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