Loading...
HomeMy WebLinkAbout2415C CCO 02.pdf COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER CSA 1 TAMARACK WATER INFRASTRUCTURE REPLACEMENT CHANGE ORDER NO. 2 CONTRACT NO. 24-15-C JUNE 12, 2025 PAGE 1 OF 2 TO: DG CONSTRUCTON, 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), THREE (3) -WORKING DAYS will be added to the contract timeline. REPLACE 2-INCH SDR 11 HDPE PIPE WITH 3-INCH SDR 11 HDPE PIPE This change was proposed by the engineer. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, replace all the 2-inch SDR 11 HDPE Pipe (total of 740 linear feet) with 3-inch HDPE SDR 11 HDPE pipe throughout the project. This change also eliminates three (3) 2-inch gate vales assemblies (Bid Item No. 20) and adds three (3) 3-inch gate vales assemblies (Bid Item No. 21). Compensation for the price difference in material for the pipe will be made at an agreed lumpsum price of$791.43, and compensation for upsizing the three (3) valve assemblies to 3-inch, will be adjusted in Bid Items No. 20 and 21 as shown below at the unit bid prices in accordance with Section 9-1.03, "Payment Scope," of the Special Provisions. Eliminated Items: Item Total TOTAL No. Description Unit Quantity Price Amount (0/6) °r/o 20 2" Gate Valve Assembly EA 3.00 $2,567.00 $7,701.00 100.00 100.00 TOTAL DECREASE: $7,701.00 Increased Items: Item Total TOTAL No. Description Unit Quantity Price Amount (0/0) °� 21 3" Gate Valve Assembly EA 3.00 $2,794.00 $8,382.00 100.00 100.00 TOTAL INCREASE: $8,382.00 Total compensation adjustment resulted in an increase of$1,472.43, a portion of the total compensation adjustment, $791.43 will be paid as extra work and the remaining $681.00 will be adjusted through Bid Item Nos. 20 and 21. Three (3)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 Special Provisions. 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. 2 CONTRACT NO. 24-15-C JUNE 12, 2025 PAGE 2OF2 NET COST THIS CHANGE ORDER: $1,472.43 INCREASE NET TIME EXTENSION THIS CHANGE ORDER: THREE (3) -WORKING DAYS Robert Hendrickson, Resident Engineer APPROVAL RECOMMENDED: DG Construction, Inc. I 'AX�� Contractor Mandeep S. Sekhon, PE q Construction Engineer By � O APPROVED BY: Digitally signed by Steve PRESIDENT Steve White White Date:2025.06.16 Title 16:30:01-07'00' Steven E. White, Director Accepted Date: Jun 16,2025 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.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.