HomeMy WebLinkAboutCHANGE ORDER - BID - 7332 MAX BRT PROJECT (21)PROJECT TITLE:
CONTRACTOR:
PROJECT NUMBER:
PURCHASE ORDER NO.:
DESCRIPTION:
1. Reason for change:
CHANGE ORDER NO. 14
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 W CD049, 057, 059, 060, 064,
065, 066, 071, 074, 075, 077, 081, 082, 083, 084, 085.
2. Description of Change:
See attached Exhibit A to this change order and supporting work change directives.
Note: $52,167.09 charged to City of Fort Collins Light and Power for fiber optic upgrade to 144 ct
Note: $29,379.65 credit to CSU account - 400903290.563040.6
3. Change in Contract Cost: $ 75,756.04
4. Change in Contract Time: 0 calendar days for substantial completion
0 Icalenclar days for final completion
TOTAL APPROVED CHANGE ORDERS
TOTAL PENDING CHANGE ORDERS
TOTAL THIS CHANGE ORDER
TOTAL % OF ORIGINAL CONTRACT, THIS C.O.
TOTAL % OF ORIGINAL CONTRACT, ALL C.O.'S'
ADJUSTED CONTRACT COST
orders
ACCEPTED BY: b
Contractor's Representative
REVIEWED BY:
Construction Manager
APPROVED BY:
City Project Manager
APPROVED BY:
City Engineer
APPROVED BY: _
Purchasing Agent over $60,(
cc: City Clerk Architect
Contractor Engineer
Project File Purchasing
$ 75,756:04
0.24%
8.51 %
$34,599,873:54
DATE:. O
DATE:
DATE:
DATE:
DATE: Z S�
•
August 30, 2013
Ms. Erika Keeton, PE
MAX Project Manager
City of Fort Collins— Engineering Dept
281 N. College Ave.
Fort Collins, CO 80524
RE: MAX Bus Rapid Transit Project
Independent Cost Analysis — CEI CCR No. 033
Cottonwood removal in Segment 6 — WCD 074
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. 74 to remove a
large +48" caliper cottonwood tree shown on the drawing provided in the WCD. The tree shall be
removed according to Section 202 of the specifications including applicable recycling parts. The work
shall include stump removal, tree removal, chipping, recycling and haul. Please find the attached
proposed Contract Change Request #033 from CEI.
In preparation of this Independent Cost Analysis (ICE), hourly rates for the various pieces of equipment
and manpower were obtained from multiple sources. The equipment rates were obtained from the
Caltrans Labor Surcharge and Equipment Rental Rates, while the labor rates are from CFI's approved
labor and material rates. The units of work are from a MAX Cost of the Work Record dated 10/16/2013.
Using the hours provided in the cost of work record with the outside equipment rates, the value of the
independent cost estimate is $1,612.20.
Considering the scope of work required and the ICE, I would recommend an increase to the contract in
the amount of $1,520.00
Keith Meyer E
Construction Project Manager
CH2M HILL Team
970-988-8605
keith. meyer@ditescoservices.com
Cc: job file
ditesco
Independent Cost Estimate
Date of Estimate: 30-Aug-13
Contract Type: Mason Corridor BRT (Hard,Bid)
Existing Contract or PO (Y/N): Y
Description,of Goods (A)orServices (B): A
Remove large +48" caliper cottonwood tree according to Section 202 of the specifications including applicable recycling parts. Include stump
removal, tree removal, recycling and haul. Paid as single lump sum addition to contract.
I have obtained the following estimate from;
Published:Pdce List / Past Pricing (date)
Engineering or Technical Estimate (performed by)
Independent Third Party Estimate (performed by) Beau Javemick
Other (specify) CEI Approved Labor and Material Rates - August 2012 and Caltrans Equipment Rates through 3-31-13
Cost Estimate Details:
(Estimate calculated in US Dollars)
A Cost of Standard If>ms
Product
Cost $/unit
Unit
Quantity
Notes -
TOTAL
Delivered
Data Source
3 Laborers 4 hours each)
$ 40.00
HR
12
CEI Labor and Equipment Rate
Sheet
$ 480.00
1 Tree. Trimmer/Foreman.
$ 55.00
HR
4
CEI Labor and Equipment Rate
Sheet
$ _220.00
Boom Truck
$ 145.01
HR
4
Caltrans Equipment Rates through 3-
31-12
S 580.04
Box Truck
$ 44.53
1HR
4
Caltrans Equipment Rates -through .3
31-12
.$ 178.12
Chipper
$ 38.51
HR
4
Caltrans Equipment Rates through 3
31-12
.$ 154.04
$
$
SubTotal
$. 1,612.20
B
Item/Task:
Signature of Preparer:
Cost of Services, Repair, or Nonstandard Items
Materiels or Work Description
Other Direct
Costs
Labor
Rate{$)
Labor
Hours
Labor
Class-.
Allocated
Overhead
SG&A'
Profit
Notes:
Data Source
TOTAL
$
$
$
SubTotal
$
owmp, a.enerni ena hommawwa emenaes
.TOTAL $ 1,612.20.
MAX Field Construction Office
3000 South College Ave., Suite 201
Fort Collins, CO 80526
fcgov.com/maxconstruction
Delivery by hand
August 26, 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, 050
Subgrade stabilization STA 57+00 to 58+00 — WCD 071
Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 71 to remove
unstable muck material and install select backfill to stabilize subgrade near STA 57+00 along the
guideway. Please find the attached proposed Contract Change Request #050 from CEI.
In preparation of this Independent Cost Analysis (ICE), a quantity take off of the material excavated was
calculated. The quantity estimated is consistent with the quantity listed in the CCR. The rate and hours
listed were verified, and are in accordance with CEI's approved time and material rates for the project.
There is no charge for any import material. Therefore, the value of the independent cost estimate is
$1,845.00.
Considering the information presented, I find the CCR presented by CEI to be reasonable with the
presented change in scope. I would recommend an increase to the contract in the amount of $1,845.00
Keith Meyer PE
Construction Project Manager
CH2M HILL Team
970-988-8605
Keith. meverP.ditescoservices.com
Cc: job file
ditesco
Date of Estimate: 26-Aug-13
Contract Type: Mason Corridor BRT (Hard Bid)
Existing Contract or PO (Y/N): Y .
Independent Cost Estimate
Description of Goods (A) or Services.(B):. A
Remove unstable muck material and install select backfill to stabilize subgrade near STA 5700.along guideway. Work include muck
excavation, haul, disposal,. installation of select material, compaction and placement. Paid for as single lump sum addition to contract tracked
by time and materials used.
I have obtained the following estimate from;
Published. Price List /'.Past Pricing (date)
Engineering or Technical Estimate (performed by)
Independent Third Party Estimate (performed by) Beau Javemick
Other (specify) CEI approved Labor and Equipment Rate Sheet - August 2012
Cost Estimate Details:
(Estimate calculated in US Dollars)
A Cost of Standard Itama
Product
Cost($/unit)
Unit
Quantity
Notes
TOTAL
Delivered.
Data. Source:
Side Dump
$ @5.00
HR
-
5
CEI approved Labor and Equipment
Rate.Sheet - August 2012
$ 425.00
CAT-938G WL-35
$ 110.00HR
8
CEI approved. Labor and Equipment
Rate Sheet -August 2012
$ 880.00
Dump Fee
$ 18.00
CY
30
same dump fee used on other CCR's
$ 540.00
SubTotal
$ 1,645.00
B
Item/iask:
Signature. of Preparer.
Cost of Services, Repairs, or Non -Standard Items
Materials or Work Description
Other Direct
Costs
Labor
ate ($
Labor
Hours
Labor
.Class
.Allocated
Overhead-
-SG&A`:
Profit
Notes:
Data Source
TOTAL
$
$
$
$
SubTotal
$
$
aeianp,.anwmi aw namnsaawe E p nsea
TOTAL S 1,846.00
i
September 3, 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. 213
JC Track -Grading — WCD 066
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. 66 to make site
improvement changes to the Jack Christian Track area on the CSU campus according to plans issued in
the WCD. The work is to be completed in accordance with CSU construction standards and the BRT
contract specifications. Attached, please find the proposed Contract Change Request #213 for the work
from CEI.
In reviewing this request, a quantity take off was used to calculate the units for each individual work item
listed on the WCD. Unit, pricing was taken mostly from the current construction CEI bid schedule of
values as well as the 2012 CDOT Cost Manual. The units compiled from the estimate exceed those
provided by CEI in several areas. The estimated cost for the work described in the WCD is $83,769.96.
Upon completion of the independent cost estimate, I find CEI's Contract Change Request #213 in the
amount of $87,856.01 to be reasonable. As such, I recommend approval of the CCR amount for this
additional cost to the contract.
This work is a concurrent non -grant expense funded by CSU.
X tA-
Keith Meyer, E
Construction Project Manager
CH2M HILL Team
970-988-8605
keith. meyer(o)ditescoservices.com
Cc: job file
ditesco
Independent Cost Estimate
Date of Estimate: 3-Sep-13
Contract Type: Mason Corridor BRT(Hard Bid)
Existing Contract or PO (Y/N): Y
Description of Goods (A) or Services (0): A
Site Improvements changes to the Jack Christian Track area on the CSU campus according to the plans included with WCD 066, Work shall be done
according to the CSU construction standards and the BRT contract specifications. Work is to be lump sum and include surveying, excavation/clearing
.for new concrete paving, 6-Inch concrete paving /flatwork, curb and gutter. removelreplece) - Type II (Section 118), Curb Ramps, 4-ft chainlink fence with
mow strip (PVC mated); include 2 transitions to &foot tall fence, 8-ft chainlink fence with mow strip (PVC Coaled), 4-8 wing gate (2 each), 16-ft swing
gate (2 each), asphalt patching, co=ete.removal, irrigation repaidsteevas, and landscape repair/sod
I he" obtained the following estimate from;
,Published Price List /. Pest Pricing (date)
Engineering or Technical Estimate (performed by)
.Independent Third Party Estimate (performed by) Beau Javemick
Other (specify) 2012 CDOT Cost Manual and. the Contract SOV
CostEstimateDetails:
(Estimate calculated in US Do/jars)
A Cost of Standard Items
Product
Cost S/unit
Unit
Quantit
Notes
TOTAL
Delivered
Date Source
Additional SurveyingSuNeying
$ 137.64
HR
35
2012 COOT Manual 625-00001
houre.ars'estimated
S 4,824.40
Removal of asphalt mat.
$ 4.60
BY
314
Construction SOV 202-00220
$ 1;507.20
Removal of: curb 8 putter
$. 4.50
LF
202
Construction SOV 202-00203
$ '909.00
Removal of fence
$ 110
LF
551
Construction SOV 202.01 D00
$ 606.10
Removal of concrete band
S 4.50
LF
370
Construction SOV 202-00203
$ 1,665.00
Removal of sod)to soil
$ 9,800.00
ACRE
0.170
Construction SOV 201.00001
Cleadn & Grvbbin
$ 1,667.08
Irrigation demo
$ 2,000.00
LS
11
Rough estimate
$ 2.000.00
Remove drive cut
$ 10.05
BY
20
Construction SOV 202-00200
S 201.00
Concrete Curb Rem
$. 72.30
SY
14
Construction SOV 608-00010
$ 1,012.20.
6"Concrete pavintifflatwork
S 38.22
SY
10M
Construction SOV 6OB-00006
$ 38,220.00
4'Chainlink fence
$ 20.00
LF
201
2012 COOT Manual 607-53148
$ 4,014.00
B' Chainlink fence
$. 45.00
LF
218
2012 COOT Manual 607-53191
S 9.810.00
4' Swing Gate
$ 650.23
EA
2
2012 COOT Manual 607-60116
3 1,300.46
6' SVng Gate
$ 760.00
EA
2
2012 COOT Manual 607-60270
$ 1,520.00
Mow Strip
$ 38.22
SY.
100
Construction SOV 608-OOODB
$ 3,822.00
landscape repair -
$ 4 500.00
LS
1
Rough estimate
S 4,500.00
6" arrb
S 38.22
SY
16
Construction SOV 608-00006.
$ 611.52
traffic control - Plikin
$1,300.00.
DAY
.3Traffic
control for paving operations
$ 3900.00
tree protection
S 60.00
EA
8
Construction SOV 212-00101
$ 480.00
silt fence
$ 1.50
LF
400
Construction SOV 208-00020
$ 600:00
construction fence
$ 1.50.
LF.
400
Construction SOV 208-00020
S 600.00
S
Subtotal
$ 83,769.96
Cost of Services, Repairs, or Nonstandard Items
0
Itemrreek:.
498
496
Matenals or Work Description
Other Direct
.Costs
Labor
I Rate $
Labor
Hours
Labor
Class.
Allocated
Overhead
I SGBA•
Profit
Notes:
.Dale Source.
TOTAL
S
$
$
Subtotal
S
TOTAL $ 83,769.96
Signature of=Preperar:
ma c
September 3, 2013
Ms. Erika Keeton, PE
MAX Project Manager
City of Fort Collins — Engineering Dept
281 N. College Ave.
Fort Collins, CO 80524
MAX Field Construction Office
3000 South College Ave., Suite 201
Fort Collins, CO 80526
fcgov.com/maxconstruction
Delivery by hand
RE: MAX Bus Rapid Transit Project
Independent Cost Analysis - CEI CCR No. 215
Prospect Shoppes Grading (STA 179+00 to 182+00) — WCD 065
Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 65 to change the
guideway, sidewalk and adjacent ditch grades according to the revised plans issued in WCD No. 65.
Attached, please find the proposed Contract Change Request #215 for the work from CEI.
In reviewing this request, a quantity take off was used to calculate the volume of the earthwork and the
total number of materials needed. Online sources were utilized to price the additional drain materials
listed in the WCD. The estimated cost for the work described in the WCD is $22,455.06.
Based on the scope described, I find CEI's Contract Change Request #215 in the amount of $24,951.41
to be reasonable. As such, I recommend approval of the CCR amount for this additional cost to the
contract.
Keith Meyer, E
Construction Project Manager
CH2M HILL Team
970-988-8605
keith.meyer a(�,ditescoservices.com
Cc: job file
dites co Independent Cost Estimate
Date of Estimate: 30-Aug-13 .
Contract Type: Mason Corridor BRT (Hard Bid)
Existing Contract or PO (YIN): Y
Description of Goods (A) or Services(B): A+B
Change the gudieway; sidewalk and adjacent ditch greades according to the revised plans attached to WCD.065. Work Includes changes to surveying
layout; grades, additional excavation,. concretesidewalk, resets four downspouts and reset of one grease trap.
I have obtained the following estimate from;
-Published. Prim List/ Past Pricing (date)
Engineering or Technical Estimate (performed by).
Independent Third Party Estimate (performed by) Beau Javemick
Other (specify) 2012 COOT Cost Manual,
Cost Estimate Detalls:
(Estimate calculated in US Dollars)
A Cost of. Standard It...
Product
Cost $/unit
Unit
Quantity
Notes
TOTAL
Dellvered
Data Source
Additional Survey
$ 137.84
HR
16
2012 CDOT Manual 325-00001 (hours
are estimated)
$ 2,205.44
Addlllonal earthwork
_
See Below
$
Sidedump
$ 85.00
HR
19
CEI T&M.sheet
$ 1,615.00
grease trap um out
$ 350.00
EA
3
Cost fromCaseStudy found online
$ 1 050.00
grease trap removal, reset,. and re -plumb
.3
Sea Below
.g
alter and downspout reconfiuratlon
$ 250.00
LS
1
Quote from Sub Provided
$ 250.00.
trench drain materials 8'-section
$ 1,399.00
EA
4
Cost from Online source
$. 5,596.00
trench drain Installation
See Below
$
sidewalk -6"concrete
$ 38.22
SY
51
Contract8OV 608-00006
$ 1,949.22.
15% Markup on Trench Material
$ 839.40
LS .
1
Allowed 15% Markup
$ 839.40
$
SubTotal.
$ 13,505.06
Cost of Services,. Repairs, or Non -Standard Items
B
Item/Task:
Materials or Work Description
Other Direct
Costs
Labor
Rate (S
Labor
Hours
Labor
Class
Allocated
Overhead
SG&A•
Profit.
Notes:
Data Source
TOTAL
Grease Trap Removal
-Labor
$ 135.00
12
2 laborers and Foreman
0
0
. 0
CEI T&MRate Sheet
$ 1 620.00
-Backhoe
$ 80.00
10
420DCAT Backhoa
0
0
0
CEI T&M Rate Sheet
$ 800.00
$
Trench Drain Installation
$
-Labor
$ 80.00
8
2laborers
0
0
0
CEI T&M Rate Sheet
$ 640.00
Additional Earthwork
$
-Labor
$ 135.00.
19
2laborers and Foreman
0
0
0
CEI T&M Rate Sheet -
$ 2,565.00
-Dozer
.$ 176.00
19
Assume Dozer forwork
0
0
0
CEI. T&M Rate Sheet
$ 3,325,00
$.
SubTotal
$. 8;950.00
roeome. ceenarei ena aem;nnumrw axpemo
TOTAL. $ 22,455.O6
Signature of Preperer;
may:
August 19, 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. 195
Stabilization — STA 84+50 north to McClelland — WCD 064
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. 64 to repair
unstable subgrade along the BRT guideway from STA 84+50 to McClelland. This was to be.tracked as
time and material in the field. The work included muck excavation, import of select material (Class 6
roadbase or equal) and installation over geogrid fabric to stabilize subgrade prior to paving. Please find
the attached proposed Contract Change Request #195 from CEI.
In preparation of this Independent Cost Analysis (ICE), the MAX Cost of the Work Record was reviewed
to verify the hours listed on CEI's CCR. As you will see on the ICE, hours for the operators shown on the
cost of the work record have been added. These where shown to be missing from the CCR. The labor
rate from the approved August 2012 Labor and Equipment Rate Sheet was used for the per hour cost of
the operator.
Delivery tickets for the class 6 roadbase material have been provided for review. These tickets list the
quantity of material at the site but do not include price. The price of the Class 6 roadbase was compared
to a similar scope of supply found in the 2012 CDOT Cost Manual. The price listed in the manual is more
than what is listed on the CCR. The total for the ICE is $28,207.45.
Considering the information presented, I would recommend the acceptance of CEI's Contract Change
Request #195. Therefore, the total amount acceptable to increase the contract amount would be in the
amount of $24,458.69.
0
Keith Meyer E
Constructio Project Manager
CH2M HILL Team
970-988-8605
keith. meyer(a)ditescoservices.com
Cc: job file
ditescoIndependent Cost Estimate
Date. of Estimate: 19-Aug-13
Contract Type: Mason Corridor BRT (Hard Bid)
Existing Contract or PO (Y/N):. Y
Description of Goods (A) or Services (B):. A
Repair unstable sbugrade along the BRT guldeway from STA 84+50 to McClelland. The work WII include muck excavation, import of select
material (Class 6 madbase or equal) and installation over geogdd fabric to stabilize subgmdsprior to paving.
1 have obtained the following estimate from;
Published Price Ust / Pest Pricing (date).
Engineering or Technical Estimate (performed by)
Independent Third Party Estimate (performed by). Beau Javemick
CEI Approved T8M Rate Sheets, MAX BRT Schedule or Values;
Other (specify) 2012 COOT Cost manual
Cost Estimate Details;
(Estimate calculated In US Dollars)
A -C. f mr Qf—Aod I. —
Cost $/unit
Unit
lQuaniltv
Notes
Product
TOTAL
Delivered.
Data Source
CEI Labor and Equipment Rate Sheet
Foreman
$ 55.00.
HR
17
- August 2012 -
$ 935.00
CEI Labor and Equipment Rate Sheet
Laborer
$ 40.00
HR
15-August
2012
$ 600.00
NO PRICE LISTED FOR
Operator
$ 40.00
HR
20
OPERATORS
$ 800.00
CEI Labor and Equipment Rate. Sheet
WL<3 CAT 938G
$ 110.00
HR
15
-.Au ust 2012.
$ 1,650.00
CEI Labor and Equipment Rate Sheet
WL-07 CAT 938G
$ 110.00
HR
5
•Au ust 2012
$- 550.00
(CAT246
CEI Labor and Equipment Rate Sheet
UL-59
$ 65.00
HR
4
-August 2012.
$. 260.00
CEI. Labor and Equipment Rate Sheet
DitleDum
$ 85.00
HR
34
-August 2012
$ 2,B90.00
CEI Labor and Equipment Rate Sheet
MT-57 Water Truck
-$ 70.00
HR
7-Auust
2012
$. 490.00
Tenser Geofabric
$ 2.35
SY
367
Contract .SOV.420-00112
$.. 862.45
Class B Roadbase
$ 19.00
Tons
648
2012 CDOT Cost Manual.
$ 12,312:00
SAME PRICE FOR DUMP FEE
Dump Fee
$ 18.00
CY
381
USED ON WCD 076
-$ 6,858.00.
SubTotal
$ 28,207.45
B
Item/Task:
Signature of Prepares
Cost of Services, Repairs, or NonStendard'Items
Materials or Work Description
Other Direct
Costs
Labor
Rate $)
Labor
Hours
labor
.Class
Allocated
Overhead
SGBA-,
Profit
Notes:
Data Source
TOTAL
$
$
$
a
$
$
SubTotal
$
.•.,w, .,•per. em.ammmew. wanaa. -
TOTAL $.28,207.46
Pending Issues Log
10.01
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00-
$0.00
$0.00
$0.00
$0.00
- $0.00
$0.00
- ($29,379.65)
10.02
$133.048.03
$0.00
$0.00
$0.00
$0.00
$O.b0
$16,881.16
$16.854.32
$0.00
$0.00
$0.00
$76,891.62
$0.00
$139,111.11
10.03
-$0.00
$0.00
$0.00
$0.00
$0.00
$45,803.75
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
10.04
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
10.08
$0.00
$0.00
$0.00
$0.00
$0.00
$234.929.18
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$2,792.38
20.01
$0.00
$0.00
$0.00
$0.00
$0.00
($4,611.00)
$0.00
$0.00
$0.00
$55,287.42
$25,570.05
$0.00
$27,352.84
($153,068.29)
40.01
$0.00
$0.00
$0.00
$0.00
$0.00
($17,592.00)
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$11,525.00
$2,808.00
40.02
($883.00)
$0.00
$19,812.00
$0.00
$0.00
$0.00
$21,462.80
$0.00
$191,527.85
$0.00
$0.00
- $0.00
$63,560.54
$58,493.93
40.03
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
40.05
$0.00
$0.00
$0.00
$0.00
• $0.00
$0.00 -
$0.00
$23.352.00
$0.00
$0.00
$0.00
$0.00
$6,226.63
$1,573.62
40.06
$0.00
$71.910.39
$0.00
$0.00
$0.00
$0.00
$0.00
$1,875.00
$0.00
$0.00
$0.00
$0.00
$0.00
"$1,257.85
40.07
$0.00
$0.00
$31,225.68
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
,$0.00
$180,441.65
$0.00
40.08
$201,815.88
$0.00
$0.00
$0.00
$0.00
($163,418.31)
$0.00
$0.00
($135,869.75)
$0.00
$0.00
$0.00
$0.00
$0.00
50.02
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$21,826.35
$0.00
$0.00
$0.00
50.05
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$4,354.88
$0,00
$8,709.75
$0.00
$51,213.91 $71,910.39 $51,037.68 $0.00 $0.00 $95,111.62 $38,343.96 $42,081.32 $55,658.10 $55.287.42 $51,751.28 $76,891.62 $297,816.41 $23.588.95
City Light and Power 52,167.09
Total CO 14 $75.756.04
MAX Field Construction Office
3000 South College Ave., Suite 201
Fort Collins, CO 80526
fcgov.com/maxconstruction
Delivery by hand
September 13, 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. 192
CSU Type 7 Railing Change — WCD060
Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 60 to price a
change in the railing fabricator from custom railing to an Ameristar prefabricated railing product. This
value engineering suggestion was provided by CSU and is expected to be a credit to their project
participation. This is a concurrent non -grant expense/credit to the contract.
In reviewing this request, an independent material estimate was provided by CSU through direct quotes
from the vendor. A copy of their letter is attached. The independent cost check of this work is
($31,691.41).
Through this independent cost research, I find CEI's Contract Change Request #192 in the amount of
($29,379.65) to be reasonable for the required decrease in scope. As such, I recommend acceptance of
this credit to the contract.
Keith Meyer, E
Construction Project Manager
CH2M HILL Team
970-988-8605
keith. meyer(cDditescoservices. com
Cc: job file
dite sce Independent Cost Estimate
Date of Estimate: 13-Sep-13
Contract Type: Mason Corridor BRT (Hard Bid)
Existing Contract or PO (Y/N): Y
Description of Goods (A) or Services (B): A
Change railing along CSU on Type 7 barrier from custom fabrication to Amenstar product
I have obtained the following estimate from;
Published Price List / Past Pricing (date) Quote from Vendor/CSU
Engineering or Technical Estimate (performed by)
Independent Thlyd.PanyEstimate (performed by) Keith Meyer
Other (specify)
Cost Estimate Details:
. (Estimate calculated in US Dollars)
A Cost,of Standard items
Product
Cost $/unit
Unit.
Quantity
Notes
TOTAL
Delivered
Date Source
Ameristar fence product
$ 38.24
LF
2087
CSU
$ 79,306.88
Post
$ 92.97
EA
271
CSU
$ 25183.25
Gate
$ 1,959.25
EA
1
CEI
$ 1,959.25
Markup materials
15%
$ 15 748:52
Markup subcontractor
5%
$ 613489
As -Bid custom rai
S 75.10
LF
2087
CEI
$ 156 733.70
Gate
1 $ 3790.50
EA
1
CEI
$3790.50
SubTotal
"this Is material cost and does not
reflect labor.
B Cost of Services, Repairs, or Nonstandard Items
Itemrrask:
Materials or Work Description
Hours
Cost
$
Total Estimated.
Notes:
Data Source
TOTAL
SubTotal
$
Signature of Preparer. TOTAL S(31,6911:41)
ma)t
MAX Field Construction Office
3000 South College Ave., Suite 201
Fort Collins, CO 80526
fcgov.com/maxconstruction
Delivery by hand
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. 183
Whole Foods Parking Lot Lighting and Irrigation Repair— WCDO59
Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 59 to address
damages to the Whole Foods lighting and irrigation control systems. The damage was sustained during
this and a previous MAX project phase which transplanted trees along the corridor. The Contractor was
instructed to perform an investigation of the extents of the damage and provide an estimate to repair.
Attached please find the proposed Contract Change Request #183 from CEI.
In reviewing this request, the documents contained within the WCD were used to determine the scope of
the change and provide an independent cost estimate. Man-hour totals were computed via technical
estimate. Rental rates for equipment utilized were taken from Caltrans Standard rental rates for the 2013
business year. Labor rates were taken from the project Davis Bacon wages provided by CEI contract
documents. This cost estimate is attached. The estimated cost for the Whole Foods Parking Lot
Lighting and Irrigation Repair is $13,791.07
I find CEI's Contract Change Request #183 in the amount of $14,701.21 to be reasonable for the required
increase in scope. As such, I recommend acceptance of this additional cost to the contract
Keith Meyer E
Construction Project Manager
CH2M HILL Team
970-988-8605
keith. meyerftd itescoservices. com
Cc: job file
ditesco
Independent Cost Estimate - WCD #59
Date of Estimate: 7Jul-13
Contract Type: Mason Corridor BRT (Hand Bid)
Existing Contract or PO (YIN): Y
Description of Goods (A) or Services (B): A, B
Scope Is make repairs to the Whole Foods electrical system which powers their beck parking lot lights and Irrigation
controller. Technical estimate performed to estimate manhours andmaterials used. Rental and labor rates taken
from published standard lists conforming to project spec.
ihave obtained the following estimate from;
Published Price List I Past Pricing (date) Caltrans Standard Equipment Rental Rates. Davis Bacon Wage Rates for.Larimer County
Engineering or Technical Estimate (performed by) Bill Renz'(Dltesco)
Independent Third Party Estimate (performed by)
Other (specify)
A
e
Cost Estimate Details:
(Estimate calculated In US Dollars)
Product/Item
Unit Price
Quantifty
Unit
Est. Source
Totals
1": PVC.Condult.
:$ 0.50
500
LF
$ 250.00
1' PVC Coupler
$ 0.25
20
EA-
'$. 5.00
1' PVC Elbow
$ 4.50
10
EA
$ 45.00
Trench bedding
-$ 5.00
:100
CY
S 500.00.
86 Gauge Copper
$ 0.50
2200
LF
$ 1,100.00
08 Gauge Copper
$ 0.30
2200
LF
$. 660.00
410 Gauge Copp;
$ 0.20
2200
LF
$ 440.00
S
SubTotal
IS- 3,000.00
Itemrresk:
Coat of Services, Repairs; or Non -Standard Items
Materials or Work Description
Other Direct
costs
.Labor
Rate $
Labor
Hours
Labor
Class
Taxes, Fees,
Fringe
SG&A'
Profit
Notes:
Data Source
I TOTAL
Electrical: Foreman -S( nal
$ 35.00
:: 40
ElectriSi
c-
$. 7.58
.:$
210.00�
Davis'. Bacon
$ 1.913.20.
Electrician - Signal
$ 33.45
40
Electdc - Si
$ 7.58':.
$ . 200.70,
Davis,Bacon:
$ 1;841.90.
Electrician -Traffic
$.. 25.64
40
Electric-Tralf
$ 6.66-.
',$ 156.04.
Davis Bacon
,$. 1.455.04-
Pickup
$ _....32.90
48
Equip
:$ -
$ 235XB.
Caltrans:Rate
$. _1;816.08
Sen4ceVan
_
$ 32.80
32
E ut
$..
$ 157.92.
Caltrans:Rate
$: 1,210.72-
Cat 420 Backhoe or similar
'$ 61.56
- 32
Equip
S
$ 247.49
Caltmns Rate
$ 1,897.41
General. Contractor Markup-
$ 656:72$.
666:72
u ota
7 1.
um,uy, nam+ei aw XpmrY91m11Ve CJtP01,999
Signature of Preparers TOTAL $ 13,791.07
May.
September 13, 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. 220
Change in handrail from stainless to carbon steel
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. 57 to price and if
accepted, change the material type for all steel handrail and architectural railing for the stations/stops. As
specified, all station handrail was to be 316 stainless steel. This value engineering proposal changes all
railing to carbon steel (SCH40, powder coated) and offers the Owner credit for the material change.
In reviewing this request for change, we compared general unit prices of stainless handrail to powder
coated. We did not complete a full cost analysis and ICE as this change is custom for this project and we
could not find exact comparable costs. It is also a credit to the contract and, therefore is not an additional
expenditure of grant funds. The cost presented by CEI is a reasonable credit to the contract for the work
performed. As such, we recommend acceptance of the project credit in the amount of $956,200.44.
Keith Meyer, E
Construction Project Manager
CH2M HILL Team
970-988-8605
keith. meyer(aditescoservices.com
Cc: job file
MAX Field Construction Office
3000 South College Ave., Suite 201
Fort Collins, CO 8b526
fcgov.com/maxconstruction
Delivery by hand
August 24, 2013
Ms. Erika Keeton, PE
MAX Project Manager
City of Fort Collins — Engineering Dept
281 N. College Ave.
Fort Collins, CO 80524
RE: MAX Bus Rapid Transit Project
Independent Cost Analysis — CEI CCR No. 188
Fiber Optic Cable Change — 72 count to 144 count
Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 49 to price and if
accepted, change the fiber backbone specification to a 144 count fiber cable from a 72 count fiber cable.
This change was requested by the City of Fort Collins Light and Power Department and is being paid for
from their enterprise fund. WCDO49 was requested to increase the overall communications capacity of
the fiber backbone for future use.
In reviewing this request for change, the City Light and Power and IT departments provided independent
cost estimates to support the change even though this extra work is not being requested as a grant
eligible expense. Their supporting cost estimates are attached.
Keith Meyer, E
Construction Project Manager
CH2M HILL Team
970-988-8605
keith. meverad itescoservices. cram
Cc: job file
Job Title: MAX BRT Fiber Backbone change to 144 count
(Preliminary cost estimate as of'5/20/2013 -"to be used for budgeting purposes only. Job will be billed based on
actual costs.
rev. 5/20/13
Platte River Power Authority - fiber lease (costs a are one-time ppayment)
Item description I Icable length I # of strands I total feet I cost/ft fiber lease
_ CA 1 nn I (Z _
Total Platte River Power fiber lease costs
;Iity of Fort Collins Light & Power Utility - lease of conduit, prep route, install fiber, related costs
Item description I Units I # of units I Unit cost I Extension
Conduit leasing and new conduit installation costs from Light & Power Utility (one-time payment)
Lease existing conduit from L&P foot $ 6.00 $ New conduit (joint build with L&P) foot $ 0.85 $
Conduit installation and associated costs
Directional bore, 2"
foot
$
4.50
$ -
Polypipe, 2" HDPE
foot
$
1.13
$ -
Pothole
each
$
145.00
$
Excavation pit
each
$
350.00
$
Intercept existing conduit
hour
$
250.00
$ -
Telecom vaults/handholes and installation
Telecom vault 30"x48" w/ 20K lid
each
$
600.00
$ -
Telecom vault 12"AT'
each
$50.00
$ -
Labor to set vault (incl. 4-person crew, tools, trucks)
hour
$250.00
$ -
Mule (pull) tape and installation
Mule tape
foot
$
0.113
$ -
Labor to install (incl. 4-person crew, tools, trucks)
hour
$
250.00
$ -
Compressor
hour
$
13.73
$ -
Fiber cable and installation
144-strand single mode fiber
foot
31,500 $
1.025
$32,287,50
96-strand single mode fiber
foot
$
0.770
$ -
72-strand single mode fiber
foot
$
0.560
$ -
48-strand single mode fiber
foot
$
0.448
$ -
12-strand flat drop SM cable
foot
0 $
0.281
$ -
Labor to install fiber (incl. 4-person crew, tools, trucks)
hour
40 $
250.00
$10,000.00
Reel truck
hour
$
71.44
$ -
Miscellaneous items
Locate wire #12 copper
foot
$
0.1052
$ -
Locate pedestal
each
$
15.00
$ -
Misc. conduit pieces
each
$ -
Cable pulling lube
tube
$
5.60
$ -
Flexible innerduct, 1.25 "
foot
$
0.35
$ -
Traffic control
estimate
as billed
-
Landscaping
lot
$ -
Saw cut concrete
sq. foot
$ -
Saw cut asphalt
sq. foot
$ -
R&R concrete
sq. foot
$ -
R&R asphalt
sq. foot
$ -
miscellaneous labor (incl. 4-person crew, trucks, tools)
hour
$
250.00
$ -
Cable testing, splicing. and terminations
OTDR test cable on reel per strand 144 $ 18.00 $ 2,592.00
OTDR test installed cable
prep fiber
12 fiber pigtail
fiber splices
mobilization charge
open/close splice enclosure
splice tray
Other
Enlarge existing vault - labor
large vault
pavers
concrete
project management
per strand
per end
each
per splice
per location
each
each
144
$
24.00
$
3,456.00
1
$
150.00
$
150.00
$
170.00
$
-
72
$
38.00
$
2,736.00
$
150.00
$
-
$
75.00
$
-
3
$
50.00
$
. 150.00
hour
$ 250.00 $
each
$ 1,000.00 $ -
lot
$ -
sq. foot
$ -
hour
$ 65.00 $ -
Total estimated Light & Power costs Note: work to be done by others
Total estimated Light & Power costs adding 20% contingency for budgeting purposes $51;371 50'
Notes: 1. Fiber distances are estimated from map information, not field verified.
2. Cost estimates are averaged from three phone bids for fiber
that has not been bid to MAX specs (OFS, Draka, Prysmian).
3. Cost estimates (other than fiber cables) are extra costs for upgrading
the backbone fiber from 72 strands to 144 strands.
may:
September 13, 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 CCRs
CCR Reconciliation — WCDO82
MAX Field Construction Office
3000 South College Ave., Suite 261
Fort Collins, CO 80526
fcgov.com/maxconstruction
Delivery by hand
Concrete Express, Inc. (CEI) was authorized through Work Change Directive (WCD) No. 82 to track
unknown and unforeseen conditions associated with all utility pipeline installation (storm drainage) related
to SCC 40.02. Each CCR was tracked, evaluated and checked individually. Each change request review
form is attached to this memo and contains the independent estimate checks.
Through the review of each CCR related to SCC 40.02, the total sum of CCR costs in the amount of
$37,245.20 is reasonable for the required increase in scope. As such, I recommend acceptance of this
additional cost to the contract.
Keith MeyerfrojeGt
Construction Manager
CH2M HILL Team
970-988-8605
keith. meyeraditescoservices. com
Cc: job file
k
4 _
September 13, 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 #45
Guardrail Removal — WCDO83
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 authorized through Work Change Directive (W11CD) No. 83 to track time
and material costs, associated with guardrail removal from STA 151+25 to 155+78. This work was
reviewed through a contract change request and costs verified by field staff. Unit costs contained within
the CCR were verified as typical, reasonable hourly manpower and equipment rates. These rates are
fully burdened, include overhead, profit and associated costs. As such, they are more than paid for as
verified through certified payroll. This CCR/ WCD,isall associated with SCC 40.01. The change request
review form is attached to this memo and contains the independent estimate checks/time and material
tracking.
Through the review of CCR 45 related.to SCC 40.01, the total cost in the amount of $1,28&00 is
.reasonable for the required increase in scope. As such, I recommend acceptance of this additional cost to
the contract.
Keith Meyer,
Construction froJect Manager
CH2M HILL Team
970-988-8605
keith. mever0difescoservices. com
Cc: job file
ma2>c
CHANGE ORDER NO. 14
Exhibit A
Project: Mason Corridor — MAX BRT
Project No. 7332 (CEI project #12-009)
Date: September 13, 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 WCD031 which
clarified the Public Information Officer scope of work; WCD049 which changed the main fiber backbone to 144
count fiber from 72 count; WCD057 which changes the station handrail to carbon steel from stainless; WCD059
which added irrigation repair to the Whole Foods property; WCD060 which changed the type of railing along CSU's
property; WCD064 which added subgrade stabilization in the guideway along McClelland; WCD065 which added
grading and utility changes to the guideway south of Prospect; WCDO66 which added paving at the Jack
Christiansen track; WCD071 which added subgrade stabilization at STA 57+00; WCD074 which added tree
removal in segment 6; WCD075 which added 30A breakers for TVMs; WCD077 which added concrete to adjust the
height of wall 1 B; WCDO81 which added unforeseen conditions to the jacked bores at E2-1 and F1-1; WCDO82
which reconciled outstanding contract change requests; WCD083 which added guardrail removal at STA 151+25;
WCDO84 whichchanged the Wall 2 block specification and WCDO85 which allowed for paver installation at
Mountain and Mason.
The justification for each change can be found in the attached work change directive forms and within each CCR
review.
Change in Contract Value:
The contract value is being increased by $75,756.04. Please see attached pending issues log summary and work
change directives as summarized in the table(s) below.
r ,.wM Work.CFian'"e'Directl'v`esAtems,
SCC
Item
Number
Description
Contract Value
Status
40.08
WCD031
Public Information Officer Scope
$
clarifies and further defines PIO scope of work
Clarification
for MAX BRT portions of work
*50.05*
WCD049
Change Fiber Optic Cable to
$ 52167.09
Change to add extra capacity for future use -
144 count
,
non grant funds from Light and Power
20.01
WCDO57
Station Handrail Change -
(156,200.44)
$ (15620044)
Changes all handrail at stations from stainless
stainless to steel/powder coat
steel to powder coated steel
40.02
WCD059
Whole Foods Light and
$ 1470121
Adds repair of light conduit and wiring for
Irri ation Repair
,.
Whole Foods parking lot
10.01
WCD060
Railing/Fence change at CSU
$ (29 379.65)
Changes custom railing to Ameristar product
along Type 7 barrier
for fencing along CSU's property
10.02
WCD064
Stabilization - STA 84+50 north
$ 24,458.69
muck excavation and subgrade stabilization
to McClelland
from STA 84+50 to McClelland
10.02
WCD065
Prospect Shoppes Grading
24,951.41
$ 2495141
Changes fades and details for this section of
STA 179+00 to 182+00
guideway construction
10.02
WCD066
JC Track Grading
$ 87,856.01
Track grading and site paving/fencing
changes requested by CSU
10.02
WCD071
Subgrade stabilization STA
57+00 to 58+00
$ 1,845.00
subgrade stabilization/muck excavation
40.01
WCD074
Cottonwood removal in
$ 1,520.00
removal of large +48" cottonwood tree behind
Segment 6
Whole Foods
20.01
WCD075
Add 30A breaker for Ticket
$ 3,132.15
Adds/changes 20A breaker to 30A breaker for
Vending Machines
each TVM circuit
Page 1 of 2
V
11/05112
Erika Keeton
Special Projects Engineer
City of Ft. Collins
281 N. College Avenue
Fort Collins, CO 80522-0580
,J- G.�;� No i tNi i-Alr_ SS
-T -M-Z 5 W0F.K , AmD i
eA-NI-; VrrZiFY .
12Gr r!e��
CCR NUMBER: 045
CEI PROJECT #: 12-009
CONTRACT NUMBER: 7332
CONTRACT DATE:
CONTRACT NAME: Mason Corridor BRT '
DESCRIPTION OF.CCR: Remove 450 LF Guard Rail and I -Posts that were not shown on removal
plans. Stock piled for later haul off
STA 151+25+/- to STA 155+78+A at EOA of existing parking lot
MEMO NO.: 35635
MEMO DATE: 10130/20.12
COST CODE: 700-60001
DESCRIPTION
QTY
UNIT
UNIT PRICE
OT
TOTAL
Foreman
2.5
HR
$ 55.00
$ 137.50
CAT 345 B_ L EX- 23
2.5
HR
$ 185.00
$ 462.s0
Laborer
2.5
HR
$ 40.00
$ 100.00
Trucking
2
HR
$ 85.00
$ 170.00
Dump,Fee
44
CY
$ 9.50
$ 418.00
101 ALL
Concrete Express, Inc., requests 0 days for the above contract modifications.
$ 1,288.00
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.
•
September 13, 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 #116
Wall 2 Block Change — WCDO84
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 authorized through Work Change Directive (WCD) No. 84 to change
the Wall 2 block specified supplier from Pavestone to Keystone to accommodate the appropriate wall
height of Wall 2. CEI priced the change in block supplier as a response to RF1644. The supporting
documentation for this change is attached to this memo.
Through our independent cost verification, we compared this cost against other MSE block wall
construction costs through CDOT 2012 Cost Data. We then reduced the installation. cost to represent
material cost only. With this, the estimated cost for the block change is $5,006.88.
CEI's COR cost in the amount of $2,79Z38 is reasonable for the required increase in scope. As such, I
recommend acceptance of this additional, cost to the contract.
Keith Meyer, E
Construction Project -Manager
CH2M HILL Team
970-988-8605
keith: mever(a)ditescoservices. com
Cc: job file
ditesco
Date of Estimate: 13-Sep-13
Contract Type: Meson Corridor BRT'(Hard Bid)
Existing Contract or PO (YIN): Y
Independent Cost Estimate
Description of Goods (A) or Services (B): A
Change of.wall 2 block'specified supplier to Keystone to accommodate wall. height.
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) Keith Meyer
Other (specify) CDOT 2012 cost data
Cost Estimate Details:
(Estimate calculated 1n, US Dollars)
Cost of Standard Items
Product
Cost $lunit
Unit
Quantity
Notes
TOTAL
Delivered
Date Source
Masonry block wall ifull installation
$ 27.41
SFF
912
2012 CDOT Cost. Data
$ 24 997.92
Credit for material change only
$ 21.92
LS
912
cost ad'ustment for materials only
$ 19,991.04
SubTotal
$ 5,006.88
Cost of Services, Repairs, or.Non-Standard-Items
B
Item/Task:
Materials or Work Description
Other Direct
Costs
Labor
Rate{$
Labor
.Hours
Labor
Class
.Allocated
Overhead.
SG&A'
.Profit
Notes:
Data Source
TOTAL
$
$
$
$
SubTotal.
$
•swod; G. nd Mmtrhhnsro Eigeme
TOTAL $ 6,006.88
Signature of Preparer:
MAX Field Construction Office
3000 South College Ave., Suite 201
Fort Collins, CO 80526
fcgov.com/maxconstruction
Delivery by hand
September 13, 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 #164
Mountain and Mason Intersection paver installation - WCD085
Concrete Express, Inc. (CEI) was authorized through Work Change Directive (WCD) No. 85 to track time
and material costs associated with architectural paver removal and installation. This work was reviewed
through a contract change request and costs verified by field staff. Unit costs contained within the CCR
were verified as typical, reasonable hourly manpower and equipment rates. These rates are fully
burdened; include overhead, profit and associated costs. As such, they are more than is paid through
certified payroll. This CCR/WCD is associated with SCC 40.06. The change request review form is
attached to this memo and contains the independent estimate checks/time and material tracking.
Through the review of CCR 164 related to SCC 40.66, the total cost in the amount of $1,257.85 is
reasonable for the required increase in scope. As'such, I recommend acceptance of this additional cost to
the contract.
10T
Keith Meyer, E
Construction Project Manager
CH2M HILL Team
970-988-8605
keith. meverladitescoservices.com
Cc: job file
MAX BRT
Contract Change Request Reconciliation
CCR 164 - Extra work associated with I14116.1and Mason/Mtn pavers
Date: July 6, 2013 revised. July 17, 2013
N i-••n�--+.•.-* �,. i ,�rj—ii=^-'s ^y.'. .3 nr-^r^+^•^r .'1
Ka..,,, � „ ��_ t ,. r� F> A. � � � � T��
....5..,,. ti.Jti.rc:..:.�y.�Xf:7n�Y....�FJk�ca:.,.L.+�..�.
Field Memo # Description Labor/Equip Class Quantitv Unit Unit Cost Total Cnct
32082
Removal and Replacement of Pavers
Foreman
3.0
HR
$55.00
$165.00
Mountain/Mason NW corner
Labor
13.0
HR
$40.00
$520.00
Concrete
3.5
CY
$95.10
$332.85
CAT 246
3.0
HR
$80.00
$240.00
$1,257:85
Total Cost. CCR 164: $1,257.85
_Work:Chen a Dihectives/ltems;' r "$ _'_ i
k_
SCC
Item
Number
Description
Contract Value
Status
40.05
WCD077
Wall 1 B height changes per
$ 1,573.62
Adds rebar and concrete; labor and materials
047
,573.62
to construct Wall 1 B taller per RF1047
40.02
WCD081
Jacked Bore Conflicts
$ 6,547.52
Adds time and materials to remove
underground conflicts with F1-1 and E2-1
CCR Reconciliation (all
Reconciles CCR
40.02
WCD082
utility/pipe installation)
$ 37,245.20
11,24,67,88,123,142,148,162,169,170,171,17
4,179,180
40.01
WCD083
Guardrail removal STA 151+25
$ 1,288.00
Adds removal of guardrail behind Whole
Foods CCR45
10.08
WCD084
Retaining Wall 2 block
$ 2,792.38
Pavestone block specs versus type needed to
specification
build wall height CCR116
40.06
WCD085
Mountain and Mason Paving
$ 1,257.85
Extra work at Mtn/Mason to reset pavers,
extra work
change inlet and flatwork CCR164
Total Work Change Directives Change: $ 75,756.04
Change in Contract Time:
This change order authorizes a contract time extension of zero (0) calendar days. The overall MAX Project
contract time remains as summarized below.
Contract Time. Summary:,
Substantial Completion Milestone 1:
July 31, 2013
(Mason Grade Separation CO#5)
Substantial Completion Milestone 2:
October 31, 2013
(Mason Grade Separation CD#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):
G'
Page 2 of 2
MAX Field Construction Office
3000 South College Ave., Suite 201
Fort Collins, CO 80526
fcgov.com/maxconstruction
Delivery by hand
August 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. 231
Jacked Bore Conflicts — WCD081
Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 81 to remove
obstructions within the E2-1 and F1-1 jacked bore.alignments. This work was tracked as time and
material in the field. Costs authorized under this WCD were verified against standard rates for both CEI
and .UIT (jacking subcontractor). Loss of production in installation of the jacked pipelines were calculated
for profile F1-1 as portions of this cost were directly contributable to CEI's lack. of complete removal of the
Public Service building foundation.
In reviewing this request, the CM team did not complete a separate ICE as time and material was tracked
and verified through UIT's change request. Please find tracked information attached to this memo. As
such, I find CEI's Contract Change Request #231 in the amount of $6,547.52 to be reasonable for the
required increase in scope. As such, I recommend acceptance of this additional cost to the contract
Keith Meyer, P
Construction Project Manager
CH2M HILL Team
970-988-8605
ke ith. meverCard itescoservices.com
Cc: job file
MAX Field Construction Office
3000 South College Ave., Suite 201
Fort Collins, CO 80526
fcgov.com/niaxconstruction
Delivery by hand
August 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. 207
Wall 1 B Modifications — WCD No. 077
Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 77 to address
design changes to the contract for adjustment of final top of wall grade for Wall 1 B. The grades shown on
the contract plans were incorrect and did not match final bridge grade at the tie-in point between
approach slab and bridge. The discrepancy was discovered after the wall was constructed to the grades
shown per plan, resulting in the addition of steel reinforcement and additional concrete placement.
Attached, please find the proposed Contract Change Request #207 for the work from CEI.
In reviewing this request, items included in the WCD were reviewed and compared against RFI
47(attached). Additive differences between the original design and this RFI response were computed to
estimate the cost of this change. This cost estimate is attached. The estimated cost for the wall
modifications is $1,463.37.
I find CEI's Contract Change Request #207 in the amount of $1,573.62 to be reasonable for the required
increase in scope. As such, I recommend approval for this additional cost to the contract.
Keith Meyer, E
Construction Project Manager
CH21VI HILL Team
970-988-8605
keith. meyer(a)d itescoservices.com
Cc: job file
dte s co Independent Cost Estimate
Date of Estimate: 28-Aug-13
Contract Type: Mason Corridor BRT (Hard Bid)
Existing Contract or PO (YIN): Y
Description of Goods (A) or Services (B): A
Install additional reinforcing steel and concrete to accommodate a grade discrepancy in the Mail Creek Bridge/Wall 1B drawings. Done in
accordance with MAX BRTspecifiications Section 601 and drawings by Michael Baker. Include supply, installation, formwork and Class D
concrete to complete Wall 1 B in entirety. Paid as single lump sum addition to contract.
Lhave obtainedthe following estimate from;
.Published Price List/Past Pricing (date)
Engineering or Technical. Estimate (performed by)
Independent Third Party Estimate (performed by) Bill Renz
Other (specify) Davis Bacon Wage Rates, CEI Unit Prices, King Survey Rate Sheet
Cost Estimate Details:
(Estimate calculated ih US Dollars)
A
Cost of Standard Items
Product
Cost ($/unit
Unit
Quantity
Notes
TOTAL
Delivered
Data Source
Foreman
$ 55.00
HR.
2
CEI labor rate sheet
$-. 110.00
Carpenter
$ 40.00
HR
6
CEI labor rate sheet
$ 220.00
#4 Reber (Epoxy)
$ 1.06
LB
100
CEI Contract Unit Price
$ 106.00
#6 Reber (Epoxy)
$ 1,06
LB
65
CEI Contract Unit Price
$r 68.37
Class D.Concrete
$ 413.00
CY
:2
CEI Contract Unit Price
$ 826.00
Additional Survey
$ 133.00
LS
1
King8urve ors Rate Sheet
$. 133.00
SubTotal
I I
$ 1.463.37
Cost of Services, Repairs, or Non -Standard. items
B
item/Task:
Materials or Work Description
Other Direct
Costs
Labor
Rate ($
Labor
Hours
Labor
Class
Allocated
Overhead"
SGBA'
Profit
Notes:
Data Source
TOTAL
S
$
$
$.
$
SubTotal
I�J
Signature of Preparer.
/ lJJ
•S.ft, Cenerel end AftkiW. Wo Espe.
TOTAL $ 1,463.37
MaA
August 30, 2013
Ms. Erika Keeton, PE
MAX Project Manager
City of Fort Collins - Engineering Dept
281 N. College Ave.
Fort Collins, CO 80524
RE: MAX Bus Rapid Transit Project
Independent Cost Analysis — CEI CCR No. 197
36A Circuit Change — WCD 075
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. 75 to install a new
30A breaker (single pole) for each TVM circuit. The 20A breaker shall be left on the panel as a spare.
The Contractor shall adjust the panel schedules and labeling accordingly for the final as -built conditions.
This work is to be completed according to Div 26 of the MAX BRT specifications. The work includes the
supply and installation of the 30A breaker at each station. The Contractor is to install wiring from this
breaker to the TVM and leave 10-feet of wire coiled for connection to the TVM (by others). Please find
the attached proposed Contract Change Request #197 from CEI.
In preparation of this Independent Cost Analysis (ICE), the total number of panels in which this change
will take place was counted. Outside, online pricing was obtained for the unit cost of the breaker and is
attached to the ICE as supporting documentation. The allowed 15% markup was applied in the
independent cost estimate to the material price calculated. The total for the ICE is $2,698.88.
As you will notice, the ICE is approximately $433.00less than what is presented in the CCR by CEI.
Taking in account the ICE is direct material pricing and doesn't account for any material markup by the
subcontractor, I find the CCR to be within reason. Therefore, I would recommend an increase to the
contract in the amount of $3,132.15
Keith Meyer, PE
Construction Project Manager
CH2M HILL Team
970-988-8605
keith. meyer(a)d itescoservices.com
Cc: job file
dttesco Independent Cost Estimate
Date of Estimate: 30-Aug-13
Contract Type:,Mason. Corridor BRT (Hard Bid)
Existing Contract or PO.(Y/N): Y
Description of Goods (A) or Services (B):. A
Install new 30A breaker (single pole) for each TVM circuit. 20A circuit breaker shall be left on panel as a spare. Adjust panel schedules and
labeling for final as -built conditions. Completed according to Div 26of MAX BRT specs. Include supply and installlation of asingle 30A breaker
for each station electrical panel that contains a TVM circuit. Installation of wiring from 30A breaker to TVM locations is included in base contract
Install wiring from this breaker to TVM locations and leave 10-ft of wire coiled for connection to TVM (by others). Paid for as single lump sum
addition to contract.
I have obtained the following estimate from;
Published Prim List / Past Pricing (date) -
Engineering or Technical Estimate (performed by)
Independent Third. Party Estimate (performed by) Beau Javernick
Other (specify) Outside Pricing
Cost Estimate Details:
(Estimate calculated in US Dollars)
A Cost of5tandarrl Item.
Product
Cost $/unit)
Unit
lQuantity Notes
TOTAL
Delivered
I
I IData .Source
30A 1 polebreakers
$ 138.05.
EA
17 Outside Material Pricing
$ 2,346.85
15%Allowed Markup$
352.03
LS
1 Allowed 15% Markupon Subcontract
$ 352.03
SubTotal
$ 2;698.88
B
IteMTask:
Signature of Preparer.
Cost of Services, Repairs, or Non -Standard. items
Materials orWorkDescription
Other Direct
Costs
Labor
Rate $)
Labor
Hours
Labor
Class
Allocated
Overhead
SGBA'
Profit.
Notes:
.Data Source:.
TOTAL
SubTotal
-
$
$
iniY. uw iw m um nYRioMYCWC CiYCfR!]:
TOTAL $ 2,698.88.