HomeMy WebLinkAboutCORRESPONDENCE - AGREEMENT MISC - BATH INC (3)Fort Collins
Planning, Development & Transportation
Engineering Department
281 North College Avenue
P.O. Box 580
Fort Collins, CO 80522.0580
970.221.6605
970.221.6378 -fax
fcgov.com/engineering
Menima llm
To: Gerry Paul, Director of Purchasing and Risk Management
From: Erika Keeton, Special Project ngm�'G^�
Date: March 5, 2014 �^
Re: South Transit Center Sole Source Request — Bath Landscaping and Irrigation
The contractor for the South Transit Center (STC) was terminated in July 2013. The bonding company
assumed control of the project and liquidated damages continue to be withheld by the City. Work Change
Directive 021 was issued on December 12, 2013, which requested pricing for removal of the landscaping
and irrigation for the South Transit Center from the contract. Corresponding Change Order 12 was
executed on February 19, 2014. This change was made to allow the Contractor relief from this scope of
work as the schedule for installation is expected to extend into early spring 2014, beyond completion of
the building. Removal of this scope allows for earlier completion of the STC building project and avoids
additional liquidated damages to be withheld by the City for completion of the landscaping.
The subcontractor providing the landscaping and irrigation for the STC contractor is Bath Landscaping
and Irrigation. As Bath had already been under contract with the prime and is familiar with the project,
the City requested a quote for all remaining landscaping and irrigation. Bath's quote dated January 28,
2014, honored the original bid price of $133,245.70. Change Order 12 removed an equivalent amount
from the contract plus 1 % for the prime bond rate ($1332.46) totaling $134,578.16.
The project team met with Bath to discuss the scope on January 23, 2014, and a quote was provided on
January 28. Further clarification of the scope was received on January 30. The price is reasonable as it is
exactly what would have been paid under the original contract, aside from variations in bond rates.
The following documents are attached for reference:
• January 28, 2014 Quote
• January 30, 2014 Revised/Clarified Scope
• February 19, 2014 South Transit Center Change Order 12
o January 21, 2014 GBI Proposed Change Order
o December 12, 2013 Work Change Directive 021
The project team requests a sole source contract with Bath Landscape and Irrigation for $135,910.61
($133,245.70 base bid, plus 2% Bath bond rate $2,664.91). This work includes irrigation, soil preparation,
Erika Keeton
From:
Kevin <klaman@bathlandscape-irrigation.com>
Sent:
Tuesday, January 28, 2014 12:07 PM
To:
Erika Keeton
Subject:
Max BRT South Transit Station
Attachments:
Landscape Signature.jpg; SKMBT_C25314012811520.pdf; SKMBT_C25314012811521.pdf
Follow Up Flag: Follow up
Flag Status: Flagged
Erika,
Per your request, please see the attached Proposal for the remaining landscape and irrigation for the Max BRT
South Transit Station.
I have also included a billing work sheet on where we currently stand with Growling Bear.
Of course the Proposal is based on all monies received by Growling Bear (or the paying authority) on the
previous contract.
Thank you,
Kevin Laman
Bath Landscape and Irrigation
Office: (970)-488-1707
Fax: (970)-484-0470
Landscape & Irrigation
2000 E. Prospect Rd.
January 28, 2014
LANDSCAPE AND, IRRIGATION
Ft. Collins, CO 80525 1 P; (970) 488-1707 F: (970) 484-0470
Attn: Erika Keeton City of Fort Collins
Re: Max BRT South Transit Center
We are pleased to provide the following pricing for the Remaining Landscape and Irrigation to date for
the above referenced project.
Total Landscape & Irrigation before bond $133,245.70
Total Landscape & Irrigation with bond $135,910.61
See attached Schedule of Values (including bond)
Clarifications:
— All irrigation sleeving is deemed to be in place through previous contract.
— This quote is based on a vegetation free L.rade of+/- .1-foot final grade by others including berms,
etc. prior to installation by Bath, Inc. Subgrade for pavers and catch basin cobble by the G.C.
— The attached list of trees are deemed to be available @ Bath Nursery and paid for under previous
contract.
— Prices will be held for 30 days from the bid date above.
— Addendum 1, 2, 3, 4, 5 are acknowledged.
Inclusions
— Irrigation
— Soil Prep
— Plantings
— Mulches
— Cobble @ Type I and Type 2 Catch Basins
— Basalt Columns (6)
— Crusher Fines
— Davis Bacon Wages
— Bond
www.bathgardencenter.com
Exclusions:
— Repair work and/or remodeling of any existing landscape or irrigation disturbed during
construction.
— Subgrade for pavers and Catch Basin Cobble Pebble
— Irrigation sleeving
— Pavers
— Installation of any site furnishings, fencing, above ground planters, site lighting, retaining walls,
tree grates
— Bike racks, trash cans and rip rap.
— Sales tax.
— Protection or pruning of any existing trees.
— Annual flowers
— Topsoil.
— Maintenance.
Thank you,
K�v�.L-lima
Vice President
Bath, Inc.
P: (970) 488-1707
F: (970) 484-0470
klaman@bathlandscape-irrigation.com
Max BRT South Transit Center
Schedule of Values
Soil Prep $10,533
Irrigation $47,065
Plantings $46,908.70
Beds $19,778
Cobble $2,237
Basalt Columns $4,392
Seeding $2,332
Bond $2,664.91
Total $135,910.61
-Max BRT Stared Material @
[Bath Wholesale Nursery 1801 McLaughlin L_ n., Fort Collins, Co
-'Size
IPIant7ype
iQuan
JUoR
lExt. _ --
M Canyon Maple _
16-8' Cl
.h.'S�
205
$525.00
M _.Spring Snow Gab _
11.5" �
`l,
105
$105.00!
M anttdeerpear _
11.5"
a
1051
_
$420.00
M 'HotwingsTatarianMaple
MS
9.
105'
$420.00'
N Autumn8rl11fnaceServiceberry
—
105
_
$315.00:
N Warns Crabapple _
_
_ _JM5
11.5"
_
1'
105,
$105.00�
N _ThunderchlldGab _
_.-
1.5"
1:
1051
$105.00,
N 11apanese Tree Wac
`1.5
i2
105
$210.00 -
d ShademasterLocust
!3"
17<
2201
$3,740.001
A Skyline Locust
3"
12^
2201
$2,640.001
A_ IKentuckyCoffee Tree
13 "
8
220
$1,760.00
A 1Shumard Oak
13"
-M
nni
Saannnl -
m •ourri_raR_
Ij_
r3i.
M Chfnkapin Oak
I3"
_
M !WesternHackberry
13"
3
M iWestern Catalpa
'3"
5'• ;
M IFastigate Norway spruce
120 Gals
....:_;"1y 1
1 _ .-__94_
_
_
SOUTH TRANSIT BILLING WORKSHEET- GROWLING BEAR
as of 1.24.14
INVOICE
DATE
TOTAL
PMT RECEIVED
RETAINAGE WITHHELD- 10%
12220-0001
4/24/2013
$16,120.00
$14,508.00
$1,612.00
12220-0003
6/25/2013
$3,611.00
$3,249.90
$361.00
12220-0004
8/26/2013
$1,200.00
$1,080.00
$120.00
12220-0005
9/25/2013
$500.00
$450.00
$50.00
12220-0006
10/21/2013
$2,804.00
$2,523.60
$280,40
12220-0007
1/23/2014
$3,370.00
27
NO PMNT RECEIVED YET
Erika Keeton
From:
Kevin <klaman@bathlandscape-irrigation.com>
Sent:
Thursday, January 30, 2014 8:55 AM
To:
Erika Keeton
Subject:
Re: Max BRT South Transit Station
Attachments:
mage001.jpg; Landscape Signature.jpg; SKMBT C25314013008320.pdf
Follow Up Flag: Follow up
Flag Status: Flagged
Good Morning, Erika,
Please see the attached plant list and revised Schedule of Values for the total plant material to be installed and
the trees that are currently in stored materials from the previous contract.
The total cost to install all the plant material is $63,783.00 less the $17220.00 for stored material leaves a
balance of $46,563.00
The revised Schedule of Values reflect a correction typo on the irrigation which changed the plantings line also.
The difference between the $46563.00 and the SOV Plantings of $46,368.70 is $194.30. This is the amount
short from my original contract with Growling Bear but since you wanted to keep the new contract amount to
your $133,245.70 1 was willing to eat the $194.30 in the interest of the overall project.
The native seeding for the detention pond is in our scope.
Hope this clarifys your request. Let me know if you have any questions.
Thank you,
Kevin Laman
Bath Landscape and Irrigation
Office: (970)-488-1707
Fax:(970)-484-0470
Landscape & irrigation
From: "Erika Keeton" <EKEETON(c)fcgov.com>
To:"klaman (a)bath landscape-irrigation.com"<klaman(a)bathlandscape-irrigation.com>
Sent: Wednesday, January 29, 2014 10:06:37 AM
Subject: RE: Max BRT South Transit Station
Thanks Kevin, could you please provide us a little more breakdown on the plant materials that need to be installed?
Also, please clarify where the native seeding for the detention pond falls —who's scope is this? Thanks!
From: Kevin fmailto•klamanC)bathlandscaoe-irrigation.com]
Sent: Tuesday, January 28, 2014 12:07 PM
To: Erika Keeton
Subject: Max BRT South Transit Station
Erika,
Per your request, please see the attached Proposal for the remaining landscape and irrigation for the Max BRT
South Transit Station.
I have also included a billing work sheet on where we currently stand with Growling Bear.
Of course the Proposal is based on all monies received by Growling Bear (or the paying authority) on the
previous contract.
Thank you,
Kevin Laman
Bath Landscape and Irrigation
Office: (970)-488-1707
Fax:(970)-484-0470
Landscape & Irrigation
Max BRT South Transit Center
Schedule of Values
Soil Prep $10,533
Irrigation $47,605
Plantings $46,368.70
Beds $19,778
Cobble $2,237
Basalt Columns $4,392
Seeding $2,332
Bond $2,664.91
Total 135,910.61
MAX BRT-South Transit Center Plant List
Please email quotes to klamanCoDbathlandscaoe-irrigation.com or Fax: 970-484-0470
Dot" V
Plant List Scientific Name Number -AV Size
Deciduous Canopy Trees
'
Shademaster Honeylocust
Gleditsia Triacanthos inermis Shademaster
17
/y
3" Cal
Skyline Honeylocust
Gleditsia Triacanthos inermis Skyline
12
/2
3" Cal
Kentucky Coffee Tree
Gymnocladus dioica
8
P
3" Cal
Shumard Oak
Quercus shumardii
4
y
3" Cal
Bur Oak
Quercus macrocarpa
3
3
3" Cal
Chinkopin oak
Quercus muehlenbergii
2
3" Cal
Western Hackberry
Celtis occidentalis
3
3
3" Cal
Western Catalpa
Catalpa Speciosa
5
j/
3" Cal
Skymaster English Oak
Quercus robur'Pyramich'
6
3" Cal
Ornamental Trees
Hot wings tatarian maple
Acer tataricum "Garann'
4 multi stem
y
1.5" Cal
Canyon maple
AcerGrandidentatum
5 multi stem.S�
1.5" Cal
Autumn Brilliance Serviceberry
Amelanchier x grandiflora 'Autumn Brilliance'
3 multi stem,3
1.5" Cal
Adams Crabapple
Malus Adams
1
1
1.5" Cal
Spring Snow Crabapple
Malus Spring Snow
1
1
1.5" Cal
Thunderchild Crabapple
MalusThunderchild
1
/
1Y Cal
Chanticleer Pear
Pyrus calleryana Chanticleer
4
y
1.5" Cal
Japanese Tree Lilac
Syringa reticulate 'Ivory Silk'
2
,Z
1.5" Cal
Conifer Trees
Fastigate Norway Spruce
Picea abies'Cupressina'
19
/7
20 gal
Evergreen Shrubs
Broadmoor Juniper
Juniperus Sabina'Broadmoor'
60
5gal
Icee Blue Juniper
Juniperus horizontalis Icee Blue
31
5 gal
Compact Pfitzer Juniper
Juniperus x media 'Pfitzeriana Compacta'
35
5gal
Deciduous Shrubs
5 gal
Regent Serviceberry
Amelanchier alnifolia'Regent'
2
5 gal
Black Chokecherry
Aronia melanocarpa elata
40
5 gal
Crimson Pygmy Barberry
Berberis thunbergii'Crimson Pygmy'
7
5 gal
Blue Mist Spirea
Caryopteris x clandonensis'Blue Mist'
11
5 gal
Cardinal Dogwood
Cornus stolonifera 'Cardinal'
6
5 gal
Colorado Dogwood
Cornus stolonifera coloradense
6
5 gal
Isanti Dogwood
Cornus stolonifera'Isanti'
56
5gal
Yellowtwig Dogwood
Cornus stolonifera "Flaviramea'
5
5 gal
Kelsey Dwarf Dogwood
Cornus stolonifera 'Kelsey!'
19
5 gal
Emerald n Gold Euonymus
Euonymus fortune'Emerald n Gold'
4
5 gal
Lodense Privet
Ligustrum vulgare'Lodense'
69
5 gal
Emerald Mound Honeysuckle
Lonicera x xylosteoides'Emerald Mound'
72
5 gal
Arnold's Red Honeysuckle
Lonicera tatarica'Arnold's Red'
21
5 gal
Compact Oregon Grape Holly
Mahonia aquifolium compacta
12
5 gal
Oregon Grape Holly
Mahonia aquifolium
12
5 gal
ortC .Fins
plantings, mulches, cobble, basalt columns, crusher fines, and carries all the contract requirements, plans,
and specifications of the original South Transit Center contract. Bath should be utilized for this particular
work effort since it would be less cost effective to have another contractor provide these services at 2014
prices. Bath is prepared to start work as soon as weather permits, and much of the plant material is being
stored by Bath as it was selected and paid for previously as stored materials under the original contract.
City legal staff inquired with FTA legal counsel, Ted Uyeno, regarding this procurement method. Mr.
Uyeno indicated FTA rarely interferes with a local jurisdiction's decision to award a sole source contract.
Rather, FTA generally defers to the local jurisdiction's discretion when the findings supporting the sole
source award are reduced to writing and satisfy the procurement requirements of the respective
jurisdiction. The applicable requirements for Fort Collins are found at Section 8-161 of the City Code.
I have prepared an Independent Cost Estimate (ICE) also attached, utilizing prices from the existing MAX
BRT contract with Concrete Express for $163,788.12. The assumptions of the ICE are detailed in the
attached ICE spreadsheet. The differences in cost are assumed to be due to the varied and wide spread
work zones on the MAX contract. The estimate provided by Bath is reasonable as compared to the ICE,
and as such, I recommend approval of $133,245.70 for this sole source request.
Sutter's uom votentilla
Potentilla fruticosa 'Sutter's Gold'
14
5 gal
Creeping Western Sandcherry
Prunus besseyi 'Pawnee Buttes'
11
5 gal
Western Sandcherry
Prunus Besseyi
14
5 gal
Yellow Flowering Currant
Ribes aureum
41
5 gal
Double White Shrub Rose
Rosa x'Iceberg'
4
5 gal
Boulder Raspberry
Rubus deliciosus
19
5 gal
Goldf lame Spirea
Spirea japonica 'Goldflame'
30
5gal
Magic Carpet Spirea
Spirea japonica 'Magic Carpet'
17
5gal
Flowering Choice Spirea
Spirea x'Flowering Choice'
38
5 gal
Miss Kim Dwarf Lilac
Syringa patula 'Miss Kim'
17
5 gal
Ornamental Grasses
Variegated Reed Grass
Calamagrostis x acutiflora 'Overdam'
52
1 gal
Karl Forester Feather Reed
Calamagrostis acutiflora
111
1 gal
Grass
Tufted Hair Grass
Deschampsia cespitosa
58
1 gal
Blue Avena Grass
Helictotrichon sempervirens
27
1 gal
Blue Switchgrass
Panicum virgatum 'Heavy Metal'
43
1 gal
Dwarf Fountain Grass
Pennisetum alopercuroides'Hameln'
98
1 gal
Little Bluestem Grass
Schizachyrium scoparium 'Blaze'
41
1 gal
Perennials, Groundcovers, &
Vines
Coronado Hyssop
Agastache surantiaca 'Coronado'
36
1 gal
Prairie Winecups
Callirhoe involucrata
18
1 gal
Plumbago
Ceratostigma plumbaginoides
49
1 gal
Sweet Woodruff
Gallium odoratum
5
1 gal
White Evening Primrose
Oenothera caespitosa marginata
6
1 gal
Missouri Evening Primrose
Oenothera macrocarpa
20
1 gal
Virginia Creeper
Parthenocissus quinquefolia
25
1 gal
Black Eyed Susan
Rudbeckia fulgida 'Goldstrum'
13
1 gal
CHANGE ORDER NO. 12
PROJECTTITLE:
Mason Corridor- South Transit Center
CONTRACTOR:
Growling Bear Inc.
PROJECT NUMBER:
7382
PURCHASE ORDER NO.:
9124530
DESCRIPTION:
Landscaping and Irrigation Deletion
1. Reason for change:
See attached Exhibit A
2. Description of Change:
See attached Exhibit A
Only this amount is
agreed upon all
references to non
approved change
orders and revised
contract amount is
rejected
1
3. Change in Contract Cost:
4. Change in Contract Time: 0 calendar days for substantial completion
0 1 calendar days for final completion
TOTA6-AP1pRGVED-GHANGE9R9ERS
TOTAL PENDING CHANGE ORDERS
TOTAL THIS CHANGE ORDER
TOTALOF-GRIGINA"GWRACT, a'kIIS-GO:
TOTAL-° OF-ORlGINAL-GQNTRAGT, AL-�G9S
ADJUST6&CONTRAGr-GGST
(Assuming all chancii
ACCEPTED BY:
Contractor's Rec
;1WWWAVAri l
Construction Manager
APPROVED BY:
City Project Manag
APPROVED BY:
Director of Infrastructure Services
TE: 2 /l /�i y
DATE:
DATE:
DATE: - - �1—/ L/
APPROVED BY: DATE:
Purchasing Agent over S60,000
w: c:bc'erk A.rchiteU
Co4raccr Engineer
Pmjea File Pu"Chasing
Fort Collins
February 18, 2014
Mr. Curt Hartter
Universal Surety Company
601 South 12th Street, Suite 100
P.O. Box 80468
Lincoln, Nebraska 68501
Planning, Development & Transportation
Engineering
281 North College Avenue
P.O. Box 580
Fort Collins, CO 80522.0580
970.221.6605
970.221.6378 - fax
fcgov. corn/engineering
RE: South Transit Center— City of Fort Collins Project No. 7382
Response to Universal Protest of Change Order 12 .
Mr. Hartter,
Delivery by email to:
cucth versalinland co n
The City is in receipt of a letter from Universal/Growling Bear dated February 11, 2014 accepting only
the value of Change Order 12 and rejecting the total contract amount and all other referenced change
orders. In addition, Universal has modified the City's change order form to reflect this opinion. The City
has executed the change order in this format only in the interest of formalizing approval of the Change in
Contract Cost value.
The City's acceptance of the modified form is not a settlement, accord & satisfaction, or other
compromise of any prior change order value or the calculation of total impact to the contract price of all
project change orders to date. The City reserves all rights with regard to such prior values and
calculations, including the stated Adjusted Contract Price as reflected in Change Order 12, as provided by
the City on January 31, 2014.
Sincerely,
Erika Keeton, RE
Special Projects Engineer
City of Fort Collins
CC: Kent Mills, Universal Surety
Keith Meyer — BRT Construction Manager
Cyril Vidergar — Assistant City Attorney
John Stephen — Senior Buyer
Gerry Paul — Director of Purchasing and Risk Management
Ron Kechter —Project Engineer
TGrowling Bear Co. Inc.
2/11/13
South Transit Center Change order 12
Only the amount of change order 12 is accepted references to total amount of all change orders, total contract
amount, and all other change orders references are rejected and all rights are reserved. Growling Bear and Universal
Surety have not signed nor agreed with city on change orders 2, 3, and 6 — 11.
Gary Shironaka
Growling Bear co Inc
144k&YHar1ter/.4&,
Universal Surety
2330 4th Avenue, Greeley, Colorado 8o631 Phone: 97o-353-6964 Fax: 970-353-6974
CHANGE ORDER NO. 12
PROJECT TITLE:
Mason Corridor- South Transit Center
CONTRACTOR:
Growling Bear Inc.
PROJECT NUMBER:
7382
PURCHASE ORDER NO.:
9124530
DESCRIPTION:
Landscaping and Irrigation Deletion
1. Reason for change:
See attached Exhibit A
2. Description of Change:
See attached Exhibit A
3. Change in Contract Cost: $ (134 578.16)
4. Change in Contract Time: calendar days for substantial completion
IF 0 calendar days for final completion
TOTAL APPROVED CHANGE ORDERS $ 142,990.83
TOTAL PENDING CHANGE ORDERS $
TOTAL THIS CHANGE ORDER $ (134,578.16)
TOTAL % OF ORIGINAL CONTRACT, THIS C.O. -3.09%
TOTAL % OF ORIGINAL CONTRACT, ALL C.O.'S 0.19%
ADJUSTED CONTRACT COST $4,364,978.37
,(Assuming all change orders approved)
ACCEPTED BY: DATE:
Contractor's Representative
REVIEWED BY: DATE:
Construction Manager
APPROVED BY: DATE:
City Project Manager
APPROVED BY: DATE:
Director of Infrastructure Services
APPROVED BY: DATE:
Purchasing Agent over $60,000
cc: City Clerk Architect
Contractor Engineer
Project File Purchasing
•
CHANGE ORDER NO. 12
Exhibit A
Project: Mason Corridor — South Transit Center
Project No. 7382
Date: January 31, 2014
Description of Change:
MAX Field Construction Office
3000 South College Ave., Suite 201
Fort Collins, CO 80526
fcgov.com/maxconstruction
This change order removes the landscaping, plantings, seeding and irrigation from the Universal Surely/Growling
Bear contract. This change is being made to allow the Contractor relief from this scope of work as the schedule for
installation is expected to extend into early spring 2014. Removing this from the contract will allow earlier
completion and avoid extended liquidated damages being withheld by the City.
Change in Contract Value:
The contract value is being decreased by $134,578.16. Please see attached pending issues log summary and
work change directives as summarized in the table(s) below.
' �uork;Ch na ge Direct vel `s/ltems
Item Number
Description
Contract Value
WCD021
Delete Landscaping and Irrigation
-$133,245.70
Reduction for Bond @ 1%
-$1,332.46
- Total Work Change Directives Change:
-$134,578.16
Change in Contract Time:
This change order authorizes a contract time extension of zero (0) calendar days.
Page 1 of 1
Pending Issues Log
may:
Date: 01/31/14
Ref. No.
COO
SCC
Spec Sewer,
Item Description
Requested
Arnoun<
Status
1
20.04
Vanes
Tree Removal' Septic and Leach ReW7 Artwork
11/26/2012
$20IW.57
Adds time removal. senfic tank and leach tank removal, arlwodereloca8on
2
20.04
none
Adds weather days to contract
V26/2013
$0.00
Adds lB weather days to corbaG� unilateral by City
3
MINI
none
Demoblliced *emobillcati.
322/2013
$0.00
2 days granted; cost disputed; unilateral by City - awaiting position from Universal
4
20.04
DIv16
Conduit for can elunication and electrical work; vaults
5/14/2013
512.630.53
Atlds vaults for fiber, cam era communications and Bow fill for trenches
5
20.04
By 2/15
Backnew preventer relocation
5/242013
$9804.40
Relocates BFP into $ adl Ben buildin ;ram ova vault
6
20.04
Gv2
Stour Sewer Profile A adjulibeent (utility connids)
562013
f6810.56
Ad'usls storm Profile A - awaitin position from Univesal' processed Payne rot in pay Pat, 13
WCDO01
7
20.04
Gv2
FCLW D watedine lowering(Fwsll Bhd)
W12013
$22,229.00
Atlds waterline lowering in Fossff Bhtl, patching (tacked units and materals) -awaiting position from
Universal' processed Dam ent in Day pop 13
WCOUO2
8
20.04
Div
Structural changes to pridline#8 antl#9
516M13
$13.146.88
Adds reinforcing and formwork at gddline8 and 9-awaiting position from Universal; folow up on
calculations from City. undo final review
WC0003
11
20.04
Dv
Site negradinq- norlhwal comer connexion to quidewary
3282013
51,488.55
Ades grading to northwest tamer of site to match guideway (T&M); pending completion by cnval
T&M costs paid in PA 15
WC0004
10
20.04
Div
Detention need re rading
W28/2013
$3,293.67
Adds mina moral to retention pond lT&M
WCD005
10
20.04
Div
Tie beam Plan discrepancy
6/2512013
54.847.21
Was tacked a time and material costs for pa ant; Paid inpayaso 13
WCD006
11
20.04
Bv.3
Oaspal Wemin son
91122013
$15;19555
Chen I t�%aciabI worming imps (orengm;to vast Irm);,rxeh uptlatad and ands
iewew', uanOtles neetl to be recondl
WCD007
11
20.04
Dv
Storm inlet and pipe connection at tail chase
9PI2013
53709.59
Adds an area Inlet and pipe connection to dafn the Mason(allL awalin completion ponlaxar
W��
G72
BRi.•aab. roflle end'�hel M.Uen eat. latfams
9i /7/2013�
$1�9.11,oedi
� aet"`ea tnot as'ioNdeO:'.Gm9wlll� Ihselr lthrw 01T - 1 PA1 Gar on rub
WCDO09
10
20.04
Div2
Adds eaMa cum at future connectlon toSadl Ban
9/7/2013
$392.05
Adds 12' tell bamer curb at road to Soadle Ban
WCD010
10
20.04
Div 16
Electrical chomga to lninition and monument sign circuits
9f7=13
$3.960.55
Adds an independent circuit to each locafion missingfrom design
WCD011
20.04
Varies
Buildingmockup
W712013
$0.00
Clarifies modau parameters and adds $aof worie $24752 -not acceptedb Owner
WCDO12
10
20.04
Div2
Concalcossil Inlet wok-T&M
5/21/2013
$3,028.10
Tacked as time and material costs for ore ent` aid in pa a 13
WC0013
10
20.04
Div antl 16
Sprinkler Tap.Ion ation Sleremq, Controller Relocation
8/2WO13
51351.05
Cosh in response to RF)070 for im ation and tap locaJon change; tap paid Ina asp13
WCM14
10
20.04
Gv2
watedine Loop Connectlor#abandon service to house
9/22f2013
$12.821.16
Tacketl as tiro a and m sternal costs for payment
WCDO15
11
20.04
Dv2
Concrete -HMA pawn transition
W28/2013
50.00
Changes concrete to asphalt paling transition at site entrance (GBI claim $1.463.83); amount not
agreed to by City - details Provided to Contractor; no restores as of 1241 13; GBI agreed to $0 value
on12-23-13.
WCM16
11
20.04
Gv2
Codes at East Ramps
912WO13
$0.00
Chen es atlas at east handicapnames
WC0017
11
20.04
Div3
Dowels at DA'ants In concrete awn
10/10/2013
$3.084.03
Adtls doweled emaalon pints to concrete awn around platform
WCDO18
10
20.04
Div
To raper for PlaHorm curb
1012MG13
$1.956.17
rebar be rods from Platform curb to concrete pawn
WCM19
11
20.04
DIv2
Downspout connections to storm i ingon platform
10/21/2013
$3689.37
R uatspaymentfor downspout connections to steon drains M GL3 519; under review by City
his
9
20.04
Gv3
ESD Damaged curb at BRTGddewav
11/21/2013
($1,521.90)
Rapair Pf ESD damaged curb by CEI
WC0020
13
20.04
Dtv 27
Changes to MDF aas, -
12/122013i
53397.82 -
Chan a/cladfia MDF rack pad numbers
WC0021
12
20.04
Gv2
Delete Undriesping, and lmgation
lWl MO13
3134578.16
Removes temstion and landscaping balance from contract
WCM22
13
20.04 !.
Dv27
Conduit racewal for Redlo installatlen
12/126013`""-
$634&1
Addsiceirduithachway for radio installation in building
WCD023
MN
Gv16
WM 30A dmult
13
50.00
Ran Uan a onl' no cost per Universal
WrCD0240_rm:04Y
Br'v.1�6'dscannect
atmainsenAce en to buildin
Pendin
Chan es to concrete mix desi n
791�912013
$0.00
Owner does nor accept cost for than eto mix desi n,no pameflt shown Comactor $12.673COP058
Runob0zetlpn costs for Pikes Peak Steel (terminettch
13
50.00
Rem obilfcatfon cosh fa structural steel subcontac or after GBI termimatlon' $5,706.42 not ace led
Coffee Sho Rollin Door
13
$0.00
Owner prowtled letter to Install calling door per contact drawings;nointegral ,036.tCOP062
accepted
Pending Issues Log
Data: 01/31/14
NO. No.
Cox
SDC
Spec Section
1t Descriptbn
Requ a
NrgtM Stews
Pending Mal: $12,N .83
Total rgnal oMrnct NnwM 358,585.
'oste orllraci MM)pM pr oaetl ,3 029%53
PeM nB Issues m a % oMract armuM 19%
lun a tlor asa promo . 9%
• needs reconcile5on between owner/cpntragor
e needs action by Owner
• needs ec8on by ContMdor
Universal Surety TRANSMITTAL
No. 00035
PROJECT: FC South Transit
TO: Fort Collins South Transit Center
4915 Fossil Blvd
Fort Collins, CO 80525
ATTN: Ron Kechter
DATE: 1/21/2014
REF: COP 064 Landscaping Dele
WE, ARE -SENDING:
❑ Shop Dmwin s
❑ Lencr
SUBMITTED I R:
❑ A roval
❑ Your Use
ACTION
❑
❑
T AKENi
Approved as Submitted
Approved as Noted
❑
❑
❑
Pdras
Change Order
Plans
❑ As Re ucstcd
❑ Review and Comment
❑
❑
❑
Returned After Loan
Resubmit
Submit
❑
sam tes
SENT -VIA: `'
❑
Returned
❑
❑
specifications
Other:
❑ Attached
❑ Separate Cover Via: 10
❑
Returned for Corrections
Due Date:
ITEDI ' PACKAGE kklflTAL DRAWING' %' REV: ITCM 1 O0; " COPIES DATE' - DESCRIPTION ...
- STATUS'
Remarks:
CC:
001 1 1/18/2014 COP 064 landscaping Delete
Signed:
tar<uaw� o
Kent Mills
Growling Bear Construction Inc.
2330 4th Ave Phone: 970-353-6964
Greeley, Colorado 80631 Fax: 970-353-6974
TITLE: WCD 021 Delete Landscping
PROJECT: FC South Transit
TO: Attn: Kent Mills
Universal Surety
RE: To:
DESCRIPTION 6F 11116POSAL
Delete Remaining Landscaping excluding pavers
From:
PROPOSED CHANGE ORDER
No. 00064
DATE: 1/21/2014
I:
CONTRACT NO:
Number:
Item
Description:.=::
Stock#: Quantity>_Units
Unit Price"-:TaxRateiai'AinountNet*AinOont
00001
2C Landscaping
-1.000 LS
$92,215.70
0,00%
$0.00
($92,215.70)
00002
2d Seeding & landscape
-1.000 LS
$10.166.00
0.00%
$0.00
($10,166.00)
00003
2d Shrubs and Plants
-1.000 IS
$7,328.00
0.00%
$0.00
($7,328.00)
00004
2d ornamental Twes 25"
-1,000 1S
$506.00
0.00%
$0.00
($506.00)
00005
Shade Trees
-1.000 LS
$17,908.00
0.00%
$0.00
(S17.808.00)
00006
2d Sprinkler irrigation
-1.000 LS
$5,222.00
0.00%
$0.00
($5,222.00)
APPROVAL:
By:
Date:
Gary Shironaka
Unit Cost:
Unit Tax:
Lump Sum:
Lump Tax:
Total:
($133,245.70)
$0.00
$0.00
$0.00
/ ($133,245.70)
�LLI��KI tGr_ehrs�viii1
/o� �'n'c . `SCC AN4r�Kotl
By:
Date:
Kent Mills
John Stephen
From: Gerry S. Paul
Sent: Monday, February 24, 2014 8:59 AM
To: John Stephen
Cc: Erika Keeton; Sandy O'Brien; Keith Meyer; Jon Spencer (Jonathan.Spencer@CH2M.com)
Subject: RE: Bath Sole Source Request
Us iTi1111
This sole source purchase is approved in accordance with City Municipal Code Chapter 8, Article IV, Sec. 8-
161, d(1), b; Although there exists more than one (1) responsible source, a competitive process cannot
reasonably be used or, if used, will result in a substantially higher cost to the City, will otherwise injure the
City's financial interests or will substantially impede the City's administrative functions or the delivery of
services to the public.
Regards,
Gerry Paul
Director of Purchasing and Risk Management
215 N. Mason
City of Fort Collins
970-221.6779-0
970-567-9040-C
gspaW@Jcgovcom
From: Erika Keeton
Sent: Monday, February 24, 2014 8:53 AM
To: Gerry S. Paul
Cc: John Stephen; Sandy O'Brien; Keith Meyer; Jon Spencer (Jonathan.Spencer0bCH2M.com)
Subject: Bath Sole Source Request
Gerry, please find attached our request for a sole source contract to Bath. Thanks, Erika
r Aa Keeton, Pr_
Special Projects E_ngineer
City of tort Collins F,ngineering Department
970-22 t -6521
970-222-0787
elceeton@fcgov.com
Universal Surety
PCO 064
1/21/2014
CM
$ 125.00
1 $
- MHR
OHP
15.00%
$
Subtotal
$
Subcontractor
$
(133,245.70) LS
OH&P
5.00%
$
Subtotal
$
(133,245.70)
Bond
1.00%
$
Insurance
$
3.55 $
Total Costs
$
(133,245.70)
Adjustment
$
Time Extension
0 Calendar Days
Total Cost Increase
$
(133,245.70)
All rights Reserved
AW iee,4v t X h*a em k; //, 330, 46
-?4uc,74r/ .,579,16
max
WORK CHANGE DIRECTIVE
TO CONTRACTOR: Growling Bear Inc. WCD NO: 021
PROJECT: Mason Corridor- MAX BRT (South Transit Center) PROJECT NO: 7382
OWNER: City of Fort Collins - Engineering Department
ENGINEER/ARCHITECT: Aller
The following additions, deletions, or revisions to the Work have been ordered and authorized:
WCD): Delete Irrigation and Landscaping
This work change directive directs the Contractor to price, and if accepted, remove all irrigation and
landscaping project components as defined herein.
• Delete all irrigation mainline, laterals, sprinklers, drip system as defined in plan sheets IRI.0, IR1.1,
IR2.0, IR2.1, and specifications section 02810. The Contractor shall be compensated for work in place
included sleeving.
• Delete all landscaping materials and installation as defined in plan sheets D4.0, D5.0, L1.0, L2.0,
LSI.0, and LS3.0 including trees, shrubs, sod, seed, compost application and mixing, planting bed
mulch supply and installation (rock and wood), weed barrier fabric and crusher fines path according
to specification sections 02550, 02920, 02930. The Contractor shall provide a summary of landscaping
materials already paid as stored to reconcile the remaining materials to be purchased as shown in the
plant lists contained in the project drawings. The Contractor shall fine grade all planting areas to
within 0.1' of plan grade as part of substantial completion.
The Contractor shall maintain the base bid items defined in the sheets listed above that are not
landscaping or irrigation elements (e.g. fencing, concrete, benches, bike racks, etc.). The elements
shall remain part of the base contract.
This work shall be priced as a two lump sum credits to the based contract. One credit for irrigation
and one credit for landscaping/plantings. Each credit shall be accompanied by a detailed listing of
costs to support how the Contractor developed the credit for each lump sum amount. The detailed
listed shall include all labor, equipment and materials that were estimated as part of the base bid to
develop costs provided in the Schedule of Values items 1) STC Building item 2d - Landscaping; 2)
SIC Park and Ride item 2d - Sprinkler Irrigation; 2d - Seeding and Landscape; 2d - Shrubs and
Plants; 2d - Ornamental Trees; 2d - Shade Trees.
This change is being initiated by the City as Growling Bear/Universal Surety do not have the contract
time to complete the work. The City desires to complete this work in the Spring of 2014 outside the
Growling Bear contract.
WCD021-DELETE IRRIGATION AND LANDSCAPING-12-12-13-FINAL PAGE 1 OF 2
Attachments (List Supporting Documents):
It is understood that this Work Change Directive may change the Contract Price and/or Time, and is evidence that the parties
expect a Change Order request for approval to subsequently follow this Work Change Directive.
Ordered By: (t
' vner/�
„
Recommended By: �! y
Construction M 7/t�ager
Copy: Omer; Engineer/Architect; Field File - SharePoint
December 12, 2013
Date
December 12, 2013
Date
WCD021 DELETE IRRIGATION AND LANDSCAPING 12-12-13 FINAL PAGE 2 OF 2
atyaf Michael Baker Jr., Inc. -Change Order # 11
Fort Collins Independent Cost Estimate
/ '11i Mason Corridor MAX BRT Final Design
Date of Estimate: d-Mar-14
Contract Type: TdM
Existing Contract or PO (Y/N): Y
Description of Goods (A) or Services IF): B
Work includes irrigation, sell preparation, plantings. mulches, cobble, basalt columns, crusher fines, and carries all the contract
requirements, plans, and specifications of the original South Transit Center contract. Material unit prices were taken from an
existing contract with Concrete Express, except for the unit price for the soil preparation which was taken from the 2013 COOT
cost data book
I him obtained the following eatimato from;
Published Price List / Pest Pricing (dale)
Engineering or Technical Estimate (performed by) Karl Craven
Independent Third Party Estimate (performed by)
Other (specify)
Cost Estimate Oetaris:
(Estimate caku/afed n US Dollars)
Cost of Standard ham.
Product
Cost $/ea)
Cori Lea
Noles/Data Source
OeWered
iNo Freight
Total
Coat of Services, Repairs, or Non -Standard acme
Iten✓Task
Materials or Work Description
Other Direct
Costs
Ouani
Unit
Unit Price
Allocated
Overhead
SG3A'
Profit
TOTAL
Soil Preparation
785
Cy
$ 1.26
$ 989.10
11/4'PVC Class 200
1,800
LF
$ 1.44
IS 2592.00
21/2' PVC Class 200 Sleeve
No
LF
$ 2.15
$ 1,892.00
Back Flow Prevemer
1
EA
$ 2132.00
g 2,132.00
Irrigation Controller Unit Pedestal
t
EA
$ 2.421 00
$ 2,471.00
1'Drip Remote Control Valve Assemb
15
EA
$ 332.00
$ 4,900.00
Remote Control Valve Assembly
12
EA
$ 2W.00
$ 2,472.00
Drip Flush Cap Assembly
35
EA
$ 47.06
is 1,647.10
Thenciring
1,800
LF
$ 4.36
$ 7,848.00
Decidious Trees 3'
100
EA
$ 543.00
$ 54.300.00
Deddious Shrubs
125
EA
IS 25A0
$ 3,200,40
Eve reen Shrubs
1.037
EA
$ 30.25
$ 31,369.25
Perennials
217
EA
$ 10.52
$ R262.64
Mulch
23,450
OF
$ 0.60
$ 14,O70.00
Cobble
I"
CY
$ 131.00
s 24.104.00
tandsca Boulder
6
EA
$ 567.30
$ 3.403.80
ae mg
9,755.00
$ 4.034.63
Total$163788.12
Signature of Preparer. Date:
Colorado Department of Transportation 09:58 Monday, February 24, 2014 8
2013 Cost Data
INDEX AND AVERAGE UNIT BID PRICES FOR 01/01/13 THROUGH 12/31/13
....................................................................................................................................
ITEM NUMBER ITEM TOTAL QUANTITY UNIT TOTAL COST AVERAGE PRICE
210-04015
Modify Manhole
210-04020
Modify Inlet
210-04028
Modifications to
Existing Portals
210-04030
Modify Guardrail
210-04050
Adjust Valve Box
210-04051
Adjust Valve Box
(Special)
210-04200
Adjust Guardrail
211-00007
Mine Strap
211-00010
Rock Excavation
(Class A)
211-00011
Rock Excavation
(Class B)
211-00012
Rock Excavation
(Class C)
211-00013
Rock Excavation
(Class D)
211-00014
Rock Excavation
(Class E)
211-00015
Rock Excavation
(Class F)
211-00980
Spile #9 x 14 Foot, Grade 60 Grouted
211-00981
Spile #11 x 20 Foot,
Grade 60 Grouted
211-00982
Arch #9 x 16 Foot, Grade 75 Dowel, Resin Grouted
211-00983
Sidewall #9 x 12 Foot, Grade 75 Dowel, Resin Grouted
211-00984
Sidewall #9 x 16 Foot, Grade 75 Dowel, Resin Grouted
211-00985
Supplemental Rock Reinforcement (Dowels)
211-00986
Supplemental Support #9 x 14 Foot, Grade 75 Spile Gro
211-00987
Pillar #9 x 16 Foot, Grade 75 Dowell Cement or Resin
211-00988
Portal Protection Canopy (Furnish and Install)
211-01190
Optical Survey Targets
211-01250
Rock Bolt
211-01300
Rock Anchor
211-03005
Oewatering
212-00005
Seeding (Native)
212-00006
Seeding (Native)
212-00007
Seeding (Native) (Hydraulic)
212-00009
Seeding (Temporary)
212-00022
Seeding (Riparian)
212-00028 Seeding (Wetlands)
212-00032 Soil Conditioning
212-00047 Soil Preparation (Special)
re a a on
212-00050 Sod
212-01200 Landscape Restoration
14
Each
23,220.22
1,658.59
85
Each
160,908.66
1,963.63
2
Each
23,292.84
11,646.42
2,390
Lin Foot
32,006.90
13.39
461
Each
148,286.04
317.32
3
Each
369.00
123.00
8,090
Lin Foot
47,256.84
5.84
110
Each
29,465.70
267.87
903
Cubic Yard
277,762.80
307.60
9,741
Cubic Yard
1,804,715.07
185.27
1,948
Cubic Yard
406,216.44
208.53
1,585
Cubic Yard
382,603.15
241.39
1,585
Cubic Yard
584,310.25
368.65
3,936
Cubic Yard
492,865.92
125.22
270
Each
127,745.10
473.13
58
Each
43,816.10
755.45
2,125
Each
9052037.50
425.90
222
Each
74,800.68
33B.94
48
Each
21,538.56
448.72
700
Lin Foot
19,551.00
27.93
1,400
Lin Foot
45,528.00
32.52
120
Each
95,931.60
799.43
2
Each
499,052.80
249,526.40
64
Each
33,394.56
521.79
90
Lin Foot
4,680.00
52.00
58
Each
19,140.00
330.00
4
Lump Sum
88,9B5.78
22,246.45
7
Pound
5,133.12
733.30
771
Acre
484,509.24
628.42
5
Acre
4,166.65
833.33
12
Acre
1,612.95
134.41
0
Acre
-931.49
14
Acre
9,880.01
705.72
520
Acre
850,892.06
1,636.33
198
Acre.
215 418.45
087.97
Cubic Var MENWINSUENNESEREM
303277
Sq Foot
20,879.45
0.69
1
Lump Sum
4,310.00
4,310.00
CRY OF FORT COLLINS
MAX BUS RAPID TRANSIT PROJECT
BAT CONSTRUCTION
ADDENDUM
Ajm06
SEEdNO(NA
CRE
milt 8' 0
b.
$
21100050
SOD
SF
13,3&
$ 046
212-MIDI
TREERERNTION AND PROTECTION
U
IOI
$ 6000
5 6060.00
212�00900
COMPOST
CY
230
$ 35.60
S B 108.00
21240901
SAND/PEATMIX
CY
225.17
$ 41.25
3 5,16326
213-0OD65
G
INURGANIC MULCH
CF -
CY
B4O3
74
0,
1p4
$ 117.S0
3 8.69500
213.00070
LANDSCAPE WEED BARRIER FABRIC
SY
1,340
$ 1.00
S 1340.00
�
214.00225
UIOER
MaDUOUSTREE(25 INN CALIPER)
Elm
EA
101
13
i$ 56] 0
$ 418.00
5 5]l9)30i
S 5.434,00
OE(gU0 f 31NC Ull f0.MEN== in
5 AU C NfR)
Il8
$ 5--
14
15A0
IS 4".Op
S 3.
114-00508
EVERGREEN MEE(B FIXER BA LANOBURIAP)
EA
$ 6
E
30 3
.49610.
61.)5
4 1
2144 50
fgFN CONTA ER)
PERENNIALS IS GALLIXI CONTAINER)
4 0
lO3
MOWN 42T11
EA
193
$ Ii
1330
215-OMW
TRAM%AM THE E(3 TO 611
EA
4
$ 260.00
104000
2 is 00100
TRANSPLANT TREE (OVER 6 INN)
CA
1
S 5700
216-00039
SOIL RETENTION BE AN[ET(STRAW)
SF
14.6R
$ 0.21
$ 31
21600045
SOIL RETENTION MAT (CELLULAR)
BY
492
$ 330
3Dtd005
AGGREGATE BASE COURSE, CIASS 4
GY
95.13
$ SSOD
$ 533>31
30I-06000
AGGREGATE GASECOURSE, CLASS 6
TON
6,10100
$ +'4T✓
3 a5�s .. .
401
HIM MIX ASPHALT (PATCHING) (ASPHALT)
SY
191
$
$ -� 502f401V
'0333621
NOT MIX ASPHALT(GRADING S) LED 5628)
TON
6,698
$ Ai
BUMi
411-10255
EMULSIFIED ASPHALT (SLOW SETING)
GAL
1,073
$ 1711]
S Lit4U WOf6N
412L300
CONCRETEPAVEMENTLISNH)
SY
2.67
$ .YJS
IS (" }
412-00600
CONCRETE PAVEMENT I6 INN)
SY
1,16833
$ IA88
S �Q
412�00900
CONCRETE PAVEMENi(B INCH)
SY
271.56
$ jP.q
ipiNAO
41?WW2
CONCRETE PAVEMENT (61NCH)(SPEOAL)(COVV.ERCIAL DRMEWAY)
5Y
ISI
$ $y1L
$ - SO 3,Fe9.3s
412,01001
CONCRETE PAVEMENT(20 INCH) (SPECIAL)
IT
1,010
$
$' 72
46S26S,S7.0ie
4120/050
CONCRETEPAVEMEMT(10d/21NCHj
SY
44.173
$
420 Wi01
GEOTEXRLE PAVING FABRIC
SY
10,252
$
42P00112
CE07EXTME(DRAINAGE)(C1A151)
SY
21033
$ 235
$ SBB 2B
$03 Owls
DRNLEDCAISSON(1BINCH)
IF
BO
$
$ 3 •� 344.00
50300024
DRILLED CAISSON(24 INN)
IF
2,355
$ 123.00
$ ]B9 f65A0
503 M30
DRILEOCUSfON(DOINCN)
LP
210
$ 13L45
27,604.30
503-NO36
DRILLED CAISSON(36 INCH)
IF
501
•
503-00054
DRILLEDCAISSON(S6INN)
if
38
$ 342M
$ 11t996D0
5040W50
RCINGIANDSCAPEY2Ad
SF
Wl
$ .RDM
$ 5
50601030
GFOGRIDflEINEORCEMENT
SY
Iy9D
$
L ?G).6o
y $3 c .oc
Goo .8 O
fii�1 S'i 1 - 70
°[ 14.60
01423.Gca
21-�Tpj!, i.gyp
{4.1
i9gd _ocP
2i1411
j�s g %U .Q7
3010
CITY OF FORT COLLINS
MAX BUS RAPID TRANSIT PROJECT
BELT CONSTRUCTION
ADDENDUM
5/390005
ELECTRICAL INFRASTRUCTURE IDRAKE)
LS
1
$ 76,100D0
$ J610000
6139000E
ELECTRICAL INFRASTRUCTURE (BAY FARM) RWO PIATFORMSI
IS
1
$ ID6,70000
� 1067W.0D
633.90007
ELECTRICAL INFRASTRUCTURE JPMSPECT)
LS
1
$ 179A00D0
$ 179A0000
61390008
ELECTRICAL AFMSTRUCTURE(UNNERSNV) -
IS
1
$ 15 cco.o0
$ I53,BC0➢0
613.90009
RECTIOCAL WFRAS17UCTLRE(LAURfL)(TWOPIATFORMS)
IS
1
$ fA000O0
$ 6R000.00
6139DDI0
ELECTRICAL INFRAITWCNRESMULBERRVI(TWOPLATFORMS)
IS
1
$ 66900.00
$ 66,900.00
613.9D011
ELECAIGt WF TMCTVRE(OLNE)(TVIOPIAtFg SI
LS
1
$ 64300.00
$ "6Ewoo
6139OD12
ELECTRICAL INFRASTRUCTURE (MOUNTAIN) rTV0 PLATFORMS)
IS
1
$ 66,100.00
$ 66,100,00
613-90013
ELECTRICAL INFRASTRUCTURE(DOWNTOWN TRANSRCENTER)
lS
1
$ 20300.00
1 10300.00
61400011
SIGNPANRICU551)
$1
474.40
S IS.00
5 8539]0
6I40D012
SGNPANRIUASSE)
SF
176
S 20.00
$ 35201m0
61400035
SIGN PANEL.(SPECIAL)
SF
AS
$ 32.i0
$ 7,68150
6I4-00216
STEEL SIGN P09D( INCH TUBING)
LF
1145E
$ 1130
I0,675,I0
61193009
WTESISTEM
EA
IA
S 40.916.00
$ 57I,83100
618 OD142
PRESTRESSEOCONCRETE I(BTt2)
IF
489
$ 188.43
$ g2 ]t]D
619.10,25
62INCH WRDEDSTEEL PIPE(SPECUL) OACKEU)
LF
0
$
$
62090005
R1[IO OFFICEDPECUUU
EA
I
$ 116900,
$ 115.900.00
61100])0
BOLLARD
EA
l)
$ 538.00
�- 11516.DO
623.10W0
3/4" IMMERUATION ASSEMBLY
CA
5
$ S36D0
$ 26�00
623-IOMI
3/A' SUBWETM VANTERWTGN ASSEMBLY
EA
6
$ A33D0
613.20001
3A'TAP ASSEMBLY
CA
t
$ 690.00
$ }g20DO
$23-10003
3/4" WATER MRfRASSEMBLY
EA
5
$ 1,6tD.00
$ 5.20000
123-10004
3/4'WATER SUB -METER ASSEMBLY
EA
2
$ 431.00
8M00
31000
3't'B DPR[VENTpI SEMB
, 32W
SD W
6]Y)ODD6
1' MASTfRVALVE ASSEMBLY
EA
$ I5000
S 1.SN].IW
623-/0007
]-FLOW SENSOR ASS EAULY
EA
7::
$ SLOW
633-10000
I' PRESSURE REDUCING VALVEASSEMULV
EA
$ 10,=.m
$ IO,N00 ]
623.10009
A' ISOLATION GATE VALVE ASSEMBLY
CA
$ 460
910.00
03-10010
3' ISOLATION GATE VALVE ASS EMBLY
fA
<
$ 410A0
5 2.64D00
613.10011
2-1/3' ISOLAT IN GATE VALVE ASSEMBLY
EA
I
$ 41600
623-10012
1' GUA71011 GATE VALVE ASSEMBLY
EA
I
$ 190.90
$ SEC.00
623-20013
1-1/2' ISOLATION GATE VALVE ASSEMBLY
FA
1
S 170,
$ 170.00
623-10014
1-1/4' ISCRATION GATE VALVE ASSEMBLY
EA
B
5 Isom
$ 1,200.00
623/0015
1' QUICK COUPLING VALVE ASSEMBLY
CA
15
$ 229.GO
$ 5.725.00
63310016
3/4'TWE K COPPER PPE
U
160
$ B.DD
$ 1,100.00
6ILIDOI7
6'NDPESM"PIPE
IF
60D
$ 1443
$ S.S=0
623.10018
3'NDPE SDN-9 PIPE
lF
41Bn
$ 6.53
$ ).)0SAO
Q3.10019
--__-_--
]OC905PKPPE
LF
]00
$ 36.41
$ 3,6t3.00
623-10020
6"CL2DOPVCPPE
IF
I'm
$ 10.)B
$ 1J,t63.60
- -
633-10011
4'CL100PVCPUE
IF
2.2
$ 630
$ 15,59100
62310021
3-CL200PVCPIPL
LF
_
1,560
$ $,92
7of 10
CITY OF FORT COLLINS
MAX BUS RAPID TRANSIT PROJECT
BRTCONSTRUCTION
ADDENDUM
BDO
623 IN24
2-CL200PVCPIPE
IF
3,400
$ 1.92
$ 6.18000
623-10025
11/2-a 200 PVC PIPE
IF
1,260
$ 157
5 1,97310
•14 C 1 CPIPE
�—
144
123 IM27
l'CL 20GPVCPIPE
IF
14D
$ 132
$ 184.80
623/0028
2-1/2-CL 160PVCPIPE
LF
BD
$ 2.15
5 172,00
61310029
2'CL 160 PVC PIPE
LF
120
$ 195
$ 222.00
623/0030
1-1/2"C1160 PVC PIPE
if
20
$ S69
$ 3380
623-]0031
FI/4'(116DPVG PIPE
if
680
$ 16]
$ 1.06].60
623.10032
1-CL 160 PVC PIPE
LF
1j40
$ 1.49
5 11,42660
623-10033
O.75' W RESISTANT POLYETHYLENE PIPE
LF
5,960
$ LAB
I
$ B,BIO.BD
623-10014
1112` REMOTE CONTROL VALVE ASSEMBLY
EA
]
$ 282.00I$
1,9)4.00
2 -
$°' MOTIF CONTROL VRLVF
A3
EA
230
$ I5.10
62310036
POP UP SPRAY SP RIN ME I ASSEMB LY
5 3,47300
623-10037
POP-UP ROTOR SPRINKLER ASSEMBLY
EA
91
$ 48RO
—
$ 444990
03
OL ASS
M
EA
31
$ 142.00
D39
DRIP ZONE CONTROL VALVE ASSEMBLY
4,402.000
0041
DRIP EMRTERASSEMBLY
EA
69]0
$ i.41
042
ROOT WATERING SYSTEM BUBBLER ASSEMBLY
EA
)l
$ 50.66043
STREAM BUBBLER ASSEMBLY
EA
146
$ 1].15LMOUNEA
;623-1000
j�f
3 6.00045
FA
6
PAIN/FRFFZE SENSOR ASSEMBLY
5 2woo$1,31Bd0
046
IRRIGATION CONTROLLER ASSEMBLY (Cw SYSTEM- PEDESTAL MOUNTED)
EA
l
$ 18,534.00
3),068.00
04]
PRECAST IRRIGATION'UNCTION BO%ASSEMBLY
EA
1
$ 1275001DSd0
04E
FLOW SENSOR COMMUNICATION CABLE
LF
2,120
$ 143
SW9
CONTROLWIRE24 VOLT, OIRFRBURY
LF
52,900
$ OIL
10,S30 U0
050
TRACING WIRE, DIRER BURY
LF
B,300
3 0.
S x]a140
C23-10051
IRRIGATION DEMOLITION
LS
)
9 41635dO
5 32445.00
62$.00000
CONSTRUCTION SURVEYING
LS
1
$ 256#46000
3 2515,460.00
62600900
MOSILRATON
LS
1
$ 2,322,725.0p
3 2,312,725.00
616-00100
PUBLIC INFORMATION OFFICER
LS
1
$ 2S9"ODO4
$ 259.600.00
62600300
SYSTEM SAFETY AND SECURITY MANAGER
DAY
_
320
$ S1440
200.616.DO
627-DWOB
I ATEK PAVEMENT MARKINGS
SF
31.947
$ 196
_
_
$ 72.416.12
6274200ID
PREFORMED THFRMOPLSTIC PAVEMENT MARKING
SF
2403
5 1633
$ 3)60]99
630 SWOO
CONSTRUCTION TRAFFIC CONTROL
LS
1
$ 731,300d0
_
$ 7311300D0
633.00001
HARMONY STATION SHELTER. ICON AND ID BEACON
LS
1
$ 2BSp0000
3 285,0001DO
633-00002
TROUTMAN STATION SH ELTER. ICONAND CIO BEACON
LS
1
$ 334,000.00
$ 331.00000
633-0DDO3
HORSETOOTI STATION SHELTER, ICON AND ID BEACON
IS
t
$ 185,00040
_
_
$ 285,000.03
633-000D4
SWALLOWSTOP SHELTERS, ICON AND ID BEACOW(SHELTER PAIRS)
IS
1
3 36010001I0
360000.00
633 SUMS
DRAKE STATION SHELTER, ICON AND ID BEACON
l5
1
$ 33SOND0
_5
5 330.00040
$ 010
CITY OF FORT COLLINS
MAX BUS RAPID TRANSIT PROJECT
BRT CONSTRUCTION
ADDENDUM
633-OW06
BAY FARM STOP SHELTERS, ICON AND ID BEACON ISHOTER PAIRS)
IS
1
$ 345,000.00
34$00000
63100007
PROSPECTSTATION SHELTER, ICON AND J IO BEACONS(PROSPECT AND LANE)
IS
I
$ 324.00000
S 924,01
63300008
UNNERSITY STATION SHELTER, ICON AND 0 BEACON
IS
1
$ 314,000,00
S 314000.00
633130009
LAUREL STOP SHELTERS AND ICON (SHELTER PAIRS)
l5
I
$ 366,000.00
S 3W.000.00
63340010
MULBERRY STOP SHELTERS AND ICON [SHELTER PAIRS)
IS
1
$ 366.000.00
S 366,000.00
633-00011
OLIVE STOP SHELTERS AND ICON (SHELTER PAIRS[
IS
1
_
$ 340,00000
$ 310000.00
63300012
MOUNTNN STOP SHELTERS AND ICON [SHELTER PAIRS)
IS
1
$ 335,00000
$ 335,0D000
63300013
OOWNTOWNTRANSITCEMER SHELTER
IS
1
$ 229,000.00
S 2n,00900
6
lF
13, I
436
muffs, 935:12'
66000001
CONTROLLED SOW STRENGTH MATERIAL
CY
1,991
$ 108.90I$
216,92820
66,00002
DIRECTIONAL BORING
IF
7,512
$ 7.62
$ 57,241.44
66600003
2- HOPE SOR II
1F
30,316
$ 1034
S 313,467A4
660.00004
3"HOPE SORII
LP
7,SI2
S 1138�$
B9,993.76
660.00005
P HOPE SOpli
if
)$1]
S 1l]0
$ I]OA26.10
660.00006
2•PVCSCH40
L9
18.J80
$ 2I8
S 106,340.40
66000007
3"PVCSCNIO
YlF
U,S82
$ 317
$ 41,I43.I4
660-00009
4'PVCSCH40
IF
»,SA)
$ 1.31
S S185752
660-00009
I•GRCCONOUN
IF
1,700
$ 1633
S 44.02.00
66(100010
2'GR000NDUIT
LF
1,683
$ 1940
S 32 S640
65000011
3"GRC CONDUIT
LF
421
66G-00012
4•GRCCONOUR
IF
421
$ 32671S
1
13,75407
IW00013
36'X48'VAULT
EA
56
$ 3,539.00
S 198194.00
660.00014
24• X 30'X IV PULL BON
U
J
$ 1,350.00
5 9.45000
660-ODDIS
24" N 24• N IV PULL BON
U
18
$ 1,14400
5 20,59200
G60�00036
12' X 19' X I@' PALL BOX
EA
37
5 7SID0
1 I76I4.00
.000017
LAYER 3 ETHERN ET SWITCH
EA
9
$ 32.411A0
S 2.1.70000
660-00018
UKR 2 ETHERNET SWITCH
EA
21
$ 9,1S6.00
5 194,37600
60 OOD19
WIRELESS ACCESS POINTS
EA
34
$ 119M00
$ 64,600.00
66000020
EMERGENCY "it BOX
fA
1]
$ 5,690.00
1 119A9000
660-00021
SURGE AWSTERS
EA
135
$ 301AS
S 47,340.75
660-D0022
FIBER PATCH PANEL(12R1
EA
19
$ 2,951.00
S $6,069.00
660-00223
FIBER PATCH PANEL 1480)
CA
2
S 5.112.00
S 10.214,00
660 00225
FIBER PATCH PANEL 148 CT 0O)
EA
2
$ 5111200
5 10,224.00
GSD00013
UT 6 PATCH CABLES
EA
235
$ 2712
5 6,396.70
66000024
CAT CABLES
IF
7,600
S 9.80
5 74,40MI
G6000025
SYSTEMS INTEGRATION TESTING
IS
I
S 104AOOZO
5 204.00"
66D00026
BACKBONE FIBER CABLE AN O SPLICES
if
31,2S9
$ 653
$ 204111.17
66000027
DROP FIBER CABLE AND TERMINAT ION PANELS
lF
6364
$ 436
66000029
VARIABLE MESSAGE SIGNS
EA
19
S 14,918.00
S 432622.00
663.00029
PUBLIC ADDRESS AMPLIFIER AND SPEAKERS
EA
19
$ 4,04D]D
S 91.963.80
660-NO30
1C001SPLAY AND DIGITAL SIGNAG[SYSTEM
EA
71
$ ]],35900
$ 171,53900
9Mto