Loading...
Palm Desert Disposal/Waste Services 831. �. t Tn` TwT 4 w 49&rO 78-105 CALLE ESTADO - LA QUINTA, CALIFORNIA 92253 - (619) 564.2246 July 16, 1986 Mr. Raymond P. Burke, General Manager Palm Desert Disposal P.O. Box 3876 Palm Desert, California 92261 Dear Mr. Burke: Council At their meeting of Jquesuly t'for8an extension 6, the La lofayour yfranchise met and considered your request agreement for a period of five years, and proposals for rate adjustments. It was the decision of the Council, byunanimous dote, to approve a franchise extension of three (3) years termination date of June 30, 1988, effectively extending Lour exclusive franchise for refuse disposal with the City Quinta to June 30, 1991- Pursuant to this action, it was also the decision of the Council to approve a rate adjustment for residential service, with corresponding adjustments for commercial service, °f 2.15% for the next dential service rate ofo$5e75sperT his will result in a rest month, commencing July 1, 1986, and $5.85 per month c mmenceesing July 1987. It is also our understanding that dump be increased by 10 cents for residential customers. We look forward to working with Palm Desert Disposal over the next five years, and attrust currentthat levelssofdisposal responsesandrees within our City will remain effectiveness for citizens of La Quinta. If you have any questions regarding our action, please contact me. ery truly y urs, 1 � r Jo J. ena Mayor JJP/aj cc: City Manager file MAILING ADDRESS - P.O. BOX 1504 - LA QUINTA, CALIFORNIA 92253 EXCLUSIVE CONTRACT TO PERFORM REFUSE COLLECTION SERVICE CITY OF LA QUINTA AND SCA SERVICES, INC. EXCLUSIVE CONTRACT TO PERFORM REFUSE COLLECTION SERVICE THIS CONTRACT made and entered into this 1st day of July, 1983 , by and between the City of La Quinta, a municipal corporation of the State of California ( hereinafter designated as reinafterndesignatedlasS'Contractor1l). nia corporation (he W I T N E S S E T H: That the Parties hereto have mutually convenanted and agreed as follows: I. CONTRACT DOCUMENTS The contract documents consist of Chapter 6.04 of the Municipal Code of the City of RateaS4hedule.ofcthe1City ofContrLatQuinta's Residential and Commercial as all the same exist or as may be amended. This contract, the performance bond, hedreinlandher arerequired consideredcaseone andas tnotgseverable. set forth in full II. TERM OF CONTRACT The Contractor does hereby convenant and agree to collect, transport,and dispose of garbage, rubbish, and refuse accumulated by the inhabitants or others of the City in accordance with this contract, the laws of the State of California, the Ordinances of the County of Riverside, and the specifications adopted by the ity of La Quinta governing the collection, City Council of the C transportation and disposal of garbage contractcommencinghon contract is effective for a five (5) ya the 1st day of July, 1983 to and including the 30th day of June, 1988. By mutual consent of both the Contractor and the City and upon the terms acceptable to both parties, this contract may be extended or amended for additional periods of time or conditions as may be agreed upon. In the event either city or Cosontractor does not desire to extend this contract, they shall notify the other party in writing at least one hundred -twenty (120) days prior to the end of this contract, or at the end of any extension period, as may be applicable. -1- III. OBLIGATIONS OF THE CONTRACTOR It is understood and agreed that the Contractor shall sponsibility for reasonably per - have the sole obligation and re forming all matters of every kind and description required to be performed in connection with the collection, transport, and and dis- in posal of solid waste and trash generated speifi ly set forth to be the City set forth, except for se matters eationscherebyassumed and agreed performed by the City• to be performed by the Contractor shall include, but not be limited to, the following: A. FINANCING The Contractor shall provide all finances and monies required in connection with the contract and performance thereof, in lading any monies required for interim financing, g- t working capital and all other operating costs of every kind and description whatsoever. B. PERSONNEL AND EQUIPMENT The Contractor shall provide all personnel and all machinery and equipment of every kindand description whatsoever required for the performance of tcontract. C. LIABILITY INSURANCE The Contractor shall be responsible for any personal injury and for any damage to property suffered by the public or by any private person that may be sustained through, or on account of, any negligence, failure or fault of the Contractor, or its agents or servants, in commplying with and carrying out the terms of this contract, and for any negligence which may occur as abfalt of the Contractor, and the Contractor shall carry Public Y Insurance in any amount not less than $1,000,000.00 for injuries, including accidental death, to any person and, subject to the same limit for each person, in an amount not less than damage0insu anceoin account of any one accident, and property g an amount not less than $1,000,000.00 for each accident. Such insurance shall name the City as additional insured and shall hold the City harmless of liability in all such actions. Satis- factory evidence of such insurance in an acceptable orompoanshall y be submitted to the City at least ten (10) days p the The City shall be the sole judge execution of this contract. ory and which company is acceptable. of what evidence is satisfact D. WORKERS' COMPENSATION INSURANCE The Contractor shall obtain workers' compensation insurance in an amount as will fully comply with the laws of the State of California and which shall protect both the Contractor inj uries the City from any loss, claim or damage arising -2- or occupational diseases happening to any worker employeed by the Contractor in the course of carrying out the within contract. Satisfactory evidence of such insurance carried by an acceptable company shall be submitted to the City at least ten (10) days prior to the execution of this contract. The City shall be the sole judge of what evidence is satisfactory and which company is acceptable. D. NOTICE TO CITY, INSURANCE COVERAGE The terms of the insurance policies issued to provide the above insurance coverage shall provide that said insurance cannot be cancelled by the carrier for non-payment of premiums or otherwise, without sixty (60) days prior, written notice of cancellation to the City. E. PERFORMANCE BOND The Contractor shall, at least ten (10) days prior to the execution of this�contract, provide the City with a performance bond in the amount of Fifty Thousand Dollars ($50,000.00). Payments of such performance bond shall be due and payable to reimburse ined in the CityofothenContractorutoaperform as hereinafter event of default y losses hereinaftersetforth. failuree F. PRIMARY RESPONSIBILITY It shall be the primary responsibility of the Contractor to collect all waste material of any kind and description whatsoever, except as herein specifically excluded, from within the City of La Quinta in and orderly and effecient manner so as to complement the City and provide for future expansion to meet the needs of the City. G. CONTRACTOR PAYMENTS TO CITY In consideration for an, exclusive contract, Contractor shall pay to the City eight percent (8%) of all gross receipts ciptsattrib- utable to La Quinta customers, exclusive of dump e surcharges received under this contract. Payments shall be made to the City by the fifteenth (15th) of every month for the preceding month's receipts. In the event of termination, the balances due for the billing period during which the termination occurs shall be paid within thirty (30) days of the termination. H. COLLECTION AT CITY FACILITIES The Contractor agrees to provide collection services at no charge for refuse containers on City operated property accessible to drive up or drive in collection including but not limited to, City Hall, City Parks, City Police Department, City Fire Department, and litter receptacles on the City City Corporation Yard, Library, street-S. The collections shall be made a: often as shall be nec- essary to maintain a sanitary condition. - 3- I. COMPLAINTS All service complaints shall be attended to within 24 hours. The Contractor shall supply the City with copies of all complaints on a form approved by the City and indicate the disposition of each. Such records shall be available for City inspection at all times during normal business hours. The form shall indicate the day and hour on which the complaint was received and the day and hour on which it was resolved. When a complaint is received on the day preceding a holiday or on a Saturday, it shall be serviced on or before the next working day. J. VEHICLES The Contractor shall provide an adequate number of vehicles and equipment for regular collection services. These shall be kept in good repair, apperance, and in a sanitary condition at all times. Each vehicle shall have clearly visible on each side the name and telephone number of the Contractor's local office. In addition, the contractor shall provide 2-way radio communications with the route supervisor and commercial collection vehicles. Such vehicles and equipment shall be subject to City inspection at any time during business hours that the City deems appropriate. K. DELINQUENT RESIDENTIAL ACCOUNTS The City has determined it to be in the best interest of the health, welfare, and safety of the residents of the City to make it mandatory for residents to subscribe for refuse collection, and further, the City has also determined that the Contractor is obligated to continue to provide service to accounts which are not paid. In addition to any other remedies the Contractor might have by reason, of this contract or pursuant to the laws of the State of California, delinquent residential charges, including late charges, shall be recoverable throught the tax lien process provided by the Government Code. For the purpose of the.Agreement, a "delinquent account" shall mean any account which remains unpaid two (2) quarterly billing cycles as of December 31. All delinquent residential accounts shall be construed as accounts owed the City. The City is hereby obligated to use its best effort to effect collection but has no obligation to collect. Upon collection of any delinquent accounts, the City shall remit same to the Contractor. It is specifically understood and agreed that it is the Contractor's obligation to reimburse the City for all out- of-pocket expenses in connection with the placement of the del- inquent residential accounts on the tax rolls, and to provide all information to be submitted to the County Assessor's Office in a form acceptable to the County, together with a hard copy of the individual accounts for inclusion in the report to be submitted to the City for its action. It is specifically understood that the City is to be reimbursed for its administrative costs of processing receipts and disbursements as a result of funds collected through the tax rolls, said disbursements amounts to be agreed upon between the parties from time to time. N I,. VEHICLE EMISSION I.During the term of this contract, theestrictestoantiaairuse only those vehicles which comply with pollution standards available to the vehicles utilized. M. UNIFORMS Contractor's collection personnel shall be uniformed in fresh, cleaned, and pressed wearing apparel. N. LICENSES ll times, carry a valid operator's Each employee shall, at a license for the type of vehicle he is driving. 0. COMPLIANCE WITH LAWS AND REGULATIONS The Contractor and City hereby agree to perform to the terms of the Contract in such amanner so as to comply with all valid, non -discriminating and applicable rules, regulations and ordinances of the City, County, State or any other regulatory body or agency having applicable jurisdiction over operations of contractor. that in the event a third party that Contractor furthermore agrees f this contract, shall make a claim contesting the validity o the Contractor shall provide, at its expense, appropriate legal counsel in defense of any such claim that may be made against the City. P. TAXES The Contractor shall pay all Federal, State, and locawhich taxes, including sales taxes, social security taxes, etc., may be chargeable against the labor, material, equipment or other items necessary in the performance of this contract. Q. FINANCIAL AND ACCOUNTING 1. The Contractor shallprovide the City annually, within ninety (90) days after the close of Contractor's fiscal year, which is March 31, with a certified statement of its gross receipts by category of service from all revenues attributable to all l be operations within the City Quinta such Accountant oraaeLicensedlPublic attested to by a Certified Public Accountant. 2. The Contractor shall keep a seperate account of dump surcharge revenues collected from within the City of La Quinta and shall, from its overall Operations, separate surcharge expenses from other expenses. -5- R. RATE INCREASES 1. The Contractor may petition the City for a rate adjustment as a result of increases in Contractor's cost of operations within the City. In such an event, the Contractor shall provide documentationrelative to the average per unit cost of service which may be tested and audited iniew order to make a decision on this increase. The City y ch data or retain an independant Certified Public Accountant or Licensed Public Accountant, at Contractor's expense, to review such data. 2. Contractor shall make its reports and methods of accounting available to the independant auditor in order to allow the independent auditor to review Contractor's accounting systems, procedures, and costs. Such reviews shall be conducted by the auditor at any time during normal business hours as directed by the City. The auditor shall have access to the cost data for Contractor's total operation, as well as to the portions thereof relating to the City of La Quinta -j if the auditor reasonably deems such information to be relevent to his duties pursuant to this contract. 3. Any report from the auditor to the City resulting from the auditor's review of Contractor's records shall be limited to a letter of compliance relating to account- ing procedures and to the identification of Contractor's costs, and shall not set forth Contractor's actual operating results. The auditor shall also make such recommendations as he deems necessary as to the adequacy of Contractor's data collection methods, and as to the availability and sufficiency of this information including direct and indirect costs of operation. Auditor shall furnish City by ContractorPsopinion recordsto whether ls the increase supportable 4. Any rate increase granted shall not exceed an amount necessary to allow Contractor the recovery of such costs increase, past and future, as are determined by the-a,1ditor. 5. Requests by Contractor for rate increases under this section shall be submitted not more often than annu- ally during the month of April. City and Contractor shall co- operate in good faith to resolve said request within forty- five (45), calendar days from initial submission of Contractor's request and submittal of required financial information as per Section R. IBM In the event City and Contractor reach an impasse in agreeing on an equitable and fair increase based on information requested and provided as required by Section R above, the following will then apply: City and Contractor will obtain data and average same, within thirty (30) calendar days after the end of forty-five (45) days per Section 4 above, from all Cities and County area in Coachella Valley as to rates charged to customers for comparable rubbish servie. Collection costs and bad debt allowances shall be presumed to be included in the actual rate paid by the customer. These rate, excluding La Quinta rates, will be averaged. The simple average will then be the new rate allowed the contractor. The rates established under this impasse procedure shall be effective the first day of January after the April request date for all years after the calendar years (1983 & 1984) of this contract, S. CLEARING OF STREETS AND HIGHWAYS The Contractor shall, upon call bar the City, be responsible for the clearing of streets and highways as a result of an accident. This responsibility shall be applicable to cleaning of spilled agricultural products and shall not normally apply to removal of vehicles or portions thereof. The COntractor shall have the right of subrogation against those responsible for the accident. T. ANNUAL CLEAN UP DRIVE The Contractor shall provide two free annual community - wide trash cleanup services on the dates scheduled by the -city. The Contractor shall be responsible for the pickup of unusual='mOor items of trash,. such as tires, boxes, abandoned fruniture, etc., (no vehicles). -7- U. GENERAL PROVISIONS It is understood and agreed by the parties hereto that the following General Provisions shall apply to each party or both parties as applicable and necessary to assure the effectiveness of this contract. a. RENEWALS OR AMENDMENTS OF CONTR.CT Renewals or amendments to this contract and other documents made a part hereof may contain dneepartiesions fwith- additional provisions as mutually agreed to by out deeming the unchanged provisions cancelled. b. THE CONTFICKTOR - AN INDE°`-NDENT CONTRACTOR It is understood and agreed that the Con- tractor is, and at all times shall be, an independent contractor the and nothing orcontained shall whosebe construed compensationaforaservices is Contractor, or any individual paid by the Contractor, as agent or employee of the City, or authorizing the Contractor to create or assume any. obligation or for or on_ behalf of the City. Further, n connection liability reason'of any with any claim for liabilities against the City by acts of the Contractor, the Contractor agrees to indemnify and hold the City harmless C. "FORCE MAJEUR" Either party to the Contract is excused from default of performance because of conditions beyond his control such as war, insurrection, strikes, riots, civil arturs rection, Acts of God, and any tithe cause uontractor shalleyond rprovide control. In the event o �{ alternate methods of collection satisfactory to the City. d. EXCLUSIVE CONTRACT It is agreed that the Contractor shall have the exclusive right during the term of this contract and all renewals thereof to collect, andceiv allegeneralp�efuseegconstruction recycle, and dispose of any or within the City or under refuse and bulky items generated bysu its jurisdiction, and to charge the fee then in ef_`ect ofrthech services. upon collection, all trash becomes oroperty salvaged materials. 8$ contract fee shall not apply t e. FAILURE TO PERFORM Failure of the Contractor to perform as herein specified for a period in excess of five (5) consecutive, y.8 - scheduled working days or failure to operate the systemfora satisfactory manner, in the sole judgment of the City, similar period, the City may move as follows: 1. The City shall notify the Contractor by Certified mail that the Contractor has failed to perform waste uled disposal services for a per ios°ne5 tenttotakenconsecutive d hereinafter working days and of the Cityor set out and operate such ttservices the dateusing andnti:�etthat theiCityt. Said notification shall sae intends to take over. 2. Use and operate Contractor's equipment unitl such matter is resolved and hhe is contractor is In asuch gaineaele to carry out his operation under t the City shall have access to the Contractor's records for the pur ose of billing and shall retain all payments and funds re - purpose provides service. ceived for the period which the City During such period, the liability of the City to the Contractor for loss or damage to such equipment '� so used shall be that of a bailee for hire, ordinary The liabil- ear and tear being specifically exempt from such liability.claims ity of the Contractor to third erationsofltheecollectionhal case and allservice or demands arising out of the p shall be directed solely to the City. If the Contractor is unable, for any cause, to resume performa�ceend allfliabilitythirty 3of theeCity days from beginning of C_ y takeover, ender this contract to the Contractor shall cease and the C^era- shall be free to negotiatewith other uchcoperationsfor with anotter lion of said collection contractor shall not release breacheofothis ccontract. In tie event ity to the City for such breach or that this contract is so negotiated with a new contractor other contractors, third party liability of the contractor herein as such liability arises from tortious shall terminate insofar conduct in operation of the collection service. f. SALE OF BY-PRODUCTS The Contractor shall be entitled to all revenue generated through its performance under the terms of this contract, including the sale of salvageable materials. g, RIGHTS, RF�iEDIE'S =VD BENEFITS OF CONT?ACT It is agreed that each and every one of the rights, remedies and benefits provided by this Contract saishad rights, t be exclusive of any other of said rights, I cumulative, and shall no.. r rights, remedies and remedies aid benefits,ed by nor of any othe benefits h. WAIVERS One or more waivers of any covenant, agreement or condition of default regarding provisions of this contract by either the City or the Contractor shall not be construed as a waiver of a further breach of the same covenant, agreement, condition or the right of such party thereafter to enforce each and every provision. i APPROVAL BY CITY Wherever approval by City is required, it shall mean approval by the City Manager or as directed by the City Council. j. NOTICES UNDER CONTRACT Whenever, under this contract, provisions is made for notice of any kind, it shall be deemed sufficient notice and service thereof if the said envelope to be delivered by Certified mail, addressed as follows: If to the City: City of La Quinta 78-105 Calle Estado La Quinta, CA 92253 If to the Contractor: Palm Desert Disposal Service, Inc. Post Office Drawer LL Cathedral City, CA 92234 Changes in the respective addresses to which such notices shall be directed may be made from time to time by either party. Notice of any such change in address shall be directed to the other party in writing by Certified mail. k. LEGAL JURISDICTION This contract and the rights of the parties hereunder shall be interpreted under the laws of the State of California. 1. PARAGRAPH HEADINGS The paragraph headings of this contract are mt a part of this contract and shall have no effect upon the construction or interpretation of any part of this contract. -10- M. ENTIRE AGREEMENT This contract contains the entire agreement of the parties hereto with respect to matters covered hereby, and no other agreement, statement or promise made by any party hereto, or agent of such party, which is not contained herein, shall be binding or valid. No purported modification, amendment or other change in this contract shall be valid unless set forth in writing signed by both Contractor and City. n. SUBLETTING CON'_"RACT This contract, or any portion thereof, shall not be sublet except with the written consent of the City. No such consent shall be construed as making the City a party to such sub -contract, or subjecting said City to liability of any kind to any sub -contractor. RE COMPENSATION TO CO�v'TRAC"'OR As full compensation to the Contractor for the service performed and per the terms of this contract, the Contractor shall be entitled to collect the service fee then in effect for all matter collected by the Contractor under the terms of this contract. The amount of any applicable restart fee shall be set by Council Resolution as part of the rate adjustment pro- cedure. P. FEES FOR REFUSE COLLECTION Fees for refuse collection shall be set by resolution of the City Council and shall continue in full force and effect until amended by resolution of the City Council or as set forth in this contract. q. ASSIGNS This contract shall not be assignable by the Contractor without the prior written consent of the City, except that Contractor may assign this contract to the wholly owned subsidiary. r. CHANGE OF OWNERSHIP The City, in entering this contract, has placed a special value, faith and confidence upon the experience, background and expertise of the Contractor in the field of waste disposal. Such faith and confidence being a substantial consid- eration in the granting of this contract, the parties hereto therefore agree that no change of ownership or transfer o_ stock -11- in the Contractor's business in an amount equal to or greater than ten percent (10%) of such ownership or stock shall take place without the prior written consent of the City. S. BANKRUPTCY If the Contractor shall at any time during the term of this contract become insolvent, or if proceedings in bankruptcy shall be instituted by or against the Contractor, or if the Contractor shall be adjudged bankrupt or insolvent by any Court, or if a receiver or trustee in bankruptcy or a receiver of any property of the Contractor shall be appointed in any suit or proceeding brought by or against the Contractor, or if the Contractor shall make an assignment for the benefit of creditors, then and in each and every case, this contract and the rights and privileges granted thereby shall immediately cease, determine and be forfeited and cancelled without notice and without suit or other proceeding. t. WAIVER OF PERF=R LANCE The failure of either party to insist in any instance upon_a strict performance by the other party of any of the provisions, terms, covenants, reservations, conditions, or stipulations contained in this contract, shall not be consid- ered a waiver thereof, and the same shall continue and -emain in full force and effect. No waiver by the City of any provision, term covenant, reservation, condition or stipulation contained in this contract shall be deemed to have been made in any in- stance unless expressed in the form of a resolution by the City Council. U. INVALID PROVISIONS The parties agree that in the event any:. covenant, condition, or provision herein contained is held -.to. be valid by any Court of competent jurisdiction, the invalidity thereof shall in no way affect any other provision in this con- tract if the provision does not materially prejudice either the Contractor or the City in their respective rights and obligations hereunder. -12- V. WARRANTY The Contractor warrants that it has Inot employed any officer or employeeof the City of La Quinta nor offered any gift, gratuity, contingent fee nor any other thing of value to such officer or employee of the City of La Quinta seeking assistance in obtaining this contract. W. OPERATIONAL REQUIREMENTS 1. Commercial a. Collection during winter months shall be between 6:00 a.m. and 6:00 p.m. b. Collection during summer months shall be between 5:30 a.m. and 6:00 p.m. 2. Residential a. Collection during winter months shall be between 6:30 a.m. and 6:00 p.m. b. Collection during summer months shall be between 5:30 a.m. and 6:00 p.m. 3. Refuse shall be collected from containers at the location of all residences and dwellings, whether a single family or multiple dwelling unit, not less than once per week. 4. Refuse shall be collected at all places os business as often as shall be necessary to maintain a sanitary condition and provide reasonable convenience to such business establishments. 5. All persons, except business establishments who are furnished container by the Contractor, shall provide a standard metal or plastic container of not mare than thirty-three (33) gallon capacity, each with a tight fitting cover, tapered sides, two handles or bales, and shall not exceed fifty (50) pounds gross weight each when filled. -13- 1 6. Business establishments and apartment units of three (3) or more shall use containers specified by the Contractor which shall be sized to contain all refuse accumulation of the business for four (4) days or other period as determined applicable by the Contractor. The service level or, bins re- quired or frequency of pick-up shall be determined by Contractor. Appeal to Contractor determination shall only be made to City Manager and/or City Council. 7. In the event of storm, riot, fire or act of God, the Contractor shall be granted reasonable variance from his regular schedule to collect the additional refuse. As soon as practicable after a storm or disaster, Contractor shall advise the City and the public of the estimate of time required before he can resume the regular schedule. 8. Refuse may be transferred from the container into tubs, can, hamper or other containers used by the Contractor in carrying this matter to collection trucks. This shall be done in a sanitary manner and any matter spilled in transferring shall be picked up by the collector. 9. Collection of refuse shall be made from the place where containers are freely accessible, are at the ground level or on a platform not more than three (3) feet above the ground, and are not inside any dwelling, store, office, shelter or other building. 10. The Contractor shall not be required to collect from containers of more than thirty three (33) gallon capacity or fifty (50) pounds gross weight, when filled wholly or partially, unless Contractor shall have provided the container. 11. Containers moved by the Contractor for his convenience, shall be returned to their original locationby- Contractor within a reasonable time.-- 12. Space about the containers shall be left free from any refuse spilled during the collection. The Contactor shall not be responsible for cleaning up unsanitary conditions about the refuse containers caused by carelessness of the occupant. 13. Care shall be taken by Contractor's employees to prevent damage to containers by unnecessarily rough treatment. 14. Employees of the Contractor shall not )be required to expose themselves to the danger of being bitten by vicious dogs in order to accomplish refuse collection in any case where the occupants have such an animal at large. -14- 15. Residential refuse will be collected not to exceed sixty (60) feet from side, back door, carport, or other area as established by the Contractor pursuant to the ap- oroval of the City. 16. Refuse collections shall be made with as little noise and as little disturbance to the householder or �usi:.ess place as possible, and without crewing a nuisance. Containers and receptacles shall be careful'_! :andled by t:e Contractor and shall be thoroughly emptied and left at the premises where they are found. 17. The collection of bulky items such as ;iscarded f•arniture, appliances, packing crates and containers shall be accomplished as a special haul and shall be charged for by the Contractor in accordance with to fee schedule then in effect. 18. The Contractor shall be free to estab- lish such refuse collection routes as will contribute to the maximum efficiency of operation. 19. The Contractor shall do every reason- able act to provide a service of high quality and keep the n-LL7ber of legitimate complaints to a mini.m%im. 20. Tree limbs less than five inches (5") in diameter and vine cuttings shall be picked up by Contractor as solid municipal waste when they are securely tied in bundles less than 24 inches (24") in diameter and not over four (4) :eet in length. ?eaves and grass trimmings, not to exceed fifty (50) pounds per bundle, placed in plastic bags at curb or road- side, will be picked up on regular collection days. Maximum. -weight per collection to be three hundred (300) pounds consisting of six (6) cans, bags, bundles from all sources. 21. Tree limbs, plant and vine cuttings of larger di.;.ension than hereinabove specified shall be picked up as a special haul and shall be charred for at the Fee then in effect. 22. Except in cases where a health ;-.azard nay exist, the Contractor shall not be required to provide :-cre than once a week collection of special iteT.s or bulky items to the same c::stomer. 23. Contractor shall collect trash such as =onstruction and repair project debris as required to meet the -reeds of said project. -15- 24. In the event service is missed, the Contractor shall return and pick up same within twenty-four (24)hours. 25. The City may inspect the operational records of Contractor at any reasonable time to insure performance of contract provisions. 26. The Contractor shall provide one free annual community wide trash clean up service on the Saturday of unless changed by mutual agreement. The Contractor shall be responsible for the pick up of usual major items of trash, such as tires, boxes, abandened furniture, washers, refri(I gerators, etc. as long as they are placed at the curb of the reside by 6:00 a.m. on the clean up day. As in the past, the Contractor will also provide the Chamber of Commerce with several large Roll Off bodies during this time. 27. The Contractor shall provide either plastic lids or apartment lids on bins that require lids. 28. The Contractor shall place all commercial containers off the right away of both residential customers and or commercial customers. x., QUALITY OF SERVICE 1. The direction and supervision of the refuse collect and disposal operation, including all sub -contractors, foremen and workmen employed by Contractor, shall be competent, qualified and sober personnel, to insure performance satisfactory to the City and to serve the public in a courteous, helpful and impartial manner. 2. The Contractor shall furnish the City with every reasonable opportunity for ascertaining whether or not the work is performed in accordance with the requirements of this contract. 3. The Contractor shall designate a persons to serve as agent and liaison between his organization and the CIty. 4. The City may inspect the Contractor's operations and equipment at any reasonable time and the Contractor agrees to admit him to make such inspections. VIII. This agreement, consisting including schedules attached hereto, is each of which executed copy shall have original. of eighteen (18) pages, executed in triplicate, the force and effect of not the -16- CITY OF IN QUINT , IFO NIA BY MAYOR BY - Attest: t, it Clerk COUNCIL MINUTE ORDER aK DATED: Date 1- IZ-83 SCA SERVICES, INC. By -17-