Loading...
HomeMy WebLinkAbout2011 CON Ohno Construction - Change Order #3 El Toyon Soccer FieldCALIFORNIA -� NATIONAL en INCORPORATED -� El TOYON SOCCER FIELD CHANGE ORDER NO. 3 Specification #07-01 January 11, 2010 Contractor: OHNO Construction Co. Reason/Purpose for this Change Order: The City received grants from the County of San Diego as well as CDBG funds for the construction of the soccer/football field. The specifications were written such that at the very least the basic field could be constructed within the means of funding. Additive bids A - I were included in the specifications for bidding on items that compliment the field. Funding is such that the City can include the additive bid items A - H as listed below. The City of National City and Contractor agree to the following change to the original Contract: The contractor shall construction the following Additive Bid Items in accordance with the contract documents: A) R& R w/Overlay •AC service road with 1 1/2" thick AC - $13,000.00; B) Restore decomposed granite path with 2" minimum thickness DG and install recycled plastic redwood header - $40,890.00; C) Install DG and concrete header adjacent to and south of soccer field - 528,000,00; D) Relocate and paint bleachers - $2,200.00; E) Adjust/install irrigation and sod south of soccer field - $45,686.00; F) Clear, grub, and grade area inside dog runs and install 2" of Decomposed Granite. Install 4" high chain link fence Install ADA compliant self closing/locking swing gates - $27,171.20; G) Install 4", 2500 psi concrete pads for benches and trash cans. Install City provided benches and trash cans - $3,970.00 and H) Install 48" box tree, (Tipuana) - $11,200.00 for a total of $159,117.20. Totals shown here are estimates. Amounts to be paid shall be per the line items costs bid by the contractor in the original bid documents, (see Attachement "A" for breakdown.) Original Contract Amount $ 440,642.00 Net change by previously authorized Change Orders 29,704.23 Subtotal 470,346.23 Amount of this change order 159,161.20 New contract amount Working days added: 0 Submitted by: $ 629,507.43 Working days subtracted: Percent change in Contract to date 42.86% '.f 3/ City €ngineerL` ba(e yor Ron Morrison ID Date - // Date By signing this Change Order the Contractor confirms that he/she is completely familiar with its terms and conditions and has fairly negotiated its price, terms and conditions. If this Change Order is approved, Contractor will provide all of the equipment, materials and labor necessary to provide a complete work as described above at that the price stated herein. Additionally, Contractor confirms that the price is fair and complete and represents all costs associated with the work, including but not limited to all equipment, materials, labor, supervision, overhead, fees, bonds, insurance, profit, etc. and that there will be no further compensation. All of the terms and conditions of the original contract documents are incorporated herein. Acc pted and agreed to by OHNO Construction: Name Date Note to Cdractor, It you do not agree with this Change Order you may be directed to proceed with this work under the terms of the contract and you may proceed under protest. You must comply with the contract requirements of submitting a written protest to protect your claim. 1243 National City Boulevard, National City, CA 91950 Telephone (619) 336-4380 +— CALIFORNIA EL TOYON SOCCER FIELD Specification #07-01 Additive Bid "A": N ��,' 'IO 1A_L ar V NC0 CHANGE ORDER #3, Attachment "A" DESCRIPTION R& R w/Overlay AC service road with 1 1/2" thick AC. UNITS SF QTY 5,000 UNIT PRICE $ 2.60 EXTENSION $ 13,000.00 TOTAL BID Additive Bid "B": $ 13,000.00 # DESCRIPTION UNITS QTY UNIT PRICE EXTENSION 1 Restore decomposed granite path with 2" minimum thickness G SF 33,880 $ 0.55 $ 18,634.00 2 Install recycled plastic redwood header LF 1,550 $ 6.00 $ 9,300.00 TOTAL BID $ 27,934.00 Additive Bid "C": DESCRIPTION UNITS QTY UNIT PRICE EXTENSION 1 Install DG and concrete header adjacent to and south of soccer field LS 1 $ 28,000.00 $ 28,000.00 TOTAL BID $ 28,000.00 Additive Bid "D": DESCRIPTION Relocate and paint bleachers Additive Bid "E": UNITS LS QTY 1 UNIT PRICE $ 2,200.00 TOTAL BID EXTENSION $ 2,200.00 $ 2,200.00 1 DESCRIPTION Adjust/install irrigation and sod south of soccer field UNITS SF Qn' 17,240 UNIT PRICE 2.65 TOTAL BID EXTENSION $ 45,686.00 $ 45,686.00 DESCRIPTION UNITS QTY UNIT PRICE EXTENSION 1 Clear, grub, grade area inside dog runs and install 2" of Decomposed Granite SF 18,968 $ 0.90 $ 17,071.20 2 Install 4" high chain link fence LF 500 $ 18.00 $ 9,000.00 3 Install ADA compliant self closing/locking swing gates EA 4 $ 275.00 $ 1,100.00 TOTAL 8ID 7 171. # DESCRIPTION UNITS QTY UNIT PRICE EXTENSION 1 Install 4", 2500 psi concrete pads for benches and trash cans SF 500 $ 5.00 $ 2,500.00 2 Install City provided benches and trash cans EA 7 $ 210.00 $ 1,470.00 TOTAL BID $ 3,970.00 Additive Bid "H": 1 DESCRIPTION Install 48" box tree, (Tipuana) UNITS EA QTY 7 UNIT PRICE $ 1,600.00 TOTAL BID ESTIMATED TOTAL OF ALL ITEMS EXTENSION 11,200.00 $ 11,200.00 $ 159,161.20 All quantities listed are approximate. Contractor will be paid only for work actually peformed and accepted by the City. RESOLUTION 2011 — 06 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NATIONAL CITY AWARDING ADDITIVE ALTERNATES TO THE ORIGINAL CONTRACT WITH OHNO CONSTRUCTION BY EXECUTING CHANGE ORDER NO. 3 IN AN AMOUNT NOT -TO -EXCEED $159,161.20 FOR CONSTRUCTION IMPROVEMENTS FOR THE EL TOYON SOCCER FIELD PROJECT WHEREAS, the City received grants from the County of San Diego, as well as CDBG funds, for the construction of a soccer field; and WHEREAS, specifications of the contract were written such that at the least the basic soccer field could be constructed within the means of funding; and WHEREAS, additive alternates were included in the specifications for bidding on items that compliment the field; and WHEREAS, funding is available for the additive alternates above what was needed for the base bid. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of National City hereby awards additive alternates to the original contract with Ohno Construction. BE IT FURTHER RESOLVED that the Mayor is hereby authorized to execute Change Order No. 3 with Ohno Construction in an amount not -to -exceed $159,161.20 for construction improvements for the El Toyon Soccer Field Project. PASSED and ADOPTED this 11 th day of January, 2011. Ron Morrison, Mayor ATTEST: Michael R. Dalla, ity Clerk AP' OO/VED AS TO F•RM: CI.P:ia G. Silva ''r City Attorney ' Passed and adopted by the Council of the City of National City, California, on January 11, 2011 by the following vote, to -wit: Ayes: Councilmembers Morrison, Natividad, Rios, Sotelo-Solis, Zarate. Nays: None. Absent: None. Abstain: None. AUTHENTICATED BY: RON MORRISON Mayor of the City of National City, California AT/gft City erk of the City of ational City, California By: Deputy I HEREBY CERTIFY that the above and foregoing is a full, true and correct copy of RESOLUTION NO. 2011-6 of the City of National City, California, passed and adopted by the Council of said City on January 11, 2011. City Clerk of the City of National City, California By: Deputy CITY OF NATIONAL CITY, CALIFORNIA COUNCIL AGENDA STATEMENT ca0 -Sy - :ETING DATE: January 11, 2011 AGENDA ITEM NO. 9 ITEM TITLE: Resolution of the City Council of National City awarding additive alternates to the contract with Ohno Construction, in the amount not -to -exceed $159,161.20 for construction improvements for the El Toyon Soccer Field Specification 07-01 and authorize the Mayor to execute the change order #3. (County of San Diego Grants and Park & Recreation Capital Outlay Fund) PREPARED BY: Barby Tipton PHONE: 336-4583 EXPLANATION: See attached DEPARTMENT: Di S Engineering i APPROVED BY. n FINANCIAL STATEMENT: ACCOUNT NO. 115-409-500-598-4076 APPROVED:Finance APPROVED: MIS Funds are available in expenditure account numbers 115-409-500-598-4076 in the amount of $159,161.20 ENVIRONMENTAL REVIEW: N/A ORDINANCE: INTRODUCTION: FINAL ADOPTION: STAFF RECOMMENDATION: Adopt the Resolution. BOARD / COMMISSION RECOMMENDATION: TACHMENTS: 1. Explanation 2. Change Order 3. Resolution ��sow�\0. ao\\- 6 OFFICE OF THE CITY CLERK 1243 National City Blvd. National City, California 91950 Michael R. Dalla, CMC - City Clerk 619-336-4228 phone • 619-336-4229 fax January 20, 2011 Mr. Richard Brangwin Ohno Construction Co. 16174 Boyle Avenue Fontana, CA 92337 Dear Mr. Brangwin, On January 11 th, 2011, Resolution No. 2011-6 was City Council of the City of National City, approving No. 3 to a Contract with Ohno Construction. We are enclosing for your records a certified copy of fully executed original Change Order. Michael R. Dalla, CMC City Clerk Enclosures cc: Engineering Dept. passed and adopted by the execution of Change Order the above Resolution and a