Loading...
HomeMy WebLinkAbout2307M CCO 04.pdf COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER ROAD MAINTENANCE AND REHABILITATION CHANGE ORDER NO. 4 ACCOUNT (SB-1) ASPHALT CONCRETE OVERLAYS AUGUST 30, 2024 VARIOUS LOCATIONS IN FRESNO COUNTY PAGE 1 OF 9 CONTRACT NO. 23-07-M 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: This adjustment 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 (0/6) Total 13 Remove Asphalt Concrete LF 4,743.00 $7.00 $33,201.00 1,185.75 1,185.75 Dike 14 Cold Plane Asphalt SY 26,967.07 5.00 134,835.35 139.08 139.08 Concrete Pavement 16 Minor Hot Mix Asphalt TON 545.56 150.00 81,834.00 386.92 386.92 17 Tack Coat TON 95.26 600.00 57,156.00 101.34 101.34 20 Place Hot Mix Asphalt Dike LF 3,205.00 4.00 12,820.00 69.98 69.98 (Type A & Type D) Case-R 22 Inductive Loop Detector EA 14.00 1,200.00 16,800.00 116.67 116.67 (Type A & Type D) 23 Shoulder Backing CY 7,301.68 11.00 80,318.48 30.30 30.30 26 Pavement Marker EA 20.00 8.00 160.00 4.00 4.00 (Retroreflective) (Type D) 27 Pavement Marker EA 17.00 8.00 136.00 85.00 85.00 (Retroreflective) (Type G) 28 Thermoplastic Traffic Stripe LF 11,054.00 0.80 8,843.20 14.64 14.64 Extruded (Detail 5) 29 Thermoplastic Traffic Stripe LF 2,994.00 1.60 4,790.40 15.47 15.47 Extruded (Detail 18) 31 Thermoplastic Traffic Stripe LF 2,316.00 1.80 4,168.80 67.15 67.15 Extruded (Detail 22) - 32 Thermoplastic Traffic Stripe LF 3,879.00 1.00 3,879.00 3.37 3.37 Extruded (Detail 27B) 36 Thermoplastic Traffic Stripe LF 311.00 1.80 559.80 41.25 41.25 Extruded (Detail 38) 40 Thermoplastic Pavement SF 605.00 7.00 4,235.00 69.54 69.54 Marking (Limit Line) Contractor We,the above signed contractor, have considered the change proposed and hereby agree,if this proposal is _Auditor Controller 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 ROAD MAINTENANCE AND REHABILITATION CHANGE ORDER NO. 4 ACCOUNT (SB-1)ASPHALT CONCRETE OVERLAYS AUGUST 30, 2024 VARIOUS LOCATIONS IN FRESNO COUNTY PAGE 2 OF 9 CONTRACT NO. 23-07-M 41 Thermoplastic Pavement SF 178.00 7.00 1,246.00 28.03 28.03 Marking (White Cross Walk) 43 Thermoplastic Pavement SF 447.00 8.00 3,576.00 67.12 67.12 Marking (Stop Ahead) 47 Thermoplastic Pavement SF 279.00 8.00 2,232.00 38.75 38.75 Marking (Type IV Arrow) 56 Remove Asphalt Concrete CY 210.90 500.00 105,450.00 468.67 468.67 Pavement 58 Cold Plane Asphalt SY 1,344.52 10.00 13,445.20 605.64 605.64 Concrete Pavement 60 Minor Hot Mix Asphalt TON 36.72 150.00 5,508.00 141.23 141.23 62 Place Hot Mix Asphalt Dike LF 280.00 5.00 1,400.00 28.57 28.57 (Type E) Case- R 63 Adjust Valve Box Frame EA 11.00 1,000.00 11,000.00 157.14 157.14 and Cover to Grade 76 Hot Mix Asphalt (Type A'/" TON 83.66 110.00 9,202.60 22.73 22.73 Grading) PG 64-28 79 Geosynthetic Pavement SQYD 111.70 3.80 424.46 4.66 4.66 Interlayer (Paving Mat) 81 Place Hot Mix Asphalt Dike LF 5.00 5.00 25.00 2.78 2.78 (Type E) Case- R 83 Adjust Survey Monuments EA 2.00 800.00 1,600.00 100.00 100.00 to Grade (Type D) 93 Cold Plane Asphalt SY 210.66 10.00 2,106.60 376.18 376.18 Concrete Pavement 94 Hot Mix Asphalt (Type'/4' TON 16.13 110.00 1,774.30 4.56 4.56 Grading) PG 64-28 102 Paint Stop Bar and Limit SQFT 15.00 65.00 975.00 41.67 41.67 Line (2-Coat) 107 Hot Mix Asphalt (Type A'/" TON 34.82 110.00 3,830.20 4.65 4.65 Grading) 110 Cold Plane Asphalt SY 364.00 10.00 3,640.00 112.69 112.69 Concrete Pavement TOTAL INCREASE: $611,172.39 Decreased Items: Item Total Total No. Description Unit Quantity Price Amount 2 Supplemental Work $ 53,015.39 $1.00 $53,015.39 (26.52) (70.60) (Payment Adjustment for Price Contractor We,the above signed contractor, have considered the change proposed and hereby agree, if this proposal is _Auditor Controller 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 ROAD MAINTENANCE AND REHABILITATION CHANGE ORDER NO. 4 ACCOUNT (SB-1) ASPHALT CONCRETE OVERLAYS AUGUST 30, 2024 VARIOUS LOCATIONS IN FRESNO COUNTY PAGE 3 OF 9 CONTRACT NO. 23-07-M Index Fluctuations) 4 Construction Project Funding EA 3.00 1,000 3,000.00 (37.50) (37.50) Signs 6 Portable Changeable Message EA 2.00 1,500 3,000.00 (50.00) (50.00) Sign 10 Remove Thermoplastic Traffic LF 76,022.20 0.55 41,812.21 (32.45) (32.45) Stripe 11 Remove Thermoplastic SF 3,088.00 4.00 12,352.00 (91.80) (91.80) Pavement Marking 12 Replace Asphalt Concrete CY 823.92 300.00 247,176.00 (30.52) (30.52) Pavement 15 Hot Mix Asphalt(Type A'/" TON 2,538.65 92.00 233,555.80 (2.58) (2.58) Grading) 18 Geosynthetic Pavement SQYD 1,823.65 2.10 3,829.67 (1.29) (1.29) Interlayer (Paving Mat) 19 Asphalt Binder (Geosynthetic TON 57.73 1.00 57.73 (36.08) (36.08) Pavement Interlayer) 21 Survey Monuments (Type D) EA 14.00 800.00 11,200.00 (24.14) (24.14) 25 Paint Dike 2-Coat SF 471.00 1.20 565.20 (10.28) (10.28) 30 Thermoplastic Traffic Stripe LF 3,254.00 1.80 5,857.20 (41.42) (41.42) Extruded (Detail 21) 33 Thermoplastic Traffic Stripe LF 1,073.00 3.60 3,862.80 (84.82) (84.82) Extruded (Detail 29) 34 Thermoplastic Traffic Stripe LF 328.00 3.60 1,180.80 (12.67) (12.67) Extruded (Detail 31) 35 Thermoplastic Traffic Stripe LF 5,391.00 1.80 9,703.80 (73.98) (73.98) Extruded (Detail 34A) 37 Thermoplastic Traffic Stripe LF 685.00 1.80 1,233.00 (54.15) (54.15) Extruded (Detail 38A) 38 Paint Traffic Stripe (Detail 39) LF 8,928.00 1.00 8,928.00 (62.16) (62.16) 39 Paint Traffic Stripe (Detail 39A) LF 885.00 1.00 885.00 (36.88) (36.88) 42 Thermoplastic Pavement SF 96.00 8.00 768.00 (25.53) (25.53) Marking (Railroad Crossing) 44 Thermoplastic Pavement SF 31.00 8.00 248.00 (31.96) (31.96) Marking (Stop) 46 Paint Pavement Marking (Bike SF 28.00 25.00 700.00 (14.43) (14.43) Lane with Arrow) 49 Miscellaneous Area SY 1,105.74 5.00 5,528.70 (23.50) (23.50) Contractor We,the above signed contractor, have considered the change proposed and hereby agree, if this proposal is _Auditor Controller 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 ROAD MAINTENANCE AND REHABILITATION CHANGE ORDER NO. 4 ACCOUNT (SB-1)ASPHALT CONCRETE OVERLAYS AUGUST 30, 2024 VARIOUS LOCATIONS IN FRESNO COUNTY PAGE 4 OF 9 CONTRACT NO. 23-07-M 51 Supplemental Work (Payment $ 25,117.95 1.00 25,117.95 (81.71) (81.71) Adjustment for Price Index Fluctuations) 59 Hot Mix Asphalt (Type A 3/" TON 456.92 110.00 50,261.20 (8.18) (8.18) Grading) PG 64-28 61 Tack Coat TON 3.70 600.00 2,220.00 (52.86) (52.86) 65 Shoulder Backing CY 1,236.71 10.00 12,367.10 (80.67) (80.67) 70 Supplemental Work (Payment $ 1,414.58 1.00 1,414.58 (69.89) (69.89) Adjustment for Price Index Fluctuations) 75 Replace Asphalt Concrete CY 73.67 230.00 16,944.10 (60.39) (60.39) Pavement 80 Asphalt Binder (Geosynthetic TON 1.00 1.00 1.00 (33.33) (33.33) Pavement Interlayer) 82 Adjust Valve Box Frame and EA 1.00 1,000.00 1,000.00 (25.00) (25.00) Cover to Grade 86 Cold Plane Asphalt Concrete SY 22.23 10.00 222.30 (74.10) (74.10) Pavement 88 Supplemental Work (Payment $ 1,472.26 1.00 1,472.26 (75.62) (75.62) Adjustment for Price Index Fluctuations) 95 Minor Hot Mix Asphalt TON 17.00 150.00 2,550.00 (36.96) (36.96) 97 Place Hot Mix Asphalt Dike LF 200.00 5.00 1,000.00 (11.49) (11.49) (Type E) Case- R 104 Supplemental Work (Payment $ 4,164.63 1.00 4,164.63 (83.29) (83.29) Adjustment for Price Index Fluctuations) 106 Shoulder Backing CY 140.70 20.00 2,814.00 (69.65) (69.65) 109 Tack Coat TON 0.60 600.00 360.00 (60.00) (60.00) 120 Geosynthetic Pavement SY 146.67 3.10 454.68 (4.17) (4.17) Interlayer (Paving Mat) 121 Survey Monuments (Type D) EA 3.00 800.00 2,400.00 (75.00) (75.00) 122 Traffic Control (Per Road EA 1.00 1,500.00 1,500.00 (8.33) (8.33) Segment) 123 Job Site Management(Per EA 1.00 300.00 300.00 (8.33) (8.33) Road Segment) 124 Survey Monument (Type D) EA 31.00 800.00 24,800.00 (42.47) (42.47) 126 Mobilization (Per Road EA 1.00 500.00 500.00 (8.33) (8.33) Segment) TOTAL DECREASE: $800,323.10 Contractor We,the above signed contractor, have considered the change proposed and hereby agree, if this proposal is _Auditor Controller 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 ROAD MAINTENANCE AND REHABILITATION CHANGE ORDER NO. 4 ACCOUNT (SB-1) ASPHALT CONCRETE OVERLAYS AUGUST 30, 2024 VARIOUS LOCATIONS IN FRESNO COUNTY PAGE 5 OF 9 CONTRACT NO. 23-07-M Eliminated Items: Item Total Total No. Description Unit Quantity Price Amount (0/0) 01/0) 52 Supplemental Work $ 5,000.00 $1.00 $5,000.00 (100.00) (100.00) 64 Adjust Survey Monuments EA 4.00 800.00 3,200.00 (100.00) (100.00) to Grade (Type D) 67 Import Borrow CY 6.00 50.00 300.00 (100.00) (100.00) 68 Embankment CY 6.00 50.00 300.00 (100.00) (100.00) 71 Supplemental Work $ 5,000.00 1.00 5,000.00 (100.00) (100.00) 78 Tack Coat TON 1.00 600.00 600.00 (100.00) (100.00) 84 Shoulder Backing CY 93.00 20.00 1,860.00 (100.00) (100.00) 89 Supplemental Work $ 5,000.00 1.00 5,000.00 (100.00) (100.00) 96 Tack Coat TON 3.00 600.00 1,800.00 (100.00) (100.00) 98 Adjust Valve Box Frame EA 2.00 1,000.00 2,000.00 (100.00) (100.00) and Cover to Grade 103 Shoulder Backing CY 93.00 20.00 1,860.00 (100.00) (100.00) 108 Minor Hot Mix Asphalt TON 1.00 150.00 150.00 (100.00) (100.00) 111 Replace Curb Ramp (ADA EA 1.00 8,000.00 8,000.00 (100.00) (100.00) Ramp) 118 Place Miscellaneous Area SY 261.00 5.00 1,305.00 (100.00) (100.00) TOTAL DECREASE: $36,375.00 TOTAL COST PART I: A $225,526.71 DECREASE TOTAL TIME EXTENSION PART I: ZERO (0) -WORKING DAYS PART If: 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, July 2023 was 404.2. The index was 508.6 in October 2023, 433.2 in March 2024, 451.7 in April 2024, 477.7 in May 2024, and 450.2 in June 2024, which applies to the Pay Estimate Nos. 1 &4 through 7 for the quantity of asphalt in the hot mix asphalt (HMA) and paving asphalt used for the pavement interlayer and SS-1 H Tack Coat. The asphalt content in the 3/4-inch HMA mix from Vulcan-Ashlan plant was 4.40 percent. The percent Contractor We,the above signed contractor, have considered the change proposed and hereby agree, if this proposal is Auditor Controller 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 ROAD MAINTENANCE AND REHABILITATION CHANGE ORDER NO. 4 ACCOUNT (SB-1) ASPHALT CONCRETE OVERLAYS AUGUST 30, 2024 VARIOUS LOCATIONS IN FRESNO COUNTY PAGE 6 OF 9 CONTRACT NO. 23-07-M was reduced to 3.07 percent to account for the 25 percent reclaimed asphalt pavement (RAP). The adjustment applies to 1,879.95 tons of HMA placed in October 2023, 49,786.56 tons placed in April 2024, 30,317.75 tons placed in May 2024, and 559.05 tons placed in June 2024. The asphalt content in the 3/-inch HMA mix from Vulcan-Sanger plant was 4.76 percent. The percent was reduced to 3.35 percent to account for the 25 percent RAP. The adjustment applies to 4,325.53 tons of HMA placed in October 2023, 5,292.13 tons placed in March 2024, and 112.27 tons placed in June 2024. The asphalt content in the 3/4-inch HMA mix from Vulcan-Madera plant was 4.40 percent. The percent was reduced to 3.07 percent to account for the 25 percent RAP. The adjustment applies to 215.17 tons of HMA placed in March 2023, 7,367.92 tons placed in April 2024, and 6,802.28 tons placed in May 2024. The asphalt content in the 3/4-inch HMA from Vulcan-Ashlan plant (different mix design) was 4.31 percent. The percent was reduced to 3.48 percent to account for the 15 percent RAP. The adjustment applies to 5,954.05 tons of HMA placed in June 2024. The asphalt content in the 1/2-inch HMA mix from Vulcan-Ashlan plant was 4.80 percent. The percent was reduced to 3.47 percent to account for the 25 percent RAP. The adjustment applies to 94.83 tons of HMA placed in April 2024. The asphalt content in the 1/2-inch HMA mix from Vulcan-Sanger plant was 5.60 percent. The percent was reduced to 4.78 percent to account for the 15 percent RAP. The adjustment applies to 196.93 tons of HMA placed in April 2024, and 196.28 tons placed in June 2024. The asphalt content in the 3/8-inch HMA mix from Vulcan-Sanger plant was 6.40, with no RAP. The adjustment applies to 219.26 tons of HMA placed in June 2024. Also, paving asphalt (PG-64-16) was utilized on the project. A total of 69.09 tons of asphalt was used on the project in April 2024, 33.18 tons used in May 2024, and 4.24 tons used in June 2024. Also, asphaltic emulsion (SS-1 h) was utilized on the project where the minimum percent asphalt residue for the emulsion placed as tack was 57 percent. A total of 8.57 tons of tack coat was used on the project in October 2023, 14.48 tons used in March 2024, 107.78 tons used in April 2024, 58.57 tons used in May 2024, and 3.3 tons used in June 2024. 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 $154,526.19. A total of$146,984.61 will be paid through Bid Item No. 1, Supplemental Work(Payment Adjustments for Price Index Fluctuations), $5,622.05 will be paid through Bid Item No. 51, Supplemental Work (Payment Adjustments for Price Index Fluctuations), $609.42 will be paid through Bid Item No. 70, Supplemental Work(Payment Adjustments for Price Index Fluctuations), $474.74 will be paid through Bid Item No. 88, Supplemental Work (Payment Adjustments for Price Index Contractor We,the above signed contractor, have considered the change proposed and hereby agree, if this proposal is Auditor Controller 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 ROAD MAINTENANCE AND REHABILITATION CHANGE ORDER NO. 4 ACCOUNT (SB-1) ASPHALT CONCRETE OVERLAYS AUGUST 30, 2024 VARIOUS LOCATIONS IN FRESNO COUNTY PAGE 7 OF 9 CONTRACT NO. 23-07-M Fluctuations), and $835.37 will be paid through Bid Item No.104, 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. TOTAL COST PART II: $0.00 (PAID IN BID ITEM NOS. 1, 51, 70, 88 & 104) TOTAL TIME EXTENSION PART II: ZERO (0) -WORKING DAYS PART III: FURNISH AND DELIVER IMPORT BORROW MATERIAL—EXTRA WORK This extra work was requested by the engineer. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, furnish and deliver import borrow material for shoulder backing to Location No. 11A—CSA 35 "AS" Dogwood. The import borrow must comply with the requirements of Section 19-9, "Shoulder Backing," of the Special Provisions and Standard Specifications. Compensation for this work will be made at an agreed unit price of$34.95 per ton according to Section 9-1.03, "Payment Scope," of the Special Provisions. A total of 507.18 tons of the import borrow materials was delivered to the above referenced location. The total cost resulted in (507.18 tons x $34.95 per ton = $17,725.94) $17,725.94. This price includes compensation of all labor, materials, equipment, overhead costs, markups, profits, and incidentals for performing the work, no additional compensation will be made thereafter. This amount will be paid as extra work. This work did not impact the critical path for the project, therefore, granting additional contract time was not warranted. TOTAL COST PART III: $17,725.94 INCREASE TOTAL TIME EXTENSION PART III: ZERO (0) -WORKING DAYS PART IV: PLACE OVERLAY ON WILLOW AVENUE BETWEEN CLAY AVENUE AND OLIVE AVENUE— EXTRA WORK This extra work was requested by the engineer. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, furnish and place 0.30-foot HMA overlay on Willow Avenue between Clay Avenue and Olive Avenue as extra work. Perform all work according to Section 39, "Asphalt Concrete," of the Special Provisions. 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 $58,295.83. This amount will be paid as extra work. This work did not impact the critical path for the project, therefore, granting 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 Controller 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 ROAD MAINTENANCE AND REHABILITATION CHANGE ORDER NO. 4 ACCOUNT (SB-1) ASPHALT CONCRETE OVERLAYS AUGUST 30, 2024 VARIOUS LOCATIONS IN FRESNO COUNTY PAGE 8 OF 9 CONTRACT NO. 23-07-M TOTAL COST PART IV: $58,295.83 INCREASE TOTAL TIME EXTENSION PART IV: ZERO (0) -WORKING DAYS PART V: REPAIR SUBGRADE AND NEW OVERLAY ON LOCATION NO. 11A —EXTRA WORK This extra work was requested by the engineer. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, furnish labor, equipment and material to repair subgrade and new overlay, an approximately 12-feet by 20-feet area on Location No. 11A CSA "AS" Dogwood. This work entails saw cutting the existing pavement, removing the newly failed overlay (due to subgrade failure) and the underlying base material to approximately 1-foot below the surface and paving back with appropriate HMA lifts. Perform all work according to Section 39, "Asphalt Concrete," of the Special Provisions. 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 $19,962.76. This amount will be paid as extra work. This work did not impact the critical path for the project, therefore, granting additional contract time was not warranted. TOTAL COST PART V: $19,362.76 INCREASE TOTAL TIME EXTENSION PART V: ZERO (0) -WORKING DAYS Contractor We,the above signed contractor, have considered the change proposed and hereby agree, if this proposal is _Auditor Controller 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 ROAD MAINTENANCE AND REHABILITATION CHANGE ORDER NO. 4 ACCOUNT (SB-1) ASPHALT CONCRETE OVERLAYS AUGUST 30, 2024 VARIOUS LOCATIONS IN FRESNO COUNTY PAGE 9 OF 9 CONTRACT NO. 23-07-M NET COST THIS CHANGE ORDER: $130,141.18 DECREASE NET TIME EXTENSION THIS CHANGE ORDER: ZERO (0) -WORKING DAYS Robert Hendrickson, Resident Engineer APPROVAL RECOMMENDED: YARBS GRADING & PAVING, INC. Contractor Mandeep S. Sekhon, PE Tm Yx-bYowGt Construction Engineer By Troy Yar rough(Aug30,202 2:00PDT) APPROVED BY: Digitally signed by Steve President St}eve WhlteD tlee2024.09.03 Title 11:22:07-07'00' Steven E. White, Director Accepted Date: Aug 30, 2024 Public Works and Planning Date: Contractor We,the above signed contractor, have considered the change proposed and hereby agree, if this proposal is Auditor Controller 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.