Loading...
HomeMy WebLinkAbout2005C CCO 04.pdfCOUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER LATON PEDESTRIAN AND DRAINAGE IMPROVEMENTS CHANGE ORDER NO. 4 FEDERAL PROJECT NUMBER: ATPL-5942(275) JUNE 24, 2021 CONTRACT NO. 20-05-C PAGE 1 OF 3 __ Contractor __ Auditor __ Business Office __ Board of Supervisors __ Const. Management __ RE/Arch __ Design We, the above signed contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefor the prices shown above. If the Contractor does not sign acceptance of this order, his attention is directed to the requirements of the specifications as to proceeding with the ordered work and filing a written protest within the time therein specified. TO: EMMETT S EXCAVATION INC.: Make the following changes to the plans and specifications or do work not in the plans and specifications for the contract. Because of the change(s), EIGHT (8) - WORKING DAYS will be added to the contract time. The revised completion date is July 14, 2021. PART I: COMPENSATE THE CONTRACTOR FOR THE CALIFORNIA STATEWIDE CRUDE OIL PRICE INDEX FLUCTUATION Compensate the Contractor for fluctuations greater than or less than five percent in the California statewide crude oil index for the month the material was placed when compared to the index published on the month of the bid opening. The California statewide crude oil index for bid opening month, September 2020, was 233.1. The index was 360.0 for the month of April 2021, which applies to the pay estimate for the quantity of oil (hot mix asphalt) being compensated for the month of April 2021. The index was 354.4 for the month of May 2021, which applies to the pay estimate for the quantity of oil (hot mix asphalt) being compensated for the month of May 2021. The asphalt content in the hot mix asphalt from Calaveras Materials, Inc. was 4.25 percent in the 3/4- inch mix. These percentages were reduced to 3.48 percent to account for 15 percent Reclaimed Asphalt Pavement (RAP) in the mix and applies to 550.54 tons of ¾-inch mix placed in April 2021, and 622.65 tons of ¾-inch mix placed in May 2021. The total adjustment for the asphalt in hot mix asphalt furnished from Calaveras Materials, Inc. plant resulted in an increase of $4,943.63 TOTAL COST PART I: A $4,943.63 INCREASE TOTAL TIME EXTENSION PART I: ZERO - WORKING DAYS PART II: UPGRADE AND INSTALL A TRAFFIC RATED ELECTRICAL PULL BOX EXTRA WORK In accordance with Section 4-Standard Specifications, upgrade and install a new traffic rated electrical pull box at the base of the power pole located at approximately Sta. 110+50 30 RT (Fowler Avenue) as required by Pacific Gas & Electric Company. The new traffic rated pull box shall be installed following the details of the Rule 16 and requirements of PG&E. Perform the work according to the applicable sections of the Standard Specifications and Special Provisions. Payment for this work will be made as extra work at an agreed lump sum price of $3,410 according to Section 9-1.03, Payment Scope, of the Special Provisions. This price includes compensation of all labor, materials, equipment, overhead costs, markups, and incidentals for performing the work. Two days will be added to the contract time for this work. COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER LATON PEDESTRIAN AND DRAINAGE IMPROVEMENTS CHANGE ORDER NO. 4 FEDERAL PROJECT NUMBER: ATPL-5942(275) JUNE 24, 2021 CONTRACT NO. 20-05-C PAGE 2 OF 3 __ Contractor __ Auditor __ Business Office __ Board of Supervisors __ Const. Management __ RE/Arch __ Design We, the above signed contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefor the prices shown above. If the Contractor does not sign acceptance of this order, his attention is directed to the requirements of the specifications as to proceeding with the ordered work and filing a written protest within the time therein specified. TOTAL COST PART II: $3,410 INCREASE TOTAL TIME EXTENSION PART II: TWO WORKING-DAYS PART III: REPLACE DAMAGED WATER VALVE AND RESTORE SUBGRADE EXTRA WORK In accordance with Section 4-o e Standard Specifications, replace the damaged 10-inch water main with a new 10-inch water valve and all appurtenances necessary to complete the repair at approximately Sta. 25+50 20 LT (Latonia Avenue). Compensation includes locating of nearest shut off valves and cleaning water damage to private driveways and regrading and reestablishing areas of work that were inundated with water. Perform all work according to the applicable sections of the Standard Specifications and Special Provisions. Payment for this work will be made as extra work at Force Account according to Section 9-1.03, Payment Scope, of the Special Provisions; total compensation for this work resulted in $15,614.65. Four days will be added to the contract time for this work. TOTAL COST PART III: $15,614.65 INCREASE TOTAL TIME EXTENSION PART III: FOUR (4) WORKING-DAYS PART IV: POTHOLE TO LOCATE THE SHALLOW WATER MAIN AND TRENCH TO PROVIDE A PROTECTIVE COVER OF CONCRETE SLURRY ABOVE THE WATER MAIN LESS THAN 2.5 FEET BELOW FINISHED GRADE EXTRA WORK In accordance with Section 4-Standard Specifications, provide necessary labor, equipment, and materials to locate the shallow 10-inch water main on the north side of Latonia Avenue, approximately between Sta. 21+00 to Sta. 26+50. Once the depth of the top of pipe has been established, excavate over the top of the water main to approximately 1-foot above pipe and continue trenching until the top of pipe is at least 2 ½-foot below finished grade. The excavated trench shall be backfilled with red dyed concrete slurry approximately 1-foot thick and extend beyond each edge of the pipe by 6 inches. Caution tape listed as Water Main shall be placed above the existing water main within the excavated trench. Perform all work according to the applicable sections of the Standard Specifications and Special Provisions. Payment for this work will be made as extra work at Force Account according to Section 9- 1.03, Payment Scope, of the Special Provisions; total compensation for this work resulted in $5,125.96. Two days will be added to the contract time for this work. TOTAL COST PART IV: $5,125.96 INCREASE TOTAL TIME EXTENSION PART IV: TWO (2) WORKING-DAYS COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER LATON PEDESTRIAN AND DRAINAGE IMPROVEMENTS CHANGE ORDER NO. 4 FEDERAL PROJECT NUMBER: ATPL-5942(275) JUNE 24, 2021 CONTRACT NO. 20-05-C PAGE 3 OF 3 __ Contractor __ Auditor __ Business Office __ Board of Supervisors __ Const. Management __ RE/Arch __ Design We, the above signed contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefor the prices shown above. If the Contractor does not sign acceptance of this order, his attention is directed to the requirements of the specifications as to proceeding with the ordered work and filing a written protest within the time therein specified. NET COSTS THIS CHANGE ORDER: A $29,094.24 INCREASE NET TIME EXTENSION THIS CHANGE ORDER: EIGHT (8) WORKING-DAYS JAMES DREWS, Resident Engineer APPROVAL RECOMMENDED: EMMETT S EXCAVATION INC., Contractor MANDEEP SEKHON, Construction Engineer By: STEVEN E. WHITE, Director of Public Works Title: and Planning Accepted Date: Date: LETTER OF TRANSMITTAL - C.C.O. NO. 4 JUNE 24, 2021 TO: STEVEN E. WHITE, DIRECTOR LATON PEDESTRIAN AND DRAINAGE PUBLIC WORKS AND PLANNING IMPROVEMENTS FEDERAL PROJECT NO.: ATPL-5942(275) CONTRACT NO. 20-05-C ATTN: MANDEEP SEKHON CONSTRUCTION ENGINEER FROM: JAMES DREWS, Resident Engineer STATUS OF FUNDS: Contract Items $ 2,295,015.05 Original Allotment $ 2,422,265.80 Dept. Furnished Materials $ 0.00 Supplemental. Allotment $ 0.00 Previous CCO's $ 17,927.02 Total Allotment $ 2,422,265.80 This CCO $ 29,094.24 Obligated Funds $ 2,342,036.31 Total Obligated Funds $ 2,342,036.31 Unobligated Balance $ 80,299.49 DIRECTOR'S LIMIT to sign change orders is: $ 127,250.75 PART I - DESCRIPTION: Compensate the Contractor for the California Statewide Crude Oil Price Index Fluctuation. WHY: As per Section 9-1.07 Payment Adjustments for Price Index Fluctuations, of the Standard Specifications, adjustments are to be made for the California Statewide Crude Oil Price Index fluctuations exceeding five percent of the price index for the month of the bid opening. The California Statewide Crude Oil Price for bid opening month, September 2020, was 233.1. The index was 360.0 for the month of April 2021, and the index was 354.4 for the month of May 2021 which applies to the quantity of oil being used for hot mix asphalt for the paving operations. The California Statewide Crude Oil Price Index fluctuations exceeded five percent during the above-mentioned month when paving with hot mix asphalt took place, resulting in a $4,943.63 increase. HOW: Utilize formula established in Section 9-1.07 of the State Standard Specifications. COST: $4,943.63 Increase LETTER OF TRANSMITTAL - C.C.O. NO. 4 JUNE 24, 2021 PART II - DESCRIPTION: Upgrade and Install a Traffic Rated Electrical Pull Box Extra Work WHY: The project Plans and Special Provisions noted to install a regular fiberglass electrical pull box at the base of the power pole (Rule 16) that will provide the electrical point of service for the Flashing Pedestrian Crossing Sign. Upon inspection by the Pacific Gas & Electric inspector, it was noted that the area could be driven over by vehicles and PG&E required the installation of a traffic rated electrical pull box. HOW: The Contractor was directed to install the necessary traffic rated electrical pull box as required by PG&E. Compensation for this work will be made at an agreed lump sum price of $3,410, in accordance with Section 9-1.03 Payment Scope of the Special Provisions. Two working days will be added to the contract for this work. COST: $3,410 Increase PART III DESCRIPTION: Replace Damaged Water Valve and Restore Subgrade Extra Work. WHY: While removing the existing asphalt concrete surfacing with the use of a milling machine in an area designated to be drainage ditch on the shoulder area along the north side of Latonia Avenue, a water valve, which was buried in the asphalt concrete surfacing, was damaged. The Underground Service Alert (USA) did not mark the valve in the shoulder area. The milling machine that was removing the existing asphalt concrete hit the top of the water valve in an area where the existing water main was only 1 ½ feet below the surface. The water valve broke and discharged a very large amount of water. Other water valves to shut down and isolate the ruptured water main had to be located and exposed from underneath existing asphalt concrete. The Contractor was able to replace and restore water service before the end of the day. The water saturated the subgrade for driveways and HMA walkway. The subgrade had to be worked and replaced to restore to conditions prior to the damaged water valve. It was necessary to the replaced the damaged water main, water vales, and to restore subgrade as extra work. HOW: The Contractor was directed to replace the damaged water valve and repair the water main. Several days were needed to move and dry the saturated native subgrade for use within the project site. Compensation for this work will be made at Forced Account, in accordance with Section 9-1.03 Payment Scope of the Special Provision. The Contractor provided invoice billing for the extra work. The invoices were reviewed and verified for accuracy. The payment was calculated using appropriate markups and surcharges according to Section 9- n; the total compensation resulted in $15,614.65. Four working days will be added to the contract for this work. LETTER OF TRANSMITTAL - C.C.O. NO. 4 JUNE 24, 2021 COST: A $15,614.65 Increase PART IV DESCRIPTION: Protective Cover of Concrete Slurry above the Water Main less than 2.5 feet below Finished Grade Extra Work. WHY: After repairing the water main and water valve at Sta. 25+50 on Latonia Avenue, previous as-built plans were provided that showed the water main was installed less than 2 feet below finished grade. The concern was that the removal of the asphalt concrete surfacing on the shoulder would expose the existing water main to potential damages. The depth of the existing water main was potholed in several locations until the water main was verified to be at least 2.5 feet below finished grade. Any areas where the water main was verified to have less than 2.5 feet of cover, the Contractor was directed to excavate above the water main and provide a concrete slurry backfill to protect the shallow water main. HOW: The Contractor was directed to pothole and locate the depth of the existing shallow water main. Once located, the Contractor excavated, and slurry backfilled over any section of the water main that has less than 2.5 feet of native cover material. Compensation for this work will be made at Forced Account, in accordance with Section 9-1.03 Payment Scope of the State Standard Specifications. The Contractor provided invoice billing for the extra work. The invoices were reviewed and verified for accuracy. The payment was calculated using appropriate markups and surcharges according to Section 9- Standard Specification; the total compensation resulted in $5,125.96. Two working days will be added to the contract for this work. COST: A $5,125.96 Increase NET COST THIS CHANGE ORDER: $29,094.24 INCREASE NET TIME EXTENSION THIS CHANGE ORDER: EIGHT (8) WORKING-DAYS