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`