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