Loading...
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)