Loading...
HomeMy WebLinkAboutMINUTES - 08062002 - C76-C80 File: 320-9901/B.4.4 THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order of August 6,2002,by the following vote: AYES: SUPERVISORS GERBER, UILKEMA, GLOVER, DESAULNIER, AND GIOIA NOES: NONE ABSENT: NONE ABSTAIN: NONE SUBJECT: Award of Contract for the Softball Field at Grin Allen Youth Rehabilitation Facility, 4491 Bixler Road, Byron for the Probation Department Budget Line Item No. 4413-4450 Authorization No. 0928-WH45413 Bidder Total Amount Bond Amounts American Civil Constructors, Inc. $188,160.00 Payment: $188,160.00 P.O. Box 2069 Performance: $188,160.00 Martinez, CA 94553 Coast Landscape Management Vallejo, CA Bellicitti &Pellieciotti Construction Co.,Inc. Santa Clara, CA The above-captioned project and the plans and specifications therefore having been previously approved, Addendum No. l having been issued and approved, and bids having been duly invited and received by the Director of General Services on June 27, 2002; and The bidder listed first above, American Civil Constructors, Inc. ("American"), having submitted the lowest responsive and responsible bid, which is $4,039.00 less than the next lowest bid; and The Board having evaluated all of the documentation of the good faith effort by American to comply with the requirements of the County's Outreach Program, including the documentation showing that American has attained 15.1%of the 18%Mandatory Subcontracting Minimum(MSM) specified for this project; and Coast Landscape Management ("Coast"), the second lowest monetary bidder, having submitted a bid protest against American's bid, and General Services staff having investigated the bid protest and having determined that it lacks merit, and the Director of General Services recommending that the Board overrule the bid protest; and The Director of General Services recommending that the bid submitted by American is the lowest responsive and responsible bid, and this Board concurring and so finding; NOW,THEREFORE, the Board finds, determines and orders as follows: The Board OVERRULES the bid protest submitted by Coast; and The Board DETERMINES that American, as the lowest responsive and responsible bidder, has documented an adequate good faith effort, pursuant to the specifications for this project, to comply with the requirements of the County's Outreach Program, and the Board WAIVES any irregularities in such compliance and FURTHER WAIVES any irregularities in American's compliance with the Mandatory Subcontracting Minimum(MSM) specified for this project; and The Board, therefore, ORDERS that the contract for the furnishing of labor and materials for said work is awarded to American at the listed amount and at the prices submitted in said bid, and that said contractor shall present sufficient payment and performance surety bonds as indicated above, and that the Director of General Services shall prepare the contract therefor; and C:\WINNT\Profiles\dschm\Desktop\Oiin Allen Softball Field.doe 9-4-96 1 of 1 Award of Contract for the 320-9901/B.4.4 Softball Field at Orin Allen Youth Rehabilitation Facility, August 6, 2002 4491 Bixler Road,Byron for the Probation Department The Board FURTHER ORDERS that after the contractor has signed the contract and returned it, together with the bonds as noted above and any required certificates of insurance or other required documents, and the Director of General Services has reviewed and found them to be sufficient, the Director of General Services is authorized to sign the contract for this Board; and The Beard FURTHER ORDERS that in accordance with the project specifications and/or upon signature of the contract by the Director of General Services or his designee, any bid bonds posted by the bidders are to be exonerated and any checks or cash submitted for security shall be returned; and The Board FURTHER ORDERS that the Director of General Services or his designee is authorized to sign any escrow agreements prepared for this project to permit the direct payment of retention into escrow or the substitution of securities for monies withheld by the County to ensure performance under the contract,pursuant to Section 22300 of the Public Contract Code; and The Board DELEGATES, pursuant to Public Contract Code Section 4114, its functions under Public Contract Code Sections 4107 and 4110 to the Director of General Services or his designee; and The Board DECLARES that, should the award of the contract to American be invalidated for any reason, the Board would not in any event have awarded the contract to any other bidder, but instead would have exercised its discretion to reject all of the bids received. Nothing herein shall prevent the Board from reawarding the contract to another bidder in cases where the successful bidder establishes a mistake, refuses to sign the contract or fails to furnish required bonds or insurance (see Public Contract Code Sections 5100-5107). Orig. Dept. General Services Dept. -Architectural Division cc: General Services Department Architectural Division Accounting A/D File: 320-9901/A.5 County Administrator's Office County Counsel Contract Compliance Officer(via A/D) Auditor-Controller American Civil Constructors, Inc. (via A/D) Site Development Consultants amc I hereby certify that this Is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: AUGUST 06, 2402 JOHN R. SWEETEN, Clerk of the Board of Supervisora �� unty Administrator By Deputy C:\WINNT\Profcles\dschm\Desktop\Orin Allen Softball;~ield.doc 9-4-96 2 of 2 C• 74 GENERAL SERVICES DEPARTMENT Architectural Division 1220 Morello Avenue,Shite 100 Martinez,California 945534711 (925)313-7200 FAX (925) 313-7299 File: 320-99011B.4.4 Date: August 1, 2002 TO: Board of Supervisors FROM: Barton J. Gilbert, Director of General Services SUBJECT: CONTRACT AWARD RECOMMENDATION; Agenda Date August 6, 2002; Authorization No.WH450B Bids for SOFTBALL FIELD AT ORIN ALLEN YOUTH REHABILITATION FACILITY, 4491 BIXLER ROAD, BYRON FOR THE PROBATION DEPARTMENT were received and opened at the County Architectural Division Offices on Thursday, June 27, 2002. It is recommended that the Board of Supervisors award the construction contract to the lowest responsible and responsive bidder, American Civil Constructors, Inc. ("American") of Martinez, in the amount of$188,160.00. The Consulting Architect's (Site Development Consultants) estimate was $146,000.00. Other bids received were as follows: Base Bid 1. Coast Landscape Management $192,199.00 Vallejo, CA 2.. Bellicitti tai Pelliciotti Construction Co., Inc. $222,840.00 Santa Clara, CA American's documentation of good faith effort to comply with the County's Outreach Program is submitted to the Board for its review and consideration. It is recommended that the Board determine that American has documented an adequate effort to comply with the Outreach Program requirements, that the Board waive any minor irregularities in compliance, and that the Board further waive American's failure to meet the 18% Mandatory Subcontracting Minimum (MSM) specified for this project. American has documented 15.1% in subcontracting. On July 31, 2002, Coast Landscape Management ("Coast"), the second lowest monetary bidder, submitted a written bid protest against American's bid. In their bid protest, Coast complains that American did not meet the MSM requirement specified for this project. Our department has carefully reviewed the bid protest, and we have determined that the bid protest lacks merit because of the Board's ability to waive the MSM requirement, as provided in the project C:\WINNT1Profiles\dschm\[7eskto0\Orin Allen Softball Field merno.doc 6/10/97 specifications. Accordingly, we recommend that the Board overrule Coast's bid protest. Attached is a copy of the July 31, 2002 bid protest received from Coast. Marne cc w/attach.: County Administrator's Office County Counsel Clerk of the Board(w/bids) Contract Compliance Officer C:\WiNNT\Profiles\dschm\Desktop\Orin Alien Softball Field memo.doc 6/10/97 £"SCJl:S• i. L.VLIm i eM ML.S'ii 1 S tt\�!iv 4ri�t 4+Ji. v vv a rwr. v ♦cs, I& Coaa-L SIIMI�rwy LANOaOApa MANAGEMiNT 1M Union Sara P.0-BOX 1112,VAUOjn,C,A,94390-0111 707/558-1631 FAX.707/SSS-%640 July 31,2002 .BINDER Mr.Michael Logo JORDAN Architectural DivisionL General Services Department Contra Costa Co=ty RK 1220 Morella Avenue-Suite 100 Ma►ztinea, CA 94653-4711 7:�] 3-Z)0-9 G V i TM: Award of Contract/Softball"Field at Orrin,Allen Youth Rehabilitation Fatty Veer 1v1:r.Lauga; I&Hrusecky of'your ataffhas notified us that it is your intent to recommend to the Board of Supervisors award of the above stated project to American Civil Constructors, It is Author my understanding that thea item will be on the agonda for consideration at the l3oatrd of Supervisors mewing on August 6,2002, Based upon our review of the bid documents it appears that Amalcsn Civil Constructors did not meet the regWrements for mandatory subcontracting a stated in your bid proposal documents. If my uiidarstanding of the facts are correct,then I ask that you accept this Letter as my official notification of protest to this bid awsa Further,I ask that this iton be considered separately so dost I can be given time to address Us issue in front of the Board at their meeting of August 6,2002. If my uaidenstanding is incorrect,plaut advise meas to the action beim recommended to the Hoard. in either mprd,I sak that you please acknowledge receipt,ofthis letter acid provide me with any bather direction you may dor necessary in following this due p=css. Sincerely, Doualdd 1. "Young Executives Vice president DLY/FIS c. Steve Hrasecky County of Contra Costa • r {office of the County Administrator Affirmative Action Office 651 Pine Street,Martinez, CA 94553 (925) 335-1045 fax: (925)646-1353 Ekuev@cao.co.contra-costa.ca.us Memorandum Date: July 30, 2002 To: Board of Supervisors From: Emma Kuevorr� Affirmative Action Officer Subject: Softball Field at grin Allen Youth Rehabilitation Facility Project Attached for your review and consideration is the documentation of good faith effort submitted by the low bidder, American Civil Constructors, Inc. cc: Scott Tandy, Chief Assistant County Administrator Silvano Marchesi, County Counsel Barton J. Gilbert, Director General Services Department Michael Lango, Deputy Director General Services Department a:BDSoftballField0rinAllen juu-11-dwt4ze 1'>:48 925 229 3152 925 229 3152 P.01✓02 lonstrcn ructors Nil (Formerly Contra Costa Landscaping, Inc. - CCL) Fax Transmission American Civil Constructors, Inc. 155 D11tra Road/P.O. Box 2069 Morlf—%, CA 94.553 t".tix M-5) 229-3 i .? Tom; Company: Fax- 11 Ncttn6c-r of pngcs.� �'['j� f°) (i41Ci13Etiil=tittyCF) •.^'-••••�•.-^.-�— .�•.•-. Re. ' g t�ircct Unc: This fax message transmission contains information from American Civil Constructors, Inc. which may be confidential or privileged, The information is intended to be for the use of the individual or entity named above. If you are not the 'intended recipient, be aware that any disclosure, copying, distribution or use of the contents of this information is prohibited. If you have received this fax transmission in error, please notify us at 925-229-1060. AUL.-11-2002 15:49 925 229 3152 925 229 3152 P.02/02 'a 33 51� JIBE .... ......7°ti . ". 'y ` . .....e Fawi�-- el jr J7,0 7 �s . . . .. .......... .7f 91 Tn"TCai n MO JUL.-11-2002 0856 925 229 3152 925 229 3152 P.01/06 merican I ACTI rl("- c1 ' t " t rJUL 112002 (formerly Contras Costa Landscaping, Inc. - CCL) Fax Transmission American Civil Constructors,Inc. 155 Dutra lto2d/P.4. Box 2069 Mitttilwz, CA 94533 {9-15}220-ION) From the 44�sbz jO At I..UI'I1peany1 rax: -,.,tJom 14 ! f w F T }} IJ?11l6er Of p4t.gcs: Re: �''yy c:tATO _.._..._•........ iC __-__.......a._.a ..........__._ C': 5 ...�._.t L ��r,�....+e.4..c•.,.._.. .,..,_...... ��{i'CC}Z 3.,ttlC`I Message:�. ...��. This fax message transmissicin contains informa,jon from&- nerican Civil Constructors, Inc, which niiy be confidential or privileged. The information is i ntendcd to be for the use of the individual or entity named above. If You are not tine intended recipient, be aware that any disclosure, copyit:ti, distribution or use of the contents of this information is prohibited. If you have received this fax trarsmn isios7 in error, pAeare notiry us at q25-:?7,9-f.0r)O. JUL-11--2002 0e:59 925 229 3152 925 229 3152 P.02/06 mericans ivu it rectors July 10, 2002 Affirmative Action Office Contra Costa County 651 Pine Street Martinez, CA 94553 Attn: Emma Kuevor E: Sp BALL IELD at d INAU ZNV Y(1 UII AEHAA9 DTACSN I Q. Why did we select Industrial fence and not Bailey Fence Company or Chain Link Pence & Supply,Inc. A. Bailey Fence Company's (axed quote did not make it to my attention prior to the bid opening. We have worked with Bailey Pence Company in the past and would not hesitate to use them on our projects. Chain Link Fence&& Supply was not listed because in my rash to put the hid packet together I overlooked them as I believed them to only be supplying the fencing material not inclusive of labor. Industrial Fence supplied a good proposal. inclusions and exclusions were clearly listed on their sub-bid. Sincerely, Jennifer P. Sheets Business Operations Manager American Civil Constructors, Inc;. R0,aw 2069 Tel:425 329 1058 1,;Nil to Road Fat:9)$229 3151 Martinr�,C%+IIf,jmj o 94553.0305 wMlw.aCC0n%trvCt,0r,.rQm 3UL--11-2002 08:56 925 229 3152 925 229 3152 P.03/06 118ZV1i::t0rS July 10, 2002 Affirmative Action Office Contra Costa County 551 pine Street Martinez, CA 94553 Attn: Emma Kucvor S07'B.R#LX, FIELIJ at ORINAL LEN Yt7UTH RHABXL1'7"ATIf1N FACILITY 6. FOLLOW UP ON INITIAL SOLICITATION 10 POINTS American Civil Constructors, Inc. will not be able to provide documentation for any follow up calls made. The estimator responsible for this bid no longer works 4or our company. 9. NEGOTIATE IN GOOD FAITH 26 POINTS Please review following; attachment: P.O.Box 2069 Fol:"S 119 1060 I s5 OUTta woad Fax:%25 129 3151 Martinet CatifornfaJis!)s- o0 wwu,�CCCsnFtr:rr<in.ccm JUL-11-2002 08'56 925 229 3152 925 229 3152 P.05/06 RA TED PU Box 1622 Unfcn City CA "517-6622 Pt>ti(51o)7213.5390 Pax#(520)783.4940 Date: June 26, 2042 Project: Byron, Contras Costa Co., CA -0928-WH4058- Orin Alyn Youth Facility Softball Field-4491 Bixler Road t:xxtt NO OPEN GRADE ASPHALT (POPCORN)WORK-NO EXC E ItONS.tka�� PRICE INCREASE EFFW rvs AM 1,2041 r- {ALL WORSE PORTAL To PORTAL 5 AX I>FS--Semi-ereas Monday thru Friday daytime $78.00/hr PORTAL to PORTAL Mon-Fri daytime 4 hr min Saturday,daytime $88,00/hr PORTAL to PORTAL Night/Saturdays 8 hr min Sunday,and/or Hol s,da tme $107.04/hr PORTAL to PORTAL Sunday 8 hr thin S AXLES-Transfers Monday than Friday daytime $85.00ft PORTAL to PORTAL Mors-Fri daytime 4 hr min Saturday,daytime $95.0011 r PORTAL to PORTAL Night/Saturdays 8 hr min Sunday,end/or HolidM da irne $105.00ft PORTAL to PORTAL Sunday 8 hr min S AXLES -Flarbeds Monday thru Friday daytime $75.00/hr PORTAL to PORTAL Mori-Fri daytime 4 hr min Saturday,daytime $85.00/hr PORTAL to PORTAL Night/Saturdays 9 hr min Sunday,and/or Hcslidaya,daytime $95.OW11r PORTAL to PORTAL Sunday 8 hr min 3 AXLES-1b Wheeterx Monday thru Friday daytime $70.00/hr PORTAL to PORTAL Mon-Fri daytime 4 hr min Saturday,daytime $80.00/hr PORTAL to PORTAL Night/Saturdays 8 hr min Sunday,and/or Holida ,da 'me $90.04/hr PORTAL to PORTAL Sunday 8 hr min Driver& 3-AXLE Truck- ONLY Monday thru Friday daytime $70.00thr PORTAL to PORTAL Mon-Fri daytime 4 hr min f Saturday,daytime $80.00/hr (PORTAL to PORTAL Night/Saturdays 8 hr min j Sunday,and/or Holida ,daytime M.00/hr PORTAL to PORTAL Sunday 8 hr mire 'T'iartspbrf-Lowboy Monday thru Friday daytime $85.00/hr PORTAL to PORTAL Mon-Fri daytime 4 hr min Saturday,daytime $95,00ft PORTAL to PORTAL Night/Saturdays 8 hr min Sunda ,and/or Holida da ime $105.00/ PORTAL to PORTAL Sunday 8 hr min S AXLES-fligkside Monday thru Friday daytime $85,00/hr PORTAL to PORTAL Mon-Fri daytime 4 hr min Saturday,daytime $95.001hr PORTAL to P'ORTA'L Night/Saturdays 8 hr min Sunda ,and/or Holida a da ime 5105.00/hr POLttTAL,to PORTAL S=day 8 hr min Rolloff Treetor nMebris Betz Monday 0uu Friday daytime $75.00/hr PORTAL to PORTAL Mon-Fri daytime 4 hr min Saturday,daytime $85.00/11r PORTAL.to PORTAL Night/Saturdays 8 hr min 5urtla and/or Holidays,da Lmc $95.00/lu PORTAL to PORTAL Sunday 8 hr min Additional Equipment Rentals 4160 Caterpillar $85.001hr PORTAL to PORTAL Mort-Fri daytime 4 hr min 655 Hy-R= $125.00/hr PORTAL to PORTAL NightlSaturdays 8 hr min Front Loaders Wheal $125.00/hr PORTAL to PORTAL Sunday 8 hr titin *NOTICE TO CONTRACTORS! -All material and dumping fees will be the sole responsibility of the contractor. Dellafosse Trucking lnc: will provide trucking service only. Any Out-of-Town work or layover cost to be paid by Contractor. Prices are subi ect to change without prior notice. Prices are good for thirty (30)dray only. * **t When us' ,De&fosse drivers an revsti in ova a 'obs rates erre groXlawr: Mon-Fri $89,00 per Loi' nr truck I Mon-Fri tqftgr 8 hrs $99.00 per hr/per truck Mon-Fri after 12 hrs $110.00 EerWp truck We do appreciate your business and will continue to provide you with our quality service. - Your Best i3`d, 14'ire a let!- DOPIrtt WA of cerin serviets Cenificuion Na,0044054 at.+t JUL-11-2002 08:57 925 229 3152 925 229 3152 P.06r06 David. F. O'Keefe Co. Park, Playground and Recreation Equipment P.O. Box 457 Alamo, CA 94507 Telephone (925) 837-4440 Fax (925) 837.6234 MICHAEL STRALK_A Direr Line: Telephone 510), 558-0140 Fax (510) 558-0141 Gate: June 25, 20102 Quote for: Orin Allen Softball Field Location: Byron, CA Attention: Estimators Lead Time: 4 - 8 weeks ARC? IterneQ Model/Desri_pt`►on .�_ _ Price Ea. Sub-total _... PW Athletic - . ...�. . .._..__._,.... 1 1 ea. #1235-03 Baseball Backstop, 19"6" $4,169.25 $4,169.25 High x 54'6" Wide, Galvanized, w/ 3 Doug Fir 2" x 12" Planks 2 2 ea. #1172.10 Portable Bleachers, S-Row $1,950.75 $3,901.50 15' length, Galvanized Steel Frames Sub-total $8,070.75 8.25% Tax $665.84 Freight 982 00 Total $9,718.59 Wabash Valley 7 4 ea. #5587 15' Long Bench w/ Back $467.10 $1,868.40 Inground Mount, Green 8.259 Tax $154.14 Freight 1156.00 Total $2,378.54 Price is FCB factory, freight allowed and pre-paid, sales tax included, NOT assembled, installed or off-loaded (heavy and awkward packages may require mechanical off-loading), David F. O'Keefe Co. terms and billing. TO PROCEED WITH AN ORDER: Please send check to David F. O'Keefe Co. P,O. Box 457 Alamo, CA 94507. PRICES GOOD FOR 30 DAYS FROM DATE QUOTED. J'UL-11-2002 08:56 925 229 3152 925 229 3152 P.04/06 Andcan tructo s Seo a Bids receivi;;77 Name of firm Amount of bid Earthwork 0 no bids received Concrete 1 Firm Listed: Strange and Chalmers $9,369.80 924 Lemon Street Vallejo,CA 94590 (707)6439075 Trucking 1 Deiiafosse Trucking Inc 'see attached PO Box 1622 Union City, CA 94587 Fencing 7 Firm Listed: Industrial Fence Company $18,985.09 PO Box 578321 Modesto,CA 95357 (209)525-9711 Bailey Fence Company $14,302.00 Chain Link Fence&Supply Company $14,905.00 AAA Fence Company, Inc. $22,475.00 Crusader Fence Company, Inc. $22,562.09 Anchor Fence Company, inc. $23,804.00 Pisor Fence Division, Inc. $25,985,00 Irrigation 1 Ewing $4,468.13 Equipment 1 ©avid ©'keefe Co. "see attached Infield Material 1 Mt. Diablo Landscape Center $11,833.08 FKA: LH Voss PA),box t.00 Tel:925 229 1060 ISS Outra Road ra x:925 229 3152 Martlnaz CaNfOrrlia 94559.090 w+wa:rrrnnclrcrtarr.turr, merican I7/i1 +instructors ; merican Reclamation IN Jennifer Sheets nnstructcrs Business Operations Manager 155 Dutra Road Martinez,California 94553-0303 925 229 1060 Main 925 229 3152 Fax isheets6acconstructors.com www.acconstructors.com July l", 2002 Architectural Division General Services Department Contra Costa County 1220 Morello Avenue, Suite 100 Martinez, CA 94553-4711 Attn. Steve J. Hrusecky RE. SOFTBALL FIELD at ORINALLEN YOUTH RE L4BILITATION FACILITY Dear Mr. Hrusecky, Enclosed you will find our"Good Faith Effort"package for the above-mentioned project. American Civil Constructors, Inc. is looking forward to working with you. Please direct any questions concerning this package to my attention at(925) 229-1060 or via electronic mail at islieets@acconstructors.com. Thank you, F, �+ 1 1.: Jennifer P. Sheets ,AUL 0 2nd American Civil Constructors, Inc. OEWL.SERv,, * . ,yN Business Operations Manager ARCWECTURAL vi''MiU d P.O.Box 2059 Tet:925 229 1060 155 Dutra Road Fax:925 229 3152 Martinez,California 94553-0303 www.acconstructors.com ' mencan viu oast ructors 1. LEVEL OF ANTICIPATED MBE/WBE PARTICIPATION NO POINTS American Civil Constructors, Inc. has made a"Good Faith Effort"to obtain sub-bid participation by MBEs, WBEs, OBEs, SBEs and LBEs. 2, ATTENDED PRE-BID MEETING 10 POINTS American Civil Constructors, Inc. had an employee of our company attend the pre-bid meeting. 3. SUFFICIENT WORT{ IDENTIFIED FOR SUBCONTRACTORS 13 POINTS 4. ADVERTISEMENT q POINTS 5, WRITTEN NOTICES TO SUBCONTRACTORS 10 POINTS Please see enclosed documents for items 3, 4 & 5. American Civil Constructors, Inc completed the following: Identified Subcontractor work as CONCRETE,FENCING, EARTHWORK, TRUCKING & SUPPLIERS and advertised said work in Construction Update on 6/20102 and in Minority Bidders Bulletin.on 6/24/02. This request was also submitted in the Daily Construction Service inviting sub-bids. Additionally, a faxed invitation was sent to potential subcontractors requesting bids. Enclosed you will find a copy of the invitation and a fax-log. 6. FOLLOW UTP ON INITIAL SOLICITATION 10 POINTS American Civil Constructors, Inc. is confident that our estimator at the time of this bid, Ron Bei, contacted the solicited contractors. However, Mr. Bei is no longer an employee as of June 24h, 2002. Any and all follow-up calls would be known and documented by him. We are requesting that he send us the information that he kept regarding this item. P.O.Box 2069 Tet.925 229 1060 155 Dutra Road fax:925 229 3152 Martinez,California 94553-0303 www.acconstructors.com t 'merican Nil onstructor$ AMERICAN CIVIL CONSTRUCTORS, INC, FORMELYKNOWN AS CONTRA COSTA LANDSCAPING, INC. Request For Qualified MBE,WBE Sub Contractors and Suppliers For The Softball Field at Orin Allen Youth Rehabilitation Facility at 4491 Bixler Road Byron, CA, for the Probation Department (I8% Qualifications ) Bid Tate: JUNE 27, 2002 at 2:00 PM Please Fax Sub Bids by 10:00 AM June 26th Trades Requested,But not Limited to: Concrete, Earthwork,Fencing, and any other Qualified Contractor that may be utilized on the project. Additional insured endorsment and Performance & Payment Bonds May Be Required Plans and Specifications may be viewed at our office Please call with any questions. Thank you, Ronald Bei Company: Trade: Phone: Fax: Yes We will be bidding this project No We will not be bidding Please Fax To (925) 229-3152 RCS,Box 2064 Tei:925 229 1060 155 Dutra Road fax:925 229 3152 Martinez,California 94553-0303 www.accons-ructors.com >Kufs>K>1c�3c tcaEc�i€aKStc c�c ak —JOURNAL— DATE JUN-18-2002 TIME 10:48 �tc��csic�caK>tc3k NO. COMM. PAGES FILE DURATION X/R I DENT I F I CAT I CIN DATE TIME D I AGNOST I C 0? OK 002/002 407 00:00:24 XMT a 1?072553041 JUN-17 11:55 0107A2000ACA0 08 OK 001 408 00:00:35 RCV 7607478661 JUN-17 12:22 0507C0000A070 09 OK 002/002 408 00:00:37 XMT a 170?4476817 JUN-17 13:10 0107A2000A0?0 10 OK 002/001 410 00:00:25 XMT a 15106705269 JUN-1? 13:51 610?A2000A070 11 OK 002/002 411 00:00:41 XMT a 8571874 JLN-17 13:56 0107A2000A070 12 CSC 006/006 412 00:01:50 XMT a 3736855 JUN-17 14:18 0007A2000A0?0 13 DK 001 413 00:00:44 RtV JUN-1? 14:58 050FC00001070 14 OK 001/001 414 00:00:15 XMT a 6862626 JUN-2? 15:11 6007A2000ADD0 15 GK 002/002 415 00:01:05 XMT RBI H/R JUN-17 15:40 C10?A2009A070 16 GK 004 416 00:04:22 RCV JUN-17 15:42 040FC00000010 1? OK 001/001 417 00:00:15 XMT RBI MAIN JUN-17 16:11 C10?A2008ACB0 18 OK 001 418 00:00:29 RCV JUN-17 16:29 0407C0000A0?0 19 OK 004/004 419 00:00:42 XMT EBI MAIN JUN-1? 16:55 C107A2008ACA0 20 OK 001,'001 420 00:00:46 XMT a 1510581?423 JOIN-18 07:42 3101A20001010 21 OK 001,1001 421 00:00:43 XMT a 2290538 JUN-18 07:43 0000A20001030 22 DK 001/001 423 00:00:16 XMT a 17076440422 JUN-18 07:46 2107A2000AD70 23 634 000/001 422 00:00 00 XMT a 14154637681 JUN-18 07:48 0000000000000 24 OK 001/001 424 00:00 2? XMT a 15102765561 JUN-18 07050 6107A2000A070 25 LAK 001/001 425 00.00:43 XMT a 14087457146 JUN-18 07:50 010OA20001030 26 OK 001/001 426 00:00:24 XMT a 17076431362 JUN-18 07:51 0107A2000A070 27 OK 001/001 426 00:00:26 XMT a 19166318%9 JUN-18 07:53 0107A2000A070 28 OK 001/001 429 00:00:15 XMT a 1510?832989 JUN-18 07:54 F00?A2000ADA0 29 DK 001/001 430 00:00:44 XMT a 14154657681 JUN-18 07:55 0100820001030 30 OK 001 431 00:00:26 RCV ?0? 643 1362 JUN-18 0?:56 050?C0000A0?0 31 634 0000/001 427 00:00:00 XMT a 19166319191 JUN-18 0?:57 0000000000000 32 OK 001 432 00:00:23 RCV 7078742460 JUN-16 09:58 0507C0000A070 01 CK 001 433 00:00:00 RCV JUN-18 10:00 0000000000050 02 GK 002/002 434 00:00:36 XMT a 5518793 JUN-18 10:10 8107A2000A070 03 OK 004 435 00:02:00 RCV 4052904807 JUN-16 10:16 050FC0000RC70 04 OK 001 436 00.00:00 RCV JUN--18 10:20 00000000000?0 05 OK 002/00.2 437 00:00:36 XMT a 1?078645856 JUN-18 10:41 0107A2000A070 06 OK 001 438 00:00:36 RCV JUN-18 10:44 040?C000080?0 925 229 3152- m JUS-Id—e UY9 24 3152 9M 225 3152 P.01/01 h 0 AMERICAN CIVIL K ON$T_RVCT0Ux JXC.LQMXLY WlI AS CC0NTRA COffA_LMDSCALrN4IA1t Request For Qualified MBE,WBE Sub Contractors and Suppliers For The Softball Field at Orin Allen Youth Rehabilitation Facility at 4491 Bixin Road Byrom, CA.,for the Probation Department (18%Qualifications) Hid Date: JUNE 27,2002 at 2:00 PM Please Fax Sub Bids by 10:00 AM June 26th Trades Requested,But not Limited to: Concrete,Earthwork,Feneia ,and any other Qualified: Contraetor that gray be utilized on the project. Additional insured endorsment and Performance &Payment Bonds May Be Required Plans and Spectfleations may be viewed at our office Please call with any questions. Thank you, Ronald Bei Trade: �1 .4c. ::•3 =. Phonef Fax �:��,Y >`. � ', 'Z- Yes_X_We will be bidding this project No We will not be bidding Please Fitz To(925)229-31,52 P.O.tax 200 V'923,120 IM ISS Dutos Rood Fax!925 220 1152 We Are Pleased To Announce A Special Minlority Advertisement Program. In order to meet your "GOOD FAITH EFFORT" Ad needs we will: * Create your Ad artwork t Fax an advertisement proof (you cart actually see the Ad before It runs) A €aged copy of the affidavit of publication N provided on the last stay your Ad runs (t.his can be used as documentation in your bid package) Your invoice and a hard copy of the affidavit are milled out that wine day regular advertisernertt mst is s�. o per ;nserflon b j;Egram Hate is only Wis Are a'trade and Fouts Publication Approved by the OSM13 and CatTrans We fuihff another step in your M/W/i, 9E/DVRE Tood ralth Efforts". Pubh5hed twice a weekmid distributed statewide- $19.!X1 Bath lrrtertlors• nNn. 2 ��"�&A�verfiuiti#tJ,11ft UM We publish every Monday and Thursd:sy' To place arc ad in VorsdAy'f Minority Ridden Ruttettrs edidon. JUSI rill out the f�t`rTt below and the deadlinc is 4.00 P.M.on r-ridgy Fax it to (760) 747-8661 to!'tare an ad In Thursday's Crnstructtnn Update e(0 on- you have any rltle0lons, please die deacliinp is 4M P.M. on Wednesday Gall L15 at (760) 745-6144 iNF 2RMATIQN SUR BIDS REQUESTED rRUM QUALtr►Cn M/W/t)8E/0vtlL SUBCONTRACTORS AND SUPPLIERS Project V7_B q4J 1&_a ki— oexu AaLo_.._.___..�'G�C�" Project Nt.mbet /` `' V Project Locitiorl Y�L11'' .L Bid mate antl'Fime %:V,0 aa % !. zP2- •'OZ) ' _-- Respond By Conlltarty Nar e'gtg1 ° 1 0014... C&i)'... 7ZM2 C (-otttact Name Pflone Additional Information �C-tfq�{ b /9)"' 71 Run Ad tits Following hates 3 —41 —77/',/ t 135 West !)nasion Avenue, Suite 202 1 � � #� ►Vr�ii Escondido, California 92025-171 PUBLICATION AFFIDAVIT FILE COPY DECLARATION OF PUBLICATION I )TATE OF CALIFORNIA Suzie Davidson/Art Director ! Is requesting sub bids from qualified 1%4X%E1"V'V'J3.E subcontractors/suppliers ! for: ! SOF-r BALL 3'I:ELI> ,kT C n1N A.T..LF_N "VfJ'C TH It.LI-IAJaMX'T`A'7t"X0N FACX.1[*r' ' Ar 4491 BXX'X-,]EXZ IROAUI B'yiRON FC3n TWE 1'a4OBA'T'ION 3DRPART'M)ENT 1 #4413-4450 )R117► IDAXIE : JUINR 27, 2402" TIr4E,: 2t00' P IwZ � REQUES7"XNC QUALXF'' D MSL, WEE SU,L3CO)VT.t AC710R.S & .5UPPLJZRS 11"V' ! ! CNVUC 2LT7'E, 1=aNCrNt"i. ARVI- W' ORK, TR UCKIIV<:;AMD AMY 07-HZR Q VA,L..X,1+1A---.0 ! S ZJV COMrR ti C ORS. ! I ! ! ! t For more information, pJcasc call: ! ! American CiivAl C oxistx-txctors, Xnc. !€ ! Rola Bei # P.O. Box 2069 !( 155 Dutrrs. Roads • Martinez, CA. 94553 ! ! (925) 229-1060 • Pax (92.5) .229-3152 ! I ! A N E S2 UAL OPP OR T U N 12" y E Xf Pt- 0 Y E R � 4 The undersigned declares: I am over the age of 18 years and a citizen of the United States. I am not a party to and have no interest in this matter. I am principal clerk of the publisher of Construction Up-Date Inc.and Minority Bidders Bulletln. ,.a trade/ focus publication in the City of.Escondido,the County of San Diego,and the State of California.This notice, a true copy of which is attached, was published on the below dates and displayed on the world wide web. , 1 declare under pena.iity of perjury that the`oregoing is true and correct, i�•s a'fst' � J� �� Executed at San Diego, California Signature ONC 6 ' TM �!T DATES PUBLISHED �.� �. s i.y..IYY4 1 i ALSO DISPLAYED ON WTrg SITE 0 haps-Ilwww.goodfurtheffort.coin Phone Number(760)745-6144 135 West Mission Avenue, Suite 202• Escondido, CA 92025-1713 Fax Number(760)747-8661 N a 1.1,F To 510/636-2492 �. Construction Market Data & Daily Construction Service 64 Swan Way, Suite 130 Oakland, CA 94621 Phone: 61 d1636.2460 www.cmdg.com Rid Date owner/Architect CMD Project#/inv.# Project Title/Location SO B Pte*14- 2 4 6 From (Company Name): Contact Person: Address: Please Contact Me About / M1W/DIDVBE Advertising Or Contact Vikki directly Phone: at 800/242.9747 Fax: Construction Market Data . Daily Construction Service,@ Companies of the Construction Market Data : Dally Construction Service*Page 48 - March 30, 2000 rn u of1'structors 7. PLANS, SPECIFICATIONS AND REQUIREMENTS 5 POINTS Our policy is to make plans and specifications available for review at our office. This is noted in our "invitation to bid" We will provide copies when requested to do so. 8. CONTACTED RECRUITMENT/PLACEMENT ORGANIZATIONS 10 POINTS 9. NEGOTIATE IN GOOD FAITH 26 POINTS Please review enclosed copies of sub-bids. 10. BOND, LINES OF CREDIT AND INSURANCE ASSISTANCE 7 POINTS In an effort to expand opportunity to subcontractors, American Civil Constructors, Inc. has raised our subcontract banding amount threshold to $50,000.00. We will introduce any subcontractor who needs assistance bonding to our bonding company. P.O.Sox 2069 Tet:925 229 1060 155 Dutra Road Fax:925 229 3152 Martinez,California 94553-0303 www.acconstructors,com Fencing Sub-bids (not used) Y v 6 v rri i ABLE M4 FENCE V rwrM'MPAN INC. 8205 Baumberg Avenue M Hayward, California 94545 (51 Q) 788-29803 Fax (51.0) 783-2989 Cly License #.498661 F ax Bid Form. Bate Project Yob lxcation c` ' Section(s)&Trades OZ 5460 Plans/Specs .Furnis/Instals X FOB Jobsite . iwtau Only .. Tax Inc. X Addenda 0 1 11 2 3 .4 S G 7 S 4 10 Union: �—- Yes. No prevailing wage ,�.- Yes leo Bondable — . Yes dao Bozo#Rale—36%,not included. Waiver of"Subrogation NOT Included" lncludes: ,r Amount: �. AV� . s Total $��� 4 Lwr ii y Alt# Alt# Alt# ExclusionsMaxifications: 1 Clear&Grubby others,Survey by others,Electrical fence grounding by othez. We must set posts befog .; 4y concrete or lan scape work .that affects us are ill, SubtWttodBY:, " �� cit ' tc ''Cftfr i�sr�s »�—sl�rs P. 1 PI OR FENCE DIVISION, INC. $ID SUBMISSION FORM PO Box 7213 Citrus heights,CA 95621 Lic.#316128 Attention:Estimating Date: 06-27-02 Re:Orin Allen SB Field,Byron. We are pleased to submit our quotation to fttritish and install fencing per section 02460 of the spccifications,plans and addenda(s) I noted for the suin of, see below Scone: A--S&I appro. 105 if of 6'high dug-out fence ............................. $ 2,655.00 B-S&I appro. 152 if of 10' high sidle-line fence .......................... S 5,545,00 C-S&I 1 each Ballfieldl Backstop ........................................... $ 17,785,0 TOTAL BID.25,985.00 Standard Qualifications- (X)No bond expense. (X)No clearing, grubbing,grading or staking of the fence line.No patching of the AC. (X)No traffic control. (X)Basic Ins. Cov, in Bid: G.L.- 1M(2M AG),Auto Lia. — IM,Excess Lia. 2M&Wrknn's Contip IM. (X)No subrogation of labor insurance figured (X) Ail post hole digging operations to be done with motorized equipment, i.e. Bobcat/Dandy nigger. (X)No grounding of the fence (X)Wier than rioted above,there is no removal of existing fence,no temporary fence or tree fencing. (X)Sleeves/Post-pockets by others,if applicable. (X)No mote strips,concrete gate track pads,re-bar or retaining walls. No core drilling or saw-cutting. (X)Ail posts in concrete slabs/walls/bridges to be set prior to pour or to be blocked out by GC. (X)lob figured for 2 trove in(s). Additional move in(s)at S 875.00 each. (X)On site underground not covered by USA to be located by GC,or owner. (X)Must have letter of intent within 14 days to Honor material prices, (X) Ternis.Due on completion. (X)Prior to commencement of construction,a contract containing terms mutually agreeable to bout parties shall be prepared and executed. This proposal letter shall be attached to and become a part of the contract, In the event of any inconsistency between such contract and this proposal,the terms of this proposal shall prevail. Siitcer Proceed with work X................................ ..... Klein (sign and date) 4 ortiinercial iistimator (0)916.726.1173,(F)916.726.11518 311 Gold VaUey Dr. (916) 631-9191 Rancho Cordova,CA + (916) 852.9191 98741-6888 " Toll Free (888) 618-9191 (Z"Ide COSTCO Fax(916)631.8989 offWAtc Rock Road) IL,icensc#726527 CRUSADER FENCE CO, INC. BID SU13MSSION JUNE 27, 2002 T TIS D± LIFORMA BUSINEW LUIMCATTO #4411 368 ATTENTION: ESTIMATING RE:SUM FIELD a E YOU T T1- FACII IM1R ALL— WE ARE PLEASED To SUBMIT OUR QUOTATION TO FURNISH AND INSTALL FENCING PER SECTION(S) 02"0 OF THE SPECIFICATIONS,PLANS AND ADDENDA#1, NOTED FOR THE SUM OF S 22,S62.U4,INCLUDING TAX. DESCRII"TIUN»TO FURNISH&INSTALL(1)BALLFIRLD BACKSTOP WITH(3)WOOD PLANK HEAR PANEL(EQUAL TO MODEL#I235-03 BY PW ATHLETIC CO.), 152'LINEAL FEET OF 10`HIGH SIDELINE CHAIN LINK.FENCING,& 1441 LINEAL FEET OF 6'HIGH CHAIN LINK DUGOUT FENCING,PER PLANS&SPEC.'S. I✓XCLLISIONS'LOCKS,FIRE DEPT.DEVICES,STRUCTURAL ENGINEERING/CALCULATIONS, DSA STAMPED APPROVED DRAWINGS,PERMITS/FEES. ()UA�,LIIt'IC,ATI(3N5» < (X) NO BOND EXPENSE,OUR BOND RATE IS—.85 (X) NO CLEARING,GRUBBING,GRADING OR STAKING OF THE FENCE LINE (X) NO TRAFFIC CONTROL.NO PATCHING OF BLACKTOP/ASPHALT. (X) No TEMPORARY FENCING,NO 1 REEF FENCING (X) NO SUBROGATION OF LABOR INSUftANCE.WILL PROVIDE AT ADDI"T"IONAL COST. (X) NO GROUNDING OF THE FENCE OR GATES.NO CONCRETE GATE TRACK PADS. (X) JOB IS FIGURED FOR.(I.) M0VF»TN(S). ADDITIONAL MOVE-INS AT 500.QO (X) NO GRADE BEAM,MOWSTRIPS,CONTINUOUS CONCRETE FOOTINGS.NO RE-BAR. (X) NO BOLLARDS&NO REMOVAL OF EXISTING FENCING UNLESS NOTED ABOVE. (X) ALL POSTS IN CONCRETE SLABS/WALLS/BRIDGES/ETC.,TO HE SET PRIOR TO POUR OR BLOCKED OUT BY G.C. (X) NO COREDRTLL.ING OR SAWCU TING ARE INCLUDED IN THIS BID. (X) UNDERGROUND UTILITIES NOT COVERED BY U.S.A.ARE TO BE LOCATED BY G.C., OWNER,ENT: USER OR THEIR.RESPECTIVE REPRESENTATIVE PRIOR TO START, (X) CRUSADER FENCE CO.,INC.IS SIGNATORY TO THE LABORERS UNION. (X) LETTER OF INTENT WITHIN 60 DAYS TO HONOR MATERIAL PRICES. THE TERMS AND CONDITIONS OF THE ABOVE QUOTE ARE TO BECOME PART OF ANY SUBSEQUENT CONTRACT. 'THE WAIVER OF THE TERMS OF THIS QUOTE IS TO BE AT CRUSADER FENCE COMP.A`I TS DISCRETION. THANK YOU FOR THE PPORTU OF QUOTING THIS PROJECT, RESPT CTFULLY, w ' 7 9'i) TONY BORGES,INDUSTRIAL STIMATOR CRUSADER FENCE COMP ,INC. "Union Fence Contractor Serving Northern Ca drnia" lichor Fence Company, Inc. Bit By Fax 650.Saa.5000 Falx, asn.sa8z7as tytvtv,ant:hEarteltcecorrrtiinti cnrzt 4W-r i C tL,-h cyt K sec is Ia., Attu:� Date: # 2.7 Jt.. Soft I.Vit((, af14 Alj ( _Bid Date-, to L7 '(lines Z 4� iicincation Section(s): � s �l�* �. _ .1 .�.Addendum Nott:d: ce Bid. - } .� �� rax irvluded: Yes No PRIGS Aim FURNISNQf A140 tHS'TALLE0 PER PUNS AND SPrearICATIONS,UmLgw*TttEP4tl1w Nt3'Tllii. �t t'��, ;7`;r� { � _ t"i�l�4 Tt�;Y2..i W t_ss ,a� i� �idt,1+.�•~�+/ 7'r. r�3/z...� I ' /7 R L !t7 Y7 11.c+ J fAJ1r1� c.+ v" CLARMCATIOMS =Move-ins(mobilizations)IncludeC Additional move-Ins$ 5-0 Bond premium(2%)is _ l xdUdedi _In ptucied Removal of existing fence is ✓r cciuded Included Clearing, grading and grubbing of fence line is --,,e—Excluded Included Ali underground utility lines and underground obstsucdons are to be dearty.rjarked by ethers primo to our crews arrival. 'fate General Contractiar shall hold Anther Fence Company,Inc.-HA;w LEL frarn all damages resulting From all unmarked objects of any kind, All terminal and corner points to be located and clearly marked prior to our crews arrival unless otherwise Indicated herein. Fence Bine location is the sale responsibility of the General C.ontraictor. All clauses of me General Contractries prime contract and/or the Genal Contnctoes subcontract agreement(s)that relate to Foka ACCQuNT type worse,special insurance requirements and any clauses that rewire Anchor Fence Company,Inc,W perform overtime work and/or work on Saturdays.Sundays or Holidays without receiving the appropriate overtime ratty arra hereby excluded from our bid. Any and all clauses of the.General Contractor`s subcontract that relate to'PArD xF PAID"and/or"paid when paid'are hereby null and void. nchor shall be paid for all work invoiced Wtnln ten(10)calendar days after the,General Contractor receives any payment from its customer or nin torty•fl,,e(45)calendar days from the date of invoice,which ever occurs first all moneys withheld as rr.tainage shall be paid within ten, (10) nays att,3r the contractor receives such payment from Its customer or when forty(43)days from the date of Anchor pence Company's final invoice, which Pver occurs first In addition,Anchor pence company, Inc.shall be paid inturtsr on all moneys withheld as retainage or withttdd for any Omer reason at a rate of prime+ 1 'h°/O. Ext-a work will be performed only upon an agreed puce and subsequent issuitnce of a change order or,at Im option,on Anchor Fence Company's BrancdArri:,me and Material basis at tie rates listed below, work wfi!be performed army Sti r Issuance ofa w ftren acceptance by Genial r~oncr3ctor guaranteeing pymam: Materials Contractor's Ust Price(CLF) t,acor Normal lime s !Jel per mean hour minimum) Overtime 3 ftlj` per man hour :>koo minimum) Equipment Rental Cost+ —01% Subcontractor Cost+---L0-11J0 °k 7mt,warts rTom the time Me crew leaves our yard and ends upon their return to our yard. work w,tl oe performed only after issuance of a written change order guaranteeing ftayment Our pricas include the company's mridard Insurance,which is$1 million liability.plus$3 million umbrella. The c=of any additional insurance coverage(s)or requirements of the General Contr'actor's prime contract and/or subcoriedct to us shall be added to our subcontir price after quotation from our agent C onrTAcTor will provide a minimum of two weeks written, notice prior to start of fence:want(8 weeks for 311 systems ether than galvanized chain link systems),insure that the fence line is Clear of all obstructions and that all other Hades working for scheduled to work are out of the way and do not interfere with our ferice construction in any way. Anr'rtcr>p.nce Company, Inc. wilt,be rumished with two complete sets of plans arul specifications free of charge. EXCLUDES P Kmrrs&ENGIHetHIMG CALCUt,ATIOMS AND AMY EMGINE€PiMG•STAMPS. Other danFcat,ons: Ey 0j16L. 1JQA _ ! U rli{s t1d.s_ondjnonai upon the reaching of SubcrontracViPurcnase Order terms.and rand1r7.ans that are acceptabie,W anchor Fence Company, Inc. ALL CLARMCATIONS MUSr BE WR?TTEN INTO OUR AGPJMMEW AMD WILL BE CONSIDFUD AS BEING PAJtT OF OUR SUBCOWMT CT AGRLLMENT BY THE ACCEPTANCE OF THE PRICES QUOTED NEPMN,EVEN iF THEY HAVE NOT SEEN SPIECI:I.CALLY WRI'r7Et4 INTO OUR SUBCONTRACT. ,pis nuote shall be good for forrf•nve(45)days from protect aid dare. if .)ny roudstoons, plea£-»ail your anchor Wince Sales•Aepresentanve: C: t( -X105 a3 3 33-'S TOTAL P.01 C r-Lt IQ ,GuuU Y. I2r`33 Mr t...marmimi 01=UU �. 1 AA" FENCE COMPANY, INC. Lic, No522762 2745 Scott Boulevard, Santa Clara, California 95050 • (40S)727-5465 (B00)95S-5465 r Fax(4081,S7a8680 Sub-Contract Proposal ATNt PROJECT: SOFTBALL FIELD @ ORIN .ALLEN YOUTH DATE 06.27-02 TINX 2:pm INCLUSIONS: NON-UMON LOCATION: RYRON ADr)ENDA NOTED.- 1 - MOVE-IIT INCLUDRD. ESTIMATORt ISAAC SALDANA xxTRK Mow-zxst $300.00 INCLUDES INSTALLATION MM TAX. PP.XV74SI XXX WAGE INCLUDED Z IF MCXZD. BID ITEM DESCRIPTION M or tmrsra/mms MIT stizca TOTAL. PRICE 1_ Install 152'l.f. of I O' high sideline fence $8,875.00 Install 104' 1.f. of 6high fence for dugouts. 2. Installation of new backstop kit model# $13,6100.00 I235-03 Includes: Installation and delivery of backstop NOTE:We will sign a"one job agreement"with the Laborers Union if you are si nate - lease call to confirm. XCLVSZOITSt BOND PREMIUM, BUILDING PERMITS, SURVEYS & STAKING, CLEARING-GRUBBING & GRADING, CONCRETE & ASFIPALT PATg4ING, ELECTRICAL, LMDSCAPP RESTORATION, TRAFFIC CONTROL, ELECTRICAL GROUNDTNG3 DEMO, ENGINEERING, POST POCKET'S OR SLEEVES, CORE-DRILLING & SAW CL=ING, REMOVAL OF DIRT SPOILS, PADLOCKS & LOCKING HARDWARE, CONCRETE MOCK ELANDS, LAIBILITY FOR LOCATING UNDERGROUND UTILITIES, TEMPORARY FENCES, LIABILITY FOR DAM,AG28 TO UN-LOCATED UNDERGROUND UTILITIES, Bollards,Urn Iron;Fences and Gates, TTash Enclosre Oates *wBID XS 'VAUID FOR 60 DAYS-- Chairs Link Fence &Supply Ione 241 Rickenbacker Cir Phone.,(925)6064167 Livermore,CA 94550-7616 FAX:(925)606-9934 Catlfornia Contrictors'License Number 720464 Of all;kirk@ftencesupply.com .Fence Construction Proposal& Contract Customer: Contraetors Customer Phone: Customer FAX: Attn:Est.Dept, Job/Project: Softball Field @ Orin Allen Youth Rehabilitation Facility,Byron Ca. Chain Link Fence&Supply Inc{CLFS}hereby proposes to provide labor,ttt Ier'al and all necessary equipment to completely install Amring described as follo%s: Bid Item Section Mesta! ii n 2uantitL Unit Price TOW '"A" Furnish&.install 110'of all plvanfzed 6' high chain link fence at dugouts , 152'cif all galvanized 10' hi h chain link fence 2t si-1s4"I &leach large hooded baseball backstop with 3 wood gtanks at rear panel 22r plans&s ec's i ea. L.S. 14 905.00 , * Please review all qualifications listed below * 1. All concrete mow strips are not included &are to be b others. *2. All du ut benches bleechers water fountains, & other related cold onents are not included &are to be bv others. f I. Total. 14,905.00 Qualifications: A,n property Bata and gradatakea shall be wtabwthd or cwnfirtned by,and be the sole roaporusN14 of 2u cusum=.AD requtral pemttu shall he obu3nad by GUstorner,ons!are not put of this contract.CLFS Wall iwW renting according to industry standards.fence,is to follow existing ground lints unite edww1se provided above All obauvcdons that may interfere with the raecdon of the fence shall be removed by others prim to the stat of fence atsratlatim u no espcmt to CLFS. Customer inclmmifses CLFS and aeon to defend CLFS with respect to C'A'M made for any damage ise3ad1X%that to uodcrgrouad Water,electrical,wepbone,gas,sewer aT other utility lines. NOT&FULL PAY-/ NI-1 LS 3711E UTON COMPMT3t:}N. Customer agrees to pay s ftntasoe charge of 1-1/246 per month on Wancoa raora than 30 drys past due. Legil{ees will be gaid by uuomer if tvlEecticm action{s ttoasaaary.CLFS is hilly Lain. An additional foe wilt be charged for other than standard ittsurswe proof" No wam my than apply unless otherwise provided in wtitusg. Bondtne is not inctudcd,unless specirrAny ruled. Chain Link Fence&Supply,Inc. By: Kirk Flaten Date: 6/27/2002 Accepted$y: Daae' --- (Please NintNatna,IDec Sigh and Date) ,+t:5"W'"M7 1,4.Ci CAMs Douvncnta+ibid c7rinAlka62702.x6]PROP2 (Rey of•20m) Trucking Sulo-bids (not used) PO Box 1622 Union City CA 94587-6622 Phi## (510)783-5390 t=ax(510)783-0940 A Disabled Veteran.Business Enterprise DVBE/DBE/SBE/MBE CRCLE ABOVE CERTIFICATE REQUESTING DATE 2002 YOUR.COMPANY NAME: PHONE NO: FAX NO: Please provide the fallowing information: BID NO: BID TITLE: JOB SITE ADDRESS: - AGENCY CONTRACT NAME: (Owner of project/Job site) _ PHONE NO: OPENING BID DATE: DBVE/DBE/SBE/IvvIBE-PARTICIPATION AMT S :HIS AMOUNT IS TO BE NO LESS THAN 3%OF AWARDED CONTRACT Please specify if ,job is PREVAILING WAGE? Yes I No Does it require certified payroll? Yes t No Thank you for contacting us with your "INVITATION TO BIb"on the upcoming project. As a supplier,specializing in trucking,we require the above information to be given for the above upcoming project. If you are unwilling to provide us with such information.Please 00 NOT list us in your '000b FAITH EFFopr'.If we're contacted by any State, City, Federal,County or other Issuing Agency regarding your communication with this office. We will inform the contacting representative of your UNWILLINGNESS to provide us with the information requested. Again,we would like to THANK YOU for the opportunity to help you meet the 1)VBE/l)BE/5BE/M8E goal for this project. bellafosse Trucking Inc., also sells and/or provides other services which may be of use to your company. Please remember to contact us for any upcoming projects. *****PLEASE ADVISE US VIA FAX IF AWARDED ABOVE JOB***** C7MPi.eTE O BY YOUR COMPANY REPRESENTATIVE Date Your Best Bet, Hire a.Vet! CA I.icensc No 415215 vep&rtment of General Services Ceriificaiion No.0000054 (1)one sheet per job location or Project phase F DELLAFc4WR0,UGMNQE1,bYCQWRATED PO Box 1622 Unum City CA 94587-6622 Ph#(510)783-5390 Pax#(510)783.0940 Date: June 26, 2002 Project: Byron, Contra Costar Co., CA -0928-WH4058-Orin Allen Youth Facility Softball field-4491 Bixler Road ******NO OPEN GRADE ASPHALT (POPCORN)WORK-NO EXCEPTIONS****** PRICE INCREASE ErFECTNE JUNZE 1,2001 ALL WORK PORTAL TO PORTAL LES—Semi-ends j Monday thru Friday daytime $78.00/hr PORTAL O PORTAL Mon-Fri daytime 4 hr min Saturday,daytime $88.00/hr PORTAL to PORTAL Night/Saturdays 8 hr min Sunday,and/or Folidays,da ime $107.00/hr PORTAL to PORTAL Sunday 8 hr min AXLES - Transfers Monday that Friday daytime $85.00/hr PORTAL to PORTAL Mon-Fri daytime 4 hr min Saturday,daytime $95.00Ihr PORTAL to PORTAL Night/Saturdays 8 hr min Sunday,and/or Hol ida ys,daytime $105.00/hr PORTAL to PORTAL Sunday 8 hr min 5 AXLES -.flatbeds Monday toss Friday daytime $75.00/hr PORTAL to PORTAL Mon-Fri daytime 4 hr min f Saturday,daytime $85.00/1117 PORTAL to PORTAL Night/Saturdays 8 hr min Sunday,andfor Hclida s,daytime $95.00/hr PORTAL to PORTAL Sunday 8 hr min 3 AXLES-lh 911eelers Monday thru Friday daytime $70.00/hr PORTAL to PORTAL Mon-Fri daytime 4 hr min Saturday,daytime $80.00/hr PORTAL to PORTAL Night/Saturdays 8 hr min Sunday,and/or Holidays,daytime $90.00/hr PORTAL to PORTAL Sunday 8 hr min C Driver& 3-AXLE Truck- ONLY Monday thru Friday daytime $70.00/hr PORTAL to PORTAL Mon-Fri daytime 4 hr min Saturday,daytime $80.00/hr PORTAL to PORTAL NignhtiSaturdays 8 hr min Sunday,and/or Holidays,daytime $90.00/hr PORTAL to PORTAL Sunday 8 hr min Transport-Lowboy 1 Monday thru Friday daytimeI $85.00/hr PORTAL to PORTAL Mon-Fri daytime 4 hr min Saturday,daytime ! $95.001hr PORTAL to PORTAL Night/Saturdays 8 hr min ' S;mday,and/or Holidays,daytime $105.00,hr PORTAL to PORTAL Sunday 8 hr min 15 AXLES"-Highsides 3 Monday thru Friday daytime $85.00/hr PORTAL to PORTAL Mon-Fri daytime 4 hr min $95.00/hr PORTAL to PORTAL Night/Saturdays 8 hr min Saturday,daytime Sunday,and/or Holidays,daytime $105.00ihr PORTAL to PORTAL Sunday 8 hr min Rolloff Tractor w0ebris Box Monday thru Friday daytime $75.00/1-ir PORTAL to PORTAL Mon-Fri daytime 4 hr min Saturday,daytime $85.00/hr PORTAL to PORTAL NightlSaturdays 8 hr min 1 Sunday,and/or Holidays,da ime i $95.00/hr PORTAL to PORTAL Sunday 8 hr min ; Additional. 'guoment Rentals- i 4160 Caterpillar $85.00/hr PORTAL to PORTAL Mon-Fri daytime 4 hr min 655 Hy-Ram $125.00/hr PORTAL to PORTAL Night/Saturdays 8 hr min Front Loader/Wheel (( $125.00/hr PORTAL to PORTAL Sunday 8 hr min *NOTICE TO CONTRACTORS: All material and dumping fees will be the sole responsibility of the contractor. Della;osse Trucking Inc. will provide trucking service only. Any Out-of-Town work or layover oust to be paid by Contractor. Prices are subject to change without prior notice. Prices are good for thirty (30)day only. ** **"en using Bella osse drivers on vailing wa a Jobs rates areas ollows: 4 Mon Fri $89.00 per hr/per ruck Mon-Fri after 8 hrs $99.OQ er hr/ er truck Mon-Fri after 12 hrs $l 10.00 er hrf er true We do appreciate your business and will continue to provide you with our quality service. Your Best Bei, Aire a b'ed- 17epartment of Gcncml Services Certificalion No.0000054 Letters of Intent U t3j 1 7(GG1UL UG.JU BOJ t OlJ � ::.... .. •..�..... •,... .. ''° .„.��� � Ak'1•jyl,�;st`• Ai ri �} � � s. y , ' � YSi � .s• � f 1••� � it ° ¢ '� v� 1 .r�.i.`,,.,1 •, i'• ,,J�, k�. 1.r(�,r.�:yv.;. iii///---111---... fl (CONFIRMATION OF ORAL C TATICTI 7th: � r� ��,c�v� clu � � �s ►�. C7 TE: -) `4% ERMS: CUAN TITY DESCRIPTION PRICE UNIT ANMI 0UNT C . 6�33 • Comm Costa Covnty OUTR-PACH PRO R. NN 651 line Strcet,Martiuez, CA 94753 (925)335-104S Fax(9265)646-13533 LETTER OF INTENT TO PERFORM AS A SL.SCONTRACTOR STJPPLMR.r 1.iAN T ACTCTM t TRUCKER Ns►rne cif:Primc C'ontnctor - 11114L r Protect ber ate t x�dersi :,cd is a (check one): Sole proprietorship �. Corporation .� Limiied Liability Partnership Ychit Wntare Cl.ec1.he fol owjn& NvInit,tt may apply, MBIu vtBE 8 LRE �. Suoccmtracrar _._, Subconcracto- ._ Sub:oncracror ,_ Subcontractor _. Supplier — Supplier Supplier _ `'suppEe'r Manufacturer — Ml anufacrare~ Mar.decturer Manufacturer Tracker Trucker _. Trut,ker Trucker w Other—_ Other., ___ - Other — Describe Describe Dt*cribc Detcrine — None of the AbovC Apply The a+".d rsl leC :s prepared to perform t`:zt `ollowin.;eescribed work in connection with the. 3,:w)ve project(specify m d(!t,. i :he.perticu!ar�ut�rk itertts tsr pa.:t�thcreui trr be perfcrAmtd): Ss Tor--] ,Air±^ot7tt Bid to Prime Contractor: S� � Sx rar�rc Position"title Dec `arric of Pcrs4n Completing WS.Form ornpany Name - Phone Number � .��+ l L. 4- Vo S �.. �;;.nr.K zar+a Ta{+915224 t¢i0 1 rr�11313 j(1i7�7t'•i'r F;}U12G'x'.dv (Roti.. + C '7 !� . d r c6 M to 0 w -CJ un 0 C14 6 a 'V S.t`} to tl7 M Cl) v O � �C.7 r to 2 1 M r to fV cp h» N N e-• W A tCS 47 ti') �e- co C7 U'S ALcOy. tlS 4"} m «7 U),in th LO CO tr) ttj lA 47 ill t17 co 00r- r- to co bb 1Js t�TS GgS CS'S � CASs d�5 CJS II�5 S70 B5 Obi � m C) r� I tm c © E N 72 1 'O'.. '1 a5 0 � Ot N N QS C E aS 6 m Citi {13 .� d',.CE cg 13 as � c'ns y ro a5 -� as rel , a5 q} to ro > c M A > �m c M G3 tt5 S' v ai a to c 6 a> o.t M d C�i E > c CA m Sly E aS a to x C � � � m '0 O N o c000 'C ,� ,C .0 N � I � 'E . .G _ n Ct1 f S rr - > CA m c r {1 Li Lt c7 rn csa ry u7 r� tri GS to CO el ro Lo , u 5 ar t O to as ua o to M r� c Cl) r as*r d tit.Ca ra x- €ta M rn ts5 .t cv er r u) d a r: v c t cs Cs o 4TI :Cts to C,. L7A tL7 N tl7 N a) tu; ttl �.. ,- til r M C"S N cn xn ti i a N Vy 11 ttJCfL�f : CSS U fl +}} iU 0 4 Ut <S C w tai o m aQ LL to 06 C u vs m :41o o LL! o ' � m 0 0 � acs m = OAC os Cl m ? t1S "Fj k CCS �.S CD v a o L7L7 CS 'W tIS US to 05 m ¢x a5 a5 > > > : > > C3 cri cn rrs to to to to :U) rn ct s c c r G c G = c c c c i7 t 7 tt t 7 14 ) t4) 0a5 a5 a5 ar m a: n5 w m a> a55 'es Ys P 'v ro 7213 t` cs P o ro m iu m zd m ro m m m m m M w a� 3e U aci m acr ' acs aci dct c3 C? t t3 C t C? C t� :C3 t { t9 2 2 2 2 � i ani ani a5 ani m aEi as +'- t5 sf w xs .S a3 06 00 06 aS til cc *a 1~ t- } � ID � c c l4 c c c c c c c c c m m m m tro � rn ro 3 3 3 3 ' 31 3^3 3 L t ` E m c c c i c c c c m m m m m m to m m m m m m 1 cs a O z 0 m m m ca m m m m c 3 M co M M M M S M dM M M M Cdr Y r r x- r 1N R. i`t R f'�. t`t C"ti h. r Y r — r r to IONS IL7 (o r t6 tl7 (r(pp tO w to try to i!5 ''.t" lY7 �+r��y co tL1 C� tl� vp tl`S IO to io tfy sl9 til":tf't to tt7 ttS tl7 •«• si' t[5 d` <S' tCJ u) N 6i') 4'S .10 CV F W.N CV CV -CV C*d iKJ CV N rit N N CV 1V f4 CV N r r r r r r \ W tl0 07 '��iq �4:5 tX7 CCS ct5 iQ CCS tti tT,t 'et' r r Com. r• h h. 1+ Imo-. iw. ice- es 0 d0 tv fl+ C+i CV Chi CV CV f.. A0co . 00 C,.Y J C5 d [5 d d CJ ± d t7 C> +# v •�t' v tt5 ik3 aJ CU I l50 a�0 00 _. FROM : I NDUSTF2NCE FRX NO. :2095293983 Jun. 27 2002 11:17RM P1 INDUSTRIAL FENCE COMPANY, INC. Commercial • Industrial Chain Link Wrought Iron Ciao Clperatons Custom Gates Tennis Courts PROPOSAL Rails Repairs JLNE 27, 2002 ATTN: ESTIMATING DEPT. RE: SOP"I BALL FIELD @ GRIN ALLEN YOUTH REHAB FACILITY SCOPE OF WORK Industrial Fence Co. proposes to furnish labor and material for the following: 1. Supply and install one specified backstop by PW athletic model 1235-03 with wood planks. 2. Install approximately 152 lineal feet of 10' tall chain ink sideline fence and approximately 108 luteal feet of 6' tall chain link dug--out fence as per plans, specs and addendum. PRICE: $18,985.00 Note: Posts to be installed prior to surface pours or general contractor to provide block oats or core drill. General contractor to provide staking for location of backstop and fence. General contractor to provide location of any underground utilities and/or irrigation lines that may conflict with post footings. Exclusions: Any concrete other than post footings Repairs of any unmarked underground lines damaged due to excavating of post footings Thank you, Dennis Payne ACCEPTED BY: DATE: P.O. Box 575321 • Modesto, C.A. 95357 • (209) 525-9711 . (209) 529-3983 FAX License M 796600 FROM : INDUSTFPNCP FAX NC. :2095293983 Jul. 01 2002 01:26PM P1 J L-fli.-- 2 1 *49 Q:�S 229 :3LS2 925 229 31:52 P.02/02 C=tta Coft Cc=ty OUTREACHMOGRAM AfWMttxve.Action Office ti51 Pint Sint.Marti,CA 94553 4 (92S)335-1043 Fit(925)64&1353 LETTER OF INTENT TO PERFORM AS A SUBCONTkACT"OA SUPpWIM t M&V AC1U;U"R f TRUCKER fY Narne of Prime Co etcr Name ofct � Project S&bcr The undersigned is a(check cute): Solt proprietorship Corparation Limited Liability ._� Partnership ,�., Toint Venture Check the following which may apply. M:3E 'FSE $BE LBI — Subcontractor , Subcontractor Subcontractor Subcontractor .,,.,. Suppher Supplier _ Supplier Supplier — Manufacturer Manufacturer Manufactii= _ Manufacturer Trucker Trucker Trucker Trucker Other ..w Othar ._. Other. `Othcr__ Describe Describe Describe � Describc None of the Above Apply The undersigned is prepared to perform the following described work in connection with The above project(specify in detail the particular worts :terns or parts thereof to be performed): { Total aunt Bid no rrtt Contxactc�r� 5 n .�.,,,..rr{{ yr. SigrWVre Position Title late 3 Name of P . on Cutripleting this Form I od Cia-P IaL6 �`� �. l l Z-npany Name Phone Num er Fax Number P.Ct.9ux 20G4 `!Le f]S 229 1040�I:1f994t3I#�4341,3Fb t2ttx.dac {It c`.2.'Z2t02} isspuvrRntl $.IN:0d92J92t52 TOTAL P.02 _.. The following two subcontractors indicated verbally that the were qualified SBE/WBEs After faxing them the Letter of Intent and upon its return, is when we were made aware that they are not certified. Strange & Chalmers was the only concrete sub-bid received for this project. Ewing Irrigation verbally said they were a WBE. At 2.00 PM July 1", 2002, 1 spoke with Steve Fisher, Branch Manager When I received the Letter of Intent back, Ewing did not select WBE Jennifer P. Sheets American Civil Constructors, Inc. _ ................................ 07/02/2002 09:40 FAX 9256873725 EWING IRRIGATION OI 07/01/02*?fil 002 12!46 F.ItAX ��1 BASP Eai T �f�1t1 1*]rnN 44-* CONCORD �2tf2 J13--o1— 12.45 925 229 X S2 925 229 3192 P.02/02 CAM4 Cart eft4w ' �L Ota�CU PRC�C'ar5 ArW MUM tfficst ka 65 ?Inc MA"b7 z CA 04553 anstmetm ( 334+1 FW(P=U&1355 j 1 . LETTER O PERFORM AS A lea of Prime Cnrtmow r f Name of Pipj&n E 1 1. PrVatt Thr under:i,g M is r(t heck me): t Sol*pmv notanhio C, Limited Li:+bMry ftraufth P joint Vomit" Check taus fallowft which vmy v nAy. i " f E L21 y... 9tsbsc;o»orat;+tat' r ... . SuI trartur Subetentractor 5c ptier L!i y;_ Supplier r Surlier lmufactw= 1 3� _ Mcaver Mmufsc=er Tr=kcr Thicior ® Tn it Trucker Dwseribrribc (ne" sree►l5� Deacri6c I Nerrte of the Above Ap ty i The undersigned is prepared to pinffirm Cho fall owimg d", W94 in connection with the zb-m-r project (specify in decal the particular work hems ac mme tbarvol to tae ): , t i Totsl.4:u> d t:C'ettstrat . S + � JLA ! , tptnat as-aft Title y t C'14 Company Narm Mont Number -66TnTIZ fax Ntumber r u gas AM& ylllT Sloe aa.trrr 4:!f e"t 20090IV irw720%-atm mapv_ _y aa1"Utor US artt V ti A4ar�ue+ f,�titprnt 1�'li�•t!'3�3 +w+ofto ate—tarytn•n TOTPL P.02 62 SO BUCHANAN CIRCLE QUOTE DATE: 6/19/2002 P&CHECO, CA. IN REPLY TO YOUR INQUIRY PRINT DATE: 6/19/2002 (925) 687-3220 94553 - SUBJECT TO CONDITIONS BELOW - QUOTATION #: 257395 JOB: ORIN ALLEN SOFTBALL/BYROM CA &TTN: RON BEI FOR: 269 CUSTOMER PHONE: (925) 229-1060 A C C - CALIFORNIA P 0 BOX 2069 MARTINEZ CA 945530303 CUSTOMER FAX: 1 (925) 229-3152 ITEM LIST NET EXTENDED DESCRIPTION DUMBER QUANTITY PRICE PRICE PRICE 3 CL200 GASKETED PVC PIPE 09000480 700 239.05 83.668 585.66 2 CL200 GASKETED PVC PIPE 09000460 200 114.80 40.180 80.36 3 P-619-RW PUSH-ON GT VLV 21008480 2 395.60 197.800 395.60 2 825Y ESV rEBCO W/BALL VALVE 15001460 1 349.80 227.370 227.37 IGC-800M BETA CONT METAL CABNT 44007130 1 499.00 222.055 222,06 ICM-400 HUNTER 4 ST EXPAND MDI} 44007210 1 55.00 24.475 24.48 44UP R/B NON POTABLE QCV 1 IN 35005440 2 100.00 48.000 96.00 SOOFT 12/1 AWG-UF WIRE WHITE 22000056 1000 169.00 53.150 59.15 14/1 AWG-UF WIRE REIT 250OFT 22000010 2500 95.00 33.250 83.13 500FT 14/1 AWG-UF WIRE RED 22000002 1500 103.00 36.050 54.08 120-ADS-00 HUNTR 3/4 INST ROTR 44002500 33 29.95 13.328 439.82 120-369-DO HUNTR 3/4 INET ROTR 44002510 70 29.95 13.328 932.96 2-1/2 CL200 PVC BE PIPE 07000270 500 156.85 59.603 298.02 2 CL200 PVC BE PIPE 07000260 280 106.8D 40.584 113.04 1-1/2 CL200 PVC BE PIPE 07000250 720 68.15 25.897 186.46 1-1/4 CL200 PVC BE PIPE 07000240 540 52.25 19.855 107.22 1 CL200 PVC BE PIPE 07000130 1720 33.90 12.882 221.57 NET PRICES ARE FOR QUANTITIES AND DESCRIPTIONS SHOWN HEREIN ONLY, AND NO IMPLICATION OR WARRANTY IS MADE WITH REGARD TO THEIR CORRECTNESS OR SUBTOTAL 4,127.60 AGREEMENT WITH THE SPECIFICATIONS. SHIPMENT SUBJECT TO CREDIT CLEARANCE, NO LIABILITY IS ASSUMED FOR 8.2500% TAX 340.53 QUANTITY SHOWN. THE ABOVE QUOTATION IS FOR ESTIMATING PURPOSE ONLY. WHEN ORDER IS PLACED IT WILL BE SHIPPER AT PRICE IN EFFECT AT TIME OF SHIPME14T UNLESS OTHERWISE NOTED ON THIS QUOTATION. QUOTE TOTAL 4,468.13 PRICES SHOWN ARE CURRENT AS OF 6/19/2002 AND WILL HE GOOD UNTIL 7/19/2002. BY STEVEN FISCHER -__--------------------------------------------- EWING IRRIGATION PRODUCTS 6i INDUSTRIAL PLASTICS Sen, By: S#HANGt & CHALMhHS INC. ; !U! t 3 13b2; JUi-1 -02 3:38HM; Hage 1{1 JLJLo-01-21 2 12:47 925 229 3M52 925 229 3152 P.02i02 Contra Com County ' merican OUMBACH PROGRAM Affuxnative Action Office fl11S #' C OZ`S 651 fine StrW,Martinez,CA 94553 (925)335-1045 Fax(92.5)646-1353 LETTER OF INTENT TO PEUORM AS A SUBCON7l: CTOR I SUPPLIER t MANUFACTUPUER l TR�CI�R Name ofNntt Contractor t4011h/Y 4 la Name of Pr t Project &TMbar The undersigned is a(check one): Sate proprietorship Corporation Limited Liability Partnership Joint Venture Check the following which may apply. NIME WBE SBE LBE Subcontractor Subcontractor — Subcontractor m� Subcontractor J. Supplier — Supplier — Supplier Supplier Manufacturer � Manufactt= — Manufacturer _ Manufacturer Tricker Trucker — Trucker Trucker _ Other Other ,.,,,,, lather Other Describe Describe Describe Describe None of the Above Apply The undersigned is prepared to perform the following described work in connection with the above projtct(specify in derail the particular work items or parts thereof to be perforated): -oral Bide CO tractor: S � t Position Title Date Name of Person Completing this Farm - 'v ? S" Compartiy Name P ne Ivumtrer Fax Nurnbcr a.p.8nx 2064 Tei 92s 229 1060 i{:i! �}'/L O�J9011iF(}Ol?(}Sc.3Cc (Rev.2,122/02) P10, surra Koad hir 4?,S 219313,2 MnMiner.CDlitorni19A553 b'sox +vww„k rnnttrUC{OiS.cCT STRANGE RAN AND HALM RrSr.i,.......rww.w.., ...�. ING. _ STATE OF CALIFORN€A CONTRACTO 's€ICENSE NUN BER 472376 i.... 924 LEMON STR T VALLEJO, CAUFORNIA W90 TE€.EPHONE,707.843,9075-FAX 707-643-1382 DATE r ,JOB: `r- .m.......r..- ���_�s. �47U1�tt t'1C'CrBA"f'l c+►.1 r� � .. r ._.._ .....1 Item # i Description ( Unit Total Pricer _. i Aj .__ -i r r» i 1 grade+f- .10 oa[b others. NO cL� hion rack urnfshed or laced. No xceyetion orgackfj!,JL No deolEdon or removal. z-40 erosion co trot, No nd�a,fees, ermits, barricades yr tre 'ca con til. No therm si ns d inlets.Not res onsib a for dame a to©ur items caused b ct herst�lOt re nsl le for surve staking, ewatet b atner TO: BOARD OF SUPERVISORS Contra FROM: John Sweeten, County Administrator •, ` .f + Costa DATE: August 6, 2002 County SUBJECT: 2002 Contra Costa Children's Report Card 0.77 SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDATION: APPROVE AND AUTHORIZE the County Administrator, or designee, to execute a contract with Applied Survey Research, Inc. (ASR) in an amount not to exceed $56,000 for research, analysis, design and publication of the 2002 Contra Costa Children's Report Card. '�FISCAIr IMPACT: Funding is provided by member agencies of the Contra Costa Children and Families Policy Forum: Employment and Human Services, Health Services, Probation, District Attorney ($26,000 County General Fund); Community Services, CC Housing Authority, Child Support Services ($15,000 State/Federal funds). These funds are included in the 2002-03 Recommended Budget. In addition, the Children and Families Commission and Community College District have pledged a total of $15,000. The Contra Costa County Office of Education is providing additional in- kind information technology services valued at approximately$7,000. CHILDREN'S IMPACT STATEMENT: The Children's Report Card, which documents over time important indicators of health, well-being and economic strength of children, families and communities, directly supports all five of the County's community-wide outcomes by providing trend information on key indicators and serving as a foundation for development of system improvement efforts. The Report Card may be used by county, city, school and other elected officials and departments, community organizations and regional and state policymakers and leaders to support efforts to gamer foundation and private funding for children and family programs, collaborate to more effectively integrate services and customize services for targeted populations. BACKGROUND: The Children and Families Policy Forum Executive Committee, with the approval of the Board of Supervisors, has conducted outreach to identify a vendor with excellent experience in producing children's reports for other California Counties. In addition, the Executive Committee member agencies have developed a cost-sharing plan for the research, design and publication of the Children's Report Card that includes a member agency project Oversight Committee and a community-wide input process for new or revised indicators. Previous Children's Report Cards have been widely distributed and used for grantwriting, community collaborations and targeted Task Force activities such as the Afterschool Task Force, the Youth Summit on the Children's Report Card, and "Safe from the Start" efforts to reduce children's exposure to violence. Relatively few hard copies of the 2002 Children's Report Card will be published; instead, the information will be made more available via the Internet, where it will be easier to access and combine data elements for targeted populations. The Children's Report Card will also provide local examples of promising practices and replicable models for successful programs and initiatives aimed at turning the curve"on selected indicators. CONTINUED ON ATTACHMENT: Y S SIGNATURE, y RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COM TEE APPROVE OTHER SIGNATURE(S): __._----------------------------—-------_---_-_ _._ _._.—ACTION OF BOARD ON tr APPROVE AS RECOMMENDED _ - OTHER P VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE AND CORRECT COPY OF AN ACTION TAKEN k. UNANIMOUS(ABSENT,, .; k } AND ENTERED ON THE MINUTES OF THE BOARD OF SUPERVISORS ON THE DATE AYES: NOES: SHOWN. ABSENT: ABSTAIN: _ f , ATTESTED CONTACT: CAO/Christina Unville JOHN SWEETEN,Q RK OF THE BOARD OF SUPEVISORS ANS?COUNTY ADMINISTRATOR CC: Children and Families Policy Forum E)acutKe Committee , I BY DEPUTY TO: BOARD OF SUPERVISORS FROM: William Walker, M.D. , Health Services Director By: Ginger Marieiro, Contracts Administrator Contra Costa DATE: July 24, 2002 Or. 7VCountv SUBJECT: Approval of Contract #26-235-21 with CompHealth Medical Staffing Inc. SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION REC90mrMATIONS: Approve and authorize the Health Services Director, or his designee (Chris Grazzini) , to execute on behalf of the County, Contract #26-235-21 with CompHealth Medical Staffing, Inc. , in an amount not to exceed $150, 000, for the period from July 1, 2002 through June 30, 2003 , to provide physical, speech, and occupational therapy, radiology, and cardiac echosonographers services at Contra Costa Regional Medical Center. FISCAL IMPACT: This Contract is included in the Health Services Department Enterprise I budget, to be funded by salary savings generated through vacant physical and occupational therapy positions . BACXGR0tW/REASQX(_S) FOR RECal 4MENDATION(S) Can June 26, 2001, the Board of Supervisors approved Contract #26-235-19 (as amended by Contract Amendment Agreement #26-235-20) with CompHealth Medical Staffing, Inc. (dba Group One Therapy) , for physical, speech, and occupational therapy services at Contra Costa Regional Medical Center and the Contra Costa Health Centers, for the period from July 1, 2001 through June 30, 2002 . This Contract allows the Department to use Contractor's physical, speech and occupational therapists, radiology, and cardiac echosonographers for back-up purposes during unexpected rises in patient census, temporary staffing absences, resignations, and emergency situations. Approval of Contract #26-235-21 will allow CompHealth Medical Staffing, Inc. , (formerly: CompHealth Medical Staffing, Inc . , dba Group One Therapy) , to continue to provide services, through June 30, 2003 . to N It N U ED_QUA1LAQdM9NL _,, COMMENDATION OF COUNTY ADMINISTRATOR RECOMMEN ION OF BOARD COMMITTEE .-~AP'P'ROVE OTHER ,TION OF BOARD 0 APPROVED AS RECOIJI%'IEI !DE OTHER )TE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE UNANIMOUS (ABSENT AND CORRECT COPY OF AN ACTION TAKEN AYES: NOES' AND ENTERED ON THE MINUTES OF THE BOARD ABSENT:---------------ABSTAIN:- OF SUPERVISORS ON THE DATE SHOWN, ATTESTED 4, zcl'1� -------- jOHN SWEETEN,CLERK OF THE BOARD OF SUPERVISORS AND COUNTY ADMINISTRATOR ntact Person: Chris Grazzini (370-5120) Health Services Dept, (Contracts) Auditor-ControllerDEPUTY Risk Management By Contractor TO: BOARD OF SUPERVISORS William wafer, M.D. , Health Services Director Contra By: Ginger Marieiro, Contracts Administrator DATE: July 24, 2002 Costa County SUBJECT: Approval of Contract #26-967-5 with Thomas J. McDonald, M.D. SPECIFIC REQUEST(S)OR RECOMMENDATION($)&BACKGROUND AND JUSTIFICATION REC91�13DATION(S) Approve and authorize the Health Services Director, or his designee, (Jeff Smith, M.D. ) to execute on behalf of the County, Contract #26- 967-5 with Thomas J. McDonald, M.D. , (Specialty: Ophthalmology) , a self-employed individual, in an amount not to exceed $709, 404, for the period from August 1, 2002 through July 31, 2005, to provide professional Ophthalmology services for Contra Costa Regional Medical Center. FISCAL 1MP,ACT: Cost to the County depends upon utilization. As appropriate, patients and/or third party payors will be billed for services. BACRGRQUNDIREASON(S) FOR RZQ{ MMENDATIQNS : For a number of years the County has contracted with Medical. and Dental Specialists to provide specialized professional services which are not otherwise available in its hospital and clinics . On March 20, 2001, the Beard of Supervisors approved Contract ##26- 967-4 with Dr. Thomas J. McDonald to provide professional Ophthalmology services for Contra. Costa Regional Medical Center and Contra Costa Health Centers, including but not limited to consultation, clinic coverage, training, on-call services, and medical and/or surgical procedures, for the period from March 1, 2001 through July 31, 2002 . Approval. of Contract #26-967-5 will allow Contractor to continue to provide services through July 31, 2005 . ;ONTiNU�C1 QN ATTACHMEIUT ._. $I NP,Tt,.tRE' �' � �8 A_A RECOMMENC�ATION OF COUNTY ADMINISTRATOR RECOMME ATION OF BOARD COMMITTEE ,;. —'APPROVE OTHER I NAT R S : :TION OF BOARD ON t {' y _ APPROVED AS RECOMMENDED OTHER )TE OF SUPERVISORS *N I HEREBY CERTIFY THAT THIS IS A TRUE UNANIMOUS (ABSENT,`1 f: .r} AND CORRECT COPY OF AN ACTION TAKEN AYES: NOES: AND ENTERED ON THE MINUTES OF THE BOARD ABSENT: ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN. ATTESTED JOHN Sw#=tEN,CLERK OF THE BOARD OF SUPERVISORS AND COUNTY ADMINISTRATOR �ntact Person: Jeff Smith, M.D. (370-5113) Health Services Dept. (Contracts) Auditor-Controller ` Risk Management BY DI DUTY Contractor TO: BOARD OF SUPERVISORS FROM: i" William Walker, M.D. , Health Services Director _-- '�° i Contra By: Ginger Marieiro, Contracts Administrator "` . „, Costa BATE; Duly 24, 2002 ,A.. County SUBJECT. Approval of Contract #26-904-13 with Stephen D. Weiss, M.D. SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDED ACTION: Approve and authorize the Health Services Director or his designee (Jeff Smith, M.D. ) , to execute on behalf of the County, Contract #26-904-13 , with Stephen D. Weiss, M.D. (Specialty: General Surgery) -, a self-employed individual, in an amount not to exceed $889, 500, for the period from August 1, 2002 through July 31, 2005, to provide General Surgery services for Contra Costs. Regional Medical Center. FINANCIAL IMPACT: Cost to the County depends upon utilization. As appropriate patients and/or third party payors will be billed for services . REASONS FOR R.ECOMMENDATICENS/BACKGROU`ND: On September 21, 1999, the Board of Supervisors approved Contract #26-904-10 (as amended by subsequent Amendment Agreements #26-904-11 and #26-904-12) with Stephen D. Weiss, M.D. , for the period from August 1, 1999 through July 31, 2002, for the provision of General Surgery services, including consultation, training, medical and/or surgical procedures, and on-call coverage services . Approval of Contract #26-904-13 will allow Contractor to continue to provide services through July 31, 2005 . n CONTINUED ON ATTACHMENT: SIGNATURE: e .-�`'y ECOMMENDATION OF COUNTY ADMINISTRATOR RECO MM DATION OF BOARD COMMITTEE APPROVE OTHER r , SIGNATURFE ACTION OF BOARD Otil I ` „ ,< f. '� %r` :-; APPROVED AS RECOMMENDED r OTHER VOTE OF SUPERVISORS „ I HEREBY CERTIFY THAT THIS IS A TRUE UNANIMOUS (ABSENT +f` f� s) AND CORRECT COPY OF AN ACTION TAKEN AYES: NOES: AND ENTERED ON THE MINUTES OF THE BOARD ABSENT: ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN. ATTESTED . JOHN SWE;r EN,CLERK OF THE BOARD OF SUPERVISO7 S AND COUNTY ADMINISTRATOR Contact Person: Jeff Smith, M.D. (370--5113) CC: Health Services Dept. (Contracts) Auditor-Controller f� - Risk Management BY DEPUTY Contractor