HomeMy Public PortalAboutThe West Hillsdale Boulevard/Route 92 Ramp ModificationsP80013-0
CITY OF SAN M41E0
DEPARTMENT OF PUBLIC WORKS.
•
•
•
•
SPECIAL PROVISIONS
NOTICE TO CONTRACTORS
PROPOSAL AND CONTRACT
FOR THE WEST HILL.SDALE BOULEVARD/ROWE 92
RAMP MODIFICATIONS
IN
SAN MATEO COUNTY, IN SAN MATEO
FOR USE IN CONNECTION WITH STANDARD SPECIFICATIONS
DATED JANUARY, 1978, AND STANDARD PLANS DATED MARCH; 1977
OF THE CALIFORNIA DEPARTMENT CF TRANSPORTATION
AND
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 1979
PREPARED BY
LKS ASSOCIATES
405 14TH STREET, SUITE 610
Q41Q.AND,-CALIFORNIA 94612
•
OCTOBER 1981
SUMMARY OF BIDS RECEIVED FOR
CITY OF SAN MATEO, CALIFORNIA.
WEST HILLSDALE BOULEVARD/
ROUTE 92 RAMP MODIF/CATIONS OPENED Nov. 17, 1981 REQUISITION NO.
P.O. NO.
BID
ITEM
DESCRIPTION
OF ITEM
QUANTITY
ESTIMATE
ENGR'S. ESTIMATE
KEYCO ENGRG. CORP.
PIAZZA CONST. CO-
RAIBQI 9mpnipp
•
• a
LITON ••NST, CO,
FIRE SITE DTA CO-
CORP.
UNIT
TOTAL
UNIT
TOTAL
UNIT
TOTAL
UNIT
TOTAL
UNIT
TOTAL
UNIT
TOTAL
UNIT
TOTAL
.QUILT
UNIT
TOTAL
1.
Maintaining Traffic
LUMP SUM_LS
.18,000
7 500 nn
7,500.
7,500.00
52,645.
2,645.00
10,500.00
3.000
7,000100
4 '
2.
Mobilization
UMP
0
1st
410
,. •,
2 500.00
2 500.
2 500.00
2,470.
2,470.00
2 500.00
2 500
2.500 ••
6 .2.1•
14 108 11
6 162.16
Illlllll,
iii.-
Cld f Irrigation
Sys�e� UMP
SUM LS
IIIIIIII it
Mil
IIIIIIIIIIIIPII
lellg
a
• • •
160.
160.00
300.
300.00
500.00
500.00
500
500.00
454 05
3.500
3.500.
J non 00
4 00
4.000 00
2.000
-
2.900.00
5,775.
5 775.00
2
2 100 00
5.
Clearing and Grubbing
UMP SUM LS
.•
7.500
• •,• 00
1 ••
1 500 n0_
3,450
3,450,00
5L625.
5,625.00
®
,
•.
6.
Roadwa Excavation
300 CY
40
12 000
,,• ,
15.
4 500.00
13.20
3 960.00
`E '
19 49
5 847.00
7.
Structure Excavation
Er
Erirrill
rilligliMil
WI
III
30.
7 230.00
MI IIIII IIIIIIIIIIIIII
8. • 7
(F)
8
structure Barkfill (Fl
ISO a
13 500
7 ,fin nn
7.6. •
a 110 00
6 120 •,
17.60
3.1.68,00
5-
21.24
3 823.20
9.
lass 2 Aggregate Base
165 TONS
40
6,600.
•,
3,135.00
16.0•
2,640.00
5,610.00
18.00
2.970.00
2 475 nn
g
2 gin An
16.51
2 724.15
10.
sphalt Concrete (Type
}15 TONS
60
6,900.
• .•
5,750.00
60.0•
6,900.00
7,015.00
54.20
6,222,00
4-21n n
5 75n nn
59.24
6 812 60
11.
lass A Structure
73 CY
200
14,600,
270.0.
19 710.00
4 65
'36 95
17 297. 5
(Ret. Wall)
•
(F) MIoncrete
garAr Reinforcement F
1
• •.
, •,
0.60
0.65
2 418
13.
reeable Material
160 TONS
30
4.800.
20 n,,
a 20n on
n
a non n0
a-nnn n
2 •
3.728 •,
3,520 0•
JS n
7 400 00
iS
00
(Class 2)
-
nn
2 Ran on
14.
inor Concrete
19 CY
200
3.800.
175.00
3.325.00
200 •,
3 800 00
S., •• •,
312.00
SSJB 00
4,275 00
380 00
7.220 00
•24,32
6,162.08
Miscellaneous Const.
25.
:tai Beam Guard Rail/ '
150 1.2
4.500
3.000.00
•,
2 250 00
iR
s^ypn nn
2.475.00
••
2.400.00
47.00
7.050 00
2,919.00
(Wood Post)
16.
.tal Beam Guard Rail-
1 EA
440.
,•
450.00
450 on
ann
ann nn
,•
'inn no
800.00
1.800 00
I '
378.38
'ng Anchor (Breakaway
.
115 nn
VPe A)
17.
tal Beam Guard Rail-
1 EA
370.
100 on
inn nn
45
350.00
•
205 nn
300.00
1.800
1.800.00
324.32
'mg Anchor (Breakaway
B)
• ..J
,
•• a
„•
. n, a
20000
20000.00
,
, • •
2 ,•, ,,
,,
,.
21,309.19
• „
•,.
BUbto
al
130.280.00
Contingencits (3.6
)
4,720.00
•
AL
135,000.00
qn nAn nn
.gayan
nn
98,755,00
$99,617 35
105,864,00
$107,950.00
•108,942.44
CITY OF SAN MATEO, CALIFORNIA.
WEST BILLSDALE BOULEVARD/
SUMMARY OF BIDS RECEIVED FOR ROUTE 92 RAMP MODIFICATIONS OPENED Nov- 17, 1981 REQUISITION NO. P.O. NO.
RL NO.
SID
ITEM
DESCRIPTION
OF ITEM
QUANTITY C.P.
ESTIMATE
'NGR'S ESTIMATE
ARCHIBALD
ipAyAND err/EaGRADINGp3NCMc
ar„ a
.
J_ , 5.,-
_,,,o
•• ,
UNIT
TOTAL
UNIT
TOTAL
UNIT
TOTAL
UNIT
TOTAL
UNIT
TOTAL
UNIT
TOTAL
UNIT
TOTAL
UNIT
TOTAL
1.
Maintaining Traffic
LUMP SUM LS
18,000
$ 18,000.
$7,500
$ 7,500.00
L.S.
9,500.00
,.,
7,000.
17,000.0..$-0-
7,500.00
2.
Mobilization
MP SUN IS
5.000
5.000
2.500
2,500.00
L.S.
2,500.00
2,500.00
2,500.
2,500.0,
-0-
2,500.00
3.
AaJUSt unaaTaraln Mise
to grade
1 Ma
5 ,,
99n
0' ,.
600.0,
600.00
' . ,
,.
170.
170.0,
400.0,
400.00
q,
sfex Irrigation
LIMP SUM LS
3.500
.,
MN
... n
-
,., „
. n
6 300.
6 0, 0. .
n, ..
... ..
5.
Clearing and Grubbing
IMP SUN LS
7300
7.500
2,000.00
L.S.
7.500.00
7 500
7 500 00
15,000.
15,000.0,
.175
12175 00
.■
6.
ation
xcavation0
300 CY
40
12,000.
15,000.00
13.00
1900.00
21.4
6. 0'
13.0,
3.900.0,
38. .
550.00
7.
RRoadwayrEadway
241
• 025 00
14.00
3 374.00
57.10
22.0.
5 302.0.
M3.
9 278,50
(F)
R
Stnmture RArkfill IFI
1Mo ry
75
11 Snn
5,400 00
17 00
3,060.00
25
4 590 0n
38.0.
6,840.0.
10 .
S S17 nn_
9.
lass 2 Aggregate Base
165 TONS
40
6,600.
3.300 00
13 50
2 227 50
IR
1 052 50
28.0.
4.620.,.
32.8•
5,421.90
10.
-Sphalt Concrete (Type
115 TONS
60
6,900.
6.900 00
62 50
7.107.50
55.5,
6,382.50
60.0.
6,900.0.
64.3
7,400.25
)
11.
lase A Structure
73 CY
200
14,600.
26,645.00
425 00
31 025 00
425,0,
31.025.00
20 01
23.360.0.
386 .0,
28,178.00
•aerate (Ret. Wall)
(F)
12.
ar Reinforcement (F)
3.720 705,
1
3.720.
2,790.00
2 00
7 440 00
0.52
1.934.40
1.00
3.720.0.
0 ..
2 232.00
13.
-rmeable Mater al
16, L,,.
,
. n
. ..
.,
, ..
22.60
3 616.00
36.00
5,760...
32/8•
5,257.60
(Class 2)
14,
inor Concrete
19 CY
200
,,,800.
•, •,
3.800.00
300.00
5,700.00
195.00
3,705.00
250.00
4,750.0'
436.0'
8,284.00
(Miscellaneous Conat.I
-
15.
-tai Beam Guard Raili •
150 LP
30
- 0,
• ,..
2.400.00
15 7n
7 155 on
16.75
2,512.50
16.00
2,400.0.
20.0,
3,000.00
(Mood Post)
16.
. tal Beam Guard Rail-
1 EA
44'
440.
350.00
300.00
300.00
378.00
378.00
310.00
310.0.
520.0,
520.00
nq Anchor (Breakaway
A)
17.
-tai Beam Guard Rail-
1 FA
370
370
300.00
280.00
280.00
325.00
325.00
290.00
290.0'
520.0'
520.00
n•.An hor Breaka
_
RIIIIIIIIIMIMMIIII,
bi' i.
Mew=
E 5,0
16 500.00
L.S.
21 000.00 •0,8]1.
20,871.00
000.
16,000.0.NM
21 682.00
=
_
Subto
.1
M
, 280 ,0
Contingencies (3.6
)
4,720.00
•
AL
135,000.00
_,
.• , ,.
113 669.0'_
120 549.00]_IPMMIR
IIIIIIIII♦ Ii-_-
Ern
WEST HILLSDALE BOULEVARD/ROUTE 92 RAMP MODIFICATIONS
SAN.MATEO, CALIFORNIA
Engineer's Estimate
Item Description Estimated Unit Total Amount
No. of Work Quantity UNITS Price of Item
1. Maintaining Traffic LUMP SUM LS $ 18,000.00 $ 18,000.00
2. Mobilization
LUMP SUM LS $ 5,000.00 $ 5,000.00
3. Adjust Underdrain Riser
to Grade
1 EA $ 590.00 $ 590.00
=4. Modify Irrigation System LUMP SUM LS $ 3,500.00 $ 3,500.00
5. Clearing and Grubbing LUMP SUM LS $ 7,500.00 $ 7,500.00
6. Roadway Excavation
300 CY $ 40.00 $ 12,000.00
7. Structure Excavation (F) 241 CY $ 60.00 $- 14,460.00
8. Structure Backfill (F) 180 CY $ 75.00 $ 13,500.00
9. Class 2 Aggregate Base
10. Asphalt Concrete (Type A)
165 TONS $ 40.00 $ 6,600.00
115 TONS $ 60.00 $ 6,900.00
11. Class A Structure
Concrete (Ret. Wall) (F) 73 CY $ 200.00 $ 14,600.00
12. Bar Reinforcement (F)
3,720 LBS $ 1.00 $ 3,720.00
13. Permeable Material
(Class 2)
160 TONS $ 30.00 $ 4,800.00
14. Minor Concrete
(Miscellaneous Construction) 19
CY $ 200.00 $ 3,800.00
15. Metal Beam Guard Railing
(Wood Post)
150 LF $ 30.00 $ 4,500.00
16. Metal Beam Guard Railing
Anchor (Breakaway Type A) 1 EA $ 440.00 $ 440.00
1%. Metal Beam Guard Railing
Anchor (Breakaway Type B) 1 EA $ 370.00 $ 370.00
18. Modify Traffic Signal LUMP SUM LS $ 10,000.00 $• 10,000.00
P-PWx-25
P -2a
Subtotal $ 130,280.00
Contingencies (3.6%) 4,720.00
Total $ 135,000.00
Manager
Attorney
J'lerk 'II 1
ROUTE TO Admin. Services (J.deR.) Date of Opening %Y&J r 7, (98i
,A
AV'
FROM: Bruce 17 Nor i
(Person Opening Bids)
RE: BID RESULTS INFORMATION
• Project Title
Time:
2:00 PM
W. HJkdak MlucVs-haft- Roo - 92 Rail MJ;{cgIcws
O Department Coordinating RAolic Woricr, (Person)
• City Estimated Cost t I3s 000
Funding Source
-90-81 Zy
25sDDtxs/ADDRESS
BASE BID
ALTERNATES
I TOTAL BID
IBO Cone ie-,Tnc
I33/PIG.2
39151 zwissic Waco -
union C'J+j,CA 94587
7_1n1.10ald
Pcavi✓`a Inc .
109 I30.0
Pb 5ok 37
Redwood CAT, CQ 94o6t
Li 1es FaviAigrGrading/Inc.
I13,64?cc
YC
SI2L1
N knl-f-on AV e
R I rd1CA 74s LI
(over)
(NOTE: FOR COMPLEX BIDS USE REVERSE SIDE)
Follow-up Responsibilities:
A) Recommendation of Award Memo
B) Affirmative Action
Name/Department
C) Resolution (Rejection Only),
D) Contract/Bonds/Insurance
E) Purchase Order
2/17/78
4y ClerL
BIDDERS
Name/Address
RESULTS
C
A
ne-
Sr1r Jab e vr) C—
12
al Markel Si.
(079So.c
`pan crrnicito
,CA
:coec� Lnre-e-ri
Cott
90 06a(
11270 old BD y
o Rival
B f -lumen. CA 940/0
i4on
Cc,.ncrucfjon
Cr,
(os BGL4.c
Po Ro)c 1409
artcf- ,cA 9s/o9
.C. Jams
4 .,-NS
99,G►7.9
15oRu4S4.
RecLeieri CA 914710
Quico Cisfip
19 7�7.?
399 Freda_ Si-
'
tog/9H2.L.
Sag) Locke) cM 94677
E. KA!Iin
/
C \ ru.c...4:;5,n/ibnc_.
12s1/22.cc
951440-
A\,_.
Mouerfa in V1P.i CA 94090
:ise,lek re-
9g/ 7SS,
rpSgrticit
Pd Box 22310
Sin ce/
GA 95109
Li-
F �h udio.n,Ine.
1 I2 SC
3737 Broadwa
12.9 re.-1re.-19.0:59.0
nn /'
tta za Con ntfidion CO
9�i,630.00
Pc3. Box 73SSo
Sour
Soa/CA 961 SR
0
0
as
As
(coed
CITY OF SAN MATEO, CALIFORNIA.
SUMMARY OF BIDS RECEIVED
BID DESCRIPTION QUANTITY
ITEM OF ITEM ESTIMATE
WEST HILLS➢ALE BOULEVARD/ (Pg. 1 of 2)
FOR ROUTE 92 RAMP MODIFICATIONS t2ENED Nov. 17, 1981 REQUISITION NO. P.O. NO. R.I. NO
7 -1 1
ENGR'S. ESTIMATE PIAZZA COAST. CO. KEYCO ENORG. CORP.
UNIT
TOTAL
UNIT TOTAL
UNIT TOTAL
1. Maintaining Tra
2. Mobilization MAR SUM LS
5UJus1 unaerarain (User
3 to Grade
4, %ax Irrigation
5. Clearing and Grubbing .IIMP SUM IS
6. Roadway Excavation 300 CY
7. Structure Excavation 241 CY
c LUMP SUM LS
Po
.UMP SUM IS
(F)
B Ctructure Brokfill If) Inn 'v
9. Class 2 Aggregate Base 165 IONS
)18,000
5.000
S00
3.500
7.500
40
60
75
40
$ 18 000 (57_566 A 'LSnn nn
5.000. 2.500. 2,500.00
590
3.500.
7.500.
12 000
14.460.
13.500
6,600.
10. Asphalt Concrete (Ty
}15 T4S
60
6,900.
A)
11. Class A Structure 73 CY
200
14,600.
4 non 4,11
17 5 100 00
12.050.0
1 700 6 1 700 nn
1'.000 1.000.00
00 300 00
1 000 1 O00 on
R non on
.00
5 eQ 3615.00
RATACA,OTRACTOReo
UNIT I TOTAL
37,500. 5 7.500.00
2,500.
160.
2.000
3.450.
15.
30
2,500.00
160.00
2,000.00
3,450.00
4,500.00
7,230.00
0 C JONES 6 SON;_, LITON (DNST. CO. EMPIRE ITE ➢EV.CORJ.QUICO CORP.
UNIT
$2,645.
2,470.
300.
5_,775.
5,625.
13.20
14 3n
TOTAL UNIT
$ 2,645.00 $ L.S.
2,470.00 L.S
300,00 500.00
5,775.00
.S.-
5 625.00 L S
3,960.00 9 p0
3 446 30 12 nn
TOTAL
$ 10,500.00
2,500.00
500.00
2,200.00
10,060 00
2 200 00
2 AO, nn
UNIT TOTAL UNIT 'TOTAL
$ 3.000 $ 3,000.00 lig308 ,11814 108 1).
2.500 2.500.00 6162.16 6,162.16
500 500.00 454.05 454.05
2,7nn 2.700.00_ 3.31124 3.243.24
3.500 3,300 00 p 91764 9 917 84
16 4.800_00- 19.49 5,847.00
in a 3-n on 8 97
2.161 77
6 en 4,77n nn 12 na 2,16n 011
16.00 2,640.00 19.00 3,135.00
60.00 6,900.00
270 OE 19 710.00
50.00 5,750.00
4
34
34
61
6.320 00
5,610.00
7,015.00
17.60
18,00
54.20
3,108.00 26 an
2.970,00 15 an
6.233.00 54 00
5 nan.00
2 475 nn
R 218 an
48 R 640 00
21,24 3,823.20
IA 2 gin nn 16.51 2,724.15
5a 5,75n_1n 59.24 6,812.60
Concrete (Ret. Wall)
(F)
12. 42ar Reinforcement (F) 3.720 LBS
13. Permeable Material 160 TONS
(Class 2)
14. Minor Concrete 19 CY
(Miscellaneous Const.)
15. (decal Beam Guard Railing 150 LF
(wood Post)
1
30
200
30
3 720
4 800
3 BOO
4 500
1 OC 3 720 00
19.or 1 040 00
200 0C 3 Ran no
1 Dm \ OD on
20 n0 3 200 nn
175.0Q, 3.325.00
00
14.600 00
433.65
31.656.45 140 an
24.820.00
250 1A 250 in 836.95 17.297.35
25
1.72n 00
a flnn on
n H1
21,30
3,087.60 T co,nn
3.728 00 22,00
2 712 00
3,520 00
0.60 2.232,00 0.65 2,418.00
15 no 2.400 00 3R on ',Ann 00
100
6. inn nn
312 00
5 320 00 225.00
4.225 00
38900
7.220,06 1124.32 6,162,06
A
1. Ann nn
16.50
2 475 pa 16,00
2.400.00
47.00 7.050.00 19.46 2,919.00
6. Metal Beam Guard Rail- 1 EA
lnq Anchor (Breakaway
A)
7. Metal Beam Guard Rail -
lug Anchor (Breakaway
Ype 5)
EA
1$. dodifv Traffic Signal LUMP 50M LS
440
370
10.000
440
370
10.0110
50 nr 350 00
Inn OS 100 an
4 000 14 000 no
350 00 350.00
0000
400.
Ann nn
1)5 nn
115 04 100,._00
nn nn
800.00 1.80n 00 3378.38 378.38
n
350.00
295 OQ
7q5 00 300.00
300.00
1
1,800, 1.900 00 324.32 324
300 21.300 00
20,000
20,000.00 15 540
15 540 nn L 5
23 000.00
2R 500
2H 50n 00 .21 13419 21,309.19
Subto al
Contingencies (3.6
'130 280 00
4,720.00
TO' AL
Ad]ustment for Bid Ite7 51
(Specifications called Sir
minimum bid of $7,500.00)
*As corrected. (Revised 11-30-81)
135,000.00
'94,636 nn
n 060 an
5,000.00
95,860,00
8,755.00
$99.617.35
4,855.00
105,864 00
07,950.00 5108,942.44+
4,500.00
04,472.35• 112,450.00*
CITY OF SAN MATEO, CALIFORNIA
SUMMARY OF BIDS RECEIVED FOR
' (Pg. 2 of 2)
WEST NTLLSDALE BOO EVARO/
ROUTE 92 RAMP MODIFICATIONS OPENED Nov. 17, 1981 REQUISITION NO.
R I NO
DID
DESCRIPTION _
OF ITEM
QUANTITY
ESTIMATE
MGR'S. ESTI NATB
4 C.F.ARCIIIBALO
I RAE GRADINGPINCNG
1 5 r
A.E.
am,
_ .
,hzITEM
v.
UNIT
TOTAL
UNIT
TOTAL
UNIT
TOTAL
UNIT
TOTAL
UNIT
TOTAL
UNIT„
TOTAL
UNIT
TOTAL
UNIT
TOTAL
1.
Maintaining Traffic
LUMP SUM LS
'18,000
$ 18,000.
51,500
•2.500 2,500.00
9,500.00
... .,
000
11
-0-
b 7,500.00
2.
Mobilization
Adjust unoorarain Rise
�UMP SUM L9
5.000
4 nog
1, 1
„
-0-
2,500.00
3
1 Fa
Son
son
,2 11
,1
.. ..
..
1
1„
400.00
400.00
4.
�todGradee
S a el Irrigation
e
L.
'll
,
ea. is
5.
clearing and Grubbing
,OMP SIMM IS
7.500
7.500
S 000
2.000.00
L S.
7,300.00
7 500
7 500 1,
11000
. 15,000.01
175
12.175 00
6.
Roadway Excavation
300 CY
40
12.000.
50.
15,000.00
13.00
3,900.00
21 45
6.415-00
13.00
1,900.0.
38.50
11.550.00
7.
Structure Excavation
241 CY
60
14.460.
, 25
6.025,00
14.00
3,374.00
13.1C
3.157.10
22.00
5,302.01
38-5C
9,278.50
(F)
a
CTrurjur,. Rai -159111 (Fl
1RA ry
75
11 500
In
4 400 00
17 00
3 060 00
25 SC
4.590 00
38.00
6.840.01
in 65.
5 517 no
9.
Class 2 Aggregate Base
165 TONS
40
.6,600.
20
3 300 00
11.50
2 227.50
3R 5(
3 n52 50
28.00
4.620.0.
32.86
5,421.90
10.
Asphalt Concrete (Type
115 1CklS
60
6,900.
60
6.900.00
62.50
7.187.50
55.5C
6.382.50
60.00
6.900 00
64.35
7,400.25
A)
11.
Class A Structure
73 CY
200
14,600.
365.
26,645.00
425.00
31.025.00
425.0C
31,025.00
340.06
23.360 01.
386.00
20,178.00
Concrete (Ret. Wall)
(F)
=a Reinforce-,
.
1
2 790.00
1,
. . 1 ,,
0.52
1,934.40
1.00
3 720.01
1 .
13.
Permeable Material
160 TONS
30
4 800
22 OQ
3.520.00
17 nn
9 79n nn
22.60
3,616.00
36.00
5,760.01
32/8E
5,257.60
(class 2)
14.
Minor Concrete
19 CY
200
3 800
200.00
3.800.00
300.00
5,700.00
195.00
3,705.00
250.00
4,750.01
436.00
8,284.00
(Miscellaneous Const.)
15.
Metal Beam Guard Railii
(Wood
150 LF
30
4 500
16.0Q
2.400.00
15 70
J 155 00
16.75
2,512.50
16.00
2,400.0,
20.0C
3,000.00
Post)
16.
Metal Beam Guard Rail-
1 EA
440
440
,T50.0Q
350.00
300.00
300.00
378.00
-378.00
310.00
310.01
520.00
520.00
I
Inc, Anchor (Breakaway
PYPe A)
17.
Metal Beam Guard Rail-
1 EA
370
370
300.00
300.00
280.00
280.00
325.00
325.00
290.00
290.0,
520.0C
520.00
anq Anchor (Breakaway
type B)
48.
Modify Traffi Signal
LUMP SUM LS
10.000
10.000
16.500
16,500.00
L.B.
21,000.00
0,871.
20,871.00
15,000.
16,000.01
21,602.
21,682.00
Subto
al
110 280 00
Contingencies (3.6
)
4,720.00
TO
AL
•135,000.00
<lOq
lie no
$113,669.00
120,549.00
5125 122 5
111
416 25
I
*As corrected.
4
NOTICE INVITING SEALED PROPOSALS
WEST HILLSDALE BOULEVARD/ROUTE 92 RAMP MODIFICATIONS
CITY OF SAN MATEO, CALIFORNIA
1. Sealed bids will be received by the City Council of the City of San Mateo,
California, for West Hillsdale Boulevard/Route 92 ramp modifications and other
work as shown on the Contract Drawings No. 4-24-26 (4 sheets) and as described
in the Special Provisions and APWA-AGC Standard Specifications for Public Works
Construction, 1979 Edition, and all addenda thereto.
2. The Contract Book, plans and proposal forms are available at the Public
Works Department, City Hall, 330 West 20th Avenue, San Mateo, California. A
non-refundable fee of $10.00 per set is required.
3. 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.
is notified that he shall comply with the requirements for
as set forth in Special Provisions SP -7-2.3.1 through
4. The Contractor
Affirmative Action
SP -7-2.3.9.
r 5. The time of completion for this contract shall be fifty (50) working days,
beginning from the date of Notice to Proceed.
6. The right is reserved, as the interest of ;he City may require, to reject
any or all bids, to waive any informality in bids, and to accept or reject any
items of the bid.
7. The general prevailing rate of wages applicable to the work to be done is
as shown on the Prevailing Wage Scale - General on file in the office of the
City Clerk. The Contractor is required to post the latest wage determination
at the job site.
8. Said sealed proposals shall be delivered to the City Clerk, City Hall,
330 West 20th Avenue, San Mateo, California 94403, at or before 2:00 p.m.,
November 17, 1981, and they shall be opened and read by the City Manager at
said date and time at a public meeting called by him.
R
9. Said City Manager shall report the
Council at a later date; at which time
to the lowest responsible bidder as so
dictate, City Council may exercise its
any or all bids.
results of the bidding to the City
the City Council may award the contract
reported; or as the City's interest may
right to modify the award or to reject
10. The City reserves the right to retain the Contractor's ten percent
retention for a period of thirty-five (35) calendar days beyond the filing of
the Notice of Completion with the County.
Dated: October 1981
P-PWx-22
/s/ DONNA S. RICHARDSON, MAYOR
NOTICE INVITING SEALED PROPOSALS
WEST HILLSDALE BOULEVARD/ROUTE 92 RAMP MODIFICATIONS
CITY OF SAN MATEO, CALIFORNIA
1. Sealed bids will be received by the City Council of the City of San Mateo,
California, for West Hillsdale Boulevard/Route 92 ramp modifications and other
work as shown on the Contract Drawings No. 4-24-26 (4 sheets) and as described
in the Special Provisions and.APWA-AGC Standard Specifications for Public Works
Construction, 1979 Edition, and all addenda thereto.
• 2. The Contract Book, plans and proposal forms are available at the Public
Works Department, City Hall, 330 West 20th Avenue, San Mateo, California.. A
non-refundable fee of $10.00 per set is required.
3. 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.
4. The Contractor is notified that he shall comply with the requirements for
Affirmative Action as set forth in Special Provisions SP -7-2.3.1 through
SP -7-2.3.9.
• 5. The tine of completion for this contract shall be fifty (50) working days,
beginning from the date of Notice to Proceed.
6. 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 or reject any
items of the bid.
7. The general prevailing rate of wages applicable to the work to be done is
as shown on the Prevailing Wage Scale - General on file in the office of the
City Clerk. The Contractor is required to post the latest wage determination
at the job site.
8. Said sealed proposals shall be delivered to the City Clerk, City Hall,
330 West 20th Avenue, San Mateo, California 94403, at or before 2:00 p.m.,
November 17, 1981, and they shall be opened and read by the City Manager at
said date and time at a public meeting called by him.
9. Said City Manager shall report the
Council at a later date, at which time
to the lowest responsible bidder as so
dictate, City Council may exercise its
any or all bids.
10. The City reserves the right to retain the Contractor's ten percent
f. retention for a period of thirty-five (35) calendar days beyond the filing of
the Notice of Completion with the County.
Dated: October 1981
P-PWx-22
results of the bidding to the City
the City Council may award the contract
reported; or as the City's interest may
right to modify the award or to reject
/DONNA S. RICHARDSON, MAYOR
- Proposal °orm
- Schedule of Bid Items
- List of Subcontractors
- Bidder's Statement
- Certificate of Nondiscrimination
P -I
P-2
P-3
P-4
P-6
- Certificate of Payment of Prevailing Wage Scale P-7
- Agreement for Public Improvement - City of San Mateo P-8
P-PWx-23
WEST HILLSDALE BOULEVARD/ROUTE 92 RAMP MODIF[CAT'ONS
CITY OF SAN MATEO, CALIFORNIA.
PROPOSAL FORM
TO THE HONORABLE CITY COUNCIL
.CITY OF SAN MATEO, CALIFORNIA
GENTLEMEN:
FOR THE TOTAL SUM OF computed from the unit and/or
(use figures only)
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 on the Contract Drawings. All work shall
conform to the lines, grades and dimensions shown on said drawings and shall be
done in accordance with the Special Provisions -and the APWA-ACC Standard
Specifications for Public Worke Construction, 1979 Edition, and all addenda
thereto.
This proposal is submitted in conformance with the requirements of the
APWA-AGC Standard Specifications for.Public Works Construction, 1979 Edition,
and all addenda thereto; and is also subject to the terms and conditions of the
attached LIST OF SUBCONTRACTORS (1 sheet) and'BIDDER'S STATEMENT (2 sheets).
The work shall he paid for at the. unit and/Or lump sum prices shown on the
attached SCHEDULE OF BID'ITEMS.
Contractor's Signature Date
I
p
P-1
P-PWx-24
WEST 'ILLSDALE BOULEVARD/ROUTE 92 RAMP MODIFICATIONS
SAN MATEO, CALIFORNIA
Schedule of Bid Items
Item ➢escription Estimated Unit
No. of Work Quantity UNITS Price
Total Amount
of Item
1. Maintaining Traffic LUMP SUM LS $
2. Mobilization LUMP SUM LS S
3. Adjust Underdrain Riser
to Grade 1 EA $ $
4. Modify Irrigation System LUMP SUM LS $ $
5. Clearing and Grubbing LUMP SUM LS $ $
6. Roadway Excavation 300 CY $ $
7. Structure Excavation (F) 241 CY $ $
8. Structure Backfill (F) 180 CY $ $
9. Class 2 Aggregate Base
165 .TONS $
10. Asphalt Concrete (Type A) 115 TONS $ $
11. Class A Structure
Concrete (Ret. Wall) (F) 73 CY $ $
12. Bar Reinforcement (F)
. 3,720 LBS S $
13. Permeable Material
(Class -2)
160 TONS
14. Minor Concrete
(Miscellaneous Construction) 19 CY $
15. Metal Beam Guard Railing
(Wood Post)
150 LF $
16. Metal Beam Guard Railing
Anchor (Breakaway Type A) 1 EA $
17. Metal Beam Guard Railing
Anchor (Breakaway Type B) 1 EA $ $
18. Modify Traffic Signal LUMP SUM LS S $
P-2
P-PWx-10
WEST HILLSDALE BOULEVARD/ROUTE 92 RAMP MODIFICATIONS
SAN MATEO, CALIFORNIA
LIST OF SUBCONTRACTORS
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 Government 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 (1) percent of the general contractor's total bid.
2. The portion and dollar amount of work which will be done by each
subcontractor.
DOLLAR
NAME ADDRESS SPECIFIC WORK AMOUNT
(if none, insert the word "none")
P-3
P-PWx-26
WEST HILLSDALE BOULEVARD/ROUTE 92 RAMP MODIFICATIONS
SAN MATEO, CALIFORNIA
The undersigned has carefully read the APWA-AGC Standard Specifications for
Public Works Construction, 1979 Edition, and all addenda thereto, 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 Contractor, that the license is now in force and that the
number and class is Class ( ). Remarks:
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 said
contract together with the necessary bonds and certificates of insurance in the
office of the City Clerk within ten (10) calendar days after the date of the
award and to commence work within ten (10) days of receipt of the notice to
proceed, and to complete the work under said contract within the specified
number of working days from the date of the notice to proceed.
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.
The undersigned has checked carefully all the above figures and understands
that the City, will not be responsible for any errors or omissions on the part
ofthe undersigned in making up this bid.
The undersigned hereby certifies that this bid is genuine, and not sham or
collusive, or made in the interest or in behalf of any person not named. herein,
and that the undersigned has not directly or indirectly induced or solicited
any other bidder to put in a sham bid, or any other person, firm or corporation
to refrain from bidding, and that the undersigned has not in any manner sought
by collusion to secure for himself an advantage of any kind whatever.
BIDDER'S STATEMENT -- SHEET 1
P-4
P-PWx-27
WEST HILLSDALE BOULEVARD/ROUTE 92 RAMP MODIFICATIONS
SAN MATEO, CALIFORNIA
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
thirty (30) 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; 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.
SIGNATURES FOR BIDDER:
If CORPORATION, Sign Below
If INDIVIDUAL, Sign Below (Show Names of Non -Signing Officers)
Signature
Date A CORPORATION
Post Office Address Name of State Where Chartered
If PARTNERSHIP, Sign Below
(Show Names of Non -Signing Partners) PRESIDENT Date
Name of Partners
Signature
SECRETARY Date
Date TREASURER Date
Post Office Address Post Office Address
BIDDER'S STATEMENT -- Sheet 2
P-5
P-PWx-28
WEST HILLSDALE BOULEVARD/ROUTE 92 RAMP MODIFICATIONS
SAN MATEO, CALIFORNIA
CERTIFICATE OF NONDISCRIMINATION
•
•
On behalf of the bidder making this proposal, the undersigned certifies that.
there will be no discrimination in employment with regards to race, color,
religion, sex or national origin; that all Federal, State and local directives
and executive orders regarding nondiscrimination in employment will be complied
with; and that the principle of equal opportunity in employment will be
demonstrated positively and aggressively.
(Bidder)
By:
• (Name and title of person
making certificate)
•
i
•
•
Dated:
P-6
P-PWx-29
WEST HILLSDALE BOULEVARD/ROUTE 92 RAMP MODIFICATIONS
SAN MATEO, CALIFORNIA
CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE
S
On behalf of the bidder making this proposal, the undersigned certifies that
either the Prevailing Wage Scale, adopted by City Council Resolution 35 (1980)
dated March 5, 1980, or Federal Area Wage Determination, Decision #CA 81-5132
(including all modifications), whichever is higher, will be paid to all
craftsmen and laborers working on this project. A copy of the applicable wage
determination is available in the Public Works Department.
• Title of. Project
Bidder
O By
1
Date
(Name and Title of Person Making Certification)
Note: Contractor will be obligated, per Federal Requirements, to submit
weekly pay sheets for Federal Verification, if applicable.
P-7
P-PWx-30.
AGREEMENT
FOR PUBLIC IMPROVEMENT
CITY OF SAN MATEO
THIS AGREEMENT, made and entered into in the City of
San Mateo, County of San Mateo, State of California, by and
® between the CITY OF SAN MATEO, a municipal corporation,
hereinafter called "City," and
•
hereinafter called "Contractor," as of the
, 19
RECITALS:
day of
(a) City has taken appropriate proceedings to
authorize construction of the public work and improvements
herein provided, and execution of this contract.
(b) A notice was duly published for bids for the
contract for the improvement hereinafter described.
(c) After notice duly given., on the date hereof,.the
of said City awarded the contract for
the construction of the improvements hereinafter described to
Contractor, which Contractor was found to be the lowest
responsible bidder for said improvements.
IT IS AGREED, as follows:
• 1. Scope of Work. Contractor shall perform the work
according to the specifications therefor entitled:
•
2. Contract Price. City shall pay, and Contractor
shall accept, in full payment for the work above agreed to be
done the sum of
Said price is de
contained in Contractor's bid.
or materials furnished in addi
0 Contractor's bid and the speci
materials will be paid for at
termined by the unit prices
In the event work is performed
tion to those set forth in
fications herein, such work and
the unit prices therein contained.
P-8
P-PWx-31
"
3 . T h e C o n t r a c t D o c u m e n t s . T h e c o m p l e t e c o n t r a c t
c o n s i s t s o f t h e f o l l o w i n g d o c u m e n t s : T h i s A g r e e m e n t ; N o t i c e
I n v i t i n g S e a l e d P r o p o s a l s ; t h e A c c e p t e d B i d ; t h e c o m p l e t e p l a n s ,
p r o f i l e s , d e t a i l e d d r a w i n g s , t h e S p e c i a l P r o v i s i o n s , t h e
A m e r i c a n P u b l i c W o r k s A s s o c i a t i o n a n d A s s o c i a t e d G e n e r a l
C o n t r a c t o r s o f C a l i f o r n i a S t a n d a r d S p e c i f i c a t i o n s f o r P u b l i c
W o r k s C o n s t r u c t i o n , 1 9 7 9 E d i t i o n , t h e C a l i f o r n i a D e p a r t m e n t o f
T r a n s p o r t a t i o n S t a n d a r d S p e c i f i c a t i o n s , 1 9 7 8 E d i t i o n a n d
S t a n d a r d P l a n s , 1 9 7 7 E d i t i o n , a n d a l l a d d e n d a t h e r e t o ; F a i t h f u l
P e r f o r m a n c e B o n d , a n d L a b o r a n d M a t e r i a l B o n d .
A l l r i g h t s a n d o b l i g a t i o n s o f C i t y a n d C o n t r a c t o r
a r e f u l l y s e t f o r t h a n d d e s c r i b e d i n t h e c o n t r a c t d o c u m e n t s .
"
A l l o f t h e a b o v e - n a m e d d o c u m e n t s a r e i n t e n d e d t o
c o o p e r a t e , s o t h a t a n y w o r k c a l l e d f o r i n o n e , a n d n o t m e n t i o n e d
i n t h e o t h e r , o r v i c e v e r s a , i s t o b e e x e c u t e d t h e s a m e a s i f
m e n t i o n e d i n a l l s a i d d o c u m e n t s . T h e d o c u m e n t s c o m p r i s i n g t h e
" c o m p l e t e c o n t r a c t w i l l h e r e i n a f t e r b e r e f e r r e d t o a s "