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