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.