Loading...
HomeMy WebLinkAbout1917C CCO 05.pdf COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER WATERWORKS DISTRICT 41 W CHANGE ORDER NO. 05 ASBESTOS CONCRETE PIPELINE REPLACEMENT PROJECT JUNE 7, 2022 CONTRACT NO. 19-17-C PAGE 1 OF 8 TO: DAWSON-MAULDIN, LLC: Make the following changes to the plans and specifications or do work not shown in the plans and specifications. Because of the change(s), 190 -WORKING DAYS will be added to the contract time. PART I: INCREASE/DECREASE/ELIMINATE ITEMS AT UNIT BID 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 Total No. Description Unit Quantity Price Amount ,°{� 6 Removal and Disposal of Existing LF 2,639.00 $7.00 $ 18,473.00 41.70 A/C Pipeline 9 10" HDPE C906 SDR 13.5 LF 36.00 75.00 2,700.00 1.26 10 10" HDPE C906 SDR 11 LF 55.00 72.00 3,960.00 3.64 11 8" HDPE C906 SDR 17 LF 10.00 58.00 580.00 3.85 13 8" HDPE C906 SDR 11 LF 10.00 66.00 660.00 2.56 15 6" HDPE C906 SDR 13.5 LF 35.00 59.00 2,065.00 1.88 17 10" Gate Valve EA 17.00 2,700.00 45,900.00 94.44 18 8" Gate Valve EA 6.00 2,100.00 12,600.00 200.00 19 6" Gate Valve EA 11.00 1,500.00 16,500.00 61.11 20 4" Gate Valve EA 4.00 1,500.00 6,000.00 400.00 30 Connect Existing 8" PVC Main to EA 1.00 4,900.00 4,900.00 50.00 Valve at HDPE Main Tee 31 Connect Existing 6"A/C Main to EA 1.0 5,100.00 5,100.00 100.00 Valve at HDPE Main Tee 36 Install Fire Hydrant Assembly EA 1.00 5,200.00 5,200.00 20.00 48 Install Permanent 1-1/4" Service EA 12.00 1,000.00 12,000.00 19.05 Line 50 Install Permanent 2" Service Line EA 7.00 700.00 4,900.00 233.33 55 Trench Rock Excavation (0' to 2') LF 68.00 10.00 680.00 34.00 56 Trench Rock Excavation (2' to 4') LF 60.00 20.00 1,200.00 60.00 57 HMA Trench Repair Paving TON 532.54 190.00 101,182.60 50.48 64 Locate Existing Pipe LF 1,315.00 1.50 1,972.50 13.15 TOTAL INCREASE: $246,573.10 Contractor We,the above signed contractor,have given careful consideration to the change proposed and hereby agree,if _Auditor Controller this proposal is approved,that we will provide all equipment,furnish all materials,except as may otherwise be _Business Office noted above,and perform all services necessary for the work above specified,and will accept as full payment _Board of Supervisors _Const.Management therefore the prices shown above. RE/Arch. _Design 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. COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER WATERWORKS DISTRICT 41 W CHANGE ORDER NO. 05 ASBESTOS CONCRETE PIPELINE REPLACEMENT PROJECT JUNE 7, 2022 CONTRACT NO. 19-17-C PAGE 2 OF 8 Decreased Items: Item Total No. Description Unit Quantity Price Amount 1 Supplemental Work $ 7,813.24 $ 1.00 $ 7,813.24 -15.63 8 10" HDPE C906 SDR 17 LF 5.00 66.00 330.00 -0.12 14 6" HDPE C906 SDR 17 LF 4.00 97.00 388.00 -1.95 16 6" HDPE C906 SDR 11 LF 110.00 59.00 6,490.00 -5.56 24 4" Blow Off Valve Assembly EA 1.00 3,200.00 3,200.00 -25.00 26 1" Air Vac Assembly EA 1.00 5,600.00 5,600.00 -10.00 39 Connect Existing Fire Hydrant to EA 1.00 2,000.00 2,000.00 -5.00 New HDPE Main 42 Temporary 1-1/4" HDPE Service EA 3.00 1,200.00 3,600.00 -4.41 Line Connection 43 Temporary 1-1/2" HDPE Service EA 11.00 1,200.00 13,200.00 -91.67 Line Connection 44 Temporary 2" HDPE Service Line EA 2.00 1,500.00 3,000.00 -66.67 Connection 47 Install Permanent 1" Service Line (for EA 1.00 800.00 800.00 -10.00 Air Vac Assembly w/Saddle Tap & Corp Stop) 49 Install Permanent 1-1/2" Service Line EA 6.00 1,100.00 6,600.00 -50.00 51 Main Line Service Saddle W/Corp EA 3.00 400.00 1,200.00 -3.41 Stop 52 Main Double Check Valve Test EA 2.00 2,300.00 4,600.00 -11.11 Assembly (Reuse) 54 Trench Permanent Cutting, SF 102.00 1.50 153.00 -0.46 Excavating, Removal and Disposal 60 HMA Overlay (0.15' Thick) - Bretz TON 3.50 450.00 1,575.00 -70.00 Mill Rd Crossing 61 Cold Plane (0.15' Thick) - Bretz Mill SF 255.00 7.00 1,785.00 -60.71 Rd Crossing 63 Temporary Trench Shoring LF 425.00 3.00 1,275.00 -85.00 TOTAL DECREASE: $63,609.24 Eliminated Items: Item Total No. Description Unit Quantity Unit Price Amount 21 10" Butterfly Valve (Incl. Two 10"x4" EA 10.00 $ 3,400.00 $34,000.00 100.00 Upturn Tees) 22 8" Butterfly Valve (Incl. Two 8"x4" EA 3.00 2,600.00 7,800.00 100.00 Upturn Tees) _Contractor We,the above signed contractor, have given careful consideration to the change proposed and hereby agree,if Auditor Controller this proposal is approved,that we will provide all equipment,furnish all materials,except as may otherwise be Business office noted above, and perform all services necessary for the work above specified,and will accept as full payment _Board of Supervisors _Const.management therefore the prices shown above. RE/Arch. _Design 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. COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER WATERWORKS DISTRICT 41 W CHANGE ORDER NO. 05 ASBESTOS CONCRETE PIPELINE REPLACEMENT PROJECT JUNE 7, 2022 CONTRACT NO. 19-17-C PAGE 3 OF 8 23 6" Butterfly Valve (Incl. Two 6"x4" EA 5.00 2,200.00 11,000.00 100.00 Upturn Tees) 45 Temporary 8" Butterfly Valve EA 4.00 3,500.00 14,000.00 100.00 46 Temporary 6" Butterfly Valve EA 6.00 2,900.00 17,400.00 100.00 59 Concrete Slurry Pipe Backfill CY 152.00 600.00 91,200.00 100.00 62 Slurry Seal TON 320.00 1,000.00 320,000.00 100.00 65 Paint Traffic Stripe (Detail 21) - LF 1,400.00 2.00 2,800.00 100.00 Windwood LN Since you did not incur any costs associated with these items, no payment will be made for these bid items. This change did not impact the critical path for the project, therefore, granting additional contract time was not warranted. TOTAL DECREASE: $498,200.00 TOTAL COST PART I: A $315,236.14 DECREASE TOTAL TIME EXTENSION PART I: ZERO (0) -WORKING DAYS PART II: INSTALL A NEW WATER SYSTEM FOR ADDITIONAL SEVEN RESIDENT HOMES - EXTRA WORK This change was requested by the engineer. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, furnish all materials, labor and equipment to install a new water system for seven resident homes in the cul-de-sac located just south of the intersection of Woodridge Lane and Windwood Lane, as directed by the engineer. This work includes removing and disposing approximately 260 LF of the existing asbestos pipe, and replacing it with 4-inch HDPE pipe, installing a 4-inch temporary line and seven temporary corrections, installing seven permanent connections, and a 2-inch blow-off valve. Perform all work according to the applicable sections of the Standard Specifications and Special Provisions. Compensation for this work will be made as extra work at Force Account according to Section 9-1.03, "Payment Scope," of the Special Provisions. The compensation was calculated according to Section 9-1.04, "Force Account," of the Standard Specifications. The total compensation resulted in $40,069.99, this amount will be paid as extra work. The hot mix asphalt (HMA) used for this work was compensated through Bid Item No. 57, HMA Trench Repair Paving. Twelve (12) working days will be added to the contract time for this work. TOTAL COST PART IL $40,069.99 INCREASE TOTAL TIME EXTENSION PART II: 12 -WORKING DAYS PART III: INSTALL A 10-INCH HDPE CAP—EXTRA WORK Contractor We,the above signed contractor,have given careful consideration to the change proposed and hereby agree,if Auditor Controller this proposal is approved,that we will provide all equipment,furnish all materials,except as may otherwise be _Business office noted above,and perform all services necessary for the work above specified,and will accept as full payment Board of Supervisors th f thereore e aces shown above. _Const.Management p RE/Arch. Design 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. COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER WATERWORKS DISTRICT 41 W CHANGE ORDER NO. 05 ASBESTOS CONCRETE PIPELINE REPLACEMENT PROJECT JUNE 7, 2022 CONTRACT NO. 19-17-C PAGE 4 OF 8 This change was requested by the engineer. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, furnish all materials, labor and equipment to install a 10-inch HDPE cap behind an existing valve located south of the intersection of Heartwood Lane and Woodward Lane. Perform all work according to the applicable sections of the Standard Specifications and Special Provisions. Compensation for this work will be made as extra work at Force Account according to Section 9-1.03, "Payment Scope," of the Special Provisions. The compensation was calculated according to Section 9-1.04, "Force Account," of the Standard Specifications. The total compensation resulted in $1,351.84, this amount will be paid through Bid Item No. 1, Supplemental Work, with no net increase to the contract. One (1) working day will be added to the contract time for this work TOTAL COST PART III: $0.00 (PAID IN BID ITEM NO. 1) TOTAL TIME EXTENSION PART III: ONE (1) -WORKING DAY PART IV: REPLACE AN EXISTING 6-INCH VALVE—EXTRA WORK This change was requested by the engineer. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, furnish all materials, labor and equipment to replace an existing 6-inch valve with a new 6-inch Gate Valve at the Timberwine Water Plant. Perform all work according to the applicable sections of the Standard Specifications and Special Provisions. Compensation for this work will be made as extra work at Force Account according to Section 9-1.03, "Payment Scope," of the Special Provisions. The compensation was calculated according to Section 9-1.04, "Force Account," of the Standard Specifications. The total compensation resulted in $4,273.48, this amount will be paid through Bid Item No. 1, Supplemental Work, with no net increase to the contract. One (1) working days will be added to the contract time for this work. TOTAL COST PART IV: $0.00 (PAID IN BID ITEM NO. 1) TOTAL TIME EXTENSION PART IV: ONE (1) -WORKING DAY PART V: INSTALL FIVE (5) 1-INCH CONNECTIONS FOR THE FUTURE WATER SAMPLING STATIONS—EXTRA WORK This change was requested by the engineer. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, furnish all materials, labor and equipment to install a total of five 1-inch connections for the future water sampling stations at the locations marked the engineer. These connections include 1-inch electro-fused saddles, 1-inch waterlines, curb stops and valves, and G5 water boxes. Perform all work according to the applicable sections Contractor We,the above signed contractor,have given careful consideration to the change proposed and hereby agree,if Auditor Controller this proposal is approved,that we will provide all equipment,furnish all materials,except as may otherwise be Business office noted above,and perform all services necessary for the work above specified,and will accept as full payment Board of Supervisors_Const.Management therefore the prices shown above. RE/Arch. _Design 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. COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER WATERWORKS DISTRICT 41 W CHANGE ORDER NO. 05 ASBESTOS CONCRETE PIPELINE REPLACEMENT PROJECT JUNE 7, 2022 CONTRACT NO. 19-17-C PAGE 5 OF 8 of the Standard Specifications and Special Provisions. Compensation for this work will be made as extra work at Force Account according to Section 9-1.03, "Payment Scope," of the Special Provisions. The compensation was calculated according to Section 9-1.04, "Force Account," of the Standard Specifications. The total compensation resulted in $2,597.77, this amount will be paid through Bid Item No. 1, Supplemental Work, with no net increase to the contract. One (1) working day will be added to the contract time for this work. TOTAL COST PART V: $0.00 (PAID IN BID ITEM NO. 1) TOTAL TIME EXTENSION PART V: ONE (1) -WORKING DAY PART VI: INSTALL A 10-INCH UNDERGROUND TEMPORARY BYPASS CONNECTION AT MILLRUN LANE— EXTRA WORK This change was requested by the engineer. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, furnish all materials, labor and equipment to install a 10-inch underground bypass connection on Millrun Lane from Sta. 93+60 to provide water during the suspension of the contract through the winter months. Perform all work according to the applicable sections of the Standard Specifications and Special Provisions. Compensation for this work will be made as extra work at Force Account according to Section 9-1.03, "Payment Scope," of the Special Provisions. The compensation was calculated according to Section 9-1.04, "Force Account," of the Standard Specifications. The total compensation resulted in $14,463.67, this amount will be paid through Bid Item No. 1, Supplemental Work, with no net increase to the contract. Two (2) working days will be added to the contract time for this work. TOTAL COST PART VI: $0.00 (PAID IN BID ITEM NO. 1) TOTAL TIME EXTENSION PART VI: TWO (2) -WORKING DAYS PART VII: INSTALL A 6-INCH TEMPORARY WATERMAIN TO THE RESIDENT HOMES N/O BRETZ MILL ROAD— EXTRA WORK This change was requested by the engineer. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, furnish all materials, labor and equipment to install approximately 2,400 LF of 6-inch temporary watermain to the resident home's n/o of the Bretz Mill Road (Silver Tip subdivision). Perform all work according to the applicable sections of the Standard Specifications and Special Provisions. Compensation for this work will be made as extra work at an agreed lumpsum price of$19,500 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. This amount will be paid through Bid Item No. 1, _Contractor We,the above signed contractor,have given careful consideration to the change proposed and hereby agree,if _Auditor Controller this proposal is approved,that we will provide all equipment,furnish all materials,except as may otherwise be Business Office noted above, and perform all services necessary for the work above specified,and will accept as full payment _Board of Supervisors _Const.Management therefore the prices shown above. RE/Arch. _Design 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. COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER WATERWORKS DISTRICT 41 W CHANGE ORDER NO. 05 ASBESTOS CONCRETE PIPELINE REPLACEMENT PROJECT JUNE 7, 2022 CONTRACT NO. 19-17-C PAGE 6 OF 8 Supplemental Work, with no net increase to the contract. Seven (7) working days will be added to the contract time for this work. TOTAL COST PART VII: $0.00 (PAID IN BID ITEM NO. 1) TOTAL TIME EXTENSION PART VII: SEVEN (7) -WORKING DAYS PART VIII:INSTALL FIVE (5) CORP STOPS, VALVES, RISERS, AND G5 BOXES —EXTRA WORK This change was requested by the engineer. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, furnish all materials, labor and equipment to install five (5) corp-stops, valves, risers, and G5 boxes at the locations throughout the condominium homes s/o Bretz Mill Road. Perform all work according to the applicable sections of the Standard Specifications and Special Provisions. Compensation for this work will be made as extra work at Force Account according to Section 9-1.03, "Payment Scope," of the Special Provisions. The compensation was calculated according to Section 9-1.04, "Force Account," of the Standard Specifications. The total compensation resulted in $14,572.70, this amount will be paid as extra work. Three (3) working days will be added to the contract time for this work. TOTAL COST PART VIII: A $14,572.70 INCREASE TOTAL TIME EXTENSION PART VIII: THREE (3) -WORKING DAYS PART IX: INSTALL 25 UPTURN TEES (VARIOUS SIZES) IN CONJUNCTION WITH THE GATE VALVES— EXTRA WORK This change was requested by the engineer. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, furnish all materials, labor and equipment to install ten (10) 10"x4", five (5) 8"x4", and ten (10) 6"x4" upturn tees in conjunction with the gate valves at locations provided by the engineer. Perform all work according to the applicable sections of the Standard Specifications and Special Provisions. Compensation for this work will be made as extra work at an agreed lumpsum price of$24,100 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. This amount will be paid as extra work. Forty-four (44) working days will be added to the contract time for this work. TOTAL COST PART IX: A $24,100 INCREASE TOTAL TIME EXTENSION PART IX: 44 -WORKING DAYS _Contractor We,the above signed contractor,have given careful consideration to the change proposed and hereby agree,if Auditor Controller this proposal is approved,that we will provide all equipment,furnish all materials,except as may otherwise be Business office noted above,and perform all services necessary for the work above specified,and will accept as full payment _Board of Supervisors _Const.Management therefore the prices shown above. RE/Arch. _Design 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. COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER WATERWORKS DISTRICT 41 W CHANGE ORDER NO. 05 ASBESTOS CONCRETE PIPELINE REPLACEMENT PROJECT JUNE 7, 2022 CONTRACT NO. 19-17-C PAGE 7 OF 8 PART X: GRANT A TIME EXTENSION Grant a 119 working days' time extension to the allotted contract time according to Section 8-1.07B, "Time Adjustments," of the Special Provisions, for the following reasons: • 108-days'time extension due to temporary suspension of the contract(between November 23, 2020 and May 3, 2021) • 1 1-days' time extension for delays caused by the Creek Fire and inclement weather/wet subgrade. Inclement weather/wet subgrade days summary reference: September 8 through 18, 2020 (Creek Fire) 9 Working Days November 9, 2020 1 Working Day November 9, 2020 1 Working Day Total Weather Days 11 Working days TOTAL COST PART X: $0.00 (NO COST) TOTAL TIME EXTENSION PART X: 119 -WORKING DAYS Contractor We,the above signed contractor,have given careful consideration to the change proposed and hereby agree,if _Auditor Controller this proposal is approved,that we will provide all equipment,furnish all materials,except as may otherwise be _Business office noted above,and perform all services necessary for the work above specified,and will accept as full payment _Board of Supervisors _Const.Management therefore the prices shown above. RE/Arch. _Design 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. COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER WATERWORKS DISTRICT 41 W CHANGE ORDER NO. 05 ASBESTOS CONCRETE PIPELINE REPLACEMENT PROJECT JUNE 7, 2022 CONTRACT NO. 19-17-C PAGE 8 OF 8 NET COST THIS CHANGE ORDER: A $236,493.45 DECREASE NET TIME EXTENSION THIS CHANGE ORDER: 190 -WORKING DAYS XAY c��OG12GlOG!<l2 Bill Stonehouse(Jun 7.2022 18:07 PDTI WILLIAM STONEHOUSE, Resident Engineer APPROVAL RECOMMENDED: DAWSON-MAULDIN, LLC Contractor MANDEEP S. SEKHON, Interim Construction Engineer puke-h��.cr�7r,� By mike mauldin(Jun 13,202213:00 PDT) APPROVED BY: Digitally signed by Steve White president Steve White Date:2022.06.1413:08:56 Title -07'00' STEVEN E. WHITE, Director Public Works and Planning Accepted Date: J U n 13, 2022 Date: Contractor We,the above signed contractor,have given careful consideration to the change proposed and hereby agree,if _Auditor Controller this proposal is approved,that we will provide all equipment,furnish all materials,except as may otherwise be Business office noted above,and perform all services necessary for the work above specified,and will accept as full payment Board of Supervisors _Const.Management therefore the prices shown above. RE/Arch. _Design 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. LETTER OF TRANSMITTAL - C.C.O. NO. 5 JUNE 7, 2022 TO: STEVEN E. WHITE, DIRECTOR WATER WORKS 41W ASBESTOS CONCRETE PUBLIC WORKS AND PLANNING PIPELINE REPLACEMENT PROJECT SHAVER, CALIFORNIA CONTRACT NO. 19-17-C ATTN: MANDEEP S. SEKHON INTERIM CONSTRUCTION ENGINEER XW cS6oegGdgg FROM: Bill Stonehouse(Jun 7,2022 18:05 POT) WILLIAM STONEHOUSE, Resident Engineer STATUS OF FUNDS: Contract Items $ 2,895,759.00 Original Allotment $ 3,053,046.95 Dept. Furnished Materials $ 0.00 Supplemental. Allotment $ 0.00 Previous CCO's $ 73,802.29 Total Allotment $ 3,053,046.95 This CCO $ -236,493.45 Obligated Funds $ 2,733,067.84 Total Obligated Funds $ 2,733,067.84 Unobligated Balance $ -319,979.11 DIRECTOR'S LIMIT to sign change orders is: $ 157,287.95 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. 6 — Remove and Dispose of Existing A/C Pipeline increased by 41.70 percent, reflecting the actual quantity of the A/C pipe removed and disposed. Payment for the increased quantity in excess of 125 percent of the previously adjusted quantity resulted in an amount of$7,397.25. Even though, the payment for the quantity in excess of 125 percent resulted in more than $5,000, no adjustment to the unit price was made since the unit bid price was considered reasonable. The increased quantity was paid at the unit price, resulting in an increase of$18,473. Item No. 17 — 10" Gate Valve increased by 94.44 percent due to the fact the 10-inch butterfly vales (Bid Item No. 21) were replaced with the 10-inch gate vales for the ease of future maintenance. Payment for the increased quantity in excess of 125 percent of the estimated quantity resulted in an amount of$33,750. Even though, the payment for the quantity in excess of 125 percent resulted in more than $5,000, no adjustment to the unit price was made since the unit bid price was considered reasonable. The increased quantity was paid at the unit price, resulting in an increase of$45,900. Item No. 18 — 8" Gate Valve increased by 200 percent due to the fact the 8-inch butterfly vales (Bid Item No. 22) were replaced with the 10-inch gate vales for the ease of future maintenance. Payment for the increased quantity in excess of 125 percent of the estimated quantity resulted in an amount of$11,205. Even though, the payment for the quantity in LETTER OF TRANSMITTAL - C.C.O. NO. 5 JUNE 7, 2022 excess of 125 percent resulted in more than $5,000, no adjustment to the unit price was made since the unit bid price was considered reasonable. The increased quantity was paid at the unit price, resulting in an increase of$12,600. Item No. 19—6" Gate Valve increased by 61.11 percent due to the fact the 6-inch butterfly vales (Bid Item No. 23) were replaced with the 6-inch gate vales for the ease of future maintenance. Payment for the increased quantity in excess of 125 percent of the previously adjusted quantity resulted in an amount of$9,750. Even though, the payment for the quantity in excess of 125 percent resulted in more than $5,000, no adjustment to the unit price was made since the unit bid price was considered reasonable. The increased quantity was paid at the unit price, resulting in an increase of$16,500. Item No. 20 —4" Gate Valve increased by 400 percent, reflecting the actual quantity of the valves installed in the project. Payment for the increased quantity in excess of 125 percent of the estimated quantity resulted in an amount of$5,625. Even though, the payment for the quantity in excess of 125 percent resulted in more than $5,000, no adjustment to the unit price was made since the unit bid price was considered reasonable. The increased quantity was paid at the unit price, resulting in an increase of$6,000. Item No. 21 — 10" Butterfly Valve (Incl. Two 10"x4" Upturn Tees) was eliminated in its entirety in accordance with Section 9-1.06D Eliminated Items of the Standard Specifications. The cost incurred by the contractor related to this bid items is paid in Part VI I of this contract change order. Bid Item No. 21 is being eliminated in its entirety at the full bid price, resulting in a decrease of$34,000. Item No. 22 —8" Butterfly Valve (Incl. Two 8"x4" Upturn Tees) was eliminated in its entirety in accordance with Section 9-1.06D Eliminated Items of the Standard Specifications. The cost incurred by the contractor related to this bid items is paid in Part VIII of this contract change order. Bid Item No. 22 is being eliminated in its entirety at the full bid price, resulting in a decrease of$7,800. Item No. 23 —6" Butterfly Valve (Incl. Two 6"x4" Upturn Tees) was eliminated in its entirety in accordance with Section 9-1.06D Eliminated Items of the Standard Specifications. The cost incurred by the contractor related to this bid items is paid in Part VIII of this contract change order. Bid Item No. 22 is being eliminated in its entirety at the full bid price, resulting in a decrease of$11,000. Item No. 30 —Connect Existing 8" PVC Main to Valve at HDPE Main Tee increased by 50 percent, reflecting the actual number of connections made on the project. Payment for the increased quantity in excess of 125 percent of the estimated quantity resulted in an amount of $2,450. 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 9-1.06, "Changed Quantity Payment Adjustment," of the Standard Specifications; and the increased quantity was paid at the unit price, resulting in an increase of$4,900. Item No. 31 —Connect Existing 6" A/C Main to Valve at HDPE Main Tee increased by 100 percent, reflecting the actual number of connections made on the project. Payment for the increased quantity in excess of 125 percent of the estimated quantity resulted in an amount of $3,825. 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 9-1.06, "Changed Quantity Payment Adjustment," of the Standard Specifications; and the increased quantity was paid at the unit price, resulting in an increase of$5,100. Item No. 43 —Temporary 1-1/2" HDPE Service Line Connection decreased by 91.67 percent, reflecting the actual service line connections made at the project site. The contractor did not LETTER OF TRANSMITTAL - C.C.O. NO. 5 JUNE 7, 2022 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$13,200. Item No. 44 —Temporary 2" HDPE Service Line Connection decreased by 66.67 percent, reflecting the actual service line connections made at the project site. 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$6,600. Item No. 45—8" Butterfly Valve was eliminated in its entirety in accordance with Section 9- 1.06D Eliminated Items of the Standard Specifications. The cost incurred by the contractor related to this bid items is paid in Part VIII of this contract change order. Bid Item No. 45 is being eliminated in its entirety at the full bid price, resulting in a decrease of$14,000. Item No. 46—6" Butterfly Valve was eliminated in its entirety in accordance with Section 9- 1.06D Eliminated Items of the Standard Specifications. The cost incurred by the contractor related to this bid items is paid in Part VIII of this contract change order. Bid Item No. 46 is being eliminated in its entirety at the full bid price, resulting in a decrease of$17,400. Item No. 49— Install 1-1/2" HDPE Service Line Connection decreased by 50 percent, reflecting the actual service line connections made at the project site. 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$3,000. Item No. 50 — Install 2" Permanent Service Line increased by 233.33 percent, reflecting the actual number of service lines installed on the project. Payment for the increased quantity in excess of 125 percent of the estimated quantity resulted in an amount of$2,275. 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 9-1.06, "Changed Quantity Payment Adjustment," of the Standard Specifications; and the increased quantity was paid at the unit price, resulting in an increase of$4,900. Item No. 55—Trench Rock Excavation (0' to 2') increased by 34 percent, reflecting the actual length of trench rock excavation. Payment for the increased quantity in excess of 125 percent of the estimated quantity resulted in an amount of$180. 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 9-1.06, "Changed Quantity Payment Adjustment," of the Standard Specifications; and the increased quantity was paid at the unit price, resulting in an increase of$680. Item No. 56 —Trench Rock Excavation (2' to 4') increased by 60 percent, reflecting the actual length of trench rock excavation. Payment for the increased quantity in excess of 125 percent of the estimated quantity resulted in an amount of$700. 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 9-1.06, "Changed Quantity Payment Adjustment," of the Standard Specifications; and the increased quantity was paid at the unit price, resulting in an increase of$1,200. Item No. 57— HMA Trench Repair Paving increased by 50.48 percent, reflecting the actual quantity of the valves installed in the project. Payment for the increased quantity in excess of 125 percent of the previously adjusted quantity resulted in an amount of$51,068.20. Even though, the payment for the quantity in excess of 125 percent resulted in more than $5,000, no adjustment to the unit price was made since the unit bid price was considered reasonable. The increased quantity was paid at the unit price, resulting in an increase of$101,182.60. Item No. 59—Concrete Slurry Pipe Backfill was eliminated in its entirety in accordance with LETTER OF TRANSMITTAL - C.C.O. NO. 5 JUNE 7, 2022 Section 9-1.06D Eliminated Items of the Standard Specifications. The contractor did not incur any cost related to this bid item; therefore, this bid item is being eliminated in its entirety at the full bid price, resulting in a decrease of$91,200. Item No. 60 — HMA Overlay (0.15' Thick) — Bretz Mill Rd Crossing decreased by 70 percent, reflecting the actual quantity of HMA used on the project. 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$1,575. Item No. 61 —Cold Plane (0.15' Thick) — Bretz Mill Rd Crossing decreased by 60.71 percent, reflecting the actual service line connections made at the project site. 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$1,785. Item No. 62 —Slurry Seal was eliminated in its entirety in accordance with Section 9-1.06D Eliminated Items of the Standard Specifications. The contractor did not incur any costs related to this bid item; therefore, this bid item is being eliminated in its entirety at the full bid price, resulting in a decrease of$320,000. Item No. 63 —Temporary Trench Shoring decreased by 85 percent, reflecting the actual use of the trench shoring at the project site. 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$1,275. Item No. 65— Paint Traffic Stripe (Detail 21) —Windwood LN was eliminated in its entirety in accordance with Section 9-1.06D Eliminated Items of the Standard Specifications. The contractor did not incur any cost related to this bid item; therefore, this bid item is being eliminated in its entirety at the full bid price, resulting in a decrease of$2,800. 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 9-1.06, "Changed Quantity Payment Adjustments," of the Standard Specifications. COST: A $315,236.14 Decrease PART II - DESCRIPTION: Install a new water system for additional seven resident homes—extra work. WHY: The project plans indicated that the existing water main servicing the resident homes in the cul-de- sac south of Woodridge Land and Windwood Lane intersection was PVC watermain. However, during the construction, it was determined that existing watermain was an asbestos pipe; therefore, it was necessary to remove and replace the existing asbestos pipe and reconnect these resident homes to the new watermain as extra work. HOW: LETTER OF TRANSMITTAL - C.C.O. NO. 5 JUNE 7, 2022 The contractor was directed to perform this work at Force Account according to Section 9-1.03, "Payment Scope," of the Standard Specifications. The County staff kept track of labor, equipment, and materials used for this work and calculated compensation according to Section 9-1.04, "Force Account," of the Standard Specifications. The total compensation for this work resulted in $40,069.99, this amount will be paid as extra work. Twelve (12) working days will be added to the contract for this work. COST: A $40,069.99 Increase PART III - DESCRIPTION: Install a 10-inch HDPE Cap — extra work. WHY: An existing 10-inch valve located south of the intersection of Heartwood Lane and Woodward Lane was non-functional (unable to stop water); therefore, it was necessary to install a cap behind the valve as extra work in order to stop the water and proceed with the proposed improvements at this location. HOW: The contractor was directed to perform this work at Force Account according to Section 9-1.03, "Payment Scope," of the Standard Specifications. The County staff kept track of labor, equipment, and materials used for this work and calculated compensation according to Section 9-1.04, "Force Account," of the Standard Specifications. The total compensation for this work resulted in $1,351.84, this amount will be paid through Bid Item No. 1, Supplemental Work, with no net increase to the contract. One (1)working day will be added to the contract for this work. COST: $0.00 (Paid in Bid Item No. 1) PART IV - DESCRIPTION: Replace an existing 6-inch valve —extra work. WHY: An existing 6-inch valve located at the Timberwine Water Plant was non-functional (unable to stop water); therefore, it was necessary to replace this valve as extra work in order to stop the water and proceed with the proposed improvements at this location. HOW: The contractor was directed to perform this work at Force Account according to Section 9-1.03, "Payment Scope," of the Standard Specifications. The County staff kept track of labor, equipment, and materials used for this work and calculated compensation according to Section 9-1.04, "Force LETTER OF TRANSMITTAL - C.C.O. NO. 5 JUNE 7, 2022 Account," of the Standard Specifications. The total compensation for this work resulted in $4,273.48, this amount will be paid through Bid Item No. 1, Supplemental Work, with no net increase to the contract. One (1)working day will be added to the contract for this work. COST: $0.00 (Paid in Bid Item No. 1) PART V - DESCRIPTION: Install five (5) 1-inch connections for the future water sampling stations —extra work. WHY: The Resources Division staff requested to install a total of five (5) 1-inch connections for the future sampling stations. This work was not included in the contract; therefore, it was necessary to perform this work as extra work. HOW: The contractor was directed to perform this work at Force Account according to Section 9-1.03, "Payment Scope," of the Standard Specifications. The County staff kept track of labor, equipment, and materials used for this work and calculated compensation according to Section 9-1.04, "Force Account," of the Standard Specifications. The total compensation for this work resulted in $2,597.77, this amount will be paid through Bid Item No. 1, Supplemental Work, with no net increase to the contract. One (1)working day will be added to the contract for this work. COST: $0.00 (Paid in Bid Item No. 1) PART VI - DESCRIPTION: Install a 10-inch underground temporary bypass connection at Millrun Lane — extra work. WHY: Due to the winter season suspension of the contract, it was necessary to install the 10-inch temporary bypass line underground at Millrun Lane, sta. 93+60 as extra work. HOW: The contractor was directed to perform this work at Force Account according to Section 9-1.03, "Payment Scope," of the Standard Specifications. The County staff kept track of labor, equipment, and materials used for this work and calculated compensation according to Section 9-1.04, "Force Account," of the Standard Specifications. The total compensation for this work resulted in $14,463.67, this amount will be paid through Bid Item No. 1, Supplemental Work, with no net increase to the contract. LETTER OF TRANSMITTAL - C.C.O. NO. 5 JUNE 7, 2022 Two (2)working days will be added to the contract time for this work. COST: $0.00 (Paid in Bid Item No. 1) PART VII - DESCRIPTION: Install a 6-inch temporary watermain to the resident homes n/o Bretz Mill Road —extra work. WHY: During the construction of the proposed improvements for the resident homes n/o Bretz Mill Rd, it was determined that the existing watermain loops system shown on the Plans did not exist. Therefore, it was necessary to install approximately 2,400 LF of 6-inch temporary watermain as extra work in order to provide continue supply of water to the effected resident homes while the removal of the existing watermain and installation of the new water system took place. HOW: The contractor was directed to perform this work at an agreed lumpsum price of$19,500 according to Section 9-1.03, "Payment Scope," of the Standard Specifications. This amount will be paid through Bid Item No. 1, Supplemental Work, with no net increase to the contract. Seven (7)working days will be added to the contract for this work. COST: $0.00 (Paid in Bid Item No. 1) PART VIII - DESCRIPTION: Install five (5) corp-stops, valves, risers and G5 boxes — extra work. WHY: During the construction of the proposed improvements, it was determined that water system to the condominium homes s/o Bretz Mill Road did not have isolation vales. The County staff decided to add a total of five (5) isolation valves for the ease of maintenance in the future. This work was not included in the Plans; therefore, it was necessary to perform this work as extra work. HOW: The contractor was directed to perform this work at Force Account according to Section 9-1.03, "Payment Scope," of the Standard Specifications. The County staff kept track of labor, equipment, and materials used for this work and calculated compensation according to Section 9-1.04, "Force Account," of the Standard Specifications. The total compensation for this work resulted in $14,572.70, this amount will be paid as extra work. Three (3) working days will be added to the contract for this work. COST: LETTER OF TRANSMITTAL - C.C.O. NO. 5 JUNE 7, 2022 A $14,572.70 Increase PART IX - DESCRIPTION: Install 25 upturn tees (various sizes) in conjunction with the gate vales — extra work. WHY: The County staff decided to install upturn tees in conjunction with the gate valves due to ease of operations and future maintenance. This work was not included in the contract; therefore, it was necessary to perform this work as extra work. HOW: The contractor was directed to install a total ten (10) 10"x4", five (5) 8"x4", and ten (10) 6"x4" upturn tees at an agreed lumpsum price of$24,100 according to Section 9-1.03, "Payment Scope," of the Standard Specifications. This amount will be paid as extra work. Forty-four(44)working days will be added to the contract for this work. COST: A $24,100 Increase PART X - DESCRIPTION: Grant a time extension. WHY: A time extension of 119 working days is being granted due to temporary suspension of the contract (108 working days), unsafe work conditions caused by the Creek Fire (nine working days), and inclement weather conditions (two working days) preventing the contractor to work on site. HOW: A total of 119 working days will 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: A $236,493.45 DECREASE NET TIME EXTENSION THIS CHANGE ORDER: 190 -WORKING DAYS