Loading...
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above and foregoing is o full, true and correct copy of RESOLUTION N0. 13251 ,and that the some has not been amended or repealed DATED ~ City Clerk CIIY OF CHUIA VISTA CC-660 AGREEMENT THIS AGREEMENT, made and entered into this lSth day of September , 1987, by and between the City of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