Loading...
HomeMy WebLinkAboutMINUTES - 08052003 - C.1 THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order on August 5, 2003,by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA, GREENBERG, GLOVER AND DESAULNIER NOES: NONE ABSENT: NONE ABS'T'AIN: NONE SUBJECT: Award of Contract for Strentzel Lane Erosion and Sediment Reduction project, Martinez area. {District II}Project No. 7505-6F8476-03 Bidder Total Amount Bond Amounts W.R. Forde Associates $315,555.25 Payment: 984 Hensley Street $315,555.25 Richmond, CA 94801 Performance: $315,555..25 Ghilotti Construction Company, Inc. Santa Rosa, CA Bay Cities Paving &Grading, Inc. Concord, CA Taylor-Bailey Construction St. Helena, CA Bruce Carone Grading &Paving, Inc. Concord, CA The above-captioned project having been previously approved, and the plans and specifications having been prepared and filed with the Board of Supervisors, and bids having been duly invited and received by the Director of Public Works on July 1, 2003; and The general prevailing rates of wages, which shall be the minimum rates paid on this project, having been filed with the Clerk of the Board, and copies to be made available to any party upon request; and The Board of Supervisors having determined that the project is exempt from the California Environmental Quality Act as a Class I(c)categorical exemption, and a Notice of Exemption having been filed with the County Clerk on October 23, 2002; and SUBJECT: AWARD OF CONTRACT FOR STRENTZEL LANE EROSION AND SEDIMENT REDUCTION PROJECT, MARTINEZ AREA, DATE: AUGUST 5, 2003 PAGE: 20F3 The bidder listed first above, W. R. Forde Associates ("Forde"), having submitted the lowest responsive and responsible bid, which is $59,788.15 less than the next lowest bid; and The Board having evaluated all of the documentation of the good faith effort to comply with the County's Outreach program; and The Director of Public Works recommending that the bid submitted by Forde 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 APPROVES the plans and specifications for the project; and The Board DETERMINES that Forde, as the lowest responsive and responsible bidder, has demonstrated 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 DETERMINES that Forde has complied with the Mandatory Subcontracting Minimum, and the Board WAIVES any irregularities in such compliance; and The Board ORDERS that the contract for the furnishing of labor and materials for said work is awarded to Forde at the listed amount and at the unit prices submitted in said bid, and that said contractor shall present two good and sufficient surety bonds as indicated above, and that the Director of Public Works shall prepare the contract therefore; and 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 Public Works has reviewed and found them to be sufficient, the Director of Public Works, or designee, is authorized to sign the contract for this Board; and The Board FURTHER ORDERS that in accordance with the project specifications and/or upon signature of the contract by the Director of Public Works, 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 Public Works or his designee is authorized to sign any escrow agreements prepared for this project to permit the direct payment of retentions into escrow or the substitution of securities for moneys withheld by the County to ensure performance under the contract,pursuant to Public Contract Code Section 22300; and SUBJECT: AWARD OF CONTRACT FOR STRENTZEL LANE EROSION AND SEDIMENT REDUCTION PROJECT, MARTINEZ AREA, DATE: AUGUST 5,2003 PAGE: 3 OF 3 Pursuant to Public Contract Code Section 4114, the Board DELEGATES its functions under Public Contract Code Sections 4107 and 4110 to the Director of Public Works or his designee; and Pursuant to Labor Code Section 61705, the Board also DELEGATES to the Director of Public Works or to any registered civil or structural engineer employed by the County the authority to accept detailed plans showing the design of shoring, bracing, sloping or other provisions to be made for worker protection during trench excavation covered by that section; and The Board DECLARES that, should the award of the contract to Forde 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). Contact:Mike Carlson,(925)313-2321 Orig.Div.:PW(Constr) cc: Auditor-Controller I hereby certify that this is a true and correct copy of an action E.Bruno,o,Construction CAO R.Bruntaken and entered on the minutes of the Board of Supervisors on R Accounting the date shown. Consultant i Design County Counsel AUGUST 05 2003 contractor ATTESTED: } Surer, JOHN SWEETEN, Clerk of the Board of Supervisors and MC:tb County Administrator G:\GRPDATA\CONST\B0�24)OS,A W ARD-STRENTZELLNF,ROSIONT,Mt;CTIOY,DOC By ,Deputy County of Contra Costa OFFICE OF THE COUNTY ADMINISTRATOR MEMORANDUM DATE: July 17, 2003 TO: Board of Supervisors FROM. Emma Kuevor � Affirmative Action Officer SUBJECT. STRENTZEL LANE ERASION & SEDIMENT REDUCTION PROJECT 7565-6F8476-03 Attached for your review and consideration is the documentation of good faith effort submitted by the law bidder, W. R. Forde Associates Cc: Scott Tandy, Chief Assistant County Administrator Silvan Marchesi, County Counsel Maurice Shiu, Director Public Works Department Wes Cooley, Project Engineer Rich Bruno a:BdgfeStrentzseLaneWRFordeAssociates j lJL-17-2003 12:31 W.R. E OPDE ASSM 510 215 986? P.01,-'02 W. R. FORDE ASSOCIATES jUL 17 984 Hensley Street Richmond, CA 94801 Phone: 510-215-}338 Fax.- 510-215-9867 FAX COVER SHEET 7/1712003 Number o1 Pages {Including Cower}: 2 ATTN: Emma Kuevor Contra Costa County FAX NO: 925-646-1353 .PROJP,C1': Strentzel Lane Sediment&Erosion Reduction PROJECT' 7565-6F8476-03 SUBJECT: ; Additional Information Em ran a". .. Please find following, the information you requested: • Attachment letter that was'sent to subs, requesting quotes Thant~,you, Deschaine Mason 12:32 W.R. RORDE ASSOC 510 215 9967 P.02/22 �5 i 1,cuiv x;rEL LANE SEDINILNT & EROSION R,EDUCTION� t 1 , Did Date. 741-43 To Various vrs "lease submit tt ire a qucf f+nr pray oj' lory litesif,woir 'rri+>xrtct oct arstretd 610 rrEbt DESCRIPTION QUANTITY �....._.___ .~ UN"'IT PPJCE AMOUNT 1 tgmparery fence(type ESA( 1,120 i LF { � prepare starm water pp�#�Ton prey@flrian .,.. .... _.........._...._ .,_.,._.,_. r rare P�$ 2 LS $ 3I water pa(luttan control i Lg .._..... . ...__ a canstrudrati area signs 5 chen$®ab a me!!exp signs 4 WIC G trsfiFia controf 6ysurn I "-"LS _....,,,..._ .. . ._..,,.ii;i__..,. ...._,�.o...,�.._. ...___,....._. .. _..... 7 u^ench sttcrina&proteoticn 2.738 LF a:-_w._... atearing&grubbing 11 LS I $ -.-........ g ramave ence 240LF — 20 recanstructgravel drtveway i 227 _.SY.._ .. _ 17 reconszrutx pavement 2�8� SY � 12 plstur4 satcavetihn(F) 610 CY eros an t"irrn1(lslbrsk€tt} .... ._ 98D SY __ .... 1a etos,on contra)(type D} _ 9,733 SY �$ minor structure(type III MH base wt trip stab{ 17 &trash racks) 1 EA g 18 minor structure(type III.MH bsseW top s'ab)' 1 EA 5 minor structure(type fit MH base wt type I M _. 19 top) 7 EA ! S _ (type##(tvii�'�ds8wltypt�C:�nt'et" ` .._ top} 1 EA 21 481 Plastic Pipe(HDPE) 888 LF 22 601 plastic pipe(HDPE) 470 LF 23 rock autfalt stntctura i 1 1.Ot1 .$ TOTAL P.82 �ud��i fir r ' r ENGINEERING CONSTRUCTION 984 HENSLEY STREET o RICHMOND, CA 94801-2117 PHONE:510.215.9338 PAX:510.215.9867 July 7, 2003 Contra Costa County 255 Glacier Drive Martinez, Ca 94553 Attn: Rich Bruno and Emma Re: Good Faith Effort Documents Project: Strentzel Lane Erosion and Sediment Reduction Project Project#: 7565-6F8476-03 Rich and Emma, As discussed today on the phone, last week we were unable to locate many of our intended subcontractors due to the long holiday weekend. Therefore, we would appreciate you accepting our good faith effort documentation at this time. We apologize for any inconvenience this may have caused. We are looking forward to a successful project. Thank You, Deschaine Mason Administrative Asst. J'UL-07-2003 12:01 FROM:MATER COMPONENTS 4154511786 TQ:415 454 8375 P.002 JLiI_-07 2Fit13 11.165 W.K. rumuc M _— + f VI i i Contra Costa County f OUTREACH PROGRAM Affirmative Action Office 651 Piste Street,Martiner,CA 94553 (925)335-1045 Fix(925)646-1353 f L.E TER OP INTENT to PE/t1DitM As A I 1 SUBCON 1 RACM SuPPLIE 7 MANYJF C URER TRV 4 it/ Dom.ONSU -,a A i Name of Prime Con'tmcwr Name of.Prgject t Project Number I lte undersigned is a(check one). Soleproprittorship Corporation .-, Limited' ,lability pwtaership Joint Wntme Check the fallowing which may apply. j l lS WEE SRR Subcontreetor Subcontractor _ Subcontractor _ Su ' antractcrr 1 - Supplier Supplier Supplier _ Sup' licr _ Mtuwfacturcr Manufacturer Msatuftaturer M fitcturcr Trucker Trucker Trucker Tru'ke I Other _ � Othff,.,�,_,.- _ �. Other ' Describe Describe Describe�+ _ i7esctibe None of the Above Apply i The undersigned is prepared to parfami the following described work in c4mwior with tha above projcot (specify in detail the particular work hams ors there a be pedorni�ed), � .`� ._..�... _ - - .y.. -- i To l mount Hid to Prime Can otor.IS14- . � i xtnrc t'0 uon Title Ila f fi 1 Name of Per*()n Completing 1 L)-)fly. ex* E Gt i t J `�l$C3 Company Nairne holm Number w1._ Fax Nunibor t;:u:rt►L��a'U}eati�n�t:TSPPJC'V`ktriC)wAi.\ rmdue ' Rt�isei tllective A�3f2000 10 T07A P,02 3 i � G.61,TRUCK T NG 07/0s/0s 11:seam 'e 00z TLL-0?- 3 11;43 141.8. FORDS Assoc. 510 215 9867 P.021021 Contra Costa County OUTREACH PROGRAM Affirtnative Action Office 651 Pine Street,Martinez,CA 9453 (925)335-1045 Fax(925)W-1353 LETTER OF INTENT rO PERFORM AS A ,SUBCONTRACTOR f SUPPLIER f MANU�'ACTVR .R TRUCKERIS CONSULTANT Name ofPr me Contractor Nome of Project Project Number 'Cho undersigned is a(check ane). w Sole proprietorship Corporation Limited liability Partnership _ 3oint'Venture Check the following which may apply. r "WAE SRI LAE Subcontractor — Subcontractor _ Subccmtractor _ Subcontractor Supplier — Supplier Supplier Supplier y, "Tranufacturer _ anufacturer _ Manufacturer Manufacturer ucker` th�ciccr Trucker Trucka Other ?ther tither tshc�r _ l3es�ribc Descritse'� �' f)esC>fibe — Nobe of the Abov-Apply T'he undersigned is prepared to petfnrm the ftrl;owing dt scribed work in connoction with tjtc above prajcct (sP�%n detai) the particular work ittMS ter artS thereDf to bte ,pel`fQ1ltt t}` I Amount laid to P ntractor:S71 Name 1'asition Title f aPPers C Co Flelm' thio Form Date"` Cbrzap �,htarr �� awrt>+a; Phone p«)u +�C 3P g�rjS F-W-d.-j)CfiflYC ill.3ja "C'W }1 L.U6�!lTdRE haat Number d t1 ToTq_ P.02 Sent By: Nitta COnst. Inc. 6524376, Jul-7-03 12:07PM; Page 1f1 . __ :s v �t as w0kzt N1tt& 00FISt. ine. Page 2 Juw--07-2003 11-09 W.R. FORDF ASSOC 510 215 9869 P.02/02 Contras Costa County OUTREACH PROGRAM Affirmative Action Office 6S i Pines St-cet,Martine'%,CA 94553 (925)335-1045 Fax(925)646-1353 LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR SUPPLIER/MANUFACTURER!TRUCI MR/SUBCONSULTANT . , c) Name of Prime Contractor - Name ofp'rojecc Project Number The undersigned is a(*heck one): Sole proprietorship Corporation Limited Liability Partnership Joint venture Check the following wbich may apply. .. Subcontractor Subcontractor Stbcontractor _ Subcontractor Supplier _ Supplier _ Supplier � Supplier h2anu uturer Manufa.ctur" Manufteturer ManufActurer Trucker — Trucker Trucker Trucker Other , Cather Other Other Describa Dcscnbe Describe Describe w Nonc of the Above Apply The undersigned is prepared to perform the following described work in connection with the above proioct (specify in detail the particular work items or pacts thereof to be performed): C. ss l Amounj B' t me Contractor:$ S �00C�,+- nf �. Si 1P tion Title i}xtc. Mame of Peison Cornpieti g this Fotm. �. Company Name phones Number Fax Number tl.\[3r;xOata�t�e�ti�n'1GTSF'EG'�f'fLdiK?S.XLlivintcnt cloa Revised Efrective MOW 10 SUL-0 7-2003 11:12 W.fid. FWDE ASSOC 510 215 967 P.02102 Contra Costa County OUTREACH PROGRAM Affirmative Action Office 651 Pine Stmet,Martinez,CA 94553 (925)335-1045 Pax(925)646-1353 LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR I SUPPLIER,C MANUFACTURER/TRUCKERJSURCONSULTANT Name of Prime Contmotor attic afProject Project Number The utt&x+�igned is a(check one). Sole proprietorship Corporation „_r Limited Liability _ Partnership Joint Voltam Check the following which may apply. MME WBE SRE 1181 Subcontractor �o Subcontractor Subcontractor Subcontractor Supplier Supplier _,. Supplier Supplier Manufacturer Manufacturer b1anufftoturer Manufacturer Tmueker ,_ Trucker Trucker Trucker Other Other i Other _ O thevt l}escribe Describe Describe Describe None of the Above Apply The undersigned is prepared to perform the following described work in connection with the above project (sped in detail the particular work items or parts thcreof to be purformed): "Total Amour► Biel to Prime Contractor:5�� ignr►ztcre Position Title Date Name of Person COW.Vet'Lng this Form Company ane 5- Phona Number - - \ Ola, Fax r�amber C.:1Crcplla�lraSi�r1CTSt'�L"'P�i,(}AbS.A L1lm{n+tcn�,dac Rrv'sscd E(�ecavc���/ZnQb 19 i�F? a6sd `N1dso:ZG EO-L-Tnr `nc� evq LOL ! 'ON! 883V0fHO V S0Nd81S :A8 �UaS Contra Costa County OUTREACH PROGRAM Affirmative Action Office 651 Pine Street,Martinez,CA 94553 (925)335-1045 Fax(925)646-1353 LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR i SUPPLIER/MANUFACTURER/TRUCKER/SUBCONSULTANT Name of Prime Contractor Name of Project �0 C3 - �) 'b Project Number The undersigned is a(check one): / Sole proprietorship J Corporation Limited Liability Partnership Joint Venture Check the following which may apply. MSE WBE ,�' SBE LBE _ Subcontractor _ Subcontractor /Subcontractor _ Subcontractor LL Supplier _ Supplier Supplier Supplier ManufacturerManufacturer Manufacturer Manufacturer Trucker _ Trucker Trucker Trucker Other Other Other 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 project (specify in detail ythe r particular work 4 items or parts thereof to be performed): Ta nt id t P ' Contractor: $ ; Ii a e Position Title bate ® Name of Person Con)pleting this Fora Company Nameon Number '7o-k 7445-- IQ" Fax Number Ga\C,rpData\Design\CTSPECPROPOSALVtrintent,doe Revised Effective 8/3/2000 10 STRENTZEL LANE EROSION AND SEDIMENT REDUCTION PROJECT SUMMARY SHEET CATAR GORIES iWORKAREA COMPANY AMOUNT SELECTED CONTRACTOR CONST.AREA SIGNS& A TRAFFIC CONTROL G.S.Carrell Construction $ 13,124.00 Farwest Safety,Inc. $ 1,140.00 Golden State $ 1,875.00 I B TRUCKING Moria Washington Trucking SEE RATES V C MISC.SUPPLIES ✓/ Water Components SEE QUOTE V v Contech Const.Products SEE QUOTE Kenko Utility Supply $ 68,804.90 Telfer Geosynthetics SEE QUOTE D CONCRETE STRUCTURE Strange&Chalmers $ 51,540.00 V M.F.Maher Inc. NO BID E MISC.METALS ✓ Bay Area Welding $ 4,200.00 Strange&Chalmers Included in Bid V Zappetini&Son Welding $ 3,599.00 EROSION CONTROL ✓ Nitta Construction $ 15,269.54 V A7 M Strentxe!Lana Summary Sheet.xis F J r'LV• General Building& Engineering Contractors Off. (707) 745-1099 x 105 965-A Lincoln Street Fax (707) 745-1099 Benicia, CA 94510 License A&B#773846 PROS 7/1/2003 Owner/Contractor Info.: Project. W.R. Forde Associates CCC DPW 984 Hensley Street Strentzel Lane Richmond, Ca 94801 Martinez, Ca Off. (510) 215-9338 Fax (510) 215-9867 Re: Strentzel Lane Erosion & Sediment Reduction Project Project#: 7565-6F8476-03 Scope of Work: Perform Items 1,2,3,4, & 6 Complete Exclusions from above work include but are not limited to: Architectural, Geotechnical, Mechanical,Electrical, Surveying, Civil & Structural Engineering or site inspection fees. Any on/or offsite testing inspection or report fees. No permit, school tax or any other planning or permit fees. No errors and admissions, subsidence, bid, performance or completion bond insurance coverage's included in this proposal. No hazardous testing or removal of any materials (lead, asbestos, mold, ground water, contaminated soils, etc), (Please see inclusion list.) No responsibility for workmanship performed on site prior to G. S Carrell Construction Companies involvement. Included: (Please note if an item is not included this list or in the excluded from work item list than the item is excluded from work to be performed) Totalcost of above work.......................................................................................................................$ 13,120.00 The signatures below are acceptance of this Proposal: All pricing is void if proposal is not accepted and signed within 10 days from original date of proposal. Facsimiles shall be deemed originals and are admissible as proof of acceptance and existence of the contract. aL��l Owner: 57ou& 44oc d Genera on . . &nnet'G' David Voorhis G.S. Carrell Construction Co.,Inc. President Date: July 1, 2003 Page 1 of 1 Sent By: Nitta Const. Inc. ; 6524376; Jul-1 -03 10:19AM; Page 1 /3 HYDRt3SEWNG tai • EROSION C WROL STRAW NUCHNG Vlrt,tcr,c. 1t�. • SILT FENCE DED FIBER MA�RiX ♦BRILLJSei ©ING •Ftp ROLLS/WATUS SLAWETS STA111 LICENSE#401640 •C-12,C-27 3778 DEL MAR AVENUE• LCJt7M15,CA S M50-9051 a PH(916) 652-7459•FAX(916) 652-4376 Bid _ Proposal Rost-ir Fax Note 7671 ngDate Tune 27, 20143 r° From . PfWtte+t Pho To All Planholders Requesting Sub-bids. Re: Contra Costs.County, Strentzcl Lane Erosion and Sediment Deduction Project, Project No. 7565-6F8476-03,Addendum No. 1 (06/23/03) —Erosion Control (Blanket) and 1 rrosion Control (Type A)only. Hid Date: July 1, 2443 (2:00 p.rn,). Certified by Caltrans DRE/SM13E - Certification No. CT-00421'7. Expiration_Date: 02101/04. Certified by D artment of General Services Offlice of Small Busines Certification and Resources S$E—Reference#0011303. Expiration `Bate:_ 06130/04. Quotation is valid for J§01 calendar days from bid date and unless quantities change. A purchase order or subcontract must be issued and executed during this time, Material purchase orders will be issued and subsequent compliance letters for materials will be transiMitted upon receipt of executed purchase order or subco,rrtract, This item quote will be for Erosion Control(Blanket) and for Erosion Control (Type D) the installed within 45 working days from the date of the notice to proceed. Unit of Estimated Item Item No.. Item Measure ua:itit Price Total 13 Erosion Control (131anket) SY 960 $ 5,97 $ 5,731.20 14 Erosion Control (Type D) SY 97:33 $ 0.93 $ 9.5.38.34 Totals $ l5 Notes: 1} Total price for Erosion Control (Blanket) includes submittals, ctrti ied payrolls, warranty and repair agreement, materials, labor, equipment, taxes, incidentals.and installation as per specifications, Sent By: Nitta Const. inc. ; 6524375; Jul-1 -03 10:19AM; rape 213 a I Contra Costs County, Strentzel Dane Erosion and Sediment.Reduction Project, Project No. 7565-618476-03, Addendum No. 1 (06/23/03)—Erosion Control (B1Anket) and Erosion Control (Type D)only- Bid-Proposal dated June 27, 2003. Page 2. 2) Total price for Erosion Control (Blanket) excludes soil surfacepreparation. (rills and gullies exceeding 2 inches in depth or width shall be leveled and vegetative growth, temporary erasion control materials and ether debris shall be removed), re- installation o f Erosion Control (Blanket) for any reason not covered under project warranty and repair agreement, Erosion Control (Type D), dust control, night work, costs of local licenses, permits and/or fees, reseeding, watering, maintenwice, pedestrian protection and traffic control. 3) "Total price for Erosion Control (Type D) includes submittals,certified payrolls, warranty and repair agreement, materials, labor, equipment,taxeg', incidentals and installation as per specifications. 4) Total price ror Erosion Control(Type D) excludes soil surrace preparation (rills and gullies exceeding 2 inches in depth or width shall be leveled and vegetative growth, temporary erosion control materials and other debris shall be remloved),Erosion Control (Blanket), re-installation of Erosion Control (Type D) fot any reason not covered under project warranty and repair agreement, dust central,night work, watering, maintenance, costs of local licenses, permits and/or fees,pedestrian protection and traffic control, 5) California contractor's license no. 401640 (expires 03131/05) C-27. 6) Nitta Construction, Inc. is a signatory member of Local 18.5 of the Laborers' Union. This is the only labor classification applicable for hydroseeding and similar type activities. 7) One move-in is included in the total bid price. Additional move-ins (if necessary) at $800.00 each for Erosion Control (Blanket). Additional move-,ins (if necessary) at $2,050.00 each for Erosion Control (Type D). 8) Approximately two (2.0) working days (weekends and holidays excluded) are required to complete an estimated 960 SY of Erosion Control (Blanket). Approximately two (10) working days (weekends and holidays excluded) are required to complete an estimated 3733 S of Erosion Control (Type D). 9) Stand by time will be billed at $340.00 per hour for Erosion Control (Blanket). Stand by time will be billed at 5520.00 per hour for Erosion Control (Type D). 10) Bond premium (performance and payment) rate is 2%. Minimum bond premium charge per project is $150.00. Bund premium amount is not:included in the bid price. 11) Terms: Due and payable 30 days from date of installation. Sent By: Nitta Ucnst, Tnc. ; 6524376; Jul.i -o3 10:20 AM; Page 3113 Contra Costa County, Strentzel Lane Erosions and Sediment Reduction Project, project No. 7565-6F'8476-03, Addendum No. l (06/23/03)—Erosion Control(Blanket) and Erosion Control (Type Il) only. Bid'-Proposal dated June 27, 2003. Page 3. 12) Attorney fees and interest: if court action were instituted on this invoice, general contractor promises to pay reasonable.attorney fees. A late payment charge of 1 112 % pvr month will be charged on all invoices not paid within termi of quote. This is an annual percentage rate of 18 %. 13) General Contractor to provide and pay for water source on site (Le., fire hydrant with valid water meter and/or valid water permit, water thick or other:approved source at a minimum rate of 200 g.p.m. and/or at a minimum vertical height of 14 feet (ror water stands or towers)). We'll require approximately 400 gallOns of water for an estimated 960 SY of Erosion Control (Blanket) and approximately 10,400 gallons of water for an estimated 9733 SY of Erosion Control (Type D). It water isu't made available, on-site this bid- ro #vsW is invalid. 14) General Contractor to provide good driveable, truck access to each site: to be treated with Erosion Control(Blanket) and with Erosion Control (Type 1:1). 15) Final field measured quantities shall be provided.by General Contractor and/or Owners' Representative prior to installation of Erosion Control (8janket) and of Erosion Control Crype I)). if final. field measurement shall be required of Nitta Construction, Inc. atjobsite, it shall be performed on a time and material basis with an authorized representative from the Gcnc;ral Contractor and Owner in attendance. 16) Recause of recent developments concerning airborne pollutants and our local county air pollution control district, any potential fines incurred from the t ormal pneumatic application of wheat, rice or native straw shall become the responsJbility of the General Contractor and/or Owner, Effective April 2003, the Placer County Air Pollution Control District has issued a moratorium on dust c ontro Fines arising from straw mulching operations for 6 months. Alternative methods of erosion and sediment control will be investigated and appraised during this time that may meet both Water Quality and Air Quality requirements and restrictions. Thank you for the opportunity to quote or: this project. Yours truly, Scutt K. Nitta, Vice-President Nitta Construction, Inc. bt{iat)?�c:uu�+tywan te�zc:st�sficnrse#tatze.j ut W C B vgW,WMponant%&bul1cingwppy,Inc COMPLETE LINE OF WATER FEATURE EQUIPMENT, LANDSCAPE AND BUILDING MATERIALS. CA t , QUOTE: " ?_ -1-- CLQ A-T4T)'T1 Name: David ���� Company: W.R.Forde Date: July 1,2003 Fax No.: (510)215-9867 "act Strentzel Lane Erosion &Sediment Reduction Phone No.: (510)215-9338 ITEM#TCITY DESCRIPTION EACH 12 ea Safety Fence Grange(4'x 100) $19.44 ea 112 T-Poets 5' $2.:35 ea As Needed Vsqueen 10 mil Black or Clear(20'x 104') Temporary Cover $70.00 ea 4 Miraft Dandy Bag it $56.00 ea 12 ea Temporary Sit Fence with poles(3'x 100') $12.00 ea 45 ea Straw Log(9°x 26) $20.00 ea 6 burl Wood Starke(1"x 1"x 24')50 per bundle $9.00 tin As Needed Filled Poly Sand Sags 501b $2.35 ea As Needed Miraft Dewatefing Bag 15'x 15' $162.67 ea 130 rolls North American Green S75 Straw Photodegradable(6.67'x 108') $32.$$ea 6761.5 ft 48"HDPE Silt Tight F477 Gasket $41.00 ft 471.5 ft 64"HDPE.Sift Tight F477 Gasket $63.00 ft As Needed 48"HDPE 22.5 Deg(or sinal ter)'Elbow $826.00 ea As Needed W HDPE 22.5 Deg(or smaller)Elbow $1285.04 ea Quantities am approximate,customer to verify before ordering. Price F.O.B. Jobsite with$15.00 fuel surcharge-Customer to Unload Terms-2%1 d'Net 30-Add Califomla Sales Tax Lead fig 3-5 dans CONDITIONS: THE PRICES AND TERMS ON THIS QUOTATION HAVE BEEN PREPARED IN GOOD FAITH AND ARE ACCURATE TO THE BEST OF OUR KNOWLEDGE. WE RESERVE THE RIGHT TO MODIFY THIS QUOTATION BEFORE FINAL ACCEPTANCE IF COSTS OR CONDITIONS CHANGE CALTRANS WBE CERTIFIED T--027363 ALL QUOTATIONS GOOD FOR 34 DAYS UNLESS NOTED. 44 Simms Street San Rafael, CA 94901 P.O. Box 1010017, San Rafael, CA 94912 PH. 4151451-17801 FAX: 4151451-1786 07101/2003 12:05 4154542120 STEVE ZAPPETSN1 S.?�l r� PAGE el G� N LL L Ln 0 lei LU a 0 le LIJ C � i LJ ul u Zc �'' ` t ran s..s..ru...v..r.0 ..+. w.rt,.,...,......,....: .._..., _...., ... .. F"ARWEST. AFE'TY, INC PHONE(209) 339-8085 226 N. MAIN STREET, LODI, CA 9.5240 FAX(209) 339-98 79 FAX TRANSMITTAL BID DATE: 07101!03 *****BID QUOTATION""* THB FOLLt7WNG QUOTATION IS FOR CONIR4 COSYA Cc`s PRt3JBCT NCS. 7565-08476-03 ST RENT" L L 4NFt EROSION A7VD SBL>I ANT RED UC71O)N PROJBCT !tern# Description Unit QTY Unit Price Total 4 CONSTRUCTION AREA SIGNS LS 1 1140.00 S 1,140.00 5 TRAFFIC CONTROL SYSTEM(SEE BELOW) 6 PCMS(SEE BELOW) TOTAL BID PRICE $ 1,140.00 PCMS 1 EA PER DAY$22:5.00 11 EA PER WK$700.00/1 EA PER MY M$2000.00 TRAFFIC CONTROL TY UNIT PRICE I Lane I Mile I Man I Per Shift $670.00 Additional Mile I Each 565.00 Additional Lane I Each $80.00 Additional director. I .Each 5150.00 Ramp Closure(Add) I Each 550.00 Overtime I PMH $70.00 Additional Person(11'Requested) I Each $325.00 2 FLAGMAN(T-13) 1 Per Shift $900.00 PILOT CAR 1 Per Shift $600.00 Light Tower For Flagman (If Required) I Each $120.00 CONTRACTOR TO FURNISH I PERSON TO HELP SETUP&REMOVE. ABOVE TRAFFIC CONTROL INCLUDES ALL MEN&EQUIPMENT FOR 8 HOURS. 1. THIS QUOTATION TO BECOME A BINDING PART OF ANY CONTRACT A5 A RESULT OF THIS BID 2. After rocoivi i&Woattrmt and si&i kWaations m eked zut 10 workuat,:says to szhedula work. 3 Bid price includes 2 move in and or 1 move in per each stage of work(stages per plans&specs). 4. Any additional move in will be billed at S 300.00 per occurrence. 5. All temporary items include FURNISH,INSTALLATION,and REMOVAL unless otherwise indicated(exclude maintenance). 6. Delivery chane for PCMS rental less than I week will be billed at a mindrnum of$75.00 per board, 7. Signs to be covered with black visqueen prior to installation only. Post dates on information signs when installed only. 8. Exclude all addend=unless otherwise noted. 9. Exclude any asphalt or concrete removallpatching. 10, No retention on contracts under S 5,000. 11. Exclude any insurance requirements in excess of Caltrans Standard Specifications(exclude umbrella and Railroad requirements). 12. Payment Terms for P.O.'s is to be Net 30 Days(Invoices not paid within 30 days will'accrue interest at 24°tis per arum.). FARWEST IS A UNION CONTRACTOR Lie#523187 1°%Bond Rate SBE# 0006544 ATTNI : CALL BEFORE SPLITTING BLD PLEASE DIRECT QUESTIONS TO JULIE a)(209)339-3085 EXT.13 f ► -. .a � .,, f r %. A 3 % t ►. Pf 1 i ! f % f# . 4 % % VfYt �� Jul -01 --03 10:05A Golden St .Tr a fic 19166387 54 P- 01 TO., ESTIMATOR FROM:JAY CORODY *FACSIMILE QUOTATION" GOLDEN STATE TRAFFIC SERVICES P.0, BOX 931 RANCHO C RD+t)VA9 CALIF". 95670 (916)638-2078 38-2079 ]rA 916 638.w77S4 CONTT#ACT: CONTRA COSTA COUNTY/ RTRENTZE'rLi LANE EROSION & SEDIMENT REDUCTION PROJECT DATE: JULY 1, 20013 ITEW DESCRIPTION LJ$ #4 CONSTRUCTION AREA SIGNS Si875.00 '* CONTRACTORS LICENSE 1844922 *PLEABIf INQUIRE Al1AUT C.M.B.RATLS. ***CONTRACTOR TO COVL'R ANY EXISTING SIGNS. 'IS WORKING DAYS NOTICE MELDED ICOR IN$TALLATN;IN, STAGE AND REMOVAL Or SIGNS. ***ALL SIGNS TO BE IN#TALLEO AT Oki!TIME AMD COVIrItED, IF NEEDED,UPON INSTALLATION. ***C0MTItACTOR T"O COVER 9 UNCO9V"AS NEEDED "**ALL SIGNS TO BE REMOVED AT ONE TIME UNLESS S TAOE WORK 15 SPECIFIED IN CONTRACT. ***ALL SKINS A POST3 TO REMAIN POtOPERTY OF OOLO N STATE T""FIC SERVICES, ***THIS QUOTAnom MUST"BECOME A BINDINWATTACIiMENT OF MY 3tlII-CONTRACT AOMMMEW. UNI!j11 CONTRACTOR JUL. 01 '03 O.e:21 FR CONTECH LAFAYETTE 9252931t60? `I"� a5102159eb-7 P.01/02 3363A Sweet Or. ► �� LaNyeft,CA 94549 '� --- 825/283-1206 Phone. `" 9251233-1607 Fax CONSTRUCTION PRODUCTS 94C, QUOTATION No. 03-153 Project: Strentzel Lane Erosion& Sediment Removal Bids. July 1, 2003 Project 7595-6F$476 Contra Costa County ITEM Q11 UNIT DESCRTVTION UNIT PRIG TOTAL PRICE 21 688 LF 48" HDPE Pipe,F477, Bell &Spigot $39.60 $27,244.80 6 Ea 48" Elbows, 30 Degree,double miter $985.00 $5,910.00 22 470 LF 60" HDPE .pipe,F477, Bell&Spigot $60.20 $28,294.00 3 EA 60" Elbows, 30 Degree,double miter $1,754.00 $5,250.00 Dote: HDPE pipe is not designed for tight radius curves. The elbows quoted,are not a guaranteed to satisfy project requirements The materials listen below are offered as a passible alterative to specified plastic pipe. Use of this alternative would need approval by the engineer. 21 668 LF 48" Spiral Rib Steel Pipe, 14 tura, Aluminum Coated, 30° lengths,Bands included $34.90 $23,313.20 10 Ea 48"Elbows, 14 Degree(Labor Only) $303.00 $3"030.40 22 470 LF 60" Spiral Rib Steel Pipe, 12 Gra, Aluminum. Coated, 30" lengths,Bands included $45.10 $21,197.00 6 Ea 60" Elbows" 14 Degree(Labor Only) $364.00 $2,184.010 Sales tax not included. Prices are FOB plant with freight to job site included in fully loaded trucks, consignee to unload. A .Cully loaded truck may include nesting. Less than truck load shipments will be charged a handling fee to cover any additional shipping costs incurred. Sales terms: '/2% 10 days,Net 30. A 11/2%per month fee will be charged against overdue account balances. Quantities shown are not a guaranteed bill of material, but are our interpretation of project requirements. Our invoice will reflect the unit,prices shown for the actual quantities furnished. Prices are based on quantities shown. if actual quantities purchased vary from those quoted, prices may be adjusted to reflect any additional costs. Prices are fin through Sep 30, 2003. Escalation,if any, not to exceed 5% per quarter thereafter. Quotation is subject to all Conditions of Sales as listed on attached page. Paul Jacob Sr. Sales-fir. 01.27prn P. 001 Gloria Washington Trucking, Inc P.O. Box 2884 Richmond Ca.94802 Phone(510)236-6766 Fax (51.0)215-2232 TR UCKfNG HOURL YRA TES wheglff- Weekdays.................64.50 Saturday...................'70.5 0 Sunday......................76.50 5-A"I SemLend&AMM Weekdays...............73.00 Saturday.................81.50 Sunday...................90.00 DrAmfftr Weekdays..............75.0€I Saturday.................84.00 Sunday...................93.00 ft� Weekdays...............85.00 Saturday.................95.00 Sunday.................107.00 ***Add 25%to rates shown above if prevailing wage and reporting are required, night shift work.All prim quoted are for work performed through 2003.4dd 3% each successive one year for work performed beyond 2003.A minimum of two(2) hours of time will be paid at the appropriate rate for trucks reporting to the plants, or site and not utilized,except if work is cancelled due to weather. A minimum of four(4)hours time will be paid at the appropriate rate for trucks ordered to work that work less than four(4)hours,Except if work is cancelled due to weather. Trucking performed in excess of four (4) hours will be paid at the appropriate rates times the actual hours worked,plus travel time 061271D342, 49 PH PUT Kenko Utility Supply via VSI-FAX Fdge 2 Of 4 *ZSIUd C BIDDING CONTRACTORS QUOTE NO. 71507 Page : 3 ITEM DESCRIPTION QTY PENCE .EXTENSION STRENTZEL LANE EROSION MARTINEZ,CALIF KENKO UTILITY SUPPLY, PITTSBURG DID I"T"EM #21 481" HDPE 48" INT BELL WATER-TITE PE CORRUGATED DRAIN PIPE DW 680 .0 40 . 00 27200 . 00 48" WATERTITE 45 BEND 1 .0 994 .44 994 .44 SUBTOTAL FOR: BID ITEM #21 48" HDPE 28194 .44 BID ITEM#23 60" HDPE 6011 INT BELL WATER-TITS PE CORRUGATED DRAIN PIPE DW 480 . 0 65 . 00 31200. 00 60" WATERTITE 45 BEND 2 .0 1388 .89 2777 . 78 60" WATERTITE 22-1/2 BEND 1 .0 1388 .89 1588 .89 SUBTOTAL FOR: BID ITEM #23 60" FIDPE 35366 . 57 an v TOTAL 63561 .11 TAX 5243 .79 GRAND TOTAL i 68804 . 90 TELFER G "` O' YTH I ICS Your Geotextile, Underground Pipe and Erosion Control Specialist Date Ju3 . 1, 200`3 Pr9ject Strentzl L.arze Erosion and TO W. R. Forde - Agency sediment Reduction 'Attu Desc;haine Contrract# Contra Costa Co, Public Works Phone # Ricl L7ate Jul 1, �C Fax# uote WE ARE PLEASED TO SUBMIT THE FOLLOWING QUOTATION. EstItnated unit NeW Itettt QuentItUnit Description Price Total 1 1 ,200 LF Orange Tempot Fene-e S 0.250 $ 30.000 120 BA U-Posts $ 1.9St1 $ 234.000 13 960 SY Straw Erosion Control Blanket $ 0.380 364.800 Box 6" Maples (W60/19oxy $ - 21 7014 I.F 48" F477 HDPE Ptpc S 36.934 . EA 48" 22.5 deg. Elbow $ 718.070 $ (Use elbows as required to complete $ - radiuiix durvd) 23 480 LF 60" F477 HDPE .Pipe S 57.100 $ 27,408,000 EA 60" 45 deg. Elbows 3 1,117.000 $ . (Use elbows as required to complete Quote Total: The following-sales pemon may be reached for quests regarding this quotation- Sue I4agema n 11.501 WdZt)uw Yrtss Rd. Pittsburg CA 915a5 X orl 9;56-9999 fa-z 925-t1.�9-ml Prices quoted do not include applicable taxes, Quores are 30 daysfor acxptance, 94 days to take delivery, If extended delivery time is required,please contact your sales representatives. Quantities shovm are not a guaranteed bill of material Prices are bused on quantities quoted tfBuyer elects to purchase only a portion oftyre material quoted, Seller shall have the right to adjust prices. BAY AREA..WELDING& MAINTENANCE Estimate P. d. Box 5303 _. _... Richmond, CA, 94805 DATE ESTIMATE NO. (514) 233-3485 - -- — Fax:(514) 236-5621 7/l/2003 03322 NAME I ADDREss �_... - -- - _ �- __ . -� W.R. >rorde Associates 984 Hensley St Riclunond, CA.. 94841 Attu.: David i PROJECT � Trash hack.-Strentxel Lame DESCRIPTION i QTY COST ; TOTAL Fabrication of two (2)Trash Xacks as per drawing, - 3,750.00 3,754.00 Detail 9; Sheet 7 i All galvanize after fabrication. iustalled by others. Bay Area Welding to ,field veiny after anchor halts_J, are set by oth . l Shop Drawings if necessary 1 � 450,00 j 454.00 i 1 1 f � 1 i I ACCEPTANCE OF ESTMATE: 1 i BY: i TITLE: i DATE: { I .Please sign,and fax back if Estimate is accepted TOTAL $4,200.00 IMS _V N Ilk. r' �• ENGINEERING CONSTRUCTION 984 HENSLEY STREET • RliCHMOND, CA 94801-2117 PHONE.510.215.9338 FAX:510.215.9867 July 7, 2003 Contra Costa County .255 Glacier Drive Martinez, Ca 94553 Attn: Rich Bruno Re: Good Faith Effort Documents Project: Strentzel Lane Erosion and Sediment Reduction Project Project#: 7565--6F8476-03 Rich, Please find enclosed the following Good Faith Effort Documentation: • Letters of Intent • Quotes from Subcontractors • Summary Sheet • Telephone Log • Fax Confirmation of Letters sent to MBE/WBE/DVBE/LBE/LSBE We are looking forward to a successful project. Thank You, &16� ��V� Deschaine Mason Administrative Asst. DATE JUN-19-2003 **x** TIME 11:46; MODE = MEMOR'Y TRANSMISSION START=513N-19 11:46 END=JUN-15 11:46 FILE Nu.= 075 NO. CIN' ABBR/NTWh 5FAT1'JN NAME/ PAGES PRG.NC. PROGRAM NAIVE TEP!DNE N0- 001 Cot s 1916654375 002/802 —W.R. FORDr ASSOC —ESF 1 MAT f h?G m** * — 518 215 9867— **** * ** ENGINEERING CONSTRUCTION 984HGNSLVYSTREEY PHONT 510.215.9:?3$ Juste 19,2003 Nitta Construction,Inc. 3778 Del Mar Avenue Loomis,Ca 95650 916-652-4376 Fax 916-652-7459 Tel Re:Strentzel Lane Erosion and Sediment Reduction Project Project#:756.5-6P8476-03 Bid Date,)uiy 1,2003 @2:00 p,m. cienticmen: We are preparing a bid on the above referenced project,and soliciting bids frorm minority,(or disadvantaged)businesses,woman-owned businesses, local business enterprises.disabled veterans enterprises,and suppliers to participate on this project. W.R,Forde Associates will be accepting quotes for any of the items listed on the attacher/bid sheet.If your firm is interesting in submitting a quote,please feet free to bid on any itcrn listed that is within your scope of work.When economically feasi'ale,all items of work can and will be divided into small tasks or quantities to permit maximum participation of MBF;/WDE/L BE/LSBL/D VDD business. Payment&Performance Bond may be required. We encourage subcontractors and/or suppliers submitting prices to utilize minority& women owned businesses.This may be accomplished through second tier subcontracting,owner-operator equipment,or purchase of supplies. All plans and specifications may be reviewed in our office,or may be obtained froth Contra Costa County Public Works Dept,@ 255 Glacier Dr.,Martinez,Ca 94553. W.R.Fordc Associates would appreciate your interest on the project,and if we call be of any assistance with bonds,lines of credit and insurance,as required by Contra Costa County,please feel free to contact our office at(510)215-9338. Sincerely, \ W.R.rorde Associates 0 LN ftw Doschaine Mason Administrative Asst YES l will be bidding this project NO will not be bidding th;s project * ******** *M -COMM.JOURNAL- ******* ********* ** DATE JUN-19-2003 ***** TIME 11:40 * P.O! MODE = MEMORY TRANSMISSIOIA STPAT=JUN-19 11:39 END=JUN-19 11:40 FILE NO-- 071 ND. COM ABBR/NTWK STATION NAME/ ?AGES PRG.NO. PROGRAM NAME TELEPHONE NO. 001 CK a 14154511786 002/002 -W.R. FORDE ASSOC - ************************************ -ESTIMATING - ***** - 510 215 9867- ********* r E1 GINEERING CONSTRUCTION 984 HPNSLEY STREET - AVCHMOND,CA 94801-2117 - PHONE,510.215 O:i B - SAX;.;tu 275 4)tj67 June 19.2003 Water Components P.O.Box 10007 San Rafael,Ca 94912 415-451-1786 Fax 415-451-1780 Tel Re:Strent7el Lane Erosion and Sediment Reduction project Project#:7565-6F8476-03 Bid Datc:July 1,2003 C6 2:00 p.m. Gentlemen: We are preparing a bid on the above refm-aced project,and soliciting bids from minority,(or disadvantaged)businesses,woman-owned businesses,local business enterprises,disabled veterans enterprises,and suppliers to participate on this project. W.R.Forde Associates will be accepting gtwtes for any of the items listed on the attached bid sheet.If your firm is interesting in submitting a quote,please feel free to bid on any item listed that is within your scope of work.When economically feasible,all iterns of wank can and will be divided into small tasks or quantities to permit maximum participation of MBE/WBE1LBEIT-SW'DVBE business. Payment&Performance Bond may be required. We encourage subcontractors and/or suppliers submitting prices to utilize minority& women owned businesses.This may be accomplished through second tier subcontracting,owner-operator equipment,or purchase of supplies. All plans and specifications may be reviewed in our office,or may be obtained from Contra Costa County Public Works Dept.@ 255 Glaoier Dr.,Martinez,Ca 94553. W.R.Porde Associates would appreciate your interest on the project,and if we can be of any assistance with bonds,lines of credit and insurance,as required by Contra Costa County,please feel free to contact our office at(510)215-9338. Sincerely, W.R.I+orde Associates T)cscraine Mason Administrative Asst. YP;s 1 will be bidding this project NO__ .,T will not be bidding this project -COMM,JOURNAL- DATE J'�1N-1^-2003 TIMI i-1:37 *** P.01 MODE = MEMORY TRANSMISSION SART-JU -19 11 36 END=JL4,4-19 ^1:37 PILE NO.= 069 ). COM A13SR/NTWK STATION NAME/ RAGES PRG.NO. PROGRAM NAME TELEPHONE NO. 001 OK a 2152232 002/002 -W,R- PORDE ASSOC - ** * **M*xmx * *r* ** ****r** -ESTIMATING - * *** - 510 215 9857- *w*m** * 1NIN ENING CONSTRUCTION 984 HENSLEY STREET • RICHMOND,CA 94801-217' - PHONE:b10.216,93.38 i=AX.510?.1r gmn," .lune 19,2003 Gloria Washington Trucking Inc. 555 De Carlo Avenue Richmond,Ca 94801 510-215-2.2321 Fax 510-235--6766 Tel Re:Strentzel Lane Erosion and Sediment Reduction Project Project#:7565-6k8476-03 Bid Date:July 1,2003 @ 2:00 p.m. Gcntle erl: We are preparing a bid on the above referenced project,and soliciting;bids frons minority,(or disadvantaged)businesses,'woman-owned businesses,local business enterprises,disabled veterans enterprises,and suppliers to participrte on,this project.. W.R.lorde Associates will be accepting quotes for any of the items listed on the attached bid sheet.If your firm is interesting in submitting a quote,please feel free to bid ext any itern listed that is within your scope of work.When economically feasible,all iterns of work can and will be divided into smaD tasks or quantities to permit maximum participation of MBJT/WBE11 BE/L,SBE/DVBE business. Payment&Performance Bond may be required. We encourage subcontractors and/or suppliers submitting prices to utilize:minority women owned businesses.This may be accomplished through second tier subcontracting;,owner-operator equipment,or purchase of supplies. AH plans and SIpecifications may be reviewed in our office,or may be obtained from Contra Costa County Public Works Dept.@ 255 Glacier Dn,Martinez.,Ca 94553, W.R.17orde Associates would appreciate your interest on the project,and if we can be of any assistance with bonds,lines of credit and insurance,as required by Contra Costa County,please feel free to contact our office at(510)215-9338. Sincerely, W.R.lorde Associates I?eschaine A�ason Administrative Asst. YE,5_1 will be bidding this project. NO. I will not be bidding this project DATE JUN-19-2003 ***** TIME 11:35 *** P.01 MODE = NEMORY TRANSMISSION START=JtJN-19 11;34 END=JJN-19 11:35 FILE NO.= 66? NO. COM ABBR/NTJK STATION NAME/ PAGES PRG.NO. PROGRAM NAME TELEPHONE NO. 001 OK 2 23E5521 002/002 -LI.R. FORDE ASSOC - ***** *** ********* ***M************ -ESTIMATING - ***** - 510 215 9857- ********* ENGINEERING CONSTRUCTION 9134 HENSLEY S1 A-::E7 • RICHMOND.CA 94801-2117 PHONG:510.216.9338 • FAX 510 21:,.f 667 Jure 19.2003 Bay Area Welding&Maintenance P.U.Box 5303 Richmond,Ga 94805 510-2365621 Fax 510-233-2485 Tel Re:5trentzel Lane Erosion and Sediment Reduction Project Project 1`t:7565-6F8476-03 Bid bate:July 1,2003 t✓u 2:00 p.rm Gentlemen: We are preparing a bid on the above referenced project,and soliciting bids from minority,(or disadvantaged)businesses,woman-owned businesses,local business enterprises,disabled veterans enterprises,and suppliers to participate on this project. W,lt.Porde Associates will be accepting ting quotes for nny of the items listed on the attached bid sheet.If your firm is interesting in submitting a quote,please feel free to bid on any item listed that is within your scope of work.When economically feasible,all items of work can and will be divided into small tasks or quantities to permit maximum participation of MBE/Wl3E/1.BF/LSBEIL7VBE business, Payment&Performance Bond-nay be required. We encourage subcontractors and/or suppliers submitting prices to utilize minority& women owned businesses.This maybe accomplished through second tier subcontracting,owner-operator equipment,or purchase of supplies. All plans and specifications may be reviewed in our office,or may be obtained from Contra Costa County Public Works Dept.@ 255 Glacier I?r.,Martinez,Ca 94553. W.R.rorde Associates would appreciate your interest on the project,and if we can he of any assistance with bonds,lines of credit and insurance,as required by Contra Cost. County,please fecal free to contact our office at(510)215-9338. Sincerely, W.R.Fo c Associates � 3w Deschaine Mason Administrative.Asst. YES__ -1 will be bidding this project NO-T will not be bidding this project I)ATE 3UN-19-2003 *** I'tiEE 11:42 P.01 MODE = MEMORY TRANSMISSICN STARCT=31UN-19 11:41 EtND UN-19 11;42 FILE NC..- 0i3 NJ. Com ARBR/N7WK STATION NAME✓ PAGES SPG.NO, PROGRAM NAME TELEPHO14E NO, 001 OK r 2?07552032e 002/002 _w.R. FORDS ASSOC u * * *M * x m ** *k x x** -ES7IMATING 510 215 9867- N I 867-NGIRING CONSTRUCTION 584 HENSL�Y STREt T • S:CHMOND,CA 94801.2117 PHONLi 510.215.i)398 FAX,r,10,t5 91167 June 19,2003 M.F.Maher Ino. 490 Ryder Street Vallejo,Ca MS90 707-552-0328 Pax 707-552-2774 Tel Re.Strentzel Lane Erosion and Sediment Reduction Project Project#.7565-6F8476-03 Bid Date.July 1,2003 @.2:00 p.m. Gcntlemen We are preparing a bid on the above referenced project,and soliciting bids from minority,(or disadvantaged)businesses,woman-owned businesses,local business enterprises,disabled veterans enterprises,and suppliers to participate on this project. W.R.Forde Associates will be accepting quotes for any of the items listed on the attached bid sheet If your fum is interesting in submitting a quote,please feel free to bid on any item listed that is'within your scope of work.When economically feasible,all items of work can and will be divided into small tasks or quantities to permit Maximum participation of MDE�W iE/LBC/LSpJIr/I>'VBE business. Payment&c Performance Bond may be required. We encourage subcontractors and/or suppliers submitting prices to utilize minority& women owned businesses.This-nay be accomplished through second tier subcontracting,owner-operator equipment,or purchase of supplies. All plans and specifications may be reviewed in our office,or:nay be obtained fi-orn Contra Costa County Public Forks Dept,Qb 255 Glacier Dr.,Martinez,Ca 94553 W.R.I orde Associates would appreciate your interest on the:project,and if we can be of any assistance with bonds,lines of credit and insurance,as required by Contra Costa County,please feel free to contact our of?zce at(5 10)215-9338. Sincerely, WAPorde Associates 10n Deschaine Mason Administrative Asst. YES I will be bidding this project NO .t will not be bidding this project STRENTZEL LANE EROSION .AIS;D SEDIMENT REDUCTION PROJECT TELEPHONE LOG COMPANY CONTACT PERSON TELEPHONE# WHO CALLE 1 COMPANY? DATE/TIME RESULTS OP"CALL 141.F,Maher Inc. Ron Maher 707-552-2774 David 6/19/03 A 11:50 Confirm Fax was Received .—Bay_Area Weldin Angel Perez 510-233-2485 David 6/19103'b 11:40 Confirm Fax was Received L Oln€&Son Dave Z!ppetml 415.454--2511 David6/19103 12:(}0 Requested_a_Quote Water Com vents Pete Stibich 415-451-1780 Desehaine 6!19103 A 11:45 Confirm Fax was Received Nitta Construction Scott Nitta 916-652-7454 David 6/19103 a 12:00 Confirm Fax was Received Gloria Washington Trucking Lawrence $10-236-6166 Deschalue 6/19/V3& 12:25 Confirm Fax was Received QS,Carrell Construction Kathy Griffin 707-745-1099 David 6/25/03 9:30 _.....Reguested a cote Nitta Construction Scott Nitta 926 652 7454 David 6/26103 2:00 Check on_Quote_ Strange&C bAlmers Jeff` 707-6.43-4075 David 6125103 3:15 Requested a Quote Bay Area Welding Angel Perez 510-233-2485 Deschaine 7/1103 8:30 1 Checked on Quote,sending Nitta Construction Scott Nitta 916-652-7459 David 7/2/09 A 8:00 He is sendin cote over 7f712G03 Phone Lai CCC.'1s