Loading...
HomeMy WebLinkAboutCC RESO 92-131RESOLUTION NO. 92-131 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NATIONAL CITY DECLARING E & J WEED ABATEMENT CO. THE LOWEST RESPONSIBLE BIDDER AND AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH E & J WEED ABATEMENT CO. This Resolution was not adopted at the City Council Meeting of July 14, 1992 DATE: July 15, 1992 on Anne Peoples City Clerk RESOLUTION NO. 9 2-1 31 RESOLUTION DECLARING E & J WEED ABATEMENT CO. THE LOWEST RESPONSIBLE BIDDER AND AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH E & J WEED ABATEMENT CO. WHEREAS, the Fire Marshall of the City of National City did on June 1, 1992, publicly open, and examine and declare all sealed proposals or bids for Weed Abatement and Rubbish Removal in National City. NOW, THEREFORE, IT IS HEREBY RESOLVED that the City Council of the City of National City hereby rejects all of said bids except that herein mentioned, and hereby awards the contract for Weed Abatement and Rubbish Removal in National City to the lowest responsible bidder, to wit: E & J WEED ABATEMENT CO. BE IF FURTHER RESOLVED by the City Council of the City of National City, California, that the City Manager is hereby authorized to execute on behalf of the City, a contract between E & J Weed Abatement Co. and the City of National City to provide for Weed Abatement and Rubbish Removal in National City. PASSED and ADOPTED this 14th day of July, 1992. George H. `Vaters, Mayor ATTEST: Lori Anne Peoples City Clerk APPROVED AS TO FORM: George H. Eiser, III City Attorney B I D for WEED ABATEMENT 6 RUBBISH REMOVAL in the CITY OF NATIONAL CITY Bids must be received (either mailed to or delivered to) FIRE DEPARTMENT HEADQUARTERS, 333 E. 16th Street National City, California 91950 by 2:00 P.M. on June 1, 1992 where they will be publicly opened and read aloud. NOTICE INVITING SEALED BIDS Sealed bids will be received at the National City Fire Department, Attention: Fire Marshal, 333 E. 16th St., National City, CA 91950, until 2:00 P.M. on June 1, 1992 at which time they will be publicly opened and read aloud. They shall be submitted in SEALED ENVELOPES MARKED ON THE OUTSIDE WITH PROJECT TITLE: WEED ABATEMENT AND RUBBISH REMOVAL SERVICES PROJECT DESCRIPTION Work under this contract will include hand -cutting or machine - cutting or weeds to a height of two (2) inches, removing debris so generated and hauling it to an appropriate landfill; and removal of rubbish either by hand or by equipment, loading it and hauling it to an appropriate landfill. The work will be accomplished primarily on private property, but some may be on public property. It is the intent of the City to assign all weed abatement and rubbish cleanup required to be done on private property to this Contractor. Bids are required for the entire work described herein. The City reserves the right, after opening bids, to reject any or all bids, or to make award to the lowest responsible bidder and reject all other bids, to waive any informality in the bidding and to accept any bid or portion thereof. Bids will be compared on the basis of the Contractor's estimate of the quantities of the several items of work as shown on the Bid Schedule. Date: `1}!i; if v Patricia Pittman, Fire Marshal SCOPE OF CONTRACT Work under this contract will include hand -cutting or machine - cutting of weeds to a height of two (2) inches, removing debris so generated and hauling it to an appropriate landfill; and removal of rubbish either by hand or by equipment, loading it and hauling it to an appropriate landfill. The work will be accomplished primarily on private property, but some may be on public property. It is the intent of the City to assign all weed abatement and rubbish cleanup required to be done on private property to this Contractor. TERM OF CONTRACT The term of this contract will be for ONE (1) YEAR, renewable for one (1) additional year at the option of the City. Specification: A. Indemnification and Insurance - Contractor agrees to indemnify, defend, and hold harmless, at its own risk, cost and expense, the City, its officers, agents and employees from and against any and all liability or loss, including defense costs, arising from Contractor's performance under the terms of this agreement. Contractor, at its sole cost and expense, shall purchase and maintain throughout the term of this agreement, the following insurance policies: 1. Automobile insurance covering all bodily injury and property damage liability incurred during the performance of this agreement, with a minimum coverage of $500,000 combined single limit per accident. Such automobile insurance shall include non -owned vehicles. 2. Comprehensive general liability insurance, with minimum limits of $500,000 combined single limit per occurrence, covering all bodily injury and property damage arising out of Contractor's operation under this agreement. 3. Worker's compensation insurance covering all of it's employees and volunteers. 4. The aforesaid policies, except for the worker's compensation policy, shall name City and it's officers, agents, and employees as additional insured, and shall constitute primary insurance as to City, it's officers, agents and employees, so that any other policies held by the City shall not contribute to any loss under said insurance. Said policies shall provide for thirty (30) days prior written notice to City of cancellation or material change. If any required insurance coverage is provided on a "claims made" rather than "occurrence" form, Contractor shall maintain such insurance coverage for three (3) years after expiration of the term (and any extensions) of this agreement. If Contractor does not keep all of such insurance policies in full force and effect at all times during the term of this agreement, City may elect to treat the failure to maintain the requisite insurance as a breach of the contract and terminate the agreement. B. A BUSINESS LICENSE from the City of National City will also be required. C. Wherever practical, mowing is the preferred method of weed abatement. Areas designated will be completely mowed including easements, setbacks and parkways, to a length of two inches maximum. "Scalping" of the ground is to be avoided. Mechanized mowing should be used where areas and contours permit. Some hand -mowing will be required in these areas. Other areas because of their size or contour or other conditions, will require hand -mowing. All debris generated by mowing and all litter is to be removed and the premises, including streets and sidewalks, left in clean condition. Debris and litter so generated will be hauled to an appropriate landfill in suitable containers or equipment. D. Where the primary work is rubbish removal, all rubbish designated by the City is to be removed from the premises and hauled to an appropriate landfill in suitable equipment or containers. It should be noted that while the bid quantity is truckloads (5 cu. yds.) as a method to estimate the quantity of material to be moved, the Contractor may use any legal method of hauling. NO SCAVENGING OF RUBBISH WILL BE PERMITTED. Payment for rubbish removal will include leaving the premises, including streets and sidewalks, in clean condition. E. Field work shall not start before 7:30 A.M. Work may be accomplished on Saturday and Sunday only by arrangement with the City and by payment to the City of sufficient funds to offset compensation to inspection personnel at overtime rates. Appropriate safety equipment shall be available and used at all times. WORK AUTHORIZATION For each parcel to be mowed, a square footage figure will be provided by the city. Upon agreement between the City and the Contractor as to the application of bid amounts and as to the total cost of abatement of the parcel, authorization will be given to accomplish. "Before" and "after" photos will be by the Contractor. Photos are also required ANY TIME the work site is vacated for more than four (4) hours. Each photo shall be LABELED with the DATE TAKEN, the PROPERTY ADDRESS, and PARCEL NUMBER. All such photos will be required to be submitted with payment requests as a precedent to payment. Each Work Authorization will contain a parcel number(s), a square footage, and agreed price based upon bid amounts, a work authorization number, a start date and a latest completion date, an actual completion date, and an area for "REMARKS." Upon satisfactory completion, the City inspector will sign off on each authorization. For each parcel to have rubbish removed, an on -site joint visit will be made by the Contractor and by a representative of the City. Upon agreement between the Contractor and the City as to the application of bid amounts, a Work Authorization will be given to accomplish. "Before" and "after" photos will be taken by the Contractor. Photos are also required ANY TIME the work site is vacated for more than four (4) hours. Each photo shall be LABELED with the DATE TAKEN, the PROPERTY ADDRESS and PARCEL NUMBER. All such photos will be required to be submitted with payment requests as a precedent to payment. Each Work Authorization will contain similar information as the weed abatement authorization. Upon satisfactory completion, the City inspector will sign off on each authorization. TIME FOR ACCOMPLISHMENT The Contractor must respond within three (3) working days to the City telephone call to schedule a joint on -site meeting (if a meeting is necessary). The Contractor MUST complete the abatement work within 15 working days of receipt of Work Authorization for any specific parcel. COMPLAINTS AND DEFECTIVE WORK All work within which is determined by the inspector to be defective or deficient in any of the requirements of the specifications shall be remedied by the Contractor at his expense in a manner acceptable to the City inspector. The Contractor will be responsible for promptly answering inquiries and complaints of the City inspector, private property owners or citizens relative to any work, charges, damage or any other questions that may arise as a result of weed abatement operations by the Contractor. 130, 000 sq. ft. 20 75 5 Cu. Yd. p is repeated that the oses only, and for n no Scope The Contractor will promptly damage to OmPtly notify the City abatement private or public mptl operations, property as a inspector of a result of weed any Citizens who object PUBLIC BEING City for weed object to payment entitled to a toof the amounts City WILLublic abatement o rubbish hauling,assessed Contractor hearing before the f o by the to address anyBE REQUIRED TO City reason, questions BE PRESENT AT are pertaining to his work IS PUBLIC HEARING PAYMENT Payment will be time convenient made by the City Billing upon recei work conve ett will consistnot moref often billing t a authorization nbut(atcompletedumber, of a bill citingeach owed. Theh amowing for satisfactorilyarcel, the l amount eland will WorksreAathrizationsa�orpcopies) andw the cco p the ebili after" photos backup for ll,will 1 Contractor taken by the bitl accompany re required documents shall submit istbilling acto will the re u. and photos WITHIN aO and the dump TWO (2) WEEKS OFwith all WOABATEMENT BOW TO BID Although no nt accomplished guarantee can be accfigomplished in nder this contract, tiven he Co the ause comparing the total price of City will , use MOWING TRUCKL MAN DAYS "OTHER" Although of work to be the following OADS RUBBISH ove purpose. are for bid evaluation • Weed Abatement Hand -Mowing - This is to be bid on a dollars -per -square -foot basis. The work includes machine -mowing or hand -mowing of the parcel including easements, setbacks and parkways, loading, hauling and cleanup. The price given will include all contractor cost elements including but not limited to overhead, insurance, profit, direct labor, supervision, equipment operation and amortization. A minimum authorization square footage is established at 500 sq. ft. If a parcel is smaller than 500 sq. ft., it is to be billed and paid for as 500 sq. ft. If larger, it will be billed and paid for at the actual square footage as agreed. DUMPING FEES ARE REIMBURSABLE. VALID DUMP RECEIPTS TO BE SUBMITTED WITH BILLINGS FOR SPECIFIC WORK AUTHORIZATION. Rubbish Removal This is to be bid on a 5-yard TRUCKLOAD basis. The number of truckloads of rubbish will be jointly estimated by the Contractor and by the City. The work will consist of loading, hauling and site cleanup. The price given to include all contractor elements of cost as cited above. DUMPING FEES ARE REIMBURSABLE. VALID DUMP RECEIPTS TO BE SUBMITTED WITH BILLINGS FOR SPECIFIC WORK AUTHORIZATION. NO SALVAGE OF REMOVED MATERIALS WILL BE PERMITTED, AND ALL MATERIALS WILL GO TO THE LANDFILL. A minimum authorization yardage is established at one (1) 5-cu. yd. TRUCKLOAD. If more truckloads are required, it will be billed at the actual number of truckloads. Unusually difficult access or heavy or unwieldy materials will cause adjustment to the bid price as below and mutually agreeable; or if agreement cannot be reached, as directed by the City inspector. Other This is to be bid on a dollars -per -man -day basis. The work will include any adjustments to bid prices on account of unusually difficult access, very heavy or extremely unwieldy materials or other very unusual conditions. This item will not be used under normal or predictable circumstances and preferably will not b used on the contract. Its purpose is to relieve the Contractor of the need to increase his bid price to cover any and every extraordinary condition imaginable. The price should include all contractor elements of cost as cited above. loading and hauling, and cleanup. (DUMPING FEES ARE REIMBURSABLE) RUBBISH REMOVAL, including loading, hauling and cleanup. OTHER, for price adjustment for B I D MOWING, including raking, $ PER SQ. FT. $ PER SQ. FT. $ PER MAN DAY The undersigned hereby agrees to accomplish the work described above under the conditions described above for the price as bid above. (This document must be signed by an officer of the Company to be a conforming bid). NAME COMPANY NAME DATE ***************************************************************** The above bid is accepted as the low conforming bid and the work is hereby awarded to be. 44z117.— Authorized Signature Potion CITY OF NATIONAL CITY 7 /s-?'- Date B I D MOWING, including raking, $ : O S- PER SQ. FT. loading and hauling, and cleanup. (DUMPING FEES ARE REIMBURSABLE) RUBBISH REMOVAL, including loading, hauling and cleanup. OTHER, for price adjustment for $ /.5 PER SQ. FT. $ 71 PER MAN DAY The undersigned hereby agrees to accomplish the work described above under the conditions described above for the price as bid above. (This document must be signed by an officer of the Company to be a conforming >eFa•' Csdoi.Q! NAME COMPANY NAME E & J WEED ABATEMENT 5945 NORAAK CT. La (619)Mesa, CA 697-0696 1 DATE ***********************:Fie:e*****************:E********* *i********** The above bid is accepted as the low conforming bid and the work is hereby awarded to Authorized Signature Position CITY OF NATIONAL CITY Date