Loading...
HomeMy WebLinkAboutMINUTES - 07172001 - C.157 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 2001/200.2/2003 Contract for Exterior Fire Hazard Control by Hand Mowing, Rubbish Removal and General Labor (Central Division) Bidder =Total Amount• Bond Amounts H&N Enterprises $89, 930.00 •Payment: 6407 Tassajara Rd $44,965. 00 Pleasant Hill, CA 94588 .' Performance: $44,965. 00 Randy Bodhaine Pleasant Hill, 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, H&N Enterpises ("H&N") , having submitted the lowest responsive and responsible bid, which is $1, 990. 00 less than the next lowest bid; and The Board having evaluated all of the documentation of good faith effort by H&N 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 H&N 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 H&N, 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 H&N 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 H&N 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 BY HAND MOWING, RUBBISH REMOVAL AND GENERAL LABOR; CENTRAL 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 H&N 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: CLERK OF T EARD BY UfiVVOw4 v` -2- .......................... .. .......... ............... ....................... ...................... ........................ . . ............ ................................................................. .......................................................... ............................... ........................................................ ..................... ................ ........ . ............. .......................................... ......................... ............................................................................................. ....................................................... ............................................... .............. ............................................................... ........................................................................................... ................................ ........................ .............................. ............ ................. . ................ ........................ ............................................................................................................... ............................ ........................ .............................. ........... . .. ............. ........................................................... ...... .................................................. ... ........ ........ ........ .... . ........... ... ....... ............ .... .......................................... .. ............... ..... ..... ....... ........... .. . .......................................................... .......................................................... ....... .......... .............. ............................... ........ ....... ............................... ............ ........... ................. ............ ..................................... .. ............... ... ................ ............. ............... ........................................ ........................... ........................ . . .... ............................... :: ::.:....:::: ........... ... ............ ............ . ::.:::::::.......: .::::::::::::. ..:::.:::::::::::.....:.:::::::::.::::.:.::::::::::::::::::::...::::::::::: ............... ....... oun . : o ontra . osta ............................ ....................... . ..... .. . .......... OFFICE OF THE; `OUNTy MINI RAT C AD ST OR. ............................................................. ............ ............... ........................................................ .......................... .......................................... .................................................................. ........................... ........................ . ............................... . ..................... ................. ...................................................................................... .................................................................... ............................. .................................................................................... ...................................... .. ..................... ......................................... .................................................................... ................................................. ............ .... ...... . ....... .....:::::: .......... ............ .. .................... .......................... .......... .............. .............. ............... ........................ ...................................... .............................................................................................. DATE: July 12, 2001 TO: Board of Supervisors FROM: Emma Kuevor.41(' Affirmative Action Officer SUBJECT: 2001/2002/2003 Abatement Contract Hand Mowing,Rubbish Removal,and General Labor Central 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, H & N Enterprises. cc: Scott Tandy, Chief Assistant County Administrator Silvano Marchesi, County Counsel Keith Richter, Chief Contra Costa Fire Protection District a:bdltrabate mentcentraIdivision H & N Enterprises 6407 Tassajara Rd .Pleasanton, Ca 94588 925-828-9163 925-828-0955 Fax July 5, 2001 Board of Supervisors FIBOARD IVE® Room 106 County Administration Building 651 Pine Street 9 2001 Martinez, CA 94553-1297 F SUPERVISORS OSTA CO. Gentlemen: We are pleased to submit our bids for the Contra Costa County Fire Protection District 2001/2002/2003 Abatement Contracts. There is one concern that we came across while trying to comply with the points system for the outreach program. In section 5 were 10 points could be achieved, we found it difficult to meet this 10 calendar day time constraint when the pre-bid meeting was held on June 21st and the bid due on July 10th. We also found the same situation to be true for section 9 were 26 points could be achieved when you had "not less than 15 calendar days prior to bid submission". Had the pre-bid meeting been sooner, it would possible to succeed in your point system. We would ask that you take these facts into consideration while review our bids. Thank you for your time and consideration of this matter. Sincerely, Robert Nielsen, Jr. Owner En a) 0 0. cr ai w F G) 0 3 CL 3 M 2 a 0 CL fu w z 0 ;a a to :3 m et 0 3 z K) CD 0 to co C" 90 co C -4 TI C 4 3 0) cr 0) 0) (D w 0) N9 0 0 > :3 0 f 0 0 0 m 0) 3 M (D m 0) (D W 0 -4 4 OD % i1i 0) 0) 0 C) (D 0 aCD :3 nt— C) * 0 > (D0 CL ;o 0 0 ( ® ®CA CD CD CD CL aL (n U) cx c cr cn cr 0 cr0 c 0 CL w 0 < CD (n 0 0. m CL (D -0 iu 0 (D 3 0 3 CL (n cr 3 @ 0 0 78 (a[][JLS Mnt( a-,,a sca(a-uns mo[Aca[/Ainv iw £ItrOL#Pe t W-ZS6-OS9 X'd3 £OtiZs#Ps 99L08#Pe LZSS-b917-008 0fuoS :loeTuo3 96,9-b££-9Z9 :Xd3 5199-696-929 886E %, 1'b'3 [£6L'ZSS'LOL uassarQ UNG:�aeluo0 rf.8S6 VO`oauaurelo2S 689M VD`UOAUuo ueollaurd 0I AS `•P-Ala M-1e1,1I'N 6 1 b I £998-L I£'008 '1Q ssaH b8bb '03 a3IAHHSZOL16VZ)`ssnzV *DId "003 any riauoo 'N 0£L AIOI.LaflIUSNOD SS3H 2IO,LdA�'I� 2I�"I'IUi1I 'O? O,sajoou agog S adeaspue7 7y'Sul4n�ut S �laoa�pun sailddns to;e,tala ap�iold a;a ;aa CAOMa 'da,un lulaua as or.►►sao�ae.l}uoJ ns� aau a; 1 ISI 9S 1 � 2I S 3 P N I q AHA(l P �1 ;ooH'.iallddnS leua;el-1 8uLjooH:paaN aaueualulej,'q 10jWlg :tempeo-d ae03,aouoj qjo aurplrng�oolg euregaZ urdZ N� 10-8,-9:anQ I0/00-90#Pig laad 001`I Ala;eunxoAdd 3o juam%oldurj toolgoS ift ourlaugeo -,yjuauraaeldar aq1 Jo sTsisuoo x10 V1 JIX-y qnd to 'TdaQ pig le 3oo213o;uauraoelda�j pus Ienoura21 luaruaoeldaH peo21 anon M0rroy\I erurOlrle�Io aleas JOTASrQ 1O0TAOS pagtun laligeo UBS xwapeod aunlileyq VD :sol sia;lddns:?sio4oe.4uoogns :roj siatlddns/sroToerTuoogns ggnCUI»,V nl :1o}saarlddns/sioioenuoogns ggA(j/1�vy,I parlqunb uros3 sprq-qns 2urlsonba-6 pagrlenb wo-g sp►q-qns ftlsonba21 gogV pagrlenb uror}sprq-qns Supsonb2-d 3034 1 SOO L 4pe 1091 S#Pe S560-M-5Z6 3-Mi £916-8Z8•5Z6 SSS9#Ps :puayo5 wN:-loe]uDo 9I+O6-988-0£9 :XVzl [LZO-988-0£S a8SM e)'uu;ueseOld Peog vIefess81 rOpy ralBuedS:{2upo2j:16sluo0 08L 1-SZ8'606 :Xdd SJSRid? aJ,N'd N V H yrq,i.ar d 0016-SZ8-606 i:a,rbai:;os,r t:?ys,aid aq;Ira,Puv:?lgvi:asv 7ranslog auao:;osluoD puv suvld du:p!r/?u:,ov.4uo?sup o,8urum,.ad uoyvuuoJyr t,0956 VZ)`u �lrlb' !.cuod!�ruvd;?a(aid um uixDui amsuo v,.uippr9 pajgm,6 yons .,afo,ivuixfH -al,?Wodu:azvumumou, 9LZ9X09Od Z10Z6 VO'OUrplsuragUOS oi.?o.,,uc?;,.,!!.,aryddr_p s;:lo AiDmv mr3FS133T/3F0 srJaT,�xas r iviuO T T� yr /3d,1L'i7FTYpai;vn5prj"sxa:aru11vpivnwalsYua7u1K'PH dl 11�Q►7,7 1 Y 1Q �Lll�l V 1 OOO�OS X09 O•d so?:.in?vl,uo?q,siv aq l;:a,syuoq u!utDj •sI�I��2I0 QrI�'2IH1j� AIOI,LVHOJHOD HaI,Lvw puoq+?uvuunj.iad y:i�,aalJAUd 9u7!71 SL:flIO,QO P1UMQj ^s,a;plq_✓FS'iTFZ�7FCi3&fL3FyY3s1==v111!rK�fl'ur8uo vuc;,vu.io4r?mq;a',UlrqurrP'.,ayua8'un.8rla,'a8o'folw'xar JI e.l a,j'v_s:JY�o8ar4:1rq.,=,O.auo?q,u•1,10AaP;Mioo1fjokVPws 2ulusala 10.4UO Z) 9J J. 33S3FZ?F�•3F.iUPF1Yjo uo vJt?urvd a p a8arcvua a}I '}llomgpua'mom a;antloo :P ioolg 2ffl sallddnS 2uluaalj:pawl 3uSzoQ V-11 UpueH'21LFy0lq•2uF1ssQ:apaSouS sS3a.quo3 jsuol!lm f uroslod uldZ U 10-Z-L=anQ sp?H cudl @ IO-ZI-L:anQ spIg ELS-00#plg sluauranordurj•osiN pus weTT Z 80A OL anQ uroslo3-saloNoA ioioW jo;uauruedaQ iIlemapis 10311s a;els-oluroof usS jo Allo £u0Z-ZOUZ-100Z s.raa,S 0y1>o;suo1s11Q lsa3 w;1iuLsiQ uuilua]ojd ai!d ,iamoD WOZ)ciluo:)JO;10=03 PIMH an3.1Ou01v'g :io3 srarlddns :10j :i57a1 .. W 1O. 041 J ;ass/ /slo4oerluoagns ggAQ/CIIAM Pagllsnb sra;lddns/sroaoerTuoogns E[EAC/CL/lyl/jq Pollen o !Pnlaui saI Jo/Pue s1oja 1 0 :>s jie wo13 siwgeionti�uiya�s s,sass as H uroij spiq-qns guilsonbaZj goad pogijanb uro13 spiq-qns 1OutlsanbaH 303d Z aped ION`8�amt u100£IN onssi r iIEQ!a}81 aN pig L'TT.idOJT[Ej ialtodayprgaEprrpjy:[q pays?!q"d OW ILA IL 0. C'I' ;1.0. - rt 0 i - t =n CN yl- It, .4 i5 co Co .0 to, s 05 is CD R. U.Q '0 711 oTp.ll P. — Co 14 nos UQ 00 t4 121� 9 eo 00Sco tm OU-0 - , , -V L'a-� &u L" fp it it - o 0. 4 13 R tj 0 1 t) ;3;- o. 80 r-- UO a, 0 O-n ZZ s� OR Va- 11%A , -.-tv �'0. so TS '3 14 u tv C.ziI 1 16 A.- z of a ':�— fT EN 7r,A go VL 1ri 5� ,� b7 - b3 Z699-o£6(SZ6)XVJ 0099-OC6 (9Z6) 9659.0£6(9Z6) 0690-£Z906 VO'!!!H)uasea!d peon Aivag OIOZ uei3iuyoal a-IiniaS ani NOSdIJ Nd1S .i � ��� 10181S1a N0110310HJ 381-4 A}unoo elsoo eaiuoo ` ..^ J •r f.)�� 0 NI C- L• l Contra Costa County Fire Protection District IF Central Division RECE :' JUL 9 2001 CLERK BOARD OF SUl=�F,VIgORS BID PROPOSAL CONTRA COSTA CO. FOR EXTERIOR FIRE HAZARD CONTROL By HAND MOWING, RUBBISH REMOVAL, AND GENERAL LABOR 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: ��V� ►Uc �C��I Com- aLf��s PLACE OF RESIDENCE: ctczs CADO'e" 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. (;DQY\� of (TIOTAL AMOUNT OF COMPOSITE BID FROM THE BID PROPOSAL Dollars $ 11�6:,q,q2�0M 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 famish 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): AR16 AUTHORIZED SIGNATURE: U DATE: NOT VALID UNLESS RETURNED WITH COMPLETED PAGES M-11 THROUGH M-14 OF THE BID PROPOSAL. T:\FORMS\WEEDS\WACCM 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 June 19, 2001, at 9:30 a.m. and June 21, 2001, at 3:00 p.m. BID PROPOSAL HAND MOWING BID PRICE TO rNCLUDE REMOVAL&DISPOSAL OF ALL.WEEDS AFTER MO W ING :::..'.. .\ K.w� 4 ti• _.��• .I i' I ,yY1�V TTA C 00 0 - 2,500 Sq. Ft. 10 Parcels Ea. , 2,501 - 5,000 Sq. Ft. 10 Parcels Ea. OD 0� 00 00 5,001 - 7,500 Sq. Ft. 10 Parcels Ea. 70M 7,501 - 10,000 Sq. Ft. 10 Parcels Ea. q(�D00 GtCP 10,001 - 15,000 Sq. Ft. 10 Parcels Ea. (ago 00 w 15,001 - 20,000 Sq. Ft. 8 Parcels Ea. ((�� v �„ 20,001 - 25,000 Sq. Ft. 4 Parcels Ea. 25,001 - 30,000 Sq. Ft. 4 Parcels Ea. aLnsj 06 pa 30,001 - 35,000 Sq. Ft. 2 Parcels Ea. 00 35,001 - 40,000 Sq. Ft. 1 Parcels Ea. (o,00 00 40,001 - 45,000 Sq. Ft. 1 Parcels Ea. More than 1 Acre thru 5 Acres 1 Acre Per Acre Hourly Mowing &Misc. Per Man Hand Work 40 Hours Hour PLAD�� RUBBISH REMOVAL-HAND LOADED Per Cubic Yard 25 Cu. Yd. Ea. Cu. Yd. k(D(791 a, Hourly 40 Hours Per Man Hour -a�%50 TOTAL COMPOSITE BID $ 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. TAFORMSMEEDS\WACCM M -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. . a p•:�' .. ..'i: t3'• ;.+i� :;5..:w''i:<*` '„&.. CJ.3,..... .'.lY;h� •1e.f ..�ti.::i:..::;�:r:�41:?� ��t: YEARS AMOUNT .,;t .�' .x..�i�iw"w• .e r ate: 4WD-1,w i.�e:�L....rV' .�1L 1+'..:::.. �I l Ci c - n C5 n n� 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. lia-1 W-111 Ilium.�.w V_ �/ VV ` ` 1 W\• l csux��o 3. CONTRACTOR'S BUSINESS OFFICE Address: Telephone: qaj-�6 - q lcp3 Ix Gas - X 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: TiTORMSMEEDSMACCM M -13 Name: tory 1 Years of Experience: Address: � � � q Phone #: q o�5" -Lta (p Amount& Type of Equipment Provided: d�e� ryc� R%vxkrck U 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\WACCM M -14 N N 6C 1 6 C) W w: CD 0 CD Ln 54 ZZE Ln >0. x N02:2 Z h c� } ru ru ru s Y Iu LLI j. cr p,, .'. .'.. .. .�. -i`