Loading...
HomeMy WebLinkAbout19-Public Works File No. 2.l14-B & 2.117 CITY OF t.AN BERt4:MDINO - REQUEST OR COUNCIL A From: qept: ROGER G. HARDGRAVE Subject: Approval of Change Order No. TWO --Maintenance of Landscaping for Assessment District No. 956 & 968, per Plan No. 6244 & 6738- A -- CHEROKEE LANDSCAPE SERVICES ~/ Public Works/Engineering Date: 6-01-89 Synopsis of Previous Council action: 07-22-85 -- Res. No. 85-284 adopted establishing Assessment Dist. No. 956. 06-02-86 -- Res. No. 86-210 adopted awarding a contract to J & R Land- scaping for Assessment District No. 956 for the low bid price of $59,652. 06-01-87 -- Res. No. 87-178 adopted awarding a contract to J & R Land- scaping for Assessment District No. 956 for the low bid price of $64,417. 06-06-88 -- Res. No. 88-178 adopted awarding a contract to Cherokee Landscape Services for Assessment District No. 956 for. the low bid price of $59,996.00. 10-03-88 -- Change Order No. One approved to include additional landscape maintenance work, for an increase in the contract price of $ 15,260.00. Recommended motion: That Change Order No. Two to the contract with Cherokee Landscape Services for the maintenance of landscaping within the Tri-City Complex, per Plan O No. 6244 & 6738-A be approved authorizing the Contractor to extend the i contract for a period of one year, from 7-1-89 to 6-30-90, adjust the bid prices by 6.5% to account for inflation, incorporate Supplemental Items of Work and Amendments to the Special provisions into the contract, for an increase in the contract price of $25,580.00, from $59,996.00 to $85,576.00. cc: J. Robbins J. Richardson A. Green A. Ramos Contact person: Roqer G. Hardgrave Staff Report & Supporting data attached: C. C. O. * 2 Phone: ,07., Ward: 1 & 3 FUNDING REQUIREMENTS: Amount: $102,241 Source: (Acct. No.) 251-627-53925 Finance: D~ No. 956 tJf'P (Acct. DescriPtion) Assessment _LTr~-City & Airport D.rive) I Oouncil Notes: 75.0262 AQenda Item No. /Gf -4 - .~ CITY OF SAN BERNiRDINO - REQUEST 2R 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. Two 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 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 original contract. Non-repetitive work, such as replace- ment 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 materials 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. Two. The estimated cost of the Supplemental Items of Work is $16,630.00. 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, except for Item No.1, for Assessment District No. 956, which is for routine maintenance of addi tional landscaped areas. Therefore, the actual costs should be somewhat less than the estimated cost of $16,630.00. Various amendments to the Special Provisions are also incorporated into the contract by Change Order No. Two. 6-01-89 o .. II CITY OF SAN BERN~DINO - REQUEST ~ COUNCIL ACTION o STAFF REPORT Page 2 of 2 Listed below is an estimate of the total cost for pro- viding these landscape maintenance services from 7-1-89 to 6-30- 90. Maintenance Contract - $ 85,576 Incidental Costs (Assessment Engineering, publishing and recording fees, supervision by Dept. of Parks, Rec. & Comm. Svcs., advertising for bids, and water & "electrical charges) 16,665 TOTAL ESTIMATED ANNUAL COST $ 102,241 Funds will be "upfronted" by the City, and reimbursed through special assessments placed on the property tax bills, pursuant to the resolution establishing the assessment district. o 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. 6-01-89 o .~ JL .. - J2JIc. o ') oproject: Plan No. Maintenance of Landscaping in Assessment District Nos. 968 & 956 6738-A and 6244 Date: ~lay 12, 1989 File No. 2.114-B and 2.117 ENGINEERING DIVISION DEPARTMENT OF PUBLIC WORKS CITY OF SAN BERNARDINO, CALIFORNIA CONTRACT CHANGE ORDER NO. TWO (Change necessitated because of field conditions) TO: Cherokee Landscape Services 1014 West Pinedale Street Rialto, CA 92376 Gentlemen: The terms and provisions of the contract documents are hereby amended as follows: o 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 6.5%. based on cost of living increases for this area, as shown on the attached Bid Schedule for 1989-90. 3. The attached Price Schedule for Supplemental Items of Ijork, for 1"989-90. is hereby incorporated into and made a part of the contract documents at an estimated increase in the annual contract cost of $16,630.00. 4. The Amendments to Special Provisions :'0. 6738-A and 6244, for t1aintenance of Landscaping in Portions of Airport Df'ive alld TRI-CITY CORPORATE Cor~PLEX, are hereby incorporated into and made a part of the contract documents. 5. The schedule for edging of lawn areas is hereby changed from bi-weekly to weekly, and the bid price for Item No.1, Schedule 2, Maintenance of Lalffi Areas, is in- creased by $5,520, from $37,484.00 (adjusted to account for 6.5% inflation) to $43,004.00, o -1- w A. w .J.:;. J1 o o Project: o Plan No. Maintenance of Landscaping in Assessment District Nos. 968 & 956 6738-A and 6244 Date: may 12. 1989 File No. 2.114-6 and 2.117 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 ............................. $ E5,580.ao Previous Contract Price .............................................$ 59.996.00 o Amended Cost Pri ce .................................................. $ 85,5"6.0() Additional time to complete contract due to change order............ 0 CONTRACTOR: CITY OF SAN BERNARDINO: ~~~ePted:1#.-h ~.tI/.t/ 0'- Z'f - 8Cj Date Approved By: ROGER G. HARDGRAVE Date Director of Public Works/City Engineer Title: {nUII./c!<.. Licensed in accordance with an Act providing for the registration of Contractors. Li cense No: S 2 OJ (; 'Iif Classification: C -27 Approved By: JIM ROBBINS Acting City Administrator Date o -2- -- o o o AMENDMENTS TO SPECIAL PROVISIONS NO. 6738-A (SCHEDULE 1) AND 6244 (SCHEDULE 2), FOR MAINTENANCE OF LANDSCAPING IN PORTIONS OF AIRPORT DRIVE TRI-CITY CORPORATE COMPLEX ASSESSMENT DISTRICTS NO. 956 AND 968 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-1, paragraph 1-1.01 Page SP-1, paragraph 1-1.02, and Article I of the Agree.ent 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: 5-1.07 DISCRIMINATION/AFFIRMATIVE ACTION CLAUSE Contractor hereby certifies that it will not discriminate aga i nst any employee or appl i cant for employment because of race, color, religion, sex, martial status or national origin. o o o o AMENDMENTS TO May 12, 1989 Page 2 SPEC~L PROVISIONS A.D. 956 & 9~ 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 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 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 mai ntenance fai 1 ure anywhere wi thi n the contract area shall consti tute grounds for termi n- 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 para9raph 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 Work, in accordance with S.ection 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. J - o o o AMENDMENTS TO SPECIAL PROVISIONS A.D. 956 & 968 May 12, 1989 Page 3 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. Secti on 10-1. 02 REPLACEMENT OF TREES -- Replacement of trees shall be done in accordance wi th Secti on 9-1.13, "TREE REPLACEMENT", of these Special Provisions. The unit price paid for replacing trees shall include full payment for all work i nvo lved in furni shi ng and pl anti ng new trees. o 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. 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 -- Rep 1 acement of shrubs sha 11 be done in accordance wi th Secti on 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 COVER -- 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. o 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 May 12, 1989 Page 4 SPE~AL PROVISIONS A.D. (956 &C)68l o o 10-1.01 WEED ABATEMENT -- Weed abatement shall be done on the unimproved easements for landscaping along the East side of San Timoteo Channel. from Route 1-10 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 I 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 wi th Round-Up as needed. tri mmi ng weed growth above 4. and removing trash and litter. ,....., '-' o o (SCHEDULE 1) BID SCHEDULE PLAN NO. 673B-A (1988 89) (1989-90) DESCRIPTION OF ITEMS WlTHUNlT UNIT PRICE WRITTEN IN WORDS PRICE TOTAl o PAGE 1 ITEM QUANTITY 1. 1 (13,160 sq.ft.~) UNIT L.S. 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 L.S. ;; 3)83/f .3,~d . ~~~.e '{;iE:~~'" o i I I i I I I I I I TOTAL BID (SCHEDULE 1) $ (5..jJ ^C> ~0C971.3834-~ I I , o (SCHEDULE 2) BID SCHEDULE PLAN NO. 6244 (leBa 83) (1989-90) DESCRIPTION OF ITEMS WITH UNIT PRICE WRITTEN IN WORKS o o PAGE 2 ITEM QUANT ITY 1. 1 (325,980 Sq.ft.~l o UN IT PRICE TOTAL UN IT l.S. L.S. 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 um price of - , ~ 00 n+3.oo4 - 4'r ~K:~: .;1_ F.cJ'<' Oc>>/~r!r 2. 1 L.S. (181,490 sq.ft.~) ,0 3. 1 L.S. :0 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 .ll. 00 'If 18,1038~ ~. . I R ' C;' -1).1.... tu'I)""L:.I~ l...,,",JJ'(.,"-' I ..!'~ ).~,J..:::.~' ~o'J"""'V1A .!'HIt.. l-\u~c\red \'n,...~ 8iSM'Oo\\a.~ I 7 '.-.. ~- I Maintenance and pruning of L.S. Trees, at the lump sum price of &i_t!~;:=~~~,t~ -It 3.515~ (( V7- ",- e;. 3'1 . / o o I ,-. -...I , I I ill o o PAGE 3 ITEM QUANTITY (SCHEDULE 2) CDlT'D BID SCHEDULE PLAN NO. 6244 (1988 M) (1989-90) DESCRIPTION OF ITEMS WITH UNIT PRICE WRITTEN IN WORDS TOTAL UN IT PRICE EACH UN IT 4. 10 EACH Replacement of Trees, in kind, at a price each of , ~ E \ I P-CJ~~ . ~;~ ~~~\\~ It) ( ~ ~ * +3.0 "4-30 TOTAL BID (SCHEDULE 2) $ ~ I ~~ * ~S) II e 0 TOTAL CONTRACT BID (SCHEDULES 1 AND 2) $ ~O_ t 68)9-4-~ 00_ IOTES: The unit price must be written in words and al so 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. Tbe con~ract will be awarded only for ~be ~otal a9grega~e bid fa Scbedules 1 and 2. Tbe provisions contained in Section 3-2. .Cbanges Initiated by th- Agency.. of tbe Standard Spec1f1ca~1ons shall not apply to Replace.en of Trees. and no adj~st.ent shall. tberefore. be made in the contrac unit price for increased or decreased qua.t1t1es of Tree Replace.ent. o UNIT QUANTITY 1. 5 2. 500 o. 10 4 . 3 5 . 20 6. - :....,..., 2 o o PRICE SCHEDULE (SCHEDULE 1) SUPPLEMENTAL ITEMS OF WORK PLAN NO. 6738-A (1989-90) A.D. NO. 968 UN IT EACH FT. SQ. EACH FLAT EACH EACH DESCRIPTION OF ITEMS WITH UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL Replacement of Trees, in kind, at .& Fo~,"j"Wl.!!. C!.. Oo\\~ "4300.". 2./5 ~ per EACH Replacement of Turf. in kind. at a unit price of___ CJn~ O~UalC- ~/Ul per SQ.FT. J6sooU Replacement of Shrubs, in kind, at ""'uJl!.._~ "Ce\\ :l.'l"'" feou ., eoou. per EACH Replacement of Ground Cover. in kind, at a unit price of * Tu}'-..V\.""'< ~\\A2.'('~ eot.!!- tJ602e per FLAT I, e. ~ l' esa ()t!) Replacement of Impact Type Sprinkler Heads at ~\lI..bt- T"1o\\~'C'~ "100.12 It 126~ per EACH - o o o PRICE SCHEDULE (SCHEDULE 1) SUPPLEMENTAL ITEMS OF WORK PLAN NO. 6738-A (1989-90) A.D. NO. 968 UNIT QUANTITY DESCRIPTION OF ITEMS WITH UNIT UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL 7 . 4 EACH Replacement of Rotor Type Sprinkler heads at 'T"UJ~~ ~"'ft...~ 12~ P 8() !!!.. per EACH TOTAL SUPPLEMENTAL ITEMS OF WORK (Schedule 1) $ . ')4-Z5. 00 ,0 o -2- 0 PRICE SCHEDULE 0 -- (SCHEDULE 2) 0 SUPPLEMENTAL ITEMS OF WORK PLAN NO. 6244 (1989-90) A.D. NO. 956 DESCRIPTION OF ITEMS WITH UNIT UN IT QUAIn ITY UN IT UNIT PRICE WRITTEN IN 1I0RDS PRICE TOTAL 1. 1 (111,000 SQ.FT. +/-) L . S . Additional Lawn Maintenance in accordance with Bid Item No. 1 of Bid Schedule 2 for A.D. 956 at the LUMP SUM prlce of n.iJ1"IIs Tb" "~~ 5 CN'M!.Y\ . ~Y\~I~ ~J)(. .,.... Po\\~ L . S . fl12, 763 .00 tl'le} 'T~~ 9It -. ~ -1- g ~ o o o PRICE SCHEDULE (SCHEDULE 2) SUPPLEMENTAL ITEMS OF WORK PLAN NO. 6244 (1989-90) A.D. NO. 956 UN IT QUANTITY UN IT DESCRIPTION OF ITEMS WITH UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL 5 . 15,668 SQ.FT. Weed Abatement on Unimproved Landscape Easements, at a unit price of * . or:) ~O. /08 IJ"2- per SQ.FT. TOTAL SUPPLEMENTAL ITEMS OF WORK (Schedule 2) TOTAL SUPPLEMENTAL ITEMS OF WORK (Schedules 1 & 2) $ $ /5.20.'5,00 . 16,630. 00 o NOTES: The provlslons 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. -- -~-~ -2-