Loading...
HomeMy Public PortalAbout2009 Street Reconstruction - Phase 240C 2tCnc7t8` VC J C ? DAILY JOURNAL CORPO ATION rEGAL ADVERTISING 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 INVOICE Invoice Number B1684123 Date 9/10/2009 Customer Account Number 1124130917 Customer Payment Reference 467774-46000-7706 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 B1684123 2009 STREET RECONSTRUCTION - PHASE II BID NOTICE INVITING BIDS 24341 EXAMINER - CONTRACT CITY OF SAN MATEO 09/06,09/10/2009 LEGAL SECTION 1 COL WIDE, 6 PT. MIN. TYPE MIN. LINES NEEDED $ 10.00' 19.70 Inches * 2 Inserts 394.00 394.00 PLEASE PROCESS FOR PAYMENT IMMEDIATELY. DUE UPON RECEIPT. Please make check payable to: Daily Journal Corporation Total: Payment: Please Pay: 394.00 0.00 394.00 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 9/10/2009 Invoice Number B1684123 Customer Number 1124130917 II I * A I II 0 II II 0 0 II 0 III 0 III 1 II 332099* I I II I I II Government Advertising - Division 1124 Please Pay 394.00 DAILY JOURNAL CORPORATION CALIFORNIA NEWSPAPER SERVICE BUREAU ATTN: ACCOUNTS RECEIVABLE PO BOX 54026 LOS ANGELES, CA 90054-0026 MOLLY POLAND SAN MATEO CITY / PUBLIC WORKS 330 W 20TH ST SAN MATEO, CA 94403 USA AdTech Advertising System Page 1 of 3 New Order Your Order is sent. Customer Information Customer Name SAN MATEO CITY / PUBLIC WORKS Address 330 W. 20TH AVE City SAN. MATEO State - Zip CA - 94403 Product Information Legal Order Information GOVERNMENT - NOTICE INVITING BIDS Attention Name Molly Poland Ad Description Special Instructions Orders Created ONdoer Newspaper Name Publishing Dates Ad Price Ad Status 1684123 EXAMINER - CONTRACT CITY OF SAN MATEO, CA 09/06/2009,09/10/2009 Depth : 19.70" Lines : 242 $394.00 Sent Order No. Newspaper View 1684123 EXAMINER - CONTRACT CITY OF SAN MATEO View Ad In PDF NOTICE INVITING SEALED PROPOSALS 2009 STREET RECONSTRUCTION PHASE II CITY PROJECT NO. 467774-46000-7706 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 Phase II as shown on the Contract Drawings No. 3-19-34 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, 94403. A non-refundable fee of $35.00 per set is required if picked up or $40.00 for each set if mailed. Any questions regarding the contract documents should be directed to Homayoun Ariasp, Assistant Engineer, at 650- 522-7332 or in writing at the above address. 3. The estimated construction cost of this project is $500,000.00.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 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 (20) working days, beginning from the date 2009 Street Reconstruction - Phase II a Master Id 64336 Phone 6500000000 Fax Billing Reference 467774 - No. 46000-7706 • Sale/Hrg/Bid Date 10/01/2009 Please Advertise Sunday, September 6, 2009 and Thursday, September 10, 2009 http://adtech.dailyjournal.com/dj/ace/customer/NewOrder/NewOrder_Verify_Order.cfm?sid... 9/2/2009 AdTech Advertising System • Page 2 of 3 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, 330West 20th Avenue, San Mateo, California 94403, at or before 2:00 p.m., October 1, 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 2, 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: September 6, 2009 /S/ BRANDT GROTTE, MAYOR http://adtech.dailyjournal.com/dj/ace/customer/NewOrder/NewOrderVerify_ Order.cfm?sid... 9/2/2009 3 • 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, 330West 20th Avenue, San Mateo, California 94403, at or before 2:00 p.m., October 1, 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 2, 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: September 6, 2009 /S/ BRANDT GROTTE, MAYOR 9/6, 9/10/09 SPEN-1 6841236 EXAMINER - SAN MATEO Department of Public Works Larry A. Patterson, P. E., Director September 25, 2009 ADDENDUM NO.1 2009 STREET RECONSTRUCTION — PHASE II CITY PROJECT NO. 467774-46000-7706 330 West 20th Avenue San Mateo, California 94403-1388 Telephone (650) 522-7300 FAX: (650)522-7301 www.cityofsanmateo.org Addendum No. 1 is issued to the above -referenced Contract Book, which is scheduled for bid opening on October 1, 2009 at 2:00 p.m. The following change has been made: BID DATE: No Change. CONTRACT BOOK: On page 23; the following paragraph shall be added to SP -6-7 Time of Completion. No construction activities and no incomplete work shall be allowed from November 20, 2009 through January 10, 2010. All streets and sidewalks, curbs, gutters, and driveways must be open to normal pedestrian and vehicular traffic during this holiday season. No construction equipment and/or materials including barricades with/without parking restriction signs shall be stored in city right of ways during this restricted time. PLANS: No Change. 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 — PHASE II CITY PROJECT NO. 467774-46000-7706 ACKNOWLEDGEMENT I have received Addendum No. 1 to the Contract Book titled, "2009 Street Reconstruction — Phase II, City Project No. 467774-46000-7706". 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) Q:\pw\PWENG\A_CONTRACTS\2009\2009 Street Reconstruction Phase II\ADDENDUMNo.I.DOC 10/01/2009 13:19 G BORTOLOTTO 4 5227301 NO.055 D01 { .H, .{,. • ADDENDUM NO.1 2309 STREET RECONSTRUCTION -•• PHASE !1 CITY 'PROJECT NO. 467774-46000-7'76''+t; ,_t't<.NOWLFD{, M1 Nis ! have, %•oei,,!'c1 Aci(lendunr N. 1 w the Contract Nook tiara., "2001) Stmt ecorE:;tructich Maw. 11, City F'ryjact No, 467771-4600(1 770;+' I hay,.; read and ,!ie itif.-..;t, 2tinn stated n•{ t.ne ,.idf:iendurn.. ,,Qctober • P ddt's Nii dc:rS Mom (1)(t1'.tt'{{ G. liortolotto & Co., Inc. Narie of Company t'uhli!: 1)'ork.s Departrnf.ftt Attn: Support Staff 33!J w•c'st 20' Avenue S.tri i�::31C0 CA l�tt4ll ((01.7,0} :2.2-73(11 C,, ' 11 .1 .En„f'1i !'t .1 l�:\ r � 7�. i . , l \'..i.JG•�..{u;l�� ��. .Ct E�,{4a)eC) J;Gi:n 1�1�l:C lE , .Yjt: Nt)1.'\•1N{:.i .,. JECT TITLE: 2009 Street Reconstruction — Phase II RECORD OF •DOCUMENTS WOK PROJECT #:467774-46000-7706 CREDIT ACCT. #:467774-46000-7706-46205 G/L#: 59-4600-00-5215 CHARGE:$35.00/$40.00 PROJECT MANAGER Homayoun Ariasp PHONE #: (650) 522-7332 BID OPENING: October 1, 2009 ENGINEERS ESTIMATE: $500,000.00 DATE FIRM NAME/STREET ADDRESS (please print legibly) CONTACT PERSON PHONE NO./FAX NO. ,AMOUNT CHECK CASH NO. OF SETS ADDENDA ISSUED 01/ 0 G<$ r 4"C,) '.., s.J qA Ph o y e_)_.5 33. 3 4 Ste./ artos CA 940'70 0 Fax O S (J - 071i? 5 6 S , J i' L/c " g/ Cx,exiO , ( C 2 Z 174 C(;14 1( .k //V Ph R F-) 5-0 J 6300 3 4 61,e/ruiL.: C l5 -q/_6 Fax 5,3Q (� ] (/. V7 / T / 5 6 62' , ' J �� . / 1 2 �(Sb EAhJf {, S� (' Ph (10 7112 - t -7'2-7 3 4 I e.I,%A/-g-, 1`-/ 9 0 Faxcl D 7.,„....._( 7 `%.--- 5 6 6/ ;M Cam(+ C051-J2C '77 YS— ( C. 2 5i.r.LL t 2.-43 $ (1 .7k4 Ph zs w p 4i, -e 3 4 -,/ i 5ucA(e I 7_1' mu -rt.-S ;,„1 C ... =- -- Cc 1 2 j C0:60f Bc`,._ Ph 5-0 • �� - � (pV 3 4 � C1/tu,ilvf / (v J /l Fax / 2_,' 6 c (- 5 6 .Q:\pw\PWENG\A CONTRACTS\2009\2009. Street Reconstruction Phase II\PURCHLOG.DOC RECORD OF IMK.DOCUMENTS PROJECT TITLE: 2009 Street Reconstruction - Phase II PROJECT #:467774-46000-7706 CREDIT ACCT. #:467774-46000-7706-46205 G/L#: 59-4600-00-5215 CHARGE:$35.00/$40.00 PROJECT MANAGER Homayoun Ariasp PHONE #: (650) 522-7332 BID OPENING: October 1, 2009 ENGINEER'S ESTIMATE: $500,000.00 DATE FIRM NAME/STREET ADDRESS (please print legibly) CONTACT PERSON PHONE NO./FAX NO. AMOUNT. CHECK CASH NO. OF SETS ADDENDA ISSUED lit CF Act, ,[d I/C C:a-4-G1 e&Crd 40 - D O 7 W f I 0 2 3 ( �14 ‘1-akm. asp Ph CAM 36LP - oLic— 3 4 Y,AKIQ ) CA- ci "G0 VGc-1 Fax / ., CT_ .- (‘Q___ q'-77 7 5 6 /// L/fierej) fgf101YS /r�/7 ciee/" 3 s v / 2 / /fie/l7 earzG Ph 6,5�' D 33• /3'0O 3 4 ��vn� L/ �/f !/ R6,7 . 0 4 / c 9 7 0,23_ �7� 7 f7 C� Fax ip.S V . y33 - /Q � / 5 6 R V6Com/oo y /�e/� &; 3 4 /( e- tx.)00 (/ (.,t iii, 4/663 Fax (p JV • �lo tC • 7/3 / 5 6 Oil re,, -3 ('0 1 L3, C.-01 3S' scso2-Y / d 2 / 1 OL/ I�- //- Ph( 7) - taS 3 4 Her1...�. lito7 � '../ C11 / 7 1 � `-von.- ��i(� L ((JI Fax%, �% o... v.( ,. 7, 2.'. Viw �/�L' v 5 6 %2- 60Berra, etshwc i)n C,�� Cre> cL Lv/6/ ' 3S vox- / 6 2 3(/5-Commeruc-C% St Ph 7Og- ,2 79- 0a7 3 4 c5a4 Jane , a ,S7/ Z Fax e 07.. 7T-, 20VV 5 6 Q:\ow\PWENG\A_CONTRACTS\2009\2009 Street Reconstruction Phase II\PURCHLOG.DOC RECORD OF B )OCUMENTS II my PROJECT TITLE: 2009 Street Reconstruction — Phase II Inimpro 'PROJECT #:467774-46000-7706 CREDIT ACCT. #:467774-46000-7706-46205 G/L#: 59-4600-00-5215 CHARGE:$35.00/$40.00 PROJECT MANAGER Homayoun Ariasp PHONE #: (650) 522-7332 BID OPENING: October 1, 2009 ENGINEER'S ESTIMATE: $500,000.00 DATE FIRM NAME/STREET ADDRESS (please print legibly) CONTACT PERSON PHONE NO./FAX NO. AMOUNT CHECK CASH NO. OF SETS ADDENDA ISSUED • s`- /f (.G I AI, �I%Gt /D 005 ,2_ ci) 2 3r/ hi,ed ,g Ph57 ,p[,!`046 3 4 /1'`, oaLl / rig 99 CJ / Fax c/o /- 0 77( 5 6 r ` -M�We S [usry .1 C6 cA..1\t _ \k �eC j� 70.6D D ^-� 9.____, (1) 2 L Ph qi Le ` 3 4 �1�1 " SCACA �����' e O iCA C15 -GC/ I Fax9 I (` _ 373— C I 0 2 5 6 VtV 1 CDY/e/ 1 'ra - 4 LA 3,,S<> 7/5 l0 2 gl' 7 4" e_, Ph k:i 3 (3=-7(.30 3 4 Au -f 9 N 0 3 Fax 6 3 8,-",____7‘,.,/ 5 6 K V 1 °ave x C s%u� Z0 em he4/5.�z. 4 /r2q 0 /Y0 / Ii a 2 \ C1. iG (1t ecic- `'d e -/ /)/7 Ph 6/6-6 ' S ----76/- l eep 3 4 3G il..� O l l 4 cJ J 1 3 (j Fax �j yo8 - 3 (S . c'S `3 (% 5 6 / v� 6/2/4r�e �ivl-.sn.,<-La.\/ �c-- 1v3 5 1' I L% 2 3., 2 U/ / 4/z AL, Ph l 6',3 '' 6'U8 0 3 4 f&t.- CT", , 54,44,L Fax 0,9) 55Z- ,60 5' 5 6 Q:\pw\PWENG\A_CONTRACTS\2009\2009 Street Reconstruction Phase II\PURCHLOG.DOC RECORD OF B OCUMENTS IP w :, PROJECT TITLE: 2009 Street Reconstruction — Phase II PROJECT #:467774-46000-7706 CREDIT ACCT. #:467774-46000-7706-46205 G/L#: 59-4600-00-5215 CHARGE:$35.00/$40.00 PROJECT MANAGER Homayoun Ariasp PHONE #: (650) 522-7332 BID OPENING: October 1, 2009 ENGINEER'S ESTIMATE: $500,000.00 3I DATE L , FIRM NAME/STREET ADDRESS (please print legibly) CONTACT PERSON PHONE NO./FAX NO. AMOUNT CHECK CASH NO. OF SETS ADDENDA ISSUED / r. I G"ti('ant l/�'t SI}uL lUn Co trloGISY .S cv.nl� 3S /// c___. ( 3 2 -AS CUm.6iJJ SE Ph `lam• 3Q7. 7ot3 3 4 C • 3anicl_Claro C 6 S-7351(- Fax Li (n, 32-7. 709D 5 6 /a I )--1-41. � 607 '�' `/ t / A/ -5� c -C/ / Q 2 1 ?� l—�F71 � CyA 4( • Ph 6C) ?We r 3S 3 4 / 1-kI p )4,0„,,t. J��v,. _ 9 (0/ 7 �/"r�J�fe/ ( Fax / (J l0 5 6 J`� q /-6.4 ((0/ . / r --).04,,,/ ,/,�icr�. 2 l > c7.21c- I T 2 r // O / `- le_ � C, Ph 5( / ;- -�33, 3 4 5 � Fax / 9J�. („ 2),..--s----/ 5 6 7;°/ t6 cQG/7 T a �t 0 �� �s C / / X51 2 %� / G�/l^l,D �f� 1 � S Ph// V laS �10 r( %`7� lJ 3 4 ytki,k 1 ;1 3 Fax .-(9 5 6 % "��'�� / (0 2 Go (.1- c\ 6, q,e- ' ,Lhe - 1'361 1'l% .t S f �/lr 6 ph 7 d8 -9(6- 77g2— 3 4 �IVIS� V/ �J OO2 Fax L,o 94_ 79 1 5 6 Q:\pw\PWENG\A_CONTRACTS\2009\2009 Street Reconstruction Phase II\PURCHLOG.DOC ,-= 0 BID RESULTS S: Date of Bid Opening: October 1, 2009 Room/Time: Room A/2:00 p.m. R E C E I V E D Project Title: 2009 Street Reconstruction — Pej _I P 2� 0 Project Number: 467774-46000-7706 OFFlt'i= fir City Addenda: cLas i 1 CITY HALL SAN MATFO rA Engineer's Estimate: $500,000.00 Department: PUBLIC WORKS Person Opening Bids: Otis Chan, Senior Engineer Bidder/Address. Base Bid Alternate Total Bid Rank C a_k, 1 n c vet --air IL, T-0, -U- J I '-o 4 65 2tf Da CAD Li 3 (4(4 t4'1 171. -- .� 4O ) CA qq o C_ - ConM, 6 c -t 0_9_if0 t 3,-(c C 6 tirYityyt viG•ia 5-E s - ---3-05c,c A g5112- 2 -Of CV (IA- � c-41,-_\i`.� 1MC L/ . 12) ; -1 1 . O3 Lp I ; WJ1arrcld -. S-4 Pc 0 Ca(.54 . i /--/ t 5--/ .vb 9 tap GI CW\.-\ — CC V3,, . a or b, ok-- -a Co. (6-6-6q5-561( 3 6N-1;,21-6,91 i i (dry ck i�,A- Sotvi C.&V i c- , CA q(-(070 vS k --e &of<,/1_ Sbi <V Z-/ og,: gy6'00 1, PA ' tW)Ape- AA) '- -- Q:\pw\PWENG\A_CONTRACTS\2009\2009 Street Reconstruction Phase II\RESULTS.DOC BID RESULTS S Date of Bid Opening: October I, 2009 Room/Time: ': C O 7 V F %l Room A/2:00 p.m. Project Title: 2009 Street Reconstruction - PhanIOAT - I P 2:: 01 Project Number: 467774-46000-7706 OFFICE OF CITY CLERK Addenda: C' HALL 1 SAN MATEO, CA Engineer's Estimate: $500,000.00 Department: PUBLIC WORKS Person Opening Bids: Otis Chan, Senior Engineer Bidder/Address ase Bid. alternate' Total Bid Rank AE- Ccn L.Co 1(5- Cron4s c_L 5c Ca a c )(Pt 1g SL mac\ ; \t c� -qoac-t 1- aver :Ae- Ck-!1) C g4•(k3 S CDo _s-4-vr .c-1-'(ovl Co-c r Csck`` ucr ker&5a►ri 1\ 1t)C-I gg93 \' 6 oVn (-97)01 ti) y I Qti ,1 ‘r)s5 Cctrnibv'►'�C,� t-o\c Won yeA RLk Iq Kucl St.i B /Vv 50) CPc 9560`x, cisu Co).; 15' yi �,5� ) i OP Way \C) CA guts 501)?IIIt ..311, ov , jo 5 130556 0-1 17 3 Q:\pw\PWENG\A_CON1RACTS\2009\2009 Street Reconstruction Phase II\RESUL I'S.DOC " Contractor's ature SUBCONTRACTING REQUIREMENTS AND LIST OF SUBCONTRACTORS (To be submitted with Proposal Form) 2009 STREET RECONSTRUCTION PHASE II CITY PROJECT NO. 46 7774-46000-7706 Each bidder acknowledges it is aware and familiar with the requirements related to subletting and subcontracting set forth in Section 2-3 of the APWA-AGC Standard Specifications, and in the Subletting and 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 his bid or offer, in accordance with the provisions of Section 4104 of the Public Contract Code of the State of California, set forth the following: Name and address of the place of business of each subcontractor who will perform work or labor or render service to the general contractor in or about the construction of the work or the 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 ADDRESS SPECIFIC WORK DOLLAR AMOUNT ,e-v-Ir, (S i, 0c i'_S SiA;..1'imb , $ Ik,4 t.= ci , ; CA:: , Cc.m e -k , $ Tp 0, - qtr Q:\pw PWENGIA_CONTRACTS\200912009 Street Reconstruction Phase IRContract.doc 8 09/01/09 2009 Street Reconstruction Phase II CITY PROJECT NO. 467706 BID OPENING: BID SUMMARY w, .i' 'ITEM ^s " br, � NO ` ,� . , . ,,�:� ;. ,I ; d'jl; � hi °�` ' . "� 4 ; � I" ",.5, �. ,; z"":DESCRIPTION OF WORK _ "" ; " = a , ° =-. �' ' a EST. „ ' carpi„° a ao-� a, QTY. u.:..� .. , ENGINEER . s` ,�x . a S ESTIMATES ; . BIDDER ,b #1 = ",." ,.�, °BIDDER,#2 au � . BI tK.p v i., ," UNIT UNIT ,a„" ,'. ,� ' w ,".,',, PRICE; ' - "� T TOTAL r��,�l -. , �� COST taUNIT PRICE � _ =TOTAL " f '� _ .COST �.. � UNIT' si+, , t "��y," PRICE,s ,#-c TOTAL. C :1.1 UNIT ICE 13 Adjust MH riser ring to grade 18 EA $350.00 $6,300.00 $0.00 $0.00 $0.00 $0.00 $0.00 14 Adjust water valve rim and barrel to grade 16 EA $200.00 $3,200.00 $0.00 $0.00 $0.00 $0.00 $0.00 15 Install 12" wide white thermoplastic stop bar/limit line 1150 LF $2.50 $2,875.00 $0.00 $0.00 $0.00 $0.00 $0.00 16 Install 'STOP' thermoplastic pavement . legend 32 EA $85.00 $2,720.00 $0.00 $0.00 $0.00 $0.00 $0.00 17 Install 'SLOW' thermoplastic pavement legend 4 EA $85.00 $340.00 $0.00 $0.00 $0.00 $0.00 $0.00 18 Install 'AHEAD' thermoplastic pavement legend 2 EA $85.00 $170.00 $0.00 $0.00 $0.00 $0.00 $0.00 19 Install'PED XING'thermoplastic pavement legend 1 SET $170.00 $170.00 $0.00 $0.00 $0.00 $0.00 $0.00 20 Install '25' thermoplastic pavement legend 7 EA $85.00 $595.00 $0.00 $0.00 $0.00 $0.00 $0.00 21 Install thermoplastic Bike Lane pavement 'SYMBOL' 8 EA $150.00 $1,200.00 $0.00 $0.00 $0.00 $0.00 $0.00 22 Install thermoplastic Bike Lane Arrow 8 EA $85.00 $680.00 $0.00 $0.00 $0.00 $0.00 $0.00 23 Install detail 4 3,600 LF $2.50 $9,000.00 $0.00 $0.00 $0.00 $0.00 $0.00 24 Install detail 39 3,600 LF $2.00 $7,200.00 $0.00 $0.00 $0.00 $0.00 $0.00 25 2 1,200 Install detail 39A • LF $2.50 $3,000.00 $0.00 $0.00 $0.00 $0.00 $0.00 26 Install blue reflector 25 EA $20.00 $500.00 $0.00 $0.00 $0.00 $0.00 $0.00 Page 2 2009 Street Reconstruction Phase II CITY PROJECT NO. 467706 BID OPENING: BID SUMMARY poi ITEM E ENO.. 3 �. ;�,� _>�,i �li . ,��lil - DESCRIPTION,OF WORKS �t �'N Ii �f _ s iHi Ni EST: QTY. E ENGINEERS ._ � ESTIMATE �7 BIDDER #1 = _ BIDDER #2 e Bi,. _ UNITS — T _UNI PRICE TOTAL I COSTS UNIT PRICE a TOTAL COST UNIT PRICE TOTAL COST � $0.00 UNIT PRICE $0.00 27 Curb Painting (Red, Green,Yellow) 1 LS $2,000.00 $2,000.00 $0.00 $0.00 $0.00 1 28 Post overlay sweeping 1 LS $5,500.00 $5,500.00 $0.00 $0.00 $0.00 $0.00 $0.00 29 Implementation of BMP's. See SP -7-8.6 1 LS $600.00 $600.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL BID FOR ALL LOCATIONS $499,453.00 $0.00 $0.00 Page 3 Notice of Intent to Award 2009 Street Reconstruction — Phase II City Project # 467774-46000-7706 October 7, 2009. The City of San Mateo has determined that G. Bortolotto & Co, Inc., 580 Bragato Road, San Carlos, CA 94070 is the lowest responsible bidder for the above -referenced project. The City intends to award the construction contract to G. Bortolotto & Co, Inc., in the amount of $392,243.91 at the October 19, 2009 City Council Meeting. Posted at entrances of City Hall. 2009 Street Reconstruction — Phase II City Project Number 467774-46000-7706 I, Otis Chan, posted the Notice of Intent to Award for the above referenced project in the main lobby of City Hall on October 7, 2009, at 2:30 p.m. BID RESULTS S Date of Bid Opening: October 1, 2009 t"'s — Room/Time: , 1 D Room A/2:00 p.m. Project Title: 2009 Street Reconstruction — Pha?OkOCT - 1 P 2: cii Project Number: 467774-46000-7706 OFFICE OF CITY CLERt( Addenda: p, - - 1 SAN MMA1 EO EGA Engineer's Estimate: $500,000.00 Department: PUBLIC WORKS Person Opening Bids: Otis Chan, Senior Engineer Bidder./Address" Base Bid ' Alternate Total Bid Rank afavi‘c41/4 Con.st - 1. cU/ t-li"6;c35 -60 7 ----) fey cb 1iy\ s-k-Gc 5G- - 4t\- -C& CJ o-vccA. ,CA ci` 3- vi .i-NrC,V\'‘‘oc),A cl c6 -0---V-1- 'VS- _3(-1 I) 5q10 'C) 3, q. ktx\Pr\ 4.3E. v -� .t:)rr- ,,`r C.A gtea,3 n. itur- -'i a, "U 5. 05, 1"b `1 g criq-,93 14cv - X1'l G 04'\ ` eici t.4/i/ i V .4, r: 'O. j q I' -Z. 17 c-6 r -74D ‘4:-,, cmor6 rewlii-byi 4-0,\,("2 6otn Tyky c it\ cit-fOici r--;0,1--,-1..6 c -.. Con.. -1L- - -� qJ ci 3. 76,9, c)6 J (-C c4 o \- :St e'Y� LS C d. \i .S C ci tO t)__-- t r) t -. , z \ir-, r l i '-.1 • Q:Apw\PWENG\A_CONTRACTS\2009\2009 Street Reconstruction Phase I1\RESULTS.DOC . • BID RESULTS • Date of Bid Opening: October 1, 2009 Room/Time: Room A/2:00 p.m. RECEIVED Project Title: 2009 Street Reconstruction — P Project Number: 467774-46000-7706 ()MCI= Of c Addenda: j' CLERK 1 CITY _HAALL SAN MAlc }. E',A Engineer 's Estimate: $500,000.00 . Department: PUBLIC WORKS Person Opening Bids: Otis Chan, Senior Engineer Bidder/Address Base Bid Alternate Total Bid Rank L(. 3 H q tti c�v. 64- . U L{ (2 c1\ . 6-6t4 o_9_. -0 0 3 c C onnievc.a t 5. < ---3--- -CA 85111 C' &ca.. c?t— r\ ; MC t --I 1 -, '611°06 LP 1,-..51'; \Nklox ccv -,0---€ . 5* ckio r ( • i 4 •. :25 / 7 Ob 9 , (.10 2 c.,n;A - c c ,LAys4 )1I M se ; (A- qs O3 b. C, ''E 4trkt,` o -\ b Co (66-5-685- q .mot (" 3q-1 _� 43,,c1 I . C. &v 1 oc, CA 6( X070 411' P- % L':›0 - 'kcK\o`1/4.e. M ,- -- Q\nw\PWENG\A_CONTRACTS\2009\2009 Street Reconstruction Phase II\RESULTS.DOC SUBCONTRACTING REQUIREMENTS AND LIST OF SUBCONTRACTORS (To be submitted with Proposal Form) 2009 STREET RECONSTRUCTION PHASE II CITY PROJECT NO. 467774-46000-7706 Each bidder acknowledges it is aware and familiar with the requirements related to subletting and subcontracting set forth in Section 2-3 of the APWA-AGC Standard Specifications, and in the Subletting and 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 his bid or offer, in accordance with the provisions of Section 4 104 of the Public Contract Code of the State of California, set forth the following: 1. Name and address of the place of business of each subcontractor who will perform work or labor or render. service to the general contractor in or about the construction of the work or the 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. 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 ADDRESS SPECIFIC WORK DOLLAR AMOUNT p R,4 '— $ ', , c $ Q:\pw\PWENG A CONTRACTS\2009\2009 Street Reconstruction Phase [I\Contract.doc 8 09/01/09 " " PROPOSAL FORM (Entire proposal to be submitted as sealed bid.) 2009 STREET RECONSTRUCTION PHASE H CITY PROJECT NO. 467774-46000-7706 TO THE HONORABLE CITY COUNCIL CITY OF SAN MATEO, CALIFORNIA DEAR COUNCIL MEMBERS: q FOR THE TOTAL SUM OF39��- ��-�� (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, the contract annexed hereto, and also in conformance with the APWA-AGC Standard Specifications for Public Works Construction, 2009 Edition and the Labor Surcharge 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 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 prices shown on the attached qHEDULE OF BID ITEMS. v"{sue � " .. 1 2009 Contractor's Si " ure Date G. Bortolotto & Co. Inc. Name of Company ( 650) 595-2591 Phone Number ( 650) 595-0718 Fax Number Q:ipvAPWENG\A_CONTRACTS'2009t2009 Street Reconstruction Phase U Conuact,doc 3 09/01/09 " " Bids are to be submitted for the entire work. The amount of the bid for comparison purposes will be the total of all 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 sums. 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. Q:1pw\PWENG\A CONTRACTS\20o9Y,20o9Street Reconstruction Phase !Mantrap sloe 4 09/01 /09 " " If this proposal shall be accepted and the undersigned shall fail to enter into the contract and furnish the 2 bonds in the sums required by the State Contract Act, with surety satisfactory to the City Of San Mateo, within 8 days, not 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 proposal and the acceptance thereof shall be null and void and the forfeiture of the security accompanying this proposal shall operate and the same shall be the property of the City of 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, and agrees if this proposal is accepted, that he will contract with the City of San Mateo, in the form of the copy of the contract annexed hereto, to provide all necessary 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 time therein prescribed, and according to the requirements of the Engineer as therein set forth, and that he will take in full payment therefor the following prices, as shown on the Schedule of Bid Items. Q\pw\PWENG\A_CONTRACTS\2009\2009 Street Rccotsstntaion Phase II\Contraci.doc 5 09101/09 " A SCHEDULE OF BID ITEMS (To be submitted with Proposal Form) 2009 STREET RECONSTRUCTION PHASE II CITY PROJECT NO. 467774-46000-7706 ITEM NO. DESCRIPTION OF WORK EST. QTY. UNIT UNIT PRICE TOTAL COST 1 Traffic Control at various locations. See SP 7-10.1 1 LS $ i 1, l l l . it $ (1i ill '�I 2 Grind 1.5" AC from lip of gutter to lip of gutter per plan. 112,000 SF $ Q $�� 3 Wedge Cut 1" AC pavement gutter key and conform (6' Wide Typical) as shown per plan. 4,500 LF $ 3 0 $ ` +< S � 4 Overlay 1.5" AC from lip of gutter to lip of gutter per plan. 1 750 TON $ i s) S 1 4 It 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 c  $ b b' " $ ( 36, c4"- 6 4" to 6" deep base failure repair to be repaired on the same day. (in two 3" Iift). (Aggregate Base Streets) 634 TON $ 10 3. `-- $ bi5 3o 2 ' i.:. 7 Remove and replace concrete Type A curb and gutter.(<6' gutter pan) 470 LF $ "' 15�� .�� $ 161 `j `��2 ' 8 Remove and replace concrete Type B curb and gutter.( 6' gutter pan) 450 LF $ VI - -' $ `Z 11 Sl) � _ 9 Remove and replace concrete sidewalk 2,760 SF $ 8,c:_..... $ 2 2 , 1, a 10 Remove and replace concrete Residential or Commercial Driveway Approach. (Including depressed curb and gutter pan) 980 SF $ I Q' SU $ I Oc$l1, 11 Construct Wheel Chair Ramp as per Caltrans STD. 12 EA $ '221 S � _ $ 2-1, %C tr . 12 Construct Asphalt Speed Cushion per plan 3 EA $ I 'I 00: $ 5100. `= 13 Adjust MH riser ring to grade 18 EA $ 301, `=- $ (3'4 (g , C'. t. Street Reconstruction Phase [Contract.doc 6 09/01/09 14 Adjust water valve rim and barrel to grade 16 EA $ 1 So. "' $ 2 SR) , 15 Install 12" wide white thermoplastic stop bar/limit line 1,150 LF $ �� 2 c� . $ ?� 4 16 Install 'STOP' thermoplastic pavement legend 32 EA $ sit . t,_ $ .;C tS ,®_ 17 Install 'SLOW' thermoplastic pavement legend 4 EA $ , c.„te $ 33 b , w 18 Install 'AHEAD' thermoplastic pavement legend 2 EA $ 1 1 U , c- $ 220,'."— 19 Install 'PED XING' thermoplastic pavement legend 1 SET $ 14— $ i 11.41)•'t 20 Install '25' thermoplastic pavement legend 7 EA $ 12, = $ 56 i ; , c , 21 Install thermoplastic Bike Lane pavement'SYM 8 EA $ 42, <,, $ 35b,' 22 Install thermoplastic Bike Lane Arrow 8 EA $ 26.7.±-. $ 200 ,'"_' 23 Install detail 4 • 3,600 LF $ 0, 40 $ f tt 4e tt 24 Install detail 39 3,600 LF $ 0 , 16\ $ 1b 2c) , c_ 25 Install detail 39A 1,200 LF $ , iercv' 26 Install blue reflector 25 EA $ 0° $ 2S O' v'= 27 Curb Painting (Red, Green,Yellow) 1 LS $ I So , vv $ 1 CO , 28 Post overlay sweeping 1 LS $ '-11 • .: $ 1, ,1 ` A 29 Implementation of BMP's. See SP -7-8.6 1 LS $ 212:'-'- $ 2 1 2 TOTAL BID FOR ALL LOCATIONS $ 392 2 Li Q:1pw1PWENOIA_CONTRACTStt00912009 Street Reconstruction Phase IRContract.doc 7 09/01/09 " " Contractor's ature SUBCONTRACTING REQUIREMENTS AND LIST OF SUBCONTRACTORS (To be submitted with Proposal Form) 2009 STREET RECONSTRUCTION PHASE H CITY PROJECT NO. 467774-46000-7706 Each bidder acknowledges it is aware and familiar with the requirements related to subletting and subcontracting set forth in Section 2-3 of the APWA-AGC Standard Specifications, and in the Subletting and 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 his bid or offer, in accordance with the provisions of Section 4104 of the Public Contract Code of the State of California, set forth the following: 1. Name and address of the place of business of each subcontractor who will perform work or labor or render service to the general contractor in or about the construction of the work or the 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 ADDRESS SPECIFIC WORK DOLLAR $ AMOUNTy^ , 1 a J a ,(J y���� s.- (�� `it -1':, r�� \ ' 1 0 `` cvx .J ` -(\�� -1 M i m6 ' /C^_ ��i $ Q:1pw1P18ENG1A_CONTRACTS1200912009 Street Recanswction Phase 111Contract.doc 8 09/01/09 " BIDDER'S STATEMENT SHEET 1 OF 3 (To be submitted with Proposal Form) 2009 STREET RECONSTRUCTION PHASE II CITY PROJECT NO. 467774-46000-7706 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 Class A Contractor, that the license is now in force, and that the number is397341 and the expiration date is Jan. 31, 2011 . 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 Bortolott,odeclare under penalty of perjury that the foregoing and the statements contained in the bid for the above titled project.are true and correct and that this declaration is made on this t sr day of October . 2009, at San Carlos , California. The undersigned understands he must meet the requirements of Section SP -7-2.3, NON- DISCRIMINATION POLICY prior to award of contract and conform to those guidelines throughout the 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 an agreement, attached as Appendix I, together with the necessary bonds, certificate(s) of insurance, related endorsements for 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 from the 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. Q1pw\PWENG\A_CONTRACTSI?0091?009 Suet' Rcrnnswction Phase 111Contract.doc 9 09/01/09 " S BIDDER'S STATEMENT SHEET 2 OF 3 (To be submitted with Proposal Form) 2009 STREET RECONSTRUCTION PHASE II CITY PROJECT NO. 467774-46000-7706 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 BOND" Enclosed find bond or certified check or cashier's check no. of the Bank for . 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 ADDRESS MUST BE SHOWN. IF THE PROPOSAL IS MADE BY A PARTNERSHIP, THE NAME AND ADDRESS OF EACH MEMBER OF THE FIRM OR PARTNERSHIP MUST BE SHOWN (if 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 CHARTERED AND THE NAMES, TITLES AND BUSINESS ADDRESSES OF THE PRESIDENT, SECRETARY AND TREASURER OF SAID CORPORATION. Q  pw\PW[NG\A_COR'TRACfS\2009L'009 Street Reconstruction Phase 1i\Contrac, doc 1 0 09/01/09 BIDDER'S STATEMENT SHEET 3 OF 3 (To be submitted with Proposal Form) 2009 STREET RECONSTRUCTION PHASE II CITY PROJECT NO. 467774-46000-7706 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 Date Name of Partner Post Office Address Signature Date Name of Partner Post Office Address (if different) If CORPORATION, sign below (show names of non -signing officers): G. Bortolotto & Co., Inc. a CORPORATION California Name of State Where Chartered Robert Bortolotto 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 Q•tpw\PWENG\A_CONTRACTSL009\?009 Street Reconstruction Phase IACantmn.doc 1 ] MOUS rag NONCOLLUSION AFFIDAVIT (To be submitted with Proposal Form) 2009 STREET RECONSTRUCTION PHASE II CITY PROJECT NO. 467774-46000-7706 State of California ) ss. County of San Mateo Robert Bortolotto , being first duly sworn, deposes and says that he or she is President of G Bortolotto & Co Inthe party making the foregoing bid that the bid is not made in the interest of, or on behalf of, or any undisclosed person, partnership, 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 bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, 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; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Note: The above affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this affidavit. Qapw1PWENGw CONTRACTSV009\2009 Street Reconssruaion Phase U\Contraet.doc 12 09/01/09 " " By: CERTIFICATION OF NON-DISCRIMINATION (To be submitted with Proposal Form) 2009 STREET RECONSTRUCTION PHASE H CITY PROJECT NO. 467774-46000-7706 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. BIDDER Robert Bortolotto, President (Name and title of person making certification) October 1, 2009 Date Q \PW\PWENG\A CONTRACTSL009\2009 Street Reconstruction Phase 1I1Controct doe 13 09/01/09 " " CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE (To be submitted with Proposal Form) 2009 STREET RECONSTRUCTION PHASE II CITY PROJECT NO. 467774-46000-7706 On behalf of the bidder, the undersigned certifies that 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 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. A copy of the correct determination 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. 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. The undersigned understands that weekly certified payrolls must be submitted for verification. G. Bortolotto & Co., Inc. BIDDER Robert Bortolotto By: Robert Bortolotto, President (Name and title of person making certification) October 1, 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 Q 1pw1PWENG\A_CONTRACTSl200912009 Street Reconstruction Phase 111Contract doc 14 09/01/09 " " CERTIFICATION OF REQUIREMENT TO PAY WORKERS' COMPENSATION (To be submitted with Proposal Form) 2009 STREET RECONSTRUCTION PHASE II CITY PROJECT NO. 467774-46000-7706 I am aware of the provisions of Section 3700 of the Labor Code that require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. G. Bortolotto & Co., Inc. BIDDER By: Robert Bortolotto, President (Name and title of person making certification) October 1, 2009 Date QApwU'WENGIA_CONTRACTSLO0912009 Street Rcconssructiori Phase Ii\Contract doe 15 09101109 ?30 W!:St 20th Avenue, ua Califon lid. 94403-1988 l,:'!c shone (650)-522-7300 FAX: (650)522-7301 V w}'.;,,qty C..fsan marech or_ '))I ;1•;;'!-.0 CITY P1D, a _"C' ?Q.). 46 /774-4600-7706 ..wt 4 1, 0 w -+..r ...,� .,. 1:, 1� , sC .t7 t�v ..;1?. S. ..� t: f .: � i 'i i j .. for i .; ' �� i S 'v1L=C iV1.�4 ''+ i�Pi S%. .. . .. ..1, .::4.1iliC(i has hef:;1 :: lad : 23;C}1f ' .i<;t:vifig, paragraph had l al .: d1 to :,•P-1.).-7 Time 1e J'i1i51::cion. -. Ff.. F / P;o 9.8t;,-;i i i4e >s(-... Cf•ii. b ft,Ok.ve > (`rJoi.,t., . 'AriaeFpi1 _'f .:� 2/E}9 r' l.1: ... t_., d P - f F' 1S. it ir?ir's'.t, and `z. } 6.. IF1' r .FF3' ! .,? ; i z . .'� .1 f/t. �" ..,rt '1 ales .: �*+:d<. 5, 7. drive ,,u F v}iY s+, 1t z # •:'++.F� 1'i' !Y,",Gd,illd7, ��' ;`I t.: ' FT r-1 ..ate _J,,.n.t :a. %ling F ,..... , . C (ids. is%'ii., r.: r:Laa p.r'! '1..a i t` Ii,'i''/ .. (''. f': *. V!011 r, ti rte •.. 't ^i'=f of w?,-swoys dur!fl? tit LS resir!('ta.. time. • nt iir.ritt i,: 01,1 " " n. yr :,),D-99. t . RECONSTR1 CITY Y PROJECT NO 467 7.4_= i,di )O f7:. ,. : ��;i 9 {" i.i, w ., C -a , .'fit. i�.r �� .,.L��.Drji .., [..it -��i.... f:����,(_ fi t ,',!0,). i Y6 0:`1 Imo% � '. s l FYISd October.,1, 2009 . Robert_ Bortolotto. G. Bortolotto & Co., Inc. u " THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER BID BOND 4 to ATTORNEY -'nry Insurance Company Company KNOW ALL MEN BY THESE PRESENTS, That we And Surety CO ' G. Bortolo Connecticut as Y Of America, Company, Inc. Obligee hereinafter hereinafter as Principal Surety, herei Hartford, Connecticut, hereinafter called for the payment the ailed the cticut the Principal, exec �f which su Obligee Surety, are held corporation duly n ity and Travelersexecutors,administrators, in organized Ca sualtylaws successors and made amount y of San M �f the State e nos. WHEREAS, the Principal h assigns jointly and said Principal and theof the bid Dollars Mateo, California of as submitted a bid for 2009 Strew severally, firmly by these presentssaid Surety, ��nd ourselveof s, our the bid t Reconstruction -Phase II, heirs, th011geeREFpRE, if the Obligeein shall accept City Project No Documeaccordancents with the pt the 467774 -46000 - NOW, payment of labor with ter bid of the Principal such good and terms of such bid, and pal and the Principal Contract and give material furnished in surety glue such bond pal shall penalty hereof such bond the surety for the faithful perform or bonds as may as enter into a Contract contract between the �r bonds, if the prosecution thereof, performance of such Y be specified in the with with another amounts Principal or in the Contract and for bidding or to remain in full f perform specified in said bid a d such pay to the Obligee of the failure of the the prompt party to force and effect. m the W covered such larger gee the difference Principal to o Work Signed and sealed by said bid, amount for which the nce not to enter d this day then this obligation Obligee may exceed the of Sept. bit pt24, 2009. shall be null and void good faith , otherwise f'U Je,) (Witness) (Witness) G. Bortolotto & Company, Inc. bert Sort res . e Travelers Casualty And Surety Company �t America B Anthony Wynne, Wynne, Attorn in fact 'd in Cooperatio any of American with the American lent A310, February language n Institute of architects bruary 1970 edition. to this document (Ala) b dice n" ument conforms y Traveler ms exact) s Casualty and Surety Y to the language used In AIA TRAVELERS _.oiea CASUALTY qNCD Hartford SURETY C0p BPANY3onnecticut Bond No. OF AMERICA S acknowledt e Underwrib tally and Sur torized so to t A Q y Public Department of Public Works Larry A. Patterson, P. E., Director December 29, 2009 NOTICE TO, -PROCEED Mr. Robert Bortolotto G. Bortolotto & Co. 580 Bragato Road San Carlos, CA 94070 330 West 20th Avenue San Mateo, California 94403-1388 Telephone (650) 522-7300 FAX: (650)522-7301 www.cityofsanmateo.org Re: 2009 Street Reconstruction — Phase II; City Project No. 467774-46000-7706 Dear Mr. Bortolotto 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 January 4, 2010. Please acknowledge receipt of this notice by signing and returning this letter. Sincerely, ciA,!&t4,vvte , Susanna Chan, P.E. Deputy Director/City Engineer c: Larry A. Patterson, Director of Public Works Otis Chan, Senior Engineer Homayoun Ariasp, Assistant Engineer Mike Johnson, Construction Engineer Chron/File Notice to Proceed was received: Received by: (Date) (Signature) Q:\pw\PWENG\A_CONTRACTS\2009\2009 Street Reconstruction Phase II\NTP.DOC PRE -CONSTRUCTION CONFERENCE November 23, 2009, 9:00 a.m., Conference Room A PROJECT: 2009 Street Reconstruction — Phase II DOLLAR AMOUNT: $392,243.91 AWARD DATE: October 19, 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 G . R Li gc. P-3(„ 4- i ,-y iv G:ttv 5-5 ; - )s-61 16crl 1 C. w clie cl , Subcontractor 31 NA Project Inspector 1'ri cPREC N,50/0 4,5 c/5-3 , Air-BDawawon.o Project Engineer 1\OVIR Q()i..) As\?.\POP 4,9,kke SZ2 .73. .e._ Surveyor PG&E . AT&T I Cal Water SBC Astound it PARTICIPANT NAME (please print) NAME (please sign) PHONE # E-MAIL Others CS 1 <<` T6(6. vl A' --Y1 otu 'c---733 S Q:\pw\PWGNG\A CONTRACTS\2009\2009 Street Reconstruction Phase II\SIGN-IN.DOC 1PRE-CONSTRUCTION MEETING G. Bortolotto & Co. 2009 Street Reconstruction — Phase II City Project No. 467774-46000-7706 November 23, 2009, 9:00 a.m., Conference Room A Minutes Introductions: Homayoun Ariasp made the introductions. Those present from the City of San Mateo were: Homayoun Ariasp, Project Engineer and Molly Poland, Secretary. Present from the contractor, G. Bortolotto & Co. were John Mathew and Robert Bortolotto. Present from Ghirardelli Associates, was Michael Johnson., Project Inspector. Project Overview: The 2009 Street Reconstruction Project —Phase II will rehabilitate street segments in the following three locations. These streets were previously approved by the City Council. 2009 Street Reconstruction Project — Phase II Locations Street Name From To S Claremont Street 10`x' Avenue 16th Avenue Colegrove Street 36`" Avenue 41s1 Avenue Edinburgh Street Aragon Blvd Avila Road Submittals Subcontractor Golden Bay Construction, will meet with Michael Johnson, project inspector, on Monday, November 30th at 10:00 a.m. at City Hall to review concrete submittals. Contractor will provide all other required submittals 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 provide traffic control in conformance with the State of California Manual of Traffic Control, current edition. Traffic control plans for this project to be provided with the rest of submittals prior to beginning of work for approval. Input from Utilities: There were no utility companies present. Stormwater Pollution Control Program: Contractor to submit plan and take all necessary precautions to protect the streets and storm drain inlets from runoff. 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 before start of work. City Business License: A current City of San Mateo Business License is required for Contractor and all Subcontractors performing work on this job Progress Payment Procedures: A copy of progress payment spreadsheet was e mailed to the Contractor. . `4 2009 Street Reconstruction -hase II Meeting Minutes November 23, 2009 Page 2 of 2 Weekly Certified Payroll Requirements Contractor shall submit certified payroll weekly for himself and all subcontractors. Work Schedule Contract allows Twenty (20) working days to complete beginning from the date specified in the Notice -to -Proceed. 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. Tentative Start Date To be determined. Notice to Proceed: Will be issued when all required documentation has been reviewed and approved. • Q:\PW\PWENG\A_CONTRACTS\2009\2009 STREET RECONSTRUCTION PHASE II\MINUTES.DOC 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 SAM IvIATEO 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 SHIP TO: BILL TO: DATE 2/17/2010 Page 1 / 1 H RO'NUMBER. 46-01566 REQ NUMBER: 46-000001446 Quantity 1DescnptioiM tfr iitmPrice THIS IS A REVISED PURCHASE ORDER IgeragckStOisyjfcingil3tlase I I Construction Sevices per MO #4-10 Change Order #1 "„ Construct one type G catch basin @ 14th Construct two type G catch basins 1'6th nana Modify five intersections to remove xunsafe stivat�ons Provide tack coat on Mariner's Island a jyc instead of,=engineering,mat 3(1:00 ";µy 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 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 1,117,457.22 0.00 0.00 1,117,457.22 AccnuntiNumkier , Protect Number ' . Arriount ° ' Account Number ProjectNumber <:,. Amount E 59-4600-00-5281 67004-46000-7036-46; 1,117,457.22 4 • s Authorized Signature DEPARTMENT COPY CITY OF SAN MATEO ,__4(e _0600o I -31 330 W. 20th AVE. SAN MATEO, CA. 94403-1388 (650) 522-7100 VENDOR ®c. 8 C ,ka-tee . w.> . ‘I'‘%"' Letas r CA ei 40-7 SHIP TO: PURCHASE ORDER NO. P - INSTRUCTIONS TO VENDOR DEPARTMENT: REF. NO. CITY REP & PHONE �i S (;kicb�l CAPITAL OUTLAY LINE ITEM N ACtdUNt;NUMBER 461'71 41-46600 -7706 '.. tE RMs ANU CtiNtlltloNs VENDOR REP & PHONE $c,ia-1l.. 1111 - `x14 1. E11 `'1.& 2 ce 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. P - i. 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 burnished officials or employees without a purchase order signed by the authorized purchasing agent. - VENDOR COPY 1 UNIT PRICE c -S SUB TOTAL: TAX: FREIGHT: EXT. AMOUNT S1'z,24-3'I TOTAL 0 .;12 P.O. NO. AMOUNT —51'7 'z�3, f r NOT A VALID PURCHASE ORDER UNLESS SIGNED X FINANCE DEPT_ APPROVAL DATE f y l; REQUISITION NO. R 867496 las PURCHASE EMERGENCY P.O. CONFIRM P.O. Ill O OTHER VENDOR NAME I:VZ�.iL2pc.\I,i �,,�, t1(l.0e%4r1 ADDRESS I74 (�' . Y, 45-V- L 4 CITY STATE c , "-. Z.P - iJ��,Q� �`,� TELE. M �° v 1q-6 7 y0 OUOTEDIBID � PRICE (INCLUDE TAX & FRT.) $ ;361 © t NAME G1 OTHER VENDOR TELE. M 364' Z,b`i- QUOTED/BID C lc) PRICE (INCLUDE TAX & FRT.) $ -39cE;y Ib 4 OTHER VENDOR NAME TELE. I QUOTED/BID PRICE (INCLUDE` TAX & FRT.) $ EMPTION FROM COMPET)rtVE PRIGtI OR SP CIA INSTR C1ION, 8u Er:Eu :, . X di -1 REQUESTED BY X DATE //-(/v 0 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 1/22/2010 SHIP TO: Page 1 /.1 PO, NUMBE 46-01545 BILL TO: CITY OF SAN MATEO ATTN: PUBLIC WORKS ENGINEERING 330 W. 20TH AVENUE SAN MATEO, CA 94403 REQ NUMBER: 46-000001431 uaitlty Perform Contractual Services for the 20Q9 Street ReconstructionsPhas9 I; Project. Per Minute Order 175-09. Unit.Price Ext. Price; 392,243.91 Terms And Conditions 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. 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 392,243.91 0.00 0.00 392,243.91 Account Number 4 'ProfectjNumber % Amount AccountNumber 3 ProtectNumber Amount Y k; E 59-4600-00-5281 67774-46000-7706-46, 392,243.91 AuthoriwlJ Signature DEPARTMENT COPY Department of Public Works Larry A. Patterson, P. E., Director Mr. Robert Bortolotto G. Bortolotto & Co. 580 Bragato Road San Carlos, CA 94070 February 3, 2010 330 West 20th Avenue San Mateo, California 94403-1388 Telephone (650) 522-7300 FAX: (650) 522-7301 www.cityofsanmateo.org Re: 2009 Street Reconstruction Dear Mr. Bortolotto: Enclosed is the signed Contract Change Order #1 for the project mentioned above. Best regards, 4CL co Otis Chan Senior Engineer Enclosure CCO Chron/File Q:\pw\PWENG\Ortega\Letters\CCOs and PCOs\Otis_CCO_Bortolotto.DOC CITY OF SAN MATEO PUBLIC WORKS DEPARTMENO 330 WEST 20TH AVENUE SAN MATEO, CA 94403 (650) 522-7300 I 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: 1 Contractor: G. Bortolotto & Co., Inc. 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: Y A. PA $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. Q:\pw\PWENG\A_CONTRACTS\2009\2009 street reconstruction\CCO# FBCO-Gold Paper.DOC COPY ADMINISTRATIVE REPORT TO: DATE: October 2, 2009 SUBMITTED BY: SUBJECT: AWARD OF CONTRACT: 2009 STREET RECONSTRUCTION - PHASE II AGENDA ITEM # Meeting Date: October 19, 2009 APPROVED BY: Susa a Chan, Dep. Director/City Eng HONORABLE MAYOR AND CITY COUNCIL Otis Chan, Senior Engineer (650) 522-7305 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 1B 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 1 BERS 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 BragatoRoad, 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 11.DOC 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. ITEM; NO F, ENGINEER SEST MATE '.',-, ,. . BIDDER3,#1" ,'; =""BIDDER•#2 .. BIDDER #3 DESCRIPTION;OF WORK ; BEST • UNIT QTY,. ,. :UNIT:, PRICE TOTALX < COST UNIT . PRICE TOTAL COST UNIT , " - PRICE =TOTAL , COST UNIT' ICE L COT 1 Traffic Control at various locations. See SP 7-10.1 1 LS $5,500.00 $5,500.00 $11,111.11 $11,111.11 $4,888.00 $4,888.00 $4,000.00 $4,000.00 2 Grind 1.5" AC from lip of gutter to lip of gutter per plan. 112,000 SF $0.28 $31,360.00 $0.24 $26,880.00 $0.23 $25,760.00 $0.19 $21,280.00 3 Wedge Cut 1" AC pavement gutter key and conform (6' Wide Typical) as shown per plan. 4,500 LF $1.80 $8,100.00 $1.03 $4,635.00 $1.25 $5,625.00 $0.90 $4,050.0 4 Overlay 1.5" AC from lip of gutter to lip of gutter per plan. 1,750 TON $93.00 $162,750.00 $90.08 $157,640.00 $88.50 $154,875.00 $85.00 $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 $54.00 $3,024.00 $56.00 $3,136.00 $70.00 $3,920.00 $110.00 $6,160.00 6 4" to 6" deep base failure repair to be repaired on the same day. (in two 3" lift). (Aggregate Base Streets) 634 TON $145.00 $91,930.00 $103.00 $65,302.00 $99.50 $63,083.00 $105.00 $66,570.00 7 Remove and replace concrete Type A curb and gutter.( 6' gutter pan) 470 LF $50.00 $23,500.00 $34.75 $16,332.50 $48.00 $22,560.00 $52.00 $24,440.00 8 Remove and replace concrete Type B curb and gutter.(<6' gutter pan) 450 LF $60.00 $27,000.00 $47.00 $21,150.00 $48.00 $21,600.00 $70.00 $31,500.00 . 9 Remove and replace concrete sidewalk 2,760 SF $12.00 $33,120.00 $8.08 $22,300.80 $8.95 $24,702.00 $8.50 $23,460. 10 Remove and replace concrete Residential or Commercial Driveway Approach. (Including depressed curb and gutter pan) 980 SF $15.00 $14,700.00 $10.80 $10,584.00 $9.95 $9,751.00 $13.00 $12,740.00 11 Construct Wheel Chair Ramp as per Caltrans STD. 12 EA $3,000.00 $36,000.00 $2,275.00 $27,300.00 $2,500.00 $30,000.00 $2,500.00 $30,000.00 12 Construct Asphalt Speed Cushion per plan 3 EA $5,000.00 $15,000.00 $1,700.00 $5,100.00 $1,000.00 $3,000.00 $1,200.00 $3,600.00 13 Adjust MH riser ring to grade 18 EA $350.00 $6,300.00 $301.00 $5,418.00 $314.00 $5,652.00 $250.00 $4,500.00 14 Adjust water valve rim and barrel to grade 16 EA $200.00 $3,200.00 $180.00 $2,880.00 $168.00 $2,688.00 $120.00 $1,920.00 Q:\pw\PWENG\A_CONTRACTS\2009\2009 Street Reconstruction Phase 11\2009 Street Reconstruction - Phase II Bid 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. ITEM NO UNIT DESCRIPTION OF WORK ENGINEERS; EST MATE BIDDER #1 , BIDDER #2 BIDDER #3 EST UNIT PRICE TOTAL iA COST , UNIT PRICE TOTAL COST UNIT PRICE °COST TOTAL UNIT PRIG E TO TAL COST . y , 15 Install 12" wide white thermoplastic stop bar/limit line 1,150 LF $2.50 $2,875.00 $2.65 $3,047.50 $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 $2,688.00 $75.00 $2,400.00 $80.00 $2,560.00 $320.1 17 Install 'SLOW' thermoplastic pavement legend 4 EA $85.00 $340.00 $84.00 $336.00 $75.00 $300.00 $80.00 18 Install 'AHEAD' thermoplastic pavement legend 2 EA $85.00 $170.00 $110.00 $220.00 $90.00 $180.00 $90.00 $180.00 19 Install 'PED XING' thermoplastic pavement legend 1 SET $170.00 $170.00 $146.00 $146.00 $135.00 $135.00 $1.10 $1.10 20 Install '25' thermoplastic pavement legend 7 EA $85.00 $595.00 $72.00 $504.00 $60.00 $420.00 $60.00 $420.00 21 Install thermoplastic Bike Lane pavement 'SYMBOL' 8 EA $150.00 $1,200.00 $42.00 $336.00 $40.00 $320.00 $40.00 $320.00 22 Install thermoplastic Bike Lane Arrow 8 EA $85.00 $680.00 $26.00 $208.00 $30.00 $240.00 $40.00 $320.00 23 Install detail 4 3,600 LF $2.50 $9,000.00 $0.40 $1,440.00 $0.55 $1,980.00 $0.70 $2,520.00 24 Install detail 39 3,600 LF $2.00 $7,200.00 $0.45 $1,620.00 $0.90 $3,240.00 $0.70 $2,520.00 25 Install detail 39A 1,200 LF $2.50 $3,000.00 $0.45 $540.00 $0.50 $600.00 $0.70 $840.00 $375.111 $1,200.00 26 Install blue reflector 25 EA $20.00 $500.00 $10.00 $250.00 $15.00 $375.00 $15.00 27 Curb Painting (Red, Green,Yellow) 1 LS $2,000.00 $2,000.00 $150.00 $150.00 $2,000.00 $2,000.00 $1,200.00 28 Post overlay sweeping 1 LS $5,500.00 $5,500.00 $777.00 $777.00 $500.00 $500.00 $500.00 $500.00 29 Implementation of BMP's. See SP -7- 8.6 1 LS $600.00 $600.00 $212.00 $212.00 $100.00 $100.00 $100.00 $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:\pw\PWENG\A_CONTRACTS\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 s NO -: _ + DESCRIPTION;OF-WORK h .,> .,' ' •` ENGINEERSESTIMATE ` r z 'BIDDER.#4 BIDDER#5 BIDDER #6 ;EST --,QTY ; ::.UNIT UNIT �: PRICE .� TOTAL . ° :`- COST - `: U'NIT R �,P ICE TOTAL .- 4 COST `UNIT PRICE TOTAL COST .: UNIT P -RICE TOTAL ._ :yz COST ; 1 Traffic Control at various locations. See SP 7-10.1 1 LS $5,500.00 $5,500.00 $31,396.00 $31,396.00 $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 $0.28 $31,360.00 $0.15 $16,800.00 $0.20 $22,400.00 $0.23 $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 $8,100.00 $1.00 $4,500.00 $2.00 $9,000.00 $1.00 $4,500. 4 Overlay 1.5" AC from lip of gutter to lip of gutter per plan. 1,750 TON $93.00 $162,750.00 $80.00 $140,000.00 $88.00 $154,000.00 $85.00 $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 $54.00 $3,024.00 $120.00 $6,720.00 $50.00 $2,800.00 $120.00 $6,720.00 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 $91,930.00 $104.00 $65,936.00 $125.00 $79,250.00 $124.00 $78,616.00 7 Remove and replace concrete Type A curb and gutter.( 6' gutter pan) 470 LF $50.00 $23,500.00 $42.00 $19,740.00 $42.00 $19,740.00 $43.00 $20,210.00 8 Remove and replace concrete Type B curb and gutter.(<6' gutter pan) 450 LF $60.00 $27,000.00 $42.00 $18,900.00 $50.00 $22,500.00 $52.00 $23,400.00 9 Remove and replace concrete sidewalk 2,760 SF $12.00 $33,120.00 $8.00 $22,080.00 $7.50 $20,700.00 $7.50 $20,700. 10 Remove and replace concrete Residential or Commercial Driveway Approach. (Including depressed curb and gutter pan) 980 SF $15.00 $14,700.00 $11.00 $10,780.00 $13.00 $12,740.00 $12.00 $11,760.00 11 Construct Wheel Chair Ramp as per Caltrans STD. 12 EA $3,000.00 $36,000.00 $2,560.00 $30,720.00 $2,500.00 $30,000.00 $2,450.00 $29,400.00 12 Construct Asphalt Speed Cushion per plan 3 EA $5,000.00 $15,000.00 $1,300.00 $3,900.00 $2,000.00 $6,000.00 $2,000.00 $6,000.00 13 Adjust MH riser ring to grade 18 EA $350.00 $6,300.00 $605.00 $10,890.00 $25.00 $450.00 $350.00 $6,300.00 14 Adjust water valve rim and barrel to grade 16 EA $200.00 $3,200.00 $280.00 $4,480.00 $25.00 $400.00 $225.00 . $3,600.00 Q:\pw\PWENG\A_CONTRACTS\2009\2009 Street Reconstniction Phase II12009 Street Reconstruction - Phase II 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 `NO DESCRIPTION OF WORK _ _ ENGINEERS ESTIMATE w BIDDER #4 ' BIDDER #5 %` :BIDDER #6 ;: : EST .QTY _` UNIT UNIT PRICE TOTAL , COST 1 UNIT PRICE TOTAL COST UNIT : PRICE - TOTAL,: COST UNIT PRICE. TOTAL ,..> COST - _<l 15 Install 12" wide white thermoplastic stop bar/limit line 1,150 LF $2.50 $2,875.00 $2.60 $2,990.00 $2.70 $3,105.00 $2.00 $2,300.00 16 Install 'STOP' thermoplastic pavement legend 32 EA $85.00 $2,720.00 $77.00 $2,464.00 $115.00 $3,680.00 $80.00 $2,560.00 17 Install 'SLOW' thermoplastic pavement legend 4 EA $85.00 $340.00 $77.00 $308.00 $90.00 $360.00 $80.00 $320. 18 Install 'AHEAD' thermoplastic pavement legend 2 ' EA $85.00 $170.00 $93.00 $186.00 $100.00 $200.00 $100.00 $200.00 19 Install 'PED XING' thermoplastic pavement legend 1 SET $170.00 $170.00 $140.00 $140.00 $185.00 $185.00 $120.00 $120.00 20 Install '25' thermoplastic pavement legend 7 EA $85.00 $595.00 $62.00 $434.00 $55.00 $385.00 $65.00 $455.00 21 Install thermoplastic Bike Lane pavement 'SYMBOL' 8 EA $150.00 $1,200.00 $41.00 $328.00 $40.00 $320.00 $40.00 $320.00 22 Install thermoplastic Bike Lane Arrow 8 EA $85.00 $680.00 $31.00 $248.00 $25.00 $200.00 $40.00 $320.00 23 Install detail 4 3,600 LF $2.50 $9,000.00 $0.50 $1,800.00 $0.30 $1,080.00 $0.65 $2,340.00 24 Install detail 39 3,600 LF $2.00 $7,200.00 $1.00 $3,600.00 $0.30 $1,080.00 $0.65 $2,340.00 25 Install detail 39A 1,200 LF $2.50 $3,000.00 $0.50 $600.00 $0.30 $360.00 $0.65 $780.00 $500111 $500.00 26 Install blue reflector 25 EA $20.00 $500.00 $10.00 $250.00 $0.40 $10.00 $20.00 27 Curb Painting (Red, Green,Yellow) 1 LS $2,000.00 $2,000.00 $1,550.00 $1,550.00 $1,000.00 $1,000.00 $500.00 28 Post overlay sweeping 1 LS $5,500.00 $5,500.00 $1,000.00 $1,000.00 $1.00 $1.00 $1,000.00 $1,000.00 29 Implementation of BMP's. See SP -7- 8.6 1 LS $600.00 $600.00 $2,500.00 $2,500.00 $500.00 $500.00 $1,000.00 $1,000.00 TOTAL $498,034.00 $405,240.00 $408,946.00 $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:\pw\PWENG\A_CONTRACTS\2009\2009 Street Reconstruction Phase 11\2009 Street Reconstruction - Phase II Bid Summary Page 4 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 F Z" =t a SC DE RIPTION OF WORK ENGINEERS:•ESTIMATE ti BIDDER #7 `;: = BIDDER #8 BIDDER #9,,,; _ E ;` ST <' y QTY - UNIT; UNT I k„ _ PRICE TAL TO .' -2COST UNIT r• ;PRICE TOTAL - COST UNIT PRICE -,- TOAL T COST UNTS I PRICE TOTAL COST 1 Traffic Control at various locations. See SP 7-10.1 1 LS $5,500.00 $5,500.00 $4,500.00 $4,500.00 $19,640.00 $19,640.00 $2,000.00 $2,000.00 2 Grind 1.5" AC from lip of gutter to lip of gutter per plan. 112,000 SF $0.28 $31,360.00 $0.25 $28,000.00 $0.25 $28,000.00 $0.18 $20,160.00 3 Wedge Cut 1" AC pavement gutter key and conform (6' Wide Typical) as shown per plan. 4,500 LF $1.80 $8,100.00 $2.40 $10,800.00 $1.03 $4,635.00 $1.20 $5,400.0 4 Overlay 1.5" AC from lip of gutter to lip of gutter per plan. 1,750 TON $93.00 $162,750.00 $98.00 $171,500.00 $89.15 $156,012.50 $88.24 $154,420.00 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 $54.00 $3,024.00 $38.00 $2,128.00 $75.25 $4,214.00 $145.00 $8,120.00 6 4" to 6" deep base failure repair to be repaired on the same day. (in two 3" lift). (Aggregate Base Streets) 634 TON $145.00 $91,930.00 $120.00 $76,080.00 $119.24 $75,598.16 $116.00 $73,544.00 7 Remove and replace concrete Type A curb and gutter.(5_6' gutter pan) 470 LF $50.00 $23,500.00 $40.00 $18,800.00 $41.00 $19,270.00 $51.60 $24,252.00 8 Remove and replace concrete Type B curb and gutter.( 6' gutter pan) 450 LF $60.00 $27,000.00 $40.00 $18,000.00 $50.00 $22,500.00 $70.00 $31,500.00 9 Remove and replace concrete sidewalk 2,760 SF $12.00 $33,120.00 $8.00 $22,080.00 $7.35 $20,286.00 $8.30 $22,908. 10 Remove and replace concrete Residential or Commercial Driveway Approach. (Including depressed curb and gutter pan) 980 SF $15.00 $14,700.00 $9.00 $8,820.00 $11.75 $11,515.00 $13.10 $12,838.00 11 Construct Wheel Chair Ramp as per Caltrans STD. 12 EA $3,000.00 $36,000.00 $2,500.00 $30,000.00 $2,450.00 $29,400.00 $2,527.00 $30,324.00 12 Construct Asphalt Speed Cushion per plan 3 EA $5,000.00 . $15,000.00 $400.00 $1,200.00 $830.67 $2,492.01 $2,728.00 $8,184.00 13 Adjust MH riser ring to grade 18 EA $350.00 $6,300.00 $350.00 $6,300.00 $268.00 $4,824.00 $565.00 $10,170.00 14 Adjust water valve rim and barrel to grade 16 EA $200.00 $3,200.00 $300.00 $4,800.00 $168.00 $2,688.00 $245.00 $3,920.00 Q:\pw\PWENG\A_CONTRACTS\2009\2009 Street Reconstruction Phase 11\2009 Street Reconstruction - Phase [I Bid Summary 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 PAVEX CONSTRUCTION ITEM r ., }NO ; /' DESCRIPTION'OF WORK r `' ENGINEER S ESTIMATE . . :. BIDDER #7 BIDDER #8 < '=';BIDDER #9 �:: EST r.; QTY 1 ,UNIT UNIT RICE ,„% TOTAL s COST ... UNIT PRICE TOTAL ;x COST_ , , UNIT, T ,, PRICE TOTAL ' : COST UNIT• PRICE , TOTAL <. COST 15 Install 12" wide white thermoplastic stop bar/limit line 1,150 LF $2.50 $2,875.00 $2.60 $2,990.00 $2.75 _ $3,162.50 $2.60 $2,990.00 16 Install 'STOP' thermoplastic pavement legend 32 EA $85.00 $2,720.00 $113.00 $3,616.00 $75.00 $2,400.00 $113.00 $3,616.00 17 Install 'SLOW' thermoplastic pavement legend 4 EA $85.00 $340.00 $85.00 $340.00 $375.00 $1,500.00 $87.00 $348. 111 18 Install 'AHEAD' thermoplastic pavement legend 2 EA $85.00 $170.00 $95.00 $190.00 $90.00 $180.00 $98.00 $196.00 19 Install 'PED XING' thermoplastic pavement legend 1 SET $170.00 $170.00 $760.00 $760.00 $110.00 $110.00 $179.00 $179.00 20 Install '25' thermoplastic pavement legend 7 EA $85.00 $595.00 $50.00 $350.00 $60.00 $420.00 $53.00 $371.00 21 Install thermoplastic Bike Lane pavement 'SYMBOL' 8 EA $150.00 $1,200.00 $40.00 $320.00 $35.00 $280.00 $40.00 $320.00 22 Install thermoplastic Bike Lane Arrow 8 EA $85.00 $680.00 $24.00 $192.00 $35.00 $280.00 $24.00 $192.00 23 Install detail 4 3,600 LF $2.50 $9,000.00 $0.30 $1,080.00 $0.60 $2,160.00 $0.30 $1,080.00 24 Install detail 39 3,600 LF $2.00 $7,200.00 $0.30 $1,080.00 $0.60 $2,160.00 $0.30 $1,080.00 25 Install detail 39A 1,200 LF $2.50 $3,000.00 $0.30 $360.00 $0.60 $720.00 $0.30 $360.00 $100.1 $500.00 26 Install blue reflector 25 EA $20.00 $500.00 $4.00 $100.00 $15.00 $375.00 $4.00 27 Curb Painting (Red, Green,Yellow) 1 LS $2,000.00 $2,000.00 $1,000.00 $1,000.00 $1,145.00 $1,145.00 $500.00 28 Post overlay sweeping 1 LS $5,500.00 $5,500.00 $500.00 $500.00 $2,160.00 $2,160.00 $4,500.00 $4,500.00 29 Implementation of BMP's. See SP -7- 8.6 1 LS $600.00 $600.00 $100.00 $100.00 $1,000.00 $1,000.00 $2,000.00 $2,000.00 TOTAL $498,034.00 $415,986.00 $419,127.17 $425,572.00 c: Larry Patterson, DPW Susanna Chan, DDPW Otis Chan,. Senior Engineer Homayoun Ariasp, Assistant Engineer Bid Summary Binder Project File Q:\pw\PWENG\A_CONTRACTS\2009\2009 Street Reconstruction Phase 11\2009 Street Reconstruction - Phase II 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 0''' , DESCRIPTION OF WORK„ ,• ENGINEER StiESTIMATE 3 :,' " BIDDER #10 ,BIDDER #11 Y. jr 'BIDDER #12 '; EST `s QTY. , UNIT UNIT r PRICE_ TOTAL COST UNIT PRICE , ., TOTAL COST UNIT PRICE TOTAL COST UNIT } PRICE TOTAL COST 1 Traffic Control at various locations. See SP 7-10.1 1 LS $5,500.00 $5,500.00 $14,000.00 $14,000.00 $10,000.00 $10,000.00 $21,300.00 $21,300.00 2 Grind 1.5" AC from lip of gutter to lip of gutter per plan. 112,000 SF $0.28 $31,360.00 $0.63 $70,560.00 $0.90 $100,800.00 $0.25 $28,000.00 3 Wedge Cut 1" AC pavement gutter key and conform (6' Wide Typical) as shown per plan. 4,500 LF $1.80 $8,100.00 $3.00 $13,500.00 $5.80 $26,100.00 $1.80 $8,100.0 4 Overlay 1.5" AC from lip of gutter to lip of gutter per plan. 1,750 TON $93.00 $162,750.00 $99.00 $173,250.00 $105.00 $183,750.00 $107.00 $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 $54.00 $3,024.00 $215.00 $12,040.00 $49.00 $2,744.00 $174.00 $9,744.00 6 4" to 6" deep base failure repair to be repaired on the same day. (in two 3" lift). (Aggregate Base Streets) 634 TON $145.00 $91,930.00 $117.00 $74,178.00 $43.50 $27,579.00 $162.00 $102,708.00 7 Remove and replace concrete Type A curb and gutter.( 6' gutter pan) 470 LF $50.00 $23,500.00 $41.00 $19,270.00 $37.00 $17,390.00 $55.00 $25,850.00 8 Remove and replace concrete Type B curb and gutter.(<6' gutter pan) 450 LF $60.00 $27,000.00 $41.00 $18,450.00 $41.00 $18,450.00 $52.00 $23,400.00 9 Remove and replace concrete sidewalk 2,760 SF $12.00 $33,120.00 $10.00 $27,600.00 $10.00 $27,600.00 $9.80 $27,048.1, 10 Remove and replace concrete Residential or Commercial Driveway Approach. (Including depressed curb and gutter pan) 980 SF $15.00 $14,700.00 $11.00 $10,780.00 $12.00 $11,760.00 $11.00 $10,780.00 11 Construct Wheel Chair Ramp as per Caltrans STD. 12 EA $3,000.00 $36,000.00 $2,500.00 $30,000.00 $1,850.00 $22,200.00 $2,800.00 $33,600.00 12 Construct Asphalt Speed Cushion per plan 3 EA $5,000.00 $15,000.00 $2,500.00 $7,500.00 $1,500.00 $4,500.00 $2,000.00 $6,000.00 13 Adjust MH riser ring to grade 18 EA $350.00 $6,300.00 $565.00 $10,170.00 $1,030.00 $18,540.00 $150.00 $2,700.00 14 Adjust water valve rim and barrel to grade 16 EA $200.00 $3,200.00 $245.00 $3,920.00 $100.00 $1,600.00 $150.00 $2,400.00 Q:\pw\PWENG\A_CONTRACTS\2009\2009 Street Reconstruction Phase 11\2009 Street Reconstruction - Phase II Bid Summary Page 7 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 _NO : ENGINEER S rESTIMA E ? BIDDER #10.. BIDDER #11 BIDDER #12 '� = DESCRIPTION OF WORK , . F;' . ,. " x EST :4fa, . R ,UNIT UNIT . PRICE TOTAL „ COST . . . . UNIT PRICE TOTAL ' . COST ' UNIT PRICE.,. TOTAL . COST .PRICE ' UNIT TOTAL .._.°: COST 15 Install 12" wide white thermoplastic stop bar/limit line 1,150 LF $2.50 $2,875.00 $2.75 $3,162.50 $3.15 $3,622.50 $4.00 $4,600.00 16 Install 'STOP' thermoplastic pavement legend 32 EA $85.00 $2,720.00 $75.00 $2,400.00 $101.00 $3,232.00 $86.00 $2,752.00 $384.0 17 Install 'SLOW' thermoplastic pavement legend 4 EA $85.00 $340.00 $75.00 $300.00 $186.00 $744.00 $96.00 18 Install 'AHEAD' thermoplastic pavement legend 2 EA $85.00 $170.00 S90.00 $180.00 $311.00 $622.00 $130.00 $260.00 19 Install 'PED XING' thermoplastic pavement legend 1 SET $170.00 $170.00 $110.00 $110.00 $543.00 $543.00 $165.00 $165.00 20 Install '25' thermoplastic pavement legend 7 EA $85.00 $595.00 $60.00 $420.00 $132.00 $924.00 $75.00 $525.00 21 Install thermoplastic Bike Lane pavement 'SYMBOL' 8 EA $150.00 $1,200.00 $35.00 $280.00 $93.00 $744.00 $30.00 $240.00 22 Install thermoplastic Bike Lane Arrow 8 EA $85.00 $680.00 $35.00 $280.00 $76.00 $608.00 $30.00 $240.00 23 Install detail 4 3,600 LF $2.50 $9,000.00 $0.60 $2,160.00 $0.50 $1,800.00 $0.80 $2,880.00 24 Install detail 39 3,600 LF $2.00 $7,200.00 $0.60 $2,160.00 $0.60 $2,160.00 $0.90 $3,240.00 25 Install detail 39A 1,200 LF $2.50 $3,000.00 $0.60 $720.00 $0.80 $960.00 $0.85 $1,020.00 $125.1 $1,000.00 26 Install blue reflector 25 EA $20.00 $500.00 $15.00 $375.00 $26.00 $650.00 $5.00 27 Curb Painting (Red, Green,Yellow) 1 LS $2,000.00 $2,000.00 $1,145.00 S1,145.00 $706.00 $706.00 $1,000.00 28 Post overlay sweeping 1 LS $5,500.00 $5,500.00 $1,000.00 $1,000.00 $3,500.00 $3,500.00 $2,000.00 $2,000.00 29 Implementation of BMP's. See SP -7- 8.6 1 LS $600.00 $600.00 $1,500.00 $1,500.00 $5,600.00 $5,600.00 $500.00 $500.00 TOTAL $498,034.00 $501,410.50 $499,428.50 $508,811.00 c: Larry Patterson, DPW Susanna Chan, DDPW Otis Chan, Senior Engineer Homayoun Ariasp, Assistant Engineer Bid Summary Binder Project File Q:1pw\PWENG\A_CONTRACTS\2009\2009 Street Reconstruction Phase 11\2009 Street Reconstruction - Phase II Bid Summary Page 8 EXHIBIT B 2009 Street Reconstruction Project — Phase II Locations Street Name From To S Claremont Street 10th Avenue 16th Avenue Colegrove Street 36th Avenue 41st Avenue Edinburgh Street Aragon Blvd Avila Road ADMINISTRA NVE REPORT TO THE CIT ANAGER TO: DATE: Susan M. Loftus, City Manager APPROVED BY: June 28, 2010 / SUBMITTED BY: Otis Chan, Senior Engineer x7305 atterson, P. Works Dir. SUBJECT: CONTRACT CHANGE ORDER NO. 1; 2009 STREET RESURFACING PHASE H CITY PROJECT NO. 467004-46000-7036 RECOMMENDATION: That the City Manager authorize the Director of Public Works to approve Contract Change Order No. 1 to G. Bortolotto & Co. Inc., with offices at 580 Bragato Road, f n Carlos, A, 94070, for the 2009 Street Resurfacing Phase II Project, in the amount of $42,030.00. APPROVAL TO ENTER INTO AGREEMENT: SUPPLEMENTAL PURCHASING INFORMATION TYPE OF CONTRACT: Construction PROCEDURE USED: Change order Number of Quotations: N/A Contract Required Yes ® No ❑ Insurance Required Yes ® No ❑ Bonds Yes ® No ❑ Prequalification Yes ❑ No BACKGROUND: On January 4, 2010, the City Council awarded a contract to G. Bortolotto & Co. Inc., with offices at 580 Bragato Road, San Carlos, CA, 94070, for the 2009 Street Resurfacing Phase II Project in the amount of $1,075,427.22. This change order in the amount of $42,030.00 will compensate the contractor for the following work: • Construct three catch basins, • Additional AC work at 5 intersections, • Delete engineering fabric at Mariner's Island Blvd but provide tack coat prior to paving With this change order 1, the total contract amount will be revised to $1,117,457.22. BUDGET IMPACT: Funds are available in Street Reconstruction Project No. 467004. ENVIRONMENTAL REVIEW: N/A EXHIBITS: A. Draft Contract Change Order No. 1. c: City Attorney Purchasing Project Engineer/Project Analyst Business Administrator Project File/Public Works A.R. Binder (under $100,000.00) Q:\pw\PWENG\A_AR\2010\chan\2009 St Resurfacing Phase II - CCO# I.doc CITY OF SAN MATEO PUBLIC WORKS DEPARTM 330 WEST 20TH AVENUE SAN MATEO, CA 94403 (650) 522-7300 CONTRACT CHANGE ORDER PROJECT: 2009 Street Resurfacing — Phase II, City Project No. 467004-46000-7036 TO: Mr. Robert Bortolotto G Bortolotto & Co. 580 Bragato Road San Carlos, CA 94070 CONTRACT CHANGE ORDER NO. 1 -Contract Change Order Purchase Order No. 46-01566 June 28, 2009 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 Following is a description of work to be done, estimate of quantities, and prices to be paid. • Construct one type G catch basin at 14th Avenue at B Street • Construct two type G catch basins at 16th Avenue at B Street • Modify five (5) intersections to remove unsafe situations created by the installation of wheelchair ramps on steep street slopes (28th/31St 31St/Verdun, Barneson/Shafter, 28th/Mason and 28th/Monterey) • Provide tack coat on Mariner's Island Blvd instead of engineering mat Total cost of change not to exceed: $42,030.00 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, 10 days extension of time will be allowed. Date Accepted: Contractor: G. Bortolotto & Co. By: Title: DISTRIBUTION: Purchasing Department, City Clerk, Contractor, Construction Manager, Project Analyst, Project File STATEMENT OF ACCOUNT Original Contract Price $1,075,427.22 Previous Change Order 0 Total to date $1,075,427.22 This Change Order $42,030.00 Revised Contract Price $1,117,457.22 Date Approved: By: LARRY A. PATTERSON, Director of Public Works NOTE: This change order is not effective until approved by the Director of Public Works. Q:\pw\PWENG\A_CONTRACTS\2009\2009 Street Resurfacing Phase lI\CCO#l.doc AD INISTRATIVE REPORT TO THE DEPUTY DIRECTOR OF PUBLIC WORKS TO: Susanna Chan, Deputy Dir. of Public Works DATE: February 10, 2010 SUBMITTED BY: i.' (,.•, Otis Chan, Senior Engineer (650) 522- 7305 SUBJECT: CONSTRUCTION INSPECTION SERVICES-GHIRARDELLI ASSOCIATES 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 $23,980.00. APPROVAL TO ENTER INTO AGREEMENT: 1/o 4 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 ® No ❑ Bonds Yes ❑ No Prequalification Yes ❑ No .® Exception: Immediate backfill of the position is necessary due to inspection shortage. This consultant was selected through a request for proposal process and is currently providing construction support services to the city. BACKGROUND: Starting on February 10, 2010, Jim Vann, construction inspector, will have hip surgery due to injury since July 2007. Starting on February 22, 2010, Jai Raj, Junior Engineer for inspection, will be on vacation for two (2) weeks. With the 2009 Street Reconstruction Phase II, 2009 Street Resurfacing Phase I and II, Cavanagh Street Reconstruction, and 2010 Citywide Wheelchair Ramp construction happening concurrently, it is necessary to immediately backfill the inspection position with outside experienced personnel to provide adequate construction oversight. Ghirardelli Associates is currently providing construction supports for the 2009 Street Reconstruction Phase II 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 ADMINISTRATIVE REPORT T YY DIRECTOR OF PUBLIC WORKS EMERGENCY CONSTRUCTION SERVICES February 10, 2010 Page 2 of 2 for six weeks in a not -to -exceed amount of $23,980.00. It is anticipated that this inspector will be assigned to the 2009 Street Resurfacing Phase I and other projects as needed. BUDGET IMPACT: This Professional Services contract is budgeted in the Street Resurfacing Project 467004. ENVIRONMENTAL REVIEW: This project is categorically exempt under CEQA guidelines Section 15301, "Existing Facilities." EXHIBITS: A. Agreement attached c: Finance Project Engineer PW Business Administrator Project File Public Works A.R. Binder (under $100,000.00) Q: \pw \PW ENG\A_AR\2010\ch an\EMERGENCYCONTRACT-Gh irardell i. DOC