Loading...
HomeMy WebLinkAbout18-Public Works CI~'Y OF SAN BERI~DINO -REQUEST POR COUNCIL~ACTION ROGER G. HARDGRAVE~~Fv"Q,-~C~""h Approval of Contract Change rom: r~+ OFt=,Subject: Order No. TWO --Maintenance of n Landscaping in Assessment Dis- ept: Public Works/Engin~r~j-$ F (4 tricts No. 951 & 952 --- 6-02-89 CHEROKEE LANDSCAPE SERVICES Date: Synopsis of Previous Council action: 06-03-85 -- Resolution No. 85-200 adopted awarding a contract far Assessment District No. 952 to J & R Landscape for the low bid price of $16,800.00. 06-03-85 -- Resolution No. 85- adopted awarding'a contract for Assessment District No. 951 to Sandahl's Landscape for the low bid price of $1,440.00. 06-02-86 -- Resolution No. 86-200 adopted awarding a contract for Assessment District No. 952 to J & R Landscape Maintenance Co. for the low bid price of $16,800.00. 06-02-86 -- Resolution No. 86-232 adopted awarding a contract for Assessment District No. 951 to Mentbne Turf Supply for the low bid price of $2,698.00. (continued on 2nd page) Recommended motion: That Change Order No. Two to the contract with Cherokee Landscape ® Services, for maintenance of landscaping in Assessment Districts Nos. 951 & 952, in accordance with Plan No. 6192-A and 6056-A, be approved; to extend the contract for a period of one year, adjust the Contract Bid Prices by 6.58, incorporate Supplemental Bid Items and Amendments to Special Provisions into the contract, for an esti- mated increase in the contract price of $20,730.00, from $41,623.00 to $62,353.00. cc: Jim Robbins Jim Richardson Annie Ramos Andy Green I ure Ro er G. Hard rave Contact person: 4 q Phone: 5025 Staff Report and Supporting data attached: CCO # 2 Ward: 5 FUNDING REQUIREMENTS: Amount: $82, 765 Source: (Acct. No.) 251-621-53925 & 251- 622-53925 Acct. Descri lion Assessment District No's 951 and 952 --Kendall Drive & University Parkway Finance: ®ouncil Notes: -a_noGO Gnanrin Item Nn SYNOPSIS OF PREVIOIIS COIINCIL ACTION Continued: 06-01-87 -- Resolution No. 87-176 adopted awarding a contract for Assessment District No. 952 to Mentone Turf Supply for the low bid price of $19,800.00. 06-01-87 -- Resolution No. 87-179 adopted awarding a contract for Assessment District No. 951 to Mentone Turf Supply for the low bid price of $3,228.00. 06-06-88 -- Resolution No. 88- adopted awarding a contract to Cherokee Landscape Services for the low bid price of $41,623.00. 01-03-89 -- Change Order No. One approved to authorize an increase in the contract price of $5,945.00. ~~' 6-02-89 CITY OF SAN BER~RDINO -REQUEST ~R COUNCIL ACTION Q STAFF REPORT Page 1 of 2 The Special Provisions provide that the contract may be extended for up to two (2) one-year periods, b~7 mutual consent of the City and Contractor. Adjustments in the contract prices are to be negotiated at the time of each such renewal. Contract Change Order No. Two 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 6.58. The Community Development Department has determined that the cost of living increase for this area is 6.58. Routine maintenance on a repetitive schedule was included in the contract. Non-repetitive work, such as replacement of trees, ground cover and sprinkler heads, were not included in the original bid schedule. This means that these items must now be done by change order. 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 incorporated into the contract by Change Order No. Two. The estimated cost of these Supplemental Items is $7,797.00. ® These assessment districts were established over a large, mostly undeveloped, area. Landscaping is installed by developers as the area develops, and maintained by the assessment district Contractor. The dirt shoulders in the undeveloped areas are un- sightly due to weeds and accumulation of trash. One Supplemental Item of Work in each district is for weed abatement on unimproved easements. The total estimated cost of these items is $7,797.00. The Supplemental Items of Work will only be done as directed by the Supervisor from the Parks, Recreation and Com- munity Services and the Director of Public Works, except for weed abatement, and maintenance of additional lawn area, and plants, shrubs and ground cover, which will be done on a regularly scheduled basis for the extended term of the contract. Various amendments to the Special Provisions are also in- corporated into the contract by Change Order Nb. Two. Listed below is an estimate of the total cost for pro- viding these landscaping maintenance services, from 7-01-89 to 6- 30-90. Assessment District No. 951- Kendall Diive - Basic Contract (1989-90) $ 3,238 Supplemental items of Work 1,093 Sub-Total $ 4,331 i 6-02-69 75-0264 ~i1 T T VI' .1A1\ pCf1 ' 17YInv ~ n~rtv~~ ~ r~ a.VVna?1~ wa. ~ ~vn STAFF REPORT ® Page 2 of 2 Assessment District No. 952 - University Parkway - Basic Contract (1989-90) $ 51,318 Supplemental Items of Work 6,704 Sub-Total $ 58,022 Total Contract Cost $ 62,353 Incidental Costs (Assessment Engineering, Publishing and Recording Fees, Super- vision by Dept. of Parks & Recreation, and Advertising for Bids, including water & energy costs $ 24,743 TOTAL ESTIMATED ANNUAL COST ; 82,765 Funding for the costs incurred on this ,project will be provided pursuant to Resolution No. 81-482, adopted on October 5, 1981, and Resolution No. 81-235 adopted on 6-15-81, which orders the installation and maintenance of the landscaping. The landscaping was installed under previous contracts. Costs for maintenance will be pre-funded by the City, aS set forth in the Resolution of Intention (No. 81-36), and the amount reimbursed through assessments levied on all parcels within the district for the following fiscal year. 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. Two be approved. COMMENT: The increases for contract Change Order No. Two for Assessment District No.'s 951 and 952 are summarized as follows: Change Amount (Cost of Living & Amendments to Special Provisions) Plan No. 6192 - A, Schedule 1 $ 198 Plan No. 6056 - A, Schedule 2-Zone 1 1,307 Plan No. 6056 - A, Schedule 2-Zone 2 11,428 Subtotal $12,933 (Sup.plemental Items of Work) Plan No. 6192 - A, Schedule 1 $ 1,093 Plan No. 6056 - A, Schedule 2, Zone 1 3,030 Plan No. 6056 - A, Schedule 2, Zone 2 3,674 Subtotal $ 7,297 is~ozea Cont ct Price Increase $20,730 AMES C. RICHARDSON, Deputy Citv Administrator-Develonment SPrvires p MAINTENANCE OF LANDSCAPING IN ~ro3ect: ASSESSMENT DISTRISTS NOS. 951 AND 952 Date: May 15, 1989 Plan No. 6192-A AND 6056-A file No. 2.100 & 2.101 ENGINEERING DIVISION DEPARTMENT OF PUBLIC WORKS CITY Of SAN BERNARDINO, CALIFORNIA CONTRACT CHANGE ORDER N0. TWO (Change necessitated because of field conditions) T0: Cherokee Landscape Services 1014 W. Pinedale Street Rialto, CA 92376 Gentlemen: 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. The unit bid prices are hereby increased by 6.50%, based on cost of h wn on the attached Bid livin increases for this area as s o g , Schedule for 1989-90. 3. The attached Price Schedule for Supplemental Items of Work, 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 S ~ 79700 4. The Amendi,~ents to Special Provisions No. 6192-A and 6056-A, for Maintenance of Landscaping in Portions of Kendall Drive (State Route 206) and University Parkway, are hereby incorporated into and made a part of the contract documents. 5. 'Ihe bid schedule for (Schedule 2) Zone 2, Plan No. 6056-A, is amended by addition of the following: The quantity of Bid Item No. 2, (Schedule 2) Zone 2, is hereby in- '~ creased from 23,952 sq. ft. to 106,067 sq. ft., and the contract price is hereby changed from $2,800.00 to $13,205.00, which includes a 6.5X cost of living increase. ~ O p MAINTENANCE OF LANDSCAPING IN OPro3ect: ASSESSMENT DISTRICTS NOS. 951 AND 952 Date: May i5, I989 Plan No. 6192-A AND 6056-A File No. 2.100 & 2.101 ENGINEERING DIVISION DEPARTMENT OF PUQLIC WORKS CITY OF SAN BERNARDINO, CALIFORNIA CONTRACT CHANGE ORDER N0. TWO (Change necessitated because of field conditions) Total extra work cost added to contract .............................E 2orfi3o.oo Previous Contract Price .............................................5 41,623.00 Amended Cost Price ..................................................E 62,353.00 Additional time to complete contract due to change order ~ CONTRACTOR: CITY OF SAN BERNARDINO: Accepted~~ /~ Approved ~- V ate ~W ,,1~~, Director of Public Works/City Engineer Title: /v Licensed in accordance with an Act providing for the registration of Approved Contractors, Licen//s~~e No: S,zr!/Sly By: Classification: 1.,, - Z 7 Acting City Administrator ate -2- © O AMENDMENTS TO SPECIAL PROVISIONS N0. 6192-A (SCHEDULE 1) AND 6056-A (SCHEDULE 2), FOR MAINTENANCE OF LANDSCAPING IN PORTIONS OF KENDALL DRIVE (STATE ROUTE 206) ANO UNIVERSITY PARKNAY ASSESSMENT DISTRICTS M0. 951 AND 952 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: 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 revier 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-Cowpliance, 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: 5-1.07 DISCRIMINATION/AFFIRMATIVE ACTION CLAUSE -- Contractor here y certl es tat t r~ not ~scr m pate against any employee or applicant for emp loyment because of race, color, religion, sex, martial status or national origin. AMENDMENTS TO SPE~L PROVISIONS A.D. 951 AN 052 May 15, 1989 Page 2 ® Contractor sha71 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 from participation under this Agreement any employee or applicant for employment on the basis of age, handicap or religion in compliance with State and Federal lays. Section 6-1.04, "PAYMENTS", is amended to read that payments will be made to the Contractor by the 10th of the month following the month the cork 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 area shall constitute grounds for termin- ation of the contract." Section 6-1.08, "MONTHLY EYALUATIONS," is amended by addition of the following: Meekly reports nay constitute the monthly evaluation based upon the Supervisor's discretion. The fourth paragraph of Section 9-1.10 (A), "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 Mork, in accordance with Section 3-3, "EXTRA WORK", of the Standard Specifications. Section 9-I.04, "SOIL FERTILIZING AND PEST CONTROL AGENTS", shall be amended by deletion of the following sentence in A. "7urf Grass", (1): Fertilizer shall contain 2, 4 - 0 and MDPP, 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. err' © a AMENDMENTS TO SPECIAL PROVISIONS A.D. 951 AND 952 May 15, 1989 Page 3 Section 10, "SUPPLEMENTAL ITEMS OF WORK", is hereby added to the Special Provisions as follows: 10-1.01 SUPPLEMENTAL MORK -- Any supplemental work done shall be performed at t e pr ces indicated in the "SUPPLEMENTAL ITEMS OF MORK 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 payaent for all work involved in furnishing and planting new trees. 10-1.03 REPLACEMENT OF TURF -- Defective turf shall be removed and rep aced wit sod. he 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 SHRUBS -- Replacement of shrubs shall be done in accordance w t ection 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. 10-1.05 "REPLACEMENT OF GROUND COYER" -- Replacement of ground cover sha be done ~n accordance with Section 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 o sprin er eads s a 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. AMENDMENTS TO SPECTRE PROVISIONS A.D. 951 AN~52 May 15, 1989 Page 4 10-1.07 REPLACEMENT OF TIMER/CONTROLLER -- Replacement of a defective timer contro er s a e accomplished as directed by the Supervisor. Anew 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 repairs to the underground wiring or foundation) involved in replacing a defective unit. 10-.1.08 NEED ABATEMENT -- weed abatement shall be done on the unimproved easements or landscaping along the East side of San Timoteo Channel, from Route I-30 Freeway to Hospitality Lane. and along both sides of Gage Canal. from Route 1-10 freeway to Carnegie Street. These undeveloped areas shall be treated with Round-Up per manufacturer's label. and weed growth removed above 4", for erosion control. Said areas are to be maintained a3 such for duration of contract. Trash and litter shall be removed on a daily basis. Q 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 (12,160 sq.ft.+) - o o UN IT PRICE TOTAL (SCHEDULE 1) BID SCHEDULE 1989 - SlO PLAN NO. 6192-A (lgaa 89) UN IT. L.S. DESCRIPTION OF ITEMS WITH UNIT PRICE WRITTEN IN WORDS Lawns shall be mowed, edged, L.S. 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 L.S. Maintenance and pruning of Trees. at the lump sum price of. 5 j~~~ "T\o\ \~~ w\~~ 1:)o\\~'r ~ - ;',';;; ~~.i:~~ };~^'~ F'f+'S &'" "Oo\\'a....~ * e55G ~ I cr Z{I'(~ .~ 2. L.S. 4 00 'If 639- . <'~, ~,X - 3. 1 EACH o "t- ~' -, ~ 4.3~ 41 .3, e 36;.(~ TOTAL BID (SCHEDULE 1) S 36-4C- EACH Replacement of Trees, in kind, at a price each of POR t-4f rh'tl!!.l!' Oo\\a.'C"~ /' , . (SCHEDULE 2) BID SCHEDULE 1989-90 PLAN N0. 6056-A (i~9@9-$9) PAGE 2 ZONE 1 DESCRIPTION OF ITEMS WITH UNIT ITEM QUANTITY UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL 1. 1 L.S. Lawns shall be mowed, edged, L.S. (81,612 sq. ft.+) fertilized, renovated, aeri- fled 3 maintainedin ahealthy growing condition free from weeds, pests, fungus and any foreign matter, including maintenance of the irrigation system, as outlined in the attached specifications at the ~ 8 3o 7 - lump sum price of ~ c~ E'1or h ' TL. r~R_.~ ~nd~c ~ nv`~ e1~LS~y~~, 00\\8xS 2. 1 L.S. Plants, shrubs and groundcover L.S. (105,039 sq.ft.+) shall be pruned, trimmed and shaped to ornamental beauty, free from insects and fungus. Planter beds shall be weal raked and cultivated free from weeds, grass and any foreign matter. Atl plant material shalt be maintained in a healthy and vigorous state. including maintenance of the irrigation system, as outlined in the attached specifications ~ ,738 at the lump sum price of ~~i J <C i /Ben ~wus w~l.Y1 ~ Hundred Th~v~ bright Oo\\at-S ~,II i o (SCHEDULE 2) BID SCHEDULE ~9e9-9o PLAN N0, 6056-A (~9.8$-$9~ PAGE 3 20NE 1 COMT'D DESCRIPTION OF ITEMS WITH UNIT ITEM QUANTITY UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL 3, L.S. Maintenance and prining of L.S. ~ Trees. at the lump sum price ~ o f 7c„UO T ~ One 11u~nd. TY?Cr .t ~o~\a,rg`T' ~2, I ~ 4. 5 EACH Replacement of Trees. in EACH kind. at a price each of Fo~~c~ Three C~el\arS ~ cc --~" ~~3°° ~ 215 ` 21,390 °s. ® T07AL BID ZONE 1 f ~ ~r+G~ s t ,r ,? • • • ,r O (SLNEDUIE 2) 8I0 SCHEDULE i9B9 - 90 PLAN N0. 6056-A (i9~8~8~89) PAGE 4 ZONE 2 DESCRIPTION OF ITEMS WITN UNIT ITEM ,dQUANTITT UNIT UNIT PRICE WRITTEN IN WOR05 PRICE 707AL 1 1 L.S. Lawns shall be mowed, edged. L.S. (151,381 sq.ft. fertilized, renovated. aeri- fled 3 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 t umo sum price of .14,9 JQ oc Di R ThduS~p7r I{/i• n~ -! 2. 1 L.S. Plants, shrubs and groundcover L.S. ~,7' (23.952 sq.ft. shall be pruned, trimmed and (t BZ,116 shaped to ornamental beauty, i ~ /06,067 ~ ff free from insects and fungus. Planter beds shall be wetl 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 '~~3 205« at the lump sum price of ~ / lLl/. _ ~ V~VKdYe FIVE. GOi(~.rS 3. ~ L.S. Maintenance an4 pruning of L.S. Trees, at the lump .sum price o f - ,,~ ~- -,-r`.~:r:~:.,-r IJDE '~ecisa -~ #L' ~J 9 Q « H~,dred N:vud4+SBag DolldrS ~'( J a © (SCHEDULE 2) BIO SCHEDULE i989-90 PLAN N0. 6056-A (~9~68-89) ' PAGE S ZONE 2 CONT'D DEXCRIPTION Of ITEMS WITH UNIT ITEM QUANTITY UNIT UNIT PRICE WRITTEN IN_WORDS _PRICE TOTAL 4. 5 EACH Replacement of trees, in EACH kind, at a price each of ~,v ~4.3°-° 2I5 29,9z8.oo 70TAL BID IONE 2 f '~ TOTAL BID ZONES I d 2 (SCHEDULE 2) S TOTAL CONTRACT BID (SCNEOULES 1 AND 2) S "~L i 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 contract rill be ararded only for the total a99regate bid fog Schedules i and 2. The prov/sloes contained in Section 3-2. 'Changes Initiated by th Agencr'. of the Standard Specifications shall noL apply to Replace~en of Trees, and no adjustment shall, therefore. be made in tAe corttrac unit price for increased or decreased quantities of Tree Replacement. ~., O PRICE SCHEDULE 0 (SCHEDULE 1) SUPPLEMENTAL ITEMS OF MORK PLAN N0. 6192-A (1989-90) A.D. N0. 951 DESCRIPTION OF ITEMS WITH UNIT UNIT QUANTITY UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL 1. 1 EACH Replacement of Trees, in kind, at per 2. 100 SQ.F7. Replacement of Turf, in kind, at a unit price of per ® 3. 5 EACH Replacement of Rotor Type Sprints} r Heads, at ~ ~ 'T~e. T~ht~ars 20 /pp~ per H 4. 1 EACH Replacement of Timer/Controller, at .Cib .Hill De\-ti •w~ eP e0 '800 ~84d - per TOTAL SUPPLEMENTAL ITEMS OF WORK (Schedule 1) E /~0 93.00 ;~"`~ O YK1l.C ~,, n,.uu~.. o SCHEDULE 2 SUPPLEMENTAL ITEMS OF WORK Q PLAN N0. 6056-A (1989-90) A.D. N0. 952 (ZONE 1) DESCRIPTION OF ITEMS WITH UNIT UNIT QUANTITY UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL 1. 10 EACH Replacement of Trees, in kind, at per 2. 1000 SQ.FT. Replacement of Turf, in kind: at a unit price of _ _E,AL,~,.. G~ ,~O.BO BOO.-... per ® 3. 10 EACH Replacement of Shrubs, in kind, at ~r per H 4. 50 FLAT Replacement of Ground Cover, in kind, at a unit price of per rL 5. 25 EACH Replacement of Pop-Up Sprinkler Heads, at 'fu1~~p,~v o\ SMS 4~? ~ e0 20 Jr4~ per H 6. 5 EACH Replacement of Rotor Type ,~r~ Sprinkl r Heads, at y ti./ T~uev~~u "LL'lsila:ic-g ~b ~,4. 1' 20 /OD per EACH TnT01 CIIDDI FMCAIT01 TTCMC AC W(loI[ IC..w..w.~t,, a o___ _ ~ n~n AA O SCHEDULE 2 SUPPLEMENTAL. ITEMS OF NORK PLAN N0. 6056-A (1989-90) A.D. N0. 952 (ZONE 2) DESCRIPTION OF ITEMS WITH UNIT UNIT QUANTITY UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL 1. 10 EACH Replacement of Trees, in kind, at / ec Ec~t~T1?ra L. Tie a~ee, ~ /, 3 ~'T~ per H ^t 2. 500 SQ.FT. Replacement of Turf, in kind, at a unit price of . ~f ~ 500 ~ per 3. 10 EACH Replacement of Shrubs, in kind, at T~~.,~ ~ r~~~~s ~zo~ ~20os per 4. 12 FLAT Replacement of Ground Cover, in kinrli at a unit price of y ',f Tu1G~ ~e\l~.rS 7f 20~, -~ ~Tt/g per L 5. 25 EACH Replacement of Pop-Up Sprinkler Heads, at TwG.~~u "!Jo a.ry ~, oc -~ ~`20~ 500` per H 6. 5 EACH Replacement of Rotor Type Sprinkler Heads, at ~r ~rttenf.. '17el~at~ /' /ooh per H V O PRICE SCH_EOULE O SCNEDULE 2 ® SUPPLEMENTAL ITEMS Of MORK PLAN N0. 6056-A (1989-40) A.O. N0. 952 (ZONE 2) DESCRIPTION OF ITEMS WITH UNIT UNIT QUANTITY UNIT UNI7 PRICE WRITTEN IN WORDS PRICE TOTAL 7. I L.S. Additional Laws Areas shall L.S. (2,150 SQ.FT. +/-) be Mowed, Edged, Fertilized, Renovated, verified and maintained in accordance with Basic Bid Item No. I, (Schedule 2, Zone 2), A.D. No. 952, ® Plan No. 6056-A, at the Lump ~ ls. Sum price of /~~ .~~n ,r ~wrh ~ e\~a.+r~ 8• 1 L.S. Additional Plants, Shrubs and L.S. (2.750 SQ.FT. +/-) Groundcover Areas shall be pruned, trimmed and shaped in accordance with Basic Bid Item No. 2, Schedule 2, Zone 2), A.D. No. 952, Plan No. 6056-A, at the Lump Sum price of ~ WuM~,~~ ~-.,~.~~~ 52~'t 1x5~4- Fo~J f- L~Q air ~ 70TAL SUPPLEMENTAL ITEMS OF WORK (Schedule 2, Zone 2) 5 .3~ 6 7.ef.QO TOTAL SUPPLEMENTAL ITEMS OF WORK (Schedule I and 3 ~ /~Q 0 Schedule 2, Zones 1 and 2) NOTE: The provisions contained in Section 3-2, "CHANGES INITIATED BY THE AGENCY", of the Standard Specifications shall not apply to Supplemental Items of Work, and no adjustment shall, therefore, be made in the contract unit price for increased or decreased quantities of SUPPLEMENTAL WORK.