Loading...
HomeMy WebLinkAbout15-Public Works CITY OF SAN BER~RDINO - REQUES'T'F&' couiiCiif ACTION From: Oept: Date: ROGER G. HARDGRAVEREC'O. _ AOl-mt. OFf$ubject: Public Works/Enginfj~f~!li -7 nt 2' 3 \ 5., 31-89 Approval of Contract Change Order No. One Maintenance of Land- scaping in Portions of 16th Street, from California Street to Muscott St., per Plan No. 6177 (1989-90) A.D. No. 953 MENTONE TURF SUPPLY Synopsis of Previous Council action: 05-21-84-- Resolution No. 84-191 adopted awarding a contract for maintenance of landscaping to J & R Landscaping for the low bid price of $2,340.00. 05-20-85 -- Resolution No. 85-192 adopted awarding a contract for maintenance of landscaping to Sandahl's Landscape and Maintenance for the low bid price of $2,040.00. 06-02-86 -- Resolution No. 86-209 adopted awarding a contract for maintenance of landscaping to Mentone Turf Supply for the low bid price of $2,690.00. 06-01-87 -- Resolution No. 86-175 adopted awarding a contract for maintenance of landscaping in Assessment District No. 953 to Mentone Turf Supply for the low bid price of $3,228.00. 06-06-88 -- Resolution No. 88-177 adopted awarding a contract to Mentone Turf Supply for the low bid price of $4,718.00. Recommended motion: That Change Order No. One to the contract with Mentone Turf Supply, for maintenance of landscaping in Assessment District No. 953, in accordance with Plan No. 6177 (1989-90), be approved; to extend the contract for a period of one year, adjust the Contract Unit Bid prices by 6.5%, incorporate Supplemental Items of Work and Amendments to Special Provisions into the contract, for an estimated increase in the . contr~ct price of $1,689.50, from $4,717.50 to $~6'40 7.00 cc: J~m Robb~ns (J)t ~~ Jim Richardson 1 ( Andy Green . Annie Ramos o .-/ Roger G. Hardgrave Stat:!: Report & CCO No. One 5025 Phone: Contact person: 6 Ward: Supporting data attached: Amount: $12,266 (Including Incidentals) FUNDING REQUIREMENTS: 251-624-53925 Source: (Acct. No.) (Acct. Descriotionl Assessments on the Parcels ~'yj~ Finance: oouncil Notes: 75-0262 /5 Agenda Item No. CITY OF SAN BERN2RDINO - REQUEST ~R COUNCIL ACTION c 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 bid prices by 6.5%. The Community Development Department has determined that the cost of living increase for this area is 6.5%. Routine maintenance on a repetitive schedule was included in the contract. Non-repetitive work, such as replacement of trees, ground cover and sprinkler heads, was not included in the original bid schedule. This means that these items must now be done by change order. 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 Bid Items, is incorporated into the contract by Change Order No. One. The estimated cost of these supplemental items is $1,435.50. 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 cost. Various amendments to the Special Provisions, are also incorporated into the contract by Change Order No. One. Listed below is an estimate of the total estimated cost of providing these landscaping maintenance services from 7-1-89 to 6-30-90, based upon the actual low bid price. Maintenance Contract (Original Item) $ 5,024.00 Supplemental Bid Items 1,383.00 5,859.00 I"'" \..i Incidental Costs (Assessment Engi- neering, publishing and recording fees, supervision by Department of Parks, Recreation & Community Svcs. and advertising for bids, plus water and energy costs) TOTAL ESTIMATED COST $ 12,266.00 5-31-89 75-0264 . CITY OF SAN SERr&RDINO - REQUEST 2R COUNCIL ACTION o STAFF REPORT Page 2 of 2 Funding for the costs incurred on this project will be provided pursuant to Resolution No. 82-159, adopted on April 19, 1982, which orders the installation and maintenance of the landscaping. The landscaping was installed under a previous contract. Costs for maintenance will be pre-funded by the City, as set forth in the Resolution of Intention (Resolution No. 82- 120), and the amount reimbursed through assessments levied on all parcels within the district for the following fiscal year. Supervision of the maintenance effort will be provided by the Department of Parks, Recreation and Community Services, who has reviewed the bids and agrees to awarding a contract. We recommend that Contract Change Order No. One be approved. o COMMENT: The contract is increased from the base bid of $4,717.50 to $6,407, as outlined below: Supplemental Items of Work (Change Order No.1) $1 , 383. 00 Amendment to Special Provisions (+6.5% cost of living increase) 306.50 Contract Price Increase $1,689.50 ~ S C. RIC SO, eputy City Administrator _ Development Services c 5-31-89 75-0264 o Project: Plan No. o o MAINTENANCE OF LANDSCAPING IN ASSESSMENT DISTRICT NO. 953 6177 Date: May 15, 1989 File No. 2.108 ENGINEERING DIVISION DEPARTMENT OF PUBLIC WORKS CITY OF.SAN BERNARDINO. CALIFORNIA CONTRACT CHANGE ORDER NO. ONE (Change necessitated because of field conditions) TO: Mentone Turf Supply P.O. Box 592 Mentone, CA 92359 Gentlemen: O The terms and provisions of the contract documents are hereby amended as follows: 1. 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. 3. 4. o 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. The attached Price Schedule for Supplemental Items of I,ork, 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 $1,383.00 The Amendments to Special Provisions No. 6177, for Maintenance of Landscaping in Port ions of 16th Stree t, are hereby incorpora ted into and made a part of the contract documents. , o o o Project: Plan No. MAINTENANCE OF LANDSCAPING IN ASSESSMENT DISTRICT NO. 953 6177 Date: File No. May 15. 1989 2.108 ENGINEERING DIVISION DEPARTMENT OF PUBLIC WORKS CITY OF SAN BERNARDINO, CALIFORNIA CONTRACT CHANGE ORDER NO. ~ (Change necessitated because of field conditions) Total extra work cost added to contract .............................$ /.~89,5<> Previous Contract Price.............................................$ 4,7/7.50 o Amended Cost Price..................................................$ c;,.,4-07'.CO Additional time to complete contract due to change order ............ 0 CONTRACTOR: CITY OF SAN BERNARDINO: Accepted By: ~ Approved By: ROGER G. HARDGRAVE Date Director of Public Works/City Engineer Title: OWllf:.l.- Licensed in accordance with an Act providing for the registration of Contractors. License No: ~ Cl assi fi cati on: ('/1.,'" Approved By: JIM ROBBINS Acting City Administrator Date c -2- .L M 1_ o o o AMENDMENTS TO SPECIAL PROVISIONS NO. 6177 FOR MAINTENANCE OF LANDSCAPING IN PORTIONS OF 16TH STREET BETWEEN MEDICAL CENTER DRIVE AND CALIFORNIA STREET ASSESSMENT DISTRICTS NO. 953 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 19B5 Edition to Current Edition, in the following locations: o Proposal Form Page Page SP-1. paragraph 1-1.01 Page SP-1. 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 terminating the contract. Notice of termination will 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: o 5-1.07 DISCRIMINATION/AFFIRMATIVE ACTION CLAUSE Contractor hereby certifies that it will not discriminate aga i nst any employee or appli cant for employment because of race. color, religion. sex. martial status or national origin. ... o o o Jl. .. . AMENDMENTS TO May 15, 1989 Page 2 SPE~AL PROVISIONS A.D. 953 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 laws. Such action shall include, but not be limited to, the following: Recruitment and recruitment advertising, employment, upgrading, and promotion. In addition, Contractor shall not exclude froll participation under this Agreement any employee or applicant for employment 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 10th 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 maintenance failure anywhere within the contract ~rea 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 monthly 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 paid 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", (ll: Fertilizer shall contain 2, 4 - 0 and MDPP, to provide effective, safe control of comllon broadleaf weeds. Section 9-1.06, "IRRIGATION SYSTEM", shall be amended by changing the telephone number from 384-5063 to 384-5217. - AMENDMENTS TO May IS, 1989 Page 3 SPE~L PROVISIONS A.D. 953 o c Section 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 sha 11 be done in accordance with Secti on 9-1.10, "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. o 10-1.03 REPLACEMENT OF TURF -- Defective turf shall be relloved and replaced with sod. The sod shall be of the same type of .turf removed and shall be installed as directed by the Supervisor. The unit price paid for replacing turf shall include all items of work involved in removing and placing sod. 10-1.04 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. 10-1.05 REPLACEMENT OF TIMER/CONTROLLER -- Replacement of a defective timer/controller shall be accomplished as directed by the Supervisor. A new timer/controller shall be of the same model and manufacturer as the one to be replaced. The unit price paid for replacing a timer/controller shall include all items of work (including necessary repair to underground wiring or foundation) involved in replacing a defective unit. o o o ITEM QUANTITY UN IT 1. 1 (22.200 sq. ft.;!:) L. S. 2. 1 L.S. o o BID SCHEDULE /~~ -90 PLAN NO. 6177 (1988 89) DESCRIPTION OF ITEMS WITH UNIT PRICE WRITTEN IN WORDS UN IT PRICE TOTAL Lawns shall be mowed. edged. L.S.~ fertilized. renovated. aeri- fied & maintained in a healthy growing condition free from weeds. pests. fungus and any ~ A7'A./.!Z-' foreign matter. including ~ ~ ;r maintenance of the irrigation system. as outlined in the attached specifications at the lump sum price of Fo"", Thou:>&"", 5&..-e."" 'o\"'<IA't"~ Fou...+y OIl\L 'go\\a...,. . Maintenance and pruning of Trees. at the lump sum price ~ L.S. ~~ ~, .. /~o.oc) 3. 3 EACH NOTES: Replacement of Trees. in ..M. EACH kind. at a price each of '/'" 4/"c? ~il.~V X ~\- -ffi~ ~o.-+y OV'lol!.. 'C..\\i5l..~!'i:. .f le3~ . -t;, /1. - ~ gS2.. TOTAL BID $~ 1!0oe4 The unit price must be written in words and also shown in figures. The total price must be extended for each item of work and the total of all items inserted in the space provided. o PRICE SCHEDULE o o o SUPPLEMENTAL ITEMS OF WORK PLAN NO. 6177 A.D. NO. 953 UNIT QUAIH !TY DESCRIPTION OF ITEMS WITH UNIT UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL 1. 7 EACH Replacement of Trees. in kind. at Eorf'j 0"& DoUa.'C'~ *4/~ *Z879.!- per EACH 2. 200 SQ.FT. Replacement of Turf. in ki nd. at a unit price of H 0.50 II /00 g,g, A'F.J.y ce.",,-"t PER SQ.FT. 0 3 . 50 EACH Replacement of Pop-Up Sprinkler Heads. at 112~ ,,0 T"c.u.1 "'t'"_ 00 \\ a", ~ 6Z5 1=, ~.'1 c.&.'lIW'\.4w- per EACH 4. 1 EACH Replacement of Timer/Controller. at ~ a7/!L 1137/ !R :=;:::~~.~ :'-:'\/"~o\\a'1 per ACH TOTAL SUPPLEMENTAL ITEMS OF WORK $ 1.383.00 '""' V