HomeMy WebLinkAboutStaff Report 362-09TO: HONORABLE CITY COUNC][L
FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE: SEPTEMBER 14, 2009 CMR:362:09
REPORT TYPE: CONSENT
SUBJECT: Approval of a Storm Drain Enterprise Fund Contract With Peak
Engineering, ][nc. in the Amount of $573,004 for Alma Street Storm Drain
Improvement Project, Capital Improvement Program Project 8D-08101
RECOMMENDATION
Staff recommends that Council:
1. Approve and authorize the City Manager or his designee to execute the attached contract
with Peak Engineering, Inc., in the amount of $573,004 for Alma Street Storm Drain
Improvement Project, Capital Improvement Program (CIP) Project SD-08101.
2. Authorize the City Manager or his designee to negotiate and execute one or more change
orders to the contract with Peak Engineering, Inc., for related, additional but unforeseen
work which may develop during the project, the total value of which shall not exceed
$57,300.
BACKGROUND
In 2005, the property owners of Palo Alto voted to increase their monthly storm drainage fee to
fund a set of seven high-priority storm drain-related capital improvement projects, including
improvements to drainage along southbound Alma Street. This project makes use of the funds
for storm drain capital improvements for FY 2009.
DISCUSSION
Project Description
A project location and overview map is shown on Attachment B. The major elements of the
work are installation of curb and gutter, asphalt berm, rock-filled infiltration ditches, storm water
retention chambers, and the replacement of selected catch basins along southbound Alma Street
between Homer Avenue and San Antonio A venue. Existing catch basins will be replaced with
higher-capacity drain inlets' between Homer Avenue and Oregon Expressway. Curb and gutter
shall be installed at certain locations between Oregon Expressway and Charleston Road to
promote better conveyance of storm water runoff. There are very few existing drainage
structures to handle the storm runoff along Alma Street between Matadero Creek and San
Antonio A venue: Therefore, runoff will be directed into rock-filled ditches and storm water
retention chambers in order to encourage infiltration of the runoff into the underlying soils prior
to discharge to a storm drain.
CMR:362:09 Page 1 of3
Proi ect Coordination
The work included in this project has been coordinated with the City's street maintenance
program. Alma Street between Colorado Avenue and San Antonio Avenue is tentatively
scheduled to be resurfaced in 2011, after the storm drain improvements have been completed.
S fB'dPr ummaryo I ocess
Bid NamelNumber Alma Street Storm Drain Improvement Project, Capital
Improvement Program Project SD-08101 I IFB #131628 _ .........
ted Length of Project 90 calendar days
r of Bids Mailed to 22
tors
Number of Bids Mailed to 11
Builder's Exchanges
Total Days to Respond to Bid 28
Pre-Bid Meeting? No
Number of Company Attendees at N/A
Pre-Bid Meeting
Number of Bids Received: 3
Bid Price Range * $573,004 to $905,271
*Bid summary provIded In Attachment C.
Staff has reviewed the bids submitted and recommends that the bid of $573,004 (which includes
Base Bid plus all bid alternates) submitted by Peak Engineering, Inc., be accepted and that Peak
Engineering, Inc., be declared the lowest responsible bidder. The bid is 22 percent below the
engineer's estimate of $731,010. In preparing the engineer's estimate, staff attempt to accmmt
for the declining economy. The change order amount of $57,300 (which equals 10% of the total
contract) is requested to resolve unforeseen problems and/or conflicts that may arise during the
construction period. Staff confirmed with the Contractor's State License Board that the
contractor has an active license on file. Staff also contacted the listed references for Peak
Engineering, Inc. and found that they have performed satisfactorily on past construction projects
for other clients.
RESOURCE IMPACT
Funding for the Alma Street Storm Drain Improvement Project is available in Storm Drainage
Fund Capital Improvement Program Project SD-08101. The project is funded by the Storm
Drainage Fee increase approved by property owners in 2005.
POLICY IMPLICATIONS
This recommendation does not represent any changes to existing City policies.
ENVIRONMENTAL REVIEW
This project has been determined to be categorically exempt from the provlSlons of the
California Environmental Quality Act (CEQA) under Section 15301 ofthe CEQA Guidelines as
repair, maintenance, and/or minor alteration of an existing facility and no further environmental
review is necessary.
Page 2 of3
ATT~HMlENTS
Attachment A:
Attachment B:
Attachment C:
PREPARED BY:
Contract
Project Location Map
Bid Summary
DEPARTMENT HEAD:
CITY MANAGER APPROVAL:
GLENN S. ROBERTS
Director of Public Works
JAME~/KpENE
City~ager
cc: Storm Drain Oversight Committee
CMR:362:09 Page 3 of 3
!FORMAL
CONTRACT NCll. C10131tS28
(Public Work)
Public Works Department
ATJfACHM]EN1f A
This Contract, number C10131628 dated _______ is entered into by and between the City of Palo Alto, a
charter city and a municipal corporation of the State of California ("City"), and Peak Engineering. Inc. ("Contractor").
For and in consideration of the covenants, terms, and conditions (*the provisions') of this Contract, City and Contractor
("the parties") agree:
1. Term. This Contract shall commence and be binding on the parties on the Date of Execution of this Contract,
and shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is
required to be filed, on the date that final payment is made hereunder, subject to the earlier termination of this
Contract.
2. General Scope of Project and Work. Contractor shall furnish labor, services, materials and equipment in
connection with the construction of the Project and complete the Work in accordance with the covenants, terms
and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as
follows:
Title of Project: Alma Street Storm Drain Improvement Project, invitation for Bids (IFB) No. 131628
Bid: $573,004.00 (Five hundred seventy~three thousand four dollars)
(Total includes Base Bid and all of the Add Alternate Bid Items)
3. Contract Documents. This Contract shall consist of the documents set forth below, which are on file with the
City Clerk and are hereby incorporated by reference. For the purposes of construing, interpreting and resolving
inconsistencies between and among the provisions of this Contract, these documents and the provisions
thereof are set forth in the following descending order of precedence.
a. This Contract.
b. Invitation for Bid.
c. Project Specifications.
d. Drawings.
e. Change Orders.
f. Bid.
g. Supplementary Conditions.
h. General Conditions.
I. City of Palo Alto Dept. of Public Works Standard Drawings and Specifications (most current version).
j. Certificate of Insurance, Performance Surety Bond, Labor & Materials (Payment) Surety Bond.
k. Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the
City of Palo Alto Dept. of Public Works Standard Drawings and Specifications (most current version).
I. Any other document not expressly mentioned herein which is issued by City or entered into by the
parties.
4. Compensation. In consideration of Contractor's performance of its obligations hereunder, City shall pay to
Contractor the amount set forth in Contractor's Bid in accordance with the provisions of this Contract and upon
the receipt of written invoices and all necessary supporting documentation within the time set forth in the
Contract Specifications and the City of Palo Alto Dept. of Public Works Standard Drawings and Specifications
(most current version), or, if no time is stated, within thirty (30) Days of the date of receipt of Contractor's
invoices.
5. Insurance. On or before the Date of Execution, Contractor shall obtain and maintain the policies of insurance
coverage described in the Invitation For Bid on terms and conditions and in amounts as may be required by the
Risk Manager. City shall not be obligated to take out insurance on Contractor's personal property or the
personal property of any person performing labor or services or supplying materials or equipment under the
Project. Contractor shall furnish City with the certificates of insurance and with original endorsements affecting
coverage required under this Contract on or before the Date of Execution. The certificates and endorsements
CITY OF PALO ALTO CONTRACT C10131628 PAGE 1 OF 7
rev. 12100
for each insurance policy shall be signed by a person who authorized by that insurer to bind coverage in its
behalf. Proof of insurance shall be mailed to the Project Manager to the address set forth in Section 16 of this
Contract.
6. Indemnification. Contractor agrees to protect, defend, indemnify and hold City, its Council members, officers,
employees, agents and representatives harmless from and against any and all claims, demands, liabilities,
losses, damages, costs, expenses,liens, penalties, suits, or judgments, arising, in whole or in part, directly or
indirectly, at any time from any injury to or death of persons or damage to property as a result of the willful acts
or the negligent acts or omissions of Contractor, or which results from Contractor's noncompliance with any Law
respecting the condition, use, occupation or safety of the Project site, or any part thereof, or which arises from
Contractor's failure to do anything required under this Contract or for doing anything which Contractor is
required not to do under this Contract, or which arises from conduct for which any Law may impose strict liability
on Contractor in the performance of or failure to perform the provisions of this Contract, except as may arise
from the sole willful acts or negligent acts or omissions of City or any of its Council members, officers,
employees, agents or representatives. This indemnification shall extend to any and aU claims, demands, or
liens made or filed by reason of any work performed by Contractor under this Contract at any time during the
term of this Contract, or arising thereafter.
To the extent Contractor will use hazardous materials in connection with the execution of its obligations under
this Contract, Contractor further expressly agrees to protect, indemnify, hold harmless and defend City, its City
Council members, officers and employees from and against any and all claims, demands, liabilities, losses,
damages, costs, expenses, liens, penalties, suits, or judgments City may incur, arising, in whole or in part, in
connection with or as a result of Contractor's willful acts or negligent acts or omissions under this Contract,
under the Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.C. 339601-6975,
as amended); the Resource Conservation and Recovery Act (42 U.S.C. 336901-6992k, as amended); the Toxic
Substances Control Act (15 U.S.C. 332601-2692, as amended); the Carpenter-Presley-Tanner Hazardous
Substance Account Act (Health & Safety Code, 3325300-25395, as amended); the Hazardous Waste Control
Law (Health & Safety Code, 3325100-25250.25, as amended); the Safe Drinking Water and Toxic Enforcement
Act (Health & Safety Code, 3325249.5-25249.13, as amended); the Underground Storage of Hazardous
Substances Act (Health & Safety Code, 3325280-25299.7, as amended); or under any other local, state or
federal law, statute or ordinance, or at common law.
7. Assumption of Risk. Contractor agrees to voluntarily assume any and all risk of loss, damage, or injury to the
property of Contractor which may occur in, on, or about the Project site at any time and in any manner,
excepting such loss, injury, or damage as may be caused by the sole willful act or negligent act or omission of
City or any of its Council members, officers, employees, agents or representatives.
8. Waiver. The acceptance of any payment or performance, or any part thereof, shall not operate as a waiver by
City of its rights under this Contract. A waiver by City of any breach of any part or provision of this Contract by
Contractor shall not operate as, a waiver or continuing waiver of any subsequent breach of the same or any
other provision, nor shall any custom or practice which may arise between the parties in the administration of
any part or provision of this Contract be construed to waive or to lessen the right of City to insist upon the
performance of Contractor in strict compliance with the covenants, terms and conditions of this Contract.
9. No Exoneration By Inspection: The City has the right, but not the duty, to inspect Contractor's Work. The right
of inspection is solely for the benefit of City. Contractor has the obligation to complete the Work in a
satisfactory manner in compliance with Contract requirements. The presence of a City inspector does not shift
that obligation to the City or relieve Contractor from its obligations to complete the Work in a satisfactory
manner in compliance with the Contract requirements.
10. Compliance with Laws. Contractor shall comply with all Laws now in force or which may hereafter be in force
pertaining to the Project and Work and this Contract, with the requirement of any bid security or fire
underwriters or other similar body now or hereafter constituted, with any discretionary license or permit issued
pursuant to any Law of any public agency or official as well as with any provision of all recorded documents
affecting the Project site, insofar as any are required by reason of the use or occupancy of the Project site, and
with all Laws pertaining to nondiscrimination in employment and hazardous materials.
11. Bid Security Bonds. As a condition precedent to City's obligation to pay compensation to Contractor, and on or
before the Date of Execution, Contractor shall furnish to the Project Manager the Bid Security as required under
CITY OF PALO ALTO CONTRACT C10131628 PAGE 2 OF 7
rev. 12/00
the Invitation For Bid.
12. Representations and Warranties. In the supply of any materials and equipment and the rendering of labor and
services during the course and scope of the Project and Work, Contractor represents and warrants:
a. Any materials and equipment which shall be used during the course and scope of the Project and
Work shall be vested in Contractor;
b. Any materials and eqUipment which shall be used during the course and scope of the Project and
Work shall be merchantable and fit to be used for the particular purpose for which the materials are
required;
c. Any labor and services rendered and materials and eqUipment used or employed during the course
and scope of the Project and Work shall be free of defects in workmanship for a period of one (1) year
. after the recordation of the Notice of Substantial Completion, or, if no such notice is required to be
filed, on the date that final payment is made hereunder;
d. Any manufacturer's warranty obtained by Contractor shall be obtained or shall be deemed obtained by
Contractor for and in behalf of City.
e. Any information submitted by Contractor prior to the award of Contract, or thereafter, upon request,
whether or not submitted under a continuing obligation by the terms of the Contract to do so, is true
and correct at the time such information is submitted or made available to the City;
f. Contractor has not colluded, conspired, or agreed, directly or indirectly, with any person in regard to
the terms and conditions of Contractor's Bid, except as may be permitted by the Invitation For Bid;
g. Contractor has the power and authority to enter into this Contract with City, that the individual
executing this Contract is duly authorized to do so by appropriate resolution, and that this Contract
shall be executed, delivered and performed pursuant to the power and authority conferred upon the
person or persons authorized to bind Contractor;
h. Contractor has not made an attempt to exert undue influence with the Purchasing Manager or Project
Manager or any other person who has directly contributed to City's decision to award the contract to
Contractor;
I. There are no unresolved claims or disputes between Contractor and City which would materially affect
Contractor's ability to perform under the Contract;
j. Contractor has furnished and will furnish true and accurate statements, records, reports, resolutions,
certifications, and other written information as may be requested of Contractor by City from time to
time during the term of this Contract;
k. Contractor and any person performing labor and services under this Project are duly licensed by the
State of California as required by California Business & Professions Code Section 7028, as amended;
and .
I. Contractor has fully examined and inspected the Project site and has full knowledge of the physical
conditions of the Project site.
13. Assignment. This Contract and the performance required hereunder is personal to Contractor, and it shall not
be assigned by Contractor. Any attempted assignment shall be null and void.
14. Claims of Contractor. All claims pertaining to extra work, additional charges, or delays within the Contract Time
or other disputes arising out of the Contract shalJ be submitted by Contractor to City in writing by certified or
registered mail within ten (10) Days after the claim arose or within such other time as may be permitted or
required by law, and shall be described in sufficient detail to give adequate notice of the .substance of the claim
to City.
CITY OF PALO ALTO
rev. 12100
CONTRACT C10131628 PAGE 3 OF7
15. Audits by City. During the term of this Contract and for a period of not less than three (3) years after the
expiration or earlier termination of this Contract, City shall have the right to audit Contractor's Project-related
and Work-related writings and business records, as such terms are defined in California Evidence Code
Sections 250 and 1271, as amended, during the regular business hours of Contractor, or, if Contractor has no
such hours, during the regular business hours of City.
16. Notices. All agreements, appointments, approvals, authorizations, claims, demands, Change Orders, consents,
designations, notices, offers, requests and statements given by either party to the other shall be in writing and
shall be sufficiently given and served upon the other party if (1) personally served, (2) sent by the United States
mail, postage prepaid, (3) sent by private express delivery service, or (4) in the case of a facsimile transmission,
if sent to the telephone F IV( number set forth below during regular business hours of the receiving party and
followed within two (2) Days by delivery of a hard copy of the material sent by facsimile transmission, in
accordance with (1), (2) or (3) above. Personal service shall include, without limitation, service by delivery and
service by facsimile transmission.
To City:
Copy to:
To Contractor:
City of Palo Alto
City Clerk
250 Hamilton.Avenue
P.O. Box 10250
Palo Alto, CA 94303
City of Palo Alto
Public Works Department
Engineering Division
P.O. Box 10250
Palo Alto, CA 94303
Joe Teresi, Project Manager
Peak Engineering, Inc.
477 Roland Way
Oakland, CA94621
Attn: Mike Fredenburg
17. Appropriation of City· Funds. This Contract is subject to the fiscal provisions of Article III, Section 12 of the
Charter of the City of Palo Alto. Any charges hereunder for labor, services, materials and equipment may
accrue only after such expenditures have been approved in advance in writing In accordance with applicable
Laws. This Contract shall terminate without penalty (I) at the end of any fiscal year in the event that funds are
not appropriated for the following fiscal year, or (ii) at any time within a fiscal year in the event that funds are
only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This
Section 17 shall control in the event of a conflict with any other provision of this Contract.
18. Miscellaneous .
. a. Bailee Disclaimer. The parties understand and agree that City does not purport to be Contractor's
bailee. and City is. therefore, not responsible for any damage to the personal property of Contractor.
b. Consent. Whenever in this Contract the approval or consent of a party is required, such approval or
consent shall be in writing and shall be executed by a person having the express authority to grant
such approval or consent.
c. Controlling Law. The parties agree that this Contract shall be governed and construed by and in
accordance with the Laws of the State of California.
d. Definitions. The definitions and terms set forth in Section 1 of the City of Palo Alto Dept. of Public
Works Standard Drawings and Specifications (most current version) of this Contract are incorporated
herein by reference.
CITY OF PALO ALTO
rev. 12/00
CONTRACT C10131628 PAGE 4 OF7
e. Force Majeure. Neither party shall be deemed to be in default on account of any delay or failure to
perform its obligations under this Contract which directly results from an Act of God or an act of a
superior governmental authority.
f. Headings. The paragraph headings are not a part of this Contract and shall have no effect upon the
construction or interpretation of any part of this Contract.
g. Incorporation of Documents. All documents constituting the Contract documents described in Section
3 hereof and all documents which may, from time to time, be referred to in any duly executed
amendment hereto are by such reference incorporated in this Contract and shall be deemed to be part
of this Contract.
h. Integration. This Contract and any amendments hereto between the parties constitute the entire
agreement between the parties concerning the Project and Work, and there are no other prior oral or
written agreements between the parties that are not incorporated in this Contract.
)
I. Modification of Agreement. This Contract shall not be modified or be binding upon the parties, unless
such modification is agreed to in writing and signed by the parties.
j. Provision. Any agreement, covenant, condition, clause, qualification, restriction, reservation, term or
other stipulation in the Contract shall define or othelWise control, establish, or limit the performance
required or permitted or to be required of or permitted by either party. All provisions, whether
covenants or conditions, shall be deemed to be both covenants and conditions.
Ie Resolution. Contractor shall submit with its Bid a copy of any corporate or partnership resolution or
other writing, which authorizes any director, officer or other employee or partner to act for or in behalf
of Contractor or which authorizes Contractor to enter into this Contract.
I. Severability. If a court of competent jurisdiction finds or rules that any provision of this Contract is void
or unenforceable, the provisions of this Contract not so affected shall remain in full force and effect.
m. Status of Contractor. In the exercise of rights and obligations under this Contract, Contractor acts as
an independent contractor and not as an agent or employee of City. Contractor shall not be entitled to
any rights and benefits accorded or accruing to the City Council members, officers or employees of
City, and Contractor expressly waives any and all claims to such rights and benefits.
n. Successors and Assigns. The provisions of this Contract shall inure to the benefit of, and shall apply
to and bind, the successors and assigns of the parties.
o. Time of the Essence. Time is of the essence of this Contract and each of its provisions. In the
calculation of time hereunder, the time in which an act is to be performed shall be computed by
excluding the first Day and including the last. If the time in which an act is to be performed falls on a
Saturday, Sunday, or any Day observed as a legal holiday by City, the time for performance shall be
extended to the following Business Day.
p. Alternative Dispute Resolution. The parties shall endeavor to resolve any disputes or claims arising
out of or relating to this Contract by mediation, which, unless the parties agree othelWise, shall be
conducted under the auspices of the Judicial Arbitration and Mediation Service (JAMS), San Jose,
California. The intent of the parties is that the mediation shall proceed in advance of litigation;
however, if any party should commence litigation before the conclusion of mediation, such litigation,
including discovery, shall be stayed pending completion of mediation, and by executing this Contract
the parties stipulate to mediation in accordance with Santa Clara County Superior Court Local Rule
1.15 or Rule 2-3(b) of the ADR Local Rules of the U.S. District Court for the Northern District of
California, as such rules may be amended from time to time. The parties shall share the cost of the
mediation, including the mediator's fee, equally. Any written agreement reached in mediation shall be
enforceable pursuant to California Code of Civil Procedure § 664.6, as amended.
q. Venue. Unless the parties mutually agree othelWise, mediation shall take place in San Jose,
California. In the event that litigation is commenced by any party hereunder, the parties agree that
CITY OF PALO ALTO
rev. 12100
CONTRACT C10131628 PAGE 5 OF7
fORMAllr"ln''''TlCll
such action shall be vested exclusively in the state courts of California in the County of Santa Clara or
in the United States District Court for the Northern District of California.
r. Recovery of Costs. Each Party shall bear its own costs, including attorney's fees, through the
completion of mediation. If the claim or dispute is not resolved through mediation, or if litigation is
necessary to enforce a settlement reached at mediation pursuant to California Code of Civil Procedure
§ 664.6, as amended, then the prevailing party in any subsequent litigation may recover its reasonable
costs, including attorney's fees, incurred subsequent to conclusion of the mediation.
s. Flow-down. Contractor agrees to include provisions of this Contract relating to Alternative Dispute
Resolution, Venue. and Recovery of Costs in any subcontracts or major material purchase
agreements which it enters into in connection with this Contract, and to require its subcontractors to
include those provisions in any sub-contracts or major material purchase agreements, such that any
mediation or litigation of any claim or dispute asserted by a subcontractor or major material supplier
will be consolidated with any related claim or dispute between the Contractor and the City. Should the
Contractor fail to do so, such that the City is required to defend an action brought by a subcontractor
or material supplier inconsistent with the Alternative Dispute and Venue provisions of this Contract,
Contractor shall indemnify City for City's costs of defense, including reasonable attorney's fees.
IN WITNESS WHEREOF, the parties have by their duly appointed representatives executed this Contract in the city of
Palo Alto, County of Santa Clara, State of California on the date first stated above.
APPROVED AS TO FORM:
APPROVED:
Director of Public Works
CITY OF PALO ALTO
rev. 12100
CITY OF PALO ALTO
City Manager
CONTRACTOR:
Title: ___________________ _
CONTRACT C10131628 PAGE 6 OF7
fORMAL CO~1i"RAC1i" SIEC1i"~ON 500
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code;) 1189)
STATE OF ___________ _
COUNTY OF __________ _
On , before me, _______________ ,a
notary public in and for said County, personally appeared _______________ _
personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose
name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the
same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature _________ ~ ________ _
CITY OF PALO ALTO
rev. 12100
CONTRACT C10131628
(Seal)
PAGE 7 OF7
PROJEdT
LOdATIONS
ALMA STREET STORM DRAIN
IMPROVEMENT PROJECT
PROJECT LOCATION MAP
ATTACHIVIENT B
AlMASTREEJ STORM DRAIN IMPROVEMENT PROJECT
IFB 131628
BID SUMMARY ATTACHMENT C
Engineer's Peak Granite Stoloski &
BASE BID: Estimate Engineering, Inc Construction Company Gonzalez, Inc
BIDII DESCRIPTION II BID UNIT BID UNIT BID UNIT BID UNIT BID
QTY UNIT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT
~
LS $10,000 $10,000 $26,000.00 $26,000.00 $4,800.00 $4,800.00 $25,000.00 $25,000.00
LS $10,000 $10,000 $5,000.00 $5,000.00 $17,350.00 $17,350.00 $9,000.00 $9,000.00
LS $10,000 $10,000 $3,000.00 $3,000.00 $17,000.00 $17,000.00 $4,000.00 $4,000.00
(Includes Tree Remollal & ~ LS $20,000 $20,000 $6,000.00 $6,000.00 $12,500.00 $12,500.00 $12,000.00 $12,000.00
Trees planting)
arthwork Excallation & Export CY $10 $7,850 $15.00 $11,775.00 $45.00 $35,325.00 $27.00 $21,195.00
chedule II -Street Works
rind & Ollerlay (Min. 1 1/2"-3" Grind & 1 1/2" Ollerlay) 2,801 SF $3.5 $9,804 $4.00 $11,204.00 $5.20 $14,565.20 $4.50 $12,604.501
nstall6" AC Oller 12" CL II AE 10,239 SF $10 $102,390 $10.00 $102,390.00 $9.15 $93,686.85 $11.00 $112,629.001
(At l' Saw Cut & Along 8" AC Berm, Including Saw Cut
II Complete)
8 "Remolle Ex. 6"_9" C & G & Install New 6" to 9" C & G ~ $4,736.00 $5,920.00 $6,660.00
(Including l' Saw Cut, All Complete At The Intersection
of Alma Street & Oregon Expressway)
9 IIRemolle ex. Sidewalk & Install City Std. Sidewalk (At II 27711 SF $101 $2,770 I $20.001 $5,540.001 $17.001 $4,709.001 $15.001 $4,155.00
Intersection of Alma Street & Oregon Expressway)
10 IIlnstall New City Std. C & G (Including l' Saw Cut, All II 33411 LF $501 $16,700 i $28.001 $9,352.001 $37.501 $12,525.001 $47.001 $15,698.00
Complete North of E. Meadow Dr.)
Remolle Ex. AC Berm and Install City Std. C & G II 16411 LF I $501 $8,200 I $30.001 $4,920.001 $56.001 $9,184.001 $45.001 $7,380.00
(Including l' Saw Cut, All Complete North of Charleston
Road)
~ 'ostall 8" AC 8e,m 5,744 LF $20 $114,880 $6.00 $34,464.00 $8.50 $48,824.00 $8.00 $45,952.00
13 Remolle Ex. Guard Rail 290 LF $25 $7,250 $5.00 $1,450.00 $26.50 $7,685.00 $1.5.00 $4,350.00
14 Install Signs & Striping WI Reflectors 1 LS $12,000 $12,000 $10,000.00 $10,000.00 $9,000.00 $9,000.00 $8,500.00 $8,500.00
7 EA $100 $700 $200.00 $1,400.00 $200.00 $1,400.00 $400.00 $2,800.00
4 EA $1,500 $6,000 $1,500.00 $6,000.00 $2,000.00 $8,000.00 $1,200.00 $4,800.00
chedule III -Drainage Works
stall 2" AC Over 4" CL II AS (Over Drainage Ditch) 11,262 SF $6 $67,572 $5.00 $56,310.00 $10.001 $112,620.001 $12.001 $135,144.00
StormTech SC-31 0 Chamber (Including End Caps 85 EA $500 $42,500 $60.00 $5,100.00 $5C .1
500 CY $50 $25,000 $28.00 $14,000.00 $55.00
26,000 SF $1.5 $39,000 $0.50 $13,000.00 $0.25
nstall DeepRoot Water Barrier 9,315 SF $2,5 $23,288 $3.00 $27,945,00 $100
Iinstall 6" Perforated Polyvinyl Chlrodie Drain Pipe 477 LF $65 $31,005 $12.00 $5,724,00 $18.001 $8,586.001 $45.001 $21,465.00
(Including Fittings) i
3 Illnstall 6" Solid Polyvinyl Chlrodie Drain Pipe 24 LF $65 $1,560 $10,00 $240.00 $54.001 $1,296,001 $40,001 $960,00
(Including Fittings)
~ Install 12" Square Low Profile Drain (Including Fittings) 8] 20 $100 $2,000 $200.001 $4,000.001 $534.001 $10,680.001 $450.001 $9,000.00
25 Remove Ex, Catch Basin & Install Caltrans EA $3,500 $31,500 $3,500.001 $31,500.001 $4,675.001 $42,075,001 $8,500.001 $76,500.00
" OL-7 Drainage Inlet (Including Pavement, C & G
Restoration, Pipe Connections, All Complete)
26 URemove Ex. Catch Basin & Install City Std. II 111 EA I $3,5001 $3,500 I $3,200.001 $3,200,001 $4,310.001 $4,310.001 $2,900.001 $2,900.00
Catch Basin Dwg. No. 301 (Including Pavement, C & G
Restoration, Pipe Connections, All Complete
27 IIInstall City Std. Storm Drain Manhole 2 EA $3,000 $6,000 $3,200.00 $6,400.00 $3,000.001 $6,000.001 $3,200.001 $6,400.00i
Install 12" RCP Including Pipe Connections to 22 LF $120 $2,640 $120.00 $2,640.00 $145.001 $3,190.001 $200,001 $4,400.0~
(Homer Street & Addison Ave.) I I
:.8" Storm & Install 12' RCP (Including 11 LF $160 $1,760 $125.001 $1,375.001 $450.001 $4,950.001 $240.001 $2,640.00
ms to Ex. Inlets, Replacement of C&G, I I I
avement Conform, Conc. Ditch Restoration If Required R H
II Complete, N. of Matadero Creek)
ove Ex. 8" RCP and Install 12" RCP (Including $1,875.00 $3,675,00 $6,300.00
nection to Ex, 4' X 5' Box Culvert All Complete)
:reate Opening on 9" Thick Ret. Wall For 12" RCP WI 1 EA $1,000 $1,000 I $2,000,001 $2,000,001 $1,300,001 $1,300,001 $2,800,001 $2,800,00
IGrouting All Complete. (N, of Matadero Creek) m H u
ideo Inspect & Clean 10" ACP Pipe 856 LF $2.5 $2,140 $4,501 $3,852.001 $8.301 $7,104.801 $11,001 $9,416.001
Iinstall 4" PVC Sleeves ( Including Opening on Ex. RCC 4 LF $150 $600 $1,200.001 $4,800.001 $142.001 $568.001 $1,800,001 $7,200.001
Vall, Grouting All complete) I H
Iinstall City Std. Catch Basin Per Dwg. No. 304 WI 8 EA $3,000 $24,000 $2,200.001 $17,600,001 $2,380.001 $19,040001 $3,100,001 $24,800.00
n ,
"x18" Openings (Including Cutting Ex. 12" RCP &
king Connections to Catch Basin)
ove & Replace Ex. Drop Inlet WI City Std, Catch II 811 EA $3,0001 $24,000 I $2,500.001 $20,000.001 $2,880.001 $23,040,001 $4,800.001 $38,400,00
er Dwg. No. 304 W/6"x18" Openings (Including
Ex. 12" RCP & Making Connections to Catch
Basin)
~ Install City Std. Catch Basin Per Dwg. No. 304 2 EA $1,500 $3,000 $2,400.00 $4,800.00 $3,100.00 $6,200.00 $3,200.00 $6,400.00
Install 6" Rock Rip Rap (6" Depth, 32 SF) 1 LS $300 $300 $2,000.00 $2,000.00 $850.00 $850.00 $800.00 $800.00
38 Install 1 1/2" Rock 6" Depth Foundation Below 2492 SF 1.5 $3,738 $26.00 $64,792.00 2.3 $5,731.60 $4.00 $9,968.00
StormTech 310 Barrel
BASE BID TOTAL: $687,296 $536,384.00 $649,505.45 $832,161.50
ALTERNATE BID:
BID DESCRIPTION BID UNIT BID
I"rEM QTY UNIT PRICE AMOUNT
Intersection of Colorado Ave.
1 Min. 1 112" Grind & Overlay 406 SF $4 $1,421
(Sta: 85+43.24 -86+05.82)
2 Remove Ex. Curb Inlet & Install City Std Catch Basin 1 EA $3,000 $3,000
(Pavement Restoration, Replace Curb & Gutter as
Needed to Conform, Pipe Connection All Complete)
North of Matadero Creek
3 Min. 1 112" Grind & Overlay (Sta: 102+45 -104+95) 1,703 SF $4 $5,961
4 Remove Ex. Curb & Gutter and Replace WI New 186 LF $50 $9,300
City Std. Curp & Gutter, Including l' Saw Cut All
Complete (Sta: 102+45 -104+33)
5 Remove Ex. Pavement & Install 6" AC/12" CL II AB 186 LF $12 $2,232
at l' Saw Cut
Intersection of Melville Ave.
6 Remove Ex. 10" Storm Drain and Replace with 64 LF $200 $12,800
18" RCP WI Trench Restoration, 2" AC Over 6" PCC
on 4" CL II AB, Saw Cut, All Complete
(Including Connection to Ex. Catch Basin)
7 Install Handicap Ramp Replacement Per City Std. 1 EA $2,000 $2,000
WI Domes (Includes C & G Restoration All Complete)
Intersection of Churchill St.
8 Remove Ex. Curb Inlet and Install Caltrans Type 01-7 2 EA $3,500 $7,000
Drainage Inlet. (Replace Curb & Gutter and Pavement
Restoration as Needed to Conform)
ADD ALTERNATE BID TOTAL: $43,714
BID GRAND TOTAL: $731,010
~
UNIT BID UNIT
PRICE AMOUNT PRICE
$4.00 $1,624.00 $15.50
$2,500.00 $2,500.00 $3,760.00
$4.00 $6,812.00 $5.17
$32.00 $5,952.00 $42.10
$12.00 $2,232.00 $41.00
$125.00 $8,000.00 $197.00
$2,500.00 $2,500.00 $4,050.00
$3,500.00 $7,000.00 $3,935.00
$36,620.00
$573,004.00
BID UNIT
AMOUNT PRICE
$6,293.00 $10.00
$3,760.00 $6,500.00
$8,804.51 $10.00
$7,830.60 $48.00
$7,626.00 $12.00
$12,608.00 $165.00
$4,050.00 $4,800.00
$7,870.00 $9,500.00
$58,842.11
$708,347.56
BID
AMOUNT
$4,060.00
$6,500.00
$17,030.00
$8,928.00
$2,232.00
$10,560.00
$4,800.00
$19,000.00
$73,110.00
$905,271.50
page 2 of2
•
•