O _ LL 4Oe 'x x 4 t ___ ____ A G p w _ jI}LJ J() 4 RE - - - 1 RLYm11. [x o. LIM L� W o —. iN xunLx. n.us i� �-� 1 �..wrl. a eak LL I' -� ��Ii 1 1 Z —T L.¢ex.unw I_� slec»[L. roPE I ohNEERD oean b .a 5038 ["Lu4SC+' rr i $e TTTf—T1TT- r,em - I5038 ^� v , S0J6 _ _ __x - _ 5016 5034 Je _ [� ------- e —}—i Y R. Z Z 5011 5o3o w0 UD nmk uwo 9� cap a•C•• y�i�O._•��O W0�5030 q W O IOW 5028 So2B i ITICE2.F[ Lr IN (s.exn[Ltv..14 xn (' m�C' \ Nis • xIt FFR�—Oi j .4x .1z — ri I --=----�---- < p4x I I I I I •ex .:x I I I I I I I 58M0 59M0 60,00 61a(Ip 61a00 6]i(Ip v.-.,1 pale: 3/2a/xm2 Sheet Revisions MASQN C�JZJZID�R BRT U4 c. Fort Collins _ °) S. yW4. 1. No —.0auiw }1° Construction Drowings ROADWAY PLAN AND PROFILE Ste, SfiiW TO SITE, 6].00 Project No. Gie Hmk: 20➢3-Bftl_sRooEraY-eA911.Lgn pole: Comment, INI. Hb geviinv: f1. Co0nx: )p)3 Noriz. SCNe: P -10- Verl.ScdC V-2' 2/3/12 IpEaleE ELsemenl Line Aiu Owed Wer.lbn Unit Leader NON ]/21/12 Upo°leG fence CELOW.Vel ATM Revised: pes19— C4F SI,-N.E peltikr: NJ4 Numper5 O O vrid: meal xl.roe. 75 Sluel sllosel: gplDwnr 5W4eI LkeI4: R1s et 1]U C 1-302 LEGEND • ROADWAY NOTES: MENE a IN Clap 4rNNM .uL DEFLECT /CEPDPOIN $ 9 r .ser[ — 1. n[ w1 WIEwr —, —.K . r : I rn ' uro D Is Yu �— nwN Expo p mEruE FIT MIS L xl NL.w5 [ SK[m�w pMf MO WMMw Y # 11. T"TI FEK< T Ea INTO n,m.— "OF 1, a x . — -- LIMITS o[ w T m I� Me ..e LIIw E.EEN,$x aR q�e n to-.......DNSF.RAILWAY m � m .. .... ... .. -----NEnNwIxT ADx. ......... ..... t>w'= IIIIIIS OF EE - 1 \- —_ _____ ___ - •-•-• T[4VIM [Y[uMl _� - w [x[i 4aE w E J - _ - - ...T\ ----- Rpx[n [YEExr n O mE e:gTl byY p�p O _ — __ a _LIMITS _ _ _ Of CONSTRUCTION Sod' wY N- W O -_-__ ---------- ___ ------------ --------- - ! �C.IWCII - _ _ _-______ - m Lr ITNE I SL. a ` `- � lirn[Ncq � ; W ZZ _ ® I ------ - - -vivo J V n. u.n m.umv vin. q:.�m BEGIN OY4rWL TINE ] ITTL[ c[ III— Ix Lw �, a e;F."Irk-uEwmuawi---------j--------------------------- 1101.35. IK. CwW _ O EOIx I[IL[ E. LINK IS—. ye[il alMm ual E[ f6W)� E8x1[T[ EC. ".. pWx LINK D,TCIYN4f IaYO I 1 1 FCPmIx.EUKIM1n¢IIE W WIrtMII]—[1 'TASK D �I m 3 N _ x.r P, ° n I!u?145-1 12%. — -� jz I - x um prw n, wEx I or ro .a 5042 I .-.n v ( � 504D NEO - 1—I'. K, 5D30 Yh _€a e>• w1 . .. -----If--- +n- I503B erc .{RA iE i DO IT, ypp [C X • x E pp I ZZ�SD36 J U J WHINE wuw ````�AL C J V SON W O _ <W _ _ _ _._,_ _ - ---' ' - y.•'v : O: �EJ r NE O 50J. _ ZW 8s ____ Z• N O Y���O NEW 5033 9 I ZC . C MS-�c'; 5033 b cem LT d mx I NFFR � . x «xo _—__-- _—r —j oxx % I I I I I I I I I 1 ]X -�X _ _ J� Ax 63MO 6..00 65M0 B6W0 6)MD 6Bro0 ednl Dote: 3/2e/2018 Sheet Revisions ON CORRIDOR BRT Cur.A F OFiCOII1D5 Conslrn1z; Dr0E10 s 9 ROADWAY PLAN AND PROFILE SiA 63M0 i0 STA 66WD Pro eat No. 1 F]E Npar. >on-aNr_saooe.o _eemlza r 0^ Dole: COmmenla IN1. NO Reviinna: Ft, E ... : 1D13 Mwi1. Scale: I"•3P VerL Scale: 1"•4' x/]/Il L O.I.a Ememenl Lee ATM LFiI Inipmolion Uni[ Leaaer lrvliab J/31/1] UpaOleO Fence Cdbub ATM Onigren CMF Ico SLNNK�nosxx Im Ea Redsea: SIT Numpns C yoia: Delg4r: NJM SNnel N—, 76 SNeel SuEnel: ROIDwAv SWUI lis: R36 of 170 C 1-302 matt CHANGE ORDER NO. 12 Exhibit A Project: Mason Corridor — MAX BRT Project No. 7332 (CEI project #12-009) Date: July 29, 2013 Description of Change: MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction This change order adds subgrade stabilization and underdrain installation work to the MAX BRT contract. Through WCD076, CEI was directed to provide fly ash stabilization and underdrain installation for a section of the BRT guideway spanning from STA 61+00 to 66+00. Groundwater in this area is perched and is approximately 3-ft below the guideway subgrade. As such, mitigation measured were taken to address this situation including installation of a perforated underdrain system connected to the storm drainage pipelines in the area and flyash subgrade stabilization to a depth of 18" consistent with geotechnical recommendations by CTL Thompson. All supporting documentation can be found in WCD076 as attached. Change in Contract Value: The contract value is being increased by $76,891.62. 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 WCD076 Subgrade Stabilization STA 61+00 to 66+00 $76,891.62 Total Work Change Directives Change: $76,891.62 Change in Contract Time: This change order authorizes a contract time extension of eight (8) 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 February 11, 2014 (BRT Project through CO #12): Revised Final Acceptance Date March 13, 2014 (BRT Project through CO #12): Page 1 of 1 N O m V II I` I. I I L II'• it iI'I ff 6a ! x •I ( I it F F I rl II c- ° 64+0D`' it 11 1ji a e p x° a G momma O O I Il lip II q r+�n.cn,.[.... „�'=_-• I, Iltlh y,l 1. O t IIA 111I nnuaper ILI. O O� 0 IpII E it Ili l I ?l i/ i )00 �,A/ �'� 24z<5'HERLP- II I MHBIt-8'OIA Iq C] c° • 1 `u4ktnc re,r< s11.. pWk janh I. F T I Casl In plate flew j li' II(=5 �Iqqpp 1.�1 NnIKe�.t J C;/ aessl. pl DhRCP Class nl S I FaIFW,(( amla,p 00 t jjjj'I e° I'I S.w uw .n �004f I O �� .� I I 0 1 I I; r I i m, O rw"� ci`.r: I li I vwe '. ti Ir stoa u«[ 63+00: : 1'i IJ, Fe ,la ! c_+,r\�.s+.t\� !I I �4uNE 133 ;C Cb i I O 3 �I ATT- I p `III O F I v Ba pk tit R£ �uGwroi+� 1 • I pPEtigluLL NV JJEp � ' Y I I I I I II I� 1 coxcRerFwura i I 4Y+a5'nERCP- �' I I' tlexFD proflb Wnl4 O ml II ( I pev lv 00, m. �I �I I� alWuuwnnc../opz zgsas nERCP- 1 I ao4�0 (if:Gls ;I i 'I;I� •I'I QI 44IfF�IItt I �I� 'II�IIi z..neFnu ..o so. cuss 111 _s0 °°° D Cp 1�TK3lC0 O�Oh 062+00!coo ------------------- V. 11 ^ rur ; ",°T.c••. .. 00 li II I I1 ill 1 e' i '/gaGp/SS'ONA; EsaS• a 00 j� 1 eI ry 1 DRAINAGE LEGEND a O I r III illl I WSTI EHUMM IIEM DEs Pnr« O III I ril lll_c.-� I stop s«. Ili o° o i I I; I l �� ®■ °� al,a. ,I • :I I -I I �?Cal ALL ., ILI—',.as�.F O Is O I I I i iiI JI I 'im. ' oni".�w�..TPlIE [II.st.' e n sou Isss"I,sl I i i -_ �� nxco na unIw e :i dl I 1{i 1 m11..'1.Is. 61+00 : IiI iI E I ! ! Op .. 1s Fssexo tut i 2 Prb1 Dph: a/s/zpu Sheet Revisions MASON CORRIDOR BRT i9 DRAINAGE SITE PLAN 1 ] Fik Nam[: JDJ3-DNLOro' e_SleRag9.o n Opl[. Cpmnkna Ifll f.On9tFOCtpO DfDfl 6 Pro eet N. i N ,I. Scott: 1"40' Ven. 6c[b: N/,, CMoI No Revbbns: STA 61 0 lD STe 64+W Ft. Cdrns: 7073 w:t In1o.m[1'w, W i[pae. I.:rbe �Fpft �ID6 ( O \f� ne.bar D[slsaee: .IPz Nw F3 S O sasz° ® :a. $p0 Dc1ac.: N.Ik x,..mc.s O voice Sn[« 6e6seL DR/.IWWE sksel Excels, D21 Of 104 sn[[I "�mx. 275 C 1-302 C m e NI 7vehfAZ- sEG:l'70N 1W7Et< 4 /qov WZiF? ale tWilAq- U ne"r © t%Y/,W, JO/�r Vic' -or Fri c // ' L.a�vEs F55 • Sao,:5w c fF e /Z% . U s7r8feA704 FPewc- m ee' /s/iXAF! SEE /4Tn9CH�1� 66aTE2'N 66rn54 FpK. FGyi¢SH �L,�}Gi�i+nENr Sp'cGS. U �E•«J44'E,D 1?P.at/N P/r°E To SE i` ZIS Oz FgP4,4t_ j)ut//✓ Zoec 7v 3� GFSKs d7 w.�sNE�. ■ � S x Rc t[o! etP►}o1A a r�trR e R o� July 3, 2013 CH2M Hill, Inc. 9193 South Jamaica Street Englewood, Colorado 80112 Attention: Mr. Dan Heilig; Mr. Jonathan Spencer Subject: Subgrade Stabilization MAX Bus Rapid Transit at Horsetooth Road Fort Collins, Colorado CTLIT Project Number: FC05942.000-125 CTLIThompson, Inc. was requested to observe subgrade conditions along the MAX Bus Rapid Transit near Horsetooth in Fort Collins, Colorado. Spencer Schram and Jack Pappert from CTLIThompson, Inc. met with Keith Meyer with Ditesco Services on June 28, 2013 to observe the subgrade conditions. During the site visit, soft, yielding clay soils were observed along portions of the alignment. Shallow groundwater was observed in a test pit along the alignment in the area of the soft soils. We previously conducted a geotechnical investigation in this area and encountered similar conditions. During our site visit, we discussed several options to help mitigate the soft subgrade including dewatering, over -excavation and replacement with larger granular material and a geogrid, and fly ash stabilization. Based on our experience, the best option would be to permanently dewater the alignment and over -excavate and replace approximately 2 to 3 feet of the subgrade with a larger granular material with a geogrid. We understand this is not within the project budget and could delay the project schedule. Based on conversations with Keith, fly ash stabilization is preferred for subgrade mitigation. The City typically uses a prescribed amount of about 12% fly ash stabilizing agent. We recommend a minimum of 24 inches of chemically treated subgrade. Temporary dewatering should be considered to help eliminate pumping during construction. The method of applying the stabilizing agent to the soil will depend partly on the level of water-soluble sulfates in the subgrade soil. A reaction of water-soluble sulfates in the soil and available calcium in the stabilizing agent can occur creating the mineral ettringite, which can swell causing detrimental effects to the pavement surface. If unacceptable concentrations of water-soluble sulfates are present in the soil, the double - application method can reduce the risk of pavement heave due to ettringite formation to an acceptable level. Concentrations of water-soluble sulfates were measured in four samples at 0.08 percent to below detectable limits. Our threshold limit of water-soluble sulfates in soils for single application of fly ash or lime for stabilization is 0.5 percent. Based on our test results, we believe single application is appropriate for the site. 351 Linden Street I Suite 140 i Fort Collins, Colorado 80524 Telephone:970-206.9455 Fax:970.206.9441 Additional recommendations for chemically stabilized subgrades are presented inlllll Appendix A. Preparation of the subgrade should extend from back -of walk to back -of - walk where feasible. We appreciate the opportunity to work with you on this project. If you have any questions regarding the information provided in this letter, please do not hesitate to contact us. Sincerely, 0 Spencer Schram, Project Engineer CH2M HILL. INC. MAX BUS RAPIT TRANSIT CTL I T PROJECT NO. FC05942.000425 T CHEMICALLY STABILIZED SUBGRADE IF 1. Utility trenches and all subsequently placed fill should be properly compacted and tested prior to subgrade preparation. As a minimum, fill should be compacted to 95 percent of standard Proctor maximum dry density. 2. The subgrade should be stripped of organic matter and should be shaped to final line and grade. 3. The contractor or owner's representative should have a mix design performed in general accordance with ASTM D 558 using the actual site soils and the approved stabilizing agent (lime, fly ash or a combination of lime and fly ash). Scheduling should allow at least two weeks for the mix design to be completed prior to construction 4. High calcium quicklime should conform to the requirements of ASTM C 977 and ASTM C 110. Dolomitic quicklime, magnesia quicklime with magnesium oxide contents in excess of 4 percent, or carbonated quicklime should not be used. 5. Fly ash should consist of Class C in accordance with ASTM C 593 and C 618. 6. All stabilizing agents should come from the same source as used in the mix design. If the source is changed, a new mix design should be performed. 7. Stabilizing agents should be spread with a mechanical spreader from back of curb to back of curb for detached sidewalks or back of walk to back of walk for attached sidewalks, where applicable. B. The subgrade should be mixed to the specified depth and at the specified concentration until a uniform blend of soil, stabilizing agent and water is obtained and the moisture content is at least 2 percent (for fly ash) and 3 percent (for lime) above the optimum moisture content of the design mixture (ASTM D 558). 9. If lime is used, a mellowing period of up to seven days may be required following initial mixing. Once the pH of the mixture is 12.3 or higher and the plasticity index is less than 10, the soils shall again be mixed and moisture conditioned to at least 3 percent over optimum moisture content and compacted to at least 95 percent of the mixture's maximum dry density (ASTM D 558). Up to seven additional days may be required for curing prior to paving. The treated surface shall be kept moist or sealed with emulsified asphalt. Traffic should not be allowed on the surface during the mellowing and curing periods. 10. If fly ash is used, the mixture should be moisture conditioned to at least 2 percent over optimum moisture content and compacted to at least 95 percent of the mixture's maximum dry density (ASTM D 558) within 2 hours from the time of initial fly ash mixing. 11. If a lime/fly ash combination is used, the lime should be mixed first and allowed to mellow as indicated for lime treatment in item 9. Following the mellowing period, the fly ash should be added, moisture conditioned and compacted as indicated above within 2 hours of initial fly ash mixing. 12. Samples of loose, blended stabilizing agent/soil mixture should be sampled by a representative of CTL Thompson, Inc. for compressive strength testing (ASTM D 1663) to determine compliance (optional) when full credit for the FASS layer is used in the pavement thickness design. 13. Batch tickets should be supplied to the owner or owner's representative with the application area for that batch to determine compliance with the recommended proportions of fly ash to soil. 14. The subgrade should be re -shaped to final line and grade. 15. The subgrade should be sealed with a pneumatic -tire roller that is sufficiently light in weight so as to not cause hairline cracking of the subgrade. 16. Where sulfate concentrations are over 0.5 percent, a double treatment method should be performed. When a double treatment is required, the first half of the stabilizing agent should be placed, moisture treated and allowed to mellow or cure for at least two weeks. The remaining half of the stabilizing agent plus an additional 0.5 (for lime) to 2 (for fly ash) percent shall then be applied. 17. Mixing of the fly ash, lime, or lime/fly ash treated subgrade should not occur if the temperature of the soil mixture is below 400F. 18. We recommend a minimum of 2 days curing prior to paving. The surface of the stabilized area should be kept moist during the cure period by periodic, light sprinkling if needed. Strength gains will be slower during cooler weather. Traffic should not be permitted on the treated subgrade during the curing period. The subgrade should be protected from freezing or drying at all times until paving. 19. The treated areas will gain greater strength if they are allowed to CH2M HILL, INC. MAX BUS RAPIT TRANSIT CTL I T PROJECT NO. FC05942.000425 cure for 1 to 3 days prior to paving. Construction traffic on the treated subgrade prior to pavement section construction should be limited and the subgrade should be protected from freezing or drying at all times until paving. 20. Placement, mixing and compaction of stabilized subgrade should be observed and tested by a representative of our firm. CH2M HILL, INC. MAX BUS RAPIT TRANSIT CTL I T PROJECT NO. FC05942.000-125 Title: CEI Change order 12 Date: 8-14-13 CONTRACT CHECKLIST FOR NON-COMPETITIVE PROPOSALS (SOLE SOURCE) Checklist Item Contract File Comments Location 7) Independent Cost Estimate The City made and documented an YES independent cost estimate before receipt of proposals. 10) Unnecessary Experience and Excessive Bonding Unnecessary experience and excessive NO bonding requirements were not included in this solicitation or contract documents. 11) Organizational Conflict of Interest (OCI) If there is an apparent or potential OCI the solicitation contains provisions to eliminate or mitigate the conflict (e.g. by inserting a clause NO that prohibits the contractor from competing for the follow-on contract to the current design or research contact) and OCI Certification is submitted by the contractor. 12) Arbitrary Action There was no arbitrary action in the procurement process. (An example of arbitrary action is when award is made to NO other than the contractor who most satisfied all the City requirements as specified in the solicitation and as -evaluated by staff. 13) Brand Name Restrictions Brand Name or Equal. When it is impractical or uneconomical to provide a clear and accurate description of the technical requirements of the property to be acquired, a "brand name or equal" description may be used to define the performance or other salient characteristics of a specific type of property. The City must identify the salient characteristics of the named brand that NO offerors must provide. When using a "brand name" specification, the City does not need to reverse -engineer a complicated part to identify precise measurements or specifications in order to describe its salient characteristics. FT A's "Best Practices Procurement Manual," (BPPM) contains additional information on preparation of specifications including examples with specific language. 14) Geographic Preferences The solicitation contains no in -State or local NO geographic preference except where Federal statutes mandate or encourage them. 15) Contract Term Limitation The contract period of performance for rolling stock and replacement parts does not exceed five (5) years inclusive of options without prior NA written FTA approval. For all other types of contracts, the procurement file contains evidence that the contract term is based on sound business judgment. 18) Award to Responsible Contractor The City made a determination that it was awarding to a responsible contractor considering such matters as contractor integrity, compliance with public policy, record 1 Y of past performance, and financial and • 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. maD,: Inc. Date: 07/29113 Pending Issues Log Ref. No. CDk SCC Spec Section Item Description Date Requested Amount Status WCDO01 1 40,02 604 Change from 8-fi did to 6-fl dia MH 8.1 7/3112012 $883.00t requested! by CEI; credit to contract WCDO02 1 10.02 403 Add asphalt patching depth -Laura to Maple 6'tc 10') 7/3112012 $132,163.03 change from 6' depth to 10' depth' all SG versus S in bid WCD003 1 4008 630 Teraponny fencinq - BNSF work 711812012 $16,401.90 ordered for duration of BNSF closure; duration not spinuffically defined in proposal from sub WCDO04 1 40.08 me Insurance adjustment $2W$6M to$5M/$l OM) 7/1212012 $3,95700 BNSF Prpteclive liability insurance for CEI contract($14M in ROW) W CD005 1 40.08 630 Time and Material traffic control for BNSF work downtown 7/1212012 $141,562.78 traffic control for downtown BNSF rail replacement work W CDO06 1 10.02 403 Add temp crossings at Oak, Mountain and Laporte 8/2/2012 $885,00 RAP at Oak; HMA at Mountain and Laporte' partially paid at unit prices W CDO0] 1 40,06 412 Enhanced Crosswalk changes (Laurel North) BIV2012 SO.00 chance to all dual colored crosswalks north of Laurel no cost change W CDO08 2 40.06 412; 603 Changes to Maple Intersection 9/11/2012 $71,910.39 temp eedestr an crossin ; intersection crosswalks; add to base bid WCD009 1 40.08 630 Specialty signs -BNSF closure 711612012 $9068.00 specialty signs for BNSF closure WCDO10 1 40.08 208 Erosion Loos (8995 EA) 8/13/2012 $24,826.20 40.08; 208-00005; missed in final bid tab WCD011 nla 10.02 403 HMA(Patchin -273 SY 811312012 $0.00 10.02;403-00721: added quantity after bid opening; quantity pad of asphalt Patching downtown WCD012 1 40,02 603 Sloan drain line J changes 8/20/2012 WOO Grade and alignment Chances for storm line J' Mason - Old Main to Laurel; unit prices WCDO13 3 40.07 608;609 Site changes at Industrial Sciences 812012012 $31,225,68 Changes to sidewalk, paoing at Industrial Sciences WCDO14 6 10.03 n/a BNSF Railroad ballast grading 8/22/2012 $45,803,75 T&M work to dratle RR ballast curb support options WCD015 3 40.02 1 603 Stoen drain line B1-1 changes 91412012 $19,812.00 Desiqn changes to stomr line B1-1; FCLW D utility conflict WCM16 20.01 608 Olive Station Site Changes 9/11/2012 $3,500,00 Add stairs; retaining wall Chang"; CM to issue WCD WCDO17 20.01 608 Toe wall change at Troutman Station 101912012 $2000,00 Add toe wall to Troutman walk CM to issue WCD W CDO18 1 40,02 604 Storm line C1-2 resign changes 10MV2012 $000 design change only; paid for at contract unit prices W CW19 13 40.02 604 Storm line 83-1 design changes 10/2712012 $63,560.54 arch pipe deleted; replaced with HERCP' grade and manhole changes WCD020 11 20.01 Div 26 Electrical site plan changes - An Poe Conduits I 112012 $25,570,05 promde conduit for speaker wire at each stab on WCD021 6 20,01 Div 3 Ught Pde foxidadon thane 10/2W2012 1S4.611.00 changes depth of light ode foundations -credit WCD022 6 40.01 202 1 Deconstruction scope of work change 10/28/2012 $17592.00) changes overall scope of deconStr ion -credit WCM23 9 40.02 619 Storm Line Fl-1'F1-0and borespecification changes 12/24/2012 $107,250.35 complete rewrite of-acked borespecifications; F1< profile W CD024 n/a 40.02 1 603 1 Storm Une BI-1 manhole addition 10/30/2012 $0.00 pending pr onc; unit price MH WCD025 14 40,01 Na Soil Stabilization - Station 63+00 11/6/2012 $11,525.00 repair of unstable subgrade W CD026 9 40.02 603 134-1 realignment and site grading 11121/2012 $84,277.50 site grading changes retaining wall, railing, guardrail and Pipe W CD027 wis 40.02 603 B2-3 allchange 12/10/2012 $0.00 alignment chance to facilitate pipe installation near BNSF tracks W CD02B 1 14 20.01 Div ] Mulbed, Station panel ad 11/21/2012 $21,803.04 addition of panel ad at Mulperrii, Stations not included in bid dots W C0029 n/a 10.01 412 Gmdeway cording and width change to STC 12/3/2012 MOO quideway alignment orange to allow two-way traffic at STC; paid for thromil, unit prods W CD030 8 40.05 601 CSU Field House Retaining wall 1/5/2013 $23,352.00 addition of retaininq wall at Feld House to replace wall not slated for removal WCW31 15 40D8 626 Public Information Officer Scope Clarification 1/5/2013 $0.00 clarifies and further defines PIO scope of work far MAX BRT portions of work WCD032 8 40.06 514 CSU Feld House Hand Rail antl Stairs l/5/2013 $1,875.00 adds installation of hand rail and stairs at CSU Feld House parking lot WCDO33 8 1002 1 203 Segment 1 -Sal Stabilization 12/1012013 $16,854.32 sell stabhItzalion far areas from STA 9+40 to 12+00 WCM34 10 20.01 Div 32 Pdva$ at Station Platforms W12013 $55.287.42 clarifies paver and truncated derma installation at platform s; curb her ht WCD035 10.OB 601 Change fr. apow coated redfonnq bar Credit for spoxy coated rebar in Well 3,Latimer#2 box culued, etc. WCDC36 14 40.05 607 Reset fence in Sedan ant l 12/4/2012 $6,226.63 Cost for fence Posts damaged Juning removal WCD037 14 40.07 304 Grading and millins installation at Troutman 1115/2012 $940,63 Temporary installation ofmillins for Troutman cul-de-sacfbusiness access WCD038 14 20,01 Div 27 Raceway Bore at DTC for power 111112013 $8,239.35 PrWde power to DTC station W CD039 50.05 Div 27 Repair of BRT conduit at DTC station swth side 2/6/2013 Repair of BRT conduit damaged during south caisson installation for canopy W CD040 9 40.08 630 Traffic control deWces and labor for Prospect closure 2/11/2013 $114, 130.25 Traffic control for Prospect closure Connell and CEI work) WCD041 7 10.02 630 Cost to accel erate Prospect closure work 1/9/2013 $16,881.16 Ovadim a costs associated with Prospect Cl osure 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:' tF 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. Pending Issues Log max: Project: Mason Corridor -MAY BRT Connector: Concrete Express Inc. (CEI) Project No. 7332 (CEI project number 12-009) Date: 07129/13 Ref. No. CDs SCC Spec Section Item Description Date Requested Amount Status WCD042 6 10,08 206 Sl in for BNSF embankment at Wall 3 2/122013 $234,929,18 Sl to accommodate BNSF protection criteria algnc wall 3' wall 3 construction W CD043 7 40.02 604 Prospect Inlet Connections 3/4/2013 $21,462.80 Connections from a#sting inlets to stomr line F1-1 WCD044 4 '10.03' Vanes Downtown Rehab -Streets Dept W10/2013 $220,240.42 Rehabilitation proect for Streets Department; nongrant related work WCD045 11 50.02 614 Traffic pale and caisson design changes 3110/2013 $21,826.35 Traffic dde layout and caisson schedule changes WCD046 14 20.01 Div 26 Electrical panel changes for stations 112012013 ($2.689.55) Reconcile station poi indi sendces WCD047 20,01 608 Station Grade Changes -13 inch curb at platform 4/l/2013 $0,00 Changes platform ghades, to accommodate 13 inch tall curb WCD048 6 40.08 626 Delete Svstern Safety and Security Manager 3/27/2013 1 ($163.418. 31) Remove Sidetv and Sei Manager Scope tram CEI cpntmcP transfer to CM WCD049 14 '50.05' Div 27 Change Fiber Optic Cable to 144 count 4/5/2013 $55000.00 Change to add a#re capacity for future use- non grant funds from U ht and Power WCDO50 '20.01' 609 Replace 14 1/2" tall cut and repair ICON inner 4/4/2013 $12.214,40 Adjustments to installed curb to accommodate NABI bus door design -local funds only WCD051 5 '2001' Vanes NRRC O.emass Substructpre and Rams 4/1612013 $1,779,894.43 Atltls NRRC Overpass construction -nongrant related work W CD052 40.02 6031604 F1-1 Pipeline chances north of PAkin 412112013 $10 000.00 Changes pipeline profile and alignment north of Pitkin BNSF protection zone and utility conflicts W CD053 14 50,05 Div 27 Fiber Optic loon to City Hall 412112013 $8.709.75 Adds fiber optic loop to City Hall from Meldrum/Mountain WCDO54 '20,01 Dv 27 University Station Conduit -CSU 4/1612013 $15,000.00 Install fiber and dorver conduit for future use to Univemity Station area W CD055 50.05 Div 27 Comm Cabinet Rack Design changes placehdder Chan ea rack design; UPS and other features of communications cabinet W CD056 10,08 504 DTC Retaining Wall placehdder Installs a small wall at the DTC station sidewalk WCM57 20.01 Div 5 fStation Handrail Change - stainless to powder coal placehdder $151,000.00 Changed all handrail at stations from stainless steel to powder coated steel WCD058 40.07 403 McClelland 8 Mason Paving changes placehdder Changes amount of HBP used in McClelland due to Streets Dept Rehab WCD059 40,02 Varies Whole Foods U ht and linntiation Repair 512112013 $14.701.21 Adds repair of light conduit and winnq for Whole Foods parking In WCM60 Mot 607 Railing/Fence change at CSU along Type 7 hater 5/17/2013 $29 379.65 Changes custom railing to Ameristar product for fencing alone CSU's proper WCO061 n/a 40.02 603 E4-1 Repine Profile 5116/2013 $0.00 Changes profile for E4-1 to minimize BNSF shoring W CD062 We 10,08 601 Sherwood Lateral Tapered Connection detail 5/19/2013 $0.00 Addresses tapered connection to Sherwood Lateral box - missed in design W CD063 11 50,05 Div 27 Fiber Optic loop to Transfon Maintenance Facility 5/19/2013 $4,354.88 Installation of a fiber loop connection near Tnb1y to complete the BRT communications W CD064 10.02 nla Stabilization -STA 84+50 mi to McClelland 5/20/2013 $25,000.00 muck excavation and sub rade stabilization berm STA 84+50 to McClelland W CD065 10.02 6081412 Prospect Shgppes Grading STA 179+00 to 182+00 5/26/2013 $35.000.00 Changes grades and details Yor this section of puldeway construction W CDO66 1 10.02 608 JC Track Grading 5/27/2013 $50.000,00 Track grading and site laving/fencing chan es requested by CSU WCD067 40.02 603 Tideflex Valve in MHF1.3 5/27/2013 $6.500,00 lAddition of one-way valve in MHFtt3 at request of emperty owner- prevent floodin WCD068 50.05 Div 27 STC Fiber Connection from Hannon 5/1/2013 $93.927.44 Atltls fiber loop connection to complete BRT communications at STC WCD069 20.01 Div 3 Station platform rub rail to FRP 311412013 $63.000.00 Chances the %b rail at each station and STC to FRP -need credit for EPDM WCD070 50.02 614 Fairi Siqnal Construction 612612013 $180 000.00 Atltls Fairway signal construction to CEI contract WCD071 10.02 n/a Subgrade stabilization STA 57+00 to 58+00 11/5/2012 $1,845.00 sub rade stabilization/muck excavation WCD072 '40.01- 202 Additional tree removal for MSO pond and Wke Street 4/2/2013 $12,30D00 Adds tree removal not included in ordinal contract (MSO pond and Lake St) WCD073 '50.05' 660 Two- 2* directional does Lapone and Mason 4/2912013 $11.300.00 repairs portions of DIRT duct bank damaged by i and BNSF crews during two way conversion WCO074 40.01 202 Cottonwood removal in Segment 6 4/2412013 $1,520.00 removal of large +48* cottonwood tree behind Whole Foods WCM75 20.01 Div 26 Add 30A breaker for Ticket VerdiMachines 61612013 $3,200.00 Addshchanites 20A breaker to 30A breaker for each TVM circuit WCD076 12 1002 his Stabilization -STA 61+00 to 66+00 fl ash and drain pipe) 7/512013 $76,891.62 Adds fl ash subgrade stabilization and underdrain pipe to contract for subtracts stabilization WCD077 40.05 604 Wall lB height charges per RFI 047 7/1/2013 $1,60000 Adds rebar and concrete' Into, and materials to construct Wall l B taller per RF1047 CCROBB rev done B4-1 a#ra wont 11/29I2012 $19.860.49 Sewcutlinq, olholing, exposing utilities and resolution of utility conflicts Pending Issues Log maD: Project: Mason Corridor - MAR BRT Contractor: Concrete Express Inc. (CEI) Project No. 7332 (CEI project number 12-009) yam/ Date: O7f29113 Ref. No. CO# SCC Spec Section Its. Description Date Requested Anrourd Status CCR102 no cost MIS trench backfill in lieu of flmvfill 4/2912013 $000 MIS trench backfill sand/compaction $112,548.20 -nd approped or considered CCR116 done Retaining Wall 2 black specification 412312013 $2 T92.38 Paveslone block specs versus type needed to build wall height CCR123 rev done Et-1. E2-1 and E3-1 extra work 2/18/2013 $1,806.08 $4,696.48) Restakinq alignment, work around utilities, adding backfill materials CCR142 rev done C3-1 extra work 2/18/2013 $2,16476 $15,083.06 Connection to 8- CMP, conduit repair, INC3.1 grade changes CCR148 done C3-1 extra work inlet changes 4/1512013 $0.00 See CCR 142 Inlet changes to C3-1 due to design qrade problems CCR161pending Curb and gutter damages(ESD- Growlinq Bear) 211312013 $1,521,90 Cost to address damaged curs/paving; need final TBM costs CCR162 done Olive and Mason Utility extra work 2/21/2013 $273T.84 $3465.93) Changes to inlet location, utility locations CCR164 need info Mountain and Mason Pamnq edra work 2/22/2013 $2.110.00 $4A23.82) Edra work at Mtn/Mason to reset pavers, change inlet and flatwork CCR169 need info PVC underdram at MHB3.4 3O12013 $1,984.30 Lost time to repair and restore 4-underdrain CCR170 done Electric vault abandonment 3,712013 $1.060.00 Lost time to remove electric vault and concrete encased duct CCR171 done E2-1 UtIIRY conflicts 3/1612013 $2,060.00 $5,105.00 Lost time to address ublity conflicts CCR174 done Bi-1 pipe cuts at New Mercer 4/15/2013 $1 045.5() $4,712.00) Cost to remove; cut and reset W pipe at New Mercer twice CCR1 TS done Ft-1 edra work 411512013 $0.00 84,199.10 Subqrade, removals and utility work along F1-1 south of Pros eel CCR179 done B4-1 edra on, 4112/2013 $000 $6.353.31 Extra work at B4-1 (also reference CCR088) CCR180 MSO pond at Spring Creek 4112/2013 $2.092.5) Storm Line SCt-1 into Spnnq Greek -Beaver Habitat CCR193 Pendinq I Manholes and inlets unused due to design changes W12013 $7,187.00 Extra materials (manholes/nlels) from at. design changes CCR198 2nd quote rond Top rail to chain link fence- Dellenbacn 6117/2013 1 $997.50 Atltl tap .it to chain link fence at Dellenbach -Swallow northbound CCR199 done 2-Pde contact kits 611712013 $S.671.05 2-sde contact kits for Iightinq control at stations-RFI052 CCR200 need Cardinal painitoo coat - Coe fixtures 611712013 $1,211.70 Cardinal paint top dear coat for all A figures - Cole Lighting CCR203 done Winnq to LCC to camera and WM locations W2112013 $90,504 00 Fumish and install winnq from each WM, camera Pde and ECB CCR202 done Camera Pass 612012013 $30.818.55 Furnish and install KIM Iightinq pries to be used as camera odes CCR204 done BB Pries at Unnemity Station 6/2112013 $14.425.95 Furnish and install 5 BB poles at University Station Pending Access Gate chances 612812013 $89,979.05 Access qate changes inclutlinq extra pans Pending Billboard Relocation at Homelooth and Prospect Storm Line 11-1 deletion per request from CSU; keep inlet and some pipe removal Potholing Overrun Projected to be around 1,000 his vs 350 in bid Atltl depth of concrete s -m at Mountain Delete timing from contract credit Delete H2O load rated vaults horn contract (MIS dud bank) credit Delete watertine loo;ering, at El credit Add allowance for specialty signs Delete truncated owes at each T e I station platform credit Li ht Pries B2 at Horsetooth reduced height credit Reconale all RSIMIS items Pending Issues Log maD: Date: O7129113 Ref. No. CON SCC Spec Section Item Description Date Requested Amwtn[ Status Pending Total, $3.939,763.49 Change Order N1 Subtotal: $51,213,91 Change Order 02 Subtotal: $71,910,39 Change Order N3 Subtotal: $51,037.68 Change Order N4 Subtotal: $220.240.42 Change Order NS Subtotal: $1.779,894,43 Change Order N6 Subtotal: $95.111.62 Change Order N] Subtotal: $38,343.96 Change Order NB Subtoa1: $42.081,32 Change Order N9 Subtotal: $55.658.10 Change Order N10 Subtotal: $56,287,42 range Order N11 Subtotal: $51751.28 Change Order N12 Subtotal: $76,891.62 Change Order Subtotal: $2.589,422.15 Total Original Contract Amount $31,886.878.94 Adjusted ..act Amount projected) 35.826,642. 33 Pending Issues as a %w contract Amount 12.36% hangs Urder % as approvedl 8.12% = needs action by CM = needs action by Contractor $816,3D4.10 i 7130113 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: 205 Revised WCD 76 CEI PROJECT#: 12-009 CONTRACT NUMBER: 7332 CONTRACT DATE: CONTRACTNAME: Mason Corridor BRT DESCRIPTION OF CCR: At the request of the COFC, below is the cost to stabilize unsuitable subgrade In Segment 3, from station 61+00 to station 69+00 per WCD #76. This pricing is based on 12%0y ash mix at a depth of 18". Also included is CEI's resources to finish grade behind the fly ash operation, and installation of the 6" underdrain. If design dictates additional 0y ash, add $0.6WSY/% LOCATION: Segment MEMO Ni MEMO DATE: COST CODE: DESCRIPTION T UNIT PRICE OT TOTAL ARS-ProceaeNp 5ub92tlew/Fl A0.h$ 13.M $22,750.00 ARS- MoblAietlon $ 2BOO 00 V15M 00 Sub Mark up 5% $ 1,569.30 $1,569.30 OAT CompacWNR-5 $ Senn $129000 Motor Grader MG 23 E5H $ 130,00 $2.080.00 Seckhoe for Potholing $ 6000 $150.00 CAT 93BG $ lines $1,100.00 SW Steer $ 65.00 $52000 Weer Gone Hpnnt el $ 0,50 WDO Fonmenw/Truck $ 55M S1,650.00 Lebor(3) $ 4000 $3160).OD U. Dump(18 Lob.) 16 $ 95 ) $11360.00 Dump Fee for ur¢wNble evil 70 $ 10.00 SIXODO Wr Washecl Rock 80 S 18.40 $1,472M Doodoe.l Bore 180$ ]62 5137160 6' HOPE SOR11 Mceder, core one bent pl a 100$ 2504 $450720 Ermlon Malnbnence 1 PHHuR $ 700.00 $70000 Doweled., 1 $ 481500 $4,015.00 Foremenw/Truck 40S 5500 52.20000 WL-33 CAT 938 40$ 85.00 $260000 U-33 CAT 321 40$ 165.00 GO600,00 E%-37 CAT 315 40$ 16500 $660000 CW-1 SM1eepa Foot 40 HR S 50.00 $2.000e0 Labor for Pond liner 30 $ 40M $1.20000 Materials 140N Was Flier Fabric 1 $ 520.26 $52D25 V PAS HWf P.0 Pipe 500 3 1.91 $955.00 6,ADSHVVY DOW 200 ELS s 191 $382DO 6 ADS SMele.11 C...1, 5 $ 4.58 $22.90 6- ADS So., We end end cep I E 24,80 52460 Para One, 12 BY$ 57.15 MGM 15%ri on met.oal. I $ 40576 $4D57a TOTAL $76,891.62 n i"r 0Y Concrete Express, Inc., requests ya days for Me 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. I Ruh Date 7/10/13 HD SUPPLY WATERWORKS, LTD. CONCRETE EXPRESS INC HDSWW - DENVER CO 2027 W COLFAX AVE 9451 Yosemite St DENVER CO 80204 Henderson CO 80640 Telephone: 303-562-2000 Telephone: 303-394-0004 Fax: 303-562-2010 Fax: 303-394-4450 7/09/13 Bid ID: 3516106 MASON CORRIDOR BRT UNDERDRAIN Page 1 Sell Net Extended Line Quantity Per Description Price Price HD SUPPLY - WATERWORKS IS NOT LIABLE FOR DELIVERY DELAYS, CANCELLATIONS OR PRICE INCREASES RESULTING FROM ANY CAUSE BEYOND OUR CONTROL. THESE INCLUDE BUT ARE NOT LIMITED TO: MANUFACTURERS SHORTAGES, AVAILABILITY OR TIMELINESS OF TRANSPORTATION, MATERIALS, FUELS, OR SUPPLIES. THIS QUOTE IS NOT A CONTRACT TO SUPPLY MATERIAL OR GUARANTEE OF PRODUCT AVAILABILITY. BE AWARE OF THE REDUCTION OF LEAD IN DRINKING WATER ACT. TAKES EFFECT 1-4-2014. LOW -LEAD BRASS ITEMS WILL BE REQUIRED TO MEET THIS ACT. HD SUPPLY WILL BE CONVERTING OUR INVENTORIES THIS YEAR. *STARTING MARCH 1,2013 HD WILL BE QUOTING THE LOW LEAD BRASS. LEADED BRASS WILL BE AVAILABLE AT THE LOWER PRICE BASED ON INVENTORIES. * RETURNS OF LEADED BRASS SUBJECT TO APPROVAL. ****************************** ***SALES TAXES NOT INCLUDED*** 6" PERF UNDERDRAIN 380 500 FT 06410100 6X100' ADS HWY PERF 1.91 955.00 PIPE 390 200 FT 06400100 6X100' ADS HWY SOLID 1.91 382.00 400 5 EA 0612AA 6 ADS SINGLE WALL CPLG 4.58 22.90 SNAP DESIGN