Loading...
HomeMy WebLinkAbout17-Public Works _. CITY OF SAN BER~DINO - REQU~~TNb~1cO~NC/ACTION From: ROGER G. HARDGRAVE REC'u.-ADMIM.OFFSubject: Oept: Public works/Engine",~ -7 PM 2; 31 Date: 6-01-89 Approval of Contract Change Order No. One -- Maintenance of ~~ Lake Park, per Plan No. 7172 (1989-90 L. BARRIOS & ASSOCIATES, INC. fb, Synopsis of Previous Council action: 04-20-87 Bids received on 4-9-87 rejected, and authorization granted to advertise for bids. Resolution No. 87-205 adopted awarding a contract to J & R Landscape Maintenance Co., for the low bid price of $53,400.00 06-06-88 -- Resolution No. 88-183 adopted awarding a contract to L. Barrios & Associates for the low bid price of $42,000. 06-15-87 Recommended motion: That Change Order No. One to the contract with L. Barrios & Associates, Inc., for maintenance of Seccombe Lake Park, in accordance with Plan No. 7172 (1989-90), be approved: to extend the contract for a period of one o year, adjust the Contract Unit Bid prices by 6.5%, incorporate Supple- mental Items of Work and Amendments to Special Provisions into the con- tract for an estimated increase of $14,317.00 in the contract price, from $42,000.00 to $56,317.00. cc: Jim Robbins Jim Richardson Andy Green . Annie Ramos {A~~ Signature FUNDING REOUIREMENTS: Roqer G. Hardqrave Staff Report and CCO No. ONE Amount: $56,317.00 Phone: 'i02'i Contact person: Supporting data attached: Ward: 1 Source: (Acct. No.) 001-388-53150 I 0, f' / 'i Q IS" J ~ ~ ~ . Acct. Descri tion Professional (Seccombe Lake SURA) Finance: s 75-0262 Agenda Item No. /7 -. CITY OF SAN BERJiRDINO - REQUEST iR COUNCIL ACTION o STAFF REPORT 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. Also, that the bid prices will be adjusted by mutual agreement, based on cost of living increase. 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 Develop- ment 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. However, non-repetitive work such as replacement of trees, ground cover and sprinkler heads, was not included in the 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 and sprinkler heads are occasionally removed or damaged by vandals. A schedule of Supplemental Items of Work is incorporated into the contract by Change Order No. One. The estimated cost of these Supplemental Items is $14,317.00. The supplemental items directed by the Supervisor from ation and Community Services. should be somewhat less than the of work will only be done as the Department of Parks, Recre- Therefore, the actual costs estimated cost. Various amendments to the Special Provisions are also incorporated into the contract by Change Order No. One. An amount of $74,480 has been recommended 1989-90 Budget, under Account "Professional/Contractual Services," to incurred for this contract. included in the No. 001-388-53150, finance the cost Annie Ramos, Director of Parks, Recreation and Community Services has reviewed Change Order No. One and indicated her approval. The Contractor has noted his approval by signing the change order. We recommend that Change Order No. One be approved. o COMMENT: Plan No. 7172 is an increase of $14,317 above base. bid which is composed of $2.730 (6.5% cost of living) as an Amendment to Special Provisions and $11.587 (change order No.1) for Supple- mental Items of Work. 75-0264 ~..,<- J S C. RICHARDSON. eputy City Administrator - Development SerVices "... ;,...,,~.-----,--.._..".,--..- Oroject: Plan No. o o MAINTENANCE OF LANDSCAPING IN SECCOMBE LAKE STATE PARK URBAN RECREATION AREA 7172 Date: File No. May 17, 1989 6.1444-8 ENGINEERING DIVISION DEPARTMENT OF PUBLIC WORKS CITY OF SAN BERNARDINO, CALIFORNIA CONTRACT CHANGE ORDER NO. ~ (Change necessitated because of field conditions) TO: L. Barrios & Associates. Inc. 4900 Azusa Canyon Road Irwindale. CA 91706 Gentlemen: The Of 0 11 ows: 1. 2. 3. 4. o terms and provisions of the contract documents are hereby amended as The term of the contract is hereby extended for an additional year. bet\/een July I, 1989, to June 30, 1990, as provided in the "Notice Inviting Bids". The unit bid prices are hereby increased by 6.50t. 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 ,Jork, 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 $11,587.00. The Amendments to Special Provisions No. 7172, for Maintenance of Landscaping and Irrigation in Seccombe Lake State Park Urban Recreation Area, are hereby incorporated into and made a part of the contract documents. o o o Project: Plan No. MAINTENANCE OF LANDSCAPING IN SECCOMBE LAKE STATE PARK URBAN RECREATION AREA 7172 Date: File No. May 17. 1989 6.1444-8 ENGINEERING DIVISION DEPARTMENT OF PUBLIC WORKS CITY OF SAN BERNARDINO. CALIFORNIA CONTRACT CHANGE ORDER NO. ~ (Change necessitated because of field conditions) Total extra work cost added to contract .............................$ 14,317.00 Previous Contract Price. ..... .................... ...................$ 42.000.00 o Amended Cost Price ..................................................$ 56,317.00 Additional time to complete contract due to change order ............ ~ CONTRACTOR: CITY OF SAN BERNARDINO: Accepte By: _,APproved :'Q By: 'ROGER G. HARDGRAVE Date Director of Public Works/City Engineer Title: Licensed in aCcordance with an Act providing for the registration of Contractors, License No: ~ Classification: __~-~. 1!!=-J Approved By: J 1M ROBBINS Acting City Administrator Date c -2- o o o AMENDMENTS TO SPECIAL PROVISIONS NO. 7172 FOR MAINTENANCE OF LANDSCAPING AND IRRIGATION SYSTEM IN SECCOMBE LAKE STATE PARK URBAN RECREATION AREA In the NOTICE INVITING BIDS. second page, third paragraph, Secti on 4590 of the Cali forni a Government Code is amended to Section 22300 of the California Public Contract Code. o The "Landscape Cost Estimating" is amended from 1985 Edition to Current Edition. in the following locations: 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 followin9: 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 OISCRIMINATION/AFFIRMATIVE ACTION CLAUSE Contractor hereby certifies that it will "ot discriminate against any employee or applicant for employment because of race, color, religion, sex, martial status or national origin. ,..., '-' o o o AMENDMENTS TO SPECIAL PROVISIONS NO. 7172 May 17, 1989 Page 2 o Contractor shall pro.ote affirmative action in its hiring practices and employee policies for minori~ies and other designated classes in accordance with Federal'l State and Local laws. Such action shall include. but not be limited to. the following: Recruit.ent and recruitment advertising. employment. upgradhg. and promoti on. In addiiti on. Contractor shall not exclude froll participation under t~is Agreellent any employee or applicant for ellployment on th~ basis of age. handicap or religion in compliance with State and Federal laws. I Section 6-1.04. "PAYMENTS". is amende~ to read that payments wi 11 be lIade to the Contractor by ,the 10th of the month following the .onth the work is perforlled. I Section 6-1.06, "FAITHFUL PERFORMANCE",! is amended by addition of the following: "The necessity of sending more than two (~) formal notices to the Contractor to correct a mai ntenanc;e fai 1 ure anywhere within the contract area shall constitute gro~nds for ter.in- ation of the contract." I Section 6-1.08, "MONTHLY EVALUATIONS,"I is amended by addition of the following: I Weekly reports may constitute the monthly evaluation based upon the Supervisor's discretion. The fourth paragraph of Section 9-1.01 (A), "REPAIRS TO IRRIGATION SYSTEM," is hereby amended to read ,S follows: The cost of all repairs to. or replace.e~t of. irrigation system caused by vandalism, theft. or Act of GQd. shall be paid for under an item for Supplemental Work. Any repairs or replacement not covered by an item of Supplell~ntal Work. shall be paid for as Extra Work. in accordance wi th Secti On 3-3. "EXTRA WORK", of the Standard Specifications. I , II . I Section 9-1.07, WEED CONTROL" -- Amend t~e second to last sentence to read as follows: ! ! daily and routine weed dontrol. complete weeds shall be accomPlis'ed one (1) time Over and above removal of all each month. o Section 9-1.09, amended to read as paragraph: "LAWN", Subsection "F", ,"RENOVATION", is follows: Add at the e1nd of the first AMENDMENTS TO May 17, 1989 Page 3 SPE~L PROVISIONS NO. 7172 o o "Depth of thatch removed shall be to the dirt. The Supervi sor shall be present at start of renovati on for visual inspection and approval prior to 1 continuation of renovation. ! 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 t~e .SUPPLEMENTAL ITEMS OF WORK SCHEDULE.. All supple.ental wor~ performed shall be as directed by the Supervisor and Dirqctor of Parks, Recreation and Com.unity Services. . 10-1.02 REPLACEMENT OF TREES -- Replacnent of trees shall be done in accordance with Sectio~ 9-1.11, .TREE REPLACEMENT", of these Special Provisions. I The unit price paid for replacing trees shall payment for all work involved in furnishing and trees. include full planting new o I 10-1.03 REPLACEMENT OF TURF -- Defecti~e turf shall be removed and replaced wi th sod. The sod shall be of the same type of turf removed and shall be installed a~ directed by the Supervisor. The unit price paid for replacing turf s~all include all items of work involved in removing and placing 'sod. : 10-1.04 REPLACEMENT OF SHRUBS -- ReplatelDent of shrubs shall be done in accordance with Section 9-1.05, .PLANTS., of these Special Provisions. The unit price paid for replacing shrubs shall include all items of work involved in removing and planting shrubs. c i 10-1.05 "REPLACEMENT OF GROUND COYER" -'- Replacement of ground cover shall be done in accordance with Section 9-1.05, "PLANTS", of these Special Provisions. i , The unit price paid. for replacing gr~Und cover shall include all work involved in removing and I planting ground I . cover. ' : 10-1. 06 "REPLACEMENT OF SPRI NHER HEADS. -- Rep 1 acement 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. AMENDMENTS TO May 17. 1989 Page 4 SPE~L PROVISIONS NO. 7172 o o The unit price paid for replacing sprinkler heads shall in- clude all items of work, (including necessary repairs and/or replacement of piping) involved in restoring: a sprinkler to full operation. ' 10-1.07 REPLACEMENT OF TIMER/CONTROLLER -, Replacement of a defective timer/controller shall be accomplished as directed by the Supervisor. A new timer/controller shal~ be of the same model and manufacturer as the one to be replaced. The unit price paid for replacing a timerlcontroller shall include all items of work (inCluding necessary repair to underground wiring or foundation) involved in replacing a defective unit. o ,..., \".i ITEM 1. o o QUANTITY 1 NOTE: UNIT L.S. o o BID SCHEDULE PLAN NO. 7172 (\~~ - ,oJ DESCRI~ION OF ITEMS WITH UNIT PRICE WRITTEN IN WORDS Maintenance and Repair of the landscaping and Irriga- tion System. as outlined in the attached Special Provi- sions. at the lump sum price of Three T1..u.._euud Fr,,~ 11\18.... F....l1'~.I:R 81' i.gy.~'.Vii'~ lR8UI4..__....~..gLD pAT" Y-il" ,. ~.II. p-~ Fou,.t~ fou.,. "T\-\oCJ~lIo"'~ 5e."~'" ~"'~-..- "'n\,~,\ CCl\\a.'r~ TOTAL S 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. I . 100 tr TOTAL L.S. .+1, 0 () ]f' 44) 730- .VRlh er ~1.ggQ per reAY 42,666 114+)7.30.00 o UNIT QUANTITY 1. 1 2 . 2,000 o 3. 2,000 4 . 60 5. 75 o UNIT EACH SQ.FT. SQ.FT . EACH EACH o PRICE SCHEDULE SUPPLEMENTAL ITEMS OF WORK PLAN NO. 7172 (1989-90) DESCRIPTION OF ITEMS W~TH UNIT PRICE WRITTEN IN WbRDS , Replacement of Trees. ~n kind. at ,.W~ \llJ"'4~..\. "'dl!!.,,^,~'1- 3'\VI!. ~ e \\ a~ I i per .EACH Replacement of Sodded Turf. in kind, at ~..,_ Ca",*~~ per SQ.FT. Replacement of Seeded Turf. in kind, at --E.iftl!l!!.~ C''''_~.... i per SQ.FT. i Replacement of Shrubs. in kind, at Tw~,^~~ ~..\.\~ per'EACH Replacement of Turf-Ro~or Impact Sprinklers, at~ ~~ ~c~~~...ll ~ .... per: EACH UN IT PRICE TOTAL J1225~ * e25~ .JJ ~ !!t- 7T o. 55 ~ IOf) '0./5 "3~U. &. ..lit. 0" '"' eo!!S!. "If ,JeOo- If 4/2E. .3", I \2 ,SI> o o PRICE SCHEDULE SUPPLEMENTAL ITEMS OF WORK o o PLAN NO. 7172 (1989-90) UNIT QUANTITY DESCRIPTION OF ITEMS WITH UNIT UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL 6 . 250 EACH Replacement of Shrub Po~-Up Type Sprinkler Heads, at ^,,~~., ~.\..\~:- - "/9~ 114~"'50t!2. per EACH 7 . 1 LUMP SUM 10' Additional Maintenance L.S. Around Lake Shore, at the Lump Sum price of U,y,,," #1I"'.lor...J.. ~...\.\=:l.~ *,900Ui! 119~()~ I i 10 TOTAL SUPPLEMENTAL ITEMS OF WORK $ /~ 587. 50 i C I