Loading...
HomeMy WebLinkAbout1993-000 Dechance Construction j PROPOSAL FORM NOV 16M City Clerk City of Atascadero Offlt 6500 Palma Avenue Atascadero, California 93422 Gentlemen: The undersigned hereby proposes to perform all work for which a contract may be awarded to the undersigned and to furnish any and all plant, labor, services, material, tools, equipment, supplies, transportation, utilities, and all other items and facilities necessary therefor as provided in the Contract Documents, and to do everything required therein for the construction of LIFT STATION, FORCE MAIN AND GRAVITY SEWER as specifically set forth in documents entitled: Specifications for SANTA ROSA ROAD SEWER PROJECT together with all appurtenances thereto, all as set forth in the Contract Documents; and further proposes and agrees that, if the undersigned's proposal is accepted, the undersigned will contract in the form and manner-stipulated to perform all the work called for in the Contract Documents, and to complete all such work in strict conformity therewith within the time 'limits set forth therein, and that the undersigned will accept as full payment therefor the price or prices set forth in the Bid Sheet(s) forming a part hereof. A cashier's check, a certified check or a Bid Bond, executed by an admitted surety insurer, properly made payable to the City of Atascadero, hereinafter designated as the City, for the sum of QtddE � �oAi� /e p/. 6F 9/1) dollars 7.2 .& ) , which amount is not less than 10 percent of the total amount of the Bid, is attached hereto and is given as a guarantee that the undersigned will pexecute the agreement and furnish the required bonds and insurance if awarded the Contract and, in case of failure to do so within the time provided, the proceeds of said check shall be forfeited to the City if applicable, or, the Sureties' liability to the City for forfeiture of the face amount of the Bid Bond shall be considered as established. Proposal Form _ 1 It is understood and agreed that: 1. The undersigned has carefully examined all the Contract Documents which shall comprise those documents specifically referred to in Article 4 of the Agreement Form. 2 . The undersigned has, by investigation at the site of the Work and otherwise, satisfied itself as to the nature and location of the Work and has fully informed itself as to all conditions and matters which can in any way affect the Work or the cost thereof. 3. The undersigned fully understands the scope of the Work and has checked carefully all words and figures inserted in its Proposal and further understands that the city will in no way be responsible for any errors or omissions in the preparations of this Proposal. 4. The undersigned understands that no more than 50% of the work, as defined by the contract price may be done by subcontractors. True copies of subcontracts will be provided to the City Engineer upon his request. 5. The undersigned will execute the Agreement and furnish the required performance and payment bonds and proof of the specified insurance coverage within 10 working days, not including holidays, after notice of acceptance of its Proposal by the City; and further, that this Proposal may not be withdrawn for a period of sixty (60) working days after the date set for the opening of Bids, unless otherwise required by law. If any Bidder shall withdraw its Bid within said period, the Bidder shall be liable under the provisions of the Bid Security, or the Bidder and its Surety shall be liable under the Bid Bond, as the case may be. Also, the undersigned will furnish a Maintenance Bond in the form of ten percent (10%) of the total Bid Price prior to final acceptance of the Work. The Maintenance Bond shall remain in effect for a period of one year following the acceptance of the Work. 6. The undersigned hereby certifies that this Proposal is genuine and not sham or collusive or made in the interest or in behalf of any person not herein named, and the undersigned has not directly or indirectly induced or solicited any other Bidder to put in a sham bid, or any other person or corporation to refrain from bidding, the undersigned has not in any manner sought by collusion to secure for itself an advantage over any other Bidder. Proposal Form 2 p _ r 7. In conformance with the current statutory requirements of Section 1860 et. seq. of the Labor Code of the State of California, the undersigned confirms the following as his or her certification: I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provisions before commencing the performance of the work of this Contract. Now: Incompliance with the Notice to Bidders and all the provisions hereinbefore stipulated; the undersigned with full cognizance thereof, hereby proposes to perform the entire Work for the prices set forth in the attached Bid Sheet(s) upon which award of contract is based. Datedamu. /�, f� Bidder Dgejq ee 9olySt o .,�A/e- . (Corporate Seal) /�� By — WZQ� Title AeAV610Ed/� Bidder s Post Office Address P D 8y Q 7S- ' Corporation organized under the laws of the State of: �A.ciGe�eNip B1 Proposal Form 3 v BID SHEET PROJECT: SANTA ROSA ROAD SEWER PROJECT CITY OF ATASCADERO BID NO. 92-15 BID OPENING: 2:00 P.M. November 16, 1992 NAME OF BIDDER: H�1 0 BUSINESS ADDRESS: D 6ax ,1 7,5- )Jti°A'D.ap 6.e. A1,n F nirl r1��1a2/ PHONE: ('F65)',1V947-",/D RESIDENCE ADDRESS: S6-17/ 4&ZAAOtL &Q PHONE: ( es) TO: CITY COUNCIL CITY OF ATASCADERO _ The undersigned declares that he has carefully examined the location of the proposed work, that he has examined the Plans and Specifications and read the accompanying- instructions of bidders, and hereby proposes to furnish all materials, machinery, tools, labor and services, and do all the work necessary to complete the project in accordance with said Plans, Specifications, and Special Provisions for the unit prices shown. The undersigned declares that he has read and acknowledges the following: Bids are required for the entire work. Incidental items of work shall be incorporated into the most appropriate unit price bid item and no additional compensation shall be made therefor. The amount of the Bid for comparison purposes will be the total of all items. The total of unit basis items will be determined by multiplying the unit price bid by the estimated quantity set forth for the item. The Bidder shall set forth for each item of work, in clearly legible figures, a unit price and a total for the item in the respective spaces provided for this purpose. In the case of the unit basis items, the amount set forth under the "Total" column shall be the multiplication of the unit price bid by the estimated quantity of the item. Bid Sheet - 1 In case of discrepancy between the unit price and the total set forth for the item, the unit price shall prevail; provided, however, if the amount set forth as a unit price is ambiguous, unintelligible, or uncertain for any reason, or is omitted, or in the case of unit basis items, is the same amount as the entry in the "Total" column, then the amount set forth in the "Total" column for the item shall prevail in accordance with the following: 1. As to lump sum items, the amount set forth in the "Total" column shall be the unit price. 2. As to unit basis items, the amount set forth in the "Total" column shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price. The Owner reserves the right to reject all bids. BASE BID Unit Total Item Item Unit of Estimated Price Price No Description Measure Quantity (Figures) (Figures) I* so 1. 8" PVC Gravity Sewer LF 1591 X57. -, g/. 2, 2, 411 PVC Force Main LF 988 .1., .Q 3. _ 411 PVC House as Laterals LF 9415 oe 4 . 4" Lateral Clean-Out EA 3 �OD. cc 9�D r 5. Sewer Manholes (41 ) EA 8 a00. -06 00 6 Trench Cutoff Plugs EA 8 OD �� (o D6 " 7. Pipeline Video S_o Taping LF 1591 - q� co oa 8. Lift Station LS LS 9. Tree Protection EA 6 DO 10. Connect to Existing Manhole 11+00 00 00 Marchant Street LS LS �5'DD• _ SDA DO Base Bid Sum of Total Price Column $ LF = Lineal Feet EA = Each LS Lump Sum Bid Sheet - 2 The Contractor shall comply with the requirements of Division 5, Part I, of the State Labor Code, and specifically with Sections 6705 and 6707 thereof. The Contractor shall submit for approval a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection for all areas to be excavated to a depth of five feet or more. If the plan varies from the shoring system standards, the plan shall be prepared by a registered civil or structural engineer. The undersigned further agrees that in case of default in executing and submitting the Contract with required bonds and insurance within ten (10) working days after having received notice that the Contract is ready for signature, the proceeds of the check or bond accompanying this Bid shall become the property of the City. The Contractor to whom the contract is awarded shall submit a statement each month certifying that it is in conformance with the City's Affirmative Action Program. The following Certification of Affirmative Action Program, Contractor's Licensing Statement, List of Subcontractors, Bid Security Form and Non-Collusion Affidavit shall be filled out, signed, and submitted by each Bidder and shall be part of the Contract Documents. Bid Sheet - 3 .• 4 CERTIFICATION OF AFFIRMATIVE ACTION PROGRAM The Bidder hereby certifies that it is in compliance with the Civil Rights Act of 1964, Executive Order No. 11246, the California Fair Employment Practices Act, and any other applicable federal and state laws and regulations relating to equal opportunity employment. NAME OF BIDDER: ECt-F AlL'E e_!A/4t&zz&T/oil/ C� Z-il/ ADDRESS: Dvx a 1 SIGNATURE OF BIDDER: �-� •-'' (or authorized agent) TITLE: DATE: f Affirmative Action - 1 CONTRACTOR'S LICENSING STATEMENT The undersigned is licensed in accordance with the laws of the State of California providing for the registration of Contractors. Contractor's License Classification and Number Name of Individual Contractor (print or type) Business Address Business Telephone or Name of Firm: Business Address Business Telephone Signature, Title, and Address of members signing on behalf of partnership: Name Title Address Name Title Address Name Title Address or Name of Corporation Business Address A D &,r 7,5- �ed&bE, 1 Corporation .organized under the laws of the State of Signature of President of Corporation /�--�Rl Il / i .�-,V ter' Signature of Secretary of Corporation Contractors Licensing - 1 M LIST OF SUBCONTRACTORS In accordance with the provisions of Section 4100 et. seq. of the Government Code of theStateof California, the Bidder shall, in its Bid, list the name and, place of business of each subcontractor who will perform work or labor or render service to the prime contractor in an amount in excess of one-half of one percent or $10,000, whichever is greater, of the prime contractor's total bid.. . Name under which License No. Address Specific of Office Description Subcontractor is and Licensed Classification Mill or Shop of Subcontract 1�/�UFF E �O __,_ ��'i o�'Y�. /4�DD/�1P�t?�„�.• ,,��DX1�LT !�7`7`/.AI!_,� 1l1 OA/FLxATI°1 oz�/67 1,— �Y 5-0 &x_ '� ,�5s?3o 14F_� --------------- 11 Do not list alternative subcontractors for the same work. List of Subcontractors 1 # § % 6 \ ca° 0 E c I } CD cac \ £ 0 co / i ® 2 { 2 f / § / 2 2 \ \ \ \ \ \ j \ } em t 7 2 g \ i 21 o e > e c - ° - ) ] / co / \ & b ) 2 < \ a c § ■ 2 ° � ° § / k f / ? E k E k \ � \ § # I ) / m CO f CO 7 \ ) 0 ( 2 E ceca Co PC $ + a 7 Q ° ƒ pca k ( k E / � / ! % / { \ } / 3 m Q % o £ w § o « o w o f ® � � ® ` '0 2 a \ m © e -I « f / § 2 » G \ ® k t g D e E 3 a ° _ , / 2 0 & & ± k 2 # k k i 8 } / . O 2 E £ 4 2 R m P 7 , 7 ■ ® = 5 6 C6 E @ Cf) � / \ U) o 511 CD . Z m ©02- \ � / �=$%§ $ V m « / 0 mICZ-J� < . Q \ \ 7. X Sk\ « m w \ § % ISE o ® r § P<OS e « s < v6 EMS@ CC Z \ c (n U) ■ R R (/ T» /k/b p Q � Q . w DID SECURITY FORM - BID BOND Know All Menna Presents.: - . (MUTUAL) -That We, GOIt�T LI�;r_n TNc:� as principal and ;is 1surety, are held and firmly. bound unto the. City of Atascadero, California, a General Law City,' hereinafter referred to as "City," in the sum of TEN PERCENT OF THE AMOUN OF THE B dollars ($I.a. OF RTn MOUNT Z r to be paid.-to the said Owner', its successors, and assigns; for which. paymOnt, well land truly to be made,-, ade. w bind'ourselv�,- our heirs,`-executors,-, administrators, successors, And assigns, jointly and 86-ierally; firmly by.these presents. .T2ie-Condition of this oblig'atioii is such that if the certain �# e��Fid (� _ 1. praposai of the above bounden�'���fi-S�'- Y�Tg'nN : .0 TNC. o construct the`LIFT STATION;::�F'ORCE MAIN AND .GRAVITY SXWER in connection faith a-"project`estt1tl ed SANTA"?ROSA -ROAD 833AER PROTECT, City of ori w deco, - County``rof Sari I:ufs obi.spo,.,as rspecificall} get-forth -in documents �entitled the'`sama; 'ail'�S.n'accordance with - `-: the Speeif�e�►ti ons ti and Plaiisx`an' gi 7 e'=$t' the .aEfices of the City of Atascadero: 'Depa7ctmeztt' t� FilbliC Works, 6500 '.pthin Avenue, J�tascadero': california 934aZ;;'is not,withdrawri arithin the period 6k 'sixty (60) working-days. after-the='date set for the opening of Bids,- unless otherwise reguiidd' by, = aw ` and notwithstanding the aLward of the Contract- to,'another Kidd® e r-' nd'that- if sa id proposal is -accepted by the City through action-of its legally constituted Contracting authorities grid:`if 1'tho'� above bounden ' 'DECHANCE .f;4:.Y" a: xe�3iisr2ieirs executors) , admin str2�tors, `successorsSsigra$ 'shall' duly enter into and execute' contract' for'siicll`C,3s'istruction'and shall'execute and deliver the .required Perforiance.and Payment Bands and proof of w Insurance coverage within'�JQ-' torking''days (not including holidays) after the date of ;notification by .and frau the sand City'that the said Contract'"is=ready for execution, then this obligation shall become null and void: otherwise it shall be and remain in full force and virtue..... Xn`Witness Whereof, we hereunto set our hars� and seals this 0 13th dray of ,._1OV ---�— 19 ,"bECHANCE ON QTTON GO BY: '4 - ME BONDG PANY (MUTUAL) BY: ' LI F. CHEW, ATTORNEY-IN-FACT (Note: The standard printed.bond. form of any bonding company acceptable to the City may be used in lieu of the fareg©ing approved sample bond form provided the security stipulation-- protecting the City are not in any tray reduced by use of the Surety Company's printed standard forth_) Bid Security Farm -- 1 TOTAL F.03 6272 5/04/90 MORRIS-DEE INS. AGENCY 3`NC., >>>PHILIP F. CHEW**NORMA FULVIO**GREGORY R. MORRIS<<< »>«< »>«< SAN LUIS OBISPO CA >>>FIVE HUNDRED THOUSAND DOLLARS( $500,000 . 00) <<< SAN LUIS' OBISPO, CA 13th NOVEMBER 92 CONTINUOUS BID SECURITY FORM BID BOND Know All Men B These Presents: That we, as principal and as surety, are held and firmly bound unto the City of Atascadero, California, a General Law City, hereinafter referred to as "City," in the sum of dollars ($ ) , to be paid to the said Owner, its successors, and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. The Condition of this obligation is such that if the certain proposal of the above bounden to construct the LIFT STATION, FORCE MAIN AND GRAVITY SEWER in connection with a project entitled SANTA ROSA ROAD SEWER PROJECT, City of Atascadero, County of San Luis Obispo, as specifically set forth in documents entitled the same, all in accordance with the Specifications and Plans on file at the offices of the City of Atascadero, Department of Public Works, 6500 Palma Avenue, Atascadero, California 93422, is not withdrawn within the period of sixty (60) working days after the date set for the opening of Bids, unless otherwise required by law, and notwithstanding the _award of the Contract to another Bidder and that if said proposal is accepted by the City through action of its legally constituted contracting authorities and if the above bounden his heirs, executors, administrators, successors and assigns, shall duly enter into and " execute a contract for such construction and shall execute and deliver the required Performance and Payment Bonds and proof of Insurance Coverage within 10 working days (not including holidays) after the date of notification by .and from the said City that the said Contract is ready for execution, then this obligation shall become null and void; otherwise it shall be and remain in full force and virtue. In Witness Whereof, we hereunto set our hands and seals this day of 19� (Note: The standard printed bond form of any bonding company acceptable to the City may be used in lieu of the foregoing approved sample bond form provided the security stipulations protecting theCityare not in any way reduced by use of the Surety Company's printed standard form. ) Bid Security Form 1 NON-COLLUSION AFFIDAVIT (To be executed by each awardee of a principal contract) DeAlNiQ R. Lgab�qjlnlr-7 , being first duly sworn, deposes and says that he is 14E614"7— sole 4E614"7— sole owner, a partner, president, etc. of theart making the foregoing Bid; that such Bid is not made in P Y the interest of or on behalf of any undisclosed person, partnership, company association, organization, or corporation; that such Bid is genuine and not collusive or sham; that said Bidder has not directly or indirectly induced or solicited any �•� other Bidder to put in a -false or sham Bid, and has not directly i or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, nor that anyone shall refrain from bidding; that said Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or' conference with anyone to fix the Bid Price of said Bidder or of any other Bidder, nor to fix any overhead, profit, or cost element of such Bid Price, nor of that of any other Bidder, nor to Secure any advantage against the public body awarding the contract or anyone interested in the proposed contract; that all statements contained in such Bid are true; and, further, that said Bidder has not directly or indirectly, submitted his Bid Price or any breakdown thereof, nor the contents thereof, nor divulged information or data relative thereto, nor paid and will not-pay fee in connection therewith to any corporation, partnership, company, association, organization, bid depository, nor to any member or agent thereof, nor to any other individual except to such person or persons as have a partnership or other financial interest with said Bidder in his general business. Signed _ Title: Subscribed and sworn to before me this 16)�A day of 19 �j - soc � _L OFFICIALSEAL S HENSLIN Seal of Notary, " NOTARY PUKIC—CALIFORNIA SAN LUIS OBISPO COUNTY MY commasion expires Myr 4,19!4 Notary Public 4ent,C4 Y� Non -Collusion-Collusion - 1 DECHANCE CONSTRUCTION CO., INC. DC Utility Construction License No.562824 November 24, 1993 Andy Takata City of Atascadero, City Manager 6500 Palma Avenue Atascadero, Ca. 93422 Re: Dechance Construction Co. , Inc. claim Please be advised that upon receipt by the undersigned of a check from the City of Atascadero and the Atascadero Mutual Water Company in the sum of $7,522.87 each, or a total of $15,045.74 payable to Dechance Construction Co. , Inc. and when the check has been properly endorsed and has been paid by the bank upon which it is drawn, this document shall become effective to release any lien, stop notice, bond right, or liability the undersigned has on the job of the City of Atascadero located on Mountain View. This release covers the final payment to the undersigned for all labor, services, equipment and material furnished on the job. Should there be any questions, please contact me at my office 489-7310. Sincerely, Donald R. Dechance President cc: Ken Weather, Atascadero Mutual Water Company John Neal, North Coast Engineering, Inc. P.O. Box 275 • Arroyo Grande, CA 93421 • (805) 489-7310 • FAX (805) 489-0396 NOTICE OF AWARD Dated December 7, 1992 TO: DeChance Construction (Contractor) ADDRESS: P.O. Box 275 Arroyo Grande, CA 93421 OWNER'S PROJECT NO. 92-15 CONTRACT FOR: Santa Rosa Sewer Project Your are notified that your Bid dated 11-16-92 (Bid Date) for the above Contract has been considered. You are the apparent successful Bidder and have been awarded a contract for Santa Rosa Sewer Construction The Contract Price of your contract is: $226,727.00 - Two Hundred Twenty-Six Thousand Seven Hundred Twenty-Seven Dollars. Three copies of each of the proposed Contract Documents (except Plans) accompany this Notice of Award. Three sets of the Plans will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within ten working days of the date of this Notice of Award; that is, by December 22 1 19 92 • 1. You must deliver to the City of Atascadero three fully executed counterparts of the Agreement including all the Contract Documents. This includes the triplicate sets of the Plans. Each of the Contract Documents must bear your signature on the cover. 2 . You must deliver with the executed Agreement the Contract Security Bonds as specified in the Instructions to Bidders, Specifications and Supplementary Conditions. 3 . (List other conditions precedent) . Notice of Award - 1 Failure to comply with these conditions within the time specified will entitle Owner to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. Within ten working days after you comply with those conditions, Owner will return to you one fully signed counterpart of the Agreement with the Contract currents at ached. City of Atascadero - /(::::� P - ---U Robert P. Nimmo, Mayor ATTEST: i Lee Raboin, J City Clerk Notice of Award - 2 BID SUMMARY TO: Greg Luke, Public Works Director FROM: Lee Raboin City Clerk d BID NO. : 92-15 OPENED : 11/16/92 PROJECT: Santa Rosa Road Sewer Project The following bids were received and opened today: Total Bid Amount Name & Address $226,727.00 Dechance Construction 2.0. Box 275 CA 93421 Arroyo Grande, 230, 137 .00 John Madonna Construction 2.0. Box 5310 CA 93403 San Luis Obispo, 239,651.00 A-Jay Excavating, Inc. p.0. Box 554CA 93423 Atascadero, 266,356 .00 R. Baker, Inc. P.O. Box 419 CA 93421 Arroyo Grande, 273, 177 . 00 R. Burke Corporation P.O. Box 957 CA 93406 San Luis Obispo, 334,567 .50 Coastal Earthmovers, Inc. 2.0. Box 1059 Lompoc, CA 93428 396, 199 .87 Jamieson Construction 2250 Hutton A 93444 oad N i,mpomo, Attachments: 7 Bids North Coast Engineering c: John Neil, Mark Marlcwort, Chief Waste Water operations ( # b i - 5 3 \ / / = G ) E G ® ! a 2 0 ( ) _\ \ ƒ \ k . ® E 2 { / 2 / \ \ \ 2 \ \ \ \ a c \ ca _ | m = / g g g \ ± y § / § \ 2 ¥ / \ ® o t ' = c> ƒ z t £ m a » = O \ \ > ! ( « 2 2 = cn 2 @G G a o e E J / ) e � 2 \ o - R \ \ 7 % ) q / 7 2 5 ) E e a + s ° / = o = > = 2 = f a k o F/ \ / ( 3 -02 & _ - 2 7 5 � = r . '0 « § a = e § > \ / Pk 0 j \ \ $ / ` m -C < m ± o ¥ E k k� 2 : \ e \ / f E = E j , § ° 2 t / k \ -0 \ 2 _ § { : j % / ± mO2 g & / 4 23 $ 6 Z 5 / } \ \ 0 3 � = P � O a) E ( Q / J � � � / 0 /&coo § U) _j z E§\ H 3 z uIu - \ / / § ¢55 / z o< =< . Z fLLI §\/\ E « Iu =I o ©.Q � wc=7 \ C: \} £ U) a m I22w . p a O e �P = � . « , r f ISSUE DATE (MM/DD/YY) >►/ I1C INUF�Ai�'GE. 12„0,92 _ _. PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW MORRIS&GARRITANO INSURANCE COMPANIES AFFORDING COVERAGE P.O. DRAWER 1189 COMPANY SAN LUIS OBISPO,CA 93408 A LETTER Transcontinental Ins. COMPANY LETTER B Transportation Ins. INSURED COMPANY LETTER Dechance Construction Co Inc COMPANY P.O. Box 275 LETTER D Valley Forge Co. Arroyo Grande CA 93421 COMPANY LETTER E ©�FEi ........;. ...................... .. ........... . ............ ... THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFF. POLICY EXP. LIMITS _TR DATE (MM/DD/YY)DATE (MM/DD/YY) A GENERAL LIABILITY 404738130 6/10/92 6/10/93 GENERAL AGGREGATE 2000000 X COMM. GENERAL LIABILITY PROD-COMP/OP AGG. 1000000 CLAIMS MADE OOCC. PERS.& ADV. INJURY 1000000 WNER'S&CONTRACT'S PROT EACH OCCURANCE 1000000 FIRE DAMAGE(One Fire) 50000 MED. EXP. One Per 5000 B AUTOMOBILE LIABILITY 204738131 6/10/92 6/10/93 COMBINED SINGLE 1000000 ANY AUTO LIMIT ALL OWNED AUTOS BODILY INJURY X SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) GARAGE LIABILITY PROPERTY DAMAGE EXCESS LIABILITY EACH OCCURANCE UMBRELLA FORM AGGREGATE THER THAN UMBRELLA FOR ”` _.. .. .. D WC115059831 7/01/92 7/01/93 X STATUTORY LIMITS ...... .... ... WORKER'S COMPENSATION EACH ACCIDENT 1000000 AND DISEASE-POLICY LIMIT 1000000 EMPLOYEES' LIABILITY DISEASE-EACH EMP. 1000000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS RE:Santa Rosa Sewer Project »: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE City of Atascadero LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR 6500 Palma Ave. LIABILITY OF ANY KIND UPO HE COMPANY, ITS AGENTS OR REPRESENTATIVES. Atascadero, CA. 94322 '..� AUTHORIZED REPRESE v v� _ zo•24 MORRiS:&('lggR,Ir� a .��n 93000 AGREEMENT For The Construction of SANTA ROSA ROAD SEWER PROJECT This agreeme�n,t is made and entered into this _&-7 of at Atascadero, California, by and between the Ci y of Atascadero, hereinafter referred to as the "City", and Dechance Construction hereinafter referred to as the "Contractor". Whereas, the Contractor, as will appear by reference to the records of the Proceedings of the City, was duly awarded the contract for the Work hereinafter mentioned. Now, Therefore, it is hereby agreed that: Article 1 - Witnesseth, that for and in consideration of the payment and agreements hereinafter mentioned, to be made and performed by said City, and under the conditions expressed in the two bonds, bearing even date with these present, and hereunto annexed, said Contractor agrees with said City, at its own cost and expense, to do all the work and furnish all materials, except such as are mentioned in the Contract Documents to be furnished by the City, necessary to construct and complete in good, workmanlike and substantial manner the above-described work in accordance with the Contract Documents as listed herein and are by such reference made a part hereof. Article 2 - The said City hereby promises and agrees with the said Contractor to employ, and does hereby employ, the said Contractor to provide the materials and to do the Work according to the terms and conditions herein contained and referred to, for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions above set forth; and the said parties for themselves, their heirs, executors, and administrators. Article 3 - The said Contractor agrees to receive and accept the price stated in the Bid Sheet(s) as full compensation for furnishing all materials and for doing all the work contemplated and embraced in this Agreement; also for all loss or damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the Work until its acceptance by the said City and for all expenses incurred by or in consequence of the suspension or discontinuance of the Work; and for well and faithfully completing the Work, and the whole thereof in the manner and according to the requirements of the Contract Documents therefore, and the requirements of the Engineer under their terms, to wit: Article 4 - it is expressly agreed by and between the parties hereto that the Contract Documents shall consist of the Notice to Bidders, Proposal, Bid Sheet(s) , Certification of Affirmative Agreement - 1 Action Program, Contractor's Licensing Statement, List of Subcontractors, Bid Security, Non-Collusion Affidavit, Agreement, Faithful Performance Bond, Labor and Materials Bond, Maintenance Bond, Worker's Compensation Certificate, Notice of Award, Notice to Proceed, Specifications, Special Conditions, Technical Specifications and Plans as follows: 1. Santa Rosa Road A. Sanitary Sewer and Lift Station Plans, Sheets 1 through 8, dated 10/20/92 In addition, all Change Orders and Work Directive Changes authorizing additions, deletions, or modifications, and all appendices, bulletins and addenda as prepared prior to the date of opening Bids setting forth any modifications or corrections or interpretations of any of said documents. In the event of any conflict between the provisions thereof, the terms of said documents shall control over each other in the following order: 1. Agreement 2 . Change Orders and Work Directive Changes 3 . Addenda 4 . Notice To Bidders 5. Contract Proposal 6. Specifications 7. Contract Plans 8 . City of Atascadero Standard Specifications and Drawings 9 . State of California Department of Transportation Standard Specifications, January 1988, or the latest edition thereof. Article 5 - The Contractor agrees to commence work pursuant to this Contract within 10 working days from the date specified in the Notice to Proceed, and to diligently prosecute the same to completion within 120 working days from the date of commencement as specified in the Notice To Proceed. In Witness whereof, the parties to these present hereunto set their hands on the date first above written. City of At adero A STf.I By f Robert P.Nimmo,Mayor L 4Y"MeL Le aboi , ity Clerk 00A1t Edd_17bA/ 60 .4kC Contractor Approved as to form: By Arther R. ontQidon � IP. J7L�N�3AlLf City AttorneyTyped or Printed Signature T ee 6/Q2W/' Title Agreement - 2 DUPLICA'T'E ORIGINAL 140,00 FAITHFUL PERFORMANCE BOND Bond # C.A131961 Premium $3,265.00 KNOW ALL MEN BY THESE PRESENTS, that WHEREAS, the City Council of the City of Atascadero, State of California, by Resolution adopted on ,DFC'F IRFR 7, 1gg? + has awarded to Mr-HANC'F rnNCTRTr-TTQN CO- , TNC_ hereinafter designated as the "Principal", a contract for construction of gAWA RngA SF FR MNCTRTV"TTnN in strict conformity with the plans and specifications dated m(-1jmmgpp 14 1 qa2 . now on file in the office of the Director of Public Works of the City of Atascadero; and WHEREAS, said Principal is required under the terms of said Contract to furnish a bond for the faithful performance of said Contract; NOW, THEREFORE, WE DDCHANCE CONSTRUCTION COMPAIN, INC. as Principal, hereinafter designated as the "Contractor" and MERCHANTS BONDING COI,TAN1 Y (KMAL) as Surety, are held and firmly bound unto f Atascadero, in the sum of TWO HUNDRED TWENTY SIX 'THOUSANDS &0/100Dollars ($ 22r, said sum being one hundred percent of the estimated amount payable by the said City of Atascadero under the terms of the Contract, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounded Contractor his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein meaning and shall indemnify and save harmless the City of Atascadero, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications and Special Provisions accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alteration or addition to the terms of the Faithful Performance - 1 Contract or to the work or to the said Specification and Special Provisions. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named, on the 14th day of DECEMBER , 19 92. Address of Contractor: P. O. BOX 275 DECHANCE CONSTF=ION CO. INCjsea 1) ARROYO GRANDE, CA 93421 BY: (seal) Address of Surety: 2425 E. CAMELBACK RD. #800 AIERCI O ING COI1 ANY NiUTUA](��eal) PHOENIX, AZ 85016 a1 Faithful Performance - 2 6272 5/04/ MORRIS-DEE INS. AGENCY INC. >>>PlJILIP F. CHEW**NORMA FULVIO**GREGORY R. MORRIS<<< »>«< »>«< SAN LUIS OBISPO CA >>>FIVE HUNDRED THOUSAND DOLLARS( $500,000 .00) <<< SM LUIS OBISPO, CA 14th DEC:E SSER 92 CONTINUOUS DUPLICATE ORIGINAL LABOR AND MATERIAL BOND Bond # QA 131961 Premium TNf'T TN PRRFC)RMAN('R BAND KNOW ALL MEN BY THESE PRESENTS, that WHEREAS, the City Council of the City of Atascadero, State of California, by Resolution adopted on the 7th day of nrc_F4RrR , 19q2 , has awarded to nFr—HAN^r .^:N=JC_ 'T0N COMPANY, TNC- hereinafter designated as the "Principal", a contract for construction of .qAN T ROSA SEWER ff)NSTRT)=T0N in strict conformity with the plans and specifications dated NON ER 16 1992 . now on file in the office of the Director of Public Works of the City of Atascadero; and WHEREAS, said Principal is required to furnish a bond in connection with said contract, providing that if said Principal, or any of his or its sub-contractors, shall fail to pay for any materials, provisions, provender or any other supplies or teams used in, upon, for or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth; NOW, THEREFORE, WE DECHANCE CONSTRUCTION CO3MP-7Vy, INC. as Principal, hereinafter designated as the "Contractor" and MPRC'HANTS BONDING COi1PANY (IIIU`I'UAL) as Surety, are held and firmly bound unto theH *Dolscadero, in the sum of (STV �nrTcnrm S i.ry SE��t apllars � �mmRrn mt�� �,.. F11 said sum being one hundred percent of the estimated amount payable by the said City of Atascadero under the terms of the Contract, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounded Contractor, his or its heirs, executors, administrators, successors or assigns, shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, as required by the provisions of an act of the Legislature of the State of California, entitled; "An act to secure the payment of claims of persons employed by Contractors upon Public Works, and the claims of persons who furnish materials, supplies, teams, implements or machinery used or consumed by such contractors in the performance of such works, and prescribing the Labor and Material - 1 sssss )p MOOT 70m m //j/ ) Z 7) §?f 0 \ c §meq z , $ wrGGR 2 m / � $d� O c: $ c CD 2 / o - ■n2Q (D - a r D z 2 3 \ / \ (CD Q o # D I k ® $ c am » e = _ & 2 m s O \ ) / z ) \ E 2 0 \ / } G _ & / \ \ \ s - _s = a W q 7 / E z / ~ $f � ® / / / § ƒ \ ( 7 0 § It r ) : ° \ t / f J 7 / / E n c s ) 2 \ \ 7 f 2 E 7 \ \ 0 \ k CD \ Z / / z 0 (_ \ CD d / J R & ƒ C / % \ c 3 ( 2 \ . § 7 \ 7 / ( E 0 p A 7 n m \ j = 9CDw D ® a i x\ J /- \ \ 3 } ) a g ao c / < I m £_ § } \ Z CD -0 3 ' % ° 3w . ( ` ` _0 9 ® & . _} / $ \ � ) 2 . C \ k 7 ° K \ &_ { - m 7G ( k a o E & \ fcD §_ s 7 7& f 7 CD 0 _ ( 0 ( 6 / ) . duties of certain public officers with respect thereto" approved May 10, 1919, as amended, and provided that the person, companies or corporations so furnishing said materials, provisions, provender or other supplies, teams, appliances or power used, in upon, for or about the performance of the work contracted to be executed or performed by any person, company or corporation renting or hiring teams or implements or machinery or power for or contributing to said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefor, shall have complied with the provisions of said Act, then Surety will pay the same in or to an amount not exceeding the amount hereinabove set forth, and also will pay in case suit is brought upon this Bond such reasonable Attorney's fees as shall be fixed by the Court, awarded and taxed as in the above mentioned Statute provided. This Bond shall insure to the benefit of any and all persons, companies and corporations entitled to file claims under said act, so as to give a right of action to them or their assigns in any suit brought upon this Bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the term of the contract or to the Work or to the Specifications. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above-named, on the 14th day of DECEBER 1992 . Address of Contractor: P. O. BOX 275 DECHANCE CONSTRUOTION CO. INC.(s ea l) ARROYO GRANDE CA 93421 BY• (seal) Address of Surety: 247 F C'AWE RACK RTS_ 1800 )(seal) ) + . (seal) �unFnTrx n Q 54116 B °I-HILIP-y. CHER, 1 ` - -r ACT Labor and Material - 2 6272 5/04/' MORRIS-DEE INS. AGENCY INC. >>>PHILIP F. CHEW**NORMA FULUIO**GREGORY R. MORRIS<<< »>«< »>«< SAN LUIS OBISPO CA >>>FIVE HUNDRED THOUSAND DOLLARS( $500 , 000 . 00) <<< SAN LUIS OBISPO, CA. 14th DECEMBER 92 CONTINUOUS 1*0 MAINTENANCE BOND The form is to be supplied by the Contractor for review by the City Attorney. Maintenance Bond - 1 Mercfiants Bonding Company 2425 East CanwAack koad,Suit&840•Phoerrbc,Arizona M16 Bond NO. MAINTENANCE BOND KNOW ALL MEDT BY THESE PRESENTS, That We, as Principal, and Merchants Bonding company (Mutual) , a corporation organised under the laws of the State of Iowa, with principal offices at Des Moines, Iowa, as Surety, are held and firmly bound unto (hereinafter called the obligee), in the penal sura of {� ) Dollars, for the payiWat of which, well and truly to be made, we da hereby bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and eevera.11y, firmly by these presents. WHRIM S, the said Principal has heretofore entered into & contract with the Obligee above named for: and; wEiPSREAS, said contract provides that the Principal Shall furnish a bond which shall remain in force for a period of ONE yaarM from the date of the Project as established by the Engineer of Architect and which shall be conditioned to guarantee against all defects in workmanfthip and materials which shall become apparent during said period. NOW, THRREFORE, THX OOSDITION OF THIP OSLICATIOA I8 SUCH TF T', if the Principal shall indemnify the Obligaa for all 1000 that the Obligee max sustain by reason of any defective materials or workmanship which shall become apparent during the period of ONE year W from the date of completion of the project as established by the Engineer or Architect, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, thet in the event of any default on the part of said Prrincipal, written statement of the particular facto showing such default and the date thereof ahall be delivered to the Surety by cartifisd mail at its Brtnch Office, 2425 E. Camelbaak Road #800, Phoenix, A8 85016, promptly and in any event within thirty (30) days after the Obligee or his repreventatiVQ shall learn of such dafault. Sig►xid, sealed and dated this day of , 19 Tugs .l of 2 P&Ses WORRERIS COMPENSATION INSURANCE CERTIFICATE Prior to execution of the Contract Agreement, the Contractor shall execute the following form as required by Sections 1860 and 1861 of the California Labor Code: 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 to undertake self- insurance in accordance with the provisions of said Code, and I will comply with such provisions before commencing the performance of the work of this Contract. Date . 1 -kuP,g-,P- 1�, !99,�. —.— D,e i 0/-1A&,15 o,e41 6leT�p A Ca. ,4,A,- . Contractor Signature �iPE/�/DEIN Title Attest: By ignature Title Worker's Compensation - 1 *Sol Page 2 Principal Sy MSRCMWTS PONDING COMPANY By Attorney-in-Fact ACKNOWLEDGEMKNT OF SURETY STATE OF CALIFORNIA } COUNTY o8 } on this day of , 19 , before me a Notary Public in and for the said county, personally Appeared _ , personally known to be (or proved to me by satiofactory evidence) the person who executed the within inEstr=ent as Attorney in Fact of Surety therein named and acknowledged to me that the Surety executed it. Notary Public SEAL