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