Loading...
HomeMy WebLinkAboutCORRESPONDENCE - BID - 8710 MULBERRY/RIVERSIDE DRAINAGE IMPROVEMENTSPROJECT TITLE: Mulberry Riverside Drainage Improvements CONTRACTOR: Connell Resources, Inc. BID NUMBER: PURCHASE ORDER NO.: DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost: 4. Change in Contract Time: ORIGINAL CONTRACT COST $ 736,635.97 TOTAL APPROVED CHANGE ORDER $69,607.00 TOTAL PENDING CHANGE ORDER $0.00 TOTAL THIS CHANGE ORDER $11,981.80 TOTAL % OF ORIGINAL CONTRACT, THIS C.O. 1.63% TOTAL % OF ORIGINAL CONTRACT, ALL C.O.'S 11.08% ADJUSTED CONTRACT COST $ 818,224.77 (Assuming all change orders approved) CONTRACTOR: Connell Resources ACCEPTED BY: Date: Name: Title: ACCEPTED BY: DATE: Jason Stutzman, Civil Engineer III REVIEWED BY: DATE: Pat Johnson, Senior Buyer APPROVED BY: DATE: Title: Owen Randall, Director of Engineering APPROVED BY: DATE: Title: Theresa Connor, Deputy Director APPROVED BY: N/A DATE: N/A Gerry Paul, Purchasing Director (if greater than $60,000) cc: City Clerk Architect Contractor Engineer Project File Purchasing SECTION 00950 CHANGE ORDER NO. 2 8710 $11,981.80 0 Calendar Days Change Order 02 - Quantity Reconciliation This change order adds additional work that was necessary because of existing conditions in the field that were unknown at the time the construction plans were drafted. It also adds work that was necessary to bring some of the concrete flat work into compliance with ADA requirements, and changes some work to provide a more acceptable traffic control situation. 9183280 Please see detailed description of each line item in Exhibit A. Change Order Form Official Purchasing Form Last updated 10/2017 DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB 12/6/2018 John Warren 12/7/2018 Vice President 12/7/2018 12/10/2018 12/11/2018 Page 1 of 3 Fort Collins Utilities 700 Wood Street PO Box 580 Fort Collins, CO 80522 970-221-6700 970.221-6619 - fax fcgov.com CHANGE ORDER NO. 2 Exhibit A Project: Mulberry Riverside Drainage Improvements Contract: Connell Resources, Inc. Work Scope: Amendments to Contract Documents Date: December 6, 2018 Description of Change: This change order adds additional work that was necessary because of existing conditions in the field that were unknown at the time the construction plans were drafted. It also adds work that was necessary to bring some of the concrete flat work into compliance with ADA requirements, and changes some work to provide a more acceptable traffic control situation. The following are complete descriptions for each change item: 1. Landscape - 725 E. Mulberry Landscaping that was not identified in the plans, and outside of the area in the plans, was required in this area. The materials listed in the detail sheet were necessary in order to restore the area to its pre-construction condition. Additional landscaping had been installed at this intersection between when the plans were drafted and when the project went to construction. Also, the plans showed an unfeasible limit of construction. This resulted in the new landscaping having to be removed and replaced, which is an unforeseen cost. Per the contract documents, all work performed by subcontractors (items 1- 6 on this CO) has been marked up not more than 5%. 2. Landscape - 803 E. Mulberry Additional landscaping, beyond what was shown in the plans, was required in this area to restore the functionality of the retaining wall. The wall was rerouted from its original location to accommodate the new storm drain, grading was changed in this area, and additional rock was required in order to discourage walking in the area of the storm drain. 3. Landscape - 724 E. Myrtle The plans showed sod at this location, however this was determined to not be practical because there was not existing irrigation. The most suitable solution was to place rock mulch in this area, which resulted in the additional cost shown. 4. Landscape - 835 Riverside This is another area where the plans showed sod installation, but rock mulch was chosen due to no irrigation present. 5. Landscape - 906 E. Myrtle Additional mulch was required at this area to restore the area to its preconstruction condition. DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB Page 2 of 3 6. Landscape - 601 Lesser The flow line to the new inlet in this area required the sidewalk to be placed approximately 6 inches lower. This required regrading around two mature trees while protecting the roots, installing a new retaining wall, rebuilding the sprinkler system, and installing additional sod. This was not identified on the plans. 7. Added Crew and Material to Connect to Existing Piping at Manhole 6.1.1 This manhole was not shown correctly on the plans. The connection to the existing 24” pipe was almost two feet higher than shown. The connections to 12” drain pipe on the north and south was not shown. This required a barrel section of manhole to be field cut, which resulted in delayed productivity for the pipe crew. The contractor has submitted a delay claim due to the differing field conditions which resulted in substantially more time and effort required to construct a functioning storm water system. This is evaluated in Attachment 2. 8. Manhole 6.1 Connection Revisions The contractor experienced impacts to cost and schedule due to the existing 36” pipe which was found to be in a substantially different alignment than shown on the plans. The 36” pipe had to be removed instead of plugged in place. Additionally, 37 feet of new 36” pipe had to be installed to connect to the pipe, where none was anticipated. A poured concrete collar was required at the new connection location, and additional asphalt removal and replacement was performed. 9. Two Inch Mill and Pave to Match Existing Seams in Multiple Locations At the request of the City of Fort Collins ROW Department, additional milling was performed in order to provide a smooth, ridable surface and to match existing seams. 10. Delay Due to an Unknown Utility at Inlet 3.1 The contractor has submitted a delay claim due to an unknown utility found at Inlet 3.1. A bored fiber line (Comcast) was not shown on the plans or found by the locator but was found to be placed where the inlet needed to be set. It was also bored through an existing light post. After removing the light post, it was determined that there was enough slack in the line to shift it just behind the new inlet. This item represents payments for the contractor’s lost time and productivity. 11. Additional Mobilization as Requested by the COFC The contractor was required to mobilize manpower and equipment to the site multiple times due to restrictions imposed by the COFC Traffic Department. This item represents compensation for the additional mobilization. 12. Asphalt Restoration Revisions (Items 12- 15) The plans called for a full asphalt replacement near the intersection of Myrtle and Lesser. However, the traffic control department asked that this street not be entirely closed for the longer duration that this work would require. Therefore, this area was changed to a patch repair. A credit was issued for the portion of unused full width asphalt replacement (bid item 48) and a cost was proposed for the new pavement patch. Actual asphalt replacement compared to planned asphalt replacement is shown in Figure 1. Some areas of asphalt which were scheduled for demolition were able to be conserved. Change in Contract Value: Bid prices are used to determine the value of changes when the item was included in the original bid. In the case that the item was not included in the bid, a time and materials (T&M) evaluation was used to DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB Page 3 of 3 determine the value of the work. In some items, credits are available from planned work that will not be performed. A summary of credits and debits is provided in Table 1, below. Number Description Cost 1 Landscape - 725 E. Mulberry $1,957.00 2 Landscape - 803 E. Mulberry $1,416.00 3 Landscape - 724 E. Myrtle $2,270.00 4 Landscape - 835 Riverside $1,827.00 5 Landscape - 906 E. Myrtle $466.00 6 Landscape - 601 Lesser $4,192.00 7 Added Crew and Material to Connect to Existing Piping at Manhole 6.1.1 $4,516.00 8 Manhole 6.1 Connection Revisions $ 7,077.00 9 Two Inch Mill and Pave as Directed $9,674.40 10 Delay Due to an Unknown Utility at Inlet 3.1 $4,062.00 11 Additional Mobilization as Requested by the Owner $5,073.00 12 Patching- credit for original bid item 48 ($53,328.60) 13 Patching- Sawcut asphalt 6” $1,410.00 14 Patching- Asphalt Pave Patch 9” Thick $17,050.00 15 Patching- Asphalt Hand Patch 9” Thick $4,320.00 NET CHANGE ORDER COST $11,981.80 Change in Contract Time: No change to the Contract Time is proposed. The substantial completion deadline remains December 7, 2018. Contract Time Summary: Description Contract Date Modified Contract Date Substantial Completion December 7, 2018 N/A Final Acceptance December 22, 2018 N/A DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB Connell Resources, Inc. 7785 Highland Meadows Pkwy, #100 Fort Collins, CO 80528 Phone: (970) 223-3151 Fax: (970) 223-3191 CHANGE ORDER Date: 12/6/2018 QUOTATION Estimator: Dan Giesler Submitted To: City Of Fort Collins - Utilities Bid Title CO #2 MRD - Address: 700 Wood St. Bid Number: 2181036-CO2 Fort Collins, CO 80522 Project Location: Cowan & Myrtle Contact: Jason Stutzman Project City, State: Fort Collins, CO Phone: (970) 221-6700 Fax: (970) 221-6619 Engineer/Architect: Icon Engineering, Inc. We offer for your consideration the following Change Order Quotation which, if accepted, shall constitute a modification to the contract between us. Item # Item Description Estimated Quantity Unit Unit Price Total Price Landscape - 725 E. Mulberry - 2.2 Tons River Rock, 1.5 1.00 $1,957.00 $1,957.00 Cy Of Mulch, 10 Pcs Strip Stone - Prep & Intallation 1 LS Landscape - 803 E. Mulberry - 2 Tns Cobble, 10 Tubes 1.00 $1,416.00 $1,416.00 Adhesive, 3 Cy's Mulch, .75 Tns River Rock - Prep & Installation 2 LS Landscape - 724 E. Myrtle - 60 LF Of Edging, 5 Tns River 1.00 $2,270.00 $2,270.00 Rock, Weed Barrier - Prep And Installation 3 LS Landscape - 835 Riverside - 20 LF Edging, 3 Tns River 1.00 $1,827.00 $1,827.00 Rock, Weed Barrier - Prep & Installation 4 LS 5 Landscape - 906 E. Myrtle - 1 Cy Of Mulch - Prep & Intall 1.00 LS $466.00 $466.00 Landscape - 601 Lesser - 1 Cy Of Mulch, Rebuild 1.00 $4,192.00 $4,192.00 Irrigation Zone, 2 Rolls Of Sod, 1/2 Pallet Of Strip Stone - Prep & Install 6 LS Added Crew & Matl To Connect To Exist Piping At MH 1.00 $4,516.00 $4,516.00 6.1.1 - Pipe Was 2' Higher & 12" Pipe Wasn't Shown. 7 LS 8 Manhole 6.1 Connection Revisions 1.00 LS $7,077.00 $7,077.00 2" Mill And Pave To Match Existing Seams - Multiple 348.00 $27.80 $9,674.40 Locations 9 SY 10 Unknown Utility Crew Delay At Inlet 3.1 1.00 LS $4,062.00 $4,062.00 11 Added Crew Mobilization For Phasing 1.00 EACH $5,073.00 $5,073.00 Total Price for above Items: $42,530.40 Patching - Myrtle East Of Endicott - WCD 2 Orig Bid Item - Asphalt Paving (5-Inch Asphalt On 6-Inch -1,378.00 $38.70 ($53,328.60) ABC) 12 SY 13 Sawcut Asphalt 6" 470.00 LF $3.00 $1,410.00 14 Asph Paver Patch 9"th 110.00 TON $155.00 $17,050.00 15 Asph Hand Patch 9"th 18.00 TON $240.00 $4,320.00 Total Price for above Patching - Myrtle East Of Endicott - WCD 2 Items: ($30,548.60) Total Bid Price: $11,981.80 Notes: • Pricing is based upon WCD 2, field measurements, added lanscape scope and actual existing pipe conditions ACCEPTED: The above prices, specifications and conditions are satisfactory and hereby accepted. Sponsor: Signature: Date of Acceptance: CONFIRMED: APPENDIX A Independent Cost Estimate / Cost Reasonableness Date of Estimate: 5-Dec-18 Contract Type: Competitive Bid Existing Contract or Purchase Order (Y/N): Y Description of Goods (A) or Services (B): I have obtained the following estimate from: Published Price List / Past Pricing (date) N/A Engineering or Technical Estimate (performed by) N/A Independent Third Party Estimate (performed by) Ditesco Services Other (specify) N/A A Description Unit Quantity Unit Cost Total Cost TOTAL $0.00 This change order adds additional work that was necessary because of existing conditions in the field that were unknown at the time the construction plans were drafted. It also adds work that was necessary to bring some of the concrete flat work into compliance with ADA requirements, and changes some work to provide a more acceptable traffic control situation. Ditesco Services has verified the reasonableness of the contractor's equipment and labor costs by comparing these costs to rates published in the 2017 FEMA Schedule of Equipment Rates and comparing labor rates to published rates from comparable contractors. Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Estimated Cost Notes/Data Source Narrative: The total of this Independent Cost Estimate should be compared to the total CO request from the contractor to determine if the overall request is reasonable. Although some line items are more and some are less, the total of this ICE and the contractor's requests are very similar, so it can be said that the overall request is reasonable. DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB B Item Number Item Description Quantity Cost Description Unit Rate Total Comment 1 24 Man hours plus vehicle (hours) $41.00 $984.00 $15/ hour labor plus $26/ hr flat bed truck 2.2 River Rock (tons) $300.00 $660.00 Checked local prices 1.5 Mulch (CY) $40.00 $60.00 Checked local prices 10 Strip Stone, 4" (pieces) $5.00 $50.00 Checked local prices $1,754.00 2 72 Man hours plus vehicle (hours) $41.00 $2,952.00 $15/ hour labor plus $26/ hr flat bed truck 2 cobble rock (tons) $300.00 $600.00 Checked local prices 10 all weather adhesive (tubes, each) $10.00 $100.00 Checked local prices 3 Mulch (CY) $40.00 $120.00 Checked local prices 1 3/4" river rock (tons) $300.00 $300.00 Checked local prices $772.00 Sum of above minus $3300 for bid item 3 24 Man hours plus vehicle (hours) $41.00 $984.00 $15/ hour labor plus $26/ hr flat bed truck 60 Steel Edging (LF) $2.00 $120.00 Checked local prices 5 3/4" river rock (tons) $300.00 $1,500.00 Checked local prices 480 weed barrier fabric (SF) $0.10 $48.00 Checked local prices $2,652.00 4 24 Man hours plus vehicle (hours) $41.00 $984.00 $15/ hour labor plus $26/ hr flat bed truck 20 Steel Edging (LF) $2.00 $40.00 Checked local prices 3 3/4" river rock (tons) $300.00 $900.00 Checked local prices 150 weed barrier fabric (SF) $0.10 $15.00 Checked local prices $1,939.00 5 18 Man hours (hours) $41.00 $738.00 $15/ hour labor plus $26/ hr flat bed truck 1 Mulch (CY) $40.00 $40.00 Checked local prices $778.00 6 48 Man hours (hours) $41.00 $1,968.00 $15/ hour labor plus $26/ hr flat bed truck 1 Mulch (CY) $40.00 $40.00 Checked local prices 1 Rebuild Irrigation Zone (each) $1,500.00 $1,500.00 Checked local prices SUBTOTAL FOR ITEM 1 Landscape - 725 E. Mulberry Cost of Services, Repairs, or Non-Standard Items SUBTOTAL FOR ITEM 3 SUBTOTAL FOR ITEM 5 Landscape - 601 Lesser Landscape - 906 E. Myrtle Landscape - 803 E. Mulberry Landscape - 724 E. Myrtle 20 Turf Sod (rolls, each) $60.00 $1,200.00 Checked local prices 0.5 Strip Stone, 4" (pallet) $500.00 $250.00 Checked local prices $4,958.00 7 4 PC490 (hours) $264.50 $1,058.00 FEMA rate- Classified as excavator up to 420 HP 4 Cat 325 (hours) $153.00 $612.00 FEMA rate- Classified as excavator up to 265 HP 4 Cat 938 (hours) $59.30 $237.20 FEMA rate- Classified as wheeled loader to 200 HP, 4 CY bucket 4 Dump truck (hours) $116.77 $467.08 FEMA rate- Classified at 10 CY capacity dump truck plus rate of driver ($56) 1 Trench Box (days) $42.00 $42.00 No applicable FEMA rate, this is considered a minor accessory and the rate is reasonable. 4 Project Manager (hours) $120.00 $480.00 Evaluated as average cost of comparable conatractors ($97) plus cost of vehicle ($23) 4 Foreman (hours) $97.50 $390.00 4 Excavator Op (hours) $48.00 $192.00 Evaluated as average cost of comparable contractors ($45, $51) 4 Loader Op (hours) $48.00 $192.00 Evaluated as average cost of comparable contractors ($45, $51) 4 Pipe Layer (hours) $53.00 $212.00 Evaluated as average cost of comparable contractors ($45, $61) 8 LABOR (hours) $39.50 $316.00 Evaluated as average cost of comparable contractors ($45, $34) 2 concrete (CY) $150.00 $300.00 $4,498.28 8 6 PC490 (hours) $264.50 $1,587.00 FEMA rate- Classified as excavator up to 420 HP Added Crew and Material to Connect to Existing Piping at Manhole 6.1.1 SUBTOTAL FOR ITEM 7 36-Inch RCP Modifications SUBTOTAL FOR ITEM 6 DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB 6 Cat 325 (hours) $153.00 $918.00 FEMA rate- Classified as excavator up to 265 HP 6 Cat 938 (hours) $59.30 $355.80 FEMA rate- Classified as wheeled loader to 200 HP, 4 CY bucket 8 Dump truck (hours) $116.77 $934.16 FEMA rate- Classified at 10 CY capacity dump truck plus rate of driver ($56) 1 Trench Box (days) $42.00 $42.00 No applicable FEMA rate, this is considered a minor accessory and the rate is reasonable. 2.5 Project Manager (hours) $120.00 $300.00 Evaluated as average cost of comparable conatractors ($80, $105) plus cost of vehicle ($23) 6 Foreman (hours) $97.50 $585.00 Evaluated as average cost of comparable conatractors ($60, $89) plus cost of vehicle ($23) 6 Excavator Op (hours) $48.00 $288.00 Evaluated as average cost of comparable contractors ($45, $51) 6 Loader Op (hours) $48.00 $288.00 Evaluated as average cost of comparable contractors ($45, $51) 6 Pipe Layer (hours) $53.00 $318.00 Evaluated as average cost of comparable contractors ($45, $61) 12 LABOR (hours) $39.50 $474.00 Evaluated as average cost of comparable contractors ($45, $34) 1 Dump Fees (LS) $346.50 $346.50 Actual cost for disposal 1 Concrete Collar (LS) $715.00 Actual cost of concrete purchased $6,436.46 9 348 Milling (SY) $2.45 $852.60 CDOT Cost Code 202-00240 Rem Asphalt Mat (Planing) 38 Asphalt (TON) $238.33 $9,056.54 CDOT Cost Code 411-10217 Emulsified Asphalt $9,909.14 10 Additional Milling SUBTOTAL FOR ITEM 9 Delay Due to an Unknown Utility at Inlet 3.1 SUBTOTAL FOR ITEM 8 DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB 4 PC650 (hours) $223.70 $894.80 FEMA rate- Classified as excavator up to 650 HP 4 Cat 325 (hours) $153.00 $612.00 FEMA rate- Classified as excavator up to 265 HP 4 Cat 938 (hours) $59.30 $237.20 FEMA rate- Classified as wheeled loader to 200 HP, 4 CY bucket 4 Dump truck (hours) $116.77 $467.08 FEMA rate- Classified at 10 CY capacity dump truck plus rate of driver ($56) 1 Trench Box (days) $42.00 $42.00 No applicable FEMA rate, this is considered a minor accessory and the rate is reasonable. 4 Project Manager (hours) $120.00 $480.00 Evaluated as average cost of comparable conatractors ($80, $105) plus cost of vehicle ($23) 4 Foreman (hours) $97.50 $390.00 Evaluated as average cost of comparable conatractors ($60, $89) plus cost of vehicle ($23) 4 Excavator Op (hours) $48.00 $192.00 Evaluated as average cost of comparable contractors ($45, $51) 4 Loader Op (hours) $48.00 $192.00 Evaluated as average cost of comparable contractors ($45, $51) 4 Pipe Layer (hours) $53.00 $212.00 Evaluated as average cost of comparable contractors ($45, $61) 8 LABOR (hours) $39.50 $316.00 Evaluated as average cost of comparable contractors ($45, $34) $4,035.08 11 30 Tractor Trailer (hours) $54.90 $1,647.00 FEMA cost code 8789- classified similar to Freightliner tractor trailer 30 Low Boy Trailer (hours) $28.35 $850.50 Classified as similar to 120 ton equipment trailer 30 Truck Driver (hours) $45.00 $1,350.00 Average of similar contractor rates for truck driver ($45) Additional Mobilization as Requested by the City of Fort Collins SUBTOTAL FOR ITEM 10 DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB 1 Pilot Car (ls) $250.00 $250.00 No applicable FEMA rate, utilized only for select trips. $3,847.50 12-15 -1378 Bid Item 48: Asphalt Paving (5-inch Asphalt on 6-inch ABC) (SY) $38.70 ($53,328.60) Credit for unused portion of bid item 48. 470 Sawcut asphalt 6" (LF) $7.00 $3,290.00 CDOT cost code 202-05026 110 Asphalt Paving (ton) $238.33 $26,216.30 CDOT cost code 411-10217 18 Asphalt Hand Patch Paving (ton) $238.33 $4,289.94 CDOT cost code 411-10218 ($23,822.30) GRAND TOTAL $13,909.66 Signature of Preparer: Name: Mike Roman *Selling, General and Administrative Expenses ** Attach back up documentation to this cost verification. SUBTOTAL FOR ITEM 12-15 SUBTOTAL FOR ITEM 11 Patching on Myrtle Street Instead of Full Width Asphalt Replacement DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB Attachment 1: Backup Information for Items 1- 6 Subcontractor Invoices from Zack George Landscaping, Inc. Narrative: Zack George Landscaping was selected as a subcontractor to perform landscape restoration as described in Items 1- 6 of this Change Order. The Contract Documents describe how payments to the contractor for work performed by subcontractors may be made. Section 11.4.3 of the Engineer’s Joint Contract Documents Committee (EJCDC) prescribes that the payment may be marked up 5% from the subcontractor’s invoice. The table below shows the subcontractor’s invoice amount and the contractor’s payment amount. When applicable, items covered by bid items have been deducted from this invoice and paid under the applicable bid item. It is noted that the contractor has rounded these numbers to the nearest even dollar amount. Service Subcontractor Invoice Amount 5% Markup Contractor CO Payment Request Comment Landscape - 725 E. Mulberry $1,864.00 $1,957.20 $1,957.00 Marked up 5%, then rounded down. Landscape - 803 E. Mulberry $4,679.00 $1,416.45 $1,416.00 This work includes work which was paid under bid item 50 - remove and replace existing block wall. This amount ($3,330) was paid under the bid item and subtracted from the subcontractor invoice, then the remaining amount was marked up 5%. Landscape - 724 E. Myrtle $2,162.00 $2,270.10 $2,270.00 Marked up 5%, then rounded down. Landscape - 600 Cowan $759.00 $796.95 $0.00 This work consisted of only sod placement and was paid under bid item 52 - turf sod. Landscape - 835 Riverside $1,740.00 $1,827.00 $1,827.00 Marked up 5%, then rounded down. Landscape - 906 E. Myrtle $444.00 $466.20 $466.00 Marked up 5%, then rounded down. Landscape - 601 Lesser $3,993.00 $4,192.65 $4,192.00 Marked up 5%, then rounded down. Subtotal for landscaping change order request (Items 1- 6): $12,128.00 DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB October 23, 2018 Estimate Contract No. - 1689 (v. 0) Dan Geisler 7785 Highland Meadows Parkway Fort Collins, CO 80528 Submitted To: Project Connell Resources, Inc 7785 Highland Meadows Parkway Fort Collins, CO 80528 Service Price Landscape Elements: 725 E. Mulberry $1,864.00 Landscape Elements: 803 E. Mulberry $4,679.00 Landscape Elements: 724 E. Myrtle $2,162.00 Landscape Elements: 600 Cowan $759.00 Landscape Elements: 835 Riverside $1,740.00 Landscape Elements: 906 E. Myrtle $444.00 Landscape Elements: 601 Lesser $3,993.00 Project Total $15,641.00 Landscape Elements 725 E. Mulberry -1 day of work with a 3 person crew -2.2 ton of river rock -1.5 yards mulch -Ten pieces of 4" wide strip stone 803 E. Mulberry -3 days of work with a 3 person crew -2 tons of cobble rock -10 tubes of all weather adhesive -3 yards mulch -3/4" ton river rock 724 E. Myrtle -1 day of work with a 3 person crew -60 linear feet of edging -5 ton of river rock -8'x60' of weed barrier fabric 600 Cowan -1/2 day of work with a 3 person crew -8 rolls of sod 835 Riverside -1 day of work with a 3 person crew -20 linear feet of edging 335 S Summit View Dr ● Fort Collins, CO 80524 Page 1 of 3 (Phone) 970-221-9228 ● (Fax) 970-224-9185 ● (Email) zak@zakgeorgelandscaping.com This was removed from the CO request and paid with the bid item. DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB Contract No. - 1689 (v. 0) Connell Resources, Inc October 23, 2018 -3 tons of river rock -150 sq. ft. of weed barrier fabric 906 E. Myrtle -6 hours of work with a 3 person crew -1 yard mulch 601 Lesser -2 days of work with a 3 person crew -1 yard of mulch -Rebuild 1 turf irrigation zone -20 rolls of sod -1/2 pallet of 4" wide strip stone 335 S Summit View Dr ● Fort Collins, CO 80524 Page 2 of 3 (Phone) 970-221-9228 ● (Fax) 970-224-9185 ● (Email) zak@zakgeorgelandscaping.com DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB Contract No. - 1689 (v. 0) Connell Resources, Inc October 23, 2018 What to Expect During the Transformation! References, Liability Insurance, Workers Compensation, Auto Liability documents available upon request Prior to starting - Your ZGL representative is busy getting the materials lined up and ordered for project. Schedules are being built and given to the project supervisor. The final details are being lined out on the plans. NOTE: We give each project 100% attention once we are on your project. Mobilization - This is where the equipment and job trailers are moved to your project. This usually means that the construction will start within the next 24 hours. Most jobs have multiple pieces of equipment and one job trailer. Line locates are done around this same time to locate your utilities. Time to get dirty - Remember that every project is unique, but there are similarities among jobs. At this point the demo will start. This is the dirtiest part of the project. We will have old materials going out and new materials coming in at the same time. We try to keep the streets and material storage areas as clean as we can but there are a lot of factors that play into each project. Our goal is to move things efficiently and effectively as we estimated. Please excuse our mess as we work through things. During the project - You will find dirt on the sidewalks, dust, pipes sticking out of the ground, materials in the street or blocking part of the street depending on the project, so be careful. A section of fence may be taken out for access. Machinery, TRUCKS and trailers coming and going. Foot traffic, wheelbarrow and machinery traffic in the yard. Guys resting or taking a break and much more. Communication - This is key to all parties. We at ZGL feel it is much easier to fix things along the way vs. waiting until the project is over. It saves everybody time. If at any time you need clarification or want to look at things let us know and somebody from ZGL would be happy to meet with you to discuss. Your ZGL representative will be working vigorously behind the scenes to keep the project moving along smoothly. Your ZGL representative will be making frequent visits to the project to ensure the project is running smooth and make any necessary changes. Don't hesitate to contact or call us at any time through out the project. Finished project - Before the project is getting close to finishing your ZGL rep. will walk the project with the supervisor to discuss any possible changes. Once that is done a final walk through will be scheduled with the customer to walk you through your project and answer any questions. At this point ZGL looks to collect any outstanding monies from the project. Thank You For The Opportunity To Serve You! 335 S Summit View Dr ● Fort Collins, CO 80524 Page 3 of 3 (Phone) 970-221-9228 ● (Fax) 970-224-9185 ● (Email) zak@zakgeorgelandscaping.com DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB Attachment 2: Backup Information for Item 7 Additional crew and equipment hours due to unknown conditions at Manhole 6.1.1 Narrative: The contractor encountered existing conditions other than shown on the plans, which required a more complex and time-consuming approach to constructing manhole 6.1.1 and is requesting equitable compensation. The connections to 12” drain pipe on the north and south was not shown and the existing pipe to the west connected at a much higher elevation than planned. This required a barrel section of manhole to be field cut and the connections fabricated, which resulted in additional hours for the equipment and pipe crew. The delay was equal to half a day or work time (four hours), plus slight additional material cost for the revised connection. Connell has submitted the time and materials change request shown on the following page. The contractor’s equipment and labor rates were verified to be reasonable by comparing the requested rate to an Independent Cost Estimate (ICE) prepared by Ditesco Services. The ICE is included in Appendix A. A Ditesco representative was also onsite to verify that the hours claimed to be working on this changed condition are accurate. The Daily Report from this period is also attached to this change order. DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB JOB INVOICE PHONE DATE OF ORDER ORDER TAKEN BY CUSTOMER ORDER NO. DAY WORK CONTRACT EXTRA WORK JOB NAME/NUMBER JOB LOCATION JOB PHONE Starting Date TO HOURS EQUIPMENT PRICE AMOUNT 4 PC490 $ 195.00 $ 780.00 4 Cat 325 $ 145.00 $ 580.00 4 Cat 938 $ 130.00 $ 520.00 1 Trench Box $ 42.00 $ 42.00 4 Dump truck $ 96.00 $ 384.00 $ - $ - $ - $ - $ - TOTAL OTHER AMOUNT HRS RATE 2 concrete $ 135.00 $ 270.00 4 $ 127.00 $ - 4 $ 100.00 $ - 4 $ 62.00 $ - 4 $ 62.00 $ - 4 $ 48.00 $ - 8 $ 43.00 $ - TOTAL $ 2,576.00 TOTAL LABOR Work Ordered By Signature TAX TOTAL Connell Resources, Inc 7785 Highland Meadows Pkwy, Ste 100 Fort Collins, CO 80528 MRD - 2181036 (970) 223-3151 Myrtle @ Cowan 4-Sep Mike Roman Ditesco DESCRIPTION OF WORK Crew Time - Existing pipe & pipe elevations required additional crew time to handle the extra exisitng pipe and raised elevation of the exisitng 24" while installing MH 6.1.1 added concrete to pour base up higher and increased size of collars OTHER CHARGES $ - LABOR AMOUNT Todd Filkowski $ 508.00 Foreman $ 400.00 Exc Op $ 248.00 $ 248.00 Pipe Layer $ 192.00 LABOR $ 344.00 15% MARGIN I hereby acknowledge the satisfactory completion of the above described work. Thank You $ 4,516.00 Loader Op DATE COMPLETED $ 1,940.00 Ditesco, LLC 2133 S. Timberline Road, Unit 110 Fort Collins, Colorado 80525-7338 P: (970) 690-1889 Project: 18-01-09 - Mulberry/Riverside Drainage Improvements Riverside Avenue and Mulberry Street Fort Collins, Colorado 80524 Daily Log: Tuesday 9/4/2018 Daily Log Completed The Daily Log was completed by Mike Roman on Tue Dec 4, 2018 at 01:28 pm MST. OBSERVED WEATHER CONDITIONS Weather Delay Sky Temp Average Precipitation Wind Ground/Sea Calamity No WEATHER REPORT Temperature Precipitation Since Humidity Windspeed Low High Avg Midnight 2 Days Ago 3 Days Ago Low Avg High Dew Avg Max Gust 52°F 80°F 66°F 0.00 in. 0.00 in. 0.00 in. 26% 50% 77% 45°F 3.9 mph 7 mph 13 mph DAILY SNAPSHOT 06:00 AM 09:00 AM 12:00 PM 03:00 PM 06:00 PM 09:00 PM clear-night 53°F clear-day 65°F clear-day 76°F clear-day 81°F clear-day 78°F clear-night 67°F EQUIPMENT LOG No. Equipment Name Cost Code Hrs Operating Hrs Idle Inspected? Inspection Time Location 1 Komatsu PC 490 Excavator 9.0 0.0 No 08:50 AM Notes: Created By: Mike Roman 2 Komatsu PC490 (#2) 9.0 0.0 No 08:50 AM Notes: Created By: Mike Roman 3 CAT 325F Excavator 9.0 0.0 No 08:51 AM Notes: Created By: Mike Roman 4 CAT 938G Loader 9.0 0.0 No 08:51 AM Notes: Created By: Mike Roman 5 Dump Truck- tandem axle 9.0 0.0 No 08:25 PM Notes: Created By: Mike Roman Ditesco, LLC Page 1 of 2 Printed on 12/4/2018 at 01:29 PM MST DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB VISITOR LOG No. Created By Visitor Start Time End Time Details 1 Mike Roman Jim Martin, Steve Cicione 10:30 PM 11:00 PM A field meeting was held to discuss the excavation permit. 2 Mike Roman COFC water field operations 11:30 PM 01:00 PM A field crew came to the site to perform a service relocation. NOTES LOG No. Created By Issue? Location Comments 1 Mike Roman No One loader was removed from the site. Connell began excavation for the three Type R Inlets. The excavation for the first inlet was prepared, but the installation will wait until a suitable trench box is available. Resumed work on the 48" RCP going north on Cowan. Potholed the new gas service and excavated around this. City water crew was called for the relocation of a water service. Laid the 48" RCP to Sta 16+50, just before the gas service crossing. Relocation of this crossing will be required. At 2:00pm, the barrel section for MH 6.1.1 arrived and the crew began this installation. Holes were cut in the barrel and the section was installed. This work included unanticipated work to connect the 12" drain lines to the north and south and to the main line to the west, which was located at a much higher elevation than anticipated. This required four hours of anticipated extra crew time. DELIVERY LOG No. Time Delivery From Tracking Number Contents 1 02:18 PM Aguilars MH 6.1.1 barrel and cone. no damage. Comments: Created By: Mike Roman By Date Copies To Ditesco, LLC Page 2 of 2 Printed on 12/4/2018 at 01:29 PM MST DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB Attachment 3: Backup Information for Item 8 36-Inch RCP Modifications Narrative: The contractor encountered unknown and varying field conditions in the intersection of Myrtle Street and Cowan Street. The existing 36-inch RCP pipe was found in a different alignment than was shown on the plans and required removal instead of abandonment due to its conflict with the proposed 36-inch RCP in this area. The actual location of the existing 36-Inch RCP pipe (concrete storm water pipe) required the connection to the new pipe to be made in a location other than what was shown on the plans. The connection required an additional 37 linear feet of reinforced concrete pipe and required additional asphalt removal and replacement. The contractor is requesting equitable compensation for the changed work. The additional 37 LF of reinforced concrete pipe can be paid under the applicable bid item and is shown as an overage on that item instead of being included on this change order. The additional asphalt has already been measured and paid for under the bid item for full depth asphalt replacement. Two time and materials sheets were submitted by the contractor for reimbursement on this item. The first sheet represents the contractor’s additional cost for equipment hours utilized to remove the pipe, cost for the disposal of the pipe, and costs for equipment hours used to recompact the affected area. A second time T&M sheet covers the contractor’s cost for connection to the existing pipe with a concrete collar, which would not have been required if the pipe had been found in the location shown on the plans. The contractor’s equipment and labor rates were verified to be reasonable by comparing the requested rate to an Independent Cost Estimate (ICE) prepared by Ditesco Services. The ICE is included in Appendix A. A Ditesco representative was also onsite to verify that the hours claimed to be working on this changed condition are accurate. The Daily Report from this period is also attached to this change order. DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB JOB INVOICE PHONE DATE OF ORDER ORDER TAKEN BY CUSTOMER ORDER NO. DAY WORK CONTRACT EXTRA WORK JOB NAME/NUMBER JOB LOCATION JOB PHONE Starting Date TO HOURS EQUIPMENT PRICE AMOUNT 2 PC490 $ 195.00 $ 390.00 Cat 325 $ 145.00 $ - 2 Cat 938 $ 130.00 $ 260.00 2 Trench Box $ 42.00 $ 84.00 2 Dump truck $ 96.00 $ 192.00 $ - $ - $ - $ - $ - TOTAL OTHER AMOUNT HRS RATE $ - 1 $ 127.00 $ - 2 $ 100.00 $ - 2 $ 62.00 $ - 2 $ 62.00 $ - 2 $ 48.00 $ - 4 $ 43.00 $ - TOTAL $ 926.00 TOTAL LABOR Work Ordered By Signature TAX TOTAL 15% MARGIN I hereby acknowledge the satisfactory completion of the above described work. Thank You $ 2,484.00 DATE COMPLETED $ 843.00 TOTAL EQUIPMENT & MATERIALS $ 1,641.00 Loader Op $ 124.00 Pipe Layer $ 96.00 LABOR $ 172.00 Todd Filkowski $ 127.00 Foreman $ 200.00 Exc Op $ 124.00 $ 715.00 LABOR AMOUNT OTHER CHARGES Concrete 715.00 DESCRIPTION OF WORK Dig, prep & pour 36" RCP Collar 30-Aug Mike Roman Ditesco Connell Resources, Inc 7785 Highland Meadows Pkwy, Ste 100 Fort Collins, CO 80528 MRD - 2181036 (970) 223-3151 Myrtle @ Cowan X DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB JOB INVOICE PHONE DATE OF ORDER ORDER TAKEN BY CUSTOMER ORDER NO. DAY WORK CONTRACT EXTRA WORK JOB NAME/NUMBER JOB LOCATION JOB PHONE Starting Date TO HOURS EQUIPMENT PRICE AMOUNT 4 PC490 $ 195.00 $ 780.00 4 Cat 325 $ 145.00 $ 580.00 4 Cat 938 $ 130.00 $ 520.00 4 Trench Box $ 42.00 $ 168.00 6 Dump truck $ 96.00 $ 576.00 $ - $ - $ - $ - $ - TOTAL OTHER AMOUNT HRS RATE $ - 1.5 $ 127.00 $ - 4 $ 100.00 $ - 4 $ 62.00 $ - 4 $ 62.00 $ - 4 $ 48.00 $ - 8 $ 43.00 $ - TOTAL $ 2,624.00 TOTAL LABOR Work Ordered By Signature TAX TOTAL 15% MARGIN I hereby acknowledge the satisfactory completion of the above described work. Thank You $ 4,593.00 DATE COMPLETED $ 1,622.50 TOTAL EQUIPMENT & MATERIALS $ 2,970.50 Loader Op $ 248.00 Pipe Layer $ 192.00 LABOR $ 344.00 Todd Filkowski $ 190.50 Foreman $ 400.00 Exc Op $ 248.00 $ 346.50 LABOR AMOUNT OTHER CHARGES Dump Fees - 3 loads 346.50 DESCRIPTION OF WORK 36" RCP Pipe removal, Load and haul to dump, recompact pipe zone. Exist pipe not where shown on plans had to remove majority of pipe between MH 6 & MH 6.1 29-Aug Mike Roman Ditesco Connell Resources, Inc 7785 Highland Meadows Pkwy, Ste 100 Fort Collins, CO 80528 MRD - 2181036 (970) 223-3151 Myrtle @ Cowan X Ditesco, LLC 2133 S. Timberline Road, Unit 110 Fort Collins, Colorado 80525-7338 P: (970) 690-1889 Project: 18-01-09 - Mulberry/Riverside Drainage Improvements Riverside Avenue and Mulberry Street Fort Collins, Colorado 80524 Daily Log: Wednesday 8/29/2018 OBSERVED WEATHER CONDITIONS Weather Delay Sky Temp Average Precipitation Wind Ground/Sea Calamity No WEATHER REPORT Temperature Precipitation Since Humidity Windspeed Low High Avg Midnight 2 Days Ago 3 Days Ago Low Avg High Dew Avg Max Gust 49°F 86°F 67°F 0.00 in. 0.00 in. 0.00 in. 21% 52% 85% 45°F 2.5 mph 6 mph 10 mph DAILY SNAPSHOT 06:00 AM 09:00 AM 12:00 PM 03:00 PM 06:00 PM 09:00 PM clear-night 50°F clear-day 60°F clear-day 75°F fog 84°F clear-day 84°F clear-night 71°F MANPOWER LOG 9 Workers | 81.0 Man Hours No. Contact/Company Workers # Hours Man Hours Location 1 9 9.0 81.0 Notes: Created By: Mike Roman 9 81.0 EQUIPMENT LOG No. Equipment Name Cost Code Hrs Operating Hrs Idle Inspected? Inspection Time Location 1 CAT 330B Excavator 0.0 9.0 No 12:12 PM Notes: This equipment was brought to the site but broken all day. Created By: Mike Roman 2 Komatsu PC 490 Excavator 9.0 0.0 No 12:59 PM Notes: Created By: Mike Roman 3 CAT 325F Excavator 0.0 0.0 No 12:59 PM Notes: Created By: Mike Roman 4 Komatsu PC490 (#2) 9.0 0.0 No 12:59 PM Notes: Created By: Mike Roman 5 CAT 938G Loader 9.0 0.0 No 12:00 PM Notes: Created By: Mike Roman Ditesco, LLC Page 1 of 2 Printed on 12/4/2018 at 01:51 PM MST DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB VISITOR LOG No. Created By Visitor Start Time End Time Details 1 Mike Roman COFC Water Field Operations 09:00 AM 09:50 AM Water Field Operations arrived on site and marked the existing 36" storm using the Sono. It is about 5' west of the crown and the tie in may be approximately 20' back. NOTES LOG No. Created By Issue? Location Comments 1 Mike Roman No Xcel Energy arrived on site at 8:50 and that a gas main in the intersection was abandoned. Connell continued laying pipe towards MH6 and MH7. At 12:30, Connell began excavating towards the revised 36" connection point that was necessary due to the unknown alignment of the existing 36". The existing 36" was removed in the area of the intersection and the space was re- compacted. A connection point was determined approximately 33' back from the manhole. The pipe measured 3.83' from top of pipe to flow line. Placed 24' of change order 36" pipe. Connell placed 48" RCP to MH7 and set the box to go north on cowan. site secured. DELIVERY LOG No. Time Delivery From Tracking Number Contents 1 11:08 AM Forterra 48" and 36" RCP Comments: Pipe in good condition. Created By: Mike Roman 2 11:08 AM Linley Precast MH 7 precast tee base and 48" RCP Comments: Pipe and manhole in good condition. Created By: Mike Roman By Date Copies To Ditesco, LLC Page 2 of 2 Printed on 12/4/2018 at 01:51 PM MST DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB Attachment 4: Backup Information for Item 9 Additional Milling Narrative: The contractor was requested by the City of Fort Collins to perform pavement milling in areas which were not shown on the plans in order to provide transitions between existing pavement and new pavement surfaces. The following table represents final field measurements of pavement areas which were milled two inches: Connell submitted a PCO request to mill 348 SY of pavement at a unit price of $27.80, which includes all equipment mobilization, operator time, 2” milling depth, and placement of new asphalt top course. An 18” asphalt mill was brought to the site specifically for this purpose and would not have otherwise been mobilized for use on this job. The total proposed price is 348 SY * $27.80/ SY = $9,674.40. Asphalt tonnage is calculated as 0.055 tons/ SY-in: 348 SY * 2” thick * 0.055 tons/ SY-in = 38.3 tons To evaluate this claim, Ditesco evaluated cost data from the 2018 CDOT Cost Data book and this is presented in the table below: Description CDOT Code Unit Cost Quantity Total Milling 202-00240 Rem Asphalt Mat (Planing) (SY) $2.45 348 $852.60 Asphalt 411-10217 Emulsified Asphalt (ton) $238.33 38 $9,056.54 TOTAL $9,909.14 Therefore, we can see that Connell’s proposed cost represents a reasonable cost to the owner. Milling only: (this is a change order item for the portion of paving that was only milled 2", not replaced full depth) L (ft) W (ft) Area (SF) Area (SY) Description 52 1.5 78 9 Cowan S of Mulberry 57 1.5 86 10 Mrytle W of Cowan 97 4 388 43 Cowan at Mulberry 400 1.5 600 67 Myrtle south edge 83 23 1,909 212 Myrtle patch past the crown 49 1.5 74 8 Parking lane patch by sidewalk 348 TOTAL SY for 2" Milling (top course only), deduct from above and pay seperatly, Connell to provide this price as part of CO 2 DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB Attachment 5: Backup Information for Item 10 Delay Due to an Unknown Utility at Inlet 3.1 Narrative: On September 27, 2018, the Contractor encountered an unknown utility while excavating for Inlet 3.1. A fiber line, approximately 1” in diameter, was found to be bored through the area where the inlet needed to be installed. The line was also bored through an existing light pole. Sage Drilling, the subcontractor who installed the fiber line, was called to the site to address the issue. It was determined that the light pole should be removed in order to avoid damage to the fiber line. Connell waited approximately four hours for others to remove the light pole and determine that the line could be offset to behind the proposed inlet and is requesting reasonable compensation for their delay. A time and material impact sheet is included on the following page. The contractor’s equipment and labor rates were verified to be reasonable by comparing the requested rate to an Independent Cost Estimate (ICE) prepared by Ditesco Services. The ICE is included in Appendix A. A Ditesco representative was also onsite to verify that the hours claimed to be working on this changed condition are accurate. The Daily Report from this period is also attached to this change order. DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB JOB INVOICE PHONE DATE OF ORDER ORDER TAKEN BY CUSTOMER ORDER NO. DAY WORK CONTRACT EXTRA WORK JOB NAME/NUMBER JOB LOCATION JOB PHONE Starting Date TO HOURS EQUIPMENT PRICE AMOUNT 4 PC650 - stand-by $ 198.00 $ 792.00 4 Cat 325 - stand-by $ 120.50 $ 482.00 4 Cat 938 - stand-by $ 105.50 $ 422.00 1 Trench Box $ 42.00 $ 42.00 4 Dump truck $ 96.00 $ 384.00 $ - $ - $ - $ - $ - TOTAL OTHER AMOUNT HRS RATE $ - 4 $ 127.00 $ - 4 $ 100.00 $ - 4 $ 62.00 $ - Loader Op 4 $ 62.00 $ - 4 $ 48.00 $ - 8 $ 43.00 $ - TOTAL $ 2,122.00 TOTAL LABOR Work Ordered By Signature TAX TOTAL Connell Resources, Inc 7785 Highland Meadows Pkwy, Ste 100 Fort Collins, CO 80528 MRD - 2181036 (970) 223-3151 Myrtle @ Lesser 26-Sep Mike Roman Ditesco DESCRIPTION OF WORK Encountered an existing conduit bored through our inlet 3.1 location and was delayed OTHER CHARGES $ - LABOR AMOUNT Todd Filkowski $ 508.00 Foreman $ 400.00 Exc Op $ 248.00 $ 248.00 Pipe Layer $ 192.00 LABOR $ 344.00 I hereby acknowledge the satisfactory completion of the above described work. Thank You $ 4,062.00 DATE COMPLETED $ 1,940.00 TOTAL EQUIPMENT & MATERIALS $ 2,122.00 15% MARGIN X DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB Ditesco, LLC 2133 S. Timberline Road, Unit 110 Fort Collins, Colorado 80525-7338 P: (970) 690-1889 Project: 18-01-09 - Mulberry/Riverside Drainage Improvements Riverside Avenue and Mulberry Street Fort Collins, Colorado 80524 Daily Log: Thursday 9/27/2018 OBSERVED WEATHER CONDITIONS Weather Delay Sky Temp Average Precipitation Wind Ground/Sea Calamity No WEATHER REPORT Temperature Precipitation Since Humidity Windspeed Low High Avg Midnight 2 Days Ago 3 Days Ago Low Avg High Dew Avg Max Gust 48°F 81°F 63°F 0.00 in. 0.02 in. 0.02 in. 12% 23% 41% 23°F 5.2 mph 9 mph 20 mph DAILY SNAPSHOT 06:00 AM 09:00 AM 12:00 PM 03:00 PM 06:00 PM 09:00 PM clear-night 52°F clear-day 58°F partly-cloudy-day 72°F partly-cloudy-day 81°F partly-cloudy-day 79°F clear-night 65°F MANPOWER LOG 7 Workers | 63.0 Man Hours No. Contact/Company Workers # Hours Man Hours Location 1 7 9.0 63.0 Notes: 1 PM (Todd), 1 site foreman, 3 pipe layers/ laborers, 2 operators Created By: Mike Roman 7 63.0 EQUIPMENT LOG No. Equipment Name Cost Code Hrs Operating Hrs Idle Inspected? Inspection Time Location 1 CAT 325F Excavator 9.0 0.0 No 11:03 AM Notes: Created By: Mike Roman 2 CAT 938G Loader 9.0 0.0 No 11:04 AM Notes: Created By: Mike Roman 3 CAT 650 Excavator 4.0 4.0 No 11:05 AM Notes: Created By: Mike Roman 4 Dump Truck- tandem axle 9.0 0.0 No 11:05 AM Notes: Created By: Mike Roman Ditesco, LLC Page 1 of 2 Printed on 11/26/2018 at 04:28 PM MST DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB VISITOR LOG No. Created By Visitor Start Time End Time Details 1 Mike Roman COFC light and power 12:04 PM 12:04 PM onsite to relocate electric wire and empty conduits at inlet 3 NOTES LOG No. Created By Issue? Location Comments 1 Mike Roman No Connell stacked and assembled manhole 3 and back filled around the manhole. Connell began excavating for Inlet 3.1 and light and power was called to relocate the power lines to the light pole at lesser. While excavating in this area, an unknown utility was found to be bored thru the base of the light pole and conflicting with the inlet. Connell was forced to suspend work in this area for approximately half a day. 811 was notified and Connell's locator arrived to the site. It was determined to be a Comcast line installed by Sage. Sage was notified and will be coming to the site to relocate this line. Connell finished installing Inlet 4.1. By Date Copies To Ditesco, LLC Page 2 of 2 Printed on 11/26/2018 at 04:28 PM MST DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB Attachment 6: Backup Information for Item 11 Additional Mobilization as Requested by the City of Fort Collins Narrative: The contractor was required to mobilize manpower and equipment to the site multiple times due to restrictions imposed by the COFC Traffic Department. This item represents complete compensation for the additional mobilization. The equipment was brought to the site with a tractor trailer and “lowboy” type equipment trailer. A Ditesco representative was onsite and agrees that the equipment was brought to the site multiple times, and that the hours presented here are an accurate total of travel times. The contractor’s equipment and labor rates were verified to be reasonable by comparing the requested rate to an Independent Cost Estimate (ICE) prepared by Ditesco Services. The ICE is included in Appendix A. DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB JOB INVOICE PHONE DATE OF ORDER ORDER TAKEN BY CUSTOMER ORDER NO. DAY WORK CONTRACT EXTRA WORK JOB NAME/NUMBER JOB LOCATION JOB PHONE Starting Date TO HOURS EQUIPMENT PRICE AMOUNT 30 Lowboy $ 160.00 $ 4,800.00 $ - $ - $ - $ - $ - $ - $ - $ - $ - TOTAL OTHER AMOUNT HRS RATE $ - $ - $ - $ - $ - $ - $ - TOTAL $ 4,800.00 TOTAL LABOR Work Ordered By Signature TAX TOTAL I hereby acknowledge the satisfactory completion of the above described work. Pilot Car 273.00 TOTAL EQUIPMENT & MATERIALS $ 5,073.00 Remobilization & Demobilizaton of crew per COFC request for phasing of the work. Mob, assemble, disasemble and demob DESCRIPTION OF WORK MRD - 2181036 Mike Roman Myrtle @ Lesser 24-Sep $ - 15% MARGIN Thank You $ 5,073.00 $ - OTHER CHARGES LABOR $ - AMOUNT $ 273.00 $ - $ - $ - $ - DATE COMPLETED PC650, mob & demob 325, 938 & trench boxes Connell Resources, Inc Attachment 7: Backup Information for Item 12- 15 Patching on Myrtle Street Instead of Full Width Asphalt Replacement Narrative: The plans called for a full asphalt replacement near the intersection of Myrtle and Lesser. However, the COFC traffic control department asked that this street not be entirely closed for the longer duration that this work would require. Therefore, this area was changed to a patch repair because this could be accomplished much quicker. A credit was issued for the portion of unused full width asphalt replacement (bid item 48) and a cost was proposed for the new pavement patch. Actual asphalt replacement compared to planned asphalt replacement is shown in Figure 1, which was made from Sheet 24 of the contract drawings. Some areas of asphalt which were scheduled for demolition were able to be conserved. Figure 1: Asphalt patching area (yellow) vs. planned full depth asphalt replacement (gray) Table 1, below, shows field measured asphalt patching quantities. 212 SY were anticipated, 219 SY was actually installed. On this change order, Item 12 represents a credit amount for all of the unused asphalt paving in the original bid (not just this patching area). Items 13- 15 represent the necessary asphalt patch components, including saw cutting the Patches on Myrtle: L (ft) W (ft) Area (SF) Area (SY) Description 40 24 960 107 Inlet 4 patch by Mr. Auto 34 23 782 87 Inlet 3 patch by Houska 49 2.5 123 14 Parking lane patch by sidewalk 22 2.5 55 6 Lesser pan patch, north 21 2.5 53 6 Lesser pan patch, south 219 TOTAL DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB existing asphalt and pavement and hand patching to restore the asphalt. In order to evaluate the reasonableness of these items, Ditesco evaluated rates published in the CDOT 2018 Cost Data booklet. • Item 13: Sawcut Asphalt 6”- the most applicable CDOT cost is 202-05026 at a unit cost of $7.00/ linear foot. Connell’s cost of $3.00/ LF represents a reasonable cost to the owner. • Item 14: Asphalt Paver Patch 9” Thick– the most comparable CDOT cost item is 411-10217, at a unit cost of $238.33/ ton. Connell’s price of $155/ ton represents a reasonable cost to the owner. • Item 15: Asphalt Hand Patch 9” Thick– the most comparable CDOT cost item is 411-10217, at a unit cost of $238.33/ ton. Connell’s price of $240/ ton represents a reasonable cost to the owner, especially considering that this price includes all labor costs for the hand compaction as asphalt in tight area. DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB 7785 Highland Meadows Pkwy, Ste 100 Fort Collins, CO 80528 (970) 223-3151 Ditesco X DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB TOTAL EQUIPMENT & MATERIALS $ 2,576.00 X DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB Landscape - 835 Riverside SUBTOTAL FOR ITEM 2 SUBTOTAL FOR ITEM 3 DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB Connell Resources, Inc. Authorized Signature: Estimator: Dan Giesler 970-223-3151 dgiesler@connellresources.com CO #2 MRD - Page 1 of 1 DocuSign Envelope ID: E08452AB-11CD-43A4-BEC2-DD980A0ED1EB