Loading...
HomeMy WebLinkAboutSiri Grading & Paving 2011-10-07CITY OF UKIAH Mendocino County, California AGREEMENT FOR WAUGH LANE BRIDGE Specification No. 11-08 THIS AGREEMENT, made this / 4 day of _ ~~e 20LL_, by and between the City of Ukiah, Mendocino County, California, hereinafter called the City and hereinafter called the Contractor Siri Grading & Paving, Inc. , WITNESSETH WHEREAS, the City has caused to be prepared in accordance with law, specifications, drawings and other contract documents for the work herein described and shown and has approved and adopted these contract documents, specifications and drawings and has caused to be published in the manner and for the time required by law a notice to bidders inviting sealed proposals for doing the work in accordance with the terms of this contract and WHEREAS, the Contractor, in response to the notice to bidders, has submitted to the City a sealed proposal accompanied by a proposal guaranty in an amount of not less than 10 percent of the bid price for the construction of the proposed work in accordance with the terms of this contract and WHEREAS, the City, in the manner prescribed by law, has publicly opened, examined and canvassed the proposals submitted and as a result has determined and declared the Contractor to be the lowest and best regular responsible bidder for the work and for the sums named in the proposal, NOW, THEREFORE, THIS AGREEMENT WITNESSETH: Article 1. Work to be Done and Contract Davs Allowed. That the Contractor shall provide all necessary machinery, tools, apparatus and other means of construction; shall furnish all materials, superintendence, overhead, expenses, all labor and expenses of whatever nature necessary for completion of the work in conformity with the Special Provisions and other contract documents hereto attached and according to such instructions as may be given by the Engineer. The Contractor shall complete the work within forty five (45) calendar days. Contract days shall be counted starting with the 10th day following receipt of notice that the contract has been executed by the City. Contractor, at his or her option, may begin work prior to start of counting contract days, however, in no event shall the Contractor start work without giving notification to the Engineer at least 72 hours prior to the start of work, without obtaining an encroachment permit from the City, or without having submitted certificates of insurance that have been accepted and approved by the Engineer WAUGH LANE BRIDGE 38 Spec. No. 11-08 Article II. Contract Prices. That the City shall pay the Contractor the prices stated in the proposal submitted by the Contractor, for complete performance of the contract by the Contractor. The Contractor hereby agrees to accept the prices as full compensation for all material and appliances necessary to the work, for all labor and use of tools and other implements necessary to execute the work contemplated in this contract; for all loss or damage arising out of the nature of the work or from the action of the elements, or from any unforeseen obstructions or difficulties which may be encountered in the prosecution of the work; for all risks of every description connected therewith; for all expenses of the work, as herein specified; for all liability and other insurance, for all overhead and other expenses incident to the work; all according to the Contract Drawings, the Special Provisions, the Details, the instructions and the requirements of the City. Article III. Labor Discrimination. Attention is directed to Section 1735 of the Labor Code, which reads as follows: "No discrimination shall be made in the employment of persons upon public works because of the race, color, national origin or ancestry, or religion of such persons and every contractor for public works violating this section is subject to all the penalties imposed for a violation of this chapter." In connection with the performance of work under this contract, the Contractor agrees as follows: (a) The Contractor will not willfully discriminate against any employee or an applicant for employment because of race, color, religion, ancestry, or national origin. The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, ancestry, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the awarding authority setting forth the provisions of this Fair Employment Practice section. (b) The Contractor will send to each labor union or representative of workers with which he or she has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the awarding authority, advising the said labor union or worker's representative of the Contractor's commitments under this section, to employees and applicants for employment. (c) The Contractor will permit access to his or her records of employment, employment advertisements, application forms and other pertinent data and records by the Fair Employment Practices Commission, City of Ukiah or any other appropriate agency of the State of California designated by the awarding authority, for the purposes of investigation to ascertain compliance with the Fair Employment Practices section of this contract. (d) A finding of willful violation of the Fair Employment Practices section of this Contract or of the Fair Employment Practices Act shall be regarded by the awarding authority as a basis for determining the Contractor to be not a "responsible bidder" as to future contracts for which such Contractor may submit bids, for revoking the Contractor's pre-qualification rating, if any and for refusing to establish, reestablish or renew a pre-qualification rating for the Contractor. The City of Ukiah shall deem a finding of willful receipt of written notice from the Fair Employment Practices Act to have occurred upon that it has investigated and determined that the Contractor has violated the Fair Employment Practices Act and has issued an order under Labor Code Section 1426 or obtained an injunction under Labor Code Section 1429. WAUGH LANE BRIDGE 39 Spec. No. 11-08 Upon receipt of such written notice from the Fair Employment Practices Commission, the City shall notify the Contractor that unless he or she demonstrates to the satisfaction of the awarding authority within a stated period that the violation has been corrected, his or her pre-qualification rating will be revoked at the expiration of such period. (e) The Contractor agrees that should the City determine that the Contractor has not complied with the Fair Employment Practices section of this Contract, then pursuant to Labor Code Section 1735 and 1775 the Contractor shall, as a penalty to the City, forfeit for each calendar day or portion thereof, for each person who was denied employment as a result of such non-compliance, the penalties provided in the Labor Code for violation of prevailing wage rates. Such monies may be recovered from the Contractor. The City may deduct any such damages from any monies due the Contractor. (f) Nothing contained in this Fair Employment Practices section shall be construed in any manner of fashion so as to prevent the City or the State of California from pursuing any other remedies that may be available at law. (g) Prior to awarding the Contract, the Contractor shall certify to the awarding authority that he or she has or will meet the following standards for affirmative compliance, which shall be evaluated in each case by the awarding authority: (1) The Contractor shall provide evidence, as required by the City that he or she has notified all supervisors, foremen and other personnel officers in writing of the content of the anti-discrimination clause and their responsibilities under it. (2) The Contractor shall provide evidence, as required by the City, that he or she has notified all sources of employees' referrals (including unions, employment agencies, advertisements, Department of Employment) of the content of the anti-discrimination clause. (3) The Contractor shall file a basic compliance report, as required by the City. Willfully false statements made in such reports shall be punishable as provided by law. The compliance report shall also spell out the sources of the work force and who has the responsibility for determining whom to hire, or whether or not to hire. (4) Personally, or through his or her representatives, the Contractor shall, through negotiations with the unions with whom he or she has agreements, attempt to develop an agreement which will: a. Spell out responsibilities for nondiscrimination in hiring, referral, upgrading and training. b. Otherwise implement an affirmative anti-discrimination program in terms of the unions' specific areas of skill and geography to the end that qualified minority workers will be available and given and equal opportunity for employment. (5) The Contractor shall notify the City of opposition to the anti-discrimination clause by individuals, firms or organizations during the period of its pre-qualification. (h) The Contractor will include the provisions of the foregoing paragraphs 1 through 5 in every first tier subcontract so that such provisions will be binding upon each such subcontractor. (i) The "Fair Employment Practices Certification" must be completed and signed prior to the time of submitting the bid. WAUGH LANE BRIDGE 40 Spec. No. 11-08 Artirlp IV. Parts of the Contract. That the complete contract consists of the following documents, all of which shall be considered a part of this agreement. 1. Notice to Bidders 2. Wage Rates 3. General Conditions 4. Technical Specifications 5. Proposal 6. Fair Employment Practices Certification 7. Agreement 8. Contract Bonds 9. Contract Drawings and Construction Details 10. Standard Drawings 11. Indemnification Agreement IN WITNESS WHEREOF, this contract being executed in duplicate and the parties having caused their names to be signed by authority of their duly authorized office this day of d&7' 20 _ZZ CITY OF UKIAH, MENDOCINO COUNTY, CALIFORNIA By: Y MANAGER, CITY OF UKIAH Attest: ITY CLERK,-CITY OF UKIAH iri Grading & Paving, Inc. f By: CONE ACTOR ! 1 Attest: f ~ b yc .c• 4 Title: WAUGH LANE BRIDGE 41 Spec. No. 11-08 INDEMNIFICATION AGREEMENT AP This Indemnification Agreement is made and entered in Ukiah, California, on tact® 7, 20_LL, by and between the City of Ukiah (Ukiah) and Siri Grading & Paving, Inc. (Contractor). Contractor is c-®Pt:5fr C-i[~/,a W6aa sa Lam t'® &,0- U DZe,t for Ukiah. A/®, I -,P KP- As a condition of issuing the work order, attached hereto, Ukiah requires assurance that Contractor will protect Ukiah from damage or damage claims which arise from its performance of the work. Accordingly, Contractor agrees as follows: 1. Indemnification. Contractor shall indemnify and hold harmless Ukiah and its officers, agents, and employees from and against any claim, loss, or damage, including the legal and other costs of defending against any claim of damage or loss which arises out of the Contractor's negligent or wrongful performance under the work order attached hereto, except for claims, losses, or damages resulting from the sole and exclusive negligence or other wrongful conduct of Ukiah or its officers, agents and employees. CONTRACTOR BY: TITLE: X161;~,lm d/. pi`s WAUGH LANE BRIDGE 42 Spec. No. 11-08 PERFORMANCE AND PAYMENT AGREEMENT SIRI GRADING & PAVING, INC., a corporation ("Contractor") hereby agrees to fully perform in all respects the Contract for Waugh Lane Bridge Spec. I 1-08, dated October 7, 2011 ("the Contract") and all duly authorized modifications thereof, during its original term and any extensions thereof that may be granted and during any guaranty period for which the Contract provides, and if the Contractor shall fully satisfy all claims, arising out of the prosecution of the work under the Contract and shall fully indemnify the City for all expenses which it may incur by reason of such claims, including its attorney's fees and court costs, and if the Contractor shall make full payment to all persons supplying labor, services, materials, or equipment in the prosecution of the work under the Contract, in default of which such persons shall have a direct right of action hereupon; and if the Contractor shall pay or cause to be paid all sales and use taxes payable as a result of the performance of the Contract as well as payment of gasoline and special motor fuels taxes in the performance of the Contract and all motor vehicle fees required for commercial motor vehicles used in connection with the performance of the Contract, then the City of Ukiah (City") shall not make demand under the Letter of Credit ("LOC") issued by the Savings Bank of Mendocino ("Bank") to secure Contractor's performance of the Contract and the same shall be released; otherwise, it shall remain in full force and effect and the City shall have the right to make demand thereunder in accordance with the provisions of the LOC. No modification of the Contract or extension of the term thereof, nor any forbearance on the part of the City shall in any way release the Contractor or the Bank from honoring the terms of the LOC. Notice to the Bank of any such modification, extension, or forbearance is hereby waived. Dated: ~U Dated: 10 17- SIRI GRADING AND PAVING, INC. B Print Name: /Z/4*rj 0*g2/.1 CITY OF UKIAH l' ~Fa e Chambers, City Manager 1 Sauings Bank OF MENDOCINO COUNTY www.savingsbank.com Member FDIC A Full Service Community Bank Since 1903 IRREVOCABLE STANDBY LETTER OF CREDIT # 10928 City of Ukiah 300 Seminary Avenue Ukiah, CA 95482 Attention: Richard Seanor DATE: October 7, 2011 EXPIRATION: October 6, 2012 RECEIVED OCT 1 1 2011 CITY OF UKIAH DEPT. OF PUBLIC WORKS By order of our client Siri Grading & Paving, Inc., we hereby issue in your favor this Irrevocable Standby Letter of Credit for any sum or sums not exceeding Fourty-four thousand, seven hundred seventy-seven dollars and no/100 dollars ($44,777.00) which is available against your draft(s) at sight on Savings Bank of Mendocino County, 200 N School Street (PO Box 3600), Ukiah, CA 95482, when accompanied by a statement signed by a purportedly authorized representative of the City of Ukiah certifying the following: Payment is due in conjunction with a Faithful Performance agreement dated October 7, 2011 between City of Ukiah and Siri Grading & Paving, Inc. and has not been received. 2. Proceeds of any draft drawn on this Letter of Credit will be used solely for the purposes and interest described in the Faithful Performance agreement described in paragraph 1. All drafts must be presented at the counters of the Savings Bank of Mendocino County, 200 N School Street, Ukiah, California no later than 4:00 p.m. Pacific Standard Time by October 6, 2012; and must include the statement "Drawn on the Savings Bank of Mendocino County, Letter of Credit Number 10928." We hereby undertake that all drafts drawn hereunder will be duly honored by us if drawn and presented in accordance with the terms and conditions stated in this Letter of Credit. This Letter of Credit is subject to the Uniform Customs and Practice for Documentary Credits (2007 Revision, International Chamber of Commerce, Publication Number 600.) Sincerely, Floyd A. Ross Executive Vice President Ukiah - Redwood Valley - Hopland - Fort Bragg - Mendocino - Willits - Laytonville - Lakeport uin n OF MENDOCINO COUNTY www.savingsbank.com Member FDIC A Full Service Community Bank Since 1903 IRREVOCABLE STANDBY LETTER OF CREDIT # 10929 City of Ukiah 300 Seminary Avenue Ukiah, CA 95482 Attention: Richard Seanor DATE: October 7, 2011 EXPIRATION: October 6, 2012 RECEIVED OCT 1 1 2011 CITY OF UKIAH DEPT. OF PUBLIC WORKS By order of our client Siri Grading & Paving, Inc., we hereby issue in your favor this Irrevocable Standby Letter of Credit for any sum or sums not exceeding Twenty -Two thousand, Three hundred eighty-eight dollars and 501100 dollars ($22,388.50) which is available against your draft(s) at sight on Savings Bank of Mendocino County, 200 N School Street (PO Box 3600), Ukiah, CA 95482, when accompanied by a statement signed by a purportedly authorized representative of the City of Ukiah certifying the following: 1. Payment is due in conjunction with a Labor and Materials agreement dated October 7, 2011 between City of Ukiah and Siri Grading & Paving, Inc. and has not been received. 2. Proceeds of any draft drawn on this Letter of Credit will be used solely for the purposes and interest described in the Labor and Materials agreement described in paragraph 1. All drafts must be presented at the counters of the Savings Bank of Mendocino County, 200 N School Street, Ukiah, California no later than 4:00 p.m. Pacific Standard Time by October 6, 2012; and must include the statement "Drawn or, the Savings Bank of Mendocino County, Letter of Credit Number 10929." We hereby undertake that all drafts drawn hereunder will be duly honored by us if drawn and presented in accordance with the terms and conditions stated in this Letter of Credit. This Letter of Credit is subject to the Uniform Customs and Practice for Documentary Credits (2007 Revision, International Chamber of Commerce, Publication Number 600.) Sincerely, 4)6 Floyd A. Ross Executive Vice President Ukiah - Redwood Valley - Hopland - Fort Bragg - Mendocino - Willits - Laytonville - Lakeport CITY OF UKIAH MENDOCINO COUNTY; CALIFORNIA PROPOSAL FOR WAUGH LANE BRIDGE Specification No. 11-08 The undersigned, as bidder, declares that he or she has examined thoroughly all of the contract documents herein contained, that this proposal is made without collusion with any other person, firm or corporation and that all laws and ordinances relating to the interest of public officers in this contract have been complied with in every respect. AND he or she proposes and agrees, if this proposal is accepted, 1) that he or she will contract with the City of Ukiah, Mendocino County, California, in the form of the copy of the agreement herein contained a) to provide all necessary machinery, tools, apparatus and other means of construction; b) to furnish all materials; c) to provide all superintendence, overhead expenses and all labor and expenses of whatever nature necessary to complete the job in conformity with the specifications and drawings and other contract provisions herein or reasonably implied hereby or as necessary to complete the work in the manner and within the time named herein and according to the requirements and to the reasonable satisfaction of the City Engineer; d) to pay all charges of freight transportation and hauling; 2) that he or she indemnifies the City against any loss or damage arising from any act of the undersigned as Contractor; and 3) that he or she will accept as full payment therefore the following sums: WAUGH LANE BRIDGE 27 Spec. No. 11-08 BIDDING SCHEDULE In case of discrepancy between words and figures, the words shall prevail. In any discrepancy between unit prices and extended amounts for a bid item using unit prices (specified unit price multiplied by specified quantity for bid item does not equal the extended amount for the item), the specified unit price will control and will be used by the City to compare bids in selecting the lowest bid and in awarding the contract. If the specified total bid amount does not equal the total of the extended amounts for all bid items, the City will use the total of the extended amounts for each bid item (adjusted, if necessary, so that the extended amount equals the specified unit price multiplied by the specified quantity for that bid item) to compare bids in selecting the lowest bid. ITEM NO. QUANTITY DESCRIPTION AND UNIT PRICE BID (in words and in figures) EXTENDED AMOUNT FOR ITEM (in figures) Waugh Lane Bridge for the lump sum price of ff 1 1 LUMP SUM Qq Total bid amount in words: TOTAL BID AMOUNT "A '00 ~ We, the undersigned, acknowledge that the City Council has reserved the right to reject any or all bids or to select the base bid plus any additive bid item or combination of additive bid items and to determine which proposal is, in its opinion, the lowest responsible bid of a responsible bidder and that which it deems in the best interest of the City to accept. We, the undersigned, further agree, if this proposal shall be accepted, to sign the agreement and to furnish the required bonds with satisfactory surety, or sureties, within fifteen (15) calendar days after written notice that the contract is ready for signature; and, if the undersigned shall fail to contract, as aforesaid, it shall be understood that he or she has abandoned the contract and that, therefore, this proposal shall be null and void and the proposal guaranty accompanying this proposal, or the amount of said guaranty, shall be forfeited to and become the property of the City. Otherwise, the proposal guaranty accompanying this proposal shall be returned to the undersigned. Witness our hands this day of S-/10y- 0 , 20 / Licensed in accordance with an art providing for the registration of California Contractors License No. 325'6f/ , expiration date 113111z THE CONTRACTOR'S LICENSE NUMBER AND EXPIRATION DATE STATED HEREIN ARE MADE UNDER PENALTY OF PERJURY. Signature of bidder o1J)idderp wi#i-pus,))less address, phone number and fax number: -5 P,-a Sid Grading & Raving,-inc. 707 ® 579'-Zl Yl P.O. BOX 3638 -20-2 SANTA a WAUGH LANE BRIDGE 28 Spec. No. 11-08 Notice: In the case of a corporation, give below the addresses of the principal office thereof and names and addresses of the President, Secretary, Treasurer. 'O"Ke4vto J, 3~~9 ' i~' q - e- (-,-y ,SSA i As & 19.s-Yo-~ WAUGH LANE BRIDGE 29 Spec. No. 11-08 FAIR EMPLOYMENT PRACTICES CERTIFICATION TO: CarL0"C ~ 6 The undersigned, in submitting a bid for performing the following work by Contract, hereby certifies that he or she has or will meet the standards of affirmative compliance with the Fair Employment Practices requirements of the Special Provisions contained herein. WAUGH LANE BRIDGE (Signature of Bidder) Business Mailing Address: P.O. BOX 3638 SANTA ROSA, QA 954U- Business Location: (The bidder shall execute the certification of this page prior to submitting his or her proposal.) WAUGH LANE BRIDGE 30 Spec. No. 11-08 WORKER'S COMPENSATION CERTIFICATE I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Worker's Compensation or 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. Witness my hand this ---0 day of -j 20 Signature of Bidder, with Business Address: WAUGH LANE BRIDGE 31 Spec. No. 11-08 CERTIFICATION OF NONDISCRIMINATION IN EMPLOYMENT The kidder represents that he or she has/has not, participated in a previous coitract or subcontract subject to either the equal opportunity clause herein or the clause contained in Section 301 of Executive Order 10925; that he or she has/has not, filed all required compliance reports; and that representations indicating submission of required compliance prior to subcontract awards. Signature and address of Bidder: Sid Grading & Laving, inc. Date SANTA ROSA, CA 95402 (This certification shall be executed by the bidder in accordance with Section 60-1.6 of the Regulations of the President's Committee on Equal Employment Opportunity for implementing Executive Orders 10925 and 11114.) WAUGH LANE BRIDGE 32 Spec. No. 11-08 LIST OF PROPOSED SUBCONTRACTORS In compliance with the provisions of Sections 4100-4108 of the State Government Code and any amendments thereof, each bidder shall set forth (a) the name and location of the place of business of each subcontractor who will perform work or labor or render service to the Contractor in or about the construction site in an amount in excess of one-half of 1 pe cent of the total bid and (b) the portion of the work to be done by each subcontractor. Cam... l0 l , Ta . d r M Sari Grading & Paving, Inc. P.O. BOX 3638 SANTA ROSA, CA 95402 WAUGH LANE BRIDGE 33 Spec. No. 11-08 GRADING & PAVING INC. MAILING ADDRESS: P.O. BOX 3638 SANTA ROSA, CA 95402 3289 REGIONAL PARKWAY SANTA ROSA, CA 95403 Various Public Works Projects 2008 Paving Projects Westside, Doran & Gualala Regional Parks Completed on time $ 275,000.00 Sonoma County Regional Parks Mark Cleveland 565-3349 Doran Park Pedestrian Trail & Bridge Installation Completed on time $ 300,000.00 Sonoma County Regional Parks Mark Cleveland 565-3349 2007 Steelhead Beach Regional Park Restroom Building Completed on time $ 506,467.00 Sonoma County Regional Parks Mark Cleveland 565-3349 Schopflin Fields Restroom & Concession Building Completed on time $ 880,028.00 Sonoma County Regional Parks Mark Cleveland 565-3349 Vintage Meadows Park Phase 1 Construction Completed on time $ 875,864.03 City of Cloverdale John Wanger 894-1722 PHONE (707) 579-2141 FAX (707) 569-1418 STATEMENT OF EXPERIENCE OF BIDDER The bidder is required to state below what work of similar magnitude or character he or she has done and to give references that will enable the City Council to judge of his or her experience, skill and business standing and his or her ability to conduct work as completely and rapidly as required under the terms of the contract. J J-T7-1X# WAUGH LANE BRIDGE 34 Spec. No. 11-08 SIGNATURE(S) OF BIDDER f, 4 Accompanying this proposal is L' \ f t l° ch&k (insert the words "cash "cashier's check" or "bidder's bond", as the case may be) in an amount equal to at least 10 percent of the bid. The names of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE: If bidder or other interested person is a corporation, provide the legal name of corporation and also the names of the president, secretary, treasurer and managerthereof. If a co-partnership, provide the true name of firm and also the names of all individual co-partners composing the firm. If bidder or other interested person is an individual, provide the first and last names in full. ZVI Sid Grading & Paving, ing. P.O. BOX 3638 X4111111 J S/A°C~' SANTA ROSA, GA 964 Licensed in accordance with an act providing for the registration of Contractors: Z s'6 License Expiration Date License No. Signature(s) of Bidder: X&Wly:12V Odl~i NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co-partnership, the true name of the firm shall be set forth above together with the signature of the partner or partners authorized to sign contracts in behalf of the co-partnership; and if bidder is an individual, his or her signature shall be placed above. If a member of a partnership, a Power of Attorney must be on file with the Department prior to opening bids or submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized. Dated: WAUGH LANE BRIDGE 35 Spec. No. 11-08 NON-COLLUSION AFFIDAVIT Note: Bidder shall execute the affidavit on this page prior to submitting his or her bid. To City Council, City of Ukiah: The undersigned in submitting a bid for performing WAUGH LANE BRIDGE by contract, being duly sworn, deposes and says: that he or she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. Sid Gracing & Paving, inc. SANTA ROSA, CA 95402 Sign t e(s) of Bidder Business Address: Sir! Grading & Paving, inc. P.O. BOX 3538 SANTA ROSA, CA 95402 Place of Residence: 3Z-F~ 6I ~'✓~6W NOTARIZATION a Subscribed and sworn to before me this day of 120 /1. 10-Actre-JJ 0(i), 1E1:111 Notary Public in and for the County of ° 60mil State of California. My Commission Expires 20-- r DEANNA J. LAFAVE z COMM. #1811291 NOTARY PUBLIC - CAUFORMA M Z SONOMA COUNTY 14 @My Comm. Lupins Aupwt 26, 2092 WAUGH LANE BRIDGE 37 Spec. No. 11-08 ez September 15, 2011 ADDENDUM NO. 1 Subject: Waugh Lane Bridge City of Ukiah Specification No. 11-08 To all Plan Holders: Attached herewith is ADDENDUM NO. 1 for the subject project. i The bid opening date for this project will not be changed and shall remain September 20, 2011 at 2:00 PM. IF YOU SUBMIT A BID, ACKNOWLEDGMENT OF THIS ADDENDUM MUST BE SHOWN ON THIS ADDENDUM. IN ADDITION THIS SIGNED ACKNOWLEDGEMENT MUST BE SUBMITTED WITH THE PROPOSAL. This letter and attached Addendum are being sent to you by fax and/or email in order that this office may be assured all plan holders have received same. It should be noted it is the responsibility of the General Contractor to notify all prospective subcontractors of any and all changes in the drawings and specifications for this project. Sincerely, Tim Eriksen Director of Public Works/City Engineer ACKNOWLEDGEMENT I hereby acknowledge that I have received this Addendum considered it b#or s ng bid. Signed: Date: q'itt Sid Grading aving, inc. P.O. BOX 3638 SANTA ROSA, CA 95402 No. 1 and have reviewed and 206111 300 SEMINARY AVENUE UKIAH, CA 95482-5400 Phone# 707/463-6200 Fax# 707/463-6204 Web Address: www.cityofuklah.com opt S0f. 20, zorl C cr~l~t"'s V1 fig- v-~t~,rn o wry -l-I~ REMITTER Deanna J. Lafave HEAD OFFICE savings Sank OF MENDOCINO COUNTY.-.- 200 HORTH SCHOOL STREET TIM", CALIFORNIA 95482 DATE 9/20/2011 PAY TO THE ****************City of Ukiah**************************** I *4,477.00* ORDER OF VOIIDq AFTER 120 DAYS ~R DOLLARS iruc/t~colorGac~iou uG mini~rn-/jrrn~s~~atu e lu~r andm~wl°3'a~~iGtit~e a/~r °f~'~~'~~~Guadeatr~o co~ 9 ox.. Authorized signature CASHIER'S CHECK 11- 2 2649 111' 10 L 2 L 1040631: 0 1 19 L95911■ oy~ 12 L October 18, 2011 Mr. Richard Owens Siri Grading & Paving, Inc. PO Box 3638 Santa Rosa, CA 95402-3638 SENT BY CERTIFIED MAIL #7011 0470 0003 3786 4474 RETURN RECEIPT REQUESTED RE: Notice to Proceed Waugh Lane Bridge Specification No. 11-08 Dear Mr. Owens: Enclosed please find a fully executed agreement for the subject project for your files. I have also attached a fully executed Performance and Payment Agreement with the respective Letters of Credit. Lastly, I have enclosed the original cashier's check number 226491 dated September 20, 2011 in the amount of $4,477 submitted as bid guaranty. By this letter you are authorized to proceed with construction of the project. The work constructed under this project shall be completed within the time allotment identified in Article 1 of the Agreement. As such, all work shall be completed by December 11, 2011. I look forward to working with you on this project. Please do not hesitate to contact me at (707) 463-6296 if you have further questions. Sincerely, Richard J. Seanor Deputy Director of Public Works enc. cc: Tim Eriksen, Director of Public Works / City Engineer JoAnne Currie, City Clerk w/original agreement t,/ file 300 SEMINARY AVENUE UKIAH, CA 95482-5400 Phone# 707/463-6200 Fax# 707/463-6204 Web Address: www.cityofukiah.com Siri Grading & Paving, inc. P.O. BOX 3638 SANTA AOSA, CA 95402 Z-15we- 197-1D6z