Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 10282003 - C89
Contra Costs:County Standard Forza L-2 APPROVALS/ACKNOWLEDGMENT Number Revised 2002 (Purchase of Services-Long Form) APPROVALS RECOMMENDED BY DEPARTMENT FORM APPROVED COUNTY COUNSEL By: By. Designee Deputy APPROVED: COUNTY ADMINISTRATOR By: Designee ACKNOWLEDGMENT STATE OF CALIFORNIA ) )ss. COUNTY OF CONTRA COSTA On ,before me, insert name and title of the officer),personally appeared ersonally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose nap s)is/are subscribed to the within instrument and acknowledged to me that helshe/they executed the same in his/her/their authorized capacity(ies),and that by histher/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted, executed the instrument. WITNESS MY HAND AND OFFICIAL SEAL. (Seal) Signature AM0Wr MVAM tty Copwvlm Puftweltip,or InAxidtal> (Civil Code$1189) L-2 (Page 1 of 1) ................. Contra Costa County GENERAL CO1 DMONS Standard Form L-5 (Purchase of Services-Long Form) Revised 2002 1, Compliance with Law. Contractor shall be subject to and comply with all applicable federal,state and local laws and regulations with respect to its performance under this Contract,including but not limited to,licensing,employment and purchasing practices,and wages,fours and conditions of employment,including nondiscrimination. 2. Iusspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring,inspection,review and audit by authorized representatives of the County,the State of California, and the United States Government. 3. Records. Contractor shall beep and make available for inspection and copying by authorized representatives ofthe County,the State of California,ana the United States Government,the Contractor's regular business records and such additional records pertaining to this Contract as may be rewired by the County. a. Retention of Records. Contractor shall retain all documents pertaining to this Contract for five years from the date of submission of Contractor's final payment demand or final Cost Report;for any fin ther period that is required by lave;and until all federallstate audits are complete and exceptions resolved for this contract's funding period. Upon request,Contractor shall make these records available to authorized representatives ofthe County,the State of California,and the Unfitted.States Government. b. Access to Books and Records of Contractor.Subcontractor. Pursuant to Section 1861(v)(1)ofthe Social Security Act, and: any regulations promulgated thereunder, Contractor shall, upon written request and until the expiration of four years after the furnishing of services pursuant to this Contract,make available to the County,the Secretary of Health and Human Services, or the Comptroller general, or any of their duly authorized representatives,this Contract and boobs,documents,and records of Contractor necessary to certify the nature and extent of all costs and charges hereunder. Further, if Contractor carries out any of the duties of this Contract through a subcontract with a value or cost of $10,000 or more over a twelve-month period,such subcontract shall contain a clause to the effect that upon written request and until the expiration of four years after the furnishing of services pursuant to such subcontract,the subcontractor shall make available to the County, the Secretary,the Comptroller General, or any of their duly authorized representatives,the subcontract and books,documents, and records of the subcontractor necessary to verify the nature and.extent of all costs and charges thereunder. This special condition is in addition to any and all other terms regarding the maintenance or retention of records under this Contract and is binding on the heirs, successors, assigns and representatives of Contractor. 4. Reporting Requirements. Pursuant to Government Code Section 7550,Contractor shall include in all documents or written reports completed and submitted to County in accordance with this Contract, a separate section listing the numbers and dollar amounts of all contracts and subcontracts relating to the preparation of each such document or written report, This section shall apply only if the payment limit under this Contract exceeds$5,000. 5. Termination and Cancellation. a. 'Written Notice. This Contract may be terminated by either party, in its sole discretion, upon thirty-day advance written notice thereof to the other, and may be cancelled immediately by written mutual consent. L-5 (Page 1 of d) b. Failure to Perform. County,upon written notice to Contractor,may immediately terminate this Contract should Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, County may proceed with the work in any reasonable manner it chooses. The cost to County of completing Contractor's performance shall be deducted from any sum due Contractor under this Contract,without prejudice to County's rights to recover damages. c. Cessation of Funding Notwithstanding Paragraph S.a.above,in the event that federal,state,or other non- County fending for this Contract uses,this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. kept as expressly provided herein,no other understanding,oral or otherwise,regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Sp eeificatlons for Qygrating Procedures. Detailed specifications of operating procedures and budgets required by this Contract,including but not limited to,monitoring,evaluating,auditing,billing,or regulatory changes, may be developed and set forth in a written Informal Agreement between Contractor and County. Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Informal Agreements may not enlarge in any manner the scope of this, Contract,including any sums of money to be paid Contractor as provided herein Informal Agreements may be approved and signed by the head of the county department for which this Contract is made or its designee. 8. t!'odifteatians and.Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed.by Contractor and the Contra Costa County Board of Supervisors or,after Board approval,by its designee,subject to any required state or federal approval. b. AdminlWati ve Amendments. Subject to the Payment Limit,the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by Contractor and the County Administrator(or designee),subject to any required state or federal approval,provided that such administrative amendment may not materially change the Payment Provisions or the Service Plan. 9. Disputes. Disagreements between County and Contractor concerning the meaning,requirements,or performance of this Contract shall be subject to final written determination by the head of the county department for which this Contract is made, or his designee, or in accordance with the applicable procedures (if any) required by the state or federal government. 10. Choice of Law and Personal Jurisdiction, a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County, State of California. 11 Conformance with Federal and State Regulations and Laws. Should federal or state regulations or laws touching upon the subject of this Contract be adopted or revised during the term hereof,this Contract shall be deemed L-5 (Page 2 of 6) Contra Costa County GENERAL CONDMONS Standard Form L-5 (Purchase of Services-Long Form) Revised 2002 amended to assure conformance with such federal or state requirements. 12. No Waiver by County. Subject to Paragraph 9.(Disputes)of these General Conditions,inspections or approvals, or statements by any officer, agent or employee of County indicating Contractor`s performance or any part thereof complies with the requirements of this Contract,or acceptance of the whole or any part of said performance,or payments therefor,or any combination of these acts,shall not relieve Contractor's obligation to fulfill this Contract as prescribed, nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions of this Contract. 13. Subcontract and Assignment. This Contract binds the heirs,successors,assigns and representatives ofContractor. Prior written consent of the County Administrator or his designee,subject to any required state or federal approval,is required before the Contractor may enter into subcontracts for any work contemplated under this Contract,or before the Contractor may assign this Contract or monies due or to become due,by operation of law or otherwise. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship between the parties of agent:,servant,employee,partnership,joint venture or association. 15. Conflicts of Interest. Contractor, its officers, partners, associates, agents, and employees, shall not make, participate in malting, or in any way attempt to use the position afforded them by this Contract to influence any governmental decision in which they know or have reason to know they have a financial interest under California Government Cade Sections 87100,et seq.,or otherwise. 16. Confidentiality. Contractor agrees to comply and to require its officers,partners,associates,agents and employees to comply with all applicable stateror federal statutes or regulations respecting confidentiality,including but not limited to,the identity of persons served under this Contract,their records,or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential,and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed,any list ofpersons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees,agents and partners of the above provisions,and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age,sex,race,religion,color,national origin,ethnic background,disability,or sexual orientation,and that none shall be used, in whole or in part,for religious worship or instruction. 18. Indemnification. Contractor shall defend, indemnify, save, and hold harmless County and its officers and employees from any and all clailns, costs and liability for any damages, 'mess, death, or injury to person(s) or L-5 (Page 3 of 6) Initials: Contractor County Dept. Centra Costa County GENERAL CONDITIONS Standard Farm L-5 (Purchase of Services-Long Form) Devised 2002 property, including without limitation all consequential damages, from any cause whatsoever arising directly or indirectly from or connected with the operations or services of Contractor or its agents, servants, employees or subcontractors hereunder, save and except claims or litigation arising through the sole negligence or sole willful misconduct of County or its officers or employees. Contractor will reimburse County for any expenditures,including reasonable attorneys'fees,County may make by reason of the matters that are the subject of this indemnification,and,if requested by County,will defend any claims or litigation to which this indemnification provision applies at the sole cast and expense of Contractor. 19. Insurance. During the entire term ofthis Contract and any extension or modification thereof,Contractor shall keep in erect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liabi ty Insurance. For all contracts where the total payment limit of the contract is $500,000 or less, Contractor shall provide comprehensive liability insurance, including coverage for owned and non-owned automobiles,with a minimum combined single limit coverage of$500,000 for all damages,including consequential damages,clue to bodily injury,sickness or disease,or death to any person or damage to or destruction of property, including the loss of use thereof,arising from each occurrence. Such insurance shall be endorsed to include County and its officers and employees as additional insureds as to all services performed by Contractor under this agreement. Said policies shall constitute primary insurance as to County,the state and federal governments,and their officers, agents, and employees, so that other insurance policies held by them or their self-insurance program(s)shall not be required to contribute to any loss covered under Contractor's insurance policy or policies. For all contracts where the total payment limit is above $500,000,the aforementioned insurance coverage to be provided by Contractor shall have a minimum combined single limit coverage of$1,000,000,and Contractor shall be required to provide County with a copy of the endorsement malting the County an additional insured on all general liability,worker's compensation,and,if applicable,all professional liability insurance policies as required herein no later than the effective date of this Contract. b. Workers' Compensation. Contractor shall provide workers' compensation insurance coverage for its employees. c. Certificate of Insurance. The Contractor shall provide the County with (a) certificate(s) of insurance evidencing liability and worker's compensation insurance as required herein no later than the effective date of this Contract. If the Contractor should renew the insurance policy(ies)or acquire either a new insurance policy(ies)or amend the coverage afforded°through an endorsement to the policy at any time during the term of this Contract,then Contractor shall provide(a)current certificate(s)of insurance. d. Additional Insurance Provisions. The insurance policies provided ay Contractor shall include a provision for thirty(30)days written notice to County before cancellation or material change of the above specified coverage. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail,postage prepaid. Notices to County shall be addressed to the head of the county department for which this Contract is made. Notices to Contractor shall be addressed to the Contractor's address designated herein. The effective L•5 (Page 4 of 6) `'Contractor County Dept. Contra Costa County GENERAL CONDITIONS ataridardForm L-5 (Purchase of Services-Long Form) Revised 2042 date of notice shall be the date of deposit in the mails or of other delivery, except that the effective date of notice to County shall be the date of receipt by the head of the county department for which this Contract is made. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions(if any)aqd Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation,implication,or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract,and waives all rights or claims to notice or hearing respecting any failure to continue purchasing all or any such services from Contractor. 23. Possessory Intent. if this Contract results in Contractor having possession of,claim or right to the possession of land:or improvements,but does not vest ownership of the land or improvements in the same person,or if this Contract results in the placement of taxable improvements on tax exempt land(Revenue&Taxation Code Section 107),such interest or improvements may represent a possessory interest subject to property tax,and Contractor may be subject to the payment of property Mixes levied on such interest. Contractor agrees that this provision complies with the notice requirements ofR.evenue&Taxation Code Section 107.6,and waives all rights to further notice or to damages under that or any comparable statute. 24. No Third-Party Beneficiaries. Notwithstanding mutual recognition that services under this Contract may provide some aid or assistance to members of the County's population,it is not the intention of either County or Contractor duet such individuals occupy the position of intended third-party beneficiaries of the obligations assumed by either party to this Contract. 7 25. Copyrights acrd Rights in Data. Contractor shall not publish or transfer any materials produced or resulting from. activities supported by this agreement without the express written consent of the County Administrator. If any material is subject to copyright,County reserves the right to copyright,and Contractor agrees not to copyright,such material. If the material is copyrighted,County reserves a royalty-free,nonexclusive,and irrevocable license to reproduce,publish, and use such materials, in whole or in part,and to authorize others to do so. 26. Endorsements. Contractor shall not in its capacity as a contractor with Contra Costa County publicly endorse or oppose the use of any particular brand name or commercial product without the prior approval of the Board. of Supervisors. In its County contractor capacity,Contractor shall not publicly attribute qualities or lack of dualities to a particular brand name or commercial product in the absence of a well-established and widely accepted scientific basis for such claims or without the prier approval of the Board of Supervisors. In its County contractor capacity,Contractor shall not participate or appear in any commercially produced advertisements designed to promote a particular brand name or commercial product,even if Contractor is not publicly endorsing a product,as long as the Contractor's presence in the advertisement can reasonably be interpreted as an endorsement of the product by or on behalf of Contra Costa County. Notwithstanding the foregoing, Contractor may express its views on products to other contractors, the.Board of Supervisors, County officers, or others who may be authorized by the Board of Supervisors or by law to receive such views. L-5 (Page 5 of 6) Initials: o tractor County Dept, Cortm Costa County GENERAL CONZi3 MONS Standard Farm L-5 (Purchase of Services-Lang Form) Revised 2002 27. Required Audit. (A)If Contractor is funded by$300,000 or more in federal grant funds in any fiscal year from any source,Contractor shall provide to County at Contractor's expense an audit conforming to the requirements set forth in the most current version of Office of Management and Budget Circular A-133. (B)If Contractor is funded by less than $300,000 in federal grant funds in any fiscal year from any source,but such grant imposes specific audit requirements; Contractor shall provide to County an audit conforming to those requirements. (C)If Contractor is funded by less than $300,000 in federal grant funds in any fiscal year from any source,Contractor is exempt from federal audit requirematift for that year,however,Contractor's records must be available for and an audit may be required by,appropriate officials of the federal awarding agency,the General Accounting Office(GAC?),the pass-through entity and/or the County. If any such audit is required,Contractor shall provide County with such audit. With respect to the audits specified in(A),(B) and(C)above,Contractor is solely responsible for arranging for the conduct of the audit,and for its cast. County may withhold the estimated cost of the audit or 10 percent ofthe contract amount,whichever is larger,or the final payment, from Contractor until County receives the audit from Contractor. 28. Authorization. Contractor,or the representative(s)signing this Contract on behalf of Contractor,represents and warrants that it has full power and authority to enter into this Contract and perform the obligations herein. 4 .. L-5 (Page 6 of 6) Initials Contractor County Dept. Special Conditions Paragraph 19 of the General Conditions, Insurance, is amended to read: Certificates of insurance showing evidence of General Liability ($1 million),Auto ($500,000 minimum) and Workers Compensation will be required. Contra Costa County and its officers and employees shall be named as additional insureds on the certificate to the Contractor's General Liability Insurance. The indemnification language found in item 18 of the General Conditions shall be included in the contractor's insurance. Failure to do so within one week of the award of the contract and prior to initiation of work shall cause the contract to be nullified. Service Plan L Scope and Location of Work: The work to be done consists of street sweeping on curbed public streets including, but not limited to, curb returns and median islands in the unincorporated communities in Contra Costa County as described in the Appendix and the attached maps. In case of any conflicts between the Appendix and the maps,the maps will prevail. ILTerm of Contract: The contract term is from November 1, 2003 through October 31, 2004. The contract may be extended by mutual agreement for up to one additional year at the contract unit bid price. 111. Frequency and Timing: Street sweeping services shall be performed twice monthly, as per the attached street sweeping schedule. There shall be no deviations, save for the following three (3) exceptions, and bids should be made accordingly: 1) the regularly scheduled sweep day has to be rescheduled due to a change of schedule for garbage collection services, 2) the sweep day must be rescheduled due to heavy rains; or 3) the sweep day falls on a holiday. When there is an exception to the routine schedule, sweeping shall be rescheduled for another day during that workweek. Any variation will require approval by the Project Manager. At no time shall street sweeping conflict with local garbage collection pick up days. The Contractor shall notify the Project Manager if such conflicts occur. Sweeping should be done at a time of day when the least number of parked cars are present. IV. Additions and Deletions: Contra Costa County reserves the right to add or delete curb miles and to increase or reduce the sweeping frequency called for in these specifications. The unit cost bid per curb mile shall be used for additions or deletions and will dictate the maximum increase or decrease that shall be allowed for additional miles or additional frequency. V. Payment of PrevailingWage: The contractor shall pay its street sweeping operators prevailing wages as per Section '7-1.01 A(2) of the Standard Specifications for Construction of Local Streets and Roads issued by California Department of Transportation. Payroll records shall be provided to the County monthly. VI. Performance Standards: The San Francisco Bay and Central Valley Regional Water Quality Control Boards (RWQCB)have each issued a permit that governs stormwater and non-stormwater discharges resulting;from areas owned and operated by Contra Costa County. The RWQCB Permits are National Pollutant Discharge Elimination System(NPDES)Permit Nos. CAS0029912 amended by Amending Order No. 99-058 and Order No. R2-2003-0022 and CA0083313 respectively. Copies of the RWQCB Permits are available for review. In order to comply with the Permit requirements,the County has developed hest Management Practices (BMPs)to which parties conducting the municipal activities must adhere. These BMPs apply to any party conducting municipal activities and contain pollution prevention and source control techniques to minimize the impact of those activities upon dry-weather urban runoff, stormwater runoff, and receiving water quality. 1 Work performed under this CONTRACT shall conform to the Permit requirements, and all applicable BMPs. The CONTRACTOR shall ensure that all employees responsible for providing sweeping services fully understand the BMPs applicable to activities that are being conducted under this CONTRACT prior to conducting them. The CONTRACTOR shall maintain copies of the BMPs throughout the CONTRACT duration. The BMPs and Performance Standards are as follows: a. Equipment used may be regenerative air, dry vacuum air or tandem broom and vacuum air sweepers. b. Equipment must be maintained and kept in proper adjustment. c. Equipment must be operated at the speed specified by the manufacturer for the type of debris being swept. The Contractor shall provide the Project Manager with a copy of the operating manual within ten(10)days of approval of the contract by the County Board of Supervisors. d. The Contractor shall complete all sweeping per schedule. Mechanical failures or personnel problems shall not be acceptable reasons for failure to comply. The Contractor shall supply backup equipment and/or personnel at no additional cost to the County. e. The street sweeping schedule may not be changed without the written approval of the Project Manager. f. After sweeping, curbs and gutters must be free of debris. Debris is defined as dirt, gravel, sand, leaves, trash, and fine particles. g. Obstructions such as accumulations of silt,compacted dirt, leaves and similar debris shall be removed unless the removal of such obstruction cannot be accomplished without damage to equipment, inflicting personal injury or clearly is beyond the capabilities of specified equipment. h. Obstructions such as small tree limbs and rocks shall be removed from the sweeping path and hauled away by the Contractor rather than by-passing the area. i. The Contractor shall notify the Project Manager of any obstruction and/or reason why sweeping could not be performed for a specific area. j. Refuse must be disposed of in a County approved land fill. At no time shall the operator drive or sweep any debris into storm drain catch basins. Dumping manifests shall be provided to the County on a monthly basis for confirmation of acceptable disposal of all material swept or otherwise removed as part of this contract. k. Each month the contractor will send to the County a record detailing mileage swept, days swept, cubic yards of debris collected, and other performance indicators. 1. No sweeping shall be performed during rainstorms, when there is running water in the gutter or street, or for any other reason that makes sweeping impractical as determined by Project Manager. V11. Complaints: Complaints submitted by the Project Manager or designee to the Contractor shall be resolved the day of the complaint if possible. Within two (2) days the Contractor shall report the action taken to resolve each complaint to Project Manager. V111.Penalties: The following are causes for penalties: * Operation of sweeper outside the appropriate limits for operation, * Incomplete debris removal. + Failure to report actions on complaints within two working days as specified in above section VII Complaints. 2 By entering into a contract for performance of all work called for in this service plan, the Contractor agrees to the following penalties as being appropriate and, acceptable and further agrees that monetary penalties may be deducted from funds otherwise due and payable to the Contractor. When observed violating the foregoing causes for penalty, on the first occurrence, the Contractor will be notified by telephone. If the Contractor violates the same specification a second time,the County shall have the right to withhold payment of$100.00 for each street or portion of a street that is inadequately swept, each instance of sweeping outside of the appropriate operating limits or each failure to report action on a complaint. If the Contractor violates the same specification three or more times, the County shall have the right to withhold payment of$200.00 for each street or portion of a street that is inadequately swept, each instance of sweeping outside of the appropriate operating limits or each failure to report action on a complaint. The Program Manager shall determine the amount of penalty. + Repeated instances of failure to meet the BMPs and performance standards above may result in termination of the contract at any time during the contract period. IX. Performance Band; The Contractor shall furnish a surety bond to guarantee faithful performance. Said bond shall be for fifty percent (50%) of the contract cost and shall be submitted to Project Manager prior to commencement of work. X. Special Street Cleaning: The contractor shall perform special street cleaning and removal of debris and litter, in designated areas as requested by Project Manager. Payment shall be based on an hourly bid rate with a four hour minimum.charge. XI. County's Obli ations: The Public Works Department will assist Contractor by removing large obstructions that impair the vertical and/or horizontal clearance of the work site. Documenting citizen complaints and reporting them to the Contractor will be the responsibility of the Project Manager or designee, as well as changes in scope of work. In addition, when appropriate, the Project Manager or designee will write and distribute notifications of street sweeping schedules. XII. Payment Provisions: Payment will be made monthly according to attached Payment Provision Table and will reflect any penalties as outlined in section VIII Penalties above. Additional payments up to the total contract amount may be made for special work approved by the Program Manager or designee. G:iGrpData\F1dCtl\NPDES\Mntnc\StreetSweepSpecCond-Central Co.03-04.doc 3 Contra Costa County PAYMENT PROVISIONS Number Standard Form P-1 (Fee Basis Contracts-song and Short Form) Revised 2002 1. Payment Amounts. Subject to the Payment Limit of this Contract and subject to the following Payment Provisions, County will pay Contractor the following fee as full compensation for all services, work, expenses or costs provided or incurred by Contractor: [Check one alternative only.] a. $3,W74monthly,or b. $ per unit, as defined in the Service Plan, or [] c. $ after completion of all obligations and conditions herein. ® d. Other: 2. Payment Demands.Contractor shall submit written demands for payment on County Demand Form D-15 in the manner and form prescribed by County. Contractor shall submit said demands for payment no later than 30 days from the end of the month in which the contract services upon which such demand is based were actually rendered. Upon approval of payment demands by the hemi of the County Department for which this Contract is made, or his designee, County will make payments as specified in Paragraph 1. (Payment Amounts)above. 3. Penalty for Late Submission. If County is unable to obtain reimbursement from the State of California as a result of Contractor's failure to submit to County a timely demand for payment as specified in Paragraph 2. (Payment Demands) above, County shall not pay Contractor for such services to the extent County's recovery of funding is prejudiced by the delay even though such services were fully provided. 4. RWht to Withhold. County has the right to withhold payment to Contractor when,in the opinion of County expressed in writing to Contractor, (a) Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or(c) Contractor has failed to sufficiently itemize or document its demand(s)for payment. 5. Audit Exceptions. Contractor agrees to accept responsibility for receiving,replying to,and/or complying with any audit exceptions by appropriate county, state or federal audit agencies resulting from its performance of this Contiact. Within 30 days of demand,Contractor shail pay County the full amount of County's obligation,if any,to the state and/or federal government resulting from any audit exceptions,to the extent such are attributable to Contractor's failure to perform properly any of its obligations under this Contract. `J initialio actor County Dept. Form P-1 (Page 1 of 1) `` APPENDIX NORTH CONCORD/CLYDE EASTof HWY 680 THOM. CURB Curb MI. STRUT REF. MILES Sweptimo. r►e r Berry Or 572.C7 1.13 2.20 Blum 1.00 neer 7 ve 5192-81 57 0.80 cut M Xv"e"' - 117 2.80 Dean Lesher Dr - 0.16 0.32 sex0.08 c3mt r _T 1.32 P10910 M 572-M 3.13 0.32 Imhoff r 5 0.05 0.10 2.72 5.44 MoR P1 572-M .42 0.84 John Glenn Dr 592-DI 6 2.12 MISM M 0.12 .urn M 57MI 376 0.12 Marsh Car 572-07 2.63 5.16 rn 91 2 7T18 0.36 0.02 0.04 Meridian Park 3.33 0.16 die 572-C7 072 0.84 orman Ave 572-G2 0.16 0.32 0.60 1.20 Park t 572-G2 0. 0 1.00 SW KT&Ur' 572-C7 113 2.20 ussex t 572-G2 0.06 0.12 0.03 0.06 0.16 0.32 Tr-a"9/gar Cir 572-M 0.44 0.88 ra gar Ct 572-G2 0.12 0.24 Wellington Ave 572-GI 0.20 0.40 ellington Ct 572-G2 0.12 0.24 Total miles of curb= 15.66 Total Ries"swept based-on 2 x per month 31.32 g:lfldctNNP©1=S1Street SweepinglContractstl0-03bid.xis 7/15103 PLEASANT WILL BAIT . CURB Curb MI. REI~. MILES Sweptimo. Rum t 9 9arw w ey 912M 571 5.0 U;MI XV'e 612-Ct 0.82 1.64 Cherry Ln 3 17'5 1 Me 3.32 ZMr"M S Forn 1791 Ro"mEre 0.08 3.13 Curled on one side 0.4 3.39 4 9 ns Dr 612-D1 0.98 1.96 Del Hombre Ln 617-51 6.21 571a on one side from en rasa t 0.08 Jones 6T-M FV IN Las untas Wy 612-Di 3.75 3ak M 312"M 4. Oak d MTS 4.24 4.26 ;5 Treat Blvd 1 . 4.6 IA2 enter alviTer also cu 1.32 2.64 Center divider also curbed yne r. 81.2-' .14 2 ToM M17s of curb= 7.68 m es swept basea on I x per mong; IMF i . 'i. G:1#ldctilNPDES\Mntnct310-03bid.xis 7116103 DISCOVERY BAY AND BYRON AND KNI TNy/tCurb STREETai3ywFA �yy/{; �) tsamo e een Lane 0. Anchar Ct.N. 81 -E7 '0.26 0.62 Annc hor Ct S.. 647-E7 0.10 37 Anchorage Wy 817-1-16 0.40 0.30 Balboa Wy 617-07 0.18 5.36 Bean,Ct 617-J5 0.52 1.04 Beacon P4 617-F6 0.64 179 Beaver Ct 618-A4 0.44 Beaver Ln 617-J4 1.04 2. Biscay Ct 617-H6 0.16 0.32 Biscay Wy 617-H7 0.06 5.17 Bodega Ct 617-4.17 0.14 2 BoCmas Pl 617-F6 0.24 078 Bowsprit Ct 617-1-18 0.16 3.337 Breaker Ct 817-1-16 0.16 .M Brighton Ct 617-F5 0.06 5.17 Cabrillo Point 617-H5 1.10 2. 0 Cambridge Ct. 617-F6 0.12 0.24 Cambridge Dr. 617-F6 0.46 0.9 Cambridge Way. 617-F5 0.08 0.12 Capstan PI 617-F7 0.24 0.48 Catalina Way 617-E7 0.32 0.64 Cetamaran Way 617-E7 0.26 0.5 Clipper Dr 617-C7 1.42 2.84 Coastal Ct 617-E7 0.12 0.24 Coral Ct. N. 617-E7 0.10 0.20 Coral Ct. S. 617-E7 0.12 0.24 Cove Ct 617-1-17 0.30 0.60 Cave Ln 617-G7 0.72 1.44 Cave P1 617-117 0.22 0.44 Cypress Point 617-G7 0.74 1.48 Del Mar Ct 617-1-17 0.10 0.20 Discovery Bay Blvd 617-H7 5.06 10.12 Discovery Point 617-144 1.62 3.14 Dolphin Ct 617-1-16 0.16 0.32 Dolphin P1 817-G6 0.58 1.16 Double Point Wy 617-H5 0.38 0.76 Drakes Ct 617-J5 0.28 0.56 Drakes Dr 617-J5 0.78 1.56 Driftwood Ct 617-G7 0.26 0.52 Driftwood P1 617-G7 0.28 0.56 Dune Point Ct 617-C6 0.22 0.44 Dune Point PI 617-C6 0.10 0.13 Dune Point Wy 617-156 0.42 0.4 Foghorn Way I 617-E7 1 0.40 0.00 9.fldct\NPDES1Street sweeping\Contracts110-03bid.xis 1 8/18/2003 DISCOVERY SAY AND BYRAN AND KNUNTSEN THOM. Curb STRET REF. MI.Sweptfmo. Galley Ct. 617-E7 0.16 0.32 Goleta PI 617-F7 0.10 3. 0 Halyard Way 617-E7 0.10 3.20 Keel Ct. 617-E7 0.08 Laguna Ct 617-1-14 0.30 0.60 Largo Ct 617-H6 0.16 3.37 1 Lido Cir 617-1-14 0.62 1. 4 Lighthouse Pi 617-F6 0.46 0. Marina Cir 617-H5 0.64 1.28 Marlin Ct 61748 0.12 5.74' Marlin tar 617-J5 0.70 1.4 Marlin PI 61745 0.16 0.32 Montauk Ct 617-1-16 0.24 0.48 Montauk Wy 617-H6 0.06 012 Monterey Ct 617-G7 0.26 0.62 Nautical Ct. 617-E7 0.14 3.28 Newport Ct 617-G7 0.42 0.84 Newport Dr 617-F7 2.88 5.76 Newport PI N 617-G7 0.08 0.13 Newport PI S 697-F7 0.22 0.44 North Point 617-H5 0.34 0.68 Pelican Ct. 617-E7 0.14 0.28 Pier Point 617-F6 0.24 5.48 Pismo Ct 617-G7 0.10 0.20 Plymouth Ct. 617-F5 0.12 4 Porthole Car. 617-E7 0.12 0.24 Portside Ct 617-H7 0.12 0.24 Reef Ct 617-1-17 0.32 0.64 Regatta Dr. 617-E7 0.98 1.96 River Point 617-J4 0.18 0.36 Riverlake Rd 617-1-16 . 1.60 3.20 Rudder Ct. 617-E7 0.04 0.08 Sail Ct 617-J6 0.14 0.28 Sailboat Dr. 617-E7 0.58 1.16 Salmon Ct 617-J4 0.18 0.36 San Simeon Ct 617-H7 0.14 0.28 Sana Point 617-1-16 1.02 2.04 Sand Point Ct 617-G6 0.24 0.48 Santa Barbara Ct 617-H7 0.10 0.20 Santa Cruz Ct 617-H7 0.10 0.20 Seagull Ct. 617-E7 0.12 0.24 Seahorse C#. 617-E7 0.04 0.08 Seal Wy 617-H6 0.72 1.44 Shell Ct 617-H5 0.32 0.64 Shell PI 617-G71 O.OB 0.18 g:fidct\NPDES\Street sweeping\Contracts\10-03bid.xls 2 8/18/2003 DISCOVERY BAY AND BYRON AND KNIGHTSEN THOIIA. Curb RBF. MI.Swept#Mo. South Folrrt 617-H-5 0.5 1. Spinnaker' y 617-1-17 0.56 Starboard Ct 61715 0.12 Starboard Cir 61"7-,15 0.40 SGRsh Ct 618-A5 0.30 0 Starfish PI 61744 0.34 Stirling Ct. 617-F6 0.12 0.24 Sunfish Ct 61745 0.18 0,36 Surfside Ct 61 0.30 .60 Surfside Pi 6177 0.28 0.5 Sussex Ct. 617-F5 0.12 0.24 Tiller Ct 617-0 0.04 3.09 Milow Lake Ct 61744 0.46 TO 111t1UN Lake Rd 817413 2.84 5.6 Windward Ct 617--GG6 0.16 0. 2 Windward Pt 617-G7 1.18 2.3 worthing Ct. 617-F6 0.14 0.28 Worthing Way 617+6 0.14 0.28 Yacht Ct. 617-Ir7 0.13 0.26 1 Yacht Dr. 817-E7 0.10 0.20 Total miles of curb 45.97 gotal m es to be swap based oto 2 x per;;*-ng; 9 .52 g:fldct\NPDES\Street sweeping\Contracts\10-03bid.xls 3 8118/2003 A CO c CL d � z tu 8.0 t� Ul rn 1 � s ti m <i LIt) ' tt .� m w PACHECONARTINEZ WEST of HWY 680 THOM. CURB Garb Ml. STREET REF- Miles swept/Mo. Actriz Ave 571-J3 0.14 0.28 Ada tar 872-87 13.38 0.76 Argenta Ct 672-137 0.14 0.20 Argenta Dr 572-87 0.34 0.68 Arthur Rd 571-J3. 0.14 0.20 { 0.40 0.801 0.20 0.40 0.40 0.80 Aspen Car 572-87 0.03 0.06 Blackwood tar 592-131 0.02 0.04 Brown Ct 572-87 0.08 0.16 Brown Dr 572-87 0.56 1.12 N Buchanan Cir 572-B7 0.30 4.64 S Buchanan Cir 572-87 0.36 0.72 MEOW Or 67143 4.96 1.92 Camino del Sol 57144 0.68 1.36 Camino mnedo 571-J4 0.24 0.48 Carolos tar 572-87 0.28 0.56 Center Ave 592-81 0.94 1.88 Central Ave 572-A3 0.20 0.40 Central Ct 672-A3 0,08 0.16 Chester Ct 572-B7 0.08 0.16 Cormorant Ct 571-J4 0.20 0.40 Carte Cielo 571-J3 0.06 0.12 Corte del Sol 671-J4- 4.48 0.16 Corte Ella 57144 , 0.08 0.16 Corte Lado 571-J3 4.04 0.08 Dalton Ct 572-137 0.08 0.16 De Normandie Way 571-1-14 0.38 0,76 C3eodar Car 692-81 0,28 0.56 Donna Dr 572-A3 0.20 0.40 Easter Ct 672-87 4.10 0.20 Elder Dr 592-Bl 0.14 5,28 trs ve S 592-81 070 First Ave N 572-C7 0.14 4,28 Flame tar 592-B1 0.30 0,60 Fmaa FDr 572-137 0.34 0.6 ian#nn:Ra 571-JZ 0.04 0.08 Goree Ct 571-H4 0.36 0.72 Irene Dr 572-A3 0.56 1.12 Jane Ct 572-A3 0,10 0.20 Karen Ln 671-J4 0.28 0.56 Kennedy Wy 5717H4 0.12 0.24 Mac Murtry Ct 671-1-14 0.16 0.32 Mac Murtry Lar 571-1-14-, 0.30 0.60 g:ifldctllnpdeslmntnc110-03bld.xls 1 7/15/03 PACHECO/MARTINEZ WEST of HWY 680 THOM. Curb Mi. STREET REF. CUR13 Miles swepwo. Martha Dr -- 571-H4 0.10 0.20 Michele Rd 57 M- 0.22 0.44 Pacheco Btva- 571-G3 3.81 7.62 RON Dr 572-87 0.ro 0.60 Raymond Dr 672-137 0.71 '1.66 Riley Dr 672-87 0.22- 0.44 Rita Dr 672-A3 0,32 0.64 Rodrigues Ave 57143 Olt 0.32 Second Ave 5 592-61 0.10 0.20 §Raro 15F 571-H4 014 0.28 Temple Ci 572-BT 0.16 0.32 Temple Dr 97-2Y6 2.38 4.76 Towers Dr 572-87 0.14 0.28 Valley TV-; 572-A3 0.30 0.60 \Aa NNE 571-J3 0.76 1.52 Via de Flores 671-J4 0.42 0.84 Via Planeta 571-J3 0.06 0.12 Windhover ---611-J4 0.30 0.60 Total m of curb W 22.34 �Total MGswepi ase on 2 x per MOR; ".68 g:\fldctMpdes\mntnc\l 0-03bid.xis 2 7/15/03 § � § k � � Cd � A 4 ; 7 0 > .� \ % 4 J 00 0 � 4 2 f ¢ k / 7 � a 2 f § � � k _ ƒ