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