HomeMy WebLinkAboutStaff Report 6591
City of Palo Alto (ID # 6591)
City Council Staff Report
Report Type: Consent Calendar Meeting Date: 3/14/2016
City of Palo Alto Page 1
Summary Title: Sewer Lateral and On-Call Services Contract
Title: Approval of Utilities Enterprise Fund Contract With Casey Construction,
Inc. in the Amount of $2,967,000 for Sewer Lateral Replacement and Other
On-Call Sewer Services for Three Years, Under Capital Improvement Program
Projects WC-99013 (Sewer Lateral Rehabilitation), WC-80020 (Wastewater
System Customer Connections), and WC-15002 (Wastewater System
Improvements)
From: City Manager
Lead Department: Utilities
Recommendation
Staff recommends that Council approve and authorize the City Manager or his designee to
execute the attached three year contract with Casey Construction, Inc. (Attachment A) in a not
to exceed amount of $2,967,000 for sewer lateral replacement and other on-call sewer services
under the WC-99013 (Sewer Lateral Rehabilitation), WC-80020 (Wastewater System Customer
Connections), and WC-15002 (Wastewater System Improvements) Capital Improvement
Program (CIP) projects.
Background
This project continues the City’s program to replace individual sewer laterals that have reached
the end of their useful life. The City currently owns roughly 11,000 sewer laterals made from
vitrified clay pipe (VCP), tar and paper, asbestos concrete, and cast iron. The City owns and
maintains the lower portion of each lateral, with the upper portion owned and maintained by
the property owner. The City has a routine maintenance program to clear roots and other
obstructions from these lower laterals until they can be replaced with plastic laterals on the
Sewer System Rehabilitation and Replacement CIP project. Laterals are prioritized for
replacement based on damage that causes blockages resulting in sewage overflows, or as a
condition of new development. Since 2004 the City has contracted for assistance with replacing
these laterals.
Discussion
This contract will allow for replacement of up to 420 sewer laterals over its three year term.
City of Palo Alto Page 2
The contract may also be used when the City replaces non-plastic laterals due to new
development. The lateral replacement covered by this contract will reduce maintenance costs
associated with laterals and reduce the likelihood of sewer overflows. This contract also allows
for on-call work to assist with occasional repairs to manholes and sewer mains, or minor
reconfigurations of the sewer system not included as part of a Sewer System Rehabilitation and
Replacement CIP project. These projects are rare, but consume significant staff time when
performed in-house resulting in a backlog of critical maintenance work. This sewer service
contract will reduce or eliminate those operational and customer service impacts.
This contract was solicited for bid in December 2015. At that time the City received two bids.
The City issued a Notice of Award to the lowest bidder, C2R Engineering, Inc. but subsequently
received a bid protest from the second bidder, Casey Construction, Inc., questioning the
experience of C2R Engineering, Inc. The City required 15,000 feet of experience using pipe
bursting techniques to install sewer mains and laterals with a 4” or larger diameter. C2R
Engineering, Inc. listed more than 15,000 feet of experience, but some of that experience had
not been directly performed by C2R. As a result, the City notified C2R Engineering, Inc. that its
bid was non-responsive.
Bid Summary
Bid Name/Number Sewer Lateral Replacement and On-call Sewer Work,
IFB Number 161479
Proposed Length of Project 845 calendar days
Number of Bids Mailed to Contractors 6 (electronic documents were available in CPA website)
Number of Contractors notified via
bidding platform
156
Number of Contractors downloading
bid documents
12
Total Days to Respond to Bid 21
Pre-Bid Meeting? Yes (Non-mandatory)
Number of Company Attendees at
Pre-Bid Meeting
2
Number of Bids Received: 2
Bid Price Range $955,569 to $1,010,245 per year (three-year average)
*Bid summary provided in Attachment B.
Staff has reviewed the submitted bids and recommends that the bid of $1,010,245 per fiscal
year (three-year average), which would be a total of $3,030,735, submitted by Casey
Construction, Inc., be accepted and that Casey Construction, Inc. be declared the lowest
responsible bidder. The bid is approximately two percent (2%) above the available budget of
$2,967,000 over the three fiscal year period. But the work quantities specified in the Invitation
for Bids (IFB) for this on-call service contract were for bidding purposes only, and can be
changed by the City, as stated in the bid documents. The IFB also states that the total work
awarded is limited by the available budget, and that the budget amount is an upper limit on
City of Palo Alto Page 3
spending, not a commitment to spend a certain amount. Thus, staff recommends Council
approve the attached contract for the budgeted amount of $2,967,000. The term of the
Agreement will be from the date of its full execution until June 30, 2018 (fiscal years FY 2016
through FY 2018).
Staff confirmed with the Contractor's State License Board that the contractor has an active
license on file. Casey Construction, Inc. has contracted with the City Utilities Department in the
past for on-call sewer lateral replacement.
Resource Impact
Funds for the first fiscal year of this capital project ($977,600) are available in the Wastewater
Collection Capital Improvement Program projects WC-99013 (Sewer Lateral Rehabilitation),
WC-80020 (Wastewater System Customer Connections), and WC-15002 (Wastewater System
Improvements), and funds for subsequent years are included in future years of the approved FY
2016 Capital Improvement Program budget. Funding for subsequent years is subject to
continuing budget approval by Council, as stated in the IFB and contract.
Policy Implications
The approval of this contract is consistent with existing City policies including the Council
approved Utilities Strategic Plan-Strategic Objectives: BP1. Ensure a reliable supply of utility
resources, BP2. Operate the utility systems safely, and BP3. Replace infrastructure before the
end of its useful life. In addition, this contract helps the City of Palo Alto comply with its duty to
actively maintain its system with the goal of preventing sewer system overflows, as required by
the City’s National Pollution Discharge Elimination System (NPDES) permit (San Francisco
Regional Water Quality Control Board Order R2-2009-0032), and to comply with elements of
the City’s Sewer System Management Plan (SSMP), which is required by State Water Resources
Control Board Order NO. 2006-0003-DWQ.
Environmental Review
This project is categorically exempt from California Environmental Quality Act (CEQA) pursuant
to Title 14 of the California Code of Regulations, sections 15301 (repair, maintenance of existing
facilities, and 15302 (replacement or reconstruction of existing facilities).
Attachments:
Attachment A: Contract with Casey Construction, Inc. for Sewer Lateral Replacement
and On-Call Sewer Services (PDF)
Attachment B: Bid Evaluation (PDF)
Invitation for Bid (IFB) Package 1 Rev. April 20, 2015
CONSTRUCTION CONTRACT
CONSTRUCTION CONTRACT
Contract No. C16161479
City of Palo Alto
Project: “Sewer Lateral Replacement and On-call Sewer
System Work”
ATTACHMENT A
Invitation for Bid (IFB) Package 2 Rev. April 20, 2015
CONSTRUCTION CONTRACT
CONSTRUCTION CONTRACT
TABLE OF CONTENTS
SECTION 1 INCORPORATION OF RECITALS AND DEFINITIONS…………………………………….…………..6
1.1 Recitals…………………………………………………………………………………………………………………….6
1.2 Definitions……………………………………………………………………………………………………………….6
SECTION 2 THE PROJECT………………………………………………………………………………………………………...6
SECTION 3 THE CONTRACT DOCUMENTS………………………………………………………………………………..7
3.1 List of Documents…………………………………………………………………………………………….........7
3.2 Order of Precedence……………………………………………………………………………………………......7
SECTION 4 CONTRACTOR’S DUTY…………………………………………………………………………………………..8
4.1 Contractor's Duties…………………………………………………………………………………………………..8
SECTION 5 PROJECT TEAM……………………………………………………………………………………………………..8
5.1 Contractor's Co-operation………………………………………………………………………………………..8
SECTION 6 TIME OF COMPLETION…………………………………………………………………………………….......8
6.1 Time Is of Essence…………………………………………………………………………………………………….8
6.2 Commencement of Work…………………………………………………………………………………………8
6.3 Contract Time…………………………………………………………………………………………………………..8
6.4 Liquidated Damages…………………………………………………………………………………………………8
6.4.1 Other Remedies……………………………………………………………………………………………………..9
6.5 Adjustments to Contract Time………………………………………………………………………………….9
SECTION 7 COMPENSATION TO CONTRACTOR……………………………………………………………………….9
7.1 Contract Sum……………………………………………………………………………………………………………9
7.2 Full Compensation……………………………………………………………………………………………………9
SECTION 8 STANDARD OF CARE……………………………………………………………………………………………..9
8.1 Standard of Care…………………………………………………………………………………..…………………9
SECTION 9 INDEMNIFICATION…………………………………………………………………………………………..…10
9.1 Hold Harmless……………………………………………………………………………………………………….10
9.2 Survival…………………………………………………………………………………………………………………10
SECTION 10 NON-DISCRIMINATION……..………………………………………………………………………………10
10.1 Municipal Code Requirement…………….………………………………..……………………………….10
SECTION 11 INSURANCE AND BONDS.…………………………………………………………………………………10
Invitation for Bid (IFB) Package 3 Rev. April 20, 2015
CONSTRUCTION CONTRACT
11.1 Evidence of Coverage…………………………………………………………………………………………..10
SECTION 12 PROHIBITION AGAINST RANSFERS………………………………………………………………….…11
12.1 Assignment………………………………………………………………………………………………………….11
12.2 Assignment by Law.………………………………………………………………………………………………11
SECTION 13 NOTICES …………………………………………………………………………………………………………….11
13.1 Method of Notice …………………………………………………………………………………………………11
13.2 Notice Recipents ………………………………………………………………………………………………….11
13.3 Change of Address……………………………………………………………………………………………….12
SECTION 14 DEFAULT…………………………………………………………………………………………………………...12
14.1 Notice of Default………………………………………………………………………………………………….12
14.2 Opportunity to Cure Default…………………………………………………………………………………12
SECTION 15 CITY'S RIGHTS AND REMEDIES…………………………………………………………………………..13
15.1 Remedies Upon Default……………………………………………………………………………………….13
15.1.1 Delete Certain Services…………………………………………………………………………………….13
15.1.2 Perform and Withhold……………………………………………………………………………………..13
15.1.3 Suspend The Construction Contract…………………………………………………………………13
15.1.4 Terminate the Construction Contract for Default………………………………………………13
15.1.5 Invoke the Performance Bond………………………………………………………………………….13
15.1.6 Additional Provisions……………………………………………………………………………………….13
15.2 Delays by Sureties……………………………………………………………………………………………….13
15.3 Damages to City…………………………………………………………………………………………………..14
15.3.1 For Contractor's Default…………………………………………………………………………………..14
15.3.2 Compensation for Losses…………………………………………………………………………………14
15.4 Suspension by City……………………………………………………………………………………………….14
15.4.1 Suspension for Convenience……………………………………………………………………………..14
15.4.2 Suspension for Cause………………………………………………………………………………………..14
15.5 Termination Without Cause…………………………………………………………………………………14
15.5.1 Compensation………………………………………………………………………………………………….15
15.5.2 Subcontractors………………………………………………………………………………………………..15
15.6 Contractor’s Duties Upon Termination………………………………………………………………...15
SECTION 16 CONTRACTOR'S RIGHTS AND REMEDIES……………………………………………………………16
16.1 Contractor’s Remedies……………………………………..………………………………..………………….16
Invitation for Bid (IFB) Package 4 Rev. April 20, 2015
CONSTRUCTION CONTRACT
16.1.1 For Work Stoppage……………………………………………………………………………………………16
16.1.2 For City's Non-Payment…………………………………………………………………………………….16
16.2 Damages to Contractor………………………………………………………………………………………..16
SECTION 17 ACCOUNTING RECORDS………………………………………………………………………………….…16
17.1 Financial Management and City Access………………………………………………………………..16
17.2 Compliance with City Requests…………………………………………………………………………….17
SECTION 18 INDEPENDENT PARTIES……………………………………………………………………………………..17
18.1 Status of Parties……………………………………………………………………………………………………17
SECTION 19 NUISANCE……………………………………………………………………………………………………….…17
19.1 Nuisance Prohibited……………………………………………………………………………………………..17
SECTION 20 PERMITS AND LICENSES…………………………………………………………………………………….17
20.1 Payment of Fees…………………………………………………………………………………………………..17
SECTION 21 WAIVER…………………………………………………………………………………………………………….17
21.1 Waiver………………………………………………………………………………………………………………….17
SECTION 22 GOVERNING LAW AND VENUE; COMPLIANCE WITH LAWS……………………………….18
22.1 Governing Law…………………………………………………………………………………………………….18
22.2 Compliance with Laws…………………………………………………………………………………………18
SECTION 23 COMPLETE AGREEMENT……………………………………………………………………………………18
23.1 Integration………………………………………………………………………………………………………….18
SECTION 24 SURVIVAL OF CONTRACT…………………………………………………………………………………..18
24.1 Survival of Provisions……………………………………………………………………………………………18
SECTION 25 PREVAILING WAGES………………………………………………………………………………………….18
SECTION 26 NON-APPROPRIATION……………………………………………………………………………………….19
26.1 Appropriation………………………………………………………………………………………………………19
SECTION 27 AUTHORITY……………………………………………………………………………………………………….19
27.1 Representation of Parties…………………………………………………………………………………….19
SECTION 28 COUNTERPARTS………………………………………………………………………………………………..19
28.1 Multiple Counterparts………………………………………………………………………………………….19
SECTION 29 SEVERABILITY……………………………………………………………………………………………………19
29.1 Severability………………………………………………………………………………………………………….19
SECTION 30 STATUTORY AND REGULATORY REFERENCES …………………………………………………..19
30.1 Amendments of Laws…………………………………………………………………………………………..19
Invitation for Bid (IFB) Package 5 Rev. April 20, 2015
CONSTRUCTION CONTRACT
SECTION 31 WORKERS’ COMPENSATION CERTIFICATION………………………………………………….….19
31.1 Workers Compensation…………………………………………………………………………………….19
SECTION 32 DIR REGISTRATION AND OTHER SB 854 REQUIREMENTS………………………………..…20
32.1 General Notice to Contractor…………………………………………………………………………….20
32.2 Labor Code section 1771.1(a)…………………………………………………………………………….20
32.3 DIR Registration Required…………………………………………………………………………………20
32.4 Posting of Job Site Notices…………………………………………………………………………………20
32.5 Payroll Records…………………………………………………………………………………………………20
Invitation for Bid (IFB) Package 6 Rev. April 20, 2015
CONSTRUCTION CONTRACT
CONSTRUCTION CONTRACT
THIS CONSTRUCTION CONTRACT entered into on March 7, 2016 (“Execution Date”) by and between the
CITY OF PALO ALTO, a California chartered municipal corporation ("City"), and CASEY CONSTUCTION, INC.
("Contractor"), is made with reference to the following:
R E C I T A L S:
A. City is a municipal corporation duly organized and validly existing under the laws of the State of
California with the power to carry on its business as it is now being conducted under the statutes of the
State of California and the Charter of City.
B. Contractor is a corporation duly organized and in good standing in the State of California,
Contractor’s License Number 798190, DIR Number 1000003162. Contractor represents that it is duly
licensed by the State of California and has the background, knowledge, experience and expertise to
perform the obligations set forth in this Construction Contract.
C. On November 23, 2016, City issued an Invitation for Bids (IFB) to contractors for the “Sewer
Lateral Replacement and On-call Sewer System Work” (“Project”). In response to the IFB, Contractor
submitted a Bid.
D. City and Contractor desire to enter into this Construction Contract for the Project, and other
services as identified in the Contract Documents for the Project upon the following terms and conditions.
NOW THEREFORE, in consideration of the mutual promises and undertakings hereinafter set forth
and for other good and valuable consideration, the receipt and sufficiency of which are hereby
acknowledged, it is mutually agreed by and between the undersigned parties as follows:
SECTION 1 INCORPORATION OF RECITALS AND DEFINITIONS.
1.1 Recitals.
All of the recitals are incorporated herein by reference.
1.2 Definitions.
Capitalized terms shall have the meanings set forth in this Construction Contract and/or in the General
Conditions. If there is a conflict between the definitions in this Construction Contract and in the General
Conditions, the definitions in this Construction Contract shall prevail.
SECTION 2 THE PROJECT.
The Project is the “Sewer Lateral Replacement and On-call Sewer System Work” Project, located in Palo
Alto, CA. ("Project").
Invitation for Bid (IFB) Package 7 Rev. April 20, 2015
CONSTRUCTION CONTRACT
SECTION 3 THE CONTRACT DOCUMENTS.
3.1 List of Documents.
The Contract Documents (sometimes collectively referred to as “Agreement” or “Bid Documents”) consist
of the following documents which are on file with the Purchasing Division and are hereby incorporated by
reference.
1) Change Orders
2) Field Orders
3) Contract
4) Bidding Addenda
5) Special Provisions
6) General Conditions
7) Project Plans and Drawings
8) Technical Specifications
9) Instructions to Bidders
10) Invitation for Bids
11) Contractor's Bid/Non-Collusion Affidavit
12) Reports listed in the Contract Documents
13) Public Works Department’s Standard Drawings and Specifications (most current version at
time of Bid)
14) Utilities Department’s Water, Gas, Wastewater, Electric Utilities Standards (most current
version at time of Bid)
15) City of Palo Alto Traffic Control Requirements
16) City of Palo Alto Truck Route Map and Regulations
17) Notice Inviting Pre-Qualification Statements, Pre-Qualification Statement, and Pre-
Qualification Checklist (if applicable)
18) Performance and Payment Bonds
3.2 Order of Precedence.
For the purposes of construing, interpreting and resolving inconsistencies between and among the
provisions of this Contract, the Contract Documents shall have the order of precedence as set forth in the
preceding section. If a claimed inconsistency cannot be resolved through the order of precedence, the City
shall have the sole power to decide which document or provision shall govern as may be in the best
interests of the City.
Invitation for Bid (IFB) Package 8 Rev. April 20, 2015
CONSTRUCTION CONTRACT
SECTION 4 CONTRACTOR’S DUTY.
4.1 Contractor’s Duties
Contractor agrees to perform all of the Work required for the Project, as specified in the Contract
Documents, all of which are fully incorporated herein. Contractor shall provide, furnish, and supply all
things necessary and incidental for the timely performance and completion of the Work, including, but not
limited to, provision of all necessary labor, materials, equipment, transportation, and utilities, unless
otherwise specified in the Contract Documents. Contractor also agrees to use its best efforts to complete
the Work in a professional and expeditious manner and to meet or exceed the performance standards
required by the Contract Documents.
SECTION 5 PROJECT TEAM.
5.1 Contractor’s Co-operation.
In addition to Contractor, City has retained, or may retain, consultants and contractors to provide
professional and technical consultation for the design and construction of the Project. The Contract
requires that Contractor operate efficiently, effectively and cooperatively with City as well as all other
members of the Project Team and other contractors retained by City to construct other portions of the
Project.
SECTION 6 TIME OF COMPLETION.
6.1 Time Is of Essence.
Time is of the essence with respect to all time limits set forth in the Contract Documents.
6.2 Commencement of Work.
Contractor shall commence the Work on the date specified in City’s Notice to Proceed.
6.3 Contract Time.
Work hereunder shall begin on the date specified on the City’s Notice to Proceed and shall be completed
not later than March 31, 2019.
By executing this Construction Contract, Contractor expressly waives any claim for delayed early
completion.
6.4 Liquidated Damages.
Pursuant to Government Code Section 53069.85, if Contractor fails to achieve Substantial Completion of
the entire Work within the Contract Time, including any approved extensions thereto, City may assess
liquidated damages on a daily basis for each day of Unexcused Delay in achieving Substantial Completion,
based on the amount of five hundred dollars ($500) per day, or as otherwise specified in the Special
Provisions. Liquidated damages may also be separately assessed for failure to meet milestones specified
elsewhere in the Contract Documents, regardless of impact on the time for achieving Substantial
Completion. The assessment of liquidated damages is not a penalty but considered to be a reasonable
estimate of the amount of damages City will suffer by delay in completion of the Work. The City is entitled
to setoff the amount of liquidated damages assessed against any payments otherwise due to Contractor,
including, but not limited to, setoff against release of retention. If the total amount of liquidated damages
assessed exceeds the amount of unreleased retention, City is entitled to recover the balance from
Invitation for Bid (IFB) Package 9 Rev. April 20, 2015
CONSTRUCTION CONTRACT
Contractor or its sureties. Occupancy or use of the Project in whole or in part prior to Substantial
Completion, shall not operate as a waiver of City’s right to assess liquidated damages.
6.4.1 Other Remedies. City is entitled to any and all available legal and equitable remedies City may
have where City’s Losses are caused by any reason other than Contractor’s failure to achieve Substantial
Completion of the entire Work within the Contract Time.
6.5 Adjustments to Contract Time.
The Contract Time may only be adjusted for time extensions approved by City and memorialized in a
Change Order approved in accordance with the requirements of the Contract Documents.
SECTION 7 COMPENSATION TO CONTRACTOR.
7.1 Contract Sum.
Contractor shall be compensated for satisfactory completion of the Work in compliance with the Contract
Documents for the not to exceed Contract Sum of Two Million Nine Hundred Sixty Seven Thousand Dollars
($2,967,000).
[This amount includes the Base Bid and Additive Alternates.]
7.2 Full Compensation.
The Contract Sum shall be full compensation to Contractor for all Work provided by Contractor
and, except as otherwise expressly permitted by the terms of the Contract Documents, shall cover all
Losses arising out of the nature of the Work or from the acts of the elements or any unforeseen difficulties
or obstructions which may arise or be encountered in performance of the Work until its Acceptance by
City, all risks connected with the Work, and any and all expenses incurred due to suspension or
discontinuance of the Work, except as expressly provided herein. The Contract Sum may only be adjusted
for Change Orders approved in accordance with the requirements of the Contract Documents.
SECTION 8 STANDARD OF CARE.
8.1 Standard of Care.
Contractor agrees that the Work shall be performed by qualified, experienced and well-supervised
personnel. All services performed in connection with this Construction Contract shall be performed in a
manner consistent with the standard of care under California law applicable to those who specialize in
providing such services for projects of the type, scope and complexity of the Project.
Invitation for Bid (IFB) Package 10 Rev. April 20, 2015
CONSTRUCTION CONTRACT
SECTION 9 INDEMNIFICATION.
9.1 Hold Harmless.
To the fullest extent allowed by law, Contractor will defend, indemnify, and hold harmless City, its City
Council, boards and commissions, officers, agents, employees, representatives and volunteers (hereinafter
individually referred to as an “Indemnitee” and collectively referred to as "Indemnitees"), through legal
counsel acceptable to City, from and against any and liability, loss, damage, claims, expenses (including,
without limitation, attorney fees, expert witness fees, paralegal fees, and fees and costs of litigation or
arbitration) (collectively, “Liability”) of every nature arising out of or in connection with the acts or
omissions of Contractor, its employees, Subcontractors, representatives, or agents, in performing the Work
or its failure to comply with any of its obligations under the Contract, except such Liability caused by the
active negligence, sole negligence, or willful misconduct of an Indemnitee. Contractor shall pay City for any
costs City incurs to enforce this provision. Except as provided in Section 9.2 below, nothing in the Contract
Documents shall be construed to give rise to any implied right of indemnity in favor of Contractor against
City or any other Indemnitee.
Pursuant to Public Contract Code Section 9201, City shall timely notify Contractor upon receipt of
any third-party claim relating to the Contract.
9.2 Survival.
The provisions of Section 9 shall survive the termination of this Construction Contract.
SECTION 10 NON-DISCRIMINATION.
10.1 Municipal Code Requirement.
As set forth in Palo Alto Municipal Code section 2.30.510, Contractor certifies that in the performance of
this Agreement, it shall not discriminate in the employment of any person because of the race, skin color,
gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status,
familial status, weight or height of such person. Contractor acknowledges that it has read and understands
the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination
Requirements and the penalties for violation thereof, and will comply with all requirements of Section
2.30.510 pertaining to nondiscrimination in employment.
SECTION 11 INSURANCE AND BONDS.
11.1 Evidence of coverage.
Within ten (10) business days following issuance of the Notice of Award, Contractor shall provide City with
evidence that it has obtained insurance and shall submit Performance and Payment Bonds satisfying all
requirements in Article 11 of the General Conditions.
Invitation for Bid (IFB) Package 11 Rev. April 20, 2015
CONSTRUCTION CONTRACT
SECTION 12 PROHIBITION AGAINST TRANSFERS.
12.1 Assignment.
City is entering into this Construction Contract in reliance upon the stated experience and qualifications of
the Contractor and its Subcontractors set forth in Contractor’s Bid. Accordingly, Contractor shall not
assign, hypothecate or transfer this Construction Contract or any interest therein directly or indirectly, by
operation of law or otherwise without the prior written consent of City. Any assignment, hypothecation or
transfer without said consent shall be null and void, and shall be deemed a substantial breach of contract
and grounds for default in addition to any other legal or equitable remedy available to the City.
12.2 Assignment by Law.
The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of
Contractor or of any general partner or joint venturer or syndicate member of Contractor, if the Contractor
is a partnership or joint venture or syndicate or co-tenancy shall result in changing the control of
Contractor, shall be construed as an assignment of this Construction Contract. Control means more than
fifty percent (50%) of the voting power of the corporation or other entity.
SECTION 13 NOTICES.
13.1 Method of Notice.
All notices, demands, requests or approvals to be given under this Construction Contract shall be given in
writing and shall be deemed served on the earlier of the following:
(i) On the date delivered if delivered personally;
(ii) On the third business day after the deposit thereof in the United States mail, postage prepaid, and
addressed as hereinafter provided;
(iii) On the date sent if sent by facsimile transmission;
(iv) On the date sent if delivered by electronic mail; or
(v) On the date it is accepted or rejected if sent by certified mail.
13.2 Notice to Recipients.
All notices, demands or requests (including, without limitation, Change Order Requests and Claims) from
Contractor to City shall include the Project name and the number of this Construction Contract and shall be
addressed to City at:
To City: City of Palo Alto
City Clerk
250 Hamilton Avenue
P.O. Box 10250
Palo Alto, CA 94303
Copy to: City of Palo Alto
Public Works Administration
250 Hamilton Avenue
Palo Alto, CA 94301
Attn:
Invitation for Bid (IFB) Package 12 Rev. April 20, 2015
CONSTRUCTION CONTRACT
City of Palo Alto
Utilities Engineering
250 Hamilton Avenue
Palo Alto, CA 94301
Attn: Jon Abendschein
In addition, copies of all Claims by Contractor under this Construction Contract shall be provided to the
following:
Palo Alto City Attorney’s Office
250 Hamilton Avenue
P.O. Box 10250
Palo Alto, California 94303
All Claims shall be delivered personally or sent by certified mail.
All notices, demands, requests or approvals from City to Contractor shall be addressed to:
Casey Construction, Inc.
Mel Casey
619 Sylvan Way
Emerald Hills, CA 94062
13.3 Change of Address.
In advance of any change of address, Contractor shall notify City of the change of address in writing. Each
party may, by written notice only, add, delete or replace any individuals to whom and addresses to which
notice shall be provided.
SECTION 14 DEFAULT.
14.1 Notice of Default.
In the event that City determines, in its sole discretion, that Contractor has failed or refused to perform any
of the obligations set forth in the Contract Documents, or is in breach of any provision of the Contract
Documents, City may give written notice of default to Contractor in the manner specified for the giving of
notices in the Construction Contract, with a copy to Contractor’s performance bond surety.
14.2 Opportunity to Cure Default.
Except for emergencies, Contractor shall cure any default in performance of its obligations under the
Contract Documents within two (2) Days (or such shorter time as City may reasonably require) after receipt
of written notice. However, if the breach cannot be reasonably cured within such time, Contractor will
commence to cure the breach within two (2) Days (or such shorter time as City may reasonably require)
and will diligently and continuously prosecute such cure to completion within a reasonable time, which
shall in no event be later than ten (10) Days after receipt of such written notice.
Invitation for Bid (IFB) Package 13 Rev. April 20, 2015
CONSTRUCTION CONTRACT
SECTION 15 CITY'S RIGHTS AND REMEDIES.
15.1 Remedies Upon Default.
If Contractor fails to cure any default of this Construction Contract within the time period set forth above
in Section 14, then City may pursue any remedies available under law or equity, including, without
limitation, the following:
15.1.1 Delete Certain Services. City may, without terminating the Construction Contract, delete
certain portions of the Work, reserving to itself all rights to Losses related thereto.
15.1.2 Perform and Withhold. City may, without terminating the Construction Contract, engage
others to perform the Work or portion of the Work that has not been adequately performed by
Contractor and withhold the cost thereof to City from future payments to Contractor, reserving to
itself all rights to Losses related thereto.
15.1.3 Suspend The Construction Contract. City may, without terminating the Construction
Contract and reserving to itself all rights to Losses related thereto, suspend all or any portion of
this Construction Contract for as long a period of time as City determines, in its sole discretion,
appropriate, in which event City shall have no obligation to adjust the Contract Sum or Contract
Time, and shall have no liability to Contractor for damages if City directs Contractor to resume
Work.
15.1.4 Terminate the Construction Contract for Default. City shall have the right to terminate
this Construction Contract, in whole or in part, upon the failure of Contractor to promptly cure
any default as required by Section 14. City’s election to terminate the Construction Contract for
default shall be communicated by giving Contractor a written notice of termination in the manner
specified for the giving of notices in the Construction Contract. Any notice of termination given to
Contractor by City shall be effective immediately, unless otherwise provided therein.
15.1.5 Invoke the Performance Bond. City may, with or without terminating the Construction
Contract and reserving to itself all rights to Losses related thereto, exercise its rights under the
Performance Bond.
15.1.6 Additional Provisions. All of City’s rights and remedies under this Construction Contract
are cumulative, and shall be in addition to those rights and remedies available in law or in equity.
Designation in the Contract Documents of certain breaches as material shall not waive the City’s
authority to designate other breaches as material nor limit City’s right to terminate the
Construction Contract, or prevent the City from terminating the Agreement for breaches that are
not material. City’s determination of whether there has been noncompliance with the
Construction Contract so as to warrant exercise by City of its rights and remedies for default under
the Construction Contract, shall be binding on all parties. No termination or action taken by City
after such termination shall prejudice any other rights or remedies of City provided by law or
equity or by the Contract Documents upon such termination; and City may proceed against
Contractor to recover all liquidated damages and Losses suffered by City.
15.2 Delays by Sureties.
Time being of the essence in the performance of the Work, if Contractor’s surety fails to arrange for
completion of the Work in accordance with the Performance Bond, within seven (7) calendar days from the
date of the notice of termination, Contractor’s surety shall be deemed to have waived its right to complete
the Work under the Contract, and City may immediately make arrangements for the completion of the
Work through use of its own forces, by hiring a replacement contractor, or by any other means that City
determines advisable under the circumstances. Contractor and its surety shall be jointly and severally
Invitation for Bid (IFB) Package 14 Rev. April 20, 2015
CONSTRUCTION CONTRACT
liable for any additional cost incurred by City to complete the Work following termination. In addition, City
shall have the right to use any materials, supplies, and equipment belonging to Contractor and located at
the Worksite for the purposes of completing the remaining Work.
15.3 Damages to City.
15.3.1 For Contractor's Default. City will be entitled to recovery of all Losses under law or
equity in the event of Contractor’s default under the Contract Documents.
15.3.2 Compensation for Losses. In the event that City's Losses arise from Contractor’s default
under the Contract Documents, City shall be entitled to deduct the cost of such Losses from
monies otherwise payable to Contractor. If the Losses incurred by City exceed the amount
payable, Contractor shall be liable to City for the difference and shall promptly remit same to City.
15.4 Suspension by City
15.4.1 Suspension for Convenience. City may, at any time and from time to time, without
cause, order Contractor, in writing, to suspend, delay, or interrupt the Work in whole or in part for
such period of time, up to an aggregate of fifty percent (50%) of the Contract Time. The order
shall be specifically identified as a Suspension Order by City. Upon receipt of a Suspension Order,
Contractor shall, at City’s expense, comply with the order and take all reasonable steps to
minimize costs allocable to the Work covered by the Suspension Order. During the Suspension or
extension of the Suspension, if any, City shall either cancel the Suspension Order or, by Change
Order, delete the Work covered by the Suspension Order. If a Suspension Order is canceled or
expires, Contractor shall resume and continue with the Work. A Change Order will be issued to
cover any adjustments of the Contract Sum or the Contract Time necessarily caused by such
suspension. A Suspension Order shall not be the exclusive method for City to stop the Work.
15.4.2 Suspension for Cause. In addition to all other remedies available to City, if Contractor
fails to perform or correct work in accordance with the Contract Documents, City may
immediately order the Work, or any portion thereof, suspended until the cause for the suspension
has been eliminated to City’s satisfaction. Contractor shall not be entitled to an increase in
Contract Time or Contract Price for a suspension occasioned by Contractor’s failure to comply
with the Contract Documents. City’s right to suspend the Work shall not give rise to a duty to
suspend the Work, and City’s failure to suspend the Work shall not constitute a defense to
Contractor’s failure to comply with the requirements of the Contract Documents.
15.5 Termination Without Cause.
City may, at its sole discretion and without cause, terminate this Construction Contract in part or in whole
upon written notice to Contractor. Upon receipt of such notice, Contractor shall, at City’s expense, comply
with the notice and take all reasonable steps to minimize costs to close out and demobilize. The
compensation allowed under this Paragraph 15.5 shall be the Contractor’s sole and exclusive
compensation for such termination and Contractor waives any claim for other compensation or Losses,
including, but not limited to, loss of anticipated profits, loss of revenue, lost opportunity, or other
consequential, direct, indirect or incidental damages of any kind resulting from termination without cause.
Termination pursuant to this provision does not relieve Contractor or its sureties from any of their
obligations for Losses arising from or related to the Work performed by Contractor.
Invitation for Bid (IFB) Package 15 Rev. April 20, 2015
CONSTRUCTION CONTRACT
15.5.1 Compensation. Following such termination and within forty-five (45) Days after receipt
of a billing from Contractor seeking payment of sums authorized by this Paragraph 15.5.1, City
shall pay the following to Contractor as Contractor’s sole compensation for performance of the
Work :
.1 For Work Performed. The amount of the Contract Sum allocable to the portion of the
Work properly performed by Contractor as of the date of termination, less sums previously paid to
Contractor.
.2 For Close-out Costs. Reasonable costs of Contractor and its Subcontractors:
(i) Demobilizing and
(ii) Administering the close-out of its participation in the Project (including, without
limitation, all billing and accounting functions, not including attorney or expert fees) for a
period of no longer than thirty (30) Days after receipt of the notice of termination.
.3 For Fabricated Items. Previously unpaid cost of any items delivered to the Project Site
which were fabricated for subsequent incorporation in the Work.
.4 Profit Allowance. An allowance for profit calculated as four percent (4%) of the sum of
the above items, provided Contractor can prove a likelihood that it would have made a profit if
the Construction Contract had not been terminated.
15.5.2 Subcontractors. Contractor shall include provisions in all of its subcontracts, purchase
orders and other contracts permitting termination for convenience by Contractor on terms that
are consistent with this Construction Contract and that afford no greater rights of recovery against
Contractor than are afforded to Contractor against City under this Section.
15.6 Contractor’s Duties Upon Termination.
Upon receipt of a notice of termination for default or for convenience, Contractor shall, unless the notice
directs otherwise, do the following:
(i) Immediately discontinue the Work to the extent specified in the notice;
(ii) Place no further orders or subcontracts for materials, equipment, services or facilities,
except as may be necessary for completion of such portion of the Work that is not
discontinued;
(iii) Provide to City a description in writing, no later than fifteen (15) days after receipt of the
notice of termination, of all subcontracts, purchase orders and contracts that are
outstanding, including, without limitation, the terms of the original price, any changes,
payments, balance owing, the status of the portion of the Work covered and a copy of
the subcontract, purchase order or contract and any written changes, amendments or
modifications thereto, together with such other information as City may determine
necessary in order to decide whether to accept assignment of or request Contractor to
terminate the subcontract, purchase order or contract;
(iv) Promptly assign to City those subcontracts, purchase orders or contracts, or portions
thereof, that City elects to accept by assignment and cancel, on the most favorable terms
reasonably possible, all subcontracts, purchase orders or contracts, or portions thereof,
that City does not elect to accept by assignment; and
(v) Thereafter do only such Work as may be necessary to preserve and protect Work already
in progress and to protect materials, plants, and equipment on the Project Site or in
transit thereto.
Upon termination, whether for cause or for convenience, the provisions of the Contract
Documents remain in effect as to any Claim, indemnity obligation, warranties, guarantees,
Invitation for Bid (IFB) Package 16 Rev. April 20, 2015
CONSTRUCTION CONTRACT
submittals of as-built drawings, instructions, or manuals, or other such rights and obligations
arising prior to the termination date.
SECTION 16 CONTRACTOR'S RIGHTS AND REMEDIES.
16.1 Contractor’s Remedies.
Contractor may terminate this Construction Contract only upon the occurrence of one of the following:
16.1.1 For Work Stoppage. The Work is stopped for sixty (60) consecutive Days, through no act
or fault of Contractor, any Subcontractor, or any employee or agent of Contractor or any
Subcontractor, due to issuance of an order of a court or other public authority other than City
having jurisdiction or due to an act of government, such as a declaration of a national emergency
making material unavailable. This provision shall not apply to any work stoppage resulting from
the City’s issuance of a suspension notice issued either for cause or for convenience.
16.1.2 For City's Non-Payment. If City does not make pay Contractor undisputed sums within
ninety (90) Days after receipt of notice from Contractor, Contractor may terminate the
Construction Contract (30) days following a second notice to City of Contractor’s intention to
terminate the Construction Contract.
16.2 Damages to Contractor.
In the event of termination for cause by Contractor, City shall pay Contractor the sums provided for in
Paragraph 15.5.1 above. Contractor agrees to accept such sums as its sole and exclusive compensation
and agrees to waive any claim for other compensation or Losses, including, but not limited to, loss of
anticipated profits, loss of revenue, lost opportunity, or other consequential, direct, indirect and incidental
damages, of any kind.
SECTION 17 ACCOUNTING RECORDS.
17.1 Financial Management and City Access.
Contractor shall keep full and detailed accounts and exercise such controls as may be necessary for proper
financial management under this Construction Contract in accordance with generally accepted accounting
principles and practices. City and City's accountants during normal business hours, may inspect, audit and
copy Contractor's records, books, estimates, take-offs, cost reports, ledgers, schedules, correspondence,
instructions, drawings, receipts, subcontracts, purchase orders, vouchers, memoranda and other data
relating to this Project. Contractor shall retain these documents for a period of three (3) years after the
later of (i) Final Payment or (ii) final resolution of all Contract Disputes and other disputes, or (iii) for such
longer period as may be required by law.
Invitation for Bid (IFB) Package 17 Rev. April 20, 2015
CONSTRUCTION CONTRACT
17.2 Compliance with City Requests.
Contractor's compliance with any request by City pursuant to this Section 17 shall be a condition precedent
to filing or maintenance of any legal action or proceeding by Contractor against City and to Contractor's
right to receive further payments under the Contract Documents. City many enforce Contractor’s
obligation to provide access to City of its business and other records referred to in Section 17.1 for
inspection or copying by issuance of a writ or a provisional or permanent mandatory injunction by a court
of competent jurisdiction based on affidavits submitted to such court, without the necessity of oral
testimony.
SECTION 18 INDEPENDENT PARTIES.
18.1 Status of parties.
Each party is acting in its independent capacity and not as agents, employees, partners, or joint ventures’
of the other party. City, its officers or employees shall have no control over the conduct of Contractor or
its respective agents, employees, subconsultants, or subcontractors, except as herein set forth.
SECTION 19 NUISANCE.
19.1 Nuisance Prohibited.
Contractor shall not maintain, commit, nor permit the maintenance or commission of any nuisance in
connection in the performance of services under this Construction Contract.
SECTION 20 PERMITS AND LICENSES.
20.1 Payment of Fees.
Except as otherwise provided in the Special Provisions and Technical Specifications, The Contractor shall
provide, procure and pay for all licenses, permits, and fees, required by the City or other government
jurisdictions or agencies necessary to carry out and complete the Work. Payment of all costs and expenses
for such licenses, permits, and fees shall be included in one or more Bid items. No other compensation
shall be paid to the Contractor for these items or for delays caused by non-City inspectors or conditions set
forth in the licenses or permits issued by other agencies.
SECTION 21 WAIVER.
21.1 Waiver.
A waiver by either party of any breach of any term, covenant, or condition contained herein shall not be
deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition
contained herein, whether of the same or a different character.
Invitation for Bid (IFB) Package 18 Rev. April 20, 2015
CONSTRUCTION CONTRACT
SECTION 22 GOVERNING LAW AND VENUE; COMPLIANCE WITH LAWS.
22.1 Governing Law.
This Construction Contract shall be construed in accordance with and governed by the laws of the State of
California, and venue shall be in a court of competent jurisdiction in the County of Santa Clara, and no
other place.
22.2 Compliance with Laws.
Contractor shall comply with all applicable federal and California laws and city laws, including, without
limitation, ordinances and resolutions, in the performance of work under this Construction Contract.
SECTION 23 COMPLETE AGREEMENT.
23.1 Integration.
This Agreement represents the entire and integrated agreement between the parties and supersedes all
prior negotiations, representations, and contracts, either written or oral. This Agreement may be amended
only by a written instrument, which is signed by the parties.
SECTION 24 SURVIVAL OF CONTRACT.
24.1 Survival of Provisions.
The provisions of the Construction Contract which by their nature survive termination of the Construction
Contract or Final Completion, including, without limitation, all warranties, indemnities, payment
obligations, and City’s right to audit Contractor’s books and records, shall remain in full force and effect
after Final Completion or any termination of the Construction Contract.
SECTION 25 PREVAILING WAGES.
This Project is not subject to prevailing wages. Contractor is not required to pay prevailing wages in the
performance and implementation of the Project in accordance with SB 7, if the public works contract does
not include a project of $25,000 or less, when the project is for construction work, or the contract does not
include a project of $15,000 or less, when the project is for alteration, demolition, repair, or maintenance
(collectively, ‘improvement’) work.
Or
Contractor is required to pay general prevailing wages as defined in Subchapter 3, Title 8 of the
California Code of Regulations and Section 16000 et seq. and Section 1773.1 of the California Labor Code.
Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the City Council has
obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work
in this locality for each craft, classification, or type of worker needed to execute the contract for this
Project from the Director of the Department of Industrial Relations (“DIR”). Copies of these rates may be
obtained at the Purchasing Division’s office of the City of Palo Alto. Contractor shall provide a copy of
prevailing wage rates to any staff or subcontractor hired, and shall pay the adopted prevailing wage rates
as a minimum. Contractor shall comply with the provisions of all sections, including, but not limited to,
Sections 1775, 1776, 1777.5, 1782, 1810, and 1813, of the Labor Code pertaining to prevailing wages.
Invitation for Bid (IFB) Package 19 Rev. April 20, 2015
CONSTRUCTION CONTRACT
SECTION 26 NON-APPROPRIATION.
26.1 Appropriations.
This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto
Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the
event that the City does not appropriate funds for the following fiscal year for this event, or (b) 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 Construction Contract are no longer available. This section shall take precedence in the event of a
conflict with any other covenant, term, condition, or provision of this Agreement.
SECTION 27 AUTHORITY.
27.1 Representation of Parties.
The individuals executing this Agreement represent and warrant that they have the legal capacity and
authority to do so on behalf of their respective legal entities.
SECTION 28 COUNTERPARTS
28.1 Multiple Counterparts.
This Agreement may be signed in multiple counterparts, which shall, when executed by all the parties,
constitute a single binding agreement.
SECTION 29 SEVERABILITY.
29.1 Severability.
In case a provision of this Construction Contract is held to be invalid, illegal or unenforceable, the validity,
legality and enforceability of the remaining provisions shall not be affected.
SECTION 30 STATUTORY AND REGULATORY REFERENCES.
30.1 Amendments to Laws.
With respect to any amendments to any statutes or regulations referenced in these Contract Documents,
the reference is deemed to be the version in effect on the date that the Contract was awarded by City,
unless otherwise required by law.
SECTION 31 WORKERS’ COMPENSATION CERTIFICATION.
31.1 Workers Compensation.
Pursuant to Labor Code Section 1861, by signing this Contract, Contractor certifies as follows:
“I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be
insured against liability for workers’ compensation or to undertake self-insurance in accordance with the
provisions of that code, and I will comply with such provisions before commencing the performance of the
Work on this Contract.”
Invitation for Bid (IFB) Package 20 Rev. April 20, 2015
CONSTRUCTION CONTRACT
SECTION 32 DIR REGISTRATION AND OTHER SB 854 REQUIREMENTS.
32.1 General Notice to Contractor.
City requires Contractor and its listed subcontractors to comply with the requirements of SB 854.
32.2 Labor Code section 1771.1(a)
City provides notice to Contractor of the requirements of California Labor Code section 1771.1(a), which
reads:
“A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the
requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract
for public work, as defined in this chapter, unless currently registered and qualified to perform public work
pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a
bid that is authorized by Section 7029.1 of the Business and Professions Code or Section 10164 or 20103.5
of the Public Contract Code, provided the contactor is registered to perform public work pursuant to
Section 1725.5 at the time the contract is awarded.”
32.3 DIR Registration Required.
City will not accept a bid proposal from or enter into this Construction Contract with Contractor without
proof that Contractor and its listed subcontractors are registered with the California Department of
Industrial Relations (“DIR”) to perform public work, subject to limited exceptions.
32.4 Posting of Job Site Notices.
City gives notice to Contractor and its listed subcontractors that Contractor is required to post all job site
notices prescribed by law or regulation and Contractor is subject to SB 854-compliance monitoring and
enforcement by DIR.
32.5 Payroll Records.
City requires Contractor and its listed subcontractors to comply with the requirements of Labor Code
section 1776, including:
(i) Keep accurate payroll records, showing the name, address, social security
number, work classification, straight time and overtime hours worked each day
and week, and the actual per diem wages paid to each journeyman, apprentice,
worker, or other employee employed by, respectively, Contractor and its listed
subcontractors, in connection with the Project.
(ii) The payroll records shall be verified as true and correct and shall be certified
and made available for inspection at all reasonable hours at the principal office
of Contractor and its listed subcontractors, respectively.
(iii) At the request of City, acting by its project manager, Contractor and its listed
subcontractors shall make the certified payroll records available for inspection
or furnished upon request to the project manager within ten (10) days of receipt
of City’s request. City requests Contractor and its listed subcontractors to
submit the certified payroll records at the end of each week during the Project.
Invitation for Bid (IFB) Package 21 Rev. April 20, 2015
CONSTRUCTION CONTRACT
(iv) If the certified payroll records are not produced to the project manager within
the 10-day period, then Contractor and its listed subcontractors shall be subject
to a penalty of one hundred dollars ($100.00) per calendar day, or portion
thereof, for each worker, and City shall withhold the sum total of penalties from
the progress payment(s) then due and payable to Contractor. This provision
supplements the provisions of Section 15 hereof.
(v) Inform the project manager of the location of contractor’s and its listed
subcontractors’ payroll records (street address, city and county) at the
commencement of the Project, and also provide notice to the project manager
within five (5) business days of any change of location of those payroll records.
IN WITNESS WHEREOF, the parties have caused this Construction Contract to be executed the
date and year first above written.
CITY OF PALO ALTO
____________________________
City Manager
APPROVED AS TO FORM:
____________________________
Senior Deputy City Attorney
CASEY CONSTRUCTION, INC.
By:___________________________
Name:________________________
Title:__________________________
Date: _________________________
Bid Evaulation Sheet:
Sewer Lateral Replacement and On-Call Sewer Work
Bid Item Description Count Rate Total Rate Total
A-1.
Removing and Replacing Existing 4”
Sanitary Sewer Service Lateral up to 8’
invert depth by Open Cut
20 Each
5,900.00$ 118,000.00$ 6,220.00$ 124,400.00$
A-2.
Removing and Replacing Existing 4”
Sanitary Sewer Service Lateral up to 8’
invert depth by Pipe Burst
70 Each 5,500.00$ 385,000.00$ 5,400.00$ 378,000.00$
A-3.
Removing and Replacing Existing 4”
Sanitary Sewer Service Lateral greater
than 8’ invert depth up to 12’ invert depth
by Open Cut
5 Each
6,000.00$ 30,000.00$ 6,000.00$ 30,000.00$
A-4.
Removing and Replacing Existing 4”
Sanitary Sewer Service Lateral greater
than 8’ invert depth up to 12’ invert depth
by Pipe Burst
5 Each
5,600.00$ 28,000.00$ 5,900.00$ 29,500.00$
A-5.
Removing and Replacing Existing 6”
Sanitary Sewer Service Lateral up to 8’
invert depth by Open Cut
5 Each 6,000.00$ 30,000.00$ 6,200.00$ 31,000.00$
A-6.
Removing and Replacing Existing 6”
Sanitary Sewer Service Lateral up to 8’
invert depth by Pipe Burst
5 Each 5,600.00$ 28,000.00$ 5,600.00$ 28,000.00$
A-7.
Removing and Replacing Existing 6”
Sanitary Sewer Service Lateral greater
than 8’ invert depth up to 12’ invert depth
by Open Cut
3 Each
6,200.00$ 18,600.00$ 6,000.00$ 18,000.00$
A-8.
Removing and Replacing Existing 6”
Sanitary Sewer Service Lateral greater
than 8’ invert depth up to 12’ invert depth
by Pipe Burst.
2 Each
5,700.00$ 11,400.00$ 6,200.00$ 12,400.00$
A-9. Demo of 4” Sanitary Sewer Service
Lateral up to 8’ invert depth 5 Each 4,000.00$ 20,000.00$ 5,000.00$ 25,000.00$
A-10.Demo of 6” Sanitary Sewer Service
Lateral up to 8’ invert depth 5 Each 4,000.00$ 20,000.00$ 5,000.00$ 25,000.00$
A-11.
Demo of 4” Sanitary Sewer Service
Lateral greater 8’ invert depth up to 12’
invert depth
5 Each 4,000.00$ 20,000.00$ 5,000.00$ 25,000.00$
A-12.
Demo of 6” Sanitary Sewer Service
Lateral greater 8’ invert depth up to 12’
invert depth
5 Each 4,250.00$ 21,250.00$ 5,000.00$ 25,000.00$
PERIOD 1 (BASE BID)730,250.00$ 751,300.00$
C2R - Low Bidder Casey
ATTACHMENT B
Bid Evaulation Sheet:
Sewer Lateral Replacement and On-Call Sewer Work
Bid Item Description Count Rate Total Rate Total
C2R - Low Bidder Casey
B-1.
Removing and Replacing Existing 4”
Sanitary Sewer Service Lateral up to 8’
invert depth by Open Cut
20 Each
6,100.00$ 122,000.00$ 6,318.00$ 126,360.00$
B-2.
Removing and Replacing Existing 4”
Sanitary Sewer Service Lateral up to 8’
invert depth by Pipe Burst
70 Each 5,700.00$ 399,000.00$ 5,516.00$ 386,120.00$
B-3.
Removing and Replacing Existing 4”
Sanitary Sewer Service Lateral greater
than 8’ invert depth up to 12’ invert depth
by Open Cut
5 Each
6,100.00$ 30,500.00$ 6,240.00$ 31,200.00$
B-4.
Removing and Replacing Existing 4”
Sanitary Sewer Service Lateral greater
than 8’ invert depth up to 12’ invert depth
by Pipe Burst
5 Each
5,700.00$ 28,500.00$ 6,136.00$ 30,680.00$
B-5.
Removing and Replacing Existing 6”
Sanitary Sewer Service Lateral up to 8’
invert depth by Open Cut
5 Each 6,120.00$ 30,600.00$ 6,448.00$ 32,240.00$
B-6.
Removing and Replacing Existing 6”
Sanitary Sewer Service Lateral up to 8’
invert depth by Pipe Burst
5 Each 5,712.00$ 28,560.00$ 5,824.00$ 29,120.00$
B-7.
Removing and Replacing Existing 6”
Sanitary Sewer Service Lateral greater
than 8’ invert depth up to 12’ invert depth
by Open Cut
3 Each
6,300.00$ 18,900.00$ 6,240.00$ 18,720.00$
B-8.
Removing and Replacing Existing 6”
Sanitary Sewer Service Lateral greater
than 8’ invert depth up to 12’ invert depth
by Pipe Burst.
2 Each
5,800.00$ 11,600.00$ 6,448.00$ 12,896.00$
B-9. Demo of 4” Sanitary Sewer Service
Lateral up to 8’ invert depth 5 Each 4,100.00$ 20,500.00$ 5,200.00$ 26,000.00$
B-10.Demo of 6” Sanitary Sewer Service
Lateral up to 8’ invert depth 5 Each 4,200.00$ 21,000.00$ 5,200.00$ 26,000.00$
B-11.
Demo of 4” Sanitary Sewer Service
Lateral greater 8’ invert depth up to 12’
invert depth
5 Each 4,100.00$ 20,500.00$ 5,200.00$ 26,000.00$
B-12.
Demo of 6” Sanitary Sewer Service
Lateral greater 8’ invert depth up to 12’
invert depth
5 Each 4,500.00$ 22,500.00$ 5,200.00$ 26,000.00$
PERIOD 2 (BASE BID)754,160.00$ 771,336.00$
Bid Evaulation Sheet:
Sewer Lateral Replacement and On-Call Sewer Work
Bid Item Description Count Rate Total Rate Total
C2R - Low Bidder Casey
C-1.
Removing and Replacing Existing 4”
Sanitary Sewer Service Lateral up to 8’
invert depth by Open Cut
20 Each
6,200.00$ 124,000.00$ 6,576.00$ 131,520.00$
C-2.
Removing and Replacing Existing 4”
Sanitary Sewer Service Lateral up to 8’
invert depth by Pipe Burst
70 Each 5,750.00$ 402,500.00$ 5,740.00$ 401,800.00$
C-3.
Removing and Replacing Existing 4”
Sanitary Sewer Service Lateral greater
than 8’ invert depth up to 12’ invert depth
by Open Cut
5 Each
6,300.00$ 31,500.00$ 6,489.00$ 32,445.00$
C-4.
Removing and Replacing Existing 4”
Sanitary Sewer Service Lateral greater
than 8’ invert depth up to 12’ invert depth
by Pipe Burst
5 Each
5,900.00$ 29,500.00$ 6,381.00$ 31,905.00$
C-5.
Removing and Replacing Existing 6”
Sanitary Sewer Service Lateral up to 8’
invert depth by Open Cut
5 Each 6,300.00$ 31,500.00$ 6,705.00$ 33,525.00$
C-6.
Removing and Replacing Existing 6”
Sanitary Sewer Service Lateral up to 8’
invert depth by Pipe Burst
5 Each 5,900.00$ 29,500.00$ 6,056.00$ 30,280.00$
C-7.
Removing and Replacing Existing 6”
Sanitary Sewer Service Lateral greater
than 8’ invert depth up to 12’ invert depth
by Open Cut
3 Each
6,500.00$ 19,500.00$ 6,489.00$ 19,467.00$
C-8.
Removing and Replacing Existing 6”
Sanitary Sewer Service Lateral greater
than 8’ invert depth up to 12’ invert depth
by Pipe Burst.
2 Each
6,000.00$ 12,000.00$ 6,705.00$ 13,410.00$
C-9. Demo of 4” Sanitary Sewer Service
Lateral up to 8’ invert depth 5 Each 4,300.00$ 21,500.00$ 5,408.00$ 27,040.00$
C-10.Demo of 6” Sanitary Sewer Service
Lateral up to 8’ invert depth 5 Each 4,400.00$ 22,000.00$ 5,408.00$ 27,040.00$
C-11.
Demo of 4” Sanitary Sewer Service
Lateral greater 8’ invert depth up to 12’
invert depth
5 Each 4,500.00$ 22,500.00$ 5,408.00$ 27,040.00$
C-12.
Demo of 6” Sanitary Sewer Service
Lateral greater 8’ invert depth up to 12’
invert depth
5 Each 4,800.00$ 24,000.00$ 5,408.00$ 27,040.00$
PERIOD 3 (BASE BID)770,000.00$ 802,512.00$
Bid Evaulation Sheet:
Sewer Lateral Replacement and On-Call Sewer Work
Bid Item Description Count Rate Total Rate Total
C2R - Low Bidder Casey
D-1.
Removing Existing Sanitary Sewer Main
and Replacing with 6” Sanitary Sewer
Main up to 8’ invert depth
300 LF 80.00$ 24,000.00$ 125.00$ 37,500.00$
D-2.
Removing Existing Sanitary Sewer Main
and Replacing with 8” Sanitary Sewer
Main up to 8’ invert depth
300 LF 110.00$ 33,000.00$ 130.00$ 39,000.00$
D-3.
Removing Existing Sanitary Sewer Main
and Replacing with 10” Sanitary Sewer
Main up to 8’ invert depth
100 LF 115.00$ 11,500.00$ 140.00$ 14,000.00$
D-4.
Removing Existing Sanitary Sewer Main
and Replacing with 12” Sanitary Sewer
Main up to 8’ invert depth
100 LF 125.00$ 12,500.00$ 160.00$ 16,000.00$
D-5.
Removing Existing Sanitary Sewer Main
and Replacing with 15” Sanitary Sewer
Main up to 8’ invert depth
100 LF 118.00$ 11,800.00$ 180.00$ 18,000.00$
D-6.
Additional Cost, excavation greater than
8’ invert depth up to 12’ invert depth for
main replacement
300 LF 125.00$ 37,500.00$ 70.00$ 21,000.00$
D-7.Spot Repair 6” thru 10” Sewer Main up to
8’ invert depth 1 each 5,200.00$ 5,200.00$ 6,800.00$ 6,800.00$
D-8.Spot Repair 12” to 15” Sewer Main up to
8’ invert depth 1 Each 5,500.00$ 5,500.00$ 7,800.00$ 7,800.00$
D-9.Spot Repair 6” to 10” Sewer Main greater
than 8’ invert depth up to 12’ invert depth 1 Each
6,000.00$ 6,000.00$ 8,200.00$ 8,200.00$
D-10.
Spot Repair 12” to 15” Sewer Main
greater than 8’ invert depth up to 12’invert
depth
1 Each
6,000.00$ 6,000.00$ 10,200.00$ 10,200.00$
D-11.Replacing a 48” dia. Manhole up to 8’
invert depth 1 Each 6,000.00$ 6,000.00$ 6,200.00$ 6,200.00$
D-12.Replacing a 60” dia. Manhole up to 8’
invert depth 1 Each 7,000.00$ 7,000.00$ 8,500.00$ 8,500.00$
D-13.Constructing a New 48” dia. Manhole up
to 8’ invert depth 1 Each 6,000.00$ 6,000.00$ 6,200.00$ 6,200.00$
D-14.Constructing a New 60” dia. Manhole up
to 8’ invert depth 1 Each 7,000.00$ 7,000.00$ 8,500.00$ 8,500.00$
D-15.Installing or Replacing 4” to 6” Sewer
Lateral Cleanout up to 8’ invert depth 1 Each 600.00$ 600.00$ 2,500.00$ 2,500.00$
D-16.
Surface Restoration of AC greater than 8”
and up to 10” for AC Pavement
Restoration.
300 sf
25.00$ 7,500.00$ 10.00$ 3,000.00$
D-17.
Surface Restoration of PCC greater than
6” and up to 8” for PCC Pavement
Restoration.
300 sf 20.00$ 6,000.00$ 18.00$ 5,400.00$
D-18.
Surface Restoration of AC over PCC. AC
greater than 2” and up to 4”, PCC greater
than 4” up to 6” for AC over PCC
Pavement Restoration.
300 sf
17.50$ 5,250.00$ 25.00$ 7,500.00$
PERIOD 1 (ADDITIVE BID)198,350.00$ 226,300.00$
Bid Evaulation Sheet:
Sewer Lateral Replacement and On-Call Sewer Work
Bid Item Description Count Rate Total Rate Total
C2R - Low Bidder Casey
E-1.
Removing Existing Sanitary Sewer Main
and Replacing with 6” Sanitary Sewer
Main up to 8’ invert depth
300 LF 100.00$ 30,000.00$ 130.00$ 39,000.00$
E-2.
Removing Existing Sanitary Sewer Main
and Replacing with 8” Sanitary Sewer
Main up to 8’ invert depth
300 LF 100.00$ 30,000.00$ 135.00$ 40,500.00$
E-3.
Removing Existing Sanitary Sewer Main
and Replacing with 10” Sanitary Sewer
Main up to 8’ invert depth
100 LF 110.00$ 11,000.00$ 145.00$ 14,500.00$
E-4.
Removing Existing Sanitary Sewer Main
and Replacing with 12” Sanitary Sewer
Main up to 8’ invert depth
100 LF 115.00$ 11,500.00$ 166.00$ 16,600.00$
E-5.
Removing Existing Sanitary Sewer Main
and Replacing with 15” Sanitary Sewer
Main up to 8’ invert depth
100 LF 120.00$ 12,000.00$ 187.00$ 18,700.00$
E-6.
Additional Cost, excavation greater than
8’ invert depth up to 12’ invert depth for
main replacement
300 LF 128.00$ 38,400.00$ 72.00$ 21,600.00$
E-7.Spot Repair 6” thru 10” Sewer Main up to
8’ invert depth 1 each 5,304.00$ 5,304.00$ 7,072.00$ 7,072.00$
E-8.Spot Repair 12” to 15” Sewer Main up to
8’ invert depth 1 Each 5,610.00$ 5,610.00$ 8,112.00$ 8,112.00$
E-9.Spot Repair 6” to 10” Sewer Main greater
than 8’ invert depth up to 12’ invert depth 1 Each
6,120.00$ 6,120.00$ 8,528.00$ 8,528.00$
E-10.
Spot Repair 12” to 15” Sewer Main
greater than 8’ invert depth up to 12’invert
depth
1 Each
6,120.00$ 6,120.00$ 10,608.00$ 10,608.00$
E-11.Replacing a 48” dia. Manhole up to 8’
invert depth 1 Each 6,120.00$ 6,120.00$ 6,448.00$ 6,448.00$
E-12.Replacing a 60” dia. Manhole up to 8’
invert depth 1 Each 7,140.00$ 7,140.00$ 8,840.00$ 8,840.00$
E-13.Constructing a New 48” dia. Manhole up
to 8’ invert depth 1 Each 6,120.00$ 6,120.00$ 6,448.00$ 6,448.00$
E-14.Constructing a New 60” dia. Manhole up
to 8’ invert depth 1 Each 7,140.00$ 7,140.00$ 8,840.00$ 8,840.00$
E-15.Installing or Replacing 4” to 6” Sewer
Lateral Cleanout up to 8’ invert depth 1 Each 612.00$ 612.00$ 2,500.00$ 2,500.00$
E-16.
Surface Restoration of AC greater than 8”
and up to 10” for AC Pavement
Restoration.
300 sf
26.00$ 7,800.00$ 11.00$ 3,300.00$
E-17.
Surface Restoration of PCC greater than
6” and up to 8” for PCC Pavement
Restoration.
300 sf 22.00$ 6,600.00$ 19.00$ 5,700.00$
E-18.
Surface Restoration of AC over PCC. AC
greater than 2” and up to 4”, PCC greater
than 4” up to 6” for AC over PCC
Pavement Restoration.
300 sf
18.00$ 5,400.00$ 26.00$ 7,800.00$
PERIOD 2 (ADDITIVE BID)202,986.00$ 235,096.00$
Bid Evaulation Sheet:
Sewer Lateral Replacement and On-Call Sewer Work
Bid Item Description Count Rate Total Rate Total
C2R - Low Bidder Casey
F-1.
Removing Existing Sanitary Sewer Main
and Replacing with 6” Sanitary Sewer
Main up to 8’ invert depth
300 LF 102.00$ 30,600.00$ 135.00$ 40,500.00$
F-2.
Removing Existing Sanitary Sewer Main
and Replacing with 8” Sanitary Sewer
Main up to 8’ invert depth
300 LF 102.00$ 30,600.00$ 140.00$ 42,000.00$
F-3.
Removing Existing Sanitary Sewer Main
and Replacing with 10” Sanitary Sewer
Main up to 8’ invert depth
100 LF 112.00$ 11,200.00$ 150.00$ 15,000.00$
F-4.
Removing Existing Sanitary Sewer Main
and Replacing with 12” Sanitary Sewer
Main up to 8’ invert depth
100 LF 117.00$ 11,700.00$ 172.00$ 17,200.00$
F-5.
Removing Existing Sanitary Sewer Main
and Replacing with 15” Sanitary Sewer
Main up to 8’ invert depth
100 LF 125.00$ 12,500.00$ 194.00$ 19,400.00$
F-6.
Additional Cost, excavation greater than
8’ invert depth up to 12’ invert depth for
main replacement
300 LF 130.00$ 39,000.00$ 74.00$ 22,200.00$
F-7.Spot Repair 6” thru 10” Sewer Main up to
8’ invert depth 1 each 5,300.00$ 5,300.00$ 7,354.00$ 7,354.00$
F-8.Spot Repair 12” to 15” Sewer Main up to
8’ invert depth 1 Each 5,500.00$ 5,500.00$ 8,436.00$ 8,436.00$
F-9.Spot Repair 6” to 10” Sewer Main greater
than 8’ invert depth up to 12’ invert depth 1 Each
6,100.00$ 6,100.00$ 8,869.00$ 8,869.00$
F-10.
Spot Repair 12” to 15” Sewer Main
greater than 8’ invert depth up to 12’invert
depth
1 Each
6,200.00$ 6,200.00$ 11,032.00$ 11,032.00$
F-11.Replacing a 48” dia. Manhole up to 8’
invert depth 1 Each 6,240.00$ 6,240.00$ 6,705.00$ 6,705.00$
F-12.Replacing a 60” dia. Manhole up to 8’
invert depth 1 Each 7,280.00$ 7,280.00$ 9,193.00$ 9,193.00$
F-13.Constructing a New 48” dia. Manhole up
to 8’ invert depth 1 Each 6,240.00$ 6,240.00$ 6,705.00$ 6,705.00$
F-14.Constructing a New 60” dia. Manhole up
to 8’ invert depth 1 Each 7,280.00$ 7,280.00$ 9,193.00$ 9,193.00$
F-15.Installing or Replacing 4” to 6” Sewer
Lateral Cleanout up to 8’ invert depth 1 Each 620.00$ 620.00$ 2,704.00$ 2,704.00$
F-16.
Surface Restoration of AC greater than 8”
and up to 10” for AC Pavement
Restoration.
300 sf
32.00$ 9,600.00$ 12.00$ 3,600.00$
F-17.
Surface Restoration of PCC greater than
6” and up to 8” for PCC Pavement
Restoration.
300 sf 26.00$ 7,800.00$ 20.00$ 6,000.00$
F-18.
Surface Restoration of AC over PCC. AC
greater than 2” and up to 4”, PCC greater
than 4” up to 6” for AC over PCC
Pavement Restoration.
300 sf
24.00$ 7,200.00$ 27.00$ 8,100.00$
PERIOD 3 (ADDITIVE BID)210,960.00$ 244,191.00$
TOTAL BID
Period 1 (Base + Additive)928,600.00$ 977,600.00$
Period 2 (Base + Additive)957,146.00$ 1,006,432.00$
Period 3 (Base + Additive)980,960.00$ 1,046,703.00$
GRAND TOTAL (Period 1 + 2 + 3) / 3 955,568.67$ 1,010,245.00$