Loading...
HomeMy WebLinkAbout2001-01-16 City Council (8)City of Palo Alto City Manager’s Report TO: FROM: HONORABLE CITY COUNCIL CITY MANAGER DEPARTMENT: UTILITIES DATE:JANUARY 16, 2000 CMR:101:01 SUBJECT:AWARD OF CONTRACT IN THE AMOUNT OF $1,575,642 WITH DARCY & HARTY CONSTRUCTION, INC. FOR PROJECT 11 SANITARY SEWER REHABILITATION CAPITAL IMPROVEMENT PROGRAM PROJECTS 37812 AND 37815. ~IENDATION Staff rccomnlcnds that Council: 1. Appro\c and authorize the Mayor to execute the attached contract with Darcy &Harty Construction, ,Inc. in the amount of $1,432,402 for Project 11 Sanitary Sewer Rehabilitation Capital Improvement Program projects 37812 and 37815. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Darcy & Harry Construction, Inc. for related, additional but unforeseen work, which may develop during the project, the total value of which shall not exceed $143,240. DISCUSSION Project Description The Wastewater Collection Master Plan’s inflow/infiltration Studies indicate that the sanitary sewer pipes in the City of Palo Alto Wastewater Collection Sewer Basins B01 and B07 (see Project Map, Attachment "B") contain many defects such as root intrusions, broken pipe sections, broken service connections, leaking pipe joints, and other failing pipe integrity. The CMR:101:01 Page 1 of 3 rehabilitation specified in Project 11 Sanitary Sewer Rehabilitation will produce a new, structurally sound, leak-free piping system with improved carrying capacity. This project will rehabilitate/replace approximately 16,000 lineal feet of 6-inch diameter and 8-inch diameter sanitary sewer mains (pipes) with new 6-inch and 8-inch diameter pipes. Also included in this project are the replacements of approximately 329 sanitary sewer service laterals (service pipes) with new 4-inch diameter pipes. Approximately 61 existing leaking brick sewer manholes will also be re~laced with new concrete manholes in this project. Bid Process A notice inviting formal bids for Project .il Sanitary Sewer Rehabilitation was sent on Octbber 31, 2000 to ten builders’ exchanges and twelve contractors. A total of 21 additional requests from contractors and suppliers were received and processed. The bidding period was 35 calendar days. A non-mandatory pre-bid conference was held on November 14, 2000; one contractor attended the meeting. Bids were received from seven contractors on November 5, 2000, as listed on the attached bid summary (Attachment "C"). Bids ranged from a high of $2,288,845 to a low bid of $1,432,402. Contractors not responding indicated that they did not submit a bid because they were too busy. Staff has reviewed all bids submitted and recommends that the bid of $1,432,402 submitted by Darcy & Harty, Inc. be accepted and that Darcy & Harty, Inc. be declared the lowest responsible bidder. This bid is 12.6 percent below the engineer’s estimate of $1,638,261. The change order amount of $143,240, which equals ten percent o.f the total contract, is requested for additional but unforeseen work which may develop during the project. Staff checked references supplied by Darcy & Harty, Inc. 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 available in the fiscal year 2000-01 Capital Improvement Program budget for Wastewater Collection System Rehabilitation/Augmentation. POLICY IMPLICATIONS This report does not represent any change to existing City policies. CMR:101:01 Page 2 of 3 ENVIRONMENTAL ASSESSMENT This project is categorically exempt from the provisions of California Environmental Quality Act and no further environmental review is necessary. ATTACHMENTS A:Contract B:Project Location Maps C:Bid Summary PREPARED BY: Scott Bradshaw, Roger Cwiak, Edward Wu, An Q. Le DEPARTMENT HEAD: of Utilities CITY MANAGER APPROVAL: AUDREY Assistant to the City Manager CMR:101:01 Page 3 of 3 PARTII-FORMAL CONTRACT SECTION 500 CONTRACT NO. (Public Works) The Contract, number dated ~__, is entered into by and between the City of Palo Alto, a chartered city and a municipal corporation of the State .of California ("City"), and Darc¥ & Hart¥ Construction, Inc., a California Corporation, ("Contractor"). For and in consideration of the covenants, terms, and conditions ("the provisions") of this Contract, City and Contractor (’’the parties") agree: Term. This Contract shall commence and be binding on the parties on the Date of Execution of this Contract, and shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder, subject to the earlier termination of this Contract. General Scope of Project and Work. Contractor shall furnish labor, services, materials, and equipment in connection with the construction of the Project and complete the Work in accordance with the. covenants, terms, and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as follows: Project 11 Sanitary Sewer Rehabilitation; Invitation For Bid (IFB) Number 129413 Total Bid: $ 1,432,402.00 Contract Documents. This Contract shall consist of the documents set forth below, which are on file with the City Clerk and are hereby incorporated by reference. For the purposes of construing, interpreting, and resolving inconsistencies between and among the provisions of this Contract, these documents and the provisions thereof are set forth in the following descending order of precedence. This Contract. Invitation for Bid. Project Specifications. Drawings. Change Orders. Bid. Supplementary Conditions. General Conditions. Standard Drawings and Specifications (1992). Certificate of Insurance, Performance Bond, Labor & Materials (Payment) Bond. Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the Standard Drawings and Specifications (1992). Any other document not expressly mentioned herein which is issued by City 6r entered into by the parties. Compensation. In consideration of Contractor’s performance of its obligations hereunder, City shall pay to Contractor the amount set forth in Contractor’s Bid in accordance with the provisions of this Contract and upon the receipt of written invoices and all necessary supporting documentation within the time set forth in the Contract Specifications and the Standard Drawings and Specifications (1992), or~ if no time is stated, within thirty (30) Days of receipt of Contractor’s invoices. CITY OF PALO ALTO IFB 129413 PAGE 1 OF 7 PART II - FORMAL CONTRACT SECTION 50O Insurance. On or before the Date of Execution, Contractor shall obtain and maintain the policies of insurance coverage described in the Invitation for Bid on terms and conditions and in amounts as may be required by the Risk Manager. City shall not be obligated to takeout insurance on Contractor’s personal property or the personal property of any .person performing labor or services or supplying materials or equipment under the Project. Contractor shall furnish City with the certificates of insurance and with original endorsements affecting coverage required under this Contract on or before the Date of Execution. The certificates and endorsements for each insurance policy shall be signed by a person who is authorized by that insurer to bind coverage in its behalf. Proof of insurance shall be mailed to the Project Manager to the address set forth in Section 15 of this Contract. 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 ludgments, arising, in whole or in part, directly or indirectly, at any time from any injury to or death of persons or damage to property as a result of the willful acts or the negligent acts or omissions of Contractor, or which result from Contractor’s noncompliance with any Law respecting the cond=hon, 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 prov,s=ons 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. "rh~s ,ndemnification 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 obhgations 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. §§9601- 6975, as amended); the Resource Conservation and Recover Act (42 U.S.C. §§6901-6992k, as amended); the Toxic Substances Control Act (15 U.S.C. §§2601-2692, as amended); the Carpenter-Presley-Tanner Hazardous Substance Account Act (Health & Safety Codel §§25100- 25250.25, as amended); the Safe Drinking Water and Toxic Enforcement Act (Health & Safety Code, §§25249.5-25249.13, as amended); the Underground Storage of Hazardous Substances Act (Health & Safety Code, §§25280-25299.7, as amended); or under any other local, state or federal law, statute or ordinance, or at common law. o 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. 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 CITY OF PALO ALTO IFB 129413 PAGE 2 OF 7 PART II - FORMAL CONTRACT SECTION 500 may arise between the parties in the administrati(~n 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. 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 bond or fire underwriters or other similar body now or hereafter constituted, with any discretionary license or permit issued pursuant to any Law of any public agency or official as well as with any provision of all recorded documents affecting the Project site, insofar as any are required by reason of the use or occupancy of the Project site, and all Laws pertaining to nondiscrimination in employment and hazardous materials. 10.Bonds. As a condition precedent to City’s obligation to pay compensation to Contractor, and on or before the Date of Execution, Contractor shall furnish to the Project Manager the Bonds as required under the Invitation for Bid. 11.Representations and Warranties. In the supply of any materials and equipment and the rendering of labor and services during the course and scope of the Project and Work, Contractor represents and warrants: Any materials and equipment which shall be used during the course and scope of the Project and Work shall be vested in Contractor; Any materials and equipment which shall be used during the course and scope of the Project and Work shall be merchantable and fit to be used for the particular purpose for which the materials are required; Any labor and services rendered and materials and equipment used or employed during the course and scope of the Project and Work shall be free of defects in workmanship for a period of one (1) year after the recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder; Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed obtained by Contractor for and in behalf of City; eo Any information submitted by Contractor prior to the award of Contract, or thereafter, upon request, whether or not submitted under a continuing obligation by the terms of the Contract to do so, is true and correct at the time such information is submitted or made available to the City; Contractor has not colluded, conspired, or agreed, directly or indirectly, with any person in regard to the terms and conditions of Contractor’s Bid, except as may be permitted by the Invitation for Bid; Contractor has the power and authority to enter into this Contract with City, that the individual executing this Contract is duly authorized to do so by appropriate resolution, and that this Contract shall be executed, delivered and performed pursuant to the power and authority conferred upon the person or persons authorized to bind Contractor; Contractor has not made an attempt to exert undue influence with the Purchasing Manager or Project Manager or any other person who has directly contributed to City’s decision to award the contract to Contractor; CITY OF PALO ALTO IFB 129413 PAGE 3 OF 7 PART II - FORMAL CONTRACT SECTION 500 There are no unresolved claims or disputes between Contractor and City which would materially affect Contractor’s ability to perform under the Contract; Contractor has furnished and will furnish true and accurate statements, records, reports, resolutions, certifications, and other written information as may be requested of Contractor by City from time to time during the term of this Contract; Contractor and any person performing labor and services under this Project are duly licensed by the State of California as required by California Business & Professions Code Section 7028, as amended; and Contractor has fully examined and inspected the Project site and has full knowledge of the physical conditions of the Project site. 12.Assi.qnment. This Contract and the performance required hereunder is personal to Contractor, and it shall not be assigne,d by Contractor. Any attempted assignment shall be null and void. 13.Claims of Contractor. All claims pertaining to extra work, additional charges, or delays within the Contract Time or other disputes arising out of the Contract shall be submitted by Contractor to City in writing by certified or registered mail within ten (10) Days after the claim arose or within such other time as may be permitted or required by law, and shall be described in sufficient detail to give adequate notice of the substance of the claim to City. 14.Audits by City. During the term of this contract and for a period of not less than three (3) years after the expiration or earlier termination of this Contract, City shall have the right to audit Contractor’s Project-related and Work-related writings and business records, as such terms are defined in California Evidence Code Sections 250 and 1271, as amended, during the regular business hours of Contractor, or, if Contractor has no such hours, during the regular business hour~ of City. 15.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 se.nt 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:City of Palo Alto City Clerk 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 Copy to:City of Palo Alto Utilities Department, Attn: Edward Wu, Project Manager 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 CITY OF PALO ALTO IFB 129413 PAGE 4 OF 7 PART II - FORMAL CONTRACT SECTION 500 To Contractor:Darcy & Harty Construction, Inc. 1300 Carroll Avenue San Francisco, CA 94124 16. 17. Attn: Michael Darcy, President 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 (11) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section 16 shall control in the event of a conflict with any other provision of this Contract. Miscellaneous. 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. 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. Controlling Law. The parties agree that this Contract shall be governed and construed by and in accordance with the Laws of the State of California. do h° Definitions. The definitions and terms set forth in Section 1 of the Standard Drawings and Specifications (1992) of this Contract are incorporated herein by reference. Force Majeure. Neither party shall be deemed to be in default on account of any delay or failure to perform its obligations under this Contract which directly results from an Act of God or an act of a superior governmental authority. Headings. The paragraph headings are not a part of this Contract and shall have no effect upon the construction or interpretation of any part of this Contract. Incorporation of Documents.. All documents constituting the Contract documents described in Section 3 hereof and all documents which may, from time to time, be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and shall be deemed to be part of this Contract. Integration. This Contract and any amendments hereto between the parties constitute the entire agreement between the parties concerning the Project and work, and there are no other prior oral or written agreements between the parties that are not incorporated in this Contract. Modification of Agreement. This Contract shall not be modified or be binding upon the parties, unless such modification is agreed to in writing and signed by the parties. CITY OF PALO ALTO IFB 129413 PAGE 5 OF 7 PART II -FORMAL CONTRACT SECTION 500 Provision. Any agreement, covenant, condition clause, qualification, restriction, reservation, term or other stipulation in the Contract shall define or otherwise control, establish, or limit the performance required or permitted or to be required of or permitted by either party. All provisions, whether covenants or conditions, shall be deemed to be both covenants and conditions. Resolution. Contractor shall submit with its Bid a copy of any corporate or partnership resolution or other writing, which authorizes any director, officer, or other employee or partner to act for or in behalf of Contractor or which authorizes Contractor to enter into this Contract. Severability. If a court of competent jurisdiction finds or rules that any provision of this Contract is void or unenforceable, the provisions of this Contract not so affected shall remain in full force and effect. Status of Contractor. In the exercise of rights and obligations under this Contract, Contractor acts as an independent contractor and not as an agent or employee of City. Contractor shall not be entitled to any rights and benefits accorded or accruing to the City Council members, officers, or employees of City, and Contractor expressly waives any and all claims to such rights and benefits. Successors and Assigns. The provisions of this Contract shall inure to the benefit of, and shall apply to and bind, the successors and assigns of the parties. Time of the Essence. Time is of the essence of this Contract and each of its provisions. In the calculation of time hereunder, the time in which an act is to be performed shall be computed by excluding the first Day and including the last. If the time in which an act is to be performed falls on a Saturday, Sunday, or any Day observed as a legal holiday by City, the time for performance shall be extended to the following business day. Venue. In the event that suit is brought by either party hereunder, the parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Santa Clara in the City of San Jose or in the United States District Court for the Northern District of California in the City of San Jose. Recovery of Costs. The prevailing party in any action brought to enforce the terms of this Contract or arising out of this Contract may recover its reasonable costs, including reasonable attorney’s fees, incurred or expended in connection with such action against the non-prevailing party. 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. ATTEST: City Clerk CITY OF PALO ALTO By: Its Mayor CITY OF PALO ALTO IFB 129413 PAGE 6 OF 7 PART II - FORMAL CONTRACT SECTION 500 APPROVED:CONTRACTOR: Assistant City Manager Director of Utilities Director ol Administrative Services Contract Manager (Insurance Review) By: Name: Title: By:. Name: Title: (Compliance with California Corporations Code § 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE COUNTY OF On , before me, , a notary public in and for said County, personally appeared , personally known to me (or provided to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature (seal) CITY OF PALO ALTO IFB 129413 PAGE7OF7 ATTACHMENT -B- PROJECT LOCATION MAP SANITARY SEWER BASIN B01 1 OF3 JANICE UY ATTACHMENT.-B- PROJECT LOCATION MAP "SANITARY SEWER BASIN B07 20F3 TO SCALE .-- i ¯:, LEGEND ¯¯ mm ¯ ¯ NEt/ SEVER ~ " EXIST. SEVER ATTACHMENT -B-PROJECT LOCATION MAP SANITARY SEWER BASIN B07 30F3 PROJECT 11 SANITARY SEWER REHABILITATION CIP 37812 IFB 129413 - Opened December 5, 2000 BID SUMMARY 1 l LOT 2 1 LOT 3 6,637 LF 4 3,113 LF 5 382 LF 6A 4,424 LF 6B 4,424 LF 7A 973 LF 7B 973 LF 8 399 LF 9 40 EA 10 289 EA 11 56 EA 12 10 EA 13 10 EA 14 51 EA 15 1 EA 16 9 EA 17 9 EA 18 30,696 LF 19 2o EA 20 200 LF (REVISED 1 I/U2000) Design, install, & remove shoring Pip~bm=t e~g 8" VCP ~ n~ 8" SDR17 PE pi~ R~ e~L 6~ V~ wi~ g" V~ or PVC by op~t P~bm=t ~’~;-~;..g 6" VCP ~ new 8" SDRI7 PE p~e ~ e~ 6" V~ ~ 8" VCP ~ PVC by open-~t R~ -~;~* 8" VCP wi$ 8~ VCP or PVC by ~-~t SHp~e e~g 8" VCP ~ new 6" SD~6 PE S~e e~g 8" V~ ~ new 6" SD~6 PE pipe R~ove ex. lat~ ~d rep~ w/4" ~S sew~ Pipeb~t ~ ~t~ w~ new 4" ~PE lat~ R~la~ e~;~-~ bfi~ ~ole w/new 48" con~ Engineer’s Estimate 20,000.00 I0,000.00 50.00 55.00 60.00 50.00 60.00 60.00 40.00 4O.O0 2,000.00 1,500.00 500.00 500.00 2,500.00 3,000.00 3,000.00 20,000.00 10,000.00 331,850.00 171,215.00 22,920.00 221,200.00 265,~40.00 58,380.00 38,920.00 15,960.00 80,000.00 t 433,500.00 [ 28,000.00 5,000.00 25,000.00 153,000.00 3,000.00 Darcy & Harty 130,000.00 51.00 51.00 75.00 51.00 0.00 0.00 40.00 40.0( 1,300.00 750.00 400.00 500.00, 2,500.001 2,500.00 6,500.00 130,000.00 1,000.00 338,487.00 158,763.00 28,650.00 225,624.00 0.00 0.00 38,920.00 15,960.00 52,000.00 216,750.00 22,400.00 5,000.00 25,000.00 127,500.00 6,500.00 EPS, Inc. 8,591.01 13,172.89 43.33 41.55 45.42 42.46i 0.00 0.00 40.22 39.68 ’ 37.97 37.55 1,718.20 400.91 7,540.06 7,540.06 11,240.45 8,591.01 13,172.89 287,581.21 129,345.15 17,350.44 187,~3.o~1 0.001 0.00 39,134.06 15~1~’~9 1,51g.80 96 219 20 4,009.10 75,~.60 3~,543.06 11,~.45 K. J. Woods 75,965.00 75,965.00 1,000.00 1,000.00 41.00 272,117.00 38.00 118,294.00 150.00 57,300.00 40.00 176,960.00 0:00 0.00 0.00 0.00 26.00 25,298.00 30.00 11,970.0~ 1,800.00 72,000.00 1,400.00 404,600.00 500.00 28,000.00 350.00 3,500.00 3,000.00 30,000.00 4,000.00 204,000.00 9,000.00 9,000.00’Abandon and ~ll in existing manhole 1,000.00,9,000.00 300.00 2,700.00 Connect new’sewer to and recha~el existing manh.ole 1,000.00 9,000.00 200.00 1,800.00 Clean & pro/post video inspect 6" & 8" sanRa~y sewer 1.00 30,696.00 0.50 15,348.00Spot-~pgh .’b’fe~,~ in exist, sewer main 500.00 10,000.00 300.00 6,000.00Spot-/~p~i~ sags in exist, sewer main I00.00 20,000.00 70.00 14,000.00 (1) TOTAL w/o 6B&7A ¯10% Contingency Total W/10% 1,997.23 17,975.07 1,667.11 15,003.99 22.9 70,293.84 229.09 4,581.80 458.19 91,638.0,0 (2) ~a~ ¯~_.~ 1,000.00 700.00 1.00 1,200.00 90.00 9,000.00 ’ 6,300.00 30,696.00 24,000.00 18,000.00 (1)No bid was received for bid items 6B and 7A. The engineer’s estimate including bid items 6B and 7A was $1,962,081.00.i(2)Errors were made by the bidder in the extensions and total bid amount. Corrected extensions and bid total calculated using the written bid prices shown. This does not affect the lowest bid’r~,c~.ived. (3)Bidder did not include bid items 19 and 20 in the total bid amount. Corrected total bid amount shown. This does not affect the lowest bid received. PROJECT 11 SANITARY SEVCER REHABILITATION CIP 37812 IFB 129413 - Opened December 5, 2000 BID SUMMARY 1 1 2 1 3 6,637 ~4 3,113 ~5 382 g~6A 4,424~6B 4,424~7A 973 t~7B 973 ~8 399 ~9 40 (~10~11 56 12 ~13 ~o ~14 5~~15 16 9 ~17 Ranger Pipelines Pacific Underground Trinet !ARB, Inc. (I) (2) (3) LOT Design, install, & remove shoring 10,000.00 10,000.00 15,000.00 15,000.00 299,000.00 299,000.00 50,000.00 50,000.00 LOT Recycle asphalt & concrete 20,000.00 20,000.00 25,000.00 25,000.00 72,000.00 72,000.00 30,000.00 30,000.00 LF Pipebu~t existing 6" VCP with new 8" SDR17 PE pipe 45.00 298,665.00 54.00 358,398.00 35.00 232,295.00 65.00 431,405.00 LF Pipeburst existing 8" VCP with new 8" SDKI7 PE pipe 45.00 140,085.00 ¯57.00 177;441.00 35.00 108,955.00 70.00 217,910.00 LF Replace exist. 6" VCP with 8" VCP or PVC by open-cut 130.00 49,660.00 105.00 40,110.00 100.00 38,200.00 115.00 43,930.00 LF I Pipeburst existing 6" VCP with new 8" SDR17 PE pipe 45.00 199,080.00 58.00 256,592.00 35.00 154,840.00 65.00 287,560.00 LF i Replace exist 6" VCP with 8" VCP or PVC by open-cut 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 LF Replace exist. 8" VCP with 8" VCP or PVC by open-cut 0.00 0.00 0.00 0.00 0.00 ’0.00 0.00 0.00 LF $1ipline existing 8" VCP with new 6" SDR26 PE pipe 40.00 3g,,920.00 25.00 24,325.00 30.00 29,190.00 100.00 97,3~0.00 LF $1ipline existing 8" VCP with new 6" SDIL26 PE pipe 40.00 15,960.00 65.00 25,935.00 30.00 11,970.00 100.00 39,900.00 EA R~move ex. lateral and r~lace w/4" ABS sewer lateral 2,000.00 80,000.00 2,700.00 108,000.00 1,000.00 40,000.00 3,000.00 120,000.00 EA Pipeburst exist, lateral with new 4" HDPE lateral 1,500.00 433,500.00 1,400.00 404,600.00 620.00 179,180.00 1,500.00 433,500.00 EA Connect existing laterals to the new mains 800.00 44,800.00 550.00 30,800.00 330.00 18,480100 500.00 28,000.00 EA Install sanitary sewer cleanout 300.00 3,000.00 300.00 3,000.00 500.00 5,000.00 2,500.00 .25,000.00 EA Install new 48" concrete manhole 3,000.00 30,00~ 0.00 2,500.00 25,000.00 6,100.00 61,000.00 4,000.00 40,000.00 EA Replace existing brick manhole w/new 48" concrete manhole 3,000.00 153,000.00 3,000.00 153,000.00 7,000.00 357,000.00 5,000.00 255,000.00 EA Replace existing brick manhole w/new 60" con=ete manhole 4,000.00 4,000.00 18,000.00 18,000.00 12,000.00 12,000.00 9,000.00 9,000.00 EA Abandon and fill in existing manhole 200.00 1,800.00 1,000.00 9,000.00 3,800.00 34,200.00 1,200.00 10,800.00 EA Connect new sewer to and rechannel existing manhole 200.00 1,800.00 1,200.00 10,800.00 4,300.00 38,700.00 3,200.00 28,800.00 LF Clean & peg/post video inspect 6" & 8" sanitary sewer ¯ 1.00 30,696.00 1.00 30,696.00 3.00 92,088.00 2.50 76,740.00 EA Spot-repair defects in exist, sewer main 1,580.00 31,600.00 400.00 8,000.00 1,000.00 20,000.00 2,000.00 40,000.0~ LF Spot-r~pak sags in exist, sewer mah 148.00 29,600.00 80.00 16,000.00 20.00 4,000.00 120.00 24,000.0G No bid was received for bid items 6B and 7A. The engineer’s estimate including bid items 6B and 7A was $1,962,081.00. Errors were made by the bidder in the extensions and total bid amount. Corrected extensions and bid total calculated using the written bid prices shown. This does not affect the lowest bid received. Bidder did not include bid items 19 and 20 in the total bid amount. Corrected total bid amount shown. This does not affect the lowest bid received.