Loading...
HomeMy WebLinkAbout2001-05-21 City Council (7)City of Palo Alto City Manager’s Report TO:HONORABLE CITY couNcIL FROM: DATE: SUBJECT: CITY MANAGER DEPARTMENT: PUBLIC WORKS MAY 21, 2001 CMR:246:01 APPROVAL OF FIRST AMENDMENT TO THE 1996 MEASURE B MANAGEMENT PROGRAM COOPERATIVE AGREEMENT WITH THE SANTA CLARA VALLEY TRANSIT AUTHORITY, APPROVAL OF A BUDGET AMENDMENT ORDINANCE TO ACCEPT REVENUE FROM THE STATE TRAFFIC CONGESTION RELIEF FUND AND TO PROVIDE AN ADDITIONAL APPROPRIATION FOR CIP 9630, STREET MAINTENANCE, IN THE AMOUNT OF $438,395, AND APPROVAL OF A CONTRACT WITH. GRANITE ROCK COMPANY, D,B.A. PAVEX CONSTRUCTION IN THE AMOUNT OF $3,335,200 FOR THE 2001 STREET MAINTENANCE CAPITAL IMPROVEMENT PROGRAM PROJECT 9630 4 RECOMMENDATION Staff recommends that Council: o Approve and authorize the City Manager to execute the attached First Amendment to 1996 Measure B Pavement Management Program Cooperative Agreement with the Santa -Clara Valley Transit Authority, increasing City of Palo Alto’s allocation by $981,312. Approve a Budget Amendment Ordinance (BAO) to accept revenue from the State Traffic Congestion Relief Fund and to provide an additional appropriation to the street maintenance capital project, number 9630, in the amount of $438,395. Approve and authorize the Mayor to execute the attached contract in the amount of $3,335,200 with Granite Rock Company, d.b.a. Pavex Construction Division (Pavex Construction) for the 2001 Street Maintenance Project. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Pavex Construction for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $333,520. CMR:246:01 Page 1 of 4 BACKGROUND Annually, Public Works Engineering manages the resurfacing and reconstruction of various City streets. The candidate streets are surveyed and rated biannually by a computerized pavement management system. The project typically encompasses approximately eight lane miles of asphalt concrete paving and approximately eight lane miles of slurry sealing. The project budget averages $1.8 million per year. On November 5, 1996, a general election was held in Santa Clara County. -Voters passed Measure A, an advisory measure establishing transportation funding priorities for Santa Clara County, and Measure B, which imposes a one-half cent retail and sales tax for a period of nine years to fund certain transportation improvements. The City ofPalo Alto’s annual street maintenance project is eligible for funding under the County’s Measure B Pavement Management Program (PMP). These funds are designated to expand pavement maintenance projects, thus increasing the number of repaired and replaced City streets beyond that of the City’s annual pavement maintenance project budget. On June 21, 1999, the City Council approved the Measure B Cooperative Agreement with the Santa Clara Valley Transit Authority (CMR 282:99) which allocated $2,503,686 to the City of Palo Alto in Measure B funding to be expended no later than July 31, 2004. As a result, the 1999 and 2000 street maintenance projects were expanded. Approximately $900,000 has been expended to date. DISCUSSION On June 27, 2000 the County Board of Supervisors approved the First Amendment to the PMP agreement (Attachment C)." This amendment, if approved by the Council, increases the City’s share by $981,312 resulting in a total allocation for the City of Palo Alto of $3,484,998, and allows further expansion of the annual street maintenance project over the next three years. In addition, staff is requesting approval of a BAO to receive $438,395 from the State of California as a result of AB2928, which allocates $400. million to cities and counties for Transportation Congestion Relief, and approval for expenditure of these funds for the 2001 street maintenance project. These funds, like the Measure B allocation, are required to increase the City’s annual project scope. However, the AB2928 funds must be expended no later than June 30, 2002. Project Description The project scope of the proposed 2001 street maintenance project includes overlaying ten lane miles and slurry sealing eleven lane miles of the City streets. Attachment E provides a list of streets to be resurfaced. Five additional lane miles will be repaired as a result of the AB2928 and Measure B funding. Part of the asphalt overlay and slurry seal work includes related work such as lane striping and various concrete repairs such as curb ramps, curb and CMR:246:01 Page 2 of 4 gutters, and sidewalks. Curb ramps will be installed to comply with the guidelines of the Americans with Disabilities Act (ADA), Additionally, repairs will be made to the failed concrete pavement at University Circle; and curb ramps currently non-compliant with ADA guidelines will be replaced. To minimize traffic impacts at University Circle, the contractor will work extended hours (including weekends) to complete the work within nine consecutive days. During the nine days, access to the Transit Depot and Urban Lane will be kept open by phasing the project area and utilizing traffic detours. Following the award of contract, businesses and residents affected by the project will be notified. The contractor will also hand deliver door hanger notices seven days and 24 hours in advance of the construction work. Work is expected to start in end of May and be complete in October 2001. Bid Process. A notice inviting formal bids for the 2001 street maintenance project was issued on April 17, 2001 and sent to 14 builders’ exchanges and 11 general contractors. The bidding period was 23 days. Bids were received from three (3) qualified contractors on May 8, 2001, as listed on the attached bid summary (Attachment F). Base Bids ranged from a high of $3,496,920 to a low bid of $3,335,200. Staff has reviewed all bids submitted and recommends that the bid of $3,335,200 submitted by Pavex Construction be accepted and that Pavex Construction be declared the lowest responsible bidder. Based on funds available for theproject, the City is not awarding the add alternate bids. The bid is 27 percent above the engineer’s estimate of $2,618,146. According to the asphalt concrete suppliers and contractors, due to the increase in energy and production costs, the cost of asphalt concrete material increased by 50 percent this year. Further, staff underestimated the traffic control cost for base bid items. The base bid prices for traffic control ranged from $237,000 to $290,000 with Pavex Construction bidding at $250,000, as opposed to the staff estimate of $100,000. The change order amount of $333,520, which equals 10 percent of the total contract, is requested to resolve unforeseen problems and/or conflicts that may arise during the construction period. Staff checked references supplied by the contractor for previous work performed and found no significant complaints. Staff also checked with the Contractor’s State License Board and found that the contractor has an active license on file. RESOURCE IMPACT The attached BAO requests an additional appropriation of revenues and expenses in the amount of $438,395 for CIP 9630 to expand the 2001 street maintenance project. Attachment B summarizes the BAO’s approved to date in 2000-01 that impact the Budget CMR:246:01 Page 3 of 4 Stabilization Reserve. This is a one-time expense and there are no future year resource needs anticipated as a result of this BAO. POLICY IMPLICATIONS This recommendation does not represent any change to existing City policies. ENVIRONMENTAL REVIEW This project is exempt from the provisions of the California Environmental Quality Act and no further environmental review is required. ATTACHMENTS Attachment A:BudgetAmendment Ordinance. Attachment B:Budget Amendment Ordinances Impacting the General Fund Stabilization Reserve Approved to Date in 2000-01 Attachment C:First Amendment 1996 Measure B PMP Cooperative Agreement Attachment D:Contract Attachment E:List of Asphalt Overlay and Slurry Seal streets Attachment F:Bid Summary PREPARED BY: DEPARTMENT HEAD: WOOJAE KIM Project Engineer GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: ~ SON Assistant City Manager CMR:246:01 Page 4 of 4 ATTACHMENT A ORDINANCE NO. ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO AMENDING THE BUDGET FOR THE FISCAL YEAR 2000-01 TO ACCEPT REVENUE FROM THE STATE TRAFFIC CONGESTION RELIEF FUND AND TO PROVIDE AN ADDITIONAL APPROPRIATION OF $438,395 TO CAPITAL IMPROVEMENT PROJECT (CIP) NUMBER 9630, STREET MAINTENANCE WHEREAS, pursuant to the provisions of Section 12 of Article III of the Charter of the City.of Palo Alto, the Council on June 19, 2000 did adopt a budget for fiscal year 2000-01; and WHEREAS, Assembly Bill 2928 was established to provide traffic congestion relief, to cities and counties, throughout the state through the State Traffic Congestion Relief Fund; and WHEREAS, the City has received an award of funds from the State to provide for the repair of additional city. streets and curb related repairs; and WHEREAS, CIP 9630 provides for the annual resurfacing and reconstruction of various City streets; and WHEREAS, the budget needs to be amended to increase revenue and provide an additional appropriation for CIP 9630; and WHEREAS, the additional appropriation of funds is a one-time cost and no future year General Fund ongoing costs are anticipated; and WHEREAS, City Council authorization is needed to amend the 2000-01"~budget.as hereinafter set forth. NOW, THEREFORE, the Council of the City of Palo Alto does ORDAIN as follows: SECTION I. Revenue in CIP project number 9630 is increased by the sum of Four Hundred Thirty Eight Thousand Three Hundred Ninety Five Dollars ($438,395) for receipt of funds from the State Traffic Congestion Relief Fund. SECTION 2. The sum of Four Hundred Thirty Eight Thousand Three Hundred Ninety Five Dollars ($438,395) is hereby appropriated to CIP project number 9630, Street Maintenance. SECTION 3. This transaction will have no impact on reserves SECTION 4. As specified in Section 2.28.080(a) of the Palo Alto Municipal Code, a two-thirds vote of the City Council is required to adopt this ordinance. SECTION 5. This project is exempt from the provisions of the California Environmental Quality Act and no further environmental review is required. SECTION 6. As provided in Section 2.04.350 of the Palo Alto Municipal Code, this ordinance shall become effective upon adoption. INTRODUCED AND.PASSED: AYES: NOES: ABSTENTIONS: ABSENT: ATTEST:APPROVED: City Clerk Mayor APPROVED AS TO FORM:City Manager Senior Asst. City Attorney Director of Services Administrative Director of Public Works City of palo Alto ATTACHMENT B Budget Amendment Ordinances Impacting General Fund Reserves Approved-To-Date in 2000-01 Balance $20,029,000 Adopted Budget Addition Io BSR $1,075,000 Public Safety Building - CIP 19820 Planning Transcription Services Office of Transportation Safety Grant Cubberley Theatre Chiller Replacement - CIP 10120 Arts Council Silicon Valley Grant Police Department Grants (I) Zoning Ordinance Update Friends of the Palo Alto Library. Grant Office Space Renovation - CIP 10020 Acquisition of Pinkerton Property Homer Avenue Undercrossing - CIP 10121 Mnnicipal Fee Schedule Amendments Public Library Fund IMidyear RepOrt California Arts Council and Palo Alto Art Foundation Grants Street Maintenance - CIP 9630 ($74,000)($74,000) ($40,000)($40,000) ($187,065)$187,065 . $0 ($22,000)($22,000) ($5,192)$5,192 $0 ($277,314)$277,314 $0 ($110,000)$1 ~0,000 $0 ($59,000)$59,000 $0 ($411,000)$ ! 56,000 ($255,000) ($400,000)($400,000) ($100,000)$100,000 $0 $0 ($101,918) ~"$101,918 $0 ($2,782,049)$5,726,043 $2,943,994 ($18,139)$18,139 $0 ($438,395)$438,395 $0 $40,000 $17,000 $188,000 $3,700,000 BSR Balance After BAO’s [ $23,256,994 ] (I) Of this amount $121,259 will be deposited in the General Fund and .$156,055 deposited in lhe Special Revenue Fund. 5/16/01 ATTACHMENT C FIRST AMENDMENT 1996 MEASURE B PAVEMENT MANAGEMENT PROGRAM COOPERATIVE AGREEMENT .This Amendment No. 1 to the Measure B Cooperative Agreement between the Santa Clara Valley Transportation Authority and the City of Palo Alto is agreed to as follows: 1. Section 1’ PMP Funding, is hereby amended to add the following: Increase the allocation by $981,312 reflecting the Transportation Equity Act for the 21 st Century (TEA-21) First Cycle and Second Cycle funding exchange amounts approved by the County Board of Supervisors on June 27, 2000. The revised total program allocation is $3,484,998. 2.All other terms, covenants and conditions of the agreement remain in full force and affect. In Witness Whereof, the parties to the Agreement have executed this amendment as of the latest date shown below. City of Palo Alto (City) Santa Clara Valley Transportation Authority (VTA) Dated:Dated: City Manager Peter M. Cipolla, General Manager Approved As.To Form:Approved As To Form: City Attorney Suzanne B. Gifford, General Counsel ATTACHMENT D FORMAL CONTRACT CONTRACT No. (Public Work) Public Works Department SECTION 500 This Contract, number dated is entered into by and between the City of Palo Alto, a chartered city and a municipal corporation of the State of California ("City"), and Granite Rock Company, d.b.a.. Pavex Construction Division Contractor. For and in consideration of the covenants, terms, and conditions ("the provisions") of this Contract, City and Contractor ("the parties") agree: Term. This Contract shall commence and be binding on the parties on the Date of Execution of this Contract, and shall .expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder, subject to the eadier termination of this Contract. General Scope of Proiect and Work. Contractor shall furnish labor, services, materials and equipment in connection with the construction of the Project and complete the Work in accordance .with the covenants, terms and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as follows: Title of Project:2001 Street Maintenance Program Project, Invitation for Bid (IFB) Number 132491 Bid:$ 3,335,200.90 (Base Bid Total) 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 (1999). 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 (1999). Any other document not expressly mentioned herein which is issued by City or 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 (1999), or, if no time is stated, within thirty (30) Days 0f the date of receipt of Contractor’s invoices. Insurance. On or before the Date of Execution, Contractor shall obtain and maintain the policies of insurance coverage described in the Invitation For Bid on terms and conditions and in amounts as may be required by the Risk Manager. City shall not be obligated to take out insurance on Contractor’s personal property or the personal property of any person performing labor or services or supplying materials or equipment under the Project. Contractor shall furnish City with the certificates of insurance and with original endorsements affecting coverage required under this Contract on or before the Date of Execution. The certificates and endorsements for each insurance policy shall be signed by a person who is authorized by that insurer to bind coverage in its behalf. Proof of insurance shall be mailed to the Project Manager to the address set forth in Section 15 of this CITY OF PALO ALTO IFB 132491 PAGE 1 OF ? rev. 12/00 FORMAL CONTRACT Contract. SECTION 500 Indemnification. Contractor agrees to protect, defend, indemnify and hold City, its Council members, officers, employees, agents and representatives harmless from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments, arising, in whole or in part, directly or indirectly, at any time from any injury to or death of persons or damage to property as a result of the willful acts or the negligent acts or omissions of Contractor, or which results from Contractor’s noncompliance with any Law respecting the condition, use, occupation or safety of the Project site, or any part thereof, or which arises from Contractor’s failure to do anything required under this Contract or for doing anything which Contractor is required not to do under this Contract, or which arises from conduct for which any Law may impose stdct liability on Contractor in the performance of or failure to perform the provisions of this Contract, except as may arise from the sole willful acts or negligent acts or omissions of City or any of its Council members, officers, employees, agents or representatives. This indemnification shall extend to any and all claims, demands, or liens made or filed by reason of any work performed by Contractor under this Contract at any time during the term of this Contract, or arising thereafter. To the extent Contractor will use hazardous materials in connection with the execution of its obligations under this Contract, Contractor further expressly agrees to protect, indemnify, hold harmless and defend City, its City Council members, officers and employees from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments City may incur, arising, in whole or in part, in connection with or as a result of Contractor’s willful acts or negligent acts or omissions under this Contract, under the Comprehensive Environmental Response, Compensation and Liability ACt (42 U.S.C. ,~9601-6975, as amended); the Resource Conservation andRecovery ACt (42 U.S.C. ~j~6901-6992k, as amended); the Toxic Substances Control Act (15 U.S.C. ~2601-2692, as amended); the Carpenter-Presley-Tanner Hazardous Substance Account Act (Health & Safety Code, ~j~25300-25395, as amended); the Hazardous Waste Control Law (Health & Safety Code, ,~25100-25250.25, as amended); the Safe Drinking Water and Toxic Enforcement Act (Health & Safety Code, ~j~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. Assumption of Risk. Contractor agrees to voluntarily assume any andall risk of loss, damage, 0r 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 may arise between the parties in the administration of any part or provision of this Contract be construed to waive or to lessen the right of City to insist upon the performance of Contractor in strict compliance with the covenants, terms and conditions of this Contract. No Exoneration By Inspection: The City has the right, but not the duty, to inspect Contractor’s Work. The right of inspection is solely for the benefit of City. Contractor has the obligation to complete the Work in a satisfactory manner in compliance with Contract requirements. The presence of a City inspector does not shift that obligation to the City or relieve Contractor from its obligations to complete the Work in a satisfactory manner in compliance with the Contract requirements. 10.Compliance with Laws. Contractor shall comply with all Laws now in force or which may hereafter be in force pertaining to the Project.and Work and this Contract, with the requirement of any bond or fire underwriters or other similar body now or hereafter constituted, with any discretionary license or permit issued pursuant to any Law of any public agency or official as well as with any provision of all recorded documents affecting the Project site, insofar as any are required by reason of the use or occupancy of the Project site, and with all Laws pertaining to nondiscrimination in employment and hazardous materials. 11.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. CITY OF PALO ALTO IFB 132491 rev. 12/00 PAGE 2 OF ’7 FORMAL CONTRACT SECTION 500 12.Representations and Warranties, In the supply of any materials and equipment and the rendering of labor and services during the course and. scope of the Project and Work, Contractor represents and warrants: Any materials and equipment which shall be used during the course and scope, of the Project and Work shall be vested in Contractor; b’o Co 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. 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; 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 fumish 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 dulylicensed by the State of California as required by Califomia 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. 13.Assignment. This Contract and the performance required hereunder is personal to Contractor, and it shall not be assigned by Contractor. Any attempted assignment shall be null and void.. 14.Claims of Contractor. All claims pertaining to extra work, additional charges, or delays within the Contract Time or other disputes arising out of the Contract shall be submitted by Contractor to City in writing by certified or registered mail within ten (10) Days ~fter the claim arose or within such other time as may be permitted or required by law, and shall be described in sufficient detail to give adequate notice of the substance of the claim to City. 15.Audits by City. During the term of this Contract and for a period of not less than three (3) years after the expiration or earlier termination of this Contract, City shall have the right to audit Contractor’s Project-related CITY OF PALO ALTO IFB 132491 rev. 12/00 ¯ PAGE3 OF ’7 FORMAL CONTRACT SECTION 500 and Work-related writings and business records, as such terms are defined in California Evidence Code Sections 250 and 1271, as amended, during the regular business hours of Contractor, or, if Contractor has no such hours, during the regular business hours of City. 16.Notices. All agreements, appointments, approvals, authorizations, claims, demands, Change Orders, consents, designations, notices, offers, requests and statements given by either party to the other shall be in writing and shall be sufficiently given and served upon the other party if (1) personally served, (2) sent by the United States mail, postage prepaid, (3) sent by private express delivery service, or (4) in the case of a facsimile transmission, if sent to the telephone FAX number set forth below during regular business hours of the receiving party and followed within two -(2) Days by delivery of a hard copy of the material sent by facsimile transmission, in accordance with (1), (2) or (3) above. Personal service shall include, without limitation, service by delivery and service by facsimile transmission. To City: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 Department 250 Hamilton Avenue Palo Alto, CA 94303 Attn: Elizabeth Ames, Project Manager To Contractor: Granite Rock Company, d.b.a. Pavex Construction Division 330 Blomquist Street Redwood City, CA 94063 Attn: Hector Corona 17.Appropriation of City Funds. This Contract is subject to the fiscal provisions of Article III, Section 12 of the Charter of the City of Palo Alto. Any charges hereunder for labor, services, materials and equipment may accrue only after such expenditures have been approved in advance in. writing in accordance with applicableLaws. This Contract shall terminate without penalty (I) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (ii) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section 16 shall control in the event of a conflict with any other provision of this Contract. 18. Miscellaneous. 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. Definitions. The definitions and terms set forth ih 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. CITY OF PALO ALTO IFB 132491 rev. 12/00 PAGE 4 OF ’7 FORMAL CONTRACT SECTION 500 f.Headings. The paragraph headings are not a part of this Contract and shall have no effect upon theconstruction or interpretation of any part of this Contract. go 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. 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. ko 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. Alternative Dispute Resolution. The parties shall endeavor to resolve any disputes or claims arising out of or relating to this Contract by mediation, which, unless the parties agree otherwise, shall be conducted under the auspices of the Judicial Arbitration and Mediation Service (JAMS), San Jose, California. The intent of the parties is that the mediation shall proceed in advance of litigation; however, if any party should commence litigation before the conclusion of mediation, such litigation, including discovery, shall be stayed pending completion of mediation, and by executing this Contract the parties stipulate to mediation in accordance with Santa Clara County Superior Court Local Rule 1.15 or Rule 2-3(b) of the ADR Local Rules of the U.S. Distdct Court for the Northern District of California, as such rules may be amended from time to time. The parties shall share the cost of the mediation, including the mediator’s fee, equally. Any written agreement reached in mediation shall be enforceable pursuant to California Code of Civil Procedure § 664.6, as amended. Venue. Unless the parties mutually agree otherwise, mediation shall take place in San Jose, California. In the event that litigation is commenced by any party hereunder, the parties agree that such action shall be vested exclusively in the state courts of California in the County of Santa Clara or in the United States District Court for the Northern District of California. CITY OF PALO ALTO IFB 132491 rev. 12/00 PAGE 5 OF ’7 FORMAL CONTRACT r. SECTION 500 Recovery of Costs. Each Party shall bear its own costs, including attorney’s fees, through the completion of mediation. If the claim or dispute is not resolved through mediation, or if litigation is necessary to enforce a settlement reached at mediation pursuant to California Code of Civil Procedure § 664.6, as amended, then the prevailing party in any subsequent litigation may recover its reasonable costs, including attorney’s fees, incurred subsequent to conclusion of the mediation. Flow-down. Contractor agrees to include provisions of this Contract relating to Alternative Dispute Resolution, Venue. and Recovery of Costs in any subcontracts or major material purchase agreements which it enters into in connection with this Contract, and to require its subcontractors to include those provisions in any sub-contracts or major material purchase agreements, such that any mediation or litigation of any claim or dispute asserted by a subcontractor or major material supplier will be consolidated with any related claim or dispute between the Contractor and the City. Should the Contractor fail to do so, such that the City is required to defend an action brought by a subcontractor or material supplier inconsistent with the Alternative Dispute and Venue provisions of this Contract, Contractor shall indemnify City for City’s costs of defense, including reasonable attorney’s fees. IN WITNESS WHEREOF, the parties have by their duly appointed representatives executed this Contract in the city of Palo Alto, County of Santa Clara, State of California on the date first stated above. ATTEST: APPROVED ASTO FORM: City Clerk CITY OF PALO ALTO By: Its Mayor Senior Assistant City Attorney APPROVED:Granite Rock Company, d.b.a. Pavex Construction Division Assistant City Manager Director of Public Works Director of 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) CITY OF PALO ALTO IFB 132491 rev. 12/00 PAGE 6 OF ? FORMAL CONTRACT SECTION 500 ¯ CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF COUNTY OF On ,be~ro me, _,anotary publicinand ~rsaid County, personallyappearod , personally known to me (or proved tome on the basis of satisfactory evidence) to be the person(s) whose name(s) is/aro subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hislherltheir 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 132491 rev. 12/00 PAGE 7 OF ’7 ATTACHMENT E 2001 STREET MAINTENANCE PROGRAM PROJECT, CIP 18971 LIST OF OVERLAY STREETS FROM Channing Avenue City Limit Los Robles Avenue Georgia Avenue Oregon Expressway E. Meadow Drive East Charleston Road Tippawingo Street Palo Alto Avenue Saint Claire Drive STREET NAME 1 Addison Avenue 2 Arastradero Road 3 Arbol Drive 4 Baker Avenue 5 Bryant Street 6 Bryant Street 7 Carlson Circle 8 Chimalus Drive 9 Cowper Street 10 Cowper Street 11 12 13 14 15 16 17 18 19 2O 21 22 23 24 25 26 27 28 29 3O 31 32 33 34 35 36 37 38 39 4O 41 42 43 44 45 Cowper Street @ Kingsley Avenue E. Meadow Drive El .Camino Court El Centro Street Emerson Avenue Everett Avenue ¯ Frandon Court Gailen Cul-de-Sac E. Meadow Circle El Camino Way Barron Avenue El Carmelo Avenue Fulton Street Maybell Avenue Gailen Avenue Gilman Street @ Hamilton Avenue Greenmeadow Way Greer Cul-de-Sac #8 Hale Street Hawthorne Avenue Hawthorne Avenue High Street Ivren Court Ivren Court King Arthur’s Court Kipling Street Kipling Street Laguna Oaks Place Laguna Way. Lane 66 Lincoln Avenue Lindero Drive Maplewood Avenue Melville Avenue Melville Avenue Melville Avenue Melville Avenue Melville Avenue Melville Avenue Miranda Avenue Moreno Avenue Moreno Avenue Alma Street Greer Road University Avenue Cowper Street Kipling Street Hawthorne Avenue Alta Mesa Avenue Alta Mesa Avenue Arastradero Road Hawthorne Avenue Everett Avenue Laguna Avenue Los Robles Avenue Fernando Avenue University Avenue Starr King Circle Seminole Way Parkinson Avenue Greenwood Avenue Byron Street Webster Street Tasso Street Waverley Street Miranda Green :Greer Road :Colonial Lane TO Fife Avenue N. of Portola Driveway Entrance Encina Grande Drive Maybell Avenue North California Avenue Redwood Circle Redwood Circle End Ruthven Avenue Loma Verde Avenue Louis Road End La Jennifer Way Matadero Creek~ Palo Alto Avenue End End Parkside Drive End I Hamilton Avenue Kipling Street Waverley Street Everett Avenue End, West ,Endl East End Everett Avenue Lytton Avenue End End of 4008 Laguna Way Driveway Margarita Avenue End. Alma Street Sutherland Drive Guinda Street Harker Avenue Webster Street Tasso Street Cowper Street End End Colonial Lane Louis Road Page 1 of 2 ATTACHMENT E 2001 STREET MAINTENANCE PROGRAM PROJECT, CIP 18971 LIST OF OVERLAY STREETS 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 STREET NAME Oregon Avenue Page Mill Road Park Boulevard Ramona Avenue Ramona Avenue Ramona Avenue Saint Claire Drive Solana Drive Solana Drive FROM South Court City Limit Leland Avenue Loma Verde Avenue Campesino Avenue El Verano Avenue Saint Michael Drive Encina Grande Drive Cereza Drive Stanford Avenue @ El Camino Real Stanford Avenue Starr King Circle Stone Lane University Circle Webster Street West Bayshore Road Wilkie Way Bimh Street ~edwood Circle Ross Road University Avenue Channing Avenue Channing Avenue Whitclem Place TO Waverley, Street Mile Marker 3.5 Stanford Avenue Campesino Avenue El Verano Avenue East Meadow Drive Cowper Street Cereza Drive i FIorales Drive Park Boulevard Wright Place End University Avenue Addison Avenue :Embarcadero Road End Page 2 of 2 ATTACHMENT E 2001 STREET MAINTENANCE PROGRAM PROJECT, CIP 18971 LIST OFSLURRY SEALSTREETS STREET NAME 1 Alger Drive 2 Briarwood Way 3 Byron Street 4 Channing Avenue* 5 Churchill Avenue 6 Clifton Court 7 Corina Way 8 Cowper Street* 9 Cowper Street 10 Cowper Street 11 Cowper Street 12 Cowper Street 13 Cowper Street 14 Duncan Cul-de-Sac 15 East Meadow Drive 16 East Meadow Drive 17 East Meadow Drive 18 East Meadow Drive 19 East Meadow Drive 20 East Meadow Drive 21 East Meadow Drive 22 Edgewood Drive 23 Edgewood Drive 24 Edgewood Drive 25 Emerson Street 26 Gailen Avenue 27 Greer Road 28 Greer Road 29 Greer Road 30 Greer Road 31 Greer Road 32 Greer Road 33 Greer Road 34 Greer Cul-de-Sac #1 35 Greer Cul-de-Sac #2 36 Hillview Avenue* 37 Jackson Drive 38 Lambert Avenue 39 Layne Court 40 Maureen Avenue 41 Mesa Court 42 Mumford Place 43 Mumford Place 44 Nathan Way 45 Rainbow Drive 46 Randers Court FROM Cowper Street Ferne Avenue, Colorado Avenue Newell Road Alma Street Stockton Place Nathan Way Saint Claire Drive Kipling Street Maureen Avenue Ashton Avenue Cowper Court Alger Drive Duncan Place Middlefield Road Cowper Street - Waverley Street South Court Bryant Street Ramona Street Emerson Street Rhodes Drive Jackson Drive Patricia Lane Loma Verde Avenue Louis Road Oregon Expressway Greer Cul-de-Sac #1 Greer Cul-de-Sac #2 Moreno Avenue Colonial Lane Kenneth Drive Janice Way Greer Road Greer Road Porter Drive Hamilton Avenue Ash Street Middlefield Road Cowper Street Manuela Avenue East Charleston Road Ely Place Nathan Cul-de-Sac Maureen Avenue Colorado Avenue TO Rambow Drive Hemlock Court End Addison Avenue Bryant Street End Louis Road Kipling Street Maureen Avenue Ashton Avenue Cowper Court Alger Drive East Meadow Drive End Cowper Street Waverley Street South Court Bryant Street Ramona Street Emerson Street Alma Street Jackson Drive Patricia Lane Jefferson Drive El Carmelo Avenue Bibbits Drive Greer Cul-de-Sac #1 Greer Cul-de-Sac #2 Moreno Avenue Colonial Lane Amarillo Avenue Janice Way Louis Road End End Miranda Avenue Edgewood Drive El Camino Real End Rambow Drive End Ely Place End Corina Way Alger Drive End Page 1 of 2 ATTACHMENT E 2001 STREET MAINTENANCE PROGRAM PROJECT, ClP 18971 LIST OF SLURRY SEAL STREETS STREET NAME FROM 47 Roosevelt Circle Roosevelt Circle 48 Roosevelt Circle Roosevelt Circle 49 Roosevelt Circle Ramona Circle 50 Sandalwood Court Channing Avenue 51. Scripps Avenue Parkside Drive 52 Starr King Circle Wright Place 53 Tulip Lane Greet Road 54 Torreya Court Loma Verde Avenue 55 Wildwood Lane IChanning Avenue 56 Wildwood Lane I Ivy Lane 57 Wright Place !E. Charleston Road TO Redwood Circle Ramona Circle Roosevelt Circle End Ben Lomond Drive Lindero Drive Greer Road End Ivy Lane Greer Road Starr King Circle *Striping removal, replacement, and sand seal only. Page 2 of 2 Bid Item # ATTACHMENT F 2001 STREET MAINTENANCE PROGRAM, ClP 18971 BID SUMMARY Bid Item Daac~ptJon Base Bid Schedule Quantity ENGINEERS ESTIMATE O’GRADY PAVING, INC. Unit Unit price Amount Unit Pdce Amount PAVEX CONSTRUCTION CO. TOP GRADE CONSTRUCTION, INC. Unit Price Amount Unit P~ce Amount 1 1 1/2" Asphakt Concrete Oveda)’ (AC)5,178 ITon $47.00 $243,366.00 $65.00 $336~570.00 i $67.00 $346.926.00 $72.00 2 Slum/Seal 624 Ton $115,00 $71~760.00 $150.00 $93,600.00 $140.00 $87~360,00 $182.00 3 AC Leveling Cource-3/8"795 Ton $55.00 $43~725.00 $75.00 $59t625.00 $75.00 $59~625.00 $65.00 4 AC Skin Patch.-ll4"6.5 Ton $120.00 $780.00 $500.00 $3,250,00 $500.00 $3~250.00 $320.00 ’ 5 Paven~ent Reinforcing Fabdc 517~844 SF $0.10 $51~784.40 $0.11 $56~962,84 i $0.25 $129~461.00 $0.12 6 WedgeCut 18,052 LF $1.80 $32~493,60 $1.70 $30~6~8,40 i $1.60 $28.883.20 $2.00 7 1 1/2"ACMilflng 127~235 SF $0.35 $44~532.25 $0.30 $38~170.50 $0.30 $38~170.50 $0.29 8 AC Pavement Repair 6"3,114 Ton $75.00 $233,550.00 $120.00 $373~680.00’$110.00 $342,540.00 $118.00 9 AC Pavement Replacement 3.5"4~271 Ton $65.00 $277,615.00 $99.00 $422~829.00 $110.00 $469,810.00 $102.00 10 AC Pavement Replacement 5"505 Ton $70.00 $35~350.00 $98.00 $49~490.00 $100.00 $50,500.00 $92.00 11 PCC Pavement Repair, Excluding University Circle 251 CY $600.00 $150,600.00 $600.00 $150,600.00 $450.00 $112~950.00 $660.00 12 PCC Pavement Repair, Univemity Circle 226 CY $800.00 $180,800.00 $750.00 $169~500.00 $680.00 $153,680.00 $800.00 13 PCC Drilling 150 EA $45.00 $6,750.00 $40.00 $6~000.00 $60.00 .$9~0OO.00 $42.00 14 PCC Grout 58 CY $350.00 $20,300.00 $50.00 $2~900.00 $50.00 $2,900.00 $52.00 15 Crack Sealant 82,739 LF $0.40 $33~095.60 $0.30 $24~821.70 $0.30 $24,821.70 $0.29 16 Inteda~,’erMembrane 3,850 LF $1.60 $6,160.00 $3.00 $11,550.00 $2.00 $7~700.00 $3.20 17 Adiust Utility Box 180 EA $220.00 $39,600.00 $250.00 $45,000.00 $280.00 $50~400.00 $300.00 18 Adiust Manhole 55 EA $300.00 $16,500.00 $400.00 $22~000.00 $370.00 $20,350.00 $400.00 19 Su~’ay Monument 11 EA $350.00 $3~850.00 $300.00 $3~300.00 $46~).00 $5~060.00 $320.00 20 Blue Markem 83 EA -$9.00 $747.00 $22.00 $1,826.00 $25.00 $2~075.00 $23.00 21 Striping, Caltrans Detail2 7~357 LF $0.75 $5,517.75 $0.60 $4,414.20 $0.60 $4,414.20 $0.58 22 St~ping, Caltrans Detail 4 775 LF $1.00 $775.00 $1.50 $1,162.50 61.20 $930.00 $1.40 23 Striping, Caltrans Detail 21 1,772 LF $1.50 $2,658.00 $2.00 $3~544.00 $1.90 $3~366.80 $2.00 24 Sthpin~], Caltrans Detail 21, University Cimle 400 LF $2.50 $1,000.00 $5.00 $2,000.00 $4.50 $1,800.00 $4.60 25 Sthping, Cattrans Detail 22 2~882 LF $2.00 $5~764.00 $2.00 $5~764.00 !$1.90 $5~475.80 $2.00 26 Sthping, CaltransDetai123 3~247 LF $2.50 $8~117.50 $2.10 $6~818.70’$1.90 $6,169.30 $2.20 27 Striping, Caltrans Detail 39 20~814 LF $0.65 $13t529.10 $1.00 $20,814.00 ;$1.00 $20,814.00 $1.05 28 Sthping, Caitrans Detail 2 & 39 Removal & Sand S~11,080 LF $1.50 $16,620.00,$2.O0 $22,160.00 :$1.90 $21.052.00 $2.00 29 Striping, 12" White 2,001 LF $2.00 $4~002.00 i $2,20 $4~402.20 $2.30 $4,602.30 $2.30 30 Striping, 4" White 4,718 LF $0,55 $2~594.90 $1.00 $4,718.00 $0.80 $3.774.40 $1.00 311Striping, 12"Yellow 709 LF $2.50 $1~772.50I $2.20 $1~559.80 $2.30 $1~630.70 $2.30 321 Pavement Thermoplastic Legend 690 EA $35.00 $24~150.00 $70.00 $48~300.00 $70.00 $48,300.00 $72,00 33’ Type A Curb and Gutter 3,474 LF $30.00 $104,220.00 $38.00 $132~012.00 $40.00 $138,960.00 $42.00 34 Type B Curb and Gutter 3,587 LF $32.00 $114~784.00 I $38.00 $136,306.00 $40.00 $143.480.00 $42.00 35 Valle)" Gutter. 4’ Wide 440 LF $40.00 $17,600.00!$46.00 $2o,24o.ooI $55.00 $24,200~00 $50.00 36 Valley Gutter. 3’ Wide With Wire Fabric 3,604 LF $45.00 $162.180.00 ,$30.00 $108~120.00 $40.00 $144~160.00 $35.00 37’ Valie)’ Gutter, 2’ Wide 242 LF $30.00 $7~260.00 ¯ $37;00 $8,954.00 !$45,00 $10~890.00 $42.00 38i Curb Ramp. University Circle 4 LS $40,000.O0 $40.000.00 $11,000.00 $11.000.00 I $3.000.00 $12,000.00 $13,000.00 39 Curb Ramp 64 EA $1,200.00 $76,800.00 $1,400.00 $69,600.00,$1,500.00 $96~000.00 $1,500.00 40 Sidewalk 16,895 SF $7.50 $126,712.50 $10.50 $177~397.50 :$9.00 $152~055.00 $12.00 ~12 Oitvawa~6,230 ~F $6.50 $52,965.o0 $13.00 $50.890.00 $11.00 $68,530.00 $14.00 Bric!~work 157 SF $15.00 $2,355.00 $20.00 $3~140.00 i $23.00 $3,611.00 $22.00 431PCC Sidewalk Gdnding 77 SF $50.00 $3,850:00 $100.00 $7~700.00 $20.00 $1~540.00 $100.00 44! Adiust Catch Basin 14 EA $1,400.00 $19,600.00 $1,000.00 $14.000.00 ’$1,300.00 $18,200.00 $1,100.00 451Recet Catch Basin 2 EA $1,500.00 $3,000.00 $1,200.00 $2,400.00 $1~300,00 $2~600.00 $1.300,00 461 Abandon Catch Basin t EA $1,000.O0 $1,000.00 $1~200.O0 $1~200.00 $700.00 $700.00 $1~000,00 47! New Drainage Inlet 3 EA $2,500,00 $7~500.00 $2,300.00 $6~900.00 $2,000.00 $6,000.00 $2~300.00 $372~816.00 $101~088.00 $51~675.00 $2~080.00 $62,141.28 $36~898.15 $367~452.00 $435~642.00 $46,460.00 $165,660.00 $180,800.00 $6,300.00 $3,016.00 $23~994.31 $12,320.00 $54,000.00 $22,000.00 $3,520.00 $1,909.00 $4,267.06 $1,085.00 $3,544.00 $1,840.00 S~,764.00 $7,143.40 $21,854.70 $22,160.00 $4~602,30 $4,718.00 $1,630.70 $49,650.00 $145,908.00 $150.654.00 $22~O00.00 $126~140.00 $10,164.00 $13,000.00 $96~000.00 $202~740.00 $87~220.00 $3.454.00 $7~7O0.O0 $15,400.00 $2,600.00 $1,000.00 ATTACHMENT F 2001 STREET MAINTENANCE PROGRAM, CIP 18971 BID SUMMARY 48,12" Type III Reinfomed Concrate Pipe 49 Class 2 Aggregate Base-Arastradem Road 5~ Class 2 Aggregate Base-Barron Park 51 Se~vica lateral con~ete caps at Bah’on Park 85 LF $200.00 $171000.00 $200.00 133 Ton $50.00 $6~650.00 $75.00 270 Ton $50.00 $13~500.00 $50.00 100 LF $10.00 $1,000.00 $150.00 52 ~,djust Electrical Vault 53 ~’mffic Detector Loop 54 Ined Recycling 55 Tree Tdmming 56 Notification 57Traffic Controt, University Circle 58Traffic Control~ University Circle 5 EA S1~500.00 $7~500.00 $1,250,00 7 EA $1,100.00 $7~700.00 $1,000.00 14~224 Ton $5.00 $71~120.00 $3.00 1 T & ~/$44,000.00 $44,000.00 $44,000.00 1 LS $15~000.00 $15,000.00 $40,000.00 1 LS $15,000.00 $15~000.00 $38~000.00 $17~000.00 $175.00 $14~875.00 $180.00 $9~975.00 $70.00 $9,310.00 $60.00 $13~500.00 $75.00 $20~250.00 $60.00 $15,000.00 $120.00 $12,000.00 $120.00 $6,250.00 $3,000.00 ’$15~000.00 $1~500.00 $7,000.00 $800.00 $5~600.00 $1~000.00 $42~672.00 $2.00 $28,448.00 $4.00 $44~000.00 $44,000.00 $44~000.00 $44,000.00 $40~000.00 $20,000.00 $20~000.00 $28~000.00 $38,000.00 i $25~000.00 $25~000_.~0 $60.000.00 1 LS $100~000.00 $100,000.00 $290t000.00 $290,000.00 $250~000.00 $250,000.00 $237~000.00 Base Bid Schedule Total $15~300.00 $7,980.00 $16~200.00 $12,000.00 $7~500.00 $7,~00.00 $56~896.00 $28~000.00 $60,000.00 $237,00~, .00 $2,618,146.10 $3,351,377.34 $3,335,200.90 $3,496,920.90 ATTACHMENT F 2001 STREET MAINTENANCE PROGRAM, ClP 18971 BID SUMMARY Bid Bid Item Item # Desc~ption Add Alternate #t ENGINEERS ESTIMATE O’GRADY PAVING, INC. Quantit~ Unit Unit P~ce Amount Unit Pdce Amount PAVEX CONSTRUCTION CO. TOP GRAOE CONSTRUCTION, Unit Pdce Amount Unit Pdce Amount 1 1 1/2"AC Oveday 2 Pavement Reinfoming Fabric 3 Wedge Cut 4 AC Pavement Repair 6" 5 Crack Sealant 6 Adiust Utilit7 Box 7 Adiust Manhole 8 Blue Markers 9 St~ping~ Caltrans Detail 2 10 Stdping~ Caltrans Detail 39 11 Stdping~ 12" White 12 Thermoplastic Legend 13T)~pe A Cu.rb and Gulter 14 Type B Curb and Gutter 512 Ton $47.0O $24~064.00 $65.00 $33~280.00 51,227 SF $0.10 $5~122.70 $0.11 $5~634.97 3~106 LF $1.80 $5~590.80 $1.70 $5~280.20 148 I Ton $75.00 $11,100.00 $120.00 $17~760.00 2~800 LF $0.40 ,$1~120.00 $1.00 $2~800.00 "4 EA $220.00 $880.00 $300.00 $1,200.00 3 EA $300.00 $900.00 $400.00 $1~20O.00 3 EA $9.00 $27.00 $22.00 $66.00 662 LF $0.75 $496.50 $0.60 $397.20 1~218 LF $0.65 $791.70 $1.00 $1~218.00 161 LF $2,00 $322.00 $2.20 $354.20 26 EA $35.00 $910.00 $70.00 $1~820.00 210 LF $30.00 $6,300.00 $38.00 $7~980,00 743 LF $32.00 $23,776.00 =35.00 $28,234.0O J $60.00 $30,720.00 $72.0O $0,25 $12,806.76 $0.12 $1.60 $4,969.60 $2.00 $135.00 $19~980.00 $118.00 $1.10 $3~080.00 $0,29 $600.0O $2,40O.00 $600.00 $40O.00 $1 ~20O.00 $40O.0O $25.00 $75.00 $23.00 $0.60 $397.20 $0.58 $1.00 $1,218.00 $1.05 $2.30 $370.30 $2.24 $70.00 $1~820.0O $72.00 $45.00 $9~450.0O $42.00 $44.00 $32,692.00 $42.00 15Curb Ramp 16Sidewalk 17 Driveway 18 PCC Sidewalk Grinding 19Adjust Catch Basin 20Inert Reck’cling 21 Tree Tdmming 221 Notification 23 Traffic Control 7 EA $1~20O.0O $8,40O.0O $1,400.0O 2,925 SF $7.50 $21,937.50 $10.50 1,015 SF $8,50 $8~627.50 $13.00 5 SF $50,00 $250.0O $10O.00 2 EA $1,40O.00 $2~800.0O $1,0O0.0O 735 Ton $5.0O $3,675.00 $3.0O 1 T & ~V $2,000.00 $2,000.00 $2,000.00 1 LS $1,000.00 $1,000.0O $4,00O.00 1 LS $5,000.0O $5,0O0.0O $11~000.0O $9~800.00 $1~800.00 $12~600.0O $1~500.00 $30,712 50 $6.0O $17.550.00 $12.00 $13~195.0O I $9.00 $9~135.00 $14.0O $500.00 $230.00 $1,150.00 $100.0O $2~0~0.0O $1~30O.0O $2~600.0O $1~10O.00 $2,205.00 $2.00 $1,470,00 $4.00 $2,000.00 $2,000.00 $2,000.00 $2,000.00 $4,000.00 $6,000.00 $6,000.00 $4,000.0O $11~0O0.00 $25~000:0O $25~00O.00 $19~000.00 Add Alternale #1 Tolal $36~864.0O $6,147.24 $0~212.0O $17,464.0O $812.0O $1~200.00 $1~200.0O $69.00 $383.96 $1~278.90 $360.64 $1~872.,0O $8~820.00 $31~206.00 $10~500.0O $35,100.00 $14~210.00 $500.00 $2~200.0O $2~940.00 $2,000.0O $4,000.0O $19~000.00 $135,090.70 $182,637.07 $198,683.85 $204,339.74 Bid Bid Item Item # Description Add Alternate #2 . ATTACHMENT F 2001 STREET MAINTENANCE PROGRAM, ClP 18971 BID SUMMARY ENGINEERS ESTIMATE O’GI:~DY PAVING, INC. QuantJ~ Unit Unit Pdce Amount Unit Price Amount PAVEX CONSTRUCTION CO. Top GRADE CONSTRUCTION, INC. Unit Pdce Amount Unit Price Amount 1 1/2" AC Oveday 2 Pavement Reinfomin~l Fabric 3 Wedge Cut 4 ~,C Pavement Repair6" 5 Crack Sealant 6 ~Adiust Utilit~ Box 7 E]lue Markers 8 Striping, Caltrans Detail 21 9 Striping, Cattrans Deati122 10 Striping, CalVans Detail 39 11:3trtping, 4"White 12 St~ping, 12" White 13 Then’noplastic Legend 14 T)’pe A Curb and Gutter 15 Type B Curb and Gurier 16 Curb Ramp 441 Ton $47.00 $20,727.00 $65.00 $28,665.00 44~052 SF $0.10 $4~405.20 $0.11 $4~845.72 " 2~655 LF $1.80 $4,779.00 $1.70 $4~513.50 207 Ton $75.00 $15~525.00 $120.00 $24~840.00 4~670 LF $0.40 $1~868.~0 $1.00 $4,670.00 3 EA $220.00 ,~o60.00 $300.00 $600.00 1 EA $9.00 $9.1)0 $22.00 $22.00 360 LF $1.50 $540.00 $2.00 $720.00 521 LF $2:00 $’L042.00 $2.00 $1~O42.00 814 LF $0.65 $629.10 $1.00 $814.00 646 LF $0.55 $355.30 $1.00 108 LF $2.00 $216.00 $2.20 $237.60 22 EA $35.00 $770.00 $70.00 $1~540.00 351 LF $30.00 $10~530.00 $38.00 $13~338.00 105 LF $32.00 $3~360.00 $38.00 $3~990.00 5 EA $1~200.00 $6,000.00 S1.400.00 $7~000.00 SF $7.50 $3~562,50 $10.50 $4~987.50 SF $8.50 $3,867.50 $13,00 $5,915.00 LF $40.00 $2,400.00 $46.00 $2,760.00 EA $1,400.00 $7.000.00 $1,000.00 $6~000.00 17 Sidewalk 475 18 D~iveway 455 19 Valley Gutter. 4’ VV~de 60 20 Adiust Catch Basin 5 $58.00 $25,578.00 $72.00 $31,752.00 $0.25 $11~013.00 $0.12 $5,286.24 $1.60 $4~248.00 $2.00 $5~310.00 $110.00 $22~770.00 $118.00 $24~426.00 $0.75 $3,502.50 $0.29 $1.354.30 $300.00 $giXEO0 $300.00 S900.00 $25.00 $25.00 $23.00 $23.00 $1.00 $684.00 $2.00 $720.00 $1.90 $989.90 $2.00 $1,042.00 $1.00 $814.00 $1.05 $854.70 $1.00 ,T~46.00 $1.00 $648.00 $3.00 $324.00 $2.30 $248,40 $70.00 $1,540.00 $72.00 $1.584.00 $45.00 $15.795.00 $42.00 $14,742.00 $65.00 $6~825.00 $42.00 $4,410.00 $1~785.00 $8~925.00 $1~500.00 $7,500.00 $10.00 $4,750.00 $12.00 $5.700.00 $14.00 $6,370.00 $14.00 $6~370.00 S70.00 $4r200~00 $50.00 $3.000.00 $1~300.00 $~500.00 $1~500.00 $7~500.00 $2.00 $964.00 $4.00 $1,928.00 $2,000.00 $2~000.00 $2~000.00 $2,000.00 $20,000.00 $20,000.00 $5,000.00 $5.000.00 $25,000.00 $25,000.00 $18.000.00 $18,000.00 $174,363.40 $150,296.64 21 Inert Rec~chng 22Tree Tnmm=ng 23 No~ ficabon 24 Traffic Control Add Alternate #2 Total 482 Ton $5.00 $2.410.00 $3.00 $1~446.00 1 T & ~$2~000.00 $2~000.00 $2~000.00 $2~000.00 1 LS $1,000.00 $1~000.00 $5~000.00 $5,000.00 1 LS $5.000.00 $5,000.00;$10.000.00 $10.000.00 $98,555.60 $134,892,32 A’rrACHMENT F 2001 STREET MAINTENANCE PROGRAM, ClP 18971 BID SUMMARY Bid Bid Item item # Descdpl~on Add Alternate #3 ENGINEERS ESTIMATE O’GRADY PAVING, INC. Quantity Unit Unit Pdce Amount Unit Pdce Amount PAVEX CONSTRUCTION CO. TOP GRADE CONSTRUCTION, INC. Unit Pdce Amount Unit Pdca Amount 1 1 1/2" AC Oveda}’ 2 Pavement Reinforcing Fabdc 3 Wedge Cut 4 AC Pavement Repair 8" 5 Crack Sealant 6 Blue Markers 7 Striping~ 12" White 8 Thermoplastic Legend 9 Type A Cud:. end Gutter 10Type B Curb and Gutter 11 Sidewalk 12 D~iveway 13 PCC Sidewalk Gdnding 14 Ined Recycling 15Tree Tdmming 16 Notification 17 Traffic Control 252 Ton $47.00 $11~844.00 $65.00 25~224 SF $0.10 $2,522.40 $0.11 1~750 LF $1.80 $3~150.00 $1.70 243 Ton $75,00 $18~225.00 $120.00 1~900 LF $0.40 $760.00 $1.00 2 EA $9.00 $18.00 $22.00 26 LF $2.00 $52,00 $2,20 4 EA $35.00 $140.00 $70.00 30. LF $30.00 $900.00 $38.00 248 LF $32.00 $7~936.00 $38.00 1~015 SF $7.50 $7~812.50 $10.50 225 SF $8.50 $1~912.50 $13.00 10 LF $50.00 $500.00 $100.00 4~0 Ton $5.00 $2.350.00 $3.00 $16~380.00 $60.00 $15,120.00 $72.00 $18,144.00 $2~774.64 $0,25 $6,306,00 $0.12 $, 3,026.88 $2~975.00 $1.60 $2~800,00 $2.00 $3~500.00 $29~160.00 $300.00 $72~900.00 $118,00 $28,674.00 $1~900.00 $1.30 $2~470.00 $0.29 $551.00 $44.00 $25.00 $50.00 $23.00 !$46.00 $57.20 $2.35 $61.10 $2.30 $59.80 $280.00 $70.00 $280,00 $72.00 $288.00 $1~140.00 $130.00 $3.900.00 $42,00 $1,260.00 $9~424:00 $42,00 $10.416.00 $42.00 $10.416.00 $10~657.50 $7.00 $7~105.00 $12.00 $12~180.00 $2~925.00 $20.00 $4,500.00 $14.00 $3~150,00 $1~000.00 $120.00 $1.200.00 $100.00 $1~000.00 $1~410.00 $2.00 $940.00 $4,.00 $1,880.00 $2,000.00 $2~000.00 $2,000.00 $2~000.00 $2~000.00 $3,000.00 $6,000.00 $6,000.00 $5,000.00 $5,000.00 $8.000.00 $25,000.00 $25,000.00 $17~000.00 $17.000.00 1 T & k $2.000,00 $2~000,00 $2~000.00 1 LS $11000.00 $1,000.00 $3,000,00 1 LS $5,000.00 $5,000.00 $8,000.00 Add Alternale #3 Total $65,922.40 $93,127.34 $161,048.10 $108,175.68