Loading...
HomeMy WebLinkAboutStaff Report 4158 City of Palo Alto (ID # 4158) City Council Staff Report Report Type: Consent Calendar Meeting Date: 11/12/2013 City of Palo Alto Page 1 Summary Title: Contract for FY 2014 Asphalt Paving Project Title: Approval of a Contract with Granite Construction Company in the Amount of $2,700,818 for the FY2014 Asphalt Paving Project, the 2nd of 2 Contracts in the FY 2014 Street Maintenance Program Project (CIP PE-86070) From: City Manager Lead Department: Public Works Recommendation Staff recommends that Council: 1. Approve and authorize the City Manager or his designee to execute the attached contract with Granite Construction Company (Attachment A) in an amount not to exceed $2,700,818 for the Palo Alto FY 2014 Asphalt Paving Project Capital Improvement Project PE-86070 and PL-04010; and 2. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Granite Construction Company for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $270,082. Background The Public Works Engineering Services Division manages construction contracts for concrete repair, preventive maintenance, resurfacing and reconstruction of various city streets on an annual basis. The candidate streets are surveyed biannually by Public Works Engineering staff and then rated by a computerized City of Palo Alto Page 2 pavement maintenance management system (PMMS). This contract is the 2nd of 2 contracts for the FY 2014 streets program. All streets have been coordinated with the City’s Utilities Department and the Planning and Community Environment Department’s Transportation Division to minimize cutting newly resurfaced streets. Extensive public outreach will be conducted before and during the construction phase to inform the community step by step throughout the process, including flyers sent to adjacent residences and businesses, and notices posted on Nextdoor and the City’s website. In addition, staff will interface with the Palo Alto Downtown Business and Profession Association, neighborhood associations, and other organizations and business as appropriate. Discussion Project Description Staff is recommending approval of the 2nd of 2 street resurfacing contracts to be implemented this fiscal year as part of an enhanced program to increase the condition of Palo Alto’s streets. This project’s $2,700,818 expenditure for 705,000 square feet of improvements is estimated to raise the City’s Pavement Condition Index (PCI) by approximately 1.4 points. Palo Alto has a goal of raising the citywide average PCI to 85, representing very good or excellent conditions, by 2019. The City’s 2012 year end PCI was 77. This project includes repaving nine (9) lane miles of streets (705,000 square feet) of new asphalt. Additionally, the project scope includes more than 41,000 square feet of concrete road base repair and 7,000 lineal feet of new curb and gutter. The list of streets being resurfaced in this project is included as Attachment C. Additionally, maps of the FY 2014 street maintenance work and the 5-year plan for street repaving are available at www.cityofpaloalto.org/streets. Forest Avenue will be receiving 10 continuous blocks of pavement restoration from Ramona Street to Lincoln Avenue. Palo Alto Avenue from Alma Street to Bryant Street will receive surface treatments as well as green bike lanes as part of the new striping plan developed by the Planning and Community Environment City of Palo Alto Page 3 Department’s Transportation Division to enhance the bike boulevards. This project also includes repaving more than 50% of the Southgate neighborhood in coordination with the Southgate Neighborhood Storm Drain Capital Improvement Project, SD-10101. Bid Process On September 20, 2013, a notice inviting formal bids (IFB) for the Palo Alto FY2014 Asphalt Paving Project was posted at City Hall and was sent to 14 builder’s exchanges and 23 contractors. The bidding period was 26 calendar days. Bids were received from eight contractors on October 15, 2013 as listed on the attached Bid Summary (Attachment B). Summary of Bid Process Bid Name/Number Palo Alto FY 2014 Asphalt Paving Project Proposed Length of Project 150 calendar days Number of Bid Packages Sent to Contractors 23 Number of Bid Packages Sent to Builder’s Exchanges 14 Total Days to Respond to Bid 26 Pre-Bid Meeting? No Number of Bids Received: 8 Bid Price Range (base bid only) From a low of $2,219,993 to a high of $2,940,103 Bids ranged from a high of $2,940,103 to a low bid of $2,219,993 and ranged from 29% above to 3% below the engineer’s estimate of $2,285,479. Staff has reviewed all bids submitted and recommends that the base bid and Add Alternates 1 and 2 totaling $2,700,818 submitted by Granite Construction Company be accepted and that Granite Construction Company be declared the lowest responsible bidder. The change order amount of $270,082, which equals City of Palo Alto Page 4 ten percent of the total contract, is requested for related, additional, but unforeseen work which may develop during the project. Staff reviewed other similar projects performed by the lowest responsible bidder, Granite Construction Company including past paving projects performed for the City. There were no significant complaints with their previous work. Staff also checked with the Contractor's State License Board and found that the contractor has an active license on file. Resource Impact Funding for the Palo Alto FY2014 Asphalt Paving Project is available in Capital Improvement Program (CIP) Projects PE-86070 Street Resurfacing Program and CIP Project PL-04010 Bicycle & Pedestrian Transportation Plan Implementation Project. The funding allocation is as follows: Funding Source Contract Contingency Total Encumbrance 1 PE-86070 $ 2,654,978 $ 265,498 $ 2,920,476 2 PL-04010 $ 45,840 $ 4,584 $ 50,424 Totals $ 2,700,818 $ 270,082 $ 2,970,900 Policy Implications This project is in conformance with the City of Palo Alto’s Comprehensive Plan and does not represent any changes to existing City policies. City of Palo Alto Page 5 Environmental Review Street resurfacing projects are categorically exempt from the California Environmental Quality Act (CEQA) under Section 15301c of the CEQA Guidelines as repair, maintenance and/or minor alteration of the existing facilities and no further environmental review is necessary. Attachments:  A - Contract (PDF)  B - Bid Summary (PDF)  C - Street List (PDF)  InvitationforBid(IFB)Package1Rev.July2012 CONSTRUCTIONCONTRACT        CONSTRUCTIONCONTRACT  ContractNo.C14151905    CityofPaloAlto  and  GraniteConstructionCompany   PROJECT FY2014AsphaltPavingProject  InvitationforBid(IFB)Package2Rev.July2012 CONSTRUCTIONCONTRACT     CONSTRUCTIONCONTRACT     TABLEOFCONTENTS   SECTION1.INCORPORATIONOFRECITALSANDDEFINITIONS………………………………......................5 1.1 Recitals................................................................................................................ 5 1.2 Definitions........................................................................................................... 5 SECTION2.THEPROJECT………………………………………………………………………………..............................5 SECTION3.THECONTRACTDOCUMENTS…………………………………………………………..........................5 3.1ListofDocuments…………………………………………………………………………………………......5 3.2OrderofPrecedence……………………………………………………………………………................6 SECTION4.THEWORK…………………………………………………………………………………..............................7 SECTION5.PROJECTTEAM…………………………………………………………………………...............................7 SECTION6.TIMEOFCOMPLETION…………………………………………………………………............................7 6.1 TimeIsofEssence........................................................................................……… 7 6.2 CommencementofWork..................................................................................... 7 6.3 ContractTime....................................................................................................... 7 6.4 LiquidatedDamages............................................................................................. 7 6.4.1 Entitlement…………………………………………………………………………………………….7 6.4.2 DailyAmount………………………………………………………………………………………….8 6.4.3 ExclusiveRemedy…………………………………………………………………………………..8 6.4.4 OtherRemedies…………………………………………………………………………………...8 6.5 AdjustmentstoContractTime...........................................................................… 8 SECTION7.COMPENSATIONTOCONTRACTOR………………………………………………………………………...8 7.1 ContractSum………………………………………………………………………………………………………1 7.2 FullCompensation……………………………………………………………………………………………..9 7.3 CompensationforExtraorDeletedWork…………………………………………………………….9 7.3.1 SelfPerformedWork…………………………………………………………………………………9 7.3.2 Subcontractors………………………………………………………………………………………….9 SECTION8.STANDARDOFCARE...................................................................................................9 SECTION9.INDEMNIFICATION......................................................................................................10 9.1 HoldHarmless……………………………………………………………………………………………………..10 9.2 Survival……………………………………………………………………………………………………………….10 SECTION10.NONDISCRIMINATION..............................................................................................10 SECTION11.INSURANCEANDBONDS..........................................................................................10  InvitationforBid(IFB)Package3Rev.July2012 CONSTRUCTIONCONTRACT SECTION12.PROHIBITIONAGAINSTTRANSFERS..........................................................................11 SECTION13.NOTICES....................................................................................................................11 13.1 MethodofNotice………………………………………………………………………………………………..11 13.2 NoticeRecipients.................................................................................................11 13.3 ChangeofAddress............................................................................................... 12 14.1 ResolutionofContractDisputes........................................................................... 12 14.2 ResolutionofOtherDisputes............................................................................... 12 14.2.1 NonContractDisputes……………………………………………………………………………….12 14.2.2 Litigation,CityElection……………………………………………………...........................13  14.3 SubmissionofContractDispute…………………………………………………………………………..13 14.3.1 ByContractor………………………………………………………………………………………….13 14.3.2 ByCity…………………………………………………………………………………………………….13  14.4 ContractDisputeResolutionProcess...............................................................…… 13 14.4.1 DirectNegotiation…………………………………………………………………………………….13 14.4.2 DeferralofContractDisputes…………………………………………………………………14 14.4.3 Mediation………………………………………………………………………………………………….14 14.4.4 BindingArbitration……………………………………………………………………………………15  14.5 NonWaiver…………………………………………………………………………………………………………16 SECTION15.DEFAULT...................................................................................................................16 15.1 NoticeofDefault.................................................................................................. 16 15.2 OpportunitytoCureDefault................................................................................ 16 SECTION16.CITY'SRIGHTSANDREMEDIES..................................................................................16 16.1 RemediesUponDefault....................................................................................... 16 16.1.1 DeleteCertainServic………………………………………………………...........................16 16.1.2 PerformandWithhold…………………………………………………………………………….16 16.1.3 SuspendTheConstructionContract………………………………………………………….16 16.1.4 TerminatetheConstructionContractforDefault……………………………………..17 16.1.5 InvokethePerformanceBond………………………………………………………………….17 16.1.6 AdditionalProvisions……………………………………………………………………………….17  16.2 DelaysbySureties................................................................................................ 17 16.3 DamagestoCity................................................................................................... 17 16.3.1 ForContractor'sDefault…………………………………………………………………………..17 16.3.2 CompensationforLosses………………………………………………………………………….17  16.5 SuspensionbyCityforConvenience..................................................................... 18 16.6 TerminationWithoutCause................................................................................. 18  InvitationforBid(IFB)Package4Rev.July2012 CONSTRUCTIONCONTRACT 16.6.1 Compensation………………………………………………………………………………………….18 16.6.2 Subcontractors…………………………………………………………………………………………18  16.7 Contractor’sDutiesUponTermination................................................................. 19 SECTION17.CONTRACTOR'SRIGHTSANDREMEDIES...................................................................19 17.1 Contractor’sRemedies......................................................................................... 19 17.1.1 ForWorkStoppage…………………………………………………………………………………..19 17.1.2 ForCity'sNonPayment……………………………………………………………………………19  17.2 DamagestoContractor........................................................................................ 19 SECTION18.ACCOUNTINGRECORDS............................................................................................19 18.1 FinancialManagementandCityAccess..........................................................……. 19 18.2 CompliancewithCityRequests........................................................................…. 20 SECTION19.INDEPENDENTPARTIES.............................................................................................20 SECTION20.NUISANCE.................................................................................................................20 SECTION21.PERMITSANDLICENSES............................................................................................20 SECTION22.WAIVER....................................................................................................................20 SECTION23.GOVERNINGLAW.....................................................................................................20 SECTION24.COMPLETEAGREEMENT...........................................................................................21 SECTION25.SURVIVALOFCONTRACT..........................................................................................21 SECTION26.PREVAILINGWAGES..................................................................................................21 SECTION27.NONAPPROPRIATION..............................................................................................21 SECTION28.GOVERNMENTALPOWERS........................................................................................21 SECTION29.ATTORNEYFEES........................................................................................................21 SECTION30.COUNTERPARTS........................................................................................................22 SECTION31.SEVERABILITY...........................................................................................................22      InvitationforBid(IFB)Package   5    Rev.July2012 CONSTRUCTIONCONTRACT  CONSTRUCTIONCONTRACT  THISCONSTRUCTIONCONTRACTenteredintoonNovember12,2013(“ExecutionDate”)byandbetween the CITY OF PALO ALTO, a California chartered municipal corporation ("City"), and GRANITE CONSTRUCTIONCOMPANY("Contractor"),ismadewithreferencetothefollowing:  RECITALS:  A. CityisamunicipalcorporationdulyorganizedandvalidlyexistingunderthelawsoftheStateof Californiawiththepowertocarryonitsbusinessasitisnowbeingconductedunderthestatutesofthe StateofCaliforniaandtheCharterofCity.  B. ContractorisaCaliforniaCorporationdulyorganizedandingoodstandingintheStateofCa, Contractor’sLicenseNumber89.ContractorrepresentsthatitisdulylicensedbytheStateofCaliforniaand hasthebackground,knowledge,experienceandexpertisetoperformtheobligationssetforthinthis ConstructionContract.  C. OnSeptember20,2013,CityissuedanInvitationforBids(IFB)tocontractorsfortheFy2014 AsphaltPavingProject(“Project”).InresponsetotheIFB,Contractorsubmittedabid.  D. CityandContractordesiretoenterintothisConstructionContractfortheProject,andother servicesasidentifiedintheBidDocumentsfortheProjectuponthefollowingtermsandconditions.  NOWTHEREFORE,inconsiderationofthemutualpromisesandundertakingshereinaftersetforth andforothergoodandvaluableconsideration,thereceiptandsufficiencyofwhicharehereby acknowledged,itismutuallyagreedbyandbetweentheundersignedpartiesasfollows:  SECTION1 INCORPORATIONOFRECITALSANDDEFINITIONS.  1.1 Recitals. Alloftherecitalsareincorporatedhereinbyreference.  1.2 Definitions. CapitalizedtermsshallhavethemeaningssetforthinthisConstructionContractand/orinthe GeneralConditions.IfthereisaconflictbetweenthedefinitionsinthisConstructionContractand intheGeneralConditions,thedefinitionsinthisConstructionContractshallprevail. SECTION2 THEPROJECT.  TheProjectistheconstructionoftheFY2014AsphaltPavingProject("Project").  SECTION3 THECONTRACTDOCUMENTS.  3.1 ListofDocuments. TheContractDocuments(sometimescollectivelyreferredtoas“Agreement”or“BidDocuments”)consist ofthefollowingdocumentswhichareonfilewiththePurchasingDivisionandareherebyincorporatedby reference.   1) ChangeOrders  2) FieldChangeOrders     InvitationforBid(IFB)Package   6    Rev.July2012 CONSTRUCTIONCONTRACT  3) Contract  4) ProjectPlansandDrawings  5) TechnicalSpecifications  6) SpecialProvisions 7) NoticeInvitingBids 8) InstructionstoBidders 9) GeneralConditions 10) BiddingAddenda 11) InvitationforBids  12) Contractor'sBid/NonCollusionAffidavit  13) ReportslistedintheBiddingDocuments  14) PublicWorksDepartment’sStandardDrawingsandSpecificationsdated2007and  updatedfromtimetotime  15) Utilities Department’s Water, Gas, Wastewater, Electric Utilities Standards dated 2005 andupdatedfromtimetotime  16) CityofPaloAltoTrafficControlRequirements  17) CityofPaloAltoTruckRouteMapandRegulations  18)  Notice Inviting PreQualification Statements, PreQualification Statement, and Pre  QualificationChecklist(ifapplicable)  19)  PerformanceandPaymentBonds  20)  InsuranceForms   3.2 OrderofPrecedence. Forthepurposesofconstruing,interpretingandresolvinginconsistenciesbetweenandamongthe provisionsofthisContract,theContractDocumentsshallhavetheorderofprecedenceassetforthinthe precedingsection.Ifaclaimedinconsistencycannotberesolvedthroughtheorderofprecedence,theCity shallhavethesolepowertodecidewhichdocumentorprovisionshallgovernasmaybeinthebest interestsoftheCity.    InvitationforBid(IFB)Package   7    Rev.July2012 CONSTRUCTIONCONTRACT  SECTION4 THEWORK.  TheWorkincludesalllabor,materials,equipment,services,permits,fees,licensesandtaxes,andallother things necessary for Contractor to perform its obligations and complete the Project, including, without limitation,anyChangesapprovedbyCity,inaccordancewiththeContractDocumentsandallApplicable CodeRequirements.  SECTION5 PROJECTTEAM.  In addition to Contractor, City has retained, or may retain, consultants and contractors to provide professionalandtechnicalconsultationforthedesignandconstructionoftheProject.TheProjectrequires thatContractoroperateefficiently,effectivelyandcooperativelywithCityaswellasallothermembersof theProjectTeamandothercontractorsretainedbyCitytoconstructotherportionsoftheProject.  SECTION6 TIMEOFCOMPLETION. 6.1 TimeIsofEssence. TimeisoftheessencewithrespecttoalltimelimitssetforthintheContractDocuments.  6.2 CommencementofWork. ContractorshallcommencetheWorkonthedatespecifiedinCity’sNoticetoProceed.     6.3 ContractTime. WorkhereundershallbeginonthedatespecifiedontheCity’sNoticetoProceedandshallbe completed  notlaterthan     .  withinOneHundredFiftycalendardays(150)afterthecommencementdatespecifiedin City’s NoticetoProceed.  6.4 LiquidatedDamages.  6.4.1 Entitlement. City and Contractor acknowledge and agree that if Contractor fails to fully and satisfactorilycompletetheWorkwithintheContractTime,Citywillsuffer,asaresultof Contractor’s failure, substantial damages which are both extremely difficult and impracticabletoascertain.Suchdamagesmayinclude,butarenotlimitedto: (i) LossofpublicconfidenceinCityanditscontractorsandconsultants. (ii) Lossofpublicuseofpublicfacilities. (iii) Extendeddisruptiontopublic.     InvitationforBid(IFB)Package   8    Rev.July2012 CONSTRUCTIONCONTRACT  6.4.2 DailyAmount. City and Contractor have reasonably endeavored, but failed, to ascertain the actual damagethatCitywillincurifContractorfailstoachieveSubstantialCompletionofthe entireWorkwithintheContractTime.Therefore,thepartiesagreethatinadditiontoall other damages to whichCity maybe entitled other than delay damages, in the event Contractor shall fail to achieve Substantial Completion of the entire Work within the ContractTime,ContractorshallpayCityasliquidateddamagestheamountof$500per day for each Day occurring after the expiration of the Contract Time until Contractor achievesSubstantialCompletionoftheentireWork.Theliquidateddamagesamountis notapenaltybutconsideredtobeareasonableestimateoftheamountofdamagesCity willsufferbydelayincompletionoftheWork.  6.4.3 ExclusiveRemedy. CityandContractoracknowledgeandagreethatthisliquidateddamagesprovisionshall be City’s only remedy for delay damages caused by Contractor’s failure to achieve SubstantialCompletionoftheentireWorkwithintheContractTime.  6.4.4 OtherRemedies. CityisentitledtoanyandallavailablelegalandequitableremediesCitymayhavewhere City’s Losses are caused by any reason other than Contractor’s failure to achieve SubstantialCompletionoftheentireWorkwithintheContractTime.  6.5 AdjustmentstoContractTime. TheContractTimemayonlybeadjustedfortimeextensionsapprovedbyCityandagreedtoby Change Order executed by City and Contractor in accordance with the requirements of the ContractDocuments. SECTION7 COMPENSATIONTOCONTRACTOR.     InvitationforBid(IFB)Package   1    Rev.July2012 CONSTRUCTIONCONTRACT  7.1 ContractSum. ContractorshallbecompensatedforsatisfactorycompletionoftheWorkincompliancewiththe ContractDocumentstheContractSumofTwoMillionSevenHundredThousandEighthundred andEighteenDollars($2,700,818).  [ThisamountincludestheBaseBidandAddAlternates1and2.]                  //  //     InvitationforBid(IFB)Package   9    Rev.July2012 CONSTRUCTIONCONTRACT  7.2 FullCompensation. TheContractSumshallbefullcompensationtoContractorforallWorkprovidedbyContractor and,exceptasotherwiseexpresslypermittedbythetermsoftheContractDocuments,shallcover allLossesarisingoutofthenatureoftheWorkorfromtheactsoftheelementsoranyunforeseen difficultiesorobstructionswhichmayariseorbeencounteredinperformanceoftheWorkuntil itsAcceptancebyCity,allrisksconnectedwiththeWork,andanyandallexpensesincurreddueto suspensionordiscontinuanceoftheWork.TheContractSummayonlybeadjustedforChange Ordersissued,executedandsatisfactorilyperformedinaccordancewiththerequirementsofthe ContractDocuments.  7.3 CompensationforExtraorDeletedWork. TheContractSumshallbeadjusted(eitherbyadditionorcredit)forChangesintheWorkinvolving ExtraWorkorDeletedWorkbasedononeormoreofthefollowingmethodstobeselectedby City: 1. Unit prices stated in the Contract Documents or agreed upon by City and Contractor,  which unit prices shall be deemed to include Contractor Markup and  Subcontractor/SubsubcontractorMarkupspermittedbythisSection.  2. A lump sum agreed upon by City and Contractor, based on the estimated Allowable  Costs and Contractor Markup and Subcontractor Markup computed in accordance  withthisSection.  3. Contractor’s Allowable Costs, plus Contractor Markup and Subcontractor Markups  applicabletosuchExtraWorkcomputedinaccordancewiththisSection.  Contractor Markup and Subcontractor/Subsubcontractor Markups set forth herein are the full amountofcompensationtobeaddedforExtraWorkortobesubtractedforDeletedWorkthatis attributabletooverhead(directandindirect)andprofitofContractorandofitsSubcontractors and Subsubcontractors, of every Tier.  When using this payment methodology, Contractor MarkupandSubcontractor/SubsubcontractorMarkups,whichshallnotbecompounded,shallbe computedasfollows:  7.3.1 MarkupSelfPerformedWork. 10%oftheAllowableCostsforthatportionoftheExtraWorkorDeletedWorktobe performedbyContractorwithitsownforces.  7.3.2 MarkupforWorkPerformedbySubcontractors. 15%oftheAllowableCostsforthatportionoftheExtraWorkorDeletedWorktobe performedbyafirstTierSubcontractor.  SECTION8 STANDARDOFCARE.  Contractor agrees that the Work shall be performed by qualified, experienced and wellsupervised personnel.AllservicesperformedinconnectionwiththisConstructionContractshallbeperformedina mannerconsistentwiththestandardofcareunderCalifornialawapplicabletothosewhospecializein providingsuchservicesforprojectsofthetype,scopeandcomplexityoftheProject.     InvitationforBid(IFB)Package   10    Rev.July2012 CONSTRUCTIONCONTRACT  SECTION9 INDEMNIFICATION.  9.1 HoldHarmless. Tothefullestextentallowedbylaw,Contractorwilldefend,indemnify,andholdharmlessCity,its CityCouncil,boardsandcommissions,officers,agents,employees,representativesandvolunteers (hereinaftercollectivelyreferredtoas"Indemnitees"),throughlegalcounselacceptabletoCity, fromandagainstanyandallLossesarisingdirectlyorindirectlyfrom,orinanymannerrelatingto anyof,thefollowing: (i) PerformanceornonperformanceoftheWorkbyContractororitsSubcontractorsorSub subcontractors,ofanytier; (ii) Performance or nonperformance by Contractor or its Subcontractors or Sub subcontractorsofanytier,ofanyoftheobligationsundertheContractDocuments; (iii) TheconstructionactivitiesofContractororitsSubcontractorsorSubsubcontractors,of anytier,eitherontheSiteoronotherproperties; (iv) ThepaymentornonpaymentbyContractortoanyofitsemployees,Subcontractorsor Subsubcontractorsofanytier,forWorkperformedonorofftheSitefortheProject;and (v) Anypersonalinjury,propertydamageoreconomiclosstothirdpersonsassociatedwith the performance or nonperformance by Contractor or its Subcontractors or Sub subcontractorsofanytier,oftheWork.  However, nothing herein shall obligate Contractor to indemnify anyIndemnitee for Losses resultingfromthesoleoractivenegligenceorwillfulmisconductoftheIndemnitee.Contractor shall pay City for any costs City incurs to enforce this provision.  Nothing in the Contract DocumentsshallbeconstruedtogiverisetoanyimpliedrightofindemnityinfavorofContractor againstCityoranyotherIndemnitee.  9.2 Survival. TheprovisionsofSection9shallsurvivetheterminationofthisConstructionContract.  SECTION10 NONDISCRIMINATION.  AssetforthinPaloAltoMunicipalCodesection2.30.510,Contractorcertifiesthatintheperformanceof thisAgreement,itshallnotdiscriminateintheemploymentofanypersonbecauseoftherace,skincolor, gender,age,religion,disability,nationalorigin,ancestry,sexualorientation,housingstatus,maritalstatus, familialstatus,weightorheightofsuchperson.Contractoracknowledgesthatithasreadandunderstands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and will comply with all requirements of Section 2.30.510pertainingtonondiscriminationinemployment.  SECTION11 INSURANCEANDBONDS.  OnorbeforetheExecutionDate,ContractorshallprovideCitywithevidencethatithasobtainedinsurance andPerformanceandPaymentBondssatisfyingallrequirementsinArticle11oftheGeneralConditions. FailuretodososhallbedeemedamaterialbreachofthisConstructionContract.     InvitationforBid(IFB)Package   11    Rev.July2012 CONSTRUCTIONCONTRACT  SECTION12 PROHIBITIONAGAINSTTRANSFERS.  CityisenteringintothisConstructionContractbaseduponthestatedexperienceandqualificationsofthe ContractoranditssubcontractorssetforthinContractor’sBid.Accordingly,Contractorshallnotassign, hypothecate or transfer this Construction Contract or any interest therein directly or indirectly, by operationoflaworotherwisewithoutthepriorwrittenconsentofCity.Anyassignment,hypothecationor transferwithoutsaidconsentshallbenullandvoid.  Thesale,assignment,transferorotherdispositionofanyoftheissuedandoutstandingcapitalstockof ContractororofanygeneralpartnerorjointventurerorsyndicatememberofContractor,iftheContractor is a partnership or joint venture or syndicate or cotenancy shall result in changing the control of Contractor,shallbeconstruedasanassignmentofthisConstructionContract.Controlmeansmorethan fiftypercent(50%)ofthevotingpowerofthecorporationorotherentity.  SECTION13 NOTICES.  13.1 MethodofNotice. Allnotices,demands,requestsorapprovalstobegivenunderthisConstructionContractshallbegivenin writingandshallbedeemedservedontheearlierofthefollowing: (i) Onthedatedeliveredifdeliveredpersonally; (ii) OnthethirdbusinessdayafterthedepositthereofintheUnitedStatesmail,postageprepaid,and  addressedashereinafterprovided; (iii) Onthedatesentifsentbyfacsimiletransmission; (iv) Onthedatesentifdeliveredbyelectronicmail;or (v) Onthedateitisacceptedorrejectedifsentbycertifiedmail.  13.2 NoticeRecipients.  Allnotices,demandsorrequests(including,withoutlimitation,Claims)fromContractortoCity  shall include the Project name and the number of this Construction Contract and shall be  addressedtoCityat:   ToCity:  CityofPaloAlto    CityClerk    250HamiltonAvenue    P.O.Box10250    PaloAlto,CA94303   Copyto: CityofPaloAlto    PublicWorksAdministration    250HamiltonAvenue    PaloAlto,CA94301    Attn:HollyBoyd      Or    InvitationforBid(IFB)Package   12    Rev.July2012 CONSTRUCTIONCONTRACT   CityofPaloAlto   UtilitiesEngineering   250HamiltonAvenue   PaloAlto,CA94301   Attn:        Inaddition,copiesofallClaimsbyContractorunderthisConstructionContractshallbeprovided tothefollowing:  PaloAltoCityAttorney’sOffice 250HamiltonAvenue P.O.Box10250 PaloAlto,California94303    AllClaimsshallbedeliveredpersonallyorsentbycertifiedmail.  Allnotices,demands,requestsorapprovalsfromCitytoContractorshallbeaddressedto:  GraniteConstructionCompany 585W.BeachStreet Watsonville,Ca95077 Attn:BarbaraJacob   13.3 ChangeofAddress. Intheeventofanychangeofaddress,themovingpartyshallnotifytheotherpartyofthechange of address in writing.  Each party may, by written notice only, add, delete or replace any individualstowhomandaddressestowhichnoticeshallbeprovided.  SECTION14 DISPUTERESOLUTION.  14.1 ResolutionofContractDisputes. ContractDisputesshallberesolvedbythepartiesinaccordancewiththeprovisionsofthisSection 14,inlieuofanyandallrightsunderthelawthateitherpartyhaveitsrightsadjudgedbyatrial courtorjury.AllContractDisputesshallbesubjecttotheContractDisputeResolutionProcessset forthinthisSection14,whichshallbetheexclusive recourse of Contractor and City for such ContractDisputes.  14.2 ResolutionofOtherDisputes.  14.2.1 NonContractDisputes. ContractDisputesshallnotincludeanyofthefollowing: (i) Penalties or forfeitures prescribed by statute or regulation imposed by a governmentalagency; (ii) Thirdpartytortclaimsforpersonalinjury,propertydamageordeathrelatingto anyWorkperformedbyContractororitsSubcontractorsorSubsubcontractors ofanytier; (iii) FalseclaimsliabilityunderCaliforniaGovernmentCodeSection12650,et.seq.; (iv)Defects in the Work first discovered by City after Final Payment by City to Contractor; (v) Stopnotices;or (vi) The right of City to specific performance or injunctive relief to compel performanceofanyprovisionoftheContractDocuments.     InvitationforBid(IFB)Package   13    Rev.July2012 CONSTRUCTIONCONTRACT  14.2.2 Litigation,CityElection. MattersthatdonotconstituteContractDisputesshallberesolvedbywayofanaction filedintheSuperiorCourtoftheStateofCalifornia,CountyofSantaClara,andshallnot besubjecttotheContractDisputeResolutionProcess.However,theCityreservesthe right, in its sole and absolute discretion, to treat such disputes as Contract Disputes. UponwrittennoticebyCityofitselectionasprovidedintheprecedingsentence,such disputeshallbesubmittedbythepartiesandfinallydecidedpursuanttotheContract DisputeResolutionProcessinthemannerasrequiredforContractDisputes,including, without limitation, City’s right under Paragraph 14.4.2 to defer resolution and final determinationuntilafterFinalCompletionoftheWork.  14.3 SubmissionofContractDispute.  14.3.1 ByContractor. ContractorsmaycommencetheContractDisputeResolutionProcessuponCity'swritten response denying all or partof a Claim pursuant to Paragraph 4.2.9 or 4.2.10 of the GeneralConditions.ContractorshallsubmitawrittenStatementofContractDispute(as set forth below) to City within seven (7) Days after City rejects all or a portion of Contractor'sClaim.FailurebyContractortosubmititsStatementofContractDisputeina timely manner shall result in City’s decision by City on the Claim becoming final and binding.  Contractor’s Statement of Contract Dispute shall be signed under penalty of perjury and shall state with specificity the events or circumstances giving rise to the ContractDispute,thedatesoftheiroccurrenceandtheassertedeffectontheContract SumandtheContractTime.TheStatementofContractDisputeshallincludeadequate supporting data to substantiate the disputed Claim.  Adequate supporting data for a ContractDisputerelatingtoanadjustmentoftheContractTimeshallincludebothofthe following: (i) All of the scheduling data required to be submitted by Contractor under the Contract Documents to obtain extensions of time and adjustments to the ContractTimeand (ii) A detailed, eventbyevent description of the impact of each event on completionofWork.AdequatedatatosupportaStatementofContractDispute involvinganadjustmentoftheContractSummustincludebothofthefollowing:  (a) Adetailedcostbreakdownand  (b) Supportingcostdatainsuchformandincludingsuchinformationand  othersupportingdataasrequiredundertheContractDocumentsfor  submissionofChangeOrderRequestsandClaims. 14.3.2 ByCity. City'srighttocommencetheContractDisputeResolutionProcessshallariseatanytime followingCity'sactualdiscoveryofthecircumstancesgivingrisetotheContractDispute. CityassertsContractDisputesinresponsetoaContractDisputeassertedbyContractor. A Statement of Contract Dispute submittedby City shall state the events or circumstancesgivingrisetotheContractDispute,thedatesoftheiroccurrenceandthe damagesorotherreliefclaimedbyCityasaresultofsuchevents.  14.4 ContractDisputeResolutionProcess. ThepartiesshallutilizeeachofthefollowingstepsintheContractDisputeResolution Processinthesequencetheyappearbelow.Eachpartyshallparticipatefullyandingood faithineachstepintheContractDisputeResolutionProcess,andgoodfaitheffortshall beaconditionprecedenttotherightofeachpartytoproceedtothenextstepinthe process.  14.4.1 DirectNegotiations. DesignatedrepresentativesofCityandContractorshallmeetassoonaspossible(butnot laterthanten(10)DaysafterreceiptoftheStatementofContractDispute)inagood    InvitationforBid(IFB)Package   14    Rev.July2012 CONSTRUCTIONCONTRACT  faith effort to negotiate a resolution to the Contract Dispute.  Each party shall be representedinsuchnegotiationsbyanauthorizedrepresentativewithfullknowledgeof thedetailsoftheClaimsordefensesbeingassertedbysuchpartyinthenegotiations, andwithfullauthoritytoresolvesuchContractDisputethenandthere,subjectonlyto City’s obligation to obtain administrative and/or City Council approval of any agreed settlementorresolution.IftheContractDisputeinvolvestheassertionofarightorclaim byaSubcontractororSubsubcontractor,ofanytier,againstContractorthatisinturn beingassertedbyContractoragainstCity(“PassThroughClaim”),thentheSubcontractor orSubSubcontractorshallalsohavearepresentativeattendthenegotiations,withthe sameauthorityandknowledgeasdescribedabove.Uponcompletionofthemeeting,if theContractDisputeisnotresolved,thepartiesmayeithercontinuethenegotiationsor any party may declare negotiations ended.  All discussions that occur during such negotiationsandalldocumentspreparedsolelyforthepurposeofsuchnegotiationsshall beconfidentialandprivilegedpursuanttoCaliforniaEvidenceCodeSections1119and 1152.  14.4.2 DeferralofContractDisputes. Following the completion of the negotiationsrequired by Paragraph 14.4.1, all unresolvedContractDisputesshallbedeferredpendingFinalCompletionoftheProject, subject to City’s right, in its sole and absolute discretion, to require that the Contract DisputeResolutionProcessproceedpriortoFinalCompletion.AllContractDisputesthat havebeendeferreduntilFinalCompletionshallbeconsolidatedwithinareasonabletime after Final Completion and thereafter pursued to resolution pursuant to this Contract DisputeResolutionProcess.ThepartiescancontinueinformalnegotiationsofContract Disputes; provided, however, that such informal negotiations shall not be alter the provisionsoftheAgreementdeferringfinaldeterminationandresolutionofunresolved ContractDisputesuntilafterFinalCompletion.  14.4.3 Mediation. If the Contract Dispute remains unresolved after negotiations pursuant to Paragraph 14.4.1,thepartiesshallsubmittheContractDisputetononbindingmediationbeforea mutuallyacceptablethirdpartymediator.  .1QualificationsofMediator.Thepartiesshallendeavortoselectamediatorwho is a retired judge or an attorney with at least five (5) years of experience in public works construction contract law and in mediating public works constructiondisputes.Inaddition,themediatorshallhaveatleasttwenty(20) hoursofformaltraininginmediationskills.  .2 Submission to Mediation and Selection of Mediator.  The party initiating mediationofaContractDisputeshallprovidewrittennoticetotheotherparty ofitsdecisiontomediate.Intheeventthepartiesareunabletoagreeupona mediatorwithinfifteen(15)Daysafterthereceiptofsuchwrittennotice,then the parties shall submit the matter to the American Arbitration Association (AAA) at its San Francisco Regional Office for selection of a mediator in accordancewiththeAAAConstructionIndustryMediationRules.  .3 MediationProcess.ThelocationofthemediationshallbeattheofficesofCity. Thecostsofmediationshallbesharedequallybybothparties.Themediator shallprovideanindependentassessmentonthemeritsoftheContractDispute and recommendations for resolution.  All discussions that occur during the mediationandalldocumentspreparedsolelyforthepurposeofthemediation shall be confidential and privileged pursuant to California Evidence Code Sections1119and1152.     InvitationforBid(IFB)Package   15    Rev.July2012 CONSTRUCTIONCONTRACT  14.4.4 BindingArbitration. If the Contract Dispute is not resolved by mediation, then any party may submit the ContractDisputeforfinalandbindingarbitrationpursuanttotheprovisionsofCalifornia PublicContractCodeSections10240,etseq.Theawardofthearbitratorthereinshallbe finalandmaybeenteredasajudgmentbyanycourtofcompetentjurisdiction.Such arbitrationshallbeconductedinaccordancewiththefollowing:  .1 ArbitrationInitiation.Thearbitrationshallbeinitiatedbyfilingacomplaintin arbitration in accordance with the regulations promulgated pursuant to CaliforniaPublicContractCodeSection10240.5.  .2 QualificationsoftheArbitrator.Thearbitratorshallbeapprovedbyallparties. Thearbitratorshallbearetiredjudgeoranattorneywithatleastfive(5)years ofexperienceinpublicworksconstructioncontractlawandinarbitratingpublic works construction disputes.  In addition, the arbitrator shall have at least twenty(20)hoursofformaltraininginarbitrationskills.Intheeventtheparties cannot agree upon an arbitrator, the provisions of California Public Contract CodeSection10240.3shallbefollowedinselectinganarbitratorpossessingthe qualificationsrequiredherein.  .3 HearingDaysandLocation.Arbitrationhearingsshallbeheldattheofficesof Cityandshall,exceptforgoodcauseshowntoanddeterminedbythearbitrator, be conducted on consecutive business days, without interruption or continuance.  .4 Hearing Delays.  Arbitration hearings shall not be delayed except upon good causeshown.  .5 Recording Hearings.  All hearings to receive evidence shall be recorded by a certifiedstenographicreporter,withthecoststhereofborneequallybyCityand Contractorandallocatedbythearbitratorinthefinalaward.  .6 Limitation of Depositions.  The parties may conduct discovery in accordance withtheprovisionsofsection10240.11ofthePublicContractCode;provided, however,thatdepositionsshallbelimitedtobothofthefollowing:  (i) Ten(10)percipientwitnessesforeachpartyand5expertwitnessesper party.  Upon a showing of good cause, the arbitrator may increase the number of permitteddepositions.Anindividualwhoisbothpercipientandexpertshall,for purposes of applying the foregoing numerical limitation only, be deemed an expert.  Expert reports shall be exchanged prior to receipt of evidence, in accordance with the direction of the arbitrator, and expert reports (including initial and rebuttal reports) not so submitted shall not be admissible as evidence.  .7 Authority of the Arbitrator.  The arbitrator shall have the authority to hear dispositivemotionsandissueinterimordersandinterimorexecutoryawards.     InvitationforBid(IFB)Package   16    Rev.July2012 CONSTRUCTIONCONTRACT  .8 WaiverofJuryTrial.ContractorandCityeachvoluntarilywaivesitsrighttoa jury trial with respect to any Contract Dispute that is subject to binding arbitration in accordance with the provisions of this Paragraph 14.4.4. Contractor shall include this provision in its contracts with itsSubcontractors whoprovideanyportionoftheWork.  14.5 NonWaiver. ParticipationintheContractDisputeResolutionProcessshallnotwaive,releaseorcompromise anydefenseofCity,including,withoutlimitation,anydefensebasedontheassertionthatthe rightsorClaimsofContractorthatarethebasisofaContractDisputewerepreviouslywaivedby ContractorduetoContractor’sfailuretocomplywiththeContractDocuments,including,without limitation,Contractor’sfailuretocomplywithanytimeperiodsforprovidingnoticeofrequests foradjustmentsoftheContractSumorContractTimeorforsubmissionofClaimsorsupporting documentationofClaims.  SECTION15 DEFAULT.  15.1 NoticeofDefault. IntheeventthatCitydetermines,initssolediscretion,thatContractorhasfailedorrefusedto perform any of the obligations set forth in the Contract Documents, or is in breach of any provisionoftheContractDocuments,CitymaygivewrittennoticeofdefaulttoContractorinthe mannerspecifiedforthegivingofnoticesintheConstructionContract.  15.2 OpportunitytoCureDefault. Exceptforemergencies,Contractorshallcureanydefaultinperformanceofitsobligationsunder theContractDocumentswithintwo(2)Days(orsuchshortertimeasCitymayreasonablyrequire) afterreceiptofwrittennotice.However,ifthebreachcannotbereasonablycuredwithinsuch time,Contractorwillcommencetocurethebreachwithintwo(2)Days(orsuchshortertimeas City may reasonably require) and will diligently and continuously prosecute such cure to completionwithinareasonabletime,whichshallinnoeventbelaterthanten(10)Daysafter receiptofsuchwrittennotice. SECTION16 CITY'SRIGHTSANDREMEDIES.  16.1 RemediesUponDefault. IfContractorfailstocureanydefaultofthisConstructionContractwithinthetimeperiodsetforth aboveinSection15,thenCitymaypursueanyremediesavailableunderlaworequity,including, withoutlimitation,thefollowing:  16.1.1 DeleteCertainServices. City may, without terminating the Construction Contract, delete certain portions of the Work, reservingtoitselfallrightstoLossesrelatedthereto.  16.1.2 PerformandWithhold. Citymay,withoutterminatingtheConstructionContract,engageotherstoperformtheWorkor portionoftheWorkthathasnotbeenadequatelyperformedbyContractorandwithholdthecost thereoftoCityfromfuturepaymentstoContractor,reservingtoitselfallrightstoLossesrelated thereto.  16.1.3 SuspendTheConstructionContract. Citymay,withoutterminatingtheConstructionContractandreservingtoitselfallrightstoLosses relatedthereto,suspendalloranyportionofthisConstructionContractforaslongaperiodof time as City determines, in its sole discretion, appropriate, in which event City shall have no    InvitationforBid(IFB)Package   17    Rev.July2012 CONSTRUCTIONCONTRACT  obligationtoadjusttheContractSumorContractTime,andshallhavenoliabilitytoContractor fordamagesifCitydirectsContractortoresumeWork.  16.1.4 TerminatetheConstructionContractforDefault. CityshallhavetherighttoterminatethisConstructionContract,inwholeorinpart,uponthe failureofContractortopromptlycureanydefaultasrequiredbySection15.City’selectionto terminate the Construction Contract for default shall be communicated by giving Contractor a writtennoticeofterminationinthemannerspecifiedforthegivingofnoticesintheConstruction Contract.AnynoticeofterminationgiventoContractorbyCityshallbeeffectiveimmediately, unlessotherwiseprovidedtherein.  16.1.5 InvokethePerformanceBond. Citymay,withorwithoutterminatingtheConstructionContractandreservingtoitselfallrightsto Lossesrelatedthereto,exerciseitsrightsunderthePerformanceBond.  16.1.6 AdditionalProvisions. AllofCity’srightsandremediesunderthisConstructionContractarecumulative,andshallbein additiontothoserightsandremediesavailableinlaworinequity.DesignationintheContract DocumentsofcertainbreachesasmaterialshallnotwaivetheCity’sauthoritytodesignateother breachesasmaterialnorlimitCity’srighttoterminatetheConstructionContract,orpreventthe CityfromterminatingtheAgreementforbreachesthatarenotmaterial.City’sdeterminationof whethertherehasbeennoncompliancewiththeConstructionContractsoastowarrantexercise byCityofitsrightsandremediesfordefaultundertheConstructionContract,shallbebindingon allparties.NoterminationoractiontakenbyCityaftersuchterminationshallprejudiceanyother rightsorremediesofCityprovidedbylaworequityorbytheContractDocumentsuponsuch termination; and City may proceed against Contractor to recover all liquidated damages and LossessufferedbyCity.  16.2 DelaysbySureties. Without limiting to any of City’s other rights or remedies, City has the right to suspend the performanceoftheWorkbyContractor’ssuretiesintheeventofanyofthefollowing: (i) Thesureties’failuretobeginWorkwithinareasonabletimeinsuchmannerastoinsure fullcompliancewiththeConstructionContractwithintheContractTime; (ii) Thesureties’abandonmentoftheWork; (iii) IfatanytimeCityisoftheopinionthesureties’Workisunnecessarilyorunreasonably delayingtheWork; (iv) Thesureties’violationofanytermsoftheConstructionContract; (v) Thesureties’failuretoperformaccordingtotheContractDocuments;or (vi) Thesureties’failuretofollowCity’sinstructionsforcompletionoftheWorkwithinthe ContractTime.  16.3 DamagestoCity.  16.3.1 ForContractor'sDefault. City will be entitled to recovery of allLosses under law or equity in the event of Contractor’sdefaultundertheContractDocuments.  16.3.2 CompensationforLosses. IntheeventthatCity'sLossesarisefromContractor’sdefaultundertheContractDocuments,City shallbeentitledtowithholdmoniesotherwisepayabletoContractoruntilFinalCompletionofthe Project. If City incurs Losses due to Contractor’s default, then the amount of Losses shall be deductedfromtheamountswithheld.Shouldtheamountwithheldexceedtheamountdeducted, thebalancewillbepaidtoContractororitsdesigneeuponFinalCompletionoftheProject.Ifthe Losses incurred by City exceed the amount withheld, Contractor shall be liable to City for the differenceandshallpromptlyremitsametoCity.    InvitationforBid(IFB)Package   18    Rev.July2012 CONSTRUCTIONCONTRACT  16.4 SuspensionbyCityforConvenience. City may, at any time and from time to time, without cause, order Contractor, in writing, to suspend, delay, or interrupt the Work in whole or in part for such period of time, up to an aggregateoffiftypercent(50%)oftheContractTime.Theordershallbespecificallyidentifiedas a Suspension Order by City.  Upon receipt of a Suspension Order, Contractor shall, at City’s expense,complywiththeorderandtakeallreasonablestepstominimizecostsallocabletothe WorkcoveredbytheSuspensionOrder.DuringtheSuspensionorextensionoftheSuspension,if any,CityshalleithercanceltheSuspensionOrderor,byChangeOrder,deletetheWorkcovered bytheSuspensionOrder.IfaSuspensionOrderiscanceledorexpires,Contractorshallresume and continue with the Work.  A Change Order will be issued to cover any adjustments of the ContractSumortheContractTimenecessarilycausedbysuchsuspension.ASuspensionOrder shallnotbetheexclusivemethodforCitytostoptheWork.  16.5 TerminationWithoutCause. Citymay,atitssolediscretionandwithoutcause,terminatethisConstructionContractinpartor inwholebygivingthirty(30)DayswrittennoticetoContractor.Thecompensationallowedunder this Paragraph 16.5 shall be the Contractor’s sole and exclusive compensation for such terminationandContractorwaivesanyclaimforothercompensationorLosses,including,butnot limitedto,lossofanticipatedprofits,lossofrevenue,lostopportunity,orotherconsequential, direct,indirectorincidentaldamagesofanykindresultingfromterminationwithoutcause.  16.5.1 Compensation. Following such termination and within fortyfive (45) Days after receipt of a billing from Contractor seeking payment of sums authorized by this Paragraph 16.5, City shall pay the followingtoContractorasContractor’ssolecompensationforperformanceoftheWork:  .1 ForWorkPerformed.TheamountoftheContractSumallocabletotheportion oftheWorkproperlyperformedbyContractorasofthedateoftermination, lesssumspreviouslypaidtoContractor.  .2 ForCloseoutCosts.ReasonablecostsofContractoranditsSubcontractorsand Subsubcontractorsfor: (i) Demobilizingand (ii) AdministeringthecloseoutofitsparticipationintheProject(including, without limitation, all billing and accounting functions, not including attorneyorexpertfees)foraperiodofnolongerthanthirty(30)Days afterreceiptofthenoticeoftermination.  .3 For Fabricated Items.  Previously unpaid cost of any items delivered to the ProjectSitewhichwerefabricatedforsubsequentincorporationintheWork.  16.5.2 Subcontractors. Contractorshallincludeprovisionsinallofitssubcontracts,purchaseordersandothercontracts permitting termination for convenienceby Contractor on terms that are consistent with this ConstructionContractandthataffordnogreaterrightsofrecoveryagainstContractorthanare affordedtoContractoragainstCityunderthisSection.     InvitationforBid(IFB)Package   19    Rev.July2012 CONSTRUCTIONCONTRACT  16.6 Contractor’sDutiesUponTermination. Uponreceiptofanoticeofterminationfordefaultorforconvenience,Contractorshall,unlessthe noticedirectsotherwise,dothefollowing: (i) ImmediatelydiscontinuetheWorktotheextentspecifiedinthenotice; (ii) Placenofurtherordersorsubcontractsformaterials,equipment,servicesorfacilities, except as may be necessary for completion of such portion of the Work that is not discontinued; (iii) ProvidetoCityadescription,inwritingnolaterthanfifteen(15)daysafterreceiptofthe notice of termination, of all subcontracts, purchase orders and contracts that are outstanding,including,withoutlimitation,thetermsoftheoriginalprice,anychanges, payments,balanceowing,thestatusoftheportionoftheWorkcoveredandacopyof thesubcontract,purchaseorderorcontractandanywrittenchanges,amendmentsor modifications thereto, together with such other information as City may determine necessaryinordertodecidewhethertoacceptassignmentoforrequestContractorto terminatethesubcontract,purchaseorderorcontract; (iv) Promptly assign to City those subcontracts, purchase orders or contracts, or portions thereof,thatCityelectstoacceptbyassignmentandcancel,onthemostfavorableterms reasonablypossible,allsubcontracts,purchaseordersorcontracts,orportionsthereof, thatCitydoesnotelecttoacceptbyassignment;and (v) ThereafterdoonlysuchWorkasmaybenecessarytopreserveandprotectWorkalready  in progress and to protect materials, plants, and equipment on the Project Site or in  transitthereto. SECTION17 CONTRACTOR'SRIGHTSANDREMEDIES.  17.1 Contractor’sRemedies. Contractor may terminate this Construction Contract only upon the occurrence of one of the following:  17.1.1 ForWorkStoppage. TheWorkisstoppedforsixty(60)consecutiveDays,throughnoactorfaultofContractor,any Subcontractor,oranyemployeeoragentofContractororanySubcontractor,duetoissuanceof anorderofacourtorotherpublicauthorityotherthanCityhavingjurisdictionorduetoanactof government, such as a declaration of a national emergency making material unavailable.  This provisionshallnotapplytoanyworkstoppageresultingfromtheCity’sissuanceofasuspension noticeissuedeitherforcauseorforconvenience.  17.1.2 ForCity'sNonPayment. IfCitydoesnotmakepayContractorundisputedsumswithinninety(90)Daysafterreceiptof noticefromContractor,ContractormayterminatetheConstructionContract(30)daysfollowinga secondnoticetoCityofContractor’sintentiontoterminatetheConstructionContract.  17.2 DamagestoContractor. IntheeventofterminationforcausebyContractor,CityshallpayContractorthesumsprovided forinParagraph16.5.1above.Contractoragreestoacceptsuchsumsasitssoleandexclusive compensationandagreestowaiveanyclaimforothercompensationorLosses,including,butnot limitedto,lossofanticipatedprofits,lossofrevenue,lostopportunity,orotherconsequential, direct,indirectandincidentaldamages,ofanykind. SECTION18 ACCOUNTINGRECORDS.  18.1 FinancialManagementandCityAccess. Contractorshallkeepfullanddetailedaccountsandexercisesuchcontrolsasmaybenecessary forproperfinancialmanagementunderthisConstructionContractinaccordancewithgenerally    InvitationforBid(IFB)Package   20    Rev.July2012 CONSTRUCTIONCONTRACT  acceptedaccountingprinciplesandpractices.CityandCity'saccountantsduringnormalbusiness hours,mayinspect,auditandcopyContractor'srecords,books,estimates,takeoffs,costreports, ledgers, schedules, correspondence, instructions, drawings, receipts, subcontracts, purchase orders,vouchers,memorandaandotherdatarelatingtothisProject.Contractorshallretainthese documentsforaperiodofthree(3)yearsafterthelaterof(i)finalpaymentor(ii)finalresolution ofallContractDisputesandotherdisputes,or(iii)forsuchlongerperiodasmayberequiredby law.  18.2 CompliancewithCityRequests. Contractor'scompliancewithanyrequestbyCitypursuanttothisSection18shallbeacondition precedenttofilingormaintenanceofanylegalactionorproceedingbyContractoragainstCity andtoContractor'srighttoreceivefurtherpaymentsundertheContractDocuments.Citymany enforceContractor’sobligationtoprovideaccesstoCityofitsbusinessandotherrecordsreferred toinSection18.1forinspectionorcopyingbyissuanceofawritoraprovisionalorpermanent mandatoryinjunctionbyacourtofcompetentjurisdictionbasedonaffidavitssubmittedtosuch court,withoutthenecessityoforaltestimony. SECTION19 INDEPENDENTPARTIES.  Eachpartyisactinginitsindependentcapacityandnotasagents,employees,partners,orjointventures’ oftheotherparty.City,itsofficersoremployeesshallhavenocontrolovertheconductofContractoror itsrespectiveagents,employees,subconsultants,orsubcontractors,exceptashereinsetforth. SECTION20 NUISANCE.  Contractor shall not maintain, commit, nor permit the maintenance or commission of any nuisance in connectionintheperformanceofservicesunderthisConstructionContract. SECTION21 PERMITSANDLICENSES.  ExceptasotherwiseprovidedintheSpecialProvisionsandTechnicalSpecifications,TheContractorshall provide, procure and pay for all licenses, permits, and fees, required by the City or other government jurisdictionsoragenciesnecessarytocarryoutandcompletetheWork.Paymentofallcostsandexpenses forsuchlicenses,permits,andfeesshallbeincludedinoneormoreBiditems.Noothercompensation shallbepaidtotheContractorfortheseitemsorfordelayscausedbynonCityinspectorsorconditionsset forthinthelicensesorpermitsissuedbyotheragencies. SECTION22 WAIVER.  Awaiverbyeitherpartyofanybreachofanyterm,covenant,orconditioncontainedhereinshallnotbe deemedtobeawaiverofanysubsequentbreachofthesameoranyotherterm,covenant,orcondition containedherein,whetherofthesameoradifferentcharacter. SECTION23 GOVERNINGLAW.  ThisConstructionContractshallbeconstruedinaccordancewithandgovernedbythelawsoftheStateof California.     InvitationforBid(IFB)Package   21    Rev.July2012 CONSTRUCTIONCONTRACT  SECTION24 COMPLETEAGREEMENT.  ThisAgreementrepresentstheentireandintegratedagreementbetweenthepartiesandsupersedesall priornegotiations,representations,andcontracts,eitherwrittenororal.ThisAgreementmaybeamended onlybyawritteninstrument,whichissignedbytheparties. SECTION25 SURVIVALOFCONTRACT.  TheprovisionsoftheConstructionContractwhichbytheirnaturesurviveterminationoftheConstruction Contract or Final Completion, including, without limitation, all warranties, indemnities, payment obligations,andCity’srighttoauditContractor’sbooksandrecords,shallremaininfullforceandeffect afterFinalCompletionoranyterminationoftheConstructionContract. SECTION26 PREVAILINGWAGES.      ThisProjectisnotsubjecttoprevailingwages.TheContractorisnotrequiredtopayprevailingwagesin the performance and implementation of the Project, because the City, pursuant to its authority as a chartered city, has adopted Resolution No. 5981 exempting the City from prevailing wages.  The City invokestheexemptionfromthestateprevailingwagerequirementforthisProjectanddeclaresthatthe Projectisfundedonehundredpercent(100%)bytheCityofPaloAlto.  Or  TheContractorisrequiredtopaygeneralprevailingwagesasdefinedinSubchapter3,Title8ofthe CaliforniaCodeofRegulationsandSection16000etseq.andSection1773.1oftheCaliforniaLaborCode. PursuanttotheprovisionsofSection1773oftheLaborCodeoftheStateofCalifornia,theCityCouncilhas obtainedthegeneralprevailingrateofperdiemwagesandthegeneralrateforholidayandovertimework in this locality for each craft, classification, or type of worker needed to execute the contract for this ProjectfromtheDirectoroftheDepartmentofIndustrialRelations.Copiesoftheseratesmaybeobtained atcostatthePurchasingofficeoftheCityofPaloAlto.Contractorshallprovideacopyofprevailingwage ratestoanystafforsubcontractorhired,andshallpaytheadoptedprevailingwageratesasaminimum. ContractorshallcomplywiththeprovisionsofSections1775,1776,1777.5,1810,and1813oftheLabor Code. SECTION27 NONAPPROPRIATION.  ThisAgreementissubjecttothefiscalprovisionsoftheCharteroftheCityofPaloAltoandthePaloAlto MunicipalCode.ThisAgreementwillterminatewithoutanypenalty(a)attheendofanyfiscalyearinthe eventthattheCitydoesnotappropriatefundsforthefollowingfiscalyearforthisevent,or(b)atanytime withinafiscalyearintheeventthatfundsareonlyappropriatedforaportionofthefiscalyearandfunds forthisConstructionContractarenolongeravailable.Thissectionshalltakeprecedenceintheeventofa conflictwithanyothercovenant,term,condition,orprovisionofthisAgreement. SECTION28 AUTHORITY.  TheindividualsexecutingthisAgreementrepresentandwarrantthattheyhavethelegalcapacityand authoritytodosoonbehalfoftheirrespectivelegalentities. SECTION29 ATTORNEYFEES.  EachPartyshallbearitsowncosts,includingattorney’sfeesthroughthecompletionofmediation.Ifthe claim or dispute is not resolved through mediation and in any dispute described in Paragraph 14.2, 22 InvitationforBid(IFB)Package      Rev.July2012 CONSTRUCTIONCONTRACT    the prevailing party in any action brought to enforce the provision of this Agreement may recover its reasonablecostsandattorney’sfeesexpendedinconnectionwiththataction.Theprevailingpartyshallbe entitled to recover an amount equal to the fair market value of legal services provided by attorneys employedbyitaswellasanyattorney’s’feespaidtothirdparties. SECTION30 COUNTERPARTS This Agreement may be signed in multiple counterparts, which shall,when executed by all the parties, constituteasinglebindingagreement. SECTION31 SEVERABILITY.  IncaseaprovisionofthisConstructionContractisheldtobeinvalid,illegalorunenforceable,thevalidity, legalityandenforceabilityoftheremainingprovisionsshallnotbeaffected.    INWITNESSWHEREOF,thepartieshavecausedthisConstructionContracttobeexecutedthe  dateandyearfirstabovewritten.     CITYOFPALOALTO  ____________________________ PurchasingManager CityManager   APPROVEDASTOFORM:  ___________________________ SeniorAsst.CityAttorney  APPROVED:  ___________________________ PublicWorksDirector   CONTRACTOR  GRANITECONSTRUCTIONCOMPANY  By:___________________________  Name:_________________________  Title:________________________    ATTACHMENT B IFB 151905 FY14 ASPHALT PAVING PROJECT Solicited: 49 = 14 Exchanges, 35 Contractors Received: 08 Bids RGW Construction $2940103 Road Reconstructors $2695931 Granite Construction $2219994 (Low Bid) Graniterock $2665777 MCK Services $2658341 G.Bortolotto $2582681 Interstate Grading $2823093 O’Grady Paving $2670128 Awarding bid summary next page… FY 14 ASPHALT PAVING PROJECT BID SUMMARY ITEM #BASE BID DESCRIPTION QUANTITY UNITS 1 Asphalt ConcreteOverlay, 1/2" max, Type A 7,144 TON 96.00$ 685,824.00$ 104.000$ 742,976.00$ 103.00$ 735,832.00$ 101.50$ 725,116.00$ 105.00$ 750,120.00$ 100.00$ 714,400.00$ 2 PCC Base Repair 30,890 SF 12.00$ 370,680.00$ 12.00$ 370,680.00$ 12.00$ 370,680.00$ 18.00$ 556,020.00$ 18.50$ 571,465.00$ 18.00$ 556,020.00$ 3 AC Base Repair, 6" depth 373 TON 135.00$ 50,355.00$ 125.00$ 46,625.00$ 212.00$ 79,076.00$ 160.00$ 59,680.00$ 160.00$ 59,680.00$ 173.00$ 64,529.00$ 4 AC leveling Course 525 TON 135.00$ 70,875.00$ 89.00$ 46,725.00$ 120.00$ 63,000.00$ 121.50$ 63,787.50$ 135.00$ 70,875.00$ 116.00$ 60,900.00$ 5 AC Milling 499,550 SF 0.45$ 224,797.50$ 0.30$ 149,865.00$ 0.41$ 204,815.50$ 0.40$ 199,820.00$ 0.45$ 224,797.50$ 0.28$ 139,874.00$ 6 Interlayer membrane 25,109 LF 3.50$ 87,881.50$ 1.85$ 46,451.65$ 5.00$ 125,545.00$ 2.00$ 50,218.00$ 2.00$ 50,218.00$ 2.00$ 50,218.00$ 7 Crack Sealant 55,850 LF 0.75$ 41,887.50$ 0.39$ 21,781.50$ 0.50$ 27,925.00$ 0.47$ 26,249.50$ 1.00$ 55,850.00$ 0.48$ 26,808.00$ 8 Adjust utility box to grade 103 EA 280.00$ 28,840.00$ 420.00$ 43,260.00$ 600.00$ 61,800.00$ 410.00$ 42,230.00$ 350.00$ 36,050.00$ 410.00$ 42,230.00$ 9 Pothole 56 EA 250.00$ 14,000.00$ 130.00$ 7,280.00$ 1,000.00$ 56,000.00$ 145.00$ 8,120.00$ 200.00$ 11,200.00$ 77.00$ 4,312.00$ 10 Adjust manhole to grade 67 EA 380.00$ 25,460.00$ 730.00$ 48,910.00$ 700.00$ 46,900.00$ 715.00$ 47,905.00$ 400.00$ 26,800.00$ 750.00$ 50,250.00$ 11 Remove and Replace Type A Vertical Curb and Gutter, 1' pan 2,523 LF 29.00$ 73,167.00$ 30.00$ 75,690.00$ 40.00$ 100,920.00$ 40.00$ 100,920.00$ 38.00$ 95,874.00$ 44.00$ 111,012.00$ 12 Remove and Replace Type A Vertical Curb and Gutter, 1.5' pan 82 LF 45.00$ 3,690.00$ 70.00$ 5,740.00$ 50.00$ 4,100.00$ 52.00$ 4,264.00$ 52.00$ 4,264.00$ 68.00$ 5,576.00$ 13 Remove and Replace Type A Vertical Curb and Gutter, 2' pan 674 LF 45.00$ 30,330.00$ 57.00$ 38,418.00$ 40.00$ 26,960.00$ 46.00$ 31,004.00$ 46.00$ 31,004.00$ 56.00$ 37,744.00$ 14 Remove and Replace Type A Vertical Curb and Gutter, 3' pan 186 LF 48.00$ 8,928.00$ 71.00$ 13,206.00$ 50.00$ 9,300.00$ 62.00$ 11,532.00$ 62.00$ 11,532.00$ 70.00$ 13,020.00$ 15 Remove and Replace Type B Rolled Curb and Gutter, 3' pan 100 LF 49.00$ 4,900.00$ 76.00$ 7,600.00$ 75.00$ 7,500.00$ 62.00$ 6,200.00$ 62.00$ 6,200.00$ 74.00$ 7,400.00$ 16 Remove and replace concrete driveway 12,784 SF 10.00$ 127,840.00$ 9.50$ 121,448.00$ 11.00$ 140,624.00$ 15.00$ 191,760.00$ 14.50$ 185,368.00$ 14.00$ 178,976.00$ 17 Remove and replace concrete sidewalk 7,520 SF 9.00$ 67,680.00$ 8.00$ 60,160.00$ 10.00$ 75,200.00$ 10.50$ 78,960.00$ 10.00$ 75,200.00$ 9.25$ 69,560.00$ 18 4' Concrete Valley gutter 114 LF 70.00$ 7,980.00$ 112.00$ 12,768.00$ 60.00$ 6,840.00$ 95.00$ 10,830.00$ 95.00$ 10,830.00$ 110.00$ 12,540.00$ 19 Demolish and remove existing concrete 285 SF 7.00$ 1,995.00$ 8.00$ 2,280.00$ 7.00$ 1,995.00$ 5.00$ 1,425.00$ 5.00$ 1,425.00$ 8.00$ 2,280.00$ 20 City standard curb ramp, typical 27 EA 1,850.00$ 49,950.00$ 2,435.00$ 65,745.00$ 2,500.00$ 67,500.00$ 2,400.00$ 64,800.00$ 2,200.00$ 59,400.00$ 2,400.00$ 64,800.00$ 21 Install detectable warning surface 23 EA 330.00$ 7,590.00$ 525.00$ 12,075.00$ 400.00$ 9,200.00$ 350.00$ 8,050.00$ 350.00$ 8,050.00$ 500.00$ 11,500.00$ 22 Install Traffic Signal Detector Loops 1,600 SF 11.00$ 17,600.00$ 5.00$ 8,000.00$ 7.00$ 11,200.00$ 5.00$ 8,000.00$ 4.50$ 7,200.00$ 24.00$ 38,400.00$ 23 Reset Catch Basin 13 EA 1,500.00$ 19,500.00$ 1,050.00$ 13,650.00$ 1,000.00$ 13,000.00$ 1,200.00$ 15,600.00$ 1,200.00$ 15,600.00$ 1,000.00$ 13,000.00$ 24 Recycle Inert Construction Material 8,157 TON 3.00$ 24,471.00$ 2.50$ 20,392.50$ 2.00$ 16,314.00$ 2.50$ 20,392.50$ 3.00$ 24,471.00$ 5.00$ 40,785.00$ 25 Remove and replace Speed Hump/Table 8 EA 4,000.00$ 32,000.00$ 2,800.00$ 22,400.00$ 4,000.00$ 32,000.00$ 6,000.00$ 48,000.00$ 2,000.00$ 16,000.00$ 2,700.00$ 21,600.00$ 26 Install chevrons on Speed Hump/table 16 EA 250.00$ 4,000.00$ 340.00$ 5,440.00$ 350.00$ 5,600.00$ 335.00$ 5,360.00$ 335.00$ 5,360.00$ 350.00$ 5,600.00$ 27 Remove and replace blue pavement marker 33 EA 25.00$ 825.00$ 26.00$ 858.00$ 30.00$ 990.00$ 25.00$ 825.00$ 25.00$ 825.00$ 26.00$ 858.00$ 28 Thermoplastic Striping, Detail 2 1,600 LF 3.00$ 4,800.00$ 1.00$ 1,600.00$ 2.00$ 3,200.00$ 1.00$ 1,600.00$ 1.00$ 1,600.00$ 1.03$ 1,648.00$ 29 Thermoplastic Striping, Curb Paint 280 LF 3.00$ 840.00$ 4.00$ 1,120.00$ 5.00$ 1,400.00$ 4.00$ 1,120.00$ 4.00$ 1,120.00$ 4.25$ 1,190.00$ 30 Thermoplastic Striping, Detail 21 500 LF 5.00$ 2,500.00$ 1.25$ 625.00$ 2.00$ 1,000.00$ 1.20$ 600.00$ 1.20$ 600.00$ 1.25$ 625.00$ 31 Thermoplastic Striping, Detail 6 1,275 LF 5.00$ 6,375.00$ 1.05$ 1,338.75$ 2.00$ 2,550.00$ 1.00$ 1,275.00$ 1.00$ 1,275.00$ 1.00$ 1,275.00$ 32 Thermoplastic Striping, Detail 38A 200 LF 3.00$ 600.00$ 1.25$ 250.00$ 2.00$ 400.00$ 1.20$ 240.00$ 1.20$ 240.00$ 1.25$ 250.00$ 33 Thermoplastic Striping, Detail 39/39A 3,800 LF 1.50$ 5,700.00$ 0.90$ 3,420.00$ 1.00$ 3,800.00$ 0.90$ 3,420.00$ 0.90$ 3,420.00$ 1.00$ 3,800.00$ 34 4" White parking stalls 6,025 LF 2.50$ 15,062.50$ 0.70$ 4,217.50$ 1.00$ 6,025.00$ 0.70$ 4,217.50$ 0.70$ 4,217.50$ 1.00$ 6,025.00$ 35 Thermoplastic Striping, 12" yellow 400 LF 3.00$ 1,200.00$ 4.00$ 1,600.00$ 5.00$ 2,000.00$ 4.00$ 1,600.00$ 4.00$ 1,600.00$ 4.25$ 1,700.00$ 36 Thermoplastic Striping, 12" white 1,285 LF 3.00$ 3,855.00$ 4.00$ 5,140.00$ 4.00$ 5,140.00$ 4.00$ 5,140.00$ 4.00$ 5,140.00$ 4.00$ 5,140.00$ 37 Thermoplastic Legends 246 EA 50.00$ 12,300.00$ 23.00$ 5,658.00$ 25.00$ 6,150.00$ 22.50$ 5,535.00$ 22.50$ 5,535.00$ 23.00$ 5,658.00$ 38 Traffic Control 1 LS 58,000.00$ 58,000.00$ 93,000.00$ 93,000.00$ 150,000.00$ 150,000.00$ 135,000.00$ 135,000.00$ 160,000.00$ 160,000.00$ 314,000.00$ 314,000.00$ 39 Trim Street Trees (50 hours max)50 HR 224.00$ 11,200.00$ 180.00$ 9,000.00$ 200.00$ 10,000.00$ 360.00$ 18,000.00$ 180.00$ 9,000.00$ 180.00$ 9,000.00$ 40 Project Notifications 1 LS 7,000.00$ 7,000.00$ 3,100.00$ 3,100.00$ 15,000.00$ 15,000.00$ 13,000.00$ 13,000.00$ 2,500.00$ 2,500.00$ 150,000.00$ 150,000.00$ 41 Planter Area Conform 1 LS 1,000.00$ 1,000.00$ 1,500.00$ 1,500.00$ 7,000.00$ 7,000.00$ 5,000.00$ 5,000.00$ 10,000.00$ 10,000.00$ 12,000.00$ 12,000.00$ 42 Misc Transportation Improvements 1 LS 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 43 Utility Tie Out Drawings 1 LS 2,000.00$ 2,000.00$ 2,500.00$ 2,500.00$ 7,000.00$ 7,000.00$ 1,000.00$ 1,000.00$ 2,500.00$ 2,500.00$ 7,000.00$ 7,000.00$ 44 Castileja Bike Blvd Striping 1 LS 15,000.00$ 15,000.00$ 19,500.00$ 19,500.00$ 20,000.00$ 20,000.00$ 19,525.00$ 19,525.00$ 19,528.00$ 19,528.00$ 21,000.00$ 21,000.00$ 45 Encina Avenue Improvements 1 LS 5,000.00$ 5,000.00$ 6,000.00$ 6,000.00$ 2,000.00$ 2,000.00$ 5,000.00$ 5,000.00$ 2,000.00$ 2,000.00$ 5,600.00$ 5,600.00$ BASE BID TOTAL 2,285,479.00$ 2,219,993.90$ 2,593,481.50$ 2,658,341.00$ 2,695,934.00$ 2,940,103.00$ ITEM #ADD ALT # 1 SOUTHGATE PAVING QUANTITY UNITS 1 Asphalt concrete overlay (AC) 1,634 TON 96.00$ 156,864.00$ 105.00$ 171,570.00$ 110.00$ 179,740.00$ 101.50$ 165,851.00$ 105.00$ 171,570.00$ 110.00$ 179,740.00$ 2 Asphalt Concrete milling 119,400 SF 0.45$ 53,730.00$ 0.30$ 35,820.00$ 0.41$ 48,954.00$ 0.40$ 47,760.00$ 0.40$ 47,760.00$ 0.50$ 59,700.00$ 3 Interlayer membrane 5,970 LF 3.50$ 20,895.00$ 2.40$ 14,328.00$ 5.00$ 29,850.00$ 2.00$ 11,940.00$ 2.00$ 11,940.00$ 2.00$ 11,940.00$ 4 Crack Sealant 11,940 LF 0.75$ 8,955.00$ 0.39$ 4,656.60$ 1.00$ 11,940.00$ 1.00$ 11,940.00$ 0.50$ 5,970.00$ 1.00$ 11,940.00$ 5 Pothole 28 Ea 250.00$ 7,000.00$ 140.00$ 3,920.00$ 1,000.00$ 28,000.00$ 145.00$ 4,060.00$ 250.00$ 7,000.00$ 77.00$ 2,156.00$ 6 Adjust Utility Box to grade 36 EA 280.00$ 10,080.00$ 415.00$ 14,940.00$ 500.00$ 18,000.00$ 410.00$ 14,760.00$ 350.00$ 12,600.00$ 575.00$ 20,700.00$ 7 Adjust Manhole to grade 4 EA 380.00$ 1,520.00$ 725.00$ 2,900.00$ 700.00$ 2,800.00$ 715.00$ 2,860.00$ 400.00$ 1,600.00$ 750.00$ 3,000.00$ 8 Recycle inert construction material, 1,634 TON 3.00$ 4,902.00$ 3.90$ 6,372.60$ 2.00$ 3,268.00$ 2.50$ 4,085.00$ 3.00$ 4,902.00$ 5.00$ 8,170.00$ 9 Remove and replace blue pavement markers 14 EA 25.00$ 350.00$ 25.00$ 350.00$ 30.00$ 420.00$ 25.00$ 350.00$ 25.00$ 350.00$ 29.00$ 406.00$ 10 Curb Paint 140 LF 3.00$ 420.00$ 4.00$ 560.00$ 5.00$ 700.00$ 4.00$ 560.00$ 4.00$ 560.00$ 5.00$ 700.00$ 11 Thermoplastic Striping, 12” White 275 LF 3.00$ 825.00$ 4.00$ 1,100.00$ 5.00$ 1,375.00$ 4.00$ 1,100.00$ 4.00$ 1,100.00$ 5.00$ 1,375.00$ 12 Thermoplastic legend or symbol 48 EA 50.00$ 2,400.00$ 23.00$ 1,104.00$ 25.00$ 1,200.00$ 22.50$ 1,080.00$ 22.50$ 1,080.00$ 26.00$ 1,248.00$ 13 Traffic Control 1 LS 29,400.00$ 29,400.00$ 30,000.00$ 30,000.00$ 39,000.00$ 39,000.00$ 50,000.00$ 50,000.00$ 30,000.00$ 30,000.00$ 112,000.00$ 112,000.00$ 14 Tree Trimming (20 hours max)20 HRS 224.00$ 4,480.00$ 180.00$ 3,600.00$ 200.00$ 4,000.00$ 360.00$ 7,200.00$ 180.00$ 3,600.00$ 180.00$ 3,600.00$ 15 Notices 1 LS 3,500.00$ 3,500.00$ 1,300.00$ 1,300.00$ 5,000.00$ 5,000.00$ 3,500.00$ 3,500.00$ 2,000.00$ 2,000.00$ 13,000.00$ 13,000.00$ 16 Utility Tie Out Drawings 1 LS 1,000.00$ 1,000.00$ 1,200.00$ 1,200.00$ 5,000.00$ 5,000.00$ 750.00$ 750.00$ 2,000.00$ 2,000.00$ 3,600.00$ 3,600.00$ ADD ALTERNATE # 1 TOTAL 306,321.00$ 293,721.20$ 379,247.00$ 327,796.00$ 304,032.00$ 433,275.00$ ITEM #ADD ALT # 2 SANTA RITA QUANTITY UNITS 1 Asphalt concrete overlay (AC) 426 TON 96.00$ 40,896.00$ 120.000$ 51,120.00$ 100.00$ 42,600.00$ 140.00$ 59,640.00$ 140.00$ 59,640.00$ 116.00$ 49,416.00$ 2 Portland Cement Concrete (PCC) Base Repair, 6” depth 4,500 SF 12.00$ 54,000.00$ 10.00$ 45,000.00$ 14.00$ 63,000.00$ 17.00$ 76,500.00$ 18.50$ 83,250.00$ 26.00$ 117,000.00$ 3 Asphalt Concrete milling 32,000 SF 0.45$ 14,400.00$ 0.40$ 12,800.00$ 0.50$ 16,000.00$ 0.50$ 16,000.00$ 0.50$ 16,000.00$ 0.50$ 16,000.00$ 4 Interlayer membrane 1,500 LF 3.50$ 5,250.00$ 2.40$ 3,600.00$ 5.00$ 7,500.00$ 2.00$ 3,000.00$ 2.00$ 3,000.00$ 2.60$ 3,900.00$ 5 Crack Sealant 7,000 LF 0.75$ 5,250.00$ 0.39$ 2,730.00$ 1.00$ 7,000.00$ 1.00$ 7,000.00$ 1.00$ 7,000.00$ 1.00$ 7,000.00$ 6 Reset utility Box 6 EA 280.00$ 1,680.00$ 415.00$ 2,490.00$ 500.00$ 3,000.00$ 410.00$ 2,460.00$ 350.00$ 2,100.00$ 575.00$ 3,450.00$ 7 Pothole 4 EA 250.00$ 1,000.00$ 450.00$ 1,800.00$ 2,000.00$ 8,000.00$ 145.00$ 580.00$ 250.00$ 1,000.00$ 77.00$ 308.00$ 8 Reset Manhole 4 EA 380.00$ 1,520.00$ 725.00$ 2,900.00$ 700.00$ 2,800.00$ 715.00$ 2,860.00$ 500.00$ 2,000.00$ 750.00$ 3,000.00$ 9 Remove and replace Type A Curb and Gutter, 1’ pan 300 LF 29.00$ 8,700.00$ 45.00$ 13,500.00$ 40.00$ 12,000.00$ 40.00$ 12,000.00$ 38.00$ 11,400.00$ 48.00$ 14,400.00$ 10 Remove and replace concrete driveway 1,000 SF 10.00$ 10,000.00$ 14.00$ 14,000.00$ 14.00$ 14,000.00$ 15.00$ 15,000.00$ 14.50$ 14,500.00$ 14.00$ 14,000.00$ 11 Remove and replace concrete sidewalk 700 SF 9.00$ 6,300.00$ 9.25$ 6,475.00$ 14.00$ 9,800.00$ 10.50$ 7,350.00$ 10.00$ 7,000.00$ 12.00$ 8,400.00$ 12 City standard curb ramp, typical 4 EA 1,850.00$ 7,400.00$ 2,400.00$ 9,600.00$ 3,000.00$ 12,000.00$ 2,400.00$ 9,600.00$ 2,200.00$ 8,800.00$ 4,700.00$ 18,800.00$ 13 Install detectable warning surface 4 EA 330.00$ 1,320.00$ 500.00$ 2,000.00$ 500.00$ 2,000.00$ 400.00$ 1,600.00$ 400.00$ 1,600.00$ 1,400.00$ 5,600.00$ 14 Reset catch basin 2 EA 1,500.00$ 3,000.00$ 1,020.00$ 2,040.00$ 3,000.00$ 6,000.00$ 1,200.00$ 2,400.00$ 1,200.00$ 2,400.00$ 1,500.00$ 3,000.00$ 15 Recycle inert construction material 505 TON 3.00$ 1,515.00$ 4.00$ 2,020.00$ 3.00$ 1,515.00$ 2.50$ 1,262.50$ 3.00$ 1,515.00$ 5.00$ 2,525.00$ 16 Remove and replace blue pavement markers 2 EA 25.00$ 50.00$ 25.00$ 50.00$ 30.00$ 60.00$ 25.00$ 50.00$ 25.00$ 50.00$ 30.00$ 60.00$ 17 Thermoplastic Striping, 12” White 80 LF 3.00$ 240.00$ 4.00$ 320.00$ 5.00$ 400.00$ 4.00$ 320.00$ 4.00$ 320.00$ 5.00$ 400.00$ 18 Thermoplastic legend or symbol 16 EA 50.00$ 800.00$ 23.00$ 368.00$ 25.00$ 400.00$ 22.50$ 360.00$ 22.50$ 360.00$ 27.00$ 432.00$ 19 Traffic Control 1 LS 4,200.00$ 4,200.00$ 10,000.00$ 10,000.00$ 20,000.00$ 20,000.00$ 15,000.00$ 15,000.00$ 20,000.00$ 20,000.00$ 125,000.00$ 125,000.00$ 20 Tree Trimming 8 HR 224.00$ 1,792.00$ 180.00$ 1,440.00$ 300.00$ 2,400.00$ 360.00$ 2,880.00$ 180.00$ 1,440.00$ 180.00$ 1,440.00$ 21 Notification of business and residents 1 LS 500.00$ 500.00$ 600.00$ 600.00$ 7,000.00$ 7,000.00$ 2,000.00$ 2,000.00$ 1,000.00$ 1,000.00$ 20,000.00$ 20,000.00$ 22 Planter Area Conform 1 LS 1,000.00$ 1,000.00$ 2,000.00$ 2,000.00$ 7,000.00$ 7,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 3,800.00$ 3,800.00$ 23 Utility Tie Out Drawings 1 LS 500.00$ 500.00$ 250.00$ 250.00$ 5,000.00$ 5,000.00$ 100.00$ 100.00$ 2,000.00$ 2,000.00$ 3,600.00$ 3,600.00$ ADD ALTERNATE # 2 TOTAL 171,313.00$ 187,103.00$ 249,475.00$ 242,962.50$ 251,375.00$ 421,531.00$ ITEM #ADD ALT # 3: SENECA/MAPLE QUANTITY UNITS 1 Asphalt concrete overlay (AC) 319 TON 96.00$ 30,624.00$ 133.000$ 42,427.00$ 100.00$ 31,900.00$ 160.00$ 51,040.00$ 150.00$ 47,850.00$ 125.00$ 39,875.00$ 2 Portland Cement Concrete (PCC) Base Repair, 6” depth 3,600 SF 12.00$ 43,200.00$ 10.00$ 36,000.00$ 14.00$ 50,400.00$ 18.00$ 64,800.00$ 18.50$ 66,600.00$ 25.00$ 90,000.00$ 3 Asphalt Concrete milling 23,500 SF 0.45$ 10,575.00$ 0.55$ 12,925.00$ 0.50$ 11,750.00$ 0.65$ 15,275.00$ 0.70$ 16,450.00$ 0.60$ 14,100.00$ 4 Interlayer membrane 1,500 LF 3.50$ 5,250.00$ 2.40$ 3,600.00$ 5.00$ 7,500.00$ 4.00$ 6,000.00$ 2.00$ 3,000.00$ 3.00$ 4,500.00$ 5 Crack Sealant 3,000 LF 0.75$ 2,250.00$ 0.39$ 1,170.00$ 2.00$ 6,000.00$ 1.00$ 3,000.00$ 1.00$ 3,000.00$ 1.00$ 3,000.00$ 6 Reset utility Box 5 EA 280.00$ 1,400.00$ 415.00$ 2,075.00$ 700.00$ 3,500.00$ 410.00$ 2,050.00$ 350.00$ 1,750.00$ 575.00$ 2,875.00$ 7 Pothole 4 EA 250.00$ 1,000.00$ 450.00$ 1,800.00$ 2,000.00$ 8,000.00$ 145.00$ 580.00$ 250.00$ 1,000.00$ 77.00$ 308.00$ 8 Reset Manhole 3 EA 380.00$ 1,140.00$ 725.00$ 2,175.00$ 700.00$ 2,100.00$ 715.00$ 2,145.00$ 500.00$ 1,500.00$ 750.00$ 2,250.00$ 9 Remove and replace Type A Curb and Gutter, 1’ pan 500 LF 29.00$ 14,500.00$ 45.00$ 22,500.00$ 40.00$ 20,000.00$ 40.00$ 20,000.00$ 38.00$ 19,000.00$ 51.00$ 25,500.00$ 10 Remove and replace concrete driveway 1,200 SF 10.00$ 12,000.00$ 14.00$ 16,800.00$ 14.00$ 16,800.00$ 10.00$ 12,000.00$ 14.50$ 17,400.00$ 15.00$ 18,000.00$ 11 Remove and replace concrete sidewalk 590 SF 9.00$ 5,310.00$ 9.25$ 5,457.50$ 12.00$ 7,080.00$ 10.50$ 6,195.00$ 10.00$ 5,900.00$ 12.00$ 7,080.00$ 12 Brick Conform 2,000 SF 10.00$ 20,000.00$ 30.50$ 61,000.00$ 14.00$ 28,000.00$ 15.00$ 30,000.00$ 7.50$ 15,000.00$ 13.00$ 26,000.00$ 13 City standard curb ramp, typical 2 EA 1,850.00$ 3,700.00$ 2,450.00$ 4,900.00$ 3,000.00$ 6,000.00$ 2,400.00$ 4,800.00$ 2,200.00$ 4,400.00$ 5,000.00$ 10,000.00$ 14 Install detectable warning surface 3 EA 330.00$ 990.00$ 500.00$ 1,500.00$ 500.00$ 1,500.00$ 400.00$ 1,200.00$ 400.00$ 1,200.00$ 1,500.00$ 4,500.00$ 15 Reset catch basin 1 EA 1,500.00$ 1,500.00$ 1,020.00$ 1,020.00$ 3,000.00$ 3,000.00$ 1,200.00$ 1,200.00$ 1,200.00$ 1,200.00$ 1,500.00$ 1,500.00$ 16 Recycle inert construction material 422 TON 3.00$ 1,266.00$ 3.90$ 1,645.80$ 3.00$ 1,266.00$ 5.00$ 2,110.00$ 3.00$ 1,266.00$ 5.00$ 2,110.00$ 17 Remove and replace blue pavement markers 2 EA 25.00$ 50.00$ 25.00$ 50.00$ 30.00$ 60.00$ 25.00$ 50.00$ 25.00$ 50.00$ 30.00$ 60.00$ 18 Curb paint 20 LF 3.00$ 60.00$ 4.00$ 80.00$ 5.00$ 100.00$ 4.00$ 80.00$ 4.00$ 80.00$ 5.00$ 100.00$ 19 Thermoplastic Striping, 12” White 60 LF 3.00$ 180.00$ 4.00$ 240.00$ 5.00$ 300.00$ 4.00$ 240.00$ 4.00$ 240.00$ 5.00$ 300.00$ 20 Thermoplastic legend or symbol 12 EA 50.00$ 600.00$ 23.00$ 276.00$ 30.00$ 360.00$ 22.50$ 270.00$ 22.50$ 270.00$ 27.00$ 324.00$ 21 Traffic Control 1 LS 4,200.00$ 4,200.00$ 10,000.00$ 10,000.00$ 15,000.00$ 15,000.00$ 15,000.00$ 15,000.00$ 25,000.00$ 25,000.00$ 125,000.00$ 125,000.00$ 22 Tree Trimming 8 HR 224.00$ 1,792.00$ 180.00$ 1,440.00$ 300.00$ 2,400.00$ 360.00$ 2,880.00$ 180.00$ 1,440.00$ 180.00$ 1,440.00$ 23 Notification of business and residents 1 LS 500.00$ 500.00$ 1,100.00$ 1,100.00$ 7,000.00$ 7,000.00$ 2,500.00$ 2,500.00$ 1,000.00$ 1,000.00$ 31,000.00$ 31,000.00$ 24 Planter Area Conform 1 LS 1,000.00$ 1,000.00$ 2,000.00$ 2,000.00$ 5,000.00$ 5,000.00$ 3,500.00$ 3,500.00$ 5,000.00$ 5,000.00$ 5,800.00$ 5,800.00$ 25 Utility Tie Out Drawings 1 LS 500.00$ 500.00$ 300.00$ 300.00$ 5,000.00$ 5,000.00$ 100.00$ 100.00$ 1,000.00$ 1,000.00$ 18,000.00$ 18,000.00$ ADD ALTERNATE # 3 TOTAL 163,587.00$ 232,481.30$ 240,016.00$ 247,015.00$ 240,596.00$ 433,622.00$ Base Bid Total 2,285,479.00$ Base Bid Total 2,219,993.90$ Base Bid Total 2,593,481.50$ Base Bid Total 2,658,341.00$ Base Bid Total 2,695,934.00$ Base Bid Total 2,940,103.00$ Add Alt #1 306,321.00$ Add Alt #1 293,721.20$ Add Alt #1 379,247.00$ Add Alt #1 327,796.00$ Add Alt #1 304,032.00$ Add Alt #1 433,275.00$ Add Alt #2 171,313.00$ Add Alt #2 187,103.00$ Add Alt #2 249,475.00$ Add Alt #2 242,962.50$ Add Alt #2 251,375.00$ Add Alt #2 421,531.00$ Add Alt #3 163,587.00$ Add Alt #3 232,481.30$ Add Alt #3 240,016.00$ Add Alt #3 247,015.00$ Add Alt #3 240,596.00$ Add Alt #3 433,622.00$ Grand Total: 2,926,700.00$ Grand Total: 2,933,299.40$ Grand Total: 3,462,219.50$ Grand Total: 3,476,114.50$ Grand Total: 3,491,937.00$ Grand Total: 4,228,531.00$ ROAD RECONSTRUCTORS RGW GRANITE CONSTRUCTION G. BORTOLOTTO & CO, INC.MCK SERVICES ROAD RECONSTRUCTORS RGW GRANITE CONSTRUCTION G. BORTOLOTTO & CO, INC.MCK SERVICES ROAD RECONSTRUCTORS RGW GRANITE CONSTRUCTION MCK SERVICESG. BORTOLOTTO & CO, INC. GRANITE CONSTRUCTION G. BORTOLOTTO & CO, INC.MCK SERVICES ROAD RECONSTRUCTORS RGW ENGINEER'S ESTIMATE ENGINEER'S ESTIMATE ENGINEER'S ESTIMATE GRANITE CONSTRUCTION G. BORTOLOTTO & CO, INC.MCK SERVICES ENGINEER'S ESTIMATE ENGINEER'S ESTIMATE ROAD RECONSTRUCTORS RGW FY 14 ASPHALT PAVING PROJECT BID SUMMARY ITEM #BASE BID DESCRIPTION QUANTITY UNITS 1 Asphalt ConcreteOverlay, 1/2" max, Type A 7,144 TON 2 PCC Base Repair 30,890 SF 3 AC Base Repair, 6" depth 373 TON 4 AC leveling Course 525 TON 5 AC Milling 499,550 SF 6 Interlayer membrane 25,109 LF 7 Crack Sealant 55,850 LF 8 Adjust utility box to grade 103 EA 9 Pothole 56 EA 10 Adjust manhole to grade 67 EA 11 Remove and Replace Type A Vertical Curb and Gutter, 1' pan 2,523 LF 12 Remove and Replace Type A Vertical Curb and Gutter, 1.5' pan 82 LF 13 Remove and Replace Type A Vertical Curb and Gutter, 2' pan 674 LF 14 Remove and Replace Type A Vertical Curb and Gutter, 3' pan 186 LF 15 Remove and Replace Type B Rolled Curb and Gutter, 3' pan 100 LF 16 Remove and replace concrete driveway 12,784 SF 17 Remove and replace concrete sidewalk 7,520 SF 18 4' Concrete Valley gutter 114 LF 19 Demolish and remove existing concrete 285 SF 20 City standard curb ramp, typical 27 EA 21 Install detectable warning surface 23 EA 22 Install Traffic Signal Detector Loops 1,600 SF 23 Reset Catch Basin 13 EA 24 Recycle Inert Construction Material 8,157 TON 25 Remove and replace Speed Hump/Table 8 EA 26 Install chevrons on Speed Hump/table 16 EA 27 Remove and replace blue pavement marker 33 EA 28 Thermoplastic Striping, Detail 2 1,600 LF 29 Thermoplastic Striping, Curb Paint 280 LF 30 Thermoplastic Striping, Detail 21 500 LF 31 Thermoplastic Striping, Detail 6 1,275 LF 32 Thermoplastic Striping, Detail 38A 200 LF 33 Thermoplastic Striping, Detail 39/39A 3,800 LF 34 4" White parking stalls 6,025 LF 35 Thermoplastic Striping, 12" yellow 400 LF 36 Thermoplastic Striping, 12" white 1,285 LF 37 Thermoplastic Legends 246 EA 38 Traffic Control 1 LS 39 Trim Street Trees (50 hours max)50 HR 40 Project Notifications 1 LS 41 Planter Area Conform 1 LS 42 Misc Transportation Improvements 1 LS 43 Utility Tie Out Drawings 1 LS 44 Castileja Bike Blvd Striping 1 LS 45 Encina Avenue Improvements 1 LS BASE BID TOTAL ITEM #ADD ALT # 1 SOUTHGATE PAVING QUANTITY UNITS 1 Asphalt concrete overlay (AC) 1,634 TON 2 Asphalt Concrete milling 119,400 SF 3 Interlayer membrane 5,970 LF 4 Crack Sealant 11,940 LF 5 Pothole 28 Ea 6 Adjust Utility Box to grade 36 EA 7 Adjust Manhole to grade 4 EA 8 Recycle inert construction material, 1,634 TON 9 Remove and replace blue pavement markers 14 EA 10 Curb Paint 140 LF 11 Thermoplastic Striping, 12” White 275 LF 12 Thermoplastic legend or symbol 48 EA 13 Traffic Control 1 LS 14 Tree Trimming (20 hours max)20 HRS 15 Notices 1 LS 16 Utility Tie Out Drawings 1 LS ADD ALTERNATE # 1 TOTAL ITEM #ADD ALT # 2 SANTA RITA QUANTITY UNITS 1 Asphalt concrete overlay (AC) 426 TON 2 Portland Cement Concrete (PCC) Base Repair, 6” depth 4,500 SF 3 Asphalt Concrete milling 32,000 SF 4 Interlayer membrane 1,500 LF 5 Crack Sealant 7,000 LF 6 Reset utility Box 6 EA 7 Pothole 4 EA 8 Reset Manhole 4 EA 9 Remove and replace Type A Curb and Gutter, 1’ pan 300 LF 10 Remove and replace concrete driveway 1,000 SF 11 Remove and replace concrete sidewalk 700 SF 12 City standard curb ramp, typical 4 EA 13 Install detectable warning surface 4 EA 14 Reset catch basin 2 EA 15 Recycle inert construction material 505 TON 16 Remove and replace blue pavement markers 2 EA 17 Thermoplastic Striping, 12” White 80 LF 18 Thermoplastic legend or symbol 16 EA 19 Traffic Control 1 LS 20 Tree Trimming 8 HR 21 Notification of business and residents 1 LS 22 Planter Area Conform 1 LS 23 Utility Tie Out Drawings 1 LS ADD ALTERNATE # 2 TOTAL ITEM #ADD ALT # 3: SENECA/MAPLE QUANTITY UNITS 1 Asphalt concrete overlay (AC) 319 TON 2 Portland Cement Concrete (PCC) Base Repair, 6” depth 3,600 SF 3 Asphalt Concrete milling 23,500 SF 4 Interlayer membrane 1,500 LF 5 Crack Sealant 3,000 LF 6 Reset utility Box 5 EA 7 Pothole 4 EA 8 Reset Manhole 3 EA 9 Remove and replace Type A Curb and Gutter, 1’ pan 500 LF 10 Remove and replace concrete driveway 1,200 SF 11 Remove and replace concrete sidewalk 590 SF 12 Brick Conform 2,000 SF 13 City standard curb ramp, typical 2 EA 14 Install detectable warning surface 3 EA 15 Reset catch basin 1 EA 16 Recycle inert construction material 422 TON 17 Remove and replace blue pavement markers 2 EA 18 Curb paint 20 LF 19 Thermoplastic Striping, 12” White 60 LF 20 Thermoplastic legend or symbol 12 EA 21 Traffic Control 1 LS 22 Tree Trimming 8 HR 23 Notification of business and residents 1 LS 24 Planter Area Conform 1 LS 25 Utility Tie Out Drawings 1 LS ADD ALTERNATE # 3 TOTAL 105.00$ 750,120.00$ 105.00$ 750,120.00$ 99.00$ 707,256.00$ 18.00$ 556,020.00$ 15.00$ 463,350.00$ 20.00$ 617,800.00$ 145.00$ 54,085.00$ 200.00$ 74,600.00$ 170.00$ 63,410.00$ 125.00$ 65,625.00$ 150.00$ 78,750.00$ 115.00$ 60,375.00$ 0.30$ 149,865.00$ 0.50$ 249,775.00$ 0.33$ 164,851.50$ 1.70$ 42,685.30$ 2.50$ 62,772.50$ 3.00$ 75,327.00$ 0.39$ 21,781.50$ 0.40$ 22,340.00$ 0.50$ 27,925.00$ 410.00$ 42,230.00$ 400.00$ 41,200.00$ 350.00$ 36,050.00$ 245.00$ 13,720.00$ 250.00$ 14,000.00$ 500.00$ 28,000.00$ 715.00$ 47,905.00$ 700.00$ 46,900.00$ 400.00$ 26,800.00$ 44.00$ 111,012.00$ 48.00$ 121,104.00$ 47.00$ 118,581.00$ 67.75$ 5,555.50$ 31.00$ 2,542.00$ 70.00$ 5,740.00$ 55.45$ 37,373.30$ 56.00$ 37,744.00$ 58.00$ 39,092.00$ 69.65$ 12,954.90$ 73.00$ 13,578.00$ 73.00$ 13,578.00$ 74.00$ 7,400.00$ 70.00$ 7,000.00$ 78.00$ 7,800.00$ 13.72$ 175,396.48$ 18.00$ 230,112.00$ 15.00$ 191,760.00$ 9.00$ 67,680.00$ 13.00$ 97,760.00$ 10.00$ 75,200.00$ 109.00$ 12,426.00$ 118.00$ 13,452.00$ 116.00$ 13,224.00$ 7.50$ 2,137.50$ 6.00$ 1,710.00$ 8.00$ 2,280.00$ 2,386.00$ 64,422.00$ 3,100.00$ 83,700.00$ 2,500.00$ 67,500.00$ 500.00$ 11,500.00$ 550.00$ 12,650.00$ 550.00$ 12,650.00$ 5.00$ 8,000.00$ 5.00$ 8,000.00$ 20.00$ 32,000.00$ 1,000.00$ 13,000.00$ 2,200.00$ 28,600.00$ 1,200.00$ 15,600.00$ 11.00$ 89,727.00$ 6.50$ 53,020.50$ 3.00$ 24,471.00$ 4,568.00$ 36,544.00$ 3,800.00$ 30,400.00$ 5,000.00$ 40,000.00$ 335.00$ 5,360.00$ 350.00$ 5,600.00$ 350.00$ 5,600.00$ 25.00$ 825.00$ 25.00$ 825.00$ 30.00$ 990.00$ 1.00$ 1,600.00$ 1.10$ 1,760.00$ 1.10$ 1,760.00$ 4.00$ 1,120.00$ 4.40$ 1,232.00$ 5.00$ 1,400.00$ 1.20$ 600.00$ 1.30$ 650.00$ 1.30$ 650.00$ 1.00$ 1,275.00$ 1.10$ 1,402.50$ 1.10$ 1,402.50$ 1.20$ 240.00$ 1.30$ 260.00$ 1.30$ 260.00$ 0.90$ 3,420.00$ 1.00$ 3,800.00$ 1.00$ 3,800.00$ 0.70$ 4,217.50$ 0.80$ 4,820.00$ 0.80$ 4,820.00$ 4.00$ 1,600.00$ 4.40$ 1,760.00$ 5.00$ 2,000.00$ 4.00$ 5,140.00$ 4.40$ 5,654.00$ 5.00$ 6,425.00$ 22.50$ 5,535.00$ 25.00$ 6,150.00$ 25.00$ 6,150.00$ 143,154.00$ 143,154.00$ 116,000.00$ 116,000.00$ 80,000.00$ 80,000.00$ 180.00$ 9,000.00$ 500.00$ 25,000.00$ 200.00$ 10,000.00$ 10,500.00$ 10,500.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 500.00$ 500.00$ 20,000.00$ 20,000.00$ 100.00$ 100.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 1,000.00$ 1,000.00$ 2,000.00$ 2,000.00$ 10,000.00$ 10,000.00$ 19,525.00$ 19,525.00$ 21,000.00$ 21,000.00$ 21,000.00$ 21,000.00$ 2,000.00$ 2,000.00$ 5,000.00$ 5,000.00$ 2,500.00$ 2,500.00$ 2,665,776.98$ 2,823,093.50$ 2,681,128.00$ 108.00$ 176,472.00$ 105.00$ 171,570.00$ 99.00$ 161,766.00$ 0.40$ 47,760.00$ 0.65$ 77,610.00$ 0.33$ 39,402.00$ 2.10$ 12,537.00$ 2.50$ 14,925.00$ 3.00$ 17,910.00$ 0.39$ 4,656.60$ 0.45$ 5,373.00$ 0.50$ 5,970.00$ 245.00$ 6,860.00$ 350.00$ 9,800.00$ 500.00$ 14,000.00$ 410.00$ 14,760.00$ 500.00$ 18,000.00$ 350.00$ 12,600.00$ 715.00$ 2,860.00$ 800.00$ 3,200.00$ 400.00$ 1,600.00$ 12.50$ 20,425.00$ 6.50$ 10,621.00$ 3.00$ 4,902.00$ 25.00$ 350.00$ 25.00$ 350.00$ 30.00$ 420.00$ 4.00$ 560.00$ 4.40$ 616.00$ 5.00$ 700.00$ 4.00$ 1,100.00$ 4.40$ 1,210.00$ 5.00$ 1,375.00$ 22.50$ 1,080.00$ 25.00$ 1,200.00$ 25.00$ 1,200.00$ 16,400.00$ 16,400.00$ 15,000.00$ 15,000.00$ 6,000.00$ 6,000.00$ 180.00$ 3,600.00$ 500.00$ 10,000.00$ 200.00$ 4,000.00$ 7,900.00$ 7,900.00$ 1,000.00$ 1,000.00$ 2,000.00$ 2,000.00$ 750.00$ 750.00$ 1,500.00$ 1,500.00$ 2,000.00$ 2,000.00$ 318,070.60$ 341,975.00$ 275,845.00$ 135.00$ 57,510.00$ 125.00$ 53,250.00$ 99.00$ 42,174.00$ 18.22$ 81,990.00$ 15.00$ 67,500.00$ 20.00$ 90,000.00$ 0.45$ 14,400.00$ 0.80$ 25,600.00$ 0.33$ 10,560.00$ 2.83$ 4,245.00$ 2.50$ 3,750.00$ 3.00$ 4,500.00$ 0.39$ 2,730.00$ 0.45$ 3,150.00$ 0.50$ 3,500.00$ 410.00$ 2,460.00$ 500.00$ 3,000.00$ 350.00$ 2,100.00$ 218.00$ 872.00$ 350.00$ 1,400.00$ 500.00$ 2,000.00$ 715.00$ 2,860.00$ 800.00$ 3,200.00$ 400.00$ 1,600.00$ 44.67$ 13,401.00$ 48.00$ 14,400.00$ 48.00$ 14,400.00$ 13.93$ 13,930.00$ 19.00$ 19,000.00$ 15.00$ 15,000.00$ 9.20$ 6,440.00$ 13.00$ 9,100.00$ 10.00$ 7,000.00$ 2,386.00$ 9,544.00$ 3,100.00$ 12,400.00$ 2,500.00$ 10,000.00$ 500.00$ 2,000.00$ 550.00$ 2,200.00$ 550.00$ 2,200.00$ 1,000.00$ 2,000.00$ 2,200.00$ 4,400.00$ 1,200.00$ 2,400.00$ 9.00$ 4,545.00$ 6.50$ 3,282.50$ 3.00$ 1,515.00$ 25.00$ 50.00$ 25.00$ 50.00$ 30.00$ 60.00$ 4.00$ 320.00$ 4.40$ 352.00$ 5.00$ 400.00$ 22.50$ 360.00$ 25.00$ 400.00$ 5.00$ 80.00$ 18,176.00$ 18,176.00$ 12,000.00$ 12,000.00$ 6,000.00$ 6,000.00$ 180.00$ 1,440.00$ 500.00$ 4,000.00$ 200.00$ 1,600.00$ 5,500.00$ 5,500.00$ 500.00$ 500.00$ 2,000.00$ 2,000.00$ 1,535.00$ 1,535.00$ 10,000.00$ 10,000.00$ 100.00$ 100.00$ 100.00$ 100.00$ 250.00$ 250.00$ 2,000.00$ 2,000.00$ 246,408.00$ 253,184.50$ 221,189.00$ 151.00$ 48,169.00$ 140.00$ 44,660.00$ 99.00$ 31,581.00$ 17.95$ 64,620.00$ 15.00$ 54,000.00$ 20.00$ 72,000.00$ 0.54$ 12,690.00$ 0.80$ 18,800.00$ 0.33$ 7,755.00$ 2.83$ 4,245.00$ 2.50$ 3,750.00$ 3.00$ 4,500.00$ 0.39$ 1,170.00$ 0.45$ 1,350.00$ 0.50$ 1,500.00$ 410.00$ 2,050.00$ 500.00$ 2,500.00$ 350.00$ 1,750.00$ 225.00$ 900.00$ 350.00$ 1,400.00$ 500.00$ 2,000.00$ 715.00$ 2,145.00$ 800.00$ 2,400.00$ 400.00$ 1,200.00$ 44.00$ 22,000.00$ 47.00$ 23,500.00$ 48.00$ 24,000.00$ 13.72$ 16,464.00$ 19.00$ 22,800.00$ 15.00$ 18,000.00$ 9.00$ 5,310.00$ 13.00$ 7,670.00$ 10.00$ 5,900.00$ 30.00$ 60,000.00$ 23.00$ 46,000.00$ 33.00$ 66,000.00$ 2,386.00$ 4,772.00$ 3,100.00$ 6,200.00$ 2,500.00$ 5,000.00$ 500.00$ 1,500.00$ 550.00$ 1,650.00$ 550.00$ 1,650.00$ 1,000.00$ 1,000.00$ 2,200.00$ 2,200.00$ 1,200.00$ 1,200.00$ 8.00$ 3,376.00$ 6.00$ 2,532.00$ 3.00$ 1,266.00$ 25.00$ 50.00$ 25.00$ 50.00$ 30.00$ 60.00$ 4.00$ 80.00$ 4.40$ 88.00$ 5.00$ 100.00$ 4.00$ 240.00$ 4.40$ 264.00$ 5.00$ 300.00$ 22.50$ 270.00$ 25.00$ 300.00$ 25.00$ 300.00$ 25,573.00$ 25,573.00$ 15,000.00$ 15,000.00$ 6,000.00$ 6,000.00$ 180.00$ 1,440.00$ 500.00$ 4,000.00$ 200.00$ 1,600.00$ 5,500.00$ 5,500.00$ 500.00$ 500.00$ 2,000.00$ 2,000.00$ 1,535.00$ 1,535.00$ 5,000.00$ 5,000.00$ 100.00$ 100.00$ 100.00$ 100.00$ 250.00$ 250.00$ 2,000.00$ 2,000.00$ 285,199.00$ 266,864.00$ 257,762.00$ Base Bid Total 2,665,776.98$ Base Bid Total 2,823,093.50$ Base Bid Total 2,681,128.00$ Add Alt #1 318,070.60$ Add Alt #1 341,975.00$ Add Alt #1 275,845.00$ Add Alt #2 246,408.00$ Add Alt #2 253,184.50$ Add Alt #2 221,189.00$ Add Alt #3 285,199.00$ Add Alt #3 266,864.00$ Add Alt #3 257,762.00$ Grand Total: 3,515,454.58$ Grand Total: 3,685,117.00$ Grand Total: 3,435,924.00$ OGRADY OGRADY PAVEX INTERSTATE OGRADY PAVEX INTERSTATE OGRADY PAVEX INTERSTATE OGRADY PAVEX INTERSTATE PAVEX INTERSTATE ATTACHMENT C STREET FROM TO 1 Forest Avenue Ramona Street Bryant Street 2 Forest Avenue Bryant Street Gilman Street 3 Forest Avenue Gilman Street Waverely Street 4 Forest Avenue Waverely Street Cowper Street 5 Forest Avenue Cowper Street Webster Street 6 Forest Avenue Webster Street Middlefield Road 7 Forest Avenue Middlefield Road Guinda Street 8 Forest Avenue Guinda Street Seneca Street 9 Forest Avenue Seneca Street Hale Avenue 10 Forest Avenue Hale Avenue Forest Court 11 Forest Avenue Forest Court Lincoln Avenue 12 Forest Court Forest Avenue End 13 Hamilton Avenue Lincoln Avenue Crescent Drive 14 Hamilton Avenue Crescent Drive Center Drive 15 High Street Hamilton Avenue Forest Avenue 16 High Street Forest Avenue Homer Avenue 17 High Street Homer Avenue Channing Avenue 18 E. Meadow Drive Waverley Street Cowper Street 19 E. Meadow Drive Cowper Street Middlefield Road 20 Old Trace Road Arastradero Road Mockingbird lane 21 Old Trace Road Mockingbird lane Old Trace Court 22 Old Trace Road Old Trace Court End 23 Old Trace Court Old Trace Road End 24 Palo Alto Avenue Alma Street Emerson Street 25 Palo Alto Avenue Emerson Street Bryant Street 26 Palo Alto Avenue Fulton Street Everett Avenue 27 Palo Alto Avenue Everett Avenue Guinda Street 28 Robb Road Manuela Avenue End 29 Pepper Avenue El Camino Real Ash Street 30 Castilleja Avenue Churchill Avenue Manzanita Avenue 31 Castilleja Avenue Manzanita Avenue Miramonte Avenue 32 Castilleja Avenue Miramonte Avenue Seqouia Avenue 33 Castilleja Avenue Seqouia Avenue Mariposa Avenue 34 Castilleja Avenue Mariposa Avenue Park Blvd. 35 Escobita Avenue Miramonte Avenue Seqouia Avenue 36 Madrono Avenue Miramonte Avenue Seqouia Avenue 37 Miramonte Street Portola Avenue Madrono Avenue 38 Miramonte Street Madrono Avenue Escobita Avenue 39 Miramonte Street Escobita Avenue Castilleja Avenue 40 Portola Avenue Miramonte Avenue Seqouia Avenue 41 Sequoia Avenue Portola Avenue Madrono Avenue 42 Sequoia Avenue Madrono Avenue Escobita Avenue 43 Sequoia Avenue Escobita Avenue Castilleja Avenue 44 Santa Rita Avenue Bryant Street Waverely Street 45 Santa Rita Avenue Waverly Street Cowper Street FY14 Asphalt Paving Project Street List