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