HomeMy WebLinkAbout2324SW CCO 06.pdf COUNTY OF FRESNO
CONSTRUCTION MANAGEMENT
CONTRACT CHANGE ORDER
AMERICAN AVENUE DISPOSAL SITE CHANGE ORDER NO. 6
PHASE III - MODULES 9 & 10 DECEMBER 17, 2024
EXCAVATION AND LINER CONSTRUCTION PAGE 1 OF 4
18950 W AMERICAN AVENUE, KERMAN, CA 93630
CONTRACT NO. 23-24-SW
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), 10 -WORKING DAYS will be added to the contract time.
PART I: INSTALL TWO (2), 50 LINEAR FEET EACH, OF 12-INCH HIGH-DENSITY POLYETHYLENE
(HDPE) PIPES— EXTRA WORK
This change was requested by the engineer.
In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, furnish labor
and equipment to install a total of two, 50 linear feet of 12-inch HDPEs (owner provided) across the new
customer access road between the soil stockpile and Phase III area. Perform all work according to the
applicable sections of the Standard Specifications and Special Provisions, as directed by the engineer.
Compensation for this work will be made at an agreed lumpsum price of$4,246.48, in accordance with Section
9-1.03, "Payment Scope," of the Special Provisions. This agreed price includes compensation for all labor,
equipment, traffic control, incidentals, mark-ups, and profits for performing the above referenced work, no
additional compensation will be made thereafter. This amount will be paid through Bid Item No. 1,
Supplemental Work Allowance, with no net increase to the contract.
A total of two (2) working days will be granted for this work.
TOTAL COST PART 1: $0.00 (PAID IN BID ITEM NO. 1)
TOTAL TIME EXTENSION PART I: TWO (2) -WORKING DAYS
PART II: FURNISH AND PLACE AGGREGATE BASE (AB) MATERIAL— EXTRA WORK
This change was requested by the engineer.
In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, furnish and
place Class II AB materials, 10-inches of thickness over approximately 37,200 square feet area in the
customer access road between the soil stockpile and Phase III area. Perform all work according to Section 26,
"Aggregate Bases," of the Standard Specifications and Special Provisions, as directed by the engineer.
Compensation for this work will be made at an agreed lumpsum price of$108,114, in accordance with Section
9-1.03, "Payment Scope," of the Special Provisions. This agreed price includes compensation for all labor,
equipment, traffic control, incidentals, mark-ups, and profits for performing the above referenced work, no
additional compensation will be made thereafter. This amount will be paid through Bid Item No. 1,
Supplemental Work Allowance, with no net increase to the contract.
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
AMERICAN AVENUE DISPOSAL SITE CHANGE ORDER NO. 6
PHASE III - MODULES 9 & 10 DECEMBER 17, 2024
EXCAVATION AND LINER CONSTRUCTION PAGE 2 OF 4
18950 W AMERICAN AVENUE, KERMAN, CA 93630
CONTRACT NO. 23-24-SW
A total of three (3) working days will be granted for this work.
TOTAL COST PART II: $0.00 (PAID IN BID ITEM NO. 1)
TOTAL TIME EXTENSION PART II: THREE (3) -WORKING DAYS
PART III: PERFORM TRACK-WALKING ON THE MODULES 9 AND 10 SLOPES— EXTRA WORK
This change was requested by the engineer.
In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, furnish labor
and equipment to perform track-walking on the north, west, and east side slopes of Modules 9 and 10.
Perform all work according to Section 100.5, "Operations Layer," of the Special Provisions, as directed by the
engineer. Compensation for this work will be made at an agreed lumpsum price of$16,218, in accordance with
Section 9-1.03, "Payment Scope," of the Special Provisions. This agreed price includes compensation for all
labor, equipment, traffic control, incidentals, mark-ups, and profits for performing the above referenced work,
no additional compensation will be made thereafter. This amount will be paid through Bid Item No. 1,
Supplemental Work Allowance, with no net increase to the contract.
A total of five (5) working days will be granted for this work.
TOTAL COST PART III: $0.00 (PAID IN BID ITEM NO. 1)
TOTAL TIME EXTENSION PART III: FIVE (5) -WORKING DAYS
PART IV: INCREASE/DECREASE/ELIMINATE ITEMS AT UNIT BID PRICES
This change was proposed by the engineer.
Quantities in the Bid Book are estimates only. This part adjusts items to the actual quantities used.
Decreased Items:
Item Total TOTAL
No. Description Unit Quantity Price Amount °�
1 Supplemental Work Allowance $ 196,718.77 $1.00 $196,718.77 (56.21) (56.21)
10 Unsuitable Material SY 4,643.90 7.00 32,507.30 (11.57) 107.21
15 Perforated HDPE Pipe, 10" LF 2.00 138.00 276.00 (1.47) (1.47)
17 Non-Perforated HDPE Pipe, 10" LF 5.00 68.00 340.00 (0.50) (0.50)
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 prices shown above.
_Const.Management
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 AVENUE DISPOSAL SITE CHANGE ORDER NO. 6
PHASE III - MODULES 9 & 10 DECEMBER 17, 2024
EXCAVATION AND LINER CONSTRUCTION PAGE 3 OF 4
18950 W AMERICAN AVENUE, KERMAN, CA 93630
CONTRACT NO. 23-24-SW
TOTAL DECREASES: $229,842.07
Eliminated Items:
Item Total TOTAL
No. Description Unit Quantity Price Amount
2 Supplemental Work (Special $ 20,000.00 $1.00 $20,000.00 (100.00) (100.00)
Stockpiling)
3 Supplemental Work (Special $ 70,000.00 1.00 70,000.00 (100.00) (100.00)
Traffic Handling and
Operations)
TOTAL DECREASES: $90,000.00
TOTAL COST PART IV: $319,842.07 DECREASE
TOTAL TIME EXTENSION PART IV: 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
AMERICAN AVENUE DISPOSAL SITE CHANGE ORDER NO. 6
PHASE III - MODULES 9 & 10 DECEMBER 17, 2024
EXCAVATION AND LINER CONSTRUCTION PAGE 4 OF 4
18950 W AMERICAN AVENUE, KERMAN, CA 93630
CONTRACT NO. 23-24-SW
NET COST THIS CHANGE ORDER: $319,842.07 DECREASE
NET TIME EXTENSION THIS CHANGE ORDER: 10 -WORKING DAYS
Oleg Savelyev, Resident Engineer
APPROVAL RECOMMENDED:
�i /-/5 v
YARBS GRADING & PAVING, INC.
Contractor Mandeep S. Sekhon, PE
Construction Engineer
7Yoy �aVww—h
By Troy Yar rough(Dec17,202 5:19PST) APPROVED BY:
Digitally signed by
Bernard
President Bernard Jimenez
Jimenez 09:2Date2: 0-08'00'
2024.12.23
Title 09:22:30-08'00'
Steven E. White, Director
Accepted Date.
Dec 17 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 prices Shown above.
_Const.Management
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.