Loading...
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 and that the same has not been amended or repealed.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- \\\.',:::-