Loading...
HomeMy WebLinkAbout2001C CCO 04.pdf COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER SAND CREEK BRIDGE REPLACEMENT ON ENNIS ROAD CHANGE ORDER NO. 4 BRIDGE NO. 42CO697 JULY 7, 2022 FEDERAL PROJECT NUMBER: BRLO-5942(238) PAGE 1 OF 6 CONTRACT NO. 20-01-C TO: AGEE CONSTRUCTION CORPORATION: Make the following changes to the plans and specifications or do work not in the plans and specifications for this contract. Because of the change(s), 44-WORKING DAYS will be added to the contract time. The revised date of completion for the Second Order of Work was May 12, 2022. 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 Total No. Description Unit Quanti Price Amount °� 14 Rain Event Action Plan EA 3.00 $200.00 $600.00 300.00 24 Hydroseed SQFT 4440.00 $0.60 $2,664.00 79.86 27 Temporary Railing (Type K) LF 30.00 $35.00 $1,050.00 4.84 42 Hot Mix Asphalt (Type A) TON 74.90 $200.00 $14,980.00 21.84 44 Place Hot Mix Asphalt Dike (Type C) LF 38.00 $5.40 $205.20 3.94 50 Roadside Sign -One Post EA 1.00 $350.00 $350.00 8.33 TOTAL INCREASE: $19,849.20 Decreased Items: Item Total No. Description Unit Quantity CcD Price Amount °� 7 Temporary Fence (Type ESA) LF 100.00 $3.20 $320.00 50.00 10 State Water Resources Control Board $ 435.00 $1.00 $435.00 48.33 N.O.I. Fee 13 Storm Water Sampling and Analysis EA 6.00 $550.00 $3,300.00 75.00 Day 16 Temporary Silt Fence LF 209.00 $3.50 $731.50 11.53 17 Temporary Fiber Roll LF 336.00 $3.00 $1,008.00 14.63 23 Temporary Cofferdam (Gravel Bag LF 5.00 $35.00 $175.00 2.50 Berm) 31 Placement and Removal of TON 49.01 $450.00 $22,054.50 52.14 Temporary Asphalt (4 Inches) 34 Remove Tree EA 1.00 $1,000.00 $1,000.00 6.25 46 Midwest Guardrail System (Wood Post) LF 184.00 $50.00 $9,200.00 88.46 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 SAND CREEK BRIDGE REPLACEMENT ON ENNIS ROAD CHANGE ORDER NO. 4 BRIDGE NO. 42CO697 JULY 7, 2022 FEDERAL PROJECT NUMBER: BRLO-5942(238) PAGE 2 OF 6 CONTRACT NO. 20-01-C 52 Type E Guardrail Delineator EA 1.00 $30.00 $30.00 6.25 54 Pipe Culvert Warped Wngwall EA 0.50 $6,000.00 $3,000.00 50.00 72 Concrete Barrier (Type 836) LF 17.00 $235.00 $3,995.00 6.16 73 Articulated Concrete Blocks (Slope SQFT 1260.00 $30.00 $37,800.00 14.73 Protection) 74 Geotextile Filter Fabric SQYD 248.00 $3.00 $744.00 23.29 75 3' Cut Off Wall LF 91.00 $93.00 $8,463.00 26.69 TOTAL DECREASE: $92,256.00 Eliminated Items: Item Total No. Description Unit Quantity Unit Price Amount °!i0l 5 Install Bird Exclusion Devices LS 1.00 $7,200.00 $7,200.00 100.00 6 Monitoring Bird Exclusion Device EA 12.00 $800.00 $9,600.00 100.00 Week 9 Temporary Wildlife Exclusion Fence LF 700.00 $6.00 $4,200.00 100.00 56 Class V Rock Slope Protection SQFT 100.00 $45.00 $4,500.00 100.00 57 Temporary 24" X 24" Catch Basin EA 1.00 $1,000.00 $1,000.00 100.00 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: $26,500.00 TOTAL COST PART I: A $98,906.80 DECREASE TOTAL TIME EXTENSION PART I: ZERO (0) -WORKING DAYS PART II: COMPENSATE THE CONTRACTOR FOR AN ADDITIONAL SUBCONTRACTOR MOBILIZATION - EXTRA WORK This payment adjustment was requested by the contractor. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, compensate the contractor for an additional mobilization charge assessed by the prestressing duct installation subcontractor due to an unforeseen conflict between the bridge prestressing ducts and the installed girder wall rebar reinforcement tails. Payment for this additional charge will be made as extra work at an agreed lump sum price of$1,725, according to Section 9-1.03, "Payment Scope," of the Special Provisions. 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 Board of Supervisors noted above,and perform all services necessary for the work above specified,and will accept as full payment _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 SAND CREEK BRIDGE REPLACEMENT ON ENNIS ROAD CHANGE ORDER NO. 4 BRIDGE NO. 42CO697 JULY 7, 2022 FEDERAL PROJECT NUMBER: BRLO-5942(238) PAGE 3 OF 6 CONTRACT NO. 20-01-C TOTAL COST PART II: A $1,725 INCREASE TOTAL TIME EXTENSION PART II: ZERO (0) -WORKING DAYS PART III: FIELD BEND SOFFIT REINFORCEMENT BARS TO CLEAR PRESTRESSING DUCTS ON BOTH EXTERIOR GIRDER WALLS — EXTRA WORK This change was requested by the engineer. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, field bend any soffit and exterior girder wall reinforcement bars that were in conflict with the prestressing duct installation. Any field bent bars shall be checked to have proper clearance after any adjustments are made. Perform the work according to the applicable sections of the Standard Specifications and the 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 $4,406.52. One day will be added to the contract time for this work. TOTAL COST PART III: A $4,406.52 INCREASE TOTAL TIME EXTENSION PART III: ONE (1) -WORKING DAY PART IV: RELOCATE AND MODIFY THE CUTOFF WALL FROM 3' DEPTH TO 5' DEPTH FOR THE ARTICULATED CONCRETE BLOCKS AT THE NORTH/EAST CORNER OF THE BRIDGE — EXTRA WORK This change was requested by the engineer. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, install the Articulated Concrete Block (ACB) cut off wall at the north/east corner at the new location at a depth of 5-foot instead of the 3-foot depth, as shown on the attached plan sheets. Provide clearance for the existing power pole as shown on the drawings. 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 Force Account according to Section 9-1.03, "Payment Scope," of the Special Provisions. Total compensation for this work resulted in $6,072.60. Three days will be added to the contract time for this work. TOTAL COST PART IV: A $6,072.60 INCREASE TOTAL TIME EXTENSION PART IV: THREE (3) -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, fied,and will accept as full payment Const.Management p Board of supervisors 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 SAND CREEK BRIDGE REPLACEMENT ON ENNIS ROAD CHANGE ORDER NO. 4 BRIDGE NO. 42CO697 JULY 7, 2022 FEDERAL PROJECT NUMBER: BRLO-5942(238) PAGE 4 OF 6 CONTRACT NO. 20-01-C PART V: DEMO AND REINSTALL THE DRAINAGE INLET TO THE NEW DESIGN AND MAKE NECESSARY ADJUSTMENTS TO THE CONCRETE BARRIER RAIL FOR PROPER INSTALLATION OF THE NEW GUARDRAIL SYSTEMS—EXTRA WORK This change was requested by the engineer. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, demo and remove previously installed concrete V-ditch and splash walls at the limits shown within the attached design change sheets. Extend the 24-inch RCP drainage pipe to connect and accommodate the new 36" riser drainage inlet. Backfill and compact material around new riser inlet. Grade and install new concrete V-ditch and drainage collection along Ennis and Hummingbird to the new design grades. Install a new galvanized metal trash rack and cover to the new drainage inlet. Place filter fabric and Class 1 Rock Slope Protection on the southside of Ennis Road from project limits to new concrete V- ditch, and along the eastside of Hummingbird Lane. Extend the concrete barrier approximately 21 feet to complete the radius at the south/east corner of Hummingbird Lane and Ennis Road. Provide all labor, materials, equipment, and incidentals for completing the change order work. 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 Force Account according to Section 9-1.03, "Payment Scope," of the Special Provisions. Total compensation for this work resulted in $111,661.04. Twenty-eight days will be added to the contract time for this work. TOTAL COST PART V: $111,661.04 INCREASE TOTAL TIME EXTENSION PART V: 28 -WORKING DAYS PART VI: GRANT A TIME EXTENSION This change was requested by the contractor. Grant the contractor a twelve-working day time extension for unsuitable working conditions due to the rain/wet surface conditions. Weather Day Extension Summary/Reference Weather Day October 25, 2021 1 Working Day Weather Day November 9, 2021 1 Working Day Weather Day December 9, 2021 1 Working Day Weather Day December 13, 2021 1 Working Day Weather Day December 14, 2021 1 Working Day Weather Dray December 27, 2021 1 Working Day Weather Day December 29, 2021 1 Working Day Weather Day February 22, 2022 1 Working Day 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 SAND CREEK BRIDGE REPLACEMENT ON ENNIS ROAD CHANGE ORDER NO. 4 BRIDGE NO. 42CO697 JULY 7, 2022 FEDERAL PROJECT NUMBER: BRLO-5942(238) PAGE 5 OF 6 CONTRACT NO. 20-01-C Weather Day February 23, 2022 1 Working Day Weather Day March 4, 2022 1 Working Day Weather Day March 28, 2022 1 Working Day Weather Day April 22 2022 1 Working Day Total Weather Days 12 Working Days TOTAL COST PART VI: $0.00 (NO COST) TOTAL TIME EXTENSION PART VI: 12 -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 SAND CREEK BRIDGE REPLACEMENT ON ENNIS ROAD CHANGE ORDER NO. 4 BRIDGE NO. 42CO697 JULY 7, 2022 FEDERAL PROJECT NUMBER: BRLO-5942(238) PAGE 6 OF 6 CONTRACT NO. 20-01-C NET COSTS THIS CHANGE ORDER: A $24,958.36 INCREASE NET TIME EXTENSION THIS CCO: 44 -WORKING DAYS QROFESS/p 045.1�4�. C, ,c, JAMES DREWS, Resident Engineer rr X APPROVAL RECOMMENDED: t eph C.Harrell,P.E. 3>" O/V \V G .�r.L,.t.r. 4;z, OF CPyh JOSEPH C. HARRELL, PE Supervising Engineer, Design Division AGEE CONSTRUCTION CORPORATION � pp ��}} MANDEEP S. SEKHON, Construction Engineer aU By: Alan Dirlam(Jul 14,2022 12:18 PDT) _ Digitally signed by Steve White Steve White Date:2022.07.1914:07:10 -07'00' Chief Estimator STEVEN E. WHITE, Director of Public Works Title: and Planning Jul 14, 2022 Accepted Date: 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. rALnSRTUDOmN.nnTEs:. PROTECT IN PLACE UTILITY POLE - -Pof if SDL MPICX - -- - - I'--'r D- Ao y ! ._- O C0lISTRUCT 3.191A OVER 9"AB O PROTECT IN PLACE OKRIILAD 11NE5 _. CONS'INUCT GUARDNAIL SYSTEM STANDARD RA►NO SECTION.PER CALL ANS RSP A7XI .._ .. _._ _ ... IN CAL—.APPROY£D 31"IN-LINE TERMNN.END TREAIYENT.USING TYPE 12A LAYOUT PER CALTRANS RV AMT RELOCATE UMTY POLE AND OYERHEAO YIE(BY OTHERS) O PROTECT IN PLACE SHED STRUCTURE - _ OINSTALL NVTCO STANDARD THE E N,N1E RElMgt6LEATIXi(2-SIDED) _ GU DELINEATOR;SPACING BE EMERY BE EVERY 20 FT CONSTRUCT HOT MIX ASPHALT DALE TYPE C PER CPVC cm M S STANDARDINDICATED ON CAL PL,AN,RV BIRANSEN O ! ENi - - - _ _ _ __1-.., - -_- STANDARD PLAN A]TII ! -- - O SI�RUCNPALCRETE �R.SEE PLANS 9+00, ,o.Do pROFlLE „+ao ,2+ao SCALE:NOR12,-x20• MIT 1110' wane NO 1mM I1ASM1 o6n TA,IvII, "H"1MW.W.1.5B'LT / �• Ek lrtlUtt POLE v M69S m999 9MW1f tm•R • E%' SEE SHEET ,CE� FOR FAILS �[(U0� Ek OM'Ytl1EA0 ELEORRIGLL ,A9M EC "X"10+50A0.12.00'LT v Rfx TAR�'MtIaW OVR 11eeI FRO SH1DI 51 �c 12+28.30.1200 LT tt2A0 xn'ICM'[ BCC AC DIKE NE(20.1 lF} -• C B ' •Q�GYC, —-— PR.OAYUGHT 1 m91'm'E - 'H'10+50.00 10.00'LT BENCH J LANE MAN­NN.NO, �q/N 65000JB.60 r,�' O PR.PAVEMENT E // _ NU�y)y�NGPRo MENTS / - - �= 12 v ACB SLME PROTECTION A °0 00.931•RT 10+35.00.10.00'RTC LANE 1RANS1110N CP "H�811],1250' 92 t6M IT v,rc w •H'10+3SOO.12.OV ITTib`(MA% BEG AR3RAI1 STS ENfi I.G1 AlA7�R..SYS1�M Q- �.w IB��.. E t1tAN$ITI WN 10:1 MAX) vYD AC KE BED AC DIKE(20]LF) RM, _ _ _ ON EC/BC SEE SNEEI SO-1 .'dw ix �.n y �m v FOR DETAILS wx. xAr I r.. EN' rrrrrUR :�aaI r3res�sD PP-3 RECORD DRAWING SCALE — ' ®O"•..1, OIiPAF7 'P lJC tYORK$AA!D P",VVhVG n s. \g K F_ ( �� � t�:ND:CREEK BRIDGE REPLACEMENT PLAN AND PROFILE AS SHONN 1■ tgl ON ENNIS ROAD ,a. HUMMINGBIRD LANE STA 10+00.00-12+25.00 9 91 _ REAl04'1'.A\U R[COMtilllt'R A'-0IT(tl V•pRCtl 1- ONsiALL PIPE CULW1iT WARPEp VINO WALL ¢ — - _— _ (W.1')PLR CALIRANs SN RAN M. '- "— • PMIM WIAa W1.W � - O sm PI,4'RO MLVERT PER CA MMS -�___.._ _ 11--ull _ RV ONS1ALL 10•XIp'QA53 V RSP CEN1FApI 014 PIPE AT is 4 SLIME OOgISTRUCi OONGREIE LINED V-gTLN.SEE — 1_MET.yL 2 OH INIs SHEET M.gMD14ON3 — - OCONSI'LUCT O•P Q10zpNG - - xT � ET Oq Mct sPLA3N tE6NR - $I n RAR COMMRR CI�aT0.— YL -0RLU TA' I. ATl ENNIS Rp ;)f E.VOV•ORfDAT �' hw,,� �/�JTI•����WyE�... - ALi LI\IAt: AOy \ ```,-' -y TUN.a OF PWI VA„[6 B ` + a MEL. �'j���vJ), AW •rm.4 AR�1yCOY� uC � 1 INV[L''m'�^\ L�ez•.�W r :i's"e oAvs a'iX Pa d a^m m,•, -aP„I PEIE u.r WE mLuuA,k Pisan Arro T� BM0.�Px6 mOEaRu TP S.cnCx IVi\a IHE NVp1x I S t.�RFGRG�Mlull eE B'aF'-wl.\a Av.A �V '141pL f "-011 N ix.WY.)OR AwxpWP EgI,V_ ,Aa- AIL 1OE AIPF TO pRUN IAps RULL�PWE M�1TN 10�>� y,O' �11\[LOW PUI\Y Al RpL111.U1'N 1 S�TYACTdI a 3 aV�yl� TOIOP OF ACB LIA\O �j�WT���U�wLLi1�WKYU�iRfD pv V-DITCH DETAIL Uc _V 1.1T be INV EL-W.�` LETTER OF TRANSMITTAL - C.C.O. NO. 4 JULY 7, 2022 TO: STEVEN E. WHITE, DIRECTOR SAND CREEK BRIDGE REPLACEMENT PUBLIC WORKS AND PLANNING ON ENNIS ROAD BRIDGE NO. 42C0697 FEDERAL PROJECT NO: BRLO-5942(238) CONTRACT NO. 20-01-C ATTN: MANDEEP S. SEKHON CONSTRUCTION ENGINEER FROM: JAMES DREWS, Resident Engineer STATUS OF FUNDS: Contract Items $ 2,697,777.00 Original Allotment $ 2,845,165.85 Dept. Furnished Materials $ 0.00 Supplemental. Allotment $ 0.00 Previous CCO's $ 71,356.51 Total Allotment $ 2,845,165.85 This CCO $ 24,958.36 Obligated Funds $ 2,794,091.87 Total Obligated Funds $ 2,794,091.87 Unobligated Balance $ 51,073.98 DIRECTOR'S LIMIT to sign change orders is: $ 147,388.85 PART I - DESCRIPTION: Increase/decrease/eliminate items at unit 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. 5 — Install Bird Exclusion Devices was eliminated in its entirety in accordance with Section 9-1.06D, "Eliminated Items," of the 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. 5 is being eliminated in its entirety at the full bid price, resulting in a decrease of$7,200. Item No. 6 — Monitoring Bird Exclusion Devices Week was eliminated in its entirety in accordance with Section 9-1.06D, "Eliminated Items," of the 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. 6 is being eliminated in its entirety at the full bid price, resulting in a decrease of$9,600. Item No. 15 —Temporary Fence (Type ESA) decreased by 50.00 percent, reflecting the actual amount of ESA Fence used within 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$320. LETTER OF TRANSMITTAL - C.C.O. NO. 4 JULY 7, 2022 Item No. 9 —Temporary Wildlife Exclusion Fence was eliminated in its entirety in accordance with Section 9-1.06D, "Eliminated Items," of the 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. 9 is being eliminated in its entirety at the full bid price, resulting in a decrease of$4,200. Item No. 10 —State Water Resources Control Board N.O.I. Fee decreased by 48.33 percent, reflecting the actual amount the contractor paid for the NOI Fee. This bid item is exempt from the requirements of Section 9-1.06, "Changed Quantity Payment Adjustment," of the Standard Specifications. This bid item was decreased to reflect the actual use of the allocated funds, resulting in a decrease of$435. Item No. 13 —Storm Water Sampling and Analysis Day decreased by 75.00 percent, reflecting the actual amount of Storm Water Sampling days were monitored within 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$3,300. Item No. 14 — Rain Event Action Plan increased by 300.00 percent, reflecting the actual Rain Event Action Plans produced. Payment for the increased quantity in excess of 125 percent of the estimated quantity resulted in an amount of$550. 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$600. Item No. 24 — Hydroseed increased by 44.40 percent, reflecting the actual amount of Hydroseed placed within the project site for increased erosion control. Payment for the increased quantity in excess of 125 percent of the estimated quantity resulted in an amount of $1,830. 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$2,676. Item No. 31 — Placement and Removal of Temporary Asphalt (4 Inches) decreased by 52.14 percent, reflecting the actual amount of Temporary Asphalt used within 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$22,054.50. Item No. 46 — Midwest Guardrail System (Wood Post) decreased by 88.46 percent, reflecting the actual amount of Midwest Guardrail System installed within 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$9,200. Item No. 54 — Pipe Culvert Warped Wingwall decreased by 50.00 percent, reflecting the actual amount of the Culvert Warped Wingwall work was performed before the drainage design was changed. The contractor was paid extra work to perform the design changes, therefore 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. 56—Class V Rock Slope Protection was eliminated in its entirety in accordance with Section 9-1.06D, "Eliminated Items," of the Standard Specifications. The contractor incurred no costs relating to this bid item, therefore, in accordance with the above referenced section, LETTER OF TRANSMITTAL - C.C.O. NO. 4 JULY 7, 2022 no compensation or partial compensation will be made to the contractor for eliminating this bid item. Bid Item No. 56 is being eliminated in its entirety at the full bid price, resulting in a decrease of$4,500. Item No. 57 —Temporary 24" X 24" Catch Basin was eliminated in its entirety in accordance with Section 9-1.06D, "Eliminated Items," of the 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. 57 is being eliminated in its entirety at the full bid price, resulting in a decrease of$1,000. Item No. 75—3' Cut Off Wall decreased by 26.69 percent, reflecting the actual amount of the 3' cut-off walls installed within 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$8,463. 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 $98,906.80 Decrease PART II - DESCRIPTION: Compensate the contractor for an additional subcontractor mobilization —extra work. WHY: The prestressing duct installation subcontractor (Schwager — Davis) was on-site to install the prestressing ducts but found the rebar reinforcement tails at the soffit and exterior girder walls conflicted with the duct installation. The subcontractor re-mobilized at a later date after the conflict was resolved. Therefore, it was necessary to compensate for the remobilization as extra work. HOW: The contractor provided an invoice with the subcontractor's contract highlighting the agreement of additional mobilization charges for re-mobilization outside of their control. Compensation for this will be made at an agreed lump sum price of$1,725, in accordance with Section 9-1.03, "Payment Scope," of the Standard Specifications. COST: A $1,725 Increase PART III - DESCRIPTION: Field bend the soffit reinforcement bars to clear the prestressing ducts on both exterior girder walls — extra work. LETTER OF TRANSMITTAL - C.C.O. NO. 4 JULY 7, 2022 WHY: The prestressing duct installation subcontractor (Schwager — Davis) found that the rebar reinforcement tails at the soffit and exterior girder walls conflicted with the prestressing duct installation. The County of Fresno Design Division consultant confirmed that bending the reinforcement tails would be an acceptable remedy to the conflict. The contractor used pipes and bending tools to manipulate the rebar reinforcement tails to provide the necessary clearances for the prestressing ducts and concrete forms. Therefore, this work is being compensated as extra work. HOW: The contractor was directed to bend the rebar reinforcement tails to provide proper clearances for the prestressing ducts and concrete forms. Compensation for this work will be made at Force Account, in accordance with Section 9-1.03, "Payment Scope," of the 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 9-1.04, "Force Account," of the Standard Specifications; the total compensation resulted in $4,406.52. One working day will be added to the contract for this work. COST: $4,406.52 Increase PART IV - DESCRIPTION: Relocate and modify the cut off wall from a 3-feet depth to a 5-feet depth for the Articulated Concrete Blocks at the north/east corner of the bridge —extra work. WHY: The contractor provided the RFI #4 indicating a concern about excavating near a power pole for the installation of the Articulated Concrete Blocks (ACB) at the north/east corner of the bridge. The design consultant responded that the area of the ACB Mats should be shortened by 20 feet to stay away from the power pole, and the cut-off wall on the north/east corner only will need to be installed to a depth of 5-foot instead of the 3-foot depth shown on the project plans. The work associated with the modifications to the cut-off wall is being compensated as extra work. HOW: The contractor was directed to excavate and install the north/east cut off wall to a 5-foot depth at the new location, approximately 20 feet closer to the bridge abutment. Compensation for this work will be made at Force Account, in accordance with Section 9-1.03, "Payment Scope," of the 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 9-1.04, "Force Account," of the Standard Specifications; the total compensation resulted in a $6,072.60 increase. Three working days will be added to the contract for this work. LETTER OF TRANSMITTAL - C.C.O. NO. 4 JULY 7, 2022 COST: A $6,072.60 Increase PART V - DESCRIPTION: Demo and reinstall the drainage inlet to the new design and make necessary adjustments to the concrete barrier for proper installation of the new guardrail systems - extra work. WHY: A meeting with the County of Fresno Design Division, Road Maintenance Division, and the Construction Division determined that the designed drainage at the south/west corner of Ennis Road and Hummingbird Lane was too steep off the edge of the roadway and raised concern for public safety. The Design Division re-designed the drainage grades and inlet to be less of drop- off and more recoverable to public traffic. Also, the guardrail installation subcontractor noted that the transition guardrail systems must line up straight with the end of the concrete barrier. As per the project plans, the concrete barrier at the south/west corner of the bridge does not complete the intersection radius. The County of Fresno Design Division determined that the concrete barrier would need to be extended to complete the radius for proper installation of the transition guardrail system. Compensation for these two items is being made as extra work. HOW: The contractor was directed to demo and remove parts of the previously installed drainage facilities and complete the new drainage design as provided in the drainage design sheets (attached). Also, the contractor was directed to extend the concrete barrier rail at the south/west corner of the bridge to complete the radius at the intersection of Hummingbird Lane and Ennis Road. Compensation for this work will be made at Force Account, in accordance with Section 9-1.03, "Payment Scope," of the 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 9-1.04, "Force Account," of the Standard Specifications; the total compensation resulted in a $111,661.04 increase Twenty-eight working days will be added to the contract for this work. COST: A $111,661.04 Increase PART VI - DESCRIPTION: Grant a time extension. WHY: Grant a total of 12-working days' time extension to the allotted contract time. This time extension is due to inclement weather conditions that prevented the contractor from working on the site. HOW: LETTER OF TRANSMITTAL - C.C.O. NO. 4 JULY 7, 2022 Twelve working-days are added to the contract time according to Section 8-1.07B, "Time Adjustments," of the Special Provisions. COST: $0.00 (No Cost) NET COST THIS CHANGE ORDER: $24,958.36 INCREASE NET TIME EXTENSION THIS CHANGE ORDER: 44 - WORKING DAYS