Loading...
HomeMy WebLinkAboutAgenda Report - June 6, 1984 (110)ORO CITY COUNCIL MEETING JUNE 6, 1984 v� r RENHAVAI, OF LP.ND COUNCIL APPROVED AND AU'rilORI ZED THE CITY MANAGER AND SCAPE.. ".11 I NTENANCECITY C LFRK TO EXECUTE 'till: RF,NI?tVAI. OF THE I.ANUSCAPF \ CON'I'1?AC.'T APPROVED MAINTENANCE CONTRACT INC. FOI2 'mp, 1984-85 TO IRELAND LANDSCAPE FISCAL YEAR AT AN CMIPANY . ANNUAL COST OF' $2f , 1 12.00. 113.x,, ,:? •�^;�.�„ :,. - L . , L � Yf F. 02% %V CITY OF LODI cot'�c Il, COMSWNICAT ION TO: City Council .i FROM: City Manager DATE: May 15, 1984 SUBJECT: Renewal Landscape Maintenance Contract RECOMMENDED ACTION: That the City Council approve and authorize the City Manager to execute the renewal of the Landscape Maintenance Contract increasing the current rate 3 percent to Ireland Landscape Co., Inc., Stockton, CA. for the 1984-85 fiscal year. BACKGROUND INFORMATION: Ireland Landscape Co., Inc. has maintaine-1 landscape areas within the City of Lodi since July 1, 1982. They have agreed in their letter dated March 5, 1984 to maintain existing areas done by contract at a 3 percent increase in cost for an additional twelve months, the period July 1, 1984 through June 30, 1985. This contract would eliminate landscape maintenance at Fire Station #2 and provide landscape maintenance at Fire Station a3. The contract also provides funds to maintain the Hutchins Street median which commences when planting is completed. We have experienced satisfactory services from Ireland Landscape Co., Inc. This is the first rate increase since the company started maintaining the landscape areas. The total annual cost of the contract is $26,112 an increase of $744 over last years cost. Funds to finance the contract are included in the 1984-85 Operating Budget. Jac L. Ronsko jPubl'c Works Director hment cc: James W. Pruss JLR/GCB:sls APPROVED: HENRY A. GLAVES, City Manager FILE NO, 0 CONTRACT FOR LANDSCAPED MAINTENANCE THIS AGREEMENT made this day of , 1984, by and between the CITY OF LODI, a municipal corporation, hereinafter called "City" and Ireland Landscape Company, Inc, hereinafter called "Contractor." This contract shall be for the period of July 1, 1984, through June 30, 1965, to and according to the provisions of the specifications for "Maintenance of Landscaped Areas" attached hereto, marked Exhibit "A", and incorporated herein by reference. Contractor agrees to perform landscaped maintenance on the areas listed in the bid proposal which is made part of Exhibit "A", and the City agrees to compensate Contractor therefor, the sum of two thousand eighty-nine and 00/100 dollars ($2,089.00) per month, effective July 1, 1984, and increase to two thousand one hundred seventy-six and 00/100 dollars ($2,116.00) per month when Hutchins Street median is completed as outlined in the bid proposal for the life of the contract. This agreement may be terminated by either party by giving notice in writing at least 30 days prier to the effective date. loth parties agree that services performed hereunder by Contractor shall be as an independent Contractor and not otherwise. The servic^s to be performed and other obligations are and shall be as described in Exhibit "A". This agreement may not be assigned by Contractor without the written consent of the City. IN WITNESS THEREOF the parties hereto have hereunder set their hands the day and year first written. CITY OF LODI, a Municipal Corporation By: _ _ enry +.—Taves, City Manager Attest: 'ATice M. Reimche, City Clerk PSGNOI/ls2 IRELAND LANDSCAPE COMPANY, INC. By: Title. ass SPECIFICATIONS FOR MAINTENANCE OF LANDSCAPED AREAS WITHIN THE CITY OF LODI 1. GENERAL CONDITIONS 9 1.1 Savings Clause In the event of significant changes during the term of !his � s contract in the scope of the work covered by this Contract, such as the need to discontinue service because of the closing or partial closing of a facility, the Contract shall be modified as it pertains to that particular facility or facilities. 1.2 Cancellation Clause If at any time the City determines that service Ting ren ereJ_�Ioes not comply with the terms of this Contract, the City shall have the right to terminate the contract effective thirty (30) days following the mailing of written notice to the Contractor at Contractor's usual place of business. 1.3 P yment for Work Performed The City will pay the Contractor for work performed under the terms terms of this contract at regular intervals of once a month on a date mutua'.:y agreed upon. The payment shall be based on the amount bid for Each facility and only for those facilities where work has been completea by the Contractor, inspected and approved by the City. 1.4 Period of Contract This Contract provides for accomplishment of specified work or a period of twelve (12) months following award of Contract, from July 1, 1984, through June 30, 1485. 1.5 Option to Renew By mutual agreement, the City and Contractor may enter into an agreement for extension of this Contract fo- a period of one additional year based upon the same terms and conditions set forth herein. 2. SPECIAL CONDITIONS 2.1 The Contractor shall be responsible for the skills, methods and actions of Contractor's employees. Ike should instruct ail employees that they are not required to respond to questions, suggestions or instructions from City employees other than the representative of the Public Works Director. 2.2 Worker's Compensation Insurance The Contractor shall carry full Worker's ompensatio Insurance coverage for all persons employed in carrying out the work, including subcontractor's employees, under this _ contract in accordance with the "Workmen's Compensation and Insurance Act," Division IV of the Labor Code of the State of California and any acts amendatory thereof. A certificate showing the issuance of such a PSGNOI/ls 3. 4 0 Policy shall be on file with the City Clerk at all times during the term of this agreement. 2.3 Public Liability and Property Dama a Insurance The Contractor shall take out and maintain during the life of this contract such Public Liability and Property Damage Insurance as shall protect Contractor and any subcontractor performing work covered by this contract from claims for damages for personal injury, including accidental death, as well as from claims for property damages, which may arise from Contractor's operations under this contract, whether such operations be by �O ntractor or by any subcontractor or by anyone directly or indirectly employed by either of them and the amount of such insurance shall be as follows: COMPREHENSIVE GENERAL LIABILITY: $1,000,000 Bodily Injury - Ea. Occurrence/Aggregate; $1,000,000 Propert%, Damage - Ea. Occurrence/Aggregate or $1,000,000 Combined Single Limits Contractor shall have Contractor's insurance agent sign and return to the City one copy of the City -furnished form of Additional Insured Endorsement and form of Certificate of Insurance. 2.4 Assignment The Contractor shall not assign nor shall not attempt to assign tis agreement without the written consent of the City having been first obtained. 2.5 Damages Contractor will report to the Director's representative damages caused by Contractor's employees or equipment to plant material, irrigation system or other public facilities, and repair same at Contractor's expense. DESCRIPTION OF WORK 3.1 The Contractor shall furnish all labor, equipment and other services necessary for the complete maintenance, in accordance with the provisions of this agreement, of the following landscaped areas within the City of Lodi. Site location. are shown on map which is made part of the specifications. The landscape area is defined as all lawn areas, trees, shrubs, mowing strips, hard surface, walkways, ground cover, flower beds an. bare areas as presently exist on the aforementioned sites. MAINTENANCE SPECIFICATIONS 4.1 Workmanship, Qual it_Y_and A�arance Level a. It is the intention of the City to require the highest level of quality in landscape maintenance compatible with standard practice. b. The Contractor shall insure that all work under this agreement is supervised by Contractor employed supervisory personnel who are PSGN01/Is rk Fal technically qualified and possess management skill required to implement modern methods and newly developed horticulture procedures. The Contractor shall be responsible for the skills, methods, appearance and actions of Contractor's employees and for all work done. 4.2 Lawn Care The Contractor shall maintain all lawn areas on the sites covered by this agreement in a healthy, growing condition by performing the following operations and other work incidental thereto: a. Mowing Lawn areas shall be mowed once a week or more often if necessary, to maintain a neat, trim appearance. The Contractor shall remove all paper, rubbish or debris from each lawn area prior to mowing. Mowing shall be done only by properly adjusted mowing equipment with sharp cutting edges. Bruising or rough cutting of grass will not be permitted. Grass must be mowed to a uniform height of 11 - 2 inches. "Scapling" will not be permitted. b. Trimming 1. All lawn area edges shall be trimmed twice a month or as required. Trimming shall include cutting all grass along walls, fences, foundations, curbs, sidewalks, paths and shrubs within or bordering the lawn areas. Tree trunks, poles, guy wires or any other object o. structure within the lawn area shall be trimmed after each mowing. 2. Trimming shall be done around irrigation system sprinkler heads as necessary to permit maximum water coverage by the system. Use of contact herbicides is not permitted. 3. The Contractc:• shall avoid damaging tree trunks, shrubs, sprinkler heads, buildings and other objects and structures during trimming operations. Any such damage shall be reported immediately to the Director's designated representative. c. Weed, Disease and Pest ;,ontrol 1. The Contractor shall be responsible for• the selection and proper application of insecticides, fungicides, herbicides or rodenticides. Any property damage resulting from the use of such pesticides shall be the responsibility of the Contractor. All insecticides, fungicides, herbicides and rodenticides will be furnished by the City of Lodi. 2. Lawn areas shall be kept free of weeds. Weeding may be done manually or by the use of s=lective weed killers of pre -emergent sprays. The Contractor shall exercise extreme care in the use of selective weed killers se as not to damage any other plants. If spraying is permitted, it shall be done only at times where there is no wind. PSGN01/ls 0 3. If poison baits are used for the control of moles, ground squirrels and gophers, such baits shall be placed so as not to create a hazard to persons or pets. d. Aerating and Reseeding 1. Lawn areas, exciu• g the lawn areas within the Lower Sacramento Road median, shall be aerated at least once each year utilizing "punch out method." Such aeration shall be done more frequently if required to maintain good ;rater penetration. 2. As required by the Director's designated representative, the Contractor shall reseed bare places or depressions in lawn areas after first bringing such depressions to grade level with top soil. Lawn seed will be furnished by the City of Lodi. 4.3 Fertilizing a. Lawns All turfed areas shall be fertilized four times per year, once in the Fall, twice in the Spring and once in the Summer, at a rate of 3 to 4 pounds per 1000 square feet. b. Shrubs, trees, annuals, ground cover and all cultivated areas shall be fertilized once a year at a time of year best suited to the particular plant with an application rate as follows: Ground Cover - 3 to 4 pounds per 1000 square feet. Shrubs - 3 to 4 pounds per 1000 swuare feet, immediately around the shrub or over, a general area in which shrubs are planted. Tree Size - I pound nitrogen per inch diameter of trunk measured at four feet above grade. c. All fertilized areas shall be watered immediately after fertilization to prevent burning. Burning due to improper fertilization shall be considered as "property damage" and shall be corrected by the Contractor. All fertilizer will be furnished by the City of Lodi. 4.4 Watering a. Lawn an,i other landscaped areas shall be deeply watered as required by weather conditions to provide adequate moisture for optimum growth. At no time shall landscaping be permitted to show a lack of fresh green color or a loss of resilience due to lack of water. All water will be furnished by the City of Lodi. b. Wherever or at anytinw that a regularly installed sprinkler irrig6tion system does not adequately cover the area in which it is installed due to broken or malfunctioning component parts of the system, it shall be the resronsibility of the Contractor to immediately report it to the Director's designated representative. All repairs will be made by the City of Lodi. PSGNOI/1s c. Watering shall be done at night or in the early morning and shall be controlled to prevent excessive run-off, ponding and over -watering. d. Contractor shall be responsible to adjust sprinkler heads for adequate coverage and controllers as required to maintain the proper amount of irrigation. 4.5 Pruning a. Shrubs shall be pruned for shape and to remove and prevent growth which will project into the traffic lanes or be so close to the traffic lanes as to cause interference with traffic. Adjacent to turn pockets or near intersections where sight distance must be maintained, shrubs shall be maintained at a height not greater than 30 inches. Pruning shall be performed twice yearly, in the Fall and the Splring, and the Contractor shall also notify the Director's representative when the pruning is completed. In addition to the semiannual pruning, the Contractor shall prune shrubs whe►►ever they project beyond the face of planter area. b. Tree pruning within the landscaped areas will be done by the City of Lodi. 4.6 Tree Staking a. It shall be the responsibility of the Cootractor to immediately report to the Director's representative all damaged tree stakes that need replacement. The tree stakes will be replaced by the City of Lodi. b. It shall be the responsibility of the Contractor to replace tree ties as required and retie existing ties as required to keep them from harming the tree trunk. Tree ties will be furnishtd by the City of Lodi. 4.7 General Maintenance and Cleanup I. The Contractor shall collect all clippings, trimmings, cuttings, rubbish and debris at each site covered by the agreement and shall remove the same promptly from each site and dispose of same in a lawful manner at the Contractor's expense. No clippings, trimmings, cuttings, rubbish or debris resulting from Contractor's performance under this agreement shall be deposited in the refuse cans placed by the City at various locations in the areas covered by this agreement. PSGN01/ls BID PROPOSAL MAINTENANCE OF LANDSCAPED AREAS WITHIN THE CITY OF LODI The undersigned declares that he has examined the bid requirements and specifications and submits the following bid. LOCATION AMOUNT PER MONTH Medians 31.65 17. 1. Arundel Court (1) $ 16.05 2. Bradford Circle (1) S 16.05 3. Dorchester Way (1) S 16.05 4. Ham Lane, Century to Harney (1) $ 94.35 5. Ham Lane N/0 Kettleman (1) S 30.60 6. Lower Sacrar;:ento Road (all) S 160.15 7. Port Chelsea (1) $ 16.05 8. Shady Acres (1) q 20.40 9. Virginia Avenue (3) $ 30.60 10. Vista Drive (1) $ 30.60 •11. Hutchins Street, Vineyard -Harney (1) S 87.00 Walkways 12. Bradford Circle (1) 5 16.05 13. Denby Drive (1) S 66.30 14. Port Chelsea (2) c 16.05 15. Wimbledon Drive (1) S 16.05 Other Facilities 16. Kofu Parking Lot (1) $ 31.65 17. Municipal Service Center (1) S 112.30 18. Lawrence Parking Lot (1) $ 27.05 Substations 27. Henning (1) $ 112.20 28. Killelea (1) -711Wells 29. McLane (1) $ 66.30 30. Fire Station Y3 (1) $ 85.00 31. Library (1) $ 143.00 AMOUNT PER MONTH 19. #5 - Mills & Colette (1) $ 38.80 20. #8 - Stockton & Kettleman (1) S 82.90 21. 013 - Corbin & Lower Sacramento Expiration date: Road (1) $ 21.70 22. 017 - Vine & Evert (1) S 21.70 23. #18 - Church & Century S 82.90 24. #19 - Harney Lane S 19.90 Sewer Lift Station 25. Rivergate & Royal Oaks (1) $ 39.55 26. City Hall Comdex (1) $ 569.15 Substations 27. Henning (1) $ 112.20 28. Killelea (1) 3 39.55 29. McLane (1) $ 66.30 30. Fire Station Y3 (1) $ 85.00 31. Library (1) $ 143.00 TOTAL COST PER MONTH $ 2,089.00 * Will increase when Hutchins Street median is completed ..................................$ 2,176.00 Workers Compensation Insurance farrier is: Policy number: Expiration date: Contractor: Address: Phone number:( ) By: Title: Date: