HomeMy WebLinkAboutAgr 2011-09-21 (Bay Pacific Pipelines, Inc.)TOWN OF TIBURON
TIBURON, CALIFORNIA
OWNER-CONTRACTOR AGREEMENT FOR THE
DEL MAR VALLEY UTILITY UNDERGROUNDING DISTRICT
THIS OWNER-CONTRACTOR AGREEMENT ("AGREEMENT") is made and entered into this 21 ST- day
of S;Chk~ 60i , 2011, by and between the TOWN OF TIBURON, municipal corporation, 1505 Tiburon
Boulevard, Tiburon, CA 94920, ("Owner") and dAy 1,1,4u;4 -=~C. _ ("Contractor"), whose
principal place of business is ,,2 / A-e44tZv I)vC- _ AV",4 , e,4 9y y 47 .
In consideration of the mutual covenants and agreements set forth herein, Contractor and Owner hereby agree as
follows:
ARTICLE I
CONSTRUCTION
Subject to and in accordance with the terms of this Agreement, the Contractor shall do all the work and furnish
all the labor, services, materials and equipment necessary to construct and complete, in accordance with the
Contract Documents (as hereinafter defined) in a good, workmanlike and substantial manner and to the
satisfaction of the Owner, the Del Mar Valley Utility Undergrounding ("Project") located in Tiburon,
California more particularly depicted on Exhibit A ("the Site"). The Project is that described and reasonably
inferable from the drawings and specifications and documents enumerated in Exhibit B, such construction and
furnishing of labor, services, materials and equipment and the performance of Contractor's other services and
obligations required by the Contract Documents are hereinafter referred to as the "Work." The term "Contract
Documents" shall mean this Agreement, and all of the items enumerated in Exhibit B.
ARTICLE II
PAYMENT
See Section 5-1.7 of the Special Provisions of Contract Documents. Total compensation for the Work shall not
exceed $ 1, 5 V4, 811. 3-o without prior written authorization from the Owner, and will consist of the
Base Bid plus t4
ARTICLE III
TIME FOR PERFORMANCE
Section 3.1 Time of Completion:
See Section 8-1.06 of the Standard Specifications and Section 4 of the Special Provisions.
Section 3.2 Liquidated Damages:
Contractor will pay liquated damages as set forth Section 8-1.07 of the Standard Specifications and Section 4 of
the Special Provisions.
P-25
The Parties acknowledge that time is of the essence in this Agreement and wish to avoid the cost, difficulty and
delay of proving the damages caused by delay. Accordingly, the Parties agree that the Contractor shall pay to the
Town the sum of $1000 per day, for each and every calendar day's delay in finishing the work in excess of the
number of working days prescribed in Section 3.1 hereof.
OWNER CONTRACTOR
ARTICLE IV
PREVAILING WAGES
The general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in
this locality for each craft, classification, or type of workman needed to execute this Agreement is that
ascertained by the Director of the Department of Industrial. Relations of the State of California, copies of which
("Prevailing Rate Schedules") are on file in the Owner's principal office. The Prevailing Rate Schedules shall be
made available to any interested party upon request. The holidays upon which rates shall be paid shall be all
holidays recognized in the collective bargaining agreement applicable to the particular craft, classification or type
of workman employed on the Project. Attention is directed to Section 7-1.01A(2) of the Standard Specifications.
Contract shall forfeit, as a penalty as set forth in California Labor Code §1775, twenty-five dollars ($25.00) for
each calendar day or portion thereof, for each workman paid less than the prevailing rates set forth in the
Prevailing Rates Schedules for any work done by any subcontractor under Contractor.
ARTICLE V
NON-DISCRIMINATION
The Contractor hereby agrees to comply with the provisions contained in Section 5-1.1 of the Contract
Documents.
ARTICLE VI
WORKER'S COMPENSATION INSURANCE
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 Worker's 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 Agreement.
ARTTC'T.F. VTT
CONFLICT
In the event of conflict between the terms of this Agreement and the bid or proposal of said Contractor, then, this
Agreement shall control and nothing herein shall be considered as an acceptance of the terms of the proposal
conflicting herewith.
ARTICLE VIII
EXHIBITS
P-26
This Agreement includes the following Exhibits, which are attached hereto and incorporated herein by reference:
Exhibit A The Site
Exhibit B The Contract Documents
Exhibit C Bid Proposal (P3 - P14)
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the day and year first
hereinabove written.
APPROVED AS TO FORM:
y ~
B C
Town Attorney
CONTRACTOR:
By
T
Its ~
Contractor's License No.
Expiration Date: o>~--
TOWN OF TIBURON
Town 61anager
P-27
EXHIBIT A
The Site
The project site located in the Town of Tiburon, California and known as:
• Hilary Drive - 394 to 664 Hawthorne Drive
• Avenida Mira Flores - 100 to 145 Avenida Mira Flores
• Felipe Court - 1, 3 to 8, 10 Felipe Court
• Geldert Drive - 10 to 144 Geldert Drive
• Geldert Court, 37 to 43 Geldert Court
• Howard Drive - 100 to 110, 1125 1149 116, 118, 120, 122 Howard Drive
• Rowley Circle - 5 to 90 Rowley Circle
• Malvino Court - 2 to 20 Malvin Court
• Wilkins Court - 5 to 10 Wilkins Court
• Harn Court - 111 to 119 Ham Court
• Mark Terrace - 15 to 35 Mark Terrace
• Porto Marino Drive - 125 to 155 Porto Marino Drive
• Noche Vista - 17 to 34 Noche Vista
• Tenaya Drive - 564 to 565 Tenaya Drive
EXHIBIT B
Contract Documents
• Project Plans
• Standard Specifications
• Standard Plans
• Special Provisions
• Proposal and Contract
• Contract bonds(Payment Bond and Performance Bond)
• Any supplemental agreement amending or extending the work
• Any working drawings, sketches, or instruction clarifying or enlarging upon the work specified
• Pertinent portions of any other documents included by reference in the specifications, Standard
Specifications or Plans
P-28
AUG 23 2011 8:47RM HP LRSERJET 3200
TOWN OF TIBURON
DEL MAR VALLEY UNDERGROUND UTILITY DISTRICT
BID PROPOSAL,
P.6
The Contractor agrees to accept payment, in full therefor, at the following prices to wit:
SUMMARY
ITEM
BID
1.
MOBILIZATION
$ 15106060
~
o
2.
TRAFFIC CONTROL
$
31 -7 X
3.
UNDERGROUND JOINT UTILITY SYSTEMS
$ -1166 $ 59
4.
UNDERGROUND UTILITY EARTHWORK
$ / 0
,3D
/ 4; 17
5.
OVEREXCAVATION OF TRENCH
r
-
6.
ROCK EXCAVATION
$
7.
SHORING AND TRENCH SAFETY
$ 04
8.
REMOVE EXISTING STREET LIGHTS
9.
PAVEMENT WORK
10.
CONCRETE WORK
$ L-
11.
STRIPING & PAVEMENT MARKINGS
$ 2j
12.
TYPE "C" RETAINING WALL (UCS DWG #160)
$ Vj6oirl
TOTAL BASE BID
13.
INDIVIDUAL SERVICE CONNECTIONS
(PAID BY PROPERTY OWNERS)
TOTAL ALTERNATIVE BID
Grand Total of Bid items 1 through 13(written)
G iGN1•i~ `S i ,C ~rS xAl r~l G. ri 17V~J/
Note: The Base Bid (Items 1 to 12), calculated In accordance with the Contract Documents, will be used to
determine the lowest bidder.
P-3
$ (numbers)
UNIT EXTENDED
ITEM NO. ITEM DESCRIPTION EST. QTY UNIT PRICE PRICE
f''
~
;f.q~ 7.~
kG•~.:..3,jc.lt t. S'~I
~
,y .F. 1 ~
g'~"`> h j~ ,Y ~f L}I,.~Y -
~A
A}
~Np
~i4
d :
G
y
y
~
-
'
iG'
~ ~
(
r-
a
4;ph d
,
(y~
`
E
~
'
~
j
~
j
~
1[ ice'.a':~.~!'1~!w??Ibz s.'F>~~i"` i~ h, .7= `y ¢.n j"
7 ~°•,i t' -
-
~
.a
p f i i `.,u Y,
2,
Project Wide Traffic Control
1
LS
DC~
SUBTOTAL TRAFFIC CONTROL
gysTftw
4i-4Y _
-
.1 S
_
A.
Underground Electric System (PG&E)
3.
P2 - 2 inch diameter conduit
857
LF
6, Ai0
~80
4.
P4 -4 inch diameter conduit
13,820
LF
/85;0
tw w-
5.
P6 -6 inch diameter conduit
17432
LF
S-00
lql24kt
6.
SV -3 inch diameter conduit
1,236
LF
Q~
OSD~
7.
S3 -3 inch diameter conduit
8,240
LF
-7,604/,01
7
8.
S4 -4 inch diameter conduit
2,998
LF
1 r 5~
'7t
9.
D3 -3 inch diameter conduit
3,237
LF
10.
D4 -4 inch diameter conduit
126
LF
189,00
11.
D6 - 6 inch diameter conduit
3,254
LF
S liceboxes
12.
No 7 Box - 52"x 98"
11
EA
tv / r
650
13.
No 5 Box - 36" x 60"
14
EA
it
14.
No 3 Box - 24" x 36"
1
EA
15.
No 2 Box - 17" x 30"
102
EA
550
CjrO )G~1
16.
No 2 Box - Traffic Rated 17" x 30"
2
EA
OW "
tl
P-4
17.
Transformer Box Type Pad 52" x 50"
1
EA
Cte
g5oad
18.
Transformer Pad 60" x 62" x 18"
3
EA
Q ~
SUBTOTAL UNDERGROUND ELECTRIC SYSTEM PG&E
~'7~ ~7Z g5
B.
Underground Telephone System AT&T)
19.
2 inch diameter conduit
11,372
LF
0-MD
20.
4 inch diameter conduit
28,543
LF
10
S liceboxes
21.
TI Box - 11" x 17"
104
EA
~
3 yo
22.
T2 Box - 17" x 30"
6
EA
rJaO
One
23.
T2F Box - Traffic Rated 17" x 30"
1
EA
24_
T3 Box - 24" x 36"
30
EA
24.
T3F Box - Traffic Rated 24" x 36"
2
EA
l
2 Q
25.
T4 Box - 30" x 48"
3
EA
eI
26.
T8 Box - 48" x 78"
1
EA
l7
`T!
27.
T9 Manhole - 54" x 102"
9
EA
do
/Aw
SUBTOTAL UNDERGROUND TELEPHONE SYSTEM AT&T
/do
C.
Underground Cable Television Comcast
28.
1 inch diameter conduit
2,912
LF
3Z
?3/ •
29.
2 inch diameter conduit
24,553
LF
37
S liceboxes
30.
B-30 TV-Vault - 24" x 13" x 12"D
92
EA
0
31.
B-36 TV-Vault - 30" x 17" x 18"D (Traffi
Rated
4
c
EA
32_
B-48 TV-Vault - 48" x 30" x 12"D
18
EA
I~D
16
33.
Pedestal Pad 48" x 48"
2
EA
SUBTOTAL UNDERGROUND CABLE TELEVISION
COMCAST
Cry
P-5
AUG 23 2011 8:50AM HP LASERJET 3200
P.9
1.
vSi= ~ fi. i'~ 1 1 i iSitl.r.'G - ' r ~ 1 t. f [
! r1. ~ ( 03' Lr' Rly - Y t Me M ~ Y~. i ' ~'yi'1• ` JGf~ ~♦k~~
~
5 x ~ `K art t.,ie~'-~' .'"•3,~i1 ,7~ ~ ` ~Rr ~ IP ,3 3L
I~ ~ d ~ fi^~y
1 ~
i j ! `J
h'
Yi [
r~1~
1 :F r~~a' t
r'2~j
:
..fit .
r!i « IDIIG.. fY•
~ `j.0
~,~t~`;r~,
}
,
r I
a !r
)!1 ~ : 3 li){ r~[~~~ I N{ III 1~JI f`7~~ ! l.lr e ~
trs~, ` r ..e. i u, i iz gt;
(
, a' ~tll+l
i
~
V ~ 1'
illi
~T v"♦~ 9~
~
~~4 J. Jt• t w r, y P~j; J4.
rc
i r:? S. w~ y r" nl~ 'r. dj 1 p,-' grr( r ►a+ Lhkrb''
rR
rt 33.
r ~~'i`.ltl
•
~y
f'ri~ rY/YrYl.~ _ L £CYi.v. •'YIYNr.V{,laa i''G'{ 1
- qa, ~fsrFrl.I~
d;
34.
12" x 35" to 45"
4,830
LF
~
35.
12" x 46" to 57"
1,778
LF
00
40-
e~
36.
18" x 35" to 45"
1,392
LF
10
f/'y
O
3
18" x 46" to 60"
7,594
, LF
38_
18.1 x 61" to 67"
769
LF
I /D3U
~p
SUBTOTAL UTILITY EARTHWORK
, r
Nil
}Yt r~ri c,~ tls, hfjt'r~'"LYt v r ri
e y
t
•
I
a
•f
i 47 Cciit` ..dam
OVEREXCAVATION OF TRENCH DUE TO d~
CXJ
l
~
39. UNSUITABLE BEDDING MATERIAL 9 CY
I >
O
SUBTOTAL OVEREXCAVATION OF TRENCH DUE TO
UNSUITABLE BEDDING MATERIAL
I JI
~
i
F
'
M,
9
F
!
_
!
!~41P~u
S
,if't
Ay._
~.S~t~a
aag~` ,..z, cii?. ~t• N
40. ROCK EXCAVATION REVOCABLE
9 Cy ~j
SUBTOTAL ROCK EXCAVATION (REVOCABLE)
ot 3 75ar
i, d 'r.`JfS tv 'M Y Tl ~$yh f•yti l
y. f „rtt
. ' r4 ~ '~Aicl~•
! .17 1 w 1r~ rV -1~y^,. Ir r .r . •.i'.j
/c I ;FI ~la ,l,rrt .:J
Ply
1!'~0.~~ K. ; 5 ; . A ~ a?+1~1.
t~i
t
-
a
~ s
p 171, ra
.
.
,
#
e
il _I 17jt'{ k F~ S
41. SHORING AND TRENCH SAFETY
1 LS
SUBTOTAL SHORING AND TRENCH SAFETY
DOD'-
~r ;
r 1it.7r,i4
t
F k( , 1 p I
o
T F
42. REMOVE EXISTING STREET LIGHTS
1 LS
SUBTOTAL RE
MOVE EXISTING STREET LIGHTS
18" wide AC patch for main trench and AC
43.
patch for service trench !
420 TON
44.
Not used
-
-
-
-
SUBTOTAL PAVEMENT WORK
P-6
45.
PCC Driveway and Sidewalk
2,680
SF
D °
D
0
Y&O
46.
Concrete Curb & Gutter
340
LF
SUBTOTAL CONCRETE WORK
!5l..~eg
J
- - !r E~~: ~ i~.-.F'3
5
.~t:ll.!]`.I•T1'~ v ...:r t hlw
47.
STRIPING & PAVEMENT MARKING
1
LS 11
Remove Yellow Traffic Stripe and Pavement
op
~D
48.
Markin and Lead Compliance Plan
1
LS 51,
b1 t COD
v 50
`
SUBTOTAL STRIPING & PAVEMENT MARKING
7
jy~, r;~,hf o - i£ •,c #++-I~~NI ~"~ik~~e 1 ~ - - ~-1k f.~ 7i w.i,~ ,,j 7 .$t
~ P "LY .t ~ - - ~ '1 ~'7~1i}.. Y'1.. '~tb r-`^~~~rc.-."~r..a .Y°^ \Jur*AC ~r Y }41~~~p~'f.V ,^i L r'~}•Y ~`^.:I
49.
TYPE "C" RETAINING WALL (UCS DWG
#164
446
LF
ao
~ Q
7', y
SUBTOTAL TYPE "C" RETAINING WALL
?GO~~
TOTAL BASE BID COST =
ISF 1
7J #N M ' :SERVICE ' CON t C"1"' „ { ~ttl? Y PI
"Successful completion of the overall undergrounding project requires that the
individual service connections between the private homes in the District and the public
right of way be relocated underground. This work and payment ("Individual Service
Connections") is the responsibility of the property owners of the District. However, to
facilitate completion of the overall undergrounding project, the Bidder offers to
complete the following work for Individual Service Connections at the prices set forth
below:
• Provide trench from Service Connection Boxes to house electrical panel
location.
• Install vacant conduits (3) for power (3"), telephone (2"), and cable (1") and
pull lines.
• Backfill trench and replace hard surface improvements/landscaping per
original improvements.
Electrical panel modifications, house wall modifications, or any other ancillary work
that may be above and beyond the trench and conduit work described above should not
be included in the bid.
Each property owner shall have the right to accept such offer with respect to their
property at any time prior to commencement of the work on the vublic nroiect in the
P-7
Town's .right of way. If an individual property owner accepts the Contractor's lump sum
price, a separate contract shall be drafted with the property owner and Contractor for the
work to be performed. The Bidder further represents to the Town that in the event that
it becomes necessary for the Town to complete any or all of the Individual Service
Connections, the Bidder will perform said work at the price set forth below.
50.
100 AVENIDA MIRAFLORES
1
LS
51.
106 AVENIDA MIRAFLORES
1
LS
52.
110 AVENIDA MIRAFLORES
1
LS
53.
114 AVENIDA MIRAFLORES
1
LS
54.
115 AVENIDA MIRAFLORES
1
LS
55.
121 AVENIDA MIRAFLORES
1
LS
56.
129 AVENIDA MIRAFLORES
1
LS
57.
132 AVENIDA MIRAFLORES
1
LS
58.
135 AVENIDA MIRAFLORES
1
LS
59.
136 AVENIDA MIRAFLORES
1
LS
60.
137 AVENIDA MIRAFLORES
1
LS
61.
138 AVENIDA MIRAFLORES
1
LS
62.
140 AVENIDA MIRAFLORES
1
LS
63.
141 AVENIDA MIRAFLORES
1
LS
64.
145 AVENIDA MIRAFLORES
1
LS
65.
1 FELIPA CT
1
LS
66.
3 FELIPA CT
1
LS
67.
4 FELIPA CT
1
LS
68.
5 FELIPA CT
1
LS
69.
6 FELIPA CT
1
LS
70.
7 FELIPA CT
1
LS
P-8
71.
8 FELiPA CT
1
LS
72.
10 FELEPA CT
1
LS
73.
10 GELDERT DR
1
LS
74.
15 GELDERT DR
1
LS
75.
20 GELDERT DR
1
LS
76.
25 GELDERT DR
1
LS
77.
30 GELDERT DR
1
LS
78.
35 GELDERT DR
1
LS
79.
37 GELDERT DR
1
LS
80.
39 GELDERT DR
1
LS
81.
40 GELDERT DR
1
LS
82.
41 GELDERT DR
1
LS
83.
43 GELDERT DR
1
LS
84.
45 GELDERT DR
1
LS
85.
55 GELDERT DR
1
LS
86.
60 GELDERT DR
1
LS
87.
70 GELDERT DR
1
LS
88.
75 GELDERT DR
1
LS
89•
80 GELDERT DR
1
LS
90.
85 GELDERT DR
1
LS
91.
90 GELDERT DR
1
LS
92.
95 GELDERT DR
1
LS
93.
100 GELDERT DR
1
LS
94.
105 GELDERT DR
1
LS
95.
110 GELDERT DR
1
LS
P-9
96.
115 GELDERT DR
1
LS
97.
120 GELDERT DR
1
LS
98.
130 GELDERT DR
1
LS
99.
135 GELDERT DR
1
LS
100.
137 GELDERT DR
1
LS
101,
139 GELDERT DR
1
LS
102.
140 GELDERT DR
1
LS
103.
141 GELDERT DR
1
LS
104.
111 HARN CT
1
LS
105.
113 HARN CT
1
LS
106.
115 HARN CT
1
LS
107.
117 HARN CT
1
LS
108.
119 HARK CT
1
LS
109.
394 HILARY DR
1
LS
110.
396 H ILARY DR
1
LS
111.
398 HILARY DR
1
LS
112.
401 HILARY DR
1
LS
113.
402 HILARY DR
1
LS
114.
403 HILARY DR
1
LS
115.
404 HILARY DR
1
LS
116.
405 HILARY DR
1
LS
117.
406 HILARY DR
1
LS
118.
407 HILARY DR
1
LS
119.
408 HILARY DR
1
LS
120.
409 HILARY DR
1
LS
P-10
121.
410 HILARY DR
1
LS
122.
515 HILARY DR
1
LS
123.
525 HILARY DR
1
LS
124.
535 HILARY DR
1
LS
125.
545 HILARY DR
1
LS
126.
555 HILARY DR
1
LS
127.
603 HILARY DR
1
LS
128.
605 HILARY DR
1
LS
129.
640 HILARY DR
1
LS
130.
641 HILARY DR
1
LS
131.
646 HILARY DR
1
LS
132.
647 HILARY DR
1
LS
133,
650 HILARY DR
1
LS
134.
651 HILARY DR
1
LS
135.
653 HILARY DR
1
LS
136.
655 HILARY DR
1
LS
137.
662 HILARY DR
1
LS
138.
664 HILARY DR
1
LS
139.
100 HOWARD DR
1
LS
140•
101 HOWARD DR
1
LS
141.
102 HOWARD DR
1
LS
142.
104 HOWARD DR
1
LS
143.
106 HOWARD DR
1
LS
144.
108 HOWARD DR
1
LS
145.
109 HOWARD DR
1
LS
P-11
146.
110 HOWARD DR
1
LS
147.
112 HOWARD DR
1
LS
148.
114 HOWARD DR
1
LS
149.
116 HOWARD DR
1
LS
150.
118 HOWARD DR
1
LS
151.
120 HOWARD DR
1
LS
152.
122 HOWARD DR
1
LS
153.
2 MALVINO CT
1
LS
154.
4 MALVINO CT
1
LS
155.
6 MALVINO CT
1
LS
156.
8 MALVINO CT
1
LS
157.
12 MALVINO CT
1
LS
158
16 MALVINO CT
1
LS
159.
20 MALVINO CT
1
LS
160.
15 MARK TERRACE
1
LS
161.
16 MARK TERRACE
1
LS
162.
20 MARK TERRACE
1
LS
163.
25 MARK TERRACE
1
LS
164.
29 MARK TERRACE
1
LS
165.
30 MARK TERRACE
1
LS
166.
.31 MARK TERRACE
1
LS
167.
33 MARK TERRACE
1
LS
1
35 MARK TERRACE
1
LS
169.
125 PORTO MARINO DR
1
LS
170.
135 PORTO MARINO DR
1
LS
P-12
171.
140 PORTO MARINO DR
1
LS
172.
144 PORTO MARINO DR
1
LS
173.
145 PORTO MARINO DR
1
LS
174.
150 PORTO MARINO DR
1
LS
175.
155 PORTO MARINO DR
1
LS
176.
160 PORTO MARINO DR
1
LS
177.
186 PORTO MARINO DR
1
LS
178.
5 ROWLEY CIR
1
LS
179.
10 ROWLEY CIR
1
LS
180.
15 ROW LEY CIR
1
LS
181.
20 ROWLEY CIR
1
LS
182.
25 ROWLEY CIR
1
LS
183.
30 ROW LEY CIR
1
LS
184.
35 ROW LEY CIR
1
LS
185.
40 ROWLEY CIR
1
LS
186.
45 ROWLEY CIR
1
LS
187.
50 ROW LEY CIR
1
LS
188.
55 ROWLEY CIR
1
LS
189.
60 ROWLEY CIR
1
LS
190.
65 ROWLEY CIR
1
LS
191.
70 ROWLEY CIR
1
LS
192.
75 ROWLEY CIR
1
LS
193.
80 ROWLEY CIR
1
LS
194.
85 ROWLEY CIR
1
LS
195.
90 ROWLEY CIR
1
LS
P-13
196.
564 TENAYA DR
1
LS
197.
565 TENAYA DR
1
LS
198.
5 WILKINS CT
1
LS
199.
6 WILKINS CT
1
LS
200.
7 WILKINS CT
1
LS
201.
8 WILKINS CT
1
LS
202.
9 WILKINS CT
1
LS
203.
10 WILKINS CT
1
LS
TOTAL FOR INDIVIDUAL SERVICE
CONNECTIONS ITEMS (50) TO (203)
The award of contract, if awarded, shall be based on budget requirements and shall be made to
the lowest responsible responsive bidder based on the base bid amount alone.
By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the
Labor Code which requires every employer to be insured against liability for workmen's compensation or to
undertake self insurance in accordance with the provision of that code, and I will comply with such provisions
before commencing the performance of the work in this proposal and contract.
In the case of any discrepancies between unity prices and totals, the unit price shall prevail.
By my signature hereunder I understand and agree that the quantities of work under each item are approximate
only, being given for a basis of comparison of proposal, and the right is reserved to the Town to increase or
decrease the amount of work under any item as may be required, in accordance with the provisions set forth in
the specification of this contract.
Signature C~?.t,•~ [ C~~-~
Name TifL,J c+'/ ~J
Company ,19-'-/ t
P-14