Loading...
HomeMy WebLinkAbout2503C CCO 01.pdf COUNTY OF FRESNO CONSTRUCTION MANAGEMENT CONTRACT CHANGE ORDER HOUGHTON CANAL BRIDGE REPLACEMENT CHANGE ORDER NO. 1 AT N. CHATEAU FRESNO AVENUE DECEMBER 18, 2025 N. CHATEAU FRESNO AVENUE, 0.5 MILES SOUTH PAGE 1 OF 2 OF BELMONT AVENUE, BRIDGE NO. 42CO695 FEDERAL PROJECT NO.: BRLO-5942(237) CONTRACT NO. 25-03-C TO: CAL VALLEY CONSTRUCTION, INC.: Make the following change(s) to the plans and specifications or do work not in the plans and specifications for this contract. Because of the proposed change(s), ZERO (0) -WORKING DAYS will be granted to the allotted contract time. PART I: INCREASE BID ITEM NOS. 32 AND 34 QUANTITIES AT THE UNIT PRICES This change was requested by the engineer. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, increase Bid Item No. 32 and Bid Item No. 24 quantities at unit bid prices to compensate for the two 48-inch standpipes per Addendum No. 3. Payment for increased quantities will be made at the unit bid prices of the pertaining bid items according to Section 9-1.03, "Payment Scope," of the Special Provisions and Standard Specifications. Bid Item No. 32 and Bid Item No. 34 increased as shown below: Increased Items: Item Total Total No. Description Unit Quantity Price Amount (°� 32 18" Rubber Gasket LF 26.00 $200.00 $5,200.00 89.66 89.66 Reinforced Concrete Pipe 34 24" Rubber Gasket LF 22.50 220.00 4,950.00 16.42 16.42 Reinforced Concrete Pipe TOTAL INCREASE: $10,150.00 This change did not impact the critical path for the project, therefore, granting additional contract time was not warranted. TOTAL COST PART I: $10,160.00 INCREASE TOTAL TIME EXTENSION PART 1: ZERO (0) -WORKING DAYS PART II: MODIFY IRRIGATION TURNOUT STRUCTURES— EXTRA WORK This change was requested by the engineer. In accordance with Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, modify irrigation turnout structures per the attached plans, Submittal No. 37.3 and RFI No.12. Perform all work according to the 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 HOUGHTON CANAL BRIDGE REPLACEMENT CHANGE ORDER NO. 1 AT N. CHATEAU FRESNO AVENUE DECEMBER 18, 2025 N. CHATEAU FRESNO AVENUE, 0.5 MILES SOUTH PAGE 2 OF 2 OF BELMONT AVENUE, BRIDGE NO. 42CO695 FEDERAL PROJECT NO.: BRLO-5942(237) CONTRACT NO. 25-03-C applicable sections of the Special Provisions and/or Standard Specifications. Payment for this work will be made at an agreed lumpsum amount of$5,429.36 according to Section 9-1.03, "Payment Scope," of the Special Provisions and Standard Specifications. This agreed price includes all materials, labor, equipment, incidentals, and markups and profits, no additional compensation will be made thereafter. This amount will be paid as extra work. This extra work did not impact the critical path for the project, therefore, granting additional contract time was not warranted. TOTAL COST PART II: $5,429.36 INCREASE TOTAL TIME EXTENSION PART II: ZERO (0) -WORKING DAYS NET COST THIS CHANGE ORDER: $15,579.36 INCREASE NET TIME EXTENSION THIS CHANGE ORDER: ZERO (0) -WORKING DAYS AZUL ARIAS, Resident Engineer APPROVAL RECOMMENDED: CAL VALLEY CONSTRUCTION INC. Contractor MANDEEP S. SEKHON, PE Construction Engineer By Chris Grimm(Dec 18 202511:14:52 PST) APPROVED BY: Digitally signed by Steve Operations Manager Steve White Date: Date:2026.01.05 Title 12:30:31-08'00' -- ----- ---- STEVEN E. WHITE, Director Dec 18, 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. 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. General Engineering♦Commercial&Residential }! l ! ��. Zj Heavy Equipment Rental.Grading&Paving iCALLLEY DIR Reg.#1000009471 Contractors State License#873800 Certified WBE(CPUC VON:9LS00170) CONSTRUCTION 11/25/25 Azul Arias Department of Public Works and Planning SENT VIA EMAIL:aarias@fresnocountyca.gov 2220 Tulare St.7th Floor Fresno,CA 93721 Project: County of Fresno—Houghton Canal Bridge Project Location: Fresno PCO 02—FID IR Structure Changes SCOPE OF WORK INCLUDES: All labor, materials, and equipment necessary for FID IR structure changes. Please let us know if these costs are approved. Kind Regards, �44 . Neva Justin Hall Project Engineer <><><><><><><><><><><><><><><><><><><><><><><><><><><><><><><><><><><><><><><><><><><><><><><><> APPROVED: CAL VALLEY CONSTRUCTION,INC. OWNER Signature Signature Print Name Print Name Date Date /1 F.... .CE r c V , nGc = � L ARA •�..•."°"°• CAI IFORNU ' INDUSTRIAL car ra.roa.. o❑t �� ❑■ uc�-oa x❑❑*= 65!B*m.• ae•tn.■*m.gn� •*X*m. L_'Cio -LMon—OnTE E� www.calvalleyconstruction.com . , .L."ViA LLEY Fe C722rra (559)274.O300 Office(559)274.0311 Fax Project:County of Fresno-Houghton Bridge Project-251211 Date:11252025 Work Performed For:Coun of Fresno Reason for POO:FID IR Structure Changes Description Of Work:Structure Change LABOR EQUIPMENT Rates Item Description His. Rate Amount His. OT Rate OT Amount Hrs. DT Rate DT Amount Par Diem Amount Item Description Hrs. Rate Amount 1 Foreman $ $ $ $ $ $ $ 1 Motor Grade/CAT 14 0 $ 175.00 $ 2 Operator $ $ $ $ $ $ $ 2 Motor Grader/JD872 0 $ 200.00 $ 3 Laborer $ $ $ $ $ $ $ 3 Water Truck 4,000 GAL 0 $ 100.00 $ 4 Water Tanker 8,000 GAL 0 $ 300.00 $ 5 Dozer D6 0 $ 170.00 $ 6 Dozer D7 0 $ 200.00 $ 7 Dozer D8 0 $ 275.00 $ 8 Dozer D10 0 $ 550.00 $ 9 Excavator Mini 308 0 $ 45.00 $ 10 1 Excavator Light 314 0 $ 75.00 $ 11 Excavator Medium 330 0 $ 200.00 $ 12 Excavator Large 349 0 $ 250.00 $ 13 Excavator Large 375 0 $ 350.00 $ 14 Scraper 623 0 $ 300.00 $ 15 Scra er 637 0 $ 475.00 $ i6 Smooth Drum Roller 84" 0 $ 80.00 $ 17 Pad Foot Roller 84" 0 $ 85.00 $ 18 Compactor 815 0 $ 175.00 $ 19 comp-tor 825 0 $ 250.00 $ 20 Trench Compactor 0 $ 35.00 $ 21 Skidsteer 0 $ 55.00 $ 22 Ski Loader 0 $ 60.00 $ 23 Wheel Loader 950 0 $ I50,00 $ 24 Wheel Loader 966 0 $ 200.00 $ 25 Boom Lift 60FT 0 $ 40.00 $ 26 Forklift 8K 0 14SO.00 $ 27 Forklift 12K 0 $ 28 Crane RT 75 TON 0 $ 29 Crane Rt 90 TON 0 $ 30 F250 Pickup 0 $ 31 F350 Pickup 0 $ 32 Generator 25kW 0 $ 33 Generator 75kW 0 $ 34 Alr Compressor 185 CFM 0 0 $ 35 Light Tower 0 $ 15.00 $ 36 Mechanic Service Truck 0 $ 150.00 $ 37 Dump Truck End Dump 0 $ 200.00 $ 38 Dump Truck Bally Dump 0 $ 220.00 $ 39 1 Dump Truck 745 0 $ 280.00 $ 40 17 Axle Haul Truck 0 $ 350.00 $ Subtotal $ Subtotal $ OH&Profit 15% $ OH&Profit 15% $ Total $ Total $ MATERIAL SUBCONTRACTOR Item Descri lion Dry Unit Price Amount Item Oty, Unit Price Amount 1 1 $ $ 1 Chapco-FID IR Structure Changes 1 $ 4,674.44 $ 4,674.44 2 1 $ $ 2 $ 3 1 $ $ 3 $ 4 0 $ $ 4 $ 5 0 $ $ 5 $ 6 0 $ $ 6 $ 7 0 $ $ 7 $ e 0 $ 5 8 $ 9 0 $ $ 9 $ to 0 $ $ to $ Subtotal $ Subtotal $ 4674.44 OH 8 Profit 15°A $ OH&Profit 15% $ 701.17 Total $ 1 Total $ 5,375.61 Comments Acceptance Total Of(PCO) Contractor's Representative Name:Kevin Parini Description Amount Si nature: Labor $ Subcontractor's Representative Equipment $ Name: Material $ SI nature: Subcontractor $ 5,375.61 Owner's Representative Total $ 5,375.61 Name: Band(1%) $ 53.76 Signature: Insurance Grand Total/EA $ 5,429.36 Extra Time Required: 210, (916)497-8840 MAIN NAILS 236210,236220,2371 10 23 130,238237310 237990,238110 .238?>0.238140,238190,CO 238390,238910 6000 Mortono Street CONSTRUCTION Sacramento,95828 uC.#1122875A DBE#52778 Contractor Project No. 017 Owner Project No. 25-03-C Project Name: Houghton Canal Bridge Replacement at N. Chateau Fresno Avenue LETTER NO. 017-LTR-001 Date: 11/25/2025 V,ILLEY Cal Valley Construction, Inc. 5125 North Gates Avenue, Suite 102 Fresno, CA 93722 Attention: Justin Hall Subject: FID IR Structure Changes Cost Repot Comments: Please find attached the cost report for the changes to the FID Irrigation Structures as outlined in response to Chapco's RFI-005 (CVC RFI 012). Please provide a Contract Change Order for the costs shown attached. Originated By: Matthew Clifford 916-801-4295 Operations Manager matthew@chapcoconstruction.com Chapco Construction, Inc. Connect Communities. CHAPCOCONSTRUCTION.COM / » g $ G \ G \ 7 � C)z / / \ }§ � \ \ \ q ƒ � � � & ¥ \ ( k u < emee_eee_ eawae___a ___seeameew__ea e tw � < \ � � 7u . Ep0 \ a 2 � � 2ca \ f 6 m e 27 ® \ { Z) � / _ § I o & - e � / 3: \ 0 � � \ o - o -iW o GE £ k e 0 \ e] ] sy $ \ G2 / $ � \ % 2 - o 0 \ / 2 z @ « » t = S $ uj ( { t § \ o \ \ oz 0z 0Z ® E \ zz z _ Z _ oa . § wo uo wo U k � \0 ( � ( 2i ( 2 w < u < � < ' \ / w / ee 2 / \\ 2 < i Cl) § \ � a9 E ^ e ƒ m M E z e O 0 2 = _ 2 m / m / § / § } § § w 00 z_ o z_ k \ 4 \ 00 z < � ELLJ 0L:w e ƒ � c § ƒ f § / § § ( � § ( � � U ƒ � ° § \ k \ 6 O \ ¥ @) g 4w 2 wz \ ° § § � / / ( o j \ o � n O X e U a / ® / / \ § \ R -0 § \ § � § \ \ � k _ 0 / / o � m ƒ a ) , / k C: z z 5 e e / \ / \ J / / C&N Reinforcing, Inc. Contractor: Chapco Date: 10/8/2025 Job Name: Houghton Canal Bridge C&N Job#: 250035 Extra No.: #2 Description: Added material and labor per new changes RFI#012. Footing edge has added rebar 12" from wall end at all sides and footing reinforcement revised from#4@12" OC mid to#4 @12" OC top&bottom.Wall Reinforcement has been changed from#4 @12"OC to#5 @12" OC.2#4 ties have been added to pipe penetration. Material: Quantity: Unit: Unit Price: Comments: Extended Price: Rebar 1,121 LB $ 0.63 Additional Rebar $ 706.00 LB $ - $Each $ - $Each $ - $ - $ 706.00 Labor Impact: Quantity: rHours Unit Price: Comments: Extended Price: Rebar 9 $ 104.69 Labor $ 942.00 $ - $ - - $ - $ $ 942.00 FWA Labor: Quantity: Unit: Unit Price: Comments: Extended Price: Ironworker Hours $ Regular Base Pa $ - Overtime Hours $ Premium Portion Only $ Doubletime Hours $ - Premium Portion Only $ Other: Quantity: Unit: Unit Price: Comments: Extended Price: Engineering 4.00 Hours $ 80.00 Detailing $ 320.00 Crane - Hours $ - $ - Delivery - Each $ - $ - Other - Each $ - $ - $ 320.00 Sub Total= $ 1,968.00 Overhead&Profit @ 10% &5% = $ 305.00 Sub Total= $ 2,273.00 Sales Tax(material)= $ 61.00 Total Extra To Contract=1 $ 2,334.00 39 Treasure Island Rd. Suite 16C Phone:209.399.2022 San Francisco,Ca 94130 Page 1 of 1 Email: info@cnreinforcing.com PROVOST&PRITCHARD CONSULTING GROUP 455 W Fir Ave•Clovis,CA 93611•(559)449-2700 www.p rovosta ndpritchard.corn REQUEST FOR INFORMATION REVIEW FORM RFI NO. 012 RFI Name: FID Irrigation Turnout Reinforcement Details Specification: Owner: County of Fresno Project Name: Houghton Canal Bridge Replacement at N.Chateau Fresno Ave Project Number: P&P 184923001 Contractor: Cal Valley Construction Received: 9/8/2025 Reviewer: Kirk Koester Returned: 9/23/2025 FRESNO IRRIGATION DISTRICT RFI REVIEW STATUS: NO EXCEPTIONS TAKEN ❑ No Exceptions Taken ❑ MAKE CORRECTIONS NOTED ❑ Make Corrections Noted ❑ REVISE AND RESUBMIT ❑ SUBMIT SPECIFIED ITEM ❑ Revise and Resubmit ❑ REJECTED ❑ Rejected REVIEW IS FOR GENERAL ❑ Not Reviewed—For Information Only CONFORMANCE WITH DESIGNCONCEPT. NOT RESPONSIBLE FOR ® For Information Only DIMENSIONS, ERRORS,OR OMISSIONS. QUESTION: DATE:q "15-aon5 BY: eN Provide details for the reinforcement in the FID irrigation turnout structures. COMMENTS: See attached detail for reinforcing bar information for both FID irrigation turnout structures. Additionally,the pipe invert elevation and bottom elevation for structure are revised as described below: FID Turnout at Sta. 118+30.50 FID Turnout at Sta. 116+23.46 Pipe Invert Elevation: 247.18 Pipe Invert Elevation:247.14 Bottom Elevation: 246.18 Bottom Elevation: 246.14 Signed: This review is for conformance with the design intent of the contract documents. No comments or responses shall be construed as relieving the Contractor of their responsibility to comply with the plans and specifications. G:\Cornerstone Engr-1849\184923001-Chateau Fresno Ave Bridge\800 Construction\810 RFis\RFI It12-FID Irrigation Turnout Details\Rrl 1112_P&P Res_ponse_250923.docx Piro;;ng Environnionlal GiS ConslruclionServices Hydrogeology- Consulting Clovis-Visalia• Bakerslield-Pnodesio•Los Buios•Chico•Social-!enfo•Sonoin•San Luis Obispo•Boise,ID 1 • • PAGE: SSK-01 `i` PROJECT: Houghton Canal Bridge Replacement DATE: 9124125 RFI#12 FID Irrigation Turnout Detail BY: MDW STRUCTURAL DIVISION 1849-23-001 CLIENT: Cornerstone Engineers JOB#: %SEE NOTE 19 AND DRAWING 2-01 #4 x 2'-6"@ 12"o.c.LAPPING WITH WIRE MESH �Z», (EFF.EMBED.=4"IN EPDXY ADHESIVE) _14HILTI HIT-RE 500 V3 EPDXY ICC ESR-3814 -SEE DRAWING MIN. (TYP.) 5-10 FOR RECESSED SLOT SLOT \ 4"0 MIN. METERING VENT W/ 3/4"0 DISTRICT R/W HOLE. SEE NOTE 18 SEE NOTE 12 1" CHAMFER ALL -12 MIN-, EDGES (TYP.) .� (TYP) -- - --- I4� MIN .�® D FLOW --' CHANNEL- TOE - --- -- 48 12» R = DISTANCE (TYP) MIN RADIUS SHALL BE FIELD ANTI-CREEP VERIFIED PRIOR TO COLLAR PLACEMENT OF LINING SEE (TYP.), RADIUS OF LINING CONCRETE COLLAR DISTRICT STARTS AT FACE SEE DISTRICT DRAWING DRAWING 5-I1 R OF TURNOUT 5-03 2 8" 5'MIN. OR LIMITS OF DISTURBED SOIL, 'MICHEVER IS GREATER(TIP.) I: \ PROVIDE#5 x 2'-8"I AT CORNER(VERT REINF. NOT SHOWN FOR CLARITY) PLAN VIEW SEE NOTES 13. 14, AND 15, SHEET 3 INSTALL MOUNTING BOLTS W/24" 12• MATCH VENT DISTRICT R/W MAX. SPACING ALONG GATE 6" MIN. ELEVATION TO TOP SEE NOTE 12 FRAME. TOP BOLT SHALL BE 9" 12" MAX. 6, OF STRUCTURE BELOW TOP OF STRUCTURE I 2%MIN. - 4%MAX SLOPE HWL #5 9 12"0.C. _EA WAY, TYP. SEE TURNOUT ��/ - -HOOKBAHSAT- 3 MIN: DESIGN CRITERIA,— I ��� k OPENING, TYP. SHEEI 4 11, i � --SEE NOTE 17, SHEET 3 COMPACT ALL--. SILL--- - DISTURBED SOILS O i TO MIN. 93%RC 6 - ----------- TYP.ALL(4)SIDES �3/4"0 VARIES HOLE FLOW ------- ALL STEEL RFINFORCEME IT SHALL 12" i CONFORM TO APPLICABLE PROVISIONS 1'-0- OF ACI 318 - --T- -INSTALL APPROVED WATERSTOP USE 6" CONTINUOUS RIBBED PVC -- -UNLESS OTHERWISE DIRECTED BY DISTRICT WATERSTOP AT All CONSTRUCTION 1'_�" '� `' '° ENGINEER, SCARIFY AND RECOMPACT 12" JOINTS (TYP.) SEE DISTRICT (TYP) PROFII-E VIEW BENEATH STRUCTURE. MIN. 95% RC DRAWING 5-09 PER ASTM D-1557 #4 e 12"o.c. EA WAY, T&B (w/)2.4"01 VERI AP RCULAR HOOPS �OQ (sF ESS ION gI�y cl ALL DETAILS AND NOTES NOT IN RED PER FRESNO L" a IRRIGATION DISTRICT DRAWING 5-08(TURNOUT TYPE No. 88513 m 2). REFER TO THOSE DRAWINGS FOR ALL ADDITIONAL INFORMATION. PROVOST B PRITCHARD CONSULTING GROUP HAS ONLY DESIGNED AND REVIEWED `r�l ciVti� CONCRETE WALLS AND FOUNDATION STRUCTURES. F OF CAS\FO