HomeMy WebLinkAboutBid - Brough Construction, Inc.,l
BID FORMS
Ail d 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:
tsID ITEM LIST FOR RIGHETTI RANCH PARKS - COMMUNITY PARK,
SPECTFTCAT|ON NO. 2000054
BASE BID ITEMS
Item
No.SSrrr
Item
Descriotion
Unit of
Measure
Estimated
Quantitv
Item Price
(in fiqures)
Total ltem
Price
(in fiqures)
1 8,12 MOBILIZATION &
DEMOBILIZATION LS 1 I $o.ooo 75o ,60 e
2 (F)16 TEMPORARY FENCING LF 1,420 1 OO l qqa
3 13 WATER POLLUTION
CONTROL LS 1 6teo
4 8 COMPLIANCE W BUILDING
PERMITS REQUIREMENTS LS 1 /7,000
5
COMPLIANCE W/ GRADING
ORDINANCE & APCD
PERMITS
LS 1 tl6,fu0
6 5 SURVEYING &
CONSTRUCTION STAKING LS 1 {1,ooo
7 (F)17-2 CLEARING AND GRUBBING SQFT 204,500 ,70 Bl, aoo
8 (F)19 EARTHWORK - CUT CY 9,730 //'^/o7,030
e (F)19 EARTHWORK - FILL CY 9,815 ?'oo da,#f
10 19 EARTHWORK -
OVEREXCAVATION LS 1 SL/,0 dO
11 40 CONCRETE PAVING -
PEDESTRIAN SQFT 24,550 '1- 6 AVn
12 4o CONCRETE PAVING
VEHICULAR SQFT 15,820 LS J tS.Soo
SPECIAL PROVISIONS
Addendum #4 - 1
SPECIAL PROVISIONS
Item
No.SSnr
Item
Description
Unit of
Measure
Estimated
Quantitv
Item Price
(in fioures)
Total ltem
Price
(in fiqures)
13 73 STAMPED CONCRETE
PAVING SQFT 60 lo0 6ro6o
14 32
1413
PERMEABLE PAVERS -
VEHICULAR SQFT 4,750 3Z \ S?noa o
15 39 ASPHALT PAVING -
VEHICULAR SQFT 11,000 l?-.oo t34Oao
16 73 CONCRETE STAIRS SQFT 190 tzs Z 5,7So
17 73 CONCRETE CURB RAMPS EA 4 2Boo ll,Zoo
1B 73 CONCRETE CURB RAMPS AT
PLAYGROUND EA 2 S,roo t l.oos
19 73 DEEPENED CURB _ B" AT
PAVERS LF 810 \30 I o.L3oo
20 73 DEEPENED CURB _ 12" W LF 315 t60 So,4oo
21 73 MOW CURB 12'AND 14'LF 765 7(SJ,ogo
22 73 coNcRETE CURB - 6" (CITY
STD)LF 320 8S ?7 tzoo
23 73 CONCRETE CURB & GUTTER
(CITY STD)LF 400 q3 37,2o o
24 73 CONCRETE CURB & GUTTER
(ROLLED)LF 126 16 0 \?.r 60 o
25 73 CONCRETE CROSS GUTTER LF 70 GS 4,S.So
26 73 1B" CONCRETE CHANNEL LF 20 360 6rooo
27 73 SITE WALL _ CLASS 1
PATHWAY LF 700 Lz)l5?,566
28 51
SEAT WALL _ 8" NO
RETAINING LF 13 3so al,Ss o
29 51 SEAT WALL _ 8" RETAINING LF 68 elOo 21,20 o
30 51 SEAT WALL AT PICNIC
SHADE STRUCTURE LF 36 Lr z,l\3oo
31 51 CHEEK WALL LF 220 Z7s SQ.4oo
32 51 PLAY WALL - A LF 95 ?30 3 l.3so
33 51 PLAY WALL - B LF 90 tqt l]..ss c
34 51 PLAY WALL - C LF 50 ?- 65 lj.ZSo
35 5'1 PLAY WALL - D LF 45 ?,+S \?r375
36 51 PLAY WALL - E LF 30 330 9,4o o
37 51 PLAY WALL - F LF 60 6qt {1,?oo
3B 51 PLAY WALL - G LF 45 29,a a \26.oco
39 51 PLAY WALL - H LF 60 l?s tO,Se6
40 51 PLAY WALL - I LF 66 l.oo o 6G,oao
41 51 PLAY WALL - J LF 20 l.qoo GQ.oo o
42 51 PLAY WALL - K LF 66 I ooo 6e ,oo o
SPECIAL PROVISIONS
Addendum #4 - 2
SPECIAL PROVISIONS
Item
No.SSrl
Item
Description
Unit of
Measure
Estimated
Quantitv
Item Price
(in fioures)
Total ltem
Price
(in fiqures)
43 51 PLAY WALL - L LF 42 6So 27Jco
44 51 CMU WALL LF 50 4oo Zoroo o
45"32-
3300 SKATE DETERRANTS EA 50 lro'""1, foo
46 32
31 18 FENCE _ WOOD RAIL FENCE LF 440 G t'oo zg.6E
47 32
31 '18
FENCE - WOOD GUARDRAIL
W/MESH LF 1075 7 S'o"Bo, Gzs
48 32
31 19
FENCE - METAL PICKET
GUARDRAIL LF 150 3so 5/,So o
49 32
4440
FENCE _12FT SPORTS
FIELD WELDED WIRE LF 640 Llo'oo l3'l,"loo
50 05
5000 FENCE - METAL WALL RAILS LF 65 qs0 74,25o
51(F)05
5213 HANDRAILS AT RAMP LF 225 7.Zs So.A?J
52(F)05
5213 HANDRAILS AT STAIRS LF 60 {lo 2],0 c o
53(s)Varies SOUTH RESTROOM LS 1 l,l3o,ooo
54
(s)
13
3000
SHADE STRUCTURE AT
PICNIC AREA LS 1 Llotoda
55
(s)
13
3000
SHADE STRUCTURE AT
PLAY AREA LS 1 tzgtoOO
56(s)
o4
2000,
05
5000
TRASH ENCLOSURE LS I llJ,oco
57(s)11-
681 3 PLAYGROUND EQUIPMENT LS 1 l,9u,ooo
58
32
1 816.1
3
POURED IN PLACE RUBBER SQFT 9,250 3Z 2Q6,ooo
59
32
1816.1
e
ENGINEERED WOOD FIBER SQFT 4,375 q 3e3+S
60 73 PARK ENTRY MONUMENT
SIGN LS 1 zl t 0OO
61 32
3300
SITEFURNISHING_6FT
PICNIC TABLE EA 7 S,6oo ?1,?,oo
62 32
3300
SITEFURNISHING_6FT
PICNIC TABLE (ADA)EA 1 S,1oo €,7 oo
63 32
3300
SITE FURNISHING _4FT
ROUND TABLE EA 2 '1, roo lrooo
64 JZ
3300
SITE FURNISHING - BACKED
BENCH EA 3 '/,00o l?ooo
65 32
3300
SITE FURNISHING -
SCULPTURAL BENCHES LS 1 18 ,ooo
66 32
3300
SITE FURNISHING - TRASH
RECEPTACLE EA 10 f, doo fo,ooo
67
at
3300 SITE FURNISHING - BBQ EA 2 z, 100 I too
6B
4,,)
3300
SITE FURNISHING _ BIKE
RACKS EA 1 4oo'uo 100
69 32
3300
SITE FURNISHING -
DRINKING FOUNTAIN EA 1 7, ooo 7, Ooo
SPECIAL PROVISIONS
Addendum #4 - 3
SPECIAL PROVISIONS
Item
No.SSrl
Item
Description
Unit of
Measure
Estimated
Quantitv
Item Price
(in fiqures)
Total ltem
Price
(in fiqures)
70 32-
3300 REMOVABLE BOLLARDS EA 4 3,0oo lz/ooo
71
2a
1713 WHEEL STOPS EA 4 LL{.4 lcto
72
1 000 DOMESTIC WATER LINE LF 340 {o'o"/3,6oe
73 32-
1000
FIRE WATER SERVICE &
METER LS 1 lt,ooo
74 32-
1000 FIRE WATER BACKFLOW EA 1 /3r{ao'-l9 soo
75 32-
1000 FIRE WATER LATERAL LF 195 7S'oo I l, 6zf
76 64 6" HDPE STORM DRAIN PIPE LF 455 67'""30 ?e{
77 64 8" HDPE STORM DRAIN PIPE LF 1250 1l'"il3 Tfcs
78 Not Used
79 62 24" X24" CONCRETE SD
CATCH BASIN EA 3 7,,/oo'""lZ,soe
80 62 36'X 36" CONCRETE SD
CATCH BASIN EA 3 6, / oo'"o 18w
81 32-
3000 SEWER CLEANOUTS EA 4 ?, foo'/4 )ao
82 62 CONNECT TO EXISTING
STORM DRAIN MANHOLE EA 1 zt foo-z. {ao
83 62 SLIM CHANNEL DRAIN LF 1 1 5 l6o tSQ oo
B4 64-2 SIDEWALK UNDERDRAIN -
3"X5" ALHAMBRA LF 5 loco 51600
B5 64 ATRIUM GRATE EA 28 I 6o 'oo q. /60'
86 32-
3000 SEWER LATERALS LF 475 ?o'oa /2,7{o
87 64 STORM DRAIN CLEANOUTS EA 4 7, Baa'*tlt?oa
8B 32-
3000
COAT EXISTING SEWER
MANHOLES EA 2 1,/&'oo //, aoo
B9 20 EARTHEN SWALE LF 730 30'oo zl,?&
90
(Ft 64 EIOTREAMENT SOIL MEDIA CF 7,800 /.o"3 lrzdo
91
F)25 *!a.2 sToNE (BIO
RETENTION BAS'A'S)CF 7,800 /0'ou 78,0@
92 25 ENERGY DISSIPATOR
STONE CY 6 ?oo '"t/,7.o0
93 84.FAVEMENT STRIPING LF 760 lz'oo 9,tzo
94 84 PAVEMENT MARKINGS SQFT 1 300 lz'"o I f.600
95 84 CURB PAINT LS 1 l, oo oP l,oo0
96 82 SIGNAGE & POSTS EA I {?5'd LZt;
97 B6
ELECTRICAL - POLE LIGHT
FIXTURES EA 38 9,40 0 351 ,7.o0
98 86 ELECTRICAL _ BOLLARD
l.-IGHT FIXTURES EA 3 3,o o0 Q, ooo
SPECIAL PROVISIONS
Addendum #4 - 4
SPECIAL PROVISIONS
Item
No.SSrl
Item
Description
Unit of
Measure
Estimated
Quantity
Item Price
(in fiqures)
Total ltem
Price
(in fioures)
99 B6
ELECTRICAL - MISC
FIXTURES EA 3 4roo 2,troo
100 B6 ELECTRICAL SWITCH BOARD EA 1 JS.ooo Jl oc"
101 86 ELECTRICAL LS 1 \;o.ooo {f 0, ooo
1A2 B6 PG&E COORDINATION LS 1 (0.ooo lo.ooo
103 20-2 iRRIGATION LS 1 t/3s,w
104 20-3 PI-ANTING - SHRUB 15 GAL EA 65 /b0'oo /0, ?&
105 20-3 PI-ANTING-SHRUB SGAL EA 582 l6'^ZLn o
106 28-3 PLANTruG-SHRUBl GAL EA 747 30'oo 28,30C
107 20-3 {'I.ANTING - 4'POTS EA 256 z3'oo g, go8
108
I2o-3 IPLANTING-PLUGS EA 2570 g.ou lz,gso
109 2A-3 PLANTING - GRASS SOD SQFT 76,625 1.so //f, gst'so
110 20-3 PLANTING - HYDROSEED SQFT 8,300 .30 z,qqo
111 20-3 TREES - 48" BOX EA 3 2,6oo'*'7.800
112 20-3 TREES _ 36" BOX EA 6 /,loo'"b,6rc
113 20-3 TREES -24" BOX EA 46 9To'd 2t 3od
114 20-3 ?-R€ES - 15 GAL EA 15 Z/o'oo 3.tfo
115
(F)2A-5 3'MULCH SQFT 36,750 ,80 71,'/OO
116
I
2.0-5 I I-ANDSCAPE BOULDER
I
EA 17 lr1 oo'o'zgloo
117 20 LANDSCAPE MAINTENANCE/
PLANT ESTABLISHMENT
EA
MONTH 12 6, foo'n 7 8, aoo
118 20 P,ARK MAINTENANCE
SF-RVICES
EA
MONTH 12 6, {oo'"7 8, dcto
Bid Total (or Base Bid)$ I o.je?, .ratt _$3o
BrD ALTERNATE #1 (PTCKLEBALL AREA)
1-1 8,12 i\4OBILIZATION &
DEMOBILIZATION LS 1 IiZ.'ooo lJ?,.ore
1-2
(F)16 TEMPORARY FENCING LF 630 7
.uo t/, "/lo
1-3 13 WATER POLLUTION
CONTROL LS 1 1,{00
1-4 8
COIViPLIANCE WITH
BUiI-DING PERMIT
RFQt-JIREMENTS
LS 1 1,000
1-5 8
COMPLIANCE W GRADING
ORDINANCE & APCD
PFRMITS
LS 1 '7-1, ooo
1-6
..:URVEYING &
CCNSTRUCTION STAKINGll LS 1 zo,7oo
SPECIAL PROVISIONS
Addendum #4 - 5
SPECIAL PROVISIONS
Item
No.SSrl
Item
Description
Unit of
Measure
Estimated
Quantitv
Item Price
(in fiqures)
Total ltem
Price
(in fiqures)
1-7
(F)17-2 CLEARING AND GRUBBING SQFT 24,500 .zo /,ro
1-B
(F)19 EARTHWORK - CUT CY 1,800 / B.oo 32, /oo
1-9
(F)i9 EARTHWORK - FILL CY 1 ,190 23''o 21,3 7o
1-10 19 IARTHWORK -
OVEREXCAVATION LS 1 72, O00
1-11 40 CONCRETE PAVING -
PEDESTRIAN SQFT 3000
'L
Q610oo
1-12
(s)40 i CONCRETE POST TENSION
i counrSLABS SQFT 14850 Lo %QJ,ooo
1-13 32 1 SPORTS COURT SURFACING
1820 i & STRtPtNG LS 1 6Z.ooo 6?r,ooo
1-14 11
6833 PICKLEBALL NET EA 8 t sOo ?9.o60
1-15 /-1
I
i coi{cRETE STATRS SQFT 60 105 ?,],Qco
1-16 73 DEEPENED CURB _ 12" W LF 140 t7)?4'5fo
1-17 fi,.i IOURT WALL - A LF 200 35o 70\ 06 0
1-18 JI COURT WALL - B LF 105 6GJ 6q,825
1-19 51 i couRT WALL - C LF 60 750 4Jrdoo
1-20 E. t,COURT WALL - D LF 105 Ggo 7 t,qoc
1-21
..,
.SK'\TE DETERRANTS3300 EA 25 l5o'oo 3,7{o
1-22*JI
3300
FRE-FABRICATED
I]I-EACHERS EA 2 ll,gcxt'*78,60o
1-23 3300
SITE FURNISHING FURN _
-l-i'?A.sH EA 2 €,{oo'e lL?ao
1-24
'12 SITE FURNISHING _
DRiNKING FOUNTAINJJ,U(J EA 1 '7,000 a.l 7,0&
1-25 3:? i iENCING & GATES - COURT
3','i3 : l-'f,RtMETER 10 FT LF 740 3rr'"'77|,too
1-26 32 i i:Lil\CING & GATES -3'ii3 iii{-t"ERloR4FT LF 370 qs'oo 3f, tSo
1-27 i)2 i L'ENCE - WOOD GUARDRAIL
3 i1s I VUtvtf SH LF 175 7 t'""lj, ES
1-28 firt S-TORM DRAIN CLEANOUT EA 3 3.croo 1,Ooo
1-2e i
I
6tj.IJ, JDPE STORM DRAIN PIPE LF 100 (r8'""G, 8oo
1-30 64-2 ::;! .lltl CHANNEL DRAIN LF 230 /(00'ou %,806
1-31 .tz-
3000 Si:WER LATERALS LF 150 6z'.oo 1,3..c,0
1-32 3000 *qiiWER CLEANOUTS EA 1 Zroo'e ztoo
1 -33 B2 i $IGNAGE & POSTS EA I 175'ao "/.2 7{
1-34
(F)
05
7300 FIANDRAILS AT STEPS LF 4 'l-2oo $,Sao
SPECIAL PROVISIONS
Addendum #4 - 6
SPECIAL PROVISIONS
Item
No.SSro
Item
Description
Unit of
Measure
Estimated
Quantity
Item Price
(in fiqures)
Total ltem
Price
(in fiqures)
1-35 86 tr!-ECTRICAL - SPORTS
I-IGF.IT FIXTURES EA 20 $ooa t6o,ooo
1-36 B6 ELECTRICAL _ BOLLARD
LIGHT FIXTURES EA 5 30oo l51d o o
1-37 86 ELECTRICAL LS 1 44Poo Q4, oos
1-38 20-2 !i:IFIiGATION LS 1 ?zaaa
1-39 2C-1
$OII- PREPARATION -
iAI\DSCAPE AREAS SQFT 4,750 0o 3,000
1-40 20-3 F.'I-ANTING _ SHRUB 5 GAL EA 64 16'oo z"t4l
1-41 20-3 i;ILT\NTING - SHRUB 1 GAL EA 46 0e od 5,qs6
1-42 20-3 Tr-tLES -24" BOX EA 1 6oo'*e,e
1-43
(F)2A-3 3" IV]ULCH SQFT 4,750 .6b 3,0oo
1-44.?a LANDSCAPE MAINTENANCE/
i:'L;ril.lT ESTABLISHMENT LS 1 3, co oo
1-45 20 I PA.F.K MATNTENANCE
I $LIRVICES LS 1 7c'oO
Alternate #1 - Bid Total $ l .l gT 9or.oo
BID ALTERNATE #2 (UPPER LEFT QUADRANT)
2-1 B,12 ,\4OBiLIZATION &
;-l;:MOBILIZATION
4A -iI-[,{PORARY FENCING
LS 1 ll,1S,6oo ? 4S.oo o
2-2
(F)LF 1 050 1'ao 7,35o
2-3 13 STORM WATER POLLUTION
r,:ONTROL LS 1 ,1,000
2-4
I i-;oivipLlnNCE wtTHI i -.;i-rii-niNG PERMIT
j I^-.LQUIR.EMENTS
LS 1 1,oo o
2-5
COI\IPLIANCE Wi GRADING
.IiDINANCE & APCD
ilEii.[/iTS
2-6 E SJUR.VEYING &
CO|JSTRUCTION STAKING
LS 1 71, a0Q
LS 1 3€,{u
2-7
(F)17-2 .JLEA.RI NG AND GRUBBING
19 :AF]TIIWORK - CUT
SQFT 73,300 ,'?tO l/,(co
2-B
(F)CY 5,040 jo'oo lS/,ZAo
2-9
(F)
rtftJ/r:AT{TFlWORK. FILL CY 3,725 /7'."u // zoo
2-10 19 |-ARTHWORK -
OVHREXCAVATION LS 1 /2, aao
2-11 40 LIONCRETE PAVING -
i]EDF,.STRIAN SQFT 14,660 27 3QS,8z o
z-1 2 4A C;OI\JCRETE PAVING
VEHiCULAR SQFT 410 3$lS,S$o
2-13 32
1413
PERiViEABLE PAVERS -
\,/EHiCULAR SQFT 5,740 to l17,Loo
SPECIAL PROVISIONS
Addendum #4 - 7
SPECIAL PROVISIONS
Item
No.SSrl
Item
Description
Unit of
Measure
Estimated
Quantitv
Item Price
(in fiqures)
Total ltem
Price
(in fiqures)
2-14 39 ASPHALT PAVING -
VEHiCULAR SOFT 12,500 1z'od tsaM0
2-15 05
8000
PREFABRICATED BRIDGE #1
8. CONCRETE ABUTMENTS LS 1 E$0. ooo 5 to.ooo
2-16 Varie
J
BOCCE COURT LS 1 \oroo o l.lO\ooO
2-17
(s)40 CONCRETE POST TENSTION
COUR-I SLABS SQFT 8,400 'l,o l6B,ooo
2-18
1 820
SPCIRTS COURT SURFACING
& STRIPTNG LS 1 3q oao
2-19 'i1
6833 BASKETBALL HOOPS EA 2 "l.5o6 t(.oqs
2-20 | :1^: OOJJ FU'ISOL GOALiHOOPS EA 2 l?.S o a ?S.,oo o
2-21 73 COhICI{ETE STAIRS SQFT 140 l'to lQ,f, oo
2-22 -7e COFICRETE CURB RAMPS EA 5 J,ooo (.5,oo o
2-23 i,i i DEEPENED CURB-B"AT
I pp.vn,ns LF 710 lZo $5.Zoo
2-24 73 DEFPENED CURB _ 12" W
cor.,rcRETE cuRB - 6'(crTY
sr})
LF 1120 l5'o 16 t1 oo.
2-2 5 7:"LF 460 ?;3 {qzo
z-/-r): a!.
r CO|.ICRETE CURB & GUTTER
i (ST.O.hIDARD)LF 225 88 141$ooe
2-27 I, 7,J I CIi\,:RETE CROSS GUTTERil LF 130 f,o 6.soo
z-2.ou r:.i $l-il: WALL. - B" (NO
f?.F,i-i:NTION)LF 6.5 3Jo 'I.r?7)
2-2.5 " 5'l si.r"E WALL - B" (RETATNTNG)
a ln r:,,'1.-JW I \- '
i
I {ir]-E WALL - 12" (NO
i I-{[T::I\TION)
LF 420 5so ? 3l,ooo
LF 245 4to I t?.60o
ae44,--t l l!'r i SilE WALL - 12" (RETAINING)
'
LF 210 63o \3 2,300
2-32 li'i i ,'jrijAl'WALL (NO RETENTION)LF 60 3to 2l.Ooo
2-33 5i si:l{f w/\LL (RETAINING)
2-34.ER Frp,c E l)S EATWAL L
z-53 fll\ilu WALL
2-36*I :;I<NTT DETERRANTS3300
LF 100 l1'2.5 {2,5o0
LF 1 lQ.ooo I $. ooc
LF 190 4 qs 94.oso
EA 75 lfo'oo l/, zr0
z-J 7 :)2 i S;;l-E FUI-tt{lSHlNG-6 FT
33c0 i FlilNiC TABLE EA 3 {,soo'*/Q,{re
o acr2,-JO 12 I SITE FURNISHING-6FT
J JLJU ,,I3NiC ADA TABLE
2-:i9
'-;2 : IiTi FURNISHING _
a:.,1 FIACKLESS BENCH
2-tiC)SI'I[ FURNIISHING - TRASH3J00
EA 1 5,7 od*f ,7cso
EA 1 Z, too'"2, QoO
EA 4 ,{&'-7z,OOA
IiITi: rURhIISHING - BIKE
l:] i\ r\ l.'c.L-t". 1 3.r0,1 EA 1 Q fo'*?fl'*
SPECIAL PROVISIONS
Addendum #4 - I
SPECIAL PROVISIONS
Item
No.SSrrr
Item
Description
Unit of
Measure
Estimated
Quantitv
Item Price
(in fioures)
Total ltem
Price
(in fisures)
2-42
,)o
C i IJ
FENCE _ COURT PERIMETER
1O FT LF 230 22 s'"'g,zf,o
2-43 32
3'i 1B
FEI\ICE _ WOOD GUARDRAIL
W/MESH LF 625 7 t'*76 a7f,
2-44 32
A, tO
FENCE - METAL PICKET
GIJARDRAIL
IJAI'.IDRAIL AT RAMP
LF 280 3oS $s14oo
l-L,C
(F)
05
7aJO0
LF 270 'L 4o 64, 8oo
2-t.6
(F)
05
7iJ00 I'I,\I.JDRAIL AT STAIRS LF 55 316 l?,ofo
rna
z-L' t I sooo VEHICULAR GATE EA 1 l,ooo'"7. ooo
2.-.3
(s)Vari ES \IOR"i':-i RESTROOM LS 1 97o, a oo
2-49
(s)3000
SI"'IADE STRUCTURE AT
BOCCE COURTS LS 1 loE aoo
2-50 62 1B"x18" CONCRETE SD
CATCH BASIN EA 14 2, ddo'o 37, ZCO
2-51 6l 36'')(36" CCNCRETE SD
CATCH BASIN
2 -52 64 .4-itltut't GRATE
4 re 64.6'' I.:DPE SIORM DRAIN PIPE
2-5+64 g" ;jt-rPE STORM DRAIN PIPE
EA 1 e , ooo''"6, ocso
EA 35 / (o'"{,600
LF 2,150 Co'^lLl,ooa
LF 15 J5'o'l,t7(
2-55 6?_Sr-llvl CHAIINEL DRAIN LF 26 / 60''u 4, t6o
.i2,,TRENCH DRAIN
a E--/JJ 8" l-illPE SI:WER MAIN3000
acoL-ta 33 Si:\ /ER MANHOLES3000
2-59 Jt-f;0Ar i:XISTING SEWER
lvlAi'Ji-i(]l.FS30c0
LF 12 32s 3,ao o
LF 195 l?->?4'3t s
EA 2 /f,a o o@ 34doo
EA 2 7,to o'n /faoO
2-60 :.i3
r 3000 iJEVVER L.ATERALS LF 50 8o'*fl qc,o
2-61 .r.)
3000 l:;!,:Wi:Fi CLEANOUTS EA 1 7,T1ro'n 290
2-62.l\)T,\I]. iFiEI\I SWALE LF 135 3 r'*1,lCI{
2-S3
(t:'t 20-'!i:iiCIV I{EATMENT SOIL MEDIA
i,:c.2 sTfdf/E (Blo-
,l:i: !"}:!{T\CIt\d 8Asr rs)
CF 3900 t,oo /7,roo
-.1,z-uLl
ft:l
'..),i CF 3900 /z''o /6,800
2-65 t:.f'.i F RGY D ! SSI PATOR
s"l-{-rNF
2-66
i
8z!l-:, -',\/:ivt Ii\J STRI PING
4,:_B4 l-', \ V';:. lvi Ei\1" MARKI NGS
(-.i.lit;:i Pl\!i.iT
CY 3 1oo L, 100
LF 800 17.'o"Q,6o0
SQFT 570 l7'o'C8ru
LS 1 3oo
EA 3 ?7f 'no /,/zf
EA I I 01 ooo $0. ooo
2-68
2-69)l;lGi{hGE & POSTS
'::-tuO /RIGA L - POLE LIGHT
""/!:?"ir'f
:,ig.S
z-;a ' iifr
SPECIAL PROVISIONS
Addendum #4 - I
SPECIAL PROVISIONS
Itenr
No.SStrl
Item
Description
Unit of
Measure
Estimated
Quantitv
Item Price
(in fioures)
Total ltem
Price
(in fiqures)
2-71 - r-'OU
F.i E,CTRICAL - SPORTS
LIGHT FIXTURES EA B $.600 6S.9oo
2-72 Eb I i:I-FCTR/CA L - BOLLARD
i L.i'3}.1T FIXTURES EA 2 B.too lJ'6o o
2-,73 t.: t hi{E#TRffiA[- - MISC
FJ-YT{/}?FS
2-72).Jii EI CTRICAL SWITCHBOARD
EA 2 l.oog Z.ooo
EA 1 feer Vfi4llrbP*
a'/r (1ll4-, tr r rr_1 r.i_i::cTiRlc,\L
2-76 r Bb i-]G&I COCRDINATION
W,j[:,-L- S'iOPS
; 'i+2-78 i zooo,-i ii,tiSi i Ii'iCLOSURE(s).lJ
5000
i._-'o i'lE iii;?l(-)ATl()N
2-ta ::t] i ,D;--4fVTfliG *SHRUB 15 GAL
LS 1 tg6{66pt"o tf[4pr'
LS 1 3 o. oc'O 39. ooo
EA 12 z/o'o o Z, BBO
LS 1 [?5. ooo lZ5, ooo
LS 1 7{, oeo
EA 23 / fo-'"3,lfo
4 )4 rt;t
L-L t , ;!/'i :3!_,4:lTtht,:) *. SHRUB 5 GAL EA 370 t/t "*/c,6rc
'P!_.14flT!h!G .- SHRUB 1 GAL EA 624 12 ''"764
j)/_ lt,f iliAl{.t ..- 4" POTS EA 280 .O,O c./0
t rl,{ d,.iriTd&/fi - PLUGS EA 1128 I ,OO 6 40
i):0 .iP.E r.c 24 BOX EA 38 Zl BA
2-f15 ll : ','t-.lf L: - 3e" BOX EA 6 ("(,oc;
?-t:1 i 't0 i 1. F?l:':L -- 'i5 GAL EA 15 /o 'ao /to
2-td
^rt l {r rr n I r..1 l\/,i- L-L,i-l SQFT 23,600 ,00 /8 0Bo
2.-:t'!l:tJ I-ARGil LANDSCAPE
LirJUi.DEil'EA 5 /,7 oo {&
)-(tt\ i .rl i
i ,,\ i,i!- (r,a A )l:!-r- t !lrUUr\l L
FlA.i f!TEf\lAl{CE/PLANT
|:STABLISiiMENT
EA
MONTH 12 /,0oo / Zraoo
2-91 'tA i]AR.iI" MAINTENANCE
t\ _ r!\ /!^,_ . \
L) -:!"! v l -,1- i:)
EA
MONTH 12 /, ooo / 4aoo
Alternate #2 - Bid Total S.3eo.zqo.eo
!3rD ALTERNATE #3 (B|KE PUMP TRACK AREA)
3-i 8,'i2 lvl0i:JiLiZA-flON &
Di:lvi?i3lL.l7ATlON LS 1 Ijo,ooe \Jo, o6 o
3-?.. c]U
-l-ciliPORARY BRIDGE FOR
,1 i .n ;:: c' c.r',1, !,1-$O
LS 1 50,oo6
3-3
/tr\LF 900 1,oo 6soo
J6,oo6
lJa,ooo
:c i !::iVPOR,l;i. f FENCING
SPECIAL PROVISIONS
Addendum #4 - 10
SPECIAL PROVISIONS
Item
No.SSirr
Item
Description
Unit of
Measure
Estimated
Quantity
Item Price
(in fisures)
Total ltem
Price
(in fioures)
3-4 i3 STORIV WATER POLLUTION
CONTROL LS 1 /Zreo
?._6 o
COIVPLIANCE WITH
BUILDING PERMIT
REQUIREMENTS
J-r)
COh4PLIAI{CE Wi GRADING
C|:TDiNAI{CE & APCD
PERl\IiTS
ary i r-:,UR'VE:YiltiG &
ijCi,JS'l RUCTION STAKING
3-8 4 /-')C l-!.:,r.Rl r.* G AN D GRUBBI NG
a.',
i::,li;.:,.1 i-iVrlO RK - CUT
LS 1 /,zoo
LS 1 /, zoo
LS 1 H,ooo
SQFT 40,000 ,70 S.aaa
LS 1 ft.,&o
3-1 J
(F)
'i:):,a.1:lT:-jwcRK _ FILL LS 1 ZZ, ooo
3-11 l::l\,{-i'-1\,voR.K -
O\/EREXCAVATION LS I //, oao
3-12 zi0 i:e :JiillTE PAVING -
FEDTS.tTRiA\]
3-1 3 05 i]P.IF A.SR.iCATED BRI DGE #2
& COi.'!CilE TE ABUTMENTS
3-14 ii 'i SEA,I WAL-I- - RETAINING
3-1 5*
'-.).rii.'!,i ii: I E'iERRANTS.ll rc
3-1 6 JZ
3.JC0
S;i-i' i: i: URi(iSHlNG -
i:;l\t)i(t ESS BENCH
3-17 32 Sil"i: i:Ui?l'iiSHlNG - TRASH
i:i:.JE TACLE3:lLr0
SQFT 1,090 3q 3?.oGs
LS 1 34o,ooo J4oro6.
LF 35 t{ qs l5,S+5
EA 15 lf o'"o L,LfO
EA 4 2.,?cto'o"/0.du
EA 2 5;5Ztooo // o@
3-1 8 .l;2
._- ic i:i.;'J(.;;-: - V,IOOD RAIL FENCE
3-1 I :i.i.rT. i .. !,VOOD GUARDRAIL
Viri ill.SFi
3-20 til
LF 300 ls,odv@ /3,fu0
LF 330 7t'o o z4 7fo
EA 12 3 eoo 3G 'eso
EA 3 7lf ou /, lZT
LS 1 i 2o.o <o ?fo, o.,
LS 1 t8c. ooo l? €,.soo
EA 5 1 -tr Bo q+ \ooe
LS 1 Io r0o 0 So, ooo
LS 1 3t too
EA 1 z.too'*2' too
EA 1 Zlct'oo zlo
EA 12 / so''"/rNao
EA 29 /o'oo /,t6o
(;i i i itti r{ [\' I;l:i"AlN
3-21
Ii:;L i i:jir.iir/rilE 1r, POSTS
I
3-22 :.1,:..t: irUlVi r: TRACKS
J-ZJ
3-24
')t
,: i:.'
:"1 ' l-' r( i ::'l'iii-i-S TRACK
I !:I ICJTI{.ICAL POLE LIGHT
Fll',.;-t..i!r,IS
3-25
eaa
:..-L-Lr I I rturll
z, t.z iiqi.t:tjATIC)i\l
i)?; i::-..r,i..: I tlri.: .TREES 48'BOX
)-3 ' i:;, ."r,i,it:i,u I-REES - 15 GAL
3-29 2,)-3 i Fl4\.NtTil\:G SHRUB - 15 GAL
3-30 L )-.);:,1.,::.1i1-i ; irJG SHRUB _ 5 GAL
SPECIAL PROVISIONS
Addendum #4 - 11
SPECIAL PROVISIONS
Total ltem
Price
(in fiqures)
Unit of
Measure
Estimated
Quantitv
Item Price
(in fiqures)
Item
No.
Item
Description
EA 107 ?-o'n 7, ///63-31
o1.1L\ J' .)i:TL./.\.i'JTiNG SF.IRUB - 1 GAL
.7d 2,sLf3-32 2C.:)I]L,AN]-I NG HYDROSEED SQFT 7,750
/,^doSQFT5,000 , fl0
&.ruEA5/,70 o"!. Af\ I-lSCA.PE BOULDERS
Lt)-JJ"JC
3-34 :iil
4ri r.'t rr nt I.l lvr L.l L'-, a1
6fo'7/
^Ad
EA
MONTH 12: L/..itiDSCAPE MAINTENANCE/
j P:,i.r,l- ISTABLISHMENT
.> 1E '/a\
lQo,aocLS14-1 ; B. '12
qq3 7,9J.ooAlternate #3 - Bid Total $l
llo-oo o
nTD,ALTERNATE #4 (UPPER RIGHT QUADRANT)
tui 0l:l ; LiZl'.-l-lChl &
rJtMr(:BiLiZATION
5o,oooLS1
'i i:i\.,!fr,3R/'.kY BRIDGE FOR
ACCESS
': 54-2
1,030LF1,090
.o27
l{aooLS1
/,?ooLS1
,: i-ii{lVi WA I-trR POLLUTION
CJiviPLiANCE WITH
i-:i;r, li,)iG PtrRMlT
fi[QUllli:n',l5NTS
it,4-3
4-.4.
4-S "r
-i'[:l'/i PORIlitY FENCI NG
'_ -t, i af_,r_.!,._., -.tti, , i'i,l_ ll-
t/ aaoLS1
Stoa)LS 1
1l,1GoCY4,180 a?)ou
ll'oo T',l,s3OCY2,230
,O 1WALS1
CC!i!.4 Pi-lAr\icF Wi GRADING
Ll i:i ii { ;\.\1.,r CE & APCD
irl.r:ft4l iii
riiil::V['/iNG &
CCi'IS-I IiUCTION STAKI NG
li i ;.r],, t-rr-;'rry3RK - FILL
4.10
/','-rt :J
J
[,4.f-t-il-i\\'oRli - cuT
/:.- |
4-)
a.-q,
i::P,l-aili\'VORK -
r-i'v L: li. Fil CAVA,TI O N
\35.6oo5,000 a+SQFT
71'o"1Z1,ksoSQFT4,400
77,zrcSQFT8,100 /z'oo
[.06o',ooo l roco.oooLS1
tJo,goo13,200 tqSQFT
5/,oooLS1
3,60o2/,fu)''uEA
tLrt6o160SQFT76
4,o6 oclloo oEA14--"',J '. I
/r-i6
/i,
1.", i
i ' a\.)
t -. a)
ILS \\E.?S6LF950
' 3L-..,,j i irf "t:.,!::ABL ir PAVERS -
i:':'Ll:- :::A.B iLi lAl-ED BRI DG E #3
[t i ;, _,i\j,]li.i:'i E ABUTMENTS
ii;ir,,;itr l"[ POST TENSION
I.ii. ) I j ii',- -q.li.BS
,-.;,*)i t.;i ir:"i-i: cuRB RAMPS
r;:':..'i-:l\,:::] CURB - B" W
f,i,l, ..r.,{i:-,',: S-TAI RS
/t '-) r-r
VI GN
.:.i-.)f.li-S C0URTS &
I'r.i. i'.:!r,r i \:! hli:ll
4-'i1
4-i2
4-15
.tt-l-i.l.i:r :NG
C''' ili.lFl-ii F'AVING -
rr;,1';!,, gf p. j.n.\
4-'t3 i
4-'i4
i
t.;
8t:10
SPECIAL PROVISIONS
Addendum #4 - 12
SPECIAL PROVISIONS
Itein
No.
Item
Description
Unit of
Measure
Estimated
Quantitv
Item Price
(in fisures)
Total ltem
Price
(in fiqures)
4-21 LF B5 1",14,$ls
4-22 "!')C;Oi.lCilETF: CURB - 6" (CITY
sTi))
I c;oitcnrrE CURB & GUTTER4-23 .:j s i-AiiDAtiD
4.-2)zL', I I'i r"t:- i/r,/rr.l.-l- *-'12'(RETAINING)
LF 190 q6 l?.loo
LF 210 los zl.66a
LF 100 6so G5.soo
4-2.5 i i c;-rut.tt w/'.LL LF 12 3ts 3 .?3"
4-26 5'1 i C)|J.Jil-i VV/\LL - A LF 120 3+s {5.oo o
LF 110 650 )l.Ioo
LF 120 650 ]gro0d
LF BO 8oo GQroao
LF 180 8s 151306
EA 20 160'a tzce
EA b hGao'-2 I Cod
EA 4 {{ao'*T\dA
EA 1 l fo'*Ito
EA I 2/o'*/ 7V2
LF 460 2qt','o I St zao
LF 750 6g'oo S/, Ocn
LF 72 llo '?,4,SLo
LF 70 33o Z 3.rco
LF 25 4oc,tt,5oo
LS 1 6o,oo0
LF 680 6 7'o0 4/f, 16o
LF 400 ao'oo zg.0m
EA b Z 0oo'-/6,&o
EA 2 6ooo*t40e
EA 2 l6o jLo
LF 320 3r'"o 1. qzo
CF 2,950 tl'ou 11,800
CF 2,950 l7'oo 3{,'/oo
\)
4"27 ' ,,rl.t:._1,1"t W.rrll - B
r?'i vvAi_t_ - c
I.1T WALL - D
[.4.J4/ CUR.i-] "i2'AND 14"
ST.Iii"I-F DFTERRANTS
i;l'r :: i:rjRi.l - BACKED
l_ r'_ I i,- : 'j,; .li-l_l
i:i :': t:--lRN!SFllNG - TRASH
i:li;': FURi'..iSl'tlNG - BIKE
i--, -r,,1\J,
4-28
4:29
4-31*
4-3?..
4.-::':a
4-:J'-t,
4.--35
zj-.,:- '
^-'^ r
J] U
J I-'J
3.,.,0
'')-
-'r'l'-,10
I
ai--'J I
i i'i:: I' i',:i-, -' L,rL:-T,\L PICKET
i ilrJ.,t,.1ilRA.li-
\r. ;. I :/.:l ::;') flF.i
'\ i'::: ',:
r-:.:i' (-.j--, b,'\$lN
;,f:'iii;l_lr\4 GitA"it:
:,' . \:Ti:II'T,' _ COURT PERIMETER
a '1 ,,r, r'1_, i'.I !
l:, i::i. cril:,,,r1r-:cD GUARDRAIL
! /J i-:( Ll,;i_ .., , t i
4--.:,_r
.). \_/iJ
i.').i iilF,,rriu AT RAMP
t,
,1,',, , I "',1 ll.,'l,filL AT srEPS
,'ii.-,CTURE AT(!)-
4-a,'Z ,,.,,;. i:)' !:t:?:l: slcRM DRAIN PIPE
4"'.t'.s {' i. i 8" F i-rr':':'. S;-iORM DRAIN PIPE
', '.1 i 1t.:i.icRETE sD
a--L.-)I :,,U";::ld" CCNCi:RETE SD
i ._,,,:^, i_,rt B;ri.:jliri
A i-7
MEDIA
':-t , .:,,,.-;.. .,1 :.:'liJ':,1tr iBIAi r':l': - i:;",1i ;rrOi'.' ^A/lS/rV
SPECIAL PROVISIONS
Addendum #4 - 13
SPECIAL PROVISIONS
9
l'iem
on
l:.-:.'v'FN,iEiv-j- STRI Pl NG4-5i
4-a';
A Eft 1.:1&.-;,!l _i
(-) -f
i,i ii
:,! | i:rl\\,/i:N4EN-i MARKINGS
il r.JitB i:rl\iitl l-
OSTS
POLE LIGHT
, ILICTRIC,I.L SPORTS LIGHT
: l:1.'( i tJi:?.E{i
t:l !:C-tRlCAt- * BOLLARD
FIX'IUITTS
.:L rr{lTili(.lAL/: :'-
"t ".t
A-|tg /-. ) 1-r::.li?iG,\;lCirj
4-dU 2 , r | ,-' .'.iJ:' r\U - GRASS SOD
,:',i,l'l ii'i{' TR:E - 24" BOX
1-62 2,: 3 itr-.:tr\l-lllilG TREE - 15 GAL
/1.'.,.t l:'.L.il"#:"ll/G SF.jR{/B - 15 GAL
2': 3 \ rrj.;irv;"f.i.{lJ StrRUB - 5 GAL
...-Ll-. :t'..)
ar-,.1 ,l
4".tt 5 2..i.3 ' iri..t:_,vl'lll{.j s,r-lR{/B _l GAL
: : .1\i\ ij:l(_:/1.,rE i\{A.lNTENANCE/
; i.'i"P NI- F!]]NBLISHMENT
i :)]J\RK i.IT.]NTENANCE
' :ll,:f lVi,l;'S
Alternate #4 - Bid Total
gid = (Base Bid + Bid Alternative)
Gt; ;;,paui,r' .,jat'r ie,o
('1 ) i',,1ers tc sr:r;tion in lre
woll.:
ard Specifications,in the Special Provisions, that describe required
*^.' Bit, i +m e.re,ii,:.rt iii;rrr Section 9-1 .068 and 9-1 .06C of the Standard Specifications. The unit price will not be adjusted
regi:iiiiess cf ii:t fir,al : i:i i.crr quantity.
(i:) * ,::inal Perv lri:irrs pr,;i Section 9-1 .02C of the Caltrans Standard Specifications. Bid item quantity will not be adjusted
bas--;{ :-;n acLuial qltani.iiy measured in the field.
(S)- r:per.:iait, i ,:rrs r:,r'Sedion 5-1.13A of the Standard Specifications. These items will not be counted toward the
self. :eiJori"naiirce requii-ement.
SPECIAL PROVISIONS
Addendum #4 - 14
-i.1.'.;ll F
Total ltem
Price
(in fioures)
liern
No.Siirtr
Unit of
Measure
Estimated
Quantitv
Item Price
(in fiqures)
CY 3 I0a'*z/{@4-50 Fi\lERGY DISSIPATOR
S'i.ONE
l2 ,crc)4 daoLF400
/,vuSQFT110I2'4
LS 1 boo4-53
EA 4 f7s'*/,7oo
64roooEA416,o t,
EA I 8.qoo TJ.6oo
?oo o 9Z.oeoEA14
aotlo.LS 1 llo,, o oo
LS 1 I 61, ctoo
l.so 7, S6l',toSQFT5,041
fuo'*/2. loaEA29
l, (o0EA82/0'oo
EA 15 l1o'na z,fgo
297 q{'oo /3%eEA
3o'*/7, yoEA577
,oo.r t azoEA1014
SQFT 19,750 .eo /{dao
/ 3,60oEABlrl b',oo
EA
MONTH 12 /,1 oo zqloo
12 1,7 00 Zor./OOEA
MONTH
$ 3. a6s.o3l .so
$22.?12' l33.oo
i o^"
SPECIAL PROVISIONS
LIST OF SUBCONTRACTORS
Pursuant to Section 4100 of the Public Contracts Code and section 2'1.33C of the
standard specifications, the Bidder is required to furnish the following information for each
Subcontractor performing more than 112 percent (0.5%) of the total base bid. Do not list
alternative subcontractors for the same work. Subcontracting must not total more than
fifty percent (50%) of the submitted bid except as allowed in section 5-1 .13 of the standard
specifications.
For Streets & Highways projects, subcontractors performing less than ten thousand dollars
($10,000) worth of work need not be mentioned. Subcontractors required to pay
prevailing wage, must be registered with the Department of lndustrial Relations
pursuant to Labor Code section 1725.5 to be listed.
NOTE: lf there are no subcontractors, write "NONE'' and submit with bid.
Name UnderWhich
Subcontractor is Licensed License Number
Address and Phone
Number of Office, Mill or
Shop
h,,
/,oS st/7
Specific
Description of
Subcontract
Keslroo^
DIR Public
Works
Registration
Number
1z?-l
zTlL
o/o ol
Total
Base
Bid
8/r,\
d 1ro>ta /00 d C{ltto ,&
JL
(
&ntro 1b0817 /0ooo3ct/88 ?0.
0,
( "vtk"l (pryr 7p,gg11 0l0ds"t/a8 2 o lSox LZ|Z
0
0 t0 gTa nwla)
*CA
rYr'/ 4L
ntLl/t/
c lan;la(({
- /t//
(7'
);s
((tt,,,w*{<-cLre
Qtn*tle
(a arucho"-,l,,rc
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
($10,000) worth of work need not be mentioned. Subcontractors required to pay
prevailing wage, must be registered with the Department of lndustrial Relations
pursuant to Labor Code section 1725.5 to be listed.
NOTE: lf there are no subcontractors, write "NONE" and submit with bid.
Name Under Which
Subcontractor is Licensed
LAC,
c
License Number
DIR Public
Works
Registration
Number
Address and Phone
Number of Office, Mill or
Shop
Specific
Description of
Subcontract
o/o ot
Total
Base
Bid
^@'sh
^'C$
3t t,t/37 @
1614tr /ilMilnq7 662/S Bike
CA Pururz //bz/<
0s
q.rf
(rl/tt)
- 47C0
llotool3ft- P'O' &x. z/o7
@A(o6yst4z?^utl
y:,i/'
ctr.l@ gaffe l006d0tlt17
lMlL
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 1t2 percent (0.5%) of the total base bid. Do not list
alternative subcontractors for the same work. Subcontracting must not total more than
fifty percent (50%) of the submitted bid except as allowed in section 5-1 .13 of the standard
specifications.
For Streets & Highways projects, subcontractors performing less than ten thousand dollars
($10,000) worth of work need not be mentioned. Subcontractors required to pay
prevailing wage, must be registered with the Department of lndustrial Relations
pursuant to Labor Code section 1725.5 to be listed.
NOTE: lf there are no subcontractors, write "NONE" and submit with bid.
Name Under Which
Subcontractor is Licensed License Number
DIR Public
Works
Registration
Number
Address and Phone
Number of Office, Mill or
Shop
Specific
Description of
Subcontract
f'cnciota
J
o/o of
Total
Base
(*
t#
6dd'
Ur,Jtff
B;918 38//1oodortul t
8s//zq /Xwus
nce
t-
5
Trr>fu (onslrarit^1/A' /loooat>12 Gr*^ (/o"<-0
- n0/
\Sn;Jh '/70 "/ /8 l0m0o14a Bil d. &//rr^t,o
/ lt c1r,>l "L
M (A -(l*<
,-r7Eb ?4bw
rlo
lnc
all4
/ - 90ao
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
($10,000) worth of work need not be mentioned. Subcontractors required to pay
prevailing wage, must be registered with the Department of lndustrial Relations
pursuant to Labor Code section 1725.5 to be listed.
NOTE: lf there are no subcontractors, write "NONE" and submit with bid.
Name Under !ryhich
Subcontractor is Licensed License Number
DIR Public
Works
Registration
Number
Address and Phone
Number of Office, Mill or
Shop
Specific
Description of
Subcontract
o/o of
Total
Base
Lo)o-r'\
S;ht
?, -
(e-
.118 i6 s /00tu0#/6 lootzlx.sbM@M7,(csD:pz:1ilt T
{\t;ess,*' E\$7SO lWzlqtr@lM
-1fo
Ca?qr /cuoa d{186 zrr€8
?u""j"I
M foc,r\,f
4latztl IA$/q?07 ?tt go" Aqrt
l*,> 6 CA ?-\s
t-3 F<nb(
S,[r"c+".t
I
C
s
bv*c,t h YW ?.ts
ft"i
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
($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 License Number
DIR Public
Works
Registration
Number
Address and Phone
Number of Office, Mill or
Shop
Specific
Description of
Subcontract
o/o ol
Total
Base
Bid
2q,It,
T"'
$avcc4l 8r08so zr/?q 3
4Wc^ (arsfu$r-..,
\*c.
RI
(I't Ft^h^rNt t;,
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
($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 UnderWhich
Subcontractor is Licensed License Number
DIR Public
Works
Registration
Number
Address and Phone
Number of Office, Mill or
Shop
Specific
Description of
Subcontract
o/o of
Total
Base
Bid
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 5-1.13 of the standard
specifications.
For Streets & Highways projects, subcontractors performing less than ten thousand dollars
($10,000) worth of work need not be mentioned. Subcontractors required to pay
prevailing wage, must be registered with the Department of lndustrial Relations
pursuant to Labor Gode section 1725.5 to be listed.
NOTE: lf there are no subcontractors, write "NONE" and submit with bid.
Name UnderWhich
Subcontractor is Licensed License Number
DIR Public
Works
Registration
Number
Address and Phone
Number of Office, Mill or
Shop
Specific
Description of
Subcontract
o/o ot
Total
Base
Bid
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
($10,000) worth of work need not be mentioned. Subcontractors required to pay
prevailing wage, must be registered with the Department of lndustrial Relations
pursuant to Labor Gode section 1725.5 to be listed.
NOTE: lf there are no subcontractors, write "NONE" and submit with bid.
Name UnderWhich
Subcontractor is Licensed License Number
DIR Public
Works
Registration
Number
Address and Phone
Number of Office, Mill or
Shop
Specific
Description of
Subcontract
o/o ot
Total
Base
Bid
Attach additional sheets as needed
SPECIAL PROVISIONS
16
SPECIAL PROVISIONS
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
ln compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the
bidder hereby declares under penalty of perjury under the laws of the State of California
that,the bidder, or any s'ubcontractor to be engaged by the bidder, has
-,
has not
X_ been-convicted within the preceding three years of any offenses referred to in that
(ection, 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 GONTRACT CODE SEGTION 10162 QUESTIONNAIRE
ln compliance with Public Contract Code Section 10162, the Bidder must complete, under
penalty of perjury, the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a
proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented
from bidding on, or completing a federal, state, or local government project because of a
violation of law or a safety regulation?
Yes No
lf the answer is yes, attach a letter explaining the circumstances
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT
ln compliance with Public Contract Code Section 10232, you hereby state under penalty of
perjury, that no more than one final unappealable finding of contempt of court by a federal
court has been issued against you within the immediately preceding two-year period
because of your failure to comply with an order of a federal court which orders you to comply
with an order of the National Labor Relations Board.
LABOR CODE SECTION 1725.5 STATEMENTS
The bidder has delinquent liability to an employee or the state for any assessment of back
wages or related damages, interest, fines, or penalties pursuant to any final judgment,
order, or determination by a court or any federal, state, or local administrative agency,
including a confirmed arbitration award. Any judgment, order, or determination that is
SPECIAL PROVISIONS
17
SPECIAL PROVISIONS
under appeal is excluded, provided that the contractor has secured the payment of any
amount eventually found due through a bond or other appropriate means.
Yes Y,. ruo
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 X= *o
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
t
SPECIAL PROVISIONS
NON.COLLUSION DECLARATION
Jeffrey Brough
, declare that
lam President of Brouqh Constructl
the party making the foregoing bid that the bid is not made in the interest of, or on behalf
ol any undisclosed person, partnership, company, association, organization, or
corporation; that the bid is genuine and not collusive or sham; that the bidder has not
directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and
has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or
anyone else to put in a sham bid, or that anyone refrained from bidding; that the bidder has
not in any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any
overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure
any advantage against the public body awarding the contract of anyone interested in the
proposed contract; that all statements contained in the bid are true; and, further, that the
bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof,
or the contents thereof, or divulged information or data relative thereto, or paid, and will not
pay, any fee to any corporation, partnership, company association, organization, bid
depository, or to any member or agent thereof to effectuate a collusive or sham bid.
Executed on tO / ttl ,20 25 , in Grande
I declare under penalty of perj laws of the State of California that the foregoing
is true and correct.
{sEAt_i
gee At\acJ.ld €tofiir*--e-^i
(s natu and Title of Declarant)
Subscribed and sworn to
this ,20
Notary Public
Company 11"t"' Brough Construction, lnc
SPECIAL PROVISIONS
19
1
GAtlFORlllA JURAT wlTI{ AFFlAltlT STATEIIIENT GOVERNMENT CODE S B2o2
Msee Attached Document (Notary to cross out rines 1-6 below)tr See Statement Below (Lines 1-6 to be completed only by document signer[s], nof Notary)
Signature of Document Signer No. 1 Signature of Document Signer No. 2 (if any)
{ notary public or other ofiicer completing this certificate verifies only the identity of the individual who signed thedocument to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document
State of Galifornia Subscribed and sworn to (or affirmed) before me
County of
on this lttfh day of OCloher- ,20_25-
by Month Year
(1 ra
(and
Name(s) of Signe(s)
proved to me on the basis of satisfactory evidenceto be the (s) who appeared before me.
Signature
Signature of Notary Public
Sea/
Place Notary Seal Above
Though fhis secfibn is.optional, completlng this information can deter alteration of the document orfraudulent reattachment of thls form to an unintended document.
Description of Attached Document
Title or Type of Document
NumberofPages:Signe(s)otherThanNamedAbove:
@2014 National Notary Association ' www.NationalNotary.org . 1-800-US NOTARY (1-800-826-6827) ltem #8910
),
SPECIAL PROVISIONS
By signing below, the
in all contract docum
addendum number(s)
DIR- Public Works
Registration No:
Business Name (DBA):
Owner/Legal Name:
lndicate One:
List Partners/Corporate Officers:
I lodoo /\
BIDDER ACKNOWLEDGEMENTS
bidder acknowledges and confirms that this bid is based on the information contained
ents. includino the notice to
fl l' ,d7.s3, Cl bidders, plans, specifications, special provisions, and
(Note: You are responsible to verify the number of
addenda prior to the bid 5pening.) '
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.
Af t zzo
Licensed in accordanqe with an act providing for the registration of contractors, License No.-, Expiration
Date S/a t lzo?G
The above statement is made under , and any bid not containing this information "will be
considered non-responsive and will City
Signature of
(Print Name and of Bidder)
Br ns*rvcf;o n lv\c.
trSole-proprietor tr Partnership
t
Name Title
Name Title
Name Title
Business Address
Street Address
Mailing Address
City, State, Zip Code
Phone Number
Fax Number
EmailAddress
Date
Gro*)r-CA
?Bq- -777q
5 C)4
3 o
(6011 17 3 zLl 17
rs
?-3
o Osn \/v1,
SPECIAL PROVISIONS
20
SPECIAL PROVISIONS
QUALIFICATIONS
Failure to furnish complete reference information ON THIS FORM, as specified in this
project's Notice to Bidders and indicated below, is cause to reject the bid. Additional
information may be attached but is not a substitute for this form.
Reference Number 1
Customer Name & Contact lndividual City of San Luis Obispo- Bobby Browning
Telephone & Email Tel: 805-540-1 031 Email: bbrowning@slocity.org
Project Name (Site Address):City of San Luis Obispo: North Broad Street Park
ls this simihr to the project being bid
and include construction within a
public park?
YesX No!
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
tr New building construction
I Playground Equipment lnstallation
! Bridge construction
Describe the services provided and how this project is similar to
that which is being bid:
Promenade entrance with ADA accessibility to
the proposed playground equipment, shade
structure, picnic area, cornhole boards, raised
garden plots, wheelchair accessible plots,
composting and gardening area, and benches.
Additional street frontage improvements include
sidewalk replacement and culvert guardrail
replacement at the west side of Broad Street.
Was this contract for a public agency?
YesX Nott
ls this reference project from work
completed as the prime contractor for
the project?
YesX Non
Date completed:
August 2025
SPECIAL PROVISIONS
21
SPECIAL PROVISIONS
Reference Number 2
Customer Name & Contact lndividual
Trumark Homes- Jerry Meyer
Telephone & Email
(805) 888-7 234 Jerry Meyer <j meyer@tru ma rkco. co m>
Project Name (Site Address):
AvilaRanch-Phases1,2and3,offsiteworkincludingTankFa@
ls this similar to the project being bid
and include construction within a
public park?
YesZ Notr
Was this contract for a public agency?
Yesd No!
ls this reference project from work
completed as the prime contractor for
the project?
Yesd No!
This project includes:
d Site development including excavation and grading
d lnstallation of wet and dry underground utilities
d ADA compliant concrete installation, including curb ramp
and/or sidewalks
n New building construction
! Playground Equipment lnstallation
D Bridge construction
Describe the services provided and how this project is similar to
that which is being bid:
Construction of public improvements including cross
walks, handicap ramps, signalization of intersections,
landscaping, uiility rerouting, paving, striping, street
lights.
Date completed
8t2025
SPECIAL PROVISIONS
22
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 Num
Customer Name & Contact lndividual
Lucia Mar Unified School District - Michael Dixon
Telephone & Email Tel: 80s-3 31-422T Email: michael.dixon@lmusd.org
Project Name (Site Address):
Lucia Mar Unified School District Office Parking Lot (602 Orchard St, Arroyo Grande, CA 93420)
ls this similar to the project being bid
and include construction within a
public park?
Yes f1 No tr
This project includes:
XSite development including excavation and grading
X lnstallation of wet and dry underground utilities
X ADA compliant concrete installation, including curb ramp
and/or sidewalks
! New building construction
! Playground Equipment lnstallation
! Bridge construction
Describe the services provided and how this project is similar to
that which is being bid:
Provide all manpower and equipment
necessary to install Parking lot
improvements. lnstall hand rail, ramps,
curbs, concrete paving, asphalt paving,
striping and drainage.
Was this contract for a public agency?
YesX No!
ls this reference project from work
completed as the prime contractor for
the project?
YesX Notr
Date completed:
July 2024
SPECIAL PROVISIONS
21
SPECIAL PROVISIONS
QUALIFICATIONS
Failure to furnish complete reference information ON THIS FORM, as specified in this
project's Notice to Bidders and indicated below, is cause to reject the bid. Additional
information may be attached but is not a substitute for this form.
Reference Num I
Customer Name & Contact lndividual
California State Parks Chris Fridrich
Telephone & Email
(831) 667-2315 Christopher. Fridrich@parks.ca. gov
Project Name (Site Address):
Campground & Big Sur Station Accessibility Modifications
uto t\umoer: u't vtruu'r u
ls this simihr to the project being bid
and include construction within a
public park?
Yesd Non
Was this contract for a public agency?
Yesd No!
ls this reference project from work
completed as the prime contractor for
the project?
Yesd Non
This project includes:
d Site development including excavation and grading
d lnstallation of wet and dry underground utilities
d ADA compliant concrete installation, including curb ramp
and/or sidewalks
d New building construction
! Playground Equipment lnstallation
! Bridge construction
Describe the services provided and how this project is similar to
that which is being bid:
Construction of 2 new ground up restroom buildings
and Remodel of 2 other restrooms to meet current
ADA requirements. Construciton of ADA parking and
path of tiavel improvements througout the state. park.
installation and utilities for the new and remodeled
restrooms
Date completed:
8t2t21
SPECIAL PROVISIONS
21
SPECIAL PROVISIONS
QUALIFICATIONS
Failure to furnish complete reference information ON THIS FORM, as specified in this
project's Notice to Bidders and indicated below, is cause to reject the bid. Additional
information may be attached but is not a substitute for this form.
Reference Num
Customer Name & Contact lndividual
Citv of Pismo, Eric Eldridqe
Telephone & Email
(805) 773-7041 eeldridqe@pismobeach.orq
Project Name (Site Address):
Citv of Pismo Beach Chumash & Palisades Parks
ls this simibr to the project being bid
and include construction within a
public park?
Yesf Notr
Was this contract for a public agency?
Yesf, No!
ls this reference project from work
completed as the prime contractor for
the project?
Yesfl NoD
This project includes:
E Sile development including excavation and grading
y'lnstallation of wet and dry underground utilities
d AOncompliant concrete installation, including curb ramp
and/or sidewalks
! New building construction
/ ebyground Eq uipment I nstallation
tr Bridge construction
Describe the services provided and how this project is similar to
that which is being bid:
As the prime contractor, work on the above
project included the following: Water pollution
control measures, demolition, earthwork and
grading, concrete pavement, ADA compliant
facilitates, curb ramps, decomposed granite
pavement walkways, play area equipment and
surfacing, concrete curbs and walls, site
furnishings, stairs, landscaping, parking lot
paving and striping, signage, storm drain
system, turf repair, tree planting, irrigation
system modifications, and maintenance.
Date completed
812012024
SPECIAL PROVISIONS
21
.t 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 Numbe
Customer Name & Contact lndividual UC Berkeley - Eddie Chau
Telephone & Email Tel: 341-215-8051 Email: eddie.chau@berkeley.edu
Project Name (Site Address):
Finch Creek Barrier Removal (38501 E. Carmel Valley Road, Carmel Valley, CA 93924)
and include
public pqrk?
ves {
ls this similar to the project being bid
a
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!
Date completed:
November 2023
This project includes:
XSite development including excavation and grading
X lnstallation of wet and dry underground utilities
X ADA compliant concrete installation, including curb ramp
and/or sidewalks
! New building construction
! Playground Equipment lnstallation
I Bridge construction
Describe the services provided and how this project is similar to
that which is being bid:
Removal of existing creek barrier. Construction
of new vehicle bridge over Finch Creek with
abutments, railings, and concrete driveway.
lncludes erosion control, revegetation, water
diversion and dewatering, temporary fencing
and mulching at staging areas. Construction
within the creek.
SPECIAL PROVISIONS
21
SPECIAL PROVISIONS
Abbott I Reed, lnc.,
Reference Number 2
Customer Name & Contact lndividual
San Luis Obispo Nonprofit Housing Corperation Michael Burke
Telephone & Email
(80s) 594-5330 mburke@haslo.org
Project Name (Site Address):
487 Leff Street, San Luis Obispo, 93401
ls this similar to the project being bid
and include construction within a
public park?
Yes Xl No !
This project includes:
! Site development including excavation and grading
! lnstallation of wet and dry underground utilities
! ADA compliant concrete installation, including curb ramp
and/or sidewalks
E New building construction
tr Playground Equipment lnstallation
tr Bridge construction
Describe the services provided and how this project is similar to
that which is being bid:
New construction of commercial offices and commercial
restrooms. The offsite portion of work included a public
pocket park.
Was this contract for a public agency?
YesE Nol
ls this reference project from work
completed as the prime contractor for
the project?
YesE Notr
Date completed: 0311712025
SPECIAL PROVISIONS
22
SPECIAL PROVISIONS
l\bbott I Reed, lnc.
Reference Number 3
Customer Name & Contact lndividual
Capstone Commercial Properties, lnc. Ricky Nelson
ricknelson@capstonecp.com
Telephone & Email
(e49) 891-0510
Project Name (Site Address):
Artisan Apartments (aka: The Lofts at the Creamery) 564 Higuera St, San Luis Obispo, CA 93401
ls this similar to the project being bid
and include construction within a
public park?
Yes! Nom
This project includes:
! Site development including excavation and grading
! lnstallation of wet and dry underground utilities
! ADA compliant concrete installation, including curb ramp
and/or sidewalks
E New building construction
! Playground equipment lnstallation
I Bridge construction
Describe the services provided and how this project is similar to
that which is being bid:
Development and new construction of a 36 unit apartment
building including a Concrete foundation under a podium,
CMU Elevator Tower, and Common Area.
Was this contract for a public agency?
Yes fl No K
ls this reference project from work
completed as the prime contractor for
the project?
YesK Non
Datecompleted: 0710212025
SPECIAL PROVISIONS
23
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 relect the bid. Additional
information may be attached but is not a substitute for this form.
Abbott I Reed, Inc. ,
Reference Number 1
Customer Name & Contact lndividual
San Luis Obispo Nonprofit Housing Corperation Michael Burke
Telephone & Email
(805) 5e4-5330 mburke@haslo.org
Project Name (Site Address):
405 Atascadero Rd, Morro Bay, CA
ls this similar to the project being bid
and include construction within a
public park?
Yesn NoE
This project includes:
fl Site development including excavation and grading
! lnstallation of wet and dry underground utilities
! ADA compliant concrete installation, including curb ramp
and/or sidewalks
K New building construction
tr Playground Equipment lnstallation
tr Bridge construction
Describe the services provided and how this project is similar to
that which is being bid:
New construction of (35) two and three story residential
units, a leasing office, laundry facility, exterior restrooms, and
community space with kitchen. The four detached buildings
surround an outdoor courtyard, and includes new site
retaining walls and public right of way improvements.
Was this contract for a public agency?
YesE No!
ls this reference project from work
completed as the prime contractor for
the project?
YesK Nol
Date completed: 0211212024
SPECIAL PROVISIONS
21
SPECIAL PROVISIONS
GT4 .,:th., (45p4^e<
Reference Number 6
Customer Name & Contact lndividualRarj-g Construction
Telephone & Email
805-5 43-9397 grGrariq. com
Project Name (Site Address):
Parish Winery 3950 Adelaida Rd, Paso Robl-es
ls this similar to the project being bid
and include construction within a
public park?
YesX NoA
This project includes:
tr$ite development including excavation and grading
n lnstallation of wet and dry underground utilities
n ADA compliant concrete installation, including curb ramp
and/or sidewalks
n New building construction
n Playground equipment lnstallation
tr Bridge construction
Describe the services provided and how this project is similar to
that which is being bid:Construction of Conspan Bridge includingt
Abutments, Foundation, Installation and
Wing walls
Was this contract for a public agency?
Yes n No Et
ls this reference project from work
completed as the prime contractor for
the project?
Yes I No Dt
Date comPlelsfl'20I7
SPECIAL PROVISIONS
26
SPECIAL PROVISIONS
Gi1affit"S",r et\r+-
Reference Number 6
Customer Name & Contact lndividual
Spurr Co
Telephone & Email
80s-238-0834 dave@spurrco. com
Project Name (Site Address)TaIley Farms
ls this similar to the project being bid
and include construction within a
public park?
Yes DI NO tr
This project includes:
n Site development including excavation and grading
n lnstallation of wet and dry underground utilities
n ADA compliant concrete installation, including curb ramp
and/or sidewalks
! New building construction
tr Playground equipment lnstallation
Dr Bridge construction
Describe the services provided and how this project is similar to
that which is being bid:
ConsLruction of Conspan Bridge including
Abutments,Foundation, Instaffation and
Wing wafls
Was this contract for a public agency?
Yesn NoE
ls this reference project from work
completed as the prime contractor for
the project?
Yes N No DI
Date completed: 2 010
SPECIAL PROVISIONS
26
SPECIAL PROVISIONS
Gile fi^r QrPo*
Refere{rce Number 6
Customer Name & Contact lndividual
Rava Wines Clint Cooper
Telephone & Email
805-7 4B-3Q41 cbcooperGqmail. com
Project Name (Site Address):
Rava Wines Bridge
ls this similar to the project being bid
and include construction within a
public park?
Yestr NoR
This project includes:
I Site development including excavation and grading
! lnstallation of wet and dry underground utilities
! ADA compliant concrete installation, including curb ramp
and/or sidewalks
tr New building construction
n Playground equipment lnstallation
a Bridge construction
Describe the services provided and how this project is similar to
that which is being bid:
Design, Engi-neering, Foundations,
Abutments, Fabrication and fnstallation
of a steel and concrete bridge for
Vehicular Traffic
Was this contract for a public agency?
Yesl NoE
ls this reference project from work
completed as the prime contractor for
the project?
Yesl NoE
Date completed: 20I9
SPECIAL PROVISIONS
26
SPECIAL PROVISIONS
QUALIFICATIONS
Failure to furnish complete reference information ON THIS FORM, as specified in this
project's Notice to Bidders and indicated below, is cause to reject the bid. Additional
information may be attached but is not a substitute for this form.
Reference Number 1 Central Coast Playgrounds, lnc.
Customer Name & Contact lndividual
Citv of Pismo. Eric Eldridoe
Telephone & Email
(805) 77 3-7 041 eeldridqe@oismobeach.orq
Project Name (Site Address):
City of Pismo Beach Chumash & Palisades Parks
ls this similar to the project being bid
and include construction within a
public park?
Yesfi No n
This project includes:
n Site development including excavation and grading
tr lnstallation of wet and dry underground utilities
n ADA compliant concrete installation, including curb ramp
and/or sidewalks
! New building construction
/ edygrornd Equipment I nstallation
f] Bridge construction
Describe the services provided and how this project is similar to
that which is being bid:
lnstalled play area equipment and site
furnishings
Was this contract for a public agency?
Yesf, Non
ls this reference project from work
completed as the prime contractor for
the project?
Yes I No il
Date completed:
8/2012024
SPECIAL PROVISIONS
21
SPECIAL PROVISIONS
! t) t!
QUALIFIGATIONS
Failure to furnish complete reference information ON THIS FORM, as specified in this
project's Notice to Bidders and indicated below, is cause to reject the bid. Additional
information may be attached but is not a substitute for this form.
Reference Number 1 Central Coast Playgrounds, lnc.
Customer Name & Contact lndividual City of San Luis Obispo- Bobby Browning
Telephone & Email Tel: 805-540-1 031 Email: bbrowning@slocity.org
Project Name (Site Address):City of San Luis Obispo: North Broad Street Park
ls this similar to the project being bid
and include construction within a
public park?
YesX Nol
This project includes:
! Site development including excavation and grading
n lnstallation of wet and dry underground utilities
n ADA compliant concrete installation, including curb ramp
and/or sidewalks
tr New building construction
I Playground Equipment lnstallation
n Bridge construction
Describe the services provided and how this project is similar to
that which is being bid:
lnstalled play area equipment & site furnishings
Was this contract for a public agency?
Yes EX No n
ls this reference project from work
completed as the prime contractor for
the project?
Yes ! No/
Date completed:
August 2025
SPECIAL PROVISIONS
21
SPECIAL PROVISIONS
ATTACH BIDDER'S BOND TO ACCOMPANY BID
Know all men by these presents:
Jhsl lys BRoUGH CONSTRUCTIoN, lNC. , AS PRINCIPAL, and
THE OHIO CASUALTY INSURANCE COMPANY AS SURETY, are held and firmly
bound unto the City of San Luis Obispo in the sum of:
TEN PERCENT OF AMOUNT BID Dollars 10o/o to be paid to
said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we
bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by
these presents:
THE CONDITION OF THIS OBLIGATION lS SUCH, that if the certain bid of the above
bounden PRINCIPAL
to construct RIGHETTI RANCH PARKS - COMMUNITY PARK
(insert name of street and limits to be improved or project)
f,3fgj OCTOBER 9TH,2025 is accepted by the City of San Luis Obispo, and if the above
bounden PRtNCtPAL 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,
PRINCIPAL has received notice by and from the
said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null
and void; otherwise, it shall be and remain in full force and virtue.
lN WITNESS WHEREOF, we hereunto set our hands and seals this 6rH day or [[I0BER ,20-25 .
Bidder CONSTRUCTION, INC.
Title
Surety:
THE OHIO CASUALTY INSURANCE COMPANY
KEVIN E. VEGA, A
Bidde/s signature is not required to be notarized. Surety's signature m
Equivalent form may be substituted
(Rav.6-30-14)
SPECIAL PROVISIONS
27
a rl
w Libertv
MutudL
SURETY
POWER OF ATTORNEY
Liberty Mutual lnsurance Company
The Ohio Casualty lnsurance Company
West American lnsurance Company
Certificate No: 821 3326-969577
KNOWN ALL PERSONS BY THESE PRESENTS: llat The Ohio Casualty lnsurance Company is a corporation duly organized under the laws of the State of New Hampshhe, that
Christiansen: Kevin E. Veea: Philio E. Vesa
more one
execute, seal,0n as as any and all underlakings, bonds, recognizanc€s and olher surety obligations, in pursuance
of these presents and shall be as binding upon lhe Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
per50ns.
lN WITNESS WHEREOF, this Power ol Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of lhe Companies have been affixed
thereto this I Oth day of March . 2o2S
Liberty Mutual lnsurance Company
The 0hio Casualty lnsutance Company
West American lnsurance Company
state
By
4n/
Nathan J. Zangerle, Assistant
State of PENNSYLVANIA
County of M0NTGOMERY
0n lhis I oth day of March . 2025 belore me personally appeared Nathan J. Zangerle, who acknowledged himself to be the Assistani Secretary of Liberly Mutual lnsurance
Company,The Ohio Casu-iSXornganlr-nd West American lnsurance Company, and that he, as such, being aulhorized so to do, execute the fotegoing instrurnent for the purposes
therein contained by signing on behalf of the corporations by himself as a duly aulhorized officer.
lN WITNESS WHEREOF, I have hereunto subscribed my name and a{fxed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year lirst above written.
/-frlLBy
Pastella, Notary
Power of Attomey is made and execuied pursuant to and by authority of the following By-laws and Authoilzations of The Ohio Casualty lnsurance Company, Liberty Mutual
lnsurance Company, and West American lnsurance Company which resolutions are now in full force and eflect reading as follows:
ARTICLE lV-OFFICERST Seclion 12, Powerof Attorney.
Any officer oi other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subjec{ to such limitation as lhe Chairman or
President may prescribe, shall appoint such attomeys.in-fact, as may be necessary to act in behalfof the Corporation to make, execute, seal, acknowledge and deliver as
have full power to bind the Corporation by their signature and execrtion of any such instruments and to attach thereto the seal of the Corporation. \Men so executed,
instruments shall be as binding as if signed by the President and atlested to by tho Secretary. Any power or authority granted to any representative or attomey.in-fact under
provisions of this arlicle may be revoked at any time by the Board, the Chahman, lhe President or by the ofllcer or otlicers granting such power or authority.
ARTICLE Xlll - Execution of Contracts: Section 5. Surety Bonds and Undertakings.
shall appoint such attomeys.in-fact, as may be necessary to act in behalf ol the Company to make, exeorte, seal, acknowledge and deliver as surety any and all undertakings,
Company by their signature and execulion of any such instruments and to attach thereto the seal of lhe Company. When so executed such instruments shall be as binding as il
signed by the president and attested by lhe secretary.
Certificate of Designation - The Presideot of the Company, acting pursuant to the Bylaws of lhe Company, authorizes Nathan J. Zangerle, Assistant Secretary to appoint such
olher surety obligations.
Company, wherever appearing upon a certilied copy of any power of attomey issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and elfecl as tilough manually atfixed.
l, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty lnsurance Company, Liberty Mutual lnsurance Company, and West American lnsurance Company do
has not been revoked.
lN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 6th dayol October 2025
1912 1919 1 991
(l,
o
<>sc!
@I(\l
(r)
@
c>
(o
GI()
ao
o
f
E
o:tp
v,
E
o
o
E
oo
o
.E
o
0)
c)cg
o
f,
oct)
Teresa Paslella, Nolary Public
Mmlgomery Counly
My@mmi$ion orriros Marci 28,2029
1912 1919 1991
LMS-12873 LMIC OCIC wAlC Mulli Co 02/24
By:
Assistant
a
CALIFORNIA ALL.PURPOSE ACKNOWLEDGMENT
A notary public or other officer completing this certificate Verifles only the identity of the individualwho
signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity
of that document.
State of California )
County qy LOS ANGELES
lss
)
before me, Philip Vega, Notary Public
Kevin E. Vega, Attorney-in-Fact
On October 6th, 2025
personally appeared
:
,t
(ri
PHILIP VEGA
Noury Pubiic - Gtifornia
Los Angeles County
Comflission # 2490569
Comm, E.xpires,rtay 31, 2028
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 certiry under PENALTY OF PERJURY under the laws of the State
of California that the foregoing paragraph is true and correct.
prev e nl th ud ule nl rc nov al
WTNESS my hand and official
Place Seal Above
OPTIONAL
Though lhe inlomaton below ls not rcquired by law, it may prcve valuable lo persons rclying on lhe document
ancl reattachment ol lhis tom lo anothet document.
Description of Attached Document
Title of Type of Document:
Document Oate:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signe(s)
Number of Pages:
Signer's Name Signer's Name:tr lndividualtr Corporate Oflicer Title(s):O Partner-DLimited EGeneraltr Attomey in Facttr Trusteetr Guardian or Conservatortr Other;
tr lndividualO Corporate Officer Title(s):tr Partner-tr Limited D Generaltr Attorney in FactE Trusteetr Guardlan or Conservatortr Other:
Signer is Represenling:Signer is Representing:
Eiohl Thumborint of Sioner
Too of lhumb hore
Rioht Thumborlnt ot Sioner
Too ol thumb here
CA\DD\02000.501 I 1\1 01 51 761.2 22 (UPDATED:01-19)