Loading...
HomeMy WebLinkAboutCHANGE ORDER - BID - 7332 MAX BRT PROJECT (9)CHANGE ORDER NO. 20 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: $ 67,917.53 4. Change in Contract Time: None TOTAL APPROVED CHANGE ORDERS $ 3,164,560.51 TOTAL PENDING CHANGE ORDERS $ - TOTAL THIS CHANGE ORDER $ 67,917.53 TOTAL % OF ORIGINAL CONTRACT, THIS C.O. 0.21% TOTAL % OF ORIGINAL CONTRACT, ALL C.O.'S 10.14% ADJUSTED CONTRACT COST $35,119,356.98 (Assuming all change orders approved) ACCEPTED BY: t ( DATE: (t�20z/±/- Contractor's Representative REVIEWED BY: DATE: Construction Manager APPROVED BY: 6 j ' I DATE: �' � ' I City Project Manag APPROVED BY: DATE: Director of Infrastru a Se Ic APPROVED BY: DATE: Purchasing Agent over $60,00 cc: City Clerk Architect Contractor Engineer Project File Purchasing Change Management Checklist CategoryCompliance ..• Reviewed Reference Initials Reviewed for compliance with Part of the base bid; minor Environmental Assessment 12/5/13 modifications; included in SCC KM 10.02 Reviewed for construction/safety impacts 12/5/13 Included in traffic control plan for KM work in area. Independent cost estimate prepared 12/5/13 As attached to this memo KM Reviewed for PCGA grant compliance 12/5/13 Part of Build Alternative KM scope is included in SCC 10.02 Reviewed for real estate impacts/needs 12/5/13 Construction inside easements for KM project Reviewed for compliance with design criteria/ADA http:/Aw .access-board.gov/ada-aba/ada- 12/5/13 n/a KM standards-dot.cfm ditesco Date of Estimate: 4 Dec-13 ContZ Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (Y/N): Y Independent Cost Estimate Description of Goods (A) or Services (B): A Installation of a new island in the guideway north of the Drake Rd. intersection. Island to house lath gates for guideway access control. Change adds curb and gutter and median cover material, while deleting concrete pavement for the area of the island. Direction and details used for estimate were taken from Work Change Directive 086. I have obtained the following estimate from; Published Price List / Past Pricing (date) Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Other (specify) CEI Unit Prices, King Survey Project Rate Sheet Cost Estimate Details: (Estimate calculated in US Dollars) Cost of standard items Product Cost($/unit) Unit Quantity, Notes TOTAL In Place Data Source Curb and Gutter Type 2 Section IB $ 10.24 LF 28 CEI Contract Unit Price $ 286.72 Cum and Gutter Type 2 Section IIB $ 12.90 LF 28 CEI Contract Unit Price $ 361.20 Median Cover Material $ 9.40 SF 146 CEI Contract Unit Price $ 1,372.40 Pavement Markings $ 1.96 SF 48 CEI Contract Unit Price $ 94.08 Additional Survey $ 66.50 HR 8 King Rates $ 532.00 Credit for Pavement $ 51.80 SY 10 CEI Contract Unit Price $ 518.00 SubTotal $ 2,128.40 Coat of Services, Repairs, or Nonstandard Item B Item/Task: Materials or Work Description Other Direct Costs Labor Rate ($ Labor Hours Labor Class Allocated Overhead SGBA' Profit Notes: Data Source TOTAL $ $ $ $ SubTotal $ 1 Signature of Preparer:l/l. 'SeILe. Gene.. MM� SRemes TOTAL $ 2,128.40 CEI 9/16113 Erika Keeton, PE Special Projects Engineer City of Fort Collins 281 North College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: CEI PROJECT M CONTRACT NUMBER: CONTRACT DATE: CONTRACT NAME: LOCATION: MEMO NO.: MEMO DATE: COST CODE: 251 WCDO86 12-009 7332 Mason Corridor BRT Added costs associated with installing new island in the guideway north of the Drake Road intersection to house both Northbound and Southbound gates for the BRT guideway access control. Drake Road intersection N/A N/A Varies DESCRIPTION QTY UNIT UNIT PRICE OT TOTAL Curb and Gutter Type 2 Section IB 28 LF $ 10.24 $ 286.72 Curb and Gutter Type 2 Section 11B 28 LF $ 12.90 $ 361.20 Median Cover Material 149 SF $ 9.40 $ 1,400.60 Latex Pavement Markings 69 SF $ 1.96 $ 135.24 Delete Concrete Pavement -17 SY $ 56.80 $ 777965.60 Additional Survey 1 LS $ 783.00 $ 783.00 I otal $ 1,714-44 Concrete Express, Inc., requests 2 working days for the above contract modifications. $ Z, oo/. /6 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) WCD NO: 086 PROJECT: Mason Corridor — MAX BRT OWNER: City of Fort Collins — Engineering Department ENGINEER Michael Baker Inc. PROJECT NO: 7332 The following additions, deletions, or revisions to the Work have been ordered and authorized: of WCD): Drake Median Island This work change directive directs the Contractor to price and, if accepted, install a new island in the guideway north of the Drake Road intersection. This island is to house both north and southbound gates for the BRT guideway access control. 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 contract unit prices through this WCD. Summary of Changes: 1. Add outfall curb and gutter (Type 2, Section IB) 2. Add infall curb and gutter (Type 2, Section IIB) 3. Add median cover material (concrete) 4. Delete concrete pavement This change is being initiated by the City to eliminate a single large gate at this location, optimize Transfort spare parts and simplify gate installation. MIN Sheets 187 (gate locations); median layout and grading sheet 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: September 9, 2013 er Date Recommended By: %�./� September 9, 2013 Construction Milhager Date Copy: Ovmer, Engineer, Field File - SharePokk W CDO86—DRAKE MEDIAN ISLAND_09-09-13—DRAFT FOR PRICING PAGE 1 OF 1 EL: 5026.76 -- PC STA 129+81.2 CONCRETE SIDEW (IIDEPTH)-E1 5Q2 STA 129+74L274t�XT& 08 1397' LT — EL: EXIS IjN ELEV FL PC 26.49 n Radius Point (R=3.5') u STA 129+90.21; RT 5.35' ASPHALT OVERLAY sEE STA 129+90,21; RT 8. ELEV FL PT 26.36 —2sS LINE'(TYP) -�-1 STA .129+74:68,-29:03' RT _ BEGIN CURB iOI GUTTER EL_5026.72 Snuroc91�28Ew6.50'RT & GUTTER MASS 801 li • ' h PRC STA 129i88.11, 27.43"LT l8, EL:5026.66 / / F, Rl�' /-----__�i / ( �F T STA 130+06.63; RT 1.71' ELEV FL PT 26.20 STA 130+06.95; — RT 5.01' .uu t d STA 130+06.67; RT 8.23' ' 1 ELEV FL PC 26.07 STA. 129166 Z8. So.50':2'i —CONC�ET SiDEW SL'n 16" DEPiH) EL: SD26.A�i �0 / STA 129481-41, 45.69' RT EL: 5026.45/ STA.-1 9+8 SIDE `WALK ' RT I(6" DEP'�EL: 5025.99 OTES: . Contractor shall install median island ith catch curb an west face of island and utfall curb on east face of island. . Transition between catch curb and u6all curt, shall occur at the north and wth noses of the median island. . Grades across median island shall be insistent with the guideway grades as slablished In Field Order 05. scale: r=fa September 9, 2013 `c:`i rsT Rc II R ars w ' _dl 1 xq umu • xm I l/ --__ � � I wa6nr N6.06. 33.83' LT z t - T Length: E-25' �! I Y •Lr� - / Diameter: 36' ' n,20,17111_ r «- 4 t. _ a l:5027.67. Match Ex� r - 1 ix vq nimLT roR.p..+::" I rrs—Ns—ns - "LIrs. 'srn x�.azs.aaU a«,f' :TI nH6>=at _ I 'y 11 „'r...rs —tau`. cme am lenao�: is rt I- «T.m r I r ylz m.em I / I f It VA Qs",- vela.«.bSaRr-__ s¢, n I x� CSrR 1IDaa]D. _ i / Oxide Arm Long a - -- s.+zwxv»nr _ _ - uc.<rm3-�! u. •J� « w I m+�ay�R. zr-arri`r, I _✓ %/ii �'o if'%%%� - r.�. --.u'..r Wn. f sT.: ze�«.w. wToi xosrrc--x _ _ _iuiaiw lelo t°osa. I xa �roa: m.rar J/L=+­ '121mrt « 1 FRAAART, sro wIw rozrua '• I. I RL..1 rtxL _,-A. � ORF � > i � II I �i I• � 3 I l � Ili I l,® z EN zs.. w POLE 13: LEGEND: �aa R u oA "o'a.7 '�`y$IONAL.��G� GNAL MastLength: Mast An Arm(s) army •� * Caisson Diameter, 3fi' Diameter, �— sro,. arm NQTFS: - FG ELEV: Match Existing Ro mgn No TO T� n T `oeyloER.+: mwR.e Oe,. srrsr.e form. r I _ M x'�nOyL ._______ Uwo OF m .00R Oie�uµ�Y. AAR RARaE .1 � .11. MOWrOL — — IRTYGRe.. . ARE TO FOR OFAll a m wR:.&iu Rr i II'DEFOR n,« fdTRC rmO®elwrt .W K oamsenwOF nrR rre mTv t I s rIe dQ ra c. T�wo.zr RRRARF AR u`wir cam`+r II I IT 'w¢r""'c a nweo �I . ROORs 2-1 AA RVP TO S CrIW • • m Lf em FOR n TYPICAL R. FOAEF 0W f un ALL ��ORAllrtxlr AO TO THE TRPE � v AO TrzR R¢ TRAF Isamu ro nwm o Tr f0- MASON CORRIDOR BRT 1 Construction Drawings INTERSECTION DETAIL Project No. wG aCd No Rev eons: DPN(E POOD INTERSECTION FL Collns: 709d �lA 4��l.lAW'IS ReveeE 0eeiy ee R E SUmlvs FRIto;m mfxv �RO1-1. mw�r[xoO Daimler RT. N+mbl 'FAR vole: .-.: c....... Rn�w.. o.R.. o.-:.. R�....F ern SMoI Number 187 MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand December 31, 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. 264 DTC paving and railing changes — WCD No. 096 Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 96 to address design changes to the contract for additional concrete fiatwork, pavers, stairs and railings at the DTC station. These changes are being made to address incomplete scope and design for this station location. Attached, please find the proposed Contract Change Request #264 for the work from CEI. In reviewing this request, the overall area of work was measured and calculated to obtain unit quantities, labor and materials were tracked based on as -built conditions. The independent cost estimate is attached. The estimated cost for the DTC station changes is $14,893.82 I find CEI's Contract Change Request #264 in the amount of $15,608.02 to be reasonable for the required increase in scope. As such, I recommend approval of this additional cost to the contract. Keith Meyer, P Construction Project Manager CH2M HILL Team 970-988-8605 keith. mever(a)ditescoservices. com Cc: job file Change Management Checklist Complianceg ' ate Reviewed Reference Initials Reviewed for compliance with Part of the base bid; Environmental Assessment 12/31/13 modifications; included in SCC KM 20.01 Reviewed for construction/safety impacts 12/31/13 Included in traffic control plan for KM work in area. Independent cost estimate prepared 12/31/13 As attached to this memo KM Reviewed for PCGA grant compliance 12/31/13 Part of Build Alternative KM scope is included in SCC 20.01 Reviewed for real estate impacts/needs 12/31/13 Construction inside easements or. KM public right of way for project Reviewed for compliance with design cdteda/ADA Ramp and sidewalk construction http7/AVWW.access-board.gov/ada-aba/ada- 12/31/13 according to ADA standards; KM standards-dot.cfm Chapter 4 Accessible Routes ditesce Independent Cost Estimate Date of Estimate: 31-De l3 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (Y/N): Y Description of Goods (A) or Services (B): A Add paver repair, colored concrete and railings to the DTC station I have obtained the following estimate from; Published Price List / Past Pricing (date) Engineering or Technical Estimate (performed by) Keith Meyer Independent Third Party Estimate (performed by) Other (specify) TBM; Engineers estimate Cost Estimate Debella: (Estimate calculated in US Dollars) Cost of Standard Items Product Cost $/unit Unit [QuantityNotes TOTAL In Piece I luata Source Sand $ 12.00 Ton 3 Engineers estimate $ 39.78 Colored Concrete $ 715.00 Cy 18 Engineer's estimate $ 2.087.04 Handrail -tube steel $ 02.00 LF 62 CEI cost for CSU handrail adjusted $ 5.084.00 Stairs $ 13.18 SF 300 Engineers estimate $ 3,954.00 SubTotal $ 11,784.82 Cost of Services, Repairs, or Non -Standard Items B Item/Task: Materials or Work Description Other Direct Costs Rate $ Hours Labor Class Allocated Overhead SG$A' Profit Notes: Data Source TOTAL Fonnsetter $ 40.00 8 $ 320.00 Foreman $ 46.00 44 $ 2,024.00 Labor $ 40.00 20 $ 800.00 Wheel Loader $ 110.00 3 $ 330.00 Trucking $ 85.00 3 $ 255.00 $ § § SubTotal § 3,729,00 'aeYYV. Ge,xN r,tl /AmNMMAa E�pomer TOTAL $ 14,893.82 Signature of Preparers F /,1 STATION LAYOUT PLAN a �.�d-M FLiri Cetlins NK ReNeims: R"Xed. VNe: KEYNOTES Q Siq LION PLgiGIXiM q Q SLOP PLATFORM A SHELTER TWE 1 Ah SHELTER 'nE 2 A. Q TICKET VENDING MACXINE Q STPTON 10 BEACCN - Q TACT. WOANING EDGE AI O BIKE RACK Al 0 EMERGENCY CALL 80X B.C. - TAT IN PUBLIC PLACE 3- LITTER RECEPTACLE NANDRNL Al O RAMP (1:12 MAX) SLOPED WA.AXY(1:2. MAX) CCTV CAMERA MORE VALIOATOR LOCATION POLE MOUNTED JGNT Al O ABA CURB RAMP (1:12 MAX) RE 0 Q BRT BUS NEW CURB REFS RO Q EXISTNG CURB REFE RD 33 NEW SIDEWALK E"S RD Q MULT-USE TRNL REen `J METPL BARRIER Hof COlO O�9 yLAURENCE Q 301701 STATIONS OOVNTONM TRANSIT CENTER —LAYOUT PLAN Project No. FL Ctllln. 7E73 Aem Number 683 CI-3021F ma t CHANGE ORDER NO. 20 Exhibit A Project: Mason Corridor — MAX BRT Project No. 7332 (CEI project 912-009) Date: January 18, 2014 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. WCD086 includes curb and median island for gates at the Drake intersection; WCDO96 includes pavers, stairs and railing construction at the DTC; WCD097 includes subgrade stabilization at the Laurel northbound station; WCD098 includes custom paint at the Harmony station; WCD099 includes sanitary sewer repair at Chipper's lanes; WCD100 installs flyash subgrade between Pitkin and University station at CSU and WCD101 includes guideway curb repair damaged by ESD (Growling Bear subcontractor). 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 $67,917.53. 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 10.02 WCDO86 Drake Median Island (for gates) $2,001.16 Adds median island north side of Drake intersection for gate installation 20.01 WCD096 Paver and Concrete $15608.02 Adds pavers, stairs, railing and colored Replacement at DTC station , concrete replacement at DTC 20.01 WCD097 Stabilize subgrade - Laurel $1,614.00 Adds subgrade stabilization to northbound northbound station Laurel station 20.01 WCDO98 Harmony Station custom paint $2,513.70 Adds fuax wood paint to Harmony Station siding 40.02 WCD099 Repair sanitary sewer at $g37700 Repairs broken sanitary sewer at storm line Chippers ,. 134-1 10.02 WCD100 Subgrade stabilization STA $35,281.75 Stabilizes subgrade under guideway on CSU 196+00 to 202+00 (flyash) campus *10.02* WCD101 Guideway curb repair $1,521.90 Repairs ESD damaged curb south of Harmony Total Work Change Directives I $67,917.53 * - indicates ineligible expense to the FTA grant Page 1 of 2 oncrete Express Inc. 3bor and Equipment Rate Sheet - August 2012 CAT 938G(06) WL-41 ORTBO2117 $ 110.00 CAT 93BG (06) WL-43 ORTBO2118 $ 110.00 CAT 966H (06) WL-45 OA6DO0167 $ 115.00 CAT 93BG (06) WL-47 ORTBO2718 $ 110.00 F� CAT 938G (07) WL-49 CRD02427 $ 110.00 CAT 938G(07) WL-51 CRD02426 $ 110.00 SCRAPER CAT 627C $ 245.00 BLADE CAT 140G $ 115.00 CAT 130G $ 115.00 WATER TRUCK CAT 613 $ 135.00 4000 GALLON $ 80.00 1600 GALLON $ 70.00 TRUCKING LOWBOY/TRANSPORTATION $ 115.00 END DUMP - ROCK TRAILER $ 85.00 END DUMP - BELLY DUMP $ 85.00 SIDE DUMP $ 85.00 F VAC TRUCK -POTHOLE TRUCK $ 190.00 MANPOWER. SUPERINTENDENT $ 68.00 FOREMAN W/TRUCK $ 55.00 FORMSETTER/ FINISHER $ 46.00 �- LABOR $ 40.00 SERVICE MECHANIC $ 70.00 WELDER $ 70.00 M U FOR DRAINAGE ITYPI I I 11 O----- 4 TOP W GRIPPING HANDRAIL 4 4 mxcxEIE xsurA' e 16LA LALV. STEEL - MIOiN 5 SPECIFIED SLEEVE DR CORE DRILL _ NDN-SNPINX CHERE I-0 DETAIL A 2 HANDRAIL DETAIL 6 SECTION 'A" F . x.T,. IIII NL-I11-"i1 I11- 31IL lhll"II'P;111-�-r uR311L ING SHALL BE STAINLESS STEEL. 1i' Iilj.11� 2. ALL POSTS SHALL BE PLUHB AND PAILS PARALLEL TO THE GABLED.T- I. PIPE MATERIAL SHALL CONFORM TO ASIA A 53. SE C T I DN A —A I GRANUt AN sue BASE A. REIxEDH[Ixc STEEL 6ru a sly LR Go. 4-1•ro" CM COUP I G FILL 5. IF TNT CNCFETE NALA SLOPE IS 5% OR GREATER A GRIPPING HANDRAIL IS PEOVIRED. 5. PIPE DIAMETERS SHOES ARE 'NOWINAL" DIAMETERS AS LIVEN IE A ERICAN INSTITUTE OF STEEL CONSTRUCTION YNNUAL. r evlsl me:sea:: DETAIL B SECTION B-B C DETAIL C 0o CO O LAURENCE O HERMAN 301701 m� SECTION C-C /1HANDRAIC DETAIL 6 SECTION u50, ...,.,. rlrp5 STATIONS HANDRAIL TYPICAL DETAILS 1-1/2" SCHAO STEEL PIPE POST e 5CHA f �3f4Y STEEL BAR LIB E 1-1/2' SCHAO STEEL PIPE POST 11-I/2" SEE NOTE A'i STEEL BAR SCHAD STEEL PIPE POST EEL BAR 1-1/2" SCHAO STEEL PIPE POST GRIPPING HANDRAIL I1-1/2" SSCCHH40 �STEEL PIPE) SEE NOTE L\ SHY STEEL e4, C".ElL ST. ' Project No. Ft. Col l lrv: 7073 Sheet NW):oer 791 C1-302 7*fA/ aoVeo/ 2• /3�3Px ¢ p ar.v ro,ry nr Per.nv Inrw 5A _ / �r 143 c l 'A MIL —1. NnrvWPiL n4e°� 31n rvlr" Mroa . F. A45`n'. 6I G�M{ INC lv-B] G4<•u 944� Q w.II. � I�~ nA.�•.n•oP"IL Q Mfaawv l�'bm aP. e.m[ •a0.uw 1 III >mI ` 9 f1NIL NIM MP"W4i[ ]P.ic(v : A4e r 4 ® JMIa MI["IMM Il. airr cn`l • Q HANDRAIL PL "- D..l ,-H TRANSIT CeNre 5TAIIO1 AltIHITE CT NOTE: ftaIL3 A2']p AR]I- A4B aA4A� AAY? • pQ91'A^+S Balvc Ac.vuOm�TrJL NeR Flunc nPPwn+.1L •rn4P An.Lv HnvB OESN Racn SCb /rcC cu.I Cr4vcTly N� V ut v n �GPe. r N"a.11 R 0 A Contractor to ensure railing fabrication meets current building codes. I Oala: /w, lqm '1�.T/R/a.Iy �• P.w FR / r F V to 13 /td G7rCCi�M�+rG CEI 11/1/13 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: 264 WCD 96 12-009 7332 Mason Corridor BRT DESCRIPTION OF CCR: Pricing is for equipment, labor and material costs associated with work outlined at DTC per WCD #096. LOCATION: MEMO NO.: MEMO DATE: COST CODE: DTC N/A N/A 700-10031 DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL Reset Pavers ' Foreman 40 HR $ 46.00 $ 1,840.00 Laborer 20 HR $ 40.00 $ 800.00 Wheel Loader 4 HR $ 110.00 $ 440.00 Trucking - Sand 3 HR $ 85.00 $ 255.00 Colored Concrete Colored Concrete 13,18 CY $ 112.70 $ 1,485.39 Foreman 4 HR $ 46.00 $ 184.00 Formsetter 8 HR I $ 40.00 1 1 $ 320.00 Construct Stairs Both Sides of C/ocktower 64- J,i f Decorative Handrail 76 1 LF 1 $ 130.09 1 $ 9,886.84 Stairs Labor/Materials 1 I LS 1 $ 1,740.50 1 1 $ 1.740.50 CEI m/u $ Total $ Concrete Express, Inc., requests 0 working days for the above contract modifications. K 6065, S-B ✓ 56P,61 X-.n14Z-W 09 ik-1 17y420:34 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, V� Ryan icki son Proje t M ager �Ir ao, 47 MEMO z 36514 JOB NAME: - A&VI, 7?a j— JOB#: 12- d`V91 COSTCODE: �pf_poo/B DATE: CONCRETE EXPRESS, INC. 2027 WEST COLFAX AVE DENVER, CO 80204 PHONE:303-562-2000 FAX:303-893-1949 DESCRIPTION OF WORK PERFORMED: S-2_:7- iB- c./� �i.; �r=r..-�.� e..../ ✓QO�f�ys�l2}y v�LC• SPECIFIC LOCATION OF WORK: uo BREAK DOWN OF HOURS � M � CONCRETE EXPRESS, INC. ACCEPTED: NAME: KJn�' NAME: TITLE: ��Q„7a,N TITLE: DATE: v f - 03 / 7 DATE: mac WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 096 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): DTC Station Site Changes This work change directive directs the Contractor to price and if accepted, add site changes to the DTC station according to the attached drawing. 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 grade problems with the plans connecting to existing grades at the south side of the new platform, Attachments (List Supporting Documents): Sheet A47. 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 i.CUjY� September 10, 2013 Owner Dale Recommended By: 44A-'- September 10, 2013 Construction Mi fiager Date Copy: Owner, Engineer, Field File - SharePoint WCD096_DTC STATION SITE CHANGES_9-10-13_DRAFT FOR PRICING PAGE 1 OF 1 KEYNOTES �5 1 C w 0 su 1 •. �i [ xxcwx[ a MUK IFTr - L t ' WLL6K'•,[IX mm�CDYmm wµwnvlr:so .vl `_I '� — � ♦c [ w,o QD _ _ Q vol uWta[wrcn _—E ` _ — Q aG un lr.rt u..l _ Q W [rrrvv [IXLw rORx nM�Bnx'x a H61 R ® r[ DTC raAnp \ QQ [xe ralMp $ Rammhuq arse m . tip.. Gae O rt _ blMude start 1 O � bN MesN grcAaower <RY v .xrtx 0.9, W w 1 - OF Colo ..eb and pawn ____ -asdire -_ _ _ _ _- _- . 5 _ ._. P y g uunenee o MERMAN { AA r 301701 t y nSTATDN 'T m5-w, Rd°A°�"' I MASON CORRgIDORsBR�T For!CAtins 7-•_ 1 mmlm s`TAnaNs rowLan'la>xv. c[uA[x-L. rcu: :.. rart75arxo. wu�u+. xi.O ww:� ... ra;, s �c� CI-1021FC MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand December 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. 225 Soil Stabilization at Laurel NB Station — WCD 097 Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 97 to stabilize the sub -grade at the northbound Laurel Station. The work included over -excavation of unsuitable material and placement of new class 6 road base material. Please find the attached proposed Contract Change Request #225 from CEI. In preparation of this Independent Cost Analysis (ICE), a quantity take off and time & material (T&M) tracking of the work was completed. The quantity estimated is consistent with the quantity listed in the CCR. The rate, hours and material cost listed were verified, and are in accordance with the quantity listed in the CCR and T&M tracking sheets. Therefore, the value of the independent cost estimate is $1,718.00. Considering the information presented, I find the CCR presented by CEI to be reasonable considering the presented change in scope. I would recommend an increase to the contract in the amount of $1,614.00. i Keith Meyer, E Construction Project Manager CH2M HILL Team 970-988-8605 keith. mever(d)ditescoservices.com Cc: job file Change Management Checklist CategoryCompliance Date Reviewed Reference initials Reviewed for compliance with Part of the Build Altemative; Environmental Assessment 12/11/13 included in SCC 20.01; inside EA KM area of influence Reviewed for construction/safety impacts 12/11/13 Included in traffic control plan for KM work in area Independent cost estimate prepared 12/11/13 As attached to this memo KM Reviewed for PCGA grant compliance 12/11/13 Part of Build Alternative KM scope is included in SCC 20.01 Construction inside City Reviewed for real estate impacts/needs 12/11/13 permanent easements and rights KM of way Reviewed for compliance with design criteria/ADA htto:/A✓ .access-board.gov/ada-aba/ada- 12/11/13 n/a KM standards-dot.cfn ditesco Date of Estimate: 8-Dec-I3 Contract Type: Mason Corridor - Hard Bid Existing Contract or PO (Y/N): Y Independent Cost Estimate Description of Goods (A) or Services (B): Add stablization at north bound Laurel Station. Over -excavation of soft and wet soil for FRP curb and bus pad area. I have obtained the following estimate from; Published Price List / Past Pricing (date) CEI contract unit prices and time&maledal rates; 2012 CDOT Cost Manual Engineering or Technical Estimate (performed by) George Latour Independent Third Party Estimate (performed by) Other (specify) Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Cost of Services, Repairs, or Nonstandard Items Itemrrask: Materials or Work Description Other Direct Costs Rates Labor Hours Allocated Overhead SGBA' Profit TOTAL Foreman $55.00 2 $110.00 Laborer $40.00 4 $160.00 CAT 246B - UL-61 $65.00 2 $130.00 CAT 93BG - WL-39 $110.00 2 $220.00 Side Dump $85.00 2 $170.00 Class 6 Roadbase $29.00 32 $928.00 Sub -Total I I i $1 718,00 Total Signature of Preparer: $1,718.00 Change in Contract Time: The Owner recognizes that CEI has claimed an additional 10 calendar days associated with this change order. Eight working days associated with the Harmony station paint change are not approved. The 2 remaining days 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: (Mason Grade Separation CO#5) March 31, 2014 Unchanged from CO #15 Revised Substantial Completion Date February 11, 2014 Unchanged (BRT Project through CO #12): Revised Final Acceptance Date (BRT Project through CO #12): March 13, 2014 Unchanged Page 2 of 2 In I REFURBISH EMUST L AREA AS REDESSAR EMISTT 'E AREA'A5 'j '10OPLS SIDEWALK OF 3 I TORT OF SIDEWALK AND T BE L£LEL M1N { Y, MU YEl 'M1H L AND RCP Cf OP OF PLATFORM PLATFORM A136 ( ( fi L. ,.. i 60 -0. ..._ Fff17iHf¢ L_— I ir1111E1 ��� .A.G- / M.-Or I I.< sa mBWND PLATFORM t 1 3 ..a _ SOUTH MASON ST. IS Ip Is .._. -..__. . _.. .. _. ._ . C]J DECORATIVE CROSSWALKS REZ i0 DAL DRAWINGS ^ ICAO 0-3 mP (F vpEwALK .0 TOP C£ PUTFaNM EXTEND ROOF GRAIN 5 M 35 BELOW $BT I OUTLET TO CUCURB - 15 6B J' z MAJ: 'i B.W'S BOOKSTORE AFRO 5(8Q'IRBQ ^STOP LAYOUT PUN SOUTH MASON ST. BETURS1A $MOLE S M1NSTOP AREA 9AOSEwNECESSARY. ALKOL AM. TOM ROCf DRAIN PTA RB. 4r -� _iCURB 0 CURB _1• of CONi...- ._.. . Wet HoMizlmB I MASON CORRIDOR BRT cGRBnBDum LMI<: I 7.mn15 oa Fort Cottins R.mmz �� M�fiR�' Rmisetl. O Void KEYNOTES STA11DN PLATFORM A STOP PLATFORM A SHELTER TYPE I A: SHELTER TYPE 3 AI TICKET VENDING MACHINE STATION IB BEACON TACTILE WARNING EBGE AT BIKE RACK AT EMERGENCY CALL BOX BENCH - ART w weuO UTTER RECEPTACLE - ..M.L AT RAMP (113 MAX) ' SLOPED WALKWAY(I:zO MAX) ' CCTV CAMERA FUTURE VALIOATOR LOCATION POLE MOUNTED UGNL AT ADA CURB RAMP (1:13 MAX) WE RD BRi BUS NEW OURS R RD EASTNO CURB ER RD NEW SIDEWALK CFE RD MULTI -USE MAIL RO RESERVED METAL BARRIER 1 �L� Z w v.ou" STATIONS PraJect No. LAUREL STOP-SB k NS STOP LAYOUT PLANS R.Cdllc IDR} gnec PZ SWcW SB NmR6x5 ai Sul.. STATONS SS.I 9mAz Ad2 0l AisS SI.0 N—bR 1668. C 1-302it Concrete Express Inc. Labor and Equipment Rate Sheet - August 2012 Time and Material EQUIPMENT TYPE UNIT NO. SERIAL NUMBER PRICE/NR DOZERITRACTOR CAT CH75E CHALLENGER (98) CH-5 6HS00365 $ 175.00 TATU DISC (98) DISC-5 182/450 $ 175.00 CAT D5C DOZER DZ-3 07PS00792 $ 125.00 W/6 WAY BLADE & SLOPEBOARD CONVEYOR FELCO CONVEYOR COMPACTION WHEEL EXTENSION CRANE' GROVE CRANE (95) TEREX CRANE (99) LIEBHERR TOWER CRANE TEREX TOWER CRANE `COMPAC7`!ON WHEELS NEC FOUR WHEEL SHEERS FOOT NEC FIVE WHEEL SHEEPS FOOT FOUR WHEEL SHEEPS FOOT ACTION FIVE WHEEL SHEEPS FOOT THREE WHEEL SHEEPS FOOT REX SHEEOSFOOT - NO VIRATION IXEAVATOR. KOMATSU PC40OLC-6 (98) KOMATSU PC200LC-6 (99) CAT 3458L (02) CAT 345BL (02) JOHN DEERE 450C (05) JOHN DEERE 160C (06) CAT 321CLCR (05) MOTOR GRADER 140H MOTOR GRADER (01) MINI -MIGHT BLADE ATTACHMENT JOHN DEERE 770D MOTOR GRADER (07) JOHN DEERE 772D MOTOR GRADER (06) CON-5 STD-20-146 $ 40.00 $ 10.00 CRA 82720 $ 135.00 CR-3 58186 $ 135.00 CR-7 1129 $ 200.00 CR-19 415209 $ 200.00 CW-1 4224 $ 50.00 CW-3 A71003 $ 60.00 CW-7 A041003 $ 50.00 CW-9 A050119 $ 60.60 CW-11 $ 85.06 SWR-5 $ 85.00 EX-11 A80104 $ 165.00 EX-13 104044 $ 125.00 EX-21 AGS01263 $ 185.00 EX-23 AGS01419 $ 185.00 EX-29 FF450CX091703 $ 205.00 EX-31 FF160CX045435 $ 130.00 EX-33 MFC00728 $ 165.00 MG-17 CAT0140HJ2ZK07191 $ 120.00 MG-19 0064-050605 $ 50.00 MG-21 X612047 $ 120.00 MG-23 X604407 $ 130.00 .;oncrete txpress Inc. _abor and Equipment Rate Sheet - August 2012 PAVER• POWER CURBER 5700B (96) PV-5 57210784 $ 200.00 ALLEN PAVER(00) PV-9 030100-1436SFP $ 350.00 BIDWELL DECK FINISHER PV-11 BR 87635-2 $ 250.00 ' POWER CURBER 5700E (99) PV-13 57B7991060 $ 200.00 GOMACO TINING MACHINE PV-15 45525244 $ 60.00 POWER CURBER 8700 PV-17 870290041 $ 250.00 BACKHOE 420D CAT BACKHOE (03 4WD) RB-21 CFDP13360 $ 80.00 420D CAT BACKHOE (04 4WD) RB-23 JFDP19156 $ 80.00 420D CAT BACKHOE (03 4WD) RB-25 AFDP12809 $ 80.00 420D CAT BACKHOE (03 4WD) RB-27 HFDP15146 $ 80.00 420D CAT BACKHOE (04 4WD) RB-29 OFDP21372 $ 80.00 UNILOADER CAT 246A (04) UL-57 05SZ07367 $ 65.00 CAT 246E (06) UL-59 PAT03227 $ 65.Oo ,CAT 246B (06) UL-61 PAT03231 $ 65.00 CAT 246B (66) UL-63 PAT63239 $ 65.00 CAT 246B (05) UL-65 PAT03107 $ 65.00 FALCO TRACK UL UL-?? $ 115:00 CASE 1845 UL W/BREAKER $ 80.00 CASE 1845 UL W/OUT BREAKER. $ 60.00 .0 ROLLER$lCOMPACTOR8l REX COMPACTOR (98) SWR-5 HE1475 $ 100.00 CAT C3433B ROLLER (94) VR-3 4FK00198 $ 80.00 CAT CP433C COMPACTOR (99) VR-5 2JM00821 $ 80.00 CAT CP323C COMPACTOR (97) VR-9 6DMOO149 $ 75.00 CAT CS323C COMPACTOR (99) VR-11 1 EN00232 $ 75.00 CAT CS323C COMPACTOR (00) VR-13 6DM00371 $ 75.00 CAT CS-563E COMPACTOR (06) VR-17 CNG01163 $ 100.00 CAT 815-F COMPACTOR (04) VR-19 BKLOO512 $ 120.00 CAT CP-563E Compactor VR-23 CNG02131 $ 100.00 WHEEL LOADER CAT 938G (03) WL-33 CRD00619 $ 110.00 CAT 938G (04) WL-35 RTB00658 $ 110.00 CAT 93BG (06) WL-37 ORTBO1419 $ 110.00 CAT 93BG (06) WL-39 ORTBO2109 $ 110.00 ..untaete C:xNtebs uic. _abor and Equipment Rate Sheet - August 2012 CAT 938G (06) WL-41 ORTBO2117 $ 110.00 CAT 93BG (06) WL-43 ORTBO2118 $ 110.00 CAT 966H (06) WL-45 OA6D00167 $ 115.00 CAT 938G (06) WL-47 ORTBO2718 $ 110.00 CAT 93BG (07) WL-49 CRD02427 $ 110.00 CAT 938G (07) WL-51 CRD02426 $ 110.00 SCRAPER CAT 627C $ 245.00 BODE CAT 140G $ 115.00 CAT 130G $ 115.00 WATER`TRUCKs, CAT 613 $ 135.00 4000 GALLON $ 80.00 1600 GALLON $ 70.00 TRUCKING,: LOWBOY/TRANSPORTATION $ 115.00 END DUMP - ROCK TRAILER $ 85.00 END DUMP - BELLY DUMP $ 85.00 SIDE DUMP i $ 85.00 i VAC TRUCK - POTHOLE TRUCK $ 190.00 MANPOWER`; SUPERINTENDENT $ 68.00 "FOREMAN W/TRUCK) $. 55.00 FORMSETTER/ FINISHER $ 46.00 LABOR_ % �$ '40.06 SERVICE MECHANIC $ 70.00 WELDER $ 70.00 _______________________ ITEM UNIT COSTS BY PROJECTS -- 2U12 COST DATA ITEM NUMBER/ ________________________________ ITEM DESCRIPTION/ _________ -________________-_ UNIT/ _______________- PROJECT NUMBER ____________________________________________________________________________________________________________________________________ PROJECT LOCATION DATE LET QUANTITY ENGR. EST. AVERAGE BID AWARDED BID 304-06007 ABC (CL 6) Cubic Yard =_____-------- --------------= PEA 0831-112 SH83/LEETSDALE DRIVE @ MONACO 01/12/12 392.00 110.00 49.60 34.00 STA3501-011 SH 350, M.P. 63.7 TO M.P. 72. 01/26/12 1,391.00 20.00 33.24 36.00 FSA0341-075 US 34 INTERSECTION WITH MALL 02/02/12 594.00 45.00 52.76 30.00 STA095A-012 SH 95 (SHERIDAN): 68TH AVE TO 02/09/12 354.00 45.00 32.69 19.00 FBR095A-011 SH95(SHERIDAN) BRIDGE OVER RR 03/01/12 2,838.00 26.00 29.93 24.50 FBR062A-015 SH 62 IN RIDGWAY 03/01/12 461.00 45.00 48.34 62.59 �NH0502-065, SUS 50 MONTROSE COUNTY MM 103. 03/15/12� �759.00; f40.001 �38.38; �29.00, FBR145A-049 STATE HIGHWAY 145 NORTH OP PL 03/22/12 5,974.00 35.00 40.25 37.09 WEIGHTED AVERAGE FOR THE FIRST QUARTER 12,763.00 35.07 37.00 33.93 NH 1602-105 FBR0253-218 SHE0853-083 STA 0853-078 ST00062-027 NH0505-046 NH0342-054 HPP0241-058 STE0702-322 NH 16OA-019 STA R600-401 NHO853-086 IM0701-211 ST00062-027 US 160 BETWEEN MONTE VISTA & 04/12/12 I-25 FRONTAGE ROAD BR MP 249. 04/26/12 US 85 FROM FT LUPTON NORTH TO 04/26/12 US 85 RESURFACING IN GREELEY 05/03/12 US6 (VASQUEZ) FROM I70 TO 60T 05/10/12 US 50 HASTY AND MCCLAVE 05/17/12 US 34-EAST OF GREELEY 05/24/12 SH 24 MM 168-172 06/14/12 VAIL PASS RECREATION PATH ADJ 06/28/12 IN PAGOSA SPRINGS, COLORADO A 06/28/12 WEIGHTED AVERAGE FOR THE SECOND QUARTER WEIGHTED AVERAGE FOR THE YEAR 304-06008 ABC (CL 6) (Spec) 17,652.00 21.00 26.59 21.76 875.00 30.00 33.36 28.50 3,516.00 30.00 32.60 28.20 24,076.00 23.00 21.30 23.10 121.00 35.00 47.94 56.00 38,590.00 20.00 23.47 22.00 80.00 20.00 29.80 41.40 261.00 35.00 60.59 40.00 6.00 50.00 273.74 126.00 31.10 ______________ _______________ 40.00 112.00 115.00 85,208.10 _______________ 21.65 _______________ 24.13 23.80 97,971.10 23.40 26.27 25.07 Cubic Yard===-m=_________________________---------- ____ US 36 OVERLAY 01/26/12 100.00 35.00 US 85 BRIGHTON TO FORT LUPTON 03/29/12 3,030.00 32.00 WEIGHTED AVERAGE FOR THE FIRST QUARTER I-70 MP 11-16.5 MESA I-70 EAS 05/10/12 US6 (VASQUEZ) FROM I70 TO 60T 05/10/12 WEIGHTED AVERAGE FOR THE SECOND QUARTER WEIGHTED AVERAGE FOR THE YEAR 3,130.00 32.10 308.00 34.00 60.00 40.00 368.00 34.98 3,498.00-----=----32.40 44.23 18.16 28.58 27.45 _____ _______________ 29.08 27.15 13.99 9.28 45.14 41.00 --------------- 19.07 14.45 28.02-____=----25 82 CEl 8/2113 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: 225 12.009 7332 Mason Corridor BRT Over -ex at Laurel NB to remove soft and wet soil below subgrade for special curb. NE corner of Mason and Laurel at Laurel NB Station 36,412 6/3/2013 700-60100 DESCRIPTION QTY UNIT UNIT PRICE OT TOTAL Foreman 2 HR $ 55.00 $ 110.00 Labor 4 HR $ 40.00 - $- 160.00 CAT 246B 06): UL-61 2 HR $ 65.00 $ 130.00 CAT 938G 06 : WL-39 2 HR $ 110.00 $ 220.00 Side Dump 2 1-HR $ 85.00 $ 170.00 Class 6 Roadbase 32 Ton $ . 25. 55 $ 824.00 TOTAL 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, Ryan ckinso Project ana er 1,614.00 w MEMO a JOB NAME: JOB#: 162. 002 COST CODE: '10� DATE: L9T7 SPECIFIC LOCATION OF WORK• QTh R.-T` r,ap ' OE MACni r n r 0 LAt)jJr-L /aT /Ai et2 rRa !% s oar. BREAK DOWN OF HOURS QTY s LABOR GA3d2E� EQUIPMENT MATERIALS HOURS EACH 3% TOTAL HOURS TOTAL O.T. �' w4�-39 3y2 ° 31 Loapg i CONCRETE EXPRESS, INC. NAME: TITLE: DATE: ACCEPTED: NAME: TITLE: DATE: a)c WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 097 PROJECT: Mason Corridor — MAXBRT 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: rr (Title of WCD): Laurel Northbound Subgrade Stabilization This work change directive directs the Contractor to stabilize subgrade at the northbound Laurel station. This work shall be tracked time and material and paid for through this WCD. 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 change is being initiated by the City to correct unstable subgrade at the bus pad and platform curb. Attachments (List Supporting Documents): It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the parties expect a Change Order request for approval to subsequently follow this Work Change Directive. Ordered By: L� k August 2, 2013 Date Recommended By: /a Ac�' August 2, 2013 Construction MAhager Date Copy: Owner, Engineer; Field File - SharePoint WCD097—SUBGRADE STABILIZATION -LAUREL NB-08-02-13—DRAFT FOR PRICING PAGE 1 OF 1 low August 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. 227 Harmony Station Stain — WCD 098 MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconsthuction Delivery by hand Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 98 to add stain to the Harmony Station siding to mimic aged wood. Please find the attached proposed Contract Change Request #227 from CEI. In preparation of this Independent Cost Analysis (ICE), a quantity take off was completed. The lump sum cost provided in the CCR was verified through the independent quantity and cost estimate. Therefore, the value of the independent cost estimate is $2,608.20. Considering the information presented, I find the CCR presented by CEI to be reasonable for the presented change in scope. I would recommend an increase to the contract in the amount of $2,513.70. Keith Meyer, Construction Project Manager CH2M HILL Team 970-988-8605 keith.mever(cDditescoservices com Cc: job file Change Management Checklist Compliance Category Date Reviewed Reference Initials Reviewed for compliance with Part of the Build Alternative; Environmental Assessment 8/25/13 included in SCC 20.01; inside EA KM area of influence Reviewed for construction/safety impacts 8/25113 Included in traffic control plan for KM work in area Independent cost estimate prepared 8/25/13 As attached to this memo KM Reviewed for PCGA grant compliance 8/25/13 Part of Build Alternative KM scope is included in SCC 20.01 Construction inside City Reviewed for real estate impacts/needs 8/25/13 permanent easements and rights KM of way Reviewed for compliance with design criteria/ADA httD://www.acros -board.gov/ada-aba/ada- 8/25/13 n/a KM standardsdot.cfrn Pending Issues Log ma No. Date: 01/13114 Ref. No. CON SCC Spec Section item Deecdoton Requested Date Amount Status WCD001 1 40.02 60d Change from 8-ft do to 6-ft do MH 6.1 Mi R012 $883.00 recuestea by CEl: credit to contract WCDO02 1 10.02 403 Aldespha4 mchl depth -Laurel to Maple 6-to 10' R312012 $132,163,03 char,efrom 6' depth to 10'depth; al SG versus S In hid WCDW3 1 40.08 (In Temporary fend -BNSF wadi 71182012 $16,401M ordered for duration 0 BNSF closure: duration nor s ufiw defined in proposal from sub WCD004 1 40.08 No Inswancea' 0nen1 $21,V$Wto S5M1510M 7/122012 $3,99.00 BNSF protective lenity insurance for CEl cwutratt $14M In ROW WCM05 1 40.08 630 Time and Material traffic comad for BNSF work downtown 7/122012 $147.562.98 traffic control for cowrtp BNSF rail replacement wok WOD006 1 10.02 403 Add temp crosslns at Oak, Mountain and Lapone 822012 $885.00 RAP MOak; HMA at Mountain and Laporte; partial aid at unit arced W CM0) 1 40.06 412 Enhanced Cfosswak cM1 es Laurel North) 822012 $0.00 narge to all dial Colmed drosswaks not of Laurel; no cost change WCD008 2 40.06 412; W3 Cha es to Maple Intersection 9111PO12 $71.910.39 to tip Pedestrian «ossi ; infers on «osswake; aW t0 base Nd WCDW9 1 40.08 00 Saacity alfins-BNSF unsure 711WO12 $9.0ful sidecialty signs for BNSF closure WCDO10 1 40.08 208 EroclonLogs 8996E 8113QO12 $24,826.20 40,08; 20M0005; missed In final old lab WCDO11 Na 10.02 403 HMA Patchi -2)3 SV &132012 E0.00 10.02; 40100)21; atldetl punt after plc openn,; quarnty pan of asionaft patching downtown WCDO12 1 40.02 W3 Storm tram lne J charges W02012 $OLM Grade and nmmt cha es for stwmine J:Mason- OM Mainto Lewd: ust WCw WCW13 3 400 608; 609 Site Wanted at lnaddrial Sciences 8202012 $31225.68 Chan,as to sidewek. paving at Industrial Suedes WCM14 6 1003 Na BNSF Railroad behest grociN 8222012 $45,80175 TBM work to qraW RR calash; curb supew options WCD015 3 40,02 603 Storm dam line Bl -1 charges 9I42012 $19.81200 Design cha es to stand line Bl-1; FCLW D unity con0« W00016 2001 608 Ohve Show Site Chanties 9111RO12 $0.00 Add stairs:retaini .1 Oadfi CM to issue WCD WCM17 20.01 608 Toe wet chantio at Trouman Station 101S2012 $0.00 Add toe oral to TrwNvn wok; CM to issue WCO WCDO18 1 40.02 604 Storm lne Cl-2 des'ncha es 10/122012 $000 des ncn e ; emit for at contract unit drided, W CDO19 13 40.02 604 Storm fine B3-t deaflin changes 10272012 $63.560.54 arch Pipe doeted: replaced W0 HERCP: grace and manhole changes WCDC20 11 20.01 Div26 Electrical site pan changes - M Pole Concurs 12/112012 $25,57005 onoNtle conWltfor s aker Wre at each station WC0021 6 20.01 Oiv3 Light PolefoundaboncM1 a 10262012f$4.611,1)0 chauSes depth of IIIptee foundations - «edit WCM22 6 40.01 202 PSCO DecaStrudbon scope of vrork change to282012 $17,592.00 cha es ovwal scope of deconstruction - welt WCDO23 9 40.02 619 Storm Line Fl-1; F14 and tood, specification chad,es 12242012 Wlr)?50.35 complde rewnte of jacked bores cifications: F14 profile WCD024 Na 40.02 603 Storm Line B14 manhole addition IM02012 $0.00 pendIci ;unit price MH WC0025 13 40.01 We Sal Stabloation- Station 63�00 11WO12 $11.525.00 repair of unsWWe subgrace WCDO26 9 40.02 603 B4.1 realignevent all site gradn, 11272012 $842)).50 site granin,, cha es. reurning wok railM. guardirral and'pe WCD027 We 40.02 603 B2-3 design chaa 12/102012 $000 al ran mcha erto facillate Pipe installation near BNSF tracks WCD028 13 20.01 Div) Mulderry Staten panel an 11PIR012 $21,803.04 atldtion of panal art at Mutherr, stators not included in Nd eon WCD029 No 1001 412 Guitleway gradngand Wdh cha eto STC 1213QO12 $0.00 quidlaway alignment change to allow Nl ay traffic at STC; paid for mrou,,hunt prices WCDO30 8 40.05 of CSU Field House Return, wA 1/52013 $23,352.00 addition of retaining oral at Field House to replace wal not slated for removal WCD031 14 40.08 626 Pubic lMonmation Officer Scope Claicavon 1152013 $0.00 dances and fuller defines PIO scope of work for MA% BRT pontios of work WCD032 8 40,06 514 CSU Reiff House Hand Rail and Stairs 1152013 $1,875.00 adds installation of hand rail and stairs at CSU Field! House WMN lot WCD033 8 10.02 203 Segment 1 - Soil Ssplliaation 121102013 $16,854.32 sailstablilloadon for areas from STA 9+10 to 12+00 WCDO3d 10 20.01 D,v 32 Pavers at Station%adorns 29PO13 $55287.42 dates paver and truncated dome lmtalaton at dorms; curb het M WCD035 10.08 601 Change from eGoatee Iserforin, bar Credit for own coated retor In Wal 3. Latimer N2 box culvert, ate. WCD036 13 4005 6W Reset fence in Se,,nemt1 12/4aOl2 $6226.63 Cost for fence postsea l during remove WCD037 13 400) 3U4 GradNandralingsincialationatTroutman 11/52012 $940.63 Tandowar, retallatorr of ruings for Troutman cul-de-savMrsiness access WC0038 13 2001 IDN27 Rac Boreat DTCfapmer 1/112013 $8,23935 Rovide pcover to DTC station WCM39 50.05 Div27 Repair of BRT conduit at DTC station soWl side 2MR013 Repair of BRT conduit damaged curIN south calsson installation for demo WCDO40 9 4008 00 Traffic control devices and labor for Rocpe tckttwe 2/112013 $114.13015 Traffic camd for Prospett closure Connell and CEl wak WCD041 ) 10.02 630 Cost to accelerate Rospect Closure work 1WO13 $16,MHAO OveNTe toss associated Won Fordepect closure WCD042 6 10.08 206 Shormt, for BNSFembankmenta[ Wa13 21122013 $23Q929.18 Sharing to accommodate BNSF protected criteria along wal 3; wdl 3 construction WCD043 7 40.02 604 Rasped Inlet Connections 3/42013 $21,462,80 Connections from eastinlets to storm line F1-1 Fortrlins Date of Estimate: 8-Dec-13 Contract Type: Mason Corridor - Hard Bid Existing Contract or PO (YIN): Y Description of Goods (A) or Services (B): Independent Cost Estimate I have obtained the following estimate from; Published Pnce List/ Past Pricing (date) RS Means and HomeWyse Cost Calculator Engineering or Technical Estimate (performed by) George Latour Independent Third Party Estimate (performed by) Other (specify) Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product Unit Price Quantity Unit Contract Item Total Apply Stain - 3 coats at 600 sf/coat $1.38 1800 sf $2,484.00 5%Mark u $124.20 $124.20 Sub -Total 1 $2,608.20 Cost of Services, Repairs, or Non -Standard Items Iternfrask: Total Signature of Preparer. $2,608.20 Cost to Paint House Exterior - 2013 Cost Calculator (ZipCode based) Page 1 of 2 1 V MGWyse sman bona dedsiam WB Ae'S&a8es9BiFtGWt:alc&NeA, House Exterior 4 Cost to Paint a House Exterior I_I Twee` 1 Like E Products ®Services 32 Updated: January 2013 Siding Cost to Paint a House Exterior zip code g80l square feet 1800 :update. Installation Info Item Quantity Low High www.homeadvisor.co... Home Exterior Labor 40.9 hours $1,291.02 $2,666.66 Find Local Home Direct labor expenses to paint house exterior. Siding Pros. Enter Your Home Exterior Job Materials and Supplies 1800 square feet $477.72 $517.32 Zip Code & Get 4 Bids! Cost of supplies that may be required to paint house exterior Including: masking tape and paper, surface repair material, solvents and cleanup supplies. Totals - Cost to Paint House Exterior 1800 square feet $1,768.74 $3,183.98 ----'---'---- Find Local Average cost ($098 $1.77 - Painters per square foot Cost to Paint a House Exterior - 2013 Cost Calculator ` J Handyman ,79 per ig The cost to Paint a House Exterior averageJunit Connection@ What Does A square foot in 2013, This House Exterior P estimate is calculated from average materilaborPainter Cost? producitivity rates and national average hoges. Granite To refne the estimate for your House Exte localpainterquotes.com - Countertops project, 1) Search Your Zip Code 2) Enter 1. Set Project Location Enter the location is where labor i Project Details 3) Get Free Bids. hired and materials purchased. Construction Forms 2. Specify Project Size Enter the number of "square feet" required for the project. 3. Re -calculate Click the "Update" button. G House Exterior Painting - Average Cost Per Square Foot `}�^ Expect to pay In the high end of the $1,00 - $1.79 per square foot range for a licensed, bonded and insured contractor and for complex or rush projects. Hire carefully, only after verifying prior work quality. For the best value on House Exterior Painting: combine related projects; get bids from several pros; and be Flexible about project scheduling. Cost to Paint a House Exterior - Notes and General Information The cost estimate includes: Costs for local material / equipment delivery to and service provider transportation to and from the job site. Costs to prepare the worksfe for House Exterior Painting, including costs to protect existing structure(s), finishes materials and components. Costs for Job cleanup and debris removal at project completion. Labor setup time, mobilization time and minimum hourly charges that are commonly included for small House Exterior Painting jobs. http://www.homewyse.com/services/cost to paint house exterior.html 12/11/2013 Cost to Paint House Exterior - 2013 Cost Calculator (ZipCode based) Page 2 of 2 The cost estimate does not include: General contractor fees for organizing and supervising the House Exterior Painting. Add 12.1% to 19.3% to the total cost above if a general contractor will supervise this project. Sales tax on materials and supplies. Permit or Inspection fees (or portlon theroq required by your local building department for your overall project. Cost to Paint a House Exterior - References The HUD PATH Rehab Guide Volume 2: Exterior Walls U.S. Department of Housing and Urban Development Office of Policy Development and Research, Mar 2011, Editorial Staff Building Materials Data and Reports the National Association of Home Builders, Jul 2012, Now to Estimate the Cost of Optional Exterior Wall/Structural Assemblies American Society of Professional Estimators, Jun 2010, Brad Aiken, CPE Carpentry d Building construction, Student Text Glencoe/McGraw-Hill; 6 edition, tan 2003, Mark Feiner, John Felrer, ISBN 007822702X Interior Paint Calculator remodelrepairreplace.com/Painting Calculate Interior Painting Prices Enter Zip To Get Bids & Learn More! Log Home Maintenance - Local Paint Contractors Blog Reference Suemap About Privacy Terms 1.05 _t 2006 - 2013 homewyse http://www.homewyse.com/services/cost to paint house exterior.html 12/11/2013 CEI 8113113 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: 227 12-009 7332 Mason Corridor BRT wr'Po` s Pricing per ECI's change request No. 16 regarding additional labor/material to provide requested paint/stain finish at Harmony and Horsetooth stations. Harmony and Horsetooth stations NA NA DESCRIPTION CITY UNIT UNIT PRICE OT , TOTAL Harmony Additional Work Labor 1 LS $ 2,280.00 $ 2,280.00 ECI Mark -Up m"; Percent $ 2,280.00 $ 114.00 SUB -TOTAL $ 2,394.00 CEI Mark -Up $ 119.70 TOTAL $ 2,513.70 Concrete Express, Inc., reque�tss 8 working days for the above contract modifications. These are all of the visible effects-oof 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, rr L Ryan ick' son Projec M nager ECI Site Construction Management CHANGE ORDER No. 00016 PO Box 2135 Phone: 970.669.6291 Loveland, CO 80539 Fax: 970.669.6411 TITLE: Harmony Siding Paint DATE: 8/7/2013 PROJECT: 12-04 Mason Corridor Bus Rapid Tra JOB: 12-04 TO: Attn: Ryan Dickinson CONTRACT NO:12-009-06S Concrete Express Inc. 2027 West Colfax Avenue Denver, CO 80204 Phone:3035622000 Fax:3038931949 RE: To: From: Number: DESCRIPTION____ OF:CIIAN_ GE_ 4 Addditional Work at Harmony Station Item De"sciphon SStoe k# r °Qoaiihty • LJiiits , • . •Umt Prtce Tax Rate •Taz'Amounf Net Amount 00001 Harmony Station - Additional 1.000 $2,280.00 0.00% $0.00 $2,280.00 Work/Paint 00002 ECI 5%Sub Markup 2280.000 % $0.05 0.00% $0.00 $114.00 Unit Cost: Unit Tax: Total: $2,394.00 $0.00 $2,394.00 , The Original Contract Sum was.............................................................................:................... $4,055,098.15 Net Change by Previously Authorized Requests and Changes ................................................ $84,241.90 The Contract Sum Prior to This Change Order was ......... $4,139,340.05 The Contract Sum Will be Increased................................................................................... $2,394.00 The New Contract Sum Including This Change Order ..... $4,141,734.05 The Contract Time Will Not Be Changed................................................................................. The Date of Substantial Completion as of this Change Order Therefore is ... ACCEPTED: Concrete Express Inc. ECI Site Construction Managemen ECI Site Construction Managem By: By: Ryan Dickinson Tony Perdue Selina Coulter Date: Prvb.ve. 00 Date: Date: CDC ECI Site Construction Management 2526 14`" Street SE Loveland, Colorado 80539 Attn: Brandon W. Hylton RE: Stain type coat at Harmony and Horse tooth stations The price fo the additional"Stain coat' at �setooth Lab r" 2080.00 Mate ria 1$n100.00 The price for the additional "stain coat' at Harmony i` Labor$2080.00 Material $100.00 Total$4360.00 Thanks, Tim Dufficy Central Denver Ironworks 4245 Fox St Denver, Colorado 80216 maK WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 098 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): Harmony Station Siding Stain This work change directive directs the Contractor to price and if accepted, add stain to the Harmony Station siding to mimic aged wood. Provide top coat sealer. The desired finish is to match the Certainteed "Slate' color as provided herein. 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 add the correct siding finish to the project as it was approved by City Council. The stained siding was not defined in the contract specifications or plans. Attachments (List Supporting Documents): Harmony Station image; Certainteed cut 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 I r' Ordered By: rr.c.e��ll"� Auaust 13. 2013 caner Date Recommended By: a 7�� August 13, 2013 Construction M; nager Date Copy: Owner, Engineer, Field File - SharePoint WCDO98_STAIN AT HARMONY STATION_08-13-13_DRAFT FOR PRICING PAGE 1 OF 1 12 THE BEAUTY OF Wood CotorW--uK STAINS ColorMax Base Coat) FiberTect primer/sealer O atherBoards Fiber Cement FiberTect primer/sealer is applied to WeatherBoards for protection against moisture. OOur innovative ColorMax Base Coat features proprietary resins that further enhance resistance to weather. OAs a top coat, ColorMax Stains provide coverage against the elements, enhance the deep, natural grain pattern of WeatherBoards and give it the look of natural stained wood. Our coating is factory -applied for maximum consistency and performance, and allows for faster job completion. We stand behind our products with an industry -leading 50-year warranty* with 2-year SureStart protection that covers both labor and materials. ColorMax Stains also have a 15-year limited coating warranty*; and a 15-year SureStart limited labor warranty for coating application. ' See actual warranty for details and conditions. Variations in colors may occur due to the manufacturing process and woodgrain patterns. Colors shown are as accurate as printing methods will permit. Please see product samples before making final selection. 13 1 No Text Pending Issues Log maD,: Da e: 01118/14 Ref. No. CON SCC Spec Section hem Description Date Requested amount Status WCD044 4 -10.03' Varies Dcemoxn Relate- Streets Dept 3I102ol3 $220240.42 Rehablixtion prefect fa Sheets Deputment,n rant related dark WCDO45 11 W.02 614 Traffic paid and casson des' nMa es 3/102013 $21,826.35 Traffic pale Layout and caisson scgedAe changes WCD046 13 20.01 Dlv26 Electrical panty changed fa stations 1202013 $2.689.55 Reconcile station ponver panels: services WCD047 2001 608 Station Grace Changes - 13 inch curb at platform 4I12013 $000 CM1a es platform grades to accommodate 13 inch tal curb - no costs WCD048 6 40.08 626 Delcu, System Safety and Security Manager 3272013 ($163,418.31 L Remove Safer, and Security Manager Scope from CEl contract transfer to CM WCD049 14 '5UY DIv27 Chan,,aFearOptic Cause to 144 count 4I52013 $52.107.09 Chan,,eto add ears capacity fa future use - non grant funds from Light and Pmser WCDOW 15 '20.01- 609 Replace 1412'lal curb and repair ICON tooter 4I4RO13 $12214<0 Adjustments to installed curb to accomodate NASI Ga door bes'n - local ends buy WCDO51 5 '20.01- Varies NRRC Overpass Substructure and Ramps 411WO13 $1,]]9.894n3 Add: NRRC scorswctim- nnrant related dark WCDO52 15 1 4002 6031684 F1-1 Fipelne charges norm ofRWn 44212013 $3.845.00 Chanl,aspi,adfine,profileandrafignmmtnoMof RWn BNSF dectim Zmeandu5l coneds WCD053 13 50.05 1 Div 27 Fiber Cori, io to City Hall $8.709.75 Adds ebero cloo to Cl Hal from MekkumMvountain WCD054 nla '20.01• Div 27 Udversi Station Condnt-CSU $0.00 Instal fiber and r condit for future use to Universi Station area- CSU WCW55 15 5005 Div 27 Comm Call Rack Design Merger $15,167.37 Chances rack des' ;UPS and timer tea- d cmmtdca6om clarinet WCD056 Na 10.08 504 DTC Retain Wal $000 Instals 8smal dal acme DTC station sidevel na used WCDO57 14 20,01 Div5 Station HandrailC e-stairs sto ncoat plaO ($156200.44 Chances al handrail at sle0om from stainless steel to rcoaled steel WCDC58 We 40,07 403 McCleland B Mason Pad changes $0.00 Changes amount of HOP used in McCleland due to Streets Dept Rehab -nd used WOD059 14 40,02 Varies Wiese Foods Light and lr' ation Repair $14,701.21 Adds repair of light conduit and Witl fa Whole Foods ail Id WCDOW 14 '10.01' 60] Rail ence Ma edtCSUab T ]banter ($29.3]9.65 CM1a es custom rail to lmeristar odud fa fond a CSU-saWCDO61 We 40.02 603 E4-1 Pipoll Rofik $0.00 Changes profile fa E4-1 t0 minimize BNSF staff WCO062 Na 1008 col Shemooe Lateral Tapered Conm,bon detail 61192013 $0.00 Addresses tapered connection to Shri Lateral box -mssed in design WCD063 11 50.05 1 Div 27 FlberCox lo to Tramfort Maintenance Fadl 5/192013 $4,3M.BB Installation of a hear loop connection near Tri to complete the BRT communications WCD064 14 10.02 nla Stablzation -STA 84+50 norm to McClelland 5202013 $24,458.69 muck excavation and subgrade staNUationeom STA 84+50 to McClelland WCM65 14 10.02 61 Respect Shoppas G,mln, STA 179+00 to fal 5262013 $24,951.41 CM1 es grades and details fa this sedon of guinevary construction WCW66 14 10.02 W8 JC Track Grad 5272013 $87.856.01 Track gracing and site eavingfieni cha es requested by CSU WCDO67 17 40.02 603 Tideflex Valve in MHF1.3 S272013 $7292.06 Addison of one-vci, valve in MHF1.3 W recuw of property Dena -prevent food WCD068 18 50,05 D1v27 STC Fiber Connection from Hannory 5110013 $86.5M.67 Arils fiber do, connection to complete BRT communication at STC WCDO69 17 20.01 Div3 Station platform rub rail to FRP 3I142013 $38.533.74 Cha es me rub rail at each station and STC to FRP- need credt for EPDM WCDO70 16 50.02 614 Fairway Signal Commucion 6262013 $97.999q7 Adds Frewy signal corehuction to CEl contract WCD071 14 10.02 Na Su rode etablzaSm STA 57+00 to Sul 11/52012 $1,84500 subgracia, stadlzaUaNnuck excavation WCM72 19 '40.01- 202 Atlddmal tree removal for MSO pond red Lake Street 4RR013 $12.2]].13 Adds ads removal not included in el calved Ml pondand Lake St WCDO73 19 '5005' 660 Teo-2'drectimalbores Laporte and Mason 4292013 $11,Ml.71 repairs mrtims of BRT don bank damaged by City and BNSF crews curin,, evo vay conversion WCD074 14 4001 202 Codonmod removal in Segment6 4242013 $1,520.00 removal of large +48' coftorl Use behind Whole Fonds WCD075 14 2001 Div 26 Add MA breaker fa Ticket Vending Machines 6/62013 $3,132.15 Addelcha e;20A beaker to 30A breaker for each TVM circuit WCD076 12 10,02 Na Stablzatim-STA 61+00 to 61 ash and train pi 7/52013 $76.891.62 Adds Nadch sulogracla, stab'IUatim and mail pipe to contract fa subgrace, stadlzabm WCD077 14 40.05 601 Wad 16 height cnes W RR D47 7I1RO13 $1.593,62 Adds rebar and concrete; labor and materials to construct Wal l B talc her RF1047 WCDO78 13 40.07 403 CSU Mason ProArn, 7292013 $179.Mi.02 Adds mi and pong for Mason Street ton University to Laurel WCDO79 40.06 609 Mason Deaver, %I OH 822013 $000 Adds deliver, W1 out north M Laurel normbpund station unit 'cea WOD080 19 50.05 660 Fiber Installation at DTC for Roof of Concept 81172013 $1,921.66 Adds fiber Installation to me DTC station for proof of concept and reelected rim,, WC0081 14 40.02 619 Jacked Bore ConNds fln02013 $6,547.52 Adds time and materials to remove urge rwne conflcts wth Ft-1 and E2-1 P/CW82 14 4002 Varies CCR Recondletim al. /prod lnstalatim fVMR013 $3724520 R.onolrs CCR 1124.fi],88,123,142,148,162.169.170.171.174,179.1 SO) WCDO83 14 40.01 202 Guartrailremoval STA 151+25 10232012 $1288.00 Adds removal of u.&.il behind Whde Foods CCR45 WCDOB4 14 10.08 504 Reftflnuni, War t docks cificatim d232013 $2292.38 Pavestone docks aversus nodded to Wild eal het hl CCR116 WCDO85 14 40,06 WE, Mountain and Mason Pad eaua work 2222013 $1,25].85 EWa Bork at MMMtasm to re set parvem. cha elnlet and fil CCR18d WCDC86 20 10.02 Varies Drake Medan Wand (forgates) 9r92013 1 $2,001.16 Adds median Island norm side of Drake intersection for gate ustalmm MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand December 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. 257 Chipper's Lanes Sewer Service Repair— WCD 099 Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 99 to repair the sanitary sewer service for Chipper's Lanes. The work included excavation in Horsetooth Road, traffic control, TV inspection, pipe cleaning, couplings, repair pipe, flow -fill backfill, asphalt patching and pavement markings. Please find the attached proposed Contract Change Request #257 from CEI. In preparation of this Independent Cost Analysis (ICE), a quantity take off and time & material (T&M) tracking of the work was completed. The quantity estimated is consistent with the quantities listed in the CCR. The rate, hours and material cost listed were verified, and are in accordance with the CCR and T&M tracking sheets. The rate and hours listed were verified, and are in accordance with CFI's approved time and material rates for the project. Therefore, the value of the independent cost estimate is $9,676.85. Considering the information presented, I find the CCR presented by CEI to be reasonable for the presented change in scope. I would recommend an increase to the contract in the amount of $9,377.00. Keith Meyer, E Construction roject Manager CH2M HILL Team 970-988-8605 keith. mever(ad itescoservices.com Cc: job file Change Management Checklist CategoryCompliance ' ate Reviewed Reference Initials Reviewed for compliance with Part of the Build Alternative; Environmental Assessment 12/8/13 included in SCC 40.02; inside EA KM area of influence Reviewed for construction/safety impacts 12/8/13 Included in traffic control plan for KM work in area Independent cost estimate prepared 12/8/13 As attached to this memo KM Reviewed for PCGA grant compliance 12/8113 Part of Build Alternative KM scope is included in SCC 40.02 Construction inside City Reviewed for real estate impacts/needs 12/8/13 permanent easements and rights KM of way Reviewed for compliance with design criteda/ADA httA://www.access-board.aov/ada-aba/ada- 12/8/13 n/a KM standards-dot.cfm ort Collins Date of Estimate: 8-Dec-13 Contract Type: Mason Corridor - Hard Bid Existing Contract or PO (Y/N): Y Independent Cost Estimate Description of Goods (A) or Services IS): Add repair of sanitary sewer service for Chippers Lane located at 217 W. Horsetooth Road. Located along the 84-1 Drainage Line. I have obtained the following estimate from; Published Price List / Past Pricing (date) CEI contract unit prices and time&material rates; Actual Coal of Services; 2012 CDOT Cost Manual Engineering or Technical Estimate (performed by) George Latour Independent Third Parry Estimate (performed by) Other (specify) Cost Estimate Details: (Estuna/e calculated in US Dal/ass) Cost of Standard Items Product Unit Price Quantity Unit Contract Item Total Removal of Asphalt $4.80 17.33 s 202-00220 $8' 18 HMA Patch $48.50 17.33 sY 403-00721 $840.51 Class D Concrete $413.00 3.00 cY 601-03050 $1,239.00 Latex Pavement Markings $1.96 6.67 at 627-00008 $13.07 Sub -Total $2.175.76 Cost of Services, Repairs, or Non -Standard Items Item/Task: Materials or Work Description Other Direct Costs Rates Unit Labor Hours Quantity Allocated Overhead SG&A' Profit TOTAL Foreman $55.00 Hour 9 $495.00 Laborer $40.00 Hour 0 $0.00 CAT Backhoe 420D RB-23 $80.00 Hour 2 $160.00 CAT 93BG-WL-39 $110.00 Hour 9 $990.00 Skidsteer-UL-79 $65.00 Hour 2 $130.00 4' Coupling $8.56 Each $8.56 Hydro Pics-Camera Line $325.00 Each 1 $326.00 Roto-Rooter - Camera and Jet Line $245.00 Each 1 $246.00 Ellman Service Company - Cameraandcleanline 1 $1.211,25 Each I 1 1 &1,212.25 Roto-Rooter - Camera and Jet Line $420.00 Each I U21.no Tempos Sanitation Facility$247.28 Each 1 $248.28 Traffic Control $68.00 Hour 48 $3,264.00 Sub -Total $7,501.09 Total Signature of Preparers i w " $9.676.85 41 „2�----------- ' I a BNSF RAILWAY BRT GUIDEWAY- V I 9 9/30III ra^a, a g a $ A ; Y I i ICY m ��U7�y R FI IITIESS S' EUEd ISE M1E0 M..l.a�.— �PMMM�N�IM- I�. DRAINAGE LEGEND EBOmEO ��^*LQ+ �i� � 1 �I I I �� 1 N 5 �'—^--•— CRNMKE olid — •_ I A F I ;yl � •wn4E L___—.I I � 11 I — rwao � ttn� ry t i ..III I ' � I MATCH LINE QO N.,TEET E.I MC MEE . SEE DWG NO. D22 MASON CORRIDOR BRT I Construction Drarir'93 DRAINAGE SITE PLAN Project No. aH°t s' N. Rav s—; SiA )SMa TO STA 78i00 Ft Callus: )O)d --�UrIVCOIU1 4 Remsed. Oesi9ner: JPZ SVucNe set xpM pYIEOE •vd£ 1&S S. ueO19lvc.LIERW DBIOief: NJM Nmberc MRI u"s'm eosu ipEwEm�w wzu VON: SM1eet Subset: DRAINAGE Sbsef 9inls: 023 0l 104 Sheet NUm r 277 C1-302 IFC _________________________________________________ ITEM UNIT COSTS BY PROJECTS -- 2U12 COST DATA ITEM NUMBER/ ____________________ ITEM DESCRIPTION/ ____ UNIT/ ________________________________ PROJECT NUMBER ____________________________________________________________________________________________________________________________________ PROJECT LOCATION DATE LET QUANTITY ENGR. EST. AVERAGE BID AWARDED BID 630-00001 Pilot Car Operation Hour =_______________= _______________________________- --------------- STA145A-052 SH 145 ON LIZARD HEAD PASS TO 01/26/12 400.00 40.00 44.45 43.00 STA3921-010-PCCP ALT SH 392: I-25 TO 7TH STREET IN 02/16/12 330.00 40.00 41.79 39.50 WEIGHTED ______________ AVERAGE FOR THE FIRST QUARTER _______________ 730.00 _______________ 40.00 _______________ 42.72 41.42 C0703-378 OR 314, I-70 FRONTAGE RD, IDA 05/10/12 180.00 35.00 41.27 43.00 NH1601-065 US 160 FROM MANCOS HILL WEST 05/17/12 400.00 37.00 43.50 44.00 STA072A-033 SH72- SH119 TO SH7 BOULDER CO 05/24/12 1,056.00 40.00 32.50 25.00 WEIGHTED AVERAGE FOR THE SECOND QUARTER 1, 636.00 38.72 36.66 31.63 WEIGHTED AVERAGE FOR THE YEAR 2,366.00 __ ___ 39.11 40.04 34.65 630-00003 Uniformed Traf Ctrl Hour PEA 0831-112 SH83/LEETSDALE DRIVE @ MONACO O1/12/12 40.00 55.00 88.76 96.00 IM 2254-076 I-225 FROM PARKER RD TO MISSI O1/19/12 1,000.00 60.00 65.72 61.00 FBR09SA-011 SH95(SHERIDAN) BR_IDG_E OVER RR 03/01/12 200.00 60.00 53.99 50.50 ,FSA002A-005 ;SH2:12TH AVE AND EB 1-70; 93/15/12'- _--- U .00, ----------- _______________ 1190.00) _______________ 66.33i _______________ j68.00 WEIGHTED AVERAGE FOR THE FIRST QUARTER 1,320.00 61.67 - 63.06 61.16 IM0252-417 125 FROM LINCOLN AVE TO 470 I 04/26/12 270.00 60.00 92.95 90.55 STU0062-027 US6 (VASQUEZ) FROM 170 TO 60T 05/10/12 500.00 50.00 73.55 72.00 STA0404-052 SH 40 (COLFAX AVE): COLE TO S 05/17/12 100.00 90.00 64.24 56.20 NH1601-062 US 160 MM 37 TO 38 IN SOUTH C O5/24/12 800.00 62.00 52.88 53.00 FSAR600-378 SH88B ARAPAHOE RD CORRIDOR 05/31/12 80.00 90.00 65.32 57.00 ST0391A-010 KIPLING (SH391) 38TH TO I70 06/28/12 256.00 65.00 72.68 70.00 WEIGHTED AVERAGE FOR THE SECOND QUARTER 2,006.00 61.64 65.96 65.28 WEIGHTED AVERAGE FOR THE YEAR 3,326.00 61.65 _____ ------- 64.72 63.62 --------------- 630-00004 Traf Ctrl Vehicle Each =________-_________________________________________ IM 2254-076 I-225 FROM PARKER RD TO MISSI O1/19/12 2.00 - 5000.00 3910.17 2600.00 Concrete Express Inc. Labor and Equipment Rate Sheet - August 2012 Time and Material IT TYPE UNIT NO. SERIAL NUMBER PRICE/HR CAT CH75E CHALLENGER (98) CH-5 6HS00365 $ 175.00 TATU DISC (98) DISC-5 182/450 $ 175.00 CAT D5C DOZER DZ-3 07PS00792 $ 125.00 W/6 WAY BLADE & SLOPEBOARD CONVEYOR FELCO CONVEYOR COMPACTION WHEEL EXTENSION GRANS_ GROVE CRANE (95) TEREX CRANE (99j LIEBHERR TOWER CRANE TEREX TOWER CRANE 'COMPAG770N WHEELS NEC FOUR WHEEL SHEEPS FOOT NEC FIVE WHEEL SHEEPS FOOT FOUR WHEEL SHEEPS FOOT ACTION FIVE WHEEL SHEEPS FOOT THREE WHEEL SHEEPS FOOT REX SHEEPSFOOT - NO VIRATION IXC.A,VATOR. KOMATSU PC400LC-6 (98) KOMATSU PC200LC-6 (99) CAT 345SL (02) CAT 345BL (02) JOHN DEERE 450C (05) JOHN DEERE 160C (06) CAT 321CLCR (05) MOTOR GRADER 140H MOTOR GRADER (01) MINI -MIGHT BLADE ATTACHMENT JOHN DEERE 770D MOTOR GRADER (07) JOHN DEERE 772D MOTOR GRADER (06) CON-5 STD-20-146 $ 40.00 $ 10.00 CRA 82720 $ 135.00 CR-3 58186 $ 135.00 CR-7 1129 $ 200.00 CR-19 415209 $ 206.00 CW-1 4224 $ 50.00 CW-3 A71003 $ 60.00 CW-7 A041003 $ 50.00 CW-9 A050119 $ 60.00 CW-11 $ 85.00 SWR-5 $ 85.00 EX-1I A80104 $ 165.00 EX-13 104044 $ 125.00 EX-21 AGS01263 $ 185.00 EX-23 AGS01419 $ 185.00 EX-29 FF450CX091703 $ 205.00 EX-31 FF160CX045435 $ 130.00 EX-33 MFC00728 $ 165.00 MG-17 CAT0140HJ2ZK07191 $ 120.00 MG-19 0064-050605 $ 50.00 MG-21 X612047 $ 120.00 MG-23 X604407 $ 130.00 joncrete txpress Inc. _abor and Equipment Rate Sheet - August 2012 PAVER POWER CURBER 5700B (96) PV-5 57210784 $ 200.00 ALLEN PAVER(PO) PV-9 030100-1436SFP $ 350.00 BIDWELL DECK FINISHER PV-11 BR 87635-2 $ 250.00 POWER CURBER 5700E (99) PV-13 57B7991060 $ 200.00 GOMACO TINING MACHINE PV-15 45525244 $ 60.00 POWER CURBER 8700 PV-17 870290041 $ 250.00 BACKNO_E 420D CAT BACKHOE (03 4WD) RB-21 CFDP13360 $ 80.00 420D CAT BACKHOE (04 4WD) RB-23 JFDP19156 $ '80.00 ) 420D CAT BACKHOE (03 4WD) RB-25 AFDP12809 $ 80.00 4200 CAT BACKHOE (03 4WD) RB-27 HFDP15146 $ 80.00 420D CAT BACKHOE (04 4WD) RB-29 OFDP21372 $ 80.00 UNILOARER CAT 246A (04) UL-57 05SZ07367 $ 65.00 SCAT 246E (06) UL-59; PAT03227) $ 65.00 CAT 246B (06) UL-61 PAT03231 $ 65.00 CAT 246E (06) UL-63 PAT03239 $ 65.00 CAT 246B (05) UL-65 PAT03107 $ 65.00 FALCO TRACK UL UL-?? $ 115.00 CASE 1845 UL W/BREAKER $ 80.00 CASE 1845 UL W/OUT BREAKER, $ 60.00 ROLLERS%GOMP, A'CTORSs REX COMPACTOR (98) SWR-5 HE1475 $ 100.00 CAT CS433B ROLLER (94) VR-3 4FK00198 $ 80.00 CAT CP433C COMPACTOR (99) VR-5 2JM00821 $ 80.00 CAT CP323C COMPACTOR (97) VR-9 6DM00149 $ 75.00 CAT CS323C COMPACTOR (99) VR-11 1EN00232 $ 75.00 CAT CS323C COMPACTOR (00) VR-13 6DM00371 $ 75.00 CAT CS-563E COMPACTOR (06) VR-17 CNG01163 $ 100.00 CAT 815-F COMPACTOR (04) VR-19 SKL00512 $ 120.00 CAT CP-563E Compactor VR-23 CNG02131 $ 100.00 WHEEL LOADER CAT 938G (03) WL-33 CRD00619 $ 110.00 CAT 938G (04) WL-35 RTB00658 $ 110.00 CAT 938G (06) WL-37 ORTBO1419 $ 110.00 CAT 938G (06) WL-39 ORTBO2109 $ 110.00 . Uncrcra r=xprea5 uiU. _abor and Equipment Rate Sheet - August 2012 CAT 938G(06) WL-41 ORTBO2117 $ 110.00 CAT 93BG (06) WL-43 ORTBO2118 $ 110.00 CAT 966H (06) WL-45 OA6DO0167 $ 115.00 CAT 93BG (06) WL-47 ORTBO2718 $ 110.00 ,CAT 938G (07)) WL-49 i 6RD02427i ($ 110.00) CAT 938G (07) WL-51 CRD02426 $ 110.00 SCRAPER. CAT 627C $ 245.00 BLADE CAT 140G $ 115.00 CAT 130G $ 115.00 WA?_ ER TRUCK' CAT 613 $ 135.00 4000 GALLON $ 80.00 1600 GALLON $ 70.00 `TRUCf(lNG.; LOWBOY/ TRANSPORTATION $ 115.00 END DUMP = ROCK TRAILER $ 85.00 END DUMP =. BELLY DUMP $ 85.00 SIDE DUMP $ 85.00 VAC TRUCK - POTHOLE TRUCK $ 190.00 MANPOWER SUPERINTENDENT $ 68.00 FOREMAN W/TRUCK $ 55.00 FORMSETTER/ FINISHER $ 46.00 LABOR $ 40.00 SERVICE MECHANIC $ 70.00 WELDER $ 70.00 CEI 1117113 Erika Keeton, PE Special Projects Engineer City of Fort Collins 281 North College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: CEI PROJECTM CONTRACT NUMBER: CONTRACT DATE: CONTRACT NAME: 257 WCDu099 iY�'r5 c-O 12-009 7332 Mason Corridor BRT DESCRIPTION OF CCR: This CCR includes pricing for the repair of sanitary sewer service for Chipper's Lanes located at 217 W. Horselooth Rd. LOCATION: 217 W. Horsetooth Rd. - Chippers Lanes MEMO NO.: 36615 MEMO DATE:. 9/30/2013 COST CODE: 700-10033 DESCRIPTION OTY UNIT UNIT PRICE OT TOTAL Foreman 1) 9 HR $ 55.00 $ 495,00 420D CAT BACKHOE(04 4WD): RS-23 9 HR $ 80.00 $ 720.00 CAT 93BG 03: WL-33 9 HR $ 110.00 $ 990.00 Skidsleer UL-79 9 HR $ 65.00 $ 585.00 Removal of Asphalt 10.5" thick 1733 SY $ 12.60 $ 218.36 Asphalt Patch: 10.5" thick 17.33 SY $ 48.50 $ B40.51 Concrete collar 3 CY $ 82.70 $ 248.10 Striping 6.67 SF 1 $ 0.58 1 $ 3.87 Traffic Control 2 DAY $ 1,409.82 $ 2.819.64 Initial camera/locale 1 LS $ 325.00 $ 325.00 Camera and Jetting 1 LS $ 245.00 $ 245.00 Femco 1 EA 1 $ B.00 $ 8.00 Plumbing Work 1 LS $ 1.21 1.25 $ 1,211.25 Video/Pressure Jet Sewer 1 LS $ 420.00 $ 420.00 Waste Removal 1 LS $ 247.28 $ 247.28 Total $ 9,377.00 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. Sinw ` / L Ry ickins n Prole t Man er More saving. More doing." 1251 E MAGNOLIA ST FT COLLINS. CO 80524 970-'24-1239 I 1544 00005 62637 09/30/13 02:12 PM CASHIER MATTHEW - MAG5045 018578000162 FLEX CPLG <A> 7.97. 4" COUPLING CLAY X CI,PL SUBTOTAL 7.97 SALES TAX 0.59 XXXXXXXXXXXX7132 HOMELDEPOT �8.56 AUTH CODE 030417/1054263 TA CONCRETE EXPRESS INC JOHNSTON JOSH, P.O.#/JOB. NAME: ,FT COLLINS 7332 MAX 1544 05 62637 09/30.2013 4650 RETURN POLIQ DEFINITIONS POLICY ID DAYS POLICY EXPIRES ON A- - 1 90 12/29/2013 - THE HOME DEPOT RESERVES THE RIGHT TO LIMIT / DENY RETURNS. PLEASE SEE THE RETURN POLICY.SIGN IN STORES FOR DETAILS. BUY ONLINE PICK-UP IN STORE AVAILABLE NOW ON HOMEDEPOT.COM. CONVENIENT, EASY AND MOST ORDERS READY IN LESS THAN 2 HOURS! ENTER FOR ,4 CHANCE TO WIN A $5_000 HOME DEPOT GIFT CARD Share Your Opinion With Usl Complete the brief survey about your store visit and enter for a chance to win at: www.homedepot.com/opinion COMPARTA SU OPINION EN UNA BREVE ENCUESTA PARA LA OPORTUNIDAD DE GANAR. User ID 127107 125568 Password:, 13480 125563 Entries must be entered by 10/30/2013. Entrants must be 18 or -older to enter. See complete rules on website. No purchase necessary. Pending Issues Log maz 73M Date: 01/18114 Ref. No. CON SCC Spec Section item Description Data Requested Amount Status WCD087 20.01 608 Bike Parkaig atSudbi 9Q5 013 Anoka banking Oatwok at various am. bcad.: paid as unitprices? WCD088 19 40.02 619 Woodard Vent Relocation 9262013 $2,935.00 Adds mlocatQn of waterline vent at Lake Street WCD089 19 10.02 Diva Reborn% -Walk Change 9262013 $8.731.40 Changed crosswalks and rands at affords deletes stain) / adds colored concrete WCD090 19 20.01 Div26 Add 2-Pole contact kits 6117QO13 $6,671.05 AM 2- le contactor for walkwa li hts olocel control WCD091 19 2001 Div26 Central derttop coal -Coe fitures 6/172013 $1211.]0 Adds cardnal paint powder coati t0 Afx ras WCD092 18 20.01 Div26 Dectrical cirant c:uadgmat every station 7/5R013 $121.083.90 Adds prcvits hissedon crave : addresses ECB operalim; UPS cirpJts WCO093 19 20.01 Div26 BB nodi peaks W Unuvaraq, Station 7/52013 $14,425.95 Adds BB KIM Lghrrng pokes to Universihistelion WCD094 19 '20.01- Oiv26 Relocate PCC at Swelow NalMound station 10111RO13 $3.61620 Relocates PCC adSwdbwstation WCD095 19 20.01 Div26 AcdcdadrecedadeatoeaehsWbon 9272013 $6247.59 Adds cluad receptacksal to each station ICON cabinet; MIS and electrical am unclear WCD096 20 20.01 Div Paver and Concrete Replacement at OTC staton 9/102013 $15,608.02 Adds gavers, stairs and colored concrete replacement at OTC WOD097 20 20.01 Div Stabilize su rade- Laurel nothhound Staten MR013 $1,61400 Adds subgrack, stabilization to northbound Laurel station WCD098 20 20.01 Div Hamer, She oncustom paint WIW013 $2.513.70 Adds fuse woo0 Paund to Hadmory Station siding WCN99 20 40.02 603 Rabbi ... nu several Chippds 1OW013 59,3]].09 Rectum bdcen saideary sev4Y at storm Ina 84-1 WCDI00 20 1002 we Subbeddestablication STA 196�001i (flybohn 10117RO13 $35281.75 Stabilizes subgrance under p onCSU catmrs WCD101 20 '10A2' 412 Gundinvay curb repair 21130013 $1.521.90 Repairs ESD darri curb south ofH WCD102 40,06 609 Curb Island Changes - Kmart and Whoa Foods 10/192013 $0.00 A' is geonnet, of curs islands behind Kmart and Whole Foods; paid as unit prices WCD103 20,01 Div26 Power to PSCo historical monument 10/192013 Adds cohost sweep to historical monument at Prospect Station WC0104 20,01 Div26 UPS Changes at Stations 12152013 $10.681.80 Addresses specrficadhon chuchges for UPS s tend WCO105 '20.01- Div T IStaten VMS Sign MoubroChange 11000013 $5.993,19 Changes mound detail and location ofsign: each Type Istetlon WCD106 40.02 603 Greece Trap Lid at Prospect Shoppes 11OW013 84,640.81 Clarifies lid bandign and dimensional layout for grease Tap behind Prospect Sheathes; WCD107 '20.01- Div5 Tpe 2and 3 Station VM$ Sign Moure Poe 11292013 $0.00 Changes drodhong detail toe pose for all VMSsign institution MT land 3 stators WCD108 WG0108 '20.01' W.OS Div Di 2] Tbe 45taUm Sign MountiCha a ENon¢VSWtch.changec 11292013 $0.00 $96,000.00 Changes deburung detail at DTC sm. WCD110 WCD111 50.0 50.05 Div2] Div27 brave s eaficaoon,chan Wireless Access Point chai m 0 $3]A0MOO $59.000.00 10110R013 Revleved and returned -$0.00 cost G 112 WC0113 500 10,01 Dry 2] 614 a0ade,Mms a oaedSsou es -Cleve Dewces Gate Systurn Changes 121WO13 Sa 2.50D.09 $161,0]5.59 Care strum change to HV Security and spare parts WCD114 40.02 603 _E4-2andE4-3RMO,dJktChare 12113RO13 S4.000O0 Adds concrete parvMals at pipe oubm telpicent to BNSF backs WCD115 DdldtdWSbd,m.verim.teminatom fromT 2,3 area stations 12202013 Delelmimtalatm0 VMSs mmalT 2.3and4s=chas WCD116 Delete WAP lnriallotlon 12/312013 Deletes phnical imtallaton of wlrGecs access points from contract WCOtt] Funcin, modifications at Vet Clinic 12/100013 $7,92036 Adds fencing cha es to VO Clinic site WCD118 Beacon modfcatons for rac 11272013 $3,406.73 Adds meevay modifications to beacons for 3 sites W CD119 21 TVM vents at ICONS 1111 WO13 $9,532.71 Adds installation of vents at each ICON A for T VM vents WOD120 21 Erma'Pipe insets and reaMdes 11252013 $16,879.82 Adds coat for purchase of additional pipe,maMoas ant inks WC0121 Removal of trees M Pukin Sbeo and giddenim, 12=013 $3.65200 Adds removal of tree% on CSU ca-caMlces vidn gates andIrrigated piping WCO122 TroWnxn and NRRC Camera installation IM0014 $10,000.00 - WCD123 Guide.Wong Cha cs 1/142014 $0.00 MOdfas striping and s9nin, along gulearvayfor Transient operational changes E WCD082 done BN SFwhat mOdiScatom at STA 1234.00 WlWO12 $1280.00 Adds mOdificatom to BNSF ihiG Mulberry WCD082 Bone B2-1 concrete coW 902012 S43].95 Adrls concrete cetr around edst ,da ed lain line WCD082 done e1-16ba Work 10/102012 $1,557.67 Adds aetrawerFassociatedaithstovnlne.R-11mG1atonnear Olo Main MEMO 36615 Ccq- — 2'- JOB NAME: 73:�2 PAXZ-8RT JOB n: 12 — DO q COST CODE: 4 0 3 - 0116 6 DATE: 9 , :3 () - ) -'� ISSUED TO: r �)is,, O&. ;A namims CONCRETE EXPRESS, INC. 2027 WEST COLFAX AVE DENVER, CO 80204 PHONE:303-562-2000 FAX:303-893-1949 DESCRIPTION OF •'K PERFORMED:e •_,. 2- Vic_ • . a_ •�.` SPECIFIC LOCATION OF WORK: Q f 7 'CZ.. & d\\Oh5 BREAK DOWN OF HOURS CITY LABOR EQUIPMENT MATERIALS HOURS EACH TOTAL HOURS TOTAL O.T. - 3 I Q I c -79 R CONCRETE EXPRESS, INC. NAME: ICGX�CLhQ L��A.�t 2J� TITLE: DATE: q,3a-i3 ACCEPTED: NAME: TITLE: DATE: HYDRO ,(RHYMICS�� 1230 S. Inca St • Denver, CO 80223 For Appointment: 303-a06-0622 • Far. 30&806-8460 WORK ORDER MMIMMWR CEI i 1 s Quantity Item Description "We're un-front about what's down-under!"a A NA XA 217 W Horsetooth Rd } I Ft Collins, CO Unit Price Total 1 L Locate $ 325.00 �leq-3 -UU 3 - 34 v Technician: Mike Sabo Sub -Total $ 325.00 Taxes nta Balance Due $ 325.00 Notes Thank Yo.ut I ran from the outside clean -out to the blockage at 83. 1 located the blockage in Horsetooth Rd With green paint at a depth of 7'6"+/ Our service provides a video pipe Inspection and documentation of pipe two (2) inches or greater inside diameter pipe, and helps detect for problem areas due to some of the following problems: broken lines, offset joints, crushed lines, major low areas in the pipe, debris in the pipe and other visually identifiable objects, obstructions, or serious problems in the pipe Interiors. Hydro Physics provides ifs' customers with an unbiased video pipe inspection. Our cameras are used to get a different perspective (i.e. the Inside of the pipe) but neither the equipment or the operator of this equipment are to be used to make engineering, repair, or replacement decisions without consulting a licensed plumber or engineering professional. Hydro Physic's services help give you information, which would otherwise be inaccessible, to assist you In your decision making process. Hydro Physics Will locate areas of Interest and approximate depths Will be given. Because of the possibility that electrical or atmospheric disturbance has effected our equipment, no guarantee Is made of the exact locations, depths or position of any potential problem area. Excavation of such an area is done at your Fisk and should only be done after consultation With an excavation expert. We do guarantee that we Will use our best effort and workmanlike manner to provide you with the information you have requested. Your sale remedy for any dissatisfaction with our service is a refund of the price you have paid to Hydro Physics. Hydro Physics shall not be liable for any consequential damages. Accepteday: 1Z �.._,.� _ As Agent for Buyer (Customer). Dale: 09126113 Page 1 0 1 —Printed:'8:26 AM HOW_ n INVOICE FcNI!88227 ROOTER And Away Go Troubles Down The Drain Roto-Rooter Plumbing & Drain Service I PLUMBING & "Serving Larimer and Weld Counties" DRAIN SERVICE 637 N. Hwy. 287 • Fort Collins, CO 80524 DATE / Fort Collins 970-482-3348 • Loveland / Berthoud 970-667-2271 g Greeley 970-356-7686 • Windsor 970-686-0990 - Fort Lupton 303-857-1799 SERVICEMAN C U S T O NAME ADDRESS CITY HOME NO.( STATE ZIP CODE CELL NO.( ) J O //B ./ -- ADDRESS 2) 7 ivi , r try 7/Ir CITY L_r STATE �C$ PHONE NO ( ) ZIP CODE P.O. #. G FIXTURE CLEANED j MAIN ( 0 ACCESSED VIA / CAUSE OF STOPPAGE LINE ........ BATH SINK......... FLOOR DRAIN... 0 CLEAN OUT.......... Q ROOTS .................0 TIME TOILET .......0 KITCHEN SINK.. 0 FLOOR SINK. .: 0 VENT ..................... O SLUDGE IN BATH TUB �.,.:0 LAUNDRY .........0 AREA DRAIN ..0 DRAIN .................... 0 .............:0 GREASE..............0 OUT SHOWER 0 URINAL ........ 0 OTHER .............. 0 REMOVED TOILET 0 OTHER ('� J DESCRIPTION PRICE ecw i't'IE.S .(-j; C'r 'Cc .MFr'S C)d r�te rl�jn J rc. DRAIN CLEANING .ADDITIONAL FOOTAGE ADDITIONAL FIXTURE(S) TOILET REMOVAL PLUMBING LABOR PARTS -BACK-HOE—- --- HOURS--; VIDEO SEWER LINE INSPECTION ELECTRONIC LINE LOCATION HIGH PRESSURE WATER JETTING - SEPTIC TANK PUMPING DISPOSAL OF WASTE: —GAL. _ ¢PER GAL. TRAVELTIME RISERS/LIDS PLUMBING MATERIALS OVER TIME CHARGE �v G2� TAX T O T., A L 2EDIT CARD. 0 CASH O'CHARGE 0 CK.# 2 %S iV r DAY GUARANTEE CUSTOMER - r— SIGNATURE TRUST ROTO-ROOTER FOR ALL YOUR DRAIN CLEANING NEEDS PAYMENT IS DUE UPON RECEIPT. ALL OUTSTANDING BALANCES OVER 30 DAYS PAST DUE MAY BE SUBJECT TO A FINANCE CHARGE AND/OR LATE FEE. CITIZEN CLAIM FORM _4&dm—tie F6"Vf�qllfn /ApAud6&4 (DO NOT USE FOR WORK RELATED INJURIESIEXPOSURES) NOTICE REQUIRED: Any person claiming to have suffered an Injury or property damage by a public entity or by an employee thereof, while in the course of their employment, shall file a written notice as provided by the COLORADO REVISED STATUTES, Section 24-10-109, within one hundred eighty (180) days after the date of the discovery of the Injury or. damage. Name:&wfiv,�-Le/ Phone: 970 -.226 YA34 Claimant., Address: - . 1. -- - —x�;w P0 Job Sol 5 city state zip Attorney., Name: Phone: (if applicable) Ad . dress: Street City state ZIP Concise statement of the basisyf the 61alm: Date of the incident: W-± c13 �24D /.3, Time: 0Am Opm M. Day Year ,cl Location: .907 W, 11At&11011111?V 00,9S7�7 Number and Sliestaty stale 'Tip Brief description of the Incident: How was the City negligent? Zpji zviti�o /ZA.D A2.00A%of k`),W Z-AttLitk Name, address, and phone number of any m I ploy . ee involved, If knoim: y p . ubllc employee Name: Phone Number: Address N.rnb.randSt-et';, city Sla zlp BOD - I L YHOURY:dLAims Name of Injured: Phone (home) Phone (work) Nature of the Injury: Estl mated Damage: $ , I 1Y MOT6k.-VEHII.&LE�,CLAIMS: Year: o e Driver's Name: Drivees License Citizen Vehicle: Driver's Phone (home) Driver's Phone (work): Insurance Co. Insurance Phone: Describe Damage: City Vehicle. briver's Name: Department: Estimated Damage: $ Police Report#: '!PF10PEktY'bAMAGE Type of Property Damaged (le: building, ejuipment, etc.): AAI AA Describe damage: -1 S1940 PWAlA "Wri Estimated Damage . ........ .. SIGNATURE (Ri6quired) Signature DaW. I underst0d thatIcceptance of this claim religrt does hot signify an admission of liability by the City of Fort Collins or Poudre Fire Authority. Mail or return completed form and documentation to: CITY OF FORT COLLINS RISK MANAGEMENT P.d.BOX680 FORT COLLINS, COLORADO 80522-0580 Revised: 6109 i `a $EaVlc�� -V no24 crescent DrLe Fort Collins, CO 80526 (970) 223-3312 Name/Address Clapper's Lanes 217 W. Horsetootb Rd, Fort Collins, CO 80525 Due Date Description Sewer Equipment Camera Service Call Shop Supplies Upon Receipt Quantity PLUMBING Work Date NO Order/invoice 10/22/2013 L4014 Description of Work 9/23- Sewer backing up, ran macbihe to clear; not clearing, 9124-Ran camera down clean out, found rocks in line, pipe cracked, hole in street Notify City of issue, they broke line. Mike/Brad Starting Date Rate Please Pay From This Invoice. Thank Youly 9/23/2013 I 60.00 275.00 866.25 10.00 Subtotal Sales Tax (7.35%) Total RECEIVE) 'NOV 0 5 60.00 275.00 866.25 10.00 $1,211.2s $0.00 $1,2u.z5 013 INVOICE FcNg4tROTCnr-1; ® And Away Go Troubles Down The Drain 41R?ff� Roto-Rooter Plumbing & Drain Service O & "Serving Larimer and Weld Counties' DRAIN SERVICE 637 N. Hwy. 287 • Fort Collins, CO 80524 DATE k) Fort Collins 970-482-3348 • Loveland / Berthoud 970-667-2271 yy Greeley 970-356-7686 • Windsor 970-686-0990 • Fort Lupton 303-857-1799 SERVICEMAN/A(1'`Jr/IJ�ic. VAME C/ 4DDRESS -ITY -TOME NO.( ) NORK NO.( S T O M E R STATE _ ZIP CODE CELL NO. J O B ADDRESS 117 fin/ not dbo,A CITY FAA F 6fl ^ STATE ( r' PHONE NO( ) ZIP CODE P.O.A FIXTURE CLEANED ACCESSED VIA CAUSE OF STOPPAGE MAIN LINE �/ BATH SINK ......... 0 FLOOR DRAIN ... 0 CLEAN OUT.......... OO ROOTS .................0 TIME ........l TOILET KITCHEN SINK..O FLOOR SINK......0 VENT ..................... 0 SLUDGE...............0 IN �L • 30 ..............0 BATH TUB 0 -LAUNDRY ........... 0 AREA DRAIN .....0 DRAIN .................... 0 GREASE ............... 0 OUT 3:3U ......... SHOWER ........... 0 URINAL ............... 0 OTHER ............... 0 REMOVED TOILET 0 OTHER ..................� J CITY TOTAL DESCRIPTION PRICE ) (DRAIN CLEANING REMARKS!! (,1(G(.7Prr ,hc N})'r!"�t`lGc,75 LVc rr, I/G 1 r j =�,i"r'l 7V1('v P9l-, kpyk) oT I.,Vpj!� ✓(ivi( 1 C.; how InrP ADDITIONAL FOOTAGE ADDITIONAL FIXTURE(S) TOILET REMOVAL PLUMBING LABOR PARTS BACK -HOE HOURS SEWER LINE INSPECTION PRESSURE WATER JETTING SEPTIC TANK PUMPING DISPOSAL OF WASTE: _ TRAVEL TIME RISERS/LIDS PLUMBING MATERIALS OVER TIME CHARGE a1 6'0�,Zq� GAL. _ ¢PER GAL. A15.00 TAX T 0 T. A L CREDIT CARD 0 CASH 0 CHARGE 0 CKN " l DAY GUARANTEE CUSTOMER SIGNATUREX FRUST R®'E'®-ROOTER FOR ALL YOUR DRAIN. CLEANING NEEDS .. ...___ --.-_ -- _.... ---- ---...., -- mm-err+ n .1. nno'W%\O . AKIn In91 ATF PFF GALLEGOS SANITATION INCORPORATED Statement Infor`r�tatlon „ '�': , '.�=51 GSI COMMERCIAL BILLING PO, BOX 1986 Account Number: 1566445 FORT COLLINS CO 80522 Invoice Number: B52733 Statement Date: 10/15/2013 Return Service Requested Due Date: Upon Recelpt Current Charges: $24728 Total Due: S247.28 rhe,v ik Fnnlncad• Amount: $ Changes or credit card payment (see reverse side for details) /11. For Inquires phone (970) 484-5555 �(/v 1� la X CHIPPERS LANES 217 W HO CO FORT COLLINSLINS8 CO 052525-3007 01000000000015LS445 Does Your Business Operate "GREEN"? Can You Do More To "Care For the Earth"? Let us help you make a, few easy changes that can help your business operate more sustainably. GSI can provide you with either Single -stream Recycling or Cardboard Recycling. Our team can help you determine which service is a good fit for your business. Please contact the GSI Green Team for a free consultation at 970-484-5556. GALLEGOS SANITATION INC PO BOX 1986 FORT COLLINS CO 80522 ('llll'1'lhill"illlll"'hill"IIIIII'I'hll"I"111""IIIIIL 999900000247286 re ponlon vft yourpayment NONE What do you do with your E-Waste? The state of Colorado outlawed the disposal of electronic waste in any way other than to recycle it through an E-waste processor. But not all recyclers are equal. Many are in it for the quick buck and can actually contribute to environmental issues by working with buyers in other parts of the world who do not use proper procedures for disassembly and recycling of these items. Let us help you recycle it properly. We work directly with a legitimate, certified processor in Denver. We accept these items at our office, can pickup items, and even sponsor special drop-off events throughout the year. Call us today or visit our website for more details[ 03128/201 1 PAYMENT -THANK YOU 110278 03/2812011 PAYMENT - THANK YOU 1 10278 03/28/201 1 PAYMENT - THANK YOU 1 10278 09/24/2613 DELIVERY - CART/BAGS/ETC I DELIVERED 2-PTS 1644446 09%26l2013 TOILET SRVC 1X I PTS SPECIAL PUMP 1644641 10l02/2013 TOILET SRVC 1X I PTS SPECIAL PUMP 1645513 ($92.00) t ($92.00) ($1.38) 1 ($1.38) $75.00 1 $75.00 ! $40.00 2 $80.00 $40.00 2 $80.00 Finance Charges $0.00 Fuel/Environmental Fees $12.28 Total Balance $247.28 )REC ,5a`"M NOV.0 5 209) CURRENT 30 DAYS 60 DAYS 90 DAYS. TOTAL BALANCE 047.28 $0.00 $0.00 $0.00 S247 28 WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: M 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): Sanitary Sewer Service Repair — Chipper's Lanes This work change directive directs the Contractor to price and if accepted, add sanitary sewer service line repair at Chippers lanes. The work shall include excavation in Horsetooth Road, traffic control, TV inspection, couplings, repair pipe, flow fill backfill and asphalt patching. 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 as time and materials and unit prices for work completed and paid for through this work change directive. This change is being initiated by the City as the sanitary sewer service line to Chipper's lanes was damaged during storm pipeline B4-1 installation. This service line was unknown and unlocated at the time of storm sewer construction. Subsequently, the property owner notified the City of the damage. 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: r f October 9, 2013 fff der Recommended By: 1�� i 7lfc1 October 9, 2013 Construction Manager Copy: Owner, Engineer; Field File - SharePoint WCDO99_SANITARY REPAIR-CHIPPERS_10-09-13_DRAFT FOR PRICING PAGE 1 OF 1 may; December 11, 2013 Ms. Erika Keeton, PE MAX Project Manager City of Fort Collins — Engineering Dept 281 N. College Ave. Fort Collins, CO 80524 MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand RE: MAX Bus Rapid Transit Project - Independent Cost Analysis — CEI CCR No. 262 Stabilization —Guideway between Pitkin and University Station (flyash) — WCD 100 Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 100 to stabilize the guideway sub -grade between Pitkin and University Station. The work included flyash stabilization according to the geotechnical engineering letter and details, also include in the WCD. Please find the attached proposed Contract Change Request #262 from CEI. In reviewing this request, an independent quantity take off the materials needed to be used on the project was completed. The area of the stabilization area was calculated and verified against what has been provide by CEI. Copies of these quantity take offs can be found in the backup information included in the Independent Cost Estimate (ICE) attached to this document. In addition to the quantity take off, the time and material values provided by CEI were compared to the time tracking sheets. Based on the information that is available, the independent estimated cost for the change is $44,530.00. As such, I find CEI's Contract Change Request #262 in the amount of $35,281.75 to be reasonable for the required increase in scope. As such, I recommend acceptance of this additional co/sett//✓tttoo the contract. K itb h Y Me a PE Construction Project Manager CH2M HILL Team 970-988-8605 keith.mever(a)ditescoservices com Cc: job file Change Management Checklist Compliance Category Date Reviewed Reference Initials Reviewed for compliance with Included in the EA area of Environmental Assessment 12/15/13 influence; part of scope in SCC KM 10.02 Reviewed for construction/safety impacts 12/15/13 Included in traffic control plan for KM work in area — CSU campus Independent cost estimate prepared 12/15/13 As attached to this memo KM Reviewed for PCGA grant compliance 12/15/13 Part of Build Alternative KM scope is included in SCC 10.02 Construction inside CSU Reviewed for real estate impacts/needs 12/15/13 property/temporary easements for KM project Reviewed for compliance with design criteria/ADA hfto://a .access-board.gov/ada-aba/ada- 12/15/13 n/a KM standards=dot.cfm maD: number Date: 01118114 Pending Issues Log Ref. No. CON SDC Spec Section Rem Description Requested Amount Status CC RO68 rev WCO082 done B4.1 ewawa9 11292012 $13,61320 Sawcwtang. pocticing,expos) a Ifies and resokoon of witty cwtli= CCR102 no cost MIS tench backfill in feu of f 60 4292013 $0.00 MIS tench backfil sandiconspection$112.548.20-nets oved or comicered CCR123rev WCD082 done Et-1,E2-1 and E3l ewa,,a* 21182013 $3,443.56 $4,696A8 Realtaknrg ainment. work around Wlitm, somin, backfD matena6 CCR142 rev WCD082 cone C1l ewaw k 21162013 $6,049,76 $15,083.06 Connection to 6- CMP, conduit repair, INC3.1 grade chariges CCR148 WCD082 done Cal ewav :inlet changes 411WO13 $0.00 See CCR 142 Inlet chan,ea to Cal We to cesign grade, protlenat CCR161 ___ pendim Curb and gafter da es ESD-Grow Bear 2113 013 $0.00 Cost to address cancogetl W ; need final T$M cosh CCR162 WCD0W done Ohre and Mason Ubi ewawak 221]2013 $2,737.84 $3p6593 Cho es to inlet location, Olty bca0oa CCR169 WCG082 tlone PJC underclain at MHB3.4 302013 $1.690.50 Lost tme to re it and restore 4- undercron CCR170 WCD082 done Elecuicvaultabandonment 3 M13 $1,O0.00 Lost time to remove electric vault and concrete encased mct CCR171 IWCDOB2 done M-1 WII con0ic6 3/162013 $4,000.]] $5,105.00 Lost time to address ublity conflicts CCR174 WCDOB2 done Bl-1 pipe cub M New Mercer 4/152013 $1945.SO $4p12.00 Cost to remove: cut and reset 54' pipe al New Mercer twice COR175 WCD082 done F1-1 ewaa 4115RO13 $0.00 $4,199.10 Su rode, recpab and taity nark along Ft-1 sow of Prospect CCR179 WCDo82 cone 84-1 exec cork 41122013 $0.00 $6,353.31 Ewa sock MBA-1 also reference CCRO86 CCR180 WCD082 done MSO lateralatSi, Creek 4/122013 $328<3 Storm Line SC1-1 into Wng Creek -Be aver Habitat CCR193 pordI, Manholes and inlets unused We to desn char,es 5P2013 $7,18100 Ewa MaterialsmanttoiteAnlets frown storm J"n Manges CCR198 not used Top rail to chain ink fence-Delenbach 611➢2013 $0.00 Add top rail to chain ink fence at De0enbach- Saellow noMboundnot accepetl Owns CCR202 done Camera Poles 6202013 $30,818,55 Furnish and Instal KIM I'glang poles to be used am s caera ot les CCR naccepted) pencing Access Gate charl - 6282013 $89,979,05 Access gate changes ncWdn, ewe pam pending Storm Line 11-1 ddetlon per reqenit from CSU; keep inlet erM some pipe reroval PONoi Ovetun projected to be around 1,000 hrs vs 3501n bid Add cepth of concretes in at Motecan D.M. tini from contract crept Delete H2O bad rated vauas from contact iMIS dud bank crept Delete wdterine lover M Et-1 cledt Add abvance for sIptallity signs Delete uunCaul domes at each Type Istedon alafform crept Ligin Pdes 82 at Horsetocei reduced height to Type B crept fi poete total Reconcile ai RSAIIS item: Delete M5O Pond Lini(clay finer crept Delete extensive groundng at stations crept Doctakhan,ed'lled seed to hyclpmbh tract Crept for c1nargein Ight pole iwnpaon - horn 89' Crept for Mbo, AR Patella swtch to local artist nedt Pen din 9 Total: $4,457,526.05 ditesco Independent Cost Estimate Date of Estimate: 15-0ec-13 Contract Type: Mason Corridor BRT(Hand Bid) Existing Contract or PO (V/N): Y Description of Goods (A) or Services (B): Add sub -grade stabilization for the guideway area shown In the attached drawings. The stabilization shall include Installation of 0y fish materials to a depth of 18', 12%minimum as previously specified far me project by CTL I have obtained the following Ositur ate from; CEI contract unit prices and time&matedal rates Published Price List / Past Pricing (date) City of Fort Collins bid prices Engineering or Technical Estimate (performed by) George Latour Independent Third Party Estimate (performed by) Other (specify) Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Item Product Cost ( nit) Unit Quantity Notes TOTAL DeIlVared Data Source ARS - Processing Subgrade w/ Fly Ash $ 22.00 SY 1500 City of Fad Collins 2012 outside prices -email to Keith 6/26113 From Marc Laken $ 33,OD0.00 ARS-Mobilization $2,800.00 EA 1 City of Fort Collins 2012 outside prices -email to Keith 6/26/13 From Mark Laken $ 2.800.00 Sub Mari, up 5% $ 1 790.00 LS 1 Allowed markup far subcontracts $ 1.790.00 CAT Compactor VR-5 $ 75.00 HR fi CEI Labor and Equipment Rate Sheet -Au ust 2012 $ 450.00 Motor Grader MG-23 $ 120.00 HR 16 CEI Labor and Equipment Rate Sheet -August 2012 $ 1 920.00 CAT 938G $ 110.00 HR 16 CEI Labor and Equipm ant Rate Sheet $ 1,760.00 Skid Steer $ 65.00 HR 10-Au CEI Labor and Equipment Rate Sheet ust 2012 $ 650.00 Water track $ 80.00 HR 16-Auust CEI Labor and Equipment Rate Sheet 2012 $ 1280.00 Foreman w/Truck $ 55,00 HR '16-Auust CEI Labor and Equipment Rate Sheet 2012 $ 880,00 SubTotal $ 44,530.00 Cast of Services, Repairs, or Nor,Standard Items B Rem/Task: 1_elrl Signature of Preparw.. •s.rv. ui.,.i.m.emmu.w av,... TOTAL $ 64,530.00 ROADWAY NOTES 0 0 SOUTH MASON ST. 15M �T& 0 z 0 1 4 ..I n.I. 1. �All ------------- - ----------- F D4T.Tl.. .1. T. F. ITI. ITS its ITS 1. .eAlL 7 LEFeCl&) MTAIL w A.FM .T.I.I.ETS 7 J� W� W m LEGEND J —.J .,m LI ' T lwwy uw L 31: I guzmpra L 0 W-- -JACK-'-1.1 T 18 CHRISTIANSEN ITICITFILL ITI., FLwwe ..L, 5002 wo 5009 W02 4998 I o\'D�'���•d bFys� I ��, 499a I -- l- I.3' I �a�-%� ----- -- .. -. rmi aw ------ �. ------50 9 �d "� ..,. 'I�—�_ �� . woo 4990 _ 24 —14996 01 499 4 T 2M. 4994 499 L 199t00 200400 201400 202400 203l00 Prot Dote: 9/27/2011 Sheet Revisions MASON CORRIDOR BRT Construdon Drawings ROADWAY PLAN AND PROFILE ST& 199+00 TO STA 20300 Project NO. File Nome: 7073-BR Dote: Goren Wf. N. R"i.: Ft. Coane: 7073 v L C= I I R55 el O9Sh.0 Cl-302 ROADWAY NOTES: jJ L L eienae wo arare .wc ,a ne WEYI ®1 n(1. Vlf4f aiKR1115E MiN. 3. AE 2OElRla LxYUIr 9[Cia __� pi.mu.- pl5�� _ 11 yy HCry,PLI '1r I. '• "Wi�WL�tl f/L6tY6 •XT--�.-M—._I-M-._j l .� _ _ _ _ _ _ r1 n'ianO Neb.m Li: x •E 'y _ X n . _ M _ M1 �) ' .a• w /COnIOML 1M09axrlw. ]. YC InrsnsCllw ceruL T. RMl X611% LT. I f . l r' c n W Pw J XCL vli�xiver SOUTH MASON ST. Pw /a01r1Ellll Iwwwl LOT x. SE Lx2 SiXEei ,ai MTAI�TIW. CaOIEiE PxKMLNi `y �f WaiOl"N 9IMF. -1. IGL WMp ! 1tlA11WI1gp�LSpA WTIGO "T'T' �r y5 O u.11CM gl4taG O Wra W9Tn nNLMMI Gw lM Z 9CEr (w NNIrIwK VV ILW lw.Q} 5. YE 51FLia N CmLo1 ( 1M i � L mOY� iE1PoYMY m41RCTw EM14`.pr Lm .mala+L Llwwwna. Mf[Tl I N9 Tl . 1 �.� I onw [D 1 r`— —n -1 BNSF RAILROAD e s[a aA1WS Bran ra Tdomau 7. `fwl —TrawELnr aPl. MwufeniT XrT oval .. � ... _.. . -. • . .., .. . .. - .. , .. .. ....... .... , • -. Al r .a /IK IPiIa.}M MOw.r..fa GIB.(.YAr rz- M e'aIgImwm T.. alp Tii _ _ _q ---GIN -:•:-L _ WO �2 Icr-Polo• ZZ - - m __ 1t1zrr l . fT ,� - I x3 - ..r•___ _ __ __________________ coo FXT. ALL -_'--'--a}y 3N ^ F___ f-_j__ _______ •. .. dWIpWL -- I� ]ynmlrt. IXRNIaM n 5 • XW' ��'�� 11 F pEmiM V) f Ill lamm_m i6Vz°IEQUwwiiwi Tw a wr.�� STREET - ..Tlw enW. LAKE - PARKING LOT L___ Tn.n _.-L - - - - - il5rae[er rwluurt C r �_-__ �•L .-1�=.. 1. :L>. n ra . /✓ �. uPIWCM GSLYIIi Onmm.T° $xteLwrzwwil ibemwiwenw nl eYi119 l I ( ,� 1 • • F �eewam te.la'A. L ,YN3IA] 61il�Fi I / LI4 alavXl{ FG 3. � I ' -i' ~ '� iura oasiraa ^ o m w v 5006 $006 �. --- soon . - •. v.c -:Im7W I s004 soonl_' -^ i X-0.151 W04 --.- I � pro ¢ @1 5000 49961J " U0 IIl SODD pay3y ; .8 �' •m Xuw� 1 �G i ��� O�PD D-I-f�P4999 o�„�EPO•Up tiff- 2� 5. 1 i .. �,... 2y 24;; -O •qq Oi 4994.__ P�•.1.13 -1.-rom�wT� __- —I —Iud— YYR..Lr a l 1 emu;aaiv_.__._ I.- i4994 �`� S/ONAL i 1ovm. 'r[ra� n wwra _�_--.� ._. -�_�,oarnt. l 1 l i '.o.mml mrrv_J_L_ m lee vlwean arz. 195W0 196100 19]i00 196500 199H10 na piu, iw4[ncmlm Print Dale 9/27/2011 Sheet Revisions MASON CORRIDOR BRT GYd w x rtColpne 'n;: ]II APM mla2 M1VprE ley Swlw ova. ]ta Construction Drawings ROADWAY PLAN AND PROFILE STA L95 00 TO STA 199L00 Project No. Ph Name ]0]3-BRT_NRoadXa _ 39.J Dote: Comments ]nil. Na Ravu ono: FL COMa: ]0]3 Horiz Scale: 1 -20 Ver[ Scale: t'-2 UNt Infarmo[lan UNt Levdar Inil ala o Rev eed: oea; nm: JDP 9 54ucWe Q DeLOBeC: REN Nude/e Q em.u`ALeem'Xa'm emit u Veld: SMeI Sleel: ROADWAY 104 C1-302 Concrete Express Inc. Labor and Equipment Rate Sheet - August 2012 Time and Material EQUIPMENT TYPE UNIT NO. SERIAL NUMBER PRICE/HR DOZERITRACTOR CAT CH75E CHALLENGER (98) CH-5 6HS00365 $ 175.00 TATU DISC (98) DISC-5 182/450 $ 175.00 CAT D5C DOZER DZ-3 07PS00792 $ 125.00 W/6 WAY BLADE & SLOPEBOARD CONVEYOR. FELCO CONVEYOR COMPACTION WHEEL EXTENSION CRANE' GROVE CRANE (95) TEREX CRANE (99) LIEBHERR TOWER CRANE TEREX TOWER CRANE GOMPACTlQN WHEELS NEC FOUR WHEEL SHEEPS FOOT NEC FIVE WHEEL SHEEPS FOOT FOUR WHEEL SHEEPS FOOT ACTION FIVE WHEEL SHEEPS FOOT THREE WHEEL SHEEPS FOOT' REX SHEEPSFOOT - NO VIRATION KOMATSU PC40OLC-6 (98) KOMATSU PC20OLC-6 (99) CAT 345BL (02) CAT 345BL (02) JOHN DEERE 450C (05) JOHN DEERE 160C (06) CAT 321CLCR (05) MOTOR GRADER 140H MOTOR GRADER (01) MINI -MIGHT BLADE ATTACHMENT JOHN DEERE 770D MOTOR GRADER (07) JOHN DEERE 772D MOTOR GRADER (06) CON-5 STD-20-146 $ 40.00 $ 10.00 CR-1 82720 $ 135.00 CR-3 58186 $ 135.00 CR-7 1129 $ 206.00 CR-19 415209 $ 200:00 CW-1 4224 $ 50.00 CW-3 A71003 $ 60.00 CW-7 A041003 $ 50.00 CW-9 A050119 $ 6000 CW=11 $ 85.00 SWR-5 $ 85.00 EX-11 A80104 $ 165.00 EX-13 104044 $ 125.00 EX-21 AGS01263 $ 185.00 EX-23 AGS01419 $ 185.00 EX-29 FF450CX091703 $ 205.00 EX-31 FF160CX045435 $ 130.00 EX-33 MFC00726 $ 165.00 MG-17 CAT0140HJ2ZK07191 $ 120.00 MG-19 0064-050605 $ 50.00 MG-21 X612047 $ 120.00 MG-23 X604407 $ � 130.00j .;oncrete txpress Inc. _abor and Equipment Rate Sheet - August 2012 PAVER: POWER CURBER 5700E (96) PV-5 57210784 $ 200.00 ALLEN PAVER(00) PV-9 030100-1436SFP $ 350.00 BIDWELL DECK FINISHER PV-11 BR 87635-2 $ 250.00 POWER CURBER 5700B (99) PV-13 57137991066 $ 200.00 GOMACO TINING MACHINE PV-15 45525244 $ 60.00 POWER CURBER 8700 PV-17 870290041 $ 250.00 BAG_K_ HOE 420D CAT BACKHOE (03 4WD) RB-21 CFDP13360 $ 80.00 420DCAT BACKHOE(044WD) RB-23 JFDP19156 $ 80.00 420D CAT BACKHOE (03 4WD) RB-25 AFDP12809 $ 80.00 420D CAT BACKHOE (03 4WD) RB-27 HFDP15146 $ 80.00 42013 CAT BACKHOE (64 4WD) RB-29 OFDP21372 $ 80.00 UNILO_ ADER CAT 246A (04) UL-57 05SZ07367 $ 65.00 CAT 246E (O6)) UL-59 PAT03227 $ 65.00) CAT 246B (06) UL-61 PAT03231 $ 65.00 CAT 246B (06) UL-63 PAT03239 $ 6 :. - CAT 246B (05) UL-65 PAT03107 $ 65,00. FALCO TRACK UL UL=7? $ 115.00 CASE 1845 UL W/BREAKER $ 80.00 CASE 1845 UL W/OUT BREAKER. $ 60.00 ROL@ERSLCOMFA"CTORS REX COMPACTOR (98) SWR-5 HE1475 $ 100.00 CAT CS433B ROLLER (94) VR-3 4FK00198 $ 80.00 (,CAT CP433C COMPACTOR (99) VR-5 2JMO0821 $ 80.00 CAT CP323C COMPACTOR (97) VR-9 6DMOO149 $ 75.00 CAT CS323C COMPACTOR (99) VR-11 1EN00232 $ 75.00 CAT CS323C COMPACTOR (00) VR-13 6DM00371 $ 75.00 CAT CS-563E COMPACTOR (06) VR-17 CNG01163 $ 100.00 CAT 815-F COMPACTOR (04) VR-19 BKLOO512 $ 120.00 CAT CP-563E Compactor VR-23 CNG02131 $ 100.00 WHEELLOAQER CAT 938G (03) WL-33 CRD00619 $ 110.00 CAT 938G (04) WL-35 RTB00658 $ 110.00 CAT 938G (06) WL-37 ORTBO1419 $ 110.00 CAT 938G (06) WL-39 ORTBO2109 $ 110.00 . Unueie r-xpretis nic. _abor and Equipment Rate Sheet - August 2012 CAT 938G(06) WL-41 ORTBO2117 $ 110.00 CAT 93BG (06) WL-43 ORTBO2118 $ 110.00 CAT 966H (06) WL-45 OA6DO0167 $ 115.00 CAT 938G (06) WL-47 ORTBO2718 $ 110.00 CAT 938G (07) WL-49 CRD02427 $ 110.00 CAT 938G(07) WL-51 CRD02426 $ 110.00 SCRAPER CAT 627C $ 245.00 BLADE CAT 140G CAT 130G $ 115.00 $ 115.00 WATER'TRUCK CAT 613 $ 135.00 *00 GALLON) �$_ 80.00) 1600 GALLON $ 70.00 TRUGK(NG; LOWBOY/TRANSPORTATION $ 115.00 END DUMP - ROCKTRAILER $ 85.00 END DUMP - BELLY DUMP $ 85.00 SIDE DUMP $ 85.00 VAC TRUCK - POTHOLE TRUCK $ 190.00 MANPOWER;; SUPERINTENDENT $ 68.00 FOREMAN W/TRUCK) $ ;55.00) FORMSETTER/ FINISHER I $ 46.00 LABOR $ ;4o.66; SERVICE MECHANIC $ 70.00 WELDER $ 70.00 From: Mark taken To: Keith Mertr Subject Recent Fly Ash Prices from City Fngineeing PmJeas Date: Wednesday, June 26, 2013 10:42:29 AM Keith, Here are the prices City of Fort Collins Engineering paid in Fall 2012 on the Turn berry Road Project (by change order) thru Connell for Son Haul to do 1 day of fly -ash subgrade stabilization (12" depth): f2i ;Fly -ash Mobilization; 1) ''Ek r$ 2,800.001, , $ 2,800.06 �91 ;Fly -ash Treated Subgrade 120%) '4436 (SY; $ 8.60, . $ 38.098.001 Here are bid prices from Harmony Road Widening Project (summer 2009) thru Coulson Excavating performed by Son Haul (3 days): 307- $ $ 00075 Fly Ash 2196 TON 56.50 124,074.00 307- $ $ 00250 Processing Fly Ash Treated Subgrade (12" Depth) 36606 SY 3.00 109,818.00 Mark Laken City of Fort Collins— Engineering J/�.a2E (�(N,r /�Le eF Fly salt' 26U _ ..r- 4430 /66r Va/N,e Oi h'iiE' 2ila,-cares .5 0.66 fig, 60 ,r Z.C.6 CE 10/18I13 Eriks 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: 262 12-069 7332 Mason Corridor SPIT Pricing for fly ash for subgrade stabilization between Pitkin and University: LOCATION:: Su6grad61e66ee6 Pitkin and Uniye��rillly - MEMO NO WA MEMO DATE: N/A COST CODE: Vanes u �+ .DESCRIPTION a n:. + ,OTY. ;�' .•'UNIT+ NIT PRICE ','OT '": TOTAL s .. l Frocessuig Fly. Ash Treated. - 1665 � �- SY � $ �,'', 15 00 Sub rade:�:18 � 12 /e:';4. . ':.: .•., 'y'.., :,: t, $ _' 24 975.00 .,-.�,.: i ;i.., Mobillzatlon�:'=<_< • t„ 1cr 4 ? EA •�: $-2,10000� Foreman.',' -.' ._?. 3 _ . , HR: .`774600 ...$.'• w?:.u:138:00: Water -Truck. 16 r'HR':'." 80.00, V Blade ;<: 16 HR tz $ :. 11500 / �_ $.:`1;840.001. Compactor:, .., 6.:.:,., _., .•HR :. ,$1. 7500 /7:7 .$z' sx`'450.00', Wheel Loader000 Skidsteera: .': 10a '•,-' t'",.HRk_ . 5uototal $'.-,33r193700 CEI-5%m/u.$ 1,353:75 Total $ 34,546.75 Concrete Express, Inc., requests 0 working days for the above contract modifications. These are all of the visible effects of the above change we sea at this time. We reserve the right to incorporate other changes -as they appeal in implementing this change. If you have any questions regarding this change, please feel free to contact me at 303,562.2000: � 3S, ZF3/.7S To: Concrete Express Address: 2027 West Colfax Ave. Denver, CO 80204 USA Contact: Phone: Fax: Ryan Dickenson (303) 562-2000 (303) 893-1949 Project Name: R. Collins MAX BRT Project Location: Troutman & College Ave., Ft. Collins, CO - Bid Number: Bid Date: 6/26/2013 Item # Item Description Estimated Quantity Unit Unit Price Total Price 307-00250 Processing Fly Ash Treated Subgrade @ 18" @ 12% 626-00000 Mobilization 1,500.00 SY 1.00 EACH $15.00 $22,500.00 $2,800.00 $2,800.00 Total Bid Price: $25,300.00 Notes: • Add $0.60/SY/% of Fly Ash over 12%. • ARS Companies will receive the subgrade at + or - 1/10', provide product, spread, and mix. ARS Companies will, prior to staking, rodgh blade and compact the product for an additional agreed upon price. Prior to construction, the contractor/owner must provide ARS Companies with a mix design stating the additive percentage, soil weight and treatment depth. . ' Contractor/owner must provide ARS Companies with an on site water source. Contract quantities are minimum usage amounts, work performed in addition to contracted quantities shall be reimbursed at the unit price rate as stated on this quotation. • Unit pricing applies and quantities installed will be billed accordingly.. • It will be the responsibility of the'contractor/dwner to inform all private utility companies of our intention to process at the specified depth within the job area. All underground utilities must be below the treatment/mixing depth and marked prior to the start of our operations. Water valves and all manholes are to be well marked. ARS Companies is only liable for damages caused by our own acts per CO Statute 13-21.111.5. Pricing and schedule are based on product availability at the actual time of work. Contractor/owner will make availalble a copy of the stormwater management plan prior to job commencement. SY price excludes water, staking, testing, traffic control, municipal/county/state permits, handwork -not machine accessible, performance/payment bond, curing, cold weather protection, blading & compaction, import/export of dirt, and subgrade/finish grade trimming. ACCEPTED: The above prices, specifications and conditions are satisfactory and are hereby accepted. L : cceptance: CONFIRMED: ARS Companies Authorized signature: Estimator: DerekJ.Garben 303-791-7404 10/16/2013 11:18:37 AM lofl a#F. WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 100 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): Subgrade Stabilization STA 196+00 to 202+00 (CSU JC Track) This work change directive directs the Contractor to price and if accepted, add subgrade stabilization according to the attached drawings and project specifications. The stabilization shall include installation of flyash materials to a depth of 18",12% minimum as previously specified for the project by CTL Thompson. 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 as time and material for grading, compacting, trimming and by unit price per square yard for flyash placement and mixing. Area of flyash installation -1,400 SY (see attached) This change is being initiated by the City as the areas immediately northwest and west of the JC Track area of CSU contain very wet and unstable soils material. The material also appears to consist of cinders installed by the BNSF Railway sometime in the past. Attachments (List Supporting Documents): Sheets 104 and 105 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: 61 e---- October 17, 2013 (honer Recommended By: 4yyc1 October 17, 2013 Construction Manager Copy. Owner, Engineer, Field File - SharePoint WC13100_SUBGRADE STABILIZATION CSU_10-17-1$_DRAFT FOR PRICING PAGE 1 OF 1 Pending Issues Log maD: Project: Mason Currant-MAXBRT Contractor: Concrete Emre3s Inc. (CEO Project No. 7332 (CE' project number 12-009) Date: 01118114 Ref. No. COM SCC Spec SeNon ham Description Date Repuestetl I Amount Status Tote' OrI9lnel ConVm Amount f11,886,878.94 AtllustetlCmtract Amoum Dro ectetl f06.346 d06.99 Pandm bsues.a% of Contract Amount 13.98% LM1ange OrEer % as approved 10.14% =neer6 actlm by CM = neetls actlm Dy Contractor ROADWAY NOTES • imkw.m . 1 :. ,ALL mnl mrilaiEaI.."e :n¢ imm. ®[AIC Lx1W! 9(Eif - xtw1.rt , r _ - E' ]0.N'Li. x n - - �w < - x M1 n x, -) ".'�K,A 4'.�_ T, a ' .Jffi9W _Mr -All I Ea .mmwK almAnm. ]. TEE Ix Tmxolw DETAIL wwcre p'N zwuA + , i Th" - t I,n i?.IlazeLl, xa xl ) j SOUTH MASON ST. Shc A"4rnRll rIfOY.npl. E >� .... ,4 nMx .AYE. MB terms L a4WMf6.SM] 'wnT'w T�ENin.,u. rsrum A. aE Lxx smEEr rmx:xc Lm minrL 9EETE rW .111 Y :NOIWrIce. - o r O Decal0 + o m � r 'T ,TO r yMpQ�,�u S ) Deer Al m: "' rewmwr e. LEE elxEwrx I4N...o µoaf 9w[i[ M sm marwrnw e. mwrr ,_. __ _ .__. _.. .r® BNSF RAILROAD orttll '" 1act mAI SECTS Ip1 ISOIIIGK .1.ADEITLEPIS EEDPFI. Al I-� • -♦ - : . O 'IL t 1 E WN6er 11- T 7 DeAECCIA.) DETAIL Ol. nxA I :N. -1 •• I n ALTp4 M rRAIXt �m TEE nnwT:wll ran e ADDI .:eawuTlan. _ _ _ __ _ __ m.K I . Z W 0 _ l LA - _ - .. -L� ..- 1 u> _ u1, wa e I. TYPE l Jz II, — Al VAu Srme ssxcn 41 iLe �� A,r_ .._ _ __<W _ _ QIIA n1> __ ____�yJ F _ . . ¢¢µAz zam<r .1H Lee -----._ Ta le TELL ossnxE w.x. LAKE a.rz enrrzm j la Deal i .Z. I / PEEL STREET I / :A a ensTx PARKING D LOT re.Tromenal . n. 2 I / rmuiuw Tw _ Eszr]rr J 4 wirvuwl I I 1 :6 ,y . t I H mzm ssTr�^. ——rtaLvar eAaLaa ,. ILI i emm M LOADI • . w w �rzcmi:�.rrpE lv \ ; �I "' wia EYlsiM. E, m 5008 _ _ _ _ _ 5008 5ao6 SON V a_)aM ( ei xN3] 5904 E wD4 5002_^—,._._ � o 5002 5000 Flogp�l� yJO •an 4995 5000 rli rr S - ..I — _ _ Ij__.. <� 4998 4996 _ _U 7_jv� __ _r_I rpMt 4995 • 2 a99a 1/)I I:PWn V W 'm499E oosm{ it wDEz as92 �ON�. _ i m:mDE. I I s' 1�-1 1 1 . . oa: ��__�,�I ._��_�_ Nan 195f00 19600 197i00 198100 199i00 ExxE earz' �ca Print Date. 9/27/2011 Gm,ZtyeA Sheet Revisions M44l.S�N C� �R BRT _ t Collins �- Construction Drawings ROADWAY PLAN AND PROFILE STk 195 0 To STA 199W0 Project No. Fle Name. TOT3�RT_NRoodeoy_pW39.d n Date: Comments Init. No Revielene: fL Cellne: TOR .PTScola 1 -20. Vert Scale: I4 Unit Information UPI Leader Initial. _ Deei9ner: JDP LE¢ .. _ L. ilx;Ea eo<xx 'N,E marl. iE. xoE Revived: Void 6Vudure MvrLere O (] pelail<r: flEH Sheet Number 104 Sheet Su6SeL ROIDWAY $:LEal Sheeler R54 at OO C1-302 ROADWAY NDTES: Qoo} Il` nml irmm. O 1 O uaaw I°'inxOv.�v"n'nr°Qmrlrei O O SOUTH MASON z . AtAL l: A .,,,., ,NPmee rAaoaa � � ICle.xam CwYsar o U P1'm] mscl.0 N a a... 0.wx w .11E • • ;. la eve om YR :BNSF�RAiI'ROAD; � ••I • ♦ METS O1 /MrIpM niRw,IP. ♦ ♦ r £C LwZ IMEi eMtlxJ LOl KinILs1EF,! IW Ni I,IWK IMOUMiIOI. . L •" .1 a• 1. .111. W.Tl..[,a1wee—;ae- 1 ri L S _ ris IIPs SILI 4-14� ] saC bin¢nnL,roC]Isrtaul CciuL6J0.0 ell°IO,.0 Tl.l Ilimwilox m . e sa rrv.E Ynln.r ax &CCrs FM rnw ILO Tl. 1.1 .100 - - 1 — - - - ry w% et�.�IS\ � N1' 1 LEGEND $ u .,ream mw J loa e w mam ,rsC I (J MOsinIM ,wL III 1 •. JV. AE'.. iELPoiMY LISLLEXI le.l, maYer.l 1 _.. _ .. O Ult. RIlY. i_' {w i[i ^ L e mVCKIE AOS - SC LM9YiL %Ma! Q S• S' S _ _ _ G 1 CMS t Q nm�Ya JACK i"[xu a 1 . CHRISTIANSEN Alan :I rivsml.°.11ivR.v eY°m:iz'm`'"L'w"r W 3q ,.TRACK iR/4t sass rc aCv , __ - M ,. IT - fALi:XC RIla 1]I I al I�Qr G4Mln I • T\�1 - reraMr vsLwm - I,A.a .can n sm.le ..AT R1 --- wlwan Larla, _ 1 4 I taaa 5004 _ _ _ 5004 I QOp} I 5002 _ _. _ _ __OL Y ^_. _�—_ -I t — laa.,5000 I i o _ ._ ¢crc- 1la.ar _ -li .._ 1 —__ wo2 O I �a" I5000 UO -asp I 19d I �O a99eI PD 0_Ij- .._.:. o\4b��4�-- a 1-i- �d=i—,� --t-- Ia mx a 4996 _ U:e.. -1- N T�gi D _ --♦998 4996 q �y mn. l m Iwa - d I 4994 'PQ I.I lr'w•GL' 'rs/ONAI E� � arm ' --_ O1 at?i. ____ 4994 4992 .! 1 I ��� I I I I 1 j 0.a]'Rr. Ri a MY I .-O.pTT RIW Q IY1� 199M0 200400 201+00 202100 203 ae dV[Ial9S 0. Y..e26]a emu �p0av ie3lm Print Date: 9/27/2011 Sheet Revisions MASON CORRIDOR BRT UYo1 . ' _ i CAj�1O5 ` Construction Drawings ROADWAY PLAN AND PROFILE STA. 199W0 TO STA 203H10 Project No. Me Na-BRT_NRoaEea _pEm4O.Cgn Dote: Comment Init. Ne Revisions: Gt. Cotinv: )0)} H°Nz. scale: 1"40' vert. Scale: 1"-2' Unit Inmrllwtmn unit �eaaer mluala C� Deai 9nen doP Rel rgem m-aa A. OSl, LMw eLw3s,e Rap ,111.1 L.W. �!]] [e R.ay.e: so-a.tae 1= Q sold° Detvller: REH eLnbera Snell Nu., 105 I Sheet Sublet, ROADWAY ISWmI SFeela: R55 aI OO C1-302 T A. December 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. 161 Growling Bear Curb Repair —WCD 101 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. 101 to repair the damaged curb and guideway paving south of Harmony Road. This curb was damaged by a subcontractor to Growling Bear (ESD) when working at the South Transit Center Site. The work included removal of concrete curb, removal of concrete paving, installation of epoxy dowels, and placement of new concrete. Please find the attached proposed Contract Change Request #161 from CEI. In preparation of this Independent Cost Estimate (ICE), a quantity take off and time & material (T&M) tracking of the work was completed. The quantity estimated is consistent with the quantity listed in the CCR. The rate, hours and material cost listed were verified, and are in accordance with the quantity listed in the CCR and T&M tracking sheets. The rate and hours listed were verified, and are in accordance with CEI's approved time and material rates for the project. Therefore, the value of the independent cost estimate is $1,596.05 through time and material tracking and $1,209.95 through the ICE. Considering the information presented, I find the CCR presented by CEI to be reasonable for the presented change in scope. I would recommend an increase to the contract in the amount of $1,521.90.. Keith Meye , PE Construction Project Manager. CH2M HILL Team 970-988-8605 keith.mever(o)ditescoservices com Cc: job file This is an ineligible grant expense/ Change Management Checklist Compliance Category Reviewed Reviewed for compliance with Environmental Assessment Reviewed for construction/safety impacts Independent cost estimate prepared Reviewed for PCGA grant compliance Reviewed for real estate impacts/needs Reviewed for compliance with design criteda/ADA htto-//w access -board oov/ada-aba/ada- standards-dot cfm ditesco Independent Cost Estimate Date of Estimate: 11/15/2013 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (Y/N): Y _ Description of Goods (A) or Services (B): A Scope is to address curb repair damaged by ESD/Growling Bear on MAX BRT contract. 1 have obtained the following estimate from; Published Price List / Past Pricing (date)ICEI Base Bid Unit Prices (MAX-BRT Contract) and Engineer's estimate Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Other (specify) A Signature of Preparer: Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items DESCRIPTION ITEM# NOTE QUANTITY UNIT UNIT PRICE TOTAL Remove curb and gutter 202-00203 Contract 23 LF 4.50 103.50 Curb and gutter Type 116 609-21020 Contract 23 LF $ 12.90 $ 296.70 Winter protection - 1 LS $ 150.00 $ 150.00 Epoxy Rebar Dowels - 87 LB $ 4.00 $ 348.00 Traffic control - 1 LS $ 250.00 $ 250.00 Concrete pavement extra thickness on curb - 0.65 , CY $ 95.00 $ 61.75 Net Total I I I $ 1,209.95 Cost of Services, Repairs, or Non -Standard Items Item/Task: xe' comV4dkcl ?;. GB! Ca" Tsrrt Thf/ /s 0/,s96.os Materials or Work Description Other Direct Labor Labor Labor Allocated Costs Rate is Hours Class Overhead SGW Profit TOTAL $ TotalI Is *Sam, General and AO MSVa Ewe m COST OSTOFTHWORK ma} (TpbewmpdM•andofmwhdrymdsipmbybAtmr ava bwbbw) Project: Mason Corridor BRT (MA%) Contractor: Concrete Express Inc(CEI) Contractors Rep: Josh Johnston COFC Inspector: George Latour Description of Work: Repair damaged curb In segment 1 by Growling Bear Sub contractor Record Number: WOO Growling Bear Damage Date:7/3/2D13 Project Number: 7073 Owner: City of Fort Collins Nunbr Labor EwkL 0.avlptlpn Cmnmy DnX Unitcuat f) Tafnlowtal woh(f) Saw 0.t end Ranch 0.tm9ad tMb and Outnr For. 14 In. S 55.00 $ 82.W Letterer 1.5 hours $ 40.00 $ 80.00 SBd Stec 14 h. $ 85.00 $ 97.50 Sew Cuter 3.0 hour, $ 65.00 $ 195.00 have D.Ia and M. mb Foreman 1.5 hours S 55M $ 82.50 Laborer 1.5 hours $ 00.00 $ 60.00 haultruck 2 hours $ 85.00 $ 170.00 Backhoa 0.5 hors $ 80.00 $ 00.00 do ells and epoxy 1 LS $ 185.00 $ 185.00 Flaggers 12 hours $ 24.15 $ 289a0 Traffic Total for Pay Request l l 025 day $1.335.W f 333]5 S 1,59&05 Comments: City of Fort Collins Representative: ter oary.e Na toes.. pe. a aaammtned onbcoeoru odrmw maa e. wdn.e ryuknmm caps t. RetaME at skodeN lnpadal olf f. To Pmpd Mnvpar axh dYry eM1wt to tie day. a. TO Ca4edola itepemYtM Concrete Express Inc. Labor and Equipment Rate Sheet - August 2012 Time and Material EQUIPMENT TYPE UNIT NO. SERIAL NUMBER PRICE/HR DOZER(TRACTOR CAT CH75E CHALLENGER (98) CH-5 6HS00365 $ 175.00 TATU DISC (98) DISC-5 182/450 $ 175.00 CAT D5C DOZER DZ-3 07PS00792 $ 125.00 W/6 WAY BLADE & SLOPEBOARD CONVEYOR, FELCO CONVEYOR COMPACTION WHEEL EXTENSION ;CRANE' GROVE CRANE (95) TEREX CRANE (99) LIEBHERR TOWER CRANE TEREX TOWER CRANE COMPAC,hd_ WHEELS NEC FOUR WHEEL SHEEPS FOOT NEC FIVE WHEEL SHEPS FOOT FOUR WHEEL SHEEPS FOOT ACTION FIVE WHEEL SHEEPS FOOT THREE WHEEL SHEEPS FOOT REX SHEEPSFOOT - NO VIRATION 'EXGAVAIOR. KOMATSU PC40OLC-6 (98) KOMATSU PC2001-C-6. (99) CAT 345BL (02) CAT 345BL (02) JOHN DEERE 450C (05) JOHN DEERE 160C (06) CAT 321 CLCR (05) MOTOR;GRADER 140H MOTOR GRADER (01) MINI -MIGHT BLADE ATTACHMENT JOHN DEERE 770D MOTOR GRADER (07) JOHN DEERE 772D MOTOR GRADER (06) CON-5 STD-20-146 $ 40.00 $ 10.00 CR-1 82720 $ 135.00 CR-3 58186 $ 135.00 CR-7 1129 $ 200.00 CR-19 415209 $ 200.00 CW-1 4224 $ 50.00 CW-3 A71003 $ 60.00 CW-7 A041003 $ 50:00 CW-9 A050119 $ 60.00 CW-11 $ 85.00 SWR-5 $ 85.00 EX-11 A86104 $ 165.00 EX-13 104044 $ 125.00 EX-21 AGS01263 $ 185.00 EX-23 AGS01419 $ 185.00 EX-29 FF450CX091703 $ 205.00 EX-31 FF160CX045435 $ 130.00 EX-33 MFC00728 $ 165.00 MG-17 CAT0140HJ2ZK07191 $ 120.00 MG-19 0064-050605 $ 50.00 MG-21 X612047 $ 120.00 MG-23 X604407 $ 130.00 .;oncrete txpress Inc. _abor and Equipment Rate Sheet - August 2012 PAVER• POWER CURBER 5700B (96) PV-5 57210784 $ 200.00 ALLEN PAVER(00) PV-9 030100-1436SFP $ 350.00 BIDWELL DECK FINISHER PV-11 BR 87635-2 $ 250.00 POWER CURBER 5700B (99) PV-13 57B7991060 $ 200.00 GOMACO TINING MACHINE PV-15 45525244 $ 60.00 POWER CURBER 8700 PV-17 870290041 $ 250.00 BACKHOE 420D CAT BACKHOE (W 4WD) RB-21 CFDP13360 $ 80.00 420D CAT BACKHOE (04 4WD) RB-23 JFDP19156 $ 80.00 420D CAT BACKHOE (03 4WD) RB-25 AFDP12809 $ 80.00 420D CAT BACKHOE (03 4WD) RB-27 HFDP15146 $ 80.00 42QD CAT BACKHOE (04 4WD) RB-29 OFDP21372 $ 80.00 U_NILOAD_E_R_ CAT 246A (04) UL-57 05SZ07367 $ 65.00 CAT246B (06) UL-59) PAT03227) $ 65.00) CAT 246E (06) UL-61 PAT03231 $ 65.00 CAT 246E (06) UL-63 PAT03239 $ 65:00 CAT 246E (05) UL-65 PAT03107 $ 65.00 FALCO TRACK UL UL-?? $ 115.00 CASE 1845 UL W/BREAKER $ 80.60 CASE 1845 UL W/OUT BREAKER $. 60.00 ROLLER $LG O'MPA'C TO R S: REX COMPACTOR (98) SWR-5 HE1475 $ 100.00 CAT CS433B ROLLER (94) VR-3 4FK00198 $ 80.00 CAT CP433C COMPACTOR (99) VR-5 2JM00821 $ 80.00 CAT CP323C COMPACTOR (97) VR-9 6DMOO149 $ 75.00 CAT CS323C COMPACTOR (99) VR-11 1 EN00232 $ 75.00 CAT CS323C COMPACTOR (00) VR-13 6DM00371 $ 75.00 CAT CS-563E COMPACTOR (06) VR-17 CNG01163 $ 100.00 CAT 815-F COMPACTOR (04) VR-19 BKL00512 $ 120.00 CAT CP-563E Compactor VR-23 CNG02131 $ 100.00 WFIEEL LOADER CAT 93BG (03) WL-33 CRD00619 $ 110.00 CAT 938G (04) WL-35 RTB00658 $ 110.00 CAT 938G (06) WL-37 ORTBO1419 $ 110.00 CAT 938G (06) WL-39 ORTBO2109 $ 110.00 ..vncieie Cxpra56 uic. _abor and Equipment Rate Sheet - August 2012 CAT 93BG (06) WL-41 ORTBO2117 $ 110.00 CAT 938G(06) WL-43 ORTBO2118 $ 110.00 CAT 966H (06) WL-45 OA6DO0167 $ 115.00 CAT 938G (06) WL-47 ORTBO2718 $ 110.00 CAT 938G (07) WL-49 CRD02427 $ 110.00 CAT 938G (07) W L-51 CRD02426 $ 110.00 SCRAPER CAT 627C $ 245.00 BLADE CAT 140G CAT 130G $ 115.00 $ 115.00 WATER'•TRUCK CAT 613 $ 135.00 4000 GALLON $ 80.00 1600 GALLON $ 70.00 ;TRUCKING., LOWBOY/TRANSPORTATION $ 115.00 END DUMP - ROCK TRAILER $ 85.00 END DUMP - BELLY DUMP $ 85.00 ASIDE DUMP' �$ _ 85.00i VAC TRUCK - POTHOLE TRUCK $ 185.00 MANPQINER? SUPERINTENDENT $ 68.00 FOREMAN W/ TRUCK. $ 55.00 FORMSETTER/FINISHER $ 46.00 LABOR $ 40.00 SERVICE MECHANIC $ 70.00 WELDER 70.00 LEGEND ® o r.0F.A., ®w PLMI a @ amrzc, rc, NOTE: Y[ ,RE u, W,YN R.W, rW 1R[[ IEIOYK o g o N rca d _ ' BRT GUIDEWAY " ,�. I * O i $ T wan a axs,aw,iw 50E .x MASON TRAIL ------------ 8+10 iSQUTH 1e, r..-_.._ TRANSIT _ -------- C N R _ i a, "'i^' ­_°'°/°'Z^IJ File Nmne: ]0]J-BRT_SR—d.ay_,emowl_,.Ol.E Sheet Revisions MASON CORRIDOR BRT ��.�� '`_ W r7 xvnu C¢¢¢.roac welw.,9E.]W m m'a msfe 72o[.1= em a Constmction Drmrngs REMOVAL$ RESETS &ADJUSTMENTS STA�10ESE TO STA 13 J Project No. Loci Na- Oote: Commenla Inil. N^riz.Scde:1"-20' Vert. Scale: N/A Na fleviyom: Fr UNt 1.f—ti- UNl Leader lnt'.b Revised: Void: Oea'yier: CMF 54udurz Q Q petuler. NJM Nmnbers SNeal Subaelt flp/UWAT $iEael SM1eelz: R]6 of ]]0 Sbeet %u r 126 (a1 7FT7 ICl� MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstr-uction Delivery by hand 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. 251 Drake Median Island — WCD No. 086 Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 86 to address design changes to the contract for addition of an island in the guideway at the Drake Rd. Intersection. The change was initiated to eliminate a large single gate at this location, optimize Transfort spare parts and simplify gate installation. Attached, please find the proposed Contract Change Request #251 for the work from CEI. In reviewing this request, items included in the WCD were reviewed and compared against original plan sheet 187. 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 wall modifications is $2,128.40. I find CEI's Contract Change Request #251 in the amount of $2,001.16 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(aditescoservices com Cc: job file 2113113 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: 161 12-009 7332 Mason Corridor BRT N#mac �S i✓fAc 15 ti'Emi-C.'. rra PAW/W �fEq ay GSQ, sFfS4W V09,C'WA- Ta GS/ &- 1W Soun/ %z*vf17— C00�11EZ- _ lVe&d #14/ Trim --0rA5 DESCRIPTION OF CCR: Pricing to address curb and gutter damages South of Harmony on the BRT Guildway LOCATION: South of Harmony East side of BRT MEMO NO.: MEMO DATE: COST CODE: DESCRIPTION QTY UNIT UNIT PRICE OT TOTAL Flagging 16 HR $ 24.15 $386.40 Removal of Curb and Gutter 23 LF $ 8.50 $195.50 #6 Epoxy Bar 12' OC 8 Epoxy 23 EA $ 8.00 $.00 Curb and Gutter Type IIB 23 LF $ 22.00 E506506.00 Winter Protection 1 LS $ 250.00 $250.00 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. $1,521.90 Ryan Dickinson From: George Latour [glatour@fcgov.com] Sent: Wednesday, February 13, 2013 10:30 AM To: Ryan Dickinson; Bobi Jo Meritt Cc: Keith.Meyer@ditescoservices.com; 'tim.hackworth@ch2m.com'; Tart Bohnet Subject: FW: Damage to Guide Way C"&G @ STC Attachments: Picture 065.jpg; Picture 066.jpg; Picture 067.jpg We went and marked the area to be repaired. It measures 23 feet long basically just removing a 30" section of curb and gutter. Please provide cost to repair this work. Thanks George Latour, CCM Senior Construction Inspector City of Fort Collins 480-745-5910 glatour(@fcgov.com From: Tart Bohnet Sent: Monday, February 11, 2013 8:26 AM To: George Latour; 'tim.hackworth@ch2m.com' Cc: Keith Meyer (Keith.Meyer@ditescoservices.com); Erika Keeton; Tracy Dyer Subject: Damage to Guide Way C"&G @ STC Team, Here are the photos that I took last week. Let me know if you guys need any more information or pictures of the site. Thanks, TC WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 101 PROJECT: Mason Corridor —MAX BRT OWNER: City of Fort Collins — Engineering Department ENGINEER: Michael Baker Inc. PROJECT NO: 7332 The following additions, deletions, or revisions to the Work have been ordered and authorized: of WCD): Guideway Curb and Pavement Repair This work change directive directs the Contractor to replace damaged curb and guideway paving south of Harmony Road. This curb was damaged by ESD (a subcontractor to Growling Bear) when working at the South Transit Center Site. ESD was also working at the Wal-Mart site south of Harmony when the damage occured. Their crews transported equipment and materials between Wal-Mart and the STC site along the guideway. During this work, they damaged a section of curb and paving. 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 as time and material and applicable unit prices for the repair. This change is being initiated by the City as Growling Bear refuses to pay for the damaged curb/pavement. The City will pay CEI for the repair and withhold the equal cost from Growling Bear's pay application. _: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 fo�requ�Iee/s"t for approval to subsequently follow this Work Change Directive. Ordered By: / AAA.Yr--- k February 2, 2013 kk ,�efp Date Recommended By: / „7G��\ February 2, 2013 Construction Manager Date Copy: Owner, Engineer, Field File - SharePoint WCD101-GUIDEWAY CURB REPAIR-02-13-13-DRAFT FOR PRICING PAGE 1 OF 1