Loading...
HomeMy WebLinkAboutCHANGE ORDER - BID - 7332 MAX BRT PROJECT (17)PROJECT TITLE: CONTRACTOR: PROJECT NUMBER: PURCHASE ORDER NO.: DESCRIPTION: 1. Reason for change: CHANGE ORDER NO. 24 Mason Corridor - MAX BRT Concrete Express, Inc. 7332 (CEI project no. 12-009) 9124039 Reconciles various work change directives See attached Exhibit A to this change order. 2. Description of Change: See attached Exhibit A to this change order. 3. Change in Contract Cost: 4. Change in Contract Time: See attached Exhibit A WIN 47 ORIGINAL CONTRACT COST $31,886,878.94 TOTAL APPROVED CHANGE ORDERS $ 3,393,553.63 TOTAL PENDING CHANGE ORDERS $ 114,767.91 TOTAL THIS CHANGE ORDER $ 47,294.99 TOTAL % OF ORIGINAL CONTRACT, THIS C.O. 0.15% TOTAL % OF ORIGINAL CONTRACT, ALL C.O.'S 11.15% ADJUSTED CONTRACT COST $35,442,495.47 (Assuming all change orders approved) ACCEPTE Contractor REVIEWE Constructi( APPROVE City Projec APPROVE Director of APPROVED BY: Purchasing Agent over $60,000 cc: City Clerk Architect Contractor Engineer Project File Purchasing DATE: DATE: DATE: DATE: !� DATE: This change is not grant eligible. Change Management Checklist CategoryCompliance Reviewed Reference Initials Reviewed for compliance with Environmental Assessment Reviewed for construction/safety impacts Independent cost estimate prepared Reviewed for PCGA grant compliance Reviewed for real estate impacts/needs Reviewed for compliance with design criteria/ADA http://vnw✓ access -board govtada-aba/ada- standards-dot.cfm ditesco Independent Cost Estimate Date of Estimate: 16-Feb-14 Contract Type: Mason Corridor BRT (Hard Bid) Edsbng Contract or PO (Y/N): Y Description of Goods (A) or Services IS): Adds VMS sign mounting for Type I stations (6 locations; 12 signs) 1 have obtained the following estimate from; Independent Cost Analysis Published Price List / Past Pricing (date) Engineering or Technical Estimate (performed by) Keith Meyer Independent Third Party Estimate (performed by) Other (specify) Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product Cost ($/unit) Unit Quantity Notes TOTAL Delivered Data Source Stainless Steel Plate (1/4') $ 76.61 EA 12 Attached (Metal Souce) $ 119.32 SubTotal $ 919.32 Cost of Services, Repairs, or Non -Standard Items Item/Task Materials or Work Description Other Direct Costs Labor Rate $ Labor Hours Labor Class Allocated Overhead SGB.A' Profit Notes: Data Source TOTAL Labor for installation $ 45.00 72 Labor inc inc 3,240.00 s CDI Markup -12a/u $ 4 99.12 ECI Markup -5% $ 232.92 CEI Markup -5% $ 244.57 SubTotal IF�218.61Ij 7 Signature of Preparers -sane, s 1 am edar, im Em TOTAL $ 5,135.93 Metals Depot® Shopping Cart Page 1 of 1 America's Metal Superstore! Steel • Aluminum • Stainless • Brass Stock Number Item Description 114 (.250) thick T304 Stainless Steel 12 I P514 I Plate - _I Dull Mill Finish Size Status price Totals Each 1 x1 Ft U I ,/ In Stock 1,$76.61 I $919.32 Sub -Total: $919.32 Shipping: $0.00 Total:I-$919.32 Notice: Due to current market conditions, prices are subject to change without * - Orders in KY are subject to a 6% sales tax. To Order Just Give Us a Call... 1-859-745-2660 Visit Us Onlinel MetalsDepot.com wsn just what you need ... Delivered! Metals Depot International Corporate Office R Warehouse 4200 Revilo Road, Winchester, KY 40391 USA 1-859-745-2650 Fax 1-859-745-0887 Copyright®1999-2012, MetalsDepot is a Registered Trademark of ELCO Inc., All rights reserved. http://www.metalsdevot.com/catalog cart view.nht)?mse= 2/16/2014 11/27/13 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: CEI PROJECT #: CONTRACT NUMBER: CONTRACT DATE: CONTRACT NAME: DESCRIPTION OF CCR: 272 WCD #105 12-009 7332 Mason Corridor BRT Costs assocated with relocating twenty-four (24) VMS brackets for the Type 1 Stations due to as -built conditions. LOCATION: Type 1 Stations MEMO NO.: NA MEMO DATE: NA COST CODE: Multiple DESCRIPTION CITY I UNIT 1 UNIT PRICE I OT TOTAL WCD # 105 -VMS Brackets 1 1 LS $ 5,436.00 1 $5,436.00 ECI 5% m/u 1 1 LS I $ 271.80 $271.An CEI 5% m/u TOTAL Concrete Express, Inc., requests 30 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, $285.39 $5,993.19 ECI Site Construction Management CHANGE ORDER No. 00028 Phone: 970-361-7128 TITLE: WCD #105 - VMS Brackets for Type 1 PROJECT:12-04 Mason Corridor Bus Rapid Tra TO: Attn: Ryan Dickinson Concrete Express Inc. 2027 West Colfax Avenue Denver, CO 80204 Phone:3035622000 Fax:3038931949 DATE:11/25/2013 JOB: 12-04 CONTRACT NO:12-009-06S RE: To: From: Number: DESCRIPTION OF CHANGE w 7 a' Cost to relocate twenty-four (24) VMS mounting brackets for the Type 1 Stations due to as -built conditions. The brackets will need to be removed; new holes will be drilled, and the plates re -bolted in the new locations. Bolts will be used to plug the old holes in the beams. Item `Desc iphon". i> Stock#, < Qnt 1i City Units `,G, .•r �,Unit'PiiceaTaz•RateyTasAuiount- -NeNA i ii 00001 WCD #105 - VMS Brackets - 1.000 $5,436.00 0.00% $0.00 $5,436.00 00002 ECI 5%Markup 1.000 $271.80 0.00% $0.00 $271.80 Unit Cost: Unit Tax: Total: TheOriginal Contract Sum was................................................................................................. Net Change by Previously Authorized Requests and Changes ................................................ The Contract Sum Prior to This Change Order was ,,,,,,,,, The Contract Sum Will be Increased................................................................................... The New Contract Sum Including This Change Order ,,,,, The Contract Time Will Not Be Changed................................................................................. The Date of Substantial Completion as of this Change Order Therefore is ,,, ACCEPTED: Concrete Express Inc. By: Ryan Dickinson ECI Site Construction Managemen By: By: Selina Coulter $5,707.80 $0.00 $5,707.80 $4,055,098.15 $86,872.15 $4,141,970.30 $5,707.80 $4,147,678.10 Date: Date: Date: From: Thomas Dufficy To: Brandon Hylton: TImD dficvCla dironwo m• "Kevin Oufricy" Cc: Rik Coulter: Ted Johnson: Tom Dufficy Subject: RE: WCD # 105 -- VMS MOUNTING PLATE FD( Date: - Monday, November 25, 2013 4:17:03 PM Brandon, I've adjusted the numbers below. Tom Dufficy Central Denver Ironworks tomdufficyatdironworks com cell phone: 303.549.3920 From: Thomas Dufficy [mailto:tomdufficy@cdironworks.com] Sent: Monday, November 25, 2013 3:49 PM To: 'Brandon Hylton'; TimDufficy@cdironworks.com; 'Kevin Dufficy' Cc: 'Rick Coulter'; Ted Johnson'; Tom Dufficy Subject: WCD # 105 -- VMS MOUNTING PLATE FIX Brandon: Twenty-four (24) VMS mounting plates for the Type 1 stations which need to be modified due to as - built conditions. The plates will need to be removed; new holes will be drilled, and the plates re - bolted in the new locations. Bolts will be used to plug the old holes in the beams. A breakdown of our costs follows: Materials: $274 Labor: $4,580 Total: $4,854 12% Mark-up: $582 Total This change: 5 4 6 Please let me know if you have any questions. Thanks, Tom Dufficy Central Denver Ironworks tomdufficy@cdironworks.com cell phone: 303.549.3920 max WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: PROJECT: Mason Corridor — MAX BRT OWNER: City of Fort Collins — Engineering Department ENGINEER: Michael Baker Inc. 105 PROJECT NO: 7332 The following additions, deletions, or revisions to the Work have been ordered and authorized: (Title of WCD): VMS Sign Mounting - Type I Stations This work change directive directs the Contractor to price and if accepted, relocate all VMS Sign mounting brackets at the Type I stations according to the attached plans and details. The scope of work shall include: 1. Reuse of existing VMS-P1 plate; removal and remounting at designated locations 2. Filler welds into existing VMS -Pi plate holes (not to be used; where shoe does NOT mount) 3. Weather proof seals on mounting shoe brackets around seal -tight conduit 4. Bolts and paint to cover old mounting holes above Station ID Sign. Paint to match lean rail. 5. Stiffener installation on VMS-P1 plate and to W8x13 beam 6. Shop drawings for steel fabrication prior to field installation 7. One dry -fit mock up at Harmony Station prior to installation 8. All HEX nuts to be PVC coated/non-slip 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. The Contractor shall provide a lump sum price per station installation. This change is being initiated by the City as the mounting details in the construction plans do not meet code requirements and block visual access to the station name sign. Attachments (List Supporting Documents): Details 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: i . t<t.Ki �'" November 20, 2013 rner Date Recommended By: �� & November 20, 2013 Constmdon Milhager Date Copy: Owner; Engineer; Field File - SharePoint WCD105_TYPE I STATION VMS SIGN MOUNTING-11-20-13DRAFT FOR PRICING PAGE 1 OF 1 7"/W I C sraa-nw.i at around seal -tight conduit tetration into shoe Ekr,*va / 7?K9rA,>EM, e0kAWN& T 'Amo, /?Fuse YZ 'k ,v".Y v%z vns-rs P'kNNr FOX , 9Wovvea srbPs O v O 12G uGEsrmr sssma BENIPUTEOUTTER xTTr1 fi •�xPPureaFaFouAao 11 u 1i uu un 11 11 nu 11 11 o.o ovu 11 o.0 11 o,n 11 allo 11 u 11 u • °' .1�i � �fri": i is can ¢_n C. II U (i U igns are munted to the 11 11 11 II 11 u :i ... ua uu uG uu Gu nu n SS P!K Q�In � 11 u oa on 11 11 on 11 o0 0.0 11 11 11 oa II 11 11 41 12GVIU STAWfESS5 R BENT PUTEGURER WT/H 1RPERF PUTS (E/RvF`G- DETAIL 1 ® Z' ROOF FRAMING PLAN SHELTER "TYPE 1" @ HARMONY STATION (ICONS NOT SHOWN) U max CHANGE ORDER NO. 24 Exhibit A Project: Mason Corridor — MAX BRT Project No. 7332 (CEI project #12-009) Date: February 16, 2014 MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Description of Chanoe: This change order reconciles costs for CEI MAX BRT contract. It indudes WCD105 which adjusted the mounting location of all variable message signs on Type I stations; WCD106 which added a new grease trap lid at the Prospect Shoppes; WCD112 which added control logic boards to the variable message signs as provided by Clever Devices; WCD114 which added pipe outlet structures at the BNSF tracks for pipelines E4-2 and E4-3; WCD117 which added chain link fence at the Mason Vet Clinic; WCD118 which changed conduit raceways at each beacon that had rotated caissons; WCD119 which added TVM vents at each ICON A location. Please find further supporting documentation contained within each work change directive. Change in Contract Value: The contract value is increased by $47,294.99. Please reference the table below. Work Chan a Directiveslltems SCC Item Number Description Contract Value Status '20.01' WCD105 Type I Station VMS Sign $5 993 19 Changes mounting detail and location of sign; Mounting Change each Type I station 40.02 WCD106 Grease Trap Lid at Prospect $4 640.81 Clarifies lid design and dimensional layout for Shoppes grease trap behind Prospect Shoppes 50.05 WCD112 Variable Message Board Sign $11,891.01 Addresses control board changes required for changes - Clever Devices Daktronics sign integration 40.02 WCD114 E4-2 and E4-3 Pipe Outlet $3 91018 Adds concrete pardwalls at pipe outlets Change adjacent to BNSF tracks 40.06 WCD117 Fencing modifications at Vet Clinic $7,920.36 Adds fencing changes to Vet Clinic site 20.01 WCD118 Beacon modifications for $3406.73 Adds raceway modifications to beacons for 3 raceway , sites 20.01 W CD119 TVM vents at ICONS $9,532.71 Adds installation of vents at each ICON A for TVM vents Total Work Change Directives 1 $47,294.99 Change in Contract Time: The contract time remains unchanged from change order 22. Contract times for the MAX BRT Project are outlined below. Page 1 of 2 �],,1/20/2013 18:00 m 11/20/2013 18 00 may: February 16, 2014 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. 277 Grease trap lid (Prospect Shoppes) — WCD 106 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. 106 to provide a custom grease trap lid to accommodate the guideway and sidewalk design west of the Prospect Shoppes building. Please find the attached proposed Contract Change Request #277 from CEI. In reviewing this request, an independent cost estimate was performed for fabrication of a custom grease trap lid. This information is contained within and attached to the ICE. The independent estimated cost for the change is $4,485.05. As such, I find CEI's Contract Change Request #277 in the amount of $4,640.81 to be reasonable for the required increase in scope. As such, recommend accep nce of this additional cost to the contract. K ith�iroject ConstructionManager CH2M HILL Team 970-988-8605 keith.mever(&ditescoservices com Cc: job file Change Management Checklist CategoryCompliance D. te Reviewed Reference Initials Reviewed for compliance with Included in the EA area of Environmental Assessment 2/16/14 influence; part of scope in SCC KM 40.02 Reviewed for construction/safety impacts 2/16/14 Included in traffic control plan for KM work in area Independent cost estimate prepared 2/16/14 As attached to this memo KM Reviewed for PCGA grant compliance 2116/14 Part of Build Alternative KM scope is included in SCC 40.02 Reviewed for real estate impactstneeds 2/16/14 Construction inside City property KM easements for project Reviewed for compliance with design criteda/ADA htto'//w access-board.gov/ada-aba/`ada- 2/16114 n/a KM standards-dot.cfm ditesco Data of Esfimate: 16-Feb-14 Contract Type: Mason Corridor BRT (Hard Bid) Ebsdng Contract or PO (YIN): Y Independent Cost Estimate Description of Goods (A) or Services (B): Add fabrication and Installation of custom grease trap lid (Prospect Shoppes) I have obtained the following estimate from; Independent Cost Analysis Published Price List / Past Pricing (date) Engineering or Technical Estimate (performed by) Keith Meyer Independent Third Party Estimate (performed by) Other (specify) Signature of Preparer. Cost Estimate Details: (Estimate caku/ated in US Dollars) Cost of Standard Items Product Cost($/unit) Unit Quantity Notes TOTAL Delivered Data Source Reinforcing steel $ 1.06 LB 300 CEI bid price - #602-00020 T 318.00 Flow fill around manhole $ 108.90 CY 2.5 CEI bid price - #660-00001 $ 272.25 Castings $ 500.00 LS 1 Allowance for manholecastmgs $ 500.00 Curb and Gutter $ 12.90 LF 12 CEI Bid price - #609-21020 T 1 44.80 Delivery, j $ 675.00 LS 1:113ellvervallovamce from fabricator 360.00 SubTotal 1,:05.05 Cost of Services, Repairs, or Nonstandard Items Itemrrask Materials or Work Description Other Direct Costs Labor Rate ($) Labor Hours Labor Class Allocated Overhead SGILA' Profit Notes: Data Source TOTAL Labor for fabrication Inc $ 45.00 24 Laborer Inc Inc CEI rate 1,080.00 Labor for concrete placement Inc 5 45.00 10 Laborer Inc Inc CElrate 450.00 Labor to cut adsting manhole inc $ 45.00 6 Laborer Inc Inc CEI rate $ 270.00 Labor to set manhole lid inc 45.00 8 Laborer Inc Inc CEI rate $ 360.00 Equipment to set manhole lid inc 880.00 4 CAT 345 Inc inc CEI rate $ 720.00 $ SubTotal 2,880.00 TOTAL $ 4,485.05 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 COMPACTION 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 EXCAVATOR KOMATSU PC40OLC-6 (98) KOMATSU PG200LC-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 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 A80104 $ 165.00 EX-13 1040" $ 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 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 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 246B (06) UL-59 PAT03227 $ 65.00 CAT 246E (06) UL-61 PAT03231 $ 65.00 CAT 246B (06) UL-63 PAT03239 $ 65.00 CAT 2468 (05) UL-65 PAT03107 $ 65.00 FALCO TRACK UL UL-?? $ 115.00 CASE 1845 UL WBREAKER $ 80.00 CASE 1845 UL W/OUT BREAKER $ 60.00 ROLLERS/COMPACTORS 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 BKL00512 $ 120.00 CAT CP-563E Compactor VR-23 CNG02131 $ 100.00 WHEEL LOADER CAT 93BG (03) WL-33 CRD00619 $ 110.00 CAT 938G (04) WL-35 RTB00658 $ 110.00 CAT 938G (06) WL-37 ORTB01419 $ 110.00 CAT 93BG (06) WL-39 ORTB02109 $ 110.00 vUlMeM CXPIV56 III(;. _abor and Equipment Rate Sheet - August 2012 CAT 93BG (06) CAT 93BG (06) CAT 966H (06) CAT 938G (06) CAT 938G (07) CAT 93BG (07) Mjlr_- CAT 627C BLADE CAT 140G CAT 130G WATER TRUCK CAT 613 4000 GALLON 1600 GALLON TRUCKING LOWBOY/ TRANSPORTATION END DUMP - ROCK TRAILER END DUMP - BELLY DUMP SIDE DUMP VAC TRUCK - POTHOLE TRUCK MANPOWER SUPERINTENDENT FOREMAN W/TRUCK FORMSETTER/ FINISHER LABOR SERVICE MECHANIC WELDER WL-41 ORTBO2117 $ 110.00 WL-43 ORTBO2110 $ 110.00 WL-45 OA6DO0167 $ 115.00 WL-47 ORTBO2718 $ 110.00 WL-49 CRD02427 $ 110.00 WL-51 CRD02426 $ 110.00 $ 245.00 $ 115.00 $ 115.00 $ 135.00 $ 80.00 $ 70.00 $ 115.00 $ 85.00 $ 85.00 $ 85.00 $ 190.00 $ 68.00 $ 55.00 $ 46.00 $ 40.00 $ 70.00 $ 70.00 1212/13 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: CEI PROJECT #: CONTRACT NUMBER: CONTRACT DATE: CONTRACT NAME: DESCRIPTION OF CCR: 277 WCD #106 12-009 7332 Mason Corridor BRT Pricing for the custom precast manhole lid from Colorado Precast for the grease trap located behind Los Comales near the Prospect Shoppes. This work is related to WCD106. LOCATION: Prospect Shoppes MEMO NO.: NA MEMO DATE: NA COST CODE: DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL Custom Precast Lid for tease trap 1 LS $ 2,719.81 $2,719.81 Sawcut Existing MH 8 Set New Precast Lid ' 1 LS $ 1,500.00 $1,500.00 Concrete Curb 8 LF $ 14.50 $116.00 Flow Fill 2.5 CY $ 122.00 $305.00 TOTAL Concrete Express, Inc., requests 10 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. $4,640.81 maxWORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 106 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: Prospect Shoppes Grease Trap Lid Details This work change directive directs the Contractor to price and if accepted, install a new precast manhole lid for the grease trap located behind Los Comales near the Prospect Shoppes. The scope of work shall include: 1. Cast iron lids as noted on the detail. 2. All manhole gasket material (rub-r-nek or equal) 3. Saw cut and demolition of manhole barrel to grade 93.20. 4. Dowel supply and installation for 6" curb across lid 5. Flow fill around manhole lid to support lid overhang; encase pipelines as necessary for support 6. Protection and repair of any leaking grease trap influent or effluent pipelines The work shall include supplying equipment, labor and materials to perform the work according to the MAX BRT project specifications, attached drawings and details. The Contractor shall reconcile the cost of this lid installation with previously issued WCD065. This change is being initiated by the City to clarify the lid installation and details to accommodate coordination with the BRT guideway construction. Attachments (List Supporting Documents): Details 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. 1 Ordered By: / ,t,� November 26, 2013 mer Date Recommended By: Construction Mifiager Copy: Owner; Engineer; Field File - SharePoint November 26, 2013 Date WCD106—GREASE TRAP DETAILS_11-26-13—DRAFT FOR PRICING PAGE 1 OF 1 zm— '' H s 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 Substantial Completion Milestone 3: No original contrail February 24, 2014 (BRT Project through CO#22) date Substantial Completion Milestone 4: No original contract March 15, 2014 (BRT Project through CO#22) date Substantial Completion Milestone 5: No original contract March 31, 2014 (BRT Project through CO#22) date Substantial Completion Milestone 6: No original contrail May 31, 2014 (BRT Project through CO#22) date Final Acceptance (BRT Project through CO#22) Modified from below June 30, 2014 Revised Substantial Completion Date February 11, 2014 Changed as provided above (BRT Project through CO #12): through milestones 3-6 Revised Final Acceptance Date (BRT Project through CO #12): March 13, 2014 Changed as provided above Page 2 of 2 max February 7, 2014 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. 240 rev1 VMS Integration changes — Clever Devices 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. 112 to add Clever Devices control panels and power supplies to 37 signs. This work was performed by Daktronics at their fabrication facility and was required to allow bus time arrival integration for these signs. Please find attached the referenced change request. In reviewing this request, an independent analysis was completed using the Daktronics quotes provided. Clever Devices personnel were also contacted to ensure the $265 per sign was reasonable for installation of their equipment. Based on the information from our analysis, the independent estimated cost for the change is $11,890.56. As such I recomend $11,891.01 added to the contract for VMS sign integration changes. eith eye r PE Construction Project Manager CH2M HILL Team 970-988-8605 keith.mever(@ditescoservices.com Cc: job file Change Management Checklist • Compliance Category � Date Reviewed Reference Initials Reviewed for compliance with Included in the EA area of Environmental Assessment 2/7/14 influence; part of scope in SCC KM 50.05 Reviewed for construction/safety impacts 2/7/14 Safety review completed. No KM issuesidentified. Independent cost estimate prepared 2/7/14 As attached to this memo KM Reviewed for PCGA grant compliance 2/7/14 Part of Build Alternative KM scope is included in SCC 50.05 Reviewed for real estate impacts/needs 217/14 Fabrication of equipment away KM from direct jobsite. Reviewed for compliance with design criteria/ADA hftD7//www.access-board.gov/ada-abalada- 2/7/14 n/a KM standards-dot.cfm ditesco Date of Estimate: 7Feb-14 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (YIN): Y Independent Cost Estimate Description of Goods (A) or Services (B): Provide for adjustments made to the Daktmnics Sign integration for Clever Devices control board and power supply installation. I have obtained the following estimate from; vendor quotes Published Pdce List / Past Pricing (date) Engineering or Technical Estimate (performed by) Keith Meyer Independent Third Party Estimate (performed by) Other (specify) Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard items Product Cost ($/unit) Unit Quantity Notes TOTAL Delivered Data Source Daktronics - base cost $ 152,995.00 LS 1 Daktronics Quote 152,995.00) Daktmnics - adjusted cost $ 162,800.00 LS 1 Daldronics Quote 162 0000.00 Contractor markups $7 2, 885.56 See attached for more Information Sub-fotal I I I I IT 11,890.56 Cost of Services, Repairs, or Nonstandard items B Item/rask Materials or Work Description Other Direct Costs Labor Rate ($) Labor Hours Labor Class Allocated Overhead SGBA' Profit Notes: Data Source TOTAL E SubTotal E Signature of Prepaw.. {' -sero aewrw xen+rm.e. aadr TOTAL S 11,890.56 H 1310 Webster Ave Fort Collins, CO USA 80524 Phone: 970-482-6064 Fax 970-484-3252 Email: joebob@hhdataservices.com DAKTRONI CS Quote valid for. 90 days Terms: AGREEMENT FOB: DAKTRONICS Delivery: 14-16 weeks upon submittal approval Reference: City of Fort Collins: MAX project bid no 7332 Item Model Description Qty Unit Price Extended Price No. AF-6300-16x96.12-A- Galaxy612mm Monochrome Outdoor LED 37 $4,135.00 $152,995.00 DF Matrix Display-6300 Series Transportation Transportation Galaxy Ethernet Wire 37 Galaxy Ethernet Wire Communication (AF-6X00 or AF-3200) Communication Venus@ 1500 v4 Venus®1500 v4 License Code Compatible with 2 Software Windows® XP, Vista"i, or Windows® 7 Services G1G1-Gold Warranty One (1) Year Gold Warranty Total Price Excluding Sales Tax: $152,095.00 AF-6300 Galaxy® Mounting Shoes (Includes 2 shoes for each 1 $150.00 $150.00 Mounting Shoes sign) Quote 9 450783-4 Rev 0 Brookings, SD 57006 USA Page 1 of 3 www.daktronics.com DAKTRONI C5 H & H Data Services JoeBob Tremelling 1310 Webster Ave Fort Collins, CO USA 80524 Phone:970-482-6064 Fax: 970-484-3252 Email: joebob@hhdataservices.com 16/May/2013 Quote valid for: 90 days Terms: AGREEMENT FOB: DAKTRONICS Delivery: 14-16 weeks upon submittal approval Reference: City of Fort Collins: MAX project bid no 7332 Item Model Description Qty Unit Price Extended Price No. AF-6300-16x96.12-A- Galaxy®12mm Monochrome Outdoor LED 37 OF Matrix Display-6300 Series. Includes custom Clever Devices equipment. Transportation Transportation Galaxy Ethernet Wire 37 Galaxy Ethernet Wire Communication (AF-6X00 orAF-3200) Communication Venus& 1500 v4 Venus@ 1500 v4 License Code Compatible with 2 Software Windows® XP, Vista TM, or Windows® 7 AF-6300 Galaxy® Mounting Shoes (Includes 2 shoes for each 37 Mounting Shoes sign) Services G1G1-Gold Warranty One (1) Year Gold Warranty $4,400.00 $162,800.00 $150.00 $5,550.00 Total Price Excluding Sales Tax: $168,350. 0— Bro Daktrokings, SO Drive Quote # 450783 4 Rev 3 Brookings, SD 57006 USA Page 1 of 3 www.daktronics.com a oAu'racr�trGg "+ Bmit TO ft r '. r.,,. rTv v',i i �} 201 DAKTflbN1ESflRIVE' Invoice No 6565173 PgsoX5lio DAKTRONICS, INC.. in pate D$/23I13 � BROOKIN03 SD 57006 (USA) i SDS iz 2222 Payment Due Date D9�22�13 Phone 800-325-8766 ' PO BOX 86 + l : uso 3 x F974700' MINNEAPOLi3 MN 55488 (USA) - C.t Np ax 605-6www daktronics`,com Purchase Order No mar x. z r Pa s1of1... 0 0 1p o I ACCOUNTS PAYABLE H & H DATA SERVICES H &,H DATA SERVICES ATTH JOEBOB TREMELLING ' ,Pei 970482 6064, 1310 WEBSTER AVE 1316 WEBSTER_AVE FORT COLLINSGO $0524-2756 (USA) FORT COLLINS; c0 eDsz4275s Attn JOEBOBTREMELLING OurJob Shi"pped Via ` pellveq Terms Pa mA! Terms Y C20370 FOB DAKTRONICS NET 30 DAYS,' UNIT OF LINE ITEM DESCRIPTION MEASURE QUANTITY UNIT PRICE AMOUNT All Amounts in USA US DOLLARS ' FORT COLLINS MAX BRT V1F 0300 16X96 12-A DF (d37. I 168 350.66 168 350.00 - NET 30 FROM SHIPMENT_ t . Items Subtotal - - i+ -f Subtotei _ 168 350.00 t 168 350.00 +' " Tax.:;: 0.00 . TOTAL 168 350 00 .: For questions regarding this nvolce please contact DARCIE VAN EDE at 605/697-400D. InJoiceTotal US$166350. Federal Tax I D. #46 0306862 - i Make payment from this involce 00 ` No`return goods accepted without prior authorizaaon. For invoice Inquiry contact ds at acrtsrec@daktronles corn Payments Received US$0.00 ® To receive proper credd please In Icate ^ ` "' ' - � '' DAKT_RdNICS Involve Number 6565173on your remittance. NET DUE �, US$168 350.00 . For Ovemlght Packages, please use this addres_ s; Currency USA ' ox SDS 72.2222 1200 Ena Park Dr. St Paul MN 55108 -. - - Daktronics U.S. Bank Lockb , .: „ ... , _ - �' 12/11113 Erika Keeton, PE Special Projects Engineer City of Fort Collins 281 North College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: 240 Revised Will- W" CEI PROJECT#:I 12-009 CONTRACT NUMBER: 7332 1 CONTRACT DATE: CONTRACT NAME: Mason Corridor BRT DESCRIPTION OF CCR: Added costs associated with the approval of Variable Message Signs for stations as directed by COFC. H&H Data Services priced these signs at bid time based on the specification. The approved signs now include custom Clever Devices equipment. Below is the added costs associated with this added equipment. LOCATION: All Stations 1 MEMO NO.: NA MEMO DATE: NA COSTCODE: 660-00028 DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL Daktronics VMS w/o Clever Devices equipment 1 LS $ 152,995.00 $ 152,995.00 Daktronics VMS w/, Clever Devices equipment 1 LS $ 162,800.00 $ 162,800.00 Additional cost to project $ 9,805.00 H&H Data Services nVu - /o /OIL $ 1,47.0:75 JUbIUTAL $ 11,275.75 Sage Markup - 5% $ 563.79 CEI Markup - 5% $ 591.98 Total $ 12,431.51 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. C1 7'0, 76S,5-o f,31'9, Z7 3e¢,77 DAKTRONICS 1310 Webster Ave I Fort Collins, CO USA 80524 Ph6ne:970-482-6064 Fax.970-484-3252 Email: joebob@hhdataservices:com Quote valid for: 90 days Terms: AGREEMENT FOB: DAKTRONICS Delivery: 14-16 weeks upon submittal approval Reference: City of Fort Collins: MAX project bid no 7332 Item Model Description Oty I No. I 1 AF-6300-16x96-12-A- 'Galaxy®12mm Monochrome Outdoor LED 37 OF Matrix Display-6300 Series Transportation Transportation Galaxy Ethernet Wire 37 Galaxy Ethernet Wire Communication (AF-6X06 or AF-3200) Communication Venus® 1500 v4 Venus01500 v4 License Code Compatible with 2 Software Windows® XP, Vista TM, or Windows® 7 $4,135.00 Price $152,995.00 Services 2 GiG1-Gold Warranty One (1) Year Gold Warranty 1 Total Price Excluding Sales Tax: $152,995.00 AF-6300 Galaxy® Mounting Shoes (Includes 2 shoes for each 1 Mounting Shoes sign) 201 Daktronlcs Drive Quote # 450783-4 Rev 0 Brookings, SD 57006 USA Page 1 of 3 www.daktronics.com $150.00 $150.00 CAKTRONIC9 Please reference Installation Responsibilities Sheet(s) Terms: If a payirienl bond containing terms reasonably six 'Iriclad el piogress payments or'Stffer options depeni if the,contract is not secured with a payment bond, terms to the payment terms are on late the order, we am generally flexible on terms. These terms may to review of the contract structure and credit of receiver. Policy with Regards to Order Cancellations: The purpose of having an order cancellation policy is to recuperate casts associated with partial performance on a purchase order for equipment. Daktronics incurs costs in processing the order, manufacturing the ordered equipment to the date of cancellation, storage, and efforts to resell the equipment Daktroncs shall charge a 25% restocking fee on all cancelled orders for standard products and'inay charge up to a 35%fee on non-standard products: Gall Counsel with any questions or Boncems. Taxes: Buyer must provide a sales tax exemption number/certificate to claim exemption. Sales tax will be included in the final price If the sales tax exemption number/certifirzte Is unavailable. Contingencies: Any quotation to contractor is contingent upon the contractor receiving award of the contract. Any quotation also is contingent on Daktmnics' meeting applicable plans and specificatloris. Both Daktronics and contractor shall bear their own cost, and not be responsible to each other for any costs associated with attempts to meet or amend theplans and specifications. Casey Williamson PHONE: 720-413-2307 FAX:605-697-4700 EMAIL: Casey.Wiliiamson@daktronics.com Ben Busses PHONE: 605-692-0200 FAX:605-697-4706 EMAIL: Ben.Busser@daktronlcs.com Terms And Conditions: The Terms and Conditions which apply to this quote are avallable upon request or by clicking the links below: SL-02375 Standard Terms and Conditions of Sale(www.daktronics.com/terms_oonditlons/SL-02375.pdo SL-02374 Standard Warranty and Limitation of Seller's Liability(www.daktronics.wmfterms._condltlons/SL-02374.pdf) SL-07862 Software License Agreement (wwvi.daktronirs.wr kh nns condltionslSL-07862.pdo SL-10019 Standard Terms and Conditions-Pans(www.daktronlm.mmtterms_condlbons/SL-10019.pdo 2ul UaKtronics Urive Brookings, SO 57006 USA www.daktronics.com Quote # 450783-4 Rev 0 Page 2 of 3 DAK , UNIMP kKTRON Acceptance:, ... ., The Undersigned has actual authority to execute this document and Daktronles, Inc Is relying upon such authority. the Terms and Conditions zs provided In the Customer Signature Print Name " SHIP TO: Same as Bill to Company Contact Person Address City State Zip Telephone Fax Email 201 Daktronics Drive Brookings, SD 57006 USA wnwv.daktronics.com of the to the as eMenced BILL TO (if different from page 1): 'Required Information 'Company Contact Pelson Address 'City 'State •Zip Telephone Fax Email Quote # 450783-4 Rev 0 Page 3 of 3 Pending Issues Log Dare: 02I1SM4 Ref. No. COp SCC $pat Section Nam 0ncrlptlon Requested Amount Status WCDD01 1 40.02 604 Cha ekom&ffdato&kda MH8.1 7MIN012 $883.00 reWesteO by CEl; credit to contract WC0002 1 1OM 403 scirl dePhaft pooding de -Laurel to Maple 8'to 10 7/312012 $ln,163.03 change ken W depth to 10' depth: al SG versus S In did WC0003 1 40.08 630 TernMar, fend -BNSF cork 7I182012 $16,401.90 ordered for deadw N BNSF closure;" raw nor specifically defined in woposal kom sub WCD004 1 40.08 Na Insurance a stment $2Mr$6M W$5Mf$t OM 71122012 $3,957.00 BNSF protective NaUlty insurance for CEl Contratt $14M in R0W WCD005 1 40.06 630 Time and Material traffic caard for BNSF work Oownlowa 7112RO12 $14],562.]8 traffic cormd for clocatowe BNSF rail r canmt work WCD006 1 10.02 403 AM tenno crossing, a Oak, Mountain and L a 822012 $Ba5.00 RAP aI Oak; HMA a Mountain and Laporte; padali,, paid Mu cos WCD007 1 40.06 412 Eahenced Crosseek cA es Laurel North 822012 $0.00 Chortle to al dial colored crosseaks nadh N Laurel; no cost change WCDOOB 2 40.06 412: 603 1 Chisoldto Maple Intersection 9/112012 1 $71.9f0.39 ternin pocestrw crossi ; intersection cressvwks; add to base dtl WCOOO9 1 40.08 630 Sipecialt, signs - SNSF dosae 7/16RO12 $9.068.00 specialty signs for BNSF closure WCOO10 1 40.08 208 Erosion Lo;s 8996 EA MM012 $24,82820 40.08:20800005; mead in final No tab WC0011 Na 10,02 403 HMAPatch) -2]3 SV MM012 $0.00 10.02; 40A0721; added Mostly after bidopening; ant a asphaft patchingdoamdan WCD012 1 40.02 603 Storm drain line J changes 8202012 $O.W Grade and a nmant changed for storm line J;Mason- Old Main to Laurel; unit pie" WC0013 3 40.07 608: 609 Site Changes at lndsNal Sciences MON012 $31225.68 Ch es to sidewalk, pwn2 alncasNd Sciences WCD014 6 10.03 we BNSF Railroad talent grading 8222012 E45,803.75 T&Mr to grace RR Calast curb support ions WCD015 3 40.02 603 Storm drain He 81-1 chan,,cs 9/42012 $19,812.00 Design charges; to storm line Bl-1; FCLWD Why conl1d WCDD16 Na 20.01 608 Dive Station She Chortles 9111RO12 $0.00 Atle stairs; reasoning wall cla es; net used! WC0017 Na 20.01 608 Toe ael chardeaTro4man Station IOM2012 $0.00 Add are vat to Traanan xek; net word WCDO18 1 40.02 804 Storm line Cl-2 desi n chances 10/122012 $0.00 design Chaa cslf, eand for at contract l prices WC0019 13 40.02 604 Slam line Bil design dim es 10272012 $63.560.54 arty pipe dekled;replaced with HERCP: Vace antl manhole changes WCD020 11 20.01 Div 20 Ekceical site plan changesM look,look,Condils 121112012 $25,570.05 IsWce condbt for siceAw Wre a each station WC0021 6 20.01 OIv3 Light Pole fcurMation chan,e, 1ORWO12 $4.611.00 cha es depth d ligint poet fameatlas - credit WCD022 6 40.01 202 PSCo Decostrucbon scove Of a ch a 102B2012 $17,592.00 changes v all scope Noecasnedw-dell WC0023 9 40.02 619 Storm Line F1-1; F/4 and We specifficanon cha es 12242012 $107250.35 Wepleto rew4e N'ckee bares catias; F14 pHrfle WC0024 Na 40.02 603 Stonn Line B1-1 reanneacdbon 10202012 $0.00 wdN adding;art price MH WCD025 13 40.01 No Shc Saelloorm - Station 83M0 11MO12 $11,525.00 repair d unatabks ade WCD028 9 40.02 603 BC - tree and ado wAN 11272012 $842]].50 site gnadnq changes, newhan, wall , rail trail ant pipe WC0027 Na 40.02 603 B2-3 design change 12/102012 $0.00 sfighosent ctw eta tadHate pipe InslNecon hear BNSF tractor WCDO28 13 20.01 DIv] Mulpenry Sieben pandart 11212012 $21,803.04 addition wriell ant st Multary Stations net lncLoed in No dots WC0029 We 10.01 412 GJ ad antl lift da eto STC 12/.12012 $O.oO change ro see, tv4T traffic at STC; Id for thr hnt prices; WCW30 a 40.05 601 CSU Fled House Releasing val 1/52013 $23,352.00 addition N retaining xel al Red! House to replace set not stated for rarnoval WC0031 14 40.08 626 RaclMormatlon Office Scoee Clsdfication 11WO13 $0.00 dariees and fuller oefines RO.cops of a fa MAX BRT WtJors dwak WCD032 a 40.W 514 CSU Reid House Hand Rail act Stairs 1/52013 $1.875.00 aeds lnstalation N hand rail and stain N CSU Fell Hasa parldng lot WCOM 6 10.02 203 Setynent1-Shc Stcsnhron 12/102013 $16,964.32 sdlsroblbation fa areas ken STA 9M0to 12�00 WCD034 10 20.01 0Iv 32 Pavers at Station Safoms 2RM013 $55287.42 darifles psarer and truncstee done installed. at arts; arbh'M WCD035 No 10.08 601 Change frova epcn,,r coded rekfMN bar 10242013 $0.00 Credit for epoc, coated raper in Well 3, Latimer e2 box cdval. etc; in uNt prices WCD036 13 40.05 607 1 Race fanceIII S 1 12M2012 $6226.63 Cost for ferwe posts darnagerl charng removal WCW37 13 40.07 30X Gracing and ri instalatim at Trouman 11WO12 $940.63 Teri Inslaledon N indleas fa TraNranc .ao4wlness aaxse W C003B CN 27 Roc Bare a DTC for 1/112013 $8239.35 P- We r to DTC station WCD039 DN 27 Repair N BRT caidul a DTC sutlon sorts side 2r62013 Raper N BRT caIdN ed dal sooty cadson heraladon for WCD040 MO Tralflc caNd deWces and laoa for Pros closure 2/112013 $114,13025 Tralfic control far Prosclosure Conti and CEl work WCOD41 V410.03' MO Cost to accelerate Ron coaee work IMP013 $16,881.16 Ovatime costs anshwave edh Pros ddsae WCD042 206 Sher fa SNSFeh,Wdd, Xw Wa13 D12QO13 $234,929.1. Sheri to ac Wharadare BNSF protection aiteriaa "13; we13 corwbixtion WCD043 604 ProsInert Contacts. 3M2013 $21.482.80 Caawctiors loom etlsd inels to storm Me Ft-1 WCC044 Varies DowatohO Rehab-StrewtsD 31102013 E220240A2 RMatikationa fa Sreas Deparrmar, non,rant related work Attachment A Transportation Domestic Installation Responsibilities Checklist Dektronics Customer Description X I. 10he (1)Year Gold Service Plar (Parts Only) -Commences on Ship Date X ' 2. Installation/Operation Manual X 3. Venus®1500 Control Software CD-kOM With Licensing for One, (1) PC. X 4. Crating X 5. Freight X , 6. Spare Parts X 7. Signal Cable X 8. Permits X 9. Mounting Brackets/Hardware (if purchased) X 10. Shrouding X 11. Engineering Structure Certification X 12. Sign Support Structure X 113. Electrical Service X 14. Conduit X 15. Physical Installation X 16. Installation Supervision -one day X 17. Communication Network X 18. Integrated Central Software X 19. Liquidated Damages X 20. Performance/Payment Bonds X 21. Duties/Customs Clearance X 122. All Applicable Taxes 201 Daktronics Drive Quote # 450783-4 Rev 0 Brookings, SD 57006 USA Page 1 of 1 www.daktronics.com 9 OAKTACI NICE DAKTRONICS H & H Data Services JoeBob Tremelling 1310 Webster Ave Fort Collins, CO USA 80524 Phone: 970-482-6064 Fax: 970-484-3252 Email: joebob@hhdataservices.com 16/May/2013 Quote valid for: 90 days Terms: AGREEMENT FOB: DAKTRONICS Delivery: 14-16 weeks upon submittal approval Reference: City of Fort Collins: MAX project bid no 7332 Item Model Description City Unit Price Extended Price No. AF-6300-16x96-12-A- Galaxy@ 12mm Monochrome Outdoor LED 37 $4,400.00 $162,800.00 DF Matrix Display-6300 Series. Includes custom Clever Devices equipment. Transportation Transportation Galaxy Ethernet Wire 37 Galaxy Ethernet Wire Communica0on (AF-6X00 or AF-3200) Communication VenusO 1500 v4 Venus@ 1500 v4 License Code Compatible with 2 Software Windows@XP,VistaTM,orWindows®7 AF-6300 Galaxy® Mounting Shoes (Includes 2 shoes for each 37 $150.00 $5,550.00 Mounting Shoes sign) Services G1G1-Gold Warranty One (1) Year Gold Warranty Total Price Excluding Sales Tax: $168,350.00 201 Daktronics Drive Quote # 450783-4 Rev 3 Brookings, SO 5USA Page 1 of 3 www.daktroninics.com com n b e _ - p,p' r•• r nx y 201 DAKTRONICS DRIVE RemR To ...InVNo ; 6565173 Po.BoxSno -'i DAKTRONICS INC. nvolc� ` e,Date OH/23/13 BROOKINGS SD 57006(USA) SDS PO Box es Payment Due Date; 09/22/13 - - Phone 800 325-S766 Cust No 1 340 Fex 605-697-4700 MIN NEAPOLIS, MN 55486 (USA)•. +s: a wv_nv daktronics com Purchase Or7777777 der No Pa e 1 oEa rr 0 0 I H & H DATA SERVICES ACCOUNTS PAYABLE ATTN JOEBOB TREMELLING H &.H DATA SERVICES PH: s7o-08z-sofa 1310,WEBSTER AVE I. 0__WEBSTER AVE FORT COLLINS,�CO-80 -4 i56 (USA) FORT COLLWS CO 8052¢z756 Altd JOEBOB TREMELLING ; Our Job Shl'PpedVra peltveryTerms Payment Terms C20370 FOB DAKTRONICS NET 30 DAYS UNIT OF LINE ITEM DESCRIPTION MEASURE QUANTITY UNIT PRICE AMOUNT i All Amounts in USA US DOLLARS FORT C0 LINS V1F-6300-16X9617A-DF @37, 1 166,350.00 16835000 NET 30 FfiOM SHIPMENT - Items Subtotal - 168,350.00 Subtotal 168 350 00 - Tax' oAo TOTAL 168 350.00 Foruestions re arising this invoicp e leaseI act DARCIE VAN con EDE at 605/697-4000. Q. 9 E, i ' Federal Tax I D #46 0306862 - Invoice Total - US$168 ,350.00 r Make payment from this Invoice - ..-- N0 return goods accepted without prior outhonzatlon For Involce Inquiry contact us at acctsrec(�daktronscs.corri Payments_ Received Li ._. . ® To'recelve proper credit please indicate' ' DAKTRDNICS Involce Number 6565173 on your-1,.—nce_ NET DUE US$168 350.00 'Fos Ovemighf Packages please use ails address: Currency USA -. - Daktronics U.B. Bank Lockbox SDS-12.2222 1ii Ener - Park Dr. St Paui MN 55108 _.. _._ -i max WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: PROJECT: Mason Corridor — MAXBRT OWNER: City of Fort Collins— Engineering Department ENGINEER: Michael Baker Inc. 112 PROJECT NO: 7332 The following additions, deletions, or revisions to the Work have been ordered and authorized: (Title of WCD): Variable Message Sign Integration with Clever Devices This work change directive directs the Contractor to price and if accepted, provide City requested changes to the Variable Message Signs (VMS) to include custom installation of Clever Devices control boards and power supplies into 37 individual signs. 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. The Contractor shall provide a lump sum price for this installation. This change is being initiated by the City as the bid specifications did not include provisions for Clever Devices integration to the VMS signs. 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. /fir Ordered By: I/ '/ �— May 1, 2013 �er Date Recommended By: �y7/�/L� May 1, 2013 Construction Mohager DTe Copy: Owner, Engineer, Field File - SharePoint WCD112—VMS-CLEVER CHANGE-05-01-13—DRAFT FOR PRICING PAGE 1 OF 1 max December 18, 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 290 Pipe Outlet Structures — WCD 114 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. 114 to modify the pipe outlets for pipelines E4-2 and E4-3 to construct two outfall structures per the provided detail. Please find the attached proposed Contract Change Request #290 from CEI. In preparation of this Independent Cost Analysis (ICE), a quantity take off of the work was completed. The quantities were then used to calculate the cost based on the contract unit prices. Therefore, the value of the independent cost estimate is $3,647.00. Considering the information presented and the independent cost analysis, increase to the contract in the amount of $3,910.18. /0 Keith Meyer PE Construction Project Manager CH2M HILL Team 970-988-8605 keith.mever(a)ditescosery ices.com Cc: job file I would recommend an Change Management Checklist Compliance Date Reviewed Reference Initials Reviewed for compliance with Part of the Build Alternative; Environmental Assessment 12/18/13 included in SCC 40.02; inside EA KM area of influence Reviewed for construction/safety impacts 12/18/13 Included in traffic control plan for KM work in area Independent cost estimate prepared 12/18/13 As attached to this memo KM Reviewed for PCGA grant compliance 12/18/13 Part of Build Alternative KM scope is included in SCC 40.02 Construction inside City Reviewed for real estate impacts/needs 12/18/13 permanent easements and rights KM of way Reviewed for compliance with design criteria/ADA htpillwvw.access-board.gov/ada-aba/ada- 12/18/13 n/a KM standards -dot cfm FOrft�s Date of Estimate: 18-Dec-13 Contract Type: Mason Corridor - Hard Bid Existing Contract or PO (Y/N): Y Independent Cost Estimate Description of Goods (A) or Services (B): Install 2 outlet structures for E4-2 and E4-3 pipe outlets per the provided detail. I have obtained the following estimate from; Published Price List / Past Pricing (date) CEI contract unit prices and 8me&material rates; 2012 CDOT Cost Manual Engineering or Technical Estimate (performed by) George Latour Independent Third Parry Estimate (performed by) Other (specify) Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard hems Product Unit Price Quantity Unit Contract hem Total concrete class d $413.00 6 CY 60103050 2,478.00 rebar $1.00 200 Ibs 60200000 $200.00 Structure Excavation $13.50 12 cy 20600000 $162.00 Winter protection $1.00 207 at n/a $207.00 Seed in lRestoration 500 1 LS allowance $600.00 Sub -Total $3,647.00 Cost of Services, Repairs, or Non -Standard Items Rem7task: Materials or Work Description Other Direct Costs Rates Labor Hours Allocated Overhead SG&A• Profit TOTAL Foreman $55.00 $0.00 Laborer $40.00 50.00 CAT 246B- UL-61 $65.00 $0.00 CAT 93BG - W L-39 $110.00 $0.00 Side Dump $85.00 $0.00 Class 6 Roadbase $29.00 $0.00 Sub -Total I $0.00 Total $3,647.00 Signature of Preparer. Yes We Can — Pow Concrete When It's Freezing « Site-K Construction Zone Page 3 of 8 In many applications, the hydronic hoses are laid in a pattern on top of the concrete for curing. However at times, concrete is poured over the hoses and the concrete is cured from within. In many applications, the hydronic hoses are laid in a pattern on top of the concrete for curing. However at times, concrete is poured over the hoses and the concrete is cured from within. "Cold weather," according to the American Concrete Institute (ACI), constitutes a period of more than three consecutive days when: a) the average daily temperature is less than 40' F (4° C); and b) the air temperature is not greater than 50° F (10° C) for more than one-half of any 24-hour period. Under ACI's definition, "cold weather" conditions typically exist from three to six months for a vast majority of the northern two-thirds of the United States and Canada. Contractors avoiding cold weather concreting significantly limit their profit potential. Historically, those concrete contractors braving the elements have turned to the traditional methods of air heat, antifreeze admixtures and accelerators. These tools have been used with varying degrees of success, and the expense has made some a bit cost prohibitive in certain applications. "The additional cost to the project can be as high as $1 per square foot if not more," comments Ed Jaroszewicz, director of Climate Control for Wacker Neuson. Hydronic Solution Successfully employed for more than a decade, portable hydronic heating systems continue to make their way into more North American job sites. These systems, like Ground Heater units from Wacker Neuson Climate Control, allow contractors to properly cure concrete at a much lower cost than traditional heating methods. http://www.site-kconstructionzone.com/?p=2414 12/18/2013 CEI 12113/13 Erika Keeton Special Projects Engineer City of FL Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: CEI PROJECT #: CONTRACTNUMBER: CONTRACT DATE: CONTRACT NAME: DESCRIPTION OF CCR: 290 WCD114 12-009 7332 Mason Corridor BRT Costs associated with building one outlet structure at E4-2 and another at E4-3 perwork change directive 114. LOCATION: E4-2 and E4-3 Outfalls MEMO NO.: NA MEMO DATE: NA COST CODE: 700-52050 DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL Materials With 15% Markup Concrete 4.16 Cy $ 133.00 $553.28 Reber 192 LB $ 0.62 $136.90 DirtWork Foreman 1 3 HR $ 55.00 $165.00 REV 9 HR $ 40.00 $360.00 CAT 2466 O6:UL-59 3 HR $ 65.00 $195.00 Form, pour, finish, strip, winter protection, export Foreman 1 8 HR $ 55.00 $440.00 Labor 2 16 HR $ 40.00 $640.00 Finisher 4 HR $ 50.00 $200.00 Winter Protection 1 LS $ 250.00 $250.00 Export of excavated material 1 LS $ 170.00 $170.00 restoration of adjacent grading, seeding, mulching 1 LS $ 800.00 $800.00 .. r IR Concrete Express, Inc., requests 4 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, 11 r V Ryan ckinso Proje rnay r $3,910.18 r"k4"kax WORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 114 PROJECT: Mason Corridor— MAX BRT PROJECT NO: 7332 OWNER: City of Fort Collins — Engineering Department ARCHITECT Michael Baker Inc. The following additions, deletions, or revisions to the Work have been ordered and authorized: (Title of WCD): Pipe Outlet at E4-2 and E4-3 This Work Change Directive (WCD) directs the Contractor to price and, if accepted, install a concrete outlet structure at E4-2 and E4-3 pipe outlets adjacent to the BNSF tracks. The outlet structures shall be built according to the attached details and at the direction of the Engineer to match field conditions. 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 through this WCD at a cost per CY for structural concrete (Class D). This change is being initiatied by the City at the request of BNSF to help protect their ballast and track sections from extensive storm runoff. Attachments (List Supporting Documents): Outlet 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: at✓if_ k�—' December 13, 2013 der Date Recommended By: _ A ;..... A, December 13, 2013 ConsWchon/.tanager Date Copy: Omer, Engineer, Field File - SharePoint WCD114_0unET E4-2_AND_E4-3_DRAFT FOR PRICING PAGE OF Pending Issues Log Data: 02116114 Ref. N. COe SCC ham Desalptlon Rapuaatad Amount Status WCD045 11 W.02Traffic and casson des'n dla es W102013 $21,826.35 Traffic eta and CMSSM sc la ch es WCD046 13 20.01Ele cal panel char esfa stations 1202013 82.689.55 Recondle station e6; seMcas WCDD4] Na 20.01Wit !rRapLaoe Station Grads Cha es-13 inch cum at arm 4I1NO13 $o.W Cha es mclav to acconamd--e 131nch W curb - no cosh WCOD48 6 40.08Ddeta tan Set and Sewn Manager 32]2013 $1W.418.31 Redone Saf and Seoul Manager Sc ham CEl contract; try fer to CM WCD049 14 -W.05-Cha eRbaCode Cabe to 144 count 4I52013 $52,16/.09 Changeto add earac for hsbre me -non ram luonds hanL and Pow WCDOW 15 '20.01-1412'tatct and r it ICON footer 4I42013 E12214.40 bnads to lmizled curb to accalenodale NMI bs door des -bcal sands WCDO51 5 '20.01- Vanes NRRC OverpnsS Wtnctire and Radix; 41IM013 $1.]]9.894.43 Add; NRRC Otvrpmcatotaxton -n ray relatedw WC0052 1 15 1 40.02 603IfiO4 I Ft-1Rod. M esmnha Pidb, 4212013 1 $3,845.W Changes fteine Volile and a5grdent norM of Min (BNSF protection zone ark utildy cadlcls WCD053 13 W05 DIv27 RberCoto lood W City Hal 4212013 S8709.75 Adds fidsr 09fic IdW M City Het hood Meldury Acxnumn WCD061 Na '20.01' Div 27 unl�.ltv Station Corkdt -CSU 411WO13 $0.00 Imtal fiber and candid fa futire me M Udlvendty Station sea- by CSU WCD055 15 W.05 Div 27 Cares Cabinet Rack Dvagn onangas WWO13 $15,167.37 Ch es rack des ; UPS and other Naar. of cam ,unions cabnM WCD056 Na 10.0B 504 DTC Retauln, Wa1 ptacmolda $O.W Imtalc asmal wool a Ne DTC station sldlax -nomad WCM57 14 20.01 Oiv6 Station HaMail Change - aanessro coo adm $156,200.44 C of haM'a1-- sodas trod stanlass steal to cooed sled WCD058 Na 40.07 403 McCWand B Meson Paving Mang" placal $0.00 ChaNes avant of HBP used In McCWand dle W Stneets Dept Raub -named WCDO59 14 40.02 Vanes Whale FoodsLight aMl atlorn Repair WIRO13 $1470121 Add;repair an Wt caMit and WdW fa WtMe Foods parang M WCDOW 14 '10.01- W] RaflldgJFa e changeMCSU aloW Tipe ]baMc 5/112013 329,379.65 CNN. todt,afing MAmalatar odci for fiencing alon, CSUS WCD061 Na 40.02 W3 E4-1 Foelne Profile WIM013 MOO Changes profile fa E4-1 to lnnnZe BNSF shoting WCD062 No 10.08 W1 Shewood L--ara Ta ed Connectiondeiail 5I192013 SD.W Addesses tamool earMttion to Shaweed L--ad box - tossed in des' gn WCD063 11 W.05 Div 27 F'WOT to Tramfal Maimenance FacRty 51192013 S4,354.88 ImUftiona afibs bop oonnamnear Td ro connoiete the BAT camMbcatia4 WCD061 14 10.02 Na Stabi�on- STA 84+50 noM to MCCbland S202013 $24.458,69 muM excavation ands ada slabbation had STA M+W to McClelald WOMBS 14 10.02 WM12 Rmpact Shoppm Grad STA 179r00 to 182r00 5QW013 $24.951.41 C m Wades ale Bawls fa tfs seMona constreation WC0066 14 10.02 W8 JC Track Gracing 52]2013 $87.856.01 Track qrazlandl site mndngffaaonq Manqesr teal by CSU WCM67 17 40.02 W3 Tidsfiex Valve in MHF1.3 52]2013 S7.I92.06 A bon ofone,verve In MHFl.3 a recuester pnopemy axles- preneent Boon WCDO68 18 W.05 Db27 STC Rte Canectlon it. Hannon, y12013 $85.590.87 Adds fiber loop carnedon to conflete BAT conelsricatiars a STC WCDW9 17 20.01 DN3 Station Mrail to FRP 3/142013 538.533.74 Chadgeo Ne M ral a eaM station ale STC to FRP - need aedt for EPDM WCD070 16 W.M 614 Fa Consmntron WWO13 S9],999.4] Ads FtwaWdCaLSnlLtion W CEl Contract WCDD71 14 10.02 Na ade Stabfzation STA 57r00 to 58x0U 111WO12 $1,845.00 mbwaft stabbatiaMlMa excavation WCDO72 19 '40.01- 202 A dal tree removes far M50 pondank Lake Street 422013 $122]].13 Adds tree ranovd not lrckkedN orlontal contrail MSO ;,and and Lake St WCW73 19 'W.0w 660 Teo-2'dreM bares L and Mason 4292013 1 $11,301.71 r M Part. of BRT dict bank danngecl by City and BNSF cn. okming two y caneRion WCDO74 14 40.01 202 Codonwod rencnnO in Segmend 6 4242013 1 $1,520.W ranaraof a N8- conona000lV. b nil Whale Foods WCD075 14 20.01 M26 Add WA beaky W TiMa Venting Mad w 852013 $3,132A5 Add;/ es 20A beaker to WA beaks for each TVM draat WCD076 12 10.02 Na Stabdradon -STA 61� to 66H10 hand d-aln 7152D13 $76.891.62 Adds ftMhsu ade aabl]8tion and mclerclain pim to contract fm sulogracle staJfzation WCDD]] 14 40.05 Wi Wal IBheight chad,w W RFI 047 7112013 $1.573.62 Add; rebar and conaete; labor and mder1815 to combuct Wall l B takw w RFI047 WCD078 13 40.07 403 CSU Mason Pide 7292013 $119,W1.02 Adds MIng and pWrg for Mason Street hen UNversldy MLaud WCD079 Na 40.08 6W Mason DelP Off 822013 $o.W Adds ant mM of Laura nonMqucl station ua Yes WCM80 19 W.05 w Road iastalabon at DTC for Roof of Concept 9I1712013 51,921.88 Add; 60a lmtaladon ro the DTC station for Koof W coridept and redndad ring WCM81 14 40.02 619 Jacked Bore CoMfas B/302013 $6,547.52 Adds time and mantas M remove undednotsncl cantos wia Ft-1 and E2-1 WCD082 14 40.02 Vanes OCR RBLonclfaon fal wtltydom ins--. 8MR013 $3724510 R.onl les CCR 1124,61,88.123,142.148,162.169,170,171,174,179.1W WCD083 14 40.04 202 Guartrallremoval STA 151-25 10232012 St-28B.OD Adds rengvd of abal beNnd Whale Foods CCR45 WCOOM 14 10.08 504 RadaninqW8126bcksficatlon 4232013 52792.38 Pavestone docks vases needed to WU wolh' CCR118 WCDOBS 14 40.06 WB Mwnlain and Meson Peang Vav4xk 2222013 $1257.85 Ema wok at M"Mon to met oavas chadgelnM and 0at4 CCR164 WCDO86 20 10.02 Vanes Drake Medan Island far --as MQ013 $2,W1.16 Adds melon bland naN Side of Drake IMMMm for gate lmtalabon WCW87 20.01 608 Bike PatioPationg a Stations 9252013 Addis bke pardM Bat p a rands station bcatias; pact as unit cmT WCW88 19 40.02 619 Waenne Vent Relocation 9282013 E2,----- Adds n1- I awenne vent --Lake Street _►2 13 r, A Ou+�a11 1=.9-2 e C4-3 `v z .ems 10 i m "414 7U gF /'2 of Pir � a � qb3 �A. b9 z2° v» �q. L @ t2; O.C. t�kk "c�� <• o a -it 4- G 12 ° O. C. F'w (` '.es CGriss p Cavc2Erc 6f6 le4rafF z'¢ , 6e 610 65wa5e L myour- /C/E4D 'PeA'lCr/64771Ws BY EnGrn+��� qeE 70 Sc EkPG a ?p M.¢MH ,EXrsr1.✓6 eaN-VrMA& 314 ° ChWA-V]5-i2. .4u ExrO.Top -4Acove--o.S. max February 16, 2014 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 289 Vet Clinic Fence — WCD117 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. 117 to install additional PVC coated chain link fence at the Vet Clinic adjacent to the BRT guideway. Please find the attached proposed Contract Change Request #289 from CEI. In preparation of this Independent Cost Analysis (ICE), a quantity take off of the work was completed. The quantities were then used to calculate the cost based on comparable unit prices. Therefore, the value of the independent cost estimate is $7,615.39. Considering the information presented and the independent cost analysis, I would recommend an increase to the contract in the amount of $7,920.36. eith Meyer, Construction roject Manager CH2M HILL Team 970-988-8605 keith.meveraditescoservices com Cc: job file Change Management Checklist CategoryCompliance D. te Reviewed Reference Initials Reviewed for compliance with Part of the Build Altemative; Environmental Assessment 2/16/14 included in SCC 40.06; inside EA KM area of influence Reviewed for construction/safety impacts 2/16/14 Included in traffic control plan for KM work in area Independent cost estimate prepared 2/16/14 As attached to this memo KM Reviewed for PCGA grant compliance 2/16/14 Part of Build Altemative KM scope is included in SCC 40.06 Construction inside City Reviewed for real estate impactstneeds 2/16/14 permanent easements and rights KM of way Reviewed for compliance with design criteria/ADA hfto7/w access -board cov/ada-sba/ada- 2116/14 n/a KM standards -dot cfm Independent Cost Estimate Date of Estimate: 13-Feb-14 Contract Type: Mason Corridor -Hard Bid Existing Contract or PO (Y/N): Y Description of Goods (A) or Services (B): Add top rail to the 78' Fence Special at Vet Clinic and add additional 78" fence special at vet clinic at north end of property I have obtained the following estimate from; Published Price List / Past Pricing (date) CEI contract unit prices and time&material rates; Similar bid tabs 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 hems Product Unit Price Quantity Unit Contract Rem Total 78" Fence (Special) $40.20 135 LF 607-53178 $5,427.00 Top Rail 78" Fence (Special) $5.45 335 LF See Backup $1,825.75 Sub -Total $7,252.75 Rem/Task: Fotal Signature of Preparer. Cost of Services, Repairs, or Nonstandard Item $7,615.39 ------------------------------------------------------------------------------------------------------------------------------------ ITEM NUMBER/ ITEM DESCRIPTION/ UNIT/ PROJECT NUMBER ------------------------------------------------------------------------------------------------------------------------------------ PROJECT LOCATION DATE LET QUANTITY ENGR. EST. AVERAGE BID AWARDED BID --------------= 607-53161 Fence CL (Spec) (60 In) Lin Foot =________________________________-----------___ IM 2254-076 I-225 FROM PARKER RD TO MISSI O1/19/12 6,343.00 25.00 38.02 29.00 WEIGHTED ______________ AVERAGE FOR THE FIRST QUARTER _______________ 6,343.00 _______________ 25.00 38.02 _____-_ 29.00 WEIGHTED AVERAGE FOR THE YEAR 6,343.00 25.00 38.02 29.00 607-53172 Fence CL (72 In) LinFoot ___________________________________________ IM 2254-076 I-225 FROM PARKER RD TO MISSI O1/19/12 7,351.00 15.00 14.51 11.00 WEIGHTED AVERAGE FOR THE FIRST QUARTER 7,351 00 15.00 14.51 11.00 WEIGHTED AVERAGE FOR THE YEAR 7,351.00 15.00 14.51 11.00 --------------- 607-53173 Fence CL (Spec) (72 In) Lin Foot=________________�____________________________ 19 ; i�' ZO/GF /,.7 IM 2254-076 I-225 FROM PARKER RD TO MISSI O1/19/12 612.00 40.00 45.59 35.00 WEIGHTED ______________ AVERAGE FOR THE FIRST QUARTER ______________ _______________ 612.00 40.00 _______________ _______________ 45.59 35.00 WEIGHTED AVERAGE FOR THE YEAR _______________ 612.00 40.00 _______________ __------- 43.49 ______ 35.74 --------------- 607-53191 Fence CL (Spec) (92 In) Lin Foot =___________---------------- ____________________ FBR095A-011 SH95(SHERIDAN) BRIDGE OVER RR 03/01/12 1,203.00 90.00 41.38 36.75 IM0702-314 1-70 MM 130.5 TO MM 139.5 03/22/12 808.00 70.00 57.61 58.14 WEIGHTED AVERAGE FOR THE FIRST QUARTER 2,011.00 81.96 44.56 45.34 WEIGHTED AVERAGE FOR THE YEAR 2,011.00 81.96 44.56 45.34 - 607-55040 Mesh Anchor Each _________ ---- _------ _________________________===m== C0703-379 I-70 MM 212 SAFETY IMPROVEMEN 04/19/12 60.00 200.00 265.00 292.00 C0703-378 CR 314, I-70 FRONTAGE RD, IDA 05/10/12 125.00 225.00 206.10 220.00 WEIGHTED __________ AVERAGE FOR THE SECOND QUARTER ____________ 185.00 216.89 _______________ _______________ 221.69 243.35 WEIGHTED AVERAGE FOR THE YEAR 185.00 216.89 221.69 243.35 Dean Contracting, Inc. PO Box 542 Windsor, CO 80550 City of Fort Collins Aft: Erika Keeton FD Box 580 Font Callim CO 8052-1 Quantity Invoice Date Job # Invoice # 9,'1112013 13.174 1431 and labor w take doom 85' of new top tension win: and rith 1 5/8• galvaniad topmil on west property fence on ind Drive. Project Delicnbadl P.Q. No. Terms Due on receipt Rate Amount 463.00 463.00 Phone# I 970-686-0351 I lisu'n',Jeurlrnntnuling.arg 1 I Total S163.uu All material and workmanship is guanateed 10 be as SpeciOed. The abovequotation is haled on normal working and pose selling c r loons. All extra costs and deviations fmm the above specifications shall become an Loam charge over and above the rslmatc. Dcan Conlraning, Inc shallaot he liable for dcla5z carved by Inek of Ishoror Inability, to secure adequate material, or other reasons beyond its connol. Dcun Contracting. Inc is not m-sponsible rordarnage done to any undcryound insrnllntions. All covenant violattonsan the responsibility crthe huya-r. Credit inquiries shall he mode on all buyers unless full p4.vm ml is Rm&Tcd in advance. No agreements or conditions, verbal er odrenvisc. "rapt as hcnin speei0ed shall be rvmgniad Delinquent accounts will be assessed I M per onnum Any legal expenses incurred on collection ordebt shall be the responsibility orrbe buyer. Date `j. %��%3 Contractor( 1 Z C E I' 12/10/13 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: CEI PROJECT M CONTRACT NUMBER: CONTRACT DATE: CONTRACT NAME: DESCRIPTION OF CCR: 289 12-009 7332 Mason Corridor BRT Cost associated with the field modifications to fencing placed near vet clinic, per direction provided by City. /eta( f� vEil1 LOCATION: Guideway north of Troutman (-anhhra MEMO NO.: NA MEMO DATE: NA COST CODE: DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL Vet Clinic- 8' Chain Link Modifications 63 ' LF $ 71.40 .$4,498.20 Add Toprail to 78" Fence (Special) 300 LF �- $ J 10A5 $3,045.00 Subtotal CEI Markup - 5% TOTAL Concrete Express, Inc., requests 0 days for the above contract modifications. These are all of the visible effects of the above change we see at this time. We reserve the right to incorporate other changes as they appear in implementing this change. If you have any questions regarding this change, please feel free to contact me at 303.562.2000. $7,543.20 $377.16 $7,920.36 Pay Request: 81I6ng taro: Invoke No.: Ideal Fencing Colporaion 5795 Ideal Drive Ede, CO 80516 3D3-962.8100 David Elger 3 ': 1125113 t23075 EXHIBIT B4 SCHEDULE OF VALUES Send to Concrete Express, Ire 2027 W. CoBax Aw. Denver, CO aD204 303.562.2000 303.S62.2010 tax AMntlon Subcontract No_ 12409-08S Project 12-009 Taxes: Exempt P./6= Ryan Dickinson REM NO. DESCRIMON CITY LNFT UNIT PRICE CONTRACT PREVIOUS OTY PREVIOUS PERIOD CITY THISPERIOD TOTALS THISPERIOD TOTAL 13TY TO DATE TOTALS TO DATE 210-01000 Revel F6nee 1213 LF S 8.90 5 10,795.70 791 5 7.039.90 0 5 791 5 7 Ws.90 60&10700 8r a Ra47] Fenm Porten D 2870 LF S 71.75 S 205.922.W 0 5 5 0 S 607.11450 FenmSTCedar 1853 LF 3 1880 S 31,83640 0 5 1719 5 32,317.W iris 3 32,317.20 607.11530 Fen. (Sptaq u LF $ 26.80 5 911.20 0 5 3 0 S 607-53137 Fence Caen Link ecia nes 1720 LF 3 24.40 S 41,958.00 0 S 5 0 $ Stored Malwial 1720 0 3 11.61 5 19,9mos, 1720 S 19,970.09 1720 S 19.070.00 607-663161 Fenm Chan Link ec 60 ha 200 LF 3 27.70 5 6.540.00 0 S 200 5 6540.W 200 $ 6.640.ED 607-6317711'enm Cnen Link 2 Incril 1227 1 LF il 1445 S 17.730.16 0 S - 760 5 10982.W 760 IS 10,Ye2W W7-53176 Fence Chen Link cbl nm 153 LP IS 06.75 a 5.622.73 0 3 - 286 S 14473.75 20 Is 10.473.75 90743220 Fence Chan Unk(SpeC61 iWn¢r W LF 1 4160 S 2,090.00 0 5 S 0 S 60733507 Fence Chan Line omen 1937 LF S 21-75 S 42,129.75 0 S S 0 S 601-=50 Fenm C'Ien Link 'all 5172- O iu` 78 LF 3 56.85 5 d ]58.3D 79 3 441215 5 79 S d 412.15 Wb107001Aaimerlsntt Axone Gear 'on 2 EA S 3.61000 5 7,220.00 0 3 S 0 5 INSTALL COST EMBED (60-174n 97 EA 1 27,20 5 2638.40 93 S 2,529.60 93 5 2.521160 eVETLLINIL'dCWINLINKIM0DID eATION 5W63 M lXLUWISWM7.17401 MWqMff4r49620 M 63 .5 /4982-DII 1 rS 4.<98X1 ` �IDOaTOFAwlliT0,78;%KENCEISPEC n'7"`a.'v° """= '"1`"=10:'033M2MLTM S -07-1 5 3,04500 2E5 i8 2A9i�i51 7A5 5 2. T51 S 0 S 3 0 3 CONTRACTTOTAL S 369,294.35 PRE'AOU5 S Pa6VAU6 RETAYAG= 3 PRLVDUSPhYRE,Y7 S Ciy 0 Fort Collins 7332 SLAx Prow -mason Cmrdor ExtubA I SchelLde o7 Valw3 Page I of 11,452.05 TOTq TWS E51. S 69,20159 T01AL 10 MTE i 100,1>S5.1M 572M 10.879.44 TOTALAPPRO.lDro DAIS S 100,665.64 FL=wmaE S 5.032.78 TOTAL IFSSRTA'.WEE 3 95,622.65 LESS PREVIOUS PAYNENIS 5 10.879.44 TOTAL WE THIS PERKID S 84.743.42 P,T_NROY THIS PERgD S 4_4W,15 c L L 0 L N J u maxWORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 117 PROJECT: Mason Corridor— MAX BRT PROJECT NO: 7332 OWNER: City of Fort Collins — Engineering Department ENGINEER: Michael Baker Inc. The following additions, deletions, or revisions to the Work have been ordered and authorized: (Title of WCD): Add fence at Vet Clinic This work change directive directs the Contractor to price and, if accepted, install additional fence according to the attached drawing to match the PVC coated fence at the Vet Clinic property. This fence shall include a top rail and match the 78" Chain Link Fence (special) fence specification. 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 address property owner requests to complete their fence installation. Attachments (List Supporting Documents): Sheet76 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: Ott„lam _ December05, 2013 mer Date Recommended By: ��1 December 05, 2013 Conshuceon Myhager Date Copy: Owner; Engineer; Field File - SharePoint WCD117_ADD FENCE_VET CLINIC-12-05-13_DRAFT FOR PRICING PAGE 1 OF 1 3LEGEND Mw e K m ROADWAY NOTES• I u�..al brm vssrrs .¢ m rK rr alLor nn. uLLa nrwdN UL .. aa ranc LrNco.uz vrs.ew wK T slm snNs Nu"0s'6 0 0 + ... w111 .e wIrr Ks LI O O sd INem RI[[ [Me[crlMMr. e IN N _______ LnITS w m TN=TLa a rLw EE Im L,rs ILs In L x OIIWdN� _.._— rvNLon en. .... . b ....... ....... . �... _ _ Io ran am Iw cxmaw n.. ... ... b .._ BNSF.RAILWAY -... ... .. _.... Q o ____ _______ _ I ...--.,... •:. = is rna rn.rc o eirm ._____ _ . _ r.exr.. . .. � "'FrxA __Install 135 LF chain link, - -- �-� �--•-------'--• with tD rail 7e's edal n P ( P 1 .-----.mwnc.KKer ' Op �rar amw _ _ _ _ _ d �. - - - KOa LfN Lrowme.i. f.K a . - -silsr IDEWAYr ••• - -- n •ms __ _. _ - t y U. _ t - ____ _tinny c2Nnuci-____ 6„s C s - _. ___ - . j c\ .Ism `W roKw v.LnN ns IKro ,C F�DO w J V. �i.�wauzmx x xrrL[ LL IYWM1 I.,. YS(r�bn rA s M�Y141xYp 1g Is/�41N _ 0 F ` pxpp f[YS LWY LW m Lx15rtE Mc..II�bOaSrt 00 s K.nrKrrL a»neetu av'Nsu nanml nL.VL pLOn RKL NMN LCbl NK4NIWI IKq 1 r—'-1 ; �, �._— i_ iz SNooa msrKrsr >.¢r a �� m rtKr oI.10N Lrl Iw Loe � ! e - xrar j SOLO I rI>s . sx —.Me re.MLN iii _Ee . 4d nM 1 I ii_ SOx sox T u D = tie J I Jv im waw.e 503E W O .. 1a vx ----- -------"I f 405 5032 +LY 1 ---'l"-- /DNAL �. _J +aX t2Y — —�e4mrnr_I—I_— _♦zY 0 _ _ _ —�— Y 2X I — _� 63�00 1Y HMO 6 6 Prim Dale: 3/3e/2012 Sheet Revisions MASON CORRIDOR BRT .try, . Fort Collins �,-/�'�Mm xerml mlR mu¢.vpLr4 ulml rtmwea'e rt. zw noam.mn'm imy%I:boa Sentruclion Ra ROMLaa: Vdll: Oroeigs ROADWAY PLAN AND PROFILE STA 63NN1 TO STA 6BM0 Project No. Flat Name: )0]3-BRT_sRoetl.ey_PApl2.Egn Oale: Cammmis IwL Re.'smn rl Co6rs: )OA Naia. SeW: 1-Q0' vnl. Sede: V-2- Xp/12 IeE Emmwnl line ATM IMil Inlarm.t. Wt Leon 146We CMJ/31/1] llaaolN reKe CrWI[ ATM DrVMr' CNf Slnrtive Q Q Delalm: NJN NVMarL 6Neel NunEm 7D $Neel SIMeI: RDMMAv $uanl SenW R]6 el l)D C1-302 Pending Issues Log max WM Date: 02/16/14 Ref. No. COO SCC Spm Section sen DescdVdm Des Requestent d AmW Status WCM89 19 10.02 Div RM.X.Wale Change MM013 $8,13140 Changes assvaalld; ands et deletes suonk,, /adder nw cmade WC00% 19 20.01 DbiM Add 2-Pole ceded ds Ul7nO13 $5,671.05 Add 2-pole conbcta for mal convd WCDO91 19 20.01 DN26 Cardinal coat-ColefiAaes W17a013 $1211.70 Adda cadinal coati ro Aflsdres WCD092 18 20.01 Div26 E col draft dy.an enny slafim 7WOi3 $121,0W.W Adds drasls kissed on oraw ;adtresses ECB sdm: UPS crass WCD093 19 20.01 DIv26 BB non -at PiAes aft University WOW 7WO13 $14.425.95 Adds BB KIM LWating pdas W Unihnsit, anew WCD094 19 '20.01- Din, 26 Rerocate PCC a Swdbv Nathbamd staim 10111QO13 $3,61620 Rebcates PCC aS nvsstlm WCN95 19 20.01 1 DN26 Add quad receplaMai to a" Seem 9272013 $6247.50 1 Adds quad recepumcles to emh 5101 ICON c net MIS and eleMcat plans assess WCDOW 20 1 20.01 Div Paver and Canaes, Replacenent at DTC sbfim 9110RO13 $15,608.02 Adds sense, stem and colored concsste replacenners at DTC WOD097 20 20.01 Div S lze su ace -Laurel nomin nd sstlm 8 013 $1,614.W Adds subade slaN$ratlm to rant nd Land seem WCDO98 20 20.01 Div Haffropy Sitlm custan pairs Wl WO13 $2.51330 Adds fws vod0 'droll &udlm sic WCDOW 20 40.02 W3 Repair swits, sew stCN 10192013 $9.371.00 Resairs anken sank saw a slam lne 34-1 WCD100 20 10.02 Na Su radesablzetlm STA196�OU,202509 ash 10/172013 $35281.75 StaNizes subgrade ante Wl onCSUc WCDl Ol 20 '10.02- 412 Gulcleavay curb repair 211MO13 $1,521.w Repairs ESD damaged cats saw of Harpny WCD102 We 40.06 609 Curb lslendC es- Kmad and While Foods 10/192013 $0.00 Adjusts geornery d a ale Islands behind Kmart and Whde Foods; paid as unit pdcw not usedQ '.WCD103" ':" '20.01° `"i'3Iv280 Div PcwW P5C�o NSMcal mo'nummt . T IStatlm VMS SignMountl Change lOMWO13 �AddscmWit avee to M1lstodwl monumenld Pros dStatlon. .,'.. -.,, :'G:�'� 20A14, 1252013 1120QO13 $100 $5,993.19 tle8tWCD104 eisliacWfa.UPSm ... {R Changes rn mw detail and rocatlm dsign; eam Type Isstlm WCD105 24 '20.01' WCD106 24 40.02 603 Grease Trap Lbat R'm VSho 11262013 $4.640.81 Cladfiles Rd design and dmenenwal Wyw fa gmase tap b nd Pms Sho W CD10T We '20.01' Div 5 T 2 and 3 Statlm VMS So, McunU %le 11292013 $0.00 Changes n nuntng ddall toe pda for as VMS sign InstaAa on a Tpe 2 and 3 sbtlars nil used WC0108 We '20.01- Div Type 4Station S n VountlM Cha a 11292013 $0.00 Changes nv,urVnq detail at DTC station nil used WCD109 23 50.05 Div 27 EMernet SWtch Changes 9112014 $79,829.72 Addresses IT Dept Changes to aNxnet SWtch configursUms WC0110 23 50.05 Div 27 nre"lls clficatm cna w 10112014 $34,938.19 Addresses firaralls Ificatlm cha es requested by IT Dept WCD111 50.05 DI4274Pt DIv27 Nllrel'ess A�-.l.. POlMclie'es ,_. Vadase Mesa eBoard Sign chaes-Clever Deletes i10/102013 5/12013 I�$O.00�ReWexed $11,N1.01 and reWmed�$O.00 coot �i .i.'R':";NA -s'Os Addresses codsol board ma es regulmd fm Dadenles sign lnratlm WCD112 24 50.05 WCD113 21 10.01 614 Gas Systern Changes 12/52013 $161,075.59 Gate sysunchange W HV Smumty ands re pans WCD114 24 40.02 603 E4-2 and E4-3R Outlet Cha a 12n=013 $3,910.18 Adds concrete mnAvallsat pipe Oudels aclaCent to BNSF beds WC0115 «" 120.01M " 'DN27* -i'Delete,VMSs netlara kom'S" 2T3fend4 staUore 12202013 DelMes inssllatlm d.VMSs IvmaNT '2�3and4 sWtlom ��+ M ✓ V:"^'via q,•>�r -WCD116'- �, 's20.01�' =1y" DIv2z>N-t Debt.WAP-Inatata6m 12MR013 ® Deletes Icallretalstlm d.Wreless amass nb from codred ,. ...:. - ._% f'a WCD117 24 40.06 607 FenclW morass 0Vat ClNe 12110QO13 $1,WO.W Adds fenCin,, ma es to Vat Clinic site WCD118 24 20.01 633 Bwonnv,d0caonsfarac 1107RO13 $3.40633 Adds raceviay modiflcatlms to beacons for 3 ekes WCD119 24 20.01 633 TVM veins at lCONs 11115 013 $9,!WJ1 Ads inablafim of vads at eam ICON A fa TVM vent; WCD120 40.02 804 Use pim.Inlets aIM manholes 11252013 $16,879.62 A(kb cost fa rrase d addtlmal , nu codes end Ines WCD121 - 40.01 202 Rmpval d bees at Rlkin Street and ddexa 12s62013 $1652.00 Adds removal d bass on CSU c - cantles v ales arM sirigawn piping WCD122 20.01 860 Trakmanand NRRCCamerallsslalim IW014 $62%,95 Adde welatMon dCal .atTrcuman Unowpms 'WC0123 t, 40.08 'x'82] Ga SW CM1a es 11142014 $5,000.00 MSafl M' ands .fm.Trarslarl atimat ea - "�"°'' WCD124 10.01 W6 lOffic. Rental 1=014 $14,445.W Coettoretain 3000 S. Collep Ave office sate 12-31-13toM 31,2014 WCD125K4 Ml*` id0D610'%3:!' 20.01 523 Div27 CSULmm astl atlm Ch es Emiravmnld Monnodng Devices VJMO14 WC0126 9MR014 $5.093.55 Adds flood prmwsass.d eam sudm top WCO127R' if ,26.61 ., _''DIv.9- Pod ale ed GRC Cmdddstatlms M2014 -Add id Coale ed GRC mndds dsstlms ± FendW ant Lands changes TVM and LCD panet W. Ewa redo Caadva fir ates2 max December 8, 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 269 Beacon Mods 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. 118 to make modifications to the beacon tubing to allow additional conduit raceway access as the caisson orientation was changed in the field to accommodate City directed orientation of the beacon signs. Please find attached the referenced change request. In reviewing this request, an independent cost analysis was completed using labor and material take -offs for the work. Based on the information from our analysis, the independent estimated cost for the change is $3,023.05. 1 find CEI's proposed cost reasonable for the change in work scope. As such, I recommend $3,406.73 added to the co act for beacon modifications. Ke Construction roject Manager CH2M HILL Team 970-988-8605 keith. meyer(a-)ditescosery ices.com Cc: job file Change Management Checklist Compliance.. D. te Reviewed Reference Initials Reviewed for compliancewith Included in the EA area of Environmental Assessment 12/08/13 influence; part of scope in SCC KM 20.01 Reviewed for construction/safety impacts 12/08/13 Included in traffic control plan for KM work in areas Independent cost estimate prepared 12/08/13 As attached to this memo KM Reviewed for PCGA grant compliance 12/08/13 Part of Build Alternative KM scope is included in SCC 20.01 Reviewed for real estate impacts/needs 12/08/13 Construction inside public right of KM way or City owned easements Reviewed for compliance with design criteda/ADA httpjAk".accessbowdaovlada-abs/ada. 12/08/13 We KM ditesco Date of Estimate: 8-Dec-13 Contract Type: Mason Gordo BRT (Hard Bid) Existing Contract or PO (YIN): Y Independent Cost Estimate Description of Goods (A) or Services (B): Add modifications to the beacon foundations/base to accommodate caisson changes. I have obtained the following estimate from; Independent Cost Analysis Published Price List / Past Pricing (date) Engineering or Technical Estimate (performed by) Keith Meyer Independent Third Parry Estimate (performed by) Other (specify) Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard It... Product Cost ($/unit) Unit Quantity Notes TOTAL Delivered Data Source Stainless Steel Tubing $ 355.00 LS 1 Metals Depot E 555.00 Penn materials markup - 159/6 53.25 See attached for mom Information Suolotal $ 408.25 Cast of Services, Repairs, or Nonstandard Rams Item/rask: Materials or Work Description Other Direct Costs Labor Rate ($) Labor Hours Labor Class Allocated Overhead SG&A' Profit Notes: Data Source TOTAL Metal Fabrication $ 15.00 $ 24.23 40 Welder Payroll 1,569.20 Bead Blast 15.00 $ 24.23 12Weider 470.76 CDI OHP at 12% T 293.70 ECI marku at 5% 137.10 CEl marku at 5% 443.95 SubTotal 2,814.80 Signature of Prepamr. 4 t -s ,. der •m.maew Ere TOTAL $ 3,023.05 U.S. Departn�tt of Labor Wage and Hour Division t:� P �e KOLL (For Contractor's Optional Use; See Instructions at WWW.dol.gov/whd/forns/wh347instr.htm) Parsons are not n x the collection of information unless it displays a ourrendy valid OMB control number. U.S. Nags wul RM Rev. Dec. NAME OF CONTRACTOR OR SUBCONTRACTOR ® ADDRESS 4245 FOX St. OMB No.: 1235-00(A Central Denver Ironworks, Inc. Denver, Co 80216 Expires: 01/31/2015 PAYROLL NO. FOR WEEK ENDING PROJECT AND LOCATION PROJECT OR CONTRACT NO. 27 09/07/2013 Ft Collins BRT- Mason Corridor Project No. 7332 rt r..nl- r L-d,. (1) (2) 13) (4)DAY AND DATE .(5) ._,(8'._.___ (7) (a) (9) DEDUCTIONS 9 a p S M T W T F1�7 NET NAME AND INDIVIDUAL IDENTIFYING NUMBER i o r I GROSS WAGES PAID 1 2 3 4 5 6 WfTH" HOLDING Medicercal SMOOT.. TOTAL (e.g., LAST FOUR DIGIT OF SOCIAL SECURITY rub i i WORK o TOTAL OURS RATE OF PAY AMOUNT EARNED FICA TAX OTHER DEDUCTIONS FOR WEEK HOURS WORKED EACH DAY NUMBER OF WORKER CLASSIFICATION 1,969.20 Thomas Shelton 5530 Ironworker o aim am o.m om o.m ON $24.23 $60.09 $134.69 $14.06 $39.00 $0.00 $247.84 $721.36 1 Structural Ladmer,Weld a o.su em lo.m tom s.m Is.m o.m 40.0( 18.22 6.01 $969.20 Timothy Shelton 5532 Ironworker o s.m om am om o.m o.m $24.23 $307.52 0 Structural Latimer, $24.04 $22.81 $5.62 $11.00 $0.00 $63.47 $324.21 Weld s s.m ON tx.m am am ON o.mU27.95 $387.68 Nunn 5539 Glazier o sae x.m zm zoo IW p.m X$1,655.891Adam $110.30 $357.33 $25.80 $80.00 $0.00 $573.43 $1,205.69 0 Larimer, Weld, Mesa a ono s.m am 8m a.m am am William Kania 5540 Glazier o sere zm zoo IN Lm tiro IN $1,655.81 $0.00 $459.39 $1,319.73 0 Latimer, Weld, $II0.30 $248.29 $25.80 $75.00 Mesa s ON too sum s.m aim ties coo 40.0( 27.95 718 $177912 0 C t s 0 s 0 s 0 s nrammiat Mention contained n 29 C F R §§ 3.3 5 5(a). The Copeland Ad yNille completion of Form WH317la optional. it is mandatory for covered c0rdedon and sub.,d ors Performing wok on Federally frsa osd of assured answdgn con facia to respond to the co .. . (40 U.S.C. § 3145) co,,w uva and subcontractors performing work on Federally financed Of auizted consasrction cchbadis to 9umish weakly a statement with respect to are wages Paid each, ompbyee during the preceding weak' U.S. Department of Labor (DOL) regulations d 29 C.F.R. § 5.5(s)(3)(ii) require contactors, to submit weekly a copy of all Payrolls to lye Federal nervy ccnbading for Of financing the o0mmudion Prcfa L accompanied by a signed 'Statement of Compaance' ndraing that the psyroas we cared and canplets and that each labor, or mechanic has been Paid net less than the proper Dams -Bacon preventing wage rate for the wok performed: DOL and federal contracting agencies receiving Me nfamalion review the information to determine that emplayeea have received legally required wages and Mlge banefN Public Burden Statement We estimate Mat is will take an average of 55 minutes to complete this collection, including time for reviewing instructio s, searching exlating data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. If you have any comments regarding these estimates or any other aspect of this collection, including suggestions for reducing this burden, send them to the Administrator, Wage and Hour Division, U.S. Department of Labor, Room S3502, 200 Constitution Avenue, N.W. Metals Depot® Shopping Cart 4Q=>0 America's Metal Superstore! Steel • Aluminum • Stainless • Brass Quantity Discounts Saved You $71.00 (Learn Mare) Page 1 of 1 Stock Item Description Size Status price Totals Number Each 1 2-1/2 X 2-1/2 X 3/16 (.188 wall) 304 T4212316 10 ( Ft U ,/ In Stock $355.00 $355.00 Stainless Steel Square Tube I Sub -Total: $355.00 Shipping: $0.00 Total: • $355.00 Notice: Due to current market conditions, prices are subject to change without notice. * - Orders in KY are subject to a 6% sales tax. To Order Just Give Us a Call... 1-859-745-2660 Visit Us Onlinel MetalsDepot.com v= Just what you need ... Delivered! Metals Depot International Corporate Office & Warehouse 4200 Revilo Road, Winchester, KY 40391 USA 1-859-745-2650 Fax 1-859-745-0887 Copyright© 1999-2012, MetalsDepot is a Registered Trademark of ELCO Inc., All rights reserved. http://www.metalsdepot.com/catalog cart view.php?msa=removed 2/16/2014 E3 11/27/13 Erika Keeton Special Projects Engineer City of Ft. Collins 281 N. College Avenue Fort Collins, CO 80522-0580 CCR NUMBER: CEI PROJECT #: CONTRACT NUMBER: CONTRACT DATE: CONTRACT NAME: DESCRIPTION OF CCR: 273 WCO106 12-009 7332 Mason Corridor BRT Costs associated with modifying three (3) of the seven (7) beacons for re-routing electrical. Existing conduit holes at the bases will be pulgged, cleaned and re -sandblasted. LOCATION: Type 1 Stations MEMO NO.: NA MEMO DATE: NA COST CODE: Multiple DESCRIPTION CITY UNIT UNIT PRICE OT TOTAL Beacon Modifications 1 LS $ 3,090.00 $3,090.00 ECI 5% m/u 1 LS $ 154.50 $154.50 CEI 5% m/u 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. $162.23 $3,406.73 kd'Site Construction Management CHANGE ORDER No. 00027 Phone: 970-361-7128 TITLE: Beacon Modifications PROJECT:12-04 Mason Corridor Bus Rapid Tra TO: Attn: Ryan Dickinson Concrete Express Inc. 2027 West Colfax Avenue Denver, CO 80204 Phone:3035622000 Fax:3038931949 RE: To: DATE:11/25/2013 JOB: 12-04 CONTRACT NO:12-009-06S From: Number: Pricing includes: Modifications on three (3) of the seven (7) beacons for re-routing electrical. Existing conduit holes at the bases will be plugged, cleaned and re -sandblasted. ItemA.DescrtpTax•RateTax'Amou�ount 00001 Beacon Modifications 1.000 $3,090.00 0.00% $0.00 $3,090.00 00002 ECI 5%Markup 1.000 $154.50 0.00% $0.00 $154.50 Unit Cost: $3,244.50 Unit Tax: $0.00 Total: $3,244.50 The Original Contract Sum was................................................................................................. $4,055,098.15 Net Change by Previously Authorized Requests and Changes ................................................ $86,872.15 The Contract Sum Prior to This Change Order was ......... $4,141,970.30 The Contract Sum Will be Increased................................................................................... $3,244.50 The New Contract Sum Including This Change Order ..... $4,145,214.80 TheContract 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 By: By: By: Ryan Dickinson Selina Coulter Date: Date: Date: Prim .a From: • Thomas Dufficv To: Brandon Hylton: TimD fficvurl dironwo om: "Kevin Dufficy" Cc: Rick Coulter: Ted Johnson: Tam Dufficy Subject: RE: Beacon RFI Response Date: Monday, November 25, 2013 3:37:20 PM Attachments: imaae003.ona 2013112SI52320.pdf Brandon, The attached shows our suggested fix for the three Beacons that need a new section of tube. All seven (7) beacons will required the existing conduit holes at the bases to be plugged, cleaned and re -sandblasted. A breakdown of our costs follows: Materials: $110 Fabrication: $1,755 Clean and polish: $841 Total: $2,706 12% Mark-up: $324 Tom Dufficy Central Denver Ironworks tomdufficyftdironworks com cell phone: 303.549.3920 From: Brandon Hylton [mailto:brandon@ecisite.net] Sent: Monday, November 25, 2013 7:26 AM To: TimDufficy@cdironworks.com; 'Thomas Dufficy'; 'Kevin Dufficy' Cc: Rick Coulter; Ted Johnson Subject: RE: Beacon RFI Response All — Just wanted to follow up on this list of outstanding items. WCD #105 change order must be submitted by tomorrow! 1 asked for a method statement for the Mulberry Stations a month ago. 1 need this today!! Thanks, Brandon W. Hylton Project Engineer I ECI Site Construction Management, Inc. 2526 141h Street SE I Loveland, CO 80539 c 970.361.7358 1 f 970.669.6411 www.ecqsqte.net �+ SITE cohiSTnucTfoNi MANAGEMENT " maxWORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 118 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: WCD): Beacon Modifications This work change directive directs the Contractor to price and, if accepted, modify the beacons according to the information provided in RFI 73 (see attached). 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 address incorrect orientation of caissons that were constructed. Attachments (List Supporting Documents): RF1073 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:� November 13, 2013 ner Date Recommended By: �/t-� November 13, 2013 Construction Milhager Date Copy: Owner, Engineer; Field File - SharePoint WCD118—BEACON MODS-11-25-13_DRAFT FOR PRICING PAGE 1 OF 1 REQUEST FOR INFORMATION (RFI) Request Number: RFI-073 11/07/13 CEI PROJECT NUMBER: 12-009 CONTRACT NUMBER: 7332 CONTRACT DATE: DESCRIPTION: Fort Collins - Mason Corridor MAX BRT Requested By: CEI Phone: 303.562.2000 2027 W. Colfax Ave. Fax: 303.893.1949 Denver, CO 80204 URGENCY: NOT URGENT X URGENT CRITICAL TIME IMPACT: X YES NO TBD COSTIMPACT: X YES NO TBD INFORMATION REQUESTED: Please see attached pictures. Per Jill's email on 1116/2013: "During one of our Monday station meetings we discussed drilling through the base plate on the three stations (Harmony, Troutman, and University) that were installed with the wrong beacon orientation. We would then run wire up through the tube steel and terminate it in the beacon fixture." The base plates of the beacons are already fabricated with two holes, one under each piece of tube steel. How will the wiring reach from the tube steel to the beacon fixture? This may require plasma cutting. Please advise. Modifications will be required to the beacons at Harmony, Troutman, and University as the caissons were poured with an incorrect orientation. At these stations, the Contractor may drill through the tube steel and install GRC or AL conduit and threaded bushings between the tube steel and the beacon fixture to accommodate beacon light fixture wiring. The Contractor shall coordinate this work with the Electrical Contractor. City of Fort Collins: Name Keith Meyer Title CM Date 11-12-13 Pending Issues Log max Data: 02116/14 Ref. No. COtl $CC Spec Settles keen Dncdptlon Requested Amount Statue CCR11 WC0082 done SNSF Wet modficce. at STA 1234 WIW012 S128D.00 Adds modfica5om to BNSF Inlet Mulcany CCR2M WC0082 done B2-1 comet, cdar W2012 $437.95 Adds conmMe cola around easting.Da ed can lne CCR67 WC0082 done Jt-1 EWa Work 10/102012 $1457.67 Adds eWa work associated Wth storm lne Jt-1 Installation new OM Man CCRO88 rev WC0082 done 0a-1 eWavork 11292012 $13,61320 SawutdW, polholing.e;osi Wldes and resokNon of utility conflicts CCR102 no cost MIS trench bacMilinlies of fiovfil 4R92013 $0.00 1 MIS bench INIC"l sand Wm$112,54820-not aWmadl or considered CCR123 rev WCD082 lone El-1,E2-1 and E3l e.Wa work 2/1112013 $3.443.58 ($4,696,481 ReMading a'nment, vods apnd Witles, scOng backfil materials CCR142 rev WCD082 done C3-1 extra eerk 211 M013 $6,049.76 $15,083.08 Ccnnaccn to B' CMP, conIowt re Ir, INC3.1 Waft changes CCR148 WCDO82 done C&l eWa wkpinlet changes 4/152013 $0.00 See CCR 142 Inlet Che,,es to Cal de to dentin gracla prdeune CCR161 _ WdN Curb and utter damages ESD- Gronll Bear 2113QO13 $0.00 Costto access damaged! curblpaW ;need final T&M costs CCR162 WCD082 done Olve and Mmon Wity eWa cork 2212013 $2,]3).84 $3A65.93 Cha ee to Inlet bcalion, Inity ocatlam CCR169 WC0082 dorm PVC underdan at MHB34 3p2013 $1.690.50 Lost 6me to remahr and restore 4- uncecraln CCR170 WCDo82 done Electric vautl abandalmeM WQ013 $1,060.00 Lost fime Wremove alecbic vaW and concrete oncmatl des CCR171 WCD0W done F2-1 unity corllcis WIM013 54.000.]] $5,105.00 Lost cone m address uthy cmWcs CCR174 WC0082 done Bt-1 pone on, MNew Mercer 411WO13 $1,045.50 $4,712.OD CmtMreiro ;=alma M- MNe Mer Nice CCR175 WCD082 "a F1-1 entire wCrk 411WO13 $0.00 $4,199.10 ode, renlovMs and Wl work F1-1 saudtMPros CCR179 WCDOB2 done B4.1 ea'at 4/122013 $D.00 56,353.31 EWa work at 134-1 aka reference CCR088 CCRlW WCDOB2 don. MSO pand at SphV Creek 4AW013 $328.43 Sham Line SCt-1 into Spdng Creek -Beaver Habitzt CCR193 — — pending Mahholes and inlets unwed We to des' n Chanee 5//2013 $],18].00 EWa materiak manhdesfinkrk hoes at. dI clumpas CCR198 not wed Top rall to chain ink fence -Delenba0 W172013 $0.00 Add too ral to chain Ink fence a Delenbacb -Sw noMbamd not accepted by O er CCR202 done Caner. Piles WOP013 $30.818.55 FurNsh and instal KIM lighting polesto be wades camere polee CCR not act Pond Stem Lim It-1 lektlon W request ham CSU; keep Intel andsame Ope rengval POIhdng Ovens Pro' to be moontl 1." hen K 350 in Nd Add dapd, of conchae s in atMountain Delete H2O bad reel vaults from contract MIS duct bank chedt Delete valedne krwernq atEt-1 pact Delete Vuncaed tlwnee at each Type I Match plafform tract Light Poles B2 M Hommoth reluced height to Type B credt IS pohni total Delete MSO Pond Lining (clay Iner credt Delete edenelva grwnd,, atstations credit Oaete/Ua allied seed to hyciromulch credt Credit for mangein IgNWe imndWon-kom 8V Credit for Msmerry Art Panels sW WI to bcM ar8st unit a t u Ct ' b `� YOM IY 5. Lam. 9..3� •i t �,rafc; (' C r � ° s tx tF� v 0 -�3i-.r • �. a - -- Additional core in base plate will allow wire to run through outside leg u at stations where the beacon caisson orientation was installed incorrectly (Harmony, Troutman, University). t YF L t .a i i w • N �� 1 �I* r ;T V rL �iq1 • a .t `ea'r t �. 7 i,5 c :i .•t+ii .A ,a: v o a,tl aH y No Text A-A/W132 Contractor to inslell GRC or AL contluil balwoen tube steel and beacon fixture. This will only am to the Harmony, Troutman, and University 07M (0.6751 HOLE THRV 3'POST AND LIOHT l ALL EWES SMOOTHED. BEACONASSEMSLY SHIPMARK &M M FLATBARFRAME Su&ASSEMBLY 1T6ae1A + `3 robe Provked ` A-A/W132 contractor by wnireclor `2 FB Lffi13TAINLE533TEEL FLIT fl9RFftAME Contractor lO lrl6laI— ISO VIEW REMOVABLEON BOTH SIDES OF BEACON or AL conduit between tube steel antl acon DETAIL 1/W131 fixture. This will only occur 65PL1/00i.060M to the Harmony, 126M SS FB Il3x1110 Troutman Bnd I Inivwrcl,v 1261bl JA by mn mGor t beacons SS Pl. 1/G6 SR z6 SSPL1' I6S �M i 1M'ACRYLIC SIONAOE (eY OTHERS) 07A (6$IiIHDLE POSTAHD d" UGMB ucHr Box. Au EDGES sMCOT1ED. 55H1 90nI6 '� Z&3 SSHSS9 ffi �AJ 1TBp - II provide hole min. a' from hams.. bosom la O`A.P access. F TSARFRAME\ SS H55 L2nA i �Ly 1YEm1A IM �M111 as Has 2Ch1M 126I A IM SECTION A-A- DETAIL 2 131A 2 CE7AL,N/If, ONLY 11/27/2012 SS HSS a dixiM Mr, DETAIL 3 I6awEw AT BAA FMME iV 1255EMBLT tY6Fe1A 17LVJ-TORx AD SCREW Wn max December 8, 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 269 TVM Vents 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. 119 to make modifications to the ICON A structures to allow 8"x8" vents to be installed at each ticket vending machine (TVM) location. This change was made at the request of the TVM manufacturer to allow passive ventilation of their machines. Please find attached the referenced change request. In reviewing this request, an independent cost analysis was completed using labor and material take -offs for the work. Based on the information from our analysis, the independent estimated cost for the change is $10,887.42. 1 find CEI's proposed cost reasonable for the change in work scope. As such, I recommend $9,532.71 added //to the cogtract for vent installations. Keither, E Consfructio Project Manager CH2M HILL Team 970-988-8605 keith-meverc@ditescoservices.com Cc: job file Change Management Checklist Complianceg ' ate Reviewed Reference Initials Reviewed for compliance with Included in the EA area of Environmental Assessment 12/08/13 influence; part of scope in SCC KM 20.01 Reviewed for construction/safety impacts 12/08/13 Included in traffic control plan for KM work in areas Independent cost estimate prepared 12/08/13 As attached to this memo KM Reviewed for PCGA grant compliance 12/08/13 Part of Build Alternative KM scope is included in SCC 20.01 Reviewed for real estate impacts/needs 12/08/13 Construction inside public right of KM way or City owned easements Reviewed for compliance with design criteria/ADA htto'//w access -board aov/ada-abo/ d 12/08/13 n/a KM standards -dot cfm ditesco independent Cost Estimate Dale of Estimate: 8-Dec-13 Contract Type: Mason Corridor BRT (Hard Bid) Existing Contract or PO (YIN): Y Description of Goods (A) or Services (0): Add vents to each ICON A - for TVM venting I have obtained the following estimate from; Independent Cost Analysis Published Price List / Past Pricing (date) Engineering or Technical Estimate (performed by) Keith Mayer Independent Third Party Estimate (performed by) Other (specify) Signature of Preparer. Cost Estimate Details: (Estimate calculated In US Dollars) Cost of Standard items Product Cost ($/unit) Unit Quantity Notes TOTAL Delivered Data Source e's uare vents $ 25.95 EA 19 FAMCO quote 493.05 Custom Paint $ 30.00 GAL 4 Engineersestimate 120.00 Penn materials markup - 15% 91.96 See attached for mom Information SubTotal 705.01 Cost of Services, Repairs, or Nonstandard Items Item/Task: Materials or Work Description Other Direct Costs Labor Rate ($) Labor Hours Labor Class Allocated Overhead SGBA' Profit Notes: Data Source TOTAL ICON modifications (holes in siding/brick)) $ 15.00 $ 35.23 152 Glazier/Trim Payroll $ 7,634.96 Painting 15.00 $7 35.23 9.5 Glazier?rim T 477.19 CDI OHP at 12% 1,058.06 ECI markup at 5% 493.76 CEI markupat 5% 518.45 Sunlotal 10,182.41 'ere, a (w ravru E9 TOTAL, $ 10,887A2 0 U.S. Departnr..ett of Labor Wage and Hour Division OR SUBCONTRACTOR (For Contractors 01 Persons are wt required Inc. Denver,;Co;80216.. control number. U.J. Wow and HR Rev. Dec. OMB No.: Expires: PAYROLL NO. FORWEEKENDING - :PROJECT AND LOCATION( rnvacw,—wn,,...oI—. ^Ft Collins BRT;.', Mason.Corridor 27 09/07/2013 „ it raw, '2ninradD. Project No. 7332 (4)DAYAND.OATE'.1", :T: tf(5)y'...._•(S).:. (7) (9) z o m DEDUCTIONS NET S M `T W T E� eS NAME AND INDMDUAL IDENTIFYING NUMBER Al€€�ygC - TOTAL RATE �' GROSS AMOUNT �_ WAGES PAID 1 2, 3 4 5 >'fi 7„ Wmt- 'HOLDING Mediart3l SwcTua TOTPL (a.g., LAST FOUR DIGITS OF SOCIAL SECURITY i3u'1 WORK o OUR ° 'OF. PAY EARNED FICA TAX OTHER DEDUCTIONS FOR WEEK 'HOURS WORKED EACH DAY '� NUMBER OF MARKER CLASSIFICATION $969.20. Thomas Shelton 5530 'Ironworker o oso om_ om om: "D , , $24.23 Structural r°m $60.09 $134.69 $14.06 $39.00 $0.00 $247.84 $721.36 a ono" :000 loovo lens lam om ono '40l0" ,18.x2 5.01: , 1 Ladmer,Weld r $ 969.20: Timothy Shelton 5532 Ironworker o �am: •om am aao:'om am I- $24.23, '. ll$24.04 $307:52' 0 Structural Latimer, $22.81 $5.62 $11.00 $0.00 S63.47 $324.21 Weld s am .all amm16. L0 $387.68. Adam Nunn 5539 eleeld— o om rm zww Lm 7 $35.23-- 65.81 $1,205.69 (Cm $110.30 $357.33 $25.80 00-0 $0.00 $573.43 -;as;elo� o 0 71$Mesa 0 -0 1'7792 William Kania Glazier zoo lo z m :_m Latmer, Weld, . $248.29 .80 $75.00 $0.00 $459.39 $1,319.73 aoo am sm om 0 27s5 °M<Mesa 0 inthT05540 $I,779.12 p , 9 , � =K 0Ell h 1 ^ 9 O 8 O -77 9 Who. oomPbfbn of Form WHJ47ls aptWol. It is mm,dmory fin r mssl canaammv arw c,mcerwn,a..a yw,.n... ..•.•. (40 U.S.C. 4 3145) cwtrecima and eubcontrecton perfmmi,9'Kork on Federally financed or assisted coiwtruction,contrads 29 C.F.R. S 5.5(a)(3)(n) require om coo, re m wIsnk wsaidy a copy of all payrolls to the Federal agency contracting for Offi m mechanic has been paid not Iris than the Proper Davls-Bacon Prevailing wage raw for the wed, performed: DOL vd.fed Pad eaC,.mpbyee during the preradiq week' U.S. Depabnant of Lob" (DOL) mptlmbru m I .'Statemera of Compkw a kwKawV this ihs payralb are correct and cmnpbte and that ea sh labon the information to determine that emPbyeea have receNed legally mouthed wages and Mnge bmerda We estimate that Is will take an average of 55 minutes to canplme this collectic any comments regarding these estimates or any other aspect of this colladion, Washington, D.C. 20210 nd completing and revhwinp the collection of irdairnetlen. 0 you have of Libor, Room S3502, 200 Conslautim Avenue. N.W. Louvered Gable Vent - Galvanized - Louvered Gable Vents FAMCO Page 1 of 3 DO) 234-1903 M-F 85 PM MST Welcomel Guest ®Cart-0 Create an account and receive a 10% discount code for your next purchase HOME ABOUT US HELP LOGIN REGISTER Search entire store here... PRODUCTS/ CATEGORIES Wall Vents HVAC Dampers Copper Vents Chimney Caps Roof Vents Motorized Dampers Louvered Gable Vents Soffit Vents Pipe Flashing Dryer Vents Foundation Vents Commercial Vents Roof Vent Bases Joist Pocket Liner HVAC Accessories IAQ Economizer nomg> louvered Gable Vents> Louvered Gable Vent. Galvanized Louvered Gable Vent- Galvanized Double click on above image to vier full picture 0 0 MOREVIEWS_—_____. SKU: GV Mounting Flange' Flush Mount $25 95 to $103 63 (] 660 Dimensions' Choose an Option... QI Required Fdde Price From: Web Price - $25.95 Diu Add to Wishlisl Add to Compare Details The FAMCO GV is a Louvered Gable Vent used for attic ventilation for air intake or exhaust applications. Please seethe spec Sheet for a different mounting flange options (flush mount, Flange on back and recessed mount). The gable vent mmes standard with a 118 inch Insect Susan, The GV is quality constructed in 28 gauge galvanized steel. Sizes are listed W x H. Specs Downloads Print Son Sheet Reviews Louvered Gable Vent- Galvanized F f (SKU: GV iI �yy ! k it I I ----- ----- 1 http://www.famcomfg.comllouvered-gable-ventsllouvered-gable-vent-galvanized.html 2/ 16/2014 NF15F13 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: LOCATION: MEMO NO.: MEMO DATE: COST CODE: 269 11� 12-009 7332 Mason Corridor BRT Pricing includes extra costs associated with adding vents to each icon from approved shop drawings. All Station Icons N/A N/A Varies DESCRIPTION QTY UNIT UNIT PRICE OT TOTAL Material cost, including Freight 19 vents) 1 LS $ 2,036.17 $ 2,036.17 CDI field labor, detailing and M/U 1 LS $ 5,896.00 $ 5,896.00 Labor: Installation & Saw Cut for Additional Louvers 1 LS $ 750.00 $ 750.00 at DTC, Mountain NB, Mountain SB, and Olive SB. Labor: CDI Field Labor 1 LS Labor: CDI Detailing 1 LS ECI 5°h Markup 1 LS $ 396.60 $ 396.60 Subtotal $ 9,078.77 CEI 6%Mu $ 453.94 TOTAL $ 9,532.71 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 1 J Y Ryan Pickiqson Proje t M ager Pending Issues Log max one: 0211W1e NO. No. CON SCC T=Ulon Kom Oescdptlun Ra0uastDeb ed Amount Status Pmding Total: S4,395,3a1.10 Total ON Inal Contract Amount 831,886,878.94 Adlmtad C..... Amoun[ pro scrod 36,282,220.04 Pall.,bsusam e%of Contract Amount 13.78% CM1enge Ordar % es a roved 11.15% = nmwm a0w M CM = needs ac8on 0Y Contractor Ryan Dickinson From: Brandon Hylton [brandon@ecisite.net] Sent: Friday, November 22, 2013 12:53 PM To: Ryan Dickinson Subject: CO #00026 - Additional Louvers Attachments: CDI VENT CHANGE ORDER.pdf; SJM Quote - Louvers.pdf; exp_1385149457627.pdf Ryan, Please find CO #00026 attached. This change order is for the additional louvers at each station. Each station had one additional louver installed to allow for ventilation into the TVM. To explain the CO more in depth: Line item #00001 - There were 19 additional louvers purchased. CDI purchased 12 louvers for their scope of work and ECI purchased 7 louvers for Scott Johnson's scope of work. Line Item #00002 - CDI Field Labor and Detailing. CDI installed and painted all 19 additional louvers. Line Item #00003 - Masonry was installed at Olive SB, OTC, and both Mountain Stations before the additional louvers were added. Scott Johnson had to saw -cut for the additional louvers. He priced this work out at $300 per ICON, therefore $150 per VENT. Line Item #00004 - ECI 5% Markup on Subs Let me know if you have any more questions. Thanks, Brandon -----Original Message ----- From: brandon@ecisite.net [mailto:brandon@ecisite.net] Sent: Friday, November 22, 2013 12:44 PM To: Brandon Hylton Subject: CO: Change Order with Unit Price Items and Description - FIXED You can view this document in Contract Manager by clicking the following link (you will need an Contract Manager User Name and Password): http://remote.ecisite.net:8080/exponline/documentreguestforward do?redirect rd=true&masterkev =000fkKIJN0062000000000ECIO&basesysitemtvpe=CO&proiectname=MAXBRT&groupname=CMDB ECI 1 ECI Site Construction Management CHANGE ORDER No. 00026 Phone: 970-361-7128 TITLE: Additional Louvers PROJECT:12-04 Mason Corridor Bus Rapid Tra TO: Attn: Ryan Dickinson Concrete Express Inc. 2027 West Colfax Avenue Denver, CO 80204 Phone:3035622000 Fax:3038931949 RE: I)ESGRCPTION OF CHANGE' To: Title : General Conditions of the Contract Number:12-009-06S From: CEIINC To: ECI DATE: 10/9/2013 JOB: 12-04 CONTRACT NO:12-009-06S From: Number: gym,-"�-•�;a,.,;,- - -�,. ..-.: _.tea .,>-�N ,.--.- .-..,.-.,.-'r- - r�;,^^Y Item.Descrtplton.;_% .,. .iStock# a_�_Quanhty :IInit u _Umt Price<Tax Rate�Tax%Amdunf Net;Amount 00001 Material Cost: 1.000 LS $2,036.17 0.00% $0.00 $2,036.17 McMaster -Cart Louvers (There were a total of 19 additional louvers: CDI provided 12 louvers & ECI provided 7 louvers) 00002 CDI Field Labor, Detailing, & " 1.000 LS $5,896.00 0.00% $0.00 $5,896.00 Markup 00003 Scott Johnson Labor: Saw Cut for 1.000 LS $750.00 0.00% $0.00 $750.00 Additional Louvers at DTC, Mountain NB, Mountain SB, and Olive SB. ***Construction plans do not show any louvers at DTC Station 00004 ECI 5 % Markup on Subs 7932.000 % $0.05 0.00% $0.00 $396.60 The Original Contract Sum was Net Change by Previously Authorized Requests and Changes ................................................ The Contract Sum Prior to This Change Order was ......... TheContract Sum Will be Increased................................................................................... The New Contract Sum Including This Change Order ..... The Contract Time Will Not Be Changed................................................................................. The Date of Substantial Completion as of this Change Order Therefore is ... ACCEPTED: Concrete Express Inc. By: Ryan Dickinson $4,055,098.15 $84,241.90 $4,139,340.05 $9,078.77 $4,148,418.82 ECI Site Construction Managemen ECI Site Construction Managem By: Selina Coulter By: Brandon Hylton Date: Date: M.ry . Date: ECI Site Construction Management CHANGE ORDER No. 00026 Phone: 970-361-7128 TITLE: Additional Louvers PROJECT:12-04 Mason Corridor Bus Rapid Tra TO: Attn: Ryan Dickinson Concrete Express Inc. 2027 West Colfax Avenue Denver, CO 80204 Phone:3035622000 Fax:3038931949 RE: To: DEBGRIPTIONAF CHANGE _ - DATE:10/9/2013 JOB: 12-04 CONTRACT NO:12-009-06S From: Number: Unit Cost: $9,078.77 Unit Tax: $0.00 Total: $9,078.77 TheOriginal 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................................................................................... $9,078.77 The New Contract Sum Including This Change Order ..... $4,148,418.82 The Contract Time Will Not Be Changed................................................................................. The Date of Substantial Completion as of this Change Order Therefore is ... ACCEPTED: Concrete Express Inc. By: Ryan Dickinson Date: ECI Site Construction Managemen ECI Site Construction Managem By: Date: Selina Coulter By: Brandon Hylton Date: Primavera Page 2 of 3 CENTRAL DENVER IRONWORKS, INC. "building quality since 1946" September 29, 2013 Brandon Hylton ECI Re: ADDED VENTS Brandon, I am listing below our costs to provide twelve (12) aluminum vents. The took considerable time to flash and accommodate the finish materials, whether fiber board or metal. Also detailing time was involved. A breakdown of our costs follows: Vents: $1,039 Freight: $247 Detailing: $2,184 Field Labor: $2,943 12%Profit: $769 TOTAL THIS CHANGE: $7,182 Please let me know if you have any questions. I prefer that you use my cell to insure that I can reached. That number is: 303.549.3920 Sincerely, Tom Dufficy 4245 Fox Street Denver, Colorado 80216 303.433.3180 From: Scott Johnson To: Brandon Hylton Subject: Re: Prldng to Install Louvers Date: Monday, August 19, 2013 9:47:01 PM Hey Brandon, The price for installing the louvers is $300/icon Scott maxWORK CHANGE DIRECTIVE TO CONTRACTOR: Concrete Express Inc. (CEI) WCD NO: 119 PROJECT: Mason Corridor- MAX BRT PROJECT NO: 7332 OWNER: City of Fort Collins - Engineering Department ENGINEER: Michael Baker Inc. The following additions, deletions, or revisions to the Work have been ordered and authorized: (Title of WCD): Add Vents at ICONS for TVMs This work change directive directs the Contractor to price and, if accepted, modify the ICON A locations to include an 8"x8" louvered vent to allow passive air flow from the ticket vending machines. The City is adding these vents at the request of the TVM manufacturer (Scheidt Bachmann). 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 address air flow concerns raised by the ticket vending machine manufacturer. Attachments (List Supporting Documents): Sheet 717 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: - November 15, 2013 Dale Recommended By: � November 15, 2013 Constmdan Mohager Date Copy: Owner, Engineer, Field File - SharePoint WC0119_ICON VENTS_11-15-13_DRAFT FOR PRICING PAGE 1 OF 1 IS PREFINISMED SHEET,,YT IETAE PLQ S GULAVED BACKE;T _JL[ad INITERFACE UTH ELEVATION (ICON B) PPEFINISHED SHEET WE FAIL ROOF GLAZED BACELIT OPENING T LLOCATION OFF STEM 1 1 BEAN \ / FIBER CEIEPT \ / PANELS OPEX / \ 1 / \ YL OCDNL i[N — TC.R/•TfCW1� BEAST ELEVATION (ICON B) m —1ETAL AIR VENT NIT" LINE OF GLASS € INTERFACEOl' ROO • J CW1Efl TRIN — — — — — — — — — ALINE OF GLASS ROOF T CEMWrt EXIT T LOCATION OF STEEL 1 y 1 LINE OF GLASSROCIF y y BEAY T COXDWi BANK OMeE NM Vent — I 0 4O HAZE OF STATION each ICON A OI SPLAY FIBER CEKXT PANELS Olienl lowLEe trWR I IICRET VEIOINO WpIXE o1 NM COGOtIg RWTE YIP LOLATId / ACCESS PANEL C LCD SCREEN 1 TOL[xc CFT ONCRETE7'� FIRER TIOXS •/ / Y ^ RFLFR TO STROCTMAL GRANINGS PFIBER ANELSLEIENT .NL,FOINe rva N0� REVATION (ICON A) (NEST ELEVATION (ICON A) 1„ SDO7HICON A)\EAST ELEVATION (ICON A) Us.r�:.1-..-P U:me•ur ..L Lfse+ur-ry ouw"ils.l Print omenln D/zon Sheet _2Vialona M.e,SON CORRIDOR BRT CcMtWiml �'i� STATIONS Project No. FI IS Nme:Tail-afli_SMItcElevmlwu�Iv�ry.Cq Nviz. Swlea/P '� 1'b" YCt. Smle: N/A ® pme: f rte InH. lym l.011lns XO RrviFlOu: SHELTER ELEVATIONS - HARMONY ft. COIIIY: TOTB mN mFsemlm unn Leo'M mnlole �FOrt 4�� flevleed: Oet.11 : PZ Shuclve Ill ' OetGllr: SB NI"Dae Sheet kCem: STATIONS ISAIxI SIpetMRl Of A159 SN°°t Q 717 Siam MAX Field Construction Office 3000 South College Ave., Suite 201 Fort Collins, CO 80526 fcgov.com/maxconstruction Delivery by hand February 16, 2014 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. 272 VMS Sign installation changes — WCD105 Concrete Express, Inc. (CEI) was directed through Work Change Directive (WCD) No. 105 to replace the location to which variable message signs were installed on the Type I stations. Please find the attached proposed Contract Change Request #272 from CEI. In reviewing this request, an independent quantity take off the materials and labor needed to be used on the project was completed. This information is included in the ICE. The independent estimated cost for the change is $5,335.93. As such, I find CEI's Contract Change Request #272 in the amount of $5,993.19 to be reasonable for the required increase in scope. As such, I recomm 6d accep rice of this additional cost to the contract. Keith Meyer, P Construction P oject Manager CH2M HILL Team 970-988-8605 keith.mever((Dditescosery ices.com Cc: job file