HomeMy WebLinkAbout2020C CCO 08.pdf COUNTY OF FRESNO
CONSTRUCTION MANAGEMENT
CONTRACT CHANGE ORDER
AMERICAN AVE AND GOLDEN STATE BLVD CHANGE ORDER NO. 08
INTERSECTION IMPROVEMENTS FEBRUARY 27, 2022
CONTRACT NO. 20-20-C PAGE 1 OF 4
TO: AJ EXCAVATION, 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), THREE (3)-WORKING DAYS will be added to the contract time.
PART I: INCREASEIDECREASE ITEMS AT UNIT BID PRICES:
This change was proposed 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.
Increased Items:
Item Total
No. Description Unit Quantity Price Amount
21 Hydroseeding SF 7,279.00 $0.20 $1,455.80 29.12
13 Remove Roadside Sign and Post EA 2.00 110.00 220.00 8.70
41 Install Roadside Sign & Post EA 1.00 265.00 265.00 2.94
TOTAL INCREASE: $1940.80
Decreased Items:
Item Total
No. Description Unit Quantity Price Amount e0
2 Supplemental Work $ 4,212.72 $1.00 $4,212.72 6.02
57 Paint Pavement Markings (2-Coat) SF 246.00 2.75 676.50 64.74
(Retroreflective)
TOTAL DECREASE: $4,889.22
This change did not impact the critical path of the project schedule, therefore, granting additional time was not
warranted.
TOTAL COST PART I: A$2,948.42 DECREASE
TOTAL TIME EXTENSION PART I: ZERO (0) -WORKING DAYS
PART II: REPLACE TRAFFIC SIGNAL HEADS WITH PROGRAMABLE HEADS—EXTRA WORK
This change was requested by the engineer.
_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
AMERICAN AVE AND GOLDEN STATE BLVD CHANGE ORDER NO. 08
INTERSECTION IMPROVEMENTS FEBRUARY 27, 2022
CONTRACT NO. 20-20-C PAGE 2 OF 4
According to Section 4-1.05, "Changes and Extra Work," of the Standard Specifications,furnish a total of eight
(8) new programable traffic signal heads and replace a total of four(4) newly installed conventional traffic
signal heads facing the westbound traffic on American Avenue,just w/o the Golden State Boulevard. Hand
over the remaining four(4) new programable heads to the County. The new programmable traffic signal heads
shall conform to the requirements of the Plans, Standard Specifications and/or the Project Specifications.
Compensation for this work will be made as extra work at an agreed lump sum price of$49,440.33, 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 associated with this work; no additional
payment will be made.
This extra work was performed during the suspension of the contract, therefore, granting additional time was
not warranted.
TOTAL COST PART II: A $49,440.33 INCREASE
TOTAL TIME EXTENSION PART II: ZERO (0)-WORKING DAYS
PART III: COMPENSATE THE CONTRACTOR FOR FURNISHING, INSTALLING, AND
MAINTAINING WATER-FILLED BARRIERS TO CLOSE AMERICAN AVENUE—EXTRA
WORK
This extra work was requested by the engineer.
According to Section 4-1.05, "Changes and Extra Work,"of the Standard Specifications, compensate the
contractor for furnishing, installing, and maintaining the water-filled barriers to close American Avenue on both
sides of the Union Pacific Railroad tracks. These water-filled barriers were utilized for a prolonged time due to
the lead time of procuring the programable signal heads discussed in Part II of this contract change order.
Compensation for this work will be made at a force account according to Section 9-1.03, "Payment Scope," of
the Special Provisions. The total compensation resulted in $45,736.36, this amount will be paid through Bid
Item No. 2, Supplemental Work, with no additional cost the contract.
This extra work was performed during the suspension of the contract, therefore, granting additional time was
not warranted.
TOTAL COST PART III: $0.00 (PAID IN BID ITEM NO. 2)
TOTAL TIME EXTENSION PART III: ZERO (0)-WORKING DAYS
PART IV: CONSTRUCT A GRAVEL SERVICE PAD AT THE PG&E SERVICE POLE—EXTRA WORK
This change was requested by the engineer.
According to Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, construct a 3-feet
long, 3-feet wide, and 0.5-feet deep service pad using 1-inch crushed rock, in front of the PG&E service pole
for the Union Pacific Railroad signals at the northeast corner. Perform all work according to Section 19, "Earth
_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
AMERICAN AVE AND GOLDEN STATE BLVD CHANGE ORDER NO. 08
INTERSECTION IMPROVEMENTS FEBRUARY 27, 2022
CONTRACT NO. 20-20-C PAGE 3 OF 4
Work' of the Project Specifications and/or the Standard Specifications. Compensation for this work will be
made at a force account according to Section 9-1.03, "Payment Scope," of the Special Provisions. The total
compensation resulted in $902.37, this amount will be paid through Bid Item No. 2, Supplemental Work,with
no additional cost the contract.
This extra work was performed during the suspension of the contract, therefore, granting additional time was
not warranted.
TOTAL COST PART IV: $0.00(PAID IN BID ITEM NO. 2)
TOTAL TIME EXTENSION PART IV: ZERO(0) -WORKING DAYS
PART V: PERFORM ADDITIONAL CLEAN-UP DUE TO PROLONGED CLOSURE OF AMERICAN
AVENUE—EXTRA WORK
This extra work was requested by the engineer.
According to Section 4-1.05, "Changes and Extra Work,"of the Standard Specifications, perform additional
clean-up at the project site as extra work.This extra work consists of sweeping of the roadway, removing
debris and dirt deposits along the medians and in the drainage areas, and removing additional temporary traffic
control devices used for prolonged closure of American Avenue. Compensation for this work will be made at a
force account according to Section 9-1.03, "Payment Scope,"of the Special Provisions. The total
compensation resulted in $3,742.88, this amount will be paid through Bid Item No. 2, Supplemental Work,with
no additional cost the contract.
This extra work did not impact the critical path of the project; therefore, granting additional time was not
warranted.
TOTAL COST PART V: $0.00(PAID IN BID ITEM NO. 2)
TOTAL TIME EXTENSION PART V: ZERO (0)-WORKING DAYS
PART VI: REMOVE CONFLICTING PAVEMENT MARKINGS AND ROADSIDE SIGN—EXTRA WORK
This extra work was requested by the engineer.
According to Section 4-1.05, "Changes and Extra Work,"of the Standard Specifications, remove
conflicting "YIELD AHEAD" pavement marking and "YIELD" (W3-2)sign on Peach Avenue (South).
Perform all work according to the applicable sections of the Project Specifications and Standard
Specifications. Payment for the actual physical work will be made as extra work at force account and
payment for the mobilization will be paid as agreed lumpsum price of$2,200 according to Section 9-
1.03, "Payment Scope,"of the Special Provisions. The total compensation resulted in $2,425.04, this
amount will be paid through Bid Item No. 2, Supplemental Work, with no additional cost to the contract.
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,furnlsh 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
_Con St.
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 thereln
specified,
COUNTY OF FRESNO
CONSTRUCTION MANAGEMENT
CONTRACT CHANGE ORDER
AMERICAN AVE AND GOLDEN STATE BLVD CHANGE ORDER NO. 08
INTERSECTION IMPROVEMENTS FEBRUARY 27, 2022
CONTRACT NO. 20-20-C PAGE 4 OF 4
A three (3) days'time extension will be granted for scheduling, mobilizing, and performing this extra
work.
TOTAL COST PART VI: $0.00 (PAID IN BID ITEM NO. 2)
TOTAL TIME EXTENSION PART VI: THREE(3) -WORKING DAYS
NET COST THIS CHANGE ORDER: $46,491.91 INCREASE
NET TIME EXTENSION THIS CHANGE ORDER: THREE(3) -WORKING DAYS
Robert Hendrickson, Resident Engineer
APPROVAL RECOMMENDED:
AJ EXCAVATION, INC.
Contractor Mandeep S. Sekhon, PE
B
y AV ' Construction Engineer
APPROVED BY:
President Steve ` A vV,�I�e Digitally signed by Steve White
e V e
Title Date:2023.03.03 13:27:21
-0s'00'
Marl 2023 Steven E. White, Director
Accepted Date: 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,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.
LETTER OF TRANSMITTAL - C.C.O. NO. 08 February 27, 2023
TO: STEVEN E. WHITE, DIRECTOR AMERICAN AVE AND GOLDEN STATE BLVD
PUBLIC WORKS AND PLANNING INTERSECTION IMPROVEMENTS
CONTRACT NO. 20-20-C
ATTN: MANDEEP S. SEKHON
CONSTRUCTION ENGINEER
FROM:
ROBERT HENDRICKSON, Resident Engineer
STATUS OF FUNDS:
Contract Items $ 3,148,584.00 Original Allotment $ 3,318,513.20
Dept. Furnished Materials $ 93,900.46 Supplemental Allotment $ 247,307.50
Previous CCO's $ 202,393.65 Total Allotment $ 3,565,820.70
This CCO $ 46,491.91 Obligated Funds $ 3,397,469.56
Total Obligated Funds $ 3,397,469.56 Unobligated Balance $ 168,351.14
DIRECTOR'S LIMIT to sign change orders is: $ 169,929.20
PART I - DESCRIPTION:
Increase/decrease items at unit bid 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. 21 — Hydroseeding increased by 29.12 percent, reflecting the actual quantity
placed. Payment for the increased quantity more than 125 percent of the estimated quantity
resulted in an amount of$205.80. Since the payment for the quantity more than 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$1455.80.
Bid Item No. 57 — Paint Pavement Marking (2 Coat) - (Retroreflective) decreased by 64.74 percent,
reflecting the actual quantity placed. The contractor did not make a request for adjustment of the unit
price, no adjustment to the unit price was made as per Section 9-1.06, "Changed Quantity Payment
Adjustment," of the Standard Specifications; and the actual payable quantities were paid at the unit
price, resulting in a decrease of$765.60.
All other changes in the bid item quantities are minor and within the normal deviations for this
type of construction.
HOW:
Increased/decreased item quantities at unit prices according to Section 9-1.06, "Changed
Quantity Payment Adjustments," of the Standard Specifications; resulted in a $2,948.42
decrease.
LETTER OF TRANSMITTAL - C.C.O. NO. 08 February 27, 2023
COST:
A $2,948.42 Decrease
PART II - DESCRIPTION:
Replace traffic signal heads with programable heads —extra work.
WHY:
The original contract included the programable signal heads; however, the City of Fresno
(maintains County's traffic signals) rejected the submittals for the programable heads since it is
not one of their standard items. The submittals were approved with conventional signal heads
with louvers to obtain the required angle of visibility for the traffic signal heads facing the
westbound traffic on American Avenue,just w/o the Golden State Boulevard. Upon completion
of the traffic signals, it was determined by the Union Pacific Railroad's subcontractor, Rail Pros
that the signal heads with louvers were unable to block off the visibility of the signal from the
desired location. Rail Pros expressed safety concerns and did not approve the traffic signal,
thus, did not allow American Avenue to open at the railroad crossing. After exploring a couple of
other options, which were unsuccessful, County staff decided to replace the conventional signal
heads with programable signal heads as extra work. The contractor was directed to furnish a
total of eight (8) programable signal heads and replace four (4) conventional signal heads to
satisfy the Union Pacific Railroad's requirements. The remaining four (4) programable signal
heads will be kept as spare, to be used in the future as needed.
HOW:
The contractor was directed to perform the above referenced extra work according to Section 4-
1.05, "Changes and Extra Work," of the Standard Specifications. Compensation for this extra
work will be made at an agreed lump sum price of$49,440.33, according to Section 9-1.03,
"Payment Scope," of the Special Provisions, resulting in $49,440.33.
COST:
A $49,440.33 Increase
PART III - DESCRIPTION:
Compensate the contractor for furnishing, installing, and maintaining water-filled barriers to
close American Avenue —extra work.
WHY:
Due to the traffic signal issue included in Part II of this contract change order, American Avenue
was closed to the public traffic at the Union Pacific Railroad crossing for a prolonged time. The
contractor was directed to place and maintain the water-filled barriers in addition to the road
closures requirements included in the contract. Since this work was not included in the contract,
it was necessary to compensate the contractor for this work as extra work.
LETTER OF TRANSMITTAL - C.C.O. NO. 08 February 27, 2023
HOW:
The contractor was directed to perform the above referenced extra work according to Section 4-
1.05, "Changes and Extra Work," of the Standard Specifications. Compensation for this work will be
made at a force account according to Section 9-1.03, "Payment Scope," of the Special Provisions.
The contractor provided the rental invoices and labor hours for installing and maintaining the water-
filled barriers. Payment for this work was calculated according to Section 9-1.04, "Force Account," of
the Standard Specifications, resulting in an increase of$45,736.36. This amount will be paid through
Bid Item No. 2, Supplemental Work, with no additional cost to the contract.
COST:
$0.00 (Paid in Bid Item No. 2)
PART IV - DESCRIPTION:
Construct a gravel service pad at the PG&E service pole — extra work.
WHY:
PG&E required a 3-feet long, 3-feet wide, and 0.5-feet deep service pad using 1-inch crushed
rock, in front of the PG&E service pole for the Union Pacific Railroad signals at the northeast
corner. This work was not included in the contract; therefore, it was necessary to perform this
work as extra work.
HOW:
The contractor was directed to perform the above referenced extra work according to Section 4-
1.05, "Changes and Extra Work," of the Standard Specifications. Compensation for this work will be
made at a force account according to Section 9-1.03, "Payment Scope," of the Special Provisions.
County staff kept track of the labor and materials used for this work and calculated the
compensation according to Section 9-1.04, "Force Account," of the Standard Specifications,
resulting in an increase of$902.37. This amount will be paid through Bid Item No. 2, Supplemental
Work, with no additional cost to the contract.
COST:
$0.00 (Paid in Bid Item No. 2)
PART V - DESCRIPTION:
Perform additional clean-up due to prolonged closure of American Avenue — extra work.
WHY:
Due to American Avenue being closed for a prolonged period of time, the debris and dirt
deposits accumulated overtime. Therefore, it was necessary to perform additional clean-up
consisting of sweeping of the roadway, removing debris and dirt deposits along the medians
and in the drainage areas, and removing additional temporary traffic control devices used for the
prolonged closure of American Avenue on the project site as extra work.
LETTER OF TRANSMITTAL - C.C.O. NO. 08 February 27, 2023
HOW:
The contractor was directed to perform the above referenced extra work according to Section 4-
1.05, "Changes and Extra Work," of the Standard Specifications. Compensation for this work will be
made at force account according to Section 9-1.03, "Payment Scope," of the Special Provisions. The
County staff kept track of the labor and equipment used for this work and calculated the
compensation according to Section 9-1.04, "Force Account," of the Standard Specifications,
resulting in an increase of$3,742.88. This amount will be paid through Bid Item No. 2, Supplemental
Work, with no additional cost to the contract.
COST:
$0.00 (Paid in Bid Item No. 2)
PART VI - DESCRIPTION:
Remove conflicting pavement markings and roadside sign —extra work.
WHY:
With the new improvements, it was necessary to remove the conflicting "YIELD AHEAD"
pavement marking and "YIELD" (W3-2) sign on Peach Avenue (South) as extra work.
HOW:
The contractor was directed to perform the above referenced extra work according to Section
4-1.05, "Changes and Extra Work," of the Standard Specifications. Compensation for the
actual physical work will be made as extra work at force account and payment for the
mobilization will be paid as agreed lumpsum price of$2,200 according to Section 9-1.03,
"Payment Scope," of the Special Provisions. For the physical work, the County staff kept
track of the labor and equipment used for this work and calculated the compensation
according to Section 9-1.04, "Force Account," of the Standard Specifications, resulting in an
increase of$225.04. The total compensation resulted in $2,425.04. This amount will be paid
through Bid Item No. 2, Supplemental Work, with no additional cost the contract.
COST:
$0.00 (Paid in Bid Item No. 2)
NET COST THIS CHANGE ORDER: $46,491.91 INCREASE
NET TIME EXTENSION THIS CHANGE ORDER: THREE (3) -WORKING DAYS