Loading...
HomeMy WebLinkAboutCHANGE ORDER - BID - 7332 MAX BRT PROJECT (20)CHANGE ORDER NO. 13 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 Contract Reconciliation See attached Exhibit A to this change order. This change order reconciles WCD019, 025, 028, 036, 037, 038, 046, 053, 078. 2. Description of Change: See attached Exhibit A to this change order and supporting work change directives. 3. Change in Contract Cost: $ 47,816.41 4. Change in Contract Time: 0 calendar days for substantial completion IF 0 calendar days for final completion TOTAL APPROVED CHANGE ORDERS $ 2,589,422.15 TOTAL PENDING CHANGE ORDERS $ - TOTAL THIS CHANGE ORDER $ 47,816.41 TOTAL % OF ORIGINAL CONTRACT, THIS C.O. 0.15% TOTAL % OF ORIGINAL CONTRACT, ALL C.O.'S 8.27% ADJUSTED CONTRACT COST $34,524,117.50 (Assuming all change orders approved) ACCEPTED BY: L DATE: $ 10 3 Contractor's Representative REVIEWED BY: DATE: - Construction Manage APPROVED BY: Q DATE: U ' ZO ' (3 City Project Manager APPROVED BY: DATE: Zj City Engineer APPROVED BY: DATE: Purchasing Agent over $60,000 cc: City Clerk Architect Contractor Engineer Project File Purchasing 11/29/12 Erika Keeton Special Projects Engineer City of FL Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: CEI PROJECT #: CONTRACT NUMBER: CONTRACT DATE: CONTRACT NAME: G�/11- �-P;d cX r i�G OC A- Lp�e- Vr �eGr 4k AIY c (PC N O 1'cS . 085 12-009 7332 Mason Corridor BRT DESCRIPTION OF CCR: Remove 2 waste concrete/rubble masses from pipe trench excavation, raynor landscape damaged during removal LOCATION: Line 133-1 in Mason. STA 62+82, 146.87 RT to STA 62+82, 133.87 RT. CL 24"x38" HERCP. MEMO NO.: 35736 MEMO DATE: 11/20/2012 COST CODE: 700-60023 DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL Foreman(1) 1 HR $ 55.00 $ 55.00 Labor (3) 3 HR $ 40.00 $ 120.00 CAT 321 CLCR (05): EX-33 1 HR $ 165.00 $ 165.00 CAT 938G (03): WL-33 1 HR $ 110.00 $ 110.00 TOTAL $ Concrete Express, Inc., requests 0 days for the above contract modifications. These are all of the visible effects of the above change we see at this time. We reserve the right to incorporate other changes as they appear in implementing this change. If you have any questions regarding this change, please feel free to contact me at 303.562.2000. 450.00 may: June 10, 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. 187 Fiber Optic Cable Installation to City Hall — WCD053 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. 53 to install 48 count fiber optic cable to City Hall from an existing vault in Meldrum/Mountain. This work will be paid for as a lump sum with 1,500 feet of cable expected to be installed. Attached please find the proposed Contract Change Request #187 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 $8,477.85. Through this independent cost research, I find CEI's Contract Change Request #187 in the amount of $8,709.75 to be reasonable for the required increase in scope. As such, I recommend acceptance of this additional ost o the contract. Ki Myer PE Constructi n Project Manager CH2M HILL Team 970-988-8605 keith. mever(a)ditescosery ices.com Cc: job file Change Management Checklist CategoryCompliance D. Reviewed Reference Initials Reviewed for compliance with Includedte in the area of project Environmental Assessment 6/10/13 influence; required for BRT KM backbone communications Traffic control plan approval Reviewed for construction/safety impacts 6/10/13 required for work; no excavation KM required Independent cost estimate prepared 6/10/13 As attached to this memo KM Reviewed for PCGA grant compliance 6/10/13 Scope is included in SCC 50.05 KM Reviewed for real estate impactstneeds 6/10/13 Construction inside public right of KM way or on city owned property Reviewed for compliance with design criteria/ADA htto://w .access-board.gov/ada-abalada- 6/10113 n/a KM standards-dot.cfm dice sco Independent Cost Estimate Date of Estimate: 10-Jun-13 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (Y/N): Y Description of Goods (A) or Services (B): A + B Add 48 count fiber optic installation from Meldrum/Mountain to City hall to complete BRT fiber optic loop connection. Fiber shall be 48 count, Commscope or Coming fiber as approved in the BRT specifications. I have obtained the following estimate from; Published Price List / Past Pricing (dale) Comparable fiber optic material quotes and BRT unit price comparison Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Keith Meyer Other (specify) Cost Estimate Details: (Estimale calculated in US Dollars) Cost of Standard Items Product Cost($/unit) jUnift lQuantity, lNotes TOTAL Delivered Data Source Backbone fiber (72 ct) and splices $ 6.53 LF 1500 BRT Bid DOLs - 660- 00026 $ 9,795.00 Credit forreduction to48 ct fiber $ (1.50) LF 1 1500 $ (2,250.00) GC Markup 1 5%1 1 $ 377.25 SubTotal I I I $ 7.922.25 '(his is material cost and does not reflect labor. Cost of Services, Repairs, or Non -Standard Items Itemffask: Materials or Work Description Hours Cost $ Total Estimated Notes: Data Source TOTAL Labor for splice at City Hall 75.00 37.04 555.60 payroll 555.60 SubTotal $ 555. 00 Signature of Preparer. / TOTAL $ 8,477.85 U.S. Department of Labor PAYROLL azz:zv Wage and Hour Division (For Contractor's Optional Use; See Instructions at www.dol.gov/whdlformslwh347instr.htm) U.S. wa,,v and Hour [nci don Persons are for required 10 respond to the collection of information unless it c6splays a currently valid OMB control number. Rev. Dec. 2008 NAME OF CONTRACTOR m OR SUBCONTRACTOR ADDRESS 6700 RACE ST., DENVER, CO 80229 OMB No.: 1235-0008 SAGE TELCOMMUNICATIONS Expires: 01/31/2015 PAYROLL NO. FOR WEEK ENDING PROJECT AND LOCATION PROJECT OR CONTRACT NO. 21 04/06/2013 7073 - Mason Corridor - Half Mile South Harmony 7073 (1) (2) (3) (4)DAY AND DATE (5) (S) (7) (UI 8) z Z DEDUCTIONS NET N SUN I.NIN N!S NtLS T fAla Um NAME AND INDIVIDUAL IDENTIFYING NUMBER 90 on o€i TOTAL RATE GROSS AMOUNT WAGES PAID von S ovon owt Dour aw awe owe WITH- HOLDING HEALTH to 4gl K TOTAL (e.g., LAST FOUR DIGITS OF SOCIAL SECURITY NUMBER OF WORKER =3 WORK CLASSIFICATION 4OUR UF PAY EARNED FICA TAX DENTA m.,� OTHER DEDUCTIONS FOR WEEK HOURS WORKED EACH DAY 2085 BEALS, ALEXANDRE LABORER o am am oro aro 4m am am 12.5( $28.69 $1.180.23 S73.14 E136.80 E0.00 E0.00 $0.00 $209.94 E970.29 s am am nm 12.00 rm am ore 40.0I "' 4.25 3 1,180.23 0556 BARRIENTES, FRANCISCO POWER o am am am am am am am $37.04 $368.34 4 EQUIPMENT $38.81 $9.73 $0.00 $0.00 $0.00 $48.54 $577.30 s am AN am 450 am ore am 14.0 2I.4G 4.s5 OPERATOR $625.84 $287.56 2020 BARRIENTES, FRANKIE K. LABORER o am sm am am o- am a.m $28 69 $32.09 $75.28 $0.00 $0.00 $0.00 $107.37 $410.19 O a om am am 4.m am ON 'an 1CM 16.29 4.25 $517.56 0793 HERRERA, FEDERICO POWER o ON 0m ON o00 1m sea am 9.50 $31.79 $1,196.41 5 EQUIPMENT $74.17 $36.07 $0.00 $0.00 $0.00 $110.24 $1,086.17 OPERATOR s ON lam loco lam ass ON am 40.01 18.N 3.50 51,196.41 0495 LAZCANO, CARLOS H. POWER o am am am ore am am ON 13.0( $47.09 $1.167.77 2 EQUIPMENT $115.80 $238.05 $0.00 $0.00 $0.00 $353.85 $1,513.92 s am lox um um v.m u.m a' 40.01 31.39 0.00 OPERATOR S1,867.77 $1,867.77 2060 LEE, SCOTT A. POWER o am ON am am 4.m am ore 13.01 $47.09 1 EQUIPMENT $115.82 $267.55 $0.00 $0.00 $0.00 $383.37 $1,484.40 OPERATOR s am to.m um am aso ONore 40.0( 31.39 000 $186777 $1,538.10 1978 PARK, DAVIDJ POWER o o.m 0m ON ON aso lam am 17.01 $33.70 2 EQUIPMENT $96.91 $221.55 $0.00 $78.16 $0.00 $396.62 $1,166.48 OPERATOR s ON 1o.m ¢.m 12.m s.m am ON 90.01 19,14 409 $1.563.10 491 ORTIZ, OSBALDO LABORER o am am am am a ON 0.m $28 69 1 Z$551,56 $34.20 $7.09 $0.00 $0.00$0.00 $42.19 5509.37 ao.m ama.m 4m am om am 14.0 1G.29 425 VVMe complellon of Form WH-34T Is optbnal, it Ism Watery for tousled contmctos and subcontractors perlo ming work on Federally financed or assisted constmctlon conirecta N nespontl b tiro Infmmalbn cdledbn contained in 29 C.F.R. §§ 3.3. 5.5m). The Copeland Act (40 U.S.C. § 3145) contractors and subcontractors perharmirg work on Federally danced or aseli commuc ion contracts to'fi m ah weekly a statement war, Na,,J te the wages Paid each employee during the preceding week' U.S. Department of Labor (DOL) regulalbm at N C.F.R. § S5(m)(3hfij require contractors to subnil weekly a may, of all Payrogs to Me Federal agency, connecting for m fimdncing the constnrctbn project, accompanied by a signed "Statement of Compliance' that westing that Me payrolls are correct and complete and that each laborer or mechanic has been Palo not less than the proper Davis -Bacon pre siOng wage rate for Me work performed. DOL and federal con reclimg agendes receNing this Information review to Information lo determine that employees have received kgaay required wages and fringe benefds. Public Burden Statement We estimate Met is will take an average of 55 minutes to complete this colbcllon, bchudmg time for reviewing instruc0ons, searching exiMing data sources. gathering and maintaining Me data needed. add completing and reviewing the collection ction of lnformagon. If you have any comments regarding these eslimetes or any other aspect of this coibctbn. Including sag9estbns for reducing this burden, send them to the Administrator. Wage and Hour Divisbn. U.S. Department of Labor, Room S3502. 200 Constitution Avenue. N.W. Washington, D.C. 20210 From: Eric Dahloren To: Keith Mever Cc: flint R ; Krvste Korf-BartKh Subject: FW: Fiber quote (buget planning) Hi Keith, This response from OFS (Optical Fiber Systems) is the first we have received to our request for fiber price quotes. We should be able to send you one or two more quotes as the vendor reps respond, but this should be representative of the current market pricing for 72 and 144 strand cables configured to fit our needs. OFS is a well known manufacturer so this is not some cheap surplus fiber. Also, FYI our contract cost for splicing services from Randy Simon at Universal Lightguide Technology Distribution, Inc. is $28/splice for a 72-count cable and $24/splice for a 144-count cable (plus a $150 mobilization fee). We are still surprised by the estimates you received from H&H. Eric.. d//cD os 3 Eric DahCgreit City of Fort Collins Utilities 700 Wood Street Fort Collins, CO 80521 edahlaren(a)fcc ov.com 970-221-6712(work) 970-219-8581 (mobile) 970-221-6619(fax) From: Dean, Pamela (Pamela) [mailto:pdean@ofsoptics.com] Sent: Thursday, May 09, 2013 10:29 AM To: Eric Dahlgren Cc: Greco, Randal K (Randy) Subject: FW: Fiber quote (buget planning) Single Jacket/No Armor(Single Jacket) - AIIWave Price/ft AT-3BE12YT-144 0.875 AT-36E12YT-072 0.444 Lead time is 4 weeks Pricing is valid for 30 days Thank you, Pam Dean Customer Care Representative —West 72 cf l•s� tbsi - $6rn? - 1714 y,6I 017/`( g S.o3�,r Your Optical Fiber Solutions Partner'" 1 BrightWave Blvd. I Carrollton, GA 30117 Office: 770-836-7661 Fax:877-408-7794 Toll Free: 800-366-3483 www.ofsoptics.com Want to check your order status? Just follow the link below. Ask me for your company IDI http://www.ofsoptics,com/connectivity/check order status oho From: Eric Dahlgren [edahlgren@fcgov.com] Sent: Wednesday, May 08, 2013 10:14 AM To: Greco, Randal K (Randy) Subject: Fiber quote (buget planning) Hi Randy, Thanks for your offer of help with our cost planning. We need budget pricing estimates for 30,000 feet of both 144 and 72 strand SM fiber optics cable (all dielectric, double dry). Thanks, Eric.. Eric Dahlgren City of Fort Collins Utilities 700 Wood Street Fort Collins, CO 80521 edahlerenRafcgov.com<ma ilto:eda h Igren (@fcgov.com> 970-221-6712 (work) 970-219-8581 (mobile) 970-221-6619 (fax) 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: 187 Uf(AO5�1 12-009 7332 Mason Corridor BRT Pricing from Sage for backbone fiber cable and splices. This work is pertaining to WCD 053. Fiber installation to City Hall West N/A N/A DESCRIPTION QTY UNIT UNIT PRICE OT TOTAL Backbone Fiber Cable and Splices 1500 LF $ 5.53 $8,295.00 $0.00 $0.00 $0.00 $0.00 TOTAL 5% Mark -Up: GRAND TOTAL: Concrete Express, Inc., requests 0 days for the above contract modifications. These are all of the visible effects of the above change we see at this time. W incorporate other changes as they appear in implementing this change. If you regarding this change, please feel free to contact me at 303.562.2000. $8,295.00 $414.75 $8,709.75 A1W 5 k6, 61111 GiD i q ktO W . 4129/13 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: CEI PROJECT M CONTRACT NUMBER: ;CONTRACT DATE: CONTRACT NAME: DESCRIPTION OF CCR: LOCATION: MEMO NO.: MEMO DATE: COST CODE: 187 31 12-009 7332 Mason Corridor BRT Pricing from Sage for backbone fiber cable and splices. This work is pertaining to WCD 053. Fiber installation to City Hall West N/A N/A DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL Backbone Fiber Cable and Splices 1500 LF $ 5.53 $8,295.00 $0.00 $0.00 $0.00 $0.00 TOTAL 5% Mark -Up: GRAND TOTAL: Concrete Express, Inc., requests 0 days for the above contract modifications. These are all of the visible effects of the above change we see at this time. We reserve the right to incorporate other changes as they appear in implementing this change. If you have any questions regarding this change, please feel free to contact me at 303.562.2000. $8,295.00 $414.75 $8,709.75 April 23, 2013 To: Robert Clifton CEI Inc WCD 053 Fiber installation to City Hall West CITY Description Rate 660-0026 1,500 Backbone Fiber Cable and Splices $ 5.53 /FT $8,295.00 This proposal is for the work described in WCD 53 only. Sincerely, Mike McFadden Sage Telecommunications Corporation 303-210-4710 $8,295.00 ft WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 053 PROJECT: Mason Corridor — MAX BRT PROJECT NO: 7332 OWNER: City of Fort Collins— Engineering Department ENGINEER: Michael The following additions, deletions, or revisions to the Work have been ordered and authorized: ■ (Title of WCD): Fiber Installation to City Hall West This work change directive 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. This change is being initiated to complete the fiber optic loop for MAX BRT communications to City Hall West as part of the City's fiber optic backbone. Attachments (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: April 21, 2013 y 'aneApril 21, 2013 Date Recommended B Construction M a9er Dale Copy: Owner, Engineer, Field File - SharePoint WCDO53_FIBER INSTALLATION TO CITY HALL WEST 04-21-13 PAGE 1 OF 1 LI JOB NAME JOB #: COST CODE: yam, 6osJ_-� DATE: ISSUED TO: MEMO 35736 CONCRETE EXPRESS, INC. 2027 WEST COLFAX AVE DENVER, CO 80204 PHONE:303-562-2000 FAX:303-893-1949 DESCRIPTION OF WORK PERFORMED: nQFi< >o - LX n ✓ nPAr./av L ns n /Ji Q ati J SPECIFIC LOCATION OF WORK:.f7r�vw &7 ",Pr fc srOrs e7.Z I P 1-7 A-77 BREAK DOWN OF HOURS CITY LABOR EQUIPMENT MATERIALS HOURS EACH TOTAL HOURS TOTAL O.T. J 4' / o47W< CX-31,/ —a L • T j% 3 / 3 CONCRETE EXPRESS, INC. ACCEPTED: NAME: i+?rr,{.�,fc FY'.s..�P.4' NAME: TITLE: e��nic„/- '_ar TITLE: DATE: /i�e/�Pl:: DATE: F6rt of MAX BRT Backbone Fiber Design Document City of Fort Collins City of Fort Collins Page 1 of 6 MAX BRT Backbone Fiber Design Document as of 04118/2013 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 City Hall West/Platte River Power Authority MDF............................................... 4 2.5, Mountain/Meldrum Traffic Vault..................................................................... 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 —City Hall West to Mountain/Meldrum Traffic Vault Conduit Route Diagram. 7 City of Fort Collins Page 2 of 6 MAX BRT Backbone Fiber Design Document as of 04/18/2013 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 north 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 manufacturers instructions. 2.0 STRUCTURED CABLING SYSTEM 2.1 OVERVIEW A. Between the City Hall West Facility and the Traffic fiber vault located on the corner of Mountain and Meldrum, 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 on both the blue and the brown buffer tubes of the 48 strands of fiber optic cable. B. 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. ANSI/TIA-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. ANSI/TIA-568-C.2 and addenda: Balanced Twisted -Pair Telecommunications Cabling and Components Standard D. ANSI/TIA-568-C.3 and addenda: Optical Fiber Cabling components Standard E. ANSIffIA/EIA-569-B and addenda: Commercial Building Standard for Telecommunications Pathways and Spaces F. ANSI/TIA/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 City of Fort Collins Page 3 of 6 MAX BRT Backbone Fiber Design Document as of 04/18/2013 I. ANSI/TIA-1005 and addenda: Telecommunications Infrastructure for industrial Premises 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 O. IEEE 802.11 Wireless Standard P. BICSI — Telecommunications Distribution Methods Manual, latest issue O. 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 "48 strand fiber" on the Attachment B. B. Outdoor fiber backbone cable shall consist of single mode fiber. C. Contractor shall provide and install 48 strands of single mode fiber from the City Hall West Platte River Power MDF to the Traffic Mountain and Meldrum vault. (Approximately 1500') D. Provide and install copper locate wire #12 and locate pedestal E. 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 City Hall West/Platte River Power Authority MDF A. Splice in blue buffer tube of the 48 fiber cable into the Yellow IFC buffer tube located in the ADC FEC (Fiber Entrance Cabinet) on splice tray number 17. B. Splice in brown buffer tube of the 48 fiber cable into the Violet IFC buffer tube located in the ADC FEC (Fiber Entrance Cabinet) on splice tray number 17. 2.5 Mountain/Meldrum Traffic Vault A. Provide One (1) PLP Coyote PUP splice enclosure and trays. B. Provide and install locate pedestal C. Splice through the entire blue and brown buffer tubes. Leave the orange and the green buffer tube dead ended in the splice enclosure. 2.6 INSTALLATION A. All work shall be done in conformance with ANSI/TIA/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. City of Fort Collins Page 4 of 6 MAX BRT Backbone Fiber Design Document as of 04/18/2013 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, OTDR tests shall be performed by contractor. B. A CD 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 contractor's 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 2-year warranty for the structured cabling system covering installation, products and applications assurances. City of Fort Collins Page 5 of 6 MAX BRT Backbone Fiber Design Document as of 04/18/2013 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 specified products or equivalent MFG• PART #« DESCRIPTION SYSTIMAX 760053876 FIBER, 48 STRAND, SM OUTDOOR, 1500 FT PLP 8001127 Preformed Line Product Coyote Closure City of Fort Collins Page 6 of 6 MAX BRT Backbone Fiber Design Document as of 04/18/2013 63r;7 c ail N ry P_ � ry x 227 rn N „ 225 N N all 48 strand fiber N i City Hall West to r fic Vault in existing, tty 2" conduit per comm Engineer and ect specifications. ai2 430 424 408 LAPORTE AVE kaP_E ST w �63ovol I Its here' 6 61 6City Hall .0," West z1 -48 (strand fiber N a19 4i5 4a5 � qY � rn 423 ; Q7 � — d H w g tll 1�L1 � N Y I T - 8 „ P — = a — 4 424 c 420 412 402 r,n = 400 Ia.aN, Houz MOUNTAIN AVE 5, 10°lix'5 5cnaar o' Felice 57 1 2x gg i P( 13� '- �VE z �- 2 O N c 1Vy G I } — x �O x N 2 �. E5 37� 316 Y atn 640 ice a 631_ Attachment B Page 7 may: August 8, 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. 226 CSU Mason Paving (University to Laurel) — WCD078 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. 78 to mill, prep and pave Mason Street from University Avenue to Laurel Street on the CSU Campus. This change was initiated as this section of roadway is structurally deficient to support the traffic loading from the MAX BRT buses. A new 7-inch thick asphalt section will be installed. Attached please find the proposed Contract Change Request #226 from CEI outlining their proposed cost. In reviewing this request, an independent material estimate and unit price comparison was performed to verify the legitimacy of the cost. The comparative unit prices were derived from existing unit prices in CEI's contract and CDOT cost data. The independent cost check of this work is $179,539.00. Through this independent cost research, I find CEI's Contract Change Request #226 in the amount of $179,501.02 to be reasonable for the required increase in scope. As such, I recommend acceptance of this additional cost to the contract. Keith Mey , PE Construction Project Manager CH2M HILL Team 970-988-8605 keith.meyer(a�ditescosery ices.com Cc: job file Change Management Checklist Compliance D- te Reviewed Reference Initials Reviewed for compliance with Work included in the build Environmental Assessment 8/7/13 alternative and area of influence KM SCC 40.07 Traffic control plan approval Reviewed for construction/safety impacts 8/7/13 required for work; no OSHA KM excavation required Independent cost estimate prepared 8/7/13 As attached to this memo KM Scope is included in SCC 40.07 Reviewed for PCGA grant compliance 8/7/13 Work added to support bus KM loading Reviewed for real estate impacts/needs 8/7/13 Construction inside CSU Campus KM and BRT easement Reviewed for compliance with design Cross slopes and cross walk criteria/ADA http'//www access -board t.ov/ada-aba/ada- 8/7/13 areas will conform to existing site constraints; efforts will be made to KM standards-do[.cfm ensure ADA slopes are met ditesco Date of Estimate: 7-Aug-13 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (Y/N): Y Independent Cost Estimate Description of Goods (A) or Services (B): A Adds asphalt paving at Mason Street from University to Laurel on the CSU Main Campus. The work includes milling 7" of existing material (4" asphalt) and paving 7" of new asphalt, traffic control, grading and slrucure adjustments. I have obtained the following estimate from; Published Price List / Past Pricing (dale) Comparable bid items from CEI contract, CDOT cost data Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Keith Meyer Other (specify) Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product Cost($/unit) Unit Quantity Notes TOTAL Delivered Data Source As halt milling/planing $ 2.26 SY 4500 BRT Bid item 202- 00240 $ 10,170.00 Trucking $ 85.00 HR 150 CEI Standard Rates $ 12,750.00 Grading(fine <0.1'-Bladin $ 118.00 HR 4001500 BRT Bid item 203- $ 4.720.00 Grading fine<0.1' -box tractor $ 115.00 HR 40 BRT Bid item 203- 01510 $ 4,600.00 HMA Paving S and SG $ 76.75 TON 1732 CDOT cost data 2012 $ 132,931.00 Ad'ust structures $ 524.00 EA 7 BRT Bid item 210- 04010 $ 3,668.00 Traffic Control Devices $ 2,500.00 LS 1 Engineer's Est $ 2.500.00 Traffic Control - Fla er $ 20.00 HR 140 CDOT cost data 2012 $ 2,800.00 Traffic Control - TCS $ 450.00 DAY 12 CDOT cost data 2012 $ 5,400,00 SubTotal $ 179,539.00 Cost of Services, Repairs, or Non -Standard Items Item/Task: Materials or Work Description Hours Cost $ Total Estimated Notes: Data Source TOTAL SubTotal $ Signature of Preparer. r TOTAL $ 179,539.00 11/29/12 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: 086 12-009 7332 Mason Corridor BRT DESCRIPTION OF CCR: Lost Time/Production. Exposed and damaged unmarked city traffic communi- cation line, Time lost waiting for line to be claimed by owner. UNCC damage ticket #A233101328. LOCATION: NW Corner of Horsetooth and McCleland, Storm line C1-1. CL 24"x38" HERCP. MEMO NO.: 35736 MEMO DATE: 11 /20/2012 COST CODE: 700.60023 DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL Foreman(1) 3.5 HR $ 55.00 $ 192.50 Labor (3) 7 HR $ 40.00 $ 280.00 CAT 321CLCR (05): Ex-33 3 HR $ 39.23 $ 117.69 CAT 938G (03): WL-33 3 HR $ 25.18 $ 75.54 TOTAL Concrete Express, Inc., requests 0 days for the above contract modifications. These are all of the visible effects of the above change we see at this time. We reserve the right to incorporate other changes as they appear in implementing this change. If you have any questions regarding this change, please feel free to contact me at 303.562.2000. Ryan �ickinson Pro jedt Man/ager 665.73 COLORADO DEPARTMENT OF TRANSPORTATION 10:14 Monday, August 27, 2012 316 ----------------------- ________________ ITEM UNIT COSTS BY PROJECTS -- 2012 COST DATA ITEM NUMBER/ ITEM DESCRIPTION/ _--____-___________-_--__-_--_____-_______-_____ UNIT/ PROJECT NUMBER PROJECT LOCATION DATE LET QUANTITY ENGR. EST. AVERAGE BID AWARDED BID --------------= 629-01210 Adjust Monument Box Each =________________-_-________________----- STA0404-052 SH 40 (COLFAX AVE): COLE TO S 05/17/12 4.00 250.00 271.60 270.00 WEIGHTED AVERAGE FOR THE SECOND QUARTER -------------- 4.00 ____________ 250.00 _______________ 271.60 _______________ 270.00 WEIGHTED AVERAGE FOR THE YEAR 16.00 437.50 242.99 267.05 630-00000 Flagging Hour =________________________-____-___________________ FSA 0831-112 SH83/LEETSDALE DRIVE @ MONACO 01/12/12 2,000.00 22.00 22.06 24.00 IM 2254-076 I-225 FROM PARKER RD TO MISSI 01/19/12 18,000.00 22.00 22.07 22.00 STA R600-401 US 36 OVERLAY 01/26/12 250.00 25.00 24.68 22.72 STA3501-011 SH 350, M.P. 63.7 TO M.P. 72. 01/26/12 3, 000.00 21.00 20.10 20.00 BR160A-022 AT SH 160/US 550 INTERSECTION 01/26/12 2,500.00 22.00 23.85 23.10 FBR0362-032 SH 36, EAST OF STRASBURG 01/26/12 60.00 25.00 26.98 23.00 MTCER300-185 US50A, US50D, US550, SH 90B S 01/26/12 400.00 20.00 20.00 15.00 STA145A-052 SH 145 ON LIZARD HEAD PASS TO 01/26/12 4,500.00 25.00 25.32 26.00 FSAD341-075 US 34 INTERSECTION WITH MALL 02/02/12 1,350.00 22.00 22.00 20.00 FSA145A-056 SH 145 NORTH OF PLACERVILLE A 02/02/12 450.00 21.00 26.43 23.00 MTCEC470-038 DOUGLAS COUNTY 02/02/12 120.00 20.00 21.07 14.00 STM021A-002 SH 21 M.P. 137.6 TO M.P. 139. 02/09/12 8, 000.00 22.00 28.60 24.48 STA095A-012 SH 95 (SHERIDANI: 68TH AVE TO 02/09/12 3,600.00 25.00 20.96 22.00 MTCE R500-122 US24 STRUCTURE# I-13-D MP221. 02/09/12 200.00 30.00 24.25 19.00 MTCE0252-418 I-25 RAMP METERING PROJECT 02/09/12 120.00 22.00 22.75 22.00 MTCER400-269 REG 4 NW - POUDRE RIVER BASIN 02/09/12 900.00 15.00 18.67 13.00 NH 0701-210 I70B WIDENING WEST OF RIMROCK 02/16/12 10,000.00 22.00 21.19 17.40 STA3921-010-PCCP ALT SH 392: I-25 TO 7TH STREET IN 02/16/12 91000.00 22.00 21. 94 21.00 NH0243-080 US 24 S ELBERT ROAD INTERSECT 02/16/12 500.00 20.00 20.34 18.00 FBR095A-011 SH95(SHERIDAN) BRIDGE OVER RR 03/01/12 500.00 25.00 25.91 30.00 FBR062A-015 SH 62 IN RIDGWAY 03/01/12 2,500.00 25.00 19.88 19.15 IM 070A-008 I-70 WEST CHAIN STATION PHS I 03/01/12 1,750.00 25.00 10.56 5.25 NH 2852-018 US 285 CENTER NORTH AND SOUTH 03/01/12 5,000.00 19.00 19.27 20.00 IM0252-409 I-25, M.P. 124.1 TO M.P. 138. 03/08/12 3, 000. 00 25.00 22.98 21.95 NH0504-063 US 50 M.P. 359.00 TO M.P. 366.03/08/12 4,000. 00 20.00 21.51 23.53 NH0502-065 US 50 MONTROSE COUNTY MM 103. 03/15/12 1,000.00 22.00 20.77 20.00 FSA002A-005 SH2:12TH AVE AND EB I-70 03/15/12 400.00 25.00 21.87 23.73 IM0702-314 I-70 MM 130.3 TO MM 139.5 03/22/12 4, 500.00 26.00 22.70 23.00 SIM 094A-032 SH94, M.P. 0.0 TO M.P. 17.2 , 03/22/12 4, 000.00 25.00 23. 66 22.99 FBR145A-049 STATE HIGHWAY 145 NORTH OF PL 03/22/12 3,600.00 28.00 25.04 25.94 MICE R500-126 SH151A MP 0.30 TO MP 33.96 03/22/12 1,500.00 22.00 14.25 10.00 NHO853-086 US 85 BRIGHTON TO FORT LUPTON 03/29/12 3,000.00 22.00 22.53 22.70 WEIGHTED AVERAGE FOR THE FIRST QUARTER 99,700.00 22.68 21.91 20.81 COLORADO DEPARTMENT OF TRANSPORTATION ITEM UNIT COSTS BY PROJECTS -- 2012 COST DATA ---------------------------------------------------------------------------------------- ITEM NUMBER/ ITEM DESCRIPTION/ UNIT/ PROJECT NUMBER PROJECT LOCATION DATE LET QUANTITY ---------------------------------------------------------------------------------------- ------------= 630-00007 FBR0343-034 - Slide in Const STA0404-052 C0703-369 MICE R600-418 NH0505-046 NH1601-062 NH0342-054 STA072A-033 STA0631-115 FSAR600-378 HPP0241-058 NH145A-045 BR0241-049 STU391A-010 STA145A-054 STE0702-322 C 133A-040 MTCE R500-125 NH 160A-019 Traf Ctrl Inspection ON US 34 EAST OF WRAY SH 40 (COLFAX AVE): COLE TO S 05/17/12 I 70 JEFFERSON COUNTY AND CLE O5/17/12 R6 HIGHWAYS: I-25/SH6 AND I-2 05/17/12 US 50 HASTY AND MCCLAVE 05/17/12 US 160 MM 37 TO 38 IN SOUTH C 05/24/12 US 34 EAST OF GREELEY O5/24/12 SH72- SH119 TO SH7 BOULDER CO 05/24/12 SH 83 - ANTELOPE CREEK TO CAS 05/24/12 SH88B ARAPAHOE RD CORRIDOR 05/31/12 SH 24 MM 168-172 06/14/12 SAN MIGUEL COUNTY 06/21/12 US-24 MP 178.0 - 179.25 06/28/12 KIPLING (SH391) 38TH TO I70 06/28/12 SH 145 NORTH OF RICO & NEAR T 06/28/12 VAIL PASS RECREATION PATH ADJ 06/28/12 SH 133 MP 43 IN PITKIN COUNTY 06/28/12 US160 (MP 39.05-41.0) AND SH1 06/28/12 IN PAGOSA SPRINGS, COLORADO A 06/2B/12 WEIGHTED AVERAGE FOR THE SECOND QUARTER WEIGHTED AVERAGE FOR THE YEAR 630-00011 Courtesy Vehicle 10:14 Monday, August 27, 2012 321 ENGR. EST. AVERAGE BID AWARDED BID ------------------------------------------ Day ------ _____________________________________________ 72. 00 5.00 5.00 66.00 30.00 45.00 15.00 20.00 20.00 25.00 80.00 6.00 21.00 16. 00 10. 00 17.00 6.00 53.00 1,592.00 3, 123.00 Day ---- 100.00 100.00 300.00 99.00 116.00 100.00 100.00 95.00 100.00 150.00 165.00 150.00 72.00 150.00 80.00 130.00 40.00 150.00 119.04 113.19 70. 96 81.10 12. 84 5.67 100.33 96.00 70.76 37.00 99.43 95.00 78.37 75.00 125.00 150.00 104.00 94.00 122.32 180.00 244.93 240.00 129.54 168.48 357.51 300.00 61.92 22.00 136.25 190.00 164.75 171.75 172.67 165.00 87.50 50.00 153.00 115.00 109.08 103.40 132.31 117.43 C0703-378 CR 314, I-70 FRONTAGE RD, IDA 05/10/12 40.00 700.00 512.54 535.00 WEIGHTED AVERAGE FOR THE SECOND QUARTER 40.00 ______ ___------- 700.00 _____ 512.54 535.00 WEIGHTED AVERAGE FOR THE YEAR 40.00 700.00 512___ _ _______________ 54 535.00 630-00012 Traf Ctrl Mgmt Day =____________________________-__________________--_ FSA 0831-112 SH83/LEETSDALE DRIVE @ MONACO O1/12/12 129.00 500.00 461.00 475A0 IM 2254-076 I-225 FROM PARKER RD TO MISSI O1/19/12 548.00 500.00 578.11 510.00 STA R600-401 US 36 OVERLAY O1/26/12 30.00 500.00 804.04 649.19 STA3501-011 SH 350, M.P. 63.7 TO M.P. 72. 01/26/12 70.00 425.00 513.45 570.00 BR160A-022 AT SH 160/US 550 INTERSECTION 01/26/12 55.00 520.00 626.25 687.50 FBR0362-032 SH 36, EAST OF STRASBURG O1/26/12 8.00 500.00 588.00 620.00 MTCER300-185 US50A, US50D, US550, SH 90B S O1/26/12 64.00 450.00 521.67 400.00 STA145A-052 SH 145 ON LIZARD HEAD PASS TO O1/26/12 90.00 600.00 620.49 625.00 FSA0341-075 US 34 INTERSECTION WITH MALL 02/02/12 42.00 475.00 437.25 450.00 FSA145A-056 SH 145 NORTH OF PLACERVILLE A 02/02/12 20.00 525.00 556.59 450.00 COLORADO DEPARTMENT OF TRANSPORTATION 10:14 Monday, August 27, 2012 117 ITEM UNIT COSTS BY PROJECTS -- 2012 COST DATA _ ___ ----------------------- __ __---- ITEM NUMBER/ ITEM DESCRIPTION/ UNIT/ PROJECT NUMBER PROJECT LOCATION DATE LET QUANTITY ENGR. EST. AVERAGE BID AWARDED BID ------------------------------------------------------------------------------------------------------------------------------------ 403-09500 Furnish HMA Ton NH1601-065 US 160 FROM MANCOS HILL WEST 05/17/12 3,832.00 85.00 88. 57 86.00 WEIGHTED AVERAGE FOR THE SECOND QUARTER 3,832.00 85.00 88.57 86.00 WEIGHTED AVERAGE FOR THE YEAR 11,831 00 76.89 78.42 77.13 403-33741 HMA (Gr S) (75) (PG 64-22) Ton =_________________________________________________-_ --------------- FSA0341-075 US 34 INTERSECTION WITH MALL 02/02/12 680.00 87.00 76.75 65.00 WEIGHTED AVERAGE FOR THE FIRST QUARTER 680.00 87.00 76.75 65.00 SHE0853-083 US 85 FROM FT LUPTON NORTH TO 04/26/12 1,272.00 80.00 83.00 88.00 FBR0343-034 - In Piece Const. ON US 34 EAST OF WRAY 05/17/12 4,702.00 85.00 101.39 106.10 FBR0343-034 - Slide in Const. ON US 34 EAST OF WRAY WEIGHTED -------------- AVERAGE FOR THE SECOND QUARTER 5,974.00 --------------- 83.94 98.93 - ----_---------- 99.75 WEIGHTED AVERAGE FOR THE YEAR 6,659 00 84.25 95.56 94.25 ------------= 403-33841 HMA (Gr S) (100) (PG 64-22) Ton =________________________________________________-_ FSA 0831-112 SH83/LEETSDALE DRIVE @ MONACO O1/12/12 841.00 65.00 86.27 71.40 IM 2254-076 I-225 FROM PARKER RD TO MISSI O1/19/12 1,384.00 65.00 57.86 57.00 FBR095A-011 SH95(SHERIDAN) BRIDGE OVER RR 03/O1/12 2,012.00 55.00 54.74 57.00 WEIGHTED AVERAGE FOR THE FIRST QUARTER 4,237.00 60.25 60.67 59.86 STA 0853-078 US 85 RESURFACING IN GREELEY 05/03/12 2,519.00 75.00 67.41 74.80 STU0062-027 US6 (VASQUEZ) FROM I70 TO 60T 05/10/12 300.00 70.00 79.72 78.00 BRR600-412 VARIOUS BRIDGES IN REGION 6 05/17/12 1,172.00 75.00 104.50 92.50 FSARGOO-378 SH88B ARAPAHOE RD CORRIDOR 05/31/12 1,565.00 60.00 89.37 75.00 WEIGHTED AVERAGE FOR THE SECOND QUARTER 5,556.00 70.50 80.27 78.76 WEIGHTED AVERAGE FOR THE YEAR 9,793 00 66.07 70.39 70.58 Concrete Express Inc. Labor and Equipment Rate Sheet - August 2012 CAT 938G (06) W L-41 ORTBO2117 $ 110.00 CAT 938G (06) WL-43 ORTBO2118 $ 110.00 CAT 966H (06) W L-45 OA6DO0167 $ 115.00 CAT 938G (06) WL-47 ORT602718 $ 110.00 CAT 93BG (07) WL49 CRD02427 $ 110.00 CAT 93BG(07) WL-51 CRD02426 $ 110.00 SCRAPER CAT 627C $ 245.00 BLADE CAT 140G $ 115.00 CAT 130G $ 115.00 WATER TRUCK CAT 613 $ 135.00 4000 GALLON $ 80.00 1600 GALLON $ 70.00 TRUCKING LOWBOY/TRANSPORTATION $ 115.00 END DUMP - ROCK TRAILER $ 85.00 END DUMP - BELLY DUMP $ 85.00 SIDE DUMP $ 85.00 VAC TRUCK - POTHOLE TRUCK $ ° 190.00 MANPOWER SUPERINTENDENT $ 68.00 FOREMAN W/TRUCK $ 55.00 FORMSETTER/ FINISHER $ 46.00 LABOR $ 40.00 SERVICE MECHANIC $ 70.00 WELDER $ 70.00 816113 Erika Keeton, PE Special Projects Engineer City of Fort Collins 281 North 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: 226 WCD 078 12-009 7332 Mason Corridor BRT Pricing to address WCD078 for asphalt milling and paving Mason at CSU from University to Laurel Mason from University to Laurel: CSU Campus NA NA DESCRIPTION OTY UNIT UNIT PRICE OT TOTAL Removal of Asphalt Mat (Planing) - 7" max 4500 SY $ 1.97 $ 8,865.00 Rip-Recompacl Subgrade 9" Depth - if required 4500 SY $ 1.85 ' $ 8,325.00 Asphalt Paving 1732 TON $ 74.95 $ 129,813.40 Adjust Manhole 4 EA $ 450.00 $ 1,800.00 Adjust Water valves 3 EA $ 250.00 $ 750.00 Sweeping 3 HR $ 80.00 $ 240.00 Traffic Control 1 LS $ 11,959.00 $ 11,959.00 Markup on Subcontractors $ 8,087.62 Fine Grading- Bladin 20 HR $ 115.00 $ 2,300.00 truckin- millin s 1732 TN $ 4.25 $ 7,361.00 TOTAL $ 179,501.02 Concrete Express, Inc., requests 8 working 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, Sincerely, , , ?, p n ue- To: Concrete Express Address: 2027 West Colfax Ave. Denver, CO 80204 USA Contact: Phone: Fax: Hannah Seely (303) 562-2000 (303)893-1949 Project Name: Mason Corridor BRT Project location: Mason St. (University To Lural), Ft. Collins, CO Bid Number: Bid Date: 7332 8/6/2013 Item # Item Description Estimated Quantity Unit Unit Price Total Price 202-00240 Removal of Asphalt Mat (Planing) 626-0000 Mobilization 4,500.00 SY 1.00 EACH $1.97 $1,500.00 $8,865.00 $1,500.00 Total Bid Price: $10,365.00 Notes: • Contractor/owner must provide ARS Companies with an on site water source & meter. • Contract quantities are minimum usage amounts, work performed in addition to contracted quantities shall be reimbursed at the unit price rate as stated on this quotation. • Unit pricing applies and quantities installed will be billed accordingly. • Water valves and all manholes are to be well marked. • ARS Companies is only liable for damages caused by our own acts per CO Statute 13-21.111.5. • ARS has included: 7" full depth mill, anticipated production is based on 100tons/hr. • ARS is excluding: Traffic Control, Temp Striping, Trucking, HBP Ramps, Water & Meter, Detailing (manholes & valves), Trucking, & sweeping. ACCEPTED: The above prices, specifications and conditions are satisfactory and are hereby accepted. Buyer: Signature: Date of Acceptance: 8/6/2013 1:43:06 PM CONFIRMED: ARS Companies Authorized Signature: Estimator: Kurt M. Sommermeyer 303-791-7404 ksommermeyer@arsdenver.com Page 1 of 1 t` - 1800 North Taft Hill Road] Fort Collins, CO 80521 Phone: (970) 407-3600 / Fax To: CONCRETE EXPRESS Contact: Ryan Diddnson Address: 2027 W. COLFAX AVE. Phone: (303) 562-2000 DENVER, CO 80204 Fax: (303) 893-1949 Project Name: MAX BRT C/0 (CSU Campus) Mason St Univerity To Laurel Project Number: 5766 Estimate Number: 5766 Project Location: Mason St. - University To Laurel, Fort Collins, CO Bid Date: 7/31/2013 Item # Item Description _ Estimated Quantity Unit Unit Price Total Price ROTO MILLING 1 Asphalt Milling; 7-Inches Depth: 4,500.00 SY $5.40 $24,300. Total Price for above ROTO MILLING Items: $200 jr3 0 RIP-RECOMPACT — 4 2 Rip - Recompact Subgrade 9- Inch Depth: 4,500.00 SY $1.85 $8,325 B� ui_\ i f�C' ` � oc :<—� �. Total Price for above RIP-RECOMPACT Items: , .00 PLACE ASPHALT 3 HMA Paving: 7-Inch Depth: 1,732.00 TON $74.95 $129,813.40 -Final Shape Subgrade. -Place HMA 4-Inch Depth (SG)(100)(PG 64-22) R 20% -Place HMA 3-Inch Depth (S)(75)(PG 64-22) R 20% Total Price for above PLACE ASPHALT Items: $129,813.40 MOBILIZATION MMM y100> 4 Mobilization (MMM): 1.00 EACH $1,500.00 $1,500.00 Total Price for above MOBILIZATION MMM Items: $1,500.00 MOBILIZATION ROTO MILL 5 Mobilization (Roto Mill) 1.00 EACH $2,000.00 $2,00 Total Price for above MOBILIZATION ROTO MILL Items: ,000.00 ADJUST MANHOLE 6 Adjust Manholes: 1.00 EACH $450.00 $450.00 Total Price for above ADJUST MANHOLE Items: $450.00 ADJUST WATERVALVES 7 Adjust Water Valves: 1.00 EACH $250.00 $250.00 Total Price for above ADJUST WATERVALVES Items: $250.00 Notes: • The following Proposal, subject to terms and conditions, as noted, and on the attached page, if accepted, shall constitute a contract between the parties to this Proposal. This Proposal shall be valid for a period of Thirty (30) days from the date of Proposal unless otherwise specifically stated in the Proposal. • This contract is expressly conditioned upon approval of Customer's credit by Martin Marietta Materials Ines credit department, and Martin Marietta Materials Inc. shall have no obligation to perform its obligations hereunder until such approval has been obtained. Project scheduling Is subject to receipt of accepted Proposal. Please sign in spaces provided to indicate acceptance and return original. Note terms and conditions of sale as listed on Proposal document. PRICES ABOVE ARE GOOD THROUGH 2O13 PAVING SEASON. • WHILE EVERY ATTEMPT WILL BE MADE TO INSURE PROPER DRAINAGE, WE CANNOT GUARANTEE COMPLETE DRAINAGE IN THOSE AREAS WITH LESS THAN 2 PERCENT SLOPE. SMALL WATER PUDDLES MAY OCCUR. • OVEREXCAVATION AND REPLACEMENT OF UNSUITABLE SUBGRADE TO BE PERFORMED ON A HOURLY TIME AND MATERIALS BASIS. • FINAL BILLING WILL BE DETERMINED BY FIELD MEASUREMENT OF ACTUAL QUANTITIES UPON COMPLETION OF THE PROJECT. • PRICES DO NOT INCLUDE ANY PERMITS, STAKING, TESTING, TRAFFIC CONTROL, STRIPING OR FINAL ADJUSTMENT OF STRUCTURES. 7 7/31/2013 3:13:18 PM Page 1 of 3 MARTIN MARIETTA MATERIALS INC. AGREES TO FURNISH LABOR AND MATERIALS TO CUSTOMER ASSET FORTH ON THE ATTACHED PROPOSAL HEROF, SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS: 1) RRESPONSIBIUTIES OF CUSTOMER AND MARTIN MARIETTA MATERIALS INC.: Customer shall reimburse Martin Marietta Materiels Inc. for all expenditures for any required permits or Inspection lees assessed by any government entity and paid by Martin Marietta Materials Inc. unless stated othewse on the reverse hereof Customer shall ensure that all manholes and other utility structures are on pmpergmde, in proper alignment, and are pmpery Bagged. Martin Marietta Materiels Ina shall not be liable for any damage to underground facilities caused by equipment used in the performance of this contract 2) SUBBASE, ANDIOR BASE COURSES: If the subbase and/or base course has not been placed by Martin Marietta Materials Inc., then Martin Marietta Materials Inc. shall not be liable for any defects In the finished pavement developing as a result of any subbase, and/or base course failure. If, after being achrsed of existing Inadequate or defective subbase and/or base course conditions, Customer cloads Martin Marietta Materials Inc to proceed with the work without first correcting those conditions, then Martin Marietta Materials Inc. shall not be liable for any subsequently occurring paving defects or failures. 3) PAYMENT: Martin Marietta Materials Inc will, from time to time, submit invoices to Customer for work Performed and materials and equipment provided by Martin Marietta Materials Inc.. Payment shot be due 30 days from the data of Martin Marietta Materials Inc.'s Invoice. Interest at the rate of 18%per annum shall accrue on all invoice amounts not paid when due. In addition, Customer shall be gable for all costs and reasonable attorneys fees Incurred by Martin Marietta Materials Inc. in the collection of any unpaid balance. The Customer shall not withhold retention. 4) TAXES: The quotation on the reverse side hereof Includes sales or use taxes as applicable on job related materials. 5) SHEDUUNG OF WORN: Martin Marietta Materials Inc. reserves the right to delay he work will, in its solejudgm rnt, a sufficient area of the job is ready to be paved. ff additional mobilizations are requested, they will be billed an a unit price basis. Customer recognizes that Martin Marietta Materials Inc.'s ability, to perform paving work Is dependent upon site, mother, and temperature conditions and Customer agrees that any projected sterling or completion data and anywark schedule will remain subject to site, weather, and temperature conditions. Marlin Marietta Materials h= will usage; best reasonable efforts to begin and complete all work promptly. However, Martin Marietta Materials Inc does not promise or wammrd completion by any specific data. 6) ADDITIONAL WORK: Unless otherwise agreed to In this contract quantity incm es will be billed enter on a unb pricebasis, or at time and material rates as agreed to by Margn Marietta Materials Inc. and Customer, so long asthe exba work can be performed while Martin Marietta Materials Inc. is at work at thajob site perfarnmg the original work Otherwise unitprices ter any additional extra work will be negotiated by the parties prior to commencement of such additional work 7) TERMINATION: Martin Marietta Materials Inc shall have the right to terminator the contract and shall have no further obligation to Partonn the contract in the event of anyone of the following occurrences: • Martin Madebe Materials Inc. is put on allocation for liquid asphall,fual,or other petroleum products, or lls perfomrance is otherwise restricted by governmental order or regulation. • Customer fails to make payments when due. • Circumstances or events beyond Martin Marietta Materials Inc.'s control prevent completion of the work • If Martin Marietta Materiels Inc becomes aware at my hazardous substance In, on, or under the property, Martin Marietta Materials Inc. has the right to discontinue work until the hazardous substance is removed or deait with in accordance with applicable law. Hazardous substance shall mean any substance defined as hazardous in any federal, state, or other applicable law or regulator. Martin Marietta Materials Inc, shag not be responsible for removing or otherwise dealing in any manner with any hazardous substance on the property being improved. The Owner of the popery shall indemnity Martin Marietta Materials Ina and hold it harmless against any loss, damage, or expense that may be incurred by Martin Marietta Materials Inc. which is caused by or attributable to the presence of any haardous substance in, on, or under the property. • If national or regional shortages of crude oil and/or other raw materials used for construction supplies occur, the parties agree that the contract price stated herein may be increased or decreased by the amount necessary to reflect increases or decreases after the data of this quotation. Martin Marietta Materials Inc shall give notice of any increase prior to commencing work, and Customer shag have the right to terminate this agreement within 24 hours after receipt of such notice of increase; provided, however, that the Omar a Customer shall pay Martin Marietta Materials Inc its actual expenses incurred through the data or such notice. • In the event Martin Marietta Materials Inc. terminates the contract for any of the reasons set forth above, Martin Marietta Materials Inc. shall provide Customer with an invoice for all work completed prior to termination, and Customer shall promptly pay the MI amount of said invoice. • Under no circumstances shall Martin Marietta Materials Inc. be Gable far special, indirect, or consequential damages incurred as a result of termination of work 8) WARRANTY: Martin Marietta Materials Inc warrants that its labor and services will be performed and its materials supplied In a good and worimunlike manner. Ail materials supplied by Margin Marietta Materials Inc. shall be of standard grade unless otherwise specified in writing. THIS WARRANTY IS IN UEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING THE IMPLIED WARRANTY OF MERCHANTABILITY AND THE IMPLIED WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, WHICH ARE HERBY DISCLAIMED. THEREARENO WARRANTIES WHICH EXTEND BEYOND THE DESCRIPTION ON THE FACE HEREOF. Martin Marietta Materials Inc.'s warranty shall continue for a period of one ymrfrom the date of substantial completion of its work hem under. Any claim for defective workmanship or material or for breach of this warranty must be made in writing, delivered via certified mail, return receipt requested, to Martin Marietta Materials Inc. within 20 days from the date or delivery of the materials or performance of the work by Martin Marietta Materials Inc.. Failure to comply with the preceding clause shall cmnstilNe a full, complete, and unconditional acceptance of materials and work Martin Marietta Materials Inc.'s liability hereunder, whether in contract tort, under any wam enty, in negligence or otherwise, shag be limfted to the reasonable cost of any labor andlor materials shown to Martin Marietta Materials Ina's satisfaction to have been defective. Under no circumstances shall Martin Marietta Materials Inc. be liable for special, indirect or consequential damages. The parties agree that ff soft sterilizer is required to be applied under the tam of this contract, a licensed corNactar other than Martin Marietta Materials Inc. will perform such application. Martin Marietta Materials Inc. shall assign to Customer the manufacibirers warranty, If any, given in connection with such oil serifizer. Martin Marietta Materiels Inc. shall not be liable for any damage mused by such application of soil sterilizer. 8) ATTNORNEY'S FEES AND COSTS: In the event that Martin Marietta Materials Inc. either Initiates or is named as a party In any legal action arising from or related to the furnishing of labor, services, and/or materials to Customer, Including any litigation to enforce a mechanics lien, Customer shall be liable for all costs and reasonable attorneys fees incurred by Martin Marietta Materials Inc in such litigation. 10) INDEMNIFICATION: To the fullest extent permitted bylaw, Customer shall indemniy Martin Marietta Materials Inc. and hold it harmless from and against claims, damages, losses and expenses arising out of or resulting from performance of Martin Marietta Materials Inc.'s work under this contract, provided that any such claim, damage, loss or expense Is attributable to baggy injury, sickness, disease or death, or to injury to a destruction of tangible property (other than the work Itee1), but only to the extent mused by the negligent ads or omissions of Customer, Customers subcontractors, anyone directly or Indirectly employed by them or anyone for whose ads they may be liable. The parties admowledge that this document contains the entire understanding and agreement concerning the work to be done by Martin Marietta Materials Inc.. Them are no agreements, oral or otherwise, which are not cat forth herein. 7/31/2013 3:13:18 PM Page 3 of 3 NORTHERN COLORADO TRAFFIC CONTROL, INC. 1712 1 STAVENUE • PO BOX 490 GREELEY, CO 60632 At GREELEY: 970.356.68B1 • METRO: 303-659.1729 • FAX: 970-356.5862 TRAFFIC CONTROL QUOTE CHANGE ORDER 9 5 PROJECT City of Fort Collins 7332 MAXIBRT S. MASON ST,: UNIVERSITY TO W, LAUREL MILL AND PAVING OPERATIONS QUOTE DATE 08107120113 DEVICES FOR S. MASON ROAD CLOSURE 28 EA B SIGN PANELS WITH STAND $50,00 51,400,00 55 EA A SIGN PANELS WITH STAND 520.00 S1,100.00 12 eA TYPE III BARRICADES $40.00 $480,00 14 EA DRUMS S20.00 $280.00 1 EA TRAFFIC CONTROL PLANS $35.00 $35.00 \ Al 3a�5 Per Day Traffic Control Supervisor and 1Truck (12 He Max Shift) $500.00&1b &iocv "" 5 Per Each Certified Flagger ( 12 He Max Shift Each) $21.00 $504.00 , c - Per Day (3 He Minimum Per Flagger) Rio 3� Overtime Rate for TCS (Over 12 Hours per day) 350.00�� Per Hour TC5 (Over 12 Hour Day) @ $50 001Hour �0D Overtime Rate for Flaggers (Over 12 Hours per day) S29.00 e Per Hour Flagger (Over 12 Hour Day) @ 29,00lHour NOTE". Additional Devices ( If Needed) Shall be billed at Contract Prices _ <kk Concrete Express: 1 1(��CiuC'C) By: Name: Date: Northern Colorado Traffic Control: By: Name: Date: ma f. WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 078 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: (Title of WCD): Asphalt Mill and Pave - CSU Campus (Mason St - University to Laurel) This work change directive directs the Contractor to price and, if accepted, mill asphalt to a depth of 7-inches; fine grade, trim and pave HMA (4-inches SG; 3-inches S) on Mason Street from University to Laurel. Grades shall conform to the existing conditions. Manhole, valve box and other appurtenance adjustments through shims, grout and any other necessary means to properly adjust these items shall be included in the price for paving and not paid for separately. Pavement striping this section of Mason is included in the base BRT contract and shall not be included in this WCD (see sheets 604-607). The work shall include supplying equipment, labor and materials to perform the work according to the MAX BRT project specifications and approved submittals. This work shall be paid for according to the following schedule of values and billed as a percentage of a lump sum in each pay application. The quantities shown below include 5% allowance for overrun. Asphalt Milling: 4,500 sy at 7-inches depth HMA Paving: 4,500 sy (1,732 tons) at 7-inches depth as noted above (4"SG/3"S) This change is being initiated by the City as this section of Mason Street is the only unimproved section of roadway along the entire BRT project. The existing 4-inches of aged asphalt is not designed for carrying the new BRT bus load. The improved structural section of Mason will better accommodate the BRT and future traffic loading. CEI supporting costs; geotech test hole information; Sheets 106-110 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:�,',�:_._�cGT��" July 29, 2013 net Date r � Recommended By:�Pf July 29, 2013 Construction m0hager Date Copy: Owner, Engineer, Field File - SharePolnt WCDO78_CSU MASON PAANG_07-29-13_DRAF FOR PRICING PAGE 1 OF 1 MEMO 10 JOB NAME JOB 0: COST CODE: lee • cos?4 DATE: 4/�� ISSUED TO: CZ7,y of Fr ,,,,, DESCRIPTIONOF •- 35734 CONCRETE EXPRESS, INC. 2027 WEST COLFAX AVE DENVER, CO 80204 PHONE:303-562.2000 FAX: 303.893-1949 SPECIFIC LOCATION OF WORK: W, BREAK DOWN OF HOURS CITY LABOR EQUIPMENT MATERIALS HOURS EACH TOTAL HOURS TOTAL O.T. Ferrr�w,/ craa 3.S 3,S -7 3 3 3 3 3 CONCRETE EXPRESS, INC. NAME: 1-tzA.r7ce l.PGUGA? TITLE: f�py��- r—� DATE: e!4 oa ACCEPTED: NAME: TITLE: DATE: PD-25 PO 26 El. 4994 EL 49N STA 451+00 STASM-40 E.G. P.G.L. E.G.- 1P.G.L. &12 1V11 btz Ibtl LTb12 M12 UrV OF FORT LOIXM8.FNGINEFAMG OFP O,O MV9N SiRE£f LdIRIWRRRT pgO1EGT LILIT PPOIEttIp. FLY1$pLpt-1 ]5 PD-27 PD-28 PD-29 PD-30 PD-31 P"2 PD PO-N El. 49M El. 499$ El. W00 El. 5000 B. 4995 EL 4985 El. AM EL 9995 STA 507+30 STA 512OD STA517-M STA 522�0 I STA 527+00 STA 02+00 STA 07] STA 541+62 P.G.I P.G.I. P.G.1E.G. P.G.L. SIT E.G. E.G. W12 W12 2a11 Ibil1 DQtV11 ar] E.G. 499 a12 ]V12 L1/11 N12 i1] 912 11111 ]/1] 1112 1.12 49 aau W12 AC=4' BC=14" W12 1.12 W12 49$ AC=4' AC-,P SC=$" VII BC=$= 2 498 497 AC=4' 90=12' 49] NOTE NO PROFILES SHOWN ON THE PRELIMINARY CONSTRUCTION DRAWINGS FROM THIS POINT NORTHWARD 4965 Summary Logs of Exploratory Borings FIGURE A-2 --_._8--- APPRDYIMATF BGLE- t'=tMb' 11 iqP' 1gCU' 0 � UOC IITOI'IN% rltfiNBli CENTER j PD VO PU iJ PU.I NDvressr. n 2 p pJ z P y N C U PO25 L910 (]B 15 CBI16 4 O O p ] LB 13 CB 13 O O p p p S09 BID m p o p sBn sDseD cello 0PD ]. Pnn P026 O � REMINGTON Sr. FD 30 T-IJ PU ]ll PUII/ COLLEGEAK. P030 II I) PD O.fI PD J2 FO JI � O.W PU P9 Pp$ PDll MA60N ST. PU:B PD.] O O o YlAI L SIX, WALL WFOUR Z PD21 1 PO to fO fB CB ID SR S. `B. Bq. CB. CB2 PD O O 0! 22 W20 • p V VZ C0 9 CBfl CB) 6�0 LLWDOR 3 G _ ^RCTIC fA _ D l�—yCB eon Box cuLVERr j= T 7 m LEGEND: PO t p LY MYI fRSXn.rtutOry OMl10lOq VI.VE1Elll (k'EA:11 Get 0 vn.ia son`nwciurtE oEslr, II rm OF MIT .11IRS- CN1,1RIRINO D3'MTI.IeNr LeI 1«Arox O'FFLCMimv 1/MON CIREFT GOPPIIpq qRT nRILECi p 1M1. fM •�v[ICIrt IMt I. 1 L I IvgOJEL I NV.FA1E:.v4M 1- 1 KI 61n.KTYCE MSS H COLEGEAOE. PUfe TO 14 BID13 BID 12 RD 11 P010 PD9 BID PD] me PUb 11 PU 16 O O O O O O O O O p DB:Y 28] I !'REEK PROPOSED Q BRIDGE li r"NSNBR FO51 CENTER BLV[ 82 SS FD3n O O O GDI O - p BD pp1 DIKE PATH Generalized Locations of Exploratory Borings FIGURE 1 p ROADWAY NOTES: - I� �t w .'_, Rn u css DIK4xlf! wrto. : - U . f ._ .. . .- rw uvtolrL Kow,tla. a rr.''),L 1 -. .. W,n^T¢vnIXxi .`. �� Y Mj — --r---__— 1. YEP1.'eoDUIDD.L KmD.r . L Al FIFE— PAT And, Fati •``; et � •_ •. ,De, ray I - s w rrwwtox. Icatiall 5.40a-LID Sli i 1 n MIs rIRILN I GPL x w,.IgIGX.Lp��.� a e SlE WNx.¢ 9[ - r ��UK—� X'PAGE L'al �Kww� 1111. NO IIWI Irrt ] Isxniel ana Ir]0_� ✓sK.FN tmr�• '....I � Iw. FEEL _ 1 AFL T"" z `-1.A l di �. Rrunr [,R L41t _ ID.[R Is r •..4alq'Lt. 1. SNE�c�N E 8 I I ron rm FiF— IKKAPTAT • �N9 N - I 1 m^x BNSF RAILROAD O 4 ... o. aD� r�xF I TI LEGEND: .. on � — eaTO eww.w Fair,_ __ ______ L- """""___ _ __ _ 11 SOUTH MASON STi- �� __ ___ KKK.rt _ o---_ Y E.I. »: r, 1 _ r lay I� j I` 1 irrt :66'Sf T zuxma �N fI'IIr N ITS JrtO `II ii—Ilrl _II w� r nrt '..... -__ tar zr wt x. 9�_ WO - _ - -'- t¢K In, �.. 1 x , st__ r Enc .o , = impx] R—A, A, oo n .I,� DtBPI i f zM9t"ouml Pic J R oPMrxzA x �y sr[e'tu�.iw3 .nr•Ky '�wKFEE Bea [�.rw J - - - - -- - — - — — -- ��- --- r a a. ,-. AT, - r POD I,�F �- -T APt r GIB111 -r V �s O tPvil y Imo. < e u3iFn°oi.n�. UnGLAT T 5 sODa� 2� a Y ilwotvw:etExoo xx O Z9' 20�• �. tlp_ _.. ._r _.E ,eo.�— _— 5ao4 9 S} P •......••ap _ R� _ LJ �� LL X S I $ e sooz l_._—�, n _ S�ONAL E _f ____ w s. a I Gb -- 1 -" --Ij� ---o-=- -- - I--- ��:-n 1R.. Tb--r�i- — —'-- --------fin--. 5aD3 — .�_— � na wsa m z - WO W z aat o I Ituox-� R W 0 L i 50001 i Jam__ ll zz__5000 1. i. 3 8 r111 �' R I mx W a.rEx Eli S 3 'u I� C __ __ + I. g W 4990 Le 11T w 5 W i —• Q g gg 3 0 996 �. 4 S a99C wf[wIXvp�PIMi,P®11� .uml _ 4994 T D —edot. _ _ D". EAST GUTTER LIP 'I —.1,Lt.l____.._.-_-.__-__L._--_..__-_.__--_l._.-_-.___-.i_ __ I L__._.I I uircL a99z __�_o>•m.I 1_�_�_�Lrt_wtl.w I r-� Dz?,: a `zo3mo —" ""°^ °"BAP zD.mo 205+00 zoswD rzm+oD ed 'Project Print Dal /z Sheet Revisions MASON CORRIDOR BRT Construction Drawings ROADWAY PLAN AND PROFILE No. 7073 T- Far Nome: ]P-2r' NRaotivoy_pP.p4l.tlgn n"T -" Ir.v Collins Srn. 0oJf00 i0 SIA I]oDWO Dela: CDrm:nl< Init. Revisions: FI CdNe: ]D]} HDriz. Si 1"-za' Vert Scale I"4' - ! 1, Unit Information Unit Leader Inilba Q 0 Reviseeo Desigrcr. Jp° syucWre mL�F RVMere De101ar: REH PneeL wmne. 106 'e a ::8 Bid11,.BYd ,asn«I voa: sDfie<I: aaeownv sw,a sl<a>: ass Dr noI CI-302 ROADWAY NOTES: »esN nmN.wR �t uT"D uneRxse`RR. _ — nn .. alp bo `'.— DFORR Du LEGEND: __— o q0 0 m s m cuve rvv[ i N N iegumnv "'m am, RRBNSF arwga $ 7 RAILROAD rrx— eoumeue me or Our r� A w O `I Is.IrAg<�ilwl uamo u ersiprA°-.Wlsrm4p.R &a€ Irvcn o miT= 'N s[E �5 Jei--�---/ �� e..TINa Re' Te.errm. EA—EIT SOU MASON STI! lid II? 'i� 5 ~w lls Ns s — — — :.R.,REm rwsE•eRT 02 7j4flRT 4996 4996 4994 4992 4990 60 4906 4986 4992 g � ,l�l K. euemm o. eerv.meNT a.,E.Nr K. euemm o. eerv.meNT a.,E.Nr A I � �: m..A. g. aa'Rg• 1 I u:F y , ia'°Na"� ggTe sax. ffusrR,w Taut r e��NTJ �I 4996 I e i e•.s•aVIT[ ex m a i� 4 • O-i—_ 22_ 4994 4992 499 I ($b MID I a 23 --�_—i--_ 1snm' I i I I •, � I N --' {----•- I FAST GUTTER�LII p 6966 69Bt 1208M0 1209M0 12I0 MfI 9u,nu Dale: aneeT rtevlslons Lommen[5 Inil. MASON CORRIDOR BRT =21 let .1R tmxco 111 one ma Cpnstruction Drawings ROADWAY PLAN AND PROFILE ST&1206M0 TO STA. 1212M0 N Revisions: Q R isstl: 2si-9 JDP Structure VoiE: Deloiler REH Numbere SM1eel Snbgel: RpgD AY I Subee151 77 R5] of 30 Project No. rl. Collins: 7073 Sheet Number 107 Tlv 7 ROADWAY NOTES: I rp —TRN! IT ,IB..ESS pI�B BE TEB IM �o1Tals e.m11 �°., °^ J. SE [nnI Nn4E SIEEIe im nIAIxIYIY B.. a,o r' Ir�m°xlm. LEGEND: r �....... •, "I I INI— TYPE I V "SSBN w Iv ONSF 7T0i RAILROAD a° to • ...- ... .. _.. .. .. ... �¢ - [95Tlw way. i Z Z BLS IKRAZI"WIwE SIIEZIs_, —11.14 w..1 °T�,I"SnsoB.Ln iIYK 1°p ICBUS 705 51FL S sEE UIE IK"w5 T"uCIME (e I NI IN. LIurt xniw xEwm.wY EknEWNx Cn TNT"'_ — — — xlE..uE.x e.I V =o E'wE"E"' ySOUTH MASON ST. n �w / r 867A 17 sf iN Ifs IS IIS IIS 115-If5 IIS IIS 11. li5 <— IIS ❑ I U QW I i/CF ill IS �PD� 1 1. ....... ..... IIS —LMM i31 24 • 24 .•.._ ITa, 6.;J 30(20 ffw NTE� ",eEII a99fi q - DNAI 1 4994 ' Iei BluEla[0 Ox , I v 4192 4990 4988 wo i_ 49 1 6986 '— _4-- — __ j —�N —_I_ — _ _ �— — —' I �:-.��• ,s __--L--_ -- _— f �`T � I <w r�—,. i elm � e F I IIIL �—N 49.2 6982 EAST GUTTER LI --` I _ _—JImu L° I212100 1213i mvsiU ai0o Io x e(nl 9/2d/2RT Sheet Revisions MASON CORRIDOR BRT yyfCd W15 j'h,^- ,` m0 eroxx xxe Cmt;truction Drawings ROADWAY PLAN AND PROFILE sTA. 12I2Wa TO srT. IZIS Wo Project No. III- Npme Name: onle: eommenls 1m\. u0 Revl°jOps: pl. con ny.]m1 Sgn : VIM scple I -zo' ye11 scple 1-7 Init I wllpm[mpl pn uril Lerner In 1pls .1 O Reyjsea: oesl9nen doP s1rBml,Ie 0 ypjd: 'Natal., REIT Number SM1eel Number 108 I , 11.1,-,: RaAO Y Sub°e15M1eelx: R59 .11J0 C1-302 7 ROADWAY NOTES - NNN) Ea e11< �r n mr,BEi' r ars�"°r`ExErrmaNEaea.e �, alee w N>i rE erNe Ee svE el xai lseru z. I awe is a II ash"Ia��xE-eo',°ei —r ,J iw��.�9•m.Bau,iw fill, z, Boa ad Eis r- - _: �i .. i ., sFEea. w 1_ PAN ..—.__ 04 __ ;�._.v _ _I_.N— Jlz '� I .ee Trw i ., .. Neure I Frcun. xa pox J _ Wu e IN cwe 0iaxxs �� aEiuNm wu� yRl 1 I NSF -RAFT 1 ` - r I_• .. ' srmu sErcx .�-. R' Exsrncc o wir[a _ �b .... Z nl -. 1 _ _ �_ II _ . icr ON /E,Ei°sfd1rliT Z 2 --wwmi �c> ' ` SOUTH MASON ST j'IF �' m me.': —._ iawFla Uo .wB a ; k-' rh III....Z3 1 114979 ,a. i8if,, Evn rr aay. a W rerxENmu. //- I a .a N. Eb[T S cEm,wExr ITS —>a anewo ..ill Sll - — wEuexr r a b Ii5— .—-5 I 1 a .r. .ad� ff s. Bx[I om ar. z E�cnxc au�mw apw�W O EBa recnw. _______ s[ raE uNI�IT _____ __'__ , '1 " ry C4fAElE eax _ ________ ______________ 18 BMNI �iFUM r w SaiiMm Bl(E/ ry n' Mr, Ewsocm _ rNN ` - 0' 'r ariirNEnF3� _ __________ -J rxxwx]xirt, fvm, o' xa Boy 5004 le IN. "Fr[ srarux fermi., 'E sruwxx 5002 5000 Y 4998 4996 V 4994 4992 4990 i 49Be i I WO r I I II II �_.• i d � I ay i Vi I S WEST. GUTTER I ELOWLINE L__�i rn �.-.. �FSK'� u w cmm wa wx1 _- .-__.4996 O. 4994 6992 i ex e r 000 ZZ _ r RPON I GIL o �a V� - � 24� a °II3o'Zol. � _�� -•I O�FSS/�...• N��t' I ONAL _ _ _ —_I _ I ___ I ___ ---- __ ._ I _______ __ _ __I___ I ___ GUTTER __ ___ -�.. �_�. 1 LIP) ___ ._L_�'. --IJ--I 1�.. �-- b -- L a9 96 4994 4992 I .�� �EAST MASON CORRIDOR BRT Construction Drawings ROADWAY PLAN AND PROFILE No Rev sione: STA. 1216400 To S1a 1221M0 OIYi C(��015 _ asx 4� . Rev led:Oesrgner. JDP Structure Aro LONT Eme,m aM22 ozze 30e Oeloiler, REH Number Void: Sheet Subeel: ROADWAY SUMe1 SFeela: R59 0l t zse Nxr Project NO. FL Collins: 7073 Sheet Number 109 Tl% v ROADWAY NOTES• - r T TRE Z IeP THE . z E951Ir:C PO'n-� Roux -N s IMoxM,Ilw. LEGENDr,ox ucwo c Ix GET IT' I M rw oTes c I EmlAsuds us. ffePN y NO �rauwuE _ .__._._I¢a'I« JV. fsh PITTER L1. EXISTING Los, Z O tr•irsur TETTU'1'�.U.r - - Isxuccol EA[EYEMI F W mm — r[Pxvsxr [w¢II[xI O — I-' ITTIGG T— Ills— RUG P IN. I L J4996 I I 4994 I 1 I iw`°�4-. : i °e-11ITT III Ij S°E Iraw.v`s- urc s NTU18$"°IT IT - S ' i ~ - _7 } . I W¢ - I I I . Na j JI G. eve G ITT, MII WITIN.Wrr i IPINCIµToh ,—Cci 1.11111E_xa xwmi novNTING cum NE i T T lle INI._ II Is NUN {(III �� IT udsore "ARRITHEN �— musu $ � —r �i Imo:�.a99e rRETURN n"m Me LsscTEEITI I �L.__ Lh I I I a ' p{ j EN f ves w L 2L" N rcL u6NT rx) ` tw 0V - x. L� WEST'' GUTTER FLOWLINE -WEST GUTTER( - LIP wo z uo �—. 1 _ —__I _ _ar ___— 00 I I I _ �N $ ski I I19 e El 1Ed �i 9 J.mwGLE 1—_..._._ _. i eE �__. J _— 1 RN —J --4 -- — 69s6 EAST EAST GUTTERJIP ____ __—.._.._.—_ I Lai ��of . 7 Collets No Revisio Revised: Void; I G`TTERus. RR, ETE 'e c 224MnE.U. Io (wings ROADWAY PLAN AND PROFILE - STA. 1221ro0 TO STA. 1225+00 Project No. St. coume: ]m] Nesigner. J�P Short... Numbers OetoileI REH Sheet Number 110 Sheer Subset- ToLDWAT I subset Sre,ty- MEN oI 110 C1-302 Title: Change Order 13 Date: 8-23-13 CONTRACT CHECKLIST FOR NON-COMPETITIVE PROPOSALS (SOLE SOURCE) Checklist Item Contract File Comments Location 7) Independent Cost Estimate The City made and documented an YES independent cost estimate before receipt of proposals. 10) Unnecessary Experience and Excessive Bonding Unnecessary experience and excessive NO bonding requirements were not included in this solicitation or contract documents. 11) Organizational Conflict of Interest (OCI) If there is an apparent or potential OCI the solicitation contains provisions to eliminate or mitigate the conflict (e.g. by inserting a clause NO that prohibits the contractor from competing for the follow-on contract to the current design or research contact) and OCI Certification is submitted by the contractor. 12) Arbitrary Action There was no arbitrary action in the procurement process. (An example of arbitrary action is when award is made to NO other than the contractor who most satisfied all the City requirements as specified in the solicitation and as evaluated by staff. 13) Brand Name Restrictions Brand Name or Equal. When it is impractical or uneconomical to provide a clear and accurate description of the technical requirements of the property to be acquired, a "brand name or equal" description may be used to define the performance or other salient characteristics of a specific type of property. The City must identify the salient characteristics of the named brand that NO offerors must provide. When using a "brand name" specification, the City does not need to reverse -engineer a complicated part to identify precise measurements or specifications in order to describe its salient characteristics. FT A's "Best Practices Procurement Manual," (BPPM) contains additional information on preparation of specifications including examples with specific language. 14) Geographic Preferences The solicitation contains no in -State or local NO geographic preference except where Federal statutes mandate or encourage them. 15) Contract Term Limitation The contract period of performance for rolling stock and replacement parts does not exceed five (5) years inclusive of options without prior NA written FTA approval. For all other types of contracts, the procurement file contains evidence that the contract term is based on sound business judgment. 18) Award to Responsible Contractor The City made a determination that it was awarding to a responsible contractor considering such matters as contractor integrity, compliance with public policy, record of past performance, and financial and 1. Y technical resources. 2. Y 1. Appropriate Financial, equipment, facility 3. Y and personnel. (Y/N) 4. Y 2. Ability to meet delivery schedule. (Y/N) 5. Y 3. Satisfactory period of performance. (Y/N) 4. Satisfactory record of integrity, not on declined or suspended listings. (Y/N) 5. Receipt of all necessary data from vendor. (Y/N) 19) Sound and Complete Agreement This contract is a sound and complete agreement. In addition, it includes remedies YES CHANGE ORDER for breach of contract and provisions covering termination for cause and convenience. 24) Clear, Accurate, and Complete Specification A complete, adequate, and realistic specification or purchased description was YES available and included any specifications and pertinent attachments which define the items or services sought in order for the bidder to properly respond. 38) Sole Source if other Award is Infeasible The contract file contains documentation that award of a contract was infeasible under small purchase procedures, sealed bids, or competitive proposals and at least one of the following circumstances applies: (1) The item was available only from a single source. (Verify prices are no higher than price for such item by likely customers.) CHANGE ORDER (2) Public exigency for the requirement did CONTRACTOR IS CEI not permit a delay resulting from a competitive solicitation. (3) An emergency for the requirement did not permit a delay resulting from a competitive solicitation. (4) The FT A authorized noncompetitive negotiations. (5) Competition was determined inadequate after solicitation of a number of sources. 39) Cost Analysis Required Cost analysis and profit negations were performed (initial award and modifications) And documented for price reasonableness YES was established on the basis of a catalog or market price of a commercial product sold in substantial quantities to the general public or on the basis of prices set by law or regulation. 40) Evaluation of Options The option quantities or periods contained in the contractor's bid or offer were evaluated in order to determine contract award. (To be NA eligible for Federal funding, options must be evaluated as part of the price evaluation of offers, or must be treated as sole source awards. 42) Written Record of Procurement History The file contains records detailing the history YES ORIGINALLY SELECTED of this procurement. At a minimum, these BY BID PROCESS records include: CONTRACTOR HAS BEEN (1) the rationale for the method of RESPONSIVE AND PRICES procurement, (2) Selection of contract type, ARE FROM EXISTING LINE (3) reasons for contractor selection or ITEM PRICING FROM BID rejection, and 4 the basis for the contract price. 43) Exercise of Options The grantee exercised an option on this contract adhering to the terms and conditions of the option stated in the contract and determined that the option price was better NO than prices available in the market or that the option was a more advantageous offer at the time the option was exercised. If an option was not exercised under this contract, check NA. 44) Out of Scope Changes The grantee amended this contract outside the scope of the original contract. The YES, THE WORK IS OUTSIDE amendment was treated as a sole source THE ORIGINAL AGREEMENT procurement (complying with the FTA requirements for a justification, cost analysis and profit ne otiation). 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. 11/05/12 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: l/VD�� Ul� OCGv� iNz N M \( f -L- i IO�F S 046 12-009 7332 Mason Corridor BRT O 7'y zeo-v DESCRIPTION OF CCR: Expose and Dig for 2" Steel Gas Main Lowering line shown on plans as a 12" line. Backfill Gas main after lowered by xcel Line 63-1 MEMO NO.: 35634 / 35629 MEMO DATE: 10/31/12 & 11/2/12 COST CODE: 700-60002 DESCRIPTION QTY, UNIT UNIT PRICE OT TOTAL Foreman 5.5 ..' HR $.. - ,.. 55.00 $ 302.50 420D CAT RB-21' - 7 . HR . -- $ 80.00 $. 560.00 Laborer (3) 13.5 -HR $. 40.00 $ 540.00 TOTAL $ 1,402.50 Concrete Express, Inc., requests 1 day for the above contract modifications. These are alfof 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. 47) Time and Materials Contracts This is a time and materials contract; the grantee determined that no other type of NO contract is suitable; and the contract specifies a ceiling rice. 48) Cost Plus Percentage of Cost This is not a cost plus a percentage of cost NO type contract. 49) Liquidated Damages Provisions This contract contains liquidated damages provisions and the assessment for damages NO is specified in the contract at a specific rate per day for each day of overrun in contract time. 50) Piggybacking 1) The file contains: Assignability provisions. NO 2) The procurement file contains: Price reasonableness determination. 56) Clauses This contract contains the appropriate FTA YES required clauses. Excluded Parties Search YES EPS run and include in the file. 11 JOB NAME: JOB M COST CODE: DATE: ISSUED TO: MEMO 35634 CONCRETE EXPRESS, INC. 2027 WEST COLFAX AVE DENVER, CO 80204 PHONE:303-562.2000 FAX:303-893-1949 DESCRIPTION OF WORK PERFORMED:,-R,� SPECIFIC LOCATION OF WORK: BREAK DOWN OF HOURS QTY LABOR EQUIPMENT MATERIALS HOURS EACH TOTAL HOURS TOTAL O.T. /z 4<E Ix s v CONCRETE EXPRESS, INC. NAME: TITLE: DATE: /� j�c ���^o,•^ ACCEPTED: NAME: TITLE: DATE: Fa£ MEMO 35629 C JOB NAME: JOB #: /'?, 00 COSTCODE: �oe.,foee2 - DATE: ISSUED TO: �Ty . sT CONCRETE EXPRESS, INC. 2027 WEST COLFAX AVE DENVER, CO 80204 PHONE:303.562-2000 FAX:303-893-1949 DESCRIPTION OF WORK PERFORMED: SEC SPECIFIC LOCATION OF WORK: ,.r,,,e,,, E ? 3./ BREAK DOWN OF HOURS CONCRETE EXPRESS, INC./// NAME: H:Fc rFF..ve.J 'AnoGl / TITLE. DATE: ACCEPTED: NAME: TITLE: DATE: M mat WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 019 PROJECT: Mason Corridor — MAX BRT OWNER: City of Fort Collins— Engineering Department ENGINEER: Michael Baker Inc. PROJECT NO: 7332 The following additions, deletions, or revisions to the Work have been ordered and authorized: Description of Work: (Title of WCD): Storm Line B3-1 Design Changes This Work Change Directive (WCD) clarifies design changes to the contract for storm line 133-1. It changes MH133.1, MH133.2 and MH133.3 and pipe sizes to HERCp versus Arch as bid. This WCD also addresses changes to the pond outlet near MH133.2. To address incomplete design issues for this pipeline segement that were not constructable. 318, Type 16 detail and sketch details 1 through 4. 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: r .;.i. jam_ L�Ut'i October 27, 2012 er Dale Recommended By: / ` October 27, 2012 Construction Malfiager Date Copy: Owner Engineer Field File - SharePoint WCDO19—STORM LINE B3-1—DESIGNCHANGES-10-27-12 PAGE 1 OF 1 N O cf e r ra j I j 64i00$-.Ni fee P O IL; II I.TTEDEC,mom a j i I j O n ! rlam r " i'I o .'�mw'"`.ro o a a jl i s€[1 ' I 0� I, 'I � I, 00 ) / 381a5'HERCP- I f � � !•I I MHBS.1-6'DW. O> ! f 1 mw.s9 III II n :;NINETDE Ta_ CI u IiIsI m1 i tI j i I 1 FFlatavl Use P(see«e EcNasaeil nts 1, O lid I 1 ;m . �l i, n 63+00i j c'� �II IIII YLINE>z B3 Dal aa� O ¢. k U ¢ ' 4 II r DN,$'HERCP- i aPuebm. d39M.=CP- j r' .I Class lV ml , 1 ai 1 9 me Clas lams C ci I I �� 1 i. class III J I i 'aSQO RFGisn,°�,. �I o c�� ;iI Esll li ^' o I ; II �� I p E�.�' 61 II l 1 ,E I i� 00 62+001 I i I •^ u-'- ' SS....... v(�.a° C t li ICI 'III ri DRAINAGE LEGEND n r;�rI � II'I I 1 I I I' •� 'I i E%ISLtlG P.9DEDSEO Irru nrsr.Rlvrmu 6 O On NnTF ° 1 �I �IIIssOTH.ED WWa �t"ri`ac��.._ 1 — _ . �� D..vm rw sscrla. 61i00 r ..@ :RO..CT nm° color. u Pmn DOW 11/8/2011 Sheet Revisions q me Neme: nI'i.r-DN r_Drm,oq._slevmr�oo ns„ MASON CORRIDOR BRT Construction Drawin s DRAINAGE SITE PLAN Project No. Dole: Comments Inil. 11°rb. 5nnle: l"40' Vert Scole: N/A r ,.^-• Nn F°eieians: STA. 6b00 TO SIA 64450 11.Collin.:7l3- n unu mm.mall" Unn L.mer lrAum. �1 Pav satl: Ilesigne JPZ StrucWre a ENTE.:z=oam,x ,,, '0° Demo., rvm NOmters sneer rvemn.r 275 w Voitl: $Feel Subael: DNAINA6C Sublet Aeele: D21.1109 C1-302 5055 5053 y JOJJ 5055 5055 ]O50 Tq—y.--�— 5050 3." Z_ ,A SOJO 5050 �^ �•' 5050 o 50<5 - e n Np; 5015 mppR_ $ is SOU J015 � jnlyn'c wno ]01] -. F�•9�RARR• xl - 50101-4f.Y�fa3Y.Y 5010 5010 50.0 5010 Q�M bJSI _ 1 r. ND-K% _ 5035 _ rz_ [a I 5035 5035. r[v ee-v[n r4 [4 _5035 I 5030 E0. / I _ j15. IW [NRRrtM i SOID v 10-RN 5030 5030 .a r' er vv p• o-w. o 5025 _ o- 5025 5025 5025 5025 I m GRAIN LINE 82-2 - pLAINA E LINE 5020 �— m o m LuoLBD B2-3 _ 5020 5020 WAIL LINE 82-1 5020 U0 W 8$ o _ JOU +d `RTR:pnp m 2.MM. A 2RR _ Sy— a $i� 1t• I { — Rxm RR'^R a 1 1—a2eFFw3 3 _ R^ R _.Rt2 X ^d Si3 9C #d 5oaa w' I I 33tls3E.n'.� m`E:ss d i W Sltl$'{B x 'R a.'Rio itl'=� ^A nY si:i I 10,111,111,w15 O RFG/S'Irn „ I pep �L,KCp ^,°.. 5035 I .. J.IrtN � vs roerm o : %.sz,�� �O I�SI IOA� f/� III ruti- 5035 - 3c�lq;:'2", •ss. _ _ a _ '-h �gVAINACE-LIIE'BS°I— O)b% - - I grgnrtnunu.n10o0 I o'L xx 'm.r.N<Iw I r n sazs 4—°a v � c.e`aorcalm°.Io: � � I m zwo� 1 w: aw.rlrt m D.Di 2Yz<5'NERCP T� 2.tG5 Iwo � .wa pmf Pl M 'HER CP Gaslll �f sazs Clm'selOw Pfb ` Clore Pinta lI P,prDale: 3/28/2012 ® Sheet Revisions MASON CORRIDOR BRT GtYo( - Fort Collins �_!� . a +� Wxx ®m[01°sr[ ConBlruclion Drawings DRAINAGE PROFILE Project No. F,le file Name: 7073-80r_Orole e_Pralde03.D n Dala: ODmmais Ind. No R.rivana: ft. CaNns: 2013 Xor[. Scde: l"•20' Varr, SCW: I"-5' Vn.1 Inlormulim U., LeaCe, INLde O R.da.a: o.ia�.r roc sl,r<l�. n.merr O O '�oq, oel.ler: NJN SNae[ nwnpar 318 snaa 5uossc ORaw4GE sesa 51m15: 061 or ID1 C 1-302 may CHANGE ORDER NO. 13 Exhibit A Project: Mason Corridor — MAX BRT Project No. 7332 (CEI project #12-009) Date: August 12, 2013 Description of Change: MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction This change order adds various work change directives to the contract value. They include WCDO19 which changed arched storm drainage pipe to elliptical and added special precast bends; WCD025 which added soil stabilization near STA 63+00; WCD028 which added Mulberry Station porcelain enamel panel artwork; WCD036 which added reinstallation of fencing in Segment 1, WCD037 which added recycled asphalt installation at the Troutman cul-de-sac; WCD038 which added a directional bore at the DTC station for conductor installation to the DTC stop, WCD046 which reconciled the various electrical panel changes across the project; WCD053 which added fiber optic installation to City Hall West creating a portion of the BRT redundant loop; WCD078 which added asphalt paving to Mason Street from University Avenue to Laurel Street; and a reduction in asphalt quantity in line item 403-00721 as there is a discrepancy in asphalt patching quantity from STA 82+40 to 82+90 (Sheet 48 of the contract plans). The justification for each change can be found in the attached work change directive forms. Change in Contract Value: The contract value is being increased by $47,816.41. Please see attached pending issues log summary and work change directives as summarized in the table(s) below. Work Change Directives/Items Item Number Description Contract Value WCDO19 Storm line 63-1 design changes $63,560.54 WCDO25 Soil Stabilization - Station 63+00 $11,525.00 WCD028 Mulberry Station panel art $21,803.04 WCD036 Reset fence in Segment 1 $6,226.63 WCD037 Grading and millings installation at Troutman $940.63 WCD038 Raceway Bore at DTC for power $8,239.35 WCD046 Electrical panel changes for stations ($2,689.55) WCDO53 Fiber Optic loop to City Hall $8,709.75 WCD078 CSU Mason Paving $179,501.02 403-00721 HMA (Patching) 5,154.64 SY reduction in quantity$250,000 ($250,000.00) Total Work Change Directives Change: $47,816.41 Change in Contract Time: This change order authorizes a contract time extension of zero (0) calendar days. The overall MAX Project contract time remains as summarized below. Page 1 of 2 EYP415UN k roP OF WA OF LP OF CUTLER 6 E%PAviVx Jpxi 1/S CL 2 _6• YV NCs VERTICAL CURB & GUTTER wlC OF SIOCB&. 's O I2. NNI Ew. (M.) NP OF FB B. u1P T E J� fAIT1ER UP OF COMB. CURB. GUTTER & SIOEWALK W P.TMENT P1F1W5E5. IN SIRUCTIMS 9W L µ30 IRCUpE z -0 CUMI a GPRN TNxy1gN FM`TCHM EDT1Jx. iRI CT,N "T W. END M N,, 1. sNEYyM sECMMS NNERE REnsWo BEHxW MET sIRUCNIS e. CON METE Ssµ IMYE A 2B Or, 9 TRuryTION SECIgNS. 9. U,CC. 9uLL RE x OMI .CON A01£ MT BE PWR. MUMR)MC MM BtX. .1. OR, OEN91Y. YSNTO R SLOPE OF CMNECNR - Ix NIN N lo. NO FOR'sis SHIN, REMINN INS,(LESS OMERMSE SPECRIEO CN ME ORI OR OTHENMSE APPROEO). Nl /I6 NUOS SHW1 I I. SUTM-C C SIUIL BE SWPEO U, CONSTRUCTED MM si IT'. CI. CURB DO (S-)16). M CUSS B BEBOII MRRAL SION COxdigNS FOR INLET ALLOM 01 OF 6' IN FOR FOR INLETS MORE TH.W B FEET IN 12. S'CINC OF RUNFOsONC STEEL PM, SHOP OMMNCS ANO 01 ANKYSS SMIL BE EsRNHTEF FOR APPROVµ, I], N.LET .1. SNALL eE F➢RMEO B A WNFORCINC STEEL_E.ALL BE AST.. A-613. CRAVE 60 DEFORMED 8AR5. OMNEIW OF BEND EPRTH IS NOT 2AMITTED. SEE Si0HW O OEINL 5-7I6 FOR FRWE, FL=N20 CMIE k ANMIMI-E CURB RON OEINLS. TOP OF CLNB (nw LCLO B . CENFm ON IM£I) 2 6 EMP.WSION JONT LIP CF CUTTER9-- N-fftlr I/Z' 3 CL (T9J GR mwT wmR \ PANJ2IT EIEVATIM 1r. y -_ NATE, E1EVNNDe cox56lJOnOx JOINT ER,� TOP=3347 291 HERCP Gas IV _ 040% aa 24x45- HERCP CIs ill ICS O 12- 1..) e• nMR Ixro PVNE AS . 3'_6' . 6' 5'S � e1—Ns'ExiM V• a. SE TION 2awr xac: B/.:I' Cast in Place Inlet P Double Type 16 - Combo (section looking south) L ]' RAOUS Eli BRN -canc:'Fu 9s SIB REBAR PLACEMENT DETAIL AROUND CONNECTOR DETAIL CONNECTOR OUTLET SCALE:/Y-Y scNE:/c-I' OPTIONAL NOTE' SF£ OFT.L SWOFICsPO.S SECTC. II 0a STORM Val$ NN MORE NFORMITION, USE OF MI5 Cl M1NgR •YECYICAIUNS SMVL BE CONSUEREO 141-COMFlMMf. :aDUTIOxs FOR "MMNAY BRDOES. Mw� CITY AND COUNTY OF DENVEF CM OF AODO Ps. OOwMRExT rc RAvx waers B DECIDINGC01P/CIEp A 95. N BW wASTENAIFA MNUCEMEHT pryl$lON Mx. ""'N" �"ppiEYGVATm sTANOMo oETA{$ ON ArIR M«EILLfO 10 EPECI aRO, s. Ta6M SINOLE NO. 15 OPEN THROAT INIET ONLYMITE OFTNLEU IN DRAMICS, ADJUSTABLE CURB BON -/z /Hf53.Z: Sr'�i9t 72Etas7- aEv� ?ONo Z�-MU. - I � LEA' /41/N• w1nc- 7777,I/GIC - Z %z Ctrs 3 Bc' CGA�s _%Lr C�p�tlzc'rE /� ,�E/�iFu2ciNG C N C 93-J IA54 37, 3 : Sr'Ec/A¢ � c C4sr 3,0" L/ LEG A \ LEr�na � i 70i'= -/- 34•0 /w 30.94 S5e770" 4-A -23-/ z I Z E/vD Frig Zq X4S" rlECcP 77r.f"S/ no-/ ro Z4'k 38" NEko Gc,pss 3, W/Nc 7%{/CKNE55 c z %z " f�Eu�z MEND 7D BE CiRSS /+/rN. 3,aoo ?S/ �LuvC/2ErE ZF/NFU21/NG iFt r2E'QD. No Text No Text IT, March 6, 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. 055 Soil Stabilization STA 63+00 to 65+00 WCD 025 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 No. 025 WCD to perform muck excavation and soil stabilization. The area requiring stabilization was 200 LF of guideway construction from STA 63+00 to 65+00. Detailed information was provided in a sketch and product information attached to the WCD. In reviewing this request, the work items presented in the proposed change orders were compared to similar work items found in the 2011 CDOT Construction Cost Data Book. Each of the work items were reviewed in an independent manner. In review of the individual proposed work items there are some irregularities, however the overall cost is comparable to,what was developed in the independent cost estimate. All documents provided to the contractor in WCD 025 were reviewed as part of the independent cost estimate. I find CEI.'s Contract Change Request (CCR 055) in the amount of $11,525.00 to be reasonable for the required increase in scope. As such, I recommend approval of this request for an increase to the contract. 0 Keith Meyer, P Construction oject Manager CH2M HILL Team 970-988-8605 keith. mever(o)d i tescosery ices. com Cc: job file ditesco Independent Cost Estimate Date of Estimate: 5-Mar-13 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (Y/N): Y Description of Goods (A) or Services (B): A Scope is for muck excavation and soil stabilization to 200 LF of guideway construction from STA 63+00 to 65+00 acccording to Work Change Directive 025. I have obtained the following estimate from; Published Price List / Past Pricing (date) 2011 CDOT Maint. Cost Data Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Beau Javernick Other (specify) Signature of Preparers Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product Cost ($/unit)lUnit tes TOTAL Delivered ta Source Muck Excavation $ 13.41 11 C-DOT M $ 2,126.83 Ge rid Reinforcement $ 7.45 11 C-DOT M $ 2,692.00 A re ate Base Course Class 6 $ 26.09 1360 11 C-DOT M $ 7,033.86 $ SubTotal $ 11,842.69 Cost of Services, Repairs, or Non -Standard Items Item/Task: 'Se111 f, G%mi aM AftiNsbatiV Eillpl4m TOTAL $ 11,842.69 --------------- ITEM NUMBER ITEM ------------------------------------ Colorado Department of Transportation 14:25 Monday, March 12, 2012 3 2011 Cost Data INDEX AND AVERAGE UNIT BID PRICES FOR O1/01/11 THROUGH 12/31/11 -----------------------------------------_-__------------------ TOTAL QUANTITY UNIT TOTAL COST AVERAGE PRICE --------------------------------------------------------------- 202-01000 Removal of Fence 85,268 Lin Foot 63, 162.99 0.74 202-01015 Removal of Rockfall Fence 210 Lin Foot 8,400.00 40.00 202-01020 Removal of Sound Barrier Fence 2,097 Lin Foot 31,455.00 15.00 202-01130 Removal of Guardrail Type 3 68,214 Lin Foot 162,883.81 2.39 202-01140 Removal of Guardrail Type 4 34,905 Lin Foot 356,949.02 10.23 202-01170 Removal of Guardrail Type 7 17,139 Lin Foot 181,657.65 10.60 202-01180 Removal of Median Barrier 436 Lin Foot 7,547.00 17.31 202-01200 Removal of Tensioned Cable Barrier 1,828 Lin Foot 5, 429.08 2.97 202-01300 Removal of End Anchorage 293 Each 68,755.14 234.66 202-01400 Removal of Cattle Guard 2 Each 5,100.00 2,550.00 202-04000 Plug Structure 18 Each 8, 759.88 486.66 202-04001 Plug Culvert 38 Each 62,224.72 1,637.49 202-04002 Clean Culvert 59 Each 137,363.57 2,328.20 202-04003 Clean Culvert (Special) 3 Each 3, 060.00 1,020.00 202-04004 Plug Culvert (Special) 2 Each 8, 000.00 4, 000.00 202-04005 Clean Valve Box 87 Each 11,628.08 133.66 202-04010 Clean Inlet _ 3 Each 4, 030.00 1,343.33 202-04100 Abandon Well 8 Each 5,480.00 685.00 202-05006 Sawing Concrete (6 Inch) 407 Lin Foot 2, 849.00 7.00 202-05026 Sawing Asphalt Material (6 Inch) 2,351 Lin Foot 5,836.40 2.48 202-05030 Sawing Asphalt Material (10 Inch) 44,030 Lin Foot 89,650.00 2.04 202-05100 Sandblasting Reinforcing Steel 125 Sq Yard 4,625.00 37.00 202-05150 Sandblasting 51, 467 Sq Foot 51,110.48 0.99 202-05300 Removal and Disposal of Paint 1 Lump Sum 170,800.00 170,800.00 203-00000 Unclassified Excavation 114,981 Cubic Yard 752,716.63 6.55 203-00010 Unclassified Excavation (Complete In Place) 847,797 Cubic Yard 5,410,982.86 6.38 203-00040 Unclassified Excavation (Special) 3,782 Cubic Yard 34,056.00 9.00 203-00060 Embankment Material (Complete In Place) 892,968 Cubic Yard 6,039,591.15 6.76 203-00061 Embankment Material (Complete In Place) 323 Ton 2,261.00 7.00 203-00062 Embankment Material (Complete In Place) (Special) 204,215 Cubic Yard 2,031,917.47 9.95 203-00100 Muck Excavation 26,832 Cubic Yard 354, 708.15 13.22. 203-00400 Rock Excavation 16,845 Cubic Yard 206,420.00 12.25 203-00500 Rock Fill 2,420 Cubic Yard 106,480.00 44.00 203-00710 Clay Plating (Complete In Place) 1,516 Cubic Yard 43,426.00 28.65 203-00910 Contaminated Soil Excavation and Disposal (Off -Site) 100 Cubic Yard 15,000.00 150.00 203-01100 Proof Rolling 888 Hour 76, 188.25 85.80 203-01140 Rolling 195 Hour 19,236.10 98.65 203-01500 Blading 3,111 Hour 348,962.30 112.17 Colorado Department of Transportation 14:25 Monday, March 12, 2012 9 2011 Cost Data INDEX AND AVERAGE UNIT BID PRICES FOR 01/01/11 THROUGH 12/31/11 ------------------------------------------------------------------------------------------------------------------------------------ ITEM NUMBER ------------------------------------------------------------------------------------------------------------------------------------ ITEM TOTAL QUANTITY UNIT TOTAL COST AVERAGE PRICE 250-00010 Environmental Health and Safety Management 12 Lump Sum 47,913.00 3,992.75 250-00050 Monitoring Technician 1,766 Hour 103, 028.00 58.34 250-00100 Environmental Health and Safety 1 Lump Sum 725.00 725.00 250-00110 Health and Safety Officer 988 Hour 64, 761.00 65.55 250-00120 Material Sampling and Delivery 8 Each 2,920.00 365.00 250-00200 Material Handling (Stockpile) 30 Cubic Yard 2,220.00 74.00 250-00210 Solid Waste Disposal 10 Cubic Yard 800.00 80.00 250-00220 Hazardous Waste Disposal 140 Cubic Yard 57,958.60 413.99 304-01000 Aggregate Base Course (Class 1) 132,942 Ton 2,245,125.15 16.89 304-02000 Aggregate Base Course (Class 2) 56,613 Ton 862,470.52 15.23 304-02005 Aggregate Base Course (Class 2) 22,109 Cubic Yard 641,161.00 29.00 304-03000 Aggregate Base Course (Class 3) 7,318 Ton 128,862.40 17.61 304-03005 Aggregate Base Course (Class 3) 44 Cubic Yard 1, 320.00 30.00 304-05000 Aggregate Base Course (Class 5) 2,335 Ton 46, 700.00 20.00 301-06000 Aggregate Base Course (Class 6) 200, 423 Ton 3,319,224.29 16.56 304-06007 Aggregate Base Course -(Class 6) _ 82,064 Cubic Yard- 2,140,819.52 26_09 304-06008 Aggregate Base Course (Class 6) (Special) 2,089 Cubic Yard 55,324.69 26.48 304-07000 Aggregate Base Course (Class 7) 6,599 Ton 140,649.44 21.31 304-07005 Aggregate Base Course (Class 7) 3,862 Cubic Yard 150,393.14 38.94 304-09000 Aggregate Base Course (Special) 4,123 Cubic Yard 129,246.00 31.35 304-09014 Aggregate Base Course (Special) 11,774 Ton 194,038.05 16.48 307-00000 Hydrated Lime 1,968 Ton 310,330.00 157.69 310-00608 Full Depth Reclamation of Hot Mix Asphalt Pavement (0 45,567 Sq Yard 108,422.50 2.38 310-00610 Full Depth Reclamation of Hot Mix Asphalt Pavement (8 122,347 Sq Yard 323,020.30 2.64 403-00720 Hot Bituminous Pavement (Patching) (Asphalt) 18,537 Ton 2,041,448.84 110.13 403-00721 Hot Bituminous Pavement (Patching) (Asphalt) 1,311 Sq Yard 133,683.61 101.97 403-00800 Emergency Pothole Repair 330 Ton 89,798.50 272.12 403-02000 Hot Bituminous Pavement (Special) 4,670 Ton 347,890.00 74.49 403-09210 Stone Matrix Asphalt 23,332 Ton 2,231,705.80 95.65 403-09221 Stone Matrix Asphalt (Fibers)(Asphalt) 40,925 Ton 3,800,049.76 92.85 403-09500 Furnish Hot Bituminous Pavement 14,401 Ton 879,000.79 61.04 403-33751 Hot Bituminous Pavement (Grading S) (75) (PG 64-28) 43,285 Ton 2,463,050.23 56.90 403-33841 Hot Bituminous Pavement (Grading S) (100) (PG 64-22) 78,685 Ton 4,135,896.99 52.56 403-33851 Hot Bituminous Pavement (Grading S) (100) (PG 64-28) 1,649 Ton 103,887.00 63.00 403-33871 Hot Bituminous Pavement (Grading S) (100) (PG 76-28) 218 Ton 13,734.00 63.00 403-34701 Hot Bituminous Pavement (Grading SX) (75) 263,040 Ton 11,189,266.35 42.54 403-34721 Hot Bituminous Pavement (Grading SX) (75) (PG 58-28) 141,283 Ton 10,197,844.25 72.18 403-34731 Hot Bituminous Pavement (Grading SX) (75) (PG 58-34) 25,829 Ton 1,671,116.89 64.70 Colorado Department of Transportation 14:25 Monday, March 12, 2012 12 2011 Cost Data INDEX AND AVERAGE UNIT BID PRICES FOR 01/01/11 THROUGH 12/31/11 ---------------------- ITEM NUMBER ITEM TOTAL QUANTITY UNIT TOTAL COST AVERAGE PRICE ------------------------------------------------------------------------------------------------------------------------------------ 504-04420 Precast Panel Facing 229,434 Sq Foot 3,772,812.98 16.44 504-05000 Wire Mesh Facing 2,304 Sq Foot 25,344.00 11.00 504-06310 Ground Nail (10 Foot) 17 Each 3,264.00 192.00 504-06315 Ground Nail (15 Foot) 50 Each 14, 050.00 281.00 504-06320 Ground Nail (20 Foot) 867 Each 353,736.00 408.00 504-06325 Ground Nail (25 Foot) 68 Each 30, 736.00 452.00 504-06330 Ground Nail (30 Foot) 149 Each 89, 400.00 600.00 504-08050 Stone Landscape Wall 100 Sq Foot 3,655.00 36.55 504-08100 Timber Retaining Wall 100 Sq Foot 2,000.00 20.00 504-08255 Masonry Landscape Wall (Dry Stack) 8,190 Sq Foot 365,908.00 44.68 506-00010 Riprap (Special) 2,519 Cubic Yard 211,377.37 83.91 506-00030 Grouted Riprap 377 Cubic Yard 76,864.50 203.88 506-00036 Grouted Riprap (36 Inch) (Special) 101 Cubic Yard 15,958.00 158.00 506-00100 Riprap (Gabions) 6 Cubic Yard 554.70 92.45 506-00206 Riprap (6 Inch) 2, 494 Cubic Yard 392,860.00 157.52 506-00209 Riprap (9 Inch) 2,064 Cubic Yard 124,679.78 59.63 506-00212 Riprap (12 Inch) 3,249 Cubic Yard 173,888.36 53.52 506-00218 Riprap (18 Inch) 5,123 Cubic Yard 311,399.77 60.78 506-00224 Riprap (24 Inch) 6,761 Cubic Yard 333,441.11 49.32 506-00237 Riprap (36 Inch) (Special) 69 Cubic Yard 5,206.74. 75.46 506-00409 Soil Riprap (9 Inch) 7 Cubic Yard 1,022.42 146.06 506-00412 Soil Riprap (12 Inch) 29 Cubic Yard 1,458.70 50.30 506-00418 Soil Riprap (18 Inch) 2,810 Cubic Yard 127,630.20 45.42 506-00424 Soil Riprap (24 Inch) 308 Cubic Yard 20,944.00 68.00 506-01020 Geogrid Reinforcement - 29,187 Sq Yard 217,473.25 7.45 507-00000 Concrete Slope and Ditch Paving 457 Cubic Yard 194,191.73 424.93 507-00100 Concrete Slope and Ditch Paving (Reinforced) 831 Cubic Yard 299,044.47 359.86 507-00105 Concrete Slope and Ditch Paving (Reinforced) (Colored 19 Cubic Yard 5,890.00 310.00 507-00300 Grouted Rubble Slope and Ditch Paving 15 Cubic Yard 7,740.00 516.00 507-00400 Bituminous Slope and Ditch Paving (Asphalt) 18 Ton 5,640.74 313.37 508-00100 Treated Timber 4 M Ft Ed Me 26,840.00 6,710.00 509-00000 Structural Steel 958,655 Pound 1,679,555.90 1.75 509-00001 Structural Steel (Galvanized) 22,960 Pound 35,128.80 1.53 509-08100 Provide Temporary Support 2 Lump Sum 650,000.00 325,000.00 509-08120 Temporary Bridge Deck 1,938 Sq Foot 1,938.00 1.00 509-60000 Architectural Steel Refurbishment 1 Lump Sum 36,000.00 36,000.00 509-90000 Paint Existing Structure(S) 1 Lump Sum 554,700.00 554,700.00 509-90003 Paint Structural Steel 1 Lump Sum 55,000.00 55,000.00 Contract Time Summary: Substantial Completion Milestone 1: July 31, 2013 (Mason Grade Separation CO#5) Substantial Completion Milestone 2: October 31, 2013 (Mason Grade Separation CO#5) Final Acceptance: (Mason Grade Separation CO#5) November 15, 2013 Revised Substantial Completion Date February 11, 2014 (BRT Project through CO #12): Revised Final Acceptance Date March 13, 2014 (BRT Project through CO #12): Page 2 of 2 11 /06/12 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: 055 WCD #025 12-009 7332 Mason Corridor BRT DESCRIPTION OF CCR: Pricing as requested to perform muck excavation and soil stabilization to 200 LF of guideway from station 63+00 to 65+00. This pricing assumes we are removing 1' of unsuitable material and replacing with geogrid and 1' of class 6 material. MEMO NO.: MEMO DATE: COST CODE: DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL remove 1' of unsuitable material 158.6 CY $ 18.00 $ 2,854.80 furnish and install Tensar Biaxial Geogrid BX1100 360 SY $ 4.80 $ 1,728.00 furnish and place recycled concrete 269.6 TN $ 25.75 $ 6,942.20 TOTAL $ 11,525,00 Concrete Express, Inc., requests 2 days for the above contract modifications. These are all of the visible effects of the above change we see at this time. We reserve the right to incorporate other changes as they appear in implementing this change. If you have any questions regarding this change, please feel free to contact me at 303.562.2000. Sincerely, Tensar pa¢ge:,:ir: 1, M/.c,, k w/L* Product Specification - Biaxial Geogrid BX1100 Tenser International Corporation 5883 Glenridge Drive, Suite 200 Atlanta, Georgia 30328-5363 Phone: 800-TENSAR-1 vntnv, teasai-internal ional.com Tenser International Corporation reserves the tight to change its product specifications at anytime. his the responsibility or the specifier and purchaser to ensure that product specifications used for design and procurement purposes are current and consistent with the products used in each instance. Product Type: Integrally Formed Biaxial Geogrid Polymer: Polypropylene Load Transfer Mechanism: Positive Mechanical Interlock Primary Applications: Spectra System (Base Reinforcement, Subgrade Improvement) Product Properties Index Properties Units MD Valuesr XMD Valuesi • Aperture Dimensions mm (in) 25 (1.0) 33(1.3) • Minimum Rib Thickness2 mm (in) 0.76 (0.03) 0.76 (0.03) • Tensile Strength @ 2% Strain kN/m (lb/ft) 4.1 (280) 6.6(450) • Tensile Strength @ 5% Strain kN/m (lb/ft) 8.5(580) 13.4 (920) • Ultimate Tensile Strength3 kN/m (lb/ft) 12.4 (850) 19.0 (1,300) Structural Integrity • Junction Efficiency % 93 • Flexural Stiffnesss mg -cm 250,000 • Aperture Stability's m-N/deg 0.32 Durability • Resistance to Installation Damage %SC / %SW / %GP 95 / 93 / 90 • Resistance to Long Term Degradations % 100 • Resistance to UV Degradation % 100 Dimensions and Delivery The biaxial geogrid shall be delivered to the jobsite in roll form with each roll individually identified and nominally measuring 3.0 meters (9.8 feet) or 4.0 meters (13.1 feet) in width and 75.0 meters (246 feet) in length. A typical truckload quantity is 185 to 250 rolls. Notes 1. Unless indicated otherwise, values shown are minimum average roll values determined in accordance with ASTM D4759412. Brief descriptions of test procedures are given in the following notes. 2. Nominal dimensions. 3. True resistance to elongation when initially subjected to a load determined in accordance with ASTM D6637-01 without deforming test materials under load before measuring such resistance or employing "secant" or "offset' tangent methods of measurement so as to overstate tensile properties. 4. Load transfer capability determined in accordance with GRI-GG2-05 and expressed as a percentage of ultimate tensile strength. 5. Resistance to bending force determined in accordance with ASTM D5732-01, using specimens of width two ribs wide, with transverse ribs cut flush with exterior edges of longitudinal ribs (as a "ladder"), and of length sufficiently long to enable measurement of the overhang dimension. The overall Flexural Stiffness is calculated as the square root of the product of MD and XMD Flexural Stiffness values. 6. Resistance to in -plane rotational movement measured by applying a 20 kg -cm (2 m-N) moment to the central junction of a 9 inch x 9 inch specimen restrained at its perimeter in accordance with U.S. Army Corps of Engineers Methodology for measurement of Torsional Rigidity. 7. Resistance to loss of load capacity or structural integrity when subjected to mechanical installation stress in clayey sand (SC), well graded sand (SW), and crushed stone classified as poorly graded gravel (GP). The geogrid shall be sampled in accordance with ASTM D5818-06 and load capacity shall be determined in accordance with ASTM D6637-01. 8. Resistance to loss of load capacity or structural integrity when subjected to chemically aggressive environments in accordance with EPA 9090 immersion testing. 9. Resistance to loss of load capacity or structural integrity when subjected to 500 hours of ultraviolet light and aggressive weathering in accordance with ASTM D4355-05. Teosar International Corporation armada that at the time of delivery the geogrid furnished hereunder shall conform to the speMiration slated herein. Any other warranty inctudmg merchantability and fitness for a padiculai purpose, are hereby This product specification supersedes all prior specifications for the produc excladed. If the geogrid does Iwl meet the specdvalions on Una page and Tenser a described above and is not applicable to any products shipped prior to June 1, 2007 holi! d prior to installation. Tenser will replace the geogrid at no cost to the customs,. TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 025 PROJECT: Mason Corridor— MAX BRT PROJECT NO: 7332 OWNER: City of Fort Collins — ENGINEER: Michael Baker The following additions, deletions, or revisions to the Work have been ordered and authorized: I - (Title of WCD): Soil Stabilization STA 163+00 to 165+00 This Work Change Directive (WCD) adds muck excavation and soil stabilization to 200 LF of guideway construction from STA-163+00 to%65+00 according to the attached sketch and product information. This work change directive is being issued to stabilize the roadbed in a location of high groundwater and unstable soil conditions. and It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the parties expect a Change Order request for approval to subsequently follow this Work Change Directive. - I Ordered By:F_ - 4fi__` Owner November 6, 2012 Date Recommended By: A��� Construction Manager November 6, 2012 Date Copy: Owner Engineer Field File - SharePoint WCD025_SOIL STABILIZATION STA 163 11-06-12 — PAGE 1 OF 1 , ;' TENCATE _ t � N M � f ft ONFIN CONFINEMENT SOIL REINFORCEMENT TenCat0l develops and produces materials that deliver increased performance, reduce costs and measurable results when working with our customers to provide advanced solu- tinns utilizing Mirafi® BXG geogrids that make a difference. The Difference Mirafi® BXG Geogrids Make: • Reinforcement Strength. High tensile modulus properties per ASTM D 6637 for base reinforcement applications. For struc- tures with dynamic short-term loadings, Mirafi® BXG geogrids offer high strength at low strain and are designed for maximum bearing capacity and shear resistance. • True biaxial strengths. Mirafi® BXG geogrids are biaxial grids that exhibit high tensile strength in both longitudinal and transverse directions, making them suit- able for base course reinforcement and soil stabilization applications. *Durability. Superior damage resistance from moderate to severe stress installa- tions. • Soil Interaction. Superior soil confinement resulting in greater load distribution. A Pmtxtive&Widow Fabrics GcsynP.m4:� Aermpace Cmmqosites Induliiel Fabf cre Armour comrnsiies Synthetic Glees new combination of grid structure and polymers to create optimum soil -grid inter- action. • Roll Sizes. Available in multiple roll sizes to fit the project requirements. • Seams. Panels can be sewn together in the factory or field, providing cross -roll direction strength to facilitate installation. APPLICATIONS Mirafi• BXG geogrids deliver strength, long- term performance, reliability and quick instal- lation for base reinforcement for paved roads, construction haul roads, foundation reinforce- ment, working platforms on weak subgrades, and secondary reinforcement for soil retain- ing structures. INSTALLATION GUIDELINES" Prepare the ground by removing stumps, boul- ders, etc. and fill in low spots. Unroll the Mirafi• BXG geogrids directly over the ground to be stabilized. If more than one roll width is required, overlap rolls. Place the aggregate onto previously installed geogrid. Mirafi° BXG Geogrid Maintain 150mm (6in) to 300mm (12in) cover between truck tires and geosynthetic. Compact the aggregate over the Mirafi• BXG geogrid to the design thickness, and fill any ruts with new aggregate as specified in the project guidelines. " These guidelines serve as a general basis for installation. Detailed instructions are available from your TenCatei representative. TENCATE.. materials that make a difference r: .TENCATE Mirafi` Mechanical Properties Test Method Units BXG10 BX ' Gi 7 BXG12 MD CD MD � co , MD CD Tensile Strength (at ultimate) ASTM D 6637 kN/m cabs/ft) 12.4 (B50) 19.0(1300) utr��,� r36 5'(250036:5 (25001 36.5(2500) 65.7 (450g) Tensile Strength (at 1 % strain) Tensile Strength (at 2% strain) ASTM D 6637 ASTM D 6637 kN/m (Ibs/ft) kN/m (Ibs/ft) 4.1 (280) - 6.6(450) 5.5 (33 751,'� 134�'q 169i1 (625) KIL416 5.5(375) 7.7(530) 9.1 (625) 12.3 (840) Tensile Strength (at 5% strain) ASTM D 6637 kN/m cabs/ft) 8.5(580) 13.4 (920) 14'i3'11000) 14.6 (1000) 19.7 (1350) Tensile Modulus (at 1% strain) ASTM D 6637 kN/m cabs/ft) - 547 V(375001"'54T1 (37500)- ' * ' D EOM 547.2 (37500) 773.4 (53000) UV Resistance (at 500 hours) ASTM D 4355 % strength 70u - 70 retained ` Aperture size (normal) mm )inches) 25.4 (1.0) 25.4(1.0) -25µ'4 j 0) 25;4'.(t.0 25.4(1.0) 25.4 (1.0) Physical Properties Units BXG10 �`B BXG72 Roll Width mitt) 4(13.1) ��4(131):4 4(13.1) Roll Length # t r �.''�y m (ft) 69 (225) 50.�1641 'y 1 50 (164) Est. Gross Weight kg (Ibs) 821182 tiw s w (169),".4 200 (239) Roll Area m' lyd°) 4 (328) I .:*`i�,.'�Z00'IZ3915-., :: 91 (200) rua.uneuui 365 South Holland Drive Tel 800 685 9990 Fax 706 693 4400 Pendergrass, GA 30567 Tel 706 683 2226 www.mirafi.com pUAL/, i r5S1 F14 61026 TENCATE,, materials that make a difference Visit eRock.S(TM) at wwe.martinmarietta.com Sold To: 639312 CONCRETE EXPRESS PO No DO#: Date: 11/09/12 Truck: RMTCEI001 Time: 09:23 BadgeIn: Scale:i4) BadgeOut: Grid/Zone: Job Miles: StkPile#: QC#: ' Lds Tons Metric Total Ord: Gross: Total Del: 0 0.00 0.00 Tare: Today Del: 0 0.00 0.00 Net: Prod: 4581 Q/4) CONCRETE BASE MinQty: Sec.Product: 0.00 Weighperson: Delivery Address Visit eRocks(TM) at www.martinmarietta.com Date: 11/U9/12 Truck: RM Time: 09:25- BadgeIn: Scale:(4) Badge Out: Grid/Zone: Job Miles: StkPile#: QC#: Lds Tons Metric Total Ord: Total Del: 0 0.00 0.00 Today Del: 0 0.00 0.00 Prod: 4581 (3�/4) CONCRETE BASE Sec.Product: 0.00 Wei Delivery Address: Vrsit eAo cks l'IM) at wvw.martinmari e[ta.com Ticket#:110364 Sold From:16323 Tzft Asphalt Plant 1800 North Taft Hill Road Fort Collins CO E0521 Job#: 6393120036 Dest: MASON STREET - TAFT ASPHALT - TAX EXEMPT 2800 N TAFT HTLL ROAD Tons Pounds casn 41.71 63, 420 Ma tl $ 17.02 34,040 Haul $ 24.69 49, 380 Fuel $ Adder $ 20.00 Total $ PEVEN T Table a_ Site Gftice). MASON STREET - TAFT ASPHALT - TAX 1800 N TAFT HILL ROAD BadgeIn: MASON STREET - TAFT ASPHALT Badge Out: 1800 N. TAFT HILL ROAD Job Miles: QC#: ,ns Metric Tons Pounds C h Total Ord: Gross: 90.97 60, 940 Matl as once $ Total Del: 0 0.00 0.00 Tare: 17.02 34, 040 Tax $ Today Del: 0 0.00 0.00 Net: 23.45 46, 900 Haul $ Fuel $ Prod: 4581 Adder $ (3/4) CONCRETE BASE MinQty: 20.00 Total $ Sec.Product: 0.00 Weighperson: STEVEN T 1 Delivery Address (lC -'I c,[,:L 'Sold TO. 639312 CCUCPETE E;!PPESS PO No: DO#' Date: 11/09/12 Truck: 11,14TEE1002 Time: 10:21 Badgein: Scale:(4) BadgeOut: Grid/Zone: Job Miles: StkPile#: QC#: Lds Total Ord: Total Del: 0 ;Today Del: 0 Prod: 4581 (,3/4) CONCRETE BASF Sec.Product: Delivery Address: '1'1CKerff: 11VJ25 / FSoldrom:16323 Taft Asphalt PlantIorth Taft Hill Road nl llns CO 80521 Job#: 6393120036 Dest: MASON STREET - TAFT ASPHALT - TAX EXEMPT 1800 H TAFT HILL ROAD I Tons Metric I Tons Gross: 42.39 0.00 0.00 Tare: 17.15 0.00 0.00 Net: 25.14 20.00 Pounds Cash Sale 84, 780 Matl $ 39,300 Haul $ 50, 480 Fuel $ Adder $ Total $ 1 er: LH1:I in :;a,i-tra 1,Mt " is StEntla[c Tp[m5 and Condit,Ons apply cop; lti aca, ble t ie n(SLe rteieel. illllll�lllllllllllllllllllllll�� �IIIIIVIIIIIIIIIIIII�IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIhIIIIIIIIII�IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIVIIIIillllllllllllfll�lllllllllllllllllllllllllllll Visit Gaockdhtl) at wvv. a[tinmaiietta.com LSold To: 639312 CONCRETE EXPRESS PO No: DO#: Date: 11/09/12 Truck: RMTCEIOOI Time: 11:15 Badgein: Scale:(4) BadgeOut: Grid/Zone: Job Miles: StkPile#: QC#: Lds Tons Metric Total Ord: Gross Total Del: 0 0.00 0.00 Tare: Today Del: 0 0.00 0.00 Net: Prod: 4581 (3/4) CONCRETE BASE Delivery Address: N 1"all-11 sa[i=tta I MinQty: Weighperson: Sold From:16323 Taft Asphalt Plant 1800 North Taft Hill Road Fort Collins CO80521 Job#: 6393120036 Dest: I MASON STREET - TAFT ASPHALT - TAX EXEMPT 1800 N TAFT HILL ROAD I Tons Pounds Cash 42.07 84, 140 Mstl $ 17.02 34,040 25.05 50,100 Haul $Fuel $ Adder $ 20.00 Total S mE anC Conditicns apply (copy cleanable at Site OFfice). vv Vialt eFOcks(TM) at N a[Cl nmd [lE CCa.COm Sold To: 639312 CONCRETE EXPRESS PO No: DO#: ➢ate: 11/09/12 Truck: RMTCEI002 Time: 11:19 Badge In: Scale:(2) BadgeOut: Grid/zone: Job Miles: StkPile#: nr M. Lds Tons MetTic Total Ord: Total Del: 0 0.00 1Today Del: 0 0.00 0 Prod: 4581 (3/4) CONCRETE BASE I M' Qty: 70.00 Sec.Product. 0.00 Weighperson [blPT,oa From:1b323 Taft Asphalt P 1800 North Taft Hill Road Fort Collins CO 80521 Job#: 6393120036 Dest: MASON STREET - TAFT ASPHALT - TAX 1800 N TAFT HILL ROAD Tons Pounds 42. 50 85, 0( 17.15 34,3( 25.35 50,7( Delivery Address .1t,etla Cash Matl $ Tax $ Haul $ Fuel $ Adder $ �t I III II IIIII III II IIII n "" " "r", �.... ....... N l[I 3 Sec.Product: Delivery Address: Visit eR..s(TN) at o artinmarietta. com Sold To: 535312yrM coNCRETE EEPP.Ess PO No: DO#: Date: 11./09/12 Truck: R14TCE1001 Time: 11:26 BadgeIn: Scale:(4) BadgeOut: Grid/Zone: Job Miles: 'StkPile#: QC#: Lds Tons Metric Total Ord Total Del: 0 0.00 Today Del: 0 0.00 Prod: 4581 (3/4) CONCRETE BASE Sec.Product: 0.0 Delivery Address: Gross: 0.00 Tare: 0.00 Net: Ticket#:110433 Sold From:16323 Taft Asphalt Plant 1800 North Taft Hill Road Fort Collins CO 80521 Job#: 6393120036 Dest: MASON STREET - TAFT ASPHALT - TAX. EXEMPT 1800 11 TAFT HILL ROAD I Tons Pounds Cash 41.79 83, 580 Matl $ 17.02 34, 040 Tax $ 24.77 49, 540 Haul $ Fuel $ Adder $ MinQty: 20.00 person: STEVEN T Customer: 3�- 7C,0l0 .:- .,u I4ari4Lla Nal.rrials 3tainiaid Trrns and Cuudi tl!ons ww Visit ,Rocks(ni) at v artinmarietta.com ld To: 639312 NCRETE EXPRESS No:#: [PO Date: 11/09/12 Truck: RMTCE1002 Time: 12:29 BadgeIn: Scale:(4) Badge Out: Grid/Zone: Job Miles: StkPile#: QC#: w,il%J•le at Sit, Office'. Ticket :110435 Sold From:16323 Taft Asphalt Plant 1800 North Tait Hill Road Fort Collins CO 80521 Job#: 6393120036 Dest: MASON STREET - TAFT,ASPHALT - TAX EXEMPT 1800 N TAFT HILL ROAD Total Lds Tons Ord: ons Pounds - Cash Sale Del: 0 0.007.15 1.17 82,340 Matl $Total Today Del: 0 34, 300 Tax $ 0.00.02 ajj:A 48, 040 Hae1 $Prod: 9581 $ (3/4) CONCRETE BASE Adder $20.00 SecProduct: 000STEVEN T Total $ Delivery Address ct _ Hel and r ndiLl�ns apply (CWY wall L3 [ Fit? 0,ricel. III11111911116111PII''#IIIIIIIIIPII@IiIR111111211191#11111rdrnuunnnmm11"t. ...... ..._. Visit eRo[RSITM) at vv+.martinma rie[ta Sold To: 639312 CONCRETE EXPRESS PO No: DO#: Date: 11/09/12- Truck: RMTCE1001 Time: 13:39 BadgeIn: Scale:(4) Badge Out: Grid/Zone: Job Miles: StkPile#: OC#: Los Tons Metric Total Ord: Gross: Total Del: 0 0.00 0.00 Tare: Today Del: 0 0.00 0.00 Net: Prod: 4581 (3/4) CONCRETE BASE MinQty: 20.00 Weighperson: STEVEN T Ti Sold From: 1800 North Taft Hill Road Fort Collins CO 80521 Job#: 6393120036 Dest: MASON STREET - TAFT ASPHALT - TAX 1800 N TAFT HILL ROAD Tons Pounds 41.57 83, 140 Matl $ 17.02 34,040 29.55 49,100 Haul $Fuel $ Adder $ 'Customer: ,tmd.ld Teems nrd Cc diLi ms aIz11 I tv -ieil' It at Silo afi�c•. I W If,, -s-j �_,t >ao k n ar Ticket# : 110455 FDO11 To: 639312 WW Sold From:16323 Taft Asphalt Plant RETE EXPRESS q o: 1800 North Taft Bill Road Fort Collins CO 80521 Data: 11/09/12 Truck: RMTCEI002 Job#: 6393120036 Dest: Time: 13:40 Badge In: MASON STREETTAFT ASPHALT - TAX EXEMPT Scale:(4) Badge Out: 1800 N TAFT HILL ROAD Grid/Zone: Job Miles: StkPile#: QC#: Lds Tons Metric Tons Pounds. Cash Sale Total Ord: Gross: 40.30 80, 600 .Mat' $ ax Total Del: 0 0.00 0.00 Tare: 17.15 34, 300 Haul $ Today Del: 0 0.00 0.00 Net: 23.15 46,306 Fuel $ Prod: 4581 Adder $ (3/4) CONCRETE BASE MinQty: 20.00 '+" Total $ Sec.Product: 0.00 Weighperson: STEVEN T Delivery Address: Customer _In bra ci t : Pia l�sv al. Standaxa Te nne arJ Cox tCaons appl yl<n{.,a a labl t site OEfa cnl. eaocxs nal a w W «a. co Ticket#: 110457 Sold To: 639312 Sold From:16323 Taft Asphalt Plant C'ONCPETE EL FHESS PO No: 1800 North Taft Hill Road DO#: Fort Collins CO 80527. Date: 11/09/12 Truck: RMTCE1003 Job#: 639/120036 Dest: Time: .13:45 BadgeIn: MASON STREET - TAFT ASPHALT - TAX EXEMPT Scale:(4) BadgeOut: 1800 N TAFT HILL ROAD Grid/Zone: Job Miles: StkPile#: QC#: Lds Tons Metric Tons Pounds Cash Sale Total Ord: Gross: 42.33 84, 660 Matl $ Total Del: 0 0.00 0.00 Tare: 17.42 34, 840 T -Today _Del:0 0.. 00 0.00 Net: 29.91 49,820 Haul $Fuel_$ —_— Prod: 4581 Adder $ (3/4) CONCRETE BASE MinQty: 20.00 Total $ Sec.Product: 0.00 Weighperson: STEVEN T Delivery Address n.II lu I:,. , " L t I Ga ., , , I I. .S I:o'II,d TI 1 1, -; i ConilL.ms -VP IV t `mtln 13o N � '1 O;PLcel. R _, _'A JOB NAME: JOB #: COST CODE: DATE: ISSUED TO: %g 5 G r, /,� _ G e7 4 �� p — -�`� / / _ 0 F - / (� r-,`G. € Al MEMO CONCRETE EXPRESS, 2027 WEST COLFAX DENVER, CO 80204 PHONE: 303-562-200.0 3' 5487 INC. AVE i FAX: 303-893-1949 i DESCRIPTION OF WORK PERFORMED: 15 baf�0� of-- at`�ll�� 2<no�,� T SPECIFIC LOCATION OF WORK: BREAK DOWN OF HOURS CITY LABOR EQUIPMENT MATERIALS HOURS EACH TOTAL HOURS TOTAL O.T. f 4 v✓ -1-r-,kkv:e Ex-37 1/a / o era}cr W/ Lc�lc%r v R- 1 'L f 11 �a Ov rE6 3 l O (rq ro( W 1 1c4 �CP WL- �[ 5``.5CC " <rR 4G''r- W f 'i.0 L'-45 ' 15`I (/OGti 1l 11�L°.-Q.VIlM1 i� Forern.4,. W T vc (�77 /cZ 2r4 UL-5-1 I )0 bo r € r- CONCRETE EXPRESS, INC. t ! NAME: TITLE:o DATE: 11 - G 4 - 1 ACCEPTED: NAME: TITLE: DATE: may: March 4, 2015 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. 80 Storm Line 63-1 Design Changes — WCD019 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. 19 to address design changes to storm line 63-1. The design changes MHB3.1, MHB3.2 and MHB3.3 and pipe sizes to HERCP versus Arch as bid. Also addresses changes to the pond outlet near MHB3.2. Attached please find the proposed CCR #80 from CEI and their cost breakdown. In reviewing this request, an independent takeoff of the changed items was prepared, using a comparison of the original as -bid plan sheets and the newly issued design sheets. Base bid unit prices from the CEI executed contract were applied to these quantities to arrive at the independent cost estimate totals. For items that had no contract unit prices, costs were developed through interpolation of other contract units or internal estimates. The cost estimate is attached. The estimated contract increase as independently estimated for the storm line 133-1 design change is $1,484.00. The documents reviewed included Plan Sheets 275, 318, and specific drawn sheets outlining the double number 16 inlet and pipe bends. These sheets were compared against their as -bid versions to arrive at the total change in unit quantities. I find CEI's Contract Change Request (CCR 80 revised) in the amount of $63,560.54 to be reasonable for the required change in scope. The net change for this item will be fully realized as part of an upcoming change order when the contract unit items are fully measured and reconciled with items paid. I recommend approval of this request for an addition to the contract. Kel[rlr PE Constructio Project Manager CH2M HILL Team 970-988-8605 keith. meveroditescosery ices. com Cc: job file t C !(i18hi:'E:r: i�iJ:.Uf:�;JC7 5'Ai? I F s n %liiutiF. Et (,1'E. Pk,Cb? GL1,1105EArc,Ko _ :r :UiQCREl'E L"f Fg,,._ ilvia 2a-7 WCOVAX AVE, [t GEY VEK CO r 0 F_ Q fiKClEE i[ts Q jt.'f.Il"s�1 St.3t x'.L.;,: LOC.Th'i Y, I SFkic Ng F<!:'fv k!€G SLIP !tQ RF.'* Sftlfi Ellfi L= FNU bENVEF aldotl +,IR 'i2 el:, 9TCP iD [M'iT' 6!Fk Iifw`!}EPtE'D SiilAAEO CSSC;4liG[:i n 6 1 "/i111446 ?.%r Type 1-4759 R2.'i001afi.6SY f•T)•n".(:1UL NUIzBEk(_J: Cr, _.Cr1:Y_� r{_1 —y CE'-S16PdATJRE UNL Er`. 1033D max WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: PROJECT: Mason Corridor- MAX BRT OWNER: City of Fort Collins- Engineering Department ENGINEER: Michael Baker Inc. 025 PROJECT NO: 7332 The following additions, deletions, or revisions to the Work have been ordered and authorized: Description of Work: (Title of WCD): Soil Stabilization STA 63+00 to 65+00 This Work Change Directive (WCD) adds muck excavation and soil stabilization to 200 LF of guideway construction from STA 63+00 to 65+00 according to the attached sketch and product information. This work change directive is being issued to stabilize the roadbed in a location of high groundwater and unstable soil conditions. Field sketch It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the parties expect a Change Order request for approval to subsequently follow this Work Change Directive. - I � Ordered By: November 6, 2012 wner Date Recommended By: %�.4� / xt-'- November 6, 2012 Construction Ma6ager Date Copy: Owner Engineer Field File - SharePoint W CD025_SOIL STABILIZATION STA 63 11-06-12 PAGE 1 OF 1 l�aL S' rTiG z fiON -5;77; 65-rcrO /-* 65--roc7 Srj? 6St0o ' .51-11 . F3tclo ,ts'o " I /--" t'G GuiO�✓fY //- 6 -/ z lllff t6- F-14c Ia 9 e4 6 ,lac I />>'S . irafr' TenCata'' develops and produces materials that deliver increased performance, reduce costs and measurable results when working with our customers to provide advanced solu- tions utilizing Mirafi® BXG geogrids that make a difference. The Difference Mirafi° BXG Geognds Make: • Reinforcement Strength. High tensile modulus properties per ASTM D 6637 for base reinforcement applications. For struc- tures with dynamic short-term loadings, Mirafi® BXG geogrids offer high strength at low strain and are designed for maximum bearing capacity and shear resistance. • True biaxial strengths. Mirafi° BXG geogrids are biaxial grids that exhibit high tensile strength in both longitudinal and transverse directions, making them suit- able for base course reinforcement and soil stabilization applications. -Durability. Superior damage resistance from moderate to severe stress installa- tions. • Soil Interaction. Superior soil confinement resulting in greater load distribution. A new combination of grid structure and polymers to create optimum soil -grid inter- action. • Roll Sizes. Available in multiple roll sizes to fit the project requirements. • Seams. Panels can be sewn together in the factory or field, providing cross -roll direction strength to facilitate installation. APPLICATIONS Mirafi• BXG geogrids deliver strength, long- term performance, reliability and quick instal- lation for base reinforcement for paved roads, construction haul roads, foundation reinforce- ment, working platforms on weak subgrades, and secondary reinforcement for soil retain- ing structures. INSTALLATION GUIDELINES" Prepare the ground by removing stumps, boul- ders, etc. and fill in low spots. Unroll the Mirafi• BXG geogrids directly over the ground to be stabilized. If more than one roll width is required, overlap rolls. Place the aggregate onto previously installed geogrid. SUN REINFUflCEMEM j Mirafi` BXG Geogrid j Maintain 150mm (bin) to 300mm (12in) cover between truck tires and geosynthetic. Compact the aggregate over the Mirafi" BXG geogrid to the design thickness, and fill any ruts with new aggregate as specified in the project guidelines. " These guidelines serve as a general basis for installation. Detailed instructions are available from your TenCate' representative. Prnnom&O:IDfm Ea U G_esyTnFEi;S s = tirkmirilfFl TENCATE. Gmara Caopmiss Synthetic Gress D materials that make a difference �_ TINCIAl 1rfR Mechanical Properties Test Method Units BXG10 MD CD Tensile Strength (at ultimate) ASTM D 6637 kN/m (lbs/ft) 12.4 (850) 19.0(1300) S Tensile Strength (at 1 % strain) ASTM D 6637 kN/m (Ibs/ft) Tensile Strength (at 2% strain) ASTM D 6637 kN/m (Ibs/ft) 4.1 (280) 6.6(450) Tensile Strength (at 5% strain) ASTM D 6637 kN/m (Ibs/ft) 8.5(580) 13.4 (9201 1 Tensile Modulus (at 1 % strain) ASTM D 6637 kN/m (lbs/ft) - 54 UV Resistance (at 500 hours) ASTM D 4355 % strength 70 retained Ado BXG11 .C6, 6.5 (2560) 35.512500) 5.51375) 5.5 (375) 9.1 (625) 9.1 (625) ` 4.6 (1000) 14.6 (1 OUP) - 7.1 (31500) 547.1 (375001. 70 Aperture size (normal) mm (inches) 25.4 (1.0) 25.4 (1.0) 75.4 (1A) 25.4 (1.0) Physical Properties Units BXG10 BX611 Rol Width on (ft) 4(13.1) 4 (13.1) Roll Length on (ft) 69 (225) 50 (1541 Est. Gross Weight kg (lbs) 82 (182 77.(1691 Roll Area m' (yd2) 4 (328) -2013 IZ39) MD BXG12 CD 36,512590) 65.7 (4500) 5.5(375) 7.7(530) 9.1 (625) 12.3 (940) 14.6 (1000) 19.7 (1350) 547.2(37500) 773.4(53000) 70 25.4(1.0) 25.4(1.0) BXG12 4(13.1) 50 (164) 200 (239) 91 (200) S40, g TENCATE. 365dergr Holland Drive Tel 7066S59990 Fax 7060934400 Pendergrass, 6A I65G7 Te17060932226 wrvw.miraf.com rso som materials that make a difference FAA 61026 70 Aperture size (normal) mm (inches) 25.4 (1.0) 25.4 (1.0) 75.4 (1A) 25.4 (1.0) Physical Properties Units BXG10 BX611 Rol Width on (ft) 4(13.1) 4 (13.1) Roll Length on (ft) 69 (225) 50 (1541 Est. Gross Weight kg (lbs) 82 (182 77.(1691 Roll Area m' (yd2) 4 (328) -2013 IZ39) MD BXG12 CD 36,512590) 65.7 (4500) 5.5(375) 7.7(530) 9.1 (625) 12.3 (940) 14.6 (1000) 19.7 (1350) 547.2(37500) 773.4(53000) 70 25.4(1.0) 25.4(1.0) BXG12 4(13.1) 50 (164) 200 (239) 91 (200) S40, g TENCATE. 365dergr Holland Drive Tel 7066S59990 Fax 7060934400 Pendergrass, 6A I65G7 Te17060932226 wrvw.miraf.com rso som materials that make a difference FAA 61026 MD BXG12 CD 36,512590) 65.7 (4500) 5.5(375) 7.7(530) 9.1 (625) 12.3 (940) 14.6 (1000) 19.7 (1350) 547.2(37500) 773.4(53000) 70 25.4(1.0) 25.4(1.0) BXG12 4(13.1) 50 (164) 200 (239) 91 (200) S40, g TENCATE. 365dergr Holland Drive Tel 7066S59990 Fax 7060934400 Pendergrass, 6A I65G7 Te17060932226 wrvw.miraf.com rso som materials that make a difference FAA 61026 25.4(1.0) 25.4(1.0) BXG12 4(13.1) 50 (164) 200 (239) 91 (200) S40, g TENCATE. 365dergr Holland Drive Tel 7066S59990 Fax 7060934400 Pendergrass, 6A I65G7 Te17060932226 wrvw.miraf.com rso som materials that make a difference FAA 61026 may: MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand April 18, 2013 Ms. Erika Keeton, PE MAX Project Manager City of Fort Collins — Engineering Dept 281 N. College Ave. Fort Collins, CO 80524 RE: MAX Bus Rapid Transit Project - Independent Cost Analysis — CEI CCR No. 157 Station Panel Artwork — Mulberry Stations (north and southbound) — WCD028 Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 28 to address artwork to be on the Mulberry north and southbound stations that was not included in the bid documents. This artwork includes a tree image that shall be permanently affixed to the porcelain enamel panels that make up the station facade. This work will be paid for as a lump sum per station location.. Attached please find the proposed Contract Change Request #157 from CEI. In reviewing this request, an independent takeoff based off of past specialty coating projects was performed. The specialty coating projects were evaluated to a price per square foot. This was compared to the overall cost per square foot to make the modifications to the panels. The highest cost evaluated is $54.54/SF. In addition to the specialty coatings comparison, several Denver based powder coating and metal fabrication companies were contacted for pricing. All the companies that were contacted stated that they had never had any experience with this specific request of powder coating an image onto an enamel panel. Therefore, they were very reluctant to provide any cost without having an opportunity to obtain the work. A few of the firms stated that they weren't certain if it was even possible and would need to perform a series of test panels. Again, the panels would obviously not be created unless the company was provided a contract. The list of companies contacted has been included on the independent cost estimate. Considering the level of complexity and uniqueness of WCD 028, 1 find CEI's Contract Change Request #157 in the amount of $21,803.04 to be reasonable for the required increase in scope. As such, I recomm n Team ce of this additional cost to the contract. Kei /f/ey r ConstructionManager CH2M HILL 970-988-8605 keith.meyer ditescoservices.com Cc: job file ditesco Date of Estimate: 4/17/2013 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (YIN): Y Independent Cost Estimate Description of Goods (A) or Services (B): A add panel artwork to the Mulberry north and southbound stations. This artwork includes a tree image that was not included in the bid documents. The tree image shall be permanently affixed to the porcelain enamel panels that make up the station facade. I have obtained the following estimate from; Published Price List / Past Pricing (date) Engineering or Technical Estimate (Performed by) Independent Third Parry Estimate (Performed by) Beau Javwnick Other (specify) Comparative cost to past specialty coating project outlined below. Cost Estimate Details: (Estimate calculated in US Dollars) Below are past specialty type coating projects. We have taken the total surface area requiring coating and divided by the total cost of the project. Our approach is to campers a specialty coating based on a price per square foot. Below are the specialty pricing we have from past projects. Description Surface Area (SF) Total price of work Price/SF Soldier Canyon Tank #3 Recasting Project 95363 $ 352.421.00 E 3.70 Soldier Carryon Tank #2 Recording Project 16452 $ 179.217.00 $ 10.89 City of Loveland IvlorkVault Painting 280 $ 15.270.00 E 54.54 Artwork on porcelain panels at Mulberry Station List of contacted Powder Coating/Metal Fabrication Finns Complete Powder Coat, Denver CO Roadrunner Fabrication, Demrar, CO Blue Flame, Denver CO Structural Coatings. Denver, CO Pioneer Metal Coatings, Denver, CO GTR Manufacturing, Brockton. MA Signature of Preparer: 257 $ 21.803.04 i 84.84 &V j 1/23/13 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: 157 WCD #28 12-009 7332 Mason Corridor BRT DESCRIPTION OF CCR: Cost to provide and install Mulberry Station's artwork for porcelain enamel panels. LOCATION: Mulberry Station MEMO NO.: NA MEMO DATE: NA COST CODE: N/A DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL ArUpattern set up 1 LS $ 4.804.00 $4,804.00 Materials and Labor 1 LS $ 9.280.00 $9.280.00 Freight (two directions) 1 LS $ 2.948.00 $2.948.00 Test -fit in shop 1 LS $ 2,744.00 $2,744.00 ECI markup - 5% 1 LS $ 988.80 $988.80 Subtotal $ 20.764.80 Mark-UD $ 1,038.24 V iAL $ 21,803.04 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. — S—/ ECI Site Construction Management CHANGE ORDER PO Box 2135 No. 00001 Phone: 970.669.6291 Loveland, CO 80539 Fax: 970.669.6411 TITLE: Mulberry Tree Art DATE: 1/3/2013 PROJECT: 12-04 Mason Corridor Bus Rapid Tra JOB: 12-04 TO: Attn: Ryan Dickinson CONTRACT NO: 12-009-06S Concrete Express Inc. 2027 West Colfax Avenue Denver, CO 80204 Phone:303562200 Fax:3038931949 RE: To: From: Number: DESCRIPTION OF CHANGE Cost to provide and install Mulbeny Station's artwork porcelain enamel panels. Code to 9CDI. Item Description Stock# p Quantity Units "- -" 'Unit Price Tax Rate Tax Amount Net Amount 00001 Art/pattem set-up 1.000 Ls $4,804.00 0.00% $0.00 $4,804.00 00002 Materials and labor 1.000 Ls $9,280.00 0.00% $0.00 $9,280.00 00003 Freight (two directions) 1.000 LS $2,948.00 0.00% $0.00 $2,948.00 00004 Test -fit in shop 1.000 LS $2,744.00 0.00% $0.00 $2,744.00 00005 ECI Profit 19776.000 % $0.05 0.00% $0.00 $988.80 Unit Cost: $20,764.80 Unit Tax: $0.00 Total: $20,764.80 ztu. S% � tLl TheOriginal Contract Sum was................................................................................................. $4,055,098.15 Net Change by Previously Authorized Requests and Changes ................................................ $0.00 The Contract Sum Prior to This Change Order was ......... $4,055,098.15 TheContract Sum Will be Increased................................................................................... $20,764.80 The New Contract Sum Including This Change Order ..... $4,075,862.95 The Contract Time Will Not Be Changed................................................................................. The Date of Substantial Completion as of this Change Order Therefore is ... ACCEPTED: Concrete Express Inc. LM Ryan Dickinson ECI Site Construction Managemen By: By: Tony Perdue Date: Date: Date: CENTRAL DENVER IRONWORKS, INC. "BUILDING QUALITY SINCE 1946" Tony Purdue ECI Re: MULBERRY STATION TREE ART Via email: tonv(@,ccisite.net Tony, As you requested, I am including our breakdown for the additional of art work: Art/pattern set-up CDI drawings, coordination with set-up: $,2,808 x 15% = $3,129 Subcontractor Set-up: $1,500 x 5% = $1,575 (no hard quote; he would only provide informal estimate). Materials and labor Subcontractor informal quote: $8,838 x 5% = $9,280 Freight (two directions) $1,404 each direction x 5% = $2,948 (Freight fluctuates daily; frt will be invoiced at shipment) Test -Fit in Shon CDI test St labor: $2,386 x 15% = $2,744 TOTAL THIS CHANGE: $19,776 Please let me know if you have any questions. I prefer that you use my cell to insure that I can reached. That number is: 303.549.3920 Sincerely, Tom Dufficy 4245 FOX STREET DENVER, COLORADO 80216 303.433.3180 ditesce Independent Cost Estimate Date of Estimate: 3/4/2012 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (Y/N): Y Description of Goods (A) or Services (B): A Scope is to address design changes clarifies design changes to the contract for storm line B3-1. It changes 88. This independent estimate was computed through use of unit prices included in the project base bid. For items not included in the base bid, item dimensions were used to interpolate a reasonable price. I have obtained the following estimate from; Published Price List / Past Pricing date)l CEI Base Bid Unit Prices MAX-BRT Contract Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Other (specify) Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items DESCRIPTION ITEM # NOTE QUANTITY UNIT UNIT PRICE TOTAL 22.5 x36.25 Arc Pipe 603-03301 Contract -176 LF 111.00 19,536.00 26.62"x43.75" Arch Pipe 603-03361 Contract -52 LF $ 338.00 $ (17,576.00) Manhole Box Base IT) 604-31005 Contract -1 EA $ 5,660.00 $ (5,660.00) Manhole CIP Base (5') 604-30005 Contract -2 EA $ 3,300.00 $ (6,600.00) 24"x38" HERCP N/A Interpolated 176 LF $ 168.00 $ 29,568.00 29"x45" HERCP N/A Interpolated 52 LF $ 219.00 $ 11,388.00 Manhole CIP Base IS) 604-30005 Contract 1 EA $ 3,300.00 $ 3,300.00 29"x45" HERCP Precast Bend N/A Plug 2 EA $ 3,300.00 $ 6,600.00 Subtotal (add) $ 50,856.00 Net Total I I I 1 1 $ 1,484.00 Cost of Services, Repairs, or Non -Standard Items Item/Task: Materials or Work Description Other Direct Costs Labor Labor Rate ($) Hours Labor Class Allocated Overhead SG&A• Profit TOTAL Total $ 'Selling, General and Administrative Expenses Signature of Preparer: N""L °,CEILr 1 /23113 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: 157 CEI PROJECT M 12.009 CONTRACT NUMBER: 7332 CONTRACT DATE: CONTRACT NAME: Mason Corridor BRT DESCRIPTION OF CCR: Cost to provide and install Mulberry Station's artwork for porcelain enamel panels. LOCATION: Mulberry Station MEMO NO.: NA MEMO DATE: NA COST CODE: N/A DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL ArUpadern setup 1 LS $ 4,804.00 $4.804.00 Materials and Labor 1 LS $ 9,280.00 $9,280.00 Freight (two directions) 1 LS $ 2,948.00 $2.948.00 Test -fit in shop 1 LS $ 2,744.00 $2,744.00 Subtotal $ 19.776.00 Mark-Upi $ 988.80 TOTAL $ 20,764.80 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. maWORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 028 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): Station Panel Artwork - Mulberry Stations (north and southbound) This work change directive authorizes the Contractor to add panel artwork to the Mulberry north and southbound stations. This artwork includes a tree image that was not included in the bid documents. The tree image shall be permanently affixed to the porcelain enamel panels that make up the station fagade. This work will be pricing and paid for as a lump sum per station location. Michael Baker/IBI did not include the artwork images in the final bid documents although these were approved by the City prior to bidding. It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the parties expect a Change Order request for approval to subsequently follow this Work Change Directive. I � Ordered By: "A -- 116C(November 21, 2012 ner Date Recommended By: November 21, 2012 Construction Mafhager Date Copy: Owner Engineer Field File- SharePoint WCD028_MULBERRY STATION PANEL ART ADD-1 1-21-12 PAGE 10F1 N O M 3 2 2 oe0 MEMDRANE LOOPING —3 oncxur aes0 wExlNc D. a CANOPY ILw Ix1ERCACE - A J � 11 Nµ T• MEDAL dIR VENT Ylix INSECT SCREEN LINE BE OUTIEN �I BeLMLIi CLeZE OPENING - " �� - E 'E / . 1�j (..... Y`-'r � CAVWY ICOx ACE _ — — C.Mt,, Bexx— _ _ _~ �TIHIERC L - — PORCELAIN _ _ _ — — — LIxE DE cu11ER EN4ELOR PANELS— T 1 1' y .y t~I 2 FP �ELED i 1 Cy Of STEEL _—_ 1�+[. dry(. 11)J If. i. x _ -BaArlw AM NE OT STATION yyy DISPLAY LCO MONITOR COTE) MAP IONMACHINE R MAP ACC / [MESS PANEL PANEL 1 AI SI ENAMELED ENAMELED DRCELCD EANas ExdMF.sCO CDxCREIE r DONDAT IDxs T,O.COxt [ox _ ��I ai0 0RICHT SIDE .d.. of .. a^ ELEVATION REAR ELEVATION CLEFT SIDE U:.M., Mi .. o ELEVATION /1FRONT ELEVATION COZOQ 1�-OF 9 y LAURENCE 0 HERMAN r 301701 G 0 Print DO.enln5/2012 p Sheet Revisions MASON CORRIDOR GAeCollinS o msn BRT .� some CmLelncrim DrmHgB STATIONS SHELTER ELEVATIONS - MULBERRY Project No. II10 xmeam3-eNLsrollmElavancna-Mn Oorr .Up Dule: C—f. Init. No R.VI.ima: n. COn llv: IDn Ncr a. Sc01e:1/Z" D'-0^ Vx1. E, N/A wn Inlm�Mnm wn laulrc Inumie p Renaae: oxal—: Pz nrum�a O p y0i0: De101 Ter sR NM.oer: ISlleel xunnc SMe1 AA.ef: STAi IONS Subsal SMeg129 0E A159 C 1-302 No Text ma ft MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand April 28, 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. 034 Harmony Fence Replacement and Over -excavation — WCD036 Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 36 to address encountered conditions during the fence removal and replacement operation south of Harmony Road along the Mason Trail. The existing fence is shown as "remove and replace" in the contract documents, however, concrete bases on the posts made post recovery for reuse impossible. This estimate is for replacement of the fence materials, removal of soil between the trail and guideway as directed by COFC, and additional fence removal not included in the base bid contract documents. Attached, please find the proposed Contract Change Request #34 for the work from CEI. In reviewing this request, items included in the WCD were reviewed and compared to original design sheets. A combination of contract unit prices and published material pricing were used to determine an independent cost estimate. This cost estimate is attached. The estimated cost for the fence replacement and over -excavation is $5,294.89 I find CEI's Contract Change Request #34 in the amount of $6,226.63 to be reasonable for the required increase in scope. As such, I recommend approval of the independent cost estimate amount for this additional cost to the contract. 0 - Keith Meye PE Construction Project Manager CH2M HILL Team 970-988-8605 keith. mever(a.ditescoservices. com Cc: job file Change Management Checklist Compliance.. Date Reviewed. Reference Initials Reviewed for compliance with 4/28/13 Part of the build alternative KM Environmental Assessment included in SCC 40.01 Included in safety plan for area; Reviewed for construction/safety impacts 4/28/13 needed to safely separate trail KM users from guideway. Independent cost estimate prepared 4/27/13 As attached to this memo KM Reviewed for PCGA grant compliance 4/28/13 Part of Build Alternative KM scope is included in SCC 40.01 Reviewed for real estate impacts/needs 4/28/13 Inside City owned easements KM Reviewed for compliance with design criteria/ADA htto:/Aw .access-board.aov/ada-aba/ada- 4/28/13 n/a KM standards-dot.cfm ditesco Independent Cost Estimate Date of Estimate: 27-Apr-I3 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (YIN): Y Description of Goods (A) or Services (B): A Scope is to address installation of split rail fence south of Harmony. Plans show 'remove and replace' fence posts, but concrele post bases made recovery of materials difficult. This estimate includes costs for materials to replace unusable fence, over -excavation as directed by COFC, and additional fence removals as directed by - COFC. Unit prices are a combination of publicly available pricing and CEI contract units. I have obtained the following estimate from; Published Price List / Past Pricing (date) CEI Max BRT Unit Price Contract Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Other (specify) Published fence material prices Cost Estimate Details: (Estlmale ca/culafed in US Dolfars) Cost of Standard Items Product/Item Unit Price Quantity Unit I Contract Item Totals 10' RAIL $ 15.98 49 EA NA $ 783.02 POST $ 16.21 47 EA NA $ 761.87 STRUCTURE EX $ 13.50 278 CY 203-00000 $ 3,750.00 It SubTotal $ 5,294.69 Cost of Services, Repairs, or Non -Standard Items Item/rask: Signature of Prepamr: < 1 "Selling, General and Adminishel1w Expenses TOTAL $ 5,294.89 Jumbo Split Rail Fence - Western Red Cedar- HOOVER FENCE CO. - Western red coda... Page 1 of 2 Register For Free Wood Products Menu Fence Styles Cedar Split Rail Fence • Cedar Stack Fence • WV Lap Rail Fence • Treated Split Rail • Five Rail Fence • Snow Fence • Spruce Stockade Spaced Dog Ear • Soaced French Gothic Concave • Convex Solid • Concave Solid • Solid Dog Ear • Straight Shadowbox • Convex Shadowbox • Concave Shadowbox • Privacy w/ Lattice Wood Gates • Aluminum Fence • Aluminum Railing* Gate Operators • Vinyl Fence • Vinyl Railing • Gates/Hardware • Wood Fence • Decking Systems • Fence Tools • Chain Link Fence • Access Control • Search Login I My Account I My Favorites I Track My Order 1 (0 item(s) - $ 0.00) View Cart Five -Bar Gates • Split Rail Gates (Steel) • Adjustable Gate Kit • Wood Gate Plans Western Red Cedar • Western Red Cedar Fence Components • Why Buy Red Cedar? Fence & Deck Hardware • Wood Gate Hardware • D&D Technologies Metal • Adjustable Gate Kit • Non -Sag Gate Kit • Drop Rods • Gate Closer . OZ-Post . OZ-Deck • OZ-Railinq • Railing Balusters Post Cans Accessories • Cedar Furniture • EnviroWood Furniture FAQ Email Western Red Cedar Split Rail Fence Jumbo Weight Pricing Click here for product information - i Prices: Jumbo Grade I Standard Grade I Pony Grade Click images for specifications "Take 10% Off Online Prices" Discountwill be applied upon order processing! Code Description Approx. Weight price View Cart RCR-10J 10' Western Red Cedar Jumbo Rail 20 lbs. $ 15.98 Add to cart BRCR-10J Bundle of 110 - 10' Western Red Cedar Jumbo Rail 2200 lbs. $ 1582.02 Add to cart 2-Rail Western Red Cedar Split Rail Fence Components RCP-2L 2-Rail WRC Line Post 15 lbs. $ 13.19 Add to cart BRCP-2L Bundle of 72 - 2-Rail WRC Line Post 1080 lbs. $ 854.71 Add to cart RCP-2E 2-Rail WRC End Post 15 lbs. $ 13.67 Add to cart BRCP-2E Bundle of 72 - 2-Rail WRC End Post 1080 lbs. $ 885.82 Add to cart RCP-2C 2-Rail WRC Corner Post 15 lbs. $ 14.69 Add to cart BRCP-2C Bundle of 68 - 2-Rail WRC Comer Post 1020 lbs. $ 899.03 Add to cart RCG-2RX3 2-Rail x T Wide WRC Gate (hardware not included) tba $ 133.88 Add to cart RCG-2RX4 2-Rail x 4' Wide WRC Gate (hardware not included) tba $ 160.13 Add to cart RCG-2RX5 2-Rail x 5' Wide WRC Gate (hardware not included) tba $ 175.88 Add to cart 3-Rail Western Red Cedar Split Rail Fence Components RCP-3L 3-Rail WRC Line Post 21 lbs. $ 16.21 Add to cart BRCP-3L Bundle of 72 - 3-Rail WRC Line Post 15121bs. $ 1050.41 Add to cart http://www.hooverfence.com/wood/cedar-rail-prices,htm 4/28/2013 Jumbo Split Rail Fence - Western Red Cedar- HOOVER FENCE CO. - Western red ceda... Page 2 of 2 Back to Main Menu RCP-3E 3-Rail WRC End Post 21 lbs. $ 16.83 Add to cart BRCP-3E Bundle of 72 - 3-Rail WRC End Post 1512 lbs. $ 1090.58 Add to cart RCP-3C 3-Rail WRC Corner Post 21 lbs. $ 18.32 Add to cart BRCP-3C Bundle of 68 - 3-Rail WRC Corner Post 1428lbs. $ 1121.18 Add to cart RCG-3RX3 3-Rail x 3' Wide WRC Gate (hardware not included) tba $ 160.13 Add to cart RCG-3RX4 3-Rail x 4' Wide WRC Gate (hardware not included) the $ 175.88 Add to cart RCG-3RX5 3-Rail x 5' Wide WRC Gate (hardware not included) tba $ 191.63 Add to cart 'Please note gates do not come equipped with hardware. Click here for our large selection of hardware designed for wood fences.- -For larger gates with steel frames, please click here for more information." E-mail I Contact I Vinyl I Chain Link I Ornamental I operators I Terms of Use I Return Policy I Shipping Policy I Privacy Statement I Brochure Important Disclaimer: Hoover Fence Co. strives to be accurate in depicting all products featured on our website. Pricing, specRcations, and availability are subject to change without notice. copyright 19952012 Hoover Enterprises, Inc. -All Rights Reserved. www.HooverFence.com. ShKeing to be the largest online fence and fencing mate nals retailer and ✓" or chain -link fencingornamental cast iron and aluminum fencingBate operators and access control, garage � =Nortontlisttlbutor door openers and replacement parts, and Vinyl (PVC) fencng for swimming pool, home and garden secunty, dog kennels, �`�// horses, farms, and ranches, We carry: Buffach—, Jerfth' , Ultra Aluminum^", ShapesTM Age Crai Superior Plastics"', PrrvacyLinkTM, Master Halco'"', UniLatch^', MagnaLatch^ DoorKirI GTO/ProTM, Aiphone^, American oweredb VeriSi n p Y 9 Access Systems-, Multi -Code'^, Stanley"', LiftMaster—, UnearTM, Genie"' and many others. http://www.hooverfence.com/xvood/cedar-rail-prices.htm 4/28/2013 - i k 10/1&12 Enka Keeton Special Projects:Engmeer- r u City of Ft Collins f .2131�N• College Avenue '+ • ' Fort Collins, CO 80522-0580 CCR NUMBER: .• ' k034 "f,1{G!%t%fa �., « m '( kF. r CEIPROJECT i CONTRACT NUMBER + i- ': 7332' "� rl`° ° . x • a < x, t CONTRACT DATE. s +� CONTRACT NAME:- ' Mason Corridor BRT ' r = e ` q r g t • - did not meet typ DESCRIPTION OF CCR ' Removal of split MR fence south of Harmony.` Rertwvals ,t5 removal shown on plans Posts were encased m concretei making _ ,mpossilbe toail posts,to reset later.. Also, directed to over -ex mateInal ;save beneath fence by th`e city Finally cdsts fo replace fehce,material that was i' 2 jt. s: Plus removals of thleeeietra sections hot salvageable _during removal -• _- .. of fence sowh oilhe guideway - - r •, � "�+,. '. • ._. ... • MEMO NO.:. - 32070. 35475,35479 i e •- � ' S � MEMO DATE: " ; r ' p.. ' COST CODE: 210-010000„� .. r. DESCRIPTION " . '. OTY, 1 .:,UNIT :': .: UNIT:PRICE' OT TOTAL Remove existing dirt between,CdG and Trail. - ' Foreman 12' 'HR, �' $ -' -:55.00 _ 5 660.00 Skidsteer 12 ` HR 1.5•` 65.00' ' S. - 780.00 Loader- _ 12 . : HR •'S' .110:00 S - 1',320.00, (3 laborers --:26 =.HR .5 ,. 40:00 - S - 1,Oa0.00 New Fence Material -''EA .5' New Posts ' t447 1,387.91 ` Rails New .. .503.72 ' Additional fence remoJals as directed b COFC Labor(2 ,. 6- '-HR S 240.00 4200 CAT Backhoe ' -' • '3 .r HR . � .;5" "' • 80:00' 240.00 'Foreman t HR„ S 55:00 S. 55.00. .,r r �" •r TOTAL 5 '-" 6 226 63`. r .-., ConcIlete Express Inc regoesls 2 dais 4or the above conty2ct modl`lca.,ions These are all of the tlsrble effec s of the abote cltiange,t%e see at thts lme VJe resene the,nghl to u. inarpora;erother chxnges as they appear In imilementin this char ei "If ou have any questions P 9 9 Y r regarding This change, glease feel free to contact^me at 303:562 2000 i n �J i fiY iC n on ` t' Proj c7 M naoer t ` [ item RCP SIZE PRICE/LF 15 $ 104 18 $ 74 24 $ 89 30 $ 96 48 $ 224 84 $ 650 Special 54 $ 417 Linear Eq 31" $ 168 37" $ 219 RCP SIZE $700 $600 = 8.5583x - 97.488 $500 $400 O RCP SIZE $300 —Linear (RCP SIZE) $200 $100 0 20 40 60 80 100 ma)t WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 036 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): Rest Fence in Segment 1 This Work Change Directive (WCD) directs the Contractor to reset various portions of cedar fence in segment 1. This fence is 8-ft tall wildlife fence that resides adjacent to the Mason Trail. Fence posts were damaged during fence relocation. This section of fence was designated as reset in the contract drawings/plans. However, the Contractor could not remove the fence posts intact as they were all encased in large concrete foundations. As such, this WCD compensates the Contractor for resetting posts and rails damaged during relocation. This work shall be as directed by the Engineer in the field and paid as time and materials. Fence reset required due to abnormal amounts of concrete foundations at each fence post unknown to the Contractor and Engineer at the time of plan preparation and bidding. Attachments (List Supporting Documents): 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: (-::� December 4, 2012 caner 0 Recommended By: zo�� &� December 4, 2012 Construction M#bager ❑ Copy: Owner Engineer Field File - SharePoint WCDO36-RESET FENCE SEGMENT 1-12-04-12-FINAL PAGE 1 OF 1 may: July 7, 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. 52 Grading and Millings Install at Troutman — WCD037 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. 37 to address temporary access for businesses at the intersection of Troutman and Mason. The work included grading and placement of millings for access west of the intersection to businesses located in the cul-de-sac. This work was not included in the base scope/contract documents. The independent estimate was performed using contract CEI unit pricing for TSM work. Attached, please find the proposed Contract Change Request #52 for the work from CEI. In reviewing this request, we verified time and material sheets used to track field work and applied various time and material costs to these amounts. The estimated cost for the Grading and Millings installation at Troutman is $1,180.63. I find CEI's Contract Change Request #52 in the amount of $940.63 to be reasonable for the required increase in scope. As such, I recommend approval of this additional cost to the contract. Keith Meyer, PE. Construction Project Manager CH2M HILL Team 970-988-8605 Keith. meverod itescoservices.com Cc: job file Change Management Checklist Compliance Category Date Reviewed Reference Initials Reviewed for compliance with 717/13 Included in the area of influence KM Environmental Assessment and part of SCC 40.07 Reviewed for construction/safety impacts 7/7/13 Included in traffic control plan for KM work in area Independent cost estimate prepared 7/7/13 As attached to this memo KM Part of Build Alternative Reviewed for PCGA grant compliance 7/7/13 scope is included in SCC 40.07; KM work will be enveloped into the Troutman cul-de-sac paving Reviewed for real estate impacts/needs 7f7/13 Construction inside City right of KM way for Troutman Pkwy Reviewed for compliance with design csa/ADA http://www.access-b-board.cov/ada-aba/ada- 7/7/13 n/a — ADA access routes in this area unaffected KM standards-dot.cfm ditesco Independent Cost Estimate - WCD #37 Dale of Estimate: 7-JUI.13 Contract Type: Mason Corridor BAT (Hard Bid) Emsting Contract or PO (YIN): Y businesses Description of Goods (A) or Services (B): A Scope is to address temporary access forbusrouling at the intersection of Troutman and Mason. This work was not included in the base scupe%ontract documents. Estimate was performed using contract CEI unit pricing for T&M work. I have obtained the following estimate from; Published Price List I Past Pricing (date) CEI Contract T&M rates for MAX BRT Project Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Other (specify) Signature of Preparer: Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Productlllem Unit Price Ouarnity Unit I Contract Item Totals Operator $ 40.00 6 HR NA $ 240.00 Laborer $ 40.00 6 HR NA $ 240.00 Cat 246 Loader $ 65.00 6 HR NA $ 390.00 Trucking $ 85.00 2 HR NA $ 170.00 Asphalt Millings + 15% profit $ 140.63 1 LS NA $ 140.63 SubTotal $ 1,180.63 Cost of Services, Repairs, or Non -Standard Items Item/Task: "seav, General and AdmWSImINe Expenses TOTAL $ 1,180.63 E 11/05/12 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: Cm P.00JECT #: CONTRACT NUMBER: CONTRACT DATE: CONTRACT NAME: DESCRIPTION OF CCR: MEMO NO.: MEMO DATE: COST CODE: %hls Worz�c �;,� Occ�Q v6z; FL E1 Tf7=i S W o P lc %l?L cTEP -3Y i l9/k v' GoFC �y lea 052 12-009 , 7332 Mason Corridor BRT T&M to provide bus.access at Troutman West of Mason Remove dirt, grading 2"-3" inches below top of Asphalt brought 2 loads of asphalt mill to spread over dirt. Front of business driveway Mason & Troutman west of Mason 32056 10/11/12=10/12/12 700-2Q017. DESCRIPTION QTY UNIT UNIT PRICE OT TOTAL> Laborer(2)- 6 HR $ - 1 $ 240.00- CACT 246E UL61 6 HR —4o.00l $ 65:00 I I $ 3g0.00 Trucking = Millings:. 2, - HR 1 $ 85:00 $ - 170.00 Millings - _ 1 LS - $ 140.63 1 1 $ 140.63 TOTAL $ 940.63 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. 32056 MEMO JOB NAME; !" 7 & $ V /z. ,r � F (,` do Ir" CONCRETE EXPRESS, INC JOB #: 2027 WEST COLFAX AVE COST Cot) � _ ob i--i- DENVER, CO 80204 DATE: PHONE:303-562-2000.FAX: 303-893-1949 ED DESCRIPTI — gNOFWORKPERFORMED G�eo,� 0 �t `5 rPa �r*oue 7rr ch box Sweep 5%r n 0 N- NvS•`eo ass aa�vaw«�� SPECIFIC —�OCATION OF WORK• /� gc o r� 9� Tr �i,e � n BREAK D(Z) �N OF HOURS LABOR EQUIPMENT MATERIALS HOURS EACH TOTAL HOURS TOTAL O.T. fv-,'.(51c e r 6 a/lr' CONCRETE EXPRESS, INC. NAME: TITLE: 2"J i` r. bi4 ev P9 DATE: /1 -Ic? ACCEPTED: NAME: TITLE: DATE: f � City Planning Developsment of ^ ( and Transportation Streets Department ■4 `V. �t oRins 625 Ninth Street PO Box 580 Streets Fort Collins, CO 80529-0580 970.221.6615 970.221.6270 - fax fcgov.com /streets CEI 2027 W COLFAX DENVER CO 80204 i 317 s — `. r PFFS Please detach and return upper portion with your remittance -cancelled check is your receipt rs,Ezpiso `>w'-x� -# 1 � � '� . i� > 5 y{'iwr. F 1 G�J4 u2'.S' .Gq i' ; 5 0 r, kJ ASSP K 3 IS+F I / y vs 1 OD - PROJECT/ PPR0vtDP OSTED Subtotal $1 1 3.91 Sales Tax (7.35%) $8.37 Invoice Total $ 1 22.2 8 ma)t WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 037 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): Grading and Millings - Troutman Cul-de-sace This Work Change Directive (WCD) directs the Contractor to provide asphalt millings placement and grading to install recycled asphalt for business access throughout the winter months in the Troutman Parkway cul-de-sac. This work shall be as directed by the Engineer in the field and paid as time and materials. The Troutman cul-de-sac area serves multiple businesses. As CEI's work sequence removed most of the asphalt inside the cul-de-sac, the City desired an all weather surface to maintain business access throughout the winter months. Attachments (List Supporting Documents): 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: rlY_ CGL November 5, 2012 —44t wner Date Recommended By: Z w b %�_ November 5, 2012 construction Milhager Date Copy: Owner Engineer Field File - SharePoint WCD037_TROUTMAN GRADING AND MILLINGS_11-05-12_FINAL PAGE 1 OF 1 ma ft April 29, 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. 127 Raceway Bore at DTC for Power — WCD038 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. 38 to provide an underground bore from the DTC to the landscape area near the DTC MAX Station. One 2 inch HDPE conduit will be pulled in and terminated in 2-handhole vaults. One 1 inch conduit will be installed through the crawl space to Panel P1, including all branch circuit conductors. The branch circuit conductors are included within the base bid for the DTC station. Attached is a copy of the proposed Contract Change Request #127 from CEI outlining this work along with a sketch of the proposed routing. In reviewing this request, an independent takeoff based of similar work items found in the 2012 and 2011 CDOT construction cost data, as well as the current schedule of values. The liner foot for the bore of the 2 inch HDPE conduit was scaled from the hand sketch included in the CCR from CEI. Considering the short distance of bore required, a unit price from the 2012 CDOT cost manual was used. The overall independent estimated cost of the additional work is $8,239.00. Considering the short distance for the bore and the amount of work involved, I find CEI's Contract Change Request #127 in the amount of $8,239.35 to be reasonable for the required increase in scope. As such, I recommend acceptance of this additional cost to the contract. el eith Meyer PE Constructio Project Manager CH2M HILL Team 970-988-8605 keith. meverad itescoservices.com Cc: job file Change Management Checklist • , • • Reviewed Reference Initials Reviewed for compliance with Included in the area of influence at Environmental Assessment 4/29/13 the DTC station and part of SCC KM 20.01 Included in traffic control plan for Reviewed for construction/safety impacts 4/29/13 work in area; no trenching KM required Independent cost estimate prepared 4/29/13 As attached to this memo KM Reviewed for PCGA grant compliance 4/29/13 Part of Build Alternativescope KM is included in SCC 20.01 Reviewed for real estate impacts/needs 4/29/13 Construction inside City right of KM way and City owned property Reviewed for compliance with design criteria/ADA htto:/Aw .access-board.cov/ada-aba/ada- 4/29/13 n/a KM standards-dot.cfm OF THE WORK RECORD (To be compined az and olexh work day-d signed by both 111co nbtiva shown bdl w) ma;TRACKING Record Project: MAX BRT Number: Contractor: CEI Date: 11.19.12 thru 12.20.12 Project Contractors Rep: MIKE FRENCH Number: 7332 COFC Inspector: RAY LEON Owner: COFC Description of Work: WCDO19 No. Deb EWI,—. l Product l Mebrbl Description Quantity Wit 1 11I162012 29'X45-HERCP WCDC19 8 LF 2 111162012 MHB3.1 TO and 511 WCDC19 1 EA 1 111192012 29'X45-HERGP WCDO19 49 LF 2 11I192012 24'X38-HERCP WCD619 4 LF 3 11119RO12 29'x45' BENT PIPE SECTION WCDO19 1 EA 4 11/192012 29'AS/24'x38' BENT PIPE SECTION COMBO WCDO19 1 EA 2 11202012 24-X3W HERCP WCDO19 72 LF 1 2 11RIO012 24'X38-HERCP WCDO19 96 LF 1 11282012 POND INLET STRUCTURE WCD 019 DROP INLET 1 EA 3 2 12202012 MANHOLE SPECIAL IS FOOT WCDO19 1 EA 5 Esumate Installed Estimated Price Est Bid Total Installed Total 7 Mannon Siab Base IS) M11133A 1 1 $ 3,300.00 $ 3,300.00 $ 3,300A0 8 Inlet Double Type 16 Combo INB3.1 1 0 $ 4,660,00 $ 4,660.00 $ 9 29-A 5-HERD P 52 57 $ 61AB $ 3,196.96 $ 3,504.36 10 Precast Pipe Bends 2 2 $ 3,300.00 $ 6,600.00 $ 6,600.00 11 24' FHERD P 176 172 $ 49.63 $ 8,734.88 $ 8,536.36 12 Manhole SWecial(151 MH3.4 1 1 $ 28.40500 $ 28,405.00 $ 28,405.00 13 1 )NW3 HERD 20 $ 44.72 $ 894.40 $ 14 Inlet l 0' Type R(51 1 0 $ 6,400.00 $ 6,400.00 $ 15 10' Asphalt Removal 22 22 $ 7,97 $ 175.34 $ 175.34 16 12' Asphalt Removal M.5 34.5 $ 9.60 $ 331.20 $ 331.20 t7 6'Sldewalk 14 $ 3822 $ 535.08 $ 18 Curt Type lB 32 $ 1024 $ 327.68 $ - 19 W20 14b23' HERCP not on estimate) 20 Comments: City of Fort Cl RAY LEON Concrete Express Inc Representative: Copy 1. Pabirei at Prapvl lrepeclor9 affw. 2. TO Proptl Mereger wilM1 tlary steal loriM Eey a. T. f rrn rn Raprewrn . Date Signed: 11/21/2012 Date Signed: $ %Complete 63,560.54 $ 50,852.26 80.0% &sr Fuse y �E�oNucs� ditesco Date of Estimate: 18-Apr-13 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (Y/N): Y Independent Cost Estimate Description of Goods (A) or Services (B): A Provide a Raceway at the OTC. Provide an underground bore from the DTC to the landscape area near the OTC MAX Station. One 2 inch HOPE conduit will be pulled in and terminated in 2-handhole j-boxes. One 1 inch conduit will be installed tmough the crawl space to Panel P1. I have obtained the following estimate from; Published Price List / Past Pricing (date) 2012 COOT Cost Data Book and Construction SOV Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Beau Javemick Other (specify) MAX BRT Schedule of Values Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product Cost ($/unit) Unit Quantity Notes TOTAL Delivered Data Source 2 inch electrical conduit bored $ 64.00 LF 90 2012 COOT 613-002061M 070A-008 $ 5,760.00 Pull Box 36"x48"x 18" $ 695.00 EA 2 2011 COOT $ 1,390.00 1" Electrical Conduit $ 54.45 LF 20 SOV 613-00100 $ 1,089.00 SubTotal $ 8,239.00 Cost of Services, Repairs, or Nonstandard Items IteMTask: reeneq, cemrai era rwmi� E". Signature of Preparer: TOTAL $ 8,239.00 COLORADO DEPARTMENT OF TRANSPORTATION 10:14 Monday, August 27, 2012 228 __-_ ITEM UNIT COSTS BY PROJECTS -- 2012 COST DATA ITEM NUMBER/ _-__ __-_ ITEM DESCRIPTION/ ________ UNIT/ _-____ _________________________ PROJECT NUMBER ------------------------------------------------------------------------------------------------------------------------------------ PROJECT LOCATION DATE LET QUANTITY ENGR. EST. AVERAGE BID AWARDED BID 613-00200 2 In E1ec Cond Lin Foot =____________________________________________ _______________ MTCE0252-418 I-25 RAMP METERING PROJECT 02/09/12 60.00 6.80 12.68 23.00 FBR062A-015 SH 62 IN RIDGWAY 03/01/12 344.00 8.00 11.14 10.21 IM0702-314 I-70 MM 130.5 TO MM 139.5 03/22/12 924.00 11.00 6.64 1.10 WEIGHTED AVERAGE FOR THE FIRST QUARTER 13,130 00 10.00 7.61 8.17 STA R400-272 I25 S OF CARR & I76 LONG GRID 04/26/12 249.00 7.25 14.67 14.00 C135A-027 SH135 MP 0.24 - 1.24, GUNNISO 04/26/12 474.00 8.00 23.17 31.00 STA 0853-078 US 85 RESURFACING IN GREELEY 05/03/12 1,350.00 7.20 6.24 9.00 FBR0343-034 - In Place Const. ON US 34 EAST OF WRAY 05/17/12 612.00 11.50 17.34 18.25 FER0343-034 - Slide in Const. ON US 34 EAST OF WRAY FSAR600-378 SH88B ARAPAHOE RD CORRIDOR 05/31/12 1,090.00 6.00 11.27 10.75 WEIGHTED AVERAGE FOR THE SECOND QUARTER 3,775.00 7.65 10.53 13.73 WEIGHTED AVERAGE FOR THE YEAR 16,905.00 9.48 8.05 6.99 613-00201 2 In E1ec Cond (Jacked) Lin Foot =__________---------------- --------------= ____________________ IM0761-208 I-76 FROM FEDERAL TO I-25 04/05/12 100.00 20.00 21.20 21.55 WEIGHTED AVERAGE FOR THE SECOND QUARTER 100.00 20.00 21.20 21.55 WEIGHTED AVERAGE FOR THE YEAR 100.00 20.00 21.20 21.55 613-00206 2 In Elec Cond (Bored) Lin Foot =_________----------------- --------------- _________-__________ FSA 0831-112 SH83/LEETSDALE DRIVE @ MONACO O1/12/12 500.00 11.00 10.02 9.00 IM 2254-076 I-225 FROM PARKER RD TO MISSI 01/19/12 500.00 12.00 11.68 12.00 MTCE0252-418 I-25 RAMP METERING PROJECT 02/09/12 2, 610.00 12.00 8.88 6.50 FBR095A-011 SH95(SHERIDAN) BRIDGE OVER RR 03/01/12 985.00 11.00 13.31 13.50 IM 070A-008 I-70 WEST CHAIN STATION PHS I 03/01/12 57.00 53.00 66.25 64.00 FSA002A-005 SH2:12TH AVE AND EB I-70 03/15/12 540.00 12.00 13.01 11.63 WEIGHTED AVERAGE FOR THE FIRST QUARTER _____________________________ 5,192.00 12.16 _______________ 11.83 _______________ 9.96 FSA1192-018 FIRESTONE 04/12/12 590.00 12.00 9.49 6.97 FSA0343-036 FORT MORGAN 04/19/12 1,222.00 9.00 11.15 9.96 2011 Cost Data INDEX AND AVERAGE UNIT BID PRICES FOR O1/01/11 THROUGH 12/31/11 ------------------ ITEM NUMBER ITEM ------------------ TOTAL QUANTITY UNIT TOTAL COST AVERAGE PRICE 613-01250 2-1/2 Inch Electrical Conduit (Plastic) 2,8ll Lin Foot 23, 612.40 8.40 613-01300 3 Inch Electrical Conduit (Plastic) 27,070 Lin Foot 253,551.95 9.37 613-01400 4 Inch Electrical Conduit (Plastic) 1,552 Lin Foot 18, 322.00 11.81 613-01600 6 Inch Electrical Conduit (Plastic) 30 Lin Foot 547.50 18.25 613-04130 1-1/2 Inch Electrical Conduit (Liquidtight Flexible M 50 Lin Foot 562.50 11.25 613-05151 Wildlife Detection System 2 Each 128, 000.00 64, 000.00 613-06000 Meter Pole 9 Each 19,831.99 2, 203.55 613-07000 Pull. Box (.Special.) 124 Each 55, 420.08 446.94 613-07016 Pull Box (16"x16"x6") 2 Each 1,390.00 695.00 613-07018 Pull Box. (18"x12"x811) 6 Each 3,780.00 630.00 61.3-07023 Pu 1, 1. Box (24"x36"x2411) 240 Each 21.9,264.61. 91.3.60 613-07026 Pull Box (16"x24"x12") 20 Each 12, 584.00 629.20 613-01034 Pull Box (24"x36"xl8") 99 Each 80,031.02 808.39 613-07038 Pull Box (36"x48"x18") 10 Each 10, 249.62 1, 024.96 613-07039 Pull Box (30"x48"xl8") 16 Each 19, 760.00 1,235.00 613-07040 Pull Box (30"x48"x2411) 15 Each 16, 449.60 1, 096.64 613-07050 Pull Box (13"x24"xl8") Deep 16 Each 13, 440.00 840.00 613-07199 Pull Box (Install Only) 9 Each 4, 680.00 520.00 613-10000 Wiring 33 Lump Sum 676,079.98 20,487.27 613-10010 Wiring (Special) 1 Lump Sum 5,200.00 5, 200.00 613-16000 Luminaire (Special) 69 Each 76,553.96 1,109.4E 613-30005 Light Standard and Luminaire (Pedestrian) 2 Each 7, 168.00 3,584.00 613-32300 Light Standard Steel (30 Foot) 1 Each 4,200.00 4,200.00 613-32350 Light Standard Steel (35 Foot) 15 Each 52,384.59 3, 492.31 613-32352 Light Standard Steel (35 Foot) (2-Arm) 1 Each 3,219.43 3,219.43 613-32400 Light Standard Steel (40 Foot) 78 Each 276,053.87 3,539.15 613-34180 Light Standard Metal (18 Foot) 8 Each 26,400.00 3,300.00 613-34250 Light Standard Metal (25 Foot) 18 Each 25,200.00 1, 400.00 613-34300 Light Standard Metal (30 Foot) 54 Each 81,360.00 1,506.67 613-34350 Light Standard Metal (35 Foot) 24 Each 78,618.39 3, 275.77 613-34400 Light Standard Metal (40 Foot) 87 Each 230,985.58 2,655.01 613-34700 Light Standard Metal (70 Foot) 9 Each 74, 640.00 8,293.33 613-40000 Concrete Foundation Pad 5 Each 5,595.50 1,119.10 613-40010 Light Standard Foundation 252 Each 232,447.80 922.41 613-50010 Photoelectric Cell 4 Each 1, 630.00 407.50 613-50100 Lighting Control Center 13 Each 85,283.28 6,560.2E 613-50105 Lighting Control Center (Pedestal Only) 15 Each 23, 370.22 1,558.01 613-50150 Secondary Service Pedestal 4 Each 5,368.38 1,342.10 1/11/13 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: 127 CEI PROJECT #: 12-009 CONTRACT NUMBER: 7332 CONTRACT DATE: CONTRACT NAME: Mason Corridor BRT DESCRIPTION OF CCR: 2. Provide a Raceway at the DTC. Provide an underground bore from the DTC to the landscape area near the DTC MAX Station. One 2 inch HOPE landscape area near the DTC MAX Station. One 2 inch HOPE conduit will be pulled in and terminated in 2-handhole j-boxes. One 1 inch conduit will be installed through the crawl space to Panel P1. The branch circuit conductors are included within the base bid for the DTC station. LOCATION: DTC Station MEMO NO.: MEMO DATE: COSTCODE: DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL Additional Raceway 1 LS $7,847.00 $7,847.00 SUBTOTAL $7,947.00 MARK-UP @ 5 % $392.35 TOTAL $8,239.35 Concrete Express, Inc., requests 0 days for the above contract modifications. These are all of the visible effects of the above change we see at this time. We reserve the right to incorporate other changes as they appear in implementing this change. If you have any questions regarding this change, please feel free to contact me at 303.562.2000. Sincerely, Ryan Dickinson Project Manager - .s�craic Dec 26, 2012 Robert Clifton Concrete Express Inc. 2027 W Colfax Denver, Co. 80204 Reference: MAXBRT Ft Collins, Co. Subject: Provide a Raceway at the DTC CO #002 12150 E. 112" Ave. Henderson, CO 80640 303-286-8000 Thank you for the opportunity to be a part of this project. Please review the following scope of work. The field investigation for existing raceways from the DTC west to the clock tower/ landscape area revealed the following. One 3/4in conduit with 6 #12 conductors serves the clock tower. Not enough room for the new circuiting. We did not locate any other conduits from the DTC to the clock tower/landscape area. We are proposing to provide an underground bore from the DTC to the landscape area near the DTC MAX Station. One 2in HDPE conduit will be pulled in and terminated in 2 - handhole j-boxes. One Iin conduit will be installed through the crawl space to Panel Pl. Price to provide $ 7,847.00 Clarifications 1. The branch circuit conductors are included within the base bid for the DTC station. Should you have any questions or comments, please feel free to call. Sincerely, Sturgeon Electric Company Jim Shireman Project Manager OSHA I 7: Pee 9 I i NEW INGr�N>D I�i1Dii��ED NEV,7 Y,o12 C R�CTIot.��- __. aL E un�,o�ae �.flx�� I I- 21' A09I_ 0 no OP,M6L p-1 31,33,35,yl NF_W I"CmDUli IN=Tr-ULL IN CRAIULSA10E ----- DTC 2u1L olr�G OU ONSTREET J 0 F C(+.GIII vA110t Ply CpUYI I➢N:nt .1H' Y man: VI-T. NOR/m man: 111-4' NOR/M O man axw: an man N]N.TN man: UI-7IORWE /m O man onlfx � b man IuwTx: >r' _ man: (I)-3' NOPr/m - Oman ww' ele (1)-., rw/m M Oman afro[ P�24 8 mun Itwne man: (I}Y IOLM man: 10-C lart/m - � man anme P13 man uxTrr w' man: 11)-� IUR/m � Oman axfw ae d mran ,nwne OP man: (l}� IOR/m 3 O man afxoe an man ruknrlx ' mran (I) -a laF/m O mran.Ow'vr w . mran.ItNCIM mart: 11}Y POPER/m F 1 Ca..eno.. per. raa � TcrNn Tfa fM6a�ffx'..� ". CT mat WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 038 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): Raceway Bore at DTC This Work Change Directive (WCD) directs the Contractor to install a T' HDPE bored conduit into the DTC Station for electrical service to the DTC BRT stop/ICON. This work shall be priced and paid for as a lump sum addition to the contract. The DTC BRT stop electrical plans did not identify the means by which the Contractor was to install conduit and route electrical power to the stop ICON. Due to the existing infrastructure in the area (concrete paving, stops canopy structures and buildings) it was necessary to bore this conduit. Attachments (List Supporting Documents): 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: K-7t� a— - January 11, 2013 er Date Recommended By: %f/L - January 11, 2013 construction Mdhager Date Copy: Owner Engineer Field File - SharePoint WCD038-RACEWAY BORE AT DTC-1-11-13_FINAL PAGE 1OF1 A :11•2 m m I 25mPO4.11111FREMOMM V IIL ` 0 I , I L _ Pln, r I � I N I rwan�� Provide 2" HDPE conduit bored to vault and connect circuit into Panel P1 DTC Station Building e,n, uo+e X . =N,I Fi<Nom^: ;.....Ri_I]_ DiC SlalionElec.Li Min9Pl n.tlw9 I� aneet newslon9 MASON CORRIDOR BRT Fort Collins ��/�'� ms S wpu BIM. s¢ :ro Canstructitn Drawings ELECTRICAL OTC $iAPON Et£Q LIGH➢AG =l Al: ProJacI No. Date' Ctmmmb Nil. Xniz Rde AS SXOVM VaL Sole N/A No Reesms R CNne ]0]} IMiil Floma\in LFiI LmEn Nixtle Q Re.aeP ONPaG RXi Shuolue Ep Q Delolb: RRM NumEas max June 6, 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. 185 Electrical Panel Changes — WCD046 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. 46 to change the electrical panels associated with each station / stop as outlined in the attached, updated panel schedules. Panels are being reduced in size to 60A, upgraded in size to 200A, or deleted all together. Panel circuits are also being redefined or added. The work change directive also directs the contractor to provide lump sum price per station location and a credit for all stations being reduced. The WCD also requests additional price for circuits added per panel at Bay Farm. Please find the attached proposed Contract Change Request #185 from CEI accompanying this Independent Cost Estimate. In reviewing this request, the unit cost for the additional 20A breaker was obtained from Grainger online. The same specifications for the breaker were used, and a copy of the price sheet has been included in the attached supporting documents. The remaining supporting documents have been obtained from a local electrical contractor. The local electrical contractor provided their estimated direct cost on panel information that was received during the bidding phase of this project. As shown in the attached Independent Cost Estimate (ICE), the unit price for the work varies somewhat from that provided in CCR. However, the total credit shown on the ICE is less than what has been provided by CEI. The difference between the credit in the ICE and the one provided by CEI is reasonable. The overall independent cost estimate is a lump sum credit of-$1,598.89. Considering the information above and the ICE, I find CEI's Contract Change Request #185 in the amount of-$2,689.55 to be reasonable for the required decrease in scope. As such, I recommend acceptance of this deduction of cost to the contract. Keith Meyer PE Constructio Project Manager CH2M HILL Team 970-988-8605 keith. mever(c.d itescoservices.com Cc: job file Change Management Checklist Compliance • Category Date Reviewed Reference Initials Reviewed for compliance with Included in the build alternative; Environmental Assessment 7/6/13 minor scope changes contained in KM SCC 20.01 Reviewed for construction/safety impacts 7/6/13 Included in work area for stations KM Independent cost estimate prepared 615/13 As attached to this memo KM Reviewed for PCGA grant compliance 7/6/13 Part of Build Alternative KM scope is included in SCC 20.01 Reviewed for real estate impacts/needs 7/6/13 Panel locations installed inside KM City right of way or easements Reviewed for compliance with design criteria/ADA htto://w .access-board.gov/ada-aba/ada- 7/6/13 n/a KM standards-dot.cfm �\® TRACKING OF THE WORK RECORD MaA ('I'o be completed at end of each work day and siped by both representatives shown below) Record Project: MAX BRT Number: Contractor: CEI Contractors Rep: MIKE FRENCH COFC Inspector: RAY LEON Description of Work: WCDO19 Date: 11.19.12 thru 12.20.12 Project Number: 7332 Owner: COFC Support for pay app 7; items installed to date. March 14, 2013 No. Date Equipment / Product / Material Description Installed Quantity Unit Unit Price Cost 1 11/19/2042 29"X45"HERCP WCDO19 57 LF $ 61.48 $ 3,504.36 2 11/19/2012 29"x45" BENT PIPE SECTION WCDO19 - 1. EA $ 3,300.00 $ 3,300.00 3 11/19/2012 29"x45" /24"x38" BENT PIPE SECTION COMBO WCO019 ' '1 EA $ 3,300.00 $ 3,300.00 4 11/20/2012 24"X38" HERCP WCDO19 172' LF $ 49.63 $ 8,536.36 5 1128/2012 POND INLET STRUCTURE WCD 019 DROP INLET 1 EA $ - INCLUDED IN COST OF BENDS? 6 12/20/2012 MANHOLE SPECIAL 15 FOOT WCDO19 1 EA $ 28,405.00 $ 28,405.00 7 MANHOLE SLAB BASE (5') MHB3.1 1 EA $ 3,300.00 $ 3,300.00 8 INLET 10' TYPE R (5') $ - NOT INSTALLED YET 9 10" ASPHALT MAT REMOVAL 22 SY $ 7.97 $ 175.34 10 12" ASPHALT MAT REMOVAL 34.5 SY $ 9.60 $ 331.20 11 6" SIDEWALK 0 SY $ 38.22 $ - Paid as unit prices CURB TYPE 1B 0 LF $ 10.24 $ - Paid as unit prices Total installed cost not paid as unit prices in base bid/contract $ 50,852.26 Total WCD Cost(CEI) $ 63,560.54 Percentage of WCD to be paid (as of pay app 7) 80.0% Percentage paid in pay app 6 92.0% Amount paid in pay app 6 $ 58,475.70 Amount credited in pay app 7 $ 7.623.44 ditesco Date of Estimate: 5-Jun-13 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (Y/N): Y Independent Cost Estimate Description of Goods (A) or Services (e): A Change the electrical panels associated with each station/stop as outlined in the attached, updated panel schedules. Panels are being reduced in size to 60A, upgraded in size to 200A, or deleted all together. Panel circuits are also being redefined or added. 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) Grainger, WESCO, and outside Electrical Contractor Cost Estimate Details: (Estimate calculated in US Dollars) Signature of Preparers Cost of Standard Items Product Cost ($/unit Unit Quantity Notes TOTAL Delivered Data Source Add one 20A 1P Breaker $ 134.30 EA 16 Grainger $ 2,148.80 Delete Panel at Troutman $ 2,140.69 EA 1 WESCO and Outside Electrical Contractor $ 2,140.69 Add 100A and 200A panels, and delete 100A and 200A feeder at Bay Farm - NB $ 263.50 LS 1 WESCO and Outside Electrical Contractor $ 263.50 Delete 100A Panel at Ba Farm - SB $ 1,870.50 EA 1 WESCO and Outside Electrical Contractor $ 1,870.50 SubTotat $ 1,598.89 Cost of Services, Repairs, or Non -Standard Items Item/Task: Matenals or Work Description Other Direct Costs Labor Rate $ Labor Hours Labor Class Allocated Overhead SGBA' Profit Notes: Data Source TOTAL $ $ $ SubTotal 'Selling. Gennel end PAminbVelbe E"nses TOTAL $ (1,598.89) www.milbankmfg.com Repmented By. DELANDSHEER SALES Phone: 303-202-2990 DENVER, CO Quote Date: 04.25-12 FOB: ORIGIN Freight Terms: Payment Terms: DUE UPON RECEIPT Ship Via: BEST CARRIER FOR OR BILL TO: 71625 SHIP TO: 71626*00 DELANDSHEER SALES INC DELANDSHEER SALES INC Page: 0 of 0 1011 WEST 46TH AVE 1011 WEST 46TH AVE DENVER. CO 80211 DENVER, CO 80211 Expiration Date: 06-2412 www.mlibankmfg.eom BILL TO: 71625 DELANDSHEER SALES INC 1011 WEST 46TH AVE DENVER, CO 80211 Represented BY• DELANDSHEER SALES Phone: 303 202-2990 DENVER,CO SHIP TO: 71625*00 DELANDSHEER SALES INC 1011 WEST 46TH AVE DENVER, CO 80211 Quote Date: 04-25-12 FOB: ORIGIN Freight Terms: Payment Terms: DUE UPON RECEIPT Ship Via: BEST CARRIER FOR OR Page: 0 of 0 Expiration Date: 06-24-12 Sales Quote #• SQ43010 This # must appear on order Job Name: MASON CORRIDOR to receive special pricing. • ° e e e ee e• PE SOCKET (PE CONTROL SUPPLIED BY OTHERS) (1) 20A GFI MAINT. RECEPTACLE (DEADFRONT MOUNTED) (2) 30A 2P E/H CONTACTORS (120V)-LIGHTING STEEL CONSTRUCTION PAINTED LIGHT GREEN CP3B51C19BSP- (PANELS BF1, LR1 W, LR2 E, MI-2 E, 01-1 W. OL2 E, MS2 E, MS1 W, MLt W) 24"W x 17"D x 48"H TYPE 3R ENCLOSURE IOK SCCR 120/240V 1PH 3W 200AMP 5JAW RINGLESS SKT W/ LEVER BYPASS 100AMP 2P MAIN C/B(L-L}10KAIC 24 CIRCUIT LOADCENTER (1) 20A 1 P C/B-CANOPY LTG (1) 20A 2P C/B-PLATFORM LTG (1) 20A 1 P C/B-MAINT OUTLET (1) 20A 1 P C/B-TICKET VENDING MACHINE (1) 20A 1 P C/B-COMMUNICATION EQUIP HOA SWITCH PE SOCKET (PE CONTROL SUPPLIED BY OTHERS) (1) 20A GFI MAINT. RECEPTACLE (DEADFRONT MOUNTED) (2) 30A 2P E/H CONTACTORS (120V}LIGHTING STEEL CONSTRUCTION PAINTED LIGHT GREEN CP3B51C19BSP- (PANEL BF2 NORTH) 24"W x 17"D x 48"H TYPE 311 ENCLOSURE IOK SCCR 1201240V 1PH 3W 200AMP 5JAW RINGLESS SKT W/ LEVER BYPASS 100AMP 2P MAIN C/B(L-L}10KAIC 24 CIRCUIT LOADCENTER (1) 20A 1 P CIB-CANOPY LTG MIL13ANK STANDARD PAYMENT TERMS APPLY. All orders subject to a $100.00 not mmunum billing. Quotation subject to revision after 30 days. Order must be for quantity shown. This quotation's based on Information supplied to Milbank which may net be complete or correct. his the cuslomets respponsibihty to review the quotation far cemptiano% deviations, or exclusiots to the bid revision upon receipt of written bid specifications. Any required change may result in a price adjustment or void this quotation. COST INCREASES. Any increase in tees material cost greater than 10%within the time lama of this quotation may necessitate the re -pricing of this quotation at Mibank's dascretlon. — Delivery das relative to quote acceptance date --Quoted y: Mindy o rman - Minimum Order Quantity will be required ate n orders shipping from the Factory. Consult your Quotations Associate. 1if ► www.mllbanknifg.com BILL TO: 71625 DELANDSHEER SALES INC 1011 WEST 46TH AVE DENVER, CO 80211 RepreaerMed By. DELANDSHEER SALES Phone: 303-202-2990 DENVER, CO SHIP TO: 71625*00 DELANDSHEER SALES INC 1011 WEST 46TH AVE DENVER, CO 60211 Quote Date: 04-25-12 FOB: ORIGIN Freight Terms: Payment Terms: DUE UPON RECEIPT Ship Via: BEST CARRIER FOR OR Page: 0 of 0 Expiration Date: 06-24-12 S I s Quote III: S043010 �hF #must appear on order Job Name: MASON CORRIDOR to receive special pricing. (1) 20A 2P CB -PLATFORM LTG (1) 20A 2P C/B-WALKWAY LTG (1) 20A 1P CB-MAINT OUTLET (1)20A 1P CB -TICKET VENDING MACHINE (1) 20A I C/B-COMMUNICATION EQUIP (1) 20A 1 P CB -CCTV CAMERAS (1) 20A 1P CB -IRRIGATION CONTROL (1)20A I GIB -SOUND SYSTEM HOA SWITCH PE SOCKET (PE CONTROL SUPPLIED BY OTHERS) (1) 20A GFI MAINT. RECEPTACLE (DEADFRONT MOUNTED) (3) 30A 2P E/H CONTACTORS (120V)-LIGHTING STEEL CONSTRUCTION PAINTED LIGHT GREEN CP3B51 C19BSP- (PANELS PP AND UN) 24V x 17'D x 48aH TYPE 3R ENCLOSURE 10K SCCR 1201240V 1PH 3W 200AMP 5JAW RINGLESS SKT W/ LEVER BYPASS 100AMP 2P MAIN CB(L-L)-tOKAIC 24 CIRCUIT LOADCENTER (1) 20A 1 P CB -CANOPY LTG (1) 20A 2P CB -PLATFORM LTG (2) 20A 2P CB'S-WALKWAY LTG (1) 20A 1 P CB-MAINT OUTLET (1) 20A 1P GIB -TICKET VENDING MACHINE (1) 20A 1P CB -COMMUNICATION EQUIP (1) 20A 1 P CB -CCTV CAMERAS (1) 20A 1P CB -LIGHTED STATION SIGN (1) 20A 1 P CIB-IRRIGATION CONTROL (1) 20A I C/B-SOUND SYSTEM HOA SWITCH PE SOCKET (PE CONTROL SUPPLIED BY OTHERS) (1) 20A GFI MAINT. RECEPTACLE (DEADFRONT MILBANK STANDARD PAYMENT TERMS APPLY. All orders subject to a $100.00 net minimum billing. Quotation subject to revision after 30 days. Omer must be for quantity shoam. This quotation is based on information supplied to Milbank which may rot be complete m comect. II is the customers respmethilM le review the quotation for compliance, deviations, m exclusions to the bid revision upon receipt of when bid specifications. Any required change may result in a price adjustment or void this quotation. COST INCREASES. Arry increase in raw material cast greater than 10% within the time frame of this quotation may necessitate the re -pricing of Ws quctation al Mimardrs descretion. — Delivery dates relative to quote acceptance date — UOte y: Mindy o rman - QTW Minimum Order Quantity will be required an orders shipping from the Factory. Consult your Quotations Associate. www.milbanimlfg.com BILL TO: 71625 DELANDSHEER SALES INC 1011 WEST 46TH AVE DENVER CO 80211 Represented By: DELANDSHEER SALES Phone: 303-202-2990 DENVER, CO SHIP TO: 71625*00 DELANDSHEER SALES INC 1011 WEST 46TH AVE DENVER, CO 80211 Quote Date: 04-25-12 FOB: ORIGIN Freight Terms: Payment Terms: DUE UPON RECEIPT Ship Vla: BEST CARRIER FOR OR Page: 0 of 0 Expiration Date: 06-24-12 SThfs #(must appear onn order 0RRIDOR to receive special pricing. MOUNTED) (2) 30A 2P E/H CONTACTORS (120V)-LIGHTING (1) 30A 4P E/H CONTACTOR (120V}WALKWAY LTG STEEL CONSTRUCTION PAINTED LIGHT GREEN, 4-6 WEEKS SHIPMENT AFTER RECEIPT OF SIGNED APPROVAL (Barring any Holidays) All custom enclosure orders and pedestals, once fabricated, are subject to a No Cancellation policy. Lead times are given as good faith estimates based upon our production schedule the day quoted. Lead times are based upon prompt receipt of all necessary information, and do not include transit times. Revisions to quoted specifications, delays in ordering, or delays approving factory proofs may result in an extension to the times given. All orders subject to Milbanks Conditions of Sale as listed in our current pricing guide. Please review for info on terms, freight, damages, taxes, warranties, etc. Enclosures over 96" tall, are excluded from the freight allowance policy. Please reference quote number when placing order. Failure to reference quote number may result in order delays. If modifications or revisions are required after items are quoted, they should be directed to the quoting department for revision prior to placing order to prevent processing delays. "Customer will be billed for any non-standard additional delivery charges MILBANK STANDARD PAYMENT TERMS APPLY. All orders subject too $100.00 net minimum billing. Quotation subject to revision alter 30 days. Order must be for quantity shown. This quotation is based on information supplied to Milbank which may rot be complete or correct. It is the customers responsibiliy to review the quotation for compliance, tleviations, n exclusions to the bid revision upon receipt of mi ten bid specifications. Any required change may result in a price adjustment or void ibs quotation. COST INCREASES. Any increase in raw matenal cost greater than 10 %within the time name of this quotation may necessitate dw repricing of this quotation at Milbank's descretion. - — Delivery dates relative to quote acceptance date ---Quoted By: Wndy Dohrman QTSN Minimum Order Quantity will be required on orders from the Factory. shipping Consult your Quotations Associate. www.milbankmfg.com 1-7Iwlbi iiiM- 1 DELANDSHEER SALES INC 1011 WEST 46TH AVE DENVER, CO 80211 Represented Br DELANDSHEER SALES Phone: 303-202-2990 DENVER,CO SHIP TO: 71625*00 DELANDSHEER SALES INC 1011 WEST 46TH AVE DENVER, CO 80211 Quote Date: 04-25-12 FOB: ORIGIN Freight Terms: Payment Terms: DUE UPON RECEIPT Ship Via: BEST CARRIER FOR OR Page: 0 of 0 Explratlon Date: 06-24-12 #• SQ43010 SThis #Qmus appear on order Job Name: MASON CORRIDOR to receive special pricing. on prepaid shipments (lift gate, construction site, residential, limited access, etc.)." MILBANK STANDARD PAYMENT TERMS APPLY. All orders subject to a $100.00 net minimum billing. Ouotatmn subject to revision after 30 days. Order must be for quarety sham. This gdotadpn is based on Information supplied to htibank viNch may not be mmplele m correct. It is the =Idmses responvsibiGly to review the quotation for compfama, tleviatias, a grata or exclusions to the bid revision upon receipt of wrdtan bid spacffc fidns. Any required change may result in a pace ad)o nibift m vdtl this . COST INCREASES. Any s. or In new material msl greater Own 10% witldn the ame aama of tNs quota&o may necessitate dre re�dritg d lNs guotatbn at Mimarik's descratim. — oel>rery dates relative to quote acceptance date --Quoted y: Mindy o rman QTSN - Mlnimum Order Quantity will be required on orders from the Factory. shipping Consult your Quotations Associata. Job ID: 2013-0050 Project: Bid Breakout Basic Report Vendor: TARGET Labor Level: CONEST Tax Rate status: Default Bid Name: BASE BID Breakout Name: 200 AMP SERVICE - 100' 6 Jun 2013 7:05:08 Bid Template: BASIC PROJECTS Qty Description Size Material Resutt Labor Result 100 PVC SCH 40 2 67.44 5.60 1 PVC SCH 40 90-DEG ELBOW 2 1.99 0.20 4 PVC COUPLING 2 1.94 0.40 I PVC (GLUE) CEMENT OUNCE 0.40 0.01 100 HAND TRIM ROCKY TRENCH 6' WIDE 0.00 2.50' 15 STEEL TIE WIRE 0.00 D.38 345 THHN/THWN CU (STR) 3/0 - 987.31 5.47 115 GREEN THHN CU ((YRD 200A) 6. 54.88 0.51 2 MECHANICAL LUG AL/CU 6. 1.14 0.38 2 PLASTIC BUSHING 100 BACKHOE TRENCHING 12" x 36" DEEP A.00- 0 200 AMP SERVICE - 100' 10 GRC _ 2 44.24 0.78 2 GRC COUPLING 2 - 7.88 0.05 2 MYERS THREADED.GRD HUB - _ 2 _ 44.46 1.04 5 GRC STRUT CLAMP GALV 2 6.27 0.22 30 PVC COATED GRC 40MIL 2 124.81 1.50 2 GRC/PVC COATED 90-DEG ELBOW 2 74.68 2.10 2 GRC/PVC COATED COUPLING 2 29.94 1.62 2 PVC MALE ADAPTER 2 1.36 0.39 1 GRC LS CONDUIT 80DY 2 46.94 0.69 2 GRD BUSHING INSULATED 2 33.82 0,75 Totals: 1,533.39 26.57 Retail (per unit) Materlal 1,533.36 Labor 1,992.84 Sub Total 3,526.20 O/P 1057.86 Total 4,584.06 $45.84 Per Foot Job ID: 2013-0050 Bid Breakout Basic Report Vendor: TARGET Labor Level: CONEST 6 Jun 2013 7:06:32 Tax Rate status: Default Bid Name: BASE BID Bid Template:BASIC PROJECTS Breakout Name: 100 AMP SERVICE - 100' Qty Description Size Material Result Labor Result 100 PVC SCH 40 1 31.78 3.68 1 PVC SCH 40'90-DEG ELBOW 1 0.72 0.13 4 PVC COUPLING 1 0.80 0.24 I ._ PVC (GLUE) CEMENT - OUNCE 0.40 - 0:01 -. 100 HAND TRIM ROCKY TRENCH 6" WIDE 0.00 2.50 10 STEEL TIE WIRE. 0.00 0.25 - 345 THHN/THWN CU (STR) 3. 318.29 2.10 115 GREEN THHNCU (GRD 100A) 8 35.67 0.42 2 MECHANICAL LUG AUCU 8 1.14 0.31 100 BACKHOE,TRENCHING 12" X M' DEEP 350.00 1.88 0 100 AMP SERVICE - 100' ' 10 GRC - 1 - - 22.74''0.49 -- ' 2 CONDUIT CUT &THREAD 1 0.00 0.70 5 GRC STRUT CLAMP GALV 1 10.10 0.18 2 GRD BUSHING INSULATED 1 16.30 0.63 1 - GRC LB. CONDUIT BODY 11 1 12:78 0.50 2 MVERS THREADED 11 GRD HUB 1 27.89 0.79 10 PVC COATED GRC 40MIL " 1 - - 64.05 - .0.75 - - 2 CONDUIT CUT &THREAD 1 0.00 0.70 2 ' GRC/PVC COATED COUPLING. 1 13.58 0.87. - - 2 GRC/PVC COATED 90-DEG ELBOW 1 41.13 1.23 - Totals: 947.37 18.34 hours Retail (per unit) Material 947.37 Labor 1,325.71 Sub Total 2,323.08 UP 696.93 Total 3,020.01 $30.20 Per foot 4129113 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Foil Collins, CO 80522-0580 CCR NUMBER: CEI PROJECT M CONTRACT NUMBER: CONTRACT DATE: CONTRACT NAME: DESCRIPTION OF CCR: LOCATION: MEMO NO.: MEMO DATE COST CODE: 185 WCD 46 12-009 7332 Mason Corridor BRT Price adjustment for Station Electrical Panel changes per WCD 46 Multiple Stations N/A N/A N/A DESCRIPTION OTY UNIT UNIT PRICE OT TOTAL HarmonyAdd one 20A 1 P breaker 1 LS S 78.00 E78 00 Troutman-0ekte Panel 1 LS $ (6,616.55) ($6,616.55) Heraetooth-Add one MA 1 P breaker 1 $ 78.00 LS E78.00 Swallow NB -Add one 20A 1P breaker 1 8 78.00 LS $78.00 Swallow S&Adtl one 20A 1P breaker 1 LS $ 78.00 $78.00 Drakeone 20A 1P breaker 1 LS S 78.00 $78.00 Bay Farrm erm NB -Delete 100A panel / Add 200A panel/ Delete 100A feeder 1 $ 8,893.00 / Add 200A feeder LS E6.893.00 FarmSB-Delete t00A panel 1 LS E (6,21d.00) ($6.21E.00) dtlone20A 1P breaker 1 $ 78.00 LS 878.00 -Add one 20A 1 P breaker 1 $ 78.M LS 8]8.00 Eone20A NB -Add one 20A 1 P breaker 1 78.003]800Addone20A1P LS$ breaker 1 78.00B-Add LS$ one 20A 1 PE]8.00 1 E 78.00 LS 8]8.00 Mulberry SS -Add one 20A 1P breaker t $ 78.00 S $78.00 011ve NB -Add one 20A 1P breaker 1 LS 8 78.00 E78.00 Olive S&Add one 20A 1 P breaker 1 LS $ 76.00 $78.00 Mountain NB -Add one 20A 1 P breaker 1 LS $ 78.00 $78.00 Mountain SB-Add one 20A 1 P breaker 1 $ ]B.Op LS $7800 DTC-Add one 20A 1P breaker 1 LS $ 78.p0 $7800 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 al 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 303.562.200a S�ce e y 1 R ickin on Prot t Man>�ger ($2.689.55) 12150 E. 112"' Ave. Henderson, CO 80640 303-286-8000 April 9, 2013 Robert Clifton Concrete Express Inc. 2027 W Colfax Denver, Co. 80204 Reference: MAX BRT Ft Collins, Co. Subject: WCD #046 — Station Electrical Panel Changes Thank you for the opportunity to be a part of this project. Please review the following scope of work. This WCD changes Main Breakers, deletes panels, adds 1 panel and adds branch breakers. Harmony —Add one 20A 1 P breaker $78.00 Troutman — Delete Panel -$ 6,616.55 Horsetooth - Add one 20A 1 P breaker $78.00 Swallow NB - Add one 20A 1 P breaker $78.00 Swallow SB — Add one 20A I P breaker $78.00 Drake —Add one 20A 1 P breaker $78.00 Bay Farm NB — Delete I OOA Panel, added 200A Panel, deleted IOOA feeder and replaced with a 200 Amp feeder. $8,893.00 Bay Farm SB — Deleted IOOA panel -$6,214.00 Prospect — Add one 20A 1 P breaker $78.00 University —Add one 20A 1 P breaker $78.00 Laurel NB — Add one 20A 1 P breaker $78.00 Laurel SB —Add one 20A I breaker $78.00 Mulberry NB — Add one 20A I P breaker $78.00 Mulberry SB — Add one 20A 1 P breaker $78.00 Olive NB — Add one 20A 1 P breaker $78.00 Olive SB —Add one 20A 1 P breaker $78.00 Mountain NB —Add one 20A I P breaker $78.00 Mountain SB — Add one 20A 1 P breaker $78.00 DTC — Add one 20A 1 P breaker $78.00 Total with Bond deduct -$2,660.00 1 am including a letter from GEXPRO regarding the cost difference between the 60A and IOOA Main Breaker changes. Should you have any questions or comments, please feel free to call. Sincerely, Sturgeon Electric Company Jim Shireman 601 Project Manager 0Sl�]C-� u5t�e CEI', 11128112 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: CEI PROJECT 9: CONTRACT NUMBER: CONTRACT DATE: CONTRACT NAME: 80 REV WCD 19 12-009 7332 Mason Corridor BRT DESCRIPTION OF CCR: Design changes to the contract for storm line 133-1. It changes MHB3.1, MHB3.2 and MHB3.2 along with pipe sizes to HERCP versus Arch as bid. This WCD also addresses changes to the pond outlet near MHB3.2 NOTI:Me,ENTIRELINEoi_ RS-1`IsVtiilledV tliis'WCD '' LOCATION: STA 62+80 through STA 63+50 MEMO NO.: MEMO DATE: COST CODE: 700.52011 DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL Manhole Slab Base (5') I4H83.1 1 EA $ 3,3D0.00 $ 3,300.00 Inlet Double Type 16 Combo INS3.1 1 FA $ 4.660.00 $ 4.660.00 29•x45' HERCP 52 LF $ 61.48 S 3.196.96 Pretest Pipe Se Ws 2 FA S 3,300.0D S 6'Woo0 24•x38' HERCP 176 LF $ 49.63 $ 8,734.88 MH Special(1 T) MHIBI 4 1 EA S 28,405.D0 $ 28,405.00 19'a30' HERCP 20 LF $ 44.72 $ WAD Inlet 10' Tym R (5') 1 EA $ 6,400.00 $ 6,400.00, 101Asphsh Mat Re 91 C22i SY $ c-T97, S C175.31. 12'AsphaB Mat Removal 34.5) SY $ / 9,60 ) $ C 331.20 6' Sid v rk 14 SY $ 3 22 $ 535.09 Curb Typo 1B 32 LF $ 10.24 $ 327.6a S S /a1&'(" TOTAL 6 63,560.54 '72 i/iJ p,r � 1 ! Concrete Express, Inc., requests 2 days for the above contract modifications. vi `� 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. Sincerely, Ryan Dickinson Project Manager ex r Debbie Chilcutt Building on G[ Supply expertise 425 QulvaS St Denver CO 80204 USA P 303 572-7114 f 303 572-7120 debbie chilcutt@gexoro corn APRIL 5, 2013 TO: JIM SHIREMAN - STURGEON FROM: DEBBIE CHILCUTT RE: MAX BRT 100-60AMP BREAKER CHANGES Jim, manufacturer's do not differentiate pricing on main breaker panels based on breaker amperage except in groups; e.i. all panels with 100amp mains and below are the same price, all panels with 101 to 125amp mains are the same price, all panels with 126 amp to 225 amp mains are the same, etc. I am including Siemens current catalog page information on panels - they no longer publish pricing so I am including a sheet from an old catalog and also a current sheet from GE's catalog which show pricing. There is not choice for a main less than 100amps in any manufacturer. As a component purchase a 60amp breaker would be less than a 100 amp but when purchased as part of a manufacturered assembly the manufacturer does not offer different pricing. maxWORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 046 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): Station Electrical Panel Changes This work change directive authorizes the Contractor to change the electrical panels associated with each station/stop as outlined in the attached, updated panel schedules. Panels are being reduced in size to 60A, upgraded in size to 200A, or deleted all together. Panel circuits are also being redefined or added. This work will be pricing and paid for as a lump sum per station location. The Contractor shall provide a credit for all stations being reduced to 60A; price the additional circuits per panel and the upgrade to a 200A panel at Bay Farm. Contractor shall adjust all AWG wire sizes as needed based on field installation of conduit runs to ensure proper service. Michael Baker/IBI did not coordinate panel sizing with all of the station platform electrical demands; some panels were oversized; and the Bay Farm panel is being coordinated with the NRRC Overpass project. Bay Farm; for information only panel for Troutman 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: : ;.tL<--_ �cL7�^ January 20. 2013 ner Date Recommended By: /O At—' January 20, 2013 Construction Mfinager Date Copy: Owner Engineer Field File - SharePoint WCD046_STATION ELECTRICAL PANEL CHANGES 01-20-13 PAGE 1 OF 1 Fed From: COFC Light and Power Transformer Voltage: 240/120 AIC: 10,000 Enclosure: NEMA 1/NEMA4 Panel: LCCI (BRT TM) Phase: 1 Wire: 3W Bus Ampacity: 100A Main: MCB Neutral: 100% Mounting: Surface Ground: STD Combined LCC1/TM CKT No. CKT Description Load CKT Breaker CKT Breaker Load ICKT Description CKTNo. VA Type P A Note Note A P Type VA 1 Under ass Lighting 24/ 330 CL 1 20 1 1 20 1 L 300 Pedestrian and Step Lighting " 2 3 Underpass Lighting(24/7) 330 CL 1 20 1 1 20 1 L 375 Pedestrian and Step Lighting' 4 -5 -Platform Lighting M3,S)' 300 -'i '1+=-A2'--?' 1`20r7 =2.*..I•+'.2-r?t.-:*`, 20ayK;.,+1F-=-ff-.., 5.-.i'1800s-': TicketVending Machine M2.-.'"=r'" :6 -+ -7 _ - , :-.300 ] JZV .-, - ./Z. b+�3/,=-. C._'._.�:..; 6 ,2."-3 s :20G 4, :..ilG,s 5::':! :-.`500:,,;: Communications Equipment MO -a r ...8.. . -9' Canopy Lighting TMI), -,5001 L _- C --1 - Lam, 20 = ' •2...::' 1 15 1 L 300 LCC Li htin Control Circuit 30 - 11 ' Walkway Lighting M7,9 ` 200, - ''T e-- - -2 - :: -s -'.20' �`-2- 7 1 15 1 R 180 LCCI Maintenance Recept 12 13 _ . - --. .. .. I .200 tt .. Ln- - --. .. _/. i. Y.. + /-'_ :- ... ., F c2"+Ka Cf520�++. R.--- Gk' 1 -f r. r"5ti:,p R;SOOI='t -. .r Irri anon Controller M30 .: - t Z 14.:: -15 Maintenance Rece t TM31 500-. ` ^R.-'+ --'.'1 _t t: 20Z � r2�.+.. 20 1 Spare 16 lY CCTV Cameras TM6w s 620-1 LC.2= 20 1 r S ae - 19 Lighted Station Si TAB - 500 -..L° - L-120W 2+a Isace 20 21 - Sound System TM12 SOO 75- - !-1 '71 ;-120L-: -- 2 S ace 22 23 Spare 1 20 Space 24 25 Spare 1 20 ISpace 26 Space S ace 2827 i ica CCT\/ cirenit }n nnwar F(:R Load Type Connected (kVA) mand kVA A B Total A B Total Lighting L 1.6 1.4 3.0 1.25 2.0 1.7 3.7 Receptacle(R) 0.0 0.7 0.7 1.00 0.0 0.7 0.7 Continuous Load (CL) 0.3 0.3 0.7 1.25 0.4 0.4 0.8 Specific Load (5) 2.8 1.0 3.8 1.00 2.8 1.0 3.8 Total Demand (WA) 5.2 IS 9.0 Total A/PH 43.3 31.6 Notes: 1- Part of Troutman Underpass Panel LCCI 2,"-;,Part o_fiBRTPanelrTM,+;'a,�,,,, "- Photo cell control Panel LCC1/TM has been installed and is only provided for information to CEI/Sturgeon for installation coordination of circuits to station ICON. Panel L1 (Combined Bay Farm/NRRC Overpass Panel provided by CEI/Sturgeon as part of BRT Contract) FED FROM: UTILITY COMPANY TRANSFORMER VOLTAGE: 2401120 AIC: 10000 ENCLOSURE:NEMA1 PANEL: L1 PHASE:1 BUS AMPACITY: 200A NEUTRAL: 100% GROUND: STD WIRE:3 MAIN: MCB MOUNTING: SURFACE CKT CKT LOAD CKT BREAKER CKT BREAKER LOAD CKT CKT NO DESCRIPTION VA TYPE P A NOTE NOTE A P TYPE VA DESCRIPTION NO 1 CAB LTG/ FAN (WEST) 1500 M, L 1 25 1 1 25 1 M, L 1500 CAB LTG / FAN (EAST) 2 3 ELEV INTERCOM ES 1600 S 1 20 T 1 20 1 S 1600 ELEVATOR INTERCOM (EAST)4 5 CLOSET LTG / RECEP (WEST) 68C L, R 1 20 1 1 20 1 L, R 680 CLOSET LTG / RECEP (EAST) 6 7 SMOKE DETECTOR ES 450 S 1 20 1,2 1.2 20 1 S 450 SMOKE DETECTOR (EAST)8 9 PIT LTG /RECEPTACLE (WEST) 230 L, R 1 20 1 1 20 1 L, R 230 PIT LTG / RECEP (EAST) 10 11 SP-1 ES 1660 M 1 20 1 1 20 1 M 1660 SP-2 (EAST)12 13 SP-1 CONTROLLER (WEST) 250 S 1 20 1 1 20 1 S 250 SP-2 CONTROLLER (EAST) 14 15 CU-1 ES 1870 M 2 25 1 1 25 2 M 1870 CU-1(EAST) 16 17 - 1870 M / / / / M 1870 - 18 19 CANOPY LTG BF1-1 300 L 1 1 1 20 1 3 3 1 20 1 1 L 300 CANOPY LTG BF2-1 20 21 PLATFORM LTG (BF1-3,5) 200 L 2 20 3 3 20 2 L 300 PLATFORM LTG (BF2-3,5) 22 23 - 200 L / / / / L 300 - 24 25 MAINTENANCE OUTLET (BF1-11) 500 R 1 20 3 3 20 2 L 200 WALKWAY LTG (BF2-7,9) 26 27 TICKET VENDING MACHINE BF1-2 1800 S 1 20 3 / / L 200 - 28 29 COMMUNICATIONS EQUIP (BF1-4) 500 S 1 20 3 3 20 1 R 500 MAINTENANCE OUTLET (BF2-11) 30 31 SPARE 1 20 3 20 1 S 1800 TICKET VENDING MACHINE BF2-2 32 33 SPARE 1 20 3 20 1 S 500 COMMUNICATIONS EQUIP (BF2-4) 34 35 SPARE 1 20 3 20 1 S 500 CCTV CAMERAS BF2-6 36 37 SPACE - - 3 20 1 S 500 IRR TION CONTROLLER (BF2-8) 38 39 SPACE 3 20 1 S 500 ISOU SYSTEM BF2-10 40 41 ISPACE 20 1 1 SPARE 42 CONNECTED (KVA) DEMAND DEMAND (KVA) FACTOR LOAD TYPE A B TOTAL I A B TOTAL LIGHTING (L) 2.1 1.3 3.4 1.25 2.7 1.6 4.3 RECEPTACLE (R) 2A 0.0 2.1 1.00 2.1 0.0 2.1 REC (>10000VA) (R) 0.0 0.0 0.0 0.50 0.0 0.0 0.0 HEATER (H) 0.0 0.0 0.0 1.00 0.0 0.0 0.0 LARGEST MOTOR (M) 1.9 1.9 3.7 1.25 2.3 2.3 4.7 REMAIN MOTOR (M) 4.2 5.2 9.4 1.00 4.2 5.2 9.4 CONTINUOUS LOAD (CL) 0.0 0.0 0.0 1.25 0.0 0.0 0.0 KITCHEN LOADS (K) 0.0 0.0 0.0 1.00 0.0 0.0 0.0 SPECIFIC LOADS (S) 2.0 8.7 10.7 1.00 2.0 8.7 10.7 NONCOINCIDENTAL (N) 0.0 0.0 0.0 0.00 0.0 0.0 0.0 DWELLING D 0.0 0.0 0.0 0.65 0.0 0.0 0.0 TOTAL DEMAND (KVA) 13.3 17.9 31.1 TOTAL (AIPH) 1 110.51 14B.8 provide circuit 36 to power ECB and CCTV NOTES: 1. CIRCUIT IS PART OF THE ELEVATOR PACKAGE. 2. PROVIDE LOCK ON CIRCUIT BREAKER. 3. CIRCUIT IS PART OF THE BAY FARM STATION PACKAGE. 6NFRAI NOI PSSc O KEY xNoms: e�� —` ---- ui (rn x g hAl m'rrnrxPn rac c nevrt xcu�rto am sl PV Fi PMs)RON[f0 6F �j-SoxaB au+Jli _ ftIynl�j I maunpr_V \ _ I 3 panel Lt as attached. Contractor to field O BAY FARM STATION ELECTRICAL LIGHTING PLAN Coordinate location to ensure Service to both q stations and NRRC Overpass. I . ., arena pFp O c 41 z (��)BAY FARM STATION ELECTRICAL LIGHTING PLAN CONT. P111t0 1'. la za =m Sheet Revisions MASON C�KkID�K BRT , FrJlel,�()�lir'.'> aS xm Construction Drawings ELECTRICAL BAY FARM STATION ELEC LIGHTING PLAN Project No. '_C Fe N v ]0]]-BRi_0]�a mmsl ,. .a. Int, c —I, ma Na Revovmx: H ' Sc le; AS SHOWN m1. sd N/A I. lnbrmatim ICI LmEer WON Rem" nnsl9na- RKi 5mAIee Numhers E07 Oelaier: RBM O van; 1 —1 Numhx 926 C-1 eosxx zxe eonnr vane xrn srerraa I 4A,e1; FI FCTRICAI INbr Aala: FO]nf 'I9 VOLTAGE 120 1 MARE: 2 PANELBOARD HR BUS AARERE.S: �U40 �`PHASE: y,a MAIN LUGS ION.YI C TYPEMJUNTIN3: SURFACE KAIC. RATING. )p LOCATION PCC RAIN END AMPS'. ) EWR BREAKER MOUNTED ON TOP FED FROM UTILITY%ARR CKL BKR _ WIRE LKi. BKR WIRE KVA Iq -I _] -] POLE AMPS 1 2p 3 211 2 20 I 20 SIZE I} 12 CIRCUIT DESCRIPTION CANOPY LIGMI PLATFORM LIGI?ING LIGHTING SPACENANCEOVTLEi SPACE B Os—i-2 0]( 03 BEr-S 0E(12 NO. i+ __�.1-_,'A..�JMEME PoLE AWSI SIZE -1 20 1 20 �S_ 1 20 I 20 IY'LIGME[YSTA}+EAISIGN'�"�, 12p 12 CIRCUIT DESCRIPTION ]E A L_ TICKET VENDING MACNK tp 1�q({L�jJpjLFrOfyPr�,(,� 0.5 PARE Os DLas G+1 ELEROENCY LL 09 d*AUKWAY PSPACE 23 SPACE SPACESPACE SPACE FlISPACE1SPACE rt6 - - SPACE SPACE SPACE 22 ' 24 FI . PWSE NTAL P.v 1L. L4rp aMnuAv: TDML61rcv.1:[-3.1-231 w [-SD l „ s w _. ALSTAwEL-r]3BT-15s1 3di mGcly w'u OPANEL SCHEDULE VOLTAGE. uo 1240 Pxase 1 PARE: J IPANELBOARD:HT FOR AMPERES: ASS) FFr�� WIN THUS (ONLY)C TYPE MOUNTING: SURFACE KAIC. RAT) NG, LOCATION PCC .IN BKR AMPS I � WIN BREAKER MOUNTED ON TOP FED FROM UTILITY%MFR WIRE CNi BKR WIRE WA SIZE CIRCUIT DESCRIPTION !J'J POLE AMPS SIZE CIRCUIT DESCRIPTION PIUJL l2-PLATFO LIGHTING 0s f-2 -1 -20 -12-TICKET VEATION MACHI TB T12KORS PUTFORM LIGHTING Dd- a I 20 3SPACEINGTI0N E0UIP. 0.5 EQUIP. OS. -8 - SPACE I} WALKWAY LIGMINC Os5 CONY ROLLER OS 1 2T -12'LGR OB 1 E.ST 120 M1GMEDSTATIONSIGNfof05 1$ MAINTENANCE CURET 05 �1 _S__ZI__=50UOSTSIEM____ PAAEU ONS LOAD SUYAFY: 6 OI.IS-CF-321-231 -59 TUTAL51 Aws t 1-267 1 -19.2 -233 O PANEL SCHEDULE you uD PHASE: + MARE: ] PANELBOARD :TM BIS AMPERE f3w_ WSO )MIN LUGS (ONLYI C TVIEMJIMTINGACE K.A .0 TING,RA i N: PCL TWIN BUR. AMPS: SO WIN BREAKER MOUNTED ON TOP t_EG FR M'. UTILIry %E6R OKT. SIR WIRE CRT. BAR 'WA NO POLE MPS SIZE CIRCUT DES ION NO (WIRE P0.E AMPS S CIRCUIT 04SCRIPTIONL R4tl j_6 A LB_ -1 -1 20- 13 CANDPTLIGMING _ _ 1 _ 0 $ TLIDLyNE.6T�1VqENDIxq AACNR I< 3 30 11 PLATFORM LIGHTING _2_ OJ _N_ �';'I6PAPECAD0IO.FF05 _5 OJ - I 30 (YUGHTEB'BTATNIHSKiMv-^� -CI- 3 30 WPLKYIAYLIGHTING 0.-_ 1 20 0.6 _ 0 -11 -13 I TO - 13 MAINTENNCEOURET SPACE 02 '_10 U5� i2 18 1 ^N 20 12 IRRIGATIONCOMROLLE 0.5 jp„ �yQyy$y9¢M� 0.5 IJ EMEIidEFCY `GZL`"" 0`5� - SPACE .. 1� -�9PACf""�.i.rw.�.�.r� it SPACE '-16 �_ SPACE - I9 - SPACE DRAB '�20 E - SPA 1 - S r'N— SPACE FRI` PIN5E D"AL PANELBOI LTOTI.JKVA): A ] B 0 F-5 s W,,,F-275T-U,T EnE O PANEL SCHEDULE VOLTAGE : uOt+D Pw,Se1 WIDE ] I PANELSOARD: ISW1(WEST) BVS AMPERES 608.) WIN LWS (ONLY) Of TYPEGGLANING. SURFACE KAIC. RATING: LOCATION: PCC WiNBKR.AMPS: ea LAIN BREAKER MOUNTEDOITOP FED FROM UTILITY%MFR OKT I BKR I WIRE I CRT. SKfl WIRE KVA NO. POLE AMPS SIZE CIRCUIT OEBCHIPTION XO. PULE AMPS SIZE CINow DESCRIPTION PIN11 02 02 PADFUMo,kFo COND mrxS U.Ij A23T--121 35 �ry ECDnee Aws, c--- 10 O1 Nis OA PANEL SCHEDULE s -- "Ut BH Q Sheet RBYisiCOS MASON CORRIDOR BRT lNYor FOrl Collins �!Y'' �.�""' G...^`"' '• - a. xw no.nt.uae enxx ¢P.m t.uw en Construction D,0Min s e ELECTN[CAL PANEL SCHEDULES PrG'Eet N0. 1 Fero 11 0 Date: [mmnls Unit No Reviaims: F1. [O...Si: 013 HW, Swle:N/A VRt Ua19: N/1 Imu Imvmmw uIn Lr manila C�AM.o. (� Re.iaaa: 0a61wM-: RKT v.wt�e xulrare E2s De+01Ix: Rex Shal StOae1ELECTRICAL SLaef 51xe1a: E25 of 29 VOLTAGE 130 Q40 PHASE: I WIRE: 3 jPANEL80ARD :JSW2(EAST OUS AMPERES: tJ I WIN LOGS 101'EY, OI TYPE MOUNTING: SURFACE KAIC, RATIN]-. „j0 LOCATION: PCC WILBKR.4HER: 9U MIN BREAKER MOUNTED PICK FEDFROM UDLITY%MFR CKT I BKR WIRE. CKT. 1 BKR WRE M1vaE NO. PELF AMPS AIM CIRLUII DESCRIPTION e NO. POLE AMPB SIZE CIRCUIT DESCRIPTION • SPACE 0.5 8 1 SPACE -0 1 1 _MN_INiENA_NCE OUTLET 05y12 J PWmI STAND I CAI,TOTLISI"Al ire,—r5� raT TOTLSI Als,.=iJ:3-1Y. r11.91 OPANE- SCHEDULE VOLTAGE 1m rf4y\PRASE: I Wme a PANELSOARD : BF7 R RUS AMPERES 0 J MAIN LOSS IONLY) 01 TYPE MOUNTI FACE j KAIC. BATING 0PTION: PLL MUINRKR, AMPS: £J o MIN BREAKER MCWTE D OITDP FEOFROM: ITILITY%MFR T! I WIRE OKT VA CKT. PULE AMPS BIZE CIRCUT DESCRIPTION NO IPOLEI BKR SIZE I CIRCUT DESCRIPTION PHASE NO IUlu Alt KVA)F-3ST—f2l —4D K�Ill s luva)02 ldii AND SCHEDULE IOLIAGE. u0 R40 PHASE: I INI a PANELSOARD : LRI(WEST( BUS AMPEREB' tJ J] WIN LOSE (ONLY)CI TYPEMJINTING: SURFACE KI IC. MTNG. �.11 UIX TION. PCG MMINBKi. AMPS: j 50) IN BREAKER MOUNTED SLOOP FEDFROM UTILITY%KB CKT. I tlKe WIRE )LKT. BKR WIRE AY* NO POLE AMPS SIZE iCIRCUIT DESCRIPTION NO. POLE AMN9 SIZE CRCAT DESCRIPTION) PWSE _ _ _ A B P. -t -1 `20-t2-GIDPY LIGHTING 0] 3- 1 20-12-TILNEL VENDING MALNINI 15 3 2 20 I2-IPLATFORM LIGHTING 02' a �1- y - ^fgM�UUIyyI($1NEQI3IB.�,�-'XS OS '5 0Z '-6- 1 20 12 )EMERGENCY CAL�n ` O5� -T ._ SPACE '-O-�I -0 - ..PACE - 1 - SPACE -ft t 24 12- MAINTENB.EOUTLET 05,1Z SPACE PNSE PHASE ialN IANl11WNl A 0 o Iu0 -A.... . ITS 1,2 4,0 �Ewn�gN M•1 z33—IObI L"IeTI VOLTAGE IN n40 PNASE: I WRE: 3 IPANELBOARD DR BUS AMPERES: AWN LUGS (ONLY) C TTi MOUNTING SRFACE KA I C. RATING. 01 LOCAP N . KCMA MIN SIR AI.TS'. MVN BREAKER MJLNTEOON T _ OP FEDFROML UTILITY%MFR CAT, BUT WIRE GIT, BKR WIRE' M1VA NO, POLE AMPS SIZE CIRCUIT DESCRIPTION NO POLE AMPS SIZE ICIRCUIT DESCRIPTION ANE AD.5'(—'-2 A18 E 1 I PS 12CANOPYLIGHTINS 1 1 20 2�TiCNET VENDING WC"! -3- -12 2 20 PIATFOPM LIGHTING 03 a 1 20 C'LfLTIpfLA P•- 06 L` _ _ 03'-_8 1 20 P R -i 2 N 14 WALKWAY LIGHTING 02 B ` 1 20 �1T'IRRIGAO0TA3t=D'LH'v ^' Ob Y - 0.2 , 10 1 m 12tiRRIGATION LOMflOILE OS -_I1 1 20 ti MU NiENANCE OUTLET 0.51_I2� 1 I- 9 S D.5 13 - SPACE M 1 �LL -15 - SPACE ' 10^'��^'��- 1i - SPACE E-1B - '.SPADE -19_ - SPACE '-N 'SPACE -21 —SPACE '.SPACE f-22 -23 - SPACE '-b - SPACE PYRE RASE IOIN TV EANE. LUIa RUMMRI: IT ttAf451.1:r "33T 20F 53 TOIALs AMEa r 2i51-1611 22.1 2 PANEL SCHEDULE P,-ONI 1AX IN IjUl. PHASE: I ME: 3 PANELBOARD •lBF2(NORTN BUS AMPERE 60� MAIN LUGS (ONLY) OI TYPE MOUNTING 6 ALE K A I C. RATING: �. LOC PCC MAN BKR. AMPS. DO _ MAIN BREAKER MOUNT_ED_OITOP -_ cO fROM UTLItt_%MFq_ CAT,PKe WIPE CKT, BKR E WIRE I KVA NO POUF AMPS SIZE CIRCUIT OES PION ND. POLE AMPS RCOIT DESCRIPTION I .19 A B A 1-0 1 -1 N 1 CANJPYLIGHIIN3 ]` i '-1 f� 12JTIGKET VENDING MACHIN- 10 -] 2 N 12�PLATFORM LIGHTING 03 -� 1 20 U14ADOggDpP0.5 -5 � 0] -_0_-' 20 - -ISPAPE -1 2 20 I 20' I' IZ ED JDNAYLIGHTING ;IMIMENANCE OIrtLET 0. 03 OS 1 20 20 OS I 2 J E TC 11 _133 J�A -Il - sPPCE SPPLE -16 18 - SPACE SPACE - -19 SPACE _p BE 721 SPA LE - SPA - - 2] SPAC -34-1 - SPAM gVSE PINEE TOTAL my,Asi AI; A26101 r46 M51 F-20j UTZ 102 OPANE. SCHEDULE O PANEL SCHEDULE Prim mt® Q Sheet Ravlsi Ens MASON CORRIDOR BRT _1i35 _ �/' ° uM a4 rt. zm CDnslructian Drawings ELEC TH [CAL PANEL SCHEDULES Proj eCt No. Flle Nam Date: Cmrmla Inl1 No Pwisiou: FL Callim: I013 Nviz. Smle:ll/A VTT Style: .it IPL—Hm IfN LeaCtr Inlf lols KIe (� O Perlaea: Duipw: eKi SbucNe E26 Oetal ler: RBN MSll:era Stoat xuT1u Sleet STDAMLECTRICAL ADset SKets. E26 Df 29 r.�-gym /J xS VOLTAGE 120 I WIRE: IPANELBOARD jPP BUS AMPERES. �1240 �P/R15E: MAIN LUGS IONLYI C TYPE MOUNTING SURFACE KAIC. RATING'. LOCATION. PCC MAIN BKR. AMPS. (_1a ` ) DIRE MAIN BREAKER MOUNTED ON: TOP FED FROM. UTILITY%MFR CKT, PKR CKT PKR WIRC Y. M. POLE AMPS BIZE CIRCUIT DESCRIPTION NJ POLE AMPS SIZE CIRCUIT DESCRIPTION PHASE B A -1 -3 1 20 - 12 -1]-PLATFORM CANOPY LIGHTING O5 i '-1 20'R�TICHET VENDING MACRIS-19 5 -T 2 RO LIOWIKR3 S pJ OJ -- 1 20 I 1 0.5 _ �' t YO PARE _- 12 9 Z 20 WALKWAY LIGHTING 0] B 1 20"'LYGRTEB9TATIBKSKaN""^� 0.5 1 20 11'J,IRRIGATION COMROLLE 05 -- -12-MAINTENiNCE 11_ r-11 'l3_ 1 20 2 20 OUTLET WALKWAYLIGHTINO OS O.T -12_1 j�LI�p�q�YgT05 d I 20 12-�AIEROENC CAY LL - �0. 15 _ 0] _ ,A PANELBonR TOTALS (YVA):T-50T-31 _A7 LDM"A B �aiST—SOFT '�2:5] OPANE. SCHEDULE A. VOLTAGE: 12D EMS PHASE:I IWE:3 PANELBOARD:I LR2(EAST) ADS AMPERES, 0� MAIN LUGS (ONLY) CA TYPE MOUNTING: SURFACE KA.10. RATING _to. LOCATION: PCC MAIN RYR. AMPS S0� WIN BREAKER MOU WED OITOP FEDEROM UTILITYXMFR CKT, BPR WIRE OPT BKR WIRE V NO. POLE AMPS SIZE LIRCDIi DESCRIPTION No POLE AMPS SIZE CIRCUIT DESCRIPTION N BABE B 1 1 12 •PLATFO OJ _i NVING FMCHI 18 _-J 1 2 2e i2 PLATFORM LIGHTING PLATFORM LIGHTING 03 �I 1 $0 02 1 ~ I�NCYH fie Lf9Wi.,-r.r. DO �LY:LL,5 - SPACE 8 -8- —SPACE 16 - SPACE 11 1 20 1 MAINIERAVCE DUFLET 1 - SPACE PANDUSUALLS LOADTOTALB.zv If—zeTDY 1.111.11A.11 .=»r1BJs sE o A05 .E TOTAL A =1z1 ,Dl ry Ea.i o 1=� PANEL SCHEDULL I-LIA VOLTAGE: 120 1-1/pl. 1 WIRE: J BLS AMPERES'. i /AJ WIN LUGS jONLY) C KAIC. RATING: MAIN (l"^0 BKR AMES. ` ) M91N BREAKER MOUNTED C CKT BKR CNT NO (WIRE POLE AA1P5 SIZE CIRCUIT DESCRIPTHRE_ION NO, ROD LB 1 -1 CANTFORMLGHTI 11.5 3 .'-1 -3 3 20�12 30^13 PLATFORM LIGHTING -S 03 _i- 2 20 712 WALKWAY LIGHTING OB e� 1 B - O.B 1 f MAINTENANCE OUTLET _10 0.5' 1] _IS1 13 2 Se 12 20 8 WALKWAY LIGHTING ,1, LO ' 1<_� u'-19 _15 11 SPACE '-le -21 SPACE SPACE -20 -3 -2J SPACE �2< HI PINS' i014 PALLCUl PO LCAU AUNP Y nLsfK F_5141 0E90 l.T"LAIvsLF­AsoT—iB:ul 75u SCHEQUIF OPANEL S—I':LEA TYPE MOUNTING'. SUFFACE LOCATION, PCC _N: TOP FEO(ROM. UTLITYKMFR BKR WIRE KVA AMPS 812E CIRCUIT OEBORIPTION INAPF. _P_ 30 12 TIOKETVEIAING FNONIf• -1.8 20 jf9 f�MIE___1 _ _ _ 0.6 20 AE 20 =AYY�^�IRIH¢AFigJCONTROLLEIt'^r BE Z0 12 LIGHTED STATION SIGN 0.5 w-u-1SQI SYSTEM _ _ _ _ _ _ 0.5 ✓DLTAGE. u0 )/rse0p PHASE:I W :3 PANEL50ARD_ I MLI(WEST) 315AM1NEREG: W� MAIN LUGS (ONLY)Of TYPE MOUNTING: SURFACE (AIC RATING: ^J LOCATION: PoC MAIN BKR AMPS. )( 50 MAIN BREAKER MOUNTED CITOP FED FROM: UTILITYXM R_ CID. POLE AMPS SIZE CIRCUII DESCRIPIION CIS. IPOLE AMPS SIRE CIRCDIT DESCRIPTION SLAN, 3 3 20 12 pIATFORMUGHTINO 02 02 )--_T� 12. ITM11111CTONLF�,Q)IIP 05 T SPADE II hl T�ENEK E CAL 9 SPACE 10I SPACE _20 12 MAINTENANCE OUTLET E 05 11]� SPACE_ onxELBOnP LOAD I T Le KVA; q30 P1 E ysNnl tltl Bl:�i 1J 0.� OPANE: SCHEDUIE rm na1—I Q Q O SheSt Rev i Si(1n5 MASON CORRIDOR BRT y� ` ' ' 3 } t.../ E. xoo eosxx xe Dr011n s m e ELECTRICAL PANEL SCIIEODLES PrDecT NO. F-le Nare:nstrDcfion Co.:Bale: emmnts mn. No Reais ms: F1. Col lllu: i0ll Nu z Scole. N/A Vxf Scale. N/ACC Iln 1 I�RNnnl m Bnl1 Lea1P, Inl"A gevlse0: BeSigrer: RKT 5lrmflre E2z - yPIU; DB1011e�: RBN NUM1eTs SMet NUINu SM1eet SWA.fEIECTRICA, Y .' SMels: E2] of 29 c1_M9 No Text N ED VOLTAGE. Gp nAp PHASE:I MBE:] I PANELBOARD: IMSi(WEST) pUS AAPEEES. SHIN LUGS(ON.YI ON: TYPE IW: SURFACE U KAIC. RATING: r1,0 LOCATION KC WJNBKR. AAP6: ( SO WIN BREAKER WONTED ON: TOP FED FEW UNLITY%KP LKT. BOB WIRE CKT. BKR WIRE nYA NO. POIE PAVB SIZE CIRCUI DESCRIPTION W. P0.E A145 SIZE GRCUL DE9LRIPTIpII PIu19E 8 AOd B 1 1 30 CAWPV L12`iHll ._3_ 1 - 30 2J 11.`KffvENJII.a ALe1H.HI to _13 x zo 1_ —] PLATFORM LIGHNW Ott _ y�— p1p�1�1 OB IEAG€IIC T G2 �� 1 3b J- ALL ^^ A f0 — 16PALE 11 1 M fZ MVNLEIUNLE OVRET OJ'l — 6PALE SE NY PPNIpOSAO LOWS Nt 0 _ TP.W LAIseL�33S PANEL SCHEDULE Print PoI Q Sheet Revisims MASON CORRIDOR BRT e� F(5;4t CC1 4)s _ + \��� - L. xw CGRsUDdian Dmwings ELECTRICAL PANEL SCHEDULES Project No. File Noce Nvir. SrnIB:N/A Vw, . $tole: NIA pale: [dmmis Inil. N° Pmlelw: !L [°Ill�u: IUiJ Unit IPfmwfim IAIt INNT Inlllnls O gerlsee: pesial9f: RKi Siryeive NUNSAIA E29 DOMIer: RDN N.BI NUNo sMel SWse1ELECTR(CAL SNset sM1eels: Ez9 OF z9 C1-302