Loading...
HomeMy WebLinkAboutBid - Urban HabitatBID 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, SPECtFICATTON NO. 2000054 BASE BID ITEMS Item No.SSrrr Item Description Unit of Measure Estimated Quantitv Item Price (in fiqures) Total ltem Price (in fiqures) 1 8,12 MOBILIZATION & DEMOBILIZATION LS 1 $'1.160,381 80 $1,160,38'1,80 $10.99 $15,605.802 (F)16 TEMPORARY FENCING LF 1,420 3 13 WATER POLLUTION CONTROL LS 1 $26.460-71 $26,460.71 4 8 COMPLIANCE W/ BUILDING PERMITS REQUIREMENTS LS 1 $1 0,1 07.96 $1 0,1 07,96 5 B COMPLIANCE W GRADING ORDINANCE & APCD PERMITS LS 1 $b 1 .t 44.1 0 $61.144.1 0 6 5 SURVEYING & CONSTRUCTION STAKING LS 1 $43,432 62 $43,432-62 7 (F)17-2 CLEARING AND GRUBBING SQFT 204,500 $0.61 $124,745.00 B (F)19 EARTHWORK - CUT CY 9,730 $23 23 $226.027 30 e (F)19 EARTHWORK - FILL CY 9,815 $26.98 $25s,433 77 $:0.80 $'18.76 $264.808.r0 10 19 EARTHWORK - OVEREXCAVATION LS I $259,433.77 $5'10,640 00 11 40 CONCRETE PAVING - PEDESTRIAN SQFT 24,550 12 40 CONCRETE PAVING VEHICULAR SQFT 15,820 $296,783.20 SPECIAL PROVISIONS Addendum #4 - 1 SPECIAL PROVISIONS Item No.SSrn Item Description Unit of Measure Estimated Quantitv Item Price (in figures) $59 29 Total ltem Price (in figures) $3,557.401373STAMPED CONCRETE PAVING SQFT 60 14 32 1413 PERMEABLE PAVERS - VEHICULAR SQFT 4,750 $32,72 $ 155.420.00 '15 39 ASPHALT PAVING - VEHICULAR SQFT 11,000 $11.66 $101.01 $5,1 gg.1 B $3.332.9'l $55.78 $128.260.00 16 73 CONCRETE STAIRS SQFT 190 $ 19,1$1.90 $20.796"721773CONCRETE CURB RAMPS EA 4 $6,665"82 18 73 CONCRETE CURB RAMPS AT PLAYGROUND EA 2 $45.18'1 60 19 73 DEEPENED CURB _ B" AT PAVERS LF 810 20 73 DEEPENED CURB _ 12" W LF 315 $72.54 $100 62 $20.25 $30.28 $22,850.1 0 21 73 MOW CURB 12" AND 14"LF 765 $76,974.30 22 73 coNcRETE CURB - 6',(C|TY STD)LF 320 $6,480.00 $12.112"002373CONCRETE CURB & GUTTER (CITY STD)LF 400 24 73 CONCRETE CURB & GUTTER (ROLLED)LF 126 $ 1 07.68 $ 13.567.68 25 73 CONCRETE CROSS GUTTER LF 70 $59.23 $148.41 $203,20 $453 47 $4,'146.10 26 73 18'CONCRETE CHANNEL LF 20 $2,968.20 27 73 SITE WALL - CLASS 1 PATHWAY LF 700 $142.240.00 28 51 SEAT WALL - 8' NO RETAINING LF 13 $5.895.11 29 51 SEAT WALL - 8' RETAINING LF 6B $465.?5 $31,637.00 30 51 SEAT WALL AT PICNIC SHADE STRUCTURE LF 36 $3'11.25 $11.205 00 31 51 CHEEK WALL LF 220 $319.23 $70,230.60 32 51 PLAY WALL - A LF 95 $?86.16 $27.'185,?0 33 51 PLAY WALL - B LF 90 $82.40 $7,416.00 34 51 PLAY WALL - C LF 50 $ 197"49 $9,874,50 35 51 PLAY WALL - D LF 45 $228 05 $10.262 25 36 51 PLAY WALL - E LF 30 $414 30 $12,429,00 37 51 PLAY WALL - F LF 60 $756.31 $45,378 60 38 51 PLAY WALL - G LF 45 $1,126.38 $50.687.1 0 39 51 PLAY WALL - H LF 60 $137.37 $8,242.20 40 51 PLAY WALL - I LF 66 $608 13 $40,136 58 41 51 PLAY WALL - J LF 20 $945.36 $18.907 20 42 51 PLAY WALL - K LF 66 $548 36 $36,191.76 SPECIAL PROVISIONS Addendum #4 - 2 SPECIAL PROVISIONS Item No.SSro Item Description Unit of Measure Estimated Quantitv Item Price (in fioures) Total ltem Price (in fiqures) 43 51 PLAY WALL - L LF 42 $608,1 5 $25,542.30 44 51 CMU WALL LF 50 $269.79 $45 44 $13,489.50 45*32- 3300 SKATE DETERRANTS EA 50 $2.272 00 46 32 31 18 FENCE _ WOOD RAIL FENCE LF 440 $20s 47 $92. 1 66,80 47 32 31 18 FENCE - WOOD GUARDRAIL W/MESH LF 1075 $:73,23 $293.722.25 48 32 31 19 FENCE - METAL PICKET GUARDRAIL LF 150 $496"37 $459 14 $496,37 $169 22 $74.455 50 $293.849 60 49 32 3119 FENCE _ 12FT SPORTS FIELD WELDED WIRE LF 640 $32,264.05 50 05 5000 FENCE _ METAL WALL RAILS LF 65 $38,074 50 51(F)05 5213 HANDRAILS AT RAMP LF 225 52(F)05 5213 HANDRAILS AT STAIRS LF 60 $'r6s.22 $ 10.'153,20 53(S)Varies SOUTH RESTROOM LS 1 $1.047,606"08 $1.047,606.08 54 (s) 't3 3000 SHADE STRUCTURE AT PICNIC AREA LS 1 $177,637 82 ' $225.911.83 $94,256 52 $1.744.477"00 $17r,637 82 $225,911.8355 (s) l3 3000 SHADE STRUCTURE AT PLAY AREA LS 1 $s4,256.52 $1.744,477.00 56(s) 04 2000 05 5000 TRASH ENCLOSURE LS 1 57(s)11- 681 3 PLAYGROUND EQUIPMENT LS 1 58 32 1 81 6.1 3 POURED IN PLACE RUBBER SQFT 9,250 $25"46 $235"505.00 59 32 1 81 6.1 3 ENGINEERED WOOD FIBER SQFT 4,375 $7 68 $33.600 00 60 73 PARK ENTRY MONUMENT SIGN LS 1 $17.015.14 $17.015.14 61 32 3300 SITEFURNISHING_6FT PICNIC TABLE EA 7 $3.1 1 7.76 $3,422.76 $4.337.76 $3,997 46 $7,344 71 $3,117 76 $2.179 78 $1,362.13 $9.750 39 $21.824 32 62 32 3300 SITEFURNISHING_6FT PICNIC TABLE (ADA)EA 1 $3.422.7 o $8.675"52 63 32 3300 SITE FURNISHING _4FT ROUND TABLE EA 2 $11,392.38 64 32 3300 SITE FURNISHING _ BACKED BENCH EA 3 $7,344.71 65 32 3300 SITE FURNISHING - SCULPTURAL BENCHES LS 1 $31.1 77.60 66 32 3300 SITE FURNISHING - TRASH RECEPTACLE EA 10 $4.35s.56 67 32 3300 SITE FURNISHING - BBQ EA 2 $1,362 13 68 32 3300 SITE FURNISHING _ BIKE RACKS EA 1 $9.750"39 69 32 3300 SITE FURNISHING - DRINKING FOUNTAIN EA 1 SPECIAL PROVISIONS Addendum #4 - 3 SPECIAL PROVISIONS Item No.SSor Item Description Unit of Measure Estimated Quantity Item Price (in fioures) Total ltem Price (in fiqures) 70 32- 3300 REMOVABLE BOLLARDS EA 4 $2.350 33 $9,401 32 71 32- 1713 WHEEL STOPS EA 4 $507 65 $41 97 $18.266.04 $2.030.60 72 32- 1 000 DOMESTIC WATER LINE LF 340 $14.269 80 73 32- 1 000 FIRE WATER SERVICE & METER LS 1 $18,266 0.4 74 32- 1 000 FIRE WATER BACKFLOW EA 1 $ 1 6.057.84 $1 6"057.84 75 32- 1 000 FIRE WATER LATERAL LF 195 $131 44 $37 23 $25,630,80 76 64 6" HDPE STORM DRAIN PIPE LF 455 $1 6.933.65 77 64 B'HDPE STORM DRAIN PIPE LF 1250 $45"92 $57.400 00 78 Not Used 79 62 24" X24" CONCRETE SD CATCH BASIN EA 3 $3"003 32 $s.009 96 80 62 36'X 36" CONCRETE SD CATCH BASIN EA 3 $8,'102 42 $24,307.26 B1 32- 3000 SEWER CLEANOUTS EA 4 $1.095 09 $4.380.36 82 62 CONNECT TO EXISTING STORM DRAIN MANHOLE EA 1 $9.635.21 $9,635 21 B3 62 SLIM CHANNEL DRAIN LF 115 $316.50 $36,3S7 50 B4 64-2 SIDEWALK UNDERDRAIN - 3"X5'ALHAMBRA LF 5 $3,745.73 $18,72S 65 85 64 ATRIUM GRATE EA 28 $76.14 $2,131.92 86 32- 3000 SEWER LATERALS LF 475 $41-92 $19,9'12.00 87 64 STORM DRAIN CLEANOUTS EA 4 $1.264.31 $5.057.24 88 32- 3000 COAT EXISTING SEWER MANHOLES EA 2 $8,460.90 $16,921,80 89 20 EARTHEN SWALE LF 730 $43.34 $31,638.20 90 (F)64 BIOTREAMEA'T SO'L MEDIA CF 7,800 $5,03 $39,234"00 91 (F)25 NO.2 STONE (BtO RETENTION B,4S'ATS)CF 7,800 $4 10 $31,980.00 92 25 ENERGY DISSIPATOR STONE CY 6 $389 34 $2,336"04 93 84 PAVEMENT STRIPING LF 760 $3.64 $2.766.40 94 84 PAVEMENT MARKINGS SQFT 1 300 $1 30 $1,690.00 95 84 CURB PAINT LS 1 $789.68 $7S9.68 96 82 SIGNAGE & POSTS EA I $349.72 $3,147.48 97 86 ELECTRICAL _ POLE LIGHT FIXTURES EA 3B $11,591,43 $440,474.34 98 86 ELECTRICAL - BOLLARD LIGHT FIXTURES EA 3 $7,800.95 $23"402 B5 SPECIAL PROVISIONS Addendum #4 - 4 SPECIAL PROVISIONS Item No.SSrrr Item Description Unit of Measure Estimated Quantitv Item Price (in fiqures) Total ltem Price (in fiqures) 99 B6 ELECTRICAL _ MISC FIXTURES EA 3 $2,963.57 $8,890.71 100 B6 ELECTRICAL SWITCHBOARD EA 1 $107,171 40 $107,17'1 40 101 86 ELECTRICAL LS 1 $284,752.1 5 $284.752.1 5 102 86 PG&E COORDINATION LS 1 $7,705.06 $7,705.06 103 20-2 IRRIGATION LS 1 $296,271.06 $296,271 06 104 20-3 PLANTING - SHRUB 15 GAL EA 65 $1 1 I .50 $7,247.50 105 20-3 PLANTING -SHRUB SGAL EA 582 $2t.57 $'13,135.74 106 20-3 PLANTING-SHRUBl GAL EA 747 $12.42 $9,217.74 107 20-3 PLANTING - 4'' POTS EA 256 $20.42 $5,227 52 108 20,3 PLANTING. PTUGS EA 2570 $3 25 $8,352.50 109 20-3 PLANTING - GRASS SOD SQFT 76,625 $1.05 $80,456.25 110 20-3 PLANTING - HYDROSEED SQFT 8,300 $0 37 $3,071.00 111 20-3 TREES - 48" BOX EA 3 $2,567,62 $7,702.86 112 20-3 TREES _ 36" BOX EA 6 $894.48 $5,366.88 113 20-3 TREES _24" BOX EA 46 $51 3,1 0 $23.602.60 114 20-3 IREES - 15 GAL EA 15 $212.32 $3,1 84.80 115 (F)20-5 3'MULCH SQFT 36,750 $1,04 $38,220.00 116 20-5 LANDSCAPE BOULDER EA 17 $442"21 $7.517,57 117 20 LANDSCAPE MAINTENANCE/ PLANT ESTABLISHMENT EA MONTH 12 $5,956_47 $7'1.477.64 118 20 PARK MAINTENANCE SERVICES EA MONTH 12 $3,s48.42 $.17.381.04 Bid Total(or Base Bid)$10,517,519.10 BrD ALTERNATE #1 (PTCKLEBALL AREA) 1-1 8,12 MOBILIZATION & DEMOBILIZATION LS 1 $107.264 45 $107,264,45 1-2 (F)16 TEMPORARY FENCING LF 630 $1 1.86 $7,471.80 1-3 13 WATER POLLUTION CONTROL LS 1 $13,366,78 $13.366.78 1-4 8 COMPLIANCE WITH BUILDING PERMIT REQUIREMENTS LS 1 $328.28 $928"28 1-5 8 COMPLIANCE W GRADING ORDINANCE & APCD PERMITS LS 1 $7.397.?4 $7.397 24 1-6 5 SURVEYING & CONSTRUCTION STAKING LS 1 $31.905 68 $31,s09.68 SPECIAL PROVISIONS Addendum #4 - 5 SPECIAL PROVISIONS Item No.SSrl Item Description Unit of Measure Estimated Quantitv Item Price (in fioures) Total ltem Price (in fioures) 1-7 (F)17-2 CLEARING AND GRUBBING SQFT 24,500 $CI.86 $21.070.00 1-B (F)19 EARTHWORK - CUT CY 1,800 $9.48 $ 1 7.0 64.0 0 1-9 (F)19 EARTHWORK - FILL CY 1 ,190 $33 89 $40.329 10 1-10 19 EARTHWORK - OVEREXCAVATION LS 1 $43.1 14"24 $20.23 $43.114.24 1-11 40 CONCRETE PAVING - PEDESTRIAN SQFT 3000 $60,690 00 1-12 (s)40 CONCRETE POST TENSION COURT SLABS SQFT 14850 $20,89 $310.216"50 1-13 32 1820 SPORTS COURT SURFACING & STRIPING LS 1 $65,559.89 $65.559.89 1-14 11 6833 PICKLEBALL NET EA B $5.801.76 $182"55 $"16..{14 0fi 1-15 73 CONCRETE STAIRS SQFT 60 $10.953 00 1-16 73 DEEPENED CURB _ 12" W LF 140 $64 87 $9,08't 80 1-17 51 COURT WALL - A LF 200 $317 93 $63.586 00 1-18 51 COURT WALL - B LF 105 $1.236.78 $129,861 S0 1-19 51 COURT WALL - C LF 60 $1.242.14 $1.236"79 $46 73 $74,528.40 1-20 51 COURT WALL - D LF 105 $129,861.90 1-21 32- 3300 SKATE DETERRANTS EA 25 $'1.168 25 1-22*32 3300 PRE-FABRICATED BLEACHERS EA 2 $11"220 79 $22,441 5B 1-23 32 3300 SITE FURNISHING FURN _ TRASH EA 2 $3.206,83 $6.413 66 1-24 32 3300 SITE FURNISHING - DRINKING FOUNTAIN EA 1 $1 0.028.9S $1 0,028. SS 1-25 32 3113 FENCING&GATES-COURT PERIMETER 1O FT LF 740 $389 16 $287"978 40 1-26 32 31 13 FENCING & GATES _ INTERIOR 4 FT LF 370 $219.31 $274.87 $81,144.70 1-27 32 31 18 FENCE - WOOD GUARDRAIL WMESH LF 175 $48.102.25 1-28 64 STORM DRAIN CLEANOUT EA 3 $1.300.44 $3.301.32 1-29 64 6" HDPE STORM DRAIN PIPE LF 100 $39.56 $3,356.00 1-30 64-2 SLIM CHANNEL DRAIN LF 230 $264.02 $60.r24.60 1-31 32- 3000 SEWER LATERALS LF 150 $48.22 $7.233 00 1-32 32- 3000 SEWER CLEANOUTS EA 1 $ 1.300.44 $1.300.44 1-33 82 SIGNAGE & POSTS EA I $870.26 $7.832.34 1-34 (F) 05 7300 HANDRAILS AT STEPS LF 4 $174.05 $696"20 SPECIAL PROVISIONS Addendum #4 - 6 SPECIAL PROVISIONS Item No.SSrrr Item Description Unit of Measure Estimated Quantity Item Price (in fiqures) Total ltem Price (in fiqures) 1-35 86 ELECTRICAT - SPORTS LIGHT FIXTURES EA 20 $13.344 05 $266.88'l_00 1-36 B6 ELECTRICAL - BOLLARD LIGHT FIXTURES EA 5 $3,016.92 $ 1 5.084,60 1-37 B6 ELECTRICAL LS 1 $47,574 43 $47,574.43 1-38 20-2 IRRIGATION LS 1 $11,446 16 $11.68 $29 28 $'l 1 .44 6.16 1-39 20-1 SOIL PREPARATION - LANDSCAPE AREAS SQFT 4,750 $55,480"00 1-40 20-3 PLANTING -SHRUB sGAL EA 64 $1.873 92 1-41 20-3 PLANTING-SHRUBl GAL EA 46 $10.47 $48'1.62 1-42 20-3 TREES _24" BOX EA 1 $5 01.07 $501.07 1-43 (F)20-3 3" MULCH SQFT 4,750 $9"06 $43,035.00 1-44 20 LANDSCAPE MAINTENANCE/ PLANT ESTABLISHMENT LS 1 $4.'177.27 $4.177.27 1-45 20 PARK MAINTENANCE SERVICES LS 1 $21,373.68 $2'1,373.68 Alternate #1 - Bid Total $2,201,499.52 BID ALTERNATE #2 (UPPER LEFT QUADRANT) 2-1 B,'t2 MOBILIZATION & DEMOBILIZATION LS 1 $34 1 163.37 $341,1 63,37 2-2 (F)16 TEMPORARY FENCING LF 1 050 $11 46 $12,033.00 2-3 13 STORM WATER POLLUTION CONTROL LS 1 $27,580.06 $27.580 06 2-4 B COMPLIANCE WITH BUILDING PERMIT REQUIREMENTS LS 1 $2,970"50 $2,970,50 2-5 8 COMPLIANCE W GRADING ORDINANCE & APCD PERMITS LS 1 $23,671.18 $23"671,'18 2-6 5 SURVEYING & CONSTRUCTION STAKING LS 1 $3'1,90s 6 B $3'1,909.68 2-7 (F)17-2 CLEARING AND GRUBBING SQFT 73,300 $0.45 $32.985.00 2-8 (F)19 EARTHWORK - CUT CY 5,040 $17"27 $87.040.80 2-9 (F)19 EARTHWORK - FILL CY 3,725 $31.26 $1 '16,443.50 2-10 19 EARTHWORK - OVEREXCAVATION LS 1 $122,555,85 $122.555.85 2-11 40 CONCRETE PAVING - PEDESTRIAN SQFT 14,660 $45,35 $664,831.00 2-12 40 CONCRETE PAVING VEHICULAR SQFT 410 $26 13 $'10.959 30 2-13 32 1413 PERMEABLE PAVERS - VEHICULAR SQFT 5,740 $33,65 $'193.'151.00 SPECIAL PROVISIONS Addendum #4 - 7 SPECIAL PROVISIONS Item No.SSrl Item Description Unit of Measure Estimated Quantity Item Price (in fiqures) Total ltem Price (in fiqures) 2-14 39 ASPHALT PAVING - VEHICULAR SQFT 12,500 $s.67 $120,875.00 2-15 05 8000 PREFABRICATED BRIDGE #1 & CONCRETE ABUTMENTS LS 1 $411.178.18 $41'1.178.'lB 2-16 Varie S BOCCE COURT LS 1 $28.737,85 $28,737.85 2-17 (s)40 CONCRETE POST TENSTION COURT SLABS SQFT 8,400 $!0.89 $175.476,00 2-18 32 1820 SPORTS COURT SURFACING & STRIPING LS 1 $47,829 71 $47.829 11 $10.723 50 $21,447.002-19 11 6833 BASKETBALL HOOPS EA 2 2-20 11 6833 FUTSOL GOAL/HOOPS EA 2 $19.552 25 $39.10.1.50 2-21 73 CONCRETE STAIRS SQFT 140 $128,81 $18.033 .40 2-22 73 CONCRETE CURB RAMPS EA 5 $4,255 52 $21,277.60 2-23 73 DEEPENED CURB _ B" AT PAVERS LF 710 $7'1" 12 $54.45 $50,495"20 $60.984,002-24 73 DEEPENED CURB - 12" W LF 11 20 2-25 73 coNcRETE CURB - 6'(CrrY STD)LF 460 $20 82 $9,577.20 2-26 73 CONCRETE CURB & GUTTER (STANDARD)LF 225 $38.92 $8,757.00 2-27 73 CONCRETE CROSS GUTTER LF 130 $58.16 $7,560.80 2-28 51 stTE WALL - B'(NO RETENTION)LF 6.5 $410_61 $2,668.97 2-29 51 slTE WALL - 8" (RETATNTNG)LF 420 $362,51 $152,254 20 2-30 51 slTE WALL - 12'(NO RETENTION)LF 245 $121.39 $29,7,40 55 2-31 51 stTE WALL - 12" (RETA|NtNG)LF 210 $263.25 $55"282-50 2-32 51 SEAT WALL (NO RETENTTON)LF 60 $ 1 01 ".40 $6,084 00 2-33 51 SEAT WALL (RETATNTNG)LF 100 $535,37 $53"537-00 2-34 51 TERRACED SEATWALL LF 1 $696.8'1 $696.81 2-35 51 CMU WALL LF 190 $1,325 22 $251.791"80 $49 85 $3,738.752-36*3Z- 3300 SKATE DETERRANTS EA 75 2-37 32 3300 SITEFURNISHING_6FT PICNIC TABLE EA 3 $4,2!9.6t $11.688 86 2-38 32 3300 SITEFURNISHING-6FT PICNIC ADA TABLE EA 1 $3.602 19 $3,602 19 $3,978.23 $3,978.23 2-39 32 3300 SITE FURNISHING - BACKLESS BENCH EA 1 2-40 32 3300 SITE FURNISHING - TRASH EA 4 $3,206 83 $12.827,32 2-41 32 3300 SITE FURNISHING - BIKE RACKS EA 1 $1.401.04 $'1.401 04 SPECIAL PROVISIONS Addendum #4 - 8 SPECIAL PROVISIONS Item No.SSrl Item Description Unit of Measure Estimated Quantitv Item Price (in fiqures) Total ltem Price (in fiqures) 2-42 32 31 13 FENCE - COURT PERIMETER 1O FT LF 230 $325.31 $74,953.30 2-43 32 31 18 FENCE - WOOD GUARDRAIL WMESH LF 625 $273.38 $1 70,862.50 2-44 32 31 19 FENCE _ METAL PICKET GUARDRAIL LF 280 $510.55 $174,05 $ 1 74.05 $17,405.28 $487.545 68 $98.490 10 $2.334 92 $142,954.00 2-45 (F) 05 7300 HANDRAIL AT RAMP LF 270 $46.993-50 $9.572.752-46 (F) 05 7300 HANDRAIL AT STAIRS LF 55 $17,405 18 2-47 05 5000 VEHICULAR GATE EA 1 2-48 (s)Varies NORTH RESTROOM LS 1 $487.545.6$ 2-49 (s) 13 3000 SHADE STRUCTURE AT BOCCE COURTS LS 1 $98.490 10 $32,688.88 2-50 62 18"x18" CONCRETE SD CATCH BASIN EA 14 2-51 62 36'X36'CONCRETE SD CATCH BASIN EA I $8.333 93 $78.32 $8,333 33 2-52 64 ATRIUM GRATE EA 35 $2,741,20 2-53 64 6" HDPE STORM DRAIN PIPE LF 2,150 $30 77 $66,155 50 2-54 64 B" HDPE STORM DRAIN PIPE LF 15 $86 95 $1,304 25 2-55 62 SLIM CHANNEL DRAIN LF 26 $376 06 $1,129.20 $9,717.56 2-56 33 4211 12'TRENCH DRAIN LF 12 $'13,550"40 2-57 33 3000 B'HDPE SEWER MAIN LF 195 $s1.94 $17.928 30 2-58 33 3000 SEWER MANHOLES EA 2 $ 17.405.28 $5.8CI1 76 $34,810.56 2-59 32- 3000 COAT EXISTING SEWER MANHOLES EA 2 $ 1 1,603 52 2-60 33 3000 SEWER LATERALS LF 50 $72 98 $3.645 00 2-61 33 3000 SEWER CLEANOUTS EA 1 $1.300.44 $1.300.44 2-62 20 EARTHEN SWALE LF 135 $'120 54 $'16.272.S0 2-63 (F)20-1 B I OT REATMEATI SO't M ED I A CF 3900 $5.1 I $20.202 00 2-64 (F)25 NO.2 STONE (BtO- RETENTION BAS''VS)CF 3900 $4"22 $1 6,458.00 2-65 25 ENERGY DISSIPATOR STONE CY 3 $400.47 $1.201,41 2-66 84 PAVEMENT STRIPING LF 800 $4.60 $3.680.00 2-67 84 PAVEMENT MARKINGS SQFT 570 $2.1 7 $1.236"90 2-68 CURB PAINT LS 1 $1,740 53 $1.740.53 2-69 82 SIGNAGE & POSTS EA 3 $425 46 $1,276"38 2-70 86 ELECTRICAL- POLE LIGHT FIXTURES EA I $4.670.42 $37,363 36 SPECIAL PROVISIONS Addendum #4 - 9 SPECIAL PROVISIONS Item No.SSrrr Item Description Unit of Measure Estimated Quantitv Item Price (in fioures) Total ltem Price (in fiqures) 2-71 86 ELECTRICAL _ SPORTS LIGHT FIXTURES EA 8 $29.937.08 $239.496.64 2-72 86 ELECTRICAL_ BOLLARD LIGHT FIXTURES EA 2 $9"746 96 $19.,193.91 2-73 86 ELECTRICAL- MISC FIXTURES EA 2 $8,122.47 $ 16.2,44.94 2-74 86 ELECTRICAL SWITCHBOARD EA 1 $158,968 22 $158.968.22 2-75 B6 ELECTRICAL LS 1 $58,017.60 $58.017.60 2-76 86 PG&E COORDINATION LS 1 $8,934.71 $8,934.71 2-77 5Z- 1713 WHEEL STOPS EA 12 $282.35 $3.388 20 2-78 (s) 04 2000, 05 5000 TRASH ENCLOSURE LS 1 $s5,442,57 $56,869 41 $95.442 57 $56.869.412-79 99 IRRIGATION LS 1 2-80 20 PLANTING - SHRUB 15 GAL EA 23 $1 31 38 $3,021.i4 2-81 20 PLANTING -SHRUB sGAL EA 370 $25.88 $9,575.6CI 2-82 20 PLANTING -SHRUB l GAL EA 624 $11"48 $7,163 52 2-83 20 PLANTING - 4' POTS EA 280 $6.56 $1,836.80 2-84 20 PLANTING. PTUGS EA 1128 $3.38 $3,812 64 2-85 20 TREES _ 24" BOX EA 38 $608,47 $23,121.86 2-86 20 TREE _ 36" BOX EA 6 $6ss.81 $4,'198"86 2-87 20 TREE - 15 GAL EA 15 $167.79 $2,516.85 2-88 (F)20 3'MULCH SQFT 23,600 $1.96 $46.256.00 2-89 20 LARGE LANDSCAPE BOULDER EA 5 $454.84 $2,274.20 2-90 20 LANDSCAPE MAINTENANCE/PLANT ESTABLISHMENT EA MONTH 12 $1.276.39 $15,316.68 2-91 20 PARK MAINTENANCE SERVICES EA MONTH 12 $2,430.94 $29,1 r1 .28 Alternate #2 - Bid Total $5,436,100.27 BrD ALTERNATE #3 (B|KE PUMP TRACK AREA) 3-1 B,12 MOBILIZATION & DEMOBILIZATION LS 1 $166,193 10 $1 66,1 s3.1 0 3-2 '16 TEMPORARY BRIDGE FOR ACCESS LS 1 $208,339.77 $208.339 77 3-3 (F)16 TEMPORARY FENCING LF 900 1 '1$.5 6 $ 10,404.00 SPECIAL PROVISIONS Addendum #4 - 10 SPECIAL PROVISIONS Item No.SSrrr Item Description Unit of Measure Estimated Quantitv Item Price (in fiqures) Total ltem Price (in fiqures) 3-4 13 STORM WATER POLLUTION CONTROL LS 1 $22,208 77 $22,208.77 3-5 I COMPLIANCE WITH BUILDING PERMIT REQUIREMENTS LS 1 $1.485 25 $ 1..{85"25 3-6 B COMPLIANCE W GRADING ORDINANCE & APCD PERMITS LS 1 $11,835 5s $11.835 59 3-7 5 SURVEYING & CONSTRUCTION STAKING LS 1 $31,909,68 $3'1.909.68 3-B (F)17-2 CLEARING AND GRUBBING SQFT 40,000 $0"47 $18,800.00 3-9 (F)19 EARTHWORK - CUT LS 1 $23"406-40 $23.406.40 3-1 0 (F)19 EARTHWORK - FILL LS 1 $25..{.26 72 $25.426.72 3-11 19 EARTHWORK - OVEREXCAVATION LS 1 $2 1 .0..13.36 $21.043.36 3-12 40 CONCRETE PAVING _ PEDESTRIAN SQFT 1,090 $28.92 $31,522.80 3-13 05 8000 PREFABRICATED BRIDGE #2 & CONCRETE ABUTMENTS LS 1 $275.9,40.47 $275.940.47 3-14 51 SEAT WALL - RETAINING LF 35 $558 68 $62.31 $3.978.23 $19"553 80 3-1 5*32- 3300 SKATE DETERRANTS EA 15 $934.65 3-16 32 3300 SITE FURNISHING - BACKLESS BENCH EA 4 $15,912 92 3-17 32 3300 SITE FURNISHING _ TRASH RECEPTACLE EA 2 $3,206 83 $6.413"66 3-1 8 32 31 18 FENCE _ WOOD RAIL FENCE LF 300 $218.53 $65.559" 00 3-1 I 32 31 18 FENCE - WOOD GUARDRAIL W/MESH LF 330 $324 69 $1 07,147.70 3-20 64 CHIMNEY DRAIN EA 12 $2,368.24 $28.418.88 3-21 82 SIGNAGE & POSTS EA 3 $870.26 $2.610 78 3-22 (s)26 BIKE PUMP TRACK LS 1 $3s1.637.37 $391,637.37 3-23 (s)26 BIKE SKILLS TRACK LS 1 $8'1.696,74 $81,695 74 3-24 86 ELECTRICAL POLE LIGHT FIXTURES EA 5 $16.244.93 $B'1.224.65 3-25 B6 ELECTRICAL LS 1 $40,61r"32 $40.612 32 3-26 20-2 IRRIGATION LS 1 $30,723,95 $30,723.95 3-27 20-3 PLANTING - TREES 48'BOX EA 1 $2.785.80 $2.7fi5 80 3-28 20-3 PLANTING TREES - 15 GAL EA 1 $171 52 $171 52 3-29 20-3 PLANTING SHRUB - 15 GAL EA 12 $80.20 $962.40 3-30 20-3 PLANTINGSHRUB-5GAL EA 29 $ 15.2s $.,143.41 SPECIAL PROVISIONS Addendum #4 - 11 SPECIAL PROVISIONS Item No.SSro Item Description Unit of Measure Estimated Quantity Item Price (in fiqures) Total ltem Price (in fiqures) $943 743-31 20-3 PLANTINGSHRUB-1GAL EA $8.82107 $2.945.003-32 20-3 PLANTING HYDROSEED SQFT 3-33 (F) 20-3 $21.200.00 3'MULCH SQFT $0,38 $4 24 7,750 5,000 $ 15.384.153-34 20 LANDSCAPE BOULDERS EA 3-35 20 $8.354"52LANDSCAPE MAINTENANCE/ PLANT ESTABLISHMENT EA MONTH 5 12 $3.076_83 $696.21 Alternate #3 - Bid Total $1,774,151.87 BID ALTERNATE #4 (UPPER RIGHT QUADRANT) 4-1 8,12 MOBILIZATION & DEMOBILIZATION LS $20'1"215 17 $201.215 17 1 4-2 16 TEMPORARY BRIDGE FOR ACCESS LS $208.339 77 1 $208.339 77 4-3 (F)16 TEMPORARY FENCING LF $11_441,090 $'12..469_60 4-4 13 STORM WATER POLLUTION CONTROL LS $23,596 16 1 $23.996 16 4-5 8 COMPLIANCE WITH BUILDING PERMIT REQUIREMENTS s 1.856.56LS51.856.561 5t+.194.+94-6 8 COMPLIANCE W/ GRADING ORDINANCE & APCD PERMITS LS 514,79+.491 $3'1.S09 68 4-7 5 SURVEYING & CONSTRUCTION STAKING LS $31.909 68 1 $80.047,004-B (F)19 EARTHWORK - CUT CY $1 9.15 4,180 $62.796 B04-9 (F)19 EARTHWORK - FILL CY $80.165 18 4-10 19 EARTHWORK - OVEREXCAVATION LS 1 2,230 $28 16 $80.165 1S 4-11 40 CONCRETE PAVING - PEDESTRIAN SQFT 4-12 32141 J PERMEABLE PAVERS - VEHICULAR SQFT $25 76 $33 65 $128.800 00 $148.060 00 5,000 4,400 4-13 39 ASPHALT PAVING - VEHICULAR SQFT $12 338,1 00 $99,673 00 4-14 05 8000 PREFABRICATED BRIDGE #3 & CONCRETE ABUTMENTS LS $7r7.569 46 1 $777.569 46 4-15 (s)40 CONCRETE POST TENSION COURT SLABS SQFT $20"8913,200 $275,7"18 00 4-16 32 1820 SPORTS COURTS & STRIPING LS 4-17 11 6833 TENNIS NET EA $58.017 60 $8.702,64 1 2 4-18 73 CONCRETE STAIRS SQFT 5l iCI.5376 sr:.960.18 4-19 73 54.411.6tCONCRETE CURB RAMPS EA s4,4?2.611 s6.488.5i'4-20 73 DEEPENED CURB _ 8'W LF s6.81950 $58.017"60 $17.405,28 SPECIAL PROVISIONS Addendum #4 - 12 SPECIAL PROVISIONS Item No.SSrl Item Description Unit of Measure Estimated Quantitv Item Price (in figures) 3t30.41 Total ltem Price (in figures) sr 1,089.954-21 73 DEEPENED CURB _ 12" W LF 85 4-22 73 coNcRETE CURB - 6" (CtTY STD)LF 190 5:S.81 53.955.80 4-23 73 CONCRETE CURB & GUTTER (STANDARD)LF 210 53$.91 ss.t?t.t0 4-24 51 stTE WALL - 12' (RETA|NtNG)LF 100 5?.66.54 516,654.00 4-25 51 CHEEK WALL LF 12 5480.69 55.tf8.18 4-26 51 COURT WALL -A LF 120 5322. rl s38.654.40 4-27 5'r COURT WALL _ B LF 110 51.t36.+6 5136,010.6.0 4-28 51 COURT WALL - C LF 120 51.:,3J.8$51+8.306.80 4-29 51 COURT WALL - D LF 80 sl,l39.0l 599. l:r.60 4-30 73 MOW CURB 12" AND 14"LF 180 521.91 s+.31+.60 s46.13 59_14.604-31*32- 3300 SKATE DETERRANTS EA 20 4-32 32 3300 SITE FURN - BACKED BENCH EA 6 s3.9r8.:3 st3,869.38 4-33 32 3300 SITE FURNISHING - TRASH EA 4 53.?06.83 51t,8t7.32 4-34 32 3300 SITE FURNISHING - BIKE RACKS EA 1 51,4*1.04 st.+01.0.t 4-35 32- 1713 WHEEL STOPS EA B st_19.31 il.9t+.56 4-36 32 31 13 FENCE - COURT PERIMETER 1O FT LF 460 53?1.61 sil3.105.:0 4-37 JZ 31 18 FENCE _ WOOD GUARDRAIL W/MESH LF 750 5:i3 9t s205.{_1:.50 4-38 32 31 19 FENCE _ METAL PICKET GUARDRAIL LF 72 s510.55 536.i59.60 4-39 (F) 05 7300 HANDRAIL AT RAMP LF 70 lt t+.05 sr2.183.50 4- 40(F) 05 7300 HANDRAIL AT STEPS LF 25 s114.05 t4,351:5 4-41 (s) 't3 3000 SHADE STRUCTURE AT VISTA LS 1 s76.351.18 576._151.18 4-42 64 6" HDPE STORM DRAIN PIPE LF 680 530. I I 5t0,474.80 4-43 64 B'HDPE STORM DRAIN PIPE LF 400 sl5.J4 s14,r36.00 4-44 62 18"X18" CONCRETE SD CATCH BASIN EA 6 s1,933.?3 5r r.603.18 4-45 62 36'X36'CONCRETE SD CATCH BASIN EA 2 38.t3_c.93 516.661.86 4-46 64 ATRIUM GRATE EA 2 sr8.3t s156.6.1 4-47 20 EARTHEN SWALE LF 320 518.4?51t,310.40 4-48 (F)20-1 BIOTREATMENT SOIL M EDIA CF 2,950 55.r8 515.281.0i] 4-49 E)25 NO.2 STONE (BtO RETENTION BAS'A'S)CF 2,950 s+.12.s11.*49 0* SPECIAL PROVISIONS Addendum #4 - 13 SPECIAL PROVISIONS Item No.SSrrr Item Description Unit of Measure Estimated Quantitv Item Price (in fiqures) s4i)0..ti Total ltem Price (in figures) 5t.t0t..il4-50 25 ENERGY DISSIPATOR STONE CY 3 4-51 B4 PAVEMENT STRIPING LF 400 sr.15 51.900.00 4-52 B4 PAVEMENT MARKINGS SQFT 110 s8.81 s969.10 4-53 84 CURB PAINT LS 1 5t.3t0.10 5:,.3:,0.10 4-54 82 SIGNAGE & POSTS EA 4 ctit l{}+_r_r_++51.821.76 4-55 86 ELECTRICAL POLE LIGHT FIXTURES EA 4 55.91t.80 51,3.6i t.l0 4-56 86 ELECTRICAL SPORTS LIGHT FIXTURES EA o 5r9.008.80 5161.019.:0 4-57 86 ELECTRICAL - BOLLARD FIXTURES EA 14 53.+$ 1.06 5+8.t34.84 4-58 86 ELECTRICAL LS 1 558,01r.60 558.011.64 4-59 20-2 IRRIGATION LS 1 559,136.99 359,t36.99 4-60 20-3 PLANTING - GRASS SOD SQFT 5,041 5r.38 56.411.48 4-61 20-3 PLANTING TREE _24" BOX EA 29 15fl1_11 s14.561.t8 4-62 20-3 PLANTING TREE _ 15 GAL EA B st29.2i 51.$3{.00 4-63 20-3 PLANTING SHRUB - 15 GAL EA 15 5111.?S 51.615.5{J 4-64 20-3 PLANTINGSHRUB_5GAL EA 297 5:1.ffi 56.$31.00 4-65 20-3 PLANTING SHRUB _1GAL EA 577 s10.93 s6,306.6i 4-66 20-3 PLANTING PTUGS EA 1014 5_i.35 51.396.S 4-67 (F)20-3 3'MULCH SQFT 19,750 sl.5-1 3_10.ili.50 4-68 20-3 LARGE LANDSCAPE BOULDERS EA 8 $i96.$9 53, l?5. l: 4-69 20 LANDSCAPE MAI NTENANCE/ PLANT ESTABLISHMENT EA MONTH 12 s1,45{i.,14 5ti.+0I.t8 4-70 20 PARK MAINTENANCE SERVICES EA MONTH 12 51.8d4.96 Sil.139.52 Alternate #4 - Bid Total $3,956,253.17 Total Project Bid = (Base Bid + Bid Alternative)$23,885,523.93 Company Name (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. * Bid item exempt from Section 9-1.068 and 9-1.06C of the Standard Specifications. The unit price will not be adjusted regardless of the final bid item quantity. (F) - Final Pay ltems per Section 9-1 .02C of the Caltrans Standard Specifications. Bid item quantity will not be adjusted based on actual quantity measured in the field. (S) - Specialty ltems per Section 5-1,13A 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 .1 3 of the standard specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need not be mentioned. Subcontractors required to pay prevailing wage, must be registered with the Department of lndustrial Relations pursuant to Labor Code section 1725.5 to be listed. NOTE: lf there are no subcontractors, write "NONE" and submit with bid. Name Under Which Subcontractor is Licensed 805 West LandscapG, lnc. License Number 1029557 DIR Public Works Registration Number 20000045't3 Address and Phone Number of Office, Mill or Shop 1012 Pacific St, Suite C Specific Description of Subcontract Mainlenance o/o ot Total Base Bid 1 00% Brentwood 928913 1001095901 Sen Luii Oblsoo. CA 93401 858.967.6217 2520 Saviers Rd Sheetmetal Oxnard, CA 93033 Roofing 805-291-6184 205 Suburban Rd. Ste 2 San Luis Obispo, Ca 93401 Clear/Grub 0.86% 805.439.4362 0.5?% Sheet Metal Seamair Construction, lnc.1014609 Electro Construclion 100003s291 95881 159 2225 windsor ave altadena c4.91001 Fleclrir:l 7.13% 213,305.1 748 Attach additional sheets as needed. SPECIAL PROVISIONS 16 SPECIAL PROVISIONS LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 112 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($tO,OOO; 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. NorE: lf there are no subcontractorsn write "NONE" and submit with bid. DIR Public Works Registration Number Address and Phone Number of Office, Mill or Shop Specific Description of SubcontractLicense Number 799671 o/o of Total Base Bid Name Under Which Subcontractor is Licensed Calilornia Pro Paintino 1 000001 735 0 56%@!l@.-cA (805)922-3706 Paintinq Great Western lnstalalti ons, |nc.929912 1000028191 975 S Hwy 89 Play/Shade 3 5l% Camacho Plumbing lnc.100@75 Logan, UT 84321 lnstallation (435) 245 5055 805-550-91 1 I 1 10% 2000004801 Plumbing PO BOX 1714 ATASCADERO, CA 93423 UNION FENCE 781 039 1000010579 3s0r MALL vrEW RoAD Fencing 111"/ BAKERSFTELD, cA s3307 Misc Metals 66 1 -322-9700 Attach additional sheets as needed 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 1/2 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 .1 3 of the standard specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need not be mentioned. Subcontractors required to pay prevailing wage, must be registered with the Department of lndustrial Relations pursuant to Labor Gode section 1725.5 to be listed. NOTE: lf there are no subcontractors, write "NONE" and submit with bid. DIR Public Works Registration Number Address and Phone Number of Office, Mill or Shop Specific Description of Subcontract o/o of Total Base Bid Name Under Which Subcontractor is Licensed RCH License Number 921 460 1000879194 sgs RrvERsrDE AVE I Carpentry L.Oil /n Construction Tatum 957525 1000023436 PASO ROBLES. CA 93446 (888) 81 s's777 515 Southland St.4epnal!|avqg. 93444 805.489.5949 38! NoRTH wtLLow$pFtNG DBrvE Saloty Surfacing 1 16% L OU,/d Asphalt ti:,,t 1, _":i1.,', br- lL::-i:, --.tlI-i ENCTNttAS. CA 920?4 Varrous 17601 331 -8908 Attach additional sheets as needed. SPECIAL PROVISIONS '16 t SPECIAL PROVISIONS ATTACH BIDDER'S BOND TO ACCOMPANY BID Know all men by these presents: That we Urban Habitat AS PRINCIPAL, and Developers Surety and lndemnity Company & Harco National lnsurance Company AS SURETY, are held and firmly bound unto the City of San Luis Obispo in the sum of: ten percent (1 0%) of total bid amount Dollars (_lgyr_) 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 ceftain bid of the above bo unflgn Urban Habitat to construct Righetti Ranch Parks - Community Park - Tiburon & Rig hetti Ranch Dr, San Luis Obispo, CA (insert name of street and limits to be improved or project) dated october9,2025 is accepted by the City of San Luis Obispo, and if the above bounden Urban Habitat his heirs, executors, administrators, successors, and assigns shall duly enter into and execute a contract for such construction and shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or legal holidays) after the above bounden, Urban Habitat has received notice by and from the said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null and void; othenivise, it shall be and remain in full force and virtue. lN WITNESS WHEREOF, we hereunto set our hands and seals this 2nd day of october , 20zs Bidder Surety: Developers Surety and lndemnity Company & Harco National lnsurance company and Bidder's signature is not required to be notarized. Surety's signature Equivalent form may be substituted (Rev. 6-30-14) be notarized SPECIAL PROVISIONS 27 CALIFORNIA ACKNOWLEDGMENT ctvtL coDE g 1189 A notary public or other oflicer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document, State of California County of Riverside en October 6th,2025 Dofe before me,J. Elida Aragon, Notary Public personaily appeared Here lnsert Name ond Title of the Officer Brett Brennan Nome(s) of Signe(s) who proved to me on the basis of satisfactory evidence to be the person{s) whose name(s) islare subseribed 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 enlity 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 official seal. J. ELTDATRaGON iloury Publtc. Crilforlla Riv.nlda Counw ComFrlrston t Z+gian Comm. Er$rcs Fcb 23.702t Signature Ploce Notory Seol ond/ar Stamp Above Signoture of Notory Public OPTIONAL Completing this informotion cqn deter qlterstion of the document or froudulent reottschment sf this form to on unintended document. Descrlption of Attached Document Title or Type of Document: DocumentDate: NumberofPages:_ Signe(s) Other Than Named Above: Capacity(les) Clalmed by Signer(s) Signer's Name:Signer's Name: El Corporate Offieer - Title(s):O Corporate Officer - Title(s): El Partner* n Limited u General tr lndividual n Attorney in Fact B Trustee n Guardian or Conservator tr Other: Signer is Representing tr Partner- tr Limited tr General tr lndividual E Attorney in Fact El Trustee n Guardian or Conservator El Other: 02019 National Notary Association Signer is Representing I POWER OF ATTORNEY HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELIry INSURANCE COMPANY Member companies of IAT lnsurance Group, Headquartered: 4200 Six Forks Rd, Suite 1400, Raleigh, NC 27609 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of lllinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and having their principal offices located respectively in the cities of Rolling lvleadows, lllinois and Newark, New Jersey, do hereby constitute and appoint ANDREW ROBERTS, BRITTNEY THOMPSON, MATTHEW C. GAYNOR, KIM VMQUEZ, ANNE WRIGHT, DANIEL FRMEE, DAVID J. GARCIA San Diego, CA their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execulion of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARGO NATIONAL INSUR.ANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE GOMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices- This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By-Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of DirectorsofINTERNAT|ONALF|DEL|TY|NSURANCECOMPANYatameetingdulyheldonthel3thdayof December,2018 andbytheBoardof Directors of HARGO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018. "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys-in-Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of lhe Corporation may appoint and revoke the appointments ofjoint-control custodians, agenis for acceptance of process, and Attorneys-in-fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed." Bond # N/A lN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December, 2023 STATE OF NEW JERSEY County of Essex STATE OF ILLINOIS County of Cook t Executive Vice President, Harco National lnsurance Company and lnternational Fidelity lnsurance Company On this 31st day of December,2023 , before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY; thal the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signalure were duly affixed by order of the Boards of Directors of said Companies. lN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and year first above written. )- At,eu\o Op NE''I'I CathyCruz a Notary Public of New Jersey My Commission Expires April 16,2029 CERTIFICATION l, the undersigned officer of HARGO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By-Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. lN TESTIMONY WHEREOF, I have hereunto set my hand on this day, OctOber 2,2025 Auu o/4 tut@401 687 stAL rsx SEAL r 90a VER2 2/2019 e POA lrene Martins, Assistant Secretary AGKNOWLEDGMENT 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 San Diego ) on October 2,2025 before,", Manuel Ovalle III, Notary Public (insert name and title of the officer) personally appeared Brittney Thompson 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 certifo 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 I'IANUEL OVALLE III @" Notary Public' California San Diego County # 2529917Commission Comm. ExPirer Aug t2, 2029 z2 Signature (Seal) POWER OF A'TTORNDY FOR COREPOINTE INSTIRANCE COMPANY DEVELOPERS SURUI'Y AND INDEMNITY COMPAI\TY 59 Maiden lane 43rd Floor, Ncw York, NY 10038 (2t21220-7120 KNOW ALL BY ]-HESE PRESENTS that, except as expressly lirnited herein, COREPOINTE INSTJRANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY, do hereby make, constitute and appoinr: Matthew C. Gaynor, Anne Wright, Andrew Roberts and Brittney Thompson of San Diego, CA as its true and larvful Attomey-in-Fact, to make, execute, deliver and acknowledge, for and on behallofsaid cornpanies, as sureties, bonds, undertakings and contracts of suretyship giving and granting unto said nftomey-in-Fact firll power and authonty to do and to perlbnn every act necessary, requisite or prop.t to be done in connection therewith as cach of'said company could do, but rcserving to each ofsaid company full power ofsubititution and reuocaiion, and all ol'the acts ofsaid Attomey-in-Fact, pursuant to tltese presents, are hereby ratified and confinrred. This Power of Attorney is elibctive February 1s,2024 and shall expire on December 31,2025. This Porver of Attorncy is granted and is signed under and by authority of the fbllowing resolutions adopted by the Board of Directors ol'CoRIIpOIN-|E INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY (collectively,'Cornpany") on February 10,2023. RESOLVED, that Sanr Zaza. President. Surcty Underwritirrg, Janres Bcll. Vice President. Surety Underwritirrg, and Craiq Dawson. Executive ljnderuriter- Surebr, each an enrployee ofAmTrust North America, Inc., an affiliate ofthe Company (the "Authorized Signors"). are hereby authorized to execute a Powei of Attorney, qualilying attorney(s)-in-lhct named in the Power of Attorney to cxecute, on behalf of thc Conrpany, bonds, undertakings ancl contracts of sLlretyship, or other suretyship obligations: and that thc Secretary or any Assistant Secretary o1'tlre Company be, and each ofthem hereby is, authorized to attest the execution ofany such Power ofAftomey. RESOI-VED, that the signature ofany one oftlre Authorized Signors and the Secretary or any Assistant Secretary ofthe Company, and the seal ol'the Cornpany nrust be atlxed to any such Por,ver ofAttorney, and any such signature or seal may be aftixed by thcsimile, ard such Polver of Attonrey shall be valid ani binding upon thc Cotnpany rvhen so alTixed and in the tlturc with rcspect to any bond, undcrtaking or contract ofsuretyship to rvhich it is attached. IN WITNESS WHEREOF, CORIPOINTE INSURANCE COMPANY and DEVELOPERS SLJRETY AND INDEMNIry COMPANY have caused t}rese presents to be siglred by the Authoriz3d Signor and attested by their Secretary or Assistant Secretary this March 2023 By:.*r$r'*lls't --: itY a" 'sigi : uisEALjF: '-,1*'gtqnhtg'rt-T ?,rrrrr,1,......$ Printcd Zaza -fitle:Draa;.lA-r Q""-n,I Irrderwitino ACKNOWLEDGEMENT A notary public or other of'ficer completing this certificate verifies only the identity of the individual who signed the document to which this certitjcate is attached, and not the truthfulness, accuracy, or validity ofthat document. STATE OF Califbmia COUNTY OF Oranre Orl this 27 day of March , 2023 , belore me,Hoans-C)rrven Pharn personally appearcd SatnT.na lcertily,underpenaltyofperjury,underthelarvsoltheStatcol Calilbrnia _thatthelbregoingparagraphistrue andcorrect. WITNESS nry hand and oflicial seal. who provcd to nrc on the basis ofsatist'actory evidence to be the the sarne in their authorized capacity, and that by the signature Signature llersott rvlrose ttante is subscribed to within thc instrument and ackDowledgcd to rne tha( (hey executed on the instrulnent the entities upon behalfwhich the person acted, cxecuted this instrument. @";$ilti['#;il,. z- CORPORATE CERTIFICATION Tlre undersigned, thc Secretary or Assistant Secretary oi COR-EK)INTE INSURANCE COMPANY and DEVELOpERS SURETy AND INDEMNITY COMPANY, does hereby certily that the provisions of the resolutions of the respective tsoards of Drrectors of said corporations set tbrth in this Power of Attorney are in fbrce as ofthe date ofthis Certification. This Ccrtification is executed in the City of Cleveland, Ohio. this March 1 9. 2023. Barry W Moscs. Assistant Secretarv by: DocuSignEnvelopelD:33528FD6-5E9D-4796-937E-C 1 E4SOE6S30F Signed and sealed this 2nd day of October, 2025 By:POA No. N/A Ed. 0321 AGKNOWLEDGMENT 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 o1 San Diego ; on October 2,2025 before,", Manuel Ovalle III, Notary Public (insert name and title of the officer) personally appeared Brittney Thompson 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 official 22 74ffi4. ilANUELovALLE lt W#ftdffi#lic,, Signature (Seal) SPECIAL PROVISIONS PUBLIC CONTRACT CODE SECTION 10285,1 STATEMENT f n compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder, or any subcontractor to be engaged by the bidder, has -, has notX been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ln compliance with Public Contract Code Section 10162, the Bidder must complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or othenrvise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes X No lf the answer is yes, attach a letter explaining the circumstances PUBLIC CONTRACT CODE SECTION 10232 STATEMENT f n 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 yourfailure to comply with an order of a federal courtwhich orders you to comply with an order of the National Labor Relations Board. LABOR CODE SECTION '1725.5 STATEMENTS The bidder has delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state, or local administrative agency, including a confirmed arbitration award. Any judgment, order, or determination that is SPECIAL PROVISIONS 17 SPECIAL PROVISIONS under appeal is excluded, provided that the contractor has secured the payment of any amount eventually found due through a bond or other appropriate means. Yes No The bidder is currently debarred under Section 1777.1or under any other federal or state law providing for the debarment of contractors from public works. Yes 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 X X SPECIAL PROVISIONS NON.COLLUSION DECLARATION Brett Brennan declare that lam the President Urban Habitat the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone refrained from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Executed onOctober 6, 25-,;n Palm Desert, CA 92260 I declare under penalty is true and correct. of perjury un State of California that the foregoing Brett Brennan, President nature and Title of Declarant) tsEAr_) Subscribed and sworn to before me this 0ttr day of October 2025 Notary Public Company Name Urban Habitat SPECIAL PROVISIONS 19 Galifornia Jurat Gertificate A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California s.s. County of Riverside Subscribed and sworn to (or affirmed) before me on this 17th day of October i,l0rli i 20 25 ,by Brett Brennan and i.i;rn.r 0i iitaiirir! ( j j proved to me on the basis of I.latrti: i)t' Si!lirL,.r (;tl satisfactory evidence to be the person(s) who appeared before me. fffu"1t (kwa<n \J ljiqnairrrc of l..lolai V irui:rli(:J. ELIDA ^I^GONNoriry Publlc - Crlltornia Riverside County commissron I 2182676 Comfi. lrsir!! F"b 23. 2028 J. Elida Araqon. Nota rv Public lior oilr€i t,r)rlilir€(! infotn:ilio't (ltr)l:ily l'lalne. Crltilnti.j3ioil Fio i:iI I |,i::.rl OPTIONAL INFORMATION Description of Attached Document The certificate is attached to a document titled/for the purpose of containing pages, and dated Method of Affiant ldentification Proved to me on the basis of salisfactory evidence: O form(s; of identification O credible witness(es) Notarial event is detailed in notary journal on: Page#_ Entry#_ Notary contact: Other I Affiant(s) Thumbprint(s) [ Describe: _ SPECIAL PROVISIONS BIDDER ACKNOWLEDGEMENTS By signing below, the bidder acknowledges and confirms that this bid is based on the information contained in all contract documents, includi the notice to addendum number(s)1 3 42 1 000003890 Urban Habitat Brett Brennan trSole-proprietor N/A bidders, plans, specifications, special provisions, and (Note: You are responsible to verify the number of addenda prior to the bid opening.) The undersigned further agrees that in case of default in executing the required contract, with necessary bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his bid will become the property of the City of San Luis Obispo. Licensed in accordance with an act providing for the registration of contractors, License No. e63741 Expiration Date 713112027 The above statement is made under penalty of not containing this information "will be considered non-responsive and will be SignA[.rre qf lrd{er Brett Brennan, President (Print Name and Title of Bidder) DIR- Public Works Rgg[slr4lion No; Business Naqq (QBA). Owner/Legal Name: lndicate One: List Partnep/'Cqrpelatq Officerq tr Partnership ECorporation Name N/A Title Name N/A Title Business Address Name Title 73555 Alessandro Drive, Palm Desert, CA92260 Street AddreSS 73555 Alessandro Drive, Palm Desert, CA92260 fvlailing Address Qjty, Saate,Zip CoCq Phone Number 73555 Alessandro Drive, Palm Desert, CA 92260 Palm Desert, CA92260 760-345-1101 Fax Number 855-4694224 EmailAddress Brett@myurbanhabitat.com Date October 6,2025 SPECIAL PROVISIONS 20 Galifornia Jurat Gertificate A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Galifornia s.s. County of Riverside Subscribed and sworn to (or affirmed) before me on fhis 17th flsy of October i\lrrrili 20 25 ,by Brett Brennan and i.liiir.r ol aii(Jri.i (1I proved to me on the basis of i'l;lltr.. oi Siqnrr:r i,li satisfactory evidence to be the person(s) who appeared before me lil!jnalilre 0l l!cli,rr V J. Elida Araoon. Nota ry Public l::or o!'ilct ar:rJtiiteai irtioil-r]Jtioll (Noiaity lli:irrte. l.o[]illit$ioir l.lo. i:ic.] OPTIONAL INFORMATION Description of Attached Document The certificate is attached to a document titled/for the purpose of containing pages, and dated ffi;"$l*$:Til*, Method of Affiant ldentification Proved to me on the basis of satisfactory evidence: O form(s) of identification Q credible witness(es) Notarial event is detailed in notary journal on Page#_ Entry#_ Notary contact: Other fl Affiant(s) Thumbprint(s) [ Describe: _ 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 I Customer Name & Contact lndividual City of La Quinta Ubaldo Ayon Telephone & EmailtAd-jjZ-tOjO uayon@laquintaca.gov Project Name (Site Address): Silver Rock Park Venue ls this similar to the project being bid and include construction within a public park? Yes [! No tr This project includes: X Site development including excavation and grading X lnstallation of wet and dry underground utilities X nOn compliant concrete installation, including curb ramp and/or sidewalks Etr New building construction n Playground Equipment Installation [[ Bridge construction Describe the services provided and how this project is similar to that which is being bid: This 8-acre community park features a variety of amenities spread across an B-aire open space, specifically including: 1) Site Development including excavation and grading, 2) lnstallation of wet and dry underground utilities, 3) ADA compliant concrete installation, including curb ramps and/or sidewalks, 4) New building construction (outfoor amphitheater, an evenUrecreational building), and 6) Bridge construction of three (3) Bridges. Additional highlights include a lake and stream equpped with pumpinsystems. Other amenities conist of drinking fountains, benches, a walking path, arts pads, irrigation systems, land scaped areas, a site-built restroom, parking lots, and slope repairs with a storm drain outlet structure. Cost $6 Million. walking path, arts pads, irrigation systems, landscaped areas a site-built restroom, parking lots, and slope repairs with a storm drain outlet structure. Cost $5 Million. Was this contract for a public agency? Yes El No n ls this reference project from work completed as the prime contractor for the project? Yesfi Non Date completed: APril 1 ,2021 SPECIAL PROVISIONS 21 SPECIAL PROVISIONS Reference Number 2 Customer Name & Contact lndividual c of La Quinta CA Steve Howlett Telephone & Email 760-777-7000 Showlett@laquintaca.gov Project Name (Site Address): Silver Rock Golf Course Realiqnment ls this simihr to the project being bid and include construction within a public park? YesX Non Was this contract for a public agency? YesX Nol ls this reference project from work completed as the prime contractor for the project? YesX No! Date completed: September 2017 This project includes: X Site development including excavation and grading tr lnstallation of wet and dry underground utilities x ADA compliant concrete installation, including curb ramp and/or sidewalks n New building construction n Playground Equipment lnstallation K Bridge construction Describe the services provided and how this project is similar to that which is being bid: This 4O-acre project involded the removal of five (5) fairways, greens, shaping new bunkers, building new tee boxes and cart paths, along with rough grading and finishing. Specifically including : 1) Site Development including excavation and grading, 2) lnstallation of wet and dry underground utilities, 3) ADA compliant concrete installation, including curb ramps and/or sidewalks, and 6) Bridge construction of a large pedestrian Bridge. New contouring was installed, along with concrete pathways, irrigation systems, and turf/landscaping that was developed in accordance with stringent Arnold Palmer specfications. Cost $ 2.2 Million SPECIAL PROVISIONS 22 SPECIAL PROVISIONS Reference Number 3 Customer Name & Contact lndividual City of San Bernadino, CA Ramon Mendez Telephone & Email 909-384-5140 Ext. 3608 Mendez_ra@sbcity.org Proiect Name (Site Address): Nicholson Neighborhciod Park ls this similar to the project being bid and include construction within a public park? YesI Non This project includes: X Site development including excavation and grading ft lnstallation of wet and dry underground utilities X ADA compliant concrete installation, including curb ramp and/or sidewalks X New building construction fi Playground equipment lnstallation ! Bridge construction Describe the services provided and how this project is similar to that which is being bid: The 9.5 Acre project encompassed demolition along with 1) Site Development including excavation and grading, 2) lnstallation of wet and dry underground utilities, 3)ADA compliant concrete installation, including curb ramps and/or sidewalks, 4) New building construction (new restrooms and new restrooms/snack bar/storage building and 5) Playground equipment installation. Additional features included site furnishings, basketball surfacin g, shade structu res, electrical and lig htin g installations, planting, and irrigation systems. Cost $9 Million. Was this contract for a public agency? YesX Non ls this reference project from work completed as the prime contractor for the project? YesX No n Date completed: August 2025 Type text here SPECIAL PROVISIONS 23 SPECIAL PROVISIONS Reference Number 4 Customer Name & Contact lndividual City of Cathedral City, CA Current City Engineer Telepho Email Cathedral City 7 60-324-5226 ne& ity ofc Project Name (Site Address): Dream Homes Park Proiect702l ls this similar to the project being bid and include construction within a public park? YesX Non This project includes: X Site development including excavation and grading X lnstallation of wet and dry underground utilities X ADA compliant concrete installation, including curb ramp and/or sidewalks X New building construction fi Playground equipment lnstallation n Bridge construction Describe the services provided and how this project is simihr to that which is being bid: This 1O-Acre Project was a new Park, which won the National Association of Landscape Professionals Award of Excellence 2025 Gold Award. Project specifi cally included: 1) Site Development including excavation and grading, 2) lnstallation of wet and dry underground utilities, 3) ADA compliant concrete installation, including curb ramps and/or sidewalks, 4) New building construction (new restrooms and new restrooms/snack bar/storage building and 5) Playground equipment installation. Other Features: Perimeter CMU Wall, Fencing, Dog Park, Parking Lots / Driving lsles / Drop Off Turf Fields, Picnic Areas, Fitness Area, Play Area Plaza, Futsal Court with Fencing & Gates, Basketball Courts, Restroom Building,Shade Structures, Fabric Shade Structures, Site Furnishings, Water Quality Basins Surfacing: Concrete Parking Lots, and Walkways, Concrete Plazal Basketball Courts /Concrete Picnic Areas, DG- Rubber Surfacing, Planting: Shrubs & Trees, Landscape Berms, Rock Material: Boulders, Rubble, lrrigation, Site Lighting, and Secrrritv Svstem Cost $ 7 6 Million Was this contract for a public agency? YesX Non ls this reference project from work completed as the prime contractor for the project? YesX Non Date completed: [t/2y 22,2025 SPECIAL PROVISIONS 24 SPECIAL PROVISIONS Reference Number 5 Customer Name & Contact lndividual Citv of Santa Clarita. CA Shannon Pickett Telephone & Email 661-255-4968 sp ickett@sa nta-clarita. com Project Name (Site Address): Santa Clarita's Central Park Proiect 4019 ls this similar to the project being bid and include construction within a public park? YesX Non This project includes: X Site development including excavation and grading X lnstallation of wet and dry underground utilities X nOn compliant concrete installation, including curb ramp and/or sidewalks X New 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: Project included the following features: This '18-Acre Project Project specifically included: 1 ) Site DevelopmenTj4elddirl$excavation and g rading, 2) lnstallation of wet and dry underground utilities, 3) ADA compliant concrete installation, including curb ramps and/or sidewalks, 4) New building construction. Other features included: cmu retaining wall, roadway and parking lot, PCC curb & gutter, PCC curb ramp, relocate vehicle access gate, concrete stairs w/rails & landings, colored plaza, basketball court, storm drain & sewer improvements, potable water service improvements, Musco sports lighting for 3 soccer fields ,& basketball court, parking lot & pathway lighting, transformer & panelboards, Bio-infiltration basin, new restroom, Site amenities including: shade structure, drinking fountains, trash receptacles, benches, picnic tables, bike racks, basketball poles and hoops, tree grate, Musco pole signage, vehicular wayfinding signage, pedestrian wayfinding signage, four (4) soccer field irrigation, irrigation Mcontrollers, soil prep and weed abatement, 107 box trees, 3500 shrubs, mulch, 400k sf sod, and 3500sf hydroseed. Dog Park lmprovements-DG, Shade Structure, drinking fountain, Benches and picnic $11 Million Was this contract for a public agency? YesX Non ls this reference project from work completed as the prime contractor for the project? YesX Nou Date completed: October 2023 SPECIAL PROVISIONS 25 SPECIAL PROVISIONS I ype; iu>rt lrcrtr Reference Number 6 Customer Name & Contact lndividual City of Buena Park, CA Nader Alqam Telephone & Email i |4-SA):S6,giE nalqam@buanapark.com Project Name (Site Address): Whitaker School Park Project2S4 ls this similar to the project being bid and include construction within a public park? YesX Non This project includes: X Site development including excavation and grading X lnstallation of wet and dry underground utilities XADA compliant concrete installation, including curb ramp and/or sidewalks t New building construction X Playground equipment lnstallation ! Bridge construction Describe the services provided and how this project is similar to that which is being bid: Project won the National Association of Landscape Professionals Award of Excellence 2025 Silver Award. This 6 Acre Project specifically included: 1) Site Development including excavation and grading, 2) lnstallation of wet and dry underground utilities, 3) ADA compliant concrete installation, including curb ramps and/or sidewalks, 4) New building construction, and 5) Playground equipment installation. Other work included: Pavement, cast-in-place integral color raised seat walls, nd fencing, poured-in-place resilient Rubberized play surface, exercise trail pavement markings, Fencing with swing gates, exercise equipment, canopies,restroom, Site furnishings including; basketball complete system,benches, picnic tables, Drinking fountain, bike rack, litter receptacles, outdoor safety pole padding, soil prep & fine grading, weed abatement, automatic irrigation system and pump, 26 trees, 2K+ shrubs, turf from seed, wood mulch and signage. Cost $5 Million. Was this contract for a public agency? YesX Non ls this reference project from work completed as the prime contractor for the project? Yesfl Non Date completed: August 2024 SPECIAL PROVISIONS 26 SPECIAL PROVISIONS Reference Number/ 7 Customer Name & Contact lndividual Rancho La Quinta Country Club Brian Devall Telephone & Email 260-602-8657 Project Name (Site Address): Rancho La Quinta Country Club ls this similar to the project being bid and include construction within a public park? YesX Non This project includes: X Site development including excavation and grading X lnstallation of wet and dry underground utilities X ADA compliant concrete installation, including curb ramp andior sidewalks n New building construction n Playground equipment lnstallation tr Bridge construction Describe the seruices provided and how this project is similar to that which is being bid: Site lmprovement Project including (1) Excavation and Grading, Concrete Pathways, Structural Concrete, 6) Bridge Construction [cart/pedestrian bridge], lrrigation and Landscaping. Cost $ 500 K Was this contract for a public agency? Yesl NoX ls this reference project from work completed as the prime contractor for the project? YesX Non Date completed: December 2022 SPECIAL PROVISIONS 28 27 SPEGIAL PROVISIONS euALrFrcAroNS &Phqt1 c#es{ a Failure to fuinish 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 Nqme & Contaet lndividual 'Mr(e ^ea .+11?5Telephone & ls this similar to the project being bid and include construction within a public park? vesd No fl Was this contraqt for ii public agency?' '/'Yesf No D ls this reference project from work completed as the prime contractorfor This project ineludes: tr Site development including excavation and grading tr lnstalldtion of wet,and dry underground utilities tr ADAlcompf i?n!'concrete installation, including eurb ramp and/or sidewalks tr New building construction tr PJayground Equipment I nstallation tr/Bridge construction Describe the s€rvices provided and how this project is similar to that which is being bid: 46f41qL rsD fierPqb Yes n No{ u lE Pl vJswr I Date completed: 2Al\ SPECIAL PROVISIONS 21 IAL PROVIS Reference Number 2 4q oFF+l€ t-t g-C_ustomer Name &ual €1a5Telephone & it a Project Name'(Site Address): ls this similaf to therp;'oject'being bid and include construction within:a publjc park? vesd Notr / contract for"a Bublic agenc!? Nol Was this Ve,yA ls Jhis ref6renoe pro.iect from work completed as the prime contractor for the project? Yes tl No { ?DzoDate completed: This project includes: .: n Site development including excavation and grading D.lnStallatioh o, f Wet and dry undelground utilities n ADA compiiqnt eoncrete installation, including curb ramp and/or sidewalks tr Ner,rabuildino construction /Y J ?(ay ground Eq uipment lnstal lation MBridge construction Describethe seruices provided and how this project is similarto that which is being bid: ldsrltttt9\ &rFer€ SPECIAL PROVISTONS 22 :.'PROVISI Reference Number 3 ft*,rg'1 urtroNamSite Address): ls this similar to the project being bid and include construction within a public park? vpat' No tr Was thpcontract for a public agency? Yeyfi No tr ls this reference pt'ojectfrom work completed bs the prime contractor for the project? I yes tr Nod Date completed: This project includes: tr Site development including excavation and grading u lnstallation bf wet,and dry underground utilities tr ADA compliant:concrete jhstallation, including curb ramp Desoibe the services provided and how this project is similar to that which is being bid: r+I+rawG*roq6 artd/or tr NEW C<insti-Ubtioh nd equ!pment lnstallation construction SPECIAL PROVISIONS 44LJ S PROVISIO Reference Number 4 f*+'1u1 relePhcne & Email 651 ,z?-t, .,1?.44 I r' ame ls this similar to the projeqt being bid and include construction within a public park? yesd Noc:/ Was this "r",/ contract for a public agency? Notr ls lhis reference project from work completed as the prime contraCtot'for the project? t Yes tr f-t{ n Date completed: This project includes: tr Sitg development includi;rg excavationand grading tr lnstallation of:wet and dry underground utilities tr ADA compliant,ooncrete installation, including curb ramp and/or sidewaiks tr Ner42building construction fl fflSyground equipment lnstallation t d/griage construction Descrfbe the servi0es-provided and how this project is similar to that which is being bid: lrlsrrirlgb &toq€ SPECIAL PROVISIONS 24 SPEGIAI. PROVISIONS ?*atacaReference Number 5 ls this similar io the prqject being bid and include construction within a oublicprk?Yesf {F* Y"l'ff ""ntlT'EF"o" br i c q s e n oY? ls lhiq feferenCe projeictfiom wpt"k completed as the piime cqntraetorfoi the project? ves /Nofl Date complerca, .yO?\ Thig projecl inclgdes: : tr Site development including excavation and grading tr lnstallation of wet and dry underground utilities D ADA compljant concrete installation, including curb ramp and/or sidewalks tr Ney building construction tr P/Ay ground eq uipment I nstal lation ./ [/Bridge construction ed and how this project is similar to Ittgt u"CP S:'19'Q€- Describe the services provid thatwhich is being bid: SPECIAL PROVISIONS 2q Reference Number 6 &eaoa;1 & Contact lndividual f&\N am9 ls this similar to the project being bid and include construction within a oublic oark?'/'Yeslf No D Was thp-contract for a public agency? Y""4 No s ls this reference project coinpleted as the prime the project? ,/ Yes tr Nod from work cohhactor for Sploo Date completed: This project includes: I Site development including excavation and grading fl installation of'wet ahd dry undeiground utilities'' : tr ADA compliant con-crete'installatiott, inclu{ing curb ramp and/or sidew-alks tr NeW b'trilding construction./n Plgf ground equipment lnstallation-/04ridge construction Describe the,services provided and how this project is similar to that which is being bid: :t*Isl Be,pqF SPECIAL PROVISIONS 26 SPEGIAL PROVISIONS QUALIFICATIONS Failure to furnish complete reference information ON THIS FORM, as specified in this project's Notjce 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 $cqqc'€*|6 C'o+l- FAg , Mr(6 t'larrlCustomer Name & Contact lndividual rerePhone & Email ze1 .zitl ,+1tR Project Name (Site Address):Dz Ll QusasA glwll- ERrxrE ls this similar to the project being bid and include construction within a Notr public park? voo -i Was this contract for a public agency? ves{NoD ls thisleferenge project from work completed as the.prime contractor for NoS/ the project? Yes tr Date compteted: ZOtt This project includes: D Site development including excavation and grading D lnstallation of wet and dry underground utilities tr ADA compliant concrete installation, including curb ramp Describe the services provided and how this project is similar to that which is being bid: {rd+ttt€D 8r,rPC,F n tr and/or ridge construction ilding construction Equipment lnstallation SPECIAL PROVISIONS 21 Bid Proposal Righetti park bridges Aftention: Birch Hills Golf Course City of Brea Pacific Electic Trails City of Montclare Ramirez Canyon Malibu Matt Wilderowner City of Escondido RWEADS SC Valley Construction Boulder Contracting Company 10t22125 Past Projects References Bill Bowlus 714-990-7694 DIR Project lD 369617 Replacement truss bridge Steve Stanton 909-6299t144 replacement Roger 310493-8806 40'x 16' rollered girder Kevin Prescott 61 9-9%-8827 7 pipe bridges Li&873112 estimating dept. Boulder Contracling Company Ron Bender estimator References for Boulder's past projects 3223 Mount Whitney Rd. Escondido CA gZOZg Pglofl