HomeMy WebLinkAboutStaff Report 365-09TO:
City of Palo Alto
City Manager's Report
HONORABLE CITY COUNCIL 3
FROM: CITY MANAGER DEPARTMENT: PLANNING AND
COMMUNITY ENVIRONMENT
DATE: SEPTEMBER 14, 2009 CMR:365:09
REPORT TYPE: CONSENT
SUBJECT: Approval of a Contract with W. Bradley Electric, Inc. in an Amount Not to
Exceed $248,269 to Construct and Install a Fully Actuated Traffic Signal at
the Intersection of Embarcadero Road and the Town and Country Shopping
Center and Palo Alto High School Driveways, and to Modify the Pedestrian
Signal to Palo Alto High School
RECOMMENDATION
Staff recommends that Council:
1. Approve and authorize the City Manager or his designee to execute the attached contract
with W. Bradley Electric, Inc. (Attachment A) in an amount not to exceed $248,269 to
install a traffic signal at the intersection of Embarcadero Road at the Town and Country
Shopping Center and Palo Alto High School driveways on Embarcadero Road and to
modify the pedestrian signal at the crosswalk to Palo Alto High School; and
2. Authorize the City Manager or his designee to negotiate and execute one or more change
orders to the contract with W. Bradley Electric, Inc. for related, additional but
unforeseen work that may develop during the project, the total value of which shall not
exceed $24,826.
BACKGROUND
As part of the conditions of approved by the Director of Planning and Community Environment
in 2007 for the Trader Joe's development at ~55 EI Camino Real (Town and Country Village
Shopping Center), the intersection of the maiil shopping center driveway and Palo Alto High
School driveway onto Embarcadero" Road was required to be signalized, a new signalized
driveway onto westbound Embarcadero Road was required to be installed for the Trader Joe's
project, and the pedestrian signal for the crosswalk to Palo Alto High School was required to be
modified.
These traffic signal improvements will be constructed by the City and coordinated with the on-
and off-site improvements being implemented by the developer. The developer was required to
CMR:365:09
contribute up to $225,000 to the City toward the signalization of the main driveway and other
signal improvements.
DISCUSSION
The scope of the contract to complete the signal work provides that the contractor shall furnish
and install a fully actuated traffic signal, signal interconnect, emergency vehicle pre-emption,
signing, striping and lighting. Work also includes removal of existing traffic signal equipment
per the plans and specifications.
Project Coordination
The Department of Planning and Community Environment has coordinated the bid process with
the Purchasing Division of Administrative Services and the Department of Public Works.
Project inspections and verification of work per the contract will be the responsibility of
Planning and Public Works. Staff has also worked with and will continue to coordinate the
project with the Palo Alto Unified School District.
Bid Process
A notice inviting formal bids for this project was posted at City Hall, on the City website, and
sent to twelve potential bidders on August 6,2009. The bidding period was 26 days. Bids were
received from three qualified contractors on September 1, 2009 as listed on the attached bid
summary (Attachment B). Bids ranged from a total low bid of $248,269 to a high of $331 ,21 O.
The low bid is 4 percent less than the engineer's estimate of $258,600. The engineer's estimate
was based on reduced signal equipment and striping costs and came in between the amount of
the two lowest bidders. The estimate took into account that the current recession has driven down
construction costs including the cost of materials and concrete. Staff will continue monitoring
bid prices and adjust future estimates accordingly.
A summary of the bid process is outlined in the table below:
Summary of Bid Process
Bid NamelNumber Town and Country I Palo Alto High School Si
Improvement Project I IFB 133624
Proposed Length of Project 40 calendar days
Number of Bid Packages Mailed to
I 12 Contractors
Number of Bid Packages Mailed to None Builder's Exchanges
Total Days to Respond to Bid 26
Pre-Bid Meeting? No
Number of Company Attendees at N/A
. Pre-Bid Meeting
Number of Bids Received: 3 Ir= Price Range (including 2 Low bid $248,269 to a high of $331 ,21 0
alternates)
Page
Staff recommends that the bid in the amount of $248,269 submitted by W. Bradley Electric, Inc.
be accepted and that W. Bradley Electric, Inc. be declared the lowest responsible bidder. The
change order amount of $24,826 (which equals 10% of the total contract) is requested to resolve
unforeseen problems and/or conflicts that may arise during the construction period. Staff
anticipates project completion by the end of October, 2009. Staff checked references supplied by
the contractor for previous work performed and found no significant complaints. Staff also
checked with the Contractor's State .License Board and found that the contractor has an active
license on file.
RESOURCE IMPACT
Funding for this project has been included in Capital Improvement Program Project: PL-05030,
Traffic Signal System Upgrade. As a condition of approval for the Trader Joe's project, the
developer is responsible for a maximum contribution of $225,000 to the City toward the design
and construction of the traffic signal project.
POLICY IMPLICATIONS
This recommendation is consistent with existing City policies that require developers to fully
mitigate project impacts.
ENVIRONMENTAL REVIEW
A Mitigated Negative· Declaration was adopted by the Director of Planning and Community
Environment for the Major Architectural Review and Design Enhancement Exception approved
for the project in 2007. The Mitigated Negative Declaration required a new traffic signal at the
Main Driveway and Embarcadero Road intersection to coordinate traffic flow and vehicle
queuing to acceptable levels. This project implements that mitigation measure.
PREP ARED BY:
DEPARTMENT HEAD:
CITY MANAGER APPROVAL:
ATTACHMENTS
Attachment A:
Attachment B:
Attachment C:
CMR:365:09
Contract
Bid Summary
Project Map
SAMPEIRIS
Traffic Engineer
CURTIS WILLIAMS
Director of Planning and Community Environment
J SKEENE
. yManager
Page 3 of3
I
I
I
I
I
I
I
I
I
I
I
I
ATTACHMENT A
.. CONTRACT No. 510133624
PLANNING AND COMMUNITY ENVIRONMENT DEPARTMENTfTRANSPORTATION DIVISION
This Contract, number C10133624 dated September 21, 2009 is entered into by and between the City of Palo Alto, a chartered
____ c~x_C!n~Clrnuni_~ipal of the S_~<l!~~L9(3~fQ!l1~aJ~Q!ty.:Lc:tD~IJ'.i',-_.?BA[)L§X, _ IN9:l£Q~!rC!<::!Q~2~ ____ ._. __ _
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. Work is to be
completed by November 13, 2009.
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: Town and Country Palo Alto High School Signal improvements Project,
Invitation For Bid (IFB) Number 133624.
Bid: $ 248.269.00
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 (1992).
i-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 (1992).
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 (1992), or, if no time is stated, within
thirty (30) Days of the date of receipt of Contractor's invoices.
5. 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 for each insurance policy shall be signed by a
person who is 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. 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 all 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
--~~~~~~,~~¥:r~!~n-~U~~~lOi~~~sf~~m~~~e~~EI~ft~~en1-~g~E3~n~7c;i~i,I~:%:m:;::li~b~if1e~~~~s~tLd~;g~{66i~~--
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 voluntarlly 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. 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 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,
..--'-'---~"-'aelivered"an(::f-peffoi;med'-p ijfsuanf'lo'''{he ·powe(-ana·· a uthcirlty-ccmferrecr upon .-{he 'pe rson 01:" ·pers·ons·-··
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 shall 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.
15. Audits by City. During the term of this Contract and for a period of not Jess 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 Califomia 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 P\X number set forth below during regular business hours of the repeiving 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
Planning and Community Environment
250 Hamilton Avenue
P.O. Box 10250
Palo Alto, CA 94303
Sam Peiris, Project Manager
W. Bradley Electric, Inc.
90 Hill Road
Novato, CA 94945
Attn: Leslie Murphy, CEO
;,I' !~'
$
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
_~fts.~.l y~a!._ ~r.(iiL ~.i!rlY JLrl!e_\J{it~in .~.!l~C:CllY~.~.r.ir1. t~.~e\j~nt.thCltJlJrl.cj.~ilIEl. ot:1!Y ~ppr()p!i(;lt.Elcj!q~ ~p0r!i~r1.~f_thEl f~s_~al ,.
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 shalt 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 (1992) of this Contract are incorporated herein by reference.
e. Force Majeure. Neither party shalt be deemed to be in default on account of any delay or failure to perform its
obligations unde(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 otherwise 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.
k. 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 otherwise, 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 accordan~ 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 enforceablepursuanUo California Code of Civil Procedure § 664.6, as amended.
q. Venue. Unless the parties mutually agree otherwise, mediation shall take place in San Jose, California. In
the eVlilnt that litigation is commenced by any party hereunder, the parties agree that such action shail be
vested exclusively in the state courts orCalifomia in the County of Santa Clara Of in the Unit~ 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 di$pute is not resolved. through mediation, or if litigation is necessary to enforce a
settlement reached at mediatioll pursuant to California Code of Civil Procedure § 664.6, as amended, then the
prevailing party in any subsequlOlnt litigation may reCOver its reasoilable costs, including attorney's fees,
incurred subsequent to conclusion of the mediation.
s. Flow-down. Contractor agreesto include provisions of this Contract relating to Alternative Dispute Resolution,
Venue. and Rec()very of Costs in any subcontracts or major material purchase agreements which it enters into
in connection with this Contract, and to require it$ subcontractors to include those provisions in any sub-
contracts or majorrnateiialpurchase agreements, such thatany mediation or litigation of any claim or dispute
asserted by asubcontraqtor 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 byasubconttactor 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 slated above.
CITY OF PALO ALTO W. BRADLEY ELECTRIC, INC.
APPROVED AS TO FORM:
Assistant City Attorney
Name: ______ ---t'--_+-;-___ _
APPROVED: Title: _______ ~~;t;;~----
~.~'By:---
City Manag. r Name: _______________ _
Title: _______________ _
(Compliance with California Corporations Code') 313 is required if the
entity on whose behalf this contract is signed is a corporation. In the
alternative, a certified corporate resolution attesting to the signatory
authority of the individuals signing in their respective capacities is
acceptable)
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code 3 1189)
COUNTY OF __________ 1
On I 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 _________________ _ (Seal)
BID SUMMARY
Item No. Descril!tion Ouantity Unit
1 Labor, equipment, material, and transportation for traffic I L8 signal work
2 Labor, equipment, material, and transportation for I LS installation, removal, and relocation of all signange
3 Labor, equipment, material, and transportation for I L8 removal of existing striping and pavement markings
4 Labor, equipment, material, and transportation for 720 LF thermoplastic striping, Caltrans Detail 8
5 Labor, equipment, material, and transportation for 600 LF thermoplastic striping, Caltrans Detail 21
6 Labor, equipment, material, and transportation for 40 LF thermoplastic striping, Caltrans Detail 21B
7 Labor, equipment, material, and transportation for 220 LF thermoplastic striping, Caltrans Detail 38A
8 Labor, equipment, material, and transportation for 125 LF thermoplastic striping, White, 12" wide
Labor, equipment, material, and transportation for 9 166 LF thermoplastic striping, Yellow, 12" wide
10 Labor, equipment, material, and transportation for 47 EA thermoplastic pavement legend, per letter or symbol
11 Labor, equipment, material, and transportation for I L8 median island removal and pavement restoration
12 Labor, equipment, material, and transportation for' I L8 provision of traffic control
13 Allowance for additional signage and striping I LS
TOWN AND COUNTRY I PALO ALTO HIGH SCHOOL
SIGNAL IMPROVEMENTS PROJECT
IFB NUMBER: 133624
ENGINEER'S ESTIMATE MIKE BROWN ELECTRIC CO.
UNIT COST COST UNIT COST COST
$ 210,000.00 $ 210,000.00 $ 230,655.00 $ 230,655.00
$ 3,300.00 $ 3,300.00 $ 3,300.00 $ 3,300,00
$ 3,000.00 $ 3,000,00 $ 2,500,00 $ 2,500,00
$ 1.00 $ 720.00 $ 1.00 $ 720.00
$ 1.00 $ 600.00 $ 1.00 $ 600.00
$ 1.00 $ 40.00 $ 1.00 $ 40.00
$ 1.00 $ 220.00 $ 1.00 $ 220.00
$ 5.00 $ 625.00 $ 4,00 $ 500,00
$ 5,00 $ 830.00 $ 4.00 $ 664.00 -
$ 80.00 $ 3,760.00 $ 75,00 $ 3,525.00
$ 15,000.00 $ 15,000.00 $ 10,000.00 $ 10,000.00
$ 18,000.00 $ 18,000.00 $ 19,950.00 $ 19,950.00
$ 2,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00
$ 258,595.00 $ 275,174.00
ATTACHMENT B
TENNYSON ELECTRIC, INC. W.BRADLEY ELECTRIC, INC.
UNITCQST COST UNIT COST COST
$ 291,639.00 $ 291,639.00 $ 205,700.00 $ 205,700.00
$ 2,500,00 $ 2,500.00 $ 3,300.00 $ 3,300.00
$ 2,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00
$ 1.00 $ 720.00 $ 1.00 $ 720.00
$ 1.00 $ 600.00 $ 1.00 $ 600.00
)-
$ 1.00 $ 40.00 $ 1.00 $ 40.00 ~ );I-
$ 1.00 $ 220.00 $ 1.00 $ 220.00 i
$ 1.00 $ 125.00 $ 4,00 $ 500.00 ~ t
$ 1.00 $ 166.00 $ 4.00 $ 664,00
$ 100.00 $ 4,700.00 $ 75.00 $ 3,525.00
$ 8,000,00 $ 8,000,00 $ 13,000.00 $ 13,000.00
$ 17,500.00 $ 17,500.00 $ 15,000,00 $ 15,000.00
$ 2,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00
$ 331,210.00 $ 248,269.00
Low Bid vs. Estimate: -4%
10% Contingency: $ 24,827
Total Funding: $ 273,096
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ATTACHMENT C
Attachment C
Location Map
o
I
I