HomeMy WebLinkAboutMINUTES - 07172001 - C.156 THE BOARD OF SUPERVISORS
CONTRA COSTA COUNTY, CALIFORNIA
Adopted this Order on July 17, 2001, by the following vote:
AYES: SUPERVISOR GIOIA, GERBER. DeSAULNIER, GLOVER, and UILKEMA
NOES: NONE
ABSENT: NONE
ABSTAIN: NONE
SUBJECT: Award of 2001/2002/2003 Contract for Exterior Fire
Hazard Control (West Division)
Bidder Total Amount Bond Amounts
Randy Bodhaine $78, 250. 00 Payment:
P.O. Box 23366 $39, 125. 00
Pleasant Hill, CA 94523 Performance:
$39, 125. 00
H&N Enterprises
Pleasanton, CA
The above-captioned project and the contract documents therefor
having been previously approved, and bids having been duly invited and
received by the Fire Chief on July 10, 2001; and
The bidder listed first above, Randy Bodhaine ("Bodhaine") , having
submitted the lowest responsive and responsible bid, which is $8, 805. 00
less than the next lowest bid; and
The Board having evaluated all of the documentation of good faith
effort by Bodhaine to comply with the requirements of the County's
Outreach Program; and
The Fire Chief recommending that the project is necessary for the
immediate abatement of weeds, rubbish and other fire hazard conditions
within the County, and further recommending that the bid submitted by
Bodhaine is the lowest responsive .and responsible bid, and this Board
concurring and so finding;
NOW, THEREFORE, the Board finds, determines and orders as follows:
The Board DETERMINES that Bodhaine, as the lowest responsive and
responsible bidder, has documented an adequate good faith effort,
pursuant to the specifications for this project, to comply with the
requirements of the County's Outreach Program, and the Board WAIVES any
irregularities in such compliance, and FURTHER DETERMINES that Bodhaine
has complied with the Mandatory Subcontracting Minimum ("MSM")
requirement, and the Board FURTHER WAIVES any irregularities in such
compliance; and
The Board ORDERS that the contract for the furnishing of labor and
materials for said work is awarded to Bodhaine at the listed amount and
at the unit prices submitted in said bid, and that said contractor
shall present two good and sufficient surety bonds as indicated above,
and that the Fire Chief shall prepare the contract therefor; and
The Board FURTHER ORDERS that after the contractor has signed the
contract and returned it, together with the bonds as noted above and
any required certificates of insurance or other required documents, and
the Fire Chief has reviewed and found them to be sufficient, the Fire
Chief is authorized to sign the contract for this Board; and
AWARD OF 2001/2002/2003 CONTRACT FOR JULY 17, 2001
EXTERIOR FIRE HAZARD CONTROL; WEST DIVISION
The Board FURTHER ORDERS that, in accordance with the project
specifications and/or upon signature of the contract by the Fire Chief,
any bid bonds posted by the bidders are to be exonerated and any checks
or cash submitted for security shall be returned; and
The Board FURTHER ORDERS that the Fire Chief or his designee is
authorized to sign any escrow agreements prepared for this project to
permit the direct payment of retentions into escrow or the substitution
of securities for moneys withheld by the County to ensure performance
under the contract, pursuant to Public Contract Code Section 22300; and
Pursuant to Public Contract Code Section 4114, the Board DELEGATES
its functions under Public Contract Code Sections 4107 and 4110 to the
Fire Chief or his designee; and
The Board DECLARES that, should the award of the contract to
Bodhaine be invalidated for any reason, the Board would not in any
event have awarded the contract to any other bidder, but instead would
have exercised its discretion to reject all of the bids received.
Nothing herein shall prevent the Board from reawarding the contract to
another bidder in cases where the successful bidder establishes a
mistake, refuses to sign the contract or fails to furnish required
bonds or insurance (see Public Contract Code Sections 5100-5107) .
Contact: Robert L. Davis (925) 930-5522
Orig. Dept: CCC Fire Protection Dist. I HEREBY CERTIFY THAT THIS IS
CC: A TRUE AND CORRECT COPY OF AN
County Counsel ACTION TAKEN AND ENTERED ON
Auditor-Controller THE MINUTES OF THE BOARD OF
Contractor SUPERVISORS ON THE DATE SHOWN
(Via Fire Protect. Div. )
Surety (Via Fire Protect. Div. )
ATTESTED: lax,
CLERK OF BO
BY I /
-2-
G. Sv
.... ... .... ..... .......... .. .............. .............. . .............. ............. ...................................................................... .................................................................... .................................
.......................................... ........... . . ............. ................ .... ................................ ........ ...............................
................. . . ................... . .............. .. ..................................................... .. ................................. ......................... ........... ..................... .......................................
...................................... .. ............................. ................................................ ............................................ ..................... ..... .............................. ................. ...........................
......................................... .. ... .... ................. . ........... . ................................................................... .......... .............................. ...............................................
..... ................................... ... ...... ................... ................ ........................................................................... ............................ ............................... ..............................................
...................................... .. ... .... .. ......... ......... . .................................................. .... ............................... ....... ...... ............................................................................
......... ..... ... ........................... . .......... .......... ................................... ................. ... ............................. .... ..................... ...................... ......................................
... .... ........ ........................... ................ ................. .... . ............... ... . ....................................................... ................... .................. .. ......................................
...................... ........ ................... .............. ........................ ............................ .......................... ........................... . ................................................ .......................................
......................................................... ........................................ .. ......................... .................................. ................. ................................................ .......................................
...................... ...............................
Co'un ofContra ' ossa:::: :::
C..
. .: ......... ..... Y :::::................. .......... .. .
OFFICE' :OF' HE C . ' N ADM
..
. ..................... ..... ... .................. .....OU... .N .......................... .STRA.....O.R
................ .............................. .. .................. ............. ........................ ................. ....................... ..............:..:...................:::...................................................................................
.............. ....
............... ..... ......... ................. .. . ..
...... . . .................................... ...................................
...................................... ... .... ................ .................. .................. ........................ ..........................................................................................................................................................
................................ ..... .. .................... ................................................................. ...........................................................................................................................................................
RANDU:.::::::::::::::::::::::::: : ..::::::::::::: :::::::::::::::....::: ::: . . .... ...
DATE: July 12, 2001
TO: Board of Supervisors
FROM: Emma Kuevor
Affirmative Action Officer
SUBJECT: 2001/2002/2003 Abatement Contract
Hand Mowing,Rubbish Removal, General Labor,
Discing,Tractor Drawn Mowing,and Dozing
West Division for
Contra Costa County Fire Protection District
Attached for your review and consideration is the documentation of good faith
effort submitted by the low bidder, Randy Bodhaine.
cc: Scott Tandy, Chief
Assistant County Administrator
Silvano Marchesi, County Counsel
Keith Richter, Chief
Contra Costa Fire Protection District
a:bdltrabatementwestdivision
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 firmlybound 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 West Division -
Exterior Fire Hazard Control by Hand Mowing, Rubbish Removal, General
Labor, 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 :bf June, 2001.
RANDY BODHAINE
BY: soli
.Princyipal
INSURAN COMP OF THE WEST
BY: /
Gary E. Richards Atty-in-Fact
ICW CAL 120
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
Z l
State of CALIFORNIA j
County of FRESNO
On ,/,,,,to uj', ZED/ before me N. GHILOTTI -Notary Public
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 1
to be the persons(s)whose name(s) is/are j
subscribed to the within instrument and j
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
the person(s), or the entity upon behalf of which the
•� GHILOTperson(s) acted, executed and instrument.
N. TI
COMM.#1257232 —+ j
NOTARY SAX.CALIFORNA WI SS my hand;and official seal j
, FRESNO COUNTY
Ft My Comm.Expires March 18,2004 j
� I
SIGNATURE 0 I
S j!
--------------------------OPTIONAL-------------------------------------------- j
Though the data below is not required by law,it may prove valuable to persons relying on the document and could prevent j
fraudulent reattachment of this form. j
S j
CAPACITY CLAIMED BY SIGNER j
DESCRIPTION OF ATTACHED DOCUMENT j
❑ INDIVIDUAL j
❑ CORPORATE OFFICER
t j
t
TITLE(S) TITLE OR TYPE OF DOCUMENT j
❑
PARTNER(S) ❑LIMITED j
❑GENERAL
t� ®ATTORNEYAN-FACT
t F]TRUSTEE(S) NUMBER OF PAGES
❑GUARDIANICONSERVATOR 1
S ❑OTHER:
1
DATE OF DOCUMENT j
SIGNER IS REPRESENTING: j
NAME OR PERSONIS)OR ENTITY(IES)
� l
SIGNER(S)OTHER THAN NAMED ABOVE j
S j
No. 0002813
ICW GROUP
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.
oa■ra■►yam ♦ot0l/g9 A,, INSURANCE COMPANY OF THE WEST
�ovaw� o♦,p'�eiv�Rdo� ♦ EXPLORER INSURANCE COMPANY
SEAL INDEPENDENCE CASUALTY AND SURETY COMPANY
10
r D
ee.alrr �qi
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 tome 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
COMM.#1.257540 AA
C► s,M NOTARY PUBLIC-CALIFORNIA N
ggApPo DIE M n UNTV
My Corhmtssion Expiies
MARCH 1%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.lhe 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
1,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 oM in full force.------
IN
orce.,,,IN WITNESS WHEREOF,I have set my hand thisZ day of =,I
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.
Contra Costa County Fire Protection District
West Division
BID PROPOSAL
FOR EXTERIOR FIRE HAZARD CONTROL
By
HAND MOWING, RUBBISH REMOVAL, GENERAL LABOR,
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: • 0, -Z, 6
(4Z,q,Y &4 9 45" 0
PLACE OF RESIDENCE: � /Olf/q-)N
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:
r
yid Too 1 ' 3
V(T(57VL AMOUNT OF COMPOSITE BID FROM THE BID POSAL)
Dollars $ 4 v2J
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.
By signing below, the undersigned verifies that he or she has complied with the County's Outreach
Program by making good faith outreach efforts pursuant to the.program and as outlined in the
documentation attached to this proposal.
CONTRACTOR (General):
AUTHORIZED SIGNATURE:
DATE:
NOT VALID UN SS"ED WITH COMPLETED PAGES M-11 THROUGH M-15 OF
THE BID PROPOSAL.
TAFORMSMEEDSMAMM M -11
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 , at 3:00 n.m. and , at 9:30 a.m.
BID PROPOSAL
HAND MOWING BID PRICE TO INCLUDE REMOVAL&DISPOSAL OF ALL WEEDS AFTER MOWING
0 - 2,500 Sq. Ft. 10 Parcels Ea. X75- 9750..
2,501 - 5,000 Sq. Ft. 10 Parcels Ea. 5-00. 5-00().
5,001 - 7,500 Sq. Ft. 10 Parcels Ea. 775 . 7750.
7,501 - 10,000 Sq. Ft. 8 Parcels Ea. /000• 9000.
10,001 - 15,000 Sq. Ft. 4 Parcels Ea. 025 0_ !� 0 00.
15,001 - 20,000 Sq. Ft. 4 Parcels Ea. / SO. O00
20,001 - 25,000 Sq. Ft. 2 Parcels Ea. 02,Zoo, 41/-{00-
25,001 - 30,000 Sq. Ft. 2 Parcels Ea. Z5-00. ,7 OO 0 .
30,001 - 35,000 Sq. Ft. 1 Parcels Ea. o2_0100_ ;2y0d-
35,001 -40,000 S .•Ft. 1 Parcels Ea. 5500. 3,300-
40,001 - 45,000 Sq. Ft. 1 Parcels Ea. 3560,
More than 1 Acre thru 5 Acres 1 Acre Per Acre 35o0. 35-00.
Hourly Mowing& Misc. Per Man yov
Hand Work 100 Hours Hour `7
RUBBISH REMOVAL-HAND LOADED
Per Cubic Yard 25 Cu. Yd. Ea. Cu. Yd. 0- 0.
Hourl 40 Hours Per Man Hour 1 1740-
T:\FORMS\WEEDS\WACWM M -19
TRACTOR DRAWN MOWING
0 - 11,000 S�. Ft. 2 Parcels Ea. 700-
11,001 -22,000 Sq. Ft* 2 Parcels Ea. eoo.
22,001 - 33,000 Sq.-Ft 2 Parcels Ea.
33,001 -43,560 Sq. Ft.— 2 Parcels Ea. --- 500, J00c).
More Than I Acre I Acre Per Acre 5-00,
EHourl 10 Hours 1 Per Hour
RUBBISH REMOVAL BY TRACTOR
Loader, Dump Truck
&_22erator I Hour Per Hour
Per Cubic Yard I Cu. Yd. Ea. Cu. Yd.--
COMPENSATION SHALL BE MADEFORON SITE WORK ONLY,NOT FOR TRAVEL&DUMP TIME
DOZING
An le Dozer& Operator I Hour Per Hour
DISCING
0 - 11,000 Sq. Ft. 2 Parcels Ea. 700.
11,001 -22,000 SS. Ft. 2 Parcels Ea. goo.
22,001 - 33,000 Sq. Ft. 2 Parcels Ea. q00
.33,001 - 43,560 Sq. Ft. 2 Parcels Ea. 500.
.More than I Acre - 10 Acres I Acre Per Acre 5-00, '
More than 10 Acres I Acre Per Acre 3yol
,[Hourly 20 Hours Per Hour—T 42 -
TOTAL COMPOSITE BID S Z? -z
The contract will be awarded to the lowest responsible and responsive bidder (based upon the
bidder's composite bid, not individual unit prices) who has been found to have met the
requirements of the County's Outreach and Mandatory Subcontracting Minimum Program.
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:\F0RMS\WEED&WACWM M -13
1. CONTRACTOR EXPERIENCE /�
a. Number of years in professional weed abatement business: V years.
b. List all weed abatement contracts you have had in the last five(5)years. Use additional
page if necessary.
#?
K.... Al
•,1Y. u: Alm
`5-o24v � l D jur cti ffl� D 00o
d'o W 1"/00
, re94le � o o�v
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.
7'1 69-YM lo
3. CONTRACTOR'S BUSINESS OFFICEe
Address: ilk
Telephone:
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:
TAFORMSMEEDSIWAMM M -14
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:
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\WACWM M - 15
Randy Bodhaine
P.O.Box 23366
Pleasant Hill, CA 94523
Office: (925) 335-0784 Fax: (925)335-2471
July 10, 2001
Consolidated Fire Dept.
2010 Geary Rd.
Pleasant Hill, CA 94523
Dear Emma Kuevor:
• Pr
In an effort to comply with the documentation section of the outreach program for this
county bid, I am listing a brief log of the steps I have taken.
1. I phoned a newspaper ad into the Martinez News Gazette requesting subcontractors to
contact me for this bid. To date I have had no response to my ad.
2. I phoned the C.C. county affirmative action office for a directory of MBEJWBE.
certified firms and was informed that it was only available on their web site. I
downloaded the directory.
3. I phoned Bart and made the same request and was told the same thing. I downloaded
their list.
4. I phoned Contra Costa County Connection and also inquired for a directory. I left a
message but no one returned my phone call.
s,
5. I made a detailed list of all of my suppliers, vendors and manufacturers and checked
them against the directories I had received. There were a few vendors that I use that I
was able to match up.
I support the outreach program and I will attempt to locate and purchase from vendors
and suppliers that are certified to be used in.the execution of this contract.
Sincerely,
Randy Bodhain
REQUESTING SUBCONTRACTORS TO BID ON THE CONTRA COSTA COUNTY FIRE
PROTECTION DISTRICT EXTERIOR FIRE HAZARD CONTROL CONTRACT.
REQUESTING BIDS FOR HAND MOWING,RUBBISH REMOVAL,GENERAL LABOR,
TRACTOR DRAWN MOWING AND DISCING.
CONTACT RANDY BODHAINE AT 925-335-0784 FOR ALL REQUIREMENTS AND
PLANS.
C
-00
v
Randy Bodhaine
P.O. Box 23366
Pleasant Hill, CA 94523
Office:(925) 335-0784 Fax:(925)335-2471
July 10, 2001
Potential Subcontractors: F
I, Randy Bodhaine, am interested in receiving sub bids on the contract for
Contra Costa Fire Protection'District in the following areas: Hand cutting of
weeds, tractor discing of weeds, tractor mowing of weeds, general labor.
If you can provide any of the following in either the East Division, West
Division, or Central Division of the fire district, please phone our office for
requirements and submit your bid.
Randy Bodhai e
ZJ CC 74
T
1--> T- AJ
e u 0 33�
Nc
>
Contra Costa County
FIRE PROTECTION DISTRICT 0:
STAN GIPSON
Fire Service Technician
2010 Geary Road
Pleasant Hill,CA 94523-4694 (925)930-5596
(925)930-5500 FAX(925)930-5592
CO co 5 Tq-- U5
VENDOR Sm. Business Woman Minority
Owned Owned Owned
Affordable Payroll Pleasant Hill
Bill's Tire Service Pacheco
Black Mountain Water Co. Concord
Concord Garden Center Concord yes
Connecticut Surety Bonding Co.
Contra Costa Tractor Martinez
East Bay Welding Concord
Ed & D Electric Martinez
F.
Furber Saw Martinez yes
Garton Ford Stockton
Golden Gate Petroleum Martinez
J & M Fasteners Pleasant Hill
J.M. Equipment Stockton
Johnsey Insurance Co. Fresno
Labor Ready Concord
Monument Car Parts Concord
Pitcock Petroleum Pleasant Hill
S.P. Automotive Martinez
The Repair Shop Concord
Planning
0781 54132 Landscape Counseling& Furber Saw Inc 895 Howe Rd MartiAez
Planning
0781 54132 Landscape Counseling& Golden Associates 3315 Grand Ave. Oakland
Planning
0781 54132 Landscape Counseling& Green Valley Group,Inc. 47 Quail Court Suite 103 Walnut Creek
Planning
0781 54132 Landscape Counseling& Green Valley Landscape 47 Quail Court Suite 103 Walnut Creek
Planning
0781 54169 Landscape Counseling& Habitat&DeVries 232 Lucinda Ln Pleasant Hill
Planning
0781 54169 Landscape Counseling& Hortscience,Inc 4125 Mohr Ave Ste F Pleasanton
Planning
0781 54132 Landscape Counseling& Jimenez Garden Maintenance 1600 Silverwood Dr Martinez
Planning
0781 54132 Landscape Counseling& John Bergman 3859 Enos Ave Oakland
Planning
0781 54132 Landscape Counseling& Kim Vogley Associates P.0.Box 1497 Brentwood
Planning
0781 54169 Landscape•Counseling& Landscape Care Co 4026 Pacheco BI Martinez
Planning
0781 56173 Landscape Counseling& Living Art Enviroscapes 1534 Denkinger Ct Concord
Planning
0781 54132 Landscape Counseling& M.D.Fotheringham,Landscape 323 Geary Street,Suite 407 San Francisco
Planning Architects,Inc.
0781 54169 Landscape Counseling& McGuires Landscaping 4861 Pacheco BI Martinez
Planning
0781 54169 Landscape Counseling& Merrill&Befu Assoc 249 Front St San Francisco
Planning
0781 56173 Landscape Counseling& Moore lacofono Goltsman 800 Hearst Ave•. Berkeley
Planning
0781 54132 Landscape Counseling& Nessco Construction,Inc. P.0.Box 751356 Petaluma
Planning
0781 54169 Landscape Counseling& Rodies Feed&Country Store 8863 Marsh Creek Rd. Clayton
Planning
0781 54132 Landscape Counseling& Royston Hanamoto Alley&Abey 225 Miller Avenue Mill Valley
Planning
0781 54169 Landscape Counseling& Singer/Fukushima 5 Crow Canyon Ct Ste 200 San Ramon
Planning
0781 54169 Landscape Counseling& Talini Landscaping,Inc. 5601 Folson Blvd. Sacramento
Planning
0781 54132 Landscape Counseling& Taylor's Landscaping 111 Eureka Ave Brentwood
Planning
0781 54169 Landscape Counseling& Ted's Landscape Maintenance 50 Iris Ln Walnut Creek
Planning
0781 54169 Landscape Counseling& Vallier Design Associates 116 Washington Ave,Ste 3 Point Richmond
Planning
0781 54169 Landscape Counseling& Carefree Greens,Inc. P.0.Box 1008 Newcastle
Planning Horticulture Consulting
0781 54169 Landscape Counseling& Haygood&Associates 1496-B Solano Ave. Albany
Planning Landscape Architects
0781 54169 Landscape Counseling& Pattillo&Garrett Associates 337-17th St.,Suite 214 Oakland
Planning Landscape Architects
0782 56173 Lawn&Garden Services Blue Ribbon Weed&Pest Control 917 Sunset Dr,Ste M Antioch
0782 56173 Lawn&Garden Services Contra Costa Landscaping 915 Notre Dame Ave Concord
0782 56173 Lawn&Garden Services DK Environmental 96 Colton Ln Martinez
0782 56173 Lawn&Garden Services' MBJ Enterprises Inc 6389 Scarlett Ct Dublin
0782 56173 Lawn&Garden Services Pacheco Brothers Gardening, Inc. P.0.Box 3366 Hayward
0782 56173 Lawn&Garden Services Sierra Organics Co. 9999-1 S.Austin Rd. Manteca
0782 56173 Lawn&Garden Services Universal Sweeping 1582 Monterey Rd San Jose
0782 56173 Lawn&Garden Svcs Antioch Ace Hardware 501 Sunset Dr Antioch
0782 156173 Lawn&Garden Svcs lConcord Equipment Co 12451 Monument Blvd Concord
6
http://www.co.contra-costa.ca.us/depart/cao/sbe/sbe_directory_construction.htm 6/27/01
c;onoitioning
1711 23511 Plumbing,Heating&Air Petrotek 925 Commercial St San Jose
Conditioning
1711 23511 Plumbing,Heating&Air Plumbing By Rivers 3958 Valley Ave Unit G Pleasanton
Conditioning
1711 23511 Plumbing,Heating&Air Plummer's Heating&Air 1 E 6th St Antioch
Conditioning Conditioning
1711 23511 Plumbing,Heating&Air S R Hamilton Construction 309 Houston Ct Danville
Conditioning
1711 23511 Plumbing,Heating&Air Universal Specialties,Inc. P.O. Box 5035 Union City
Conditioning
1711 23511 Plumbing,Heating&Air Kama Limited P.0.Box 1390 Elverta
Conditioning-Mechanical
Contractor
1711 23511 Plumbing,Heating,and Air Illingworth&Rodkin Inc 85 Bolinas Rd#11 Fairfax
Conditioning-Air System
Balancing&Testing
1623 23492 Power and Communication Ehler Co.,Inc. P.O.Box 1490 Oakley
Transmission Line Construction
1623 23492 Power and Communication H.F.Ehler Co.,Inc. P.0.Box 1490 Odkley
Transmission Line Construction
4953 562211 Refuse Systems Shop Hazards Solutions Inc 729 No Goldenstate BI#231 Turlock
1761 23561 Roofing Siding Sheet Metal Work Caldwell Roofing 89 W 10th Pittsburg
1761 235131 Roofing Siding Sheet Metal Work Caldwell Roofing Co Inc 89 W Tenth St Pittsburg
1761 23561 Roofing Siding Sheet Metal Work Star Roofing Co. 474 Roland Way Oakland
1761 23561 Roofing,Siding&Sheet Metal Architectural Systems Corporation 1001 Bridgeway#103 Sausalito
Work
1761 23561 Roofing,Siding,&Sheet Metal Andy's Roofing Co.,Inc. 140 South Whisman Rd. Mtn.View
Work
1761 23561 Roofing,Siding,&Sheet Metal Madsen Roof Company P.0.Box 277730 Sacramento
Work
1761 23561 Roofing,Siding,&Sheet Metal Sparks Roofing Co.,Inc. P.O.Box 21563 Concord
Work
1761 23561 Roofing,Siding,and Sheet Metal Caldwell Roofing Co Inc 89 W 10th St Pittsburg
Work
1761 23561 Roofing,Siding,and Sheet Metal Industrial Roofing Co dba Mt Tam 603 South 8th St Richmond
Work Roofing
1761 23561 Roofing,Siding,and Sheet Metal Montogomery Roof Service 5029 Perry Way Antioch
Work
1761 23561 Roofing,Siding,and Sheet Metal Newell&Co dba Robertson&Co 4 Las Aromas Orinda
Work
0711 115112 Soil Prep Svcs An-Wil Bag Co 1527 Pomona Rd Corona
0711 115112 Soil Prep Svcs Clyde Robin Seed Co 4233 Heyer Ave Castro Valley
0711 115112 Soil Prep.Svcs. H&N Enterprises 6407 Tassajara Rd Pleasanton
0711 115112 Soil Prep Svcs Pacific Coast Seed Inc 6144A Industrial Wy Livermore
0711 115112 Soil Prep Svcs Randy's Weed Abatement Svc 4615 Pacheco BI Martinez
0711 115112 Soil Preparation Linwood Supply 720 Beekshire Ct Dixon
0711 115112 Soil Preparation Services Capitol City Construction Company P.0.Box 2263 Benicia
0711 115112 Soil Preparation Services Carefree Greens,Inc. 150-B Lozanos Rd Newcastle
0711 115112 Soil Preparation Services Evans Brothers Inc. 7589 National Drive Livermore
0711 54132 Soil Preparation Services Great West Landscape 1810 Catalina Court Livermore
0711 115112 Soil Preparation Services Weed Gary's Disc&Dozer Service P.0.Box 321 Crockett
Control
1799 23599 Special Trade Contractors Alta Fence Co 40 Hilltop Rd Martinez
1799 23599 Special Trade Contractors Alta Fence Co 40 Hilltop Rd Martinez
http://www.co.contra-costa.ca.us/depart/cao/sbe/sbe_directory_construction.htm 6/27/01