HomeMy WebLinkAbout2001-07-09 City Council (2)TO:
FROM:
City of Palo Alto
City Manager’s Report
HONORABLE CITY COUNCIL
CITY MANAGER DEPARTMENT: PUBLIC WORKS 2
DATE:
SUBJECT:
JULY 9, 2001 CMR: 296:01
APPROVAL OF A CONTRACT WITH SPOSETO ENGINEERING,
INC. IN THE AMOUNT OF $ 1,074,596 FOR FY 2001-02 PHASE 1
SIDEWALK REPLACEMENT PROJECT
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached contract with Sposeto
Engineering, Inc. in the amount of $1,074,596 for FY 2001-02 Phase 1 Sidewalk
Replacement Project.
Authorize the City Manager or his designee to negotiate and execute one or more
change orders to the contract with Sposeto Engineering, Inc. for related, additional
but unforeseen work which may develop during the project, the total value of
which shall not exceed $110,000.
DISCUSSION
Project Description
The work to be performed under the contract is for sidewalk repair and replacement,
wheel chair ramp construction and curb and gutter replacement in the project areas
marked as Base Bids 1 through 4 on Location Map (Attachment B),
Included in the construction are Base Bid 2, consisting of minor sidewalk and driveway
replacement in the downtown business district, and Base Bid 4, consisting of the
construction of three (3) wheelchair ramps in the North California Avenue business
district. In keeping with existing Public Works policy, work in business districts (Base
Bids 2 and 4) will not be permitted between the third Thursday in November 2001 and
January 2, 2002.
Bid Process
A notice inviting formal bids for the FY 2001-02 Phase 1 Sidewalk Replacement Project
was sent on May 5, 2001 to eight builders’ exchanges and fourteen contractors. The
bidding period was twenty-one days which was sufficient because the scope of work is
routine, subcontractors are generally not required, and the City has bid numerous projects
CMR:296:01 Page 1 of 2
of this type over the past ten years. Bids were received from 2 qualified contractors on
June 26, 2001, as listed on the attached bid summary (Attachment C). Bids ranged from
a high of $1,155,297 to a low bid of $1,074,596. An additional bid of $1,199,619 was
received but not accepted because of the lack of a bid bond. Contractors not responding
indicated that they did not submit a bid because they were too busy right now, they do not
provide this service, or they could not be competitive on this project. Staff has reviewed
all bids submitted and recommends that the bid of $1,074,596 submitted by Sposeto
Engineering, Inc. be accepted and that Sposeto Engineering, Inc. be declared the lowest
responsible bidder. The bid is 23 percent above the engineer’s estimate of $ 884,000.
Bids were higher than the estimate because 1) qualified contractors are extremely busy
right now and 2) construction materials are more than 10% higher than a year ago. The
change order amount of $ 110,000 which equals 10 percent of the total contract is
requested for additional, 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 Y 2001-02 Capital Improvement
Program, Sidewalk Replacement Project, CIP Project 18903.
ENVIRONMENTAL REVIEW
This project is categorically exempt from the California Environmental Quality Act
(CEQA) under Section 15301C of the CEQA guidelines and no further environmental
review is necessary.
ATTACHMENTS
Attachment A:Contract
Attachment B:Location Map
Attachment C Bid Summary
PREPARED BY:
CUNNINGHAM
~istant Engineer
DEPARTMENT HEAD:
GLENN S.
Director of Public Works
CITY MANAGER APPROVAL:
HARRISON
Assistant City Manager
CMR:296:01 Page 2 of 2
Attachment A
FORMAL CONTRACT
CONTRACT No.
(Public Work)
Public Works Department
SECTION 500
This Contract, number dated is entered into by and between the City of Palo Alto, ~r
chartered city and a municipal corporation of the State of California ("City"), and Sposeto Engineering, Inc. 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 Prqie¢t 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 saris faction of City. The Project and Work is generally described as follows:
Title of Project:2001-02 Phase I, Sidewalk Replacement Project, Invitation for Bid (IFB) Number 135443 -
Bid:$1,074,596
Contract Documents This Contract shall consist of the documents set forth below, which are on l’tle 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 thereof
are set forth in the following descending order of precedence.
a.This Contract.
b.Invitation For Bid.
c.Project Specifications.
d.Drawings.
e.Change Orders.
f.Bid.
g.Supplementary Conditions.
h.General Conditions.
I.Standard Drawings and Specifications (1999).
j.Certificate of Insurance, Performance Bond, Labor & Materials (Payment) Bond.
k.Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the
Standard Drawings and Specifications (1999).
1.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 (1999), 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 135443 PAGE 1 OF 7
rev. 12100
FORMAL CONTRACT SECTION 500
Indemnification. Contractor agrees to protect, defend, indemnify 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
fried 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 a!l 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. §§690!-6992k, as amended); the Toxic
Substances Control Act (15 U.S.C. §§260!-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 the
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 any part 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.
No Exoneration By Inspection: The City has the right, but not the duty, to inspect Contractor’s Work. The right
of inspection is solely for the benefit of City. Contractor has the obligation to complete the Work in a satisfactory
manner in compliance with Contract requirements. The presence of a City inspector does not shift that obligation
to the City or relieve Contractor from its obligations to complete the Work in a satisfactory manner in compliance
with the Contract requirements.
10.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.
11.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.
CITY OF PALO ALTO IFB 135443 PAGE 2 OF 7
rev. 12100
FORMAL CONTRACT SECTION 500
12.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;
Any materials and equipment 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;
go 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 Man ager 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.
13.
!4.
Assignment. 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.
Claims of Contractor. Al! 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.
CITY OF PALO ALTO IFB 135443
rev. 12/00
PAGE 3 OF 7
FORMAL CONTRACT SECTION 500
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 Commct, City shall have the fight 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.
16.Notices. All agreements, appointments, approvals, authoriza tions, claims, demands, Change Orders, consents,
designations, notices, offers, requests and statements given by either party to the other shall be in writing and
shall be sufficiently given and served upon the other party if (1) personally served, (2) sent by the United States
mai!, 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 Avenue
Palo Alto, CA 94303
Attn: Phung Hoang, Project Manager
To Contractor:Sposeto Engineering, Inc.
4301 Bettencourt Way
Union City, CA 94587
Attn: John Sposeto,
17.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.
18.Miscellaneous.
Bailee Discldimer. 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. Whenever in this Contract the approval or consent of a party is required, such approval or
consent shall be in writing and shall be executed by a person having the express authority to grant such
approval or consent.
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.
CITY OF PALO ALTO IFB 135443
rev. 12100
PAGE 4 OF -/
FORMAL CONTRACT SECTION 500
e.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
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 or 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 provisions 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.
Alternative Dispute Resolution. The parties sha!l endeavor to resolve any disputes or claims arising
out of or relating to this Contract by mediation, which, unless the parties agree otherwise, shall be
conducted under the auspices of the Judicial Arbitration and Mediation Service (JAMS), San Jose,
California. The intent of the parties is that the mediation shall proceed in advance of litigation; however,
if any party should commence litigation before the conclusion of mediation, such litigation, including
discovery, shall be stayed pending completion of mediation, and by executing this Contract the parties
stipulate to mediation in accordance with Santa Clara County
Superior Court Local Rule 1.15 or Rule 2-3(b) of the ADR Local Rules of the U.S. District Court for the
Northern District of California, as such rules may be amended from time to time. The parties shall
share the cost of the mediation, including the mediator’s fee, equally. Any written agreement reached
in mediation shall be enforceable pursuant to California Code of Civil Procedure § 664.6, as amended.
CITY OF PALO ALTO IFB 135443
rev. 12/00
PAGE 5 OF 7
FORMAL CONTRACT SECTION 500
q.Venue. Unless the parties mutually agree otherwise, mediation shall take place in San Jose, California.
In the event that litigation is commenced by any party hereunder, the parties agree that such action
shall be vested exclusively in the state courts of California in the County of Santa Clara or in the United
States District Court for the Northern District of California.
ro Recovery of Costs. Each Party shall bear its own costs, including attorney’s fees, through the
completion of mediation. If the claim or dispute is not resolved through mediation, or if htigation is
necessary to enforce a settlement reached at mediation pursuant to California Code of Civil Procedure
§ 664.6, as amended, then the prevailing party in any subsequent litigation may recover its reasonable
costs, including attorney’ s fees, incurred subsequent to conclusion of the mediation~
So Flow-down. Contractor agrees to include provisions of this Contract relating to Alternative Dispute
R~solution, Venue. and Recovery of Costs in any subcontracts or major material purchase agreements
which it enters into in connection with this Contract, and to require its subcontractors to include those
provisions in any sub-contracts or major material purchase agreements, such that any mediation or
litigation of any claim or dispute asserted by a subcontractor or major material supplier will be
consohdated with any related claim or dispute between the Contractor and the City. Should the
Contractor fail to do so, such that the City is required to defend an action brought by a subcontractor
or material suppher inconsistent with the Alternative Dispute and Venue provisions of this Contract,
Contractor shall indemnify City for City’s costs of defense, including reasonable attorney’s fees.
IN WITNESS WHEREOF, the i3arties 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:
APPROVED AS TO FORM:
City
CITY OF PALO ALTO
Its Mayor
Senior Assistant City Attorney
APPROVED:CONTRACTOR:
Assistant City Manager
By:
Naive:
Director of Public Works
Director of Administrative Services
Contract Manager (Insurance Review)
Title:
By:
Narne~
CITY OF PALO ALTO IFB 135443
rev. 12/00
Title: (Compliance
with California Corporations Code § 313 is required ff the entity on
whose behalf this contract is signed is a corporation. In the
akernative, a certified corporate resolution attesting to the
signatory authority of the individuals signing in their respective
capacities is acceptable)
PAGE 6 OF -/
FORMAL CONTRACT SECTION 500
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
STATE OF
COUNTY OF
On , be/bre me,
notary public in and for said Count3’, personally appeared
,a
, 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/her/their signature(s) on the instrumem the person(s), or the entity upon behalf
of which the person(s) ~icted, executed the instrument.
WITNESS my hand and official seal.
Signature (Seal)
CITY OF PALO ALTO IFB 135443
rev. 12/00
PAGE 7 OF 7
Attacl~ment 8
SCALE, none City o:f’ Palo Alt.o DRAWING NO. 1
BID SUMMARY
BIDS OPENED JUNE 26, 2001
2001-02 Phase 1 Sidewalk Replacement Project
Attachment
7/2/0t
B~EBm 1, BLOCKS 1 THROUGH 12
ITEM OF WORK UVCt~ TOTALS
1A 4" WALK & SW SF 15,199
2A 6" DW & SW SF 4,046!
3A INTEGRAL SW (4"),C&G LF 5,504
4A NTEGRAL DW (6"),C&G LF 1,959
5A EXP. AGG. PCC up to 6"SF 510
6A CURB RAMP EA 43
7A CURB LF 496
8A GUTTER SF 4,824
9A AC pVMT.SF 8,884
10A BRICK, UNIT PVMTS SF 346
11A PAVEJvIENT EA 10
12A ROOT BARRIER LF 106
13A REMOVE AND REPL.EA 7
14A REMOVE AND EA 5
REPLACE FRAM~ &
15A REMOVE AND REBUILD SF 250
BOX CULVERT TOP
16A RECYCLE INTERTS 3,700
17A TRAFFIC CONTROL 1
TOTAL BASE BID 1
BASE BID 2, DOWNTOWN LOCATIONS
1B
2B
3B
4B
5B
6B
rrE~ OF WOgK uNrrs TOTALS
4- WALK & SW SF 940
6" DW & SW SF 224
CURB LF 20
Gtrrr~SF 80
AC PVMT.SF 33
BRICK, UNIT pVMTS SF 10!
TOTAL BASE BID 2
3, PORTAL WAY VGBASE BID
rr~l OF WORK UNrrS TOTALS
4" WALK & SW SF 185
INTEGRAL SW (4"),C&G LF 94
CURB RAMP EA 2
CURB LF 30
GUTTER SF 375
AC PVMT.SF 1,260
REMOVE 2 CBs AND LS 1
PLUG 12" RCP
TOTAL BASE BID 3
PRICE
$8.30
$10.00
$69.00
$74.00
$ 10.00
$ 1,100.00
$20.00
$11.00
$9.00
$28.00
$ 160.00
$12.00
$ 2,600.00
$ 1,200.00
$ 21.00
$8.00
$58,000.00
SPOSETO ENGINEERING J.J.R. CONST.r INC.
EXTENSION PRICE EXTENSION
$126,151.70 $8.75 $132,991.25
$40,460.00 $9.00 $36,414.00
$379,776.00 $75.00 $412,800.00
$144,966.00 $75.00 $146,925.00
$5,100.00 $25.00 $12,750.00
$47,300.00 $ 2,200.00 $94,600.00
$9,920.00 $25.00 $12,400.00
$53,064.00 $10.00 $48,240.00
$79,956.00 $9.00 $79,956.00
$9,688.00 $30.00 $10,380.00
$1,600.00 $250.00 $2,500.00
$1,272.00 $ 20.00 $2,120.00
$18,200.00 $ 2,500.00 $17,500.00
$6,000.00 $ 1,500.00 $7,500.00
$5,250,00 $30.00 $7,500.00
9.00
11.00
40.00
15.00
21.00
64.00
$11.00
$80.00
$ 1,100.00
$44.00
$14.00
$ 11.00
$ 1,800.00
$29,600.00 $10.00 $37,000.00
$ 58,000.00 $30,000.75 $ 30,000.75
$1,016,303.70 $ 1,091,577.00
8,460.00
2,464.00
800.00
1,200.00
693.00
640.00
$ 14,257.00
2,035.00
7,520.00
2,200.00
1,320.00
5,250.00
13,860.00
1,800.00
....~ 33,985.00
9.00
10.00
25.00
20.00
10.00
30.00
S 9.00
$ 75.00
$ 2,500.00
$25.00
$ 20.00
$ 10.00
S 2,000.00
1C
2C
3C
4C
5C
6C
7C
8,460.00
2,240.00
500.00
1,600.00
330.00
300.00
$ 13,430.00
$1,665.00
$7,050.00
$5,000.00
$750.00
$7,500.00
$12,600.00
$2,000.00
$ 36,565.00
BASE BID
1D
2D
3D
4D
5D
4, Calif. Ave.
ITEM OF WORK UNITS TOTALS
4" WALK & SW SF 450
CURB RAMP EA 3
CURB LF 15
GLrI~ER SF 60
AC PVlvfr.SF 60
TOTAL BASE BID 4
$9.00
$ 1,100.00
$44.00
$18.00
$16.00
$
$
$
$
$
$
4,050.00
3,300.00
660.00
1,080.00
960.00
10,050.00
$9.00
$ 2,500.00
$25.00
$20.00
$10.00
GRAND TOTAL BASE BIDS 1 THROUGH 4 $1,074,595.70
$4,050.00
$7,500.00
$375.00
$1,200.00
$600.00
$ 13,725.00
$ 1,155,297.00
IFB 135443