Loading...
HomeMy WebLinkAbout2406M CCO 02.pdf COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER ROAD PRESERVATION TREATMENTS CHANGE ORDER NO. 2 VARIOUS LOCATIONS IN FRESNO COUNTY OCTOBER 27, 2025 CONTRACT NO. 24-06-M PAGE 1 OF 10 TO: TALLEY OIL, 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 proposed change, ZERO (0) -WORKING DAYS will be granted to the allotted contract time. The date of completion is August 13, 2025. PART I: INCREASE / DECREASE/ ELIMINATE 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 (0/0 M) 11 Polymer Asphaltic Emulsion (Seal TON 67.28 $850.00 $57,188.00 12.91 12.91 Coat) 14 4" Thermoplastic Traffic Stripe LF 21,420.00 1.30 27,846.00 12.82 12.82 (Sprayable) 17 Remove Thermoplastic Traffic LF 135,406.00 0.52 70,411.12 67.20 67.20 Stripe 18 Pavement Marker Retroreflective EA 395.00 6.20 2,449.00 42.20 42.20 (Type D) 21 Pavement Marker(White P-Dot) EA 60.00 12.35 741.00 50.00 50.00 23 Thermoplastic Pavement SF 563.00 14.45 8,135.35 50.40 50.40 Markings 24 Removal Thermoplastic SF 115.00 8.25 948.75 10.30 10.30 Pavement Marking 32 Polymer Modified Asphaltic TON 229.37 310.00 71,104.70 22.62 22.62 Emulsion (Type ll) 35 4" Thermoplastic Traffic Stripe LF 476.00 2.50 1,190.00 170.00 170.00 Extrude (Detail 19) 36 4"Thermoplastic Traffic Stripe LF 972.00 3.60 3,499.20 56.81 56.81 Extrude (Detail 21) 38 4"Thermoplastic Traffic Stripe LF 4,485.00 3.90 17,491.50 251.97 251.97 Extrude (Detail 38) 39 Thermoplastic Pavement Marking SF 583.00 14.50 8,453.50 166.57 166.57 Crosswalk Yellow 40 Thermoplastic Pavement Marking SF 7.00 14.50 101.50 4.67 4.67 Crosswalk White 41 Thermoplastic Pavement Marking SF 335.00 14.50 4,857.50 112.79 112.79 (Slow School Xing) 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 ROAD PRESERVATION TREATMENTS CHANGE ORDER NO. 2 VARIOUS LOCATIONS IN FRESNO COUNTY OCTOBER 27, 2025 CONTRACT NO. 24-06-M PAGE 2 OF 10 42 Thermoplastic Pavement Marking SF 60.00 14.50 870.00 90.91 90.91 (Signal Ahead) 43 Thermoplastic Pavement Marking SF 106.00 14.50 1,537.00 50.00 50.00 (Stop Ahead) 45 Thermoplastic Pavement Marking SF 110.00 14.50 1,595.00 83.33 83.33 (Stop) 46 Thermoplastic Pavement Marking SF 438.00 14.50 6,351.00 108.15 108.15 (Turn Arrow IV) 47 Pavement Marker (Type D) EA 574.00 14.50 8,323.00 63.22 63.22 48 Pavement Marker(Type H) EA 156.00 6.25 975.00 173.33 173.33 50 Remove Thermoplastic Traffic LF 159.00 0.52 82.68 0.42 0.42 Stripe 51 Remove Thermoplastic Pavement SF 729.00 8.25 6,014.25 35.23 35.23 Marking 59 Thermoplastic Pavement Marking SF 93.00 14.50 1,348.50 6.51 6.51 - Limit Line 60 Thermoplastic Pavement Marking SF 318.00 14.50 4,611.00 150.00 150.00 -Stop Ahead 61 Thermoplastic Pavement Marking SF 22.00 14.50 319.00 16.67 16.67 -Stop 63 Thermoplastic Pavement Marking SF 381.00 14.50 5,524.50 81.94 81.94 -White Crosswalk 64 Thermoplastic Pavement Marking SF 79.00 14.50 1,145.50 100.00 100.00 -Slow School Xing 73 Polymer Asphaltic Emulsion (Seal TON 1.35 850.00 1,147.50 3.46 3.46 Coat) 103 Polymer Asphaltic Emulsion (Seal TON 0.65 850.00 552.50 2.95 2.95 Coat) 111 Thermoplastic Pavement Marking SF 10.00 14.50 145.00 83.33 83.33 (Limit Line) 112 Removal Thermoplastic SF 9.00 16.50 148.50 10.34 10.34 Pavement Marking 121 Thermoplastic Pavement Marking SF 217.00 14.50 3,146.50 80.37 80.37 - Limit Line 122 Thermoplastic Pavement Marking SF 159.00 14.50 2,305.50 300.00 300.00 - Stop Ahead 123 Thermoplastic Pavement Marking SF 86.00 14.50 1,247.00 122.86 122.86 -Yellow Crosswalk 124 Thermoplastic Pavement Marking SF 158.00 14.50 2,291.00 100.00 100.00 - Slow School Xing 125 Remove Thermoplastic Pavement SF 267.00 10.50 2,803.50 48.46 48.46 Markings 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 ROAD PRESERVATION TREATMENTS CHANGE ORDER NO. 2 VARIOUS LOCATIONS IN FRESNO COUNTY OCTOBER 27, 2025 CONTRACT NO. 24-06-M PAGE 3 OF 10 135 Thermoplastic Traffic Stripe- LF 605.00 2.50 1,512.50 192.06 192.06 Detail 18 136 Thermoplastic Traffic Stripe- LF 580.00 0.52 301.60 22.97 22.97 Detail 21 140 Thermoplastic Pavement Marking SF 253.00 14.50 3,668.50 150.60 150.60 -Yellow Crosswalk 141 Remove Thermoplastic Pavement LF 1,119.00 1.54 1,723.26 33.65 33.65 Traffic Stripe 142 Remove Thermoplastic Pavement SF 176.00 8.25 1,452.00 24.34 24.34 Markings TOTAL INCREASE: $335,558.41 Decreased Items: Item Total Total No. Description Unit Quantity Price Amount NO °l/0) 10 Sand Cover TON 738.05 $10.00 $7,380.50 (48.24) (48.24) 12 Medium Chips (3/8") TON 675.15 25.00 16,878.75 (13.93) (13.93) 13 Asphaltic Emulsion (Flush Coat) TON 6.14 650.00 3,991.00 (4.62) (4.62) 15 Paint Traffic Stripe (2 Coat) LF 18,440.00 0.52 9,588.80 (33.96) (33.96) 16 Paint Pavement Marking (2 SF 29.50 16.50 486.75 (15.61) (15.61) Coat) (Bike Lane Symbol with Arrow) 19 Pavement Marker EA 2.00 6.20 12.40 (15.38) (15.38) Retroreflective (Type G) 20 Pavement Marker EA 33.00 6.20 204.60 (13.31) (13.31) Retroreflective (Type H) 30 Polymer Asphaltic Emulsion TON 2.05 785.00 1,609.25 (1.10) (1.10) (Seal Coat) 31 Medium Chips (3/8") TON 447.39 25.00 11,184.75 (25.82) (25.82) 33 4"Thermoplastic Traffic Stripe LF 16,913.00 0.85 14,376.05 (90.06) (90.06) Extrude (Detail 5) 34 4"Thermoplastic Traffic Stripe LF 3,356.00 2.50 8,390.00 (67.73) (67.73) Extrude (Detail 18) 44 Thermoplastic Pavement SF 197.00 14.50 2,856.50 (43.11) (43.11) Marking (Limit Stop Bar) 56 Polymer Modified Asphaltic TON 326.10 125.00 40,762.50 (6.64) (6.64) Emulsion (Type II) 58 Pavement Marker EA 218.00 10.50 2,289.00 (63.37) (63.37) (Retroreflective)-Type D Blue 62 Thermoplastic Pavement SF 48.00 14.50 696.00 (11.16) (11.16) Marking -Yellow Crosswalk 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 ROAD PRESERVATION TREATMENTS CHANGE ORDER NO. 2 VARIOUS LOCATIONS IN FRESNO COUNTY OCTOBER 27, 2025 CONTRACT NO. 24-06-M PAGE 4 OF 10 65 Remove Thermoplastic SF 1,145.00 8.25 9,446.25 (41.70) (41.70) Pavement Markings 72 Sand Cover TON 20.15 25.00 503.75 (23.16) (23.16) 74 Medium Chips (3/8") TON 83.39 25.00 2,084.75 (22.97) (22.97) 75 Asphaltic Emulsion (Flush Coat) TON 0.71 650.00 461.50 (8.88) (8.88) 86 Sand Cover TON 76.38 25.00 1,909.50 (64.18) (64.18) 87 Polymer Asphaltic Emulsion TON 2.68 850.00 2,278.00 (6.70) (6.70) (Seal Coat) 88 Medium Chips (3/8") TON 90.70 25.00 2,267.50 (24.51) (24.51) 89 Asphaltic Emulsion (Flush Coat) TON 1.68 25.00 42.00 (15.27) (15.27) 104 Sand Cover TON 51.65 25.00 1,291.25 (62.99) (62.99) 105 Medium Chips (3/8") TON 20.46 25.00 511.50 (10,03) (10.03) 106 Asphaltic Emulsion (Flush Coat) TON 4.00 650.00 2,600.00 (50.00) (50.00) 119 Polymer Modified Asphaltic TON 90.90 125.00 11,362.50 (18.55) (18.55) Emulsion (Type II) 120 Pavement Marker EA 4.00 10.50 42.00 (13.79) (13.79) (Retroreflective) -Type D Blue 132 Polymer Modified Asphaltic TON 197.30 125.00 24,662.50 (35.30) (35.30) Emulsion (Type II) 133 Pavement Marker EA 20.00 10.50 210.00 (47.62) (47.62) (Retroreflective)-Type D Blue 134 Thermoplastic Traffic Stripe- LF 170.00 0.90 153.00 (35.05) (35.05) Detail 5 137 Thermoplastic Pavement SF 253.00 14.50 3,668.50 (59.81) (59.81) Marking - Limit Line TOTAL DECREASE: $184,201.35 Eliminated Items: Item Total Total No. Description Unit Quantity Price Amount o o� 2 Supplemental Work (Payment $ 167,000.00 $1.00 $167,000.00 (100.00) (100.00) Adjustment for Price Index Fluctuation) 67 Supplemental Work (Including $ 5,000.00 1.00 5,000.00 (100.00) (100.00) Payment Adjustment for Price Index Fluctuation) 76 4" Paint Traffic Stripe LF 10,803.00 1.03 11,127.09 (100.00) (100.00) (Sprayable) (Detail 5) 77 4" Paint Traffic Stripe LF 300.00 1.20 360.00 (100.00) (100.00) (Sprayable) (Detail 18) 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 ROAD PRESERVATION TREATMENTS CHANGE ORDER NO. 2 VARIOUS LOCATIONS IN FRESNO COUNTY OCTOBER 27, 2025 CONTRACT NO. 24-06-M PAGE 5 OF 10 78 4" Paint Traffic Stripe LF 450.00 1.50 675.00 (100.00) (100.00) (Sprayable) (Detail 21) 79 4" Paint Traffic Stripe LF 380.00 2.60 988.00 (100.00) (100.00) (Sprayable) (Detail 28) 81 Supplemental Work (Including $ 5,000.00 1.00 5,000.00 (100.00) (100.00) Payment Adjustment for Price Index Fluctuation) 90 4" Paint Traffic Stripe LF 9,980.00 1.05 10,479.00 (100.00) (100.00) (Sprayable) (Detail 5) 91 4" Paint Traffic Stripe LF 300.00 1.25 375.00 (100.00) (100.00) (Sprayable) (Detail 18) 92 4" Paint Traffic Stripe LF 280.00 1.55 434.00 (100.00) (100.00) (Sprayable) (Detail 21) 94 Thermoplastic Pavement SF 60.00 14.50 870.00 (100.00) (100.00) Marking — Limit Line 98 Supplemental Work (Including $ 5,000.00 1.00 5,000.00 (100.00) (100.00) Payment Adjustment for Price Index Fluctuation) 107 4" Paint Traffic Stripe LF 5,430.00 1.05 5,701.50 (100.00) (100.00) (Sprayable) (Detail 5) 108 4" Paint Traffic Stripe LF 375.00 1.25 468.75 (100.00) (100.00) (Sprayable) (Detail 18) 114 Supplemental Work $ 10,000.00 1.00 10,000.00 (100.00) (100.00) 115 Supplemental Work (Payment $ 20,000.00 1.00 20,000.00 (100.00) (100.00) Adjustment for Price Index Fluctuation) 127 Supplemental Work $ 10,000.00 1.00 10,000.00 (100.00) (100.00) 128 Supplemental Work (Payment $ 20,000.00 1.00 20,000.00 (100.00) (100.00) Adjustment for Price Index Fluctuation) 139 Thermoplastic Pavement SF 79.00 14.50 1,145.50 (100.00) (100.00) Marking — Stop TOTAL DECREASE: $274,623.84 This change did not impact the critical path for the project, therefore, granting additional contract time was not warranted. TOTAL COST PART I: $123,266.78 DECREASE 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 ROAD PRESERVATION TREATMENTS CHANGE ORDER NO. 2 VARIOUS LOCATIONS IN FRESNO COUNTY OCTOBER 27, 2025 CONTRACT NO. 24-06-M PAGE 6 OF 10 PART II: INSTALL ADDITIONAL 4" THERMOPLASTIC (SPRAYABLE) EDGE LINE STRIPE— 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: • Install 32,157 LF of 4"Thermoplastic (Sprayable) Edge Line Stripe on Location No. 5, Nees Avenue (Russel to Oxford) at an agreed price of$1.12 per linear foot. A$36,015.84 increase. • Install 31,734 LF of 4"Thermoplastic (Sprayable) Edge Line Stripe on Location No. 6, Nees Avenue (Fairfax to Millux Alignment) at an agreed price of$1.12 per linear foot. A $35,542.08 increase. • Install 81,563 LF of 4" Thermoplastic (Sprayable) Edge Line Stripe on Location No. 8, Shaw Avenue (0.251 W/O Grantland to SR 145) at an agreed price of$1.12 per linear foot. A $91,350.56 increase. Perform all work according to the applicable sections of the Standard Specifications and the Special Provisions. Payment for this work will be made as extra work at agreed price unit prices (shown above), according to Section 9-1.03, "Payment Scope," of the Special Provisions and Standard Specifications. The agreed prices includes compensation for all materials, labor, equipment, tools, incidentals, markups, profits, and overhead costs, no additional compensation will be made thereafter. Total cost of the edge line striping extra work is $162,908.48, of which $160,000 will be paid through Bid Item No. 1, Supplemental Work, and the remaining $2,908.48 will be paid as extra work, resulting in a net increase of$2,908.48 to the contract. This work did not impact the critical path for the project, therefore, granting additional contract time was not warranted. TOTAL COST PART II: $2,908.48 INCREASE TOTAL TIME EXTENSION PART II: ZERO (0) -WORKING DAYS PART III: INSTALL 4" THERMOPLASTIC TRAFFIC STRIPE (SPRAYABLE) IN-LIEU OF 4" PAINT TRAFFIC STRIPE— 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: • Install 9,710 LF of 4"Thermoplastic Stripe (Sprayable) (Detail 5) in-lieu of 4" Paint Traffic Stripe on Additive 1, Location No. 9A, El Dorado (0.3 S/O Cal Aqueduct to 2.26 S/O Cal Aqueduct) at an agreed price of$1.55 per linear foot. A$15,050.50 increase. Bid Item No. 76, 4" Paint Traffic Stripe _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 ROAD PRESERVATION TREATMENTS CHANGE ORDER NO. 2 VARIOUS LOCATIONS IN FRESNO COUNTY OCTOBER 27, 2025 CONTRACT NO. 24-06-M PAGE 7 OF 10 (Sprayable) (Detail 5) was eliminated in Part I of this change order. • Install 9,860 LF of 4"Thermoplastic Stripe (Sprayable) (Detail 5) in-lieu of 4" Paint Traffic Stripe on Additive 2, Location No. 10A, El Dorado (Dorris Ave to SR 198) at an agreed price of$1.55 per linear foot. A $15,283 increase. Bid Item No. 90, 4" Paint Traffic Stripe (Sprayable) (Detail 5)was eliminated in Part I of this change order. • Install 476 LF of 4"Thermoplastic Stripe (Sprayable) (Detail 18) in-lieu of 4" Paint Traffic Stripe on Additive 2, Location No. 10A, El Dorado (Dorris Ave to SR 198) at an agreed price of$2.30 per linear foot. A$1,094.80 increase. Bid Item No. 91, 4" Paint Traffic Stripe (Sprayable) (Detail 18) was eliminated in Part I of this change order. • Install 200 LF of 4"Thermoplastic Stripe (Sprayable) (Detail 21) in-lieu of 4" Paint Traffic Stripe on Additive 2, Location No. 10A, El Dorado (Dorris Ave to SR 198) at an agreed price of$3.45 per linear foot. A $690 increase. Bid Item No. 92, 4" Paint Traffic Stripe (Sprayable) (Detail 21) was eliminated in Part I of this change order. • Install 5,413 LF of 4"Thermoplastic Stripe (Sprayable) (Detail 5) in-lieu of 4" Paint Traffic Stripe on Additive 3, Location No. 11A, El Dorado (SR 145 to 1.10 S/O SR 145) at an agreed price of$1.55 per linear foot. A$8,390.15 increase. Bid Item No. 107, 4" Paint Traffic Stripe (Sprayable) (Detail 5) was eliminated in Part I of this change order. • Install 375 LF of 4" Thermoplastic Stripe (Sprayable) (Detail 18) in-lieu of 4" Paint Traffic Stripe on Additive 3, Location No. 11A, El Dorado (SR 145 to 1.10 S/O SR 145) at an agreed price of$2.30 per linear foot. A $862.50 increase. Bid Item No. 108, 4" Paint Traffic Stripe (Sprayable) (Detail 18) was eliminated in Part I of this change order. Perform all work according to the applicable sections of the Standard Specifications and the Special Provisions. Payment for this work will be made as extra work at an agreed price according to Section 9-1.03, "Payment Scope," of the Special Provisions and Standard Specifications. This agreed price includes compensation for all materials, labor, equipment, tools, incidentals, markups, profits, and overhead costs, no additional compensation will be made thereafter. Total cost of the Thermoplastic Traffic Stripe (Sprayable) installation extra work is $41,370.95. This work did not impact the critical path for the project, therefore, granting additional contract time was not warranted. TOTAL COST PART III: $41,370.95 INCREASE TOTAL TIME EXTENSION PART III: ZERO (0) -WORKING DAYS PART IV: ACCEPT NON-CONFORMING SEAL COAT MATERIAL WITH EXTENDED WARRANTY 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 ROAD PRESERVATION TREATMENTS CHANGE ORDER NO. 2 VARIOUS LOCATIONS IN FRESNO COUNTY OCTOBER 27, 2025 CONTRACT NO. 24-06-M PAGE 8 OF 10 This proposal was requested by the contractor. Accept non-conforming (brittle 3/8" chip screenings) seal coat material, with a 1-year extended warranty in lieu of remove and replace. A total of one lane x 2.1 miles with unacceptable 3/8" chip screenings was placed on the westbound lane of Shaw Avenue, between Jameson Avenue and 0.1 mile west of Howard Avenue, on May 30, 2025. A location map of the affected areas is enclosed. The contractor provided the extended warranty in the form of a maintenance bond for$150,000 (copy attached), with the County of Fresno as the obligee. The extended warranty commences upon expiration of the 1-year standard warranty specified in the contract documents. The original warranty period for the Shaw Avenue location commences on August 13, 2025 (upon substantial completion) and ends on August 12, 2026. The extended 1-year warranty period for the pertaining areas (mentioned above) commences on August 13, 2026, and ends on August 12, 2027. The extended 1-year warranty only covers seal coat failures associated with the unacceptable 3/8" chip screenings. The estimated quantities for the bond amount are: Item Quantity Unit Description Price Amount A 1.00 LS Traffic Control $25,000.00 $25,000.00 B 1.00 LS Job Site Management 30,000.00 30,000.00 C 30.00 TON Sand Cover 100.00 3,000.00 D 22.00 TON Polymer Asphaltic Emulsion 850.00 18,700.00 E 160.00 TON Medium Chips (3/8") 500.00 8,000.00 F 3.50 TON Asphaltic Emulsion (Flush Coat) 650.00 2,275.00 G 10,560.00 LF Thermo Traffic Stripe (Detail 5) 1.30 13,728.00 H 10,560.00 LF Thermo Traffic Stripe (Detail 27B) 1.80 19,008.00 1 1.00 LS Mobilization 15,000.00 15,000.00 J 1.00 LS Removal of Failing Material 15,800.00 15,800.00 Total =$150,511.00 TOTAL COST PART IV: $0.00 (NO COST) TOTAL TIME EXTENSION PART IV: ZERO (0) -WORKING DAYS PART V: ADJUST COMPENSATION TO THE CONTRACTOR FOR THE CALIFORNIA STATEWIDE CRUDE OIL PRICE INDEX FLUCTUATION This was requested by the engineer. 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.Mgmt 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 ROAD PRESERVATION TREATMENTS CHANGE ORDER NO. 2 VARIOUS LOCATIONS IN FRESNO COUNTY OCTOBER 27, 2025 CONTRACT NO. 24-06-M PAGE 9 OF 10 Compensate the contractor per the methods established in Section 9-1.07, "Payment Adjustments for Price Index Fluctuations," of the Standard Specifications for fluctuations greater than or less than five percent in the California Statewide Crude Oil Index for the month the material was placed, when compared to the index published for the month of the bid opening. The California Statewide Crude Oil Price index for the bid opening month, August 2024, was 461.6. The index was 358.6 in May 2025, and 344.7 in June 2025 which applies to Pay Estimate No. 3 for the quantity of asphalt in the emulsions (PMCRS-2h, PMCQS-1 h & CSS-1 h). The asphaltic emulsion (PMCRS-2h) was utilized on the project where the minimum percent asphalt residue for the emulsion placed as bituminous seal coat was 65 percent. A total of 106.00 tons of PMCRS-2h emulsion was used on the project in May 2025, and a total of 726.20 tons of PMCRS-2h emulsion was used on the project in June 2025. The asphaltic emulsion (PMCQS-1 h) was utilized on the project where the minimum percent asphalt residue for the emulsion placed as slurry seals was 57 percent. A total of 448.99 tons of PMCQS-1 h emulsion was used on the project in May 2025, and a total of 426.54 tons of PMCQS-1 h emulsion was used on the project in June 2025. The asphaltic emulsion (CSS-1 h) was utilized on the project where the minimum percent asphalt residue for the emulsion placed as Flush Coat was 57 percent. A total of 24.00 tons of CSS-1 h emulsion was used on the project in May 2025, and a total of 123.47 tons of CSS-1 h emulsion was used on the project in June 2025. The total adjustment for price index fluctuation is being made in accordance with Section 9-1.03, "Payment Scope" of the Special Provisions, resulting in a decrease of$29,210.76 for the month of May 2025, and a decrease of$79,576.45 for the month of June 2025. The resulting total is a $108,787.21 decrease. TOTAL COST PART V: $108,787.21 DECREASE TOTAL TIME EXTENSION PART V: 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 ROAD PRESERVATION TREATMENTS CHANGE ORDER NO. 2 VARIOUS LOCATIONS IN FRESNO COUNTY OCTOBER 27, 2025 CONTRACT NO. 24-06-M PAGE 10 OF 10 NET COST THIS CHANGE ORDER: $187,774.56 DECREASE NET TIME EXTENSION THIS CHANGE ORDER: ZERO (0) -WORKING DAYS James Drews, Resident Engineer APPROVAL RECOMMENDED: n� TALLEY OIL. INC. Contractor Mandeep S. Sekhon, PE Construction Engineer �Yic �oGGa��f By Eric Pollard(Nov 3,2025 09:22:34 PST) APPROVED BY: Digitally signed by Steven CFO Steven White D tlee2025.11.03 Title 10:14:53-08'00' Steven E. White, Director Nov 3'2025 Public Works and Planning Accepted Date: Date: Contractor We,the above signed contractor, have given careful consideration to the change proposed and hereby agree,if _Auditor Controller this proposal is approved,that we will provide all equipment,furnish all materials,except as may otherwise be _Business office noted above,and perform all services necessary for the work above specified,and will accept as full payment Board of Supervisors _Const.Mgmt therefore the prices shown above. RE/Arch. Design If the Contractor does not sign acceptance of this order, his attention is directed to the requirements of the specifications as to proceeding with the ordered work and filing a written protest within the time therein specified. IsSwiss Re Swiss Re Corporate Solutions America Insurance Corporation Swiss Re Corporate Solutions Premier Insurance Corporation CorpOrat(. Sol utIC)f1S 1200 Main Street,Suite 800 MAINTENANCE BOND Bond No. 2359509 Kansas City, MO 64105 KNOW ALL MEN BY THESE PRESENTS: That we, Talley Oil Inc as Principal, and Swiss Re Corporate Solutions America Insurance Corporation as Surety, are held and firmly bound unto County of Fresno as obligee, in the sum of One Hundred Fifty Thousand no/100 Dollars ($ 150,000.00 ) for the payment of which sum well and truly to be made, we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a contract with Obligee dated October 8th 2024 for: Contract 24-06-M Road Preservation Treatments and the Principal is required to guarantee the work under said contract against defects in materials or workmanship. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, if Principal shall faithfully carry out and perform the said guarantee, and shall, on due notice, repair and make good at its own expense defects in materials or workmanship in the said work discovered only during the period of time beginning 08/25/2026 and expiring 08/25/2027 ("Effective Dates"), or shall pay over, make good and reimburse to the Obligee for defects discovered during the Effective Dates, then this obligation shall be null and void; otherwise to remain in full force and effect, subject to the Effective Dates. The Surety shall have no liability for defects discovered outside the Effective Dates. PROVIDED, HOWEVER, this bond may be extended at the sole option of the Surety by continuation certificate executed by the Surety and the Principal. Neither non-renewal by Surety, nor failure, nor inability of the Principal to file a replacement bond shall constitute a loss to the Obligee recoverable under this bond. Regardless of the number of times this bond is extended, the liability of the Surety shall not be cumulative in amounts and shall in no event exceed the amount set forth above, or as amended by rider. PROVIDED FURTHER, HOWEVER that any suit under this bond shall be commenced no later than one (1) year from the expiry date noted above. If this limitation is prohibited by any applicable law, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law, and said period of linnitacion shall be deemed to have accrued and shall commence on the expiry date noted above. Signed and dated this 28th day of August 20 25 Talley Oil Inc Swiss Re Corporate Solutions America Insurance Corporation Principal Name i e: i C r��h c ►'e c t�r t C,Ci&h ,s. Natalie Guillozet Auorr ey-ir:-Fact SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION("SRCSPIC") WESI'PORT INSURANCE CORPORATION("WIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT SRCSAIC,a corporation duly organized and existing under laws of the State of Missouri,and having its principal office in the City of Kansas City,Missouri,each does hereby make,constitute,and appoint: DANIEL PECK,DARREN JOHNSON,NATALIE GUILLOZET,NATALIE GUILLOZET,NICHOLE.FISHER,CAITLIN ELSASSER, KYLE HERNANDEZ,BRIANNE BOBO,and STEPHANIE McGUIRE JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds,consents of surety,or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted bylaw,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of, FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meelings duly called and held on the 18"of November 2021 and WIC by written consent of its Executive Committee dated July 18,2011: "RESOLVED,that any two of the President,any Managing-Director,any Senior Vice President,any Vice President,the Secretary or any Assistant Secretary be,and each or any of them hereby is,authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attomey and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attomey or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard t4an bond,undertaking or contract ofsurety to which it is attached." So •, a , —r�'�� �90iu '��" � � '' NBy % en o C&Senior Vier Pretidrnt SEAL°�p' S E A L ofSRCSPIC&SroI.r VIt.Praldent of WIC w J e�. It 1973 ':°'' SU: t I t SS50ut:%.p�i S;L�S'SO�a�p`�r •+.",M" Abv ..S" ....• a,.•"` Ca ;0.1.9 rr,5eninr\ e Prr ml of>Rt'S.�Ii'C S 'ice 1'resitlent '� • '� of SRCSPIC&S i"r\ cr Pretldrnt of N-tC IN WITNESS WHEREOF,SRCSAIC have caused their official seals to be hereunt. axed,and these( nls be signed by their authorized officers this _1._11bay of June 20 25 Swiss Re Corporate Solutions America insurance Corporation State of I►linois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook El Westport Insurance Corporation June 25 On this day of 20 before me,a Notary Public personally appeared David Satorv,Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC,and Gabriel Jacnuez.Senior Vice Presidentof SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney officto ofand acknowledged said instrument to be the voluntary act and deed of their respective cc anies. OFFICIAL SEAL KAREN M SZWEDA Notary Public,Slate of Illinois Cornmi&ion No 978628 My Commission Expires September 26 2027 en M. a.Notary 1,Jeffrey Goldberg,the duly elected Senior Vice President and Assistant Sccwa!y of SRCSAIC and SRCSPIC and WIC do hereby certify that the above and foregoing is a true and correct copy of a Power of Attomey given by said SRCSAIC and SRCSPIC and WIC,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 28th day of August 20 25 Jr(frc� Goldberg,Senior 6ce Presideiw*-.A!n-;or Secretary of SRCSAIC and SRCSPIC find WIC CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1169 :(`,crcrc:Cs�.r•.c.M.c:Gcc`.c.�C.c:()c.C.r�)cC.cC.cC,cl`.cC,cre:ccrc'C.ccc:C.cC'.crc.G'crccc;C,c<'.�:C,crc:Gc;ccr.c:�Jc(`�.cc.crcrc;cc:c�.ccc�.crc;cc A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of Q /Fresno ) On O I 2q 25 _ before me, Caitlin Elsasser,Notary Public Date y Here Insert Name and Title of the Officer personally appeared _ a•1.0XX GU\"bzQ, Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(4 whose nameog is/3r.6 subscribed to the within instrument and acknowledged to me that X/she/SWE? executed the same in >W/her/fbeO authorized capacity,and that by Wher/tilt signature) on the instrument the person%, or the entity upon behalf of which the person{,` acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws � of the State of California that the foregoing paragraph ]0- Y CA�TLIN ELSASSER istrue and correct. Nctary P.blit•CaliforniaFresno County WITNESS my hand and official seal. Commission;2511123 CCr„„^.,Ex:)es Feb 12.2029 ����77��++++tttttttttttt '�e'vT YLL1L�ty3.Z�xa, Signature eat&� Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: . Signer's Name: Corporate Officer — Title(s): Corporate Officer — Title(s): -i Partner — :1 Limited ❑General L� Partner — ❑ Limited ;_,General Individual ::1 Attorney in Fact ❑ Individual -]Attorney in Fact Trustee ❑Guardian or Conservator ❑Trustee J Guardian or Conservator C:i Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1.800-876-6627) Item 45907 CALIFORNIA NOTARY ACKNOWLEDGEMENT (INDIVIDUAL) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Madero) OnSepj,tmher q. 2025 before me, Meah 0 VoJW�mlic (insert name and title of the officer), personally appeared e ch , who proved to me on the basis of satisfactory evidence to be the per on(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MEGHAN PALMER WITNESS my hand and official seal. COMM. >72470009 z :..:.+�:c` Y,-nit Notary Public-Califo qrnia o Madera County 'rf+ M Comm.Expires Nov.7,2027 Signature 140&LU WW*W (Seal) Copyright©2018 Nota ryAcknowledgem ent.corn.All Rights Reserved. LIMITED POWER OF ATTORNEY Talley Oil, Inc., it Cali[ornia corporation I"Principal"), hereby, makes, constitutes, and appoint, Cody Branch, as its true and lawful attorney-in-fact ("Attorntw-ill-Fact"), to .act for Principal and in Principal's name, place, and stead; and for Principal's use' and benefit, with respect to the below listed specific purposes. PRINCIPAL. GIVES AND GRANTS to its Attorney-in-Fact full power and authority to do and periorm each and every act and thing,11 h(Ch may be necessary or appropriate in connection with any of the below listed specific purposes., as fully. to all intent and purposes. as Principal might or could do, hereby ratifying and cun6miinp, all that Principal's Attorney-in-Fact shall lawfully do or cause to be done by virtue of this grant of authority: a. To negotiate, prepare, sign (including electronic digital signature), change, submit. enter into or cancel,any public works contracts on behalf of Principal. Attorney-in-Fact shall not be liable for any action taken or not taken under this Polder of Attoney, unless it is a result of Willful misconduct or gross nc-ligcucc. The:attorney-in-Fact may not delegate any authority granted under this Power of Attorney. "!'his Power ol'Attornev shall be effective irnntediatety upon its cxec:ution. This Power of Attorrtev shall remain in effect unless revoked by the Principal. This Power of Attorney shall be governed and construed by the laws of the State of California. The Principal considers the above acts and deeds by the nominated Attorney-in-Fact as completely valid and binding for the Company. Dated: �j - TALLEY": FALLEY OIL, INC. By: KE:NNE" WILLIAM TALLEY Its: Chief Executive Officer INOTARY ACKNOWLEDGMENT PAGE; FOLLOWS1 ct^c4- �c1t gym,G �clCYhwl'>�� CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary puhlic or other officer completing this certificate verifies only the identity of'the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity ofthat document. State of California County of Fresno On '�_�� 2U25 before me, Jorel Isaac Suikowsky, Notan, Public personally appeared �h7� l}J 1��f aYY1�41 Q who proved to me on the basis of satisfactory evidence to be the persort(sl whose named is4iw subscribed to the within instrument and acknowledged to me thaLf2Vshe,44iey executed the same in is o4lwir authorized capacity(-iE ), and that s/huCtluit- signaUu:z(s) on the instrument the persut�{�, or the entity upon behalf of which the perso%(s.) acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Y� JOREL ISr1AC SUIKOWSK-a Nctary Public-California Fresno County Commsssion a 2444961 wY COMM.Eaves+Nay 18,2022 Signature of Notary Public - - - - (Notary Stall ADDITIONAL OPTIONAL INFORMATION J DESCRIPTION OF ATTACHED DOCUMENT CAPACITY CLAIMED BY THE SIGNER `iTyN>-A Pb- C�- ndividual(s) (Title or description of attached document) rate Office (Title or description of attached document continued) (Title) Part r(s) Number of Pages (including acknowledgment) - Attorn y in-Fact Document Date G� _ _ — __: Truste s) Othe (Additional Information, optional)