Loading...
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