Loading...
HomeMy WebLinkAboutDiamond Bar Blvd Bid PackageCITY OF cttlr0RiltA DEPARTMENT OF PUBLIC WORKS ADDENDUM NO. 5 Diamond Bar Boulevard Complete Streets Project ctP# st256 The following changes to the contract documents, specifications, and plans for the above project shall be incorporated into the Request for Bids (RFB). The Contractor shall sign this page as acknowledgement of receipt of Addendum No. 5 and attach it to the bid. 1012012025 Director of Pu DateDavid G. Liu, P.E. crrYor c^ttF0tiltA DEPARTMENT OF PUBLIC WORKS ADDENDUM NO. 4 Diamond Bar Boulevard Gomplete Streets Project ctP# st256 The following changes to ihe contract documents, specifications, and plans for the above project shall be incorporated into the Request for Bids (RFB). The Contractor shall sign this page as acknowledgement of receipt of Addendum No. 4 and attach it to the bid. 10116t2025 CIIY OF cAttr0trtl DEPARTMENT OF PUBLIC WORKS ADDENDUM NO. 3 Diamond Bar Boulevard Complete Streets Project crP# sr256 The following changes to the contract documents, specifications, and plans for the above project shall be incorporated into the Request for Bids (RFB). The Contractor shall sign this page as acknowledgement of receipt of Addendum No. 3 and attach it to the bid. 10116t2025 ic Works/City Engineer 14 BID SCHEDULE CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT CITY PROJECT NO. SI256 ITEM NO. DESCRIPTION WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE AMOUNT 1 Mobilization and Demobilization LS 1 2 Traffic Control LS 1 3 Stormwater Pollution Control LS 1 4 Signing and Striping LS 1 5 Clearing and Grubbing LS 1 6 Replace Private Landscaping and Irrigation LS 1 7 Remove Existing Tree EA 19 8 Monument Preservation LS 1 9 Remove Existing Asphalt Concrete Pavement SF 62,270 10 Remove Existing Concrete Facility SF 45,630 11 Remove Existing Stairs & Handrail SF 90 12 Remove Existing Street Light and Foundation EA 17 13 Remove Existing Catch Basin EA 2 14 Adjust to Grade Existing Storm Drain Manhole EA 2 15 Adjust to Grade Existing Sewer Manhole EA 6 40,000.00 40,000.00 160,000.00 160,000.00 30,000.00 30,000.00 20,000.00 20,000.00 2,000.00 38,000.00 7,500.00 7,500.00 3.00 186,810.00 4.50 205,335.00 40.00 3,600.00 2,200.00 37,400.00 5,500.00 11,000.00 3,500.00 7,000.00 3,500.00 21,000.00 494,811.50 494,811.50 400,000.00 400,000.00 15 16 Watertight Sewer Manhole Cover EA 1 17 Relocate Existing Bus Shelter EA 5 18 Relocate Existing Backflow Prevention Assembly EA 10 19 Cold Mill (2" Thick) SF 68,130 20 Unclassified Excavation CY 790 22 Asphalt Concrete TN 1,340 22 Asphalt Rubber Hot Mix TN 1,240 23 Concrete Bus Pad SF 3,080 24 Curb and Gutter (Type A2) LF 2,930 25 Curb and Gutter (Type A3-6) LF 2,250 26 Curb (Type A1) LF 310 27 Concrete Flatwork (Pathway) SF 24,340 28 Concrete Flatwork (Colored; Median) SF 860 29 Concrete Flatwork (Colored; Bus Stops, Ramps, Curb Returns) SF 5,120 30 Jointed Plain Concrete Pavement Driveway SF 1,230 31 Concrete Driveway Approach (Uncolored) SF 4,000 32 Concrete Driveway Approach (Colored) SF 5,940 33 Crosswalk (Colored Concrete Band) LF 1,140 3,000.00 3,000.00 4,000.00 20,000.00 25,000.00 25,000.00 0.70 47,691.00 200.00 158,000.00 190.00 254,600.00 190.00 235,600.00 40.00 123,200.00 85.00 249,050.00 85.00 191,250.00 75.00 23,250.00 20.00 486,800.00 30.00 25,800.00 30.00 153,600.00 40.00 49,200.00 30.00 120,000.00 35.00 207,900.00 65.00 74,100.00 16 34 Crosswalk (Colored Concrete Flatwork) SF 2,720 35 Crosswalk (Jointed Plain Concrete Pavement Base) SF 6,820 36 Concrete Paver Pathway SF 4,560 37 Crosswalk (Concrete Pavers, 8cm) SF 150 38 Crosswalk (Concrete Pavers, 10cm) SF 6,820 39 Detectable Warning Surface SF 550 40 Tactile Directional Indicator LF 290 41 Curb Drain LF 550 42 Drop Inlet Catch Basin for Curb Drain EA 5 43 Parkway Drain SF 308 44 Concrete Slough Wall LF 300 45 Wall Underdrain LF 90 46 Concrete Reinforced Stairs SF 90 47 Metal Handrailing LF 28 48 Catch Basin (W=7') EA 2 49 Reinforced Concrete Pipe (15") LF 10 50 Parkway Bioretention SF 2,760 51 Tree Grate and Frame EA 33 40.00 108,800.00 35.00 238,700.00 62.00 282,720.00 475.00 71,250.00 42.00 286,440.00 35.00 19,250.00 60.00 17,400.00 75.00 41,250.00 3,000.00 15,000.00 100.00 30,800.00 350.00 105,000.00 100.00 9,000.00 300.00 27,000.00 350.00 9,800.00 16,000.00 32,000.00 1,500.00 15,000.00 100.00 276,000.00 3,750.00 123,750.00 17 52 Lighted Bollard EA 177 53 Traffic Signal Improvements - Diamond Bar Blvd. and Golden Springs Dr. LS 1 54 Traffic Signal Improvements - Diamond Bar Blvd. and Palomino Dr. LS 1 55 Traffic Signal Improvements - Diamond Bar Blvd. at Commercial Driveways LS 1 56 Relocate Existing Electrical Controller and Meters LS 1 57 Street Light (Single Mast Arm) EA 13 58 Street Light (Dual Mast Arm) EA 2 59 Bollard Light Fixture EA 177 60 Hardscape Uplighting LS 1 61 Lighting Conduit, Wiring, and Appurtenances (Street Lighting) LS 1 62 Lighting Conduit, Wiring, and Appurtenances (Bollard, Hardscape Lighting) LS 1 63 Decorative Post and Rail EA 11 64 Decorative Post and Rail with Steel Panel EA 3 65 Topsoil CY 450 66 Soil Preparation & Fine Grading SF 13,125 67 Irrigation System LS 1 68 Deeproot Barrier (24”x24”) EA 336 2,500.00 442,500.00 550,000.00 550,000.00 478,500.00 478,500.00 475,000.00 475,000.00 11,000.00 11,000.00 15,000.00 195,000.00 22,000.00 44,000.00 125.00 22,125.00 15,000.00 15,000.00 77,000.00 77,000.00 116,000.00 116,000.00 28,000.00 308,000.00 60,000.00 180,000.00 90.00 40,500.00 1.50 19,687.50 350,000.00 350,000.00 20.00 6,720.00 18 69 36" Box Tree EA 6 70 24" Box Tree EA 33 71 5 Gallon Shrub/Groundcover EA 453 72 1 Gallon Shrub/Groundcover EA 3,014 73 Mulch CY 45 74 Rock Cobble (3" to 8" Angular) SF 995 75 Rock Cobble (2" to 8" Round) SF 6,730 76 18" Dia. Boulder (1.5' x 1.5' x 2') EA 9 77 24" Dia. Boulder (2' x 2' x 3') EA 36 78 24" Dia. Boulder (3' x 2' x 2') EA 16 79 36" Dia. Boulder (4' x 3' x 3') EA 19 80 90 Day Landscape and Irrigation Maintenance Period LS 1 MANDATORY BID SCHEDULE ITEMS: TOTAL AMOUNT BID (IN FIGURES) TOTAL AMOUNT BID, SCHEDULE (WRITTEN IN WORDS): Bid Schedule Note: Bid Price indicated refers to all items illustrated on the plans and details, and delineated within the specifications installed and completely in place with all applicable portions of the construction documents and include all costs connected with such items including, but to necessarily limited to, materials, transportation, taxes, insurance, labor, overhead, and profit, for General Contractor and Subcontractors. 1,000.00 6,000.00 400.00 13,200.00 50.00 22,650.00 20.00 60,280.00 100.00 4,500.00 16.00 15,920.00 12.00 80,760.00 600.00 5,400.00 900.00 32,400.00 950.00 15,200.00 2,000.00 38,000.00 6,000.00 6,000.00 Nine $9,676,000.00 Million, Six Hundred Seventy Six Thousand Dollars. Tree removal, clearing and grubbing 395 Structures, LLC 1135682 2000010232 3273 Chardony Way Jurupa Valley, CA 91752 Catch Basins Superior Pavement Markings LLC 1141887 2000015240 5312 Cypress St Cypress, CA 90630 Signing and Striping Alpha & Omega Pavers 798734 1000006676 987 Calimesa Blvd Calimesa, CA 92320 Pavers Treesmith Enterprises Inc. 802705 1000001838 1551 N. Miller St Anaheim, CA 92806 Cold Milling and ARHM Select Electric, Inc.297034 1000001036 Electrical Bravo Sign & Design 641931 1000006083 520 S. Central Park Ave, E Anaheim, CA 92802 1700 E. Via Burton Anaheim, CA 92806 Bid Items 63 & 64 10/21/2025 All American Asphalt 267073 1000001051 P.O. Box 2229 Corona, CA 92878 0.17 0.33 25.4 4.0 0.49 0.21 4.8 36 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.