HomeMy WebLinkAbout2214C CCO 02.pdf COUNTY OF FRESNO
CONSTRUCTION MANAGEMENT
CONTRACT CHANGE ORDER
GOLDEN STATE BOULEVARD PHASE I CHANGE ORDER NO. 02
AMERICAN AVENUE TO MISSION STREET FEBRUARY 10, 2023
CONTRACT NO. 22-14-C PAGE 1 OF 3
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 road closure
contract timeline only.
PART I: REVISE PROJECT PLANS IN KINGSBURG REGION
This change was requested by the engineer.
In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, replace Plan
Sheets 13, 34, 63, and 80 with the revised (attached) Plan Sheets 13A, 34A, 63A, and 80A for the Kingsburg
Region. These plan sheets are being revised to slightly shorten the left turn lane taper near sta. 25+00 in order
to accommodate an existing streetlight (to remain in place) in the median. The revisions shown on each sheet
are blocked out for clarification. The following bid items' quantities are being increased or decreased due to
these revisions:
Decreased Items:
Item Total
No. Description Unit Quantity Price Amount NO
23 Roadway Excavation (F) CY 19.00 $37.00 $703.00 0.08
25 Aggregate Base (Class 11) (F) CY 14.00 44.00 616.00 0.11
29 Hot Mix Asphalt (Type A) TON 13.00 103.00 1,339.00 0.02
60 Minor Concrete— Median Curb LF 29.00 18.00 522.00 0.32
69 Remove Concrete Curb LF 30.00 3.50 105.00 0.30
TOTAL DECREASE: $3,285.00
Increased Items:
Item Total
No. Description Unit Quantitv Price Amount j0/0
31 Stress Absorbing Membrane CY 7.00 $6.30 $44.10 0.00
Interlayer
38 Cold Plane Asphalt Concrete SY 7.00 2.20 15.40 0.00
Pavement
66 Minor Concrete— Stamped SY 27.00 75.00 2,025.00 8.44
Concrete
TOTAL INCREASE: $2,084.50
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
GOLDEN STATE BOULEVARD PHASE I CHANGE ORDER NO. 02
AMERICAN AVENUE TO MISSION STREET FEBRUARY 10, 2023
CONTRACT NO. 22-14-C PAGE 2 OF 3
TOTAL COST PART I: $1,200.50 DECREASE
TOTAL TIME EXTENSION PART I: ZERO (0) -WORKING DAYS
PART II: INCREASE QUANITY OF BID ITEM NO, 13
This change was requested by the contractor.
In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, increase Bid
Item No. 13, State Water Resources Control Board NOI Filing Fee quantity by $2,096 in order to compensate
the contractor for actual costs ($3,096) incurred for filing the NOI.
Increased Items:
Item Total
No. Description Unit Quantity Price Amount
13 State Water Resources Control EA 2,096.00 $1.00 $2,096.00 209.60
Board NOI Filing Fee
TOTAL INCREASE: $2,096.00
This change did not impact the critical path for the project, therefore, granting additional contract time was not
warranted.
TOTAL COST PART II: $2,096.00 INCREASE
TOTAL TIME EXTENSION PART II: ZERO (0) -WORKING DAYS
Contractor We,the above signed contractor, have given careful consideration to the change proposed and hereby agree, Ir
Auditor controller this proposal is approved,that we wilt 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 5upervisors
Const.Management therefore the prices shown above.
RE/Arc.h.
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
GOLDEN STATE BOULEVARD PHASE I CHANGE ORDER NO. 02
AMERICAN AVENUE TO MISSION STREET FEBRUARY 10, 2023
CONTRACT NO. 22-14-C PAGE 3 OF 3
NET COST THIS CHANGE ORDER: $895.50 INCREASE
NET TIME EXTENSION THIS CHANGE ORDER: ZERO (0) -WORKING DAYS
�11h&GI SWW
Richard Stockwell(Feb 10,2023 14:25 PST)
Richard Stockwell, Resident Engineer
APPROVAL RECOMMENDED:
YARBS GRADING AND PAVING, INC.
Contractor Mandeep S. Sekhon, PE
Construction Engineer
n Yalnk
By Troy Yarbrough(Feb 15,2 312:39 PST) APPROVED BY:
Steve
h } Digitally signed by Steve White
President Steve W 1 1 I`e Date:2023.02.16 16:39:32
Title -08'00'
Steven E. White, Director
Accepted Date:
Feb 15 2023 Public Works and Planning
�
Date:
c—b—tor we,the above signed contractor, have given careful consideration to the change proposed and hereby agree,if
_Auditor Controller this proposal is approved,that we will provide all equipment,furnish all materials,except as may otherwise be
_ Business Office noted above, and perform all services necessary for the work above specified,and will accept as full payment
_Board of Supervisors
_Const.Management therefore the prices shown above.
RE/Arch.
Design If the Contractor does not sign acceptance of this order,his attention is directed to the requirements of the
specifications as to proceeding with the ordered work and filing a written protest within the time therein
specified.
N
S-7 M'SW 09+99 I$MW WZFN 9-7 ALBS AS SW RXW
-- B
IS
64
--�-
� o
r-
o
I i I 8 feu w
Il >
i US 00
u
a �
U
I F-
I �Z�Z
JS 7LYd!'g i W o
� X
L"
o—m
0
zz
I e
7 �.W7 „
I
•rNws,awnratasaaw -nus-urtiwu . +.wnwrof f.af wssa�w�oo�afrxtw
MM W I
FS
91
11 o I q
�� � dR �a '�, lo► I I y �
f
e
RQQ
oao
h a o
Sag
leap
liapg4a
o kIN if Oall 1 411 I I�411
z el
Ell
FS
.Yd09Y.'WS OY+fB Ylb'�Y7 H.�igl �S 8
MWTMp
Y1I[II
� I t
; I A
a
2 o'
O S
ICj
�4 ry 4QZ K
OU
aF
z
on
. 2a IN
V a o
SAW
R �u
R14
Via
I nM ♦�♦ W � S
♦\�' gih
I r\y I
54 Y^v'
4fin _
ro7➢e 9➢S 09F6d U9➢A97 wa1YX 2-SS mw 975 OS+oS vis➢MI Houir
r., o
Z
a
• j 3 C
a aw
�
o z
igg
z7
W
�w
JS 7M
co
uj
01 Q
m
Ji
rn
.�
M1,, �L
� i
� g�ge I 'rl
pp �p~ �� yZi� • F
U +_
ONT
C)
➢A00r W 09.M5
zl _ � ., _ � its➢,m➢�,X2LNf �� � s
off
Xr Zrnw tZfK/r7A9/rOlol.l -MlifllY'W0�I, . ,«..Ar,Wm. .., ry
LETTER OF TRANSMITTAL - C.C.O. NO. 02 FEBRUAERY 10, 2023
TO: STEVEN E. WHITE, DIRECTOR GOLDEN STATE BOULEVARD PHASE I
PUBLIC WORKS AND AMERICAN AVENUE TO MISSION STREET
PLANNING CONTRACT NO. 22-14-C
ATTN: MANDEEP S. SEKHON
CONSTRUCTION ENGINEER
R/ h&ws4xO if lga
FROM: I dud smckkupI I(Fah 10 7O17 14 P
RICHARD STOCKWELL, Resident Engineer
STATUS OF FUNDS:
Contract Items $ 28,999,631.00 Original Allotment $ 30,449,612.55
Dept. Furn. Materials $ 0.00 Supplemental Allotment $ 0.00
Previous CCO's $ (2,520.00) Total Allotment $ 30,449,612.55
This CCO $ 895.50 Obligated Funds $ 28,998,006.50
Total Obligated Funds $ 28,998,006.50 Unobligated Balance $ 1,451,606.05
DIRECTOR'S LIMIT to sign change orders is: $ 210,000.00
CHAIRMAN OF BOARD'S LIMIT to sign change orders is: $ 1,449,981.55
PART I - DESCRIPTION:
Revise project plans for Kingsburg Region.
WHY:
An existing streetlight in the median at the Simpson and Lewis avenues intersection was in
conflict with the newly designed left turn pocket. In lieu of relocating the streetlight, the Engineer
of Record redesigned the bay-taper to clear this streetlight. Therefore, the affected Plan Sheets
13, 34, 63, and 80 are being replaced with the revised Plan Sheets 13A, 34A, 63A, and 80A for
the Kingsburg Region.
HOW:
The above referenced changes are being made in accordance with Section 4-1.05, "Changes and
Extra Work," of the Standard Specifications. These changes caused an increase or a decrease to
the quantities of Bid Items 23, 25, 29, 31, 38, 60, 66, and 69, resulted in a decrease of$1,200.50.
COST:
A $1,200.50 Decrease
PART II - DESCRIPTION:
Increase quantity of Bid Item No. 13.
LETTER OF TRANSMITTAL - C.C.O. NO. 02 FEBRUAERY 10, 2023
WHY:
The Bid Item No. 13, State Water Resources Control Board NOI Filing Fee had an estimated
quantity of 1,000 at unit price of$1 to compensate for filing the Notice of Intent (NOI). However,
the actual NOI filing fee was $3,096, paid by the contractor. Per the Project Specifications
Section 13, Water Pollution Control, the contractor will be reimbursed for the actual cost for filing
the NOI. Therefore, it was necessary to increase the quantity of Bid Item No. 13 by 2,096 in
order to compensate the contractor for the actual costs incurred.
HOW:
Increase quantity of Bid Item No. 13 by 2,096 in accordance with Section 4-1.05, "Changes and
Extra Work," of the Standard Specifications. This change resulted in an increase of$2,096.
COST:
A $2,096.00 Increase
NET COST THIS CHANGE ORDER: $895.50 INCREASE
NET TIME EXTENSION THIS CHANGE ORDER: ZERO (0) -WORKING DAYS