Loading...
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