Loading...
HomeMy WebLinkAbout14-Development Services -~,.~" ... 'OF' -- -""'1"_"'0,.___.0-' -'-""O_,~~7~" - n "C'-'.=f':F?8~~ ORIGINAL CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: James Funk Subject: Resolution Ratifying Contract Change Order No. One with Guzman Construction Company for Storm Drain Improvements in Rialto Avenue from Rancho Avenue to Pennsylvania Avenue (SD04- 09), Per Plan No. 10311 and installation of Palm Avenue Storm Drain and Catch Basin, per Plan No. 10311 under emergency contract provisions of the Public Contract Code. Date: February 15, 2005 Dept: Development Services File No: 4.7255 MCC Date: February 22, 2005 Synopsis of Previous Council Action: 07/02 09/03 09/04 10/04/04 02/07/05 Approved 2002/2003 CIP. Rialto Avenue Storm Drain at Rancho Avenue. Approved 2003/2004 CIP. (SD04-09) Rialto Avenue Storm Drain. Approved 2004/2005 CIP. (SD04-09) Rialto Avenue Storm Drain. Resolution 2004-309 awarded contract to Guzman Construction Company for Storm Drain Improvements in Rialto Avenue and from Rancho Avenue to Pennsylvania Avenue (SD04-09), per Plan No. 10311. Approved Contract Change Order No. One with Guzman Construction Company for Storm Drain Improvements in Rialto Avenue from Rancho Avenue to Pennsylvania Avenue (SD04-09), per Plan No. 10311 and installation of Palm Avenue Storm Drain and Catch Basin, per Plan No. 10311. Recommended motion: That said Resolution be adopted. 20168). (4/5ths vote of Council Required by Public Contract Code Section ~r~ James Funk Mark Lancaster, Deputy Dir.lCity Engineer Contact person: Michael D. Wolff. Construction Emrineer Phone: 384-3305 Supporting data attached: StaffRe,port. CCO #1 Ward(s): 3 FUNDING REQUIREMENTS: Amount: $88.000.00 Source: (Acct. No.) 248-368-5504-7255 Acct. Description: SD04-09 Rialto Avenue Storm Drain Finance: Co..eg N_'#"..;: 'DS oUt) 75-0262 Agenda Item No. J../ dJ /05 I~ l I ~" c'"""_'"T-C- - - eu C_ .e - -. .- CITY OF SAN BERNARDINO ~UEST FOR COUNCIL ACTION Staff eport Subiect: Resolution ratifying Contract Change Order No. One with Guzman Construction Company for Storm Drain Improvements in RiaIto Avenue from Rancho Avenue to Pennsylvania Avenue (SD04-09), per Plan No. 10311 and installation of Palm Avenue Storm Drain and Catch Basin, per Plan No.10311 under emergency contract provisions of the Public Contract Code. Backe:round: On February 7, 2005, the Mayor and Common Council approved Contract Change Order No. One with Guzman Construction Company for Storm Drain Improvements in Rialto Avenue from Rancho Avenue to Pennsylvania Avenue (SD04-09) and installation of a catch basin and 24" diameter storm drain lateral on the east side of Palm Avenue approximately 500 feet north of Kendall Drive. This action will ratify the same contract change order, but pursuant to the emergency contract provisions of the California Public Contract Code. The City Engineer believes that the Palm A venue storm drain and catch basin are necessary to eliminate an emergency drainage problem at the Verdemont Fire Station construction site on Palm Avenue. In recent heavy rainstorms, the storm water volume flowing down Palm Avenue was great enough to crest over the existing 6-inch curb and flood the fire station construction site. As part of the fire station construction project, the curb is being reconstructed to 8-inches in height. The storm drain and catch basin in Palm Avenue is required to give additional protection from high volume storm flow along Palm Avenue. A competitive solicitation for bids will cause a minimum eight-week delay before construction of the storm drain and catch basin can begin. More heavy rain storms are predicted to occur during the next eight weeks, which will likely cause additional damage to construction and delay the opening of the Verdemont Fire Station unless the Palm Avenue storm drain and catch basin are constructed before more heavy rain storms occur. The finished pad elevation of the fire station is above the 100-year flood elevation of Cable Creek. Since Guzman Construction is currently on standby for the Rialto Avenue Storm Drain, they have agreed to waive additional standby delay costs in exchange for installing the Palm A venue storm drain and catch basin. Financial Impact: There is no new financial impact with this action to ratify the same change order. The same Financial Impact information provided at the February 7, 2005 Council meeting is repeated here. Contract Change Order No. One to Guzman Construction is for the total amount of $96,970.80. This change order includes additional costs in the amount of $47,970.80 for the Rialto Avenue Storm Drain project and $49,000.00 of costs for the Palm A venue Storm Drain and Catch Basin. The total budget approved to date for the Rialto Avenue Storm Drain project is $131,700.00. Staff has determined that this existing budget can be used to cover $11,078.80 of the Contract Change Order No. One costs. A budget amendment is needed to appropriate an additional $39,000.00 from available fund balance in the Storm Drain Fond to cover the remaining balance of the Contract Change Order No. One costs for the Rialto Avenue Storm Drain project. 2 'W'""'C' C ."...... ..~-,.......~~..~.~.......,. ....T .... --.,.--- CITY OF SAN BERNARDINO REOUEST FOR COUNCIL ACTION Staff Report (Continued) The portion of the Contract Change Order No. One costs for the Palm Avenue Storm Drain and Catch Basin is $49,000.00. This is a new project so therefore a budget amendment was needed to appropriate the full $49,000.00 needed for this project. The necessary budget amendment was approved at the 2/7/05 Council meeting. Recommendation: Approve Motion: That said Resolution be adopted. (4/5th vote of Council Required by Public Contract Code Section 20168). 3 0 1 2 3 4 5 6 7 - o RESOLUTION NO. ro flf RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO RATIFYING CONTRACT CHANGE ORDER NO. ONE ISSUED TO GUZMAN CONSTRUCTION COMPANY FOR STORM DRAIN IMPROVEMENTS IN RIALTO AVENUE FROM RANCHO AVENUE TO PENNSYLVANIA AVENUE (SOO4- 09) AND INSTALLATION OF PALM AVENUE CATCH BASIN AND STORM DRAIN PER PLAN NO. 10311, UNDER EMERGENCY CONTRACT PROVISIONS OF THE PUBLIC CONTRACT CODE. WHEREAS, recent heavy rain stonns have caused stonn water flowing down Palm Avenue to crest the existing 6-in~h curb and flood the Verdemont Fire Station construction site; 8 and 9 WHEREAS, an emergency exists such that the Palm Avenue stonn drain and catch basin 10 are needed to protect the Verdemont Fire Station Construction site from additional stonn water 11 flooding; and 12 WHEREAS, a competitive solicitation for bids will cause a minimum eight week delay 13 before construction of the Palm Avenue stonn drain and catch basin can begin; and 14 WHEREAS, more heavy rain stonns are predicted to occur during the next eight weeks 15 which will likely cause additional damage to construction and delay the opening of the 16 Verdemont Fire Station unless the Palm Avenue stonn drain and catch basin are constructed 17 before more heavy rain stonns occur; 18 NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND COMMON 19 COUNCIL OF THE CITY OF SAN BERNARDINO, AS FOLLOWS: 20 Section 1. Pursuant to California Public Contract Code Section 20168, the Mayor 21 and Common Council declare, based on the above-referenced recitals, that an emergency exists 22 and that the public interest and necessity demand the immediate expenditure of public money to 23 safeguard life, health, or property. 24 Section 2. Pursuant to California Public Contract Code Section 22050, the Mayor 25 and Common Council find, based on the above-referenced recitals, that the emergency will not 26 permit a delay resulting from a competitive solicitation for bids, and that this action is necessary 27 to respond to the emergency. No ~ It{ ~fJ~/D5 28 III HFJaclGuzmlllChangeOrderl-PIanI0311 1 _c_~,c 0 1 2 3 4 5 6 7 8 9 10 11 e e c C'~~~'C'~'c"",,~ .~ TPr" RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF mE CITY OF SAN BERNARDINO RATIFYING CONTRACT CHANGE ORDER NO. ONE ISSUED TO GUZMAN CONSTRUCTION COMPANY FOR STORM DRAIN IMPROVEMENTS IN RIALTO AVENUE FROM RANCHO AVENUE TO PENNSYLVANIA AVENUE (SD04- 09) AND INSTALLATION OF PALM AVENUE CATCH BASIN AND STORM DRAIN PER PLAN NO. 10311, UNDER EMERGENCY CONTRACT PROVISIONS OF THE PUBLIC CONTRACT CODE. Section 3. Pursuant to California Public Contract Code Sections 20168 and 22050, the Mayor and Common Council hereby ratify and authorize the Director of Development Services to execute, Contract Change Order No. One issued to Guzman Construction Company for storm drain improvements in Rialto A venue from Rancho Avenue to Pennsylvania Avenue (SD04-09) and installation of the Palm Avenue catch basin and storm drain per Plan No. 10311, under emergency contract provisions of the Public Contract Code. 12 1// 13 /1/ 14 1// 15 /1/ 16 1// 17 1// 18 1// 19 /1/ 20 1// 21 1// 22 /1/ 23 /1/ 24 1// 25 1// 26 /1/ 27 /1/ 28 HFJ8<:IGuZIII8DChangeOrderl.PIan 1 0311 2 o e e ".- "" -" 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO RATIFYING CONTRACT CHANGE ORDER NO. ONE ISSUED TO 2 GUZMAN CONSTRUCTION COMPANY FOR STORM DRAIN IMPROVEMENTS IN RIALTO AVENUE FROM RANCHO AVENUE TO PENNSYLVANIA AVENUE (SD04- 3 09) AND INSTALLATION OF PALM AVENUE CATCH BASIN AND STORM DRAIN PER PLAN NO. 10311, UNDER EMERGENCY CONTRACT PROVISIONS OF THE 4 PUBLIC CONTRACT CODE. 5 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and 6 Common Council of the City of San Bernardino at a meeting thereof, held on the 7 8 day of , 2005, by the following vote, to wit: 9 Council Members: AYES NAYS ABSTAIN ABSENT 10 ESTRADA 11 LONGVILLE 12 MCGINNIS 13 DERRY 14 KELLEY 15 JOHNSON 16 McCAMMACK 17 18 City Clerk day of ,2005. 19 20 21 22 The foregoing resolution is hereby approved this Judith Valles, Mayor City of San Bernardino Approved as to 23 Form and legal content: 24 JAMES F. PENMAN, City Attorney 25 26 27 28 HElaclGuzmanChangeOrderl-Plan 1 0311 3 o f.e e -"..' ....>.,.~p... DEVELOPMENT SERVICES DEPARTMENT 300 North "0" Street. San Bernardino. CA 92418-0001 Planning & Building 909.384.5057 . Fax: 909.384.5080 Public WorksJEngineering 909.384.5111 . Fax: 909.384.5155 www.sbcity.org 100 CONTRACT CHANGE ORDER NO. ONE ... FILE NO. 4.7255 W.O. #7255 DATE: FEBRUARY 7, 2005 PROJECT: STORM DRAIN IMPROVEMENTS PROJECT IN RIAL TO A VENUE FROM RANCHO A VENUE TO PENNSYLVANIA AVE (SOO4-09) PER PLAN NO. 1-311. TO: GUZMAN CONSTRUCTION 1264 S. Waterman Avenue San Bernardino, CA 92408 GENTLEMEN: You are hereby compensated for performing the additional work as follows: ITEM NO: QTY DESCRIPTION OF CHANGE UNIT COST COST 1-1 L.S. Additional Utility Potholing $ $ 1,397.78 1-2 23 days Standby for Utility Relocation S 2,032.74 $ 46,573.02 (ner dav) 1-3 L.S. Install Storm Drain System for Palm $ $ 49,000.00 A venue Fire Station Total Cost For Contract Change Order # I $ 96,970.80 Justification Additioaal Utility PotboUnI During construction, two utilities were discovered (Riverside Water and Verizon). The 1-1 utility location was not provided during the design phase. It was necessary for the contractor to provide additional potholing during construction to determine the elevation of these utilities. I Standby for Utility Relocation 1-2 After construction began, a 9OO-pair Verizon cable was determined to be in conflict with .. the storm drain. The contractor was required to maintain his trench, shoring and traffic control for 23 days until Verizon can relocate the cable. Install Storm Drain System for Pabn Avenue Fire Station 1-3 The storm drain is required to eliminate flooding of the Palm Avenue Fire Station site. I o :.- e <CeC _cucT 'C'C.~~,.,~.uu.'_ . ". Change Order No. One STORM DRAIN IMPROVEMENTS PROJECT IN RIAL TO A VENUE FROM RANCHO A VENUE TO PENNSYL V ANlA AVE (SOO4-09) PER PLAN NO. 1-311. Snl!\IARY OF CONTRACT COSTS: The estimated revised contract cost is as follows: Original bid amount......................................... ... ..... .................. ... . .. ...... S Contract Change Order No. One ................................................................ $ Revised Construction Contract Cost. . .. . .. . .. . .. . .. . . .. .. . . . . . . . . . . . . . .. .. . . .. . . . .. . . . . . . . . . . .. $ Additional time to complete contract due to this change order.............................. 90 days This change order represents 130 % ofthe original contract amount. GUZMAN CONSTRUCTION COMPANY CITY OF SAN BERNARDINO DEVELOPMENT SERVICES Approved Accepted By: By: 74,090.00 96,970.80 171,060.80 JAMES FUNK Director of Development Services Title: Date: Date: APPROVAL BY CITY COUNCIL Item No. Approval Date: Februarv 7. 2005 2 - ~'""" .--' .," CllaR.I"O. IIIBE 11611D015 CA Lie. 1724114 CIas A PROPOSAL January 31, 200S City of San Bernardino Development Services Department 300 N. "0" Street San Bernardino, CA 92418 ATI'N: Mike WoltT RE: Stonn Drain Installation on Palm north of Fire Station " Below is our cost estimate for the Installation of24" R.C.P., Catch Basin and Local Depression. Cost includes Demo, Dump Fees, Mobilization, installing Asphalt, Equipment, Labor & Material and Traffic Control. Total cost: S 49,000.00 Guzman Construction always pays their employees prevailing wage with City projects. If you have any questions feel free to contact me at (909) 190-99751 ~ e 1264 South Waterman Ave., Suite 3. San Bernardino, CA 92408 Phone: (909) 890-9975 . Fax: (909) 890-9965 ___..II; ftll,.........".."'ttal..rthllnlr .... ..-- O~W.._. __ .IIC.'.. ~.lRlf'f(f'"ffl. MBE 11110011 CA Lie. #724114 CIaa A INVOICE January 31, 2005 City of San Bernardino Development Services Department 300 N. "0" Street San Bernardino, Ca 92418 ATTN: Mike Wolff RE: Storm Drain Improvement on Rialto Avenue, Plan No. 10311 -- The amount listed below is for Standby time on the above referenced project, due to Verizon lines in conflict. Guzman Construction was directed by the City to pull off the project (memo by Inspector). The City asked Guzman Construction Company to submit a cost for Standby Time. Guzman Construction therefore submitted a cost breakdown letter dated December 31,2004 and submitted the letter to the City at that time. The Standby cost are as follows, $ 2032.74 Per Day. The cost, excluding City holidays and weekends totaling 23 working days. 23 working days x $2,032.74 TOTAL COST: $46,753.02 Should you have any questions feel free to contact me at (9090 890-9975. Thank You, ,/ ~~~~ RalPttGuzman Owner, Guzman Construction Company e 1264 South Waterman Ave., Suite 3. San Bernardino, CA 92408 Phone: (909) 8.9975 · Fax: (909) 890-9965 e-mail: guzmanconst@earthllnk.net \ ~ .". ,mT _m -,,-.- .. """~-"'~ .~.. .,.. '.. ,,"'...,.... .~ ,.,,"= .'". ~.__.."_.."""".~",,,.t- fiVl... ~Q.,.,IIt"'!lQI,' ~~. 'Cl....as"'~S.,j..ilI'.. .. INVOICE January 31, 2005 To: City of San Bernardino Development Services Department 300 N. "0" Street San Bernardino, Ca 92418 MSE .'_'5 CA Lie. 1724684 CIus A e This invoice is for potholing for utilities as directed by the City for the Storm Drain Improvements on Rialto A venue from Rancho to Pennsylvania. Backup for the reports below are included. First report dated December 13,2004 for the amount of $503.11 Second report dated January 28, 2005 for the amount on 894.67 TOTAL AMOUNT DUE: $1,397.78 Should you have any questions feel free to contact me at (909) 890-9975. Thank You, .-, "'.? /~.., ", '. ,," .. i / ,.. ~., .--~ ,,',. ,'~-".~ -~- '-, ~ ..;<~'c_~-:-r::,(>"- ' '-<':-c .-r'" ~- ." (........ ,.., . Ralph Guzman, Owner, Guzman Construction Company e 1264 South Waterman Ave., SUite 3. San Bernardino, CA 92408 Phone: (909) 890-9975 . Fax: (909) 890-9965 ___II. ""71ft.''''''n.t~rthllnk.nel - . ) " . . ~ . ) ~ .0;' c ., ~ I( .. ~ .. C QI i .1 oi ... . .. . . c o .. .. I: OJ 0 ;) 1/ .. .. I N - i - 0 ! 3 ~ I % .. I .. . i :>> · o c . Z ; 5 > ~ 05= ~ ~ ~~feE ~ > ~ II Q III '-. :I 0 ll: 0 II. ll: ~ 2 11/ u .. L c I: .. II: .. I: I: ~ 0 0 'I " ~ , I I , I I I : 0 ! z o .. X ,. o . .. o OJ .. C C I: o 0 .. .. U U c c C I: .. .. X Z o 0 u u I I ~~'lll~. J~lj~ J J I' I H Il~ ~ f;' I I --+-.. r 11- I I' I' - . --.. -- .- - '- ! ; -.. l-+-t- -- f-- ~:! ~ ~ ~ ;)c .- -_. _. -. ~.. ~ I~" r:t r:.' ~{ -. - f--I-. __ __. i \ J: ,;..... o = 0 -_.--- ; l..l;~ . . ~I\M: 0 : ~ : ~ . ~ . ~ . 0&0;0:0: I i I I I I I z 0 j: ~ 1"1 ll: U L ~ 50 ~. III 0'" n OJ - -,", - - I I ~ IfnI I ! ~I C r \r:~'I~: -1. ~ ' L ~ .~! ~_ _ ~ J i :-1 t- ..~ ~ -~ ~ i ~ I tiT<r;;,- -<' iii:-' I ii,',' /:-1-- - i ~.. I I I ~ u ~i ~ ~.ilj ~ lIlil~1 di~ I ~I ~ ~ ~,~~. ~ Irlll, O:z .J," _ I 0 ~o( C.:.!.... !! u z ...--,.. > ..J O.J O~:ii:' ~oo <C u<... ..zz ~ wi ..I 0 III III II( ~ III ~ U - 0( ~ ~ J .. III .: .. 0 z ~ ji J n II( .. I .J Iol X Z U U .. Z Z I:z:Ccl' 00 ~~.. ILII. I: · ... ... ... o - .. ... ... . : :>0 .. lr: lr: II( ;) II( z II: II: .J.:!" 0( 0( o J :I I I !\II j I '\ ~'d /\ J.I ~ II :;-~---_. 0( .. u B III U L .. . IIi ~ > ;) . III Z .. o i Q ;) ----- '" I I I II: II: o J a z 0( . .J 0( i , 11/ ~ ~; ~ ~ 11/ :I '\l ~ ~~\E o z III := ~ ~ I- (\': III \,,. ~ t\1 0( \., .~~ e,~~~ \ ~ ~ I ~ ~~~- I ~~ ~~ I"~I~ ~" g~ . ~ lio ~I"'" LZ ~ ~ ~ 'l1-~~ "'-.- J ~ . .J z ~ 2 - t It ; l&Iu~ f- :: ~ 0 ~ , , . , . .J Z I : 0 i .. i . i i ;) .. , , !:! Q I: . , .. . . ~ . ii . . y I: . . . 0 Q . .. a . I . u I I I I j , i _1'1 ...., O! J J .. o .. .. c .. a ;) i i j , ~ : ~ ., ;;) o ; w c .. ... . 2 III . ~ . o ~ .~"". C = II( III .. ~ - C Cl ~i ~ ~ 4t,i ~ .. .. .. .. .. ~3 8 o z ~ o ~ I.J J J ~ " I< o .. ., .. .. o .. .. ~ a II I I i I <) I z o .. z 3 . .. o .. .. C II .. o 0 .. .. u u ~ c .. I< .. .. z z 3i i ~ g~ ~ 1 ... ~ ~ ..:! I I r j i I I I I I . . .. ~ .. c c a a a 0 .. .. .. .., "" ~ I I I iI -,~~~-- ~ ._~.J-- :~ .. ~J~~ ~ -- .. .J. :t ~ Dc I () ~ i'i"' t':J ~) - p" "" 1\: ~ ~ l~ ..-. I ~.. .... ;)c 01< :l ~- IIC' N f-. '- . r-- --"_ --.. "" oJ C .. o .. . ;) . . I< :) o :I: ;=;i~i;=;!;i;=;i r. I~ I~ I r~[l ~ ~ ~1~ll III ...." -I ~ 'J jljll ~ -r - h ~ .c) ..z a. 0 .... () 01 I:) "" :0 1.IJ"V .lI we ~ .:i \; ~ ~.. g ~.:l !~~- ~ ~ ~.. ~ "'" ... ~"~ ! N ltl- z ~ i~ ~ ; Po. ~ .e,J ~ 1/1( Ix' :1\, )0 c IL II: · or: 5 In ~ ~~ 0 l4 It 0, III Ie ~ ~ I~ r ~ ~ ~~ ~ o III ;0, r ~ ~ SZ j ~ ~ (\" n u ~ o Q v 1- ~ I... I'l N ~ ~, I~~ ": I~ J I~ 11 ~ ~ ~ E~ ~ . r ~~ ~Ir~ i I i ~ ~ g ~ ~ ~ () ~ Is.: t\J t\ I' , I ~ ~ J.:: i I~ I\~~ r. ~ ~ () ~ II ~ . :; ~ .. ii B III U I. .. · i ~ ;) . III Z i g :) lie i << J 0 ~ ~ ..J z ~ !! - t II: ii 1&1 u to- : ~ Q :I .. ~ Q Z C H ,. , , ..' -, "m.,_..'~"~ '~'1 -.). I' I I '\. , I ~J ~ ,I' ~ , ... ~ II \11~ q- \'f) ~ , .......... ! .....; trt t" [~ I I ~ .. .J I.. ~ ill ~ > '. .J o 0 0 C e z z ~ .. 0 ~ ~ u .. .. . .. " .. . ro--, ~ 00 ~ - - < co - - t- It o II. . 1&1 I ! It e : ,; 1ft i ~ . I :, " i : t-i": .J 1 . T <S!"c: L · . 6 · ~ ~ t- l ; :. %. l! U U .. e Z .. ~ .. = . .. e!ofe a . ,.. . . . c z j i : ~ ~ III o U ll: II: ~ 0 U ~ C Q II: Z ~ < Z o .J U ~ ... i ... III III ~ - < ~ J III ..: o z u W II: J o A- lii ~ C 0 ..I W Z Z o 0 L .. ::J ~ ll: lC II: a: C ~ J J # # ~I/ ~I~I 1\ + + )0 j I g i .. I . I ~ I ~ ' I< 0 .. . . .: A : II . o 0 .. ci . II: I: o ~ Q Z ~ II .J ~ \ : j ~ ,I r~\~i i I, S\.~I'\ i ... '! II. ~, ! II: /: o 1';. " .. ~ .~ ~~; ~A ; ~\' \ ~ L( \ I! : ~~~/~ ~ ~..., ~~ i\ ~ ~\ ~ . II., U , ,,~- . "'ltA. ~1I.,rt'II8"IJ~'G'" ~/' "~~'.'ft.""',..,.g .~. MBE "'_" CA Lie. #724114 a.a A December 31, 2004 City of San Bernardino Development Services Department 300 North "D" Street San Bernardino, CA 92418 A TIN: Mike Wolff RE: Stonn Drain Improvements on Rialto Avenue - On December 22, 2004, Guzman Construction was directed by the City of San Bernardino to pull offtbe project due to utility delays. I am submitting a cost breakdown for standby time I cost to remobilize, per your request. Please note that material and supply cost may increase, depending on project return date. Please note prices quoted are for equipment standby time and to remobilize back onto project. SHORING STANDBY COST PER DAY: 5435.98 PER DAY TRAFFIC CONTROL STANDBY COST PER DAY: 5208.38 PER DAY EQUIPMENT STANDBY COST PER DAY: $1,388.38 PER DAY TOTAL STANDBY TIME COST PER DAY: 52,032.74 REMOBILIZATION: $5,000.00 BOND INCREASE: 2.5% Should you have any questions feel free to contact my office at (909) 890-9975 o Thank You, f/_ /~~ RalphGuZrnan Owner, Guzman Construction Company 1264 South Waterman Ave., Suite 3. San Elem8rdlno, CA 92408 Phone: (909) 890-9975 . Fax: (909) 890-9965 ___..II. ..1I.._...........tftilA.rthll"ar _t