Loading...
HomeMy WebLinkAboutMINUTES - 08122008 - C.4 c E..L TO: BOARD.OF'SUPERVISORS �' °� Contr FROM: JULIA R. BUEREN, PUBLIC WORKS DIRECTOR g =:;:uva�s �, Costa DATE: August 12, 2008 _-'� County sra cooK SUBJECT: APPROVE plans and specifications, AWARD and AUTHORIZE the Public Works Director, or designee, to execute a contract to the lowest responsive and responsible bidder for the 2008 Tara Hills Drive Curb Ramp project, Richmond area, (District II) Project No. 0662- 6R4211-08. SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDED ACTION: APPROVE plans and specifications; AWARD and AUTHORIZE the Public Works Director, or designee,to execute a contract in the amount of$115,809.50 to Malachi Construction, the lowest responsive and responsible bidder for the 2008 Tara Hills Drive Curb Ramp project, Richmond area. (51.7% Measure C funds and 48.3% Road funds) (District II) Project No. 0662-6R4211-08. FISCAL IMPACT: Project will be funded by 51.7% Measure C funds and 48.3% Road funds. Continued on Attachment: ® SIGNATURE: , ,i ..L� AECOMMENDATION OF COUNTY ADMINISTRATOR F-1RECOMM DATI O OARD COMMITTEE PPROVE ❑ OTHER SIGNATURE(S): ACTION OF BOARD ON Ae. APPROVED AS RECOMM ONDE&Tir OTHER ❑ I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of VVOF SUPERVISORS Supervisors on the date shown. UNANIMOUS (ABSENT AYES: NOES: ABSENT: ABSTAIN: ATTESTED: A?•�`g JOHN CULLEN, Clerk of d9 Board of Supervisors and County G:\Const\BO\2008\8-12-08 Award 2008 Tara Hills Dr Curb Ramp.doc Administrator Orig.Div: Public Works(Construction Division) Contact: Kevin Emigh(925/313-2233) c: Auditor-Controller By Deputy E. Kuevor,CAO County Counsel Contractor Surety P. Denison, Finance SUBJECT: Award of Contract_for 2008 Tara Hills Drive Curb Ramp project, Richmond area. (District II) Project No.0662-6R4211-08 DATE: August 12, 2008 PAGE: 2 of 4 REASONS FOR RECOMMENDATIONS AND BACKGROUND: The Public Works Department received bids from the following contractors: BIDDER TOTAL AMOUNT BOND AMOUNTS Malachi Construction $115,809.50 Payment: $115,809.50 503 South 18th Street Performance:$115,809.50 Richmond, CA 94804 AME Contracting Company Concord, CA 94519 Don Jose Concrete, Inc. .Fremont, CA 94555 W.R. Forde Associates , Richmond, CA 94801 Cinray Construction Antioch, CA 94531 HP Construction Services Danville, CA 94506 Nor-Cal Concrete, Inc. Suisun, CA 94585 Sposeto Engineering, Inc. Union City, CA 94587 Victory Engineers, Inc. Fresno, CA 93720 The above-captioned project having been previously approved, and the plans and specifications having been prepared by, filed with, and approved by the Board of Supervisors, and bids having been duly invited and received by the Director of Public Works on July 8, 2008; and The general prevailing rates of wages, which shall be the minimum rates paid on this project, having been filed with the Clerk of the Board, and copies to be made available to any party upon request; and The Board of Supervisors having determined that the project is exempt from the California Environmental Quality Act as a Class 1(c), and a Notice of Exemption having been filed with the County Clerk on March 11, 2008; and SUBJECT: Award of Contract for 2008 Tara Hills Drive Curb Ramp project, Richmond area. (District II) Project No.0662-6R4211-08 DATE: August 12, 2008 PAGE: 3 of 4 The Affirmative Action Officer having reported that the lowest monetary bidder, AME Contracting Company, having failed to document an adequate good faith effort to comply with the requirements of the County's Outreach Program, as provided in the project specifications, and the Affirmative Action Officer recommending rejection of AME Contracting Company's bid; and AME Contracting Company having been notified in writing of the Affirmative Action Officer's determination, and having failed to appeal it, as provided in the project specifications; and The bidder listed first above, Malachi Construction, having submitted the lowest responsive. and responsible bid, which is $1,979.02 less than the next lowest bid; and The Board having evaluated all of the documentation of the good faith effort to comply with the County's Outreach Program; and The Director of Public Works recommending that the bid submitted by Malachi,Construction 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 APPROVES the plans and specifications for the project; and The Board DETERMINES that the lowest monetary bidder, AME Contracting Company, having failed to document an adequate good faith effort to comply with the requirements of the County's Outreach Program, as provided in the project specification, and the Board FURTHER DETERMINES that AME Contracting Company's bid is non-responsive and REJECTS said bid on that basis; and The Board DETERMINES that Malachi Construction, as.the lowest responsive and responsible bidder, has demonstrated an adequate good faith effort, pursuant to the specifications for this project, to comply with the requirement of the County's Outreach Program and the Board WAIVES any irregularities in such compliance; and FURTHER DETERMINES that Malachi Construction has complied with the Mandatory Subcontracting Minimum, and the Board 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 Malachi Construction 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 Director of Public Works shall prepare the contract therefore; 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 Director of Public Works has reviewed.and found them to be sufficient, the Director of Public Works, or designee, is authorized to sign the contract for this Board; and SUBJECT: Award of Contract for 2008 Tara Hills Drive Curb Ramp project, Richmond area. (District II) Project No.0662-6R4211-08 DATE: August 12, 2008 . PAGE: 4 of 4 The Board FURTHER ORDERS that in accordance with the project specifications and/or upon signature of the contract by the Director of Public Works, or designee, 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 Director of Public Works, or 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 Director of Public Works, or designee; and Pursuant to Labor Code Section 6705, the Board also DELEGATES to the Director of Public Works ,or to any registered civil or.structural engineer employed by the County the authority to accept detailed plans showing the design of shoring, bracing, sloping or other provisions to be made for worker protection during trench excavation covered by that section; and The Board DECLARES that, should the award of the contract to Malachi Construction 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 re-awarding 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). CONSEQUENCES OF NEGATIVE ACTION: Project will not be built. . re © Ig County Administrator Centra Board of Supervisors John M.Gioia County Administration Building 1 n District 651 Pine Street, 11th Floor - Cost. a Martinez,California 94553-1229 Gatlilkema District (925)335-1080 County o (,n t\/ 2" District (925)335-1098 FAX lel `y 1 1 Mary N.Piepho 31 District sE+srs..; John Cullen Susan A.Bonilla County Administrator 41"District a` Federal D.Glover s S"District August 8, 2008 -- 0- VIA Fax and U.S.Mail AME Contracting Company Attn: Ali A. Eslami = 1694 Tammy Lane Concord, CA 94519 RE: 2008 Tara Hills Drive Curb Ramp Project Dear Mr. Ali Eslami: We received your July 31, 2008'letter of appeal and the additional documentation listing M. Kelley Construction,Inc. as a subcontractor to meet the County's 15%Mandatory Subcontracting Minimum.("MSM")requirement. After careful consideration, we agree with the determination of the Affirmative Action Officer in her letter to you dated July 25, 2008,that the additional information was not provided timely with your original bid on the July 8, 2008 bid opening date. Pursuant to Sections 3-2.01 and 3- 2.02 of the Contract's Special Provisions, failure.to comply with MSM requirements-may render the bid non-responsive and failure to list the subcontractor and subcontracting amounts with the bid on the form may cause the bid to be rejected as non-responsive. The contract for this project will be considered for award by the Board of Supervisors at their meeting of Tuesday,August 12, 2008 which begins at 9:30 a-m. at 651 Pine Street,Martinez,CA 94553. If you wish,you may appear at the Board meeting to comment on this matter. Any comments to the Board of Supervisors will be limited to the facts and arguments set forth in your July 31, 2008 letter. Since , JOHN CULLEN County Administrator JC:bI cc: Julia Bueren, Director of Public Works Department Silvan B. Marchesi, County Counsel Emma Kuevor,Affirmative Action Officer Malachi Construction O Ln O N O 00 O O O N O O Or•I O O tD O V) O O O O V) O O O O O O O O O O O O O m O O O O N M m O m 0) O 0) O q* 00 fZ 00 3 p M n Ln n m O 01 O n w O 00 00 Ln q* n f" E 0 0a-1 I V! .-I N 01 I R' [1 t0 � V N n U E in 14 Vf Ln N t•i V► in V). V> �•'� N a`) c o V1 Q in of of m a _ v ai E Lin o UtO 0° �' � 0 0 o m o o '-L O r, o v o 0 o m N u U C* o 0 0 n o O Ln O N o m O o O E Q (gyp M 00 'a Q -4O O `O L1 O O LT O r� O 00 O O O to .` m U 00 +,, O O O V) N Ln '-i O N O r-L r-4 14 L"L w O U d .j c v o m l in V). in in O V). O V). in in V). -e Vl o p m -J). +n in V> ; v _ m C E O c _ O v D D ct L L _N O O O O O O O O O O O O O O O = I- CL O .o 0 0 0 0 Ln o 0 o Ln Ln o o Ln 00 O O O O N 00 00 O N O N tD O O m H On O O Ln Ln M tD at tD M Ln .4 -4O tD O Co :3Ln Ln O v tD NLA 0) � N oo tD V1 0) 00 0 N O Lr tD 1 rl 1 t0 00 N M - 00 ri N M Ll 0 . E V1 V? N v-,. M rl V1 ei V> a 4 V? V} V! — a-1 !N 00 a1 O w O y W ots 3 O O O O O O O O O O O O O O C N '� Q � O O :O O O O Q1 O In O In In O O a N C 00 U d' O O "O O N 00 m6 01 O r� 00 O O Ti v"L LO Ln Ln rN r t L w r-L Ln 00 .-i '-L 01 U n O.0 N �- Ln Ln -4 V} V? in V? � V} 00 �--1 in V? to Q c Ln m Ln `n tp rri V� a UO tD V) i/? to to N O _ � m M = O U �O m Ln O O O O O O O O O O O O O O C O O O O O O O O O O O Ln Ln O O O O O Ln 00 Ln Ln O O O O Ln N 0) O O O to N N N N O O O Ln cf a 4 m n �.• 3 to O O n tD Ln N O 00 N M 00 00 t\ C ON vi a-1 N N aQ Q N vii? iN/f V? in• iN/? V! N E m U v tw OLn C m vO O O O O O O O O O O O Ln Ln .� to O O O O Ln O O O O O Cl Ln N N O T M p O ' O Ln O Ln Ln O O O O 6 m r� J m E U - , O O Ln N -L N ri O Ln O Ln to in .-t -p Ln O -4 vi to to v� O V? -,Tto v> 0 Fpm a m'IT LA = m N' r-i to Lr r` O 7 V} to V) N 00 W4:3, C. r4 O Q .moi V O) N d O O O O O O O O O o (D O O O O 00 O O O O O O O O O O O O O O O N �-' O O O to N O O O tD O O tD Ln O 4 O O O O n M M O Ln O Ln m N q m L 7 0) 3 O O '4 .-1 tD N Ln O O O O. M co q V O C tlf Lr N N .-1 rr L"r1 ICF e"I O% n N VI. VII d c Q Lf vi Z4v). N r4 4 eq V1 V). i4 ih i? VY R O W N N C L' O O O O O O O O O O O O O O O O. O O O O O O O O O O Ln O Q O (A O O O Ln N O N O LD O O V m O ,O Q 'd0 O O O n 11 V N O V) O V) in o .-- tL _ O O m V? V). to V). O O .-L V? m W a+ Lr) Lr) 4A. N C' V} V? 4 V). m Y �••i .•i n 01 tD v i Ln N tD M N 0) O V . M N M 00 '1 N I;r O m a' tD Ln to t-i N m N cr C J J W L,- N LA. H W N W J J J H .a m A L1 O Q. Ln 3 � p m T E 14 a 3 v O v _ C N Lull O N C L aO N 0) U) N 0) U D l0 3 -O C Q. E E c Ua Li a) a) aJ aJ -O O V aJ V1 'O L2 V) O a �. m Q V) N H 7 U H CL a a) a) C _ cu rC O N a a v v v d V) aa)i O o f u u u u u u u u E w a) C O O O O O O O LLr r0 m > (,� O U to +a) Y U U U U U U d m m O O C C C _C C C d N H U lY a 000 m a IO o U = E N U U +; Z ri N M v Ln tD r_ 00 0) oo '�L N rn q A W N Ir+ p to Do V M w A W N r m O n 3 0 00 0 0 0 0 0 0 O O N M C = d n n n n n n �* �* 1r4 5. � p n rr< CUD = m O O o 0 0 o r0 mcu o 3 ~t n n n n n n 7n• O O n n m to to m (D !D m m -N °i Q O O .. rr . ' . j' G) — C to N N rDD --I3 n < --1 in 7 N O' 77 O N (D O_ (D (D (D fD fD CTO M O aq N fD O N n N l/1 <D tu W 0 to vii 3 0 u m 3 O. N 67 ZS N I- r I- D D T T T T D to G 3 T T T T M ALn N A O t0 V W OVi N tris r W t0 V r r oA W tD < 00 p S A W _W 7 7 O- O W <n to o A^ o in to r to to a ,-: to n � C O C. /1 I� to tV O I•� O 1--� w to 0. to o O6 ' 0O w wto O to O O N tD to O O O W n D A D 0 0 0 0 0 0 .0 0 0 0 0 0 0 0 t"' > (A a. o O o O O o O O O O O o O O OOo ID n tC OrDAO rD v 0 Of O r* C r N N N t/► N r N to •V1 W :D t/f th 4.^ W �D N 01 01 00 W r r :*j V C L O W V V W to O M O r W V W O In W C C N w w O N O A O to w N O to O O (A tD N O r to O O O O N A to O O O .3r C O O O C O O O O C O C O O O co to D N n O N .K co N co O O 0o d n < 1A. W m •� N _W 3 A S O n t/> j^ j/-, N to to In to Vv tR t/* In In O d r•i N n 7 N N N to O N O F-` N N -1 O O O O to o 0 0 o to o to to to to O o 0 00 D D * vi O O O O O O O O O O O O O O Ln A N C S O O O O O O O O O O O O O O W N n O C. O 7 C. w to to v► to to 3 h N to to v* r r to r v► r w to to v* to W r Ln �w r O A W t0 A p N WV V� O w F+ O V V Ln A O N In to 1-+ to tn O C to O O 00 to O O O N N A V O O O to O O O O O O O to to O to O O O .�► O C O O O O O G O O O O O O O O O O O O O O CIO 01010 O O O NC) 2 d O � n O O _ n N ih tn• w N C m < 3 w A v+ to n rte-+ Qytn A O 1 o to ito N O in C CD' N A^ to In W O N t/t O N W O OD D o O 0) O O O O O A cn Gn O 00 l0 O W LD CU O n' 01 O O O O O O O O O O Cl Ln Cl O to < 0 O Q° O O O O O O O O O O -1 O O O .O to N Cr, fD 7 d 0 CL o Imo•+ N t? ih t/► t/f > d f1• N (D to N N t/f iR N r r N r W N O_ o (n r V r V1 to 00 A V1 N O H` O O N O 0 O A to W O iD N O Min W W O O O C co O A O w to to co O r N r O O w O 3 N m O O O O O O O O O to Qt O O tD O '+ F+ 00 = O O O O O O O O O O O O O O O O 0�1 yJ to -D Z pl O tn' O h = �. �p toLU W N •� W Q1 t/* t/* :,jW W j N n X ..v 1-+ in V to N N W O Ln C. � u' D LM O p 3 ,Z7 t/h to t/1• tn. o in. O t/1 N to O O O 01 N m In to to O o 00 0 00 p 9) O O o O N tD r n .Vi tp '9 O O O O O -I O -1 O to O O O O A4- IO O O N 0 CD nO o In 00 m o03 Ln 0 C A a co m N A N N w tR Fes+ •t/► N A f iR W A^ 3 t/ o r w to to w A N v in C p 3 W N N A O to to A W r A W F+ O (n C 0010 W N to A to O A O lb O l0 In O O O O► O O !n O O O O r O� A O O O O .3+ N O O O O O O O N O O O O O O to O 0 0 0 .O 0 O to 0 O O O O O ICL O U F- T Uw o co N (p > n o � cu cu of L � 00 C C C C cL N O co U ~ ® w 0 o co o Cl moo .� �V d Vv c 0 U U O M M CD M I- Ln I- ti O Co M O r- I- C? - M M O M O O (D r O Uf M Lq O (O N w O M M Lo M r- ,i- (D I- O r- t` r- O N m O O O O N M W O O (0 N O r O I- O O M N 69 r P- O (A C6 LI7 M d r r N CE 69 69 (f3 M r 6R 69 U> r 6R (f? 6R 04 r Q EF3 69 U3 T J tow Cl) d t N 00 O M M I- ti M M CD I- w I- m m 'D CD O O O M M N r M r M N CD '• (D I- O m NO N O M M N .4 14 CD M N O vs N I� 6 O M M V r Co r O M _ W r 69 M OC O O O r K? 6R 69 (A �} 64 ";r U3, Ef3 6R J M Qd r 0I w C O C O O O O O O O O O O O O O O d y >% O O O O O O O O O O O O O O I) CL f- O (D r U') N CD M I-- O O 'T i O N M M r I, w LO t} (0 LO (0 r N m 3 C Q d G (n U) Q L- L L LL LL. Q LL_ Q LL LL 4.. U- J N U) O_ O = 3r Q- o E Q- o w, Co 00 0 a m co m 3 _ >. co 0 N E ` — o> Cf) _ C U — C y LL 3 iv La c CL E Y a — <n -0 Cl L a) c cu Cl N O H > U F— Q Q (A CO NU C C C C C C W `.F > u O O O O O O UUUUU cu L L L L L L CL � tr_ N O O O O O O O O = C C C L (a N N a) C C C C C C U O � U U d 0 N M V Lf) O co O N M .+ 0. 00 U E O A F- � p V N n E co Z� O .e O � N y rr > _ � O O � a co 0 0 0 0 N m 0 0 U T N U N O CL N 0 O U U O O O O O O O O O O O O O O O O O OO O O O O O O O O O O O +' O O O O 00 M O O O O O O O of N O O M O O M M O O M Ln O 3 O O N 01 00 M Cf O rl m 1\ 00 N n cOc C LA M .-1 N M O 00 O LO 1Z R Vf Vf 00 LO ri V► Vl in 1- N - e-1 N Vl V► V> w y u .0 C CU O m C1 N n O O O O O O O O O O O O O O O •C N = M O O O O O O O O O O O O O O O cn CCO I� O O O O o0 vl O O Ln O O O Ln LD > 1� O O Ln O Nm m O M O O r-4 ) e- 1 V1 OD O (5 N rl in. V). V? O V} Ln r1 V-• V} LJJ Q V M C m Ln Lfl V) U N ` O � `--I V? V? AA O ui C Ql 0 _V ^ (D Ln CD LA LL —Ln N C O O O m LD 1-1 O O 00 O M rl Ln tt O O N O LD M O O Ol rl N tD N 00 N � 3 3 � M W M 00 t0 M O 01 M 00 Ql tD d' 00 V! ` C G V► V! V? N V? V> f ).VV> VVf 14 Vf l0 V Q c 3 lLn N O m O O O O O O O O O O O O O O O QN O O O O O O O O O o0 Lq O Q co 'pp c U O O O vi n r-1 O O 00 O m O lD �--� C v N r+ O O tD V r-4 Ln N O N 1, O rl V► .--1 'O Q LU �+ +>, ^ p d M N V-, V? V1 An. Ln V? 1- N V? Ut m 0 0 N V o0 C Co Ln m V? CJl M V} .O �+ mcu = V► V? V? V? m O O O O CL iM ri a_+ m ri rl N 00 r4 N N M v 00 Ln V 3 N M LO e4 N C J J W J Vl J {A W IA W J J J N N Cl O CL 3 E ao C of cc Lnc m d II 41 cu O' .+ y u` r > y N CNC d V N 0 c L N E ++ G v Y -0 C a 3ro Co E m en LTL v a v 0 Y a V) o 0- 0 C1v a U H ai v O -p ...i v H > Cl Cl = ` Y N N C ate+ w ate-• w w ate• a`+ ate.• C Y Co O •� 4J N o1 N of w N N N 00 L u u u u u u u u = Co w U C c c c c c a (0 0 0 0 0 0 0 fo ro > O U OA Y Y U U U U U U M :± u c m m L - - G Z u u o 0 0 0 0 0 = + + + �o �.- lu o o c c_ c c c c - r� v C� V d Z .-1 N M V M W 1- 00 Ol OCD !�-1 eN-1 N rel 1 Office of the County Administrator ; Contra Costa County Affirmative Action Office 651 Pine Street, Martinez, CA 94553 925-335-1045 Fax 925-335-1098 Ekuev@,cao.cecounly.ca.us Memorandum Date: July 25, 2008 To: Board of Supervisors From: Emma Kuevor �� AffirmativeAction Officer Subject: 2008 Tara Hills Drive Curb Ramp Project Attached for your review and consideration is the documentation of good faith effort submitted by the 2nd lowest bidder, Malachi Construction, for the 2008 Tara Hills Drive Curb Ramp project. cc: John Cullen, County Administrator Silvan Marchesi, County Counsel Abby Dye,Deputy County Counsel Kevin Emigh, Assistant Director Public Works Pete Warden, Project Engineer BDGFE2008TaialHillsMalacM08 Affirmative Action Office Board of supervisor, County Administration Building } John M.Gioia 651 Pine Street, 11th Floor - Contra 1st District Martinez, California 94553-1229 COStaB. 925 335-1045 Gayle tr Uilkema ( ) 2nd District Fax: Ekuev@cao.cccounty.us County Mary Piepho 3rd District John Cullen £bt County Administrator t Susan Bonilla 4th District t Federal Glover �a. 5th District July 25, 2008 l Via Fax an Certified Mail, Return Receipt Requested AME Contracting Company - 1694 Tammy Lane Concord, CA 94519 Re: 2008 Tara Hills Drive Curb,Ramp Project Our office has reviewed the bid and good faith effort documentation submitted by your firm. According to our review, the documentation submitted by your firm shows that you failed to document the following requirement as set forth in Section 3 of the Project Specifications: 1. Section 3-2.01 General states, "This project is subject to the policies and requirements established by the Board of Supervisors Outreach Program-Construction. The County is committed to maximizing subcontracting opportunities in the provision of all goods and services to the County on a contractual basis. The Outreach Program is set forth herein. Bidders should be fully informed of this program. Failure to comply with the Mandatory Subcontracting Minimum requirements may render the bid non-responsive"; and 2. Section 3.202 Mandatory Subcontracting Minimum Participation Level states, "To be eligible for award of this project, the Board of Supervisors requires the bidder to subcontract a minimum percentage of its bid, which is stated in the proposal form, to any qualified available contractor, and list all subcontractors, regardless of amount, that the bidder wishes to be credited toward achieving the required MSM. Failure to list the subcontractors and subcontracting amounts with the bid on the form provided in the proposal, sufficient to meet or exceed the required MSM, may cause the bid to be rejected by the Board of Supervisors as non-responsive. " Based upon our review, we have determined that your firm has not met the 15%MSM requirement. Therefore, we plan to recommend that your bid be deemed non-responsive for failure to comply with the Outreach Program requirements and that the Board awards the contract instead to Malachi Construction. CA0Itr2008TaraHillsCurbRampAMEContracting08 1 ) Should you disagree with our determination, you may appeal it in writing to the County Administrator, c/o County Administrator's Office, 651 Pine Street,Martinez, CA 94553. Your appeal must be received at that address no later than 5:00 p.m. on August 1, 2008, and must describe in detail all facts and arguments on which you rely. It is anticipated that the contract will be awarded at the Board of Supervisors meeting on Tuesday, August 12, 2008, which begins at 9:30 a.m. If you wish, you may appear at the Board meeting to comment on this matter. Any comments to the Board will be limited to the facts and arguments set forth in your appeal. Very truly yours, Emma Kuevor Affirmative Action Officer cc: John Cullen, County Administrator Silvano Marchesi, County Counsel Julie Bueren, Public Works Department Malachi Construction CAOItr2008TaraHillsCurbRampAMEContracting08 To the Board of Supervisors of Contra Costa County Martinez, California PROPOSAL FOR 2008 TARA HILLS DRIVE CURB RAMP PROJECT Name of bidder ! G C-p�•/ ti- �i'2v ���+ C Business address 56 y —T�7 T)*7- ��� rr' C, U 8a Mailing address 'SA-M e, Business Phone $1 Q to 5'2- -j I,o Fax Number 510 b 52 - S t( 1 Contact �(�� j �f Gi r� (24, To the Board of Supervisors of Contra Costa County: The undersigned, as bidder,declares that the only persons or parties involved in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm or corporation; that he/she has carefully examined the location of the proposed work, plans and specifications; and he/she proposes and agrees, if this proposal is accepted, that he/she will contract with.the Agency to provide all necessary, machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time prescribed, and according to the requirements of the Engineer as therein set forth, and that he/she will take in full payment therefor an amount based on the unit prices specified herein below for the various items of work, the total of said work as estimated herein being 1l 79qs� .(Insert total) and the following being the unit prices bid, to wit: 1 P Item Bid Item Description Unit Quantity Unit Price Total No. (in Figures). (in Figures) 1 Traffic Control System LS 1 ���rd p, �'.SD p, c+a 2 Clearing and Grubbing LS 1 3 Relocate Roadside Sign EA 7 ��� eQ �d �,p,eO 4 Relocate Chain Link Fence. LF 29WO,er) 5 Minor Concrete(Sidewalk) SF 2636 121©0 32,o 6 Minor.Concrete (Type S1-6 Curb) LF 581 2�',OD /6,7- (�8. 7 Minor Concrete(Valley Gutter) SF 615 8 Minor Concrete (Case III Manhole Base EA 2 w/Top Slab) w 9 Minor Concrete (Modified Driveway Ramp) SF 176 ?Jr V3Zek 10 Minor Concrete (Type A Inlet) EA 30,0, 11 18" HDPEP LF 47 12 Paint.Traffic Stripe (12"White) LF 89 13 Paint Traffic Stripe (Detail 22) LF 250 rp,vd �� pp,DO 14 Paint Pavement Marking SF 44 799, TOTAL IJ, �Z) 2 The work for which this proposal is submitted is for construction in conformance with the special provisions (including the payment of not less than the State general prevailing wage rates or Federal minimum wage rates), the project plans, including any addenda thereto, the contract annexed hereto, and also in conformance with the California Department of Transportation Standard Plans, dated May, 2006, the Standard Specifications, dates May, 2006, and the Labor Surcharge and Equipment Rental Rates in effect on the date the work is accomplished. Bids are to be submitted for the entire work. The amount of the bid for comparison purposes will be the total of all items. The bidder shall set forth for each unit basis item of work a unit price and a total for the item, and for each lump sum item a total for the item, all in clearly legible figures in the respective spaces provided for that purpose. In the case of unit basis items, the amount set forth under the "Item Total" column shall be the product of the unit price bid and the estimated quantity for the item. In case of discrepancy between the unit price and the total set forth for a unit basis item, the unit price shall prevail,except as provided in(a)or(b),as follows: (a) If the amount set forth as a unit price is unreadable or otherwise unclear,or is omitted, or is the same as the amount as the entry in the item total column, then the amount set forth in the item total column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price; (b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one hundred, etc., or one-tenth, or one-hundredth, etc. from the entered total, the discrepancy will be resolved by using the entered unit price or item total, whichever most closely approximates percentagewise the unit price or item total in the Agency's Final Estimate of cost. If both the unit price and the item total are unreadable or otherwise unclear, or are omitted, the bid may be deemed irregular. Likewise if the item total for a lump sum item is unreadable or otherwise unclear, or is omitted,the bid may be deemed irregular unless the project being bid has only a single item and a clear, readable total bid is provided. Symbols such as commas and dollar signs will be ignored and have no mathematical significance in establishing any unit price or item total or lump sums. Written unit prices, item totals and lump sums will be interpreted according to the number of digits and, if applicable, decimal placement. Cents symbols also have no significance in establishing any unit price or item total since all figures are assumed to be expressed in dollars and/or decimal fractions of a dollar. Bids on lump sum items shall be item totals only; if any unit price for a lump sum item is included in a bid and it differs from the item total, the items total shall prevail. The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as to cover every omission, inconsistency, error or other irregularity which may occur in a bid. Any situation not specifically provided for will be determined in the discretion of the Agency, and that discretion will be exercised in the manner deemed by the Agency to best protect the public interest in the prompt and economical completion of the work.. The decision of Agency respecting the amount of a bid, or the .existence or treatment of an irregularity in a bid, shall be final. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of said terms of said proposal conflicting herewith. By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 3 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the'provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. The improvement contemplated in the performance of this contract is an improvement over which the State of California shall exercise general supervision. The State of California, therefore, shall have the right to assume full and direct control over this contract whenever, the State of California, at its sole discretion, shall determine that its responsibility to the United States so requires. It is understood and agreed that the quantities of work under each item are approximate only, being given for a basis of comparison of proposal, and the right is reserved to the Agency to increase or decrease the amount of work under any item as may be required, in accordance with provisions set forth in the specifications for this project. Itis further understood and agreed that the total amount of money set forth for each item of work or as the total amount bid for the project, does not constitute an agreement to pay a lump sum for the work unless it specifically so states. It is hereby agreed that the undersigned, as bidder, shall furnish a Payment Bond in an amount equal to one hundred percent of the total amount of this proposal and a Faithful Performance Bond to be one hundred percent of the total amount of this proposal, to the Agency and at no expense to said Agency, executed by a responsible surety acceptable to said Agency in the event that this proposal is accepted by said Agency. If this proposal shall be accepted and the undersigned shall fails,to contract as aforesaid and to give the two bonds in the sums to be determined as aforesaid, with surety satisfactory to the Board of Supervisors and proper evidence of insurance in accordance with the contract requirements within eight (8) days, not including Saturdays, Sundays, and legal holidays, after,'.the bidder has received notice from the public agency that the contract is ready for'signature, the Board of Supervisors may, in its discretion, award the contract to the next highest bidder and declare the successful bidder's security forfeited, as provided in Public Contract Code section 5106. 4 PROPOSAL All good faith effort documentation must be submitted with the bid or within two (2) working days following the bid opening. Failure to submit the required good faith effort documentation within two (2) working days following the bid opening may render the bid non- responsive. The bidder is required to subcontract the following minimum percentage of its bid: Mandatory Subcontracting 15% Minimum (MSM) Requirement NOTE: Outreach Program information and/or assistance may be obtained through the County's Affirmative Action Office at (925) 335-1045 5 PROPOSAL(CONT.) The contractor agrees, by submission of this proposal, to conform to the requirements of Section 4100 through 4113 of the Public Contract Code. The undersigned, as bidder, declares that he/she has not accepted any bid from any subcontractor or supplier through any bid depository, the by-laws, rules or regulations of which prohibit or prevent the contractor from considering any subcontractor or supplier which is not processed through said bid depository, or which prevent any subcontractor or supplier from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository. The following is a complete list of items to be subcontracted, including the subcontractor's name and address, as required. If a portion of any item of work is done by a subcontractor, the value of the work subcontracted will be based on the estimated cost of such portion of the contract item, determined from information submitted by the contractor, subject to approval by the engineer. Contra Costa County requires that all subcontractor information shall be submitted at the time of bid .opening, no time extension will be allowed to submit this information per Assembly Bill 1092. The Bidder shall list each subcontractor to whom the Bidder proposes to subcontract any item of work, or portion thereof, in excess of one-half of one percent (.50%) of the total bid or $10,000, whichever is greater in accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. 6 (n s 0 '�, � A V� U U � 1 O C7 42 � sa IA) � r IJ1 v� qd- a 45 Q o � o N � N M fllEn ` U Q � to N .n NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID �J 214 , being first duly sworn,deposes and says (Name) that he or she is of Aee 2-4e- (Title,position in Company) (Name of Company) the party making the foregoing bid that the bid is not.made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding;that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix overhead,.profit, or cost element of the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statement's contained in the bid are true; and , further, that the bidder has not, directly or indirectly, submitted his order bid price or any breakdown thereof, or the contents thereof,or divulged information or data relative thereto,or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid." (Signature of Bidder State of Cajifornia ) ACKNOWLEDGEMENT(By Individual,Partnership or County o 60iTC,( CCs -+ ss Corporation) On u�yU (here insert name 11"Attleo�f ��o`ffcer), before me, personally appeared who proved to. me on e basis of satisfactory evidence to be the person(T)—whose name() isAn-e- subscribed to the within instrument and acknowledged to me that he4she/+hey executed the same in--}ri5"/her/their- authorized capacity rst, and that by 'lriher/their- signature(sj-on the instrument the persons);or the entity upon behalf of which the persoi 44—a_cted, executed the instrument. I certify under PENALTY OF.PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and.official seal. Dated: Signature; O VV 'Y oru N� Name(Typed. r Printed) (This area for official notarial seal) cls mpanying this proposal is a Proposal Guaranty in the amount of QIANA M.RILEY Commission# 1622693 Z(WMyComm. Notary Public-California > g ZAlameda County Expires Dec 16,2009 Ten (10)Percent of Amount Bid (Cashier's Check, Certified Check or Bidder's Bond acceptable) The names of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE If the bidder or other interested person is a corporation, state legal name of corporation, also names of president, secretary, treasurer; and manager thereof. If a copartnership, state true name of firm. If bidder or other interested person is an individual, state first and last name in full. 2 Licensed to do or subcontract all classes of work involved in the project, i accordance with an act providing for the jegi tration of contractors, License No.V�M%y Class: (Expires By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing information is true and correct.. Date: t (Signature of Bid Business address .moo s��74 s nP� Place of residence ��?J�P` L�> (A44d Date 20 D d 9 SAXPLE)SID BOND 13ond No.' 20-SUR-200792 KNOW ALL BY TFIESE PRESENTS: That we, Malachi Construction aS Principal,and American Safety Casualty Insurance Company ,acorporation organized and existing wider the laws of the State of Oklahoma and authorized to transact surety business in the State of California,as Surety,ar+-,held and firmly bound unto Contra Costa County , as Obligee, in the sum of T_en Percent (10no of the amount oL. the bid Dollars lawful money of the United States of America, for the payment of which sun well and truly to be made,we bind ourselves, our heirs,executors, administrators, successors and assigns,jointly and severally, firmly by these presents. N 1NHIREAS,the Principal has submitted a bid for 2008 Tara Hills Drive Curb Ramp Project 0662-6R4211-08 . (Project Name) (Project Number) NOW, TFWREFORE, if the Obligee shall accept.the bid of the Principal and the principal shall enter into a contract with the Obligee in accordance:with such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to cater into such contract and give such bond, if the PrincipEd shall pay to the Obligee the difference. not to exceed the penalty hereof, between the amount specified in said bid and the amount for which Obligee may legally contract with another party to perform the work covered by said bid, if the latter amount be in excess of the former,then this obligation shall be null and void,otherwise to remain in full force and effect. SIGNED AND SEALED,this,3 r'd day o f_ July_ _ ,20 U. (SEAL) (SEAL) Malachi Construction American Safety Casualty Insurance Company (Principal) (Surety) By. By: (Signature) (Signatm) Vnneth J. Goodwin Attorney-in-Fact (SEAL AND ACKNOWLEDGMENT OF NOTARY) G:1GrpDaloWmgn%C75PEC\PROPOSALISAMBWFI.DD-- 5/INI 10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of CONTRA COSTA } On 7-03-2008 before me, SANDRA FREDRICKSON NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared KENNETH J. GOODWIN Names)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/ars; subscribed to the within instrument and acknowledged to me that hefshefthey executed the same in his/herftbeir authorized capacity(+es), and that by hisfht"h&signatures) on the instrument the *- SANDRA FREDRI.CKSON personal, or the entity upon behalf of which the person(s) COMM.#158566 acted, executed the instrument. (� r NOTARY PUBLIC-CAUFORNIAQ CONTRA COSTA COUNTY n 1 certify under PENALTY OF PERJURY under the laws of COMM.EXP.MAY 29,2009 the State of California that the foregoing paragraph is true. and correct. Witness my h d and official�11�1 Signature Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 7-03-2008 Number of Pages: 1 Signer(s) Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer=-Title(s): ❑ Corporate Officer—.Title(s): ❑ Partner—❑Limited❑General 0 Partner—❑Limited❑General N6 Attorney in Fact ❑ Attorney in Fact ❑ Trustee. OF SIGNER ❑ Trustee ❑ Guardian or Conservator Top of thumb here ❑ Guardian or•Conservator Top ofthumb here ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: American Safety Casualt Insurance Company ®2007 National Notary Association•9350 De Soto Ave.,P.O.Box 2402•Chatsworth,CA 91313-2402•www.NationalNotary.org Item 45907 Reorder.Call Toll-Free 1-800-876-6827 NUMBERzw 1' POWER OF ATTORNEY Zo-SSR-Zoo�s2 i AatraeowSAWr sOagra B1W W ALL MW BY TEMSE PRES1TM that American Safety Casualty b awance Company has made,oro boded and appointed,and by these presents doe,mats, i constitute andappoints Kenneth J. Goodwin i California its one and lawful asaaey4n-fug for it and its name,place,and dead.to exeeate on behalf of the said Company,as surety,bonds.undertaking and contracts of uretrhip to be given to ' ALLOBZJG 8S, provided do no bond or asdertaking or contract of suretyship executed ender this wAority strati exceed in arnoem'the sum of I ***ONE MILLION***($1,000;000)DOLLARS*** 716 Power o(Atlorney Is V=W and Is signed and seaW by facsimile under and by the authority of the following Re,oh"adopted by the Board of phaeton of the Company on do Eighth day of September.2003. I; RMLVED,that the President m cogbmcdm with the Secretary or any Assistant Secretary may appoint attomeys•ia-fact or heats with authority as defined or lira ted is the ? instrument evidencing me appointment in cub case,for and on behalf of the Company to execute and deliver ad affix the seal of the Cemnpany to boodt,undertakings, recognisances,and su elyship obligations of all kinds:and sold officers may remove ahiy 206 attorney-la-fact of agaat and revoke any power of anumey previously gamed to Such porsons. IR>OMMErD FURTHRR.that any bond,oAaWymg,vecogonance.or suratyship obligation shall be valid and bla ft upon We Company: (j)wbm trigaW by the pte,tdent or say Vox-Resident and aussted and sesiod(ia seat be required)by any Secretary or Assistant Secretary or(h)wben signed by on President or any VFoeFinadent or Secretary at Assistant Secretary,and eosatersigoed and sealed(if a seat be required)by a duly authorized anormey-ice-fact or agent:or(ill)when duly executed and usled(if a seal be required)by one or omen aaomey-in-fact or agents porsimot to and witdn the Welts of the audxwky evidenced by the power of atamey issued by me Company to such person or persons. ZMLVED I that the sigaatxue of any authorized officer and the seat of the Company my be affixed by flacsbdle to any power of attomay or certificaion lbare& i aulborising tM exeeadom and delivery of any hood,undertaking,mcagohmor,or other sumlystdp obligations of the Company;and such signature and seal when to no shall have ms tame farce and affects as though manually affixed. V9 WIINFSS WOOF.American Safety C W Wly Inswance Campamy has caned its Official sal to be hereunto affixed,and these presents to be signed by is President and Wasted by its Secretary mice ffighm day of September,2003. Attest •`I Swo m R.trim,President Rwdolphh L Hund,Swffl" STATDS OF GEORGIA 000M OF CONS }sR Oo tats EWA day of Sep"dxr,2003,before me personally came Stephen R.Crim,to me lumwn,who„being by ten duly sworn.did depose and say that be is the President of American Sddy Cas ulty Insaram Company.the corporation described in and which executed the above hastrameot;Qat he knows the seal of the said corpoatios;that the$eri affixed tD ma said instrument is inch mrpoate sal;that it was so affixed by oder of the Board of Dbcct s of said corporation and that he signed his name therew by like order. yew, �? Ruth .Bamkstoa,Notary Public a • i 1. the undersigned, Secretary of American Safety Casualty lasuams Cesrpeny. a Delaware eorpoesuce. DO HEREBY CERTIFY that the foregoing and attached i Pourer of Attorney remains in full face and has sot been revoked;and tmthe mom that the Resolution of the Board of Directors,set form in the said Power of Attorney,is now io farce. Signed and Sealed at the Chy of Att aM In do State of Georgia. Daod We 3rd dayof July 2008 i RMi hL rOxagsaersdaey i ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED WITH RED NUMERICAL NUMBERS. DUPLICATES SHALL HAVE THE SA MF.FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN CONJUNCTION WITH THE ORIGINAL. i i I WARRANTY AND REPAIR AGREEMENT To c�e��`2fr�" CogI6i- &0N fY (Agency): The undersigned agrees to repair and/or replace all i improvements installed as part of 2008 Tara Hills Drive Curb Ramp Project (Insert Project Name) 0662-6R4211-08 (Insert Project Number) Should any of the materials or equipment prove defective or should the work as a whole prove defective, due to faulty workmanship, material furnished or methods of installation, or should the work of any part thereof fail to operate properly as originally intended and in accordance with the plans and specifications, due to any of the above causes, for a period of 12 months after date on which the contract work is accepted by the Agency. The undersigned also agrees to reimburse the Agency, upon demand, for its expenses incurred in restoring said work to the condition contemplated in said project, including the cost of any such equipment orlmaterials replaced and the cost of removing and replacing any other work necessary to make such replacement or repairs, if such work is performed by the Agency. Alternatively, upon demand by the Agency, the undersigned further agrees to replace any such material and to repair said work completely without cost to the Agency so that said work will function successfully as originally contemplated. The Agency shall have the unqualified option to,make any needed replacements or repairs itself or to have such replacements or repairs done by the undersigned. In the event the Agency elects to have such work performed by the undersigned, the undersigned agrees that the repairs shall be made and such materials as are necessary shall be furnished and installed within a reasonable time after the receipt of demand from the Agency. If the undersigned shall fail or refuse to comply with his obligations under this agreement, the Agency shall be entitled to all costs and expenses, including attorneys' fees, reasonably incurred by reason of the said failure or refusal. The'warranty,period on the replaced materials or repaired defects shall commence, for a separate period of 12 months, beginning on the date the repair work is. accepted by the Agency. In no event will the warranty period extend.beyond three (3) years from the date the original contract work is accepted by the Agency. 1 �/L y� tl i4 tom. r �F, �✓ �tYl-y�`'�,a �.� (Company Nam (Authorized Si ature) %C G (Print Name) Date: 0 GAGrpData\Design\CT SPEUMUFOSALWAM.T.doc 7/30/98 13 PRE-BID MEETING 2008 Tara Hills Drive Curb Ramp Project Project No.: 0662-6R4211-08 June 23, 2008 Attendance Roster Name Firm Phone P( c.r C oyfv J r,-J CMr-"JI 31 _Z29 l.� - -1- �c 1� Seo S�'� S'/O y�� G:\Design\Correspondence\CURRENT PROJECTS\2008 Slurry Seal\Prebid Sign In Form.doc AT&T Yahoo! Mail - astrocoiist@sbcglobal.net Page 1 of 2 MA I Print-Close Window Classic Date: Fri, 27 Jun 2008 20:04:21 -0400 (EDT) . To: astroconst@sbcglobal.net Subject: Invitation to Bid -Tara Hiiis Drive Curb Ramp Project From: "Malachi Construction" <bbbid@thebluebook.com> _............. ............................ .... ..... ........ ...... ......... __.. Malachi Construction Taxa E"Allls Drive Curb a reject To: Kiana Riley (Owner) From: Rhoshanda Riley Astro Construction Malachi Construction 3833 Ohio Ave. . Phone: (510) 652-5496 Richmond, CA 94804 Fax: (510) 652-5498 (510) 685-4161 Show me m_y__compa0v in The Blue Book Respond to this ITB by 07/07/08 Do not reply to this message via your email client. Choose one of the following methods, Online with QBid ID : Yes by Fax: (510) 652-5498 CAMFIDIH-WXDXFJRN Please check one and return immediately. Go to w'ww.the l..uebook._com.._and INTERESTED I will view, pick=up, or purchase log on to BB-Bid using your QBid ID above to respond from the "My the plans, specification and bid documents at the Leads" tab. If you need help; just location you have identified on this ITB. call the BB-Bid product supportfl NOT INTERESTED - Include on future ITBs staff at 888-303-2243. NOT INTERESTED - Exclude from future ITBs FN Send Request for Information (RFI) to malachoconstruction@yahoo.com Project Information Project Title: Tara Hills Drive Curb Ramp Project Type/Structure: Alterations/ Renovations/ (Road / Highway) Location: Tara Hills Drive Pinole, CA 94564 Bids Due: 07/08/08 @ 2:00 PM Scope of Work: Trucking, Concrete (Form & Pour), Traffic Control, Strom Drain, Clearing & Grubbing, Fence Relocation, Roadside Relocation and Drain inlets. Notes: Invited to Bid: 330100- Underground Utilities--Contractors http://us.f8l 8.mail.yahoo.coiii/ym/ShowLetter?box=Inbox&Msgld=5227_940729_7394_20... 7/8/2008 -T&T Yahoo! Mail - astroconst crsbcglobal.net Page 2 of 2 Additional Categories: 030190- Concrete Breaking Cutting [DBE WBE] 310175- Excavating Contractors [DBE WBE] 038220- Concrete Contractors [DBE WBE] 330100- Underground Utilities--Contractors Location(s) of Plans, Specifications, and Bid Documents Malachi Construction Rhoshanda Riley 503 S. 18th St, Richmond CA 94804 Phone: (510) 652-5496 Fax: (510) 652-5498 Date Available: 06/27/2008 More Exposure. More Project Le., Only a Retie 13orA •��ar etir� Prop ,rare dela+crs oto 'N to help built!yow-busin ais! a � # Call 8100-431 4 r click hereto, get started NOW 2219498 15718121 Standard http://tis.f8l8.mail.yahoo.com/ym/ShowLetter?boa,Inbox&Msgld=5227_940729_7394_20... 7/8/2008 Yahoo! Mail - qialiariley@,yahoo.com Page 1 of I TL Signing Service, Inc. 707.746.0345/707.746.0346 Fax ................................................. Accommodation Signing Request Form Name of Requesting Michelle Kaufman Agent: Date: 7/8/2008 TL Contact Person: Company Name: FIRST AMERICAN TITLE Address: 2 First American Way City: Santa Ana ­­­---------- State: CA Zip: 92707 Phone: 866-484-4059 X115 Fax: 866-800-9093 ............................. Escrow/Loan 1888656 Buyers/Sellers/Borrower's Name: Lynn Pham Home Phone: (510)352-1210 Work Phone: Coll Phone: (510)318-0381 ...................... Co-Borrower's Name: Home Phone: Work Phone: Date of Signing: 7/8/2008 Time of Signing: 7pm Place of Signing: 2451 STATE ST City: SAN LEANDRO State: CA Zip: 94577 Document to be sent to: Notary Document Type: 1 Loan Document Package Shipping Method: E-Mail Other: Name.of Notary: Qiana M. Riley Appointment Notes: Confirmation of Signing (For Notary Only) Date Signed: Date Documents Sent: Overnight Courier: Tracking Number: Fee: Comments: http://us.f821.niail.yahoo.com/ym/ShowLetter?Msgld=1995_33149693-735967-1898-148... 7/8/2008 MALACHI CONSTRUCTION July 9, 2008 County of Contra Costa Construction Division Public 255 Glacier Dr. Martinez, Ca 9453 RE: Good Faith Effort of Tara Hills Drive Curb Ramp Project Project No: 0662-6R4211-08 Bid Date: July 8, 2008 To Whom It May Concern: Enclosed is our good Faith Effort documentation required under the specifications of the above referenced project. If you have any questions regarding these submittals, pleas contact Rhoshanda Riley at (510) 652-5496 or email malachiconstruction@yahoo.com Malachi Construction is a small emerging business The owner has 18 years of construction experience. in rely, Psnda Ril y 503 S.,18th St. •Richmond CA 94804-(510)652-5496 Ph•(510)652-5498 Fax CA LIC#857982 A,C-27 MALACHI CONSTRUCTION June 23, 2008 Contractor Alliance Phone: (510) 233-9313 322 HARBOUR WAY SUITE 9 Fax: (510) 233-5733 RICHMOND, CA 94804 RE: Business Directory Please send us a copy of your Business Directory (including WBE, MBE and LBE.) We are bidding on the following project. Project: Tara Hills Drive Curb Ramp Project Project No: 0662:684211-08 Bid Date: July 8, 2008 Bid Time: 2:00 P.M. Trades Needed: Trucking, Concrete (Form & Pour), Traffic Control, Strom Drain, Clearing & Grubbing, Fence Relocation, Roadside Relocation -and Drain inlets. For assistance in obtaining bonds, lines.of credit, and/or insurance please contract our office. Plans and specifications are available at our office and at the local plan rooms: Any.Help you can provide in helping us reach business including, MBE, WBE and LBE contractor, will be appreciated. i Please email malachiconstruction@yahoo.com, or fax (510) 652-5498 or mail (address below) your response. Sincerely, R �s an i OwnI er 503S. 18th St. - Richmond CA 94804 (510)652-5496 Ph (510)652-5498 Fax CA LIC#857982 A,C-27 TRANSMISSION VERIFICATION REPORT TIME 06/23/2008 12:00 NAME JW RILEY FAX 5106525498 TEL 5106525496 SER.# BROK3J760183 DATE JIME 06/23 11:59 ' FAX N0. /NAME 2335733 DURATION 00:00:20 PAGE(S),' 01 RESULT OK MODE STANDARD ECM i MALACHI CONSTRUCTION June 23, 2008 Attn: Kaye Stevens Email: tlygates5@sbcglobal.net RE: Business Directory t Please send us a copy of your Business Directory (including WBE, MBE and LBE.) We are bidding on the following project.' Project: Tara Hills Drive Curb Ramp Project Project No; 0662-6R4211-08 Bid Date: July 8, 2008 . Bid Time: 2:00 P.M. Trades Needed: Trucking, Concrete (Form & Pour), Traffic Control, Strom Drain, Clearing & Grubbing, Fence Relocation, Roadside Relocation and Drain inlets. For assistance in obtaining bonds, lines of credit, and/or insurance please contract our office. Plans and specifications are available at our office and at the local plan rooms. Any Help you can provide in helping us`reach business Including,,MBE, WBE and LBE contractor will be appreciated. Please email malachiconstruction@yahoo.com, or fax (510) 652-5498 or mail (address below) your response. -Sincerely, Rhoshanda Riley Owner 503 S: 18th St. Richmond CA 94804 (510)652-5496 Ph (510)652-5498 Fax CA LIC#857982 A, C-27 http://us.mc620.mail.yahoo'.com - Business Directory -Yahoo! Mail Page 1 of 1 3 Business Directory Monday, 3une, 23, 2008 12:29 PM 1^aj , "Rhoshanda Riley" <malacbicanstructiontr)yahoo.com> To: tlygates5@sbcglobal.net rna!achiconstsucticnCcuyahoa.cotrt" Tara Hills K, S&ens.doc (381<13) Please see attached request _. ... _ „ http://usmc62 0.lilail.yahoo.com/mc/showMessage?fid=Inbox&sort=date&order=down&st... 6/2'/2008 i . i MALACHI CONSTRUCTION i FAX COVER °SHEET To: Emma Kuevor From: JW Riley Company: Contra Costa County For: N/A Fax Number: 925.335-1044 Date/Time: 7/23/2008 4:28 PM Phone Number: Number of Pages: 24 including Cover RE: Tara Hills Comments: Ms. Kuevor, Please see the following attached for your review.- 0 eview:0 Summary Sheet (13 pages) • Advertisement (10 pages) I 50?5. 18"St.,Richmond,CA 94608 f (5 0)652.5496 i (510)652-5498 Fax CA LIC# 651982 A,C-27 TO 3�ed A371zi Mr 86bSZS90TS 0Z:9T B00Z/EZ/L0 07/24/2008 10: 36 . 5106525498 JW RILEY PAGE 02 ACTIVITY REPORT TIME 06!23/2009 10:34 NAME , ' FAX SEP..# BROF3N936997 NO. DATE TIME FAX N0./NAME DURATION PAGE(S) RESULT. COMMENT #003 09'13 .14:55 5493363 00 00BUSY TX #004 10/05 17:12 2750315 , 01:03 02 OK TX ECM 0005 10/13 15:52 2750315 00 00 BUSY TX #007 10113 15:55 2750315 37 02 OK TX ECM 0008 10/19 15:01 2750315 07:13 16. OK TX ECM 0009 10/21 13:11 2750315 00 00 BUSY TX #010 10/21 13:11 2750315 02:32 06 OK TX ECM 0011 10/21 14:05 2750315 37 02 OK TX ECM 0012 10/21 14:20 2750315 24 01 OK TX EGM #015 12/16 22:23 2750315 03:26 11 OK TX ECM 01/20 14:28 408 586 3056 41 02 OK RX ECM #018 06/23 10:25 17078639622 Be 00 BUSY TX #019 06/23 10:26 2152232 19 01 OK TX ECM #020 06/23 10:28 12098309308 00 00 BUSY TX 0023 66/23 10:32 5781305 35 01 OK TX ECM BUSY: BUSY/NO RESPONSE NG : POOR LINE CONDITION / OUT OF MEMORY POL : POLLING RET RETRIEVAL PC : PC-FAX 07/23/2006 16:20 5106525498 JW RILEY' PAGE 23 MALACIHI CONSTRUCTION June 23, 2003 INVATIONS TO BID Hills Truckings 209-830-9308 Malachi Construction, is seeking quotes from qualified MBE/ WBE/ SBE/ OBE/ LBE/ DVBE for the following project Project: Tara Hills Drive Curb Ramp Project Project No: 0662-6R4211-08 Bid [late: July 8, 2008 Bid Time: 2:00 PTH Engineers Estimate; $125,000.00 — Trucking, Concrete (Form & Pour), Traffic Control, Strom Drain, Clearing & Grubbing, Fence Relocation, Roadside Relocation and Drain inlets — Plans and Specifications can be picked up from the Contra Costa County Public.Works Department located at 255 Glacier Drive Martinez Ca 94553 (925) 313-2000 for $29.01) or Viewed at our office. For assistance in obtaining bonds, lines of credit, and/or insurance please contract our office. Will you be bidding this project? .Yes No Company/Contact Phone Trades Bidding Fax Thank you, Malachi Construction 503 S..18th 5t. Richmond CA 94804 - (510)652-5496 Ph (510)652-5498 Fax CA LIC#857982 A,C-27 07/24/2000 10:36 5106525490 JW RILEY PAGE 07 MALACHI CONSTRUCTION June 23, 2008 INVATIONS TO BID Hills Truckings 209-830-9308 v. Malachi Construction, is seeking c:luotes from.qualified MBE/ WBE/ SBE/ OBE/ LBE/ DVBE for the following project Project: Tara hills Drive Curb Ramp Project Project No 0662-6114211-08 Bid Date: July 0, 2008 Bid Time: 2:00 PM Engineers Estimate: $125,.000.00 — Trucking, Concrete (Form & Pour), Traffic Control, Strom Drain, Clearing & Grubbing, fence Relocatioi, Roadside Relocation and Drain inlets — Plans and Specifications can be picked up from the Contra Costa County Public Works Department located at 255 Glacier Drive Martinez Ca 94553 (925) 313-2000 for $29,X or Viewed at our office — For.assistance in obtaining bonds, lines of credit, and/or insurance please contract our office, Will you be bidding this project? Yes No Company/Contact Phone Trades Bidding Fax Thank you, Malachi Construction 503S. 18th St. - Richmond CA 94804,(510)652-5496 Ph ^ (510)652-5498 FaX CA LIC#857962 A, C-27 07/24/2008 10: 36 5106525498' JW RILEY PAGE 03 } TRANSMISSICM VERIFICATION REPORT TIME : 06/23/2008 10:28 NAME FAX SER.# BROF3N936997 DATE, IME 06/23 10:29 FAX N0./NAME 12098309308 DURATION 00:00:00 PAGE(S) 00 RESULT BUSY MODE STANDARD BUSY: BUSY,/NO RESPONSE 07/24/2008 10: 36 5106525498 JW RILEY PAGE 10 MALACFII CONSTRUCTION June 23, 2008 INVA,TIONS TO BID R. Dawson Consruction 707-863-9622 Malachi Construction, is seeking quotes from qualified MBE/ WBE/ SBE/ OBE/ LBE/ DVBE for the following project Project: . Tara (Hills Drive Curb Ramp Project Project No: 0662-6114211-05 Bid late: July 13, 2008 Bid Time: 2:00 PM Engineers Estimate: $125,,000.00 --- Trucking, Concrete (Form & Pour), Traffic Control, Strom Drain, Clearing & Grubbing, Fence Relocation, Roadside Relocation and Drain inlets — Plans and Specifications can be picked up from the Contra Costa County Public Works Department located at 255 Glacier Drive Martinez Ca 94553 (925) 313-2000 for $29.01) or Viewed at our office — For assistance in obtaining bonds, lines of credit, and/or insurance please contract our office. Will you be bidding this project? Yes No Company/Contact Phone Trades Bidding Fax Thank you, Malachi Construction 503 S.18th St. - Richmond CA 94904.(510)652.5496 Ph-(510)652-5498 Fax CA LIC#857962 A,C-27 07/23/2008 16:20 5106525498 ! JW RILEY PAGE 20 MALACIHI CONSTRUCTION June 23, 2008 INVATIONS TO BID R. Dawson Consruction 707-863-9622 Malachi Construction, is seeking quotes from qualified MBE/ WBE/ SBE/ OBE/ LBE/ DVBE for the following project Project: Tara Bills Drive Curb Ramp project Project No: 0662-61114211-08 Bid Date: July % 2008 Bid Time: 2:00 PM Engineers Estimate: $125;1000.00 — Trucking, Concrete (Form & Pour), Traffic Control, Strom Drain, Clearing & Grubbing; Fence Relocation, Roadside Relocation and Drain inlets — Plans and Specifications can be picked up from the Contra Costa County Public Works Department located at 255 Glacier Drive Martinez Ca 94553 (925) 313=2000 for $29.00 or Viewed at our office — For assistance in obtaining bonds, lines of credit, and/or insurance please contract our office. Will you be bidding this project? Yes No Company/Contact Phone Trades Bidding Fax Thank you, Malachi Construction 503S. i 8th St. ,Richmond CA 94804 (510)652-5496 Rh (510)652-5496 Fax �,A LIC#857982 A,C-27 07/24/2009 10: 36 5106525498 JW RILEY PAGE 04 TRANSMISSICN VERIFICATION REPORT TIME : 06!23!2008 10:25 NAME : FAX SER.## BR73N936997 DATE,TIME 06/23 10:25 FAX NO.INAME 17078639622 DURATION 00:00:00 PAGE(S). 00 RESULT BUSY MODE STANDARD BUSY: BUSYMO RESPONSE c f) . r V� �U D� 07/23/2008 16:20 5106525498 JW RILEY PAGE 24 MALAC[HI CONSTRUCTION June 23, 2008 INVATIONS TO BID GW TRUCKING 510-215-2232 Malachi Construction, is seeking quotes from qualified MBE/ WBE/ SBE/ OBE/ LBE/ DVBE for the following project Project: Tara Hills Drive Curb Ramp Project Project No: 066 :-684211-08 Bid Date: July S, 2008 Bid Time; 2:00 PM Engineers Estimate: $129400.00 — Trucking, Concrete (Form & Pour), Traffic Control, Strom Drain, Clearing & Grubbing, Fence Relocation, Roadside Relocation and Drain inlets — Plans and Specifications can be picked up from the Contra Costa County Public Works Department located at 255 Glacier Drive Martinez Ca 94553 (925) 313-2000 for $29.00 or Viewed at our office — For assistance in obtaining bonds, lines of credit, and/or insurance please contract our office. Will you be bidding this project? Yes No Company/Contact Phone Trades Bidding Fax Thank you, Malachi Construction 503 S. 18th St. - Richmond CA 9404^ (510)5525496 Ph w(510)652.5498 Fax CA LIC#857982 A, C-27 07/24/2008 10: 36 5106525498 JW RILEY PAGE 08 MALACHI CONSTRUCTION June 23, 2008 INVATIONS TO BID GW TRUCKING 510-215-2232 Malachi Construction, is seeking quotes from qualified MBE/ WBE/ SBE/ OBE/ LBE/ DVBE for the following project Project: Tara Mills Drive Curb Ramp Project Project No: 0662 6R42 .1-0� Bid Date, July f•, 2008 Bid Time; 2:00 IPh4 Engineers Estimate: $125,000.00 —'Trucking, Concrete (Form Pour), Traffic Control, Strom Drain, Clearing & Grubbing, Fence Relocation, Roadside Relocation and Drain inlets —Plans and Specifications can be picked up from the`Contra Costa County Public Works Department located;at 255 Glacier Drive Martinez Ca 94553 (925) 313-2000 for $29.00 or Viewed at our office For assistance in obtaining bonds, lines of credit, and/or insurance please contract our office. Will you be bidding this project? Yes No Company/Contact Phone Trades Bidding fax Thank you, Malachi Construction 503 S. 18th St. -Richmond CSA 94804 (510)652-5496 Ph (510)652-5498 Fax CA LIC#857982 A,C-27 07/24/2008 10: 36 5106525498 JW RILEY PAGE 06 TRANSMISSION VERIFICATION REPORT TIME : 06/23/2008 10:27 NAME : FAX SER. 0 BROF3N936997 DATE,TIME 06/23 10:26 FAX NO. INAME 2152232 DURATION 00:00:19 PAGE(S) 01 RESLLT OK MODE STANDARD ECM r /Ilk v 07/24/2008 10:36 5106525498 JW RILEY PAGE 09 MALACHI CONSTRUCTION June 23, 2008 INVPTIONS TO BID Astro Construction 510-578-1305 Malachi Construction, is seeking quotes from qualified MBE/ WBE/ SBE/ OBE/ LBE/ DVBE for the following project Project: Tara Wills Drive Curb Ramp Project Project No: 0662-6114211--08 Bid Date: July 13, 2008 Bid Time: 2:00 IPM Engineers Estimate: $125,000.00 — Trucking, Concrete (Form & Pour), Traffic Control, Strom Drain, Clearing & Grubbing, Fence Relocation, Roadside Relocation and Drain inlets — Plans and Specifications can be picked up from the Contra Costa County Public Works Department Ilocated at 255 Glacier Drive Martinez Ca.94553 (925) 313-2000 for $29.00 or Viewed at our office — For assistance in obtaining bonds, lines of credit, and/or insurance please contract our office. Will you be bidding this project? Yes No Company/Contact Phone Trades Bidding Fax Thank you, Malachi Construction 503S. 18th St. ^Richmond CA 946D41 (510)652.5496 Ph (510)652.5498 Fax CA LIC 4 857982 A,C47 07/24/2008 10: 36 5106525498 JW RILEY PAGE 05 TRANSMISSION VERIFICATION REPORT TIME : 06/23/2008 10:33 NAME : FAX SER. # BROF3N936997 DATE,TIME 06/23 1.0:32 FAX N0./NAME 5781305 DURATION 00:00:35 PAGE(S) 01 RESOK MODE T STANDARD ECM tp L� V_ MALACHI CONSTRUCTION Project: Tara Hills Drive Curb Ramp Project 'Project No: 0662-6R4211-08 Summary ShE!et Item # Sub-Contractor MBE/WBE Amount of Amount of "X° if Bid Not Used Bid Used used 2 Astro Construction MBE/WBE $5,000,00 x 11 Astro Construction MBE,�WBE $7,050.00 x Trucking GW Trucking MBEVBE $5,700.00 x Trucking Hills Trucking MBE,`WBE $85.00 4 Bailey Fence $1,220.00 x 4 Olivera Fence WBE $2,900.00 1 Thomas Pratt . 3 Golden State Traffic Services $2,735.00 3 Statewide safety signs $2,240.00 3112,13 & Compass Engineers $4,897.00 14 3,12,13 & Stri in Gra 14 pp 9 Graphics p $5,006.00 Water Pollution CSS $880.00 Water AFA Construction Group 1$994.40 Pollution za ssGd A3Iz6 Mr a6bszs9et5 az :9T e@@Z/EZ/LO ASTRO CONSTRUCTION 7/8/2008 10:41 AM PROJECT: 2008 Tara Hills Drive Curb Ramp Project PROJ ECT#: 0662-6R4211-08 BID DATE: July 8, 2008 BID TIME: 2:00 PM Dear Malachi Construction, Astro Construction is a City of Richmond/Contra Costa County SLBE/MBE/DBE/WBE Contractor will be bidding on the following items for the above-mentioned project: Item # 2 Clearing & Grubbing LS 1. @ 5,000.00= $ 5,000.00 Item #11 18" HDPEP LF 47 @ 150,00= $7,050.00 "f otal Bid Amount $12,050.00 Exclusions: No Bonding and permits fees, grades to be received +/- tenth. Traffic Control For further information please contact Qiana @ (510) 685-4161 ,4s'tro Construction 3e33 Ohio Ave, -Richmond Ca 94804►(510)685-4161 Ph -($10)578-1305 Fax CA LIC#856909 A. C-27 EB 3obd A3-1Id Mf 86bSZS99TS K:9T B09Z/EZ/L9 04/21/2008 15:47 5102152232 G:WITRIJCKING rain nl �l GLORIA WASMGTON TRIJC MG,INC. P.O.BOX 2884 RiCUMOND,Cil.%VC-28884 PHONE (510)236.6766, FAX(510)215,2232 July 03,2008 Malachi Construction 503 South 18g'Street Richmond,Ca. 94804 Project: Contra Costa County—0662-6R4211-09 2008 Tara Hills Curb Ramp Project Bid Date: . July 08,2A08 See attached hourly rates for all WxJo to be used oa i:his project. b0 39ad A3IIa Mr 86bSZS90TS 0Z:9T 8002/£Z/L0 04/21/2008 15:18 5102152232 G:WITRIJCKING RACit evn� GL01UA WASHINGTON TRUCKING, INC. P.O. BOX 2884 RICHMOND, CA. 94802-2884 PHONE (S 10)236-6766 FAX(510)215-2232 PUC# .t 3Q-492 HOURLY RATES FffeMWg AuMat 1.3;008 rw 3-Axle Ten-Whoeler,Rates Weekday $ 85.00 per hour Saturday $ 90.00 per hour Sunday $ 95.00 per hour 2-hour minimum on singib/,ads 5-AxIS Semi Erni Rabe Weekday $ 95.00 per hour Sa urday $I 00.00 per hour Sunday $10;5.00 per hour 2-hour minimum on singe®toasts Fra owbed Rates Weekday $100.00 per hour Saturday $106.00 per hour Sunday $111 .00 per hour Hia side Rates 1Neekday $105.00 per hour Saturday $110.00 per hour Sunday $11:5..00 per hour Minimum Hours Per Day AM irrucks-4-hour minimum Nnimum!-tours Afights All;rrucks—6-hour minimum $1,50jhr additional rate for nightwork. For demaiidon and excwm lon woek,Carl for a free estimate. G.W.1'ruAing Inc.'s policy is to provide quality work in a timely and cost-eftaive manner S0 39bd A37IN MC 86VSZS90TS 0Z :9T 8002/EZ/L0 HILL`S TRUCKING 3252 Seagram CT, Hayward CA 94541 (510) 222-8839 RE: Tara Hills Drive Curb Ramp Project Hourly Trucking Rete • 10 Wheeler $85.00 per hour • Semi-End Dump 1;95.00 per hour • Bottom Dump 1;110.00 per hour • Semi-Bottom Dump �.;110.00 per hour 90 39Vd ATU8 Mr 86bSZS90TS 0Z :9I 8002/EZ/L0 Ju). S. 2005 7:2SAM Bailey Fence Co _D ILICV FIC NCE CUMIPA.NY, INC. 5205 Baumberg Avenue,Hayward, Ca,aoroo 94545 (510) 783-2980 Fax (510) 783-2989 CA Lid nse#498661 Fax Bard I'u rin = ` T ' aite OS Tillie Job Uxation: , .a�[_ ��• w, .7 —('R 4 Lw D Scctiori(s)&Trades �e'49'. ._ Aa— \71..yw' 1?ls.ns/Specs_��rnish/irt WIJX F0I3 Jobsite bnsla,ll Oniy Taxbnc�c_ �.d f Bulfitiri 4 _Z_5_4____5—6_7 8^„ 9_ 10— / Union ,&_Yes —No Prevailing Wage "Yes _ No z Bondable X,Yes r,No Bond huts---5%not included,Waiver of Subrogation included_�&s,,,_No Includes:' (¢ ;( Amount PAL. 9 Due to the rapid escalation in steel & ; gas prices, we can only hold our price Alt# for 60 day's until, it stabilizes. }l:�xc��awQvn/Cieara�icaixu�us: CACar&Grub 67 ache",Surviey by O lu;rs,Ele,ctrieurl Fence grouatidiug by odwra,iWoo ztatat act posty befory az�y cottaret•+e or Landccaape work Chat 4fccts ue are(it. As built AWG'S not includerl. We awu ne xto respow dity for uimnurked Uadd rand VrAtvr,electrical,, telc�ztionc,Zaa or azw+ex lir.rd. � i�,{,�Iv YMtin�Ze S•tbnutie_d Dy: Paul xlteirg �� 3E)dd 13716 Mr B6bSZ590Ts 0Z 9t 869Z/EZ/�0 Jul .07 2008 4: 39PM' Oliveira Fence Ina. 4082-�'icu�u QLJY91B FFNC SNC. 40f1 Rodd Street,SDirc 10 Santa Clea California 9SO5��� + + 2 Ltc �0 4t?A�43 C33 � (44tis)727-3Bi 1 Fax{40ti)7Z7-2690 cmni]olrveirafcnce �y -�Yahoo.cam Women Owned Business Enterprise SF Rbdeve10'PMCnt AZettcy SBE/MBEIWBE-113-55106-013 Bonet Rate•-1.5'014.Dost is not iveludtd in prig SWO of Califomia Cent ification NO-REP-0023017 SBE Liability insuraAcc limits-S4 Mil oath occurmnea Cily of Sacranwxxto Certification No::19905 Caltrans Ccrti&Won No. Cf-001583 SDBE/SWBE Oliveira Pence Is pat of the Laborers Union ID M Pt) A L Company; Bid Date': 7/8/M' S Atta:Estimating Department Addends Noted:0 Project 2008 Tara M s Drive Curb Ramp Project No.0,662_6R4211_08 Move-]m included: 1 day on ly Location:Contra Corte County,Ca. Additions]Move-ins: SSO(.00 Estimator:Debbie Garcia MOB Ufectures'Lead Time:2 weeks Includes Installation and Tax . Nuzabm Bid Ytem Doscri tion of Units TVM Unit Price Total Price 4 Relocate 4'high Chain Link Pence with.Top]Reil 29 Ll: $ 100.00 $ 2,900.00 Note: . We will remove sad iaistelf in a i day iazualiation.'No will use quick Setting conarote. Total Bid S 2,900M QE2AJAbM.Mg-r&Due to the voial0ity of the Steel Market,prices quoted above arc good for only 30 days from tho date of Proposal A ur 30 ds s lylocis sub'vct to Re-Ne anion if amts cannot b�:rcachrd Oliveira fence Inc.reservos the right to rruilif,thio 2rograt. EXCL0 Q143:Hand premium,building permits,railroad protarnivo liability policy,special coverage insurance prwniums,penalties for dcl*,s beyond Oliveira Pcnco control,clearing/grubbing,groding,hand digging, concrete 6c atsphait ustchln&atcatricol and grovridin&landaoapc mitoraaon,awf9c rw%=1 painting,flange plates or saddle brackets,dcmolrocnoval of;fenco unless requested In the above quote,englnewing or testin&etnbedslpost podate or skevcs or cl=out,sort:drilling and saw cutting,removal or disposal'of dirt spoils(din spoi Is will be tofu neat,the fence past holes),barMing post holes,rcrnovel or disposal ofhamdous Yubatances,padlock,contract mow strips and flat work liability for locating underground vrilities,liability for damagcs to un-located- unda gourd utilitlns,rnaintananro ofternperwy fbnots,no night iwork,swYeya and Layout,staking,signs an fences and gaits,welding of any fnttcz awerial or rebnr c for fenac osis. Page t of I J���I� Mt 86bSZS90TS OZt9T n i, 1pp . •*�R� A ;$ 7 1Q 8: •., Cep, rtifie i DVBE&SBE:DGS-0028473-exp. 10.31.2008 Lroonse Number 717882 Certlfled D8E&SMSE:CT-030497-exp, 11-01-2008 1988 Broadway 5t Phone: (707) 557.7124 Vallejo, CA 94589 Fax: (707) 6471291 Thursday,Jule 03,2M RE: Contract: Contra Costa County—0662.6R4211-08 2008 Tara Ms Curb Ramp Project Bid Date, July 08'.2008 Item 4 Itom Items bid indiw+tdBid Price Code X - Temporary Traffic Control Labor And Equipmql Includy 2-Technicians Flagging, Or TIBC any shift $1,200.00 /8Hr.Minimum 1-Technician $875.00 Mr.-MTini>mmu AddWonal Teehnieian $90.001mr. "See mote below )Notes: TCS,10-locking Daye'Notice required for Tic Control System, Contlnucd 1 6@ 39t78 A3-1Id Mr 86b5ZS90ZS @Z:9Z (QC/100v 11:04 61^_?2 077_ Certified DV @E-&SBE, PaS-0026473-exp. 10-31-2008 License Number 771662 Certified DHE&SMBE:CT-030497-exp, 11.01-2006 1988 Broadway St. Phone: (707)557.7124 Vallejo,CH 94588 Fax: (707)647.1291 Contra Costa County—4662-6R4211-08 2008 Tara Hills Cwb Rami Project TEMPORARY TRAFFIC CONTROL SERVICES; Includes delivery,set-up and removal of required traffic control devices and equipment(8 hour minimum call out). Devices and equipment includes 1-type II trailer mo anted solar powered arrow board,up to 300-28 inch cones(sufficient for 2-3 mile closure),5 type-III barricades, 12 advanced warning signs with stands, 2 flashing beacons. Traffic Control Notes 1. Daily(Standard)bate-Time stars @ placing of first advanced warning sign and ends on removal of last warning sign.Bxception-tune starts whenever Prime requires traffic control technician and/or flagger to be presont at a particular time and for any reason. This includes meetings. 2, Thomas&Pratt DOES NOT normally perform"F.xtta Work Our Traffic Control quota is for providing services at our quoted price,All`Extra Work"must be clewed through Guadalupe Thomas(510)375-7126. 3. Standard Rags,apply to Traffic Control Teohnioian/flagger&pilot oar operator as follow: a. Overtime applies after 8 hours of work and on Saturday:DAILY MMMUNI 18 X 1.5=PER HOUR . b. Double Timc:applied on Sundays and State/FedarallLocal Holidays, c. Lison Tower rental:S100.00/per light tower,per 6hift, d. Additional Arrow Board-,51001st-& e. Pilot Car&OperAtor:$600,00/shift+.25/per mile. f AtnenuarorTruck:5600.00/5hift,Siaoaxomoak,56,000,00/Month+.32/par mile, g. Addttional sign over 12=520.00 per tip per shift. h. Additional 8a►cone ower 2=625.00 per shift. is Drive time will be charged at$20,00 per tach-per hour. j. Additional truck$300,00 per shift. k, Additiomi$500,00 per ramp closed while maitilina clanure is in place. Good luck, Eric Thomas Vice President 2 @i 39r/d A311a r1r 86bSZS90ZS K:9T 8@@Z/EZ/L0 07/23/2008 16:20 5106525498 JW RILEY PAGE 11 Jul-08=08 09:43A Golden St.TviiffiC 5306207971 P- 01 To:ESTIMATOR Prom:jay Corby � '"Facsimile Quotation" GOLDEN STATE TRAFFIC SERVICES P.O. Box 661 PL.YIMOUTHr CA,. 95669 PH: (630) 620-1068 F'Ax: (530) 620-7971 CONTRACT: CONTRA COSTA COUNTY/2008 TATtA BILLS DR. CURB RAMP PROJECT BID DATE: JULY 8, 2008 Item# Descla�on U$ Total #1 CONSTRUCTION AREA SIGNS : $2735.00*** (PARTIAL) ALL SIGNS SHOWN ON SHEET 7 OF PIANS. CONTRACTOR'S LICENSE#804922 °Contractor to cover any existing gigoa,if needed, 0"75 working days notice needed for i retaliation,stage and removal of signs. ""All signs to be installed at one time,and covered if regaepted,upon imtallation, '"All signs bo be removed at one time,unless stage work is apeetfied in nub-contract. *"Contractor to cover and uncover sigino as needed. -All aigns&Barricades and posts to.remain property of Golden State Traffic Services. "*This quotation must become a bindiing attachment of any sub-contract agreement, ***Add$200.00 p/ea,forr SC6r3 RAMP NOTM ATION SIGNS,if wired.(Sanicade mounted). �i�Rr+Costtractivx 07/23/2009 16:20 5106525498 JW RILEY PAGE 12 S STAT is SSafety&SBgM, lnc, 822 Lindon Lane 323 Commercial Street 13755 SlaisdeJl Place 130 Grobric Court S Nlpomo,(:A 93444 San Jose, CA 95112 Poway,CA 9ZO84 Fairfield,CA 94533 (805)929-5070 (408)993.9770 (85a)679-7292 (707)864-9952 Fax(805)929-5786 Fax(408)993.9773 Fox(858)e79-7117 Fax(707)864-9956 CORPORATE OFFICE UNION " BONDA13LE 0.9 * LICENSE #: 523394 A, C31 QUOTATION ATTN : _g; timating FROM : _Dan Nicholas—_Fairteld Branch CONTRACT#:_ 0662-6R4211-08 BID DATE : 7/8/2008 LOCATION/ NAME : 2008 TARA HILLS DRIVE CURB RAMP PROJECT ITEM # DESCRIPTION QTY UNIT $ TOTAL $ CONSTRUCTION AREA SIGNS LS LS '" $2,240.00 11 —W20-1 36"x36" 2 —G20-2 24"x18" CHANGEABLE MESSAGE SIGN RENTAL RATES $130.00/day. $500.0011 week, $1350.00/4 weeks; $100.00 delivery 8 $100.00 pickup each SUBJECT TO AVAILABILITY FURNISHED, INSTALLED AND REMOVED, TO REMAIN PROPERTY OF STATEWIDE SAFETY & SIGNS, INC. THIS QUOTATION AND ATTACHED CONTRACT PROVISIONS MUST BECOME A BINDING PART OF ANY SUBCONTRACT z9irra SJdd A13JVS -4G1M31V1S 9966b98LGZ /-1-ZZ Z00Z/Z1/60 07/23/2008 16: 20 5106525496 JW RILEY PAGE 13 Jul 08 08 1208p 550-592-1886 P.i CO-PASS ENGINEERING CONTRACTORS, INC. Quote 2008-278 July 8,2008 Project: 2008 Tarsi Dills Drive Curb Ramp project Owner: Contra Costs County public Works Dept. Bid Date: July,8,2008 Compass Engineering Contractors,Inc.(CEC)proposes to install the following work per Contract Drawings& Specifications: $id Est Unit Item ltcm Description . Unit Price Amount 3 Relocate Roadside SiM 4 EA $300.00 $1 200.00 12 Paint Trak Stripe 12"White 89 LF $9.00 $801.00 13 1 Paint Traffic Stria KDetail 22 250 LF $10.00 $2,500.00 14 Paint Pavement Markings 44 SF 59.00 $396.00 Condit'soM, 1) Aid Item#3 is separable 2) Includes removal of existing marldngs by grinding. 3) Includes one mobilization--Eidd mobilizations at$750/each. 4) 'Traffic control is included fo--our work. Exclusions: 1) Power cleaning of pavement 2) Traffic control pleas/posting areas"No Parking". 3) Temporary delineation. 4) Sandblasting. 5) Offh.aul of spoils. 6) Hazmat testing/abatement/disposal. Testing& inspection. 7) Bond costs,permits&other Pees. 8) For waiver of subrogation add 1.5%. We are a union contractor(Laborers). If you have any questions regarding this quotation, please contact:Mike Moore at(415) 760-8653. Compass Engineering Contractors,Inc. Lic 1868996—A&C-32/Calif_SBE 454649 I 1 I Glenn Wxky,Ste.7,San Carlos,CA 94070-Phonc(650)592-1419-Fox(6SO)592-18%-www.eompasgac.00rn 07/23/2008 16:20 . 5106525496 JW RILEY PAGE 14 Jul. 8, 2008 12: 20PM Striping Graphics 707-763-9761 Ito., 5692 P. •1/1 STRIPING GRAPHICS 1364 N,McOoweff,Suite 12,Petaluma, CA 94954 Phone: (707)763-9425 Fax:(707)763-9761 Lic.#576756 ■wwwwwwwwwwwwww�■wwwww�wwrww■®wwww®�i�l Date: 7/8/2008 Project, Tara Hills Drive Curb Ramp,2008 Location: Pinole Attn: Estimator Company Address: Phone: Fax: Description: Pavement Markin em Qty Unit I vescTrion Cos Tow N/A i LS Remove Existing Striping b Markings $750.00 $750,00 3 7 Ea Ralowe Roadside Sign $225.00 $1,5?5.00 12 86 LF . Faint Traffic Stripe(12"White) $7.00 $623,00 13 250 LF Pant Traffic Stripe(Dstail 22) $7,00 $1,750.00 14. 44 SF Paint Pavement Marking $7.00 $308.00 Excludes:Core Drilling, Temp-Striping, Barricade,Truncated Domes&Curb paint. Ot3.D0 11PAYMENT To Be woe As.Fol.wro Not In 30 Days Ton Lane Z) NOT1C0 7U OWNER(SeeGen T019•Camractor:Ucenen Umwj!Under thr Mech)NI:3 Uan Law,arty eontmaor,oubcontracrcr,labor44 ma4dalman or other ocrSon who wpa to Improve your'properly and le not paid for Nh a her labor,We oWd or makrla:,hat a right to eMorae hh or her chin agPint1 your properly. "Unoof the low you may proloof youreelr egsrnst such oalmsby filing.Ilafora such work or Improvemarn,an original eonlisci for the work or Improvement ora modtf=i* thereof In the ofrias of into county re•:OrOr of!fie county where the Pro"ry N tasted and requir$Ig[hal it conlr8clors payment bond be recorded In auttl Oct,Sold band Shall ba In amount not lo:4 than filly Dercerll f5M of ina eortnel price.end"it,in sedition to any oonalticos for the Orfatiranee of lno Nnimat,be eorldidaned for ine . payment in U)of the elaimt of af!pensont furnithfng labor,zereieea;.44 APmenf or mverials for Ihs won!dsecbod in sold'oanpaeL Conlraftm are rpiziund by law to be neeneed and regOdIdd by Ala Ccrtmelors Stain Ueense Board,My quexllant concem)ng 2 conimmor may be referrod to the rDSIMrar, Conlrago(e SlaIa Uoarlse 808rd,9132 Bradohow Rd.,Sacramento,CA Mailing address-P.O.Box 28000,Saoramento,CA 99876, 3) Your arteNoa it Craaied to secllons 3047.41028 and 9111,Csffomin CAII Cadevhlch m4ira;ve to hol)y you by the way of a CalKarnra PrellmiMry NOliae'!11151 If Mlle aro not pard in fullror labor,2efvlcea,eorfpmOnl fir eIstertalo rumiehod,or In be"ahed,the Improved properly(which ie daParhled hcrcon)may De sup!ee!b liensIli it etploment is spplloftla to private work omy,'rhlo is Abl a rhection of the Inlogrky of you or any bontrodoe at aubcanhaolof, 41 Authortmd Now 7hieoropoest le Thirty(30) ` SlOnsturt only valid for oeye ACCEPTANCE OF PROPOSAL-no aaove Ono".9poci6caGon9 and,aonalli"arc ssltelmlory ark aro hereb)(0e0ep11ed.You are auNaA¢ad to do Vte work fie poclGad PayrWI all!OR Rude se oulimm$Dove. 0319 ofACcapffhes: Sipnalure 07/23/2008 16: 20 5106525498 JW RILEY PAGE 15 To: +1.5106525498 Page 1 of 1 2008-07.02 21:26:04(OMT) From: . . 066 EirVIRONMENTAt, 5EAVICE9, INC. Managing Cost, Scope and Schedule 100 Galli Drive, Suite 1 Novato,CA 94949 (415)883-8203 Fax(415)088.6204 June 28,2008 VIA FACSIMILE TRANSMITTAL Prospective Bidder for Contra Costa County 2008 Tara Hills Drive Curb Ramp Project Project No.0662-6R4211-08 Due:July 8,2008 SUBJECT: preparation of a;9)Water Pollution Control Plan(WPCP) CSS Proposal No, 062808K, CSS Environmental Services (CSS) has revievred requirements for the above referenced project. We are p'eased to offer our services for preparing the required program plans. CSS 4 provide the WPCP as described in the bid to the general contractor upon their forwarding to us receipt of notice to proceed from Contra Coate County and acceptance of this proposal. • Preparation of WPCP — A WPCP will be ,prepared to comply 4th the requirements specified in the Bpd Specs C88 will discuss the program and incorporate your comments for final preparation and submittal. If storm water sampling is required, can provide you with a cost to perform this service. WPCP:$880.00. C55 Environmental Services, Inc. provides practical consulting and construction management services for environmental' projects. Our plan preparation experience includes report preparation services wilh the City of Santa Rosa Geysers Recharge Project, various general contractors, Camp Parks Reserve Forces Training Facility, as well as Cal Trans freeway expansion projects. CSS is a California-certified small business enferprise. This bid is valid for 45 days, We appreciate the opportunity to provide you with this bid and look forward to working with you in the future, Should you have any questions or desire additional irr'ormation you may contact me at(415)883-6203, Sincerely, Shannon Dustin Project Manager 07/23/2009 16:20 5106525499 JW RILEY PAGE 16 To:+1-5106525498 Psge 1 of 1 2008-07-02 23:09:58(GMT) From: . . rA J& 100 Gallt Drive, Suite 9, Novato, CA 94949 Telephone: 415-209-4475-Fax: 41S-520-2992 DVBF No.0000524 AFA CONSTRUCTION GROUP Lierwe:632136,A,B,fiat June 2S,2008 VIA FACS RLE Attn:Estimator Proposal for bid: Contra Costa County,2008 Tara Hills Drive Curb Ramp Project(0662- 6R4211-03) Date of Bid: July 8,20D9 AFA Proposal#: 06-28-08Y SCOPE OF PROPOSAL: Preparadon of a:1) Water Pollution Control Plan (WPCP) After reviewing the requirements for the County of Contra Costa project referenced above, AFA Construction Group (AFA)would like to c0er our services and submit a proposal for the above referenced items. With your acknowledgement and acceptance of this proposal AFA will provide the above referenced items as outlined in the Special Provisions to the general contractor. Requirements and preparation of`VPCV for this project— In compliance with the Bid Specs,AFA will provide a W'PCP. AFA will discuss the programand incorporate your comments for final preparation and submittal. OURPROPOSED COST OF THIS WPCP: $994,40 AFA is a California-certified Disabled Veteran Business Enterprise. This proposal is valid for 45 days. We appreciate the opportunity to provide you.arith this bid and look fbmard,to working with you in the future. If you have any questions or need additional information, please do not hesitate to call the estimating department at(415)209-4475. Sincerely, !AFA Construction Group Ralph Hodge President Contra Costa Country OUTREACH PROGRAM Affirmative Action Office 651 Pine Street,Martinez,.CA 94553 (925).335-1945 Fax(925) :-546-1353 LETTER OF INTI'NT TO PERFORM Ai A SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER/SUBCONSULTANT Name of Prime Contractor Name of Project Project Number. The undersign d ' a(check one): _Z Sole proprietorship Corporation Limited Liability Partnership Joint Ventare. Check the following which may apply. MBE WBE � SBE LBE �itbcontractor C� e Subcontractor Subcontractor �bcontractor SupplierSupplier _ Supplier _ Supplier _ Manufacturer — Manufacturer Manxlfacturer _ Manufacturer Trucker Trucker Trucker _ "Trucker — Other Other — Other — Other Describe Describe Describe Describe —None of.the Above Apply The undersigned ;is prepared to perform the following described work in connection with the above project (specify in detail the particular work items or parts thereof to. be performed): tal Amount Bid to P e Contractor: $ �� 1 Signature Position Title L at Nam erson Completing this Form Company Name Fax Number G:\GrpData\Design\CTSPBC\PROPOSALUtrintent.doc 07/23/2008 16:20 5106525498 JW RILEY PAGE 17 MALACHI CONSTRUCTION June 23, 2008 Contractor Alliance Phone: (510) 233-9313 322 HARBOUR WAY SUITE 9 Fax: (510) 233-5733 RICHMOND, CA 94804 RE: Business Directory Please send us a copy of your Business Directory (including WBE, MBE and LBE.) We are bidding on the following project. Project: Tara Hills Drive Curb Ramp Project Project No: 0662-6R4211-08 Bid Date: July 8, 2008 Bld Time: 2:00 P.M. Trades Needed: Trucking, Concrete (Form & Pour), Traffic Control, Strom Drain, Clearing & Grubbing, Fence Relocation; Roadside Relocation and Drain inlets. For assistance in obtaining bonds, lines of credit, and/or insurance please contract our office. Plans and specifications are available at our office and at the local plan rooms. Any Help you can provide in helping us teach business including, MBE, WBE and LBE contractor will be appreciated. Please email malachiconstruction@yahoo.com, or fax (510) 652-5498 or mail (address below) your response.' Sincerely, Rhashanda Riley Owner 503 S. 18th St. •Richmond CA 94804• (510)652-5496 Ph -(510)652.5498 Fax CA LIC#657982 A,C-27 07/23/2008 16:20 5106525498 JW RILEY PAGE 18 a G D N T r-c—A C;. T D 1-- A (__ L. I A N C E DF TSI CH- MD ND 3une 23, 2008 Ms. Rhoshanda Riley MALACHI CONSTRUCTION malachiconstruction@yahoo.com 503 S. 18th St. Richmond CA 94804 Project: Tara Hills Drive Curb Ramp Project RE: Business Directory Listing Please see the attached copy of the list of contractors that were forward the bid invitation for the Tara Hills as provided by Malachi Construction. Sincerely, Covvtrnr,tor AL avtze 122 11A1.1P,CIUR k�AY. 51:1717 Yr.r-Ttif0N'n. , C.k • P4YUI PF QNIP.: 510 239 9713 FAX: 510 219.5;3? 07/23/2008 16:20 5106525498 JW RILEY PAGE 19 Contractoy',,'� Alliance of Richmond Albert Genesis Gcnesis .Heating& Air 776-7656 agarnerr a)aol.coin Wayne .Davidson Genesis Heating & Air 355-4803 dayidsonwayne(cccoLincast.net Qiana Riley Astro Construction 685-4161 astroconstr,;sbcglobal.net Sewer, Pavixic, Grading 578-1305 fax Undergrowid-License .P,. Dorothy Fox Laid.Rite Floor Cover.i.ugs 215-2108 dorothvf�uclink.berkelcy.edu lo.h.n Polk Polk Communications 835-1445 jpolkCaj)o1kcoLrLj cont Rlionda F. Harris H&.H.Builders, Inc. 233-9313 iTed7amsn.co.m General -i3, New Constr. 233-5733 fax Drywall, Framing, Deme, Renovations Eric Morris E.D. Morris Roofing 290-3251 edmorrisroofing�valloo.com ,lames Carter Carter's & Jamese Glass 236-1059 'c� r38 a)A;gI.oln John Riley J.W. Riley & Son Inc. 652-5496 i A rileyson(wahoo.com Paving & Grading 715-3400 cell Concrete, Underground Sewer, Demo - License,�k Larry Fleming. Construction Training 235-1008 larrvii-ontrain le(.vahoo.com Karriem Mohamed The Provider Plumber 672-6702 karrieinnlunh.otinaffcoin Plumbing & Heating Ted Snlith Clean UpNaintenance 529-0688 CTS770SAMI(-^?aol.com, John Hastings Anchor Janitorial 237-7827 ancbor510(�comcast.net Carolyn Smith. Construction Clean Up 685-2346 cell Maintenance, Initial 384-4743 & Routine Kelvin Potts Surveyor 917-1505ott.5 ra..aol.com Wi.11ic Robinson. Construction Mana.gemeat 415 722-9167 willier@,wir-inc.com Project Mcuiagen1ent June 2008 07/24/2008 10: 36 5106525498 JW RILEY PAGE 01 MALACHI CONSTRUCTION FAX, COVER SHEET To. Emma Kuevor From: 3W Riley Company: Contra Costa County For: N/A Fax Number. 925-335- Date/Time, 7/23/2008 4:28 PM Phone Number: Number of Pages: 24 including Cover RE: Tara Hills Comments: Ms. Kuevor, Please see the following attached for your review: • Summary Sheet (13 pages) S Advertisement (10 pages) Q� oU � � 503 S. 18`"St., Rlchmond,CA 94605 (510)652.5496 1 (510)652-5498 Fax CA LIC#857982 A,C-27 07/23/2008 16:20 5106525498 JW RILEY PAGE 25 .AT&T Yahool Mail - astroconst(a)sbegloba.l.net Page I of.'2 MAI Print- Close Window C3ar,sirr Date: Fri, 27 Jun 2008 20:04:21 -0400 (EDT) To: astroconstQsbcglobal.net s Subject: invitation to Bid - Tara Hills Drive Curb tamp Project From; "Malirhl Construction" <bbbid@thebive:)ook.com>.,,nMg 4 � Malachi . . _ Construction Bids Roue B07108108 -fin Tara Hills Drive Curb Ramp Project To: Klana Riley (Owner) From: Rhoshanda Riley 2,s-tLo CSLStLLL0PT) Malachi Construction 3833 Ohio Ave. Phone: (510) 652-5496 Richmond, CA 94504 Fax: (510) 652-5498 (510) 685-4161 Respond to this ITB by 07/07/08 Or) not reply to this message-_ via your email client. Choose one of the following method,s. online with QBid 1113 :1Yes by Fax: (510) 652-5498 CAMFIDIH-WXDXFJRN Please check one and return immediately. Go to ku..Ww.,tl1. t?.luebool<.co,R1,,.,and J,�IZFRESTED I will view, pick—up, or purchase log on to BB-Bid using your QBid the flans, specification and bid documents int the ID above to respond from the "My Leads" tab. If you need help, just location you have identified on this ITR. call the EB-61d product support NOT INTERES.T..ED__LOctude_o_n_future,_ TBs staff.at 688-303-2243. 'rl N!3T,INTERES.T.ED __EFS ch4Ac from future..ITBs w„ti Sind Request,for Inform,;�tion_.(REI)_tc mala hocQnstructon@yahoo.co,m w.. Project Information "TIM” IMMM KVW _._..,,,.,.... i-. Project Title: Tara Hills Drive Curb Ramp Project Type/Structure: Alterations/ Renovations/ (Road / Highway) Location: Tara Hills Drive Pinolc, CA 94564 Bids Due: 07/08/08 @ 2:00 PM Scope of Work: Trucking, Concrete (Form & Pour),.Traffic Ccntrol, Strom Drain, Clearing & Grubbing, Fence Relocation, Roadside Relocation and Drain Inlets. Notes: Invited to Bid: 330100- Underground Utilities--Contractors 11ttp://11s.1::'818.Mail.yah00.com/ym/ShowLc:ter?box=lnI.tox&Msg1d=5227_940729_7394_2... 7/23/2008 07/23/2008 16:20 5106525498 JW RILEY PAGE 26 AT&T Yahoo! Mail - astroconstog sbcglobal.iaet Page 2 of 2 Additional Categories: 030190- Concrete Breaking Cutting [DBE WBG] 310175- Excavating Contractors [DBE WBE) 038220- Concrete Contractors [DBE WBE]. 330100- Underground Utilities--Contractors Location(s) of Plans, Specifications, and Bid Documents Malachi Construction Rhcshanda Riley 503 S. 18th St, Richmond CA 94804 Phone: (510) 652-5496 Fax: (510) 652-5498 Date Available: 06/27/2008 •' . �. .-- -_ . Moria Exposure,. More Project. ,lead. ....,. I s f Onix r Slut,Runk:kfa.rkt,tyrrg prr.11 rain -'k-livers bgt/7 dra helpbur»"ldwtr hr�s,M, .�.�t Call 800431-584 or click heire to get started NOW1 2219498 1571812 1 Standard http://us.f818..ma.i.!.��a.hov.com/ym/Shawi co.m/ym/SbowLetl 7/23/2008 0 /23 2008 16:20 5106525498 JW RILEY PAGE 21 littp://us.mc620anail.vahoo.com - Re: Business Diiectory - Yahoo! Mail Page 1 of 1 MAIL VassFr. Re: Business Directory Mondoy, .lune 23, 2008 1,2,:46 PM rrom.: "Torrla Gates" <t1ygates5@sbcg1oba1,net> To: "Rhoshanrta Rilcy" <malaclilconstruction(°)yalioo,col-i» Cc: "Kaye Stevens" <kayestevensCisbcginbal.not> Hi Rhoshanda, We do not have a Business Directory that we oan give you. However, what we can do is send you some certified firms in the categories you're looking ;'or, for a small fee. Also, if you would like to advertise this project in our weekly publication,we can add the firm:; into the cost of the advertisement. Let me know how you would like to proceed, and thanks for reaching out to us, Torria Rhoshande Riley<malachiconstructlon@yahoo.com>wrote: Please see attached request ^girt L. Gains,.AdDF in.iSPrati°Je Ansi teiiit 1924 Franklin SfrAet, Sulto 315 Oakland, CA 94612 (510) 272.0736 ext 19 - TO Free: 1-666-858,6642 t, ff,gatesuo@gsbc.globai,n.ef http://us.mc620.mail.yah.oo.com/mc/showMcssa.ge?fid=Tnbox&sort=d ate&order=down&st... 7/23/2008 P-7/23r2008 16:20 5106525498 JW RILEY PAGE 22 litip://us.mc620.mail.yahoo.com - Business Dircctoly -.Yahoo!.Mail Page 1. of I. Srrdsa tress Directory Monday,Junc 23, 2008 1.2;7..9 PM From: "Rhoshanda Riley" <malachlconstructfoii@y�,hoo,com= To: dygates5@sbcalobai.net Cc: rnalaclilconstri.ictlon(ayahoo.com Ttra Hills K. Sevens.doc (38KS) Please see attached request http:/%ti .mc620.mail:ya.hoo.co)r/me/sliowA,tessage?fid=Sent&sort=elate&o.rdex=dw on&sta... 7/23/2008 Jul, 8. 2008 7 28A Bailey Fence Co No. 9873 P. 1 MAILEY FEN Com.% COMPANY, ��1TC• 3205 8aumberg Avenue,Hay", Calz£orpa 94545 � (5 10) 783-2980 I'aT, (510) 783-2989 C,A,LiGi�rlse- #498661 Jp ax Bxc 'orin n. U-ite 29 Project: a-, ,C�l� _ l�i'rr�." +"a yf �)Gti'►'�,G job Location: � .�Ce• _)Q�� 4944.2 eK42,11 Section(s)&'Trades � - 1 taxis/Specs-tL--'Furnish/inst4l X .-VoB Jobsite Jwtall bnly Tax Inc-z_ Db/JUlitin 0 2,3_49-- 14 Union X Yes No Prevailing'Wage ' 'Yes No , Bondable X Yes No Bond hate.---S%not included,Waiver of Subrogation included es_No Includes. - Amount:: Get It ag ►[ '�k�t � - 94 -I r -- Due to the rapid escalation in steel & gas prices, are can- only hold our price alt# for 60 days •N111til it 'stabilizes. Uwd"sioaI/ClIwiliiicativaws clear&,crub by others,surv'e'y I •y ad-mrs,tlectrical f'tg�ncie grounding by otho".We must eat posts before any cowarete or Lav,dscap,e worlc that aff'ccte v$are tw As built DWG'S not. ior-lud+ed. We assumes no re6paxisibility for u6marked��un�d}wRktoer,electrical, trola laaiox��,gas or se-vm lin". y,�0 Arlt F +Llx :5aibawuitie+d By.- 111mu 1. 11cr1; Jul 07 2008 4: 39PM Oliveira Fence Inc. 4087272690 P. 1 OLIVEIRA FENCE, INC. Lie.No.404243 C13 400 Reed Street,Suite 106,Santa`Clara,California 95050 *(408)727-3811 *Fax(408)727-2690*email oliveirafence2@yahoo.com Women Owned Business Enterprise SF Redevelopment Agency SBE/MBE/WBE-t 13-55106-013 Bond Rate-1 5°l,cost is not included in price State of California Certification No.REF-0023017 SBE Liability insurance limits-$4 Mil each occurrence City of Sacramento Certification No. 19905 Caltrans Certification No.CT-001583 SDBMWBE Oliveira Fence is part of the Laborers Union BID PROPOSAL Company: Bid Date:7/8/2008 Attn:Estimating Department Addenda Noted:0 Project:208 Tara Hills Drive Curb Ramp Project No.0662-6R4211-08 Move-Ins included 1 day only Location: Contra Costa County,Ca. Additional Move-ins: $500.00 Estimator:Debbie Garcia Manufactures'Lead Time:2 weeks Includes Installation and Tax Number Bid Item Descri tion . of Units Type Unit Price Total Price 4 Relocate 4'high Chain Link Fence with Top Rail 29 LF $ 100.00 $ 2,900.00 Note: We will remove and install in a l qday installation.We will:use quick setting concrete. Total Bid $ 2,900.00 MPO NOTE-Due to the volatility of the Steel Market,prices quoted above are good for only 30 days from the date of Proposal. After 30 days price is subject to Re-Negotiation,if terms cannot be reached Oliveira Fence Inc.reserves the right to nulliD+thisproposal. [XCLUSIONS:Bond premium,building permits,railroad protective liability policy,special coverage insurance premiums,penalties for delays beyond Oliveira Fence control,clearingigrubbing,grading;hand digging,concrete 8t asphalt patching,electrical and grounding,landscape restoration,traffic control painting,flange plates or saddle brackets,demolremoval of fences unless requested in the above quote,engineering or testing,embeds/post pockets or sleeves or clean out,core drilling and saw cutting,removal or disposal of dir'spoils(dirt spoils will be left near the fence post holes),backfilling post holes,removal or disposal ofhazaidous substances,padlock,concrete mow strips and flat work,liability for locating underground utilities,liability for damages to un-located underground utilities,maintenance of temporary fences,no night work,surveys and layout;staking,signs on fences and gates,welding of any fence material or rebar cages for fence posts. Page 1 of 1 3833 Ohio Ave Richmond, CA 94804 (510) 685-4161 Ph. (510) 578-1305.Fax 7/8/2008 10:41 AM PROJECT: 2008 Tara Hills Drive Curb Ramp Project PROJ ECT#: 0662-6114211-08 . BID DATE: July 8, 2008 BID TIME: 2:00 PM Dear Malachi Construction, Astro Construction is a City of Richmond/Contra Costa County SLBE/MBE/DBE/WBE Contractor will be bidding on the following items for the above-mentioned project: Item # 2 Clearing & Grubbing LS 1 @ 5,000.00= $ 5,000.00 • Item #11 18" HDPEP LF 47 @ 150.00= $ 7,050.00 Total Bid Amount $12,050.00 Exclusions: No Bonding and permits fees, grades to be received +/- tenth. Traffic Control For further information please contact Qiana @ (510) 685-4161 Astro Construction CA LIC 856909 A, C-27 S STATEWIDE SSafely& SigM, lime. 522 Linden Lane 323 Commercial Street 13755 Blaisdell Place 130 Gro9dc Court S Nipomo,CA 93444 San Jose, CA 9$112 Poway, CA 92064 Fairfield,CA 94533 (805)929-5070 (408)9939770 (858)679-7292 (707)864-9952 Fax(805)929-57$6 Fax(408)953-9773 Fax(858)679-7117 Fax(707)864-9956 CORPC:RATE OFFI CFz UNION "' BONDABLE 0.9 * LICENSE#: 523594 A, C31 I UC ITATION ATTN : EstimatingFROM Dan Nicholas — Fairfield Branch CONTRACT#:0662-6R421_1-08 SID DATE : 7/8/2008 LOCATION/ NAME : . 2008 TARA HILLS DRIVE CURB RAMP PROJECT ITEM # DESCRIPTION OTY UNIT $ TOTAL $ CONSTRUCTION AREA SIGNS ,LS LS "`"" $2,240.00 11 —W20--1 36"x36" 2—G20-2 24"x18" CHANGEABLE MESSAGE SIGN RENTAL. RATES $130.00/day, $500.00/1 week, $1,350;00/4 weeks; $100.00 delivery&$100.00 pickup each SUBJECT TO AVAILABILITY *" FURNISHED, INSTALLED AND.REMOVED, TO REMAIN PROPERTY OF STATEWIDE SAFETY &.SIGNS, INC. THIS QUOTATION AND ATTACHED CONTRACT PROVISIONS MUST BECOME A BINDING PART OF ANY SUBCONTRACT ZO/T9 3St7d A133dS 3QIh131d1S • 9966b98LOL LT:ZZ ZOOZ/ZZ/EO S 522 Lindon Lane $23 Commercial Street 13755 Blaisdell Place 130 Grobric Court STATErMIME Nipomo,l rA 93444 San.Jose, CA 95112 Poway,CA 92064 Fairfield,CA 94533 S Safety&Sigin%Inc. ($05)929-5070 (408)993-9770 '' (858)679-7292 (707)8$4-9952 fax(805)929-5786 Fax(406)9939773 Fax(858)679-7117 Fax(707)864-9955 CORPORATE OFFICE QUOTATION PROVISIONS CONTRACT# 0002-6R4211-08 BID DATE: 7/8/2008 A contract and 10 working days notice must be given prior to any move in - All Construction Area Signs to be installed at one time or in stages, covered if needed at installation. Contractor to uncover,and recover if needed. - Construction area signs include ogle mobilization per stage, additional mobilizations $000.00 each. - Traffic Control not included in inst;hllation, removal or repair of any item. Portable equipment will be delivered and picked up from one location. Contractor is liable for loss and or damaged equipment. - Contractor is liable for lost or dam,.�iged equipment removed or relocated by contractor's forces, Statewide Safety & Signs, Inc. does not accept charge or back charges of any kind unless agreed to in writing prior to work beginning. Statewide Safety &,Signs, Inc. shall fully indemnify Contractor for any liability arising out of Statewide Safety & Signs, Inc. work or products,.but only to the extent of Statewide Safety & Signs, Inc. liability and not that of anyone else. Statewide Safety& Signs, Inc. maintains insurance coverage for their work here under, including $2,000,000 Products Comp/OP Agg and a 10193 Additicinal Insured Endorsement. If there are any issues or concerns regarding Statewide Safety & Signs, Inc. products or work, Contractor shall promptly nol:ify and give Statewide Safety_& Signs, Inc. first opportunity to correct any such problems. Sign location/ mark-out to be done by others and must be completed prior to Statewide Safety& Signs, Inc. starting work. - All change'arder work must be approved by agency/owner prior to work being performed by Statewide Safety & Signs, Inc. Acceptance of this quote is acceptance of these provisions which shall prevail if in conflict with any other documents. ZZ Z98Z/Zt/88 Z0/Z9 3Jdd A13.ddS 3QIM:71d1S 9966098GBG GZ 07105/2003 11:04 5'10 222 0972 Page 214 k'1`✓'''::'''''':: . �...•. I.I.1.M.Mr1 11!e NE Mlryldlr�I'.i�� 11��ib�Zls.' Certified DVBE&$BE::DGS-0026473-exp, 10-31-2008 License Number 777892 Certified DBE&SMBE: CT-030497-exp. 11-01.2008 1988 Broadway St. Phone: (707)557-7124 Vallejo, CA 94589 Fax (707)647.1291 Contra Costa County-0662-6R4211-08 2008 Tara Hills Curl'r.Ranip Project TEMPORARY TRAFFIC CONTROL SERVICES: Includes delivery,set-up and removal of required traffic control devices and equipment(8 hour minimum call out). Devices and equipment includes k-type II trailer mounted solar powered arrow board,up to 300-28 inch cones(sufficient for 2-3 mile closure), 5 type-III barricades, 12 advanced warning signs with stands,2 flashing beacons. Traffic Control Notes 1. Daily(Standard)Rate: Time starts Ca placing of first advanced warning sign and ends on removal of last warning sign.Exception-time starts whenever Prime requires traffic control technician and/or flagger to be present at a particular time and for any reason, This includes meetings. 2. Thomas&Pratt DOES NOT normally perform "Extra Work", Our Traffic Control quote is for providing services at our quoted price.All"Extra Work"must be cleared through Guadalupe Thomas(510)375-7126. 3. Standard Rates apply to Traffic Control Technician/flagger 8c pilot car operator as follow: a. Overtime applies after 8 hours of work and on Saturday:DAILY MINIMUM/8 X 1.5=PER HOUR b. Double Time:applies on Sundays and State/Federal/Local Holidays. c. Light Tower rental:$100,00/per light tower,per shift. d. Additional Arrow Board:S100/sh�ft, e. Pilot Car&Operator:$600.00/shift+.25/per mile. f. Attenuator Truck:$600.00/Shift,14800,00/Week,$6,000.00/Month+,32/per mile, g, Additional signs over 12=$20.00 per sign per shift. h. Additional Beacons over 2=$25.00 per shift. i. Drive time will be charged at$20,01)per tech-per hour, j. Additional truck:$306.00 per shift. k. Additional$500.00 per ramp closed while mainline closure is in place. Good luck, ........... ................ . ............................................................. Eric Thomas Vice President 2 To:+1-5106525498 Page 1 of 1 20Nf-07-02 23:09:58(GMT) rrorn: . 100 Galli Drive, Suite 9,Novato, CA 94949 Telephone: 415-209-4475-Fax: 415-520-2992 DN/BE No. 0000524 AFA CONSTRUCTION GROUP License: 632136,A,B,FIaz r N June 28,2008 VIA FACSflLE Attn:Estimator Proposal forbid: Contra Costa County,2008 Tara Hills Drive Curb Ramp Project(0662- 6R4211-08) Date of Bid: -July 8,2008 AFA Proposal#: 06-28-08K SCOPE OF PROPOSAL: Preparation of a:1) Water Pollution Control Plan(WPCP) After reviewing the requirements for the: County of Contra Costa project referenced above, AFA Construction Group (AFA) would like to o'?3Fer our services and submit a proposal for the above referenced items. With your acknowledgement and ao-eptance of this proposal AFA will provide the above referenced items as outlined in the Special Provisions to the general contractor. Requirements and preparation of WPCP'for this project—In compliance with the Bid,Specs,AFA will provide a WPCP. AFA will discuss the program and incorporate your comments for final preparation and submittal. OUR.PROPOSED COST OF THIS :NPCP: $994.40 ' AFA is a California-certified Disabled Veteran Business Enterprise: Thin proposal is valid for 45 days.. We appreciate the opportunity to provide you with this bid and look forward to working with you in the future. If you have any questions or need addir.onal information, please donot hesitate to call the estimating department at(415)209-4475. Sincerely, AFA Construction Group Ralph Hodge President 07/0512008 11:04 5'10 222 0972 Paye 214 :;, ? MIq�lAII1.:8�4Ml.. ... Certified DVBE&SBE: DGS-0026473-exp, 10-31-2006 License Number 777662 Certified DBE&SMBE: CT-030497-exp. 11.01-2008 1988 Broadway St. Phone: (707)557-7124 Vallejo, CA 94589 Fax: (707)847.1291 Contra Costa County- 0662-6R4211-08 2008 Tara Hills Cur16 RanW Project TEMPORARY TRAFFIC CONTROL SERVICES: Includes delivery,set-up and removal of required traffic control devices and equipment(8 hour minimum call out). Devices and equipment includes ll.-type II trailer mounted solar powered arrow board,up to 300-28 inch cones(sufficient for 2-3 mile closure), 5 type-III barricades, 12 advanced warning signs with stands,2 flashing beacons. Traffic Conttrol Notes 1. Daily(Standard)Rate: Time starts C placing of first advanced warning sign and ends on removal of last warning sign.Exception-time starts whenever Prime requires traffic control technician and/or flogger to be present at a particular time and for ary reason, This includes meetings, 2. Thomas Bt Pratt DOES NOT normally perform "Extra Work". Our Traffic Control quote is for providing services at our quoted price.All"Extra Work"must be cleared through'Guadalupe Thomas(5 10)375-7126. 3. Standard Rates apply to Traffic Cont':ol Technician/flagger&pilot car operator as follow: a. Overtime applies after 8 hours of work and on Saturday:DAILY MINIMUM/8 X 1,5=PER HOUR b. Double Time:applies on Sundays and State/Federal/Local Holidays. c. Light Tower rental:$100.00/per light tower,per shift, d. Additional Arrow Board:5100/sh.tt, e. Pilot Car&Operator:$600.00/shift+.25/per mile. f. Attenuator Truck:5600.00/Shift,$1800.00/Week,$6,000.00/Month+,32/per mile. g. Additional signs over 12=$20.00 per sign per shift. h. Additional Beacons over 2=$25.00 per shift.' i. Drive time will be charged at$20.09 per tech-per hour, j. Additional truck:$300.00 per shift. k. Additional 5500.00 per ramp closed while mainline closure is in place. Good luck, "° µW~ =, : T= .. Eric Thomas Vice President 2 0710512003 '1'1:04 5'10 222 0073 Page 314 DVBE CERTIFICRION: EXPIRES 10-31.2000 OR-01OURNMENT DIVISION M��a�afIll�'�l&Wtltl *W"," !rlr'w W" hlriYrrpw �Y' ". zrrhrWWia ..yq�, + :° ' Vow�fkvwwYY�I�YV �'�'IV AVY6wi.1�'Y 02 '� :I 5144 ' I 26V 14A.YRIO Ar) Nor ;, wVWhYLp'u�'u4u�'u�'yuyuyyuyµ NlNWyuYulGu4y4YVyyY6+WiYV�W�yu4yW�4W4+y.Vyd4�VLLWP+�w4'���WWu'Yy2�VuV�04W�4WVbaWMA�N�tlA 101 YiWiViNVgNi�'W'I�WiMWop.MrNVPoYiuyp ypp"pAYw wpYNW tlW 6AN'h MOdNyh N4Wy Y444Y444�4GG(N44yNYf� t wtl � r4w� ✓� �x�ria. Y� : w�d� wdrIw � 1 sa. �� ,. 4 * iI�ww °� Yt�' V"CY��'��:�r" �M"N�1�Y �'rdr''Yu��w�Cnr�����,wWu�tlz�r�inC��mr" Y^���d' "I�w;��Yb'i��e'✓d�tlY�et�t ,taa�at�,.w�i��w��I�C����t 'Crlw�,t���rw�;, r�.�:!'vJ,'���tC�h I�W�tM1r��Y �wtl' Itl 1� �P� + Iw"�V�'%9r��glCk'rf�� 1�d�d����">���u�C�il�,?•�dw�l��I��'�+� E�r+�. i Ih��aa'B'�9�VtlGM1"I"ttigil nlN�f�Tt4k�Peiiir, ad Yaw rO t" r �,r,l'' IIS" lVNl dtir;��Tgld i o�g0 � � � 4�Y���tl���YY��� a,� tl Ya m ">�:,A ��7k�*'IGJp'1i�Vr� tl�n w RUCTION Y�y� ^. _ yyy 4 j'q�rd I'�� �"tlbatl'I. Y I q� pyyytll�°Po�'� 'gyp, P'M'� "MWP'N 1WW ' N" ',N�ii�" °' % �,E���+' ti+f 'R��w�I' �^ Mti IIp fil I 1 h,,� I !y"1 Anww at Submission RequiYE6YtK AD u"P w+h ml,ot t3kref,W.r".ld 4h:001d"wWWAY bf�Adf W110 ar N#04sr,0 a Ararwr Ol'so tlreod"'Ot,Y*j VOW,*'l Y 6WOOf h ................vy 1 P:l tl1�� �gtwia��I'3 .......... pq}ro *wp".X44,14C k,-prlo 0 �JW L4AfdMrf011 pri 1pial`(O 01 Qfl�60,te.c r.Not G1 jG W; C1010 vto w6whi:q C' Yyoue AMA*00001W Firl1MIC Pml: �'h���"a`�YVh'�t k9.,�'�'�b���'��v��117:�Y 4��KVtY�'"A1�G'�tlt�,C�Y VY��'lirl" ��C���i��f�s�Ntlf'�W�fY"t��!�•��Y��'C'b�?'N'��Y IAF �`'�If:#�a �fi+"�tl�J�,�wC9r"��3",�"7�YA1:I'��� uI� the✓�W I M iVaynT.H.10 wl daulbrywa �I��00a log , ol: a"prfilordl Pilam'O"006ark'Vour � tlw tw � Y rrYfiw rr'.tkun hl AvA4,.ww tl ix ow RIW. 90,01 t�Ic��Y wd 4 p y a� IwJY � €�w fY W wYsf y.rw w' :"rigDONO:` ".� '9y Oal�pNtl'l;�t�'":�+or io', 41t,'il'a' �17!��i��wCr��rV o w�r�1AMIs at°lu') YYw��.�� 3 07/0512008 11:04 0'10 222 0072 Paye 4/4 SIC Codes ... ....... ... ................. � a : 0 . . ...... ....... f E f : T �I� :E I ce r , 4. u a� c� i � yo ,i ':: % i i: :'' t;i :!:::` grid a at + c ;� #a3 � r O.X: n < : 1vna yr . :.: . : AN F i n i ,me cft: n , ,. . ,3 � 4 07/05/3008 '11:04 610 222 0072 Page '1/4 ........ . Yipp ..:..' ' ,. Certified DVBE&SBE: DGS-0028473-exp. 10.31.2008 License Number 777662 Certified DBE&SMBE:CT-080497-exp. 11.01.2008 1988 Broadway St Phone: (707) 557-7124 Vallejo, CA 94589 Fax : (707) 647-1291 Thursday,July 03,2008 RE: Contract: Contra Costa County.— 0662-6R4211-08 2008.Tara Hills Curl a Ramp Project Bid Date: July 08,2008 Item# Item Items bid individually Bid Price Code 1 - Temporary Traffic Control Labor And Eaulyment Included 2-Technicians Flagging, Or TIC any shift $1,200.00 /$Hr.Minimum 1-Technician $875.00 /SHr.Minimum Additional Tec,lmician $90.00/H,. "See Note below Notes: TCS,10-Working Days'Notice required for Traffic Control System, Continued ' 1 To:+1-5106525498 Page 1 of 1 2009'•07-02 21:26:04(GMT) I-rom: . . ii CSS ENVIRONMEN'{'AL SERVICES, INC. Managing Cost, Scope and Schedule 100 Galli Drive,Suite 1 Novato,CA 94949 (415)883-6203 Fax(415)883-6204 June 28, 2008 VIA FACSIMILE TRANSMITTAL Prospective Bidder for Contra Costa County 2008 Tara Hills Drive Curb Ramp Project Project No.0662.684211.08 Due:July 8,2008 SUBJECT: Preparation of a:1)Water PiOlution Control Plan(WPCP) CSS Proposal No.062808K CSS Environmental Services (CSS) has reviewr;:d requirements for the above referenced project. We"are pleased to offer our services for preparing the required program plans. CSS will provide the WPCP as described in the bid to the general contractor upon their forwarding to us receipt of notice to proceed from Contra Costa County and acceptance of this proposal. • Preparation of WPCP— A WPCP will be prepared to comply with the requirements specified in the Bid Specs. CSS will discuss the program and incorporate your comments for final preparation and submittal. If storm water sampling is required,CSS can provide you with a cost to perform this service. WPCP:$880.00. CSS Environmental Services, Inc. provides practical consulting and construction management services for environmental projects. Our plan preparation experience includes report preparation services with the City of Santa Rosa Geysers Recharge Project, various general contractors, Camp Parks Reserve Forces Training Facility, as well a`s CalTrans freeway expansion projects. CSS is a California-certified small business enterprise. This bid is valid for 45 days. We appreciate the opportunity to provide you with this bid and look forward"to working with you in the future. Should you have any questions or desire additional information you may contact me at(415)883-6203 Sincerely, Shannon Dustin Project Manager ' 4 Jul -08-08 09:43A Golden St _Tval=fic 5306207971 P0 TQ:ESTIMATQR From:Jay Corsby Facsimile Quotation" ! i,n GoL.DEN +a►TATO TRAFFIC SERVICES P.O. Box 661 PLYMOUTH, CA. 95669 FSH: (530) 520h,1068 FAX: (530) 6210-7971 n CONTRACT: CONTRA COSTA COUNTY/2008 TARA HILLS DR, CURB RAMP PROJECT BID DATE: JULY 8,2008 Item l Desgigtion L/S Total #1 CONSTRIUcriON,ARRA SIGNS $2735.00'' i (PARTIAL) it ALL SIGNS FHOWN ON SHEET 2 OF PLANS. , f CONTRACTOR'S LICENSE#804922 "oContractor to cover any existing signs,if needed. ***15 working days notice needed for installation,stage and removal of signs, 0"All signs to be installed at one time,and covered if requested,upon'installation. `All signs to be removed at one time,unless stage Work is specified in sub-contract ***Contractor to cover and uncover sigras as-needed. ***All signs&Barricades and posts to rttmain property of Golden State Traffic Services. ***This quotation must become a binding attachment of any sub-contract agreement. ***Add$200.00 p/ea.for SC6-3 RAMP 1140TIFICATION ST GNS,if required,(barricade mounted)." reign Cotter " j PPMN Contra Costa County Public Works Julia R. Bueren, Director 7AD 'e Deputy Directors ;R. Mitch Avalon• Brian M. Balbas pa r t m e n t Stephen Kowalewski. Patricia McNamee • September 4, 2008 VIA FEDEX RECEIVE® Ms. Rhoshanda Riley D SEP 0 5 2008 Malachi Construction CLERK BOARD OF SUPERVISORS 503 South 18th Street CONTRA COSTA CO. Richmond, CA 94804 Project Name: 2008 Tara Hills Drive Curb Ramp Project No. 0662-61114211-08 Dear"Ms. Riley: Enclosed is your copy of the approved contract for the 2008 Tara Hills Drive Curb Ramp, Project No. 0662-6R4211-08. This is your Notice to 'Proceed as set forth in Section 4 'of the project "Notice to Contractors and Special Provisions." The first chargeable working day shall be September 8, 2008. The Resident Engineer assigned to this project is Vendon McLeod, who may be reached at (925) 595-6012 or the County office at (925) 313-2320. Sincerely, ? Kevin E Ig Assistant Publl orks Director Construction Division KE:jd:kg G:\CONST\PROJECTS&MISC\2008\2008 TARA HILLS DRIVE CURB RAMP\C33 LTR-NOTICE TO PROCEED-MALACHI.DOC enclosure: contract c: V. McLeod, Resident Engineer J. Dowling, Construction Survey Section Materials and Testing Division Maintenance P. Denison; Finance w/copy of Contract, W-9, Insurance,.Outreach.package Clerk of the Board, w/copy of Contract, Bonds and Insurance(originals) Auditor-Controller, w/copy of Contract Affirmative Action Officer 'Accredited by the American Public Works Association" 255 Glacier Drive Martinez,CA 94553-4825 TEL: (925)313-2000• FAX: (925)313-2333 www.cccpublicworks.org ` I" WORMANCE BOND—PUDUC'WORK BondNo. 20-SUR-200999 Premium Based on Final Contract Price PLUAW $3,316.00 Issued in Duplicate Any CbUM wift f s apad*ould be acM to ft Aftwh*addrass: 444 Ocean Blvd. , 18th Floor Long Beach, CA 90802 MW AIL BY TIMM PRISEM: mk�we, Malachi .Construction as Principal, and American Saf etV Casualtynsurfed Wd mobs imdec**IM of t>ae Stabs of Oklahoma sad MWWrIMed to transact=My business in t 9smeofcaHfomii6uS My,aMhdd=dfiXl*bo'dadlmb Contra Costa County, a f bfigee,®tb0 num Qf One Hundred Fifteen * Doha 0115.809 0 lawrd money of flle'United States of Anserina,Ibr the pq=Xlt of WWCh MM WeU ad U*to b0 Md%we bind ' ourselves,our heirs,arecubors;adminieftatoors, and aseigne,]m�Y��^�'��Y byd=pmwnK * Thousand Eight Hundred Nine and 50/100. TAE COMMON of the above obligation is each flet, wharm ft Principal has®tared into a c;o hvAdated _ 8-12-2008 , wig fho Obliges to do ad porfbrm ft fbllowinw0d;WWitr . 2008 Tara Hills Drive Curb Ramp Project No. 0662-6R4211-08 Richmond Area as is mote specifically Set finite in the Cotcact do mnuo ,roferesae-to whicb is huaby ms&. NOW TIERMPA PA if ft Prindpal shall well and truly pmrfmm OU the reguhmo b of acid contract dowmmta regnaod to be pwft med ca its part,at the fimes and in the man w gmdfiod thein,than►this obligation shall be MID and void,oI=*iae it shall tannin in bill forge and OWL MO MED,that mW albwa&na in&e,%vk to be dope or the metethh to be fimishod,or ehangea in the time of evtnpMdM which MW be made PMM=t W dW tet= of said cmb* t docameata, shall not in am►wavy Mom flee Pdnci d or @te Sm dy flimv ndw,nor"any exWodoaa of time gz oW nada the provisions of Said contract docmiem rebase eiVW the Pmd*or ft Sutdy, and Motive of sash abuidoua or woodoos of figoe is haebywaivW by the Svaety. PROV>T M that if mW action is con mmad on this band by rtes Obliges,in addition to the anon specified"Ver.the Principal ad&S surveys their baits,execubom,admin isI<I'Its,mac+o mmo and sueigna,jointly sad tsevarally,sbaU be obbg tedto M m ft Obligee all cants,&UmmaYs An and other litigation eogteneee mcmmd by the Obligee m collecting monies due under the two of this band. SI(Ail3D ANA SgAJ, � 2)ELI Y August 2008 , (SEAL) ts ) Malachi Construction American Safety Casualty Insurance Company By. Kenneth J. Goodwin (S A1,AND ACKNOINUDGWIMiT OP S Attorney-in-Fact CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of- CONTRA COSTA On 8-20-2008 before me, L.B. BARNETT NOTARY PUBLIC , Date Here Insert Name an Title of the Officer personally appeared KENNETH J. GOODWIN Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(*whose name(e) is/aye subscribed to the within instrument and acknowledged to me that he/sheMwt executed the same in his/her/ttaeir authorized capacity(iee), and that by his/hedtheir signature(e) on the instrument the person*, or the entity upon behalf of which the person(e) L. B. BARN ETT acted, executed the instrument. `Jpr" COMM. #1535698 NOTARY PUBLIC-CALIFORNIA I certify under PENALTY OF PERJURY under the laws of ' CONTRA COSTA COUNTYthe State of California tha a foregoing paragraph is true � FOFNMy Comm.Expires Dec. 17,2008 and correct. a Witness my h ci al. Signature Place Notary Seal Abovep� f re of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Performance Bond #20-SUR-200999 Document Date: 8-20-2008 Number of Pages: 1 Signer(s) Other Than Named Above: Capacity(les)Claimed by Signers) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): ❑ Partner—❑Limited❑General ❑ Partner--❑Limited❑General @( Attorney in Fact ❑ Attorney in Fact ❑ Trustee ❑ Trustee ' ❑ Guardian or ConservatorTop of thumb here El Guardian or Conservator Top of thumb here El Other: ❑ Other: Signer Is Representing: Signer Is Representing: American Safety Casualty Insurance Company 0 2007 National Notary Associatlon•9350 Do Soto Ave.,P.O.Box 2402•Chatsworth,CA 91313-2402•www.NaUonalNotary.org Item#5907 Reorder:Call Toll-Free 1.800.876-9827 California All-Purpose Acknowledgment State of California SS. County of Contra Costa On August 27, 2008 before me, Qiana M. Riley, Notary Public Name and Title of Notary Public personally appeared Rhoshanda Riley who proved to me on the basis of satisfactory evidence to be the person(} whose nameH is{ fL-subscribed to the within instrument and acknowledged to me that Wshe executed the same in his/her/their authorized capacity(iL*, and that by hWher{thei� signaturefs) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California the foregoing paragraph is true and correct. QIANA M. RILEY Commission# 1622693 WITNESS my hand and official seal. Z �� Notary Public-California Alameda County My Comm.Expires Dec 16,2009 This area for official notarial seal Signature of otary Public My commission expires on: December 16, 2009 Phone No.: (510) 685-4161 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL Performance Bond CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT Two PARTNER(S) NUMBER OF PAGES LIMITED or GENERAL August 20, 2008 ATTORNEY-IN-FACT DATE OF DOCUMENT TRUSTEE(S) Kenneth G. Goodwin GUARDIAN/CONSERVATOR SIGNER(S) OTHER THAN NAMED ABOVE OTHER: SIGNER IS REPRESENTING: NAME OF PERSONS( OR ENTITY(IES) PAYMENT BOND—PUBLIC WORK [Civil Code Smi.3247-32481 Premium Based on Final Contract Price Bond No. 20-SUR-200999___ pm�ym Incl. in Per.formance Issued in Duplicate Bond ,Any claim under this Bond should be sant to the following addrM. 444 Ocean Blvd._, 18th Floor Long Beach, CA 90802 KNOW ALL BY THESE PRESENTS: That we, Malachi Construction , as Priaoipal, and American Safety Casualty Insurance Comvanv a colporation ogpWnd Bad exWft under the latae of the State of Oklahoma and authorized to UMSM s<a+ety Wainsse in the State of Califon ia,as Snrety,�helg an�lbjU Contra_Costa County as QbHXpe,inthesumpf TfiBusan�. �eh to reed Nine and 50/100.i �� � Dollars( 115,809.50 ► lawful money of the Umited States of America, for the pa<ytmem of which sum well and truly to be made, we bind oumslves, our bars, executors, adxninieta'atcns,socce"M and assigns:jointly and severally,fimaly by these presents. 7M CONDITION of rho above obligation is such that, whereas the Principal has entered into a cm*actdsted 8-12-2008 . wilh the Oftee to deo and lie&M rho following V40rkW'W't: 2008 Tara Hills Drive Curb Ramp Project No. 0662-6R4211-08 Richmond Area as is more specifically ad forth in the contract doc ung rcferaue to which is hereby made. NOW THERMRE, if the Principal or a mAx=ft-Mor fails to pay any of the prions named in Section 3181 of the Civic Code, or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the contract, or for any amounts required to be dedwted,withheld and paid over to the Employment Develolnnent Department from the wagea of employees of the Principal Pad subcontractors pursuant to Section 13020 of the Unemployment Tiaemmee Code,with respect to such walk and labor,the Sumety vuill pay for the same,in an amount not ex g the sum specified is this bond,and also,in can suit is brought upon this band,a reasonably allamy's fee,to be fixed by tate court. This bond shall ewe to%a benefit of any of the pets=named in Section 3181 of the Civic Code so as to give a right of action to such parsons or their assigns in any suit brought upon this bond. SIGNED AND SEALED,this 20th dayof August 2008 (SEAL) (SEAL) Malachi Construction American Safety Casualty Insurance Company By. B (S' enneth J. Goodwin, Attorney-in-Fact (S}3 AM AWOWLWOMEn OF NOTARY} r CAUPORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of. CONTRA COSTA } On 8-20-2008 before me, L.B. BARNETT NOTARYPUBLIC Date Here insert Name and Title of the Officer personally appeared KENNETH J. GOODWIN Narne(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person( whose name(e) is/am subscribed to the within instrument and acknowledged to me that he/s�e/tl�eyr executed the same in his/ wfteir authorized capacity(iet�), and that by his/herAheir signature(e) on the instrument the person*, or the entity upon behalf of which the-person(e) E0`Ek L. B.'BA acted, executed the instrument. .-moi Wp ~ . COMM. #1535698 -' NOTARY PUBLIC CALIFORNIA l certify under PENALTY OF PERJURY under the laws of CONTRA COSTA COUNTY the State of California that a foregoing paragraph is true ,Lfro�+N` My Comm.Expires Dec.17,2008 and correct. Witness my h i ial al. Signature Place Notary Seal Above Strhature of Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Payment Bond 4120-SUR-200999 Document Date: 8-20-2008 Number of Pages: 1 Signer(s) Other Than Named Above: Capacity(les)Claimed by Signers) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): ❑ Partner—❑Limited❑General ❑ Partner—❑Limited❑General @( Attorney in Fact ❑ Attorney in Fact ❑ Trustee 7Top ❑ Trustee ITop ❑ Guardian or Conservator ❑ Guardian or Conservator 7thumbhere ❑ Other: ❑ Other: Signer is Representing: Signer Is Representing: American Safety Casualty Insurance Company 02007 National Notary Association-9350 De Soto Ave.,P.O.Box 2402•Chatsworth,CA 91313-2402•www.NatlonaiNotary.org Item#5907 Reorder:Call Toll-Free 1-800.876-6827 California All-Purpose Acknowledgment State of California • SS_ County of Contra Costa On August 27, 2008 before me, Qiana M. Riley, Notary Public Name and Title of Notary Public personally appeared Rhoshanda Riley who proved to me on the basis of satisfactory evidence to be the person(} whose name(s) is/ar-e-subscribed to the within instrument and acknowledged to me that hosheft" executed the same in his/her/their authorized capacity(ies), and that by 4*her/tl:e4 signature(s) on the instrument the person(, or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California the foregoing paragraph is true and correct. QIANA M.RILEY WITNESS my hand and official seal. Commission# 1622693 Z °e� Notary Public-California Z Alameda County My Comm.Expires Dec 16,2009 This area for official notarial seal Signat re 8f N tary Public My commission expires on: December 16, 2009 Phone No.: (510) 685-4161 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL Payment Bond CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT Two PARTNER(S) NUMBER OF PAGES LIMITED or GENERAL August 20, 2008 ATTORNEY-IN-FACT DATE OF DOCUMENT TRUSTEE(S) Kenneth G. Goodwin GUARDIAN/CONSERVATOR SIGNER(S) OTHER THAN NAMED ABOVE OTHER: SIGNER IS REPRESENTING: NAME OF PERSONS( OR ENTITY(IES) NUMBER 20-SUR-200999 POWER OF ATTORNEY Asea pi Pell mill asup- KNOW ALL MEN BY THESE PRESENTS,that American Safety Casualty Insurance Company has made,constituted and appointed,and by these proms does make, constitute and appoints Kenneth J. Goodwin its frac and lawfid attomey-in-fact,for it and its name,plan,and stead.to execute on behalf of the said Company,as surety,bands,undertaking and contracts of suretyship to be given to ALL OBIJGEES, provided that no bond or undertaking or contract of suretyship executed tinder this authority shall exceed in amount the sum of One Hundred Fifteen Thousand Eight Hundred Nine Dollars and Fifty Cents($115,808.50) This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company on the Eighth day of September,2.003. RESOLVED,that the President in conjunction with the Secretary or any Assistant Secretary may appoint attorneys-in-fur or agents with authority as defined or limited in the instrument evidencing the appointment in each case,fa and on behalf of the Company.to execute and deliver and affix the seal of the Company to bonds,undertakings, recognizanc es,and suretyship obligations of an kinds;and said officers may remove any such attorney-in-fact or agent and revoke any power of attorney previously granted to such persons. RESOLVED FURTHER that any bond.undertaking,moognizance,or suretyship obligation shall be valid and bang upon the Company: (i)when signed by the President or any Vice-President and attested and sealed(if a seal be required)by any Secretary or Assistant Secretary or(i7 when signed by the President .or any Vice-Plresidemt or Secretary or Assistant Secretary.and countersigned and sealed(if a seal be required)by a duly authorized attorney-in-fad of agent;or(iii)when duly executed and sealed Cif a seal be requited)by toe or uwte attaay-in-fad or agents pursuant to and within the limits of the authority evidenced by the power of attorney issued by the Company to sucb person or persons. ABSOLVED FURTHER that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,w ogubmce,or oder suretyship obligations of the Company;and such signature and seal when so used shall have the same fora and affects as though manually affixed. IN WIIIVM WHEREOF,American Safety Casualty Insurance Company has caused its official seal to be hereunto affixed,and these presents to be signed by its President and attested by its Secretary this Eighth day of September,2003. Attest: pry. Stephen R.Crim,President Randolph L.Hueco,Secretary !':- •.i t STATE OF GEORGIA COUNTY OF COBB } On ibis Eighth day of September,2003,before no personally came Stephen R.Crim,to we known.who,being by me duly sworn,did depose and say that he is the President of American Safety Casualty Insurance Company,the corporation described in and which executed the above instrument;that he knows the seal of the said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. . t �`.� ky"f`. ?�y Ruth .Baakston,Notary Public or ot'P I, the undersigned, Secretary of American Safety Casualty Insurance Company, a Delaware corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full fora and ties not been revoked;and furthermore that the Resolution of the Board of Directors,set forth in the said Power of Attorney,is now in fora. u Signed and Sealed at the City of Atlanta,is the State of Georgia: Dated the20th day of August 2008 Z' , ' Ma A L Neeaio,SsetaWry ORIG'[.,VA.S OFTHI.S POII ER OFA77'ORiVF,)'ARF PRINTED 07TH RFI)NL`.IIF.RIC-IL.,YL IIBFR.S. DUPLICATES SHALL H.i)E THE SAAIE FORCE.I ND EFFEC7'AS.IN ORIGIiV.dL O.,VL I"A"71EN IS.SL't:D IN COl1,11',VCTIO.V 117TH THE OR16TVAL CONTRACT(Page 1 of 4) (Contra Costa County Standardform Construction Agreement) 1.SPECIAL TERMS. These special terns are incorporated below by reference. (See Secs.2,3) Parties:. Public Agency-- Contra.COsta County Contractor-- Malachi Construction Use complete legal name of Contractor. Effective Date: August 12, 2008 (see Section'4 for starting date.) (See Sec.3) Project Name 2008 Tara Hills Drive Curb Ramp Project No. 0662-24211-0& located in the Richmond area The work consists of constructing curb ramps, sidewalks, valley gutter, other drainage facility improvements, striping, and pavement markings all in accordance with the Plans, Drawings, Special Provisions and/or Specifications prepared by or,for the Public Works Director and in accordance with the accepted Bid Proposal. (See Sec.4) Completion Time: Within 25 working days from starting date. (See Sec.5) Liquidated Damages: $ $1,000.00 per calendar day. (See Sec.6) Public Agency's Agent: Public Works Director (See Sec.7) Contract Price: $ $115,80950 more or less, in accordance with finished quantities at unit bid prices. 2.SIGNATURES&ACKNOWLEDGEMENT. Public Agency,By: Julia R. ere , Public Works Director Contractor,hereby also certifying awareness f and compliance with Labor Code Sections 1861 and 3700 concerning Workers'Compensation Law, '4 By: �!/ Official Capacity: a (signature) - (M-in) By: Official Capacity: (signature) (fill in) Note to Contractor: For corporations,the contract must be signed by two officers. The first signature must be that of the chairman of the board, president or vice president;the second signature must be that of the secretary,assistant secretary,chief financial officer or assistant treasurer. (Civil Code,Section 1190 and Corporations Code,Section 313.) The acknowledgment below must be signed by a Notary Public. CERTIFICATE OF.ACKNOWLEDGMENT State of California ) �*0 ss. County of On l/ kpq I before me, t'..�cv&ig:cd;notary public, personally appeared who prov d to me on the basts of satisfacto evidence to be the persons}whose names}is/�a esubscribed to th within instrument and acknowledged to me that he�they executed the same in his(Rtheir authorized capacity4es),and that by his/d Vtheir signature(s)on the instrument the person(-s3 or the entity upon behalf of which the persoriW acted,executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and fticial seal (( QIANA'11' RILEY ` Commission# 1622693 Notary PubliC-CaUlomla z ®� Alameda County My Comm.Expires Dec 16,2009 3.WORK CONTRACT,CHANGES. (a) By their signatures in Section 2,effective on the above date,these parties promise and agree as set forth in this contract,incorporating by these references the material in Section(,SPECIAL TERMS. (b) Contractor shall,at his own cost and expense,and in a workmanlike manner,fully and faithfully perform and complete the work;and will furnish all materials, labor, services and transportation necessary, convenient and proper in order fairly to perform the requirements of this contract, all strictly in accordance with the Public Agency's plans,drawings and specifications and in accordance with the accepted bid proposal. (c) The work can be changed only with Public Agency's prior written order specifying such change and its cost agreed to by the parties;and the Public Agency shall never have to pay more than specified in Section 7,PAYMENT,without such an order. 4.TIMES NOTICE TO PROCEED. Contractor shall start this work as directed in the specifications or the Notice to Proceed; and shall complete it as specified in Section 1,SPECIAL TERMS. 5.LIOUIDATED DAMAGES. If the Contractor fails to complete this contract and this work within the time fixed therefor, allowance being made for contingencies as provided herein,he becomes liable to the Public Agency'for all its loss and damage therefrom;and because,from the nature of the case,it is and will be impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage from any delay in performance hereof,it is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable sum specified in Section 1, SPECIAL TERMS, the result of the parties' reasonable endeavor to estimate fair average compensation therefor,for each calendar day's delay in finishing said work;and if the same be not paid,Public Agency may,in addition to its other remedies,deduct the same from any money due or to become due Contractor under this contract. if the Public Agency for any cause authorizes or contributes to a delay,suspension of work or extension of time,its duration shall be added to the time allowed for completion,but it shall not be deemed a waiver nor be used to defeat any right of the Agency to damages for non-completion or delay hereunder. Pursuant to Government Code Section 4215,the Contractor shall,not be assessed liquidated damages for delay in completion of the work,when such delay was caused by the failure of the. Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. 6.INTEGRATED DOCUMENTS. The plans, drawings and specifications or special provisions of the Public Agency's call for bids, and.Contractor's accepted bid for this work are hereby mc6rporated into this contract;and they are intended to cooperate,so that anything exhibited in the plans or drawings and not mentioned in the specifications or special provisions,or vice versa,is to be executed as if exhibited,mentioned and set forth in both,to the true intent and meaning thereof when taken all together; and differences of opinion concerning these shall be finally detennined by Public Agency's Agent specified in Section 1,SPECIAL TERMS. 7.PAYMENT. (a) For his strict and literal fulfillment of these promises and conditions,and as full compensation for all this work,the Public Agency shall pay the Contractor the sum specified in Section 1,SPECIAL TERMS,except that in unit price contracts that payment shall be for finished quantities at unit bid prices. (b) On or about the first of each calendar month,the Contractor shall be paid for all work done through the 15th of the preceding calendar month,as determined by Public Agency, minus 10%thereof pursuant to Public Contract Code Section 9203, but not until defective work and materials have been removed,replaced,and made good. 8.PAYMENTS WITHHELD. (a) The Public Agency or its Agent may withhold any payment,or because of later discovered evidence nullify all or any certificate for payment,to such extent and period of time only as may be necessary to protect the Public Agency from loss because of: (1) Defective work not remedied,or uncompleted work,or (2) Claims filed or reasonable evidence indicating probable filing,or (3) Failure to properly pay subcontractors or for material or labor,or (4) Reasonable doubt that the work can be completed for the balance then unpaid,or (5) Damage to another contractor,or (6) Damage to the Public Agency,other than damage due to delays. (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor,as the work progresses,the materials and labor which are not satisfactory,to it,so as to avoid unnecessary trouble or cost to the Contractor in making good any defective work or parts. (c) 35 calendar days after the Public Agency files its notice of completion'of the entire work,it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld under this contract,provided the contractor shows that all claims for labor and materials have been paid,no claims have been presented to the Public Agency based on acts or omissions of the Contractor,and no liens or withhold notices have been filed against the work or site, and provided there are not reasonable indications of defective or missing work or of late-recorded notices of liens or claims against Contractor. 9. INSURANCE. (Labor Code Sees. 1860-61) On signing this contract,Contractor must give Public Agency (1) a certificate of consent to self- insure issued by the Director of Industrial Relations,or (2) a certificate of Workers'Compensation insurance issued by an admitted insurer,or (3) an exact copy of duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Section 3700 and the Workers' Compensation Law. 10. BONDS. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties,in amount(s) specified in the specifications or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. (Page 2 of 4) IL FAILURE TO PERFORM. If the Contractor at anytime refuses or neglects,without fault of the Public Agency or its agent(s),to supply sufficient materials or workmen to complete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency,the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Both parties recognize the applicability of various federal,state,and local laws and regulations,especially Chapter 1 of Pail 7 of Division 2 of the Labor Code(beginning with Section 1720,and including Sections 1735, 1777.5,and 1777.6 forbidding discrimination). The parties specifically stipulate that the relevant penalties and forfeitures provide in the Labor Code,especially in Sections 1775 and 1813 concerning prevailing wages and hours,as well as Section 1776 concerning certified payroll records,shall apply to this agreement. 13. SUBCONTRACTORS. Public Contract Code Sections 41004114 are incorporated herein. 14. WAGE RATES. (a) Pursuant to Labor Code Section 1773,the Director of the Department of Industrial Relations has ascertained the general prevailing rates of wages per diem,and for holiday and overtime work,in the locality in which this work is to be performed,for each craft,classification,or type of workman needed to execute this contract,and said rates are as specified in the call for bids for this work and are on file with the Public Agency,and are hereby incorporated herein. (b) This schedule of wages is based on a working day of 8 hours unless otherwise specified;and the daily rate is the hourly rate multiplied by the number of hours constituting the working day. When less than that number of hours are worked,the daily wage rate is proportionately reduced,but the hourly rate remains as stated. (c) The Contractor,and all his subcontractors,must pay at least these rates to all persons of this work,including all travel,subsistence,and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above-must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes necessary for the Contractor or any subcontractor to employ any person in a craft, classification or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such)for which no minimum wage rate is specified,the Contractor shall immediately notify the Public Agency which shall apply from the time of the initial employment of the person affected and during the continuance of such employment. 15. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's work,and no workman employed at any time on this work by the Contractor or by any subcontractor shall be required or permitted to work longer thereon except as provided in Labor Code Sections 1810-1815. 16. APPRENTICES. Properly indentured apprentices may be employed on this work in accordance with Labor Code Sections 1777.5 and 1777.6, forbidding discrimination. 17. DESIRE TO PROMOTE ECONOMY OF CONTRA COSTA. The Public Agency desires to promote the industries and economy of Contra Costa county,and the Contractor therefore is encouraged to use the products,workmen,laborers and mechanics of this County in every case where the price,fitness and quality are equal. 18. ASSIGNMENT. The agreement binds the heirs,successors;assigns,and representatives of the Contractor;but he cannot assign it in whole or in part,nor any monies due or to become due under it,without the prior written consent of the Public Agency and the Contractor's surety or sureties,unless they have waived notice of assignment. 19. NO WAIVER BY PUBLIC AGENCY. Inspection of the work and/or materials,or approval of work and/or materials inspected,or statement by any officer,agent or employee of the Public Agency indicating the work or any part thereof complies with the requirements of payments therefor,or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terns and conditions hereof. 20. HOLD HARMLESS&INDEMNIFICATION. (a) Contractor promises to and shall defend,indemnify,save,and hold harmless the indemnitees from the liabilities as defined in this section. (b) The indemnitees benefitted and protected by this promise are the Public Agency and its elective and appointive boards,commissions,officers, agents,and employees,together with any additional persons and entities,if any,listed in Section 6 of the Special Provisions. (c) The liabilities protected against are any and all claims,demands,causes of action,damages,costs, expenses, actual attorneys' fees, losses,or liabilities arising out of or in connection with the actions defined below for personal injury, sickness, disease, emotional injury, death,property damage(including loss of use),trespass,nuisance,inverse condemnation,patent infringement,or any combination of these,regardless of whether or not such liability, claim, or damage was foreseeable at any time before the Public Agency approved the improvement,plans or accepted the improvements as completed,and including the defense of any suit(s)or action(s)at law or equity concerning these. (d) The actions causing liability are any act or omission(negligent or non-negligent)in connection with the matters covered by this contract and attributable to the Contractor,subcontractor(s),supplier(s),trucker(s),anyone for whose acts the Contractor may be liable,or any officer(s),agent(s) or employee(s)of one or more of them. (e) The promise and agreement in this section is not conditioned or dependent on whether or not any indemnitee has prepared,supplied,or approved any plan(s),drawing(s),specification(s),or special provision(s)in connection with this work or has insurance or other indemnification covering any of these matters. (f) Except as prohibited by Civil Code Section 2782,the Contractor's obligations under this section shall exist regardless of the existence or degree of fault of the Public Agency or any indemnitee. CONTRACT(Page 3of4) h L/ (g) The Contractor's obligations under this section shall extend to claims arising after the work is completed and accepted if the claims are related to alleged acts or omissions that occurred during the course of the work. Public Agency's inspection is not a waiver of full compliance with these requirements. (h) The Contractor and the Contractor's insurance carrier(s)shall respond within 15 days to the tender of any claim for defense and indemnity by the Public Agency,unless this time has been extended by the Public Agency. (1) With respect to third-party claims against the Contractor,the Contractor waives all rights of any kind to express br implied indemnity against the indemnitees. 0) Nothing in this section is intended to establish a standard of care owed to any third party or to extend to any third party the status of a third-party beneficiary. 21. EXCAVATION. Contractor shall comply with the provisions of Labor Code Section 6705, if applicable, by submitting to Public Agency a detailed pian showing the design of shoring,bracing,sloping,or other provisions to be made for worker protection from the hazard of caving ground during trench excavation. 22. RECORD RETENTION. Except for records delivered to Public Agency, Contractor shall retain, for a period of at least five years after Contractor's receipt of the final payment under this contract, all records prepared in the performance of this contract or otherwise pertaining to the work, including without limitation bidding,financial and payroll"records. Upon request by Public Agency,Contactor shall make such records available to Public Agency,or to authorized representatives of the state and federal governments,at no additional charge and without restriction or limitation on their use. 23. CONFLICT WITH BID. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terns of this contract and the bid or proposal of said Contractor,then this contract shall control and nothing herein shall be considered as an acceptance of said terns of said proposal conflicting herewith. 24. USE OF PRIVATE PROPERTY. Contractor shall not use private property for any purpose in connection with the work absent a prior,written agreement with the affected property owner(s). \it FORM APPROVED by County Counsel. (CC-1;Rev.2-07) G:\Const\Projects&1v4isc\2008\2008 Tara Hills Drive Curb Ramp\CONTRACT-Malachi Construction.docx CONTRACT(Page 4 of 4) Contra Costa County g 6 JulPublic Works Deputy R. Buedors . Director Deputy Directors D ea r t m e n t R. Mitch Avalon.Brian M.Balbas p Stephen Kowalewski. Patricia McNamee August 13, 2008 CERTIFIED MAIL 7007 0710 0004 6172 1812 Ms. Rhoshanda Riley Malachi Construction 503 South 18th Street Richmond,*CA 94804 Project Name: 2008 Tara Hills Drive Curb Ramp Project No. 0662-61114211-08 Dear Ms. Riley: Enclosed are the original and four copies of the referenced contract. Please follow the instructions in this letter as carefully and completely as possible. The contract, insurance certificates, and bonds are to be returned-to: Contra Costa County Public Works Department Construction Division, Attn: 3. Dowling 255 Glacier Drive Martinez, CA 94553 I. CONTRACT 1. The original and the four copies must be signed by the owner of the business, or a partner who is authorized to sign. 2. Have the "Acknowledgement" on each copy completed by a Notary Public. 3. Complete and return the enclosed W-9 form —"Request for Taxpayer Identification Number and Certification." 4. Return the original and the four-copies to the above address. You will receive a fully executed copy for your file, together with the Notice to Proceed, as soon as the contract is approved by the Public Works Director. U. BONDS - TO BE FURNISHED IN DUPLICATE: 1.Furnish a Faithful Performance Bond in the sum of $115,809.50. 2.Furnish a California Public Works Payment Bond in the sum of $115,809.50. 3. The contract date on the bonds shall be August 12, 2008, as shown in Section 1, Line (See Sec. 2) of the contract. 'Accredited by the American Public Works Association" 255 Glacier Drive Martinez, CA 94553-4825 TEL: (925)313-2000•FAX: (925)313-2333 www.cccpublicworks.org Page 2 of 4 4. The description of work on both bonds shall be exactly the same as the description in Section 1, Line (See,Sec. 3) of the contract, as follows: 2008 Tara Hills Drive Curb, Ramp Project No. 0662-61114211-08 5. The obligee on both bonds must be "Contra Costa County," as shown in Section 1, Line (See Sec. 2 and 3) of the contract. 6. If the bonding company is not a California corporation, provide a copy of the power-of-attorney showing the bonding company authorization. of the California attorney-in-fact who executes the bond for the company. 7. The contractor is to sign both bonds and, if the firm is a corporation, the corporate sea! is to be affixed over the signature on both documents. 8.The contractor's and bonding company agent's signatures on both bonds, and the signatures on the powers of attorney, must all be notarized. 9. Please give your bonding company the enclosed extra copy of this letter, a copy of the contract, and copies of the two enclosed bond forms to be used. 10. Send the original and one copy of'each bond to: Contra Costa County Public Works Department Construction Division, Attn: J. Dowling 255 Glacier Drive Martinez, CA 94553 III. INSURANCE - ALL INSURANCE CERTIFICATES ARE TO BE FURNISHED IN DUPLICATE (Special Provisions, Section 3-1.03, Insurance Requirements) A. Worker's Compensation - Pursuant to State Law, including Employer's Liability. B. Comprehensive or Commercial General Liability Insurance, including coverage for blanket contractual, owners' and contractors' protective and broad form property damage liability, with a minimum combined single limit coverage of $1,000,000.00 for all damages because of bodily injury, sickness, disease, or death to any person and damage to property including the loss of use thereof arising out of each accident or occurrence. C. Comprehensive Motor Vehicle Liability Insurance, including coverage for motor vehicles, owned, non-owned, leased or hired by or on behalf of the contractor with a minimum combined single limit of $1,000,000.00 for all damage because of bodily injury or death to any person and damages to property, including loss of use thereof arising out of each accident or occurrence. 2 With Respect to Subcontractors' Operations: A. Worker's Compensation Insurance pursuant to State law; B. Comprehensive Motor Vehicle Liability Insurance, including coverage for motor vehicles, owned, non-owned, leased, or hired by or on behalf of the Page 3 of 4 subcontractor with a minimum combined single limit coverage of $500,000.00 for all damages because of bodily injury or death to any person and damage to property including the loss of use thereof arising out of each accident or occurrence. 3. Additional Insurance Requirements. — Regarding Comprehensive or Commercial General Liability and Motor Vehicle Liability Insurance, the policy or policies and the riders attached thereto or the certificates for the policies or riders shall name Contra Costa County and its respective officers, agents, employees, representatives, governing body, commissioners, and volunteers as additional insureds. All insurance policies shall include a provision for 30 days' written notice to Contra Costa County of cancellation or material change. 4. Form and Term of Insurance. The insurance hereinabove specified shall be in the form satisfactory to Contra Costa County, shall be placed with an insurance company or companies authorized to transact business in the State of California and satisfactory to Contra Costa County, and shall be kept in full force and effect until completion to the satisfaction of Contra Costa County and acceptance by Contra Costa County of all of the work to be performed by the Contractor under the Contract. 5. The address to be shown on the certificates and any endorsements is: Contra Costa County Public Works Department Construction Division 255 Glacier Drive Martinez, CA 94553 6. Please advise your insurance agent that "Contra Costa County" is the contracting Public Agency. 7. Include the following language on all of your insurance certificates, including the umbrella and both General & Motor Vehicle Liability Insurance Certificates: "By endorsement to Policy No. insert policy number(s)_, Contra Costa County, its respective officers, agent's, employees, representatives, governing body, commissioners, and volunteers as additional insureds solely as respects the above (or "below') listed job, or .......as respects the job described in this certificate," whichever is applicable. The description on all of the certificates shall be: 2008 Tara Hills Drive Curb Ramp Project No. 0662-6114211-08 8. The certificates of insurance, including any umbrella and both General & Motor Vehicle Liability Insurance Certificate or endorsement, must state: "Contra Costa County, as an additional insured, is to be given at least thirty (30) days' notice prior to any cancellation or modification of the insurance." 9. Please give the enclosed extra copy of this letter to your insurance agent for his/her guidance in preparing the certificate(s) for your contract. (Insurance .y Page 4 of 4 brokers that issue certificates of insurance and/or endorsements on behalf of the insurance companies must demonstrate to the satisfaction of the Agency that they are an authorized agent of the insurance company having the power to amend the policies to conform to this contact's requirements.) 10. Send two copies of all of the insurance certificates and two copies of any required umbrella policy endorsement to: Contra Costa County Public Works Department Construction Division, Attn: Janet Dowling 255 Glacier Drive Martinez, CA 94553 If the foregoing items are not properly completed and returned, together with the five copies of the signed contract, by August 28, 2008, the contract may be awarded to another bidder. If this action is taken, any bid security you may have submitted will be forfeited. We will appreciate your careful and complete compliance with these instructions. If you have any questions, please call Janet Dowling or me immediately, at (925) 313-2330 or (925) 313-2233, respectively. Sincerely, Kevin igh Assistant Public Works Director Construction Division KE:jd:kg G:\Const\Projects&Misc\2008\2008 Tara Hills Drive Curb Ramp\C37 Ltr-Malachi Construction.docx Enclosures: Contract(original and 4 copies) Two extra copies of this letter(one each for the bonding company and the insurance agent) Performance Bond and Payment Bond W-9 form c Clerk-of the Board P.Denison, Finance RECEIVED SEP 0 8 2008 CLERK BOARD OF SUPERVISORS CONTRA COSTA CO. �j /,2_1 l� Contra Costa County (lX Julia R. Bueren, Director Public Works Deputy Directors D e » art 111 e ri t R. Mitch Avalon•Brian M. Balbas r Stephen Kowalewski.Patricia McNamee September 4, 2008 VIA FEDEX RECEIVED Ms. Rhoshanda Riley LSEP102008 Malachi Construction CLERK BOARD OF SUPERVISORS 503 South 18th Street CONTRA COSTA CO. Richmond, CA 94804 Project Name: 2008 Tara Hills Drive Curb Ramp Project No. 0662-61114211-08 Dear Ms. Riley: Enclosed is your copy of the approved contract for the 2008 Tara Hills Drive Curb Ramp, Project No. 0662-6R4211-08. This is your Notice to Proceed as set forth in Section 4 of the project "Notice to Contractors and Special Provisions. • ,I The first chargeable working day shall be September 8, 2008. The Resident Engineer assigned to this project is'Vendon McLeod, who may be reached at (925) 595-6012 or the County office at (925) 313-2320. Sincerely, Kevin E ig Assistant Publl orks Director Construction Division KE:jd:kg G:\CONST\PROJECTS&MISC\2008\2008 TARA HILLS DRIVE CURB RAMP\03 LTR-NOTICE TO PROCEED-MALACHI.DOC enclosure: contract c: V. McLeod, Resident Engineer J. Dowling, Construction Survey Section Materials and Testing Division Maintenance P. Denison, Finance w/copy of Contract, W-9, Insurance, Outreach package Clerk of the Board,w/copy of Contract, Bonds and Insurance(originals) Auditor-Controller,w/copy of Contract Affirmative Action Officer 'Accredited by the American Public Works Association" 255 Glacier Drive Martinez,CA 94553-4825 TEL: (925)313-2000• FAX: (925)313-2333 www.cccpbblicworks.org Q�21-2D08 11:25am From- T-006 P.002 F-264 CERTIFICATE �° �'1 /� ( ° / �i �@ DATE(MM/DD/YYYY) CERTIY NATE OF LIABILI f 1 �l�ISU��. NCE1/21 2008 3RODUCER - THIS CERTIFICATE IS ISSUED AS A MATTER OF M FORMATION AG>E;NTS & BROKERS OF CPi LLC ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER- THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 357 Beach Rd ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Burlingame, CA 94010 (650)344-67.24 INSURERS AFFORDING COVERAGE NAIL# NSURED Malachi Construction INSURERA: Certain Underaritere at Lloyds J.W. Riley & sons INSURERS: Safeco rancA Conn an . P,O. Box 8567 INSURER C: _ Emeryville, CA 94662 INSURER O: _ 1510 652-54!96 INSURER E• . COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOT'VITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY 2E ISSUED OR MAY PERTAIN,TH9 INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITI')NS OF SUCH POLICIF-S,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.' LL'' d POLICY NUMBER p�qf Y EFFEC A7 P LIMITS gra �++ =QE INSURANCE GENERAL LIABILITY EACH OCCURRENCE 9 0 0 0 0 0 0 g COMMERCIAL GENERAL LIABILITY PREMISES fa occurcncc I CLAIMSMADE FX]OCCUR MED EXP(Any*tie Parwn) 9 51000 A MCP 04 003332 3/3/2008 3/3/2009 PERSONAL&ADVIN.)URY 4 1,000,000 GENERAL AGGREGATE s 24000,000 GENT.AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOP A= 11 11000.000 POLICY M.PIECOT LOC AUTOMOBILELIABILITY COMBINED SINGLE LIMIT S ANYAUTO (Ea acadent) ALLOWNEDAUTOS BODILYIN.IURY S SCHEDULED AUTOS (Par person) HIRED AUTOS BODILY INJURY y NON-OWNEDAUTOS (Persxldarol PROPERTY DAMAGE b (Peraeeldenq ' GARAGEI-MIL17Y AUTO ONLY-EA ACCIDENT 3 ANYAUTDOTHERTHAN EAACC .b AUTOONLY: AGO $ F-XCESS/UMBRELLA LIABILITY EACH OCCURRENCE :6 OCCUR FICtAIMSMADE AGGREGATE DEDUCTIBLE ACTENTION S $ WORKERSCOMPENSATIONAND X n L C'STfd TS EMPI.OY01S'LIABILITYE.L.EACH ACCIDENT S 1,000,000 ANY PROPR FTOFUPARTNER/E)MCurnrE B 0PwcEkwEM6ER"muoso? 04WC48907810 8/22/2008 8/21/2009 EJ.,DISEASE.EA s 1 000 000 Ittyy��deacrlbcunder SPECIAL PROVISIONS below E.4 DISEASE"POLICY LIMIT 5 1 L000,000 OT"ER DESCRIPTION OP OPERATIONS/LOCATIONS/VEHICLES i EXCLUSIONS ADDED pY ENDORSEMENTS SPECIAL PROVISIONS SddiCLeAL1 Znsuraq. Caatra Costa Couatr epd its rsapsativs o1lL4exs, eganta, wVioyees, roytss*ateoires, governing body, casmissLoft" , AILS val"r4ars -By endorompant to Polley No. MCP Oe 003332, Contra Costa County, its reapeCtive O££icortf, agents, amployeae, ropreaeatativss, governing body, eommisaioamra, and vaiwntsars as additional insuraA solely as respects tho above (or ^below") listed job, or as respects the Job daaaribed in this certificate. whichever is applicable... Sob Aoseription, 2008 Tara Hills Drive Curb R=* ProjeCC No. 0662-684211-08 CERTIFICATE HOLDER CANCELLATION Centra Costa County Public Works DeBartm agt SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF.THE ISSUING INSURER WILL ENDEAVOR TO MAILS i DAYS WRrrTEN California At al Berkeley NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.BUT FAILURE TO 00 SO SMALL 255 Glacier ])rive IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THIS INsIJ QM ITS AGENTS OR Martinez, CA 94S53 REPRESENTATIVES, AZT REPRESENTATIVE I _77 AGORD25(2001/08) 0ACORD CORPORATION 1988 3121-2008 11:25am From- T-006 P.003 F-264 POLICY NUMBER.MCP 04 003332 COMMERCIAL,GENERAL LIABILITY INSURANCE COMPANY:Certain Under/Mters at Lloyds THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY ADDMONAL INSURIED-O'W'NERS,LESSEES or CONTRACTORS(FORM B) This endorsement modifies insurance pro-tided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: Additional Insured:Contra Costa County and its respective officers,agents,employees, representatives,governing body,commissioners,and volunteers Job Description:2008 Tara Hills Drive Curb Ramp Project No.0662-6R4211-08 Contra Costa County Public Works Department Construction Division 255 Glacier Drive Martinez,CA 94553 "By endorsement to.Policy No.MCF 04 003332,Contra Costa County,its respective officers,agents,employees,representatives,governing body,commissioners,and volunteers as additional insured solely as respects the above(or"below")listed job,or a.a respects the job described in this certificate,whichever is applicable." (If no entry appears above, the information required to complete this endorsement will. be shown in the declarations as applicable to this endorsement) WHO IS AN INSURED(Section A)is amended to include as an insured the person or organization shown in the Schedule but only with respect to liability arising out of"youC work" for that insured by or for you. The insurance afforded by this policy for the additional insured(s)is primary insurance and any other insurance maintairted by or available to the additional insured(s)is non- contributing. A orized Representative CG 2010 03 99 A . Ptogressive PR96REM T PO Box 94739 Oeveland,OH 44101 800-895-2886 Policy number. 03372225-2 Underwritten by: Progressive Express Ins Company August 21,2008 Page 1 of 1 Certificate of Insurance cartificam Nader' rrra Agent ................................ .................................................................................................................................. Additional Insured MALACHI CONSTRUCTION INC PROG COMMERCIAL CONTRA COSTA COUNTY PO BOX 8567 PO BOX 94739 255 GLACIER DRIVE EMERYVILLE,CA 94662 CLEVELAND,OH 44101 MARTINEZ;CA 94553 ,I This document certifies that insurance policies identified below have been issued by the designated insurer to th- insured named above for the period(s)indicated. This Certificate is issued for information purposes only, f<confers no rights upon the certificate holder and does nor:change,aper,modify,or extend the coverages afforded by the policies listed below. The coverages afforded by the policies listed below are subject to all the terms,exclusions,limitations, endorsements,and conditions of these policie!,. ................................:........I........................ ...:.......................... . . . ........:............................................... .......... Policy Effective Date:Feb 2,2008 Policy Expiration Date:Feb 2,2009 prance wverag*) Lori ................................................................................................................................................................. .......... Bodily Injury/Property Damage $1,000,000 Combined Single Limit .................................................................................................................................................................. .......... Employer's Non-Owned Auto BIPD $1,000,000 Combined Single Limit .............................................................................................................................................. .............. .......... Hired Auto Bodily Injury/Proper/Damage $1,000,000 Combined Single Limit Description of Location/Vehides/Spedal Items Scheduled autos only ..................................•................................ 1990 FRHT FLD 1FUYDRY87LP369010 Stated Amount $20,000 Comprehensive $1,000 Ded Collision $1,000 Ded 1979 KENWORTH KW 17446815 ' Certificate number 23408NHQ225 Please be advised that additional insureds and loss payees will be notified in the event of a mid-tenet cancellation. Farm 5241(t0A2)