Loading...
HomeMy WebLinkAboutCHANGE ORDER - BID - 7332 MAX BRT PROJECT (19)System for Award Management Page 1 of'] CONCRETE EXPRESS, INC. DUNS: 184088763 CAGE Cotle: 442U2 Status: Active Entity Overview Entity Information Name: CONCRETE EXPRESS, INC. Doing Business As: CEI Business Type: Business or Organimbon POC Name: Jessica Nuncio Registration Status: Active Expiration Date:05/21/2014 Active UdOsion R¢CONs? NO SAM I Syrtem for ka n l Management 1.0 NOW to all Users: This is a Fetleml Government carnwter system. Use of this System constitutes consent to monitoring at all times. 2027,8 COLFAX AVE A DENVER, CO, 80204-2331, UNITED STATES IBM v1. 114920130801-1829 N2 ® ® USA.gov T https://www.sam.gov/portal/public/SAM/?portal:componentId= b67166e-75d6-44cc-b77f-... 8/14/2013 Change Management Checklist Compliance Category Date Reviewed Reference Initials Included as part of the build Reviewed for compliance with 5/13/13 alternative work; no additional KM Environmental Assessment impacts RE EA 3.22 Included in traffic control plan for Reviewed for construction/safety impacts 5/13/13 work in area; trenching does not KM require shoring Independent cost estimate prepared 5/31/13 As attached to this memo KM Reviewed for PCGA grant compliance 5/13/13 Part of Build Alternative KM scope is included in SCC 20.01 Reviewed for real estate impacts/needs 5/13/13 Construction inside public right of KM way and City easements Reviewed for compliance with design criteria/ADA htto://v .access -board goy/ada-aba/ada- 5/13/13 Not applicable KM standards-dol.cfm ditesco Date of Estimate: 31-May-13 Contract Type: Mason Comdor BRT (Hard Bid) Existing Contract or PO (Y/N): Y Independent Cost Estimate Description of Goods (A) or Services (B): A Add supplyand installation of 1" SCH 40 Conduit with PVC coated GRC 90 degree bends to serve speaker wire to each artist supplied light pole location (BB poles). I have obtained the following estimate from; Published Price List / Past Pricing (date) Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Beau Javemick Other (specify) Independent Estimate and MAX BRT Schedule of Values Cost Estimate Details: (Estimate calculated in US Dollars) Signature of Preparer Cost of Standard Items Product Cost($/unit) Unit Quantity Notes TOTAL Delivered Data Source Conduit Materials $ 0.91 LF 1051 Grainger (includes waste and overrun allowance) $ 955.00 GRC 90 sweeps $ 23.19 EA 38 Platt quote $ 881.22 Trenching $ 4.36 LF 1051 MAX BRT SOV 203-01592 $ 4,582.36 Pull Tape $ 0.15 LF 1051 Estimate $ 157.65 Spoils removal $ 13.40 CY 38.9 MAX BRT SOV 206-00000 $ 521.61 SubTotal $ 7,097.83 Cost of Services, Repairs, or Non -Standard Items Item/Task: Materials or Work Description Other Direct Costs Labor Rate ($) Labor Hours Labor Class Allocated Overhead SGBA' I Profit Notes: Data Source TOTAL Installation of conduit 19 locations $ 41.03 380 Electrician 2 at 10 his per location 3.28 16 3838.71 Subcontractor markup on materials 5% $ 299.08 General Contractor Markup5 % 941 $ 941.63 SubTotal $ 18,079.42 TOTAL $ 25,177.25 CANTEX Conduit, Schedule 40, 1 In, 10 Ft, PVC - conduit - 4EUA7 A5213Al2 - Graing... Pagel of 2 1131MINMR. Sign In 1 M Sign UP for Email IN. Customer? Register Now I I Help ICatalog IFind a Branch I Cart Council..: (0) Items PRODUCTS RESOURCES SERVICES WORLDWIDE REPAIR FARTS Enter keyword or pan number Electrical > Conduit > conduit CANTEX Conduit, Schedule 40, 1 In, 10 Ft, PVC !$ * p {' .} I Write a Review I Read all Reviews I Read all Ask & Answer Share This Product Conduit, Schedule 40, Trade Size 1 In., Nominal Length 10 Ft., Nominal Outside Dia. 1.315 In., Inside Dia. 1.049 In., Wall Thickness 0.133 In., Material of Construction PVC, Special Feature Bell End Special Feature, Standards UL 651 & NEMA TC 2 Grainger Item # Price (ea.) Brand Mfr. Model # UNSPSC # Ship Qty. Sell Oty. (Will -Call) Ship Weight (Ibs.) Availability Catalog Page No. Country of Origin (Coonuy at odgln 1..nbji Chang..) 4EUA7 $9.09 CANTEX A52BA12 39121202 1 1 3.5 Typically in Stock 553 City. ' Order one time only r-I Order now, then Auto -Reorder this Item every I _ � Months) Mare about Auto -Reorder 11 Pnx ahen,u n,ec uol 1 411 t or,., Imu. Sign inoi reg stee Check Availability Use your ZIP code to estimate availability. Oty: F_ ZIP code: r— USA Enlarge Image Tech Additialal compliance Required Optional Alternate Repair Specs Information ItRestrichme M.SDS Aooessories Acctesanee Products Parts Item Cendult lype Schedule 40 Trade Blue (a) t Nominal Length (Ft 1 10 Nominal Oursida Dia-0n.t 1'15 heide Via, (In.) 1.049 1Nall Thickness (In_) 0132 Mat trial of Construction PYC Special Features Sall End 9tandands ,..'oE l/ NE44 TC 2 Customers Also Bought Wire, Stranded, 12AWG, Wire. Stranded, 12AWG, I Locknut, Conduit Zinc Stranded, THHN Stranded, THHN Plated Steel,l In Brand, SOUTHWIRE: Brand SOUTHWIRE I Brand: APPROVED VENDOR COMPANY 1 COMPANYI ' Granger Item #: 5$128 Grainger Item#: 238,36 Grainger Item#: 2W265'I price: 5128 'Price: $136.351 Price: $130.%I, ty i Oty ty tof5 Pipe Strap, 2 Hole, l In, 145 Elbow, Schedule 40,1 PVC I In, PVC Brand CANTEX I Brand CANTEX Grainger Item #: 4FY7`7 i Granger Item #: 4FYF5 Price: $0.961 Price: $2,97 Y ja7y Other Poimlal Terms fm thin Fr,,dum • Electrical Conduit (461) -Wine ManagemmtCmdud(328) • Nonmetallic Conduit(73) • PVC Conduit(29) Optional Accessories More AcceasoN. Conduit Body, U., tin. Hub Size, PVC Brand: CANTER Granger Item #: 4WMF3 Price (a.): $7.62 Oty I Contlult Body, LB, 1 In Hub, PVC Brand: CANTEX -Grai W er Itemr 4FYN7 ! Price: ty I http://www.grainger. com/Grainger/CANTEX-Conduit-4EUA7?Pid=search 7/24/2013 CANTEX Conduit, Schedule 40, 1 In, 10 Ft, PVC - conduit - 4EUA71A52BA12 - Graing... Page 2 of 2 Read Reviews Write Rev. Ask And Answer Product Reviews Disclaimer: Greirga m nether hwohnehle br. nor doss tendon¢, the [omen oreny awwt reemew uaterrerr Gated. Anv ammrrenm pones -.1R. I1n verve ahm m her roster and ere -1 he ¢Ielemenb Ol Grece.Tie¢IebireMs ahr. he Greirperemp'i we the Grairyer emiate'represent.—we Of e., emd"ite. ere — vie¢rre'h e0!"."see Grei ryer neke9 nO repmenbWn¢ ae to Peaamai wCumi wmpbarlenem.conwiess, currss, suladlilv,Or valgty 0l eny aodu[Irevbw or818l0.h. rotted, IrehcinO t.. pale] d empbyae¢ with the Greinper—tao, tadBe, end is nd ha. breny b¢»¢, IInre.Or Oarregea vTi[M1 rrey re¢ull M1om eny eieM1 proaud review or ¢IalamanU. V¢e 01 anyllnked -I, .aim p ,,d n'n a modwr mmwor poet a ai the mrsown risk. View Catalog Page View Printable Page Return To Top Customer Service Order Support Company Information Online Resources Services Sign Up for Email Carling Rcqueet Bulk Orde Pad Adout LL Clearance Centel Anw-Reodnor Cet Indrvey tees GOntaal lL GrdPr KSlnry CarPP2 E.1,,i,'e 6, ands Em er9 sr'Y seNirec tressproduct ermine eDn_ Feedbaek Grdei �tatl5 CHporate SOdal Raeponslhgity HotE.vs Grdinger-11ftnq Ea1111,K IIPgILl rr,5 and lhare Fin da Branch -lama DrversRy Rebates Grainger zewmm salet,mcpaoer' She Fearer. How to Bearme a Supplier Todd,c Fpatwe< Grainger TdpleGuardI Ouentlons? Call us INIIIC'all In,ame, Reletlons Webinars Invemery Manage.glt 1-800-Grainger Press Ron. pnlmg Puichadind;clutidrs Cennen With Us Buppllar Gvarview Paperless l"ciong .ustemmbrRy Products Beyond the Catalpuw Tadhnod Educaton Ctbrldwide Home I Tame, of Accne_ I Terme of Sale I Realm Par, I Privacy Pole, (Rev. June.2n1?) I Abeut pm Ode I Sr,h ap 01994-2013 W.W. Grainger, Inc. All rights reserved. http://www.grainger.com/Grainger/CANTEX-Conduit-4EUA7?Pid=search 7/24/2013 800-257-5288 4a - 8p (pst) 7 Days My Account Sign In Register Cart platt.com Home Conduit, Duds, Raceways Conduit - PVC Coated Elbow- Coated PVC GRC - PVC Coated Plasti-Bond PRHELB1X90 1"... Plasti-Bond PRHELBIX90 1" Rigid Conduit � Cat PRHELB1X90 Item: 537366 Mfg: Plasd-Bond UPC: 784011200245 (0) Write a review What's your trade slang? Cut Sheet $23.19 EA Associated (0) In Stock SO Qty: �— Others Also Bought (25) Add Add to Cart 3/ 4" Diameter, 90° Qty Elbow, PVC Coated, Rigid Conduit,... 1" PVC Coated Qty Coupling Details Reviews (0) -�—------- _---- ---- - 1" Diameter, 900 Elbow, PVC Coated, R✓C Platt Cat: RRYPRHELB1X90 Platt Item: 537366 inized, PVC Mfg: Plasti-Bond - PVC Coated UPC: 784011200245' Category: GRC - PVC Coated • Category: Conduit, Ducts, RacewayN6wm , !C > GRC -PVC Coated • Products related to PRHELB1X901 • For help with 1" Rigid Conduit from Plasti-Bond, call Platt at 800-257-5288 from 4a - Sp (pst) 7 days. • Click "Add to Cart" to buy Plasti-Bond PRHELB1X90 1" Rigid Conduit. • Also known as: 784011200245, RR1'PRHELSIX90, Plas:-Boad, PRHELB1X90, GRC - PVC Coated, Elbow - Coated PVC, Conduit - PVC Coated, Conduit, Ducts, Raceways /1" Diameter, PVC Qty Material oid Conduit, H. Material Ho... More (22) Substitutes (0) DAVIS BACON WAGES - HIGHWAY General Decision Number: CO120024 02/10/2012 CO24 Superseded General Decision Number: CO20100026 State: Colorado Construction Type: Highway Counties: Larimer, Mesa and Weld Counties in Colorado. HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 01/06/2012 1 02/10/2012 ENGI0009-012 05/01/2011 Rates Fringes POWER EQUIPMENT OPERATOR: (3)- Drill Rig Caisson (smaller than Watson 2500 and similar) ................$ 23.67 9.22 (4)-Oiler Weld County ................$ 23.82 9.22 (5)-Drill Rig Caisson (Watson 2500 similar or larger) .....................$ ------------ 23.97 9.22 * SUCO2011-009 09/15/2011 ----------------------- Rates Fringes CARPENTER Excludes Form Work .......... $ 20.72 5.34 Form Work Only Larimer, Mesa ..............$ 16.79 3.67 Weld .......................$ 16.54 3.90 CEMENT MASON/CONCRETE FINISHER Larimer.....................$ 16.05 3.00 Mesa ........................$ 17.53 3.00 Weld ........................ $ 17.48- 3.00 ELECTRICIAN Excludes Traffic Signalization Weld .......................$ 33.45 7.58 Traffic Signaliztion Weld .......................$ 25.64 6.66 FENCE ERECTOR Weld ........................$ 17.46 3.47 GUARDRAIL INSTALLER Larmer, Weld ................$ 12.89 3.39 25 Communications Conduit Electric Conduit Communications Vault Future Ticket Validator Emergency Call Box B-B Artist Pole CCTV Camera Pole Electric Panel Light & Power Handhole Light & Power Vault 0 NM 1" speaker wire conduit to BB poles (typical of all stations). Schematic depicted below is specific to a station stop downtown. Typical Station Stop Underground Conduit Runs Not to Scale Notes: 1. This drawing is schematic and shows the required conduit runs to each component. Physical locations of each component shall be located in the field. 2. PCC units will change location at each station following the site walk through with COFC Light & Power. 3. The CCTV camera pole must have direct line of sight of the ECB. vCc 1L&P HH I ' bA �IC�NM� w. � T. M� 1.�F L.. vro u[srvmmovoav,om yyyuuu/// ®[nn[o axJ/"6 .. / :q •_�_.- { .: -..::: ::. ....... � .. ....__. ...: .., OgfY N0IE5mzxs _ z exo�wzi w ppx ensxe vwtr-v v 78.5 xl�on m�K�xlx+m+xn / W rt. C0.11x6) OAR 'O Y STATION ELECTRICAL.UgtlllblG ELAN O T np0 l/� J K... ryau o:e o:m oie 4351 �10N� fH 13 n sneer nevi SIMS MASON CORRIDOR BRT Cpnetmction Dmwings ELECTRICAL Project No. TO73 L'I x .Tm3 eB1 pz Hor�mn $rat oo. evq H $ p5 SHOWN Vert kola N A Doe: [wnnmfs mli. Ferri C(?j�lflj �� NSF " NO Pavi6iMs: HARMONY Si DON ELEC. LIGHTING PIPN F1. LaI I1Ne: ipl3 570J112 P90ED MRE NOTE qKT On f IMaimfim IHt1\ LaNa Inl tlals Q ) ���.^'^`� - Dfisi gevise6 pnen RKT SfmcNe E01 ez. zw petal len flBM NlnOels O o emzz ze yoie: $Ma} SW6eC ELECTRIGL ISWsat SMer6: E02 of 29 SMei XUNee 921 1, 1` II Insta I s I I I II I I I- 1 I 1 Z' � mD w s ff U i TROLIT!.!AN STATIONp pe, P TRI ° 1 HEN p ANP eN communications Bl to twist Dole fo, Total 1s 27.3 • 49.5 . 71 GENERAI NOTFS, s oI `D lra Ae Is No,., is Mau mNW oN IF 1. 1lao FoN, NNr us AND AN, smm sm oucwwrc m KEY NDiES AND w ro �DNrz N mnnc saxrto� `i 4351 i10 fDNA !Arm ONNI t z ^ 73- meet Nevislons MASON CORRIDOR BRT Construction DraMings ELECTRICAL Project No. - Ie OMIT File xa.WAS S11 LD3_irwT, 1n1. Yron.W N,riz. $wIe: AS $IIOwN Verl. Smin: N/A � pale: [mmn15 (.�'� U Cot.ins HO fleri eiaw: 1Ho11iNIN $LAi1pN EI£G. LIGHTING PVN Ft. fOl ilia: 1013 5 07 13 o)DED'MRE NOTE RKi LNiI IM,r�mlim Otll L. InHlale Q \"�� Nexise0: pesipNv: RKi S .m pelallr RBM N.I.E03 urtrtre _ _ Q 'mni:am eosxa zp 51e 11m xe Voi N: SMnI LGanl: FI1I.T. 11-1 1�l�_ rvl7bl:FYaN:A51$i::IN17[iii1�4 .II. :. •11 -��1Tots1 in]B a 15 . ]l f.FNFRAI NOTFS: 9E ISO, _ . Owfwu=M'K uU . Wf .11. I IS swPECf9 fN AE .dm sVlmts S, .1 EV. I➢NTS Wux4 WI T rK Xi ATE M e NFY NOTFS: ..u.. A wn w sW�.I ssm.`sr1° VITI \ Install l' SCH40 wnduillj,,,, I'm cwnmunicalions _ 40 GED cadnet to artist pole (or speaker wire mstalWIVon HORSETOOTH STATION ELECTRICAL UGI-MNG PLAN sr - I I I I I Nod 00 1rc We o 7' ;m 4351 fYY; ry �/gay? O Al e mexawnOn-Rrn anJlorsalonln5faf lon.ar pule: sevlstons [amgrfs Init. MASON coxluDOR BRZ' (' ,g „�.-J !-OfI.AI11115 !> •- , 1V� :s. xm sfo.xxi.eces evsxx .xo. s:n.��W =s ConsWclion Dreeinge ELECTRICAL HORSETOOTH STATION ELEC. LICHITNG PUN Project No. l'i IT. ScoIn AS .. 'Vxl. IVIV: VIA 5 0] l2 ADDED WIRf NOTE RNi NO xevl BlmP: Fr, L011lne: l01} lmn IMnmrrm umr LeMa Imnms O�../"'�" flevleeJ: peelanor: RKI strWlva NuroerS EDa _. __._ O Q VOIJ: pelnlls: RRM SNxet HJiNW QJ'j SMef $:Gnnl: FI FCiRIfAI Llinef iMnf.: Fn6 n! 90 CHANGE ORDER NO. 1.1 PROJECT TITLE: CONTRACTOR: PROJECT NUMBER: PURCHASE ORDER NO.: DESCRIPTION: 1. Reason for change: Mason Corridor - MAX BRT Concrete Express, Inc. 7332 (CEI project no. 12-009) 9124039 Partial Contract Reconciliation See attached Exhibit A to this change order. 2. Description of Change: See attached Exhibit A to this change order. 3. Change in Contract Cost: 4. Change in Contract Time: 0 calendar days for substantial completion 11 0 calendar days for final completion TOTAL APPROVED CHANGE ORDERS TOTAL PENDING CHANGE ORDERS TOTAL THIS CHANGE ORDER TOTAL % OF ORIGINAL CONTRACT, THIS C.O. TOTAL % OF ORIGINAL CONTRACT, ALL C.O.'S ADJUSTED CONTRACT COST (Assuming all chana ACCEPTED BY: ( Contractor's Representative REVIEWED BY: Construction Manager APPROVED BY City Project Manager / APPROVED BY: ( �- City Engineer APPROVED BY: ti I k- Purchasing Agent over $60,000 cc: City Clerk Architect Contractor Engineer Project File Purchasing 751.28 $34,399,409.47 DATE: %9 3 DATE: '-0¢'13 DATE: • Z-g' 15 DATE: 7—'30 �/3 DATE: vwtt va ucxrmc ccx-P 'V r!►Fi:E9s/AIIW"/BfNI&W0411:0110[.7d�1 v - communicalions let to artist Dole f ® GFNFNAI NDTFS: aE use I�piuLrs dvnw.mx uo s wr raxr ra zxmwc vwtrJ WEY. c°mv.. mz c rimmz .wxrto Total in 32.5 r 34 . 66.55 r ioe U°oN"°T sryr 3 i i� nP�� pv.am �p0. ;Y eF UVUW c 32'-55/3. - Ij 10, mxfr o 9 o 3512� 122—o, .o LE � z File PaerenmJ BRTPT- OS_swollorsrnr mn 4 arieer Itevisicns MASON CORRIDOR BRT �• L�rf �Oj�lll$ .: _. �.. s. zm o eoszz zvasi..nm zP Construction Drowings ELECTRICAL SWALLOW STAiI(IN ELEC. LIGHnNG PUN Project No. pefe: Lam1NRE mfeNO Hw z. Scale AS SHOWN Vprf SLale N�A No Pevisi Ols: Fi. Lalllne: iprJ 50]12 ACOED iE RKT On f IMmnvf m IAVN lecM InlNnls O I I\.�..—1 flw mc, pasigmr RKI SVmfl6e NUNers E05 O VoiE: Defcl ter. Ruu SHeer XuiNa 92Q SMet SWseY. ELECIRIG4L Sbaaf SMefs: E05 0l 29 ON:. l 5e 1 .11e p JJ{ x�r.. Total 1. 28.5 , 50 78.5�.w.AyS P 10 coneue __ communications I Iel to artist pole for ker wire installalian-----}--- `[ISNL UMN MT aV F`ortCo ins •ra, n �oszz zm NO Pevieima: r• flevisN: em]e Voi E: GEBEHAL NOi S, eeN11Nao,�..r1NKm.w.P.o.H,a.,..,„P _ awr :m pq 1N1 rPP Wy 05KEI NOTES, m, max... .. K _ rwirx.°u'i� 3 ELECTRICAL OF KE STAPON ELEC. LIGHTING PI Project No. R. [olllm: T013 E06 Sox! w 9?5 GENERAL NOTFS, mxor "s":Naresro.wm ar a,A� rE°.A°°.w wn"�'�"`wlc Toad smog wONO.Y. ToR m .i1Ow.rs°I°m+uo - _ AAO �J A ;--.n1-jfiDns i � Ir4* -+ _..„ wnwroxmo. 0 conduit wlions pole forstallation Total 1. 31 ♦ 31 s 53 . 105 ` sye --------- - r a� Install V SCH40 conduct I Tom cuTmunicatbns cabinet to artist pole for sneaker wire ilslallalion p0 era/a °•a K T`'�u 43612 rE Cneer Kevislorls MASON CORRIDOR BRT Construction Drawings ELECTRICAL Project No. fllE xaM::rm3-6xT_m_9oyFarmsmnqd,00lm N:,r l[. SmIe: AS SIInwN vmr. 5f� Ernnmle min. 1BAY •� 111tColUnsnn FARM STATION 01C. IICNTINC PW! FrTol llns: 7073 5 0]/1] ADDED a1NE NOTE FR I:Tvm:nm V,n 1 O '�_�'� Nevlas]: oeSla:Rr: aKT Str "`a EOJ p n. eon Orxlla aN xurome t-1 sTO.:::.1,n wsu :msn.um }° vole: 1 un..l. rl InT YelSneer N.9J! j EFN RANI NOTFS; . ni 10 RVA/F eIIfM MI Mwv! YXU N Lv6 1 I •� I '. •' _' ------ / , / ]. U. IJ1IE KLUM JIM�pMS IX wv. e1n� itz,-i etT? ------ , �✓/eJ YTi-YY M1T t' Yf1t /- t ,— , I / a.w eM�m NDLES� L w m a A nrt crvnrt onnm Total is 29 ♦ 51) 79 O PROSPECT STATION ELECTRICAL LIGHTING PLAN 8 Install P SCH40 conduit - is C hom canmuniwlions cabinet to artist to - F", p pole N s Baker wire installation •/ '— i ---_ PROSPECT ---------------------.--' i—�--_ STATION ELECTRICAL LIGHTING PLAN CONT ------ 43512/ �awrtn sm Jp A g — --- x s— ` 3 T E Ar al f TION m �,m� m m"°mst 3 PROP .TRI LIGHTING • PLAN OFfL Print DMe:5/07/2012 1� Sheet Revislans MASON CORRIDOR L.."'�^ GQrI S„Q��1n$ emxv BRT ,m ,e Construction Drawings PRnSPECt ELECTRICAL STAMN ELEC. LIGNnNG PLON Pro�xt No. File N 7:1-BRT-08 -Prospect s rat l on. tr. co-,. pme: tmmnle mn. NO Revlslo6: It. To111M: call Nwl[. SWIe: AS SNOWTJ vwL 5mle: N F 5/02/12 fLDED MRE NDIE flKt INII Ingrwlim 111111eaW Q Rmlmd: Designer RK! stnatve NUTern E0e petalld RBM O Void: SMeR SWeef,. ELECTRIC/L lkhtat Slgete: E08 of 29 sleet Xupc 927 C1-302 Addendum 2 OUNIVERSITY STATION ELECTRICAL. LIGHTING PLAN So41 L 28.5 . s1 . 79.3 I zme. Ve'.r-o' I P I dui �- r H V R' Inslalll SCH40 wnauil �N •O" ca0inel la artist pole for ,v y . s aaker wire mstallatlon \ \/ Nx/r. p 1 �vr�il[T exo mNTI. r G•.:v r-art Coflin> _`ter,_ GENERAL RAf� NUTS I. R Vt0 111pt41v5 [W Wn:Kl nro IS MI .11. I. Ns RULC(5 AG£ Gv vqq IWa61S ti s I. my.M M[ 51 vw Ovcx m RFY NOTFST IM[91YLY. wmw n m[ c vv:u4 xmxRO 3 z Gamtrusb n Orerings ELECTRICAL I rro)ear No. No fleVl3lme: UNWIRSITY STATION ELEC. LIGHTING PUN F}. [oI IIn3: 1011 Rs.,I3ee, oeelalM': RNT snucrva EII Iw oemuer: aRN wro=�5 vom: S..l s:ennn n ISTSInl snmr I.I.- III nr 1e 1sroer xunoc 910 10 J OSO LAUREL STATION FLECTRICAI I IOHTIN . PI AN to • :t•. r _ at. 1'-10 5132' u /I i I t _ Install t-SCH40 wntlua from coInmunications cabinet to artist pole for speaker wire installation Total L 33 • 30 . 62 canmunications el to artist pole for GENERALGEHERAL NnTF< �r Nwn zpyvs wvr.rcn xn a rot rwx xo uzeT l Isrvc o^o..uvpic a KEY NOTES' s . sheet HaVISI0n6 MASON CORRIDOR BRT ConsUuctfon Drawings 0.ECTRICAI. Prot act No. File Na-7073-BAT_13-L—olst.lm.e xn iz. Smle: e5 SHOVM Vrl. Smie: N/A Q� Dole: [drmnle Intl. Fort( 0111nS Na nevlsims: tAURFl Srn110N ELEC. LICHnNC PLW (l. Cplllro: IW3 5/01/12 nDDEO MRE IgiE FKr LFII Ir•Inmlim Wit L. InitlOs Q -����. Desigiert RKI SkueNe rt. [m Fm16M: pelollu FRM n.Tv�s EIJ O emzz ze vole: SNof S,AoM: ELECiRMT1 SMeI SM1pls: EIJ of 29 SDus MCDT 932 / I 31'-5 16- a®r�. uV'Is 1 �� - to Install 1' SCH40 conduit from w rnuniwlions cabinet to artist pole fa s eaker wire installation f.FNFRAI NOTF$ I. � 1� NDWIVR Mpw.rcA W R MI M.xl x0 aelael�CYl as WuxC M 61K R uwA1ep1Y. m KEY�NOTFS 1.rcn wK ,F la+rt wlc'�•vp m .o..irze —,rT. O SB MULBERRY STATION FIECTRICAL LIGHTINGAN Im=r-o r Teu�r m� Total le 11.5 31.5 - 64 Install 1- SCH40 wndu4 am wmmunicalions tenet to artist pole for eaker wire installation p0 L/ to v 43512,i0 e: R °r uNisi unn" Ww»sl PrInf 0o1e:5/07/M2 Sheet Revistons MASON CORRIDOR BRT CaneWction Drawings ELECTRICAL Project No. Flit Naw:rol3-en T_laJlulperrYSfatIRD. a.D Dele: L77; Im1. Il ', S.'.!AS SIIUWN Yaf. Smle: N rl -� NO Periei W: YULUERW STATION EltC. LIGHIINC PLW Ff. LOIIIM1[: IeIJ L� ADDED MRE NOIf RKL _I-Qj'(cf_ri(�II15 UnI1 1M,rnnlim VIIf IWN initiate Q � � nrvleeE: Dcsi0�' RKL SlryClve Ell 0 r rm U<f01IG: RUM IkMEl9 J fio.xx,1.a em1} rw.si.. ��m �e C.FNFa11 NOTPS, vsr< vyt,� � rpc�t vo 5 ro, ,rrx, ro Install 1' SCH40 conduit i, par mxsse « M from cetnetunicalions PN UN,s .x°c on � imp MY cabinet to artist pole far « rr ro .o N5 5,p.x mx pwew.,� speaker wire nstallalion m«�N ,a NEY p T11IFS1 u�mE �i a5vso¢ �w «�l., wnrr1 n m[ c rert2 vuxlm 2 ' 7 9/16' «n ' 10 ` SO OLIVE STOP SWON ELECTRICAL LIGI-ITING PLAN —N N PE r. ,x. a «nc rTra' Total 1• 29 + 33.5 61.5 T00 L rCF �=b-,P coon, Qi¢ 43512� i °�onni trn oanmunk:alions ref to artist pole t FIIs N.:1013-ONT_ I5_0 n vestcpstpt i m. ara opts: uteeT Nevtatans [«n�mle mit. MASON CORRIDOR BRT C - Fort coffins sm.. erp.ae�.eem eosxz nosr.npp 'e Construction Drawings ELECTRICAL OLNE SLOP StnTION ELEC. UI ITINC PUN Projxt No. Ilrric. $mle: AS $IIOwN Vxt. Style: N/A 5/0/12 ADDED MNE NOTE R T Hp Nevi ei«�s: ft, eplllrn: 7073 uen iMrmllim IRRI L. Initlola I I�.�/^�' Nevipea: ossipren NKI vrmwp xvmere E,s semuer. Neu O O vpia: srroer xuroc 9i4 sr.er s�n.en rl Ecrnlrwl pzMr al.ere: Fs ,.r po no erm.` mm ar n wwxsy O„E ls• ar P .I. [�I—vu,r o)� r r r ia ,13A6' I I °h _ . _ . � v . Instan r scluo DDnall communications yet to artist pole far a. ker wire installation w.mxx aTw star F. u R1� IF NOFF$_ �. a uao umwi rs wwxr.rrx vR rs .1 a xr To oa laoo, oxn WMM9 xA "xr exax a. ow...rc q KFY NOTFS: avr cwsn u'o wrt sp[ a mTsn —Po Total is 32 17 19 �oo w wrn"o � 4'I!CR Install 1' SCH40 contluR O0 ham communications o: i..µ � r'.m cabinet to artist pole for speaker wire installation �:¢ 4351 e -fO s. L o' � EN 0 ^I"—s:70xr, File Nvm.a013-Bfl r_16_Hwnla in5t Slatim. xleeT Nevlslons MASON CORRIDOR BRT �orl Coll`ns O se `? � -.�/� ro _'I•. s. zw nrv.zzr.5evs evszz rxosu.um zB ConaWc"an Drawings ELECTRICAL MDUNTNN STOP SrATIDN ELEG LIGHPNG PWJ loroleot No. Oare: Rmmla Inil. NMI, S WAS SHOW vim,. Yvle: N/A No Rwlac. Fl. Cal Ills: 7013 5/OI/4 ADDED MNE NDTE RKT anti IMvnnllm IAIr Lea4rr Inluvls Q Revleen: 0e910rier: RKT Svucrve NMTere E16 _ -.. Q Q VaIE: paint ter. fleM SNevt lsot- 935 SMeI SWses: ELELTRIUL Loa, S.M. EI6 v! R9 anof��®ma w��r��Taw waav:.mwm^ a ra�ix Beacon Pier (1 Beacon Base Plate �a� MASON (9)UsOt Base Plate ll8ea[on��levatlpn ( jLt Elevafon wws [ wnimru m fi ®i i I19ht Pier I W 9 CCNSTRUCRGN URANINGS STRUCTURAL BEACON AND BGHTPCI No Rename: DO.; xamee. wa: o=iol..: tvw um saexi: Warn s..lr. Project No. 1t ctll'nr 1013 Rni bN APPT max CHANGE ORDER NO. 11 Exhibit A Project: Mason Corridor — MAX BRT Project No. 7332 (CEI project #12-009) Date: July 24, 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 adds a 48 count fiber optic communication cable connection to the Transfort Maintenance Facility to complete the BRT fiber ring communication (WCD063). This change order also corrects the traffic pole caisson configuration along the BRT guideway intersections adding 42-inch caissons to the CEI contract (WCD045) and lastly, it adds electrical conduit for speaker wire installation at each station (WCD020). This change order is initiated due to Owner requested changes. WCD063 was created to complete the City's BRT communication fiber loop to the Transfort Maintenance Facility from the Portner substation. WCD045 was created to correct traffic pole caisson sizes based on actual field layout of traffic poles which affected the pole size and mast arm length. Traffic pole locations as designed were required to be changed due to multiple subsurface utility conflicts. WCD020 was created to install 1-inch SCH40 conduit from each light pole to the station ICONs to provide a path for speaker wire to be installed. The speakers are part of the art -in -public places art pole installations at each station platform. The speakers are to play various sounds controlled from an amplifier at each station ICON ITS cabinet. Change in Contract Value: The contract value is being increased by $51,751.28. 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 WCD020 Electrical site plan changes - Art Pole Conduits $25,570.05 WCD045 Traffic pole and caisson design changes $21,826.35 WCD063 Fiber Optic loop to Transfort Maintenance Facility $4,354.88 Total Work Change Directives Change: $51,751.28 Page 1 of 2 15, LIGHT POST WITH INTEGRATED META SCULPTURE TO REFLECI Uses standard Kim Lighting top of artist -fabricated pole, four posts of 2 x 2" square t: space for sculpture. Sounds components under removable box cover along with electrical connections and foundatioins bolts. See foundation drawings for details. MASON BRT 12„ Robert Tully —8" �12" ht reflective ipture made of shed stainless steel fares welded ether. Two views of ne sculpture. Each :ion to have unique tern. LIGHT POST Two views. 12" x 12" x 15' (top 5' shown) Stainless steel polished squares are welded together to form patterns denoting motion and energy for MAX. The squares play with light from the fixtures that will be mounted to the top of the posts. Robert Tully 12/15/2010 dard MAX 'es to be nted on ,r side at CEU 4/29/13 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: CEI PROJECT #: CONTRACT NUMBER: CONTRACT DATE: CONTRACT NAME: DESCRIPTION OF CCR: LOCATION: MEMO NO.: MEMO DATE: COST CODE: 189 WCD 20 12-009 7332 Mason Corridor BRT Pricing to furnish and install one, 1" conduit from the communications cabinet to each BB ART pole per WCD 20 See attached quote for more details N/A N/A 700-52029 DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL Sturgeon Quote 1 LS $ 23,481.00 $23,481.00 5% markup $1,174.05 potholing 12.5 HR $ 280.00 spoils removal 1 LS $ 915.00 -$ .00 IVIAL 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. $29,070.05 13Saa t Zs57o.oS — /VO p��4/•Yz� J� /,7 12150 E. 112" Ave. Henderson, CO 80640 303-286-8000 March 7, 2013 Robert Clifton Concrete Express Inc. 2027 W Colfax Denver, Co. 80204 Reference: MAX BRT Ft Collins, Co. Subject: SEC CO #006 Provide 1 in Conduit to the BB ART Poles Thank you for the opportunity to be a part of this project. Please review the following scope of work. Referencing RFI 029 Furnish and install I - 1 in conduit from the communications cabinet to each BB ART pole. Include a pull line for future use. Communications cable will be provided and installed by others. Price to provide $ 23,481.00 Clarifications are as follows: Spoils will be spread at the station site. No dirt hauling off site is included. Pot holing will be provided by others. Should you have any questions or comments, please feel free to call. Sincerely, Z (,e?FcZ /Lp� im7w Sturgeon Electric Company \ 2Si S ( T i 1,-'-'V CJKOA o✓l Jim Shireman Project Manager OSHA' �� 4ws • CkS �� U maft WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 020 PROJECT: Mason Corridor - MAX BRT OWNER: City of Fort Collins - Engineering Department ENGINEER: Michael Baker Inc. PROJECT NO: 7332 The follovdng additions, deletions, or revisions to the Work have been ordered and authorized: Description of Work: (Title of WCD): Electrical Site Plan Changes - Art Pole Conduit This Work Change Directive (WCD) adds supply and installation of 1" SCH40 conduit with PVC coated GRC 90 degree bends to serve speaker wire to each artist supplied light pole location (BB poles). The artist is supplying and installing 25 custom art light poles for the station construction. The Contractor is to construct the art pole foundations and anchor bolts for each pole. The Contractor is to coordinate anchor bolt pattern with artist. This WCD shall be priced and paid for as lump sum per station (19 locations total). To address conduit for artist supplied speakers not addressed in original design. .. Sheets 921 to 935; art pole design; artist pole details/plan sheet Station site plan/conduit routing schematic 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 �r Ordered By: _ II - (7� December 30, 2012 ' Far //(./ Dale y r Recommended By: December 30, 2012 Construction Virnager Date Copy: Owner Engineer Field File- SharePoint WCD020 ELEC SITE PLAN CHANGES -SPEAKER WIRE 12-30-12 PAGE 1 OF 1 NM Legend Communications Conduit Electric Conduit Communications Vault 0 Future Ticket Validator Fri Emergency Call Box Eye B-B Artist Pole a -a CCTV Camera Pole E, Electric Panel pce Light & Power Handhole Lp Light & Power Vault 7 71 aLj 1" speaker wire conduit to BB poles (typical of all stations). Schematic depicted below is specific to a station stop downtown. Typical Station Stop Underground Conduit Runs Not to Scale Notes: 1. This drawing is schematic and shows the required conduit runs to each component. Physical locations of each component shall be located in the field. 2. PCC units will change location at each station following the site walk through with COFC Light & Power. 3. The CCTV camera pole must have direct line of sight of the ECB. LH H N p GFNFFNnTFG: 1 S VSx . Mw u0 5 r01 Mwvl 10 U � r n51R�xw U mxR M U��R uxx aM1CIX m�rF�co� n nvr c mnrt uixrtn 1 — — — — — — pp 3 OHARMONY STATION ELECTRICAL LIGHTING PLAN 5 b va U J "r j It 1 11 1`L._t=f4iL i_`�'TT7 y �' ter. � /n -/ ' I '� i __lw✓s vs oq{.µ�rT�Fu 4361 ..1; 1 ---. 1;I Install i'SCH�40 wnd—uil � I � e homcpnmunit pile f cabinet toartistin pole for speaker wire installation x, r,. uauxN = UNDO ELECTRICAL LIGHTING PLAN CONT. D N2 mlesiaiizLlz Sheet Revlslons MASON CORRIDOR BRT ConeWction Drawings ELECTRICAL Project No. File xae.::rm J-en r_oz_nern.�x star ori. a.e Dare: co�wre Inn. s/07/Ix ADDED WRE NOTE Rgr Gbor Hui:. SwIe: PS SNOwN Ve r. Sale: N/A No flevi 6im5: HARMONY SrPFION fLfL. LILIIFINC PLAN Fr. f011lrvs: iOiJ xeir IM�wriw mlr reomr mlrixls FOI`t C011inS xxsiaxer: RIOT O �/--�- Rxvixxa: srrmllre Eoz O rs. :a octal let Rau x:,mers O vom: sneer xmroe sneer swaer: fLfcralcAE wwel sroerc: foz er ze 921 C1-302 Addendum 2 I I III II ' O TROUTMAN STATION ELECTRICAL LIGHTING PIAN communications of to artist pole for rv/e GFNFRAI NOTFS: �ol N@nroLVS [wwercw uO 2 ml ✓tyre ro �Xcn aver ar .ow �: v MT 0 KFY NOTE51 � ua.Xm .r,o uwl�wli w.o s:n.i •a••�� roo t/o y.o o:e o:m �p4351 L•.o OMAL EEO FI I. Namv0r] -OR T 03_ o-ou tmns tar an. av � xwer XRV151OE16 MASON CORRIDOR BRT G' o� / X1 Collins eos:= se �c. em C,OL ction Drarings ELECTRICAL TROUT. STATON EIFC LIGHTING PUN Pro]ect No. D11, commie mn. Nvlz. SmIe: AS SNOWN vrt Style: N A / No flevisimt: IL COI INv: TON 5/01/1] A.,. 'MRE NOTE qK1 Uell I. Him W11 L. Inlllals 0 Revised: Oesips: RKL SVmive Nuroers EO] Oclal ler: RBN O Void: Slaei Xuvaa 9z2 SMet 5 Dsef: ELECTRIGL IS f SMeln: E03 al $9 C1-302 Addendum2 I "onmunications ULL el to artist pole far cx wire installation _L \\ a.•.y ne tt f � n GENERAL NOTES, woio o i'_m.n so Mr s.o.:: m. O. —ne (D XFY NOTFS: O son.: VA" i m � r _ cc Tod HORSEMOTH STATION ELECTRICAL LIGHTING PLAN CONT DO lr P P v � o:e o40 "' ¢ 4351 g �__ �--- 'v A. .......... off � � I o I Print mte:5i07i2012 Sheet Revi Sl ons MASON CORRIDOR BRT Construction Uramnge ELECTRICAL Project No. File mu. • xuiz. SmIe: AS SHOWN Yar. Seale: N/A 5 0] 12 AODCO W1flE NOTE Rxi G d Nn flevi6i T5: NOR$EWul STAWN EIEC. NCNIiNC RN9 ft. L°Illns: InIJ Form Collins wit information irl, reactor Inlllela O / �s���- Re+isea: Oeel9ear: RKt snu:tue EO9 O -eon seteNa: RRu xumas O eon>P >e vme: SNeet Sineef: EtECIRKAL Snort Leele: E09 0l 29 snem xuoa 923 C1-302 Addendum j 1, N o JI mXO TN ovxW. un rur r TO �rmr.. N w.« IF— J P,Wa.:"n"rA"w�avnan"1 /` -.,;,s�4.4 "to.o", oarA""aOF OF 1 f I�w �•J _ n roe"... T!. i. F 1 t�. I / I ows m REY NOTES: N rtn 1 �Cj'�� }� en uau ."e caw NI J rrrY. Wmw.Mre� SH . WA I Install P SCH40 conaoit hom communications cabinet to artist pole f speaker wire inslallafion Y d ry,F -+r T r [1�NM'mMaiarem ' /O .�5; � K � 'Ly spun an v.uv ore �o'm „ ..r '•> v ..+-ail '° u:rc 43512 c:o S �f r rr mr mile:5/07/2m2 Sheet Revislons MASON CORRIDOR BRT Construction Drawings ELECTRICAL Protect No. vile xaO,W073-nn1_Os_Ynnl I—Stor nn.n Deie: Lommie Ini1. 5/0)/12 nDDED WIFE NOrE RKI UNd Iln in Srn In: AS Sr10WN 1w 1. Scala N A Ho novi sins: SWNLOW STATION ELEC. LIGHTING PUN Fi. Collins: 1°U FIT; Imr. n,win Dm Lomner InumlS For4COttinS ooei a�or. ulc O ��_/'��� Re.i.oa; srraciv. Eas O Zoo D.mlrer: FON xumers O vom: srkm xNrorr 1. TOSMei SWsel: ELECTRICAL SWsei 5Mels: E05 al 29 924 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 U l: ..am 5NURWIF Mwi1L v —��1 f pXLilrt=1, L�l f t,1 F.l J;,1'f �,1 4rliF �� ijt5 j— °e�_14J'4 f L i"' `I I T — Install 1' nunke i.N. from GaW I-14 tion content ' cabinet to arbsl pole for ---- speaker Vnre installation — — — — — ------- e f ` `[rffiW YNM1 OLS bx s e s f.FNFRAI NOTFS: , WSAw�vAL u0II ro5 i(I:I !Y _ 9[ Vi0 MxHIw.S ��Yuv[� R MS mxsSR IXxMF NE Ye NOTES�xi Iyyt IIAT ' ,oHne IIINO mM.,, A NR A Nw.F II)NITOI 4ep LrC :i o oIC i o 4?57 f -AAL s ONAL 4 O sneer MOVISIGna MASON CORRIDOR BRT ConsWction Dmrings I ELECTRICAL Proj eci No. nle xmm:rm.l-eni_oa_plakaStGticn.d'✓g Dme: CmrmmS In15. f5 Ot t 17(C011lns XO Ravi 6imb: ORANE STATION ELEG. LIGHTING PLAN It. f01 H.: IplI Nmix. Sw IB: AS SHOWN Vet. Style: NIA / 5/OI/12 PDDfD WIRE NOtE RNt xnit IMnmilim 1}NI Leahi Inl llols .1O Nevisa]: pa61411a': FKT 5lllclve Eo6 Q F. xoo petoilc': RBM NUMeIS O eoszz ze VOid: Stoat SWset: ELECTRICAL S f yg . Eofi nl ]4 Sleet X.,no 925 C1-302 Addendunn2 f.FNFR<I NniFS: u9 5 NOT �T TO m KEY NOTES: avr tofu .MDD Inaaso:[ SOUND r rtB BAY FARM STATION ELECTRICAL LIGHTING PI AN ME Ol TO TO p4351 Install SC i a hom communnicationsi.a. � 9 cabinet to artist pole for �� z j speaker vnre installation r BAY FARM STATION ELECTRICAL LIGHTING PLAN CONT Y OS—.].'-r-o PEmi DN.:5/07/2012 sheet Revisions MASON CORRIDOR BRT ConstLuction Drawings ELECTRICAL Project No. File xmmv0]a-aF T_a]_OD EarmSlm lm.a DOE.: emmlc Inii. 5 0]/12 ADDED MRE NOTE PHI G,,r eAY F.. STAPON EL C WHPNC PIAN E1, Co11Ilss: 1013 • Nv l,. SwIe: AS SHOWN I. 1. Sale: NIA xD flBvi6im5: TIME IIcE.". Lail IOYI/ Inmais / FOi(C011ihS DBa1R�er: RNr _��^ Nwised: SNMEFOFa EO] Q e. zw U<iDllx: Peu NUTT, O em,z ,e VoiG: Slaef ..t: ELECTRICAL SAsei Slmis: E07 Of 29 Sleei NwDa 926 C1-302 Addendum2 w/I.e f.FNLPiI I. MI. NOlrS wwvuv;cv uo 5 ror rµa TO ma IR.[cR acrt P, rr N mvy;a p ITT / / oxlr. ;`a va rnt axgm m; pvcxru.;c / / @ NFV NOTES, z. qoq o�� A m.qw ;rer ce PROSPECT STATION ELECTRICAL LIGHTING PLAN o { i I d ITTT wl o l µ.Y{y 4 p / i i fromInstacommunications mntlail L cabinet mcomartist olef § W 7—� cabinet twireist latio N I ��� u / speaker wire inslallalion _ ._moo/ms_/`I_-- (mam 2� PROSPECT STATION ELECTRICAL UGHTING PLAN CONT, "' rown uwunl aTaK ltcf �Y\u f `?e 4351 s I, I—Z t PROS{' CT yAST TIONELECTRICALI .NTIN • PLAN ONT f li6wom �� mwml 3 Prim pale5 /01/2012 Sheet Revlslans MASON CORRIDOR BRT CanstrucGan Drowings ELECTRICAL Project No. nle Nalm nm3-pNT-Ofi_Pros eCtStotion.av D., camm'a Iml. Npit. $COIq: AS G.._ Vpt. $tole: N/P 5/O1/I] AGOEa MflE NOTE PN! CI ql NO flavi 6iau: PROSPECT STATION ELEC. LIGHTING PLAN Ft. [Ol lloa: IOiI wn IMnIIH Inn lamer Imnaie / FOITI Collins pesial.ar: FNr G� �/�� A-isea: Slracfve E00 Q rz. zm petal ler: FBu TLiNIrs Voi E: SMet R.PT O ea"' ze SMet Subset' ELECTRICAL YLmI sMel6: me or 29 927 OUNrVERSITY STATION ELECTRICAL LIGHTING PLAN 15— vV-r b' _ i A f r - 1FNns- . . . . . . . .. . . . . . . . . ..'.�,/.'. GFNFRAl NOTES, ¢ �s`io �1Y5 nAswu.rcv. °ro 5 ror wixr ro :, Fi warcrs swrtOF WOW C�S OF NE Narrs: FOR POWEO TO —1 l III UN/f5 r Ir• ��hI I Install P SCH40 wn4ue� kom wmmuniwtions to artist pole tar wire installation - cabinet speaker 1 tl �. \ w wnw T _ — o:P y0}rn 4351 PyV.%ry A e I U. W1107 sr*et ReVlslaOb MASON CORRIDOR BRT Cwstrudlon Dmldngs ELECTRICAL Project No. Eue Name:r0S S.O.n Ilniwrsii sra Yr m.a. -BRT Nmiz. SwIe: AS SNOVsl. Smle: N/A GT� oafs: conmle mn. Gr er ol�t Co[tins No Rer isiau: UNNERSItt SInPGN EIEO LIGHTING PU.N pL Calllns: i013 5 0] 12 eD0E0 VAflE NOTE RKi Unit Irtfrreo.im Unll Iwhr InlNals ggylrgy; 0asipv: RKr Siry[tve Ell p r..:m Reluuer Neu N ei cn..r <r.... rn ..r oo sMel xNoov gin io wo�e�jJ a 4 OSR LALIREI STATION 'er We+b ELECTRICAL LIGHTING P eu ��1:><raa:las:: i-�v�rr.�x�xa�i-, r.��r[.r.N1.[.;•�n.l sneer xevlsions MASON CORRIDOR BRT ConstructionRmp: aen�Ia Im �. om or s of/ix noocA R. NGTE RKT Fral'(Cot�ins xp np.taln a: --� RpvippE: Of.p. NORTH M eAWI .ro.•1.. 1. ve 11, tm Vold: GFNFRAI NOFFS: z mow. 1.ro.. pw....oa KFY 0ix�tewNGiF^5'aonv. n m� c rmmie ✓unm p0 L,C 04 '•K ... :Fir o:e o:m o:¢ 4351��/- x:o OMA I•F�O ELECTRICAL Project No. IAURCL STATION ELEC. LIGHTING PLAN Ft. LOIIN.s: 'Ll, RIR S�rWlue EI3 HAM Nuh•era �nunl FI FrTNIr>I u,fiuf cn..,_ VI i , 90 I inept NU— 912 R ff \ �.. zr h Y 1 1- J �N kr °5 (14( jl�ii'Y [II rllr17 'Install 1" SCH40 wndu - from communications cabinet to artist pole for I� mwlnmmm PMSF nw er rr. rwuxs) Dew. wwx51 V UNFR\I NnTFS: H .11 Sr , WR 0[ Nom cu5s75 OF M[ F,BDB� ONLY. 0)NFY NOTFS: UOUMDVBM txM TOC�N I — C r �xw o Da. Construction Drawings ELECTRICAL NO Revi6icnB: MULBERRY STATION ELEC. HGHTING PLAN �LLO.1 1. ao::1 C. V. .:oo vole: Boa t�� 435�f122 ; o ��ONNI E�0 Project No. Ff. C011lnt: 1073 oa sneer BO., 9ii Jfrom C Tmum Pions 'I / binel to artist pole fm /r- � V2 C� W uuy 10 ( SB OLIVE STOP STATION ELECTRICAL LIGHTING PIAN FM MW — .1 ©x: •.I �• l.l•x 1 FCC t °d N�Pxvieiau. ^FOCI COIINS I. wxn OFNFRAI NOTES: H rwrtc,'s rrmx cr rox morns cr m[ r. mmpnw a do R iff ai xxn dl,. O NFT NOTES, �.IM fv[u exp W� WY[ 20 1 ELECTRICAL 1 Pro]ect No. OWE STOP STATION ELEC.LI(>n1NC PUN T. [alllma: !O, E15 snee+ xuvoc 934 102 Addendum 2 v HA — no NIw.ommnmll++A rt-- - ® ® a UNT Ilwa�A— ..o ..c 1 q xm 3.>!1 to 1 n'r T1.11 11 J. I.L 111 Pon'` o_Uins communications let to artist pole for ker wire installation communications at to artist pole for ker wire installation No Nevi sim5: PBvisBd: w void: f. N aAf_[ NOTES, 1. wu.1 ... N .rcn..w a wl Iv.l to ar . New... .. T.�r�wEa' a .a. wllmis s mr 2 i zo s m eoM.w v me [ mve v_vimn e EpO. L.rc z Wo; "' 4351 ; o �E ELECTRICAL I Project No. MOUNTAIN STOP STATION ELEC LIGHTING PLAN I Et. 011IIIs: TOTJ igmr: 211 SIIuc1uB E16 oiler: NBM It sin.nl: ITrCMICAI shunt s4;fl: rla nl 21 Slret xWpT 935 O 0 �\ BCd cOn PICr ©ram ®Bupa Baze Plale at�fColUns LI XOfM 01FZ F.VSR EOIf OL1r6 M� ns wm T (>1L 1¢pt Base Plate �a /.1 Beacon Ele allon n I.Iphbt Elevation �m %1 LlyaRt Pler STRUCTURAL BEACON ANO LICHTPOLE Pu r:LEA Numbe Project No. n. camp- rm3 r Aal x„mb�� APPI 15' LIGHT POST WITH INTEGRATED META SCULPTURE TO REFLEC' Uses standard Kim Lighting top of artist -fabricated pole, four posts of 2 x 2" square I space for sculpture. Sounds components under removable box cover along with electrical connections and foundatioins bolts. See foundation drawings for details. MASON BRT 8" Robert Tully 12" 12" ht reflective ilpture made of ished stainless steel tares welded ether. Two views of ne sculpture. Each Lion to have unique tern. Pending Issues Log may: Mason Data: 07/24113 Ref. No. Cl SCC Spec Section Item Description Date Requested Amount Status W CDO01 1 40,02 604 Change from 8-fl dia to 6-0 dia MH 8.1 ]/31/2012 ($883.001 requested! by CEI; credit to contract WCDO02 1 10.02 403 Add asphalt patching depth- Laurel to Maple(6' to 10') 7/3112012 $132.163.03 change from 6-depth to 10'tlepth; all SG versus S in bid W CDO03 1 40.08 630 Tempos fencinq - BNSFwork 7/18/2012 $16,401,90 ordered for duration of BNSF closure; duration not specifically defined in proposal from sub WCDO04 1 40.08 We Insurance adjustment ($2Ml$6Mto$5M/$10M) 7/12/2012 $3,957,00 BNSF protective liability insurance for CEI contract($14M in ROW) W CDD05 1 40.08 630 Time and Material traffic control for BNSF work downtown ]/12 2012 $147.562.78 traffic control for downtown BNSF rail replacement work WCD006 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 WCDO07 1 40,06 412 Enhanced Crosswalk chances Laurel North) 8/212012 $0.00 change to all dust colored crosswalks north of Laurel; no cost change WCDO08 2 40.06 412; 603 Changes to Maple Intersection 9/11/2012 1 $71,910,39 temp pedestrian crossing; intersection crosswalks; add to base bid WCDO09 1 40.08 630 Special[ signs-BNSFclosure 7/16/2012 $9,068,00 specialty signs for BNSF closure W CDO10 1 40,08 208 Erosion Logs (8995 EA) 8/1312012 $24,826.20 40,08; 208-00005; missed in final bid tab W CDO11 n/a 10.02 403 HMA (Patching) -2]3 SV 8/1 N2012 MOO 10,02; 403-00121; added quantity after bid ope.inq, quantity part of asphalt patching downtown W CDO12 1 40.02 603 Storm drain line J changes 8/20/2012 $0.00 Grade and alignment changes for storm line J; Mason - Old Main to Laurel; unit prices W CD013 3 40.07 60& 609 Site changes at Industrial Sciences 8/20/2012 $31,225,68 Chances to sidewalk, paving at Industrial Sciences W CDO14 6 10,03 n/a BNSF Railroad ballast grading 8/22/2012 S45,803.75 T8M work to grace RR ballast; curb support options W CDO15 3 40,02 603 Storm drain line Bi-1 chances 9/4/2012 $19,812.00 Design chances to storm line Bi-1; FCLW D utility conflict W C0pi6 20.01 608 Glints Station Site Changes 9/11/2012 $3,500,00 Add stairs; retaining wall changes; CM to issue W CD WCDO17 20.01 1 608 Toe wall change at Troutman Station 10/912012 $2,000,00 Add toe wall to Troutman walk; CM to issue WCD W CDO18 1 40.02 604 Storm line C1-2 design changes 10/12/2012 $0,00 design change only, paid for at contract unit prices W CD019 12 40.02 604 Storm line B3-1 design changes 10/27/2012 $63,560.54 arch pipe deleted; replaced with HERCP; grade and manhole changes WCDC20 11 20.01 Div 26 Electrical site plan changes - Ad Pole Conduits 12/11/2012 $25.570.05 provide conduit for speakerwire at each station WCD021 6 2001. Div3 Light Pole foundation change 10/26/2012 $4,611.001 changes depth of light polefoundations - cretlit WCM22 6 40.01 202 PSCo Deconstruction scope of work change 10/28/2012 ($17,592.00) Chan es overall scope of deconstruIXion -credit WC0023 9 40.02 619 Storm Line F1-1. F1 � and bore specification changes 12/2412012 $107,250.35 complete rewrteof'Poked bore specifications F14profile WC0024 We 40.02 603 Storm Line Bi-1 manhole addition 10/30/2012 $0,00 pending pricing; unit price MH WCD025 13 40.01 We lization-Station 63+00 11/6/2012 $11,525.00 repair of unstable subarctic WCD026 9 40,02 603 ignment and site grading 11/2712012 $84,2]].50 site grading changes, retaining wall, railing, guardrail and pipe WCD027 n/a 40,02 603 gn change 12/1012012 $0,00 alignment chance to facilitate pipe installation near BNSF tracks WCD028 13 2001 Div ] Station panel ad 11/21/2012 $21,803.04 addition of panel art at Mulbe Stations not included in bid flocs WCD029 n/a 1001 412 rdesiqn gratling antl width change to STC 12/312012 $0.00 uidewa alignment change to allow two-wa tracc at STC; paid for through unit prices WCD030 8 4005 601 House Retainin wall 1/5/2013 $23,352,00 addition of retaining wall al Feld House to replace wall not slated for removal WCDO31 14 40,08 626 ormation Officer Scope Clarification 11512013 $0.00 clarifies antl further defines PIO scope of work for MAX BRT portions of work WCD032 8 40,06 514 House Hand Rail and Stairs 1/5/2013 $10,690,00 adds Installation of hand rail and stairs at CST Field House parking lot W CD033 8 10,02 203 Segment 1 -Soil Stabilization 12/10/2013 $16,854.32 soil stablilization for areas from STA 9-40 to 12+00 W CD034 10 20.01 Div 32 Pavers at Station Platforms V712013 $55,287.42 clarifies cover and truncated dome installation at platforms curb height W CD035 , WCD036 2 ,- 13 E 0108Y 40.05 +&601 607 Change Mrn epo .coated reinfodn bar ®® Credit Lfonepo .coated rebar.ir,W all 3, Ladmer.p2 bon culntsd, etc. Reset fence In Seam art 1 12/4/2012 $6,226.63 Cost for fence posts damaged during removal WCDO37 13 40.07 304 Grading and millings installation at Troutman 111512012 $940.63 Temporal, installation ofmillings for Troutman cul-be-sadbusiness access WCD038 13 20.01 Div27 Racrevey Bore at DTC for power 1/11/2013 $8,239.35 Provide power to DTC station sWCD039a :i. WCD040 �* 9 50 p5�'t',' 40.08 Div2] 630 Repaino,,BRT¢onduitat DTCstation(south side) Traffic control devices and labor for Prospect closure 2/677137® Repair. of BRTconduiftlamaetlaudn sWth caissoninstallation.fDr.canop 2/11/2013 $114,130.25 Traffic control for Prospect closure (Connell antl CEI work) WCD041 7 10,02 630 Cost to accelerate Prospect closure work 1/9/2013 $16,881,16 Overtime costs associated with Prospect closure LIGHT POST Two views. t � .. 12" x 12" x 15' (top 5' shown) A P Stainless steel polished a s r squares are welded together vn 2 to form patterns denoting s k motion and energy for MAX. The squares play with light from the fixtures that will be , r„ mounted to the top of the posts. Robert Tully 12/15/2010 4 R I MAX o be on le at ma c MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand June 11, 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. 190 Traffic Signal Pole and Caisson Foundation Changes — WCD045 Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 45 to address changes to the traffic signal pole and caisson foundations at each BRT crossing. This Work Change Directive directs the contractor to install traffic signal pole caissons at the designated locations in coordination with City Traffic Operations. Per the original scope of work, the Contractor is to install all underground bored conduit, foundation systems and anchor bolts to support the traffic signal installation. City Traffic Operations is to install the remaining traffic signal scope of work to make the signals operational. This occurs at every crossing along the separate BRT Guideway south of Laurel. The traffic signal pole layout as provided in the contract drawings did not accommodate existing utility locations. As such, the pole locations needed to be redesigned based on field conditions. This resulted in adding 51 lineal feet of 42-inch caissons according to CDOT M&S standards. Attached please find the proposed Contract Change Request #190 from CEI. In reviewing this request, the documents contained within the WCD were used to determine the scope of the change and provide an independent cost estimate. Past cost data was obtained using comparable costs published in the 2011 CDOT cost data for Construction Projects. This cost estimate is attached. The estimated cost for the Traffic Signal Pole and Caisson Foundation Changes is $21,038.39. It should be noted that CEI/Sturgeon held their unit price of $400/1-F for 36-inch caissons to support this contract change. I find CEI's Contract Change Request #190 in the amount of $21,826.35 to be reasonable for the required increase in scope. As such, I recommend acceptance of this additional cost to the contract. /4r Keith Meyer PE Construction Project Manager CH2M HILL Team 970-988-8605 keith. mever(a)ditescosery ices. com Cc: job file Change Management Checklist Compliance Category Date Reviewed Reference I nitials Reviewed for compliance with Part of the build alternative; work Environmental Assessment 6/11/13 included in the base bid in SCC KM 40.05 — traffic signals Included in traffic control plan for Reviewed for construction/safety impacts 6/11/13 work in area at major intersection KM crossings Independent cost estimate prepared 6/11/13 As attached to this memo KM Reviewed for PCGA grant compliance 6/11/13 Part of Build Alternative KM scope is included in SCC 40.05 Reviewed for real estate impacts/needs 6/11/13 Construction inside public right of KM way Reviewed for compliance with design Signal construction according to criteria/ADA htto://www.access-oov/ada-aba/ada- 6/11/13 ADA standards; Chapter 4 deals with Accessible Routes; this WCD KM standards-dot.cfm standards-d is for caisson construction ditesco Independent Cost Estimate Date of Estimate: 11-Jun-13 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (Y/N): Y Description of Goods (A) or Services (B): A Scope is to install traffic signal pole caissons at the designated locations in coordination with City Traffic Operations. Unit pricing was arrived at via technical review of CDOT published unit prices. CEI unit prices from the BRT bid were also compared. I have obtained the following estimate from; Published Price List / Past Pricing (date) 2011 CDOT Construction Cost Data; CEI Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Other (specify) A Signature of Preparer: Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product/Item Unit Price Quantity Unit Unit Price Item Totals Drilled Caisson 42 in $ 343.89 51 EA 503-00042 $ 17,538.39 Multiple mobilizations $ 500.00 7 EA $ 3,500.00 CEI Unit Price for 36 in $ 400.00 $ SubTotal $ 21,038.39 Cost of Services, Repairs, or Non -Standard Items Itemlrask: Materials or Work Description Other Direct Costs Labor Rate $ Labor Hours' Labor Class Allocated Overhead SGBA• Profit Notes: Data Source TOTAL SubTotal $ 'Selling, General and Administrative Expenses TOTAL $ 21,038.39 ------------------------------ ITEM UNIT COSTS BY PROJECTS -- 2011 COST DATA ITEM NUMBER/ _ __-__ ITEM DESCRIPTION/ ___ UNIT/ __ _-_------- PROJECT NUMBER ------------------------------------------------------------------------------------------------------------------------------------ PROJECT LOCATION DATE LET QUANTITY ENGR. EST. AVERAGE BID AWARDED BID --------------- 503-00042 Drilled Caisson (42 In) Lin Foot =____________________--------------____________ IM 392A-012 I-25 AT SH 392 INTERCHANGE LA 06/23/11 51.00 400.00 214.12 204.16 WEIGHTED AVERAGE FOR THE SECOND QUARTER 196.00 289.03 274.97 297.26 EBB 2873-160 SH 287 (FEDERAL BLVD.) OVER S 07/28/11 38.00 250.00 343.38 380.00 WEIGHTED AVERAGE FOR THE THIRD QUARTER 38.00 250.00 416.70 512.08 FBR0243-081 SH 24 EAST, NEAR PEYTON, EL P 10/06/11 87.00 300.00 343.89 302.16 IM 0252-387 I-25 SPEER BOULEVARD TO 20TH 10/27/11 815.00 275.00 167.41 140.00 EBB 1211-078 SH 121 (WADSWORTH AVE.) OVER 11/17/11 1,218.00 200.00 201.62 210.42 MC SW00-929 STATEWIDE - VARIES 11/17/11 68.00 550.00 900.32 1291.29 WEIGHTED AVERAGE FOR THE FOURTH QUARTER 2,188.00 242.79 211.74 221.43 WEIGHTED AVERAGE FOR THE YEAR 4,248 00 235.91 247.24 243.06 503-00048 Drilled Caisson (48 In) Lin Foot =______________________________________________ C0704-225 I-70 EAST OF BENNETT 01/06/11 31.00 350.00 385.25 372.00 ITS4701-121 C470 (SANTA FE TO I-25) AND R O1/20/11 30.00 400.00 446.75 538.00 BR0252-407 SOUTH OF DOWNTOWN DENVER O1/20/11 2,688.00 243.18 302.66 170.00 BR0252-407 SOUTH OF DOWNTOWN DENVER BR0252-407 SOUTH OF DOWNTOWN DENVER BR0252-407 SOUTH OF DOWNTOWN DENVER IM0702-303 I-70 WEST VAIL PASS MP 170.00 03/17/11 31.50 1000.00 482.89 500.00 BRR600-297 I-25 BRIDGE OVER SOUTH PLATTE 03/24/11 23.00 350.00 297.33 265.60 WEIGHTED AVERAGE FOR THE FIRST QUARTER 2,803.50 255.42 310.46 211.15 STA 1212.-069 500' N. OF BBTH TO 104TH ON S 04/07/11 42.00 225.00 272.89 260.00 FBR0704-220 I-70 OVER SAND CREEK 04/28/11 49.00 300.00 302.43 310.73 STU 2254-082 US 40(COLFAX) / I-225 05/12/11 78.00 250.00 305.68 240.00 EBB 0761-209 I-76 OVER S. PLATTE RIVER 06/16/11 43.00 250.00 304.57 360.00 NH093A-008 SH93: SH 58 TO SH 128 06/16/11 42.00 350.00 443.35 301.88 IT50703-370 EAST OF EJMT ON I-70 EB LANES 06/16/11 53.10 800.00 678.00 445.00 IM 392A-012 I-25 AT SH 392 INTERCHANGE LA 06/23/11 21.00 450.00 278.69 264.50 WEIGHTED AVERAGE FOR THE SECOND QUARTER 328.10 '---- 368.88 --------------- 376.33 -------------- 369.66 4/29/13 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: CEI PROJECT #: CONTRACT NUMBER: CONTRACT DATE: CONTRACT NAME: 190 W CD 45 12-009 7332 Mason Corridor BRT DESCRIPTION OF CCR: Pricing as requested in WCD #45 to construct 42" caissons for signal poles at three locations. S4Zay-011 Rol: MEMO NO.: N/AVa ';A- ' f�^ MEMO DATE: Ga 700 COST CODE: 700-52027 / DESCRIPTION QTY UNIT UNIT PRICE OT TOTAL Drilled Caisson (42 inch) 51 LF $ 400.00 $20.400.00 Additional Survey 3 HR $ 129.00 $387.00 I OTAL 5% Mark -Up: GRAND TOTAL: Concrete Express, Inc., requests 0 day 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. $20,787.00 $1,039.35 $21,826.35 rAnposaC ' �VOW®AFAIF EL BC T/�iJC 'Your Best ECectricaf Connection Since 1912 JOB NAME: MAX BRT Mason Corridor PREPARED BY: Brian Bender LOCATION: Fort Collins, CO JOB TYPE: 303.598.1754 BID DATE: 4122113 FAX: (303) 286.1811 ATTN: Estimator OFFICE: 303-227-4807 EMAIL: bbender@myrgroup.com 12150 E. 112th Ave. Henderson, CO.80640 ITEM NO. DESCRIPTION OrUNITS PRICE TOTALS 50300042 Drilled Caisson (421nch 51.00 LF $400.00 $20,400.00 PROJECT TOTAL $20,400.00 We are pleased to quote on the above listed project. Please see attached Scope Letter for Inclusions and Exclusions. This proposal is based on entering Into a subcontract in a form mutually satisfactory to both parties. (Le.AIA 1987 Subcontract Agreement.) Payments 8 retainage as per Colorado law CRA 24-91-105. •y�'B YE16S,. maf*. WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. PROJECT: Mason Corridor — MAX BRT OWNER: City of Fort Collins — Engineering Department ENGINEER: Michael Baker Inc. W CD NO: 045 PROJECT NO: 7332 The following additions, deletions, or revisions to the Work have been ordered and authorized: Description of Work: (Title of WCD): Traffic Signal Pole and Caisson Foundation Changes (Harmony to University) This work change directive authorizes the Contractor to install traffic signal pole caissons at the designated locations in coordination with City Traffic Operations. Per the original scope of work, the Contractor is to install all underground bored conduit, foundation systems and anchor bolts to support the traffic signal installation. City Traffic Operations is to install the remaining traffic signal scope of work to make the signals operational. Total quantity bid: 361 LF of 36" caissons Total quanity through this change directive: 311 LF of 36" caissons; 51 LF of 42" caissons The contractor shall provide a unit cost to install 42" caissons (51 LF) through this work change directive. All 36" caissons will be paid for through the base bid. The traffic signal pole layout as provided in the contract drawings did not accommodate existing utility locations. As such, the pole locations needed to be redesigned based on field conditions. .. Caisson summary; Sheets 183, 185, 186, 187, 188, 189, 624, 625, 629 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: �.-,6tMarch 12, 2013 ner Date Recommended By: i March 12, 2013 Construction Whager Date Copy: Owner Engineer Field File- SharePdnt W CD045 SIGNAL AND CAISSON CHANGES 03-12-13 PAGE 1 OF 2 ma ` Signal and Caisson Schedule Pole Number Pole Mart Arm Length Direction (ry) Caisson Dia. fin.) Caisson Depth (ry) Station Orientation fmm Center Line EG Elevation BoH Pattern Harmony Pole 1 W Arm 1 30 1 35 19 22+86.901 23.41 1 Right 1 5042.73 14 bolts in a 2W DIA bolt circle Pole 42 17 23+96.70 32.62 Right 5043.19 6bolt -25"CIA bolt circle WAm 50 Horsetcoth Pale 3 E Arm 20 36 19 75+79.37 14.85 Left 5038.31. Match EA. 4 bolts in a 2W DIA bolt circle Pole 20 WArm 35 42 17 75+82.11 57.01 Right 5037,15, Match EA. 6bolt -25"DIA bolt circle N At, 45 Pole 4 N Arm 45 36 19 75+82.67 0.20 Left Match EM. 4 bolts in a 2W DIA bolt circle Pole 5 S Arm 35 36 19 76+81.62 112.95 Left Match EA. 4 bolts in a 20" DIA bolt circle Pole EArm 20 42 17 7H90.16 14.08 Left 5038.13, Match Ext. 6bolt -25"DIA bolt circle S Arm 45 Pale 7 W Arm 40 36 19 76+83.97 76.53 Right 5037.01 4 bolts in a 20" DIA bolt circle McClelland' Pole WArm 25 36 19 85+00.00 67.25 1 Right 1 5035.51 14bolts in a 20" DIA bolt circle Pole9 SE Arm 20 36 19 85+02.61 8.69 Right 1 5036.20 14bolts in a 20" DIA bolt circle Pole 10 EArm 25 36 19 85+48.94 11.47 Right 1 5036.12 14bolts In a 20" DIA bolt circle Swallow Pole 11 SArm 45 36 19 103+87.86 30.84 Left 5034.15 4bolts in a 20" DIA bolt circle Drake Pole 12 EArm 25 36 19 128+76.06 33.83 Left 5027.67 4 bolts In a 20"' DIA bolt clrcle Pole 13 ,Arm 35 136 19 129+87.08 43.07 Right I Match Ex[. 14bolts in 20" DIA bolt circle Prospect Pole 14 WArm 25 36 13 181+98.82 14.14 Right 4995.31 6 bolts - 17.75" DIA bolt circle N Arm 25 Pole 15i E Arm 30 36 13 182+70.72 20.61 Left Match Ext. 6 bolts - 17.75" DIA bolt circle Arm 30 Pole 16 Arm 25 36 19 181+95.45 82.41 Left Match EA. 4 bolts in an 18" DIA bolt circle Pole 17 Arm 25 36 19 182.66.96 14226 Left I Match Ext. 14 bolts In an 18" DIA bolt circle University Pole 18 SW Arm 25 36 19 197W2.00 24.50 Right 1000.94, Match EA 4bolts in a 20" DIA bolt circle Pole 19 NW Arm 15 36 19 202+13.04 16.94 Right 499922, Match Ext. 4 bolts in a 2W DIA bolt circle Total Caisson Lengths: 36 311 42 51 Grand Total Length: 362 Original Bid Length: 36 361 April 10, 2013 Page 1 of 1 max Gate Schedule Hy Security StrongArm 28 Intersection Road Width (ft) Arm Length (ft) Station Orientation from Center Line Harmony Gate 1 23 22 22+78.9 14.7' Right Gate 2 23 22 23+88.0 14.1' Right Horsetooth Gate 3 23 22 75+87.3 13.9 Right Gate 4 23 22 77+02.8 12.6' Right `McClelland Gate 5 15 15 84+77.9 6.9' Right Gate 6 15 15 86+35.8 5.0' Right Drake . Gate 7 38.5 15 129+92.5 4.0' Right Gate 8 15 129+97.0 6.4' Right Prospect Gate 9 23 22 181+88.0 13.5' Left Gate 10 23 22 182+80.0 14.0' Right „Lake Gate 11 23 22 187+91.0 13.9' Right Gate 12 23 22 188+60.0 13.9' Right Pitkin Gate 13 22.5 22 195+39.0 14.7' Right Gate 14 22.5 22 196+24.9 14.6' Right University Gate 15 22.5 1 22 1 205+97.8 14.8' Right April 10, 2013 Pending Issues Log maD: No. Dale: 0724113 Ref. No. CON SCC Spec Section Item Description Date Requested Amoum Status WCD042 6 10.08 206 Shoring for BNSF embankment at Wall 3 2/12/2013 $234.929.18 Shorning to accommodate BNSF protection cnlena along wall 3; wall 3 construction W CD043 7 40.02 604 Prospect Inlet Connectors 314/2013 $21,462.80 Connections from ei inlets to storm line F1-1 W CD044 4 *10.OX Vanes Downtown Robed -Streets Dept 3/10/2013 $220.240.42 Renabilaation project far Streets Department' non rant related work W CD045 11 50.02 614 Traffic pole and caisson design changes 3/1012013 $21,826.35 Taff Pole I avout and caisson schedule Wall WCDD46 14 20,01 Div 26 Electrical panel chances for stations 1/20/2013 ($2.689.551 Reconcile station power call services WCD047 20.01 608 Station Grade Changes - 13 inch verb at platform 4/1/2013 Si Charles dafformn gradess to accommodate 13 inch tall curd WCD048 6 40,08 626 Delete S tem Safety and Seventy Manaqer 3/2712013 1$163,418.31) Remove Safety and Security Mansper Scope from CEI contract transfer to CM WColl 14 '50.05- Div 27 Chance Fiber Opts Cable to 144 count 4/5/2013 $55,000.00 Change to add acre cal for future use - non grant funds from Light and Power WCO050 *20,01 609 Replace 141/2'tall curb and repair ICON fodder 4/4/2013 $12,214AO Adjustments to installed curb to accommodate NABI bus door design -local funds only WCD051 5 '20,01' Vanes NRRC Overpass Substructure and Ramps 4116/2013 $1.779,894.43 Adds NRRC Ovemass construction - nor rant reelect work W CD052 40.02 6031604 1 Ppeline chances north of Pitkin 4/21/2013 $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 Onto loop to City Hall 412112013 $8.709,75 Adds fiber optic two to Guy Hall from Meldwm/Mountain WCD054 '20.01' Oiv 27 Univerifty Station Conduit-CSU 4/1612013 $15,000.00 Install fiber and ono«er conduit for future use to University Station area W CD055 50.05 Div 27 Comm Cabinet Rack Design chances placehcider Changes rack design; UPS and other features of communications cabinet W CD056 10.08 504 DTC Retaining Wall placehcider Installs a small wall at the OTC station sidewalk W CD057 20.01 DiV 5 Station Handrail Chance - stainless to powder coat) placehcider $151.000.00 Changes all handrail at stations from stainless steel to powder coated steel W CD058 40.07 403 McClelland 8 Mason Padnti changes placeholder Changes amount of HBP used in McClelland due to Streets Dept Rehab W CD059 40.02 Vanes Whole Foods Light and Initiation Repair 512112013 $14.701.21 Adds repair of light conduit and winng for Whole Foods parking lot W CD060 10,01 607 Rarlincile change at CSU along Type 7 barrier 5/17/2013 $29.379.65 Changes costar rating to Amenstar product for fencing along CSU's property W CD061 nla 40.02 603 E4-1 pipeline Profile 5/16/2013 $0.00 Changes ductile for E4-1 to minimize BNSF shoring W C0062 nla 10.08 601 Sherwood Lateral Tapered Connection detail 5/19/2013 $0,00 Addresses tapered connection to Sherwood Lateral box - missed in desi gn W CD063 11 50.05 Dv 27 Fiber Optic loop to Trdnsfort Maintenance Facility 5/1912013 54,354.88 Installation of a fiber loop connection near Tribly to complete the BRT communications W C0064 10.02 rue Stabilization - STA 84+50 north to McClelland 5/2012013 $25,000.00 muck excavation and sub rade stabll'ization from STA 84+50 to McClelland W C0065 10.02 6081412 Prospect Shopper Gradinq (STA 179+00 to 182+00) 512612013 $3U00.00 Changes ill and details fa this section of quidenvay construction WCDO66 10.02 608 JC Track Gradinq 5/27/2013 1 $50,000.00 Track grading and site pavin /fencing changes requested by CSU WCDO67 40.02 603 TdeBex Valvein 1 5/2712013 $6,500,00 Addition of oi valve in all at request of property owner- prevert floodin W CD068 50.05 Div 27 STC Fiber Connection horn Harmon 51112013 $93,927.44 Adds fiber loop connection to complete BRT communications at STC W CO069 2001. Div 3 1 Station platform rub rail to FRP W14/2013 $63,000.00 Changes the rob rail at each station and STC to FRP -need credit for El W CD070 50.02 614 Fa my Signal Construction 6/26/2013 $180.000.00 Adds Fairway signal construction to CEI contract W CD071 10.02 n/a Subgrsde stabilization STA 57+00 to 58+00 1116/2012 $1,845.00 sub rade stabilization/muck excavation W CO072 '40.01' 202 Additional tree removal for MSO pond and Lake Street 412/2013 $12,300.00 Adds tree removal not included in original contract (MSO pond and Lake St W CD073 '60.05" 660 Two -2' directional bores Moore and Mason) 4/29/2013 $11, 300.00 repairs portions of BRT duct bank damaged by City and BNSF crews during two way conversion W CDD74 40.01 202 Cottonwood removal in Segment 6 4/2412013 $1,520,00 removal of large +48' cottonwood tree behind Whole Foods WCD075 20,01 Div 26 Add 30A breaker for Tcket Vending Machines 616/2013 $3,200.00 Adds/changes 20A breaker to 30A breaker for each TVM circuit W CM76 10.02 rue Stabilization -STA 61+00 to 66+00 (fl ash and drain pipe 715I2013 $88,000,00 Adds fl ash subgrade stabilization and underdrain pipe to contract for subtracts stabilization WCD07] 40.05 601 Wall t B height changes per RFI 047 71112013 $1,600,00 Adds rebar and concrete'Iabdr and maleri als to construct W a111 B taller per RF1047 CCR088 rev done 94-1 extra wok 11129/2012 $19,860.49 Sawcuffing. pollemposing, utilities and resolution of utility conflicts 1 Hy Security Gate Design Scale: 1'=10' 1'-8' 1'- N 2 HV Security Gate Dimensions 2'_6• C3� Hy Security Backup Battery Dimensions 4 t L. 1_ • 1 1 r 1 n / I I k 1 �.s ILR I . BNSF RAILWAY, k+ . ( 1 w . ° +. m r ♦ ,�� �I I_, r+ SPOT ELEVATION TABLE CAT O in 6 6 [L[vnr ON O SOIJ EO QJ 3N190I I.1Lr r.ti._I .I1 1 NE CE n e am ce Ab NIIW ICl z O MxPro AL 801JER 1 I HC o, IRI 1 } LET of f0 "' irz road, Ad e p n _ _ _ to m "'r. dred e�. cone m'amz / ae IEL nee nor 3 — , ^ eE ST WYx 3+ee.0.1<.t'ar - T +anlm�n Iz. M _ oer n,m EmNId x2' NOTES : .11 ,xd I �I oe LI �' _ .I ALL STATE AND OFFIETS To TR Son �I ,BRT GUIDEWAY n11 u , '6 'Bib e All LAI o. mSEE P ,I ma ,os N L�. Ts rw I15 115 - I$ ITS-- rs ns ns7(.A is' iT 5 rs-Mrs 'id1-I_ L 'ab11-A, w== ns I .Ott � Aderod.L xrumAlrw. °.E,S / Is 1 II IIS s e-1e'�isi' NW S L7R v-rL1S —I „w' r�°Is tLti 1. ba rmr .r Ar nn. pn.rne er rr 9 -5r'T,yt S°-Ievold P— 5 914g'� 1 115 5 Ij5 I15---115-1 - OFFSES, OR ELEVATION o w Cue wlESS non"n or v ,ec It a ATELAS wr :C3ss nE� 'I a ", . _ u.�rz mc..AHre.T SR eE.w., e. w� �- " e. cvraaE rE sEnlwzs EL sw I r . A. r'r�°w °w.°�e"'m.�=,.I N z - w.L s me I.w nerA.m � erz ..v r RATES 1. I2 le 1 I a'x pr oe v.arr a —1.t .«.:. POLE 2: �LJJ� / oa t sia xx ]ae ta.raT 'v s _. alryLa E. -' /n STA 23+96.70, 32.67 RT 81N� carom lmevl: xz h ACCESS m T 1. 15 / I' New Mast Arms) Length. W 30' 8 S 50' rN. rm .ALL New Caisson Diameter: 42' w. u.w -fill « sM1, ° 11 i )I �� FIG ELEV: 5043.19 7/ I. 12 j T c Ar w �'� l Nmnm € r ace t M s { -y. '!r) I '9 I 'ACEE .1. t .Arw E. II _""._ o.rc.e srm. v . a. a POLE Y rii I .7• a ..Ye,wATS I STA Mast Arms) Length 1W-30' CalssoR Metal: 36" _ _ x .+Ider M` - _____ EASILANT 1�I �� E�.�E.Av..1 FG ELEV: 504273 I d - aLurwz �_�_I I I j' .,b.� z m L. slw .RE atl de It , '6 \ I GT°. t Q�C117 ��O �. z� i r zie�w h°I ..fie PI °I' -r r I I I "I 1 iR — — .` CURVE DATA TABLE Pc Alarm n1 jw zm I °� zs.z oa .v NI. ."A. \I IG 1v \ - WW3 71 � SSiovnC� r .,.1I"� \ rN¢wam�nn�NO mK I r1� mn:rE w AT, STIA \ III III \ Lt CE6MY ,o —1. owua mue � ''S1. no ELL darterencona fm� or N.I., r.r 1On 4-10-13 c Print Date' I0/3VZEI, Sheet Revisions MASON CORRIDOR BRT ConsUuction Drawings INTERSECTION DETAIL Project No. rue Name:]m3-oRr_SRned.nv_mmetmlol-Narmanr dga Eric: Comments inn. H°ri.. Scale : 1"-10' Vert. Seale: N/A �_11` duels No Ravisian5: HA9MDNY RORO INiERSECTIRN rl. Collins: ]O]3 UMI Information Unil Leader Initiab Q �s�`ZJ1 LIAAWI Revbed: Designer. JAS $IruUure 5 Q uLL¢ IEERI coo TV Deto.Nfr rN Numbers a 5 u.zm emn rze vor: $heel Subset: RDMW $ubsst 54e1x R133011]0 Sheet Namber 183 c1-sin IFIC M_IN E 1: rI� - y \ 75+82.67. 68.20' LT A Arm(s) Length: N46 sson Diameter. 36- ELEV: Match Existin0 LL J{ _E 3: ...1. I I I 9 175i79.37. 11.89 LT N Arm(s) Length: E-20' :son Diameter 36' ELEV.503837 Match EM . N,Vo Fd-`oTnet-\ 6 .. POLE20: w STA 75,82.11, 57.01' RT Mast Arm(s) Length: W-35' 8 N-45' Caisson Diameter: 42" y FG ELEV: 5037.15. Match Ext. (J)j_"t:: o l Ili f I III I Nozo I ass ss 'ao " ly mil _ ='Ni II'we ». rI IT g(12n _� Ri n.5ik'w1 ar'.`�rsa au.I.: I mr 4 }1 .4 ,.. 0t, { ST1115 B).J 139 Gub Nm LmgN: ]3' �xx a anex INN 14LOYLT I GOTTEN xl.ili z � ii vc.-STA Mas 7 6r,s0.) Length: Mast Length:-28535 n Cason Diameter:42- 'u'v "5tl P1' l FG ELEV: 5038.13; Match Existlnl �szwenw.wxT —I— •••.'muzs.us.. rtx fro OJ�1A'mAii:'i.°'iiy \�L1 11�°�u5 z Mn' MK1 I H I IT Al -IT r. 3 ..rt o'nx :.xo 1..-1 tm �1"a o .0 'w l - x.. l S IN LENNIE LIMIT To 7,11ININt I No TO I ITIN PIAL IT LI ll f� 11 I t/III IIT, a LI` m I.1 IN 1 : TZ : I 11 f rro MASON 0 / I%-- OUd15 IT IN AcCffLyyELLAND Los. IT p-. SPOT ELEVATION TABLE °C•' sT. b arscT ll., xrocro,o TT..wxo.IT so-urwa. ](UVATI�..T., a LT. row. OB I. 1 NDTES. 1 LTFE . ' ` o,x "w. EN Ka, - - .TOIL •_k's 'm KK s'.aw I..na� 1 . uxLf3 ]THE-15[ 5[[i LINT- 'rn'. oo. S b5 �xw m1cx1E55.— rtx.xaxT [.• —T —__--__- oµ.� T. ---- - - �'`— BEFORE YOU DIG I-800-922-1987LAN N....,...�®.,.o ERLloILo To kL NTERINATILITTL To To In TINE .1 or Kwss.s. to.wm.-Ioo INT.,I r, ssv�410-13 \ '7' r6+83.97. 76.53'RT nstruction Drawings INTERSECTION DETAIL Project No. Arm(s) Length: W-40' RC.�sl.xs: eaaseroom anon Iry ¢ns[cnary n, 1.1.1. vm3 Diameter on Diameter: 36' o o.x�sxer: dns sr�cw. o.ma.r: Tx x.me.1. v id: Sbeel SubzeL ROMWRY 5ub.e15bee1x F135 nl lla sn..1 rvxmb.r 185 C1-302 IFC SIGNAL PHASING .]----- TYPICAL SIGNAL ITEMS E %ISTING PROPOSED ITEM DESCRIPTION ju POLE 5: ' r STA 76+61.62, 112.95' LT • z w+4 .smve O. w" evrw One Mast Arm(s) Length: 5-35' a D,e^ec nw..wo .n"In I ".. ... +� \ - - - ' Caisson iameter: 36" ' I��', FG ELEV: Match Existin a —I.N. sew. a Iiws,. •we _ _ _ _ _ _ `INNEA. I 12 13 o .nc m . .b �� ^,SIONTIL K. 'it' Lm.n.a i rn —f> •r c sea. ONNIM ITT, is }B j sews o a . I R - J inei In ° �,'l e�"',m . m D .sms,ee. n,w .nrw b stw nm I } . `-L' BNSF RR-w�ee°,m.:l,,- a 'e4�ie�o wm. wl ® O ,enree sew. mhwlee eso COOK, I --_ vPKOo,w Mews p.... n� arts. q � w�K 1. a ______ ______ mwe ° 'ossw'"°' '® 4]•/al •y z..O�es"Im" �Cw sw w..o vo- Oo.Ca�v.Osxo.. ose.,,w Inet,.�1ni .i' _ lij� o0... I14 415 'la le ry oBRT GUIDEWAY w4 H MO +O, "Owus.o.,m vo- + - W_ _TION ..C9 - sew To eew, rw r e fl- ', 1B - - •. _ _ ® ree n.ernw we, ro TONER cm ] I }5 la D cwwe.e OPERATIONAL NOTE 1 2 2 10 ° "Tmeo s'rss 5Ly Lea.O xxoouses npnw 33-' O 0 r:- _ a .Ina n,Eame Cwee. �,ewr,. ".�onw wR m..m, .eOo .s"o,m - 20 MCCLELLAND DR. IN. IT OhTE CONTRACTOR TO .. nO" .nLM ITIOe" �E.Tn..o m neson-w:O`e rt""Teell."`sno a Q.T.T. 9 22 :�.-- ...-... o-QewTo `,.a..scz es . PROPOSED e :m.'.a. . mneO / 04�__-^- - O PEDESTRIAN SIGNS PROPOSED TRAFFIC SIGNS 1 en —I ..ITT. / 5 f�fiw weee, 0HlY ONLY o- '� �'i I.o. PROPOSED SIGNAL HEADS esOes.,"v.m.,u ,n„`"so 1 s:O- ,:.'O";,. 'w��oU •c.3 a ol0990 O Jo > on wR .9e..,e. . ,..,... ESE7 sneo SIOR STOR O O z=���•' w �s°°�" Imo— s SIGNAL HEADS HEREON HEREON . �tiT, •. o 0 R r y REO `RE-O .u-. F•'' Z le A4 'F) '© }O uur�e e�wi wu w w.�w� ® %to,n Ogle CTi G uio Eo mlRru art riixoOm r'ria s I2,i 26,2} m.,eO,w ws, cma�"ne re," xn Cron rw,, Cw,ec }],74 22 15 H,1] _10-13 P,snt Date; 2/9/2012 Sheet Revisions Fa N ]a]J BRT STroIRc_5 nolPlona} H9r.el9 IM1e9n awe: Comments In',. MASON CORRIDOR BRT caa]o-ea6oa Drawings SIGNAL PLAN Pr ojeCl No. M 5 ale'I •}o Vert scae x/n ' _ - Na Rar vane: ,gRSETWTN Ra.O INTEFSEGiION f1. CaY1m: ]a]3 un, Imormal on unn Lerner 1Ncoes ® I/4/¢ Me.e COT Polo 6 twW'n mM FOrt ColUns _ (]� 2/3n} Co ecba Lr CamuB snufiq Al. �`"� Rer W: 2ev924 tLm I$1,uClu,e O tm o..... NJM wrrDen O In.o. some.mu In INT.Noo® me vow: I sheet sxe..,: TReFFIC Isesee sn«Os: rnaa also sn.et Po.roo 624 maA WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 045 PROJECT: Mason Corridor — MAX BRT OWNER: City of Fort Collins — Engineering Department ENGINEER: Michael Baker Inc. PROJECT NO: 7332 The following additions, deletions, or revisions to the Work have been ordered and authorized: Description of Work: (Title of WCD): Traffic Signal Pole and Caisson Foundation Changes (Harmony to University) This work change directive authorizes the Contractor to install traffic signal pole caissons at the designated locations in coordination with City Traffic Operations. Per the original scope of work, the Contractor is to install all underground bored conduit, foundation systems and anchor bolts to support the traffic signal installation. City Traffic Operations is to install the remaining traffic signal scope of work to make the signals operational. Total quantity bid: 361 LF of 36" caissons Total quanity through this change directive: 311 LF of 36" caissons; 51 LF of 42" caissons The contractor shall provide a unit cost to install 42" caissons (51 LF) through this work change directive. All 36" caissons will be paid for through the base bid. The traffic signal pole layout as provided in the contract drawings did not accommodate existing utility locations. As such, the pole locations needed to be redesigned based on field conditions. Caisson summary; Sheets 183, 185. 186. 187, 188, 189, 624, 625, 629 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: , '; c % - �'6 March 12, 2013 �ner Date Recommended By: �r March 12, 2013 Construction 101rager Date Copy: Owner Engineer Field File- SharePoint WCD045SIGNAL AND CAISSON CHANGES D3-12-13 PAGE OF maxSignal and Caisson Schedule Pole Number Pole Mart Arm Length Direction k Caisson Oia. (in.) Caisson Depth (k) n Orientation from Center Line FG Elevation Bok Pattern Harmony. -- Pale 1 W Arm 30 36 19 22+96.90 23.41 1 Right 1 504233 14 bolts in a 20" DIA bolt circle Pole 42 17 23+96.70 32.62 Right 5043.19 6bolt- 25" D IA bolt circle Arm 50 Horsetootla I-- Pole 3 E Arm 20 36 19 75+79.37 14.85 Left 5038.31, Match Ext. 4 bolts in a 20" DIA bolt circle Pole 20 WArm 35 42 17 75+82.11 57.01 Right 5037.15, Match En. 6bolt - 25" DIA bolt circle N Arm 45 Pole4 NArm 45 36 19 75+82.67 68.20 Left Match Ext. 4 bolts in a 20" DIA bolt circle Pole 5 S Arm 35 36 19 76+81.62 112.95 Left Match Ext. 4 bolts in a 20" DIA bolt circle Pole 42 17 76+90.16 14.08 Left 5038.13, Match En. 6bolt -25"DlA bolt circle =Arm 45 Pole? WArm 40 36 19 76+83.97 75.53 Right 5037.01 4bolts in a 20" DIA bolt circle ' McClelland - -- Pole 8 W Arm 25 36 19 85+00.00 67.25 Right 1 5035.51 14 bolts in a 20" DIA bolt circle Pole SE Arm 20 36 19 85+02.61 8.69 Right 1 5036.20 14bolts in a 20" DIA bolt circle Pole 10 E Arm 25 36 19 85+48.94 11.47 Right 1 5036.12 14 bolts in a 20" DIA bolt circle Swallow Pole 11 S Arm 45 36 19 103+87.86 30.84 I Left 1 5034.15 14 bolts in a 20" DIA bolt circle .Drake Pole 12 E Arm 25 36 19 128+76.06 33.83 Left 5027+67 4 bolts Ina 20" DIA bolt circle Pole 13 WArm 35 36 19 129+87.08 43.07 Right I Match E#. 14 bolts in a 20" DIA bolt circle ' Prospect Pole 14 WArm 25 36 13 181+98.82 14.14 Right 4995+31 6 bolts - 17.75" DIA bolt circle N Arm 25 Pole 15 E Arm 30 36 13 182+70.72 20.61 Left Match Ext. 6 bolts - 17.75" DIA bolt circle S Arm 30 Pole 16 N Arm 25 36 19 181+95.45 82.41 Left Match Ext. 4 bolts in an 18" DIA bolt circle Pole 17 S Arm 25 36 19 182+66.96 142.76 Left I Match Ext. 14 bolts in an 18" DIA bolt circle University - Pole 18 SW Arm 25 36 19 197+42.00 24.50 Right "0.94, Match Ext. 4 bolts in a 20" DIA bolt circle Pole 19 NW Arm IS 36 19 202+13.04 16.94 Right 4999'22' Match Ext- 4bolts in a 20" DIA bolt circle Total Caisson Lengths: 36 311 42 51 Grand Total Length: 362 Original Bid Length: 36 361 April 10, 2013 Page 1 of 1 max Gate Schedule Hy Security StrongArm 28 Intersection Road Width (ft) Arm Length (ft) Station Orientation from Center I Line Harmony Gate 1 23 22 22+78.9 14.7' Right Gate 2 23 22 23+88.0 14.1' Right Horsetooth Gate 3 23 22 75+87.3 13.9 Right Gate 4 23 22 77+02.8 12.6' Right McClelland Gate 5 15 15 84+77.9 6.9' Right Gate 6 15 15 86+35.8 5.0' Right Drake'` Gate 7 38.5 15 129+92.5 4.0' Right Gate 8 15 129+97.0 6.4' Right Prospect" Gate 9 23 22 181+88.0 13.5' Left Gate 10 23 22 182+80.0 14.0' Right Lake- ' Gate 11 23 22 187+91.0 13.9' Right Gate 12 23 22 188+60.0 13.9' Right Pitkin Gate 13 22.5 22 195+39.0 14.7' Right Gate 14 22.5 22 196+24.9 14.6' Right University Gate 15 22.5 22 1 205+97.8 14.8' 1 Right April 10, 2013 1 Hy Security Gate Design Scale: 1'=10' 1 •- N 2 Hy Security Gate Dimensions 2'-6" %3� Hy Security Backup Battery Dimensions 4-10-13 n SPOT ELEVATION TA131 F y - Ct'D r I r ♦. I �t (' ele'darnin TUFTS I I �_� I NSF RAILWAY, Anal Ix kNi +# r.l . r w WAL I I. ETA 1—D > L.T 11a O Li O a. OJ n Lr kn rx TH at � 1. _ ii az l I I HIT �- � mc� L :a"t0a n r" J° Int". D _ T -- ape x»« re norw -'-- - alauza Duce - -e axs1 - __ _ _ ___ _ _ _ LL�a¢m 1 I� 1 s _L. m .. UTNC - ^t,0S -- II t ETA � DID a aRa' r'.Elk mrxl— _ -- --_ J 11HEI 3 I C F�"GN2 STA 23 80.0 _ _r 14A FIT . ivikes oIwl WIT �I11 Gate And LmPwr'. Z2' NOTES: p, -OFF.HE o, i .BRT GUIDEWAY ^ a z I ��sHO HIT aa�ie roe aSEI N I�r2 �¢ E-�- Nr I� 85.-fir-11 °i�afr wA w I r 'li .0 t xrosnr T PLAN eD0 PREFILE skzaz - Ka i '°xxbK n W tIrs iT�edDIT IL Telle- wlio'- ISM-'u-Niy^w9� I15 5 y5 I15 —1 .cr HE rum III -EGG eecuAe'xwP Tm.roiw IT-.3ear e. xgerrwrs w"u BE ro z rxw TEL—.I / J -.t - '� t Galt STA 12 ]aB 14.T ITT 9 E.or z azs. n IT ro t .''POLE2 STA 23,,98 70 32 87 RT a xvum J._ I He c�A to rntr. 22 gCCESS l" d 'or v1I '11 New Mast Arm(s)Length: W 30'8550' '"' ml New Celsson Diameter: 4T serrx dre m Lss m i \_ - �T FG ELEV:5043.19 cvnPFIL PL i n T 2 111 1 S ' sx t wove snIL e POA a` III, 'I+ Urnin ao. E.I 1.1 e 511111 1 I xzTunox _..._ eox. ad° ° - r ST *8690, 23.47 RT 22 Mast Arm(s) Length W 30 ea d Irs.� I r -. _ ....aa IT _.__ .. __________ �.� Caisson Demeter-30' ,�,,.I II -i Ew>oe.r<v NsswNi aPENT �o _� _ _-. m i -_ _ _ �' — _ -'---, FG ELEV. 5042.73 Ei VI E aa..�wz _f III I y .,w.� s r n' m _____ FErrrrrr.rrExr E.ga Fxo �O TZET Lxmxc E se - 'ri II �p.00 L/ . I d".is, }.- �o xTl s Fo I n n ,e 1 -r \---D -----r > z� - l°-- TITH V I'I IT 1 iLs4 71 xl T m z IS -c-�-I' �j V v305'9 CURVE DATA TARTAE31 Fl rl He U I 13 .6 L1 Se 13rJ0 ]0�45.59 L1 r \I I� " v w3 { I ✓ ASS/ONAC \ .....m, I. -•�V d f cn ml� �'� NCL� 15 ITT al —TEED I En c ""siEEEPearimx �. HE azz,m. It .vo 0 E— TM�m 4 10 13 6 Dare: 1013112011 Print3112 Sheet Revisions MASON CORRIDOR BRT Construction Drawings INTERSECTION DETAIL Project No. i File NDHET: ) 7073-B T i_SRoodwvY_InlDatall0l-larmonY ePn Dnle: cnmmenis mil. Horiz. Scale : 1"-la' Vert Scale: N/P �� ���x� TN IdCWYIfi �FN It.WYI-�` Na Revisions: .-.-I (TOAD INTEFSECTIDN f'L Lollins: ]0]} Dnit Inlorrnatlon Unit Leader Initiols Q Q mo Revised Designer J/S Detailer iK slrucrum Numbers r aaa:. aae vma: meal snm-1: (Towwnr sI sn�Pe� (TI}} nr na sneer rvamuer 183 C1-302 IFC a NA75 82.67, 68.20' LT � II Mast Arm(s) Length: N45' Caisson DlameteC 36' j 1 ill,- �� III FG ELEV: Match Exlstlrlg Mae d 'I ���111.t AREe exa Tee '0I� e a111 w` z I 1 POLE 3: ELITIA STA 75+79.37, 14 85' LT 12 D I Mast Arm(s) Length E 20' I n 1 Caisson Diameter 3fi" FG ELEV 503Tim8.31 Match Ext. 1 [; ' "-1 + ; 1 i IT Al s dsoex IT x - 1 m AT An framer LL,_ 3 J Laoi 1 Gl] STA 758L3 13.8' LT x ( eMY! "1 , Dow ALI Lee, 2T rwrc ,-0 rxl rim° l r A�! E. u;o , e III O 5 Ae' # Lon. .111 ITA l o roe `AIR. ITI °:F'$.o r IArITVT r°0ol Is'a°EL-w'wRg` SPOT ELEVATION TABLEALA TORE f ISTIN \ "�LT. o I,III T-Ai rs, y f ILIG LEREE . wmw ELL A, e. ji ATA PERIT - ofA 11 m ATKrollieti-+ IT STA Pi 12M LT. — I.1 EL-111 REA sorrsl E —I. o Poet rend ro. To .elLIWIIA LEGEND[ ��we ITHX� 1� , --��_ IT NOTES: IT' tie, e wm�w'I .�e AI 1 zma ovn¢ u . Ts � a w mx"eir coreu,.or ii"d`°wires' �'s oin'i s II L — �- r"aw wv J • .wrt,mur LKurenua REAR er iz .________ Tor or aT ITS I. Ni.vexTr,J{9rm-'-Hs—nS=V ` I. - 4 r nuwT.—. .m,�i IT,nmti d — ITS } —ns— r POLE 6: -I ns Ts-BRTIO - ..� rnte >a..o rsrv.nms me or ras i— fO I� u5' lije '0' w ,m vxcss or,ee.ur .rz °_ `I s ` ee STA 7fi+90.76, 14.08' LT G°led Trop ¢ _'pint_ Mast Arms) Length: E-20' 8 S<5' / STA n.02.8. 12.8 ITT geImxs ---------- ",w,"°T r"a""T I n Caisson Diameter: 42" cam Am, Lmgn:2Z aros Ixw rxmeKss - .M.i1.yiW xI' r Tel FG ELEV. 5038.13: Match Existing _ _ _ _ - ._____rt„„e„„T DATA TABLE i - rrewvs ,. wT—�cuRvE . T0,0.1a WP! elm _ to alwall — STA]5.a0 a 's'oe nei�3i Lazo si e. IE I I'I Fi:in II Irx . \ �.w s tree I tILL o Is 11111 al li �I McCLEL1AND OR. a PIREATTI 1,u AT O �L, NO Re IT HT� 111 71 M ITT . .2 r. A IRV e ILI LET �° A.13 ran - [ mmois"�v�si ` let.III OC FvwMn nwo`ie'rmml Rj. TTI 1 mmerwu,gsi �n,or I rt - ♦ N, c o«rz r.vnar -�� e u li'i5� AT I ec OLE 20: I 1 .. _' __ - �' ---- rA 75+82.11, 57.01'RT 'I DALL UNCC AEA IAC EL ast Arms) Length: W-35' 8 N-45' p 9 s ° 'p �= y;'' on r.; �I °1 °'' -- — \ �..."r:".n`arq'"`m....s BEFOREmVOU DIG T4-10.13 aisson Dlameler:42" 3 ELEV: 5037.15, Match Ext. ' I• J91„ll Tra.ie U=°G wi#q — o+mv s..' K w r, ' p� � 1-800-922-119987To Kassee. To,woT.T.InTLLE.I LoE r ., ...... 1 ..I v..ili _ neia.'s'sspxl. W.PcX TA ,Noei I MI u so �^ �� —�riA ,—„—� Tt c. Pam Dote: 11151201 Sheet Revisions MASON CO POLE 7: nstruction Orawin s 9 INTERSECTION DETAIL Pro ec j t No. T. Name:70]3-8RT_SR.rRA,o,_IrtD.r,iO3-H,,rsI m.nen Dote: Con.nenl, Inn. STA 76.83.97, 76.53'RT HI S°v,e: l"•10' Vert. scale: N/A LCr"Re" II�� Mast Anne) Length: W-40' Revisions: HOft5E I0DIX ROM IMER5ECi10N FI.Caev: 7073 Ltit Inlormvlian Vril LevGer Initials �. �LNWIS O8i55W Diameter- 36" pmigner: JAS SNuc Wre 0 n FG ELEV: 5037.01 vises: Deldler rK Ne.Een rn':,m ewe ° vole: ter Sheet Somee RD>DwAr smel seep alas or vo seeet wri 185 C1 3(19 FC Pending Issues Log maD: Project: Mason Corridor - MAX BRT Contractor: Concrete Express Inc. (CEI) Project No. 7332 (CEI project number 12-009) Date: 07124113 Ref. No. CO# SCC Spec Section Item Description Date Requested Amount Status CCR102 no cost MIS trench backfill in lieu of flowfill 4/29/2013 $0,00 MIS trench backfill sand/compaction $112,548.20 -not approved or considered CCR116 done Retaining Wall 2 block specification 4/23/2013 $2.792.38 Pavestone block specs versus type needed to build wall height CCR123 rev done E1-1,E2-1 and E3-1 extra work 2/1812013 $1,806,08 ($4,69648)Restakinq alignment, work around utilities, sodinq backfill matenes CCR142 rev done C3-1 eMra work 2/18/2013 $2.16476 ($15,083.06) Connection to 8' CMP, conduit repair. INC3.1 oracle changes CCR148 done C3-1 extra work' inlet changed 4/15/2013 $0,00 (See CCR 142) Inlet changes to C3-1 due to desiqn grade problems CCR161 pendinq Curb and gutter damages (ESD-Growling Bear) 2/13/2013 $1.521.90 Cost to address damaged curb/padnq; need final T8M costs CCR162 done 101i,e and Mason Utility extra work 2/21/2013 $2.737,84 ($3,465.93) Chances to inlet location, utility locations CCR164 I need info Mountain and Mason Pamnq edra work 2/22/2013 $2,1%00 ($4,423.82) Extra work at Mtn/Mason to reset pavers, chanqe inlet and flatwork CCR169 need info PVC underdrain at MHB3.4 3"/2013 $1,984.30 Lost time to repair and restore 4"underdrain CCR170 done Electric vault abandonment 39/2013 $1,060.00 Lost time to remove electric vault and concrete encased duct CCR171 done E2-1 utility conflicts 3/16/2013 $2,060.00 ($5,105.00) Lost time to address utility conflicts CCR174 done B1-1 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 (Mice) CCR175 done F1-1 edra work 4/15/2013 $0.00 ($4.199.10) Subgrade, removals and utility work along Ft-1 south of Prospect CCR179 done B4-1 extra work 411212013 $0,00 ($6,353,311 Edra work at B4-1 (also reference CCR088) CCR180 MSO pond at Spnnq Creek 4M1 2013 $2.092.50 Storm Line SC1-1 into Sprang Creek - Beaver Habitat CCR193 pend'mg Manholes and inlets unused due to design changes 517/2013 1 $7,18700 Edra materials manholesRnlds) from stone design changes CCR198 1 2nd quote regd Top rail to chain link fence- Dellenbach 6/1712013 $997.50 Add lop rail to chain link fence at Dellenbach -Swallow northbound CCR199 done 2-Pole contact kits 6/1712013 $5,671.05 2nole contact kits for liqhtinq control at stations - RFI052 CCR200 need Cardinal paint top coat - Coe fixtures 6/17/2013 $1,21170 Cardinal paint top dear coat for all A roves - Cole Lighting CCR203 done Wiring for LCC to camera and 1VM locations 6/2112013 $90.504.00 Furnish and install winnq from each WM, camera pole and ECB CCR202 done Camera Poles 6/20/2013 $30,818.55 Furnish and install KIM lighting poles to be used as camera odes CCR204 done BB Poles at University Station 6/21/2013 $14,425.95 Furnish and install 5 BB Ades at University Station pendinq Access Gate changes 6/2812013 $89,979.05 Access date changes including edra pads Pending Billboard Relocation at Horsetooth 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 him vs 350 in bid Add depth of concrete (s Jn) at Mountain Delete tieing from contract credit Delete H2O load rated vaults from contract (MIS duct bank) credit Delete waterline lowering at El credit Add allowance for specialty signs Delete truncated domes at each Type I station platform credit Light Poles B2 at Horsetooth reduced height credit Reconcile all ITS/MIS items SIGNAL PHASING TYPICAL SIGNAL ITEMS }°_--— — — — - -. E%]STING PROPOSED ITEM DESCRIPTION j OF _ �� POLE 5: ' STA 76+81.62, 112.95' LT X. FaSIF., — CA". rn[ A 7 a5 r)a Mast Arm(s) Length: S.35' ��° Caisson Diameter: 36' rN.. c eww .nt nrN NnT o FG ELEV: Match Existin o re,rr c sw. r[nv. .n[ 1] 3 P 'o— = } r `A• t. �p +— ,.„,Irx,wr[rto CLIAN—F �44 z �. i - - �� 10 II 'I�'-' x era^Aa Ha .u. no ,Nrzev.L .. - 1 F10 Fo,w w' �_ a 1 I Lq-••li ,•• m rto[sry m[ eACI ME + , ° :,ter o- v e;° ' I b:v:I. Sw�s o a ..`wdv'°' : R[ ° .v , , D .[nSTN1., NIGHT OUTTON ro SIGN e -FEEL ,. ALI BNSF RR : _iezoaE FUN AN, B O I.Nnc ewt [gFMLII ro GANNET ............ ...................................._ GIG N. } aI Mnen 1........ 0 FILL SON 11.11 R_ ___ ro °...,. _ EIIIII.A Iu ,,°e�e:riNr. OACAAAI______ ______ CHANCY 100I CS 1. SL"NFl. ANY ING-110 .1 THE CITY a.n a[.«x ,NI[N.. wv [m1, ro N •!• znM 3 _ , I O ao.o FGN \Q�° No 1.I1 Iv,ww ONE E".'.IFeo-rlly .RT. � x] �o- ' 1° . 15 'I Y 16 r Vt \ �Y°L. BRT GUIDEWAY a i O .1 •,°I w ME ASAIrro Fw - Er[N.N .wa[ AS ANNIN c E,••T a..wl erGN ,E NIGHT I,n _ _ wa 1,P-_� _ _ _�[_ _ _ _ _ n,xN OF r , -a e l AllQ ® 1. Aa[vnw .11 ro ENSI g • zs Io _ �D LWE,F. OPERATIONAL NOTES 22 N° 19 ~ .—CAL °^[e z .NAS O �% I.,aO No a[AEGTG� AWI [Npnw 1 - oe NINE rcr[cNw C..A F rNF11[ .Er[rNr ro N.Fwr ..FE zo 1 S GNI m�r.clEN .° INCTALL I' : NANNY e °' �N�77 I—; ,°„u'+S:vo:• :A. Vr MCCLELLAND DR. GENonoa1.11..11 COW _m r NALL, i M FLASHING YELL" .NNE. 7 11.11L °o::nciwsIINK MEIIHIm m n[: :wtn°rw '-� —.--r, c.e,er ,.amo.. insi „e n PROPOSED 9 }t OEA ry AN ., ON. ANIL y .. ---'ECESIAu --- - ® PEDESTRIAN SIGNS PROPOSED TRAFFIC SIG N5 / '•T9�C __��RENES,l ITS TING 8 F !�I `f Lj�eI IOULKMFII FRIL IS ON FICISTRIAN WTI..E ArAl. 010.Y ONLY .w •Pa, .+Iur°�'a ii� T PROPOSED SIGNAL HEADS a S. .I THIS LOCATION 0 pO F W •S, ..I.[ FN.wI .mow gyp..... .!� x In .o roro.ra n [.In. k [NrS11A"O"°I F":ir °' z i= w. ':yo p �_ ANS I,®e RESET R 0 zO cn'YOyw.N SIGNAL HEADS E VIFRE STOP NEREON 0 �: 4 ®" ®" ':;E °O .S> c�a...... �:5", Y • <iz R-> R R AS j FO SO I],n:2 ) B 6) G G { m.T.ACTw wxT �rxwer:R:E wxsr` °cc�[ �I. IK we cNF rwLl m,INc 10• ° 2 xeJ q _ 23,24 fl x5 1.,15 .10.13 4 wim ome: z/D/xolx Sheet[Revfsions MASON CORRIDORw$RT Conslwction Urovings SIGNAL PLAN Project No. [ ci. No zon-eaT_sT101rc_si EEmm.rDz-HE,zelo m.aRE o0u: cEmm.mS mil. Norit. SCOIe: 1"•ie' Verl. Scale: N/R IH/Ix ME.E WIN Polae 6 CmWil <iM IrYn No ftariaiona: HURSET007H ROAD INTERSECTION fL C°Aim: ]e]] Fort Co —pins Unit InlOrmOli°n Unil le°Oer Inili°Ie x/J/Ix oLNI.E LA COnpnI JA�n ALM y — Re, led: De,i ner ATM lbuclu,! F o .EE MIEue,: N w M ro ,a E e°vz ze �Ea; sneer s°Eael: Taune To., EI so SH..l r„ nnow R91 CT-309 IFC POLE 9. ... .. 0 STA 65*02.61, 8.69' RT Mast Arm(s) Length: SE Caisson Diameter: 36' BRTG UI FG ELEV: 5036.20 1 mwr w xwla vwv¢. QQQ * fj o-.-++-r-. yJ�r POLE 10: STA 85-46.90. 11.47RT d - 'Mast Arms) Length: E-2° „ Caisson Diameter: 36" var®srL YU LLtV' aF On[ a.n[er f.2L 2 _ I n _ s I z w at w Gato. marls am Ormur�w �e�: rw sV.06r950, 50'RT Gale A'm Length: 15'------------- -MCCLELLAND DR. rtat na x UN - nz 1. O STA 65-00.00, 67.25'RT ti w Mast Arm(s) Length: W-25' Caisson Diameter: Mr01FG ELEV: 5D35.51, Match EiD. a w. SIGNAL PHACIN . PROPOSED SIGNAL HEADS Re.c.n.rr .rnx. NORMX O O a.cxn.rc —� OPERATION _ MIT fe .�m.sr°rc.rm+ t© OI SERwtV C51 RwEOI.ESi ° In an scRll uxsr PROPOSED TRAFFIC SIGNS v OSTOPIsmnNERE mO O EXISTING TYPICAL SIGNAL ITEMS ITEM DESCRIPTION PROPOSED ra 9 I�ssrm.w ww mrrw wL rur rNx wsr .w 0 o ra..rrc:m..RrClt— H _Y __4 aoE.r.I.w xw.w HE. r D >Fa:r.- mm mrrw NM slw I_ Q T-11C ewxr mrT.111 as .1l 1 ❑ ❑ ur mr 1 O wvw nw + i O u.sr .vu w ur rwnm na f� ® rlx ant ro 11.1t — D c wm a was Cn OI vIXgo[RCrY IX c. Fit, N JDJS-BR1 SlrollC Sg..IPbn03 Rrt MCCI H . 5 le: l -30 VertSCOIe N/A IlmdEry ® Sheal Revisions MASON CORRIDOR BRT r W C_LL�_ WIfs �� _ AO m5 c sce Construction Drawings SIGNAL PLAN ORi/MCCLELLAM DRIVE IN1fR5ECilON Project No. Dote: Comments [nit. NO RevDions: FI. C014ns: 10J! IH/10 MhE GOIe Nolm4COMJiI ATM Unit II maton Vrit leoEer lnliols O RwisaE: Oeslgner. ATM StwcW— Nemner s s O L] vnm: Delmer wM Sn'-" NOmnn 625 SM1ee 5unse iRAFF C ll,,l We a1R19 .1 60 C1-302 IFC C] 3 o P� Jv ry av Q sapi Isrol a0rao;an'o J r� wrc wsmc L'. L nciru":i 2ii "I NT,,1 .11 o z,.zT, II -- s - -, - _ S.I II is. .xu r.1 0. �r.POLE 17. -_IrSS �� w•5e�_ r �1- ,Im �STA 103+B7.Bfi, 30.84'LT ---- x us - ls T5- ITS a.=1__: - - lu.a a Mast Arm(s)Length: S-05" Ns ❑._ _ ��N - Caisson Diameter. 36" FG ELEV: 5034.15 ITSTS—❑ —su— la I. p - p ��Y;4r i x -- } :I-n-�-.. NO �E1— - xm 0 BRT GUIDEWAY - - _ % a1 Pe ,w „ —TT a Ili .w Qr �� �`. 1. mKe..ra -m r i uis orTwweea.r( J.\vv�a\i l er° wass.Nn _•�-_ I ter•- w.ae�i5ix .lmax r sT.w•-nr _— - LEGENDn TA \ v• m e m mm /�t�`AL-'E u.rw ob 11AS I� 4) ♦ , \ / 014 ITT u.rw ar 1 n er nmrw uo. V1 \ _ T. re.r«e "e 9r ry 1 ro .wo o.u.w IK�cTT. ll.l r.Y n4-10.13 VIASON CORRIDOR BRT �M�.-"`S• „ts.. �rU SLNW 1 j mo P0" ConStrucfion Drawings INTERSECTION DETAIL SW0.La. ROM INTERSECTION Project No. NO Rea sions: EL Cd4ns: ]O)3 Fevised: nesigner: q1M Slrudme 0elolee uM Numbers Voia: Sbeet Number 186 Sbeel $ubsel' ROMWRY Supael Aeda: RIJ6 vl 1]0 r1_3ni IFC 12 128a76.06 33.83 LT Arm Length: E-25 on Diameter: 36' ° LEV 5027 67, Match Ext. - 11 ITT, MATCH EXISTITS TP IT ITC "A "ITISTI I I TITs U. —la ITISI: III Ns.— = MA 'cd ,a.P.i ..ePIT' „I A IT I----,..tin--��_�:.� ° —`— Cum __ .it G'.ITLITTLISS L_ 11 — Sn's— AII ST;112";Y I ..,wrie—Pe =,ZZ, s 1 s1ee� 'I I I I;. I I` I III I � I 1 Ilr FRe Name:7073-nRLSRaoJroy_lntDel°i105-Dr°ke.tl NotlzScale: I'-10' Ver 1. Scale: N/A Unit Information Vnit LeoEer Initiole O d v.a STA 129-87.08, 43.07- RT n ' Mast Artn(s)Leng[h: W-35 ' Caisson Diameter. 36' FG ELEV: Match Existing —_ tm a P{a n°tm"ci.. ,TACTI n.3 ITT — ` n I � I �_•-77 — — _ _ — . I , 1 I ill_! � MASON CORRIDOR BRT conshDccnn Dre �,(U l I.WL I.��` Fevisetl: ITITARRI ,FICIT m.,�e:.",z`m`wemrcn` ,,..�. ��m .ee ° a f LEGEND; 'o,,•, 71'r .G�' /ONAL EN NOTE I AT w6ss oisuIsiss�rw�a.t .:r In. _ .._ rcn.µoman.mcltw IPS InITINg n-u.xr.. See .cx u°' CUST uwisz"mKn.ly. . -- rt�,w —.�e O CYNATINATE SARK ACTIVITY o Insle, TATUM PA Wee TINT PIT OUT � ' T.,IT,.a I— IsTILLIM -Der... 'wmo h • » w ` nL"a cATIL e, °w 6 p mil Dlcs 4-10- rings INTERSECTION DETAIL Project No. DRAKE ROM INTERSECTION RL011ins: JO)J Designer: AT. IS, -tee Oeloiler: ATu Numbers on—,YsY II... v ..r 71 Sbee1 Wmber ' 87 ..TIm EXISTIW rm.iu.'.. I -Ts t- BNSF RAILWAY W.-TM Gake e°'IT_ GTA f aHaa 0. 1J.5' LT Gam Ann Ler9li 2a' _-----___- --''-\ 182-70.72. 20.61' LT Arm(s) Length: S-30' 8 E on Diameter. 36" LEV: Match Existing-------------- �e - - .Ti----- Emamaeftanrro rat ym°T.a're ;,,oT - srnlelres �' II t �� I 'jL" _ p9 - 1 Stl —e11 51 � etl N —s gByq%t—s1l SIIALII Tej arc �r-` G u Ala r n a<e Me a r __ s zw ax nso 1 1p)� �1 LI I II cn<10 z "e° I I-��- a'd''w q. 1/ .1'STA 182.Ba.a14.a RT E1Q :i°�-"�'�w.o III Po:6 nc 1 � �� : :.cT Got. Ann lnnsln:xz 181 98.82, 14.14'RT I ii 'Q ,a - Tal r� �«'aTnmu I'Mv{M lrt� on Dia Length: N-25' 8 W-25' l I Tl son Diameter: 36" I� !LEV: 4995.31 0 m a SPOT ELEVATION TABLE nl O Q] 192.5a.I'll lri aTam =.wT m,ree sac ALL — TI. Tor ... u. san- o—T. LESiEHQ, IxM Pni OPaltutynlaa�.T i I E= d QS Tua i o�n� ll a1.T �me n NE-1 I. .wm orw[ 'Hi a-10-13 a PTim Doe: 11/8/2ml Sheet Revisions MASON CORRIDOR BRT L'C tom- �.�U lVu`W�LY fAIIII .vF/IE M&W eSTE. TN MNsm aw., Construction Drawings INTERSECTION DETAIL PRnSPELr ftn0➢ INtER5EC110N Project No. Name: ]mJ-aRi SRoad.ny_In\aeloAabfrosne=.eqn Date: Larnnents In.,. No Revisions: Pt. Collor: ror} C. ,briz Sc°k: t"-In' Vert. Sale: Pi -Fe Ltit Inlorrm,bn thit Lender Initims 5 Q R.—cl: aeSi9ner: A1M Sy,E,.lLee O<lniler; A1N N.mate, £ Q Vom: seem 17lo, 188 sneer snenet: NoenwAr sa.et s.et=Rtle m na C1-302 IFC � II .E 17: 182+66.96. 142.76' LT �� S-25' A.h 4mo...- - -SL—SL DJ.Length: son Dlarneter: 36' 'q _ z,_aa,mwu� - \ nsr.:� . - ♦wrIs.wu \ ELEV: Match Existing - — - - - — � >'m mno eiar or v..rti. . Pa.1 ar INS XDTN HT MATERNAL n .ao w �I,w WEST PROSPECT ROAD w _ _ — x 1 y LED I ITA all ilr LI U ~11 H EST — 7.4 NOTES: L ri.EXPENTE..,...r., 111 _------L POLE 16: .. s� .T..c ur RE tw ..ra -�- I 4 �. ^rw s STA 181+95.45, 82AP LT _EP M LIP IF ^'^ "- P .. .m raT_ c�� II , ' Mast Arrn(s) Length: N-25' - - -- -- ��- -- -�y�-D1' Caisson Diameter: 3fi' i rz P.n.r.t s.., ¢ Ne.s mn mwxsi ,m , FG ELEV: Match Existlng LEGEND. lqzmravm .00 c IN RETM.UNS ..I — — — FT..I I. .T ALL DITEFEMNECTEDIND M al TEE LYLE AND m� =mPm an� F� LIP .^n....o ..mm P...a UTTER U E1 ,.s ..1 x rzva emu¢ L� 4-10.13 INE­ Construction Drawings INTERSECTION DETAIL Project No. Na Revisions: 'NEST PROSPECT ROIL INTERSECTION FL C;Wl: 7073 Revised: Designer: CMF SU.slue Oe161ar. EV NumEen vim° Sheet SuEvel: ROMW<Y ISbael 54ela_ RLl9 0l 190 SI'eet Number 189 C1-302 IFC ROADWAY NOTFS I . A� I ST IF I ENC AN G ICETC - 1. TNE Ce"', C, ...... 11 a. IN, I ITCE, ENE 11 AECT"C", —Ime -F -F 1, C, I AEI Ia�-CTII� ITT'- ENTEla ATIM Ti— aTmAAT[M 1, aTE TAAI 'TICEITFIARAIIA] ITT ETTI11. IAIIT� ITT, a Ine a- HIEN-T.- N.N%. 0 Tea, ITT ANTI1 1. ANNITI�TAL II...1 CIACTICA11ml I...1 �J- 11 -�T- L-1 ITIFER.11m. m T- -.I -,I, I 6, SCE VAI11IQE CHEETS Fne —TIET-L WNTATATIN, 7, SEE aten AIL TTm I (SWCIAL)CFTAR �T PECT"m EAaEAENT nNe Aa[71- 10A AUTTIENOt Nel—ITT, =.0, J tan"INEE ..T-T.TA -111 1. ANT NENAL Ie,aAAAT- 13 9- U Ege Gaw Are Length 2Z Mw -1 LEGEND T.ATE. ....A' - " ... CATE - - - - - .1 A WED z A . ELFAP 'y" Ej— ..IN LEA w EL TM The UF NET TIFTIPIC 1..TT IT -TENT. FE.T.1- TIAN . ........ . J LET A. LAKE STREET. e..N, It LOT T-E TITICH SEE ITEE -11-1- Ann PARR I. !,PARKING Ta, T, (Clat CIA 5005 5006 500'1 500, VC gaage .,a- IT, D02 500. 0 tC A 1..2 LEA 0 al 1 1.111, Ne CATELAII 4998 —Z z 7. A, �9.5 A tqi jj I ACE 4996 ,3 00 w LAI 1 1 1 1 " 4994 4g9A 24 4992 -07T� IT,- an — .. I — P-1 C, — -j A,T, Am I A, A I ni Ann— 499� T I 199 1 17T L"T CT TmFT.fff� aan� I M 187400 89,00 f.) +oo E-oct'. --- 94-10-13 ITT "Mil" Prnt Date 9/29/2011 Sheet Revisions MASON COPJMOR BRT ef AEC�dlhns 3-M tTC .11 CITUCCE AII. L65 S .1. gTee. �TE. C X. le, an I —CENT, En ATIN AT Constructiln Drawings ROADWAY PLAN AND PROFILE STa, 187+00 TO STA. L9L,ToO 1 tr2-j!—cl Na. Ffle Name 7073-BRT-NRepdAEy-P&PJ7 data c.m-eal. an N.a;,,qC. E.g.ram 7 ..rit. Scale 1-20' V"I.sCre: I UnTt Tafic—Ation J6, L..Ca, fa� R.al.md: '11= I. Cl-302 ROADWAY NOTES V=lo IF I � ALL S Arlo ANS OFTRE IS AIR TO TFIF ALL. -ISS INR.FO' maar� I -A- - A-A- �LT J- R R A - 1� or DFOAFI�IS LAYOFF . FTI ADD .11 A. IFF—ii-, I4F3A 6; OTA", AF IOLI. or flff SIONDIETIFLIFILETS Z'414.�o To I'. A SOUTH MASON ST. Ira .111... IFF-T.- A. OF STREET P-1- LOT -AFL NONNI plwwl 11.1 . 11.111. u 1 A I AT .1IFFIRCLARS OPTIRS '= ... .. ,iAAE S 1. 1". liploi SEL ..1-1 A'. TOORS - OR M=3DE'RISTM .1 I SOLILA, R- "Lar I FRAEOLIO TELADDIRARRY �STARJCTIFW EASELAT"T FRODI'Ll .'ITS rut Rool IF DRA, 000it- Fort, .11. L I �f I BNSF RAILROAD I, ITT ORAI'Aa SHEETS FOR ATI WORA44TI00, -1. t I I I I I I --t t I T -RAAAFRAT FAARRENT , -, -- , � � -.1 1. � t - natfic I' A' :L-A4- 1 SIL OLAAROR It T'(PL 7 (SFlt(IIAL)bE1IFL SkILAREET R17D rm vi— . I AAI— A, I . . . . . . I Gato 14 T I -I I-T �l I-Sfh-ift A' 4 4- + 1 4-1 signal sole FORAFTFOA, A ILL.:- SLEFIS FOR S'IE I , 111 AUT STA 196�24,9.14 T RT asp nWh to coo AND - I—ATIM Gale�[-Frglh 22' 0 19-ft L A ZZ LEGEND FFAF IS A- RF-111FIT lKL - - - - - - - - - - - - - - - - - - ,AAD �7�o in S11- -AtE7 �T-'� — 7 STAFIR -: r - - - --- - 77-72. STLARDRAILL GAINS 13 AIS 2.�OSR . '_'RAA STAS 195+ 90.14 !IT EIN. .. �llfl ll� OFIIAI ­. 11. OF "I Got, . D 2 b TIRE OF FILL FAIL - z ear, ..IT STA 197�42.00. 24.5' RT EXISTRAS RD, LAKE STREET- M.stAmn(s) Length: SW-26 PARKING - - - - - LOT- L Calsson Diameter; 36" "A'STARI FASELIEL PERFAFEll LASTIEKT "RKLAO I IS A. Ill I -1iI"FV 50011911 MWITEAt T F RETELLIFIA ALL 1-1 A, LAI AT S.— 1. I. IF RAT. I.Dl. LO' Iia�.TIIRP Fola TO (LA5TRLRI. was same 5006 same A., So 500� 500, 0 5002 j 500? DO 5000 _zz I I ADS I w 0 zz___ 5000 A - - - - - - - - - - - - A XQ A A A., to A" to 4996 24 --LAT, .1 ul-ly POOF ..A, A T. I ALL AT L RITAFT OR FILL A99 1-4 A N-T 41 N., i 1 -.4�2 �4 - - - - ---- -- _7 -1 -� IF Iv� 499 A-DO111 FIT R 1 .11 —11 &1 V % L "�;? T97.0 195TOO vsFOO t4= FIT .1 D.W 9 27_201I Sheet Revisions MASON CORRMOR BRT of AECollns =-= Cons u ion rowings c ROADWAY PLAN AND PROFILE SIA. J9� TO STA, 199100 I Project IN 0. FRI, ITT-, 7073�RT-NRoodAAoy-p&T,39LdoD DOFF; CoOvr I No ReAisions: Fk. COLSOR: 7073 II -Le. SI,TOS: 11-201 VA't SITIA: Ill I IDIOOFOO-A. -Al I—Ar trOl JDP JSL,ucRRe I — I ITS SLNSw ot�.STF.m '__ To W226 720 S14 Too I ReliSed: P11-M5.:7 �..��Y '�NAAF� N=� VTFTT 104 17D .11 I� Cl-302 A - ff BRT GUTD BRT B.s Gate 14 holding JACK CP STA 196,24a 14 6' W Cute Irrri Lenwh 27 possion POLE 19 STA 197 TAII 1. ,1 All 1. ., TATA " " . Mast Am A, — All IIATT y D W tnTTET AT TFOR Fin. . r I I Caisson FG ELEI, " A (TAIT ­ITAT In I-TAL' � . .Illln. .111 ITAIIIIII .� T.n." . An, ..14T lA T,lr ITEAL . 'IT.TP4 (IM SIGNAL PHASIN PROPOSED *11IT1 SIGNAL HEAD IA�ITI S'Aual, 4 TRAFFI w)AEAAWT 1,2,3,4 PROPOSED TRAFFIC SIGN STOP HERE ON 8 1 Al. 24 XM' (D(D pole ------------------------------------------ :MIH111111� - I I � ----------------- 24 S'RT , " —T— g1h: SW-25' AT — it. 36' A-r -- - -I — � — I . POLE 19: UNfVERSITY 94. Match EA. L ITEM STA202-13.04,16.94'RT STAT10N Mast Amn(s) Length: NW-15' EXISTIN Pgopnsr ITEM DESCRIPTIO Caisson Diameter. 36" FGtEL�E2V:(IS439�9egtne2r263Match EA. la —ATTIAA — —TIN —E X. MM I' 110iiiww TRAFFIC SAAT& TITLE 'IT' 1AIT1 AAI z a TRAFFIC — KCASTAL TITLE 1. 4a 1'. 4. �RAAF A� A­1 nA. .1Tl IAATlAA­ —TE ;A', Tc -- — —T A'— jr TATITE REFER IT 51—ING A01) P—HT 1AINING FOR WTITAITED —ur— Alft l­' T-11— L.1-15 AT THE LAPE,-11N, PlrlSTRE� Slllli� HEIII —IRIAA — ATITTEll — Al- C3 '.'I. 11I.AL II — I..' Uj 0 TATILL RA ------- ------- —I, 1 40 -'TA 4� . III . —AIE. AT. — —APTITIA IT — I.— �Allll 383 1�1. YMED KTE�TllN CAMERA 11 — 1p, r— C=) Ito evisions MASON CORPMOR BRT c""" Fon .1.1 ['�AVA. AT I I. I IT.1- .11 —Alfl[ll. —;A", 22166m Construction Drawings SIGNAL PLAN J,AT]K CHRISTI.Sill TR�C� I Pl2j!ctN H.Al" S,Tl,, V.rt.SAdA: ./,AI i I no .lT. a', A.T.A & U.1 ATM 1 Ulit Fnl.r,All.. VrAt L-d- Ini Pols �a"-t R Vellsed: old rnl"Ii'�'629 TFAAFATFMC f Cl-302 IFC ROADWAY NOTES 3 I . ADD bI Tue.o �. DFIDETI ee To IN` ------ Oj , L., 1-- —.—. .1 boub"e", mL . iem'I NmN-T- -L:, IT 2, Sm CUT I'm L"tUT b- :j 1 Ite -'TemT ro-me. till DIT mu RNEDTI.. T.Il .11SI --ree, numb, ure, =T- bff�t[De. I. Nou brp= 11 eloOL1.11 1. DID -e be DID, 10,ut S .;I'- I.VITI. iuk.- 1� �'Ir mim-1 re- . mi Derme 11 be -Ti- owbouTim, bee-IM&T No. me"i 1 - mo N, T be- e- eb -11b Ib, Ium I ilemo, I IV ituebeelobb meenere, 1. To, ou.-I 11 1 btrDeu, .,.It BereF FIT I.' ie� BNSF R1 R LEGEND. -T D.eT1.-m. —1 1 T or. I_, ou" T. Dimbil.u. AIRW , 11� . -T 4 1 1 -.1 T-. I ,--I I- 1- 1 4 4 . ......... 1-1 On WIN I Do T1 - - - - - - - - - -- reem., E-ee- - - - - - - - - - - - - - - - -- I SOUTH MASON ST. �!j — — — — — — — — — — — — — — — — — Ld 0 - �zz .1 Z4 E,uT tD,T7N TP U '. 38� T JTSJ , Dick 11 [!—Ir P me 01' or Lu 0 z IN D' 1eD ... ...... . .. . ......... L Try D, W umue, 31: �W I IN 1�1 it ou 01iD RD I STA 2M,97 8, 14,9 RT - - - Gote term Ler,ft T—If -'e em. I E eE -7-- D, I/ I T T 7-7 PIT LCUISS 1 1 6m TDL Domm- �-� -- - 'I- 11-Doey — e, Ter D I -Eiem J, T I '.."A. 1-1 or I .1 let, q HDL - DDINT011 2111 Do kbuoi I� Ter T DI I.T. L-Abb hl- "-(I > 'hD I rel. 6 1/ 1-1 1. 11 be III 24 (1, SON k. eaborm, - Do I.- Ibmwbeh, (6 �Nm N. ubbeebtem- — 5004 0 5002 w To ITT z 9 N, ri T ou, 50M z - - - - - - - - 0 - - - - - - - 3: 00 12, rt R 1,41 GJT Ll zr SOON 4998 W er I P t8 Dr. IT. 1 4995 4994 .994 -boDeo" Due :11 eT L11IL13 LB Sit z EM ------ -------- .1.11TAI L.10F T� EAST ": lim— 4992 1 203TOO 20NTGO a 2 5 205TOO 1207�00 :9. met- Eimli Do "'uh Print Dote: 10/29/20]1 Sheet Revisions MASON CORRIDOR BRT —W �Ih NOTID IDDIDE 1VmbE Tel btuill. DIL'oX DID... -IT i-.- Do .1. 1. mm,-- to ". bure Construction Drawings ROADWAY PLAN AND PROFILE StA 2031-NO TO STA. 1208,00 Project No. i Nome: 7073-BRT-NRurd,my-p&r4[ JW Note: come, m, No Nb,,i,lom� 11 �Dhm, 7ol� S�.De: P-20- Vert 2L- 1��-2 -2' I.I.-WI.. Urit Le.do, m me Revised: b.ir: Sheet Number 106 1� R56 of V70 CI-302 Pending Issues Log MaD-44*[ Date 07124113 SCC Spec Section Item Description Date Requested Amount Steens lPending Total: $3,959,686.87 Change Order #1 Subtotal $51.21191 Change Order #2 Subtotal $71.910,39 Change Order #3 Subtotal $51.037S8 Change Order Ml Subtotal $220,240.42 Change Order #5 Subtotal $1,779,894,43 Change Odar #6 Sdlbtotal� $95.111,62 Change Order #7 SuctctmL $38,343,96 Change Order #8 Subtotal: $50,896,32 Change Order #9 SuctotaI7 $55,658,10 Change Order#10 SubtotaI7 $55.287,42 Change Order #11 Subtotal $51, $2,521,M5.53 m8l ' �U m! 0 IS Com $31,886,878.94 & ldj.�712=7.,ILI 71T $35.846,565.81 issues as a %ot UortraCt AMOUM 12.42% 1,..a.ng change order %(as approved) 7,91% needs action by CM needs action by Contractor $816,304,10 ma c MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand July 5, 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. 201 Fiber Optic Cable Installation to Transfort Maintenance Facility — WCD063 Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 63 to install 48 count fiber optic cable to the Transfort Maintenance Facility from the Portner Substation to complete the BRT fiber south end loop. This work will be paid for as a Jump sum with 750 feet of cable expected to be installed. Attached please find the proposed Contract Change Request #201 from CEI. In reviewing this request, an independent material estimate and unit price comparison was performed to verify the legitimacy of the cost. The base unit price for the 72 count backbone fiber was discounted proportionately to develop a unit cost for 48 count cable. Labor costs were also included as an allowance for additional splicing and terminations required by the change directive. The independent cost check of this work is $4,257.45. Through this independent cost research, I find CEI's Contract Change Request #201 in the amount of $4,354.88 to be reasonable for the required increase in scope. As such, I recommend acceptance of this additionaJ cost to the contract. K Meyf r, P C t ct -e 10 %May r, P onstruction roject Manager CH2M HILL Team 970-988-8605 keith.meVerCcDditescoservices.com Cc: job file Change Management Checklist Compliance Category Date Reviewed Reference Initials Reviewed for compliance with Included in the area of project Environmental Assessment 7/5/13 influence; required for BIRT KIVI backbone communications Traffic control plan approval Reviewed for oonstruction/safety impacts 7/5/13 required for work; no excavation KIVI required Independent cost estimate prepared 7/6/13 As attached to this memo KIVI Reviewed for PCGA grant compliance 7/5113 Scope is included in SCC 50.05 KIVI Reviewed for real estate impacts/needs 7/5/13 Construction inside public right of KIVI way or on city owned property Reviewed for compliance with design criteria/ADA htti):/A�.acc-ess-board.gov/ada-aba/ada- 7/5113 n/a KIVI standards-dot.cfm ditesco Date of Estimate: 6-Jul-1 3 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (Y/N): Y Independent Cost Estimate Description of Goods (A) or SeNices IS): A + B Add 48 count fiber optic installation from Portner Substation to the Transfort Maintenance Facility to complete BRT fiber optic Imp connection. Fiber shall be 48 count, Commswpe or Coming fiber as approved in the BRT specifications. I have obtained the following estimate from; Published Price List I Past Pricing (date) Comparable fiber optic material quotes and BRT unit price comparison Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Keith Meyer Other (specify) Cost Estimate Details: (Estimate calculated in US Dofiam) Cost of Standard Item Product it) Unit ji)uantify—�Nott.es TOTAL 3el—w 08 luala Source Backbone fiber (72 ct) and splices $ 6.53 LF 750 I BRT Bid -660- 00026 $ 4,897.50 Credit for reduGfion to 48 ct fiber $ (1.50 LF 1 7501 $ (1,125.00) GC Markup 5%1 $ 188.63 SubTotal 1 $ 3,961.13 —this is material cost and does not reflect labor. Cost of Senrices, Repairs, or Non -Standard Item iternfrask: Materials or Work Description Hours Cost $ Total Estimated Notes: Data Source TOTAL Labor for splice at TMF $ 8.00 T 3-704 7-29632 payroll $ 296.32 also am WCDO53 SubTotal $ 296.32 Signature of Preparer: TOTAL $ 4,257.45 �w 6/20/13 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: 201 ��C�D#63� CEI PROJECT #: 12-009 CONTRACT NUMBER: 7332 CONTRACT DATE: CONTRACT NAME: Mason Corridor BIRT DESCRIPTION OF CCR: Pricing as requested in WCD #63 to provide and install fiber cable and splices LOCATION: From Portner substation, to Transfort Maintenance Facility MEMO NO.: MEMO DATE: COST CODE: DESCRIPTION CITY ---C UiilT N-IT PRICE -OT -----T-OTAL furnish, install and splice fiber cable 1 LS $ 4,147.50 $4,147.50 bUBTUTAL $4,147.50 markup $207.38 TOTAL $4,354.88 Concrete Express, Inc., requests 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. May 31, 2013 To: Ryan Dickinson CEI Inc WCD 063 Fiber installation at Transfort QTY Description Rate 660-0026 750 Backbone Fiber Cable and Splices $ 5.53 /FT $4,147.50 63 *This proposal is for the work described in WCD 56 only. Sincerely, Mike McFadden Sage Telecommunications Corporation 303-210-4710 $4.147.50 maxWORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 063 PROJECT: Mason Corridor — MAX BRT PROJECT NO: 7332 OWNER: City of Fort Collins — Engineering Department ENGINEER: Michael Baker Inc. The following additions, deletions, or revisions to the Work have been ordered and authorized: Description of Work: (Title of WCD): Fiber Installation from Fortner Substation to Transfort This work change directive (WCD) directs the Contractor to price a new 48 strand fiber optic cable installation and splicing according to the MAX BRT project specifications and specifications contained within this work change directive. This work shall be paid for as a single lump sum for the entire scope of work; paid as a % complete based on Contractor progress of installation, testing and acceptance. E��� This change is being initiated to complete the fiber optic loop for MAX BRT communications to Transfort as part of the City's fiber optic backbone. IAttachments (List Supporting Documents): Supplemental City fiber specifications and map exhibit for installation. 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: May 18, 2013 ner Date Recommended By: A�� — May 18, 2013 Construction MIvager Date Copy: Omer, Engineer, Field File - SharePoird WCDO63—TRILBY RBER LOOP-05-18-13 PAGE 1 OF 1 City of ort Collins //***O� MAX BRT Backbone Fiber Design Document City of Fort Collins City of Fort Collins Page 1 of 7 MAX BRT Backbone Fiber Design -Dwument as of 04/29/2013 TABLE OF CONTENTS 1.0 GENERAL INFORMATION ............................................................................ 3 1.1 Background ................................................................................................ 3 1.2 Manufacturer Quality & Product Substitutions .................................................... 3 2.0 STRUCTURED CABLING SYSTEM ................................................................ 3 2.1 Overview ................................................................................................... 3 2.2 Industry Standards ...................................................................................... 3 2.3 OSP Fiber Backbone ................................................................................... 4 2.4 Portner Substation ADC Fiber Patch Panel ....................................................... 4 2.5 Transfort Maintenance Facility MDF .................................................................. 4 2.6 Installation .............................................................................................. 4 2.7 Labeling ................................................................................................. 5 2.8 Testing ..................................................................................... ............. 5 2.9 As-Builts .................................................................................................. 5 2.10 Warranty ................................................................................................. 5 Attachment A—. STRUCTURED CABLING SYSTEM BILL OF MATERIAL .................. 6 Attachment B — Transfort Maintenance Facility to Portner Substation Conduit Route ......... 7 City of Fort Collins Page 2 of 7 MAX BRT Backbone Fiber Design Document as of 04/29/2013 1.0 GENERAL INFORMATION 1.1 BACKGROUND The purpose of this document is to define the scope of work that will be required to complete south side of the MAX BRT redundant fiber ring design. It is the Contractors responsibility to provide the materials, systems and installation as described herein and all other work and miscellaneous items not specifically mentioned but reasonably inferred for a complete installation including all accessories required for the testing and certification of the systems. 1.2 MANUFACTURER QUALITY & PRODUCT SUBSTITUTIONS A. Products must match the specifications listed in this document. Products not meeting these requirements will not be accepted. An equivalent product may be proposed wherever a brand name is specified. Firms proposing equivalent products must provide detailed descriptions and manufacturer specifications with their proposal. The City will determine if the proposed products are equivalent or not. B. All products must be installed per the manufacturer's instructions. 2.0 STRUCTURED CABLING SYSTEM 2.1 OVERVIEW A. Between the Portner Substation and the Transfort Maintenance Facility (approximately 750'), a 48 strand fiber optic cable shall be installed. As per the NetComm Project Engineer's fiber optic fiber design plan, fiber splicing shall be completed at each site. All Structured Cabling Systems shall include, but not be limited to design, materials, installation, testing and documentation as described herein. 2.2 INDUSTRY STANDARDS All design, installation and documentation shall meet or exceed the current ANSI[TIA/EIA standards, local codes and ordinances and National Electric Code (NEC). A. ANSIfTIA-568-C.0 and addenda: Generic Telecommunications Cabling for Customer Premises B. ANSI/TIA-568-C.1 and addenda: Commercial Building Telecommunications Cabling Standard C. ANSIfTIA-568-C.2 and addenda: Components Standard D. ANSI/TIA-668-C.3 and addenda: E. ANSIfTIA/EIA-569-B and addenda Pathways and Spaces Balanced Twisted -Pair Telecommunications Cabling and Optical Fiber Cabling components Standard : Commercial Building Standard for Telecommunications F. ANSIrTIA/EIA-606-A and addenda: Administration Standard for the Telecommunications Infrastructure of Commercial Buildings G. J-STD-607-A and addenda: Commercial Building Grounding/Bonding Requirements for Telecommunications H. ANSI[TIA/EIA-942 and addenda: Telecommunications Infrastructure Standard for Data Centers 1. ANSI/TIA-1005 and addenda: Telecommunications Infrastructure for industrial Premises City of Fort Collins Page 3 of 7 MAX BRT Backbone Fiber Design Dobument as of 04/29/2013 J. ISO/IEC 11801 and addenda: Generic Cabling for Customer Premises K. ISO 11801 Class Ea and addenda: Augmented Category 6 Standard L. IEEE 802.3af and addenda: Power over Ethernet (PoE) Standard M. IEEE 802.3at and addenda: Power over Ethernet + (Plus) Standard N. IEEE 802.3an and addenda: Physical Layer and management Parameters for 10 Gbps Operation, Type 10GBASE-T 0. IEEE 802.11 Wireless Standard P. BICSI — Telecommunications Distribution Methods Manual, latest issue Q. NEC — latest issue 2.3 OSP FIBER BACKBONE A. Refer to Attachment B for the existing conduit route. The conduit route has been noted as 'future" on the Attachment B. This scope of work includes installation of cable through existing conduit. For further scope clarification, contact the Netcomm engineer prior to pricing this change. B. Indoor/Outdoor backbone fiber optic cable shall consist of single mode fiber. C. Contractor shall provide and install 48 strands of single mode fiber optic cable between the Transfort Maintenance Facility and the vault located along Portner Rd a. Since there is restricted access to the Portner substation, the Portner side of the fiber optic cable shall be coiled in the vault located along Portner Rd by the Contractor. Once the fiber has been coiled in the Portner Rd vault, the contractor shall notify Clint Reetz, Utilities Telecom Systems Administrator at (970) 221-6326 to schedule for the coiled fiber to be pulled into the Portner substation. The fiber splicing that shall be completed at the Portner substation will be provided by others. D. Labels shall be heavy-duty, bright plastic markers. At the origin, fiber cable shall be labeled with the destination name. At the destination, labels must show the origin name. 2.4 Fortner Substation ADC Fiber Patch Panel (For information purposes only) A. The blue and orange buffer tubes of the Trilby 72 count fiber shall be spliced through to the blue and orange buffer tube of the 48 fiber cable at the existing ADC fiber patch panel. The fiber splicing will be completed in the ADC fiber patch panel will be provided by others. The 2.4 section was only added to this document for information reasons only. 2.5 Transfort Maintenance Facility MDF A. B. C. A Provide One (1) ADC 48 position fiber patch panel. Provide Two (2) Plug-in Multimode Duplex Adapters Replace existing single mode and multimode fiber patch panel with the ADC 48 position fiber patch panel. Note: The installation of the ADC fiber patch panel and the fiber splicing will need to be completed outside the normal business hours of the Transfort Maintenance Facility Terminate the Fortner Substation blue and orange buffer tubes and the Lemay blue buffer tube into the ADC fiber patch panel. (36 strands) Move existing ST Connectors from the existing multimode fiber patch panel to the two multimode duplex adapters located in the last two slots on the right side of the ADC fiber patch panel. As per the NetComm Project Engineers fiber patch panel design, coil the dark fiber buffer tubes on the empty reels City of Fort Collins Page 4 of 7 MAX BRT Backbone Fiber Design Document as of 04/29/2013 ma)c May 31, 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. 189 Prospect Inlet Connections — WCD020 MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 20 to supply and install 1" SCH40 conduit with PVC coated GRC 90 degree bends to serve speaker wire to each artist supplied light pole location (BB poles). The artist is supplying and installing 25 custom art light poles as part of the station construction. Please find the attached proposed Contract Change Request #189 from CEI accompanying this Independent Cost Analysis. In reviewing this request, a quantity take off was performed to verify the lump sum pricing by the contractor to the actual quantities being installed. Unit prices from the contract schedule of values, material quotes and labor rates were utilized to develop the independent estimate. The overall independent cost estimate is $25,177.25. Considering the information above and the ICE, I find CEI's Contract Change Request #189 in the amount of $25,570.05 to be reasonable for the required increase in scope. As such, I recommend acceptance of this additional cost to the contract. Kei �h�Meve E. t X r tj Cons ruc ion Project Manager CH2M HILL Team 970-988-8605 keith.mever(a)ditescoservices.com Cc: job file 2.6 INSTALLATION A. All work shall be done in conformance with ANSIrTIA/EIA standards and be done in a workmanlike fashion of the highest standards in the telecommunications industry. B. All work shall be done in conformance with federal and local standards, codes and NEC. C. All work shall be done in conformance with manufacturer's design and installation guidelines. D. Workers shall clean up debris and trash at the close of each workday. E. Contractor shall coordinate with and abide by General Contractor's regulations and schedule. F. All work shall receive final approval by NetComm Engineer. 2.7 LABELING A. Each fiber item (fiber cable and patch panel, etc.) shall be given a unique identifier per TIA/EIA standards and/or direction from the NetComm Project Engineer. Labels shall be machine generated and have black printing on white background. 2.8 TESTING A. Fiber strands shall be tested with a light meter and source. As required, DTIDR tests shall be performed by contractor. B. A CID of individual test reports shall be presented to the City within 20 days of the completion of the project. C. Fiber and copper cables shall be within the specifications of the EIA/TIA standards. The cable shall be replaced at the contractors expense if it does not meet the EIA/TIA specifications. 2.9 AS-BUILTS A. Printed and electronic copies of the as-builts shall be presented to the City, in AutoCAD format, within 20 days of the completion of the project. B. As -built drawings shall show the locations of, and identifiers for, all horizontal cable routing and terminations, outlets and panels. 2.10 WARRANTY A. The Contractor shall provide a 20-year warranty for the structured cabling system covering installation, products and applications assurances. If a 20-year warranty is not available, firms must propose warranty coverage with as long as possible term. City of Fort Collins Page 5 of 7 MAX BRT Backbone Fber Design Document as of 04129/2013 ATTACHMENT A STRUCTURED CABLING SYSTEM BILL OF MATERIAL Below are the Structured Cabling System product specifications for City of Fort Collins facilities. This list is not intended to be inclusive — it is the Contractor's responsibility to provide all materials necessary to complete the project. Provide materials below or approved equal. MFG* PART #* DESCRIPTION occ DX048KSLX9YP 48 Strand SM fiber, Plenum In/Out ADC FL2-CD80072AN-4C52 Preconfigured 48 position Tennination/Splice Panel ADC FL2-6PMMST 6PAK Plug-in Multimode Duplex Adapter Loaded City of Fort Collins Page 6 of 7 MAX BRT Backbone Fiber Design Document as of 04/29/2013 Lu Attachment B: Transfort Maintenance Facility to Portner Substation Conduit Route 17- L Diennen Ou�= Cwt(OCN9 Portner Sulb5tc Ui TRILBY RM6 Tnmsfixt Cal, V�j Transfort bus focility rx or 0 "J Q- -TD'LRY-Pr) TRUY RD kvorcner backbone TRILBY RD City of Fort Collins Page 7 of 7 MAX BIRT Backbone Fiber Design Docurnent as of 04/29/2013 n37 Title: CEI Change order 11 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 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. 24YC'Iear, 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 price. 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 FT A YES required clauses. Excluded Parties Search —EPS run and include in the file. YES