HomeMy WebLinkAboutStaff Report 374-09TO: HONORABLE CITY COUNCIL
FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE: SEPTEMBER 21, 2009 CMR:374:09
REPORT TYPE: CONSENT
SUBJECT: Approval of a Contract With Golden Bay Construction, Inc. in the
Amount of $488,424 for FY 2009-10 Sidewalk Replacement Project
Capital Improvement Program Project PO-89003
RECOMMENDATION
Staff recommends that Council:
1. Approve and authorize the City Manager or his designee to execute the attached contract
with Golden Bay Construction, Inc. (Attachment A) in the amount of $488,424 for FY
2009-2010 Sidewalk Replacement Project -Capital Improvement Project PO-89003;
and
2. Authorize the City Manager or his designee to negotiate and execute one or more change
orders to the contract with Golden Bay Construction, Inc. for related, additional but
unforeseen work which may develop during the project, the total value of which shall not
exceed $49,000.
DISCUSSION
Project Description
The work to be performed under this contract is for sidewalk, curb, gutter, asphalt pavement, and
catch basin replacemehts; and Portland cement concrete and asphalt recycling. The sidewalk
replacement locations are shown on Location Maps 1 and 2 (Attachment B). The project also
includes the intensive-use sidewalk replacement on downtown University Avenue, San Antonio
Road between San Antonio Court and Middlefield Road, and Bryson Avenue in midtown area;
and the tree-well grate installations on downtown University Avenue as shown on Location
Map 1 (Attachment B). The project is expected to begin by the end of October 2009 and be
completed by the end of April 2010.
Work in downtown and other intensive use areas will be stopped during lunch hours to minimize
the inconvenience to merchants and the public. This contract also includes the construction of
eighteen curb ramps with detectable warning surface in compliance with the American with
Disabilities Act (ADA). A detectable warning surface is a standardized surface feature built in
or applied to walking surfaces or other elements to warn visually impaired people or hazards on a
circulation path. Detectable warning surface is required on curb ramp by the Americans with
CMR:374:09 Page 1 of3
Disabilities Act Accessibility Guidelines and in accordance with the 2007 Public Works
Standard Drawings and Specifications. Detectable warnings consist of a surface of truncated
domes aligned in a square grid pattern and yellow in color.
Bid Process
On August 3, 2009, a notice inviting formal bids for the FY 2009-10 Sidewalk Replacement
Project was posted at City Hall, and sent to 11 builder's exchanges and 8 contractors. The
bidding period was twenty-two days. Bids were received from 5 qualified contractors on
August 25,2009, as listed on the attached bid summary (Attachment C).
S fB'd P ummaryo 1 rocess
Bid NamelNumber 2009-10 Sidewalk Replacement / IFB # 132902
Proposed Length of Pr~iect 180 calendar days
Number of Bids Mailed to 8
Contractors
Number of Bids Mailed to Builder's 11
Exchanges
Total Days to Respond to Bid 22
Pre-Bid Meeting? No
Number of Company Attendees at NA
Pre-Bid Meeting
Number of Bids Received: 5
Bid Price Range From a low of $488,424 to a high of $547,895
Bids ranged from a high of $547,895 to a low bid of $488,424. Staff has reviewed all bids
submitted and recommends that the bid of $488,424 submitted by Golden Bay Construction, Inc.
be accepted and that Golden Bay Construction, Inc. be declared the lowest responsible bidder.
The bid is 12 percent below the engineer's estimate of $556,460. The change order amount of
$49,000, which equals 10 percent of the total contract, is requested for related, additional but
unforeseen work which may develop during the project.
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 and has no outstanding complaints.
Project Coordination
The work was coordinated with other projects at the monthly UtilitiesIPublic Works department
street work coordination meetings and by use of the GIS project coordination program. The
monthly street work coordination meeting purpose is to coordinate the installation, replacement,
and repairs of city's subsurface infrastructure and street and sidewalk improvements with the
street maintenance plan whenever is practicable. The 2009 -10 Sidewalk Replacement Project
has no conflicts with the other Public Works and Utility projects.
RESOURCE IMPACT
Funds for this project are included in the FY 2009-10 Capital Improvement Program Sidewalk
Replacement Project, PO-89003. Any excess funds remaining will return to their respective
Capital Improvement Program budgets.
CMR:374:09 Page 2 of3
ENVIRONMENTAL REVIEW
This project is categorically exempt from the California Environmental Quality Act (CEQA)
under Section 15301c of the CEQA guidelines as repair, maintenance and/or minor alteration of
the existing facilities and no fUliher environmental review is necessary.
ATTACHMENTS
Attachment A: Contract
Attachment B: Location Maps 1 & 2
Attachment C: Bid Summary (2 pages)
PREPARED BY:
DEPARTMENT HEAD:
CITY MANAGER APPROVAL:
CMR:374:09
MATTHEW RASCHKE
Page30f3
FdRMAL CONTRACT
CONTRACT No. C10132902
(Public Work)
Public Works Department
ATTACHMENT A
SECTION 500
This Contract, number C10132902 dated _______ is entered into by and between the City of Palo Alto, a
California Charter City ("City"), and Golden Bay Construction, Inc. ("Contractor").
For and in consideration of the covenants, terms, and conditions (*the provisions*) of this Contract, City and Contractor
(lithe 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: 2009-10 Sidewalk Replacement Project, Invitation for Bids (IFB) Number 132902.
Bid: $488,424.00 (Four hundred eighty-eight thousand four hundred twenty-four dollars)
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. 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
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 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
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
CITY OF PALO ALTO CONTRACT C10132902 PAGE 1 OF 7
rev. 12/00
FORMAL CONTRACT SECTION 500
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 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 Contract, Contractorfurther 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. ~~9601-6975,
as amended): the Resource Conservation and Recovery Act (42 U.S.C. ~~6901-6992k, as amended): the Toxic
Substances Control Act (15 U.S.C. ~~2601-2692, as amended); the Carpenter-Presley-Tanner Hazardous
Substance Account Act (Health & Safety Code, ~~25300-25395, as amended); the Hazardous Waste Control
Law (Health & Safety Code, ~~251 00-25250.25, as amended); the Safe Drinking Water and Toxic Enforcement
Act (Health & Safety Code, ~~25249.5-25249.13, as amended); the Underground Storage of Hazardous
Substances Act (Health & Safety Code, ~~25280-25299.7, 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 shalt 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 surety bond 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. 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 Bids.
CITY OF PALO ALTO
rev. 12/00
CONTRACT C10132902 PAGE20F7
FORMAL CONTRACT SECTION 500
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 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 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
CITY OF PALO ALTO
rev. 12100
CONTRACT C10132902 PAGE 3 OF7
FORMAL CONTRACT SECTION 500
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 FAX 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
Operations Division
3201 East Bayshore Road
Palo Alto, CA 94303
Attn: Matt Raschke, Project Manager
Golden Bay Construction, Inc.
3826 Depot Road
Hayward, CA 94545
Attn: Johnny Zanette
17. Appropriation of Citv 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 16 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 Standard Drawings and
Specifications (most current version) of this Contract are incorporated herein by reference.
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.
CITY OF PALO ALTO
rev. 12100
CONTRACT C10132902 PAGE40F7
FORMAL CONTRACT SECTION 500
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 ofthis 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
Satu<rday, 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 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 otherwise, mediation shall take place in San Jose,
California. In the event that litigation is commenced by any party hereunder, the parties agree that
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.
CITY OF PALO ALTO
rev. 12/00
CONTRACT C10132902 PAGES OF7
FORMAL CONTRACT SECTION 500
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 if! 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 Altemative 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:
City Attorney
APPROVED:
Director of Public Works
CITY OF PALO ALTO
rev. 12100
CITY OF PALO ALTO
City Manager
CONTRACTOR:
By: ________________________________ __
Title: __________________ _
CONTRACT C10132902 PAGE60F7
FORMAL CONTRACT SECTION 500
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code -'I 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. 12/00
CONTRACT C10132902
(Seal)
PAGE 7 OF7
LOCATION 4
DRAWN BY,
DATE,
CHEC'D
DATE,
BY,
SCALE'
SIDEwALK
NONE City
REPLACEtJlENT PROJECT
LOCATION MAP
of Pa]lo Alto
,
)
APPROVED BY,
PE NO. ____ _
DATE'
DRAWING
2
NO.
BID
ITEM
1
2 r-
3 r-
4
5
6
7
8
9
10
11
12
13
14
15
BID
ITEM
1
2
3
4
5
2009 -10 SIDEWALK REPLACEMENT PROJECT
IFB NO. 132902
ATTACHMENT C
BID SUMMARY
Engineer's GOLDEN BAY
BASE BID: Estimate CONSTRUCTION, INC.
DESCRIPTION BID UNIT BID UNIT BID
QTY UNIT PRICE AMOUNT PRICE AMOUNT
Remove sidewalk only 2,060 SF $3 $6,180 $2.50 $5,150.00
Sidewalk, 4" thick 22,220 SF $10 $222,200 $8.00 $177,760.00
Driveway, 6" thick 7,250 SF $11 $79,750 $9.50 $68,875.00
Integral sidewalk & curb & gutter 1,090 LF $71 $77,390 $65.75 $71,667.50
Integral driveway & curb & gutter 310 LF $74 $22,940 $71.75 $22,242.50
New ramp w\ detectable warning surface 18 EA $1,800 $32,400 $1,903.00 $34,254.00
Existing ramp wI detectable warning surface 9 EA $600 $5,400 $350.00 $3,150.00
Curb 530 LF $24 $12,720 $24.75 $13,117.50
Gutter 2,760 SF $11 $30,360 $9.50 $26,220.00
Asphalt pavement 2,970 SF $8 $23,760 $9.75 $28,957.50
Special saw cutting 3,180 LF $3 $9,540 $4.00 $12,720.00
Catch basins 4 EA $800 $3,200 $1,100.00 $4,400.00
Tree well frames & grates 9 EA $700 $6,300 $350.00 $3,150.00
Recycle asphalt & concrete 1,550 Ton $3 $4,650 $0.01 $15.50
Traffic control 1 LS $5,000 $5,000 $3,244.00 $3,244.00
BASE BID TOTAL: $541,790 $474,923.50
ADD ALTERNATE:
DESCRIPTION BID UNIT BID UNIT BID
QTY UNIT PRICE AMOUNT PRICE AMOUNT
Sidewalk, 4' thick 710 SF $10 $7,100 $8.00 $5,680.00
Driveway, 6' thick 500 SF $11 $5,500 $9.50 $4,750.00
Integral sidewalk & curb & gutter 20 LF $71 $1,420 $65.75 $1,315.00
Asphalt pavement 180 SF $8 $1,440 $9.75 $1,755.00
Recycle asphalt & concrete 50 Ton $3 $150 $0.01 $0.50
ADD ALTERNATE BID TOTAL: $15,610 $13,500.50
BID GRAND TOTAL: $557,400 $488,424.00
Spencon
Construction, Inc.
UNIT BID
PRICE AMOUNT
$1.00 $2,060.00
$9.75 $216,645.00
$9.80 $71,050.00
$67.75 $73,847.50
$67.75 $21,002.50
$1,500.00 $27,000.00
$385.00 $3,465.00
$23.00 $12,190.00
$8.50 $23,460.00
$6.00 $17,820.00
$1.00 $3,180.00
$500.00 $2,000.00
$500.00 $4,500.00
$1.00 $1,550.00
$950.00 $950.00
$480,720.00
UNIT BID
PRICE AMOUNT
$9.75 $6,922.50
$9.80 $4,900.00
$67.75 $1,355.00
$6.00 $1,080.00
$1.00 $50.00
$14,307.50
$495,027.50
Sposeto
Engineering, Inc.
UNIT
PRICE
$3.70
$8.30
$9.70
$71.00
$80.00
$1,420.00
$490.00
$18.00
$11.00
$10.80
$3.30
$1,600.00
$490.00
$0.10
$6,800.00
UNIT
PRICE
$8.30
$9.70
$71.00
$10.80
$0.10
BID
AMOUNT
$7,622.00
$184,426.00
$70,325.00
$77,390.00
$24,800.00
$25,560.00
$4,410.00
$9,540.00
$30,360.00
.$32,076.00
$10,494.00
$6,400.00
$4,410.00
$155.00
$6,800.00,
$494,768.00
BID
AMOUNT
$5,893.00
$4,850.00
$1,420.00
$1,944.00
$5.00
$14,112.00
$508,880.00
page 1 of 2
~ ~ n ~ ~ n
BID
ITEM
1
2
3
4
5
6
7
8
9 I---
10 r--
11
I---
12 r--
13 r--
14
15
BID
ITEM
1
2
3
4
L~
BASE BID:
DESCRIPTION
Remove sidewalk only
Sidewalk, 4" thick
Driveway, 6" thick
Integral sidewalk & curb & gutter
Integral driveway & curb & gutter
New ramp w\ detectable warning surface
Existing ramp wi detectable warning surface
Curb
Gutter
Asphalt pavement
Special saw cutting
Catch basins
Tree well frames & grates
Recycle asphalt & concrete
T rafflc control
ADD ALTERNATE:
DESCRIPTION
Sidewalk, 4' thick
Driveway, 6' thick
Integral sidewalk & curb & gutter
Asphalt pavement
Recycle asphalt & concrete
2009 -10 SIDEWALK REPLACEMENT PROJECT
IFB NO. 132902
ATTACHMENT C
BID SUMMARY
Engineer's JJR F8D Vanguard
Estimate Construction, Inc. Construction
81D UNIT 810 UNIT BID UNIT BID ,
QTY UNIT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT
2,060 SF $3 $6,180 $4.45 $9,167,00 $6.00 $12,360.00
22,220 SF $10 $222,200 $7.96 $176,871.20 $8.85 $196,647.00
7,250 SF $11 $79,750 $10.71 $77,647.50 $9.85 $71,412.50
1,090 LF $71 $77,390 $72.81 $79,362.90 $74.00 $80,660.00
310 LF $74 $22,940 $78.00 $24,180.00 $84.00 $26,040.00
18 EA $1,800 $32,400 $1,975.00 535,550,00 $2,140.00 $38,520.00
9 EA $600 $5,400 $307.80 $2,770.20 $340.00 $3,060.00
530 LF $24 $12,720 $15.19 $8,050.70 $28.00 $14,840.00
2,760 SF $11 $30,360 S10.84 $29,918.40 $10.00 S27,600.00
2,970 SF $8 $23,760 $10.65 $31,630.50 $8.35 $24,799.50
3,180 LF $3 $9,540 $3.65 $11,607.00 $4.00 $12,720.00
4 EA $800 $3,200 $1,000.00 $4,000.00 $1,200.00 $4,800,00
9 EA $700 $6,300 $600.00 $5,400.00 $220.00 $1,980.00
1,550 Ton $3 $4,650 $0.01 $15.50 $2.00 53,100.00
1 LS $5,000 $5,000 $8,000.00 $8,000.00 514,000.00 $14,000.00
BASE BID TOTAL: $541,790 $504,170.90 $532,539.00
BID UNIT BID UNIT BID UNIT BID
QTY UNIT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT
710 SF $10 $7,100 $7.96 $5,651.60 $9.30 $6,603.00
500 SF $11 $5,500 $10,71 $5,355,00 $10.30 $5,150.00
20 LF $71 $1,420 $72.81 $1,456.20 S100.00 $2,000.00
180 SF $8 $1,440 $10.65 $1,917.00 $8.35 $1,503.00
50 Ton $3 $150 $0.01 SO.50 S2.00 $100.00
ADD ALTERNATE BID TOTAL: $15,610 $15,356.00
BID GRAND TOTAL: $557,400 $518,551.20 5547,895.00
page 2 of 2