HomeMy WebLinkAbout2001-01-16 City CouncilCity of Palo Alto
City Manager’s Report
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE:JANUARY 16, 2001 CMR: 100:01
SUBJECT:APPROVAL OF A CONTRACT WITH J.J.R. CONSTRUCTION,
INC. IN THE AMOUNT OF $539,263 FOR FISCAL YEAR 2000-01
PHASE 2 SIDEWALK REPLACEMENT PROJECT
8
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached contract with J.J,R.
Construction, Inc. in the amount of $539,263 for the Fiscal Year 2000-01 Phase 2
Sidewalk Replacement Project.
Authorize the City Manager or his designee to negotiate and execute one or more
change orders to the contract with J.J.R. Construction, Inc. for related, additional
but unforeseen work which may develop during the project, the total value of
which shall not exceed $54,000.
DISCUSSION
Project Description
The work to be performed under the contract is. for sidewalk, driveway, curb, gutter,
asphalt pavement and catch basin replacement; tree grate installation; and recycling of
asphalt and Portland cement concrete. The project also includes the construction of
eleven curb ramps in compliance with the American with Disabilities Act (ADA). The
project locations are shown on the Location Maps 1, 2, and 3 (Attachment B). Location
Map 1 shows the area bounded by Waverley Street, E1 Verano Avenue, Bryant Street,
and Colorado Avenue, and the west side of Bryant Street from Campasino Avenue to E1
Verano Avenue. Location Map 2 shows the intensive-use sidewalk in both University. and
California Avenue business districts. Location Map 3 shows the locations of the tree grate
installations and the intensive-use sidewalks downtown, along University Avenue.
Bid Process
A notice inviting formal bids for the Fiscal Year 2000-01 Phase 2 Sidewalk Replacement
Project was sent on November 13, 2000 to seven builders’ exchanges and ten contractors.
The bidding period was twenty-nine days. An optional pre-bid meeting was held on
November 29, 2000; one bidder attended the meeting. Bids were received from three
CMR:I00:01 Page 1 of 2
qualified contractors on December 12, 2000, as listed on the attached bid summary
(Attachment C). Bids ranged from a high of $628,491 to a low bid .of $539,263.
Contractors not responding indicated that they did not submit a bid because they are too
busy with current projects.
Staff has reviewed all bids submitted and recommends that the bid of $539,263 submitted
by J.J.R. Construction, Inc. be accepted and that J.J.R, Construction, Inc. be declared the
lowest responsible bidder. The bid is nine percent below the engineer’s estimate of
$591,099; The change order amou~at of $54,000, which equals ten percent of the total
contract, is requested because of additional, related but unforeseen work which may
develop during the project.
Staff checked references supplied by the contractor for previous work performed and
found no significant complaints. Staff also checked with the Contractor’s State License
Board and found that the contractor has an active license on file.
RESOURCE IMPACT
Funds for this project are included in the Fiscal Year 2000-01 Capital Improvement
Program Sidewalk Replacement Project, CIP #18903. "
ENVIRONMENTAL REVIEW
This project is categorically exempt from the California Environmental Quality Act under
SEction 15301C and no further environnaental review is necessary.
ATTACHMENTS
Attachment A:Contract
Attachment B:Location Maps 1,2 and 3
Attachment C:Bid Summary
PREPARED BY: Michael Jackson, Deputy Director, Public Works/Operations Division
DEPARTMENT HEAD: _~ ,/~, ~" ~
GLENN S. ROBERTS
Director of Public Works
CITY MANAGER APPROVAL:
Assistant to the City Manager
CMR: 100:01 P’ag¢ 2 of 2
ATTACHMENT A
FORMAL CONTRACT
CONTRACT No.
(Public Work)
SECTION 500
This Contract, number dated , is entered into by and between the City of Palo Alto,
a chartered city and a municipal corporation of the State of California ("City"), and J.J.R. Construction, Inc., a California
Corporation, ("Contractor").
For and in consideration of the covenants, terms, and conditions ("the provisions") of this Contract, City and Contractor
("the parties") agree:
Term. This Contract shall commence and be binding on the parties on the Date of Execution of this Contract,
and shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is
required to be filed, on the date that final payment is made hereunder, subject to the earlier termination of this
Contract.
General Scope of Project and Work. Contractor shall furnish labor, services, materials and equipment in
connection with the construction of the Project and complete the Work in accordance with the covenants, terms
and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as
follows:
Title of Project:2000-01 Phase 2 Sidewalk Replacement Project, Invitation for Bid (IFB) Number 130594
Total Bid:$ 539,262.50
Contract Documents. This Contract shall consist of the documents set forth below, which are on file with the
City Clerk and are hereby incorporated by reference. For the purposes of construing, interpreting and resolving
inconsistencies between and among the provisions of this Contract, these documents and the provisions
thereofare set forth in the following descending order of precedence.
This Contract.
Invitation For Bid.
Project Specifications.
Drawings.
Change Orders.
Bid.
Supplementary Conditions.
General Conditions.
Standard Drawings and Specifications (1992).
Certificate of Insurance, Performance Bond, Labor & Materials (Payment) Bond.
Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the
Standard Drawings and Specifications (1992).
Any other document not expressly mentioned herein which is issued by City or entered into by the
parties.
Compensation. In consideration of Contractor’s performance of its obligations hereunder, City shall pay to
Contractor the amount set forth in Contractor’s Bid in accordance with the provisions of this Contract and upon
the receipt of written invoices and all necessary supporting documentation within the time set forth in the
Contract Specifications and the Standard Drawings and Specifications (1992), or, if no time is stated, within
thirty (30) Days of the date of receipt of Contractor’s invoices.
Insurance. On or before the Date of Execution, Contractor shall obtain and maintain the policies of insurance
coverage described in the Invitation For Bid on terms and conditions and in amounts as may be required by
the Risk Manager. City shall not be obligated to take out insurance on Contractor’s personal property or the
personal property of any person performing labor or services or supplying materials or equipment under the
Project. Contractor shall furnish City with the certificates of insurance and with original endorsements affecting
coverage required under this Contract on or before the Date of Execution. The certificates and endorsements
for each insurance policy shall be signed by a person who is authorized by that insurer to bind coverage in its
behalf. Proof of insurance shall be mailed to the Project Manager to the address set forth in Section 15 of this
Contract.
CITY OF PALO ALTO IFB 130594 PAGE 1 OF 6
FORMAL CONTRACT SECTION 500
10.
11.
Indemnification. Contractor agrees to protect, defend, indemni~y and hold City, its Council members, officers,
employees, agents and representatives harmless from and against any and all claims, demands, liabilities,
losses, damages, costs, expenses, liens, penalties, suits, or judgments, arising, in whole or in part, directly or
indirectly, at any time from any injury to or death of persons or damage to property as a result of the willful acts
or the negligent acts or omissions of Contractor, or which results from Contractor’s noncompliance with any Law
respecting the condition, use, occupation or safety of the Project site, or any part thereof, or which arises from
Contractor’s failure to do anything required under this Contract or for doing anything which Contractor is
required not to do under this Contract, or which arises from conduct for which any Law may impose strict liability
on Contractor in the performance of or failure to perform the provisions of this Contract, except as may arise
from the sole willful acts or negligent acts or omissions of City or any of its Council members, officers,
employees, agents or representatives. This indemnification shall extend to any and all claims, demands, or
liens made or filed by reason of any work performed by Contractor under this Contract at any time during the
term of this Contract, or arising thereafter.
To the extent Contractor will use hazardous materials in connection with the execution of its obligations under
this Contract, Contractor further expressly agrees to protect, indemnify, hold harmless and defend City, its City
Council members, officers and employees from and against any and all claims, demands, liabilities, losses,
damages, costs, expenses, liens, penalties, suits, or judgments City may incur, arising, in whole or in part, in
connection with or as a result of Contractor’s willful acts or negligent acts or omissions under this Contract,
under the Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.C. §§9601-6975,
as amended); the Resource Conservation and Recovery Act (42 U.S.C. §§6901-6992k, as amended); the Toxic
Substances Control Act (15 U.S.C. §§2601-2692, as amended); the Carpenter-Presley-Tanner Hazardous
Substance Account Act (Health & Safety Code, §§25300-25395, as amended); the Hazardous Waste Control
Law (Health & Safety Code, §§25100-25250.25, as amended); the Safe Drinking Water and Toxic Enforcement
Act (Health & Safety Code, §§25249.5-25249.13, as amended); the Underground Storage of Hazardous
Substances Act (Health & Safety Code, §§25280-25299.7, as amended); or under any other local, state or
federal law, statute or ordinance, or at common law.
Assumption of Risk. Contractor agrees to voluntarily assume any and all risk of loss, damage, or injury to th~
property of Contractor which may occur in, on, or about the Project site at any time and in any manner,
excepting such loss, injury, or damage as may be caused by the sole willful act or negligent act or omission
of City or any of its Council members, officers, employees, agents or representatives.
Waiver. The acceptance of any payment or performance, or any part thereof, shall not operate as a waiver by
City of its rights under this Contract. A waiver by City of any breach of anypart or provision of this Contract by
Contractor shall not operate as a waiver or continuing waiver of any subsequent breach of the same or any
other provision, nor shall any custom or practice which may arise between the parties in the administration of
any part or provision of this Contract be construed to waive or to lessen the right of City to insist upon the
performance of Contractor in strict compliance with the covenants, terms and conditions of this Contract.
Compliance with Laws. Contractor shall comply with all Laws now in force or which, may hereafter be in force
pertaining to the Project and Work and this Contract, with the requirement of any bond or fire underwriters or
other similar body now or hereafter constituted, with any discretionary license or permit issued pursuant to any
Law of any public agency or official as well as with any provision of all recorded documents affecting the Project
site, insofar as any are required by reason of the use or occupancy of the Project site, and with all Laws
pertaining to nondiscrimination in employment and hazardous materials.
Bonds. As a condition precedent to City’s obligation to pay compensation to Contractor, and on or before the
Date of Execution, Contractor shall furnish to the Project Manager the Bonds as required under the Invitation
For Bid.
Representations and Warranties. In the supply of any materials and equipment and the rendering of labor and
services during the course and scope of the Project and Work, Contractor represents and warrants:
Any materials and equipment which shall be used during the course and scope of the Project and
Work shall be vested in Contractor;
CITY OF PALO ALTO IFB 130594 PAGE 2 OF 6
FORMAL CONTRACT
b.
SECTION 500
Any materials and equ pment which shall be used during the course and scope of the Project and
Work shall be merchantable and fit to be used for the particular purpose for which the materials are
required;
Any labor and services rendered and materials and equipment used or employed during the course
and scope of the Project and Work shall be free of defects in workmanship for a period of one (1) year
after the recordation of the Notice of Substantial Completion, or, if no such notice is required to be
filed, on the date that final payment is made hereunder;
Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed obtained
by Contractor for and in behalf of City.
Any information submitted by Contractor prior to the award of Contract, or thereafter, upon request,
whether or not submitted under a continuing obligation by the terms of the Contract to do so, is true
and correct at the time such information is submitted or made available to the City;
Contractor has not colluded, conspired, or agreed, directly or indirectly, with any person in regard to
the terms and conditions of Contractor’s Bid, except as may be permitted by the Invitation For Bid;
Contractor has the power and authority to enter into this Contract with City, that the individual
executing this Contract is duly authorized to do so by appropriate resolution, and that this Contract
shall be executed, delivered and performed pursuant to the power and authority conferred upon the
person or persons authorized to bind Contractor;
Contractor has not made an attempt to exert undue influence with the Purchasing Manager or Project.
Manager or any other person who has directly contributed to City’s decision to award the contract to
Contractor;
There are no unresolved claims or disputes between Contractor and City which would materially affect
Contractor’s ability to perform under the Contract;
Contractor has furnished and will furnish true and accurate statements, records, reports, resolutions,
certifications, and other written information as may be requested of Contractor by City from time to
time during the term of this Contract;
Contractor and any person performing labor and services under this Project are duly licensed by the
State of California as required by California Business & Professions Code Section 7028, as amended;
and
Contractor has fully examined and inspected the Project site and has full knowledge of the physical
conditions of the Project site.
12.Assiqnment. This Contract and the performance required hereunder is personal to Contractor, and it shall not
be assigned by Contractor. Any attempted assignment shall be null and void.
13.Claims of Contractor. All claims pertaining to extra work, additional charges, or delays within the Contract Time
or other disputes arising out of the Contract shall be submitted by Contractor to City in writing by certified or
registered mail within ten (10) Days after the claim arose or within such other time as may be permitted or
required by law, and shall be described in sufficient detail to give adequate notice of the substance of the claim
to City.
14.
15.
Audits by City. During the term of this Contract and for a period of not less than three (3) years after the
expiration or earlier termination of this Contract, City shall have the right to audit Contractor’s Project-related
and Work-related writings and business records, as such terms are defined in California Evidence Code
Sections 250 and 1271, as amended, during the regular business hours of Contractor, or, if Contractor has no
such hours, during the regular business hours of City.
Notices. All agreements, appointments, approvals, authorizations, claims, demands, Change Orders, consents,
designations, notices, offers, requests and statements given by either party to the other shall be in writing and
CITY OF PALO ALTO IFB 130594 PAGE 3 OF 6
FORMAL CONTRACT SECTION 500
shall be sufficiently given and served upon the other party .if (1) personally served, (2) sent by the United States
mail, postage prepaid, (3) sent by private express delivery service, or (4) in the case of a facsimile transmission,
if sent to the telephone FAX number set forth below during regular business hours of the receiving party and
followed within two (2) Days by delivery of a hard copy of the material sent by facsimile transmission, in
accordance with (1), (2) or (3) above. Personal service shall include, without limitation, service by delivery and
service by facsimile transmission.
To City:City of Palo Alto
City Clerk
250 Hamilton Avenue
P.O. Box 10250
Palo Alto, CA 94303
Copy to:City of Palo Alto
Public Works Department
250 Hamilton Ave
P.O. Box 10250
Palo Alto, CA 94303
Attn: Phung Hoang, Project Manager
To Contractor:J.J.R. Construction, Inc.
1248 Oak Street
San Mateo, CA 94402
Tel No. (650) 594-0420
FAX No. (650) 594-0616
Attn: Carlos Raposo
16.Appropriation of City Funds. This Contract is subject to the fiscal provisions of Article III, Section 12 of the
Charter of the City of Palo Alto. Any charges hereunder for labor, services, materials and equipment may
accrue only after such expenditures have been approved in advance in writing in accordance with applicable
Laws. This Contract shall terminate without penalty (I) at the end of any fiscal year in the event that funds are
not appropriated for the following fiscal year, or (ii) at any time within a fiscal year in the event that funds are
only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This
Section 16 shall control in the event of a conflict with any other provision of this Contract.
17. Miscellaneous.
Bailee Disclaimer. The parties understand and agree that City does not purport to be Contractor’s
bailee, and City is, therefore, not responsible for any damage to the personal property of Contractor.
Consent. VVhenever in this Contract the approval or consent of a party is required, such approv’al or
consent shall be in writing and shall be executed by a person having the express authority to grant
such approval or consent.
Co Controlling Law. The parties agree that this Contract shall be governed and construed by and in
accordance with the Laws of the State of California..
Definitions. The definitions and terms set forth in Section 1 of the Standard Drawings and
Specifications (1992) of this Contract are incorporated herein by reference.
Force Majeure. Neither party shall be deemed to be in default on account of any delay or failure to
perform its obligations under this Contract which directly results from an Act of God or an act of a
superior governmental authority.
Headings. The paragraph headings are not a part of this Contract and shall have no effect upon the
construction or interpretation of any part of this Contract.
Incorporation of Documents. All documents constituting the Contract documents described in Section
3 hereof and all documents which may, from time to time, be referred to in any duly executed
CITY OF PALO ALTO IFB 130594 PAGE 4 OF 6
FORMAL CONTRACT SECTION 500
amendment hereto are by such reference incorporated in this Contract and shall be deemed to be part
of this Contract.
Integration. This Contract and any amendments hereto between the parties constitute the entire
agreement between the parties concerning the Project and Work, and there are no other prior oral or
written agreements between the parties that are not incorporated in this Contract.
Modification of Agreement. This Contract shall not be modified or be binding upon the parties, unless
such modification is agreed to in writing and signed by the parties.
Provision. Any agreement, covenant, condition, clause, qualification, restriction, reservation, term or
other stipulation in the Contract shall define or otherwise control, establish, or limit the performance
required or permitted ~r to be required of or permitted by either party. All provisions, whether
covenants or conditions, shall be deemed to be both covenants and conditions.
Resolution. Contractor shall submit with its Bid a copy of any corporate or partnership resolution or
other writing, which authorizes any director, officer or other employee or partner to act for or in behalf
of Contractor or which authorizes Contractor to enter into this Contract.
Severability. If a court of competent jurisdiction finds or rules that any provision of this Contract is void
or unenforceable, the provisions of this Contract not so affected shall remain in full force and effect.
Status of Contractor. In the exercise of rights and obligations under this Contract, Contractor acts as
an independent contractor and not as an agent or employee of City. Contractor shall not be entitled
to any rights and benefits accorded or accruing to the City Council members, officers or employees
of City, and Contractor expressly waives any and all claims to such rights and benefits.
Successors and Assigns. The previsions of this Contract shall inure to the benefit of, and shall apply
to and bind, the successors and assigns of the parties.
Time of the Essence. Time is of the essence of this Contract and each of its provisions. In the
calculation of time hereunder, the time in which an act is to be performed shall be computed by
excluding the first Day and including the last. If the time in which an act is to be performed falls on
a Saturday, Sunday, or any Day observed as a legal holiday by City, the time for performance shall
be extended to the following Business Day.
Venue. In the event that suit is brought by either party hereunder, the parties agree that trial of such
action shall be vested exclusively in the state courts of California in the County of Santa Clara in the
City of San Jose or in the United States District Court for the Northern District of California in the City
of San Jose.
qo Recovery of costs. The prevailing party in any action brought to enforce the terms of this Contract or
arising out of this Contract may recover its reasonable costs, including reasonable attorney’s fees,
incurred or expended in connection with such action against the non-prevailing party.
IN WITNESS WHEREOF, the parties have by their duly appointed representatives executed this Contract in the city of
Palo Alto, County of Santa Clara, State of California on the date first stated above. ¯
ATTEST:CITY OF PALO ALTO
City Clerk By:
Its Mayor
APPROVED AS TO FORM:
Senior Assistant City Attorney
CITY OF PALO ALTO IFB 130594 PAGE 5 OF 6
FORMAL CONTRACT
APPROVED:CONTRACTOR:
SECTION 500
Assistant City Manager
Director of Public Works
Director of Administrative Services
Contract Manager (Insurance Review)
By:
Name:
Title:
By:
Name:
Tile:
(Compliance with California Corporations Code § 313 is required
if the entity on whose behalf this contract is signed is a
corporation. In the alternative, a certified corporate resolution
attesting to the signatory authority of the individuals signing in
their respective capacities is acceptable)
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
STATE OF
COUNTY OF .)
On ., before me,
, a notary public in and for said County, personally appeared
, personally known to me
(or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed
to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their
authorized capacity(ies), and that by his/hedtheir signature(s) on the instrument the person(s), or the entity
upon behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature (Seal)
CITY OF PALO ALTO IFB 130594 PAGE 6 OF 6
iI
DRAWN BY,
DA
CHEC’D BY:
DATE~
I...
i
,!
I/
blA T’P
([
!!
SIDEWALK REPLACEHENT
Fq
rFq
-<
11
ATTACHMENT B~%¯. ,,
LOCATION IMAp
i
BASE BID 1
PRDJECT
City of Palo Alto
APPROVED BY:
PE NFI.
DATE~
DRAVING NO.
I
i ATTACHMENT
,WE
,
HAWTHORNE
’~! ~1 !’ I~.’.,’.,..’,.’......’~1.......~$ ..................
i u’)i ~- I .’,,o .
i 11 [ ,~~....~1 .......L .IEVERETT
LYTTON AVE
i
_ A VF_
l
T~E GRATES LOCATIONS:
- 514 High Stree 0 locations)
- 542.High Street.
- 132 Ha]milton Avenue
- 167 Hamilton Avenue
- 235 Hamilton Avenue
- 502 Waverley Street
~ 510 Waverley Street
- 526 Waverley Street
- 552 Waverley Street
DRAWN BY:
DATE:
CHEC’D BY,
DATE:
SCALE:
KEYMAP
NONE
CHANNING .....
SIDEWALK
’I r
BASE BID 3
REPLACEHENT
LFICATIFIN MAP
City of Palo
-Across 502 Waverley
-401 Flo.rence Street
-Lot F, Florence, St: (2 locations)
-Lot S, Florefiee St, (2 locations)
-55014amilton Avenue (no tree grate) .
PROJECT
Alto
PE NO
DATE~
DRAWING NO.
APPROVED BY’
NONE
DRAVN BY:
DATE:
CHEC’D BY:
DATE:
SCALE,
KZYHAP
)RNIA
I
" ....
i
.........
#320 TO #392 CALIFORNIA AVI~NUB
¯
SIDEWALK. REPLACEMENT
LRCATIE]N MAP
C~ty o£
PROJECT
Alto
APPROVED BY:
PE NO,
DATE~
DRAVING NO.
BASE BID 1 - Sidewalks:
2000-2001 PHASE 2 SIDEWALK REPLACEMENT PROJECT
IFB NO. 130594
BID SUMMARY
ATTACHMENT C
BID DESCRIPTION
TEM
1A Sidewalk, 4’thick
2A Driveway, 6’ thick
3A Integral sidewalk & curb and gutter
4A Integral driveway & curb and gutter
5A Curb ramp
6A Curb
7A Gutter
8A Asphalt pavement
9A Catch basin
10A Root barrier
11A RecyCle asphalt & concrete
12A Traffic control
I
BID UNIT
QUANTITY UNIT PRICE
6,990 SF $7.00
3,345 SF $7.50
4,165 LF $60.00’
1,070 LF $62.00;
10 EA $1,100.00’
180 LF $18.00
910 SF $7.50
9,125 SF $6.25
7 EA $2,500.00
500 LF $12.00
2,235 TON $10.00
1 LS $10,000.00
BASE BID 1 TOTAL:
ENGINEER’S
ESTIMATE
BID
AMOUNT
$48,930.00
$25,087.50
$249,900.00
$66,340.00
$11,000.00
$3,240.00
$6,825.00
$57,031.25
$17,500.00
$6,000.00
$22,350.00
$10,000.00
$524,203.75
BASE BID 2 - California Avenue Sidewalks:
1B Sidewalk, 4’thick 2,800 SF $8.00
2B Curb ramp 1 F_A $1,200.00
3B Curb 225 LF $20.00
4B PCC pavement with AC overlay 335 SF $12.00
5B Gas house line plumbing 1 LS $5,000.00
6B Recycle asphalt and concrete 100 TON $10.00
BASE BID 2 TOTAL:
$22,400.00
$1,200.00
$4,500.00
$4,020.00
$5,000.00
J.J.R.
CONSTRUCTION
UNIT
PRICE
$7.00
$7.50
$ss.oo
$60.00
$1,000.00
$17.50
$7.50
$6.00
$1,400.00
$10.00
$5.oo
$11,000.00
BID
¯ AMOUNT
$48,930.00
$25,087.50
$229,075.00
$64,200.00
$10,000.00
$3,150.00
$6,825.00
$54,750.00
$9,800.00
$5,000.00
$11,175.00
$11,000.00
$478,992.50
$7.00
$1,000.00
$20.00
$7.00
$5,000.O0
$19,600.00
$I,000.00
$4,500.00
$2,345.00
$5,000.00
LUCAS
CONCRETE
UNIT
PRICE
$9.50
$10.00
$64.00
$65.0O
$1,000.00
$17.00
$7.00
$5.5O
$1,000.00
$10.00
$1.oo
$I ,000.00
BID
AMOUNT
$66,405.00
$33,450.00
$266,560.00
$69,550.00
$10,000.00
$3,060.00
$6,370.00
$50,187.50
$7,000.00
$5,000.00
$2,235.00
$1,000.00
$520,817.50
$10.00
$1,000.00
$17.00
$14.00
$15,000.00
$28,OO0.00
$1,000.00
$3,825.00
$4,690.00
$15,000.00
VANGUARD
CONSTRUCTION
UNIT
PRICE
$7,30
$7.80
$66.50
$7O.OO
$1,050.00
$2o.oo
$10.00
$6.00
$2,000.00
$10.00
$10.00
$10,000.00
BID
AMOUNT
$51,027.00
$26,091.00
$276,972.50
$74,900.00
$10,500.00
$3,600.00
.$9,100.00
$54,750.00
$14,000.00
$5,000.00
$22,350.00
$10,000.00
$558,290.50
$10.00
$1,000.00
$20.00
$10.00
$2,OOO.OO
$28,000.00
$1,000.00
$4,500.00
$3,350.00
-$2,000.00
BASE BID 3 - Tree Grates:
1c Sidewalk, 4’thick 2,250 SF $8.50
2C Tree grates 18 EA $500:00
3C Rec~,cle asphalt and concrete 65 TON $10.00
BASE BID 3 TOTAL:
$1,000.00
$38,120.00
$19,125.00
$5.00
$8.00
$500.00
$32,945.00
$18,000.00
$6.00
$8.00
$600.00
$53,115.00
$18,000:00
$10.00 $1,000.00
$39,850.00
BASE BID TOTAL:
$9,000.00
$650.00
$28,775.00
$_5_9 I~_0_9_8.7~5
$500.00
$5.00
$9,000.00
$325.00
$27,325.00
$539_,~26_2.5__0_
$500.00
$6.00
$9,000.00
$390.00
$27,39O.00
$10.00
$400.00
$10.00
$22,500.00
$7,200.00
$650.00
$30,350.00