Loading...
HomeMy Public PortalAbout2009 Street ReconstructionAdTech Advertising System New Order Customer Information Your Order is sent. Customer Name SAN MATEO CITY / PUBLIC WORKS Master Id Address 330 W. 20TH AVE Phone City SAN MATEO Fax State - Zip CA - 94403 Product Information Legal GOVERNMENT - NOTICE INVITING BIDS Order Information Attention Name Molly Poland Ad Description Special Instructions Orders Created ONdoer Newspaper Name Publishing Dates Ad Price Ad Status 1591228 EXAMINER - CONTRACT CITY OF SAN MATEO, CA 05/14/2009, 05/17/2009 • Depth : 20.10" Lines : 249 $405.20 Sent Order No. Newspaper View 1591228 EXAMINER - CONTRACT CITY OF SAN MATEO View Ad In PDF NOTICE INVITING SEALED PROPOSALS 2009 STREET RECONSTRUCTION CITY PROJECT NO. 467774-46000-7703 CITY OF SAN MATEO, CALIFORNIA 1. Sealed bids will be received by the City Council of the City of San Mateo, California, for 2009 Street Reconstruction and other work as shown on the Contract Drawings No. 4-18-18 and as described in this Contract Book and the APWA-AGC Standard Specifications for Public Works Construction, 2009 Edition. The work described requires that the bidder be licensed by the State of California as a Class A Contractor. 2. Contractor shall purchase a complete set of plans and specifications and provide contact information to the City in order to be eligible to bid on this project. The Contract Book, plans and proposal forms are available at the Public Works Department, City Hall, 330 West 20th Avenue, San Mateo, California. A non-refundable fee of $40.00 per set is required if picked up or $45.00 for each set if mailed. Any questions regarding the contract documents should be directed to Otis Chan, Senior Engineer, at 650/522-7305, or in writing at the above address. 3. The estimated construction cost of this project is $450,000.00. This estimate is not based on a "contractor's cost take off" of the project, but is derived from an averaging of costs for.work on similar projects in the area of which the City is aware. This figure is given to indicate the relative order of magnitude of this project and is not intended to influence or affect in any way the amount bid for this project. 4. All bids shall be accompanied by a bid bond, cashier's check, or certified check made payable to the City of San Mateo in an amount not less than ten percent (10%) of the aggregate amount of the bid. 5. Contractor is notified that he shall comply with the requirements for Non - Discrimination as set forth in Special Provisions SP -7-2.3 through SP -7-2.3.3. 6. Addenda issued during the time of bidding shall become a part of the documents furnished bidders for the preparation of bids, shall be covered in the bids, and shall be made a part of the Contract. Each bid shall include specific acknowledgement in the space provided of receipt of all Addenda issued during the bidding period. Failure to so acknowledge may result in the bid being 2009 Street Reconstruction Page 1 of 3 a 64336 6500000000 Billing Reference 467774 - No. 46000-7703 Sale/Hrg/Bid Date 06/04/2009 Please advertise on Thursday, May 14, 2009 and Sunday, May 17, 2009 http://adtech.dailyjournal.com/dj/ace/customer/NewOrder/NewOrder_Verify_Order.cfm?si... 5/11/2009 AdTech Advertising System • • Page 2 of 3 rejected as not responsive. Failure of any bidder to receive such Addenda shall not be grounds for non-compliance with the terms of the instructions. It is the responsibility of the contractor to contact the City to determine the existence of any and all addenda. 7. The time of completion for this contract shall be twenty-five (25) working days, beginning from the date specified in the Notice to Proceed. 8. The right is reserved, as the interest of the City may require, to reject any or all bids, to waive any informality in bids, and to accept, modify, or reject any items of the bid, or in the case of a single bid being received to extend the acceptance date by up to thirty (30) days with notice. The City of San Mateo is a charter City and any contract entered into is subject to the provisions of the City of San Mateo Charter, which may supersede certain provisions of the Public Contract Code and other provision of state law. 9. In general, the prevailing wage .scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date in effect on the date of advertisement for bids. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. The wages as set forth in the General Prevailing Wage Rates for this project will be posted at the job site. It is understood that it is the responsibility of the. bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. The State Prevailing Wage Rates may also be obtained from the California Department of Industrial Relations internet web site at http://www.dir.ca.gov. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. 10. Said sealed proposals shall be delivered to the City Clerk, City Hall, 330 West 20th Avenue, San Mateo, California 94403, at or before 2:00 p.m., June 4, 2009 and they shall be opened and read by a City Representative at said date and time at a public meeting called by him. 11. Said City Representative shall report the results of the bidding to the City Council at a later date, at which time the City Council may award the contract to the lowest responsible bidder as so reported; or as City's interest may dictate. The City Council may exercise its right to modify the award or to reject any or all bids. Any protests to award of contract shall follow the procedures outlined in City Council Resolution No. 61, dated June 7, 2004. 12. To ensure performance, City reserves the right to retain ten percent (10%) of the contract price for 35 days after it records the Notice of Completion. However, pursuant to the Public Contracts Code Section 22300, Contractor may substitute securities for said ten percent (10%) retention or request that City make payments of retentions earned directly to an escrow agent at Contractor's expense. The provisions of the Public Contracts Code Section 22300 are hereby expressly made a part of the contract. Dated: May 14, 2009 /S/ BRANDT GROTTE, MAYOR http://adtech.dailyjournal.com/dj/ace/customer/NewOrder/NewOrderVerify_Order.cfm?si... 5/11/2009 " date, the new rate must be paid and should be incorpo- rated in contracts the Contractor enters into. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the Califomia Department of Industrial Relations. The wages as set forth in the General Prevailing Wage Rates for this project will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. The State Prevailing Wage Rates may also be obtained from the California Department of Industrial Relations internet web site at http://www.dir.ca.gov. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. 10. Said sealed proposals shall be delivered to the City Clerk, City Hall, 330 West 20th Avenue, San Mateo, California 94403, at or before 2:00 p.m., June 4, 2009 and they shall be opened and read by a City Representa- tive at said date and time at a public meeting called by him. 11. Said City Representative shall report the results of the bidding to the City Council at a later date, at which time the City Council may award the contract to the lowest responsible bidder as so reported; or as City's interest may dictate. The City Council may exercise its right to modify the award or to reject any or all bids. Any protests to award of contract shall follow the procedures outlined in City Council Resolution No. 61, dated June 7, 2004. 12. To ensure performance, City reserves the right to retain ten percent (10%) of the contract price for 35 days after it records the Notice of Completion. However, pursuant to the Public Contracts Code Section 22300, Contractor may substitute securities for said ten percent (10%) retention or request that City make payments of retentions earned directly to an escrow agent at Contractors expense. The provisions of the Public Contracts Code Section 22300 are hereby expressly made a part of the contract. Dated: May 14, 2009 /S/ BRANDT GROTTE, MAYOR 5/14, 5/17/09 SPEN-1 5912284 EXAMINER - SAN MATEO vermyil_thomas@dailyjournal To mpoland@cityofsanmateo.org .com 05/11/2009 08:53 AM Dear Customer: cc bcc Subject Confirmation of Order 1591228 for 2009 Street Reconstruction The order listed below has been received and processed. If you have any questions regarding this order, please contact your ad coordinator or the phone number listed below. Customer Account Number: 130917 Type of Notice : BID - NOTICE INVITING BIDS Ad Description : 2009 Street Reconstruction Our Order Number : 1591228 Newspaper EXAMINER - CONTRACT CITY OF SAN MATEO Publication Date(s) : 05/14/2009,05/17/2009 Sales/Hrg Date : 06/04/2009 Thank.you for using the Daily Journal Corporation. VERMYIL THOMAS DAILY JOURNAL CORPORATION CALIFORNIA NEWSPAPER SERVICE BUREAU 915 E. FIRST ST., LOS ANGELES, CA 90012 Phone: (800) 788 7840 / (213)229-5300 Fax: (800) 540 4089 / (213)229-5481 DAILY JOURNAL CORPORATION CALIFORNIA NEWSPAPER SERVICE BUREAU P.O. Box 54026 LOS ANGELES CALIFORNIA 90054-0026 PHONE: (213) 229-5300 FAX (213) 229-5481 FEDERAL TAX ID:95-4133299 Ordered by: MOLLY POLAND SAN MATEO CITY / PUBLIC WORKS 330 W. 20TH AVE SAN MATEO, CA 94403 USA LEGAL ADVERTISING INVOICE Invoice Number B1591228 Date 5/18/2009 Customer Account Number 1124130917 Customer Payment Reference 467774-46000-7703 Special Project For payment processing, please forward to: MOLLY POLAND SAN MATEO CITY / PUBLIC WORKS 330 W 20TH ST SAN MATEO, CA 94403 USA DUE UPON RECEIPT Page 1 of 1 Type Order No Description Amount Invoice B1591228 2009 STREET RECONSTRUCTION BID NOTICE INVITING BIDS 24341 EXAMINER - CONTRACT CITY OF SAN MATEO 05/14,05/17/2009 LEGAL SECTION 1 COLUMN WIDE MIN. LINES NEEDED $ 10.08' 20.50 Inches * 2 Inserts 413.28 413.28 PLEASE PROCESS FOR PAYMENT IMMEDIATELY. DUE UPON Please make check payable to: Daily Journal Corporation RECEIPT. Total: Payment: Please Pay: 413.28 0.00 413.28 Please detach and return this portion with payment. To ensure proper credit to your account, please write your customer number on your check. If you have any questions about your account, please call 4082874866. Invoice Date 5/18/2009 Invoice Number B1591228 Customer Number 1124130917 IIIIIIJIQI[Ilpl@IIIiII . , 00aa a , IIIIIIIIIIIIIIIGIIII ee , . Government Advertising - Division 1124 Please Pay 413.28 DAILY JOURNAL CORPORATION CALIFORNIA NEWSPAPER SERVICE BUREAU ATTN: ACCOUNTS RECEIVABLE PO BOX 54026 LOS ANGELES, CA 90054-0026 MOLLY POLAND SAN MATEO CITY 330 W 20TH ST SAN MATEO, CA / PUBLIC WORKS 94403 USA FS AS Machine Staple 0078 60.00 @ 0.0200 0'90 T Trans. Discount 25% 0.0050 Price 0.0150 Aux Insert per Piece 0387 60.00 @ 0.1000 4'50 T Trans, Discount 25% 0.0250 Price 0.0750 Sheet 20# 8.5x11 2473 60.00 @ 0.0900 5.40 T Total Discount Sub -Total 461.55 Deposit 332.85 Tax 0.00 Total 30.79 CAS Account 363.64 363.64 Total Tender Change Due 363.64 0.00 I am an authorized agent of the company and ature authorizes the companysignto pa ems reflected pay for all it on this invoice, 1 Thank you for visiting FeMake It. Print It, Px s Pack It. Ship It. www.fedexkinkos.com Please remit payment to: Customer Administrative Services P.O. Box 672065 Dallas, TX 75267-2085 Questions? Please call: 1-800-488-3705 Customer Copy 2009 Street Reconstruction City project number 467774-46000-7703 I, Otis Chan, posted the Notice of Intent to Award for the above referenced project in the main lobby of City Hall on June 24, 2009, at 2:30 p.m. " " DEPARTMENT OF PUBLIC WORKS Larry A. Patterson, P. E., Director June 4, 2009 TO: ALL PLAN HOLDERS RE: CLARIFICATION NOTICE NO.1 Bidder RFC & Response 2009 Street Reconstruction City Project No. 467774-46000-7703 330 West 20th Avenue San Mateo, California 94403-1388 Telephone (650) 522-7300 FAX: (650)522-7301 www.cityofsanmateo.org This Clarification Notice provides a response to the following questions from bidders. Question #1: Response #1: Question #2: Answer #2: Question #3: Answer #3: Question #4: Answer #4 Bid Item No. 10A  Is 6" aggregate base failure repair required to be plugged with aggregate base or asphalt concrete on the same day? Base failure repair for 6" aggregate base (street with aggregate base and asphalt concrete surface) shall be plugged with 6" (3/4" -max) Asphalt Concrete on the same day and no aggregate base is needed. How many linear feet of root barriers are needed for this project? Root barriers are required when sidewalk, curb & gutter and base failure repairs were caused by tree roots. At the time of preparing the plans and specifications of this project, we have identified that five (5) locations on S. Grant Street will require root barriers installation. Bid Item No. 21 - What is the average depth of roadway and median island sections to be excavated? As shown on plan sheet 6 of 6, the required depth to be removed varies from 12" to 30". For estimation, the average depth to be removed is about 22". Do the trees and tree stumps shown on plan sheet 6 of 6 need to be removed totally? If so, will all tree stumps be removed or ground? Trees on Hillside Court as shown on plan sheet 6 of 6 will be cut by others to 2' stump prior to initiation of this project. It is the responsibility of the contractor to include the removal of these 2' tall tree stumps, roots, AC, AB and SAB in bid item 21. If you have any questions, please call me at (650) 522-7305. Sincerely, Otis Chan, P.E. Senior Engineer c: Larry Patterson, Director of Public Works Susanna Chan, Deputy Director/City Engineer Chron/File n.\ ....Anal/Cl.111\ A (`rmn'n A omcvInnnywinn DCfli 1 n P. A a..,. DEPARTMENT OF PUBLIC WORKS Larry A. Patterson, P. E., Director May 21, 2009 ADDENDUM NO.1 2009 STREET RECONSTRUCTION CITY PROJECT NO. 467774-46000-7703 330 West 20th Avenue San Mateo, California 94403-1388 Telephone (650) 522-7300 FAX: (650)522-7301 www.city ofsanmateo.org Addendum No. 1 is issued to the above -referenced Contract Book, which is scheduled for bid opening on June 4 June 9, 2009 at 2:00 p.m. The following change has been made: BID DATE: The bid opening date has been changed to June 9, 2009 at 2:00 p.m. CONTRACT BOOK: Page 1, TIME OF COMPLETION: 25 35 Working Days Page 2, Paragraph 7: The time of completion for this contract shall be ) thirty-five (35) working days, beginning from the date specified in the Notice to Proceed. Page 6: SCHEDULE OF BID ITEMS Bid Items 20, 21, 22, 23, and 24 are new contract bid items. Page 22, SP 6-7 TIME OF COMPLETION: The Contractor shall prosecute and work to completion before the expiration of twenty five (25) thirty—five (35) working day, beginning from the date specified in the Notice to Proceed. The City will furnish the Contractor weekly a statement of working days remaining on the contract. PLANS: Sheet 6 of 6 is a newly added sheet. YOU MUST USE THE REVISED SCHEDULE OF BID ITEMS WHEN SUMBITTING -YOUR BIDS. Each bidder shall acknowledge receipt of this Addendum by signing one copy of the attached Acknowledgement Sheets and returning it immediately. The bidder shall submit the second copy with the bid documents. " " DEPARTMENT OF PUBLIC WORKS Larry A. Patterson, P. E., Director June 3, 2009 ADDENDUM NO. 2 2009 STREET RECONSTRUCTION CITY PROJECT NO. 467774-46000-7703 330 West 20th Avenue San Mateo, California 94403-1388 Telephone (650) 522-7300 FAX: (650)522-7301 www.cityofsanmateo.org Addendum No. 2 is issued to the above -referenced Contract Book, which is scheduled for bid opening on June 9, 2009 at 2:00 p.m. The following change has been made: BID DATE: No change. CONTRACT BOOK: Page 6: SCHEDULE OF BID ITEMS Bid Items 21 and 24 have been revised. See revised bid schedule. Bid Items 25, 26 and 27 are new bid items. PLANS: No change. YOU MUST USE THE REVISED SCHEDULE OF BID ITEMS WHEN SUMBITTING YOUR BIDS. Each bidder shall acknowledge receipt of this Addendum by signing one copy of the attached Acknowledgement Sheets and returning it immediately. The bidder shall submit the second copy with the bid documents. ADDENDUM NO.1 2009 STREET RECONSTRUCTION CITY PROJECT NO. 467774-46000-7703 ACKNOWLEDGEMENT I have received Addendum No. 1 to the Contract Book titled, "2009 Street Reconstruction, City Project No. 467774-46000-7703". I have read and understand the information stated in the addendum. Date Bidder's Signature Bidder's Name (Printed) Name of Company RETURN IMMEDIATELY TO: Public Works Department Attn: Support Staff 330 West 20th Avenue San Mateo, CA 94403 (650) 522-7301 (fax) RETURN WITH BID DOCUMENTS Q:\pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction\ADDENDUMNo. I .DOC ADDENDUM NO.1 2009 STREET RECONSTRUCTION CITY PROJECT NO. 467774-46000-7703 ACKNOWLEDGEMENT JUN 3 2009 CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT I have received Addendum No. 1 to the Contract Book titled, "2009 Street Reconstruction, City Project No. 467774-46000-7703". I have read and understand the information stated in the addendum. MAY 79, 9009 Date idder's Sign."ure JOHN L. ALBANESE, PRESIDENT Bidder's Name (Printed) TOSRPA J. ALBANESE, INC. Name of Company RETURN IMMEDIATELY TO: Public Works Department Attn: Support Staff 330 West 20th Avenue San Mateo, CA 94403 (650) 522-7301 (fax) Q:\pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction\ADDENDUMNo. t . DOC REVISED SCHEDULE OF BID ITEMS (To be submitted with Proposal Form) 2009 STREET RECONSTRUCTION CITY PROJECT NO. 467774-46000-7703 CONTRACT BID ITEMS ITEMO DESCRIPTION OF WORK EST. QTY. UNIT UNIT PRICE TOTAL COST 1 Traffic Control and mobilization at various locations. See SP 6-7, 7-2.2.1 & 7-10.1. 1 LS $ $ 2 Grind 0.1' to 0.15' AC from lip of gutter to lip of gutter 183,000 SF $ $ 3 Overlay 0.1' to 0.15' AC from lip of gutter to lip of gutter per plan 2,100 TON $ $ 4 Remove and replace concrete curb and gutter.(<5' wide gutter pan) 330 LF $ $ 5 Remove and replace concrete curb and gutter.(>5' wide gutter pan) 180 LF $ $ 6 Remove and replace concrete residential driveway approach including depressed curb and gutter pan 100 SF $ $ 7 Remove and replace sidewalk 50 SF $ $ 8 Furnish and install interlayer membrane 1,600 LF $ $ 9 Concrete street (Base failure repair -8" PCC) 120 SF $ $ 10A 6" Aggregate base failure repair (plug on the same day) 50 TON $ $ 10B Base failure repair greater than 8" deep. See SP 301-6 100 SY $ $ 11 Adjust MH riser ring to grade 13 EA $ $ 12 Adjust water valve rim and barrel to grade 12 EA $ $ 13 Adjust City Monument rim and/or monitoring well rim to grade. 4 EA $ $ 14 Install traffic striping (legends, markings, bike lane, lane line, crosswalks, limit lines, arrows, centerlines, etc) See 5-2.05 1 LS $ $ 15 Install 'Construction Schedule' sign as directed by engineer 4 EA $ $ 16 Install blue reflector 7 EA $ $ 17 Painting of curb (Red, Green and/or Yellow) 1 LS $ $ 18 Post overlay sweeping 1 LS $ $ 19 Implementation of BMP's. See SP -7-8.6 1 LS $ $ Q:\pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction\REVISED SCHEDULE OF BID ITEMS.doc 20 Remove and replace 6" curb and 2' gutter pan at median island on Hillside Court (see plan sheet 6) 280 LF $ $ 21 Remove roots, tree stumps, AC, AB and SAB at median island and roadway section on Hillside Court (as shown on sheet 6) 3,400 SF $ $ 22 Grind 1.5" AC on Hillside Court 9,200 SF $ $ 23 Overlay 1.5" AC on Hillside Court 120 TON $ $ 24 Class A, Class B or Class C top soil. (See Plan Sheet 6 of 6) 100 CY $ $ 25 Construct 4" to 12" thick SAB (min. 90% compaction) at median island and roadway section on Hillsdale Court (as shown on sheet 6) 180 TON $ $ 26 Construct 4" to 12" AB (95% compaction) at median island and roadway section on Hillsdale Court (as shown on sheet 6) 150 TON $ $ 27 Construct 2" to 4" AC adjacent to median island and roadway on Hillsdale Court (as shown on sheet 6) 50 TON $ $ TOTAL BID $ Q:\pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction\REVISED SCHEDULE OF BID ITEMS.doc i• • 2009 Street Reconstruction City of San Mateo Project No. 467774-46000-7703 Project Engineer: Otis Chan Engineer's Estimate: $450,000.00 Bid Opening: June 9, 2009 2:00 p.m. Plans/Specs.:$40.00/$45.00 if mailed Addendums: 2 PLAN HOLDERS LIST G. BORTOLOTTO & CO. 580 Bragato Road San Carlos, CA 94070 650/595-2591 650/595-0718 fax C. F. ARCHIBALD, INC. 3624 Haven Avenue Redwood City, CA 94063 6501364-3045 6501366-8777 fax GRANITE CONSTRUCTION CO. 715 Comstock Street Santa Clara, CA 95054 408-327-7013 408-327-7090 fax GALEDRIGE CONSTRUCTION 1369 #B Moffat Street Alviso, CA 95002 510-889-7302 408-946-7971 fax TOP GRADE CONSTRUCTION 373 Vintage Park Dr. Foster City, CA 94404 650-356-6019 650-356-6039 fax PAVEX CONSTRUCTION /GRANITE ROCK CO. 120 Granite Rock Way San Jose, CA 95136. 408-574-1400 408-365-8349 fax JOS. J. ALBANESE, INC. 986 Walsh Avenue Santa Clara, CA 95050 408-727-5700 408-727-0366 fax O'GRADY PAVING, INC. 2513 Wyandotte St. Mtn. View, CA 94043 650-966-1926 650-966-1946 fax AHI, INC. 2166 Hayes Street, Suite 208 San Francisco, CA 94117 415-422-0881 415-422-0882 fax INTERSTATE GRADING PAVING 128 So. Maple Ave. South San Francisco, CA 94080 650-952-7333 650/952-6851 fax LINEAR OPTIONS, INC. One Kelly Court Menlo Park, CA 94025 650-833-1800 650-833-1819 fax NIELSON 147 Camino Oruga Napa, CA 94558 707-253-8774 707-253-0131 fax HALF MOON BAY GRADING & PAVING 1780 Higgins Canyon Road Half Moon Bay, CA 94019 650-726-3588 650-726-3582 fax NO FAULT ASPHALT 2211 Old Middlefield Way Mt. View, CA 94043 650-324-2944 650-962-1541 fax JJR CONSTRUCTION 1120 Ninth Avenue San Mateo, CA 94402 650/343-6109 650/343-6207 Fax \pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction\PLANHLDR.DOC \st printed 6/3/2009 11:57:00 AM RECORD OF BI DOCUMENTS PROJECT fLE: 2009 STREET RECONSTRUCTION PROJECT #:467774-46000-7703 CREDIT ACCT. #:467774-46000-7703-46210 G/L#: 59-4600-00-5215 CHARGE: $40.00/$45.00 PROJECT MANAG•; Otis Chan, Senior Engineer PHONE #: (650) 522-7305 w BID OPENING: June .,'' 009 - ENGINEER'S ESTIMATE: $450,000.00 DATE FIRM NAME/STREET ADDRESS (please: printlegibly) PHONE CONTACT PERSON NO./FAX NO. AMOUNT CHECK CASH NO. OF SETS ADDENDA /ISSUED V3 _ `mil g� lic; LP • UV Q.536-i � tio � ry r�{�/JJJ�✓L'.. . �. tur k- Ph to --0 -13,—(q00 4 P. to Pcu' L) Ck (4(1625- 1G 625- Fan4s C Ms- Ilk? 5 6 Cr4? /Vie 45- 021..._ 'ke,0.0 ",//1 7/11, r frig) .10 CC. f' 0 0 / V7 er,")-ii,e )* eeer., Ph 7d 7 - X$3 - R77e/ 3 4. 4a -look, CA- ("3-3 R Fax7o 7 _ �` 52" b /2 / 5 6 / ,20 /--- P- 49st ►/ Yea C--,___1(/' `f • - P/N/V c � / 0. i -7^ -e -- ( (78'0 (4---)45);`,,s cy� .eA . Ph O ,1 v 3.sW fr) ax 3 \J 4 5y V ' 0f&O(. AP if 0 �y 1( ©„,( ►��.t A a te• 1 cd W y Ph CP 31i4' 25'y-4' 3 4 V_ V l' q.40q5 Fax (0 b 9(Oq-- //S / "� 5 6 09 7(- 3' 7 /(?—o flj Ph 2 3 (3- (/ o / 3 4 )/V U� Fax �" 5 6 Q:\pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction\PURCHLOG.DOC RECORD OF B13DOCUMENTS PROJECT �'f"I'LE: 2009 STREET RECONSTRUCTION PROJECT #:467774-46000-7703 CREDIT ACCT. #:467774-46000-7703-46210 G/L#: 59-4600-00-5215 CHARGE: $40.00/$45.00 PROJECT MANAGER Otis Chan, Senior Engineer PHONE #: (650) 522-7305 BID OPENING: June 4, 2009 ENGINEER'S ESTIMATE: $450,000.00 DATE FIRM NAME/STREET ADDRESS (please print legibly) CONTACT PERSON PHONE NO./FAX NO. AMOUNT CHECK CASH NO. OF SETS ADDENDA ISSUED CEO&54IGro-AX- - P-0 c-w-ow4e, Qncic LA) Save 3 -ace )CA- cn3cP 3 1 — 03AN��� 1NIc 9 II , Jf C-1-472-4 c4 s% co -co D`C- ra j "Pa.U11 - 2513 v t ao kt- c CI-- • Ll v�.v1ew, () (31110Li3 . rVina-C71 Ph L(6g•_ % [.%•--1(W Fax L0q-t e,s 0-1 Ph /10 1-- 72.7 -S-7JJ Fax % �� ► ?2? _v'�L 4 Ph (050 61. (0(0 (9 2-0 Fax (e, taie --19 Li (0 ri0 0 1W. 00 33Y)_, Alt2VIT" f/ /3q Lf 3 I :1) 3 4 5 6 3 4 5 6 3 4 5 6 MU, Inc.. .216 6 es 5+ .ZOO 5aAFi .moo, Gq ft/if-7 Ph Lf PS .'t/2Z•OZ3�J Fax // . C/2 088 <-7) M • ....1 4s Ph CS% 2'337 5‘1,i1^ 54, 6124 , ,. e) cit- Fhw%J Fax co 5-1, j'2 . 4 ,1122 — ut 1 3 4 5 I 6 3 4 5 6 Q:\pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction\PURCHLOG.DOC RECORD OF BI DOCUMENTS PROJECT 1 fLE: 2009 STREET RECONSTRUCTION PROJECT #:467774-46000-7703 CREDIT ACCT. #:467774-46000-7703-46210 G/L#: 59-4600-00-5215 CHARGE: $40.00/$45.00 PROJECT MANAGER Otis Chan, Senior Engineer PHONE #: (650) 522-7305 BID OPENING: June 4, 2009 ENGINEER'S ESTIMATE: $450,000.00 DATE FIRM NAME/STREET ADDRESS n (please print legibly) CONTACT PERSON PHONE NO./FAX NO. AMOUNT CHECK CASH NO. OF SETS ADDENDA ISSUED r* -a &CD /?c ? - 9‘7`oGy .--6\\ Ph 656 S95 i 1/ Fax 650 595 -0 7 6,6/ 1 3 c?* 5 6 Z/7 Ph 6 S-61 3.0 Fax � Zc(o-�S 777 1710 3 4 5 6 111 1.a . #s ei �� Ph A7,1's0.3 64- s -a° Fax OF qDf - #(6 - 75.(7/ Vo7V r 3 4 5 6 Cf,,1 s` l tar 17? - 7/S C -L sack 7 ,cam G.ri _ q 5 vey moo - Cs� G�� nAzk. ��- ro eds CA W /—� 6a2D Ph C/O ' -1,17 _709D Fax 70/3 Ph 6_5-0 .. 3 _5-- --66/9. Fax / 56._S c‘_ / 7 yv 3 4 5 3 6 4 5 6 Q:\pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction\PURCHLOG.DOC .. BID RESULTS Date of Bid Opening: June 9, 2009 Room/Time: Room B/2:00 p.m. RECEIVED Project Title: 2009 Street Reconstruction isq juti 9 p 2: Project Number: 467774-46000-7033. OFFICE CITY ni FRK: Addenda: 2 CITY SAN MATEO.LCA Engineer's Estimate: $850,000.00 Department: PUBLIC WORKS Person Opening Bids: Otis Chan, Senior Engineer idder/Addres ase lit terna otal Bi an Hat ? oyjr Grc c PaUt�� s jewl 2A, 4cit 1c= Atioco c O' iu f Li so)Li elS. 00 GaleaLri c a C1n si,�v� A -k060 CA clSG09- G-70(4.0(0 t U 4 -Cc, S-0 r-eArck 3. S Carlos I CA- cH 070 rf- f\v'Gvlkboid ,Mr - 3(oLLt Raven, TedwouA C:{y ) CA q Soto Cam no O{UCy . 7? 3(0) 0-7(4,00 3L1Q,U3q.-a6 16i 5-65, OD I() scyG\ra.ct`, Inc . IQ\fk.. \ lea, Ci 9LTog3 4 35 CIO -00 Q:\pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction\RESULTS.DOC BID RESULTS Date of Bid Opening: Room/Time: Project Title: Project Number: Addenda: Engineer 's Estimate: Department: Person Opening Bids: idder/Address June 9, 2009 Room B/2:00 p.m. 2009 Street Reconstruction 467774-46000-7033 2 $850,000.00 PUBLIC WORKS Otis Chan, Senior Engineer asewti GiCACWYJ trD1 WI AO-Q- Sc� C '\ Rwnc 3Cb 1Ck 9(40r) IU3_ - A!bc,i42S ;Inc - ql-CR WM( 1£ 5ar C(c ck 1Ctg3 0 CArcko k€. Gyi15t\ Ltd1 Cam` 1 a - ternat RECEIVED zio4. -q P 2 0,1 OFFICE OF CITY CLERK CITY HALL SAN MATEO, CA 'otal Bi L/ 3.1, q g(. 6°D ) 61a0- u3iyy3.0� an Covys*(t , (0/ 1 ckv- 3-05e I %---13 Q:\pw\PWENGW_CONTRACTS\2009\2009 street reconstruction\RESULTS.DOC " PROPOSAL FORM (Entire proposal to be submitted as sealed bid.) 2009 STREET RECONSTRUCTION CITY PROJECT NO. 467774-46000-7703 TO THE HONORABLE CITY COUNCIL CITY OF SAN MATEO, CALIFORNIA DEAR COUNCIL MEMBERS: az FOR THE TOTAL SUMODD 13/ R (use figures only), computed from the unit and/or lump sum prices shown on the attached schedule of bid items, the undersigned hereby proposes and agrees that if this proposal is accepted he will contract with the City of San Mateo, California, to furnish all labor, materials, tools, equipment, transportation, and all incidental work and services required to complete all items of work shown in the contract documents. -All work shall conform to the lines, grades, and dimensions shown on said drawings and shall be done in accordance with this Contract Book and APWA-AGC Standard Specifications for Public Works Construction, 2009 Edition. The work for which this proposal is submitted is for construction in conformance with the special provisions (including the payment of not less than the State general prevailing wage rates) the project plans described below, including the addenda thereto, theocolnntrConstruction, o �� xed hereto, and also in ti �� 2009 Edition and the Laborce with the Surcharge APWA-AGC Standard Specifications for Public and Equipment Rental rates in effect on the date the work is accomplished. This proposal is also subject to the terms and conditions of the attached LIST OF SUBCONTRACTORS and BIDDER'S STATEMENT. ADDENDA  This proposal is submitted with respect to the changes to the contract included in the addenda number/s 1 , 2 By my signature on this proposal I certify, under penalty of perjury under the laws of State of California and United States of America, that the Non Collusion Affidavit required by Title 23 United States Code, Section 112 and Public Contract Code Section 7106 is true and correct. _The work shall be paid for at the unit and/or lump_sum_pricesshown_on _the attached_ SCHEDULE _.OF_BID _ 1'1'EMS . June q, 2009 Contractor's Signature G. Bortolotto & Co., Inc. Name of Company ( 650 ) 595-2591 Phone Number (650 ) 595-0718 Fax Number Date Q:\pw\PWING\A_CONTRACTS\2009\2009 street reconstruction\Contractdoc 4 05/11/09 " e amount of the bid for comparison purposes will be the total of all Bids are to be submitted for the entire work. The items. The bidder shall set forth for each unit basis item of work a unit price and a total for the item, and for each lump sum item a total for the item, all in clearly legible figures in the respective spaces provided for that purpose. In the case of unit basis items, the amount set forth under the "Item Total" column shall be the product of the unit price bid and the estimated quantity for the item. In case of discrepancy between the unit price and the total set forth for a unit basis item, the unit price shall prevail, except as provided in (a) or (b), as follows: (a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is omitted, or is the same as the amount as the entry in the item total column, then the amount set forth in the item total column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price; (b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one hundred, etc., or one -tenth, or one -hundredth, etc. from the entered total, the discrepancy will be resolved by using the entered unit price or item total, whichever most closely approximates percentagewise the unit price or item total in the City of San Mateo 's Final Estimate of cost. If both the unit price and the item total are unreadable or otherwise unclear, or are omitted, the bid may be deemed irregular. Likewise if the item total for a lump sum item is unreadable or otherwise unclear, or is omitted, the bid may be deemed irregular unless the project being bid has only a single item and a clear, readable total bid is provided. Symbols such as commas and dollar signs will be ignored and have no mathematical significance in establishing any unit price or item total or lump slims. Written unit prices, item totals and lump sums will be interpreted according to the number of digits and, if applicable, decimal placement. Cents symbols also have no significance in establishing any unit price or item total since all figures are assumed to be expressed in dollars and/or decimal fractions of a dollar. Bids on lump sum items shall be item totals only; if any unit price for a lump sum item is included in a bid and it differs from the item total, the items total shall prevail. The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as to cover every omission, inconsistency, error or other irregularity which may occur in a bid. Any situation not specifically provided for will be determined in the discretion of the City of San Mateo, and that discretion will be exercised in the manner deemed by the City of San Mateo to best protect the .public interest in the prompt and economical completion of the work. The decision of the City of San Mateo respecting the amount of a bid, or the existence or treatment of an irregularity in a bid, shall be final. 2 bonds in If this proposal shall be accepted and the undersigned shall fail to enter nto o Cie contract onf San Mate, furnish the8 days, ot the sums required by the State Contract Act, with surety satisfactory City including Saturdays, Sundays and legal holidays, after the bidder has received notice from the City of San Mateo " that the contract has been awarded, the City of San Mateo may, at its option, determine that the bidder has abandoned the contract, and thereupon this proposaloo ands operate and the samacceptance ereof e shall be the. property of the City of all be null and void and the forfeiture of the security accompanying this proposal San Mateo. By my signature on this proposal, as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm, or corporation; that he has carefully examined the location of the proposed work, the annexed proposed form of contract, and the plans therein referred to; and he proposes, f the contract annexed hereto, and agrees if this proposal to provis de nnecessary he will contract with the City of San Mateo, in the form of the copy machinery; tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and tim therein areseIIbtherefoand r the foldlowing prices, g to the as shown on the ents of the Engineer as therein set forth, and that he will take payment Schedule of Bid items. 05/11/09 Q:\pw\PWENG\A CONTRACTS\2009\2009 street reconstruction\Contractdoc 5 " 0 CONTRACT BID ITEMS ITEM NO. 1 2 3 4 5 6 7 REVISED SCHEDULE OF BID ITEMS (To be submitted with Proposal Form) 2009 STREET RECONSTRUCTION CITY PROJECT NO. 467774-46000-7703 DESCRIPTION OF WORK Traffic Control and mobilization at various locations. See SP 6-7, 7-2.2.1 & 7-10.1. 8 9 10A 10B 11 13 14 15 16 17 18 19 Grind 0.1' to 0.15' AC from lip of gutter to lip of gutter Overlay 0.1' to 0.15' AC from lip of gutter to lip of gutter per plan Remove and replace concrete curb and gutter.(<5' wide gutter pan) Remove and replace concrete curb and gutter.(>5' wide gutter pan) Remove and replace concrete residential driveway approach including depressed curb and gutter pan Remove and replace sidewalk Furnishand install interlayer membrane Concrete street (Base failure repair -8" PCC) 6" Aggregate base failure repair (plug on the same day) Base failure repair greater than 8" deep. See SP 301-6 Adjust MH riser ring to grade -=Adjust-water.-valve-rimrand barrel -to -grade Adjust City Monument rim andior monitoring well rim to grade. Install traffic striping (legends, markings, bike lane, lane line, crosswalks, limit lines, arrows, centerlines, etc) See 5-2.05 Install 'Construction Schedule' sign as directed by engineer Install blue reflector Painting of curb (Red, Green and/or Yellow) Post overlay sweeping Implementation of BMP's. See SP -7-8.6 EST. QTY. 1 183,000 2,100 330 180 100 50 1,600 120 50 100 13 12 4. 1 4 7 1 1 1 UNIT LS SF TON LF LF SF SF LF SF TON SY EA E -A EA LS EA EA LS LS LS Q:\pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction\REVISED SCHEDULE OF BID ITEMS.doc UNIT PRICE 0, 055 $ p" 21 $ $ Il $ o � V^ $ 2.35 $ 111 $ 1o,a $ 39 ��� $,3o0 v= 0- $ $ 4 " �� $ $2t2' $ 11mt $ 2�%2' TOTAL COST $ jj'Uxj-* Ltso'�_ $ ,.gt4,338. fa to $ 1I+ o 0 $ I��I��" er $ soo" 1-02- $ CI $ 28 $ 114 "= $ 21 2' $ 111, e $ 212' "=" 20 21 22 Remove and replace 6" curb and 2' gutter pan at median island on Hillside Court (see plan sheet 6) Remove roots, tree stumps, AC, AB and SAB at median island and roadway section on Hillside Court (as shown on sheet 6) Grind 1.5" AC on Hillside Court 23 Overlay 1.5" AC on Hillside Court 24 280 LF $ 3b,t $ [e?ltl�?'v' Class A, Class B or Class C top soil. (See Plan Sheet 6 of 6) Construct 4" to 12" thick SAB (min. 90% compaction) at median island and roadway section on Hillsdale Court (as shown on sheet 6) Construct 4" to 12" AB (95% compaction) at median island and roadway section on Hillsdale Court (as shown on sheet 6) Construct 2" to 4" AC adjacent to median island and roadway on Hillsdale Court (as shown on sheet 6) 25 26 27 3,400 9,200 120 100 180 150 50 SF SF TON CY TON TON TON $3.11 $ Q,21 $ $ 18 $ 23,- $ 23 $ $)o,S14' $ 1g.32.W $ l U, SSA' b- $23oo'G= $ 21-1110•u2- $ 43sc. TOTAL BID Q:\pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction\REVISED SCHEDULE OF BID ITEMS.doc $ 4o, '-t3 " SUBCONTRACTING REQUIREMENTS AND LIST OF SUBCONTRACTORS (To be submitted with Proposal Form) 2009 STREET RECONSTRUCTION CITY PROJECT NO. 467774-46000-7703 Each bidder acknowledges it is aware and familiar with the requirements related to sub letting Subletting subcontracting set forth in Section 2-3 of the APWA-AGC Standard Specifications, and n theand Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code of the State of California. These requirements include a provision that the Contractor shall perform, with its own organization, contract work amounting to at least 50 percent of the contract price. Each bidder in submitting his bid for the doing of the work or improvement shall in hisobid Coro offer, nia, in accordance with the provisions of Section 4104 of the Public Contract Code of the et forth the following: 1. Name and address of the place of business of each or aboutsubcontractor construction ofperform the work orathe or render service to the general contractor i improvement in an amount in excess of one-half (1/2) of one percent (1%) of the .general contractor's total bid or $10,000, whichever is greater. 2. The specific work and dollar amount of work that will be done by each subcontractor. 3. If no portion of the work is to be subcontracted as provided in item 1, insert the word "none" in the space provided and sign below. NAME CL,n/ 0. BO m�n7-- (tart* ADDRESS ju;r 1109 �� SPECIFIC WORK DOLLAR AMOUNT $ 3(1 DOD t $ fr" ) Contractor's ignature 05/11/09 Q:\pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction\Contrect.doc 7 BIDDER'S STATEMENT SHEET 1 OF 3 (To be submitted with Proposal Form) 2009 STREET RECONSTRUCTION CITY PROJECT NO. 467774-46000-7703 The undersigned has carefully read the APWA-AGC Standard Specifications for Public Works Construction, 2009 Edition, and realizes that any variation or deviation from these specifications, requirements and conditions shall be sufficient grounds for rejection of all or any part of the work performed. Such rejected work shall be replaced entirely at the Contractor's expense, and failure to do so within a reasonable length of time shall be sufficient reason for the withholding of payment for any part of or all of the work and forfeiture of the Contractor's bond. The undersigned further certifies that he is licensed by the State of California as a C1assA__ Contractor, that the license is now in force, and that the number is 397341 and the expiration date is 1/31/11 . Further the undersigned certifies that upon request he will provide evidence of said license. Pursuant to Business and Professions Code Section 7028.15 I,Robert Bortol Otto, declare under penalty of perjury that the foregoing and the statements contained in the bid for the above titled prC a e ct o are true and correct and that this declaration is made on this 9th day of June , 2009, at San s California. The undersigned understands he must meet the andd �� � to those of guidelinetion s throughout the -7-2.3, NON- DISCRIMINATION POLICY prior to award of contract duration of the contract. It is understood that the quantities set forth herein are approximate only and are to be used only for the comparison of bids and the guidance of the bidder. If awarded the contract, the undersigned hereby agrees to sign and file a related endorsements attached fors Appendix I, together with. the necessary bonds, certificate(s) of insurance, general and automobile liability insurance, and proof of a San Mateo Business License in the office of the City Clerk within eight (8) days; not including Saturdays, Sundays and legal holidays, after the bidder has received-notice-fromthe City of San Mateo that -the contract has-been awarded- and to commence work within five (5) days of the date specified in the notice to proceed, and to complete the work under said contract within the specified number of working days beginning from the date specified in the notice to proceed. Further, the undersigned agrees to insure that all subcontractors obtain a. San Mateo. Business License in accordance with Section SP -2-13, SAN MATEO BUSINESS LICENSE GUIDELINES. Contractor and all subcontractors also agree to keep the Business License current for the entire term of the contract. If the unit price and the total amount named by a bidder for any item do not agree, it will be assumed that the error was made in computing the total amount and the unit price alone will be considered as representing the bidder's intention. Unit prices bid must not be unbalanced. Q:\pw\PWENG\A_CONPRACTS\2009\2009 street reconstruction\Contract.doc 8 05/11/09 BIDDER'S STATEMENT SHEET 2 OF 3 (To be submitted with Proposal Form) 2009 STREET RECONSTRUCTION CITY PROJECT NO. 467774-46000-7703 The undersigned has checked carefully all the figures listed in the Schedule of Bid Items and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. "Bidder's Bo� ' Bank for Enclosed find bond or certified check or cashier's check no. o e . Not less than ten (10) percent of this bid payable to the City of San Mateo, California, and which is given as a guarantee that the undersigned will enter into the contract if awarded to the undersigned. The undersigned agrees that this bid may not be withdrawn for a period of forty-five (45) days after the date set for the opening thereof. NOTE: IF THE PROPOSAL IS MADE BY AN INDIVIDUAL, HIS NAME AND POST OFFICE THE NAME ADDRESS MUST BE SHOWN. IF THE PROPOSAL IS OF THE FIRM OMADE PARTNERSH MUST BE SHOWN (if AND ADDRESS OF EACH MEMBER more than two members of a firm or partnership, please attach an additional page); OR IF MADE BY A CORPORATION, THE PROPOSAL SHALL SHOW THE NAME OF THE STATE UNDER THE LAWS OF WHICH THE CORPORATION WAS CHSECRETARYAND ANDTHE TREAASURER OF SAID S, TITLES AND BUSINESS ADDRESSES OF THE PRESIDENT, CORPORATION. 05/11/09 Q:\pw\PWENGW_CONTRACTS\2009\2009 street reconstruction\Contractdoc 9 " BIDDER'S STATEMENT SHEET 3 OF 3 (To be submitted with Proposal Form) 2009 STREET RECONSTRUCTION CITY PROJECT NO. 467774-46000-7703 SIGNATURES FOR BIDDER: If INDIVIDUAL, sign below: Signature Date Print name Post Office Address If PARTNERSHIP, sign below (show names of non -signing partners): Signature Name of Partner Post Office Address Signature Name of Partner Post Office Address (if different) Date Date If CORPORATION, sign below (show names of non -signing officers): G. Bortolotto & Co., Inc. a CORPORATION " California Name of State Where Chartered ,A--0-fiZM June 9, 2009 Date ignature Robert Bortol otto Print name of person signing bid President Title List names of the following officers: Robert Bortolotto PRESIDENT Gary Bortolotto SECRETARY Robert Bortolotto TREASURER N/A Post Office Address 582 Bragato Road San Carlos, Ca. 94070-6227 05/11/09 Q:\pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction\Contractdoc 10 " NONCOLLUSION AFFIDAVIT (To be submitted with Proposal Form) 2009 STREET RECONSTRUCTION CITY PROJECT NO. 46777446000-7703 State of California County of San Mateo Robert Bortol Otto , being first duly sworn, deposes and says that he or she is President of G . Rnrtnl ntto & Co Inc. the party making the foregoing bid that the bid is not made in the interest of, or partnership, behalf of, or any undisclosed person, p p, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham lbid, sought t anyoby agrne e shall refrain from bidding; that the bidder has not in any manner, directly or communication, or conference with anyone to fix the bid price, or of that of any other bidder, or to secure contract; that all statements contained in the bid are true; an������rtf or thet the contents thereofer has , or divulgedt, directly r indirectly, submitted his or her bid price or any breakdown partnership, or data relative thereto, or paid, and will not pay, any fee to any corporation, p p, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. SS. Note: The above affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this affidavit. 05/11/09 Q:\pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction\Contract.doc 11 " CERTIFICATION OF N ON -DISCRIMINATION (To be submitted with Proposal Form) 2009 STREET RECONSTRUCTION CITY PROJECT NO. 46777446000-7703 On behalf of the bidder making this proposal, the undersigned certifies that there will be no discrimination in employment with regard to race, color, religion, sex, disability, or national origin; that all federal, state, local directives, and executive orders regarding non-discrimination in employment will be complied with; and -that the principle of equal opportunity in employment will be demonstrated positively and -. aggressively. G. Bortolotto & Co., Inc. B I, DER By: Robert Bortolotto, President (Name and title of person making certification) June 9, 2009 Date 05/11/09 Q:\pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction\Contractdoc 12 CERTIFICATION OF PAYMENT OF PREVAILING WA, SCALE (To be submitted with Proposal Form) 2009 STREET RECONSTRUCTION CITY PROJECT NO. 467774-46000-7703 On behalf of the bidder, the undersigned certifies that the Prevailing Wage Scale, as determined rm nedeby the Director of Industrial Relations of the State of California, in force on the day this bid was prevailill ng wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date. *) after the In cases where the prevailing wage determinations have a single asterisk(remain in effect expiration for the life te which are in effect on the date of advertisement for bids, such determinations** after, the expirationfoh e of the project. Prevailing wage determinations which have double asterisks (**) d employer payments indicate that the basic hourly wage rate, overtime, and hol ypaif workates, is extended past thi date�the be paid for work performed after this date have been predetermined. new rate must be paid and should be incorporated in contracts the Contractor enters into. A copy of the correct determination will be posted at the job site. It isa understoodpy e thatwaitisthei responsibility of the bidder to determine the correct scale. The City it rs or keep ts a the materials in the scale in the City Clerk's office for the convenience of bidders. Any City Clerk's office will not excuse a bidder's failure to complyb with the eed actual or lvscale hen in force. The undersigned understands that weekly certified payrolls must G. Bortolotto & Co., Inc. BIDDER By: Robert Bortolotto, President (Name and title of person making. certification) June 9, 2009 Date Questions shall be addressed to: Department of Labor Relations Division of Labor Statistics and Research Prevailing Wage Unit 45 Fremont Street, Suite 1160 P. O. Box 420603 San Francisco, CA 94142-0603 05/11/09 Q:\pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction\Contract.doc 13 By: • CERTIFICATION OF REQUIREMENT TO PAY WORKER COMPENSATION (To be submitted with Proposal Form) 2009 STREET RECONSTRUCTION CITY PROJECT NO. 46777446000-7703 I am aware of the provisions of Section 3700 of the Labor Code that require in aeveryemployer cewitthe be insured against liability for workers' compensation or to undertake self-insurance provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. G. Bortolotto & Co., Inc. BIDDER Robert Bortolotto, President (Name and title of person making certification) June 9, 2009 Date 05/11/09 Q:\pw\PWENG\A_CONTRACTS\2009\2009 streetceconstruction\Contractdoc 14 Department of Public Works Larry A. Patterson, P. E., Director Mr. Robert Bortolotto G. Bortolotto & Co. 580 Bragato Road San Carlos, CA 94070 August 4, 2009 Re: 2009 Street Reconstruction; City Project No. 467774-46000-7703 Dear Mr. Bortolotto: 330 West 20th Avenue San Mateo, California 94403-1388 Telephone (650) 522-7300 FAX: (650)522-7301 www.cityofsanmateo.org Your signed contract has been received, together with the necessary bond, certificate of insurance, and endorsements. You are, therefore, to proceed with the work. The first working day under this contract shall be August 5, 2009. Please acknowledge receipt of this notice by signing and returning this letter. Sincerely, Susanna Chan, P.E. Deputy Director/City Engineer c: Larry A. Patterson, Director of Public Works Otis Chan, Senior Engineer Chron/File Notice to Proceed was received: Received by: (Date) (Signature) Q:\pw\PWENG\A GeNTRACTS\2009\2009 street reconstruction\NTP.DOC " " Department of Public Works Larry A. Patterson, P. E., Director WHAT: 330 West 20th Avenue San Mateo, California 94403-1388 Telephone (650) 522-7300 FAX: (650)522-7301 www.cityofsanmateo.org CONSTRUCTION NOTICE 2009 STREET RECONSTRUCTION Remove and replace portions of sidewalk, curb, gutter, and a few driveways. Grind and overlay street pavement. WHEN: August 3, 2009 through September 4, 2009 (Weather permitting) Monday through Friday 7:30 a.m. to 4:30 p.m. WHERE: See reverse side of this notice WHO TO CONTACT: Otis Chan at (650) 522-7305 HOW WILL CONSTRUCTION AFFECT YOU: 1. Daytime parking prohibited on these street segments 2. Traffic is subject to detour; please obey the detour signs 3. Expect delay when traveling through these street segments 4. Expect delay when getting into and out of your garage We apologize for any inconvenience this may cause you and thank you for your cooperation. Q:\pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction\Notice.Resident.doc Street Name From To Barneson Avenue Shafter Street Edinburgh Street Crystal Springs Road S.M. Creek/City Limit W. 3rd Avenue Grant Street 9th Avenue 10th Avenue Beverly Street 30th Avenue 31st Avenue Monterey Street Hillsdale Blvd South end Roberta Drive Eisenhower Street Seal Street Dewey Street Roberta Drive Fillmore Avenue Hillside Court 37th Avenue end Q:\pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction \Notice.Resident.doc RE -CONSTRUCTION MEETIN G. Bortolotto & Co. 2009 Street Reconstruction City Project No. 467774-46000-7703 July 23, 2009, 10:00 a.m., Room A Minutes Introductions: Otis Chan made the introductions. Those present from the City of San Mateo were: Otis Chan, Senior Engineer, Homayoun Arisap, Assistant Engineer, and Molly Poland, Secretary. Present from the contractor, G. Bortolotto & Co., was Robert Bortolotto. Present from the Subcontractor, Belmonte Concrete, was Ricardo Belmonte. Present from Ghirardelli Associates, was Project Inspector, Michael Johnson. Present from PG&E was Carol Van Huizen. Present from California Water Company was Mike Utz. Project Overview: The 2009 Street Reconstruction Project will rehabilitate street segments listed in Exhibit B. These streets were previously approved by the City Council, with the exception of Hillside Court and Dewey Street which have been added. The Parks and Recreation Department requested a joint project on Hillside Court for removal of three (3) eucalyptus trees growing in the median island and repair of the median and surrounding pavement which have become damaged. During collection of construction data for Roberta Drive, staff observed that the nearby Dewey Street segment was in similar condition. Therefore rehabilitation of Dewey Street was included in the construction documents for this project Submittals: Ricardo Belmonte will email Robert Bortlotto Submittals and Robert will forward submittals to Homayoun and Otis for review. Survey Needs: Contractor to provide City survey crew with 48 hours advance notice of any survey needs. Traffic Control and Safety: Contractor to submit plan per Caltrans specifications Input from Utilities: Bortlotto is to pothole the gas main on Hillside Court prior to excavation. Stormwater Pollution Control Program: Contractor to submit plan and take all necessary precautions to protect the streets and storm drain inlets from runoff. Special Attention: • Contractor to provide residents with 48 hour notification of any No Parking and driveway closures Certificate of Non -Discrimination: A certificate of Non -Discrimination is required for contractor and all subcontractors performing work on this job Contract, Bonds, and Insurance: Contractor to provide. City Business License: A current City of San Mateo Business License is required for Contractor and all Subcontractors performing work on this job 2009 Street Reconstruction Meeting Minutes July 23, 2009 Page 2 of 2 Progress Payment Procedures: Contractor was emailed progress payment spreadsheet. Weekly Certified Payroll Requirements: Contractor shall submit certified payroll weekly for himself and all subcontractors. Work Schedule: Normal working hours for this project shall be between 8:00 a.m. and 5:00 p.m., Monday through Friday. Contract allows Twenty -Five (25) working days to complete beginning from the date specified in the Notice -to -Proceed. Tentative Start Date: July 29, 2009. Notice to Proceed: Will be issued when all required documentation has been received. Q:\PW\PWENG\A_CONTRACTS\2009\2009 STREET RECONSTRUCTION\MINUTES.DOC PRE -CONSTRUCTION CONFERENCE Thursday, July 23, 2009, 10:00 a.m., Room A PROJECT: 2009 Street Reconstruction DOLLAR AMOUNT: $340,439.00 A WARD DATE: July 13, 2009 CONTRACTOR: G. Bortolotto & Co. ADDRESS: 580 Bragato Road, San Carlos, CA 94070 PHONE: 650/595-2591 PARTICIPANT NAME (please print) NAME (please sign) PHONE # E-MAIL Contractor ''. 3#4c`,( (:);(3 -5%-25 j rte po•,hll : .(Z‘ -e.rk---1.-":&c=-1 0 Cj*•4-0 Chi c% ( C (0 Subcontractor (L1 Cf iLID a Moo -M Gso)3'v a 3 C r0neee Project Inspector hi(C-N .as atec, 1'e#41 oid Cgisi 2. 5-c{— 5-3go mrteDGµrulccuass Project Engineer o 'i s e-loct4 l at -, i 522--;.- 0cka� 6)14 I44 Surveyor PG&E Cax-ol 7P-1' 5 '-1-3'}°d e • c-i AT&T Cal Water ilillri, U%2 i/i% -5-5_ 7g6/ /I ir;e coo.,fae• 64, SBC Astound PARTICIPANT NAME (please print) NAME (please sign).. PHONE #. Others CS An NAo iariA Qt1 Qe_cwok Q:\pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction\SIGN-IN.DOC Department of Public Works Larry A. Patterson, P. E., Director Mr. Robert Bortolotto G. Bortolotto & Co. 580 Bragatto Road San Carlos, CA 94070 July 15, 2009 Re: 2009 Street Reconstruction; City Project No. 467774-46000-7703 Dear Mr. Bortolotto: 330 West 20th Avenue San Mateo, California 94403-1388 Telephone (650) 522-7300 FAX: (650)522-7301 www.cityofsanmateo.org On July 13, 2009 a contract was awarded to G. Bortolotto & Co.. for the above -referenced project in the amount of Three Hundred Forty Thousand Four Hundred Thirty -Nine Dollars and No Cents. The original and duplicate copies of the agreement will be forwarded to you by the City Clerk's Office. Please be advised that no work may commence on this project until the required documents are on file and the notice -to -proceed is issued. The pre -construction conference regarding the above -named project is scheduled for Thursday, July 23, 2009, at 10 a.m. at City Hall, 330 West 20th Avenue, San Mateo, in Conference Room A. The agenda will include the following: (a) Tentative Start Date; (b) Work Schedule; (c) Reduction in Cost or Value Engineering Proposals; (d) Input from Utilities; (e) Contract, Bonds, and .Insurance; (f) Certificate of Non - Discrimination for Subcontractor's (please have the attached form completed by all subcontractors in compliance with SP -7-2.3.3); (g) Certified Payroll Requirements; (h) Progress Payment Procedure. Additionally, all contractors and subcontractors are required to obtain a San Mateo Business License in accordance with the Municipal Code, Chapter 5, section 5.424.090. A copy of the Business License application is enclosed. Our Business License Division can be reached at (650) 522-71 13 if you require assistance in obtaining this license. Please contact me at (650) 522-7305, if you have any questions. Sincerely, ct„-- Otis Chan, P.E. Senior Engineer Enclosure c: Larry A. Patterson, Director of Public Works Susanna Chan, Deputy Director/City Engineer Project Inspector Bob Correa, Public Works Supervisor Ed Vigil, Public Works Supervisor Ray Jackson, Acting Traffic/Street Supervisor File/Chron Q:\pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction \ContractLtr-over$ I 00K.DOC Department of Public Works Larry A. Patterson, P. E., Director July 15, 2009 Mr. Art Page AT&T 3475-B N. First Street, Room 200 San Jose, CA 95134 Re: 2009 Street Reconstruction; City Project No. 467774-46000-7703 Dear Mr. Page: 330 West 20th Avenue San Mateo, California 94403-1388 Telephone (650) 522-7300 FAX: (650) 522-7301 www.cityofsanmateo.org The Public Works Department will be holding a pre -construction conference regarding the above -named project on Thursday, July 23, 2009, at 10 a.m. at City Hall, 330 West 20th Avenue, San Mateo, in Conference Room A. The agenda will include the following: (a) Tentative Start Date; (b) Work Schedule; (c) Reduction in Cost or Value Engineering Proposals; (d) Input from Utilities; (e) Contract, Bonds, and Insurance; (f) Certified Payroll Requirements; (g) Progress Payment Procedure. We would appreciate your attendance to discuss these items as your utility could be affected by this construction. If you or a member of your staff will be unable to attend this meeting, please contact Otis Chan, Senior Engineer at 650-522-7305, so that any pertinent issues can be clarified. Please contact me at 650-522-7305 if you have any questions: Sincerely, Otis Chan, P.E. Senior Engineer OC:gy c: File/Chron Q:1pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction\UTIL-LTR.DOC " " Department of Public Works Larry A. Patterson, P. E., Director Ms. Jennifer Rose California Water Service 341 N. Delaware Street San Mateo, CA 94401 July 15, 2009 Re: 2009 Street Reconstruction; City Project No. 467774-46000-7703 Dear Ms. Rose: 330 West 20th Avenue San Mateo, California 94403-1388 Telephone (650) 522-7300 FAX: (650) 522-7301 www.cityofsanmateo.org The Public Works Department will be holding a pre -construction conference regarding the above -named project on Thursday, July 23, 2009, at 10 a.m. at City Hall, 330 West 20th Avenue, San Mateo, in Conference Room A. The agenda will include the following: (a) Tentative Start Date; (b) Work Schedule; (c) Reduction in Cost or Value Engineering Proposals; (d) Input from Utilities; (e) Contract, Bonds, and Insurance; (f) Certified Payroll Requirements; (g) Progress Payment Procedure. We would appreciate your attendance to discuss these items as your utility could be affected by this construction. If you or a member of your staff will be unable to attend this meeting, please contact Otis Chan, Senior Engineer at 650-522-7305, so that any pertinent issues can be clarified. Please contact me at 650-522-7305 if you have any questions. Sincerely, Otis Chan, P.E. Senior Engineer OC:gy c: File/Chron Q:\pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction\UTIL-LTR.00 Department of Public Works Larry A. Patterson, P. E., Director Ms. Carol Von Huizen Account Executive PG&E - 275 Industrial Road San Carlos, CA 94070 July 15, 2009 Re: 2009 Street Reconstruction; City Project No. 467774-46000-7703 Dear Ms. Von Huizen: 330 West 20th Avenue San Mateo, California 94403-1388 Telephone (650) 522-7300 FAX: (650) 522-7301 www.city6fsanmateo.org The Public Works Department will be holding a pre -construction conference regarding the above -named project on Thursday, July 23, 2009, at 10 a.m. at City Hall, 330 West 20th Avenue, San Mateo, in Conference Room A. The agenda will include the following: (a) Tentative Start Date; (b) Work Schedule; (c) Reduction in Cost or Value Engineering Proposals; (d) Input from. Utilities; (e) Contract, Bonds, and Insurance; (f) Certified Payroll Requirements; (g) Progress Payment Procedure. We would appreciate your attendance to discuss these items as your utility could be affected by this construction. If you or a member of your staff will be unable to attend this meeting, please contact Otis Chan, Senior Engineer at 650-522-7305, so that any pertinent issues can be clarified. Please contact me at 650-522-7305 if you have any questions. Sincerely, Otis Chan, P.E. Senior Engineer OC:gy c: File/Chron Q:\pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction\UTIL-LTR.DOC CITY OF SAN MATEO 330 West 20th Avenue San Mateo, CA 94403 VENDOR: 001015 G BORTOLOTTO & COMPANY 580 BRAGATO RD. SAN CARLOS, CA 94070-0000 FOB Point: Terms: Req. Del. Date: Contact: Special Inst: DESTINATION AP Net Invoice Due in 30 Days 7/24/2009 SHIP TO: Page 1 / 1 PONUMBER` 46-01414 BILL TO: CITY OF SAN MATEO ATTN: PUBLIC WORKS ENGINEERING 330 W. 20TH AVENUE SAN MATEO, CA 94403 REQ NUMBER: 46-000001305 Quantity x x' escrptioriy Perform Contractual Services for the 2009Street Reconstruction Project p Minute Order 127-09. Unit=Rrice''j . Ezt Price'. 340,439.00 1. All claims for labor or material furnished must be filed within 30 days. 2. All packages, cartons or other containers must be plainly marked with the purchase order number. 3. All purchases F.O.B. destination unless otherwise specified on bid or purchase order. 4. The right is reserved to purchase in the open market and to charge the difference to the vendor in the event that deliveries are not made in the time specified in the bid or contract. Terms And Conditions SUBTOTAL 5. Whenever a delivery is rejected the vendor shall be TAX notified and shall be given the reason for the rejection. All rejected deliveries shall be held at the vendors risk and he shall bear the expense of removal. 6. The City of San Mateo will not be responsible for articles furnished officials or employees without a purchase order signed by the authorized purchasing agent. FREIGHT TOTAL 340,439.00 0.00 0.00 340,439.00 Account Niirriber . Pro ect°Number . ez Amounts >. . AccountNumber� < � .. _ ro ectNumber 1 r 'mount �. . . . E 59-4600-00-5281 67774-46000-7703-46: 340,439.00 /1- - -CV -a-- ,. Authorized Signature DEPARTMENT COPY CITY OF SAN MATEO 6665313o 330 W. 20th AVE. SAN MATEO, CA. 94403-1388 (650) 522-7100 VENDOR 6' rtol k- C c;� Sow- 6Q.,.1^'s G(k c14 -c:1 INSTRUCTIONS TO VENDOR SHIP TO: DEPARTMENT: FV4 %" REF. NO. CITY REP & PHONE CTl S c ijI ( J DESCRIPTION OF ITEMS CAPITAL OUTLAY LINE ITEM # ACGbUN1;'1JUMBER 44, VENDOR REP & PHONE 915.--2V11 1ERM5 AN II CON01T10NS DESCRIPTION BILL TO: CITY OF SAN MATEO FINANCE DEPARTMENT 330 W. 20TH AVE. SAN MATEO, CALIF. 94403-1388 PURCHASE ORDER NUMBER MUST APPEAR ON ALL INVOICES. IT IS THE VENDOR'S RESPONSIBILITY TO INVOICE FREIGHT CHARGES. NO ADDITIONAL FREIGHT BILLINGS WILL BE PAID. 1. All claims for labor or malerial furnished must be.liled within 30 days. 2. All -packages, cartons or other containers must be plainly marked with the purchase order number: 3. All purchases F.O.B. destination unless otherwise specified on bld or purchase order. 4. The right is reserved to purchase in the open market and to charge the difference to the vendor in.lhe event that deliveries are not made in the time specified in the bid or contract. • 5. Whenever n ;1oiivery is rejected the vendor shall be notilied and shall be given the reason for the rejection. All rejected deliveries shall be held al the vendors risk and he shall bear the expense of removal. 0. lire city of San Mateo will not be responsible for articles furnished officials or employees without a purchase order signed by the authorized purchasing agent. urNinnp rnr v 1 QUANTITY k UNIT PRICE SUB TOTAL: TAX: FREIGHT: EXT. AMOUNT TOTAL , Y-35 P.O. NO. AMOUNT 34, (f NOT A VALID PURCHASE ORDER UNLESS SIGNED NO. R 86 7 REQUISITION 4 r I.6 (REQUEST, PURCHASE EMERGENCY P.O. CONFIRM P.O. IN ONEIRty1ATION OF i C'MPETITIVE Pp(CI1IG; c.' 4 OTHER v tL( NAME(.(!' �TLk • 7 ADDRESS CITY STATE ZIP TELE. N t QUOTED/BID -4-2s PRICE (INCLUDE TAX & FRT.) E _ ? OTHER NAMF.c A•.. e kOC V% '•�z_ TELE. N 4-6 g Sim QUOTED/BID ,/ PRICE (INCLUDE TAX & FRT.) $ `t -Z) 5‘0--- 4) OTN�R V NpP NAME At4i2yc._ (U1- TELE. N ' 1°S l'- 1333 • �nV(jr 1--'j QUOTED/BID `xf PRICE (INCLUDE TAX & FRT.) S 1 1 EXE61FIION FROM COMPETITIVE ('ItICINB (tXPIAJN) J ORSPECIAL INSTnUCTIONS BUDGETEI ' ES... APPIiOVALB X REQUESTED BY vVv" 7/17 /t.5� DATE % / /A days. 2. All packages, cartons or other containers must be plainly marked with the purchase order number. 3. All purchases F.O.B. destination unless otherwise specified on bid or purchase order. 4. The right is reserved to purchase in the open market and to charge the difference to the vendor in the event that deliveries are not made in the time specified in the bid or contract. . CITY OF SAN MATEO 330 West 20th Avenue San Mateo, CA 94403 VENDOR: 001015 G BORTOLOTTO & COMPANY 580 BRAGATO RD. - SAN CARLOS, CA 94070-0000 FOB Point: Terms: Req. Del. Date: Contact: Special Inst: DESTINATION AP Net Invoice Due in 30 Days • .":DATE 7/24/2009 SHIP TO: Page 1 / 1 TO NUMBER 46-01414 BILL TO: CITY OF SAN MATEO ATTN: PUBLIC WORKS ENGINEERING 330 W. 20TH AVENUE SAN MATEO, CA 94403 REQ NUMBER: 46-000001305 Quantity ,;;'unit -•Description- Unit'Price Ext.Price: THIS IS A REVISED PURCHASE ORDER Perform. Contractual. Services: for;' the ,`' 2009 Street Reconstruction Project per Minute Order 127-09 Change Order #1- Final balancing to settle claims. on contract bid items quanititesl 340;439.00 1,793.13 Terms And Conditions SUBTOTAL 1. All claims for labor or material furnished must be filed within 30 5. Whenever a delivery is rejected the vendor shall be TAX notified and shall be given the reason for the rejection. All rejected deliveries shall be held at the vendors risk and he shall bear the expense of removal. 6. The City of San Mateo will not be responsible for articles furnished officials or employees without a purchase order signed by the authorized purchasing agent. FREIGHT TOTAL 342,232.13 0.00 0.00 342,232.13 .Account Number Project:Nurnber � =Amount,-,,,,., ;- AccountNumber, , "Project°NumbeK; ;Amount E 594600-00-5281 67774-46000-7703-46. 342, 232.13 u horizei Signature DEPARTMENT COPY 1. All claims for labor or material fumished must be filed within 30 days. 2. All packages, cartons or other containers must be plainly marked with the purchase order number. 3. All purchases F.O.B. destination unless otherwise specified on bid or purchase order. 4. The right is reserved to purchase in the open market and to charge the difference to the vendor in the event that deliveries are not made in the time specified in the bid or contract. CITY OF SAN MATEO 330 West 20th Avenue San Mateo, CA 94403 VENDOR: 009999 CONSOLIDATED ENGINEERING LABS 2001 CROW CANYON RD., #100 SAN RAMON, CA 94583-5387 FOB Point: Terms: AP Net Invoice Due in 30 Days Req. Del. Date: Contact: Special Inst: SHIP TO: BILL TO: :.:DATE • 8/11/2009 Page 1 / 1 'NUMBER`': 46-01426 3 / REQ NUMBER: 46-000001319 escriptionj. Perform various material testings for the 2009; Street,Reconst ructioo,Phase' - City Project #467774. :Unit I?%ice " xt.'P0ice - 7,000.00 Terms And Conditions SUBTOTAL 5. Whenever a delivery is rejected the vendor shall be notified and shall be given the reason for the rejection. All rejected deliveries shall be held at the vendors risk and he shall bear the expense of removal. 6. The City of San Mateo will not be responsible for articles furnished officials or employees without a purchase order signed by the authorized purchasing agent. TAX FREIGHT TOTAL 7,000.00 0.00 0.00 7,000.00 AccountNumber Protect Number. -$, Arno t' X AccountNumberil Protect=Number, mount*,-, E 59-4600-00-5281 67774-46000-7703-46: 7,000.00 , /I v /.1. . �` l _ o ,. Authorized Signature DEPARTMENT COPY PURCHASE ORDER REQUISITION CITY OF SAN MATEO NO. NO. 4.6 -ovvoo /3/7 330 W. 20th AVE. SAN MATEO, CA 94403 (650) 522-7111 VENDOR Consolidated Engineering Laboratories 2001;' Crow Canyon Road,; Suite _100 San Ramon, CA, 94583 PARTMENT: CITY REP & PHONE VENDOR REP & PHONE Public Works Dept. Vivian Ma Cal Dickerinan ;- REF. NO. 650) 522-7314 (925) 485-5000 DESCRIPTION OF ITEMS BILL TO: INSTRUCTIONS TO VENDOR CITY OF SAN MATEO PUBLIC WORKS -CITY HALL 330 W. 20TH AVE. SAN MATEO, CALIF. 94403 PURCHASE ORDER NUMBER MUST APPEAR ON ALL INVOICES. IT IS THE VENDOR'S RESPONSIBILITY TO INVOICE FREIGHT CHARGES. NO ADDITIONAL FREIGHT BILLINGS WILL BE PAID. Perform various material testings for the 2009 Street Reconstruction PhaseI City Project #467774 ACCOUNT NUMBER VENDOR NO. DESCRIPTION 2009 Street Reconstruction Phase I TERMS AND CONDITIONS QUANTITY UNIT PRICE SUB TOTAL: TAX: FREIGHT: TOTAL AMOUNT EXT. AMOUNT $7,000.00 TYPE OF REQUEST nPURCHASE EMERGENCY P.O. nCONFIRM P.O. (# CONFIRMATION OF COMPETITIVE PRICING OTHER VENDOR NAME ADDRESS CITY STATE ZIP TELE. # QUOTED/BID PRICE (INCLUDE TAX & FRT.) OTHER VENDOR TELE. # QUOTED/BID PRICE (INCLUDE TAX & FRT.) OTHER VENDOR TELE # QUOTED/BID PRICE (INCLUDE TAX & FRT.) EXEMPTION FROM COMPETITIVE PRICING (EXPLAIN) OR SPECIAL INSTRUCTIONS. Specialized testing fine BUDGETED ® YES ❑ NO NOT A VALID PURCHASE ORDER UNLESS SIGNED APPROVALS 1. All claims for labor or material furnished must be filed within 30 days. 2. All packages, cartons or other containers must be plainly marked with the purchase order number. 3. All purchases F.O. B. destination unless otherwise specified on bid or purchase order. 4. The right is reserved to purchase in the open market and to charge the difference to the vendor in the event that deliveries are not made in the time specified in the bid or contract. 5. Whenever a delivery is rejected the vendor shall be notified and shall be given the reason for the rejection. All rejected deliveries shall be held at the vendors risk and he shall bear the expense of removal. 6. The city of San Mateo will not be responsible for articles furnished officials or employees without a purchase order signed by the authorized purchasing agent. - FINANCE DEPT. APPROVAL DATE DEPARTMENTAL APPROVAL 1. All claims for labor or material fumished must be filed within 30 days. 2. All packages, cartons or other containers must be plainly marked with the purchase order number. 3. All purchases F.O.B. destination unless otherwise specified on bid or purchase order. 4. The right is reserved to purchase in the open market and to charge the difference to the vendor in the event that deliveries are not made in the time specified in the bid or contract. • CITY OF SAN MATEO 330 West 20th Avenue San Mateo, CA 94403 VENDOR: 001058 GHIRARDELLI ASSOCIATES INC. 2375 ZANKER ROAD, SUITE 235 SAN JOSE, CA 95131 FOB Point: DESTINATION Terms: AP Net Invoice Due in 30 Days Req. Del. Date: Contact: Special Inst: 2 00 q 5 ,; ge ph adz r Page 1 / 1 ' 9/2/2009 SHIP TO: BILL TO: SRO:NUMBER 46-01443 REQ NUMBER: 46-000001338 uantity :;, escription Perform construction inspection servicestpe attached AR `Y 24,150.00 Terms And Conditions SUBTOTAL 5. Whenever a delivery is rejected the vendor shall be TAX notified and shall be given the reason for the rejection. Alt rejected deliveries shall be held at the vendors risk and he shall bear the expense of removal. 6. The City of San Mateo will not be responsible for articles furnished officials or employees without a purchase order signed by the authorized purchasing agent. FREIGHT TOTAL 24,150.00 0.00 0.00 24,150.00 Account.;Number - ; ProfecfNumber Amount dAccount Number b ProjectyNumber _ _ °F'Amount E 59-4600-00-4111 67774-46000-7703-46, 24,150.00 Authorized Signature DEPARTMENT COPY 330 W. 20th AVE. SAN MATEO, CA. 94403-1388 (650) 522-7100 VENDOR kkt� ��Sv�, Z3�5 Z OW\ILer 'RA ,5v,; •2.15 S"` ` C's L ; CA ::W SHIP TO: INSTRUCTIONS TO VENDOR DEPARTMENT: REF. NO. CITY REP & PHONE (5 -Ti S 0'1F 522-136 VENDOR REP & PHONE rx.kak1 tOAIVE ' 4.0q, X35_'i5G3 BILL TO: CITY OF SAN MATEO FINANCE DEPARTMENT 330 W. 20TH AVE. SAN MATEO, CALIF. 94403.1388 PURCHASE ORDER NUMBER MUST APPEAR ON ALL INVOICES. IT IS THE VENDOR'S RESPONSIBILITY TO INVOICE FREIGHT CHARGES. NO ADDITIONAL FREIGHT BILLINGS WILL BE PAID. DESCRIPTION OF ITEMS QUANTITY (4.045A vs ru ht s-- CGi/121n'e0( uwir CAPITAL OUTLAY LINE ITEM # ACCOUNT NUMBER —1-10-‘- 46426 Oofb 8 DESCRIPTION UNIT PRICE L'? SUB TOTAL: TAX: FREIGHT: 4,24-, t5-0 EXT. AMOUNT DATE TERMS AND CONDITIONS 1. All claims for labor or material furnished must be tiled within 30 days. 2. All 'packages, cartons or olher containers must be plainly marked with the purchase order number. 3. All purchases F.O.B. destination unless otherwise specified on bid or purchase order. 4. . . The right is reserved to purchase in the open market and to charge the difference 10 the vendor in the event that deliveries . are not made in the time specified In the bid or contract. . 5. ' Whenever a delivery is rejected the vendor shall be notified and shall be given the reason for the rejection. All rejected ± deliveries shall be held al the vendors risk and he shall bear the expense of removal. 6. The city of San Mateo will not be responsible for articles furnished officials or employees without a purchase order signed • by the authorized purchasing agent. VENDOR COPY 1 QUOTED/BID PRICE (INCLUDE TAX & FRT.) $ NOT A VALID PURCHASE ORDER UNLESS SIGNED X FINANCE DEPT_ APPROVAL DATE REQUISITION NO. R 8(749L ;REQ11�S`i': PURCHASE CONFIRM P.O EMERGENCY P.0 (N ) ONPIRkOAT1ON OF OOMETMVE P iICIN O NAME OTHER V p ADDRESS CITY STATE ZIP 0 NAME OTHER uyR�1Rr TELE. 0 OUOTEDIBID PRICE (INCLUDE TAX & FRT.) $ 0 NAME oTHERNFNitOn,' TELE. N OUOTED/BID ICE (INCLUDE TAX & FRT.) $ EMPfl0N F(tOM COMPETITIVE I'RIC()i0 (EXPU J OR SPECIAL It1ETRUCTI01JS;;:...,:,.;; f J51 I BUQGEiP APPROVALS X REQUESTED BY x •. Gn L DATE CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT 330 WEST 20TH AVENUE SAN MATEO, CA 94403 (650) 522-7300 CONTRACT CHANGE ORDER #1 PROJECT: 2009 STREET RECONSTRUCTION City Project No. 467774-46000-7703 TO: G. Bortolotto & Co., Inc. 580 Bragato Road Redwood City, CA 94064 FINAL BALANCING CONTRACT CHANGE ORDER NO. 1 Purchase Order No. 46-01414 Page 1 of 1 January 28, 2010 You are hereby directed to make the herein described changes from the plans and specifications or do the following described work not included in the plans and specifications on your contract. DESCRIPTION OF WORK This final balancing change order is issued to settle claims on contract bid items quantities. The parties herein agree that this final contract adjustment change order resolve all claims and issues. See attached spread sheet for more information. Total cost of change not to exceed: $1,793.13 We, the undersigned contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above. By reason of this proposed change, 3 days extension of time will be allowed. Date Accepted: '21 1 D Contractor: G. Bortolotto & Co., Inc. r&G Title. t--e:-S1 DISTRIBUTION: Purchasing Department, City Clerk, Contractor, Construction Inspector, Project Analyst, Project File STATEMENT OF ACCOUNT Original Contract Price Previous Change Orders Total to date This Change Order Revised Contract Price Date Approved: By: $340,439.00 $0.00 $340,439.00 $1,793.13 $342,232.13 /° ERSON, Director of Public Works NOTE: This change order is not effective until approved by the Director of Public Works. ORIGINAL Q:\pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction\CCO# FBCO-Gold Paper.DOC AQfiIIINISTRATIVE REPO TO THE DEPUTY DIRECTOR OF PUBLIC WORKS TO: Susanna Chan, Deputy Dir. of Public Works DATE: May 22, 2009 SUBMITTED. BY: X4.4 ,. Otis Chan, Senior Engineer (650) 522- 7305 SUBJECT: CONSTRUCTION INSPECTION SERVICES RECOMMENDATION: That the Deputy Director of Public Works approve the Agreement for construction inspection services for various projects, with Ghirardelli Associates Inc., 1970 Broadway, Suite 920, Oakland, CA 94612, in a not -to -exceed amount of $24,150.00. APPROVAL TO ENTER INTO AGREEMENT: Susanna Chan, Dep. Dir. of Public Works SUPPLEMENTAL PURCHASING INFORMATION TYPE OF CONTRACT: Professional Services PROCEDURE USED: Negotiated Contract Number of Quotations: 1 Contract Required Yes ® No ❑ Insurance Required Yes Fl N,o ❑ Bonds Yes ❑ No Prequalification Yes ❑ No Exception: Sole source due to inspection staff shortage. Immediate backfill of the position is necessary to meet on -going construction project need. BACKGROUND: Starting on June 17, 2009, Jai Raj, Junior Engineer for inspection, will be on vacation for four (4) weeks. Jim Vann, construction inspector, has been placed on part-time restrictive work condition due to injury since July 2007. With the 2009 wheelchair ramp construction, Citywide Sidewalk Repair 2009 and the 2009 Street Reconstruction happening concurrently, it is necessary„to immediately backfill• with at least one inspection position with outside -=`experienced personnel t6 provide 'adequate construction oversight. Ghirardelli Associates is currently providing construction supports for the Delaware Street Enhancement Project and the City is satisfied with their performance. Staff contacted them and confirmed that they will have resources available to meet the project need. Based on Ghirardelli Associates, Inc. current performance and their experience with similar projects, staff negotiated a contract with them for providing inspection services for six weeks in a not -to -exceed amount of $24,150.00. ..=-. / tDMINISTRATIVE REPORT TO THIORECTOR OF PUBLIC WORKS EMERGANCY CONSTRUCTION SERVICES May 22, 2009 Page 2 of 2 0 BUDGET IMPACT: This Professional Services contract is budgeted in Project 467774. ENVIRONMENTAL REVIEW: 15301, "Existing Facilities." EXHIBITS: A. Agreement attached the Street Reconstruction This project is categorically exempt under CEQA guidelines Section c: Finance Project Engineer PW Business Administrator Project File Public Works A.R. Binder (under $100,000.00) Q:\pwW WENG\A_AR\2009\chap\EMERGENCYCONTRACT-Ghirardel Ii.DOC EXHIBIT B 2009 Street Reconstruction Proiect Locations Street Name From To Barneson Avenue Shafter Street Edinburgh Street Crystal Springs Road S.M. Creek/City Limit W. 3rd Avenue Grant Street 9th Avenue 10th Avenue Beverly Street 30th Avenue 31St Avenue Monterey Street Hillsdale Blvd South end Roberta Drive Eisenhower Street Seal Street Dewey Street Roberta Drive Fillmore Avenue Hillside Court 37th Avenue end ADMINISTRATIVE REPORT TO: DATE: SUBMITTED BY: SUBJECT: APPROVED BY: HONORABLE MAYOR AND CITY COUNCIL October 2, 2009 Otis Chan, Senior Engineer (650) 522-7305 AGENDA ITEM # Meeting Date: October 19, 2009 Susa a Chan, Dep. Director/City Eng AWARD OF CONTRACT: 2009 STREET RECONSTRUCTION- PHASE II RECOMMENDATION: That the City Council adopt a resolution awarding a contract to G. Bortolotto & Co. Inc., 580 Bragato Road, San Carlos, CA 94070, for the 2009 Street Reconstruction — Phase II, in the amount of $392,243.91. BACKGROUND: California voters passed Proposition 1B (Prop 1B) in 2006 which authorized the State to issue $20 billion in general obligation bonds to fund state and local transportation improvement projects. The City of San Mateo is eligible to receive approximately $3 million of the $2 billion Proposition I B bond that is earmarked for local streets and roads. The original schedule apportioned funds to the City in two installments, in Fiscal Years 2007/2008 and 2009/2010. The City is required to expend the funds within three years after the funds are allocated. As part of the allocation process, the City must submit a list of projects to be funded with bond funds to the Department of Finance (DOF). The first installment ($1.5 million) of the Prop 1B funds was received in mid -2008. The second installment ($1.4 million) of Prop 1B funds was received in June 2009. Prop 1B funds have been used to improve failed streets in the City. Failed streets have a Pavement Condition Index (PCI) less than 30 on a 100 -point scale and usually require major rehabilitation or reconstruction. Failed street repair is typically not included in the City's annual paving program due to funding limitations. The additional bond funds will enable the City to repair some failed streets while maintaining our normal paving program. Two project lists for FY 2007/2008 and FY 2009/2010 respectively were generated using the Pavement Management Program (PMP). Both lists have been approved by the City Council, on November 19, 2007 and January 5, 2009 respectively. The 2009 Street Reconstruction Project — Phase II will rehabilitate street segments listed in Exhibit B. These streets were previously approved by the City Council. The contract language, in addition to normal construction hours (8 a.m. to 5 p.m., Monday to Friday), restricts the contractor from conducting any construction activities or leaving incomplete work from November 20, 2009 through January 10, 2010. This will minimize construction activities impacting shoppers during the holiday season. The 2009 Street Reconstruction Project — Phase II was advertised in September and bids were opened on October 1, 2009. Twelve (12) bids were received and the lowest three bids are listed in Table 1 below. Bids range from $392,243.91 to $508,811.00. The Engineer's Estimate was $500,000.00. Complete bid results are shown in Exhibit A. HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL MEETING DATE: October 19, 2009 Page 2 of 2 Table 1: Bid Results Contractor Bid Amount G. Bortolotto & Co, Inc. $392,243.91 Galedrige Construction $393,769.00 C.F. Archibald, Inc. $398,596.10 Based on their current low bid and previous experience with the City, award of contract to G. Bortolotto & Co. Inc., 580 Bragato Road, San Carlos, CA 94070, in the amount of $392,243.91 is recommended. BUDGET IMPACT: Sufficient funds for this project are budgeted in the Capital Improvement Program in Street Reconstruction Project #467774. ENVIRONMENTAL REVIEW: In accordance with CEQA Guidelines Section 15301, this project is categorically exempt as an `existing facility' because the project is merely restoring the streets to their original conditions. EXHIBITS: Agreement Attached to Resolution A. Bid Summary B. Locations c: City Clerk City Attorney Business Administrator Finance Director Public Works AR Binder Public Works Project File Q:\pw\PWENG\A_AR\2009\chan\2009 Street Reconstruction -Phase ILDOC EXHIBIT A 2009 STREET RECONSTRUCTION - PHASE II CITY PROJECT NO. 467774-46000-7706 BID OPENING: October 1, 2009 BID SUMMARY G BORTOLOTTO & CO. GALEDRIGE CONSTRUCTION, INC. C.F. ARCHIBALD PAVING, INC. h ,ITEM s ;NO < ts ° DESCRIPTION OF WORK w f; f t t S ,'s. ? .<z _ *t,;,' ENGINEER'S EST MATE r f, w,a ..:<.• ;,-. .. ..; ..._BIDDER,#1, ;;' ..,.. ' BIDDER #2,. . ... � .., . `BIDDER #3 - EST. QTY.' UNIj' UNIT PRICE .; k., TOTAL :;; T CAST + U NIT PRICE TOTAL •COST UNIT t .. PRICE r 1' ' .T.OTAL s ; fr i4 l ST CO n fix: '$UNIT` iti? . t . ; PRICE; TOTAL; COST 1 Traffic Control at various locations. See SP 7-10.1 1 LS S5,500.00 55,500.00 $11,111.11, S11,111.11 $4,888.00 $4,888.00 $4,000.00 54,000.00 2 Grind 1.5" AC from lip of gutter to lip of gutter per plan. 112,000 SF 50.28 531,360.00 50.24 526,880.00 50.23 525,760.00 $0.19 521,280.00 3 Wedge Cut 1" AC pavement gutter key and conform (6' Wide Typical) as shown per plan. 4,500 LF S1.80 58,100.00 51.03 S4,635.00 51.25 55,625.00 50.90 54,050.00 4 Overlay 1.5" AC from lip of gutter to lip of gutter per plan. 1,750 TON • 593.00 5162,750.00 S90.08 5157,640.00 588.50 5154,875.00 585.00 $148,750.00 5 18" deep base failure to be repaired with Bi Axial Geogrid and 1.5" base rock (6" AC and 12" Base Rock) 56 SY S54.00 S3,024.00 S56.00 S3,136.00 S70.00 53,920.00 5110.00 56,160.00 6 4" to 6" deep base failure repair to be repaired on the same day. (in two 3" lift). (Aggregate Base Streets) 634 TON S145.00 591,930.00 $103.00 S65,302.00 S99.50 563,083.00 5105.00 566,570.00 7 Remove and replace concrete Type A curb and gutter.(5.6' gutter pan) 470 LF S50.00 S23,500.00 S34.75 516,332.50 $48.00 • 522,560.00 552.00 524,440.00 8 Remove and replace concrete Type B curb and gutter.(6' gutter pan) 450 LF 560.00 S27,000.00 547.00 521,150.00 S48.00 521,600.00 570.00 531,500.00 9 Remove and replace concrete sidewalk • 2,760 SF $12.00 533,120.00 58.08 522,300.80 58.95 524,702.00 58.50 $23,460.00 10 Remove and replace concrete Residential or Commercial Driveway Approach. (Including depressed curb and gutter pan) 980 SF $15.00 514,700.00 S10.80 510,584.00 $9.95 59,751.00 513.00 512,740.00 11 Construct Wheel Chair Ramp as per Caltrans STD. 12 EA $3,000.00 536,000.00 $2,275.00 $27,300.00 S2,500.00 530,000.00 52,500.00 - $30,000.00 12 Construct Asphalt Speed Cushion per plan 3 EA S5,000.00 $15,000.00 51,700.00 55,100.00 51,000.00 S3,000.00 $1,200.00 53,600.00 13 Adjust MH riser ring to grade 18 EA 5350.00 $6,300.00 S301.00 55,418.00 5314.00 $5,652.00 5250.00 $4,500.00 14 Adjust water valve rim and barrel to grade 16 EA $200.00 53,200.00 S180.00 $2,880.00 $168.00 $2,688.00 $120.00 $1,920.00 (1:\pw\PWENG\A_CONTRACTS\'_009\2009 Street Reconstruction Phase 11'\2009 Street Reconstruction - Phase 11 [aid Summary Page 1 .2009 STREET RECONSTRUCTION - PHASE II CITY PROJECT NO. 467774-46000-7706 BID OPENING: October 1, 2009 BID SUMMARY G BORTOLOTTO & CO. GALEDRIGE CONSTRUCTION, INC. C.F. ARCHIBALD PAVING, INC. si p. ,ITEM " NO : � T`. `. . ? : :-,: ..'; ' ,.. DESCRIPTION OF WORK ., .:, -y ,.,.: : ': ' ENGINEER'SaESTIMATE> ': BIDDER #1 ..,.. ,. . -� BIDDER#2;;�: ` ; BIDDER#3 ` ::_�".... ESTs • iii QTY. ^s.. -! , UNIT °',UNI . Tti ,. Y 1 1 ;: "4k R�. SPRICE ,; ' TOTAL T 4 Y : -.. '" , iCOST NI UNIT ._:r `.� :'PRICE TOTAL f - COST. t UNIT } PRICE �, " VTOTAL s'.y tLi-... ; k CAST ', UNIT -.,i PRICE TOTAL COST,.;;, 15 Install 12" wide white thermoplastic stop bar/limit line 1,150 LF $2.50 S2,875.00 $2.65 53,047.50 $2.50 $2,875.00 $3.00 $3,450.00 16 Install 'STOP' thermoplastic pavement legend 32 EA $85.00 $2,720.00 $84.00 S2,688.00 575.00 $2,400.00 880.00 $2,560.00 17 Install 'SLOW' thermoplastic pavement legend 4 EA $85.00 S340.00 S84.00 $336.00 $75.00 8300.00 $80.00 $320.00 18 Install 'AHEAD' thermoplastic pavement legend 2 EA $85.00 S170.00 S110.00 $220.00 590.00 $180.00 $90.00 $180.00 19 Install 'PED XING' thermoplastic pavement legend. 1 SET 5170.00 $170.00 S146.00 S146.00 $135.00 8135.00 $1.10 $1.10 20 Install '25' thermoplastic pavement legend 7 EA 885.00 5595.00 572.00 S504.00 $60.00 S420.00 $60.00 $420.00 21 Install thermoplastic Bike Lane pavement 'SYMBOL' 8 EA 5150.00 51,200.00 542.00 S336.00 840.00 5320.00 $40.00 $320.00 22 Install thermoplastic Bike Lane Arrow 8 EA $85.00 S680.00 526.00 S208.00 $30.00 S240.00 $40.00 $320.00 23 Install detail 4 3,600 LF 52.50 S9,000.00 50.40 51,440.00 80.55 $1,980.00 $0.70 52,520.00 24 Install detail 39 3,600 LF $2.00 57,200.00 S0.45 $1,620.00 50.90 $3,240.00 $0.70 52,520.00 25 Install detail 39A 1,200 LF 52.50 53,000.00 50.45 5540.00 80.50 $600.00 $0.70 8840.00 26 Install blue reflector 25 EA 520.00 8500.00 $10.00 $250.00 $15.00 $375.00 515.00 $375.00 27 Curb Painting (Red, Green,Yellow) 1 LS 52,000.00 $2,000.00 S150.00 8150.00 $2,000.00 $2,000.00 $1,200.00 $1,200.00 28 Post overlay sweeping 1 LS $5,500.00 $5,500.00 5777.00 8777.00 $500.00 $500.00 5500.00 $500.00 29 Implementation of BMP's. See SP -7- 8.6 1 LS S600.00 5600.00 5212.00 $212.00 5100.00 $100.00 5100.00 $100.00 TOTAL $498,034.00 $392,243.91 $393,769.00 $398,596.10 c: Larry Patterson, DPW Susanna Chan, DDPW Otis Chan, Senior Engineer Homayoun Ariasp, Assistant Engineer Bid Summary Binder Project File Q:\pw1PWL'•NG\A_CONIRACTS\2009\2009 Street Reconstruction Phase II\2009 Street Reconstruction - Phase II Bid Summary Page 2 2009 STREET RECONSTRUCTION - PHASE II CITY PROJECT NO. 467774-46000-7706 BID OPENING: October 1, 2009 BID SUMMARY GALLAGHER & BURK, INC. INTERSTATE GRADING & PAVING, INC. O'GRADY PAVING, INC. ITEM N0 ,; it A % DESCRIPTION OF WORK `t x' c' u , ,.£ . .:..:..::.. as,. �z: °' .ENGINEER'S ESTIMATE 3� ":. . ,._' .: , . BIDDER�#_4. `.. ,� ,..,. ... BIDDER #5 ,. . ,. ,.. BIDDER #6. EST QTY.; Ai.N.m UNIT PRICE A TOTAL ,` ,COST ., UNIT ` P:.RICE . . , ;TOTAL ' tr s.CQST,, UNIT PRICE TOTAL COST # UNIT ' PRICE f V TOTAC :;:COST'.';,.,.,: 1 Traffic Control at various locations. See SP 7-10.1 1 LS $5,500.00 $5,500.00 S31,396.00 531,396.00 $16,500.00 $16,500.00 $12,000.00 $12,000.00 2 Grind 1.5" AC from lip.of gutter to lip of gutter per plan. 112,000 SF S0.28 531,360.00 50.15 516,800.00 $0.20 522,400.00 50.23 $25,760.00 3 Wedge Cut 1" AC pavement gutter key and conform (6' Wide Typical) as shown per plan. 4,500 LF $1.80 58,100.00 51.00 54,500.00 52.00 S9,000.00 51.00 54,500.00 4 Overlay 1.5" AC from lip of gutter to lip of gutter per plan. 1,750 TON $93.00 S162,750.00 S80.00 5140,000.00 S88.00 $154,000.00 S85.00 5148,750.00 5 18" deep base failure to be repaired with Bi Axial Geogrid and 1.5" base rock (6" AC and 12" Base Rock) 56 SY 554.00 S3,024.00 $120.00 56,720.00 550.00 52,800.00 5120.00 56,720.00 6 4" to 6" deep base failure repair to be repaired on the same day. (in two 3" lift). (Aggregate Base Streets) 634 TON $145.00 S91,930.00 S104.00 565,936.00 S125.00 $79,250.00 S124.00 $78,616.00 7 Remove and replace concrete Type A curb and gutter.(6' gutter pan) 470 LF 550.00 S23,500.00 542.00 519,740.00 S42.00 519,740.00 $43.00 520,210.00 8 Remove and replace concrete Type 8 curb and gutter.( 6' gutter pan) 450 LF 560.00 527,000.00 S42.00 $18,900.00 $50.00 S22,500.00 $52.00 $23,400.00 9 Remove and replace concrete sidewalk 2,760 SF S12.00 S33,120.00 S8.00 $22,080.00 S7.50 S20,700.00 S7.50 S20,700.00 10 Remove and replace concrete Residential or Commercial Driveway Approach. (Including depressed curb and gutter pan) 980 SF. S15.00 S14,700.00 511.00 S10,780.00 513.00 S12,740.00 512.00 S11,760.00 11 Construct Wheel Chair Ramp as per Caltrans STD. 12 EA 53,000.00 S36,000.00 52,560.00 530,720.00 $2,500.00 S30,000.00 $2,450.00 S29,400.00 12 Construct Asphalt Speed Cushion per plan 3 EA S5,000.00 S15,000.00 51,300.00 $3,900.00 $2,000.00 56,000.00 $2,000.00 $6,000.00 13 Adjust MH riser ring to grade 18 EA S350.00 56,300.00 5605.00 510,890.00 $25.00 5450.00 5350.00 $6,300.00 14 Adjust water valve rim and barrel to grade 16 EA $200.00 S3,200.00 5280.00 54,480.00 S25.00 . 5400.00 5225.00 53,600.00 Q:\pw\PWENG\A_CONTRACTS12009\2009 Street Reconstruction Phase 11\2009 Street Reconstruction - Phase 11 Bid Summary Page 3 2009 STREET RECONSTRUCTION - PHASE II CITY PROJECT NO. 467774-46000-7706 BID OPENING: October 1, 2009 BID SUMMARY GALLAGHER & BURK, INC. INTERSTATE GRADING & PAVING, INC. O'GRADY PAVING, INC. ITEM N 4 DESCRIPTION OF WORK DESO. k 1 t .. ' ENGINEER'S ESTIMATE , . IDDE ,,,..' :` BR #4 .: B i IDDER #5 BIDDER #6 ESTc= QTY:. UNITr UNIT PRICE TOTAL UNIT ,;j COST„ ., , ra3 PRICE ' TOTAL . COST ;. UNIT ?, .,PRICE ;". TOTAL ,. _,` COST;,_. UNIT; PRICE:, TOTAL" :COST;:.'' 15 Install 12" wide white thermoplastic stop bar/limit line 1,1'50 LF 52.50 $2,875.00 $2.60 $2,990.00 52.70 $3,105.00 $2.00 $2,300.00 16 Install 'STOP' thermoplastic pavement legend 32 EA $85.00 S2,720,00 $77.00 52,464.00 $115.00 $3,680.00 580.00 52,560.00 17 Install 'SLOW' thermoplastic pavement legend 4 EA 585.00 $340.00 $77.00 S308.00 090.00 $360.00 580.00 $320.00 18 Install 'AHEAD' thermoplastic pavement legend 2 EA $85.00 5170.00 $93.00 $186.00 $100.00 $200.00 $100.00 $200.00 19 Install'PED XING' thermoplastic = pavement legend 1 SET 5170.00 5170.00 $140.00 $140.00 $185.00 $185.00 $120.00 $120.00 20 Install '25' thermoplastic pavement legend 7 EA $85.00 5595.00 562.00 S434.00 555.00 5385.00 $65.00 5455.00 21 Install thermoplastic Bike Lane pavement 'SYMBOL' 8 EA 5150.00 51,200.00 $41.00 S328.00 $40.00 5320.00 $40.00 $320.00 22 Install thermoplastic Bike Lane Arrow 8 EA 585.00 S680.00 $31.00 S248.00 525.00 S200.00 540.00 $320.00 23 Install detail 4 3,600 LF S2.50 S9,000.00 $0.50 S1,800.00 $0.30 $1,080.00 50.65 $2,340.00 24 Install detail 39 3,600 LF 52.00 S7,200.00 S1.00 S3,600.00 50.30 51,080.00 50.65 $2,340.00 25 Install detail 39A 1,200 LF 52.50 53,000.00 50.50 5600.00 $0.30 $360.00 $0.65 $780.00 26 Install blue reflector 25 EA S20.00 S500.00 510.00 5250.00 50.40 510.00 520.00 S500.00 27 Curb Painting (Red, Green,Yellow) 1 LS 52,000.00 S2,000.00 S1,550.00 S1,550.00 S1,000.00 $1,000.00 5500.00 S500.00 28 Post overlay sweeping 1 LS 55,500.00 55,500.00 S1,000.00 $1,000.00 $1.00 $1.00 $1,000.00 01,000.00 29 Implementation of BMP's. See SP -7- 8.6 1 LS S600.00 $600.00 S2,500.00 S2,500.00 S500.00 5500.00 51,000.00 $1,000.00 TOTAL $498,034.00 $405,240.00 0408,946.00 $412,771.00 2500 c: Larry Patterson, DPW Susanna Chan, DDPW Otis Chan, Senior Engineer Homayoun Ariasp, Assistant Engineer Bid Summary Binder Project File Q:\p v'PWENG\A_CON'IRACTS\2009\2009 Street Reconstruction Phase 11\2009 Street Reconstruction - Phase 11 Bid Sununary Page 4 2009 STREET RECONSTRUCTION - PHASE 11 CITY PROJECT NO. 467774-46000-7706 - BID OPENING: October 1, 2009 61D SUMMARY GRANITE CONSTRUCTION CO. • HALF MOON BAY GRADING & PAVING PAVEX CONSTRUCTION ITEM DESCRIPTION OF WORK i ' ENGINEER'S EST rixtmtvl, BIDDER #7 BIDDER #8 BIDDER #9 EST'''' TOTAL QTY:' • UNIT' f ' `PRICE ` , COST UNIT , PRICE TOT: ,)1,&r. ;.COST. UNIT:"' PRICE TOTAL 7- 'x COST; UNIT ' . ; PRICE ;; T TOTAL COST::: 1 Traffic Control at various locations. See SP 7-10.1 1 LS 55,500.00 S5,500.00 S4,500.00 54,500.00 519,640.00 519,640.00 - 52,000.00 52,000.00 2 Grind 1.5" AC from lip of gutter to lip of gutter per plan. 112,000 SF 50.28 531,360.00 50.25 S28,000.00 50.25 S28,000.00 50.18 520,160.00 3 Wedge Cut 1" AC pavement gutter key and conform (6' Wide Typical) as shown per plan. 4,500 LF 51.80 S8,100.00 S2.40 S10,800.00 51.03 S4,635.00 51.20 55,400.00 4 Overlay 1.5" AC from lip of gutter to lip of gutter per plan. 1,750 TON 593.00 S162,750.00 S98.00 5171,500.00 S89.15 5156,012.50 S88.24 S154,420.00 5 ' 18" deep base failure to be repaired with Bi Axial Geogrid and 1.5" base rock (6" AC and 12" Base Rock) 56 SY 554.00 S3,024.00 538.00 52,128.00 575.25 54,214.00 5145.00 58,120.00 6 4" to 6" deep base failure repair to be repaired on the same day. (in two 3" lift). (Aggregate Base Streets) 634 TON S145.00 S91,930.00 5120.00 576,080.00 5119.24 S75,598.16 5116.00 S73,544.00 7 Remove and replace concrete Type A curb and gutter.(<6' gutter pan) 470 LF 550.00 S23,500.00 S40.00 518,800.00 541.00 S19,270.00 S51.60 524,252.00 8 Remove and replace concrete Type B curb and gutter.(<6' gutter pan) 450 LF 560.00 527,000.00 S40.00 S18,000.00 550.00 522,500.00 570.00 531,500.00 9 Remove and replace concrete sidewalk 2,760 SF S12.00 533,120.00 S8.00 S22,080.00 S7.35 520,286.00 58.30 S22,908.00 10 Remove and replace concrete Residential or Commercial Driveway Approach. (Including depressed curb and gutter pan) 980 SF 515.00 S14,700.00 59.00 58,820.00 511.75 511,515.00 513.10 $12,838.00 11 Construct Wheel Chair Ramp as per Caltrans STD. 12 EA 53,000.00 S36,000.00 52,500.00 S30,000.00 52,450.00 529,400.00 52,527.00 530,324.00 12 Construct Asphalt Speed Cushion per plan 3 EA 55,000.00 515,000.00 S400.00 S1,200.00 5830.67 52,492.01 52,728.00 58,184.00 13 Adjust MH riser ring to grade 18 EA 5350.00 56,300.00 5350.00 56,300.00 5268.00 S4,824.00 S565.00 510,170.00 14 Adjust water valve rim and barrel to grade 16 EA 5200.00 53,200.00 5300.00 54,800.00 5168.00 S2,688.00 5245.00 53,920.00 Q:\pw\PWENG\A_CONTRACTS\2009\2009 Street Reconstruction Phase 11\2009 Street Reconstruction - Phase 11 Bid Suvunap• Page 5 2009 STREET RECONSTRUCTION - PHASE II CITY PROJECT NO. 467774-46000-7706 BID OPENING: October 1, 2009 BID SUMMARY GRANITE CONSTRUCTION CO. HALF MOON BAY GRADING & PAVING PAVER CONSTRUCTION ,'ITEM cNO. s ; " DESCRIPTION OF;WORK {' f ': ; . r. ENGINEER'.S ESTIMATE BIDDER'#7 .-BIDDER #8 B I <:BIDDER #90 �, EST: QTY: >'. `UNIT UNIT , . . � PRICE :. TOTAL COST .: : UNIT PRICE, TOTAL! .; ,- _, COST :; UNIT: : .: PRICE TOTAL COST• UNIT':: i. PRICE.' 'TOTAL.`-'' -COST, 15 Install 12" wide white thermoplastic stop bar/limit line 1,150 LF 52.50 S2,875.00 52.60 S2,990.00 52.75 $3,162.50 52.60 52,990.00 16 Install 'STOP' thermoplastic pavement legend 32 EA S85.00 S2,720.00 S113.00 53,616.00 575.00 $2,400.00 5113.00 53,616.00 17 Install 'SLOW' thermoplastic pavement legend 4 EA 585.00 S340.00 $85.00 S340.00 5375.00 51,500.00 587.00 5348.00 18 Install 'AHEAD' thermoplastic pavement legend 2 EA S85.00 S170.00 . S95.00 5190.00 S90.00 5180.00 598.00 S196.00 19 Install 'PED XING' thermoplastic pavement legend 1 SET S170.00 S170.00 S760.00 S760.00 5110.00 S110.00 S179.00 S179.00 20 Install '25' thermoplastic pavement legend 7 EA S85.00 S595.00 550.00 S350.00 S60.00 S420.00 S53.00 5371.00 21 Install thermoplastic Bike Lane pavement 'SYMBOL' 8 EA S150.00 S1,200.00 540.00 S320.00 S35.00 S280.00 S40.00 5320.00 22 Install thermoplastic Bike Lane Arrow 8 EA S85.00 S680.00 S24.00 5192.00 535.00 $280.00 S24.00 5192.00 23 Install detail 4 3,600 LF $2.50 $9,000.00 50.30 S1,080.00 50.60 52,160.00 50.30 51,080.00 24 Install detail 39 3,600 LF S2.00 57,200.00 50.30 51,080.00 S0.60 52,160.00 50.30 51,080.00 25 Install detail 39A 1,200 LF 52.50 53,000.00 50.30 5360.00 50.60 S720.00 50.30. 5360.00 26 Install blue reflector 25 EA S20.00 S500.00 54.00 S100.00 S15.00 S375.00 54.00 5100.00 27 Curb Painting (Red, Green,Yellow) 1 LS S2,000.00 52,000.00 S1,000.00 51,000.00 51,145.00 51,145.00 S500.00 S500.00 28 Post overlay sweeping 1 LS 55,500.00 S5,500.00 5500.00 5500.00 S2,160.00 52,160.00 $4,500.00 S4,500.00 29 Implementation of BMP's. See SP -7- 8.6 1 LS 5600.00 S600.00 S100.00 5100.00 S1,000.00 51,000.00 52,000.00 52,000.00 TOTAL . $498,034.00 $415,986.00 $419,127.17 $425,572.00 Larry Patterson, DPW Susanna Chan, DDPW Otis Chan, Senior Engineer Homayoun Ariasp, Assistant Engineer Bid Summary Binder Project File Q:\pw\PWENG\A_CONTRACTS12.009\2009 Street Reconstruction Phase IIL009 Street Reconstruction - Phase 11 Bid Summary Page 6 2009 STREET RECONSTRUCTION - PHASE II CITY PROJECT NO. 467774-46000-7706 BID OPENING: October 1, 2009 BID SUMMARY MS CONSTRUCTION GUERRA REDGWICK CONSTRUCTION CO. ITEM a: NO` DESCRIPTION OF,WORK " is i , -;' r`,l. r ,a, , , j' ENGINEER'S EST ,MATE ° '' BIDDER#10 BIDDER#11 B IDDER #12 EST. .QTY` UNIT: :UNIT PRICE TOTAL{ F)., a .. COST _. ;;< UNIT, Ft �'i! -.PRICE TOTAL'„ .: :)'y 1 : COST ;; UNIT: E PRIC4 TOTAL ..COST. ... ... :' ; UN IT 3- , PRICE;'; tf TOTAL i :<. COST;::: , ::: 1 Traffic Control at various locations. See SP 7-10.1 - 1 LS 55,500.00 S5,500.00 S14,000.00 $14,000.00 S10,000.00 S10,000.00 $21,300.00 $21,300.00 2 Grind 1.5" AC from lip of gutter to lip of gutter per plan. 112,000 SF 50.28 531,360.00 50.63 S70,560.00 $0.90 5100,800.00 $0.25 528,000.00 3 Wedge Cut 1" AC pavement gutter key and conform (6' Wide Typical) as shown per plan. 4,500 LF 51.80 S8,100.00 53.00 $13,500.00 $5.80 $26,100.00 51.80 S8,100.00 4 Overlay 1.5" AC from lip of gutter to lip of gutter per plan. 1,750 TON 593.00 S162,750.00 599.00 S173,250.00 S105.00 $183,750.00 5107.00 $187,250.00 5 18" deep base failure to be repaired with Bi Axial Geogrid and 1.5" base rock (6" AC and 12" Base Rock) 56 SY S54.00 S3,024.00 5215.00 512,040.00 549.00 $2,744.00 5174.00 59,744.00 6 4" to 6" deep base failure repair to be repaired on the same day. (in two 3" lift). (Aggregate Base Streets) 634 TON 5145.00 S91,930.00 _ S117.00 S74,178.00 S43.50 S27,579.00 5162.00 5102,708.00 7 Remove and replace concrete Type A curb and gutter.( 6' gutter pan) 470 LF 550.00 S23,500.00 S41.00 S19,270.00 S37.00 517,390.00 555.00 525,850.00 8 Remove and replace concrete Type B curb and gutter.(.6' gutter pan) 450 LF 560.00 527,000.00 541.00 518,450.00 S41.00 518,450.00 $52.00 $23,400.00 9 Remove and replace concrete sidewalk 2,760 SF 512.00 533,120.00 S10.00 S27,600.00 S10.00 S27,600.00 59.80 $27,048.00 10 Remove and replace concrete Residential or Commercial Driveway Approach. (Including depressed curb and gutter pan) 980 SF $15.00 514,700.00 511.00 - , S10,780.00 S12.00 S11,760.00 511.00 $10,780.00 11 Construct Wheel Chair Ramp as per Caltrans STD. 12 EA 53,000.00 S36,000.00 $2,500.00 530,000.00 S1,850.00 S22,200.00 52,800.00 $33,600.00 12 Construct Asphalt Speed Cushion per plan 3 EA $5,000.00 S15,000.00 S2,500.00 57,500.00 S1,500.00 S4,500.00 $2,000.00 56,000.00 13 Adjust MH riser ring to grade 18 EA S350.00 56,300.00 5565.00 S10,170.00 S1,030.00 518,540.00 5150.00 $2,700.00 14 Adjust water valve rim and barrel to grade 16 EA $200.00 S3,200.00 5245.00 S3,920.00 5100.00 S1,600.00 5150.00 $2,400.00 Page 7 Q:\pw1PWENG\A_CONTRACTS\2009\2009 Street Reconstruction Phase 1112009 Street Reconstruction - Phase 11 Bid Sununary 2009 STREET RECONSTRUCTION - PHASE II CITY PROJECT NO. 467774-46000-7706 BID OPENING: October 1, 2009 BID SUMMARY MS CONSTRUCTION GUERRA REDGWICK CONSTRUCTION CO. " ITE11/F N0 SCRIPTION OF -WORK t ENGINEER'S ESTIMATE _ BIDDER #10 BIDDER'#11 BIDDER!#12 TOTAL' COST'' .. EST: QTY: 1, '. ,UNIT '' UNIT, PRICE TOTAL COST UNIT,, PRICE TOTAL COST UNIT PRICE` ;'TOTAL ; f„ COST;; UNIT PRICE; 15 Install 12" wide white thermoplastic stop bar/limit line 1,150 LF S2.50 52,875.00 52.75 53,162.50 53.15 53,622.50 54.00 54,600.00 16 Install 'STOP' thermoplastic pavement legend 32 EA 585.00 S2,720.00 S75.00 52,400.00 5101.00 53,232.00 386.00 52,752.00 17 Install 'SLOW' thermoplastic pavement legend 4 EA 585.00 , 5340.00 575.00 5300.00 5186.00 5744.00 596.00 S384.00 18 Install 'AHEAD' thermoplastic pavement legend 2 EA 585.00 3170.00 S90.00 S180.00 $311.00 5622.00 3130.00 5260.00 19 Install 'PED XING' thermoplastic pavement legend 1 SET S170.00 S170.00 S110.00 S110.00 S543.00 S543.00 $165.00 5165.00 20 Install '25' thermoplastic pavement legend 7 EA $85.00 5595.00 S60.00 S420.00 5132.00 5924.00 575.00 $525.00 21 Install thermoplastic Bike Lane pavement 'SYMBOL' 8 EA S150.00 S1,200.00 S35.00 5280.00 S93.00 5744.00 S30.00 S240.00 22 Install thermoplastic Bike Lane Arrow 8 EA 585.00 5680.00 S35.00 S280.00 S76.00 5608.00 S30.00 5240.00 23 Install detail 4 3,600 LF . 32.50 S9,000.00 50.60 S2,160.00 30.50 31,800.00 50.80 S2,880.00 24 Install detail 39 3,600 LF S2.00 S7,200.00 S0.60 S2,160.00 50.60 52,160.00 50.90 S3,240.00 25 Install detail 39A 1,200 LF 52.50 S3,000.00 S0.60 S720.00 50.80 5960.00 50.85 S1,020.00 • 26 Install blue reflector 25 EA S20.00 5500.00 S15.00 S375.00 S26.00 3650.00 55.00 5125.00 27 Curb Painting (Red, Green,Yellow) 1 LS S2,000.00 S2,000.00 S1,145.00 S1,145.00 5706.00 5706.00 51,000.00 S1,000.00 28 Post overlay sweeping 1 LS S5,500.00 55,500.00 S1,000.00 51,000.00 S3,500.00 53,500.00 52,000.00 52,000.00 29 Implementation of BMP's. See SP -7- 8.6 1 LS 5600.00 5600.00 S1,500.00 S1,500.00 S5,600.00 35,600.00 5500.00 5500.00 TOTAL $498,034.00 5501,410.50 5499,428.50 $508,811.00 c: Larry Patterson, DPW Susanna Chan, DDPW Otis Chan, Senior Engineer Homayoun Ariasp, Assistant Engineer Bid Summary Binder Project File Q:\ptvU'WENGV\_CONTRACTS \200912009 Street Reconstruction Phase 11\2009 Street Reconstruction - Phase 11 Bid Summary Page 8 EXHIBIT B 2009 Street Reconstruction Proiect — Phase II Locations Street Name From To S Claremont Street l0`'' Avenue 16`x' Avenue Colegrove Street 36th Avenue 4151 Avenue Edinburgh Street Aragon Blvd Avila Road