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.