HomeMy WebLinkAboutContracts & Agreements_20-1991_CCv0001.pdf AGENDA ITEM NO.
COUNCIL MEETING OF 5/7/91
REQUEST FOR COUNCIL ACTION
SUBJECT: CONTRACT RENEWAL - MAINTENANCE OF LANDSCAPING AND IRRIGATION -
ASSESSMENT DISTRICT 1.
MOTION
I move to award the contract and authorize the mayor to sign the
contract on behalf of the City for the maintenance of Landscape and
Irrigation for Assessment District No. 1, Annexations No. 1 through
No. 6, to Mentone Turf Supply, of Mentone, California in the amount of
$23 , 363 . 62 .
RECOMMENDATION
It is recommended that the City Council award the contract to Mentone
Turf Supply in the amount of $23 , 363 . 62 .
DISCUSSION
During the past year, April 1, 1990 through March 31, 1991 Mentone Turf
Supply has maintained Assessment District No. 1, Annexations 1 and 2 to
the satisfaction of the original Contract Bid Specifications. At this
time Annexations 3 , 4 and 5 are now available for the city to take over
the maintenance and supervision of the landscaping and irrigation under
a contractual arrangement. Annexation No. 6 will fall under this
contract within the next six months.
ALTERNATIVES
1. Council may decide not to award the contract.
2 . council may decide to re-bid the project.
Prepared by: Concurred by:
4'
ff
46
D6n 'fanph ar Dan Rodriguez
O
City Forester Community Services Director
Reviewed by:
J—, W eaton--'-
I I
/'/eity anager
PROPOSAL
THE MAINTENANCE OF LANDSCAPING AND IRRIGATION FOR
ORIGINAL LANDSCAPE DISTRICT lA, 18, 1C AND
ANNEXATIONS 1.A, 18 AND 2A
CITY OF RED DS, COMMUNITY SERVICES DEPARTMENT
The undersigned hereby agrees to provide services for the maintenance of
landscaping and irrigation for Assessment di
CONTRACT FOR COMMUNITY SERVICES
1. PARTIES AND DATE
This contract is entered into this ls t day of April
1991, between the CITY OF REDLANDS, a municipality of the State of
California, hereinafter "Owner" and Mentone Turf Supply
hereinafter "Contractor. "
2. CONSIDERATION
In consideration of the mutual covenants hereinafter
contained owner and Contractor agree to comply with the terms of
this contract and to faithfully perform their duties hereunder.
3. DUTIES OF CONTRACTOR
3 .1 Contractor agrees to furnish all labor, tools and
equipment necessary for the maintenance of landscaping for original
Lanscape Maintenance District 1A, 1B, 1C, Annexations 1A, 1B, and
2A in accordance with the technical specifications attached hereto
and made a part hereof. Owner reserves the right to increase or
decrease the quantity of landscape maintenance in accordance with
its needs.
3.2 Contractor shall respond to any request from the
Owner within fourteen (14) calendar days of the request. Such work
shall be completed according to a schedule to be agreed upon by the
Contractor and the Owner; provided, however, that the Owner will
schedule work in minimum increments of one (1) day (eight (8)
hours) .
3 .3 Contractor agrees to provide Owner with a bond in
the amount of 25% of the bid to secure faithful performance of its
obligations under this agreement. Contractor further agrees that
it and its subcontractors (if any) will comply with City of
Redlands Business License Ordinance No. 867, Sales Tax Ordinance
No. 936, and Use Tax Ordinance No. 937, and all other applicable
local laws and requirements.
3 .4 Copies of the prevailing rate of per them wages
for each craft, classification or type of work needed to execute
this Contract are on file in Owner's office and are available to
interested parties upon request. Contractor agrees to comply with
the penalty provisions of Section 1775 of the Labor Code ($25 per
worker per day) for failure to pay such prevailing rates.
3.5 Contractor shall pay travel and subsistence
payments to each workman needed to execute the work, as such travel
and subsistence payments are defined in the applicable collective
bargaining agreements filed in accordance with Section 1773 .8 of
the Labor Code.
3.6 When Contractor employs workers in an
apprenticeable craft or trade, Contractor shall comply with the
provisions of Section 1777.5 of the Labor Code with respect to the
employment of properly registered apprentices upon public works.
The primary responsibility for compliance with said section for all
apprenticeable occupations shall be with contractor.
3.7 Contractor is advised that eight hours labor
constitutes a legal day's work. Pursuant to Section 1813 of the
2
Labor Code, Contractor shall forfeit a penalty of $26.00 per worker
for each day that each worker is permitted to work more than eight
(8) hours in any one calendar day and forty (40) hours in any one
calendar week except when payment for overtime is made at not less
than one and one-half (1-1/2) times the basic rate for that worker.
3.8 Contractor shall keep accurate payroll records
available for inspection in accordance with the requirements of
Labor Code Section 1776.
3.9 Contractor shall keep himself fully informed of
all laws and regulations in any manner affecting the performance of
the contract work, and shall indemnify owner and Owner's agents
against any liability arising from violation of any such law or
regulation.
3.10 Contractor shall at its own expense maintain at
least the following insurance coverages throughout the performance
of this contract.
(a) Worker's compensation insurance coverage,
including occupational disease coverage, for all persons employed
in the performance of this contract, which insurance shall at all
times be maintained in strict accordance with the requirements of
the current California Worker's Compensation Insurance Laws.
(b) Comprehensive general liability and vehicle
liability insurance coverage insuring Contractor for all claims for
personal injury, including sickness and death, and: all claims for
destruction of or damage of property, including loss of use,
3
arising out of or in connection with any operations under this
Contract, such insurance to be written with a limit of liability of
not less than $1, 000, 000- 00 for all damages arising out of bodily
injury, including sickness and death, at any time resulting
therefrom, sustained by any one person in any one accident, and a
limit of liability of not less than $200, 000. 00 aggregate for any
such damages sustained by two or more persons in any one accident,
and with a limit of liability of not less than $200,000.00 for all
damages arising out of injury to or destruction of property of
others' arising directly or indirectly out of or in connection with
the performance of the work under this contract and in any one
occurrence.
Prior to commencement of any work under this contract,
Contractor shall obtain and furnish to Owner a Certificate of
Insurance as to each type of insurance required, in a form
acceptable to owner.
3.11 Contractor shall be responsible for all loss and
damage which may arise out of the nature of the work agreed to
herein, or from the action of the elements, or from any unforeseen
difficulties which may arise or be encountered in the prosection of
the work until same is fully completed and accepted by Owner.
However, Contractor shall be responsible for damage proximately
caused by an act of God within the meaning of Section 4150 of the
Government Code only to the extent of 5 percent of the contract
amount.
4
3.12 Contractor shall indemnify and hold harmless
Owner its agents and employees from and against all claims,
damages, losses and expenses, including attorney's fees' arising
out of or resulting from performance of work under this Contract
and which are attributable to bodily injury, sickness, disease or
death, or to injury to or destruction of tangible property
including the loss of use resulting therefrom caused in whole or in
part by any negligent or willful act or omission of the contractor
or anyone directly or indirectly employed by him or for whose acts
he may be liable.
3.13 Contractor offers and agrees to assign to Owner
all rights, title and interest to and to all causes or action it
may have under Section 4 of the Clayton Act (14 U.S.C. 15) or under
the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the
Business and Professions Code) arising from purchases of good,
services, or materials pursuant to this Contract. Such assignment
shall be made and become effective at the time Owner tenders final
payment to Contractor, without further acknowledgement by the
parties.
3.14 Contractor shall be responsible for securing and
paying for all licenses necessary to perform the work described
herein.
4. OWNER#S RESPONSIBILITIES
4.1 Contractor agrees to perform the work required
herein for the unit price set forth in Contractor's bid or as
negotiated between Owner and Contractor, as the case may be;
5
provided that quantities of work shall be subject to adjustment as
directed by Owner.
4 .2 When the Contractor determines that he has
completed the work required herein, Contractor shall so notify the
owner in writing and shall furnish all labor and material releases
required by Section 3 . 3 of this Contract. owner shall thereupon
inspect the work and, if acceptable, shall pay to Contractor the
amount due, less any amount which the owner may be authorized or
directed by law to retain. Acceptance of payment by the Contractor
shall constitute a release to Owner from all claims and liabilities
to the Contractor for any work performed n relation to this
Contract or for any act or neglect by the Owner relating to or
affecting the work.
5. CONTRACTUAL RELATIONSHIP
It is expressly agreed that Contractor is an independent
contractor and neither Contractor nor any of his employees shall be
deemed employees of owner. Contractor shall have full supervision
over all workers on the job, including equipment, drivers, and
operators and neither Owner nor any of Owner's agents shall be held
responsible for any action of Contractor under this Contract.
Should any question arise regarding the meaning or import of any of
the provisions of this Contract or written or oral instructions
from the Owner the matter shall be referred to Owner's engineer,
whose decision shall be binding upon Contractor.
6
6. ASSIGNMENT FORBIDDEN
Contractor shall not assign or transfer this Contract or any
right, title or interest herein without the prior written consent
of Owner. If Contractor attempts an assignment of this Contract or
any right or interest herein, owner may, at its option, terminate
and revoke the Contract and shall thereupon be relieved from any
and all obligations to Contractor of his assignee or transferee.
7. TERM
The initial term of this Contract shall be from April 1,
1991 to March 31, 1992, unless terminated sooner as hereinafter set
forth. After the initial term, the Owner and the Contractor may
extend the Contract for additional increments of one (1) fiscal
year each up to a maximum of four (4) years with renegotiated
quantities and prices in accordance with the following procedure:
(a) Owner shall submit to the Contractor, in writing,
the estimated quantity of trees, turf, sprinkler heads, irrigation
pipe, timer/controller, ground cover and shrubs to be maintained in
the new fiscal year by February 15 of the previous fiscal year.
(b) The Contractor shall submit to the Owner, in
writing, unit prices for the work to be done in the new fiscal year
by March 15, 1991 of the previous fiscal year.
(c) The Owner shall either accept or reject the new
unit price by March 31, 1991 of the previous fiscal year.
(d) If the Contractor fails to submit a new unit
price, or if the owner rejects the new unit price submitted by the
Contractor, the contract shall not be renewed for the following
7
fiscal year.
8. TERMINATION
This agreement may be terminated by Owner at any time by
giving Contractor fifteen (15) days advance written notice. In the
event of termination by Owner for any reason other than the fault
of Contractor, Owner shall pay Contractor for all work performed up
to that time as provided herein.
9. ATTORNEY FEES AND COSTS
If any action is necessary to enforce or interpret the terms
of this Contract, the prevailing party shall be entitled to recover
from the losing party attorney fees in an amount determined to be
reasonable by the court, together with costs and necessary
disbursements.
10. NOTICES
Any notice required to be given under the terms of this
Contract shall be sufficient and complete upon depositing the same
in the United States mail, with postage prepaid and addressed as
follows:
Owner Contractor
City of Redlands Mentone Turf Supply
30 Cajon Street P.O. Box 592
P. 0, Box 3005 1812 Mentone Blvd.
Redlands, CA 92373 Mentone CA 92359
8
11. COUNTERPARTS
This agreement shall be executed in two (2) counterparts,
each of which shall constitute an original.
IN WITNESS WHEREOF,, each of the parties has caused this
contract to be executed the day and year first above written.
OWNER
CITY OF REDLANDS
ATTEST:
_.-C-ity Cerk tly
r
CONTRACTOR
Y �
9
CITY OF RED DS
STATE OF CALIFORNIA
ASSESSMENT DISTRICT NO. 1
CONTRACT DOCUMENTS
FOR
THE MAINTENANCE OF LANDSCAPING OF
TRACT NO. 13282 ORIGINAL DISTRICT 1A
TRACT NO. 13434 ORIGINAL DISTRICT 1B
TRACT NO. 13496 ORIGINAL DISTRICT 1C
TRACT NO. 13745 ANNEXATION 1A
TRACT NO. 13765 ANNEXATION 1B
TRACT NO. 13947 ANNEXATION 2A
REDLANDS, CALIFORNIA
DEPARTMENT OF COMMUNITY SERVICES
INDEX
DOCUMENTS
A. Proposal Form
B. Designation of Subcontractors
SPECIAL PROVISIONS
SECTION 1. specifications and Plans
SECTION 2. Proposal Requirements and Conditions
SECTION 3. Award and Execution of Work
SECTION 4. Supervision of Work
SECTION 5. Legal Requirements
SECTION 6. General
SECTION 7. Description of work
SECTION S. Technical Specifications
SECTION 9. Landscape and Irrigation System
CONTRACT AGREEMENT
SCHEDULE
TRACT NO. 13745
ANNEXATION 1A
SAN BERNARDINO AVENUE
JUST EAST OF OCCIDENTAL DRIVE (NORTH SIDE)
SUPPLEMENTAL ITEMS OF WORK
ITEM QUANTITY UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL
1. 30 each Replacement of trees, in
kind, at a price of. . . . . . . . . . . $ 37. 50 $ 1 , 125. 00
Refer to as-built plan
2 . 5, 000 sgft Replacement of turf, in
kind, per sq. ft.
at a price of. . . . . . . . . . $ . 10 $ 500. 00
Refer to as-built plan
3 . 105 each Replacement of sprinkler
heads, including necessary
pipe, per linear foot, at
a price of. . . . . . . . . . . . . . . . . . . . $ 7. 95 $ 834. 75
Refer to as-built plan
4. 1 each Replacement of timer/con-
troller at a price of. . . . . . . . . $ 475. 00 $ 475. 00
Refer to as-built plan.
5. 16,000 sgft Replacement of ground cover
in kind per flat at a price
of. . . . . . . . . . . . . . . . . . . . . . . $___11 . 75 $ 2, 937. 50
Refer to as-built plan
---------------------------------------------------------------------------
6. 322 each Replacement of shrubs, in
kind, each at a price of. . . $ 8. 25 $ 2, 656. 50
Refer to as-built plan
TOTAL SUPPLEMENTAL BID $ 8, 528. 75
SCHEDULE
TRACT NO. 13496
ORIGINAL DISTRICT 1C
ALESSANDRO ROAD ACROSS FROM
HILLSIDE MEMORIAL P (EAST SIDE)
SUPPLEMENTAL ITEMS OF WORK
ITEM QUANTITY UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL
2. 91 each Replacement of trees, in
kind, at a price of. . . . . . . . . . . $ 37. 50 $ 3, 412. 50
Refer to as-built plan
2 . 40, 000 sgft Replacement of turf, in
kind, per sq. ft.
at a price of. . . . . . . . . . . $ . 10 $ 4, 000. 00
Refer to as-built plan
3 . 138 each Replacement of sprinkler
heads, including necessary
pipe, per linear foot, at
a price of. . . . . . . . . . . . . . . . . . . . $ 17. 95 $ 2, 477. 10
Refer to as-built plan
4 . 1 each Replacement of timer/con-
troller at a price of. . . . . . . . . $ 500. 00 $ 500. 00
Refer to as-built plan.
5. 52 , 000 sgft Replacement of ground cover
in kind per flat at a price
of. . . . . . . . . . . . . . . . . . . . . . . . . . . $ 11 . 75 $ 9, 546. 88
Refer to as-built plan
---------------------------------------------------------------------------
TOTAL SUPPLEMENTAL SID $ 19, 936. 48
SCHEDULE
TRACT No. 13434
ORIGINAL DISTRICT 1B
SAN BERNARDINO AVENUE BETWEEN
VERMONT STREET AND COLUMBIA STREET
SUPPLEMENTAL ITEMS OF WU
QRK
ITEM QUANTITY UNIT DESCRIPTION 4F ITEMS WITH UNIT 'TOTAL
1. 47 each Replacement of trees, in
kind, at a price of. . . . . . . . . . . 37. 50 $ 1 , 762. 50
Refer to as-built plan
2 . 5, 000 sgft Replacement of turf, in
kind, per sq. ft.
at a price of. . . . . . . . . . . . 10 $ 500. 00
Refer to as-built plan
3 . 220 each Replacement of sprinkler
heads, including necessary
pipe, per linear foot, at
a price of. . . . . . . . . . . . . . . . . . . . 7. 95 $ 1 , 749. 00
Refer to as-built plan
4 . 1 each Replacement of timer/con-
troller at a price of. . . . . . . . . $ 475. 00 $ 475. 00
Refer to as-built plan.
5. 10, 000 sgft Replacement of ground cover
in kind per flat at a price
of. . . . . . . . . . . . . . . . . . . . . . . . . . . 11 . 75 $ 1 , 335. 95
Refer to as-built plan
---------------------------------------------------------------------------
6. 137 each Replacement of shrubs, in
kind, each at a price of. . . $ 8. 25 $ 1 , 1 .30. 25
Refer to as-built plan
TOTAL SUPPLEMENTAL BID $ 7 , 452. 70
SCHEDULE
TRACT NO. 13765
ANNEXATION 1B
SAN BERNARDINO AVENUE
CONNECTED TO THE EAST SIDE OF 'TRACT NO. 13795
EAST OF OCCIDENTAL DRIVE (NORTH SIDE)
SUPPLEMENTAL ITEMS OF WORK
ITEM QUANTITY UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL
1. 29 each Replacement of trees, in
kind, at a price of. . . . . . . . . . . $ 37. 50 1 , 087. 50
Refer to as-built plan
2 . 1,500 sgft Replacement of turf, in
kind, per sq. ft.
at a price of. . . . . . . . . . $ . 10 $ 150. 00
Refer to as-built plan
3 . 250 each Replacement of sprinkler
heads, including necessary
Piper per linear foot, at
a price of. . . . . . . . . . . . . . . . . . . . $ 7, 95 $ 1 , 987. 50
Refer to as-built plan
4 . 1 each Replacement of timer/con-
troller at a price of. . . . . . . . . $ 350. 00 $ 350. 00
Refer to as-built plan.
5. 6, 000 sgft Replacement of ground cover
in kind per flat at a price
of. . . . . . . . . . . . . . . . . . . . . . . . . . . $ 11 . 75 $ 1 , 101 . 51
Refer to as-built plan
---------------------------------------------------------------------------
6. 301 each Replacement of shrubs, in 2 5
kind, each at a price of. . . $ 8. $ 2, 483. 25
Refer to as-built plan
TOTAL SUPPLEMENTAL BID $ 7, 159- 81
SCHEDULE
TRACT NO. 13282
ORIGINAL DISTRICT 1A
WABASH AVENUE BETWEEN BROCKTON AND XENDOCINO WAY
SUPPLEMENTAL ITEMS OF WORE
ITEM QUANTITY UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL
1. 23 each Replacement of trees, in
kind, at a price of. . . . . . . . . . . $___3 7. 5 0 $ 862. 50
Refer to as-built plan
2. 6, 000 sqft Replacement of turf, in
kind, per sq. ft.
at a price of. . . . . . . . . . . $ . 10 $ 600. 00
Refer to as-built plan
3 . 200 each Replacement of sprinkler
heads, including necessary
pipe, per linear foot, at
a price of. . . . . . . . . . . . . . . . . . . . $ 7. 95 $ 1 , 590. 00
Refer to as-built plan
4. 1 each Replacement of timer/con-
troller at a price of. . . . . . . . . $ 350. 00 $ 350. 00
Refer to as-built plan.
5. 900 sgft Replacement of ground cover
in kind per flat at a price
of. . . . . . . . . . . . . . . . . . . . . . . . . . 11 . 75 $ 1 , 652. 40
Refer to as-built plan
---------------------------------------------------------------------------
6. 160 each Replacement of shrubs, in
kind., each at a price of. . . $ 5. 25 1 , 320. 00
Refer to as-built plan
TOTAL SUPPLEMENTAL BID $___±, 374- 90
PROPOSAL
THE MAINTENANCE OF LANDSCAPING AND IRRIGATION FOR
ORIGINAL LANDSCAPE DISTRICT 1.A, 18, 1C AND
ANNEXATIONS lA, 1B AND 2A
CITY OF REDLANDS, COMMUNITY SERVICES DEPARTMENT
The undersigned hereby agrees to provide services for the maintenance of
landscaping and irrigation for Assessment District No. 1 of original
Landscape District 1A, 1B, 1C and Annexations 1A, 18, and 2A in the City of
Redlands as set forth below; between the dates of April 1, 1991 and March 31,
1992, upon request of the City of Redlands and in such quantities as the City
may request, as set forth below:
Item Description Quantity Unit Price Total Price
1. Maintenance of trees
Refer to as-built
plans. 299 ea. $ 5. 50/Yr. $ 1 , 644. 50
2 . Maintenance of turf
per sf. Refer to
as-built plans. 85,250 sf $ . 01023 $ 10, 465. 20
3 . Maint. of sprinkler
heads. Refer to
as-built plans. 1, 163 ea $ . 11 $ 1 , 535. 16
4. Maint. of irrigation
pipe. Refer to per linear
as-built plans. foot $ . 0022 $ 1 , 100. 00
5. Maint. of timer/
controller. Refer
to as-built plans. 6 ea. $ 49. 56 $ 297. 36
6. Maint. of groundcover
per sq. ft. Refer
to as-built plan. 105, 625 sf $ . 006 $ 7,605. 00
7. Maint. of shrubs
each. Refer to
as-built plan. 995 ea. $ . 06 $ 716. 40
TOTAL PRICE $ 23, 363. 62
By. Mentone Turf Supply 1812 entone Blvd. , Mentone CA
Name of Company Address of Company 92359
487170 ( 714) 794-4729
Authori , Rep ntative State License No. Company Telephone No.
SCHEDULE
TRACT NO. 13947
ANNEXATION 2A
RESERVOIR ROAD BETWEEN
DEVONSHIRE DRIVE AND WABASH AVENUE (SOUTH SIDE)
SUPPLEMENTAL ITEMS OF WORK
ITEM QUANTITY UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL
1. 79 each Replacement of trees, in
kind, at a price of. . . . . . . . . . . $ 37. 50 $ 2, 962. 50
Refer to as-built plan
2 . 27,750 sgft Replacement of turf, in
kind, per sq. ft.
at a price of. . . . . . . . . . $ . 10 $ 2, 775. 00
Refer to as-built plan
3 . 250 each Replacement of sprinkler
heads, including necessary
pipe, per linear foot, at
a price of. . . . . . . . . . . . . . . . . $ 7. 95 $ 1 , 987. 50
Refer to as-built plan
4. 1 each Replacement of timerJcon-
troller at a price of. . . . . . . . . $ 550. 00 $ 550. 00
Refer to as-built plan.
5. 20,725 sgft Replacement of ground cover
in kind per flat at a price
of. . . . . . . . . . . . . . . . . . . . . . . . . . .
$ 11 . 75 $ 3 , 804. 91
Refer to as-built plan
---------------------------------------------------------------------------
6. 75 each Replacement of shrubs, in
kind, each at a price of. . . $ 8. 25 $ 618. 75
Refer to as-built plan
TOTAL SUPPLEMENTAL BIL) $ 12, 698. 66
DESIGNATION OF SUB-CONTRACTORS
In compliance with the provisions of Section 4100-4110 et seq of the
Public Contract Code of the State of California, and any amendments
thereof, each bidder shall set forth below the name and location of
each sub-contractor who will perform work or labor or render service
to the contractor.
TRADE SEB-CONTRACTOR CITY LICENSE NO. CLASSIFICATION
NONE
SPECIAL PROVISIONS
SECTION 1
SPECIFICATIONS AND PLANS
1 - 1.01 GENERAL The work embodied herein shall be done
in accordance with the Standard Specifications for Public Works
Construction, Current Edition amended by any Special Provisions set
forth herein and in accordance with the following special
provisions:
I - 1.02 DEFINITIONS Whenever in the Standard
Specifications the following terms are used, they shall be
understood to mean and refer to the following:
Agency The City of Redlands
Owner The City of Redlands
Board The City Council of the City of Redlands
Engineer As designated by the community Services Department
City of Redlands
Supervisor Authorized representative of the Community
Services
Laboratory The laboratory to be designated by the City of
Redlands to test materials and work involved in
the contract.
Notice Advertising for Bids
Notice Inviting Bids
Standard specifications
Standard specifications for Public Works
Construction, Current Edition.
Bi-Weekly Two week intervals
Other terms appearing in the Standard Specifications, and
these special Provisions, shall have the intent and meaning
specified in Section 1-2, "Definitions, " in Standard
Specifications.
In case of conflict between the Standard Specifications and
these Special Provisions, the Special Provisions shall take
precedence over and be used in lieu of such conflicting portions.
SP-1
SECTION 2
2-1 PROPOSAL REQUIREMENTS AND CONDITIONS
2 - 1.01 GENERAL - Bids must be submitted on the proposal
form contained herein. All bids or proposals shall be signed,
sealed and accompanied by cash, cashier's check, certified check,
or hid bond made payable to the City of Redlands, in the amount of
twenty-five (25 ) of the bid. Such cash, check or band shall be
given as a guarantee that the bidder will enter into the contract
if his proposal is approved and the City Council is authorized to
execute the contract. In the event the bidder whose proposal is
approved refuses to execute said contract, the use by the public of
the improvements will be delayed and the public will suffer great
damage. From the nature of the case, it would be extremely
difficult and impractical to fix said amount of damage. Therefore,
the City and the bidder agree that the proposal guarantee of 25% of
The bid shall be paid to the City upon the conditions set forth
above as liquidated damages and not as a forfeiture. Sid bonds
shall be underwritten by a surety company having a rating in Best's
most recent Insurance Guide of "A" or better.
SECTION 3
3-1 AWARD AND EXECUTION OF CONTRACT
3 - 1.01 GENERAL - The bidder whose proposal is approved by
the City Council shall file with the Department of Community
Services all required bonds and insurance policies and execute the
contract within 10 calendar days after receiving notification of
the approval. Failure to file the stipulated documents and execute
the contract within the prescribed time shall constitute good and
sufficient grounds for recession of the award and the City Council
in approving a bid proposal and authorizing said Council to execute
a contract shall be deemed to obligate the bidder to proceed in
accordance with the bid bond to execute the contract and provide
required documentation (i.e. , insurance policies and performance
bond) to the City. No work shall be undertaken toward the
completion of the contract, nor subcontracts entered into, until
the contract has been fully executed by both the Contractor and
City.
3 - 1.02 CONTRACT BONDS -- The Payment and Faithful
Performance Bonds shall be filed with the Department of Community
Services before the Contract is executed by the City in accordance
with Section2- , "CONTRACT BONUS, " of the Standard. Specifications.
In lieu of the Bond as referenced above, the Contractor may deposit
with the City a cash amount equal to twenty-five (25 ) of the total
amount bid for the first year's maintenance, whichever is greater.
SP-2
The amount so deposited shall be retained by the City of Redlands
and will be returned to the Contractor upon completion of the term
of the contract. There will be no interest paid to the Contractor
on the amount so deposited.
SECTION 4
4-1 SUPERVISION OF WORK
4 - 1. 01 INSPECTIONS - An inspection form will be completed
by the Supervisor every week. Any items noted not to be in
compliance with the specifications will be discussed with the
Contractor's on-site representative immediately. Correction of
these items shall be accomplished as set forth in Section 6-106 of
this agreement. Continued non-compliance, or failure to correct
noted deficiencies in a timely manner, shall constitute sufficient
grounds for further action, up to and including termination of the
contract. Contractor or his representative shall also meet once
each week on site for field inspections with the Supervisor to
discuss and sign said inspection report.
4 - 1.03 REPRESENTATIVE OF CONTRACTOR - An authorized on-
site representative of the Contractor shall be designated in
writing at the time this contract is executed by the contractor.
This representative shall be considered as an agent of the
Contractor with authority to receive official notes and making
binding agreements on the prosecution of the work. The Supervisor
shall be given 5 days prior written notice of a change of such
representative.
4 - 1.04 UNIFORMS - All employees shall be dressed in a
uniform shirt identifying them as the contractor's personnel, and
shall be so attired at all times.
4 - 1.05 TERMINATION OF CONTRACT - The contract may be
terminated by the Community Services Director, for continued
failure to perform the items of work in accordance with this
Agreement. A written Notice of Intent to Terminate the contract
will be furnished to the Contractor by the Community Services
Director in the event that this action is deemed warranted. This
notice will be issued by certified mail. Termination of the
contract will be effective 15 days thereafter.
Notification of any termination will be given to the surety, who
shall have the right to take over the contract within 15 days of
being notified. Failure of the surety to assume the provisions of
the contract within 10 days shall constitute grounds for the City
to assume responsibility for providing maintenance services with
the right to recover damages from the principal or the surety
arising from the principal 's failure to perform.
SP-3
SECTION 5
5-1 LEGAL REQUIRE
5 - 1.01 WORKER'S COMPENSATION INSURANCE - The Contractor's
attention is directed to Section 7-4 "Worker's Compensation
Insurance" of the Standard Specifications, providing that the
Contractor shall file a signed certification Certificate of
Worker's Compensation Insurance for itself and its subcontractors
before execution of the contract.
5 - 1.02 PA NT OF WAGE RATE - The contractor will be
required to adhere to the State Minimum Wage ($4.25) for payment of
per them wage for each worker needed in execution of this contract.
Copies of the prevailing rate of per them wages for each craft,
classification or type of work needed to execute this Contract are
on file in Owner's Office and are available to interested parties
upon request. Contractor agrees to comply with the penalty
provisions of Section 1775 of the Labor Code $25 per worker per
day) for failure to pay such prevailing rates.
The supervisor shall have the right to interview any craft or
worker on the project site in order to verify payment of prevailing
wage rates. Also, the City retains the right to examine the
Contractor's payroll records to determine if wage rates indicated
are being paid.
5 - 1.03 SAFETY REQUIREMENTS - All work performed under
this contract shall be performed in such manner as to provide
maximum safety to the public and the safety standards outlined in
the Federal OSHA guidelines. The Supervisor reserves the right to
issue restraint or cease and desist order to the Contractor when
unsafe or harmful acts are observed or reported relative to the
performance of the work under this contract.
5 - 1.04 HAZARDOUS CONDITIONS - The Contractor shall
maintain all work sites free of hazards to persons and/or property
resulting from his operations. Any hazardous conditions noted by
the Contractor, which is not a result of his operations, shall
immediately be reported to the Supervisor at (714) 798-7508 or
(714) 798-7528.
5 - 1.05 USE OF CHEXICALS - The Contractor shall submit a
list of all chemical herbicides or pesticides proposed for use
under this contract for approval by the Supervisor or his/her
designee. This listing shall be limited to chemicals approved by
the State of California, Department of Agriculture and not
appearing on any Federal or State list of prohibited toxic
materials, and shall include the exact brand name and generic
formulation, California registration No. and Chemical Abstract
Service No. (Case #) , and based on the recommendations of a
SP-4
a licensed pest control advisor. The use of chemicals shall
conform to the current San Bernardino County Department of
Agriculture regulations.
SECTION 6
6-1 GENERAL
6 - 1.01 SOUND CONTROL REQUIREMENTS -W Each internal
combustion engine, used for any purposes on the job or related to
the job, shall be equipped with a snuffler of a type recommended by
the manufacturer. No internal combustion engine shall be operated
on the project without said snuffler.
No equipment, machinery, or apparatus that permits loud and
excessive noise shall be operated during the hours of 10: 00 p.m.
and 7:00 a.m. unless approval has first been secured from, the City
Council of the City of Redlands.
Said noise level requirement shall apply to all equipment on
the job or related to the job, including but not limited to trucks,
mowers, weed eaters, blowers or other equipment that may or may not
be owned by the Contractor. The use of loud sound signals shall be
avoided in favor of light warnings except those required by safety
laws for the protection of personnel..
6 - 1. 02 PERMITS AND LICENSE - The Contractor shall obtain
a City Business License prior to execution of the contract.
6 - 1. 03 SUPPLEMENTAL WORK -- Any supplemental work done
shall be performed at the cost bid for each item, unless the
supplemental work is done for a negotiated price. Renovation of
existing landscaping and appurtenant facilities due to age or poor
growth as determined by the Supervisor and Community Services
Director not related to Contractor's negligence shall be classified
as Supplemental Items of Work.
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 Items of Work..
6 - 1. 04 EXTRA WORE - Any extra work done shall conform to
the provisions in Section 3. 3 "Extra Work" of the Standard
Specifications. However, equipment rental rates shall conform to
State of California Business and Transportation Agency, Department
of Transportation, Division of Construction, "Labor Surcharge and
Equipment Rental Rates, " latest edition, unless the extra work is
done for a negotiated price.
SP-5
6 - 1. 05 PAYMENTS - Payment will be made to the Contractor
on or about the fifteenth day of each subsequent consecutive month
during the tern of the contract in an amount equal to the total
amount bid divided by the total number of months encompassed by the
contract term. The first payment may be pro-rated in accordance
with the actual portion of the month worked. The request for
payment shall be hand delivered to the Supervisor at the monthly
evaluation meeting.
PAYXENTS WITHHELD -- The City may withheld payment to such
extent as may be necessary to protect the City from loss due to;
1. Defective work not corrected.
2. Claims filed or reasonable evidence indicating probable filing
of claims by third parties against the City arising from the
performance of the contractor or any subcontractor under this
agreement.
3. Maintenance not being fulfilled.
When the above grounds are removed, payment shall be made for
the amount withheld, less any sums required to be expended by the
City for correction of the loss. Interest shall not be paid on any
withheld amounts. (See also Section 4-1. 04 of these Special.
Provisions. )
6 - 1.05 PROJECT APPEARANCE - The Contractor shall maintain
a neat appearance to the work. In any area visible to the public,
the following shall apply: The Contractor shall dispose of all
cuttings, weeds, leaves, trash, and other debris developed during
his operations as work progresses.
6 - 1.06 FAITHFUL PERFORXANCE - The Community Services
Director shall have right of review of the performance elements of
the maintenance contract. A Supervisor from that department will
be responsible for checking the performance of the Contractor to
the established standards and reporting any lack of maintenance to
the Director. The Contractor will be notified of any maintenance
failure and will have a reasonable amount of time, as determined by
the Supervisor, not to exceed ten (10) days, to conform to the
contract standards. If after said reasonable amount of time the
problem has not been resolved, a formal notice of noncompliance
will be sent to the Contractor with a specific target date to
resolve the problem. If the problem is still present on the
specific target date, the Supervisor will notify the Director who
will have the option of terminating the contract and readvertise
for a new contractor. The necessity of sending more than two (1)
formal notices to the Contractor to correct a maintenance failure
anywhere within the contract area shall constitute grounds for
termination of the contract. In such event, then the amount of
SP-6
cash or bond deposited with the City as a performance band shall be
forfeited by the Contractor to cover all casts incurred by the City
as a proximate result of Contractor's failure to perform as
required by the ,Agreement.
6 -- 1. 07 HOUR OF LABOR -- The Contractor shall conduct his
operations during the hours specified hereinafter.
6 - 1.08 MONTHLY EVALUATIONS - The Supervisor shall prepare
a monthly evaluation and performance report relative to the project
area. Contractor and Supervisor shall meet at least once each
month at the office of the Supervisor or at another location as
agreed upon by the parties, to discuss the report. Weekly reports
may constitute the monthly evaluation based upon the Supervisor's
discretion.
6 - 1.09 PERSONNEL - The Contractor shall furnish
sufficient supervisory and working personnel of such capabilities
as to promptly accomplish on schedule and to the satisfaction of
the Supervisor all work required under this contract during the
regular and prescribed hours. All such personnel shall be
physically able to do their assigned work. The Contractor and his
employees shall conduct themselves in a proper and efficient manner
at all times. They shall be clothed in a suitable uniform as
determined by the Supervisor, with a company identifying marker.
The Supervisor may require the Contractor to immediately remove
from the work site any employee(s) observed to pose a threat to the
public and whose continued employment on the job is contrary to the
best interests to the City.
The Contractor shall assign a Foreman, who may be a working
foreman, on the job at all times work is being performed, with whom
the Supervisor may consult with respect to performance of this
contract. Adequate and competent supervision, as determined by the
Supervisor shall be provided for all work done by the Contractor's
employees to ensure accomplishment of a first class jab.
SECTION 7
7.1 DESCRIPTION OF WORK
7 - 1. 01 GENERAL - It is the intent of these Special
Previsions that the maintenance of landscaping and irrigation
system provided shall be adequate to maintain the landscaping in a
healthy and attractive condition and the irrigation system in a
fully operational manner. All services shall be provided in a good
workmanlike manner, consistent with the standards of the industry
as determined by the Supervisor.
SP-7
7 - 1.02 FUTURE WORK - The Cost of maintenance of
landscaping which will be installed in the future within those
areas which are presently unimproved, if any, will be negotiated
with the Contractor at the time of City's acceptance of said
improvements.
7 - 1.03 SUPPLIES - All supplies required to accomplish the
items of work specified herein, and to maintain the landscaping in
a healthy and attractive condition and the irrigation system in a
fully operational manner, shall be provided by the Contractor.
Full payment for furnishing landscaping and irrigation supplies
shall be considered as included in the lump sun contract bid price
for, "Maintenance and Repair of the Landscaping and Irrigation
System, " and no additional compensation will be allowed therefor.
7 - 1.04 WORK TO BE PERFORMED - The work to be performed
consists, in general, of the following:
A. Complete landscape maintenance of all contract areas to
include litter control, irrigation, pruning, shaping and training
of trees, shrubs, and ground cover plant; raking, fertilization;
weed control; control of all plant diseases and pests; mowing;
edging; irrigation and drainage systems; and all other maintenance
required to maintain the contract areas in a safe, attractive,
usable, healthy, and vigorous condition.
All other areas, such as sidewalks, curbs, gutters, expansion
joints, median hardscape (if any) , within the contract defined
areas, shall be kept free of weeds as per the maintenance schedule
for weeding.
Unimproved areas beyond described limits are not a part of this
contract.
Ten (10) feet from curb face shall be maintained weed free by
herbicides and manual methods. Herbicides shall be approved by the
City prior to use and only State of California licensed Pest
Control operators shall apply the herbicides.
B. Scheduling of Work: The Contractor shall accomplish all
normal landscape maintenance required under this contract from
Monday through Friday and as specified in Section 9 of these
Special Provisions. Exceptions may be made to normal working hours
(7:30 a.m. to 4:30 p.m. ) where incidences of use may be too great
during the hours specified to allow for proper maintenance. The
Supervisor may grant, on a case by case basis, permission to
perform contract maintenance at other hours.
SP-8
The Contractor shall establish a schedule of routine work to be
followed in the performance of this contract. A copy of this
schedule shall be provided to the Supervisor prior to the
performance of any work required by these specifications, and any
changes in scheduling shall be reported in writing, to the
Supervisor immediately. The Contractor shall conduct the work at
all times in a manner which will not interfere with normal
pedestrian traffic on adjacent sidewalks or vehicular traffic on
adjacent streets or parking lots. In addition, a special
notification listing exact start date for fertilization,
aerification, renovation, pruning and other infrequent operations
shall be furnished to the Supervisor at least five (5) working days
in advance of performing these operations.
The Contractor will be responsible for replacing trees and plant
material due to overwatering, underwatering or improper
horticultural practices or neglect as determined by the Supervisor.
7 - 1. 05 CONFLICTS - This area is subject to ongoing
construction of new and/or expanded facilities. Landscaped areas,
irrigation systems or shrubs and trees may be disturbed or
eliminated by this construction. The Contractor shall provide
maintenance up to the construction area and insure proper
irrigation at all times. Replacement of landscape and irrigation
disturbed by the construction will be by others. Upon restoration,
the Contractor shall again be responsible for maintenance. Areas
eliminated by construction of hardscape shall be deducted from the
gross area under the same provisions as provided in Section 7-1. 02
for future work.
SECTION 6
8-1 TECHNICAL SPECIFICATIONS
8 - 1.01 MAINTAINING TRAFFIC - Attention is directed to
Section 7-10 "Public Convenience and Safety, " of the Standard
Specifications, and these Special Provisions.
Warning Signs, lights and devices for use in performance of
work upon highways shall conform to the "Manual of Traffic
Controls, " latest edition, published by the State of California.
A minimum of one (1) lane shall be maintained for each
direction of traffic at all times, unless approved otherwise by the
Supervisor.
Full compensation for furnishing and installing all signs,
lights, flares, barricades and other traffic control devices
necessary to expedite passage of public traffic through the work
area shall be considered as included in the prices paid for the
various contract items of work involved and no additional
compensation will be allowed therefor.
SP-9
Personal vehicles of the Contractor's employees shall not be
parked on the traveled way at any time.
The Contractor shall cooperate with local authorities relative
to handling traffic through the area and shall make his own
arrangements relative to keeping the working area clear of parked
vehicles.
The provisions in this section may be modified or altered if,
in the opinion of the Engineer, public traffic will be better
served and work expedited. Said modifications or alterations shall
not be adopted until approved in writing by the Engineer.
8 - 1.02 COOPERATION AND COLLATERAL WORK - Attention is
directed to Section 7.7, "Cooperation and Collateral Work, " of the
Standard Specifications, and these Special Provisions.
Certain companies, governmental agencies, or their contractors
may be working within the area. Certain utility facilities in
various locations within the project limits may be removed,
relocated, abandoned, or installed by companies' or agencies '
contractors.
It is anticipated that these existing utilities will not
interfere with the Contractor's operations. However, the
Contractor shall exercise due care to ensure that these utility
facilities are not damaged during his operations.
The utility locations shown on the original landscaping plans
are correct to the best of our knowledge. When in doubt, the
Contractor shall contact the utility concerned before proceeding
further.
Full compensation for conforming to the requirements of this
Section not otherwise provided for, shall e considered as included
in the lump sum prices paid for the work involved and no additional
compensation will be allowed therefore.
8 - 1. 03 CLEANUP AND DUST CONTROL - Cleanup and dust
control shall confirm to the provisions in Section 7-8.1. "Cleanup
and Dust Control, " of the Standard Specifications.
SP-10
SECTION 9
9-1 LANDSCAPE AND IRRIGATION SYSTEM
9 - 1.01 The Contractor shall provide the following
repairs, maintenance and supply all needed materials, and perform
the work as necessary in accordance with the following schedules:
A. Repairs to Irrigation System - The Supervisor shall be
immediately notified of any damage suspected to be caused by
accident, vandalism, theft, or act of God. Immediate notification
of any such damage, prior to start of work within the area, will
serve to indicate the Contractor's belief that it was caused by
factors beyond his control. The City shall review the damage
and/or request information from the Contractor in order to
establish the true cause of damage and determine responsibility for
repair. The Contractor shall not be responsible for vandalism,
theft, acts of God or accidents involving landscape and irrigation
not related to his operations.
The Contractor shall, at no cost to the City, repair, replace,
clean and adjust, straighten, raise and lower sprinkler system
components as follows:
Sprinkler heads
Sprinkler head risers
Valve covers
Valve boxes or sleeves
Quick coupler valves and hose bibs
Bubbles, emitters, etc.
Sprinkler system lateral piping
Sprinkler main (pressure line)
Sprinkler control valves
Sprinkler controller
Valve wiring to controller
The Contractor shall, at no cost to the City, repair or
replace any damaged irrigation system components due to his own
negligence.
The cost of all repairs to, or replacement of irrigation
system and landscape caused by vandalism, theft, or act of God,
shall be classified as Supplemental Items of Work.
Any replacement must conform to the type and kind of existing
system. Any deviation must be approved in writing by the
Supervisor.
SP-11
B. Maintenance Schedules
The following items of work shall be performed by the
contractor with the frequency indicated:
Pick up of trash and debris Daily (5 days/week)
Irrigation test Weekly
Rodent control Weekly
Irrigation repair check Daily (5 days/week)
Trimming/Pruning Bi-monthly
Fertilization (small trees,
shrubs, ground cover) Bi-annually
Fertilization (turf) Quarterly
Weeding slopes (all debris
to be removed) Monthly
Weeding (shrub/planter beds) Weekly
Raking beds Weekly
Shrub/planter bed edging Bi-monthly
Pruning shrubs Quarterly
Sweeping/blowing walks
(after mowing/edging Weekly
Washing walks/median hardscape Monthly
Clean concrete drainage channels Monthly
Spraying for pre-emergents Quarterly
Spraying for broadleaf weeds Bi-annually
Lawn mowing Weekly
Lawn edging Weekly
Lawn trimming Bi-monthly
Lawn aerification Annually
Pest control on trees As needed
Lawn renovation Annually
Lawn trimming shall include trimming around all poles,
obstructions, tree wells, sprinkler heads and other miscellaneous
items as designated by the Supervisor.
Lawn renovation shall include:
1. Eradication of undesirable species.
2. Thatch removal by vertical mowing.
3 . Cultivation by coring, grooving, slicing or spicing.
4. Fertilization and possibly liming.
5. Seeding (with seed approved by the Supervisor)
6. Repair damaged irrigation facilities.
9 - 1. 02 METHOD OF PERFORMING WORK
A. Irrigation shall be done by the use of the automatic sprinkler
systems, where available and operable; however, failure of the
existing irrigation system to provide full and proper coverage
shall not relieve the Contractor of his responsibility.
SP-12
In those areas where an automatic sprinkler system is
installed, the Contractor shall inspect periodically the operation
of the system for any malfunction. The Contractor shall maintain
all sprinkler systems in such a way as to guarantee proper coverage
and full working capacity, and make whatever adjustments which may
be necessary to prevent excessive run-off into street right-of-way,
or other areas not meant to be irrigated. This periodic inspection
may occur more often, but not less frequently, than one inspection
each week. Care shall be exercised to prevent a waste of water or
erosion. Irrigation shall be accomplished as follows:
1. Turf, if any, shall be irrigated as required, to maintain
horticulturally acceptable growth and color and to encourage deep
rooting. Additional irrigation shall be performed in the eventcE
unusually hot/dry weather conditions (as are present during Winter
Santa Ana conditions, or other items of less humidity or high
winds, or during a prolonged high temperature period during the
summer months. )
2. Landscaping on banks and slopes, if any, shall be
irrigated as required, to maintain horticulturally acceptable
growth and color, and to encourage deep rooting and prevent
erosion.
3 . Shrub beds, if any, shall be irrigated as required to
maintain horticulturally acceptable growth and color, and to
promote deep rooting. Irrigation rates for shrub areas shall be
applied in such a manner as to keep surface run-off at a minimum.
The irrigation rates shall be adjusted to the needs ofshrub types,
seasons and weather conditions.
4. Newly planted trees, shrubs, ground cover and turf shall
receive special attention until these plants are established.
Adequate water shall be applied to promote normal, healthy growth.
Proper berm or basins where needed shall be maintained during the
establishment period.
9 - 1.03 PRUNING SHRUBS AND GROUND COVER PLANTS -- All
shrubs and ground cover plants, if any, growing in the work area
shall be pruned as required to maintain plants in a healthy growing
condition. head or damaged limbs, clippings, or branches shall be
removed immediately and all pruning cuts shall be made cleanly with
sharp pruning tools, with no projections or stubs remaining. Any
pruning shall be accomplished in a manner which will maintain plant
growth within reasonable bounds, but shall permit all plants to
grow naturally in accordance with their normal growth
characteristics. Shearing, hedging, or severe pruning of plants,
unless authorized by the Supervisor, will not be permitted.
SP-1.3
9 - 1.04 SOIL FERTILIZING AND PEST CONTROL AGENTS - Soil
fertilizing and pest control agents shall conform to the
requirements of these Special Provisions. Manure shall not be used
as a fertilizer or soil conditioning material.
A. T]arf Grass
Fertilization of 8-8-8 formula of all turf grass areas within
the designated work area shall be accomplished quarterly with a
complete commercial fertilizer in homogenous pellet form.
Guaranteed analysis shall be approved by the Supervisor.
Fertilizer shall be packaged in multi-wall paper bags,
polyethylene-lined for moisture resistance.
Fertilizer shall be applied at a rate to provide the required
elements necessary for healthy growth as determined by the
Supervisor or based on the results of the soil testing and at the
times specified below:
July 1 - July 15
October 15 - November 1
January 15 - February 1
April 15 - May 1
B. Shrub Beds, Ground Cover, and Small Tree Fertilization
Fertilization of all shrub beds, ground cover areas and all
young trees (311 caliper and smaller) within the designated work
area shall be accomplished two (2) times per year with a commercial
grade fertilizer having the guaranteed analysis of 6-10-4 or equal.
Guaranteed analysis shall be approved by the Supervisor.
Fertilizer shall be applied at the rate specified on the
package for type of plant material. Fertilizer shall be applied at
the times specified below:
October 1 October 15
March 15 April 1
Adequate irrigation will immediately follow the application of
fertilizer to force fertilizer material to rest directly on the
soil surface.
C. Mgterials
The fertilizer shall be delivered to the site in the original
unopened containers bearing the manufacturer's guaranteed analysis.
The pest control agents shall be as required by the Landscape
Cost Estimating reference.
SP-14
Spraying of chemicals will not be permitted under windy
conditions as determined by the Supervisor.
Spraying of chemicals with Toxicity Category I shall not be
utilized unless a permit has been obtained from the County of San
Bernardino Department of Agriculture and written permission has
been obtained from the Department of Community Services.
9 - 1._05 PLANTS - Plants to be maintained shall conform to
the requirements of Section 2.2, "Tree and Shrub Care" and " Ground
Cover Care" of the Landscape Cost Estimation reference and these
Special Provisions.
Replacement of plants shall be in accordance with construction
plans and Special Provisions and/or with the landscaping
construction plans for the various subdivisions which are included
within this project.
9 - 1.06 IRRIGATION SYSTEM - The irrigation system will be
maintained as follows:
A. The entire irrigation system will be maintained and inspected
by the Contractor on a weekly basis for proper operation, repairs
and replacement of sprinkler heads, nipples and elbows to maintain
adequate irrigation. Such repairs will be made by the Contractor
with same type/brand head, or approved equal by the Supervisor.
B. All other irrigation component repairs will be accomplished by
the Contractor. This will include laterals, main lines, control
valves, control wire, controller and any other items in the system.
All materials or parts shall be the same brand or approved equal.
Contractor shall notify the City Supervisor immediately before
making any such repairs by calling 798-7508 during working hours.
9 - 1.07 LAWN - All lawn areas will be maintained as
follows:
A. All turf shall be edged adjacent to all improved and
unimproved surfaces; turf edges shall be maintained if the turf
area abuts a shrub bed, property line or to maintain a turf
delineation.
B. Fertilizer shall be applied in granular form and shall be
moisture-free so as to obtain optimum spread. Notify the
Supervisor 2-3 days before application and submit bag tag.
C. All lawn areas included in this contract shall be mowed with
approved power-propelled reel-type or rotary mowers. The mowers
shall be equipped with catchers. Mowing shall be done in such a
manner as to prevent ruts or depressions from forming by the wheel
and/or weight of the mower.
SP-15
D. Mowers shall be maintained so as to provide a smooth, even cut
without tearing; mowers are to provide a uniform, level cut no
higher than two inches.
E. Inclement weather may preclude adherence to the frequency
schedule of mowing. The Contractor may request, from the
Supervisor, for reasons of rain or prolonged cold, alteration of
this mowing frequency.
F. Renovation shall be any approved operation that removes
accumulated thatch from turf areas; a schedule of equipment to be
utilized by the Contractor shall be submitted to the Supervisor ten
(10) days prior to beginning work; renovation shall occur upon
thirty (30) days notice from the Supervisor. Care should be taken
during the renovation process to assure a neat and clean appearance
to turf areas after the renovation process has taken place.
G. Overseeding shall be done on an annual basis following the
fall renovation and prior to October 1 of each year. All turf
areas shall be overseeded with a seed mix that meets with the
Supervisor's approval. Steps must be taken during the renovation
process to ensure seed to ground contact. Failure to realize a
minimum of 75% germination will require reseeding by the
Contractor at no extra cost to the City.
H. Turf area shall be aerified a minimum of one time per year.
Aerification will be scheduled immediately prior to the July
fertilization. Under adverse conditions or as a result of high use
where turf is suffering from compaction, aerification may be
necessary at more frequent intervals. The frequency intervals
shall be as required to promote healthy vigorous growth as
determined by the Supervisor.
A schedule of aerification equipment to be used shall be
submitted to the Supervisor ten (10) days prior to beginning work.
I. All grass clippings are to be picked up by means of the
appropriate attachments to mowers or by use of other mechanical
devices necessary to achieve a clean, neat appearance of turf
areas.
J. Any turf to be replaced which suffer any act of God,
vandalism, disease or other destructive occurrences, in excess of
the number stated in the bid items shall be classified as
Supplemental Items of Work.
9 - 1.08 HANDWORK - The cleaning of areas adjacent to curbs
may require handwork. However, no such handwork shall be performed
and charged for without advance written authorization from the
Supervisor.
SP-16
Typical equipment for hand crew;
A. High wheel mowers.
B. Power weed cutter/gas power string trimmer (green machine,
weed eater, etc.
C. Hand tools and safety equipment as needed.
U. Trash removal truck (may be the same as for debris removal)
9 - 1.09 ROADBED AND WEED CONTROL - All future roadbed
adjacent to landscaped areas and traffic island, if any, shall be
treated with a 12-month residual bread spectrum weed control
annually.
All landscaped areas within the specified maintenance area
including lawns, shrubs and ground cover beds, planters, tree
wells, shall be kept free of weeds. A weed will be considered as
"any undesirable or misplaced plant. " Weeds shall be controlled
either by hand, mechanical, or chemical methods. The Supervisor
may restrict the use of chemical weed control in certain areas.
Complete removal of all weed growth shall be accomplished one (1)
time each thirty (30) days. This section includes all undesirable
growth adjacent to curbs, gutters, and sidewalks.
9 - 1.10 TREE MAINTENANCE - All trees shall be maintained
in their natural shapes. Pruning shall be performed in such a
manner as to promote the best growth habits, appearance, and health
of the tree. The Contractor shall, as a part of this contract, be
responsible for total tree care program (all of each tree) . Said
program is the selective and natural approach to pruning of all
trees on site and includes pest and disease control. The
Contractor shall bring to the attention of the Supervisor any tree
that: shows signs of root heaving, and leaning, or has hanging
limbs or is in some manner, a safety hazard. Contractor shall
notify the Supervisor 48 hours prior to any pruning.
9 - 1.10 FREE REPLACEMENT -- All tree replacements will be
15 gallon, in kind and shall include the removal of the existing
tree and root ball. The Contractor shall provide a new plant pit
and amended soil for planting. Amendments to include compost,
nitrogen wood product and fertilizer suitable for sustained tree
growth. Plant pit shall be 2-1/2 times the diameter and same depth
as the root ball.
Planting shall be accomplished only twice a year during either
the Spring or Fall with a list provided by the City of the type and
location of trees to be replaced or as determined by the
Supervisor.
S -17
Any trees to be replaced which suffer any act of God,
vandalism, disease or other destructive occurrences, in excess of
the number stated in the bid item shall be classified as
Supplemental Items of Work.
Tree removal and replacement due to the Contractor's
negligence shall be at Contractor's expense.
All newly planted trees shall be securely staked at all times
with an approved stake and secured to the stake with at least two
approved ties. Tree ties shall be inspected monthly and corrective
action taken to ensure against girdling and abrasion.
SP-18
CERTIFICATE OF IIJSURANCE
(General Operations)
ISSUED TO: City of Redlands, P.O. Box 3005, Redlands California 92373
THE CANADIAN INSURANCE COMPANY OF CALIFORNIA
Name of Insurance Company
Does hereby certify that the following described policy is in force at this
date, and that the following statements are correct:
CSP 1604757
Policy NO. SBA 1800777 —Policy Period 11/14/90 to— 1I114/91
Inception Expiration
Name of Insured DANIEL GRIFFEN, DBA: MENTONE TURF SUPPLY, INC. & TURF LANDSCAPE MAINT.
Post Office Address 1812 MENTONE BLVD. MENTONE, CA 92359
Street city State Zip
COVERAGES AND LIMITS OF LIABILITY
$1, 000, 000. 00 each person
BODILY INJURY LIABILITY $1, 000, 000. 00 each occurrence
$1, 000, 000. 00 aggregate products
PROPERTY DAMAGE LIABILITY - AUTOMOBILE $200, 000. 00 each occurrence
$200, 000. 00 each occurrence
PROPERTY DAMAGE LIABILITY - $200, 000. 00 aggregate operations
EXCEPT AUTOMOBILE $200, 000. 00 aggregate protective
$200, 000. 00 aggregate products
$200, 000. 00 aggregate contractual
The policy described above contains or has been endorsed to contain the
following conditions:
HAZARDS COVERED
The policy is a Comprehensive Liability form covering the liability of the
insured arising out of the following hazards: (1) Premises and operations,
(2) Contractual (all written contracts) , (3) Owners or Contractors
Protective, (4) Products-Completed Operations, (5) ownership, (6)
Ownership, Maintenance or use of any automobile.
ADDITIONAL NAMED INSUREDS
City of Redlands, Officers, Employees, Agents, Boards and commissions are
included as named insureds.
PRIMARY INSURANCE
Rhe insurance afforded by the policy as respects the additional named
.nsured shall be primary insurance.
NOTICE OF CANCELLATION OR CHANGE
'ancellation or material change in the policy shall not be effective as
Qpects the interests of the additional named insureds before thirty (30)
ays after written notice of such change or cancellation has been received
Y the City of Redlands at their address shown herein.
INSURANCE COMPANY AUTHORIZED REPRESENTATIVE
ame: IH_E CANADIAN INSURANCE CO. OF CA Name: PARKWEST INSURANCE SERVICES, INC.
1dress: P.O. BOX, 7350, COSTA MESA, CA 92628 Address: 414 TEN7, SSE F,,-,#F REDLANDS,- A 92373
ited: _ APRIL 23, 1991 Signed:
Place: REDLANDS, CA 92373
�' LI �f'- {, ISSUE DATE rrvttVDDi I
4/23/91
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF ENFORFdATEaN ONLY AND CONFERS .r,
PAI2KWE$T INSURANCE SERVICES, INC. NO RIGHTS UPON THE CERTIFICATE HOLDER,THIS CEP.TIFIC_'ATE DOES NOT AMEND, +
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW,
414 TENNESSEE, SUITE F --- -
REDLANDS, CA 92373 COMPANIES AFFORDING COVERAGE Ir
lip
COMPANY
TES THE CANADIAN INSURANCE CO. OF CAS '
INSU€'ED LEI-TER
I
COMPANY
DANIEL GRIFFEN LETrcP. c
DBA: MENTONE TURF SUPPLY, INC. & -- — - -- -- ----- – --- _ ,–_ _�_
TURF LANDSCAPE MAINTENANCE COMPANY C)
LETTER
1812 MENTONE BLVD. ----- --,. ----------___.-.�-_-- ----.__._. ---_ -_-__--
k MENTONE, CA 92359 �7ER ` E
I
.t'
1,000, 1
x CSP 1504757 11/14/90 11/14/91 11000,
1,000, 1
ti 1,000,
50, ,F
s f .5: s'
I '
500,
r�l
X SBA 1800117 11/14/90 11/14/91
,rl
II.
4;
ti
w:
I_
' ED
kCITY OF RI.ANDS
�
� . P.o. BOX 3005 f; 30
REDLANDS, CA 92373
>
'ALA .tu-- ''S -�'w J�"-~:If I 'll IIJII 1 •� -i:: v. ... Aj
CSB 1,60 757
POLICYN1�1 1 # : l C mmE cIAL.{ A;I
E CANADIAN INSURANCE CO. OF CA
THIS 9NDORSEMENT C AMS THE -OUM [ EASE READ IT CAREFUL.�Y , t
t
ADDITIONAL ORI., .
CONTRACTORS M
This r Ott Modifift In� r rl -- i Under the foilowing;
+ MME CI L GEI AL.LIA I I 'Y COVERAGE DART,
SCHEDULE
Namo of P000n or Organization-
CITY CP REDLANDS
P.O. BOX 3005
REDLANDS, CA 92373
I
i
I1 no entry.. .
r�
as th,
_Mrs above,itl r tion r tjuir dl t m plk:this��rrr�l r'� ment will be ire t C�eC��t^�t��n
WHo I •AN INSURED tl r 13) Is arrielided to Irr l (;In fritured the Peron or ortanilation shown Its t e
i'+e tl ,Out-onty with respect tO Itabiirty &jt Apt�r " ,
arising � ��tr �i�, � �that ins b� r� q �
} .
f!"
} •
` 20 10 11 as
COPYrl ht� In rr rjC,, S r1 1 : OffIc
e, 1110,, 1984
is.