HomeMy WebLinkAboutD-21-278 2015C CCO 08 - Revised.pdf COUNTY OF FRESNO
CONSTRUCTION MANAGEMENT
CONTRACT CHANGE ORDER
JAMES BYPASS BRIDGE REPLACEMENTS ON MANNING AVENUE CHANGE ORDER NO. 08
3 MILES EAST OF COLORADO AVENUE NOVEMBER 3, 2022
FEDERAL AID NUMBER: BRLS-5942(233) PAGE 1 OF 4
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), ONE (1) -WORKING DAY will be added to the road closure contract
timeline only.
PART I: ADJUST REINFORCING STEEL CLEARANCES DUE TO BEARING SEAT ELEVATION
REVISIONS AND REVISE BACK WALL REINFORCING STEEL TO CLEAR EXISTING
STRUCTURE—EXTRA WORK
This compensation adjustment was requested by the contractor.
In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, adjust the
bearing seat rebar to clear the revised bearing seat elevations and supply revised back wall reinforcing steel to
clear the existing structure as extra work. Perform all work according to the applicable sections of the project
Special Provisions and/or Standard Specifications. Payment for this work will be made as extra work at Force
Account according to Section 9-1.03, "Payment Scope," of the Special Provisions; total compensation for this
work resulted in $2,599.30.
A total of one working day time extension will be granted to the road closure timeline only (no impact to the
overall critical path of the project) for performing this extra work in accordance with Section 8-1.07B, "Time
Adjustment," of the project Special Provisions.
TOTAL COST PART I: A $2,599.30 INCREASE
TOTAL TIME EXTENSION PART I: ONE (1) -WORKING DAY(ROAD CLOSURE ONLY)
PART If: ADJUST CONTRACT CHANGE ORDER NO. 5
This change was proposed by the engineer.
Contract Change Order No. 5 was written with an estimated hot mix asphalt(HMA) quantity of 215 tons at
agreed unit price of$220, for replacing the existing damaged asphalt concrete surfacing as extra work.
However, this work required additional 25 tons of HMA, total HMA quantity of 240 tons. Compensation of the
additional 25 tons of HMA quantity is being made at previously agreed unit price of$220 (in Contract Change
Order No. 5), in accordance with Section 9-1.03, "Payment Scope," of the Special Provisions; resulting in an
increase of$5,500.
This change did not further impact the critical path of the project(two working days were previously granted in
Contract Change Order No.5), so granting of additional 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. 08
3 MILES EAST OF COLORADO AVENUE NOVEMBER 3, 2022
FEDERAL AID NUMBER: BRLS-5942(233) PAGE 2 OF 4
CONTRACT NO. 20-15-C
TOTAL COST PART II: A $5,500 INCREASE
TOTAL TIME EXTENSION PART II: ZERO (0) -WORKING DAYS
PART III: REMOVE SECTIONS OF THE 4-INCH HMA DIKE AND REPLACE WITH 2-INCH HMA DIKE—
EXTRA WORK
This change was requested by the engineer.
In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, remove
approximately 25 lineal feet of the newly constructed 4-inch HMA dike in front of the terminal end treatment of
the metal beam guard railing (at four locations, a total of approximately 100 lineal feet of dike) and replace with
a 2-inch HMA dike as extra work. Perform all work according to the applicable sections of the project Special
Provisions and/or Standard Specifications. Payment for this work will be made as extra work at an agreed lump
sum price of$11,289.40, 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.
This work did not impact the critical path for the project, so granting additional contract time was not warranted.
TOTAL COST PART III: A $11,289.40 INCREASE
TOTAL TIME EXTENSION PART III: ZERO (0) -WORKING DAYS
PART IV: 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.
Increased Items:
Item Total
No. Description Unit Quantity Price Amount
1 Supplemental Work(Payment $ 7,942.29 $1.00 $7,942.29 79.42
Adjustment for Price Index
Fluctuations)
25 Temporary Sign EA 16.00 300.00 4,800.00 30.77
26 Temporary Railing (Type K) LF 10.00 25.00 250.00 00.95
27 Temporary Barricade (Type III) EA 18.00 150.00 2,700.00 180.00
32 Embankment CY 7.90 100.00 790.00 1.98
35 Cold Plane HMA SY 94.00 15.00 1,410.00 10.33
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. 08
3 MILES EAST OF COLORADO AVENUE NOVEMBER 3, 2022
FEDERAL AID NUMBER: BRLS-5942(233) PAGE 3 OF 4
CONTRACT NO. 20-15-C
36 Hot Mix Asphalt(Type A) TON 172.47 100.00 17,247.00 9.13
39 Place HMA Dike (Type F) LF 18.00 5.00 90.00 2.99
61 Joint Seal (Type A) LF 4.25 150.00 637.50 425.-091 6.44
TOTAL INCREASE: $ 35, 54.29, $35,866.79
Decreased Items:
Item Total
No. Description Unit Quanti Price Amount
12 Temporary Construction Entrance EA 2.00 $5,000.00 $10,000.00 50.00
19 Monitoring Bird Exclusion Devices EA 10.00 500.00 5,000.00 41.67
Week
24 Temporary Traffic Stripe (Tape) LF 21.00 2.00 42.00 0.41
28 Temporary Crash Cushion Module EA 18.00 350.00 6,300.00 32.14
29 Remove Metal Beam Guard Railing LF 1.00 25.00 25.00 0.39
34 Remove Asphalt Concrete Dike LF 70.00 2.00 140.00 2.94
37 Tack Coat TON 0.64 600.00 384.00 32.00
38 Place HMA Dike (Type A) LF 75.00 6.00 450.00 4.24
40 Flume Downdrain (With RSP) LF 5.50 145.00 797.50 3.77
49 4" Paint Traffic Stripe (2-Coat) LF 200.00 1.00 200.00 5.48
Yellow(Detail 27B)
50 4" Paint Traffic Stripe (2-Coat) White LF 45.00 1.00 45.00 2.54
(Detail 6)
52 Place Polyester Concrete Overlay SF 171.12 5.00 855.60 1.75
56 48" Cast-In-Drilled-Hole Piling LF 3.00 1,025.00 3,075.00 0.49
60 Joint Seal (MR=2") LF 19.00 175.00 3,325.00 5.62
TOTAL DECREASE: $30,639.10
Eliminated Items:
Item Total
No. Description Unit Quantity Unit Price Amount (0/0)
5 Water Quality Sampling and Analysis EA 20.00 $1,000.00 $20,000.00 100.00
Day
33 Rock Slope Protection (Class 2, CY 30.00 500.00 15,000.00 100.00
Method B) (Miscellaneous Areas)
44 Object Marker(Type P) EA 8.00 100.00 800.00 100.00
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. 08
3 MILES EAST OF COLORADO AVENUE NOVEMBER 3, 2022
FEDERAL AID NUMBER: BRLS-5942(233) PAGE 4 OF 4
CONTRACT NO. 20-15-C
Since you did not incur any costs associated with these items, no payment will be made for these bid items.
This work did not impact the critical path for the project, therefore, granting additional contract time was not
warranted.
TOTAL DECREASE: $35,800.00
TOTAL COST PART IV: A $30,784.81 DECRE S $30,572.31 Decrease
TOTAL TIME EXTENSION PART IV: ZERO (0) -WORKING DAYS
NET COST THIS CHANGE ORDER: A $11,396.11 DEGREAS $11,183.61 Decrease
NET TIME EXTENSION THIS CHANGE ORDER: ONE (1) -WORKING DAY(ROAD CLOSURE ONLY)
Bch d
Richard Stockwell(Nov 4,2022 07:47 PDT)
Richard Stockwell, Resident Engineer
APPROVAL RECOMMENDED:
VIKING CONSTRUCTION COMPANY, INC_
Contractor Mandeep S. Sekhon, PE
Construction Engineer
7��r/v CCey�
By Troy Ciemons(Nov 4,2.02214:31PDT) APPROVED BY:
Digitally signed by Steve White
Vice President Steve White Date:2022.11.1608:39:29
Title -08'00'
Steven E. White, Director
Nov q 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 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.