Loading...
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