HomeMy WebLinkAboutBid - Unified Field ServicesPublic Works
g1 I Palm Street, San Luis Obispo, CA 93401 -32 'l B
80s.781.7200
slocity.org
ADDENDUM
DATE:9/5/2025
PROJECT: Righetti Community Park
ADDENDUM NO.: I
BID DATE: 1019/2025
SPECIFICATIONNO. 2OOOO54
NOTICE TO ALt CONTRACTORS SUBMITTING BIDS AND TO ALL PUTNHOLDERS:
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 CLARIFCATIONS TO THE NOTICE TO BIDDERS:
1. Revise the Bid Date on Page i to: October 9tr at 11:00am
2. Addto Page ii under the Bid Documents section: "The Final Day to ask questions
about the contract documents is Friday September 26n, at 5:00pm"'
B. CHANGES AND/OR CTARIFICATIONS TO THE SPECIFICATIONS:
1. Specification Section 116813, Playground Equipment:
A. Remove and Replace 1.05 Submittals, B. Substitutions, with:
"8. Substitutions - Playground Equipment Substitutions will notbe
considered"
Contractors are required to base their bid on the plans, specifications and any
issued addenda. To do otherwise shall be at the ContractorJs 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-L609.
Sincerely,
BRIAN NELSON
CITY ENGINEER No. C 79870
Tim President of Public Works 1012212025
Public Works
9lI Palm Street, San Luis 0bispo, CA 93401-321I
805"781.7200
slocity.org
ADDENDUM
DATE:9124/2025
PROJECT: Righetti Community Park
ADDENDUMNO.:2
BID DATE: 10/9/2025
SPECIFICATIONNO. 2OOOO54
NOTICE TO ALL CONTRACTORS SUBMITTING BIDS AND TO ALL 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 CLARTFICATTONS TO THE NOTTCE TO BTDDERS:
1. Remove and Replace pages l through L6 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 CIARIFTCATTONS TO THE SPECIFTCATTONS:
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 Item Prices and Total Item Prices filled in or may be
considered non-responsive - ifany Item 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 case of arithmetic discrepancy between ltem Prices and Total ltem Prices,
Total ltem Prices prevail over ltem Prices. In the case of arithmetic discrepancy between
the written Base Bid Total and/or any Bid Alternate Totals, the calculated summation of
Total Item Prices prevails
Submit bid as directed in the Notice to Bidders.
On the Subcontractor List, you must submit:
I. Name under which subcontractor is licensed
2, License number
3. DIR Public Works Registration Number
4. Address
5. Phone number
6. Specific description of subcontractedwork
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 5-1.134 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 ltem List. "S" 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 contractwork. Contractworkwill notbe 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 4LL3 of the Special Provisions with the
attached sheets.
c. CHANGESAND/ORCLARTFTCATTONS TO THE PLANS:
1. Remove and Replace Plan set with the attached
2. See the attached "Bidding Addendum #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 atthe Contractofs 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-L609 .
Sincerely,
WYATT BANKER-HIX
FOR BRIAN NELSON,
CITY ENGINEER
\\chstore6\grcups\publiffiksv€ftren6library\bms-tsmplates\d€signbddendum.docx
Acknowledged
X
Tim of Public Works 10t22t2025
Public Works
9.'l 9 Palm Streel, San Luis 0bispo, CA S340 1 -321 8
805.781.7200
slooity.org
ADDENDUM
DATE: 1013/2025
PROJECT: Righetti Community Park
ADDENDUMNO.:3
BID DATE: 10123/2025
SPECIFICATIONNO. 2OOOO54
NOTICE TO Att CONTRACTORS SUBMITTING BIDS AND TO ALL PUINHOLDERS:
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. GENERALCLARIFICATIONS:
1. The City will be releasing Addendum #4 the week t0 /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. CHANGES AND/OR CLARIFCATIONS TO THE NOTICE TO BIDDERS:
1. Revise the Bid Date on Page i to: October23'd at 11:00am
2. Revise Page ii under the Bid Documents section: "The Final Day to ask questions
aboutthe contract documents is Friday )ctober 70th, 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 ContractorJs 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,
NELSON
CITY ENGINEER No. C 79870
A.
Tim Jacober of Works 1012212025
Public Works
9'l I Palm Street, San Luis Obispo, CA S3401 -321 I
80s.781.7200
slocity.org
ADDENDUM
DATE: 10/15/2025
PROJECT: Righetti Community Park
ADDENDUMNO.:4
BID DATE: 10/23/2025
SPECIFICATIONNO. 2OOOO54
NOTICE TOATL CONTRACTORS SUBMITTING BIDSAND TO AtL PUINHOLDERS:
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 CLARIFICATIONS TO THE NOTICE TO BIDDERS:
l. Remove and Replace pages L 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. CHANGES AND/OR CLARTFTCATTONS 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 92L9 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 3213t3 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 CLARIFICATIONS TO THE PLANS:
1. Remove and Replace Plan set with the attached. Specific revisions incorporated
by both Addendum #2 andAddendum #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. GENERAT CLARIFICATIONS:
1. See the attached Plan holders lists from 9/L6/2O25 and tV/t3/2025
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 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-L609
Sincerely,
NELSON
CITY ENGINEER
g:\prcjeds\activeprcjff ts\parlGlandsping\2000054
,ghdd€ndum t 4.dffi
oratt area @mmunity park\600 advedise & award dmmenb6l0 advertise dmments\612 addendums\addmdum
Acknowledged
X
No. C 79870
Tim Jacober,of Public Works 10t22t2025
ADDENDUM #4 BID SCHEDULE
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
for the prices set forth in the bid item list:
BID ITEM LIST FOR RIGHETTI RANCH PARKS - COMMUNITY PARK,
SPECTFTCAT|ON NO. 2000054
BASE BID ITEMS
Item
No.SSrrr
Item
Descriotion
Unit of
Measure
Estimated
Quantitu
Item Price
(in fioures)
Totalltem
Price
(in fiqures)
1 8,12 MOBIL]ZATION &
DEMOBILIZATION LS 1 $190,519.00 $190,519.00
2 (F)16 TEMPORARY FENCING LF 1,420 $34.50 $48,990.00
3 13 WATER POLLUTION
CONTROL LS 1 $43,662.00 $43,662.00
4 8 COMPLIANCE W BUILDING
PERMITS REQUIREMENTS LS 1 $7,919.00 $7,919.00
5 I
COMPLIANCE W GRADING
ORDINANCE & APCD
PERMITS
LS 1
$167,842.00 $167,842.00
6 5 SURVEYING &
CONSTRUCTION STAKING LS 1 $29,624.00 $29,624.00
7 (F)17-2 CLEARING AND GRUBBING SQFT 204,500 $0.75 $1s3,375.00
I (F)19 EARTHWORK- CUT CY 9,730 $13.50 $131,355.00
e (F)19 EARTHWORK - FILL CY 9,815 $17.80 $174,707.00
10 19 EARTHWORK -
OVEREXCAVATION LS 1 $173,137.00 $173,137.00
11 40 CONCRETE PAVING -
PEDESTRIAN SQFT 24,550 $42.70 $1,048,285.00
12 40 CONCRETE PAVING
VEHICULAR SQFT 15,820 $47.20 $746,704.00
SPECIAL PROVISIONS
Addendum #4 - 1
SPECIAL PROVISIONS
Item
No.SSrrr
Item
Description
Unit of
Measure
Estimated
Quantitv
Item Price
(in fioures)
Total ltem
Price
(in fiqures)
13 73 STAMPED CONCRETE
PAVING SQFT 60 $134.00 $8,040.00
14 32
14'.t3
PERMEABLE PAVERS -
VEHICULAR SQFT 4,750 $41.00 $194,750.00
15 39 ASPHALT PAVING -
VEHICULAR SQFT 11,000 $14.00 $154,000.00
16 73 CONCRETE STAIRS SQFT 190 $708.00 $134,520.00
17 73 CONCRETE CURB RAMPS EA 4 $13,143.00 $52,572.00
18 73 CONCRETE CURB RAMPS AT
PLAYGROUND EA 2 $6,261.00 $'t2,522.00
19 73 DEEPENED CURB - 8'AT
PAVERS LF 810 $258.00 $208,980.00
20 73 DEEPENED CURB - 12" W LF 315 $296.00 $93,240.00
21 73 MOW CURB 12'AND 14"LF 765 $59.80 $45,747.O0
22 73 coNcRETE CURB - 6" (C|TY
STD)LF 320 $57.00 $18,240.00
23 73 CONCRETE CURB & GUTTER
(crw srD)LF 400 $84.80 $33,920.00
24 73 CONCRETE CURB & GUTTER
(ROLLED)LF '126 $108.00 $13,608.00
25 73 CONCRETE CROSS GUTTER LF 70 $145.00 $10,150.00
26 73 18" CONCRETE CHANNEL LF 20 $259.00 $5,180.00
27 73 SITE WALL - CLASS 1
PATHWAY LF 700 $311.00 $217,700.00
28 51 SEAT WALL - 8" NO
RETAINING LF 13 $749.00 $9,737.00
29 51 SEAT WALL - 8" RETAINING LF 68 $607.00 $41,276.00
30 51 SEAT WALL AT PICNIC
SHADE STRUCTURE LF 36 $756.00 $27,216.00
31 5'l CHEEK WALL LF 220 $376.00 $82,720.00
32 51 PLAY WALL - A LF 95 $394.00 $37,430.00
33 51 PLAY WALL . B LF 90 $291.00 $26,190.00
34 51 PLAY WALL - C LF 50 $387.00 $19,350.00
35 51 PLAY WALL - D LF 45 $428.00 $19,260.00
36 51 PLAY WALL - E LF 30 $634.00 $19,020.00
37 51 PLAY WALL - F LF 60 $505.00 $30,300.00
38 51 PLAY WALL - G LF 45 $1,801.00 $81,045.00
39 51 PLAY WALL - H LF 60 $229.00 $13,740.00
40 51 PLAY WALL - I LF 66 $1,244.00 $82,104.00
41 51 PLAY WALL - J LF 20 $539.00 $10,780.00
42 51 PLAY WALL - K LF 66 $714.00 $47,124.00
SPECIAL PROVISIONS
Addendum fl4 - 2
SPECIAL PROVISIONS
Item
No.SSrrr
Item
Descriotion
Unit of
Measure
Estimated
Quantitv
Item Price
(in fiqures)
Total ltem
Price
(in fiqures)
43 51 PLAY WALL - L LF 42 $684.00 $28,728.00
44 5't CMU WALL LF 50 $1,661.00 $83,050.00
45*32-
3300 SKATE DETERRANTS EA 50 $116.00 $5,800.00
46 32
31't8 FENCE - WOOD RAIL FENCE LF 440 $209.00 $91,960.00
47 32
3118
FENCE -WOOD GUARDRAIL
W/MESH LF 1075 $247.OO $265,525.00
48 32
31 19
FENCE - METAL PICKET
GUARDRAIL LF 150 $321.00 $48,150.00
49 32
3119
FENCE - 12FT SPORTS
FIELD WELDED WIRE LF 640 $457.00 $292,480.00
50 05
5000 FENCE - METAL WALL RAILS LF 65 $423.00 $27,495.00
51(F)05
5213 HANDRAILS AT RAMP LF 225 $256.00 $57,600.00
52(F',)05
5213 HANDRAILS AT STAIRS LF 60 $411.00 $24,660.00
53(s)Varies SOUTH RESTROOM LS 1 $764,297.00 $764,297.00
54
(s)
13
3000
SHADE STRUCTURE AT
PICNIC AREA LS 1 $190,762.00 $190,762.00
55
(s)
13
3000
SHADE STRUCTURE AT
PLAY AREA LS 1 $172,993.00 $172,993.00
56(s)
04
2000,
05
5000
TRASH ENCLOSURE LS 1
$181,954.00 $181,954.00
57(s)11-
681 3 PLAYGROUND EQUIPMENT LS 1 $1,653,375.00 $1,653,375.00
58
32
1816.1
3
POURED IN PLACE RUBBER SQFT 9,250 $37.10 $343,175.00
59
32
1816.1
3
ENGINEERED WOOD FIBER SQFT 4,375 $13.90 $60,812.50
60 73 PARK ENTRY MONUMENT
SIGN LS 1 $36,527.00 $36,527.00
61 32
3300
SITEFURNISHING-6FT
PICNIC TABLE EA 7 $5,871.00 $41,097.00
62 32
3300
SITEFURNISHING-6FT
PICNIC TABLE (ADA)EA 1 $5,871.00 $5,871.00
63 32
3300
SITE FURNISHING -4FT
ROUND TABLE EA 2 $5,772.00 $11,544.00
64 32
3300
SITE FURNISHING _ BACKED
BENCH EA 3 $5,516.00 $16,548.00
65 32
3300
SITE FURNISHING -
SCULPTURAL BENCHES LS 1 $86,634.00 $86,634.00
66 32
3300
SITE FURNISHING - TRASH
RECEPTACLE EA 10 $6,397.00 $63,970.00
67 32
3300 SITE FURNISHING - BBQ EA 2 $3,404.00 $6,808.00
68 32
3300
SITE FURNISHING - BIKE
RACKS EA 1 $2,270.00 $2,270.00
69 32
3300
SITE FURNISHING -
DRINKING FOUNTAIN EA 1 $9,821.00 $9,821.00
SPECIAL PROVISIONS
Addendum fl4 - 3
SPECIAL PROVISIONS
Item
No.SSrrr
Item
Description
Unit of
Measure
Estimated
Quantitv
Item Price
(in fiqures)
Totalltem
Price
(in fiqures)
70 32-
3300 REMOVABLE BOLLARDS EA 4 $1,545.00 $6,180.00
7'l 32-
1713 WHEEL STOPS EA 4 $512.00 $2,048.00
72 32-
't000 DOMESTIC WATER LINE LF 340 $45.90 $15,606.00
73 32-
1000
FIRE WATER SERVICE &
METER LS 1 $8,495.00 $8,495.00
74 32-
1000 FIRE WATER BACKFLOW EA ,l $8,220.00 $8,220.00
75 32-
1000 FIRE WATER LATERAL LF 195 $62.30 $12,148.50
76 64 6" HDPE STORM DRAIN PIPE LF 455 $77.40 $35,217.00
77 64 8" HDPE STORM DRAIN PIPE LF '1250 $68.30 $85,375.00
78 Not Used $0.00 $0.00
79 62 24" X24" CONCRETE SD
CATCH BASIN EA 3 $4,678.00 $14,034.00
80 62 36" X 36" CONCRETE SD
CATCH BASIN EA 3 $4,921.00 $14,763.00
81 32-
3000 SEWER CLEANOUTS EA 4 $2,055.00 $8,220.00
82 62 CONNECT TO EXISTING
STORM DRAIN MANHOLE EA 1 $4,110.00 $4,110.00
83 62 SLIM CHANNEL DRAIN LF 115 $392.00 $45,080.00
84 64-2 SIDEWALK UNDERDRAIN -
3"X5" ALHAMBRA LF 5 $2,924.00 $14,620.00
85 64 ATRIUM GRATE EA 28 $942.00 $26,376.00
86 32-
3000 SEWER LATERALS LF 475 $78.10 $37,097.50
87 64 STORM DRAIN CLEANOUTS EA 4 $4,110.00 $16,440.00
88 32-
3000
COAT EXISTING SEWER
MANHOLES EA 2 $5,116.00 $10,232.00
89 20 EARTHEN SWALE LF 730 $49.30 $35,989.00
90
(Ft 64 BIOTREAMENTSO'L MEDIA CF 7,800 $7.10 $55,380.00
91
(F)25 NO.2 STONE (BrO
RETENTION BAS'A'S'CF 7,800 $17.70 $138,060.00
92 25 ENERGY DISSIPATOR
STONE CY 6 $1,336.00 $8,016.00
93 84 PAVEMENT STRIPING LF 760 $3.35 $2,546.00
94 84 PAVEMENT MARKINGS SQFT 1300 $5.05 $6,565.00
95 84 CURB PAINT LS I $7,638.00 $7,638.00
96 82 SIGNAGE & POSTS EA I $966.00 $8,694.00
97 86 ELECTRICAL - POLE LIGHT
FIXTURES EA 38 $13,528.00 $514,064.00
98 86 ELECTRICAL - BOLLARD
LIGHT FIXTURES EA 3 $3,752.00 $11,256.00
SPECIAL PROVISIONS
Addendum ff4 - 4
SPECIAL PROVISIONS
Item
No.SSrrr
Item
Description
Unit of
Measure
Estimated
Quantity
Item Price
(in fiqures)
Total ltem
Price
(in fiqures)
99 86 ELECTRICAL - MISC
FIXTURES EA 3 $803.00 $2,409.00
100 86 ELECTRICAL SWITCH BOARD EA I $61 ,1 1 8.00 $61,118.00
101 86 ELECTRICAL LS 1 $335,258.00 $335,258.00
102 86 PG&E COORDINATION LS 1 $17,478.00 $17,478.00
103 20-2 IRRIGATION LS 1 $312,983.00 $312,983.00
104 20-3 PLANTING - SHRUB 15 GAL EA 65 $234.00 $15,210.00
105 20-3 PLANTING-SHRUB sGAL EA 582 $51.70 $30,089.40
106 20-3 PLANTING-SHRUB l GAL EA 747 $26.00 $19,422.00
107 20-3 PLANTING - 4'' POTS EA 256 $41.50 $10,624.00
108 20-3 PLANTING. PTUGS EA 2570 $7.20 $18,504.00
109 20-3 PLANTING - GRASS SOD SQFT 76,625 $1.40 $107,275.00
110 20-3 PLANTING - HYDROSEED SQFT 8,300 $1.45 $12,035.00
111 20-3 TREES - 48" BOX EA 3 $s,912.00 $17,736.00
112 20-3 TREES _ 36'BOX EA 6 $2,956.00 $17,736.00
113 20-3 TREES -24" BOX EA 46 $815.00 $37,490.00
114 20-3 rREES- 15 GAL EA 15 $976.00 $14,640.00
115
(F)20-5 3'MULCH SQFT 36,750 $0.95 $34,912.50
116 20-5 LANDSCAPE BOULDER EA 17 $1,501.00 $25,517.00
117 20 LANDSCAPE MAINTENANCE/
PLANT ESTABLISHMENT
EA
MONTH 12 $6,728.00 $80,736.00
118 20 PARK MAINTENANCE
SERVICES
EA
MONTH 12 $6,907.00 $82,884.00
Bid Total(or Base Bid)g 11,647 ,013.40
BrD ALTERNATE #1 (PTCKLEBALL AREA)
,|
1 8,12 MOBILIZATION &
DEMOBILIZATION LS 1 $76,522.00 $76,522.00
1-2
(F)16 TEMPORARY FENCING LF 630 $36.00 $22,680.00
1-3 13 WATER POLLUTION
CONTROL LS 1 $43,652.00 $43,652.00
1-4 I
COMPLIANCE WITH
BUILDING PERMIT
REQUIREMENTS
LS 1
$7,918.00 $7,918.00
1-5 8
COMPLIANCE W GRADING
ORDINANCE & APCD
PERMITS
LS 1
$7,918.00 $7,918.00
1-6 5 SURVEYING &
CONSTRUCTION STAKING LS 1 $10,742.00 $10,742.00
SPECIAL PROVISIONS
Addendum fl4 - 5
SPECIAL PROVISIONS
Item
No.SSrrr
Item
Description
Unit of
Measure
Estimated
Quantity
Item Price
(in fiqures)
Total ltem
Price
(in fioures)
1-7
(F)17-2 CLEARING AND GRUBBING SQFT 24,500 $0.95 $23,275.00
1-8
(F)19 EARTHWORK - CUT CY 1,800 $14.00 $25,200.00
1-9
(F)19 EARTHWORK - FILL CY 1 1 90 $29.30 $34,867.00
1-10 19 EARTHWORK -
OVEREXCAVATION LS 1 $28,850.00 $28,850.00
1-11 40 CONCRETE PAVING _
PEDESTRIAN SQFT 3000 $32.70 $98,100.00
'l-'12
(s)40 CONCRETE POST TENSION
COURT SLABS SQFT 14850 $16.70 $247,995.00
1-13 32
1820
SPORTS COURT SURFACING
& STRIPING LS 1 $63,229.00 $63,229.00
1-14 11
6833 PICKLEBALL NET EA 8 $3,477.00 $27,816.00
1-15 73 CONCRETE STAIRS SQFT 60 $543.00 $32,580.00
1-16 73 DEEPENED CURB _'12" W LF 140 $291.00 $40,740.00
1-17 51 COURT WALL - A LF 200 $354.00 $70,800.00
1-18 51 COURT WALL - B LF 105 $630.00 $66,150.00
1-19 51 COURTWALL - C LF 60 $758.00 $45,480.00
'l-20 51 COURT WALL. D LF 105 $630.00 $66,150.00
1-21 32-
3300 SKATE DETERRANTS EA 25 $116.00 $2,900.00
1-22*32
3300
PRE-FABRICATED
BLEACHERS EA 2 $7,892.00 $15,784.00
1-23 32
3300
SITE FURNISHING FURN -
TRASH EA 2 $6,396.00 $12,792.00
1-24 32
3300
SITE FURNISHING -
DRINKING FOUNTAIN EA 1 $9,819.00 $9,819.00
1-25 32
31 13
FENCING&GATES-COURT
PERIMETER 1O FT LF 740 $377.00 $278,980.00
1-26 32
3113
FENCING & GATES -
INTERIOR 4 FT LF 370 $212.00 $78,440.00
1-27 32
31 18
FENCE -WOOD GUARDRAIL
W/MESH LF 175 $247.00 $43,225.00
1-28 64 STORM DRAIN CLEANOUT EA 3 $4,109.00 $12,327.00
1-29 64 6" HDPE STORM DRAIN PIPE LF 100 $94.80 $9,480.00
1-30 64-2 SLIM CHANNEL DRAIN LF 230 $392.50 $90,275.00
't-31 32-
3000 SEWER LATERALS LF 150 $79.20 $11,880.00
1-32 32-
3000 SEWER CLEANOUTS EA 1 $4,109.00 $4,109.00
1-33 82 SIGNAGE & POSTS EA I $859.00 $7,731.00
1-34
(F)
05
7300 HANDRAILS AT STEPS LF 4 $1,675.00 $6,700.00
SPECIAL PROVISIONS
Addendum #4 - 6
SPECIAL PROVISIONS
Item
No.SSrrr
Item
Description
Unit of
Measure
Estimated
Quantitv
Item Price
(in fiqures)
Totalltem
Price
(in fiqures)
1-35 86 ELECTRICAT - SPORTS
LIGHT FIXTURES EA 20 $5,848.00 $116,960.00
1-36 86 ELECTRICAL - BOLLARD
LIGHT FIXTURES EA 5 $3,755.00 $18,775.00
1-37 86 ELECTRICAL LS 1 $52,341.00 $52,341.00
1-38 20-2 IRRIGATION LS 1 $6,581.00 $6,581.00
1-39 20-1 SOIL PREPARATION -
LANDSCAPE AREAS SQFT 4,750 $1.10 $5,225.00
1-40 20-3 PLANTING -SHRUB SGAL EA 64 $51.80 $3,315.20
1-41 20-3 PLANTING -SHRUB l GAL EA 46 $34.70 $1,596.20
1-42 20-3 TREES _24" BOX EA 1 $1,539.00 $1,539.00
1-43
(F)20-3 3'MULCH SQFT 4,750 $1.10 $5,225.00
'l-44 20 LANDSCAPE MAINTENANCE/
PLANT ESTABLISHMENT LS 1 $3,684.00 $3,684.00
1-45 20 PARK MAINTENANCE
SERVICES LS 1 $6,905.00 $6,905.00
Alternate #1 - Bid Total $ $1,847,252.40
BID ALTERNATE #2 (UPPER LEFT QUADRANT)
2-1 8,12 MOBILIZATION &
DEMOBILIZATION LS 1 $115,076.00 $115,076.00
2-2
(F)16 TEMPORARY FENCING LF 1050 $37.70 $39,585.00
2-3 13 STORM WATER POLLUTION
CONTROL LS 1 $43,649.00 $43,649.00
2-4 8
COMPLIANCE WITH
BUILDING PERMIT
REQUIREMENTS
LS ,l $7,917.00 $7,917.00
2-5 8
COMPLIANCE W/ GRADING
ORDINANCE & APCD
PERMITS
LS 'l
$7,917.00 $7,917.00
2-6 5 SURVEYING &
CONSTRUCTION STAKING LS 1 $21,994.00 $21,994.00
2-7
(F)17-2 CLEARING AND GRUBBING SQFT 73,300 $0.80 $58,640.00
2-8
(F)19 EARTHWORK- CUT CY 5,040 $14.00 $70,560.00
2-9
(F)19 EARTHWORK - FILL CY 3,725 $28.10 $104,672.50
2-10 19 EARTHWORK -
OVEREXCAVATION LS 1 $100,966.00 $100,966.00
2-11 40 CONCRETE PAVING.
PEDESTRIAN SQFT 14,660 $32.90 $482,314.00
2-12 40 CONCRETE PAVING
VEHICULAR SQFT 410 $37.80 $15,498.00
2-13 32
1413
PERMEABLE PAVERS -
VEHICULAR SQFT 5,740 $40.00 $229,600.00
SPECIAL PROVISIONS
Addendum #4 - 7
SPECIAL PROVISIONS
Item
No.SSrrr
Item
Description
Unit of
Measure
Estimated
Quantitv
Item Price
(in fioures)
Total ltem
Price
(in fiqures)
2-14 39 ASPHALT PAVING.
VEHICULAR SOFT 12,500 $16.70 $208,750.00
2-15 05
8000
PREFABRICATED BRIDGE #1
& CONCRETE ABUTMENTS LS 1 $460,214.00 $460,214.00
2-16 Varie
s BOCCE COURT LS 1 $28,390.00 $28,390.00
2-17
(s)40 CONCRETE POST TENSTION
COURT SLABS SQFT 8,400 $16.90 $14'1,960.00
2-18 32
1820
SPORTS COURT SURFACING
& STRIPING LS 1 $44,021.00 $44,021.00
2-19 11
6833 BASKETBALL HOOPS EA 2 $7,854.00 $15,708.00
2-20 11
6833 FUTSOL GOAUHOOPS EA 2 $20,312.00 $40,624.00
2-21 73 CONCRETE STAIRS SQFT 140 $529.00 $74,060.00
2-22 73 CONCRETE CURB RAMPS EA 5 $13,123.00 $65,615.00
2-23 73 DEEPENED CURB - 8'AT
PAVERS LF 710 $258.00 $183,180.00
2-24 73 DEEPENED CURB _ 12" W LF 1120 $318.00 $356,160.00
2-25 73 coNcRETE CURB - 6" (CrrY
STD)LF 460 $63.60 $29,256.00
2-26 73 CONCRETE CURB & GUTTER
(STANDARD)LF 225 $104.00 $23,400.00
2-27 73 CONCRETE CROSS GUTTER LF 130 $242.00 $31,460.00
2-28 51 srTE WALL - 8" (NO
RETENTION)LF 6.5 $296.00 $1,924.00
2-29 51 srTE WALL - 8" (RETATNTNG)LF 420 $341.00 $143,220.00
2-30 51 srTE WALL - 12" (NO
RETENTION)LF 245 $618.00 $151,410.00
2-31 51 srTE WALL - 12'(RETATNTNG)LF 210 $670.00 $140,700.00
2-32 51 SEAT WALL (NO RETENTTON)LF 60 $605.00 $36,300.00
2-33 51 SEAT WALL (RETATNTNG)LF 100 $666.00 $66,600.00
2-34 51 TERRACED SEATWALL LF 'l $673.00 $673.00
2-35 51 CMU WALL LF 190 $1,040.00 $197,600.00
2-36*32-
3300 SKATE DETERRANTS EA 75 $116.00 $8,700.00
2-37 32
3300
SITEFURNISHING-6FT
PICNIC TABLE EA 3 $5,869.00 $17,607.00
2-38 32
3300
SITEFURNISHING-6FT
PICNIC ADA TABLE EA 1 $5,869.00 $5,869.00
2-39 32
3300
SITE FURNISHING -
BACKLESS BENCH EA 1 $4,318.00 $4,318.00
2-40 32
3300 SITE FURNISHING - TRASH EA 4 $6,395.00 $25,580.00
2-41 32
3300
SITE FURNISHING _ BIKE
RACKS EA 1 $2,269.00 $2,269.00
SPECIAL PROVISIONS
Addendum #4 - 8
SPECIAL PROVISIONS
Item
No.SSrrr
Item
Description
Unit of
Measure
Estimated
Quantitv
Item Price
(in fiqures)
Totalltem
Price
(in fiqures)
2-42 32
31 13
FENCE - COURT PERIMETER
1O FT LF 230 $315.00 $72,450.00
2-43 32
3118
FENCE -WOOD GUARDRAIL
W/MESH LF 625 $247.00 $154,375.00
2-44 32
31 19
FENCE - METAL PICKET
GUARDRAIL LF 280 $294.00 $82,320.00
2-45
(F)
05
7300 HANDRAIL AT RAMP LF 270 $270.00 $72,900.00
2-46
(F)
05
7300 HANDRAIL AT STAIRS LF 55 $292.00 $16,060.00
2-47 05
5000 VEHICULAR GATE EA 1 $23,976.00 $23,976.00
2-48
(s)Varies NORTH RESTROOM LS 1 $368,887.00 $368,887.00
2-49
(s)
13
3000
SHADE STRUCTURE AT
BOCCE COURTS LS I $98,240.00 $98,240.00
2-50 62 18"x18" CONCRETE SD
CATCH BASIN EA 14 $3,502.00 $49,028.00
2-51 62 36'X36" CONCRETE SD
CATCH BASIN EA 1 $7,665.00 $7,665.00
2-52 64 ATRIUM GRATE EA 35 $929.00 $32,515.00
2-53 64 6" HDPE STORM DRAIN PIPE LF 2,150 $78.50 $168,775.00
2-54 64 8" HDPE STORM DRAIN PIPE LF 15 $106.00 $1,590.00
2-55 62 SLIM CHANNEL DRAIN LF 26 $436.00 $11,336.00
2-56 33
42',t1 12" TRENCH DRAIN LF 12 $786.00 $9,432.00
2-57 33
3000 8" HDPE SEWER MAIN LF 195 $77.40 $15,093.00
2-58 33
3000 SEWER MANHOLES EA 2 $41,021.00 $82,042.00
2-59 32-
3000
COAT EXISTING SEWER
MANHOLES EA 2 $7,300.00 $14,600.00
2-60 33
3000 SEWER LATERALS LF 50 $78.00 $3,900.00
2-61 33
3000 SEWER CLEANOUTS EA 1 $4,109.00 $4,109.00
2-62 20 EARTHEN SWALE LF 135 $53.30 $7,195.50
2-63
(F)20-1 BIOTREATMENT SOIL MEDIA CF 3900 $6.95 $27,105.00
2-64
(F|25 NO.2 STONE (BtO-
RETENTION BAS'AIS)CF 3900 $26.60 $103,740.00
2-65 25 ENERGY DISSIPATOR
STONE CY 3 $1,335.00 $4,005.00
2-66 84 PAVEMENT STRIPING LF 800 $5.00 $4,000.00
2-67 84 PAVEMENT MARKINGS SQFT 570 $7.50 $4,275.00
2-68 CURB PAINT LS 1 $10,000.00 $10,000.00
2-69 82 SIGNAGE & POSTS EA 3 $859.00 $2,577.00
2-70 86 ELECTRICAL_ POLE LIGHT
FIXTURES EA I $13,498.00 $107,984.00
SPECIAL PROVISIONS
Addendum fl4 - 9
SPECIAL PROVISIONS
Item
No.SSrrr
Item
Description
Unit of
Measure
Estimated
Quantity
Item Price
(in fioures)
Total ltem
Price
(in fioures)
2-71 86 ELECTRICAL _ SPORTS
LIGHT FIXTURES EA 8 $7,007.00 $56,056.00
2-72 86 ELECTRICAL- BOLLARD
LIGHT FIXTURES EA 2 $13,099.00 $26,198.00
2-73 86 ELECTRICAL- MISC
FIXTURES EA 2 $97'1.00 $1,942.00
2-74 86 ELECTRICAL SWITCHBOARD EA 1 $53,207.00 $53,207.00
2-75 86 ELECTRICAL LS 1 $89,041.00 $89,041.00
2-76 86 PG&E COORDINATION LS 1 $26,025.00 $26,025.00
2-77 32-
1713 WHEEL STOPS EA '12 $511.00 $6,132.00
2-78
(s)
04
2000,
05
5000
TRASH ENCLOSURE LS 1
$106,876.00 $106,876.00
2-79 99 IRRIGATION LS 1 $107,345.00 $107,345.00
2-80 20 PLANTING _ SHRUB 15 GAL EA 23 $241.00 $5,543.00
2-81 20 PLANTING -SHRUB SGAL EA 370 $46.40 $17,168.00
2-82 20 PLANTING-SHRUBlGAL EA 624 $20.30 $12,667.20
2-83 20 PLANTING - 4" POTS EA 280 $21.60 $6,048.00
2-84 20 PLANTING - PLUGS EA 1128 $6.75 $7,614.00
2-85 20 TREES _24" BOX EA 38 $755.00 $28,690.00
2-86 20 TREE - 36" BOX EA 6 $2,267.00 $13,602.00
2-87 20 TREE - 15 GAL EA 15 $698.00 $10,470.00
2-88
(F)20 3'MULCH SQFT 23,600 $0.80 $18,880.00
2-89 20 LARGE LANDSCAPE
BOULDER EA 5 $1,997.00 $9,985.00
2-90 20
LANDSCAPE
MAINTENANCE/PLANT
ESTABLISHMENT
EA
MONTH 12
$1,121.00 $13,452.00
2-91 20 PARK MAINTENANCE
SERVICES
EA
MONTH 12 $5,115.00 $61,380.00
Alternate #2 - Bid Total
$6,042,452.20
BtD ALTERNATE #3 (B|KE PUMP TRACKAREA)
3-1 8,12 MOBILIZATION &
DEMOBILIZATION LS 1 $50,698.00 $50,698.00
3-2 16 TEMPORARY BRIDGE FOR
ACCESS LS 1 $123,521.00 $123,521.00
3-3
(F)16 TEMPORARY FENCING LF 900 $36.20 $32,580.00
SPECIAL PROVISIONS
Addendum #4 - 10
SPECIAL PROVISIONS
Item
No.SSrrr
Item
Description
Unit of
Measure
Estimated
Quantity
Item Price
(in fioures)
Totalltem
Price
(in fioures)
3-4 13 STORM WATER POLLUTION
CONTROL LS 1 $33,417.00 $33,417.00
3-5 I
COMPLIANCE WITH
BUILDING PERMIT
REQUIREMENTS
LS 1
$7,917.00 $7,917.00
3-6 8
COMPLIANCE W GRADING
ORDINANCE & APCD
PERMITS
LS 1
$7,917.00 $7,917.00
3-7 5 SURVEYING &
CONSTRUCTION STAKING LS 1 $6,649.00 $6,649.00
3-8
(F)17-2 CLEARING AND GRUBBING SQFT 40,000 $0.85 $34,000.00
3-9
(F)19 EARTHWORK - CUT LS 1 $10,064.00 $10,064.00
3-10
(F)19 EARTHWORK - FILL LS 'l $26,547.00 $26,547.00
3-11 19 EARTHWORK-
OVEREXCAVATION LS 1 $14,423.00 $14,423.00
3-12 40 CONCRETE PAVING -
PEDESTRIAN SQFT 't,090 $21.10 $22,999.00
3-13 05
8000
PREFABRICATED BRIDGE #2
& CONCRETE ABUTMENTS LS 1 $321,361.00 $321,361.00
3-14 51 SEAT WALL - RETAINING LF 35 $589.00 $20,615.00
3-15*32-
3300 SKATE DETERRANTS EA 15 $116.00 $1,740.00
3-16 32
3300
SITE FURNISHING -
BACKLESS BENCH EA 4 $4,318.00 $17,272.00
3-17 32
3300
SITE FURNISHING - TRASH
RECEPTACLE EA 2 $6,395.00 $12,790.00
3-18 32
31'lB FENCE -WOOD RAIL FENCE LF 300 $211.00 $63,300.00
3-19 32
31 18
FENCE - WOOD GUARDRAIL
W/MESH LF 330 $247.00 $81,510.00
3-20 64 CHIMNEY DRAIN EA 12 $6,342.00 $76,104.00
3-21 82 SIGNAGE & POSTS EA 3 $859.00 $2,577.00
3-22
(s)26 BIKE PUMP TRACK LS 1 $319,713.00 $319,713.00
3-23
(s)26 BIKE SKILLS TRACK LS 1 $209,577.00 $209,577.00
3-24 86 ELECTRICAL POLE LIGHT
FIXTURES EA 5 $13,577.00 $67,885.00
3-25 86 ELECTRICAL LS 'l $20,404.00 $20,404.00
3-26 20-2 IRRIGATION LS 1 $24,053.00 $24,053.00
3-27 20-3 PLANTING - TREES 48'BOX EA 1 $4,480.00 $4,480.00
3-28 20-3 PLANTING TREES _ 15 GAL EA 1 $2,246.00 $2,246.00
3-29 20-3 PLANTING SHRUB - 15 GAL EA 12 $263.00 $3,156.00
3-30 20-3 PLANTINGSHRUB-5GAL EA 29 $99.50 $2,885.50
SPECIAL PROVISIONS
Addendum #4 - 11
SPECIAL PROVISIONS
Item
No.SSrr
Item
Description
Unit of
Measure
Estimated
Quantitv
Item Price
(in fiqures)
Total ltem
Price
(in fiqures)
3-31 20-3 PLANTINGSHRUB-1GAL EA 107 $32.10 $3,434.70
$3,487.503-32 20-3 PLANTING HYDROSEED SQFT 7 750 $0.45
3-33
(F)
20-3 3" MULCH SQFT 5,000 $0.90 $4,500.00
3-34 20 LANDSCAPE BOULDERS EA 5 $1,669.00 $8,345.00
3-3s 20 LANDSCAPE MAINTENANCE/
PLANT ESTABLISHMENT
EA
MONTH 12 $266.00 $3,192.00
$ $1,645,359.70Alternate #3 - Bid Total
BID ALTERNATE #4 (UPPER RIGHT QUADRANT)
$83,513.00 $83,513.004-1 8,12 MOBILIZATION &
DEMOBILIZATION LS 1
4-2 16 TEMPORARY BRIDGE FOR
ACCESS LS 1 $123,515.00 $123,515.00
$37.00 $40,330.004-3
(F)16 TEMPORARY FENCING LF 't,090
4-4 13 STORM WATER POLLUTION
CONTROL LS 1 $33,416.00 $33,416.00
4-5 8
COMPLIANCE WITH
BUILDING PERMIT
REQUIREMENTS
LS 1
$7,916.00 $7,916.00
4-6 8
COMPLIANCE W/ GRADING
ORDINANCE & APCD
PERMITS
LS 1
$7,916.00 $7,916.00
$15,956.00 $15,956.004-7 5 SURVEYING &
CONSTRUCTION STAKING LS 1
4-8
(F)19 EARTHWORK - CUT CY 4,180 $14.50 $60,610.00
$26.10 $58,203.004-9
(F)19 EARTHWORK - FILL CY 2,230
4-10 19 EARTHWORK -
OVEREXCAVATION LS 1 $72,111.00 $72,'t11.OO
$162,000.004-11 40 CONCRETE PAVING -
PEDESTRIAN SQFT 5,000 $32.40
4-12 32141
3
PERMEABLE PAVERS -
VEHICULAR SQFT 4,400 $40.00 $176,000.00
4-13 39 ASPHALT PAVING -
VEHICULAR SQFT 9,100 $19.20 $155,520.00
1 $1,048,292.00 $1,048,292.004-14 05
8000
PREFABRICATED BRIDGE #3
& CONCRETE ABUTMENTS LS
4-15
(s)40 CONCRETE POST TENSION
COURT SLABS SQFT 13,200 $16.60 $219,120.00
$55,582.004-16 32
1820
SPORTS COURTS &
STRIPING LS 1 $55,582.00
EA 2 $3,540.00 $7,080.004-17 't1
6833 TENNIS NET
4-18 73 CONCRETE STAIRS SQFT 76 $556.00 $42,256.00
EA 1 $14,380.00 $14,380.004-19 73 CONCRETE CURB RAMPS
4-20 73 DEEPENED CURB _ 8'W LF 950 $258.00 $245,100.00
SPECIAL PROVISIONS
Addendum #4 - 12
SPECIAL PROVISIONS
Item
No.SSnr
Item
Description
Unit of
Measure
Estimated
Quantitv
Item Price
(in fioures)
Total ltem
Price
(in fiqures)
4-21 73 DEEPENED CURB _ 12" W LF 85 $292.00 $24,820.00
4-22 73 coNcRETE CURB - 6' (CtrY
STD)LF 190 $63.20 $12,008.00
4-23 73 CONCRETE CURB & GUTTER
(STANDARD)LF 210 $61.70 $12,957.00
4-24 51 srTE WALL - 12" (RETATNTNG)LF 100 $658.00 $65,800.00
4-25 51 CHEEK WALL LF '12 $433.00 $5,196.00
4-26 51 COURT WALL - A LF 120 $397.00 $47,640.00
4-27 51 COURT WALL - B LF 110 $630.00 $69,300.00
4-28 51 COURT WALL - C LF 120 $743.00 $89,160.00
4-29 51 COURT WALL - D LF 80 $629.00 $50,320.00
4-30 73 MOW CURB 12'AND 14"LF 180 $63.90 $11,502.00
4-31*32-
3300 SKATE DETERRANTS EA 20 $137.00 $2,740.00
4-32 32
3300
SITE FURN - BACKED
BENCH EA 6 $4,318.00 $25,908.00
4-33 32
3300 SITE FURNISHING - TRASH EA 4 $6,395.00 $25,580.00
4-34 32
3300
SITE FURNISHING - BIKE
RACKS EA 1 $2,269.00 $2,269.00
4-35 32-
1713 WHEEL STOPS EA 8 $511.00 $4,088.00
4-36 32
3113
FENCE - COURT PERIMETER
1O FT LF 460 $365.00 $167,900.00
4-37 32
31 18
FENCE - WOOD GUARDRAIL
W/MESH LF 750 $247.00 $185,250.00
4-38 32
3119
FENCE - METAL PICKET
GUARDRAIL LF 72 $387.00 $27,864
4-39
(F)
05
7300 HANDRAIL AT RAMP LF 70 $322.00 $22,540.00
4-
40(F)
05
7300 HANDRAIL AT STEPS LF 25 $371.00 $9,275.00
4-41
(s)
13
3000
SHADE STRUCTURE AT
VISTA LS 1 $76,701.00 $76,701.00
4-42 64 6'HDPE STORM DRAIN PIPE LF 680 $79.00 $53,720.00
4-43 64 8'HDPE STORM DRAIN PIPE LF 400 $66.80 $26,720.00
4-44 62 18"X18" CONCRETE SD
CATCH BASIN EA 6 $3,929.00 $23,574.00
4-45 62 36"X36" CONCRETE SD
CATCH BASIN EA 2 $5,423.00 $10,846.00
4-46 64 ATRIUM GRATE EA 2 $1,027.00 $2,054.00
4-47 20 EARTHEN SWALE LF 320 $45.00 $14,400.00
4-48
(F)20-1 BIOTREATMENT SO't MEDIA CF 2,950 $6.45 $19,027.50
4-49
(F)25 NO.2 STONE (BrO
RETENTION AAS''VS)CF 2,950 $29.70 $87,615.00
SPECIAL PROVISIONS
Addendum #4 - 13
SPECIAL PROVISIONS
Item
No.SSrrr
Item
Description
Unit of
Measure
Estimated
Quantitv
Item Price
(in fiqures)
Totalltem
Price
(in fiqures)
4-50 25 ENERGY DISSIPATOR
STONE CY 3 $1,335.00 $4,00s.00
4-51 84 PAVEMENT STRIPING LF 400 $7.85 $3,140.00
4-52 84 PAVEMENT MARKINGS SQFT 110 $11.20 $1,232.00
4-53 84 CURB PAINT LS 1 $11,229.00 $11,229.00
4-54 82 SIGNAGE & POSTS EA 4 $859.00 $3,436.00
4-55 86 ELECTRICAL POLE LIGHT
FIXTURES EA 4 $20,476.00 $81,904.00
4-56 86 ELECTRICAL SPORTS LIGHT
FIXTURES EA I $6,883.00 $61,947.00
4-57 86 ELECTRICAL - BOLLARD
FIXTURES
EA 14 $3,753.00 $52,542.00
4-58 86 ELECTRICAL LS 1 $46,268.00 $46,268.00
4-s9 20-2 IRRIGATION LS 1 $66,721.00 $66,721.00
4-60 20-3 PLANTING - GRASS SOD SQFT 5,04'l $2.00 $10,082.00
4-61 20-3 PLANTING TREE _ 24" BOX EA 29 $797.00 $23,113.00
4-62 20-3 PLANTING TREE - 15 GAL EA 8 $1,023.00 $8,184.00
4-63 20-3 PLANTING SHRUB - 15 GAL EA 15 $329.00 $4,935.00
4-64 20-3 PLANTINGSHRUB-5GAL EA 297 $49.30 $14,642.10
4-65 20-3 PLANTING SHRUB -l GAL EA 577 $2't.20 $12,232.40
4-66 20-3 PLANTING PLUGS EA 1014 $7.35 $7,452.90
4-67
(F)20-3 3'MULCH SQFT 19,750 $0.80 $15,800.00
4-68 20-3 LARGE LANDSCAPE
BOULDERS EA 8 $1,827.00 $14,616.00
4-69 20 LANDSCAPE MAINTENANCE/
PLANT ESTABLISHMENT
EA
MONTH 12 $1,144.00 $13,728.00
4-70 20 PARK MAINTENANCE
SERVICES
EA
MONTH 12 $5,325.00 $63,900.00
Alternate #4 - Bid Total $ $4,326,699.90
Total Project Bid = (Base Bid + Bid Alternative)$ $25,508 ,777.60
Gompany Name: UNIFIED FIELD SERVICES
(1) refers to n Specifications, with modifications in the Special Provisions, that 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 .13A of the Standard Specifications. These items will not be counted toward the
self-performance requirement.
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 not total more than
fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard
specifications.
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.
DIR Public
Works
Registration
Number
Address and Phone
Number of Office, Mill or
Shop
Specific
Description of
SubconhactLicense Number
1057645
Vo of
Total
Base
Bid
Name UnderWhich
Subcontractor is Licensed
4 Point Contractors PW-LR-1000549407 13117 Birkenfeld Ave Framing, Doors 1.21o/o
Bragg Crane & Rigging 505420
Bakersfield, Ca. 93308 Roll uo Door
Cement Sidino
1000002972 6242Paramount Blvd lnstall Bridge .39%
Lons Beach, Ca. 90805
Central Coast Welding 979217 1000040395 P O Box 684 Fabrication 1.52o/o
Handrails. Fence
Dorfmeier Masonry, lnc 861556 1000002453 4685 E HedgesAve Masonry 1.230h
Walls,
Trash Enclosure
Attach additional sheets as needed.
Shade Structure
SPECIAL PROVISIONS
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'l12 percent (0.5%) of the total base bid. Do not list
alternative subcontractors for the same work. Subcontracting must not total more than
fifty percent (50%)of the submitted bid except as allowed in section 5-1.13 of the standard
specifications.
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.
DIR Public
Works
Registration
Number
Address and Phone
Number of Oftce, Mill or
Shop
Specific
Description of
Subcontract
lrrigation, soil
o/o of
Total
Base
Bid
Name UnderWhich
Subcontractor is Licensed
Elite Landscape
License Number
967955 1000008210 2972 LarkinAve 5.80%
Smith Electrical Mechanical 420418
Planting, Trees
Mulch, Stone
1000001389 1340 West Betteravia Rd Electrical 5.67Yo
Plumbinq
Union Fence of Kern Cognty 781039
Lights, Fixtures,
Pole Liqhts
1000005197 6824 South Centinela Ave Pump Track
Bike Skills Track
1000010579 1933 E California Ave Fencing
Soohn Ranch lnc 761475 1.820h
6.20o/o
Westrock General Engineering 1096953 1001 170882
Bakersfi eld. Ca. 93307GatE__
4601 KimberAve
Bakersfield, Ca. 93307
Attach additional sheets as needed
Paving 1.57Yo
SPECIAL PROVIS]ONS
16
SPECIAL PROVISIONS
PUBLIC CONTRACT GODE 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 not
_x_ 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.
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE
f n 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, orotherwise prevented
from bidding on, or completing a federal, state, or local government project because of a
violation of law or a safety regulation?
Yes xNo
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 orthe 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 x No
The bidder is curently debarred under Section 1777 .1 or under any other federal or state
law providing for the debarment of contractors from public works.
Yes x No
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
SPECIAL PROVISIONS
t,
NON.COLLUSION DECLARATION
Tim Jacober declare that
I am Vice President of Public Works of Unified Field Servic
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 orany breakdown thereol
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 10122 ,20_r2s-.,in Bakersfield, Ca.
I declare under penalty of perjury under the laws of the State of California that the foregoing
is true and correct.
X Tim Vice Works
(sEAL)
sworn to before me
this day of 20
Notary Public
Company \l 26 g ; Unified Field Services Corporation
SPECIAL PROVISIONS
19
notary public or other officer completing this
certificate verifies only the identity of the individual
signed the document to which this certificate
attached, and not the truthfulness, accuracy, or
of that document.
Subscribed and sworn to (or affirmed) before me on this 22nd
proved to me on the basis of satisfactory evidence to be the
person(s) who appeared before me.
(Seal)
2z
u
County of Kern
,A\
w",
CHERIE UYTON
Notary Pubtic . Crlifornir
Kern County
Commission # 2510719
Comm. Expircs Fcb ,l3, 202t
sig
day of
State of California
SPECIAL PROVISIONS
BI DDER ACKNOWLEDGEM ENTS
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) #1' #2 & RRM #2' #3' #4 & RRM (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 f.fol00wPexpiration
Date 1213112025
The above statement is made under penalty of perjury, and any bid not containing this information "will be
considered non-responsive and will be by the City
sig nature of Bidder X
Tim Jacober President of Public Works
(Print Name and Title of Bidder)
DIR- Public Works
istration No: 1000042614 I Exp613012028Reg
Business Name (DBA):Unified Field Services Corooration
Owner/Legal Name: Wesley R Furrh, Jr. CEO/CFO/Secretary
lndicate One: trSole-proprietor tr Partnership ECorporation
List Partners/Corporate Officers: Wesley R Furrh, Jr CEO/CFO/Secretary
Name
Joseph Watkins
Title
Vice President
Name Title
Name Title
Business Address 6906 Downing Avenue Bakersfield, Ca. 93308
Street Address 6906 Downing Avenue Bakersfield, Ca. 93308
Mailing Address 6906 Downinq Avenue Bakersfield. Ca. 93308
City, State, Zip Code Bakersfield. Ca. 93308
Phone Number 661-858-8223
Fax Number 661-846-6999
Email Address Joe_Watkins@ufsc.us
Date 10t22t2o2s
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 City of Bakersfield I Jeane Hill
relephone & Email (661) ggg-2411 | jhill@ppeng.com
Project Name (Site Address): CBK 58 - 1000 Buena Vista Rd, Bakersfield, CA
9331 1
ls this similar to the project being bid
and include construction within a
public park?
Yes n r'lo y'
This oroiect includes:
!6'" d"u"lopr"nt including excavation and grading
Mnstallation of wet and dry underground utilities
{OO Ocom pliant concrete installation, i nclud i ng curb ramp
and/or sidewalks
Vfr "* building construction
n Playground Equipment lnstallation
! Bridge construction
Describe the services provided and how this project is similar to
that which is being bid:
Construction of a CMU building with wood framed
roof, hollow metal doors, louvers, site concrete
improvements, wet & dry utilities, directional
boring, new electrical service & controls.
Was
Yes
this(contract for a public agency?
No!
ls this reference project from work
completed as the prime contractor for
the oroiect?
Y""y' No !
Date completed: 03/1 212021
SPECIAL PROVISIONS
21
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 City of Bakersfield I Jeane Hill
relephone & Email (661) ggg-7411 | jhill@ppeng.com
Project Name (Site Address): CBK 65 - 1000 Buena Vista Rd, Bakersfield, CA
9331 1
ls this similar to the project being bid
and include construction within a
public park?
Yes I r.ro y'
This oroiect includes:
!6'* d"u"lopr"nt including excavation and grading
V't2nstallation of wet and dry underground utilities
MOO compliant concrete installation, including curb ramp
and/or sidewalks
Yfr "* 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:
Construction of a CMU building with wood framed
roof, hollow metal doors, louvers, site concrete
improvements, wet & dry utilities, new electrical
service & controls. Drilling municipal water well.
Was
Yes
this
{
contract for a public agency?
No!
ls this reference project from work
completed as the prime contractor for
the oroiect?
v""y' No tr
Date completed: O2l 1 0 I 2022
SPECIAL PROVISIONS
21
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 Cdifornia Resources Corporation I Joshua Starr
relephone & Email (661) 201-4s49 | Joshua starr
Project Name (site Addrest)' Alejandro canal - g00 old River Rd, Bakersfield, cA 9331 1
ls this similar to the project being bid
and include construction within a
public park?
Yes !ruoy'
This project includes:
! Site development including excavation and grading
u lnstallation of wet and dry underground utilities
! ADA compliant concrete installation, including curb ramp
and/or sidewalks
n New building construction
n Playground Equipment lnstallation
y'arioge construction
Describe the services provided and how this project is similar to
that which is being bid:
Bridge lnstallation
Was this contract for^a public agency?
Yes n ruoy'
ls this reference project from work
completed as the prime contractor for
the oroiect?
Y.;{ No n
Date completed: 01/1 812023
SPECIAL PROVISIONS
21
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 california Resources corporation I Butch Hall
Telephone & Email (661) g4o-25s41 Butch.Hall@crc.com
Project Name (Site Address):NCl Bridge Crossing - 900 Old River Rd, Bakersfield, CA
9331'1
ls this similar to the project being bid
and include construction within a
oublic oark?
""" o ruoy'
This project includes:
n Site development including excavation and grading
n lnstallation of wet and dry underground utilities
! ADA compliant concrete installation, including curb ramp
and/or sidewalks
! New building construction
fl Playground Equipment lnstallation
V6rioge construction
Describe the services provided and how this project is similar to
that which is being bid:
Bridge lnstallation
Was this contract for a public agency?
Yes n uoy'
ls this reference project from work
completed as the prime contractor for
the oroiect?
Yesy' No !
Date completed: 06/05/2019
SPECIAL PROVISIONS
21
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 City of Bakersfield I Jeane Hill
Telephone & Email (55g) 972-0066 | stevensonc@4-creeks.com
Project Name (Site Address): Olive Bowl Park - 18 N Olive Ave, Lindsay, CA
93247
ls this similar to the project being bid
and include construction within a
oublic oark?
v""t7 No !
This project includes:
VGit" development including excavation and grading
Y(nstallation of wet and dry underground utilities
tdOO compliant concrete installation, including curb ramp
and/or sidewalks
Vft "* buildino construction
Y6,"unrouno
-equipment
I nstallation
n Bridge construction
Describe the services provided and how this project is similar to
that which is being bid:
Construction of a 4 Acre Park including site
development, excavation, grading, wet & dry
utilities, ADA concrete, sidewalks, curbs, ramps,
approaches, HMA paving, 3 ball fields w/Safety
netting, concession building, dugouts, backstops,
playground equipment, musco lighting, walk
lighting, basketball court, etc.
Was
Yes
this
{
contract for a public agency?
Non
ls this reference project from work
completed as the prime contractor for
the oroiect?
v""y' No tr
Date compleled: 09 I 24 I 2025
SPECIAL PROVISIONS
2i
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 camrosa water District I Terry curson
Telephone & Email (g05) g41-g07g I terryc@camrosa.com
Project Name (Site Address): PV Well No. 2 - 1200 Woodcreek Rd Camarillo, CA
9301 2
ls this similar to the project being bid
and include construction within a
oublic oark?
Y""y' No tr
This oroiect includes:
!6'* d"u"lopr"nt including excavation and grading
Mnstallation of wet and dry underground utilities
t/oo compliant concrete installation, including curb ramp
and/or sidewalks
Yfr"* building construction
n Playground Equipment lnstallation
n Bridge construction
Describe the services provided and how this project is similar to
that which is being bid:
Construction of 1,200 GPM well pump station and
appurtenances. Major tasks included, removal of
existing pump shed, piping and all above ground
facilities. New grading, water, and storm drain
pipeline construction, electrical and controls, new
standby diesel generator, and fuel tank,
installation of new sodium hypochlorite generator
system, chemical equipment enclosure, 12ft tall
perimeter CMU walls, fencing, pump building, new
water main & storm drain systems.
Was this
Y". y'contract for a public agency?
No!
ls this reference project from work
completed as the prime contractor for
the oroiect?
v"ty' No !
Date completed: 05/31 /2024
SPECIAL PROVISIONS
21
SPECIAL PROVISIONS
euALrFrcAnoNs g14qq C,€lrl 6
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
.FAg , Mr(6 tlarr.lCustomer Name & Contact lndividual
rerephone & Email 2;ea .2'Jtl .+1ti5
Project Name (site Addres"'D, Ll c*ulgngA sleefi.BR rota6
ls this similar to the project being bid
and include construction within a
public park?
ves{ No rI
This project includes:
I Site development including excavation and grading
tr lnstallation of wet and dry underground utilities
D ADA compliant concrete installation, including curb ramp
and/or sidewalks
D New building construction
I Playground Equipment lnstallation
D Bridge construction
Describe the services provided and how this project is similar to
that which is being bid:
{r*fl.ttr-ED fierpq€
Was this contract for a public agency?
ves{ No D
ls this reference project from work
completed as the prime contractor for
the project?
Yes n No
Date compteted: 2Ot0l
SPECIAL PROVISIONS
21
SPECIAL PROVISIONS
Reference Number 2 ryq-oexte
Customer Name & Contact lndividual t-t e J
bo5.36o.G1L5Telephone & Email
Project Name (Site Address):
ls this similar to the project being bid
and include construction within a
public park?
vesy' Not/
is contract for a public agency?
NoD
Was th
v"y'A
ls this reference project from work
completed as the prime contractor for
the project?
Yes n No {
Date compteted: ZO"O
til*l61,Leb &lcrca€
This project includes:
! Site development including excavation and grading
fl lnstallation of wet and dry underground utilities
D ADA compliant concrete installation, including curb ramp
and/or sidewalks
tr New building construction
fl Playground Equipment lnstallation
. Bridge construction
Describe the seruices provided and how this project is similar to
that which is being bid:
SPECIAL PROVISIONS
22
SPECIAL PROVISIONS
Reference Number 3 fto,r.rt
Customer Name & Contact lndividual ClgA+Iff6
Telephone & Email
project Name (site Address): tgr rrltfo cREgB €- zrvert€
ls this similar to the project being bid
and include construction within a
public park?
YffFf No e
This project includes:
fl Site development including excavation and grading
D lnstallation of wet and dry underground utilities
n ADA compliant concrete installation, including curb ramp
and/or sidewalks
tr New building construction
fl Playground equipment lnstallation
! Bridge construction
Describe the services provided and how this project is similar to
that which is being bid:
r{.l(rlfiw6ereq6
Was thlrcontract for a public agency?
Yeyrt No n
ls this reference project from work
completed as the prime contractor for
the oroiect? -/
Yes'rr *n{
Date completed
SPECIAL PROVISIONS
23
SPECIAL PROVISIONS
Reference Number 4 4*+1,4
Customer Name & Contact lndividual
rerePhone & Emair q61 Bt-v.'tqr{4
't
Project Name (Site Address)l(r*rarrl €rJEs 8e ru^6
ls this similar to the project being bid
and include construction within a
public park?
Nolves /
Was this
""" /
contract for a public agency?
Nol
ls this reference project from work
completed as the prime contractor for
the project? I
Yes ! Ny'tr
Date completed:
This project includes:
tr Site development including excavation and grading
D lnstallation of wet and dry underground utilities
n ADA compliant concrete installation, including curb ramp
and/or sidewalks
tr New building construction
D Playground equipment lnstallation
D Bridge construction
Describe the services provided and how this project is similar to
that which is being bid:
lda,ifit^Eb +c,lDq€
SPECIAL PROVISIONS
24
SPECIAL PROVISIONS
Reference Number 5 ?*otaq
Customer Name & Contact tndividuat
&Chln€ .
Telephone & Email
Project Name (Site Address)4,nraf . A(2salost 8et ?cae
ls this similar to the project being bid
and include construction within a
{r"f,':w'n'
Y"1?'"^trat'iAreu
blic agency?
ls this reference project from work
completed as the prime contractor for
the project?
ves/ No tr
Date comptet"d, 21O?l
This project includes:
n 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
D New building construction
fl Playground equipment lnstallation
tr Bridge construction
Describe the services provided and how this project is similar to
Ittgt,vu"CP BHoqc
that which is being bid
SPECIAL PROVISIONS
25
SPECIAL PROVISIONS
Reference Number 6
9clr4.11
Customer Name & Contact lndividual l((-\r1tr
Telephone & Email
Project Name (Site Address)(a,>lrEP Quz- **ug Spr DqE
ls this similar to the project being bid
and include construction within a
public pgrk?
vesf No D
for a public agency?Was thi
Notr
ls this reference project from work
completed as the prime contractor for
No
the project?
Yes u
Date completed
Qploo
This project includes:
fl 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
fl New building construction
! Playground equipment lnstallation
I Bridge construction
Describe the services provided and how this project is similar to
that which is being bid:
l*Ifim^sD sc,vq€
SPECIAL PROVISIONS
26
SPECIAL PROVISIONS
ATTACH BIDDER'S BOND TO ACCOMPANY BID
Know all men by these presents:
trat we , AS PRINCIPAL, and
Nationwide Mutual lnsurance Company AS SUREry, are held and firmly
bound unto the City of San Luis Obispo in the sum of.
Ten (10) Percent of Amount Bid
Ten (10) Percent
Dollars (-ot nmoun! SjSD 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 Unified Field ces Cornoration
Parks - lnstallation of New Commun Park, Playground,
to construct Corrrts Parkino Lots Bridoes.
(insert name of street and limits to be improved or project)
dated October 23,2025 is accepted by the City of San Luis Obispo, and if the above
bounden Ilnified triolr{ Sanrincc Ca his heirs, executors,
administrators, successors, and assigns shall duly enter into and execute a contract for such construction a nd
shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or
legal holidays) after the above bounden,
Ilnifiad Fiald Senrineq Co has received notice by and from the
then this obligation shall become nullsaid City of San Luis Obispo that said contract is ready for execution,
and void; othenruise, it shall be and remain in full force and virtue.
lN WTNESS WHEREOF, we hereunto set our hands and seals this'!!!! day of Octobqr2}2L.
Bidder
Unified
t:
rvices Corpo ration
s
Title:rns,U,Ze
Surety:
Bidde/s signature is not required to be notarized. Surety's signature must
Equivalent form may be substituted
(Rev. 6-30-14)
Mutual lnsuran
notarized.
SPECIAL PROVISIONS
27
Power of Attorney
KNOW ALL MEN BY THESE PRESENTS THAT:
Nationwide Mutual lnsurance Company, an Ohio corporation
hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint:
BRANDI RODRIGUEZ; JASON FINDLEY; MARK J HEYNE; MICHAEL HAY;
MICHAEL F MOORE; PAM BINNS;
each in their individual capacity, its true and lawful attorney-in-fact, wilh full power and authority to sign, seal, and execute on its behalf any and all bonds and
undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of
UNLIMITED
and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts
of said Attorney pursuant to the authority given are hereby ratified and confirmed.
This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company:
'RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys-in-fact of the Company,
and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings,
recognizances, transfers, contracts of indemnity, policies, contracts guaranleeing the fidelity of persons holding positions of public or private trust, and other
writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or
authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any
of said documents on behalf of lhe Company."
"RESOLVED FURTHER, that such atlorneys-in-fact shall have full power and authority to execute and deliver any and all such documenls and to bind the
Company subject to lhe terms and limitations of the power of aftorney issued lo them, and to affix the seal of the Company thereto; provided, however, lhat
said seal shall not be necessary for the validity of any such documents."
This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company.
Execution of lnstruments. Any vice president, any assistant secrelary or any assistant lreasurer shall have the power and authority to sign or attest all
aplroffiiocuments, ins-truments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of
the board, ihe chief executive officer, presidenl, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or
stamped on any approved documeni, contracl, instrument, or other papers of the Company,
lN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its oflicer the 1st day of April, 2024.
Antonio C. Albanese, Vice President of Nationwide Mutual lnsurance Company
ACKNOWLEDGMENT
s€fitgcrtY
STATE OF NEW YORK COUNTY OF KINGS: ss
On this 1sl day of April, 2024, betore me came the above-named officer for the Company
aforesaid, to me personally known to be the officer described in and who executed the
preceding instrument, and he acknowledged the execution of the same, and being by me duly
sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed
hereto is the corporate seal ofsaid Company, and the said corporate seal and his signature
were duly affixed and subscribed to said instrument by the authority and direction of said
Company.
GERTIFIGATE January 3' 2026
l, Lezlie F. Chimienti, Assistant Secretary of the Company, do hereby certiry thal the foregoing is a full, true and correct copy of the original power of attorney
issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the
same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the
duly elected officer of the Company, and the corporate seal and his signature as officerwere duly affixed and subscribed to the said instrumenl by the authority of
said board of directors; and the foregoing power of altorney is slill in full force and effect.
lN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this -llth- day of
October 2u25
Sharon Laburda
Notary Public, Stale of New York
No. 01 146427697
Qualilied in Kings County
cnmmicsion FYniraq .lenrreru 3 2nrA
t-e,'t- *ft'*''t*'*
Notary Publlc
I\ry Cmmission Expires
6s//r-
BDJ 1(04-24)00
Assistant Secretary
ACKNOWLEDGMENT
State of California
County of Kern 't
On October 13 2025 before me,Diana Aida Hempstead, Notary Public
(insert name and title of the officer)
personally appeared
who proved to me on
Brandi Rodriguez, Attorney-in-Fact
the basis of satisfactory evidence to be the person($ whose name(U) is/me
subscribed to the within instrument and acknowledged to me that hE/she/fhey executed the same in
*rbdherfihqiX authori2ed capacity(iesf, and that by ffi6/her/tlmir signature(q) on the instrument the
person(r), or the entity upon behalf of which the person(t) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WTNESS my hand and officialseal
Signatu (Seal)
A notary public or other officer completing this
cerlificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
valid of that document.
Comm.Jun 16, 2029
DIANA AIDA HEIPsTE D
llotrry Pubtic - clllfornt
K.m County
Commirsion I 2524E92
ACKNOWLEDGMENT
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
validitv of that document.
State of California
County of Kern )
on L012212025 before me,Cherie Layton, Notary Public
(insert name and title of the officer)
personally appeared Joseph Watkins
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 PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and officialseal CHERIE UYTON
Noory Public - Catifornia
Kern CountY
Commission * 2510739
z2z
t)tly Comm. Expiras Feb 13, 2029
Signature
ACTION OX'THE OF DIRECTORS OF
UNIFIED FIELD SERVICES CORPORATION
WITHOUT A MEETING
The r.rndersigned, all of the directors of UNIFIED FIELD SERVICES CORPORATION, a
Califomia corporation (the "Corporation"), hereby consentinwriting, pursuant to the Bylaws of the
Corporation, to the following action:
WHEREAS, the Board of Directors wish to recognize
Timothy Jacober for his service on behalf of the Corporation and
therefore desire to have him serve as the Vice President of Public
Works Division; and
WHEREAS, the Board of Directors also wish to provide
Timothy Jacober wiftr signing authority on behalf of the Corporation
forBid Documents, Project Contracts, Project Documents, and
Subcontractor Agreements, within the Public Works Division.
RESOLVED, Timothy Jacober shall hereinafter hold the title
of Vice President ofPublic Works Division; and
RESOLVED FURTHER, Timothy Jacober shall hereinafter
have signing authority on behalf of the Corporation for:
o Bid Documents,. Project Contracts,o Project Documents, ande SubcontractorAgreements
withinthe Public Works Division.
IN WITNESS WHEREOF, the undersigned Boatd of Directors heleby execute this Action
of the Board of Directors on this first (l') day of September 2025.
BOARD OF DIRECTORS
b4 f,//
WESLEtR. fllRRry'
BN I(}//St()SGVACTION OF DIRECTORS|.JACOBER
G. WATKINS
4L
HEIH;5 CONTRACTORS STATE LTCENSE BONRD
Pursuant to Chapter 9 of Division 3 of the Business and Professions Code
and the Rules and Regulations of the Conhactors State License Board,
the Regislrar of Contracton does hereby issue this license to:
UNIFIED FIELD SERVICES CORPORATION
License Number 10ff1928
to engage in the business or act in the capacity of a contractor in the following classifications:
A. GENERAL ENGINEERING CONTRACTOR
C33 - PAINTING AND DECORATING
C1O - ELECTRICAL
B. GENERAL BUILDING CONTRACTOR
Witness my hand and sealthis day,
July 2,2O2O
lssued December 23, 201 5
David De La Torre, Board Chair This license is the property of the Registrar of Contractors,
is not transferable, and shall be returned to the Registrar
upon demand when suspended, revoked, or invalidated
for any reason. lt becomes void if not renewed.
STATE OF CALIFORNIA
David R. Fogt, Registrar of Contractors
@ ose rz raseee13t-24 (REV 10/17)
AUOIT NO:696.368
'- i
esnsumers Lirensees
1l='lt
Applicants
DEpAftrA,{ [Nf OF (Or.rjUM.f ! AlFa]ft ,
COT{TRACTORS
STtrTE LICENSE BOA.RDI
.t!g"me I P*-lfltgF-:gryiggq I Liceruse Details
Scontrautor's Licen$B Detail far License # lflnssps
AECLffMEm A lilmnse status ckeCk proufld'en inform,rtflnm ,talcert ftcrn Sre 65LB llsens€ databars" B€fote retyrng on this
informationo you shuuld be awsre of the fsHos#'mg llrnilaHcrn*,
p t5l-B cornpiailnt dlscls'.ure [s reEtiirted by taw 8&PTL24.6 I lf this enrtity is *rbi,ect to public cornpta int disclosu re slirk on linr
wi[t nppear belotnr far rnnne inforrnstinn. Cllck trer-e fnr a definitf on sf disclosabte nrttnns.
F Onfu consffuctiorr related ciuiljurdgments repnrted tr f,.518 are disslog€d {.p-.*.P..-T-p.llr*}.
) Arbltrntiuns ad'E not listed u mless lhe mntractor fails to ronrp[y wiitr the ternrs.
F Due to urrorktoad, thene rn"ry be reley;nt infrrrnratisn tlrat has notyet heen entened ints the board's license database.
Elusiness lnfonnation
Uhfl il Fl EF FI,ELD SERUIfES Cfl RFOHATIOF,I
6ss6 EflW$Xlf'16 AVEf'{tiE
IBAKERSFfrELN, CAS3SOS
Euslness Fhnne hlurnber:(fiGn} EsE-sIJg
Entity Conporiatia,m
lrsue BEte L3/?3/tots
Expire,Bate 1213U302s
Customer Account Lookup Details Page 1
RoporiTlfe:
Run Date and Time:
Run by
Table name:
Customer Account Lookup Details
2025-07-02 12:55:41 Pacific Daylight Time
Cherie Layton Layton
x_cdoi2_csmjortal_customer_account-looku p
Customer Account Lookup
PWCR: 1000042614 Legal EntitY Name:
Contractor Status: DIR Approved Doing Business As (DBA):
CSLB: 1009928 Business Structure:
Business Phone: 6618588223 President:
Ext: Email:
Registration Start Date: 2025-07-01 Registration End Date:
Crafts:
Carpenter, Cement Mason, lron Worker, Laborer and Related Classifications, Operating Engineer, Painter
Unified Field Services Corporation
Unified Field Services Corporation
Corporation - S corp
Wesley Furrh Jr
mike_beaumont@ufsc. us
2028-06-30
Address
Mailing Address:
Mailing Address - City:
Mailing Address - State:
Mailing Address - Zip:
Mailing Address - Country:
Related LlstTlte:
Table name:
QueryGondlton:
SortOden
6906 Downing Avenue
Bakersfield
CA
93308
United States
Physical Address:
Physical Address - City:
Physical Address - State:
Physical Address - Zip:
Physical Address - Country:
6906 Downing Avenue
Bakersfield
CA
93308
Registration Date List
x_cdoi2_csmjortal_his_reg_dates
Contractor = 1000042614 - Unified Field Services Corporation AND Registration Status != Cancelled
None
Value of pruperty 'gllde.pdf.rnax_rows' must be less or equal than 5,0(X1. Defauft max row number applied (1,fiXl)
7 Registration Dates
Registration Start DateContraclor Registration StatusRegistration End Date
10000426'14 - Unified Field Services
Corporation
1000042614 - Unified Field Services
Corporation
1 000042614 - Unified Field Services
Corporation
1000042614 - Unified Field Services
Corporation
1000042614 - Unified Field Services
Corporation
2019-07-02
2017-08-25
2016-09-20
2023-07-01
2020-07-01
2020-06-30
2018-06-30
2017-06-30
2025-06-30
Expired
Expired
Expired
Expired
Expired
Run By: Cherie Layton Layton
2023-06-30
202ffi7 42 12:55:41 Pacific Daylight Time
GustomEr Account Lookup Detalls
1000042614 - Unified Field Services 2018-07-02
Corporation
2019-06-30 Expired
Page 2
Registration StatusRegistration End DateRegistration Start DateContractor
Run By: Chede Layton Layton 202ffi742 12:56:41 Padfrc Dayllght Tlme
California Environmental Protection Agency
Air Resources Board
fanuary L,2O25
CPnNFICATE OF REPORTEP CONAPLIANCE
Opp-RoAD DlespL VSFIIcLE ReeuurrloN
is issued to
UNIFIED FIELD SERVICES CORP.
This certificate indicates that the fleet listed above has reported off+oad diesel vehicles to the
California Air Resources Board and,has certified they are in compliarne with title 13 CCR,
section 2449. All applicable vehicles owned by the individual, company, or agency must be
reported and labeled, as specified in Section 2449, with all possible completeness, else this
certificate is nulland voic. Certificate expires 2/28/2026
.lack (itow6ki
Chiel,Source control Division
crlifonria Air R6ourcs Board
Off-road Diesel Fleet ldentification
14286L
To verify lhe authenlicily ot lhis ceilificate, enter this number at
hftp:l/www.arb.ca.gov/doors/compliance-cert1 .html
California Environmental Protection Agency
Air Resources Board
|anuary L,2O25
CgnNFICATE OF RSPONTPP COMPLIANCE
OFF.ROAD DIESEI VENICLE RE<iUIATION
is issued to
D ORFMEIER MASONRY, INC.
This certificate indicates that the fleet listed above has reported off-road diesel vehicles to the
California Air Resources Board and has certified they are in compliance with title 13 CCR,
section 2449. All applicable vehicles owned by the individual, company, or agency must be
reported and labeled, as specified in Section 2449,with all possible completeness. else this
certificate is nulland voio. Certificate expires 2/28/2026
/L-"Off-road Diesel Fleet ldentification
9964
To verify the authenticity of this certificate, enter this number at
http:i/www.arb.ca.gov/doors/compliance-cert1 .html
.Jack Kitowski
Chiel Source Control Oivision
califomia Air Resources Board