Loading...
HomeMy WebLinkAbout4.7 AwardOfBid 90-1 CITY OF DUBLIN AGENDA STATEMENT City Council Meeting Date: November 26, 1990 SUBJECT: Award of Bid - Contract No. 90-01 San Ramon Road Improvements Phase IV Report by Public Works Director Lee Thompson EXHIBITS ATTACHED: Resolution of Award Summary of Bids RECOMMENDATION:,~ 1) Adopt Resolution Awarding Bid to Redgwick Construction 2) Authorize Mayor to execute agreement. 3) Direct Staff to inform Foster City that Dublin will only purchase $1,113,000 of Foster City's FAU monies. FINANCIAL STATEMENT: Low Bid Received: $1,866,639.22 Engineer's Estimate: $2,187,719 Budgeted costs are as follows: Survey $ 50,000 Environmental 5,000 Soils Report/Testing 15,000 Design 175,000 Inspection 40,000 Improvements 2,225,000 Resident Engineer 40,000 Permits/Fees 7,000 $2,557,000 Based on the low bid plus a 5% contingency with other costs remaining constant, the total project cost will be $2.291.971~ Financing: Federal Aid Urban Tri-Valley Foster City Reserve from San Ramon Rd Ph III General Fund Proposed Budgeted Financing $ 500,000 $ 500,000 1,216,000~ 1,113,000'* 80,325 80,325 760,675 598,646 $2,557,000 $2,291,971 FAU funds from Foster City were to be purchased with $972,800 from Dublin's General Fund. The $80,325 in reserve was purchased from San Luis Obispo with $60,244 from the Genera] Fund~ Net cost to the General Fund would have been $1,793,719. Due to the bid's being substantially below budget, it will be necessary to reduce the amount of FAU funds purchased from Foster City. $1,113,000 will be purchased with $890,400 from Dublin's General Fund. The net cost to the General Fund is $1,549,290. ~pESCRIPTION: At its meeting of October 8, 1990, the City Council authorized Staff to advertise for bids for Contract 90-01 San Ramon Road Improvements Phase IV. ITEM NO. ~ 7 COPIES TO: Bidders ~,is project provides for the widening of San Ramon Road between Vomac Road and Silvergate Drive from two to four lanes and is the final phase of the San Ramon Road Improvements project. Included are roadside and median landscaping, street lighting, low soundwalls at the edge of the road, reconstruction of the traffic signal at Shannon Avenue, and a soils study to determine whether landscaping of the public right-of-way portion of the western hillside along San Ramon Road is feasible. The project is estimated to be under construction for eight months, running from the end of November '90 to the end of July '91. Two lanes of traffic will remain open during construction. The City received a total of seven bids (see attached bid summary) for this project. The low bidder was Redgwick Construction with a bid of $1,866,639.22. Staff has transmitted the bidding documentation to Caltrans for review and approval and has been advised that Caltrans Staff will attempt to make a determination on Monday, November 26, so that the City Council can proceed with award of the bid. As part of the funding for this project, the Dublin City Council entered into an agreement with Foster City to purchase up to $1,216,000 in FAU funds at 80 cents on the dollar to help reduce Dublin's General Fund expenditures. Foster City benefits by getting a reduced amount of money which does not have all of the State and Federal strings attached. As the low bid is substantially under budget, it is not necessary to purchase all of Foster City's FAU monies. It should be noted that the FAU program requires a local match. Staff has reviewed the low bidder's proposal and checked with references and recommends that the City Council award the bid to the low bidder, subject to Caltrans approval of the bidding documentation. RESOLUTION NO. 147-90 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN AWARDING CONTRACT 90-01 SAN RAMON ROAD IMPROVEMENTS PHASE IV TO REDGWICK CONSTRUCTION WHEREAS, the City of Dublin did, on November 19, 1990, publicly open, examine, and declare all sealed bids for doing the work described in the approved Plans, Specifications, and Modifications for Contract 90-01 authorized by the City Council on October 8, 1990, which Plans, Specifications, and Modifications are hereby expressly referred to for a description of said work and for all particulars relative to the proceedings under the request for bids; and WHEREAS, said bids were submitted to the City Engineer, who has recommended that the bid hereinafter mentioned is the lowest and best bid for doing said work. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby award City of Dublin Contract 90-01 to the lowest responsible bidder therefor, to wit Redgwick Construction, Inc., at a bid of One Million, Eight Hundred Sixty Six Thousand Six Hundred Thirty Nine Dollars and Twenty-Two Cents ($1,866,639.22), the particulars of which bid are on file in the office of the City Engineer. PASSED, APPROVED, AND ADOPTED this 26th day of November, 1990. AYES: Councilmembers Burton, Howard, Jeffery, Snyder, and Mayor Moffatt NOES: None ABSENT: None MaY~Jr~ ~ ATTEST: ,. ~ C~ty Clerk BID iTEM UNIT UNiT TOTAL UNiT ITEM DESCRIPTION MEAS. QTY. PRICE PRICE PRICE ~ MOBILIZATION LS I 70,000.00 70,000.00 60,000.00 CONSTRUCTION AREA SIGNS LS I 4,000.00 4,000.00 5,000.00 J. TRAFFIC CONTROL SYSTEM LS I 50,000.00 50,000.00 50,000.00 4. RMV CULVERT AND PIPELINE LS I 5,000.00 5,000.00 5,000.00 5. REMOVE EXISTING FAClLTIES LS I 5,000.00 5,000.00 1,200.00 6. REMOVE EXIS CURB & GUTTER LF 645 5.O0 3,285.00 2.00 7. SALVAGE CIIAIN LINK FENCE LS I 8,500.00 8,500.00 5,000.00 8. ADJ MI{ FRAME & CVR TO GRD EA 3 500.00 1,500~00 375.00 9. ADJ OTHR FRMS, CVRS TO GRD gA 5 350.00 1,750.00 300.00 10. MODIFY INLET TO M~NHOLE EA 3 1,200.00 3,600.00 1~000.00 11. pLaNE AC PAVEMENT LS I 8,000.00 8,000.00 6,500.00 12. CLEARING AND GRUBBING LS i 30,000.00 30,000.00 30,000.00 13. ROADWAY EXCAVATION (F) CY 12,800 2.50 32,000.00 7.00 14. IMPORT BORROW (F) CY 1,800 5.00 9,000.O0 7.00 15. TRENCH SHORING LS I 5,000.00 5,000.00 2,000.00 16. FINISHING ROADWAY LS I 10,000.00 10,000.O0 3,000.00 17. ACCESS ROAD CL. III AB (F) SF 30,350 1.25 37,937.50 0.65 18. A.C. Bi}CE PATH AND WAJ~K(F) SF 25,500 1.40 35,700.00 1.40 19. FULL PAVEMENT SECTION SF 98,000 3.20 313,600.00 2.40 20. A.C. OVERLAY SF 91,500 .70 64,050.00 .75 21. PAVEMENT REINF FAB SF 91,500 .15 13,725.00 .09 22. REPAIR EXISTING ROADBED SF 500 5.50 2,750.00 7.00 23. DI W/ TAPER (TYPE A) EA 9 2,000.00 18,000.00 1,250.00 24. FIELD INLET (TYPE B) EA 7 1,500.00 10,500.00 1,250.00 25. STORM DRAIN MANHOLE EA 2 2,i00.00 4,200.00 2,600.00 26. MASONRY SOUNDW~kLL, 3'-4" LF 16 60.00 960.00 100.00 27. MASONRY SOUNDWALL, 4~-8" LF 16 80.00 1,280.00 120.00 28. MASONRY SOUNDWALL, 5'-4" LF 16 90.00 1,440.00 140.00 29. MASONRY SOUNDWALL, 6'-8" LF 16 115.00 1,840.00 160.00 30. ~\SONRY SOUNDWAi.L, 8'-0" LF 32 120.00 3,840.00 180.00 3I. RETAINING WALL SF 2,550 30.00 76,500.00 35.00 32. INSTALL SIGN ONLY EA 4 I20.00 480.00 100.00 33. INSTALL SIGN A~D POST EA I5 250.00 3,750.00 140.00 34. BRIDGE LS 1 60,000.00 60,000.00 35,000.00 35. 2 × 6 HEADERBO~HRD LF 10,400 2.50 26,000.00 2.50 36. i2" RCP LF 133 25.00 3,325.00 32.00 37. 15" RCP LF 443 35.00 15,505.00 26.00 38. 24" RCP LF 1,397 60.00 83~820.00 31.00 39. 27" RCP LB 211 70.00 14,770,00 41'00 40. SUBDRAIN LF 2,700 12.00 32,400.00 4.60 41. ROCK RIPRAP SLP PROTEC(F) SF 8,700 9.00 78,300.00 4.50 42. CONC. "V" DITCH LF 570 I2.00 6,840.00 18.00 ~--AS. TYPE "A" CURB AND GUTTER LF 3,860 11.00 42,460.00 9.00 o. TYPE "C" CURB LF 3~040 12.00 36,480.00 5.50 46. NOT USED 47. TYPE "E" ROLLED C A~D G LF 1,370 12.O0 i6,440.00 9.00 48 CONCRETE SIDEWALK SF 1,625 2.70 4,387.50 2.50 49. CHAIN LINK PENCE, 5' LF 1,090 20.00 21,800.00 9.00 50. SOUNDWkLL/C&G, MOD TYPE 50 LF 2,155 60.00 129,300.00 95.00 51. GUARD RAIL LF 202 15.00 3,030.00 30.00 52.S 4" SOLID YELLOW LINE LF 2,820 .40 1,128.00 0.40 53.8 6" WHITE LINE DET. 39 LF 5,652 .60 3,391.20 0.60 54.S 6" WHITE DASHED DET. 39A LF 445 .60 267.00 0.60 55.5 12" SOLID WHITE LINE LF 1,465 1.50 2,I97.50 1.60 56.S ~TAIL 10 LF 8,084 1.00 6,084.00 0.28 57.S DETAIL 29 LF 200 1.00 200.00 2.00 58.S DETAIL 38 LF 1,770 1.00 1,770.00 1.20 59.S pAVEMENT MARF-INGS EA 27 35.00 945.00 180.00 60.S 15-GAL. TREE 8 MED CUT-OUT EA 33 200.00 6,600.00 150.00 61.S 15-GAL. TREE 8 MEDIAN EA 60 170.00 10,200.00 150.00 62.S 15-GAL TREE EA 120 150.00 18,000.00 120.00 63.S 5-GAL. SHRUB ~A 125 28.00 3,500.00 20.00 64.S GROUND COVER SF 35,700 .50 17,850.00 0.20 6&A.S RIpARIaN AR~AG.C. SF 9,500 2.50 23,750.00 0.20 66.S I-GAL. 0.C. "PINK CLOUD" EA 1,131 12.OO 13,572.00 6.00 67.S i-GAL. G.C. "AGAPA~fHUS" EA 1,404 12.00 16,848.00 6.00 68. TOP SOIL CY 2,850 20.00 57,000.00 19.00 69.8 IRRIGATION LS I 70,000.00 70,000.00 100,000.00 70.S INTERLOCK/NG PAVERS SF 13,460 5.50 74,030.00 3.80 71.5 SRR-SH~NNON SIGNAL MOD LS I 120,000.00 120,000.00 96,000.00 72. BENCSES EA 5 1,000.00 5,000.00 1,000.00 73. 36" MOISTURE BARRIER LF 2,600 7.00 L8,200.00 4.50 74.S STREET/BIKE PAT8 LIGHTING EA 29 1,800.00 52,200.00 1,720.00 75. PULL BOXES EA 35 250.00 8,750.00 250.00 76. SIGNAL INTERCONNECT CABLE LF 2,850 9.00 25,650.00 9.00 77. 90-DAY MAINT. PERIOD LS I 10,000.80 10,000.00 10,000.00 78. PA~K EXERCISE STATIONS L5 I 14,000.00 14~000.00 15,000.00 TOTAL: 2,187,719.70 TOTAL UNiT TOTAL UNiT TOTAL PRICE PRICE PRICE PRICE PRICE 60,000.00 155,816.00 155,8~6.00 128,000.00 128,000.00 5,000.00 4,000.00 4,000.00 10,000.00 10,000.00 50,000.00 20,000.00 20,000.00 40,000.00 40,000.00 5,000.00 5,200.00 5.200.00 7,500.00 7,500.00 1,200.00 5,000.00 5~000.00 7,500.00 7,500.00 1,290.00 5.00 3,225.00 8.50 5,482,50 5,000.00 6,000.00 6,000.00 14,500.00 14,500.00 1,125.00 400.00 1,200.00 700.00 2,100.00 1,500.00 400.00 2,000.00 800.00 4.000.00 3,000.00 1,400.00 4,200.00 1,600.00 4,800.0{2 6,500.00 5,000.00 5,000.00 7,500.00 7,500.00 30,000.00 30,000.00 30,000.00 30,000.00 30,000.00 89,600.00 8.00 102,400.00 10.00 i28,000,00 i2,600.00 .50 900.00 9.00 16,200.00 2,000.00 2,100.00 2,100.00 2,500.00 2,500.00 3,000.00 10,000.00 10,000.00 10,000.00 10,000.00 19,727.50 0.80 24,280.00 1.00 30,350.00 35,700.00 2.00 51,000.00 2.00 51,000.00 235,200.00 2.50 245,000.00 2.25 220,500.00 68,625.00 .50 45,750.00 .40 36,600.00 8,235.00 .08 7,320.00 .10 9,150.00 3,500.00 7.00 3,500.00 20.00 iO,OOO.O0 11,250.00 1,500.00 13,500.00 1,250.00 11,250.00 8,750.00 1,150.00 8,050.00 1,250.00 8,750.00 5,200.00 2,700.00 5,400.00 1,500.00 3,000.00 1,600.00 150.00 2,400.00 220.00 3,520.00 1,920.00 160.00 2,560.00 230.00 3.680.00 2,240.00 190.00 2720.00 230.00 3,680.00 2,560.00 I90.00 3,040.00 270.00 4,320.00 5,760.00 210.00 6,720.00 295.00 9,440.00 89,250.00 32.00 81,600.00 31.00 79,050.00 400.00 100.00 400.00 i00.00 400.00 2,100.00 150.00 2,250.00 140.00 2,100.00 35,000.00 45,000.00 45,000.00 35,000.00 35,000.00 26,000.00 2.50 26,000.00 2.00 20,800.00 4,256.00 33.00 4,389.00 90.00 11,970.00 11~518.00 27.00 11,961.00 62.00 27,466.00 43,307.00 32.00 44,704.00 59.00 82,423.00 8,651.00 42.00 8,862.00 60.00 12,660.00 12,420.00 8.00 21,600.00 14.00 37,800.00 39,150.00 8.00 68,600.00 6~75 58,725.00 i0,260.00 14.50 8,265.00 15.50 8,805.00 34,740.00 7.25 27,985.00 7.65 29,529.00 26,645.50 7.00 16,219.00 10.50 24,328.50 16,720.00 5.25 i5,960.00 5.50 16,720.00 12,330.00 8.50 11,645.00 7.75 10,617.50 4,062.50 2.00 3,250.00 2.00 3~250.00 9,810.00 9.00 9,810.00 9.00 9,810.00 204,725.00 95.00 204,725.00 100.00 215,500.00 6,060.00 28.00 5,656.00 28.50 5,757.00 1,128.00 0.40 1,128.00 0.40 1,128.00 3,391.20 0.75 4,239.00 0.60 3,391.20 267.00 0.60 267.00 0.60 267.00 2,344.00 1.60 2,344.00 1.60 2,344.00 1,703.52 0.50 3,042.00 0.28 1,703.52 400.00 2.00 400.00 2.00 400.00 2,124.00 1.10 1,947.00 1.20 2,124.00 2,700.00 100.00 2,700.00 100.00 2,700.00 4,950.00 150.00 4,950.00 345.00 11,385.00 9,000.00 150.00 9,000.00 155.00 9,380.00 I4,400.00 150.00 18,000.00 130.00 15,600.00 2,500.00 15.00 1,875.00 19.25 2,406.25 7,140.00 0.20 7,140.00 0.45 16~065.00 1,900.00 0.35 3,325.00 0.90 8,550.00 85,716.00 5.00 71,430.00 6.00 85,716.00 6,786.00 5.00 5,655.00 6.25 7.068.75 8,424.00 5~00 7~020.00 6.00 8,424.00 54,150.00 17.00 48,450.00 9.50 27,075.00 100,000.00 135,000.00 135,000.00 102,500.00 102,500.00 51,148.00 3.70 49,802.00 3.65 49,129.00 96,000.00 95,000.00 95,000.00 95,500.00 95,500.00 5,000.00 1,000.00 5,000.00 1,000.00 5,000.00 11,700.00 1.70 4,420.00 3.50 9,I00.00 49.880.00 1,700.00 49,500.00 1,700.00 49,300.00 8,750.00 250.00 8,750.00 250.00 8,750.00 25.650.00 9.00 25,650.00 9.00 25,650.00 10,000.00 3,000.00 3,000.00 2,500.00 2,500.00 15,000.00 13,000.00 13,000.00 i3,500.00 i3,500.00 1,866,639.22 1,979,996.00 2,082,640.22 UNiT TOTAL UNIT TOTAL PRICE PRICE PRICE PRICE 182,771.25 182,771.25 216,000.00 216,000.00 TOTAL UNIT TOTAL PRICE PRICE PRICE I. MOBILIZATION LS I 187,000.00 187,000.00 160,000.00 160,000.00 2. CONSTRUCTION A~REA SIGNS LS I 4,000.00 4,000.00 4,200.00 4,200.00 3. TSAFFIC CONTROL SYSTEM LS I 47,000.00 47,000.00 75,008.00 75~000.00 4. RMV CULVERT AND PIPELINE LS I 5,000.00 5,000.00 5,000.00 5,000.00 ~--'%. REMOVE EXISTING FACILTIES LS I 2,500.00 2,500.00 18,000.00 18,000.00 REMOVE EXIS CURB & GUTTER LF 645 5.00 3,225.00 6.00 3,870.00 fl SALVAGE CHAIN LiNK FENCE LS I 6,200.00 6,200.00 3,000.00 3,000.00 8. AD3 M8 FRAME & CYR TO GRD EA 3 450.00 1,350.00 600.00 1,800.00 9. ADJ OTHR FRMS, CVRS TO GRD EA 5 300.00 1~500.00 400.00 2,000.00 10. MODIFY INLET TO M~HOLE EA 3 1,340.00 4,020.00 2,630.00 7,890.00 i1. pI~kNE AC PAVEMENT LS i 5,900.00 5,300.00 5,000.00 5,000.00 12. CLEWING AND GRUBBING LS I 21,000.00 21,000.00 30,000.00 30~000.00 13. ROADWAY EXCAVATION (F) CY 12,800 13.25 169,600.00 11.00 140,800.00 14. IMPORT BORROW (P) CY 1,800 5.00 9,000.00 ii.00 19,800.00 15. TRENCH SHORING LS I 2,000.00 2,000.00 2,100.00 2,100.00 16. FINISSING R0~WAY LS 1 19,000.00 19,000.00 5,000.00 5,000.00 17. ACC ROAD (CL. Iii AB)(F) SF 30,350 0.65 19,727.50 0.70 21,245.00 18. A.C. BIKE PATH AND WALK(F)SF 25,500 1.55 39,525.00 1.50 38,250.00 19. FULL PAVEMENT SECTION (F) SF 98,000 2.65 259,700.00 2.20 218,600.00 20. A.C. OVERLAY (F) SF 91~500 0.47 43,005.00 0.65 59,475.00 21. PAVEMENT REINF FAB (F) SF 91~500 0.08 7,320.00 0.12 i0,980.00 22. REPAIR ~XISTING ROADBED SF 500 5.35 2,675.00 10.00 5,000.00 23. DI W/ TAPER (TYPE A) EA 9 1,450.00 13,080.00 1,430.00 12,870.00 24. FIELD INLET (TYPE B) EA 7 1,140.00 7,980.00 1,430.00 10~010.00 25. STORM DRAIN ~%NHOLE EA 2 2,600.00 5,200.00 1,300.00 2,600.00 86. MASONRY 8OUNDWALL, 3'-4" LF 16 246.50 3,944.00 108.00 1~728.00 27. M~SONRY SOUNDWALL, 4'-8" LF i6 246.50 3,944.00 128.00 2,048.00 28. MASONRY SOUNDWALL, 5'-4" LF 16 246.50 3,944.00 138.00 2,208.00 29. MASONRY SOUNDWALL, 6'-8" LF i6 246.50 3~944.00 160.00 2,560.00 30. ~80NRY 80UNDWALL, 8'-0" LF 32 246.50 7,888.00 180.08 5,760.00 31. RETAINING WAIL SF 2,550 39.75 101,362.50 43.00 109,650.00 32. INSTALL SIGN ONLY EA 4 100.00 400.00 105.00 420.00 33. INSTALL SIGN AND POST F~ 15 140.00 2,100.00 147.00 2,285.00 34. BRIDGE LS i 53,000.00 53~000.00 34,500.00 34,500.00 35. 2 x 6 HFADERBOARD LF 10,400 3.50 36,400.00 2.60 27,040.00 36. 12" RCP LF 133 32.00 4,256.00 36.00 4~788.00 37. 15" RCP LF 443 26.00 iI,51B.00 59.00 26,137.00 38. 24" RCP LF 1,397 31.00 43,307.00 60.00 83,820.00 39. 27" RCP LF 211 41.00 8,651.00 61.00 12,871.00 40. SUBDRAIN LF 2,700 9.00 24,300.00 10.00 27,000.00 4i. ROCK RIPRAP SLP PROTEC(F) SF 8,700 8.25 71,775.00 8.00 69,600.00 42. CONC. "V" DITCH LF 570 15.20 8~664.00 17.00 9,690.00 43. TYPE "A" CURB AND GUTTER LF 3,860 7.80 30,108.00 12.50 44. TYPE "B" CURB LF 2,317 7.00 16,219.00 I4.00 32,438.00 45. TYPE "C" CURB LF 3,040 5.15 15,656.00 8.00 24,320.00 46. NOT USED ~'~7. TYPE "E" ROLLED C ~ND G LF 1,370 9.30 12,741.00 12.50 17,125.00 ~ CONCRETE SIDEWALK SF 1,625 2,80 4,550.00 2.60 4,225.00 3. CHAIN LINK FENCE, 5' LF 1,090 8.90 9,701.00 12.20 13,298.00 50. 80UNDWALL/C&G, MOD TYPE 50 LF 2,155 96.50 207,957.50 103.00 221,965.00 51. GUARD RAIL LF 202 28.60 5,777.20 31.00 6,262.00 B2.S 4" SOLID YELLOW LINE LF 2,820 0.40 1,I28.00 0.45 1,269.00 53.S 6" WHITE LINE DET. 39 LF 5,652 0.60 3,391.20 0.65 3,673~80 54.S 8" ~MITE DASHED DET. 394 LF 445 0.60 267.00 0.65 289.25 55.S 12" SOLID WHITE LINE LF 1,465 1.60 2,344.00 1.70 2,490.50 56.S DETAIL 10 LF 6,084 0.28 1,703.52 0.30 1,825.20 57.S DETAIL 29 LF 200 2.00 400.00 2.10 420.00 58.S DETAIL 38 LF 1,770 1.20 2,124.80 1.25 2,212.50 59.S PAVEMENT MARKINGS EA 27 100.00 2,700.00 105.00 2,835.00 60.S 15-GAL. TREE ~ MED CUT-OUT EA 33 150.00 4,950.00 158.00 5,214.00 61.S 15-GAL. TREE 0 MEDIAN EA 60 150.00 9,000.80 158.00 9,480.00 82.S 18-GAL TREE EA 120 120.00 14,400.00 126.00 15,120.00 60.8 8-04~. SHRUB EA 185 20.00 2,500.00 21.00 2,625.00 64.S GROUND COVER SF 25,700 0.20 7~140.00 0.21 7,497.00 644.S RIpfuRI~NA~FAG.C. SF 9,500 0.20 1,900.00 0.21 1,995.00 65.S I-GAL. G.C. "CISTUS" EA 14,286 6.00 85,716.00 7.00 100,002.00 66.S I-GAL. G.C. "pLNK CLOUD" EA 1,131 6.00 6,786.00 7.00 7,917.80 67.8 1-GAL. G.C. 'AGAPANTHUS" EA 1,404 6.00 8~424.00 7.00 9,828.00 68. TOP SOIL CY 2,850 18.00 51,300.00 19.00 54,150.00 69.S IRRIGATION L8 I 95,965.00 95,965.00 100,800.00 100,800.00 7O.S INTERLOCK/NG PAVERS SF 13,460 3.65 49,129.O0 3.85 51,821.00 71.S 8RR-SHANNON SIGNAL MOD LS 1 95,600.00 95,600.00 100,400.00 100,400.00 72. BENCNES EA 5 1,000.00 5,000.00 1,100.00 5,500.00 73. 36" MOISTURE BARRIER LF 2,600 10.00 26,000.00 5.20 13,520.00 74.8 STREET/BI~ PATH LIGHTING EA 29 1,720.OO 49,880.00 1,800.00 52,200.00 75. PULL BOXES EA 35 250.00 8,750.00 265.00 9,275.00 76. SIGNAL INTERCONNECT CABLE LF 2,850 9.00 25,650.00 9.50 27,075.00 77. 90-DAY HINT. pERIOD LS 1 10,000.00 10,000.00 10,000.00 10,000.00 78. pARK 8XFACISE STATIONS LS I 15,000.00 15,000.00 14,000.00 TOTAL: 2,168,I32.42 8,262,832.25 3,675.00 3,675.00 25,000~00 25,000.00 15,750.00 15,750.00 100,000.00 100,000.08 3,500.00 3,500.00 5,000.00 5,000.00 17,420.00 17,420.00 5,000.00 5,000.00 16.35 10~545.75 7.80 5,031.00 4.40 4.40* 1,500.00 1,500.00 393.75 1~181.25 575.00 1,725.00 493.50 2,467.50 230.00 1,150.00 275.00 825.00 900.00 .2,700.00 5,250.00 5,250.00 6,000.00 6.000.00 30,000.00 30.000.00 30,000.00 30,000.00 18.60 238,080.00 21.00 268,800.00 12.65 22,770.00 34.00 61,200.00 2,100.00 2,100.00 5,000.00 5,000.00 1.00 1.00 9,000.00 5,000.00 0.70 21,245.00 0.85 25~797,50 1.60 40,800.00 1.85 47~175.00 8.25 820,500.00 2.60 254,800.00 0.80 73,200.00 0.40 36,600.0~ 0.12 10,980.00 0.09 8,235.00 3.30 1,650.00 10.00 5,000.00 1,422.50 i2,802.50 1~340.00 12,060.00 1,422.50 9,957.50 1,340.00 9,380.00 2,730.00 5~460.00 1,650.00 3,300.00 111.83 1,789.28 110.00 1,760.00 111.83 1,789.28 130.00 2,080.00 111.83 1,789.28 140.00 2,240.00 111.83 1,789.28 160.00 2,560.00 111.80 3,577.60 180.00 5,760.00 53.70 136,935.00 33.50 85.425.00 105.00 480.00 110.00 440.00 147.00 2,205.00 155.00 2~325.00 38,371.20 38,371.20 47,300.00 47,300.00 4.90 50,960~00 2.30 23,920.00 33.60 4,468.80 56.00 7,448.00 27.30 12,093.90 129.00 57,147.00 32.55 45,472.35 46.00 64,262.00 43.05 9,083.55 73.00 15,403.00 10.40 28,080.00 7.00 18,900.00 12.15 105,705.00 16.20 140,940.00 2i.20 12,084.00 17.00 9,690.Q0 8.65 33,389.00 8.20 31,652.00 11.90 27,572.30 11.70 27,108f90 6.35 19,304.00 5.85 17,784.00 8.65 11~850.50 8.15 11,165.50 2.60 4,225.00 5.00 8~125.00 12.i0 13,189.00 10.00 10,900.00 107.85 232,416.75 102.60 221.103~00 31.80 6.363.00 33.00 6,666.00 0.42 1,184.40 0.44 1,240.80 0.63 3,560.76 0.66 3,730.32 0.63 280.35 0.66 293.70 1.68 2,461.20 1.75 2,563.75 0.29 1,764.36 0.31 2.10 420.00 2.20 440.00 1.26 2,230.20 1.35 2,389.50 105.00 2,835.00 110.00 2,920.00 157.50 5,197.50 165.00 5,445.00 157.50 9,450.00 165.00 9,900.00 126.00 15,120.00 165.00 19,800.00 21.00 2,625.00 17.00 2,125.00 0.21 7,497.00 0.22 7,854.00 0.21 1,995.00 0.40 3,800.00 6.30 90,001.80 5.50 78,573.00 6.30 7,125.30 5.50 6,220.50 6.30 8.845.20 5.50 7.722.00 18.90 53.865.00 19.00 54~150.00 100,760.00 100,760.00 95,000.00 95,000.00 2.67 6,942.00 2.00 5,200.00 AGREEMENT SAN RAMON ROAD IMPROVEMENTS, PHASE IV CITY OF DUBLIN CONTRACT 90-01 THIS AGREEMENT, made and concluded, in duplicate, this 26th day of November, 1990, between the CITY OF DUBLIN, party of the first part, and REDGWICK CONSTRUCTION, INC., CONTRACTOR, party of the second part. ARTICLE 1. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the said part of the first part, and under the conditions expressed in the two bonds, bearing even date with these presents, and hereunto annexed, the said part of the second part agrees with the said party of the first part, at his own proper cost and expense, to do all the work and furnish all the materials, except such as are mentioned in the specifications to be furnished by said part of the first part, necessary to construct and complete in a good, workmanlike and substantial manner and to the satisfaction of the City Engineer, for SAN RAMON ROAD IMPROVEMENTS, PHASE IV CITY OF DUBLIN, CALIFORNIA in accordance with the special provisions hereunto annexed and also in accordance with the Standard Plans, dated January, 1988, of the Department of Transportation, which said special provisions, Standard Plans, Standard Specifications, and Equipment Rental Rates and General Prevailing Wage Rates are hereby specially referred to and by such reference made a part hereof. The work to be done is shown upon plans entitled SAN RAMON ROAD IMPROVEMENTS, PHASE IV approved October 5, 1990, which said project plans are hereby made a part of this contract. ARTICLE II. The said party of the first part hereby promises and agrees with the said Contractor to employ, and does hereby employ, the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to, for the prices hereinafter set forth, and hereby contracts to pay the same at the time, in the manner and upon the conditions herein set forth; and the said parties for themselves, their heirs, executors, administrators, successors, and assigns, do hereby agree to the full performance of the covenants herein contained. ARTICLE III. The statement of prevailing wages appearing in the Equipment Rental Rates and General Prevailing Wage Rates is hereby specifically referred to and by this reference is made a part of this contract. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of said terms of said proposal conflicting herewith. Page 1 ARTICLE IV. By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3200 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. ARTICLE V. The improvement contemplated in the performance of this contract is an improvement over which the State of California shall exercise general supervision. The State of California, therefore, shall have the right to assume full and direct control over this contract whenever the State of California, at its sole discretion, shall determine that its responsibility to the United States so required. ARTICLE VI. And the said Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials and for doing all the work contemplated and embraced in this agreement; also for all loss or damage, arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties er obstructions which may arise or be encountered in the prosecution of the work until its aceptance by the Department of Public Works, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work and for well and faithfully completing the work; and the whole thereof, in the manner and according to the plans and specifications, and the requirements of the Engineer under them, to wit: ITEM ITEM UNIT OF ESTIMATED UNIT TOTAL NO. DESCRIPTION MEASURE QUANTITY PRICE COST 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15 16 17 18 19 20 21 22 23 MOBILIZATION L.S. 1 60,000.00 60,000.00 CONSTRUCTION AREA SIGNS L.S. 1 5,000.00 5,000.00 TRAFFIC CONTROL SYSTEM L.S. 1 50,000.00 50,000.00 RMV CULVERT AND PIPELINE L.S. 1 5,000.00 5,000.00 REMOVE EXISTING FACILTIES L.S. 1 1,200.00 1,200.00 RMV EXIS CURB & GUTTER L.F. 645 2.00 1,290.00 SALVAGE CHAIN LINK FENCE L.S. 1 5,000.00 5,000.00 ADJ. MH FRAME & CVR TO GIlD EACH 3 375.00 1,125.00 ADJ. OTHER FRAMES, COVERS TO GRADE EACH 5 300.00 1,500.00 MODIFY INLET TO MANHOLE EACH 3 1,000.00 3,000.00 PLANE AC PAVEMENT L.S. 1 6,500.00 6,500.00 CLEARING AND GRUBBING L.S. 1 30,000.00 30,000.00 ROADWAY EXCAVATION (F) C.Y. 12,800 7.00 89,600.00 IMPORT BORROW (F) C.Y. 1,800 7.00 12,600.00 TRENCH SHORING L.S. 1 2,000.00 2,000.00 FINISHING ROADWAY L.S. 1 3,000.00 3,000.00 ACCESS ROAD CL. III AB (F) S.F. 30,350 0.65 19,727.50 AC BIKE PATH AND WALK (F) S.F. 25,500 1.40 35,700.00 FULL PAVEMENT SECTION S.F. 98,000 2.40 235,200.00 A.C. OVERLAY S.F. 91,500 .75 68,625.00 PAVEMENT REINF FABRIC S.F. 91,500 .09 8,235.00 REPAIR EXISTING ROADBED S.F. 500 7.00 3,500.00 DI W/ TAPER (TYPE A) EACH 9 1,250.00 11,250.00 Page 2 ITEM ITEM UNIT OF NO. DESCRIPTION MEASURE ESTIMATED QUANTITY UNIT PRICE TOTAL COST 24. 25. 26. 27. 28. 29. 30. 31. 32. 33 34 35 36 37 38 39 40. 41. 42. 43. 44. 45. 46. 47. 48 49. 50~ 51. 52.S 53.S 54.S 55.S 56.S 57.S 58.S 59.S 60.S 61.S 62.S 63.S 64.S 64A.S 65.S 66.S 67.S 68. 69.S 70.S 71.S 72. 73. 74.S 75. 76. FIELD INLET (TYPE B) EACH STORM DRAIN MANHOLE EACH MASONRY SOUNDWALL, 3'-4" L.F. MASONRY SOUNDWALL, 4'-8" L.F. MASONRY SOUNDWALL, 5'-4" L.F. MASONRY SOUNDWALL, 6'-8" L.F. MASONRY SOUNDWALL, 8'-0" L.F. RETAINING WALL S.F. INSTALL SIGN ONLY EACH INSTALL SIGN AND POST EACH BRIDGE L.S. 2 x 6 HEADERBOARD L.F. 12" RCP L.F. 15" RCP L.F. 24" RCP L.F. 27" RCP L.F. SUBDRAIN L.F. ROCK RIP-RAP SLP PROT (F) S.F. CONC. "V" DITCH L.F. TYPE "A" CURB AND GUTTER L.F. TYPE "B" CURB L.F. TYPE "C" CURB L.F. TYPE "D" CURB AND GUTTER L.F. TYPE "E" ROLLED C & G L.F. CONCRETE SIDEWALK S.F~ CHAIN LINK FENCE, 5' L.F. SOUNDWALL/C&G, MOD TYPE 50 L.F. GUARD RAIL L.F. 4" SOLID YELLOW LINE L.F. 6" WHITE LINE DET. 39 L.F. 6" WHITE DASHED DET. 39A L.F. 12" SOLID WHITE LINE L.F. DETAIL 10 L.F. DETAIL 29 L.F. DETAIL 38 L.F. PAVEMENT MARKINGS EACH 15-GAL TREE @ MED CUT-OUT EACH 15-GAL. TREE @ MEDIAN EACH 15-GAL TREE EACH 5-GAL. SHRUB EACH GROUND COVER S.F. RIPARIAN AREA GROUND CVR S.F. i-GAL. C.C. "CISTUS" EACH 1-GAL. G.C. "PINK CLOUD" EACH 1-GAL. G.C. "AGAPANTHUS" EACH TOP SOIL C.Y. IRRIGATION L.S. INTERLOCKING PAVERS S.F. SRR-SHANNON SIGNAL MOD L.S. BENCHES EACH 36" MOISTURE BARRIER L.F. STREET/BIKE PATH LIGHTING EACH PULL BOXES EACH SIGNAL INTERCONNECT CABLE L.F. 7 2 16 16 16 16 32 2,550 4 15 1 10,400 133 443 1,397 211 2,700 8,700 570 3,860 2,317 3,040 0 1,370 1,625 1,090 2,155 202 2,820 5,652 445 1,465 6,084 2OO 1,770 27 33 60 120 125 35,700 9,500 14,286 1,131 1,404 2,850 1 13,460 1 5 2,600 29 35 2,850 1,250.00 2,600.00 100.00 120.00 140.00 160.00 180.00 35.00 100.00 140.00 35,000.00 2.50 32.00 26.00 31.00 41.00 4.60 4.50 18.00 9.00 11.50 5.50 9.00 2.50 9.00 95.00 30-.00 0.40 0.60 0.60 1.60 0.28 2.00 1.20 100.00 150.00 150.00 120.00 20.00 0.20 0.20 6.00 6.00 6.00 19.00 100,00.00 3.80 96,000.00 1,000.00 4.50 1,720.00 250.00 9.00 8,750.00 5,200.00 1,600.00 1,920.00 2,240.00 2,560.00 5,760.00 89,250.00 400.00 2,100.00 35,000.00 26,000.00 4,256.00 11,518.00 43,307.00 8,651.00 12,420.00 39,150.00 10,260.00 34,740.00 26,645.50 16,720.00 12,330.00 4,062.50 9,810.00 204,725.00 6,060.00 1,128.00 3,391.20 267.00 2,344.00 1,703.52 400.00 2,124.00 2,700.00 4,950.00 9,000.00 14,400.00 2,500.00 7,140.00 1,900.00 85,716.00 6,786.00 8,424.00 54,150.00 100,000.00 51,148.00 96,000.00 5,000.00 11,700.00 49,880.00 8,750.00 25,650.00 Page 3 ITEM ITEM UNIT OF ESTIMATED UNIT TOTAL NO. DESCRIPTION MF~kSURE QUANTITY PRICE COST 77. 90-DAY MAINT. PERIOD L.S. 1 10,000.00 10,000.00 78. PARK EXERCISE STATIONS L.S. 1 15,000.00 15,000.00 TOTAL 1,866,639.22 IN WITNESS WHEREOF, the parties of these presents have hereunto set their hands the year and date first above written. Date CITY OF DUBLIN A Municipal Corporation Date: Mayor CONTRACTOR: ATTEST: City Clerk APPROVED AS TO FORM AND PROCEDURE: City Attorney Title Page 4