Loading...
HomeMy WebLinkAbout2415C CCO 01.pdf COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER CSA1 TAMARACK WATER INFRASTRUCTURE REPLACEMENT CHANGE ORDER NO. 1 CONTRACT NO. 24-15-C FEBRUARY2G. 2O25 PAGE 1 [)F3 TO: Make the following changes ba the plans and specifications ordo work not in the plans and specifications for this contract. Because of the change(m), will be added tothe contract timeline. ADD ADDITIVE 1 Bi[3 ITEMS AND ELIMINATE ADDITIVE 2 BID ITEMS This change was proposed by the engineer. In accordance with Section 4-1.05, "Changes and Extra Work,"of the Standard Specifications, add Additive 1 Bid Items 40 through 50 and eliminate Additive 2 Bid Items 51 through 56. Compensation adjustment will be made at the unit bid prices in accordance with Section 9-1.03, "Payment Scope," of the Special Provisions, no additional compensation will be made thereafter. Added Items: Item Total TOTAL= No Description Unit Quantity a Price Amount M/6) NO 40 Clearing and Grubbing (New L8 1.00 $32.000.00 $32.000.00 100.00 100.00 Tank Site) 41 Construct Retaining Wall LF 21.00 2.349.00 49.329.00 100.00 100.00 42 Demolish and Haul off Existing LG 1.00 35.595.00 $35'595.00 100.00 100.00 Water Storage Tank 43 Water Storage Tank Foundation L8 1.00 56.188.00 56.168.00 100.00 100.00 44 Water Storage Tank Foundation LS 1.00 43'150.00 43.150.00 100.00 100.00 Pad Preparation 45 Furnish and Install Water L8 1.00 235.000.00 235.000.00 100.00 100.00 Storage Tank 48 Furnish and Install Overflow Line LG 1.00 25.500.00 25.500.00 100.00 100.00 47 D^ Dia. Fiber Roll (Straw Wattles) LF 40.00 86.40 3.456.00 100.00 100.00 48 Rolled Erosion Control Product @F 300.00 23.00 8.900.00 100.00 100.00 (Erosion Control Blanket Type B) 49 Hvdnooeed SF 400.00 8.60 2.640.00 100.00 100.00 50 Rock Excavation (Existing Tank CY 10.00 2.005.00 20.850.00 100.00 100.00 Site) TOTAL INCREASE: $510.388.00 --Contractor We,the above signed contractor,have given careful consideration to the change proposed and hereby agree,if --md/*"Controller this proposal is approved,that pe will provide all equipment,furnish all materials,except as y otherwise be --Business Office noted above,and perform all services necessary for the work above specified,and will accept as full payment mmmms"�w/ma ��m"st.m°"ay"mom therefore the prices shown above. _RE/mCh. _oe,wo If the Contractor does not sign acceptance of this order,his attention/s mreuau to the requirements of the specifications as to proceeding with the ordered work and filing a written protest within the time therein snvuneo. COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER CSA 1 TAMARACK WATER INFRASTRUCTURE REPLACEMENT CHANGE ORDER NO. 1 CONTRACT NO. 24-15-C FEBRUARY 26, 2025 PAGE 2OF3 Eliminated Items: Item Total TOTAL No. Description Unit Quantity Price Amount ,°� ,(0/0) 51 Y2"Type A HMA(0.15' Overlay) TON 704.00 $196.00 $137,984.00 100.00 100.00 52 Adjust Sewer Manhole Lid to EA 5.00 3,200.00 16,000.00 100.00 100.00 Grade 53 Shoulder Backing (F) CY 30.00 607.80 18,234.00 100.00 100.00 54 Cold Plane(Driveways & SY 450.00 32.80 14,760.00 100.00 100.00 Transition to Road) 55 Place HMA Misc. Areas SY 313.00 54.00 16,902.00 100.00 100.00 56 Supplemental Work(Payment $ 5,000.00 1.00 5,000.00 100.00 100.00 Adjustments for Price Index Fluctuations) TOTAL DECREASE: $208,880.00 This change adds 35 working days to the contract per the numeric difference between the allotted contract times for Additives 1 and 2, as specified in Section 8-1.04B, "Standard Start,"of the Special Provisions. The adjusted total allotted contract time for this contract is 100 working days and the amended net contract amount is$2,013,749. _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 CSA 1 TAMARACK WATER INFRASTRUCTURE REPLACEMENT CHANGE ORDER NO. 1 CONTRACT NO. 24-15-C FEBRUARY 26, 2025 PAGE 3OF3 NET COST THIS CHANGE ORDER: $301,508.00 INCREASE NET TIME EXTENSION THIS CHANGE ORDER: 35-WORKING DAYS ,Pe6a.�.tyS/ex�w.r,Eaew Robert Hendrickson, Resident Engineer APPROVAL RECOMMENDED: DG Construction, Inc. pf " 5.�ak-- Contractor Mandeep S. Sekhon, PE Construction Engineer By John Gandy(Feb 27,20 07:30 PST) APPROVED BY: Digitally signed by Steve TitleWhite Project Manager Steve Wh ite Date:2025.02.27 16:31:32-08'00' Steven E. White, Director Accepted Date: Feb 27 2025 Public Works and Planning , Date: v Ernest Buddy Me des, Chairman Board of Supervisors 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 Aces shown above. _Canst.Management p 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.