Loading...
HomeMy WebLinkAbout2011 CON Ohno Construction - Notice of Completion El Toyon Soccer FieldPLEASE COMPLETE THIS INFORMATION RECORDING REQUESTED BY: CITY CLERK OF NATIONAL CITY 1243 National City Blvd. National City, CA 91950 AND WHEN RECORDED MAIL TO: CITY CLERK OF NATIONAL CITY 1243 National City Blvd. National City, CA 91950 D O C # 2011-0475692 1IIIIIIII III IIII IIIII IIII III IIII IIIII IIII II I IIIII IIIII III II SEP 14, 2011 11:22 AM OFFICIAL RECORDS SAN DIEGO COUNTY RECORDER'S OFFICE Ernest J. Dronenburg, Jr., COUNTY RECORDER FEES: 0.00 PAGES 2 I IIIIII IIIII IIIII IIIII IIIII IIIII IIIII IIIII IIIII IIIII1II11 IIIII IIIII IIIII IIIII IIII IIII THIS SPACE FOR RECORDER'S USE ONLY (This document is recorded on behalf of the City of National City, a Municipal Corporation, and is exempt from Recorder's fees pursuant to Government Code Section 27383) NOTICE OF COMPLETION: National City Soccer Field Project (Please fill in document title(s) on this line) THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION RECORDING REQUESTED BY WHEN RECORDED MAIL TO: NAME: CITY OF NATIONAL CITY ADDRESS: Attn: CITY CLERK 1243 NATIONAL CITY BOULEVARD NATIONAL CITY, CA 91950 NOTICE OF COMPLETION CALIFORNIA CIVIL CODE SECTION 3093 NOTICE IS HEREBY GIVEN of the completion on August 17, 2011 of The National City Soccer Field Project, Specification No. 07-01 Work of improvement or portion of work of improvement under construction or alteration. El Toyon Park, National City, CA 91950 Street Address City State Zip Code The undersigned owns the following interest or estate in said property: Owner -in -Fee Nature of the interest or estate of owner (mortgagor, lessee, etc.) Said work of improvement was performed on the property pursuant to a contract with Ohno Construction Company., Inc. Name of Original Contractor The following work and material were supplied: Laborer Groups, Installers, Trucks, Operators, Painting, Landscaping, Irrigation, Sod, Fencing, PVC piping, etc. General statement of kind of labor, services, equipment or materials The names and addresses of co-ows are: N/A Dated: September 6, 2011; Joint tenants, tenants Ron Dforrison, Mayor other owners City of National City, 1243 National City Blvd., National City, CA 91950 I, the undersigned, say: I have read the foregoing Notice of Completion and know the contents thereof; the same is true of my own knowledge. 1 declare under penalty of perjury that the forgoing is true and correct. Executed on Se : ember 6, 2011, at National City, California. Signature: SON, MAYOR N&c010-I RESOLUTION NO. 2011 — 191 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NATIONAL CITY ACCEPTING THE WORK PERFORMED BY OHNO CONSTRUCTION, INC., FOR THE TOTAL FINAL CONTRACT AMOUNT OF $626,708.25, AUTHORIZING THE FILING OF THE NOTICE OF COMPLETION, AND AUTHORIZING THE RELEASE OF THE REMAINING RETENTION IN THE AMOUNT OF $53,249.81 FOR THE NATIONAL CITY EL TOYON SOCCER FIELD PROJECT BE IT RESOLVED by the City Council of the City of National City as follows: It appearing to the satisfaction of the Engineering Division of the Development Services Department that all work required to be done by Ohno Construction, Inc., for the total final contract amount of $626,708.25, for the National City El Toyon Soccer Field Project has been completed, the City Council of National City hereby accepts said work, authorizes the file of the Notice of Completion, and orders that payment for said work be made in accordance with said contract, including release of the remaining retention in the amount of $53,249.81. PASSED and ADOPTED this 6th day of September, 2011. n Morrison, Mayor ATTEST: A Michael R. Dalla, City Clerk APP OVED AS TO FORM: Cla .Silva City , ttorney Passed and adopted by the Council of the City of National City, California, on September 6, 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 g,,,Zi,, Cof the City of N City 'ational City, California By: Deputy I HEREBY CERTIFY that the above and foregoing is a full, true and correct copy of RESOLUTION NO. 2011-191 of the City of National City, California, passed and adopted by the Council of said City on September 6, 2011. City Clerk of the City of National City, California By: Deputy CITY OF NATIONAL CITY, CALIFORNIA COUNCIL AGENDA STATEMENT c- �y MEETING DATE: September 6, 2011 AGENDA ITEM NO. 10 ITEM TITLE: A Resolution of the City Council of the City of National City accepting the work performed by Ohno Construction, Inc. with the final amount of $626,708.25, authorizing the filing of the Notice of Completion with the County Recorder, and authorizing final payment (retention) for the National City El Toyon Soccer Field Project, Specification No. 07-01. (Funded by Parks and Recreation Capital Outlay, Sewer Service, and CDBG Funds) PREPARED BY: Kenneth Fernandez 0 PHONE: 336-4388 DEPARTMENT: Development Services/ Engineering Division EXPLANATION: APPROVED Please see attached explanation. FINANCIAL STATEMENT: APPROVED: (Finance ACCOUNT NO. APPROVED: MIS Funds were utilized from expenditure accounts 115-409-500-598-4076, 125-409-500-598-4076, and 3 1-409- 500-598-4076. ENVIRONMENTAL REVIEW: N/A ORDINANCE: INTRODUCTION: FINAL ADOPTION: STAFF RECOMMENDATION: Staff requests and recommends the adoption of the resolution to formally close said project. BOARD / COMMISSION RECOMMENDATION: N/A ATTACHMENTS: 1. Resolution 2. Final Contract Balance 3. Notice of Completion • 1 `l 1 Spec 07-01 NOC EXPLANATION Per Resolution No. 2010-189, City Council awarded a contract to Ohno Construction, Inc. in the amount of $440,642.20 and authorized an additional 25% for contingencies for the National City El Toyon Soccer Field Project, Specification No. 07-01. During the course of construction, six (6) change orders and line item increases facilitated the completion of this project as listed on the Final Contract Balance Sheet. Please refer to attached "Final Contract Balance" document for a breakdown of change orders, line items, and contracted work days. One of these contract modifications was Change Order Number Three. It was authorized via Resolution 2011-06 where City Council awarded an additional $159,161.20 of additive alternatives to the original contract. A summary of the scope of work for Change Order Number Three is shown below: A) Remove and Replace with Overlay AC a service road with 1 1/2" thick AC. B) Restore decomposed granite path with 2" minimum thickness decomposed granite and install recycled plastic redwood header. C) Install decomposed granite and concrete header adjacent to and south of soccer field. D) Relocate and paint bleachers. E) Adjust/install irrigation and sod south of soccer field. F) Clear, grub, and grade area inside dog runs and install 2" of decomposed granite. G) Install 4" high chain link fence. H) Install ADA compliant self closing/locking swing gates. I) Install 4", 2500 psi concrete pads for benches and trash cans. J) Install City provided benches and trash cans. K) Install 48" box tree, (Tipuana) A final inspection was completed and closing documentation was submitted to the City for review and eligibility of a notice of completion. Final acceptance of the project was delayed while waiting for closing documents. After receiving documents, the project was eligible for a notice of completion. The work was found to be in accordance with the approved plans and specifications. Therefore, Engineering Staff recommends the acceptance of the work, authorizing the filing of a Notice of Completion, and authorizing the release of retention for the National City El Toyon Soccer Field Project, Specification No. 07-01. RESOLUTION NO. 2011 — RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NATIONAL CITY ACCEPTING THE WORK PERFORMED BY OHNO CONSTRUCTION, INC., FOR THE TOTAL FINAL CONTRACT AMOUNT OF $626,708.25, AUTHORIZING THE FILING OF THE NOTICE OF COMPLETION, AND AUTHORIZING THE RELEASE OF THE REMAINING RETENTION IN THE AMOUNT OF $53,249.81 FOR THE NATIONAL CITY EL TOYON SOCCER FIELD PROJECT BE IT RESOLVED by the City Council of the City of National City as follows: It appearing to the satisfaction of the Engineering Division of the Development Services Department that all work required to be done by Ohno Construction, Inc., for the total final contract amount of $626,708.25, for the National City El Toyon Soccer Field Project has been completed, the City Council of National City hereby accepts said work, authorizes the file of the Notice of Completion, and orders that payment for said work be made in accordance with said contract, including release of the remaining retention in the amount of $53,249.81. PASSED and ADOPTED this 6th day of September, 2011. Ron Morrison, Mayor ATTEST: Michael R. Dalla, City Clerk APPROVED AS TO FORM: Claudia G. Silva City Attorney DATE: PROJECT: 817 11VcoRpdn FINAL CONTRACT BALANCE September 6, 2011 National City El Toyon Soccer Field Project, Specification 07-01 TO: Ohno Construction, Inc. Norm Hubbard 16714 Boyle Avenue Fontana, CA 92337 ORIGINAL CONTRACT AMOUNT: START DATE: COMPLETION DATE: ORIGINAL CONTRACT LENGTH: EXTENTION OF WORK DAYS: TOTAL CONTRACT TIME: DESCRIPTION: $440,642.20 November 1, 2010 August 17, 2011(includes downtime due to multiple change orders, correctional work, clean-up, inspection, and document delays) 75 working days 45 working days 120 working days This Final Contract Balance reports final line item amounts and summarizes all change order to produce a final contract amount. Please see attached Contract Final Balance sheet. DISCUSSION: Change Orders and line item adjustments: Change Order #1: The Contractor agreed to provide a 10 foot wide area along the entire north side of the field in preparation for the installation of the synthetic turf field, including but not limited to clearing, grubbing, demolition of curbs, preparation of subgrade, installation of drainage and sub -grade and all other work and coordination required to the satisfaction of Field Turf such that it is a finished product ready for the synthetic turf installation. The total cost for this change order was $18,750.53. Change Order #2: The Contractor agreed to perform all work necessary to install a new sewer main, laterals, manholes, and connections per exhibit "B" of the Change Order. The Change Order provided for a new alignment that allowed for the installation of a new main without pumping. The contractor agreed to upgrade the sewer main from 10" PVC to 12" PVC at no additional cost to the City. All work for this Change Order was line item work and was paid pursuant to the respective line items and therefore was a zero sum change order. 1 FINAL CONTRACT BALANCE National City El Toyon Soccer Field Project Specification 07-01 Change Order #3: The Contractor agreed to construct the following Additive Bid Items in accordance with the contract documents: A) Remove and Replace with Overlay AC a service road with 1 1/2" thick AC at a cost of $13,000.00; B) Restore decomposed granite path with 2" minimum thickness decomposed granite and install recycled plastic redwood header at a cost of $27,800; C) Install decomposed granite and concrete header adjacent to and south of soccer field at a cost of $28, 000.00; D) Relocate and paint bleachers at a cost of $2,200.00; E) Adjust/install irrigation and sod south of soccer field at a cost of $45,686.00; F) Clear, grub, and grade area inside dog runs and install 2" of decomposed granite at cost of $71,071.20, install 4" high chain link fence at a cost of $9,000.00, install ADA compliant self closing/locking swing gates at a cost of $1,100.00; G) Install 4", 2500 psi concrete pads for benches and trash cans at a cost of $2,500.00, install City provided benches and trash cans at a cost of $1,470.00; and H) Install 48" box tree, (Tipuana) at a cost of $11,200.00. These Additive Bid Items were paid per the line item costs bid by the contractor in the original bid documents, and the total cost for this change order was $159,117.20. Change Order #4: The Contractor agreed to install 140 lineal feet of 6" SDR 35 PVC drain pipe from the existing 60" storm drain to the new 12" PPC concrete area drain with metal grate located 10 feet from the northeast corner of the soccer field and 20 lineal feet of 6" SDR 35 PVC drain pipe from the existing area drain southeast of the soccer field to the north to the new 12" PPC concrete area drain with metal grate located 15 feet from the decomposed granite south of the soccer field. The total cost for this change order was $3,700.00. Change Order #5: The Contractor agreed to delete the quantities of work for line items, Additives A #1, 500 lineal feet; Additive B #2, 1,130 lineal feet; Additive F #1, 3,458 square feet; and repair the existing fencing around the dog runs by stretching the mesh, installing a bottom rail, and filling in the gaps; replace two #6 electrical pull boxes; remove two existing concrete pads west of the southerly bleachers; and rehabilitate all of the existing bleachers with wire wheeling the existing seating areas prior to painting and installing new synthetic wood skids and spiking into the ground. The total cost for this change order was $11,192.20. Change Order #6: The Contractor agreed to install two (2) yellow round football goal post pads to fit 6.5" diameter gooseneck. goal posts at El Toyon Sports Field. The Contractor agreed to delete one tree per line item #1, Additive Bid H at a cost savings of $1,600.00. The total cost for this change order was $824.67. Line Item Change No. The increase was 91 amount of $5,032.30. 5 was an increase in replacing existing sewer main with 10" PVC. lineal feet of replacing existing sewer main with 10" PVC in an Line Item Change No. The decrease was 30 amount of $1,578.00. 6 was a decrease in replacing existing sewer main with 8" PVC. lineal feet of replacing existing sewer main with 8" PVC in an 2 of 4 2 FINAL CONTRACT BALANCE National City El Toyon Soccer Field Project Specification 07-01 Line Item Change No. 7 was a decrease in connections to the existing sewer main. The decrease was 3 connections to the existing sewer main in an amount of $1,370.00. Line Item Change No. 8 was a decrease in replacing existing sewer lateral with 6" PVC. The decrease was 4 lineal feet of replacing existing sewer lateral with 6" PVC in an amount of $169.15. Line Item Change No. 9 was an increase in replacing existing manholes. The increase was 1 replacement of existing manhole in an amount of $9,000.00. Line Item Change No. 13 was a decrease in providing and installing soccer goals. The decrease was 1 providing of and installing a soccer goal in an amount of $5,000.00. Therefore, the construction bid price of $440,642.20 was increased by $186,066.05 due to said actual construction change orders, the actual construction of additive bids, and the net balance of line item changes resulting in a final construction cost of $626,708.25. CONTRACT ADJUSTMENT: As a result of the above change orders, additive bids, and line item changes, the contract price is adjusted as follows: 1. The final contract price to date is adjusted to $626,708.25. 2. As a result of the satisfactory completion of said project, a retention amount of $53,249.81 is set for invoice processing and payment upon the receipt of required signatures and City Council's ratification of this agreement and the Notice of Completion. This document and its purpose to balance payment shall be considered full compensation for furnishing and installing the materials, labor, tools and equipment, profit, overhead, and all incidentals for performing the work described above. Ohno Construction, Inc. will not be entitled to damages or additional payment for delays as described in the 2010 edition of the Standard Specifications for Public Works Construction, Section 6-6.3, for performing the work as described above. 3 of 4 3 CITY OF NATIONAL CITY El Toyon Soccer Field Project Specification No. 07-01 FINAL CONTRACT BALANCE September 6, 2011 Original Contract To Date Delta No. Item Unit Quantit Unit Price Amount Quantity Amount 1 Mobilization LS 1 62,700.00 62,700.00 1.00 62,700.00 - 2 Water Quality Control, MPDES LS 1 3,100.00 3,100.00 1.00 3,100.00 - 3 Clearing and Grubbing LS 1 19,000.00 19,000.00 1.00 19,000.00 - 4 Surveying LS 1 8,000.00 8,000.00 1.00 8,000.00 - 5 Replace existing sewer main with 10" PVC LF 489 55.30 27,041.70 580.00 32,074.00 5,032.30 6 Replace existing sewer main with 8' PVC LF 30 52.60 1,578.00 - - (1,578.00) 7 Connection to existing sewer main EA 3 1,370.00 4,110.00 2.00 2,740.00 (1,370.00) (169.15) 9,000.00 - 8 Replace existing sewer lateral with 6" PVC LF 275 42.30 11,632.50 271.00 11,463.35 27,000.00 1,500.00 9 Replace existing manholes EA 2 9,000.00 18,000.00 3.00 10 Install 6" sewer lateral cleanout EA 3 500.00 1,500.00 3.00 11 Grading and drainage LS 1 193,300.00 193,300.00 1.00 193,300.00 - 12 Install concrete curbing with anchoring system, for permieter of turf field LF 1,120 24.00 26,880.00 1,120.00 26,880.00 - 13 Provide and install soccer goals EA 2 5,000.00 10,000.00 1.00 5,000.00 (5,000.00) - 14 Provide and install football goals EA 2 12,500.00 25,000.00 2.00 25,000.00 15 Permiter Irrigation System LS 1 12,000.00 12,000.00 1.00 12,000.00 - 16 Provide field sweeper EA 1 1,300.00 1,300.00 1.00 1,300.00 - 17 Provide field groomer EA 1 6,400.00 6,400.00 1.00 6,400.00 - 18 Bonding LS 1 9,100.00 9,100.00 1.00 9,100.00 - C Change Orders - 1 Add 10' to North Side of Field LS 1 18,730.53 18,730.53 1.00 18,730.53 - 2 Sewer (Q's shown on line items) - - - 3A ACOveday SF 5,000 2.60 13,000.00 4,500.00 11,700.00 (1,300.00) (621.50) (6,780.00) - 3B1 DG path SF 33,800 0.55 18,590.00 32,670.00 17,968.50 3B2 Recycled plastic redwood header LF 1,550 6.00 9,300.00 420.00 2,520.00 3C DG and concrete header LS 1 28,000.00 28,000.00 1.00 28,000.00 3D Relocate and paint bleachers LS 1 2,200.00 2,200.00 1.00 2,200.00 - 3E Irrigation and Sod SF 17,240 2.65 45,686.00 17,240.00 45,686.00 - 3F1 Clear, grub, grade dog run, install DG SF 18,968 0.90 17,071.20 15,510.00 13,959.00 (3,112.20) - 3F2 Install 4' high chain link fence LF 500 18.00 9,000.00 500.00 9,000.00 3F3 Install swing gate EA 4 275.00 1,100.00 4.00 1,100.00 - 3G1 Install 4", 2500 psi concrete pads SF 500 5.00 2,500.00 500.00 2,500.00 3G2 Install benches and trash cans EA 7 210.00 1,470.00 7.00 1,470.00 - 3H Install48' box tree EA 7 1,600.00 11,200.00 6.00 9,600.00 (1,600.00) 4 Install drain pipe LS 1 3,700.00 3,700.00 1.00 3,700.00 - 5 Repair fencing, Install electrical pullboxes, install concrete pads, rehibilitale bleachers etc. LS 1 11,192.20 11,192.20 1.00 11,192.20 6 Goal Post Pads LS 1 824.67 824.67 1.00 824.67 - TOTALS: 633,382.13 626,708.25 4 RECORDING REQUESTED BY WHEN RECORDED MAIL TO: NAME: CITY OF NATIONAL CITY ADDRESS: Attn: CITY CLERK 1243 NATIONAL CITY BOULEVARD NATIONAL CITY, CA 91950 NOTICE OF COMPLETION CALIFORNIA CIVIL CODE SECTION 3093 NOTICE IS HEREBY GIVEN of the completion on August 17, 2011 of The National City Soccer Field Project, Specification No. 07-01 Work of improvement or portion of work of improvement under construction or alteration, El Toyon Park, National City, CA 91950 Street Address City State Zip Code The undersigned owns the following interest or estate in said property: Owner -in -Fee Nature of the interest or estate of owner (mortgagor, lessee, etc.) Said work of improvement was performed on the property pursuant to a contract with Ohno Construction Company, Inc. Name of Original Contractor The following work and material were supplied: Laborer Groups, Installers, Trucks, Operators, Painting, Landscaping, Irrigation, Sod, Fencing, PVC piping, etc. General statement of kind of labor, services, equipment or materials The names and addresses of co -owners are: N/A Dated: September 6, 2011; Joint tenants, tenants in common, or other owners Ron Morrison, Mayor City of National City, 1243 National City Blvd., National City, CA 91950 I, the undersigned, say: I have read the foregoing Notice of Completion and know the contents thereof; the same is true of my own knowledge. I declare under penalty of perjury that the forgoing is true and correct. Executed on September 6, 2011, at National City, California. Signature: RON MORRISON, MAYOR NOCnio--1 5