Loading...
HomeMy WebLinkAboutCHANGE ORDER - BID - 7332 MAX BRT PROJECT (6)CHANGE ORDER NO. 19 PROJECT TITLE: Mason Corridor - MAX BRT CONTRACTOR: Concrete Express, Inc. PROJECT NUMBER: 7332 (CEI project no. 12-009) PURCHASE ORDER NO.: 9124039 DESCRIPTION: Reconciles various work change directives issued for the contract 1. Reason for change: See attached ExhibitA to this change order. 2. Description of Change: See attached Exhibit A to this change order and supporting work change directives. 3. Change in Contract Cost: $ 68,339.30 4. Change in Contract Time: None TOTAL APPROVED CHANGE ORDERS $ 3,096,221.21 TOTAL PENDING CHANGE ORDERS $ _ TOTAL THIS CHANGE ORDER $ 68,339.30 TOTAL % ORIGINAL CONTRACT, THIS C.O. 0.21% TOTAL % OF ORIGINAL CONTRACT, ALL C.O.'S 9.92% ADJUSTED CONTRACT COST $35,051, 339.45 (Assuming all change orders approved) ACCEPTED BY: t Contractor's Representative REVIEWED BY: Construction Manager APPROVED BY: City Project Manage APPROVED BY: Director of Infrastruct APPROVED BY: Purchasing Agent over DATE: � DATE: DATE: Z' DATE: c DATE: cc: City Clerk Architect Contractor Engineer Project File Purchasing Change Management Checklist Compliance Category Date Reviewed Reference Initials Reviewed for compliance with 8/28113 This cost for this tree removal is KM Environmental Assessment an ineligible expense Reviewed for construction/safety impacts 8/28/13 KM Independent cost estimate prepared 8/28/13 KM Reviewed for PCGA grant compliance 8/28/13 KM Reviewed for real estate impacts/needs 8/28/13 KM Reviewed for compliance with design criteria/ADA htto://v access -board qov/ada-aba/ada- 8/28/13 KM standards -dot cfm' quaG receptacle commerctat - ctoogte search rage t of 3 quad receptacle corrtmercial Web Images Maps Shopping More- Denver, CO Change Sort: Default - View: List - A My Shortlists Merchant links are sponsored Leviton 1254-1 125v Quad Receptacle Ivory Show only _; In stock nearby ,..,,..;,, $16.99 from easy -; New items A, "t- Leviton New Leviton 4 in 1 receptacle part 41254-1 Froo www.froo.com I Froo Cross Sell, Free Cross Sell, Cross promote, eBay Marketing, easy listing Apps ... Price . Up to$150 n 6- (5) Pass 8 Seymour 4ap Quad Receptacle Adapter Plate Outlet Wall . - $150-$500 $24.99 from eBay $500 - $1,000 (5) PASS SEYMOUR 4AP Quad Receptacle Adapter Plate Outlet Wall Plates Covers Quad Receptacle Over $1,000 Adapter Plate BROWN LEGRAND[RI BRAND APPROVAL UL 498 ... $I—_ Jto E1 $` (Go' -, Leviton 8490-IGI 4-in-1 Quad Receptacle Surge Isolated Ground E�W411 $49.65 from 5+stores Leviton Surge Protection Devices are listed to UL 1449 3rd Edition Standards. Leviton's outstanding Surge Protection Devices divert damaging ... -- Leviton 5480-IG 4-in-1 Quad Receptacle Surge Isolated Ground $39.18 from 4 stores t j 1 i•L, Typically used at the protected equipment. Provides point -of -use protection, easily replaceable and it provides "" � �-1 l •. the last line of defense against a ... S Contlnental 8320-4 Quad Dolly for 4 Wall Hugger Containers $88.99 from 10. stores The Continental 8320-0 Wall Hugger dolly is perfect for taming up to (our Wall Hugger trash a recycling cans into a mobile waste collection ... Leviton 1254-I 125v Quad Receptacle Box Of 10 $95.00 from eBay Leviton lyit Ik 1 �Find Leviton 1254-i 125v Quad Receptacle Box Of 10 on eBay in the category Business 8 Industnal>Electrica 8 Test Equipment>Connedors, Switches... 1 -. 6tl%TarII' Leviton 5490-IGS 4-in-1 Quad Receptacle Surge Isolated Ground t 1 $44.96 from 5+ stores Typically used at the protected equipment. Provides Point -of -use protection, easily replaceable and 0 provides 1 1 1 the last line of defense against a... Category L Computer Components t-I Computer Processors 0 Video Cards S Adapters Desktop Computers 'LI Laptops More Seller Q easy El Gordon Electric Supply lightingvila onestopbuy.cem Lj Elecbicsuppliesonline More Bayco SL-8904 15Amp Pro 50' Quad -Tao Retractable Reel 117 $103.95 from 25+ stores dd s L�. 1 product review Cord Reel, Retractable, Gauge/Conductor 12/3, Cord Type SJT, Cord Length 50 Ft., Color yellow, Voltage 120, �� ' Max. Amps 15, Retractable Cord Reel ... 9127/13 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: 255 12-009 7332 Mason Corridor BRT DESCRIPTION OF CCR: Pricing below for materials and installation of 1 quad receptacle in each of the MIS and ITS cabinets. These receptacles will be installed with surface mounted Name 1 boxes and covers and will be connected to the existing 120v communication circuit using liquid tight flex conduit from the existing 120v j-box to the new receptacles. LOCATION: MEMO NO.: MEMO DATE: COST CODE: All Stations N/A N/A Varies DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL Furnish and install 1 quad receptacle in each MIS and ITS cabinet 1 LS $ 5,950.00 $ 5,950.00 Subtotal $ 5,950.00 CEI - 5% mlu $ 297.50 Total $ 6,247.50 Olt - Concrete Express, Inc., requests 5 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. Smcer U V / Rya is nson Proje t nager 12150 E. 112' Ave. Henderson, CO 80640 303-286-8000 Oct 2, 2013 Ryan Dickinson Concrete Express Inc. 2027 W Colfax Denver, Co. 80204 Reference: MAX BRT Ft Collins, Co. Subject: RFI 4070 Add Quad Receptacles to the MIS and ITS Cabinets Thank you for the opportunity to be a part of this project. Please review the following scope of work. Reference RFI # 070 Furnish and install 1 quad receptacle in each of the MIS and ITS cabinets. These receptacles will be installed with surface mounted Nema 1 boxes and covers and will be connected to the existing 120v communication circuit using liquid tight flex conduit from the existing 120v j-box to the new receptacles. These receptacles are not shown on the electrical design drawings sheets and are an additional scope of work. Price to provide $ 5,950.00 Should you have any questions or comments, please feel free to call Sincerely, Sturgeon Electric Company Jim Shireman Project Manager maxWORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 095 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): Quad receptacles at stations for ITS/Comm power This work change directive directs the Contractor to price and if accepted, add dual quad receptacles at each station ICON ITS and Comm cabinets. The MIS drawings note quad receptacles are required, but the electrical drawings do not define this scope of work. 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. This work shall be tracked and paid for as a single lump sum to the contract. This change is being initiated by the City to correct inconsistencies in the plans/specifications for the BRT contract. Attachments (List Supporting Documents): Sheet 910 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. t Ordered B I Y� i� .�.tt�=-_ CCli-''"-- September 27, 2013 grwner Date i Recommended By:September 27, 2013 Co structbn Minager Date Copy: Owner, Engineer, Field File - SharePoint WCD095—QUAD RECEPTACLES AT STATIONS-9-27-13—DRAFT FOR PRICING PAGE 1 OF 1 NJ.CS• f Wlo.(x. C.BIxL.S S IIE 11 A..E° MN. IN. I.�1.11RENI C.e1Mi°ICA.. INC TO TNT •1ANllO ySEM... 1. c°MOIII IS BE1REx L.R -I'LwIPExI [.B IICI uq I iS EWIw4N. CABINET 5x4L BE V G.LVANT11. I.T. CPWII Cac1 p°SvIxCS OREMS C, M CMW.Iii..l.x _ T:T [WWIIS E.I.ING .M, ORi 5 CW IP[x. wC.pItt TM1v4[ Bp vwll[° x1G1 _ ______ ___ Lw°unI u ° ErpSEcttrt°aluxi lARE,•il PIA., rIn xueEP A. uE[s o wWus. S, ' "" ..EUMPxu°o 0' Pw'CE"T" Ix -II. E r15 L°°If.Ep CA. NET . Ix xe IIt NExi C.1l1 . EIEP I° CLECIPIC4 • •I I ® ____ O. i.APSLT "' AIIw I°°B.B°IAIR IN EWINBNI ui.`I[Is. 8 - IV. rp I_f i ha electrical Llr rgs ntein rlo inlulmetion on these receptatles aSICT LI i elTla 1 SIB]] 12 E /1 EOUIPA£NT CABINET SLIDE PACK EXTENDED ('IEDUIPMENT CABINET SLIDE RACK RETRACTED B ...a ...N. NAN oI'Glzm' SMet flev is tans MASON CORRIDOR BRT CmSirMtim tr°Birgs 4IS NFRASIAN URE Projeci•No. EWIPUET NCABINET 1RIxS14LAiIW °EIAILS C1-302 ditesco Date of Estimate: 26-Aug-13 Contract Type: Mason Corridor BRT(Hard Bid) Existing Contract or PO (YIN): Y Independent Cost Estimate Description of Goods (A) or Services (B): A Price and remove trees inside MSO pond area. Includes recycling trees according to Section 202 of the specifications. Include stump removal, tree removal, chipping, recycling and haul. Paid as single lump sum addition tracked by caliper size of each tree removed. 1 have obtained the following estimate from; Published Price List / Past Pricing (dale) Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Beau Javemick Other (specify) Tree Removal Log generated by a MAX BRT Inspector Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product Cost($/unit) Unit Quantity Notes TOTAL Delivered Data Source <6'Trees $ 225.00 Caliper inch (4-1 14 Independent Estimate $ 3.150.00 6'to 12'Tress $ 575.00 Caliper inch 6-12' B Independent Estimate $ 4.600.00 12'to 24"Trees $ 875.00 Caliper inch 12-24' 6 Independent Estimate $ 5,250.00 5%Mark u on subcontract work $ 650.00 LS 1Allowed 5% $ 650.00 SubTotali i I i$ 13,650.00 Cost of Services, Repairs, or Nonstandard Items B Item/rask: Materials or Work Description Other Direct Costs Labor Rate ($) Labor Hour Labor Class Allocated Overhead SGBA' Profit Notes: Data Source TOTAL $ SubTolal I I I§ •sere, Deem era �ems.® TOTAL $ 13,650.00 Signature of Preparer. F 'TREE REMOVAL AT STATIONS Station Key Quantity . Size Type Action Notes MSO Pond (Not In Mitigation Plan) —1 1444 N/A Russian Olive Remove N/A Elm/Olive: Remove N/A' Cotton. Remove N/A �C �t�""). !i"W Cotton Remove MS=Multistem 2& Cotton Remove MS=Multistem N/A Cotton Remove MS= Multistem a Cotton .Remove MS= Multistem N/A _ Cotton" Remove MS=.Multistem •Cotton Remove MS=Multistem N/A. •1(M5) Cotton Remove MS= Multistem — 'Cotton 'Remove MS=Multistem Cotton Remove MS--'Multistem f13 '. Cotton Remove MS=.Multistem N ;Cotton Remove N/A -1 44" iCotton Remove [Say Farm D-131 3 .642" 'Siberian'Elm "Remove Different: Than Mitigation Plan D-132 2 '6-12" Siberian'Elm Remove Different Than Mitigation Plan D-133, 1 10, Siberian Elm :Remove Different Than Mitigation Plan 1 -11' SiberianXIm 'Remove Different Than Mitigation Plan 1 13" SiberianXim Remove Different Than Mitigation Plan 1 1S" Siberian,Elm Remove Different Than Mitigation Plan D-130 1 13i' Siberian,Elm Remove Different Than Mitigation Plan 1 101' Siberian.Elm Remove Different Than Mitigation Plan 17 � Siberian,Elm Remove': Different Than Mitigation Plan D-129. t27] :[6- J" Siberian Elm Remove Different Than Mitigation Plan D4213 Z_,L;1_T I cr -W) Siberian Elm, Remove: Different Than Mitigation Plan QreeRemoval. ptp. / ire re val.co /) How�luci �oes free�emoval Cost? 66 Related Guides: Slump Removal (ht(p>Anew.fr mmovat wWslump-mmovek?, Slump Removal Cost Guide (huftam&OAWRiA&fttr RORRMWAlsa2W'temovaQ@aT-�fldfgUftl)AMUTRr DUIOIALCOM/COSTS/) (hffpJ/wow.treeremovaLcoMsWmpgrinding// Tree Removal Cost Summary Price range = E150 to $1,500+ i Average cost = E500$1000 TRIMMING&PRUNING CHTTP://WWW.-JFgg R6CAW9%%YG-AND-PRUNING/) Get FREE quotes from tree removal experts (/quotesii? m=treere m ova to rg &entry_poi nt_i d=37218446) LSTUMP REMOM-(tMP7/VI W WTRDMEMOVArCOM7STUMP--REM07A In this guide. we will show you how much It costs to have a variety of tree types removed from your property. The first thing you need to know is that there's no cut -and -dry way to deterrnlne how much It will cost to remove a tree. so these ',g[e(7j1N!@r$erve as guidelines for your needs. For example, the complexity of the Job and the height of the tree are just two factors that determine what the total price will be. Tree removal costs may also vary a lot depending on the condition of the tree as well as Its exact location. Wdh the following information, you should be able to get a good idea about how much it will cost to have a tree removed from your property. Whets on this Page: Basfcs Services That May Cost Extra Average Cost Large Trees Fallen Trees Oak Trees Pine Trees Tree Blanches Tree Stump Removal Fa Mors That Affect Prices Damaged Trees Tree Trimming Costs What is Typically Included with Basic Tree Removal Services? There are many different levels of service available when removing a tree. but a few bask places are usually Induded. Obviously, the tree will be need to be chopped down. Typically, the contractor will also have to rope down pieces of the tree by climbing the free and cutting it into more manageable sizes. In many cases, it may also be hauled away at no extra charge (or this Is Included in the estimate). Get FREE Estimates (http:lhaww.treeremoval.com/q uc m=treeremovalorg&entry_( of nt_id=3 Popular Articles How Much Does Tree Removal Cost? (http,owww 1reeiemoval.conficostag Tree Stump, Removal Cost & Price Guide mta�/.ww.caeremoval.cmvcoetamee- sWmptemovalctttydceyulde/) Tree Trimming Cost & Pd. Guide (tltlp/Nnwi.o-earemoval.mMcostsves- idmming-rost-pnoo-guldep Tres Satires In the U.S. (http://www.seeremwal.mMus6 Guide to Trees of the Unilotl States (httpl/www.treeremoval.m,NUNguitle- to-treaaw-me-amted-eteteag A Betio Guitle to Tree kentif abon (haplNww.treeremovel.caMreo- Idaiufimtiui) DIY Tree Wong & Falling Tire (hdp://www.treeremoval.mMlrea- cuNngr) Guide to Tree Cut, Pro. (ht�//ww.treernmval.mMtree- cumnypriresantlaehguWeO Tree Catttrg Techniques & Tipa (hapVwww.tra, removal.roMtrae- cutungnemniques-end-lipid) Tree Trimming & Pruning: Tips & Techniques (h1lpllwww.treeremwW.caMdmmirg- antl-pruning/) Stump Gdncing Prices & Cost Guide (h(tp:/Avww.treeremoval.wMcosts/stump- grinding-pdcescost-guitlep How to Build the Peduot Tree Hausa for Kids (httPl/www.treeremo+aioam ow-lo- build-Napedact-tree-hWse-fa-1,dsO Plant A Tree And Celebrate Earth Dayl (http://w.vw.Tee,m.val.c.Mplant-a- tree- andcelebratecaM-dayp Stump Removal Tips & TeGmiquas (htuxilwwwreerem fourarCWmp. removaV) Stump Grinders and Stump Grinding Servkas: Things to Consider Services that May Cost Additional Money Some people want more than a basic tree removal service. For example, d the price doesn't Include hauling away tree limbs, you may have to pay extra for limb removal. Tree limb removal costa vary, but it is usually between $50 and $75. Additional services that may be added on for an extra fee include: Slump Removal e e e co stu — Stump removal Is almost never included In the price of removing a tree. Unless you pay extra for this service, you will be typically be left with a stump. Sometimes, you can get a special price to have the stump removed as well. However, different equipment is required and Is sometimes done by a sub -contactor which is why this extra service can be a significant addon. The diameter of the stump helps determine the cost of removing it. You can expect to pay between $60 and $750 per stump. A mtting slump should be cheaper to remove than a healthy, solid slump. Leath more with our Tree Stump Removal Cost Guide (hdp:/Avww.treeremovai.com/wstsdree-stump- removalcost-price-guide/). Limb Chipping — Instead of paying more to have the limbs hauled away. you may choose to have them chipped. If the tree service has a chipper readily available, this shouldn't cost much more. If it's not included. you may have to pay around $75 more to have it done. Tree Trunk Removal — At the very least the tree removal company should cot the tree trunk Into smaller sections, which will make it easier for you to move them elsewhere. If you'd like the company to haul them away for you, you will probably have to pay more. The amount you'll pay will vary, but you'll probably pay between $50 and $100 more for this service. Travel Expenses — If you live in a remote area and the tree removal company has to travel a fairly long distance, you will probably have to pay travel costs as well. This may or may not Induce drive time. Loa Splitting —For people who have fireplaces, this is a nice extra service. If the tree removal service offers it, they will bring along a log splitting machine. There is no fixed price for this service, but it usually adds an extra $75 or so to the total price. Average Cost of Removing a Tree Now that you have a feel for what the little extras are going to cost, you are probably wondering how much you'll actually have to pay to have the tree removed. This will largely depend on the size of the tree: • Up to 25 Feet Tall — Between $150 and $500 • 25 Feet Tall to 75 Feet Tall — Between $200 and $1.000 • 75 Feet Tall or Higher —At least$1,500 Large Tree Removal: -$1500 There Is no realistic way for an average homeowner to safely remove a large tree from his or her property. You definitely don't want to attempt this type of Job yourself. One thing to be aware of right away Is that It's going to be expensive. The total cost of the job is calculated based on a number of different factors. If the workers have to climb really high and mpe down many places before actually felling the tree, which is usually the case with extremely tall trees, the total blll Is going to be quite high. As noted above, you could pay $1,500 or more for that level of service. It may be worth it to try to have a few small extras thrown in for free, but not all companies are willing to do so. Fallen Tree Removal: 4754150 If a tree falls on your property, you will probably want to Gear It away as quickly as possible. Although this job Isn't nearly as risky or complicated as removing a healthy, living tree, it still requires a lot of equipment and can lead to injuries if you're not careful. The good news Is that the cost to remove a fallen tree is typically a lot lower than removing a standing tree. All told, you will probably pay between $75 and $150 for the work As with removing a standing tree though, the total price will depend on whether you have it hauled completely away. cut up or just chipped up into tiny pieces. Oak Tree Removal:-$200-$1000 (htlpJ/w tnx,n,.I.wMsWmlr g"irgr) Beat Tice Slump Mier? An Overv. d Stump Removal Chenimis and Products (http1/ ,treeremoval.coMsturn, removaN leaf,-Wrenand- chwdcal-sturtgremoversq Hiring Tree CW, and Removal Services (httpl/www.treeremoval.x .xry eat A Gulde to Becoming a Tree Hugger (hupm..w.o-earemm,al.rwlva�uwe- todacom4ga-treahugger/) Guide to Tree Conservation ero me Envlronrmnt (httpJMww.treeremwal.w guide -to- Veemiuvr Uon-andiha- anvironr�u) Pine Tree Removal:-$200-$1500 There are many species of pine tree out there, but generally, the average height of a pine tree is between 40 and 60 feet Some varieties soar up to 60 feet though. As you already know, the total amount that you'll pay to have a tree removed depends on how large it is. If you have a smaller pine time, you might pay as little as $200 or so. If your pine tree Is extremely tall though, you could pay $1,500 or more. This Is another example of why It pays to wiled quite a few tree removal quotes before hiring a contractor. Tree Branch Removal:-$200-$300 What if you just need o have a few branches removed from a tree? If they are Interfering with power lines. just pick up the phone and call your local utility company. They should come out and handle H at no cost. If you need a branch or branches to be removed for other reasons, you will have to hire a tree removal and wtWtg company. Obviously. If the branches are realty small, you can probably do it yourself. In the event that you reed to hire a professional, you can expect to be charged an hourly rate. Most companies charge between $2D0 and $300 per hour. If you have a lot of branches that need to be removed. it could end up being pretty expensive. Tree Stump Removal Costs (hLLp://www.Lreeremoval.com/cosLs/tree-stump-removaI-cost- price-guideA Stump removal paws vary depending on many different things. The cost to remove a stump will vary depending on whether you do it yourself or hire a professional, but other factors come Into play as well. By learning about the costs that are associated with removing a tree stump, you will be able to avoid unpleasant surprises. Learn more with our Tree Slump Removal Cost Guide (http://www.treeremoval.com/mstrdtree-stump-removal c st- price-guldet), Factors that Affect Tree Removal Prices As noted several limes throughout this article, the total cost of having a tree removed will depend on many different factors. Here's a recap of the main factors: Size —The total height of the tree is one of the most critical cost factors. Condition - If the tree Is healthy and strong, you may have to pay more. If It is dead, dying or roWng, the work will be easier and should result in a lower once. If you're not offered a reasonable price, make sure to point out that the tree is relatively weak Diameter - The diameter of the tree's trunk plays a role In how much you'll pay. This also comes Into play when grinding a stump (htlpl/www.treeremoval.com/stump-grinding/). Theoretically, you could pay more for a shorter, thicker tree than you would for a taller, slimmer one. - Location - Its cheaper to have a tree removed If It Is safely away from houses and other obstacles. If there are many risks for damages to occur, the tree removal company is sure to charge more for the work After all, their liability goes up and they will have to be a lot more careful. potentially utilizing more complicated techniques or more complex equipment A Special Note about Damaged Trees After a major storm or high winds, a tree may crash and cause damage to a house or other object. Tree removal services usually charge a lot more to remove these types of trees. The main reason for the higher price Is because they have to be careful to not cause additional damage. Also, damaged trees pose more risks In general as workers are more likely to be Injured. Although it may seem like a major expense to have a tree safely removed by the experts, We well worth It. By letting the professionals handle it for you, you will be able to avoid serious injuries and other problems. Besides, removing a tree isn't easy. why not let the pros handle it for you? Tree Trimming Costs (http://www.treeremoval.cc)m/costs/tree- trimming-cost-price-guide/) guide/). To keep your yard looking as attractNe as possible, you periodically need to have its trees trimmed into shape. In addition to making a tree look more aesthetically pleasing, Idmming or pruning (hnpAwww.treeremoval.coMlrimming- and-pruningf) can be used to remove dead of broken limbs that can pose serious hazards. The cost of tree trimming varies depending on a number of factors including whether you do It yourself or hire a professional contractor. Learn more with our Tree Trimming Cost Guide (hip://..treeremoval.wni/wsWs "-i mmingaost-price- Get FREE quotes from local tree services (/quotes/7 m=treerem ovalorg&entry_point_id=37218446) 10 Comments Sandra Jochens August 25th, 2012(http7/www.4"removal.conVmsts/#wmment-7) We ed a IlmbPoee removed Reply Ashley September 27th. 2012 (hftplAv .treeremoval.com/costsl#wmment-34) Professional tree service should always be conducted by Insured and qualified cutters. Tree removal services are listed to be one of the dangerous jobs to preform. Research the company you choose carefully. Atlanta Tree Company — local Georgia wntracter. Free quotesl Reply Bill Holloman September 30th, 2012 (hfip9/wwn.treeremoval.com/costs/#wmment-39) I have two trees that need to be removed from front yard, not real big trees but they are draining my water from my house causeing fondation issues. thank BIII Reply dave ivie October 25th, 2012 (hftpJAv .treeremoval.com/wststkdmmenb651 HI I'm a disabled vat and 1 dent have lots of money there are a few bade ones I need top and one dead one I need to bring down. Reply Lynette & Jim Donnelly November 7th, 2012 (http://www.treeremoval.mrntmsts/#comment-91) remove large cut on by W lides oak tree back yard of hom, remove stump, roots grass. removal of the good firplace wood as soon as poss ..ready to hire ...need estimates. certified, registered, licensed. thanx: Lynette and Jim Reply Elisabeth G. Resberg December 10th.2012(httpJhwww.treeremoval.wm/wstsl#wmment-163) HI; I need some branches cut down from the side of my house that Is causing some damage to my roof. Could you help? Please let me know asap. Reply Brabara Jenings February 26th, 2013 (http:/tv.treeremoval,wm/costs/#wmment-689) 1 live in East Point, Go and need a tree cut in my back yard. I have a quote of $2100.00 which I think Is high, Is there anyone else who can W the tree cheaper than that. We are going to keep the wood, just need the tree cut Thanks, Barbara Reply Brian April 111h, 2013(http://www.treeremoval.comlmstst4comment-1821) _ -- -._. __ _____._ .. I own a tree company 8 these price are false. If I charge 2k a day I can save no money with 4 employees I 58k for fuel last year we pay $26 for every $100.D0 payed out in workers comp. $2500 a day is a coned price for 5 guys trucks and equipment. Reply Bull Dog Climbing Service (http://bvllclimbing.com) August 6th, 2013 (httpJhw .Veeremovel.conVwsts/#comment-6606) Barbara $2100.00 is way off when you're keeping the wood -As you see Brian's post most use service dont pre they want to charge day rates no matter what When most Vass for a crew of 3 takes about 2-3 hm depending on the job site lay out, If you haven't had your tree tooken pre of you can emali me at xxxasx@gmall.wm (mailto:>xrocpc@gmail.wm) I'm in Tennessee. I'll help you get your tree done for less or I'll show up an drop it myself. Reply Wendy April 26th, 2013 (http:/hwvay.treeremoval.com/costs/#comment-3292) I have a large tree In my back yard and I want A to be remove. I am wondering how much would the tree removal is going to cost me? Reply Leave a comment Your Name Your Mail Your Webslte Message POST COMMENT Tree Removal & Cutting Tree Removal Cast Guide (hnpJAvww.Veem=vaLeenVcostM Tree CuWag Guide (hnpJAvww.Veenemoval.cgMrea- Ivtnren Guide k Culling Tree Rwa (hap/hrww.Ireererwval.wmNee- .W,An.-redM Tree Services by City Stump Removal/Grinding Guide to Stump Gdnding (httpl/www.Ireeremoval.wMSWmp- gdrMingi) Slump Grinding Paces Guke (hVplAvww.treeremovd.aNrecosLastump- gdrkirg-I>rkws+oalgakM Tree Slump Renaval Coat Guide (hnp:l/w beeremoval.coMwstsrVea- stump-removal-wst-pdce-guldaq Tree Trimming & Pruning Tree TnmrtJng Cost Guide (htlpJAvww.Iraeremoval.wMwslsflree- kmnring<-pdceguker) Guide W TdmNlg 8 Pruning (hnpJM^ww.Veemaawal.oaavlaimmin¢ and -pruning/) Palm Tree Removal 8 TH.in, Corte (htlplM1v tneeremoval.wMwsWpalm- trearamoval-and-trimming-pnreM Get Free Quotes Tree Removal Ouctes (htlpJA .Veeremoval.c gwlesn m=trecmrwka,&enby_pN,_Id= 7218446) Tare Tdmmrg Ouotes (htlp:IMwx.treenemoval.wMgwlesR m=eeeremovaWg8entryyolnt W=3]218446) Sump Re sdl Quous (hnp 1l treeremovaLcon gwW"Wmp- re..in m=VeeremovaIn&wVyydnt_Id=3721 M46) Alnuq .ni NM Fat WOM, TX Mirmapollf, MN San Jule. CA (htlpJAwx.Vearemoval.mMuNalbuqueryue�nPJM.vv.4eeremovel.corNusRort- (htlpllvmw.Veenemoval.caNushrinneepolis/[hapJNvww.Vaeremoval.caNualsen- Arlington. TX worths) Nashville. TN lose/) (hnp9M ."eremavW.wMuNadlagtoa0 Fresno, CA (ht1p://www.Veemmoval.coaVuslnashvi1IW) Beattie, WA Atlanta, GA (hVpJAv .VeemrnwaLconvusRresn0 New Yak NY (htlp:1/ .aaemmoval.conVuslseaWeM (hnp'IFwww.lreeremovaLenMus/e[IanW) Houston, TX (hnp://wwv.VeemmovaLmMuarnew- Tucson, AZ Ausgn, TX (MtpJAvww.teeremoveiwMusmoustoM ycaM (http:lAvww.treenertnval.o�m/usrWcsoM (htlp'J/www.Ueeremoval.cwNuslausYM ladi napdis, IN Oakand, CA Tulsa, OK Mid., MD (hnpJAvww.VmmmovalmMus/ndWnapolis4hnpJ/wrvrx.Veemm WmMuaroaMuCVI (htlpJMww.Ueeremoval.coMusfiuhM (hnpJlwvw.treeremovai.caNuehalllmora/) Jackswville, FL Okafwrna City. OK Yugiala Beall, VA Bost., M4 (htlplMww.treerertnvel.conJus/)acksmWllel)(htlpJMww.eeerertgval.coMus/oklahpna- (hCpJ/www.bas,e val.onJusM91nW- (hnpJ/www.Veeremoval.wmNSlbosuM Kansas City, KS dty() beadle) Chadone, NC (http:Iw eremoval.wMusAansaa- Omahe. NE Wichita. KS (htlp:l/ .treeremoval..MualcherlonM dtyp (hnp:1A Veenanmal.c Wua/wlchitM Chicago. IL Las Vegas, NV PhllacialpMa, PA (htlp)/vn�w.Ueeremoval.wMuslcM1kapM (hllpJM^a^.v.Ireemnswal.conVuaAas- (hRPJM .Veemm al.coMuOphiladelphlal) Cleveland. OH vegasl) Aaanh, AZ (htlpJNrvw Veerertavd.comNSltlevelantlO Leong Beact, CA (MgrJAvw^x.Veemmova1.w"uslpMenlr./I Cdomdo Springs, CO (hnpJA 'Ineeremoval.w U."- Pom.E, OR (hdpJAw^x.Ueeremoval.wMuslcdorado- ��) (hnPJMwx.Ueeremoval.wmhslpoNarM� apdngen Los Angeles, CA Raklgh, NO Columbus, OH (hnpJ/w,rx.VeeremovaLconnuaAos- (hllpllww^x.Veeremoval.caNuslralelgNl (httpJ/wwx.VeeremovaLcoMuslcolumbusQ angeleaO Seaamento, CA Dallas, TX Louisville. KY (http:I/w .Ueemwval.coMus/sacramento/I (hnpJM^a^e.VeeremovaLcwNus/dalleaq (hnpJ/ .Veemmoval.eaWmsAauIaWIW) San Antonio. TX Denver, CO Memphis, TN (hnp JAvww.VeemmovaLcon uslsan- (htlp)/www.Veeremoval.axNus/denver(I (hnPJN ,Veeremoval.wmlua1mampha4 antanloo DetmlL MI Masa, AZ San Diego, CA (M1np'JMww.Ueeremoval.mMua/dMrdl!) (hVpJ/wmv.Veeremovel.wMus/mesa/j (htlpJAvww.Ueeremovai.coMus/san- Miaml, FL dagM (htlp,Ava .Veerenaval.convus/miam✓) San Frandsen, CA Milwaukee, WI (hdplAvww.Vearemoval.coMus/san- (htlp:liwufx.Veemmoval.wMus/mii aukeM handscM Copyright 0 Tree Removal(Ilnp,M .Veeremoval.eoM) reo 3 4/2/2013 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: CEI PROJECT M CONTRACT NUMBER: CONTRACT DATE: CONTRACT NAME: DESCRIPTION OF CCR: LOCATION: MEMO NO.: MEMO DATE: COST CODE: 177 W(,'707L 12.009 7332 Mason Corridor BRT Pricing below is for removal of trees @ MSO pond and (1) tree at Lake Street. These trees were not identified in the tree mitigation plan, thus are all additional removals. DBH - Diameter at Breast Height (in inches) MSO Pond and F1-1 alignment south of Lake Street DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL Tree Removals - MSO Pond < 6" Trees 6" to 12' Trees 40 86 Total DBH (inches) Total DBH inches $ 5.00 $ 20.00 $200.00 $1,720.00 12" to 24" Trees 90 Total DBH (inches) $ 40.00 $3,600.00 > 36' Trees Recycling of Trees Tree Removal at Lake St 44 14 Total DBH inches Truck Loads $ 80.00 $ 143.75 $3,520.00 $2,012.50 12"-24' Tree 16 Total DBH (inches $ 40.00 $640.00 Mark Up 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. $584.63 $12,277.13 ma t CHANGE ORDER NO. 19 Exhibit A Project: Mason Corridor — MAX BRT Project No. 7332 (CEI project #12-009) Date: December 28, 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 CEI Mason BRT contract. WCD072 includes removal of trees at the MSO Pond; WCD073 includes directional boring at Laporte and Mountain Avenues; WCD080 includes POC fiber installation; WCDO88 includes a waterline vent relocation at Lake Street; WCD089 includes changes to colored concrete crosswalks; WCDO90 includes 2-pole contactor kits; WCD091 includes powder coating of Type A fixtures; WCD093 includes non -art BB poles at University Station; WCDO94 includes relocation of the PCC at northbound Swallow Station; and WCD095 includes installation of quad receptacles at each station MIS/ITS cabinet. Justification for each change can be found in the various work change directives as attached. Change in Contract Value: The contract value is being increased by $68,339.30. Please see attached pending issues log summary and work change directives as summarized in the table below. Work Chan a Directives/Items SCC Item Number Description Contract Value Status '40.01 • WCDO72 Additional tree removal for MSO $12 277 13 Adds tree removal not included in original pond and Lake Street contract (MSO pond and Lake St) Two - 2" directional bores Repairs portions of BRT duct bank damaged '50.05` WCD073 (Laporte and Mason) $11,301.71 by City and BNSF crews during two way conversion 50.05 WCD080 Fiber installation at DTC for $1 921 66 Adds fiber installation to the DTC station for Proof of Concept proof of concept and redundant ring. 40.02 WCD088 Waterline Vent Relocation $2,935.00 Adds relocation of waterline vent at Lake Street 10.02 WCDO89 Platform X-Walk Change $8,731.40 Changes crosswalks and ramps at platforms (deletes staining / adds colored concrete) 20.01 WCDO90 Add 2-Pole contact kits $5,671.05 Add 2-pole contactor for walkway lights/photocell control 20.01 WCDO91 Cardinal paint top coat - Cole $1 211 70 Adds cardinal paint powder coating to type A fixtures fixtures 20.01 WCDO93 BB non -art poles at University $14 Adds BB KIM Lighting poles to University Station ,425.95 station Page 1 of 2 TREE REMOVAL AT STATIONS Station Key Quantity Size Type Action Notes MSO Pond (Not In Mitigation Plan) N/A 1 12" Russian Olive Remove N/A 10 4" Elm/Olive Remove N/A 1 10" Cotton Remove N/A 1 (MS) 13" Cotton Remove MS= Multistem 12" Cotton Remove MS= Multistem N/A 1 (MS) 91. Cotton Remove MS= Multistem 9" Cotton Remove MS= Multistem N/A 1(MS) 12" Cotton Remove MS= Multistem 15" Cotton Remove MS= Multistem N/A 1 (MS) 18" Cotton Remove MS= Multistem 16" Cotton Remove MS= Multistem 15" Cotton Remove MS= Multistem 13" Cotton Remove MS= Multistem N/A 2 6" Cotton Remove N/A 1 44" Cotton Remove Bay Farm D-131 3 6-12" Siberian Elm Remove Different Than Mitigation Plan D-132 2 6-12" Siberian Elm Remove Different Than Mitigation Plan D-133 1 10" Siberian Elm Remove Different Than Mitigation Plan 1 11" Siberian Elm Remove Different Than Mitigation Plan 1 13" Siberian Elm Remove Different Than Mitigation Plan 1 15 1' Siberian Elm Remove Different Than Mitigation Plan D-130 1 13" Siberian Elm Remove Different Than Mitigation Plan 1 10" Siberian Elm Remove Different Than Mitigation Plan 1 6" Siberian Elm Remove Different Than Mitigation Plan D-129 2 6" Siberian Elm Remove Different Than Mitigation Plan D-128 1 4" Siberian Elm Remove Different Than Mitigation Plan Tom ":r AGeft- la"- a,, = q0" 3&" 44U " MSO POND Bay Farm Quantity total inches Per inch Cost Total 1 12 20 $240.00 10 40 5 $200.00 1 10 20 $200.00 1 10 20 $200.00 1 13 40 $520.00 1 12 20 $240.00 1 9 20 $180.00 1 9 20 $180.00 1 12 20 $240.00 1 15 40 $600.00 1 18 40 $720.00 1 16 40 $640.00 1 15 40 $600.00 1 13 40 $520.00 2 12 20 $240.00 1 44 80 $3,520.00 Total $9,040.00 Size Class 3 1: 2 1; 1 1( 1 1: 1 1 1 1 1 1_ 1 iC 1 E 2 E 1 4 Class Cost $ 84.04 $ 84.04 $ 84.04 $ 84.04 $ 672.35 $ 672.35 $ 672.35 $ 84.04 $ 44.25 $ 44.25 $ 44.25 Total Total $252.11 $168.07 $84.04 $84.04 $672.35 $672.35 $672.35 $84.04 $44.25 $88.50 $44.25 $2,866.34 Contract Cost $20 per DBH for trees 6 to 12 inches $40 per DBH for trees 12 to 24 inches $65 per DBH for trees 24 to 36 inches $80 per DBH for trees 36 inches and larger $5 per DBH for trees under 6 inches 7 to 12 $84.04 per tree 13 and larger $672.35 per tree 2 to 6 $44.25 per tree maxWORK 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. 072 PROJECT NO: 7332 The following additions, deletions, or revisions to the Work have been ordered and authorized: (Title of WCD): Tree Removal for MSO Pond area This work change directive directs the Contractor to price and, if accepted, remove trees inside the MSO pond area according to the attached plan and the MAX BRT specifications. This work includes recycling the trees according to Section 202 of the specifications. The work shall include stump removal, tree removal, chipping, recycling and haul. This work shall be paid for as a single lump sum addition to the contract tracked by the caliper size of each tree removed. This change is being initiated by the City as tree removal in the MSO pond area was not included in the design drawings. Attachmenis (List Supporting Documents):. CEI supporting costs; size tracking sheets; Sheet 340 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: April 1,2013 ner Date Recommended By: r April 1, 2013 Construction M ager Date Copy: Owner; Engineer; Field File - SharePoint WCD071_MSO TREE REMOVAL_04-01-13_DRAFT FOR PRICING PAGE 1 OF 1 x arRE.G%S bea ]TTW u _-tee e, l ars u :LINE SC]-] / I I I n SECTION - En in in • ILA, STANDARO NDTFS• /..• _ - __ (_ a•n�'w�'�'�•�'m�' w i]F�".S•w am.rna o® •aam _ i — __ _ _ / \ (\ --� �� �� �a� �'�vv.a..:.,.M..®.....�,.s..a �^uti�•u�a�a�rns�^m DRAINAGE DETAILS Ft. cuM1m 7073 July 11, 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. 186 Directional Bores— WCD 073 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. 73 to repair damaged BRT duct bank conduit in the downtown area. Conduit was damaged at Mason/Mountain by BNSF forces and at Laporte/Mason by City of Fort Collins Traffic crews. The work includes directional boring, potholing, conduit installation and surface restoration. Please find the attached proposed Contract Change Request #186 from CEI. In preparation of this Independent Cost Analysis (ICE), a separate quote was obtained from Sage Telecommunications for the work. The separate estimate provides for a total independent cost estimate of $22,858.08. Considering the information presented, I would recommend an increase to the contract in the amount of $11,301.71. Please note that this contract change is an ineligible cost to the FTA grant as it repairs damaged infrastructure which was previously paid for under a separate contract. KA Meyer, Construction Project Manager CH2M HILL Team 970-988-8605 keith.mever�ditescoservices comcom Cc: job file Change Management Checklist Compliance Category Date Reviewed Reference Initials Reviewed for compliance with 7/11/13 This change is an ineligible Environmental Assessment expense. Reviewed for construction/safety impacts 7/11/13 Independent cost estimate prepared 7/11/13 Reviewed for PCGA grant compliance 7/11/13 Reviewed for real estate impacts/needs 7/11/13 Reviewed for compliance with design criteria/ADA http://ww access-boardcov/ada-aba/ada- 7/11/13 standards-dot.cfm ditesco Independent Cost Estimate Date of Estimate: 10-Jul-13 Contract Type: Mason Corridor BRT (Hard Bid) Etisting Contract or PO (Y/N): Y Description of Goods (A) or Services (B): A Scope of work to include potholing, directional boring, landscape and paver repair to Install 2' HDPE communications conduit at LaPorte/Mason and Mountain/Mason. I have obtained the following estimate from; Published Price List / Past Pricing (date) Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Keith Meyer Other (specify) third parry contractor estimate (Sage) Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product Cost ($/unit) Unit Quantity Notes TOTAL Delivered Data Source Directional Boring $ 45.10 LF 208 Sage Quote 9,380.80 2' HDPE SDR11 $ 16.10 LF 208 Sage Quote $ 3.348.80 Potholing $ 2,520.00 Day 2 Sage Quote $ 5.040.00 — Site restoration $ 4,000.00 LS 1 MAX BRT SOV 660-00026 (% reduced for 48 ct fiber) $ 4,000.00 GC Markup $ 1,088.48 LS 1 5%per contract $ 1,088.48 SubTotal $ 22,858.08 Cost of Services, Repairs, or Non -Standard 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 $ •seuo-q, cemrei am cnmrnveuw agsw TOTAL $ 22,858.08 Signature of Preparer: 5 apc, Tciccommunicatians Corporal ion January 24, 2013 To: Robert Clifton CEI Inc WCD to bore across Mason st. on N/SD of LaPorte to replace damaged pipe. Qty Description Rate 74 Bore $ 45.10 /FT $3,337.40 74 2" HDPE pipe $ 1.61 /FT $119.14 2 Potholing $ 2,520.00 /DY $5,040.00 1 R & R concrete $ 1,500.00 /LS $1,500.00 $9,996.54 `This proposal is for the work described only. Traffic Control to be provided by CEI INC. Sincerely, Mike McFadden Sage Telecommunications Corporation 303-210-4710 i Sufic Teccommunicaaions Corporation January 24, 2013 To: Robert Clifton CEI Inc WCD to bore across Mason st on S/SD of Mountain ave Qty Description Rate 131 Bore across bus lanes $ 45.10 /FT $5,908.10 131 2" HDPE pipe $ 1.61 /FT $210.91 2 Potholing $ 2.520.00 /DY $5,040.00 1 R & R concrete $ 2,500.00 /LS $2,500.00 $13,659.01 ' This proposal is for the work described only. Traffic Control to be provided by CEI INC. Sincerely, Mike McFadden Sage Telecommunications Corporation 303-210-4710 sm 4/29/13 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCRNUMBER: 186 WGC)073 CEI PROJECT #: 12-009 CONTRACT NUMBER: 7332 CONTRACT DATE: CONTRACT NAME: Mason Corridor BRT DESCRIPTION OF CCR: Pricing for two bores, one across Laporte/Mason and one across Mountain/Mason. These bores will replace damaged conduit (by others) at these two locations LOCATION: Laporte and Mountain MEMO NO.: N/A MEMO DATE: N/A COST CODE: N/A DESCRIPTION QTY UNIT UNIT PRICE OT TOTAL Y Directional Bore + Conduit Pullback 208 LF- $ 14.28 $2,970.24 Soh Surface Potholing 10 EA $ 160.00 $1,600.00 Hard Surface Potholing 7 EA $ 297.00 $2,079.00 Mobilization 1 EA $ 500.00 $500.00 Mark Up 0.05 % $ 7.149.24 $357.47 Subtotal E7,506.71 Paver Remove antl Reinstall 1 LS $ 300.00 $300.00 Landscape Repair Budget 1 LS $ 3,000.00 $3,000.00 Mark Up 0.15 % $ 3,300.00 # $495.00 Subtotal -1 1 1 $3,785.00 TOTAL Concrete Express, Inc., requests 3 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. J $11,301.71 ✓ Work Chan a Directives/Items SCC Item Description Contract Value Status ,Number '20.01' WCDO94 Relocate PCC at Swallow $3,616.20 Relocates PCC at Swallow station Northbound station 20.01 WCD095 Add quad receptacles to each $6,247.50 Adds quad receptacles to each station ICON station cabinet; MIS and electrical plans unclear Total Work Change Directives I $68,339.30 ' - indicates ineligible expense to the FTA grant Change in Contract Time: The Owner recognizes that CEI has claimed an additional 10 calendar days associated with this change order. The contract time will be reconciled through a separate change order. As such, there is no contract time changes associated with this change order. 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: (Masan 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 March 13, 2014 Unchanged (BRT Project through CO #12): Page 2 of 2 April 30, 2013 Robert Clifton Concrete Express Inc. 2027 W Colfax Denver, Co. 80204 <� Reference: MAXBRT Ft Collins, Co. Subject: SEC CO #011 Provide Boring at La Porte Ave. and Mountain Ave. 12150 E. 112ih Ave. Henderson, CO 80640 303-286-8000 Thank you for the opportunity to be a part of this project. Please review the following scope of work. We are proposing to provide an underground east — west bore at La Porte Ave and Mason and at Mountain Ave and Mason. One tin HDPE conduit will be pulled in and terminated in the existing in -ground pull boxes at each. Price to provide per foot and each costs as follows: 1— 2in Directional Bore and 2in Conduit Pullback Soft Surface Potholing Hard Surface Potholing Mobilization Total: Unit Qty Unit Price Total 208ft. $14.28 per ft. $2,970.24 10 ea $160.00 ea. $1,600.00 7 ea $297.00 ea. $2,079.00 1 ea $500.00 ea. $500.00 $7,149.24 Clarifications 1. One mobilization cost is required based on one day of potholing and the second consecutive day for boring. Two mobilization costs will be required for any project delays. 2. Patching of hard surfaces is not included and will be provided by others. 3. Landscape repair/restoration is not included and will be provided by others. 4. Sprinkler repair is not included and will be provided by others. Should you have any questions or comments, please feel free to call. Sincerely, Sturgeon Electric Company Brian Bender Project Manager OSHA.' r\ ur 5eno. Jws� / n n Y v✓ ar u ocf f o r �l-/J Ir I CFS 51 max WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 073 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): Laporte Ave/Moutain Ave and Mason Street Bores - BRT backbone This work change directive directs the Contractor to price and, if accepted, bore 2-2" HDPE conduits under the intersection of Laporte Ave and Mason Street and Mountain Ave and Mason Street. This work will connect the BRT backbone in locations damaged by BNSF and City forces during the Mason Street two way conversion. The work shall include directional boring, conduit, pull tape, tracer wire, potholing, surface restoration and any and all costs required to make this work a complete installation. The exact locations of the bore and alignment of conduit shall be determined by the Engineer in the field. This work shall be paid for as a single lump sum addition to the contract and paid for as % complete based upon work progression. This change is being initiated by the City to repair damaged conduit that was due to the inability to locate the BRT backbone during the Mason St. two way conversion. In an earlier phase of the project, Tetratech installed the BRT backbone from Laurel Street to Maple in Dowtown Ft. Collins. This work was not done per the approved specifications and did not include tracer wire. As such, the backbone laterals could not be located and avoided during BNSF and two way conversion construction. Attachments (List Supporting Documents): CEI supporting costs. 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: March 15, 2013 wner Date Recommended By: �! As March 15, 2013 Construction Milfiager Date Copy: Owner; Engineer; Field File - SharePoint W CD073_LAPORTE-MASON BOREs_3-15-13_DRAFT FOR PRICING PAGE 1 OF 1 MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstrucfion Delivery by hand September 25, 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. 230 DTC Proof of Concept Fiber Installation —WCD 080 Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 80 to install 48 count fiber into the DTC to establish a loop connection to the City's system. With this, it will allow the City to create a proof of concept station at the DTC stop and allow early testing of the station ITS components. Please find attached the proposed Contract Change Request #230 from CEI. In preparation of this Independent Cost Analysis (ICE), a quantity estimate and cost comparison was completed to the 72 count fiber optic contained within the CEI schedule of bid items. The 72 count fiber cost was prorated to a 48 count cable thus producing a comparable cost per foot. The value of the independent cost estimate is $1,679.84. Considering the information presented, I would recommend an increase to the contract in the amount of $1,921.66 for t e DTC proof of concept fiber connection. Ke#thMeyer PE Construction Project Manager CH2M HILL Team 970-988-8605 keith.meyer�ditescosery ices.comices.com Cc: job file Change Management Checklist Compliance.. D. te Reviewed Reference Initials Included in the area of project Reviewed for compliance with 9125/13 influence; required for BRT KM Environmental Assessment backbone communications at proof of concept Work area traffic control not Reviewed for construction/safety impacts 9/25/13 required. Work to occur outside KM the roadways. Independent cost estimate prepared 9/25/13 As attached to this memo KM Reviewed for PCGA grant compliance 9/25/13 Scope is included in SCC 50.05 KM Reviewed for real estate impacts/needs 9/25/13 Construction inside public right of KM way or on city owned property Reviewed for compliance with design cdteria/ADA htto://w .access -board ao"v/Ada-aialada- 9/25/13 n/a KM standardsLdot.cfm ditesco Date of Estimate: 25-Sep-13 Contract Type: Mason Corridor BRT (Hard Bid) Edsting Contract or PO (Y/N): Y Independent Cost Estimate Description of Goods (A) or Services (B): A Scope of work to install 48 ct fiber into DTC and splice at CV45 for station proof of concept. I have obtained the following estimate from; Published Price List / Past Pricing (date) Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Keith Meyer Other (specify) Cost Estimate Details: (Estimate calculated /n US Dollars) Cost of Standard Items Product Cost($/unit) Unit Ouantily Notes TOTAL Delivered Data Source Pull and splice 48 ct 4.35 LF 350 SOV 660-00026 prorated for 48 dt T 1.5 33.67 Sub Markup $ 76.18 LS 1 1 5% per contract $ 76.18 GC Markup $ 79.99 ILS 1 1 5% per contract $ 79.99 SubTotal I 1 1 $ 1.679.84 Cost of Services, Repairs, or Non -Standard Items B Item/Task. Materials or Work Description Other Direct Costs Labor Rate ($) tabor Hours Labor Class Allocated Overhead SGBA' Profit Notes: Data Source TOTAL SubTotal is -s V. aweia,u ran.c E: TOTAL $ 1,679.84 Signature of Preparer: reoz fCEi 9110113 Erika Keeton, PE Special Projects Engineer City of Fort Collins 281 North College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: 230 Revised WCD #80 CEI PROJECT #: 12-009 CONTRACT NUMBER: 7332 CONTRACT DATE: CONTRACT NAME: Mason Corridor BRT DESCRIPTION OF CCR: Pricing, as requested in WCD #80 to install fiber optic cable in existing conduit, provide terminations and splicing as needed to ensure communication to the City's existing fiber system. Price reflects changing 72 count fiber from CV45 to DTC termination rack to 48 count and adding 48 count fiber from existing telecom vault at Laporte/Mason to CV 45 to include splices. Pricing includes equipment, labor and materials. LOCATION: DTC Station Reference WCD #68 for backup on pricing of pulling 48ct and splicing. MEMO NO.: NA MEMO DATE: NA COST CODE: DESCRIPTION QTY UNIT UNIT PRICE OT TOTAL pull 48ct ands lice at CV45 350 FT $ 4.98 $ 1,743.00 SUBTOTAL $ 1,743.00 Sage Markup - 5% $ 87.15 CEI Markup -5% $ 91.51 TOTAL $ 1,921.66 Concrete Express, Inc., requests 1 working 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. maxWORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) W CD NO: 080 PROJECT: Mason Corridor - MAX BRT PROJECT NO: 7332 OWNER: City of Fort Collins- Engineering Department ENGINEER: Michael Baker Inc. The following additions, deletions, or revisions to the Work have been ordered and authorized: � (Title of WCD): Fiber installation at DTC (Proof of Concept) This work change directive directs the Contractor to price and, if accepted, install fiber optic cable in existing conduit, provide terminations and splicing as needed to ensure communication to the City's existing fiber system. Through installation of the fiber optic cable as provided in the attached drawing, the City will have the ability to communicate with the DTC station/stop and test a proof of concept installation for the BRT. The work shall include supplying equipment, labor and materials to perform the work according to the MAX BRT project specifications and approved submittals. This work shall be priced and paid for at a single lump sum addition to the contract with the changes reconciled as outlined below. Summary of Changes: 1. Change 72 ct fiber from CV45 enclosure to DTC termination rack to 48 ct; reduce splices and terminations 2. Add 48 ct fiber from existing telecom vault at Laporte/ Mason to CV45; splices Note: 12 ct fiber from CV45 and CV46 is already in base bid. See sheets 877 and 878. "Phis change is being initiated by the City to have the ability to test a single station/stop as a proof of concept early in the project schedule. Sheets 877 to 879 and Tetratech site duct/conduit plan 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: .t 1 � August 2. 2013 ner Date Recommended By: // `jam August 2, 2013 Construction gar Date Copy: Owner, Engineer, Field File - SharePoint W CD08o—FIBER AT DTC POC_08-17-13_DRAFT FOR PRICING PAGE 1 OF 1 N 0 M A LEY NAP TV21 conduiVOla from existing Telecom vault CV45 and on through CV46 into the -C building; lelminate in rack as directed IT staff (see also sheet 879). late 72 d fiber from CV45 to CV46 to 'C fiber temlnatim rack (see sheets MASON CORRIDOR FIBER BACKBONE u 6�,.,, _G b CONDUIT AND WIRING CONDUIT NEW WIRE ON CDUIT SIZE FIBfPFIOE FIBEF FIBEF B77 except condwUOld ban CVdS Io /46. DTC stop ICON; splice lD 144 ct it CV45. (base bid) ° 1 Install 12 d to TV23 and existing 2'ConduiVdua L fr. CV46 to DTC stop T ICON; splice to 48 a In °51A ��\ CV46. (base lid) Gain access into 4' Old to 1, AS OTECT D-w 4 Btim IOU le 4$ d fiber into DTC ERrs Pp REE TD 9E PRDIECTEn - IG.FER kAl$rOOffl TO LPEE PROTECTLW NOTES OF ME TREE MITIGATION ACTIVITIES OCCANI WITHIN TREE PROIECTIOI AI✓EA. al SHEET TM01 PLAN BEFORE ANY TE DESIGNATED r 1B.OIRECTIONAL BWE FROM BNSF VAULT WJG TOLRAF VAULT TV24. 'E 19.01RECTIBNAL BORE FROM BNSF eWGALOW To REMARKS BNSf SIGNAL P0.E TAX SOURN LNNESt COMER a MAPLE ANO MAsfN. 20.OIRECTIWAL BORE FROM BNSF SIGNAL POLE 5 A 4 CNDUITS FOR BNSF EN SOOTNWEST CORNER OF MAPLE AND HAS" TO SIGNµ POLE W NORTHWEST CORNER. 21.01RECTIONAL GORE FROM BNSF BUNGALOW TO FOR IN pf FIC BNSF SIGNAL POE OR SOITHEASL CORNER OF FOR III MAPLE AND NASW. fpR TRAFFIC FOR INS 22. DIRECTIONAL BORE FROM BNSF BUNGALOW TO DR BNS BNSF SIGNAL POLE ON NOPIXEAST CORNER OF 0 BN5F MAPLE AND 050N. Lon INSF 2},DIRECTIOIAL BORE FRW BNSF SIGNAL P0.E Lai BXSF OHNOR TBRA51 CORNER a MAPLE AND WSW 0 GMSF SIGNAL POLE MGM'. OF NAPLE. TOTBBT 24. DIRECTIONAL THAT FROM ONSf SIGNAL POLE FORT IP RFFIL NORTH 6 MASON TO RNSF TRAFFIC SENSOR 2DJACENT TO VEST 510E INTO ACNi ICn 1X a MAPLE. It Revlslons MASON CORRIDOR BRT wt � nw Nw c°u1GO ..x KEY: IIEN: 0EBAIL, O Jo•A Ae •NI B• VAULT OAK © inaL DIX (ABOVE C.. rrOJ.PC rIGx eaA IELECTRICALI CAP V CONSTRUCTION NOTES 1. DIRECTIONAL RUDE FROM ccW VALL1 CV41 WI SHEET ECI6 TO CO. VAULT CWJ. 2. DIRECTIONAL BONE FROM CINIM VAULT CV43 TO GV1A. AND HAND TRENCH TO TRAF VAULTS NI EACH END OP DIRECTIONAL CORE. J. DIRECTIONAL BORE FROM COW VAULT CWA i0 CW5. AND HAND TRENCH TO TRAF VAULTS ON EACH END OF DIRECTIONµ BORE. 4. SET COw VAULT CV46 TO INTERCEPT EAISi1N0 CONDUIT RUNS FROM CgIM VAULT OVA INTO DOWNTOWN TRANSIT CENTER. PROVIDE A 3O'RI6'R36' VAULT AT THIS LOCATION. PROTECT "[STING CONDUITS ABU DETER.[ME IF ADEWATE SLACK EXISTS i0 iUSH EMI STI NO CNDUITS UP INTO NEW VAULT. 5. DIRECTIONµ BME FROM TOWN VAULT CV45 TO OTC C.NI CATIONS CABINET 6. OIRECTICM1 BWE FROM CCYY VAULT CV46 TC OTC CM1AM1CATIWS CABINET T. OIREC TIONµ BORE FROM COIN VAULT CV45 TO TO AT VAULT N24. S. HAND TRENCH FROM COMMA VAULT CV45 TO TRAF ULT Tvz]. 9. OIRECi1M L BORE FROV TRAF VAULT iV23 19 TWO VAULT IV20. I O. ONRSaIaeElA5TAL 0ORE FROM OWNER a�APORTESF MAL ANDPOLE MASON i0 BNSF TRACK SHOW ADJACENT 10 EAST SIDE a TRACKS. SOUTH a LAPanE AVE. 11. DI RECTIONAL BORE FROM BNSF BUNGALOW TO RXSF TRACK SENSOR ADJAL ENi TO WEST 51DE I2AIRECTIaAL OWE FROM BNSF SIGNAL POLE ON NORTHWEST COPPER a LAPORTE AND OF TRACKS SOUTH a MAPLE. NASD. TO BNSF SIGNAL POLE ON HERTNEAST CORNER. 1J.DHRECi1RNµ FIGURE FROM ONSF RM.L9M LO C'.. t,C4,0 BNSF SIGNAL POLE ON NORTHEAST CORNER a o!'HENq�•adl LAWORIE AND MASON. U; O 14. OI PECAN ONµ FROM BNSF SIGNAL POLE ON N.N. OWNER i0 BNSF SIGNAL POLE SOUTHEAST CORNER OF LAPORTE AND MASON. T CONN ON 15.DIRECTIONµ OGRE FROM ONSF BUNGALOW Ili BNSF TRACA SO NSOR ADJACENT TO EAST 510E ..,1' OF TRACKS NOTH a LAPORTE AVE. E, 16.0IRECTIONAL GORE FROM BNSF SIGNAL POLE ON SOUTHWEST CORNER OF LAPORTE AM MASON 10 BNSF SIGNAL PLLE DN SW TXEA ST COPPER. x 1T.OINECTIOMµ BORE FRW COMM VAULT CV45 TO ONSF VAULT U.S. 11.1111� DOWNTOWN CONVERSION CONDUIT BACKBONE (SEGMENT 051 Project No. N° RMNI.H., MIA 11, C°IIIM: TOT, Peviee0: x%A Dui �' - SfruCNr. N<Ee,a Oefviler: LJ YOIC( WA SMt "Al SfMMf SWw1: 5TA.CWN. SEef S W.T ECIT vE 2e ul-.SVL A Adjust spAdng per Netcomm Engineer and provide Bs -built to BRT Contmdor/CM. for TO MOUNTAIN N9 BUS STOP CQY VAIAT SO T1 CVet TO TVBS �wR _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ 8 d ham ensUng Telecom vault. Pmid spiting per Netcomm Engineer for Proof of Concept COMM VAULT CV45 SPLICE ENCLOSURE Fort Collins TO aON TM TRY61T CTN BUS STOP COW CABINET .T. TRWSIT CTR CUS STOP INORTN) Co. VAULT CVIB TO W24 Emstructim wavings I MIS INFRASTRUCTURE No nBvi51 V6: LAPORTE SPLICE OIACRAM RevleN: R°elOx: -- Shlctve Oelailer: LJ NUNae Va'E' S n SULee1: SIA.COMM. ISO.1 Svela:C]1 m I., ¢?: ST. 11 Project NO. H. Callim; 7013 SNeeiENeet N� cV O cn r-I A: CD/,� M ON CORRIDOR SPLICING DIAGRAM sea ..: �o 0 Ta DMTa1M TRANSIT CENTER BUS STM - CONMICATIMS CMI1[T SPLICE ENCLOSURE I-----------------------------------J 42872 2�1/-tom-Zr CENTER vrlm umoa orzeimn ue no:reavd-RNr uissm iclrpnlagrp¢,yrx.cls.arp ® Snot RaVISICRIs MASON CORRIDOR BRT Fort Collins i�^""�� - 1c 81 ucllm Orariro MIS INFRASTRUCTURE DOWNTOWN TflANS IT CENTER SPICE 014GRAM Protect No. oa+a: Commis Wl. rlcrie. Sca:o:f"r 0' Vw,. Scola: RIA N. Rorlelm[: {t <ollim: ]Ot3 Unit Inlvmrlla: Unu LeaJer Inliials Q (� �. Pevise0: OssiyMr: -- SNLntw's ...... .:,..r......,...� vole: 0etolly lJ �.... �»..... c.. cr.u� wear 878 Pending Issues Log Ft • 04 it, Data: 12131/13 Ref. No. COI SCC Spec Section hem Description Date Requested Amount Status =DWI 1 40,02 ON Change from 8-ttd1at0&htlla MH B. 1 7/312012 1E883.001 requested bCEIcmdR to Contact WCDD02 1 10,02 403 Add asphalt Patching depth -Laurel to Maple 6" to 10' 7/312012 5132183.03 change from 6" depth to 10" depth' all versus S In bid WCD003 1 40,DO 630 TOMPOran, renting - BNSF vrork 7/1&2012 $18,401,00 ordered for duration Of BNSF closure' duration not Speoftelly defined In proposal from sub WCD004 / 40.08 Na Insurance adustment E2M/WM to 65M/i10M 7/122012 53957. D0 BNSF ronctNe liability Imumnce for CEI contract SUM In ROW) WC1)005 1 40.08 630 Time and Material inhd control for BNSF work Oam 7/122012 $147 682,78 traffic control for downtown BNSF rell neiti.c.ment work WCC008 1 /0.02 403 Add Unrop croar In a at Oak Mountain and Laporte 822012 E88S.D0 RAP at Oak' HIM at Mountain and ODOM Partially park! at and plices WC0007 1 40.08 412 Enhanced Crosswalk changing Laurel North 8/2/2012 E0.00 change to all dual Colored crosswalks north Of Laurel' no cost chance WCD008 2 40. D6 412: 603 Chan es to Maple Intersection 9/11/2012 $71 910,39 temp pedestrian choseno Intersection Croeswalka' add to bass bid WC0009 1 40D8 630 SPNISItY alone - SNSF closure 7/162012 E9O68.00 Specialty signs for BNSF closure WC13O10 1 40,W 208 Emsion L s 8995 EA 8/132012 E24 826.20 40,08' 208-00007 missed In final bid tab WCD0ll we 10.02 /03 HMA Patchin -273 SY S/132012 $0,00 10,02' 40300721' added quantityoffer bd o nln outman,part of es haft patchingdomiwm WCDO12 1 40,02 803 Storm drain line J Chan a, 520M12 50,00 Grade and alignment Chang" for storm line J' Mason - Old Main to Laurel and vices WCD013 3 40.07 608'609 She changes at Industrial Sclencea S20/2012 31225.68 Changes to ekhrmik ads at Industrial Scion.. WCD014 6 10,03 n/a BNSF Railroad ballast radln 8222012 45 803.75 T&M work to nda RR ballast' curb su ort o tions WC0015 3 40,02 603 Storm drain line 61-1 chances 9/42012 19812.00 Design chances to storm Ilne 8f-1' FCLWD Utilityconflict WCO016 20.01IEIearlca[ OINa Sletlon She Chan a, 9111W12 E0.00 Add al na lnln wall changes; CM to fi ue MO WC0017 20.01Too, wall chance at Troutman Station IOMM12 .BD.W Add toe wall to Troutman walk; CM to Issue WCD WCDoiS 1 40.02Storm line CI-2 des nchan es 101122D12 ED.00 onionchance onlyi d for at contact unit hone WCD0/9 /3 40.02Storm line B3l da, n chances f0/272012 63650, 54 arch Pipe deleted' replaced with HERCP' redo and manhole chance, WCD020 11 20.01DO, ode Ian chars es -An Pole Condulb 12JI 12012 25670.05 mvlde condutt fora akeh wire at each station WC0021 6 2001LI ht Pole foundation chap a f0/2li/2012 ($4611.0n chap es tle th 0ll ht le foundations-CroddWC0022 6 40.01PSCO DeconsNucibn ecoa of work chen a 10282012 fs17. 592.001 chap ee 0verall Sc0 a of deconstruction - cre0it WCD023 9 40.02Storm Line F1.17 F7-4 and Coro s dicatbn chen es 12242012 E107 250.35 col Ietervensof Skked Coros dicatlono F1-4 lathe WCD024 we 4002Storm Line B14 manhole addition 10G02012 50.00 Pending Driunit Once MH WCD025 13 40.01 n/a SoII SIBblllxetbn-Slatbn 63W0 1116=12 $11525.00 repair of unstable lubgrSdO MD026 9 40,02 603 B41 real nment and she n01n 11272012 $8/ 277.50 alb gradino chen ee retaining wall rallInct AU.mn,U and pipe WC0027 No 40,02 603 B2-3 deal nchan a 12/102012 E0,00 ell nment change to bclllbte pipe Installation near BNSF tracks WC0028 13 20,01 DN 7 MuiberN Station canal an I I212012 $21 803.04 addition Of panel an at Mulberq Stations not Include0 In bd docs WCD029 n/a 1001 412 Gukle ndln and width change m STC 12PU2012 $0,00 uidena all nment chanceto allowt wa mink, at STC' ad for through unit prices WCDD30 S 40.05 601 CSU Field House Rati wall 1/52013 $23 352.00 addition ct ratalnin wall at Field House ro ro lace well not elated for romowl MD031 14 40,08 626 Public Imomlatlon Officer Scope Clarification 115M13 1 $0,00 ClInlbs end further de Ina, PIO Scope of work for MAX OPT porbon. of work ' W 13032 8 40,06 514 CSU Field House Hand RaP and Shin 1/52013 E1 875.00 adds Inabllatkfn of hand hall and al at CSU Field House parking M MD033 8 203 Sediment l- Soil Surcilzation 121102013 $16854.32 soil elabllllzatlon for area, from STA 9-40to 12.00 WC0034 10 iv 32 Pewit at Station Platforms 2/72013 $55287.42 duSies Paw and truncated dome Installation at Iatforms' curb height WC0035 807 Change from Coined relntorin Ear. Crodd rare coated mbar In Well 3 Lsdmor l2 boa culvert eto. WCD036 13 607 Reset fence inS menu 12/42012 $6226.0 Cost for fence dame ed duringromowl WCD037 13 J40,C8630 04 Grading and milling,lnsbllatbn at Troutman 11/52012 E940.63 Tem ro installation of m0lln ,for Troutman cu4d ucbusineas acceu WCD038 13 Div 27 Rocemi Bore at DTC for r 1/112013 E8239.35 ProvlOs rto OTC station WCD039 N 27 Re air of SOT conduit at DTC ehtbn south site VM013 Re alrof BRT conduit dame etl drain south cotillion Installation for canopy WC0040 9 Tratllc control devices and labor for Pros ect closure 2J112013 E114 130.25 Traffic control for Pros ect closure Connell antl CEI workWC0041 7 no Cost to aCCSIOMb Pros act closure work 1/92013 E188111.16 Overtime coat aswcdted wth Prooect closure WCDD42 6 10.08 206 Shorin for ...... banknent at Wall 3 9/2/2013 E231 B29.18 Shoran to eccommoda. BNSF Protection criteria elan wall 3' mil conetruccbn LR DOWNTOWN TRANSIT CENTER I I F- C.,; E TRAY.I 2OMANNE TRAY CNF RAFROMITO. W, ORMNKRE TRAY4 CHIPI nvc...1KKE1NCPK1 TXTOMOM,RAN. el. ONCEN TRAY1 R%mCMMOIMT A A .rrI, TRAy I TPAY1 I TATC....OTC, MA NOT... CH P: RX,RON...C, NCIAIMMONER) ON. TNTC.No. si ... = AFoM... N� NOTAIN�A. R A, CuTXTC..oNP N0rw—ER I.. KCART TNy, ON,I..p .TRCVNOTAC"KNO 11 ROSE TRAY 1 .1 TATC.... Mor. 11 AMU TUrI C. I NA,FKN.Ut,MN,,,NRP 01 Not. 13. O`uO TRA,PK C TATC... I, INANN 14, ORANGE CHF2 15 ON't" TRAY —P 2 TXTV... INANK n. T. TMrI TRAMmp� CNR 2 NA,RON."" TATC."I'VOR F,A 1,I ON"2 AA IE TRAY, P MTKANS"a NEANK to TTMY CNP2 .. PLAAK 11, .11 MP2 CAUTRANKM' TRAM ; .,2 It. ... .. m. ROE RAY .,I K.Cout.,� .1 CHFFERACIRITRANORCV6 i KE 2 21 m. INANK 7A. RuMN 'A . to 48 m. suite IT A Ct fiber; provide as built RL : 0 31 SLANK :. configuration 'A 1 LANK AT r 42M OuMMK KE AR.. ". AANN AK IAAN AA IAANK 4t INAN =K 0 IN: LANK ft 1�L'-6" FIBER TERMINATION RACK I TERMINATION PANEL QfI Print Mte:10/26/2011 File CED C I Sheet RevisforTs MASON CORRIDOR BRT Fort Collins CorstrtiCtim lirmings MIS INFRASTRUCTURE GOVINTO. TRANSIT CENTER TERMINATION RACK Projact No. WT. �1.1 N A Init. N� RvvW,AM: L Ft. CQI I l�: 7073 urit informUm UMIt Le� Initial, ce., I 0.1.11— LJ KtaEars C=) SNat !k059t; 571. COMM. SUmet CI-302 max December 5, 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. 253 Waterline Vent Relocation at Lake Street — WCD No. 088 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. 88 to address a utility conflict within the guideway travel way. The relocation of this waterline vent moves it outside of the travel way to allow paving operations to continue in the area. Attached, please find the proposed Contract Change Request #253 for the work from CEI. In reviewing this request, items included in the WCD were reviewed and estimated as additive to the contract work. This cost estimate is attached. The estimated cost for the vent relocation is $2,444.00. I find CEI's Contract Change Request #253 in the amount of $2,935.00 to be reasonable for the required increase in scope. As such, I recommend approval of this amount for additional cost to the contract. Keith Meyer, E Construction Project Manager CH2M HILL Team 970-988-8605 keith.meV6r6ditescoseryices.com Cc: job file Change Management Checklist CategoryCompliance �. Reviewed Reference Initials Reviewed for compliance with Scope included in SCC 40.02. Environmental Assessment 12/5/13 Inside the area of influence and KM within City easements. Reviewed for construction/safety impacts 12/5/13 Included in traffic control plan for KM work in area — Lake Street. Independent cost estimate prepared 12/5113 As attached to this memo KM Reviewed for PCGA grant compliance 12/5/13 Part of Build Alternative KM scope is included in SCC 40.02 Reviewed for real estate impacts/needs 12/5/13 Construction inside City owned KM easements for project Reviewed for compliance with design criteria/ADA htto'//w access -board goy/ado-aba/6da- 12/5/13 n/a KM standards-dot.cfm ditesco Independent Cost Estimate Date of Estimate: 5-Dec-13 Contract Type: Mason Corridor BRT (Hard Bid) Emsfing Contract or PO (YIN): Y Description of Goods (A) or Services (B): A Change of steel waledine vent location to outside of the travel way to allow paving operations to continue in the area. Change includes 11 LF additional pipe and field welding. Changes estimated conform to WCDO88. I have obtained the following estimate from; Published Price List / Past Pricing (date) Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Other (specify) CEI Unit Prices, 2008 CDOT published past cost for Colorado Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product Cost($/unit) Unit Quantity Notes ' TOTAL In Place Data Source 8 Relocate Existing Vent $ 1,670.00 1 2008 CDOT Construction Past Goat $ 1.670.00 Additional Vent Steel Piping $ 300.00 LS 1 Engineers Estimate $ 300.00 Demo Existng Curb and Gutter $ 4.50 10 CEI Contract Unit Prices $ 45.00 Install New Curb and Gutter Type II $ 12.90 10 CEI Contract Unit Prices $ 129.00 Field Weld New Piping $ 300.00 LS 1 Engineers Estimate $ 300.00 SubTotal $ 2,444.00 Cost of Servicas, Repairs, or NonSlandard Items Item/Task. Materials or Work Description Other Direct Costs Labor Rate ($) Labor Hours Labor Class Allocated Overhead SGBA' Profit Notes: Data Source TOTAL $ $ 8 $ $ $ SubTotal $ 'sa.w, can "�n� a,mn+e. TOTAL $ 2,444.00 Signature of Preparer. CEI 9/26/13 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: DESCRIPTION OF CCR: LOCATION: MEMO NO.: MEMO DATE: COST CODE: 253 WCD #88 12.009 7332 Mason Corridor BRT Costs associated with the relocation of a steel waterline vent at Lake Street, as detailed in WCD #88. Lake Street at BRT N/A N/A Varies DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL relocate steel waterline vent 1 LS 1 $ 2,935.00 1 $ 2,935.00 Total Concrete Express, Inc., requests 1 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. 2,935.00 maxWORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: a. PROJECT: Mason Corridor — MAX BRT PROJECT NO: OWNER: City of Fort Collins — Engineering Department ENGINEER: Michael Baker Inc. The following additions, deletions, or revisions to the Work have been ordered and authorized: .- (Title of WCD): Waterline Vent Relocation at Lake Street 7332 This work change directive directs the Contractor to price and if accepted, relocate a steel waterline vent at Lake Street. 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. This work shall be priced and paid for at as a lump sum through this WCD. This change is being iitiated by the City to address a utility conflict inside the guideway. Attachments (List Supporting Documents): Detail sheets 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: September 26, 2013 ner Date Recommended By: September 26, 2013 construction KVnager Date Copy: Owner, Engineer, Field File - SharePdnt W CDOBB_WATERLINE VENT RELOCATION_0326-13_DRAFT FOR PRICING PAGE 1 OF 1 EX Sutter as necessary. Tunnel under curb. Al. Tt• S, PRR Eli: 4)1-? �, — :5 i- 166 ton ILr 7 1G- C-E-F V,OULb #.4vr-- To 12y.,e —/o '2%'-OCA776 wxrnov7- ra qo lS/DAM&O 12 IZ. N MN a .168 r!o R ` j .FrLOCJ�7�� � VENT 36"MrN. Aaove. r-K. Ex VENl - GX vBNr �,¢nna i. srrt /6aro4.CrCQL I f qo a DCFr.{SL s L�Ya n;y Fto W �Iex SAW SEWER NTS 1 All steel pipe to be SCH40, 6" DIA; provide bug screen on gooseneck if one does not currently exist. 1VTS ?9i,rP 13Y �2L 2017 - SrT%- Zy /V0—IE ' lH Lof wE7c�TN C Court?AC(02. A&AY u5r , FzE- F*TZI:CAiGt7 900EL30W C01V,VXC7rolll hRrD i,ysncL, Selz M�HIIF/{�,+ ufZcz s h�i: co�ND,4�' on(S MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fegov.com/maxconstruction Delivery by hand December 9, 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. 261 Platform Crosswalk Change (Type I and III Stations) — WCD No. 089 Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 89 to address design changes to the contract for change from stained concrete crosswalks at the referenced stations to colored concrete. The change was initiated to lower future maintenance costs of re -staining the guideway cross walks. Please find attached the proposed Contract Change Request #261 from CEI. In reviewing this request, items included in the WCD were reviewed and compared against original plan sheets 642 and 685. Additive and subtractive differences between the original design and this WCD were computed to estimate the cost of this change. This cost estimate is attached. The estimated cost for the cross walk modifications is $11,439.68: I find CEI's Contract Change Request #261 in the amount of $8,731.40 to be reasonable for the required increase in scope. As such, I recommend approval of this additional cost to the contract. AeithMeyer, E Construction Project Manager CH2M HILL Team 970-988-8605 keith.mever(a)ditescosery ices.com Cc: job file Pending Issues Log Project: Mason Corridor - MAX BRT Contractor: Concrete Exeroae Inc. (CEI) Project No. 7332 (CEI project number 12409) Date: 1=1113 Ref. No, COW SCC Spec Section /lam Dowdittlon Date Requeste0 Amount Status WCD043 7 40,02 604 Prospect Inlet Connections Y4/2013 $21 462.80 Connections from existing Inlets to storm line F1-1 WCD044 4 '10.03- Vedas Downtown Rehab - Streets Dept 31102p13 $220240,42 Rahabliantbn roett for Mmets Department, non rant related work WC0045 11 50,02 614 Theme ole and caisson coach changes 3/102013 $21 826.35 Trend Nis layout and cabaan whetlule chances WCD046 13 2001. ON 26 Elecbkal banal chan es for stations 1202013 (S268955) Recondle station power panels7wMces WCW47 2001. 608 Station Grade Chan es-13 inch curb at platform 4/1/2013 $0,00 Chances Platform choose to accommodate 13 Inch tall curb - no coats WCW48 6 40.08 626 Delete System Safety and Securtt Mana er 3272013 ($163.410. 31) Remove Safety and Security Marainer Scope from CEI contracttransfer to CM WCD049 14 '50.05- ON 27 Chance Floor 0 Cable to 144 count 415/2013 $52167.09 Chance M add extre ce c for future use- non rant funds from Licht and Power WCD050 15 '20.Ot' W9 Replace 14 It? toll curb and reper ICON center 4/62013 12 214,40 adjustments to Installed curb to accommodate NMI bus floor dim n- local funds only MM51 5 '20.01' Varies C Over ass Substructure and Ram 4/162013 $1 77911N.43 Adds NRRC Overpass construction- non rant re a w work WCD052 15 40.02 (1031804 Pipeline changes north of Phi 4nlMI3 3045A0 Chances Ilm, roflle and alignment north of Pttkln BNSF protection zone and WI con0kta WCWS3 13 50.05 ON 27 rO Ic loop to City Hell 4212013 8709.75 Atltle fibers lk looptoC Hell irom Msldmm/Mduntaln WCW54 n/a '20.01' ON 27 n Station Contluh-CSU 4/182013 EO.oa Install fOer and ewer conduct for future use to UnNera Station area -b CSU WCW55 15 50.05 ON 27 m G91nst Rack Design chances 9252013 E1518].3] Chances rack column' UPS and ostler taa[uroa of communkatbns uDinst WC0056 n/a 10D8 504 Retaini0 Wall laceholtler 50.00 install, $mall wall at Me DTC erebon sidewalk - net used WC0057 14 2001. ON 5 n Handrail Chan e - atainieee to s, cost laceholder (5156200.44) Chan es all handrail at s alions from stainless steel fo er eeated steel WC0058 No 4007 403 lelland 8 Mason Pavin [man as laceholtler 5000 Gen es amount of HBP used In McClelland due to Streets De t Rehab- not used WCD059 14 40.02 Varies le FoodsL ht antl Irrl ation Re air 5212013 $14701, 21 Atlde re air off ht conduit and Wdn forWhole Foods Arkin lot WCW60 14 -10.01- 607 /Fence chan eat CSU aion T e7 barrier 5/1]2013 (529379 Mt Chan es custom mllln MAmedstar roduct for fendn aion CSU's roMD061 We 40.02 603 PI Ilne Pro51e 6/16/2013 5000 Chan es mfile for E4.1 h1 minimize BNSF ahodnWCD0B2 No 10,08 601 wood Lateral Ta red Connection dstall 6/192013 5000 Addresses, to red connection to Sherwooc Lateral boa- mosaic In tlea n WC0063 11 50,05 ON 27 r G ic loo t9 Tranafdrt Malnonance Facll 6/192013 $4 354,88 nstallatbn of a fiber loo connection near Trlbl to cum lete the BRT communications WCD064 14 1002 No lllzation-STA 84+50 north to McClelland MI)2013 $2445869 muck ex<awtbn antl su retle slablllzationfromSTA84+50toMCClellend WCW65 14 10,02 60&412 tSho ea Grading STA 179W0 to 182+00 5262013 $24951, 41 Chances araces and cetalls for this section of QuideNvay wnrtruttbn WCW66 14 10.02 608 JC Track Grading 5272013 $87856.01 Track grading and stte marlinaffencin changes ruested! by CSU WCD067 17 40.02 603 Tlceflex Va" In MHF1.3 527MI3 I $7792.08 Acdttion of one-way wN's In MHF1.3 at request of properv, owner- prersunt floodin WCD068 18 50.05 ON 27 STC Fiber Connector, from Harman &12013 $811590.67 Adds floor Imp connection to complete BRT communicators at STC WCO069 17 2001. ON 3 Station platiorin rub roll to FRP 3M42013 E30 533]d Chances Me rub rail at each stoWn and STC to FRP- need crack for EPDM WC0070 16 W 02 614 Falrvv SI nal Construction &262013 $97 999 47 Adds F.I.y signal c'anstrucllon to CEI contract WC0011 14 10.02 n/a Su rode stablllzaOon STA 57+00 to 58+DO 11/5/2012 $1945.W SubgradS stabilization/muck excawtbn WCW72 19 -40.01' 202 Ad0itional tree removal for MSO bond and Lake Street 4=13 $12277.13 Adds bee romowl net Included In orainal contract MSO Pond and Lake St WCW73 19 -50.05- 660 7koo- 7 directional bores MKiss, and Masan 4292013 $11301.71 remains rtbns of BRT duct bank dame ed by City and BNSF crei dudn Moo my convereion WCW74 14 40.01 202 Cotlxa c romawl In Se ment 6 4/242013 $1 520.00 romo al of lame +48- cottonwood tree behinc Whole Footle WCW75 14 2001. ON 26 Add 30A breaker for Tkket Vending Machines &62013 $3132. 15 Accarchanea 20A breaker to 30A croaker for each WM Circult WCW76 12 10.02 n/a Stabilization -STA 61+00 to 66+00 fl ash and drain a 7/52013 $76891.62 Add. fl ash subgrade stablllzatIon and underdrain pipe to contract for sub race stablllzation WCD077 14 40.05 601 Wall 1B helaht chan ee per RFI 047 7/12013 $1 573.62 Adds rebar and concrete' labor and materials to construct Well I faller Par RF1047 WCD070 13 40.07 403 CSU Mason Pan 7MM13 5179 501.02 Adds milllno and paArin for Mown Street from UnlNerafty M Laurel WCW79 4 CIS 609 Mown DellNery Pull O6 8=13 50.00 Adds dellNery pull out north of Laurel northbound atalion(unit lkee WCDO90 19 50.05 660 Fiber Installation at DTC for Proof of Concept 8/172013 $1 921, 56 Atltle tilde, Installation to the DTC sYacon for proof of concept and redundant ring WCW81 14 40.02 619 Jacked Bore Conflicts, &302013 $8 547,52 Atltle time and material. to mmove underground canflkp wtth FI-1 and E2-1 WCW82 14 40.02 Varies CCR Reconctlatbn all utififty/plo Inslallatbn S==13 $37245,20 Reconciles CCR 11 24 6105 123 142 140 162 169 170,171 174 179 180 WCD083 14 40.01 202 Guordrall removal STA 151+25 10232012 $1 288.00 Atlde remove, of uam. behind Whole Foods CCR45 WCDO84 14 10.09 504 Retaining Wall 2 blocks ekason 4232013 $2792.38 Pavestone bl0eks wramtype needed M build wall height CCRI16 Change Management Checklist Compliance Category Date Reviewed Reference Initials Reviewed for compliance with 12/9/13 Part of the base bid; minor KM Environmental Assessment modifications to SCC 10.02 Reviewed for construction/safety impacts 12/9/13 Included in traffic control plan for KM work in area Independent cost estimate prepared 12/9/13 As attached to this memo KM Reviewed for PCGA grant compliance 12/9/13 Part of Build Alternative KM scope is included in SCC 10.02 Reviewed for real estate impacts/needs 12/9/13 Construction inside permanent KM easements for project Reviewed for compliance with design criteria/ADA Ramp and sidewalk construction hh to'//w access -board fiov/ada=abalada"- 12/9/13 according to ADA standards; Chapter 4 Accessible Routes KM standards -dot cfm ditesco Date of Estimate: 9-Dec-13 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (YIN): Y Independent Cost Estimate Description of Goods (A) or Services (B): A Change of station platform ramps from stained concrete to regular sidewalk concrete. Change of concrete crosswalks from stained concrete to colored concrete. Applies to Station types I and III. Changes estimated conform to WCD089. I have obtained the following estimate from; Published Price List / Past Pricing (date) Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Other (specify) CEI Unit Pdoes, 2011 CDOT published past cost for Colorado Cost Estimate Details: (Es6'mate calculated in US Dollars) A Cost of Standard Items Signature of Preparer. Product Cost ($!unit) Unit Quantity Notes TOTAL In Place Data Source Concrete Stain Credit $ 10.59) BY 448 2011 COOT Cost Book $ 4,744.32 Concrete Pavement 10.5" Credit $ 51.80 SY 200 CEI Contract Unit Price $ 10.360.00 Concrete Pavement 10" Special $ 132.72 200 CEI Contract Unit Price $ 26,544.00 SubTotal $ 11,439.68 Cost of Services, Repairs, or Non -Standard Items Itern/Task: Materials or Work Description Other Direct -Costs Labor Rate ($) Labor Hours Labor Class Allocated Overhead SGBA" Profit Notes: Data Source TOTAL $ $ SubTotal $ TOTAL $ 11,439.68 10/14/13 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: DESCRIPTION OF CCR: LOCATION: MEMO NO.: MEMO DATE: COST CODE: 261 WCD 089 12.009 7332 Mason Corridor BRT Pricing assocated with work as described in WCD #089 for crediting COFC for stained concrete at station types I and III, as well as costs for colored concrete. Station Types I and III N/A N/A Varies DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL Colored Concrete for Crosswalks 145.17 SY $ 132.72 $ 19,266.96 Stained Concrete Credit 360.19 SY $ 29.25 $ 10,535.56 Subtotal $ 8,731.40 Total $ 8,731.40 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. Sincerely, r Ryan ickin on . Proje t Ma ger max WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO PROJECT: Masan Corridor— MAX BRT OWNER: City of Fort Collins — Engineering Department ENGINEER: Michael Baker Inc. IN PROJECT NO: 7332 The following additions, deletions, or revisions to the Work have been ordered and authorized: K- (Title of WCD): Platform Crosswalk change (Type I and III Stations) This work change directive directs the Contractor to price and if accepted, delete concrete staining from platform ramps and crosswalks and add colored concrete crosswalks. 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. This work shall be priced and paid for at unit prices through this WCD. The Contractor shall provide a unit price credit for reduction in stained concrete for the platform ramps and a unit price increase for the change from stained crosswalks to colored concrete, patterned crosswalks. NOTE: The stained concrete plazas shall remain in the base contract. Contractor to provide submittals on stain finish 1 and 2. Ill, rflrMMT..ff= This change is being initiated by the City to avoid future, ongoing maintenance issues with stained concrete surfaces. Attachments (List Supporting Documents): Sheets 642 and 685 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 r Ordered By: r, September 28, 2013 caner Date Recommended By: Aii Construction Mihager Copy: Owner; Engineer, Field File - SharePoint September 28, 2013 Date W CDO89_PLATFORM X-WALK CHANGE-09-28-13_DRAFT FOR PRICING PAGE 1 OF 1 O xi O a Delete concrete stain on ramps to platform " — ____________ — — Delete mncrete stain O p m,w-u.:x wec pOp1 ,,,,, �u _ on rampe to plallorm CD If D - O nrsswm CDChange to colored mncrete 1 a @rick red) eY`"" O1 per LCUASS -------------------- m ei` m daW 1612. Entire Cgengeto per LCU oncrete -� r detail red) per LCUASS crosswalks anbe brick a - detail1612. Entire Of CO(O Maintain entranced edge Qa ,p treatment. crosswalk to an brick red. Maintain Maiin enYWr(:Bd edge N LAU6ENCE O w.Pxc oow treatment. qEq MAN r 901T01 a} vZ /,15TATION LATg1T PLAN s,.t gexsma MASON CORRIDOR BRT I On,bulm p w STATIONS Ropcl N. Fpf x.R. x.a s,.nw a. xon nwYe ...a. 662 a.n sm.a snnws sea aw . .uo 01 in, . I I 1 I GF C��O lF' csn¢umus: tiP y LAURENCE nu wuna XERMANFoo, ]01]a1 t PAT.Pco,I e1x .1 D[TAna a. roe rLLi.e PARI OETPU Roan Aro A111 no¢T .OAT. Delete concrete stain awr W.-r on ramps to pladonn L. r ON PPTMwsr 1[E OF WaeO 11 - 1Y-W _ X'_a _ ART M9 a ALL n1P SOPPIPA.TxNR, AM as M1'_V o e'd T v.glE9xp PI / b Y 1_ .3� a M cL WEFA9 EOLE 'POI TPLnt[ PAR [MY " TrtAwCEP pE [E F. WP MMSIdAx R95PRIT. AN- X W4M .r 1 HN M .A 1 S r NO PCIG m vxwir m[cFl[An LRAPT P0.4 W gAFpW F AAMqu Sr61FA A. ou1uK M[-CA[i,rtni s"v[P5 Pu<[aKa�E<p ttT PEFIT EF TO a a fY Change to colored concrete'?`"°0N° ( (brick red) per LCUASS detail 1612. Entire muxosuP[DPAwcs crosswalk to be brick red. Maintain enhanced edge � treatment. B /T TTPIOAL STATION PLATFORM PLAN MASON CORRIDOR BRT unwKlkn UDmya Pro mn1 D.1z mrtwTypmvmslo�lm,e-nmim,.. ome 4reet umm. elE STATIONS pet Na M,xSAA ]/16' 1'-D' 1Yt AI x/ IATIR Ctl 1 IM Fbme4m WII MIMtl, � !vFi?./�^5 PWA1� eFli4nFl M PS,DPL a p O ;..e � '. i.i;:•. Vd6 Mklw: � Xwd� s�.n we.a .nws se Ass or .,ae A•a xwW 666 Gl-.SUL MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand December 17, 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. 199 2 Pole Contact Kits for Photocells — WCD No. 090 Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 90 to address design changes to the contract for additional scope of eleven (11) each 2-pole contact kits, furnished and installed in specified_ station locations. Insufficient contacts were shown in the design for lighting control at said stations. Attached, please find the proposed Contract Change Request #199 for the work from CEI. In reviewing this request, items included in the WCD were reviewed and compared against original plan, RFI 52 response, and proposed change order scope and cost. Additive differences between the original design and this WCD were computed to estimate the cost of this change. This cost estimate is attached. The estimated cost for the contactor addition is $8,825.29. I find CEI's Contract Change Request #199 in the amount of $5,671.05 to be reasonable for the required increase in scope. As such, I recommend approval of for this additional cost to the contract. �' I Keith Meyer; E Construction Project Manager CH2M HILL Team 970-988-8605 keith. meveraditescosery ices.com Cc: job file Change Management Checklist CategoryCompliance ' ate Reviewed I Reference Initials Reviewed for compliance with 12/17/13 Part of the base bid; minor KM Environmental Assessment modifications in SCC 20.01 Reviewed for construction/safety impacts 12/17/13 Included in traffic control plan for KM work in area Independent cost estimate prepared 12/17/13 As attached to this memo KM Reviewed for PCGA grant compliance 12/17/13 Part of Build Alternative KM scope is included in SCC 20.01 Reviewed for real estate impactstneeds 12/17/13 Construction inside permanent KM easements for project Reviewed for compliance with design criteria/ADA htto://www.access-board.gov/ada-aba/ada- 12/17/13 n/a KM standards-dot.cfm ditesco Date of Estimate: 17-Dec-13 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (Y/N): Y Independent Cost Estimate Description of Goods (A) or Services (B): A Change add a 2-pole contact kit to control lighting at 11 station locations. Contact to be installed at LCC panel at the stations shown in WCD090. Changes estimated conform to WCD090. i have obtained the following estimate from; Published Price List / Past Pricing (date) Published material costs Engineering or Technical Estimate (performed by) Engineering estimate of labor install hours Independent Third Party Estimate (performed by) Other (specify) Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product Cost($/unit) Unit Quantity Notes TOTAL In Place Data Source 2-Pole Contact Kit r 720.00 EA 11 Published Pricing 7,9 00.00 Electrician $ 42.40 HR 2 Davis Bacon Larimer County 44.80 Sub Overhead and Markup $7 400.24 LS 1 $ 400.24 General Contractor Markup $ 420.25 LS 1 $ 420.25 SubTotal $ 8,82529 Cost of Services, Repairs, or Non -Standard Items B Item/Task: Materials or Work Description Other Direct Costs Labor Rate ($) Labor Hours Labor Class Allocated Overhead SGBA' Profit Notes: Data Source TOTAL 8 SubTolal 1 $ -s ao. � oemwwea a TOTAL $ 8,825.29 Signature of Preparer. EHDBCK280-2 - ABB - CONTACTOR KIT, 2-POLE N/O CONTACTOR SIZE EHD13... Page 1 of 1 EHDBCK280-2, ABB, Renewal Part, CONTACTOR KIT, 2-POLE N/O CONTACTOR SIZE EHDB280 Keywordt POWER St1PPLYt yy� Shop By Phonel C3g { Enter Item Number or s.r .ci SEAaCN o m SUPER SALE wB«0e0av33V,0H to74ESTA Our Brands Buy Products Circuit Protection "ECtromechanlml Enclosures &Accessories Industrial Control Interconnect Wire & Cable Lamps Indicators & Displays Ughting Motors Dr as & Accessories Passive Components PpFIer & Eiectrice l Process & Instrumentation Safety & Signaling SemlCDndudom Test and Measurement Tools Hardware & Supplies Send -In Repair Oraait Spends & Assemblies Drtes, Motors & Accessories Industrial Control NC / CNC at Robotics Power & Electrical Test & Measurement On -Site Repair Engineered Systems Clearance Catalog Line Cards What's New Tech Tips Partner Links Job Opportunities ✓N [orlon . r...E MvaaWE RECUT in. CERTIFICATE Log In Order Status Newsletter Sign -Up Shop With Confidence About Us Contact Us Home Buy Products Send -In Repair On -Site Repair Engineered Systems A B C D E F G H I J K L M N 0 P Q R S T U V W % Y 2 Products Brands Buy Products > Renewal Part E AIM > EHDBCK280-2 =1 ^"y ' - y...T t 1 } s s 1. g AL' 0.: i x ".-J A *Stock PM1Mo JJNEw4RrfR ABB Renewal Part ITEM * EHDBCK280-2 MFG A EHDBCK280-2 CONTACTOR KIT, 2-POLE WO CONTACTOR SIZE EHDB280 IN STOCK: Order will sNp I2131113 NeM It Sooner? Unit Price: $ 720.00 OVERVIEW SPECIFICATIONS DOCSIT LINKS Product Information for ABB EHDBCK280-2 ABB Renewal Part Items EHDBCK280-2 CONTACTOR KIT, 2-POLE N/O CONTACTOR SIZE EHDB280 Galco Industrial EleQronics, Inc. 26010 Pinehurst Drive, Madison Heights, MI 48071 About Us I O Copyright 2013 Galco Industrial Electronics, All Rights Reserved I Terms of Use Categories Products Brands Top Searches Add fe Cart Need.Help7 'Y � w Call us at 8001337-0708 2417 Emergency Servlce Avallable ORd, for Ravi. http://www.galco.com/buy/ABB/ehdbck280-2 12/30/2013 Pending Issues Log Date: 12131/13 Rel. No. COO 9CC Spec Sadlon Item Description Requested Amount Status WC0085 14 40,06 am Mountain and Mason Pil more work 222/2013 $1 267,85 Extra work at Mtn/Mason to reset Pavers Chan a inlet and flatwork CCR164 WCD086 10.02 Varies Drake Median Island for ides M12013 Adds median Island north side of Drake Interoectlon Tor date Installation WC0087 20,01 608 Slke all at Stations 9252013 Mde bike parkInid flatwork at varlous station locations WC0088 19 40,02 619 Waterline Vent Relocation 9/26=13 $2935,00 Adds relocation of waterline vane ae Laka Street MOMS 19 10.02 Dfv3 Platform% -Walk Chance 926=13 $9731.40 Chan ea croeav2lW and ramps at platform, Colons staining I add. colored concrete MO090 19 20.01 ON 26 Md2-Pole contact kn W172013 $5671.05 Add 2- le contactor for walkway lightsiphotocell control WC0091 19 20.01 DN 26 Cardinal Paint too teat - Cole fbdure, W172013 $1211,70 Adds Cardinal maInt wmtisr costim to typeA Will, WCD092 18 20,01 Dr, 26 Electrical clrcud chances at mn, action 7/52013 $121 083,90 Adds drown missed on drownirw addresses ECB opera UPS Circuits WCD093 19 20,01 Dr, 26 BB non -art plea at UnWrBV Station 7/52013 $14,42595 Adds SB KIM Llointinn Polo. to UnWmfty station WCM94 /9 '20.01- DN 26 Relocate PCC at Swallow Northbound station 10/11M13 $3616,20 Relocates PCC at S Ilcw memon WCD095 19 20,01 DN 26 Add quad receptacles h each action 927MI3 $6 247.50 Adds quad weasel h each station ICON Cabinet MIS and electrical plans unclear WC0096 20,01 Div Pmerand Concrete Replacement at DTC MWn 9/102013 Md, powni, shhs and colored concrete roIacement at DTC WC0097 20 20,01 DN 2 Stabilize au reds- Laurel northbound station 822013 $1 814.00 Adds subgrade atabillzatbn to nornbountl Laurel atatbn WCD096 20 20,01 ON9 Harmony Sta[bn custom Paint 8/132013 $4006.90 Adds Nos wood Paint to Harmon Stadler tldin WCD099 20 40,02 603 Repair sancta sewerat ChIppen, 1019=13 $7,498,47 Repair, broken sambasambar, sewer at storm line 84-1 WCD100 20 10,02 we Sub rode stabilization STA 196+00 to 202+00 flash 10/172013 $37,606.19 Sublllzee suddrieds under auldammy on CSU campus WCD101 20 '10.02- 412 Guldewcy curb repair 2I132013 1 521.90 Repairs ESD damaged curb south of Harmon WCD102 40.08 609 Curb leland Chanel - Kmart and Mole Foods 10/192013 AO ush Coomalry of curb islands behind Kman and WTole Foods WC0103 20.01 DN 26 Power to PSCO hbtorkal monument 1WI92013 Adds conduit mew to historical monument at Pros Station w. k2001 ,€ ,:DN 26 :i UPS Chances a at E 9tatione �' "' �'�' " A ', `;;a ', r e. .� � S'H, S , ?J/r';;: s ut I WCD105 '20.01' ON 5 TYPO I Station VMS Sign Mountm Chance 1120/2013 Chan ea mou.tina deal and location of sign Pon Type I station WC0108. 40,02 603 Grease Trap Lid at Prospect Shoppers 1126/2013 CIer9lle, lid deal n and dimensional layout for grease Pop behind Prospect Shoppes WC0107 '20.01- DI, 5 2 and 3 Station VMS Sion Mounting Pole 11/292013 Chan ea mountirm derail h a poll, for all VMS Mon Installation atType 2 and 3 stalbns AffrO108 '20.OT' DN 5 Type 4 Station SIon Mo.rmnn Chan a 11292013 Changes mountina debts at DTC sheen VJCO108 ;" 55005 - `I ON 21. :c EthernaC»vllch roan es 2fr ,>':�, `_ r.1,;?: i .f _'n r� WO0110 �'S0.03 �. DN 27 .:s rtwyn ., Fim'Gills ettketan Chan as .avz f - 1.`e`^�i:� I"� -. )& •, 1 WC0111+ a6005 it S. F .DN 27 s nj ?cei-,i. .\ .. •:• Wlrolese Accra Point clean ea kr n *Y.r\"ai\kyn. �r i .. :M fi t SN'. %r,� x A4 3n 4 e a i hY. ) 3'a"' I'i..! �:'e:. ouzri i, i k 600� 'ON 27:+t'`F '.de .. f..>. .' Virlable Mesea a BaeM S `n Chan SS- Cl"I Dev'laee 9 'Y. .a.a,�y / "� W 13113 1001 814 Cate Sytitern Scar, Pen M0114 40,02 603 E42 and E4-3 Pipe Outlet Chance 1211=013 Adds concrete dsnwall. at oIde outlets adjacent h BNSF tracks WCD115 Delete VMS Wpm Win terminrten from Type 2 3 and 4 stations 12202013 Deletes Installation of VMS signs on all Type 2 3 and 4 stations CCR11 WC0082 done BNSF Inlet modification, at STA 1234+W 8/15@012 $1280.00 Adds modification, to BNSF Inlet at Mulber OCR24 M0082 one 82-1 concrete collar 9r7W12 $437.95 Adds concrete Collor around existing, dame ed drain line CCR67 MM82 done J1-1 Extra Work 10 W1 12 $1557.67 In CCROM rev MM82 done B4-1 exha vrork I IMM12 $13 613.2U Sawdumna cmallng,eximeng utliltb, and res0lution of utiln conflkb CCR102 no cast MIS trench backTlll In Ibu of IlrnNlll 4n9n013 $0.00 MIS trench backflll sand/com action $112 548.20- not approved or considered CCR123 rev WC0082 done Et-1 E2-1 and Ell extra work VIW2013 $3443.58 84696.48 Raetekln all nmenl work around utilRles sorting bacolll materiels CCR 142 rev WC0082 done Cal extra work 2/18/2013 $6049]8 315083.06 Connection [o 8"CMP conduRrepair, INC3.1 Arade changes CCR148 WC0082 tlone Cal extra work' Inlet thanes 4/15/2013 $0.00 See CCR 142 Inlet thanes to C3-1 due to desin made pr.btems t , �- ^.4 r. 'll Contract Change Request Review Form Project Name: Mason Corridor— MAX Bus Rapid Transit Owner: City of Fort Collins — Engineering Department Contractor: Concrete Express, Inc. Contract Number: 7332 Date Reviewed: 07-05-13 Contract Change Description: 2 Pole Contact Kits — Added to LCC panels Contract Change Number: CCR 199 Date Received: June 17, 2013 Date(s) Work Performed: Not yet complete Plan Location(s): Swallow, Laurel, Mulberry, Olive, Mountain and DTC stations Description of Review: CEI/Sturgeon quantified extra work associated with lighting control at each of the above referenced stations. These station lighting panels did not account for the correct number of contacts to allow wiring of the photocell to operate all platform and walkway lighting. Sturgeon's recommendation is to install 2 pole contact kits to the existing 2 pole contactors to allow this wiring to occur. The recommendation to install contact kits is approved. Amount claimed in CCR 199 - $5,671.05 (material and installation) Amount authorized - $5,671.05 (paid as lump sum through work change directive; pending WCD issuance and independent cost estimate) Engineer Acceptance: Contractor Acceptance: Page 1 of 1 6/17/2013 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: 199 12-009 7332 Mason Corridor BRT DESCRIPTION OF CCR: 2 pole contact kits will be added to the existing 2 pole contactor at the following stations: Swallow NB & SB, Laurel NB & SB, Mulberry NB & SB, Olive NB & SB and Mountain NB & SB. Additionaly, DTC will require a 2 pole contactor. These changes are a result of RFI 52 LOCATION: At the above locations MEMO NOl: MEMO DATE: COST CODE: DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL Furnish and Install 2 pole contact kits 1 LS $ 5,401.00 $5,401.00 Mark Up - 5% 1 LS $ 270.05 $270.05 TOTAL $5,671.05 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. ARF �r +�ON ELECTR/C June 19, 2013 Ryan Dickinson Concrete Express Inc. 2027 W Colfax Denver, Co. 80204 Reference: MAX BRT Ft Collins, Co. Subject: SEC CO #022 RFI-052 Add Lighting Control 12150 E. 112`h Ave. Henderson, CO 80640 303-286-8000 Thank you for the opportunity to be a part of this project. Please review the following scope of work. RFI-052 answered the question as to what circuits are to be controlled through the lighting control system at each station. The panel schedules and or drawings do not show what circuits are to be controlled by the lighting control systems. The following station panels were furnished with 2 pole contactors. These stations will require additional contacts to control the desired circuits. A 2 pole contact kit will be added to the existing 2 pole contactor. Swallow NB and SB Laurel NB and SB Mulberry NB and SB Olive NB and SB Mountain Stop NB and SB DTC will require a 2 pole contactor. The existing controlled lighting circuit will be extended to this new contactor. The remaining stations have adequate contacts for the lighting circuit control answered in RFI-052. Price to provide $ 5,401.00 Should you have any questions or comments, please feel free to call Sincerely, Sturgeon Electric Company Jim Shireman Project Manager OSHA.' V. ar Suiw maxWORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: PROJECT: Mason Corridor— MAX BRT PROJECT NO: 7332 OWNER: City of Fort Collins — Engineering Department ENGINEER: Michael Baker Inc. The following additions, deletions, or revisions to the Work have been ordered and authorized: (Title of WCD): 2 Pole Contact Kits for Photocells This work change directive directs the Contractor to price and if accepted, add 2 Pole contact kits to various station lighting panels to address the walkway and platform lighting control through a photocell. 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. This work shall be tracked and paid for as a single lump sum to the contract. This change is being initiated by the City to allow the appropriate circuits to be controlled through the photocell located at each station lighting panel. This information and specification was not included in the design drawings or specifications. Attachments (List Supporting Documents): RF1052 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. n / Ordered By: October 20, 2013 ner Date Recommended By: A/C-, October 20, 2013 Construction Mili Date Copy: Omer; Engineer; Field File - SharePant W CDO90-2 POLE CONTACT KITS_10-20-13—DRAFT FOR PRICING PAGE 1 OF 1 Request Number: RFI-052 05/29/13 CEI PROJECT NUMBER: 12-009 CONTRACT NUMBER: 7332 CONTRACT DATE: DESCRIPTION: Fort Collins - Mason Corridor MAX BRT Requested By: CEI Phone: 303.562.2000 2027 W. Colfax Ave. Fax: 303.893.1949 Denver, CO 80204 URGENCY: x NOT URGENT URGENT CRITICAL TIME IMPACT: YES NO x TBD COSTIMPACT: YES NO x TBD INFORMATION REQUESTED: Please confirm which circuits are to be controlled through the photo cell/contactor control system REPLY: The Contractor shall provide lighting circuit control through the photocell for all lighting circuits including platform lighting, walkway lighting, exterior lighting, beacon lighting and interior ICON illumination lighting. Concrete Express, Inc. / Namj lRyanDickinton Title PM Date 5/29/2013 City of Fort Collins: -Name Keith Meyer Title CM Date 05-31-13 MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov. com/maxcon structio n Delivery by hand December 17, 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. 200 Powder Coat — Type A Fixtures — WCD No. 091 Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 91 to address design changes to the contract to add powder coating to the Type A Fixtures at each station. The change in coating results in additional work due to the addition of a second, protective coating. Attached, please find the proposed Contract Change Request #200 for the work from CEI. In reviewing this request, items included in the WCD were reviewed and compared against original plan and proposed change order scope and cost. Additive differences between the original design and this WCD were computed to estimate the cost of this change. This cost estimate is attached. The estimated cost for the additional coating application is $963.63. I find CEI's Contract Change Request #200 in the amount of $1,211.70 to be reasonable for the required increase in scope. As such, I recommend approval of this additional cost to the contract. /0 Keith Meyer, E Construction Project Manager CH2M HILL Team 970-988-8605 keith. mever(Dditescoservices.com Cc: job file Change Management Checklist • Compliance Category Date Reviewed for compliance with Part of the base bid; minor Environmental Assessment 12/17/13 modifications; included in SCC KM 20.01 Reviewed for construction/safety impacts 12/17/13 Included in traffic control plan for KM work in area Independent cost estimate prepared 12/17/13 As attached to this memo KM Reviewed for PCGA grant compliance 12/17/13 Part of Build Alternative KM scope is included in SCC 20.01 Reviewed for real estate impacts/needs 12/17/13 Construction inside easements for KM project Reviewed for compliance with design criteda/ADA htto:/twww.access-board oov/ada-aba/ada- 12/17/13 We KM standards-dot.cfm ditesco Date of Estimate: 17-Dec-13 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (Y/N): Y Independent Cost Estimate Description of Goods (A) or Services (B): A Change adds custom paint to all type A fixtures at all stations to match stainless blaster mount pole finish. Paint system is a 2-part powder/poly coating. Single coal to be covered by original scope. Top coat additional. Contact to be Installed at LCC panel at the stations shown in WCD090. Changes estimated conform to WCD091. I have obtained the following estimate from; Published Price List / Past Pricing (date) Engineering or Technical Estimate (performed by) Past cost study using previous job coating costs. Independent Third Party Estimate (performed by) Other (specify) Cost Estimate Details: (Estimate calculated in US Dollars) A Cost of Standard Items Product Cost($/unit) Unit Quantity Notes TOTAL In Place Data Source Clear Coat Spray on $ 00.89 SF 71 Past cost stud $ 767.75 Cleanup, setup/breakdown $ 150.00 LS 1 Engineers Estimate $ 150.00 General Contractor 5% Markup $ 45.89 1 $ 45.89 SubTotal $ 963.63 Cost of Services, Repairs, or Non -Standard Items B Item?ask: Materials or Worx Description Other Direct Costs Labor Rate ($) Labor Hours Labor Class Allocated Overhead SG&.Ae Profit Notes: Data Source TOTAL SubTotal 'SMIInO. Gen" and MmInlNAve Exnennw TOTAL $ 963.63 Signature of Preparer: ditesco Data of Estimate: 4/17/2013 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (YIN): Y Independent Cost Estimate Description of Goods (A) or Services (B): A add panel artwork to the Mulberry north and southbound stations. This artwork includes a tree image that was not included in the bid documents. The tree image shall be permanently affixed to the porcelain enamel panels that make up the station facade. I have obtained the following estimate from; Published Pdce List / Past Pricing (date) Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Beau Javemick Other (specify) Comparative coal to past specialty coating project outlined below. Cost Estimate Details: (Estimate calculated in US Dollars) Below are past specialty type coating projects. We have taken the total surface area requiring mating and divided by the total cast of the project. Our approach Is to compare a specialty coating based on a prim per square foot. Below are the specialty pricing we have from past projects. Soldier Canyon Tank J2 Remating I City of Loveland Mod -Vault Painting Artwork on porcelain panels at Mulberry Station 16452 $ 280 $ 257 $ List of connoted Powder Coating/Metal Fabrication Firms Complete Powder Coat, Denver CO Roadrunner Fabrication, Denver. CO Blue Flame, Denver CO Structural Coatings, Denver, CO Pioneer Metal Coatings, Denver, CO GTR Manufacturing, Brockton, MA Signatureof Preparer. t79,217.00 $ 10.89 15.270.00 $ 21,803.04 $ 84.94 C. . P. SCREWS (2 PLC5. PER 8-325.ATE,D RACEWAY CHANNEL (6YOTHERS) MTG. PLATE, OTHER f,� 3d'O.G. 6^(TYP,) FEED ELECTRICAL FEED �! �_______-__ __ __ __ ____ __ t_____ _______________________ _ _ __ __________________ __ _ _______ _ _ ------ LOCATION (VERIFY) _ _ ______ ___ ,r__________________ 2-1/2" SCH. 40 ALUM. PIPE � I (1)FT55W./2G- ---PIN 6-325.5. SCTONSOCKET BASE FLUOR. LAMP HD, M/ SCREW (5 PLC5. � � �.._-- _ LAMP SUPPORT LLIP , `CEILING RI �I � : (8Y E.C.) f PER i0P &BOTTOM) HOUSING LOVER (2.875" O.D.) (WELOTOEXTEUDEDHOU5ING s: 0 EA. SIDE,TOP & BOTTOM) I � ' m ' � N 1/8" THK. ALUM. END CAP W/J (2) 6-32 5.5. FLAT 50CKET %% ,� ..� 1 l ISY.: 9-15/32" (TYP.) HD. M/ SCREWS (REMOVE FOR Y (Tyr.) BALLAST ACCESS) / 2r OPENING (TOP &BOTTOM) 10-1/2" (T)rP.) (1) I -LAMP ELECTRONIC BALLA5T (SECURED W/ 6-32 5.5. PAN PH. HD. M/ SCREW, FLAT WA5HEK & SUPPORT CLIP) f r-1) RACEWAY CHANNEL(BY OTHERS) II II II II �I 8-32 5.5. FLAT HD. MTG. SCREWS I I f I I (2 PLC5. PER MTG PLATE, BY OTHERS) I I CEILING REF. IIIIIT--jII'II II-5/8" n LII r � I 6-32 FLAT SOCKET D.SCREW HM// S SCREW (Z PLLS. PER END CAP) 1/6"THK. ALUM. END -------- CAP (1 0 EA. END) SECTION A -A 3/16" THK. OPAL ACRYLIC —� DIFFUSER (2 PLC5., TOP & BOTTOM) SECTION / ELEVATION VIEW SCALE: 3/8" - 1" 1/4" THK. X 4" L. X 1-5/8" W. ALUM. MTG. PLATE (2 PLC5., 10 EA. END) 1/M1"IP55CH. 40 ALUM. PIPE 5TEM(2 PLC5., 10 EA. END) (WELD TO MTG. PLATE) 3/16" THK OPAL ACRYLIC DIFFUSER (2 PLC5. TOP & BOTTOM) 1/3P" THK SOLID EPDM BLACK RUBBER 60 DURO DIE -CUT GASKET (TOP & BOTTOM) 6-32 5.5. 5UTTON SOCKET HD. M/ SCREW (6 PLC5. PER TOP & BOTTOM, 12 PLLS. TOTAL) (1) I -LAMP ELECTRONIC 5ALLA5T (SECURED W/ 6-32 S.S. PAN PH. HD. M/ SCREW, FLAT WASHER & SUPPORT CLIP) 118" THK, EXTRUDED ALUM. HOUSING (2.875" O.D.) f (1) FT55W. / 2GI1 / 4PIN 15A5E FLUOR. — LAMP (5Y E.G.) 063"THK.X2" CIA. ALUM. BARRIER (WELD IN PLC. TO EXTRUDED HOUSING) 2GI7 / 4-PIN BASE SOCKET (SECURED W/ 4-40 5.5. PAN PH. HD. M/ SCREW & HEX NUTS (2 PLCS.) 2-1/T' 5CH. 40 ALUM. PIPE HOUSING LOVER (2.875" O.D.) (WELD TO CAT. NO.: K2512A-120V SCALE: FULL EXTRUDED HOUSING 0 EA. SIDE, TYPE: A2 (QTY.: 12) TOP & BOTTOM) NOTES: 1, ALUMINUM CONSTRUCTION 2. FINISH: BLACK POLYESTER POWDER COAT 3. VOLTAGE: 120V. 4. PROVIDE 15" WIRE LEADS (BY COLE) 5. 5UITA15LE FOR WET LOCATION IYJNwID LE9CN I&lEW waE PB6WETmrY CIXVFbFJ1 _114Y NAYN0T9E V3D UtftFPRCIXCfDMifNOUI TIE F%PPESSFDPfIMIn5 Xcm. c ca We 3/16" PIA. HOLE & C51NK FOR 8-32 FLAT HD. MTG. SCREW (2 PLC5.) — 2-718" PIA. — SECTION B-B SCALE: FULL i/8"THK. ALUM. END LAP W. (2) 6-32 5.5. FLAT SOCKET HP. M/SCREWS 3" 9116 4" MTG. PLATE v4' rHK. ALUM. MTG. PLAN VIEW PLATE (2 PLC5., SCALE: FULL 10 EA. END) BRACKET 0.007SFx4=0.0285 42" LINEAR PENDANT JOB: FORT COLLINS MAX BRT PAWN BY DATE CHECK D B OATE . VARGAS 2.1413 D.W. 2-14-13 AS .028+.045+.003 = 0.076SF/ Fixture 38EAx0.76SF = 3 LIGHT HOUSING 38EA x 42"/12*0.5'9 = 70.5SF _ ,_:._ :. . TOTAL = 73.5 SF- Pending Issues Log �y •�:. fit. Project: Mason Corridor -MAX BRT Contractor. Concrete Express Inc. tCEI) Project Ne. 7332 (CEI project number 12-009) Dote: I V31113 Rat. No. CC6 BCC Spec Section Item Description owe Requested Ameunl Status CCR181 ndln Curb and cuter dame" fESD - GrovAln Bear 2/132013 $0.00 Cost to address damaged curb/ aNn need final T3M costs CCR162 WCD082 done OIW and Mason Ubloy, extra work WIM13 f2737.84 33465.93 Chen es to Inlet locatpn "14 locations CCR169 WCM2 done P/C underdmin at MHB3A 3772013 51 680.50 Lost bme toreair and restore 4- underdmin CCR170 WC0082 done Electric vault abandonment 3772013 $1080.00 LogVme to remove electric vault and concrete encased duct CCR171 WCD082 done E2.1 utillty Conflicts 3/1612013 $4000.77 35105.00 Lost time to add Mae utllity conflicts CCR174 WCM82 done B14 lecutsat Nee Mercer N152013 $1045.50 $4712.00 Cast to remaro' cut and reset U' pipe at Nee Mercertwke CCR175 WC13082 done F1-1 ed. work 4/152013 50.00 S4. 199,101 Sulacmde. removals and Wily work along Ft-1 south of Pros CCR179 WCD082 done Sat extra work 4/122013 SOW 58353.31 E m work at 84-1 also reference CCROBB CCR180 WCD082 done MSO pond atSpring Croak 4/122013 $328.43 Storm Line SC1-1Into Spring Creek - Beaver Habitat CCR193 — panting Manholes and Inlets unused due to design changes, 5M2013 Slr187.00 E . mwedale manhoiesllnlets from storm deak2n chances CCR198 not usetl Top hill to chain link ten" - Dellenbach B/17/2013 50,00 Add top hall to Chain link fence at Dellenbach- Svnllcvl northbound not accepted bO ner CCR189 WCDODD done 2-Pole conduct klb 6/172013 S5871.05 2- le contact kitsf r liont1no control at station-RF1052 CCR200 WCD091 - done Cardinal Int top Met - Cole fmures 6117/2013 $1211.70 Cardinal Paint WO clear Cost for all A fMures-ColeL htln CCR203 MD092 done Wring for LCC to "mere and TVM locations d2l2013 $79 893,45 Furnish and Install yy1rino from each TVMr camera We and ECB CCR202 done Camara Poles 612=013 $30 818,55 Furnish and Install KIM lichtlno poles to be used as camera poles CCR not accepted) CCR204 WCD093 done BB Poles at Unlye.itv Station S112112013 $14 425,95 Furnish and Install 5 BB Poles at Un"nuty, Station Poncho Access Gem changes 6282013 589979,05 Access gadu chances Including extra parts Pending Sloan Line I1-1 deletion perrequestfrom CSU' keep Inlet and some plips removal Pothollno Overrun Pro ected to be wound 1,000 huh, ve 3501n bid AOd depth of concrete -In at Mountain Delete, timing from contract credo _ Delete H2O load hated vaults from contract MIS duct bank credit Delete waterline l"ring at E1-1 credh Atld allmvance for specialty slant Delete truncated domes at each Type I station batform credit Light Poles 82 at HorsetoOr reduced height to Type B I cretlh 16 Mies WWI Reconcile all ITS/MIS hams Delete MSO Pond Lining (clay liner credit Delete sdenOe groundIng at stations credit DaIon.khen a ddlled seed to h dromulch credit IP.nding Tptal: $4.229.061.72 6117/2013 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: 200 73%nog1 12-009 7332 Mason Corridor BRT DESCRIPTION OF CCR: Pricing to address the Cardinal Paint T391 - BG290 Polyester T GIC Powder Coating Semi Gloss Texture Light Bronze as selected by the owner for the Cole Light Fixtures. The Cardinal Paint is a 2 step paint application which requires additional labor and cost to provide. The second application which is the "Top Coat" is a part of the process for this Cardinal Paint selection as stated, "Must be over coated with clear polyester powder coating for exterior exposure." The Cardinal Paint requested is a Custom paint order for Cole. They are providing the paint as a no cost item as a "Custom Paint" was not specified, however, they are charging for the second coat application required by Cardinal for this paint process. LOCATION: Cole Light Fixtures MEMO NO.: MEMO DATE: COST CODE: DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL additional charge for second coat applic flon for selected color 1 LS $ 1,154.00 $1,154.00 Mark Up-5% 1 LS $ 57.70 $57.70 TOTAL $1,211.70 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. Sincer 1 ------ -- - - 1 wy fv Ec I' - Ryan D'cki son Project a ager //,22< 12150 E. 112`h Ave. Henderson, CO 80640 303-286-8000 June 19, 2013 Ryan Dickinson Concrete Express Inc. 2027 W Colfax Denver, Co. 80204 Reference: MAX BRT Ft Collins, Co. Subject: SEC CO #021 Custom Paint Application for Cole Light Fixtures Thank you for the opportunity to be a part of this project. Please review the following scope of work. This change request is for the Cardinal Paint T391 — BG290 Polyester T GIC Powder Coating Semi Gloss Texture Light Bronze selected by the design team for the Cole Light Fixtures. The Cardinal Paint is a two step paint application which requires additional labor and cost to provide. -The second application which is the "Top Coat" is a part of the process for this Cardinal Paint selection as stated "Must be over coated with clear polyester powder coating for exterior exposure". . The Cardinal Paint requested is a custom paint order for Cole. They are providing the paint as a no cost item as a "Custom Paint" was not specified. ,However they are charging for the second coat application required by Cardinal for this paint process. Price to provide $ 1,154.00 Should you have any questions or comments, please feel free to call Sincerely, Sturgeon Electric Company Jim Shireman Project Manager AISM WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 091 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): Powder Coat - Type A Fixtures This work change directive directs the Contractor to price and if accepted, add powder coating to the Type A (Cole) fixtures to match the canopy stainless steel and unistrut track mounting system 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. This work shall be tracked and paid for as a single lump sum to the contract. This change is being initiated by the City to ensure a consistent aesthetic to the station design for fixtures and electrical mounting systems. Attachments (List Supporting Documents): None 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: /tF October 20, 2013 er Date Recommended By: �At-_ October 20, 2013 Construction Miffiager Date Copy: Owner, Engineer; Field File - SharePoint WCDO91—CARDINAL PAINT TYPE A FixTURES_10-20-13—DRAFT FOR PRICING PAGE 1 OF 1 MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand December 16, 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. 204 BB Poles at University Station — WCD No. 093 Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 93 to address design changes to the contract for additional scope of five (5) additional BB double light fixture light poles at University Station. Original scope defined these as provided by others. This WCD clarifies the scope for furnishing and installation of these poles. Attached, please find the proposed Contract Change Request #204 for the work from CEI. In reviewing this request, items included in the WCD were reviewed and compared against original plan sheets 930, 931 and 943(addendum revision). Additive differences between the original design and this WCD were computed to estimate the cost of this change. This cost estimate is attached. The estimated cost for the light pole addition is $15,500. I find CEI's Contract Change Request #204 in the amount of $14,425.95 to be reasonable for the required increase in scope. As such, I recommend approval of this additional cost to the contract. I t / Keith Meyer, Construction Project Manager CH2M HILL Team 970-988-8605 keith. m ever(cDd itescose rvices. co m Cc: job file Change Management Checklist Compliance Category ■ ate Reviewed Reference Initials Reviewed for compliance with Part of the base bid; minor Environmental Assessment 12/16/13 modifications; included in SCC KM 20.01 Reviewed for construction/safety impacts 12/16/13 Included in traffic control plan for KM work in area — CSU campus Independent cost estimate prepared 12/16/13 As attached to this memo KM Reviewed for PCGA grant compliance 12/16/13 Part of Build Alternative KM scope is included in SCC 20.01 Construction inside CSU Reviewed for real estate impacts/needs 12/16/13 property/temporary easements for KM project Reviewed for compliance with design criteria/ADA htto:/Aw .access-board.gov/ada-abatada- 12/16/13 n/a KM standards-dot.cfm ditesco ' Dale of Estimate: 10-Dec-13 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (YIN): Y Independent Cost Estimate Description of Goods (A) or Services (B): A Change adding five (5) BB double light fixture poles to University Station. Changes estimated conform to WCD093. 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) Choice City Electric (Similar Scope to WCD) Other (specify) Cost Estimate Details: (Estimate calculated in US Dollars) Coat of standard Items Product Cost $lunit Unit Quantity Notes TOTAL In Place Data Source Light Pole Installed and wired $ 3,100.00 EA 5 Third Party Estimate Similar Scope) $ 15,500.00 SubTotal $ 15.500.00 Cost of Services, Repairs, or Non -Standard Items B IterniTask: Materials or Work Description Other Direct Costs Labor Rate ($) Labor Hours Labor Class Allocated . Overhead SGW Profit Notes: Data Source TOTAL $ E a - a $ s. a a SubTotal $ 's.om, cm.a and nnminl avea Snaaa TOTAL $ 15.500.00 Signature of Preparer: ��TT�TJ�� ■ .we 132 Commerce Drive, Unit #1, Ft Collins, CO 80524. (970) 493-4077 November 5, 2013 RE: South Transit Choice City Electric Is pleased to provide pricing per our Interpretation of the plans and existing site conditions Please see the following details of our proposal: INCLUSIONS: • Provide and install wiring from existing light pole to new future light pole location • Provide and install one new EP3 light fixture in future light pole location EXCLUSIONS: • Utility Company Charges, chases • Light pole base (existing ) • Electrical permit fees • Sales Tax • Any materials or labor not specifically mentioned above Labor and materials 3,100.00 (three thousand, one hundred dollars) ENVIRONMENTAL SYSTEMS INC. dba CHOICE CITY ELECTRIC Wes Codfroy-O/rector or Operations Wes.aodheMichol"citvelectrfc neI FIKO &1.� I Y Contract Change Request Review Form Project Name: Mason Corridor— MAX Bus Rapid Transit Owner: City of Fort Collins — Engineering Department Contractor: Concrete Express, Inc. Contract Number: 7332 1 Date Reviewed: 07-05-13 Contract Change Description: Supply and install BB non -art poles at University Station Contract Change Number: CCR 204 Date Received: June 21, 2013 Date(s) Work Performed: n progress Plan Location(s): University Station along the Mason Trail Description of Review. Through CCR203 CEI/Sturgeon is claiming extra work to supply and install 5 additional BB poles as defined in RFI035. The contract drawings (Sheets 930 and 931) provide for installation of BB poles at University Station. Addendum 2 clarified the total number of BB poles on the project (revised Sheet 943). However, Michael Baker never differentiated between the BB art poles provided by the project artist and the BB dual head poles provided by the Contractor. Therefore, the base bid fixture schedule shows all BB poles provided by the project artist. However, 5 of these poles are not art poles and are to be provided by the Contractor. RF1035 clarified the total number of fixtures to be provided on the project for station canopy lighting, platform and walkway lighting. It separated 5 BB dual head (non art) poles for further clarification. The costs included in CCR 204 are approved pending final WCD issuance and independent cost estimate. The Contractor is to provide further material and labor take -off information to support this CCR. Amount claimed in CCR 204 - $14,425.95 (material and installation) Amount authorized - $14,425.95 (paid as lump sum through work change directive; pending WCD issuance and independent cost estimate) Engineer Acceptance: Contractor Acceptance: Page 1 of 1 6121113 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: 204 12-009 7332 Mason Corridor BRT Price to furnish and install (5) BB poles at University Station, per response to RFI # 35. University Station DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL FurnishMstall (5) BB poles 1 LS $ 13,739.00 $13,739.00 SUBTOTAL MARKUP-5% 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. $13,739.00 $686.95 $14,425.95 / u ar e��i ELECTR/C March 7, 2013 Robert Clifton Concrete Express Inc. 2027 W Colfax Denver, Co. 80204 Reference: MAX BRT Ft Collins, Co. Subject: SEC CO #008 Furnish 5 BB Poles 12150 E. 112t° Ave. Henderson, CO 80640 303-286-8000 Thank you for the opportunity to be a part of this project. Please review the following scope of work. Sturgeon RFI 016 asked to clarify the 7 BB poles on drawing sheets 930 and 931. A verbal was given that 5 BB poles at the University station should be a Sturgeon furnished pole with dual fixtures. The drawing fixture schedule indicated that these were to be BB Art poles. There will be 2 BB ART poles at the university station. Furnish 5 BB Poles at the University Station. Labor to unload and load at Sturgeon yard is included. Dual fixtures and lamps were included in the base bid. These poles have been released with the Kim Fixture order. Price to provide $ 13,739.00 Should you have any questions or comments, please feel free to call. Sincerely, Sturgeon Electric Company Jim Shireman Project Manager 1AZ Pending Issues Log I •E rat •i L Date: 12MI113 R.I. No. I COD I SCC I Spse Section I Item Deccrlptlon I n229 s.• I Amount I Status Total Orl Inal Coirtract Amount t01.6a 3.878. W Atluatetl Contract Amount roaatatl iss'lle om" ftnding Issueeata%ot Contract Amount I&M Cban s Grew % ae a royetl 9.9n • needs action by CM • needs action by Contractor maxWORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 093 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): BB Poles at University Station This work change directive directs the Contractor to price and if accepted, add BB Poles to the University station that are dual head KIM Lighting poles. Attached is the CCR review that outlines this change. 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. This work shall be tracked and paid for as a single lump sum to the contract. This change is being initiated by the City to correct electrical drawing and fixture schedule conflicts with art poles supplied by others. Attachments (List Supporting Documents): RFI035, also reference sheets 930, 931. 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: I/ ���� tcCY October 20, 2013 weer Date fi Recommended By: / M & October 20, 2013 Construction Mgr ager Date Copy: Owner; Engineer; Field File - SharePoint WCDO93_BB POLES UNIVERSITY STATION_10-20-13DRAFT FOR PRICING PAGE 1 OF 1 Contract Change Request Review Form Project Name: Mason Corridor — MAX Bus Rapid Transit Owner: City of Fort Collins — Engineering Department Contractor: Concrete Express, Inc. Contract Number: 7332 Date Reviewed: 07-05-13 Contract Change Description: Supply and install BB non -art poles at University Station Contract Change Number: CCR 204 Date Received: June 21, 2013 Date(s) Work Performed: In progress Plan Location(s): University Station along the Mason Trail Description of Review: Through CCR203 CEI/Sturgeon is claiming extra work to supply and install 5 additional BB poles as defined in RFI035. The contract drawings (Sheets 930 and 931) provide for installation of BB poles at University Station. Addendum 2 clarified the total number of BB poles on the project (revised Sheet 943). However, Michael Baker never differentiated between the BB art poles provided by the project artist and the BB dual head poles provided by the Contractor. Therefore, the base bid fixture schedule shows all BB poles provided by the project artist. However, 5 of these poles are not art poles and are to be provided by the Contractor. RF1035 clarified the total number of fixtures to be provided on the project for station canopy lighting, platform and walkway lighting. It separated 5 BB dual head (non art) poles for further clarification. The costs included in CCR 204 are approved pending final WCD issuance and independent cost estimate. The Contractor is to provide further material and labor take -off information to support this CCR. Amount claimed in CCR 204 - $14,425.95 (material and installation) Amount authorized - $14,425A5 (paid as lump sum through work change directive; pending WCD issuance and independent cost estimate) Engineer Acceptance: Contractor Page 1 of 1 REQUEST FOR INFORMATION (RFI) Request Number: RFI-035 01/03/13 CEI PROJECT NUMBER: 12-009 CONTRACT NUMBER: 7332 CONTRACT DATE: DESCRIPTION: Fort Collins - Mason Corridor MAX BRT Requested By: CEI Phone: 303.562.2000 2027 W. Colfax Ave. Fax: 303.893.1949 Denver, CO 80204 URGENCY: NOT URGENT URGENT X CRITICAL TIME IMPACT: X YES NO TBD COSTIMPACT: X YES NO TBD INFORMATION REQUESTED: From Sturgeon regarding University Station "BB" pole count: RFI 029 included a matrix for all the "BB" pole locations and also the number of poles. The University station is shown with 2 "BB" poles. Referencing electrical drawings 930 and 931 5 additional "BB" poles are shown on the drawings for a total of 7 "BB's". Please advise if these 5 poles are "BB" poles or if these are a different pole type. Thank you All station BB poles have been clarified through Submittal review. See submittal 265600-02. Also —attached is a revised Lighting schedule which was included in this submittal review. Concrete Express, Inc. Name Hannah Seely��� Title Project Engineer Date 1/3/2013 City of Fort Collins: Keith Meyer, CM Name Title Date January 20, 2013 Lighting Fixture Schedule - MAX BRT Fbtun Deaamn Iatadom Mounting Manufactu er Lamp TYpe Pole Type Warder Wattage Vokage Not" A2 Platform Canopy Surtax Cole liter aubmNtal 0265E0042)-35- DULU%per265600 48 36 112 12 Platform Canopy 5urtace Cale (persubmitul N2656C002)-42' OUW%per2656D - 12 55 i,D Ai Platform Gropy Surtae Cole lcer.1ammat 126560( 2)-67' PEMR0NIw 265600 26 54 B Walkways Pole KIM Lighting leer submittal N26560002-Arcbetypel MUAIARC per 265600 Round, taperM IPTR51 53 150 - IrcIWI. B2 at HmHetootb BB WaIMay Pole Lights - Dual Head Pole KIM Whtllg 1per wbmand 1265600,02-ArNelype) METAIARC per 265E00 pound, taperml HTR51 5 150 U.nearmy StaHan BB -Pet Platform An Pole URNS - Oval Head Pole Wartist -Roben Tinley METMARC per 25560) BPart. 25 1" C ICON/Sono. Sign inside ICON Insight Medley Vim -36' UD por 2656M - 19 15 120 C Beacon Inside Beacon Sign; Surface Itslgbt MMley Nn.-12- LED p'211 - I 5 120 D DTC Platform Surface Kenall - He arlux ETA PC per E65600 3 1 20 Note 1: Walkway llghls A Horselaom Stxlon (02)poles- 6 add; are cgangd to Type Bpoles-36fi. WnlnHp. to mount m alposed kundamn 2-R abode grade. Note 2:&.an lights W X 1T LED per fc roar aWue. Mount N[erlwto .=Tan strutlural Inme. Note 3: AR "terb pal" and pole m cored IdirdngNurtures W be light Mper wbmHal. Added through this WCD _ L� � � � i 'a,i, I �� December 17. 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. 260 Relocate PCC at Swallow NB Station — WCD No. 094 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. 94 to address design changes to the contract for relocation of the installed PC Cabinet at the Swallow northbound station. This WCD moves the PC Cabinet to a more desirable location inside the retaining wall. Attached, please find the proposed Contract Change Request #260 for the work from CEI. In reviewing this request, items included in the WCD were T&M pricing sheets and subcontractor hourly proposal breakdowns. These rates and markups were reviewed for accuracy and contract conformance. This cost estimate review is attached. The estimated cost for the cabinet relocation is $3,166.45. I find CEI's Contract Change Request #260 in the amount of $3,616.20 to be reasonable for the required increase in scope. As such, I recommend approval of this additional cost to the contract. Keith Meyer E Construction Project Manager CH2M HILL Team 970-988-8605 keith.mever(a ditescoservices.com Cc: job file This work is an ineligible grant expense. Change Management Checklist CategoryCompliance ..- Reviewed Reference Initials Reviewed for compliance with Part of the base bid; minor Environmental Assessment 12/17/13 modifications; included in SCC KM 20.01 Reviewed for construction/safety impacts 12/17/13 Included in traffic control plan for KM work in area Independent cost estimate prepared 12/17/13 As attached to this memo KM Reviewed for PCGA grant compliance 12/17/13 Part of Build Alternative KM scope is included in SCC 20.01 Reviewed for real estate impacts/needs 12/17/13 Construction inside easements for KM project Reviewed for compliance with design criteria/ADA http://w .access-board.aov/ada-aba/ada- 12/17/13 n/a KM standards=dotcfm 2 dttesco Independent Cost Estimate Date of Estimate: 17-Dec-13 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (YIN): Y Description of Goods (A) or Services (B): A Change to relocate PC Cabinet from outside of retaining wall to Inside of retaining wall at Swallow NB Station. Changes estimated conform to WCD094. I have obtained the following estimate from; Published Price List / Past Pricing (date) Published material costs Engineering or Technical Estimate (performed by) Independent Third Parry Estimate (performed by) Other (specify) T&M houriy verification Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard hems Product Cost($/unit) Unit Quantity Notes TOTAL In Place Data Source Material Total $ 173.00 LS 1 Published material pricing $ 173.00 Service Truck $ 115.00 HR 2 Equip houri rates $ 230.00 Foreman $ 54.30 HR 26 GerL Payroll $ 1.411.80 Journeyman $ 50.47 HR 16 Gen. Payroll $ 807.52 Overhead, Protlt, & Bond $ 393.35 LS 1 Contract allowance $ 393.35 General Contractor Markup $ 150.78 LS 1 Contract allowance $ 150.78 SubTolal $ 3,166.45 Coat of Services, Repairs, m Nonstandard items Item/Task: -sr . Genera w M.s•,s..� TOTAL I$ 3,166.45 Signature of Preparer. 10/11/13 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: 6V 260 `� 12-009 7332 Mason Corridor BRT DESCRIPTION OF CCR: Costs associated with moving the PCC at Swallow NB, not once, but twice at the direction of the City. 6AAL11"A/ ^IS LOCATION: 4ji.S4atfts MEMO NO.: N/A MEMO DATE: N/A COST CODE: Varies DESCRIPTION QTY UNIT UNIT PRICE OT TOTAL relocate PCC: 3/22113 1 I-S $ 641.00 $ 641.00 relocate PCC: 6/13-6/14/13 1 LS $ 2,803.00 $ 2,803.00 Subtotal $ 3,444.00 CEI Markup-5% $ 172.20 Total $ 3,616.20 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. - ELECTR/C June 20, 2013 Ryan Dickinson Concrete Express Inc. 2027 W Colfax Denver, Co. 80204 Reference: MAX BRT Ft Collins, Co. Subject: SEC CO #024 Relocate the PC at Swallow NB 12150 E. 112`h Ave. Henderson, CO 80640 303-286-8000 Thank you for the opportunity to be a part of this project. Please review the following scope of work. Relocate the PC cabinet and base from outside the retaining wall to the inside of the retaining wall. Hand trench to new location and rework the PVC conduits. The location outside the retaining wall and the new location on the inside of the retaining wall were selected by others. This work was completed 3/22/13. Price to provide $ 641.00 Should you have any questions or comments, please feel free to call. Sincerely, Sturgeon Electric Company Jim Shireman Project Manager OSHA AV or siaim g mar Sturgeon Electric Company, Inc. 4 �® 12150 East 112th Avenue EL6CTRlC Henderson Colorado 80640 303-286-8000 3D3-286-1811 fax ELECTRICAL CONSTRUCTION •OVERHEAD,SUB STATION,UNDERGROUND DISTRIBUTION • SERVICE W ORK DATE TYPE JOB NUMBER WORK ORDER NUMBER 3 zz 3 -136555 WORK LOCATION, n�l� /J �� BILLING ADDRESS CUSTOMER P.O. ORDERED GY TELEPHONE NUMBER JOB COMPLETE OT COMP;EfE DESCRIP N OF WORK REQUESTED 1 =� -P , r=n /lJ /d�Li Fla —t-1 a Q-- TA L LvJ- DESCRI TION OFWORK DONE rJ J,2�.>JGF MATERIAL MATERIAL QUANTITY DESCRIPTION PRICE AMOUNT DUANTITY DESCRIPTION PRICE AMOUNT 1 r , DATE EMPLOYEE NUMBER Slr HOURS 0(r I HOURS D/r I HOURS EQUIPMENT NUMBER MATERIAL SUBTOTAL S .3 ZZ' 3SvS 3e TAX S MATERIALTOTAL S EUUIPMENT S S , HRS ® g HRS ® S HRS® S OVERHEAD & PROFIT .% g AUTHOflrLATIONa hereby state that I am the lowner) (authorized representative of the owner) and PLEASE PAY THIS AMOUNT 1 give authorization so perform ilia above requested work I understand and agree to pay for said work immediately upon its completion, unless prior arrangements have been made. Should I [ail to pay as agreed, I Will he obligated to pay tale charges In the amount of I Itz% per month on the unpaid balance. I further agree that in the event legal proceedings are instituted to collect the unpaid balance. I will pay all costs incurred in connection With said proceedings, including area ...able aha r .fee Authorized Signature 'FOPMNmio.0010.5 Rev.(=4) max August 26, 2013 Ms. Erika Keeton, PE MAX Project Manager City of Fort Collins — Engineering Dept 281 N. College Ave. Fort Collins, CO 80524 MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction RE: MAX Bus Rapid Transit Project Independent Cost Analysis — CEI CCR No. 177 Additional tree removal for MSO pond and Lake Street— WCD 072 Delivery by hand Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 72 to remove trees inside the MSO pond area according to the MAX BRT specifications and plan sheet attached to the WCD. The work includes recycling the trees according to Section 202 of the specifications. Please find the attached proposed Contract Change Request #177 from CEI. In preparation of this Independent Cost Analysis (ICE), the total caliper size for removal was calculated for each tree. The cost for removal based on caliper inch was estimated and independently checked. As such, the value of the independent cost estimate is $13,650.00. Based on the independent estimate of this work, I would recommend an increase to the contract in the amount of 12,277.13. Please note that this work is an ineligible FTA grant expense. The change management checklist also notes this ineligibility as the MSO pond area was left out of the EA study area. Keith Meyer, E Construction roject Manager CH2M HILL Team 970-988-8605 keith.meyer�ditescoservices comcom Cc: job file ELECTRIC June 20, 2013 Ryan Dickinson Concrete Express Inc. 2027 W Colfax Denver, Co. 80204 12150 E. 112t' Ave. Henderson, CO 80640 303-286-8000 Reference: MAX BRT Ft Collins, Co. Subject: SEC CO 4026 Relocate the PC at Swallow NB 3ft Away From the Retaining Wall Thank you for the opportunity to be a part of this project. Please review the following scope of work. Relocate the PC cabinet and base 3ft from the retaining wall. Hand trench to new location and rework the PVC and LT conduits. The new location 3ft from the retaining wall was selected by others. This work was completed 6/14/13. Price to provide $ 2,803.00 Should you have any questions or comments, please feel free to call. Sincerely, Sturgeon Electric Company Jim Shireman Project Manager OSHA ' mue., ar Si 111111— e��®� Sturgeon Electric Company, Inc. Y 12150 East 112th Avenue ececrrric Henderson Colorado 80640 303-286-8000 303-286-1811 fax WORK ORDER ELECTRICAL CONSTRUCTION OVERHEAD, SUBSTATION, UNDERGROUND DISTRIBUTION SERVICE WORK DATE r /,ram y TYPE JOB NUMBER g2zz33 WORK ORDER NUMBER 136559 WORK LOCATION S�riA2LCj /-/n �r>=iJh 11f13 Sk/A-u0-J 1205 $7-eP BILLING ADDRESS CUSTOMER P.O. ORDERED BY � (� TELEPHONE NUM HER JOR COMPLETE NOPETE T COM DESCRIPTICN OFWORKg,EQUESTED z f-' DESC PTION OFVVORK DONE BdG DUZ " _UP 5rl"2-• MATERIAL MATERIAL DUANTITY DESCRIPTION PRICE AMOUNT QUANTITY DESCRIPTION PRICE I AMOUNT l 2„ elle Su-F Z 2' 5X;1L-7—(-rX Gyut / Ill 5 ,/ft ri Tr— I l iY x le) a n1A r rr vc I � I DATE EMPLOYEE NUMBER SIT OF HOURS D/r HOURS EQUIPMENT NUMBER MATERIAL SUBTOTAL $ HOURS TAX S I MATERIALTOTAL S ; EQUIPMENT S ; $ HRS® S i HRSQ $ ; HRS ® S ' OVERHEAD & PROFIT % $ ; AUTHOflI7AO0Na hereby smto that I em the (owner)(authorized representative at the owned and PLEASE PAYTHIS AMOUNT ' I give allthOriNtiOn to perform the above requested work. I understand and agree to pay for said work immediately upon its completion, unless prior arrangements have been made. Should I fail to pay as agreed, I will he obligated to pay late charges in the amount at I I/z%per month an the unpaid balaace.I Wher agree that in the event legal proceedings are instituted to collect the unpaid balance, I will pay all costs incurred in connection with said proceedings, including a rea- sonable m arnoy s fen Authorized Signature FORM No. 10.0010.5 Rev. (03W) Job Name -MAX BRT CO#026 11 Job #- MAX BRT CO# 026 MOVE PC AT SWALLOW NB 6/20/20131:17:42 PM 1 Description Quantity Date Trade Price Unit Disc% Net Cost Labor Unit otalMatedal TotalHours 1 1 in PVC 10 /222013 63.55 31.78 6.50 3.18 0.65 2 in PVC 10 222013 134.86 67.43 11.25 6.74 1.13 3 lin PVCFEMADAPTER 41212011 101.84 29.53 -22.00 1.18 0.88 4 in PVCFEMADAPTER 21212011 194.12 A 56.29 37.00 1.13 0.74 5 in LTFLEX 2 2012009 1,113.00 1,001.70 250.00 20.03 0.50 6 lin LTSTRAIGHTCONN 8 /3/2012 882.74 706.19 30.00C 56.50 2.40 7 inLTSTRAIGHTCONN 2 /32012 4,335.48 3,468.38 52.000 69.37 1.04 11 8 3/4inx10'CU CLAD GRD ROD 1 18/2004 3,645.26 1,494.56 2.50E 14.95 2.50 9 REMOVESTFROMPC 1 20/2013 0.00E 1 0.0011 0.00 2.00E 0.00 2.00 10 RELOCATEPCPAD 1 /20/2013 0.00E 0.00 0.00 3.00E 0.00 3.00 11 RELOCATETHEPC 1 20/2013 0.00E 0.00 0.00 6.00E 0.00 6.00 12 HANDDIGTRENCH 1 /20/2013 0.00E 0.00 0.00 6.00E 0.00 6.00 13 BACKFILLANDTAMP 1 20/2013 0.00E 0.00 0.00 4.00E 0.00 4.00 14 IREINSTALLST 1 /20/2013 0.00E 0.00 0.001 3.00E 0.00 3.00 otals 451 1 1 1 173.07 33.84 Labor Type Crew IHours I Rate$ I SubTo I Brdn% Frng$ Brdn Tot. Fmg Tot. Total Full Rate I Code Type 2 FOREMAN 1.00 16.92 54.30 918.76 918.76 54.30 3 OURNEYMAN 1.00 16.92 50.47 853.95 653.95 50.47 otals 2.00 33.84 52.39 1,772.71 1,772.71 52.39 Indirect Labor Lab% I Hours I Brdn% I Frng$ 1 Brdn Tot. I FrngTot. Total Full Rate I Code Type 1 PROJECTMANAGER )01 60.00 180.001 1 1 180.00 60.00 Job Name -MAX BRT CO#026 11 Job #- MAX BRT CO# 026 MOVE PC AT SWALLOW NB 6120120131:17:42PM 2 General Expenses Alarm Quantity Field Duration CostlUnit I TotalCost I Tax(%) I Overhead% Markup% Total I Notes 2 ISERVICETRUCK Off 1.UU1 <None> 2.00 115.00 230.001 1 1 1 230.00 General Expenses JCoderypel 2 ISERVICETRUCK otals FinalPdcing Calculated(%) Calculated($) Variance(%) Modified($) Modified(%) Alarm Code Database Material (Extension) 173.07 173.07 MaterialTotal 173.07 173.07 Direct Labor 1,772.71 1,772.71 Indirect Labor 180.00 180.00 LaborTotal 1,952.71 1,952.71 General Expenses 230.00 230.00 Total Cost 2,355.78 2,355.78 Adjustment Overhead 10.000 235.58 235.58 10.000 TotalOverhead 10.000 235.58 235.58 10.000 Adjustment Markup 5.0001 129.57 129.57 5.000 Total Markup 5.000 129.57 129.57 5.000 Direct Job Expenses 2.000 54.42 54.42 2.000 Bonding 1.000 27.75 _ 27.75 1.000 Selling Price 2,803.10 2,603.10 Final Price 2,803.101 12,803.10 axWORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 094 PROJECT: Mason Corridor —MAX BRT PROJECT NO: 7332 OWNER: City of Fort Collins — Engineering Department ENGINEER: Michael Baker Inc. The following additions, deletions, or revisions to the Work have been ordered and authorized: of WCD): Relocate PCC at Swallow northbound station This work change directive directs the Contractor to price and if accepted, add relocation of the PCC at the Swallow northbound station. 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. This work shall be tracked and paid for as a single lump sum to the contract. This change is being initiated by the City to correct the location provided to conform to current electrical code for panel accessibility. Attachments (List Supporting Documents): . None 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: K 0 LG T�"� October 11, 2013 rwnkkk ` er Recommended By: / At-" October 11, 2013 Construction Mornager Copy: Owner, Engineer, Field File - SharePoint WCDO94_RELOCATE PCC SWALLOW STATION_10-11-13_DRAFT FOR PRICING PAGE 1 OF 1 MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand December 16, 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. 255 Quad Receptacles at Stations for ITS/Comm Power — WCD No. 095 Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 95 to address design changes to the contract for addition of quad outlet receptacles to both the ICON ITS and Comm cabinets. These changes are being made to address conflicts in scope between the MIS infrastructure details and Electrical details. Attached, please find the proposed Contract Change Request #255 for the work from CEI. In reviewing this request, items included in the WCD were reviewed and compared against original plan sheets 642 and 685. Additive differences between the original design and this WCD were computed to estimate the cost of this change. This cost estimate is attached. The estimated cost for the quad receptacle modifications is $7,212.26. I find CEI's Contract Change Request #255 in the amount of $6,247.50 to be reasonable for the required increase in scope. As such, I recommend approval of this additional cost to the contract. lot / Keith Meyer, P Construction Project Manager CH2M HILL Team 970-988-8605 keith.mever(oDditescoservices com Cc: job file Change Management Checklist CategoryCompliance ' ate Reviewed Reference Initials Reviewed for compliance with Part of the base bid; minor Environmental Assessment 12/16/13 modifications; included in SCC KM 20.01 Reviewed for construction/safety impacts 12/16/13 Included in traffic control plan for KM work in area. Independent cost estimate prepared 12/16/13 As attached to this memo KM Reviewed for PCGA grant compliance 12/16/13 Part of Build Alternative KM scope is included in SCC 20.01 Reviewed for real estate impacts/needs 12/16/13 Construction inside easements or KM public right of way for project Reviewed for compliance with design criteria/ADA httn:/Aw .access-board.00v/ada-aba/ada- 12/16/13 n/a KM standardsdot.cfm ditesco Date of Estimate: 16-Dec-13 Contract Type: Mason Cortidor BRT (Hard Bid) Existing Contract or PO (YIN): Y Independent Cost Estimate Description of Goods (A) or Services (B): A Change adding quad receptacles to all ICON ITS and Comm cabinets. Changes estimated conform to WCD089. 1 have obtained the following estimate from; Published Price List / Past Pricing (date) Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Other (specify) Larimer County Davis Bacon Wages, Published electrical item costs Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product Cost($/unit) Unit Quantity Notes TOTAL In Place Data Source Quad Receptacle Commercial Grade $ 39.19 EA 38 Published Cost $ 1.489.22 NEMA 1 Box Lockable $ 49.43 EA - 38 Published Cost $ 1,878.34 Labor .5 HP/Box $ 42.40 HR 19 Davis Bacon Electrician Wage $ 805.60 Wire 12 AWG $ 0.09 LF 456 Published Cost $ 43.18 1"GRC Conduit $ 16.33 LF 114 SOV Item #660-00009 $ 1.861.62 Subcontractor Markup $ 790.85 LS 1 Contract Allowance $ 790.85 Gen Contractor Markup $ 343.44 LS 1 Contract Allowance $ 343.44 $ SubTotal $ 7,212.26 Cost of Services, Repairs, or Nonstandard Items B Item/Task: Materials or Work Description Other Direct Costs Labor Rate $ Labor Hours Labor Class Allocated Overhead SGB.A' Profit Notes: Data Source TOTAL $ a a 5 a 5 a SubTotel ls •semnra, oeMni am emm�svvea a+mew. TOTAL $ 7,212.26 Signature of Preparer. nema 1 box - Uoogte Nearen rage t or s rema 1 box Web Images Maps Shopping More Electronics Sort: Default , View: List - A My Shordists Audio Merchant links are s ponsoretl Computers & Devices Bud Jbh4953-Ko Nema 1 Sheet Metal Box With Hinged Cover And Knockouts Photo 8 Optics se, $68.00 from Global Industrial 2,482 seller reviews TV & Video s Features: Heavy duty 16 GA welded steel constructionHinged cover with stoned -head quarter -turn cam IockEasily removable concentric knockouts on ... More - - Wtegmann So040604 Enclosure.wall Mountnema 1.6x4x4 4dmul Denver, CO Change $10.32 from 4 stores 4.00 Depth (In.) 4.00 Finish ANSI 61 Gray Polyester Powder Cover Type Screw Series SC Mounting Brackets Show only No Color Gray Gauge (Steel) 16 Height (in ... In stock nearbyL. [: New items - CUTLER HAMMER NEMA 1 ENCLOSURE (9575H2449A) NEW IN BOX Price ! $18.77 from Electric-Stuf l j Up to $40 CUTLER HAMMER NEMA 1 ENCLOSURE (9575H2449A) NEW IN BOX... FOR ACIDIC SINGLE AND $40 - $100 7.a 'r DOUBLE POLE SINGLE/DOUBLE THROW RELAY... Dimensions: 5 314 T x 3 3 ... 1 $100 - $200 i_1 Over $200 8 to Eaton CH8BS Loadcenter Surface Shoe Cover NEMA 1 Box Size B $ ij'., Ga I $47.79 from Crescent Electric Supply Company Eaton CHBBS CH Loadcenter Cover, Surface Style, NEMA 1, Indoor, Box Size B. Category L� Power Enclosures 1:_: Uninterruptible Power Supplies Rittal PB01305S1C PB Pushbutton Box Standard (NEMA) 1 hole 30.5 mm ' D Power Strips & Surge Suppressors r'I Electrical Supplies r a • • ♦ �¢ 19, $49.43 from BGB Supply PB Pushbutton Box Standard (NEMA) 1 hole 30.5 mm Lj Wall Plates More Bud Industries Jb-3956 Steel Nema 1 Sheet Metal Junction Box With Brand _("l Bud Industries $17.15 from eBay BUD Industries JB-3956 Steel NEMA 1 Sheet Metal Junction Box with Lift -of Screw Cover, 6` Width x 8" Eaton Height x 4" Depth, Gray Finish Features ... I.� Wiegmann ? Cutler Hammer (� Hubbell _ .._ Eaton CHBCS Loadcenter Cover Surface Style NEMA 1 Box Size C More $47.79 from Crescent Electric Supply Company Loadcenter Cover, Indoor Cover Enclosure Size Designation C Surface Mounting Ch Model Seller Global Industrial Neobits.com " ZORO Tools '- Bud Jb-3959 NEMA 1 Sheet Metal Junction Box with Lift -Off Screw Cover i Gordon Electric Supply i $20.75 from 3 stores _ GlobaIGRD Features: Heavy duty 16 GA welded steel construction - Screwed an Bat cover with key holes for easy assembly Ilv - Boxes with knockouts have easily ... More -1- ' U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLOR -ADO DATE 05-07-10 GENERAL DECISION NUMBERS CO20100014 AND CO20100015, HIGHWAY CONSTRUCTION Decision Nos. CO20100014 and CO20100015 dated March 12, Modifications ID 2010 supersedes Decision Nos. C0020080014 and C0020080015 MOD Number Date Page Numbers dated February 08, 2008. 1 05-07-10 1,2 1 When work within a project is located in two or more counties and the minimum wages and fringe benefits are different for one or more job classifications, the higher minimum wages and fringe benefits shall apply throughout the project. General Decision No. CO20100014 applies to the following counties: Adams, Arapahoe, Boulder, Broomfield, Denver, Douglas, El Paso, Jefferson, Latimer, Mesa, Pueblo, and Weld counties. General Decision No. CO20100014 The wage and fringe benefits listed below reflect collectively bargained rates. Code Classification Basic Hourly Fringe Benefits Last Rate Mod ELECTRICIANS: 1200 Electrical work $150,000 or less (Pueblo county) 22.85 10.79 1201 Electrical work over $150,000 (Pueblo county) 27.00 10.91 1202 Electricians (Adams, Arapahoe, Boulder, Broomfield, Denver, Douglas, Jefferson, Larimer, and Weld counties) 31.00 11.40 1203 Electricians (EL Paso county) 28.80 13.10 + 3% 1204 Electricians (Mesa county) 20.31 8.92 1205 . Traffic Signal Installer (Zone 1) 23.83 4.75 + 13.75% 1206 Traffic Signal Installer (Zone 2) 26.83 4.75 + 13.75% _ Traffic Installer Zone Definitions Zone 1 — Within a 35 mile radius measured from the addresses of the following cities: Colorado Springs - Nevada & Bijou Denver - Ellsworth Avenue & Broadway Ft. Collins - Prospect & College Grand Junction - 12th & North Avenue - Pueblo - I-25 & Highway 50 Zone 2 - All work outside these areas. POWER EQUIPMENT OPERATORS: 1300 Asphalt Screed 23.67 9.22 1301 Bituminous or Asphalt Spreader/Laydown Machine . 23.67 9.22 1302 Bulldozer 23.67 9.22