Loading...
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.