HomeMy Public PortalAboutEast Third Avenue Landfill Contaminated Soil Disposal (3)I
415•a
CITY OF SAN MATEO
STATE OF CALIFORNIA
CONTRACT BOOK
EAST THIRD AVENUE LANDFILL
CONTAMINATED SOIL DISPOSAL
CITY PROJECT NO. 460531 FEBRUARY 2004
City of San Mateo
Department of Public Works
330 West 20th Avenue
San Mateo, CA 94403
650/522-7300
650/522=7301(fax)
s.
I C�oNFOk-M�v
ey CO
CITY OF SAN MATEO
PUBLIC WORKS DEPARTMENT
f30 WEST 20TH AVENUE
5r MATEO, CA 94403
22-7300
CONTRACT CHANGE ORDER
PROJECT: East Third Avenue Landfill Closure Phase 2 / Seal Point Park
City Project No. 460531
CO: Robert A. Rothman, Inc., 650 Quinn Avenue, San Jose CA 95112-2604
CONTRACT CHANGE ORDER NO. 12 Page 1 of 1
Purchase Order No. 46-00275 April 20, 2005
Pau are hereby directed to snake the herein described changes from the plans and specifications or do the following described work not
ncluded in the plans and specifications on your contract.
DESCRIPTION OF WORK
ollowing is a description of work to be done, estimate of quantities, and prices to be paid.
nstall an access road at Detroit Drive using material transferred from the Landfill Closure Project, and provide asphalt concrete overlay at
he existing Detroit Drive cul-de-sac, as shown in the attached drawings and specifications, as modified by City RFQ 011 and R A.
3othman proposal dated March 22, 2005.
antract Time is hereby extended as shown below. This shall adjust and remedy any and all claims by either party for further
:xiension or damages for due to any event, occurrence or cause that has taken place up to and including the date of execution of this
Mange Order, whether pursuant to this Change Order, weather, impact, or any other cause related to time. None of the Parties' other
ights, including those providing potential monetary compensation, shall have been waived by this Change Order.
nstallation shall be complete, functional, and in accordance with the approved plans and specifications, and includes all fittings,
appurtenances, connections, devices and testing required for a functional whole. Payment shall be made in total less 10% retention
tecause the work is completed.
Total cost of change not to exceed: $ 293,392.00
Ale, the undersigned contractor, have given careful consideration to the change
imposed and hereby agree, if this proposal is approved, that we will provide all
cuipment, furnish all materials, except as may otherwise be noted above, and
lerform all services necessary for the wok above specified, and will accept as
ill payment therefore the prices shown above.
ry reason of this proposed change, one hundred fifty-four
-154-) calendar days extension of time will be allowed, so that the new
;ontmct Completion Date shall be May 15, 2005 .
)ate Accepted: 4 /Or
tobert A �,pgl�g� Inc.
ly:
4:
UTION: ' i : ti lag Department, City Clerk, Contractor,
/tanager, Project Analyst Project File, Finance
STATEMENT OF ACCOUNT
Original Contract Price
$ 6,327,000.00
Previous Change Orders
<$ 26,636.42>
Total to Date
$ 6,300,363.58
This Change Order
$ 293,392.00
Revised Contract Price
$ 6,593,755.58
Date Appro
PATTERSON, Director of Public Works
This change order is not effective until approved by the
Director of Public Works.
::'Documents and aetrinplfwndlDahop\SMI,F2 mmaueion\cnn.P2 322 Change Orders and Clam\522-a Change ende&D50420 ahn.F2 CCO 012, install Detroit Drive Acton aoad.DOC.
CITY OF SAN MATEO
PUBLIC WORKS DEPARTMENT
\ 330 WEST 20TH AVENUE
sAN MATEO, CA 94403
50) 522-7300
CONTRACT CHANGE ORDER
PROJECT: East Third Avenue Landfill Closure Phase 2 / Seal Point Park
City Project No. 460531
TO: Robert A. Bothman, Inc., 650 Quinn Avenue, San Jose CA 95112-2604
CONTRACT CHANGE ORDER NO. 11 Page 1 of 1
Purchase Order No. 46-00275 November 8, 2004
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 two (2) picnic shelters as per the original Contract plans and specifications, to be paid as a lump
-um in an amount of $66,417.65. For each shelter, this work shall include:
1) Concrete slab foundation in additive amount of $5,006.30 per shelter.
1411, 2) Welded structural steel frame in additive amount of $14,740.00 per shelter.
/ 3) Lumber canopy structure in additive amount of $44,330.00 per shelter.
4) Painting and finishes in additive amount of $2,341.35 per shelter.
Installation shall be complete, functional, and in accordance with the approved plans and specifications, and
includes all fittings, appurtenances, connections, devices and testing required for a functional whole.
Payment shall be made in proportion to overall completion of each shelter.
Total cost of change not to exceed: $ 132,835.30
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, Twenty-eight (-28-) calendar
days extension of time will be allowed, so that the new Contract Completion
Date shall be December 12, 2004 .
Date Accepted: 84
Robert A. Both
„ ide:
43'
DISTRIBUTION: Purchasin. Department, City Clerk, Contractor, Construction
Manager, Project Analyst, Project File, Finance
STATEMENT OF ACCOUNT
Original Contract Price
$ 6,327,000.00
Previous Change Orders
<$ 159,471.72>
Total to Date
$ 6,167,528.28
This Change Order
$ 132,835.30
Revised Contract Price
$ 6,300,363.58
Date Approve
By:
O ARRY A. PATTERSON, Director of Public Works
NOTE: This change order is not effective until approved by the
Director of Public Works.
C:\Doeuments and Senings\Anchor\Desktop\SMLF2 construction \SMLF2 522 Change Orders and Claims \522-a Chenge Orders\041106 SMLF2 CCO OIL, Conamet 2 picnic slickers at Dog Par.DOC
CITY OF SAN MATEO
PUBLIC WORKS DEPARTMENT
330 WEST 20TH AVENUE
MATEO, CA 94403
a
) 522-7300
CONTRACT CHANGE ORDER
PROJECT: East Third Avenue Landfill Closure Phase 2 / Seal Point Park
City Project No. 460531
TO: Robert A. Bothman, Inc., 650 Quinn Avenue, San Jose CA 95112-2604
CONTRACT CHANGE ORDER NO. 10
Purchase Order No. 46-00275
Page 1 of 1
November 8, 2004
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.
Install pavers as per revised design provided in the designer's reply to RFI 29, dated September 2, 2004 and e -A. Bothman, Inc.'s RFC 011 (both attached). This work shall include:
1) Install McNear 80mm "Old Country Cobble" pavers in lieu of Calstone "Classic Cobble" pavers, in
net additive amount of $21,789.00;
2) Install geotextile fabric under paver base aggregate as shown in revised Detail 6/L-3.2, in an
additive amount of $4,908.92.
Installation shall be complete, functional, and in accordance with applicable codes and other regulatory
requirements, and includes all fittings, appurtenances, connections, devices and testing required for a
functional whole. Payment shall be made in proportion to overall completion of pavers.
Total cost of change not to exceed: $ 26,697.92
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, Two (-2-) calendar days extension of
time will be allowed, so that the new Contract Completion Date shall be
November 14, 2004 .
Date Accepted: //
Robert A Bothm
e:
STATEMENT OF ACCOUNT
Original Contract Price
$ 6,327,000.00
Previous Change Orders
<
<$ 186,169.64>
Total to Date
$ 6,140,83036
This Change Order
$ 26,697.92
Revised ContractPrife
$ 6,167328.2$
Date Approved:
By:
DISTRIBUTION: Purchasin • a - ,artment, City Clerk, Contractor, tonstruction NOTE: This change order is not effective until approved by the
Manager, Project Analyst, . eject File, Finance
Director of Public Works.
C:\Doaments and Semngs\Owna\Deakmp\SMLFI consuuaion\SMLF2 522 Change Orden and Claims \522-a Change Orders\041106 SMLF2 CCO 010, change interlocking pavers fromCAM= to MCNear 8omm.DOC
CITY OF SAN MATED
PUBLIC WORKS DEPARTMENT
330 WEST 20TH AVENUE
A/ILAN MATEO, CA 94403
50) 522-7300
CONTRACT CHANGE ORDER
PROJECT: East Third Avenue Landfill Closure Phase 2 / Seal Point Park
City Project No. 460531
TO: Robert A. Bothman, Inc., 650 Quinn Avenue, San Jose CA 95112-2604
CON TRACT CHANGE ORDER NO. 9 Page 1 of 1
Purchase Order No. 46-00275
October 7, 2004
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.
Install revised electrical systems per Revision 1 Drawings ME -1.1 and E-2.1, RFQ #5, and contractor
`proposal, including:
1) Omit proposed direct burial cable, $15,801.50 deductive;
2) install new 2" Schedule 40 PVC conduits for site electrical circuits, $43,277.75 additive;
3) install service feeder and telephone main trunk conduits, $21,415.16 additive;
4) trench across and restore J. Hart Clinton Drive for service feeder, $11,133.32 additive.
Installation shall be complete, functional, and in accordance with applicable codes and other regulatory
requirements, and includes all fittings, appurtenances, connections, devices and testing required for a
functional whole.
Total cost of change not to exceed: $ 60,024.72
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, Five (-5-) calendar days extension of
time will be allowed, so that the new Contract Completion Date shall be
November 12, 2004
Date Accepted: / /e 4.
Robert A. Botlygm, c
BY �- . ' ✓ �%
Title:
DISTRIBUTION: Purchasing De'artmeat, City Clerk, Contractor, C
Manager, Project Analyst, Project File, Finance
STATEMENT OF ACCOUNT
Original Contract Price
$ 6,327,000.00
Previous Change Orders
<$ 246,194.36>
Total to Date
$ 6,080,805.64
This Change Order
$ 60,024.72
Revised Cogtlact Price
$ 6,140,830.36
Date Ap
By:
LARRY A PAl 1'bRSON, Director of Public Works
on esNOTE: This Change order is not effective until approved by the
Director of Public Works.
C:Doaaeenla and Settings '1Ow,aNDaktop1SMLF2 constructionSMLF2 522 Change Orders end Clairns\522a Change Orders\040825 SMLF2 CCO M9, electrical service and condsit cha ges.DOC
CITY OF SAN MATEO
PUBLIC WORKS DEPARTMENT
330 WEST 20TH AVENUE
,N MATEO, CA 94403
650)522-7300
CONTRACT CHANGE ORDER
lhc
PROJECT: East Third Avenue Landfill Closure Phase 2 / Seal Point Park
City Project No. 460531
TO: Robert A. Bothman, Inc., 650 Quinn Avenue, San Jose CA 95112-2604
CONTRACT CHANGE ORDER NO. & Page 1 of 1
Purchase Order No. 46-00275 September 3, 2004
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
t all parking lot surfaces, install 2" asphaltic -concrete concrete wearing course and 6" aggregate base for
ehicular loads per the specifications and as in Bid Item 31, in lieu of 8" gravel paving as in Bid Item 35. The
quantity of 51,000 square feet asphaltic concrete added under this Change Order will be paid at $3,ker
square foot, and the quantity for Bid Item 35 is correspondingly decreased by 51,000 square feet. No .J2 -S
changes to the unit price for original quantity of Bid Item 31 is made by this Change Order. The Contract
Time is extended by 3 calendar days for additional time required for this activity.
Total cost of change not to exceed: $ 75,480.00
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, three (-3-) calendar days extension of
time will be allowed
.•
Date Accepted:
Robert A B
By:
•itle:
DISTRIBUTION: Purchasing Department City Clerk, Contractor, Construction
Manager, Project Analyst, Project File, Finance
D4
STATEMENT OF ACCOUNT
Original Contract Price
$ 6,327,000.00
Previous Change Orders
<$ 321,674.36>
Total to Date
$ 6,005,325.64
This Change Order
$ 75,480.00
Revised Contract Price
$ 6,080,805.64
Date
LARRY e . PA ' i ", Director of Public Works
OTE: This change order is not effective until approved by the
Director of Public Works.
CADoemn nts and Seningssbwn¢'Desktop\SMLF2 consmcrton\SMLF2 522 Change Orders and CIaimst522-a Change Orders\040825 SMLP2 CCO #8, for AC pavement at petting WtsDoC
CITY OF SAN MATEO
PUBLIC WORKS DEPARTMENT
330 WEST 20TH AVENUE
AN MATEO, CA 94403
(650) 522-7300
Additive Change Order
CONTRACT CHANGE ORDER
PROJECT: East Third Avenue Landfill Closure Phase 2 / Seal Point Park
City Project No. 460531
TO: Robert A. Bothman, Inc., 650 Quinn Avenue, San Jose CA 95112-2604
CONTRACT CHANGE ORDER NO.
Purchase Order No. 46-00275
7
Page 1 of 1
September 1, 2004
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.
•eplace wood header boards called for in Bid Item 37 with Concrete Band Edge by omitting all references to
replacing concrete band with wood headers found in Addendum 1. Omit from Contract the requirement to
install 10,980 LF wood headers, at a price of $5.10 per lineal foot. Install 8,000 LF Concrete Band Edge in
accordance with the plans and specifications as they existed prior to Addendum 1, at a price of $9.54 per
lineal foot. Install Concrete Band Edge to the greatest extent possible by sliplining; by this and other means
avoid penetrating the geosynthetic clay liner.
Total cost of change not to exceed: $ 20,322.00
We, the undersigned contractor, have given careful consideration to the change
proposed and hereby agree, if this proposal is approved, that wewill provide all
equipment, finish 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, zero (-0-) calendar days extension of
time will be allowed
DISTRIBUTION: Purchasing Department, City Clerk, Contractor, Construction
Manager; Project Analyst, Project File; Finance
STATEMENT OF ACCOUNT
Original Contract Price
$ 6,327,000.00
Previous Change Orders
<$ 341,996.36>
Total to Date
$ 5,985,004.64
This Change Order
$ 20,322.00
Revised Contract Price
$ 6,005,325.64
Date
Director of Public Works
NOTE: This change order is not effective until approved by the
Director of Public Works.
COP,
C:\Dcaanents end Settings\OwnetDeskmp\PALM consauctioa\SMLP2 512 Change Orders end Clahm\522e Change Ordms\/40825 SMLP2 CCO 58, for comets bends to replace wood headers m
CITY OF SAN MATEO
PUBLIC WORKS DEPARTMENT
330 WEST 20TH AVENUE
MATEO, CA 94403
50)522-7300
CONTRACT CHANGE ORDER
PROJECT: East Third Avenue Landfill Closure Phase 2 / Seal Point Park
City Project No. 460531
TO: Robert A. Rothman, Inc., 650 Quinn Avenue, San Jose CA 95112-2604
CON 1EACT CHANGE ORDER NO.
Page 1 of 1
Purchase Order No. 46-00275 September 1, 2004
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.
Adjust quantities, unit prices, and bid item descriptions of Bid Items 8, 9, 9a, 24, 25, 26, 27, 28, 29, and 30,
for final balancing of these items, as per attached offer by. Contractor dated August 31, 2004. The Contract
tall be altered by substituting language as provided in the attached description and table entitled "Change
rder 6 Final Quantities and Prices". This Change Order shall be the final mutually agreed settlement of all
claims for cost, time, impact, overhead, profit and all other compensation for this work. No further claims
shall be made or compensated related to these Bid Items, or for matters raised in Contractor's transmittal
dated July 16, 2004 and entitled "Letters". This Change Order is mutually agreed to equitably, completely,
and permanently adjust all matters pertaining to the contents of that transmittal and the above -named Bid
Items. Time adjustment is made as noted below, for additional quantities of grading, screening, and
imported material by others.
Total cost of change: <S240,965.00>
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, famish 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, eighteen (-18-) calendar days extension
of time will be allowed
Date Accepted:
Robert A. B
By:
Title:
DISTRIBUTION: Purchasing Department, City Clerk, Contractor, Construction
Manager, Project Analyst, Project File, Finance
STATEMENT OF ACCOUNT
Original Contract Price
$ 6,327,000.00
Previous Change Orders
$ -101,031.36
Total to Date
$ 6,225,968.64
This Change Order
4 240,965.00>
Revised Contract Price
$ 5,985,004.64
Date Ap
PATTERSON, Director of Public Wor
N This change order is not effective until approved by the2
ZN
Director of Public Works.
C FY
C:\Docanene and Settings \OwnerD.skmp\SMLF2 conshuction\SMLF2 522 Change Ciders and claims1522a Change Orams\040825 SMLF2 CCO 56, adjustment ofearthwork quantities end puw.DOC
"
"
C h a n g e O r d e r 6 F i n a l Q u a n t i t i e s a n d P r i c e s
B y C h a n g e O r d e r 6 t o t h e p r o j e c t E a s t T h i r d A v e n u e L a n d f i l l C l o s u r e P h a s e 2 / S e a l P o i n t P a r k , C i t y o f S a n M a t e o P r o j e c t
N o . 4 6 0 5 3 1 , t h e f o l l o w i n g f i n a l b a l a n c i n g q u a n t i t i e s a n d m o r a l l y a g r e e d u n i t p r i c e s s h a l l b e i n c o r p o r a t e d i n t h e
a p p r o p r i a t e p l a c e s w i t h i n t h e B i d S c h e d u l e , S e c t i o n - 0 0 4 1 0 o f t h e S p e c i f i c a t i o n . A l t e r e d q u a n t i t i e s a r e d e n o t e d b e l o w b y
b o l d t y p e .
B i d I t e m
B I N u m b e r
F i n a l Q u a n t i t y
U n i t P r i c e
F i n a l P r i c e
G r a d i n g , c u t + f i l l
8
6 9 , 6 1 0
2 . 5 0
1 7 4 , 0 2 5 . 0 0
I n s t a l l N e w L a n d f i l l C a p ( G C L w / 2 4 "