HomeMy WebLinkAboutEBS Final Proposal$121,555.00$121,555.00$48,400.00$48,400.00$73,590.00$73,590.00$11,500.00$11,500.00$324.50 $454,300.00$130,240.00$130,240.00$3.36 $487,200.00$425.00 $19,550.00$485.00 $32,010.00$0.43 $107,500.00
$115.00 $425,500.00$38.00 $33,250.00$545.00 $9810.00$16.00 $26,400.00$13.50 $5062.50$105.00 $4200.00$163,250.00$163,250.00$18.00$122,400.002,275,717.50Two million, two hundred seventy five thousand, seven hundred and seventeendollars and fifty cents
Addendum 1 - 17
Base Bid B – ARTERIAL STREETS REHABILITATION (GOLDEN SPRINGS DR FROM
BREA CANYON RD TO GRAND AVENUE) PROJECT NO. SI23103
ITEM
NO.
APPROX.
QUANTITY UNIT
DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE AMOUNT
B-1 1 LS MOBILIZATION (NOT TO EXCEED 5%
OF TOTAL BID AMOUNT)
B-2 1 LS
TRAFFIC CONTROL AND PUBLIC
SAFETY. (NOT TO EXCEED 5% OF
TOTAL BID AMOUNT)
B-3 1 LS CONSTRUCITON STAKING AND
MONUMENT PRESERVATION
B-4 1 LS PUBLIC NOTIFICATION
B-5 30 EA ADJUST VALVE CAN TO GRADE
B-6 39 EA ADJUST MANHOLE TO GRADE
B-7 2,450 SF
SAWCUT AND REMOVE
INTERDERING PORTION OF EX.
PAVEMENT CONSTRUCTION
CONSTRUCT BUS PAD, 8” P.C.C.
B-8 8
80 TON
CONSTRUCT 6” CLASS II BASE PER
SPPWC STD PLAN 131-2
B-9 2,450 SF
SAWCUT AND REMOVE EXISTING AC
PAVEMENT, BASE TO A DEPTH OF
14” BELOW PROPOSED SURFACE
B-10 1,350 SF
REMOVE EXISTING IMPROVEMENTS,
GRIND ROOTS, AND CONSTRUCT
SIDEWALK PER SPPWC STD. PLAN
112-3 AND 113-3
B-11 465,000 SF COLD MILL EXISTING AC TO A
DEPTH OF 2”
B-12 3,000
6,000 TON CONSTRUCT 2” DEPTH AC SURFACE
COURSE C2-PG 64-10 (OVERLAY)
B-13 4 EA
REMOVE EXISTING SIDEWALK AND
CONSTRUCT CAST IN PLACE
TRUNCATED DOMES
$52,325.00 $52,325.00
$48,400.00 $48,400.00
$10,835.00 $10,835.00
$11,500.00 $11,500.00
$425.00 $12,750.00
$950.00 $37,050.00
$24.21 $59,314.50
$327.00 $26,160.00
$41.00 $100,450.00
$13.50 $18,225.00
$0.35 $162,750.00
$115.00 $690.000.00
$1205.00 $4820.00
$105.00 $1050.00$12,150.00 $12,150.00$76,515.00$76,515.00$434.50 $6952.001,331,246.50One million, three hundred thirty one thousand, two hundred and forty six dollarsand fifty cents3,606,964.00Three million, six hundred and six thousand, nine hundred and sixty four dollarsand zero cents
$18.00$122,400.00$3.18$21,624.00(100,776.00)NEGATIVE one hundred thousand, seven hundred and seventy six dollars and zero cents
Case Land Surveying, Inc.L5411Orange, CASurveyGlobal Road Sealing, Inc.757584Garden Grove, CACrackseal Mission Pavingand Sealing624257Irwindale, CASlurry Seal, Cape Seal12747 Schabarum Ave10832 Dorothy Ave614 Eckhoff StPavement Recycling Systems56935210240 San Sevaine Way, Jurupa Valley CACold MillSuperiorPavement Markings7763065312 Cypress StCypress CASign and Stripe9%7%24%3%2%
1/2
DEPARTMENT OF PUBLIC WORKS
CITY OF DIAMOND BAR
CALIFORNIA
OFFICIAL NOTICE
RESIDENTIAL & COLLECTOR STREETS REHABILIATION (AREA 2)
AND
ARTERIAL STREET REHABILIATION
(GOLDEN SPRINGS DRIVE FROM BREA CANYON ROAD TO GRAND
AVENUE)
FY 2022-2023 PROGRAM
City Project No. SI23102 & SI23103
ADDENDUM NO. 1
The following changes to the Contract Documents for the above project shall be
incorporated into the Contract Documents and Specifications as part of this project.
The Contractor shall sign this page as acknowledgement of receipt of Addendum No. 1
and attach it to the bid.
David G. Liu, P.E. Date
Director of Public Works/City Engineer
Contractor’s Authorized Signature
RMRA Measure M R Local Return Gas Tax
eet Rehab.- Area 1a, 1b, 2 (Design)
n)
ntain Laurel)
anyon to Lemon)
to BCY)
82,779$ 82,779$
om Pathfinder to Mountain Laurel Way) (Const.)1,200,000$ 1,200,000$
eet Rehab - Area 1 (Const.)2,000,000$ 925,000$ 850,000$ 89,0$
en Springs from Brea Canyon to Lemon Ave.) (Const.)900,000$ 500,000$
mp Project (Const.)177,855$
nt Projects 4,360,634$ 1,700,000$ 1,007,779$ 850,000$ 89,0$
250-5510-46412)
Project Description Total FY Budget (109) Measure
M
(111)
Gas Tax
(112)
Prop A
(113)
Prop C
Sign and HSL Replacement (Design)50,000$ 50,000$
Sign and HSL Replacement (Construction)350,000$ 350,000$
al 11 Locations (Design and Construction)380,000$ 90,000$ 100,000$ 190,0$
780,000$ 350,000$ 140,000$ 100,000$ 190,0$
ments (250-5510-46413)
Project Description Total FY Budget (113)
Prop C
Foothill Transit
Grant
60,000$ 60,000$
SD/Calbourne 40,000$ 40,000$
nfrastructure Improvements 100,000$ 60,000$ 40,000$
0-5510-46420)
Project Description Total FY Budget (107) Measure W (108)RMRA (109)Measure M (113) Prop C
ovements-Phase 3 (Flapjack-Design)65,000$ 65,000$
3/6/2023
3/8/23
37
CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS
OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE
FILING OF REQUIRED REPORTS
The bidder , proposed subcontractor , hereby certifies that
he has , has not , participated in a previous contract or
subcontract subject to the Equal Opportunity Clause, as required by
Executive Orders 10925, 11114, or 11246, and that he has , has not
, filed with the Joint Reporting Committee, the Director of the Office
of Federal Contract Compliance, a Federal Government contracting or
administering agency, or the former President's Committee on Equal
Employment Opportunity, all reports due under the applicable filing
requirements.
(COMPANY)
BY:
(TITLE)
DATE: , 20 .
NOTE: The above certification is required by the Equal Employment
Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b)
(1), and must be submitted by bidders and proposed subcontractors only
in connection with contracts and subcontracts which are subject to the
Equal Opportunity Clause. Contracts and subcontracts which are exempt
from the Equal Opportunity Clause are set forth in 41 CFR 60-1.5.
(Generally only contracts or subcontracts of $10,000 or under are
exempt).
Currently, Standard Form 100 (EEO-1) is the only report required by the
Executive Orders or their implementing regulations.
Proposed prime contractors and subcontractors who have participated in
a previous contract or subcontract subject to the Executive Orders and
have not filed the required reports should note that 41 CFR 60-1.7 (b)
(1) prevents the award of contracts and subcontracts unless such
contractor submits a report covering the delinquent period of such other
period specified by the Federal Highway Administration or by the
Director, Office of Federal Contract Compliance, U.S. Department of
Labor.
X
MARCH 08 23
x
x
Global Road Sealing, Inc.
President
37
CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS
OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE
FILING OF REQUIRED REPORTS
The bidder , proposed subcontractor , hereby certifies that
he has , has not , participated in a previous contract or
subcontract subject to the Equal Opportunity Clause, as required by
Executive Orders 10925, 11114, or 11246, and that he has , has not
, filed with the Joint Reporting Committee, the Director of the Office
of Federal Contract Compliance, a Federal Government contracting or
administering agency, or the former President's Committee on Equal
Employment Opportunity, all reports due under the applicable filing
requirements.
(COMPANY)
BY:
(TITLE)
DATE: , 20 .
NOTE: The above certification is required by the Equal Employment
Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b)
(1), and must be submitted by bidders and proposed subcontractors only
in connection with contracts and subcontracts which are subject to the
Equal Opportunity Clause. Contracts and subcontracts which are exempt
from the Equal Opportunity Clause are set forth in 41 CFR 60-1.5.
(Generally only contracts or subcontracts of $10,000 or under are
exempt).
Currently, Standard Form 100 (EEO-1) is the only report required by the
Executive Orders or their implementing regulations.
Proposed prime contractors and subcontractors who have participated in
a previous contract or subcontract subject to the Executive Orders and
have not filed the required reports should note that 41 CFR 60-1.7 (b)
(1) prevents the award of contracts and subcontracts unless such
contractor submits a report covering the delinquent period of such other
period specified by the Federal Highway Administration or by the
Director, Office of Federal Contract Compliance, U.S. Department of
Labor.
Superior Pavement Markings Inc.
Darren Veltz, Chief Financial Officer
March 08 23