Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
WORK ORDER - BID - 7332 MAX BRT PROJECT
PROJECT TITLE: . CONTRACTOR: PROJECT NUMBER: PURCHASE ORDER NO. DESCRIPTION: 1. Reason for change: CHANGE ORDER NO. 16 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 WCD050, 052 and 055. 2. Description of Change: See attached Exhibit A to this change order and supporting work change directives. 3. Change in Contract Cost: 4. Change in Contract Time: See attached Exhibit A 31 TOTAL APPROVED CHANGE ORDERS $ 2,712,994.60 TOTAL PENDING CHANGE ORDERS $ - TOTAL THIS CHANGE ORDER $ 31,226.77 TOTAL % OF ORIGINAL CONTRACT, THIS C.O. 0.10% TOTAL % OF ORIGINAL CONTRACT, ALL C.O.'S 6.61 % ADJUSTED CONTRACT COST $34,631,100.31 (Assuming all change orders approved) ACCEPTED BY: 6 Contractor's Representative REVIEWED BY: Construction Manager APPROVED BY: / City Project Manager APPROVED BY: I Director of Infrastructure ei APPROVED BY: Purchasing Agent over $60,000 cc: City Clerk Architect Contractor Engineer Project File Purchasing DATE: DATE: 11-30 -/3 DATE: Iz • 3 ' I3 DATE: /Z s DATE: Change Management Checklist CategoryCompliance Reviewed Reviewed for compliance with 6/13/13 Inside the influence area; part of KM Environmental Assessment SCC 20.01 Reviewed for construction/safety impacts 6/13/13 Included in traffic control plan for KM work in area Independent cost estimate prepared 6/13/13 As attached to this memo KM Reviewed for PCGA grant compliance 6/13/13 Not eligible - rework KM Reviewed for real estate impacts/needs 6/13/13 Construction inside public right of KM way or easements Reviewed for compliance with design criteria/ADA Ramp and sidewalk construction htto:/Aw .access-board.gov/ada-aba/ada- 6/13113 according to ADA standards; Chapter 4 Accessible Routes KM standards-dot.cfm ditesco Independent Cost Estimate Date of Estimate: 13-Jun-13 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (Y/N): Y Description of Goods (A) or Services (B): A, B 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) Other (specify) A Scope is to remove and replace curb and gutter and chip ICONS to allow new grades representing a 13-inch tall curb have been provided to the Contractor under separate cover. This change is to address design issues with the NABI bus front door that required the platform curb height to be 13-inches versus the 14-inch design provided for in the contract drawings. Items estimated below are a combination of CEI contract unit prices and direct labor costs for ICON partial demo. CEI MAX BRT Contract Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product/Item Unit Price Quantity Unit Unit Price Item Totals Removal of Curb and Gutter $ 4.50 210 LF 202-00203 $ 945.00 Curb (Special) $ 28.00 210 LF 609-71000 $ 5,880.00 Traffic Control $ 1,500.00 1 LS none $ 1,500.00 Add concrete - bands $ 95.00 19 CY none $ 1,805.00 SubTolal $ 10,130.00 Item/task: Cost of Services, Repairs, or Non3tandard Items Materials or Work Description Other Direct Costs Labor Rate $ Labor Hours Labor Class Allocated Overhead SGBA' Profit Notes: Data Source TOTAL Chip cons $ 20.54 32 Laborer $ 98.59 $ 755.87 Grout Icons $ 20.54 40 Laborer $ 123.24 $ 821.60 Grout and Reber $800.00 $ 800.00 SubTotal 7 .4 Signature of Preparer: lit. 'Selling, General and Administrative Expenses TOTAL $ 12,607.47 4/29/13 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: CEI PROJECT #: CONTRACT NUMBER: CONTRACT DATE: CONTRACT NAME: DESCRIPTION OF CCR: LOCATION: MEMO NO.: MEMO DATE: COST CODE: 184 WCD 50 12-009 paid on Pay App #9 7332 Mason Corridor BRT Remove and Replace FRP Curb at DTC station and Mountain north bound station per WCD 50 Work was performed on 4/3/13, 4/5/13, and 4/6/13 DTC and Mountain North Bound Stations N/A N/A N/A DESCRIPTION QTY UNIT UNIT PRICE OT TOTAL Removal of Curb and Gutter 176 LF $ - 4.50 $792.00 Curb and Gutter Type 2 (IIB) 56 LF $ 12.90 $722.40 Curb (Special) 120 LF $ 28.00 $3,360.00 Traffic Control 1 Days $ 1,335.00 $1,335.00 IUTAL 5% Mark -Up: GRAND TOTAL: Concrete Express, Inc., requests 1 day for the above contract modifications. These are all of the visible effects of the above change we see at this time. We reserve the right to incorporate other changes as they appear in implementing this change. If you have any questions regarding this change, please feel free to contact me at 303.562.2000. Sincerely, $6,209.40 ✓ 7 Installed Quanti .,l,fracking Log WCD 50 Project: Mason Corridor - Max BRT PAY A P P # 9 Project#: 7332 Prima Cnnfrarfnr- Cnn,_fl C........... I. FCity of �OC't Collins 1 3 202-00203 202-00203 202-00203 REMOVAL OF CURB & GUTTER REMOVAL OF CURB & GUTTER REMOVAL OF CURB & GUTTER No4s�Installed"IeDato �~�aC!uanti tion, b?e,,f6jRt[5tatiomng)'�n, ifk.." LF LF LF 45 24 19 OTC - Curb Special DTC - Taper Curb DTC - Standard Curb 4 5 6 202-00203 202-00203 202-00203 REMOVAL OF CURB & GUTTER REMOVAL OF CURB& GUTTER REMOVAL OF CURB& GUTTER LF LF LF 60 24 4 4/3/2013 4/3/2013 4/3/2013 Mnt- Curb Special Mnt - Taper Curb Mnt- Standard Curb 7 609-21020 CURB & GUTTER TYPE 2 (SECTION IIB) LF 24 4/5/2013 Mnt -Standard Curb 8 609-21020 CURB & GUTTER TYPE 2 (SECTION IIB) LF 27 4/6/2013 DTC transition pieces 9 609-71000 CURB (SPECIAL) LF 60 4/5/2013 Mnt- Special Curb 10 609-71000 CURB (SPECIAL) LF 4 4/5/2013 Mnt - Taper Curb?? 11 609-71000 CURB (SPECIAL) LF 60 4/6/2013 DTC 13" Special Curb 15 202-00203 REMOVAL OF CURB & GUTTER LF 176 16 609-21020 CURB & GUTTER TYPE 2 (SECTION IIB) LF 56 17 609-71000 CURB (SPECIAL) LF 120 maxTRACKING OF THE WORK RECORD (To be consplelcd at end of each work day and signed by both drxvfemativcs shown balpw) Project; MAX BAT Contractor: Concrete Express, Inc. Contractors Rep: Josh/Alfredo COFC Inspector: Jill Burrell Description of Work: Removal of already installed curb and Number: Date: 3-Apr-13 ect Number: Owner: COFC Engineering No. Labor EpWpment I Product l Mrtadal Defcrlpeon Quantity Unit 1 DTC- Remove Curb Special 45 LF 2 DTC- Remove Taper Curb 24 LF 3 DTC- Remove standard curb 18.7 LF 4 Mountain NB - Remove Curb Special _ --60 LF 5 Mountain NB- Remove Taper Curb 24 LF 6 Mountain NB -Remove Slandand Curb 3.8 F T 8 9 10 11 12 13 14 15 16 12 18 19 20 Comments: This curb was removed at DTC and Mountain N8 stations as it was installed at a height that was altered after the original cub as Poured. City of Fort Collins Representative: Concrete Express Inc Representative: Copy 1. Retained al Project Inspectors office. 2. To Project Manager with diary sheet For Me day. 3. To Contractors Represenlatrve Date Signed: Date Signed: max TRACKING OF THE WORK RECORD (To be completed at and oreich work day and signed by bah representatives shown below) Project: MAX BRT Contractor: Concrete Express, Inc. Contractors Rep: Josh/lose/Carlos COFC Inspector: Jill Burrell Description of Work: Re -install curb and Number: Date: 5-Apr-13 ect Number: Owner: COFC Engineering No. Labor Equipment I Product l Material Description Quantity Unit I Mountain NB- pour curb special 80 LF 2 Mountain NB -pour curb taper 24 LF 3 Mountain NB -pour standard curb 3.8 LF 4 5 6 8 9 10 11 12 13 14 1s 16 11 18 19 20 Comments: This curb was removed at DTC and Mountain NB stations as it was installed at a height that was altered after the original curb was Poured. City of Fort Collins Representative: Concrete Express Inc Representative: Copy L Retained at Projectlnapeaors office, 2. To Project Manager with diary sheer for the day. 3. To contractors Representative Date Signed: Date Signed: ;L1 Installed Quant-._.j Tracking Log �- 3 a9 )a� Saturday Line q Bid Item• rro Proj�ect pro ect Prime Co, I r...'` t�vr Unrt t Mason Corridor tt. 733 ntr�actor,� .•n. � �. e;. Installed Quantity -Max BR+ T cete Exp, Tess Inc. x9 r a Installed Date ;' City Of Fort Collins .: - .. Location (by Project Stationing) . ,,,,, '(., '. x T, T f t to 1 Item Descnptor"u k 1 2 609-71000 609-21020 CURB (SPECIAL) CURB & GUTTER TYPE 2 (SECTION IIB) LF LF 60 25 4/6/2013 4/6/2013 Mulberry % 13" Special Curb Mulberry SB transition pieces Page 1 of 1 CEI 7/2113 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: 209 remal ,�Ae� OF" WD 0710 CEI PROJECT #: 12-009 CONTRACT NUMBER: 7332 CONTRACT DATE: CONTRACT NAME: Mason Corridor BRT DESCRIPTION OF CCR: Pricing to adress WCD 50, modifying the ICON curbs at Mountain NB and Swallow SB Stations. WCD 47, adding a 2.5' banding thickness with 94 bar at DTC. LOCATION: DTC, Mountain NB, and Swallow SB Stations MEMO NO.: NA MEMO DATE: NA COST CODE: NA DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL Mountain NB-Scaring/Chipping 3 HER $ 85.00 $255.00 Mountain NB - Labor and ICON repairs 1 LS $ 755Al $755A1 Swallow SB- Scoring/Chipping 3 HR $ 85.00 $255.00 Swallow SB - Labor and ICON repairs 1 LS $ 755.41 $755.41 DTC - 4" concrete with #4 bar 1 LS $ 755.41 $755.41 WCO #47 - 2.5' concrerte thickness 1580 LF $ 1.69 $2,670.20 ECI 5% Sub markup 1 LS $ 272 62 $272 62 JUb IUTAL CEI 5 h Markup Grand Total Concrete Express, Inc., requests 0 days for the above contract modifications. These are all of the visible effects of the above change we see at this time. We reserve the right to incorporate other changes as they appear in implementing this change. If you have any questions regarding this change, please feel free to contact me at 303.562.2000. Sincerely, Ryan Dickinson Project Manager $5,719.05 $285.95 $6,006.00 I/ ECI Site Construction Management CHANGE ORDER No. 00007 PO Box 2135 Phone: 970.669.6291 Loveland, CO 80539 Fax: 970.669.6411 TITLE: WCD #047 & WCD #050 DATE:7/1/2013 PROJECT:12-04 Mason Corridor Bus Rapid Tra TO: Attn: Ryan Dickinson Concrete Express Inc. 2027 West Colfax Avenue Denver, CO 80204 Phone:303562200 Fax:3038931949 JOB: 12-04 CONTRACT NO:12-009-06S RE: To: From: Number: _._ DESCRIPTION'OF CHANGE "' } z , _ Cost for work required to modify the ICON curbs at DTC, Mountain NB, and Swallow SB Stations. Cost to add additional 2.5" banding thickness (WCD #047 is different from WCD #037). Item�s''",'.Descri"tions,„. ,Yu`'„Stock#.,�';;w,N uanh11rce:Umts,'�„Y,'w ' '' P Q ty Unit Pricea.Tax RerTax Amount., Net`Amonnt 00001 Mountain NB - Scoring/Chipping 3.000 HR $85.00 0.00% $0.00 $255.00 00002 Mountain NB - Labor and ICON imO LS $755.41 0.00% $0.00 $755.41 Concrete Slab Repairs with SikaTop 122 Plus 00003 Swallow SB - Scoring/Chipping 3.000 HR $85.00 0.00% $0.00 $255.00 00004 Swallow SB - Labor and ICON 1.000 LS $755.41 0.00% $0.00 $755.41 Concrete Slab Repairs with SikaTop 122 Plus 00005 DTC - Add 4" of Concrete with #4 1.000 IS $755.41 0.00% $0.00 $755.41 at 12" OC EW, 6" Embed. 00006 WCD 9047 - Add Additional 2.5" 1580,000 LF $1.69 0.00% $0.00 �. $2,67U� R� Concrete Banding Thickness � 00007 ECI 5% Markup 5452.450 % $0.05 0.00% $0.00 $272.62 Unit Cost: $5,725.08 Unit Tax: $0.00 Total: $5,725.08 TheOriginal Contract Sum was................................................................................................. $4,055,098.15 Net Change by Previously Authorized Requests and Changes ................................................ $974.29 The Contract Sum Prior to This Change Order was ......... $4,056,072.44 The Contract Sum Will be Increased................................................................................... $5,725.08 The New Contract Sum Including This Change Order ..... $4,061,797.51 The Contract Time Will Not Be Changed................................................................................. The Date of Substantial Completion as of this Change Order Therefore is ,.. ACCEPTED: ECI Site Construction Managemen Concrete Express Inc. By: By: By: Tony Perdue Ryan Dickinson Date: Date: Date: Coloscapes Concrete P.O. Box 207 Windsor CO 80550 COLOSCAPESconcrete www.coloscapesconcrete.com 970-686-0948 970-686-5473 Change Order Request COR Number: 06 Date: 4/12/2013 If ECI Site Construction Management IProject� Max BRT Rference De c�i tiona'�2«uiw��- r ,y....:,..,..,e 'w�,w,_„P 06.01 ICON Concrete Slab Repairs 3.00 FA $ 755.41 $ 2,266.24 DTC Station to add 4" of concrete with #4 reinforcement at 12" OC EW embedded into existing slab a min of 6". Mountain NB & Swallow SB to be repaired using: Repair Materials: 3-4 Units/ICON of SikaTop 122 Plus or SikaTop 122 (Plus has corrosion inhibitor) Substrate: Saw Cut and Chipped down to required elevation, cleaned and free of debris by others. Elevation of Substrate is not to be greater than 1" below desired slab elevation. Greater than 1" will require additional repair materials and an added lift. 06.01 ICON Concrete Slab Repairs Change Order Request Total: $ 2,266,24 Page 2 ma t CHANGE ORDER NO. 15 Exhibit A Project: Mason Corridor— MAX BRT Project No. 7332 (CEI project #12-009) Date: November 30, 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 WCD050 which repairs the ICON footing; curb and gutter to match the 13" tall NABI door, WCD052 which modifies F1-1 pipeline alignment and grade to accommodate multiple utility conflicts; and wCD055 which changes the communication cabinet rack and ITS/MIS cabinet dimensions to fit the ICON structure. 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 $31,226.77. Please see attached pending issues log summary and work change directives as summarized in the table(s) below. Work Chan a Directives/Items SCC Item Number Description . Contract Value Status *20.01* WCD050 Replace 14 1/2" tall curb and $12 214 40 Adjustments to installed curb to accommodate repair ICON tooter NABI bus door design - local funds only F1-1 Pipeline changes north of Changes pipeline profile and alignment north 40.02 WCD052 Pitkin $3,845.00 of Pitkin (BNSF protection zone and utility conflicts) 50.05 WCDO55 Communications Cabinet Rack $15,167.37 Changes rack design; UPS and other features Design changes of communications cabinet Total Work Change Directives: $31,226.17 Change in Contract Time: This change order authorizes the following contract time extensions related to the Mason Grade Separation Project - (CO#5). Through this change order, the substantial completion milestone 2 defined in Change Order #5 shall be changed from October 31, 2013 to February 28, 2014. Through this change order, the final completion milestone defined in Change Order#5 shall be changed from November 15, 2013 to March 31, 2014. Page 1 of 2 ALLISON & H� Y INC. DBA ��<< CONCRETE CORING r , COMPANY. ".`4024JASON STREET- ''DE4VER;"C68021'1 t 1_ BILL TO: ' ECI SITE CONSTRUCTION MANAGEMENT -PO.BOX 2135' LOVELAND, CO 80539 DENVER - (303) 433-8818 COLORADO SPRINGS - (719) 596-9196 FORT COLLINS - (970) 226-3847 COLORADO (800) 333 8768 FACSIMILE- (303) 433.6004 1 2p13 CCC@CONCRETE-CORBQG.COM INVOICE 282638 BILLED ON: 6/27/2013 TERMS •. -JOB LOCATION.:' PO NUMBER JOB NUMBER --_- -NET 30', SWALLOW�&.MCLELLAND� ,. ,... QUANTITY DESCRIPTION. PRICE EACH AMOUNT 3 HAND SAWING PRICED PER HOUR. 89.00 ,' 255.00 C d By r CVx tU WORK DONE ON: - THANK YOU FOR YOUR BUSINESS. TOTAL $255.00 6/14/2013 DENVER - (303) 433-8818 COLORADO SPRINGS - (719) 596-9196 FORT COLLINS - (970) 226-3847 COLORADO (800) 333 8768 b 2�13 FACSIMILE- (303) 433-6004 3Ijj,11 CCCQaCONCRFTE-CORING.COM BILL TO: ECI - SITE CONSTRUCTION MANAGEMENT P.O. BOX 2135 LOVELAND, CO 80539 INVOICE 282203 BILLED ON: 6/7/2013 TERMS JOB LOCATION PO NUMBER JOB NUI`BER NET 30 MOUNTAIN & MASON 12.04 W006 QUANTITY DESCRIPTION PRICE EACH 'AMOUNT 6.5 ELECTRIC SAWING PRICED PER HOUR 85.00 552.50 -- WORK DONE ON: THANK YOU FOR YOUR BUSINESS. TOTAL $552.50 5 21/2013 Product Data Sheet Edition 5.3.2011 SikaTop 122 Plus SikaTop® 122 PLUS Two -component, polymer -modified, cementitious, trowel -grade mortar plus FerroGard 901 penetrating corrosion inhibitor Description SikaTop 122 PLUS is a two -component, polymer -modified, portland-cement, fast -setting, trowel -grade mor- tar. It is a high performance repair mortar for horizontal and vertical surfaces and offers the additional benefit of FerroGard 901, a penetrating corrosion inhibitor. Where to Use . On grade, above, and below grade on concrete and mortar. . On horizontal surfaces. . As a structural repair material for parking structures, industrial plants, walkways, bridges, tunnels, dams, and ramps. n To level concrete surfaces. n As an overlay system for topping/resurfacing concrete. . Overlay in cathodic protection systems. Advantages n High compressive and flexural strengths. . High early strengths. Opens to traffic fast: foot in 4-6 hours, pneumatic tire in 8-12 hours. n High abrasion resistance. . Increased freezelthaw durability and resistance to deicing salts. a Compatible with coefficient of thermal expansion of concrete - Passes ASTM C-884 (modified). . Increased density - improved carbon dioxide resistance (carbonation) without adversely affecting water vapor transmission (not a vapor barrier). . Enhanced with FerroGard 901, a penetrating corrosion inhibitor - reduces corrosion even in the adjacent concrete. . Not flammable, non -toxic. . Conforms to ECA/USPHS standards for surface contact with potable water. ■ USDA approved for food industry. _ . ANSI/NSF Standard 61 potable water approved Yield 0.51 cu. ft./ unit mortar, 0.75 cu. ft./unit concrete; (SikaTop 122 + 42 lbs. 318 pea gravel) Packaging Component'A' - 1-gal. plastic jug; 4/carton. Component IS' - 61.5-lb. multi -wall bag. :ucu uy ipmyci e .aayS;. 28 Eays;,t�' I Duiine`eFit16: I11 Mortar scabbed Into substrate. How to Use Substrate Concrete, mortar, and masonry products. Surface Preparation Concrete/Mortar: Remove all deteriorated concrete, dirt, oil, grease, and all bond - inhibiting materials from surface. Be sure repair area is not less than 1/8 inch in depth. Preparation work should be done by high pressure water blast, scabbler, or other appropriate mechanical means to obtain an exposed aggregate surface with a minimum surface profile of t1/16 inch (CSP-5). Saturate surface with clean water. Substrate should be saturated surface dry (SSD) with no standing water during application. Reinforcing Steel: Steel reinforcement should be thoroughly prepared by mechanical cleaning to remove all traces of rust. Where corrosion has occurred due to the presence of chlorides, the steel should be high-pressure washed with dean water after mechanical cleaning. For priming of reinforcing steel use Sika Anmatec 110 EpoCem (consult Technical Data Sheet). Concrete Substrate: Prime the prepared substrate with a brush or sprayed applied coat of S[ka Armatec 110 EpoCem (consult Technical Data Sheet). Alternately, a scrub coat of SikaTop 122 Plus can be applied prior to placement of the mortar. The repair mortar has to be applied into the wet scrub coat before it dries. ing continuously. Mix mechanically with a low -speed drill (400- 600 rpm) and mixing paddle or mortar mixer. Add remaining Component'A' (liquid) to mix if a more loose consistency is desired. Mix to a uniform consis- tency, maximum 3 minutes. Thorough mixing and proper proportioning of the two components is necessary. For SikaTop 122 PLUS concrete: Pour all of Component'A into mixing container. Add all of Component 'B' while mixing, then introduce 3/8 inch coarse aggregate at desired quantity. Mix to uniform consistency, maximum 3 minutes. Addition rate is 42 lbs. per bag (approx. 3.0 to 3.5 gal. by loose volume). The aggre- gate must be non -reactive (reference ASTMC1260, C227 and C289), dean, well -graded, saturated surface dry, have low absorption and high density, and comply with ASTM C 33 size number 8 per Table 2. Note: Variances in the quality of the aggregate wdll affect the physical properties of SikaTop 122 PLUS. The yield is increased to 0.75 cu. ft./unit with the addition of the aggregate (42 IDS.). Do not use limestone ag- Finish SikaTop 122 PLUS must be scrubbed into the substrate, filling all pores and voids. Force material against edge of repair, working toward center. After filling repair, consolidate, then screed. Allow mortar or concrete to set to desired stiffness, then finish with wood or sponge float for a smooth surface, or broom or burlap - drag for a rough finish. As per ACI recommendations for Portland cement concrete, Curing is required. Moist cure with wet burlap and polyethylene, a fine mist of water or a water based' compatible curing Compound. Curing compounds adversely affect the adhesion of following layers of mortar, leveling mortar or protective Coatings. Moist curing should commence immediately after finishing. Protect newly applied material from direct sunlight, wind, rain and frost. `Pretesting of curing compound is recommended. Application thickness: Min. Max. in one lift Neat 1/8 inch (3 mm) 1 inch (25 mm) Extended 1 inch (25 mm) 4 inches (100 mm) . Minimum ambient and surface temperatures 45°F (7°C) and rising at time of application. ■ Addition of coarse aggregates may result in variations of the physical properties of the mortar. . Do not use solvent -based curing compound. . Size, shape and depth of repair must be carefully considered and consistent with practices recommended by ACI. For additional information, contact Technical Service. of For additional information on substrate preparation, refer to ICRI Guideline No.03732 Coatings, and Polymer Overlays. . If aggressive means of substrate preparation is employed, substrate strength should be tested in acoor- dance with ACI 503 Appendix A prior to the repair application. . As with all cement based materials, avoid contact with aluminum to prevent adverse chemical reaction and possible product failure. Insulate potential areas of contact by coating aluminum bars, rails, posts etc. with an appropriate epoxy such as Sikadur Hi -Mod 32. Component'A' - Irritant- May cause skin/eye/respimtory irritation. Avoid breathing vapors. Use with adequate ventila- tion. Avoid skin and eye contact. Safety goggles and rubber gloves are recommended. Component'B' - Irritant; suspect carcinogen - Contains Portland cement and sand (crystalline silica). Skin and eye Milani. Avoid contact. Dust may rouse respiratory tract irritation. Avoid breathing dust. Use only with adequate ventilation. May cause delayed lung injury (silicosis). [ARC lists crystalline slice as having sufficient evidence of carcinogenicity in laboratory animals and limited evidence of carcinogenicity in humans. NTP also lists crystalline silica as a suspect carcino- gen. Use of safety goggles and chemical resistant gloves is recommended. If PELs are exceeded, an appropriate, NIOSH approved respirator is required. Remove Contaminated clothing. In was of skin contact, wash thoroughly with soap and water. For eye contact, flush immediately with plenty of water for at least 15 minutes, and contact a physician. For respiratory problems, remove person to fresh air. In Case of spillage, scoop or vacuum into appropriate Container, and dispose of in accordance with current, applicable lo- cal, state and federal regulations. Keep Container tightly closed and in an upright position to prevent spillage and leakage. Mixed components: Uncured material Can be removed with water. Cured material Can only be removed mechanically. OF REACH All IMonne' application ONLY um mat pica assumes no lablaty for the provision asuch information, advice, recommendations or hemIctons related to its produce, nor shall any legal relationship be created by dranse from the provision of such information, advice, recommendations or instruction related to its products. The user Of the $Ike product(s) must test the product(s) for suilablity for he intended application and purpose before proceeding wJh the MI application of the product(s). Sika reserves the right to Wnge Me propimes of its products without notice. At sales of Silks producl(s) are subject to its current terms and Conditions of sale which are available at m»vv.sikatmecom or by wIINg 800-933-7452. Prior to each use of any Sika product, the user must always read and followthe warnings and Instructions on the product's most current Technical Dale Sheet, product label and Material safety Data Sheet which are avallable online at www.sikause com or by calling Slke's Technical Service Department at 800-933-7452. Nothing contained in any Sika materials relieves the user of the obligation to read and follow the warnings and Instruction for each _!kaproduCt as set forth In the current Technical Date Shest, protl tube!andMaterial Safety Data Shoat pdor to product uze. LIMITED WARRANTY: Sika warrants this product for one year from date of installation to be free from manufacturing defects and to meet the technical properties on the Current Technical Data Sheet if used as directed within shelf life. User determines suitability of protluct for Intended use and assumes all risks. Buver's sole remedv shall be limited to the ourchaee once m ranlum ,a,.,,,e.w Visit our website at www.sikausa.com 1400.933-SIKA NATIONWIDE Regional Information and Sales Centers. For the location of your nearest Sika sales office, contact your regional center. Sika Corporation Sika Canada Inc, slke Mexican. SA. de G.V. 201 Polito Avenue Lyndhurst, NJ 07071 601 Delmar Avenue Pointe Claire Canetera Libre Celaya Km. 8.5 Freoc. Industrial Balvanem an V Phone: 800-933-7452 Quebec HER 4A9 Conegidom, Queretaro Fax 201-933-6225 Phone: 514-697-2610 C.P. 76920 a„c�.r _ ae Fax: 514-694-2792 Phone: 52442238MOO sam, Amwtec SikaTop and Fene3are are Fax: 52 442 2250537 regrstered aademnka. Printed in Cana". maxWORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 050 PROJECT: Mason Corridor- MAX BRT OWNER: City of Fort Collins - Engineering Department ENGINEER: Michael Baker Inc. PROJECT NO: 7332 The following additions, deletions, or revisions to the Work have been ordered and authorized: s- (Title of WCD): Replace Platform Curb, Repair ICON Foundations This work change directive directs the Contractor to make Owner initiated changes to the platform curb grades. New grades representing a 13-inch tall curb have been provided to the Contractor under separate cover. This change is being initiated to address design issues with the NABI bus front door that required the platform curb height to be 13-inches versus the 14-inch design provided for in the contract drawings. The Contractor shall remove and replace installed platform curb at both the Olive southbound and DTC northbound stations. The Contractor shall also make ICON foundation modifications to Mountain northbound, DTC and Swallow southbound to accommodate the finished floor elevation of each platform. Work related to removing and replacing 14-inch tail curb and gutter will be paid for at contract unit prices inside this work change directive. Work related to modifications of the ICON foundations will be tracked time and material for each location and paid for through this work change directive. This work shall be tracked and paid for separately from the PCGA grant. The City's transit department, Transfort, asked for this change to be initiated as a result of further investigation into how the front NABI bus (plug) door operates. The door was estimated to operate at a height from grade of 15-inches. This dimension is the actual floor elevation of the bus. The door operates at 131/2" from grade and has an articulating operation parallel to the bus which requires a flat portion of the platform to prevent the door from contact with the platform surface. Attachments (List Supporting Documents): - It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the parties expect a Change Order request for approval to subsequently follow this Work Change Directive. I i Ordered By: ,-; ; t_�- LGU-Y-- April 4, 2013 er Dale Recommended By: %�/� April 4, 2013 Construction Whager Date Copy: Owner, Engineer, Field File - SharePoint WCD050_REPLACE PLATFORM CURB_04-04-13 PAGE 1 OF 1 y August 8, 2013 Ms. Erika Keeton, PE MAX Project Manager City of Fort Collins — Engineering Dept 281 N. College Ave. Fort Collins, CO 80524 RE: MAX Bus Rapid Transit Project Independent Cost Analysis — CEI CCR No. 222 F1-1 Pipeline Changes — WCD052 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. 52 to address changes pipeline vertical and horizontal alignment across the CSU campus. These changes required physical modifications in the pipeline and manhole materials. All work was tracked in the field as time and material changes. Attached please find the proposed Contract Change Request 222 from CEI. In reviewing this request, the work was tracked as time and material and authorized in the field by City personnel. As such, I find CEI's Contract Change Request 222 in the amount of $3,845.00 to be reasonable for the required increase in scope. As such, I recommend acceptance of this additional cost to the contract. Keith ye ' // PN— Construction Project Manager CH2M HILL Team 970-988-8605 keith. meverfcaditescoservices.com Cc: job file Change Management Checklist Compliance.. ' ate Reviewed Reference Initials Reviewed for compliance with Part of the Build Alternative; Environmental Assessment 8/8/13 included in SCC 40.02; inside the KM EA area of influence Reviewed for construction/safety impacts 8/8/13 Included in traffic control plan for KM work in area Independent cost estimate prepared 8/8/13 As attached to this memo KM Reviewed for PCGA grant compliance 8/8/13 Part of the build alternative; KM included in SCC 40.02 Reviewed for real estate impacts/needs 8/8/13 Construction inside public right of KM way or easements Reviewed for compliance with design criteda/ADA http:/Aw .access -board aov/ada-aba/ada- 8/8/13 n/a KM standards-dot.cfm ditesco Independent Cost Estimate Date of Estimate: 8-Aug-13 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (Y/N): Y Description of Goods (A) or Services (B): A, B Scope of work is to make plan and profile modifications to storm pipeline F1-1 north of Pitkin. 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) Other (specify) CEI MAX BRT Contract T&M rates Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product/Item Unit Price Quantity Unit Unit Price Item Totals See attached T&M trackinq sum any $ SubTotal $ - Cost of Services, Repairs, or Nonstandard Items 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- I l Signature of Preparer: 'Selling, General and Administrative Expenses TOTAL $ MAX BRT Contract Change Request Reconciliation CCR 222 - Extra work associated with storm pipeline Fl-1 Date: August 8, 2013 .rs �� �^,va�,r^,im.. ''.a...... �, a......;..Mssa.�.t..,�r..�`un.-[�ss.a.�nru�.».w....,_m.,,�., ....., v...�._ �.=s.�.n�,.,.....�,.�✓d';«:�w...M.t'.i�h,fu.�Li,._.hn,..rAuv„r«,YS+.uiW..3.i..A:..'�k[ui?.`u�.�a,`d+„a:�>T...�S' .a Field Memo q Description Labor/Equip Class Quantity Unit Unit Cost Total Cost 36458 F1-1 Changes Foreman 2.5 HR $55.00 $137.50 Labor 5.0 HR $40.00 $200.00 CAT 345 2.5 HR $185.00 $462.50 CAT 938G 2.5 HR $110.00 $275.00 Field Memo N Description $1, 075.00 Labor/Equip Class Quantity Unit Unit Cost Total Cost 36457 F1-1 Changes Foreman 3.0 HR $55.00 $165.00 Labor 6.0 HR $40.00 $240.00 CAT 345 3.0 HR $185.00 $555.00 CAT 938G 3.0 HR $110.00 $330.00 $1, 290.00 36462 F1-1 Changes Foreman 4.0 HR $55.00 $220.00 Labor 4.0 HR $40.00 $160.00 CAT 315 4.0 HR $165.00 $660.00 CAT 938G 4.0 HR $110.00 $440.00 1 $1,480.00 Total Cost CCR 162: $3,845.00 CEl, 812113 Erika Keeton, PE Special Projects Engineer City of Fort Collins 281 North College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: CEI PROJECT #: CONTRACT NUMBER: CONTRACT DATE: CONTRACT NAME: 222 12-009 7332 Mason Corridor BRT DESCRIPTION OF CCR: Changes to line F1-1 from Pitkin to University dealing with pipe conflicts, grade changes and changes in MH1.15 & MH 1.14 LOCATION: F1-1 line between Pitkin and University MEMO NO: 36461,36460,36457,36458,36462,36451,36589 MEMO DATE: End of June to end of July COST CODE: 700-52028,700-60115, 700-60118, 700-60113, 700-60127 DESCRIPTION QTY UNIT UNIT PRICE OT TOTAL Foreman 9.5 HR $ 55.00 $. 522.50 Labor 15 HR $ 40.00 $ 600.00 CAT 315: EX-37 4 HR $ 165.00 $' 660.00 CAT 345BL (02): EX-23 5.5 HR $ 185.00 $ 1,017.50 CAT 938 G 03 : WL-33 9.5 HR $ 110.00 $ 1,045.00 TOTAL $ 3,845.00 Concrete Express, Inc., requests 2 working days for the above contract modifications. These are all of the visible effects of the above change we see at this time. We reserve the right to incorporate other changes as they appear in implementing this change. If you have any questions regarding this change, please feel free to contact me at 303.562.2000. The overall MAX Project contract time is as summarized below. Contract Time Summary: Description Contract Date Modified Contract Date Substantial Completion Milestone 1: July 31, 2013 Complete (Mason Grade Separation CO#5) Substantial Completion Milestone 2: October 31, 2013 Changed to February 28, (Mason Grade Separation CO#5) 2014 thru this change order Final Acceptance: November 15, 2013 Changed to March 31, 2014 (Mason Grade Separation CO#5) thru this change order Revised Substantial Completion Date February 11, 2014 Unchanged (BRT Project through CO #12): Revised Final Acceptance Date March 13, 2014 Unchanged (BRT Project through CO #12): Page 2 of 2 MEMO 36458 , } JOB NAME: ttSo, 0orcl�O(SR1 JOB #: COST CODE: DATE: ISSUED TO: CI . -T CONCRETE EXPRESS, INC. 2027 WEST COLFAX AVE DENVER, CO 80204 PHONE:303-562-2000 FAX:303-893-1949 A 'DESCRIPTION OF WORK PERFORMED: 4 5. L� , c1 7 p p 1 vJ�� } O/ lZ C. � F S"�'o !� ¢ c! L,_'� d C k .. Lc� -+ 5 ,z t k<a.tJ -)-c) �T n cen1C�e4 0' . OF WORK: 1 (n 1 BREAK DOWN OF HOURS QTV LABOR EQUIPMENT MATERIALS HOURS EACH TOTAL HOURS TOTAL O.T. p 7- n r'Q 4n L ' a. �- a. are CdAll i Jror e ilJl Z3 Z. � 1. CONCRETE EXPRESS, INC. 1 i t NAME: TITLE: DATE: _� -'•.. " �,. ACCEPTED: NAME: TITLE: DATE: (Vel 4: ,. MEMO 36457 (o. JOB NAME: Y ^CL3 or Go 4 r 1 d O 6 R. 7- JOB #: / ap0C-f COST CODE: % 0c, too ) 15 DATE: ) ~ 3 ") j ISSUED TO: CC q F+. CONCRETE EXPRESS, INC. 2027 WEST COLFAX AVE DENVER, CO 80204 PHONE:303-562-2000 FAX:303-893-1949 f DESCRIPTION OF WORK PERFORMED: C�cx r�q� )"'rl Y-f I"" , /.S— r - u ac alro A �1IAc EyI S�II.n' �-,ot'f �aS- ,i'�l/`P i4" it^ �wT �O I�Ci 1"`�Z tl Y•�'r� Iy «.5 `C U SPECIFIC LOCATION OF WORK: ' BREAK DOWN OF HOURS e QTY LABOR EQUIPMENT MATERIALS HOURS EACH TOTAL HOURS TOTAL O.T. ►o er /-r 19 3 3 CX Z3 3 L.cLb ct c.S .� Co CONCRETE EXPRESS, INC. NAME: tS�i4.P� p TITLE: i- �iJy -• X. DATE: ` �J ACCEPTED: NAME: TITLE: DATE: 0! EV MEMO 36462 11 JOB NAME: Qo�c iao j��j JOB #: )_Q-0 09 COST CODE: 7 a o Cep g DATE: 12 — / 2 -/,3 ISSUED TO: CONCRETE EXPRESS, INC. 2027 WEST COLFAX AVE DENVER, CO 80204 ���LA /IY��I)t%✓✓LiY� PHONE:303-562-2000 FAX:303-893-1949 DESCRIPTION OF WORK PERFORMED: Sgti a e J1 Ak,13 ho k In M HAJ y +-m L o c IF"'R-cf b, Lie I.._., d3er Pow ex L;s& now cli--syTy.L,4- F/.9 SPECIFIC LOCATION OF WORK: L j " 1'/) / I"\ t+ f'l � y 3 I + a ? 4 S r BREAK DOWN OF HOURS QTY LABOR EQUIPMENT MATERIALS HOURS EACH TOTAL HOURS TOTAL O.T. 1-EccKw%cvk, LT19ly o 10eraldc ' 3 oi2cca:6c 33 La 60 y CONCRETE EXPRESS, INC. ACCEPTED: NAME: Rg NAME: TITLE: %act C Q TITLE: DATE: —� 'Z , j ��;; DATE: FINAL max WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) W CD NO: 052 PROJECT: Mason Corridor — MAX BRT OWNER: City of Fort Collins — Engineering Department ENGINEER: Michael Baker Inc. PROJECT NO: 7332 The following additions, deletions, or revisions to the Work have been ordered and authorized: � (Title of WCD): 171-1 Pipeline Changes north of Pitkin Street This work change directive authorizes the Contractor to change installation alignment and profile for storm pipeline F1-1 as shown in the attached drawings. This work shall be tracked and paid for at contract unit prices. This change is being initiated to avoid a major; primary electrical duct bank and vault at the CSU campus. The relocation of this facility is estimated to be $100,000 and would have required a major campus power outage affecting critical facilities. Attachments (List Supporting Documents): Contract Drawing Sheets 295-296; 329-331; 1101-1103 It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the parties expect a Change Order request for approval to subsequently follow this Work Change Directive. l Ordered By:Anril 21. 2n1s Revised June 29, 2013 er Date Recommended By: Jj� April 21, 2013 Revised June 29, 2013 Construction Milfhager Date Copy: Owner, Engineer, Field File - SharePolnt WCDO52_Fi-1 CHANGES NORTH OF PITKIN-04-21-13 PAGE 1 OF 1 �-r\-� I 1 1 •� =Tv 1 ?--- w ii e w e fi, I'iJ • III ,11 I e 1 Q ... 4 Q Revised Pweue) F..•. ee.Ye Yline ..... �-... q ....,_. _._ ---- .p.- __ 7- Ta. �-.'. _algnmant (due) e4b vuX SOUTH MASON ST. p 4 po \ 3 b .. wuz It]Livp300Aa -' b}lFYrz56uR ....n.a� __, i ___. • _. '. � Ins JbZ __ -, u• - _ - _ _ - JACK CHRISTIANSEN TRACK 3 1 �e.oW Fbctramlams -1 ..� __________________ n � ( Nwo: Nnmmalwtian u•: _ 1 n sn em INNIbq 1 ______---•--•--=•--i - -• r 'e. +{G�{. �r • � n �, ev�IN5.61 p •TW TMmn DRAINAGE LEGEND WWRCP 8--46eT6T ,p: o«=IW0.83 QjGk Cp r" dea=sv Xsuwz ara eli-j ® ® IKErz k�r.�`FLr•5.....• Et.o\°� R�"o ::"w:s nnl"cs`io �5'""""':4: ..•.. loo-.c..nm r.va pqq y'ON��NOY. . Ern�"sautQTI�°r�u L ¢ ibaxi r� _ _ cro.l Q niw anrtRs. Qp r r.orw. rRE Prim Dole: IO/aV3011 Sheet Revisions Construction Drawings Project No. Fos N.me: Tm3-eRT_or.maca_SaePmeas.a n Dole: com,.,Lel. m;L MASON CORRIDOR BRT 9s DRAINAGE SITE PLAN 1 H.rl, S-ae: 1"-20' 1-1. Scale: N/A �•. Y N. R—W.— STA U?6 TO STA. 201i00 FL C.IWa: /073 Out Inlwm.li.n Urvl LeaJer Iniliab Q CoWns W„ gevlaeE: Designanet eJPZ Sbuclue m1.4W W]il-C y¢gy.WgeWfdarE.fi. Subset, NJV N bVv VOID' SRel Su05eL OgAINAGE I 9AplWets' 001 01101 SMaI NumUer 295 rri_ang II; 11 ap i' FQl Imo. •, Ali ,Z zz ;II�Y, R 1. 4 M.,� k @ z yy 9 III II k a �� 3K ezi bt _ tK iz _ ` 3-r..t �- . _L. .1 oevBOT .csRCP ._ _. _ O P pI�.50UTH MASON ST �a^ t".— mlx i Ag MMF115 . J OIW Matld BN F RAILWAY. ...o .».._. _.._......_...... ....o .__...�._. .._ . ------------------------- - ----- -- - -- - - - -- d — -- �.I UW aw Mw _-I IL'F-I I ,Nnv.c I I I -- I I I1- 1` ,BOTtUO3NERLP --------- ----------------------- JACK I �I I I I / �— E]IIv. cW].TZ _.... -_ .- .._ . - ovsw.mriml-isenm - - aw=on CHRISTIANSEN r^Psr -- - -,�„ wm-,IamwroL w..nM ala•+m^ \RCPIL,aPa - _'--E?RACK7-.:'.:-: 'n 0ev=We1.0] seo --�� TOP m-Rcv - - !;•i N'. wl BOT 34'RCP ' Revised pipeline 0B '05 Z; 0«=z• IIr I aere via• I'• -I .,-•r-.I . aYgnment(grsen) , 'I ep E ill N - -. s r - __ _ 4 � msnua ®ppbgp rTru orcram.rru %�,: -- D[Ta __ �— _ -. _ �CT WE =e0� Prim Dme: 30/3V20I1 Sheet Revisions MASON CORRIDOR BRT Consh'uclion Drawings DRAINAGE SITE PLAN Project No. Fle Nome: JOJS�Ri_bom e_SteFIm3D.tlq� Dale. Cmare^I. Mit. Norix. Scvb: V-30' Vert. Svvle: N/n °IZ+�tM N^ Redagna: SrA 401i00 To STA 406h38 FL CWFs: JOJ3 UNI In(wrmtun Ilni LavEer In.,..Q�''c`^V•--'�'S ReNseE: Dezgner: JPZXm Sbuchae Q mcc¢ awac alanw vao Detaier: IUM NiaM.a magm mua ,=mmma�w aalE Q VM Steel SVEaeU DRAINAGE Sdael3evlm Oct a1 IDe SKeI HumEw 296 C1-IM Sheet Revisions MASON 0 onm: cnmmnnis ma. ,.,_.1 �_ CQIIIiI$ BRT Construction No R—Wo— d r Reveed Ve . DRAINAGE PROFILE Project No. rt. Collne: 7073 s —t w-bm 329 im swo V895 IB30 Sheet Revisions MASON CORRIDOR BRT r�I`' RN m.mxm'�mS":""` ee Construction Drcvrings DRAINAGE PROFILE Project No. Dok: Commenle IniL R-i..e: F COIFe: ]OIS QQ Dantt 4C 54mlve Deldler: N yplE: SM1ee(N—W 330 SFeel 5u6zeL DRAINAGE Subx19ee1x D]8 of to ri ing ��- �7aq . iN[Im CRMY Ni _ LL F� ra �. IVon IV IERR@4]4 .... nY9 •:•• a DI1,WeCE LLNE FI-8 FI-) _ . .. : _. 1 a ..1 -0..: : _ .. .. �. _ ; .1 : I 0... 04 N YY �F K EN- t 1 GY�d4M gaa5�d —]99 rt.. a ,— 49 a [1 i I _ - :.: • •� • I r va w . ... : _4990 RAA'NGE LINE: F19 9 [fit [r- t' ._ _' rc�s i w. LINE -1... ,. AINAGE LLVE II 1 :_ ... .. . 1 a I a: r I o I o I:. : 4 o j l o I a MASON CORRIDOR BRIT Construction Drawings DRAINAGE PROFILE Project No. °rcou •. `i " Ne R.v.io FI. C.E.:1— ,'S ,RC svv�v. rp�pw[¢ r.uiru u sunM 4� e:c�9.m 1.va11®wm neidler: NJY Nmbns ;m exxt v�ro za[ws vwm sn..l s:,m[I: oaaw<cE 331 r� inn max October 1, 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. 242 and 252 Communications and Rack Changes— WCD055 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. 55 to change the configuration of the IT and MIS cabinets and add service racks and stands to fit the ICON enclosure space. Attached please find the proposed Contract Change Requests 242 and 252 from CEI. In reviewing this request, a separate quote for upgraded racks was obtained from an outside vendor. The relative difference in vendor quotes resulted in an estimated cost change of $14,091.00. Also provided is a comparison summary of materials and costs using CEI's proposed costs. Each is within the range of cost provided by CEI as a CCR. As such, I find CEI's Contract Change Requests in the amount of $15,167.37 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.mever(a)ditescoservices com Cc: job file Pending Issues Log Date: 11129H3 Rat No. COp SCC Spec Section Item Description Requested Amount Statue WCD001 1 40.02 604 Chang. from 8-ft die to 8-ftdie MH 8,1 7/3112012 $883 W) requested by CEP credit to contract WC0002 1 10.02 403 Add asphalt pathing depth - Laurel to Maple e" to 10-1 7/31/2012 $132163,03 chance from 9" depth to 10' depth all SG versus S in bid WCDO03 1 40,06 630 Temborar, fencing -BNSF work 7/1812012 $1e401,90 ordered for duration of BNSF closure' duration hotspecifically defined in pri from sub WCD004 1 40,08 No Insurance adjustment $2M/$eM to$5M/$1OM) 7/12/2012 $3957.00 BNSF proltectve liability insurance for CEl contract $14M in ROW WC0005 1 40.08 830 Time and Material traffic control for BNSF work downtown 7/12/2012 $1475e2.78 traffic control for downtown BNSF hill replacement work WCD008 1 10,02 403 Add temp crossings at Oak Mountain and Laporte 602012 $885600 RAP at Oak' HMA at Mountain and La orri partially paid at unit Prices WC0007 1 40Z5 412 Enhanced Crosswalk than es Laurel North 8/212012 $0.00 chance to all dual colored crosswalks north of Laurel' no cost change WCD008 2 40.08 412,603 Changes to Ma le Intersection 9/11/2012 $71 910 39 temp pedestrian crossin 'intersection crosswalks' add to base bid WCD009 1 40D8 e30 Specialty si ns-BNSF closure 7/16=12 $9088.00 specialty inns for BNSF closure WCDO10 1 40.08 208 Erosion Lode 8985 EA 8/132012 $24 828, 20 40D8208-00005, missed in final bid tab WCDO11 n/a 10.02 403 HMA(patching) - 273 SY 8/132012 $0,00 1 OD2' 403-00721 added mantil after bid oPeninm quartityea of asphalt patching downtown WCDC12 1 40.02 e03 Storm drain line J changes 820/2012 $0.00 Grade and alignment Changes for storm line J'Mason - Old Main to Laurel unit prices WCDC13 3 40.07 808009 Site thanes at Industrial Sciences 8202012 $31225.98 Chances to sidewalk, mrarm at Industrial Sciences WCDO14 8 10.03 his BNSF Railroad ballast grading 822(2012 $45 603,75 T&M work to grade RR ballast curb support options WCDO15 3 40,02 803 Storm drain line 31-1 changes 9/4/2012 $19812,00 Design thanestostorm line 31-1'FC1.WDutili conflict WCD01e 20.01 805 Olive Station Site Chances 9/112012 $0.00 Add stairs rerunning wall changes; CM to issue WCO WC0017 20.01 808 Toe unit chance at Troutman Station 10/g2012 $0.00 Add we wall to Troutman walk' CM to Issue WCD WCDO18 1 40.02 804 Storm line C1-2 deei nchan es 10/12/2012 $0.00 design charsonl' paid for at contract unit prices WCDO19 13 40,02 604 Storm line B3-1 tough chances 1027=12 $83580.54 arch pice deleted ro laced with HERCP grade and manhole changes WC0020 11 2001. Div 28 Electrical site plan changes - Ad Pole Conduits 12/112012 $25670.05 pro,ide conduit forspeaker wire at each station WCDO21 8 2001. Div Licht Pole foundation change 102e2012 ($4.811.00) changes depth of light pole foundations - cretlit WC0022 8 40.01 202 PSCo Deconstruction scope of work chance 10282012 $17.592.00) changes overall scope of deeonatruaion-credit WC0023 9 40.02 819 Storm Line F1-1' F1-4 and bore specification chances 12242012 $107 250,35 complete rewrite of jacked bore specifications F14 Profile WC0024 n/a 40,02 803 Storm Line B1.1 manhole addition 10/302012 $0,00 pending priciniunit price MH WCD025 13 40.01 n1a I Soil Stabilization - Station 63.00 11/6/2012 1 $11525,00 repair of unstable sub retla WC0028 9 40.02 003 84.1 realignment and site grading 112712012 $84277,50 site grading changes, retaining wall haling, guardrail and pipe WCD027 11. 40,02 803 62.3 design chana 12/102012 $0.00 alignment change to facilitate pips, installation near BNSF tracks WCD028 13 2001. Div 7 Mulder Station panel art 11212012 $21 803.04 addition of panel an at Mulberry Stations not included in bid time WC0029 n/a 10.01 412 Guideway grading and width change to STC 12/32012 $0.00 guldewa all nment chance to allow turo-waytraffic at STC' aid for throug in unit prices WC0030 8 40.05 501 CSU Field House Retaining wall 1/52013 $23,352.00 addition of staining wall at Field House to replace wall not slated for removal WCDC31 14 40.08 626 Pu blic Information Officer Scope Clarification 1/52013 $0.00 clarifies and fu inner tell nes PIO scope of work for MAX BRT portions of work WCDC32 8 40.00 514 CSU Field House Hand Rail and Stairs 1/52013 $1 875,00 adds installation offhand hall and stairs at CSU Field House parklna lot WC0033 8 10,02 203 Segment 1 - Soil Stabilization 12/102013 $18854.32 soil stablilization for area. from STA 9.40 to 12F00 WC0034 10 20,01 Div 32 Pavers at Station Platforms 2/7/2013 1 $55 287.42 clarifies pal and truncated dome Installation at platforms' curb height -�WC6035: 10,08 SDI lChange from e coated nonforlirm bar. - Credit for stool coated rebar In Walla Lorimer p2 box culvert etc. WCD038 13 40.05 807 Rate fence In Segment 1 12/42012 $8228.83 Cost for fence posts damaged during removal WCD037 13 40.07 304 Gradingand millings installation at Troutman 11/52012 $940.e3 Tem ore installation of millings for Troutman cul-de-sadbusiness access WCD038 13 2001. Div 27 RacewayBore at OTC for power 1/1112013 $8239,35 Provide power lc DTC station WCDC39 50,05, Div 27' Repair of BRT conduit at DTC station south side `` 2/8/2013 Re air of BRT contluit damaged duringsouth caison Installation i for canopy, WCD04O 9 40,06 630 Traffic control devices and labor for Pros ect closure 2/112013 $114130.25 TrefflC control for Pros ea closure Connell and CEl work WCDC41 7 10,02 830 Cost to accelerate Prospect closurewark 1/9/2013 $18881.18 Overti me costs a.societed with Prospect closure Change Management Checklist • Compliance Category D- Reviewed Reference Initials Reviewed for compliance with Part of the Build Alternative; Environmental Assessment 1011/13 included in SCC 20.01; inside the KM EA area of influence Reviewed for construction/safety impacts 10/1/13 Induded in traffic control plan for KM work in area Independent cost estimate prepared 10/1/13 As attached to this memo KM Reviewed for PCGA grant compliance 10/1/13 Part of the build alternative; KM included in SCC 20.01 Reviewed for real estate impactstneeds 10/1/13 Construction inside public right of KM way or easements Reviewed for compliance with design criteria/ADA htto:/Aw .access-board.gov/ada-aba/ada- 10/1/13 n/a KM standards-dot.cfm ditesco Independent Cost Estimate Date of Estimate: 27-Aug-13 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (Y/N): Y Description of Goods (A) or Services (B): A, B Scope of work is to estimate changes in MIS / ITS racks based on changes made during submittal review process as requested by the City's IT Dept. 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) Other (specify) Outside quote A Signature of Preparers Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items ProducUltem Unit Price Quantity Unit Unit Price Item Totals See attached quote for similar racks stem $ Option 1 $ 2,166.00 19 EA $ 41,154.00 Option 2 $ 2,805.00 19 EA $ 53,295.00 Service Rack $ 650.00 3 EA $ 1,950.00 SubTotal $ 14,091.00 Cost of Services, Repairs, or Non -Standard Items Item/cask: Materials or Work Description Other Direct Costs Labor Rate $ Labor Hours Labor Class Allocated Overhead SG&A• Profit Notes: Data Source TOTAL SubTotal 'Selling. General and Administrative Expenses TOTAL $ 14,091.00 Station MIS -ITS Summary and Material Inventory Vendor: H&H Data Services Date: August 27, 2013 For: WCDO55 Station p Station Location Station Type MIS/ITS Cabinet Count Number 1 Harmony I - Dual Load MIS 1 ITS 1 2 Troutman I - Dual Load MIS 1 ITS 1 3 Horsetooth I - Dual Wad MIS 1 ITS 1 4 Swallow southbound 11-Station Stop MIS 1 ITS 1 5 Swallow northbound II -Station Stop MIS 1 ITS 1 6 Drake I -Dual Wad MIS 1 ITS 1 7 Spring Creek northbound (Bay Farm) III - Bay Farm MIS 1 ITS 1 8 Spring Creek southbound (Bay Farm) III - Bay Farm MIS 1 ITS. 1 9 prospect I - Dual Wad MIS 1 ITS 1 10 University I -Dual Wad MI5 1 ITS 1 11 Laurel northbound II - Station Stop MI5 1 ITS 1 12 Laurel southbound II - Station Stop MIS 1 ITS 1 13 Mulberry northbound II - Station Stop MIS 1 ITS 1 14 Mulberry southbound II - Station Stop MIS 1 ITS 1 15 Olive northbound II -Station Stop MIS 1 ITS 1 16 Olive southbound II - Station Stop MIS 1 ITS 1 17 Mountain northbound II - Station Stop MIS 1 175 1 18 Mountain southbound II - Station Stop MIS 1 ITS 1 19 DTC IV -DTC MI5 1 I75 1 Totals: Grand Total: MIS 19 ITS 19 38 Net Change $1,444.00 3rd Subcontractor markup (15%) $216.60 Subcontractor markup (5%) $93.03 GC markup (5%) $87.18 Total $1,830.81 Total Backs Original Cost Cost as Approved Difference Total Difference MIS 19 $395.00 $595.00 $200.00 $3,800.00 ITS 19 $395.00 $830.00 $435,00 $8,265.00 Service Stand $0.00 $525.00 $525.00 $525.00 Service Rack $0.00 $645.00 $645.00 $645.00 Net Change $13,235.00 3rd Subcontractor markup (15%) $1,985.25 Subcontractor markup (5%) $761.01 GC markup (5%) $799.06 Total $16,780.33 DDB Unlimited OD-78DDX 78"H x 42"D (42 RU) Outdoor Enclosure, Unpainted I TES... Page 1 of 2 Login r I RegiswrI Worksheet Find ) Base Station Infrastmcture> Enclosures b Cade Management> Orndoor Enclosures > NEMA Enclosures > SKUA 77915 FIDDB Unlimited - 78"H x 42"D (42 RU) Outdoor Enclosure, Unpainted TESSCOSKU:77915 Mfg Part-uite. OD-78DDX OtyAlOM:1EACH UPC:729198779153 The DDB Unlimited OD78DDX aluminum outdoor enclosure (bare aluminum finish) is constructed from .125 Alumiflex material that is as rigid as steel yet List: $2805.00 noticeably light. The Alum nex material is non-RF influenced. A.125 Alumishield top cover sits 1/2 inch off the enclosure and fully protects your electronic equipment from falling ice and the sun's heat penetration. Your Price: Log In The extra large weather -resistant outdoor electronics enclosure (78 x 25 x 42 t City:inches) is becoming the alternative shelter solution for today's complicated zoning requirements. This aluminum equipment enclosure provides all of the protection needs of electronic and communication equipment in an outdoor Add environment. The extra large electrical shelter is Class 250, Type 4 and 4X NEMA rated. Inside clearance less rails is 78 inches high and 23 518 inches wide. This aluminum outdoor NEMA enclosurehas front and rear doors allowing easy access to communication equipment from both the front and the back. A three point locking system provides the ultimate security. Adjustable 19 or 23 inch rails are included for full customization. The DDB Unlimited outdoor enclosure will safeguard data communication equipment from corrosion dust, rain, and ice. Technical Specs Opeone GSA Contract: Schedule: GS-35F-0548P 70 - Information Technology The 00 series cabinet is a new design in communication cabinet enclosures, being as rigid as steel and yet feather light This series cabinet offers all the protection needed for today's Narrative outdoor requirements. Features front and rear doors, adjustable rails and a sunshield that sits 12" off the enclosure. Ultimate security is provided by a three point locking system. Class 250, NEMA 4 rated. The OD series cabinets offers a powder baked cream color option. IndoodOutcloor Outdoor Internal Mounting Yes Options Mount Type Ground Construction Aluminum luminum Outside Height (in) 78.25 NEMA Rating NEMA 3R (Vented), NEMA 4 (dosed loop -a/c), NEMA 4X Outside Width 25.5 (in) Outside Depth 42 (In) Inside Height (in) 78 Inside Width (In) 25.25 Self -Supported Yes Ships Assembled Inside Depth (in) 39.25 Color Aluminum Pre -installed Casters or Feet No Finish Uncoated aluminum Equipment Access Front and back Front Door Type Vented Yes Similar Products: Outdoor Series Cabinets_ NEMA Enclosures http://www.tesseo.com/products/displayProductlnfo.do?sku=77915&eventPage=1 DDB Unlimited OD-78DDX 78"H x 42"D (42 RU) Outdoor Enclosure, Unpainted I TES... Page 2 of 2 Locking Front Door Rear Door Type Vented Door Handle Padlocking Type Right Side Panel Solid Type Knock -Outs No Left Side Panel Solid Type Rack Units (U) 42 Fan Included No Air Conditioning No ' Included? Heat Included? No i Vented Yes I Product DDB UNLIMITED 78"H x 25"W x 42"D Outdoor aluminum cabinet enclosure. NEMA Class Description 250 Type 3,3R,35,4,4X. 19"or 23"mile. Front &mar doors w/3pt locking. Mfg. Warranty 15 Years Explore TESSCO Stay Informed Customers & How To Buy Manufacturers & Brands Careers Investors Vision & Mission Mete New Why TESSCO? Be.. a TESSCO Manufacturer Woddng At TESSCO Investor Relations& Value Proposition Nees & Events Bemme a TESSCO Customer Manufacturers & S.M. Job Oppommi6es & Search Comb The TESSCO Way "oMedge & Resource Doing Business wh TESSCO Manufacturer Promise & Imem/Gred ODWrtonities Press Releases Hilto Center Customer Promise Expectations Stock Information Leadership Become a TESSCO Raseller SEC Filings Corporate Citizenship My Acmunt Corporate Goe rnimos Contact I My Account I Prlvary I TermeaOee-Legal I FAOe I Help I She Map ©2013 TESSCO, All Rights Reserved. v http://www.tessco.com/products/displayProductlnfo.do?sku=77915&eventPage=1 DDB Unlimited OD-78DX 78"H x 25"D (42 RU) Outdoor Enclosure, Unpainted I TESSCO Page 1 of 2 Login k I Register Worksleet Fintl Bass Station Infrastructure > Enclosures 8 Cable Management> Outdoor Endosurea > NEMA Enclosures > SKUk 67199 DDB Unlimited - 78"H x 25"D (42 RU) Outdoor Enclosure, Unpainted TESSCO SKU : 67199 Mfg Partrk. 0D_7BDX OIy1UOM : t EACH UPC: 729198671990 ___.. ...............__._____.......... ............... _ ........_....... __.. _... _.... _... _._. _..... The DDB Unlimited OD-78DX aluminum outdoorenclosure (bare aluminum finish) reconstructed from 0.125 Alumiflex material that is as rigid as steel yet List: $2166.00 noticeably light. The Alumillex material is non-RF influenced. A 0.125 Alumishield top cover sits 1/2 inch off the enclosure and fully protects your ,y electronic equipment from falling ice and the sun's heat penetration. Your Price: Login The extra large weather -resistant outdoor electronics enclosure (78 x 25 x 25 city: inches) is becoming the alternative shelter solution for today's complicated 17 zoning requirements. This aluminum enclosure provides all of the protection needs of electronic and communication equipment in an outdoor environment Add The extra large electrical shelter is Class 250, Type 4 and 4X NEMA rated. Inside clearance less rails is 78 inches high and 23 5/8 inches wide, This outdoor NEMA enclosure has front and rear doors allowing easy access to communication equipment from both the front and the back. A three point locking system provides the ultimate security. Adjustable 19 inch rails are included for full customization. The DDB Unlimited outdoor enclosure will safeguard data communication equipment from corrosion dust, rain, and ice. Technica15pecs Option GSA Contract Schedule: GS-35F-0548P 70 - Information Technology The OD senes cabinet is a new design in communication cabinet enclosures, being as rigid as steel and yet feather light This series cabinet offers all the protection needed for today's Narrative outdoor requirements. Features front and mar doors, adjustable rails and a sunshield that sits 1/2" off the enclosure. Ultimate security is provided by a three point locking system. Class 250, NEMA 4 rated. The OD series cabinets offers a powder baked cream color option. Indoor/Outdoor Outdoor Internal Mounting Yes Options Mount Type Ground Construction aluminum Material Outside Height 78.25 (in) NEMA Rating NEMA 3R(Vented), NEMA 4(closed loop -a/c), NEMA 4X Outside Width 25.25 tin) Outside Depth 25 (in) Inside Height (in) 78 Inside Width (in) 25.25 Self -Supported Yes Ships Assembled Inside Depth (in) 22.25 Color Aluminum Pre -Installed No Casters or Feet Finish Uncoated aluminum Equipment Front and back Access Front Door Type Vented Locking Front Yes Door Similar Products: —� Outdoor Series Cabinets NEMA Enclosures http://www.tessco.com/products/displayProductlnfo.do?sku=67199&eventPage=1 DDB Unlimited OD-78DX 78"H x 25"D (42 RU) Outdoor Enclosure, Unpainted I TESSCO Page 2 of 2 Rear Door Type Vented Door Handle Pad locking Type Right Side Panel Solid Type Knock -Outs No Left Side Panel Solid Tyne Rack Units (U) 42 Fan Included No Air Conditioning No I Included? Heat Included? No j Vented Yes II Product DDB UNLIMITED 78"H x25"W x 25'D Outdoor aluminum cabinet enclosure. NEMA Class !� Description 250 Type 3,3R,3S,4,4X. 19" rails. Front & rear doors wl 3pt locking. Mfg. Warranty 15 Years i Explore TESSCO Stay Informed Customers & How To Buy Manufacturers & Brands Careers Investors Visbn & Mission Wham Now My TESSCO? Become a TESSCO Manufacturer Working At TESSCO Investor Relations & Value Prop08Non Naves &Events Become a TESSCO Customer Manufacturers &&ands bb Opponunbea& Search COn1 a The TESSCO Way Knw *Jqe & Re.. Doing Busmesa with TESSCO Manufacturer Promise & Imremrvd Opportunities Press Releaas History Center Customer Promise Expectafion. Stock lnorrutlon Leadership Become a TESSCO Reseller SEC Fllinge Corporate Ofizenship My Account Corporate Gowmanos Contact I My Aecount I Privacy I Tema of gp - Lp.l I FAO. I Help I Sib Map m 2013 TESSCO. All Rlgbb Re.orvod. http://www.tessco.com/products/displayProductlnfo.do?sku=67199&eventPage=1 CEI 9109113 Erika Keeton, PE Special Projects Engineer City of Fort Collins 281 North College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: CEI PROJECT M CONTRACT NUMBER: CONTRACT DATE: CONTRACT NAME: 242 12-069 7332 Mason Corridor BRT ,00 DESCRIPTION OF CCR: Added costs associated with the approval of ITS/MIS Enclosures Rails for stations as directed by COFC. H&H Data Services priced these at bid time based on the specification. LOCATION: All Stations MEMO NO.: NA MEMO DATE: NA COST CODE: 660-00026 DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL ITS/MIS Enclosures Rails as bid 19 EA $ 930.00 $ 17,670.00 ITS/MIS Enclosures as approved for use 19 LS $ 28,245.00 $ 28,245.00 Additional cost to project $ 10,575.00 H&H Data Services - 15% m/u $ 1,586.25 SUBTOTAL $ 12,161.25 Sage Markup - 5% $ 608.06 CEI Markup - 5% $ 638.47 Total $ 13,407.78 Concrete Express, Inc., requests 0 working days for the above contract modifications. These are all of the visible effects of the above change we see at this time. We reserve the right to incorporate other changes as they appear in implementing this change. If you have any questions regarding this change, please feel free to contact me at 303.562.2000. . et/C Z4z 2s2 = 11 /?, 40-7, -75 X/S, /67 37 To: Ryan Dickinson CEI Inc change order #8 for 660-00026 SPECIFICATION: 27 11 16 ORIGINAL QUOTE 660-60026 ITS / MIS Enclosures Rails S 930.00 $ 17,670.06 City'of Fort Collins change q..$ 28,245.02 Middle Atla_nk Materials Difference S 10,575.00 H8H Data Services Standard materiels mark-up S 1,586.25 S Total Change Order S 12,161.25 Sage Telecom Corp. 508.0525 TOTAL S 12,769.31 `This proposal is for the work described only. Sincerely, Mike McFadden Sage Telecommunications Corporation 303-216-4710 DATA SERVIEES;P<. @ VOICE`CABLING • PHONE SYSTEMS v_ % TO Sage Telcom WE ARE SENDING YOU SHOP DRAWINGS COPY OF LETTER LETTER OF TRANSMITTAL DATE JOB NO.. 8/8/2013 1205007 ATTENTION Mike: McFadden. RE:. ITS'.? MIS Enclosures - ATTACHED )= UNDER SEPARATE COVER VIA PRINTS PLANS CHANGE ORDER #CO-0001 THE FOLLOWING ITEMS: SAMPLES SPECIFICATIONS COPIES DATE NO. , DESCRIPTION 1. 8/8/2013 CO 0008 ITS /MIS Enclosures Pending Issues Log Date: 11129/13 Ref. No. COO SCC Spec Section Item Description Date Requested Amount Status WCD042 0 10.08 200 Shoring for BNSF am bankment at Wall 3 2/12/2013 $234929.18 Shoring M accommodate BNSF protection criteria along wall 3'.113 construction WCD043 7 40.02 004 prospect In let Connections 3/4/2013 $21462,80 Connections from existing i niche to srorm line F1.1 WCD044 4 '10,03- Varies Downtown Rehab -Streets Dept 3110/2013 $220240A2 Rehabilitation pro act for Streets Department, nonrent related work WCD045 11 50.02 814 Traffic pole and caisson design changes 3/10/2013 $21 828.35 Traffic pole lavout and caisson scnodule chances WCD040 13 2001. Div 20 Electrical panel changes for stations 1/202013 2889.55) Reconcile switch pavver panels'services WCD047 2001. 808 Station Grade Changes - 13 inch curb at platform 4/12013 $0.00 Chances platform arades to accommodate 13 inch tall curb - no costs WCD048 0 40,08 826 Delete S tem Safety and Security Manager 3/272013 f5183418.311 Remwe Si and Security Manager Scope from CEI contract transfer to CM WCD049 14 '50,05 Div 27 Chance Fib r Ois Cable to 144 count 4/52013 $52187.09 Chance to add A. capacity for future use - non grant funds from Light and Power WCD050 15 '20.01- 809 Replace 1412"tall curb and repair ICON tooter 4/42013 $12.214.40 Adjustments to installed curb to accommodate NABI bus door design - local funds only WC0051 5 '20.01- Varies NRRC Overpass Suballndure and Rams 4/182013 $1779894,43 Atltls NRRC Overpass construction -non rant related work WCD052 15 40,02 8031004 F14 Pi line chances north of Pill 421/2013 $3 845.00 Changes pipeline profile and all nment north of Pitkin BNSF protection zone and utility conflicts WCDC53 13 50.05 Div 27 Fiber Optic loop W City Hall 421/2013 $8709.75 Adds fiber optic loop to City Hell from MeldrumlMountain WC0054 '20.01- DN 27 University Station Conduit- CSU 4/182013 0,00 Install fiber and ewer conduit for future use to University Station area -b CSU WCD055 15 50.05 Div 27 Comm Cabinet Rack Desi n then es 925/2013 $15161 Changes rack deal rc UPS and other features of communications cabinet WC0058 10.08 504 OTC Retaining Wall Pla,eholder $0.00 Installs a small wall at the OTC station sldevnik-not used WC0057 14 20,01 Div Station Hantlmll Change - stainless to powder coat leceholder ($158.200.44) Chances all handrall at stations from stainless steel to poodercoamd steel WCD058 40.07 403 McClelland S Mason paving than es placeholder $0,00 Changes amount of HBP used In McClelland due to Streets Dept Rehab - not used WC0059 14 40.02 Varies Whole Foods Light and inn atlon Reptur 5212013 $14701, 21 Adds repair of light conduit and Wring for Whole Foods parking lot WCD000 14 '10,01' 607 Railin /Fenn chance at CSU along Type 7barrier 5/172013 (829.379. 65) Changes custom railing to Arranger Product for fencing along CSU's property WCD001 n/a 40,02 003 E4.1 Pipeline Profile 511012013 $0,00 Changes profile for E4.1 to minimize BNSF shoring WCD062 n/a 10,08 801 Sherwood Lateral Tapered Connection partial 5/192013 $0.00 Addresses to Bred connection to Sherwood Lateral box- missed in design WCD003 11 50.05 Div 27 Fiber Optic loop to Trensfort Maintenance Facility 5/192013 $4354.88 Installation of a fiber Imp con notion near Tribly to complete the BRT commu nicabons WCD004 14 10,02 No Stabilization -STA 84+50 north fo McClelland 5/202013 $24458.8g muck excavation and sub rade stabilization from STA 84+50 to McClelland WCDOSS 14 10,02 8081412 Proe Sho es Gmdin STA179+OOtol82+00 5/28/2013 $24951.41 Changes Phimles, and details for he section of itudenvay construction WCDO00 14 10,02 808 JCTrack Gradin 5272013 $87856,01 Track areding and site pavinatencing changes reuestedb CSU WC0067 17 40.02 803 Tideflex Valve in MHF1.3 5/272013 $7792.06 Addition of one-vvay valve in MHF1.3 atrequest of property owner- prevent flooding WCDO08 18 50.05 Div 27 ISTC Fiber Connectlon from Harmon 5/12013 $89211,11 Atltls fiber loop connection to complete BRIT communlcations at STC WCD059 17 20.01 Div 3 Station platform rub rail to FRP 3/142013 $38533.74 Chances the rub rail at each staflon and STC to FRP- need credit for EPDM WC0070 18 50,02 014 Fs.y Signs Constructor, 8282013 $W 989.47 Atltls Fairway signal construction fo CEI contract WC0071 14 10.G2 n/a Sub rade stabilization STA 57+00 fo 58+00 11/52012 $1 845,00 sub rade stablIzallon/muck excavation WC0072 -19 '40.01- 202 Additional tree removal for VISO pond and Lake Street 4/2/2013 $12,277.13 Adds tree removal not Included in on Inal contract MSO pond and Lake St WCD073 19 '50,05' 060 Two-2" directional bores Le one and Mason 4292013 $1130171 repairs pordons of BRT dud bank damaged bCity and ENSF crews during Nvo v,ay conversion WC0074 14 40.01 202 Cottonwood reni in Sediments 41242013 $1 520,00 removal of large +48" cottonwood tree behind Whole Foods WCD075 14 2001, Div 28 Add 30A breaker for Ticket Vending Machines 8/82013 $3132.15 Addelchan es 20A breaker to 30A breaker for each TVM circuit WCD078 12 10.02 NO Stabilization -STA 81+00 to 08+00 (flyesh and drain a 7/52013 $78891.82 Atltls fl sh subgradd stabilization and a hoard rain pipe to contract for subgrade stabilization WCD077 14 40.05 001 Wall 18 height changes per RFI 047 7/12013 $1673.02 Adds rebar and concrete labor and materials to construct Well lB taller per RF1047 WCD078 13 40.07 403 CSU Masan paving 7282013 $179501.02 Adds milling and paving for Mason Street from U niversty to Laurel WCD079 40,06 809 Mason Delivery Pull Off &2/2013 Show Adds deliver, pull out north W Laurel northbound station unit rites WCD030 50.05 800 Fiber installation at OTC for Proof of Concept 8/172013 $1 921.88 Adds fiber installation to the DTC station for proof of concept and redudant rind WC0081 14 40,02 819 Jacked Bore Conflicts aGO2013 $8547,52 Adds timeand materials to remove a ni round conflicts with F1-1 and E2.1 WCD082 14 40,02 Varies CCR Reconciliation all utilitylpipeinstallatlon 813QI2013 $37245.20 1 Reconciles CCR 1 1240785123142148102169170171,174,179.180) THESE TRANSMITTALS X)OC FOR APPROVAL APPROVED AS SUBMITTED RESUBMIT COPIES FOR APPROVAL FOR YOUR USE APPROVED AS NOTED SUBMIT COPIES FOR DISTRIBUTION AS REQUESTED RETURNED FOR CORRECTIONS RETURN CORRECTED PRINTS FOR REVIEW AND COMMENT FORBIDS DUE 20 PRINTS RETURNED AFTER LOAN TO US REMARKS: COPY TO: SIGNED:_ N'N - SERVICES,��. DATA B VOICE CA84NG � PHONE SYSTEMS Atlantic CHANGE ORDER CO-0008 S P E CI F I CATION: 27 11 16 Materials Difference H&H Data, Services Standard materials mark-up Total Change Order 1310 Webster Ave Fort Collins,CO. 80524 970-482-6064 materials 140 labor $ 10,575.00 1 EA $ 1,586.25 $ 12,161.25 8/2912013 m �' clamrnomru+r►Iticeylriuu e suawruy a wtsm aameurwsxw Organization:-H & H DATASERVICES]NC Customer Name: H &:H DATA SERVICES. INC Middle Atlantic- MAX BRT QUOTATION: 558344-1 Provided -By: Dawn Lowry Communications Supply Corp. 3259 S. Platte River Or Englewood CO 80110 www.gocsc.com dlowry@gocsc.com Tel: 303-762-6567 Fax:303-783-0597 Lme?W r api e NMI ERG rnikibh I[Q� u t, 1 MIDDLE ATLANTIC- SRSR-X-15- 15 SPACE ROTATING SLIDING, RAIL _ 19 EA ' $595.00 EA $11',305:00' SYSTEM'W/23"=USEABLE.DEPTH; 200 LB. -CAPACITY 2 MIDDLE.ATLANTIC AX-SXR-17 1.7 SPACE ROTATING: EQUIPMENT- 19 EA $830.00 EA $15,770.00 ACCESS SYSTEM, 31" EXTENSION; 20" DEEP'FRAME 3 MIDDLE ATLANTIC TS310 505354 SUPPORT AXS-SERVICE STAND, 3 EA $175.00 EA 1 $525.00 ELEVATES'TR 4 MIDDLE ATLANTIC TRACK31 792849 BLKAX-SXR''SERVICE TRACKS ,(PAIR); 3 EA $215.00 EA $645.00 1 TRACK31 €Tio,Eali4 4$28424'5$00'> QUOTATION: UNLESS THERE ARE DIFFERENT OR ADDITIONAL TERMS AND CONDITIONS CONTAINED IN A MASTER AGREEMENT THAT MODIFY W ESCOS STANDARD TERMS, BUYER AGREES THAT THIS QUOTE AND ANY RESULTING PURCHASE ORDER WILL BE GOVERNED BY W ESCOS TERMS AND CONDITIONS AVAILABLE AT HTTP://WWW.WESCO.COM/TERMS_ AND CONDITIONS_ OF_SALE.PDF, AS SUCH TERMS MAY BE UPDATED FROM TIME TO TIME, WHICH TERMS ARE INCORPORATED HEREIN `BY REFERENCE AND MADE PART HEREOF. P.LEASE>CONTACTTHE°SELLER IDENTIFIED ON THIS'QUOTE IF YOU:REQUIRE.A PRINTED COPY. PRICE IN EFFECT AT TIME OF SHIPPING (NOT AT TIME OF.ORDER). QUOTATION: 5583"-1 10/2312012 ?'- - _ Provided .By: .Dawn Lowry tmn7mm� W1p tulm I Ha'W,INNbRgN Organizatlon: H..&.H-. DATA SERVICES INC Customer. Name: H &-HDATA SERVICES INC Middle Atlantic - MAX.BRT t* 1 Communications Supply Corp. 3259 S. Platte River Dr Englewood CO80110 www.gocsc.com dlowry@gocsc.com Tel:'303-762-6567 Fax.303-783-0597 �, s e.,xz a;'-'s r a.. E Ntir'.v 1fA r si�'xa. K«RNs; F S . N.. sort Q� air 4,. ' w m•�,. , U It.x,� 179 :, rit 1: ric 1- MIDDLEATLANTIC. -SRSR-4=150 _ - 852823 RACK BLK15 SPACE ROTATING ' y19 EA $395.00'' EA' `':$7;505.00 SLIDING RAIL SRSR 2 MIDDLE ATLANTIC SRSR-4.20d - 866739 CAB 20 SPACE ROTATING, SLIDING 19 FA $3 55.00 EA --$7,505.00: RAIL Total QUOTATION: UNLESS THERE ARE DIFFERENT OR ADDITIONAL TERMS AND CONDITIONS CONTAINEDINA MASTER AGREEMENT THAT MODIFY WESCOS STANDARD TERMS, BUYER AGREES THAT THIS QUOTE AND ANY RESULTING PURCHASE ORDER WILL BE GOVERNED BY WESCOS TERMS AND CONDITIONS AVAILABLE AT HTTP:INVW W.WESCO.COM/TERMS_AND_CONDITIONS_OF_SALE.PDF, AS SUCH TERMS MAY BE UPDATED FROM TIME TO TIME, WHICH, TERMS ARE INCORPORATED HEREIN BY REFERENCE AND: MADE PART HEREOF. PLEASE CONTACT. THE SELLER IDENTIFIED ON THIS QUOTE'IF;YOU REQUIRE APRINTED COPY. PRICE IN EFFECTAT TIME OF SHIPPING (NOT ATTIME OF ORDER). e cei 9125/13 Erika Keeton, PE Special Projects Engineer City of Fort Collins 281 North College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: CEI PROJECT #: CONTRACT NUMBER: CONTRACT DATE: CONTRACT NAME: 262 12-009 7332 Mason Corridor BRT VVCD r40 DESCRIPTION OF CCR: Added costs associated with the need for larger ITS/MIS enclosures to accommodate selected (by City) UPS. LOCATION: MEMO NO.: MEMO DATE: COSTCODE: All Stations N/A N/A Varies DESCRIPTION Original enclosure - OTY UNIT UNIT PRICE OT TOTAL 32.5x25x25 Original enclosure - 21 EA $ 967.00 $ 20,307.00 39.625x25x25 Original total cost Approved enclosure - 21 EA $ 1,024.00 $ 21,504.00 $ 41,811.00 32.5x25x26—_______.___ Approved enclosure - --_21. __ _. .. EA._._. $._ _ 1,005.00 _ __. .. $—... 21105.00 40x25x26 Actual total cost 21 EA $ 1,062.00 $ 22,302.00 $ 43,30.00 Suurovar $ 1,596.00 Saga Markup -5% $ 79.80 CEI Markup - 5 % $ 83.79 Total $ 1,759.59 Concrete Express, Inc., requests 0 working days for the above contract modifications. These are all of the visible effects of the above change we see at this time. We reserve the right to incorporate other changes as they appear in implementing this change. If you have any questions regarding this change, please feel free to contact me at 303.562.2000. Sinceral Ryan Dkins n Project an ger To: Ryan Dickinson CEI Iris change order #9for 660-00026 SPECIFICATION: 271116 ,. ORIGINAL QUOTE ,. 660-00026 ITS f M18 Enclosures $ 790.00 $ 15,010.00 Bison Manufacturing - - - City of Fort Collins change $ 1,486.58 $ 28,245.00 Materials Difference $ 13,235.00 H&H Data Services Standard materials mark-up $ 1,986.25 $ Total Change Order $ 15,220.25 Sage Telecom Corp. $ 761.01 TOTAL $ 15,981.26 -- -- -----''-'This proposal Is forthework described only.-- -- Sincerely, Mike McFadden Sage Telecommunications Corporation W3-210-4710 a CHANGE ORDER CO-0009 SPECIFICATION: 27 1116 I 660-00026 ITS / MIS Eadosums Bison Manufaclunng . I City of Fort Collins change Moonals Difference H&H Data Services Standard materials marl, -up Total Change Order SAA&CES„K. LETTER:OF-TRANSMITTAL ME ml. Q.ja DATE JOBNO. TO Sage Teloan 8I112013 1206001 TTENTION. Mike McFadden RE Line Item E6000026 Backbone Floor WE ARE SENDING YOU ATTACHED %KJ( UNDER SEPARATE COVER VIA THE FOLLOWING ITEMS: SHOP. DRAWINGS PRINTS PLANS SAMPLES SPECIFICATIONS COPY OF LETTER CHANGE ORDER VCO i COPIES DATE .., NO. DESCRIPTION t B 013 CO 0008 660-00026 Backbone Fiber THESETRANSMITTALS m FOR APPROVAL APPROVED AS SUBMITTED RESUBMIT COPIES FOR APPROVAL FOR YOUR USE APPROVED AS NOTED SUBMIT COPIES FOR DISTRIBUTION AS REQUESTED RETURNED FOR CORRECTIONS RETURN CORRECTED PRINTS FOR REVIEW AND COMMENT FOR BIDS DUE 20_ PRINTS RETURNED AFTER LOAN TO US REMARKS: SIGNED:_ BISON PROFAB 32227 DOBBIN HUFSMITH MAGNOLIA TEXAS 77354 Name / Address H&HDATA SERVICES - - 1310 WEBSTER AVE FT COLLINS CO 80324 Sales Order Dale S.O.NO. ll/I/2012 705531 Ship To " A & H DATA SERVICES 1310 WEBSTER AVE FT COLLINS CO 80524 P.O. No. Terms Salesman Ship Via FOB CUSTOMER NUMBER L05007 NET 30 W/ APPR... BSP BEST WAY ORIGIN HH8052 Item Description Quantity Ulm Unit Price Total 016492 - 40' X 25°X 26" NEMA 3R CRS WALL MOUNT - ' 19 - ea 1,062.00 20,178.00 EICLOSUR& ITS CABINET FABRICATED FROM -14GA CRS / CONTINUOUSLY WELDED SEAMS DOUBLE, FLANGED DOOR OPENING CONTINUOUS SS HINGE / SS HARDWARE TWO (2) COMPRESSION LATCHES ON DOOR / - ONE (I) t 2 CABINET LOCK & KEY CLOSED CELL NEOPRENE GASKET / " GROUND STUDS ONBODY AND DOOR - - ---- "TWO POSITION DOORR STOP-BRACK._..ET ONE (I) 115V I05CFM AXIAL FAN & THERMOSTAT(INSTALLED ON SCREENED AIR EXHAUST) ,, SCRE9&ED/LOUVERED AIR EXHAUST (UPPER RIGHT SIDE) - FILTERED/LOUV ERED AIR INTAKE(LOIVER LEFT SIDE) WALL MOUNT TABS TOP AND BOTTOM BACK WALL - TWO (2) MOUNTING BRACKETS ON FLOOR OF CABINET W/'ROUGH-IN' PAN (FOR MOUNTING CUSTOMER SUPPLIED EIA RACK - ASSEMBLY) FINISH: ANSI GRAY POWDER COAT INSIDE ANDOUTSIDE SHIPPING SKID AND PROTECTIVE WRAP 016491 32.5"X 25".X 26"NEMA 3R CRS WALL 19 ea 1,005.00 I9,095.00 MOUNT ENCLOSURE/ MIS CABINET FABRICATED FROM 140A CRS / CONTINUOUSLY WELDED SEAMS DOUBLE FLANGED DOOR OPENING CONTINUOUS SS HINGE / SS HARDWARE Total Doc. QP-104.0 r aUc 1 BISON PROFAB 32227 DOBBIN HUFSMITH MAGNOLIA TEXAS 77354 Name/Addless H & H DATA SERVICES CO 80524 Ship To H & H DATA SERVICES 1310 WFRSTFR AVF Sales Order Date S.O. No. 11/1/2012 705531 P.O. No. Terms Salesman Ship Via BEST WAY FOB ORIGIN CUSTOMER NUMBER HH8052 1205007 NET 30 W/ APP,R, BSP Item Description Quantity U!M Unit Price Total TWO (2) COMPRESSION LATCHES ON DOOR! ONE (1) $2 CABINET LOCK & KEY CLOSED CELL NEOPRENE GASKET I GROUND STUDS ON BODY AND DOOR TWO POSITION DOORSTOP BRACKET ONE (1) 115V 105CFMAXIAL FAN & THERMOSTAT (INSTALLED ON SCREENED AIR EXHAUST) SCREENED/LOUVERED AIR EXILAUST (UPPER RIGITT SIDE) - FILTE-RED(LOUVERED AIR INTAKE (LOWER LEFT SIDE)::- WALL MOUNT TABS TOP AND BOTTOM BACK WALL TWO (2) MOUNTING BRACKETS ON FLOOR OF CABINET W/ "ROUGH -IN' PAN (FOR MOUNTING CUSTOMER SUPPLIED EIA RACK ASSEMBLY)' FINISH ANSI GRAY POWDER COAT INSIDE AND OUTSIDE - - - SHIPPING SKID AND PROTECTIVE WRAP FREIGHT SHIPPING / HANDLING - BEST WAY PREPAY AND ADD (FREIGHT NOT INCLUDED IN QUOTE) .. ESTIMATED LEAD TIME: APPROX, 5 WEEKS FROM APPROVAL OF SUBMITTAL DRAWINGS EMAIL SUBMITTAL DRAWINGS TO JOEBOB TREME-LLING Qoebob@hhdataservices.com) 970-482-6064 NOTE: ORDER CONTINGENT TO APPROVAL OF SUBMITTAL DRAWINGS Total Doc. QP-104.0 Page 2 Pending Issues Log Date: 1129/13 Rat No. CO# SCC Spec Section Item Description Date Requested Amount Statue WCD083 14 40.01 202 Guardrail removal STA 151+25 102312012 $1 286.00 Adds removal of guardrail behind Whole Foods CCR45 WC0084 14 10.08 504 RWalnlna Well 2 blocks ecification 423/2013 $2792.38 Pavestone blockspecs versus type needed to build wall hei ht CCR118 WCDO85 14 40.00 806 Mountain and Mason Paying extmwork 2/22/2013 $1 257.85 Extra work at Mtn/Masan to reset pavers, change inlet and flatwork CCR184 WC0088 10.02 Varies Drake Median Island for ai 9/9/2013 Adds median island north side of Drake intersection for calls installation WC0087 2001. 608 Bike Paroon at Stations 9252013 Adds bike taking flatwnrk at various station locations WC0088 40.02 619 Waterline Vent Relocation 9282013 S2935.00 Adds relocation of waterline vent at Lake Street WCDO89 10.02 Div 3 PlaMorm X-Walk Change 9202013 $0731.40 Chances crosswalks and rarolos at platforms deletes stainina / adds colored concrete WCDC90 20.01 Div 28 Add 2-Pole contact do, 8/172013 $5671.05 Add 2- le contactor for walkwe lights/photocell control WCO091 20.01 Div 28 Cardinal mintro coat - Cole finures 8/172013 $1211.70 Atltls cardi net paint Povyder walung to ttnae Afixtures WCDO92 20.01 Div 28 Electrical circuit chortles at avary, station 715=13 $79893 45 Adds circuits missed on drowln s addresses ECS oppratfon WCDO93 2001. Div 28 BS non -art Miss at University Station 715=13 $14 425,95 Adds BB KIM LI htln win to Universirty station WCDO94 20.01• Div 28 Relocate POO at Swallow Northbound station 101112013 53010.20 Relocates POO at Swallow taeon WCDO95 20.01 Div 20 Add quad receptacles to each station 9272013 $0 247.50 Adds quad receptacles to each station ICON cabinst MIS and electrical Plans unclear WCDO98 2001. DN 2 Paver and Concrete Re lacament at OTC station 9/10/2013 Atltls covers, stake and colored concrete replacement at DTC WCDO97 20.01 Div Stabilize su rade- Laurel northbound station Br220/3 $1814.00 Adds au rods stabilization to northbound Laurel When WCDO98 2001. DNB 1 Harmony Station custom paint 8/132013 $4808.90 Atltls hum wood paint to Harmony Station siding WCDO99 40.02 003 Reper sanitary sewer at Chippers 1=2013 $7498.47 Reaire broken sankla N sewer at storm line B4-1 WCO100 10.02 Na Subarade stabilization STA I DS+00 to 202+00fl sh 10/172013 $37800.19 Stabilizes su barade under puidevvey on CSU campus WCD101 '10.02- 412 Guidevvay cure mpair 2/132013 $1 521.90 Repalm ESD smalied curb south of Harmon WC0102 40.00 509 Curb Island Chances - Kmart a no Whole Foods 10/192013 Ad usts aeornatry of curb Islands bah Ind Kmart and Whole Foods WCD103 20.01 Div 28 Prover to PSCo historical monument 10/1912013 Adds conduit syvaep to historical monument at Prospect Station -:WCD104 1.2001* D1v 28' `=UPSCAen es at Stations WCD105 '20.01- Div 5 TYP. I Station VMS Sion Mi Chance 11/202013 Chances mountina detail and [motion of si m each Type I station WCD108 40.02 8C3. Grease Trap Lid at Prospect Shoppes 11282013 Clariflles lid desl n and dimensional layout for grease trap behind Prospect Shoppes WCD107 '20.01- Div 5 - Type 2 and 3 Station VMS Sin Mounting Pole 11/292013 Chan es mounting detail to a pole for all VMS sign installation at Type 2 and 3 stations WCD108 '20.01' Div 5 Type 4 Station Sign Mountie Change 11292013 Chan es mountin detell at DTC station 7VJC0108 SOv05% ^'i Dry 27" "�. Ethereal tiwltdh then ea .,x',6."'^' a .f" ` .r f. %0! rl= r,"! 'N/CD110 r50�05� Dry 27�''"�Flrewail saenfl`cetlon Cheri es •'/�' Nr I WCD111 ° 5005` Drc�27 : , W ielem Acv�is Point chen� v! a r _ J f' �t t_ i we WCD112 . 5005-d. ` Dry 2T„ ��. '`Venable Masse a BoeM SI nchih es -Clever Devices = ` ' f -'� ' WCD113 10.01 614 Gets System Spare Parts CCR11 WCDC82 done BNSF inlet modifications at STA 1234+00 8/15P2012 $1280.00 Adds modifications to BNSF inlet at Mulber CCR24 WCDO82 done 82-1 roncrete collar IV72012 $437.95 Adds concrete collar around exisUn damaged drain line CCR07 WCDO82 done J14 Ftra Work 10/10/2012 $1 557.87 Adds extre work associated with storm line J1-1 installation near Old Main CCRO88 rev WCDO82 done B4-1 extra work 11282012 $1381120 Sawcuttin otholin ox sin utilities and resolution of utilityconflicts CCR102 no cost MIS trench backfill m lieu of Bowfin 4292013 $0,00 MIS trench dackfill sand/wm action $112 548.20 - not approved or considered BISON PROFAB 32227 DOBBIN HUFSN4ITH MAGNOLIA TEXAS 77354 Name / Address CO Ship To H & H DATA SERVICES 1310 WEBSTER AVE FT COLLINS CO 80524 Sales Order Date S.O. No. II/l/2012 l 705531 P.O. No. Terms Salesman Ship Via FOB CUSTOMER NUMBER 1205007 NET 30 W/ APPR... BSPBEST WAY 0R RIGIN 1-1118052 Item Descriptions Quanfity U/M Unit I . - Price Total 1.OTC, ORnLR REVISED ON 07/17/13 - - " -- -' - - - QUANTITIES REDUCED FROM 21 EACH TO 19 FACH ON BOTH ENCLOSURES Total S39.273.00 Doc. QP-104.0 BISON PROFAB 32227 DOBBIN HLIFSMITH' MAGNOLIA TEXAS DATE QUOTE NO. 10/30/2012 53008563-C 77354 SHIP TO SAME NAME/ADDRESS " H &" H.DATA SERVICES 1310 W EBSTERI AVE FT"COLLINS 'CO: •80524 TERMS ..FOB SALESMAN CUSTOMERAUMBER NET30.W/APPR... ; ! ORIGIN: SSP HH8052 ITEM DESCRIPTION ;QTY U/M PRICE TOTAL SHMISC 32.50"X25"X 25" NEMA 3R'CRS WALL MOUNT 21 967.00 20,307.00 .ENCLOSURE/:ITS CABINET FABRICATED FROM .14GACRS-/CONTINUOUSLY WELDED SEAMS - DOUBLE 'FLANGED DOOR OPENING CONTINUOUS SS..HINGE /SS HARDWARE TWO(2),COMPRESSION, LATCHES ON DOOR '/,ONE(1)# -. 2.CABINET LOCK &.KEY CLOSED :CELLNEOPRENE,GASKET/GROUND .STUDS ON BODY AND:DOOR - TWO POSITION DOOR STOP,BRACKET - ONE-(1) T.15V 105CFM AXIAL FAN& THERMOSTAT " -(INSTALLED ON SCREENEDAIR EXHAUST) SCREENED/LOUVERED AIRiEXHAUST(UPPER RIGHT SIDE),- FILTERED/LOUVERED.AIR,INTAKE (LOWER LEFT: SIDE), WALL MOUNT TABSTOPAND. BOTTOM BACKWALL . TWO (2)1MOUNTING.: BRACKETS'. ON,FLOORIOF:CABINET - W1"ROUGH-IN"'PANs(FOR MOUNTING:CUSTOMER _ SUPPLIED EIA,RACK ASSEMBLY) FINISH: ANSI GRAY POWDER COAT INSIDE'AND ! OUTSIDE.= :SHIPPING SKID AND PROTECTIVE WRAP ' DOC. QP-104,1 TOTAL Phone # Fax# Pricing is valid for 30 days from date of quote unless otherwise noted. Delivery times:are estimates--,only.and,arercontingent to,shop load at time of order. 281-356-0026. 281-356-0025" Page 4 BISON PROFAB 32227 DOBBIN HUFSMITH MAGNOLIA TEXAS DATE QUOTE,NO. 10/30/2012 53008563-C 77354 SHIPTO SAME NAME/ADDRESS H & H DATA SERVICES - 1310 W EBSTEK AVE FP.COLLINS .COA0524 TERMS FOB SALESMAN CUSTOMER,NUMBER ,NET 30 Wh APPR..: I" ORIGIN" BSP- HH8052 " i ITEM DESCRIPTION' - 'CITY U/M PRICE TOTAL SHMISC ', 39.625" X2S' X25" NEMA 3R CPS WALL MOUNT 21 - 11024= 21,504.00 ENCLOSURE/ MIS CABINET - "FABRICATED;FROM'14GA".CRS`FCONTINUOUSLY WELDEDSEAMS DOUBLE:FLANGEDDOOR -OPENING CON71N000S:SS HINGE I SS HARDWARE - .TWO (2) COMPRESSION; LATCHES ON DOOR ONE (1) # - :2 CABINET LOCK & KEY _ CLOSED CELL NEOPRENE GASKET / GROUND STUDS- - ON.BODY..AND+DOOR TWO POSITION DOOR STOP BRACKET .ONE{1) 115V'105CFMAXIAL'.FAN & THERMOSTAT - (INSTALLED ONSCREENERAIR EXHAUST) SCREENED/LOUVERED AIR: EXHAUST .(UPPER .RIGHT SIDE) - FILTERED/LOUVEREDAIRJNTAKE (LOWER'LEFT. SIDE). - " WALL MOUNT TABS TOP AND BOTTOM BACK WALL TWO (2) MOUNTING BRACKETS-ON:FLOOR OF CABINET I - -W/'ROUGH-IN"'PAW(FOR MOUNTING CUSTOMER " SUPPLIED�EIA RACK ASSEMBLY) FINISH: ANSI GRAY POWDER COAT INSIDE AND - OUTSIDE " SHIPPING SKID AND PROTECTIVE WRAP' Dec QP-104.1 TOTAL Phone # Fax # Pricing is valid for 30-days from date of;quote,unless otherwise noted. Delivery times are astimates.only,and are contingent to shop load, at time of order. 281-356-0026 281-356-0025- Page 2 BISON'PROFAB 32227 DOBBIN HUFSMITH MAGNnI' IA TEXAS DATE QUOTEVO. 10/30/2012 530OB563-C 77354 SHIP TO SAME NAME/ADDRESS i H & H.DATA SERVICES II 1310WEBSTEF;e,AVE FT-COLLINS CO80524 i TERMS FOB° SALESMAN CUSTOMER NUMBER - �,NET30 W/APPR...-' - ORIGIN 'LISP- HH8052 ITEM -DESCRIPTION QTY U/M PRICE TOTAL FREIGHT SHIPPING ?HANDLING - BEST WAY PREPAY ANDADD - (FREIGHT ;NOT ,INCLUDED.IN QUOTE). ESTIMATED LEAD TIME: APPROX. 5 WEEKS"FROM APPROVAL OF SUBMITTAL .DRAWINGS i i i I ' TOTAL $41;811.00 Phone # Fax# Doc. QP-104.1 Pricing.is valid for 30 days fromAate of quote unless otherwise noted. Delivery times are estlmates:only;and; are contingent to shop load -at,time:of order. 281-356-0026 ` 281-356-0025 Page 3' axWORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 055 PROJECT: Mason Corridor— MAX BRT OWNER: City of Fort Collins — Engineering Department ENGINEER: Michael Baker Inc. PROJECT NO: 7332 The following additions, deletions, or revisions to the Work have been ordered and authorized: of WCD): Communications Cabinet Changes (MIS and IT) This work change directive directs the Contractor to price and, if accepted, modify the MIS and IT cabinet specifications according to the approved product submittal (#MIS 271116). The work shall include supplying equipment, labor and materials to perform the work according to the MAX BRT project specifications, attached drawings and approved submittals. The Contractor shall provide a lump sum price differential to that specification which was bid. This change is being initiated by the City to accommodate the actual ICON dimensions with a cabinet that will fit and operate properly (door open; stand to support UPS weight; removable doors; racks that work for Transfort and City IT Dept needs). Attachments (List Supporting Documents): Revised cabinet and rack layout It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the parties expect a Change Order request for approval to subsequently follow this Work Change Directive. Ordered By: (� a— _ August 30, 2013 er Date Recommended By: %�!�� August 30, 2013 construction Malhager Date Copy: Owner; Engineer, Field File - SharePoint 3 U 1 U 1 U 1 U 1 U 15 U MIS Proposed Equipment Cabinet Rack Design (Upper) 1 U I U ADC 24 position I U Fiber Patch Panel Cable Manager Moxa Ethernet Switch Cable Manager Enviromental Monitor 3 U 5 U 17 U 14 . Ali "V ITS Proposed Equipment Cabinet Rack Design (Lower) PoE+ Surge Protector Cable Manager PA Amplifier -TBD UPS — RU size TBD Battery Unit — RU size TBD Created by: Kryste Korf-Bartsch 4/17/201 1 U I U ADC 24 position I U Fiber Patch Panel Cable Manager Moxa Ethernet Switch Cable Manager Enviromental Monitor 3 U 5 U 17 U 14 . Ali "V ITS Proposed Equipment Cabinet Rack Design (Lower) PoE+ Surge Protector Cable Manager PA Amplifier -TBD UPS — RU size TBD Battery Unit — RU size TBD Created by: Kryste Korf-Bartsch 4/17/201 17 U 14 . Ali "V ITS Proposed Equipment Cabinet Rack Design (Lower) PoE+ Surge Protector Cable Manager PA Amplifier -TBD UPS — RU size TBD Battery Unit — RU size TBD Created by: Kryste Korf-Bartsch 4/17/201 PoE+ Surge Protector Cable Manager PA Amplifier -TBD UPS — RU size TBD Battery Unit — RU size TBD Created by: Kryste Korf-Bartsch 4/17/201 Pending Issues Log Protect: Mason Corridor - MAX BRT Contractor Concrete Express Inc (CEP Protect No. 7332 (CEIprotectnumber12409) Date: 11129/13 Ref. No. COp SCC Spec Section Rem Description Data Requested! Amount Statue CCR123 rev WC0082 —done El I. E2-1 and E3-1 exba work 2/182013 $3 443.58 4 898.48 Restakina alignment work around utilities wri bacMitl materials CCR142 rev WCD082 done Cal extre work 2/102013 se oae.7e $15083.08 Connection to a"CMP conduit re air INC3.1 grade chances CCR148 WCD082 done C3-1 edra work i diet thanes 4115=13 $0.00 See CCR 1421nlet than es to C3-1 due to di a ride problems CCR181 pendino Curb and turner dame es ESO- Grawlin Bee 2/132013 $0.00 Cost to address dame ed curb/poicurb/poi need final TBM costs CCR182 — WCD082 done Olive and Mason Utility aMre work 2212013 $2737A4 $3485.93 Chan es to Inlet location utility locations CCRI09 WCD082 done PVC underdrain at MHB3. 4 3r72C13 $1690.50 Lost time to repair and restore 4"underEreln CCR170 WCD082 done Electric vault abandonment 3r712013 51080.00 Lost time to remove electric vault and concrete encased duct CCR171 WCD082 done E2-1 Wityco,flicts 31182013 $4,000.77 $5105.00 Lost time to address utility conflicts CCR174 WCD082 done 181-0 pipe cub at New Mercer 4/152013 $1045.50 $4 712.001 Cost to remove' cut and reset 54" pipe at New Mercertwica CCR175 WCD082 done F1-1 extre work 4/152013 $0.00 $4,199. 101 Sub retle removals and utility nark along F1.1 south of Prospect CCR179 WCD082 done 34.1 extra work W12/2013 $0,00 $8353.31 11 vrork at B4.1 also reference CCR088 CCR180 WCD082 done MSO pond at SpHdc Creek 4/122013 $328,43 Storm Line SCt-1Into S rid Creek -Beaver Habitat CCR193 pending Manholes and inlets unused due to onion changes 5/72013 $7187.00 Extre materials(manholes/inlets) from storm design than es CCR198 notused Top mil to chain link fence-Dellenbach 8/172013 $0,00 Add top mil to chain link fence at Oellen bath- Swallow north bow no not accepted bOwner CCR199 WC0090 done 2-Pole contact kits 8/172013 $5871.05 2- ole contact kite for lahi control at stations -RF1052 OCR200 WCDO91 tlone Cardinal palot top coat - Cole fixtures 6/172013 $1211.70 Cardinal paint top clear cost for all A fixtures - Cole Li htln CCR203 WCD092 done Winna for LCC to camera and TVM locations 8212013 $79893.45 Furnish and install wima from each TVM camera pole and ECS CCR202 done Camera Poles drM2013 $30818.55 Furnish and install KIM li htln coles, to be used as camera Mies CCR not accepted) CCR204 WCD093 done BB Poles at University Station 8212013 $14 425.95 Furnish and install 5 BB miss at University Station pending Access Gate than es 8282013 $89979.05 Access gate than i Includino extre parts porcine Storm Line I1-1 deletion par request from CSU' keep inlet and some pipe removal Potholino Overrun Pro acted to W around 1,000 him vs 3501n bid Add da hot concretes -In at Mountain Delete tnIng from contract credit Delete H2O load rated vaults from contract MIS duct bank credit Delete waterline i at El-1 credit Add allowance forspecialty si ns Delete truncated domes at each T el station platform credit Licht Poles B2 at Horsetooth reduced height to Type B credit re oi total Reconcile all ITSIMIS items Delete MSO Pond Linin(day liner credit Delete extensive grounding at stations credit Delete/change drilled seed to hydmmulch credit Pending Issues Log QMA Date: 11/29/13 Rat. No, CDo SCC Spec Section Item Description wa Re Datested Amount Status licenclung Total: Chance Omer #1 Subtotal: $51 213,91 Chance Order#2 Subtotal: $7191039 Change Order#3 Subtotal: $51037,88 Chance Order#4 Subtotal: $220240.42 Chen a Order#6 Subtotal: $1779894.43 Change Order #6 Subtotal: $95111.82 Chen a Order#7 Subeyal: $38343.9e Charge Onier#8 Subtotal: $42081.32 Chance Order#9 Subtotal: $55658.10 Change Order #10 Subtotal: $55287.42 Change Order #11 Subtotal: $51 751.28 Chance Order #12 Subtotal: 578891.62 Change Omer #13 Subt0tal. $47818.41 Change Order #14 Subtotal $75756.04 Chance Order #15 Subtoae 1, Chen a Order #16 Subtotal'. Change Order Subtotal: $2712994.60 in" antract mount u ontract mount ro acted an n -sues as a e ontm mount X 80 en a ar as a rove 1% • neecs action by CM o needs action by Contractor MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand June 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. 184 and 209 ICON and Curb Height Changes — WCD050 Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 50 to address changes to the curb height and grades at each station. New grades representing a 13-inch tall curb have been provided to the Contractor under separate cover. This change is being initiated to address design issues with the NABI bus front door that required the platform curb height to be 13-inches versus the 14- inch design provided for in the contract drawings. The Contractor shall remove and replace installed platform curb at both the Olive southbound and DTC northbound stations. The Contractor shall also make ICON foundation modifications to Mountain northbound, DTC and Swallow southbound to accommodate the finished floor elevation of each platform. Attached please find the proposed Contract Change Request 184 and 209 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. CEI contract units were used to compute expected costs for the removal and replacement work. For the partial ICON demo, prevailing wage rates and estimated labor hours were computed to provide expected cost. This cost estimate is attached. The estimated cost for the Replace Platform Curb, Repair ICON Foundations design change is $12,507.47. I find CEI's Contract Change Request 184 and 209 in the amount of $12,214.40 to be reasonable for the required increase in scope. As such, I recommend acceptance of this additional cost to the contract. Keith Meyer PE Construction Project Manager CH2M HILL Team 970-988-8605 keith. mever(a)ditescoservices.com Cc: job file