HomeMy WebLinkAbout2015C CCO 09.pdf COUNTY OF FRESNO
CONSTRUCTION MANAGEMENT
CONTRACT CHANGE ORDER
JAMES BYPASS BRIDGE REPLACEMENTS ON MANNING AVENUE CHANGE ORDER NO. 09
3 MILES EAST OF COLORADO AVENUE NOVEMBER 4, 2022
FEDERAL AID NUMBER: BRLS-5942(233) PAGE 1 OF 3
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), ZERO (0) -WORKING DAYS will be added to the road closure
contract timeline only.
PART I: 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.
Eliminated Items:
Item Total
No. Description Unit Quantity Price Amount NO
7 Temporary Fiber Rolls LF 2,300.00 $3.40 $7,820.00 100.00
9 Hydroseed SF 8,800.00 0.35 3,080.00 100.00
11 Temporary Silt Fence LF 1,500.00 2.05 3,075.00 100.00
14 Temporary Drainage Inlet Protection EA 9.00 165.00 1,485.00 100.00
(Overside Drain)
15 Temporary Drainage Inlet Protection EA 10.00 40.00 400.00 100.00
(Type 613, on Bridge)
TOTAL DECREASE: $15,860.00
Decreased Items:
Item Total
No. Description Unit Quantity Price Amount (0Z
20 Temporary Fencing (Type ESA) LF 2,700.00 $2.00 $5,400.00 90.00
TOTAL DECREASE: $5,400.00
Since you did not incur any costs associated with these items, no payment will be made for these bid items.
These changes did not impact the critical path for the project, therefore, granting additional contract 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. 09
3 MILES EAST OF COLORADO AVENUE NOVEMBER 4, 2022
FEDERAL AID NUMBER: BRLS-5942(233) PAGE 2 OF 3
CONTRACT NO. 20-15-C
TOTAL COST PART I: $21,260.00 DECREASE
TOTAL TIME EXTENSION PART I: ZERO (0) -WORKING DAYS
PART II: INSTALL ROLLED EROSION CONTROL PRODUCT (RECP) — 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
approximately 6,200 SF of RECP Type B, 700 gram Coir Netting. The RECP shall be installed along the
channel banks under the footprint of Bridge#42C0691 (westerly bridge) only. Perform all work in accordance
with Section 21, "Erosion Control," of the Special Provisions and Standard Specifications. Payment for this
work will be made as extra work at an agreed lump sum price of$10,825.32, 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, no additional compensation will
be made thereafter.
This change did not impact the critical path for the project, therefore, granting additional contract time was not
warranted.
TOTAL COST PART II: $10,825.32 INCREASE
TOTAL TIME EXTENSION PART II: ZERO (0) -WORKING DAYS
PART III: PLACE ADDITIONAL HYDROSEED— EXTRA WORK
This change was requested by the engineer.
In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, place
approximately 176,000 SF of hydroseed over the entire disturbed areas within the temporary construction
permit area. Perform all work in accordance with Section 21, "Erosion Control," of the Special Provisions and
Standard Specifications. Payment for this work will be made as extra work at an agreed lump sum price of
$25,168, 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, no additional compensation will be made thereafter.
This change did not impact the critical path for the project, therefore, granting additional contract time was not
warranted.
TOTAL COST PART III: $25,168.00 INCREASE
TOTAL TIME EXTENSION PART III: ZERO (0) -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
JAMES BYPASS BRIDGE REPLACEMENTS ON MANNING AVENUE CHANGE ORDER NO. 09
3 MILES EAST OF COLORADO AVENUE NOVEMBER 4, 2022
FEDERAL AID NUMBER: BRLS-5942(233) PAGE 3 OF 3
CONTRACT NO. 20-15-C
NET COST THIS CHANGE ORDER: A $14,733.32 INCREASE
NET TIME EXTENSION THIS CHANGE ORDER: ZERO (0) -WORKING DAYS
%GhpW SS o(lgmgL
Richard Stockwell(NOV I,2022 07:49 PDT)
Richard Stockwell, Resident Engineer
APPROVAL RECOMMENDED:
VIKING CONSTRUCTION COMPANY, INC. U �-
Contractor Mandeep S. Sekhon, PE
Construction Engineer
By Troy terions(Nov 4,202214:30PDT) APPROVED BY:
WI h +e Digitally signed by Steve White
Vice President Date:2022.11.1611:46:13
Title -08'00'
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
_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. 09 NOVEMBER 4, 2022
TO: STEVEN E. WHITE, DIRECTOR JAMES BYPASS BRIDGE REPLACEMENTS
PUBLIC WORKS AND ON MANNING AVENUE, 3 MILES EAST
PLANNING OF COLORADO AVENUE
FEDERAL AID NUMBER: BRLS-5942(233)
CONTRACT NO. 20-15-C
ATTN: MANDEEP S. SEKHON
CONSTRUCTION ENGINEER
�IG��GI c��OG�fGt/�GG
FROM: Rich a rd Stockwe I I(Nov 4,202207:49 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 $ 166,881.53 Total Allotment $ 5,470,535.00
This CCO $ 14,733.32 Obligated Funds $ 5,442,149.85
Total Obligated Funds $ 5,442,149.85 Unobligated Balance $ 28,385.15
DIRECTOR'S LIMIT to sign change orders is: $ 210,000
PART I - DESCRIPTION:
Increase/decrease/eliminate items at unit prices.
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. 7 —Temporary Fiber Rolls 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. 7 is being eliminated in its entirety at the full bid price, resulting in a
decrease of$7,820.
Bid Item No. 9 — Hydroseed was eliminated in its entirety in accordance with Section 9-1.06D,
"Eliminated Items," of the Standard Specifications, due to the fact the hydroseed quantity
increased tremendously (8,800 SF to 176,000 SF), the entire hydroseeding work done as extra
work at adjusted agreed price, included in Part III of this change order. Therefore, Bid Item No.
9 is being eliminated in its entirety at the full bid price, resulting in a decrease of$3,080.
Bid Item No. 11 —Temporary Silt 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
LETTER OF TRANSMITTAL - C.C.O. NO. 09 NOVEMBER 4, 2022
item. Bid Item No. 11 is being eliminated in its entirety at the full bid price, resulting in a
decrease of$3,075.
Bid Item No. 14 —Temporary Drainage Inlet Protection (Overside Drain) 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. 14 is being eliminated in its entirety at the
full bid price, resulting in a decrease of$1,485.
Bid Item No. 15—Temporary Drainage Inlet Protection (Type 613, on Bridge) 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. 15 is being eliminated in its
entirety at the full bid price, resulting in a decrease of$400.
Bid Item No. 20 —Temporary Fencing (Type ESA) decreased by 90.00 percent, reflecting the
actual quantity utilized during 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$6,300.
HOW:
Item quantities were decreased or eliminated at unit prices per Section 9-1.06, "Changed Quantity
Payment Adjustments," of the Standard Specifications, resulting in a decrease of$21,260.
COST:
A $21,260.00 Decrease
PART II - DESCRIPTION:
Install Rolled Erosion Control Product (RECP) —extra work.
WHY:
During the final walk through, the Road Maintenance & Operations and Design divisions' staff
determined that the installation of a Class B RECP product on the channel banks under the
footprint of Bridge No. 42C0691 would be required for erosion control. This work was not
included in the original project scope; therefore, it was necessary to perform this work at 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. Payment for this work will be
made as extra work at an agreed lump sum price of$10,825.32, according to Section 9-
1.03, "Payment Scope," of the Special Provisions, resulting in an increase of$10,825.32.
LETTER OF TRANSMITTAL - C.C.O. NO. 09 NOVEMBER 4, 2022
COST:
A $10,825.32 Increase
PART III - DESCRIPTION:
Place additional hydroseed —extra work.
WHY:
Given the nature of the timelines established for this project, a large temporary construction
permit (TCP) area was available to the contractor for construction and staging purposes. The
TCP was identified in the contract and available for use, to which this contractor only utilized a
small portion limiting the disruption to the native grasses.
The area identified in the contract to receive hydroseed was only a small portion of embankment
and not all of potentially disturbed areas. It was determined that to meet the environmental
requirements on the contract, that all disturbed areas would require hydroseed to be applied for
ultimate erosion control. Given the change from unit bid quantity of 8,800 SF to the revised
quantity of 176,000 SF, it was determined that the unit bid price would need to be adjusted. The
bid price of$0.35/SF was renegotiated to $0.13/SF plus 10% prime contractor markup. The
original Bid Item No. 9, Hydroseed is being eliminated in Part I of this contract change order.
Therefore, placement of the hydroseed for entire pertaining area was performed as extra work
at an agreed lumpsum price of$25,168.
HOW:
The contractor was directed to perform this extra work according to Section 4-1.05,
"Changes and Extra Work," of the Standard Specifications. Payment for this work will be
made as extra work at an agreed lump sum price of$25,268, according to Section 9-1.03,
"Payment Scope," of the Special Provisions, resulting in an increase of$25,268.
COST:
A $25,168.00 Increase
NET COST THIS CHANGE ORDER: A $14,733.32 INCREASE
NET TIME EXTENSION THIS CHANGE ORDER: ZERO (0) -WORKING DAYS