File #: 20-326    Version: 1 Name:
Type: Action Item Status: Agenda Ready
File created: 4/3/2020 In control: BOARD OF SUPERVISORS
On agenda: 4/14/2020 Final action:
Title: Approve Public Nuisance Abatement contracts for the following service vendors, (a) JDM Earthworks for an amount not to exceed $150,000, (b) Cook Construction Engineering Partnership for an amount not to exceed $150,000 and (c) Leonard’s Hauling Services for an amount not to exceed $200,000 and for a term from March 17, 2020 to June 30, 2022 and authorize Chair to sign.
Sponsors: Community Development
Attachments: 1. Cook Construction Engineering Partnership Contract, 2. JDM Earth Works Contract, 3. Leonard's Hauling Services Contract

Memorandum

 

 

Date:                                          April 14, 2020                     

 

To:                                          The Honorable Moke Simon, Chair, Lake County Board of Supervisors

 

From:                                          Scott De Leon, Interim Community Development Department Director

                     

Subject:                     Approve Public Nuisance Abatement contracts for the following service vendors, (a) JDM Earthworks for an amount not to exceed $150,000, (b) Cook Construction Engineering Partnership for an amount not to exceed $150,000 and (c) Leonard’s Hauling Services for an amount not to exceed $200,000 and for a term from March 17, 2020 to June 30, 2022 and authorize Chair to sign.

 

Executive Summary: (include fiscal and staffing impact narrative):

Community Development Department - Code Enforcement Division released a Request for Qualifications (RFQ) for Cleanup Services for Public Nuisance Abatement on January 17, 2020 with a deadline to respond on February 6, 2020.

 

The scope of work involves the abatement of private properties include collecting, dismantling, demolishing, packaging, removing, transporting, and properly disposing solid waste and metal waste to legal disposal sites, and securing the site as directed.  These tasks may also include the proper removal of motor vehicles, tires, waste oil, batteries and similar materials, as needed. 

 

County received four Statement of Qualifications (SOQ) of which, three were found qualified and responsive.   The fourth SOQ from Silva Sons Transport, Inc. was found non-responsive and rejected. 

 

The three qualified service vendors include JDM Earthworks, Leonard’s Hauling Services and Cook Construction Engineering Partnership. 

 

Staff recommends a contract term beginning March 17, 2020 through June 30, 2022 for the following contract amounts not to exceed:

 

A.                     JDM Earthworks - $150,000

B.                     Cook Construction Engineering Partnership - $150,000

C.                     Leonard’s Hauling Services - $200,000

 

These service vendors will augment the Code Enforcement Division in addressing public nuisance abatement.                                                      

 

If not budgeted, fill in the blanks below only:

Estimated Cost: ________ Amount Budgeted: ________ Additional Requested: ________ Future Annual Cost: ________ 

 

Consistency with Vision 2028 and/or Fiscal Crisis Management Plan (check all that apply):                                           Not applicable

Well-being of Residents                                           Public Safety                                                                Infrastructure                                           Technology Upgrades

Economic Development                                           Disaster Recovery                                           County Workforce                      Revenue Generation

Community Collaboration                      Business Process Efficiency                      Clear Lake                                           Cost Savings                                          

If request for exemption from competitive bid in accordance with County Code Chapter 2 Sec. 2-38, fill in blanks below:

Which exemption is being requested?

How long has Agreement been in place? 

When was purchase last rebid?

Reason for request to waive bid?

 

Recommended Action: Approve Public Nuisance Abatement contracts for the following service vendors, (a) JDM Earthworks for an amount not to exceed $150,000, (b) Cook Construction Engineering Partnership for an amount not to exceed $150,000 and (c) Leonard’s Hauling Services for an amount not to exceed $200,000 and for a term from March 17, 2020 to June 30, 2022 and authorize Chair to sign.