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