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