Loading...
HomeMy WebLinkAbout2015C CCO 08.pdf COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER JAMES BYPASS BRIDGE REPLACEMENTS ON MANNING AVENUE CHANGE ORDER NO. 08 3 MILES EAST OF COLORADO AVENUE NOVEMBER 3, 2022 FEDERAL AID NUMBER: BRLS-5942(233) PAGE 1 OF 4 CONTRACT NO. 20-15-C TO: VIKING CONSTRUCTION COMPANY, INC.: 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), ONE (1) -WORKING DAY will be added to the road closure contract timeline only. PART I: ADJUST REINFORCING STEEL CLEARANCES DUE TO BEARING SEAT ELEVATION REVISIONS AND REVISE BACK WALL REINFORCING STEEL TO CLEAR EXISTING STRUCTURE— EXTRA WORK This compensation adjustment was requested by the contractor. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, adjust the bearing seat rebar to clear the revised bearing seat elevations and supply revised back wall reinforcing steel to clear the existing structure as extra work. Perform all work according to the applicable sections of the project Special Provisions and/or Standard Specifications. 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 $2,599.30. A total of one working day time extension will be granted to the road closure timeline only (no impact to the overall critical path of the project) for performing this extra work in accordance with Section 8-1.07B, "Time Adjustment," of the project Special Provisions. TOTAL COST PART I: A $2,599.30 INCREASE TOTAL TIME EXTENSION PART I: ONE (1) -WORKING DAY(ROAD CLOSURE ONLY) PART II: ADJUST CONTRACT CHANGE ORDER NO. 5 This change was proposed by the engineer. Contract Change Order No. 5 was written with an estimated hot mix asphalt (HMA) quantity of 215 tons at agreed unit price of$220, for replacing the existing damaged asphalt concrete surfacing as extra work. However, this work required additional 25 tons of HMA, total HMA quantity of 240 tons. Compensation of the additional 25 tons of HMA quantity is being made at previously agreed unit price of$220 (in Contract Change Order No. 5), in accordance with Section 9-1.03, "Payment Scope," of the Special Provisions; resulting in an increase of$5,500. This change did not further impact the critical path of the project (two working days were previously granted in Contract Change Order No.5), so granting of additional time was not warranted. _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 JAMES BYPASS BRIDGE REPLACEMENTS ON MANNING AVENUE CHANGE ORDER NO. 08 3 MILES EAST OF COLORADO AVENUE NOVEMBER 3, 2022 FEDERAL AID NUMBER: BRLS-5942(233) PAGE 2 OF 4 CONTRACT NO. 20-15-C TOTAL COST PART II: A $5,500 INCREASE TOTAL TIME EXTENSION PART II: ZERO (0) -WORKING DAYS PART III: REMOVE SECTIONS OF THE 4-INCH HMA DIKE AND REPLACE WITH 2-INCH HMA DIKE— EXTRA WORK This change was requested by the engineer. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, remove approximately 25 lineal feet of the newly constructed 4-inch HMA dike in front of the terminal end treatment of the metal beam guard railing (at four locations, a total of approximately 100 lineal feet of dike) and replace with a 2-inch HMA dike as extra work. Perform all work according to the applicable sections of the project Special Provisions and/or Standard Specifications. Payment for this work will be made as extra work at an agreed lump sum price of$11,289.40, 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 work did not impact the critical path for the project, so granting additional contract time was not warranted. TOTAL COST PART III: A $11,289.40 INCREASE TOTAL TIME EXTENSION PART III: ZERO (0) -WORKING DAYS PART IV: INCREASE/DECREASE/ELIMINATE ITEMS AT UNIT PRICES These changes were 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 1 Supplemental Work(Payment $ 7,942.29 $1.00 $7,942.29 79.42 Adjustment for Price Index Fluctuations) 25 Temporary Sign EA 16.00 300.00 4,800.00 30.77 26 Temporary Railing (Type K) LF 10.00 25.00 250.00 00.95 27 Temporary Barricade (Type III) EA 18.00 150.00 2,700.00 180.00 32 Embankment CY 7.90 100.00 790.00 1.98 35 Cold Plane HMA SY 94.00 15.00 1,410.00 10.33 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 JAMES BYPASS BRIDGE REPLACEMENTS ON MANNING AVENUE CHANGE ORDER NO. 08 3 MILES EAST OF COLORADO AVENUE NOVEMBER 3, 2022 FEDERAL AID NUMBER: BRLS-5942(233) PAGE 3 OF 4 CONTRACT NO. 20-15-C 36 Hot Mix Asphalt(Type A) TON 172.47 100.00 17,247.00 9.13 39 Place HMA Dike (Type F) LF 18.00 5.00 90.00 2.99 61 Joint Seal (Type A) LF 4.25 150.00 425.00 6.44 TOTAL INCREASE: $ 35,654.29 Decreased Items: Item Total No. Description Unit Quantity Price Amount 12 Temporary Construction Entrance EA 2.00 $5,000.00 $10,000.00 50.00 19 Monitoring Bird Exclusion Devices EA 10.00 500.00 5,000.00 41.67 Week 24 Temporary Traffic Stripe (Tape) LF 21.00 2.00 42.00 0.41 28 Temporary Crash Cushion Module EA 18.00 350.00 6,300.00 32.14 29 Remove Metal Beam Guard Railing LF 1.00 25.00 25.00 0.39 34 Remove Asphalt Concrete Dike LF 70.00 2.00 140.00 2.94 37 Tack Coat TON 0.64 600.00 384.00 32.00 38 Place HMA Dike (Type A) LF 75.00 6.00 450.00 4.24 40 Flume Downdrain (With RSP) LF 5.50 145.00 797.50 3.77 49 4" Paint Traffic Stripe (2-Coat) LF 200.00 1.00 200.00 5.48 Yellow(Detail 27B) 50 4" Paint Traffic Stripe (2-Coat) White LF 45.00 1.00 45.00 2.54 (Detail 6) 52 Place Polyester Concrete Overlay SF 171.12 5.00 855.60 1.75 56 48" Cast-In-Drilled-Hole Piling LF 3.00 1,025.00 3,075.00 0.49 60 Joint Seal (MR=2") LF 19.00 175.00 3,325.00 5.62 TOTAL DECREASE: $30,639.10 Eliminated Items: Item Total No. Description Unit Quantity Unit Price Amount 5 Water Quality Sampling and Analysis EA 20.00 $1,000.00 $20,000.00 100.00 Day 33 Rock Slope Protection (Class 2, CY 30.00 500.00 15,000.00 100.00 Method B) (Miscellaneous Areas) 44 Object Marker (Type P) EA 8.00 100.00 800.00 100.00 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 therefore the prices shown above. _Const.Management 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 JAMES BYPASS BRIDGE REPLACEMENTS ON MANNING AVENUE CHANGE ORDER NO. 08 3 MILES EAST OF COLORADO AVENUE NOVEMBER 3, 2022 FEDERAL AID NUMBER: BRLS-5942(233) PAGE 4 OF 4 CONTRACT NO. 20-15-C 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: $35,800.00 TOTAL COST PART IV: A $30,784.81 DECREASE TOTAL TIME EXTENSION PART IV: ZERO (0) -WORKING DAYS NET COST THIS CHANGE ORDER: A $11,396.11 DECREASE NET TIME EXTENSION THIS CHANGE ORDER: ONE (1) -WORKING DAY(ROAD CLOSURE ONLY) 111 Gh I wc��OGLfGt/�LG Richard Stockwell(Nov 4,2022 07:47 PDT) Richard Stockwell, Resident Engineer APPROVAL RECOMMENDED: VIKING CONSTRUCTION COMPANY, INC. Contractor Mandeep S. Sekhon, PE Construction Engineer nn�0 t CCeM&lm- By Troy emons(Nov 4,202214:31 PDT) APPROVED BY: h +p Digitally signed by Steve White Vice President Steve W 1 1 I lG Date:2022.11.16 08:39:29 Title Vice Steven E. White, Director Accepted Date. Nov 4 2022 Public Works and Planning 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 therefore the prices shown above. _Const.Management 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. 08 NOVEMBER 3, 2022 TO: STEVEN E. WHITE, DIRECTOR JAMES BYPASS BRIDGE REPLACEMENTS PUBLIC WORKS AND PLANNING ON MANNING AVENUE, 3 MILES EAST OF COLORADO AVENUE FEDERAL AID NUMBER: BRLS-5942(233) CONTRACT NO. 20-15-C ATTN: MANDEEP S. SEKHON CONSTRUCTION ENGINEER ZWG-19/-d sll ,-fly gzz FROM. Richard Stockwell(Nov 3,202214:42 PDT) RICHARD STOCKWELL, Resident Engineer STATUS OF FUNDS: Contract Items $ 5,260,535.00 Original Allotment $ 5,470,535.00 Dept. Furnished Matr's $ 0.00 Supplemental Allotment $ 0.00 Previous CCO's $ 178,277.64 Total Allotment $ 5,470,535.00 This CCO $ - 11,396.11 Obligated Funds $ 5,427,416.53 Total Obligated Funds $ 5,427,416.53 Unobligated Balance $ 43,118.47 DIRECTOR'S LIMIT to sign change orders is: $ 210,000 PART I - DESCRIPTION: Adjust reinforcing steel clearances due to bearing seat elevation revisions and revise backwall reinforcing steel to clear existing structure — extra work. WHY: The contractor constructed the abutments/piers with the required embedded reinforcing steel for the revised secondary bearing seat pour at the westerly bridge. After the initial reinforcing steel placement was casted in the initial pour, the engineer revised the bearing seat elevations, thus creating extra work to adjust the embedded reinforcing steel for proper clearances. Additional extra work was required to fabricate embedded back wall reinforcing steel to clear the existing structure and to maintain proper surface area of reinforcing steel. HOW: The contractor was directed to perform this extra work according to Section 4-1.05, "Changes and Extra Work," of the Standard Specifications. 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 County staff kept track of the labor and equipment used for this work and calculated the total compensation according to Sections 9-1.04, "Force Account," of the Standard Specifications, resulting in an increase of$2,599.30. One (1) working day's time extension is being granted for the road closure. COST: A $2,599.30 Increase LETTER OF TRANSMITTAL - C.C.O. NO. 08 NOVEMBER 3, 2022 PART II - DESCRIPTION: Adjust Contract Change Order No. 5. WHY: Contract Change Order No. 5 was written with an estimated hot mix asphalt (HMA) quantity of 215 tons at agreed unit price of$220, for replacing the existing damaged asphalt concrete surfacing as extra work. However, this work required additional 25 tons of HMA, total HMA quantity of 240 tons, therefore, it was necessary to compensate for the additional 25 tons of HMA at previous agreed unit price of$220 as extra work. HOW: Compensation of the additional 25 tons of HMA quantity is being made at previously agreed unit price of$220 (in Contract Change Order No. 5), in accordance with Section 9-1.03, "Payment Scope," of the Special Provisions; resulting in an increase of$5,500. COST: A $5,500.00 Increase PART III - DESCRIPTION: Remove sections of the 4-inch HMA dike and replace with 2-inch HMA dike — extra work. WHY: The contractor constructed the 4-inch HMA dike as identified on the project plans underneath the Midwest guard railing and extending beyond the terminal end treatments until it changes to a 6-inch dike. This project is federally funded, which requires a 2-inch (maximum height) dike from the leading edge of the terminal end treatment and extending a minimum of 25 lineal feet. Therefore, it was necessary to replace the newly constructed 4-inch dike with a 2-inch dike as extra work. HOW: The contractor was directed to perform this extra work according to Section 4-1.05, "Changes and Extra Work," of the Standard Specifications. Compensation for this work will be made as an agreed lumpsum price of$11,289.40 according to Section 9-1.03, "Payment Scope," of the Special Provisions, resulting in an increase of$11,289.40. COST: A $11,289.40 Increase PART IV - DESCRIPTION: Increase/decrease/eliminate items at unit prices. LETTER OF TRANSMITTAL - C.C.O. NO. 08 NOVEMBER 3, 2022 WHY: Item quantities in the Bid Book and subsequent change orders are estimates only. This part adjusts item quantities to the actual quantities used. Bid Item No. 1 — Supplemental Work (Payment Adjustment for Price Index Fluctuations) increased by 79.42 percent, reflecting the actual adjustment triggered and calculated using Section 9-1.07 of the State Standard Specifications. The requirements of Section 9-1.06, "Changed Quantity Pay Adjustments" of the Standard Specifications does not apply to this bid item. The actual payable quantities were paid using the formula specified in the above- mentioned section, resulting in an increase of$7,942.29. Bid Item No. 5 —Water Quality Sampling and Analysis Day was eliminated in its entirety in accordance with Section 9-1.06D, "Eliminated Items," of the Standard Specifications, due to fact that no water was noticed in the channels during construction, thus, eliminated any in- water work and the need for water quality sampling. 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$20,000. Bid Item No. 12 —Temporary Construction Entrance decreased by 50.00 percent, reflecting the actual quantity installed. The contractor did not make a request for adjustment of the unit price in accordance with Section 9-1.06C, "Decrease of More Than 25 Percent," of Standard Specifications; and the actual payable quantities were paid at the unit price, resulting in a decrease of$10,000. Bid Item No. 19 — Monitoring Bird Exclusion Devices Week decreased by 41.67 percent, reflecting the actual quantity required during the construction of this project. The contractor did not make a request for adjustment of the unit price in accordance with Section 9-1.06C, "Decrease of More Than 25 Percent," of Standard Specifications; and the actual payable quantities were paid at the unit price, resulting in a decrease of$5,000. Bid Item No. 25 —Temporary Sign increased by 30.77 percent, reflecting the actual quantity utilized during construction. Payment for the increased quantity in excess of 125 percent of the estimated quantity resulted in an amount of$900. 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 Adjustments," of the Standard Specifications; and the increased quantity was paid at the unit price, resulting in an increase of$4,800. Bid Item No. 27—Temporary Barricade (Type III) increased by 180.00 percent, reflecting the actual quantity utilized during construction. Payment for the increased quantity in excess of 125 percent of the estimated quantity resulted in an amount of$2,325. 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 Adjustments," of the Standard Specifications; and the increased quantity was paid at the unit price, resulting in an increase of$2,700. Bid Item No. 28—Temporary Crash Cushion Module decreased by 32.14 percent, reflecting the actual quantity utilized. The contractor did not make a request for adjustment of the unit price in accordance with Section 9-1.06C, "Decrease of More Than 25 Percent," of Standard Specifications; and the actual payable quantities were paid at the unit price, resulting in a decrease of$6,300. Bid Item No. 33— Rock Slope Protection (Class 2, Method B) (Miscellaneous Areas) was LETTER OF TRANSMITTAL - C.C.O. NO. 08 NOVEMBER 3, 2022 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. 33 is being eliminated in its entirety at the full bid price, resulting in a decrease of$15,000. Bid Item No. 37 —Tack Coat decreased by 32.00 percent, reflecting the actual quantity utilized on the project. The contractor did not make a request for adjustment of the unit price in accordance with Section 9-1.06C, "Decrease of More Than 25 Percent," of Standard Specifications; and the actual payable quantities were paid at the unit price, resulting in a decrease of$384. Bid Item No. 44—Object Marker 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. 44 is being eliminated in its entirety at the full bid price, resulting in a decrease of$800. HOW: Item quantities were increased, decreased, or eliminated at unit prices per Section 9-1.06, "Changed Quantity Payment Adjustments," of the Standard Specifications, resulting in a decrease of$30,784.81. COST: A $30,784.81 Decrease NET COST THIS CHANGE ORDER: A $11,396.11 DECREASE NET TIME EXTENSION THIS CHANGE ORDER: ONE (1) -WORKING DAY (ROAD CLOSURE ONLY)