Loading...
HomeMy WebLinkAbout2102C CCO 05.pdf COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER LINCOLN AVENUE COLD PAVEMENT RECYCLING CHANGE ORDER NO. 5 LINCOLN AVENUE FROM SR 145 TO FIG AVENUE NOVEMBER 16, 2022 FEDERAL PROJECT NUMBER: CMLSTBG-5942(300) PAGE 1 OF 4 CONTRACT NO. 21-02-C TO: YARBS GRADING AND PAVING, 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 contract time. PART I: INCREASE/DECREASE/ELIMINATE ITEMS AT UNIT PRICES: 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 2 State Water Resources Control $ 536.00 $1.00 $536.00 53.60 Board Notice of Intent 16 Milling (Cold Central Plant Recycling) SQYD 2,125.16 $2.00 $4,250.32 1.88 38 Thermoplastic Traffic Stripe Extruded LF 1,729.00 $0.60 $1,037.40 63.92 (Detail 18) 41 Thermoplastic Traffic Stripe Extruded LF 150.00 $0.55 $82.50 75.00 (Detail 27C) 42 Thermoplastic Pavement Marking SQFT 227.00 $4.00 $908.00 42.59 44 Cold Plane Asphalt Concrete SQYD 10,404.11 $2.50 $26,010.28 10.60 Pavement 49 Hot Mix Asphalt (Type A 3/4" Grading) Ton 1040A8 $73.00 $75,933.14 5.50 53 Paving Fabric SQYD 11,161.07 $2.70 $30,134.89 14.41 55 Thermoplastic Traffic Stripe Extruded LF 8.00 $0.60 $4.80 0.11 (Detail 18) 56 Thermoplastic Pavement Marking SQFT 10.00 $5.00 $50.00 4.39 TOTAL INCREASE: $ 138,947.33 Decreased Items: Item Total No. Description Unit Quantit Price Amount °l N 1 Supplemental Work (Payment $ 62,321.55 $1.00 $62.321 55 1322 Adjustment for Price Index Fluctuations) 17 Processing RAP (Cold Central Ton 8,082.00 $26.50 $214,173.00 18.47 Plant Recycling) 18 Cement(Cold Central Plant Ton 103.60 $220.00 $22,792.00 21.49 Recycling) Contractor We,the above signed contractor, have considered the change proposed and hereby agree, if this proposal is Auditor approved,that we will provide all equipment,furnish all materials,except as may otherwise be noted above, Business Office and perform all services necessary for the work above specified,and will accept as full payment therefore the Board of Supervisors Const.Management 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 LINCOLN AVENUE COLD PAVEMENT RECYCLING CHANGE ORDER NO. 5 LINCOLN AVENUE FROM SR 145 TO FIG AVENUE NOVEMBER 16, 2022 FEDERAL PROJECT NUMBER: CMLSTBG-5942(300) PAGE 2 OF 4 CONTRACT NO. 21-02-C 19 Asphalt Binder(CCPR -Foamed Ton 276.46 $750.00 $207,345.00 22.96 Asphalt) 20 Place Mat (Cold Central Plant Ton 4,620.38 $17.00 $78,546.46 10.56 Recycling) 21 Imported Aggregate Ton 3,697.07 $25.00 $92,426.75 37.12 22 Asphaltic Emulsion (Cold Central Ton 75.17 $800.00 $60,136.00 48.81 Plant Recycling) 23 Sand Cover (Cold Central Plant Ton 216.54 $24.00 $5,196.96 46.37 Recycling) 24 Hot Mix Asphalt (Type A 3Y4" Ton 669.43 $73.00 $48,868.39 2.85 Grading) 25 Minor Hot Mix Asphalt Ton 146.31 $85.00 $12,436.35 30.17 26 Place Hot Mix Asphalt SQYD 261.94 $16.00 $4,191.04 9.58 (Miscellaneous Areas) 27 Tack Coat Ton 54.46 $800.00 $43,568.00 73.59 28 Cold Plane Asphalt Concrete SQYD 4,860.86 $4.00 $19,443.44 61.30 Pavement 30 Survey Monument (Type D) EA 2.00 $1,000.00 $2,000.00 10.00 34 Delineator (Class 1) (Type F) EA 20.00 $55.00 $1,100.00 40.00 37 Thermoplastic Traffic Stripe LF 110.00 $0.30 $33.00 0.28 Extruded (Detail 5) 40 Thermoplastic Traffic Stripe LF 235.00 $0.55 $129.25 0.28 Extruded (Detail 27B) 45 Replace Asphalt Concrete CY 107.60 $330.00 $35,508.00 74.21 Pavement 50 Minor Hot Mix Asphalt Ton 298.81 $85.00 $25,398.85 78.43 51 Place Hot Mix Asphalt SQYD 1293.11 $16.00 $207689.76 60.14 (Miscellaneous Areas) 52 Tack Coat Ton 26.11 $800.00 $20,888.00 84.23 54 Thermoplastic Traffic Stripe LF 382.00 $0.30 $114.60 1.43 Extruded (Detail 5) TOTAL DECREASE: $ 977,306.40 Eliminated Items: Item Total No. Description Unit Quantity Price Amount 11 Remove Roadside Sign EA 4.00 $70.00 $280.00 100 29 Metal Marker Post EA 4.00 $100.00 $400.00 100 31 Relocate Mailbox EA 8.00 $500.00 $4,000.00 100 32 Remove Pavement Marker EA 4.00 $10.00 $40.00 100 33 Delineator (Class 1) (Type E) EA 20.00 $55.00 $1,100.00 100 Contractor We,the above signed contractor, have considered the change proposed and hereby agree, if this proposal is Auditor approved,that we will provide all equipment,furnish all materials,except as may otherwise be noted above, _Business Office and perform all services necessary for the work above specified,and will accept as full payment therefore the _Board of Supervisors _Const.Management prices shown above. _RE/Arch. _Design If the Contractor does riot 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 LINCOLN AVENUE COLD PAVEMENT RECYCLING CHANGE ORDER NO. 5 LINCOLN AVENUE FROM SR 145 TO FIG AVENUE NOVEMBER 16, 2022 FEDERAL PROJECT NUMBER: CMLSTBG-5942(300) PAGE 3 OF 4 CONTRACT NO. 21-02-C 35 Pavement Marker EA 4.00 $50.00 $200.00 100 39 Thermoplastic Traffic Stripe Extruded LF 63.00 $0.60 $37.80 100 (Detail 19) TOTAL DECREASE: $6,057.80 TOTAL COST PART I: A $844,416.87 DECREASE TOTAL TIME EXTENSION PART I: ZERO (0) -WORKING DAYS PART II: COMPENSATE THE CONTRACTOR FOR THE CALIFORNIA STATEWIDE CRUDE OIL PRICE INDEX FLUCTUATION This compensation adjustment was requested by the contractor. Compensate the contractor per the methods established in the Standard Specifications and Special Provisions Section 9-1.07 for fluctuations greater than or less than five percent in the California statewide crude oil index for the month the material was placed, when compared to the index published for the month of the bid opening. The California Statewide Crude Oil Price Index for the bid opening month, August 2021, was 403.9. The index was 622 in April 2022, 596.7 in May 2022 and 621.5 in June which applies to the Pay Estimate Nos. 5 through 7 for the quantity of asphalt in the hot mix asphalt (HMA) and paving asphalt used for the pavement interlayer. The asphalt content in the 3/4-inch HMA from Vulcan-Ashlan plant was 4.56 percent. The percent was reduced to 3.80 percent to account for the 15 percent reclaimed asphalt pavement (RAP). The adjustment applies to 3,782.49 tons of%-inch HMA placed in May. The asphalt content in the %-inch HMA (a different mix design) from Vulcan-Ashlan plant was 4.40 percent. The percent was reduced to 3.07 percent to account for the 25 percent reclaimed asphalt pavement (RAP). The adjustment applies to 42.79 tons of 3/4-inch HMA placed in April, 11,564.22 tons of%-inch HMA placed in May, 20,626.04 tons of 3/4-inch HMA placed in June 2022, and 37.24 tons of 3/4-inch HMA placed in July 2022. Also, paving asphalt (PG-64-16) was utilized on the project. A total of 202.90 tons of asphalt was used on the project in April 2022, 516.86 tons used in May 2022 and 228.47 tons used in June 2022. Also, asphaltic emulsion (SS-1 h) was utilized on the project where the minimum percent asphalt residue for the emulsion placed as tack was 50 percent. A total of 11.25 tons of tack coat was used on the project in April 2022, 60.06 tons used in May 2022, and 30.87 tons used in June 2022. The total adjustment compensation for price index fluctuation is being made as agreed price in accordance with Section 9-1.03, "Payment Scope" of the Special Provisions, resulting in an increase of $406,560.85. This amount will be paid through Bid Item No. 1, Supplemental Work (Payment Adjustments for Price Index Fluctuations) with no net increase to the contract. This change did not impact the critical path for the project, so additional contract time was not warranted. Contractor We,the above signed contractor, have considered the change proposed and hereby agree,if this proposal is Auditor approved,that we will provide all equipment,furnish all materials,except as may otherwise ue noted above, ttusiness office and perform all services necessary for the work above specified,and will accept as full payment therefore the Board of supervisors _Const.Management prices shown above. REJArch, _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 LINCOLN AVENUE COLD PAVEMENT RECYCLING CHANGE ORDER NO. 5 LINCOLN AVENUE FROM SR 145 TO FIG AVENUE NOVEMBER 16, 2022 FEDERAL PROJECT NUMBER: CMLSTBG-5942(300) PAGE 4 OF 4 CONTRACT NO. 21-02-C TOTAL COST PART II: $0.00 (PAID IN BID ITEM NO. 1) TOTAL TIME EXTENSION PART II: ZERO (0) -WORKING DAYS NET COST THIS CHANGE ORDER: $844,416.87 DEREASE NET TIME EXTENSION THIS CHANGE ORDER: ZERO (0) -WORKING DAYS ROBERT HENDRICKSON, Resident Engineer APPROVAL RECOMMENDED: Yarbs Grading and Paving, Inc. Contractor T`0o 6�0l�lGIh MANDEEP S. SEKHON, PE By: Troyy`ifbrough(Nov 21 2td214:49PST; Construction Engineer APPROVED BY: Title: President Digitally signed by Steve White Steve White Date:2022.11.28 16:28:58 -08,00, STEVEN E. WHITE, Director Accepted Date: Nov 21, 2022 Public Works and Planning Date: Contractor We,the above signed contractor, have considered the change proposed and hereby agree, if this proposal is AUditor approved,that we will provide all equipment,rurnish all materials,except as may otherwise be noted above, Business Office and perform all services necessary for the work above specified,and will accept as full payment therefore the Board of supervisors prices shown above. _const.Managernent _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. 05 NOVEMBER 16, 2022 TO: STEVEN E. WHITE LINCOLN AVE. COLD PAVEMENT RECYCLING DIRECTOR PUBLIC LINCOLN AVE. FROM SR 145 TO FIG AVENUE WORKS AND PLANNING FEDERAL PROJECT NO: CMLSTBG-5942(300) CONTRACT NO. 21-02-C ATTN: MANDEEP S. SEKHON CONSTRUCTION ENGINEER iPe6ont-yS�oatar� FROM: ROBERT HENDRICKSON, RESIDENT ENGINEER STATUS OF FUNDS: Contract Items $ 9,273,640.00 Original Allotment $ 9,483,640.00 Dept. Furnished Materials $ 0.00 Supplemental Allotment $ 346,418.00 Previous CCO's $ 443,168.58 Total Allotment $ 9,830,058.00 This CCO $ (844,416.87) Obligated Funds $ 8,872,391.71 Total Obligated Funds $ 8,872,391.71 Unobligated Balance $ 957,666.29 DIRECTOR'S LIMIT to sign change orders is: $ 210,000 PART I — DESCRIPTION: Increase/decrease/eliminate 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. 2 - State Water Resources Control Board Notice of Intent increased by 53.60 percent, reflecting the actual fee paid to the State Water Resources Control Board. This bid item is not subject to the requirements of the Section 9-1.06, "Changed Quantity Pay Adjustments," of the Standard Specifications. Therefore, this bid item was increased to pay the actual fee required the State Water Resources Control Board, resulting in an increase of$536. Bid Item No. 11 - Remove Roadside Sign was eliminated in its entirety according to 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. This bid item is being eliminated in its entirety at the full bid price, resulting in a decrease of$280. Bid Item No. 21 - Imported Aggregate decreased by 37.12 percent, reflecting the actual quantity placed. 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$92,426.75. LETTER OF TRANSMITTAL - C.C.O. NO. 05 NOVEMBER 16, 2022 Bid Item No. 22 - Asphaltic Emulsion (Cold Central Plant Recycling) decreased by 48.81 percent, reflecting the actual quantity placed. This bid item is not subject to unit price adjustment for any increase or decrease in quantity per Section 30-7.04, "Payment," of the Special Provisions. Therefore, no adjustment to the unit price was made and the actual payable quantity was paid at unit price, resulting in a decrease of$60,136. Bid Item No. 23 - Sand Cover (Cold Central Plant Recycling) decreased by 46.67 percent, reflecting the actual quantity placed. This bid item is not subject to unit price adjustment for any increase or decrease in quantity per Section 30-7.04, "Payment," of the Special Provisions. Therefore, no adjustment to the unit price was made and the actual payable quantity was paid at unit price, resulting in a decrease of$5,196.96. Bid Item No. 25 - Minor Hot Mix Asphalt decreased by 30.17 percent, reflecting the actual quantity placed. 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$12,436.25. Bid Item No. 27 - Tack Coat decreased by 73.59 percent, reflecting the actual quantity placed. This bid item is not subject to unit price adjustment for any increase or decrease in quantity per Section 30-7.04, "Payment," of the Special Provisions. Therefore, no adjustment to the unit price was made and the actual payable quantity was paid at unit price, resulting in a decrease of$43,568. Bid Item No. 28 - Cold Plane Asphalt Concrete Pavement decreased by 61.30 percent, reflecting the actual quantity placed. This bid item is not subject to unit price adjustment for any increase or decrease in quantity per Section 30-7.04, "Payment," of the Special Provisions. Therefore, no adjustment to the unit price was made; and the actual payable quantity was paid at unit price, resulting in a decrease of$19,443.44. Bid Item No. 29 - Metal Marker Post was eliminated in its entirety according to 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. This bid item is being eliminated in its entirety at the full bid price, resulting in a decrease of $400. Bid Item No. 31 - Relocate Mailbox is eliminated in its entirety according to 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. This bid item is being eliminated in its entirety at the full bid price, resulting in a decrease of$4,000. Bid Item No. 32 - Remove Pavement Marker is eliminated in its entirety according to 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. This bid item is being eliminated in its entirety at the full bid price, resulting in a decrease of$40. Bid Item No. 33 - Delineator (Class 1) (Type E) was eliminated in its entirety according to 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. This bid item is being eliminated in its entirety at the full bid price, resulting in a decrease of$1,100. LETTER OF TRANSMITTAL - C.C.O. NO. 05 NOVEMBER 16, 2022 Bid Item No. 34 - Delineator (Class 1) (Type F) decreased by 40.00 percent reflecting the actual quantity placed. The contractor did not make a request for adjustment of the unit price, therefore, no adjustment to the unit price was made and the actual payable quantity was paid at unit price, resulting in a decrease of$1,100. Bid Item No. 35 - Pavement Marker is eliminated in its entirety according to 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. This bid item is being eliminated in its entirety at the full bid price, resulting in a decrease of$200. Bid Item No. 38 - Thermoplastic Traffic Stripe Extruded (Detail 18) increased by 63.92 percent, reflecting the actual quantity placed. Payment for the increased quantity in excess of 125 percent of the estimated quantity resulted in an amount of$631.65. 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$1,037.40. Bid Item No. 41 - Thermoplastic Traffic Stripe Extruded (Detail 27C) increased by 75.00 percent, reflecting the actual quantity placed. Payment for the increased quantity in excess of 125 percent of the estimated quantity resulted in an amount of$55. 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$82.50. Bid Item No. 42 - Thermoplastic Pavement Marking increased by 42.59 percent, reflecting the actual quantity placed. Payment for the increased quantity in excess of 125 percent of the estimated quantity resulted in an amount of$375. 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$908. Bid Item No. 45 - Replace Asphalt Concrete Pavement decreased by 74.21 percent reflecting the actual quantity placed. 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$35,508. Bid Item No. 50 - Minor Hot Mix Asphalt (Miscellaneous Areas) decreased by 78.43 percent reflecting the actual quantity placed. 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$25,398.85. Bid Item No. 51 - Place Hot Mix Asphalt (Miscellaneous Areas) decreased by 60.14 percent reflecting the actual quantity placed. 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 $20,689.76. Bid Item No. 52 - Tack Coat decreased by 84.23 percent, reflecting the actual quantity placed. This bid item is not subject to unit price adjustment for any increase or decrease in quantity per Section 30-7.04, "Payment," of the Special Provisions. Therefore, no adjustment to the unit price was made and the actual payable quantity was paid at unit price, resulting in a decrease of LETTER OF TRANSMITTAL - C.C.O. NO. 05 NOVEMBER 16, 2022 $20,888.00. All other changes in the 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. COST: A $844,416.87 Decrease PART II - DESCRIPTION: Compensate the contractor for the California Statewide Crude Oil Price Index Fluctuation. WHY: Compensate the contractor per the method established in the Standard Specifications and Special Provisions Section 9-1.07 for fluctuations greater than or less than five percent in the California statewide crude oil index for the month the material was placed, when compared to the index published for the month of the bid opening. The California Statewide Crude Oil Price Index for the bid opening month, August 2021, was 403.9. The index was 622 in April 2022, 596.7 in May 2022 and 621.5 in June 2022 which applies to the Pay Estimate Nos. 5, 6, and 7 for the quantity of asphalt in the hot mix asphalt (HMA), paving asphalt used for the pavement interlayer and SS-1 H Tack Coat. The total adjustment compensation for price index fluctuation is being made as agreed price in accordance with Section 9-1.03, "Payment Scope" of the Special Provisions, resulting in an increase of$406,560.85. This amount will be paid through Bid Item No. 1, Supplemental Work (Payment Adjustments for Price Index Fluctuations) with no net cost increase to the contract. HOW: Utilized formula established in Section 9-1.07 of the Standard Specifications and Special Provisions. COST: $0.00 (Paid in Bid Item No. 1) NET COST THIS CHANGE ORDER: $844,416.87 DECREASE NET TIME EXTENSION THIS CHANGE ORDER: ZERO (0) —WORKING DAYS