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