Loading...
HomeMy WebLinkAbout2214C CCO 6 - Revised.pdf COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER GOLDEN STATE BOULEVARD PHASE I CHANGE ORDER NO. 06 AMERICAN AVENUE TO MISSION STREET APRIL 3, 2023 CONTRACT NO. 22-14-C PAGE 1 OF 4 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 timeline. PART I: REVISE PROJECT PLANS IN FOWLER 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 105, 106, and 139E with the attached Revised Sheets 105A, 106A, and 139C in order to revise the location of the advance traffic sensor loops and to correct the roadside signs at the Clovis Avenue intersection, in the Fowler Region. The revisions shown on each sheet are blocked out for clarification. The following bid items are being increased or decreased due to these revisions: Decreased Items: Item Total Total No. Description Unit Quantity Price Amount o� ° 73 Remove Roadside Sign EA 2.00 $100.00 $200.00 3.70 3.70 74 Relocate Roadside Sign EA 1.00 $170.00 $170.00 2.27 2.27 TOTAL DECREASE: $370.00 Increased Items: Item Total Total No. Description Unit Quantity Price Amount t°� NO 75 Roadside Sign EA 3.00 $370.00 $1,1100,00 3.16 3.16 $1,110.00 TOTAL INCREASE: $1,100.00 Mandeep S. Sl Sekhongned by Mandeep $1,110.00 Sekhon D0te002025.05.2108:14:36 These changes did not impact the critical path for the project, therefore, granting additional contract time was not warranted. Digitally signed by Steve $740.00 INCREASE Steve White o tee2025.05.21 TOTAL COST PART I: A $730.nn INCREASE 12:46:18-07'00' TOTAL TIME EXTENSION PART I: ZERO (0) -WORKING DAYS PART II: COMPENSATE FOR THE ADDITIONAL COST FOR THE REVISED CITY OF KINGSBURG FIRE HYDRANTS—EXTRA WORK This compensation adjustment was requested by the contractor. 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. 06 AMERICAN AVENUE TO MISSION STREET APRIL 3, 2023 CONTRACT NO. 22-14-C PAGE 2 OF 4 In accordance with Section 4-1.05, "Changes and Extra Work" of the Standard Specifications, compensate the contractor for the cost difference in the materials and added labor for relocating and replacing the two fire hydrants with the upgraded fire hydrants within the City of Kingsburg limits per their Standard W-8. The compensation adjustment will be as an agreed lumpsum price of$17,853.41 (this compensation is in addition to the compensation to be made in Bid Item No. 16, Relocate Fire Hydrants) according to Section 9-1.03, "Payment Scope" of the Special Provisions. This additional compensation includes all additional materials, labor, equipment, traffic control, profits and markups, and incidentals, no additional compensation will be made thereafter. This compensation adjustment amount of$17,853.41 will be paid through Bid Item No. 3, Supplemental Work, with no net increase to the contract. This change did not impact the critical path for the project, therefore, granting additional contract time was not warranted. TOTAL COST PART IL $0.00 (PAID IN BID ITEM NO. 3) TOTAL TIME EXTENSION PART II: ZERO (0) -WORKING DAYS PART III: REMOVE AND DISPOSE ABANDONED RAILROAD TRACKS AT STA. 58+00—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 and dispose the abandoned railroad tracks encountered under the northbound shoulder area near Sta. 58+00. Perform all work according to the applicable sections of Standard Specifications and/or 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 $870.39, this amount will be paid through Bid Item No. 3, Supplemental Work with no increase to the contract. This change did not impact the critical path for the project, therefore, granting additional contract time was not warranted. TOTAL COST PART III: $0.00 (PAID IN BID ITEM NO. 3) TOTAL TIME EXTENSION PART III: ZERO (0) -WORKING DAYS PART IV: COMPENSATE FOR THE ADDITIONAL POTHOLING TO LOCATE UTILITIES NOT SHOWN ON PLANS FOR STORM DRAIN INSTALLATION—EXTRA WORK This compensation adjustment was requested by the contractor. Adjust compensation for the additional potholing performed by the contractor for the underground utilities in accordance with Section 4-1,05, "Changes and Extra Work" of the Standard Specifications. Additional potholing was performed due to several underground utilities were not shown on the plans which were in conflict with the new proposed storm drain between sta. 59+10 and sta. 64+40. This 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. 06 AMERICAN AVENUE TO MISSION STREET APRIL 3, 2023 CONTRACT NO. 22-14-C PAGE 3 OF 4 compensation adjustment 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 $8,189.50, this amount will be paid through Bid Item No. 3, Supplemental Work with no net increase to the contract. This change did not impact the critical path for the project, therefore, granting additional contract time was not warranted. TOTAL COST PART IV: $0.00 (PAID IN BID ITEM NO. 3) TOTAL TIME EXTENSION PART IV: ZERO (0) -WORKING DAYS PART V: ELIMINATE IMPROVEMENTS AT THE MOUNTAIN VIEW AVENUE INTERSECTION This change was requested by the contractor. In accordance with Section 4-1,05, "Changes and Extra Work" of the Standard Specifications, eliminate improvements at the Mountain View Avenue Intersection in Kingsburg Region between the following stations: GSB-SB1 189+20.58-GSB-SB1/GSB-SB2 196+91.16 and GSB-NB1 189+20.58-GSB-NB1/GSB-NB2 196+91.01. This change was approved by the Engineer of Record through RFI No. 13. This change decreases the following items: Decreased Items: Item Total TOTAL No. Description Unit Quantity Price Amount °L0 NO 23 Roadway Excavation (F) CY 18.45 $37.00 $682.65 -0.08 -0.16 25 Aggregate Base (Class II) (F) CY 12.90 $44.00 $567.60 -0.11 -0.22 27 Crack and Seal SY 1,224.78 $1.70 $2,082.13 -7.29 -7.29 29 Hot Mix Asphalt(Type A) TON 838.50 $103.00 $86,365.50 -1.40 -1.42 31 Stress Absorbing Membrane SY 4,459.11 $6.30 $28,092.39 -2.05 -2.05 Interlayer 38 Cold Plane Asphalt Concrete SY 5,259.00 $2.20 $11,569.80 -2.13 -2.13 Pavement 161 Hot Mix Asphalt(Type A) '/2" TON 120.33 $105.00 $12,634.65 -0.32 -0.32 TOTAL DECREASE: $141,994.72 These changes did not impact the critical path for the project,therefore, granting additional contract time was not warranted. TOTAL COST PART V: A $141,994.72 DECREASE TOTAL TIME EXTENSION PART V: ZERO (0)-WORKING DAYS 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 riling a written protest within the time therein specified. COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER Mander� S. Digitally signed by ep Mandeep S.Sekhon Sekhon Date 2025.05.21 GOLDEN STATE BOULEVARD PHASE I 08:15:02-07'00' CHANGE ORDER NO. 06 AMERICAN AVENUE TO MISSION STREET APRIL 3, 2023 CONTRACT NO, 22-14-C PAGE 4 OF 4 $141,254.72 DECREASE NET COST THIS CHANGE ORDER: $14 1,264 72 DECREASE NET TIME EXTENSION THIS CHANGE ORDER: ZERO (0) -WORKING DAYS 21'6h Yr(&06kWeU Richard Stockwell(Apr 3,2023 14:53 PDT) Richard Stockwell, Resident Engineer APPROVAL RECOMMENDED: z 144 ' YARBS GRADING AND PAVING, INC. Contractor Mandeep S. Sekhon, PE Construction Engineer By Troy Yarbrough(Apr 10,2 3 12:39 PDT) APPROVED BY: Digitally signed by Steve White Title President Steve White ate:2023.04.1213:58:57 Steven E. White, Director Accepted Date: Apr 10, 2023 Public Works and Planning 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. _Oeslgn 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 riling a written protest within the time therein specified. i � n N r r Mer--rr �Q —--aff-55f w-----------�--- -r• of n• w�• R GOLDEN STA1E BLVD Vo-W,w " A 3 ----�r=---- rr CITY OF FOWLER GOLDEN STATE BLVD SOW 1'.40' II N 2 q R r, ----- ----- --------------- -sesur ----------- .---------------- R GOLDEN STAJE BCVB ,> --------- -------------------- -- ------ _ ----------- _. 1 y * - / � 'CTONT A1[AODfN Ifff' � _I A 9 so MM u ww • r� art RECORD DRAWING P.M. „ -AlPROJECT-PHASE I UEPAR7DfENTOFPUBLICIVORKSANOPLANNING r.� ruc! M uaonl obav art 60LDEN STATE CORRIDOR•ECONOMIC DEVELOPMENT SIGNING AND STRIPING AND INFRASTRUCTURE IMPROVEMENTS am TD10YW. ,!l TMOM�f tVAMYb[N?iIA Mr! ��ra � 41TfrAfTMm (OML!lEGOIr OMYYOIq fLt! 9EETf41lSA TOTN Rr—r �e .c7Otm • 'Soo A0 (,lY rr a � r r � � � � '• w r r. t. LA Nepal 'r , --------- — -- --rr '�---" .. a ---u— --- —" ---- � K 1 ———GOLDEN STATE aLro � " ti +M� � P 96 —,�•-- --------- R• , re it�•. u' K 4 0� / 7 R«7 a 7L u 1 7 J 4 O O RS* • Ral CITY OF FOWLER GOLDEN STATE BLVD SC1IC 1•-b. RI-1 • 0 K g 'ryes,LW - $ GOLDEN STATE BLVD ,r --- O O as Ra t RECORD DRAWING t PROJECT-PHASE? UEPARIMENTOFPUBLICIVORaANDPLINNING .o.0 usmnoovn art \I r GOLDEN STATECORRIDOR-ECONOMIC DEVELOPMENT SIGNING AND STRIPING aea®mraaeo. wuerxox�, yy�y,n O1u[[n arc AND INFRASTRUCTURE IMPROVEMENTS aamvRrmm rows ama, oawvro na u acaren you rota u, PROPOSED STEADY DEMAND SEOUENCE rutrAO.axl tuusla �-"two Pplw _�pA --"- 02 05 faYollcfaluuurwlnlrtytvncarnuusw.cwlswx+ \.\r' 16T IOGICN R04. Jrwo J.0 OI + 05 .2�— a lGTITTNunru19 swu-swum um I . PIINILwKf wow + 2 1 1� Ime E' 60t2tYSISIt RYC Sxffl.a".47w1 u ..au YowY 2 C 1 7 `1". F� GMVNSTStt RYJ S AUI.u1LAIWI St AW{ —meµ N .! t0•:V10FY SWEM$It I,T.HJLMTV' R °Ywtwu .r4rf f H 4t01NRAR kYJ M(D•1ULiUP1 It wH•l x.1r1 2 \lt TO-.- ran.4arwsulcm Mw.a.Itlttrs u °J"1 s"w 1 � ! I 1l rpnnwlctAMm.w suw.nsafla•1 v PRnPoGFn PNacF fMSR.4! \ N aH9wW wW rnxrnwl a.n.. 04FT3GENL`Y VEt/lf-LE PREEMPTION (Do tm to ,,-�•4 \s�\ MMl wwlf r r f r II EVC w 06 t 01 Iawla,� \s\ VENW TERMWAL COMPARTMENT is EVD a 06 : . .-".__ ' I/ (0 \,� wn:vauae.eucrosrorunwwow.n.vaowxf 1 8.0 p 4 6 _ _��.`.. ... :S.--..._.a ... D�AID E2 u -WYPI'm K wta AT AT CONTROLLER CA — DETAIL Al -Rt"w.._ DIM ra c. Cnl ML � - - � �• �D 1 � , - _. - ._ `'_1J_ :/ro f�' (MI6 l�� -i�(�k� ���)) � •D(1) 1.1 LX 2 2._ < - 9 12 rnu wlw a, 0olc) 2+t ------------------- L .00 '•JfCil I t1 ,.!5.1:I .I •t .,pr_ -- '� .-� Ulu r' "-' � L ,2S' ro —+r4w W. �"✓ rYl tK i ((.) (t)m IS n xOm InI Uw .J� - Y.- u.0 E)tl l Ga GF7,W urt tet Yn Ullu t.rla ra• ua ta• •- as taa —_.. ._..._.__....__'_-...-_. -STAT _ _. -..._ .._... wclwa Nate wsTwt,`we w11wL, e zc -"-�� �- -GOiDEN E BLVD. - OTYOFFRFSIDTRUM SOMAIOSIREETUGNrS SLPERYISOR DATE �. rr RECORDORAWING iIIQ►� s PROJECT DL•PIRTAIENTOF PURLlC II'ORKSAND PLANNING _ i GOLDEN STATE EfLVD AT JUG HANDLE TO GOLDEN STATE CORRIDOR-ECONOMIC DEVELOPMENT —Z AND INFRASTRUCTURE IMPROVEMENTS CLOVIS AVE TRAFFIC SIGNAL MODIFICATION vP[?.ni5e+0 Entrain wx -a-wd+ rvn2l..uaa. a.ac*no. I». rmx