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