Loading...
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