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