Loading...
HomeMy WebLinkAboutStaff Report 291-05DISCUSSION Project Description The project scope of the proposed 2005 Street Maintenance Project includes overlaying six lane miles, slurry sealing nine lane miles, cape sealing six lane miles, and Portland Cement Concrete base repair on half a lane mile of city streets. Attachment B provides a list of streets to be resurfaced and or to receive maintenance related work. Part of the asphalt overlay and slurry seal work includes related work such as lane striping and various concrete work such as replacement of curb ramps, curb and gutters, and sidewalks. Curb ramps will be installed to comply with the guidelines of the Americans with Disabilities Act (ADA). The resurfacing project is placing a greater emphasis on rehabilitating the older concrete streets in downtown Palo Alto. Streets in the base bid include one block of Cowper Street from Lytton Avenue to University Avenue, three blocks of Webster Street from Hamilton Avenue to Channing Avenue, one block of Hamilton Avenue from Webster Street to Byron Avenue, one block of Byron Avenue from Hamilton Avenue to University Avenue and two blocks of Channing A venue from Bryant Street to Cowper Street. Three add alternates have been included in the Phase 2 project. Add/Alternate # 1 : • two blocks of Cowper Street from Forest Avenue to Channing Avenue Add/Alternate #2: '. one block of Hamilton Avenue from Byron Avenue to Middlefield Road • one block of Kipling Street from Homer Avenue to Channing Avenue Add/Alternate #3: • three blocks of Stanley Way from Walnut Drive to Walter Hays Drive • three blocks of Walnut Drive from Newell Avenue to Lois Lane Additionally, pavement and new valley gutters will be installed on Paradise Way from Laguna Avenue to Paradise Cul-de-sac as part of the Barron Park improvements. All asphalt paving will be resurfaced on Ash Avenue from Portage Avenue to Lambert Avenue, Hale Street from Hamilton Avenue to Forest Avenue, Ventura Avenue from EI Camino Real to Park Boulevard, El Dorado Avenue from Cowper Street to Waverly Street and a section of South Court from Colorado Avenue to the cul-de-sac. All these streets were coordinated for resurfacing directly after the sidewalk replacement program was completed by Public Works Operations and the Utilities Department work in these areas. In addition, the Phase 2 Contract will incorporate the removal and complete replacement of the asphalt concrete parking lots and driveways at Fire Stations #1 and #2 funded from Public Works Facilities CIP PF-OI004, Fire Station Improvements. Several storm drain repairs will be made to damaged pipe sections simultaneously on streets, scheduled for resurfacing to avoid trenching them in the near future. Following the award of contract, businesses and residents affected by the project will be notified. The contractor will also hand deliver door hanger notices seven days and 24 hours in advance of the construction work. Work is expected to start in July and be complete in 160 days. CMR:291:05 Page 2 of4 Bid Process A notice inviting formal bids for the 2005 Street Maintenance Project, Phase 2 was posted at City Hall on May 17, 2005 and sent to eleven builders' exchanges and fifteen bidders. The bidding period was 21 days. Bids were received from three qualified contractors on June 7, 2005 as listed on the attached bid summary (Attachment C). Bids ranged from a high of $2,084,938 to a low bid of$1,621,753. One bid was found to be non-responsive due to incomplete bid pricing. ummary 0 I S fB'dP rocess Bid NamelNumber 2005 Street Maintenance Program Phase 2 Proposed Length of Project 160 calendar days Number of Bids Mailed to 15 Contractors Number of Bids Mailed to Builder's 11 Exchanges Total Days to Respond to Bid 21 Pre-Bid Meeting? No Number of Company Attendees at 0 Pre-Bid Meeting Number of Complete Bids 2* Received: Bid Price Range $1,621,753 to a high of $$2,084,938 *Bid summary provided In Attachment C. The Certification of Nondiscrimination IS Attachment D. Staff has reviewed all bids submitted and recommends that the bid of $1,621,753 submitted by O'Grady Paving Incorporated be accepted and that O'Grady Paving Incorporated be declared the lowest responsible bidder. The bid is less than one percent over the engineer's estimate of $1,609,000. The change order amount of $162,175 (which equals 10 percent of the total contract) is requested to resolve unforeseen problems and/or conflicts that may arise during the construction period. 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 Funds for this project are included in the Street Maintenance Capital Improvement Program Project PE-86070, Fire Station PF-010004 budget, and the Storm Drain Capital Fund (contingent upon Council approval of the FY 2005-2006 budget). Due to the size of this annual maintenance project, City staffing levels are not adequate to accomplish the construction work in-house. In addition, the City does not own the type and amount of equipment required to perform this work and staff believes that it is cost effective to have this work performed by outside contractors. POLICY IMPLICATIONS This recommendation does not represent any change to existing City policies. CMR:291:05 Page 3 of4 FORMAL CONTRACT SECTION 500 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, orwhich 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, 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. 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. CITY OF PALO ALTO rev. 12100 CONTRACT C05111691 PAGE2 OF 7 FORMAL CONTRACT SECTION 500 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 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 250 Hamilton Avenue Palo Alto, CA 94303 Attn: Elizabeth Ames, Project Manager O'Grady Paving, Inc. 2513 Wayandotte Street Mt. View, CA 94043 Attn: Tom O'Grady 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 partiE!ls 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 (1992) 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 CITY OF PALO ALTO rev. 12100 CONTRACT C05111691 PAGE 4 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 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 s~bcontractor 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: Senior Assistant City Attorney APPROVED: Director of Administrative Services Director of Public Works CITY OF PALO ALTO rev. 12100 CITY OF PALO ALTO Assistant City Manager CONTRACTOR: By:_---'-_______________ _ Name: __________________ _ Title: ___________________ _ By:, ______________________________ _ Name: __________________ _ Title: ___________________ _ (Compliance with California Corporations Code 3 313 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) CONTRACT C05111691 PAGE 6 OF7 ATTACHMENT B LIST OF STREETS STREET NAME FROM TO 1 Ash Street Portage Avenue Lambert Avennue 2 Pavement Repair for Embarcadero Road, Fire Station AC driveways and Phase 3 Cape Seal 3 EI Dorado Avenue Waverly Street Kipling Street 4 EI Dorado Avenue Kipling Street Cowper Street 5 Hale Street Hamilton Avenue Forest Avenue 6 Ventura Avenue EI Camino Real Park Boulevard 7 South Court Colorado Avenue End 8 Amherst Street Stanford Avenue California Avenue 9 Cowper Street Lytton Avenue University Avenue 10 Webster Street Hamilton Avenue Forest Avenue 11 Webster Street Forest Avenue Homer Avenue 12 Webster Stree't Homer Avenue Channing Avenue 13 Hamilton Avenue Webster Street Byron Street 14 Byron Avenue University Avenue Hamilton Avenue 15 Emerson Avenue EI Dorado Avenue Colorado Avenue 16 Bryant Street Oregon Expressway Colorado Avenue 17 Bryant Street Colorado Avenue EI Dorado Avenue 18 Channing Avenue Waverly Street Bryant Street 19 Channing Avenue Waverly Street Cowper Street 20 Paradise Way Laguna Avenue STA 10+50 21 Hanover Street California Avenue Page Mill Road 21 Ruthelma Avenue Charleston Avenue Edlee Street 21 Wilkie Way Maclane Way W Meadow Drive 21 Elsinore Avenue Louis Road Greer Road 22 High Street Colorado Avenue End 23 Santa Catalina Street Oregon Avenue End 24 Elsinore Court Elsinore Avenue End 25 Iris Way Bend Primrose Avenue 26 Phillips Way Edgewood Avenue Madison Way 27 Primrose Avenue Iris Way Heather Lane 28 Primrose Avenue Iris Way Iris Way 29 Walnut Drive Lois Lane Embarcadero Avenue 30 Walter Hayes Drive Walnut Drive Walnut Drive 31 Erstwild Court Walter Hayes Drive End 32 Lois Lane Walnut Drive Stanley Way 33 Stanley Way Channing Drive Walter Hayes drive 34 Jordan Place Stanley Way End 35 Santa Ana Street N. California Avenue Orgeon Avenue 36 Maclane Way Second Street Wilkie Way 37 South Court Colorado Avenue EI Dorado Avenue 1 OF 2 ATTACHMENT B LIST OF STREETS 38 Carolina Lane Wilkie Way End 39 Park Boulevard Ventura Avenue Maclane Way 40 Park Boulevard Maclane Way W Meadow Drive 41 Glenbrook Drive Los Palos Avenue End, South 42 llima Way Laguna Avenue Mcgregor Way 43 Mcgregor Way lIima way . End 44 Paradise Way LaQuna Avenue McgreQor Way 45 Manzana Lane Los Robles Avenue End 46 Waverl~ Street EI Carmelo Avenue Lorna Verde Avenue 47 Edgewood Drive Channing Avenue Rhodes Drive 48 Greer Road N. California Avenue OreQon Avenue 49 EI Cajon Way Elsinore Avenue Elsinore Avenue 50 Blair Court Greer Road End 51 KiplinQ Street Colorado Avenue EI Dorado Avenue 52 Saint Michael Drive WEST Saint Claire Avenue Saint Michael Court 53 Saint Michael Drive East Saint Michael Court Saint Claire Avenue 54 Saint Michael Court Saint Michael Drive End ADD AL TERNATE # 1 STREET NAME FROM TO 1 Cowper Street Forest Avenue Homer Avenue 2 Cowper Street Homer Avenue Channing Avenue ADD ALTERNATE # 2 , STREET NAME FROM TO 1 Hamilton Avenue Byron Street Middlefield Road 2 KiplinQ Street Homer Avenue Channing Avenue ADD ALTERNATE # 3 STREET NAME FROM TO 1 Walnut Drive Newell Avenue Lois Lane 2 Stanley Way Walnut Drive Walter Hayes Drive 20F2 2005 PHASE 2 BASE BID ITEMS QUANTITY UNITS 1 11/2" AC OVERLAY 3,354 TONS 2 AC REPLACE 31/2" 2,356 TONS 3 PAVEMENT REINFORCING FABRIC 36,733 SY 4 WEDGE CUT PAVEMENT 10,300 LF 5 AC PAVEMENT REPAIR 6" DEPTH 1,453 TONS 6 PCCREPAIR 10,167 SF 7 3/8 LEVELING COURSE 1,213 TONS 8 11/2" MILLING 147,000 SF 9 INTERLAYER MEMBRANE 3,700 LF 10 CRACK SEALANT 24,400 LF 11 ADJUST UTILITY BOX(RAISE IRON) 138 EA 12 ADJUST MANHOLE 65 EA 13 BLUE MARKERS 32 EA 14 THERMO DETAIL 22 1,240 LF 15 THERMO DETAIL 21 545 LF 16 THERMO DETAIL 39/39A 2,000 LF 17 THERMO 4" PARKING STALLS/LANE EDGE 1,618 LF 18 THERMO DETAIL 1 OR 2 1,040 LF 19 THERMO 12" WHITE 1,193 LF 20 STORM DRAIN TIE INS 6 EA 21 THERMO LEGENDS 174 EA 22 PAINT CURB RED 60 LF 23 TYPE A CURB AND GUTTER 1,244 LF 24 STORM DRAIN POINT REPAIRS 30 LF 25 CURB RAMP 2 EA 26 SIDEWALK 300 SF 27 DRIVEWAY 850 SF 28 TRAFFIC SIGNAL LOOPS 18 EA 29 NEW CATCH BASIN 1 EA 30 RESET CATCH BASIN 15 EA 31 AC DRIVEWAYS 200 SF 32 RECYCLE INERT CONSTRUCTION 12,779 TONS 33 TRIM TREES 36 HRS 34 notify residents 1 LS 35 TRAFFIC CONTROL 1 LS 36 OVER EX 75 CY 37 FIRE STATION PARKING LOTS 504 TONS 38 INSTALL 3' VALLEY GUTTER 750 LF I:;('~ ~r "',:ii:'N;;;;f'\';';'i;;':;;"';\';;ti;~;;; ,.;... .i{~t.;g,Y~\t;vi·\:;~/ C-:"'7:7'::;,C 1\"'~1~.~ ENGINEERS ESTIMATE O'GRADY PAVEX UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL $ 78.00 $ 261,612.00 $ 60.00 $ 201,240.00 $ 76.06 $ 255,105.24 $ 82.00 $ 193,192.00 $ 92.00 $ 216,752.00 $ 89.24 $ 210,249.44 $ 1.00 $ 36,733.00 $ 1.30 $ 47,752.90 $ 1.41 $ 51,793.53 $ 1.50 $ 15,450.00, $ 1.20 $ 12,360.00 $ 2.54 $ 26,162.00 $ 95.00 $ 138,035.00 $ 105.00 $ 152,565.00 $ 100.41 $ 145,895.73 $ 9.00 $ 91,503.00 $ 11.50 $ 116,920.50 $ 12.65 $ 128,612.55 $ 80.00 $ 97,040.00 $ 75.00 $ 90,975.00 $ 145.35 $ 176,309.55 $ 0.30 $ 44,100.00 $ 0.25 $ 36,750.00 $ 0.22 $ 32,340.00 $ 2.50 $ 9,250.00 $ 2.50 $ 9,250.00 $ 1.69 $ 6,253.00 $ 0.34 $ 8,296.00 $ 0.40 $ 9,760.00 $ 0.43 $ 10,492.00 $ 250.00 $ 34,500.00 $ 200.00 $ 27,600.00 $ 283.17 $ 39,077.46 $ 285:00 $ 18,525.00 $ 300.00 $ 19,500.00 $ 403.67 $ 26,238.55 $ 25.00 $ 800.00 $ 20.00 $ 640.00 $ 24.10 $ 771.20 $ 3.00 $ 3,720.00 $ 3.00 $ 3,720.00 $ 9.04 $ 11,209.60 $ 2.00 $ 1,090.00 $ 3.00 $ 1,635.00 $ 7.23 $ 3,940.35 $ 1.50 $ 3,000.00 $ 1.50 $ 3,000.00 $ .1.63 $ 3,260.00 $ 1.25 $ 2,022.50 $ 1.50 $ 2,427.00 $ 2.41 $ 3,899.38 $ 1.10 $ 1,144.00 $ 1.50 $ 1,560.00 $ 1.45 $ 1,508.00 $ 3.00 $ 3,579.00 $ 6.00 $ 7,158.00 $ 3.92 $ 4,676.56 $ 5,000.00 $ 30,000.00 $ 2,500.00 $ 15,000.00 $ 1,845.69 $ 11,074.14 $ 35.00 $ 6,090.00 $ 80.00 $ 13,920.00 $ 78.31 $ 13,625.94 $ 5.00 $ 300.00 $ 5.00 $ 300.00 $ 2.41 $ 144.60 $ 35.00 $ 43,540.00 $ 50.00 $ 62,200.00 $ 53.00 $ 65,932.00 $ 300.00 $ 9,000.00 $ 400.00 $ 12,000.00 $ 433.24 $ 12,997.20 $ 1,500.00 $ 3,000.00 $ 2,000.00 $ 4,000.00 $ 2,288.61 $ 4,577.22 $ 9.00 $ 2,700.00 $ 11.00 $ 3,300.00 $ 12.05 $ 3,615.00 $ 12.00 $ 10,200.00 $ 13.00 $ 11,050.00 $ 12.05 $ 10,242.50 $ 1,150.00 $ 20,700.00 $ 330.00 $ 5,940.00 $ 361.45 $ 6,506.10 $ 2,000.00 $ 2,000.00 $ 2,700.00 $ 2,700.00 $ 2,963.14 $ 2,963.14 $ 350.00 $ 5,250.00 $ 1,500.00 $ 22,500.00 $ 1,589.98 $ 23,849.70 $ 10.00 $ 2,000.00 $ 15.00 $ 3,000.00 $ 9.61 $ 1,922.00 $ 5.00 $ 63,895.00 $ 2.50 $ 31,947.50 $ 0.50 $ 6,389.50 $ 235.00 $ 8,460.00 $ 250.00 $ 9,000.00 $ 166.35 $ 5,988.60 $ 5,250.00 $ 5,250.00 $ 18,000.00 $ 18,000.00 $ 4,407.89 $ 4,407.89 $ 36,750.00 $ 36,750.00 $ 60,000.00 $ 60,000.00 $ 58,756.52 $ 58,756.52 $ 50.00 $ 3,750.00 $ 50.00 $ 3,750.00 $ 18.07 $ 1,355.25 $ 85.00 $ 42,840.00 $ 110.00 $ 55,440.00 $ 103.03 $ 51,927.12 $ 54.00 $ 40,500.00 $ 50.00 $ 37,500.00 $ 54.20 $ 40,650.00 1};;f;§{;;J,t~Jj~?·::;;' ~·~!M;?~·$'i~j,$;5QJ. ¥\'l:'f:<;;;j;rlj);f~;YJ;1 ~i}~~)i~~,~~1~t~~~t 1~~S;;):;;~Fl~ ~~;I~ti4R~l~;~:§~Zl ~ 1-3 > (") ~ ~ ~ 1-3 (j ENGINEERS ESTIMATE O'GRADY PAVEX ADD ALTERNATE 1 BID ITEMS QUANTITY UNITS UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 1 11/2" AC OVERLAY 256 TONS $78.00 $19,968.00 $60.00 $15,360.00 $74.48 $19,066.88 2 PAVEMENT REINFORCING FABRIC 2,744 SY $1.00 $2,744.00 $1.30 $3,567.20 $1.41 $3,869.04 3 PCC PAVEMENT REPAIR 1,974 SF $9.00 $17,766.00 $11.50 $22,701.00 $7.83 $15,456.42 4 AC LEVELING COURSE 3/8" 215 TONS $80.00 $17,200.00 $75.00 $16,125.00 $127.18 $27,343.70 5 1 1/2" MILLING . 26,000 SF $0.30 $7,800.00 $0.25 $6,500.00 $0.43 $11,180.00 6 INTERLAYER MEMBRANE 1,000 LF $2.50 $2,500.00 $2.50 $2,500.00 $254.70 $254,700.00 7 CRACK SEALANT 2,000 LF $0.34 $680.00 $0.40 $800.00 $0.43 $860.00 8 ADJUST UTILITY BOX(RAISE IRON) 6 EA $250.00 $1,500.00 $200.00 $1,200.00 $283.13 $1,698.78 9 ADJUST MANHOLE 2 EA $285.00 $570.00 $300.00 $600.00 $403.62 $807.24 10 BLUE MARKERS 2 EA $25.00 $50.00 $30.00 $60.00 $24.10 $48.20 11 THERMO 4" WHITE 620 LF $1.25 $775.00 $1.50 $930.00 $2.41 $1,494.20 12 THERMO 12" WHITE 56 LF $3.00 $168.00 $4.50 $252.00 $3.92 $219.52 13 THERMO LEGENDS 16 EA $35.00 $560.00 $80.00 $1,280.00 $78.31 $1,252.96 i 14 PAINT CURB RED 40 LF $5.00 $200.00 $3.00 $120.00 $2.41 $96.40 15 TYPE A CURB AND GUTTER 200 LF $35.00 $7,000.00 $50.00 $10,000.00 $40.36 $8,072.00 16 DRIVEWAY 400 SF $12.00 $4,800.00 $13.00 $5,200.00 $9.64 $3,856.00 17 Recycle Inert Construction 614 TONS $5.00 $3,070.00 $3.00 $1,842.00 $0.63 $386.82 18 Trim Trees 6 HRS $200.00 $1,200.00 $250.00 $1,500.00 $166.31 $997.86 19 Notify Residents 1 LS $500.00 $500.00 $3,000.00 $3,000.00 $1,469.18 $1,469.18 20 Traffic Control 1 LS $3,500.00 $3,500.00 $5,000.00 $5,000.00 $25,255.67 $25,255.67 21 Storm Drain Tie Ins 4 EA $5,000.00 $20,000.00 $2,500.00 $10,000.00 $1,384.74 $5,538.96 22 Storm Drain Point Repairs 40 LF $300.00 $12,000.00 $300.00 $12,000.00 $221.21 $8,848.40 """"\;> !;i,:i;~,:0~tll' ~?ii:~~:<,:, ;J:;:J 'ib ~ ~Jj~~~!l~~~~~g£11:?fR;;,j;:1;::'it';Gi.="i:; ~~~Nf~;~g1!~~!%t~ll .: ilF;':f.1!rd :!1~;~~~~~~1!~~~~ If5\?ih ;y:;:,'.~Y{:}:;;;fr·:/".,:<>: ;',: ,. "\''1< .. ,