HomeMy WebLinkAboutReso 1987-13251 RESOLUTION NO. 13251
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CHULA
VISTA APPROVING AGREEMENT BETWEEN THE CITY OF CHULA
VISTA AND LAIDLAW WASTE SYSTEMS, INC. TO PROVIDE STREET
SWEEPING SERVICES AND APPROPRIATING ADDITIONAL FUNDS
AND AUTHORIZING THE MAYOR TO EXECUTE SAID AGREEMENT
The City Council of the City of Chula Vista does hereby
resolve as follows:
NOW, THEREFORE, BE IT RESOLVED by the City Council of
the City of Chula Vista that that certain agreement between THE
CITY OF CHULA VISTA, a municipal corporationt and LAIDLAW WASTE
SYSTEMS, INC. to provide street sweeping services for one year
until August 31, 1988
dated the 15th day of September t 1987 , a copy of which is
attached hereto and incorporated herein, the same as though fully
set forth herein be, and the same is hereby approved.
BE IT FURTHER RESOLVED that an additional $10,000 be, and
the same is hereby appropriated from the unappropriated balance
of the General Fund for this agreement.
BE IT FURTHER RESOLVED that the Mayor of the City of
Chula Vista be, and he is hereby authorized and directed to
execute said agreement for and on behalf of the City of Chula
Vista.
Presented by Approved as to form by
0374a
ADOPTED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF
CHULA VISTA, CALIFORNIA, this 15th day of September .....
19 87 , by the following vote, to-wit:
AYES; Councilmembers Cox, Moore, Nader, Malcolm, McCandliss
NAYES: Councilmembers None
ABSTAIN: Counci lmembers None
ABSENT: Councilmembers None
~~y afC~hul3 Vista
ATTEST/~.,~T~;~-~7- ;~/-~.:~ k"'~.--'~/,-~--'~/---
City i31~t;k '
STATE OF CALIFORNIA ]
COUNTY OF SAN DIEGO ) ss.
CITY OF CHULA VISTA )
l, JENNIE M. FULASZ, CMC, CITY CLERK of the City of Chulo Vista, California,
DO HEREBY CERTIFY that the above and foregoing is o full, true and correct copy of
RESOLUTION N0. 13251 ,and that the some has not been amended or repealed
DATED
~ City Clerk
CIIY OF
CHUIA VISTA
CC-660
AGREEMENT
THIS AGREEMENT, made and entered into this lSth day of September ,
1987, by and between the City of Chula Vista, California, a Municipal
Corporation, hereinafter designated as "CITY," and LAIDLAW WASTE SYSTEMS.INC.,
a California Corporation, hereinafter referred to as "CONTRACTOR."
WITNESSETH
WHEREAS, the Contractor has submitted to the City a proposal to sweep the
public streets within the limits of the City, and
WHEREAS, it has been determined that it is in the best interests of the
City to enter into the Agreement hereinafter contained.
NOW, THEREFORE, in consideration of the mutual promises, conditions, and
covenants herein contained, the parties hereto agree as follows:
1. TERM OF AGREEMENT
This Agreement shall be for a period of three years commencing on
September l, 1987, and expiring on August 31, 1990, except where
terminated as provide in Paragraph 15 of this Agreement. The
contract may be extended on a year-to-year basis for a period not to
exceed two additional years by written mutual agreement.
2. COMPENSATION
For all of the services which Contractor is obligated to perform
under the terms of this Agreement, the City shall make payment by the
contract unit price per curb mile actually cleaned on a monthly basis
in accordance with Section 1-08 of the Request for Proposal and
Contractor's bid. The Contractor shall provide sweeping for work not
otherwise specified at the rate included in bid when requested by the
Director of Public Works/City Engineer.
Price bids are to be for the first contract year. Adjustments during
the second and third year are based upon the July to July CPI
increase for the San Diego region as published in August of each year
up to a maximum of 6% per year. Years four and five costs would
become negotiable and the City's decision on renewal would depend on
the outcome of those negotiations.
Adjustments for dump fees and new subdivision streets shall be made
in accordance with the provisions of Section 1.08 of the Request for
Proposal.
3. CONTRACT DOCUMENTS
That the complete contract between the parties shall consist of and
include the following documents, all of which are hereby incorporated
herein by reference and made a part thereof as though fully set out
herein.
-14-
A. This Agreement.
B. The proposal, a copy of which is attached hereto.
C. The sweeping schedule prepared by the Contractor and approved by
the Director of Public Works/City Engineer.
D. Specifications for street sweeping, a copy of which is attached
hereto.
E. Proof of Workmen's Compensation Insurance,
F. Certificate(s) of Insurance.
G. Bid Bond
H. Performance Bond.
4. DUTY OF CONTRACTOR
During the term of this Agreement, Contractor shall sweep public
streets in the City in accordance with the approved schedule and the
provisions contained within the proposal and specifications.
5. EQUIPMENT AND LABOR
Contractor shall use and furnish at his own expense, all labor,
equipment, and materials necessary for the satisfactory performance
of the work set forth in this Agreement in accordance with the
provision contained within the proposal and specifications.
6. SCHEDULE
The sweeping schedule which the Contractor shall follow shall be a
schedule approved by the Director of Public Works/City Engineer in
accordance with the provisions contained within the proposal and
specifications.
The Contractor shall deliver to the Department of Public Works each
month a log of each street, median and intersection that was swept
along with a mileage and hourly break down and the tachographs as
required by the specifications and proposal under payment.
7. DISPOSAL OF SWEEPINGS
Contractor shall dispose of all refuse collected by hauling the same
to legally established disposal areas in accordance with the
provisions contained within the proposal and specifications.
-15-
8. WATER
The Contractor shall make all necessary arrangements to obtain and
pay for water necessary for the operation in accordance with the
provisions contained within the proposal and specifications.
9. ADDITIONAL WORK
In the event the City desires to extend the sweeping program to
include streets constructed after the effective date of this
agreement, or other streets or alleys, or parking lots, any
additional special sweeping which is required of Contractor shall be
p~id for at the curb mile rate or hourly rate specified in Paragraph
lO. SIGNS
The Contractor shall place signs approv'ed by the Director of Public
Works/City Engineer on the street sweeping equipment used in the
performance of the work, which signs shall be visible from both sides
of tile vehicles and shall read "Under Contract to the City of Chula
Vista."
ll. FAITHFUL PERFORMANCE BOND
The standards of performance which the Contractor is obligated to
perform hereunder are the standards which are considered to be good
street sweeping practices and shall be subject to the approval of the
Director of Public Works/City Engineer.
The Contractor shall maintain in full force and effect during the
term of this agreement, a Bond for Faithful Performance from a
corporate security satisfactory to the City. Said corporate security
shall be duly authorized to do business in the State of California.
Said Performance Bond shall be in the amount of $50,000.
12. ASSIGNMENT
The Contractor shall not assign, sublet, or lease any part or portion
of this agreement without the prior written approval of the City
Council.
13. HOLD HARMLESS
All officers, agents, employees, subcontractors, their a9ents, and
officers and employees who are hired by the Contractor to perform
pursuant to this Agreement, shall be deemed officers, agents and
employees and subcontractors of the Contractor. Contractor agrees to
indemnify, save and hold harmless the City and its officers, agents
and employees from any and all lawsuits, damages, liability, claims
-16-
or costs (regardless of whether the costs are in excess of the
insurance requirements as stated in Section 14 of this agreement) of
any nature whatsoever arising out of or resulting from, either
directly or indirectly the performance pursuant to this agreement, to
the maximum extent allowed by law.
14. INSURANCE
The Contractor shall, throughout the duration of this contract
maintain comprehensive general liability, property damage and
Worker's Compensation insurance in accordance with the provisions
contained within the proposal and specifications.
15. TERMINATION
A. Default
The City may, by written notice of default to the Contractor,
terminate the whole or any part of this contract in the
following circumstances:
If the work to be done under the contract is abandoned by the
Contractor or if the Contract is assigned without the written
consent of the City; or if the Contractor is adjudged bankrupt;
or if a general assignment of his assets is made for the benefit
of his creditors; or if a receiver is appointed for the
Contractor of any of his property; or if the work under this
contract is being unnecessarily delayed, or the Contractor is
violating any of the material conditions of the Contract; or
that the Contractor is executing the same in bad faith or
otherwise not in accordance with the terms of said Contract;
then, in the event any of the foregoing occurs, the City may
serve written notice upon the Contractor and his surety of the
City's intention to terminate this contract.
Unless wi thin 10 days after the serving of such notice, a
satisfactory arrangement is made for continuance, the Contractor
shall be deemed in default and the contract shall be
automatically terminated and the City may take over and
prosecute the work to completion, by contract or otherwise.
If at fault, the Contractor and his surety shall be liable to
the City for all damages as well as excess cost sustained by the
City by reason of such prosecution and completion by the City.
Time shall be of the essence as to any action performed by the
Contractor to correct conditions as set forth in this provision.
In the event of termination, the City retains the right to
purchase at fair market value the Contractor's equipment and/or
vehicles.
-17-
The City also retains the right to take over Contractor's
equipment and/or vehicles on a rental basis in order to continue
sweeping until alternate arrangements can be made. If the
equipment is taken over by the City on a rental basis, the City
shall pay the Contractor the rental rate included in the most
recent edition of Labor Surcharge and Equipment Rental Rates
published by the State of California; Business, Transportation
and Housing Agency; Department of Transportation; Division of
Construction.
It is agreed that in the event the Contractor shall be adjudged
bankrupted, a receiver appointed or a general assignment of the
benefit of creditors is made, or it is proven insolvent or fails
in business, the Contract shall not be asset of the Contractor.
Such Performance Bonds shall guarantee the performance of the
Contractor under the terms and conditions of the specifications
contained herein and the Contract for Services between the
parties.
B. Any termination shall be effected by delivery to the Contractor
of a Notice of Termination specifying the extent to which
performance of work under the agreement is terminated, and the
date upon which such termination becomes effective.
After receipt of a Notice of Termination, and except as
otherwise directed by the City, the Contractor shall:
1. Stop all work under the agreement on the date and to the
extent specified in the Notice of Termination.
2. Place no further orders or subcontracts for materials,
services or facilities, except as may be necessary for
completion of such portion of the work under the agreement
as i s not terminated;
3. Terminate all orders and subcontracts to the extent that
they relate to the performance of work terminated by the
Notice of Termination;
4. Settle all outstanding liabilities and all claims arising
out of such termination or orders and subcontracts, with
the approval or ratification of the City, which approval or
ratification shall be final for all the purposes of this
clause.
-18-
C. After receipt of a Notice of Termination, the Contractor shall
submit to the City a termination claim, in the form and with
certification prescribed by the City. Such claim shall be
submitted promptly but in no event later than SIXTY (60) days
from the effective date of termination, unless one or more
extensions in writing are granted by the City upon written
request of the Contractor.
D. The total sum to be paid to the Contractor shall not exceed the
total agreement price as reduced by the amount of payments
otherwise made and as further reduced by the agreement price of
work not completed.
If either party brings any action or proceeding to enforce,
protect or establish any right or remedy, the prevailing party
shall be entitled to recover reasonable attorney's fees and
court costs as awarded by the court.
E. In the event of any dispute arising concerning termination, both
parties agree to submit the dispute to arbitration. Each party
shall select its own arbitration representative, and if they are
unable to agree, they shall select a third arbitrator, and the
decision of the third arbitrator shall be conclusive and
binding. The selection of arbitrators shall be made with ten
(lO) days of written notice by either party to the other of a
dispute arising under this section, and the arbitration process
shall take no 1 onger than twenty (20) days.
16. NOTICES
All notices or communication to either party to this Agreement by the
other party shall be deemed given when made in writing and delivered
or mailed to such party at its respective address, as follows:
CITY: City of Chula Vista
Department of Public Works
Operations Division
707 "F" Street
Chula Vista, CA 92010
CONTRACTOR:
17. LITIGATION
In the event that litigation is commenced to interpret or enforce the
terms of this Agreement, the prevailing parties shall be entitled to
an award of Attorney's fees and costs.
-19-
IN WITNESS WHEREOF, the parties hereto have executed an Agreement in
~uplicate at Chula Vista, California, the day and year first above written.
CITY OF CHULA VISTA
Grego~ ~ C~, Mayor Contractor
ATTEST:
APPROVED AS TO FORM:
Thomas J. Harro , C1 AttOrney
WPC 0029S
-20-
July 2~, 1987
Subject: Request for Proposal - Street Sweeping Service
The City of Chula Vista is soliciting proposals from qualified firms to
provide street sweeping services. Proposals will be received at the
Purchasing Office, Public Services Building, 276 Fourth Avenue, Chula Vista,
California 92010 until 2:00 p.m. on August 10, 1987. Proposals must be in
accordance with the attached specifications, terms, and conditions.
Proposals will be evaluated by the Purchasing Agent and Director of Public
Works/City Engineer. The City reserves the right to accept or reject any or
all proposals and to waive defects or irregularities in any proposal at its
discretion.
This Request For Proposal does not commit the City of Chula Vista to award a
contract or to pay any costs incurred in the preparation of a proposal
responsive to this request.
Clarification desired by an offeror relating to definition or interpretation
of this R.F.P. shall be requested in writing and with sufficient time to allow
a timely response before submission of offers. Oral explanations or
instructions shall not be considered binding on behalf of the City.
Should any discrepancy appear, or any misunderstandings arise as to the
meaning or interpretation of anything contained in these specifications, the
matter shall be decided by the Director of Public Works/City Engineer and the
interpretation of the Director of Public Works/City Engineer shall be binding
upon the Contractor.
The City's technical representatives are Harlan Wilson and Cliff Swanson,
telephone (619) 691-5027.
WPC 0029S
REQUEST FOR PROPOSAL
STREET SWEEPING SERVICES
City of Chula Vista
276 Fourth Avenue
Chula Vista, California
TABLE OF CONTENTS
Page(s)
Section l: Request for Proposal 1
Section 2: Specifications for Street Sweeping 5
2-Ol Purpose 5
2-02 Scope of Work S
2-03 Qualifications of Contractor 6
2-04 Equipment 7
2-05 Disqualification of Contractors 8
2-06 Bid Bond 8
2-07 Insurance 8
2-08 Liquidated Damages for Failure to Enter into the Contract 9
2-09 Performance Bond 9
2-10 Signs lO
2-11 Office lO
2-12 Standards of Performance 10
2-13 Disposal of Sweepings 10
2-14 Water 10
2-15 Sweeping Schedule ll
2-16 Holidays and Inclement Weather 11
2-17 Interpretation of Specification 12
2-18 Verification of Work 12
Section 3: Agreement
1. Term of Agreement 14
2. Compensation 14
3. Contract Documents 14
4. Duty of Contractor 15
5. Equipment and Labor 15
6. Schedule 15
7. Disposal of Sweepings 15
8. Water 16
9. Additional Work 16
10. Signs 16
ll. Faithful Performance Bond 16
12. Assignment 16
13. Hold Harmless 16
14. Insurance 17
15. Termination 17
16. Notices 19
17. Litigation 19
Proposal 21
Bid Bond 26
Workers Compensation Insurance Declaration 27
'~Exhibit A 28
SECTION 1. REQUEST FOR PROPOSALS
1-01 INTENT OF PROPOSAL. - The City of Chula Vista is soliciting written
proposals from qualified private contractors to perform street sweeping within
the corporate limits of the City for a period of three years with the option
to extend the service with one year options for up to five (5) years total.
Option years four and five are subject to negotiations and the decision to
extend the sweeping contract is subject to the result of those negotiations.
1-02 BASIS OF PROPOSAL. Proposals are solicited on the basis of the
Sweeping". Proposals will be compared on the basis ~ o
work, qualifications/experience of the Contractor and invento~ of
Contractor's equipment, as well as the cost. The costs, as written out in
words on the bid form, shall govern, and any errors found will be corrected.
Use of proposal forms supplied by the City is required.
1-03 RECEIPT AND OPENING OF PROPOSALS. - Sealed proposals will be received
at the Purchasing Office, Public Services Building, City of Chula Vista, 276
Fourth Avenue, until 2:00 p.m., August 3, 1987.
1-04 SELECTION PROCESS AND METHOD OF AWARD. - Proposals will be analyzed
and reviewed by the Director of Public Works/City En~'neer. The Director will
make a recommendation for award of the contract to e City Council within 60
days following the opening of the proposals.
The City reserves the right to accept or to reject any or all proposals,
and to waive defects or irregularities in any proposals, at its discretion.
The City also reserves the right to award a contract or contracts on all or
any part or parts of the items contained in this Request for Proposal as may
be deemed to be in the best interest of the City.
It is not the intent of the City to split bid items; however, if a bid
item is split and an award is made on only a portion thereof, the unit price
bid may be subject to negotiation.
1-05 SUBMISSION AND PREPARATION OF PROPOSAL. All proposals must be
prepared in ink or typewritten and signed by the Contractor. If a unit price
or lump sum already entered by the Contractor on the proposal form is to be
altered, it shall be crossed out in ink and the new unit price or lump sum
shall be as represented in figures and prices as represented in written words;
the written prices represented in words shall govern.
Any proposal may be withdrawn prior to the scheduled time for the opening
of proposals. Any proposal received after the time and date scheduled shall
not be considered.
1-06 N~4E, ADDRESS AND LEGAL STATUS OF CONTRACTOR. - The proposal shall be
properly signed in ink, with the address of the Contractor given. The legal
status of the Contractor, whether individual, partnership or corporation,
shall also be stated.
-1-
A corporation shall execute the proposal by its duly authorized officers
~in accordance with its corporate by-laws and shall list the state in which i t
is incorporated. A partnership shall give full names and addresses of all
partners.
Partnerships and individuals shall be required to state the names of all
persons interested in the proposal. The place of residence of each partner or
individual, or the office address in case of a firm or company, including
state, zip code and telephone number shall be given after each signature.
If the Contractor is a joint venture consisting of a combination of any of
the above entities, each member of the joint venture shall execute the
proposal. Anyone signing a proposal as an agent of another or others shall
submit legal evidence of his authority to do so with the proposal.
1-07 PROPOSALS. - All proposal s shall be submitted on the forms supplied
by the City of Chula Vista and as included in this document. The proposal
shall show a per curb mile cost measured along the curb, berm, shoulder or
median for normal sweeping, a 1 ump sum cost per intersection, a square footage
cost for parking lots or an hourly rate for additional sweeping services
specifically requested by the Director of Public Works/City Engineer. Streets
constructed after the effective date of the agreement will be added to the
contract based upon the contract price per curb mile.
The following documents must be completed and submitted with the bid:
1. Proposal
2. Designation of Subcontractors
3. Affidavit to Accompany Proposal
4. Bidder's Bond
5. References
6. Addendums (if any)
The low bidder must complete the "Disclosure Statement" prior to award of
the contract.
After award of the contract, the successful bidder must complete the
following additional documents:
1. Bond for Faithful Performance
2. Contract
3. Non-Collusion Affidavit
4. Workmen's Compensation Insurance Declaration
5. General Liability and Property Damage Insurance Certificates Submittal
Proposals may be rejected if they show any alterations of form, additions
not called for, conditional or alternative bids, incomplete bids, erasures, or
irregularities of any kind.
-2-
In case of disparity in the proposal between the lump sum or unit bid
~rice shown in figures and words, the unit bid price or lump sum amount as
Stated in words shall prevail and take precedence.
The right is reserved to reject any and all proposals.
The Contractor to whom this contract is to be awarded shall file a sworn
Non-Collusion affidavit executed by, or on behalf of, the person, firm,
association or corporation to whom the contract is awarded. This affidavit
shall be executed and sworn to by the successful bidder before such persons as
are authorized by the laws of the State of Cali forni a to administer oaths, on
the form included in these contract documents. The original of such sworn
statement shall be filed with the City Clerk.
1-08 PAYMENT. - Payment for sweeping shall be made by the contract unit
price per curb mile actually cleaned on a monthly basis.
Request for partial payment must be made individually as follows:
A. Streets swept once every two weeks.
B. Streets swept once every week.
C. Streets swept twice per week.
D. Streets swept three times per week.
E. Center islands and medians swept once per month.
F. Center lines swept once per month.
G. Center lines swept once per week.
H. Non-curbed streets swept once per month.
I. Parking lots swept once per week.
J. Parking lots swept once per month.
K. Other special sweeping requested by the department at the rate
stipulated within the bid.
Request for partial payment must be made in duplicate to the Deputy
Director of Public Works/Operations and include the following:
a. Claim for payment on City supplied form.
b. Cover invoice showing linear curb miles cleaned and an extension in
dollars at the quoted cost.
-3-
c. Copy of the route lists for the invoiced period, showing the date
each street was cleaned, the total mileage for the period and the
initials and signature of the Contractor's representative.
d. The original tachograph for each sweeper for each day showing travel
times and broom-down sweeping times labeled to indicate the route or
routes swept and initialed by the Contractor's representative. In
the case of parking lots, the tachograph should be labeled by the
equipment operator with the lot being swept.
Payment shall be made on the basis of blanket curb miles cleaned at the
quoted rate except that deductions shall be made for streets or areas not
swept. Such deductions shall be made on the basis of curb miles not swept at
the linear curb mile cost or area not swept at the quoted rate (parking lots).
Price bids are to be for the first contract year. Adjustments during the
second and third year are based upon the CPI increase for the San Diego region
up to a maximum of 6% per year. Years four and five costs would become
negotiable and the City's decision on renewal would depend on the outcome of
those negotiations.
Dump fees adjustments shall also be made during the first three years of
this contract for increases in dump fees that exceed the greater of either the
CPI increase for the San Diego region or 6% per year. Any increase in solid
waste dump fees that is placed into effect during the first year of this
contract shall be eligible for dump fees adjustments only for that amount over
~ 6% increase in dump fees. The basis for any dump fees adjustment for each
year shall be the cumulative increases in dump fees. The amount of the
greater of either of the CPI increase or 6% per year shall also be cumulative
for each year and shall be deducted from the cumulative dump fee increase when
considering a dump fee adjustment.
In order to obtain a future dump fee adjustment, the contractor shall
submit with every monthly billing a copy of each dump ticket showing the date,
amount and vehicle identification, with a monthly summary showing the number
of loads at each rate, the total amount of material disposed of and the total
cost. Dump fees adjustments will be limited to amounts reasonably related to
the first year's average or as justified by the Director of Public Works as
related to an increase in service to Chula Vista.
Payment for addition of all new subdivision streets accepted by the City
during the life of this contract shall be made at the same rate or unit price
as existing streets swept at the same frequency included in the appropriate
bid item.
-4-
SECTION 2. SPECIFICATIONS FOR STREET SWEEPING
2-01 PURPOSE. - The proposal shall be for sweeping of City streets, center
isla~m~, center lines and parking lots in accordance with the schedule
attached hereto.
The specifications contained herein are designed to establish an
effective, efficient and safe system of street cleaning that provides for the
following intended purposes:
A. Establish and maintain a continuous level of cleanliness of city
streets in order to assure protection of the health, safety and
welfare of the community.
B. Clean City streets in a coordinated manner, by a routing system that
will improve current street cleaning practices while decreasing costs.
2-02 SCOPE OF WORK. - The Contactor shall clean all curbs, gutters, median
curbs and painted islands, centerlines, road shoulders, turning lanes, alleys
1 in the City as designated by these specifications.
and parking ots located
The streets to be cleaned and the frequency of cleaning are listed in
Exhibit "A" of these specifications as follows:
A. Streets swept once every two weeks.
B. Streets swept once every week.
C. Streets swept twice per week.
D. Streets swept three times per week.
E. Center islands and medians swept once per month.
F. Center lines swept once per month.
G. Center lines swept once per week.
H. Non-curbed streets swept once per month.
I. Parking lots swept once per week.
J. Parking lots swept once per month.
K, Other special sweeping requested by the department at the rate
stipulated within the bid.
2-03 QUALIFICATIONS OF CONTRACTOR. - The City requires submission with the
~.iroposal supporting data in order to determine qualifications and
responsibility of the Contractor. The Contractor will be required to furnish
the following information:
A. Satisfactory evidence that the Contractor has in excess of two (2}
years contract sweeping experience for either private or municipal
agencies.
B. Satisfactory evidence that the Contractor's experience as a going
concern for municipal or private agencies derives from operations of
comparable size to that contemplated by this proposal. Details shall
include length of other contracts, name and size of municipality or
private concerns, name and phone number for staff coordinator of
previous contracts, nature of service provided, and the agencies in
question.
C. Evidence that the Contractor is in good standing in the State of
California, and, in the case of a corporation organized under the
laws of any other State, evidence that the Contractor is licensed to
do business in the State of California.
D. A detailed inventory of the Contractor's equipment available for use
on the Contract. This inventory should include a detailed listing of
the Contractor's equipment and all accessories by type, model, year
of manufacture and anticipated remaining useful life as of the date
of the inventory. All leased equipment shall be listed separately;
the time remaining on each leased machine and options of renewal,
where applicable, shall be stated. All new equipment to be acquired
to accomplish this contract must be available within six weeks of the
commencement of operations. Delivery guarantees by manufacturers
shall be attached to the bid document.
E. Evidence that the Contractor has adequate maintenance facilities,
located in San Diego County, to maintain the Contractor's equipment
inventory, including the address of the facility, the type of
maintenance work performed, a listing of any maintenance work
contracted out and with whom. Documentation for maintenance work
that is contracted must include the name and address of the
contracted maintenance facility, the type of work contracted and the
length of the contract.
F. A copy of the latest available financial statement of the Contractor
(or its parent corporation if individual subsidiary of division
financial statements are not prepared and generally available). In
addition, the latest audited financial statement.
G. The names and resumes of the principal officers, partners, and/or
officials. The name(s) and resume(s) of the individual(s) who will
be considered in responsible charge of the City of Chula Vista
contract.
H. Such additional information as will satisfy the City that Contractor
is adequately prepared to fulfill the contract.
~6-
2-04 EQUIPMENT. - The type of street sweeping equipment used by the
iontractor shall be consistent with the current standards in the industry and
~hall be subject to the approval of the Director of Public Works/City
Engineer. The equipment to be used shall be specified in the Contractor's
proposal. Vehicles and equipment used to perform the services provided for
herein, shall be maintained in good mechanical condition at all times. In
addition, the following shall apply:
A. Contractor shall use standard heavy duty broom-type equipment as is
necessary to clean the streets of the City of paper, wet leaves,
dirt, rocks and debris. Air or vacuum type sweepers shall not be
permitted except that small air or vacuum sweepers may be permitted
in cleaning the parking lots only.
B. Equipment shall not be more than six (6) years old at any time unless
certification is presented by the Contractor and approved by the
Director of Public Works/City Engineer, that equipment has been
completely overhauled and/or rebuilt.
C. All equipment shall be equipped in accordance with existing State law
and shall be equipped with a flashing light with the following
characteristics:
1. Visible for a minimum of one mile.
2. Flash 60 to 90 times per minute.
3. Mounted for 360 degree visibility.
4, Equipped with amber lens.
D. Equipment shall be kept clean at all times.
E. Mechanical brushes and brooms shall be maintained in proper condition
and shall be replaced as recommended by the manufacturer or when
pick-up ability becomes impaired.
F. All street sweepers shall be equipped with adequate water systems for
dust control.
G. All street sweepers shall be equipped with a 12-hour tachograph that
indicates travel time, speed and sweeping time through an indication
Of broom-down time.
H. Adequate support equipment shall be available including debris
transfer vehicles, pickup trucks, service trucks, tire trucks, and
any other item of equipment necessary to provide sweeping services as
described in these specifications.
-7-
I, All equipment (including support equipment) to be used by the
Contractor shall be listed as a part of the detailed inventory
section of the Contractor's qualifications supporting data. All such
equipment is subject to the inspection and final approval of the
Department. Such approval may require on-site demonstration of the
capability of any proposed equipment.
J. The Department shall have the option to perform a complete inspection
of all vehicles at any time throughout the term of the Contract.
should any vehicl e, when inspected, and in the determination of the
Department, not meet standards that the Department feels are
necessary to complete the Contract or to operate safely, the
Department may require such vehicle to be brought to standard before
being placed back in service.
2-05 DISQUALIFICATION OF CONTRACTORS. Although not intended to be an
exhaustive list of causes for disqualification, any one or more of the
following causes, among others, may be considered sufficient for the
disqualification of a Contractor and the rejection of the Proposal:
A. Evidence of collusion among Contractors.
B. Lack of competency as revealed by either financial statements,
experience or equipment statements as submitted or other factors.
C. Lack of responsibility as shown by past work, judged from the
standpoint of workmanship.
D. Default on a previous municipal contract.
E. Other causes.
2-06 BID BOND. - Each proposal must be accompanied by a bid bond executed
by a surety company licensed to do business in the State of California; or a
certified check of the Contractor payable to the City in the amount equal to
or in excess of ten percent (l~) of the total proposed price. This will
serve as a guarantee on the part of the Contractor that, if called upon to do
so, the Contractor will accept and enter into a contract to perform the work
covered by his proposal and at the rates stated therein, and to furnish a
corporate surety for its faithful and entire fulfillment. Checks and bonds
will be returned after the City and the selected Contractor have executed the
contract; or, if no Contractor's proposals have been selected within ninety
(90) days after the date of the opening of proposals.
2-07 INSURANCE. - The Contractor shall, throughout the duration of this
contract maintain comprehensive general liability and property damage
insurance covering all operations hereunder of the Contractor, its agents and
employees including but not limited to premises and automobile, with minimum
coverage of ONE MILLION DOLLARS ($1,000,000) combined single limits. Evidence
of such coverage, in the form of a Certificate of insurance and Policy
Endorsement which names the City as Additional Insured, shall be submitted to
~he City Clerk at 276 Fourth Avenue.
-8-
Said policy or policies shall provide THIRTY (30) day written notice to
~ he City Clerk of the City of Chula Vista of cancellation or material change.
The City reserves the right to require insurance for a higher coverage
than the minimum limits. All insurance carriers shall comply with the items
listed below:
1. Listing by the State Insurance Commission as a company authorized to
transact the business of insurance in the State of California.
2. A Best's Rating of "A", Class V, or better.
3. Where a company is not included in Best's, it must show by convincing
evidence that its financial responsibility is equal or better than
the rating set forth in No. 2.
The Contractor shall, within ten {lO) days after the awarding of the
contract, and before commencing the work of construction, deposit with the
City Engineer of the City of Chula Vista, a certificate certifying that such
insurance is, and will be, in full force and effect from the time the work is
commenced until completed,
The Contractor shall also carry Workers' Compensation insurance in
statutory amount and Employer's Liability coverage in the amount of $500,000;
evidence of which is to be furnished to City in the form of Certificate of
Insurance.
2-08 LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO THE CONTRACT. - The
Contractor shall be deemed as having been awarded the contract when formal
notice of award shall have been mailed by the City to the Contractor by
certified mail.
The Contractor to whom the contract has been awarded will be required to
execute three copies of the contract and to furnish insurance coverage and
performance bond, all as required. In case of the Contractor's refusal or
failure to do so within twenty days after receipt of formal notice of award,
Contractor will be considered to have abandoned all his rights and interest in
the award, and Contractor's proposal security may be declared forfeited to the
City as liquidated damages and the award may then be made to the next best
qualified Contractor or the work readvertised for proposals as the City may
elect.
2-09 PERFORMANCE BOND. The Proposal shall be accompanied by a letter
from a corporate surety satisfactory to the City stating that the Performance
Bond will be furnished by it to the person submitting the Proposal in the
event he is the successful Contractor. Such letter is to be signed by an
authori zed representati ve of the surety together with a certi fi ed and
effectively dated copy of his power of attorney attached thereto.
-9-
/ The successful Contractor will be required to furnish a Performance Bond
~ S surety for the faithful performance of this Contract at least ten (10) days
prior to the execution of the Contract. Said performance bond must be in the
amount of $50,000.
Premium for the bonds described above shall be paid by the Contractor. A
certificate from the surety showing that the bond premiums are paid in full
shall accompany the bond.
The surety on the bond shall be duly authorized corporate surety
authorized to do business in the State of California.
2-10 SIGNS. - The Contractor shall place signs approved by the City on the
street sweeping equipment used in the performance of the work, which signs
shall be visible from both sides of the vehicle and shall read "Under Contract
to the City of Chula Vista."
2-11 OFFICE. - Contractor shall maintain an office within San Diego
County, 's~by a responsible representative for receipt of requests. Said
office shall be open from 8:00 a.m. to 5:00 p.m., Monday through Friday, not
including approved holidays.
2-12 STANDARDS OF PERFORMANCE. - Street sweeping shall be performed in
accordance with accepted standards for municipal street cleaning. When
necessary for proper cleaning, Contractor shall make more than one pass on a
street, without extra charge. Contractor shall respond within seven working
~ays.
Standards of performance shall include sweeping all intersection curb
returns and all cross gutters. If additional passes through on intersection
is required in order to adequately sweep both a return and a cross gutter, the
Contractor shall make the necessary passes without extra charge.
The equipment operator shall maintain lists of locations that cannot be
adequately swept because of obstructions such as low hanging limbs or vehicles
that are parked on the City streets for extended periods of time. These
1 ocations shall be turned into the Public Works Department as soon as
possible. Deductions may be made from Contractor's payments for areas not
swept due to obstructions that were not reported to the Department.
2-13 DISPOSAL OF SWEEPING. Contractor shall dispose of all refuse
collected by hauling the same to legally established disposal areas at
Contractor's expense. Transfer points for storage of sweepings must be
approved by the City, and in no case be stored in the City in excess of seven
working days.
2-14 WATER. - The Contractor shall make all necessary arrangements to
obtain and pay for water necessary for the operation. The Contractor shall
maintain an accounting of the amount of water used each day and have this
information available upon request.
2-15 SWEEPING SCHEDULE. - Prior to the execution of the agreement the
~ elected Contractor shall submit a sweeping schedule to the Director of Public
Works/City Engineer. The schedule shall identify the streets or neighborhoods
to be swept each week. The schedule shall provide for the sweeping of streets
and intersections as shown on EXHIBIT A. The required sweeping schedule must
provide the following information:
A. A list of the Contractor's proposed cleaning routes for a complete
cycle of cleaning, with identification of all streets to be cleaned
on each route in sequence.
B. The mileage for each street on each route must be identified as Right
Hand or Left Hand sweeping mileage.
C. Each route list must reference the Section of streets as listed in
the Designated Streets Section of the specifications.
D. The total mileage for all proposed routes must equal the mileages
contained in the Designated Streets Section of the Specifications for
each Section of streets to be cleaned.
E. Maps of all routes shall accompany the Contractor's list of proposed
cleaning routes.
The Contractor shall schedule the hours of operation as approved by the
Director of Public Works/City Engineer so as to sweep the streets when a
~inimum number of vehicles are expected to be parked at the curb. The
Contractor shall also make every effort to schedule the sweeping on days
following regular trash collections.
The hours during which the sweeping shall be performed shall be at the
discretion of the Contractor, with the approval of the Director of Public
Works/City Engineer. The Contractor may be required to do early morning
sweeping as on certain major streets and parking lots. No sweeping in
residential areas shall be started prior to 7:00 a.m.
The City has several areas where on-street parking of adjacent residents
prevents adequate sweeping. City may, in future, provide legislation to
prohibit parking at certain times or on alternate weeks for each side of the
street. City reserves the right to require Contractor to revise the sweeping
schedule accordingly to provide an adequate level of sweeping. All such
changes shall be within the scope of Contractors bid and no additional charge
or payment shall be made therefor,
2-16 HOLIDAYS AND INCLEMENT WEATHER. When inclement weather, in the
opinion of the Director of Public Works/City Engineer, prevents adherence to
the regular sweeping schedule for two or less days in a given week, the
sweeping areas so affected by the inclement weather shall be swept within the
following one week period from the date of the scheduled sweeping, without
interruption of the regular sweeping schedule. The Contractor shall perform
all extra work required by such inclement weather without additional charge.
-1 l-
As to holidays, when any holi day or observance as specified in the
~ ~vernment Code of the State of California occurs on a regular scheduled
sweeping day, the area shall be swept within two days from the regularly
scheduled sweeping day without interruption in the regular sweeping schedule.
In the event the Contractor is prevented from completing the sweeping as
provided in the schedule because of reasons other than inclement weather, the
Contractor shall be required to complete the sweeping services so deferred
prior to the next regular scheduled date, or give the City credit for the work
not so performed at the rate specified in Paragraph 2 of the Agreement. The
Contract shall submit daily reports to the Director of Public Works/City
Engineer detailing the streets and intersections swept.
2-17 INTERPRETATION OF SPECIFICATION. - Should any discrepancy appear, or
any misunderstandings arise as to the meaning or interpretation of anything
contained in these specifications, the matter shall be decided by the Director
of Public Works/City Engineer and the interpretation of the Director of Public
Works/City Engineershall be binding upon the Contractor.
2-18 VERIFICATION OF WORK. - It shall be the responsibility of the Street
Maintenance Superintendent to guarantee the execution of the contract in
accordance with its terms and specifications. To this end, he {she) may
appoint a designee who shall also be responsible for the inspection and
monitoring of the work performed under the Contract.
As required in Section 2-14, the Contractor shall submit Route Lists for
~ll scheduled cleaning prior to contract award. These schedules will be
reviewed for accuracy and efficiency by the Superintendent and their
designated representative prior to the Contract award.
Prior to award of the Contract, the successful Contractor shall meet with
the Superintendent and their designated representative to review the Contract
and make any necessary changes to the Route Lists and/or Contractor's work
plan.
Upon commencing work, all Route Lists shall be updated by the Contractor,
and thereafter shall become the basis for:
A. the Contractor's cleaning routes,
B. the Department's inspection of cleaning,
C. the invoicing of cycles completed, and
D. payment by the City for services rendered.
Any subsequent changes or revisions to Route lists throughout the contract
period must have the prior written approval of the Superintendent or their
designated representative.
-12-
The Contractor shall prepare a monthly cleaning cycle showing the proposed
~eeping route schedule and submit two copies to the Department. In the event
~he schedule is changed, the Contractor shall submit a revised route schedule
to the Department at least 24 hours prior to the change. In the event a
sweeping route or routes are changed, the Contractor shall submit a revised
list and map of the proposed route. Such route lists and maps shall be
submitted for both Contractor and City initiated route changes, including
additions caused by acceptance of new streets into the City's maintained
mileage, at least 24 hours prior to sweeping.
The Operations Division of the Department will monitor the Contractor's
work performance. All streets cleaned by the Contractor must present an
appearance which is completely satisfactory to the monitoring Inspector, and
within the cleanliness guidelines of the Department.
Any deficiency in the Contractor's performance shall be reported in
writing to the Contractor within 12 hours following completion of work, and
such deficiencies shall be corrected by the Contractor no later than 24 hours
following receipt of such notice.
The monitoring Inspector shall maintain a log of inspections and will
verify completion of the contractor's work with the Contractor once per week.
In the event a street rehabilitation or improvement project is under
construction or will be under construction where cleaning is scheduled, that
portion of a cleaning cycle will be deleted from the appropriate Route List at
~the direction of the Superintendent. The section(s) of streets deleted may be
~e~entered at the first scheduled cycle following completion of the
rehabilitation. Such deletions shall be reflected in the Contractor's request
for payments.
Prior to re-entering any such street into the cycle, a field inspection
shall be made by the Department and the Contractor to determine what cleaning
will be required by others. In no event will the Contractor be allowed
additional compensation by the Department for initial cleaning of a re-entered
street following rehabilitation or construction.
In addition to the procedure for verification of work performed as
described herein, the Contractor shall lend whatever necessary assistance the
Department may be request with respect to verification of work performed.
WPC 0029S
-13-
PROPOSAL TO THE CITY COUNCIL
CITY OF CHULA VISTA, CALIFORNIA
FOR
STREET SWEEPING SERVICES
NAME OF PROPOSER LAIDLAW WASTE SYSTEMS
BUSINESS ADDRESS P.O.Box 967, CHULA VISTA CA 92012
PLACE OF RESIDENCE SAME
The work to be done consists of providing labor, materials and equipment to
sweep all public streets and selected intersections in Chula Vista.
The undersigned, as proposer, declares that the only persons or parties
interested in this proposal as principals are those named herein; that this
proposal is made without collusion with any other person, firm, or
corporation; that he has carefully examined the location of the proposed work,
the annexed proposed form of contract, and he proposes, and agrees if this
proposal is accepted, that he will contract with the City of Chula Vista, in
the form of the copy of the contract annexed hereto, to provide all necessary
machinery, tools, apparatus, and to do all the work and furnish all the
~aterials specified in the contract, in the manner and time therein
prescribed, according to the requirements of the Director of Public Works/City
Engineer as therein set forth, and that he will take in full payment therefor
the following items priced, listed both in figures and words. (In case of
discrepancy between the words and figures, the words shall govern and the
figures shall be disregarded.)
: ~: ~ ~ e ~ i ~ i e ~ = ~ i: l~fFt~rty: ~: =~Y~a = ~': ~ ~: :~ ~ ~ = :~f: ifh~: in ~
for
A *bond in favor of the City of Chula Vista for
lo% of Bid Price dollars {$ .)
Is attached hereto to guarantee the selected proposer will enter into a
contract with the City of Chula Vista in accordance with the proposal
submitted.
*Strike out inapplicable phrase.
UPC 0029S
-21 -
PROPOSAL FOR STREET SWEEPING SERVICE
The undersigned hereby agrees to perform street sweeping services for the City
~1i Chula Vista in accordance with the Request for Proposal dated July 13, 1987.
The rates bid indicated below shall be for the first year only. Rates
subsequent years shall be adjusted according to the proposal, specifications
and agreement.
City reserves the right to award a sweeping contract on all or any parts of
the areas listed below as deemed to be in the best interest of the City.
A. Streets swept once every two weeks as designated in Exhibit "A".
NOTE: New subdivision streets to be accepted by the City during the life
of this contract shall be added under this bid item at the price bid
herein.
Rate Bid per Curb Annualized
Annual Curb Miles Mile (in figures) Cost - 1st Near
434.34 x 26: 11,292.84 $ 10.20 per curb mile $ 11s,186.97
On~ ~,,.H~H ~ O~ hundred eighty six dollars
and ninety seven cents annualized
B. Streets swept once every week as designated in Exhibit "A".
Rate Bid per Curb Annualized
Annual Curb Miles Mile (in figures) Cost - 1st Near
47.69 x 52 = 2,479.88 $ 10.20 per curb mile $ 2s,294.78
Rate Bid {in words) Ten Dollars and tventy cents per curb mile
Twenlcy five thousand two hundred ninety four dollars
and seventy eight cents annualized
C. Streets swept twice a week as designated in Exhibit "A".
Rate Bid per Curb Annualized
Annual Curb Miles Mile (in figures) Cost - 1st Near
7.74 x 104 = 804.96 $ 10.20 per curb mile $ 8,210.59
Ten Dollars and twenty cents per curb mile
Rate Bid {in words) Eight thousand two hundred ten dollars and fifty nine cents
annualized
D. Streets swept three times per week as designated in Exhibit "A".
Rate Bid per Curb Annualized
Annual Curb Miles Mile (in fiVures) Cost - 1st Near
32.19 X 156 = 5,021.64 $ 10.20 per curb mile $ 51,220.73
Ten Dollars and twenty cents per curb mile
~ Rate Bid (in words) Fifty one thousand~ two hundred twent~ dollars and seventy
three cents annualized
WPC 0029S
-22-
PROPOSAL (cont'd)
E. Center islands and medians swept once per month as designated in Exhibit
Rate Bid per Pass Annualized
Annual Pass Miles Mile (in figures) Cost - ls.t yea.r
25.71 x 12 = 308.52 $ 10.20 per pass mile $ 3,146.90
Ten Dollars and twenty cents per pass mll~
Rate Bid (in words) Three .thousand one hundred forty six dollars and ninety
cents annualized
F. Center lines swept once per month as designated in Exhibit "A".
Rate Bid per Pass Annua]ized
Annual Pass Mi]es Mile (in figures) Cost - 1st year
21.27 x 12 = 255.24 $ 10.20 per pass mile $ 2,603.45
Rate Bid (in words) Ten Dollars and twenty cents per pass mile
Twn ~hnnR~nd six hundred and three dollars and forty
five cents annualized
G. Center lines swept once per week as designated in Exhibit "A".
Rate Bid per Pass Annualized
Annual Pass Miles Mile (in figures) Cost - 1st year
0 x ]2 = None $ per pass mile $
Rate Bid (in words)
H. Non-curbed streets swept once per month as designated in Exhibit "A".
Rate Bid per Curb Annualized
Annual Pass Miles Mile (in figures) Cost - 1st ~ear
29.14 x 12: 349.68 $ 10.20 per pass mile $ 3,566.74
Rate Bid (in words) Ten Dollars and twenty cents per pass mile
Thrcc thousanH F~vp hnnHr~d sixty SiX dollars and
seventy four cents annualized
I. Parking tots swept once per week as designated in Exhibit "A".
Annual Rate Bid per lO0 Annualized
Square Feet (x 100) Square Feet (in figures) Cost - 1st year
237.232 x 52 = 12,336 (1) $ .081 per lO0 S.F. $ 9992.24
Rate Bid (in words) Eight and one tenth cents per 100 S.F.
~{.~ ~hnus~nd nine hundred ninety two dollars and twenty
four cents annualized
(1). Bid calculated on 123,361 unlt~2~F100 Sq.Ft. as agreed to by Cliff Swanson
and Jim Espinoza.
PROPOSAL (cont'd)
J. Parking lots swept once per month as designated in Exhibit "A".
Annual Rate Bid per lO0 Annualized
Square Feet (x lO0) Square Feet (in figures) Cost - 1st
524.327 x 12 = 6,292 (2) $ .081 per lO0 S.F. $ 5,096.44
Eight and one tenth cents per 100 S.F.
Rate Bid (in words) ~iw thousand f cents
ninety six dollars and orty four
annualized
K. Other specialized or additional sweeping requested by the Department.
Hourly Rate (in figures) $ 45.Oo per hour
Hourly Rate (in words) Firty Five dollars and no cents per hour
Mileage Rate (in figures) $ lo.2o per curb/pass mile
Mileage Rate (in words) Ten Dollars and twenty cents per curb/pass mile (3)
Area Rate (in figures) $ .05 per lO0 square feet
Area Rate (in words) Five cents per 100 square feet
NOTE: This category does not include new subdivision streets accepted by
the City during the term of this contract. New subdivision streets shall
be added under Bid Item Ao
(2). Bid calculated on 62,919 units of 100 Sq. Ft. as agreed to by Cliff Swanson
and Jim Espinoza
(3). This bid rate does not include sweeping from chipsealing operations
WPC 0029S
-24-
The undersigned further agrees that in case of default in executing the
~Tequired contract, with necessary bonds, within twenty days, after having
~eceived notice of award that the proceeds of the cash, check or bond
accompanying his bid shall become the property of ' ' .
Signature of Bidder LAIDLAW WASTE SYSTEMS/BY ~~a~.__/_~_.~.
(If an individual, so state. If a firm or co-partnership, state the firm name
and give the names of all individual co-partners composing the firm. If a
corporation, state legal name of corporation, also names of president,
secretary, treasurer, and manager thereof.)
Douglas R. Cowland, President
Ivan R. Cairns, Secretary
Richard R. Norris, Treasurer
Dick F. Chase Jr., District ManaRer
Ed Caliri, Division Manager
P.O.Box 967,
Bu~ness Address
(619)421-9400
Phone
Dated: August 10, 1987 , 1987
Dick F. Chase Jr.
3730 Valley Vista
Bonita CA 92002
Place of Residence
Subscribed and sworn to me before this ?th day of 2~ugust , 19 87
Notary Public in and for the County of San Diego , State of California.
i Notary Public
ONSTANTINE PAPPAGIANIS
WPC 0029S
-25-
BID BOND
FOR
STREET SWEEPING SERVICES
KNOW ALL MEN BY THESE PRESENTS that LAIDLAW WASTE SYSTEMS INC
, as BIDDER, and
INSLFEL~NCE COIv~>ANY 02' NORTH A]v~RICA , as SURETY, are
held firmly b u~ unto t~l~ty of Chula Vista, as AGENCY. in the
of ...................... dollars islo
which ~s ~en percen~ of the to~al amount bid b~ BIDDER to AGENCY for the above
s~ated project, for ~he payment of uhich sum, BIDDER and SURETY agree to be
bound, jo~ntl~ and severa117, firm17 b~ ~hese presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, ~hereas BIDDER ts 8bout to
submit a b~d ~o AGENCY for the 8bore sta~ed project. If said bid is rejected,
or ~f said b~d is accepted and a contract is auarded and entered into b7
BIDDER in ~he manner and ~tme specified, ~hen this obligation shall be null
and void, a~herw~se 1~ shall remain tn full force and effect in favor of
AGENCY.
ZN WITNESS ~HEREOF ~he par~ies here~o have se~ their names, titles, hands, and
seals ~his ~0~ do7 of AUCDST , 198 . .
BIDDER LAIDLAW WASTE SYSTEMS INC
P.O. BOX 967 Assistant Secre~
Chula Vis%a, CA 92012
~00 Arch Street "~' /
Phil~e!~hi&, Pemnsylv&nis 19101
Acknnw~dOment of Execution by BIDDER and SURETY, in the proper format, shall
be attached to this bond.
WPC D0295
-26-
InSurance Company of Nodh America
a CtGNA company
aoesneresvnomma~e cons~t~u~esnaaDoa~m ~ 3. S~GE~ 30B ~. G~,
DAVZD ~. ~S~BgV~, ~ C. gO~, ~ C~Z~ ~, a~ o~ the CLcy
~ ......... ~_~ ................................... each ~na~wduanv if there be more than one namec
Be as D~namg uoon sa~a CoreDany. as fully aria 8mDIV as ~ they had been du ~ exeeu[ea ana ac~nowl~ged by the regularly elected officers
N WITNESS WHEREOF ~ne sa~a HF. McCrame dr V~ce-Pres~dem has hereunto subscried h~s name and affixed the ~oreora~e
seat of the sa,C INSURANCE COMPANY OF NORTH AMERICA ~h~s 9 rh
of ]~UB~ 19 g5 _
:~ INSURANCE COMPANYOFNORTH AMERICA
COMMONWEALTH 0F PENNS Y L IANIA
COUNTY 0F PHILAD~L
davof . 3~ . .A.D ~9~.beforeme. aNo~arv
INSURANCE CoMPA~Y OF NOR~ AMERICA to me oers~nalN known ~o be ~he m~ivi~uaL and offic~ ~ho executed ~be~re~ed,n~ m-
sa.d C corporate seal an~ h~s s,~na~ure ~ere~ul~ffix~'~e:~h~rit~a~di~i~n Ot t~es~dcO~p~r~t~on. and
~ha~ B~c~ of o rectors of said Company ~erred ~ n ~he ~r~ce~m~ i~s~ume~ ~s n~w in f~ce.
BOF ~ have hereumo ~itG~ Phi~ade ~i~dav and vear
~AN T.
ecretafV
OF ATT ke f~regoing is:a ~ul~,tr
have hereunto s
SEAL}
MARYLAND INSURANCE MANAGEMENT SERVICES, INC.
dIMS GROUP
CONSENT OF SURETY
THE CITY OF CHULA VISTA
Engineering Department, Public Services Building
276 Fourth Avenue
Chu]a Vista, California 92010
RE: LAIDLAW WASTE SYSTEMS INC
Contract - Street Sweeping Service
To whom it may concern:
Please be advised that the Insurance Company of North America will issue
a Performance Bond for Fifty Thousand Dollars ($50,000.00), ~er
soecifications, if Laidlaw Waste Systems, Inc. is awarded this contract.
OMPyNORTHAM~RIC ~
Mary Claire~FickU A~
Suite 300, Deer Park Center 9475 Deereco Road Timoniurn, Maryland 21093
301-561-4900 Tclccopy Nun~ber 301-56I-4940 I~F Tex: 4944097 mirns ui
nsurance Company of North America
a CIGNA company
K.~:~w~2.:m:en::by these presents: That INSURANCE COMPANY OF NORTH AMERICA a Cotpeter,on o, me ~:
. .,~r~or~;~a]ith ~)t'~'~Syl~a~je, haMing ,is DnKc,pal office ,n ~he C,ty of Phfiadel;h,a. Pennsvlvama. oursuant to the fo low,rig Resoiu[~on :-
ad~o~e~.bv~E~Bo~'~f D~r~t0rs of ~he sa~d CoreDany on December 5. 1983. ~o wfi
doesnerebynom~ate. cg~t~uteandappotn[ ~ 3. S~G~, 30~ ~. G~, L. C&V~ZCB, ~ZZ,
D~V~D ~. ~STS~T. ~Z~ C. gO~, ~ C~Z~ ~ZC~, aZl 0[ the C~C7 o~ ~eff~1le, Scat
~ ...... ~__.::_:__::.___~'~ ............................... each individually if there be more than one namea
ts true and lawful ata~nev-~n-facL to make. execute, seal and deliver on its behalf and as ~ts act and deed any and all bi~nds, undertakings,
recogmzances, co~traG;s,aff~ o~ner wrt~lngs n the na[ure thereof, Aria the execu on o such wn~rngs in pursuance of ~ese prosen[s, snail
b~ as b nd ng ~pon~d Do~pan7 as fu y and amp y as fthey had been du y executed and acknow edged by be eg~&y~eect~of 'icers
of the Company at ~,~nn~paloffice. ' "'-.,
NW~NES~OF theserill F McCranie jr. Vice-Prss~dent. has hereuntO subscribedh~sn~meand~[f~e~thecorDOrate
seal of ~he said IN~A~,COMPANVOFN~THAMERICA t~,s ~Ch. , , ~' ~:, ~s-.:?~ -
of , J~U~Y - . ~ '19 85 ._
COMMONWEAL/H'OF,PENNS {LVANIA
3OUNTY OF PHILADELPHIA
On ~h~s , 9~h . day of J~ A.D ~9 85 . oafcreme a Notary
~ubhC of ~ne Commonwealth of Pennsylvania n and for the COurtly of Phfiad~eh~a came H Vice:Pres~oent
INSURANCE~OMP~ O~ NOR~ AMERICA to me Dersonativ ~nown ~o berne
strumen~ e and that the seah
said C
OF ATT
SEAL
WORKER'S COMPENSATION INSURANCE DECLARATION
Date: August 10, 1987
I am aware of the provisions of Section 3700 of the Labor Code which requires
every employer to be insured against liability for worker's compensation or to
undertake self-insurance in accordance with the provisions of the that code,
and I will comply with such provisions before commencing the performance of
t'qe work of this contract.
LAIDLAW WASTE SYSTEMS
Contractor
State Contractor' s License No.
P.O. BOX 967,
Address
CHULA VISTA CA 92012
C1 ty/State
(619)421-9400
Phone Number
WPC 0029S
-27-
DESIGNATION OF SUBCONTRACTORS
~l Bids received by the City from the contractor should include the
name and the location of the place of business of each subcontractor
who will perform work or labor or render service to the prime
contractor in or about 'the construction of the work or improvement and
shall otherwise comply with the restrictions of Government Code
Section 41uO et. seq. Specific attention should be paid to
Government Code Section 4104, Subsections A and B.
Division of Work Subcontractor & Address Amount of Work by
~b'6'6'6'~t~ctors ~
Dollars
4% Subcontracted SAN DIEGO SWEEPING $9,431.10
P.O.Box 873
Chula Vista CA 92012
DESIGNATION OF SUBCONTRACTORS (CONT.)
d!ivision of Work Subcontractor & Address Amount of Work by
~t'ractOrs i'n
Dollars.
PROPER NAME OF BIDDER: LAIDLAW WASTE SYSTEMS
(BC:SUBS)
REFERENCES
The following are the names, addresses, and phone numbers for three public
gencies for which Bidder has performed similar work within the past two years:
City of Chula Vista
276 Fourth Avenue
Chula Vista CA 92010
Cliff Swanson
(619)691-5027
City of Imperial Beach
825 Imperial Beach Blvd.
Imperial Beach CA 92032
Sherman Stenberg
423-8300
!C 0032S
AFFIDAVIT TO ACCpMPANY PROPOSAL
USE THIS FORM WHEN BIDDER IS A CORPORATION
STATE OF CALIFORNIA) SS.
COUNTY OF San
D~,ck F. Chase Jr. , affiant, the
President, Secretary
Mgr. Officer
Of I~IDLAW WASTE SYSTEMS
or Mgr. Officer Name of Corporatioa
the corporation who makes the accompanying proposal, having first been duly
sworn, deposes and says: that such proposal is genuine, and not sham or
collusive, nor made in the interest or in behalf of any person not therein
named, and that the bidder has not directly or indirectly induced or solicited
any other bidder to put in a sham bid, or any other person, firm or
corporation to refrain from bidding, and that the bidder has not in any manner
sought by collusion to secure for itself an '~~~.
~Signature)
n
STATE OF CALIFORNIA) SS
COUNTY OF SAN DIEqO
On this 7th day of August ' in the year 1987 before
me, CONSTANTINE PAPPAGIANIS personally
appeared, DICK F. CHASE, JR. , personally
known to me (or proved to me on the basis of satisfactory evidence) to be the
person who executed the within instrument as president (or secretary) or on
behalf of the corporation therein named and acknowledged to me that the
corporation executed it.
(This affidavit shall be executed by the successful bidder in accordance with
instructions in the Proposal Requirements of this contract, but bidder may
execute the affidavit on this page at the time of submitting his bid).
.NON-COLLUSION AFFIDAVIT
To the City of Chula Vista, Engineering Department:
The undersigned, in submitting a bid for performing the following work by
contract, being duly sworn, deposes and says:
That he has not, either directly or indirectly entered into any
agreement, participated in any collusion, or otherwise taken any
action in restraint of free competitive bidding and has not accepted
any deposit from any subcontractor or materialman through any bid
depository, the by-laws, rules and regulations of Which prohibit or
prevent the Contractor from consiaering any bid from any
subcontractor or materialman, which is not processed through said bid
depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use th~ facilities or accept
bids from or through such bid depository in connection with this
contract.
LAIDLAW WASTE SYSTEMS
Dick F. Chase Jr.
P.D.BnY q67. Ch,,l~ Vista CA 92012
~siness AddreSs ....
3730 Valley Vista, Bonita CA 92002
.,ace of Residence 5l~natur idder ,/////' .
Attach Proper Notorization
COUNTY OF SAN DIEGO [ SS.
T State, personally appeared p I_CK F. CHASE, JR.
known to me to be the Man_ag~nq 0ffi~er l)(~gand.
its board of directors. i~ / ' CONSTANIINE PAPPAG[ANIS
QUALIFICATIONS OF CONTRACTOR
iChula Vista Sanitary Service, Inc., a wholly owned subsidiary of Laidlaw
Waste Systems, has been providing street sweeping services under contract
to the City of Chula Vista since 1984. Laidlaw Waste Systems recently
acquired GSX Corporation, our former owner, and is presently in the
process of changing the corporate name identification.
We have been providing an extremely high level of street sweeping ser-
vices to the City of Chula Vista since 1984, as attested to by a recent
Citizen Survey made by the City. We attribute this to a strong local
management team which not only works in Chula Vista, but makes their
home here. Also, our sweepers are constantly supervised and immediate
response is possible due to two-way radio communications with our
vehicles.
As stated above, we have been providing street sweeping services under
contract to the City of Chula Vista since 1984, and to the City of
Imperial Beach since 1982. In addition, the company has provided refuse
collection services to the City of Chula Vista for over 30 years, and
to the City of Imperial Beach since 1985.
Listing of Street Sweeping Contracts now in effect:
Contract
Municipality Dates Population Contact/Phone
Chula Vista 9/84-8/87 120,000 Cliff Swanson
Imperial Beach 10/82-12/88 23,000 Sherm Stenberg
EQUIPMENT INVENTORY
See Attached
MAINTENANCE FACILITY
All equipment will be fully maintained at our facility located at 881
Energy Way. This facility was completed in March, 1987, and incorporates
the latest state of the art vehicle maintenance equipment. We employ
a staff of fully trained and competent mechanics. In addition, we
have a sister company, also owned by Laidlaw Waste Systems, located
at 8364 Clairemont Mesa Blvd. in San Diego which will act as a back
up facility in the event it is needed.
FINANCIAL STATEMENT
Attached is the lastest annual financial statement of Laidlaw Waste
Systems, parent company of Chula Vista Sanitary Services, Inc.
CERTIFICATE OF GOOD STANDING
A Certificate of Good Standing from the State of California is enclosed.
This Certificate is in the name of GSX Corporation, and we are in the
process of changing the name to Laidlaw Waste Systems.
!OFFICERS AND KEY PERSONNEL
Following are brief resumes of the key personnel of Laidlaw Waste Systems
who will be responsible for the administration of the Chula Vista
sweeping contract:
Dick F. Chase Jr., District Manager, Laidlaw Waste Systems
Ed Caliri, Division Manager, Chula Vista Division
Mary Thimm, Office Manager-Controller/Chula Vista Division
The address for all above personnel is 881 Energy Way., P.O.Box 967,
Chula Vista, CA 92012 - Phone - (619)421-9400.
RESUMES
Dick F. Chase Jr., District Manager, Laidla~ Waste Systems started
at an early age assisting in the family business. He has served as
swamper, driver, route foreman, manager of Sani-Tainer, and is now
the manager of the Southern California District of Laidlaw Waste Systems.
Mr. Chase has the experience and access to the resources necessary
to assure that the terms of the contract are fulfilled in a timely,
efficient, and sensitive manner.
Ed Caliri, Manager, Chula Vista Division began working for the company
in 1978 as a management trainee after his retirement from the United
States Marine Corps. He became manager in 1979, and has served in
that capicity since that date. Under his management the company has
continued to provide refuse removal services and street sweeping services
to both the City of Chula Vista and the City of Imperial Beach.
Mary Thimm, Office Manager, Chula Vista Division has worked for the
company in various capacities since 1969. She is fully competent to
assist in the continuation of our present office management system
which is now providing courteous and responsive services to the City
of Chula Vista.
The company submits that its local staff, supported by the parent
corporation, has the resources and experience necessary to provide
street sweeping services to the City of Chula Vista in a manner that
is fully responsive to the Contract Documents and completely satisfactory
to the City of Chula Vista officials. We have demonstrated this ability
during the tenure of the present contract with the City.
BID BOND
Attached is a Bid Bond, as specified, in the amount of 10% of the bid,
made payable to the City of Chula Vista/Surety-Insurance Company of
North America.
INSURANCE
Laidlaw Waste Systems will furnish to the City of Chula Vista all
Certificates of Insurance indicating coverages equal to or exceeding
requirements in the Bid Documents within the time frame specified in
the Bid Documents.
PERFORMANCE BOND
Attached is a letter from our surety company stating that the prescribed
Performance Bond will be furnished. Said bond will be delivered to
the City of Chula Vista within the time frame described in the Bid
Documents.
SIGNS
All equipment will carry signs as described in the Bid Documents.
OFFICE
A fully staffed office will be maintained by the company between the
hours of 8 am and 5 pm Monday through Friday. The office will be located
at 881 Energy Way, Chula Vista.
STANDARDS OF PERFORMANCE
Streets will be swept in conformance with the Bid Specifications.
DISPOSAL OF SWEEPING RESIDUE
All residue as a result of street sweeping will be deposited at the
Otay Landfill site, owned by the County of San Diego.
WATER
The Company will make the necessary arrangements to obtain water through
the Sweetwater Authority and the Otay Water Company.
SWEEPING SCHEDULE
The company will provide the Director of Public Works/City Engineer
with a complete street sweeping schedule witKin the time frame described
in the RFP.
EQUIPMENT INVENTORY
Remaining
Year Make/Model Type Useful Life
1987 Mobil AHL-2 Broom 7
1984 Mobil 2-TE-4 Broom 4
1982 Ford Tymco 600 (Back Up) Air 2
Note - Immediately upon award of contract to our company, another Mobil
AHL-2 will be ordered. We anticipate this equipment should be available
for use within 5 to 6 months from placement of order. With the arrival
of the new unit, the Tymco Air Sweeper will no longer be needed as
a back up unit.
Auxilliary Equipment
2 Roll Off Boxes To be placed at locations approved by the City
for temporary storage of sweeping residue.
3 Roll Off Vehicles To be used to transport the residue to the landfill.
All sweepers are now equipped with lights and water systems and
eventually tachographs will be installed as described in the RFP, and
maintained in a manner acceptable to the City of Chula Vista in our
new facility at 881 Energy Way. The present contract does not require,
nor do we have, tachographs on our equipment. Due to the short time
frame between the award and implementation of the new contract at
September 1, this equipment will not be installed on the sweepers at
the start.
Maintenance will be provided by our vehicle maintenance facility, and
all necessary equipment will be availabl% including the following:
2 Service Vehicles For immediate response to mechanical problems
on the route
2 Pick Ups For immediate response to service related problems
on the routes. Along with the management personnel
previously described, there will be a Route
Supervisor available for the purpose of monitoring
the progress of the Sweeping Units.
We feel that the strong maintenance and supervisory support available
to the routes on an immediate response basis is a very real contributing
factor to our excellent reputation in fulfilling the needs of the present
contract and will enhance the service provided under the new contract.
C8[o njcl
r
OFFICE OF THE SECRETARY OF STATE
CERTIFICATE OF STATUS
FOREIGN CORPORATION
1, MARCtl FONG EU, Secretary of State of the State of California, hereby
certify:
Thatonthe 21st dayof December ,1984
GSX CORPORATION
a corporation organized and existing under the laws of De ] a war e
, complied with
the requireraents of California law in effect on that date for the purpose of
qualifying to transact intrastate business in this State; and
That the above corporation is entitled to transact intrastate business in the
State of California as of the date of this certificate subject, however, to any
licensing requirements otherwise itnposed by the laws of this state; and
That no information is available in this office on the financial condition,
business activity or practices of this corporatiou
IN WITNESS WHERF, OF, I execute
titis certificate and affix the Great
Seal of the State of California this
27th dayof July~ 1987
Secretary] of State
EXHIBIT 'A'
SCHEDULE FOR STREET SWEEPING FOR THE CITY OF CHULA VISTA
A, Streets to be swept once every two weeks:
Pre-annexation City Area Subtotal 372.13 curb miles
Montgomery Area Subtotal 32,38 curb miles
TOTAL 404.51 curb miles
NOTE: The above curb miles are an approximation of the total distance
only and represent all curbed City streets except for those indicated in
the categories below. The bid is to include all City streets and the
contractor should verify the amount of sweeping required.
B. Streets to be swept once every week:
Pre-annexation City Area
"C" St.-Broadway to Fourth Ave. 1.00 curb miles
Fifth Ave,-"E" St. to "H" St. 1.50 curb miles
"F" St.-Second Ave. to Hilltop Dr. 0.98 curb miles
Orange Ave.-Albany Ave. to Oleander Ave. 3.26 curb miles
Palomar St.-Bay Blvd. to of Broadway 1.60 curb miles
"J" St.-Hilltop Dr. to Bay Blvd. 3.98 curb miles
"G" St.-Railroad Tracks to Second Ave. 2.72 curb miles
Center St.-Fourth Ave. to Garrett Ave. 0.24 curb miles
Center St.-Third Ave. to Del Mar Ave. 0.25 curb miles
Garrett Ave.-"F" St. to Center St. 0.12 curb miles
Landis Ave.-"E" St. to "F" St. 0.50 curb miles
Church Ave.-"E" St. to "F" St. 0.50 curb miles
"H" Street-Third Ave. to Ridgeback Ln. 4.24 curb miles
Del Mar Ave.-"E" St. to "G" St. 1.O1 curb miles
Park Way-Third Ave. to Fourth Ave. 0.50 curb miles
Otay Lakes Rd.-Bonita Rd. to Telegraph Cyn. Rd. 6.08 curb miles
Telegraph Cyn. Rd.-Nacion Ave. to Rutgers Ave. 8.36 curb miles
"L" St.-Third Ave. to Nacion Ave. 3.20 curb miles
- "E" St.-Second Ave. to Flower St. 1.35 curb miles
- Hilltop Dr.-"F" St. to Main St. 7.08 curb miles
Otay Valley Rd.-Brandywine Ave. to Main St. 1,53 curb miles
- Bonita Rd.-Flower St. to Plaza Bonita Rd. 1.O1 curb miles
Subtotal 51.01 curb miles
Montgomery Area Streets None
TOTAL 51.01 curb miles
C. Streets to be swept twice per week:
Pre-annexation City Area
- Fourth Ave.-Trousdale Dr. to Kittiwake Ln. 5.30 curb miles
- Commercial Alleys 2.47 curb miles
Alley West of Third Ave.-"E" St. to "F" St.
Alley East of Third Ave.-"E" St. to "F" St.
and "F" St. to Madrona St.
Alley North of "G" St.-Del Mar Ave. to
Second Ave.
Alley North of "H" St.-Broadway to Fifth Ave.
Alley South of "E" St.-Fourth Ave. to Glover Ave.
Alley East of Church Ave.-"E" St. to Davidson
St.; Center St. to Madrona St. and Madrona St.
to South End
Subtotal 7.77 curb miles
Montgomery Area None
TOTAL 7.77 curb miles
D. Streets to be swept three times per week:
Pre-annexation City Area
Broadway-"C" to Moss St. 5.00 curb miles
Broadway-Naples St. to Oxford St. 0.50 curb miles
Third Ave.-"C" St. to "L" St. 4.78 curb miles
"E" St.-Bay Blvd. to Second Ave. 2.99 curb miles
Davidson St.-Fig Ave. to Del Mar Ave. 1.O0 curb miles
"F" St.-Broadway to Second Ave. 2.01 curb miles
Madrona Ave.-Third Ave. to Del Mar Ave. 0.27 curb miles
"H" St.-Rohr Entrance to Third Ave. 2.48 curb miles
"I" St.-Broadway to Fifth Ave. 0.51 curb miles
Fifth Ave.-"H" St. to "I" St. 0.50 curb miles
Subtotal 20.04 curb miles
Montgomery Area
Broadway-Moss to Naples 0.50 curb miles
Broadway-Oxford to Main 1.76 curb miles
Fourth/Hermosa-Kittiwake Ln. to Main St. 3.24 curb miles
Third-"L" St. to Main St. 3.74 curb miles
Palomar-Third to Broadway 1.51 curb miles
Main St.-Industrial Blvd. to Hilltop Dr. 3.80 curb miles
Main St.-Hilltop Dr. to Otay Valley Rd. 1.03 curb miles
Subtotal 15.58 curb miles
TOTAL 35.62 curb miles
-2-
~E. Center islands and medians swept once per month:
NOTE: All painted center medians listed below are to
be swept with two passes; one pass on each side.
Pre-annexation City Area
Otay Lakes Rd. at Bonita Rd. .03 pass miles
Otay Lakes Rd. at Telegraph Cyn. Rd. .07 pass miles
Bonita Rd. at Willow Rd. .16 pass miles
East "H" St.-920 Feet West of Buena Vista
St. to Otay Lakes Rd. 1.28 pass miles
East "H" St.-Otay Lakes Rd. to EastLake St. 2.64 pass miles
East "H" St.-West Ramp of 1-805 to 2000 feet
East of Ridgeback Dr. 2.44 pass miles
Buena Vista Way and Telegraph Cyn. Rd. .07 pass miles
Telegraph Cyn. Rd.-Nacion Ave. to 1800 feet
East of Paseo Ladera 3.67 pass miles
Main St.-1470 feet West of Melrose (Rios) to
400 feet west of Oleander Ave. 1.25 pass miles
Broadway-"C" St. to "E" St. 1.O0 pass miles
Bay Blvd.-north and south of "L" St. .52 pass miles
Broadway-Napl es St, to Oxford St. .49 pass miles
Broadway-South of "L" St. to Moss St. .32 pass miles
Orange Ave.-640 Feet East of Albany to Oleander
Ave. 2.93 pass miles
Park Way-Third Ave. to Fourth Ave. .50 pass miles
Fourth Ave.-Trousdale Dr. to South of "C" St. .54 pass miles
Third Ave.-"F" St. to Madrona St. .25 pass miles
Third Ave.-Sea Vale to "D" St. .16 pass miles
Bonita Rd.-300 Feet West of Willow to Otay
Lakes Rd. (except for raised median) 1.18 pass miles
Bonita Rd.-Bonita Glen Dr. to Plaza Bonita Rd. .72 pass miles
"J" St.-Floyd Ave. to Cassia Place .39 pass miles
"J" St.-Broadway to Tidelands Ave. 1.47 pass miles
Subtotal 22.08 pass miles
Montgomery Area
Broadway-south of "L" Street to South City limits 3.63 pass miles
Subtotal 3.63 pass miles
TOTAL 25.71 pass miles
-3-
F. Center lines to be swept once per month:
?
NOTE: All painted center lines listed below are to be
swept with one pass.
Pre-annexation City Area
- "E" St./Bonita Rd.-Bay Blvd. to Bonita Glen Dr. 2.30 pass miles
- "H" St.-Bay Blvd. to West Ramp of 1-805 2.46 pass miles
- "L" St.-Bay Blvd. to Nacion Ave. 2.74 pass miles
- Broadway-"E" St. to South of "L" St. 1.83 pass miles
Fourth Ave.-"C" St. to Westby St. 2.34 pass miles
- Third Ave.-"C" St. to "E" St. 0.63 pass miles
Third Ave.-Madrona St. to "L" St. 1.36 pass miles
- Hilltop Dr.-"F" St. to Naples St. 1.99 pass miles
Otay Lakes Rd.-"H" St. to Telegraph Cyn. Rd. 0.64 pass miles
Subtotal 16.29 pass miles
Montgomery Area
Fourth Ave.-Westby St. to Main St. 1.44 pass miles
Third Ave.-"L" St. to Main St. 1.32 pass miles
Palomar St.-Third Ave. to 800 ft. West of 1.14 pass miles
Broadway
Main St.-I-5 to 300 ft. West of Broadway 1.09 pass miles
Main St.-Hilltop Dr. to 1470 ft. West of 0.37 pass miles
Melrose (Rios)
Subtotal 5.36 pass miles
TOTAL 21.65 pass miles
G. Center lines to be swept once per week.
NONE
H. Non-curbed streets to be swept once per month:
Pre-annexation City Area
"D" St.-Minot Ave. to Second Ave. 0.31 pass miles
Bay Blvd.-"H" St. to "j" St. 1.04 pass miles
Bay Blvd.-"j" St. to "L" St. 0.52 pass miles
(East side only)
"H" St.-2000 feet East of Ridgeback to 920 1.62 pass miles
ft. West of Buena Vista (north side only)
East Park Ln.-"E" St. to "F" St. 0.50 pass miles
East Park Ln.-330 ft. North of Halsey St. 0.38 pass miles
to "J" St.
-4-
Industrial Blvd.-"L" St, to Palomar St. 0.84 pass miles
(east side only)
Moss St.-Third Ave. to Alpine Ave. 0.37 pass miles
(north side only}
Moss St.-Alpine Ave. to Naples St. 0.19 pass miles
Alpine Ave.-Moss St. to Naples St. (east 0.03 pass miles
side only)
Naples St.-Tobias Dr. to Alpine Ave. 0.47 pass miles
Naples St.-Alpine Ave. to Del Mar Ave. 0.29 pass miles
(south side only)
Naples St.-Del Mar Ave. to Third Ave. 0.17 pass miles
Rios Ave.-Otay Valley Rd. to 880 ft. south 0.17 pass miles
of Otay Valley Rd. (west side only)
Subtotal 6.90 pass miles
Montgomery Area
Otay Valley Rd.-Date St. to Rios Ave. 0.41 pass miles
Albany Ave.-Orange Ave. to Tremont St. 0.25 pass miles
(west side only)
Ada St.-Bay Blvd. to Frontage Rd. 0.26 pass miles
Alpine-Naples St. to Oxford St. 0.51 pass miles
Anita St.-Pacific Ave. to West Frontage Rd. 0.16 pass miles
Anita St.-East Frontage Rd. to Industrial Blvd. 0.55 pass miles
Arizona St.-1230 ft. West of Broadway to Broadway 0.47 pass miles
Bay Blvd.-Palomar St. to 440 feet South of Ada 0.42 pass miles
(S.D.C.L.)
Colorado Ave.-Moss St. to Naples St. (west side 0.25 pass miles
only)
Cedar Ave.-"L" St. to 300 ft. South of "L" O.11 pass miles
Center St.-Main St, to Britton St. 0.15 pass miles
- Date St.-Main St. to 1753 ft. South of Main St. 0.66 pass miles
Del Mar Ave.-Naples St. to Oxford St. 0.50 pass miles
Del Monte Ave.-Alvoca Way to Main St. 0.15 pass miles
(east side only)
Dixon Dr.-Naples to 630 ft. South of Naples 0.24 pass miles
Dixon Dr.-450 ft. North of Oxford to Oxford 0.17 pass miles
Dorothy St.-Pacific Ave. to W. Frontage Rd. 0.13 pass miles
- Elm Ave.-Naples St, to Oxford St. 0.50 pass miles
~ Elm Ave,-Amy St. to Glenhaven ~ay 0.06 pass miles
- Emerson St.-Third Ave. to First Ave. 1.O0 pass miles
Emerson St-Fifth Ave. to 570 feet East of 0.22 pass miles
Fifth Ave.
Emerson St.-320 ft. West of Fourth Ave. to 0.12 pass miles
Fourth Ave.
- Faivre St.-550 ft. West of Jacqua St. to 0.93 pass miles
Broadway
- Fifth Ave.-Westby St. to Naples St. 0.42 pass miles
(west side only)
- Fifth Ave.-Naples St. to Palomar St. (east 0.50 pass miles
side only)
~5-
Fifth Ave.-Palomar St. to Orange Ave. 0,26 pass miles
First Ave.-Naples St. to Palomar St. 1.O1 pass miles
- Fresno Ave.-Anita St. to Main St. 0.50 pass miles
Glenhaven Way-Elm Ave. to First Ave. 0.33 pass miles
- Amy St.-90 ft. West of Elm Ave. to Elm Ave. 0.03 pass miles
Industrial Blvd.-Palomar St. to Main St. 1.31 pass miles
Jefferson Ave.-Moss St. to Crested Butte St. 0.12 pass miles
(east side only)
Lotus Dr.-Sycamore Dr, to Spruce Rd. 0.40 pass miles
Mace St.-Main St. to Britton St. 0.14 pass miles
Maple Dr.-Spruce Rd. to Main St. 0.08 pass miles
- Mont9omery St.-Hermosa Ave. to Fresno Ave, 0.14 pass miles
Isouth side only)
- t~oss St.-Industrial Blvd. to Colorado Ave, O. lO pass miles
- Moss St.-Broadway to 650 ft. East of Broadway 0.12 pass miles
(south side only)
- Oxford St.-Fifth St. to Fourth St. 0.51 pass miles
Oxford St,-Third Ave. to Alpine Ave. 0.83 pass miles
- Oxford St.-500 ft. West of Hilltop Drive to 0.19 pass miles
Hilltop Drive
Oxford St,-Hilltop Dr. to 650 ft. East of 0.12 pass miles
Hilltop Dr. (south side only)
- Palm Ave.-Otay Valley Rd./End 0.64 pass miles
- Queene Anne Dr.-Fifth Ave. to Fourth Ave. 0.50 pass miles
- Quintard St.-Orange Ave. to Third Ave. 0.22 pass miles
(south side only)
- Second Ave.-Naples St. to Kennedy St. 0.75 pass miles
- Seventh St.-Main St. to 300 ft. South of O.11 pass miles
Main St.
- Silvas St.-Anita St. to Main St. 0.51 pass miles
- Spruce Rd.-Walnut Dr. to Maple Dr. 0.60 pass miles
- Sycamore Dr.-Spruce Rd. to Main St, 0.41 pass miles
- Sycamore-Walnut Dr. to cul-de-sac 0.18 pass miles
- Tobias Dr.-Naples St. to Oxford St, 0.50 pass miles
- Tobias Dr.-Oxford St, to 650 ft. South of Oxford 0.25 pass miles
- Tremont St.-550 ft. West of Hermosa Ave. to 0.22 pass miles
Hermosa Ave.
- 27th St,-Main St. to Faivre St. 0.25 pass miles
- Twin Oaks Ave.-Naples St. to Oxford St. 0.50 pass miles
- Valley-Date/Palm 0.25 pass miles
- Welton St.-500 ft. West of Fifth Ave. to 0.19 pass miles
Fifth Ave.
- Wykes St.-500 ft. West of Fifth Ave. to 0.19 pass miles
Fifth Ave,
- Del Monte-Alvoca Way to end 0.07 pass miles
- Britton~150 ft. East of Mace to Mace 0.06 pass miles
- Orange Dr.-Spruce to Sycamore 0.32 pass miles
- Walnut-Main to Main (all) 1.59 pass miles
Subtotal 23.64 pass miles
TOTAL 30.54 pass miles
-6-
~ Parking lots to be swept once per week:
237,232 sq. ft. of golf course and park parking
lots to be swept once per week including the
following:
General Roca Park 36,010 sq. ft.
Golf Course 108,518 sq. ft.
Rohr Park 92,704 sq. ft.
TOTAL 237,232 sq. ft.
J. Parking lots to be swept once per month:
Civic Center area (see attached map)
- Public Services, - Area A lO,08O sq. ft.
- Memorial Way - Area B 16,640 sq. ft.
- Police Dept. - Area C lO,08O sq. ft.
- Public Services - Area D 16,480 sq. ft.
- Fire Station No. 1 - Area E 32,480 sq. ft.
- Fire Station No. 1 - Area F 18,560 sq. ft.
- Legislative Offices ~ Area G 10,560 sq. ft.
- Police Dept. - Area H 23,360 sq. ft.
Subtotal 138,240 Sq. ft.
Other parking lots to be swept once per month:
Landis and Davidson, north side 25,520 sq. ft.
Landis and Davidson, south side 12,932 sq. ft.
Memorial Park/Parkway Gym 20,913 sq. ft.
Norman Park Center 13,200 sq, ft.
Halecrest Park 5,797 sq, ft.
Greg Rogers Park 22,914 sq, ft.
Palomar Park 14,190 sq, ft.
Rienstra Park/Max Field 85,083 sq, ft.
Loma Verde Park 88,468 sq, ft.
SDG&E Park on Hilltop at Rienstra 11,329 sq, ft.
Hilltop Park at Telegraph Cyn. 10,877 sq. ft.
Bayfront Park 15,000 sq, ft.
Library Park 59,864 sq, ft.
Subtotal 386,087 sq, ft.
TOTAL ITEM K 524,327 sq. ft.
WPC 0033S
-7-
ARr~ ~
FIG AVE.
Publi
Fire Dept. Health'
Administration
Office~
ARF--A
Public Services
Police Department
AREA 'A' ARf,~ C
FOURTH AVE. t:!!~ ':! i
CITY OF CHULA VISTA
DISCLOSURE STATEMENT
Contractor's Statement of Disclosure of Certain Ownership Interests on all contracts
which will require discretionary action on the part of the City Council, Planning
Commission, and all other official bodies.
The following information must be disclosed:
1. List the names of all persons having a financial interest in the contract i.e.,
contractor, subcontractor, material supplier.
San Diego Sweeping
2. If any person identified pursuant to (1) above-is a corporation or partnership, list
the names of all individuals owning more than 10% of the shares in the corporation
or owning any partnership interest in the 3artnership.
Laidlaw Waste Systems M~chael DeOroot
San Diego Sweepin~ Steve Reid ..
If any person identified pursuant to {'l) above is a non-profit organization or a
trust, list the names of any person serving as director of the non-profit
organization.or as trustee or beneficiary or trustor of the trust. "
~' Have you had more than $250 worth Sof business transacted with a~ member of the Ci~
'staff, Boards, Commissions, Committees and Council within the past twelve months?
~s _ No X If yes, please indicate person(s}
Person is defined as: 'aAny individual, rim, copartnership, joint venture, association,
~ club, fraternal organization, corporation, estate, trust, receiver, syndicate,
this and a~ other count, city and count, 'ci~, municipality, district or other
political subdivision, or any other.group or combination acting as a unit."
(N6TE: Attach additional pages as necess .
" " 9/10/87
Si!)nt~ure of contractor/date -
Ed Caliri fo~' Laidlaw Waste Systems
1" 1281 E 'Print or ~pe name of contractor