HomeMy WebLinkAboutMINUTES - 06242008 - C.46 ti L
TO, BOARD OF SUPERVISORS i; CONTRA
FROM: MICHAEL J. LANGO, DIRECTOR OF GENERAL SERVICES COSTA
COUNTY
DATE: JUNE 24, 2008
SUBJECT: AWARD JOB ORDER CONTRACT 011 IN THE AMOUNT OF NOT
LESS THAN $50,000 NOR MORE THAN $2,000,000 TO APPLEGATE
JOHNSTON, INC., THE LOWEST RESPONSIVE AND
RESPONSIBLE BIDDER
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
RECOMMENDATIONS
1. AWARD and AUTHORIZE the General Services Director, or designee, to execute a one-year
contract in the amount of not less than $50,000 nor more than $2,000,000 to Applegate
Johnston, Inc. ("Applegate"), the lowest responsive and responsible bidder for Job Order
Contract ("JOC") 011, and DISQUALIFY the bid submitted by Torres Construction Corporation.
2. AUTHORIZE the General Services Director, or designee, to exonerate any bid bonds posted by
the bidders and return any checks or cash submitted for security, after execution of the contract.
3. AUTHORIZE the General Services Director, or designee, 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.
4. AUTHORIZE the General Services Director, or designee, to order changes or additions to the
contract work pursuant to Public Contract Code Section 20142.
5. DELEGATE, pursuant to Public Contract Code Section 4114, the Board's functions under Public
Contract Code Sections 4107 and 4110, with regards to subletting and subcontracting, to the
General Services Director, or designee.
6. DECLARE that, should the award of the contract to Applegate 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
in accordance with Public Contract Code Sections 5100-51 7.
CONTINUED ON ATTACHMENT: X YES SIGNATURE: v
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOA COMMITTEE
XAPPROVE OTHER
SIGNATURE(S): jff�
ACTION OF BOARD ON D APPROVED AS WCOMMENDED OTHER
VOCE OF SUPERVISORS
/\ UNANIMOUS(ABSENT )
AYES: NOES:
ABSENTS: ABSTAIN:
MEDIA CONTACT:MICHAEL J. LANGO(313-7100)
Originating Dept.:General Services Department I HEREBY CERTIFY THAT THIS IS A TRUE
cc: General Services Department AND CORRECT COPY OF AN ACTION TAKEN
Capital Projects Management Division AND ENTERED ON THE MINUTES OF THE BOARD
Accounting OF SUPERVISORS THE DATE SHOWN.
CPM File: 000-0708/8.4.1
000-0708/A.5 ATTESTED_ _
County Administrator's Office
JOHN CULLEN,CLERK THK BOARD OF SUPERVISORS
County Counsel
4;LADMINISTRATOR
Auditor Controller
Gordian Group(via CPM) BY DEPUTY
Applegate Johnston, Inc.(via CPM)
H:\2007\0000708\07AO080027b.doc RL:tb Page 1 of 2 M382(10/88)
AVV.ARD'JOB ORDER CONTRACT 011 IN THE AMOUNT June 24, 2008
OF NOT-LESS THAN $50,000 NOR MORE THAN
$2,000,000 TO APPLEGATE, THE LOWEST
RESPONSIVE AND RESPONSIBLE BIDDER
FINANCIAL IMPACT
JOC work orders will only be issued when there is an approved project and funding. The maximum
contract value of $2 million is a limit (not actual appropriated dollars), and it is possible that the limit
may not be reached.
BACKGROUND
The General Services Department ("GSD") currently has in place two $1 million and one $2 million
JOC contracts, and these contracts are nearing their contractual limits. To allow additional
contracting opportunities and to continue operational capacity and flexibility, two JOC contracts were
recently bid out. Each of the two JOC contracts is for a maximum of $2 million.
Bids for Job Order Contracts 011 and 012 were received and opened at the County Capital Projects
Management Division Office on May 6, 2008. The bid results for JOC 011 are as follows:
BIDDER Weighted Bid Factor
Torres Construction Corp. 1.1698
Los Angeles
Applegate Johnston, Inc. 1.1977
Ceres
Vila Construction Company 1.2768
Richmond
River View Construction, Inc. 1.3035
Sacramento
It is recommended that the Board of Supervisors award Job Order Contract 011 to the low responsive
and responsible bidder, Applegate, with the Weighted Bid Factor of 1.1977 for a contract amount not
less than $50,000 nor more than $2,000,000 over the course of one year. Applegate submitted the
second lowest bid factor, however their bid was determined to be the lowest responsive and
responsible bid.
The low bidder, Torres Construction Corp. ("Torres"), was disqualified because they did not pass the
post-bid assessment. The purpose of the post-bid assessment is to determine if a bidder can be
deemed "responsible." A bidder must be deemed "low, responsive, and responsible" in order to be
awarded a contract. Torres had omitted information, failed the eligibility and financial capability
sections, and had low scores in the management plan and comparable and non-comparable projects
sections. Torres appealed GSD's decision to disqualify them, and a hearing regarding the decision to
disqualify their bid was conducted on June 6, 2008. After careful consideration, GSD upheld its initial
decision to disqualify Torres. GSD recommends that the Board disqualify Torres' bid and award the
contract to the next low bidder, Applegate, who is responsive and responsible.
Applegate will submit to the Contract Compliance Officer good faith efforts documentation to comply
with the County's Outreach Program for each individual Job Order of $100,000 or more. A
recommendation for the award of JOC 012 will come before the Board via a separate board order.
The JOC program has been very successful for the County since its inception in May 2003. Since the
existing JOC contracts are nearing maximum allowable expenditures, new JOC contracts will enable
the General Services Department to continue to provide efficient and cost effective facility repair and
remodeling services for County Departments.
CEQA documentation and approvals will be conducted upon initiation of any project.
07A0080027b.dOc Page 2 of 2 M382(10/88)
�` 4NtT3 ~, t OSTA COUNTY Y�
neral., G epartment �sv � -�ichael J.Lango
I( �F EM CJ D Director
14 ,��IIALP M MANAGEMENT
ftpU Terry Mann
�l Y'i ' wti APP 1! ZODDeputy Director
Lim, PE
CLERK BOARD G= UP ERViSORS Rob Manager
.T q"" + % CON Rf:COSTA CO.
TRANSMITTAL
DATE: April 9,.2008
TO: ALL PLANHOLDERS
FROM: Rob Lim, P.E., Capital Projects Division Manager
SUBJECT: JOB ORDER CONTRACTS 011 & 012 (WW0616 & WW0667); Addendum
No. l
We are sending you via FAX:
Item Copies Dated Description
1 1 4/9/08 Addendum No. 1
COMMENTS: Please include the attached addendum with your set of printed contract
specifications for the subject project. All prime bidders are required to
acknowledge receipt of this addendum on their bid forms.
RL:tb
File: 000-0708/B.4.3
X a
4
1220 Morello Avenue, Suite 100 • Martinez, CA 94553
(925) 313-7200 Phone • (925) 313-7299 Fax
H:\2007\0000708\07AO080019t.doe
000-0708/B.4.3
April 9, 2008
ADDENDUM NO. 1
TO: Prospective Bidders
FROM: Contra Costa County General Services Department
Capital Projects Management Division
1220'Morello Avenue, Suite 100
Martinez, CA 94553-4711
(925) 313-7200
PROJECT: JOB ORDER CONTRACTS 011 AND 012, CONTRA COSTA COUNTY
Authorization No. WW0616 & WW0667
This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents as
noted below. Acknowledge receipt of this addendum in the space provided on the Bid Form. Failure to
do so may subject the Bidder to disqualification.
CHANGES TO THE SPECIFICATIONS:
Item AD 1: All references to the Mandatory Pre-Bid Conference date:
Revise the Mandatory Pre-Bid Conference date to April 22, 2008 (was April 17, 2008).
The time (10 a.m.) and location (1220 Morello Avenue, Martinez, CA) remain the same.
Item ADI - 2: All references to the Bid Opening date:
Revise the.Bid Opening date to May 6, 2008 (was May 1, 2008). The bid opening time
(2 p.m.) and location (1220 Morello Avenue, Martinez, CA) remain the same.
*END OF ADDENDUM NO. 1
RL:tb
H:\2007\0000708\07 A00 80020z.doc
ADDENDUM NO. 1
Page 1 of I
,j
CONTRA COSTA COUNTY
General Ser.65 s Department Michael J. Lango
Director
CAPITAL PROJECTS''MANAGEMENT
1220Morelk"Adenue,, Suite 100 Terry Mann
z " i Deputy Director
Martinez,`CA 94'553 _----$--
(925) 313-7200 {j�� TD Rob Lim, PE
(925)`3137.7299 Fax Manager
JUN 2 7 2008
June 25, 2008 CLERKCONTRABOARD O OS A CO-
June
Mr. John Bergman
Applegate Johnston, Inc.
3012 Moore Road
Ceres, CA 95307
SUBJECT: CONTRACT FOR JOB ORDER CONTRACT 011 '
Authorization No. WW0616
Dear Mr. Bergman:
Enclosed are two copies (duplicate originals) of the subject 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
General Services Department
Capital Projects Management Division
1220 Morello Avenue,Suite 100
Martinez, California 94553-471.1
I. CONTRACT
A. IF YOU ARE A CORPORATION:
1. Have the Agreements signed by two officers, one from each of the two,following groups:
a. The Chairman of the Board, the President, or any Vice President.
b. The Secretary, an Assistant Secretary, the-Chief Financial Officer, or an Assistant
Treasurer.
2. Have the "Acknowledgment" on each copy completed by a Notary Public.
3. Affix the corporate seal.
4. Return both copies to the above address. You will receive a fully-executed copy for your
files, together with the Notice to Proceed, as soon as the contract is approved by the
Director of General Services.
B. IF YOU ARE NOT A CORPORATION:
1. Both copies must be signed by the Owner of the business, or a partner who is authorized to
sign.
2. Have the "Acknowledgment\' on each copy completed by a Notary Public.
H A2007\0000708\07A008012r.doc
<j
Mr. John Bergman
Applegate Johnston, Inc. June 25, 2008
3012 Moore Road Page 2 of 3
Ceres, CA 95307
3. Return both copies to the address given on Page 1 of this letter. 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 Director of General Services.
II. BONDS
A. FORM AND CONTENT:
1. Furnish a Performance Bond in the sum of $2,000,000.00 and a California Public Work
Payment Bond.in the sum of$2,000,000.00. The acceptable forms are enclosed for your
use.
2. The contract date on the bonds shall be June 24, 2008 as shown in Section 1 of the
contract.
3. The description of work on both-bonds shall be EXACTLY as shown in the Contract,
Section 1, "The Work."
4. The obligee on both bonds must be the public agency, as shown in Section 1 of the
contract. 1
5. 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.
6. Contractor shall sign both bonds and, if the Contractor is a corporation, the corporate seal
shall be affixed over the signature on both documents.
7. The Contractor's and bonding company agent's signatures. on both bonds, and the
signatures on the powers of attorney, MUST all be notarized.
B. DISTRIBUTION:
.1. Please give your bonding company"the enclosed bond forms, the extra copy of this letter
and a copy of the contract to use as guides in completing the bonds.
2. " Send the original and one copy of each bond to the address given on Page 1 of this letter.
I1I. INSURANCE
A. GENERAL FORM AND CONTENT:
1. Furnish certificates of insurance showing the coverages and amounts required by the
specifications. Specification excerpts showing coverages and amounts are attached for
your convenience. If umbrella insurance is needed to meet the required limits of
coverages, a copy of the umbrella policy endorsements must be provided. The
endorsement must show the policy number and carrier for each underlying coverage that
the umbrella policy supplements. - An example of an acceptable form of insurance
certificate is enclosed. Please give it to your insurance agent, together with the enclosed
copy of this letter, for his guidance in preparing the certificates for your contract.
2. The address shown on the certificates and endorsements shall be the same as the address
given on Page 1 of this letter.
3. Please advise your insurance agent that the public agency shown on the contract is the
contracting public agency.
H:\2007\0000708\07AO08012r.doc
Mr. John Bergman
Applegate Johnston, Inc. June 25, 2008
3012 Moore Road Page 3 of 3
Ceres, CA 95307
4. The certificates of insurance, INCLUDING ANY UMBRELLA. INSURANCE
CERTIFICATE OR ENDORSEMENT, must show that the public agency as shown on the
contract, as an additional insured, is to be given at least 30 days notice (not 10) before
lapse, cancellation or modification of the insurance. Common qualifiers such as . . . "will
endeavor to mail . . .," and ". . . but failure to mail such notice shall impose no obligation
of any kind upon the company," are not acceptable and shall be deleted or omitted from
certificates and endorsements.
5. Furnish a certificate of Workers' Compensation Insurance issued by an•admitted insurer, or
comply with the requirements of the Contract, Section 9.
B. ' ADDITIONAL INSURED CLAUSE:
Include the following language on all your insurance certificates, except for Workers'
Compensation, INCLUDING THE UMBRELLA INSURANCE CERTIFICATE.
1. "By endorsement to Policy No. Insert Policy Number(s), public agency as shown on
contract, its officers, employees, and agents are named as additional insureds solely as
respects the above (or "below") listed job."
2. The job description on all of the certificates shall be the same as that in the Contract,
Section 1, "The Work."
C. RETURN:
Send two copies of all insurance certificates and two copies of any required umbrella policy
endorsement to the address given on Page 1 of this letter.
If the bonds and insurance certificates are not properly completed and returned, together with the two
copies of the signed contract by July 11, 2008, the contract may be awarded to another bidder. If this
action is taken, any bid security you have submitted will be forfeited.
We will appreciate your careful and complete compliance with our instructions. If you have questions,
please call Rob Lim at (925) 313-7200.
Since,pely, e
;o%b��im, P.
Capital Projects Division Manager
RL:amc
Enclosures: Contract (original and 1 copy)
Insurance Certificate example
2 extra copies of this letter(one for the bonding company
and one for the insurance agent)
Specification Excerpts (Div. F, Seca 5)
Bond forms
cc: Clerk of the Board (letter only)
Affirmative Action Officer(letter only)
File: 000-0708/C.1.1
H:\2007\0000708\07AO08012r.doc
CONTRA COSTA COUNTY _
General Services Department Michael J. Lango
CAPITAL PROJECTS MANAGEMENT ; Director
1220 Morello Avenue, Suite 100 Terry Mann
Martinez, CA 94553 Deputy Director
(925) 313-7200 Phone Rob Lim, PE
(925) 313-7299 Fax Manager
June 25, 2008 _
Charles Beigarten
Magnum Construction, Inc.
480 Preston Court-A
Livermore, CA 94551
SUBJECT: CONTRACT FOR REMODEL AND ADDITION AT FIRE STATION NO. 83,
GENTRYTOWN DRIVE, ANTIOCH FOR THE CONTRA COSTA COUNTY
FIRE PROTECTION DISTRICT
Authorization No. WW0638
Dear Mr. Beigarten:
Enclosed are two copies (duplicate originals) of the subject 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
General Services Department
Capital Projects Management Division
1220 Morello Avenue, Suite 100
Martinez, California 94553-4711
I. CONTRACT
A. IF YOU ARE A CORPORATION:
1. Have the Agreements signed by two officers, one from each of the two following groups:
a. The Chairman of the Board, the President, or any Vice President.
b. The Secretary, an Assistant Secretary, the Chief Financial Officer, or an Assistant
Treasurer.
2. Have the "Acknowledgment" on each copy completed by a Notary Public.
3. Affix the corporate seal.
4. Return both copies to the above address: You will receive a fully-executed copy for your
files, together with the Notice to Proceed, as soon as the contract is approved by the
Director of General Services.
B. IF YOU ARE NOT A CORPORATION:
1. Both copies must be signed by the Owner of the business, or a partner who is authorized to
sign
2. Have the "Acknowledgment" on each copy completed by a Notary Public.
H:\2008\3050801\08BOO1033r.doc
r
Charles Beigarten June 25, 2008
Magnum Construction, Inc. Page 2 of 3
480 Preston Court-A
Livermore, Ca 94551
3. Return both copies to the address given on Page 1 of this letter. 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 Director of General Services.
II. BONDS
A. FORM AND CONTENT:
1. Furnish a Performance Bond in the sum of $960,447.00 and a California Public Work
Payment Bond in the sum of$960,447.00. The acceptable forms are enclosed for your use.
2. The contract date on the bonds shall be June 24, 2008 as shown in Section 1 of the
contract.
3. The description of work on both bonds shall be EXACTLY as shown in the Contract,
Section 1, "The Work."
4. The obligee on both bonds must be the public agency, as shown in Section 1 of the
contract.
5. 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.
6. Contractor shall sign both bonds and, if the Contractor is a corporation, the corporate seal
shall be affixed over the signature on both documents.
7. The Contractor's and bonding company agent's signatures on both bonds, and the
signatures on the powers of attorney, MUST all be notarized.
B. DISTRIBUTION:
1. Please give your bonding company the enclosed bond forms, the extra copy of this letter
and a copy of the contract to use as guides in completing the bonds.
2. Send the original and one copy of each bond to the address given on Page 1 of this letter.
III. INSURANCE
A. GENERAL FORM AND CONTENT:
1. Furnish certificates of insurance showing the coverages and amounts required by the
specifications. Specification excerpts showing coverages and amounts are attached for
your convenience. If umbrella insurance is needed to meet the required limits of
coverages, a copy of the umbrella policy endorsements must ';be provided. The
endorsement must show the policy number and carrier for each underlying coverage that
the umbrella policy supplements. An example of an acceptable form of insurance
certificate is enclosed. Please give it to your insurance agent, together with the enclosed
copy of this letter, for his guidance in preparing the certificates for your contract.
2. The address shown on the certificates and endorsements shall be the same as the address
given on Page 1 of this letter.
3. Please advise your insurance agent that the public agency shown on the contract is the
contracting public agency.
HA20080050801\08B001033r.doc
i4
Charles Beigarten June 25, 2008
Magnum Construction, Inc. ° Page 3 of 3
480 Preston Court-A
Livermore, Ca 94551
li
4. The certificates of insurance, INCLUDING ANY UMBRELLA INSURANCE
CERTIFICATE OR ENDORSEMENT, must show that the public agency as shown on the
contract, as an additional insured, .is.,to be given at least 30 days notice (not 10) before
lapse, cancellation or modification of the insurance. Common qualifiers such as . . . "will
endeavor to
in . . .," and but failure to mail such notice shall impose no obligation
of any kind upon the company," are not acceptable and shall be deleted or omitted from
certificates and endorsements.
5. Furnish a certificate of Workers' Compensation Insurance issued'by an'fadmitted insurer, or
comply with the requirements of the Contract, Section 9.
B. ADDITIONAL INSURED CLAUSE:
.Include the following language on all your insurance certificates, except for Workers'
Compensation, INCLUDING THE UMBRELLA INSURANCE CERTIFICATE:
1. "By endorsement to Policy No. Insert Policy Number(s), public agency as shown on
contract, its'officers, employees, and agents are named as additional insureds solely as
respects the above (or "below") listed job." I
2. The job description on all of the certificates shall be the same as that in the Contract,
Section 1, "The Work." j
C. RETURN:
Send two copies of all insurance certificates and two copies of any required umbrella policy
endorsement to the address given on Page l of this letter.
If the bonds and insurance certificates are not properly completed and returned, together` with the two
copies of the signed contract by July 11, 2008, the contract may be awarded to another bidder. If this
action is taken, any bid security you have submitted will be forfeited.
We will appreciate your careful and complete compliance with our instructions. If,you have questions,
please call Ramesh Kanzaria at (925) 313-7200. y'
Sincer `
ob Lim, P.E. F
Capital Projects Division Manager
RK:aI
Enclosures: Contract (original and 1 copy)
Insurance Certificate example
2 extra copies of this letter (one for the bonding company
and one for the insurance agent)
Specification Excerpts (Div. F, Sec. 5)
Bond forms
cc: Clerk of the Board-.(letter only)
Affirmative Action Officer.(letter only)
File: 305-0801/C.1.1
H 12008`3050801\08 B001033r.doc
CONTRA -COSTA COUNTY
'General Servces Department Michael J. Lango
Director
CAPITAL PROJECTS:MANAGEMENT
1220 Morello Avenue,"Suite 100 Terry Mann
'•Martinez,'CA'94553,` RC Deputy Director
(925) 313 7200"PhoneRob Lim, PE
(925)313.7299:Fax JUL 1 4 2008{ Manager
July 10, 2008
l CLERK BOARD 0. i:3QsgS
Mr: Robert Jimenez CONTRA
Blossom Valley Construction, Inc.
1125 Mabury Road
San Jose, CA 95161 _
SUBJECT: CONTRACT FOR MEDIAN LANDSCAPING PROJECT AT PACHECO BLVD.,
BETWEEN SECOND AVENUE SOUTH AND FIRST AVENUE NORTH,
PACHECO,FOR THE PUBLIC WORKS DEPARTMENT (BASE BID WORD
Authorization No. WW0633
Enclosed are two copies (duplicate originals) of the subject 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
General Services Department
Capital Projects Management Division
1220 Morello Avenue, Suite 100
Martinez, California 94553-4711
I. CONTRACT
A. IF YOU ARE A CORPORATION:
1. Have the Agreements signed by two officers, one from each of the two following groups:
a. The Chairman of the Board, the President, or any Vice President.
b. The Secretary, an Assistant Secretary, the Chief Financial Officer, or an Assistant
Treasurer.
2. Have the "Acknowledgment" on each copy completed by a Notary Public.
3. Affix the corporate seal.
4. Return both copies to the above address. You will receive a fully-executed copy for your
files, together with the Notice to Proceed, as soon as the contract' is approved by the
Director of General Services.
B. IF YOU ARE NOT A CORPORATION:
1. Both copies must be signed by the Owner of the business, or a partner who is authorized to
sign.
2. Have the "Acknowledgment" on each copy completed by a Notary Public.
H:\2008\2650801\08GO01038r.doc
Mr, Robert Jimenez July 10, 2008
CONTRACT FOR MEDIAN LANDSCAPING PROJECT AT PACHECO Page 2 of 3
BLVD., BETWEEN SECOND AVENUE SOUTH AND FIRST AVENUE
NORTH, PACHECO FOR THE PUBLIC WORKS DEPARTMENT (BASE
BID WORK)
3. Return both copies to the address given on Page 1 of this letter. 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 Director of General Services.
II. BONDS
A. FORM AND CONTENT:
1. Furnish a Performance Bond in.the sum of $149,100.00 and a California Public Work
Payment Bond in the sum of$149,100.00. The acceptable forms are enclosed for your use.
2. The contract date on the bonds shall be July 8, 2008 as shown in Section 1 of the contract.
3. The description of work on both bonds shall be EXACTLY as shown in the Contract,
Section 1, "The Work."
4. The obligee on both bonds must be the public agency, as shown in Section 1 of the
contract.
5. 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.
6. Contractor shall sign both bonds and, if the Contractor is a corporation, the corporate seal
shall be affixed over the signature on both documents.
7. The Contractor's and bonding company agent's signatures on both bonds, and the
signatures on the powers of attorney, MUST all be notarized.
B. DISTRIBUTION:
1. Please give your bonding company the enclosed bond forms, the extra copy of this letter
and a copy of the contract to use as guides in completing the bonds.
2. Send the original and one copy of each bond to the address given on Page 1 of this letter.
III. INSURANCE
A. GENERAL FORM AND CONTENT:
1. Furnish certificates of insurance showing the coverages and amounts required by the
specifications. Specification excerpts showing coverages and amounts are attached for
your convenience. If umbrella insurance is needed to meet the required limits of
coverages, a copy of the umbrella policy endorsements must be provided. The
endorsement must show the policy number and carrier for each underlying coverage that
the umbrella policy supplements. An example of an acceptable form of insurance
certificate is enclosed. Please give it to your insurance agent, together with the enclosed
copy of this letter, for his guidance in preparing the certificates for your contract.
2. The address shown on the certificates and endorsements shall be thc'same as the address
given on Page 1 of this letter.
3. Please advise your insurance agent that the public agency shown on the contract is the
contracting public agency.
H A2008\265080I\08G001038r.doc
Mr. Robert Jimenez July 10, 2008
CONTRACT FOR MEDIAN LANDSCAPING PROJECT AT PACHECO Page 3 of 3
BLVD., BETWEEN SECOND AVENUE SOUTH AND FIRST AVENUE
NORTH, PACHECO FOR THE PUBLIC WORKS DEPARTMENT (BASE
BID WORK)
4. The certificates of insurance, INCLUDING ANY UMBRELLA INSURANCE
CERTIFICATE OR ENDORSEMENT, must show that the public agency as shown on the
contract, as an additional insured, is to be given at least 30 days notice (not 10) before
lapse, cancellation or modification of the insurance. Common qualifiers such as . . . "will
endeavor to mail . . .," and ". . . but failure to mail such notice shall impose no obligation
of any kind upon the company," are not acceptable and shall be deleted or omitted from
certificates and endorsements.
5. Furnish a certificate of Workers' Compensation Insurance issued by an 1,admitted insurer, or
comply with the requirements of the Contract, Section 9.
B. ADDITIONAL INSURED CLAUSE:
Include the following language on all your insurance certificates, except for Workers'
Compensation, INCLUDING THE UMBRELLA INSURANCE CERTIFICATE:
I. "By endorsement to Policy No. Insert Policy Number(s), public agency as shown on
contract, its officers, employees, and agents are named as additional insureds solely as
respects the above (or "below") listed job."
2. The job description on all of the certificates shall be the same as that in the Contract,.
Section 1, "The Work."
C. RETURN:
Send two copies of all insurance certificates and two copies of any required umbrella policy
endorsement to the address given on Page 1 of this letter.
If the bonds and insurance certificates are not properly completed and returned, together with the two
copies of the signed contract by.July 24, 2008, the contract may be awarded to another bidder. If this
action is taken, any bid security you have submitted will be forfeited.
1
We will appreciate your careful and complete compliance with our instructions. If you have questions,
please call me or Roger Wilson at (925)-313-7200.
Sincerely,
ob Lim, P.E.
Capital Projects Division Manager
RW:amc
Enclosures: Contract (original and 1 copy)
Insurance Certificate example
2 extra copies of this letter (one for the bonding company
and one for the insurance agent)
Specification Excerpts (Div. F, Sec. 5)
Bond forms
cc: Clerk of the Board (letter only)
Affirmative Action Officer (letter only)
File: 265-0801/C.1.1
H:\2008\2650801\08G001038r.doc