HomeMy WebLinkAboutItem No. 05 Emergency Repair Agreement NPG Asphalt for Street Repairs 410 W. Graham Ave.Text File
City of Lake Elsinore 130 South Main Street
Lake Elsinore, CA 92530
www.lake-elsinore.org
File Number: ID# 17-171
Agenda Date: 5/9/2017 Status: BusinessVersion: 1
File Type: ReportIn Control: City Council
Agenda Number: 5)
Page 1 City of Lake Elsinore Printed on 5/4/2017
REPORT TO CITY COUNCIL
To:Honorable Mayor and Members of the City Council
From:Grant Yates, City Manager
Prepared By: Dave Nichols, Public Works General Service Manager
Date:May 9, 2017
Subject:Emergency Construction Agreement with NPG Asphalt for Emergency
Street Repairs at 410 West Graham Avenue, Fire Station #10
Recommendation
adopt A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LAKE ELSINORE,
CALIFORNIA, DECLARING AND FINDING THAT THE PUBLIC INTEREST AND NECESSITY
DEMAND THE IMMEDIATE PROCUREMENT AND AWARD OF A CONSTRUCTION
CONTRACT TO PERFORM EMERGENCY ASPHALT PAVING REPAIRS AT FIRE STATION
No. 10 AND AWARD CONTRACT TO NPG INC. IN AN AMOUNT NOT TO EXCEED
$44,000.00
Background & Discussion
The concrete curb & gutter and the asphalt paving directly in front of Cal Fire Station #10
located at 410 West Graham Ave., has deteriorated to a condition that requires immediate
repairs. The deteriorating conditions include large sections of unstable, floating curb and gutter
that have rapidly deteriorated to a condition that makes it dangerous and impossible for the fire
engine to cross safely. In addition, the entire street in front of the station has become so badly
broken and deteriorated that there are large loose sections of asphalt creating a traffic hazard.
Without question, the heavy rains in January caused the deterioration of the street and gutter to
accelerate. In addition, the heavy trucks pulling out, turning, and backing-in has resulted in
complete structural failure of a large section of the road directly in front of the fire station.
The Public Contract Code requires that when an emergency exist, that the City Council find that
the emergency will not permit a delay resulting from a competitive solicitation of bids and that
the action taken (that is, awarding the contract) is necessary to respond to the emergency. A
resolution containing the required findings is attached for the City Council’s consideration.
Additionally, the proposed contract with NPG Asphalt is also attached for the City Council’s
consideration.
Fiscal Impact
Funding of $44,000 emergency repair is available within the Fire Department line item.
Exhibits
A – Resolution
B.- NPG Asphalt Emergency Repair Construction Agreement
C – NPG Asphalt, Proposal
RESOLUTION NO. 2017-__
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LAKE ELSINORE,
CALIFORNIA, DECLARING AND FINDING THAT THE PUBLIC INTEREST AND
NECESSITY DEMAND THE IMMEDIATE PROCUREMENT AND AWARD OF A
CONSTRUCTION CONTRACT TO PERFORM EMERGENCY ASPHALT PAVING
REPAIRS AT FIRE STATION No. 10 AND AWARD CONTRACT TO NPG INC. IN AN
AMOUNT NOT TO EXCEED $44,000.00
Whereas, West Graham Avenue is a public right of way and is owned and maintained by the
City of Lake Elsinore; and,
Whereas,the City’s Public Works Department has identified deteriorated conditions of the
concrete curb and gutter and the asphalt paving directly in front of Cal Fire Station #10 located
at 410 West Graham Avenue that pose an immediate safety risk preventing fire engines from
crossing safely and requiring immediate repair; and,
Whereas,competitive procurement of a qualified contractor would cause undue delay; and,
Whereas,California Public Contract Code Section 22050(a)(1) authorizes public agencies to
take emergency action to repair or replace a public facility without competitive bidding; and,
Whereas,the Director of Public Works has obtained a bid from an experienced contractor with
expertise in repairs of this type and determined that such bid is reasonable; and,
Whereas,the City desires to immediately procure the contractor to begin work.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LAKE ELSINORE DOES
HEREBY RESOLVE, DETERMINE AND ORDER AS FOLLOWS:
Section 1: The Council finds that, based on substantial evidence, the emergency will not
permit a delay resulting from a competitive solicitation for bids, and that this action is necessary
to respond to the emergency.
Section 2: Based on substantial evidence as described in the Staff Report prepared by Dave
Nichols, Public Works General Service Manager, public interest and necessity demand the
immediate procurement and award of a construction contract to perform emergency repairs on
West Graham Avenue without competitive bidding.
Section 3: A contract for emergency repairs on West Graham Avenue is hereby awarded to
NPG Asphalt, for an amount not to exceed $44,000.00 which includes a 10 percent contingency
and, further, the City Manager is authorized to execute the contract with NPG Asphalt in such
final form as approved by the City Attorney.
Section 4. The City Clerk shall certify to the passage and adoption of this resolution and enter
it into the book of original resolutions.
Reso. No. 2017 -
Page 2 of 2
Section 5. This Resolution shall take effect immediately upon its adoption.
Passed and Adopted this 8thh day of May, 2017.
Robert E. Magee
Mayor
Attest:
Susan M. Domen, MMC
City Clerk
STATE OF CALIFORNIA )
COUNTY OF RIVERSIDE ) ss.
CITY OF LAKE ELSINORE )
I, Susan M. Domen, MMC, City Clerk of the City of Lake Elsinore, California, do hereby certify
that Resolution No. 2017- ___ was adopted by the City Council of the City of Lake Elsinore,
California, at the Regular meeting of May 8, 2017, and that the same was adopted by the
following vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
Susan M. Domen, MMC
City Clerk
Page 1
AGREEMENT FOR EMERGENCY PUBLIC WORKS CONSTRUCTION
NPG ASPHALT
Street Repairs at West Graham Avenue
This Agreement for Emergency Public Works Construction (“Agreement”) is made and
entered into as of April 24, 2017, by and between the City of Lake Elsinore, a municipal
corporation (‘‘City") and NPG Asphalt, a California Corporation ("Contractor").
The City and Contractor, in consideration of the mutual promises and covenants set forth
herein, agree as follows:
1.The Project and Project Documents. Contractor agrees to construct the following
public improvements (“work”) identified as:
Street Repair at West Graham Avenue (the “Project”)
2.Compensation.
a.For and in consideration of the payments and agreements to be made
and performed by City, Contractor agrees to construct the Project, including furnishing all
materials and performing all work required for the Project, and to fulfill all other obligations as
set forth in the Bidder’s Proposal, such contract price being Forty-four Thousand dollars
($44,000).
b.City hereby promises and agrees to employ, and does hereby employ,
Contractor to provide the materials, do the work, and fulfill the obligations according to the terms
and conditions herein contained and referred to, for the prices set forth, and hereby contracts to
pay the same at the time, in the manner, and upon the conditions set forth in the Project
Documents.
c.Contractor agrees to receive and accept the prices set forth in the
Bidder’s Proposal as full compensation for furnishing all materials, performing all work, and
fulfilling all obligations hereunder. Such compensation shall cover all expenses, losses,
damages, and consequences arising out of the nature of work during its progress or prior to its
acceptance including those for well and faithfully completing the work and the whole thereof in
the manner and time specified in the Project Documents; and also including those arising from
actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of
the work, suspension or discontinuance of the work, and all other unknowns or risks of any
description connected with the work.
3.Completion of Work.
a.Contractor shall perform and complete all work within five (5) working
days from the date of commencement specified in the Notice to Proceed, and shall provide,
furnish and pay for all the labor, materials, necessary tools, expendable equipment, and all
taxes, utility and transportation services required for construction of the Project.
b.All work shall be performed and completed in a good workmanlike
manner in strict accordance with the drawings, specifications and all provisions of this
Page 2
Agreement as hereinabove defined and in accordance with applicable laws, codes, regulations,
ordinances and any other legal requirements governing the Project.
c.Contractor shall not be excused with respect to the failure to so comply by
any act or omission of the City, the Director of Public Works, the City Engineer, a City inspector,
or a representative of any of them, unless such act or omission actually prevents the Contractor
from fully complying with the requirements of the Project Documents, and unless the Contractor
protests at the time of such alleged prevention that the act or omission is preventing the
Contractor from fully complying with the Project Documents. Such protest shall not be effective
unless reduced to writing and filed with the City within three (3) working days of the date of
occurrence of the act or omission preventing the Contractor from fully complying with the Project
Documents.
4.Changes to Work. City and Contractor agree that the City may make changes to
the work, or suspend the work, and no matter how many changes, such changes or
suspensions are within the contemplation of the Contractor and City and will not be a basis for a
compensable delay claim against the City nor be the basis for a liquidated damages claims
against the Contractor.
Any change to the work shall be by way of a written instrument (“change order”) signed
by the City and the Contractor, stating their agreement to the following:
a. The scope of the change in the work;
b. The amount of the adjustment to the contract price; and
c. The extent of the adjustment to the Schedule of Performance.
The Director of Public Works is authorized to sign any change order provided that
sufficient contingency funds are available in the City’s approved budget for the Project. All
change in the work authorized by the change order shall be performed under the applicable
conditions of the Project Documents. City and Contractor shall negotiate in good faith and as
expeditiously as possible the appropriate adjustments for such changes.
5.Bonds.Contractor shall provide, before commencing work, a Faithful
Performance Bond and a Labor and Material Bond, each for one-hundred percent (100%) of the
contract price in the form that complies with the Project Documents and is satisfactory to the
City Attorney.
6.Non-Assignability. Neither this Agreement nor any rights, title, interest, duties or
obligations under this Agreement may be assigned, transferred, conveyed or otherwise
disposed of by Contractor without the prior written consent of City.
7.Licenses. Contractor represents and warrants to City that it holds the
contractor’s license or licenses set forth in the Project Documents, is registered with the
Department of Industrial Relations pursuant to Labor Code Section 1725.5, and holds such
other licenses, permits, qualifications, insurance and approvals of whatsoever nature, which are
legally required of Contractor. Contractor represents and warrants to City that Contractor shall,
at its sole cost and expense, keep in effect or obtain at all times during the term of this
Agreement, any licenses, permits, insurance and approvals which are legally required of
Page 3
Contractor to practice its profession. Contractor shall maintain a City of Lake Elsinore business
license.
8.Indemnity. Contractor shall indemnify, defend, and hold harmless the City and its
officials, officers, employees, agents, and volunteers from and against any and all losses,
liability, claims, suits, actions, damages, and causes of action arising out of any personal injury,
bodily injury, loss of life, or damage to property, or any violation of any federal, state, or
municipal law or ordinance, to the extent caused, in whole or in part, by the willful misconduct or
negligent acts or omissions of Contractor or its employees, subcontractors, or agents, by acts
for which they could be held strictly liable, or by the quality or character of their work. The
foregoing obligation of Contractor shall not apply when (1) the injury, loss of life, damage to
property, or violation of law arises from the sole negligence or willful misconduct of the City or its
officers, employees, agents, or volunteers and (2) the actions of Contractor or its employees,
subcontractor, or agents have contributed in no part to the injury, loss of life, damage to
property, or violation of law. It is understood that the duty of Contractor to indemnify and hold
harmless includes the duty to defend as set forth in Section 2778 of the California Civil Code.
Acceptance by City of insurance certificates and endorsements required under this Agreement
does not relieve Contractor from liability under this indemnification and hold harmless clause.
This indemnification and hold harmless clause shall apply to any damages or claims for
damages whether or not such insurance policies shall have been determined to apply. By
execution of this Agreement, Contractor acknowledges and agrees to the provisions of this
Section and that it is a material element of consideration.
9.Insurance Requirements.
a.Insurance. Contractor, at Contractor’s own cost and expense, shall
procure and maintain, for the duration of the Agreement, unless modified by the City’s Risk
Manager, the following insurance policies.
i.Workers’ Compensation Coverage. Contractor shall maintain
Workers’ Compensation Insurance and Employer’s Liability Insurance for his/her
employees in accordance with the laws of the State of California. In addition, Contractor
shall require each subcontractor to similarly maintain Workers’ Compensation Insurance
and Employer’s Liability Insurance in accordance with the laws of the State of California
for all of the subcontractor’s employees. Any notice of cancellation or non-renewal of all
Workers’ Compensation policies must be received by the City at least thirty (30) days
prior to such change. The insurer shall agree to waive all rights of subrogation against
City, its officers, agents, employees and volunteers for losses arising from work
performed by Contractor for City. In the event that Contractor is exempt from Worker’s
Compensation Insurance and Employer’s Liability Insurance for his/her employees in
accordance with the laws of the State of California, Contractor shall submit to the City a
Certificate of Exemption from Workers Compensation Insurance in a form approved by
the City Attorney.
ii.Commercial General Liability Coverage. Contractor shall maintain
commercial general liability insurance in an amount not less than one million dollars
($1,000,000) per occurrence for bodily injury, personal injury and property damage. If a
commercial general liability insurance form or other form with a general aggregate limit is
used, either the general aggregate limit shall apply separately to the work to be
performed under this Agreement or the general aggregate limit shall be at least twice the
required occurrence limit. Required commercial general liability coverage shall be at
Page 4
least as broad as Insurance Services Office Commercial General Liability occurrence
form CG 0001 (ed. 11/88) or Insurance Services Office form number GL 0002 (ed. 1/73)
covering comprehensive General Liability and Insurance Services Office form number
GL 0404 covering Broad Form Comprehensive General Liability. No endorsement may
be attached limiting the coverage.
iii.Automobile Liability Coverage. Contractor shall maintain
automobile liability insurance covering bodily injury and property damage for all activities
of the Contractor arising out of or in connection with the work to be performed under this
Agreement, including coverage for owned, hired and non-owned vehicles, in an amount
of not less than one million dollars ($1,000,000) combined single limit for each
occurrence. Automobile liability coverage must be at least as broad as Insurance
Services Office Automobile Liability form CA 0001 (ed. 12/90) Code 1 (“any auto”). No
endorsement may be attached limiting the coverage.
iv.Builder’s Risk Coverage. Prior to the commencement of any
construction of the Project, Contractor shall obtain (or cause to be obtained) and keep in
force during the term of any construction, builder’s risk insurance insuring for all risks of
physical loss of or damage (excluding the perils of earthquake and flood).
v.Professional Liability Coverage [if applicable]. Contractor shall
maintain professional errors and omissions liability insurance appropriate for
Contractor’s profession for protection against claims alleging negligent acts, errors or
omissions, which may arise from Contractor’s services under this Agreement, whether
such services are provided by the Contractor or by its employees, subcontractors, or sub
consultants. The amount of this insurance shall not be less than one million dollars
($1,000,000) on a claims-made annual aggregate basis, or a combined single limit per
occurrence basis.
b.Endorsements. Each general commercial liability and automobile liability
insurance policy shall be with insurers possessing a Best’s rating of no less than A:VII
and shall be endorsed with the following specific language:
i.The City, its elected or appointed officers, officials, employees,
agents and volunteers are to be covered as additional insured with respect to liability
arising out of work performed by or on behalf of the Contractor, including materials, parts
or equipment furnished in connection with such work or operations.
ii.This policy shall be considered primary insurance as respects the
City, its elected or appointed officers, officials, employees, agents and volunteers.
Any insurance maintained by the City, including any self-insured retention the City may
have shall be considered excess insurance only and shall not contribute with it.
iii.This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with respect to the limits of
liability of the insuring company.
iv.The insurer waives all rights of subrogation against the City, its
elected or appointed officers, officials, employees or agents.
Page 5
v.Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its elected or appointed officers, officials,
employees, agents or volunteers.
vi.The insurance provided by this Policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits except after thirty (30) days written
notice has been received by the City.
c.Deductibles and Self-Insured Retentions. Any deductibles or self-insured
retentions must be declared to and approved by the City. At the City’s option, Contractor shall
demonstrate financial capability for payment of such deductibles or self-insured retentions.
d.Certificates of Insurance. Contractor shall provide certificates of
insurance with original endorsements to City as evidence of the insurance coverage required
herein. Certificates of such insurance shall be filed with the City on or before commencement of
performance of this Agreement. Current certification of insurance shall be kept on file with the
City at all times during the term of this Agreement.
10.Notices. Any notice required to be given under this Agreement shall be in writing
and either served personally or sent prepaid, first class mail. Any such notice shall be
addressed to the other party at the address set forth below. Notice shall be deemed
communicated within 48 hours from the time of mailing if mailed as provided in this section.
If to City:City of Lake Elsinore
Attn: City Manager
130 South Main Street
Lake Elsinore, CA 92530
With a copy to:City of Lake Elsinore
Attn: City Clerk
130 South Main Street
Lake Elsinore, CA 92530
If to Contractor:NPG, Asphalt
Attn: Troy King
1354 Jet Way
Perris, CA 92571
11.Entire Agreement. This Agreement constitutes the complete and exclusive
statement of agreement between the City and Contractor. All prior written and oral
communications, including correspondence, drafts, memoranda, and representations, are
superseded in total by this Agreement.
12.Amendments. This Agreement may be modified or amended only by a written
document executed by both Contractor and City and approved as to form by the City Attorney.
13.Assignment and Subcontracting. Contractor shall be fully responsible to City for
all acts or omissions of any subcontractors. Assignments of any or all rights, duties or
obligations of the Contractor under this Agreement will be permitted only with the express
consent of the City. Nothing in this Agreement shall create any contractual relationship between
City and any subcontractor nor shall it create any obligation on the part of the City to pay or to
Page 6
see to the payment of any monies due to any such subcontractor other than as otherwise is
required by law.
14.Waiver. Waiver of a breach or default under this Agreement shall not constitute
a continuing waiver of a subsequent breach of the same or any other provision under this
Agreement.
15.Severability. If any term or portion of this Agreement is held to be invalid, illegal,
or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this
Agreement shall continue in full force and effect.
16.Controlling Law Venue. This Agreement and all matters relating to it shall be
governed by the laws of the State of California and any action brought relating to this
Agreement shall be held exclusively in a state court in the County of Riverside.
17.Litigation Expenses and Attorneys’ Fees. If either party to this Agreement
commences any legal action against the other party arising out of this Agreement, the prevailing
party shall be entitled to recover its reasonable litigation expenses, including court costs, expert
witness fees, discovery expenses, and attorneys’ fees.
18.Mediation. The parties agree to make a good faith attempt to resolve any
disputes arising out of this Agreement through mediation prior to commencing litigation. The
parties shall mutually agree upon the mediator and share the costs of mediation equally. If the
parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS or its
successor in interest. JAMS shall provide the parties with the names of five qualified mediators.
Each party shall have the option to strike two of the five mediators selected by JAMS and
thereafter the mediator remaining shall hear the dispute. If the dispute remains unresolved after
mediation, either party may commence litigation.
19.Authority to Enter Agreement and Administration. Contractor has all requisite
power and authority to conduct its business and to execute, deliver, and perform the
Agreement. Each party warrants that the individuals who have signed this Agreement have the
legal power, right, and authority to make this Agreement and to bind each respective party. The
City Manager is authorized to enter into an amendment or otherwise take action on behalf of the
City to make the following modifications to the Agreement: (a) a name change; (b) grant
extensions of time; (c) non-monetary changes in the scope of services; and/or (d) suspend or
terminate the Agreement. The Director of Public Works shall act as the Project administrator on
behalf of the City.
20.Prohibited Interests. Contractor maintains and warrants that it has not employed
nor retained any company or person, other than a bona fide employee working solely for
Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid
nor has it agreed to pay any company or person, other than a bona fide employee working
solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other
consideration contingent upon or resulting from the award or making of this Agreement. For
breach or violation of this warranty, City shall have the right to rescind this Agreement without
liability. For the term of this Agreement, no member, officer or employee of City, during the term
of his or her service with City, shall have any direct interest in this Agreement, or obtain any
present or anticipated material benefit arising therefrom.
Page 7
21.Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee or
applicant for employment because of race, religion, color, national origin, handicap, ancestry,
sex or age. Such non-discrimination shall include, but not be limited to, all activities related to
initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff
or termination.
22.Prevailing Wages.
a.Contractor and all subcontractors shall adhere to the general prevailing
rate of per diem wages as determined and as published by the State Director of the Department
of Industrial Relations pursuant to Labor Code Sections 1770, 1773, and 1773.2. Copies of
these rates and the latest revisions thereto are on file in the office of the City Clerk of the City of
Lake Elsinore and are available for review upon request.
b.Contractor's attention is directed to the provisions of Labor Code Sections
1774, 1775, 1776, 1777.5 and 1777.6. Contractor shall comply with the provisions of these
Sections. The statutory provisions for penalties for failure to comply with the State's wage and
the hours laws will be enforced.
c.Labor Code Sections 1774 and 1775 require the Contractor and all
subcontractors to pay not less than the prevailing wage rates to all workmen employed in the
execution of the contract and specify forfeitures and penalties for failure to do so. The minimum
wages to be paid are those determined by the State Director of the Department of Industrial
Relations. Labor Code Section 1776 requires the Contractor and all subcontractors to keep
accurate payroll records, specifies the contents thereof, their inspection and duplication
procedures and certain notices required of the Contractor pertaining to their location. The
statutory penalties for failure to pay prevailing wages will be enforced. If the Project has been
awarded to Contractor on or after April 1, 2015, Contractor and its subcontractors must furnish
electronic certified payroll records to the Labor Commissioner. Beginning January 1, 2016,
Contractor and its subcontractors must furnish electronic certified payroll records to the Labor
Commissioner without regard to when the Project was awarded to Contractor.
d.Labor Code Section 1777.5 requires Contractor or subcontractor
employing tradesmen in any apprenticeable occupation to apply to the Joint Apprenticeship
Committee nearest the site of the public works project, which administers the apprenticeship
program in that trade for a certificate of approval. The certificate will also fix the ratio of
apprentices to journeymen to be used in the performance of the Agreement. The Contractor is
required to make contributions to funds established for the administration of apprenticeship
programs if the Contractor employs registered apprentices or journeymen in any apprenticeable
trade and if other contractors on the public works site are making such contributions.
Information relative to apprenticeship standards, contributions, wage schedules and other
requirements may be obtained from the State Director of Industrial Relations or from the
Division of Apprenticeship Standards. Labor Code Section 1777.6 provides that it shall be
unlawful to refuse to accept otherwise qualified employees as registered apprentices solely on
the grounds of race, religious creed, color, national origin, ancestry, sex, or age.
e.Eight hours labor constitutes a legal day's work, as set forth in Labor
Code Section 1810.
Page 8
23.Execution. This Agreement may be executed in several counterparts, each of
which shall constitute one and the same instrument and shall become binding upon the parties
when at least one copy hereof shall have been signed by both parties hereto. In approving this
Agreement, it shall not be necessary to produce or account for more than one such counterpart.
[Signatures on next page]
Page 9
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on
the date first written above.
“CITY”
CITY OF LAKE ELSINORE, a municipal
corporation
Grant Yates, City Manager
ATTEST:
City Clerk
APPROVED AS TO FORM:
City Attorney
“CONTRACTOR”
NPG, Asphalt, a California Corporation
("Contractor").
By:Jeff Nelson
Its:_____________________
By:_____________________
Its:_____________________
PH. (760) 320-9600 Desert Division
PH. (951) 940-0200
FAX (951) 940-9192
We Handle All Phases of Asphalt
HOA Specialist
"Where Integrity & Quality Counts"
ESTIMATE TO (Client)
City of Lake Elsinore
521 North Langstaff
Lake Elsinore, CA 92530
P&I nor, TRA
ASPHALT
523 Y C LARK$ ❑PFART:ti_',
EKE ._�`t� ar�;FF
htIFS. rq
- DATE:
PROJECT:
�;. LOCATION:
4/10/17
Street Repairs
55-15360
NPG ASPHALT
1354 Jet Way
Perris, CA 92571
Cont. Lic. #664779
www.npgasphaIt.com
Cal Fire/Elsinore Station #10
410 W. Graham Avenue
Lake Elsinore, CA 92530
Attention: Julian Perez
Phone: 951-674-5170 Fax: 951-471-1251 E-mail: iperez@Iake-elsinore.ora _ Estimator: TK/MSF. _
NELSON PAVING & SEALING (hereinafter called Contractor) quotes the following estimate to Client for furnishing the materials, labor and performing the
work hereinafter specified, subject to the terms and conditions hereinafter set forth on reverse side of estimate.
REMOVE & REPLACE
1. Remove 51 In. ft. of 0" curb and 24" gutter, load, haul and dispose of legally offsite.
2. Grade and compact native soil as needed in order to place base / concrete material in area approx. 51 In. ft.
3. Furnish and place 51 In. ft. of 0" curb and 24" gutter.
4. Remove 1,648 sq. ft. at 8-10" thick of asphalt, load, haul, and dispose of legally offsite
5. Grade and compact native soil as needed in order to place base / asphalt material in area approx. 1,648 sq. ft.
6. Place approx. 1,648 sq. ft. of SS -1H material (binder) prior to placement of asphalt material.
7. Place 8-10" of PG 64-10 asphalt material in order to pave 1 area totaling approx. 1,648 sq. ft. Roll and compact.
8. Mill out 2,884 sq. ft. at 2" thick of asphalt, load, haul, and dispose of legally offsite.
ASPHALT OVERLAY
9. Clean existing asphalt paving as needed prior to placement of asphalt overlay.
10. Place 2,884 sq. ft. of SS -111 material (binder) prior to placement of asphalt material.
11. Furnish and place 2" of PG 64-10 asphalt material in order to construct 1 asphalt overlay
totaling approx. 2,884 sq. ft. Roll and compact.
STRIPING
12. Stripe project per existing layout with 103 In. ft. of double yellow line, 88 In. ft. of 12" white
thermoplastic line, and 2 8 -foot thermoplastic "KEEP CLEAR" stencils.
13. Install 8 yellow reflective pavement markers.
Items1-13......................................................................................................................$44,000.00
***Price is valid through May 31st, 2017
**Note: Project will be completed in 1 move -in.
**Note: Price includes prevailing wages.
**EXCLUSIONS: Permits, compaction & soil testing, SWPPS, adjusting utilities & manholes,
traffic control plans, slurry seal and night & weekend work.
PRICE TO BE DETERMINDED BY OWNERS OPTIONS AS INITIALED ABOVE
NOTE: UPON ACCEPTANCE OF THIS CONTRACT ALL TERMS, PROVISIONS, AND CONDITIONS AS SET FORTH ON THE REVERSE
SIDE OF THIS CONTRACT SHALL BECOME PART OF THIS CONTRACT.
ACCEPTANCE OF PROP A
Thea a ces, speeiiicativns, and conditions are hereby accepted. You are hereby a orizin G Inc. work as specified above with
paym if 1 upon co on of work. �- ,
�C 4y� ,d�UQGfz�C:
A ed by: Print Name Title th6n2ed Signa Date
_z
JJ cn
n Y 31>
e = ' 7 l
V n r
N W
o g ` n
a 2 ... ... Z
n
W
o m _
V b N
x r y 70
oSo W O x O
allo m m
r
M. rom Mnm 13
Cl) -63M 0
;u zol -I-Do =!-o >
5 c cnam Ofl< (i
m �N �s may . = m
m -0 s •O -- z :'i •e
- f•i:
m rn� n m .;.
ro
M
Da ZD m�zrI"a y ti
CO)�'v G7n war :.•. `
-I x W QMH ••} •.::•3 .
z 0 a >m
a•: :•+•:�:•:..
< pox O-4 pzr
OM r 0
mtn Nv Om�
v -<m m� mm
CO) =m !a DQ
a cn o to a o
r �O >V) mz '': :.r:: rs.:'1• Y:''.
mz Mm
rc0 C—rI(7
O ZD ZO
`d G) r G)>
ON =aa O� �•..
3 T W �-� M
m xA 0
z1 0A =-n z� i..
3 3c Qm wa '' '• ..
m rnm x =�'
N am NZ m� is%•• '4
4
r i '0D O7z :•'. C —L
-+ x� a�r
�m ���'
O
70 n
r ;rnn :; :::;r ZN0 .
D A. m amOC =
mem �_I, �Z0 �' ( rc
mem i.l= ¢rte •..::_:........ ! Q°�o
r�r rn—"i I ::I.:>;.
Cl) Cf)o=o) Z -M # �z
�D� _,- �N� ! nv
0>
CA _I- czM m�
D r
�z
;° m z -Di X=D mci
wmOrnr'(A Z=
-•�
o Z M T