Loading...
HomeMy WebLinkAboutC2024-057 - 2/27/2024 - Approved General Requirements The Contractor shall provide all labor, insurance and equipment necessary for the mowing, maintenance and securing of non-code Compliant properties as specified in the following Scope of Work. Contractor Rotation Process The Contractor will be placed on a rotation list for determining which Contractor will mow a given property. The initial order in which Contractors are placed on the rotation list shall be determined by random drawing. The first Contractor’s name drawn shall be the first on the list. The second name drawn shall be second, and so on. Scope of Work The Contractor shall provide mowing, maintenance and securing of non-code Compliant properties services including but will not be limited to mowing, line trimming, edging, tree/brush trimming, removal of debris and securing of vacant and occasionally occupied properties as deemed necessary on a health and safety basis as outlined below: A.Contractor shall cut grass to a length of 1½ inches to 2 inches at all designated locations requiring fine mowing and to length of 2 ½ inches to 3½ inches for all designated locations requiring rough mowing. B.Contractor shall remove all trash, debris, cans, bottles, tires, paper and plastic from the grounds and fence lines. After mowing, Contractor shall remove any trash and debris cut up by the mowing process. Contractor must use a push mower and rake where needed. Contractor will not dispose of any trash and debris into dumpsters or accessory structures located on the property. The trash and debris must be removed from the property and disposed of in accordance with City ordinances. If a property has 50 or more tires, a “Whole Used or Scrap Tires Manifest” shall be submitted to the landfill. A receipt of disposal from the City landfill or other Texas Commission Environmental Quality (TCEQ) registered landfill will be required as proof of final and proper disposal. Contractor is required to show work orders or case number to landfill scale personnel to show proof of worksite and avoid disposal fee. A penalty may be imposed for failure to provide proof of receipt and/or payment may be withheld. The receipt of disposal must be attached to the before and after photographs. C.Contractor shall clean and scrape sidewalks, curbs and gutters from accumulation of grass growth, dirt and sand. Contractor shall clean all sidewalks, fence lines, curbs, gutters, street edge, structures, buildings and RFQ Template 03.15.2022 Page 1 of any wires free from clinging, climbing and crawling grasses, vines, sand, dirt and grass clippings as required in City Code of Ordinance Section 49-10 Duty of abutting owners, etc. to keep sidewalks, curbs, and gutters clean and free from sand, leaves or dirt, grass or weeds. D.Contractor shall trim all tree limbs that hang lower than seven feet over the sidewalk or ground surface and tree limbs that hang lower than 13 feet over the street. Trees identified for removal must be cut to ground level. E.Contractor shall not remove any gas tanks or 55-gallon drums from the property. F.The landfill accepts household hazardous waste labeled and in original containers (antifreeze, solvents, brake fluid, transmission fluid, batteries, cleaning solvents, polishes, oven cleaner, pool chemicals, poisons, paint, paint thinner, paint stripper, spray paint, weed killer, pesticides/insecticides, sprays) and motor oil (in sealed containers no larger than five gallons). G.Contractor shall avoid causing “windrows” when mowing. Windrows occur when a mower goes one direction and causes the grass to lie over because of wheels, etc. This creates rows of grass not cut uniformly. H.Contractor shall avoid improper mowing, including, but not limited to: TERM DESCRIPTION IMAGE mowing deck comes Scalping close to or hits the ground sharp ridges left in the lawn surface Stepped Cutting sparse patches of uncut Stingers grass left behind the \[stragglers/flags\] mower thin strips of uncut grass left behind the mower Streaking RFQ Template 03.15.2022 Page of wavy or smooth troughs Uneven Cutting in the lawn surface I.All work completed by Contractor shall be subject to approval by the area Code Compliance Official/Officer or department designee. Code Compliance Official/Officer shall have the right to require the Contractor to re-mow, re-trim, re-edge, re-sweep or re-board properties if the work has not been performed to contract specifications. Properties which have not been abated adequately will be re-done before payment authorization is approved and before additional work orders are issued. Additionally, any work orders already issued to Contractor may be pulled. J.Contractor shall meet all the requirements for properly securing a vacant structure as designated in the Vacant Building Ordinance City Code of Ordinances Section 13-3009 all unsecured doorways, windows, or other exterior openings must be covered by wooden structural panels. However, the glazed portion of an otherwise structurally sound door may be replaced or covered by a wooden panel. Standards for the boarding of a vacant building and painting the wood in accordance with City Code of Ordinances Section 13-3010 apply at least two coats of exterior paint to the exterior panels installed on all openings, windows, and doors. The coat of the exterior paint must be black, white, the predominant color of the building, or a color approved by the administrator. K.Contractor shall have an email address to receive and return work orders to the issuing Code Compliance Official/Officer and Code Compliance Supervisor once completed. L.Photographs taken by Contractor are required on each work order issued. 1.For a vacant building, a minimum of eight photographs (before work is started and again after the work is completed) are required to include: a.one photograph from the front (including curb and gutter) before the work is started b.one photograph from the back (including rear yard) before the work is started c.one photograph from each side of the structure before the work is started d.one photograph of each location listed above after the work is completed. e.Photo of load with Litter and Solid Waste for Tonnage Ticket verification. RFQ Template 03.15.2022 Page of 2.For a vacant lot, a minimum of four photographs (before the work is started and again after the work is completed) are required to include: a.one photograph from the front (including curb and gutter) before the work is started b.one photograph including rear of the lot before the work is started c.one photograph of each location listed above after the work is completed. d.Each photograph is to be taken at the same location and angle as the before pictures. Each photograph shall be labeled with the address, date, e.“BEFORE” and “AFTER”. If photographs are not submitted at the completion of the job payment may be delayed. All photographs must be clear without the use of filters. f.Photo of load with Litter and Solid Waste for Tonnage Ticket verification. 3.For UVB (Unsecured Vacant Buildings), the total number of openings; before the work is started and again after the work is completed are required to include: a.boards needed are plywood b.photograph of each opening before and after board up c.boards are required to be painted white d.accurate covering of plywood on the opening. Anything other then that must be approved through a supervisor. e.If there is an additional opening that’s not on work order, you must contact the code officer for approval to cover the opening. f.Make sure the board is properly secured. 4.Care of Premise/ Warrant Abatement, this will always require a warrant and cannot be started without a DPO or Code Officer Present. 5.Bid/Warrant Abatements- Contractor must be on time to all scheduled Bid/warrant Abatements (24-hour notice of unavailability must be communicated via email). Contractor must be ready to commence work with all necessary equipment (i.e., trailer, mower, trimmers etc.) as soon as RFQ Template 03.15.2022 Page of the bid process is complete, and the bid has been awarded. Failure to have the proper equipment will result in the forfeiture of the bid and the abatement will be awarded to the next lowest bidder. 6.ALL BEFORE/AFTER PHOTOS MUST BE SUBMITTED VIA EMAIL NO LATER THAT 48 HOURS OF THE COMPLETION OF THE WORK ODER. M.The Contractor will not mow any property that is less than 12 inches, or when the rightful property owner has already started the mowing/clearing process. Contractor is still required to provide photographs of the property even if the property is in compliance or mowed by the property owner. One photograph of the front and one of the back, when submitting a mowed by owner work order. N.Contractor will maintain a professional and civil disposition with all City representatives, City staff members and the general public. Failure to do so may result in the termination of the Contractor’s agreement as determined by the City. O.When emergency services are requested, the Contractor must respond within two hours and complete the work order within four hours. P.Contractor shall possess and display a current Solid Waste Haulers Permit sticker on each vehicle and trailer used for transporting solid waste. (Permit must be renewed by August 1of each year). Q.Contractor shall have a tarpaulin or cover over the load when transporting solid waste to the landfill or other approved point of disposal. R.In the event of equipment failure that will extend completion of the work order, Contractor must notify the issuing Code Official/Officer and Code Compliance Supervisor. S.Any and all costs, either direct or indirect, associated with or incidental to Contractor’s performance of the services described in this scope of work are the sole responsibility of Contractor and considered to be included in the contract pricing. Such expenses may include, but are not limited to: travel to and from the subject property, execution of the work order, clearing and transporting of debris, storage fees, hauler permit fees, cost of required insurances and etc. T.Contractor must provide supervision of the work to ensure compliance with the contract requirements. RFQ Template 03.15.2022 Page of U.Contractor shall ensure subcontractors comply with all requirements of this contract, including, but not limited to, those regarding insurance and permits. V.Contractor shall remain in full compliance with all requirements. Cancellation or expiration of insurance (unless renewed or secured through another licensed insurance provider) during the contract period will result in automatic disqualification of Contractor and removal from the rotation list. W.Contractor must be equipped with a cellular telephone. Contractor shall furnish the City with a list of cellular telephone numbers for on-site representatives. This is to provide a means of effective communication between City officials and Contractor’s representative concerning directions, response time, cancellations or problems encountered at the site. X.If there are any questions or problems encountered on a property, Contractor must contact a Code Compliance Supervisor or issuing Code Official/Officer, not the property owner or neighbor. Equipment Requirements Contractor shall have all equipment, in good working order, needed to comply witall A.Push (walk-behind) Mowers B.Large (riding) Mowers C.Edger(s) D.String Trimmer(s) / Weed Eater(s) E.Leaf Blowers / Vacuums F.Tree and Brush Trimming Equipment (bow saws, shears, hedge cutters, etc.) G.Tree Cutting Equipment (chain saw, etc.) H.Trailers (to haul debris) I.Cleaning Equipment (brooms, scrapers, rakes, etc.) J.Masonry (concrete) Tools / Equipment (masonry drill, masonry drill bits, masonry screws/nails, concrete demolition hammer, etc.) RFQ Template 03.15.2022 Page of K.Other Equipment / Material (CDX exterior grade plywood or oriented strand board ("OSB") with a minimum one-half (½) inch nominal (seven-sixteenths (7/16) inch actual) thickness, one-way screws/fasteners, liquid nails, etc.) Ozone Warning Days A.All push mowers, weed eaters, or other small engines shall not be used at all. B.No mowing shall be done on the designated Ozone Action Days except in the case of a special event, emergency or removing a liability. If mowing is necessary for such a situation, mowing shall be kept to a minimum. However, the City shall retain the right to determine and notify Contractor of any such special event, emergency, or liability. C.Diesel powered mowing equipment shall be allowed to operate on the second day of consecutive Ozone Action Days, if equipment is labeled stating the type of fuel used and Contractor has contacted the City and received permission to proceed with the work order. D.Equipment using reformulated gas shall be allowed to operate on the third day of consecutive Ozone Action Days, if equipment is labeled stating the type of fuel is used and Contractor has contacted the City and received permission to proceed with the work order. Security Requirements A.Contractor shall maintain and abide by the security measures at all locations including locking gates when leaving the work site and replacing fencing if removed by Contractor. B.Contractor shall not enter building(s) at any location(s) for any reason without receiving prior approval from the designated Code Compliance Supervisor or Code Compliance Official/Officer. Protection of Property A.Contractor shall take proper measures to protect all property from damage by the Contractor’s work, and in case of any injury or damage resulting from any act or omission on the part of or on behalf of Contractor, Contractor shall restore, at Contractor’s own expense, the damaged property to a condition similar or equal to that existing before the damage was done, or Contractor shall make good such injury or damage in an acceptable manner to the City. All damages caused by Contractor which are not repaired or compensated for by Contractor will be repaired or compensated for by the City at the Contractor’s expense. All expenses charged by the City for such repair work or compensation shall be deducted from any monies owed to Contractor under any agreement between the City and Contractor. RFQ Template 03.15.2022 Page of B.Mowing equipment and/or heavy equipment shall not be permitted on properties when, in the opinion of the Contract Administrator, soil and weather conditions are such that the property will be damaged. Any damage caused by mowing equipment and/or heavy equipment shall be addressed by the Contract Administrator. Schedule A.Hours of Operation – Contractor shall perform work Monday through Friday and will be required to be available for weekend assignments as necessary, excluding City recognized holidays. B.Contractor must pick up assigned work orders within two business days when the email server is down. All work orders assigned need to be completed within the specified time period: 1.Five calendar days from date of issue for mowing and clearing lots. 2.Five calendar days from date of issue for board ups unless emergency conditions require immediate attention. 3.Work orders not completed on time or within the scope of the specification may result in future work orders or payments being withheld. C.In the event Contractor, does not complete the work order within the required five calendar days of assignment, the City reserves the right to arrange for services from the next Contractor. Contractor’s frequent failure to complete the work described herein may result in disqualification of the Contractor and removal from the rotation list. This decision will be made by the City and is final. D.In the event of equipment failure that will extend work order completion past completion date, Contractor must contact the Contract Administrator or department designee. RFQ Template 03.15.2022 Page of By means of this RFQ, the City will secure qualified Contractors agreeing to the following standard service price schedules, established by the City of Corpus Christi: A.Mowing &Clearing-Vacant Lot Rate Table: LOT SIZE 14 7 2 356 1-5,0005,001-10,001-15,001-20,001-25,001-Over 30,000 square 10,00015,00020,00025,00030,000square feet feetsquare feet square feet square feet square feet square feet Density A $0.013$0.011$0.009$0.007$0.006$0.005To be bid out Density B$0.017$0.015$0.013$0.011$0.009$0.007To be bid out Density C $0.025$0.022$0.019$0.017$0.015$0.012To be bid out NOTE:If the square footage times the price per square foot is less than or equal to $65.00, then the Contractor will be paid $65.00. For lot sizes over 30,000 square feet, the City will solicit bids from at leastthree qualified Contractors on the rotation list. All bids shall be submitted on the CLEAN UP FORM and/or the BOARD UP FORM (attached). Of the three,the qualified vendor who submits the lowest bid will be awarded that job. The two qualified vendors who do not win the bid will be returned to the rotation list. Density A:Low density vegetation. Density B:Medium density vegetation and/or light debris. Density C:High density vegetation and/or heavy debris. Light Debris:Grass clippings, high weeds (12" or higher), leaves, paper and plastic litter items and discarded textiles of all sorts. Moderate Debris:Trash items including, but not limited to, aluminum or tin cans, toys, bottles, old vessels of all sorts, and household items (e.g.,dishes, tableware, pots,and pans, etc.) Heavy Debris:Appliances, toilets, furniture, tires, tree trunks, tree limbs and branches. B.Other Services: Service Unit Price Tree Trimming (7 ft. from the ground and 13 ft. over the street) $45.00 each Tree Removal $95.00 each Bee Abatement$85.00 Debris Disposal (construction material/brush/furniture/bulky items) $56.43 per ton Concrete Disposal (slab/rubber) $28.21per ton Securing Structures (Board ups) with contractorprovided list $90.00 each opening Disposal fee $10.00 per work order *Tires$00.00 *If there are50Tires or more, aTCEQ formmustbe filled outby the Code Officer and the contractor. NOTE: The city reserves the right to change the rates listed above based on changes to fees for disposal of items at the landfill or other conditions that may warrant price changes. ATTACHMENT C: INSURANCE AND BOND REQUIREMENTS I.CONTRACTOR’S LIABILITY INSURANCE A.Contractor must not commence work under this contract until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of any subcontractor has been obtained. B.Contractor must furnish to the City’s Risk Manager and Contract Administrator one (1) copy of Certificates of Insurance with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City’s Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation endorsement is required on GL, AL and WC if applicable. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-day advance written notice ofBodily Injury and Property Damage cancellation, non-renewal, material Per occurrence - aggregate change or termination required on all certificates and policies. COMMERCIAL GENERAL LIABILITY $500,000 Per Occurrence including: $500,000 Aggregate 1.Commercial Broad Form 2.Premises – Operations 3.Products/ Completed Operations 4.Contractual Liability 5.Independent Contractors 6.Personal Injury- Advertising Injury AUTO LIABILITY (including) $300,000 Combined Single Limit 1.Owned 2.Hired and Non-Owned 3.Rented/Leased WORKERS’S COMPENSATION Statutory and complies with Part II (All States Endorsement if Company is of this Exhibit. not domiciled in Texas) $500,000/$500,000/$500,000 Employers Liability Page 1 of 3 C.In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II.ADDITIONAL REQUIREMENTS A.Applicable for paid employees, Contractor must obtain workers’ compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers’ compensation coverage provided must be in statutory amounts according to the Texas Department of Insurance, Division of Workers’ Compensation. An All States Endorsement shall be required if Contractor is not domiciled in the State of Texas. B.Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C.Contractor shall be required to submit renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D.Contractor agrees that, with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: List the City and its officers, officials, employees, and volunteers, as additional insureds by endorsement with regard to operations, completed operations, and activities of or on behalf of the named insured performed under contract with the City, with the exception of the workers' compensation policy; Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and Provide thirty (30) calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than ten (10) calendar days advance written notice for nonpayment of premium. E.Within five (5) calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Page of 3 Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F.In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G.Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor’s performance of the work covered under this contract. H.It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. I.It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. No Bonds are required for this Service Agreement. 2023 Insurance Requirements Code Enforcement General Mowing Contractors – Grounds Maintenance 10/6/2023 Risk Management – Legal Dept. Page of 3 ATTACHMENT DWARRANTY REQUIREMENTS Pageof