Loading...
HomeMy WebLinkAbout2205C CCO 05.pdf COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER DRY CREEK BRIDGE REPLACEMENT ON CHANGE ORDER NO. 5 BURROUGH VALLEY ROAD, BURROUGH VALLEY ROAD, MARCH 13, 2024 JUST EAST OF TOLLHOUSE ROAD PAGE 1 OF 4 FEDERAL PROJECT NUMBER: BRLS-5942(245) CONTRACT NO. 22-05-C TO: AGEE CONSTRUCTION CORPORATION: Make the following change(s) to the plans and specifications or do work not in the plans and specifications for this contract. Because of the change(s), 18 -WORKING DAYS will be added to the contract time. The revised date of completion for the First Order of Work is March 15, 2024. 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 °� o� 18 Rain Event Action Plan EA 8.00 $500.00 $4,000.00 80.00 260.00 19 Storm Water Sampling and Analysis EA 2.00 500.00 1,000.00 20.00 20.20 Day 40 Hot Mix Asphalt (Type A) TON 256.86 160.00 41,097.60 23.46 23.46 41 Place Hot Mix Asphalt Dike (Type LF 306.00 20.00 6,120.00 72.00 72.00 E) 42 Cold Plane Asphalt Concrete SQYD 1.00 680.00 680.00 12.50 12.50 Pavement 59 Flume Downdrain LF 10.00 250.00 2,500.00 166.67 166.67 60 18" Tapered Inlet EA 2.00 1,500.00 3,000.00 200.00 200.00 68 Fence (Type BW, 5-Strand, Wood LF 150.00 7.00 1,050.00 10.64 10.64 Post) (Temporary) 83 Thermoplastic Traffic Stripe (22) LF 395.00 4.60 1,817.00 43.89 43.89 84 Thermoplastic Traffic Stripe (27B) LF 272.00 4.00 1,088.00 15.77 15.77 85 Thermoplastic Pavement Marking SQYD 53.00 115.00 6,095.00 189.29 189.29 TOTAL INCREASE: $68,447.60 Decreased Items: Item Total Total No. Description Unit Quantity C@ Price Amount o� o� 5 Payment Adjustments for Price $ 19,825.05.00 $1.00 $19,825.05 99.13 99.13 Index Fluctuations of Paving 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.Mgmt 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 DRY CREEK BRIDGE REPLACEMENT ON CHANGE ORDER NO. 5 BURROUGH VALLEY ROAD, BURROUGH VALLEY ROAD, MARCH 13, 2024 JUST EAST OF TOLLHOUSE ROAD PAGE 2 OF 4 FEDERAL PROJECT NUMBER: BRLS-5942(245) CONTRACT NO. 22-05-C Asphalt 9 Temporary Traffic Stripe (Paint) LF 20.00 9.20 184.00 5.00 5.00 10 Channelizer (Surface Mounted) EA 142.00 58.00 8,236.00 43.69 43.69 11 Temporary Pavement Marking SF 60.00 57.30 3,438.00 60.00 60.00 (Paint) 13 Temporary Railing (Type K) LF 165.00 55.00 9,075.00 20.00 20.00 15 SWRCB Notice of Intent Filing $ 937.48 1.00 937.48 62.50 62.50 Fee 23 Temporary High-Visibility Fence LF 700.00 8.50 5,950.00 36.84 36.84 44 36" Gast-in-Drilled-Hole Concrete LF 0.25 850.00 212.50 0.13 0.13 Piling 46 36" Cast-in-Drilled-Hole Concrete LF 0.25 1,455.00 363.75 0.31 0.31 Piling (Rock Socket) 69 Remove Fence LF 25.00 3.30 82.50 1.98 1.98 70 12' Wire Mesh Gate (Temporary) EA 1.00 600.00 600.00 50.00 50.00 TOTAL DECREASE: $48,904.28 Eliminated Items: Item Total Total No. Description Unit Quantity a Price Amount /O °\/V/ 2 Install Bird Exclusion Devices LS 1.00 $23,500.00 $23,500.00 100.00 100.00 21 Remove Yellow Thermoplastic LF 900.00 $8.80 7,920.00 100.00 100.00 Stripe TOTAL DECREASE: $31,420.00 Since you did not incur any costs associated with these items, no payment will be made for these bid items. This payment adjustment did not impact the critical path for the project, therefore, granting additional contract time was not warranted. TOTAL COST PART I: $11,876.68 DECREASE TOTAL TIME EXTENSION PART I: ZERO (0) -WORKING DAYS PART II: INSTALL ASPHALT OVERSIDE DRAIN - 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 an asphalt overside drain within the southeast radius of the Burrough Valley Road and Tollhouse Road 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.Mgmt _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 DRY CREEK BRIDGE REPLACEMENT ON CHANGE ORDER NO. 5 BURROUGH VALLEY ROAD, BURROUGH VALLEY ROAD, MARCH 13, 2024 JUST EAST OF TOLLHOUSE ROAD PAGE 3 OF 4 FEDERAL PROJECT NUMBER: BRLS-5942(245) CONTRACT NO. 22-05-C intersection. Place Class 2 Rock Slope Protection at the end of the asphalt overside drain. Provide all labor, equipment, and incidentals for completing the change order work. The hot mix asphalt and rock slope protection material will be paid at contract unit bid prices. Perform the work according to the applicable sections of the Standard Specifications and 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 $2,735.98. This work did not impact the critical path for the project, therefore, granting additional contract time was not warranted. TOTAL COST PART II: $2,735.98 INCREASE TOTAL TIME EXTENSION PART II: ZERO (0) -WORKING DAYS PART III: EXTEND CONCRETE WINGWALL NO. 1 TO FINISHED GRADE AND INSTALL CONCRETE SLOPE PAVING AT WINGWALL NO. 1 AND NO. 2 — EXTRA WORK This change was requested by the engineer. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, extend Wingwall No. 1 as shown on the attached revised Plan Sheet No. 47. Also, construct concrete slope paving at Wingwall No. 1 and No. 2. Excavate to expose Wingwall No. 1, drill into existing wing wall to epoxy in rebar reinforcement, form and pour concrete to extend the Wingwall to finished grade, replace rock slope protection, and backfill against finished wingwall. Excavate subgrade to a depth of 4 inches between the N/W Burrough Valley crash cushion concrete pad and edge of Wingwall No. 2. Install concrete forms and reinforcement and pour concrete slope paving. Provide all labor, materials, equipment, and incidentals for completing the change order work. Perform the work according to the applicable sections of the Standard Specifications and 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 $16,524.49. Three working days will be added to the contract time for this work. TOTAL COST PART III: $16,524.49 INCREASE TOTAL TIME EXTENSION PART III: THREE (3) -WORKING DAYS PART IV: GRANT A TIME EXTENSION This change 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 therefore the prices shown above. _Const.Mgmt 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 DRY CREEK BRIDGE REPLACEMENT ON CHANGE ORDER NO. 5 BURROUGH VALLEY ROAD, BURROUGH VALLEY ROAD, MARCH 13, 2024 JUST EAST OF TOLLHOUSE ROAD PAGE 4 OF 4 FEDERAL PROJECT NUMBER: BRLS-5942(245) CONTRACT NO. 22-05-C According to Section 8-1.07B, "Time Adjustments," of the Special Provisions, grant a 15-working days' time extension to the allotted contract time due to inclement weather/wet subgrade conditions. Weather Day Extension Summary/Reference Weather Day January 3-8, 2024 4 Working Days Weather Day January 11, 2024 1 Working Day Weather Day January 22-25, 2024 4 Working Day Weather Day February 1-7, 2024 5 Working Day Weather Day March 1, 2024 1 Working Day Total Weather Days 15 Working Days TOTAL COST PART IV: $0.00 (NO COST) TOTAL TIME EXTENSION PART IV: 15 -WORKING DAYS NET COST THIS CHANGE ORDER: $7,383.79 INCREASE NET TIME EXTENSION THIS CHANGE ORDER: 18 -WORKING DAYS James Drews, Resident Engineer APPROVAL RECOMMENDED: AGEE CONSTRUCTION CORPORATION - 0 Contractor Mandeep S. Sekhon, PE Construction Engineer By z4L APPROVED BY: Chief Estimator Steve White Digitally signed by Steve White Title Date:2024.03.19 15:52:29-07'00' Steven E. White, Director Accepted Date: Mar 19, 2024 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.Mgmt 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. z o w LLJ ui z I Q �n \y 4. W z � i W Y 0 m J Q OI 'I °1 O � J m u W 0LU a a� Z, J w uQ O og pr = oi °zz a - W N rV . � O w 2 % °u rp ' ! <a�C p jwn - �LLw 3 - r'29 �N Omwz u30 Q j a m w 0 c o Z 0 u pCL O 9 E w m w O K U Y I � K °a u 3 oz iz 0 ° W a3 w lrxi w zip z3g C --z no KOmUn pm4ry �zo 3 am z> z ®r el�xm af°=W 0 p Qrv�U2w �OtZ C7 u 03o 3 az aC z az z =_ 7 : ^� o0� wc°i °InFf °EKz w u m3g am o 'Owzb Y c �z mV=z do �Ury 20 � c O¢ ° m° w ° O JJ 2�_2 C=Z I EYE H ` a `xw4e " X w 30 W ~ a = W m ° (aI'�,t W N a cca �0 U IL i .. W o o ¢ ® i3 Q W u ®vi 1 Z .3 7 m Z = N 0 _ O " ❑z w it O O Z p / / V'� u _ ! J �z W W - III J i 1/ mQ 0 l 0 O z Z O ~ ®J K O N a O V V < W z. az � ov aoa - m Q 0 04 m y p Z Z aO .i . Z o - �v�a�-«x ti=n ewa s-+w\•w\ems��rw a.\ti aw�•�oo.\o w.�-w......w+ao lrmb�+w.N��+ems b-�rosi\n