HomeMy WebLinkAbout2327C CCO 02.pdf COUNTY OF FRESNO
CONSTRUCTION MANAGEMENT
CONTRACT CHANGE ORDER
BIOLA COMMUNITY SIDEWALK IMPROVEMENTS CHANGE ORDER NO. 2
STATE PROJECT NUMBER: ATPL-5942(303) NOVEMBER 19, 2024
CONTRACT NO. 23-27-C PAGE 1 OF 4
TO: DAVE CHRISTIAN CONSTRUCTION CO., 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 contract timeline.
PART I: INCREASE/DECREASE/ELIMINATE ITEMS AT UNIT BID PRICES
This compensation 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 NO (0/6)
17 Remove and Dispose of Fence LF 14.00 $67.50 $945.00 87.50 87.50
23 Remove and Dispose of Asphalt SY 1.88 22.61 42.51 0.86 0.86
Driveway
24 Cold Plane Asphalt SY 133.00 9.40 1250.20 7.98 7.98
26 Hot Mix Asphalt (Type A '/2" TON 151.36 110.00 16,649.60 9.26 9.26
Grading)
27 Minor Hot Mix Asphalt (Misc. TON 11.69 373.00 4,360.37 116.90 116.90
Areas)
40 Adjust Storm Drain Manhole Lid EA 4.00 1,888.92 7,555.68 57.14 57.14
to Grade
48 Construct Mountable Curb LF 4.00 63.25 253.00 10.00 10.00
Behind Sidewalk (Minor
Concrete)
49 Concrete Driveway Approach SY 18.44 94.30 1,738.89 4.33 4.33
(Including Match Existing
Driveway- Minor Concrete)
55 Red Curb Paint LF 81.00 9.18 743.58 279.31 279.31
57 Type D Two-Way Yellow EA 14.00 5.94 83.16 10.45 10.45
Retroreflective Marker
60 Remove Pavement Marking SF 143.00 11.34 1,621.62 181.01 181.01
61 Thermoplastic (Detail 22) LF 3.00 2.97 8.91 0.19 0.19
63 Paint Roadway Stripe (Detail 39) LF 19.00 0.76 14.44 0.99 0.99
67 Pavement Markings (A24D) SF 79.00 19.44 1,535.76 17.63 17.63
TOTAL INCREASES: $36,802.72
_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
BIOLA COMMUNITY SIDEWALK IMPROVEMENTS CHANGE ORDER NO. 2
STATE PROJECT NUMBER: ATPL-5942(303) NOVEMBER 19, 2024
CONTRACT NO. 23-27-C PAGE 2 OF 4
Decrease Items:
Item Total TOTAL
No. Description Unit Quantity Price Amount NO o�
6 State Water Resources Control $ 800.00 $1.00 $800.00 (80.00) (80.00)
Board Notice of Intent Filling
Fee
9 Temporary Drainage Inlet EA 8.00 250.00 2,000.00 (66.67) (66.67)
Protection
15 Remove and Dispose of Trees EA 1.00 1,600.00 1,600.00 (10.00) (10.00)
16 Remove and Dispose of LF 418.00 9.90 4,138.20 (59.71) (59.71)
Abandoned 6" Diameter
Asbestos Cement Water Pipe
25 Tack Coat TON 0.99 2,740.00 2,712.60 (33.00) (33.00)
28 Place Minor HMA (Misc. Areas- SY 25.47 50.00 1,273.50 (34.42) (34.42)
at Driveways and Alleyway)
31 Install 15" Rubber Gasket LF 28.00 115.56 3,235.68 (2.38) (2.38)
Reinforced Concrete Pipe
32 Install 18" Rubber Gasket LF 8.00 123.12 984.96 (2.25) (2.25)
Reinforced Concrete Pipe
39 Adjust Sewer Manhole Lid to EA 1.00 1,838.16 1,838.16 (11.11) (11.11)
Grade
42 Remove and Dispose Storm LF 6.00 105.84 635.04 (12.24) (12.24)
Drainpipe
43 Adjust Water Valve Lid to Grade EA 11.00 829.40 9,123.40 (50.00) (50.00)
50 Construct Concrete Sidewalk SY 87.75 76.22 6,688.31 (9.27) (9.27)
and Curb Ramps (Minor
Concrete)
51 Install Detectable Warning SF 6.00 33.00 198.00 (5.26) (5.26)
Device (Ramp Domes)
64 Paint Roadway Stripe (Detail LF 16.00 0.54 8.64 (5.33) (5.33)
39A)
68 Restripe Thermoplastic SF 24.00 4.59 110.16 (11.11) (11.11)
Pavement Crosswalk Stripe
(A24F) (Yellow Continental)
69 Thermoplastic Crosswalk Stripe SF 20.00 6.21 124.20 (1.37) (1.37)
(A24F) (Yellow Continental)
70 Thermoplastic Crosswalk Stripe LF 4.0 4.59 18.36 (1.08) (1.08)
(A24F) (Yellow Basic)
72 (2)- 1 1/" PVC Conduits in LF 87.00 51.30 4,463.10 (4.70) (4.70)
Same Trench
_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
BIOLA COMMUNITY SIDEWALK IMPROVEMENTS CHANGE ORDER NO. 2
STATE PROJECT NUMBER: ATPL-5942(303) NOVEMBER 19, 2024
CONTRACT NO. 23-27-C PAGE 3 OF 4
TOTAL DECREASES: $39,952.31
Eliminated Items:
Item Total TOTAL
No. Description Unit Quantity Price Amount 0/ °�
1 Supplemental Work (Payment $ 40,000.00 $1.00 $40,000.00 (100.00) (100.00)
Adjustments for Price Index
Fluctuations)
8 Storm Water Annual Report LS 1.00 660.00 660.00 (100,00) (100.00)
29 Storm Drainage Pipe Leakage LF 1851.00 1.10 2,036.10 (100.00) (100.00)
Testing
53 Survey Monument EA 12.00 3,942.00 47,304.00 (100.00) (100.00)
58 Remove Thermoplastic (Detail LF 715.00 8.64 6,177.60 (100.00) (100.00)
22) w/Lead
59 Remove Thermoplastic (Detail LF 490.00 4.32 2,116.80 (100.00) (100.00)
22)
TOTAL DECREASE: $98,294.50
TOTAL COST PART I: $101,444.09 DECREASE
TOTAL TIME EXTENSION PART I: ZERO (0) -WORKING DAYS
PART II: GRANT A TIME EXTENSION
This time extension was requested by the contractor.
Grant a 24- working days' time extension to the allotted contract time according to Section 8-1.07B,
"Time Adjustments," of the Special Provisions. This time extension is being granted due to the delays
caused by the release of the AutoCAD files for surveying (5 days), approval of the traffic control plan by
the County (7 days), submittal approval (5 days), gas line conflict (2 days), and additional set time of
the slurry seal for striping roadway (7 days).
TOTAL COST PART II: $0.00 (NO COST)
TOTAL TIME EXTENSION PART II: 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
BIOLA COMMUNITY SIDEWALK IMPROVEMENTS CHANGE ORDER NO. 2
STATE PROJECT NUMBER: ATPL-5942(303) NOVEMBER 19, 2024
CONTRACT NO. 23-27-C PAGE 4 OF 4
NET COST THIS CHANGE ORDER: $101,444.09 DECREASE
NET TIME EXTENSION THIS CHANGE ORDER: 24 -WORKING DAYS
LARge Goossm
LARue Goossen(Nov 19,202411:08 PST)
LaRue Goossen, Resident Engineer
APPROVAL RECOMMENDED:
Dave Christian Construction, Co., Inc. 0A 0�
Contractor Mandeep S. Sekhon, PE
Construction Engineer
7&e -n;L. Couxe*t
By Terri L.Emmett(Nov 22,202413:22 PST) APPROVED BY:
} } Digitally signed by Steve
Vice President Steve Whlle
Date:2024.11.26
Title 11:10710-08'00'
Steven E. White, Director
Accepted Date:
Nov 22 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 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.