HomeMy WebLinkAboutCIty Council Agenda Item No.06REPORT TO CITY COUNCIL
TO: HONORABLE MAYOR
AND MEMBERS OF THE CITY COUNCIL
FROM: THOMAS P. EVANS
INTERIM CITY MANAGER
DATE: NOVEMBER 13, 2012
SUBJECT: AWARD MAIN STREET SIDEWALK AND PLANTER RENOVATION
Recommendation
Staff recommends that the City Council authorizes the use of unallocated revenue to be
moved to the LLMD Citywide fund for this project. Staff recommends that the City
Council authorize the Mayor to award the Renovation Contract to Tri -R General
Contractor.
Background
Main Street sidewalks and block planters were last installed as past of a redevelopment
project to beautify historical downtown in 1991. Twenty -one years later the decorative
feature has seen a lot of wear and tear. Historic Main Street is home to various City
functions as well as numerous businesses that provide services to the community as
well as visitors to Lake Elsinore.
Discussion
Currently there is damaged brick and cracking grout in the sidewalks and missing
blocks in the planters. In an effort to improve the downtown landscape, staff has
requested three (3) proposals from qualified general contracting companies in order to
remedy these particular issues. The three (3) General Contractors along with their bids
are as follows:
1. Tri -R General Contractors $ 18,961.00
2. All -Con General Contractors $ 28,000.00
3. Superior Quality Construction $ 43,785.00
Results from the proposals show Tri -R General Contractors to have the best cost to the
City a long business history and well known references. AGENDA ITEM NO.6
Page 1 of 14
Downtown Brick Repair
November 13, 2012
P. 2 of 2
Fiscal Impact
The total one (1) time cost to the City of Lake Elsinore for the renovation project will be
$ 18,961.00 and funded from LLMD Citywide.
Prepared by: Rick DeSantiago
Public Works Superintendant
Ken Seumalo
Public works Director
Approved by: Tom Evans
Interim City M
Page 2 of 14
Agreement
AGREEMENT
Main Street Sidewalk and Planter Renovation
This Contract Agreement, made and entered into as of the date signed by the Mayor, by and between the
City of Lake Elsinore, a municipal corporation, County of Riverside, State of California, hereinafter called the
"City" and Tri -R General Contractor hereinafter called the "Contractor."
That the City and the Contractor for the consideration hereinafter named, agree as follows:
1. The complete Contract includes all of the Contract documents as if set forth in full herein, to wit, the
Contract Agreement, any and all Contract Change Orders issued after the execution of the Contract
Agreement, Addenda No(s). 1 issued prior to the opening of the Bids, the Special Provisions (which
includes the General Provisions and Technical Provisions), the Project Plans, the Standard Plans, the
Standard Specification, reference Specifications, the Bidder's Proposal, the Notice Inviting Bids, the Non -
Collusion Affidavit, the Faithful Performance Bond, the Labor and Materials Payment Bond and insurance,
all of which are essential parts of this Contract and made a part of this Contract Agreement. In the event of
any conflict in the provisions thereof, the terms of said Contract documents as set forth above shall control,
each over the other, in the order provided.
2. The Contractor shall furnish all materials, tools, equipment and labor, except as otherwise provided
in the Plans or Special Provisions, and will perform all the work which is necessary to complete in a good,
workmanlike and substantial manner the above said project in accordance with the Contract documents for
this project, the Contract documents which are hereby specifically referred to and by such reference made a
part hereof.
3. The City will pay the Contractor and the Contractor agrees to receive and accept the prices setforth
in the Bid Schedule as full compensation for the work required under the bid items awarded by the City, to
wit, the Base Bid Item(s) and Additive Bid Item(s) in the sum total amount of $ 18.961.00 subject to
additions or reductions of the quantities of the various bid items at the unit prices bid, for furnishing all
materials and for doing all the work contemplated and embraced under this Contract Agreement; for all loss
or damages 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 the work is accepted by the City Council; for all expenses incurred by or in consequence of the
suspension or discontinuance of work; and for well and faithfully completing the work, the whole thereof, in
the manner and in accordance with the Contract documents therefore and the requirements of the Engineer
under them.
4. The Contractor hereby agrees to commence work pursuant to this Contract within fourteen (14)
calendar days after the date of authorization specified in the Notice to Proceed. The Contractor agrees to
diligently prosecute the contracted work, including corrective items of work, day to day thereafter, to
completion, within Thirty (30) working days after said date in the "Notice to Proceed with Construction,"
except as adjusted by subsequent Contract Change Order(s).
26 Page 3 of 14
5. The City and Contractor hereby agree that in case all construction called for under the Contract is
not completed within the time hereinabove specified, including City caused delays or extensions, damages
will be sustained by the City and that, it is and will be impracticable or extremely difficult to ascertain and
determine the actual amount of damages the City will sustain in the event of, and by reason of, such delay.
It is, therefore, agreed that such damages shall be presumed to be in the amount of $1,000.00 per calendar
day, and that the Contractor will pay to the City, or City may retain from amounts otherwise payable to
Contractor, said amount for each calendar day by which the Contractor fails to complete the work, including
corrective items of work, under this Contract Agreement within the time hereinabove specified and as
adjusted by Contract Change Order(s). The Contractor will not be assessed liquidated damages for
delay(s) occasioned by the failure of the City or of the owner of a utility to provide for the removal or
relocation of utility facilities.
6. The Contractor shall name as additional insured, the City of Lake Elsinore, the Community
Redevelopment Agency of the City of Lake Elsinore (RDA), Riverside County, California Department of
Transportation, and shall furnish the City with a certificate of insurance evidencing liability insurance policy
or policies which shall provide coverage for owned and non -owned automobiles; manufacturers and
Contractor's liability; broad form property damage in any case where the Contractor has any property
belonging to the City in his care, custody or control; owners and Contractor's protective liability; blanket
contractual liability; products and completed operations coverage; coverage for collapse, explosion, and
where any excavation, digging or trenching is done with power equipment; and shall bear an endorsement
containing the following Provisions:
Solely as respect to work done by or on behalf of the named insured for the City of Lake
Elsinore, it is agreed that the City of Lake Elsinore, the Community Redevelopment Agency
of the City of Lake Elsinore (RDA), its officers, employees and agents, are added as
additional insured under this policy and the coverage provided hereunder shall be primary
insurance and not contributing with any other insurance available to the City of Lake
Elsinore, the Community Redevelopment Agency of the City of Lake Elsinore, its officers,
employees and agents; under any third party liability policy.
It is further agreed that the other insurance provision(s) of the policy are amended to
conform therewith.
The endorsements shall be signed by a person authorized by the insurer to bind coverage on its behalf.
Insurance companies providing insurance here under shall be rated (A minus: VII - Admitted) or better in
Best's Insurance Rating Guide and shall be legally licensed and qualified to conduct insurance business in
the State of California.
The terms of the insurance policy or policies issued to provide the below insurance coverage(s) shall not be
amended or canceled by the carrier without thirty (30) days prior written notice by certified or registered mail
of amendments or cancellation to the City, except that cancellation for non - payment of premium shall
require (10) days prior written notice by certified or registered mail. In the event the said insurance is
canceled, the Contractor shall, prior to the cancellation date, submit to the City Clerk new evidence of
insurance in the amounts established.
All liability insurance policies shall bear an endorsement or shall have an attached rider which provides that
the City of Lake Elsinore will be notified by certified or registered mail at least 30 days prior to the effective
date of cancellation, non - renewal, or material alteration of such policy.
27 Page 4 of 14
All liability insurance shall cover comprehensive general liability for both bodily injury (including death) and
property damage, including but not limited to aggregate products, aggregate operations, aggregate
protective and aggregate c ontractual with the fo minimum lim its:
Each Person 1 Each Occurrence Aggregate
Bodily Iniury 1 $500,000.00 1 $1,000,000.00 1 $2,000,000.00
Pronertv Da mage I - -- I $1,000,000.00 1 $2,000,000.00
A combined single limit for Bodily Injury Liability and Property Damage Liability of $2,000,000.00 for each
occurrence will be considered equivalent to the above minimum limits for Comprehensive General Liability.
Property Damage Insurance shall cover full replacement value for damages to any property caused directly
or indirectly by or from acts or activities of the Contractor or its sub - contractors or any person acting for the
Contractor or under its control or direction.
The Contractor shall procure and maintain, at its sole expense, and throughout the term of this Contract
Agreement and any extension thereof, Public Liability and Property Damage Insurance coverage for owned
and non -owned automotive equipment operated. Such coverage limits shall not be less than $1,000,000
combined single limit.
Any deductibles or self - insured retention must be declared to and approved by the City. At the option of the
City, either: the insurer shall reduce or eliminate such deductibles or self- insured retention as respects the
City, its officers, officials, employees and volunteers; or the contractor shall procure a bond guaranteeing
payment of losses and related investigation, claim administration, and defense expenses.
The Contractor shall also furnish the City with a certificate evidencing Worker's Compensation Insurance
with limits as established by the State of California.
The Contractor shall include all subcontractors as insureds under its policies or shall furnish separate
certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to
all of the requirements stated herein.
7. The Contractor hereby agrees to provide and maintain in effect two (2) good and sufficient Surety
Bonds for one hundred percent (100 %) each of the contract price. The bonds shall be a "Faithful
Performance Bond" which shall guarantee the faithful performance of all work and a "Labor and Materials
Payment Bond" which shall secure the payment of the claims of labor, mechanics, or materialmen for all
work under the Contract pursuant to Section 3247 of the Civil Code.
8. The Contractor, the Contractor's heirs, executors, administrators, successors, or assigns guarantee
that all work performed under this Contract fully meets the requirements thereof as to quality of
workmanship and materials furnished. If any defects in materials or workmanship become evident within a
period of one year from the date of the acceptance of the work by the City Council, the Contractor shall, at
his or her own expense, make any repair(s) or replacement(s) necessary to restore the work to full
compliance with the Plans and Specifications.
9. The Contractor and any agents or subcontractors of the Contractor shall pay the prevailing rates of
per diem wages established by the California Department of Industrial Relations. The Contractor and any
agents or subcontractors of the Contractor shall also adhere to the California Labor Code, Division 2, Part 7,
"Public Works and Public Agencies," and the California Administrative Code, Title 8, Group 3, "Payment of
Prevailing Wages upon Public Works," all of which are made a part of the Contract documents.
Page 5 of 14
10. The Contractor agrees that he or she and its subcontractors shall maintain and keep books, payrolls,
invoices of materials, records on a current basis, and recording all transactions pertaining to this Agreement
in a form in accordance with generally acceptable accounting principles. Said books and records shall be
made available to the City of Lake Elsinore, County, the State of California, and the Federal Government
and to any authorized representative thereof for purposes of audit and inspection at all reasonable times
and places. All such books, payrolls, invoices of materials, and records shall be retained for such periods of
time as required by law, provided, however, notwithstanding any shorter period of retention, all books,
records, and supporting detail shall be retained for a period of at least three years after expiration of the
term of this Agreement.
11. Pursuant to California Public Contract Code Section 22300, the Contractor will be permitted the
substitution of securities for any monies withheld by the City of Lake Elsinore to ensure performance under
Contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall
be deposited with the City of Lake Elsinore, or with a state or federally chartered bank as the escrow agent,
who shall pay such monies to the Contractor. Securities eligible for substitution under this section shall
include those listed in Section 16430 of the Government Code, bank or savings and loan certificates of
deposit, interest- bearing demand deposit accounts, and standby letters of credit. The Contractor shall be
the beneficial owner of any securities substituted for monies withheld and shall receive any dividends or
interest thereon. The Contractor shall give the City written notice within thirty (30) days after the Contract is
awarded that it desires to substitute securities for money that would ordinarily be withheld. If the substituted
securities are deposited into an escrow, the escrow shall be governed by a written escrow Contract
Agreement in a form which is substantially similar to the Contract Agreement set forth in Section 22300, of
the Public Contract Code.
12. The Contractor agrees to indemnify, defend, and save the City of Lake Elsinore, the Community
Redevelopment Agency of the City of Lake Elsinore (RDA), its officers, agents, and employees harmless
from any and all liability, claims, damages or injuries to any person, including injury to the Contractor's
employees and all claims which arise from or are connected with the negligent performance of or failure to
perform the work or other obligations of this Contract Agreement, or are caused or claimed to be caused by
the negligent acts of the Contractor its officers, agents, employees, sub - contractors or suppliers, and all
expenses of investigating and defending against the same; provided, however, that this indemnification and
hold harmless shall not include any claims arising from the sole negligence or willful misconduct of the City,
RDA, its officers, agents, or employees.
The obligation to indemnify, defend and hold harmless set forth herein shall include, without limitation, any
and all attorney's fees incurred by the party to be indemnified, defended, or held harmless, whether in a
judicial or administrative action or in arbitration, and whether the issue is between the parties or involves
one or more third parties.
13. The parties do for themselves, their heirs, executors, administrators, successors and assigns agree
to the full performance of all of the provisions herein contained. The Contractor may not, either voluntarily
or by action of law, assign any obligation assumed by the Contractor hereunder without priorwritten consent
of the City.
14. Should either party bring any legal or equitable action for the purpose of protecting or enforcing its
rights under this Contract Agreement, the prevailing party in such action shall recover in addition to all other
relief, its reasonable attorney's fees and court costs to be fixed by the court.
27 Page 6 of 14
in addition to the foregoing award of attorney's fees, the prevailing party shall be entitled to its attorneys'
fees incurred in any post judgment proceedings to enforce anyjudgments in connection with this Contract
Agreement. The Provision is separate and several and shall survive the merge of this Provision into any
judgment.
15. By my signature hereunder, as Contractor, I certify that I am aware of the Provisions of Section
3700, of the Labor Code which require every employer to be insured against liability for Workers'
Compensation or to undertake self- insurance in accordance with the Provisions of that code, and I will
comply with such Provisions before commencing the performance of the work of this Contract.
16. The effective date of this Contract Agreement shall be the date of the Award of Contract by the City
of Lake Elsinore.
17. Contractors are required by law to be licensed and regulated by the Contractors' State License
Board. Any questions concerning a Contractor may be referred to the Registrar, Contractors' State License
Board, 3132 Bradshaw Road, Sacramento, CA 95826. Mailing address: P.O. Box 26000, Sacramento,
CA 95826.
(SIGNATURE PAGE FOLLOWS)
Page 7 of 14
City of Lake Elsinore,
Municipal Corporation
M
Financial Administrative Services Director/
City Manager /Mayor
(Select only one please)
DATE:
INTERNAL USE ONLY
ATTEST:
City Clerk
(only needed if Mayor signs)
APPROVED AS TO LEGAL FORM:
City Attorney
Date
RECOMMENDED FOR APPROVAL:
Department Head
(if contract exceeds $15,000)
Date
SIGNING INSTRUCTION TO THE CONTRACTOR:
Tri -R General Contractor
License No. /
Classification: 555857
Expiration Date: 07/31/2014
Federal I.D. No.: 330915711
PRINT NAME: Tri -R General Contractor
SIGNATURE:
TITLE:
Address:
DATE:
Date
PRINT NAME:
SIGNATURE:
TITLE:
Address:
Address:
DATE:
Date
All signatures on the Contract Agreement on behalf of the Contractor must be acknowledged before a
notary public.
General Partners must sign on behalf of the partnership.
In the event that the contracting firm is a corporation two (2) corporate officer's having authority
from the corporation MUST sign (two (2) signatures total). If the corporation has a corporate
resolution stating that one person is authorized to sign on behalf of all officers, attach corporate
resolution immediately following the notary certificates. Corporate Seal may be affixed hereto.
27 Page 8 of 14
TRI -R GEN. CONTRACTORS, INC.
22175 FISHER STREET a PERRIS, CA 92570
i 51)657-11 9 v tic. 555857 S www,tri- rgeneralcontractors.com
October 19, 2012
City of Lake Elsinore — Mr. Clods Erickson
Item Name
Description of the Project and Description of the Significant Materials
to be Used and Equipment to be Installed:
Total Charge
to Customer
I .
Five comers
45.00
2.
Six bricks cracked, one column.
25.00
3.
Seven bricks cracked another column right and left, all bullnose.
25.00
- - - —
4.7
Grout-lines,-left side only- l5 -ft, right - side ..only -6 -ft. -- - -__-
25.00 -- - - --
5.
Grind 10 ft, one inch down. Acid wash.
50.00
6.
Gut out 6 inch cut out by 6 inch curb. Re -pour slope to brick and
concrete.
125.00
7.
Tree well 5 ft, four times, grout only. Plus picture before two ft grout
only between cement and brick.
25.00
8.
Two tree wells same size hi density concrete corner second tree well.
25.00
9.
Radius first curb 10 ft of radius, replace four brick
125.00
10.
Las Cuatro. 16 feet grout only by radius corner and 10 ft of grout red
curb to entry.
50.00
11.
Radius and replace 14 brick at second radius in front of Medica
Familiar
125.00
12.
20 ft grout only, curb to planter at Medica Familiar.
45.00
13. _
Medica Familiar. Four corner pieces. Five brick between columns and
grouting 10 ft on two - sides..
50.00
14.
From entry two sides 16 ft each cut brick
125.00
15.
5 ft of brick too high. 6 ft long two sides cut out 10 inch concrete strip
re -pour between bricks pavers
150.00
Page 9 of 14
16.
Far corner down from concrete strip Boulangerie, replace five bricks at
corner.
125.00
17.
Ravioli's, grind 5 ft concrete as best as possible.
50.00
18.
Raviolis, 16 brick pavers and grout four corners 10 ft each line
125.00
19.
Resticana, 10 ft long two grout lines, three sides of grout. 10 piece end.
Grind concrete opposite side 10 ft
150.00
20.
Guadalajara, 6 grout lines, six bricks
150.00
21.
Guadalajara remove 5 ft concrete strip by 12" wide, re -pour flush with
brick and ADA ramp
150.00
22.
Guadalajara, re -grout two sides 5 ft long
50.00
23.
Guadalajara, column 5 pieces bullnose
50.00
24.
Guadalajara at corner, two tree wells 4 ft long grout lines
40.00
25.
Guadalajara, 30 pieces pavers. Replace all grout throughout corner of
Graham and Main, Guadalajara side
225.00
26.
Graham St, total 8 pieces of bullnose
I50.00
27
Graham alleyway, 9ft, four grout lines, 16 pieces
225.00
28.
Graham alleyway, 17 lineal feet by 12 inch wide concrete strip.
Remove dome, re -pour
375.00
29.
Graham alleyway raise brick up one inch to new concrete level 3 x 4
square feet
316.00
30.
Graham St, 8 corner bricks.
125.00
31.
Graham opposite side of alley, six pieces corners
125.00
32.
Roses Recollections, planters 10 pieces two at bottom
175.00
33.
Reeves Insurance, 12 f grout on side, two brick
25.00
34.
Precision Loan Services put edge brick at slope, grind left side of
concrete, flush 12 inches
75.00
35.
In front of City Hall, remove 40 brick, cut out, replace mortar, cement,
Grout all four comers this area. Replace 4 bricks along Main St curb.
By tree pillar, 10 ft grout and 10 more feet grout only opposite
direction.
415.00
Page 10 of 14
36.
Prospect and Main St corner, tree well all four sides pour liquid
concrete two 3"x3" spots, four feet of grout. Total three pillars upper
corners. One more 7 ft line of grout.
150.00
37.
hn front of City Hall clock, 8 ft grout only
25.00
38.
In front of City Hall clock cut 4 ft of 12 in curb, strip and re -pour. Re-
grout at same location 7 ft
175.00
39.
Pillar in front of city hall, one upper corner
125.00
40.
Two 5 ft grout line in front of city hall concrete to pavers
25.00
41.
Ruby's Boutiques; total 20 ft of grout by tree and by pillar two 10 ft
strips
100.00
42.
Graham and Main St radius, 15 ft of radius, 30 bricks, 20 ft grout in
front of pillar two sides ADA entry 4 bricks grout between pillar and
planter, upper brick grout. Corner in front of pillar 36" grout, second
pillar two bricks.
375.00
43.
Insurance, six brick 20 R grout, 10 bricks between pillars. Two 6 ft
grout lines in front of tree and tree well
175.00
44.
Mexican food /bakery; 12" x 17 ft remove band of concrete and re -pour,
follow contour of brick. Replace ten bricks. Replace one center brick.
295.00
45.
Juice Plus; replace one paver corner
25.00
46.
Recuerdo; 25 brick at curb and grout
47.
El Diegos Video; grout only 20 ft, no brick
50.00
48.
Marins Antiques; 19ft x 9 ft demo brick and replace
4,275.00
49.
Look into potential issue of hump in sidewalk, 11 ft x 3 ft
575.00
50.
Remove and replace brick pavers. Seven areas remove glass pavers
replace with square band and the lay at 45 angles
875.00
51.
At pillar, one pill 6 ft grout and level quick, 12 in x 4 ft strip
195.00
52.
15 ft grout and three bricks, 14 ft two grout lines side by side ADA
entry 10 bricks, planter, 4 bricks by bush
275.00
53.
Two corners, planter bullnose 13 ft grout between bricks 20 ft x 5 ft
area Remove all brick and replace 7 ft x 6 ft area to street
3,750.00
54.
Main and Peck St; crack replace 36 bricks by ADA entry off Peck St
185.00
55.
40 lineal feet of grout, second ADA entry, four bricks and grout
125.00
Page 11 of 14
56.
30 lineal feet of grout off Main St and running parallel with Main St
65.00
57.
25 more bricks, replace and grout
135.00
58.
30 more lineal feet of grout by planters running parallel with Main St
65.00
59.
Side by sidel2 ft grout only running parallel with Peck St
50.00
60.
50 lineal feet of grout outside by concrete strips by dirt field
85.00
61.
Side by side grind three ft of concrete by concrete strip
75.00
62.
8 ft of grinding about one inch too high. Grind to height of concrete
strip
50.00
63.
8 ft of grout at pavers
25.00
64.
By ADA in front of cultural center, six bricks and 6 ft of grout
75.00
65.
By tree well, one side grout. Main and Heald Ave. By tree, 12 ft of
grout
25.00
We propose to furnish material and labor, complete in accordance
with above specifications, for the sum of
$16,686.00
Materials to be purchased shall be Pacific Clay materials. No glass pavers have been included. These areas
to be filled in with brick pavers — diagonal borders. Haul away of all debris and, in those areas indicated,
demolition work included. Positioning of traffic cones and caution tape as needed as well as traffic control.
Brick pavers shall be as close a match as possible as well as with the bullnose brick. We did encounter
issues with pavers in the length, thickness and width. Color to be brown flashed. All attempts shall be
made to purchase I % x 3 5/8 x 11 5/8 pavers.
We propose to furnish all material and perform all labor necessary to complete the project as described
above. Upon acceptance of proposal, a formal contract will follow.
TRI -R General Contractors, Inc. Date
Acceptance of proposal. The above price, specifications, and conditions are satisfactory and are
hereby accepted. You are authorized to do the work as specified.
Owner /Acting Agent Date
Page 12 of 14
TRI -R GEN. CONTRACTORS, INC.
22175 FISHER STREET v PERRIS, CA 92570
c (951) 657 -1129 b tic. 555857 3 www .tri- rgeneralcontractors.corn
October 19, 2012
City of Lake Elsinore — Mr. Chris Erickson
Guadalajara Restaurant
Item Name
Description of the Project and Description of the Significant Materials
Total
to be Used and Equipment to be Installed:
Charges to
Customer
1.
Plaque all corners
125.00
2.
Inside gating area of restaurant, total 15 pieces
175.00
We propose to furnish material and labor, complete in accordance with
$300.00
above specifications, for the sum of
We propose to furnish all material and perform all labor necessary to complete the
project as described above. Upon acceptance of proposal, a formal contract will follow.
TRI -R General Contractors, Inc.
Date
Acceptance of proposal. The above price, specifications, and conditions are
satisfactory and are hereby accepted. You are authorized to do the work as specified.
Owner /Acting Agent Date
Page 13 of 14
TRI -R GEN. CONTRACTORS, INC.
22175 FISHER STREET b PERRIS, CA 92570
(951) 657 -1129 b Lic. 555a57 b www.tri- rgeneralcontractors.com
October 19, 2012
City of Lake Elsinore — Mr. Chris Erickson
City of Elsinore — Peck Street Parking Lot
Item Name
Description of the Project and Description of the Significant Materials
Total Charge
to be Used and Equipment to be Installed:
to Customer
1.
Corners on columns four (4) two -faced brick. Six pieces bullnose, ripped
125.00
and cut
2.
Trash enclosure, two 6 in x 8 ft long posts. Weld hinges. Gate -
1,675.00
remove 8 in from each gate and weld.
3.
Floor Fusion; three bricks pavers corner, 10 bricks plus the three, grout
175.00
four sides, total five grout lines 16 ft
We propose to furnish material and labor, complete in accordance
1,975.00
with above specifications, for the sum of
We propose to furnish all material and perform all labor necessary to complete the project
as described above. Upon acceptance of proposal, a formal contract will follow.
TRI -R General Contractors, Inc.
Date
Acceptance of proposal. The above price, specifications, and conditions are satisfactory
and are hereby accepted. You are authorized to do the work as specified.
Owner /Acting Agent Date
Page 14 of 14