Loading...
HomeMy WebLinkAboutMINUTES - 03051996 - C35 File: 135-9433/13.4.4 THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order on March 5, 1996, by the following vote: AYES: Supervisors Rogers, DeSaulnier, Torlakson, Smith NOES: None ABSENT: Supervisor Bishop SUBJECT: Award of Contract for Phase II Kitchen Improvements at 847B Brookside Drive, Richmond Authorization No. WPE477 Bidder Total Amount Bond Amounts Younger-Wunar Inc. $39,305.00 Payment: 2107 Kearney Street Base Bid Only $39,305.00 El Cerrito, CA 94530 Performance: $39,305.00 A. E. Nelson Construction Santa Rose, California Fine Line Construction Berkeley, California Terry Contractors, Inc. Berkeley, California Hamilton Enterprises Sebastopol, California The above-captioned project and the specifications therefor having been previously approved, Addendum No. 1 having been issued and approved, and bids having been duly invited and received by the Director of General Services on January 11, 1996; and The Contract Compliance Officer having determined that the lowest monetary bidder, A. E. Nelson Construction ("Nelson") has failed to meet the MBE and WBE goals for this project (i.e., 14% and 6% respectively) and has failed to document an adequate good faith effort to comply with said goals and the requirements of the County's Minority and Women Business Enterprise Program, as required by the project specifications, and the Contract Compliance Officer recommending rejection of said bid; and Nelson having been notified in writing of the Contract Compliance Officer's determination and not having appealed it, as required by the project specifications; and The bidder listed first above, Younger-Wunar, Inc. ("Younger"), having submitted the lowest responsive and responsible bid; and The Contract Compliance Officer having reported that Younger-Wunar has attained MBE participation of 26.85% and WBE participation of 10.0%, which exceeds the MBE and WBE goals for this project and complies fully with the requirements of County's Minority and Women Business Enterprise Program; and The Director of General Services recommending that the bid submitted by Younger 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 DETERMINES that the lowest monetary bidder, Nelson, has failed to meet the MBE and WBE goals for this project and has failed to document an adequate good faith effort to comply with said goals and the requirements of the County's Minority and Women Business Enterprise Program, and has not appealed the Contract Compliance Officer's determination, as required by the project specifications, and the Board DETERMINES that said bid is non-responsive and REJECTS said bid on those grounds; and Page 1 of 2 ' C. ,WARD OF CONTRACT FOR 135-9433B.4.4 PHASE II KITCHEN IMPROVEMENTS March 5, 1996 AT 847B BROOKSIDE DRIVE, RICHMOND The Board FURTHER DETERMINES that Younger, as the lowest responsive and responsible bidder, has met and exceeded the MBE and WBE goals for this project and has otherwise complied with the project specifications and the requirements of the County's Minority and Women Business Enterprise Program; and The Board ORDERS that the contract for the furnishing of labor and materials for said work is awarded to Younger at the listed amount submitted in said bid, and that said contractor shall present two good and sufficient surety bonds as indicated above, and that the Director of General Services shall prepare the contract therefor; 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 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 Board FURTHER ORDERS that in accordance with the project specifications and/or upon signature of the contract by the Director of General Services, 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 is authorized to sign any escrow agreements prepared for this project to permit the substitution of securities for moneys withheld by the County to ensure performance under the contact, pursuant to Section 22300 of the Public Contract Code; and Pursuant to Public Contract Code Section 4114, the Board DELEGATES 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 Younger 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). 1 hereby certify that this is a true andcorreeteM101 an action taken and entered on the minutes of the Board of supervisors o tCH �'d1t�§�►9wn. ATTESTED: 1- yybb PHIL BATCHELGR,Clerk of the Board Of Supervisors and County Administrator By puty Orig. Dept, General Services Dept. - Architectural Division cc: GS-Arch. Division County Administrator Auditor-Controller County Counsel Younger-Wunar, Inc. (Via Arch. Div.) A. E. Nelson Construction (Via Arch. Div.) Surety (Via Arch. Div.) Consultant (Via Arch. Div.) Community Services Dept.. (Via Arch. Div.) lB3GO3B.WPD GB:bg Page 2 of 2 c. 3S Z Y Office of the County Administrator Contra Costa County Affirmative Action Office 651 Pine Street, Martinez, CA 94553 (510) 646-4106 fax: (510) 646-1353 Memorandum Date : January 18, 1996 To: Board of Supervisors From: Emma Kuevor jli Contract Compliance Officer Subject : Phase II Kitchen Improvements at 847B Brookside Drive, Richmond The three lowest bidders were reviewed for the Phase II Kitchen Improvements at 847B Brookside Drive, Richmond, General Services Department project . The lowest bidder, A.E. Nelson Construction did not meet the 14% MBE goal or the 601 WBE goal or document an adequate good faith effort to meet the goals . A.E. Nelson Construction achieved 9 . 59% MBE participation and 0% WBE participation. The second lowest bidder, Younger-Wunar, Inc . , exceeded the MBE and WBE goals with 26 . 85% MBE participation and loo WBE participation. My recommendation is to award to the second lowest bidder, Younger- Wunar, Inc . a:Bdyounger • J 1 1 CONTRA COSTA COUNTY BID REVIEW SUMMARY SHEET Date: January 18, 1996 Project Name : Phase II Kitchen Improvements at 847 B Brookside Drive, Richmond Project Number. : WPE 477 Prime Bidder Name: Younger-Wunar, Inc . 2107 Kearney Street El Cerrito, CA 94530 (510) 234-2355 Bid Due Date: January 11, 1996 Bidders Amount of Total Contract : $39, 305 Planned County ,Project Goal : MBE 14% WBE 6o Amount Percentage Bidders Goals : MBE $10, 555 26 . 850 WBE $ 3, 930 10 . 000 MRT,'��WRT.' Aa rt i ri�a t i nn Type of Company MBE WBE Business Amount Percentage Younger-Wunar Chinese Demolition $10, 555 26 . 85% 2107 Kearney St. Japanese Plumbing E1 Cerrito 94530 Insulation (510) 234-2355 Carpentry Max Fusion Woman Supplier $3, 930 10 . 00% 1485 Bayshore Blvd S .F. 94132 (510) 351-8901 i Approved by: Emma Kuevorl Contract Compliance Officer a:YoungerW t� County AdministratorBoard of Supervisors Contra I ' Jim Rogers Affirmative Action Office Costa 1st District Minority/Women Business Enterprise Jeff Smith Contract Compliance Program 2nd District County Gayle Bishop County Administration Building 3rd District 651 Pine Street, 10th Floor Martinez,California 94553-1229 r1. Mark DeSauinier (510)646-4106 / ' 41h District FAX: (510)646-1353 Q Tom Torlakson Phil Batchelor ,_ ,, w 5th District County Administrator (OUB February 23 , 1996 A.E. Nelson Construction 1330 White Oak Drive Santa Rosa, CA 95409 RE: Phase II Kitchen Improvements at 847B Brookside Drive, Richmond Our office has reviewed the bids and good faith effort documentation submitted by your firm. Your firm did not meet the MBE or the WBE goals for this project . In addition, the documentation submitted by your firm shows that you failed to do or adequately document the following steps set forth in Division E, Section 5 of the Specifications : d: You did not solicit at least three certified MBEs and three certified WBEs in the following specified items : MBEs WBEs Electrical 2 3 Glass & Glazing 0 0 Chain Link Fence 0 0 e: You were unable to solicit at least fifty percent (500) of certified MBEs and WBEs because you did not initially contact the required (at least three MBEs and three WBEs for each item of work) number. is No response was given to determine if you where applicable, advised and made efforts to assist interested MBEs and WBEs in obtaining bonds, lines of credit or insurance required by the County or by your firm. Based upon our review, we have determined that your firm has not documented an effective "good faith effort" to comply with the MBE and WBE requirements . Therefore, we plan to recommend that your bid be deemed non-responsive for failure to comply with the MBE and WBE requirements and that the contract be awarded instead to the second lowest bidder, Younger-Wunar, Inc. Should you disagree with our determination, you may appeal it in writing to the County Administrator, c/o County Administrator' s Office, 651 Pine Street, Martinez, CA 94553 . Your appeal must be received at that address no later than 5 : 00 p.m. on Wednesday, February 28, 1996 , and must describe in detail all facts and arguments on which you rely. It is anticipated that the contract will be awarded at the Board of Supervisors meeting on Tuesday, March 5, 1996 which begins at 9 : 30 a.m. If you wish, you may appear at the Board meeting to comment on this matter. Any comments to the Board will be limited to the facts and arguments set forth in your appeal . Very truly yours, Emma Kuevor Contract Compliance Officer CC: Bart Gilbert, Director General Services Department Victor J. Westman, County Counsel `lounger-Wunar, Inc. a:nelsoltr CONTRA COSTA COUNTY BID REVIEW SUMMARY SHEET Date: January 18 , 1996 Project Name: Phase II Kitchen Improvements at 847B Brookside Drive, Richmond Project Number: WPE477 Prime Bidder Name: A.E . Nelson Construction 1330 White Oak Drive Santa Rosa, CA 95409 (707) 538-0239 Bid Due Date: January 11, 1996 Bidders Amount of Total Contract : $36, 770 Planned County Project Goal : MBE 140 WBE 60 Amount Percentage Bidders Goals : MBE $3 , 528 . 69 9 .5906 WBE $0 Oo MRFi /WR1: Dart-i rinati nn Type of Company MBE WBE Business Amount Percentage S&L Fence Comp Mexican Fence #3, 528 9 .59% 1096 Fulton Ave American Sunnyvale, 94086 . (408) 745-7021 Approved by: Emma Kuevor Contract Compliance Officer Q? E. ,NELSON CONSTRUCTION • 1330 White Oak Dr. SANTA ROSA, CALIFORNIA 95409 nATE JOB NO. (707) 538-0239 1/12/96 FAX (707) 538-0820 ATTENnON TO Contra Costa County Phase II Kitchen Improvements MBE WBE Contract Compliance Program Affirmative Action Office 651 Pine Street Martinez, CA 94553 WE ARE SENDING YOU RX Attached ❑ Under separate cover via the following items: ❑ Shop drawings ❑ Prints ❑ Plans ❑ Samples ❑ Specifications ❑ Copy of letter ❑ Change order ❑ COPIES DATE NO. DESCRIPTION "Good Faith Effort" documentation "Letter of Intent" — S & L Fence HILL BABA BFNDER FILE: GENERAL SERVICES DEPARTMENT Architectural Division THESE ARE TRANSMITTED as checked below: ❑ For approval ❑ Approved as submitted ❑ Resubmit copies for approval ❑ For your use ❑ Approved as noted ❑ Submit copies for distribution XX As requested ❑ Returned for corrections ❑ Return corrected prints ❑ For review and comment ❑ ❑ FORBIDS DUE 19 ❑ PRINTS RETURNED AFTER LOAN TO US REMARKS We are submitting the enclosed "Good Faith Effort" documentation, even though the bid total is under the $50,000.00 estimate that requires this documentation. L cvVk s4 ►.a COPY TO RECYCLED PAPER: SIGNED: Joanne Shepard Contents:40%Pre-Consumer-10%Post-Consuff er H enclosures ale not as noted Idnd/y notify us at once. i. DIVISION E. MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM •e i) Where applicable; advise and make efforts to assist ! e interested Minority and Women Business Enterprises in r obtaining bonds, lines of credit or insurance required by {: the County or bidder. For each firm advised or assisted, list the name of the firm, the contact person and the date assistance was given. ; i s B. A bidder shall submit the following documentation of "good faith effort" based on _the engineer's/architect's estimate of the ° project: g i 1) Projects between $50,001 and $100,000 -- submit documentation for items b, c, d, e, g, h and i. l L 2) Projects over $100,000 -- submit documentation for all of the above (items a-i) . x The Contract Compliance Officer reserves the right in appropriate situations to require documentation of additional items listed s above. .h C. In considering the bidder's documentation of "good faith effort", the County will consider whether the bidder's efforts to obtain certified Minority and Women Business Enterprise participation could reasonably be expected to produce a level of participation sufficient to meet the goals and requirements of the County. Id :y D. In evaluating whether a bidder has made a "good faith effort", the is ..1 ' Contract Compliance Officer shall have the right to assign such 'h + weight as it deems appropriate, in its sole discretion, to each of i1 the criteria set forth in this Section. In addition, the County specifically reserves the right, in its sole discretion, to waive any of the time requirements set forth in this Division E and to 't waive any other irregularities relating to compliance with the to County's MBE/WBE program. E. The final MBE/WBE participation determined by the Contract Compli- ed ance Officer may be appealed by the bidder, or a third party challenger, to the County Administrator, c/o County Admin- istrator's Office, 651 Pine Street, 11th Floor, Martinez, CA 94553. it =Y SECTION 6. SUBMITTALS 3, 38 r' A. BIDDER MBE/WBE INFORMATION �r :)n Bidders shall submit with their bids a completed "Bidder MBE/WBE Information" form listing all certified MBE/WBE contractors, 1e subcontractors (first tier only) , suppliers, manufacturers and 3s truckers. to be used on this project. Such information shall be r subject to verification by the County. The information shall ri include, for each listed firm, the name of the firm, certifying ?* 1d. - agency, expiration date of certification, description of work to be performed, type of firm (MBE, WBE or both) and dollar value of '= the work to be performed. A sample of a completed "Bidder MBE/WBE Information" form is included at the end of this Division E. gs ` Failure to submit a "Bidder MBE/WBE Information" form with the bid ; ry>' shall be grounds for finding the bid or proposal non-responsive se: and the bid shall be rejected, ch iz at y B. CERTIFYING LETTERS MBE/WBE firms listed in the Bidder MBE/WBE Information form shall submit within two working days of bid opening copies of certifying letters from agency with which they are certified. 6 " DIVISION E - 7 "GOOD FAITH EFFORT" DOCUMENTATION GUIDELINES t A "qood faith effort" shall include specific affirmative action steps and documentation of those steps . The following list is not exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases . A bidder should do all of the following: a. Attend any pre-solicitation or pre-bid meeting scheduled by the County for the Project or, within one year preceding the bid opening, attend one or more presolici- tation or pre-bid meeting scheduled by the county for other projects . List the date(s) of the meeting(s) , the person(s) attending and the project name(s) and number(s ) . Name Date Project John Shepard 12/20/95 Phase II Kitchen Improvements 847B Brookside b. Identify, list and select specific items of the project to be performed by Minority and/or Women Business Enterprises to provide an opportunity for participation by those enterprises . Specific Items for Subcontracting Electrical Glass & Glazing Chain Link Fence c. Not less than ten ( 10) calendar days prior to bid opening, advertise in one or more daily or weekly newspapers , trade association publications , trade journals, or other media, such as the Daily Construction Service, the Daily Pacific Builder or the Small Business Exchange . For each publication, submit a copy of the advertisement showing the date of publication. d. Not less than ten ( 10) calendar days prior to bid opening, for each identified item of the contract, send by certified mail, or by facsimile, written notice of the bidder's interest in bidding on the contract to at least DIVISION E - 17 three ( 3) certified MBEs and three ( 3) certified WBEs qualified to provide the item. Include in each notice, the following minimum information: 1 . bid opening ,date 2 . description of entire project 3 . bidder' s bond requirements 4 . identification of items to be subcontracted S . engineer' s/architect's estimate of entire project 6 . working days in the contract 7 . other pertinent information Submit copies of the written notices and signed return :receipts , or copies of the faxed notices and fax log, as a part of "good faith effort" documentation. e. Follow up initial solicitations of interest by contacting at least fifty percent (50%) of the certified MBEs and WBEs that were notified to determine with certainty whether they are interested in performing specific items of the project. List the name and phone number of each certified MBE or WBE contacted and the dates of initial notice and follow up contact. MBE Follow or Date Up Phone Name WBE Contacted Date Number RM Reyes Electrical MBE 12/22195 1/8/96 (415)587-1632 Cirimele Electric WBE 12/22/95 1/8/96 (415)453-3197 S & L Fence Co. MBE 12/22/95 1/10/96 (408)745-7021 Eldridge Reporter WBE 12/20/95 Source of Advertisement f. Provide interested MBEs and WBEs with information about the plans , specifications and requirements for the selected subcontracting or material supply work. List, for each certified MBE or WBE to which such information is provided, the name of the firm, contact person and telephone number. Telephone Information Name Firm Number Provided g. At least ten ( 10) calendar days prior to bid opening, request by certified mail, or by fax, assistance from at least one ( 1) of the following: minority and women -2- DIVISION E - 18 community organizations; minority and women contractor groups; local, state or federal minority and women business assistance offices (including the Public Works and/or General Services Department and the Affirmative Action Office) ; certif,,: ng agencies acceptable to the County; or other organizations that provide assistance in the recruitment and placement of Minority or Women Business Enterprises . For each agency or organization contacted, list the name of the agency or organization, the contact person, the date of contact and the response received, and a copy of the written notice or copies of the faxed notices and fax log. Agency/ Organization Contacted Person Date Response Minority Business Center 12/22/95 "Reach Letter" Minority Entrepreneurs 12/22/95 "Reach Letter" MECA 12/22/95 "Reach Letter" h. Negotiate in good faith with Minority or Women Business Enterprises and not unjustifiably reject as unsatisfactory bids prepared by any Minority or Women Business Enterprise as determined by the County. List each MBE/WBE from which a bid was received. If a bid from an MBE/WBE was not utilized, list detailed reasons . MBE Bid Awarded Bid or Dollar Reason( s ) Not To Received WBE Amount Utilized (Firm Name) RM Reyes Electric MBE $10,000.00 Bid not low Barrett Electric i . Where applicable, advise and make efforts to assist interested Minority and Women Business Enterprises in obtaining bonds , lines of credit or insurance required by the County or bidder. For each firm advised or assisted, list the name of the firm, the contact person and the date assistance was given. -3- DIVISION E - 19 Name of Contact Assistance Firm Person Date Given A bidder should submit the following documentation of "good faith effort" based on the engineer's/architect's estimate of the project: 1 . Project between $50, 001 and $100,000 -- submit documentation for items b, c, d, e, g, h and i . 2 . Projects over $100, 000 submit documentation for all of the above (items a-i) . The Contract Compliance Officer reserves the right in appropriate situations to require documentation of additional items listed above. In considering the bidder' s documentation of "good faith effort" , the County will consider whether the bidder' s efforts to obtain certified Minority and Women Business Enterprise participation could reasonably be expected to produce a level of participation sufficient to meet the goals and requirements of the County. Bidders are cautioned that, even though their submittal indicates that they meet the MBE/WE goals, the lowest three ( 3 ) bidders should document their "good faith effort" and, within two ( 2 ) working days after bid opening, will submit this information to either the Public Works Department, Construction Division or the General Services Department, Architectural Division to protect eligibility for award of the contract in the event the County' s review results in a finding that the goals have not been met. ER; fch A:\PUBGE#.GDF REV 9/10/93 -4- DIVISION E - 20 .� i4�..r. -a'C .• ., i ,,�L,Z,�' nem.. r,(`. � .i ,•... t C}1 . .. . .{ l.. ,r{ ,za�� i�1. , 3 m m ,. W' p �: , d ,C , < F to , r m t " C Zs '• 1D �tvfa",�,;,�,bJ1.,:, :-';`��r-t1`,�: . vd,o� = fiboo7oC °n' C� to °+ c7a � -C r- ? = 0n 'k O c C- n � Hp � O Q Ay� o Q � � c . baan O � � O � O 4, c: 0 00 c, w rjy N ti n o Oa S +�cf CD' o N o O o ado 70 co c `� ua, •p o p A o l w N C O .t� N A .. fin+"�(,ry p •moi• G• m b Co < (➢ y •,ti. Y` fZD e..+ '•7s ► �� 1.(�.�, - S O 'L! d. N - �' CD NO co E3 �rb t ccm }< o .. o (COL 1. M o M, , ► D o o ;aH j nC) o �Om A x mo S r rs p R' CU;v n NN Vii• AA ;��� �� a b : (� m m o w o re bv.m o. V) Q �c p ° ,�. � GV0O00N�so'�w �c mr A ` 7 _ R to 3t V 6 o mac, v y x N oo d` co ►C r�. d �`70!" F° o rn ro ci (9.pN0 O } ' �W}tD�I �Op(y6,,l-. �QOw�d',r'',y``•.M7F1V1�.//y1 �@O , ` �: bnNO• Of/� (�� [� `�D .f?•.o(0CCNnT Op. +•`r�NwT� tcW`o� �DC'� CN M}� (�r/"7]] i, fr�D+..OGn•. 1^if �h�0fiDp,J 4.::'�.K,.ry",No�,,.'rr1,.Q�o�.*:�N'�P�-a1�,`i�.�^'�jK Y:'��L.r"O.Q0p^+�,WGomQY,;, i jO~O9C o o ti �' o a' M _�;Pp- ,�,tFir M. O A ;;0 dC - > cn 11 - , L: � t. 1.� _ •a'� W o' m 0 y ,Tye s m a . = � �{ �: YiU: O fl t t gip. m oo w cv m p 4 a"�.re z m: 3 Gn p Ci o n v 4t 4t W O�1 a `' y f t ��f7Y(' : h� � rC--•. < -a . bva 00 �F}"�3 c ,'0 F =r:Cj * ,- (A N w 00 w OO (n(D X 00 00 t-j uj saw W (~ 7. .�•� N O C G G G `-H l0 Q. �' O '/l\ 11 '�'• .-p , 7,G. !/Jl:O t�1:1. s "A, ~t. 4 . h vvC7vo � s Lon ba 4 o «� o r9 .rD co n (.(n t a o y f' _ ' :•� a b7 �1�� !' » C O o o x ib �o < � c, , w Fy C o w dAN, or O o W pe is z Q,o� rb m ,C ' a 2 - CD rnv a } H. .. °�o � a. tL-v. • -' x th CN o- d p Y o or rn 9 ly g CL C f` Oil . m" CD b m co R M0.0- cn o o w a w O t7 `'ch N.t5 v tz ,tN) CL W o ^z 70'� m c ° C> ° ° C� Q N �`` irj �. ` , w .O �^ Z 2 N `° `+`��,''K", CST, _ r w -. A • /! rc'n w ° O W 00 > \Cl �^ O 4 O (p: r W C. 'fl y+ CL tJ CD cn 10, co r A C { p a �, 03 r/, t� y W. C x&ia Cd"^ �zs CoNTAACT OOMMIANCX PR10C AAM 661 Isine Bt "t, X&X-tLimx, cn 94553 510/e3+�6—asa�o �,t ��,d/646-4046 r.NTT'WR GP I TZiT To Pmmm Ag An jd=/WHA GMCONTRAC IOR/SUPPT.XIMI PAcTURER/TitacKKK PRDV XR i. A,R• Nelson Construction +ua+r o x ntxa or - Z. Phase II Kitchen Improvements C 847B Brookside Dr. , ltiohmor►dt � CA_ ..._.,_ - 3. 4. The MmAe rniqued will, perform wvr)c iss Cannectioa with tho above project sa (ChOCk one)s X_ sale proprietornhip corporation partnership � is nt venture Please attach your HER/ME cartification letter or aert,ificate if Av2ltLIAbIS4 B. Check one, of the following: X WRs SubcoatiractarWSB aobcontracrror MIME 6uppliam WBI supplier ^_ MS Manutaeturer wag Manufacturer MRS Truckar Wei Trucker HER other VU Other ' e,aas eD � eacribe d. Theu-aderslquod will yerform the following described work in connection with the above pro jeut (specify i-a detail the pa"icula.r work itea>in or paid® to be perfozmed t C, ain Link F eAce 7. Total, Bid to Prima Contxaators t 21880.66 @. owner 1./12/96 glia cars c�s�tia a nate y, Richard Castillo ie o Fare M- a g T o o- m 1p, 5 & L Fe,nce Company 40S 745-7021 Mhx/M any Name Phone ( 4081, 745-7146 N Wr b2V1�Ic7N 21