Loading...
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