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