Loading...
HomeMy WebLinkAboutWORK ORDER - BID - 7332 MAX BRT PROJECT (2)System for Award Management Page 1 of 1 CONCRETE EXPRESS, INC. DUNS: 184088763 CAGE Code: 442U2 Status: Active Entity Overview Entity Information Name: CONCRETE EXPRESS, INC. Doing Business As: CEI Business Type: Business or Organization POC Name: Jessica Nuncio Registration Status: Active Activation Date: 06/03/2013 Expiration Date: 05/21/2014 Exclusions Active Exclusion Records? No SAM I System for Award Management 1.0 Note to all Users: This is a Federal Government computer system. Use of this system constitutes consent to monitoring at all times. 2027 W COLFAX AVE DENVER, CO, 80204-2331, UNITED STATES IBM v1.1413.20131213-1603 WWW4 https://www.sam.gov/portal/public/SAM/?portal:componentld=66fdb6O2-77f6-4baO-9l4... 12/17/2013 Change Management Checklist Compliance ..- Reviewed Reference Initials Part of the Build Alternative; Reviewed for compliance with 10/15/13 included in SCC 50.02; outside KM Environmental Assessment the EA area of influence but within CDOT right of way Included in traffic control plan for Reviewed for construction/safety impacts 10/15/13 work in area; approval from both KM City and CDOT obtained Independent cost estimate prepared 10/15/13 As attached to this memo KM Part of the build alternative; Reviewed for PCGA grant compliance 10/15/13 included in SCC 50.02; warrants KM met and will assist BRT operations into and out of STC Reviewed for real estate impacts/needs 10/15/13 Construction inside public right of KM way or easements Reviewed for compliance with design css-b a/ADA htto://www.access-board a-aba/ada- 10/15/13 ADA standards and accessibility KM standardsCot.cfm t.cfm improvements art of design. P P 9 ditesco Independent Cost Estimate Date of Estimate: 13-Oct-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 new signal installation at Fairway and College according to plans Issued by Interwest Consulting Group 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 Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product/Item I Unit Price I Quantity Unit Unit Price Item Totals See attached Engineer's estimate from Interest $ SubTotal $ - Coat of Services, Repairs, or Nonstandard Items Itemlrask: Materials or Work Description Other Direct Costs Labor Rate $ I Labor Hours Labor Class Allocated Overhead SG&A• Profit Notes: Data Source TOTAL $ $ u ota - Signature of Prepares 'Selling, General and Adminisdative Epenses TOTAL $ Fairway and College Signal Quantity Tabulation for Pricing - WCD070 Independent Cost Estimate Comparison (Interwest Consulting) Items to be provided by Contractor (not City Forces) Item# Item Estimated Quanta Unit Estimated Unit Cost-Interwert Estimated Total Cost - Interwest Unit Cost -CEI Total Cost -CEI 1 Remove Sidewalk 76 SY $ 14.00 $ 1,064.00 $ 10.05 $ 763.80 2 Remove Curb and Gutter 130 LF $ 7.00 $ 910.00 $ 4.50 $ 585.00 3 Remove Concrete Pavement 66 SY $ 20.00 $ 1,320.00 $ 16.80 ($1,108.80 4 Remove Asphalt Mat 19 SY $ 20.00 $ 380.00 $ 4.80 $ 91.20 5 Remove Light Standard and Caisson 1 EACH $ 2,500.00 $ 2,500.00 $ 1,300.00, $ 1,300.00. 6 Concrete Pavement(10") 67 SY $ 80.00 $ 5,360.00 $ 58,47 $ 3,917.49 7 Concrete Sidewalk l6') 44 SY $ 40.00 $ 1,760.00 $ 38.22 $ 1,681.68. 8 iConcrete Curb Ramp/Truncated Domes 48 SY $ 50.00 $ 2,400.00 5 72.30 -$ 3,470.40' 9 Curb and Gutter Type 2 165 LF $ 16.00 $ 2,640.00 $ 12.90- $ 2,128.50. 30 Gutter Type 2(W-0',T=10") 30 LF $ 40.00 $ 1,200.00 $ 22.96-'$. - 688:80 11 Drilled Caisson (18 inch) 4 LF $ 200.00 $ 800.00 $ 123.00 $ 492.00 12 Drilled Caisson(36 inch) 76 LF $ 375.00 $ 28,500.00 $ 400.00 $ 30,400.00 13 2Inch Electrical Conduit (Bored) 705 LF $ 14.95 $ 10,539.75 $ 17.96 S 12,661.80 14 31nch Electrical Conduit (Bored) 570 LF $ 16.75 $ 9,547.50 $ 19:60� $ 11,172.00 15 Patching 40 TON $ 120.00 $ 4,800.00 $ 75:00.. $ - 3,000.00 16 Surveying 2 DAY $ 1,100.00 $ 2,200.00 $ 1,150.00 $ - '2,300.00 SUBTOTAL $ 75,921.25 SUBTOTAL. $ 75,761.47 17 Erosion Control 1 LS $ Boom $ 800.00 5 500.00 $ 500.00 18 Traffic Control 1 LS $ 12,000.00 $ 12,000.00 ,.5.. 16,871.00 5 16,871.00 19 Mobilization 1 LS $ 3,796.06 5 3,796.06 $ 4,067.00 $ - 4,067.00 20 Irrigation/Landscape Restoration 1 LS - - _$. 800.00 $ 800.00 TOTAL $ 92,517.31 TOTAL $ 97,999.47 . CrF9 Fundlnn Item# Item Quantity Unit Unit Price Total Cost la Remove Sidewalk 76 SY $- n -'1005 5 :"w'l' "l763.80 2a Remove Curb and Gutter 130 LF 3a Remove Concrete Pavement 66 SY 4a Concrete Pavement(10") 67 SY 5a Concrete Sidewalk(6") 44 SY $ 1-3822 ,S - -' .. 1;681.68' 6a Concrete Curb Ramp/Truncated Domes 48 SY i$ %"r VS ?7230 7a Curb and Gutter Type 2 165 LF $ `:--,12 90 $ -' :'2;128;50 Ba Gutter Type 2 (W-0', T=10") 30 LF 22 W ➢$ kt-,V.,,'4?PJ688.80d 9a Milling-Fairwa to Fossil 3200 SV $ .4=. ,: a5'i'.v400t s$`.?'EC7'12,800,M 10a HMA Pavan -7 inches (PG 58-28) 1232 TON $ ^`. ^ "',.76 75. $ -..."T `94,556.M 11a lGrading (fine a0.1') - Blading 20 HR .$ +- ' 11800' ,$ sOW --2,360.00 12a Traffic Control 1 LS 'S irT-;`'3)50000 $L-'T. �',,*3;500:G), 13a Mobilization 1 LS 1,$'- `;2,50000 $ k92,500.= w'TOTAL'..-"<!$ Ja+.130,060:4T Tmd 7110113 Erika Keeton, PE Special Projects Engineer City of Fort Collins 281 North College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: 216 WCD#70 CEI PROJECT #: 12-009 CONTRACT NUMBER: 7332 CONTRACT DATE: CONTRACT NAME: Mason Corridor BRT Pricing to address WCD #70 - to install a traffic signal at the Intersection of Fairway and College LOCATION: Intersection of Fairway and College MEMO NO.: NA MEMO DATE: NA COST CODE: NA DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL Remove Sidewalk 76 SY $ 10.05 $ 763.80 Remove Curb and Gutter 130 LF $ 4.50 $ 585.00 Remove Concrete Pavement 66 SY $ 16.80 $ 1,108.80 Remove Asphalt Mat . 19 BY $ 4.80 $ 91.20 Remove Light Standard and Caisson 1 EACH $ 1,300.00 $ 1.300.00 Concrete Pavement 10" 67 SY $ 58.47 $ 3,917.49 Concrete Sidewalk (61 44 SY $ 38.22 $ 1.681.68 Concrete Cum Ram 7Tmncaled Domes 48 SY $ 72.30 $ 3.470.40 Curb and Gutter Type 2 165 LF $ 12.90 $ 2,128.50 Gutter Type 2 (VY=4', T=10 30 LF It 22.96 $ 688.80 Drilled Caisson If8' 4 LF $ 123.00 1 $ 492.00 Drilled Caisson 36 76 LF $ 4D0.00 $ 30.400.00 2" Electrical Conduit Bored 705 LF $ 719fi i $ 12,661.80 3" Electrical Conduit Bored 570 LF $ 15.60 $ 11 172.00 Asphalt Patch 60 SY $ 0.DO $ 3000.00 Erosion Control 1 LS $ 500.00 $ 500.00 Traffic Control 1 1 1 $ 16871-.00 $ 16,871.D0 Surveying i LS $ r-2;300.IX1 $ 2,300.00 In/Landsoa a Restoration 1 LS $ 800.00 It 800.00 Mobilization 1 LS 1 $ 4007.00. $ 4,067.00 SUBTOTAL $ 97,999.47 Concrete Express, Inc., requests 12 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, NORTHERN, COLORADO TRAFFIC CONTROL, INC: 1712 1STAVENUE a PO BOX 490 GREELEY, CO 80fi32 XA GREELEY; 970-356-6887 - METRO; 303-65941729 - FAX: 970-356.5862 TRAFFIC CONTROL QUOTE CHANGE ORDER k 4 PROJECT City of Fort Collins 7332 MAXIBRT QUOTE DATE 09/0112013 FAIRWAY LANE SIGNAL INSTALLATION ADDITIONAL DEVICES FOR S. COLLEGE AVE. & FAIRWAY LANE 35 EA B SIGN PANELS WITH STAND $50.00 $1,750.00 11 EA A SIGN PANELS WITH STAND S20.00 $226.00 4 EA TYPE III BARRICADES S40.00 $160.00 24 EA DRUMS _ $20.00 $460.00 2 EA ARROWBOARDS 5600.00 $1,200.00 6 EA TRAFFIC CONTROL PLANS $35.00 $210.0% Per Day Traffic Control Supervisor and 1Truck (12 Hi Max Shift) l 6oee $500.001vr 2 Per Each Certified Flagger ( 12 Hr Max Shift Each) 6�'w 52i.00. $504.06/11,47 Per Day (3 Hr Minimum Per Flagger) ty� Overtime Rate for TCS (Over 12 Hours per day) $50.t10 Per Hour TCS (Over 12 Hour Day) @ $50.00/Hour . Overtime Rate for Flaggers (Over 12 Hours per day) $29.000 Per Hour Flagger (Over 12 Hour Day) @ 29.0011-Iour .rD) NOTE:. Additional Devices (If Needed) Shall be billed at Contract Prices Concrete Express: By: Name: Date: Northern Colorado Traffic Control: By: �/T-,/./ n /ram •/ / . Name:--A%1.L1L A RmscU P./11 Dale: max WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: PROJECT: Mason Corridor - MAX BRT OWNER: City of Fort Collins - Engineering Department ENGINEER: Michael Baker Inc. 070 PROJECT NO: 7332 The following additions, deletions, or revisions to the Work have been ordered and authorized: Description of Work: (Title of WCD): Fairway Signal Construction (Fairway and College) This work change directive (WCD) directs the Contractor to price and, if accepted, install caissons, traffic signal conduit (bored), ADA handicap ramps, flatwork and supporting infrastructure to construct a new traffic signal at the Fairway/College intersection according to the attached plans, bid schedule and BRT specifications. The Contractor shall use the MAX BRT specifications (bid 7332) as a basis for pricing the work including coordination with City Traffic Operations who will provide poles, anchors, caisson conduit, mast arms, signals, wiring, vaults, striping, etc to complete an operable signalized intersection. This work shall be priced according to the attached bid schedule and paid for by the unit according to this schedule as work progresses. This change is directed by the Owner to install a traffic signal to facilitate BRT operations to the South Transit Center. The intersection warrant study was completed and accepted by both the City and CDOT. Attachments (List Supporting Documents): Bid schedule; Construction plans (Sheets 01-03) It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the parties expect a Change Order request for approval to subsequently follow this Work Change Directive. I Ordered By: July 5, 2013 ner Date Recommended By: ` July 5, 2013 Construction Miffiager Date Copy: Owner; Engineer; Field File - SharePoint WC0070-FAIRWAY SIGNAL-07-05-13-DRAFT FOR PRICING PAGE 1 OF 1 Fairway and College Signal Quantity Tabulation for Pricing - WCD070 June 2013 Items to be provided by Contractor (not City Forces) Item # Item Estimated Quantity Unit Estimated Unit Cost Estimated Total Cost 1 Remove Sidewalk 76 SY $ - 2 Remove Curb and Gutter 130 LF $ - 3 Remove Concrete Pavement 66 SY $ - 4 Remove Asphalt Mat 19 SY $ - 5 Remove Light Standard and Caisson 1 EACH $ - 6 Concrete Pavement (10") 67 SY $ - 7 Concrete Sidewalk (6") 44 SY $ - 8 Concrete Curb Ramp/Truncated Domes 48 SY $ - 9 Curb and Gutter Type 2 165 LF $ - 10 Gutter Type 2 (W=4', T=10") 30 LF $ - 11 Drilled Caisson (18 inch) 4 LF $ - 12 Drilled Caisson (36 inch) 76 LF $ - 13 2 Inch Electrical Conduit (Bored) 705 LF $ - 14 3 Inch Electrical Conduit (Bored) 570 LF $ - SUBTOTAL $ - 15 Erosion Control 1 LS $ - 16 Traffic Control 1 LS $ - 17 Surveying 1 LS $ - 18 Mobilization 1 LS $ TOTAL $ TRAFFIC N N RAI NO I. CONDUIT, POLE. AND PULL BOXES LCCAnONS ME APPROXWWC. EXKT LOCATIONS SWLL BE MARKED By THE RESPOI6IBLE PATT AND APPROVED IN THE FIELD W TIE CTY. 2. ALL EXISTING UTILITY LOCATIONS ME MPROXBIATE THE RESP01618LE PARTY SHALL FIELD VERVY THE EXACT LOCATION Of ALL UTILITIES BEFORE COMMENCING WORK AND MREES TO BE FULLY RESPONSIBLE FOR ANY DNACFS WHICH WY OCCUR BY THE RESPONSIBLE PARTY'S FAILURE TO EXACTLY LOCATE AND PRESERVE ANY AND ALL UNDERGROUND UTILTIES 3. ALL WORN SHALL BE IN ACCORDANCE WITH THE SIMDMD SPECIFICATIONS FOR ROAD AND 9REGF COt 1RLK1ON (AND CURRENT REVISIONS) (COLORIDO DEPARTMENT OF TRANSPORTATION, 2011). THE AM STANDARDS (COLORADO DEPARTMENT OF TIMI PORTATDN. 2012). I6RIMM COUNTY URBAN MCA SIR STANDARDS (2007). AND CRY OF FORT CT)L1NS STANDARDS AND SPECFCATIONS, TIE RESPONSIBLE PMIY S1V1L CONTACT TIE TWnC ENGINEER A MINIMUM OF 48 HOURS AND A MAXONM OF 96 NOINS PRIOR TO STAMM TPNTIC SIGNAL CONSIRL)CTDN. 4. ALL SGNAL POLES. MAST AFW LUNDURE ARMS AND EXTENSONS SHALL BE POWDER MTM O.0 GALVANmHC. STANDARD RETARD) BROWN OR FOREST MIN COLOR SHALL RE USED. S. STREET LOO WMWAIRE E%TEI6L016 (GALVANIZED AND PAWED) SHALL BE ORDERED ON ALL POLE, A 3 F00T LUIIOTA6E MOUNTING HERE NN A IS-F00T WYNADE A81 (GALVANIM AND PANTED) SWLL RE USED TO MOUNT A 250 WATT HIPS STEEIUGNT FEXILRE STREET" FIXTURES ARE TO RE PURR ASED FROM THE CITY OF FORT COLLINS WMEHOUSE 6. ASC3 CONTROLLER AND CAEOU MODEL J= WITH M 8- BASE MATTER, WINED FOR A FULL 8 PME WITH OVERLAPS OPMTTON WDH THE LATEST VERSION OF CITY APPROVED FIRMWARE 6 REWIRED. T. CTIY STANOACI FIBER/ETHERRT SWITCH AND COMPLETE WIRING IS REWIRED, 8. OPTICOM THE PREEMPRW SYSTEM COMPLETE WTTH DETECTORS, WINING, AND CORD IN THE CABINET (CAR SYSTEM) 6 REWIRED. 9. TRAFFIC SIGNAL POLES DWI MEET COOT 5-614-40A SPECNGigNS AND MWLRATTLU MUST BE PRE -APPROVED BY TIE EXACT BRIDGE TIMM. 10. SIGNALS SMALL BE YFLDW, ALUMINUM SIGNAL FEARS WITH 4' BLACK BACK PLATES (FOR U4R19:AD SIGNALS). SIGNALS SWLL BE MOUNTED USING SNYBRACIRTS GEAR TIE CENTER Of FAM TALE 11. SCNAIS, STRIPING. AND WARM TO RE PROMOTED BY CTTY OF FOR CXX Ib TRAFFIC. 12 BORING TO TE PROVERB BY CONINLTOR SHEET INDE%- 01 GENERAL NOTES AND WANITFS TMULATCN 02 TRAFFIC SIGNAL PLAN 03 RAMP 06 Rg91EM PLAN �L'/:17f[6i�7LF1:!:1�6P TI_i1111IX`7/.I111F,\i[6P.1 ND. RON LM arc SN ORIIED LAB➢X (Ifi M1L11) B 4 303 LRAILD CAS D% M1pQ UF M $13 CONCRETE FOUNDATION PAD fA 1 613 2 NCH EIECIRIFNI CCNIXR B M 613 3 NCH FIFCIMGL CVNIXD B 19) 613 2 NW EItLMM (XVIDUT (BORED U, Tpy 613 3 PON ELELTIRNI CONDUIT WA TO) CF 570 613 PULL 90X (YFMUM) G 3 613 PULL BOX BARGQ G 1 613 WROY IS 1 614 SON PANEL (CLASS Q 9 44 514 PE111STLAM SIGINL FIDE (16) (CgNIWMII TYPE) CA 5 614 TRWIC SIGNAL FACE (12-12-12) G 12 914 TPAFIIC SCNAL FACE (12-12-12-12) BA 4 614 IRMC SGNAL DOODLER CABAU I= TYPE) G 1 614 TRAFFIC SIGNAL CONDOLIfR (APT TYPE) G 1 514 Pm61MA1 PU91 BORON G 6 514 DPICCM FRE PREDATION UNT G 2 614 MFISECIM DLTEC1011 M (Uww G 4 614 TRAFFIC SMNNL- POLE STBL T-W FOOT MAST ARM) G 1 614 TRAFFIC 9GWLilMIT POLE STRL (I� FWI MAST NtlQ G I 614 TRAFFIC SICNALA.GE POLE SIFT. (1-50 FOD MAST AM) G 2 614 PEDESTAL POE MEEL) G I 514 LFTIIIERRLLFlED POWER SUPPLY G I 614 FRERAETERWLT SWMCK G I o"rt Collins x-YJ ;\ W x-r f4lo II e • FAIRVAr x-x ( ) e x-]• ( ) `• 1 Ay II mrour ro PDNm sort a n� (1-21; IX61NO SII✓EEi l V N•PIW TI' NpBX K NI I BG 3-x. "M) I x-Y (BM) O O x-x•(BWBB, lxc3• (BOf® (YNitiM.'m'u. N11F41: ;�mna wr PEnlaa• 'HYBWIt DIGNU.1XXSi raxr ro swta IPBx1¢s• r', QI(�O �M 11 I - I LEGEND I j rsw mNF1c .,^,,., twlrt FOIE • rfw FroBtTN. me ' � NF4' PEDfSIRW! SXSW NgG1YA1 5 \ f- NBY 9CNN NgCNpX 1-2• fF tEW 9fW1 NOYNpN Y101 BVx( PLVE 1 x-r 0 NEX PULL BOX (I W) w © FEW PULL BOX (EWfi- Rlw) — n NEM P.0 LObNf (YIBgIIE B0, i A rcw PBxinaN1 Dual amBN I .:.� I « NBw oPrcoN PP1mm�N oBHCB I � rar: yvm oErtcllBx Fear . NVICIPImuI NOTE 8? e IFY N1xPNLFR ND CNBET PE Wmw IR By c Mm mr; PHASING DIAGRAM City LigNIa ritl m r Z Q W J z (L QJ J Q toQ Z W 3 L7 J R e J - 0LL U Ll Xa L a) Q F u I P I I ' �+� EmiND snaEr B az B e4 � p. OIi1E SfNOVAU g6mIC 1Lf.11E xBw PD1E/� fN IOP DOSIIE iXilf FTC-] 4 III I • � � iCI_L. USED �_ I I ;LLWf(Il m SIGNAL DETAILS 0 IY P IY [� $Colle a 4900 IY Y 0118 Y G IY O Y $College ;;o! 'i! wa�.m sun VOW By cOmnao. SIGN DETAILS ell N m mm I Fairway ao' tOG1DN bStt11 OK• YASf NL IFHCIiI NN COP1fP 36• >5' rMIG 143x059.354 3118 6w SN COtOEA 36• b' 1N598D.94] 311 BSx5.614 HE COPIfIi 3A• SIY I{3xKA.4]B 31184x].151 SE COPNEA 36' b' 1431995.9BI 3118435.925 64'.I B• o ONLY Bmm: RISE 9WrfY NOPUONFK OA1W. COWPIIp mm PINE 000P0N m w B3(xWn ONiIY. XOEBENBL CONB81l P/SBB UPoN 1PY81 YBS XEfNOf% O0.g91G R3-Y I 6 N t100FlEp S1AlE PLNE ' ® ]0•al8 • ffR COOP 814-b-A Sfkdldl PVN 1 Fairway W W.18• p ¢ IB xD SC/lE IN FEET 02 r F SC1lE IN FFET f I 2 I /� �➢2Y'1I '/`� I i I _ D202 i l-n D2Il I 1 I e ,n 91 D0 ' B KUT (TW) 'ALL• ' n 91.95 COOT TYPE lA I / • 2 DL%%" Y 6' DEEP ' —� ' �— a �R�15.0'_ 2 91. D1 IIX' Y2IJ • --- •• PLOT TYPE 3Af 5' DEEP rt e. IP .I b IS Q1 RE110VE AND REFUGE / A OF T1EA (TYPE]) mod{ a 942e _' '. . IN'.' P M MOT TYPE ZA n D6D1 e 6 DEEP Ter Den l- I CpOT TYPE to . - T DEEP W/ A BEHIND R 190 _uerw, n 9LZ7V n P.M ...R M32e n m.w e � -BO.T I J �/INIW I I y I 9Ta2 I�{,�rSew n i i � \ COOTTYM. S. N16X SE RAMS 9Y COMI R�la' TOC Tro. ,1 92 M [TLX IXI9TW0 L; 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 WCD070 into the BRT contract. 2. Description of Change: See attached Exhibit A to this change order and supporting work change directive. 3. Change in Contract Cost: 4. Change in Contract Time: See attached Exhibit A 97 TOTAL APPROVED CHANGE ORDERS $ 2,712,994.60 TOTAL PENDING CHANGE ORDERS $ 31,226.77 TOTAL THIS CHANGE ORDER $ 97,999.47 TOTAL % OF ORIGINAL CONTRACT, THIS C.O. 0.31 % TOTAL % OF ORIGINAL CONTRACT, ALL C.O.'S 8.91 % ADJUSTED CONTRACT COST $34,729,099.78 (Assuming all change orders approved) ACCEPTED BY: I Contractor's Representative REVIEWED BY: 1- Construction ManagVrvicme APPROVED BY: City Project Manager APPROVED BY: Director of Infrastruc APPROVED BY: Purchasing Agent over $60,000 cc: City Clerk Architect Contractor 4p Engineer Project File Purchasing DATE: ( a$ DATE: 13 DATE: IZ-3.13 DATE: / G - S - /3 DATE: 12, - I [ - I CHANGE ORDER NO._ PROJECT TITLE: Old Town Parking Garage Canopy ^_ CONTRACTOR: Classic Contractors, INC. PROJECT NUMBER: OP-451011 DESCRIPTION: OTPG - Canopy Over West Exit of F6rt Collins. In preparing change orders show in order as separate numbered paragraphs the following: 1. Reason for change: Change in scope of work for the contractor. 2. Description of change -Added demo., concrete, and electrical work per attached Classic Conlractors change oiaers. 3. Change in contract cost: Yes. 4. Change in contract time: Yes, the Substantial Completion date has been changed to 12120/13. The Final omp et on ate as een c ange to (Attach additional sheets as required) ORIGINAL CONTRACT COST TOTAL APPROVED CHANGE ORDERS TOTAL PENDING CHANGE ORDERS TOTAL THIS CHANGE ORDER TOTAL % OF THIS CHANGE ORDER Total C.O. % of Original Contract ADJUSTED CONTRACT COST ACCEPTED BY:, ACCEPTED BY: REVIEWED BY: APPROVED BY APPROVED BY: Project N/A 4.60% 4.60% Karl Schmidt Ethan Coaens $192,44e.01) $0.00 $0.00 $8,852.79 $201,300.79 /2-(9/-/- Date Z ,d Dat N/A Date �2 Pdn ame Ken Mannon Date Print Name N/A If over $60,000 - Purchasing Director cc: City Clerk Project File Contractor Purchasing Engineer N/A Date FACILITIES REQUISITION FORM VENDOR Classic Contractors, MC. DATE 12/12/13 REQ BY: Ethan Cozzens Work Order # OP451011 Billable? Y/N CHARGE# 100.510102.535010 TOTAL COST: $11,384.98 BUYER: John Stephen OTY DESCRIPTION COST Amend PO# 9135291 to include work described in the attached back-up for change order #Ito Classic Contractors dated I2-6-13. $8,852.79 Amend PO# 9135291 to include work described in the attached back-up for change order #2 to Classic Contractors dated 12.12.13. $2,532.19 ADDITIONAL INFO COMPUTER INPUT INFORMATION: VENDOR# REQUISITION # DATE ENTERED: CLASSIC CONTRACTORS, INC. EST Date: Nov. 22, 2013 P.O. Box 2798 Description: OTPGC Remove concrete In 2 Islands, replace with colored Loveland, CO. 80539 broomed concrete, replace electrical conduits and J be PO LABOR HOURS RATE TOTAL Mgr/Est Salary 4 hrs. $ 45.00 $ 180.00 Foreman Regular time 12 hrs. $ 35.00 $ 420.00 Overtime 0 hrs. $ 52.50 $ Carpenter Regular time 0 hrs. $ 33.00 $ Overtime 0 hrs. $ 49.50 $ Laborer Regular time 8 hrs. $ 23.00 $ 184.00 Overtime 0 hrs. $ 34.50 $ - Subtotal $ 794.00.E Vacation Pay 4.17% $ 32.65 Small tools 5.00% $ 40.83 Payroll taxes, Worker's Comp. 39.40% $ 321.76 / TOTAL LABOR $ 1,179.25 I MATERIAL & EQUIPMENT Oty Price AMOUNT Backhoe 1 $550.00 $ 550.00 Haul Debris 1 $150.00 $ 150.00 $0.00 $ $0.00 $ $0.00 $ TOTAL MATERIAL & EQUIPMENT $ 700.00 / SUBCONTRACTORS AMOUNT Choice City Electric $ 1,275.00 WamerConcrete $ 1,975.00 Advanced Caulking $ 490.00 SUBCONTRACTORS $ 3,740.00 / TOTAL MISCELLANEOUS AMOUNT $ TOTAL MISCELLANEOUS $ SUBTOTAL $ 5,619.25 INSURANCE 1.25% $ 70.24 GENERAL CONDITIONS 10.00% $ 561.92 SUBTOTAL $ 6.251.41 MANAGEMENT FEE 0.00% $ SUBTOTAL $ 6,251.41 OVERHEAD & PROFIT 15.00% $ 937.71 SUBTOTAL $ 7,189.13 BOND 2.84% $ 204.17� TOTAL CHANGE ORDER (s`7,393.30 SCHEDULE IMPACT: Add to schedule 0 Days it approved with days. OWNEWREPRESENTATIVE SIGNATURE: CLASSIC CONTRACTORS, INC.: Date: J CLASSIC CONTRACTORS, INC. EST Date: Nov. 22, 2013 P.O. Box 2798 Description: OTPGC Added cost for power & data boxes for future booth per Loveland, CO. 80539 Nov. 6, 2013 PO LABOR HOURS RATE TOTAL Mgr/Est Salary 0 hrs. $ 45.00 $ - Foreman Regular time 1 hrs. $ 35.00 $ 35.00 Overtime 0 hrs. $ 52.50 $ Carpenter Regular time 0 hrs. $ 33.00 $ Overtime 0 hrs. $ 49.50 $ Laborer Regular time 0 hrs. $ 23.00 $ Overtime 0 hrs. S 34.50 $ - Subtotal $ 35.00.E Vacation Pay 4.17% 1.46 �j Small tools 5.00°/ 1.82 Payroll taxes, Workers Comp. 39.40% $ 14.36 •� TOTAL LABOR $ 52.64 MATERIAL & EQUIPMENT Qty Price AMOUNT 0 $0.00 $ 0 $0.00 $ $0.00 $ $0.00 $ $0.00 $ TOTAL MATERIAL & EQUIPMENT $ SUBCONTRACTORS AMOUNT Choice City Electric $ 425.00 $ 425.000" TOTAL SUBCONTRACTORS MISCELLANEOUS AMOUNT TOTAL MISCELLANEOUS $ SUBTOTAL $ 477.64 INSURANCE 1.25% $ $ 5.97 47.76 GENERAL CONDITIONS 10.000/6 SUBTOTAL $ 531.38 MANAGEMENT FEE 0.000% $ SUBTOTAL $ 531.38 OVERHEAD & PROFIT 15.00% $ 79.71 SUBTOTAL $ 611.09," 17.35/ BOND 2.84% $ TOTAL CHANGE ORDER [S'-628A4;1, SCHEDULE IMPACT: Add to schedule 0 Days If approved with days. OWNEWREPRESENTATIVE SIGNATURE: CLASSIC CONTRACTORS, INC.: Date: Date: 6 CLASSIC CONTRACTORS, INC. EST Date: Nov. 22, 2013 P.O. Box 2798 Description: OTPGC Remove added sidewalk concrete to square out cuts ira Loveland, CO. 80539 angled cut shown on plans. PO LABOR HOURS RATE TOTAL Mgr1Es1 Salary 0 hrs. $ 45.00 $ Foreman Regular time 2 hrs. $ 35.00 $ 70.00 Overtime 0 hrs. $ 52.50 $ Carpenter Regular time 0 hrs. $ 33.00 $ Overtime 0 hrs. $ 49.50 $ Laborer Regular time 0 hrs. $ 23.00 $ Overtime 0 hrs. $ 34.50 $ Subtotal $ 70.00 Vacation Pay 4.17% $ 2.92 Small tools 5.000/6 $ 3.65 / Payroll taxes. Worker's Comp. 39.40% $ 28.73 TOTAL LABOR $ 105.29 MATERIAL & EQUIPMENT Oty Price AMOUNT Sawcut 1 $225.00 $ 225.00 Haul Debris 1 $80.00 $ 80.00 Concrete 1 $121.35 $ 121.35 $0.00 $ - TOTAL MATERIAL & EQUIPMENT $0.00 $ $ 426.35 SUBCONTRACTORS AMOUNT Warner Concrete $ 100.00 TOTALSUBCONTRACTORS $ 100.00/ MISCELLANEOUS AMOUNT TOTAL MISCELLANEOUS $ SUBTOTAL $ 631.64 INSURANCE 1.25% $ 7.90/ GENERAL CONDITIONS 10.00% $ 63.16,1" SUBTOTAL $ 702.70 MANAGEMENT FEE 0.00%a $ - SUBTOTAL $ 702.70 OVERHEAD & PROFIT 15.00% $ 105.40 SUBTOTAL $ 808.10 BOND 2.84% $ 22.95 TOTAL CHANGE ORDER cs` '831:05 SCHEDULE IMPACT: Add to schedule 0 Days it approved with days. OWNER/REPRESENTATIVE SIGNATURE: CLASSIC CONTRACTORS, INC.: Date: Date: PROJECT TITLE: CONTRACTOR: CHANGE ORDER NO. 2 OTPG - Canopy Over West Exit Classic Contractors, INC. PROJECT NUMBER: OP-451011 DESCRIPTION: OTPG - Canopy Over West Exit r Collins In preparing change orders show in order as separate numbered. paragraphs the following: Reason for change: Change in scope of work for the contractor 2. Description of change Added labor and material to relocate the roof drain and install future electricaltdata. 3. Change in contract cost: Yes. 4. Change in contract time: No. (Attach additional sheets as required) ORIGINAL CONTRACT COST TOTAL APPROVED CHANGE ORDERS TOTAL PENDING CHANGE ORDERS TOTAL THIS CHANGE ORDER TOTAL % OF THIS CHANGE ORDER Total C.O. % of Original Contract ADJUSTED CONTRACT COST ACCEPTED BY: ACCEPTED BY REVIEWED BY: APPROVED BY APPROVED BY; Print Name Representative 1.32% 5.92% If over $60,000 - Purchasing Director cc: City Clerk Project File Contractor Purchasing Engineer $192,448.00 $0.00 $8,852.79 $2, 532.19 $203,832.98 l2-t2-! Date z I Date PA Date Date Date , CLASSIC CONTRACTORS, INC. P.O. Box 2798 Loveland, CO. 80539 LABOR Mgr/Est Salary Foreman Regular time Overtime Carpenter Regular time Overtime Laborer Regular time Overtime Subtotal Vacation Pay Small tools Payroll taxes, Worker's Comp, TOTALLABOR MATERIAL & EQUIPMENT TOTAL MATERIAL & EQUIPMENT SUBCONTRACTORS Choice City electric TOTALSUBCONTRACTORS MISCELLANEOUS TOTAL MISCELLANEOUS SUBTOTAL INSURANCE GENERAL CONDITIONS SUBTOTAL MANAGEMENT FEE SUBTOTAL OVERHEAD & PROFIT SUBTOTAL BOND TOTAL CHANGE ORDER SCHEDULE IMPACT: Add to schedule EST Date: Dec.11, 2013 Description: OTPOC Add 1 new power raceway in each bay, add data racewr bay. PO HOUR RATE TOTAL 0 hrs. $ 45.00 $ - 2 hrs. $ 35.00 $ 70.00 0 hrs. $ 52.50 $ 0 hrs. $ 33.00 $ - 0 hrs. $ 49.50 $ - 0 hrs. $ 23.00 $ - 0 hrs. $ 34.50 $ - $ 70.00 4.17% $ 2.92 5.00% $ 3.65 39.40% $ 28.73 $ 105.29 Qty Price AMOUNT $0.00 $ . $0.00 $ $0.00 $ $0.00 $ $0.00 . $ OWNER/REPRESENTATIVE SIGNATURE: Date: 125% 10.00% 0.00% 15.00"/0 2.84% AMOUNT $ 700.00 $ $ 700.00 AMOUNT $ $ 805.29 $ 10.07 $ 80.53 $ 895.69 $ 895.89 $ 134.38 $ 1,030.27 $ 29.26 2 Days if approved with days. CLASSIC CONTRACTORS, INC.: Date: $ 1,059.53 PROPOSAL 132 Commerce Drive, Unit #1, Ft Collins, CO 80624. (970)493-4077 December 11, 2013 Re; Old Town Parking Garage Canopy We are pleased to provide pricing for this scope change as requested. Please see the following details of our proposal: INCLUSIONS: • Provide and install 1 new power raceway in each bay from demoed fight J-Box to 1 foot off of front channel of canopy (center channel extend J-box to front of canopy for future sign) • Provide and install one 3/4' raceway for data in south channel same as power from interior of garage to 1 foot from front of new canopy EXCLUSIONS: • Cutting or patching • Sales Tax • Low voltage (phone, data, security) rough in or wiring Utility Company charges • Prevailing Wages • Electrical permit fees (assumed to be Included with general contractor permit) • Any work not specifically mentioned above LABOR AND MATERIALS $700.OD ( seven hundred dollars) ENVIRONMENTAL SYSTEMS INC. dba CHOICE CITY ELECTRIC Wes Godfrey wes. rrodfrevdticholcecltvelect`ic.net CLASSIC CONTRACTORS, INC.. EST Date: Dec.6, 2013 P.O. Box 2798 Description: OTPGC Revise routing of roof drain leader per architect to elbow Loveland, CO. B0539 over to follow center of column down. PO LABOR HOURS RATE TOTAL MgrlEst Salary O hrs. S 45.00 $ Foreman Regular time 2 hrs, $ 35.06 $ 70.00 Overtime 0 hrs. $ 52.50 $ Carpenter Regular time 0 hrs. $ 33.00 $ Overtime 0 hrs. $ 49.50 $ - Laborer Regular time 0 hrs. S 23.00 $ - Overtime 0 hrs. $ 34.50 $ Subtotal S 70.00 Vacation Pay 4.17% $ 2.92 Small tools 5,00% $ 3.65 Payroll taxes, Worker's Comp. 39.40% $ 26.73 TOTAL LABOR $ 105.29 MATERIAL 8 EQUIPMENT ply price AMOUNT $0.00 S $0.00 s $0.00 $ ,$0.00 $ - $0.00 $ TOTAL MATERIAL 6 EQUIPMENT. $ SUBCONTRACTORS AMOUNT Corman Mechanical $ 1,014.00 S _ TOTAL SUBCONTRACTORS $ 1.014,00 MISCELLANEOUSAMOUNT $ TOTAL MISCELLANEOUS $ . SUBTOTAL $ 1,119.29 INSURANCE 1.2596 $ 13.99 GENERAL CONDITIONS 10.00% $ 111,93 SUBTOTAL $. 1,245.21 MANAGEMENT FEE 0.00% $ SUBTOTAL $ 1,245 21 OVERHEAD & PROFIT 15.00% $ 186.78 - SUBTOTAL $ 1,431.99 BOND 2.84% $ 40.67 TOTAL CHANGE ORDER S 1,472.66. SCHEDULE IMPACT: Add to schedule 1 Days if approved with days: OWNERIREPRESENTATIVE SIGNATURE: CLASSIC CONTRACTORS, INC.: Dale: Date: CORNIIAN 2MEC1lANICAL CONTRACTORS INC uuq 36"' SZRre'r FVANs. COLORAD08(4,20 (970) 110-2216 17 AN 070) 330.0-2__'0 CHANGE PROPOSAL 'NOVI_MBER 26.201 ; c\lr C'I'i A'r-r\': KART - CLASSIC CONTIU TOILS P. o. IJON 279E LOVELAND. (20 SOi,i9 PI I O N E.: 970-3 71-1604 I°'A N: 9 7 0-067-709 '� SL1BJrC"f OLD TOWN PARKING GAR:\(l 'I ills u,J1 Lit Iti IN 12131 i ICI'\('E'I0 YOUR ItFQ1 L I 0R C'IIAN:6ES ON THE SUBJEC1' PROJEC1, I'01-10WINGIS11ILCOST ASSOC IA'IF1)\\'I'liIT[ IESE- CIG\\(7L' TO INCLUDES RrVISI` R00I ING, CII' C' Swrl; uo,)r Ult,\I\ I,I_;MICR AS I'LR'l I IF r\GINI.Tit WELDER 5 (r111.110 I'Allolt S 136.011 TOTAL ADD j1.014.00 . I'l-FASE C ON I \C I 1\IL li 1"OIJ 11l\\'I:11t`1 (ji)I: 'r1UNti. INr it J I) L II:L Cl; PRI.SIDEN I - COIL\IAA \14:CIi,\\iC,�l. c'<)\'I'I2.\( I"Oltti \1A\' WI-1 1DRAW-I IIIS 11RQP0SAL IF I'I' 1S \Ol - � AC(`ha''i'SB H`I'!11 IN IS ]l�\l'ti, li ;\("('4:1' I'IiD1'LJi.\Sii1\I'I'IAL Iil•;LQ\\`_,\\h PA-X RACtI:'I'C) 970L330-b220. - INITIALS DATF- max CHANGE ORDER NO. 16 Exhibit A Project: Mason Corridor — MAX BRT Project No. 7332 (CEI project #12-009) Date: December 3, 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 WCD070 to the contract value. WCD070 adds full traffic signal construction to the BRT contract including caissons, underground conduit, flatwork, demolition, paving and traffic control. Installation of signal poles, signalization and striping changes will be performed by the City of Fort Collins Traffic Dept. Change in Contract Value: The contract value is being increased by $97,999.47. 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 50.02 WCD070 Fairway Signal Construction $97,999.47 Adds Fairway signal construction to CEI contract Total Work Change Directives: 1 $97,999.47 Change in Contract Time: There is no contract time changes associated with this change order. The contract time will be amended in a future change order to address this increase in scope of work. It is noted that the Contractor has requested 12 additional days to complete this work. The overall MAX BRT Project contract time remains as is summarized below. Contract Time Summary: Description Contract Date Modified Contract Date Substantial Completion Milestone 1: Complete Complete (Mason Grade Separation CO#5) Substantial Completion Milestone 2: (Mason Grade Separation CO#5) February 28, 2014 Unchanged from CO #15 Final Acceptance: (Mason Grade Separation CO#5) March 31, 2014 Unchanged from CO #15 Revised Substantial Completion Date February 11, 2014 Unchanged (BRT Project through CO #12): Revised Final Acceptance Date (BRT Project through CO #12): March 13, 2014 Unchanged Page 1 of 1 Pending Issues Log • Data: 11129/13 Ref. No. Cog SCC Spec Section Rem Description Raqu tand Amount Status WCD001 1 40.02 804 Chang. from 8-ft die to&ft die MH 8.1 7/312012 $383001 rogue ted bCEI'credit to contract WCD002 1 10,02 403 Add asphalt patching de -Laurel to Maple a'to 10' 7/312012 $132163.03 chance 1.. 8"de to de ' all SG versus S in bid WC0003 1 40.08 830 Temporary fencin -BNSF work 7118=12 $10401,90 ordered for duration of BNSF closure dumdon not specrhically defined in proi,mal from sub WCDO04 1 40.08 n/a Insurance adj.stment 21015810to 51V/310M 7/12/2012 $3957.00 BNSF prDteCtiV8 liability insurance for CEl contract $14M in RO WCD005 1 40.D8 830 Time and Material traffic control for BNSF work downtom 7112C2012 $147562.78 traffic control for downtown BNSF mil replacement work WCD008 1 10.02 403 Add tamp crossin s at Oak Mountain and Laports 8220/2 $685.00 RAP at Oak' HMA at Mountain and Lapors,' Nall itl at unit prices, WCD007 1 40.D8 412 Enhanced Crosswalk chances M.ral North 82/2012 $0,00 chance to ell dual colored crosswalks north of Laurel' no cost change WCD008 2 40, 08 412� 603 Changes to Maple Intersection 9/112012 $71 910.39 tamp pedestrian crossing interoxilon crosswelkv add to base bid WCD009 1 40.08 830 Specialty signs - SNSF closure 7/16=12 $9068,00 specialty signs for BNSF closure WCDO10 1 40,08 208 Erosion L a 8995 EA 81132012 $24820,20 40.08 208-ODOO& mined! In final bid tab WCD011 Ne 10,02 403 HMA PaWhin - 273 SY W1312012 $0.00 10.02' 403-00721; added quantity after bid opening uan0 n of asphalt Patching downtown WCD012 1 40.02 803 Storm drain line J changes 81=12 $0.00 Gtetle and alignment changes for storm Ilne J' Macon - Old Main to Laurel unit prices WC0013 3 40.07 808 809 Site chances at ndustrial Sciences IV2012012 $31225.08 Changes to sidewalk. pating at Industrial Sciences WCDO14 8 10.03 We BNSF Winced ballast trading 8222012 $45603,75 TBM workto once RR ballast curb support oons WCD015 3 40.02 603 Storm drain Tina 51-1 Chances 9/42012 $19812,00 Desl n than m to storm line B1.1' FCMDudinyconflict WCD010 2001. 808loll" Station Site Changes W112012 1 $0.00 Add stain retaining wall chances CM to Issue WCD WCD017 1 2001, 008 IToe Wall thane at Troutman Station 10/92012 0.00 Add toe wall to Troutman walk CM to Issue WCD WCD018 1 40,02 (IN Storm line C1.2 desl n changes 1 W122012 $0.00 design thane only, aid for at contract unit chose WC0019 13 40,02 au Storm line 33A design chances 10272012 $$3580.54 arch deletm:' replaced wlm HERCP trade and manhole chances WC0020 11 20,01 Div 28 Electrical site plan changes - An Pole Conduits 12A12012 $25570.05 proOde conduit forspeaker we at each station WCD021 8 20.01 Diva Ug hl Pole fou ndaticn thane 102612012 $4811.00) than es depth of Hart Pole foundations - credit WCD022 8 40.01 202 PSCO Deconstuction scope of work thane 10282012 IS! 1592.001 changes overall scope of deconstruction - credit WCD023 9 40.02 019 Storm Line Ft.17 Ft-4 and bore specification changes 12/242012 $107 250.35 complete rewrite of lacked bore specifications' Ft.4 profile WCD024 n/a 40,02 803 Storm Line 81-1 manhole addition 1 W3W2012 $0,00 Pending pdclng� unit Prim MH WCD025 13 40.01 n/a Soil Stabilization - Station 03+00 11/62012 1 $11525.00 repair of unstable subrede WCD026 9 40,02 803 B4-1 re.11 nment and site cutting 1127/2012 $84277,50 site trading changes, retalnina well. hailing, guardrail and pipe WC0027 n/a 40.02 003 32-3 desl nchan a 12/102012 $0.00 alignment chance W facilitate pipe Installation near BNSF tracks WCD028 13 20.01 DN 7 Mullbarry Station panel an 112/2012 $21 SD3.04 add'Non of panel an at Mulbarq, Stations not included in bid door WCD029 n/a 10.01 412 Guideway rading and width change to STC 1213=12 $0.00 ouldeway alignment change to allow Two-way traffic at STO paid for through unit prices WCD030 8 40,05 801 CSU Field House Real well 1152013 $23352,00 addition of rethl wall at Fiald House to replace wall not slated for removal WCD031 14 40.08 020 Public Information Officer Scope Clarification 1152013 $0,00 clarifies and further defines PIO scopeof work for MAX BRT Nons of work WCD032 8 40.00 514 CSU Field House Hand Rail and Stairs 13 $1 875,00 adds installation of hand tell and stairs at CSU Field House parkinglot WCD033 8 10,02 203 Segment l - Soil Stabilization 013 $18854.32 soil stablilizadon for areas from STA 9+40 W 12+00 WCD034 10 2DO1 Div 32 Pavers at Station Platforms 3 $55287,42 cloth" aver and tmncated dome Installation at lanorms' curb hel ht WC0035 1008 601 Chan a from a mated rainfodn bar 1217=1 Cmditfora coated mbar In Walla Larlmerg2 boxcuN eto. WCD038 13 4005 607 Reset fnce In ment1 12 58228.83 Cost for fence an dame ed dudn rem.1 WCDD37 13 40.07 end millin s Inatallatlon et Troutman 12 $940.63 Tem re insrollation of millin s for Troutman cul-de-caGbusiness access WCD038 1320.01 Racewe Bore at DTC for over 13 $8239,35 Provide er to DTC station WCD039 50.05 V304-tedin Re it of BRT conduit at OTC station mouth side 2/8/2013 Re it of BRT conduit dame ed dudn south caisson installation for monoWCD040 9 40.08 raffic control de+lma antl labor for Pros closure 2I112013 f114/3025Traffic control for Pros closure Connell and CEl workWCD041 7 10.02 Costtoeccelarate Pros closure work 1192013 515881.18 Overtime costs associated with Prospect closure Pending Issues Log a Data: 11129113 Ref. No. coo I SCC Spec Section Item Description Data Requested Amount Statue WCD042 8 10.08 200 Shoring for BNSF embankment at Well 3 2A 212013 $234929,18 Shoring to accommotlato BNSF protection criteria Iona .113,.113 construction WCD043 7 40.02 004 Prospect Inlet Connactions 3142013 $21482,80 Connections from existing inlets to storm line F1-1 WCD044 4 •10.03- Vanes Dovntovm Rehab - Streets Dept 3/10/2013 $220240.42 Rehabilitation proiect for Streets Department non rent related work WCD045 11 50.02 014 Traffic pole and calsson design changes 3110/2013 $21 826.35 Traffic Pole la ut and caisson schedule changes WCD046 13 20.01 Div 28 Electrical panel chances for stations 1/202013 ($2889.55) Reconcile station povair panels'services WC0047 20.01 808 Station Grade Changes - 13 inch curb at platform 41112013 $0.00 Chan es platform trades to accommodate 13 inch roll curb - no costs WCD048 8 40.08 826 Delete System Safety and Security Manager 3272013 1 (S 163418. 31) Remove Seffetv and Security Manager Scope from CEI contract- transfer to CM WCD049 14 •50.05- Div 27 Chan e Fiber Octic Cable to 144 wu nt 415/2013 $52187.09 Change to add extra coined far future use - non grant funds from Light and Power WCDO50 15 '20.01• 808 -Replace 141/7roll curb and ra Ir ICON looter 4142013 $12214.40 Ad'ustments to Installed curb to accommodate NADI bus door design - local funds only WCD051 5 •20.01• Varies NRRC 0,emose Substructure and Ramp 411e2013 S1779894.43 Adds NRRC Overpass construction - non rent related work WCD052 15 40.02 e031004 F1.1 Pipeline chances north of Atkin 4212013 $3845.00 Changes pipeline Profile and alignment norm of Pitkin BNSF protection zone and utility conflicts WCD053 13 50.05 Div 27 Fiber O c Imp to City Hall 4212013 $9709.75 Adds fiber optic Imp to City Hell from Meldmm/Mountain WCD054 '20.01- Div 27 University Station Conduit -CSU 411812013 $0.00 Install fiber and owe, conduit for future use to UnIversity Station area -b CSU WC0055 15 50.05 Div 27 Comm Cabinet Rack Design changes 9/2512013 $15187.37 Changes rack design; UPS and other features of communications cabinet WCD058 10.08 1 504 DTC Retaining Wall placeholder $0.00 Installs a small wall at the DTC station sidevalk- not used WCD057 14 20.01 Div5 Station Handrail Chang. - legal Mesa to poder coat Iaceholtler $158,200. 441 Changes all hantlrell at stations from stainless smalro pdvder coated steel WCD058 40.07 403 McClelland S Mown Paving chances pl.wholder $0.00 Changes amount of HBP used in McClelland due to Streets Dept Rehab - not used WCD059 14 40.02 Varies Whole Foods Light and Indication Repair 521=13 $14 701.21 Adds repair of light conduit and Will no for Whole Foods parking lot WCDOeO 14 •10.01• 807 Rallin Fence chance at CSU a long Type 7 bonier 5/172013 ($29.379.651 ChariliescushornnallinglWAmanther product for forcing elan CSU's propeny WCDO81 No 40.02 003 E4.1 Pipeline Profile 5I182013 50.00 Charges profile for E4.1 to minimize BNSF shoring WCDO02 n/a 10.08 801 Sherwood Lateral Tapered Connection detail 5/192013 $0.00 Addresses tapered connection to Sherwood Lateral box- missed in design WCD063 11 50.05 DIv 27 Fiber Optic Imp to Transfort Maintenance Facility 5/192013 $4354.58 Installation of a fiber loop connection near Tribly tocomplete the BRT communications WCD084 14 10.02 we Stabilization -STA 84+50 north to McClelland 5202013 $24 458.89 muck excavation and au redo stabilization from STA 84+50 to McClelland WCDO65 14 10.02 808l412 Prospect Shoppers Gradin(STA 179+00to 182+00 5282013 $24951.41 Chanting des and datalls for this section of guidevvely construction WCDOe8 14 10.02 a08 I JC Track Gredin 5272013 $87856.01 Track grading and site Pavinallencing Chances ruestund by CSU WCD067 17 40.02 003 Tideflex Velve In MHF1.3 5272013 $7792.08 Addition of one-rvairNo in MHF1.3 at re uest of property oawer- prevent flooding WCD088 18.- 50.05 Div27 STC Fiber Connection from Harmony 5112013 $89211.11 Adds fiber Imp connection to complete BRT communications at STC WCDO89 17 20.01 Div 3 Station piatform rub rail to FRP 3114/2013 $3e 533,74 Chan es the rub hell at each station and STC to FRP- need credit for EPDM WC0070 18 50.02 814 For,vay Signs Construction 8/282013 $97.99947 Adds Fairiviry signal construction to CEI contract WCD071 14 10.02 n/a Subgride stabilization STA 57+00to 58+00 11/52012 51845.00 sub retle imb111zation/muck excavation WCD072 19 •40.01• 202 Additional tree removal for MSO pond and Lake Oman 422013 $12 277.13 Adds has removal not Included in original contract (MSO Ford and Lake St WCD073 19 •50.05- BOO Two- 2'directional bores Mports Intl Mason) 4/282013 S11,301.71 repains portion. of BRT duct bank damaged by City and BNSF crevn during two v,sy conversion WCD074 14 40.01 202 Cottonwood removal In Segment a 4242013 $1 520.00 removal of large +48" cottonwood tree behind Whole Foods WCD075 14 2001. Div 28 Add 30A breaker tot Ticket Vending Machines 818/2013 $3132.15 Addslchen es 20A breaker to 30A breaker for each TVM circuit WCD07e 1 12 10.02 n/a Stabilization -STA 81+00toe8+00fl sh and drain a 7/52013 $7e891.82 Adds flyssh suba race stabilization and underri pipeto contract for subamde stabilization 14 40.05 601 Wall I height chances per RFI 047 7/12013 $1573.62 Addsreb.r and concrete. labor and materials to construct Wall 1 B teller per RF1047 13 40.07 403 CSU Mason Paving7/'292013 $17B 501.02 Adds n illin and avin for Mason Street from Universityto Laurel 2WCDOa2 40.08 609 Mason DeliveryPull Off 822013 $0.00 Adds deliver,pull out norm of Laurel northbound station unit aces 50.05 Boo Fiber installation at DTC for Proof of Concept 8/172013 $1 921.88 Atltls fiber (retaliation to the DTC station for roof of conceptand redudant rin 14 40.D2 619 Jacked Bore Conflicts Br302013 58547.52 Add s time and materials 0 ran" underground conflicts with Fl.l antl E2.1 14 40.02 Vanes 11R Reconcllletionall utili / inatAllston) &W2013 $37245.20 Reconciles CCR 11 2d 87 88123142148182188170,171,174,179 160 Pending Issues Log j Date: 11129fl3 Ref. No. coo SCC spec Section Rem Description Re DneW Amount Status WC0083 14 40.01 202 Duarcrail remava[ STA 151+25 10232012 $1 288.00 Adds removal of uardrail behind Whole Foods CCR45 WCD084 14 10.08 504 Ratainina Wall block si,ecification 4232013 $2792,38 Pavestone block spaceversus tpe needed to build wail height CCR118 WCDOSS 14 40.08 808 Mountain and Mown Paving extra work 2r 2013 $1 257.85 Errs work at Mtn/Mown W most pavers. chance inlet and 0atwork CCR154 WCDO88 10.D2 Varies Drake Median Island forgates) 9102013 Adds meeian island north side of Drake intersection for Pon, installation WCD087-'-' 2001. - 808 Bike P.rkinn at Stations 8252013 Adds bike pparking flatwork at various station locations WCD088 40.02 819 Waterline Vent Relocation 9282013 $2835,00 Adds relocation of waterline vent at Lake Steel WCD089 10,02 Div Platform X-Walk Chance 9282013 $8731.40 1 Chances crosswalks and ramps at Platforms deletes stainina / adds colored concrete WCDO90 2001. Div 28 Add 2-Pale contact kits 8/172013 $5671,05 Add & le contactor for walkway II hte/ hofocell control WCD091 2001, Dire 28 Cardinal mint top coat - Cole fixtures WlMo13 $7211.70 Adds cardinal mint powder coahno ta type Afbdurss WCD092 2001. Div 28 Electrical circuit chances at every station 7/52013 $79803,45 Add, circuits missed on drawn ls addresses ECB operation WCDD93 20.01 Div 28 BB non -art PCIOS at University Station 7152013 $14 425.95 Adds BS KIM Lightina Pole. W University station WCD094 '20.01- Div 28 Relocate PCC at Swallow Northbound station 10/112013 $3818.20 Relocates PCC at Swallow station WC0093 20.01 ON 28 Add quad receptacles to each station 9272013 $8247.50 Adds quad receptacles W each station ICON cabinet MIS and electrical plant unclear WCDOBB 20.01 Div2 Paver and Concrete Replacement at DTC Staton 9/102013 Adds pavers, SWIM and colored mncmte replacement at OTC WCD097 20.01 Div 2 Stabilize su Mtle- Laurel northbound station MOM $1 814.00 Adds Su bgrace stabilization to northbound Laurel starch WCD098 20.01 DIv9 Harmony Station custom int 8/132013 $4805.90 Adds tun wood Point W Hamony Station siding WCDO99 40,02 e03 Repair sumitary sewer at Chi Is 1092013 $749847 Realrs broken saniton, sewer at storm line 84.1 WC0100 10.02 No Sub lade stabillzatlon STA 198-00 W 202+00 S sh 10/172013 $37606.19 SWbilizes sub rode under ouideway on CSU campus WC0101 '10.02- 412 Guidewaycurb repair 2/132013 $1521.90 Re aim ESD cams " curb soup, of Harmon WCD102 40.00 am Curb Island Chances - Kmart and Whole Foods 101192013 Adjusts geometry of curb islands behind Kmart and Whole Foods WCD103 20.01 Div 28 Power W PSCo historical monument 101192013 Adds wnduft sweep W historical monument at Pumpect Station 3WCD104 "3001 _' Dry M- • +� UPS Chan P ei�at 6tatlona,' . x;. WCD105 '20.01• 'Div 5 T I Station VMS Sign MountIno Chance I I2W2013 Changes mountina detail and location of sin each Type I station WCD108 40, D2 803 Gres" Trap Lid at Proseot Shopoes 112WO13 Clarlfiles ild Resin and dimensional alrout for crease trap behind Pnotapect Shoppers WCD107 -20.01- - Div 5 Tlrps 2 and 3 Station VMS Sin Mountina Pole 11292013 Chances mountina detail W a pole for all VMS sl n Installation at Tna 2 and 3 stations WCD108 '20.01- Div Tlcm 4Station Sion MourmhChance 112920/3 Changes mounting camil at DTC station -WCD10B .. i5006"� -DN 77,=`� Ethernet swltcficnanei 1' 1, {.-„� ':WC6110 x5005'1 � D1v 27`. .•;:[ ;. . nv`all snficatlon then es'"' a Fr ; G . '�WCDt11; � I50051 •Dry 273,1•..v.' C3. p. Wire; lessz'Aocesa'Pmnt than gee `•�� C y .T r2 > . ;' � ., �!� � -, St"'� '�i., a < VJCDN2• :'S005 6rv27 ; �l Venable Meuaocti"m l3iirinchih ea-Cleve"rDevices WCD113 10.01 614 Gme System Spam Parts CCR11 WC0082 done BNSF inlet modifications at STA 1234.00 ,00 Adds modifications to SNSF inlet at Mulber CCR24 WCD082 done 82-1 concrete miler V9f7/2O12$437Lq5 .95 Atlds concrete collar around axisbn damn ed drain line CCR87 WC0082 tlone Jt-1 Errs Work 7.67 Adds errs work associated with storm line Jl-1 installation near Old Main CCR088 rev WCD082 done B4-1 errs work 3.20 Sawcuflin holin exosin utilities and resolution of utili conflicts CCR102 no cost MIS trench backfill in lieu of flowtill 0 MIStrench backfill send/compaction $112,548.20 - not aroved or considered Pending Issues Log Data 1128/13 Ref. No. coo SCC Spec Section Item Description Date Requested Amount Statue CCR 123 rev WCD082 done E1-1 E2.1 and E3l eAm work 2/182013 $3 443.58 4898.48 R.stakino alignment work around utilities sonino backtill materials CCR142 rev WCD082 done C3.1 eAawork 2/1S/2013 $8049J8 15083. Connection m 8"CMP conduit repair, INC3.1 grade Chang" CCR148 WCD082 done C3.1 extra work; inlet changes 4/152013 $0.00 See CCR 142 Inlat changes to C 1 due to tlasi n arade problems CCR181 - - pandina Curb and 0.1ter damages ESD- Grovvin Bear 2/132013 $0. DO Cost to address dame etl curb/pavind need final T&M costs CCRI82 WCD082 done Olive and Mason Unlity sots work 2210013 $2737.84 3485.93 Chances to inlet location utility locations CCR189 WCD082 done PVC underdrein at MHB3.4 3/7/2013 _ $1890,50 Lost time to repair and restore 4"underdrain CCR170 WCD082 done ElecVlc wuh abandonment 39/2013 $1080.00 Last time to remove electric vault end concrete encased duct CCR171 WCD082 done EV utility conflicts 3H812013 $4000.77 $5105.00 Lost time to address unity conflicts CCR174 WC0082 done Bbt pipe cuts at New Mercer 4/152013 $1 045.50 $d 712.00 Coetto remove' cut and roast 54" pipe at New Mercer twice CCR175 WC0082 done F1.1 lots work 4/15QO13 $0.00 $4199.10 Su rode removals and utility work alon F1-1 south of prospect CCR179 WC0052 done B4.1 extra work 4/122013 $0.00 $5353.31 Extra work at 84-1 also reference CCR088 ' CCR180 WC0082 done MSO pond atS Spring Creek 4112/2013 $328.43 Storm Line SC1.1 into S nn Creek - Beaver Habitat CCRI93 pending Manholes and inlets unused due to design changes Y712013 57 187.00 Extra materials monholeslnlatsfrom am" desl n chan es CCR198 not used Top mil to chain link fence- Dellenbech 0/1712013 $0.00 Add top rail to chain link fence at Dellenbach - Swallovv northbound not accepted by Owner CCR199 WCDO90 done 2-Pole contact kits 8/172013 5871,05 2-pole contact kite for lightino control at stations -RF1052 CCR200 WC0081 done Cardinal Paint top coat - Cole fixtures 8/172013 $1211,70 1 Card lnal Point top clear coat for all AflMures - Cole Lighting CCR203 WCD082 done Widna for LCC to camera and TVM locations 8212013 $79893.45 Furnish and install vftlng from each TVM wmem polo and ECB CCR202 tlone Camera Poles 8202013 $30818,55 Furnish and Install KIM lighbna miss to be used as wmem Poles CCR not accepted) CCR204 WCD083 done SB Poles at University Station 8212013 $14425.95 Furnish and install S BB poles at Urlvarsity Station Pending Access Gate changes 82a=13 Se9979.05 Access ate changes miuding e:dra parts Pendin Storm Line 11-1 deletion Par Mufti from CSU keep inlet and some Pipe removal Polholin Overrun Prdected to be mound 1 ODO hm w 350 In bid Add depth of concrete (ay -in at Mountain Delete tininu from contract credit Delete H2O load rated vaults hom contract MIS duct bank credit Delete waterline lowerin at El.1 credit Add allmrance for sWisity signs Delete truncated domes at each Tripe I station plaftrm credit UPht Poles B2 at Homeloolh reduced height b Type B credit 8 les tots Reconcile all ITSMIS items Delete MSO Pond Lining (clay liner credit Delete extensive groundina at stations credit Delete/change drilled seed to hydromulch credit Pending Issues Log 0 Project Mason Corridor - MAX BRT Contractor: Concrete Express Inc. (CE11 Project No, 7332 (CEI project number 124M9) Date: 11129/13 SCC Spec Sefton Ram Desctlptlen Re qLadded Amount Status [Pending Change Order#1 Subtotal: $51 213,91 Chance Order#2 Subtotal: S71 910.39 Change Order N3 Subtotal: $51037.88 Chen eOrder#4 Subtotal $220240A2 Chana Order#5 Subtotal 51779894.43 Chan a Order#B Subtotals $95111A2 Chan eOrder#7 Subtotal $38343.98 Chen a Order#8 Subtotal: $42081.32 Chan a Order#9 Subtotal: $55858.10 Chan eOrder#10 Subtotal $55287,42 Chan a Order #11 Subtotal S51 751.28 ends er #12Subtotal: $78891A2 Chan sOrder#13 Subtotal: 547818,41 Chan &Order#14Subtotal. $75758.04 Chan eOrder#15 Subtotal. Chang. Order #16 Subtotal: Change Ordar Subtotal: $2712994, 80 ne ont .O mount u ontrect mount projected)7 Pending ssue. as a w of Contract Amount 13,14T— junange order as a nova O= needs action by CM = needs action by Contactor max October 15, 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. 216 Fairway Signal Construction — WCD070 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. 70 to add traffic signal construction, flatwork removal and installation and traffic control to the MAX BRT scope of work. This signal is being added to allow BRT operations to utilize the Fairway intersection with College Ave which meets signal warrants and has been approved for installation through the Colorado Department of Transportation. Attached please find the proposed Contract Change Requests 216 from CEI. In reviewing this request, a separate Engineer's estimate from Interest Consulting was obtained which appears to be based on historical unit costs for this type of work in the Northern Colorado area. A cross comparison using CEI bid prices was completed by the CM team to ensure the prices were applicable for the defined work. The independent cost estimate of $92,517.31 was developed from this effort. As such, I find CEI's Contract Change Requests in the amount of $97,999.47 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(ojditescoservices com Cc: job file