Loading...
HomeMy WebLinkAbout2205C CCO 06.pdf COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER DRY CREEK BRIDGE REPLACEMENT ON CHANGE ORDER NO. 6 BURROUGH VALLEY ROAD, BURROUGH VALLEY ROAD, APRIL 25, 2024 JUST EAST OF TOLLHOUSE ROAD PAGE 1 OF 3 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), FOUR (4) -WORKING DAYS will be added to the contract time. The revised date of completion for the First Order of Work is March 21, 2024. PART I: INCREASE /DECREASE 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 (0/.) 18 Rain Event Action Plan EA 2.00 $500.00 $1,000.00 11.11 300.00 19 Storm Water Sampling and Analysis EA 3.00 $500.00 $1,500.00 25.00 50.00 Day 20 Storm Water Annual Report EA 1.00 $2,000.00 $2,000.00 100.00 100.00 35 Permanent Hydroseed — Final Pay SQFT 7,000.00 $0.36 $2,520.00 19.28 19.28 Item TOTAL INCREASE: $7,020 Decreased Items: Item Total Total No. Description Unit Quantity Price Amount NO 0/0) 60 18"Tapered Inlet EA 1.00 $1,500.00 $1,500.00 (33.33) 100.00 TOTAL DECREASE: $1,500 This payment adjustment did not impact the critical path for the project, therefore, granting additional contract time was not warranted. TOTAL COST PART I: $5,520.00 INCREASE TOTAL TIME EXTENSION PART I: 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.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. 6 BURROUGH VALLEY ROAD, BURROUGH VALLEY ROAD, APRIL 25, 2024 JUST EAST OF TOLLHOUSE ROAD PAGE 2 OF 3 FEDERAL PROJECT NUMBER: BRLS-5942(245) CONTRACT NO. 22-05-C PART II: PERFORM EXTRA WORK This extra work was requested by the engineer. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, perform the following extra work: • Remove rock slope protection from drainage ditch on the south side of Burrough Valley Road (design change) as per revised Plan Sheets 5 and 22 ($7,696.86). • Backfill and compact subgrade and install flume down drain for redesigned drainage ditch on the south side of Burrough Valley Road as per revised Plan Sheet 5 and 22 ($15,619.17). • Grade, compact, and sawcut edge of redesigned drainage ditch on the south side of Burrough Valley Road as per revised Plan Sheets 5 and 22 and remove 18" reinforced concrete pipe (RCP) on the west side of Tollhouse Road as per revised Plan Sheets 11 and 12 ($12,847.44). • Fill and grade driveway and ditch as per revised Plan Sheets 11 and 12, and place rock slope protection west of Tollhouse Road ($10,728.33). • Prepare and pave drainage ditch design change on the south side of Burrough Valley Road as per revised Plan Sheets 5 and 12 ($6,623.96). • Re-establish in-channel barbed wire fencing and install an extra access gate for property owner ($6,942.88). • Repair sinkhole area subgrade within paved drainage ditch on the south side of Burrough Valley Road ($3,832.30). • Pave repairs in the drainage ditch on the south side of Burrough Valley Road, and grade and compact drainage swale west of Tollhouse Road ($4,182.71). • Perform post final walk-through design changes involving shoulder concrete spillway on the westside of Tollhouse Road, install concrete swale behind the southeast culvert crash cushion concrete pad, and repair erosion area east of the bridge and north of Burrough Valley Road ($7,428.01). Perform all work according to the attached revised Plan Sheets 5, 11, 12 and 22 and applicable sections of the Standard Specifications and/or the 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 $75,901.66. Four(4)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 Project Specifications. TOTAL COST PART II: $75,901.66 INCREASE TOTAL TIME EXTENSION PART II: FOUR (4) -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.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. 6 BURROUGH VALLEY ROAD, BURROUGH VALLEY ROAD, APRIL 25, 2024 JUST EAST OF TOLLHOUSE ROAD PAGE 3 OF 3 FEDERAL PROJECT NUMBER: BRLS-5942(245) CONTRACT NO. 22-05-C NET COST THIS CHANGE ORDER: $81,421.66 INCREASE NET TIME EXTENSION THIS CHANGE ORDER: FOUR (4) -WORKING DAYS 1 ; James Drews, Resident Engineer APPROVAL RECOMMENDED: AGEE CONSTRUCTION CORPORATION V � Contractor Mandeep S. Sekhon, PE Construction Engineer By Z0,41L APPROVED BY: signedTitle Chief Estimator Steve White Datlea1ly 2024 05 06y17:02:1Steve White07 00' Steven E. White, Director Accepted Date: Apr 29, 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. w � z O N � A 2 N A rW QµC;+ J \\ o Y' \A\ 4- U F }� 1 l \ \ W Z b \ °N ♦ a � \ ♦ W d \ 1 O Y Y d O 3 N uA A \ Y � ; o \ lg o � \ o O o f K , 0- 07 4- \\ o a.�p 1\ 4-W 7 q�} I,-, A tdd \\ o� Al Ay W o N� YO a WJ ` I f U Z A tt \ JppN w \ � 1 o� I I U It N \ \A \ r K \ A 6 I N A O i cA \ } i 0 o- 7 pED s 1 ! y O ' O o�rd J ill 1 A N 1 Cl Z N O a 02 A- W Z A o U r'A' W o��` aD 6AA. 7 i " �^ 6 ` o �a w A\\It , S, N a \ 1 .m 4 m O 7 NN AAI A ` O' W O �qW ;1 At m W A 1\A p \ A Z o. Alt IA (A m 1 t\ W `t\\ O c� AA`A �i 7 N \\1\ ? 7 A AA w p a m W AA1Vt ol An tA A\\AA1 m � 5 O At A0 }� Z \A A A W J is 7� F A\\\\ em \A U \l IAA O At- W a O O N S j \\i O 6 Ny ` W a O ,In N 1 N oll \A ± ,pry A A 7 6 m 1 W C O =pry % p a lry 1 �y \\N N S Y � / � N I I o-/ o s d I N A o .t �o s ell 1 Vr 1 11A 1 1 t O A 0 o p p o U m n N N c 11 Z a e s 0 a 3 � 4 O j a Y O e A 0 Ob'999L ^a13 N NV388 30VN0 L9'9L+1 0 bZ'S9Sl �a13 0� k OA3 1999+L U Z W LZ'4951 Aa13 Z Z o IdA lB ZL"49S1 ^al3 99+ J W £1'9991 -13 - - Q g OA8 18'"+1 1NIOd MOl 9Z'95+1 a 3 U 0 n 3 gW a W m >_ U WJ L �Q 19'L9S1 ^a13 W> NV3NB 30VNO 0091+1 t� Q K C7= $ I 00 a 0 C7 S9'99S1 A-13 tO m O NV3N8 30VN0 00'00+1 0_ W 0= W 7 m m U � g O d a s�6tl k 3 s N— LO'L99L --13 5 NV3N8 30V80 0009+1 n i S R 6Z"1951 ^al3 T, 1 AV389 30VNO 00'49+1 1 p U R IN Z9'099L ^a13 < Z W rn NV3N8 3OV80 Ob 64+1 Z �S 0 0 m 1 a a� � _ o 0 40'f9Sl �a13 {{I NV388 30VN0 9L'61+1 I > � U c Q Z � ❑ rc y 0 i 4 m � e d Y 4 6qu ; O O O O O q 5 Z 3 4 j Q 4 2 M w W d qW n a O a 3Nn.zxMo. �, d W o n N v ( 41 K N \ y Y lt%j PS m W W7 m a m 5 \ N H A m \ \\ K � O d� j i� �N '\ f• O p r o, d J W W o °'.rune m p N 1 4 W \ 1 M sty 'd'• � N V \Ja.* �` i\\ �N i g�gZ qq�'vvv W 5 aim Wo o t + a d N k \\ O 6� g O O O O O O O N U N N N N N N 2 a � � 7 0 2 o y Z 3 � � 2 ` o j Z_ C � p ❑ a � I o � II 4 C mxa O 3oz ' QQ } I gaow u y �o I1 I z 0 o Ewa �a 6 w0 j OQ vlmJ 11 JW O I U F W J w J w> az 0 'Iof 0 x (L ❑0 i mu m0 I i W❑II I 2 co m v w I 0 } w o o o O s m x rCD II =1 < O } F m m I \ N vOjO � II 1 m� o" 6C1951 -13 x°> J 1 89 00'SB+ZI U x ?Z O �I I I m r+j aril II ^ m WZ O 1 \ k 00 d II U LL'£99 L �-13 F ^ \ I n ^m w 1 99 OZ'S£+Z 1 1 ' J 3NIl,.Z MO�.� 'I a 0 U R Of \ � I I I O I o\ S 0 0 x i 4 U I � I � W U I S C 0 Y 00 1 I GZ II ¢ m 5 00 b O O O O O O 6 m m h m N �t w 9 s N N N N N N