HomeMy WebLinkAboutReso 1984-11730
RESOLUTION NO.
11730
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CHULA
VISTA APPROVING AGREEMENT BETWEEN THE CITY OF CHULA
VISTA AND CHULA VISTA SANITARY SERVICES, INC.
TO PROVIDE STREET SWEEPING SERVICES
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 corporation, and CHULA VISTA SANITARY
SERVICES, INC. to provide street sweeping services
dated the 14thday of August 1984, 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
Chula Vista be, and he
execute said agreement
Vista.
RESOLVED that the Mayor of the City of
is hereby authorized and directed to
for and on behalf of the City of Chula
Presented by
Approved as to form by
f'-L~ ~ ;::/,;~~~y
John P. Lippitt, Director
of Public Works
. I /
. / ',/(
'?~/ <(')/c"cZ//.V2!
Thomas J. Har~n, City
Attorney
\.J1 -..//
".l /'
II J~~_./
I!-el!!~<v /J~: areC-d-L'?C7 ~#~4" ~~
..$ L<<r~p. 19.f'~, ~...;r~?e"",. /.2/56 h</
I, /f'/~
<1~-fs': II
ADOPTED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF
HULA VISTA, CALIFORNIA, this 14th day of August
:l 84
IYES:
IAYES:
IBSTAIN:
,BSENT:
, by the following vote, to-wit:
Malcolm, Moore, Cox
Councilmen
Councilmen
None
COI.flcilmen
Scott
Councilmen
McCand1iss
L . ,1 (1
Ma~he City of Chula Vista
.TTEST
/
TATE OF CALIFORNIA )
OUNTY OF SAN DIEGO ) s s.
ITY OF CHULA VISTA
I, JENNIE M. FULASZ, CMC, CITY CLERK of the City of Chula Vista, California,
o HEREBY CERTIFY that the above and foregoing is a full, true and correct copy of
RESOLUTION NO. 11730
. and that the same has not been amended or repealed.
ATED
( seal)
City Clerk
:C-660
AGREEMEN T
THIS AGREEMENT, made and entered into this 14th day of Auaust ,
1984, by and between the City of Chula Vista, Cal Hornia, a Municipal
Corporation, hereinafter designated as "CITY," and CHULA VISTA SANITARY
SERVICES, INC., a Cal Hornia 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
convenants herein contained, the parties hereto agree as follows:
1. TERM OF AGREElvlENT
The term of this Agreement shall be for a periOd commencing on
September 1, 1984, and expiring on August 31, 1985, except where
terminated as provided in Para9raph 15 of this Agreement. City shall
have the sole option to extend agreement for two additional years on
a year to year basis. If the contract is extended, the unit prices
shall be adjusted based on the annual change of the San Diego
Metropolitan Consumer Price Index (all urban) for the San Diego area
not to exceed 6% per year. Contractor and City may further extend
agreement, by mutual agreement on a year-to-year basis, for an
additional two years in ~/hich case the sweeping costs would be
renegoti a ted.
2. COMPENSATION
For all of the services \/hich Contractor is obligated to perform
under the terms of this Agreement, the City shall pay to the
Contractor the sum of $134,788 divided into twelve equal payments.
The Contractor shall provide sweeping as specified and additional
street s~/eepin9 service not otherwise specified at the rate of $30
per hour or $11 per curb mil e when requested by the Director of
Public Works/City Engineer. Contractor shall submit all billings for
tile preceeding month prior to the first Wednesday of each month.
Payments \/ill be mailea by the second Friday of each month.
3. CONTRACT DOCUMENTS
That the comp1 ete contract between tile parties shall consist of this
agreement and the Contractor's proposal. The Contractor's proposal
is inc1 Udea as Exhibit A.
- 1 -
R-1l730
In the event of conflict uetween the terms of the proposal and this
agreement, the agreement shall take preceaence.
4. DUTY OF CONTRACTOR
During the term of this Agreement, Contractor shall sweep public
streets in the City in accordance wi th the approved schedul e. Where
inclement weather, as determined by the Oirector of Public Works/City
Engineer, prevents adherence to the regular sweeping schedule for two
or less oays in a given week, the sl/eeping 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 uy such incl ement \leather llithout additional charge.
When any hol i day or observance as speci fied in the Government Code of
the State of California occurs on a regular scheduled sweeping day,
said sweeping area shall be swept within two days from the regularly
schedul ed sweepi ng day without interrupti on in the regul ar sweeping
schedule. The Contractor has the option to sweep on designated City
holidays.
In the event the Contractor is prevented from compl eting the s\leeping
as provided in the schedule because of reasons other than inclement
weather, he shall be required to compl ete 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. The Contractor shall submit reports to the Director of
Public Works/City Engineer shOlling those streets on the schedule
which the Contractor was unable to sweep.
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. Contractor shall use that
street sweeping equipment that is necessary to clean the streets of
the City of paper, dirt, rocks and aebris. The machinery and
equipment used by the Contractor in the furtherance of this Agreement
shall be modern, cl ean and maintained in proper working condition at
all times. Usage of said equipment shall not violate the Chula Vista
Noise Ordinance.
Nothing herein shall preclude the Contractor from substituting other
equal equipment due to maintenance or other factors upon prior notice
to the City. All equipment shall be available for inspection by the
City upon 24 hours notification to the Contractor. Equipment used by
the Contractor for \lork to be done under this Agreement shall not
exceed six years in age, unless certification is presented by
Contractor and approved by Director of Public Works/City Engineer,
that equipment has been completely overhauled and/or rebuilt.
Tile parties agree and intend that the relationship created by this
Agreement is that of employer-independent contractor.
.,.)C
\ .
r--:'
o
- ~ -
6. SCHEDULE
The sweeping schedule ~/hich the Contractor shall follow shall be a
schedule approved by the Director of Publ ic Works/City Engineer. The
hours during which the sweeping shall be performed shall be approved
by the Director of Public Works/City Engineer. The Contractor may be
required to do early morning sweeping by the Director of Public
Works/City Engineer including but not limited to Major Streets. No
slleeping in residential areas shall be started prior to 7:00 a.m.
7. DISPOSAL OF SWEEPING
Contractor shall dispose of all refuse co11 ected by haul ing the same
to legally established disposal areas. Transfer points for storage
of sweepings must be approved by the Director of Publ ic Works/City
Engineer and shall in no case be stored in the City in excess of 7
days.
8. WATER
The Contractor stlall 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.
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 all eys, or park ing lots, any
additional sweeping which is required of Contractor shall be paid for
at tile curb mile rate specified in Paragraph 2 ($11 per curb mile).
Any special sweeping required by the Director of Public Works/City
Engineer shall be paia for at the hourly rate specified in Paragraph
2 ($30 per hour). Contractor and City agree that amount paid per
Paragraph 2 at start of contract shall inc1 ude all streets in City
currently being swept by City forces as of August 31, 1984.
10. SIGNS
The Contractor shall place signs approved by the Director of Public
Works/City Engineer on the street sweeping equipment used in the
performance of the lIork, which signs shall be visible from both sides
of the vehicles and shall read "Under Contract to the City of Chula
Vista. "
11. FAITHFUL PERFO~JANCE BOND
The standards of performance which the Contractor is obligated to
perform hereunder are the standards which are considered to be good
street sl/eeping practices and shall be subject to the approval of the
Director of Public Works/City Engineer.
- 3 -
,t-
v.- \\\. '
Tile Contractor sllall maintain in full force and effect during the
term of tllis agreement, a Bond for Faitllfu1 Performance from a
corporate security satisfactory to the City. Said corporate security
shall be duly authorized to do business in tile State of Ca1 ifornia.
Said Performance Bond shall be in the amount of $150,000.
12. ASSIGN~IENT
lhe 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 HARMLES S
All officers, agents, employees, subcontractors, their agents, and
officers and employees I;ho 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 1I01d lIarm1ess the City and its officers, agents
and employees from any and all lawsuits, damages, liability, claims
or costs of any nature whatsoever aris ing out of or resu1 ting from,
either directly or indirectly the performance pursuant to this
agreement, to the maximum extent all owed by law.
14. INSURANCE
The Contractor shall secure, maintain in full force and effect, and
bear the cost of complete Workmen's Compensation Insurance, in
accordance with the Labor Code for the duration of the contract and
shall furnish to the City of Chu1a Vista, prior to the execution of
this agreement, a Certificate of Insurance whicll meets tile
requirements of the Labor Code. The City, or any of its officers or
employees, lIil1 not be responsible for any claims or suits in law or
equity occasioned by tile fail ure of the Contractor to comply with the
provisions of tllis paragraph.
llle Contractor shall maintain in force pub1 ic 1 iabi1 ity and property
damage insurance llith aggregate limits of $5,000,000.
The Contractor shall file with the City of Chu1a Vista prior to
execution of this agreement, a certificate issued by the lnsurance
carrier certifying that the stipulated insurance policies are in
effect and that SIXTY (60) days written notice will be given to the
City prior to cancellation thereof. The City of Chu1a Vista shall be
named as additional insured.
15. TER~1l NA nON
A. Oefau1 t
1.
Tile City may, by
termi na te the lllio 1 e
Con tr actor fa i 1 s to
Iwitten noti ce to the Contractor,
or any part of this contract if the
perform any of the provisions of this
- 4 -
'1,C'
~\\\"
\d-
agreement, or so fa il s to prosecute the work as to endanger
performance of this agreement in accordance with its terms,
and in ei ther of these two circumstances does not cure such
failure within a period of ten (10) days (or such longer
period as the City may authorize in writing) after receipt
of notice from the City specifying such fail ure.
2. In the event the City terminates this agreement in whole or
in part as provided in this section, it may procure, upon
such terms and in such manner as the City may deem
appropriate, work similar to the work so terminated and the
Contractor shall be 1 iab1e to the City for any excess costs
for such similar work; provided that the Contractor shall
continue the performance of thi s agreement to the extent
not terminated under the provisions of this clause.
B. Any termination shall be effected by del ivery 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 \~ork under the agreement on the date and to the
extent specified in tile Notice of Termination.
2. Place no further orders or subcontracts for materials,
services or facil ities, except as may be necessary for
comp1 eti on of such porti on of the \~ork under the agreement
as is 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. Sett1 e all outstanding 1 iabi1 ities 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.
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. Suctl 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.
- 5 -
'\'t'
/\
\l-- \ \
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 maoe and as further reduced by the agreement price of
\lor~ not compl eted.
E. The foregoing provisions are in addition to and not in
limitation of any other rights or remedies available to the City.
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 del ivered
or mailed to such party at its respective address, as follows:
CITY:
City of Chula Vista
276 Fourth Avenue
Chula Vista, CA 92010
CONTRACTOR:
Chula Vista Sanitary Services, Inc.
311 "F" Street
Chula Vista, CA 92012
17. LITIGATION
In the event that 1 itigation is commenced to interpret or enforce the
terms of this Agreement, the prevail ing parties shall be entitled to
an award of Attorney's fees and costs.
IN WITNESS WHEREOF, the parti es hereto have executed an Agreement in
dupl icate at Chula Vista, Cal ifornia, the day and year first above written.
CITY OF CHULA VISTA
A Municipal Corporation
I '
), j(/' ,r,
/,-'., (
/ 'JL('fai-~
Gregory R( : , Mayor '
, "
(,/
l
Chul a
. '
. _. ./z<,v ../
.?'T(" t (. f ~ _,<7-
Vista Sanitary Servlce,
Inc.
APPROVED AS TO FOR~I:
,
" , '"
Th'omas J. Harron, City Attorney
WPC 03880
- 6 -
-::;c - (/750
EXHISI'f
PROPOSAL TO THE CITY COUNCIL
CITY OF CHULA VISTA, CALIFORNIA
FOR
_.oil.' -
STREET SWEEPING SERVICES
NAME OF PROPOSER
Chula Vista Sanitary Service, Inc.
BU SI NESS ADDRESS
PLACE OF RESIDENCE
311 F St., P.O.Box 967, Chula Vista CA 92012
311 F St., P.O.Box 967, Chula Vista CA 92012
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
proposa 1 is made wi thout co 11 us i on wi th any other person, fi rm, 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
materials 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 fi gures, the words shall govern and the
figures shall be disregarded.l
A v(.~lt;r;ed \..h~\..ks properl) ,"a~e payaBle te tt:le C;ty af f:Rf::Ila Vitti'
fm-
A *bond in favor of the City of Chula Vista for
10% of Bid Amount dollars ($
.l
I s attached hereto to guarantee the sel ected proposer wi 11 enter into a
contract with the City of Chula Vista in accordance with the proposal
submitted.
*Strike out inapplicable phrase.
- 16 -
,\'li
9-/\\
PROPOSAL FOR STREET SWEEPING SERVICE
The undersigned hereby agrees to perform street sweeping services for the City
of Chula Vista in accordance with the Request for Proposal
dated May 4, , 1934.
Al ternative A, Lump Sum Bi d:
Commercial Streets three (3) times per week and residential streets,
centerlines, center islands and medians once every two weeks as designated in
Section 3, Agreement, Paragraph 6. All parking lots shown on Attachment "A"
shall be swept once per month with the exception of the parking lots at the
Golf Course, Rohr Park, and General Roca Park which shall be swept once per
week.
Commercial
Residential/Center
Parking Lots
Lump SUM
Year 1
$44,640.
$87,138.
$3,000
$134,778.
Additional Sweeping:
Year 1
Per Hour
Per Curb-Mil e
$30.
$11.
Al ternati ve B, Lump Sum Bi d:
Commercial streets three (3) times per ueek and residential streets,
centerl ines, center i sl ands and medi ans once per month. All park i ng lots
sholln on Attachment "A" shall be s~lept once per month with the exception of
the parking lots at the Golf Course, Rohr Park, and General Roca Park which
shall be swept once per week.
Commercial
Residential/Center
Parking Lots
Lump Sum
Year 1
$44,640.
$38,124.
$3,000
$85,764.
Additional Sweeping:
Per Hour
Per Curb-Mil e
Year 1
$30.
$11.
- 17 -
'9 <\\~>~
Al ternative C, Lump Sum Bi d:
Commercial streets three (3) times per week, Residential Streets once every 44
days and centerl ines, center islands and medians once per month. All parking
lots shown on Attachment "A" shall be swept once per month with the exception
of the parking lots at the Golf Course, Rohr Park, and General Roca Park which
shall be swept once per week.
CQrnmerc i a 1
Residential/Center
Park i ng Lots
Lump Sum
Year 1
No Bid -
Additional Sweeping:
Per Hour
Per Curb-Mi 1 e
Year 1
- 13 -
,,\'~.,c'
9--\'
PROPOSAL FOR STREET SWEEPING SERVICE
Attachment to Page 17, Bid Numbers in words
Alternative A - Year 1
Commercial:
Residential/
Center
Forty four thousand,
six
hundred forty dollars.
Parking
Eighty seven thousand, one hundred thirty eight
dollars.
Lots:
Three thousand dollars.
Lump Sum
One hundred thirty four thousand, seven hundred
seventy eight dollars.
Alternative B, Year 1
Commercial: Forty four thousand, six hundred forty dollars.
Residential/
Center: Thirty eight thousand, one hundred twenty four
dollars.
Parking Lots:
Three thousand dollars.
Lump Sum:
Eighty five thousand, seven hundred sixty four
dollars.
Additional Sweeping
Alternatives A & B
Per hour
Per Curb-Mile
Year 1
$30.
11.
C'
{\e
9--\
The undersigned further agrees that in case of default in executing the
required contract, with necessary bonds, within twenty days, after having
received notice of award that the proceeds of the cash, check or bond
accompanying his bid sha1~ome the property of th,e City of Chu1a Vista.
{ ,/ ) / ;:/;///
Signature of Bidder ~ ~ / c~~7;::~
(If an individual, so state. If a firm or co-partnership, state the firm name
and give the names of all individual co-partners composing the firm. ,If a
corporation, state legal name of corporation, also names of president,
secretary, treasurer, and manager thereof.)
Chu1a Vista Sanitary Service, Inc.
r~l;fnrMi~ rnrrnr~t{Q~ N9 3292gS0
Dick F. Chase Jr., President
Ed Caliri, V.President/Treasurer/Manager
Mary Thimm, Secretary
Buslness Address
311 F St., P.O.Box 967,
Chu1a Vista CA 92012
Phone
(619)427-7700
Dated:
s- ,;) J - ,~?y
i98<+
(
"'" '--1:7
d c'.c) ,-',
,
c;;'"
Place ot ReSldence
Subscribed and sworn to me before this
Notary Public in and for the County of- , ,
day of \ "C': \ , 19;'c/.
'r'" 'I State of'Califor~
\
( , \ .
\
"{'\
"\
I
\/
'- I l '\
.
\,r,
'\'_Ali._I, .:.::.
Notary PullllC
1 .cO. OFFICIAL SEAL
II . ..-.. ., CONSTANTINE PAPPAGIANIS
! 1 m. .: NOTARY PUBUC - CALIFORNIA
,.. I ~ S.a.N DlFr:O CO' JNTY
.:_~~"~::'~ "~ ~_ ~v .r':m~~x~;::~ ~~,"~5, _29~8 ~'
- 19 -
"I:'
,,<"\"
y.-:'
BID BOND
FOR
STREET SWEEPING SERVICES
.D l:.:D;l,'-11
:rvi '.;,
" -,-. ~ '; (:;
KNOW ALL lJEN BY THESE PRESENTS that..,';..':! "'1"0",'11".
, as BIDDER, and
~:,1_,. _ ':LI }i'-:.:,(. ( ":-:"'L~ ;.;':i:")-":.::'" , as SURETY, ar~
neJd finnly bound unto the CIty of Chula 'VIsta, as AGENCY, in the penal sum
of C'" ,. 1"".'ct ,.,' ,,: ;"" , .. dollars ($':t,. Eh'
which IS ten percent of the total amount bId by BIDDER to AGENCY for the above
stated project, for the payment of which sum, BIDDER and SURETY agree to be
bound, jointly and severally, finnly by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to
submit a bid to AGENCY for the above stated project. If said bid is rejected,
or If ,sa i d bi d is accepted and a contract is awarded and entered into by
BIDDER in the manner and time specified, then this obligation shall be null
and void, otherwise it shall remain in full force and effect in favor of
AGENCY.
IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and
seals this day of , 1984.
BIDDER
,..;:ti'. c ",'.'
d/~~
~\' :
;URETY
r' 1 '':1':',''''"
!>:"'~'"'
-, -~, ,.,
_I~'
z__.
.....,."
:::Jv: ....
~"""-T"'"
d~
- ,
~r~M~~
cknO\~ledgment of Execution by BIDDER and SURETY, in the proper fonnat, shall
e attached to this bond.
\,\'!)C
\2-'\
- 20 -
tillul
~~~~L"'I~I"Y
ST. PAUL FIRE AND MARINE INSURANCE COMPANY
385 Washington Street, St. Paul, Minnesota 55102
CERTIFICATE OF
AUTHORITY NO.
GENERAL POWER OF ATTORNEY - CERTIFIED COPY
(Original on File al Home Office of Company. See Certification.)
.Ll
_\.,)
W ALL MEN BY TIIESE PRESENTS: That 51. Paul Fire and Marine Insurance Company, a curpnration org.mizcd and existing under the laws or the State
nncsota, and having its principal office in the City ()f St. Paul, Minnc<.;ota, docs herehy constitute and appoint:
D. W. Wettersten, Charles L. Hezmalhalch, Glenn G. Parker,
Paul T. Coughlan, individually, Brea, California
ue and Ia\vful atlOrncy(sHn-facl to execute, seal and deliver for ;tnd un its behalf as surety, <lilY and <J1l bonds and undertakings, recognizances, contracts of
'mity and uther writings obligatory' in the ll<.Jturc thereof. which <He or may be allowed, required or permitted by law, st::llute, rute, regulation, contract or
WIse,
UNLIMITED AS TO CHARACTER AND AMOUNT
hl' execution of all such instrument(s) in pursuance o! Ihese prl'senls. shall be as bindill~ U~)()1l said St. Paul Fire and Marine Insurance Company, as fully
rnply, to all intents and purpllses, as if the saIne had he en duly exel'uted and ackno\',.'lcdged by its regularly eJected officers at its principal office.
Power of Attorney is executed, and lllay be l'ertified tn and lllay he revoked, pursuant to and by authority of Article V,-Section 6(C), of the By-Laws
Led by the Uoard of Directors of ST. PAUL FIRI' AND MARINF Ir-.;SURANCl: COMPANY at a meeting called and held on (he 23rd dilY of January, 1970,
dch the following is a true transcript of said Section 6(('):
"Thc President Of any Vice President, Assistant Vice Presicknl, Secretary or Resident Secretary shall have power and authority
(1) To <lppoint Attomeys-in-fac!, and ll) authorize thclll In executl' <jJl behalf of the Company, and attach the Seal of the Company thereto, bonds
and undertakings, recognizances, eontracts of indemnity and other writings llbligatory in the nature thereof, and
(2)1'0 appoint special Attorne}'s-in-fact, whu are hereby ~Iuthorized lo certify to l'opies of any power-or-attorney issued in pursuance of this
section and/or allY of Ihe By-L,lws of the Company, and
(3) To remove, at allY time, <lny such Attorney-in-fact ur Spl'l~ial Atttlrnl.~y-in-L.lC1 and revoke the authority given him."
ler, this Power ut Attorney is signed and scaled by facsimile pursuant tl) resolution oj the Board nf Directors of said Company adopted at a meeting duly
I and held on the 6th day of May, 1959, of which the following is a true exerpt.
"Now therefore the signatures of such officers and the s('alnt the Company may be affixed to :my such power of attorney or any certificate relating
thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the
Company and any such power so l'xecuted and certified by !"acsimile signatures and facsimile seal shall be valid and binding upon the Company in the
'future with respect to any hond or undertaking to which it is attached."
,,\\\\\\\\\\\11111111/
$'-"\t.:\RE A' /111"
U'''.'~4~
...... "1\
, . -~. of' ~
"',.'\...... 'i%
~l.. "'~
~. - g
.' rOf
0'(1 '-'~
"," R.ANC't~#
1/llIllIm\\\\\\\\\\
IN TESTIMONY WHFRFOl:, St. Paul Fire and Marine Insurance Company has caused this instrument to be signed and its corporate
seal to be atTixed by its authurized officer, this 2nd day of January, A.D. 1980.
STATE OF MfNNESOT A
County of Ramsey
! "
ST PAUL FIRE AND MARINE INSURANCE COMPANY
Vice President
lis 7th day of Sep.temh r _,19 81.' befo~e me CHne the indiv!?ual w.ho execute.d the prec~ding instrument, to mc
nally known, and, being by me duly sworn, salo111a.~ffe/she IS the tha~n deSlTlbed and authorized othcer ot St. Paul FIre and Manne Insurance Company;
the seal affixed to said instrument is the Corporilte Seal of said Company; that the said Corporate Seal and his/her signature werc duly affixed by order of
oard of Directors of said Company.
rlFlCATlON
IN TESTIMONY WHERFOI", I have hereunto set my hilIHJ and affixed my
and year first above written.
Official Seal, at the city of St. Paul, Minnesota, the day
ct~t1.~
LOIS O. SMITH, Notary Public, Ramsey County, MN
My Commission Expires September 29, 1987
undersig:ned officer of St, Paul Fire and Marine Insurance Company, do hereby certify that I have compared the foregoing copy of the PO\ver of Attorney
ffidavit, and the copy of the Section of thc By-Laws of said Company as si..'l forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE
E OFFICE OF SAID COMPANY, and that the sarm' an' correct u:.lnSnipls thl.Tl'uf, and of the whole of the said originals, and that the said Power of
ney has not been revoked and is now in full furce and effect.
~"'~i'R'1'''~',
'~.: .... :"";~~ IN TFSTlMONY WIILREOJ., 1 have hereuntu ~cl IllY IWHI this
.~, cl Ii t!' . ""\0'
r:,,- . c(;1 daY01__~_~._~.~.._._~... - ___,19
""I~:',~,~,;;,,~;:;/ "\
a certified copy uf Power 01 Attorney hearing the Certificate of Authority No. printed in red on the upper right corner is binding. Photocopies, carbon
\ or other reproductions of this document are invalid and not binding upon the Cempany.
t1
~#~
INSTRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID AND WITHOUT ANY VALIDITY.
erification of the authenticity of this Power of Attorney, you In;Jy telephone toll free 8()()-328-9821 ;Jnd ;Jsk for the Power of Attorney Clerk. Please refer
above Certificate of Authority No. and the above named individual(s)
p.-
\ \ \:',0
o Rev. 11-82 Printed in U.S.A.
A CAPiTAL STOCK COMPANY
ST. PAUL FIRE AND MARINE
INSURANCE COMPANY
ST. PAUL. MINNESOTA
.50ul
Property & liability
Insurance
CALIFORNIA PUBLIC WORK PERFORMANCE BOND
Bond No. y,-,"
Premium
KNOW ALL MEN BY THESE PRESENTS:
That we, mH.
a
as Ptincipal, and ST. PAUL FIRE AND MARINE INSURANCE COMPANY, a corporation
organized under the laws of the State of Minnesota and duly authorized to transact a surety
business in the State of California, as Surety, are held and firmly bound unto
as Obligee, in the sum of
--'i
"
Dollars,
($ " ) for the payment whereof well and truly to be made, said Principal and
Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly
and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLlGA TION IS SUCH, THAT WHEREAS,
the above bounden Principal has entered into a contract dated
with the said Obligee to do and perform the following work, to-wit:
,.~, -,
',-., -1 '"
as will more fully appear from said contract, reterence to which is hereby made.
NOW, THEREFORE, if the above bounden Principal shall well and truly perform the work
contracted to be done under said contract, thcn this obligation to be null and void, otherwisc
to remain in full force and etlect.
No right of action shall accrue under this Bond to or for the use of any person other than the
Obligee named herein.
Ulitlul
Properrv&L',abil,,,.
1'6.."3')(:."
ST. PALL FIRE AND MARII\E I:-ISlJRAI\CE COMPANY
385 Washington Sireel. St. Palll. Minnesola 55102
CERTtnCAtE 01
AUTHORITY'lO.
lOT \crih:"ation 01" the authenticity ,lllllj~ Power 01 '\lllJ:"[lL'Y, you Jllay IdcphollC toll free 800-328-2189 and as;'; for
lht: Pll\\Cr of Allmncy Clerk. Plea~c refer [nlh... Cl,[-tiji~';lll' Ill' Authority' )\(), <llld lhe named individualh).
:7
GENERAL POWER OF ATTORNEY - CERTIFIED COPY
(Original on File at Home Office of Company. See Certification.)
NO'" ALL MEN BY THESE PRESEyrS: Thai St. Paul Fire and Marint' InslIrllnn' ('ump:Hl~, a corporation organi/cd and existing under the law~ of the
talC 01 \linncsora. having ih princip<11 ofTiL'C in rhe Cit\' of Sr. Palll, 'linn(,~ola, doc~ hereh\' L'(lJblilute and appoint:
C. W. Seabright, Daniel L. Walsh, T. J. Swoope, Barbara A. Chase,
Tara Yalango, individually, Edison, New Jersey
~ true aod lawful '-l110rnCy,'(s)-in-fact 10 execute, seal and dcliver I"or and Oil its hehalf <h Sllrety, ally and all bonds and undertakings, rccogni/,anccs, corllracts of
lckrnnity and other writings obligatory in the nature 111('1'('01, which arc Of flWY be allowed, required or permillcd by law, statute, rule, regulation, contract or
therwise,
UNLIMITED AS TO CHARACTER AND AMOUNT
od the executioll of all such instrurnCtll(s) in pur",uancc of these presents. shall be as binding UpOll said Sf. Paul "'in' and Marine Insurance Company, as fully
nd amply, (0 all inteTlls and purpmrs, as i1'thc same had been duly executed and ackno\V'lcdgcd by its regularly' elected officers al its principal office.
his Power of Attorney is executed, and may be certified 10 and may be revoked, pur~uant to and by authurity of Article V,-Section 6(C), or the 8'y-1 ,av'iS
jopted by the Board or Directors of ST. PAUL HRE AND MARINE I'\iSLRANCE COMPA'iY at a meeting called and held on the 23rd day of January. 1970,
f \",hich the following is J truc transcript of said Sc-uion ()(Cj:
"The President or any Vice Pre~ident, As~i~tant V'ice President, Secretary' or Re~idelll Secretary ~hall have power and authority
(1) 1'0 appoilll Altornc-}'s-in-fac1. and to authorize them 10 cxecutc on behalf nf the Comrany, and attach the Seal of the Comrany therelo,
bond~ and undertaking~, renJgnizallcc~, contracts or indemnity and other wrilings obligalory in the nature thereof, and
(2) 1(1 appoint special AtlOrIley~.iIl-ract, who are hereby' authorized to certiry t(l c()jlic~ of any power-or-attorney issued in pursuance of this
~cclioll and/or any of lhl' By-Lnv~ of the Cornpanv, ,1IId
(3) To remove, 3t any" time, any such AtTorney-in-fact or Special Al1orney-in,tal'l and revoke the authority given him."
Urlher, thi~ Power of Attorney i~ ~igncd and ,;calcd by facsimile pursu,lIlt to !'e,;olutioll or the BdJrd of Directors of said Company adopted at a meeting duly
llled and held 011 the 6th day 01' rvlay, 1959, of vvhidl the following is a true (-"(Trrt:
"Now thercl"ore the signatures of ~u(h otriccrs and lhe ~eal of the Company may be alTixed to any SlKh power of attorney or any certificate relating
thereto by facsimile, and any' such power of attorney or certificate hearing stich facsimile signatLlre~ or facsimile ~eal shall be valid and binding upon the
Company and any stich power so executed and certified by fac~imile ~ignatures and fac~imile ~eal shall be valid and binding upon the Company" in the
future with respect 10 an\' bond Or undertaking to which it is attached."
",\V\V\\\\\\\\\IIIIIII'
~\:'i\RE lSt111111.
fl".i.~'" '~
. ~_."..... "t.;;
;; ~'~, rrl}
~ 1.. 0',$
~ S 0~
'J11111,uR. A N c~~.,
11111"'jl\I\\\\\\\V\~
n this 28th day of June , 19 84 bdore me came the individual who executed lhe preceding instrument, to me
:r~onally known, and, being by me duly sworn. said that he/,he is the therein described and authorized officer of SI. Paul "'ire and Marine Insurance
ompany; that the ~eal affixed to ~aid in~trument is the Corporate Seal of Said Company: that the ~aid Corporate Seal and his/her ,ignature were duly affixed
,'order of the Board of Directors of ~aid Company.
IN TESTIMONY \VHFRFOE Sc Paul Firr and Marine Insurance Compan~' has caused this imtrument 10 be signed and its
corporate seal to be affixed by it,,; allthori/ed ollicel, this ht da\' of V1arch, A.D. 19H4.
ST. PAUL FIRI< A~D \1ARI~E INSIJRANCE COMPAJ\Y
STATI:: OF \11NNESOTA}
County or Ramsey s~.
Vice President
[\i TESTl\10N)' \VHEREOE I have hereunw ~et lllV hand and ani xed mv OrfiL:ial Seal, at the city or S1. Paul, V1innesota, the day
and year rir~t above written. . -
1Yl~~
1\1ARY C. Cl ANCY, Notary Public. Ramsey County, MN
\1y Cornmi~sion Expires November I, 1990
ERTIFICATlON
the undersigned officer ofSt. Paul Fin' and Marim' Insurance Compan)'. do hereby cenify that I have compared the foregoing copy of the Power of Attorney
ld affidavit, and the copy of the Section or the By-Lav",s of ~aid Company a~ ,;et forth in ~aid Power of Attorney, with the ORIGNALS O'i FILE I~ THE
OME OFFICE 0..' SAID COMPANY, and that the ~ame are correl.t tramLTipt~ thereof, and of the whole of the said originals, and lhat the said Power of
ttorne} has not been revoked and is now in rull force and eITen.
e...;:7'~
~.'\>'
: .. ~l
.
'~r.;,~~,,~~.;l day of ".. __,_____ ____ 19
nlya certified copy of Power of Attorney bearing the Certificate of Authorily \io. printed in red on the urper right corner is binding. Photocopies, carbon
Ipies or other reproductions of this document arc invalid and not hinding ujlon the Company.
IN TFSTlMONY WHERLOF, I have hereunlo ~et IllY' hand thi~
r#~
NY INSTRUMENT ISSUED IN EXCESS <W TilE PENALTY AMOLI'H STATED ABOV": IS TOTALLY VOID AND WITHOL'T ANY VALIDITY.
3550 Rev. 3-84 Printed in U.S.A
R lIne>
Paul Fire and Marine Insurance Company
; Washington Street St. Paul, Minnesota 55102
,phone (612) 221 7911
E S'~ul Financial Statement - March 31, 1984
Pmper1y&Llablllty St. Paul Fire and Marine Insurance Company
Insurance
Assets Liabilities, Surplus & Other Funds
Bonds
Stocks
Mortgage Loans
Real Estate
Cash on Hand/Deposit
Short Term lrvestments
Agent's Balances
Bi 11s Recei\I,lble
$2,595,576,295
661,001,913
79,705,843
42,376,870
13,898
44,364,613
28],283,004
15,326,304
43,511,177
680,437
6,722,424
i'h, 773 ,353
12,109,550
50,869,995
2,579,989
18,750,872
15,000,000
Loss Adjustments Expense
Contingent Commissions
Other Expenses
Taxes, Licenses & Fees
Federal & Foreign Income Taxes
Miscellaneous Liability
Unedrnf'd Premiums
Dividends - Policynolders
Funds Held - Reins. Treaties
Funds Withheld
Reins. Unath. Coso Less Funds Held
Adjustment for Foreign Exchange
Drafts Outstanding
Payable to Affiliates
Payable for Securities
Deferred Option Income
Other Liabilities
Special Reserve-Guaranty Fund
Losses
RetnsuranC2 Reco'lerab Ie
Federal Income T8x Re:~overable
EDP Equipment
Accrued Interest & Dividends
Receivable from Affiliates
Equity!Deposits!Pools!Assoc.
Other Assets
Receivable for Securities
Charitable Trust Assets
TOTAL LIABILITIES
Guaranty Surplus Fund $
Capital Paid Up
Surplus
1,000,000
20,000,000
676,Oll,20B
Surplus as Regards Policyholders
TOTAL ASSETS
~944,646,54':
TOTAL LIAEILITlES & SURPLUS
5ecuritics carried 3t $98,081,313 in the foregoing statement, are depo,;ited as required by law"
$1,904,093,666
442,445,967
4,541,427
7,385,628
7,997,197
6,743,892
326,958
721,918,968
12,304,578
39,959,107
7,648,940
12,251,712
6,836,605
445,340
30,872,061
22,506,069
614,625
17,742,594
1,000,000
$3,247,635,336
697,011,208
fl, 944,646,544
\.obert K. Dybdal, TreasurEcr of the St. Paul Fin" and Marine Tnsuranu" Company, being duly sworn, deposes and says
':hat he is the abov(' described officer of said Company; thAt said Company is a corporation duly organized,
:::x.isting 3.nc engaging L. ~,u"in~,ss as a surety COllip;::n:y under and by virtue of the laws of the State of Minnesota,
md has duly complh:d with all n:,quL-en:e:!ts of tile lm,-''s r~f said State applicab1e Lo said Compar.y and is duly
lu,ilified to act a:1 Surety under ~u.:;h law:;; tIJat tJj~' ilb(H'l" is fi true scatement of the Assets and Liabilities of
,aid CUiT'nany of the 31st day ()f i'lcHch, 1984.
)1JbSCTi~Jed arH: s!,o.lO'Ln tn before rle this
idil-~C
----_.._-_...._~-- .'
Robert K. Dy I, Treasurer
IS
__._.--...:."1ay.___._~__, 1984
Jay oj
,_,~t~_tk~~__...
...---..--.-......,l.-:J
r:-.' MARY C:' CLANCY
[__..'_. Nola." Publ'" .,...., coc.nt/. M,if1rl ..
MY COMMIS'::10N :XPli~.s ~
. NQvemt., 1, W9() ~
_.._.~...",",,_____., ....~..._ _-"'>.oft
,
h
\ \ " c
"lrty and Liability Affiliates of The SI. Paul Companies Inc 51 Paul Fire and Marine Insurance Company I 51. Paul Mercury Insurance Company
;1. Paul Insurance Company 5t P3ul Gumdian Insurance Company I The St Paul Insurance Company at Illinois
OFFICE MEMO
.5St~ul
ate
o
DEPARTMENT OR OfFICE
ttention
rom
:--..;
n
. <<~..i~
NAME OF PERSON OHICE, AREA CODE AND TELEPHONE
ubject
,U'_",
1-.'
'"1..
Ji' .t,J.';' L
.r,~ '-'7,-,0 .tC:-l !:J'Ir
'(0
'.
iJ'
r
,nd
_, ~C>
~\~ -.
-',',-',-, "',-'
"._"
,1
~~
. , . /.'
'~~L.,
c..-."
~>:'
,",r"
,.,.........-,
_ ..L.'
''-Y~
I. "
'liEN A REPLY IS REQUIRED, PLEASE RETURN TinS MEMO WITr YOUR HANDWRITTEN COMMENTS IF THAT IS CONVENIENT.
;9G Rpv.I0.80 D';rll..d on U.S.I\
~'\\Y)"
WORKER'S COMPENSATION INSURANCE DECLARATION
Date:
-<;-=-- / r,- ,~y
, .
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-i nsurance in accordance with the provisions of the that code,
and -I will comply with such provisions before commencing the performance of
the work of this contract.
t://~
SI gnature /.
,
Chu1a Vista Sanitary Service, Inc.
Contractor
State Contractor's License No.
311 F St., P.O.Box 967,
Address
Chu1a Vista CA 92012
Cl ty/State
(619)427-7700
Phone Number
- 21 -
. 'I t>
" \\ L
'<-'-
EXH IBIT A
SWEEPING SCHEDULE
THE CONTRACTOR SHALL SWEEP ALL PUBLIC STREETS IN THE CITY OF CHULA VISTA
ONCE EVERY TWO WEEKS EXCEPT THE FOLLOWING STREET SEGMENTS WHICH SHALL BE SWEPT
THREE TIMES PER WEEK:
Summary of City Sweeping by Mileage/Sq. Ft.
Residential streets to be swept
Commercial streets
Center islands and medians
Center lines
Parking lots to be swept
379 curb miles
93 curb mil es
17.7 curb miles
19.4 curb miles
696,623 sq. ft.
Commercial Sweeping Schedule
Streets
Mileage
Broadway, "C" to "L" Street
Fourth Avenue, Trousdale to "H" Street
Third Avenue, "C" Street to "L" Street
"E" Street, Second Avenue to rail road tracks
Davidson, Fig Street to Del Mar
"F" Street, Broadway to Second Avenue
Center Street, Fourth Avenue to Del Mar
Madrona, Landis to Del Mar
Park Way, Third Avenue to Del Mar
"G" Street, Second AVenue to rail road tracks
"H" Street, Fi rst Avenue to Rohr
"1" Street, B roadway to Fifth A venue
"L" Street, railroad tracks to Third Avenue
Fifth Avenue, "H" to "1" Streets
Guava, "F" to Memori al Way
Memorial Way, Guava to Fourth Avenue
Landi s, "E" Street to "F" Street
Church, "E" to "F" Street
Del Mar, "E" Street to "G" Street
2.4
1.6
2.6
1.4
.3
1.1
.4
.3
.3
.7
1.7
.3
1.2
.3
.2
.2
.2
.2
.5
15.9
- 22 -
. '/l"\
\-l- \ \ \ J
Commercial Streets once every two weeks include the following:
Main, Brandywine to Rios
Orange, 805 to Albany
Telegraph Canyon Rd., Nacion to Rutgers
"H" St., Hilltop to Otay Lakes Rd.
"E" St., 1 st Ave. to 805
West Bay B1 vd., "E" St. to Palomar
Otay Lakes Rd., Bonita Rd. to Telegraph Canyon Rd.
Bonita Rd., Willow to E. City limits
Hilltop, "F" to Main
"L" St., 01 eander to West Bay B1 vd-.
1.0
1.5
4.3
4.2
.7
2.6
3.1
1.0
3.7
3.5
'25":0
41.5
TOTAL
Center Islands and Medians*
Streets
Mileage
"J" St. at Fl oyd Ave.
"J" St., Broadway to Tidelands
Bay Bl vd., North and South of "l" St.
Broadway, Naples to Oxford
Broadway, Moss to "L" St.
Broadway, "J" to "K" St.
Telegraph Canyon Rd., Nacion to East end
East "H" St., Buena Vista to otay Lakes Rd.
Buena Vista and Telegraph Canyon Rd.
Otay Lakes Rd. and Telegraph Canyon Rd.
Otay Lakes Rd. and Bonita Rd.
Bonita Rd. and Willow Rd.
Bonita Rd. and I-80S
Bonita Rd. and "E" St.
East "H" St., I-80S to Hidden Vista
3rd Ave., Madrona to "F" St.
3rd Ave., "0" to Seavale
4th Ave., Trousdal e to South of "C" St.
Orange Ave., 1-805 to Walnut
Parkway, 3rd to 4th Ave.
TOTAL
.40
2.20
.60
.50
.50
.05
4.20
1.20
.10
.10
.10
.20
.20
.05
.60
.50
.50
.20
5.00
.50
17./0
*To be swept once per month.
- 23 -
-~(..-
\L\\" . '
Centerl i nes*
Streets
Mil eage
2.5
2.3
2.4
1.8
2.5
2.5
3.1
.6
.7
1.0
T9":Ir
Broadway, "c" to Moss ~t.
4th Ave., "c" to "L" St.
3rd Ave., "C" to "L" St.
Hilltop, "F" st. to Naples
"E" St., B05 to West Bay
"H" St., 805 to W. Bay Blvd.
"L" St., 805 to W. Bay Blvd.
Bonita Rd., Willow to Otay Lakes Rd.
Otay Lakes Rd., E. "H" St. to Tel. Canyon
Main-St., Oleander to Rios
TOTAL
* To be swept once per month.
Parking Lots
(C:;q. Footage\
A. Golf Course and Parks Parking Lots
Golf Course*
Rohr Park*
General Roca Park*
Greg Rogers Park
Bay Front Pa rk
Halecrest Park
Hilltop Park
Loma Verde Park
Memori a1 Park/Parkway Gym
Library Park
Palomar Park
Rienstra Park/Max Field
5.D.G.E. Park, on Hilltop
Norman Park Center
TOTAL
107,765
99,925
30,780
17 ,248
15,000
4,256
13,000
75,631
20,400
86,58()
1,000
58,212
22,528
11 ,280
563,605
8. Public Parking Lots
Davidson & Landis
Fi g & Davi dson
200 B1k Davidson
Fire Station #1, "F" St.
Publ ic Services, "F" St.
Memorial Way, 4th Ave.
Police, 4th Ave.
TOTAL
24,232
7,484
19,467
36,500
18,894
17,941
8,500
133,Ultl
* To be swept once per week; all others once per month.
WPC 03880
~L \IV.)
- 24 -
CHULA VISTA SANITARY SERVICE, INC.
QUALIFICATIONS OF CONTRACTOR
Chula Vista Sanitary Service, Inc., submits the following proposal
to provide street sweeping services in the City of Chula Vista:
Chula Vista Sanitary Service, Inc., 311 "F" St., (P.O.Box 967),
Chula Vista, San Diego County, California, 92012, is a California
corporation (3292880), in good standing, that has continuously
demonstrated its competency and has never defaulted on a municipal
contract. It is a wholly-owned subsidiary of SCA Services, Inc.,
60 State Street, Boston, MA 02109. SCA Services, Inc. is incor-
porated under the laws of the State of Delaware, and is authorized
to do business in the State of California (California Corporation
Number 679063). Certificates of Good Standing are attached.
Chula vista Sanitary Service was incorporated in 1956, and has con-
tinuously provided comprehensive solid waste services, under exclu-
sive contract, to the City of Chula Vista since that time. In June,
1979, Oceanside Disposal was formed to provide solid waste collection
services to the City of Oceanside. In June, 1981, Oceanside Disposal
began work on a three year contract with the City of Oceanside for
municipal sweeping. In January, 1982, North County Contract Sweep-
ing was formed to provide street sweeping to the City of Vista. In
March, 1982, North County Contract Sweeping began work on a street
sweeping contract for the CIty of Poway, in July of 1982 work was be-
gun on a street sweeping contract for the City of Santee, in October,
1982 a contract was begun with the City of Imperial Beach, and in
January of 1983 work was begun on a street sweeping contract for the
City of Carlsbad.
In addition, SCA Services, Inc. presently provides comparable muni-
cipal street sweeping services through it's subsidiary, J,K. Muni-
cipal Services, Inc., 161-2 South Main Street, Middleton, MA 01949.
This firm was established in 1964.
. ','''''.
i,) \ \ \ .
Qualifications/Page 2
Listing of Street Sweeping Contracts now in effect in San Diego
County:
Municipality
Oceanside
Vista
Contract
Dates
Poway
Imperial Beach
Carlsbad
6/81-6/84
1/82-1/83
1/83-7/85
3/82-6/84
10/82-10/85
1/83-1/86
Population
84,000
45,000
35,000
23,000
39,000
Contact Person/Phone No.
Glenn Prentice/439-7143
Laurel Clark/726-0124
Alan Archibald/748-6600
Sherm Stenberg/423-8300
Roger Greer/438-5604
Previous Contracts:
Santee
7/82-7/83
50,000
Jim Bartell/562-6153
EQUIPMENT INVENTORY
See Attached
MAINTENANCE FACILITY
All equipment will be fully maintained at our own facility. We
employ a staff of fully trained and competent mechanics. Pre-
sently our facility is located at 3441 Main St., Chula Vista.
However, we are in the process of searching for a location for
a new facility and anticipate occupation within a year.
In addition, there are maintenance facilities located at 7844
Armour St., San Diego, and 2880 Industry St., Oceanside, which
are owned by Sani-Tainer, Inc. and Oceanside Disposal. These
companies are also subsidiaries of SCA Services, Inc., and are
available if the need arises.
FINANCIAL STATEMENT
Attached is the latest annual financial statement of SCA Services,
Inc., parent company of Chula Vista Sanitary Service, Inc.
OFFICERS AND KEY PERSONNEL
Attached are brief resumes of these officers and key personnel of
Chula Vista Sanitary Service, Inc. who will be responsible for the
administration of the Chula Vista sweeping contract:
Addresse
Vista, CA
Dick F. Chase Jr., President
Ed Caliri, Vice President/Treasurer/District Manager
Mary Thimm, Secretary/Office Manager
James O. Black, Special Projects
for all above personnel is 311 F St., P.O.Box 967, Chula
92012 - Phone - (619)427-7700.
\' ,\ ']
RESUMES
Dick F. Chase Jr., President, Chula Vista Sanitary Serrvice, Inc.
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 manager of the Southern California Region for SCA Ser-
vices, Inc. Mr. Chase has the experience and access to the re-
sources necessary to assure that the terms of the contract are ful-
filled in a timely, efficient, and sensitive manner.
Ed Caliri, Vice President/Treasurer/District Manager, Chula Vista
Sanitary Service, Inc. After his retirement from the U.S. Marine
Corps, Mr. Caliri began working for Chula Vista Sanitary Service
in 1978 as management trainee and became manager of that company
in 1979. Under his management the company has continued to pro-
vide refuse removal services to the City of Chula Vista at a very
high level.
Mary Thimm, Secretary/Office Manger, Chula Vista Sanitary Service,
Inc. began as a clerical worker in 1968. She is currently employed
as Administrative Assistant to the Southern California Region Mana-
ger and Office Manager for Chula Vista Sanitary Service, Inc. She
is fully competent to assist in development of an office manage-
ment system capable of providing courteous and responsive services
to the City of Chula vista.
James O. Black, Special Projects Officer, has worked for SCA Services
and Chula vista Sanitary Service since September, 1977.He has served
in the capacity of District Manager, Denver, Co., Division Safety
Manager, Regional Safety Manager and Special Projects Officer. Mr.
Black will be responsible for the overall coordination and execution
of the Street Sweeping Contract with the City of Chula Vista.
" ~
," ;)'
\~'\
ADDITIONAL INFORMATION
Dick Chase Sr., now retired, was formerly president of ChuIa Vista
Sanitary Service, Inc. He obtained an interest in Chula Vista Sani-
tary Service and Sani-Tainer, Inc. in 1961 and became President and
Chief Operating Officer of both companies in 1963. Since that time
Chula Vista Sanitary Service has expanded and modernized its opera-
tions and Sani-Tainer, Inc. has progressed from one truck to a 40-
truck operation providing commercial collection in the City of San
Diego, as well as commercial and residential collections in the un-
incorporated area of San Diego County. Both companies merged with
SCA Services, Inc. in 1973.
Chula Vista Sanitary Service, Inc. submits that its local officers
and 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 Con-
tract Documents and completely satisfactory to the City of Chula
Vista officials.
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-St. Paul Fire
and Marine.
INSURANCE
Chula Vista Sanitary Service, Inc. 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, St. Paul Fire and Mar-
ine, 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.
~M
,\ \ "
~
Additional Information/Page 2
SIGNS
All equipment will carry signs as described in the Bid Documents.
OFFICE
A fully staffed office will be maintained by Chula Vista Sanitary
Service, Inc. during the hours of 8am to Spm, Monday through Fri-
day. The office will be located at 311 F St., Chula Vista.
STANDARDS OF PERFORMANCE
Streets will be swept in conformance with section 2-11 of the Bid
Documents.
DISPOSAL OF SWEEPING
All residue as a result of street sweeping will be deposited at the
Otay Landfill site, owned by the County of San Diego.
WATER
Chula Vista Sanitary Service, Inc. will make the necessary arrange-
ments to obtain water through the Sweetwater Authority and the Otay
Water Companies.
SWEEPING SCHEDULED
Chula Vista Sanitary Service, Inc. will
lic Works/City Engineer with a complete
in the time frame described in the Bid
provide the Director of Pub-
street sweeping schedule with-
Documents.
(l
Year
1984
1982
1982
1981
1978
1980
INVENTORY OF EQUIPMENT
Make/Model
Mobil 2-TE-4
Ford Tymco 600
Ford Tymco 600
Ford Tymco 600
Mobil 2-TE-3
(For Back up only)
White RC2S64
To be used for hauling
~
Brush
Air Sweeper
Air Sweeper
Air Sweeper
Brush
Roll off Vehicle
sweeping residuals
Remaining
Useful Life
7
5
5
4
1
3
Chula Vista Sanitary Service, Inc. will provide street sweeping
servicds with both Air and Broom (brush) Sweepers.
"1/'
y- \ \ .
~.'.:I12~.\.:;i.;".t~~~'~;lj4i,':J.:;m~lfLMi}iq:E'~"l1)'i,;fi\1...""',....-=.....,
~J0';g;;pI;.........'''''"''''.'''''.'lirt~',,\V:~,,'i''iJ~_'liHMu:;?tz~~;'~.. -
.
r
t
;
i
~
f
t
" I
I
~;! State
:! Cgfifornia
OFFICE OF THE SECRETARY OF STATE
CERTIFICATE OF STATUS
DOMESTIC CORPORATION
,
6.~'![~,3,;:~~~\.;::;t;;.:g0"'~'.i<&IUd;~:i.::::;~~;:;':;f:LC:
I. MARCH FONG EU, Secretary of State of the State of California, hereby certify:
That 011 the
8th
day of
November
.19~,
[HULA VISTA SANITARY SERVICE. INC.
became incorporated under the laws of the State of California by filing its Articles of In-
corporation in this office; and
That no record exists in this office of a certificate of dissolution of said corporation nor
of a court order declaring dissolution thereof, nOr of a merger or consolidation which ter-
minated its existence; and
That said corporation's corporate powers, rights and privileges are not suspended on the
recurds of this office; and
That according to the records of this office, the said corporation is authorized to exer-
cise all its corporate powers, rights and privileges and is in good legal standing in the State
of California; and
That no information is available in this office on the financial condition, business ac-
ticitrl or practices of this corporation.
C''.'''A,TE"''""",CF,-':!'R['\ l:'.g;>
')"~
9---\\'"
1.\ \\IT\LSS )\"lIUit:OF.lcxeclltc this
i'ntificate alld affix the CrCilt Seal
of the State of Califorllia this
14th rllll! of May, 1984
VU~/LC~ ~ ~
Sr'(Tl'tarl/oj State
I
I
1
'I
I
i
1
i
I
.05"
~~r ~~-,
4'State
~flJ~\,~ji Cgfifornia
_ _,__ \"'~...~ OFFICE OF THE SECRETARY OF STATE
:".Y,'."
:j
1,
CERTIFICATE OF STATUS
FOREIGN CORPORATION
J, \1 \nc:J I HJ\(; Ll, Secrl'l{Jr// IIf State IIf the State IIf Califllrnia, herd,,!
ecrtifi;
Flllfi 1111 IIII'~"
18th
dw! IIf
April
,19~,
SCA SERVICES, INC.
(1 (,(i/))(JwtZO!/ {}/"/}Jllli::..cd and ('xi,<.;ting under the /all.'S of
Del aware ,complied (eith
the /'I"I"IIt'I/Ii'lls of Clllifmllill 11111 ill effect IIIl thllt date for the pllrpllse of
,/,/(dlfl/lu;, II! tllllllllct IlItraslllll' IlIIl'illns ill this Stlltl'; Ilnd
Filii! 111/' Il/l(}/,{' emporati{J1! il' elllitled to transact intrastllte hllsilless in the
Slull' of C"lijol'l/W IlS of the dllte IIf this entifiellll' I'llh}eet, hIlWct;cr, tll (/llll
!iCI'II \iu,i.: l"('I/llircl//(,lI!' o{/wnri...,(' irll})O,.,;/'r! hy the /rUL'.':>' of thi,)' .,,>tatc; and
{lun I/O IIl(urllUlfi()/1 i\ tiulilul}!c in this oFfice on Ihe fina1/cial c(Jnrliliol/,
lw\il/l"\ ([dlcit!1 (ir prurtic('.'; of thu; ('(n.,)()r(lti(~;l
.,'
,....."
..
.:) \ \ \
IN WITNESS WHEREOF, I execute
this certificate and affix the Great
Seal of the State of California this
14th clayof May, 1984
lJLuM~ ~ k
Secretary of State
REQU~ST FOR PROPOSAL FOR NO. 1001, STREET SWEEPING SERVICE
May 11,1984
ADDENDUM #1
Change in specifications as follows;
1. Section 3 Agreement, Subsection 5 Equipment and Labor, Page
10, Paragraph 2, Line 9.
Currently reads:
Change to read:
...four years in age...
...s;x years in age...
2. Section 3 Agreement, Subsection 7 Disposal of Sweeping, Page
12, Line 4.
Currently reads:
Change to read:
"...in excess of 24 hours."
"...in excess of 7 working days."
3. Section 3 Agreement, Subsection 11 Faithful Performance
Bond, Page 12, Line 5.
Currently reads:
Change to read:
". ..in the amount of $10,000'
....in the amount of $50,000'
Acknowledged by:
/
. iJr-
A
Works
SWt1: 1 jr
(Bl:Adden)
\ \'.-,
o
REQUEST FOR PROPOSAL NUMBER 1001, STREET SWEEPING SERVICE
CITY OF CHUlA VISTA, CALIFORNIA
May 16, 1984
ADDENDUM #2
:hange in Specifications as follows:
Paragraph 1, Page 6, Section 2-12, Disposal of Sweeping. Change
this section to read as follows: "Contractor will dispose of all
refuse collected by hauling to legally establish disposal areas.
Both the cost for hauling and for the disposal fees at the
sanitary landfill shall be included in the contractors cost for
the bid amount. 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."
Page 12, Item #7, Disposal of Sweeping shall have the exact same
wording as the above item.
. Proposal for Street Sweeping Service. Pages 17 and 18 of the
proposal for street sweeping service has been revised. Items in
that proposal for years two and three for both regular sweeping
schedule and the additional sweeping have been removed. Years
two and three will be calculated by City staff based upon Item #2
on Page 8 - COMPENSATION. The amount for year one will be used
to adjust years 2 and 3 to include the San Diego consumer price
index for all urban consumers. (As provided by the U.S.
Department of labor, Bureau of labor Statistics) Each item in
the proposal including the additional sweeping for years two and
three will be calculated based upon the CPI as of May 1, for the
year preceeding the proposal year. For instance, on May 1, of
year one if the CPI for that year for the previous twelve months
is 5%, then the bid amount for year two will be (year one) times
(1.05). In no event shall the multiplying factor be greater than
6% regardless of what the CPI is.
The bid opening date for accepting the proposals has been
extended to May 29, 1984.
Enclose the proposal in an envelope marked clearly on the outside
"Proposal for Street Sweeping Service~" and mail or deliver to
the City Engineer, City of Chula Vista, 276 Fourth Avenue, Chula
Vista, California (92010).
cknowledged by:
/
~.
LIPPITT ,
"
CITY ENGINEER
'l:ljr
3 :AD#2)
0- \\\.',:::-