Skip to main content
City of Chino Header
File #: 25-227   
Type: Consent Calendar Status: Passed
File created: 5/7/2025 In control: City Council
On agenda: 6/17/2025 Final action: 6/17/2025
Title: Notice of Completion - Ayala Park Improvements Phase 1B-Softball Fields 1-4 Project (PK231).
Attachments: 1. NOC Ayala Phase 1B Fields 1-4 06172025

TO:                      LINDA REICH, CITY MANAGER

FROM:                      SILVIA AVALOS, DIRECTOR OF COMMUNITY SERVICES, PARKS & RECREATION

 

 

SUBJECT

title

Notice of Completion - Ayala Park Improvements Phase 1B-Softball Fields 1-4 Project (PK231).

 

end

RECOMMENDATION

1) Accept the Ayala Park Improvements Phase 1B-Softball Fields 1-4 Project (PK231) completed by Act 1 Construction, Inc., Norco, CA, Contract #2025-041; 2) authorize the City Manager to file the Notice of Completion; and 3) release the retention funds following the 35-day lien period.

 

body

FISCAL IMPACT

The Project PK231 was completed within the adopted project budget. Reconciliation provided on Page 2.

 

CITY OF CHINO MISSION / VISION / VALUES / STRATEGIC ISSUES

The recommendation detailed above further the City’s values and strategic issues that serve as key pillars on which identified priorities, goals, and action plans are built, by fostering:

                     Responsible Long-Range Planning

                     Positive City Image

 

 

 

 

 

 

 

Revenue: Click or tap here to enter text. 

Expenditure:  34083001-48005-PK231

Transfer In: Click or tap here to enter text.

Transfer Out: Click or tap here to enter text.

BACKGROUND

On July 2, 2024, City Council awarded a construction Contract #2025-041 to Act 1 Construction, Inc., Norco, CA, in the amount of $3,766,402.50 with contingencies of $564,960.00 for a not-to-exceed contract amount of $4,331,362.50, for the Ayala Park Improvements Phase 1B - Softball Fields 1-4 Project.

 

The project scope of work included removal and replacement of fencing, backstops, bleachers, and park furnishings.  Additional concrete paving was added around the skate park, horseshoe pits, concession building and softball fields. New backstops, fencing, bleachers with shade covers, dugouts with shade covers, bullpens, and score keeper boxes were installed.  A dust mitigation system was installed to service the infields of Fields 1-4.  The scope of work was expanded during construction to include accessibility improvements to Building D, such as a lowered concession stand service window and new restroom fixtures.  Infield renovation and outfield turf restoration were also included.  The softball fields and surrounding areas now meet the current Americans with Disabilities Act (ADA) accessibility standards.

 

ISSUES/ANALYSIS

During construction, there were several unforeseen issues identified in the field and addressed as modifications to the project.  These modifications included accessibility improvements to Building D that were added to the project and included the installation of new restroom fixtures and lowering the service window to an accessible height (Change Order No.1). Re-routing of the stormwater line to connect with existing infrastructure, relocating the sewer lateral to avoid conflicts with the dugout shade structure footings and installing additional cleanouts (Change Order No. 2). Unknown underground utilities were identified to be in conflict with the proposed location of new sidewalk and shade shelter footings necessitating the removal or relocation of these structures.  Infield renovations and outfield turf restoration was added to ensure playable surfaces were available. A broken gate valve was replaced with a ball valve on the potable service line for Building D and additional accessibility requirements were identified during inspection and added to the project (Change Order No. 3).   The weed abatement and 90-day maintenance period was removed from the landscaping scope of work for the project and an additional water meter was eliminated resulting in a contract deduct (Change Order No. 4), bringing the total contract amount of the project to $3,946,476.54. 

 

The following is a summary of the final accounting of costs for project PK231:

 

Contract #2025-041

Contract

 Contingency

Original Construction Contract Amount

 $3,766,402.50

 $564,960.00

Change Order No. 1

 $62,581.28

 -$62,581.28

Change Order No. 2

 $57,182.40

 -$57,182.40

Change Order No. 3

 $139,072.19

 -$139,072.19

Change Order No. 4

 -$78,761.83

 $0

Total Contract & Contingency Balance

 $3,946,476.54

 $306,124.13

 

Act 1 Construction, Inc. has satisfactorily completed all work within the project budget and has complied with the terms of the contract.  A Notice of Completion has also been prepared for filing with the San Bernardino County Recorder’s Office.

Attachment - Notice of Completion