Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 10262004 - C70-C71
TO., BOARD OF SUPERVISORS, CONTRA COSTA COUNTY CA FROM: MAURICE SHIU, PUBLIC WORKS DIRECTOR. DATE: October 26, 2004 SUBJECT: Approve street sweeping contract for South County. Alamo, unincorporated Walnut Creek, Lafayette, Pleasant Hill and Danville areas. Districts II, III and IV. Work Order No.: 6W7223 SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION I. Recommended Action: APPROVE and AUTHORIZE the Chair,Board of Supervisors to execute a contract with Universal Building Services, in the amount of up to $50,880.00 for routine street sweeping services in Alamo, and unincorporated Walnut Creek,Lafayette,Pleasant Hill and Danville effective November 1,2004 to October 31, 2005. (County Watershed Program) (Districts II, III, and IV) II. Fiscal Impact: No impact to General Fund. Contract will be paid for with stormwater utility assessment revenue from the unincorporated areas(Fund 2517)designated to the County Watershed Program. III. Reasons for Recommendations and Background: Routine street sweeping helps satisfy the goal of the County Watershed Program,to reduce, eliminate,and prevent stormwater pollution and is mandated by the California Regional Water Quality Control Boards, through their j pint Municipal Stormwater National Pollutant Discharge Elimination System Permit with the County and cities of Contra Costa. This activity removes sediment, debris, and other contaminants that might normally enter the storm drain system and flow untreated to creeks and other natural waterways. Continued on attachment: X SIGNATUR COMMENDATION OF COUNTY ADMINISTRATO _ RECOMMENDATION OF BOARD COMMITTEE �±AkfI'ROVE OTHER SIGNATURE(S� '- c , s � ' . ACTION OF 800 ON €j i` +' _APPROVED AS RECdMiYIENDED OTHER f VOTE OF SUPERVISORS LTi�TANIMOUS(ABSENT �f ��� � ) I hereby certify that this is a true and correct AYES: NOES: ABSENT:. �.. ABSTAIN: copy of an action taken and entered on the minutes — of the Board of Supervisors on the date shown. RL:eh G;1GFpDatatpldCtl\AdnzinistrationlBoard Orders\24o4 BO\SouthstreetSweepCo!imactso"5.doc ATTESTED: <. - Orig.Div:Public Works Flood Control ^ Contact: Ronnie Levin(925)313-2281 JOHN SWEETEN,Clerk of,-the BoarA CC: County Counsel r of Supervisors and County Administrator CAO Flood Control By 7 6 ' ,Deputy Auditor-Controller—Contracts SUBJECT: Approve street sweeping contract for South County. Work Order No.: 6W7223 DATE: October 26, 2004 PAGE: 2 IV. Reasons for Recommendations and Background: (Continued) Adoption of this contract will continue mandatory monthly street sweeping of curbed streets in the South County areas. The Public Works Department Maintenance staff will administer this contract. The contractor, Universal Building Services,presented the lowest overall bid. The County's Watershed Program is not responsible for non-routine street sweeping related to road improvements and maintenance(chip seal cleanup) anchor construction projects. V. Consequences of Negative Action: No routine street sweeping will be provided to South County roads. The County will not be in compliance with its Joint Municipal Stormwater permits with the San Francisco Bay Regional Water Quality Control Board and/or the Central Valley Regional Water Quality Control Board. Contra Costa County PAYMENT PROVISIONS Number Standard Forth P-1 (Fee Basis Contracts - Long and Short Form) Revised 2002 1. PMment 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. $3,687.00 monthly, 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 head 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. Right 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 Contract. Within 30 days of demand, Contractor shall 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. Initial :ff�41 Contractor County Dept. Form P-1 (Page 1 of 1) Service Plan I. 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. II.Term of Contract: The contract term is from November 1, 2004 through October 31, 2005. The contract may be extended by mutual agreement for up to one additional year at the contract unit bid price. III. Fregl envy and Timing: Street sweeping services shall be performed once 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 Prevailing Wage: The contractor shall pay its street sweeping operators prevailing wages as per Section 7-1.01A(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. ____ W th-thr-Ptirifffte Best anagzrnient 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 thein. 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 bypassing the area. L 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. L 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. VII. 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. VIII. Penalties: The fallowing are causes for penalties: ♦ Operation of sweeper outside the appropriate limits for operation. ♦ ' Incornp ete ens rernov� ,— ---- ♦ Failure to report actions on complaints within two working days as specified in above section VII Complaints. 2 Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services-Long Form) Devised 2003 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, hours and conditions of employment, including nondiscrimination. 2. Inspection. 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 keep and make available for inspection and copying by authorized representatives of the County,the State of California,and the United States Government,the Contractor's regular business records and such additional records pertaining to this Contract as may be required 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 further period that is required by law; and until all federal/state audits are complete and exceptions resolved for this contract's funding period. Upon request,Contractor shall make these records available to authorized representatives of the County,the State of California, and the United States Government. b. Access to Books and Records of Contractor,Subcontractor. Pursuant to Section 1861(v)(1)of the 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 books,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 I of 6) 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 5.a. above, in the event that federal, state, or other non- County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except 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 Specifications for Operating 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. Modifications 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. Administrative 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 Lawn 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. U. Muy action relating to this Contract shall a in-sMituted and prosecuted in the courts of cont—ra—C—os—ta-Co—unty-,— 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 CONDITIONS Standard Form L,-5 (Purchase of Services-Long Form) Revised 2003 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 of Contractor. 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 making, 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 Code 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 state or 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 of persons 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 per-sons regardless of age, , ereligion,raeler,national origin,ethme backgfee ror 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 claims, costs and liability for any damages si, ess, death, or inju to persons) or L,-5 (Page 3 of 6) ' � Initials ' ` ntractor County Dept. Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services_Long Form) Revised 2003 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 cost and expense of Contractor. 19. Insurance. During the entire term.of this Contract and any extension or modification thereof,Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability 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,due 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$500,400,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 making 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 by Contractor shall include aprovision 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 b) Initials: Conti for County Dept. Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services-Long Form) Revised 2003 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) and 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. PossessoryInterest. 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 taxes levied on such interest. Contractor agrees that this provision complies with the notice requirements of Revenue&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 that such individuals occupy the position of intended third-party beneficiaries of the obligations assumed by either party to this Contract. 25. Copyrights and 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 qualities to a particular brand name or commercial product in the absence of well-established and widely accepted scientific basis for such claims or without the prior 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 .hoard of Supervisors or by law to receive such views. L-5 (Mage 5 of 6) ' Initials r antrae'tor County Dept. Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services-Long Form) Revised 2003 27. Required Audit. (A)If Contractor is funded by$500,000 or more in federal grant funds in any fiscal year ending after December 31, 2003 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 $500,000 in federal grant funds in any fiscal year ending after December 31, 2003 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 $500,000 in federal grant funds in any fiscal year ending after December 31, 2003 from any source, Contractor is exempt from federal audit requirements 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 (GAO),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 cost. County may withhold the estimated cost of the audit or 10 percent of the 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. L-5 (Page 6 of 6) f s A Initials antrr County Dept. APPENDIX. Curb Mileage STREET THOM. REF. MILES 0 CURBED MILES SWEPT SCHEDULE 632-G7 0.03 0.18 Route 1 1 st Friday 632-G6 0.16 0.32 Route 1 1st Friday 632-F5 0.04 0.04 Route 1 1st Friday 652-GI 0.06 0.12 Route 1 1 st Friday 632-G7 0.16 0.32 Route 1 1st Friday 632-F4 0.25 0.50 Route 1 1st Friday 632-F4 0.15 0.15 Route 1 1st Friday 632-F4 0.25 0.50 Route 1 1st Friday 632-F4 0.60 0.60 Route 1 1st Friday 632-F4 5.55 Route 1 1 st Friday 632-E5 0.06 0.12 Route 1 1 st Friday 632-F6 0.04 0.08 Route 1 1 st Friday 632-F6 0.08 0.16 Route 1 1st Friday 632-G7 0.21 0.42 Route 1 1st Friday 632-G7 0.38 0.76 Route 1 1st Friday 632-G7 0.16 0.32 Route 1 1st Friday 632-F7 0.28 0.32 Route 1 1st Friday 632-G7 0.12 0.24 Route 1 1st Friday 652-GI 0.04 0.08 Route 1 1 st Friday 632-F6 0.04 0.26 Route 1 1st Friday 632-F6 0.38 0.76 Route 1 1 st Friday 632-E6 0.05 0.40 Route 1 1st Friday 632-F3 0.75 3.80 Route 1 1 st Friday 632-G7 0.06 0.12 Route 1 1 st Friday 632-F6 0.04 0.08 Route 1 1st Friday 632-G6 0.08 0.16 Route 1 1st Friday 632-G5 4.24 5.88 Route I 1st Friday 632-F5 0.10 0.20 Route 1 1 st Friday 632-F5 0.05 0.10 Route 1 1st Friday 632-F5 0.28 0.56 Route 1 1st Friday 632-F7 0.14 0.28 Route 1 1st Friday 632-F6 0.29 0.58 Route 1 1st Friday 632-H2 0.61 1.22 Route 2 2nd Friday 632-F4 0.17 0.17 Route 2 2nd Friday 632-G4 0.52 1.04 Route 2 2nd Friday 632-H4 0.14 0.28 Route 2 2nd Friday 632-1-15 0.11 0.22 Route 2 2nd Friday 632-1-14 0.06 0.12 Route 2 2nd Friday 632-1-14 0.06 0.12 Route 2 2nd Friday 632-F4 0.05 0.20 Route 2 2nd Friday 632-1-12 0.14 0.28 Route 2 2nd Friday 632-G4 0.23 0.46 Route 2 2nd Friday 632-64 0.05 0.10 Route 2 2nd Friday 632-G5 0.04 0.08 Route 2 2nd Friday - h ri day 632-H2 0.04 0.08 Route 2 2nd Friday 632-1-12 0.09 0.18 Route 2 2nd Friday 632-H3 0.16 0.32 Route 2 2nd Friday 632-H4 0.04 0.08 Route 2 2nd Friday rev sedaiamo2.xls 1 Alamo APPENDIX Curb Mileage "MO Ar 632-F4 0.15 0.30 Route 2 2nd Friday 632-H4 0.17 0.34 Route 2 2nd Friday 632-142 0.02 0.04 Route 2 2nd Friday 632-E4 0.20 0.40 Route 2 2nd Friday 632-H3 0.06 0.12 Route 2 2nd Friday 632-H4 0.45 0.00 Route 2 2nd Friday 632-H2 0.08 0.16 Route 2 2nd Friday 632-H3 0.33 0.66 Route 2 2nd Friday 632-H3 0.03 0.06 Route 2 2nd Friday 632-G4 0.23 0.46 Route 2 2nd Friday 632-F4 0.17 0.15 Route 2 2nd Friday 632-1-12 0.14 0.28 Route 2 2nd Friday 632-H3 0.04 0.08 Route 2 2nd Friday 632-H4 0.08 0.16 Route 2 2nd Friday 632-H4 0.56 1.12 Route 2 2nd Friday 632-E4 0.25 0.50 Route 2 2nd Friday 632-1-13 0.06 0.12 Route 2 2nd Friday 632-H3 0.13 0.26 Route 2 2nd Friday 632-E3 0.64 1.28 Route 2 2nd Friday 632-H5 0.06 0.12 Route 2 2nd Friday 632-H5 0.14 0.28 Route 2 2nd Friday 632-G4 0.39 0.39 Route 2 2nd Friday 632-G4 0.62 1.24 Route 2 2nd Friday 632-G4 0.87 Route 2 2nd Friday 632-H3 0.17 0.34 Route 2 2nd Friday 632-H3 0.10 0.20 Route 2 2nd Friday 632-J4 0.25 0.50 Route 2 2nd Friday 632-F4 0.05 Route 2 2nd Friday 632-1-12 0.04 0.08 Route 2 2nd Friday 632-H3 0.22 0.44 Route 2 2nd Friday 632-J4 0.14 0.28 Route 2 2nd Friday 632-F5 0.10 0.20 Route 2 2nd Friday 632-H2 0.04 0.08 Route 2 2nd Friday 632-G4 0.06 0.12 Route 2 2nd Friday 632-1-13 1.12 2.24 Route 2 2nd Friday 632-H4 0.05 0.10 Route 2 2nd Friday 632-F5 0.17 0.34 Route 2 2nd Friday 632-114 0.17 0.34 Route 2 2nd Friday 632-1-14 0.23 0.46 Route 2 2nd Friday 632-1-14 0.08 0.16 Route 2 2nd Friday 632-114 0.21 0.42 Route 2 2nd Friday 632-G4 0.52 1.04 Route 2 2nd Friday 632-J4 0.31 0.62 Route 2 2nd Friday 632-J4 0.37 0.74 Route 2 2nd Friday 632-1-12 0.04 0.08 Route 2 2nd Friday 632-E4 0.05 0.10 Route 2 2nd Friday 632-F4 0.22 1 0.44 Route 2 2nd Friday 632-E5 0.20 0.40 Route 2 2nd Friday 632-E4 0.13 0.26 Route 2 2nd Friday revisedalamo2.xis 2 Alamo APPENDIX Curb Mileage A 632-85 0.27 0.54 Route 2 2nd Friday 632-H2 0.06 0.12 Route 2 2nd Friday 633-A5 0.36 0.72 Route 3 3rd Friday 633-A5 0.08 0.16 Route 3 3rd Friday 632-J5 0.03 0.06 Route 3 3rd Friday 633-A4 0.11 0.22 Route 3 3rd Friday 633-A4 0.05 0.10 Route 3 3rd Friday 633-A4 0.78 2.56 Route 3 3rd Friday 633-A5 0.09 0.18 Route 3 3rd Friday 533-A5 0.05 0.10 Route 3 3rd Friday 533-B5 0.06 0.12 Route 3 3rd Friday 633-A5 0.06 0.12 Route 3 3rd Friday 632-J5 0.16 0.32 Route 3 3rd Friday 632-J5 0.20 0.40 Route 3 3rd Friday 633-85 0.08 0.16 Route 3 3rd Friday 632-H5 0.28 0.56 Route 3 3rd Friday 633-A5 0.13 0.26 Route 3 3rd Friday 633-A5 0.10 Route 3 3rd Friday 632-H5 0,09 0.18 Route 3 3rdFriday 633-A5 0.07 0.14 Route 3 3rd Friday 633-A5 0.11 0.22 Route 3 3rd Friday 633-A3 1.23 2.86 Route 3 3rd Friday 633-A5 0.11 0.22 Route 3 3rd Friday 632-H5 0.08 0.16 Route 3 3rd Friday 632-H5 0.17 0.34 Route 3 3rd Friday 633-B5 0.11 0.22 Route 3 3rd Friday ! 6132-H5 0.07 0.14 Route 3 3rd Friday 633-A4 0.38 0.76 Route 3 3rd Friday 632-J5 1.22 2.44 Route 3 3rd Friday 633-A5 0.07 0.14 Route 3 3rd Friday 633-A5 0.86 1.72 Route 3 3rd Friday 633-A5 0.06 0.12 Route 3 3rd Friday 632-J4 0.36 0.72 Route 3 3rd Friday 632-J5 0.11 0.22 Route 3 3rd Friday 633-A5 0.02 0.04 Route 3 3rd Friday 633-B5 0.69 1.38 Route 3 3rd Friday 633-A4 0.05 0.10 Route 3 3rd Friday 632-H5 0.21 0.42 Route 3 3rd Friday 632-J5 t3.07 0.14 Route 3 3rd Friday 633-A5 0.18 0.36 Route 3 3rd Friday 633-A6 0.09 0.18 Route 3 3rd Friday 633-d4 0.10 0.20 Route 4 4th Friday 654-04 0.26 0.52 Route 4 4th Friday 633-C4 0.05 0.10 Route 4 4th Friday 633-C4 0.40 0.80 Route 4 4th Friday r1 ay �- 633-05 0.15 0.30 Route 4 4th Friday 633-C4 0.20 0.40 Route 4 4th Friday 633-04 0.09 0.18 Route 4 4th Friday 654-C4 0.04 0.08 Route 4 4th Friday revisedaiamo2.xis 3 Alamo APPENDIX Curb Mileage 654-05 0.06 0.16 Route 4 4th Friday 654-05 0,03 0.06 Route 4 4th Friday 654-05 0.12 0.24 Route 4 4th Friday 633-A5 0.13 0.26 Route 4 4th Friday 654-05 0.14 0.28 Route 4 4th Friday 654-D5 0.12 0.24 Route 4 4th Friday 654-D5 0.09 0,18 Route 4 4th Friday 654-105 0.04 0.08 Route 4 4th Friday 633-114 0.05 0,10 Route 4 4th Friday 633-C4 0.42 0.84 Route 4 4th Friday 633-04 0.12 0.24 Route 4 4th Friday 633-D6 0.19 0.38 Route 4 4th Friday 654-04 0.05 0.10 Route 4 4th Friday 654-C4 0.14 0.28 Route 4 4th Friday 633-D4 0.09 0.18 Route 4 4th Friday 654-05 0.09 0.18 Route 4 4th Friday 633.136 0,14 0.28 Route 4 4th Friday 654-C4 0.09 0.18 Route 4 4th Friday 633-C4 0,11 0.22 Route 4 4th Friday 633-B4 0.12 0.24 Route 4 4th Friday 633-C4 0.27 0.54 Route 4 4th Friday 654-B4 0.30 0.60 Route 4 4th Friday 633-05 0.63 0,31 Route 4 4th Friday 633-05 0.10 0.20 Route 4 4th Friday 633-C4 0.05 0.10 Route 4 4th Friday 654-C4 0.07 0.14 Route 4 4th Friday 633-C4 0.10 0.20 Route 4 4th Friday 632-G4 0.14 0.28 Route 4 4th Friday 632-F7 0.10 0.20 Route 4 4th Friday 633-05 0.08 0.16 Route 4 4th Friday 633-05 0.07 014 Route 4 4th Friday 652-C1 0.23 0.46 Route 4 4th Friday 664-05 0.41 0.82 Route 4 4th Friday 654-D5 0.11 0.22 Route 4 4th Friday 654-D5 0.41 0,82 Route 4 4th Friday 633-D6 0.08 0.161 Route 4 4th Friday 633-D5 0.26 0.52 Route 4 4th Friday 654-05 0.12 0.24 Route 4 4th Friday 632-H4 0,09 0.18 Route 4 4th Friday 633-05 0.08 0.16 Route 4 4th Friday 633-C4 0.05 0.10 Route 4 4th Friday 654-04 0.05 0.10 Route 4 4th Friday 633-05 0.13 0.26 Route 4 4th Friday 633-65 0.21 0.42 Route 4 4th Friday 633-C6 0.08 0.16 Route 4 4th Friday G.24--. _ Ith_Fr' - 654--5 0.18 0.36 Route 4 4th Friday 633-D5 0.05 0.10 Route 4 4th Friday 6554-C4 0.06 0.12 Route 4 4th Friday 654-05 0.13 0.26 Route 4 4th Friday revisedalarrmo2.xis 4 Alamo APPENDIX Curb Mileage Al A 632-H3 0.06 0.12 Route 4 4th Friday 633-i05 0.03 0.06 Route 4 4th Friday 633-D5 0.20 0.40 Route 4 4th Friday 633-D6 0.26 0.52 Route 4 4th Friday 633-b5 0.07 0.14 Route 4 4th Friday 633-D5 0.49 1.06 Route 4 4th Friday 633-D5 0.03 0.06 Route 4 4th Friday 633-C6 0.10 0.20 Route 4 4th Friday 633-C4 0.32 0.64 Route 4 4th Friday 632-176 0.11 0.22 Route 4 4th Friday 654-05 0.03 0.06 Route 4 4th Friday 654-05 0.10 0.20 Route 4 4th Friday 632-E5 0.16 0.32 Route 4 4th Friday 633-A5 0.90 0.20 Route 4 4th Friday 632-F6 0.09 0.09 Route 4 4th Friday 633-05 0.03 0.06 Route 4 4th Friday 654-05 0.07 0.14 Route 4 4th Friday 654-05 0.42 0.84 Route 4 4th Friday 633-05 0.05 0.10 Route 4 4th Friday 633-D5 0,05 0.10 Route 4 4th Friday 633-05 0.09 0.16 Route 4 4th Friday 654-C4 0.07 0.14 Route 4 4th Friday 654-C4 0.05 0.10 Route 4 4th Friday 654-84 0.05 0.10 Route 4 4th Friday 654-84 0.14 0.28 Route 4 4th Friday 633-05 2.60 Route 4 4th Friday 654-©5 0.09 0.18 Route 4 4th Friday 654-05 0.06 0.12 Route 4 4th Friday 654-C4 0.09 0.18 Route 4 4th Friday 654-C4 0.05 0.10 Route 4 4th Friday 654-C4 0.15 0.30 Route 4 4th Friday 633-05 0.03 0.016 Route 4 4th Friday 633-D5 0.03 0.06 Route 4 4th Friday 632-G7 0.11 0.22 Route 4 4th Friday 633-D6 0.07 0.14 Route 4 4th Friday 633-d6 0.13 0.26 Route 4 4th Friday 633-C4 0.11 0.22 Route 4 4th Friday 633-05 0.04 0.08 Route 4 4th Friday 633-C4 0.07 0.14 Route 4 4th Friday 633-C4 0.24 0.48 Route 4 4th Friday 654-05 0.09 0.18 Route 4 4th Friday 654-D50.07 0.14 Route 4 4th Friday 633-05 0.35 0.70 Route 4 4th Friday 633-C3 0.12 0.24 Route 4 4th Friday Camino Tassejara 653-J5 5.89 1.40 3rd Wednesday Alamo Rt. 1 23.96 Alamo Rt. 2 26.25 Alamo Rt, 3 19.36 revisedaiamo2.xis 5 Alamo APPENDIX Curb Mileage Alamo Area Alamo Rt, 4 30.80 Total 100.37 revisedalamo2.xis Alamo APPENDIX Curb Mileage Walnut Creek(Saranap) STREET THOM. R-F. MILES CURSED MILES SCHEl3U'LB Acacia Rd 612-A6 0.35 0.70 Saranap 1 Allendale Ct612-86 0.05 0.10 Saranap 1 Bonita Ct 612-86 0:06 03.12 Saranap 1 Boulevard Way 612-A6 0.30 0.60 Saranap 1 Calvin Ct 612-A7 0.08 0.16 Saranap 1 Camino Posada 612-56 012 0.24 Saranap 1 Camino Posada Ct £12-86 0.02 0.64 Saranap 1 Carrol Pl 612-A7 0.037 0.07 Saranap 1 El Curtola Blvd 612-A6 0.30 0.60 Saranap 1 Evergreen Ct 612-A7 0.07 0.14 Saranap 1 Flora Ave 612-86 0.21 0.30 Saranap 1 Island Ct 612-A6 0.09 0,18 Saranap 1 Juanita tar 612A6 0.93 1.66 Saranap 1 Kendall Ct 612-A6 0.12 0.24 Saranap 1 Kendall Rd 612-A6 0.25 01.60 Saranap 1 Lucy Ln 612-A6 O.01 0.02 Saranap 1 Lucy Ln 612-A6 0.04 0.08 Saranap 1 Manzanita Ct 612-A7 0,06 0.12 Saranap 1 Newell Ct 611-J7 0.08 0.16 Saranap 1 0?lympic Blvd 612-A7 0.10 2.30 Saranap 1 Ponderosa !n 612-A7 0.09 0.18 Saranap 1 Saranap Ave 612-A5 0,14 0.14 Saranap 1 Saranap Ave 612-A5 0.05 0.10 Saranap 1 Studebaker Rd 612-A6 0.10 0.20 Saranap 1 Sunset Lp 611-J6 0.03 0.06 Saranap 1 Tice Valley Blvd 612-A7 0,25 0.50 Saranap 1 Tice Valley Blvd 0.07 0.07 Saranap 1 W Newell Ave 611-J7 0.25 0.50 Saranap 1 Abbey Ct 612-A6 0.05 03.10 Saranap 2 Amy Wy 632-E2 0.03 0.06 Saranap 2 Arbutus Dr 612-87 0.20 0..20 Saranap 2 Bandl Ct 632-t02 0.10 0.20 Saranap 2 Benthill Ct. 591-J7 0.06 0.12 Saranap 2 Benita Ln 612-136 0.07 0.14 Saranap 2 Brookwood Ct. 591-H7 0.03 0.06 Saranap 2 Brookwood Dr... 591-H7 0.14 0.28 Saranap 2 Byrdee Way 591-G4 0.09 0.18 Saranap 2 Camelia Ln 612-86 0.13 0.26 Saranap 2 Candlewood'Pl 632-C1 0.06 0.10 Saranap 2 Castle Crest Rd 632-C32 0.88 1.76 Saranap 2 Castle Glen Rd 632-C2 0.24 0.48 Saranap 2 Cervato Cir 632-E3 0.35 0.70 Saranap 2 -- a gar Cherry Hills Ct. 591-H5 0.05 0.10 Saranap 2 Cherry Hills Rd. 581-H5 0.11 0.22 Saranap 2 Country Club Car. 591-H5 0.07_._t__ 0.14 Saranap 2 revisedsaranap2.xis 1 Walnut Greer(Saranap) APPENDIX Curb Mileage alnut Creek r Coventry Ct 6+32-C2 0,13 0.26 Saranap 2 Crawford Ct612-B7 0.03 0.06 Saranap_2 Creekdale Rd 632-C2 0.17 0.34 Saranap 2 Creat Ave 632-131 0.07 0.07 Saranap 2 Crest Ave 632-D1 0.05 0.05 Saranap 2 Crest Ave 632-D1 0.10 010 Saranap 2 Dale Ct 612-A6 0.04 0.06 Saranap 2 Dana Highlands Ct. 591-G5 0.08 0.16 Saranap 2 Del Monte Ct 612-B7 0.11 0.22 Saranap 2 [lel Monte Dr 612-87 0.09 0.18 Saranap 2 Donegal Way 591-G4 0.18 0.36 Saranap 2 Francis tar. 591-G4 0.35 0.70 Saranap 2 Freeman Rd' 612-A7 0.10 1 0.20 Saranap 2 Garden Ct 612-A6 0.08 0.96 Saranap 2 Hannibal Dr. 591-H7 0.12 0.24 Saranap 2 Hidden Pond Rd. 591-G4 0.42 0.84 Saranap 2 Iroquois Dr. 591-J6 0.09 0.18 Saranap 2 Jennifer Highlands Ct. 591-G5 0.04 0.08 Saranap 2 Joplin Ct. 591-H7 0.04 0.08 Saranap 2 Julianne Ct 632-Cl 0.10 0.20 Saranap 2 Jude Highlands Ct. 591-G5 0.03 0.06 Saranap 2 Kell Ct 632-D2 0.09 0.18 Saranap 2 Kinney Dr 612-A6 0,05 0.05 Saranap 2 Kinney Dr 612A6 0.60 1.00 Saranap 2 Laird Ln. 591-G4 0.12 0.24 Saranap 2 Lucy Ln 612-A6 0.11 0.11 Saranap 2 Lunada Ln 632-E3 0.40 Saranap 2 Magnolia Ct 612-B6 0.04 0,08 Saranap 2 Magnolia Wy 612-B6 0.60 1.20 Saranap 2 Magnolia Wy' 612-B6 0.38 0.76 Saranap 2 Maple Ln 612-B7 0.09 0.18 Saranap 2 Mohawk Dr. 591-H6 0.41 0.82 Saranap 2 Navajo Ct 632-D2 0.07 0.14 Saranap 2 Newall Ave 612-B7 0.55 1.10 Saranap 2 Norman Ct 632-81 0.07 0.14 Saranap 2 Palana Ct 612-B6 0.06 0.12 Saranap 2 Parkead Ct 612-B7 0.07 0.14 Saranap 2 Pebble Beach Loop 591-114 0.47 0.94 Saranap 2 Poplar Ct 612-B7 0.03 0.06 Saranap 2 Poplar Dr 612-B7 0,52 1.04 Saranap 2 Past Rd 632-D1 0.12 0.24 Saranap 2 Rider Ct 612-B7 0.06 0.12 Saranap 2 Rule Ct 612-B6 0.03 0.06 Saranap 2 Saranap Ave 612-A5 0.10 0.10 Saranap 2 Silverhill Ct. 591-G5 0.13 0.26 Saranap 2 i e , r. 591-H5 0.26 0.52 Saranap 2 Silverhill Way 591-H5 0.09 0.18 Saranap 2 Smoketree Ct, 591-H5 0.04 0.08 Saranap 2 Sunnybrook Rd 632-83 JL 0.14 0.28 Saranap 2 revisedsaranap2.xis 2 Walnut Creek{Saranap} APPENDIX Curb Mileage Walnut Creek Sa ana Sunrise Ridge Dr. 591-G5 0.63 1.26 Saranap 2 Surmont Ct 591-J7 0.06 6.12 Saranap 2 Surmont Dr. 591-J7 0.39 0.78 Saranap 2 Sydney Dr 632-02 0.08 0.16 Saranap 2 Theresa Ln. 591-H6 0.08 0.16 Saranap 2 Tice Hollow Ct 632-C1 0.03 0.06 Saranap 2 Twelve Oaks Ct 632-E3 0.10 0.20 Saranap 2 Wee Donegal 591-H4 0.09 0.18 Saranap 2 Saranap 1 10.28 Saranap 2 23.52 Total Total Mileage 33.80 Saranap-all routes Page 3 i-. 'i Vy r � 1 �5 } nW C14 m �S f ti a y E C'4 14 � U u v I By entering into a coniract 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. Special Street Cleaning: The contractor shall perform special street cleaning and removal of debrisand litter, in designated areas as requested by Project Manager. Payment shall be based on an hourly bid rate with a four hour minimum charge. X. County's Obligations: 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. XI. 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. GAGrpData\FldCtll]°PDES\Street Sweeping\ContractsWamo 5aranap Lafayette\ff4-05Contract\ServicePlanO4-05.doc 3 Special Conditions Modified Insurance Requirements. Paragraph 19(Insurance)of the General Conditions, 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. TO: BOARD OF SUPERVISORS, CONTRA COSTA COUNTY FROM: MAURICE SHIU, PUBLIC WORKS DIRECTOR DATE: October 26, 2004 SUBJECT: Approve the extension and amendment of the street sweeping contract for West County areas. Districts I and II. Work Order No.: 6W7223 SPEsCIFIC REQUEST(S)OR RECOMMENDATIONS)&BACKGROUND AND JUSTIFICATION I. Recommended Action: APPROVE and AUTHORIZE the Chair, Board of Supervisors to extend the term of the contract with Universal Building Services to provide routine street sweeping services for West County from October 3 t, 2004 to October 31, 2005,and to amend the contract to change the frequency of sweeping from twice each month to once each month., and to begin sweeping the curbed portion of Hilltop Dr. in El Sobrante. The payment limit is increased by$56,700, from$112,950 to a total contract payment limit of$169,650.West County area(Unincorporated County Watershed Program, 100%) (Districts I and 11) ow Continued on Attachment: X SIGNATUR MV775MINIMMOT OF MMITY ADMIN19TRATOR RECOMMENDATION of BOARD COMMITTEE PROVE OTHER SIGNATURE(S).--_ _ ✓ f ACTION OF BO7. kp ON APPROVED AS RECOMMENDED VOTHER I hereby certify that this is a true and correct VOTE OF SUPERVISORS /I copy of an action taken and entered on the minutes UNANIMOUS(ABSENT ) of the Board of Supervisors on the date shown. AYES: NOES: ABSENT: ABSTAIN: ATTESTED-.- t uF JOHN SWEETEN,Clerk of the Board RL:eh of Sunervisors and County Administrator G:\GrpData\FldCtl\Administration\Board Orders\2004 , BO\WestCoStreetSweepContractsExtll•04.doc By ' r e --. Deputy Orig.Div:Public Works Flood Control Contact: Ronnie Levan(925)313-2281 cc: County Counsel CAO Flood Control Auditor—Control-Contracts Contra Costa County CONTRACT AMENDMENT/ Number Standard Form L-9 EXTENSION AGREEMENT Fund/Org# 7517 Revised 2002 (Purchase of Services-Long Form) Account# 2310 Other# 6W7223 I. Identification of Contract to be Amended. Number: 48618 Effective bate: November 1, 2003 Department: Public Works Subject: West County Street Sweeping 2. Parties. The County of Contra Costa,California(County),for its Department named above,and the following named Contractor mutually agree and promise as follows: Contractor: Universal Building Services Capacity: Corporation Address: 3120 Pierce St. Richmond, CA 94804 3. Amendment Date. The effective date of this Amendment/Extension Agreement is November 1,2004. 4. Amendment Specifications, The Contract identified above is hereby amended as set forth in the"Amendment Specifications" attached hereto which are incorporated herein by reference. 5. Extension of Term. The term of the above described Contract between the parties hereto is hereby extended from October 31, 2004 to October 31 2005, unless sooner terminated as provided in said contract. 6. Payment Limit Increase. The payment limit of the above described Contract between the parties hereto is hereby increased by $56,700.00, from.$112,950.00 to a new total Contract Payment Limit of$169,650. 7. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA CQSTA. CALIFORNIA BOARD OF SUPERVISORS ATTEST: Clerk of the Board of Supervisors By By Chaff man/Designee Deputy COD TI TQR Name of business entice Universal Buff lai n Dame business nt' Univversa. _Building Se ices Services ell By f --- By ' (Si re of individual or officer) gnature f 1ndiv1 ua officer) _L-a -d_.-C,AWveseau;_Pretelderrt --- __-___-aar o eVincenzi, Operations Manager (Print name and title A, if applicable) (Print name and title B, if applicable) Note to +gin aMr:For Corporations(Profit or nonprofit),the contract must be signed by two officers.Signature A must be that of the president or vice- president and Signature B must he that of the secretary or assistant secretary(Civil Code Section 12 go and Corporations Code:section$Yg).AlI signatures must be aelmowledged as set forth on Form L-2. L-9 (Page 1 of 2) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Y State of California ss. County of Contra Costa h, On October 5, 2004 before me, Joyce A. Cuevas Date Namo and Tltie of Officer(a.g.,"Jana DOB,Notary Public") personally appeared Leonard C. Brusseau and Dario DeVincenzi Name{e}of 8ignar{s? l personally known to me 17 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are XN'CEA.CUEVAS subscribed to the within instrument and C4mmbsion#1513872acknowledged to me that he/she/they executedNoi0 ) y hme`Cawwft the same in his/her/their authorized capacity(ies), and that by his/heritheir t7, signature(s)on the instrument the person(s),or I the entity upon behalf of which the person(s) acted, executed the instrument. i WITNESS my hand and official seat. � Signaturrof Netary PUGic OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: _ Document{Date: Number of Pages: _ ) Signer(s)Other Than Named Above: Capacity(les) Claimed by Sutler Signer's Name: +D Individual Top of thumb Here D Corporate Officer---Title(s): D Partner ® LL Limited D General D Attorney-in-Pact 0 -Trustee E D Guardian or Conservator Other: . ...Signer Is Representing: C 1999 Natibrial Notary Asaoctation-9350 De Soto Ave.,P.O.Sax 2402•Chatsworth,CA 9131$.2402+www.mtlonainotery.org Prod.No.5907 Aaorder:Call Tbli-Frea 1.900-878.3$27 Contra Costa County Standard Form 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 personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/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 ACKNOWLEDGMENT(by Corporation,Partnership,or Individual) (Civil Coda§l 189) L-2 (Page 1 of 1) Amendment Specifications Beginning on November 1,2004 Service Plan Section III. Frequency and Timing will be amended to read, "Street sweeping services shall be performed once each month, as per the attached street sweeping schedule." As of November 1, 2004, the west side of Hilltop Dr. between Manor Rd. and La Paloma Rd. in El Sobrante will be swept for a total additional .75 curb miles. The section to be swept is shown on the attached map. The total monthly charges for sweeping the gest County area will be calculated as follows: 191.54 curb miles x $21.45/curb mi. =$4,108.53 i 1 i va fn l L. L7 FT (1) 0 :y 0 'L, - !sA 0 0 2�1Un � i U :C C � yd 6Y y .to M0 Y� bA Cd �_ WIS /'UZ* ON •� nE man no 1■ rt � .aim�,�■ "'l *�;.�'� ��► �, � - � ..�,j� 1i11'�` �,�^�� �� � � C�_Vii, �!'�;''�►'1'1',� '��*' I' � #=' � '.,�" ���;j�► �►�►�21M w'�i�■�■� ♦�';� � Mme' *« � 1 , � ,�� �/ rte;, ♦�� ,�r '��"` �*1Mf �" �'�`'"+►i►fir, ' ,�.��""� �` `-' � '�' �" f..�� rah ��'"fi "{ :,. �" '�-'+���,►�'�*'�`, ♦�► �r''*,r'* ♦'�'., ♦ '�� „♦1�! � "744 F-ij - it �� t '� �����r � ► ISA►. , � ,,,� .,.�► �� � .,y~fir �,,�„ �:.... "� ��'' �� rralrl�� ani ��� w `�'!"�1�+►ti, ►►�-���+l�� r Wit{ 1 iu����� .r ♦ 1�" 1�� maw vs r„ _ ti.,,�� ,��, ,, � '� �!► �►�`��♦j'� �►`�*�'�..� � '+�'` .�� ���I +qty"�«f„.��.''t ,' I ► 'M 1►�,I41 � ,■,w� ■'"��� �!�#�1�,� a�r,fit +►��►;,err.. ��.�5'.. rrr��: ; ♦,��� �.� � rwr ■�,�,41�I �'�►,,�'"1 ��.r-�■ w,� *�� ,■�+■ +R,_.-x< rn��r�rr�;� � two Ilrok, !�► .,� 1► •U4♦* 1� w' .� ,. �►4 r rrrr r ,■, ♦ �r RIP ME 14 =wX►Elf 2 � 11t�►�, �,, � ,�!�`�'+~`�,'`"` �: `� � ��;(;fir .r1►?,a . .. . ........ . ..,i7' ..p+� ,�/hR��■hilt! iri�i iw►''"* ij►' R� �I►" MAN lits■� ,1� ',�••,,�'"..�i,,���1 1►�,�� �''��i► � ������ ��►�}'a ...♦♦♦ - �������*���1/fur ii' H •� ���''/��►� �� ��► :. �a ��' �� f r� .. OCRs SNOW IN meow F:4 ON "'r � �i,�: a�+..��,��''�"�� �� � :�����►,r,;���,,.♦��►♦ t�♦���►1�♦♦ iii ► ® � '►.bra � ♦ ♦ . �",�."" I► +�il�t'I►♦♦ .,Ir r ,�♦Mi■t►� ��t� SFr �♦�� tit► �1 •�, � ���'. ♦yam . ��� iii'► I�► ♦*♦��',��lt/,ril►�l�' !/,� *� Ei� I►�,11q, ♦ � r►6 ♦�► - ♦ il. ♦♦�ice '♦ ♦ � ♦I,q,.. '�� ! .=: �'��/ � `�= '�,w # � `►''' ®��� ������,�� �*!ice*�,�,+►�e 1�� .,. --"' 111 �'' i ■1 ."t■.1♦♦.j♦!■" �" m/`Il i''��►�'' �• tw i'r 1 ' .. �.��*�� � '"!�,��/` „►;-,�.,��■ ■ '�.�t�'�i►.^'�♦,��,',/t.�'`I� !�,�/ tir�l►r 111�' ♦�,1��►.;'�+-�� ll ���rRA�♦ ''11►,i„� w�I1i_r� �,���t��1►�. � � �1 Z I �♦ �r�'£�1►�1 �♦,,■111►�►i1►.�►�fYiRONNE ♦*♦ �► ''� MINES OWN .. � ■1. .► ON ��111. ���I�ll�r�r� 1��!!l �lut . �►,� ::�il�n��'�� .. .. .,�►�,'1,��►*- ' �,'�1�/` .► .e�♦ iI 1► � ♦ ♦ �� ♦ ,,. _ .m�r�r, �',1�►■►fir #11'!'' *.rr11��'�.�1+► �„ >,1t ,O�♦� ♦� �'����� ,r � � ��„� ,�;► '�*'► tit �tt� � hir•”' �4'► ,►� 1►�',��SA1ltP.�► �, +�►wnllii +■� =uu„w n+� .. .,�,�/ ,,,• �, ♦• ,� r��3�► .►� „nl .► - _ �N!!1!N!!! lN111l11111a,♦ . � , ♦ ..�a, 111► a A.r� ..!!1lN111i! iHIiNiIN , �' � 'tib' 'fir► r► I ��>.I�r �'.*1'���t� P�� ,,, �= l�a `,�1�t Illilllllllll�lam! I >, 1r► �� �tttttitttt11111i� !� ■�. . '"�► � -�"'_�'' ,�ti►�rq '" Ctttttttttlilitlll. :#1 �Ii'�� ,R �� ♦ ��t � �,: wttttttit��t�llrlll � �� �1�` +11►_ �i,* /I 7t 0 IN WOM .� �■ *� FO * . Imams,�;,: ,�►�ii �,�:�� ur�♦ � � ,hI �„� Illi l s ••� r.wl iii�ti* �► � .�e■!11 iw ���♦♦, �►♦'i'�►►1j�,,'!�, � ,!� ��� '� ■'!♦a►+'�fi*�i � = ���i�In1 : nRil ��1�i�t nib"��'\ .,. ..., IMF. �:♦��i�•,,i '�ii�, �r�'♦•�•� . : »... .�.. .. •►ter♦ '�'►.. �,,�.��.�v", ��*I►..1.♦�.w�..1.._,xr�iiu �� _ ,.�� ••w•_• �_••_ �•.'<��►+s�I" s_11l►I1: Contra Costa County CONTRACT AMENDMENT/ Number standard Form L-9 EXTENSION AGREEMENT Fund/Org4 7517 Revised 2002 (Purchase of Services -Lang Form) Account# 2310 Other# 6W7223 1. Identification of Contract to be Amended. Number: 48618 Effective Date: November 1,2003 Department: Public Works Subject: West County Street Sweeping 2. Parties. The County of Contra Costa.,California(County),for its Department named above,and the fallowing named Contractor mutually agree and promise as follows: Contractor: universal Building Services Capacity: Corporation Address: 3120 Pierce St. Richmond, CA 94804 3. Amendment plate. The effective date of this Amendment/Extension Agreement is November 1, 2004. 4. Amendment Specifications. The Contract identified above is hereby amended as set forth in the"Amendment Specifications" attached hereto which are incorporated herein by reference. 5. Extension of Term. The term of the above described Contract between the parties hereto is hereby extended from October 31, 2004 to October 31,2005,unless sooner terminated as provided in said contract. 6. Payment Limit Increase. The payment limit of the above described Contract between the parties hereto is hereby increased by $56,700.00, from$112,950.00 to a new total Contract Payment Limit of$169,650. 7. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA-, CALIFORNIA BOARD OF SUPERVISORS ATTEST: Clerk of the Board of Supervisors By By V �. Cha rman/Designee Deputy CONTRACTOR Name of busi sent Universal Bu din Name busin $enc` �������a1 Badding e ices Services T r By }' 1' �.,. By 1,4 y (Sig a re of individual or officer) )rli'11a111ff 01 individ r officer) Lennard C. Brusseau, President Dario DeVincenzi, operations Manager (Print name and title A,if applicable) (Print name and title B, if applicable) ;ti e to contractor:For Corporations(profit or nonprofit),the contract must be signed by two officers. Signature A must be that of the president or vice- president and Signature B must be that of the secretary or assistant secretary(Civil Code Section xxgo and Corporations Code Section 313).All signatures must he acknowledged as set forth on Form ftz. L-9 (Page 1 of 2) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ss. County of Contra Costa On October 5, 2004 before me, Joyce--.A. revas Date Name and Title of Officer(e.g.,"Jane Doe,Notary Publicq personally appeared Leonard C. Brusseau and Dario DeVincenz , Name(s)of Signar(s) ®personally known to me ❑ proved to me on the basis of satisfactory evidence —,—,— — ——„ to be the person(s) whose name(s) is/are JME a CUEVAS subscribed to the within instrument and Commmlion#1513872 acknowledged to me that he/she/they executed Nokffy PubNc-C42111110MIC the same in his/her/their authorized ConhOCodoCounty Ir capacity(ies), and that by his/her/their 17signature(s) on the instrument the person(s), or the entity upon behalf of which the Person(s) .j acted, executed the instrument. WITNESS my hand and official seal. Signature of Notary Public OPTIONAL L� Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent `( fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s)Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ individual `Top of thumb Here El Corporate Officer—Title(s): ❑ Partner —❑ Limited ❑General ❑ Attorney-in-Pact ❑ Trustee ❑ Guardian or Conservator ) ❑ Other: Signer Is Representing: A f t,4999 National Notary ASSOCIatfon-9350 De Soto Ave.,P.O.Box 2402-Chatsworth,CA 97373.2402•www.nationahotery.org Prod.No.5907 Reorder Call Toll-Free 1-800-878-8827 ___.._.................................................. Coptra Costa County "Standard Form L-2 APPROVALS/ACKNOWLEDGMENT Number Revised 2002 (Purchase of Services -Long Farm) APPROVALS RECOMMENDED BY DEPARTMENT FORM APPROVED COUNTY COUNSEL By: (' I 4111ALV- I li? By: -Z�7-4 psi ee Deputy APPROVED: COUNTY ADMINISTRATOR By: Designee ACKNOWLEDGMENT STA'T'E OF CALIFORNIA } ) ss. COUNTY OF CONTRA COS'T'A } On , before me, insert name and title of the officer),personally appeared personally known to me (or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/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 ACKNOWLEDGMEN-f(by Corporation,Partnership,or Individual) (Civil Code§1189) L-2(Page I of 1)