HomeMy WebLinkAboutItem 5f. Award of Construction Contract for Righetti Community Park Item 5f
Department: Public Works
Cost Center: 9501
For Agenda of: 12/2/2025
Placement: Consent
Estimated Time: N/A
FROM: Aaron Floyd, Public Works & Utilities Director
Prepared By: Wyatt Banker-Hix, Supervising Civil Engineer
SUBJECT: AWARD OF CONSTRUCTION CONTRACT FOR RIGHETTI
COMMUNITY PARK
RECOMMENDATION
1. Award a construction contract to Brough Construction, Inc. (Attachment A) in the
amount of $12,110,517 for the Righetti Community Park Project, inclusive of the
Base Bid and Additive Alternate 1 (Pickleball); and,
2. Authorize the City Engineer to approve Contract Change Orders up to the available
project budget (Account 2000054), including any amendments authorized by the
City Manager; and,
3. Authorize the Finance Director to transfer funds to the Righetti Community Park
Project from the following Capital Project Accounts:
a. $615,000 in Capital Outlay (LRM) from the Storm Drain Project Account
(2090742); and,
b. $144,684 in Completed Projects/Undesignated Capital Account (LRM);
and,
4. Appropriate $1,900,000 from the Capital Projects Reserve Fund to support the cost
of the Righetti Community Park Project; and,
5. Adopt a Resolution (Attachment B) entitled, “A Resolution of the City Council of
the City of San Luis Obispo, California, Authorizing Appropriation of $1,900,000
from the Capital Projects Reserve Fund to support the Righetti Community Park
Project, Specification Number 2000054.”
REPORT-IN-BRIEF
The Righetti Community Park is a major new recreational facility identified in the Orcutt
Area Specific Plan (OASP) that was shaped by extensive community input. The project
has been advertised and requires Council approval to award the Base Bid and Additi ve
Alternate 1 (the pickleball courts), which represent the community’s second -highest
recreation priority1, to the low bidder.
As part of this request, funding is recommended to be transferred from completed projects
as well as the CIP Reserve to fully fund the Base Bid and Additive Alternative 1.
1 See “Discussion” section for a more thorough review of community priorities.
Page 119 of 764
Item 5f
POLICY CONTEXT
On May 17, 2022, City Council approved a Purchasing Policy Update to the Financial
Management Manual that required Council approval for Public Projects that cost over
$200,000.
The recommended actions to award the low bidder are consistent with City Council’s
adopted Capital Improvement Plan (CIP) and Fund Balance and Reserve Policy. The
Fund Balance and Reserve Policy, adopted in June 2021, provides guidelines for the
Capital Projects Reserve Fund, which states:
The City will maintain a committed reserve of 20% of the capital improvement plan
budget from the Local Revenue Measure for the purposes of offsetting
unanticipated cost increases, unforeseen conditions, and urgent unanticipated
projects to provide continued investment in infrastructure maintenance and
enhancement. Use and allocations of funds from the Capital Projects Reserve
Fund will be made to Capital Projects including Major Facility Replacement upon
Council approval as necessary during any fiscal year.
The proposed use of the Capital Projects Reserve Fund to supplement the Righetti
Community Park Project is consistent with this policy, a s these funds would offset bid
results that exceeded the Engineer’s Estimate. Furthermore, use of the Capital Project
Reserve supports continued investment in infrastructure advancement by accelerating a
portion of the community park that was previously no t expected to be fundable until FY
2029-30.
DISCUSSION
Background
The Righetti Community Park is one of several public parks and open space
improvements identified in the Orcutt Area Specific Plan (OASP), a long-range planning
effort guiding development in one of the City’s primary residential expansion areas. The
Orcutt Area has been recognized as a potential growth area since the 1970s. In 1998,
property owners submitted a draft specific plan to the City, initiating a formal planning
process that culminated in the City Council’s adoption of the OASP and certification of
the Final Environmental Impact Report (FEIR). Righetti Community Park, referred to as
the “Neighborhood Park” in the OASP, was identified early as a key public amenity
intended to provide active recreation space for nearby neighborhoods and the broader
San Luis Obispo community.
Page 120 of 764
Item 5f
Righetti Community Park Project Design and Park Components
The Righetti Community Park project will deliver high-priority amenities envisioned in the
OASP that have been shaped by public input and P arks and Recreation Commission
(PRC) feedback. During the design process, staff received an updated cost estimate of
$27 million for the entire community park, exceeding previous cost estimates and the
City’s annual capital budget. After this update, the project team worked to separate the
park into phases to deliver over time, constructing the most logical and requested
amenities first.
This phased approach was introduced to the PRC during the September 2024 meeting,
and to the public during the January 2025 Community Forum in preparation for adoption
of the 2025/2027 Financial Plan.
To provide flexibility to award additional components of the park, the project was
structured with a Base Bid and four Additive Alternates (described below) to align with
expected project costs and available funding at the time of adoption of the 2025–27
Financial Plan.
The 2025–27 Financial Plan includes funding in FY2025 –26 as well as in the out-years
for the Bid Alternates, anticipating that full funding may not be available at the time of
award. Any alternates not awarded at this time will become future phases of the
Community Park, with funding adjustments reflected in future Financial Plans based on
bid results.
The Base Bid includes the primary park area and essential infrastructure, such as the
multi-age playground, shaded seating areas, playing field, multi -use paths, parking lot,
and main restroom.
The Additive Alternates, developed based on community input and the demonstrated
demand for specific recreational amenities, include:
Bid Alternate #1: Dedicated pickleball court complex (identified as the community’s
second-highest recreation priority)
Bid Alternate #2: Dual-purpose basketball/futsal courts, bocce courts, second
restroom, and upper parking lot
Bid Alternate #3: Bike pump and skills track
Bid Alternate #4: Tennis courts, shaded picnic lawn, vehicle/pedestrian bridge, and
additional parking
Page 121 of 764
Item 5f
Figure 1 – Community Park Alternates Diagram
Project Advertisement and Construction Bids
After Council gave Staff Authorization to Advertise on May 20, the project team made
final adjustments to the plans in preparation for advertising. Staff advertised the plans
and specifications on July 31, 2025, with an initial bid opening date of September 11,
2025. During the advertising period, staff received and responded to more than one
hundred Requests for Information (RFIs) from interested contractors. In response, four
addenda were issued to clarify project documents and provide additional time for bidders
to finalize their proposals, ultimately extending the bid opening to October 23, 2025. This
extension benefited the City by allowing for more complete and competitive bids.
Bids were opened on October 23, 2025 at 11:00 a.m., with four bidders participating, with
the following bid prices submitted for the Base Bid:
Table 1: Bidder Results – Base Bid Only
Engineer's Estimate $ 9,720,000.00
Brough Construction $ 10,322,611.50
Urban Habitat $ 10,457,519.10
Specialty Construction $ 11,444,549.99
Unified Field Services $ 11,647,013.40
Page 122 of 764
Item 5f
All bids were above the Engineer’s Estimate of $9.7 million, with the low bid from Brough
Construction (Brough) within 10% of the estimate. Staff reviewed Brough’s bid
(Attachment A) and determined it to be responsive. Accordingly, staff recommends
awarding the contract to Brough Construction.
On November 6, 2025, staff received a bid protest letter from Urban Habitat, the 2 nd low
bidder. The letter alleges Brough failed to list the percentage of total bid work completed
by their subcontractors for specialty items (Attachment C). Brough responded with a letter
stating that their bid was in substantial conformance with the bid requirements and that,
if it was an error to not include the subcontractor percentages for specialty items (a point
Brough disputed), such clerical error was immaterial to their bid, and therefore, could be
waived. (Attachment D).
Staff intended to reject Urban’s protest as untimely (nearly a week late), and upon
consultation with the City Attorney’s Office further concluded that the protest is without
merit. A bid may be responsive even if there is a discrepancy in the bid so long as such
discrepancy does not affect the total sum of the bid or provide the bidder with a
competitive advantage. Brough’s clerical error does neither. Brough’s bid listed the cost
of each of the 5 specialty line items, which, when compared to the total bid price, indicates
the total base bid amount for the subcontracted specialty items. Moreover, while Brough
did not explicitly list the percentage of work to be completed by subcontractors for the
specialty items, such information was nonetheless calculable from the four corners of
their bid, and therefore responsive.
Bid results for the entire project (Base + All Alternate Bids) are shown below:
Table 2: Bidder Results – Base + All Alternates
Brough Construction submitted the lowest bid for each additive alternate. Although costs
exceeded the Engineer’s Estimate , this outcome aligns with current market trends and
reflects the complexity and scope of the proposed improvements.
Base Bid Bid Alt 1 Bid Alt 2 Bid Alt 3 Bid Alt 4
Engineer's
Estimate 9,720,000$ 1,388,000$ 4,500,000$ 890,000$ 2,940,000$
Brough
Construction 10,322,612$ 1,787,905$ 5,320,290$ 1,493,295$ 3,868,032$
Urban Habitat 10,457,519$ 2,201,500$ 5,436,100$ 1,702,152$ 3,956,253$
Specialty
Construction 11,444,550$ 2,971,850$ 7,351,668$ 2,472,876$ 5,340,204$
Unified Field
Services 11,647,013$ 1,847,252$ 6,042,452$ 1,645,360$ 4,326,700$
Page 123 of 764
Item 5f
Recommendation to Award Base Bid + Additive Alternate 1
The PRC has been closely involved throughout the project’s development—from the initial
conceptual design review in 2016 through ongoing updates and discussions regarding
project phasing. PRC input has guided the refinement of amenities, site layout, and the
prioritization of elements for construction. During public outreach and PRC meetings, the
additive alternates were ranked according to community priorities and anticipated
recreational benefit.
Pickleball courts emerged as the highest priority, following the playground and play fields,
reflecting both the sport’s growing popularity and the limited number of available courts
within the City. The proposed courts will include lighting to accommodate evening play.
With funding from the Completed Projects Account and CIP Reserve, staff believe adding
Alternate #1 (pickleball courts) now will provide the lowest price of construction and
deliver this highly anticipated amenity as soon as possible.
Construction is anticipated to begin in Spring 2026 following the rain season. The Base
Bid portion of the project is expected to take approximately 18 months to complete , with
Additive Alternate 1 extending the construction duration by an estimated two months, for
a total anticipated construction period of 20 months.
Previous Council or Advisory Body Action
October 1, 2002 – City Council approved the project description for the Orcutt
Area and authorized preparation of a Specific Plan and Enviro nmental Impact
Report (EIR).
February 12, 2008 – City Council received the Public Hearing Draft of the OASP
and Draft Environmental Impact Report (DEIR), initiating formal public review by
the Parks and Recreation Commission, Bicycle Advisory Committee, Cultural
Heritage Committee, Architectural Review Commission, and Planning
Commission.
March 2, 2010 – City Council adopted the OASP and certified the Final
Environmental Impact Report (Resolution No. 10154, 2010 Series). This action
included General Plan amendments and direction to initiate implementation steps,
such as annexation and fee program development.
May 19, 2015 – City Council approved multiple amendments to the General Plan
and OASP, including a Vesting Tentative Tract Map for the Righetti project (VTM
#3063). Council also adopted a Mitigated Negative Declaration that tiered from the
2010 OASP FEIR and included site-specific mitigation measures related to parks.
May 3, 2023 – The PRC reviewed the conceptual layouts developed by the City’s
design consultant and provided feedback.
June 14, 2023 – The PRC received an updated status report based on public
feedback and staff input on the Righetti Ranch Park System, including final
conceptual layouts for the Community Park.
Page 124 of 764
Item 5f
September 6, 2023 – The PRC reviewed two conceptual playground designs for
the Community Park and selected the preferred theme. The commission also
confirmed the final preferences for park amenities, including parking, seating, and
play structures. This selection guided final playground construction document
preparation.
May 20, 2025 – Council Authorizes Staff to proceed with Advertising the
Community Park, as well as approve an Addendum to the OASP EIR and transfer
funds into the project account.
Public Engagement
The design of the Righetti Community Park was developed through an extensive multi-
year public engagement process, including community forums, online surveys, outreach
to nearby residents and neighborhood groups, and regular PRC updates from 2021
through 2025.
During project development, staff worked to align the construction approach with
expected funding availability, which included detailed discussion and prioritization of
phased project elements. Community engagement related to phasing included:
December 6, 2023 – PRC received a Director’s Report introducing the need for
project phasing.
January 23, 2025 – A visual phasing layout was presented at the City’s
Community Forum for the 2025–27 Financial Plan, allowing the public to see the
updated construction strategy and timeline.
February 5, 2025 – PRC received updates within the Directors Report confirming
the phased elements and plan for Community Park phase 1 and Add itive
Alternates to be included in the City’s 2025-27 Financial Plan for Council review.
The intent of this engagement process was to ensure the phasing strategy reflects
community expectations within the fiscal constraints of the City. It also provided multiple
channels for input from stakeholders, including residents, the PRC, and neighborhood
groups.
Public engagement and outreach will continue as the project progresses into construction
and subsequent park phases. Following contract award, a media release and social
media post will be issued, and as project is awarded, as well as at the start of construction,
a webpage will be maintained with regular construction updates. Public Works staff will
collaborate with Parks and Recreation staff to host an information session in response to
local feedback and plan a groundbreaking ceremony in the New Year.
CONCURRENCE
The recommendations in this report are supported by City Administration, as well as the
Public Works and Parks and Recreation Departments. The City Attorney has reviewed
the bid protest letter and concurs with the recommendation to award.
Page 125 of 764
Item 5f
ENVIRONMENTAL REVIEW
Environmental impacts associated with the Righetti Community Park project were
previously programmatically evaluated in the Final Environmental Impact Report for the
OASP (Final EIR; SCH #2004011059), which was certified by the City Council on March
2, 2010 (Resolution No. 10154 [2010 Series]). The planned parks were also considered
in the context of residential development through the Initial Study – Mitigated Negative
Declaration (IS-MND) adopted in May 2015 for the Righetti Ranch and Jones Ranch
residential developments (Tract Maps 3063/3066), which anticipated the park site in a
similar location with a slightly larger footprint.
The park improvements planned for construction substantially align with the
improvements envisioned for the original neighborhood park in these prior environmental
documents. An Addendum to the 2010 OASP Final EIR was approved by Council on May
20, 2025, summarizing the programmatic environmental review completed in the 2010
Final EIR and confirming the applicability of previously adopted mitigation measures. The
Addendum also documents that none of the conditions requiring preparation of a
Subsequent EIR or Negative Declaration, as described in CEQA Guidelines Section
15162, are triggered by the design and components of the proposed community park
project.
The project is consistent with CEQA Guidelines Sections 15162 and 15164. Mitigation
measures identified in the Mitigation Monitoring and Reporting Program (MMRP) for the
OASP Final EIR continue to be tracked, enforced, and verified by City staff.
FISCAL IMPACT
Budgeted: Yes Budget Year: 2025-2026
Funding Identified: Yes
Fiscal Analysis:
As part of the May 20, 2025 Council agenda item authorizing project advertisement, and
2025-2027 Financial Plan, both OASP Impact Fees and Local Revenue Measure funds
were transferred to the project account.
After a review of recently completed projects and the balance of the Capital Project
Reserve Account, staff recommend transferring additional funds to the project in order to
fund the Base Bid and Additive Alternate #1 (Pickleball Courts) to match the low bid. This
strategy allows the City to deliver desired amenities while maintaining the contractor’s bid
price on the additive alternate.
Staff also proposes transferring $144,000 from the Completed Projects/Undesignated
Capital account and reallocating $615,000 the Storm Drain Maintenance Account
(2090742), which currently has a balance exceeding anticipated expenditures for the next
fiscal year due to staffing constraints. Sufficient funds will remain in the storm drain
account to address potential winter maintenance and repairs.
After the $1,900,000 transfer from the Capital Projects Reserve Fund, sufficient funds will
remain to provide capacity for other priority projects anticipated to bid in FY 2025 –26,
including the Higuera Complete Streets Project and the California/Taft Roundabout.
Page 126 of 764
Item 5f
Funding
Sources
Total
Budget
Available
Current
Funding
Request
(Transfers)
Account
Balance
(2000054)
Remaining
Account
Balance
(All)
Annual
Ongoing
Cost
Capital
Outlay
(LRM -
Account
2000054)
$11,575,288 $ - $11,575,288 $11,575,288 $230,0002
Fees
(OASP –
Account
2000054):
$2,093,623 $ - $2,093,623 $2,093,623 $
-
Storm Drain
2090742
$1,348,209 $ 615,000 $615,000 $733,209 $
-
Completed
Projects/Un
designated
Capital -
LRM
$468,467 $144,684 $144,684 $323,783 $ -
Capital
Reserve
$3,904,675 $1,900,000 $1,900,000 $2,004,675
Total $19,390,262 $2,644,684 $16,328,595 $16,730,578 $230,000
2 See “Fiscal Analysis” section, page 77 of the Council Agenda Report to Advertise for a discussion of
Annual Ongoing Costs
Page 127 of 764
Item 5f
Base Bid Construction 1,778,623$ 8,553,989$ 10,332,612$
Add Alt #1 Construction -$ 1,787,905$ 1,787,905$
Contingency (15%)-$ 1,818,078$ 1,818,078$
Construction Total:1,778,623$ 12,159,972$ 13,938,595$
Construction Management -$ 1,600,000$ 1,600,000$
Construction Support 313,000$ 75,000$ 388,000$
Water Meter Impact Fees -$ 400,000$ 400,000$
Total Project Cost:2,091,623$ 14,234,972$ 16,326,595$
Current Available Funds 2,093,623$ 11,575,288$ 13,668,911$
Additional Funding Required:-$ 2,659,684$ 2,659,684$
1,900,000$
615,000$
144,684$
0$
Capital Projects Reserve
Storm Drain CIP Account (2090742)
Completed Projects/Undesignated Capital
Post Project Funds:
Fiscal Impact Summary - Base Bid + Add Alt #1 Award
OASP Park
Fund
Capital Outlay
Fund - LRM Total
AVAILABLE FUND TRANSFERS
Page 128 of 764
Item 5f
ALTERNATIVES
1. Award Base Bid Only
Council could choose to award only the Base Bid and defer Additive Alternate 1
(pickleball courts) to a future phase. This option would reduce the immediate project
cost and funding needed from the Capital Projects Reserve and other accounts.
This would result in a smaller project cost at the time of award and would require a
smaller funding request ($800,000) from the CIP reserve, as well as no funding from
the Storm Drain Account.
If this alternative is chosen, the following funding requests would be needed:
Base Bid Construction 1,778,623$ 8,553,989$ 10,332,612$
Contingency (20%)-$ 2,066,522$ 2,066,522$
Construction Total:1,778,623$ 10,620,511$ 12,399,134$
Construction Management -$ 1,400,000$ 1,400,000$
Construction Support 313,000$ 50,000$ 363,000$
Water Meter Impact Fees -$ 400,000$ 400,000$
Total Project Cost:2,091,623$ 12,470,511$ 14,562,134$
Current Available Funds 2,093,623$ 11,575,288$ 13,668,911$
Additional Funding Required:-$ 895,223$ 895,223$
800,000$
95,223$
-$
Capital Projects Reserve
Completed Projects/Undesignated Capital
Post Project Funds:
Fiscal Impact Summary - Base Bid Award
OASP Park
Fund
Capital Outlay
Fund - LRM Total
AVAILABLE FUND TRANSFERS
Capital Project Reserve Account
Current Balance $ 3,904,675
Proposed Request $ 800,000
Proposed Balance $ 3,104,675
2. Award Base Bid + Additive Alternate #3 (Pump Track)
Council could choose to award the Base Bid and Additive Alternate 3, which includes
an asphalt bicycle track and an unimproved skills course with obstacles on a separate
track. This alternate is the least expensive and is located east of the Base Bid area,
where delaying construction could make future work more difficult. However, Additive
Alternate 3 was not rated as highly as the Pickleball Courts by the community and
PRC.
Page 129 of 764
Item 5f
Should Council choose to award the Base Bid plus Alternative #3 now, $1.9 million
from the Capital Reserve and $300,000 from the Storm Drain account would be
required to fund this alternative, similar to Staff’s recommendation of Base + Additive
Alternate #1:
Base Bid Construction 1,778,623$ 8,553,989$ 10,332,612$
Add Alt #3 Construction -$ 1,493,295$ 1,493,295$
Contingency (15%)-$ 1,773,886$ 1,773,886$
Construction Total:1,778,623$ 11,821,170$ 13,599,793$
Construction Management -$ 1,600,000$ 1,600,000$
Construction Support 313,000$ 75,000$ 388,000$
Water Meter Impact Fees -$ 400,000$ 400,000$
Total Project Cost:2,091,623$ 13,896,170$ 15,987,793$
Current Available Funds 2,093,623$ 11,575,288$ 13,668,911$
Additional Funding Required:-$ 2,320,882$ 2,320,882$
1,900,000$
300,000$
120,882$
(0)$
Capital Projects Reserve
Storm Drain CIP Account (2090742)
Completed Projects/Undesignated Capital
Post Project Funds:
Fiscal Impact Summary - Base Bid + Add Alt #3 Award
OASP Park
Fund
Capital Outlay
Fund - LRM Total
AVAILABLE FUND TRANSFERS
Staff recommends award of Additive Alternate 1 at this time in order to preserve the
bid prices and deliver this highly valued amenity to the neighborhood in a single
construction mobilization.
3. Award Base Bid, Additive Alternate #1 (Pickleball), and Additive Alternate #3
(Bike Pump Track)
If Council chooses to award the Base Bid, Bid Alternate #1, and Bid Alternate #3 at
this time, the total project cost would require using the full balance of the CIP Reserve
Fund ($3,904,675) and an additional $164,319 from the Storm Drain CIP Account.
Staff had intentionally preserved the CIP Reserve to address an anticipated funding
need for the Higuera Com plete Streets project. That project is planned for award in
April or May 2026, which provides an opportunity at the Mid -Year Budget Review in
February to evaluate the Unassigned Fund Balance and consider recommending
funding for Higuera Complete Streets from that source instead of the CIP Reserve.
At the FY 2024–25 Year-End Budget Report presented to Council on November 4,
staff reported an estimated $4.1 million in Unassigned Fund Balance based on
unaudited figures. Staff will return to Council in February with updated audited
numbers and recommendations. Of the $4.1 million, $5 00,000 has already been
Page 130 of 764
Item 5f
assigned to the San Luis Museum of Art (subject to the completed audit and a grant
agreement approval by Council).
Selecting this option would advance several of the community’s top priorities, including
construction of the community park, new pickleball courts, and a pump track (Alternate
#3). Delaying Alternate #3 to a future budget cycle could result in higher future costs
and make future construction more challenging, particularly due to mobilization needs
and ongoing cost escalation.
Should Council wish to move forward with awarding the Righetti Park Project (Base
Bid and Additive Alternates #1 and #3) staff would return at Mid -Year to evaluate and
potentially allocate a portion of the Unassigned Fund Balance to fund the Higuera
Complete Streets project. This alternative presents some risk that at the time of Mid-
Year there could be insufficient Unassigned Fund Balance available to fully fund
unexpected cost escalation on that project.
Alternatively, Council could move forward with the Base Bid and Additive Alternative
#1 at this time and request that staff evaluate the opportunity to fund Additive
Alternative #3 (Pump Track) at Mid-Year. This option would minimize contractor
mobilization and ongoing cost escalation impacts if Additive Alternate #3 was added
at Mid-Year, and provide more certainty about the available funding to cover the cost
of Additive Alternate #3.
Page 131 of 764
Item 5f
Fiscal Impact Summary - Base Bid + Add Alt #1 + Add Alt #3
Righetti Community Park, Spec 2000054
OASP Park Fund
(2000054)
Capital Outlay
Fund - LRM
(2000054) Total
Base Bid Construction $1,778,623 $8,553,989 $10,332,612
Add Alt #1 Construction $- $1,787,905 $1,787,905
Add Alt #3 Construction $- $1,500,000 $1,493,295
Contingency (15%) $- $2,042,072 $2,042,072
Construction Total: $1,778,623 $13,883,966 $15,662,589
Construction Management $- $2,000,000 $2,000,000
Construction Support $313,000 $120,000 $433,000
Water Meter Impact Fees $- $400,000 $400,000
Total Project Cost: $2,091,623 $16,403,966 $18,495,589
Current Available Funds $2,093,623 $11,575,288 $13,668,911
Additional Funding
Required: $- $4,828,678 $4,828,678
AVAILABLE FUND TRANSFERS
Capital Projects Reserve $3,904,675
Storm Drain CIP Account (2090742) $779,319
Completed Projects/Undesignated Capital $144,684
Post Project Funds: $0
4. Reject all bids and re-advertise.
Council could direct staff to reject all bids and re-advertise the project. This would
likely result in higher bid totals and significant project delays. Staff, in collaboration
with the City Attorney’s office, have concluded that the low bid by Brough is responsive
and recommend award.
ATTACHMENTS
A - Brough Bid Package
B - Draft Resolution to appropriate Capital Project Reserve funds
C - Bid Protest Letter
D - Low Bidder’ Response Letter
Page 132 of 764
,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
Page 133 of 764
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
Page 134 of 764
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
Page 135 of 764
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
Page 136 of 764
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
Page 137 of 764
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
Page 138 of 764
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
Page 139 of 764
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
Page 140 of 764
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
Page 141 of 764
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
Page 142 of 764
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
Page 143 of 764
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 $l
llo-oo o
nTD,ALTERNATE #4 (UPPER RIGHT QUADRANT)
tui 0l:l ; LiZl'.-l-lChl &
rJtMr(:BiLiZATION
5o,oooLS1
'i i:i\.,!fr,3R/'.kY BRIDGE FOR
ACCESS
': 54-2
1,030LF1,090
.o27
l{aooLS1
/,?ooLS1
,: i-ii{lVi WA I-trR POLLUTION
CJiviPLiANCE WITH
i-:i;r, li,)iG PtrRMlT
fi[QUllli:n',l5NTS
it,4-3
4-.4.
4-S "r
-i'[:l'/i PORIlitY FENCI NG
'_ -t, i af_,r_.!,._., -.tti, , i'i,l_ ll-
t/ aaoLS1
Stoa)LS 1
1l,1GoCY4,180 a?)ou
ll'oo T',l,s3OCY2,230
,O 1WALS1
CC!i!.4 Pi-lAr\icF Wi GRADING
Ll i:i ii { ;\.\1.,r CE & APCD
irl.r:ft4l iii
riiil::V['/iNG &
CCi'IS-I IiUCTION STAKI NG
li i ;.r],, t-rr-;'rry3RK - FILL
4.10
/','-rt :J
J
[,4.f-t-il-i\\'oRli - cuT
/:.- |
4-)
a.-q,
i::P,l-aili\'VORK -
r-i'v L: li. Fil CAVA,TI O N
\35.6oo5,000 a+SQFT
71'o"1Z1,ksoSQFT4,400
77,zrcSQFT8,100 /z'oo
[.06o',ooo l roco.oooLS1
tJo,goo13,200 tqSQFT
5/,oooLS1
3,60o2/,fu)''uEA
tLrt6o160SQFT76
4,o6 oclloo oEA14--"',J '. I
/r-i6
/i,
1.", i
i ' a\.)
t -. a)
ILS \\E.?S6LF950
' 3L-..,,j i irf "t:.,!::ABL ir PAVERS -
i:':'Ll:- :::A.B iLi lAl-ED BRI DG E #3
[t i ;, _,i\j,]li.i:'i E ABUTMENTS
ii;ir,,;itr l"[ POST TENSION
I.ii. ) I j ii',- -q.li.BS
,-.;,*)i t.;i ir:"i-i: cuRB RAMPS
r;:':..'i-:l\,:::] CURB - B" W
f,i,l, ..r.,{i:-,',: S-TAI RS
/t '-) r-r
VI GN
.:.i-.)f.li-S C0URTS &
I'r.i. i'.:!r,r i \:! hli:ll
4-'i1
4-i2
4-15
.tt-l-i.l.i:r :NG
C''' ili.lFl-ii F'AVING -
rr;,1';!,, gf p. j.n.\
4-'t3 i
4-'i4
i
t.;
8t:10
SPECIAL PROVISIONS
Addendum #4 - 12
Page 144 of 764
SPECIAL PROVISIONS
Itein
No.
Item
Description
Unit of
Measure
Estimated
Quantitv
Item Price
(in fisures)
Total ltem
Price
(in fiqures)
4-21 LF B5 1",14,$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
Page 145 of 764
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^"
Page 146 of 764
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
Page 147 of 764
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
Page 148 of 764
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
Page 149 of 764
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
Page 150 of 764
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
Page 151 of 764
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
Page 152 of 764
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
Page 153 of 764
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
Page 154 of 764
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
Page 155 of 764
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
Page 156 of 764
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
Page 157 of 764
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
),
Page 158 of 764
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
Page 159 of 764
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
Page 160 of 764
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
Page 161 of 764
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
Page 162 of 764
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
Page 163 of 764
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
Page 164 of 764
.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
Page 165 of 764
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
Page 166 of 764
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
Page 167 of 764
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
Page 168 of 764
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
Page 169 of 764
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
Page 170 of 764
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
Page 171 of 764
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
Page 172 of 764
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
Page 173 of 764
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
Page 174 of 764
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
Page 175 of 764
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)
Page 176 of 764
R ______
RESOLUTION NO. _____ (2025 SERIES)
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN LUIS
OBISPO, CALIFORNIA, AUTHORIZING APPROPRIATION OF CAPITAL
PROJECTS RESERVE FUNDS TO SUPPORT THE RIGHETTI
COMMUNITY PARK PROJECT, SPECIFICATION NUMBER 2000054
WHEREAS, on May 20, 2025 the City Council authorized advertisement of the
Righetti Community Park Project, and delegated authority to the City Manager to award
the construction contract if the lowest responsible bidder was within the Engineer’s
Estimate of $9,950,000; and
WHEREAS, the project includes the construction of a new playground, sports field,
parking lot and restroom to provide a recreational asset for the entire community; and
WHEREAS, one bid additive alternate #1 is to be awarded to deliver pickleball
courts as part of this project; and
WHEREAS, to provide sufficient funding for both the project base and additive
alternate #1, staff recommends that the City Council approve the use of an additional
$1,900,000 from the Capital Project Reserve Fund ; and
WHEREAS, a balance of $3,904,675 is currently available in the Capital Project
Reserve Fund, which can support this staff recommendation and maintain a balance to
address other unforeseen capital needs in Fiscal Year 2025 -2026.
NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Luis
Obispo as follows:
SECTION 1. The City Council authorizes the appropriation of $1,900,000 from the
Capital Project Reserve Fund to the Righetti Community Park project account 2000054 .
Upon motion of Council Member ___________, seconded by Council Member
___________, and on the following roll call vote:
AYES:
NOES:
ABSENT:
The foregoing resolution was adopted this _____ day of _______________ 20 2X.
___________________________
Page 177 of 764
Resolution No. _____ (202X Series) Page 2
R ______
Mayor Erica A. Stewart
ATTEST:
______________________
Teresa Purrington
City Clerk
APPROVED AS TO FORM:
______________________
J. Christine Dietrick
City Attorney
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the
City of San Luis Obispo, California, on ______________________.
___________________________
Teresa Purrington
City Clerk
Page 178 of 764
Charles K. Stec
Attorney at Law
ckstec@lanak-hanna.com
{3078 33498}
1851 East First Street, Suite 700, Santa Ana, CA 92705 P 714-620-2350 F 714-703-1610
November 6, 2025
VIA E-MAIL AND OVERNIGHT MAIL
City of San Luis Obispo
Attn: Project Manager
919 Palm Street
San Luis Obispo, CA 93401
c/o aramos@slocity.org; wbanker@slocity.org; CityClerk@slocity.org; AColunga@slocity.org
RE: URBAN HABITAT’S BID PROTEST OF BROUGH CONSTRUCTION, INC.’S BID
Project: Righetti Ranch Parks – Community Park, Specification No. 2000054
Dear City of San Luis Obispo Project Manager
We represent Urban Habitat (“Urban”) with regards to its bid on the City of San Luis Obispo (the
“City”) Righetti Ranch Parks – Community Park, Specification No. 2000054 (“Project”). This letter
serves as Urban’s formal protest against the bid of Brough Construction, Inc. (“Brough”). The bid
results were published on October 31, 2025. This bid protest follows the City’s protest instructions.
Brough’s bid is non-responsive because it failed to list the percentage of the total base bid for work
of certain subcontractors performing more than ½ percent of the total base bid; and thus, Brough’s
bid must be rejected. Urban requests City reject Brough’s bid and award the Project to Urban as the
lowest responsive and responsible bidder.
I.BROUGH’S BID IS NON-RESPONSIVE
In accordance with the September 24, 2025 Addendum No. 2 for Specification No. 2000054, the
Standard Specifications Section 2-133A of the bid package, was revised and therein specifically
requires that the bidder state on the subcontractor list the percentage of its subcontractor’s work of
the total base bid. As it relates to the subcontractor list, revised Specification Section 2-1.33A
requires:
On the Subcontractor List, you must submit:
1.Name under which subcontractor is licensed
2.License number
3.DIR Public Works Registration Number
4.Address
5.Phone number
6.Specific description of subcontracted work
7.Percentage of total base bid amount with your bid.
Failure to do so results in a nonresponsive bid.
Furnish bid using blank forms provided in the Special Provisions. Bid must include all forms and
must be signed by the bidder. Subcontractor List and percentage of each item subcontracted must be
provided with the bid, on the List of Subcontractors form provided herein.
(Id.; [Highlights added].)
File No. 33498
Page 179 of 764
Page 2
As excerpted below, Brough’s bid does not list the “percentage of total base bid amount with your
bid” for multiple subcontractors performing base bid line-item scopes of work including: (i) restroom,
base bid line item 53; (ii) shade structures, base bid line item 30; and (iii) playground equipment,
base bid line item 57.
Thus, Brough’s bid is nonresponsive because it failed to submit multiple subcontractors’ “percentage
of the total based bid amount” as required by Specification Section 2-1.33A. Moreover, Specification
Section 2-1.33A expressly provides that the “Failure to do so results in a nonresponsive bid.”
A basic rule of competitive bidding is that bids must conform to specifications, and that if a bid does
not so conform, it may not be accepted. A nonresponsive bid may be summarily denied by a public
entity even if the bid is otherwise monetarily the best for the entity. Great West Contractors, Inc. v.
Irvine Unified School Dist. (2010) 187 Cal.App.4th 1425, 1428. A bid is responsive if it promises to
do what the bidding instructions demand. Taylor Bus Service, Inc. v. San Diego Bd. of Education
(1987) 195 Cal.App.3d 1331, 1341. Usually, whether a bid is responsive can be determined from the
face of the bid without outside investigation or information. Id. at 1342. The test for responsiveness
focuses on the four corners of the bid documents and does not consider information or details outside
of the bid and bid documents. Great West Contractors, Inc., supra, 187 Cal.App.4th 1425, 1428.
When evaluating a bid, a public entity must follow the requirements of the Public Contract Code and
any additional requirements it mandates in the bid documents. Poza v. Department of Transp. (1983)
145 Cal.App.3d 269 (emphasis added).
{3078 33498}
Page 180 of 764
Page 3
{3078 33498}
Moreover, Brough’s failure to follow the bid requirements cannot be waived as an irregularity. A bid
fails to comply materially with the bid package if it gives the bidder an unfair competitive advantage
over other bidders. Ghilotti Construction Co., supra, 45 Cal. App. 4th. at 904. Unfair advantages
include those errors and omissions which would allow a contractor to withdraw its bid. Valley Crest
Landscape, Inc. v. City Council (1996) 41 Cal.App.4th 1432, 1442. Specifically, Public Contract
Code § 5103 allows a bidder to withdraw its bid when “a mistake was made in filling out a bid”. (Id.)
The Valley Crest Court reasoned “As such, under Public Contract Code section 5103, North Bay
could have sought relief by giving the City notice of the mistake within five days of the opening of
the bid. The fact that North Bay did not seek such relief is of no moment. The key point is that such
relief was available. Thus, North Bay had a benefit not available to the other bidders; it could have
backed out. Its mistake, therefore, could not be corrected by waiving an ‘irregularity’.” Valley Crest,
supra, 41 Cal.App.4th at p. 1442.
To be clear, the express requirements of Specification Section 2-1.33A cannot be waived as a
misunderstanding of the specifications by Brough or a clerical error, since it gives Brough an unfair
advantage as it could withdraw its bid withdraw its bid without consequence to its bid bond, thereby
gaining a competitive advantage.
II.CONCLUSION
Brough’s bid must be rejected by City because Brough failed to list the percentage of the total base
bid for work of certain subcontractors performing more than ½ percent of the total base bid as
expressly required by Specification Section 2-1.33A. Additionally, this failure provides Brough with
an unfair competitive advantage. As a result of Brough’s failure to meet the bid requirements, Urban
requests City reject Brough’s bid and award the Project to Urban as the lowest responsive and
responsible bidder.
Sincerely,
Charles K. Stec
Attorney at Law of the Firm
cc: Via email only
Jeffrey L. Brough
Brough Construction, Inc.
530 E. Paulding Cir. Suite B
Arroyo Grande, CA 93420
jeff@broughconstruction.com
Page 181 of 764
Page 182 of 764
FELDMAN & ASSOCIATES, INC.
ATTORNEYS AT LAW
11030 SANTA MONICA BOULEVARD
SUITE 109
LOS ANGELES, CALIFORNIA 90025
(310) 312-5401
FACSIMILE (310) 312-5409
November 12, 2025
Via US Mail and Email
City of San Luis Obispo
Attn: Project Manager
919 Palm Street
San Luis Obispo, CA 93401
aramos@slocity.org
wbanker@slocity.org
CityClerk@slocity.org
Acolunga@slocity.org
Subject: Brough Construction, Inc. / City of San Luis Obispo
Righetti Ranch Parks – Community Park, Specification No. 200054
To the Project Manager,
This law firm represents Brough Construction, Inc. (“Brough”) the lowest responsive and
responsible bidder for the Righetti Ranch Parks – Community Park, Specification No. 200054
(the “Project”) for the City of San Luis Obispo (the “City”). Brough is in receipt of the untimely
bid protest made by Urban Habitat (“Urban”) expressing concerns about Brough’s bid on the
Project.
Urban’s bid protest is without merit and should be rejected for the following reasons:
1. Brough is the lowest responsive and responsible bidder and should be awarded the
contract.
2. Urban failed to timely issue its bid protest.
3. The bids were not required to list out a percentage of the total base bid amount with
respect to specialty items. Therefore, Brough’s bid did not deviate nor did Brough
gain an advantage either materially or immaterially.
I. THE LAW ON BID PROTEST
Before addressing the three issues you raised in your email, an understanding of the law
on bid protests is important.
California law mandates that a public entity must competitively bid public works
contracts and award the contract to the lowest responsible bidder that submits a responsive bid.
MCM Construction, Inc. v. City and County of San Francisco (1998) 66 Cal.App.4th 359, 368.
These requirements are strictly enforced to protect taxpayers by inviting competition, which
Page 183 of 764
2
helps “guard against favoritism, improvidence, extravagance, fraud and corruption,” Domar
Electric, Inc. v. City of Los Angeles (1994) 9 Cal. 4th 161, 173. These public interests are what is
important. Ghilotti Construction Co. v. City of Richmond (1996) 45 Cal.App.4th 897, 908-909.
Allowing the disappointed bidder to invalidate the lowest bid on technical violations in hopes of
securing the contract at a higher price frustrates these public interests rather than upholding
them. Id.
So, first we need to remember that when looking at bid protests, if the bid is responsive,
and promises to do what the City requested, that is the end of the inquiry.
When there is a Bid Protest, a public entity such as the City is limited in what it can look
at. The test for responsiveness focuses on the four corners of the bid documents and does not
consider information or details outside of the bid and the bid documents. Great West Contractors
187 Cal.App.4th at 1453-54.
It is established under California law that bids which substantially conform to a public
agency’s request but contain some error or irregularity may be accepted if the error does not
affect the amount of the bid or give the applicant an advantage that other bidders did not have.
Bay Cities Paving & Grading, Inc. v. City of San Leandro (2014) 223 Cal.App.4th 1181, 1198-
1199. Therefore, bids must be evaluated from a practical, rather than hypothetical, standpoint,
giving due consideration to the public interest being served. Ghilotti at 908-909; MCM at 370.
These public interests are getting the best price and avoiding favoritism and corruption. Domar
at 173.
Urban asks the City to ignore the public interest of contracting with the lowest bidder and
instead wants the City to waste public funds. Even if there was a minor error, which there is not,
the City must award to the lowest bidder.
In evaluating the responsiveness of a bid, it is “well established that a bid which
substantially conforms to a call for bids may, though it is not strictly responsive, be accepted if
the variance cannot have affected the amount of the bid or given the bidder an advantage or
benefit not allowed other bidders or, in other words, if the variance is inconsequential.”
Emphasis added, Valley Crest Landscape, Inc., v. City Council (1996) 41 Cal.App.4th 1432,
14401-41 citing Konica Business Machines U.S.A., Inc. v. Regents of University of California
(1988) 206 Cal.App.3d 449, 454 quoting 47 Ops.Cal.Atty.Gen. (1966) 129, 130-31. A variance
in a bid, therefore, will only be considered material if it (1) could have affected the total sum of
the bid or (2) provided a bidder with a competitive advantage. Otherwise, the variance is
inconsequential and waivable.
II. URBAN’S BID PROTEST IS UNTIMELY.
The bid document entitled “Notice of Bidders” specifies the bid protest timeline as
follows:
Protests must be filed no later than five working days after either:
1. Bid opening date,
2. Notification of rejected bid.
Page 184 of 764
3
The City opened the Project bids on Thursday, October 23, 2025. A working day excludes
weekends and holidays. Therefore, five working days after October 23, 2025 is not October 28
but rather Thursday, October 30, 2025.
Urban’s bid protest letter is dated November 6, 2025. This is a full week past the deadline
listed in the Notice of Bidders. Therefore Urban’s bid protest letter is untimely and must be
rejected by the City. If the City fails to reject the untimely bid protest letter, then the City will not
be abiding by the bid requirements and procedures. See MCM; Domar; Ghilloti.
In sum, the City should reject Urban’s untimely bid protest letter and proceed to award
the Project to Brough.
III. SPECIALTY ITEMS DID NOT NEED THE PERCENTAGE OF TOTAL
BASE BID AMOUNTS.
Urban accuses Brough of failing to follow the bid instructions in Addendum No. 2 for
Specification No. 2000054, Section 2-1.33A. One of the items that must be included is “7.
Percentage of total base bid amount with your bid… percentage of each item subcontracted must
be provided with the bid.”
However, this same Addendum No. 2 specifies that the fifth paragraph of Section 5-
1.13A must be replaced, with part of the replacement language reading:
Excluding items designated with an “S” on the Bid Item List. “S”
indicates specialty items of work. The value of specialty items of work is
not included in the calculation.
This revision clarifies that specialty items listed in the bid do not need the additional
information specifying the line item’s percentage of the total base bid amount. Brough’s base bid
contains 118 bid items: 113 non-specialty items that did contain the percentage of the total base
bid amount and only 5 specialty items that did not include the percentage of the total base bid
amount. Thus, Brough followed the bid specification instructions including the revised
specifications in Addendum No. 2.
Even if Brough was supposed to include the percentage of the total base bid amount for
the 5 specialty items, this is a minor clerical error that does not materially affect Brough’s bid
because Brough complied with the requirements for the 113 non-specialty items.
The pricing of Brough’s base bid was clear and allowed the City to correctly compare
Brough’s bid with other bids. Brough’s base bid clearly listed the cost of each of the 118 bid
items, plus the total amount of all 118 bid items in Bough’s base bid. Thus, Brough did not gain
either a material or immaterial advantage over another contractor by not including this
information for the 5 specialty items.
No specialty subcontractor is harmed by Brough’s alleged clerical error because Brough
listed the cost of each of the 5 specialty line items. Brough will of course pay the specialty
subcontractors in full even though Brough followed the revision to the fifth paragraph of Section
5-1.13A and did not include the percentage of the total base bid amount for each of the 5
Page 185 of 764
4
specialty line items.
Furthermore, Brough did not gain an advantage (materially or immaterially) over other
bidders by not including the percentage of the total base bid amount for the 5 specialty items.
The factual consideration of whether a bidder receives an advantage from a waiver of
strict compliance is evaluated in light of the public interest, not from the perspective of
disappointed bidder. Judson Pacific–Murphy Corp. v. Durkee (1956) 144 Cal.App.2d 377, 383,
“It certainly would amount to a disservice to the public if a losing bidder were to be permitted to
comb through the bid proposal… of the low bidder after the fact [and] cancel the low bid on
minor technicalities, with the hope of securing acceptance of his, a higher bid. Such construction
would be adverse to the best interests of the public and contrary to public policy.”
In sum, the City should reject Urban’s untimely bid protest letter and proceed to award
the Project to Brough because Brough followed the requirements listed in the Addendum No. 2
for Specification No. 2000054, Section 2-1.33A. The issues aired by Urban are not true and are
therefore not a sufficient reason for the City to reject Brough’s bid.
IV. CONCLUSION
Thus, for the above reasons, the City should award the contract to Brough as the lowest
responsive and responsible bidder.
In addition, Brough requests the following:
1. That this letter serves as a protest against the award of the above contract to
anyone other than Brough.
2. Mailed notice of all meetings of the awarding authority at which any issues
pertaining to the award to the contract are on the agenda for meeting pursuant to
Gov. Code § 54954.1
3. That Brough be informed by telephone or fax or email as soon as any staff reports
or recommendations concerning any issues pertaining to the award of the contract
are available to the public, so that we can immediately inspect those reports or
recommendations.
4. The ability to address the awarding authority before or during consideration of
any issues pertaining to the award of the contract pursuant to Gov. Code §
54954.3(a).
Thank you for your prompt attention to this matter. If you have any questions, please
direct them, as well as any communication with this office, to the undersigned.
Page 186 of 764
5
Sincerely,
Sumner W. Schwartz, Esq.
for Feldman & Associates, Inc.
cc: Mark Feldman, Esq.
Brough Construction, Inc.
Lanak & Hanna, P.C. Charles K. Stec, Esq. ckstec@lanak-hanna.com
Enclosed: A Notice to Bidders; and,
B Addendum #2.
Page 187 of 764
RIGHETTI COMMUNITY PARK
City Council Meeting
December 2, 2025
Bid Alternative Funding
2
Alt #1 – Pickleball Courts - $1.8 mil
•$2.5 mil if constructed in 2029
Alt #3 – Bike Pump Track - $1.5 mil
•$2.3 mil if constructed in 2031
Alt #2 – Basketball Courts -$5.3 mil
•$8.6 mil if construct in 2033
Alt #4 – Tennis Courts - $3.9 mil
•$6.5 mil if constructed in 2034
1
2
3
4
Base
Recommendation– Base Bid + Alt #1
Total Project Cost 16,326,595$
Additional Funding Required 2,659,684$
Capital Projects Reserve 1,900,000$
Storm Drain CIP Account 615,000$
Completed Projects Account 144,684$
Capital Projects Reserve 2,004,675$
Storm Drain CIP Account 733,209$
Completed Projects Account 179,098$
REMAINING FUNDS
FUND TRANSFERS
Fiscal Impact Summary
Alternative– Base Bid
Total Project Cost 14,562,134$
Additional Funding Required 895,223$
Capital Projects Reserve 800,000$
Storm Drain CIP Account -$
Completed Projects Account 95,223$
Capital Projects Reserve 3,104,675$
Storm Drain CIP Account 1,348,209$
Completed Projects Account 228,559$
Fiscal Impact Summary
FUND TRANSFERS
REMAINING FUNDS
Alternative – Base Bid + Alt #3
Total Project Cost 15,987,793$
Additional Funding Required 2,320,882$
Capital Projects Reserve 1,900,000$
Storm Drain CIP Account 300,000$
Completed Projects Account 120,882$
Capital Projects Reserve 2,004,675$
Storm Drain CIP Account 1,048,209$
Completed Projects Account 202,900$
Fiscal Impact Summary
FUND TRANSFERS
REMAINING FUNDS
Alternative – Base Bid + Alt #1 + Alt #3
Total Project Cost 18,495,589$
Additional Funding Required 4,828,678$
Capital Projects Reserve 3,904,675$
Storm Drain CIP Account 779,319$
Completed Projects Account 144,684$
Capital Projects Reserve -$
Storm Drain CIP Account 568,890$
Completed Projects Account 179,098$
Fiscal Impact Summary
FUND TRANSFERS
REMAINING FUNDS
Bid Protest
7
•Bid Protest received from Urban Habitat
on Nov 6
•Staff rejected as untimely
•Bid Protest alleges low bidder failed to
calculate Sub-contractor percentage of
work for Specialty Items
•Clerical error does not provide
advantage and can be waived
•Protest provided to City Council for
review prior to meeting
1
2
3
4
Base
Questions?
8