Loading...
HomeMy WebLinkAbout2427M CCO 01.pdf COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER LINCOLN AVENUE OVERLAY CHANGE ORDER NO. 01 FIG AVENUE TO CEDAR AVENUE OCTOBER 10, 2025 CONTRACT NO. 24-27-M PAGE 1 OF 5 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), 24 -WORKING DAYS will be added to the allotted contract time. PART I: INCREASE/ DECREASE / ELIMINATE ITEMS AT UNIT PRICES This payment adjustment was 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 TOTAL No. Description Unit Quantity Price Amount 9 Replace Asphalt Concrete CY 25.83 $240.00 $6,199.20 5.18 5.18 15 Minor Hot Mix Asphalt TON 0.08 220.00 17.60 0.13 0.13 16 Place Hot Mix Asphalt Dike (Type LF 39.00 60.00 2,340.00 30.00 30.00 E) 19 Cold Plane Asphalt Concrete SY 1,046.85 2.50 2,617.13 6.32 6.32 Pavement 24 Paint Dike 2-Coat (White) SF 36.00 10.00 360.00 27.69 27.69 26 Pavement Marker EA 102.00 6.00 612.00 48.11 48.11 (Retroreflective) (Type D) 27 Pavement Marker(White P-Dot) EA 52.00 6.00 312.00 28.89 28.89 29 Thermoplastic Traffic Stripe LF 475.00 1.00 475.00 9.39 9.39 Extruded (Detail 5) 30 Thermoplastic Traffic Stripe LF 916.00 2.00 1,832.00 38.01 38.01 Extruded (Detail 18) 32 Thermoplastic Traffic Stripe LF 1,096.00 3.00 3,288.00 43.25 43.25 Extruded (Detail 22) 34 Thermoplastic Pavement Marking SF 46.00 7.00 322.00 25.56 25.56 (Limit Line) 35 Thermoplastic Pavement Marking SF 1,725.00 7.00 12,075.00 206.83 206.83 (Yellow Cross Walk) 36 Thermoplastic Pavement Marking SF 75.00 7.00 525.00 70.75 70.75 (Stop Ahead) 38 Thermoplastic Pavement Marking SF 79.00 7.00 553.00 16.67 16.67 (School Xing Ahead) TOTAL INCREASE: $31,527.93 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 LINCOLN AVENUE OVERLAY CHANGE ORDER NO. 01 FIG AVENUE TO CEDAR AVENUE OCTOBER 10, 2025 CONTRACT NO. 24-27-M PAGE 2 OF 5 Decreased Items: Item Total TOTAL No. Description Unit Quantity Price Amount (°� (°� 2 Supplemental Work $ 28,203.70 $1.00 $28,203.70 (56.41) (56.41) 3 Supplemental Work (Road $ 73668.95 1.00 73,668.95 (92.09) (92.09) Preparation) 4 Construction Project Funding EA 1.00 1,900 1,900 (50.00) (50.00) Signs 12 Hot Mix Asphalt (Type A '/z" TON 1,578.61 97.00 153,125.17 (23.59) (23.59) Grading) 13 Geosynthetic Pavement SY 6,334.00 2.20 13,934.80 (17.99) (17.99) I nterlayer 14 Geosynthetic Binder TON 20.35 10.00 203.50 (50.88) (50.88) 17 Tack Coat TON 3.01 1,000.00 3,010.00 (37.63) (37.63) 21 Adjust Valve Box Frame and EA 11.00 1,000.00 11,000.00 (44.00) (44.00) Cover to Grade 22 Survey Monuments (Type D) EA 4.00 1,400.00 5,600.00 (50.00) (50.00) 23 Inductive Loops Detector Type EA 6.00 1,100.00 6,600.00 (33.33) (33.33) D & Type E 31 Thermoplastic Traffic Stripe LF 2454.00 3.00 7,362.00 (76.93) (76.93) Extruded (Detail 21) 37 Thermoplastic Pavement SF 63.00 7.00 441.00 (33.33) (33.33) Marking (Signal Ahead) TOTAL DECREASE: $305,049.12 Eliminated Items: Item Total TOTAL No. Description Unit Quantity Price Amount (0/6) 01/0) 1 Supplemental Work (Payment $ 50,000.00 $1.00 $50,000.00 (100.00) (100.00) Adjustment for Price Index Fluctuations) 33 Thermoplastic Traffic Stripe LF 400.00 1.50 600.00 (100.00) (100.00) Extruded (Detail 27B) 39 Thermoplastic Pavement SF 53.00 7.00 371.00 (100.00) (100.00) Marking (Type IV Arrow) 41 Removal of Thermoplastic LF 9,635.00 1.25 12,043.75 (100.00) (100.00) Traffic Stripe TOTAL DECREASE: $63,014.75 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 therefore the 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 LINCOLN AVENUE OVERLAY CHANGE ORDER NO. 01 FIG AVENUE TO CEDAR AVENUE OCTOBER 10, 2025 CONTRACT NO. 24-27-M PAGE 3 OF 5 This change did not impact the critical path for the project, therefore, granting additional contract time was not warranted. TOTAL COST PART 1: $336,535.94 DECREASE TOTAL TIME EXTENSION PART I: ZERO (0) -WORKING DAYS PART II: REMOVE EXISTING THERMOPLASTIC PAVEMENT MARKINGS— 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 the existing thermoplastic markings between State Highway 41 and Cedar Avenue. Perform all work in accordance with Section 84-9, "Existing Markings," of the Standard Specifications and/or Special Provisions, as directed by the engineer. 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 and Standard Specifications. Total compensation for this work resulted in a $5,837.55 increase. This amount will be paid through Bid Item No. 2, 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 II: $0.00 (PAID IN BID ITEM NO. 2) TOTAL TIME EXTENSION PART II: ZERO (0) -WORKING DAYS PART III: CLEAN AND FILL CRACKS —SUPPPLEMENTAL WORK This change was requested by the engineer. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, clean and fill wide cracks with hot mix asphalt material between Elm and Cedar Avenues. Perform all work according to Section 37-6, "Crack Treatments," of the Standard Specifications and/or Special Provisions, as directed by the engineer. Compensation for the hot mix materials (approximately 32 tons)will be made at the unit bid price through Bid Item No. 15, Minor Hot Mix Asphalt, and compensation for the labor and equipment will be made as extra work at force account, according to Section 9-1.03, "Payment Scope," of the Special Provisions and Standard Specifications. Compensation for hot mix material resulted in (32 tons x $220 tons) $7,040, this amount will be paid through Bid Item No. 15, Minor Hot Mix Asphalt; and compensation for the labor and equipment portion resulted in $6,331.05, this amount will be paid under Bid Item No. 3, Supplemental Work (Road Preparation), 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. 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 LINCOLN AVENUE OVERLAY CHANGE ORDER NO. 01 FIG AVENUE TO CEDAR AVENUE OCTOBER 10, 2025 CONTRACT NO. 24-27-M PAGE 4 OF 5 TOTAL COST PART III: $0.00 (PAID IN BID ITEM NOS. 3 AND 15) TOTAL TIME EXTENSION PART III: ZERO (0) -WORKING DAYS PART IV: REMOVE THERMOPLASTIC MARKINGS "SLOW SCHOOL XING"— 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 the thermoplastic markings "Slow School Xing" at Lotus and Lincoln Avenues intersection, on both, east and west bound lanes. Perform all work in accordance with Section 84-9, "Existing Markings," of the Standard Specifications and/or Special Provisions, as directed by the engineer. 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 and Standard Specifications. Total compensation for this work resulted in a $4,581.91 increase. This amount will be paid through Bid Item No. 2, 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. 2) TOTAL TIME EXTENSION PART IV: ZERO (0) -WORKING DAYS PART V: ADDITIONAL WORK RELATED TO TRAFFIC SENSOR LOOPS AT ELM AND LINCOLN AVENUES INTERSECTION - EXTRA WORK This change was requested by the engineer. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, install stub-outs, new DLC (detection loop cable), replace slot card, and splice the detector loop in the control cabinet for the Elm and Lincoln Avenues intersection traffic signal. Perform all work in accordance with Section 87, "Electrical Systems," of the Standard Specifications, as directed by the engineer. Payment for this work will be made at An agreed Iumpsum price of$11,376.84, according to Section 9-1.03, "Payment Scope," of the Special Provisions and Standard Specifications. This agreed price includes compensation for all materials, labor, equipment, tools, incidentals, markups, profits, and overhead costs, no additional compensation will be made thereafter. This amount will be paid through Bid Item No. 2, Supplemental Work, with no net increase to the contract. Twenty-four (24) working days will be added to the contract time for the above referenced extra work, in accordance with Section 8-1.07B, "Time Adjustments," of the Special Provisions. TOTAL COST PART V: $0.00 (PAID IN BID ITEM NO. 2) TOTAL TIME EXTENSION PART V: 24 -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 filing a written protest within the time therein specified. COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER LINCOLN AVENUE OVERLAY CHANGE ORDER NO. 01 FIG AVENUE TO CEDAR AVENUE OCTOBER 10, 2025 CONTRACT NO. 24-27-M PAGE 5 OF 5 NET COST THIS CHANGE ORDER: $336,635.94 DECREASE NET TIME EXTENSION THIS CHANGE ORDER: 24 -WORKING DAYS qy Jersephene Vang, Resident Engineer APPROVAL RECOMMENDED: Yarbs Grading and Paving, Inc. Contractor Mandeep S. Sekhon, PE Construction Engineer TYo y Yqi-bro ff Gh By Troy Yar rough(Oct15,202511: :2� APPROVED BY: Digitally signed by Steven Steven White White President V V l Date:2025.10.16 Title 12:19:25-07'00' Steven E. White, Director Oct 15,2025 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.