HomeMy WebLinkAbout21-03-M CCO 01.pdfCOUNTY OF FRESNO
CONSTRUCTION MANAGEMENT
CONTRACT CHANGE ORDER
SLURRY SEALS CHANGE ORDER NO. 1
VARIOUS LOCATIONS IN FRESNO COUNTY JANUARY 6, 2022
CONTRACT NO. 21-03-M PAGE 1 OF 4
__ 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: PAVEMENT COATINGS CO.:
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), TWO-WORKING DAYS will be added to the contract time. The
Contract completion date was December 3, 2021.
PART I: INCREASE/DECREASE/ELIMINATE ITEMS AT UNIT PRICES.
This change was proposed by the Engineer.
Item quantities in the Bid Book and subsequent change orders are estimates only. This Part adjusts item
quantities to the actual quantities used.
Increased Items:
Item
No. Description Unit Quantity @ Price
Total
Amount (%)
6 Slurry Seal TON 517.45 $199.00 $102,972.55 19.92
8 Pavement Marker (Retroreflective)
Type D Blue
EA 9.00 $16.00 $144.00 6.87
9 Pavement Marker (Retroreflective)
Type D Yellow
EA 62.00 $4.50 $279.00 13.03
13 Thermoplastic Pavement Marking
Limit Line
SF 442.00 $5.50 $2,431.00 27.50
15 Thermoplastic Pavement Marking
Yellow Crosswalk
SF 53.00 $5.50 $291.50 19.49
19 Paint Traffic Stripe (2-Coat) (Detail
27B)
LF 80.00 $1.20 $96.00 8.56
21 Paint Traffic Stripe (2-Coat) (Detail
38A)
LF 30.00 $1.60 $48.00 20.00
22 Paint Traffic Stripe (2-Coat) (Detail
39)
LF 80.00 $1.45 $116.00 9.58
24 Paint Pavement Marking
(Retroreflective) Bike Lane Symbol
with Person (2-Coat)
SF 7.00 $3.00 $21.00 50.00
25 Paint Pavement Marking
(Retroreflective) Bike Lane Arrow
(2-Coat)
SF 3.5 $3.00 $10.50 50.00
TOTAL INCREASE: $106,409.55
COUNTY OF FRESNO
CONSTRUCTION MANAGEMENT
CONTRACT CHANGE ORDER
SLURRY SEALS CHANGE ORDER NO. 1
VARIOUS LOCATIONS IN FRESNO COUNTY JANUARY 6, 2022
CONTRACT NO. 21-03-M PAGE 2 OF 4
__ 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.
Decreased Items:
Item
No. Description Unit Quantity @ Price
Total
Amount (%)
2 Supplemental Work (Payment
Adjustments for Price Index
Fluctuations)
$ 92,939.70 $1.00 $92,939.70 92.94
7 Remove Pavement Marker EA 101.00 $1.80 $181.80 19.09
12 Thermoplastic Traffic Stripe Detail
22
LF 120.00 $1.90 $228.00 2.19
27 Remove Thermoplastic Pavement
Traffic Stripe
LF 183.00 $0.90 $164.70 3.35
28 Remove Thermoplastic Pavement
Markings
SF 1,185.00 $2.10 $2,488.50 43.26
TOTAL DECREASE: $96,002.70
Eliminated Items:
Item
No. Description Unit Quantity Unit Price
Total
Amount (%)
1 Supplemental Work $ 25,000.00 $1.00 $25,000.00 100.00
11 Pavement Marker (Non-Reflective)
Type A
EA 50.00 $3.50 $175.00 100.00
Since you did not incur any costs associated with these items, no payment will be made for these bid items.
This work did not impact the critical path for the project, therefore, granting additional contract time was not
warranted.
TOTAL DECREASE: $25,175.00
TOTAL COST PART I: $14,768.15 DECREASE
TOTAL TIME EXTENSION PART I: ZERO - WORKING DAYS
PART II: USE POLYMER MODIFIED EMULSION (PMCQS-1H) IN LIEU OF CQS-1H EMULSION IN
THE SLURRY SEAL MIXTURE.
This change was requested by the Engineer.
In accordance with Section 4-the Standard Specifications, furnish and
utilize Polymer Modified Emulsion (PMCQS-1H) in lieu of, the specified CQS-1H in the Slurry Seal mixture.
Payment for this change will be made at an agreed price of $11.05 per ton of mixed Slurry Seal placed
according to Section 9-1.03, Payment Scope, of the Special Provisions. This price includes compensation of
COUNTY OF FRESNO
CONSTRUCTION MANAGEMENT
CONTRACT CHANGE ORDER
SLURRY SEALS CHANGE ORDER NO. 1
VARIOUS LOCATIONS IN FRESNO COUNTY JANUARY 6, 2022
CONTRACT NO. 21-03-M PAGE 3 OF 4
__ 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.
all labor, materials, equipment, overhead costs, markups, and incidentals for providing and placing the
material. The total cost for this change resulted in $34,425.72. (3,115.45 tons x $11.05 = $34,425.72)
This change did not impact the critical path for the project, therefore, granting additional contract time was not
warranted.
TOTAL COST PART II: A $34,425.72 INCREASE
TOTAL TIME EXTENSION PART II: ZERO - WORKING DAYS
PART III: COMPENSATE THE CONTRACTOR FOR THE CALIFORNIA STATEWIDE CRUDE OIL PRICE
INDEX FLUCTUATION.
This payment adjustment was requested by the Contractor.
Compensate the Contractor per the methods established in the State Standard Specifications Section
9-1.07 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 for the month of the bid
opening. The California Statewide Crude Oil Price index for the bid opening month, August 2021, was
403.9. The index was 456.2 in November 2021, which applies to the Pay Estimate No. 3 (Final) for the
quantity of asphalt in the emulsion (Slurry Seal).
The asphaltic emulsion (PMCQS-1h) was utilized on the project where the minimum percent asphalt
residue for the emulsion placed as mixed Slurry Seal was 60 percent. A total of 339.45 tons of Slurry
Seal Emulsion was used on the project in November 2021.
The total adjustment compensation for price index fluctuation is being made as agreed price in
accordance with Section 9-1.03, Payment Scope of the Special Provisions, resulting in an increase of
$7,060.30. The total of $7,060.30 is being paid under Bid Item No. 2, Supplemental Work (Payment
Adjustments for Price Index Fluctuations), with no net cost increase to the contract.
This adjustment did not impact the critical path for the project, therefore, granting additional contract time was
not warranted.
TOTAL COST PART III: $0.00 (PAID IN BID ITEM NO. 2)
TOTAL TIME EXTENSION PART III: ZERO - WORKING DAYS
PART IV: GRANT A TIME EXTENSION.
This change was requested by the Contractor.
Grant the Contractor a two-working day time extension for unsuitable working conditions due to the rain/wet
surface conditions.
COUNTY OF FRESNO
CONSTRUCTION MANAGEMENT
CONTRACT CHANGE ORDER
SLURRY SEALS CHANGE ORDER NO. 1
VARIOUS LOCATIONS IN FRESNO COUNTY JANUARY 6, 2022
CONTRACT NO. 21-03-M PAGE 4 OF 4
__ 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.
Weather Day Extension Summary/Reference
Weather Day October 25, 2021 1 Working Day
Weather Day November 9, 2021 1 Working Day
Total Weather Days 2 Working Days
TOTAL COST PART IV: A $0.00 (NO COST)
TOTAL TIME EXTENSION PART IV: TWO - WORKING DAYS
NET COSTS THIS CHANGE ORDER: A $19,657.57 INCREASE
NET TIME EXTENSION THIS CHANGE ORDER: TWO WORKING-DAYS
JAMES DREWS, Resident Engineer
APPROVAL RECOMMENDED:
PAVEMENT COATINGS CO.,
Contractor
MANDEEP S. SEKHON, Interim Construction Engineer
By:
STEVEN E. WHITE, Director of Public Works
Title: and Planning
Accepted Date: Date:
LETTER OF TRANSMITTAL - C.C.O. NO. 1 JANUARY 6, 2022
TO: STEVEN E. WHITE, DIRECTOR SLURRY SEALS
PUBLIC WORKS AND PLANNING VARIOUS LOCATIONS IN FRESNO COUNTY
CONTRACT NO. 21-03-M
ATTN: MANDEEP S. SEKHON
INTERIM CONSTRUCTION ENGINEER
FROM:
JAMES DREWS, Resident Engineer
STATUS OF FUNDS:
Contract Items $ 761,503.00 Original Allotment $ 812,078.15
Dept. Furnished Materials $ 0.00 Supplemental. Allotment $ 0.00
Previous CCO's $ 0.00 Total Allotment $ 812,078.15
This CCO $ 19,657.57 Obligated Funds $ 781,160.57
Total Obligated Funds $ 781,160.57 Unobligated Balance $ 30,917.58
DIRECTOR'S LIMIT to sign change orders is: $ 50,575.15
PART I DESCRIPTION:
Increase/decrease/eliminate items at unit bid prices.
WHY:
The bid quantities in the Bid Book are estimates only. This change order reflects the actual
quantities used for the construction of the above referenced project.
Item No. 1 Supplemental Work was eliminated in its entirety in accordance with Section 9-
1.06D Eliminated Items of the State Standard Specifications. The Contractor incurred no
costs relating to this bid item, therefore, in accordance with the above referenced section, no
compensation or partial compensation will be made to the Contractor for eliminating this bid
item. Bid Item No.1 is being eliminated in its entirety at the full bid price, resulting in a
decrease of $25,000.
Item No. 2 Supplemental Work (Payment Adjustments for Price Index Fluctuations) decreased by
92.94 percent. This item is not subject to the requirements of Section 9-
Standard Specifications; therefore, this item was decreased at the unit
price, resulting in a decrease of $92,939.70.
Item No. 11 Pavement Marker (Non-Retroreflective) - Type A was eliminated in its entirety in
accordance with Section 9-1.06D Eliminated Items of the State Standard Specifications. The
Contractor incurred no costs relating to this bid item, therefore, in accordance with the above
referenced section, no compensation or partial compensation will be made to the Contractor
for eliminating this bid item. Bid Item No.11 is being eliminated in its entirety at the full bid
price, resulting in a decrease of $175.
LETTER OF TRANSMITTAL - C.C.O. NO. 1 JANUARY 6, 2022
Item No. 13 Thermoplastic Pavement Marking Limit Line increased by 27.50 percent,
reflecting the actual amount of Limit Line installed. Payment for the increased quantity in
excess of 125 percent of the estimated quantity resulted in an amount of $221.38. Since the
payment for the quantity in excess of 125 percent resulted in less than $ 5,000, no adjustment
to the unit price was made as per Section 9-
the Standard Specifications; and the increased quantity was paid at the unit price, resulting in
an increase of $2,431.
Item No. 24 Paint Pavement Marking (Retroreflective) Bike Lane Arrow (2-Coat) increased
by 50.00 percent, reflecting the actual number of markings painted. Payment for the increased
quantity in excess of 125 percent of the estimated quantity resulted in an amount of $10.50.
Since the payment for the quantity in excess of 125 percent resulted in less than $ 5,000, no
adjustment to the unit price was made as per Section 9-ged Quantity Payment
price, resulting in an increase of $21.
Item No. 25 Paint Pavement Marking (Retroreflective) Bike Loop Detector Symbol (2-
Coat) increased by 50.00 percent, reflecting the actual number of markings painted. Payment
for the increased quantity in excess of 125 percent of the estimated quantity resulted in an
amount of $5.25. Since the payment for the quantity in excess of 125 percent resulted in less
than $ 5,000, no adjustment to the unit price was made as per Section 9-
was paid at the unit price, resulting in an increase of $10.50.
Item No. 28 Remove Thermoplastic Pavement Markings decreased by 43.26 percent,
reflecting the actual quantity removed. The Contractor did not make a request for adjustment
of the unit price; and the actual payable quantities were paid at the unit price, resulting in a
decrease of $2,488.50.
All other changes in the item quantities are minor and within the normal deviations for this type
of construction.
HOW:
Item quantities were increased, decreased, or eliminated at unit prices per Section 9-
Standard Specifications, resulting in a decrease of
$14,768.15.
COST:
A $14,768.15 Decrease
PART II - DESCRIPTION:
Use Polymer Modified Emulsion (PMCQS-1H) in lieu of CQS-1H emulsion in the Slurry Seal Mixture.
WHY:
The County of Fresno elected to use a Polymer Modified Emulsion (PMCQS-1H) in lieu of the
standard CQS-1H emulsion as specified in the project Special Provisions.
LETTER OF TRANSMITTAL - C.C.O. NO. 1 JANUARY 6, 2022
HOW:
The Contractor is being directed to provide and place a Polymer Modified Emulsion (PMCQS-1H) in
lieu of CQS-1H in the Slurry Seal mixture. All other components of the Slurry Seal mixture will
remain unchanged. Compensation for this work will be made at an agreed price of $11.05 per ton of
placed Slurry Seal mixture, in accordance with Section 9-1.03 Payment Scope of the Standard
Specifications, resulted in an increase of $34,425.72 (3,115.45 tons x $11.05 = $34,425.72).
COST:
A $34,425.72 Increase
PART III - DESCRIPTION:
Compensate the Contractor for the California Statewide Crude Oil Price Index Fluctuation
WHY:
Compensate the Contractor per the method established in the State Standard Specifications
Section 9-1.07 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 for the month of the bid opening. The California Statewide Crude Oil Price index
for the bid opening month, August 2021, was 403.9. The index was 456.2 in November 2021,
which applies to the Pay Estimate No. 3 (Final) for the quantity of asphalt in the emulsion
(Slurry Seal). The California Statewide Crude Oil Price Index fluctuations exceeded five
percent during the above-mentioned months when paving of HMA took place, resulting in an
increase of $7,060.30.
HOW:
Utilized formulas established in Section 9-1.07 of the State Standard Specifications. The total
adjustment compensation for price index fluctuation is being made as agreed price in
accordance with Section 9-
increase of $7,060.30. This amount will be paid under Bid Items No. 2, Supplemental Work
(Payment Adjustments for Price Index Fluctuations), with no net cost increase to the
contract.
COST:
$0.00 (No Cost)
PART IV- DESCRIPTION:
Grant a time extension.
WHY:
Grant a total of two working days time extension to the allotted contract time. This time
extension is due to inclement weather conditions prevented the Contractor from working on the
site.
HOW:
LETTER OF TRANSMITTAL - C.C.O. NO. 1 JANUARY 6, 2022
A total of two working days are being added to the allotted contract time in accordance with
Section 8-1.07B, Time Adjustments of the Special Provisions.
COST:
$0.00 (No Cost)
NET COST THIS CHANGE ORDER: $19,657.57 INCREASE
NET TIME EXTENSION THIS CHANGE ORDER: TWO-WORKING DAYS