Loading...
HomeMy WebLinkAbout21-Public Works - L File 2.1~ ~ CITY OF SAN BERNADINO - REQUEST F~ COUNCIL 'ACTION Date: 6-01-89 . Approval of Change Order No. ONE dlf~Ject: --Maintenance of Landscaping in . Assessment District No. 976, per /. 14 Plan No 7034-B --- . . CHEROKEE LANDSCAPE SERVICES 'f!/ Jl...om: ~Pt: Ot"C'D ROGER G. HARDGRAVE ..... .-ADMlP. 'ZQ(\ "I.' Public Works/Engineed:.1i.~ oJ;;,; -8 1'!~ Synopsis of Previous Council action: 08-19-86 Resolution No. 86-341 adopted establishing Assessment District No. 976. 01-05-87 Resolution No. 87-9 adopted expanding boundaries of Assessment District No. 976. 03-07-88 Resolution No. 88-67 adopted expanding boundaries of Assessment District No. 976. 06-06-88 -- Resolution No. 88-179 adopted awarding a contract to Cherokee Landscape Services for the low bid price of $24,400.00. o Recommended motion: That Change Order No. One to the contract with Cherokee Landscape Services, for maintenance of landscaping within Assessment District No. 976, be approved; to extend the contract for a period of one year, adjust the bid prices by 6.5% to account for inflation, incorporate Supplemental Items of Work and Amendments to Special Provisions, for an increase in the annual contract price of $5,777.00, from $24,400.00 to $29,977.00. cc: Jim Robbins Jim Richardson Andy Green Annie Ramos Contact person: Roqer G. Hardqrave Staff Report, CCO #1 Phone: 5025 Supporting data attached: Ward: 5 FUNDING REQUIREMENTS: Amount: $33,442 Source: (Acct. No.) 251-650-53925 Acct. Descri tion Assessment istrict No. 976 (Pine Avenue Area) Oncil Notes: Finance: ... A , 75-0262 Agenda Item No. ~J ~ J.. J CITY OF SAN BERN8DINO - REQUEST F~ COUNCIL ACTION o STAFF REPORT Page 1 of 2 The Special Provisions provide that the contract may be extended for up to two (2) one-year periods, by mutual consent of the City and Contractor. Adjustments in contract prices are to be negotiated at the time of each such renewal. Contract Change Order No. One extends the term of the contract for a one-year period, from 7-1-89 to 6-30-90, and increases the unit contract prices by 6.5%. The Community De- velopment Department has determined that the cost of living increase for this area is 6.5%. Routine maintenance on a repetitive schedule was in- cluded in the original contract. Non-repetitive work, such as replacement of trees, ground cover and sprinkler heads, was not included in the original bid schedule, which means that these items must now be done by change order as the need arises. o Certain types of plant material need to be replaced every 5 6 years. Some plants are removed or damaged by vandals. A schedule, of Supplemental Items of Work, is incor- porated into the contract by Change Order No. One. The esti- mated cost of the Supplemental Items of Work is $4,187.00. The Supplemental Items of Work will only be done as directed by the supervisor from the Department of Parks, Recreation and Community Services and Director of Public Works. Therefore, the actual costs should be somewhat less than the estimated amount of $4,187.00. Various amendments to the Special Provisions are also incorporated into the contracts by Change Order No. One. Listed below is an estimate providing these landscape maintenance 6-30-90: of the services, total cost for from 7-1-89 to Maintenance Contract - $ 29,977 Incidental Costs (Assessment engineering, publishing and recording fees, supervision by Dept. of Parks, Rec. & Comm. Svcs., advertising for bids, and water & electrical charges) 3,465 TOTAL ESTIMATED ANNUAL COST $ 33,442 ,0 I I Funds will be "up fronted" by the City, and reimbursed through special assessments placed on the property tax bills, pursuant to the resolution establishing the assessment district. 75_0'Fi.4 4. - CITY OF SAN BE"NAioINO - REQUEST Fda COUNCIL ACTION o STAFF REPORT Page 2 of 2 Supervision of the maintenance effort by the Contractor will be provided by the Department of Parks, Recreation and Community Services. We recommend that Change Order No. One be approved. ntract increase is outlined as follows: .5% Cost of Living o Supplemental Items of Work Total Increase ~.~ S C. RICHARDSON, eputy City Administrator - Development Services c 75.0264 o o eject: Plan No. Maintenance of Landscaping in Assessment Districts Nos. 976 Date: ~lay 15. 1989 7034-8 File No. 2.126 ENGINEERING DIVISION DEPARTMENT OF PUBLIC WORKS CITY OF SAN BERNARDINO, CALIFORNIA CONTRACT CHANGE ORDER NO. ~ (Change necessitated because of field conditions) TO: Cherokee Landscape Services 1014 W. Pinedale Street Rialto, CA 92376 Gentlemen: The OllOWS: 1. terms and provisions of the contract documents are hereby amended as The term of the contract is hereby extended for an additional year. between July 1. 1989, to June 30, 1990, as provided in the "Notice Inviting Bids". 2. The unit bid prices are hereby increased by 6.50%, based on cost of living increases for this area, as shown on the attached Bid Schedule for 1989-90. 3. The attached Pri ce Schedul e for Suppl emental Items of \iork. for 1989-90. is. hereby incorporated into and made a part of the contract documents, at an estimated increase in the annual contract cost of $+.187-00 4. The Amendments to Special Provisions No. 7034-B, for of Landscaping in Portions of Pine Avenue and the Water District and Various Other Streets, are hereby into and made a part of the contract documents. Maintenance Metropolitan incorporated ,...." V - 1 o o Cf'Ject: Plan No. Maintenance of Landscaping in Assessment Districts Nos. 976 7034-B Date: May 15, 1989 File No. 2.126 ENGINEERING DIVISION DEPARTMENT OF PUBLIC WORKS CITY OF SAN BERNARDINO. CALIFORNIA CONTRACT CHANGE ORDER NO. ~E (Change necessitated because of field conditions) Total extra work cost added to contract.............................$ 5~ 390.00 Previous Contract Price.......... ................ _................ ...$ 24,400.00 Onended Cost Pri ce .................................................. $ 2.9,790.00 Additional time to complete contract due to change order ............ ~ \.....' / j CONTRACTOR: CITY OF SAN BEHNARDINO: ~~~ePt~J ~J s-- 2C/- f'r Date Approved By: ROGER G. HARDGRAVE Date Director of Public Works/City Engineer Title: CJcull/EI(: Licensed in accordance with an Act providing for the registration of Contractors, License No: j29t:,<!<f Classification: {! - z 7 Approved By: JIM ROBBINS Acting City Administrator Date o -2- o o o AMENDMENTS TO SPECIAL PROVISIONS NO. 7034-8 FOR MAINTENANCE OF LANDSCAPING IN PORTIONS OF PINE AVENUE AND METROPOLITAN WATER DISTRICT ASSESSMENT DISTRICT NO. 976 In the NOTICE INVITING BIDS. second page, third paragraph, Section 4590 of the California Government Code is amended to Section 22300 of the California Public Contract Code. The "Landscape Cost Estimating" is amended from 1985 Edition to Current Edition. in the following locations: o Proposal Form Page Page SP-l. paragraph 1-1.01 Page SP-l. paragraph 1-1.02. and Article I of the Agreement Section 4-1.01, "INSPECTIONS", is amended by addition of the following: The Contractor or his authorized representative shall meet on a weekly basis with the Supervisor to review the inspection form. Section 4-1.05, "TERMINATION OF CONTRACT". is amended to read as follows: Failure to perform specified items of work as provided in these Special Provisions. after receipt of two Formal Notice of Non-Compliance. will constitute good and sufficient grounds for termi nati ng the contract. Noti ce of termi nati on wi 11 be given by certified mail and will be effective 15 calendar days after receipt of said notice. Section 5-1.07 is hereby added as follows: 5-1.07 DISCRIMINATION/AFFIRMATIVE ACTION CLAUSE Contractor hereby certifies that it will not discriminate agai nst any employee or app 1 i cant for e.ployment because of race. color. religion. sex. martial status or national origin. o o o I"'" '-' AMENDMENTS TO May 15, 1989 Page 2 SPECIP PROVISIONS A.D. 976 o Contractor shall promote affirmative action in its hiring practices and employee policies for minorities and other designated classes in accordance with Federal. State and Local 1 aws. Such acti on shall i ncl ude. but not be li mi ted to. the following: Recruit.ent and recruitment advertising. employment. upgrading, and promotion. In addition. Contractor shall not exclude from participation under this Agree.ent any employee or applicant for e.ployment on the basis of age. handicap or religion in compliance with State and Federal laws. Section 6-1.04, .PAYMENTS.. is amended to read that payments wi 11 be made to the Contractor by the lOth of the month following the month the work is performed. Section 6-1.06, "FAITHFUL PERFORMANCE", is amended by addition of the following: "The necessity of sending more than two (2) formal notices to the. Contractor to correct a mai ntenance fai 1 ure anywhere within the contract area shall constitute grounds for termin- ation of the contract.. Section 6-1.08, "MONTHLY EVALUATIONS," is amended by addition of the following: Weekly reports may constitute the .onthly evaluation based upon the Supervisor's discretion. The fourth paragraph of Section 9-1.10 (Al, "REPAIRS TO IRRIGATION SYSTEM," is hereby amended to read as follows: The cost of all repairs to. or replacement of. irrigation system caused by vandalism. theft, or Act of God. shall be paid for under an item for Supplemental Work. Any repairs or replacement not covered by an item of Supplemental Work. shall be pa i d for as Extra Work. in accordance wi th Secti on 3-3. "EXTRA WORK". of the Standard Specifications. . Section 9-1.04, "SOIL FERTILIZING AND PEST CONTROL AGENTS", shall be amended by deletion of the following sentence in A. "Turf Grass", (1); Fertilizer shall contain 2. 4 - 0 and MOPP. to provide effective. safe control of common broadleaf weeds. Section 9-1.06, "IRRIGATION SYSTEM", shall be amended by changing the telephone number from 384-5063 to 384-5217. o 0 AMENDMENTS TD SPECIAL PROVISIONS A.D. 976 May 15, 1989 Page 3 o Secti on 10, "SUPPLEMENTAL ITEMS OF WORK", is hereby added to the Special Provisions as follows: 10-1.01 SUPPLEMENTAL WORK -- Any supplemental work done shall be performed at the prices indicated in the "SUPPLEMENTAL ITEMS OF WORK SCHEDULE". All supplemental work performed shall be as directed by the Supervisor and Director of Public Works. 10-1.02 REPLACEMENT OF TREES -- >Replacement of trees shall be> done in accordance with Section 9-1.11, "TREE REPLACEMENT", of these Special Provisions. The unit price paid for replacing trees shall include full payment for all work involved in furnishing and planting new trees. 10-1.03 REPLACEMENT OF TURF -- Defective turf shall be removed and replaced wi th sod. The sod shall be of the same type of turf removed and shall be installed as directed by the Supervisor. o The unit price paid for replacing turf shall include all items of work involved in removing and placing sod. 10-1.04 REPLACEMENT OF SHRUBS -- Replacement of shrubs shall be done in accordance with Section 9-f.05, "PLANTS., of these Special Provisions. The unit price paid for replacing shrubs shall include all items of work involved in removing and planting shrubs. 10-1.05 "REPLACEMENT OF GROUND COYER" -- Replacement of ground cover sha 11 be done in accordance wi th Secti on 9-1. 05, "PLANTS", of these Special Provisions. The unit price paid for replacing ground cover shall include all work involved in removing and planting ground cover. 10-1.06 "REPLACEMENT OF SPRINKLER HEADS" -- Replacement of the various types of sprinkler heads shall be accomplished as directed by the Supervisor. New sprinkler heads shall be the same type, size and brand as the one to be replaced. The unit price paid for replacing sprinkler heads shall include all items of work (including necessary repairs and/or replacement of piping) involved in restoring> a sprinkler to full operation. ,...., "'" o o ,....., '-" o 0 AMENDMENTS TO SPECIAL PROVISIONS A.D. 976 May IS, 1989 Page 4 10-1.07 WEED ABATEMENT -- Weed abatement shall be done on the unimproved easements for landscaping in portions of Pine Avenue and the Metropol i tan Water Di stri ct and vari ous other Streets. These undeveloped areas shall be treated with Round-Up per manufacturer's 1 abel, and weed growth removed above 4". for erosion control. Said areas are to be maintained as such for duration of contract. Trash and litter shall be removed on a daily basis. The unit price paid per square foot shall include spraying with Round-Up as needed. trimming weed growth above 4" and removing trash and litter. o PAGE 1 ITEM QUANTITY 1. 1 (95,400 sq. ft..:!:.) u o UN IT L.S. PLAN o , I UN IT PRICE TOTAL BID SCHE DULE 1989-90 NO. 7034-B (B88 89) r L.S. JL 00 'If'IE) 780- _)"7 ~.:-'~ -/ 2. 1 (24,060 sq. ft..:!:.) o 3. 1 i ,....., '-' L.S. L.S. DESCRIPTION OF ITEMS WITH UNIT PRICE WRITTEN IN WORDS Lawns shall be mowed, edged, fertilized, renovated, aeri- fied & maintained in a healthy growing condition free from weeds, pests, fungus and any foreign matter, including maintenance of the irrigation system, as outlined in the attached specifications at the lump sum price of Tl4J~l"L i~us~ .6e.ve.Y\ ~\,)Y\d.'C"P.A.. ,l!;SJf3h+Lf- o b\.\ ~~~ Plants, shrubs and groundcover L.S. shall be pruned, trimmed and shaped to ornamental beauty, free from insects and fungus. Planter beds shall be well raked and cultivated free from weeds, grass and any - foreign matter. All plant material shall be maintained in a healthy and vigorous state, including maintenance of the irrigation system, as outlined in the attached specifications at the lump sum price of ~~~~!:1~~~~P no\\":L"C""~ * G390~ " (' ( ~t{ ~- Maintenance and cleaning of L.S. Drainage ditches and Slopes including maintenance of irrigation system, as outlined in the attached specifications at the 1 ump sum pri ce of 6 ~/.;: Thot.J5'JlI/d "D1\ree ~~;~~~:-~::"'"~'(- c<..", f c;c. ;:.... ~5325~ ) o BID SCHEDULE 0 .989 -90 PLAN ND. 7D34-B (1000 09) o PAGE 2 ITEM 4. QUANT ITY 1 UN IT DESCRIPTION OF ITEMS WITH UNIT PRICE WRITTEN IN WORDS UN IT PRICE TOTAL , L.S. Maintenance and pruning of L.S. Trees, at the lump sum price of " .-/ I A L,.lt~.f: J 11CIJ5;:JIt/L A"t\. 5\)1.-\01- ~\,,~ "'Oo\\l'lI.~ ~<. l--"~Cv~-- - ' r? At, ~ ""'If ~065 5 . 10 EACH Replacement of Trees, in kind, at a price each of EACH h<h; Thrf.l.l 'Oo\\a.'t'? t_.( -:7' - G !f43OO 'I' -n .;: .. 430 --- ,0 ,,' TOTAL BID $ 2~/, ~ - II e6~ 990 .00 NOTES: The unit price must be written in words and also shown in figures. Th. total price must be extended for each item of work and the total of al items inserted in the space provided. The provisions contained in Section 3-2. .Changes Initiated by thE Agency.. of the Standard Specifications shall not apply to Replacelllenl of Trees. and 'no adJustllent sllall. therefore. be .ade i,n the cont"acl unit price for increased or decreased quantities of Tree Replace.ent~ o - o o PRICE SCHEDULE SUPPLEMENTAL ITEMS OF WORK PLAN NO. 1034-8 (1989-90) A.D. NO. 916 o J - - 0 PRICE SCHEDULE 0 SUPPLEMENTAL ITEMS OF WORK 0 PLAN NO. 7034-8 (1989-90) A.D. NO. 976 DESCRIPTION OF ITEMS WITH UNIT UN IT QUANTITY UNIT UNIT PRICE WRITTEN IN I/ORDS PRICE TOTAL 7. 4.600 SQ.FT. Weed Abatement on Unimproved Landscape Easements. at a unit price of Al.'.A. ~""""... 0;' p.. ~.~ ~.4d' pl!...._~ 1I+97~ per SQ.FT. o TOTAL SUPPLEMENTAL ITEMS OF WORK $ 4./87, 00 . o