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