Loading...
HomeMy WebLinkAbout1908C CCO 04.pdf COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER AUBERRY ROAD/COPPER AVENUE CHANGE ORDER NO. 04 TRAFFIC SIGNAL INSTALLATION NOVEMBER 17, 2022 FEDERAL PROJECT NUMBER: HSIPL-5942(241) PAGE 1 OF 4 CONTRACT NO. 19-08-C TO: AVISON CONSTRUCTION, INC.: Make the following change(s)to the plans and specifications or do work not in the plans and specifications for this contract. Because of the change(s), 48-WORKING DAYS will be added to the contract time. The revised completion date was October 14, 2022. PART I: INCREASE/DECREASE ITEMS AT UNIT BID PRICES This change was proposed by the engineer. Quantities in the Bid Book are estimates only. This part adjusts items to the actual quantities used. Increased Items: Item Total No. Description Unit Quantity Price Amount NO 20 Remove Pavement Marker EA 15.00 $1.10 $16.50 10.00 21 Pavement Marker Retroreflective EA 13.00 5.50 71.50 8.97 (Type D) 22 Pavement Marker Retroreflective EA 2.00 5.50 11.00 9.09 (Type G) 24 Remove Roadside Sign (Metal Post) EA 1.00 55.00 55.00 20.00 25 Install Roadside Sign (One Post) EA 5.00 425.00 2,125.00 83.33 33 Thermoplastic Pavement Marking SF 30.00 11,00 330.00 50.00 (Type IV Arrow) 36 Paint Traffic Stripe (2-Coat) (Detail 39) LF 260.00 0.70 182.00 9.63 39 Paint Traffic Stripe (2-Coat) (Detail 29) LF 10.00 1.10 11.00 25.00 42 Paint Pavement Marking SF 2.00 11.00 22.00 33.33 (Retroreflective) -Bike Loop Symbol (2-Coat) 43 Remove Painted Traffic Stripe LF 608.00 1.75 1,064.00 12.90 TOTAL INCREASE: $ 3,888.00 Decreased Items., Item Total No. Description Unit Quantity Unit Price Amount 23 Remove Roadside Sign EA 6.00 $30.00 $180.00 75.00 26 Install Roadside Sign Panel EA 2.00 275.00 550.00 50.00 29 Thermoplastic Traffic Stripe LF 10.00 2.10 21.00 1.67 Contractor We,the above signed contractor, have given careful consideration to the change proposed and hereby agree,if _=Auditor 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 RF/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 AUBERRY ROAD/COPPER AVENUE CHANGE ORDER NO. 04 TRAFFIC SIGNAL INSTALLATION NOVEMBER 17, 2022 FEDERAL PROJECT NUMBER: HSIPL-5942(241) PAGE 2 OF 4 CONTRACT NO. 19-08-C (Detail 22) 30 Thermoplastic Traffic Stripe LF 250.00 2.10 525.00 50.00 (Detail 38) 31 Thermoplastic Pavement Marking — SF 13.00 11.00 143.00 15.85 Limit Line 38 Paint Traffic Stripe (2-Coat) (Detail LF 80.00 0.70 56.00 6.67 22) 41 Paint Pavement Marking SF 10.00 11.00 110.00 23.81 (Retroreflective) — Bike Symbol with Bike Arrow (2-Coat) 44 Remove Painted Traffic Marking SF 53.00 5.50 291.50 29.78 TOTAL DECREASE: $1,876.50 Eliminated Items: Item Total No. Description Unit Quantity Unit Price Amount °� 6 State Water Resources Control $ 1.00 $1,800.00 $1,800.00 100.00 Board Notice of Intent 32 Thermoplastic Pavement Marking SF 70.00 11.00 770.00 100.00 (Chevron) TOTAL DECREASE: $2,570.00 This change did not impact the critical path for the project, therefore, granting additional contract time was not warranted. TOTAL COST PART I: A $558.50 DECREASE TOTAL TIME EXTENSION PART I: ZERO (0) -WORKING DAYS PART II: RELOCATE TRANSFORMER PAD— EXTRA WORK This change was requested by the engineer. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, relocate the newly constructed transformer pad 10 feet to the north from its original location as shown on the attached drawing (previously provided). This work also includes extending the 3-inch and 4-inch conduits to the new pad. Also, replace the No. 2 pull box with a traffic rated concrete pull box. Perform all work according to the applicable sections of Special Provisions and Standard Specifications. Compensation for this work will be made at force account on time and materials basis, as per Section 9-1.03, "Payment Scope," of the Special Contractor we,the above signed contractor, have given careful consideration to the change proposed and hereby agree,if _ Auditor 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 AUBERRY ROAD/COPPER AVENUE CHANGE ORDER NO. 04 TRAFFIC SIGNAL INSTALLATION NOVEMBER 17, 2022 FEDERAL PROJECT NUMBER: HSIPL-5942(241) PAGE 3 OF 4 CONTRACT NO. 19-08-C Provisions. Payment for this work was calculated according to Section 9-1.04, "Force Account," of the Standard Specifications, resulted in $13,422.73. This extra work was performed during the contract suspension, therefore, granting additional contract time was not warranted. TOTAL COST PART II: A $13,422.73 INCREASE TOTAL TIME EXTENSION PART II: ZERO (0) -WORKING DAYS PART III - GRANT A TIME EXTENSION This time extension was requested by the contractor. According to Section 8-1.07B, "Time Adjustments," of the Special Provisions, grant a 48-working days' time extension to the allotted contract time due to the additional time required to coordinate with the City of Fresno to perform their final inspections, to make the required corrections, and the schedule the final signal turn-on. TOTAL COST PART 111: $0.00 (NO COST) TOTAL TIME EXTENSION PART 111: 48—WORKING DAYS Contractor We,the above signed contractor, have given careful consideration to the change proposed and hereby agree, if Auditor 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 AUBERRY ROAD/COPPER AVENUE CHANGE ORDER NO. 04 TRAFFIC SIGNAL INSTALLATION NOVEMBER 17, 2022 FEDERAL PROJECT NUMBER: HSIPL-5942(241) PAGE 4 OF 4 CONTRACT NO. 19-08-C NET COST THIS CHANGE ORDER: A $12,864.23 INCREASE NET TIME EXTENSION THIS CHANGE ORDER: 48 -WORKING DAYS LARue Goossen(Nov 18,2022 08:03 PST) LaRue Goossen, Resident Engineer APPROVAL RECOMMENDED: AVISON CONTRUCTION, INC. ��-- Contractor Mandeep S. Sekhon, PE Construction Engineer lobed 4z NeAlmne By RobertJ.Newman(Nov 21,2022 11:34 PST) APPROVED BY: h } Digitally signed by Steve White Steve White I a Date:2022.11.28 16:28:25 Title Project Manager 08,00, Steven E. White, Director Nov 21 2022 Public Works and Planning Accepted Date: , Date.- Contractor We,the above signed contractor,have given careful consideration to the change proposed and hereby agree,If Auditor 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. 4 NOVEMBER 17, 2022 TO: STEVEN E. WHITE, DIRECTOR AUBERRY ROAD/COPPER AVENUE PUBLIC WORKS AND PLANNING TRAFFIC SIGNAL INSTALLATION FEDERAL PROJECT NUMBER: HSIPL-5942(241) CONTRACT NO. 19-08-C ATTN: MANDEEP S. SEHKON CONSTRUCTION ENGINEER V�1—.pa l FROM: LARue Goossen(Nov 18,202208:04 PST) LaRue Goossen, Resident Engineer STATUS OF FUNDS: Contract Items $ 786,169.00 Original Allotment $ 837,977.45 Dept. Furnished Materials $ 0.00 Supplemental Allotment $ 79,968.38 Previous CCO's $ 118,911.30 Total Allotment $ 917,945.83 This CCO #4 $ 12,864.23 Obligated Funds $ 917,944.53 Total Obligated Funds $ 917,944.53 Unobligated Balance $ 1.30 DIRECTOR'S LIMIT to sign change orders is: 51,808.45 PART I - DESCRIPTION: Increase/decrease/eliminated items at unit prices. WHY: The item quantities in the Bid Book are estimates only. This reflects the actual quantities used for construction. Bid Item No. 6 — State Water Resources Control Board Notice of Intent was eliminated in its entirety. This item was eliminated due to the fact that this project was changed to from the Storm Water Pollution Prevention Plan (SWPPP) to the Water Pollution Control Program (WPCP) requirements. There was no cost incurred by the contractor for this bid item. This item was eliminated in the entirety according to Section 9-1.06D "Eliminated Items," of the Standard Specifications. This bid item was eliminated resulting in a $1800.00 decrease. Bid Item No. 23 — Remove Roadside Sign decreased by 75 percent, reflects the actual used quantity in the field. The contractor did not request a pay adjustment for the quantity decreased more than 25 percent, as referenced in Section 9-1.06C "Decreases of More Than 25 percent," of the Standard Specifications. This bid item was decreased by 75 percent, resulting in a $180.00 decrease. Bid Item No. 25 — Install Roadside Sign - One Post increased by 83.33 percent, reflects the actual used quantity in the field. Payment for the increased quantity in excess of 125 percent of the estimated quantity resulted in an amount of$1,487.50. 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$2,125. LETTER OF TRANSMITTAL - C.C.O. NO. 4 NOVEMBER 17, 2022 Bid Item No. 26— Install Roadside Sign Panel decreased by 50 percent, reflects the actual used quantity in the field. The contractor did not request a pay adjustment for the quantity decreased more than 25 percent, as referenced in Section 9-1.06C "Decreases of More Than 25 percent," of the Standard Specifications. This bid item was decreased by 50 percent, resulting in a $ 550.00 decrease. Bid Item No. 30—Thermoplastic Stripe (Detail 38) decreased by 50 percent, reflects the actual used quantity in the field. The contractor did not request a pay adjustment for the quantity decreased more than 25 percent, as referenced in Section 9-1.06C "Decreases of More Than 25 percent," of the Standard Specifications. This bid item was decreased by 50 percent, resulting in a $525.00 decrease. Bid Item No. 32—Thermoplastic Marking Stripe —Chevron was eliminated in its entirety. This item was eliminated due to the revised striping plan by the County. The striping was revised to accommodate the turning radiuses for trucks using the intersection. There was no cost incurred by the contractor for this bid item. This item was eliminated according to Section 9-1.06D "Eliminated Items," of the Standard Specifications. This bid item was eliminated resulting in a $770.00 decrease. Bid Item No. 33—Thermoplastic Pavement Markings Type IV Arrow increased by 50 percent, reflects the actual used quantity in the field. Payment for the increased quantity in excess of 125 percent of the estimated quantity resulted in an amount of$165. 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$330. Bid Item No. 42— Paint Pavement Marking (Retroreflective) — Bike Loop Symbol (2-Coat) increased by 33 percent, reflects the actual used quantity in the field. Payment for the increased quantity in excess of 125 percent of the estimated quantity resulted in an amount of $5.50. 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$22. Bid Item No. 44— Remove Painted Traffic Marking decreased by 29.78 percent, reflects the actual used quantity in the field. The contractor did not request a pay adjustment for the quantity decreased more than 25 percent, as referenced in Section 9-1.06C "Decreases of More Than 25 percent," of the Standard Specifications. This bid item was decreased by 29.78 percent, resulting in a decrease of$291.50. All other changes in the bid item quantities are minor and within the normal deviations for this type of construction. HOW: Item quantities were increased, decreased, or eliminated at unit prices per Section 30-7.04, "Payment," of the Special Provisions and Section 9-1.06, "Changed Quantity Payment Adjustments," of the Standard Specifications, resulting in a decrease of$558.50. COST: A $558.50 Decrease LETTER OF TRANSMITTAL - C.C.O. NO. 4 NOVEMBER 17, 2022 PART II - DESCRIPTION: Relocate transformer pad —extra work. WHY: The PG&E required relocating the newly constructed transformer pad approximately 10 feet to the north (away from the travel lane) along with replacing the pull boxes with the traffic rated pull-boxes. This work was not included in the project; therefore, it was necessary to perform this work as extra work. HOW: The contractor was directed to perform this extra work at force account on time and materials basis, per Section 9-1.03, "Payment Scope," of the Special Provisions. The County staff kept track of labor, equipment, and materials used for this work and calculated compensation according to Section 9-1.04, "Force Account," of the Standard Specifications. The total compensation for this work resulted in $13,422.73. COST: A $13,422.73 Increase PART III - DESCRIPTION: Grant a time extension. WHY: Additional time is being granted due to the delays occurred in the process of coordinating with the City of Fresno to perform their final inspections, to make the required corrections, and the schedule the final signal turn-on. HOW: This time extension is being granted According to Section 8-1.07B, "Time Adjustments," of the Special Provisions. COST: $0.00 (No Cost) NET COST THIS CHANGE ORDER: A $12,864.23 INCREASE NET TIME EXTENSION THIS CHANGE ORDER: 48 -WORKING DAYS