San Bernardino header
File #: 1651   
Type: Consent Status: Passed
File created: 2/3/2020 Department: Land Use Services
On agenda: 2/11/2020 Final action: 2/11/2020
Subject: Contracts for On-Call Demolition and Site Clearance Services
Attachments: 1. CON-LUS-2-11-20-On-Call Demolition-Cunningham, 2. CON-LUS-2-11-20-On-Call Demolition-MEC Inc, 3. CON-LUS-2-11-20-On-Call Demolition-Woody's, 4. CON-LUS-2-11-19-On-Call Demolition-Vizion's West, 5. Item #45 Executed BAI, 6. 20-82 Executed Contract, 7. 20-83 Executed Contract, 8. 20-84 Executed Contract, 9. 20-85 Executed Contract

REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

OF THE COUNTY OF SAN BERNARDINO

AND RECORD OF ACTION

 

February 11, 2020

 

FROM

TERRI RAHHAL, Director, Land Use Services Department 

         

SUBJECT                      

Title                     

Contracts for On-Call Demolition and Site Clearance Services

End

 

RECOMMENDATION(S)

Recommendation

Approve contracts with the following vendors to provide On-Call Demolition and Site Clearance Services with an aggregate amount not to exceed $1.5 million for the period of February 11, 2020, through February 10, 2023:

a.                     Cunningham Davis Corp.

b.                     MEC, Inc.

c.                     Vizion’s West, Inc.

d.                     Woody’s Demolition

 

(Presenter: Andy Wingert, Code Enforcement Chief, 387-0170)

Body

 

COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES

Improve County Government Operations.

Operate in a Fiscally-Responsible and Business-Like Manner.

Provide for the Safety, Health and Social Service Needs of County Residents.

 

FINANCIAL IMPACT

Approval of these contracts will not result in the use of Discretionary General Funding (Net County Cost). The aggregate cost for these services shall not exceed $1.5 million for the period of February 11, 2020, through February 10, 2023.  Sufficient appropriation has been included in the Land Use Services Department (LUS) Code Enforcement 2019-20 budget and will be included in future recommended budgets. The Department will return to the Board to request additional funding should any additional appropriation be required related to these services over the course of the term of the contracts.

 

BACKGROUND INFORMATION

The Code Enforcement Division of LUS administers enforcement activities to protect the public’s safety, welfare, and property value in accordance with state and local laws. Throughout the County unincorporated areas, there are hundreds of structures that meet the statutory definition found in the International Property Maintenance Code and incorporated in the County Code, as being unsafe or dangerous. When possible, Code Enforcement uses administrative enforcement measures and the court system to compel the rehabilitation of these structures by owners or responsible parties. When rehabilitation is not feasible, demolition may be required to abate the public hazard and ensure community safety.  Derelict structures can constitute fire hazards and public nuisances, as they are linked to increased crime rates and declining property values. They also negatively impact the community’s sense of well-being.  Demolition of these unsafe structures also enhances the safety of the community and first responders.  An approved list of prequalified vendors allows Code Enforcement to expedite the delivery of demolition and site clearance services on an as-needed basis.  Code Enforcement staff will solicit bids from the prequalified vendors as projects are identified, and the most responsive bidders will be selected to provide the services.

 

PROCUREMENT

On October 16, 2019, a Request for Proposal (RFP) No. LUSD20-LUS-3571 was released through the County’s Electronic Procurement System (ePro) to identify vendors for On-Call Demolition and Site Clearance Services.  LUS received proposals from Cunningham Davis Corp, MEC, Inc., Porters Firewood, Vizion’s West, Inc., and Woody’s Demolition.  An evaluation panel consisting of LUS Code Enforcement staff evaluated the proposals based on technical review, qualifications and experience, cost, and references.  The panel determined that four of the five vendors have met the RFP requirements and are best qualified to provide the needed services.  On December 6, 2019, Notice of Intent to Award letters were sent to all selected vendors.  No protests were received during the 10-day appeal/protest period.

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (John Tubbs II, Deputy County Counsel, 387-3203 on December 11, 2019; Purchasing (Michael Candelaria, Buyer III, 387-0321) on December 09, 2019; Finance (Kathleen Gonzalez, Administrative Analyst III, 387-5412) on January 22, 2020; County Finance and Administration (Robert Saldana, Deputy Executive Officer, 387-5423) on January, 2020.