Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutCHANGE ORDER - RFP - 7390 CONSTRUCTION MANAGER FOR MAX BRTCHANGE ORDER NO. 04
PROJECT TITLE:
CONTRACTOR:
PROJECT NUMBER:
PURCHASE ORDER NO.
DESCRIPTION:
1. Reason for change:
Mason Corridor - MAX BRT
CH2M HILL, Inc
7390
9124400(Closed)
9125602(Active)
Construction Management Services for MAX BRT
This change order adds scope and staff to support the preparation of a WayfindingSignage Plan, adds staff
and hours associated with managingthe construction contracts and preparatory work associated with
potential claims from GBI. The change also reallocates costs associated with support of the Startup and
Testing process from CH2M HILL to a new subconsultant, Cannel Transit Consultants, due to the
resignation of Mike Cannel from CH2M HILL. This change reallocates costs from Rocksol to LS Gallegos for
inspection services. Finally this change reduces the budget for CIA Testing by CTL Thompson without
reducing their scope of work. The cost reallocations associated with subconsultants Carmel Transit, LS
Gallegos and Rocksol are net -zero to the overall value of the contract.
2. Description of Change:
The changes included in this contract are summarized below and described on the attached change order
summary form.
1. Add scope, personnel and budget to develop a Wayfinding Signage Plan for the project
2. Add scope, personnel and budget forManaging the GBI Construction Contract and Preparatory
Work Associated with Potential Claims for the project
3. Add scope, personnel and budget to support project closeout. The period of performance is
changed to end on Dec 31, 2014 to allow time for project closeout support.
4. Reduce the budgeted level of effort for CIA Testing. The scope of the testing is unchanged.
3. Change in Contract Cost: $561,100.00
4. Change in Contract Time: 215 calendar days for final completion
ORIGINAL CONTRACT COST
$3,835,369.00
TOTAL APPROVED CHANGE ORDERS
$465,462.00
TOTAL PENDING CHANGE ORDERS
$0.00
TOTAL THIS CHANGE ORDER
$ 561,100.00
TOTAL % OF ORIGINAL CONTRACT, THIS C.O.
14.63%
TOTAL % OF ORIGINAL CONTRACT, ALL C.O.'S
2677%
ADJUSTED CONTRACT COST $4,861,931.00
Assumin c ange approved)
ACCEPTED BY: DATE: 13-Dec-13
CH2M HILL ReDresentative \ I r
APPROVED BY: r DATE: �% •/2
City Project Manag
APPROVED BY: DATE:
,CV rCity Engineer
APPROVED BY: DATE: 1 L
Purchasing Agent over $ ,000
cc: City Clerk Architect
Contractor Engineer
Project File Purchasing
Proposal for Architectural/Engineering Services - 3
KL&A Inc. (Structural Engineering)
RFI Responses and ASIs:
Allowance of
$
500.00
Submittal Re -review:
None
Field Observations and Reports:
Allowance of
$
625.00
0/A/C Meetings:
N/A
SSMP Consulting/Structural Calculations:
Allowance of
$
650.00
General Scope Revisions:
Allowance of
$ 1,000.00
Subtotal: $ 2,775.00
Design Balance (LEED Consultant)
Additional LEED Consulting: Allowance of $ 3,300.00
The Ballard Group (Mechanical Engineering)
No anticipated changes in scope.
IES (Electrical Engineering)
No anticipated changes in scope.
ABD Inc. (Interior Design)
No anticipated changes in scope.
Total Allowance for Design Team: $ 34,025.00
Reimbursable Expenses
The balances remaining in the reimbursable expense allowances included in our original contract appear
adequate to cover the extended scope of work, so no modifications are necessary.
Billings
Additional scope of work will be billed monthly on an hourly basis per each firm's current hourly rates, as
requested. Our billings will be split 70% transit and 30% park and ride, as agreed to in our meeting of
September 25, 2013.
A[ler•Lingle -Massey Architects P.C.
Principal: $150/hour
r Pect-Nlanaeer./ liitect: $1'157hour
Architecturallntern/CAD Technician 2: $75/hour
BHA Design Inc.
Landscape Architect Project Manager:
$98/hour
Irrigation Designer:
$85/hour
HDR
Sr. Project Manager:
$195.50/hour
Engineerll:
$117/hour
CAD/GIS:
$110/hour
Project Controller/Admin.:
$75/hour
KL&A Inc.
Project Engineer: $125/hour
Structural Designer: $100/hour
Design Balance
Principal LEED Consultant: $150/hour
LEED Technical Coordinator: $60/hour
System for Award Management
Page I of 1
Search Results
Current Search Terms: ch2m* hill* inc*
Notice: This printed document represents only the first page of your SAM search results. More results may be available. To
print your complete search results, you can download the PDF and print it.
No records found for current search.
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.
Glos
Searc
Resul
Entity
Exclus'
Searc
Filter.
By Re(
Status
By
Functi(
Area -
Manag
By
Functi(
Area -
Perfon
Inform
IBM v1.1425.20131220-1428
USA %
t✓
https://www.sam.gov/portal/public/SAM/?portal:componentId=66fdb6O2-77f6-4baO-914a-0... 1 /2/2014
max
MAX Field Construction Office
3000 South College Ave., Suite 201
Fort Collins, CO 80526
fcgov.com/maxconstruction
CHANGE ORDER NO.4
SUPPORTING DOCUMENTATION
Project: Construction Manager for MAX BRT Project
Project No. 7390 (CH2M HILL Project Number 457230)
Date: December 13, 2013
Description of Change:
This change order adds scope and staff to support the preparation of a Wayfinding Signage Plan, adds staff and
hours associated with managing the construction contracts and preparatory work associated with potential claims
from GBI. The change also reallocates costs associated with support of the Startup and Testing process from
CH2M HILL to a new subconsultant, Cannel Transit Consultants, due to the resignation of Mike Cannel from CH2M
HILL. This change reallocates costs from Rocksol to LS Gallegos for inspection services. Finally this change reduces
the budget for QA Testing by CTL Thompson without reducing their scope of work. The cost reallocations
associated with subconsultants Cannel Transit, LS Gallegos and Rocksol are net -zero to the overall value of the
contract.
Scope Adiustments
Wayfinding Signage Plan
The purpose of this assignment is for CH2M HILL to provide the City of Fort Collins (City) professional services to
develop a basis of design technical memorandum, preliminary engineering, and final design for way finding and
other Signage at the MAX BRT transit stations. The detailed scope by task is attached.
Managing Construction Contracts and Preparatory Work Associated with Potential Claims
The purpose of this change is to add resources for CH2M HILL to cover the increased workload associated with
managing additional contract responsibilities and to prepare for anticipated claims from GBI associated with the
South Transit Center construction contract. Additional services include:
• Wall 3 and station construction management and inspection
• South Transit Center project and construction management
• ITS system contract coordination and management
• Real estate agreement exhibit preparation and edits associated with shared parking exhibits
• Concrete Express (CEI) has been working 6 days per week and intends to continue this schedule through
the end of the prime construction season (at least through December 2013). This change increases our
work hours for the Construction Manager, Assistant Construction Manager and a field engineer/inspector
from a 50 hour work week to a 60+ hour work week to match that of CEI.
• Providing an engineer with expertise in preparing the City's records to support the anticipated filing of
claims against the City by GBI related to the changes in the status of the STC contract.
• Providing an additional junior engineering staff person to assist in office -engineering support tasks and
periodic inspection support.
Page 1 of 3
Project Closeout
The following level of effort is budgeted for supporting post construction closeout of the contract:
• Keith Meyer 280 hours
• Jonathan Spencer 280 hours, it is assumed that Jon will either provide this support remotely or make
short term (1-2 day) trips to Fort Collins for this effort.
• Gayle Burgess 88 hours for the preparation of invoices from June through December 2014.
• Jill Burrell 240 hours
• Lindsay Reichel 300 hours
Change in Contract Value:
This budget change includes a 4% raise for staff working on the project starting April 1, 2014.
The total net change in the contract value is five hundred sixty one thousand, one hundred dollars ($561,100.00).
Please see attached resource allocation plan that details the distribution of both labor and expenses based on the
changes described above.
Change in Contract Time:
The period of performance for this contract is extended from May 31, 2014 to December 31, 2014.
Page 3 of 3
Construction Management Services for MAX BRT PROJECT NUMBER: 7390
CHANGE ORDER NO. 04
Way Finding
Hours
Labor
Expense
Zeke Lynch
Wayfinding Engr
428
$ 50,016
Tim Siedlecki
Wayfinding Architect
16
$ 2,026
Danielle Yearsley
Senior Wayfinding Engr
148
$ 26,085
Chris Snyder
Wayfinding CAD Tech
122
$ 11,494
Subtotal
714
$ 89,621
$
GB(Contract/Claim
Tim Hackworth
Senior Construction Inspector
260
$ 34,536E$5,3Derek
Phipps
STC Claims Support
622
$ 53,351Keith
Meyer
Construction Project Manager
280
$ 48,048
Subtotal
1162
$ 135,935
Additional.CM
Jill Burrell
Field Engineer/Station Inspector
80
$ 7,904
George Latour
Assistant CM
1560
$ 220,646
Julie Almasy
Jr. Engineering Support
480
$ 9,705
Ditesco Inflation Adjustment
4%for April & May 2014
0
$ 3,457
CH2M Inflation Adjustment
4%for April & May 2014
0
$ 7,462
Subtotal
1 2120
$ 249,175
Pro ject,Closeout
Jeff Mack
CM Principal
56
$ 13,446
Jon Spencer
Assistant Construction Manager
280
$ 56,260
Gayle Burgess
Contract Accountant -invoicing
88
$ 7,817
Keith Meyer
Construction Project Manager
280
$ 49,970
$ 2,080
Jill Burrell
Field Engineer/Station Inspector
240
$ 24,660
Lindsay Reichel
lAdmin Support
300
$ 24,985
Subtotal
1244
$ 177,138
lCumulative Increase 1 1 '52401"$ 651,869'1"$ 17.3911
Subtotal
CA/Testing
CTL Thompson JAggregate Credit 1 (1517) $ (108,160)
Change Order 4 Net Amount $ 561,100
%Z'09 I as fw Ifit 926 TEfi l" t Inol
1006f9'LLI S
Ita9el951ta1 P1pnI e•3IasPW aanl
IOml00'S S j•Ipnp awam3 NSPatl naPO
OOcLm's S w�l tal walO Pe P+PPY
00'oo1 z $ At+O ml 1pn Pun ppY P sagawllnl>r uo DauY 2tOE PO mVl stnON
%91- %t'Ot %3p0 N0002 $ w•aYO nPIPnY J00 pptl suaev3 'it %3p0 --ON
%F'6T i
Vzolme
vwvt
M'M
wnSlnnY^S
MO
9p060[
9Po i01
tsal nYnt O>saU(1
SO'W]
%zK 11169
1 6vt1
W, OI
sasw giN^aeJ
3W'WJ
MET
I RVZSL
I MSI jw16
t^R11NwD
JW WJ
%z9v
1972
1 9LT S
111fY%19
&1 M.41.1 a.V.15 I
Z3'M
W'Of
1 El6'SL[
699'if
I ZYS"(9I
roPl Ps+l ^Vn5 I
to
vo'wn
wns
%S'9L
K9 K
M'Oft
STOSIL
u MInp09^$
9Y)ZB
SLz(L
F60'9i[
89Z'i5[
ta9ella>S>OY
Stl'WJ
%O0
-
sasw 31osV>0Y
3tl'M
%S'E9
96t Sp
fpp6i2
6F69Li
toW10Sl
SI'W]
%F'9B
%6'99
L00'S
5S69T2
66E IF1
Ei9'SIi
0099E
PoI LZE
sasua^a39S1
1>+-0uo>WKw
31 WJ
1J'M
papa+N O"z S
+MP-WIM OX,9Ef f
PIueY>w>Wm rota3 apwpn ODZ9L $
>pP1uNYnf g9 %uhuew t06 aNwps3000'OSl $
•PwPn %9pYYNM M'06 S
YaNpeue$IWPnLI4y Yl
0'p J)S
uq3 •W
%vT9
59[ l$E
Z96 fK
LZ 09 F
/YO P%nq^S
%Y6L
C662
f95I[
09591
sasw 3a>•+VO
30WJ
%['t9
OSVS09
"a Z66
v69"B65'[
tarylo>saYO
10 WJ
M'LS
I IK9Et
I ms Ell
JITEVIE
I
F3'WJ
9WE9
219119
fYl6'LSOL
vS91191
t Wlm^J aW
SO WJ
MOf JJ$1wlO+weW ugl>vyuy
%9'9 1 K9 EH I LFfiS I IZ969
I Lo I Pu M
EO'W]
tfomjsil.q
.M
EUYS%
fululewatl
jun.wfl
Elm PO
w91P "OAu�
PEP^v
PWIII lYI4vunu^s PP]
00["195$
[f
ITL%I $
ESZ'E61: $
ITI'M $ 1
OSl"%T't 1
ME'n
onl2f
9E1[ S
Los" S
S[SSM
7107
oaTtnf
RS%tYt S
MLt9 S
twmz f
ITI'M S
fE9'ZrI'f S
"zu
It SS
onaV]DPZIaN
951n1alPatl
wal iwP abut
""
Lt p
a
sE'.I
VIVO
iffn,
•VJ OPZ IaN�l9s4otlwwj
OSl a, —a.-.
I19L S
1116 S
6Q0'Sf S
> S
E99E
"Tags
00I110t S
alurP etas l+N-4new Nuuq tpN ppY
CUZ6 $
0iivi S
3A(B S
OJI
Hitt$
flSltL'1 S
allnffaLw9 DM'awNs,NNY anM.,
7M $
f%tls $
'3%l t' S
[ss'Iv9't $
SLSII
9wMs
ELI(IT I
iMuat wnl DYYt•M9sOQVe APO PPtl
Mft
M`TOL $
t7TE S
ITIV'1
0[t it
ff6W%
iwsPJ
"".NJ
>fM�
WITH.
P+Nrov
ftl's'
+'n11Wt
MD^WYta
hf
Mi...3
rowaml
PM^+Y
royn
P••WY
•.oN
P V
usWrof
SSZ-E6L S I
ILS'LW't S
twwt S
ItLwf S
tells
•
MN,i""
LOSa
Sig E0
65$
uyT
luro7
o+tro
I'Vots
lll%6S'E $
0'%f S
%,%a,, S
LSVK
ITT
oKWS
fS
MET
09l
M N•P
SL'SIE
est $
L05E $
LNY
(3W-UPS S
fSIV
W iunwInnanJa
uwwLo
wo•
OO
CWT[ver S
000Y1 $
LWDI
a0
'Zolta
Zn 6l$
06if $
61T
Sl m Y6I0
eplso
aJ W
IvLO
1Y101
]INUNI
SYOON
PesluOJ iwwn)
Y��
q��®_®__________�_�
/�/��—I�lion
a•�®®®I�YY,>�af%l�llr�_��.y�®_®
____®
������©�ili®��
YIYiP®®
Wi�llafii��®�®�®i1—®••�®®®®������
i'iLiP—I61YiPYWi6
�i�ii�������f'i������������it�i��i�®®®ii�i7�����it�i�i�■�
'T '^iTr6>•f..r.rnn
®Q�i�i�iG�iG'.7���©��i�i����'��'tTi®®f�r3i�r'S�r7�r�c�lri�ri»i���r�i�r�i���®ev
�.
...
..
�"s-_-.-^a^-vsT*.zam��
®�'®©��i
S��©�'Ii�"
���
"�j
aiF's71�vQ7i��'J�����—�---�'`��u��ta�t.S�.rca'.'���•^.?a'�5'.�...
lippip
Fort Collins
IU or, I=1)rIIIf I I
Planning, Development & Transportation
Engineering Department
281 North College Avenue
P.O. Box 580
Fort Collins, CO 80522.0580
970.221.6605
970.221.6378 - fax
fcgov.com/engineenng
To: Gerry Paul, Director of Purchasing and Risk Management
From: Erika Keeton, Special Projects E 'neer
Date: 12/24/2013
Re: CH2M Hill - Cost Analysis and Change Order #4 Justification
CH2M Hill requires an additional supplement (CO#4) for several items necessary for the completion of
the MAX BRT project. Scope of work will include the following items:
1. Develop basis of design, preliminary engineering, and final design for way finding and other
signage at the MAX BRT transit stations.
2. Additional hours needed for managing the South Transit Center contract and all assistance and
work associated with potential claims from GBI as ongoing disputes are not resolved to date.
3. Due to increased workload and 60 hour work weeks by the contractor, additional hours are
needed to keep up with the current construction schedule. Scope of work also includes additional
inspections and construction management for station construction including ITS system
coordination, and real estate agreements relating to shared parking.
4. Assist the project staff with the closeout of all grant contracts including the MAX BRT, South
Transit Center, and the Maintenance Facility expansion. FTA anticipates closeout by December
2014.
5. This change order will also include a credit in the amount of $108,160.00 due to an
overestimation of actual hours needed for project testing provided by CTL Thompson.
CH2M Hill is actively managing the construction activities and should be utilized for these particular
work efforts for maximum efficiency. CH2M Hill is requesting a supplemental budget increase of
$561,000.00 for the above stated work effort. I have prepared an Independent Cost Estimate (ICE) also
attached, which is slightly higher in cost at $596,936.00. The hourly rates for wayfinding were taken from
a subcontractor to Michael Baker Inc. contract PO# 9957149. The architectural rate was taken from Aller
Lingle Massey contract PO#9955240) and are attached as supporting documentation. All other labor
rates were taken from previous CH2M HILL change order requests, and are also attached. These rates
have been used in the past as part of this project (see attached). The difference between the ICE and the
proposal is due to a variation in hourly rates, as the hours proposed are comparable.
Based on my experience, I believe the requested Change Order #for the amount of $561,000.00 is
reasonable for the above stated work effort. I recommend approval of this Change Order.
1.1
m_Fon Colhns Independent Cost Estimate
Doled Estimate: 24-Dec-13
Coma. Type:
E,da" Cwdrad a PO (YM)'. Y
Des is. of Goose (A) ar services (B):
Provide egireadrg ant=Medwal services for Waylirs iW. GBI Contm trclaim slplorl IWishrO additional
oonstr km maregenent sslnd ant prided closecM eervkem for the MAK BHT project. Hwlly rates for aeYlint
mas taken Imm a otocantraCtar to MrMel Baker Ink, coM2d POY 9957149. A Ihect Itab taken from Alter Wgle
Ma YMNnm POa9955240)antareaVUC assOp lWdocumehatbn. NI mhe 18Mrrates were taken Imm
or.. CH21A HILL N. orger requests, antl are etm atteched.
I hew abtalnal the lollowing an.. ham:
Published Price IJst I Pest I'Ming (stab)
G9ireenr or TxM1nicel Estimate("HomN by)
Karl Craven
M1N yentlent Third Party Estimate (performed by)
Other(epacey)
Cog Estimate Wag
fEsfirrHle Wlwrland at US Dollars)
Coat of Standard Items
Prodlcl
Cofi va"C
Delivered
WO21 ht
NateaDala Saurca
Total
Cost el Sarvld., Repairs, or Nonstandard It.
Item4aak
Melange or Work Oe Ptgm
OIM Direct
Iabw
labor
tabor
Alkxated
costa
Flats E
I Haan
I CMas
I Overod
SG$A'
Inlh
TOTAL
We Indln shr
m .Plan
RgEPT 2e11 EB
2014
Senior W.0mcing E,r(6 mwltln
O 20 hNwaek)
$ 135.03
490
$ 64.8W.00
W ayllMing E,r (6 months O 20
hNwaek)
$ 107.03
400
S 51.360.N
WeyllMbg A.M. (6 month O
20 MNweek
$ 115 W
460
$ 55,2W N
B
20 bNweek)
$ 02.00
320
$ 26,24000
Contract Maneg.ma blorep Work for Claim Support (DEC "I 3-FEB 2014)
rvatru Lion PrgW Mamager (4
months O 60 hrWak)
$ 16500
960
$ 150,400.00
Assistant CmWWron Marag.r (4
months O 60M1NWrt)
$ W55
960
$ ]],328 00
Senior Cmst Wom lm or STC
0 months O 40 M1Nwk
$ 62.40
960
$ 59,ws Do
Hear L.,needlnm Aor (4 moNM
O 60 hisha,)
95.00
960
$ 91,200.00
wuw rOlrree(4 mmt
hrslwk)
S 2000
320
$ 6,400.00
PmjM Closeout (MAY Ml"EC 2014)
Lomlmdlon rged Mare9e (e
month. O 30 thrarmareig
S 165.00
240
$ 39,600.00
Ataidant CwcSMian Manager
Dhosoo (e mw1w O 30
hNnuhn
S W55
240
$ 19.332.D3
Ass"stnN Comet ion Manage
CH2MHIL is N. 0 30
mWimmih
$ 80.55
240
$ 19.33 o
Field Enginwtllrugclor IS rnWtu
O 30 hW.th
$ 95.M
240
$ 22.000.00
MNmonlh)
$ 55.00
240
S 13.200.00
CTL Tompmn Credit
$(10a 160.00)
$ H N 160.03f
iolal r I :
$ 596,9M 00
srirv.crvvwwmwmn.Eaav
Sigrewra of Prepmen
Ka Craven
PROJECT COST WORKSHEET (SPECIFIC RATE OF PAY)
Project Number:
7073 Mason Corridor MAX BRT Final Design
Location:
Fort Collins
Firm Name:
Hartwig 8 Associates, Inc.
Name of Preparer.
Dave Stevenson
Firm phone No:
720-733-1821
Scope of Work Date:
November 24, 20D9
Contract Time:
TBD
Type of Proposal:
Specific Rale of Pay
ESTIMATED BEGINNING DATE:
TBD
1A. SPECIFIC RATE OF PAY
EMPLOYEE
EMPLOYEE
DIRECT SALARY
INDIRECT
FEE
MULTIPLIER
SPECIFIC RATE
NAME
CLASSIFICATION
COSWHOUR
COST (%)
N
$/HOUR
a
b
c
d
e
Dyer. David A.
Sr. TetlavWnll
s 10700
0
0%
10000
5 107.00
Hamgn, Ryan E,
Sr Technician 1
s
0
0%
1.0000
s 82 00
Hamvg, Marvelena L.
Sr. EnpittwNrmpm
5 �
0
0%
1 U0l,0
s 135.M
Romero, Michael
TransportationE n.l
`--�56
5 00
0
0%
10000
i 5900
Lew, Kathy
Sr. Props Adrrtiltisaala
s 75.W
0
0%
LOON)
5 7500
Steverson, Dave
Sr. Prejacl Mariner
s 135.00
0
0%
1.0000
5 135.0
Span. Larissa
Adglircitralrre Cavdwtor
5 35.W
0
0%
1.0000
s 35.M
Smith, Darvelle
Sr. Tranxporlation Erpmeer
5 109.0a
0
0%
1.cool,
5 10900
Multiplier (d)=(1+(b)]x II.(c))
Specific Rate($/Hour)=(a)+(axb)+(a+(axb)]Cm III
IS. LABORCOSTS
SPECIFIC RATE
EST. NO,
ESTIMATED COST
EMPLOYEE
EMPLOYEE
$HOUR
OF WORK
PER EMPLOYEE
NAME
CLASSIFICATION
(from IA)
HOURS
(a)
If)
f)
Dyer. David A.
Sr. Technician II
107
80
$8,560.00
Hanson, Ryan E.
Sr Technician 1
82
460
$37,720+00
HaRwig, Marvinetts L.
Sr. Engineer/Principal
135
90
$12,150.00
Ramero, Michael
Transportation Engineer 1
56
20
$1.120.00
Leeds, Kathy
Sr. Prefect Adminisbator
75
52
$3,900.00
Stevenson, Dave
Sr. Project Manager
135
906
$122.310.00
Spear, Larissa
Administrative Coordinator
35
$0.00
Smith, Danielle
Sr. Transportation Engineer
109
936
$102 024.00
TOTAL
2544
$287 784.00
2A. OTHER DIRECT COSTS (In-house Current Unit Rate - billed at cost)
ITEM ESTIMATED RATE ESTIMATED
0.55 - 5 9,504 Al,
'Current federal government rate SUBTOTAL $9,504.00
28. OTHER DIRECT COSTS (Outside)
ITEM
ESTIMATED RATE
UNITS ESTIMATED COST
Meals
Actual Reasonable Cost - Subject to State Fiscal Rules
Lodging
Actual Reasonable Cost - Subject to Stale Fiscal Rules
Project related actual end reasonable casts subject to prior approval of
Miscellaneous
CDOTMM $ 5.000.00
Mating and Postage
Actual Reasonable Cost
Deliveries
10 $2500
Postage
Actual Reasonable Cost
Reports
Actual Reasonable Cost
Cwie.
Actual Redsor re Co51
SUBTOTAL
DOC TOTAL $14.504,00
Hsnwig A is t.a. Inc.
7073 Mason Candor MAX BRT Final Design
Fort Claris
Page 1 d 2