Loading...
06 Staff Report-Shannon Road Pedestrian and Bikeways Improvement Project Award with attachments PREPARED BY: Gary Heap Town Engineer Reviewed by: Town Manager, Assistant Town Manager, Town Attorney, Finance Director, and Director of Parks and Public Works 110 E. Main Street Los Gatos, CA 95030 ● (408) 354-6832 www.losgatosca.gov TOWN OF LOS GATOS COUNCIL AGENDA REPORT MEETING DATE: 06/18/2024 ITEM NO: 6 DATE: June 13, 2024 TO: Mayor and Town Council FROM: Laurel Prevetti, Town Manager SUBJECT: Shannon Road Pedestrian and Bikeways Improvement Project (CIP No. 813- 0218): a. Award and Authorize the Town Manager to Execute a Contract with Sposeto Engineering Inc. in an Amount Not to Exceed $2,115,930.50; b. Authorize the Town Manager to Execute Change Orders in an Amount Not to Exceed Ten Percent (10%) of the Contract Award Amount ($211,593); c. Approve the Project Construction Plans with Addenda as Required by Government Code 830.6 – Design Immunity; d. Authorize an Expenditure Budget Increase From Storm Drain Basin #1 Funds in an Amount of $447,717; and e. Authorize an Expenditure Budget Decrease of Underground Utility Funds in an Amount of $48,003. RECOMMENDATION: Shannon Road Pedestrian and Bikeways Improvement Project (CIP No. 813-0218): a. Award and authorize the Town Manager to execute a contract with Sposeto Engineering Inc. in an amount not to exceed $2,115,930.50; b. Authorize the Town Manager to execute change orders in an amount not to exceed ten percent (10%) of the contract award amount ($211,593); c. Approve the project construction plans with addenda as required by Government Code 830.6 – Design Immunity; d. Authorize an expenditure budget increase from Storm Drain Basin #1 Funds in an amount of $447,717; and e. Authorize an expenditure budget decrease of Underground Utility Funds in an amount of $48,003. PAGE 2 OF 4 SUBJECT: Shannon Road Pedestrian and Bikeways Improvement Project (CIP No. 813-0218) DATE: June 13, 2024 BACKGROUND: The Shannon Road Pedestrian and Bikeway Improvements Project is intended to provide pedestrian and bicycle safety improvements on Shannon Road between Los Gatos Boulevard and Cherry Blossom Lane. This segment of Shannon Road is a two-lane neighborhood collector street with high volumes of bicycle and pedestrian traffic when schools are in session. The street is a popular route for students attending Blossom Hill Elementary, Louise Van Meter Elementary, and Raymond J. Fisher Middle Schools. There are intermittent sections of sidewalk on both sides of the roadway. Currently, on-street parking is not allowed on Shannon Road between 7 a.m. and 6 p.m., except on Saturdays, Sundays, and holidays. DISCUSSION: The project was advertised for bid on Friday, May 3, 2024. On May 29, 2024, bid packages were opened and three contractors submitted bids. A summary of bid results is presented in Table 1 (with a detailed list on Attachment 2). The contract is recommended to be awarded to Sposeto Engineering Inc. as the apparent low and responsive bidder. The engineer’s estimate for the project was $1,873,920. Bids received were higher than expected. This is due to the bidder’s unit prices being higher than expected for most bid items, with the exception of the drainage piping which was much higher. The California Construction Cost Index (CCCI) for the San Francisco Bay Area indicates that construction prices are continuing to rise throughout the area. As such, staff does not believe that rebidding the project would change yield pricing that is consistent with the Engineers Estimate. Table 1. Bid Summary for Shannon Road Pedestrian and Bikeways Improvement Project (CIP No. 813-0218) BIDDER NAME BASE BID Sposeto Engineering Inc $2,115,930.00 Redgewick Construction Co $2,192,202.50 Galeb Paving Inc $2,451,454.47 Government Code 830.6 – Design Immunity states that neither a public entity nor a public employee is liable under this chapter for an injury caused by the plan or design of a construction of, or an improvement to, public property where such plan or design has been approved in advance of the construction or improvement by the legislative body. The project PAGE 3 OF 4 SUBJECT: Shannon Road Pedestrian and Bikeways Improvement Project (CIP No. 813-0218) DATE: June 13, 2024 DISCUSSION (continued): construction plans can be found at the following link: https://www.losgatosca.gov/108/Capital- Improvement-Program. CONCLUSION: Staff recommends awarding and executing an agreement with Sposeto Engineering, Inc. for $2,115,930.50. Staff also requests that Town Council formally approve the construction plans, bid documents, and addenda. COORDINATION: This project has been coordinated with the Finance Department. FISCAL IMPACT: Budget Costs GFAR 740,296.49$ OBAG Grant 940,100.00$ TFCA Grant 174,250.00$ Storm Basin #1 200,000.00$ Budget Increase from Storm Basin #1 Funds (Requested with this Staff Report)447,717.00$ Traffic Mitigation 133,380.00$ Underground Utility Funds 119,204.00$ Budget Decrease of Underground Utility Funds (Requested with this Staff Report)(48,003.00)$ Total Budget 2,706,944$ Prior Expenses Including Encumbrances 369,421$ Construction Agreement with Sposeto Engineering Inc. (Requested with this Staff Report)2,115,930$ Construction Contingency (Requested with this Staff Report)211,593$ Temporary/Part-Time Staff 10,000$ Total Expenditures 2,706,944$ Remaining Budget $0 Shannon Road Pedestrian and Bikeway Improvements CIP No. 813-0218 PAGE 4 OF 4 SUBJECT: Shannon Road Pedestrian and Bikeways Improvement Project (CIP No. 813-0218) DATE: June 13, 2024 FISCAL IMPACT (continued): The original project budget included funding for utility undergrounding. Efforts were made towards utility undergrounding; however, relocation of the existing utility poles is what was determined to be the best course of action. Underground Utility Funds were used for the PG&E application for this project. As the project will only relocate existing utility poles and not actually accomplish any utility undergrounding, staff is requesting that the remainder of these underground funds be removed from the project and reallocated back to the Utility Undergrounding Fund. Additional funding from the Storm Drain Funds will be used to cover the shortage of project funding as there are more than $700,000 in storm drainage improvements being constructed with the project. ENVIRONMENTAL ASSESSMENT: This is a project as defined under CEQA and is Categorically Exempt (Section 15301(c)). A Notice of Exemption has been filed. Attachments: 1. Construction Agreement with Exhibit A – Bid Summary 2. Bid Summary Shannon Road Pedestrian and Bikeway Improvement Project CONTRACT Town Project #813-0218, Federal Project #CML-5067(024) Page 1 Contract This public works contract (“Contract”) is entered into by and between Town of Los Gatos (“Town”) and Sposeto Engineering Inc. (“Contractor”), for work on the Shannon Road Pedestrian and Bikeway Improvement Project, TLG Project #813-0218 – Federal Project #CML- 5067(024) (“Project”). The parties agree as follows: 1. Award of Contract. In response to the Notice Inviting Bids, Contractor has submitted a Bid Proposal to perform the Work to construct the Project. On June 18, 2024, Town authorized award of this Contract to Contractor for the amount set forth in Section 4, below. Town has elected to include the following Project alternate(s) in the Contract: No alternates. 2. Contract Documents. The Contract Documents incorporated into this Contract include and are comprised of all of the documents listed below. The definitions provided in Article 1 of the General Conditions apply to all of the Contract Documents, including this Contract. 2.1 Notice Inviting Bids; 2.2 Instructions to Bidders; 2.3 Addenda, if any; 2.4 Bid Proposal and attachments thereto; 2.5 Contract; 2.6 Payment and Performance Bonds; 2.7 General Conditions; 2.8 Special Conditions; 2.9 Project Plans and Specifications; 2.10 Change Orders, if any; 2.11 Notice of Potential Award; 2.12 Notice to Proceed; and 2.13 The following: No additional documents. 3. Contractor’s Obligations. Contractor will perform all of the Work required for the Project, as specified in the Contract Documents. Contractor must provide, furnish, and supply all things necessary and incidental for the timely performance and completion of the Work, including all necessary labor, materials, supplies, tools, equipment, transportation, onsite facilities, and utilities, unless otherwise specified in the Contract Documents. Contractor must use its best efforts to diligently prosecute and complete the Work in a professional and expeditious manner and to meet or exceed the performance standards required by the Contract Documents. ATTACHMENT 1 Shannon Road Pedestrian and Bikeway Improvement Project CONTRACT Town Project #813-0218, Federal Project #CML-5067(024) Page 2 4. Payment. As full and complete compensation for Contractor’s timely performance and completion of the Work in strict accordance with the terms and conditions of the Contract Documents, Town will pay Contractor $2,115,930.50 (“Contract Price”) for all of Contractor’s direct and indirect costs to perform the Work, including all labor, materials, supplies, equipment, taxes, insurance, bonds and all overhead costs, in accordance with the payment provisions in the General Conditions. 5. Time for Completion. Contractor will fully complete the Work for the Project, meeting all requirements for Final Completion, within (95) ninety-five working days from the start date set forth in the Notice to Proceed (“Contract Time”). By signing below, Contractor expressly waives any claim for delayed early completion. 6. Liquidated Damages. As further specified in Section 5.4 of the General Conditions, if Contractor fails to complete the Work within the Contract Time, Town will assess liquidated damages in the amount of $2,850 per day for each day of unexcused delay in achieving Final Completion, and such liquidated damages may be deducted from Town’s payments due or to become due to Contractor under this Contract. 7. Labor Code Compliance. 7.1 General. This Contract is subject to all applicable requirements of Chapter 1 of Part 7 of Division 2 of the Labor Code, including requirements pertaining to wages, working hours and workers’ compensation insurance, as further specified in Article 9 of the General Conditions. 7.2 Prevailing Wages. This Project is subject to the prevailing wage requirements applicable to the locality in which the Work is to be performed for each craft, classification or type of worker needed to perform the Work, including employer payments for health and welfare, pension, vacation, apprenticeship and similar purposes. Copies of these prevailing rates are available online at http://www.dir.ca.gov/DLSR. 7.3 DIR Registration. Town may not enter into the Contract with a bidder without proof that the bidder and its Subcontractors are registered with the California Department of Industrial Relations to perform public work pursuant to Labor Code § 1725.5, subject to limited legal exceptions. 8. Workers’ Compensation Certification. Pursuant to Labor Code § 1861, by signing this Contract, Contractor certifies as follows: “I am aware of the provisions of Labor Code § 3700 which require 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 on this Contract.” Shannon Road Pedestrian and Bikeway Improvement Project CONTRACT Town Project #813-0218, Federal Project #CML-5067(024) Page 3 9. Conflicts of Interest. Contractor, its employees, Subcontractors, and agents may not have, maintain, or acquire a conflict of interest in relation to this Contract in violation of any Town ordinance or requirement, or in violation of any California law, including Government Code § 1090 et seq., or the Political Reform Act, as set forth in Government Code § 81000 et seq. and its accompanying regulations. Any violation of this Section constitutes a material breach of the Contract. 10. Independent Contractor. Contractor is an independent contractor under this Contract and will have control of the Work and the means and methods by which it is performed. Contractor and its Subcontractors are not employees of Town and are not entitled to participate in any health, retirement, or any other employee benefits from Town. 11. Notice. Any notice, billing, or payment required by or pursuant to the Contract Documents must be made in writing, signed, dated, and sent to the other party by personal delivery, U.S. Mail, a reliable overnight delivery service, or by email as a PDF file. Notice is deemed effective upon delivery, except that service by U.S. Mail is deemed effective on the second working day after deposit for delivery. Notice for each party must be given as follows: Town: Finance Department Town of Los Gatos 110 E. Main St. Los Gatos, CA 95030 AP@losgatosca.gov Copy to: Gary Heap, Town Engineer gheap@losgatosca.gov Contractor: Name: Sposeto Engineering___________________ Address:___________________________________ City/State/Zip:_______________________________ Phone:_____________________________________ Attn:_______________________________________ Email:______________________________________ Copy to:____________________________________ 12. General Provisions. 12.1 Assignment and Successors. Contractor may not assign its rights or obligations under this Contract, in part or in whole, without Town’s written consent. This Shannon Road Pedestrian and Bikeway Improvement Project CONTRACT Town Project #813-0218, Federal Project #CML-5067(024) Page 4 Contract is binding on Contractor’s and Town’s lawful heirs, successors and permitted assigns. 12.2 Third Party Beneficiaries. There are no intended third party beneficiaries to this Contract. 12.3 Governing Law and Venue. This Contract will be governed by California law and venue will be in the Santa Clara County Superior Court, and no other place. Contractor waives any right it may have pursuant to Code of Civil Procedure § 394, to file a motion to transfer any action arising from or relating to this Contract to a venue outside of Santa Clara County, California. 12.4 Amendment. No amendment or modification of this Contract will be binding unless it is in a writing duly authorized and signed by the parties to this Contract. 12.5 Integration. This Contract and the Contract Documents incorporated herein, including authorized amendments or Change Orders thereto, constitute the final, complete, and exclusive terms of the agreement between Town and Contractor. 12.6 Severability. If any provision of the Contract Documents is determined to be illegal, invalid, or unenforceable, in whole or in part, the remaining provisions of the Contract Documents will remain in full force and effect. 12.7 Iran Contracting Act. If the Contract Price exceeds $1,000,000, Contractor certifies, by signing below, that it is not identified on a list created under the Iran Contracting Act, Public Contract Code § 2200 et seq. (the “Act”), as a person engaging in investment activities in Iran, as defined in the Act, or is otherwise expressly exempt under the Act. 12.8 Authorization. Each individual signing below warrants that he or she is authorized to do so by the party that he or she represents, and that this Contract is legally binding on that party. If Contractor is a corporation, signatures from two officers of the corporation are required pursuant to California Corporations Code § 313. [Signatures are on the following page.] Shannon Road Pedestrian and Bikeway Improvement Project CONTRACT Town Project #813-0218, Federal Project #CML-5067(024) Page 5 The parties agree to this Contract as witnessed by the signatures below: CITY: Approved as to form: s/_______________________________ s/__________________________________ Laurel Prevetti, Town Manager_______ Gabrielle Whelan, Town Attorney_________ Name, Title Name, Title Date: ___________________________ Date: ______________________________ Attest: s/_______________________________ Wendy Wood, CMC, Town Clerk______ Name, Title Date: ___________________________ CONTRACTOR: Sposeto Engineering Inc._______________ Business Name s/_______________________________ Seal: _________________________________ Name, Title Date: ____________________________ Second Signature (See Section 12.8): s/_______________________________ _________________________________ Name, Title Shannon Road Pedestrian and Bikeway Improvement Project CONTRACT Town Project #813-0218, Federal Project #CML-5067(024) Page 6 Date: ____________________________ ___________________________________________________ Contractor’s California License Number(s) and Expiration Date(s) END OF CONTRACT Shannon Road Pedestrian and Bikeway Improvement Project PAYMENT BOND Town Project #813-0218, Federal Project #CML-5067(024) Page 7 Payment Bond Town of Los Gatos (“Town”) and Sposeto Engineering Inc. (“Contractor”) have entered into a contract for work on the Shannon Road Pedestrian and Bikeway Improvement Project, TLG Project #813-0218 – Federal Project #CML-5067(024) (“Project”). The Contract is incorporated by reference into this Payment Bond (“Bond”). 1. General. Under this Bond, Contractor as principal and ____________________________, its surety (“Surety”), are bound to Town as obligee in an amount not less than $_________________, under California Civil Code § 9550 et seq., to ensure payment to authorized claimants. This Bond is binding on the respective successors, assigns, owners, heirs, or executors of Surety and Contractor. 2. Surety’s Obligation. If Contractor or any of its Subcontractors fails to pay a person authorized in California Civil Code § 9100 to assert a claim against a payment bond, any amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract, or any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of Contractor and its Subcontractors under California Unemployment Insurance Code § 13020 with respect to the work and labor, then Surety will pay the obligation. 3. Beneficiaries. This Bond inures to the benefit of any of the persons named in California Civil Code § 9100, so as to give a right of action to those persons or their assigns in any suit brought upon this Bond. Contractor must promptly provide a copy of this Bond upon request by any person with legal rights under this Bond. 4. Duration. If Contractor promptly makes payment of all sums for all labor, materials, and equipment furnished for use in the performance of the Work required by the Contract, in conformance with the time requirements set forth in the Contract and as required by California law, Surety’s obligations under this Bond will be null and void. Otherwise, Surety’s obligations will remain in full force and effect. 5. Waivers. Surety waives any requirement to be notified of alterations to the Contract or extensions of time for performance of the Work under the Contract. Surety waives the provisions of Civil Code §§ 2819 and 2845. Town waives the requirement of a new bond for any supplemental contract under Civil Code § 9550. Any notice to Surety may be given in the manner specified in the Contract and sent to Surety as follows: Attn: _________________________________________________ Address: ______________________________________________ City/State/Zip: _________________________________________ Phone: _______________________________________________ Email: ________________________________________________ Shannon Road Pedestrian and Bikeway Improvement Project PAYMENT BOND Town Project #813-0218, Federal Project #CML-5067(024) Page 8 6. Law and Venue. This Bond will be governed by California law, and venue for any dispute pursuant to this Bond will be in the Santa Clara County Superior Court, and no other place. Surety will be responsible for Town’s attorneys’ fees and costs in any action to enforce the provisions of this Bond. [Signatures are on the following page.] Shannon Road Pedestrian and Bikeway Improvement Project PAYMENT BOND Town Project #813-0218, Federal Project #CML-5067(024) Page 9 7. Effective Date; Execution. This Bond is entered into and is effective on __________, 20__. SURETY: ___________________________________ Business Name s/__________________________________ ______________________________ Date ___________________________________ Name, Title (Attach Acknowledgment with Notary Seal and Power of Attorney) CONTRACTOR: ___________________________________ Business Name s/__________________________________ ______________________________ Date ___________________________________ Name, Title APPROVED BY TOWN: s/ __________________________________ ______________________________ Date ____________________________________ Name, Title END OF PAYMENT BOND Shannon Road Pedestrian and Bikeway Improvement Project PERFORMANCE BOND Town Project #813-0218, Federal Project #CML-5067(024) Page 10 Performance Bond Town of Los Gatos (“Town”) and Sposeto Engineering Inc.(“Contractor”) have entered into a contract for work on the Shannon Road Pedestrian and Bikeway Improvement Project, TLG Project #813-0218 – Federal Project #CML-5067(024) (“Project”). The Contract is incorporated by reference into this Performance Bond (“Bond”). 1. General. Under this Bond, Contractor as principal and ___________________________, its surety (“Surety”), are bound to Town as obligee for an amount not less than $__________________ to ensure Contractor’s faithful performance of its obligations under the Contract. This Bond is binding on the respective successors, assigns, owners, heirs, or executors of Surety and Contractor. 2. Surety’s Obligations. Surety’s obligations are co-extensive with Contractor’s obligations under the Contract. If Contractor fully performs its obligations under the Contract, including its warranty obligations under the Contract, Surety’s obligations under this Bond will become null and void. Otherwise, Surety’s obligations will remain in full force and effect. 3. Waiver. Surety waives any requirement to be notified of and further consents to any alterations to the Contract made under the applicable provisions of the Contract Documents, including changes to the scope of Work or extensions of time for performance of Work under the Contract. Surety waives the provisions of Civil Code §§ 2819 and 2845. 4. Application of Contract Balance. Upon making a demand on this Bond for completion of the Work prior to acceptance of the Project, Town will make the Contract Balance available to Surety for completion of the Work under the Contract. For purposes of this provision, the Contract Balance is defined as the total amount payable by Town to Contractor as the Contract Price minus amounts already paid to Contractor, and minus any liquidated damages, credits, or backcharges to which Town is entitled under the terms of the Contract. 5. Contractor Default. Upon written notification from Town of Contractor’s termination for default under Article 13 of the Contract General Conditions, time being of the essence, Surety must act within the time specified in Article 13 to remedy the default through one of the following courses of action: 5.1 Arrange for completion of the Work under the Contract by Contractor, with Town’s consent, but only if Contractor is in default solely due to its financial inability to complete the Work; 5.2 Arrange for completion of the Work under the Contract by a qualified contractor acceptable to Town, and secured by performance and payment bonds issued by Shannon Road Pedestrian and Bikeway Improvement Project PERFORMANCE BOND Town Project #813-0218, Federal Project #CML-5067(024) Page 11 an admitted surety as required by the Contract Documents, at Surety’s expense; or 5.3 Waive its right to complete the Work under the Contract and reimburse Town the amount of Town’s costs to have the remaining Work completed. 6. Surety Default. If Surety defaults on its obligations under the Bond, Town will be entitled to recover all costs it incurs due to Surety’s default, including legal, design professional, or delay costs. 7. Notice. Any notice to Surety may be given in the manner specified in the Contract and sent to Surety as follows: Attn: _________________________________________________ Address: ______________________________________________ City/State/Zip: _________________________________________ Phone: _______________________________________________ Fax: __________________________________________________ Email: ________________________________________________ 8. Law and Venue. This Bond will be governed by California law, and venue for any dispute pursuant to this Bond will be in the Santa Clara County Superior Court, and no other place. Surety will be responsible for Town’s attorneys’ fees and costs in any action to enforce the provisions of this Bond. 9. Effective Date; Execution. This Bond is entered into and effective on ____________________, 20___. Shannon Road Pedestrian and Bikeway Improvement Project PERFORMANCE BOND Town Project #813-0218, Federal Project #CML-5067(024) Page 12 SURETY: ___________________________________ Business Name s/__________________________________ ______________________________ Date ___________________________________ Name, Title (Attach Acknowledgment with Notary Seal and Power of Attorney) CONTRACTOR: ___________________________________ Business Name s/__________________________________ ______________________________ Date ___________________________________ Name, Title APPROVED BY TOWN: s/ __________________________________ ______________________________ Date ____________________________________ Name, Title END OF PERFORMANCE BOND Shannon Road Pedestrian and Bikeway Improvement Project PERFORMANCE BOND Town Project #813-0218, Federal Project #CML-5067(024) Page 13 EXHIBIT A Bid Item Quantity Type Unit Cost Cost Unit Cost Cost Unit Cost Cost 1 Traffic Control 1 LS 148,000.00$ 148,000.00$ 298,745.00$ 298,745.00$ 141,300.00$ 141,300.00$ 2 Changeable Message Sign 2 EA 8,000.00$ 16,000.00$ 1,500.00$ 3,000.00$ 19,860.00$ 39,720.00$ 3 Construction Staking and Layout 1 LS 20,000.00$ 20,000.00$ 35,000.00$ 35,000.00$ 36,960.00$ 36,960.00$ 4 Tree Protection 1 LS 3,600.00$ 3,600.00$ 3,950.00$ 3,950.00$ 8,245.00$ 8,245.00$ 5 Adjust Storm Manhole to Grade 2 EA 2,100.00$ 4,200.00$ 1,600.00$ 3,200.00$ 1,150.00$ 2,300.00$ 6 Adjust Survey Monument to Grade 2 EA 600.00$ 1,200.00$ 1,500.00$ 3,000.00$ 750.00$ 1,500.00$ 7 Adjust Electric Pullbox 1 EA 290.00$ 290.00$ 400.00$ 400.00$ 1,500.00$ 1,500.00$ 8 Abandon Storm Drain Pipe 94 LF 75.00$ 7,050.00$ 73.00$ 6,862.00$ 101.50$ 9,541.00$ 9 Remove Tree 9 EA 1,200.00$ 10,800.00$ 1,000.00$ 9,000.00$ 2,160.00$ 19,440.00$ 10 Remove Tree Stump 1 EA 250.00$ 250.00$ 250.00$ 250.00$ 3,300.00$ 3,300.00$ 11 Remove Concrete Sidewalk & Driveway 2943 SF 8.00$ 23,544.00$ 5.00$ 14,715.00$ 6.70$ 19,718.10$ 12 Remove Concrete Curb & Gutter 178 LF 25.00$ 4,450.00$ 60.00$ 10,680.00$ 53.40$ 9,505.20$ 13 Remove Concrete Curb 192 LF 21.00$ 4,032.00$ 30.00$ 5,760.00$ 47.50$ 9,120.00$ 14 Remove Concrete Valley Gutter 10 LF 60.00$ 600.00$ 130.00$ 1,300.00$ 200.00$ 2,000.00$ 15 Remove Brick Wall 60 LF 40.00$ 2,400.00$ 25.00$ 1,500.00$ 283.20$ 16,992.00$ 16 Remove Brick Column 5 EA 400.00$ 2,000.00$ 200.00$ 1,000.00$ 1,290.00$ 6,450.00$ 17 Remove Decorative Paver 640 SF 8.00$ 5,120.00$ 4.00$ 2,560.00$ 11.40$ 7,296.00$ 18 Remove Drainage Inlet 4 EA 1,400.00$ 5,600.00$ 1,500.00$ 6,000.00$ 3,250.00$ 13,000.00$ 19 Remove Area Drain 1 EA 400.00$ 400.00$ 1,400.00$ 1,400.00$ 1,000.00$ 1,000.00$ 20 Remove Existing Sign Panel 5 EA 400.00$ 2,000.00$ 325.00$ 1,625.00$ 71.50$ 357.50$ 21 Remove Existing Roadside Sign and Sign Panel 20 EA 400.00$ 8,000.00$ 325.00$ 6,500.00$ 159.50$ 3,190.00$ 22 Remove Fence 109 LF 18.00$ 1,962.00$ 30.00$ 3,270.00$ 64.10$ 6,986.90$ 23 Remove Mailbox 3 EA 675.00$ 2,025.00$ 650.00$ 1,950.00$ 1,000.00$ 3,000.00$ 24 Remove Base and Surfacing 3071 SY 33.50$ 102,878.50$ 20.00$ 61,420.00$ 92.52$ 284,128.92$ 25 Cold Plane Asphalt Concrete Pavement 3221 SY 12.30$ 39,618.30$ 12.00$ 38,652.00$ 9.20$ 29,633.20$ 26 Clearing and Grubbing 1 LS 53,560.00$ 53,560.00$ 192,480.00$ 192,480.00$ 447,081.00$ 447,081.00$ 27 Excavate Unsuitable Material 120 CY 390.00$ 46,800.00$ 80.00$ 9,600.00$ 254.50$ 30,540.00$ 28 Imported Topsoil 118 CY 172.00$ 20,296.00$ 100.00$ 11,800.00$ 213.40$ 25,181.20$ 29 Tree 47 EA 1,924.00$ 90,428.00$ 1,625.00$ 76,375.00$ 1,788.00$ 84,036.00$ 30 Root Barrier 40 LF 25.00$ 1,000.00$ 35.00$ 1,400.00$ 38.50$ 1,540.00$ 31 Hot Mix Asphalt 1251 TON 225.00$ 281,475.00$ 238.00$ 297,738.00$ 158.20$ 197,908.20$ 32 Asphalt Crack Sealing 1 LS 16,000.00$ 16,000.00$ 12,800.00$ 12,800.00$ 41,250.00$ 41,250.00$ 33 Slurry Seal (Black Aggregate)3150 SY 11.00$ 34,650.00$ 8.75$ 27,562.50$ 9.55$ 30,082.50$ 34 Concrete Sidewalk 9448 SF 20.00$ 188,960.00$ 19.00$ 179,512.00$ 15.40$ 145,499.20$ 35 Concrete Curb Ramp 865 SF 42.38$ 36,658.70$ 63.00$ 54,495.00$ 30.20$ 26,123.00$ 36 Concrete Driveway 3737 SF 30.50$ 113,978.50$ 24.00$ 89,688.00$ 22.00$ 82,214.00$ 37 Concrete Curb & Gutter per TLS-ST-210 51 LF 89.00$ 4,539.00$ 105.00$ 5,355.00$ 44.00$ 2,244.00$ 38 Concrete Curb & Gutter (MOD)2809 LF 74.00$ 207,866.00$ 82.00$ 230,338.00$ 38.50$ 108,146.50$ 39 Concrete Curb 276 LF 60.00$ 16,560.00$ 105.00$ 28,980.00$ 33.00$ 9,108.00$ 40 Drainage Curb Inlet 9 EA 6,800.00$ 61,200.00$ 7,500.00$ 67,500.00$ 7,500.00$ 67,500.00$ 41 Drainage Manhole on Existing Pipe 1 EA 10,000.00$ 10,000.00$ 13,000.00$ 13,000.00$ 5,000.00$ 5,000.00$ 42 Drainage Manhole 1 EA 10,000.00$ 10,000.00$ 36,000.00$ 36,000.00$ 6,500.00$ 6,500.00$ 43 Adjust Inlet 1 EA 3,400.00$ 3,400.00$ 4,000.00$ 4,000.00$ 2,500.00$ 2,500.00$ 44 Full Trash Capture Device 2 EA 5,700.00$ 11,400.00$ 1,800.00$ 3,600.00$ 12,500.00$ 25,000.00$ 45 4" PVC Schedule 40 130 LF 38.00$ 4,940.00$ 35.00$ 4,550.00$ 35.00$ 4,550.00$ 46 12" Corrugated High Density Polyethylene Pipe (Drainage)245 LF 335.00$ 82,075.00$ 295.00$ 72,275.00$ 267.20$ 65,464.00$ 47 24" Corrugated High Density Polyethylene Pipe (Drainage)503 LF 557.00$ 280,171.00$ 295.00$ 148,385.00$ 347.00$ 174,541.00$ 48 *Concrete Backfill (Pipe Trench)5 CY 1,120.00$ 5,600.00$ 1,700.00$ 8,500.00$ 1,435.00$ 7,175.00$ 49 6" Thermoplastic Traffic Stripe 8115 LF 3.15$ 25,562.25$ 2.50$ 20,287.50$ 11.31$ 91,780.65$ 50 6" Thermoplastic Traffic Stripe (Broken)1525 LF 3.15$ 4,803.75$ 2.50$ 3,812.50$ 3.30$ 5,032.50$ 51 4" Thermoplastic Traffic Stripe 299 LF 2.50$ 747.50$ 2.00$ 598.00$ 4.40$ 1,315.60$ 52 12" Thermoplastic Traffic Stripe 458 LF 7.50$ 3,435.00$ 6.00$ 2,748.00$ 13.20$ 6,045.60$ 53 Crosswalk - TLG STD. ST-261 Thermoplastic 105 LF 8.75$ 918.75$ 7.00$ 735.00$ 55.00$ 5,775.00$ 54 Pavement Marking -Thermoplastic 582 SF 12.50$ 7,275.00$ 10.00$ 5,820.00$ 15.40$ 8,962.80$ 55 Blue Fire Hydrant Marker 3 EA 12.50$ 37.50$ 10.00$ 30.00$ 27.50$ 82.50$ 56 Red-Painted Curb 137 LF 3.75$ 513.75$ 3.00$ 411.00$ 8.80$ 1,205.60$ 57 Green Bike Lane Marking -Thermoplastic 2818 SF 20.00$ 56,360.00$ 16.00$ 45,088.00$ 17.60$ 49,596.80$ 58 Roadside Sign on New Post 20 EA 467.50$ 9,350.00$ 375.00$ 7,500.00$ 545.00$ 10,900.00$ 59 Roadside Sign on Existing Post or Luminaire 20 EA 467.50$ 9,350.00$ 375.00$ 7,500.00$ 269.50$ 5,390.00$ 2,115,930.50$ 2,192,202.50$ 2,451,454.47$ PROJECT: 18-813-0218 Shannon Road Pedestrian and Bikeway Improvements Sposeto Engineering Redgewick Construction Galeb Paving Total Bid Amount = ATTACHMENT 2