PRESENTER: Christopher J. Blunk, Deputy Public Works Director / City Engineer

Similar documents
AWARD CONSTRUCTION CONTRACT FOR NAVE DRIVE MULTI USE PATH (MUP) AND ADOPT A RESOLUTION AMENDING CIP BUDGET

Both bids are substantially higher than the engineer s estimate of $362, The attached Bid Abstract shows the bid details.

SAN RAFAEL CITY COUNCIL AGENDA REPORT

PRESENTER: Christopher Blunk, Deputy Public Works Director/City Engineer

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

Petr Skala, Engineer II Christopher J. Blunk, Deputy Public Works Director/City Engineer

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11

CITY OF DEERFIELD BEACH Request for City Commission Agenda

ADDENDUM NO. 1 PUBLIC WORKS CONSTRUCTION PROJECT NO

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221

City of Newnan, Georgia

MVMCC CAPITAL IMPROVEMENT PROGRAM (CIP) UPDATE AND ADOPTING A RESOLUTION APPROVING A MVMCC CAPITAL BUDGET ALLOCATION AMENDMENT

SUBDIVISION IMPROVEMENTS AGREEMENT

SAN RAFAEL CITY COUNCIL AGENDA REPORT

2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction)

DORAN STREET AND BROADWAY/BRAZIL SAFETY AND ACCESS PROJECT PROJECT STUDY REPORT (EQUIVALENT) Appendix I Cost Estimates

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars

CITY ENGINEER'S ESTIMATE ITEM DESCRIPTION UNIT QTY. UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL REMOVALS

BID TABULATION REPORT ABRAM STREET (SH CITY LIMITS) PROJECT No. PWST09016 BID OPENED : April 22, 2014 at 1:30 p.m.

RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO Item Description Est. Qty. Units Unit Price

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

Heather Hafer, Senior Management Analyst Kate Whan, Public Works Administrative Manager SAN PABLO SUBDIVISION LANDSCAPE & LIGHTING DISTRICT A-03

JANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted,

CITY OF CHINO ENGINEERING COST ESTIMATE. Quantity Unit Item Unit Total Cost Price Per Item. LS Traffic Control (5% of construction cost) 5% $

CITY OF NEWCASTLE COUNCIL MEETING CITY HALL COUNCIL CHAMBERS NEWCASTLE WAY, SUITE 200 DECEMBER 18, CALL TO ORDER

I. J~ /.. RrECE~VfEfD 9J7J:. 13~ 7b 1/1~ COUNCIL. ~ 1-j r-(lk. 1 1-'> lft:; WHATCOM COUNTY COUNCIL AGENDA BILL

SAN RAFAEL CITY COUNCIL AGENDA REPORT

PRESENTER: Chris Blunk, Deputy Public Works Director/City Engineer

RECEIVE A REPORT AND APPROVE PROPOSED PUBLIC ENGAGEMENT POLICIES AND PRACTICES FOR THE PUBLIC

CITY OF DEERFIELD BEACH Request for City Commission Agenda

Department of Public Works Engineering

North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL

LETTING : CALL : 056 COUNTIES : MILLE LACS

CITY OF PALM DESERT PUBLIC WORKS DEPARTMENT

(b) Approve a ten percent contingency in the amount of $304,024; and

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number:

Reviax Constracting Corp. DeSantis Construction

Addendum 1 13 TH Street Streetscape. September 1, 2017

BID TABULATION BID REQUEST NO


PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL

SAN RAFAEL CITY COUNCIL AGENDA REPORT

CITY OF SAN MARCOS ENGINEERING DIVISION

Subject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122

Pavlick, Kenneth - DEN Date: :26:57-07'00'

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

Engineer's Preliminary Estimate - 100% Submittal

2. fl Concord REPORT TO MAYOR AND COUNCIL/AGENCY BOARD

MEETING NOTICE. City Council will be held at 5:30 p.m. in the City Council Chambers. located at 305 Third Avenue East.

DOUGLAS S. STACK, DIRECTOR OF PUBLIC WORKS /CITY ENGINEER ADVERTISEMENT FOR BIDS FOR THE MOFFETT DRIVE ( CIP 70224)

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

ADDENDUM No. 1 January 29, Paving Program Village of Milford

Regular. NECESSARY RESOURCES/IMPACTS (OTHER) n/a. Fiscal Impact

LETTER OF INTENT FOR: HERITAGE HILLS COMMUNITY

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD

2011 PUBLIC PARKING LOT & ALLEY IMPROVEMENTS Village of Whitefish Bay Project No March 17, 2011 ITEM DESCRIPTION UNIT QTY.

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

CITY OF SIGNAL HILL Cherry Avenue Signal Hill, CA

Carla Hansen, Management Analyst II Peggy Flynn, Public Communications Coordinator Cathy Capriola, Assistant City Manager

For Reference Only - Not for the Purpose of Bidding BP-1. Azucena Street 30-Inch Sewer Project Job No Solicitation No.

NE WEST KINGSTON ROAD CULVERT REPLACEMENT

County of Sonoma Agenda Item Summary Report

FALCON FIELD RELOCATE PARALLEL TAXIWAY 'E' (B II SM.) ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST

COUNTY OF LOS ANGELES

ENGINEER'S ESTIMATE OF PROBABLE COST CCTA I 680 NORTH EXPRESS LANE PROJECT (SOUTHBOUND ONLY) EA 04 4H % PS&E Submittal

CITY OF ELK GROVE CITY COUNCIL STAFF REPORT

19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown

On-Call Civil Construction Services Project No. MT-GN

Right of Way Permits. Contact Information:

Utility Committee Meeting AGENDA. October 3, 2017

BID TABULATION. Engineer's Estmated Opinion of Costs

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

EST. UNIT UNIT PRICE TOTALS UNIT PRICE TOTALS UNIT PRICE TOTALS UNIT PRICE TOTALS

CANTON COMMUNITY REQUEST FOR BOARD ACTION

33 Ditch Bottom Inlet (DBI) -Type E $ 2, EA - 0 $ - 35 Ditch Bottom Inlet (DBI) -Type H (Modified) $ 5, EA $ 5,600.

SUBJECT: ADOPT RESOLUTIONS TO APPROVE STREET RESURFACING, CITY PROJECT NO :

COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS

OKLAHOMA TURNPIKE AUTHORITY

CITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST

TOWN OF ORANGE BID SPECIFICATION PACKET PAVING WORK BID #PAV2019

CITY OF SAN MATEO REQUEST FOR QUOTES FOR PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY FOR SAN MATEO VILLAGE NEIGHBORHOOD

2014 SEWER REHABILITATION PROJECT. Project #: Bid Date: Tuesday, October 28, 2014

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services

ITEM ESTIMATED UNIT NO. DESCRIPTION QUANTITIES UNIT PRICE AMOUNT 1a COLD MILLING CLASS 3 (Approx.2") 7,386 S.Y. $ $ 1b COLD MILLING CLASS 3 (Approx 3-

ALVAREZ ENGINEERS, INC. July 27, 2017 a) Evaluation Criteria PROJECT: ROADWAY IMPROVEMENTS TO DOLPHIN MALL OUTER RING ROAD for BEACON TRADEPORT COMMUN

City of San Juan Capistrano Agenda Report. Honorable Mayor and Members of the City Council

Christopher Blunk, Deputy Director Public Works/City Engineer. PRESENTER: Christopher Blunk, Deputy Director Public Works/City Engineer

Solicitation No. B RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL. PROPOSAL OF, a corporation a

DENVER INTERNATIONAL AIRPORT BID FORMS. CONTRACT NAME: Rehabilitate East Employee Parking Lot Contract No.: BID LETTER

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT

Owner Phone. Contractor. Address. Type Existing Type Proposed. Type Existing Type Proposed. Length Width Area S.F.

City of Palmer Action Memorandum No

DEPARTMENT OF PUBLIC WORKS BID FORMS FOR

Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements

The bid due date has been changed to 2:50 p.m. May 25, 2018.

Rock Chalk Park - Infrastructure Report. July 2013

Transcription:

G-7 STAFF REPORT MEETING DATE: November 27, 2018 TO: FROM: City Council Petr Skala, Associate Engineer 922 Machin Avenue Novato, CA 94945 415/ 899-8900 FAX 415/ 899-8213 www.novato.org PRESENTER: Christopher J. Blunk, Deputy Public Works Director / City Engineer SUBJECT: ADOPT A RESOLUTION REJECTING A BID PROTEST AND AWARD THE BASE BID PLUS THE ALTERNATE A1 CONSTRUCTION CONTRACT FOR THE VINEYARD ROAD IMPROVEMENTS, CIP PROJECT NO. 15-017; STPL-5361(027) REQUEST Adopt a resolution rejecting a bid protest and award the Base Bid plus the Alternate A1 Construction Contract to Coastside Concrete and Construction Inc. for the Vineyard Road Improvements, CIP 15-017; STPL-5361(027). DISCUSSION This project will consist of comprehensive pavement rehabilitation of the existing roadway; inclusion of Class II and Class III bicycle facilities through the project limits; replacement of any damaged existing curb and gutter; infill existing gaps in curb, gutter, and sidewalk; upgrade curb ramps and accessibility features. The project was initially advertised in August of 2018, but all bids were rejected following a bid protest. The project was re-advertised on September 28, 2018 and the second bid opening was held on October 23, 2018. Total of four bids were received. The bids are summarized in table below: BIDDER LOCATION BASE BID ALTERNATE A1 BASE BID +A1 (REFERENCE ONLY) RECOMMENDED AWARD = BASE BID + A1 + 10% 1 Coastside Concrete & Construction Inc. Santa Rosa $1,377,426.80 $24,423.00 $1,401,849.80 $1,542,034.78 2 Argonaut Constructors Santa Rosa $1,632,470.25 $38,305.00 $1,670,775.25 Granite 3 Construction Co. Ukiah $1,665,775.25 $29,125.00 $1,694,900.25 4 Ghilotti Bros. Inc. San Rafael $1,683,291.25 $33,203.00 $1,716.494.25 The attached Bid Abstract shows the bid details. The low bidder was determined by the base bid only. On October 29, 2018 the City of Novato (City) received a bid protest submitted by Copeland Law Firm, ACP representing Argonaut Constructors (Argonaut). Argonaut s protest of the bid cc18_215 1 1

submitted by Coastside Concrete & Construction, Inc. (Coastside) for Vineyard Road Improvements, CIP Project No. 15-017; STPL-5361 (027) is restated below. 1. The Principal s bid bond acknowledgement guarantee at Section 00 43 00 was never submitted by Coastside Concrete (CC), and as such a proper bid guarantee has not been submitted and there is no bid security in place; 2. CC exaggerated the amount of work their CIR subcontractor is supplying on Federal DEB form 12-B and also failed to completely fill out form, which specifically states the following information is required for each sub-contractor... Specifically, CC failed to list the line item of work awarded the subcontractors, and the listed percentage attributed to each subcontractor does not match the dollar amount listed for each subcontractor. Striping Graphics is listed for Striping with a dollar amount of $47,000 with no line items included but a percentage of the bid item listed at 3%. However, the striping items in CC s bid (41-48) total is $49,825.80, so the percentage isn t possibly correct. Likewise, the description of work CC awarded to Pavement Recycling is vague and fails to include bid line items of work awarded to Pavement Recycling Systems (PRS). There are six items of work associated with the Cold In Place recycling work, but CC s form does not state which items are being performed by PRS. The totals of all six items in CC s bid is $363,750, yet PRS is listed for $500,000 of work in the form. Yet PRS is listed for 35% of the bid items. CC s misleading form gives the CC the ability to manipulate the work being performed by PR after the bid thus giving them an unfair advantage and potentially violating the subcontractor listing laws. 3. CC failed to comply with the requirements of bid form Section 00 45 46 which reads THE BIDDER S EXECUTION OF THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTUION OF THOSE CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL AND, The above certification is required by the Equal Employment Opportunity Regulation of the Secretary of Labor (41 CFR 60-1.7(b)(1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts, which are subject to the equal opportunity clause [which this Contract is] No subcontractor forms have been submitted by CC in violation of this requirement; 4. CC failed to submit forms 00 45 00 for any of its subcontractors, which form reads. The bidder shall complete the questionnaire below for the bidder and each subcontractor to whom the bidder proposes to subcontract portions of the work. ; 5. CC failed to turn in the required backup to its DBE Good Faith Efforts Form in violation of the Contract provision on digital page 87 which reads, If the total [DBE] % claimed is less than item Contract DBE Goal, an adequately documented Good Faith Effort (GFE) is required City staff consulted with the City attorney s office. The bid protest has no merit and should be rejected for the following reasons: 1. The Bid Bond submitted by Coastside provides sufficient security if Coastside were to refuse or fail to execute the contract (if awarded). 2. The type of work and portion of work to be performed by subcontractors has been sufficiently described and that the portion of work being allotted to each type of work to be performed by subcontractors does not demonstrate that an arithmetical or clerical error has been made by the contractor which would materially alter the bid from that which is being intended, and therefore cc18_215 2 2

any bid defect that is being claimed cannot be of the nature that it would provide an actual competitive advantage to Coastside. The irregularities (if any) stated do not appear to provide unfair advantage as listed and are considered minor bid irregularities by the City. 3. The required documents were submitted by Coastside prior to the deadline of November 2, 2018, in accordance with the deadline for submissions provided under the referenced 2015 Caltrans Standard Specifications Section 2 - Bidding (page 26). 4. The required documents were submitted by Coastside prior to the deadline of November 2, 2018, in accordance with the deadline for submissions provided under the referenced 2015 Caltrans Standard Specifications Section 2 - Bidding (page 26). 5. The required documents were submitted by the deadline of Monday, October 29, 2018 by 4 p.m. in accordance with the deadline for submissions provided under the referenced 2015 Caltrans Standard Specifications Section 2 Bidding (page 26). Upon review of Coastside Bid submittal and all supporting documents received, it was determined that the Bid proposal is in compliance with Section 00 21 13 - PROPOSAL REQUIREMENTS AND CONDITIONS of the Project Specifications. City staff recommends award of the Base Bid plus the Alternate A1 (new sidewalk along the north edge of the island at the intersection of Vineyard Road and Mill Road) construction contract for the Vineyard Road Improvements, CIP 15-017; STPL-5361(027), in the total amount of $1,542,034.78 including an allowance for a 10% contingency, to Coastside Concrete & Construction Inc. as the lowest responsible bidder submitting the lowest responsive bid and authorizing the City Manager to execute the contract. PUBLIC OUTREACH This item is listed on the agenda, and the agenda is posted on the City s Community Service Board, and on the website 72 hours prior to the Council meeting as required by California Government Code 54954(a) ( Brown Act ). The Project was presented to the Novato City Council (Council) at the following meetings: The Vineyard Rd. Improvement Project was initiated in fiscal year 2014 / 2015. March 15, 2016: Council approved funding exchange / swap. December 5, 2017: Council held a public hearing and adopted the resolution to prohibit excavation upon final completion of the paving in the traveled way for Vineyard Road. February 27, 2018: Council approved finalizing the project plans and specifications for Vineyard Road including the sidewalk gap closure option. June 26, 2018: review, follow up discussion and approval of proposed 2018 / 2019 CIP budget. July 24, 2018: Council approved the plans and specifications, authorized bid advertisement and find that the project is exempt from the requirements of CEQA pursuant to Section 15301 Existing Facilities Subsections 15301(c) and 15301(d). September 25, 2018: Council rejected all bids received on September 4 th 201, approved the revised plans and specifications, authorized bid advertisement and find that the project is exempt from the requirements of CEQA pursuant to Section 15301 Existing Facilities Subsections 15301(c) and 15301(d). October 30, 2018: Council authorized the City Manager to execute Local Agency-State Master Agreement for Federal-Aid projects No. 04-5361F15 and Program Supplement No. N015-F. cc18_215 3 3

If awarded, notification of the construction start date will be sent to nearby residents. ENVIRONMENTAL ASSESSMENT This project was determined to be Categorically Exempt from California Environmental Quality Act (CEQA) pursuant to Section 15301 Existing Facilities - Subsections 15301 (c) and 15301 (d) of 2014 California Environmental Quality Act (CEQA), as detailed in the staff report presented at the July 24, 2018 City Council meeting. FISCAL IMPACT This project is included in the City of Novato Adopted Capital Improvement Program Budget for 2018/2019 in the total amount of $1,815,757 of this total, $1,014,000 is made of federal funding. RECOMMENDATION Adopt resolution rejecting a bid protest and award the Base Bid plus the Alternate A1 construction contract for the Vineyard Road Improvements, CIP 15-017; STPL-5361(027). ALTERNATIVES 1. Take no action at this time; direct staff as to action requested. ATTACHMENTS 1. Resolution 2. Bid Abstract 3. Vicinity Map 4. CIP Budget Excerpt cc18_215 4 4

Attachment 1 G-7.1 CITY COUNCIL OF THE CITY OF NOVATO RESOLUTION NO. ADOPT A RESOLUTION REJECTING A BID PROTEST AND AWARD THE BASE BID PLUS THE ALTERNATE A1 CONSTRUCTION CONTRACT TO COASTSIDE CONCRETE & CONSTRUCTION INC. FOR THE VINEYARD ROAD IMPROVEMENTS, CIP PROJECT NO. 15-017; STPL-5361(027) WHEREAS, in accordance with California Public Contract Code (CPCC) Section 20162 and other applicable laws, the City of Novato solicited bids for the Vineyard Road Improvements, CIP Project No. 15 017; STPL-5361(027) between September 28, 2018 and October 23, 2018; and WHEREAS, this project will consist of comprehensive pavement rehabilitation of the existing roadway; inclusion of Class II and Class III bicycle facilities through the project limits; replacement of any damaged existing curb and gutter; infill existing gaps in curb, gutter, and sidewalk; upgrade curb ramps and accessibility features; and WHEREAS, on July 24, 2018 the City Council of the City of Novato found that the project is exempt from the provisions of the California Environmental Quality Act (CEQA) pursuant to Section 15301 Existing Facilities - Subsections 15301 (c) and 15301 (d). WHEREAS, the project was initially advertised in August of 2018, but all bids were rejected following a bid protest; and WHEREAS, the project was re-advertised on September 28, 2018 and the second bid opening was held on October 23, 2018. Total of four bids were received; and WHEREAS, on October 29, 2018 the City of Novato received a bid protest submitted by Copeland Law Firm, ACP representing Argonaut Constructors; and WHEREAS, the City staff consulted with the City Attorney, finding that the bid protest has no merit and should be rejected; and WHEREAS, upon review of Coastside Concrete & Construction Inc. Bid submittal and all supporting documents received, it was determined that the Bid proposal is in compliance with Section 00 21 13 - Proposal Requirements and Conditions of the Project Specifications; and WHEREAS, the custodian of records is the City Clerk of the City of Novato, 922 Machin Avenue, Novato, CA 94945. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Novato hereby rejects the bid protest submitted by Copeland Law Firm, ACP representing Argonaut Constructors. res5219 5

BE IT FURTHER RESOLVED, that the City Council of the City of Novato hereby awards the Base Bid plus the Alternate A1 construction contract for the Vineyard Road Improvements, CIP 15-017; STPL-5361(027) to Coastside Concrete & Construction Inc. as the lowest responsible bidder submitting the lowest responsive bid. * * * * * I HEREBY CERTIFY that the foregoing resolution was duly and regularly adopted by the City Council of the City of Novato, Marin County, California, at a meeting thereof, held on the 27 th day of November, 2018, by the following vote, to wit: AYES: NOES: ABSTAIN: ABSENT: Councilmembers Councilmembers Councilmembers Councilmembers Terrie Gillen, City Clerk Approved as to form: City Attorney of the City of Novato res5219 6

CITY OF NOVATO ABSTRACT OF BIDS AND AWARD OF CONTRACT Attachment 2 G-7.2 PROJECT NAME : Vineyard Road Improvements BID NO. : 15-017 PROJECT NO. : CIP 18-002; STPL - 5361 (027) DATE : 23-October-2018 BID OPENING : 2:00 pm Coastside Concrete BIDDERS Engineer's Estimate & Construction Inc. Argonaut Constructors No. DESCRIPTION Unit Qty Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Base Bid Item TOTAL BASE BID $1,418,294.00 $1,377,426.80 $1,632,470.25 $1,683,291.25 1 Construction Area Signs LS 1 $ 4,000.00 $ 4,000.00 $ 15,000.00 $ 15,000.00 $ 25,000.00 $ 25,000.00 $ 5,000.00 $ 5,000.00 2 Temporary Traffic Control LS 1 $ 80,000.00 $ 80,000.00 $ 40,000.00 $ 40,000.00 $ 85,000.00 $ 85,000.00 $ 160,000.00 $ 160,000.00 3 Temporary Water Pollution Control LS 1 $ 8,000.00 $ 8,000.00 $ 20,000.00 $ 20,000.00 $ 15,000.00 $ 15,000.00 $ 10,000.00 $ 10,000.00 4 Clearing & Grubbing LS 1 $ 50,000.00 $ 50,000.00 $ 75,000.00 $ 75,000.00 $ 162,462.00 $ 162,462.00 $ 128,765.00 $ 128,765.00 5 Landscaping LS 1 $ 30,000.00 $ 30,000.00 $ 35,000.00 $ 35,000.00 $ 20,000.00 $ 20,000.00 $ 2,500.00 $ 2,500.00 6 Remove and Replace Curb & Gutter LF 379 $ 60.00 $ 22,740.00 $ 55.00 $ 20,845.00 $ 69.00 $ 26,151.00 $ 73.00 $ 27,667.00 7 Remove and Replace Concrete Sidewalk SF 1,023 $ 20.00 $ 20,460.00 $ 14.00 $ 14,322.00 $ 16.50 $ 16,879.50 $ 31.00 $ 31,713.00 8 Remove Concrete and Construct Curb Ramp SF 1,944 $ 30.00 $ 58,320.00 $ 30.00 $ 58,320.00 $ 40.00 $ 77,760.00 $ 29.00 $ 56,376.00 9 Remove and Replace Concrete Driveway Approach SF 210 $ 24.00 $ 5,040.00 $ 18.00 $ 3,780.00 $ 34.00 $ 7,140.00 $ 34.00 $ 7,140.00 10 Remove and Replace Concrete Driveway Conform SF 496 $ 24.00 $ 11,904.00 $ 18.00 $ 8,928.00 $ 30.00 $ 14,880.00 $ 40.00 $ 19,840.00 11 Install UCS Type A Curb & Gutter LF 480 $ 65.00 $ 31,200.00 $ 55.00 $ 26,400.00 $ 28.60 $ 13,728.00 $ 57.00 $ 27,360.00 12 Install UCS Type A Sidewalk SF 2,326 $ 16.00 $ 37,216.00 $ 14.00 $ 32,564.00 $ 7.00 $ 16,282.00 $ 12.00 $ 27,912.00 13 Install Concrete Curb Ramp SF 375 $ 30.00 $ 11,250.00 $ 30.00 $ 11,250.00 $ 18.10 $ 6,787.50 $ 45.00 $ 16,875.00 14 Install Concrete Driveway Approach SF 3,744 $ 18.00 $ 67,392.00 $ 18.00 $ 67,392.00 $ 8.00 $ 29,952.00 $ 19.00 $ 71,136.00 15 Construct Precast 48" Diameter Manhole EA 1 $ 8,000.00 $ 8,000.00 $ 7,500.00 $ 7,500.00 $ 8,750.00 $ 8,750.00 $ 8,000.00 $ 8,000.00 16 Construct Type A Catch Basin with Frame and Grate EA 1 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 7,500.00 $ 7,500.00 $ 4,600.00 $ 4,600.00 17 Modify Existing Drainage Inlet EA 1 $ 2,500.00 $ 2,500.00 $ 3,500.00 $ 3,500.00 $ 1,600.00 $ 1,600.00 $ 2,500.00 $ 2,500.00 18 Install 12" HDPE Storm Drain LF 178 $ 250.00 $ 44,500.00 $ 200.00 $ 35,600.00 $ 197.00 $ 35,066.00 $ 185.00 $ 32,930.00 19 Install 10" C900 PVC Pipe Storm Drain LF 72 $ 250.00 $ 18,000.00 $ 185.00 $ 13,320.00 $ 180.00 $ 12,960.00 $ 175.00 $ 12,600.00 20 Install 6" Area Drain EA 1 $ 500.00 $ 500.00 $ 5,000.00 $ 5,000.00 $ 700.00 $ 700.00 $ 515.00 $ 515.00 21 Install Curb Face Drainage Outlet EA 1 $ 250.00 $ 250.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,200.00 $ 1,200.00 22 Adjust Existing Sanitary Sewer Manhole to Grade EA 34 $ 500.00 $ 17,000.00 $ 500.00 $ 17,000.00 $ 1,100.00 $ 37,400.00 $ 925.00 $ 31,450.00 23 Adjust Existing Sanitary Sewer Cleanout Cover to Grade EA 1 $ 400.00 $ 400.00 $ 300.00 $ 300.00 $ 750.00 $ 750.00 $ 635.00 $ 635.00 24 Adjust Existing PG&E Gas Valve Cover Grade EA 6 $ 400.00 $ 2,400.00 $ 300.00 $ 1,800.00 $ 750.00 $ 4,500.00 $ 615.00 $ 3,690.00 25 Adjust Existing Monument Cover to Grade EA 17 $ 500.00 $ 8,500.00 $ 300.00 $ 5,100.00 $ 750.00 $ 12,750.00 $ 605.00 $ 10,285.00 26 Class 2 Aggregate Base TN 300 $ 70.00 $ 21,000.00 $ 50.00 $ 15,000.00 $ 100.00 $ 30,000.00 $ 165.00 $ 49,500.00 27 Deep Lift HMA (Road Widening) TN 290 $ 300.00 $ 87,000.00 $ 110.00 $ 31,900.00 $ 300.00 $ 87,000.00 $ 280.00 $ 81,200.00 28 6' Daylight/Edge Grind Existing HMA (0.15') SY 7,800 $ 4.00 $ 31,200.00 $ 4.00 $ 31,200.00 $ 3.00 $ 23,400.00 $ 4.00 $ 31,200.00 29 Cold In-Place Recycling (4" Depth - Foamed Asphalt) SY 20,000 $ 9.00 $ 180,000.00 $ 10.50 $ 210,000.00 $ 11.35 $ 227,000.00 $ 11.40 $ 228,000.00 30 Emulsified Recycling Agent (CIR - Foamed Asphalt) TN 110 $ 800.00 $ 88,000.00 $ 850.00 $ 93,500.00 $ 1,000.00 $ 110,000.00 $ 1,000.00 $ 110,000.00 TOTAL 1-30 $951,772.00 $906,021.00 $1,117,898.00 $1,200,589.00 Page 1 of 4 7

CITY OF NOVATO ABSTRACT OF BIDS AND AWARD OF CONTRACT PROJECT NAME : Vineyard Road Improvements BID NO. : 15-017 PROJECT NO. : CIP 18-002; STPL - 5361 (027) DATE : 23-October-2018 BID OPENING : 2:00 pm Coastside Concrete BIDDERS Engineer's Estimate & Construction Inc. Argonaut Constructors Item TOTAL BASE BID $1,418,294.00 $1,377,426.80 $1,632,470.25 $1,683,291.25 No. DESCRIPTION Unit Qty Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount 31 Cement (CIR - Foamed Asphalt) TN 45 $ 200.00 $ 9,000.00 $ 250.00 $ 11,250.00 $ 225.00 $ 10,125.00 $ 225.00 $ 10,125.00 32 Mix Design (CIR - Foamed Asphalt) LS 1 $ 15,000.00 $ 15,000.00 $ 20,000.00 $ 20,000.00 $ 7,000.00 $ 7,000.00 $ 7,000.00 $ 7,000.00 33 Asphalt Emulsion (CIR - Foamed Asphalt) TN 18 $ 500.00 $ 9,000.00 $ 500.00 $ 9,000.00 $ 1,450.00 $ 26,100.00 $ 1,450.00 $ 26,100.00 34 Sand Cover (CIR - Foamed Asphalt) SY 20,000 $ 0.35 $ 7,000.00 $ 1.00 $ 20,000.00 $ 0.60 $ 12,000.00 $ 0.60 $ 12,000.00 35 Profile Plane Existing HMA (0.15') SY 4,200 $ 6.00 $ 25,200.00 $ 4.00 $ 16,800.00 $ 7.60 $ 31,920.00 $ 4.00 $ 16,800.00 36 HMA Base Course - 3/4" mix TN 50 $ 300.00 $ 15,000.00 $ 125.00 $ 6,250.00 $ 465.00 $ 23,250.00 $ 955.00 $ 47,750.00 37 HMA Surface Course - 1/2" mix (0.15 ) TN 2,750 $ 120.00 $ 330,000.00 $ 120.00 $ 330,000.00 $ 130.00 $ 357,500.00 $ 115.00 $ 316,250.00 38 Install New Traffic Sign and Post EA 16 $ 300.00 $ 4,800.00 $ 450.00 $ 7,200.00 $ 375.00 $ 6,000.00 $ 375.00 $ 6,000.00 39 Install New Traffic Sign on Existing Post EA 2 $ 150.00 $ 300.00 $ 240.00 $ 480.00 $ 200.00 $ 400.00 $ 200.00 $ 400.00 40 Re-install Existing Traffic Sign on New Post EA 2 $ 250.00 $ 500.00 $ 300.00 $ 600.00 $ 250.00 $ 500.00 $ 250.00 $ 500.00 41 Thermoplastic Pavement Stripe Detail 1 LF 3,730 $ 2.00 $ 7,460.00 $ 1.25 $ 4,662.50 $ 1.00 $ 3,730.00 $ 1.00 $ 3,730.00 42 Thermoplastic Pavement Stripe Detail 21 LF 1,498 $ 3.00 $ 4,494.00 $ 3.50 $ 5,243.00 $ 3.00 $ 4,494.00 $ 3.00 $ 4,494.00 43 Thermoplastic Pavement Stripe Detail 27B LF 88 $ 1.50 $ 132.00 $ 2.35 $ 206.80 $ 2.00 $ 176.00 $ 2.00 $ 176.00 44 Thermoplastic Pavement Stripe Detail 39 LF 7,655 $ 1.50 $ 11,482.50 $ 1.50 $ 11,482.50 $ 1.25 $ 9,568.75 $ 1.25 $ 9,568.75 45 Thermoplastic Pavement Stripe Detail 39A LF 1,053 $ 1.50 $ 1,579.50 $ 1.25 $ 1,316.25 $ 1.00 $ 1,053.00 $ 1.00 $ 1,053.00 46 Thermoplastic Pavement Markings - White SF 2,358 $ 6.00 $ 14,148.00 $ 6.75 $ 15,916.50 $ 4.75 $ 11,200.50 $ 4.75 $ 11,200.50 47 Thermoplastic Pavement Markings - Yellow SF 1,871 $ 6.00 $ 11,226.00 $ 5.75 $ 10,758.25 $ 5.00 $ 9,355.00 $ 5.00 $ 9,355.00 48 Blue Reflective Pavement Markers EA 8 $ 25.00 $ 200.00 $ 30.00 $ 240.00 $ 25.00 $ 200.00 $ 25.00 $ 200.00 TOTAL 31-48 $466,522.00 $471,405.80 $514,572.25 $482,702.25 BASE BID CONSTRUCTION TOTAL $1,418,294.00 $1,377,426.80 $1,632,470.25 $1,683,291.25 Alternate A1 - Island Extension Between Mill Road and Vineyard Road 7 Remove and Replace Concrete Sidewalk SF 32 $ 20.00 $ 640.00 $ 14.00 $ 448.00 $ 50.00 $ 1,600.00 $ 32.00 $ 1,024.00 8 Remove Concrete and Construct Curb Ramp SF 68 $ 30.00 $ 2,040.00 $ 35.00 $ 2,380.00 $ 135.00 $ 9,180.00 $ 48.00 $ 3,264.00 11 Install UCS Type A Curb & Gutter LF 145 $ 65.00 $ 9,425.00 $ 55.00 $ 7,975.00 $ 75.00 $ 10,875.00 $ 67.00 $ 9,715.00 12 Install UCS Type A Sidewalk SF 780 $ 16.00 $ 12,480.00 $ 14.00 $ 10,920.00 $ 15.00 $ 11,700.00 $ 20.00 $ 15,600.00 13 Install Concrete Curb Ramp SF 90 $ 30.00 $ 2,700.00 $ 30.00 $ 2,700.00 $ 55.00 $ 4,950.00 $ 40.00 $ 3,600.00 ALTERNATE A1 CONSTRUCTION TOTAL $27,285.00 $24,423.00 $38,305.00 $33,203.00 BASE BID + ALTERNATE A1 CONSTRUCTION TOTAL $1,445,579.00 $1,401,849.80 $1,670,775.25 $1,716,494.25 Page 2 of 4 8

CITY OF NOVATO ABSTRACT OF BIDS AND AWARD OF CONTRACT PROJECT NAME : Vineyard Road Improvements BID NO. : 15-017 PROJECT NO. : CIP 18-002; STPL - 5361 (027) DATE : 23-October-2018 BID OPENING : 2:00 pm BIDDERS Engineer's Estimate Granite Construction Co. Item TOTAL BASE BID $1,418,294.00 $1,665,775.25 No. DESCRIPTION Unit Qty Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Base Bid 1 Construction Area Signs LS 1 $ 4,000.00 $ 4,000.00 $ 6,100.00 $ 6,100.00 2 Temporary Traffic Control LS 1 $ 80,000.00 $ 80,000.00 $ 195,000.00 $ 195,000.00 3 Temporary Water Pollution Control LS 1 $ 8,000.00 $ 8,000.00 $ 5,000.00 $ 5,000.00 4 Clearing & Grubbing LS 1 $ 50,000.00 $ 50,000.00 $ 6,000.00 $ 6,000.00 5 Landscaping LS 1 $ 30,000.00 $ 30,000.00 $ 5,000.00 $ 5,000.00 6 Remove and Replace Curb & Gutter LF 379 $ 60.00 $ 22,740.00 $ 50.00 $ 18,950.00 7 Remove and Replace Concrete Sidewalk SF 1,023 $ 20.00 $ 20,460.00 $ 19.00 $ 19,437.00 8 Remove Concrete and Construct Curb Ramp SF 1,944 $ 30.00 $ 58,320.00 $ 21.00 $ 40,824.00 9 Remove and Replace Concrete Driveway Approach SF 210 $ 24.00 $ 5,040.00 $ 30.00 $ 6,300.00 10 Remove and Replace Concrete Driveway Conform SF 496 $ 24.00 $ 11,904.00 $ 21.00 $ 10,416.00 11 Install UCS Type A Curb & Gutter LF 480 $ 65.00 $ 31,200.00 $ 65.00 $ 31,200.00 12 Install UCS Type A Sidewalk SF 2,326 $ 16.00 $ 37,216.00 $ 18.00 $ 41,868.00 13 Install Concrete Curb Ramp SF 375 $ 30.00 $ 11,250.00 $ 21.00 $ 7,875.00 14 Install Concrete Driveway Approach SF 3,744 $ 18.00 $ 67,392.00 $ 22.00 $ 82,368.00 15 Construct Precast 48" Diameter Manhole EA 1 $ 8,000.00 $ 8,000.00 $ 12,000.00 $ 12,000.00 16 Construct Type A Catch Basin with Frame and Grate EA 1 $ 5,000.00 $ 5,000.00 $ 6,700.00 $ 6,700.00 17 Modify Existing Drainage Inlet EA 1 $ 2,500.00 $ 2,500.00 $ 1,950.00 $ 1,950.00 18 Install 12" HDPE Storm Drain LF 178 $ 250.00 $ 44,500.00 $ 300.00 $ 53,400.00 19 Install 10" C900 PVC Pipe Storm Drain LF 72 $ 250.00 $ 18,000.00 $ 280.00 $ 20,160.00 20 Install 6" Area Drain EA 1 $ 500.00 $ 500.00 $ 1,200.00 $ 1,200.00 21 Install Curb Face Drainage Outlet EA 1 $ 250.00 $ 250.00 $ 825.00 $ 825.00 22 Adjust Existing Sanitary Sewer Manhole to Grade EA 34 $ 500.00 $ 17,000.00 $ 1,150.00 $ 39,100.00 23 Adjust Existing Sanitary Sewer Cleanout Cover to Grade EA 1 $ 400.00 $ 400.00 $ 1,150.00 $ 1,150.00 24 Adjust Existing PG&E Gas Valve Cover Grade EA 6 $ 400.00 $ 2,400.00 $ 750.00 $ 4,500.00 25 Adjust Existing Monument Cover to Grade EA 17 $ 500.00 $ 8,500.00 $ 750.00 $ 12,750.00 26 Class 2 Aggregate Base TN 300 $ 70.00 $ 21,000.00 $ 75.00 $ 22,500.00 27 Deep Lift HMA (Road Widening) TN 290 $ 300.00 $ 87,000.00 $ 300.00 $ 87,000.00 28 6' Daylight/Edge Grind Existing HMA (0.15') SY 7,800 $ 4.00 $ 31,200.00 $ 3.00 $ 23,400.00 29 Cold In-Place Recycling (4" Depth - Foamed Asphalt) SY 20,000 $ 9.00 $ 180,000.00 $ 10.35 $ 207,000.00 30 Emulsified Recycling Agent (CIR - Foamed Asphalt) TN 110 $ 800.00 $ 88,000.00 $ 1,000.00 $ 110,000.00 TOTAL 1-30 $951,772.00 $1,079,973.00 Page 3 of 4 9

CITY OF NOVATO ABSTRACT OF BIDS AND AWARD OF CONTRACT PROJECT NAME : Vineyard Road Improvements BID NO. : 15-017 PROJECT NO. : CIP 18-002; STPL - 5361 (027) DATE : 23-October-2018 BID OPENING : 2:00 pm BIDDERS Engineer's Estimate Granite Construction Co. Item TOTAL BASE BID $1,418,294.00 $1,665,775.25 $0.00 $0.00 No. DESCRIPTION Unit Qty Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount 31 Cement (CIR - Foamed Asphalt) TN 45 $ 200.00 $ 9,000.00 $ 225.00 $ 10,125.00 32 Mix Design (CIR - Foamed Asphalt) LS 1 $ 15,000.00 $ 15,000.00 $ 7,000.00 $ 7,000.00 33 Asphalt Emulsion (CIR - Foamed Asphalt) TN 18 $ 500.00 $ 9,000.00 $ 1,450.00 $ 26,100.00 34 Sand Cover (CIR - Foamed Asphalt) SY 20,000 $ 0.35 $ 7,000.00 $ 0.60 $ 12,000.00 35 Profile Plane Existing HMA (0.15') SY 4,200 $ 6.00 $ 25,200.00 $ 9.00 $ 37,800.00 36 HMA Base Course - 3/4" mix TN 50 $ 300.00 $ 15,000.00 $ 425.00 $ 21,250.00 37 HMA Surface Course - 1/2" mix (0.15 ) TN 2,750 $ 120.00 $ 330,000.00 $ 155.00 $ 426,250.00 38 Install New Traffic Sign and Post EA 16 $ 300.00 $ 4,800.00 $ 300.00 $ 4,800.00 39 Install New Traffic Sign on Existing Post EA 2 $ 150.00 $ 300.00 $ 150.00 $ 300.00 40 Re-install Existing Traffic Sign on New Post EA 2 $ 250.00 $ 500.00 $ 200.00 $ 400.00 41 Thermoplastic Pavement Stripe Detail 1 LF 3,730 $ 2.00 $ 7,460.00 $ 1.00 $ 3,730.00 42 Thermoplastic Pavement Stripe Detail 21 LF 1,498 $ 3.00 $ 4,494.00 $ 3.00 $ 4,494.00 43 Thermoplastic Pavement Stripe Detail 27B LF 88 $ 1.50 $ 132.00 $ 2.00 $ 176.00 44 Thermoplastic Pavement Stripe Detail 39 LF 7,655 $ 1.50 $ 11,482.50 $ 1.25 $ 9,568.75 45 Thermoplastic Pavement Stripe Detail 39A LF 1,053 $ 1.50 $ 1,579.50 $ 1.00 $ 1,053.00 46 Thermoplastic Pavement Markings - White SF 2,358 $ 6.00 $ 14,148.00 $ 4.75 $ 11,200.50 47 Thermoplastic Pavement Markings - Yellow SF 1,871 $ 6.00 $ 11,226.00 $ 5.00 $ 9,355.00 48 Blue Reflective Pavement Markers EA 8 $ 25.00 $ 200.00 $ 25.00 $ 200.00 TOTAL 31-48 $466,522.00 $585,802.25 BASE BID CONSTRUCTION TOTAL $1,418,294.00 $1,665,775.25 Alternate A1 - Island Extension Between Mill Road and Vineyard Road 7 Remove and Replace Concrete Sidewalk SF 32 $ 20.00 $ 640.00 $ 27.00 $ 864.00 8 Remove Concrete and Construct Curb Ramp SF 68 $ 30.00 $ 2,040.00 $ 87.00 $ 5,916.00 11 Install UCS Type A Curb & Gutter LF 145 $ 65.00 $ 9,425.00 $ 52.00 $ 7,540.00 12 Install UCS Type A Sidewalk SF 780 $ 16.00 $ 12,480.00 $ 16.50 $ 12,870.00 13 Install Concrete Curb Ramp SF 90 $ 30.00 $ 2,700.00 $ 21.50 $ 1,935.00 ALTERNATE A1 CONSTRUCTION TOTAL $27,285.00 $29,125.00 BASE BID + ALTERNATE A1 CONSTRUCTION TOTAL $1,445,579.00 $1,694,900.25 Page 4 of 4 10

LIST OF SUBCONTRACTORS Project Name: Vineyard Road Improvements Project No. : CIP 15-017; STPL - 5361 (027) NAME DESCRIPTION OF WORK SUBCONTRACTOR TO 1 Pavement Recycling Systems, Inc. 2 Granite Rock Company 3 Striping Graphic Cold in Place Recycling 4", Emulsified Recycling, Cement, Mix Design, Asphalt Emulsion Cold in Place Recycling 4", Emulsified Recycling, Cement, Mix Design, Asphalt Emulsion Striping, Markings & Signs Coastside Concrete & Construction, Inc. Argonaut Constructors; Coastside Concrete & Construction, Inc.; Argonaut Constructors; Granite Construction Company 4 Force Traffic Control Flagging Granite Construction Company 5 Johnson Construction Company Adjust Utilities Granite Construction Company 6 CMC Traffic Control Traffic Control 7 ABSL Construction Cold Plane / Grinding Argonaut Constructors; 8 Bay Line Cutting & Coring Saw Cutting 9 RE Maher Inc. 10 FMG Concrete Work Cold in Place Recycling 4", Emulsified Recycling, Cement, Mix Design, Asphalt Emulsion Argonaut Constructors Granite Construction Company 11

G-7.3 Attachment 3 12

Attachment 4 G-7.4 Capital Improvement Program Vineyard Road Improvements Project No.:15-017 Funded Project Object ive: T o perform pavement maintenance on the Vineyard Road from Sutro Avenue to Wilson Avenue, stripe bicycle lanes where pavement width accommodates, and close sidewalk gaps as approved by City Council. Project Descr ipt ion and Background: This project will consist of comprehensive pavement rehabilitation (4 Cold In-Place Recycling) of the existing roadway with localized dig-outs and patches as needed; inclusion of Class II and Class III bicycle facilities through the project limits where feasible based on pavement width; replacement of any damaged existing curb and gutter; upgrade to ADA curb ramps and accessibility features as mandated; replacement of pavement striping and markings; relocation and/or installation new traffic signs will be included within the project limits. At the February 27, 2018 meeting, City Council approved addition of sidewalk gap closure along the south side of Vineyard Road between Eucalyptus Avenue to the existing sidewalk east of Trumbull Avenue; constr uction of a midblock crosswalk at the Dominic Drive connector and a new sidewalk along the north edge of the "porkchop" island at the intersection of Vineyard Road and Mill Road. Bas is for Cost Estimate: completion. Costs are based on the engineer's estimate of probable cost as of 95% design Bas is for Schedule: Project Development started in 14/15. The project must be submitted for Caltrans Authorization to Proceed with Construction (scheduled for Summer/Fall 2018). Revenue Cons iderat ions: Project Development is funded by Gas Tax, Long Term Maintenance and Restricted Revenue. Construction will be funded by a federal PCA / STP Grant, New SB1 Gas Tax and Long Term Maintenance. Sub Prior to Project Expenditure Objects 18/19 18/19 19/20 20/21 21/22 22/23 Total Proj Develop 940 113,975 113,975 Construction 960 1,631,782 1,631,782 Construction Mgt 970 70,000 70,000 TOTAL 113,975 1,701,782 0 0 0 0 1,815,757 Sub Prior to Funding Source Objects 18/19 18/19 19/20 20/21 21/22 22/23 Total Gas Tax (229) 940 63,975 63,975 Infrastructure L-T Maint. (119) 940 20,000 20,000 Infrastructure L-T Maint. (119) 960 67,782 50,000 117,782 PCA/ STP Fed Grant (234) 960 1,014,000 1,014,000 Restricted Revenue (240) 940 30,000 30,000 Restricted Revenue (240) 970 20,000 20,000 SB1 Gas Tax (229) 960 500,000 500,000 SB1 Gas Tax (229) 970 50,000 50,000 TOTAL 1,215,757 600,000 0 0 0 1,815,757 CARRYOVER 1,101,782 City of Novato Adopted Budget 2018/19 Page 351 13