Loading...
HomeMy WebLinkAboutMINUTES - 07102001 - D.3 TO: BOARD OF SUPERVISORS Contra FROM: Keith Richter, Fire Chief .. ............ = , .s Costa DATE: July 10, 2001 e = � CO- County SrA � SUBJECT: Weed Abatement Contracts Hearing SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDATION: OPEN the public hearing regarding weed abatement services for the Contra Costa County, Bethel Island and East Diablo Fire Protection Districts. RECEIVE bid proposals, and CLOSE the public hearing. FISCAL IMPACT: None. Expenses are budgeted. BACKGROUND: On June 5, 2001 the Board of Supervisors approved weed abatement contract documents and fixed July 10, 2001 at 11:00 a.m. to receive bid proposals for the performance of abatement work. The Contra Costa County (including Bethel Island and East Diablo) Fire Protection Districts have submitted contract documents (Notice to Contractors, Agreement, Abatement Specifications and Bid Proposal) for the abatement of weeds, rubbish and other fire hazard conditions within the districts. CONTINUED ON ATTACHMENT: ,YES SIGNATUR . RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD MITTEE _,LAPPROVE OTHER SIGNATURE(S ACTION OF A ON July 10, 2001 APPROVE AS RECOMMENDED X OTHER X CLOSED h hearing; ACCEPTED the bids; REFERRED the matter to the Fire Chief; and DIR ED the Fire Chief to return to the Board with recommendations. Z OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE AND CORRECT COPY OF AN ACTION TAKEN UNANIMOUS(ABSENT AND ENTERED ON THE MINUTES OF THE BOARD 4SUPISORSON THE DATE AYES: NOES: SHOWNABSENT: ABSTAIN: ATTESTEDIae CONTACT: Asst.Chief Argo 930-5500 JOHN SWEETEN, CLERK OF THE BOARD OF SUPERVISORS AND COUNTY ADMINISTRATOR CC: County Administrator County Counsel Auditor-Controller Contra Costa County Fire Protection District BY DEPUTY INEQUEST TO SPEAK FORM 4J (THREE (3) MINUTE LIMIT) �D5 Co Tete thJ4 form and pl the box the speakers' rostrum before addressing the Board. Name: Phone: -L rC N ✓ Address: /y � -• rd .�+ City: I am speaking for myself or organization: v (name of OMWa Mti CHECK ONE: I wish to speak on Agenda Item# I 3 Date : 7 -4/ My comments will be: general for against I wish to speak on the subject of I do not wish to speak but leave these comments for the Board to Consider: SPEAKERS 1. Deposit the"Request to Speak" form(on the reverse side) in the box next to the speaker's microphone before your agenda item is to be considered 2. You will be called on to make your presentation. Please speak into the microphone at the podium. 3. Begin by stating your name, address and whether you are speaking for yourself or as the representative of an organization. 4. : Give the Clerk a copy of your presentation or support documentation if available before speaking. 5. Limit your presentation to three minutes. Avoid repeating comments made by previous speakers. 6. The Chair may limit the length of presentations so all persons may be hear. E , TO: BOARD OF SUPERVISORS '�.. 6,A '' Contra FROM: Keith Richter, Fire Chief _ Costa DATE: July 10, 2001 jos••--- - � CountyT'a C01J21� SUBJECT: Weed Abatement Contracts Hearing SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDATION: OPEN the public hearing regarding weed abatement services for the Contra Costa County, Bethel Island and East Diablo Fire Protection Districts. RECEIVE bid proposals, and CLOSE the public hearing. FISCAL IMPACT: None. Expenses are budgeted. BACKGROUND: - On June 5, 2001 the Board of Supervisors approved weed abatement contract documents and fixed July 10, 2001 at 11:00 a.m. to receive bid proposals for the performance of abatement work. The Contra Costa County (including Bethel Island and East Diablo) Fire Protection Districts have submitted contract documents (Notice to Contractors, Agreement, Abatement Specifications and Bid Proposal) for the abatement of weeds, rubbish and other fire hazard conditions within the districts. CONTINUED ON ATTACHMENT: YES SIGNATUR . --"RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD MITTEE _APPROVE OTHER SIGNATURES ACTION OF A ON July 10, 2001 APPROVE AS RECOMMENDED X OTHER X CLOSED h hearing; ACCEPTED the bids; REFERRED the matter to the Fire Chief; and DIR ED the Fire Chief to return to the Board with recommendations. VOT OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE AND CORRECT COPY OF AN ACTION TAKEN UNANIMOUS(ABSENT A' ) AND ENTERED ON THE MINUTES OF THE Z BOARD OF SUP VISORS ON THE DATE AYES: NOES: SHOWN. ABSENT: ABSTAIN: ATTESTED �/ CONTACT: Asst.Chief Argo 930-5500 JOHN SWEETEN, CLERK OF THE BOARD OF SUPERVISORS AND COUNTY ADMINISTRATOR CC: County Administrator County Counsel Auditor-Controller Contra Costa County Fire Protection District BY ✓ DEPUTY `, . • • Contra Costa County Fire Protection District Central Division BID PROPOSAL FOR EXTERIOR FIRE HAZARD CONTROL By DISCING, TRACTOR DRAWN MOWING AND DOZING 2001/2002/2003 ABATEMENT CONTRACT For the performance of exterior fire hazard abatement work in the Contra Costa County Fire Protection District, hereinafter referred to as the "Fire District" or"District". NAME OF BIDDER: BUSINESS ADDRESS: j��a• �C PLACE OF RESIDENCE: , f-� y The undersigned hereby offers to furnish all equipment, materials and labor where ordered, and to do the work necessary to complete the project as described in the Notice to Contractors in accordance with the Abatement Contract and Abatement Specifications relating thereto which are on file at the Fire District office at the unit prices set forth o Page_of this proposal at a total bid amount of: 2��/ (TOTAL AMOUNT OF COMPOSITE BID FROM THE BID P OPOSAL) p J, db Dollars $ �4� ��d The work will be done pursuant to the said Abatement Specifications and the Orders as issued by the Fire District as to the specific properties to be abated. The Contractor Qualifications will be confirmed, analyzed, and evaluated by the Fire District after the public opening of the bids by the Contra Costa County Fire Protection District, prior to the award of the contract by the Contra Costa County Board of Supervisors to the lowest responsible bidder. And further, the undersigned agrees to enter into a contract with the Fire District to do the work as provided above if awarded the contract and to furnish the prescribed bonds and insurance. CONTRACTOR(General): S�I,21 Lr AUTHORIZED SIGNATURE: DATE: NOT VALID UN SS 9TURNED WITH COMPLETED PAGES D-11 THROUGH D-15 OF THE BID PROPOSAL. TAFORMSMEEDSMACCD-R D - 10 BID PROPOSAL TRACTOR DRAWN MOWING 0 - 11,000 Sq. Ft. 2 Parcels Ea. 650 11,001 - 22,000 Sq. Ft. 2 Parcels Ea. `J�• 75-0 - 22,001 - 33,000 Sq. Ft 2 Parcels Ea. 400. 80o . 33,001 -43,560 Sq. Ft. 2 Parcels Ea. 1156. V60 - More 60 -More Than 1 Acre 4 Acres Per Acre a$ - 1,300 , Hourl 16 Hours Per Hour 10�`��- C;z00c RUBBISH REMOVAL BY TRACTOR A Loader, Dump Truck & Operator 1 Hour Per Hour / 75- ��j Per Cubic Yard 1 Cu. Yd. Ea. Cu. Yd. (00, (00, COMPENSATION SHALL BE MADE FOR ON SITE WORK ONLY,NOT FOR TRAVEL&DUMP TIME DOZING =MEIN= ; s Angle Dozer& 0 erator 1 Hour Per Hour l 95- DISCING 0 - 11,000 Sq. Ft. 4 Parcels Ea. 11,001 - 22,000 Sq. Ft. 4 Parcels Ea. 22,001 - 33,000 Sq. Ft. 4 Parcels Ea. y00: 00, 33,001 - 43,560 Sq. Ft. 4 Parcels Ea. Z/50 . /'700' More than 1 Acre - 10 Acres 1 Acre Per Acre �00- OQ w More than 10 Acres 1 Acre Per Acre Z716 0• d U =Hourly 40 Hours Per Hour 195 D000, Crb TOTAL COMPOSITE BID $ �62O. The contract will be awarded on the basis of the lowest composite bid and proven ability, dependability and responsibility, regardless of the individual unit prices listed for application. The number of parcels specified is estimated as a basis for bid purposes only and the contractor shall accept payment at the various price rates for only that work supplied and actually completed with no additional allowances to be made. TAFORMSMEEDSMACCD-R D - 12 1. CONTRACTOR EXPERIENCE a. Number of years in professional weed abatement business: o years. b. List all weed abatement contracts you have had in the last five (5) years. Use additional page if necessary. I N, NW. ll�t� 7G� ,ill 5—v 0610 ` " DOJ ? ��" Lt1�C�rt� ✓�e I . ��x �� ��e�t h°e; 7 DO, 2. EQUIPMENT List all equipment you have available for use in performance of this contract. Indicate the equipment required by this contract in Section E, Specifications for Exterior Fire Hazard Control, with an asterisk(*). Use additional page if necessary. trr3 4�01 1411 Irol"44 fae 4K r,� CO./3. let,lue r rl�6 A�/"j�-'3 01C V 3. CONTRACTOR'S BUSINESS OFFICE � Address: e00 Ale Wkt Telephone: )�Z335--Q TAFORMS\WEEDSMACCDA D - 13 4. SUBCONTRACTORS a. All subcontractors who will perform work or labor or render service to the contractor in fulfillment of this contract in an amount in excess of five percent (5%) of the contractor's total bid price shall be under binding contract to the contractor to ensure his/her commitment for the term of this contract. b. If it should become necessary to add or change subcontractors during the term of this contract, the Chief shall be informed immediately. C. Provide the following information about subcontractors: Name: / U, `% Years of Experience: Address: Phone #: Amount & Type of Equipment Provided: Name: Years of Experience: Address: Phone #: Amount & Type of Equipment Provided: Name: Years of Experience: Address: Phone #: Amount&Type of Equipment Provided: T:\FORMS\WEEDS\WACCD-R D - 14 2001/2002/2003 ABATEMENT CONTRACT CENTRAL DIVISION FOR EXTERIOR FIRE HAZARD CONTROL By DISCING, TRACTOR DRAWN MOWING AND DOZING 1. SPECIAL TERMS: These special terms are incorporated below by reference. A. PARTIES: Contra Costa County Fire Protection District, hereinafter referred to as "Fire District" or "District", (Contractor) AlwV1---) B. EFFECTIVE DATE: (See 3A for starting date). C. THE WORK.- The ORK:The contractor will at his/her own cost and expense, in a workmanlike manner, faithfully and fully do all the work and furnish all the equipment and materials necessary to complete, in accordance with the Abatement Specifications and related contract documents hereinafter mentioned, to the satisfaction of the Administrator of the Exterior Fire Hazard Control Program administered by the Fire District, the abatement of fire hazards from the properties set forth by the Fire District. D. COMPLETION TIME: Work orders shall be completed within fourteen(14) calendar days from the date of issuance of orders or as set forth by the Fire District in Orders to be issued. E. FIRE DISTRICT'S AGENT. Fire Chief of the District, Administrator of the Exterior Fire Hazard Control Program. F. CONTRACT E.• $ l �� (for unit price contracts, more or less,in accordance with finished quantities at unit bid prices). 2. SIGNATURES AND ACKNOWLEDGMENT: FIRE DISTRICT: by: (Fire Chief or Designated Representative) (Secretary) CONTRACTOR: Hereby also acknowledging awareness of and compliance with Labor Code Sections 1861 and 3700 concerning Worker's Compensation Law. by: (Designate official capacity in the business) by: (Designate official capacity in the business) Taxpayer Identification Number: NOTE TO CONTRACTOR: (1) Execute acknowledgment form below, and (2) if a corporation, signatures must conform to designated representative groups pursuant to Corporations Code Section 313. TAFORMSMEEDSMACCD-R D - 15 (State of California ) ACKNOWLEDGMENT (By Corporation, Partnership, County of ) or Individual) The person(s) signing above for Contractor, known to me in individual and business capacity(ies) as stated, personally appeared before me today and acknowledged that he/she/they executed it, and acknowledged to me that the.partnership named above executed it or acknowledged to me that the corporation named above executed it pursuant to its bylaws or a resolution of its board of directors. DATED: (NOTARIAL SEAL) NOTARY PUBLIC Form approved: SILVANO MARCHESI COUNTY COUNSEL BY: Diane J. Silver Deputy County Counsel 3. CONTRACT TERM: a. The term of this contract shall commence on the date the contract is executed on behalf of the Fire District and shall terminate on December 31, 2003. b. This contract may be terminated by the Fire District, at its own discretion, by said Fire District giving written notice of said termination to contractor, at the address set forth by contractor in his bid proposal, no less than 30 days before October 1, 2001 or October 1, 2002. If notice of termination is given, the contract shall be terminated on the December 31 following the notice of termination. In the event of termination, contractor shall be entitled to payments due through the date of termination, but Fire District shall assume no other duty or liability to contractor on account of its termination of the contract. C. Unless the contract is terminated in the manner set forth in paragraph (b) above, the contractor shall be entitled during the term of this contract to annual adjustments in the contract price, upward or downward, to reflect changes in the "Consumer Price Index for Urban Wage Earners and Clerical Workers, San Francisco-Oakland, All items--- Series A (1982/84-100)", published by the Bureau of Labor Statistics of the United States as follows: The Cost of Living Index published for the year ending December 31, 2000, shall be taken as the "Base Index" for the purpose of computation. On January 1, 2001 and again on January 1, 2002, the rates set forth in this contract shall be increased or decreased by not more than a percentage amount equal to the new percentage change between the Base Index and the Cost of Living Index for the calendar year ending December 31 of the previous year. The adjusted rate shall be deemed thereafter to be the Base Index for the purposes of the next rate computation. Such percentage of change shall be calculated to the nearest one-tenth of 1%, and said rates shall be rounded off to the nearest one cent of increases or decreases. 4. WORK CONTRACT, CHANGES: a. By their signatures in Section 2, effective on the above date, these parties promise and agree as set forth in this contract, incorporating by these references the material ("special terms") in Section 1. TAFORMSMEEDSMACCD-R D - 16 INSURANCE COMPANY OF THE WEST P.O. Box 81063 - San Diego, CA 92138 BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS: That we, RANDY BODHAINE (Principal) and INSURANCE COMPANY OF THE WEST, a corporation organized under the laws of the State of California, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of California as Surety, are held and firmly bound unto CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT (Hereinafter called the Obligee) in the just and full sum of TEN PERCENT OF AMOUNT BID DOLLARS (10% OF AMOUNT BID) lawful money of the United States of America, for payment of which, well and truly to be made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents . THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounded Principal as aforesaid, is about to hand in and submit to the Obligee a bid or proposal dated July 8, 2001 for Central Division - Exterior Fire Hazard Control by Discing, Tractor Drawn Mowing and Dozing in accordance with the plans and specifications filed in the office of the Obligee and under the notice inviting proposals therefor. NOW THEREFORE, if the bid or proposal of said Principal shall be accepted, and the contract for such work be awarded to the Principal thereupon by the said Obligee, and said Principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect . IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 29th day of June, 2001 . RANDY BODHAINE BY: A Pring al INSU COMPANY OF THE WEST ' 7 BY: Gary E . Richards Atty-in-Fact ICW CAL 120 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT � 1 S I State of CALIFORNIA l S l County of FRESNO 1 1 On before me N. GHILOTTI -Notary Public j NAME,TITLE OF OFFICER-E.G.-JANE DOE,NOTARY PUBLIC- Personally appeared Gary E. Richards © personally known to me—OR— ❑ proved to me n the basis of satisfactory evidence to be the persons(s) whose natne(s) is/are j subscribed to the within instrument and l acknowledged to me that he/she/they executed the j same in his/her/their authorized capacity(ies), and j that by his/her/their signature(s) on the instrument 1 N• GHILOTTI the person(s), or the entity upon behalf of which the j COMM.#1257232 —. person(s) acted, executed and instrument. NOTARY PUBLIC-CALIFORNIA ` MY COMMFR,xpies Ma(rchTjB,2004~ W ESS my hand and official seal j S - I t SIGNATURE OF NOT s` --------------------------OPTIONAL-------------------------------------------- j S l Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. j � l CAPACITY CLAIMED BY SIGNER j DESCRIPTION OF ATTACHED DOCUMENT j ❑ INDIVIDUAL j ❑ CORPORATE OFFICER j l TITLE(S) l TITLE OR TYPE OF DOCUMENT I ❑ PARTNER(S) ❑ LIMITED l ❑ GENERAL 4.11 j ® ATTORNEY-IN-FACT ❑ TRUSTEE(S) NUMBER OF PAGES j ❑ GUARDIANICONSERVATOR j ❑ OTHER: j Z I DATE OF DOCUMENT j SIGNER IS REPRESENTING: j NAME OR PERSON(S)OR ENTITY(IES) j SIGNER(S)OTHER THAN NAMED ABOVE ICW GROUP No. 0002813 Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West,a Corporation duly organized under the laws of the State of California, Explorer Insurance Company,a Corporation duly organized under the laws of the State of Arizona,and Independence Casualty and Surety Company,a Corporation duly organized under the laws of the State of Texas,(collectively referred to as the"Companies'),do hereby appoint MAHLON BUCK,JAMES V.BUFFO,RUSSELL CRAVEN, SHELLEY GOEDERT AND GARY E.RICHARDS their true and lawful Attomey(s)-in-Fact with authority to date,execute,sign,seal,and deliver on behalf of the Companies,fidelity and surety bonds,undertakings, and other similar contracts of suretyship,and any related documents. IN WITNESS WHEREOF,the Companies have caused these presents to be executed by its duly authorized officers this 16th day of January,2001. ��■011PAN), ?tl1sb94 A& INSURANCE COMPANY OF THE WEST �pt►■■yN O,9, C1 4 G EXTLORER INSURANCE COMPANY a SEAL r jQ+ INI)EPENDENCE CASUALTY AND SURETY COMPANY d��Jp■p�aD! ■ John H.Craig,Assistant Secretary John L. Hannum,Executive Vice President State of California County of San Diego } ss. On January 16,2001,before me,Norma Porter,Notary Public,personally appeared John L.Hannum and John H.Craig,personally known to me to be the persons whose names are subscribed to the within instrument,and acknowledged to me that they executed the same in their authorized capacities,and that by their signatures on the instrument,the entity,upon behalf of which the persons acted,executed the instrument. Witness my hand and official seal. NORMA PORTER COMMSAND .#1257540 NOTARYPUBLIC-CALIFORNIAff ru SAN DIEGO COUNTY Commission C.1 My Corssion xpirus MARCH 19,2004 Norma Porter,Notary Public RESOLUTIONS This Power of Attorney is granted and is signed,sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary,are hereby authorized to execute Powers of Attorney appointing the person(s)named as Attomey(s)-in-Fact to date,execute,sign, seal,and deliver on behalf of the Company,fidelity and surety bonds,undertakings,and other similar contracts of suretyship,and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment,and the signature of any officer certifying the validity and current status of the appointment,may be facsimile representations of those signatures;and the signature and seal of any notary,and the seal of the Company,may be facsimile representations of those signatures and seals,and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping,printing, typing,or photocopying." CERTIFICATE I,the undersigned,Assistant Secretary of Insurance Company of the West,Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect,and has not been revoked,and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies,and are now in full force. IN WITNESS WHEREOF,I have set my hand this X!q _day of N(r-AJ2- John H.Craig,Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-888-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s)and details of the bond to which the power is attached. • H & N Enterprises 6407 Tassajara Rd Pleasanton, Ca 94588 925-828-9163 925-828-0955 Fax RECEIVED July 5, 2.001 JUL 9 2001 Board of Supervisors Room 106 County Administration Building CLERK BOARD OF SUPERVISORS 651 Pine Street CONTRA COSTA CO. Martinez, Ca 94553-1297 Gentlemen: This letter is to inform you of a typographic error on your bid for the Contra Costa County Fire Protection District Central Division Exterior Fire Control by Disking, Tractor Drawn Mowing and Dozing. It states at the bottom of page D-10 to completed pages D-11 through D-15. This should in fact be pages D10 though D-14. Please find enclosed pages D-10 through D-14 which are the proper pages for this bid submission. Sincer y, 7 Robert Nielsen, Jr. Owner Contra Costa County Fire Protection District RECEa�lE" Central Division =10F BID PROPOSAL CLERK BOARD STA Co. ORS CONTRA COSTA CO. FOR EXTERIOR FIRE HAZARD CONTROL By DISCING, TRACTOR DRAWN MOWING AND DOZING 2001/2002/2003 ABATEMENT CONTRACT For the performance of exterior fire hazard abatement work in the Contra Costa County Fire Protection District,hereinafter refe'rr'ed to as the "Fire District" or"District". NAME OF BIDDER: BUSINESS ADDRESS: I er u� CP- g�-1!S'SS . PLACE OF RESIDENCE: I�Y�Q� The undersigned hereby offers to furnish all equipment, materials and labor where ordered, and to do the work necessary to complete the project as described in the Notice to Contractors in accordance with the Abatement Contract and Abatement Specifications relating thereto which are on file at the Fire District office at the unit prices set forth on PageQP-of this proposal at a total bid amount of: �-�n'Cl�cx�r�c1� ►�r� �rc� �� �e c�b��a����6� (TOTAL AMOUNT OF COMPOSITE BID FROM T BID PROPOSAL) Dollars The work will be done pursuant to the said Abatement Specifications and the Orders as issued by the Fire District as to the specific properties to be abated. The Contractor Qualifications will be confirmed, analyzed, and evaluated by the Fire District after the public opening of the bids by the Contra Costa County Fire Protection District, prior to the award of the contract by the Contra Costa County Board of Supervisors to the lowest responsible bidder. And further, the undersigned agrees to enter into a contract with the Fire District to do the work as provided above if awarded the contract and to furnish the prescribed bonds and insurance. CONTRACTOR (General): AUTHORIZED SIGNATURE: t , DATE: 1 �1 NOT VALID UNLESS RETURNED WITH COMPLETED PAGES D-11 THROUGH D-15 OF THE BID PROPOSAL. TAFORMSMEEDSMACCD-R D - 10 BIDDING INFORMATION AND REQUIREMENTS a. The hourly rate is to be figured in man hours. Example: If two people each work one half hour, the charge will be for one hour's work. b. Actual dump charges for rubbish removals will be in addition to bid prices and included on completed work orders. Receipts with parcel numbers must accompany work orders. Rubbish from more than one parcel can be on a receipt, but amount charged to each parcel must be indicated. C. PRE-BID INFORMATION MEETING Attendance by a representative of any company bidding this contract is required to attend one of the meetings that will be held at the Contra Costa County Fire Protection District office at 2010 Geary Road, Pleasant Hill, on Qlao 0\, at 3:00 p_m. and , at 9:30 a.m. TAFORMSMEEDSMACCDA D - 11 BID PROPOSAL TRACTOR DRAWN MOWING 0 - 11,000 Sq. Ft. 2 Parcels Ea. � O 11,001 - 22,000 Sq. Ft. 2 Parcels Ea. 00 22,001 - 33,000 Sq. Ft 2 Parcels Ea. 33,001 - 43,560 Sq. Ft. 2 Parcels Ea. More Than 1 Acre 4 Acres Per Acre a5�o Hourl 16 Hours Per Hours RUBBISH REMOVAL BY TRACTOR D (' Loader, Dump Truck rr0 & O erator 1 Hour Per Hour ago n c� Per Cubic Yard 1 Cu. Yd. Ea. Cu. Yd. �� GO COMPENSATION SHALL BE MADE FOR ON SITE WORK ONLY, NOT FOR TRAVEL&DUMP TIME DOZING Angle Dozer& Operator 1 Hour Per Hour o20q o , �l DISCING 0 - 11,000 Sq. Ft. 4 Parcels Ea. r 00 11,001 -22,000 Sq. Ft. 4 Parcels Ea. 00 22,001 -33,000 Sq. Ft. 4 Parcels Ea. H 36W 1100, co 33,001 - 43,560 Sq. Ft. 4 Parcels Ea. Uo c More than 1 Acre - 10 Acres 1 Acre Per Acre HSD - IOD00 More than 10 Acres 1 Acre Per Acre - 1 ,[Hourl,y 40 Hours Per Hour �S ��acJoo TOTAL COMPOSITE BID $ The contract will be awarded on the basis of the lowest composite bid and proven ability, dependability and responsibility, regardless of the individual unit prices listed for application. The number of parcels specified is estimated as a basis for bid purposes only and the contractor shall accept payment at the various price rates for only that work supplied and actually completed with no additional allowances to be made. T TORMSMEEDSMACCD-R D - 12 1. CONTRACTOR EXPERIENCE a. Number of years in professional weed abatement business: -S years. b. List all weed abatement contracts you have had in the last five (5)years. Use additional page if necessary. WN .;.•'s},,Yl.;EYC >-'?K:,GJ Via,,..... acco surf c 4� �� c� 2. EQUIPMENT List all equipment you have available for use in performance of this contract. Indicate the equipment required by this contract in Section E, Specifications for Exterior Fire Hazard Control, with an asterisk (*). Use additional page if necessary. ::�;<.:'e.•y ` {•: .:t?;o,.1'i4'• p,•%fir. WX On l. >��. f ��sfA --� Avg D-5-13 SSS L' 00 3. CONTRACTOR'S BUSINESS OFFICE Address: Telephone: s`� l��' `��°.`�._^ .. T:\FORMS\WEEDS\WACCD-R D - 13 4. SUBCONTRACTORS a. All subcontractors who will perform work or labor or render service to the contractor in fulfillment of this contract in an amount in excess of five percent(5%) of the contractor's total bid price shall be under binding contract to the contractor to ensure his/her commitment for the term of this contract. b. If it should become necessary to add or change subcontractors during the term of this contract, the Chief shall be informed immediately, C. Provide the following information about subcontractors: Name: 4 0 M Years of Experience: Address: Phone#: :244q Amount&Type of Equipment Provided: C! C. Name: Years of Experience: Address: Phone Amount&Type of Equipment Provided: Name: Years of Experience: Address: Phone#: Amount & Type of Equipment Provided: TAFORMWEEDSMACCDA D - 14 o . . . N 1� N ul). ~ �. Q... O : H y y. -U U1 C` Z. Ei - O o0:� ®.. .._ ..H �. -'z v'�.•�...7 a s:.,, _ p•a: - _ ru � ��w;a ru ru ru U; 7. ig- r/ ti "` �.. z: — 12 W- 4t.1 TO: BOARD OF SUPERVISORS C 010 FROM: JOHN SWEETEN County Administrator DATE: June 5, 2001 SUBJECT: WEED ABATEMENT CONTRACTS FOR THE CONTRA COSTA COUNTY, BETHEL ISLAND AND EAST DIABLO FIRE PROTECTION DISTRICTS Specific Request(s) or Recommendation(s) & Background & Justification RECOMMENDATION: As ex-officio of the Governing Board of the Contra Costa County, Bethel Island and East Diablo Fire Protection Districts, approve weed abatement contract, documents, fix JulyzQ, 2001 at 11:00 a.m. as the time to receive bid proposals for the performance of the abatement work and direct the Clerk to publish Notice to Contractors as required by law. REASONS FOR RECOMMENDATION/BACKGROUND: The Contra Costa County (including Bethel Island and East Diablo), Fire Protection Districts have submitted contract documents (Notice to Contractors, Agreement, Abatement Specifications and Bid Proposal) for the abatement of weeds, rubbish and other fire hazard conditions within the district. The contract period shall begin on July 1, 2001 and terminate on December 31, 2003. Continued on Attachment: YES Signature: Recommendation of County Administrator Recommendation of Board Committee Approve Other Signature(s): Action of Board on: ,hmP 5, 2W1 Approved as Recommended X Other Vote of Supervisors: I HEREBY CERTIFY THAT THIS IS A TRUE AND CORRECT COPY OF AN ACTION TAKEN X Unanimous (Absent none ) AND ENTERED ON THE MINUTES OF THE Ayes: Noes: ) BOARD OF SUPERVISORS ON DATE SHOWN. Contact: R. Seithel (335-1024) Attested: June S, 2001 Cc: County Administrator John Sweeten, Clerk of the Board of Auditor-Controller Supervisors and County Administrator County Counsel Contra Costa County Fire Protection District By: DEPUTY Contra Costa County Fire Protection District Central Division 2001/2002/2003 CONTRACT DOCUMENTS FOR EXTERIOR FIRE HAZARD CONTROL by DISCING, TRACTOR DRAWN MOWING AND DOZING CONTRACT DOCUMENTS NOTICE TO CONTRACTOR ABATEMENT SPECIFICATIONS BID PROPOSAL ABATEMENT CONTRACT APPENDIX 1: WORKERS COMPENSATION LIABILITY APPENDIX 2: PERFORMANCE BOND APPENDIX 3: PAYMENT BOND TAFORMSMEEDSMACCD-R NOTICE TO CONTRACTORS Notice is hereby given by order of the Board of Supervisors of Contra Costa County, as the governing board of the Contra Costa County Fire Protection District, (hereinafter "District"), that Clerk of said Board will receive bids for the abating of weeds, rubbish and other fire hazard conditions within the Central Division of the Contra Costa County Fire Protection District boundaries and under its jurisdiction. The term of this contract shall commence on the date the contract is executed on behalf of the Fire District and shall terminate December 31, 2003. The Central Division of the Contra Costa County Fire Protection District, consists of Concord, Martinez, Pleasant Hill, Walnut Creek, Lafayette, Pacheco, Clayton, and county lands in and around the communities. Each bid is to be in accordance with the Abatement Specifications relating thereto which are on file at the Contra Costa County Fire Protection District office, 2010 Geary Road, Pleasant Hill, California 94523-4694. The Abatement Specifications and related contract documents may be examined at and obtained by prospective bidders from the above mentioned District office. Each bid shall be made on a Bid Proposal form to be obtained at the District office and must be accompanied by a certified or cashier's check or checks, or bid bond in the amount of ten percent (10%) of the base bid amount, made payable to the order of"Contra Costa County Fire Protection District". The above mentioned bid security shall be given as a guarantee that the bidder will enter into a Contract if awarded the work, and will be forfeited by the bidder and retained by the District if the successful bidder refuses, neglects, or fails to enter into said Contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County, as governing Board of the District. In lieu of the foregoing, the bidder may elect to deposit securities of equivalent value with the District in accordance with the provisions of Section 22300 of the Public Contract Code. Such securities, if deposited by the bidder, shall be valued by the District, whose decision on valuation of the securities shall be final. Bid Proposals shall be sealed and filed with the Clerk of the Board of Supervisors, Room 106, County Administration Building, 651 Pine Street, Martinez, California, 94553-1297, on or before July 10,200 at 11:00 a.rg and will be opened in public and at the time due in the Board of Supervisors' Chambers, Room 107, Administration Building, Martinez, Contra Costa County, California, and there read and recorded. Any Bid Proposals received after the time specified in this Notice will be returned unopened. No more than one (1) bid will be accepted from any one individual or firm. Bids will be presented to the Administrator of the Exterior Hazard Control program. The Administrator of the Exterior Hazard Control program is the Fire Chief of the Contra Costa County Fire Protection District, hereinafter referred to as the Fire Chief. The Fire Chief will recommend to the Board of Supervisors the contract be awarded to the responsible bidder whose total aggregate bid on all of the estimated units is the lowest and whose proposal complies with all the requirements prescribed. All bids will be compared on the basis of the estimate of the quantities of work to be done set out in the proposal and in the form of contract. The right is reserved to reject any and all proposals. The successful bidder will be required to furnish a payment bond in an amount equal to fifty percent (50%) of the contract price and a faithful performance bond in an amount equal to fifty percent (50%) of the contract price, said bonds to be secured from a surety company authorized to do business in the State of California. Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California, the Board of Supervisors has obtained from the Director of the Department of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which the public work is to be performed for each craft, classification or type or workers needed to execute the contract which will be awarded to the successful TAFORMSMEEDSMACCD-R D - 1 bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and incorporated herein by reference thereto, the same as if set forth in full herein. For any classification not included in the list, the minimum wage shall be the general prevailing rate for Contra Costa County. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. By Order of the Board of Supervisors of Contra Costa County as the Governing Body of the Contra Costa County Fire Protection District, Central Division. John Sweeten, Clerk of the Board of Supervisors and County Administrator By: Deputy Publication Dates: (Pub. Contract Section 20812) T:\FORMS\WEEDS\WACCD-R D - 2 ABATEMENT SPECIFICATIONS This Specifications document is intended to cooperate with the Notice to Contractors, Contract, Bid Proposal, and Orders as discussed herein, so that anything exhibited in the Notice to Contractors, Contract, Bid Proposal, and Orders not mentioned in the Abatement Specifications is to be considered as if exhibited, mentioned and set forth herein. SECTION A DESCRIPTION OF PROJECT 1. The Contra Costa County Fire Protection District, hereinafter referred to as the "Fire District" or"District", notifies property owners within the Fire District of potential fire hazards related to dry grass, weeds, combustible rubbish and other fire hazards on their property. The property owner is given a specified amount of time to remove the hazard. If they do not comply, a work order is given to the Fire District contractor to do the required work. 2. SCOPE. The conditions to be covered under this contract consist of furnishing all materials, tools, equipment, transportation, supervision, incidentals and labor as specified in these documents, unless otherwise supplied by the Fire District involved in the abatement of weeds, refuse, rubbish, or other fire hazard conditions, in accordance with District Ordinance and the.California Health& Safety Code, within the boundaries of the Fire District. SECTION B INSURANCE, BONDS AND SALARY REQUIREMENTS 1. Before any work is commenced on this contract and within ten (10) calendar days after the date of award, the successful bidder shall furnish to the Fire District evidence of insurance as follows: a. Workers'Compensation Insurance. The contractor shall maintain Workers' Compensation Insurance sufficient to meet contractor's obligation to provide benefits to its employees as required by the State of California. Such Workers' Compensation Insurance shall be extended to include Employers' Liability coverage. Evidence of Contractor's Workers' Compensation Insurance shall be furnished in the form of a Certificate of Insurance to the Fire District and underwritten by either the State Compensation Insurance Fund or an insurance company authorized to write Workers' Compensation Insurance in the State of California. All subcontractors engaged by contractor to furnish either labor or services under this contract shall be required by contractor to maintain adequate Workers' Compensation Insurance as required by the State of California and Employers' Liability protection. b. Public Liability and Property Damage Insurance Including Automobile Liability Coverage. The contractor shall, in addition, take out and shall furnish, satisfactory proof by certificate or otherwise, as may be required, that he/she has taken out public liability and property damage insurance including automobile liability coverage with an insurance company, complying with the requirements herein set forth and satisfactory to the Fire District, and in such form as shall be satisfactory to the Fire District, to protect said contractor and the Fire District, its officers, employees or agents, against loss from liability imposed by law, for damages on account of bodily injury, including death resulting therefrom, suffered or allegedly directly or indirectly from the performance or execution of this contract or any subcontract thereunder, and, also to protect said contractor and the Fire District, its officers, employees, or agents against loss from liability imposed by law or damage to any property, caused directly or indirectly by the performance or execution of this contract or any subcontract thereunder. THE POLICY OR POLICIES, OR RIDER ATTACHED THERETO, SHALL NAME THE CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT, ITS OFFICERS AND EMPLOYEES, AS ADDITIONAL INSURED AND PROVIDE FOR AT LEAST THIRTY (30) DAYS WRITTEN NOTICE OF POLICY LAPSE OR CANCELLATION TO THE DISTRICT. TAFORMSMEEDSMACCD-R D - 3 Said public liability and property damage insurance including automobile liability insurance shall be maintained by the contractor in full force and effect during the entire period of performance under this contract in the amounts of not less than $1 million bodily injury and property damage combined single limit per occurrence. See the following: (1) Limit of liability for injury or accidental death: one person...............$1,000,000 one accident.............$1,000,000 (2) Limit of liability for property damage: one accident.............$1,000,000 If the contractor fails to maintain such insurance,the Fire District may terminate this contract and deduct and retain a sufficient amount of money from any sums due the contractor under the contract to cover any damages which the Fire District may be liable to pay as a result of any uninsured operations by the contractor thereunder. Nothing herein contained shall be construed as limiting in any way the extent to which the contractor may be held responsible for payment of damages to persons or property resulting from the contractor's operations or the operations of any subcontractor under him/her. 2. CONTRACT BONDS. The contractor shall, at the time of signing the contract and prior to January I"of each subsequent year of the contract, furnish two good and sufficient surety bonds of a surety company or companies authorized to do business in the State of California and satisfactory to the Fire District, in an amount equal to fifty percent (50%) of the contract price (for subsequent years, contract price to be increased or decreased in accordance with Section 3- C of the contract agreement) for the payment of just claims for materials, labor, and subcontractors employed by him thereon, and a bond equal to fifty percent (50%) of the contract price (for subsequent years, contract price to be increased or decreased in accordance with Section 3-C of the contract agreement) as surety for the faithful performance of the contract. 3. The contractor shall comply with all local, State and Federal regulations applicable to labor, wage rates, hours of work, apprentices, aliens, subcontractors, and preference for materials. Wages paid shall not be less than the current prevailing wages obtained by the Board of Supervisors of Contra Costa County from the Director of Industrial Relations of the State of California in the locality in which the contract will be performed, which prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and is incorporated herein by reference thereto, the same as if set forth in full herein. SECTION C CONTRACTOR RESPONSIBILITIES 1. The contractor shall furnish all equipment, material, supplies and labor when and where ordered, and pay all fees necessary to complete the work to the satisfaction of the Fire District. 2. The contractor shall provide direct supervision of his/her employees and shall be responsible for correctly locating and abating all parcels designated for abatement and the prevention of damage to markers, utilities, planted vegetation or other property, public or private. 3. The contractor shall be solely responsible for satisfactorily repairing or replacing anything damaged, such as water pipes, fences, gates, landscaping, etc., by his employees and/or equipment. 4. The contractor shall complete all work as described on work orders in a timely and professional manner to the satisfaction of the Fire District. Abatement work orders issued to the contractor shall be completed within fourteen(14) calendar days from the date of issuance. The contractor shall return the work orders no later than fourteen (14) calendar days after the work is completed. TAFORMSMEEDSMAGMR D - 4 • • 5. There shall be at least one contractor's representative (e.g. the owner, a supervisor or employee) who is fluent in English on the job site at all times to answer expressed concerns of involved landowners or residents and to address any on-site District staff concerns. The contractor shall, to the best of his/her ability, insure his/her employees are polite to the public at all times. 6. The contractor shall not abate parcels where work orders have been issued, when the following conditions are found to be present: a. Any property that shows signs that abatement has been started, unless otherwise directed by the Fire District; b. Growing cropland or other cultivated vegetation, unless existence of crops or cultivated vegetation is noted on work order; C. The actual work to be done exceeds 150% of the abatement specified in the work order. d. If permission to enter upon any property is denied, or the workers are ordered off the property. In such cases, all workmen and equipment are to be removed and the Fire District notified immediately. 7. Where the contractor is unable to complete the work as ordered, the contractor shall inform the Fire District in writing within 48 hours stating why such work was not or cannot be completed as ordered. 8. The contractor shall maintain an office and adequate office staff within 50 miles of the Fire District's office to facilitate necessary communication. The contractor and office staff must be available for contact by the Fire District during the normal work day (gam to 5pm). The contractor shall maintain records and reports relating to the contract work, which shall be available for inspection by the Fire District. 9. The Fire Chief shall be informed at all times as to the amount of equipment the contractor has operating in the District at any time during this contract. When the contractor has less than the total number of equipment in operation required by this contract, the Fire Chief may order the contractor to place more equipment into operation. Upon notification by the Fire Chief, the contractor will have forty-eight (48) hours to put the additional equipment into operation. 10. In accordance with Section 13 of the Abatement Contract, the contractor shall conform to the requirements of Section 4100 through 4113 of the Public Contract Code pertaining to subcontractors. 11. The contractor shall at all times use the type of equipment that will do the ordered abatement satisfactorily and safely in the shortest amount of time, without creating erosion or slide problems. 12. The contractor shall complete all abatement work in the orders to be issued by the Fire District or indicate the reason why not done. The work orders will consist of parcels identified by County Assessor parcel numbers. The area to be abated on each parcel will be specified in these orders for the abatement work on such parcels. 13. All equipment shall be in good and safe condition and shall be suitable for producing the required quality of work. All equipment used in crop land, range land, watershed or other open land shall have an approved spark arrestor affixed to the exhaust system. 14. Every operator of every vehicle or piece of equipment used for the work of the Fire District shall be skilled and competent in the operation of his vehicle or equipment. T:\FORMS\WEEDS\WACCD-R D - 5 15. The contractor shall provide the number of instant color photographs necessary to do the following: a. Identify the parcel by landmarks. b. Show the entire abatement problem before the abatement work begins. C. Show the entire condition of the parcel upon completion of the work. d. Before and after photos will be taken from the same location. e. Each said photograph shall be identified by parcel number, time, date, and specify whether before or after picture and bear the name of the photographer. The photograph will be given to the Fire District by the contractor at the time of invoicing for work completed. Invoices without good quality photographs will not be accepted for payment. The photographs will become the property of the Fire District. All costs for cameras and photographs shall be included in the bid price. SECTION D FIRE DISTRICT RESPONSIBILITIES AND PREROGATIVES 1. The Fire Chief, as Administrator of the Exterior Fire Hazard Control Program, shall have final determination as to any conflict, dispute, changes or amendments, and shall be the sole judge concerning the intent of the contract documents. 2. The Fire District reserves the right at any time during the period set for performance of the work to: a. Specify a particular method of abatement and type of equipment for any given parcel; b. Add to the amount of work to be completed; C. Remove certain work from the list (Orders); d. Schedule certain work as to date work is to be performed. 3. The Fire District will provide work orders giving the following information: a. County Assessor's parcel number; b. Address and/or street name when possible; C. A copy of the map page from the County Assessor's map book to identify the parcel to be abated; d. Description of work to be done; e. Recommended type of equipment; and f. The District may, if it deems it appropriate, provide photographs to identify difficult to locate parcels to be abated. TAFORMSMEEDSMACCD-R D - 6 4. The Fire District may amend the contract to add additional areas and properties for abatement, and the contractor has ten(10) days after notification in which to accept the amended documents. If said acceptance is not verified within such period, the contract is thereupon terminated and no further work or compensation therefore shall be due or allowed under the contract. 5. The Fire Chief may order the removal of any vehicle, equipment or operator from the work if he determines that they do not meet the provisions and intent of this section. When so ordered, the contractor shall immediately replace said vehicle, equipment or operator with one approved by the Fire Chief or his authorized representative. SECTION E TYPES OF ABATEMENT The method of correction and abatement shall be to the specifications and standards of the Fire District and may consist of one or more of the following: a. Rubbish removal (tractor) b. Discing C. Tractor Drawn Mowing d. Dozing ABATEMENT STANDARDS 1. Complete Abatement- When complete abatement is ordered, as much of the entire parcel as possible shall be abated. 2. Firebreaks - Firebreaks shall be installed in accordance with the orders issued by the Fire District. 3. Mowing- Parcels abated by mowing shall be completed so that all weeds, grass or other vegetation or organic material which could be expected to burn, shall be cut to a height of not more than three (3) inches. 4. Discing- Discing equipment shall be set at an angle sufficient to cut the growth loose from its existing position and when drawn at the proper speed, turn the weeds over and cover them with soil. 5. Dozing- May be used to level mounds of dirt prior to discing or rotovating or to clear large areas of debris. 6. Rubbish and/or Other Combustible Debris - Shall be completely removed when so ordered and disposed of at a proper site. 7. Various Other Methods -Various other methods of correction and abatement as directed in the Orders issued. TAFORMS\WEEDS\WACCD-R D - 7 • • SECTION F EQUIPMENT REQUIREMENTS The equipment required by this abatement specifications document must be available for use at all times during the term of this contract. a. Discing- The contractor shall provide a minimum of one (1) wheel tractor and two (2) track layer type tractors with discs at all times. Discing equipment shall be set at an angle sufficient to cut the growth loose from its existing position and when drawn at the proper speed, turn the weeds over and cover them with soil. The contractor shall provide at least one (1) reserve tractor and disc to be used as replacements for breakdowns of the three (3) required units. Enough tractor transportation equipment and qualified drivers to move tractors from parcel to parcel as necessary to complete all required abatement within the required time limits. b. Tractor Drawn Mowing- The contractor shall provide a minimum of one (1) 48" rotary mower to be utilized in areas where mowing by motorized equipment is possible. C. Dozing- The contractor shall provide a minimum of one(1) JD 350 track layer or equivalent with a hydraulic operated angle dozer blade. May be used to level mounds of dirt prior to discing or rotovating or to clear large areas of debris. d. Rubbish Removal (mechanical) - Excessive accumulations of rubbish and debris may be ordered removed when such accumulation has been determined to be a fire hazard. The minimum crew of rubbish removal will consist of one dump truck with driver/laborer and one tractor operator with a four-in-one bucket or a loader bucket of not less than 3/4 yard. Compensation will be made for on site work only(not for travel and dump time). Disposal charges - actual disposal charges for rubbish removal will be in addition to bid prices and included on completed work orders. Receipt with parcel number must accompany work orders. Rubbish from more than one parcel can be on one receipt, but amount charged to each parcel must be indicated. SECTION G PAYMENTS 1. The contractor will be compensated for that work completed either at the unit charge or the hourly rate specified for that type of work supplied on the Bid Proposal. The number of parcels specified is estimated as a basis for bid purposes only and the contractor shall accept payment at the various price rates for only that work supplied and actually completed with no additional allowances to be made. 2. Excluding work to be done on an hourly basis, unit prices are to be based upon the initial abatement work ordered. If the contractor fails to satisfactorily complete work on a given parcel and is required to return and perform additional work, he/she shall receive no additional compensation over the unit price for the initial abatement work. 3. Work orders will be furnished and only that work indicated for correction and work in such orders will be compensated under the contract. 4. In cases where the property owner or their representative orders the contractor to remove his/her equipment from the property, only a"kick-off' charge for the amount of work completed may be billed. Photographs must be taken by the contractor of work done. 5. Compensation for rubbish removals shall be made for on-site work only. Compensation shall not be made for travel time or dump time. 6. Disposal charges for rubbish removal will be in addition to bid prices and included on completed orders. Receipt with parcel number must accompany orders. Rubbish from more than one parcel can be on one receipt, but amount charged to each parcel must be indicated and a copy of the receipt attached to each order. TAFORMSMEEDSMACCD-R D - 8 • i 7. The Fire District may specify the maximum amount of time which will be chargeable and allowed for payment by the Fire District for work performed on an hourly basis on any particular parcel of property. If the contractor disputes the maximum amount of time which the Fire District will allow for correction of a fire hazard, the contractor shall submit the matter to the Fire Chief for determination in writing, setting forth specific facts, reasons, or circumstances justifying the need of additional time for the particular work. The Fire Chief's determination shall be final and conclusive respecting the dispute and the amount of compensation due the contractor. 8. Work shall be performed under the general supervision of the Fire Chief, or an authorized representative of the Fire District, who shall have the authority to approve or reject any portion of the work, or to order the suspension of the work for cause. 9. Payment for competed work will be made after the Fire District approves all work itemized on an invoice. Authorization for payment will be sent to the County Auditor- Controller's office within thirty (30) days after the invoice arrives at the District. 10. 10% of each invoice payment will be withheld to cover any overpayment, or payment in error, or for settling legitimate damage claims against the contractor. This money will be released on or about December 315` if no assessment or damage complaints are pending. The contractor may elect to receive 100% of payment due under the contract from time to time, without retention of any portion of the payment by the Fire District, by depositing securities of equivalent value with the Fire District in accordance with the provisions of Section 22300 of the Public Contract Code. Such securities, if deposited by the contractor, shall be valued by the Fire District, whose decision on valuation of the securities shall be final. 11. Invoices will consist of: a. Original work orders indicating that each item has been completed or reason for non-completion indicated. The work order shall include the following information: (1) Date or dates work done. (2) For orders issued by area, the unit price shall be listed. (3) For orders issued by hour, the contractor shall indicate number of employees and actual number of hours each employee worked for each date. Hours charged shall be in 15 minute increments. Hours charged shall be for the actual time of abatement. (4) Total contractor charge for each work order. (5) A copy of the receipt for dump charges shall be attached to all work orders for rubbish removal. (6) Sufficient number of good quality before and after photographs attached to the work order to document the conditions before work starts and the adequacy of the work done. b. Typed list giving parcel numbers, in numerical order, the total charges for each parcel and the total charge for the invoice. 12. Any request for a change in the charges invoiced for a parcel shall be made in writing with an explanation of the reason the change is being requested. T:\FORMS\WEEDS\WACCD-R D - 9 • i Contra Costa County Fire Protection District Central Division BID PROPOSAL FOR EXTERIOR FIRE HAZARD CONTROL By DISCING, TRACTOR DRAWN MOWING AND DOZING 2001/2002/2003 ABATEMENT CONTRACT For the performance of exterior fire hazard abatement work in the Contra Costa County Fire Protection District, hereinafter referred to as the "Fire District" or"District". NAME OF BIDDER: BUSINESS ADDRESS: PLACE OF RESIDENCE: The undersigned hereby offers to furnish all equipment, materials and labor where ordered, and to do the work necessary to complete the project as described in the Notice to Contractors in accordance with the Abatement Contract and Abatement Specifications relating thereto which are on file at the Fire District office at the unit prices set forth on Page,of this proposal at a total bid amount of: (TOTAL AMOUNT OF COMPOSITE BID FROM THE BID PROPOSAL) Dollars $ The work will be done pursuant to the said Abatement Specifications and the Orders as issued by the Fire District as to the specific properties to be abated. The Contractor Qualifications will be confirmed, analyzed, and evaluated by the Fire District after the public opening of the bids by the Contra Costa County Fire Protection District, prior to the award of the contract by the Contra Costa County Board of Supervisors to the lowest responsible bidder. And further, the undersigned agrees to enter into a contract with the Fire District to do the work as provided above if awarded the contract and to furnish the prescribed bonds and insurance. CONTRACTOR(General): AUTHORIZED SIGNATURE: DATE: NOT VALID UNLESS RETURNED WITH COMPLETED PAGES D-11 THROUGH D-15 OF THE BID PROPOSAL. TAFORMSMEEDSMACCD-R D - 10 BIDDING INFORMATION AND REQUIREMENTS a. The hourly rate is to be figured in man hours. Example: If two people each work one half hour, the charge will be for one hour's work. b. Actual dump charges for rubbish removals will be in addition to bid prices and included on completed work orders. Receipts with parcel numbers must accompany work orders. Rubbish from more than one parcel can be on a receipt, but amount charged to each parcel must be indicated. C. PRE-BID INFORMATION MEETING Attendance by a representative of any company bidding this contract is required to attend one of the meetings that will be held at the Contra Costa County Fire Protection District office at 2010 Geary Road, Pleasant Hill, onime 21., 2001, at 3:00 p.m. and.hme 19, 2001 , at 9:30 a.m. TAFORMSMEEDSMACCD-R D - 11 BID PROPOSAL TRACTOR DRAWN MOWING Fir Y i r 4 ti ,Di'�� ,,i.Q.3�y�Yw`�'.•�'.� !<i;•• ° i` ',��• i?��. ,k�i w© ��':�� 1 vt�•� � �f 5���'hK#d.'y'�.ov'fi 'r?1'S��.•v•+ia' ,y r .f 4, f .e� o�''�''k'�. a.ti,r.. r,�ra:. ;� ar .t: 'cam'': t•. F�y,�gM �' 1i��,,`` f '.�' �Si• a ::fi:.:. •, ,',.�,�+'�.�.,,:: ::1?h.t.,. `n !' ,4. N'.V{i�A .7,f��F' �...e.��'>a•. ,^.�'#�=�. _?.,>. .. ..R 'r'��',c.'...��...ts"..,i:�.is.2+�5s....Y...,}:<><: 0 - 11,000 Sq. Ft. 2 Parcels Ea. 11,001 - 22,000 Sq. Ft. 2 Parcels Ea. 22,001 - 33,000 Sq. Ft 2 Parcels Ea. 33,001 - 43,560 Sq. Ft. 2 Parcels Ea. More Than 1 Acre 4 Acres Per Acre Hourly 16 Hours Per Hour RUBBISH REMOVAL BY TRACTOR ' r'�J'- .�{�. �� k3,,.,y •r'1;' y:.. _ ,�rl � ..�'.?rA;.,, . Loader, Dump Truck & Operator 1 Hour Per Hour Per Cubic Yard 1 Cu. Yd. Ea. Cu. Yd. COMPENSATION SHALL BE MADE FOR ON SITE WORK ONLY, NOT FOR TRAVEL& DUMP TIME DOZING 'fir•r'c ` �.M$j£'' 3r. •�i• a±'h+to •S, z�•zn°5. ,rw ,.=r.��•,':;t�;,-r•.3,i°r:,.4.A:h..r`[�';' ra^1:'Li'. b' , � v•,� ,f,�:..b•� n °�i'j ,��ax-''k •� � tr"w''�, ?� °+y,+s�h �a ;rt�ayr'� Sr?rhf'A`i�. a��+a� t� �,�*�t�y��':•:b�q;s}' ��. "°y,°`�,k• '• �;' }i ivy Ai'�, Y }tS.,Y i'h.y,�bY'hN wSyq '�. Ste, �' r'',t}riir Jkij .._}.�f.::.�, t 's�'r kY:,; ` ! .,�. f `P'�.�`.F-zr',.�,•?'1:t S„•..yv£w 1:•..:.:,:,: i its s 4 x <;a:W JNTI . ; r P C� T,OTAPtCE;�r:>< i i :''• f� •a;;'rrt;'•.:Ji .�'> tie '. „'1E' r "i'v'{.'%z:ld' ,C;x;;KY+;jy � E9 ;+ .11:” Chf:�:'a•.•.k•F'.•rfi' :J!T:�i`.i%:.;•>. a,. ••� `y .:+�•:..<:,.:r:'r;t't�;`;o:a� '•:Yt. yti' ., ::a•�.7 r.'.: .1'.a:.. i.;;3 ��:rr ..,�.;�:<.:,�7-, �r4: •�..�'�y� r,;'..Se,C y: �?' �>+ ..f,.•..�'����`�'r'�; t3 h€,Yi��� fir.,`; ?.;: :x3•�. �e�kcs. �' ,:5.. :,z:...l. �t) , zu .PiH Angle Dozer& Operator 1 Hour Per Hour DISCING �y •+ 9.":�"� � fi7 d. fir,¢, i a :s' -'t•... ;rrs4,' a yS �J dsjV'}a{r`�'�':vjL J'•��:'s.,�y r'T.tS y t�''`•`�.��''))�N.,. / L:. .. y�fir ,,yy�'a,,�aV�n' �:t:r:ta,>•�. .�•r r.,,• �r...$ , » �1�,is t'a3 .i •;,, ,•�^" �.f.'ny;,,�,,•,� �:q'}�.-.,... •.,..,f.�M 'Y%�; ,J.:rJ�" 'fA.. •1.<•:..a n �,�, ,�4�.ld.�•a..w•'r 5, • `.�� ;lJ�l���`�' ''jt.ic;ro•' �hF �>•�1.���' �•�: �OTwAL:iPRICE�.,;;' �S � rr. �,f.qs,. e•i,ia;`.,,;:>y�:�,., �', :,i• ri .� i.;ArrT�. .sp, '.JJ9. S.y .7a:�i'u'a::M .+u4:;... �:1'`r:y^-,'1 Fs'�R•';14`'FC':' { '�t�E:r' 2 r�Q�' ��,,.�� .,Y.n ."�";<:., ,.4.. :.��.•,rtA::r J�, :U'''�:�ri':6: { f..p,,.r'1s3:"�,'...��;":'.�'.{:f:,.:;���;`. .:'t'l�c•r•`�''x.,, `i�u4� V: 5 - •.:t+.'s:'v��f:::': a�i,•t;.=�7 ,i. .q. y...,; r!",,ly.y�T..,,s... •:,�r.ti;. y:s;... ,5. �r,:.. ..l�:, ::5. ,,�.�+ o- '� °' :�;�._,,,... hy: w`+•it•'• r �.. .,r..y,<....,}rr .c s ynj .�.::;y.3r-•:i'+.:•:;:;,.•....,,,. •'....�:.,.. r .?S'yR,rz4.�,:.' It�3'R'�.'•.��t.'e'•�`..:.� r: ..:•. w.t.�.w-rd� _..'.�b..�.. >.'•: .tet•r , :.. :.•::.,:P£.•r.�:,:••.:::::.: ...:.:.:'!y:�'y,Yiw3r:t`brig'Y,:.h.;s5'�:�::.r>4�},�.;�s,k.:.;i.o•nn.•.i..,:�,•..ycalr.+':5..r114.�t. .:.dF�y.. 0 - 11,000 Sq. Ft. 4 Parcels Ea. 11,001 - 22,000 Sq. Ft. 4 Parcels Ea. 22,001 - 33,000 Sq. Ft. 4 Parcels Ea. 33,001 - 43,560 Sq. Ft. 4 Parcels Ea. More than 1 Acre - 10 Acres 1 Acre Per Acre More than 10 Acres 1 Acre Per Acre Hourly 40 Hours Per Hour TOTAL COMPOSITE BID $ The contract will be awarded on the basis of the lowest composite bid and proven ability, dependability and responsibility, regardless of the individual unit prices listed for application. The number of parcels specified is estimated as a basis for bid purposes only and the contractor shall accept payment at the various price rates for only that work supplied and actually completed with no additional allowances to be made. T:\FORMS\WEEDS\WACCD-R D - 12 1. CONTRACTOR EXPERIENCE a. Number of years in professional weed abatement business: years. b. List all weed abatement contracts you have had in the last five (5) years. Use additional page if necessary. ��:��uy .t' :� rs.'. a pS ar_;,� ))v;.tly li�:M y:�;'a'' ,leu RI•. ?_4. .�' ,,�+' 4t.,�;l;!�l Y'b..\.t(.,v/• [� Vi. :.�'Y•��,Y%�. n'F .E � h .Y .�. ���:�'f+"'Ft•L:i = i •d`% T wr°:.:::•,:�':a) ry.. Y•,'.r�'i�. .,LSr�.�,�� ys R W ri't'e. i*/ r�f���•ri ^ e•� ;�_ �: )moi' ,�v'•,n.^,::L. �q,. t �}- � :i r��yi`' f:.r�•. .N M` • ti' 1 [�� t t �. f'tai t,..f)r�/i t�"``� _ �' CTIN(t•:.)�2y �;'' ig, �.5:, �'�;� ,�y'•,'.a.;:a„• xk:;w>3.,,..:;:r..:;s:.,.tuk+: £,. � „}; f:;.,>'�f .%+. ''r`C�S .r-:rrn '`Y•','�2r..)dt .a.�i;'�3R::J:.��r:,t:.• :v:ty:;ri..My;{x:...p'�.,a�8'�•, ep-, <• �' ` r:*�':,.;.,:u.•y,ra,:skSr;f:%}�:.e�sa Y•. �'�' ',�'.`:Vin, w `, '�:�.••f;•:a3p,'r; ..f., . .;:s:�:.5.,..JF' � £�! 'LP' ti� rr�+::,.. :*Y.:..)..�•.... :d. :�+ j!`' .,++�+'.`;': 1::t 1,.,Yt}g:sY,,�,...,��:.r.7's� X'•M11. ti m.. ter. r f..:K:r'1.... 2. EQUIPMENT List all equipment you have available for use in performance of this contract. Indicate the equipment required by this contract in Section E, Specifications for Exterior Fire Hazard Control, with an asterisk (*). Use additional page if necessary. "iE, ti^''•Y•"s'V?�'="?;•3.y;.5T o'' + N fD. Y Yn 7 r {� `'¢ v. �J..Yp Y,,�''Y :Z�1'1 '1, '<S','. 3 i�iYi,'•'�fA • ' �lc:'!<.•f :....' ::F a� :.7.....r.%�:RC>::1�'::J l,..:r t`a::.�_.. .9.$..?i. �?...�'i. ,'a..�>��'.(.:��4f...�:?tsniR.rf..".t'%:1'i''n.?.:.; "y 3. CONTRACTOR'S BUSINESS OFFICE Address: Telephone: T:\FORMS\WEEDS\WACCD-R D - 13 4. SUBCONTRACTORS a. All subcontractors who will perform work or labor or render service to the contractor in fulfillment of this contract in an amount in excess of five percent (5%) of the contractor's total bid price shall be under binding contract to the contractor to ensure his/her commitment for the term of this contract. b. If it should become necessary to add or change subcontractors during the term of this contract, the Chief shall be informed immediately. C. Provide the following information about subcontractors: Name: Years of Experience: Address: Phone #: Amount & Type of Equipment Provided: Name: Years of Experience: Address: Phone #: Amount & Type of Equipment Provided: Name: Years of Experience: Address: Phone #: Amount & Type of Equipment Provided: T:\FORMS\WEEDS\WACCD-R D - 14 2001/2002/2003 ABATEMENT CONTRACT CENTRAL DIVISION FOR EXTERIOR FIRE HAZARD CONTROL By DISCING, TRACTOR DRAWN MOWING AND DOZING 1. SPECIAL TERMS: These special terms are incorporated below by reference. A. PARTIES., Contra Costa County Fire Protection District, hereinafter referred to as "Fire District" or "District", (Contractor) B. EFFECTIVE DATE: (See 3A for starting date). C. THE WORK.- The ORK:The contractor will at his/her own cost and expense, in a workmanlike manner, faithfully and fully do all the work and furnish all the equipment and materials necessary to complete, in accordance with the Abatement Specifications and related contract documents hereinafter mentioned, to the satisfaction of the Administrator of the Exterior Fire Hazard Control Program administered by the Fire District, the abatement of fire hazards from the properties set forth by the Fire District. D.. COMPLETION TIME: Work orders shall be completed within fourteen (14) calendar days from the date of issuance of orders.or as set forth by the Fire District in Orders to be issued. E. FIRE DISTRICT'S AGENT.• Fire Chief of the District, Administrator of the Exterior Fire Hazard Control Program. F. CONTRACT PRICE: $ (for unit price contracts, more or less, in accordance with finished quantities at unit bid prices). 2. SIGNATURES AND ACKNOWLEDGMENT: FIRE DISTRICT: by: (Fire Chief or Designated Representative) (Secretary) CONTRACTOR: Hereby also acknowledging awareness of and compliance with Labor Code Sections 1861 and 3700 concerning Worker's Compensation Law. by: (Designate official capacity in the business) by: (Designate official capacity in the business) Taxpayer Identification Number: NOTE TO CONTRACTOR: (1) Execute acknowledgment form below, and (2) if a corporation, signatures must conform to designated representative groups pursuant to Corporations Code Section 313. TAFORMSMEEDSMACCDA D - 15 (State of California ) ACKNOWLEDGMENT (By Corporation, Partnership, County of ) or Individual) The person(s) signing above for Contractor, known to me in individual and business capacity(ies) as stated, personally appeared before me today and acknowledged that he/she/they executed it, and acknowledged to me that the partnership named above executed it or acknowledged to me that the corporation named above executed it pursuant to its bylaws or a resolution of its board of directors. DATED: (NOTARIAL SEAL) NOTARY PUBLIC Form approved: SILVANO MARCHESI COUNTY COUNSEL BY: Diane J. Silver Deputy County Counsel 3. CONTRACT TERM: a. The term of this contract shall commence on the date the contract is executed on behalf of the Fire District and shall terminate on December 31, 2003. b. This contract may be terminated by the Fire District, at its own discretion, by said Fire District giving written notice of said termination to contractor, at the address set forth by contractor in his bid proposal, no less than 30 days before October 1, 2001 or October 1, 2002. If notice of termination is given, the contract shall be terminated on the December 31 following the notice of termination. In the event of termination, contractor shall be entitled to payments due through the date of termination, but Fire District shall assume no other duty or liability to contractor on account of its termination of the contract. C. Unless the contract is terminated in the manner set forth in paragraph (b) above, the contractor shall be entitled during the term of this contract to annual adjustments in the contract price, upward or downward, to reflect changes in the "Consumer Price Index for Urban Wage Earners and Clerical Workers, San Francisco-Oakland, All items--- Series A (1982/84-100)", published by the Bureau of Labor Statistics of the United States as follows: The Cost of Living Index published for the year ending December 31, 2000, shall be taken as the "Base Index" for the purpose of computation. On January 1, 2001 and again on January 1, 2002, the rates set forth in this contract shall be increased or decreased by not more than a percentage amount equal to the new percentage change between the Base Index and the Cost of Living Index for the calendar year ending December 31 of the previous year. The adjusted rate shall be deemed thereafter to be the Base Index for the purposes of the next rate computation. Such percentage of change shall be calculated to the nearest one-tenth of I%, and said rates shall be rounded off to the nearest one cent of increases or decreases. 4. WORK CONTRACT, CHANGES: a. By their signatures in Section 2, effective on the above date, these parties promise and agree as set forth in this contract, incorporating by these references the material ("special terms") in Section 1. TAFORMSMEEDSMACCD-R D - 16 b. Contractor shall, at his/her own cost and expense, and in a workmanlike manner, fully and faithfully perform and complete the work; and will furnish all materials, labor, services and transportation necessary, convenient and proper in order fairly to perform the requirements of this contract, all strictly in accordance with the Fire District's Notice to Contractors, Proposal, Orders and Abatement Specifications. C. The work can be changed only with the Fire District's prior written order specifying such change and its cost agreed to by the parties; and the Fire District shall never have to pay more than specified in Section 7 without such an order. 5. TIME, NOTICE TO PROCEED: Contractor shall start this work as directed in the Orders and complete it as specified in Section 1. 6. INTEGRATED DOCUMENTS: The Notice to Contractors, Bid Proposal, Orders and Abatement Specifications or special provisions of the Fire District's call for bids, and contractor's accepted bid for this work are hereby incorporated into this contract, and they are intended to cooperate, so that anything exhibited in the Notice to Contractors, Bid Proposal, and Orders not mentioned in the Abatement Specifications or special provisions, or vice versa, is to be executed as if exhibited, mentioned and set forth in both, to the true intent and meaning thereof when taken all together; and differences of opinion concerning these shall be finally determined by the Fire District's agent specified in Section 1. 7. PAYMENT: For the strict and literal fulfillment of these promises and conditions, and as full compensation for all this work, the Fire District shall pay the contractor the sum specified in Section 1, except that in this unit price contract, the payment shall be for finished quantities by hours or at unit bid prices in accordance with the Abatement Specifications. 8. PAYMENTS WITHHELD: a. The Fire District or its agent may withhold any payment, or because of later discovered evidence, nullify all or any certificate for payment, to such extent and period of time only as may be necessary to protect the Fire District from loss because of. (1) Defective work not remedied, or uncompleted work, or (2) claims filed or reasonable evidence indicating probable filing, or (3) failure to properly pay subcontractors or for material or labor, or (4) reasonable doubt that the work can be completed for the balance then unpaid, or (5) damage to another contractor, or (6) damage to the Fire District, other than damage due to delay. b. The Fire District shall use reasonable diligence to discover and report to the contractor, as the work progresses, the materials and labor which are not satisfactory to it, so as to avoid unnecessary trouble or cost to the contractor in making good any defective work or parts. TAFORMSMEEDSMACCD-R D - 17 C. 10% of each progress payment paid the contractor for work completed will be withheld until on or about December 31. This money will be released after deducting for all over payment or payments in error that may have been made during the year, and provided there are no damage claims remaining against the contractor, all claims for labor and materials have been resolved, no claims have been presented to the Fire District based on acts or omissions of the contractor, no unresolved liens or withhold notices have been filed against the work or the site, and there are no reasonable indications of defective or missing work or of late recorded liens or claims against contractor. The contractor may elect to receive 100% of payments due under the contract from time to time, without retention of any portion of the payment by the Fire District, by depositing securities of equivalent value with the Fire District in accordance with the provisions of Section 22300 of the Public Contract Code. Such securities, if deposited by the contractor, shall be valued by the Fire District, whose decision on valuation of the securities shall be final. d. Following completion of the work, Fire District will file a Notice of Completion and Resolution of Acceptance with the Contra Costa County Board or Supervisors, and thereafter cause the same to be recorded at the Contra Costa County Recorder's office. Recording of the Notice of Completion and Resolution of Acceptance shall not affect the Fire District's right to withhold 10% of the progress payments under Subsection 8, c, above. 9. INSURANCE: (Labor Code Sections 1860-61) On signing this contract, contractor must give Fire District: a. A certificate of consent to self-insure issued by the Director of Industrial Relations, or b. a certificate of Workers' Compensation Insurance issued by an admitted insurer, or C. an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Section 3700 and the Workers' Compensation Law. Pursuant to Labor Code Section 1861, prior to performing any work under this contract, contractor shall sign and submit to Fire District, the certification attached hereto as Appendix 1. 10. BONDS: On signing this contract, contractor shall deliver to the Fire District for approval good and sufficient bonds with sureties, in amount(s) specified in the specifications or special provisions, guaranteeing his/her faithful performance of this contract and his/her payment for all labor and materials thereunder in the forms attached hereto as Appendices 2 and 3. 11. FAILURE TO PERFORM: If the contractor at any time refuses or neglects, without fault of the Fire District or its agent(s), to supply sufficient materials or workers to complete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Fire District, the Fire District may furnish same and deduct the reasonable expenses thereof from the contract price. The Fire District may terminate this contract by registered mail where the contractor fails to provide sufficient workers and equipment as previously ordered. The Fire District's determination shall be final and conclusive as to sufficiency of workers and equipment. T TORMSMEEDSMACCD-R D - 18 12. LAWS APPLY (GENERAL): Both parties recognize the applicability of various federal, state and local laws and regulations, including Chapter 1 of Part 7 of the California Labor Code, Section 1720 et seq. and including Sections 1735, 1777.5 and 1777.6, and intend that this contract complies therewith. The parties stipulate that the relevant penalties and forfeitures provided in the Labor Code, including those contained in Sections 1775 and 1813, concerning prevailing wages and hours, shall apply to this contract as though fully stipulated herein. 13. SUBCONTRACTORS: a. Public Contract Code Sections 4100-4113 are incorporated herein. b. All subcontractors who will perform work or labor or render service to the contractor in fulfillment of this contract in an amount in excess of five percent (5%) of the contractor's total bid price shall be under binding contract to the contractor to ensure his/her commitment for the term of this contract. C. If it should become necessary to add or change subcontractors during the term of the contract, the Chief shall be informed immediately. 14. WAGE RATES: a. Pursuant to Labor Code Section 1773, the Director of the Department of Industrial Relations has ascertained the general prevailing rate of wages per diem, and for holiday and overtime work in the locality in which this work is to be performed for each craft, classification, or type of worker needed to execute this contract, and said rate is on file with the Clerk of the Board of Supervisors, and is incorporated by reference thereto, the same as if set forth in full herein. b. This schedule of wages is based on a working day of 8 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours constituting the working day. When less than that number of hours is worked, the daily wage rate is proportionately reduced, but the hourly rate remains as stated. C. The contractor and all subcontractors must pay at least these rates to all persons on this work, including all travel, subsistence and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes necessary for the contractor or any subcontractor to employ any person in a craft, classification or type of work(except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minimum wage rate is specified, the contractor shall immediately notify the Fire District, which shall promptly determine the prevailing wage rate therefore and furnish the contractor with the minimum rate based thereon, which shall apply from the time of the initial employment of the person affected and during the continuance of such employment. 15. HOURS OF LABOR: Eight hours of labor in one calendar day constitutes a legal day's work, and no worker employed at any time on this work by the contractor or by any subcontractor shall be required or permitted to work longer thereon except as provided in Labor Code Sections 1810-1815. TAFORMSMEEDSMACCD-R D - 19 16. APPRENTICES: Properly indentured apprentices may be employed on this work in accordance with Labor Code Sections 1777.5 and 1777.6 (discrimination prohibited). 17. PREFERENCE FOR MATERIALS: The Fire District desires to promote the industries and economy of Contra Costa County and the contractor therefore promises to use the products, workers, laborers and mechanics of this County in every case where the price, fitness and quality are equal. 18. ASSIGNMENT: This agreement binds the heirs, successors, assigns and representatives of the contractor; but he/she cannot assign it in whole or in part, nor any moneys due or to become due under it, without the prior written consent of the Fire District and the contractor's surety or sureties, unless they have waived notice of assignment. 19. NO WAIVER BY FIRE DISTRICT: Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of the Fire District indicating the work or any part thereof complies with the requirements of this contract, or acceptance of the whole or any part of said work and/or materials, or payments therefore, or any combination of these acts, shall not relieve the contractor of his/her obligation to fulfill this contract as prescribed; nor shall the Public Agency be thereby stopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. 20. HOLD HARMLESS AND INDEMNITY: Contractor shall defend, indemnify, save and hold harmless the Fire District, its elective and appointive boards, commissions, officers, agents and employees, from any and all claims, costs or liability of any kind allegedly suffered, incurred or threatened, including but not limited to personal injury, death, property damage, inverse condemnation, or any combination of these, foreseeable or unforeseeable, arising directly or indirectly from or connected with any acts performed or work done pursuant to this contract, or any omission to perform including, but not limited to, claims, costs or liability resulting from: a. The conduct, negligent or otherwise, of the contractor, subcontractor(s), or any officer(s), agent(s), or employee(s) of one or more of them; b. the joint conduct of the Fire District and Contractor, regardless of whether the Fire District is concurrently, actively or passively negligent or not negligent at all; or C. the sole or concurrent conduct of any other person or entity. The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnity has prepared, supplied, or approved any plan(s), drawing(s), specification(s), or special provision(s) in connection with this work, has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnity. TAFORMSUEEDSMACCDA D - 20 APPENDIX I CONTRACT: CONTRACTOR: CERTIFICATION BY CONTRACTOR(LABOR CODE, SECTION 1861) TO CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. I certify under penalty of perjury that the foregoing is true and correct. DATE: at: , CA CONTRACTOR BY: (Designate official capacity in business) BY: (Designate official capacity in business) TAFORMSMEEDSMACCD-R D - 21 APPENDIX 2 PERFORMANCE BOND Bond No. Premium Any claim under this Bond should be sent to the following address: KNOW ALL MEN BY THE PRESENTS: That we, , as Principal, and a corporation organized and existing under the laws of the State of and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto ' as Obligee, in the sum of Dollars ($) lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. THE CONDITION of the above obligation is such that, whereas the Principal has entered into a contract dated with the Obligee to do and perform the following work, to-wit: as is more specifically set forth in the contract documents, reference to which is hereby made. NOW, THEREFORE, if the Principal shall well and truly perform all the requirements of said contract documents required to be performed on its part, at the times and in the manner specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said contract documents, shall not in any way release the Principal or the Surety thereunder, nor shall any extensions of time granted under the provisions of said contract documents release either the Principal or the Surety, and notice of such alterations or extensions of time is hereby waived by the Surety. PROVIDED, that if any action is commenced on this bond by the Obligee, in addition to the sum specified above, the Principal and the Surety, their heirs, executors, administrators, successors and assigns,jointly and severally, shall be obligated to pay to the Obligee all costs, attorney's fees and other litigation expenses incurred by the Obligee in collecting moneys due under the terms of this bond. SIGNED AND SEALED, this day of , 20 (SEAL) (SEAL) (Principal) (Surety) By: (Signature) (Signature) (SEAL AND ACKNOWLEDGMENT OF NOTARY) TAFORMSMEEDSMACCD-R D - 22 APPENDIX 3 PAYMENT BOND . Bond No. Premium Any claim under this Bond should be sent to the following address: KNOW ALL MEN BY THE PRESENTS: That we, , as Principal, and a corporation organized and existing under the laws of the State of and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto , as Obligee, in the sum of Dollars ($) lawful money of the United States of America, for the payment'of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. THE CONDITION of the above obligation is such that, whereas the Principal has entered into a contract dated , with the Obligee to do and perform the following work, to-wit: as is more specifically set forth in the contract documents, reference to which is hereby made. NOW,-THEREFORE, if the Principal or a subcontractor fails to pay any of the persons named in Section 3181 of the Civic Code, or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the contract, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to such work and labor, the Surety will pay for the same, in an amount not exceeding the sum specified in this bond, and also, in case suit is brought upon this bond, a reasonable attorney's fee, to be fixed by the court. This bond shall enure to the benefit of any of the persons named in Section 3181 of the Civic Code so as to give a right of action to such persons or their assigns in any suit brought upon this bond. SIGNED AND SEALED, this day of , 20 (SEAL) (SEAL) (Principal) (Surety) By: (Signature) (Signature) (SEAL AND ACKNOWLEDGMENT OF NOTARY) T:\FORMS\WEEDS\WACCD-R D - 23 PROOF OF PUBLICATION (2015.5 C.C.P.) CONTRACNonCTO TORS STATE OF CALIFORNIA Notice f hereby green by order of the Board of Su- ervisors of Contra Costa County of Contra Costa b�oarC ofas the governing I am a citizen of the United States and a resident of the County Fire Protection Dis- trict,(hereinafter"Distdct), County aforesaid; I am over the age of eighteen years, and that clerk of said Board will not a party to or interested in the above-entitled matter. of we abids,bblsthh a^daott�i er fire hazard conditions within the Central Division I am the Principal Legal Clerk of the Contra Costa Times, a of the Contra Costa County the Administrator of the Ex- newspaper of general circulation, printed and published at Fire Protection District, tenor Hazard Control pro- 2640 Shadelands Drive in the Ci of Walnut Creek, County boundaries and under Its gram.The Administrator of City ty jurisd ction.The term of this Vie Exterior Hazard Control of Contra Costa,94598. contract shall commence r ram is the Fire Chief of on the date the contract is p executed on behalf of the the Contra Costa County And which newspaper has been adjudged a newspaper of Fire District and shall tenni- Fire Protection District, nate on December 31, hereinafter referred to as general circulation by the Superior Court of the County of 2003. the Fre Chief. The Fire Contra Costa, State of California, under the date of October Chief will recommend to The Central Division of the the Board of Supervisors 22, 1934.Case Number 19764. Contra Costa County Fre the contract be awarded to Protection District consists the responsible bidder of Concord Martinez, whose total aggragate bid The notice, of which the annexed is a printed copy (set in �faay ttt Hill Walnut r C,ek, on all of the estimated units type not smaller than nonpareil), has been published In each y- is the lowest and whose ton and county lands in proposal complies with all regLllar and entire issue of said newspaper and not in any and around these commu- the requirements pre- supplement thereof on the following dates,t0-wit: nitres. ecribed. Each bid is to be in actor-. All bids will be compared dance with the Abatement: June 13.20 on the basis of the esti- Specifications relating mate of the quantities df thereto which are on file at work to be doe set out in all in the year of 2001Fre ProontectionCos Districtuof- the proposal and in the fice, 2010 Geary Road, form of contract.The right I certifyor declare under penalty of perjury that the Pleasant Hill, California Is reserved to reject any ( ) P Y P 1 rY 94523.4694. and all proposals. foregoing is true and correct. The Abatement Specifica- The successful bidder will tions and related contract be required to fumish a Executed at&Walnut Creek,California. documents may be exam- payment bond In an fined at and obtained by amount equal to fifty On this 20 dJune, 2001 prospectivebidders from cent(50%)of the vact the above mentioned.Dis- price and a faithful perfor- trict office. mance bond in an amount "" " equal to fifty percent(50% Signature Each bid shall be made be d g of the contract price, sal o Bid Proposal form ct be bonds to be secured from obtained at the District of- a surety company autho- Contra Costa Times fice and must be accom- P OBOX 4147 panled by a certified or ca- dzed to do business in the shier's check or checks or State of California. Walnut Creek,CA 94596 bid bond In the e)m)cun(of (925)935-2525 base�bid namoun,of thatpare hereby notified rsuant to*Section payable to the order of 1773 of the Labor Code of Proof Of Publication Of: "Contra Costa County Fre the State of California, the Protection District. The Board of Supervisors has (attached is a copy of the legal advertisement that published) above mentioned bid socu- obtained from the Director dty shall be given as a of the Department of Indus- wlll re ntOe thato a the bidder trial Relations of the State awarded the work,and will of California the general be forfeited by the bidder prevailing rate of per deem and retained by the District wages and the general pre- if the successful bidder re- varfing rate for holiday and fuses, neglects, or fails to e- overtime work in the locall- enter into said Contract or ty in which the public work to furnish the necessary is to be performed for each bonds after being request- craft, classification or type ed to do so by the Board of f workers needed to exe- Supervisors of Contra Cos- ute the contract which will to County,.as governing be awarded to the suc- Board of the Distct.In lieu cessful bidder.The prevail- of the foregofnp the bidder Ing rate of per diem wages may elect to deposit secu- is on file with the Clerk of ritles of equivalent value the Board of Supervisors, with the —.;strict in actor- and incorporatod herein b, dance witthe provisions reference thereto, the of Section 22300 of the same as if set forth In full Public Contract Code.Such herein. securities, M deposited by the bidder,shall bs valued For any classification not by the District,whose deci- included In the list the min- sron on valuation of the se- mum wage shall be the curities shall be final. general 'ailing rate for Bid Proposals shall be Contra Coresta County. sealed and filed with the The said Board reserves Clerk of the Board of Su- the right to re act an and pery , Room 106, 1 Y Countysorsdoom all bids or any potion of Bullding,.651 Pine Street, any bid,and/or waive any Ir- Martinez, Califomia, regularity in any bid re- 94553-1297 on or before ceived. Jury 10, 2601, et 11:00 a.m.,and will be opened in By Order of the Board of Public and at the time due Supervisors of Contra Cos- Chambers, Board of Supervisors' to County as the Governing Chambers,Room 107,Ad- Body of the Contra Costa ministration Building Marti- County Fre Protection Dis- nez Contra Costar;ounty trict,Central Division. Calitomla, and there read and recorded.Any Bid Pro- John Sweeten,clerk of the ppoolSars received ager the Board of Supervisors and 6me specified in this Notice CountyAdministrator will be retumed unopened. No more that one (1) bid : will be accepted from no BY /�Patricia Molloy one Individual of firm . }l Deputy Legal CCT 2344 Bids will be PreRented to Publish June 13,20,2001 0 PROOF OF PUBLICATION NOTICE OF (2015.5 C.C.P.) CONTRACTORS Notice Is hereby glean by order of the Board of Su- STATE OF CALIFORNIA pervisors of Contra costa Courcy, as the pwarning Count of Contra Costa board of the Contra Costa Y County Fire P er"Distr Dis- c, [ndt.�he'.nat "DIStriC[', That Clerk of said Board wfll I am a citizen of the United States and a resident of the receive bids for the abating Countyaforesaid; I am over the age of eighteen ears, and of weeds,rubbish and oth- er fire hazard conditions not a party to or interested in the above-entitled matter. within the Central Division of the Contra Costa County Fire Protection District I am the Principal Legal Clerk of the Ledger Dispatch and boundaries and under its jurisdiction.The term of this Brentwood News. Newspapers of general circulation, printed contract shall commence on the date the contract Is and published at 2640 Shadelands Drive in the City of executed on behalf of the Walnut Creek,County of Contra Costa,94598. Fire Di onct and shall ren 1; nate on December 31; 2003. And which newspaper has been adjudged a newspaper of The Central Division of the general circulation by the Superior Court of the County of Contra costa county Fire. �1 Prote-tion District.consists Contra Costa, State of California, under the date of March of Concord Martinez, Pleasant Hill Walnut Creek, 26, 1870. Case Number 746370. Lafayette, Pacheco, Clay- ton and county lands in and around the communities. The notice, of which the annexed is a printed copy (set in Each bid.is to be In accor- type not smaller than nonpareil) has been published in each dance with the Abatement Specifications relating regular and entire issue of said newspaper and not in any thereto which are on file at supplement thereof on the following dates,to-wit: the Contra Costa County pp 9 Fire Protection District of- the requirements pre- :ice. 2010 Gearx Road, scribed. "i•asant Hill, Ualifornia June 13,20,23 94523-4694. All bids will be compared The Abatement Specifica- on the basis of the esti- all in the ear Of 2001 tions and related contract mate of the quantities of Y ,documents may be exam- work to be done set Out in .ined at and obtained by. the proposal and in the I certifyor declare under penalty of perjury that the rospeac ive bidders from form of contract.The right ( ) P Y P 1 rY Ph"above.mentioned as- is reserved to reject an foregoing is true and correct. trict office. . and all proposals.j y Each bid shall be made on a Bid Proposal form to be The successful bidder will Executed at Walnut Creek,California. obtained at the District of- be required to furnish a On this 23 day of June, 2001 fico and must be accom- payment bond in an panied the certified or ca- sh a- amount equal t0 fitly per bidcheck or checks or bid bond in the amount of cent(50%) of the contract / ...... ..... ......... ..... ten percent (10%) of the price and a faithful perfor- """"" base bid amount, made mance bond in an amount Signature payable to the order of equal to fifty percent(50% Contra Costa county The of the contract price, saki Protection one.bid The bonds to be secured from Ledger Dispatch and Brentwood News above all be bid secu- a.surety company autho- r ty shell be given id a rized to do business in the P ti Box 2A guarantee Intoaa ContractifState of California. Antioch,CA 94531-2299 awarded the work,and will (925)757-2525 be forfeited try the bidder Bidders are herebynotified and retained by the Distrlct If the successful bidder re- that pursuant to Section Proof of Publication of: fuses,neglects,or fails to 1773 of the Labor Code of enter into said Contract or the State of California, the (attached is a copy of the legal advertisement that published) to furnish the necessary Board of Supervisors has bonds after being request- obtained from the Director ed to do so by the Board of of the Department of Indus- Supervisors of Contra Cas- to County, as governing trial Relations of the State Board of the District.In lieu of California the general of the fore pof ,the bidder prevailing rate of per diem may elect to deposit secu- ovappes and the general pre= ntles of equivalent value vaiiing rate for holiday and with the District In actor- overtime work in the YOCaII- dance with the provisions of Section 22300 of the ty In which the public Work Public Contract Code.Such is t0 be performed for each securities, it deposited by craft, classification or type the bidder,shalt be value tl or workers needed to exe- by the District,whose decl- cute the contract which will Ston on valuation of the se- be awarded to the suc- curitles shall be final. cessful bidder.The prevail- Bid Proposals Shall be ing rate of per diem wages sealed and filed with the is on file with the Clerk of Clork of the Board of Su- the Board of Supervisors, .pervlsor=, Room 106, and Incorporated herein by County Administration reference thereto, the Building, 651 Pine Street, Inez, California same as if set forth.in full Marton or before herein. July 1 Jury 10,, 2 2601, 11:00 a.m.,and will be opened In For any CIBSSiilCatlOn not Public and at the time due Included in the list,the min- n the Board of Supervisors' imum wage shall be the Chambers,Room 107,Ad- genefal prevailingfate for Ad- ministration Building Marti Contra Csta County. nez,Contra Costa Counry �y California, and there read and record"..Any Bid Pro- The said Board reserves posals received after the the rigght to reject any and time specified In this Notice all bids Or any portion of will be returned unopened. any bid and/or waive any Ir- No more than one(1)bid willbe accepted from any regularity in any bid re- one Individual or fine. Celved. Bids will be presented to By Order of the Board of the Administrator of the Ex- Supervisors of Contra Cos- tenor Hazard Control pro- to County as the Governing Kem.The Administrator of Keem. Hazard Control Body of the Contra Costa Program is the Fire Chief of County Fire Protection DIs- he Contra Costa County trict,Central Division. Fire Protection District, hereinafter referred to as John Sweeten,Clerk of the the Fire Chief. The Fire "hief will recommend to ;oar Board of Supervisors and the Board of SupervisorstY Administrator the contract be awarded to the responsible bidder By:/s/Patricia Molloy, Nhose total a gregate bid Deputy on all of the as�metad units egal LD80 6658 ,s the lowest and whose 5u lisp:June 13 20,2001 proposal complies with all , THE VALLEY TIMES N OTICE � (Incorporating The Pleasanton Times) TO coNTRACTORS n P.O. Box 607—Pleasanton Calif. order Is hereby gNen by R order of the Board of Su- T 94566 pervlsors of Contra Costa a County, as the governing *f� board of the Contra Costa n County Fire Protection Dis- c trict,(hereinafter"District") 2 AFFIDAVIT OF PUBLICATION that Clerk of said Board will C receive bids for the abating K of weeds,rubbish and oth- t. The undersigned declares and says: within the Centrazard al Division 1. of the Contra Costa County That he is and was duringall the times herein mentioned Fire Protection District a � boundaries and under Its c Bids will be presented-tot a citizen Of the United States, over the age of 21 years, and co Vect shall e commencis r' the Administrator of the Ex- neither art to nor in an way interested in the matter of on the date the contract is a tenor Hazard Control pro- neither y y y v gram.The Administrator of executed behalf of the n the Exterior Hazard Control action herein set forth, and is and was competent to be a Fire Districtt and Shell tenni- program Is the Fire Chief of nate December 31,2003. n the Contra Costa County of witness in said matter of action. n Fire Protection District, The Central Division of the Ir hereinafter referred to as That he is now and was at all times mentioned the Contra Costa County Fire v the Fire Chief. The Fire Protection District consists Chief will recommend to Publisher/Legal Clerk/Legal Coordinator of THE VALLEY of Hilllydt/Valnut Creek;.artinez r' the contract of Supervisorswe TIMES, incorporating the Pleasanton Times and is now, and Lafayette, Pacheco, Clay- I' the responsible bidder was all the times therein mentioned a news aper Of eneral ton and county lands in a whose total a gre9ate bid P P 9 and around the commune- s on all of the estimated units circulation printed and published in the City of Pleasanton, nes. n is the lowest and whose proposal complies with all Township of Pleasanton, County of Alameda, Satae Of Each bid is.to be in actor- v he requirements pre- California,and as such has now at at all times had charge Of dance with the Abatement ribed. g Specifications wh ch are on file at t all legal notices and advertisements in said newspaper; and l bids will be compared the Contra Costa County t Al that said THE VALLEY TIMES, incorporating The Fire Protection District of- r m the bases u the esti- flee, 2010 Geary Road, wortketofbe done seticut in Pleasanton Times is now and Was at all times herein Pleasant Hill, California the proposal and in the mentioned a newspaper of general circulation as that term is 94523-4694. 1 form of contract.The right s and to reject any defined by Section 6040.5 of the Government code, and as The Abatement Specifica- F and all proposals. tions and related contract C provided by said Section is published for dissemination of documents may be exam- r The successful bidder will local and telegraphic news and intelligence of general Ined at and obtained by E be required to furnish a prospective bidders from r payment bond in an character, having a bonafide Subscription list of paying the above mentioned Dis- f amount equal to fifty per- trict office. r cent (50%) of the contract subscribers, and is not devoted to the interests or published r price and a faithful perfor- for the entertainment or instruction of a particular class, Each bed shall be made on j mance bond in an amount a Bid Proposal form to be equal to fifty percent(509L profession, trade, calling, race or denomination, or for any obtained at the District of- l of the contract price, said professions, trades, callings races, pa and must be accom- t bonds to be secured from number of such classes, P 9 panted by a certified or ca- E a surety company autho- or denominations; that all of said times said newspaper has bid bond en the amount of I Stale toot doCalifornia.bss ss in the been established, printed, and published at regular intervals ten percent (10%)of the I base bid amount, made : Bidders are hereby notified in said township, county, and state, for more than a year Payable to the order .of I that pursuant to Section preceding the date of the first publication of the notice Contra Costa County Fire , 1773 of the Labor Code of Protection District". The I I the State of California, the mentioned; the said notice was set in type not smaller than above mentioned bid secu- I Board of Supervisors has non ariel, and was receded with words in blackface a 'riry shall be given as a l of the D from the Director p P type j guarantee,that the bidder of the Oeparthrent of Indus- not smaller than nonpariel, describing or expressing in will enter into a Contract if trial Relations of the State awarded the work,and will of California the general general terms the purport and character Of the notice be forfeited by the bidder I prevailing rate of per diem intended to be given. and retained by the District I wages and the general pre- intended If the successful bidder re- I vailing rate for holiday and fuses, neglects, or fails to I overtime work in the locali- enter into said Contract or ry in which the public work That the Public Notice a copy of which is attached hereto, to furnish the necessary is to be performed for each was published in said newspaper, The Valley Times bonds after being request- craft. classification or type ed to do so by the Board of or workers needed to exe- (incorporating The Pleasanton Times)on the Supervisors of Contra Cos- cute the contract which will to County, as governing be awarded to the suc- 13,20 of June Board of t e District.In lieu cessful bidder.The,prevail- of the foregoing the bidder ing rate of per diem wages may elect to deposit secu- is on file with the Clerk of all in the rides of egidv year Of 2001 alent value the Board of Supervisors, Y with the District in actor- and incorporated herein by dance with the provisions reference thereto, the I cert) or declare under penalty Of perjury that the of Section 22300 of the same as if set forth in full certify ( ) P Y P J rY Public Contract Code.Such herein. fore oing is true and correct. securities, If deposited by the bidder,shelf be valued For any classification not by the District whose decl- included in the list the min- Ston on valuation of the se- imum wage shall be the ................ curltles shall be final. eneral prevailing rate.for Signature Bid Proposals shall be ntra Costa County. sealed and filed with the The said Board reserves Executed at Walnut Creek,California. Clerk of the Board of Su- the right to reject any and ppervisors, Room 106, all bids or any portion of Date:June 20,2001 Ccunty Administration any bid and/or waive any ir- Bullding, 651 Pine Street, regularity in any bid re- Martinez,29California, ceived. 94553-17,on or before JuN 10 2001, By Order of the Board of . at 1:Ob a.m., Supervisors of Contra Cos- and will be opened in pub- to County as the Governing I lic and at the time due in Body of the Contra Costa the Board of Supervisors' County Fire Protection Dis- Chambers,Room 107,Ad- trict,Central Division. I ministration Building Marti- nez,Contra Costa bounty John Sweeten,Clerk of the Call, and there rearJ Board of Supervisors and and recorded.Any Bid Pro- County Administrator Dposals received after the By:Patricia Molloy specified in this Notice Deputy will be returned unopened. (Pub.Contract No more than one (1) bid Section 20812) will be accepted from.any Legal PTVr/SRVr 5928 one individual or firm. Publish June 13,20,2001 SCA • • • LEGAL PUBLICATION REQUISTION Contra Costa County From: Clerk of the Board To: Contra Costa Times 651 Pine St., Room 106 PO Box 5124 Martinez, CA 94553 Walnut Creek, CA'94596 Requested by: Patty Molloy Date: June 8, 2001 Phone No: 335-1907 Reference No:- 532 Org: 1100 Sub Object: .2190Task: Activity: Publication Date (s):June 13 and 20, 2001 No. of Pages: Q LEGAL PUBLICATION- Weed Abatement Contracts for the Contra Costa County, Bethel Island and East Diablo Fire Protection Districts, C,20, 6/5/01 ""Immediately upon expiration of publication,••••. ..— — send in one affidavit for each publication in order that the auditor may be authorized to pay your bill. Authorized Signature: Please confirm date of publication & receipt of this fax. iZLEGAL PUBLICATION REQUISTION .'o Contra Costa County n�SrA CUVN't't CTy . From: Clerk of the Board To: Ledger Dispatch 651 Pine St., Room 106 PO Box 2299 Martinez, CA 94553 Antioch, CA 94549 Requested by: Patty Molloy Date: .lune 8, 2001 Phone No: 335-1907 Reference No: 534 Org: 1100 Sub Object: 2190 Task: Activity: Publication Date (s): Tune 13 and 20, 2001 No. of Pages: 9 LEGAL PUBLICATION- Weed Abatement Contracts for the Contra Costa County, Bethel Island and East Diablo Fire Protection Districts, C.20, 6/5/01 ****Immediately upon expiration of publication,**** send in one affidavit for each publication in order that the auditor may be authorized to pay your bill. Authorized Signature: Please confirm date of publication & receipt of this fax.. s_ t 5, tom. ` o� • • z- s LEGAL PUBLICATION REQUISTION as.. Contra Costa County ra coiic+� From: Clerk of the Board To: West County Times 651 Pine St., Room 106 PO Box 100 Martinez, CA 94553 Pinole, CA 94564 Requested by: Patty Molloy Date: June s, 2001 Phone No: 335-1907 Reference No: 533 Org: 1100 Sub Object: 2190 Task: Activity: Publication Date (s): June 13 and 20, 2001 No. of Pages: 9 LEGAL PUBLICATION- Weed Abatement Contracts for the Contra Costa County, Bethel Island and cast Diablo Fire Protection Districts, C.20, 6/5/01. ****Immediately upon expiration of publication,**** send in one affidavit for each publication in order that the auditor may be authorized to pay your bill. Authorized Signature: Please confirm date of publication & receipt of this fax. •`�� : ;,' LEGAL PUBLICATION REQUISTION - Contra Costa County •5 r'1•co v N From: Clerk of the Board To: San Ramon Valley Times 651 Pine St., Room 106 PO Box 68 Martinez, CA 94553 Danville, CA 94526 Requested by: Patty Molloy Date: June 8, 2001 Phone No: 335-1907 Reference No: 535 Org: 1100 Sub Object: 2190 Task: Activity: Publication Date (s): June 13 and 20, 2001 No. of Pages: 9 LEGAL PUBLICATION- Weed Abatement Contracts for the Contra Costa County, Bethel Island and East Diablo Fire Protection Districts, C.20, 6/5/01 ""Immediately upon expiration of publication,"" send in one affidavit for each publication in order that the auditor may be authorized to pay your bill. Authorized Signature: Please confirm date of publication & receipt of this fax. "Jon Peters" To: gmart@cao.co.contra-costa.ca.us <jpeters@cctimes.co cc: m> Subject: Re: Legal publication-Weed Abatement Contracts 06/11/2001 05:44 PM These are all set for 6/13, 6/20 unless you have any changes Tuesday morning Wacwm.doc legal 5925 cost: $293. 88 Waccm.doc legal 5926 cost: $296.36 'rWacem.doc legal 5927 cost: $301. 32 Waccd.doc legal 5928 cost: $271. 56 Jon g:Hart@cao.co.contra-costa.ca.us wrote: > Hi John: > As requested, here are the legal publications for Weed Abatement Contracts > for the Contra Costa County, Bethel Island and East Diablo Fire Protection > Districts, C.20, 6/5/01 > There are four: one for East County; two for Central County (different > activities) ; and one for West County. > :f you have any questions, please call me at (925) 335-1908 . (See attached > file: Wacwm.doc) (See attached file: Waccm.doc) (See attached file: > Wacem.doc) (See attached file: Waccd.doc) > Call me to confirm receipt of these legal notices. > ---------------------------- --------------------------------------------- > Name: Wacwm.doc > Wacwm.doc Type: Download File (application/msword) > Encoding: .base64 > Download Status: .Not downloaded with message > Name: Waccm.doc > Waccm.doc Type: Download File (application/msword) > Encoding: base64 > Download Status: Not downloaded with message > Name: Wacem.doc > Wacem.doc Type: Download File (application/msword) > Encoding: base64 > Download Status: Not downloaded with message > Name: Waccd.doc > Waccd.doc Type: Download File (application/msword) > Encoding: base64 > Download Status: Not downloaded with message jpeters.vcf NOTICE TO CONTRACTORS Notice is hereby given by order of the Board of Supervisors of Contra Costa County, as the governing board of the Contra Costa County Fire Protection District,(hereinafter "District"), that Clerk of said Board will receive bids for the abating of weeds, rubbish and other fire hazard conditions within the East Division of the Contra Costa County Fire Protection District boundaries and under its jurisdiction. The term of this contract shall commence on the date the contract is executed on behalf of the Fire District and shall terminate on December 31, 2003. The East Division of the Contra Costa County Fire Protection District, consists of Antioch, Pittsburg, Bay Point, and county lands in and around these communities, and for the purpose of providing weed abatement services, Bethel Island Fire Protection District and East Diablo Fire Protection District. Each bid is to be in accordance with the Abatement Specifications relating thereto which are on file at the Contra Costa County Fire Protection District office, 2010 Geary Road, Pleasant Hill, California 94523-4694, The Abatement Specifications and related contract documents may be examined at and obtained by prospective bidders from the above mentioned District office. Each bid shall be made on a Bid Proposal form to be obtained at the District office and must be accompanied by a certified or cashier's check or checks, or bid bond in the amount of ten percent (10%) of the base bid amount, made payable to the order of"Contra Costa County Fire Protection District". The above mentioned bid security shall be given as a guarantee that the bidder will enter into a Contract if awarded the work, and will be forfeited by the bidder and retained by the District if the successful bidder refuses, neglects, or fails to enter into said Contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County, as governing Board of the District. In lieu of the foregoing, the bidder may elect to deposit securities of equivalent value with the District in accordance with the provisions of Section 22300 of the Public Contract Code. Such securities, if deposited by the bidder, shall be valued by the District, whose decision on valuation of the securities shall be final. Bid Proposals shall be sealed and filed with the Clerk of the Board of Supervisors, Room 106, County Administration Building, 651 Pine Street, Martinez, California, 94553-1297, on or before July 10, 2001 , at 11:00 a.m. , and will be opened in public and at the time due in the Board of Supervisors' Chambers, Room 107, Administration Building, Martinez, Contra Costa County, California, and there read and recorded. Any Bid Proposals received after the time specified in this Notice will be returned unopened. No more than one (1) bid will be accepted from any one individual or firm. Bids will be presented to the Administrator of the Exterior Hazard Control program. The Administrator of the Exterior Hazard Control program is the Fire Chief of the Contra Costa County Fire Protection District, hereinafter referred to as the Fire Chief. The Fire Chief will recommend to the Board of Supervisors the contract be awarded to the responsible bidder whose total aggregate bid on all of the estimated units is the lowest and whose proposal complies with all the requirements prescribed. All bids will be compared on the basis of the estimate of the quantities of work to be done set out in the proposal and in the form of contract. The right is reserved to reject any and all proposals. The successful bidder will be required to furnish a payment bond in an amount equal to fifty percent (501/o) of the contract price and a faithful performance bond in an amount equal to fifty percent (50%) of the contract price, said bonds to be secured from a surety company authorized to do business in the State of California. T OR W WACEM M - Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California, the Board of Supervisors has obtained from the Director of the Department of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which the public work is to be performed for each craft, classification or type of workers needed to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and incorporated herein by reference thereto, the same as if set forth in full herein. For any classification not included in the list, the minimum wage shall be the general prevailing rate for Contra Costa County. Bidders are hereby notified that the Contra Costa County Board of Supervisors has adopted an Outreach Program. Bidders are expected to comply with the Construction Outreach Program component of this program. Definitions and detailed information are included in Appendix A of the Specifications. Bidders will be expected to attach to their bid proposals all relevant documentation indicating that they have complied with the Construction Outreach Program and verify compliance on their bid proposals. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. By Order of the Board of Supervisors of Contra Costa County as the Governing Body of the Contra Costa County Fire Protection District, East Division. John Sweeten, Clerk of the Board of Supervisors and County Administrator By: Deputy -p T 7FiCa';q- 1I41 Publication Dates: June 13 and 20, 2001 (Pub. Contract Section 20812) NOTICE TO CONTRACTORS Notice is hereby given by order of the Board of Supervisors of Contra Costa County, as the governing board of the Contra Costa County Fire Protection District, (hereinafter "District"), that Clerk of said Board will receive bids for the abating of weeds, rubbish and other fire hazard conditions within the Central Division of the Contra Costa County Fire Protection District, boundaries and under its jurisdiction. The term of this contract shall commence on the date the contract is executed on behalf of the Fire District and shall terminate on December 31, 2003. The Central Division of the Contra Costa County Fire Protection District, consists of Concord, Clayton, Pacheco, Pleasant Hill, Lafayette, Martinez, Walnut Creek, and county lands in and around these communities. Each bid is to be in accordance with the Abatement Specifications relating thereto which are on file at the Contra Costa County Fire Protection District office, 2010 Geary Road, Pleasant Hill, California 94523-4694, The Abatement Specifications and related contract documents may be examined at and obtained by prospective bidders from the above mentioned District office. Each bid shall be made on a Bid Proposal form to be obtained at the District office and must be accompanied by a certified or cashier's check or checks, or bid bond in the amount of ten percent (10%) of the base bid amount, made payable to the order of"Contra Costa County Fire Protection District". The above mentioned bid security shall be given as a guarantee that the bidder will enter into a Contract if awarded the work, and will be forfeited by the bidder and retained by the District if the successful bidder refuses, neglects, or fails to enter into said Contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County, as governing Board of the District. In lieu of the foregoing, the bidder may elect to deposit securities of equivalent value with the District in accordance with the provisions of Section 22300 of the Public Contract Code. Such securities, if deposited by the bidder, shall be valued by the District, whose decision on valuation of the securities shall be final. Bid Proposals.shall be sealed and filed with the Clerk of the Board of Supervisors, Room 106, County Administration Building, 651 Pine Street, Martinez, California, 94553-1297, on or before July 10, 2001 , at 11:00 a.m. , and will be opened in public and at the time due in the Board of Supervisors' Chambers, Room 107, Administration Building, Martinez, Contra Costa County, California, and there read and recorded. Any Bid Proposals received after the time specified in this Notice will be returned unopened. No more than one (1) bid will be accepted from any one individual or firm. Bids will be presented to the Administrator of the Exterior Hazard Control program. The Administrator of the Exterior Hazard Control program is the Fire Chief of the Contra Costa County Fire Protection District, hereinafter referred to as the Fire Chief. The Fire Chief will recommend to the Board of Supervisors the contract be awarded to the responsible bidder whose total aggregate bid on all of the estimated units is the lowest and whose proposal complies with all the requirements prescribed. All bids will be compared on the basis of the estimate of the quantities of work to be done set out in the proposal and in the form of contract. The right is reserved to reject any and all proposals. The successful bidder will be required to furnish a payment bond in an amount equal to fifty percent (50%) of the contract price and a faithful performance bond in an amount equal to fifty percent (50%) of the contract price, said bonds to be secured from a surety company authorized to do business in the State of California. TAFO MS\ �AC M Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California, the Board of Supervisors has obtained from the Director of the Department of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which the public work is to be performed for each craft, classification or type of workers needed to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and incorporated herein by reference thereto, the same as if set forth in full herein. For any classification not included in the list, the minimum wage shall be the general prevailing rate for Contra Costa County. Bidders are hereby notified that the Contra Costa County Board of Supervisors has adopted an Outreach Program. Bidders are expected to comply with the Construction Outreach Program component of this program. Definitions and detailed information are included in Appendix A of the Specifications. Bidders will be expected to attach to their bid proposals all relevant documentation indicating that they have complied with the Construction Outreach Program and verify compliance on their bid proposals. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. By Order of the Board of Supervisors of Contra Costa County as the Governing Body of the Contra Costa County Fire Protection District,Cenur 1. D .v _sion. John Sweeten, Clerk of the Board of Supervisors and County Administrator By: Depu ty C-1 } 114oLLO y Publication Dates: June 13 and 20, 2001 (Pub. Contract Section 20812) NOTICE TO CONTRACTORS Notice is hereby given by order of the Board of Supervisors of Contra Costa County, as the governing board of the Contra Costa County Fire Protection District, (hereinafter"District"), that Clerk of said Board will receive bids for the abating of weeds, rubbish and other fire hazard conditions within the West Division of the Contra Costa County Fire Protection District boundaries and under its jurisdiction. The term of this contract shall commence on the date the contract is executed on behalf of the Fire District and shall terminate on December 31, 2003, The West Division of the Contra Costa County Fire Protection District, consists of El Sobrante, San Pablo and county lands in and around these communities. Each bid is to be in accordance with the Abatement Specifications relating thereto which are on file at the Contra Costa County Fire Protection District office, 2010 Geary Road, Pleasant Hill, California 94523-4694. The Abatement Specifications and related contract documents may be examined at and obtained by prospective bidders from the above mentioned District office. Each bid shall be made on a Bid Proposal form to be obtained at the District office and must be accompanied by a certified or cashier's check or checks, or bid bond in the amount of ten percent (10%) of the base bid amount, made payable to the order of"Contra Costa County Fire Protection District". The above mentioned bid security shall be given as a guarantee that the bidder will enter into a Contract if awarded the work, and will be forfeited by the bidder and retained by the District if the successful bidder refuses, neglects, or fails to enter into said Contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County, as governing Board of the District. In lieu of the foregoing, the bidder may elect to deposit securities of equivalent value with the District in accordance with the provisions of Section 22300 of the Public Contract Code. Such securities, if deposited by the bidder, shall be valued by the District, whose decision on valuation of the securities shall be final. Bid Proposals shall be sealed and filed with the Clerk of the Board of Supervisors, Room 106, County Administration Building, 651 Pine Street, Martinez, California, 94553-1297, on or before July 10, 2001 , at 11:00 a.m. , and will be opened in public and at the time due in the Board of Supervisors' Chambers, Room 107, Administration Building, Martinez, Contra Costa County, California, and there read and recorded. Any Bid Proposals received after the time specified in this Notice will be returned unopened. No more than one (1) bid will be accepted from any one individual or firm. Bids will be presented to the Administrator of the Exterior Hazard Control program. The Administrator of the Exterior Hazard Control program is the Fire Chief of the Contra Costa County Fire Protection District, hereinafter referred to as the Fire Chief. The Fire Chief will recommend to the Board of Supervisors the contract be awarded to the responsible bidder whose total aggregate bid on all of the estimated units is the lowest and whose proposal complies with all the requirements prescribed, All bids will be compared on the basis of the estimate of the quantities of work to be done set out in the proposal and in the form of contract. The right is reserved to reject any and all proposals. The successful bidder will be required to furnish a payment bond in an amount equal to fifty percent (50%) of the contract price and a faithful performance bond in an amount equal to fifty percent (50%) of the contract price, said bonds to be secured from a surety company authorized to do business in the State of California. •\FO S\WEE \WAC Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California, the Board of Supervisors has obtained from the Director of the Department of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which the public work is to be performed for each craft, classification or type of workers needed to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem «ages is on file with the Clerk of the Board of Supervisors, and incorporated herein by reference thereto, the same as if set forth in full herein. For any classification not included in the list, the minimum wage shall be the general prevailing rate for Contra Costa County. Bidders are hereby notified that the Contra Costa County Board of Supervisors has adopted an Outreach Program. Bidders are expected to comply with the Construction Outreach Program component of this program. Definitions and detailed information are included in Appendix A of the Specifications. Bidders will be expected to attach to their bid proposals all relevant documentation indicating that they have complied with the Construction Outreach Program and verify compliance on their bid proposals. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. By Order of the Board of Supervisors of Contra Costa County as the Governing Body of the Contra Costa County Fire Protection District, [Nest Division. John Sweeten, Clerk of the Board of Supervisors and County Administrator By: y Deputy �Cf� I d 1 Publication Dates: June 13 and 20, 2001 (Pub. Contract Section 20812) NOTICE TO CONTRACTORS Notice is hereby given by order of the Board of Supervisors of Contra Costa County, as the governing board of the Contra Costa County Fire Protection District, (hereinafter "District"), that Clerk of said Board will receive bids for the abating of weeds, rubbish and other fire hazard conditions within the Central Division of the Contra Costa County Fire Protection District boundaries and under its jurisdiction. The term of this contract shall commence on the date the contract is executed on behalf of the Fire District and shall terminate December 31, 2003. The Central Division of the Contra Costa County Fire Protection District, consists of Concord, Martinez, Pleasant Hill, Walnut Creek, Lafayette, Pacheco, Clayton, and county lands in and around the communities. Each bid is to be in accordance with the Abatement Specifications relating thereto which are on file at the Contra Costa County Fire Protection District office, 201.0 Geary Road, Pleasant Hill, California 94523-4694. The Abatement Specifications and related contract documents may be examined at and obtained by prospective bidders from the above mentioned District office. Each bid shall be made on a Bid Proposal form to be obtained at the District office and must be accompanied by a certified or cashier's check or checks, or bid bond in the amount of ten percent (10%) of the base bid amount, made payable to the order of"Contra Costa County Fire Protection District". The above mentioned bid security shall be given as a guarantee that the bidder will enter into a Contract if awarded the work, and will be forfeited by the bidder and retained by the District if the successful bidder refuses, neglects, or fails to enter into said Contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County, as governing Board of the District. In lieu of the foregoing, the bidder may elect to deposit securities of equivalent value with the District in accordance with the provisions of Section 22300 of the Public Contract Code. Such securities, if deposited by the bidder, shall be valued by the District, whose decision on valuation of the securities shall be final. Bid Proposals shall be sealed and filed with the Clerk of the Board of Supervisors, Room 106, County Administration Building, 651 Pine Street, Martinez, California, 94553-1297, on or before July 10,2001, at 11:00 a. and will be opened in public and at the time due in the Board of Supervisors' Chambers, Room 107, Administration Building, Martinez, Contra Costa County, California, and there read and recorded. Any Bid Proposals received after the time specified in this Notice will be returned unopened. No more than one (1) bid will be accepted from any one individual or firm. Bids will be presented to the Administrator of the Exterior Hazard Control program. The Administrator of the Exterior Hazard Control program is the Fire Chief of the Contra Costa County Fire Protection District, hereinafter referred to as the Fire Chief. The Fire Chief will recommend to the Board of Supervisors the contract be awarded to the responsible bidder whose total aggregate bid on all of the estimated units is the lowest and whose proposal complies with all the requirements prescribed. All bids will be compared on the basis of the estimate of the quantities of work to be done set out in the proposal and in the form of contract. The right is reserved to reject any and all proposals. The successful bidder will be required to furnish a payment bond in an amount equal to fifty percent (50%) of the contract price and a faithful performance bond in an amount equal to fifty percent (50%) of the contract price, said bonds to be secured from a surety company authorized to do business in the State of California. Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California, the Board of Supervisors has obtained from the Director of the Department of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which the public work is to be performed for each craft, classification or type or workers needed to execute the contract which will be awarded to the successful RMS\ S\ D•R D - bidder, The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and incorporated herein by reference thereto, the same as if set forth in full herein. For any classification not included in the list, the minimum wage shall be the general prevailing rate for Contra Costa County. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. By Order of the Board of Supervisors of Contra Costa County as the Governing Body of the Contra Costa County Fire Protection District, Central Division. John Sweeten, Clerk of the Board of Supervisors and County Administrator By: Deputy Publication Dates: June 13 and 20, 2001 (Pub. Contract Section 20812) \FORM WEEDS\WAC D a Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California, the Board of Supervisors has obtained from the Director of the Department of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which the public work is to be performed for each craft, classification or type or workers needed to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and incorporated herein by reference thereto, the same as if set forth in full herein. For any classification not included in the list, the minimum wage shall be the general prevailing rate for Contra Costa County. Bidders are hereby notified that the Contra Costa County Board of Supervisors has adopted an Outreach Program. Bidders are expected to comply with the Construction Outreach Program component of this program. A copy of the Outreach Program is attached as Appendix A to this Notice. Bidders will be expected to attach to their bid proposals all relevant documentation indicating that they have complied with the Construction Outreach Program and verify compliance on their bid proposals. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. By Order of the Board of Supervisors of Contra Costa County as the Governing Body of the Contra Costa County Fire Protection District, East Division. By: John Sweeten, Clerk of the Board of Supervisors and County Administrator Publication Dates: (Pub. Contract Section 20812) Contra Costa Times: Daily Ledger: San Ramon Valley Times: West County Times: TAFORMSMEEDSMACEM M.- 2 i Statutory Actions - Continued C.15 DECLARE certain ordinances duly published. Claims, Collections & Litigation C.16 DENY claims of V.Rodes;V.Burgos,Jr.;M.Gillem;J. Howard;J. Koslowski;Amended Claim for B. Olaya. C.17 RECEIVE report concerning the final settlement of Maria Guerrera vs. Contra Costa County and AUTHORIZE payment from the Medical Liability Trust Fund in the amount of$125,000. C.18 RECEIVE report concerning the final settlement of John Rock vs. Contra Costa County and AUTHORIZE payment from the Workers' Compensation Trust Fund in the amount of$44,000, as recommended by the Risk Manager. Hearing Dates , C.19 ADOPT Resolution 2001/235 to FIX July 10,2001, at 9:I00 a.m. for public hearing to consider adoption of a Resolution of Intention to convey real property to the State of California in connection with the State Route 4 Bypass Project, Antioch area. C.20 APPROVE weed abatement contract documents_, FIX July 10, 2001 at 11:00 as the time to receive bid proposals, and DIRECT the Clerk of the Board to publi h Notice to Contractors as required by law. o Honors & Proclamations ? C.21 ADOPT Resolution 2001/224 honoring Dennis Salmi upon his retirement from the Rodeo-Hercules Fire Protection District after 33 years of service, as recommended by Supervisor Uilkema. Appointments & Resignations I C.22 ACCEPT resignation of Linda R. Smith as the District III alternate to the County Children and Families Commission and DIRECT the Clerk of the Board to apply the Board's policy for filling the vacancy, as recommended by Supervisor Gerber. C.23 APPOINT Ken Jonah to the County Service Area P-2A Citizens Advisory Committee, as recommended by Supervisor Gerber. I C.24 APPOINT Paul J. Feyen as the District IIIA representative to the Alcohol and Other Drugs Advisory Board of Contra Costa County, as recommended by Supervisor Gerber. I C.25 DECLARE vacant the Member at Large seat on the Advisory Council on Aging held by Trevor Evans-Young and DIRECT the Clerk of the Board to apply the Board's policy for filling the vacancy, as recommended by the Council. C.26 APPOINT John W. Cunningham and Joe Yee (as alternate) to the Contra Costa Transportation Authority's Advisory Committee for the Countywide Bicycle and Pedestrian Plan, as recommended by the Community Development Director. C.27 DECLARE vacant the Local Childcare and Development';Planning Council seats previously held by Helena Hart, Wendy Dixon and Nancy Hobert, and DIRECT the Clerk of the Board to apply the Boards policy for filling the vacancies, as recommended by the Council. C.28 AMEND Board Order approved of March 13, 2001, which appointed the District I representative and alternate to the Children & Families Commission, to clarify the terms of each appointment, as recommended by Supervisor Gioia. C.29 APPROVE the medical and dental service providers recommended by the Contra Costa Health Plan Quality Council on March 23, 2001. 4 (06-05-2001)