Loading...
HomeMy WebLinkAboutBid - Specialty Construction, Inc.BID FORMS All bid forms must be completed and submitted with your bid. Failure to submit these forms and required bid bond is cause to reject the bid as nonresponsive. Staple all bid forms together. THE UNDERSIGNED, agrees that they have carefully examined 1. the location of the proposed work 2. the plans and specifications 3. read the accompanying instructions to bidders and propose to furnish all: 1. materials 2. labor to complete allthe required work satisfactorily in compliance with 3. plans 4. specifications 5. special provisions forthe prices setforth in the bid item list: BID ITEM LIST FOR RIGHETTI RANCH PARKS - COMMUNITY PARK. SPECIFTCAT|ON NO. 2000054 BASE BID ITEMS Item No.SSlry Item Description Unit of Measure Estimated Quantity Item Price (in fiqures) Totalltem Price (in figures) 1 8,12 MOBILIZATION & DEMOBILIZATION LS 1 336,486.50 336,486.50 2 (F)16 TEMPORARY FENCING LF 1,420 7.67 10,891.40 3 13 WATER POLLUTION CONTROL LS 1 207,253.18 207,253.18 4 8 COMPLIANCE W BUILDING PERMITS REQUIREMENTS LS 1 54,800.76 54,800.76 5 I COMPLIANCE W/ GRADING ORDINANCE & APCD PERMITS LS 1 152,455.70 152,455.70 6 5 SURVEYING & CONSTRUCTION STAKING LS 1 56,148.86 56,148.86 7 (F)17-2 CLEARING AND GRUBBING SQFT 204,500 0.34 69,530 8 (F)19 EARTHWORK- CUT CY 9,730 28.59 278,180.70 e (F)19 EARTHWORK - FILL CY 9,815 14.75 144,771.25 10 19 EARTHWORK - OVEREXCAVATION LS 1 126,871.43 126,871.43 11 40 CONCRETE PAVING - PEDESTRIAN SQFT 24,550 35.73 877,t7l.50 12 40 CONCRETE PAVING VEHICULAR SQFT 15,820 35.01 553,858.20 SPECIAL PROVISIONS Addendum #4 - 1 SPECIAL PROVISIONS Item No.SS<rl Item Description Unit of Measure Estimated Quantity Item Price (in figures) Totalltem Price (in figures) 13 73 STAMPED CONCRETE PAVING SQFT 60 43.84 2,630.40 14 32 1413 PERMEABLE PAVERS - VEHICULAR SQFT 4,750 46.68 22r,730 15 39 ASPHALT PAVING - VEHICULAR SQFT 1 1,000 17.71 194,810 16 73 CONCRETE STAIRS SQFT 190 65.76 12,494.40 17 73 CONCRETE CURB RAMPS EA 4 t5,t25 60,500 18 73 CONCRETE CURB RAMPSAT PLAYGROUND EA 2 8,768.12 17,536.24 19 73 DEEPENED CURB - 8" AT PAVERS LF 810 93.16 75,459.60 20 73 DEEPENED CURB _ 12'W LF 315 109.60 34,524 21 73 MOWCURB 12'AND 14'LF 765 46.03 35,212.95 22 73 coNcRETE CURB - 6',(C|TY STD)LF 320 38.36 12,275.20 23 73 CONCRETE CURB & GUTTER (CITY STD)LF 400 98.64 39,456 24 73 CONCRETE CURB & GUTTER (ROLLED)LF 126 219.20 27,619.20 25 73 CONCRETE CROSS GUTTER LF 70 137.01 9,590.70 26 73 18'CONCRETE CHANNEL LF 20 109.61 2,t92.20 27 73 SITE WALL - CLASS 1 PATHWAY LF 700 241_12 168,784 28 51 SEAT WALL - 8' NO RETAINING LF 13 767.22 9,973.86 29 51 SEAT WALL - 8' RETAINING LF 68 822.01 55,896.68 30 51 SEATWALLAT PICNIC SHADE STRUCTURE LF 36 l,109.71 39,949.56 31 51 CHEEKWALL LF 220 737.33 t62,212.60 32 51 PLAY WALL - A LF 95 592.46 56,283.70 33 51 PLAY WALL - B LF 90 235.75 21,2t7.50 34 51 PLAY WALL - C LF 50 519.31 25,965.50 35 51 PLAY WALL - D LF 45 s46.92 24,611.40 36 51 PLAY WALL - E LF 30 644.27 19,328.10 37 51 PLAY WALL - F LF 60 1,102.92 66,175.20 38 51 PLAY WALL - G LF 45 2,060.95 92,',142.75 39 51 PLAY WALL - H LF 60 368.68 22,120.80 40 51 PLAY WALL - I LF 66 r,045.63 69,011.58 41 51 PLAY WALL - J LF 20 1,031.96 20,639.20 42 51 PLAY WALL - K LF 66 637.20 42,055.20 SPECIAL PROVISIONS Addendum #4 - 2 SPECIAL PROVISIONS Item No.SSlry Item Description Unit of Measure Estimated Quantity Item Price (in figures) Totalltem Price (in figures) 43 51 PLAY WALL - L LF 42 801.79 33,675. l8 44 51 CMU WALL LF 50 262.38 l3,l l9 45*32- 3300 SKATE DETERRANTS EA 50 164.40 8,220 46 32 31 18 FENCE - WOOD RAIL FENCE LF 440 76.72 33,756.80 47 32 31 18 FENCE - WOOD GUARDRAIL WMESH LF 1075 84.39 90,719.25 48 32 31 19 FENCE - METAL PICKET GUARDRAIL LF 150 402.42 60,363 49 32 31 19 FENCE -12FT SPORTS FIELD WELDED WRE LF 640 216.98 138,867.20 50 05 5000 FENCE - METAL WALL RAILS LF 65 390.48 25,381.20 51(F)05 5213 HANDRAILS AT RAMP LF 225 263.71 59,334.75 52(F)05 52',t3 HANDRAILS AT STAIRS LF 60 325.70 19,542 53(s)Varies SOUTH RESTROOM LS 1 82s,424.49 825,424.49 54 (s) 13 3000 SHADE STRUCTUREAT PICNIC AREA LS 1 236,072.65 236,072.65 55 (s) 13 3000 SHADE STRUCTUREAT PLAY AREA LS I I 28,701 .5 l 128,70r.5r 56(s) 04 2000, 05 5000 TRASH ENCLOSURE LS 1 102,365.62 102J65.62 57(S)11- 681 3 PLAYGROUND EQUIPMENT LS 1 1,989,372.29 1,989,372.29 58 32 1 81 6.1 3 POURED IN PLACE RUBBER SQFT 9,250 55.35 5l 1,987.50 59 32 1 81 6.1 3 ENGINEERED WOOD FIBER SQFT 4,375 17.94 '18,487.50 60 73 PARK ENTRY MONUMENT SIGN LS 1 3s,330.94 35,330.94 61 32 3300 SITE FURNISHING-6 FT PICNIC TABLE EA 7 6,s03.27 45,522.89 62 32 3300 SITE FURNISHING-6 FT PICNIC TABLE (ADA)EA 1 6,503.27 6,503.27 63 32 3300 SITE FURNISHING _4FT ROUND TABLE EA 2 5,692.30 I1,384.60 64 32 3300 SITE FURNISHING - BACKED BENCH EA 3 4,491.71 13,475.13 65 32 3300 SITE FURNISHING - SCULPTURAL BENCHES LS 1 59,564.02 59,564.02 66 32 3300 SITE FURNISHING-TRASH RECEPTACLE EA 10 3,819.50 38,195 67 32 3300 SITE FURNISHING - BBQ EA 2 2,306.18 4,612.36 68 32 3300 SITE FURNISHING _ BIKE RACKS EA 1 1,817.12 1,817.12 69 32 3300 SITE FURNISHING - DRINKING FOUNTAIN EA 1 9,024.73 9,024.73 SPECIAL PROVISIONS Addendum #4 - 3 SPECIAL PROVISIONS Item No.SSlry Item Description Unit of Measure Estimated Quantity Item Price (in figures) Totalltem Price (in figures) 70 32- 3300 REMOVABLE BOLLARDS EA 4 2,411.23 9,644.92 71 32- 1713 WHEEL STOPS EA 4 219.20 876.80 72 32- I 000 DOMESTIC WATER LINE LF 340 38.36 13,042.40 73 32- 1000 FIRE WATER SERVICE & METER LS 1 12,604.17 12,604.17 74 32- 1000 FIRE WATER BACKFLOW EA 1 14,248.19 14,248.19 75 32- 1 000 FIRE WATER LATERAL LF 195 186.32 36,332.40 76 64 6'HDPE STORM DRAIN PIPE LF 455 78.91 35,904.05 77 64 8" HDPE STORM DRAIN PIPE LF 1250 87.68 109,600 78 Not Used 0.00 0.00 79 62 24" X24" CONCRETE SD CATCH BASIN EA 3 3,616.85 10,850.55 80 62 36" X 36'CONCRETE SD CATCH BASIN EA 3 8,987.32 26,961.96 81 32- 3000 SEWER CLEANOUTS EA 4 s20.60 2,082.40 82 62 CONNECT TO EXISTING STORM DRAIN MANHOLE EA 1 8,768.12 8,768.12 B3 62 SLIM CHANNEL DRAIN LF 115 383.61 44,115.15 84 64-2 SIDEWALKUNDERDRAIN - 3'X5'ALHAMBRA LF 5 t,644.03 8,220.t5 85 64 ATRIUM GRATE EA 28 180.84 5,063.52 86 32- 3000 SEWER LATERALS LF 475 113.99 s4,14s.25 87 64 STORM DRAIN CLEANOUTS EA 4 602.81 2,411.24 88 32- 3000 COAT EXISTING SEWER MANHOLES EA 2 13,152.19 26,304.38 B9 20 EARTHEN SWALE LF 730 2.74 2,000.20 90 F)64 BIOTREAMENT SOILMEDIA CF 7,800 20.28 I 58,184 91 G)25 NO.2 STONE (BtO RETENTIOA/BAS'NS)CF 7,800 9.04 70,512 92 25 ENERGY DISSIPATOR STONE CY 6 274 1,644 93 84 PAVEMENT STRIPING LF 760 10.96 8,329.60 94 84 PAVEMENT MARKINGS SQFT 1300 r0.96 t4,248 95 84 CURB PAINT LS 1 986.42 986.42 96 82 SIGNAGE & POSTS EA o 438.41 3,945.69 97 86 ELECTRICAL _ POLE LIGHT FIXTURES EA 38 8,083.1 l 307,1 58.1 8 98 86 ELECTRICAL_ BOLLARD LIGHT FIXTURES EA 3 2,630.44 7,891.32 SPECIAL PROVISIONS Addendum #4 - 4 SPECIAL PROVISIONS Item No.SSrrl Item Description Unit of Measure Estimated Quantity Item Price (in fiqures) Totalltem Price (in fiqures) 99 B6 ELECTRICAL - MISC FIXTURES EA 3 822.01 2,466.03 100 86 ELECTRICAL SWTCHBOARD EA 1 114,697.98 114,697.98 101 86 ELECTRICAL LS 1 342,183.60 342,183.60 102 86 PG&E COORDINATION LS 1 23,016.32 23,016.32 103 20-2 IRRIGATION LS 1 261,089.44 261,089.44 104 20-3 PLANTING - SHRUB 15 GAL EA 65 163.28 10,6 r 3.20 105 20-3 PLANTING-SHRUBSGAL EA 582 41.61 24,217.02 106 20-3 PLANTING-SHRUBl GAL EA 747 t'7.39 12,990.33 107 20-3 PLANTING _ 4'' POTS EA 256 5.67 1,45t.52 108 20-3 PLANTING, PLUGS EA 2570 5.67 14,571.90 109 20-3 PLANTING - GRASS SOD SQFT 76,625 1.57 120,301.25 110 20-3 PLANTING - HYDROSEED SQFT 8,300 0.70 5,810 1 1 1 20-3 TREES - 48' BOX EA 3 3,638.02 10,914.06 112 20-3 TREES - 36' BOX EA 6 1,534.30 9,205.80 113 20-3 TREES _24'BOX EA 46 672.88 30,952.48 114 20-3 rREES- 15 GAL EA 15 384.14 5,762.t0 115 (F)20-5 3'MULCH SQFT 36,750 0.54 19,845 116 20-5 LANDSCAPE BOULDER EA 17 952.06 16, I 85.02 117 20 LANDSCAPE MAI NTENANCE/ PLANT ESTABLISHMENT EA MONTH 12 5,357.48 64,289.76 118 20 PARK MAINTENANCE SERVICES EA MONTH 12 22,139.51 26s,674.12 Bid Total (or Base Bid)$11,444,5i49.99 BtD ALTERNATE #1 (ptcKLEBALL AREA) 1-1 B,12 MOBILIZATION & DEMOBILIZATION LS 1 94,s30.33 94,530.33 1-2 (F)16 TEMPORARY FENCING LF 630 8.06 s,077.80 1-3 13 WATER POLLUTION CONTROL LS 1 76,134.s3 76,134.53 14 B COMPLIANCEWITH BUILDING PERMIT REQUIREMENTS LS 1 28,770.40 28,770.40 1-5 8 COMPLIANCE W/ GRADING ORDINANCE & APCD PERMITS LS 1 41,774.61 41,774.61 1-6 5 SURVEYING & CONSTRUCTION STAKING LS 1 22,176.22 22,176.22 SPECIAL PROVISIONS Addendum #4 - 5 SPECIAL PROVISIONS Item No.SSoi Item Description Unit of Measure Estimated Quantity Item Price (in figures) Totalltem Price (in figures) 1-7 (F)17-2 CLEARING AND GRUBBING SQFT 24,500 0.27 6,61s 1-8 (F)19 EARTHWORK- CUT CY 1 8 00 80.71 145,278 1-9 (F)19 EARTHWORK- FILL CY 1 ,190 68.44 81,443.60 1-10 19 EARTHWORK - OVEREXCAVATION LS 1 38,432.65 38,432.65 1-11 40 CONCRETE PAVING - PEDESTRIAN SQFT 3000 53.80 161,400 1-12 (s)40 CONCRETE POSTTENSION COURT SLABS SQFT 14850 60.99 905,701.50 1-13 32 't820 SPORTS COURT SURFACING & STRIPING LS 1 t15,t47.84 115,t47.84 1-14 1',! 6833 PICKLEBALL NET EA I 2,547.72 20,38r.76 1-15 73 CONCRETE STAIRS SQFT 60 86.3 r 5,178.60 1-16 73 DEEPENED CURB _ 12" W LF 140 2s8.93 36,250.20 1-17 51 COURTWALL -A LF 200 345.25 69,050 1-18 51 COURT WALL - B LF 105 621.44 65,251.20 1-19 51 COURT WALL - C LF 60 690.49 41,429.40 1-20 51 COURT WALL - D LF 105 402.79 42,292.95 1-21 32- 3300 SKATE DETERRANTS EA 25 172.62 4,3 15.50 1-22*32 3300 PRE-FABRICATED BLEACHERS EA 2 12,029.56 24,059.12 1-23 32 3300 SITE FURNISHING FURN - TRASH EA 2 3,954.t3 7,908.26 1-24 32 3300 SITE FURNISHING _ DRINKING FOUNTAIN EA 1 15,288.78 15,288.78 1-25 32 31 13 FENCING&GATES-COURT PERIMETER 1O FT LF 740 363.60 269,064 1-26 32 31 13 FENCING & GATES _ INTERIOR 4 FT LF 370 166.17 61,482.90 1-27 32 31 '18 FENCE-WOOD GUARDRAIL WMESH LF 175 99.3r t7,379.25 1-28 64 STORM DRAIN CLEANOUT EA 3 863. l I 2,589.33 1-29 64 6'HDPE STORM DRAIN PIPE LF 100 97.81 9,781 1-30 64-2 SLIM CHANNEL DRAIN LF 230 374.02 86,024.60 1-31 32- 3000 SEWER LATERALS LF 150 86.31 12,946.50 1-32 32- 3000 SEWER CLEANOUTS EA 1 863.1 r 863. I I 1-33 82 SIGNAGE & POSTS EA 9 460.33 4,142.97 1-34 (F) 05 7300 HANDRAILS AT STEPS LF 4 529.95 2,119.80 SPECIAL PROVISIONS Addendum #4 - 6 SPECIAL PROVISIONS Item No.SSrrl Item Description Unit of Measure Estimated Quantity Item Price (in fiqures) Totalltem Price (in figures) 1-35 86 ELECTRICAT- SPORTS LIGHT FIXTURES EA 20 9,618.52 t92,370.40 1-36 86 ELECTRICAL- BOLLARD LIGHT FIXTURES EA 5 3,279.82 1 6,399. l0 1-37 86 ELECTRICAL LS 1 197,928.83 197,928.83 1-38 20-2 IRRIGATION LS 1 11,203.20 11,203.20 1-39 20-1 SOIL PREPARATION - LANDSCAPE AREAS SQFT 4,750 0.26 1,235 1-40 20-3 PLANTING- SHRUB 5 GAL EA 64 40.94 2,620.16 1-41 20-3 PLANTING-SHRUBl GAL EA 46 19.72 907.12 142 20-3 TREES _24" BOX EA 1 563.83 563.83 143 (F)20-3 3'MULCH SQFT 4,750 0.58 2,755 144 20 LANDSCAPE MAI NTENANCE/ PLANT ESTABLISHMENT LS 1 8,323.79 8,323.79 1-45 20 PARK MAINTENANCE SERVICES LS 1 17,262.24 t'7,262.24 Alternate #1 - Bid Total $2,971,850.38 BID ALTERNATE #2 (UPPER LEFT QUADRANT) 2-1 8,12 MOBILIZATION & DEMOBILIZATION LS 1 144,803.71 144,803.71 2-2 (F)16 TEMPORARY FENCING LF 1050 8.06 8,463 2-3 13 STORM WATER POLLUTION CONTROL LS 1 103,359.38 103,359.38 24 8 COMPLIANCEWTH BUILDING PERMIT REQUIREMENTS LS 1 28,770.40 28770.40 2-5 8 COMPLIANCE W/ GRADING ORDINANCE & APCD PERMITS LS 1 54,778.84 54,'778.84 z-o 5 SURVEYING & CONSTRUCTION STAKING LS 1 45,434.21 4s,434.21 2-7 (F)17-2 CLEARING AND GRUBBING SQFT 73,300 0. l8 13,194 2-8 (F)19 EARTHWORK - CUT CY 5,040 46.03 231,991.20 2-9 (F)19 EARTHWORK - FILL CY 3,725 30.08 I12,048.00 2-10 19 EARTHWORK - OVEREXCAVATION LS 1 s5,241.47 5s,241.47 2-11 40 CONCRETE PAVING - PEDESTRIAN SQFT 14,660 36.83 539,927.80 2-12 40 CONCRETE PAVING VEHICULAR SQFT 410 36.82 15,096.20 2-13 32 1413 PERMEABLE PAVERS - VEHICULAR SQFT 5,740 51.75 297,045 SPECIAL PROVISIONS Addendum #4 - 7 SPECIAL PROVISIONS Item No.SSar Item Description Unit of Measure Estimated Quantity Item Price (in figures) Totalltem Price (in figures) 2-14 39 ASPHALT PAVING - VEHICULAR SQFT 12,500 15.77 t97,125 2-15 05 8000 PREFABRICATED BRI DGE #1 & CONCRETE ABUTMENTS LS 1 793,218.26 793,2t8.26 2-16 Varie s BOCCE COURT LS 1 100,876.03 100,876.03 2-17 (s)40 CONCRETE POSTTENSTION COURT SLABS SQFT 8,400 60.99 512,316 2-18 32 1820 SPORTS COURT SURFACING & STRIPING LS 1 77 ,351.45 77,351.45 2-19 11 6833 BASKETBALL HOOPS EA 2 6,066.64 12,133.28 2-20 't1 6833 FUTSOL GOAUHOOPS EA 2 20,070.78 40,141.56 2-21 73 CONCRETE STAIRS SQFT 140 92.06 12,888.40 2-22 73 CONCRETE CURB RAMPS EA 5 17,262.24 86,311.20 2-23 73 DEEPENED CURB - 8" AT PAVERS LF 710 I 15.09 81,713.90 2-24 73 DEEPENED CURB _ 12'W LF 1120 132.3s t48,232 2-25 73 coNcRETE CURB - 6" (CtrY sTD)LF 460 46.03 2t,173.80 2-26 73 CONCRETE CURB & GUTTER (STANDARD)LF 225 97.81 22,007.25 2-27 73 CONCRETE CROSS GUTTER LF 130 172.62 22,440.60 2-28 51 stTE WALL - 8',(NO RETENTTON)LF 6.5 I,150.81 7,480.27 2-29 51 stTE WALL - 8',(RETA|NtNG)LF 420 805.57 338,339.40 2-30 51 srTE WALL - 12'(NO RETENTION)LF 245 920.65 225,559.25 2-31 51 srTE WALL - 12'(RETATNTNG)LF 210 t,035.'74 217,505.40 2-32 51 SEAT WALL (NO RETENTTON)LF 60 920.65 555,329 2-33 51 SEAT WALL (RETATNTNG)LF 100 1,035.74 103,s74 2-34 51 TERRACED SEATWALL LF 1 3,452.45 3,452.45 2-35 51 CMU WALL LF 190 I,441.85 273,951.50 2-36*32- 3300 SKATE DETERRANTS EA 75 230.16 17,262 2-37 32 3300 SITE FURNISHING-6 FT PICNIC TABLE EA 3 6,846.05 20,538.15 2-38 32 3300 SITE FURNISHING-6 FT PICNIC ADA TABLE EA 1 6,7 t4.54 6,7t4.54 2-39 32 3300 SITE FURNISHING - BACKLESS BENCH EA 1 3,009.33 3,009.33 240 32 3300 SITE FURNISHING - TRASH EA 4 3,954.13 15,816.52 241 32 3300 SITE FURNISHING - BIKE RACKS EA 1 1,453.71 1,453.71 SPECIAL PROVISIONS Addendum #4 - 8 SPECIAL PROVISIONS Item No.SSlry Item Description Unit of Measure Estimated Quantity Item Price (in figures) Totalltem Price (in figures) 242 32 31 13 FENCE-COURT PERIMETER 10 FT LF 230 236.60 54,418 243 32 31 18 FENCE-WOOD GUARDRAIL WMESH LF 625 88.61 55,3 8l .25 244 32 31 19 FENCE - METAL PICKET GUARDRAIL LF 280 420.05 tt7,614 245 (F) 05 7300 HANDRAIL AT RAMP LF 270 276.30 74,601 246 (F) 05 7300 HANDRAIL AT STAIRS LF 55 343.21 18,876.55 247 05 5000 VEHICULAR GATE EA 1 15,248.31 15,248.31 248 (s)Varies NORTH RESTROOM LS 1 452,154.54 452,154.54 249 (s) 13 3000 SHADE STRUCTURE AT BOCCE COURTS LS I 115,466.72 115,466.72 2-50 62 18"x18" CONCRETE SD CATCH BASIN EA 14 3,797.70 5 3, I 67.80 2-51 62 36"X36'CONCRETE SD CATCH BASIN EA 1 10,127.t8 10,127.18 2-52 64 ATRIUM GRATE EA 35 20r.39 7,048.65 2-53 64 6'HDPE STORM DRAIN PIPE LF 2,150 63.29 136,073.50 2-54 64 B'HDPE STORM DRAIN PIPE LF 15 172.62 2,589.30 2-55 62 SLIM CHANNEL DRAIN LF 26 460.33 I1,968.58 2-56 33 4211 12'TRENCH DRAIN LF 12 627.20 7,526.40 2-57 33 3000 8'HDPE SEWER MAIN LF 195 172.62 33,660.90 2-58 33 3000 SEWER MANHOLES EA 2 20,484.52 40,969.04 2-59 32- 3000 COAT EXISTING SEWER MANHOLES EA 2 13,809.80 27,619.60 2-60 33 3000 SEWER LATERALS LF 50 189.89 9,494.50 2-61 33 3000 SEWER CLEANOUTS EA 1 5 1.78 51.78 2-62 20 EARTHEN SWALE LF 135 5.75 776.25 2-63 G)20-1 BIOTREATM ENT SOIL M EDIA CF 3900 23.04 89,856 2-64 G)25 NO.2 STONE (BtO- RETENTION BAS',VS)CF 3900 10.36 40,404 2-65 25 ENERGY DISSIPATOR STONE CY 3 345.25 1,035.75 2-66 84 PAVEMENT STRIPING LF 800 11.51 9,208 2-67 84 PAVEMENT MARKINGS SQFT 570 11.51 6,560.70 2-68 CURB PAINT LS 1 287.70 287.70 2-69 82 SIGNAGE & POSTS EA 3 460.33 1,380.99 2-70 86 ELECTRICAL_ POLE LIGHT FIXTURES EA I 16,475.07 l3 1,800.56 SPECIAL PROVISIONS Addendum #4 - 9 SPECIAL PROVISIONS Item No.SS<rt Item Description Unit of Measure Estimated Quantity Item Price (in figures) Totalltem Price (in figures) 2-71 86 ELECTRICAL - SPORTS LIGHT FIXTURES EA B 10,l9l.63 81,533.04 2-72 86 ELECTRICAL- BOLLARD LIGHT FIXTURES EA 2 4,430.65 8,861.30 2-73 86 ELECTRICAL-MISC FIXTURES EA 2 863. I 1 1,726.22 2-74 86 ELECTRICAL SWTCHBOARD EA 1 20,714.68 20,714.68 2-75 86 ELECTRICAL LS 1 286,9sr.34 286,951.34 2-76 86 PG&E COORDINATION LS 1 24,742.53 24,'742.53 2-77 32- 1713 WHEEL STOPS EA 12 230.16 2,761.92 2-78 (s) 04 2000, 05 s000 TRASH ENCLOSURE LS 1 rt3,237.99 t13,237.99 2-79 99 IRRIGATION LS 1 102,501.59 102,501.59 2-80 20 PLANTING - SHRUB 15 GAL EA 23 176.11 4,050.53 2-81 20 PLANTING-SHRUBSGAL EA 370 43.06 15,932.20 2-82 20 PLANTING-SHRUBl GAL EA 624 22.47 14,021.28 2-83 20 PLANTING - 4" POTS EA 280 5.95 t,666 2-U 20 PLANTING - PLUGS EA 1128 5.95 6,711.60 2-85 20 TREES _24" BOX EA 38 669.32 25,434.16 2-86 20 TREE - 36' BOX EA b I,43 1 .86 8,591.56 2-87 20 TREE - 15 GAL EA 15 329.66 4,944.90 2-88 (F)20 3'MULCH SQFT 23,600 0.58 13,688 2-89 20 LARGE LANDSCAPE BOULDER EA 5 446.87 2,234.35 2-90 20 LANDSCAPE MAINTENANCE/PLANT ESTABLISHMENT EA MONTH 12 1,124.43 13,493.16 2-91 20 PARK MAINTENANCE SERVICES EA MONTH 12 2,877.05 34,524.60 Alternate #2 - Bid Total 7,381,667.56 BrD ALTERNATE #3 (B|KE pUMp TRACK AREA) 3-1 8,12 MOBILIZATION & DEMOBILIZATION LS 1 73,206.85 '73,206.85 3-2 16 TEMPORARY BRIDGE FOR ACCESS LS 1 287,703.98 287,703.98 3-3 (F)16 TEMPORARY FENCING LF 900 8.06 7,254 SPECIAL PROVISIONS Addendum M - 10 SPECIAL PROVISIONS Item No.SSrrl Item Description Unit of Measure Estimated Quantity Item Price (in figures) Totalltem Price (in figures) 34 13 STORM WATER POLLUTION CONTROL LS 1 79,586.97 79,586.97 3-5 8 COMPLIANCEWTH BUILDING PERMIT REQUIREMENTS LS 1 28,770.40 28,770.40 3-6 8 COMPLIANCE W/ GRADING ORDINANCE & APCD PERMITS LS 1 41,774.61 4t,774.61 3-7 5 SURVEYING & CONSTRUCTION STAKING LS 1 t7,273.7 4 17,273.74 3-B (F)17-2 CLEARING AND GRUBBING SQFT 40,000 0.28 11,200 3-9 (F)19 EARTHWORK- CUT LS 1 112,892.74 112,892.74 3-10 (F)19 EARTHWORK - FILL LS 1 340,808.38 340,808.38 3-11 19 EARTHWORK - OVEREXCAVATION LS 1 112,892.74 1t2,892.74 3-12 40 CONCRETE PAVING - PEDESTRIAN SQFT 1,090 49.39 53,835.10 3-13 05 8000 PREFABRICATED BRI DGE #2 & CONCRETE ABUTMENTS LS 1 403,233.22 403,233.22 3-14 51 SEAT WALL - RETAINING LF 35 I,150.81 40,278.35 3-1 5*32- 3300 SKATE DETERRANTS EA 15 287.'.70 4,3 15.50 3-16 32 3300 SITE FURNISHING - BACKLESS BENCH EA 4 4,372.25 t7,489 3-17 32 3300 SITE FURNISHING - TRASH RECEPTACLE EA 2 3,954.14 7,908.28 3-18 32 31 18 FENCE - WOOD RAIL FENCE LF 300 80.55 24,165 3-19 32 31 18 FENCE _WOOD GUARDRAIL WMESH LF 330 95.74 31,594.20 3-20 64 CHIMNEY DRAIN EA 12 6,904.89 82,858.68 3-21 82 SIGNAGE & POSTS EA 3 460.33 I,380.99 3-22 (s)26 BIKE PUMP TRACK LS 1 292,252.86 292,252.86 3-23 (s)26 BIKE SKILLS TRACK LS 1 183,247.84 183,247.84 3-24 86 ELECTRICAL POLE LIGHT FIXTURES EA 5 13,278.11 66,390.55 3-25 86 ELECTRICAL LS 1 92,593.49 92,593.49 3-26 20-2 IRRIGATION LS 1 25,374.09 25,347.09 3-27 20-3 PLANTING - TREES 48'BOX EA 1 4,671.04 4,67t.04 3-28 20-3 PLANTING TREES - 15 GAL EA 1 365. I I 365.1 I 3-29 20-3 PLANTING SHRUB - 15 GAL EA 12 171.69 2,060.28 3-30 20-3 PLANTINGSHRUB-5GAL EA 29 43.50 1,261.50 SPECIAL PROVISIONS Addendum #4 - 11 SPECIAL PROVISIONS Item No.SSrrt Item Description Unit of Measure Estimated Quantity Item Price (in figures) Totalltem Price (in figures) 3-31 20-3 PLANTINGSHRUB-1GAL EA 107 22.70 2,428.90 3-32 20-3 PLANTING HYDROSEED SQFT 7,750 0.74 5,735 3-33 (F) 20-3 3" MULCH SQFT 5,000 0.58 2,900 3-34 20 LANDSCAPE BOULDERS EA 5 970.63 4,853. I 5 3-35 20 LAN DSCAPE MAI NTENANCE/ PLANT ESTABLISHMENT EA MONTH 12 693.31 8,319.72 Alternate #3 - Bid Total $2,472,876.26 BID ALTERNATE #4 (UPPER RIGHT QUADRANT) 4-1 8,12 MOBILIZATION & DEMOBILIZATION LS 1 106,498.80 106,498.80 4-2 16 TEMPORARY BRIDGE FOR ACCESS LS 1 287,703.98 287,703.98 4-3 (F)16 TEMPORARY FENCING LF 1,090 8.06 8,785.40 44 13 STORM WATER POLLUTION CONTROL LS 1 t16,026.41 116,026.41 4-5 8 COMPLIANCE WTH BUILDING PERMIT REQUIREMENTS LS 1 28,770.40 28,770.40 4-6 8 COMPLIANCE W GRADING ORDINANCE & APCD PERMITS LS 1 45,025.67 45,025.67 4-7 5 SURVEYING & CONSTRUCTION STAKING LS 1 37 ,251.91 37,25r.91 4-8 (F)19 EARTHWORK- CUT CY 4,180 19.63 82,053.40 4-9 (F)19 EARTHWORK - FILL CY 2,230 57.27 127,7t2.10 4-10 19 EARTHWORK- OVEREXCAVATION LS 1 65,426.19 65,426.19 4-11 40 CONCRETE PAVING - PEDESTRIAN SQFT 5,000 39.25 196,250 4-12 32141 3 PERMEABLE PAVERS - VEHICULAR SQFT 4,400 51.77 227,788 4-13 39 ASPHALT PAVING - VEHICULAR SQFT 8,1 00 24.72 200,232 4-14 05 8000 PREFABRICATED BRIDGE #3 & CONCRETE ABUTMENTS LS 1 1,115,339.69 t,t15,339.69 4-15 (s)40 CONCRETE POST TENSION COURT SLABS SQFT 13,200 43.31 571,692 4-16 32 1820 SPORTS COURTS & STRIPING LS 1 80,07r.55 80,071.55 4-17 11 6833 TENNIS NET EA 2 25,369.73 50,739.46 4-18 73 CONCRETE STAIRS SQFT 76 230.16 t7,492.16 4-19 73 CONCRETE CURB RAMPS EA 1 34,524.47 34,524.47 4-20 73 DEEPENED CURB _ 8'W LF 950 I 15.08 r09j26 SPECIAL PROVISIONS Addendum #4 - 12 SPECIAL PROVISIONS Item No.SSrrl Item Description Unit of Measure Estimated Quantity Item Price (in figures) Totalltem Price (in fiqures) 4-21 73 DEEPENED CURB _ 12'W LF 85 r32.35 11,249.75 4-22 73 coNcRETE CURB - 6', (C|TY sTD)LF 190 51.78 9,838.20 4-23 73 CONCRETE CURB & GUTTER (STANDARD)LF 210 103.5'l 21,749.70 4-24 51 srTE WALL - 12" (RETAIN|NG)LF 100 1,035;14 103,574 4-25 51 CHEEK WALL LF 12 I,150.81 13,809.72 4-26 51 COURT WALL _A LF 120 460.33 55,239.60 4-27 51 COURT WALL _ B LF 110 805.57 88,612.70 4-28 51 COURT WALL - C LF 120 920.65 110,478 4-29 51 COURT WALL - D LF 80 632.95 50,636 4-30 73 MOWCURB 12'AND 14'LF 180 69.05 12,429 4-31*32- 3300 SKATE DETERRANTS EA 20 230.16 4,603.20 4-32 32 3300 SITE FURN - BACKED BENCH EA 6 4,372.25 26,233.50 4-33 32 3300 SITE FURNISHING - TRASH EA 4 3,954.13 15,816.52 4-34 32 3300 SITE FURNISHING - BIKE RACKS EA 1 1,453.7 t t,453.71 4-35 32- 1713 WHEEL STOPS EA 8 230.16 r,841.28 4-36 32 31 13 FENCE - COURT PERIMETER 1O FT LF 460 296.76 136,509.60 4-37 32 31 18 FENCE -WOOD GUARDRAIL WMESH LF 750 82.85 62,137.50 4-38 32 31 19 FENCE - METAL PICKET GUARDRAIL LF 72 701.08 50,477.76 4-39 (F) 05 7300 HANDRAIL AT RAMP LF 70 284.82 19,937.40 4- 40(F) 05 7300 HANDRAIL AT STEPS LF 25 388.98 9,724.50 441 (s) '13 3000 SHADE STRUCTUREAT VISTA LS 1 79,223.35 79,223.35 442 64 6" HDPE STORM DRAIN PIPE LF 680 115.09 78,261.20 443 64 8'HDPE STORM DRAIN PIPE LF 400 138. l0 55,240 4-44 62 18"X18'CONCRETE SD CATCH BASIN EA 6 4,027.86 24,167.16 445 oz 36'X36'CONCRETE SD CATCH BASIN EA 2 10,932.75 21,865.50 446 64 ATRIUM GRATE EA 2 207.15 414.30 447 20 EARTHEN SWALE LF 320 5.75 l,840 t48 F)20-1 BIOTREATM ENT SOIL M EDIA CF 2,950 24.07 71,006.50 +49 F)25 NO.2 STONE (BtO RETENTION BAS/'VS)CF 2,950 13.81 40,739.50 SPECIAL PROVISIONS Addendum #4 - 13 SPECIAL PROVISIONS Item No.SSlry Item Description Unit of Measure Estimated Quantity Item Price (in fiqures) Totalltem Price (in fiqures) 4-50 25 ENERGY DISSIPATOR STONE CY 3 575.41 1,726.23 4-51 84 PAVEMENT STRIPING LF 400 11.51 4,604 4-52 84 PAVEMENT MARKINGS SQFT 110 11.51 1,266.10 4-53 84 CURB PAINT LS 1 575.41 575.41 4-54 82 SIGNAGE & POSTS EA 4 460.33 1,841.32 4-55 86 ELECTRICAL POLE LIGHT FIXTURES EA 4 I 8,5 16.63 74,066.52 4-56 B6 ELECTRICAL SPORTS LIGHT FIXTURES EA I 7,186.72 64,680.48 4-57 B6 ELECTRICAL- BOLLARD FIXTURES EA 14 5,006.06 70,084.84 4-58 86 ELECTRICAL LS 1 207,027.t8 207,027.18 4-59 20-2 IRRIGATION LS 1 62,7t9.95 62,719.95 4-60 20-3 PLANTING - GRASS SOD SQFT 5,041 L83 9,225.03 4-61 20-3 PLANTING TREE _24'BOX EA 29 629.76 18,263.04 4-62 20-3 PLANTING TREE - 15 GAL EA 8 312.91 2,503.28 4-63 20-3 PLANTING SHRUB-15GAL EA 15 187.60 2,814 4-M 20-3 PLANTINGSHRUB-5GAL EA 297 44.83 13,314.51 4-65 20-3 PLANTINGSHRUB-1GAL EA 577 19.20 I 1,078.40 4-66 20-3 PLANTING PLUGS EA 1014 5.95 6,033.30 4$7 (F)20-3 3" MULCH SQFT 19,750 0.56 l1,060 4-68 20-3 LARGE LANDSCAPE BOULDERS EA 8 970.64 7,765.12 4-69 20 LANDSCAPE MAI NTENANCE/ PLANT ESTABLISHMENT EA MONTH 12 3,934.33 47,21t.96 4-70 20 PARK MAINTENANCE SERVICES EA MONTH 12 2,877.05 34,524.60 Alternate #4 - Bid Total $5,340,204.01 Total Project Bid = (Base Bid + Bid Alternative)$29,611,18.20 Company Name: Specialty Construction, Inc. (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. * Bid item exempt from Section 9-1.068 and 9-1.06C of the Standard Specifications. The unit price will not be adjusted regardless of the final bid item quantity. (F) - Final Pay ltems per Section 9-1.02C of the Caltrans Standard Specifications. Bid item quantity will not be adjusted based on actual quantity measured in the field. (S) - Specialty ltems per Section 5-1 .1 3A of the Standard Specifications. These items will not be counted toward the self-performance req ui rement. SPECIAL PROVISIONS Addendum #4 - 14 SPECIAL PROVISIONS LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 112 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must conform to section 5- 1.13 of the Special Provisions. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need not be mentioned. Subcontractors required to pay prevailing wage, must be registered with the Department of lndustrial Relations pursuant to Labor Gode section 1725.5 to be listed. NOTE: lf there are no subcontractors, write "NONE" and submit with bid. Name Under Which Subcontractor is Licensed KIRK CONSTRUCTION License Number 810345 DIR Public Works Registration Number 1 0000463 I 5 Address and Phone Specific Number of Office, Mill or Description ofShop Subcontract %of Total Base Bid 8740 PUEBLO AVE STE A GRADING, BASE 34.69% ATASCADERO, C A 93422 COURSES,CONCRETE, p6. (80s) 461-2060 UTILITES LANDSCAPE 450067 100t009464 2S44TWITHERSPOONPARKWAYLANDSCAPING II.4O% DEVELOPMENT INC VALENCIA, CA 91355 Ph:(661) 29s-1970 LANDSCAPE 450067 1001009464 2844TWITHERSPooNPARKWAYPLAYGROLIND 15.96% DEVELOPMENTINC VALENCIA, CA 91355 EQUIPMENT Ph:(661) 29s-t970 28447 WITHERSPOON PARKWAY SHADELANDSCAPE45006'7 1001009464 2.82% DEVELOPMENT INC VALENCIA,CA91355 STRUCTURES (661) 29s-t970 Ph: Attach additional sheets as needed SPECIAL PROVISIONS Addendum #2- 16 SPECIAL PROVISIONS LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 112 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must conform to section 5- 1.13 of the Special Provisions. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need not be mentioned. Subcontractors required to pay prevailing wage, must be registered with the Department of lndustrial Relations pursuant to Labor Code section 1725,5 to be listed. NOTE: lf there are no subcontractors, write "NONE" and submit with bid. Name Under Which Subcontractor is Licensed BIG WAKOO FENCE INC License Number 87838 I DIR Public Works Registration Number 100000s304 Specific Description of Subcontract o/o of Total Base Bid 0.80% Address and Phone Number of Office, Mill or Shop 358 E ORMONDERD FENCING ARROYO GRANDE, CA93420 Ph. (805) 473-4964 CULBERTPLUMBINGINC 398106 I 000062028 3055 MCMTLLAN AVE. surrE A PLUMBING 0.82% SAN LUIS OBISPO cA 93401 Ph:(805) 594-1020 TOSTE GRADING & PAVINGINC 3 I 8439 1000001377 265IGREENPLACE ASPHALT MASONRY 0.78% 0.9t% ARROYO GRANDE,CA93420 KMAMASONRYINC 605570 t000654720 p6. (805) a89-1791 PO BOX 5263 PASO ROBLES,CA93446 (80s) 97s-2174 Ph: Attach additional sheets as needed. SPECIAL PROVISIONS Addendum #2 - "16 SPECIAL PROVISIONS LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 112 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must conform to section 5- 1.13 of the Special Provisions. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need not be mentioned. Subcontractors required to pay prevailing wage, must be registered with the Department of lndustrial Relations pursuant to Labor Code section 1725.5 to be listed. NOTE: lf there are no subcontractors, write "NONE" and submit with bid. Name Under Which Subcontractor is Licensed B JHARVEY License Number 597550 DIR Public Works Registration Number 1000034272 Address and Phone Number of Office, Mill or Shop P OBOX2227 Specific Description of Subcontract ROUGH Yo of Total Base Bid 1.22% CONSTRUCTIONINC MODERN WELDING AND DESIGN 1054s23 1000731117 ATASCADERO CA934Z3 CARPENTRY Ph:(805) 440-s93 1 5461 LORRAINEAVE STEEL SANTA MARIA, CA 93455 t.34% 6.64%LEE WILSON ELECTRIC 851738 1000007719 p1. (805) 878-8175 P O BOX 250 ELECTRICAL COMPANY INC ARROYO GRANDE, CA. 93421 Ph:(805) 489-4216 Ph: Attach additional sheets as needed. SPECIAL PROVISIONS Addendum #2- 16 SPECIAL PROVISIONS PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT ln compliance with Public Contract Code Section 10285.1(Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder, or any subcontractor to be engaged by the bidder, has _, has notx been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIG CONTRACT CODE SECTION 10162 QUESTIONNAIRE ln compliance with Public Contract Code Section 10162, the Bidder must complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes X No lf the answer is yes, attach a letter explaining the circumstances PUBLIC CONTRACT CODE SECTION 10232 STATEMENT ln compliance with Public Contract Code Section 10232, you hereby state under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against you within the immediately preceding two-year period because of your failure to comply with an order of a federal court which orders you to comply with an order of the National Labor Relations Board. LABOR CODE SECTION 1725.5 STATEMENTS The bidder has delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state, or local administrative agency, including a confirmed arbitration award. Any judgment, order, or determination that is SPECIAL PROVISIONS 17 SPECIAL PROVISIONS under appeal is excluded, provided that the contractor has secured the payment of any amount eventually found due through a bond or other appropriate means. Yes No The bidder is currently debarred under Section 1777 .1 or under any other federal or state law providing for the debarment of contractors from public works. Yes NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. SPECIAL PROVISIONS 18 X NoX SPECIAL PROVISIONS NON-COLLUSION DECLARATION Rudolph C. Bachmannt,, declare that I am President/Secretary gf Specialty Construction, Inc. the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone refrained from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Executed on Qs!eber2!., 202s ,i1 San Luis Obispo, CA I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct.-.G.-J-b {$ffiAr-} nuaobnC. n$""" r.esioenvsecretav($ignature and Title Of DeClarant) Subscribed and sworn to before me this _day of 20 SEE ATTACHED JARAT Notary Public Company Name I Specialtv Construction. Inc. SPECIAL PROVISIONS 19 CALIFORNIA ALL-PURPOSE ACKIIOIIILEDGMEI{T crvrl coDE $ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of thai document, State of California County 6f San Luis Obispo gnOctober23,2025 before me, Date Sheri A. Shamblin. Notarv Public Here lnsert Name and Title of the Officer personally appeared Rudolph C. Bachmann Name(s) of Signe(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALry OF PERJUFY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and otficial seal. @" ShERI A, SH^,TBLIN Notrry Public - Glifornlr' San Luis 0bispo County Commission t 25.l2801 Comm, Erpires l.r 21, 20L)Signat Signature Public Place Notary SealAbove OPTIONAL Though fhr's secirbn is optional, completing this information can deter alteration of the doeument or fraudulent reattachment of this form to an unintended document. Description of Attached Dqcument, Non-Co-lftision Declaration (Riehetti Ranch Parks - I itle Of lype Of DOCument: Communitv Park. Citv of San tuis Obispo) DOCUment Qals; t012312025 Number of Pages: I Signer(s)Other Than Named {[eys; N/A. Gapacity(ies) Claimed by $igner(s) Signer's Name: Rudolph C. Bachmann Signer's Name:N/A. iE Corporate Officer - Title(s):President/Secretary i-lCorporate Officer - Title(s): n Partn'€r - l-lLimited il GeneralI lndividualI Trustee n Other: I Attorney in Fact I Guardian or Conservator [] Partner - t] Limited n General tr lndividual J Attorney in Fact [] Trustee ll Guardian or ConservatorI Other: Signer fs Signer ls Representing: SPECIAL PROVISIONS BIDDER ACKNOWLEDGEMENTS By signing below, the bidder acknowledges and confirms that this bid is based on the information contained in all contract documents, including the notice to bidders, plans, specifications, special provisions, and addendum number(s)t.2.3.4 (Note: You are responsible to verify the number of addenda prior to the bid opening.) The undersigned further agrees that in case of default in executing the required contract, with necessary bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his bid will become the property of the City of San Luis Obispo. Licensed in accordance with an act providing for the registration of contractors, License No.619361, Expiration Date 2/2812027 The above statement is made under penalty of perjury, and any bid not containing this information "will be considered non-responsive and will be rejected" by the City. Signature of Bidder RJ-{:\ Rudolph C.Hchmann, President/Secretary DIR- Public Works istration No: tooooool28 Business Name (DBA)Specialty Construction Owner/Leg al Namei sbeiialtv Construction, Inc lndicate One: ESole-proprietor tr Partnership ECorporation List Partners/Corporate Rudolph C. Bachmann, President / Secretary OffiCefS: Jefferv W. Martin. Senior Vice president Name Title Dominic DePalma, Vice President / Operations Manager, Santa Barbara Office Kirk Wheeler, Vice President / Operations Manager, San Luis Obispo Office Nathan L. Asin. Vice President / Business Develooment ManaserName Title Thomas A. Seidel, Vice President / Civil Division Manager Thomas J. McBryde, Vice President / Telecommunications Division Manager Bruce Rav. ChiefFinancial OfficerName Title Business Address 645 Clarion Ct., San Luis Obispo. CA 93401 Street Address 645 Clarion Cr.. San Luis Obisoo. CA 93401 Mailing Address 645 Clarion Ct. City, State, Zip Code San Luis Obispo, CA 93401 Phone Number 543-t'706 Fax Number (80s) 543-1722 Email Addresg nagin@specialtyconstruction.com Reg Date tol23l2o25 SPECIAL PROVISIONS 20 SPECIAL PROVISIONS QUALIFICATIONS Failure to furnish complete reference information ON THIS FORM, as specified in this project's Notice to Bidders and indicated below, is cause to reject the bid. Additional information may be attached but is not a substitute for this form. Reference Number 1 Customer Name & Contact lndividual Meissner Lane SLO LLC and 265 Meissner Lane LLC / Micheal Kelly Telephone & Email (617) 27 4-5669 / mkelly@eastern-re.com Project Name (Site Address): 250 Tank Farm Rd/PM SLO-17-0107 Improvement Plans / 250 Tank Farm Rd., San Luis Obispo, CA 93401 ls this similar to the project being bid and include construction within a public park? Yestr Notr This project includes: tr Site development including excavation and grading tr lnstallation of wet and dry underground utilities n ADA compliant concrete installation, including curb ramp and/or sidewalks ! New building construction ! Playground Equipment lnstallation ! Bridge construction Describe the services provided and how this project is similar to thatwhich is being bid: Full site development of approximately 19.5 Acres. Project consisted of redevelopment of an existing farm field into 13 subdivided commercial lots. The work included extensive import, excavation, grading, utility infrastructure, on-site public road development complete with sidewalks, and off-site improvements. Was this contract for a public agency? YesU Notr ls this reference project from work completed as the prime contractor for the project? Yestr Notr Date compleled'. 03 12021 SPECIAL PROVISIONS 21 SPECIAL PROVISIONS Reference Number 2 Customer Name & Contact lndividual DisnitvMoves / Derek Trova (Tvnan Group) Telephone & Email (760) 3 I 0- 1498 / dtroya@tynangroup.com Project Name (Site Address): DignityMoves, Grover Beach 1945 & 955 South 4th Street, Grover Beach, CA 93433 ls this similar to the project being bid and include construction within a public park? Yes! Notr This project includes: tr Site development including excavation and grading tr lnstallation of wet and dry underground utilities I ADA compliant concrete installation, including curb ramp and/or sidewalks n New building construction ! Playground Equipment lnstallation ! Bridge construction Describe the services provided and how this project is similar to that which is being bid: Full site development for a temporary homeless shelter. Project consisted ofdeveloping a previously vacant lot to accept the Owner provided prefabricated units. Our work included installation of the complete underground utility systems including domestic water, landscape water, fire water, electrical infrastructure, and gas distribution systems. Was this contract for a public agency? Yestr Notr ls this reference project from work completed as the prime contractor for the project? Yesm Non Date completed: o6 tzozq SPECIAL PROVISIONS 22 SPECIAL PROVISIONS Reference Number 3 Customer Name & Contact lndividual DignityMoves / Derek Troya (Tynan Group) Telephone & Email (760) 3 I 0- 1498 I dtroya@tynangroup.com Project Name (Site Address): Dignity Moves - La Posada / 4500 Hollister Avenue, Santa Barbara, CA 931 10 ls this similar to the project being bid and include construction within a public park? Yestr Notr This project includes: tr Site development including excavation and grading tr lnstallation of wet and dry underground utilities tr ADA compliant concrete installation, including curb ramp and/or sidewalks ! New building construction ! Playground equipment lnstallation f] Bridge construction Describe the services provided and how this project is similar to that which is being bid: The project consisted ofsite development to house approximately 32,862 square feet ofprefabricated transitional housing units. The site was previously a paved parking lot and recreation yard. Our work included constructing extensive concrete curbs, ramps, and sidewalks to accomodate ADA access to the raised prefabricated units. Was this contract for a public agency? Yes! Notr ls this reference project from work completed as the prime contractor for the project? Yestr No! Date compleledt 05 12024 SPECIAL PROVISIONS 23 SPECIAL PROVISIONS Reference Number 4 Customer Name & Contact lndividual San Luis Obispo Regional Transit Authority / Tully Wyatt (Kitchell CEM) Telephone & Email (805) 440-227 8 / twyatt@kitchell.com Project Name (Site Address): RTA Regional Maintenance Facility / 253 Elks Lane, San Luis Obispo, CA 93401 ls this similar to the project being bid and include construction within a public park? Yesl Notr This project includes: ! Site development including excavation and grading ! lnstallation of wet and dry underground utilities ! ADA compliant concrete installation, including curb ramp and/or sidewalks I New building construction tr Playground equipment lnstallation tr Bridge construction Describe the services provided and how this project is similar to that which is being bid: Construction ofa single story 28,650sf(gross) bus maintenance facility with +2,600sf of mezzaninelequipment platform located on a6.44-acre site at 253 Elks Lane. The building is construction type V-b, fully sprinklered that accommodates operations, administration and maintenance areas with main occupancies S-1 & B, also A-3 occupancy as accessory use. There are detached enclosures on site such as the trash enclosure, and canopy over bus parking which was completed as Design/Build by SCL This project also includes the offsite improvements, specifically the "t-intersection" for Fuhue Elks Lane realignment. Was this contract for a public agency? Yestr Notr ls this reference project from work completed as the prime contractor for the project? Yestr Non Date completedi 03 t2023 SPECIAL PROVISIONS 24 SPECIAL PROVISIONS Reference Number 5 Customer Name & Contact lndividual Centennial Gardens LP / Jennifer Ackerman Telephone & Email (253) 241 -4522 / jennifer@vaughnbay.net Project Name (Site Address): Centennial Gardens Apartments / Battles Road and South Depot Street, Santa Maria, CA, 93458 ls this similar to the project being bid and include construction within a public park? Yestr Notr This project includes: I Site development including excavation and grading ! lnstallation of wet and dry underground utilities D ADA compliant concrete installation, including curb ramp and/or sidewalks tr New building construction tr Playground equipment lnstallation n Bridge construction Describe the services provided and how this project is similar to that which is being bid: The project was full site development of approximately 8.68 acres, which included all grading, earthwork, utilities, and site amenities. The work included constructing the common park area for the 160 units, which included a large public play structure, splash pad, and BBQ gathering area. Was this contract for a public agency? Yestr Notr ls this reference project from work completed as the prime contractor for the project? Yestr Non Date completed'. 0612024 SPECIAL PROVISIONS 25 SPECIAL PROVISIONS Reference Number 6 Kirk Construction Customer Name & Contact lndividual Trumark Construction Services, Inc. / Jerry Meyer Telephone & Email jerrym@wcpdev.com / (805) 888-7234 Project Name (Site Address): Avila Ranch Phase 5, Buckley Road, San Luis Obispo, CA ls this similar to the project being bid and include construction within a public park? Yestr Nou Was this contract for a public agency? Yesn Notr ls this reference project from work completed as the prime contractor for the project? Yes! Notr Date completed: lo 12025 This project includes: ! Site development including excavation and grading tr lnstallation of wet and dry underground utilities tr ADA compliant concrete installation, including curb ramp and/or sidewalks tr New building construction tr Playground equipment lnstallation tr Bridge construction Describe the services provided and how this project is similar to that which is being bid: This project was for the construction of two (2) pedestrian bridges. Work included driving piles, concrete abutments, installation of prefabricated bridges, walkways, paving, striping & signage, and surface improvements. Work followed City of San Luis Obispo Standards, and was inspected by the City of San Luis Obispo. SPECIAL PROVISIONS 26 SPECIAL PROVISIONS ten percent of the amount bid---------- ATTACH BIDDER'S BOND TO ACCOMPANY BID Know all men by these presents: That we Sneci alrv Consf nrction Tnc AS PRINCIPAL, and I{qrcn Natinnol T-.tt""n"" l'-nmnanrr AS SURETY, are held and firmly bound unto the City of San Luis Obispo in the sum of: Dollars ]oq,-) to be paid to said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION lS SUCH, that if the certain bid of the above bounden SoecialwConstruction.Inc. to construct Righetti Ranch Parks - Communir,v Park. Specification No. 2000054 (insert name of street and limits to be improved or project) aaea}clober )? rAO2,5 is accepted by the City of San Luis obispo, and if the above bounden Snecialrv Consrnrction Inc his heirs, executors, administrators, successors, and assigns shall duly enter into and execute a contract for such construction and shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or legal holidays) after the above bounden, Sneci altrr Cnnstnrciion Tnc has received notice by and from the said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null and void: otherwise, it shall be and remain in fullforce and virtue. lN WTNESS \ /I-IEREOF, we hereunto set our hands and seals this 2nd day of -, 20_25 . Bidder Principal: specialty construction, Inc. september \\e-,S \_-,^-- IO /23 /ZOZ5 Signatuf\Rudolph C. Bachmann, Title: Pid s i d en t / S e c r e tary Date Surety: Insurance Charles M.Griswold Bidder's signature is not required to be notarized. Surety's signature must be notarized. Equivalent form may be substituted (Rev. c30-14) SPECIAL PROVISIONS 27 CALIFORNIA ALL.PURPOSE ACKNOWLEDCTEI{T ctvrl coDE s 1189 A notary public or olher oflicer completirg thb certlficate verilies only the ldentity ol the irdivlJual who signed the documenil lo which this certilicate b attached, and not the trulhfulrpsE, aocuracy, or validity of thal docunBrt. State of Califomia County of Santa Clara On September 2,2025 before me,P. K. Simicich. Notarv Public Here lnsert Name and Title of the OfficerDate personally appeared Charles M. Griswold Name(s) of Signe(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) iVare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her4heir authorized capacity(es), and that by his/her/theirsignature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certifiT under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and conect. WITNESS Signature Signature of Notary Public Plare Notary SealAbc,ve OPT'ONAL Though this secfion is optional, comfleting this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document:Document Date: Number of Pages: Signe(s) Other Than Named Above: Capacity(ies) Claimed by Signer{s} Signer's Name: - Titlds):E Coporate Officer - Title(s): ! Partner - tl Limited flGeneral tr lndividual D Attomey in Fact n Trustee D Guardian or Conservator E Partner - tr Limited I General! lndividual tr Attomey in Fact n Trustee E Guardian or Conseruator ! Other:n Other: Signer ls Bepresenting:Signer ls Representing: @2014 NationalNotary Association . www.NationalNotary.org . 1-800-US NOTARY (1-80S876-6827) ltem #5907 P, K, SlMrClCH Notrry Publlc - California Srntr Clrra County Csmmhslon t 246077 I ld! Comm. Expkes Sep 71,7077 POWER OF ATTORNEY HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT lnsurance Group, Headquartered: 702 Oberlin Road, Raleigh, North Carolina 27605 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of lllinois, and INTERNATIONAL FIDEL]TY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, lllinois and Newark, New Jersey, do hereby constitute and appoint VINCENT M. SCOLARI, DAVID J. BACHAN, CHARLES M. GRISWOLD, WENDY R. PASTORA, PATRICIA K. SIMICICH, YESENIA RIVERA Watsonville, CA their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and otherwritings obligatory in the nature lhereof, which are or may be allowed, required or permitted by law, statute, rule, regulalion, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL tNsuRANCE cOMpANy and TNTERNATTONAL FtDEL]TY TNSURANCE COMPANY, as fully and amply, to all intents and purposes, as il the same had been duly executed and acknowledged by their regularly elected ofiicers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By-Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELIW INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December, 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018' "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys-in-Fact or agents with power and authority as defined or limited in tireir respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and olher written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation mayippoint and revoke the appoinlments ofjoint-control custodians, agents for acceptance of process, and Attorneys-in-fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Oflicer of the Corporation and the Corporation's seal may be afiixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed." lN WTNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December, 2018 Bond # Bid Bond STATE OF NEW JERSEY County of Essex STATE OF ILLINOIS Coung of Cook t Executive Vice President, Harco National lnsurance Company and lnternational Fidelity lnsurance Company On this 31st day of December, 2018 , before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he is the therein described and authorized officer of HARGO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE GOMPANY; that the seals affixed to said inshument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly aflixed by order of the Boards of Directors of said Companies. llllll lN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and year first above written. A. $oTA,l, Erp. ausur9 ,],'il"a ShirelleA.Outley a Notary cJ tl My Commission Expires April 4,2023 CERTIFICATION t, the undersigned officer of HARCO NATTONAL INSURANCE COMPANY and INTERNATIONAL FIDELIW INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and aftidavit, and the copy of the Sections of the By-Laws of said Companies as set forth in said power of Attorney, witn the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. lN TESTIMONY WHEREOF, I have hereunto set my hand on this day, September 2, 2025 il^rl@ StAt tux SEAL I taa A01756 lrene Martins, Assistant Secretary SPEGIAL PROVISIONS ATTACH BIDDER'S BOND TO ACCOMPANY BID Know all men by these presents: That we , AS PRINCIPAL, and AS SUREry, are held and firmly bound unto the City of San Luis Obispo in the sum of: Dollars to be paid to said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION lS SUCH, that if the certain bid of the above bounden to construct (insert name of street and limits to be improved or project) dated is accepted by the City of San Luis Obispo, and if the above bounden his heirs, executors, administrators, successors, and assigns shall duly enter into and execute a contract for such construction and shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or legal holidays) after the above bounden, has received notice by and from the said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. lN WITNESS WHEREOF, we hereunto set our hands and seals this _ day of _, 20-. Bidder Principal: Signature Title: Date Surety: Bidder's signature is not required to be notarized. Surety's signature must be notarized Equivalent form may be substituted (Rev.6-30-14) SPECIAL PROVISIONS 27 Publie Works 91 | Palnr Street, San luis 0bispo, CA 43401 -3?1 I 805.7s1.72*r) sk:l;i.y lr': ADDENDUM DATE;9/5/2025 PROJECT: Righetti Community Park ADDENDUM NO.: I BID DATE: L0/912025 SPECIFICATION NO. 2OOOO54 NOTICE TO AtL CONTRACTORS SUBMITTING BIDS AND TO AtL PU\NHOLDERS: You are hereby notified of the following changes, clarifications or modifications to the contract documents. This addendum shall supersede the original contract documents and prior addenda. Wherein this addendum contradicts the original contract documents and previous addenda, this addendum shall take precedence. All other conditions shall remain unchanged. The change specified below shall become a legal part of the original contract documents. A. CHANGES AND/OR CTARIFCATIONS TO THE NOTICE TO BIDDERS: t. Revise the Bid Date on Page i to: October 9th at 11:00am 2. Add to Page ii under the Bid Documents section: "The Final Day to ask questions about the contract documents is Friday September 26th, at 5:00pm." B. CHANGES AND/OR CLARIFTCATIONS TO THE SPECIFICATIONS: 1. Specification Section 11 6813, Playground Equipment: A. Remove and Replace l-.05 Submittals, B. Substitutions, with: "8. Substitutions - Playground Equipment Substitutions will not be considered" Contractors are required to base their bid on the plans, specifications and any issued addenda. To do otherwise shall be atthe Contractor's own risk. Contractors shall note the acknowledgment of this addendum on the Bid Forms' Bidder Acknowledgement Sheet. If you have any questions, contact Wyatt Banker-Hix at (805) 295-1609. Sincerely, BRIAN NELSON CITY ENGINEER No. C 79870 Publie Works 1,ll I Palnr Slr€et, San Luis tlbispo. CA $3401 ,3?1 I 805./Br.72fro ril(]i,:lif ,ri.; ADDENDUM DATE:9/24/2025 PROJECT: Righetti Community Park ADDENDUMNO.:2 BID DATE: l0/91202s SPECIFICATIONNO 2000054 NOTICE TO ALL CONTRACTORS SUBMITTING BIDS AND TO ALL PIITNHOLDERS: You are hereby notified of the following changes, clarifications or modifications to the contract documents. This addendum shall supersede the original contract documents and prior addenda. Wherein this addendum contradicts the original contract documents and previous addenda, this addendum shall take precedence. All other conditions shall remain unchanged. The change specified below shall become a legal part of the original contract documents. A. CHANGES AND/OR CLARTFICATIONS TO THE NOTICE TO BIDDERS: 1. Remove and Replace pages 1 through 16 of the Special Provisions with the attached. Note Modified sheets have "Addendum #2 - Page Number" in the footer Bid items with modified quantities are shown as bold and italicized. B. CHANGES AND/OR CTARIFTCATIONS TO THE SPECIFICATTONS: 1. Replace Section 2-1.334 with: Any items of work that do not have a distinct pay item are included in other items of work paid and no additional compensation will be allowed. Bids must have all spaces for Bid ltem Prices and Total ltem Prices filled in or may be considered non-responsive - ifany ltem Prices are left blank, the contractor accepts the Item Price based upon the price calculated by dividing the Total ltem Price by the Estimated Quantity. In the cuse of arithmetic discrepancy between ltem Prices and Total ltem Prices, Total ltem Prices prevail over Item Prices, In the case of arithmetic discrepancy between the written Buse Bid Total and/or any Bid Alternate Totals, the calculated summation of Total ltem Prices prevails Submit bid as directed in the Notice to Bidders. On the Subcontractor List, you must submit: L Name under which subcontractor is licensed 2. License number 3. DIR Public Worlrs Registration Number 4. Address 5. Phone number 6. Specific description of subcontracted work 7. Percentage of total base bid amount with your bid. Failure to do so results in a nonresponsive bid. Furnish bid using blankforms provided in the Special Provisions. Bid must include all forms and must be signed by the bidder. Subcontractor List and percentage of each item subcontracted must be provided with the bid, on the List of Subcontractors form provided herein. 2. Replace the 5th Paragraph in Section 5-1.1-3A with: Perform work equaling at least 75 percent of the value of the original total bid with your: 1,. Employees 2. Equipment 3. Rental equipmentwith operator 4. Rental equipment without operators Excluding items designated with an "5" on the Bid Item List. "5" indicates specialty items of work. The value of specialty items of work is not included in the calculation. A representative of the prime contractor must be on site when any subcontractor is performing contract work. Contract work will not be allowed to continue until prime contractor's representative is on site. 3. Remove and Replace Section 26 4300 of the Special Provisions with the attached sheets 4. Remove and Replace Section 07 4113 of the Special Provisions with the attached sheets. c. CHANGESAND/OR CLARIFICATIONS TO THE pLANS: 1. Remove and Replace Plan set with the attached 2. See the attached "BiddingAddendum #2" provided by RRM for a list of plan sheets that have been changed Contractors are required to base their bid on the plans, specifications and any issued addenda. To do otherwise shall be at the Contractor's own risk Contractors shall note the acknowledgment of this addendum on the Bid Forms' Bidder Acknowledgement Sheet. If you have any questions contact Wyatt Banker-Hix at (805) 295-1,609 . Sincerely, WYATT BANKER-HIX FORBRIAN NELSON, CITY ENGINEER \\chstore6Ercups\publiNorksveferenc+llbIarnfoms-templates\design\add€ndum.docx No. C 86141 fu,^ A BA c ,VI Public Works Q1 S Paln $tre€|, San Luis Obispo, CA $3401 -S?1 ii 805.78r.7200 ;lt lrii r,ilrr ADDENDUM DATE: 10/3/2025 PROJECT: Righetti Community Park ADDENDUMNO.:3 BID DATE: 101231202s SPECIFICATIONNO 2000054 NOTICE TO ALL CONTRACTORS SUBMITTING BIDS AND TO AtL PUTNHOLDERS: You are hereby notihed of the following changes, clarifications or modifications to the contract documents. This addendum shall supersede the original contract documents and prior addenda. Wherein this addendum contradicts the original conkact documents and previous addenda, this addendum shall take precedence. All other conditions shall remain unchanged. The change specif,red below shall become alegalpart of the original contract documents. A. GENERALCLARIFICATIONS: 1. The City will be releasing Addendum #4 the week L0 /6 in response to posted RFI questions on BidNet. Bidders should not expect that the bid opening date will be pushed any further than October 23rd. B. CHANGESAND/OR CLARIFCATIONS TO THE NOTICE TO BIDDERS: 1. Revise the Bid Date on Page i to: October 23rd at 11:00am 2. Revise Page ii under the Bid Documents section: "The Final Day to ask questions about the contract documents is Friday October L}th, at 5:00pm." Contractors are required to base their bid on the plans, specifications and any issued addenda. To do otherwise shall be at the Contractor's own risk Contractors shall note the acknowledgment of this addendum on the Bid Forms' Bidder Acknowledgement Sheet. If you have any questions, contactWyatt Banker-Hix at (805) 295-1609 Sincerely, NELSON No. C 79870CITY ENGINEER Public Works $1 t Palm Slreel, San luis Cbispo, CA $3401 -321 I 805.781.720r) $ki'.:;aY iir al ADDENDUM DATE: 10/15/2025 PROJECT: Righetti Community Park ADDENDUMNO.:4 BID DATE: 1012312025 SPECIFICATIONNO. 2OOOO54 NOTICE TO ALt CONTRACTORS SUBMITTING BIDS AND TO ALt PIITNHOLDERS: You are hereby notified of the following changes, clarihcations or modifications to the contract documents. This addendum shall supersede the original contract documents and prior addenda. Wherein this addendum contradicts the original contract documents and previous addenda, this addendum shall take precedence. All other conditions shall remain unchanged. The change specified below shall become a legal part of the original conffact documents. A. CHANGESAND/OR CLARIFICATIONS TO THE NOTTCE TO BIDDERS:l. Remove and Replace pages 1 through 15 of the Special Provisions with the attached. Note Modified sheets have "Addendum #4 -Page Number" in the footer. Bid items with modified quantities are shown as bold and italicized. This includes modified quantities revised by Addendum#2. Bidders must submit their bids based upon the quantities shown on the bid form. B. CHANGESAND/OR CTARIFICATIONS TO THE SPECIFICATIONS: 1' Remove and Replace pages 3L Through 62 of the Special Provisions with the attached. Note Modified sheets have "Addendum #4 -Page Number" in the footer Changes to the Special Provisions are shown as bold and italicized. 2'. Remove and Replace Section 05 8000 of the Special Provisions with the attached sheets 3. Remove and Replace Section 11 6813 of the Special Provisions with the attached sheets. 4. Remove and Replace Section 32 9219 of the Special Provisions with the attached sheets. 5. Remove and Replace Section 32 9300 of the Special Provisions with the attached sheets. 6. Remove and Replace Section 32 1.3L3 of the Special Provisions with the attached sheets. 7. Remove and Replace Section 32 3300 of the Special Provisions with the attached sheets. 8. Insert new Section 07 1300 "Sheet Waterproofing" into the Special Provisions with the attached sheets. c. CHANGES AND/OR CLARIFICATTONS TO THE pLANS: 1. Remove and Replace Plan set with the attached. Specific revisions incorporated by both Addendum #2 and Addendum #4 are identified via revision cloud and delta with applicable Addendum number. 2. See the attached "Bidding Addendum #4" provided by RRM for a list of plan sheets that have been changed D. GENERAL CLARIFICATIONS: 1. See the attached Plan holders lists from 9/t6/2025 and 1O/L3/2025 2. See the attached City of San Luis Obispo Construction Water Permit Contractors are required to base their bid on the plans, specifications and any issued addenda. To do otherwise shall be at the ContractoCs own risk Contractors shall note the acknowledgment of this addendum on the Bid Forms' Bidder Acknowledgement Sheet. If you have any questions contact Wyatt Banker-Hix at (805) 295-7609 Sincerely, RIAN NELSON CITY ENGINEER g :\prcjects\acliveprcjects\parks-lands€ping\2000054 - #4\addendum tt4.dmx ordtt area @mmunity park\600 advertise & award dodments\6'10 advertise d@uments\612 addendums\addendum No. C 79870 SPECTALTV C0NStnUCilON Unanimous Written Consent of Directors ln Lieu of Meeting of The Board of Directors Specialty Construction, lnc. The undersigned, being the directors of the corporation, acting pursuant to the authority of section 307 of the California General Corporations Law, hereby adopt the following recitals and resolutions, effective on the date set forth below. WHEREA$, it is contemplated that the corporation will enter into contracts with third parties in conducting the business of the corporation, it is RESOLVED, that Rudolph C. Bachmann, President of corporation, is hereby authorized to sign any and all contracts for and on behalf of the corporation. =fa--r,- Rudolp($. Bachmann Director Dated: January 1,2A14 License A, B 619361 645 Clarion Court * San Luis Obispo, CA 93401 Telephone: 805/543-1706 * Administrative Fax:8051543-1712 * Estimating Fax:8151543-1722 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certification is atlached, and not the truthfulness, accuracy, or validity ofthat document. State of California County of San Luis Obispo ) ) QnMay 25.2017 before me, Traci L Huss, notary public, personaily appeared Rudolph C. Bachmann, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrurnent. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ffi TRACI commlsslon # 2099960 l,lotery Publlc - oalllornia San Luis 0blspo County Fab 2019 Notary Signature Unanimous Written Consent of Directors dated AI/01/2014 clea ****S19361 *, CORP ..S**" $PECIALTY CONSTRUCTICIN INC DBA SPECIALTY CONSTRUCTION *raftfffiunoffi HI ffitffiB e,*r.rA I HA; r'e.*b tA?812A27 wur.c*lb.ca.gov