HomeMy WebLinkAbout14-02-25 C.W. Driver - Claims SettlementTO:
FROM:
PREPARED BY:
PHONE:
TITLE:
ABSTRACT:
CITY OF
Agenda Item No. 16.
HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
Dave Kiff, City Manager— (949) 644 -3002, dkiff @newportbeachca.gov
Stephen Badum
949 - 644 -3002
Claims Settlement - C.W. Driver, Bohlin Cywinski Jackson, and City
The proposed Settlement Agreement and General Release resolves in final form all outstanding claims
made by certain sub - contractors to C.W. Driver for the Civic Center and Park Project.
RECOMMENDATION:
Approve the Settlement Agreement and General Release, in substantially the same form as that staff
report attachment, with C.W. Driver, in the amount of $2,399,430 (net new cost to City of $2.19M).
FUNDING REQUIREMENTS:
If approved, the expenditure will be drawn from the General Liability Fund.
DISCUSSION:
The Civic Center and Park project was substantially completed in April 2013 by C.W. Driver. Bohlin
Cywinski Jackson (BCJ) has been the lead project architect, with several subcontractors working under
BCJ. The City has been largely satisfied with the completed project, which included a city hall, parking
structure, 14 -acre park, dog park, pedestrian bridge, stormwater detention facility, and expansion of the
Central Library. The project has won honors for its energy efficiency and advanced design. The
partnership between CW Driver, BCJ, and the City has been a strong one, with cooperation all
throughout the over five years (2008 to 2013) of the project's design, construction, and completion.
Since completion, several sub - contractors to C.W. Driver submitted claims requesting payment for
change orders that were previously rejected by the City and for extended general conditions due to
alleged delays. The total claims submitted to C. W. Driver totaled over $9M. Stop payment notices
were also filed in the amount of $8.2 million. The City is currently holding the project retention of
$4,548,429.85 from CW Driver.
C.W. Driver has been negotiating with the various sub - contractors to reduce or eliminate the various
claims. Recognizing that the project was contracted as a Construction Manager at Risk contract, C.W.
Driver has proposed absorbing a major portion of the cost to settle these claims. They are proposing
that the City provide a portion of the claims settlement cost. A breakdown of the proposed City share of
the claim settlement is shown as Attachment A.
The City Attorney's office and project staff have reviewed the various claims and feel that many of the
claims are unwarranted. However, further litigation on these matters would likely balloon the claims
costs further and cost significant resources as the claims are administered to fully review and analyze
responsibility. Including legal expenses, the cost of an unfavorable judgment or arbitration action could
expose the City to up to $8 million in expenses. With that potential risk in mind, Staff reluctantly
recommends that the attached settlement agreement (Attachment B) be executed by City Council.
Unfortunately, having claims at the end of a large construction project such as this one is fairly typical.
Resolving these types of claims through a settlement agreement is always challenging to swallow, but
the alternative legal actions can take years to resolve and will ultimately cost the City more in lost staff
time and legal costs. The City is fortunate that we elected to construct the Civic Center and Park
utilizing a Construction Manager at Risk delivery method, so much of the claims settlement expense
falls on C.W. Driver. The final settlement amount represents about 2% of the overall construction
amount ($112,833,339) and a smaller percentage of the "all -in" costs of the project if costs are included
from 2008 -09 onward ($139,939,969). Therefore, while distasteful, the proposed settlement is likely to
be a sound business decision.
Pr000sed Settlement
The execution of the agreement settles all claims and protects the City from any future claims
associated with the construction contract. In general the agreement includes:
• Payment of $2,399,430 to C. W. Driver representing the City's share to settle all
outstanding claims (net new cost to City = $2,199,430);
• C.W. Driver will secure all Stop Payment notice releases so that the City may
immediately release the project retention to C. W. Driver;
Acceptance of the project as it currently exists with the City assuming responsibility to
secure the final certificate of occupancy (several small issues remain to be resolved and
will be completed within the next few weeks by staff); and
Assignment of any rights to pursue the manufacturer of NaturalPAVE relating to park
walkways.
More about the 'Natural PAVE' material issue
The paving material, NaturalPAVE, for the Park and some of the Civic Center walkways is a flexible
paving product that is suitable for ADA compliant walkways with the appearance of decomposed
granite. It was specified by our Landscape Architect, Peter Walker Partners. The material is
manufactured by Soil Stabilization Product Co and it was installed by Park West's subcontractor,
Blacktop Paving, who was the manufacturer certified installer for the NaturalPAVE product. Near the
completion of the walkway installation, we observed cracking issues on some of the walkway areas
within the park. Subsequent investigation indicated a potential material failure, but the manufacturer
insisted that their product met the product specifications and claimed improper installation. Staff has
observed that the cracking of the park walkways has not degraded further and no new areas of concern
have appeared. As a part of their portion of the settlement, Park West has agreed to repair some of the
walkways at their cost and their rights to pursue the manufacturer we be assigned to the City.
ENVIRONMENTAL REVIEW:
Staff recommends the City Council find this action is not subject to the California Environmental Quality
Act ( "CEQA ") pursuant to Sections 15060(c)(2) (the activity will not result in a direct or reasonably
foreseeable indirect physical change in the environment) and 15060(c)(3) (the activity is not a project
as defined in Section 15378) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter
3, because it has no potential for resulting in physical change to the environment, directly or indirectly.
NOTICING:
The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at
which the City Council considers the item).
(Jame: Description:
❑ 14 -02 -19 Attachment A - Chart.odf Summary of Claims
❑ CW Driver Inc Settlement Acreementodf Proposed Settlement Agreement w/3 Exhibits
Attachment A — Summary of Claims
Subcontractor & Associated Work Scope
H/LMaim
mount
City Hall and Library addition
Critchfield Mechanical - HVAC
$250,000
Montbleau & Associates - Finish Carpentry
$125,000
Preferred Ceilings - Ceiling Finishes
$1155,000
SME Steel - Structural Steel &#disc. metals
$1,350,000
Superior Wall Systems - Interior wall framing .and drywall
$80,000
Subtotal U4, Hall and UbraryAddi€ion
$1,920,000
Detention Basin and Grounds
Park Vilest - [detention Basin and Landscape
$561,572
Subtotal Detention Basin and Grounds
$561,572
Total Claims Settlement Amount
$2,481,572
Less allocated project contingency
($82,142)
Final Settlement Amount
$2;399,430
Contribution from BCJ Fee
(5200,:000)
Net New Coast to City
1 $2,198,430
SETTLEMENT AGREEMENT AND GENERAL RELEASE
WITH C.W. DRIVER, INC.
THIS SETTLEMENT AGREEMENT AND GENERAL RELEASE ( "Settlement
Agreement "), is entered into as of this day of February, 2014 ( "Effective Date "),
by and between the CITY OF NEWPORT BEACH, a California municipal corporation
and charter city ( "City'), and C.W. DRIVER, INC., a California Corporation whose
address is 15615 Alton Parkway, Suite 150, Irvine, California 92618 ( "CM "), and is
made with reference to the following:
RECITALS:
A. On June 7, 2010, City and CM entered into a Construction Manager at Risk
Contract ( "CM Contract ") for the Newport Beach Civic Center and Park Project
( "Project ").
B. On September 3, 2010, . City and CM entered into Amendment No. One to the
CM Contract ( "Amendment No. One "), as contemplated in the CM Contract,
Article Six, Section 6.1.9(e), to add the Design Build 450 stall parking garage and
to increase the Guaranteed Maximum Price ( "GMP ").
C. On February 22, 2011, City and CM entered into Amendment No. Two to the CM
Contract ( "Amendment No. Two ") for additional services not included in the CM
Contract or Amendment No. One, to add the construction of the City Hall Office
Building, Central Library Expansion, Parks and miscellaneous items of work for
the Newport Beach Civic Center, to increase the GMP by $82,374,384 for a total
GMP of $104,306,931; and to update the insurance provisions consistent with
the Citys election to implement an Owner Controlled Insurance Program
( "OCI P ").
D. On November 29, 2011, City and CM entered into Amendment No. Three to the
CM Contract ( "Amendment No. Three "), to reflect the City's option to construct
the San Miguel Pedestrian Bridge as part of Phase Three as originally
contemplated in the CM Contract, Article One, Section 1.3, and increase the
GMP to $105,306,931 utilizing $1,000,OOO'of the Owner's Contingency along
with $1,000,000 of the Construction Contingency to fund the costs of
construction.
E. On April 24, 2012, City and CM entered into Amendment No. Four to the CM
Contract ( "Amendment No. Four) for additional services not included in the CM
Contract or prior amendments to add the fabrication and installation of Project
signing and the installation of dry utilities modifications to increase the GMP by
$476,281 for a total GMP of $105,783,212.
On October 23, 2012, City and CM entered into Amendment No. Five to the CM
Contract ( "Amendment No. Five ") for additional services not included in the CM
Contract or prior amendments for Library Clerestory repair to increase the GMP
by $720,913 for a total GMP of $106,504,125.
G. On October 9, 2013 City and CM entered in Amendment No. Six to the CM
Contract ( "Amendment No. Six') for additional services not included in the CM
Contract, or prior amendments for extended general conditions and to increase
the GMP by $1,400,000 for a total GMP of $107,904,125.
H. CM has submitted a claim for $8,203,965 for, among other things, alleged extra
work performed by CM's contractors, subcontractors and suppliers, on the
Project, as well as delays which impacted CM's contractors, subcontractors, and
suppliers on the Project ( "Claims "). A detailed list of the Claims is set forth in
Exhibit A hereto and incorporated herein by this reference.
For purposes of avoiding legal proceedings related to the Claims, City and CM
desire to enter into this Settlement Agreement for additional services not included
in the CM Contract, or prior amendments, to provide a release of all claims
associated in any way with the Project, and to increase the GMP by $2,399,430
for a total GMP of $110,303,555.
. NOW, THEREFORE, it is mutually agreed by and between the undersigned
parties as follows:
SCOPE OF WORK
City and CM acknowledge that the above Recitals are true and correct and are
hereby incorporated herein by reference. Article Two of the CM Contract shall be
supplemented to include this Settlement Agreement.
2. GUARANTEED MAXIMUM PRICE
Section 6.1.1 of the CM Contract shall be amended to increase the GMP to One
Hundred and Ten Million Three Hundred Three Thousand Five Hundred Fifty -Five
Dollars and 00/100 ($110,303,555) ( "Final. Contract Amount'), an increase in the GMP
by Two Million Three Hundred Ninety -Nine Thousand Four Hundred Thirty Dollars and
No /100 ($2,399,430), within three (3) business days of the execution of this Settlement
Agreement by the City and CM. The Final Completion Contract Date shall be the
Effective Date of this Settlement Agreement
3. FINAL PAYMENT & RELEASE
A. Notwithstanding the potential additional future work provided in
Subsection. 3(F), the GMP provided in this Settlement Agreement shall be the final
payment by City for the Project and shall satisfy all past, current and future claims for
compensation, damages, costs, expense, interest or demand for any type of payment
C.W. DRIVER, INC. Page 2
by CM, its subcontractors, suppliers, as well as any other person or entity that relates in
any way to the Claims, CM Contract, as amended, and /or the Project. The City
authorizes its City Manager to execute all assignment, waiver and other agreements
reasonably necessary to close out this Project, including, but not limited to, the
assignment agreement for the installation of the NaturalPAVE material attached hereto
as Exhibit B, and incorporated herein by reference.
B. CM, for themselves and all of their predecessors, successors, assigns,
representatives, attorneys, employees, officers, subcontractors, suppliers or agents
(collectively, "CM "), do hereby fully and forever release and discharge City and all of
its predecessors, successors, assigns, representatives, attorneys, employees,
officers, contractors, subcontractors, suppliers or agents of and from any and all
actions, claims, demands, rights, damages, costs, expenses, attorneys fees, expert
fees, consultant fees, other fees, interest, and compensation of any nature
whatsoever, which CM has or may hereafter accrue, including without limitation, any
and all known and unknown, foreseen and unforeseen claims, damage and injury,
relating to, or in any way, directly or indirectly, involving or arising out of any facts or
circumstances related in any way to the Claims, CM Contract, as amended, and /or the
Project.
C. CM shall cause all stop notices and other claims filed against the Project
to be released within fifteen (15) calendar days of the signing of this Settlement
Agreement. CM and the City acknowledge and agree that money that is the subject of
stop notice claims filed with the City that relate in any way to the Claims, CM Contract,
as amended, and /or the Project shall be released in accordance with California law
and after lawsuits filed by any contractor, subcontractor, supplier, or other person or
entity, if any, that relates in any way to the Claims, CM Contract, as amended, and /or
the Project have been dismissed with prejudice.
D. CM shall defend, indemnify, release and hold harmless the City from
and against any and all claims, demands, obligations, damages, actions, causes of
action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses
(including without limitation, attorneys' fees, disbursements and court costs) of every
kind and nature brought by any contractor, subcontractor, supplier, stop notice
claimant, or employee, person, entity, agent, and/ or success or assign thereof, which
may arise from or in any manner relate (directly or indirectly) to the Claims, CM
Contract, as amended, and /or the Project. This indemnification shall include, but not
be limited to, damages awarded against the City, if any, costs of suit, attorneys' fees,
and other expenses incurred in connection with such claim, action, or proceeding
whether incurred by CM, the City, and /or the parties initiating or bringing such
proceeding.
E. It is the intention and understanding of CM, in executing this Settlement
Agreement that it shall be effective as a full and final accord and satisfaction and
compromise and release, of each and every settled or released matter related to the
Claims, the CM Contract, as amended, and /or the Project. In furtherance of this
C.W. DRIVER, INC. Page 3
intention, CM acknowledges that it is familiar with California Civil Code Section 1542
which provides as follows:
"A general release does not extend to claims which the creditor does not
know or suspects to exist in his favor at the time of executing the release,
which, if known by him, must have materially affected his settlement with
the debtor."
CM hereby expressly waives and /or relinquishes any right or benefit which it has, or
might have, under California Civil Code Section 1542 and all other similar provisions
of law of other jurisdictions to the fullest extent allowed by law. In connection with
such compromise, waiver and relinquishment, CM acknowledges that it is aware that it
may hereafter discover facts in addition to or different from those which it may now
know or believe to be true with respect to the Claims, the CM Contract, as amended,
and /or the Project and this Settlement Agreement, but that, except as is otherwise
provided herein, it is CM's intention hereby to fully, finally and forever settle and
release all matters, disputes and differences, known or unknown, suspected or
unsuspected, which do now exist, may exist, or heretofore have existed, and that in
furtherance of such intention, the release actually given herein shall be and remain in
effect as a full and complete general release, notwithstanding the discovery or
existence of any such additional or different facts.
F. As part of this Settlement Agreement, the parties agree as follows:
I. The City accepts all of the work installed by CM as identified in the
CM Contract, including all items identified on the Project's punch list;
ii. CM is not responsible for any on -going California Building Code
issues (e.g., building roof trellis/canopy approval) or correctional work that is related to
the final certificate of occupancy;
iii. Following execution of this Settlement Agreement, if the City
requests, in writing, any additional services related to building or system maintenance
investigation /issues /training, the costs of said requests shall be reimbursed to CM on an
hourly basis in accordance with CM's current 2014 hourly rate schedule and pursuant to
a valid contract;
iv. Following execution of this Settlement Agreement, if the City
requests, in writing, any additional services related to mechanical, electrical, plumbing,
building controls or security systems, the costs for said requests shall be reimbursed to
CM on an hourly basis in accordance with CM's current 2014 hourly rate schedule and
related subcontractor's current 2014 hourly rate schedule and pursuant to a valid
contract;
V. Following execution of this Settlement Agreement, if the City
requests, in writing, any additional services related to schedule analysis, documentation
research, review and assembly as related to the City pursuing potential claims against
C.W. DRIVER, INC. Page 4
parties that performed services on the Project, the costs for said requests shall be
reimbursed to CM on an hourly basis in accordance with CM's current 2014 hourly rate
schedule and pursuant to a valid contract; and
vi. All current CM Contract warranties, subcontract warranties and
manufacturers warranties shall remain in full force and effect in accordance with the CM
Contract.
4. ASSIGNMENT OF RIGHTS
CM warrants and agrees that CM will assign to the City, and that CM will obtain
assignments to the City from its contractors, subcontractors, suppliers, as well as any
other person or entity that provided supplies, services, and /or work on the Project, an
assignment of all rights that each of them have, may have, or may hereafter accrue,
including without limitation, any and all known and unknown, foreseen and unforeseen
claims, damage and injury, relating to, or in any way, directly or indirectly, involving or
arising out of any facts or circumstances related in any way to the Claims, CM Contract,
as amended, and /or the Project including, but not limited to, demands, obligations,
damages, actions, causes of action, suits, losses, judgments, fines, penalties, costs and
expenses (including without limitation, attorneys' fees, disbursements and court costs)
of every kind and nature for alleged extra work, delays, or otherwise, that relate to work,
services and /or supplies provided to the Project that are associated in any way with the
work or services performed by Architect, Bohiin Cywinski Jackson, a Pennsylvania
corporation ( "BCJ"), BCJ's contractors, subcontractors, or anyone performing work on
BCJ's behalf. All assignments required under this section shall be delivered to City
within sixty (60) calendar days of the execution of this Settlement Agreement, in a form
substantially similar to that form attached as Exhibit "C" hereto and incorporated herein
by reference.
5. CONSTRUCTION
This Settlement Agreement shall not be construed against the party preparing
it, but shall be construed as if all parties jointly prepared this Settlement Agreement.
Any uncertainty and ambiguity shall not be interpreted against any one party. This
Settlement Agreement is to be performed in California and it is to be interpreted,
enforced, and governed by and under the laws of the State of California. Language in
all parts of this Settlement Agreement shall be in all cases construed as a. whole
according to its very meaning.
6. ATTORNEYS' FEES
Should suit be brought to enforce or interpret any part of this Settlement
Agreement or the CM Contract, as amended, the prevailing party shall not be entitled
to recover attorneys' fees.
C.W. DRIVER, INC. Page 5
7. AUTHORITY
Each of the parties is authorized to enter into this Settlement Agreement and has
taken all actions to authorize its officers to enter into it and bind the parties, as
evidenced by their signatures below.
8. INTEGRATED CONTRACT
Except as expressly modified herein, all other provisions, terms and covenants
set forth in the CM Contract, as amended, shall remain unchanged and shall be in full
force and effect.
9. NO ADMISSION OF LIABILITY
This Settlement Agreement and the releases contained herein and the
consideration referred to herein are done to save litigation expense and to effect the
compromise and settlement of claims and defenses which are denied, disputed, and
contested. Nothing contained herein shall be construed as an admission by any party
of any liability of any kind to any other party, person or entity.
10. INVALID CLAUSE MAYBE SEVERED.
If any provision, clause, or part of the Settlement Agreement is adjudged illegal,
invalid or unenforceable, the balance of this Settlement Agreement shall remain in full
force and effect.
[SIGNATURES ON NEXT PAGE]
C.W. DRIVER, INC. Page 6
IN WITNESS WHEREOF, the parties hereto have executed this Settlement
Agreement on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: ✓ o
By:
Aaron C. Harp
City Attorney
ATTEST:
Date:
CITY OF NEWPORT BEACH,
A California municipal corporation
By:
Rush N. Hill, II
Mayor
CM: C.W. DRIVER, INC., a California
Corporation
Date:
By: By:
Leilani I. Brown Dana Roberts
City Clerk President
Date:
Bessie Kouvara
Chief Financial Officer
[END OF SIGNATURES]
Attachments: Exhibit A: Claims List
Exhibit B: NaturalPAVE Assignment Agreement
Exhibit C: Sample Assignment Form
C.W. DRIVER, INC. Page 7
EXHIBIT A
CLAIMS LIST
C.W. Driver, Inc. Page A -1
Civic Center & Park Claims List
01/13/2014
ICIalms
Original Claim
I
Negotiated
I
by Sub - Contractor
amount
Amount
Critchfield Mechanical - HVAC
Claim for extended General Conditions
$
507,647
$
250,000
Subtotal =
$
507,647
$
250,000
Montbleau - Finish Carpentry
Claim for extended General Conditions
$
473,059
$
125,000
Subtotal =
$
473,059
$
125,000
Park West - Landscapine
Rejected Change Order - Detention Basin Soil
$
230,664
Rejected Change Order - Detention Basin Grading (Stice Cc)
$
183,342
Claim for extended General Conditions
$
385,883
Claim for extended Maintenance
$
49,324
Rejected change Order- Additional Natural PAVE costs
$
235,346
Rejected Change Order - Substitute walkway concrete
$
165,763
Subtotal =
$
1,250,322
$
561,572
Prefered - Ceiling Finishes
Rejected Change Order - Revisions to overhead linear grilles
$
122,236
Rejected Change Order - Linear wood over presentation wall
$
13,312
Subtotal =
$
135,548
$
115,000
SME - Structural Steel and Misc. Metals
Claim for extended General Conditions
$
1,083,101
Claim for Design Assist costs
$
718,359
Rejected Change Order - additional deck supports
$
76,018
Rejected Change Order - additional plating and tabs
$
80,911
Rejected Change Order - Revisions to conduit hole sizes
$
39,549
Rejected Change Order - Revised skylight supports
$
42,433
Subtotal =
$
2,040,371
$
1,350,000
Superior Wall Systems - Framing & Drywall
Claim for loss of production due to schedule changes
$
477,877
$
80,000
Subtotal=
$
477,877
$
80,000
Tower Glass- Exterior Curtain Wall
Claim for extended General Conditions
$
3,139,769
Rejected Change Order - Clerestory window operator covers
$
81,921
Rejected Change Order - Custom mounting bolts
$
97,451
Subtotal =
$
3,319,141
$
-
Total =
$
8,203,965
$
2,481,572
Credit for construction contingency balance =
$
82,142
Total =
$
2,399,430
EXHIBIT B
NATURALPAVE ASSIGNMENT AGREEMENT
C.W. Driver, Inc. Page B -1
ASSIGNMENT AGREEMENT
This Assignment Agreement ( "Assignment') is made as of February _, 2014
( "Effective Date "), by and between Park West Landscape Inc., a California corporation,
C.W. Driver, Inc., a California corporation (collectively "Assignors ") and the City of
Newport Beach, a California municipal corporation and charter city ( "Assignee ").
Assignors and Assignee are sometimes hereinafter individually referred to as a "Party'
and collectively as the "Parties ".
RECITALS.
A. As part of the work performed pursuant to its agreement with C.W. Driver,
Inc., Park West entered into a contract with Blacktop Paving, Inc., to install NaturalPave
material, manufactured by Soil Stabilization Products Company, Inc. ("SSPCo"), in walking
paths at Assignee's Newport Beach Civic Center and Park Project.
B. A. number of the NaturalPave walking paths are experiencing premature
cracking and deterioration.
C. . Assignors desires to assign to Assignee any and all of their rights, title and
interests that they have, or may have, which is related in any way to the NaturalPave
material or installation thereof including, but not limited to, any contractual or.other claims
Assignors may have against SSPCo, Blacktop Paving, Inc., and any other person or entity
that is connected in any way to the manufacture, production. or installation of the
NaturalPave material at the Newport Beach Civic Center and Park Project.
NOW, THEREFORE, for good and valuable consideration, the receipt and
sufficiency of which is hereby acknowledged, the Parties agree as follows:
1.0 The Recitals set forth above are incorporated into and made part of this
Assignment.
2.0 Upon the Effective Date of this Assignment, Assignors assign to Assignee all
of their rights, title and interests they have, or may have, that is related in any way to the
NaturalPave material or installation thereof including, but not limited to, any contractual or
other claims Assignors may have against SSPCo, Blacktop Paving, Inc., and any other
person or entity that is connected in anyway to the manufacture, production or installation
of the NaturalPave at the Newport Beach Civic Center and Park Project. Assignors also
agree to cooperate with Assignee in the use or enforcement of this assignment and to take
all steps necessary, including, but not limited to, the execution of future documents to
effectuate this assignment and assist Assignee in the use or enforcement of the rights, title
and interests, assigned herein. Assignors represent and warrant that they have not
assigned, released or otherwise diminished the rights, title and interests they are assigning
to Assignee in this Assignment.
3.0 Assignee hereby accepts the assignment of Assignors' rights, title and
interests as set forth in Section 2.0 above. Assignee also releases Assignors from any
claims it may have against them related to the NaturalPave material or installation.
4.0 This Assignment shall inure to the benefit of and be binding upon Assignors
and Assignee and their respective heirs, executors, legal representatives, successors and
assigns. If any provision of this Assignment or the application thereof to any person or
circumstance shall be invalid or unenforceable to any extent, the remainder of this
Assignment and the application of such provisions to other persons or circumstances shall
not be affected and shall be enforced to the greatest extent by law. This Assignment shall
be interpreted, construed, and enforced according to the laws of the State of California.
This Assignment may be executed in any number of counterparts all of which taken
together shall constitute one and the same instrument.
5.0 Each of the Parties is authorized to enter into this Assignment, and has
taken all actions to authorize its officers to enter into it, as evidenced by their signatures
below.
[SIGNATURES ON FOLLOWING PAGES]
Assignors and Assignee have executed this Assignment the day and year first
above written.
ASSIGNORS:
Park West Landscape Inc.,
a California corporation
By:
Its:
By:
Its:
C.W. Driver, Inc.,
a California corporation
By:
Its:
By:
Its:
ASSIGNEE:
City of Newport Beach,
a California municipal corporation and charter city
By: .
Name:
Title:
3
ATTEST:
Leilani I. Brown
City Clerk
APPROVED AS TO FORM:
Aaron C. Harp
City Attorney
[END OF SIGNATURES]
0
EXHIBIT C
SAMPLE ASSIGNMENT AGREEMENT
This Assignment Agreement ( "Assignment') is made as of , 2014
( "Effective Date "), by and between ( "Assignors ") and the City of Newport
Beach, a California municipal corporation and charter city ( "Assignee "). Assignors and
Assignee are sometimes hereinafter individually referred to as a "Party" and collectively
as the "Parties ".
RECITALS.
A. As part of the work performed pursuant to its agreement with C.W. Driver,
Inc., performed the following work at Assignee's Newport Beach Civic
Center and Park Project ( 'Project')
B. As part of the work performed on the Project, may have
experienced delays or extra costs attributable to C.W. Driver, Inc., Bohlin Cywinski
Jackson ( "BCJ ") and /or the Assignee (collectively, "Project Parties ").
C. Assignors desires to assign to Assignee any and all of their rights, title and
interests that they have, or may have against the Project Parties, which is related in any
way to the Project.
NOW, THEREFORE, for good and valuable consideration, the receipt and
sufficiency of which is hereby acknowledged, the Parties agree as follows:
1.0 The Recitals set forth above are incorporated into and made part of this
Assignment.
2.0 Upon the Effective Date of this Assignment, Assignors assign to Assignee
all of their rights, title and interests they have, or may have, that is related in any way to
the Project including, but not limited to, any contractual or other claims Assignors may
have against the Project Parties, and any other person or entity that is connected in any
way to the Project. Assignors also agree to cooperate with Assignee in the use or
enforcement of this assignment and to take all steps necessary, including, but not
limited to, the execution of future documents to effectuate this assignment and assist
Assignee in the use or enforcement of the rights, title and interests assigned herein.
Assignors represent and warrant that they have not assigned, released or otherwise
diminished the rights, title and interests they are assigning to Assignee in this
Assignment.
3.0 Assignee hereby accepts the assignment of Assignors' rights, title and
interests as set forth in Section 2.0 above.
4.0 This Assignment shall inure to the benefit of and be binding upon
Assignors and Assignee and their respective heirs, executors, legal representatives,
successors and assigns. If any provision of this Assignment or the application thereof
C.W. DRIVER, INC. Page 2
to any person or circumstance shall be invalid or unenforceable to any extent, the
remainder of this Assignment and the application of such provisions to other persons or
circumstances shall not be affected and shall be enforced to the greatest extent by law.
This Assignment shall be interpreted, construed, and enforced according to the laws of
the State of California. This Assignment may be executed in any number of
counterparts all of which taken together shall constitute one and the same instrument.
5.0 Each of the Parties is authorized to enter into this Assignment, and has
taken all actions to authorize its officers to enter into it, as evidenced by their signatures
below.
Assignors and Assignee have executed this Assignment the day and year first
above written.
ASSIGNORS:
By:
Its:
By:
Its:
ASSIGNEE:
Dave Kiff
City Manager
ATTEST:
Leilani I. Brown
City Clerk
APPROVED AS TO FORM:
Aaron C. Harp
City Attorney
[END OF SIGNATURES]
C.W. DRIVER, INC. Page 3
AMENDMENT NO. TWO FOR
GMP PHASE THREE (CIVIC CENTER BUILDING,
CENTRAL LIBRARY EXPANSION & PARK)
C.W. DRIVER FOR
FOR NEWPORT BEACH CIVIC CENTER AND PARK
THIS AMENDMENT NO. TWO FOR CONSTRUCTION MANAGER AT RISK
CONTRACT ( "Amendment No. Two), is entered into as of this day of
, 2011, by and between the CITY OF NEWPORT BEACH, a California
Municipal Corporation ( "City "), and C.W. Driver, Inc., a California Corporation whose
address is 15615 Alton Parkway, Suite 150, Irvine, California 92618 ( "CM "), and is
made with reference to the following:
RECITALS:
A. On June 7, 2010, City and CM entered into a Construction Manager at Risk
Contract ( "CM Contract ") for the Newport Beach Civic Center and Park Project
( "Project ").
B. On September 3, 2010, City and CM entered into Change Order No. One to the
CM Contract, as contemplated in the CM Contract, Article Six, Section 6.1.9(e),
to add the Design Build 450 stall parking garage and to increase the Guaranteed
Maximum Price ( "GMP ").
C. City desires to enter into this Amendment No. Two to reflect additional services
not included in the CM Contract or Change Order No. One, to add the
construction of the City Hall Office Building, Central Library Expansion, Parks
and miscellaneous items of work for the Newport Beach Civic Center and to
increase the Guaranteed Maximum Price ( "GMP ") and to update the insurance
provisions consistent with the City's election to implement an Owner Controlled
Insurance Program ( "OCIP ").
D. City and CM mutually desire to amend the agreement, as provided below.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
parties as follows:
1. SCOPE OF WORK
Article Two of the CM Contract shall be supplemented to include the Scope of Work
.dated February 16, 2011, which is attached hereto as Exhibit `1' and incorporated
herein by referenced. The City may elect to delete certain tasks of the Scope of
Services at its sole discretion.
2. COMPENSATION
Article Six, Section 6.1.1 of the CM Contract shall be amended to increase the GMP to
Eighty -Two Million, Three Hundred Seventy -Four Thousand, Three Hundred Eighty -
Four Dollars and no /100 ($82,374,384.00).
3. INSURANCE
Section 7.1 of the CM Contract shall be amended to include subpart (a) to read:
(a) On February 22, 2011, the City Council elected to implement an OCIP
consistent with this Section 7.1. The terms and obligations imposed on
the City and CM as a result of this election are set forth in Exhibit 2,
attached hereto and fully incorporated by this reference.
4. INTEGRATED CONTRACT
Except as expressly modified herein, all other provisions, terms, and covenants set forth
in the CM Contract and Change Order No. One shall remain unchanged and shall be in
full force and effect.
IN WITNESS WHEREOF, the parties hereto have executed this Amendment No.
Two on the dates written below.
APPROVED AS TO FORM:
OFFICE OF THE CITY ATTORNEY
Da
By-
Le Mulvihill
Assistant City Attorney
ATTEST:
Date:
By:
Leilani I. Brown
City Clerk
CITY OF NEWPORT BEACH,
A California municipal corporation
By:
Michael F. Henn
Mayor
CM: C.W. DRIVER, INC., a California
Corporation
Date:
By:
Dana Roberts
President and Chief Executive Officer
Date:
By:
Bessie Kouvara
Chief Financial Officer
Attachments: Exhibit 1 - Additional Services to be Performed
Exhibit 2 - Owner Controlled Insurance Program
Exhibit 1
C.W. Driver
BUILDERS SINCE 1919
February 16, 2011
Mr. Stephen G.Badum
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92658
Re: Newport Beach Civic Center and Park Project
Project Phase III GMP
Dear Stephen,
15615 Alton Parkway
Suite 150
Irvine, CA 92618
Fax 949.261.5167
Telephone 949.261.5100
C.W. Driver is pleased to submit our Guaranteed Maximum Price Proposal (GMP) for the Newport Civic
Center and Park Project — Phase III.
For clarification of our proposed services, please see the attached documents. The total proposal for these
services is as follows:
Item
Description
To al
I
Project Phase Ill GMP Scope of Work*
$79,097,902
II
Credit for Scope Reduction of Previous Phase I and II
($373,000)
III
Revised Subtotal
$78,724,902
IV
Off -site Liability and Auto — (0.712%)
$558,947
V
Construction Management Fee (3.25%)
$2,558,559
A
Direct Expenses Allowance for Project Bond (0.65%)
$531,975
TOTAL
$82,374,384
"inauaes �onstrucnon tonungency
PROJECT SCOPE:
Phase III of the Newport Civic Center and Park Project consists of a certified LEED Silver 95,000sf two story
office structure, a I7,000sf two story addition onto the existing Newport Beach Public Library, new dog park
and associated improvements at the North Park (North of San Miguel), (3) pedestrian bridges, plantings, walk
paths and gathering areas of various pavement types, benches and appurtenances at the Central Park, and
various site improvements and landscaping surrounding the building structures at the South Park area.
The GMP for this work is based upon the initial design identified in the 100% CD Set of Documents and
Specification provided by Bohlin, Cywinski, Jackson (BCJ) dated November 4, 2010, subsequent issued
Addendum #1, dated November 18, 2010 and Addendum #2, dated December 10, 2010 including pre -bid RFI
responses #Prebid -0001 through #Prebid -0162 and Bulletin I dated January 20, 201 I. However, Prebid -RF(
# -0137 is excluded from the GMP. Any changes made to the plans and specifications issued after these dates
are specifically excluded from the project GMP. (Please see attached Exhibit A)
In addition to the above scope of work, there are two alternates identified in the Phase III Design
Documents:
1) Pedestrian Bridge over San Miguel .. ...................:........Add $ 2,000,000
2) Photovoltaic System for Civic Center Building ................Add $ 750,000
Los Angeles Irvine Ontario . San Diego License No. 102
Both Alternates #1 and #2 are specifically excluded from the Phase III Project Scope of work and excluded
from the GMP amount. Should the City of Newport Beach choose to add either of these alternates to the
project, the Project GMP would increase by the amounts shown above.
A list of Value Engineering (VE) suggestions that were approved by the City of Newport Beach for the Phase
III scope of work has been attached for your reference. Those VE items already approved by the City
(totaling have been identified ( "YES' in Accepted Column) in the attached `Value Engineering Log" and the
costs are reflected in the final Phase III GMP proposal.
As part of the Phase III GMP, CWD has included a list of Project Allowances for your reference. As
stipulated in our Agreement, 100% of any allowance amount not used in the project will be returned to the
Owner in its entirety. The allowances are identified in the attached "Scope and Pricing Sheets ". CWD will
provide the Owner with a full accounting of the usage of these monies on a monthly, basis.
As previously agreed to, the City has elected to use an Owner Controlled Insurance Program (OCIP) for
both the Phase II and Phase III portion of the Project. The Phase III GMP proposal accounts for the use of
this program on the project for all requirements as identified in the project draft OCIP Manual dated
November 2, 2010 and the OCIP project safety manual dated December 7, 2010.
Project Phase III Scope Qualifications and Exclusions:
General Qualifications:
a. Bg1ARUP to provide all CAD file backgrounds and 3D models necessary for this work.
b. CWD to issue the City of Newport Beach (CNB) a completed 3D Revit model at project
closeout as produced by CWD and their subcontractors during the construction coordination
process. Training how to use the model is included.
c. City of Newport Beach to contract with all artists providing work for the project including the
Willow Structures identified on the Landscape Drawings. CWD has included an allowance of
$100,000 in the GMP for this work as a place holder for the City that can be transferred out at
a later date.
d. CNB to pay for all Building Permits and inspections under City of Newport Beach jurisdiction.
Individual trade permits as required in the specifications are included by CWD and their
subcontractors.
e. CNB to pay for all construction utility usage charges for project. CWD has not included any
money in the GMP for these charges.
f. CWD excludes all hazardous material removal including subsurface conditions not identified in
the project soils report.
g. In the case of conflicts between the floor plans and finish schedule; the finishes shown on the
project finish schedule shall supersede and Is included in the GMP.
h. CWD excludes temporary office or swing space for library staff during construction.
Newport Beach Civic Center and Park Project Phase III Guaranteed Maximum Price (GMP)
February 4, 2011
Page2oi9 rct. s¢ nu. iUz
I, All labor and work hours for this work are based upon regular project working hours, Monday
thru Friday and exclude overtime and shift work with the exception of after hours utility shut
downs as required for the existing library.
_..._._.__._ -------- ---------- ... ....j..... CWD__ includes _.all.._required.._recycling_. and. ._recycling...documentation__of construction waste in., ......._..................._..
accordance with project LEED requirements.
k. The Civic Center's target to obtain a LEED Silver rating is based upon the design prepared by
the Project Architect, Bohlin, Cywinski, Jackson. CWD is reliant upon the project design to
achieve this Silver LEED rating target.
I. CWD excludes demo, relocation and any work associated with relocating the City's existing
ATM machine to the new City Hall project site.
m. CWD includes all site dewatering and State required water quality provisions as defined in the
project documents, SWPPP and erosion control, etc. for the project as part of this proposal for
normal seasonal weather conditions. CWD has not included this scope for provisions for above
average! normal rain fall or force majeure conditions as stated in our agreement.
n. CWD excludes all project design and engineering for project except for those trades where it is
specifically required by the project documents as defined as deferred approvals listed in item #6
of Sheet CS2.
o. CWD includes coordination of work with the CNB's project consultants and General Services
Department.
p. CWD includes a project mock -up of the north park fence at the dog park.
q. CWD has not included any project scope of work, costs or fees for attaining LEED certification
for the existing library or library addition. Therefore, any additional work or fees associated
with attaining any type of LEED certification for these areas is specifically excluded from this
Phase III GMP Proposal.
r. CWD excludes all retro- commissioning scope of work beyond what is currently shown in the
contract documents for the existing library and library addition.
s. The Owner has selected an OCIP to be used on this project with AON being the OCIP
Administrator. CWD will fill out and have our subcontractors fill out and submit the AON -f
insurance form provided in the draft OCIP project manual dated November 2, 2010 as required
to enroll in the program, however, AON will be responsible for verification of final enrollment
in the program by the subcontractors on the project. CWD will help coordinate any efforts
necessary with the CNB and AON.
t. This Phase III GMP has taken into account the selected OCIP insurance program for this project
and this proposal includes all of the total costs and final credits associated with this insurance
program. Therefore, CWD and their subcontractors exclude any final cost adjustments to the
project under this proposal at the closeout of the project as related to this type of insurance
program.
Newport Beach Civic Center and Park Project Phase III Guaranteed Maximum Price (GMP)
February 4, 2011
Page 3 of 9
.k
Lit. YNSP. Nn. 102
u. CWD will provide all specified work as shown including all required labor and equipment
warranties, but does not guarantee or warranty the Engineer of Record's expected level of
energy efficiency of the building or the expected functionality of any of the building systems.
This is the responsibility of the project Engineer of Record.
........... ....... ........... ...... _... _...... ._..__...._.. ... ._..._...._. ....- _._....
v. CNB to provide a separate Commissioning Agent to commission the project.
w. CWD specifically excludes removal, protection, transportation and installation of all wall
pictures, picture hangers, etc. as identified as OFCI items in the contract documents.
x. CWD will provide the City with all required warranties and guarantees as required by the
Contract Documents unless otherwise qualified in this letter, however, please be informed that
since the library addition and Civic Center will have separate completion and project turn over
dates, that the warrantees and guarantees for each part of the project will start at the project
Owner Occupancy date for each individual project structure respectively.
y. In addition to the Scope of Work in the Phase III GMP, CWD is also performing the utility
relocation scope of work for the chilled water lines at the backside of the existing library as
follows. This work is being paid for out of Phase I contingency and therefore, not reflected in
the Project Phase III GMP costs:
(1) Relocation of the existing two (2) inch gas line that services the hot water boiler system.
This line will be re- routed through the existing library space, down to the basement level to
the existing airway where the new high efficient boiler will be located.
(2) Furnish and install a new 96% high efficiency boiler (1.7MBTU /H) complete with all required
housekeeping pads, vent flues, piping, and new electrical power to new boiler location.
(3) Cut and cap of existing hot and cold water lines. (Removal of lines by Phase III Grading /
Demo Subcontractor)
(4) Cut and cap of existing gas service to library building. (Removal of lines by Phase III Grading
/ Demo Subcontractor)
(5) Cutting and temporary patching of existing AC paving (hot patch) between library and
existing utility yard.
(6) Safe -off and removal of two (2) existing exterior light poles to be turned over to Owner for
storage.
(7) Flushing, testing and commissioning of the systems modified by this work.
(8) Owner's manuals and as -built documents to be turned over to the Owner at project
completion for this scope of work.
(9) (1) year Contractor's warranty in addition to equipment manufacturer's warranty for new
equipment.
II. Trade Specific Qualifications
002.1 — Site Utilities
a. CWD includes an allowance of $17,000 for slope anchors not shown in the specifications, but
typically required by code.
Newport Beach Civic Center and Park Project Phase III Guaranteed Maximum Price (GMP)
February 4, 2011
Page 4 of 9
UVVD
I.I C F..N s 1. No, IU2
002.2 — Demolition
a. CWD includes all temporary safety barricades and associated signage for public safety.
002.3 — Site Concrete
........ ._. _..... ....._a......CWD has__ excluded... the water... repellent.. specified..in.. .contract documents for ...any horizontal
surfaces or curbs. The architect informed CWD that this scope was not required in these
areas.
002.4 — Landscape and Irrigation
a. CWD excludes the Willow Structures as shown on the contract documents and all associated
labor and equipment related to the building of these structures by the chosen artist. (see
allowances)
b. Bq /PWP to locate and source all specimen trees for project to verify their availability in the
market for the quantities shown on the project documents including Torrey Pines and Magnolia
trees.
002.6 — Finish Grading
a. Finish grade of landscaped areas will be within +/- 0.10' of indicated grade vs. the tolerances
identified per the specifications.
003.1 — Structural Concrete / Rebar
a. Exposed elements of structural concrete that are required to be integrally colored concrete will
be formed and poured separately to minimize the amount of colored concrete required. This
may require the addition of concrete construction joints not shown by the plans.
003.2 — Soil Anchors
a. There is no specification or design performance criteria provided for drilled caissons at the
landscape bridges. All caissons are assumed to be 24" diameter x 20' depth, with reinforcing as
indicated in detail I O/S6.35. Concrete mix is assumed to be Type A per Concrete plan note 3
on sheet S0.2
- - -- 004.2 — Stone Veneer / Stone Pavers
a. Stone veneer on the face of radiused walls is assumed to be straight and segmented. GMP does
not include curved stone.
b. GMP pricing is based upon specified stone material and not necessarily from the named supplier.
c. Cast stone steps at the library central stairway are assumed to be selected from manufacturer's
standard product line.
005.1 — Structural Steel / Misc. Metals
a. CWD excludes costs for any required out of state welding inspection
b. Elevator pit ladders are excluded from the GMP, there are none shown on the documents and
we have been informed that they are not required.
006.2 — Finish Carpentry and Millwork
a. Premium corian surface material included, selection still to be made by project architect
b. 9Wood material at council chambers to be segmented panels, not curved at radius wall.
Material specified in documents cannot be made curved.
c Lentech privacy panels will be mounted to the structural slab, not to the access floor as
indicated.
Newport Beach Civic Center and Park Project Phase III Guaranteed Maximum Price (GMP)
February 4, 2011
Page 5 of 9
CAND
t.I r.r NS L. Nn. 101
007.1 — Waterproofing
a. The GMP includes scope of work to re- waterproof the North elevation of the existing library
basement wall as identified in the contract documents. However, since the contract documents
do require exposing and re- waterproofing ALL of the basement walls, CWD does not guarantee
against water intrusion into the library existing basement area
b. The GMP excludes damp proofing along stone walls and precast stair treads directly in contact
with soil or aggregate mulch.
007.2 — Roofing
a. According to the manufacturer, Deter roof leak detection system can only be installed within
roof assemblies that are directly adhered to a concrete roof slab, therefore, CWD can only
provide the Detec roof leak detection system under these conditions.
b. CWD includes a standard two (2) year installation labor warranty and a twenty (20) year
standard manufacturer's limited warranty against material defects in lieu of the specified ten (10)
year comprehensive warranty for the specified roofing system.
c. The GMP includes use a value engineering alternate to utilize polyisocyanurate roofing insulation
in lieu of the specified extruded polystyrene
008.3 — Storefront / Glass & Glazing
a.. The GMP includes supply the specified Shuco operable window operators, to be installed in the
approved curtain wall system.
b. The GMP includes supply and installation of Shuco exterior curtain wall and storefront
components, with engineering and fabrication by Tower Glass.
c. It is assumed that the building structure, as indicated by the structural plans and details, has been
designed to withstand imposed loads from the exterior curtain wall. Curtain wall indicated to
attach to the underside of the metal roof decking will be through - bolted to the decking and
backed with plate washers. No other deck reinforcement has been included.
d. CWD to protect in place top row of windows along North elevation of existing library where
new addition is to be constructed.
e. The GMP includes an allowance of $134,000 for removal and reinstallation of glazing at library
curtain wall at North elevation as indicated in the contract documents.
009.1 — Drywall, Lath & Plaster
. a. CWD to provide a Level V finish at all walls to receive paint finish in the Civic Center Building
in lieu of the specified Level IV finish shown in the contract documents.
009.3 — Ceramic Tile
a. Specified Floor Tile CT — 2, "Porcealto" is no longer available in 8'x8" size. CWD including
same tile in a 17x12" size.
b. Specified Floor Tile CT — 3 & CT — 4 shown in the library bathrooms is not specified in the
finish schedule or specifications. CWD has included a $3.00 /sf material allowance for tile in
these areas.
c. CWD includes standard cementitious grouts and setting-beds. All epoxy and latex products
have been excluded unless specifically shown on documents.
d. Y -0" wainscot of 7x8" specified tile at Civic Center Rooms 1505, 1506. I50B, and 2258 will be
provided.
e. The contract documents do not define a specific tile pattern /layout. Therefore, the GMP
assumes all the is installed in a square grid at 90 degrees to walllfloor lines.
Newport Beach Civic Center and Park Project Phase III Guaranteed Maximum Price (GMP)
February 4, 2011
Page 6 of 9
_.+f
L IC X NSr.. Nn. i U 2
009.6 — Floor Coverings
a. Section 096816 — Tile Carpeting: CPT — 4 & CPT -5 are not specified, so CPT -I is assumed at
these areas.
b.. Standard carpet tile to be used to replace all carpet removed during construction of library
remodel. Only carpet removed, in library as shown on demo plan of library drawings. .__.
c. Only Static Control Resilient Flooring per specification section 09 65 36 will be factory installed
on access floor panels. All other floor coverings on access flooring will be installed at the jobsite
after installation of access floor system.
d. CWD excludes special moisture testing beyond what is identified in the contract documents or
any special concrete sealers required to mitigate excessive moisture in the building slab on
grade.
010.3 — Signage & Graphics
a. There is currently no signage shown on the contract documents. Per our discussions with Bq,
there will be a project signage package developed later in the project. Therefore all signage and
graphics are currently excluded from the GMP.
012.1 — Roller Shades
b. In the event of conflict between Architectural details and the Electrical shade plans on E2.12 and
E2.13 regarding quantities of motorized vs. manual shades, the electrical shade plans shall take
precedence.
c. Roller shades are excluded in the clearstory windows of the Civic Center as per the contract
documents.
d. GMP price includes standard quality blackout fabric only for the blackout shades.
012.2 — Theatrical Seating
a. The City and the Architect have indicated a desire that the fixed audience seating in the council
chamber be provided with a premium upholstery material in order to assure longevity and
wearablity over the life of the facility, however the final material selection was not available
prior to completion of the GMP. CWD has therefore included an allowance of $50,000 in the
Project Phase III GMP proposal for this material upgrade.
013.1 — Tensioned Fabric Structures
a. The GMP includes cost for a double layer of the specified fabric material, with offset radio
welded seams in order to mitigate visual seams.
014.1 — Elevators
a. GMP includes cost to supply Otis Gen2L elevators.
0 15. 1 — Fire Protection
a. The GMP price excludes a rapid reaction fire sprinkler system for IDF, Computer Rooms,
Command Center, etc.
b. The GMP price excludes fire sprinklers under all raised floor areas
c. The GMP price excludes fire sprinklers at sail feature
d. Copper pipe is only included on the second floor of the Civic Center where the pipe is curved
to match the radius of the building ceiling and in ceiling areas open-to public view.
e. Every attempt to match the sprinkler head placement as shown on the architectural plans will be
made, however, final sprinkler head count, placement and spacing to be determined by the fire
department and local jurisdictional governing entities.
Newport Beach Civic Center and Park Project Phase III Guaranteed Maximum Price (GMP)
February 4, 201 1
Page 7 of 9 .
L IC P: NSF No. 102
015.3 — HVAC
a. The blowdown tank indicated in detail 3/115.04 is assumed to be an old detail that is no longer
applicable for this project and therefore, this work is excluded in the GMP.
b. The GMP includes minor rework of existing HVAC system in the library ONLY where the ducts
and mechanical equipment in the ceiling conflicts with the temporary, construction safety barrier., _
The drawings do not clearly show how the controls are relocated or connected during
construction and therefore, this scope (if required) has been excluded from the GMP.
c. The GMP specifically excludes all air testing and balance of both the existing library building and
new addition. This work will be re- evaluated, and if necessary, priced once the City receives
the retro- commissioning report from their Project Commissioning Agent.
016.1 — Electrical
a. The GMP includes all specified low voltage scope of work and manufacturers as indicated in the
contract documents.
b. The GMP excludes utility relocation scope of work at library for existing library main power and
for the Civic Center Building.
c. The project documents do not show any type of book security system in the new library
addition. The GMP includes an allowance of $10,000 in the Project Phase III GIMP for this scope
of work.
Phase III GMP Proposal Standard Exclusions:
I. Monthly site and office utility usage costs
2. Project night watchman
3. Materials, soils testing and inspection
4. Out of State / Area inspection and premium costs
5. Shuttle services for trades and temporary parking costs
6. Unknown subsurface conditions
7. Building permit and plan check fees
8. All utility company, connection fees and usage costs
9. Subsequent construction phases or added scope of work not addressed in this proposal
10. Independent Labor Compliance Consultant
11. Relocation of low voltage fiber optic line along Avocado Avenue
112. Scope changes requested by others
13. Temporary access roads for emergency use vehicles
14. Construction of exterior conduit and piping utility chases not specifically shown on the contract
documents.
15. Installation of electrical lines under the slab of the existing library. (Item 927c. of CWD's Phase III
GMP Proposal excepted where an allowance has been provided)
16. Temporary Emergency generators, associated infrastructure and appurtenances
Newport Beach Civic Center and Park Project Phase III Guaranteed Maximum Price (GMP)
February 4, 2011
Page 8 of 9
1, 1 r. 17 . rvsr n,o. 1 0 Z
17. Cost of providing a Builder's Risk Insurance policy to cover 100% of all work being performed. The
City shall obtain, pay for and maintain a policy until CWD has been fully paid including retention. The
plicy shall also have an insurance deductible not to exceed $25,000 per occurrence.
-Please note that we are committed to the total success of this project and look forward to continuing our
relationship with the City of Newport Beach and the Design Team. Please feel free to call, should you have
any questions.
Sincerely,
Bruce Curry
Project Executive
cc: William Hahn, CWD
Robert Shafer, CWD
Andy Feth, CWD
David Edwards, CWD
Rimma Gumik, CWD
Attachments Include:
• Phase III GMP Summary
• Phase III GMP Scope and Pricing Sheets
• Phase III GMP Value Engineering Log
• Summary of Allowances
List of Phase III — Exhibit "A" Contract Document Listing
• Trade Package Summary — Scope Analysis
• Summary Project Schedule
• Subcontractor Bid Day Submissions (Separate Binder)
N
Newport Beach Civic Center and Park Project Phase III Guaranteed Maximum Price (GMP)
February 4, 2011
Page 9 of 9
WD
LICGN.SP. Na, 102
C W* Driver
BGILDSRS SINCE 1919 PHASE 3 GMP
C. W. DRIVER
OV16111
Printed I&FC111
Date Prepared:
16- Feb -II
Estimate No.:
#87101
Square Feet
122,295
Months On -Site:
25.0
Includes Addenda:
N/A
Estimator.
nos, ay lirva
Bid package
* No. Description
Seq
Description
Notes
Phase III
*
I
Project Statistics
2
Allowances
678,475
3
Sustainable Design Requirements
In Soft Costs
._
4
General Commissioning
Requirements
By owner
-
5
Hazardous Materials Mitigation
In Soft Costs
6
Survey
hm,
305,230
7
Site Specific Requirements
327,096
8
Temp. Barricades & Chain link
Fencing
202,681
9
Security
In Soft Casts
10
Temp Facilities and Controls
93,110
11
Construction & Final Clean -Up
326,395
12
Tests and Inspection
In Soft Costs
-
13
Demonstration and training
with allowances
002.2 Demolition -
14
Selective Structure Demolition
263,725
IS
Construction Waste Management
and Disposal
39,124
002.6 Finish Grading
16
Site Clearing/Site and Fine Grading
1,349,825
17
Temp Dewatering
51,097
18
Temp Earth Support
81,081
003.2 Solt Anchors
19
Ground Anchors
554,800
20
Erosion Control
161,321
- 002.5 Ac Paving
21
Asphalt Concrete Pavement
226,227
22
Striping and Pavement Markings
- with AC paving
-
004.2 Stone veneer and Pavers
-
23
Sand -set Stone Paving
With Stone veneer
and pavers
24
Mortar -set Precast Concrete Unit
Slab Pavers
With Stone
25
FRP Structural Shapes /fencing
for phase 114 with
trades
002.3 site concrete
26
Concrete Paving
2,972,443
002.1 site utilities
27
Underground Utilities
903,998
28
Natural Gas Distribution
with site utilities
29
Storm Drainage Piping
phase I and for phase
III with site utilities
30
Landscape Sub- drainage
with landscape
31
Sub. drainage
With Underground
utilities
32
Willow Sculptures
With Allowances
33
Site Furnishings
531,826
002.4 Landscape & Irrigation
34
Landscape and Irrigation
-
4,816,892
35
Concrete Reinforcement - Structural
with Cast in place
concrete - Structural
36
Concrete Reinforcing- Civil
with Site concrete
003.1 structural concrete
37
Cast -in -place Concrete - Structural
4,280,568
TBD
38
Landscape Cast -in -place Concrete
Site Walls
PAGE 1
CWe Driver Newport Beach Civic Center d P k
BUILDERS SINCE. 1019
PHASE 3 GMP
C. W. DRIVER
ESTIMATE SUMMARY
02/16/11
Printed:
16- Feb -II
Date Prepared:
I6- Feb -I I
Estimate No.:
#87101
Square Feet
122,295
Months On -Site:
25.0
Includes Addenda:
N/A
Estisill
eoa,ac,TF,vt
* No.
Bid package
Description
Sail
Description
Notes
Phase 111
_
41
Mortar -Set Precast Concrete Units
.. ....
with Stone Veneer and
paving
000.1
Masonry and brick pavers
42
Site Concrete Unit Masonry Walls-
Landscape, Brick Pavers, Brick Floors
1,236,938
004.2
stone Veneer and pavers
43
Exterior Stone Cladding and Paving
3,626,717
44
Stone Tiling
with exterior stone
006.1
structural Steel
45
Structural Steel
8,414,696
0062
Metal Deck
46
Metal Decking
588,456
005.3
Miscellaneous &Ornamental
Metals
47
Metal Fabrications
2,131,648
48
Decorative Metal and Glass Railings
m-va °°a °a in.
49
Flagpoles
with misc metals
006.1
Rough Carpentry
50
Rough Carpentry
678,407
008.1
Reugh,carpentry
51
Interior Architectural Woodwork
-
doors paneling privacy
partitions
1,984,450
52
Mockup
75,000
007.1
waterproofing
53
Water proofing Site Damp proofing/
881,373
007.4
Ovading 1— leturs
-'54
Thermal Insulation
under slab building
insulation is moved
to concrete
271,086
'
009.1
Drywall, Lear Sr plaster
55
Fireproofing
with drywall
56
Penetration Firestopping
38,589
007.3
Sheet Metal
57
Architectural Metal Fladock Panels
with sheet metal
008.3
Curtain Wall
58
Architectural Metal Panels
with curtain wall
59
Concrete Sealer
124,019
007.2
Roofing
60
Polyvinyl- chloride(PVC) Roofing
1,298,305
007.3
sheet Metal
61
Sheet Metal Flashing and Trim
1,173,627
62
Roof Accessories
63
Expansion Control
62,998
008.5
skylights
64
Sloped Glazing Assemblies
IIS,I85
65
Joint Sealants
180,871
008.1
Doors, Frames & Hardware
66
Hollow Metal Doors and Frames
Card entry; fire doors
608,295
67
Sound Control Door Assemblies
with doors
006.1
Rough Carpentry
68
Sliding Aluminum -Gamed Glass
Doors -
with aluminum curtain
wall
008.2
overhead coning Doors
69
Overhead Coiling Grilles
82,654
70
Smoke Guards
with allowances
008.3
curtain wan
71
Aluminum- framed Entrances and
Storefronts / Glazed Aluminum
Curtain Walls
7,310,000
72
Aluminum Windows
with certain wall
009.1
Drywall, Lath & Plaster _
73
Gypsum Board
2,784,963
PAGE 2
G*W. Driver
BUILDERS SI\CiE 1919 PHASE (SHIP
C. W. DRIVER
02/16/11
Printod: 16- Feb -II
Dale Prepared:
16- Feb -11
Estimate No.:
#87101
Square Feec
122,295
Months On -Site:
25.0
Includes Addenda:
N/A
Es6inatoe MS.
M. TFV11
* No.
Bid package
Description
Seq
Description
Notes
Phase III
74
Access Doors & Frames
43,548
009.2
Ceramic Tile
75
Ceramic Tiling
219,340
009.3
Acoustical ceilings
76
Acoustical Panel Ceilings and Wood
ceilings
2,253,796
009.4
Acoustical wall a ceiling
Panels
77
Stretched Fabric Ceiling Systems
409,669
009.5
Floor coverings
78
Flooring
376,851
009.9
Terra—
79
Resinous Matrix Terrazzo Flooring
13,200
009.6
Access Flooring
80
Access Floor
1,201,823
009.7
Painting
81
Painting
675,165
010.1
Teal Partitions&
Accessories
82
Toilet Compartments
85,130
Be, out
83
Louvers & Vents
with sheet metal
_
84
Wall and Door Protection
8,587
85
Visual Display Surfaces
18,542
86
Signage
with allowances
........
..... .. ...........
87
..
88
Metal Lockers
....- ..__._..
Fire Extinguishers
_. _.____ -.....
14,510
_. __
7,299
- ......_....... ...,._. -.....
89
Projection Screens and Projector
Mounts
38,425
90
FF & E
with soft costs
011.1'
Food service equipment
91
Food Service Equipment
121,970
92
Residential Appliances
21,425
012.1
wmdew treatments
93
94
Artwork
.1i, Sur Window Shades
soft costs and
allowances
181 000
95
Entrance Floor Mats and Frames
28,198
012.2
Theater Scaling
96
Fixed Audience Seating
214,360
013.1
Tensioned Fabric structures
97
Tensioned Fabric Structures -Sail
314,831
98
Photovoltaic System
alternate
99
Material Handling Carts
50,690
014.1
Ele.arors
100
Electric Traction Elevators
246,444
015.1
Fire Promotion
101
Fire Protection
672,397
015.2
Plumbing
102
Plumbing
1,066,253
015.3
HVAC
103
HVAC
7,026,176
016.1
Electric.[
104
Electrical
9,626. 197
105
Audiovisual Systems
with electrical
106
IT
with Electrical
107
Electronic Safety And Security
with electrical
108
Alternates
-
109
Photographic Documentation
24,062
#
#
110
End Cal Listing
�
SUBTOTAL
76,794,080
76,794,080
PAGE 3
C.WDriver N,,p,ft 8 ... In C*s*, Center and Park
80ILDIrk4 SINCE 1919 PHASE 3 GNP
C. W. DRIVER
ESTIMATE SUMMARY
OVI&I I
Printed:
I 6-Fab. I I
Dam Prepared:
16-Fe" I
Estimate No,
#87101
Square Feet
122,295
Months On-Sits,
2S.0
Includes Addenda:
N/A
Eatinnalo, we no rr"
No.
Bid package
Description
Seq
Description
Notes
Phase III
III
Constcoon Contingency
3.00%
2,303,822
#
#
112
Design comfngem,
#
#
113
6caiation- market conditions
Is
#
114
Credit for Phase
(373.000)
#
#
115
Sub Bonds
#
#
116
Premnoruaion
#
#
117
General Conditions
(7,169,255)
#
--1.11--11
#
#
— I
.
ft
JIB
119
Permits & Special Insum
.. . . ................... -1--.1-1-1.1.1.1-1 ......... .
Data ".e.ohn
---- - ----- - ........... .. ..
...... ........ . .......
... ......................
4
#
120
Off site WNW, and Auto Insurance
0.71%
558,947
#
#
121
On Sim Liability im.mante,
0.20%
by Owner
#
#
122
O.e,hoad & Fee
3.25%
2,558,559
123
P,,.. Bond
0,65%
531,976
1 Total Estimate
82,374,384
PAGE 4
Ca Driver Nomort 8nach C'v'c Center and Park
Newport Beach. GA
a LILDERS .SINCE, 1919
09116111
flinW: LINI111]B PM
aw,v, 16- Feb-II
kW 101
16 -Feb 11
PAGE 1
Budget#
Description /Scope of Work
Quantity Unit CosdUnit Total
01 � 0 00„ ,'
213,112
100% CUtlrawings issued on
November4, 2010, Addendal,2 and
bulletin I
Exclusions and qualifications -under
separate cover
City Hall
Lower level
11,653.0 sgft
First floor
39.234.0 sgft
Second floor
38.776.0 sqh
Balcony
960.0 sqh
Bridge
152.0 sqh
Roof
66,285.0 sgft
Total hall area including I/2 area of balcony
and bridge
Community room
First floor
4,860.0 sqh
Second floor
2,317.0 sqh
Roof
16,437.0 sqh
Chambers
First floor
5,816.0 sqh
Shated roof
6.201.0 stilt
Library
Lower level
3,494.0 sqk
Frst flour
9,198.0 sqk
Second floor
9,118.0 sqh '
Lower Roof
5.605.0 sqk
Upper roof
6.862.0 sqk
South Park
232,961.0 sqk
Central Park
244,008.0 sqh
Including wetlands
74,020.0 sqh
North Park
142,109.0 sqk
Subtotal for parks
619,078.0 sqk
Alternates
. .
5.1
Grand Total
Project Statistics
MEMO Rf..06
g'd3 9i1"ii5,
PAGE 1
���� Newport Beach Civ'r !:ante. and Park
Newport Beach, CA
RVIIJ)ER8 91.A'CF 1919
SCOPE AND PRICING SHEETS
03116111
nlxwd tren 1..
p rw: I&Feb -II
M7101
16 -Feb -II
PAGE 2
Budget#
DescriptioNScope ofWnrk Quantity Unit
CosdUnit
Total
Owner specified
Doors 1.0 each
110,000.00
110,000
"
Owner specified
Doors 2.0 each
75,000.00
150,000
Owner specified
Steel Beam penetrations 30.0 each
1,20D.00
36.000
Owner specified
Touch up paint 1.0 Isum
10,000.00
10.000
017900
Facilitator /Training company 1.0 Isum
25,000.00
25,000
01 7900
Instructor
by trades
017900
Professional Videographer 240.0 mnhr
100.00
24,000
316800
Adverse conditions/ rock drilling for tie 225.0 Ink
downs
91.00
20,475
Additional depth /adverse conditions for ;20.0 Ink
piles at landscape bridges
75.00
9,000
Willow sculpture designed and installed by 1.0 allow
Patrick Dougherty.7 pieces in each sculpture
75,000.00
75.000
CWD support for the willow an installation 1.0 allow
25,00000
25.000
Library windows. deglaze, -re -glaze 1.0 Isum
134,000.00
134,000
Premium Upholstery 1.0 Isom
50,000.00
50,000
Library Security Sensors 1.0 allow
10,000.00
10,000
678.475
Manses
Grand Total Allowances
678,475
MMIMJOJ' 81 13
In soft costs
In soft costs
Aftemates
Grand Total Sustainable Design Requirements
tort °. , 01 91 13
In soft costs
Alt ... me
Grand Total General Commissioning Requirements
PAGE 2
\.rlel lW DrlVer Newenrt Beach C'v'c Center and Park
NewOOrt Beach. CA
31111.1JER3 SINCE 1419
02/16111
nisi. anull I..
n,' I&Feb -11
W7101
16 -Feb 11
PAGE 3
BudgeUl
DescrfptionlScope of Work
Quantity Unit
Cost/Unit
Total
in soft costs, if required
•
Aleem °egs
-
Grand Total Hazardous Materials Mitigation
am= 0173. CO_..:.......
Phase 111
Layout for foundations
30.0 cwhr
215.00
6,450
Layout building utilities connections to site
utilities
10.0 cwhr
215.00
2,150
Provide vertical and horizontal control of
building structure
40.0 cwhr
215.00
8,600
Provide o -built drawings -
1.0 Isum
5,000
5.000
Community room
Layout for foundations
8.0 cwhr
215.00
1,720
Layout budding ubGties connections to site
utilities
2.0 cwhr
215.00
430
Provide vertical and horizontal control of
building structure
8.0 cwhr
215.00
1,720
Provide as -built drawings
1.0 Isum
1,000
1,000
Chambers
Layout for foundations
8.0 cwhr
215.00
1,720
Layout building utilities connections to site
utilities
2.0 cwhr
215.00
430
Pronde venial and horizontal control of
building structure
8.0 cwhr
215.00
1,720
Provide as -built drawings
1.0 [sum
1,000
1,000
Library
Layout for demolition
20.0 cwhr
213.00
4,300
Layout for foundations
40.0 cwhr
215.00
8,600
Layout building utilities connections to site
Udhias
16.0 cwhr
215.00
3,440
Provide vertical and horizontal control of
building structure
4.0 cwhr
215.00
860
Provide as -built drawings
1.0 Isum
3,500.00
3,500
South Park
Layout limits of work
40.0 cwhr
215.00
8.600
PAGE 3
�� Newport Heath Cwt Center and Park - �¢i Tian roam
Newport Baach CA 16- Feb -11
Bn11.1388S SINCH 1919 ka1101
02/16/11
16 Feb 1l
PAGE 4
Budget#
UescripdoNScope of Work
Quantity Unit
Cost/Unit
Total
Layout demolition
20.0 cwhr
215.00
4,300
Rough grade staking
80.0 cwhr
215.00
17,200
Layout over exavation I engineered fill limits
20.0 cwhr
215.00
4,300
Site uBlides salting
120.0 cwhr
215.00
25,800
-
Layout fine grading
40.0 cwhr
215.00
8,600
Layout site concrete
20.0 cwhr
215.00
4,300
Layout AC paving
20.0 cwhr
215.00
4,300
Layout landscaping
20.0 cwhr
215.00
4,300
Layout site walls and fencing
40.0 cwhr
215.00
8.600
Provide as -built drawings
LO Isum
4,500.00
4,500
Central Park
Layout limits of work
40.0 cwhr
215.00
8,600
Layout demolidon
8.0 cwhr
215.00
Lna
Rough Grade making
40.0 cwhr
215.00
8,600
Site utilitiesstal ug
20.0 cwhr
215.00
4,300
Layout fine grading
80.0 cwhr
215.00
17,200
Layoutsitewaiks
30.0 cwhr
215.00
6,450
Layout landscaping
40.0 cwhr
.215.00
8,600
Layout site walls and fencing / bridges/ piles
120.0 cwhr
215.00
25,800
Provide as -built drawings
1.0 Isum
3,000.0
3,000
North Park
Layout limits of work
20.0 cwhr
215.00
4,300
Layout demolition
8.0 cwhr
215.00
1,720
Rough grade sating
80.0 cwhr
215.00
17,200
Site utilities staking
4.0 cwhr
215.00
660
Layout fine grading
800 cwhr
215.00
17,200
Layout site concrete
16.0 cwhr
215.00
3.490
Layout landscaping
40.0 cwhr
215.00
8.600
Layout site walls and fencing! bridge
80.0 cwhr
215.00
17.200
- Prance as -built drawings
1.0 Isum
3.000.00
3,000
305,230
Aft. on..SSF
Grand Total Survey
305,230
4• "`;; 015000 -`_
-'p -a'vx `'
Phase 111
Protect openings
22.0 month
1.340]4
29.496
Forklift
22.0 moth
2.700.00
59,400
Skip loader
22.0 moth
2.400.00
52,800
Rental equipJtools
1.0 Isum
8.500.00
&500
Equipment repair
LO Isum
5.500.00
5,500
Gasoline and oil
22.0 moth
1.100.00
24,200
PAGE 4
Newoort Beach Civic Centtr and Park
GWDrivef Newno Boom. ca
OV I I.DIR RS SINCIR 1919
0116111
.1.11 ruerri
16- Feb-II
M7101
16-FeW I
PAGE 5
Budget#
Description/Scope of Work
Quantity Unit
Co$Wnit
Total
Rumble plates
1.0 hurn
145,000.00
145,000
Remove, dean store and Install owner
existing items follows -
City Seal
1.0 Iss.
1,000.00
1,00
City plaques
1.0 loun
1.200.00
1.200
Irrigation for trees
1.0 runth
with landscape
Arb.ri,, services
9.0 mn,h
with landscape
327.096
Aftesaetet
Grand Total Site Specific Requirements
327.096
EMMA.-
Phase III
Relocate/ muncam as needed temp chain link
with soma
6,680.0 Ink
2.00
13,360
Libra,
follows
Temporary barricades - metal studs training.
Upbwrd both sides, paint ( 2 sorry)
480.0 lnft
165.00
79,200
Temp barricades outside
24.0 week
3,111.00
74,6"
Dust partitions at the library
2.000.0 sqft
4.0
II'M
Tamp wood fencing
300.0 Ink
3100
9.900
Instell remove temp filters at the HVAC
1.0 1,.m
8,01K)L00
8.000
protect new boilers
1.0 Is..
765.00
765
South Park
Relocate / maintain as needed temp chain link
with scrim
1.600.0 Inft
1.12
1792
Central Park
Relocate/ maintain as needed amp chain link
with scrim
1.250.0 lnft
1.12
1,400
Additional protection at sensitive areas
350.0 Ink
12.00
4,200
North Park
Relocate/ maintain as needed temp chain link
with scrim
1.250.0 lnft
1.12
1.400
202,681
Alternates
Grand Total Temp. Barricades & Chain link Fencing
202.681
INOWIN Q'I vo 0
by Owner
In suit Costs
PAGE 5
+Mre f Ta ivVr hl.apnrt Reach Civic Center and Park
Newport Beach CA
BUILDERS SINCB 1919
M2& .1.11 Id
16 -Feb -II
#6141
OW16111
Ib- Feb-II
Budgetlt DescriptioNScope of W.r1c Quantity Unit
CoWUnit
Total
Alterman,
Grand Total Security
0I 6800 `
Phase 111
- Mat/equip protection 1.0 Isum
12,500.00
12,500
Temp utilities hook up 1.0 hum
40,000.00
40,000
Library
Maintain HVAC m operators during the 2.0 much
remodeling
12,555.00
25,110
Temp utilities hook up at the library 1.0 Isum
3,500.00
3,500
Vermin control services 1.0 Isom
12,000.00
12000
93,110
Altemotst
Boom
- - Grand Total Temp Facilities and Controls
93.110
ram
Phase 111
Continuous clean up and support 22.0 mach
7,398.73
162.772
- Final clean up -city hall, 800.0 mnhr
62.15
49,217
Final clean up- community room. 200.0 mnhr
62.15
12.429
Final clean up- Chambers 200.0 mnhr
62.15
12,429
Final clean up at the library 1.0 Isum
28,830.00
28,830
Glass clean up 400.0 mnhr
62.15
24,859
South Park
Fnal clean up 102.0 mnhr
62.15
6,339
Central Park
Final clean up 80.0 mnhr
62.15
4.9R
North Park
Final clean up 120.0 mnhr
6215
2.458
Parking garage clean up periodically 6.0 month
1.455.00
8730
Parking gaage final clean up 1.0 month
2,860.00
7,860
PAGE 6
Nwnrc e�h Civic Center NId Pe k LI411 I..I J W ��
NIM Beach Ca r.. I: I &Feb.I I
BUILDERS SINCE 1919 rre)lal
OW16111 164 1,I I
PAGE 7
v 1 M1 D.C1V f Newport Boesch Civic Center and Path
Newport Beach CA
801i.D8HS SINCE }419
i
02116/11
.—J: mmI item
s,r : 16- Feb-II
487101
6- Feb -II
PAGE 8
Budget#
Description /Scope of Work
Quantity Unit
CosdUnit
Total
Ineentery and Remove furniture
by owner
Transport to the owner selected location and
some
40.0 mnhr
62.15
2,486
Transport back, clean reinstall
40.0 mnhr
62.15
2,486
Waste management
40.0 each
475.00
19,000
Scaffold at stairs
8.0 month
425.00
3,400
Temporary doors at the 2nd floor for the exit
- insadl /remove
2.0 each
1,455.00
2.910
Site Clearing
Clear and dispose of site vegetation at library:
Clear and dispose of concrete at library area
Remove A.C. paving at library
Remove utilities to be relocated
Protect existing utilities and trees as noted
1.0 Isum
7,500.00
7,500
Demo of electrical vaults
3.0 each
3,500.00
10,500
Additional Moves in
4.0 each
2,777.00
11,108
263,T25
Aheon.
Grand Total Selective Structure Demolition
263,725
Phase III
Extra labor to sort through duration of the
Project
1,6480 mnhr
23.74
39,124
39,124
x
ARs>�
Grand Total Construction Waste Management. and D
39.124
0000'"
0241 13 Selective Site Demo
015639 Tree protection
Phase 111
Sub contractor proposal
1.0 Isum
1,286,000.00
1.286.000
Mobilization
Fine guide
Wall trim as needed for walls at basement
level at Phase III
Backfill exterior walls only with onsite footing
spoils
Concrete spoils haul o0
PAGE 8
GNNwoert each CIA, Center and Park
W.
♦ Y Y Driver Newport Beach. CA
BUILDERS SINCE 1919
03116111
Iwo-. viml Came,
, ,rez 16 -Feb4 l
g071ol
16- Feb-II
PAGE
Budget# DescripdmWScope of Work
Quantity Unit
CostlUnit Total
Street sweeper
Library
Site Clearing
Clear and dispose of site vege st at library:
with demo
Clear and dispose of concrete at library area
with demo
Remove A.C. paving at library
with demo
Remove utilities to be relocated
with demo
Protect existing utilities and trees as noted
with demo
Demo of electrical vaults
with demo
Moves in
withdemo
Place and compact (2) topsoil over landscape
areas
Cut back for retaining walls
Backfill for the temporary retaining basin
11.750.0 sgft
3.00 35.250
Backfill exterior walls only with onsice footing
spoils
364.8 cuyd
16.00 5.837
Concrete spoils haul off
Street sweeper
South Park
Grading
Grade for curbs, gutters and flow lines
associated with vehicle paving
- Grading for walkway paths
Grading of landscape areas with 2 it of topsoil
Cut curb grade for "A" curb along proposed
walks
Rough grade to + / -.I 'for pavement and
hardsape areas
Fine grade at swales
Street sweeper
Backfill landscape areas with of topsoil from
designated onsice piles
Ra- ade landscape areas after topsoil
placement
Allow for (5) mobilizations
Central Park
Grading of slopes.
Backfill landscape areas with of topsoil from
designated onsice piles
Re -grade landscape areas after topsoil
placement
Import from entice topsoil stockpiles to East
Middle park
Place and compact (2) from onsice topsoil
over Easdwest Middle Park Areas
Rough grading of slopes and landscape areas
to allow underground contactor co install
storm drain
PAGE
C.W. Driver NavmOrt Beach CIVIC Center and Park
Newport exam. co
3nILORRS S"CR 1919
OW16111
nvnm: 16- Feb-II
07101
16- Feb-II
PAGE 10
Budgetlt Description /Scope of Work
Quantity Unit CostUnit
Total
Cut curb grade for "A" curb along proposed
walks
Rough grade for swales after sand drains
have been installed by others
Original ground processing .
provide construction water meter for own
work
Rough grading of walkway paths +! -.I' aker
curbs are installed
Re-Grading of landscape areas and slopes
after underground has been installed.
Recompaa 3' below bottom of footings for
pedestrian bridges
Import from onsite topsoil stockpiles to fast
Middle park
Street sweeper
North Park
+ I Rough grade for paved areas along Avocado
Dr.
Rough grade for swzles after sand drains
have been installed by others
Original ground processing.
Cut curb grade for "A" curb along proposed
landscape walks
Cutback for retaining walls (upper two walls)
Backfill retaining walls with rock per derail
"B" walls "B" PC"
1,199.0 Ink 16.00
19,184
Re-grade all areas after backfill of retaining
walls are backfilled /utility been installed
Rough grade for walks after curbs installed.
Backfill landscape areas with 6" of topsoil
ham designated onsite piles
Re -grade landscape areas after topsoil
placement
Street sweeper
Touch up grade after backfill of retaining walls
are backfilled and instilled
Move in
2.0 each 1,777.00
3,554
1,349,825
a Blwannes
Grand Total Site Clearingl5ite and Fine Grading
1,349,825
I Eli
F�1 c�.
Phase III
Rend Use pumps and hoses to dewater
during rainy season
88.0 locadons 580.65
51,097,
PAGE 10
)1r .4/11Y4.4 Clmwoa Reach c:c cencec and Puk na.�ss n1.11 ix..
Newoort Reach. CA Ova 16 -Feb I I
8CILDRRS NINCR 1419 W101
OW16111 16 -Feb -II
PACE 11
`
ti�1e 11e Lll�vilr ort Beach Civic Center and Park
GwD
Newport BeacM1. C4
XOILORR88INCE 1919
OE16111
vn.ae: muu ¢aem
nro„w: 16- Feb-11
487101
16-Feb-11
PAGE 12'
Budget# Description /Scnpe of Work
Quantity Unit
Cost/Unit
Total
Phase 111
Maintain and remove gravel bags around
penmerer fence
7,700.0 each
3.00
23,IO0
Trash and debris guards
12.0 each
1,287.75
15,453
Ron offcuntrol
12.0 month
3,777.00
45,324
Monthly visits
18.0 month
228.11
4,106
Library
Maintain and remove gravel bags around
perimeter fence
1.200.0 each
3.00
3.600
Run off control
9.0 month
1,259.00
11,331
Trash and debris guards
3.0 each
1.287.75
3,863
Monthly visits
9.0 month
228.11
2,053
South Park
Maintain and remove gavel bags around
perimeter fence
200.0 each
3.00
600
Run off control
9.0 month
1.259.00
1,331
Monthly visits
3.0 month
228.11
684
Protect sensidve area
21.0 month
664.04
13.945
Central Park
Maintain and remove gravel bag around
perimeter fence
500.0 each
3.00
1,500
Run off control
9.0 month
1.259.00
11,331
Monthly visits
3.0 month
228.11
684
North Park
Maintain and remove gravel bags around
perimeter fence
200.0 each
2.00
400
Run off control
9.0 month
1.259.00
11.331
Monthly visits
3.0 month
228.11
684
161,321
Alternates
Grand Total Erosion Control
161.321
trvi ' —M— u3212 16 f.. -
Phase III
Subcontractor proposal
1.0 Isum
199,919.00
199,919
Vehicular asphalt paving
Base
Tack coat
PAGE 12'
CWDriver Naftort Beach Civic Center and Park
li SINCE 1019
n,n-c 6-Feb-II
#87101
PAGE 13
03/16111
16- Feb -II
Budget#
DescriptioniScope, of Work Quantity Unit Cost/Unit
T.bad
Recycled
Traffic control at Awacodo and McArthur 2.0 weeks I, Im.0
2,200
Patch at the utilities 3.444.0 sqk 7.00
24,108
226.227
Attsm,tBi
Grand Total Asphalt Concrete Paver
226,227
3217x23 s;
Garage striping is included in pmge pricing
Phase III with AC paving
10- Wide pedestrian crossing
3' -2' x 18' White pedestrian bars, 6-4- on
on ... r
4" White hash striping for walkways and
ADA parking- assumed
6" White lane stripe
Lane arrows
Parking Im striping
Red curb-
Sig. - no stopping fire lane
12" solid whim striping
4' blue striping at 36" cc and perimeter
outline for walkways & ADA parking
4" double yellow swiping
8 ' solid whim lane stripe
Crosswalk Strip (IT'x 8')
Handicap "Parking Only' and "Van Ama,Abl[a"
sign
Handicap pwarm., runHng
Special Accessible Passenger Loading Zone
Alternate
Grand Total Striping and Pavement
A,32A4 10
RIM ""ir AT g am,
32 14 3.16 Precast Concrete
Unit Slab Pavers
PAGE 13
G.W.Driver NewoortBeachCivicCenter and Park gb .1.11. »Fn
�/� Newport Beach. GA I..: 16 -Fe" I
RGIAAaERS S1NCF, 1919 M7101
SCOPE AND PRICING SHEETS
02116/11 16- Feb -II
Budged# DescriptioniScope of Work Quantity Unit Cost/Unit Total
a 91temRte,4
Grand Total Sand -set Stone Paving
with Scene
-. Grand Total Mortar -set Precast
0330 DI
Cut -In -place Concrete - Civil
as applies 03 31 00
Concrete Formwork
321123
Aggregate Base
033001
Concrete Reinforcing - Civil
Phase 111
2,957.130.00 2.957,130
South Park
Fine grade
Install I remove rumble plates
Mist pads -, site furnishings, tansfonners
Fiber secondary reinforcement
At stone cobble paving
T concrete sub slab of 4 IIT' thick
aggregate base o/ sub grade soil
4 IIY thick aggregate base
16' thick x P -6" tall curb
Smooch dowels at IT OC ac curb 2 and
trench drain
Trench drain en.sament
At brick paving:
concrete sub slab
4 1 W thick aggregate base
Depress concrete sub slab along planting
area for FRP retention angle
At basalt stone pavers:
S' concrete sub slab
4 Jr 1 thick aggregate base
Slip sheet
Paver concrete sub slab saw cut control joints
PAGE 19
WayiBeachC'AtCenMe and Pnrk
Q• Y Di1V�C
NNeel Beach CA
BUILDERS SINCE 1919
OLI6111
Mn¢1 LIN111a.u,
v,,xd: 16 -Fabl I
W101
16 -Feb I I
PAGE 15
Budget!
Description /Scope of Work
Quantity Unit
CosdUnit
Total
Paver concrete sub slab expansion joint
smwth dowels
Expansion joint fill material per 31L 13.02
Expansion joint sealant and bond breaker per
Pedestrian concrete paving
4 1a' Nick aggregate base
Overex and moisture condition 8" below
aggregate base
Pedestrian concrete pavng - ramps near
library entrance S" thick reinforced concrete
wiN #3 rebar 18" OCEW poured on top of
6" thick compacted agg base
24" thick concrete sub slab for stone seat will
B" Nick concrete root barrier wall, 6' -0"
high
Concrete curb gutter
Concrete curb
1' -6° high battered concrete header at flexible
Paying
Concrete stepped sub chb beneath precast
treads at Monumental Stairs per LI0.01
Concrete stair treads at Park Stairs #5, 46.
W. 48; cooled grooves to be stained with LM
Scofield Liahochrome Chemstain CS -I Black
per 3/L09.03
Handrail post footings
Co... handicap curb ramp
Detectable warning tiles at handicap ramp
Concrete maintenance strip
Protect finished product
1.0 lsum
2.757.00
2,757
Footings for
light poles
bollard light
Bollard pipe
Trench drains
0333 13
Pedestrian concrete paving mockup
03 33 13
Mockup of Stair #2 concrete stair and check
wall
03 33 13
Concrete landscape wall
'
04 22 23
Concrete steps for Monumental stair mockup
044213
Footings for 8 -0 long wall end mockup
8.0 Ink;
337.00
2,696
05 70 00
Footings for decorative metal mockups (TED)
1.0 Isum
760.35
760
05730
Footings for mockups for each form and Irish
of decorative metal railing
1.0 Isum
2,281.05
2,281
06 15 35
Footings for 10 x 10 bridge mockup
1.0 Isum
5.069.00
5.069
Demo mock up
1.0 Isum
1.75000
1.750
Reba,
Central Park
Misr pads, sire furnishings transformers
PAGE 15
�� T Driver Newoon Beach Civic Center and Park
�l� NY.f)<'�fii.FGii_,.CAoort Beach CA
B AIII)EKS BIhCR 1919
02116111
,-N: mNU InIDFM
16- Feb -11
M7101
16 -Feb -II
Budget# Description(Scope of Work Quantity Unit CostfUnit Total
Pedestrian concrete paving
Concrete stair treads at Park Stairs 93, #4;
tooled grooves to be seined with LM Scofield
Uthochrome Chemstain CS -1 Black per
31L09.03
Handrail post footings
Retaining wall at sensitive area -per L9.03a and
L2.02 -with handrails- 2 sides
1' -6" high buttered concrete header at flexible
Pairing
Bollards
North Park
Fine grade
Install I remove rumble plates
Miss pads -site furnishings, transformers
Pedestrian concrete paving
4 I/1" thick aggregate base
Overex and moisture condition B" below
aggregate base
Expansion joint fill material
Expansion joint sealant and bond breaker
Expansion joint smooth dowels
Saw cut joint
I'-6" high battered concrete header at flexible
paving
Concrete stair treads at Park Stairs # I, #2;
tooled grooves to be stained with LM Scofield
Lithochrome Chemstain CS -1 Black
Handrail post footings
Bollards
Pedestrian paving smooth dowels a
I" exposed pedesurisn paving edge along
planting areas
Detectable warning tiles at handicap ramp
Concrete curb
Detectable warning tiles at handicap ramp
landscape concrete - site walls
South Park
Park Stair 45
Access amp wails
Footings
6" wail, assume avg height is 1' -6" from top of
footing to top of wall
2' -0' x I' -6" CMU wall footing
Backfll
Seawalls ( under Stonebriek- veneer )
Footing
I'-B- thick concrete wall
Park Stair #6
Footings
PAGE 16
G � 1'. Drive. p,•t ae.rn Chile Center and Paris
Newonrt Beach CA
Bl.ltJ)ER8 SINCE 1419
SCOPE AND PRICING SHEETS
0V16111
Mmd: shun, IxYM
1,-1: 16- Feb-11
M7101
16- Feb -11
Budget# Description /Scope of Work Quantity Unit CestfUnit Tested
Wall. assume avg height is T -0" from top of
footing ro top of wall
Park Stair #7 (west side of Phase III)
Footi g
Park Stair #8 (west side of Phase 111)
Footings
Central Park
Park Stair #3
Park Stair #4
North Park
Subcontractor proposal was in mass ex -ro be 140,265.00
Credited
Dog park fence footing
Seat well adjacent to Willow Sculpture #1,
16" IF x 8- wide per Clarification 4.010
Park Stir #1
Park Stair #2
Solid rod FEE bars spaced' apart and set in a
continuous footing
Concrete footing i
Crain channels
Reber
Fiber secondary reinforcement in walls
Fiber secondary reinforcement in slabs
2,9]2,443
° gftemotes
P
Grand Total Concrete Paving 2.912,443
oa 3�
Site Retaining walls with concret
Formwork Material at Exposed Surfaces:
Smooth metal, resin - coated plywood, or high-
density overlay plywood which will provide
ulna smooth surface
Retaining Wills Winter Beige Medium sand-
blast
Stairs & Cheek wails Winter Beige Medium
sand,blazc
Pedestrian Paving Winter Beige Medium sand-
blast
Headers Winter Beige Medium sand -blast
Footings No Color Form finish & light broom
top
Bridge Abutmems Winter Beige Medium sand
blase
Desert Garden Path Charcoal Grey Acid etch
finish
PAGE 17
Ve r rt I"IVeI Newport Reach Civic Cvvter and Padc
Newport Beach. CA
BUIODERS SINCE 1919
0L16/11
v,"r,na: 16-Feb -II
M17101
16 -FebI I
Budget# Description /scope of Work Quantity Unit Costlunit Total
Dog Park Fence Footing Winter Beige
Medium sand -blast
Stairs with site concrete
Retaining wall, type A (east of surface parking
lot)
Footing
12" thick .11, assume avg height is 10' -0"
from top of footing to top of wall
Finish on exposed side color / sandblast
Retaining walls at new retention basin at the
library at gabions
Footings at retaining walls at new retention
basin at the libmry
Sim wall south of Council Chambers
Footing
Wail, assume avg height is S -0" from top of
footing to top of wall
Finish on exposed side color / sandblast
Ramming wall, type A (ease of surface parking
structure)
Footing
12" thick wall, assume avg height is 10' -0"
from top of footing to top of wall
Finish on exposed side color /sandblast
Retaining wall west of loading dock
Footing
Wall, assume avg height is 15' -0" from top of
footing to top of wall
Backfll
Finish on exposed side color l sandblast
Retaining wall east of loading dock
Footing
Wall, assume avg height is IS' -0" from mp of
footing to top of wall
Backfll at walls
Finish on exposed side color / sandblast
Central Park
Retung wall at sensitive arm
North Park
Retaining wall, type A (cast of pedesmian walk
and west of dog park)
Footing
Wall. assume avg height is 8' -0" from cop of
footing to top of wall
Finish on exposed side sandblast / color
Altcomm d
ei .;
am �,
PAGE 18
1M1YriyVr NNexwnrt Beach Civic Center and Park
Newoort Beach. CA
ROLLERS 81NC8 1949
SCOPE AND PRICING SNEETS
DWI 61t 1
Mno-A: LIb1112LM
hm•�: IbFeb -I I
WB7101
16 -Feb 11
PAGE 19
Budget#
Descriptionl1impe of Work
Quantity Unit CostlUnit
Total
-
Grand Total Landscape Cast-in-place
33 11 00
az applies 31 33 33
Trenching and Backfilling
333100
Sanitary Utility Sewerage Piping
3339 ❑
Sanitary Utility Sewerage Manholes,
Frames and Covers
Phase 111
Subcontractor proposal
1.0 Isom 850.551.00
850.551
Saw cut. remove replace AC at the sweet
Traffic control
Street crossing
Water
Domestic water
3" Domestic water back8os, preventsr
Domestic water mCler
Domestic, fire and condenser water POC
3" Domestic water meter
4" Domestic water backlow premnter
Thrust blocks
Testing, chlariniza mn
Press culvert and detector check
1.0 Isom 53,447.00
53,447
Fire Water
B" Fire water double check backfl.
prevention
Hydrant
8' Fire water - connect to garage
Fire water POC
Fire water - 8"
B" Water a.mooJAvocado Avenue
Thrust blocks
Testing. chluriniaadmo
Sewer
Connect to existing cleanout
Sanitary cleanout
Sanitary sewer
Connect to existing SS manhole
SS manhole
6" Sewer at Avocado
Drop SSMH to grade
Connect to existing SMH at Avocado
SS POC
Saddle existing sewer
4" Sanitary sewer POC
Testing
Upsize the pipe to handle the run off from
the detention basin ( avocado)
not included
PAGE 19
Newport Stash Civic Center and Parl,
Q.W. Driver Nsompqrt Beath, CA
IVJLDF.RS SINCE 1919
ni d ..0 rt. ad
".1 16 -Feb -i1
A87101
PAGE 20
OV16111
16 -Feb -II
Budgetit
Description/Scope of Work Quantity Unit CostUnit
Total
903,998
Aftare,ve
RM
I, d Grand Total Underground Utilities
903.998
ss applies
313333 Trenching and R—ldillin,
with site utilities
4 "Gax line
Gas POC
'Gas meter and regulator/ seismic valve
Correct to building
Connect . existing gas line
Moreover
Grand Total Natural Gas Distrib.tio
gym" 33 *1 -06
..'Plk, 03 30 01
Cast -in -place Concrete -Civil
as applies 31 23 33
Trenching and O.Adfilli.,
314419
Utility St.. Water Treatment
33 49 13
Storm Drat.... Manholes, F,.m,, and
Covers
with site utilities
South Park
24" Storm drain
I B' Storm drain
12 -Storm train
8" Storm train
6' Storm train
4" Storm Drain
Storm train man hole
Catch %'i.
Headwall
Rainwater leader
Storm portion structure (STID- 3 I O-L)
Storm drain man hole & weir
Correct to existing trench dram
W x 24" Concrete box culvert
PAGE 20
CanQ W. Driver NN^oart Rumb Ott; Nemr.rat d B Pura
M1
BUILDERS SINCE
. CO
1919 ,
eLlb /l l
Pm¢]: uI.11 I. PM
�.�: 16Feb -II
tl8 >101
16- Feb-II
Budget# Description(Scope of Work Quantity unit Cosounit Total
Connect to existing storm drain man hole -
adpat as needed
Area drain in paving S" diameter, Josam 5A
series sadn bronze fin I /C09.05
Connect SD inlet to (E) SD
Connect to (E) SD
SD clean out
SD curb inlet
6" Storm drain - connect to gard,
Storm drain - 4" connect
SD vertical bend and cleanout
Thrust blocks
Connect to new 18" SD
Connect to Existing Curb Inlet
Central Park
18" Storm drain
12" Storm drain
8" Storm drain
6" Storm drain
4" Storm drain
Area drain
inlet
Curb cut
SD point of connection to (E)
SD clean out
SD vertical bend and cleanout
Trench drain type A
Headwall outlet
Storm curb inlet (STD- 30S -L)
Catch basin in planting, T min cover typ.
North Park
12- Storm drain
8" Storm drain
6" Storm drain
Storm drain me
Curb cut
Storm drain man hole 6 weir structure
Headwall outlet
Connect to existing SDMH
SD clean out
SD venial bend and cleanout
SD inlet
Area drain
Catch basin in planting, T min cover typ.
4" Storm Drain
Storm drain manhole B2
Storm curb Inlet(STD- 30S -L)
Swale atrium drain
Storm junction structure (STD - 3 10 -L)
PACE 21
CNewport Rmnh
.ArDriver
HVILDERS SINCE M4
02116111
rivit Cant .... d Pad,
SCOPE AND PRICING SHEETS
a1.1. It. .
16-Feb-I I
AI7101
16- Feb-II
Budgetill
Description/Scope of Work Quantity Unit
condunk, Total
Alternates
Grand Total Storm Drainage Piping
334119 :"
With I..dI.pe package 2.5
with landscape
South Park
6" perforated PVC pipe
4" Pert rated sub train
I' Wide gravel sub drain
Gravel
Detention basins
Central Park
6' Perforated PVC pip.
Drain clean -out
Area drsim
Tie into civil storm dram
Treatment I.Ile
4" Perforated sub drain . swale
I' Wide gravel sub train
Swales
North Park
6" Perforated PVC pipe
Drain clean -out
Area train
Tie into civil storm drain
Swale
8" Perforated sub train at swale
I' Wide gravel sub drain
Gavel sub train
Detention basin
fifteormt
Grand Total Landscape Sub- drainag
3346 00 W-M—Ma WIMPORM,
HIM.
PAGE; 22
C.W. Drier Newport Beam C'v "c Center and Park rnn,ta LINII rarM
Newport Beach. CA I,— 16 -Feb-11
RUILDERS SINGE 1919 M7101
SCOPE AND PRICING SHEETS
OLI6 /l l
16-Feb I I
• Budget# Description /Scope of Work Quantity Unit CosUUnit Total
Alternates
- Grand Total Sub- drainage
,. Grand Total FRP Structural Shapes/
Willow sculpture designed and installed by 1.0 allowance
Patrick Dmnhim,w.7 Dieces in each sculpture
Grand Total Willow
PAGE 23
Phase III
Cafe cables
with landscape
Cafe chairs
with landscape
12.977.0
Picnic tables and benches: custom fabricated
table and bench Ipe
1.0
Isum
12.977.00
12,977
' 13.977.0
Accessible Round Ipe Picnic table and bench
1.0
bum
13.977.00
13.977
10.665.0
Steel structure at Picnic tables and benches:
custom fabricated table and bench Ipe
3.0
Isum
3.555.00
10.665
Trash receptacles: Iromites series model S42
with standard lid, powder coated finish, VS
bronze in color, and with 3 in -line anchor
hole mount From Victor Stanley
15.0
each
873.90
13,108
PAGE 23
C.W. Driver NewportBpachCivc Center and Park
Newport Beazh. GA
Bb'1LDERS SINCE 1919
03/16/11
iw v .1.1. Ise.
nW.Fa', 16- Feb-II
W7101
16- Feb-II
PAGE 24
Budget# Description /Scope of Work
Quantity Unit
Cost/Unit
Total
Recycling receptacles: Ironsices series model
5.0 each
1,068.55
5,343
$42 with recycle package lid, powder =red
finish VS bronze in color, and with 3 imime
anchor hole mount. From Victor Stanley
Add for freight trash and recycling receptacles
1.0 Isom
1,013.80
1,014
Installation
15.0 chrw
248
3,726
Delivery to the job site kam port
1.0 Isum
3,345.54
3,346
Tree grate
3.0 each
with mist metals
Large Concrete rabbit sculpture been
each
landscape
Cemrock 8' call, integral color white
concrete with glazedf aimed eyes and nose
Boulder circle - salvaged from site
with landscape
Central Park
Picnic tables: custom fabricated table Ipe
5.0 [sum
12,977.00
64,885
Steel for Picnic cables : custom fabricated
5.0 Isum
3,555.00
17,775
cable Ipe
Back to back bench,lpe seat board in l 112"
1.0 each
9.750
9,750
wide spacing
Concrete cotton tailed rabbit custom
Isom
with landscape
designed 5' long x 3' wide x IT' call rabbits, 5
different sculptured forms, 3 of each form and
I each 8' rabbit, as available from Cemrock
Landscapes, Inc Tucson, AZ (520) 571 -1888,
www.cernrock.com
Trash receptacles: Ironies series model 542
873.90
with standard lid, powder coated finish, VS
bronze in color, and with 3 in -line anchor
hole mount From Victor Stanley
Recycling receptacles: Ironsices series model
10.0 each
1.068.55
10,685
S42 with regde package lid, powder coated
finish VS bronze in color, and with 3 in -line
anchor hole mount. From Victor Stanley
Delivery to the job site from port
LO Isom
. 3345.54
3,346
Single bench
12.0 each
4.185.00
50,220
Serpentine Custom Cut Ipe Picnic Table 05 -
102.0 Ink
842.77
85.963
3' wide table, V 4" wide benches on each side.
W' joint between boards
Accessible Round Ipe Picnic table and bench
1.0 each
13,977.00
13.977
Birdblind Bridge benches
- 2.0 each
3,555.00
7.110
North Park
Picnic cables and benches: Ipe
5.0 each
13,977.00
69,885
Single bench -Ipe
3.0 each
4.185.00
12.555
Trash receptacles: Ironsires series modtl S42
3.0 each
873.90
2,622
with standard lid, powder coated Wish, VS
bronze in colo% and with 3 in -line anchor
hole mount. From Victor Stanley
Recycling receptacles: Ironsires series model
3.0 each
1,068.55
3,206
- 542 with recycle package lid, powder coated
finish VS bronze in color, and with 3 in -line
anchor hole mount. From Victor Stanley
Delivery to the job site from Pon
1.0 hum
3,345.54
3,346
Insnlladoo
200 mnhr
248.38
4,968
Tree gmte
30 each
with steel
PAGE 24
Newport Beach Cielt Cimrat and Park,
C.WDriver blimptat, Beach. CA
SOLDERS SINCU 1919
owl MI 1
low, vIsnl c.r,
lama: 16 -Feb -II
"7101
16- Felt-II
PAGE 25
Budgetill
Description/Scope of Work
Quantity Unit
CoatfUnit
Total
Do, park crash receptacle
2.0 ea
873.90
1,748
Back .to- bcack nanchas - In,
7.0 c.
634018
4,382
Accessible Round 1pe Picnic cable and bench
per U0.03
1.0 ea
Installation of bca,hc, and rabies
1.0 ea
61,250.00
61,250
531,826
Aftementes
Y"z
Grand Total Site Furnishings
531.826
31
Subcontractor proposal
1.0 lsum
4.747.829.00
4,747.829
32 01 90
L2mbCaPe Maintenance Period
32 1500
Aggregate Surfacing
329113
Planting Soil Preparation
329119
Planting Soil Preparation and Planting Soil
Mi. Designs
3291 19.13
Topsoil
3291 19.
23 Structural Planting Soil Mi.
329210
Contract Growing and Maint,
329221
Meadow Seeding
329222
Wildflower and Grass Seeding
329223
Lawn Sodding
32 84 00
Irrigation
Soils
Soil testing by Wallace lab
Flue grace within 0.04
Excluded
Mobilimtion
Rip, till, amend in- place, and fine grace topsoil
installed as a pan of MX package
Imported soil in lieu of top soil
36" Imported loamy sand wool
12" Imported loamy sand copsoil stabilized
&I,d.g soil amended in place
24" Imported cactus topsoil mix
Topsoil in rip rap packets
Geolaunt in rip rap
flexible paving walk., - 3" flexible p.V,,
4" aggregate base o/ 6" moisture - conditioned
excavated and replaced oulagrade soil c/
subgrade - at flexible pavrg
Aggregate Mulch Retention angle at entry
walls- V'x 4r'x 1/4" FRP
360.0 laft
22.00
7.920
Rip rap at bio detention basin- S
locations
5.0 each
2,424.00
12,120
Irrigation
Irrigation meter and backillow preventer
Irrigation controller
PAGE 25
C W. Driver Newport Beach ClAc Cwntxrand Park
Newnnrt Beach. Gn
]VI6DItR8 SINCE 1939
03/16/11
via ".. Fn
"ew: 16-Fell I
uenm
16- Feb -II
PAGE 26
Budget# Description /Scope of Work
Quantity Unit
CostlUnit
Total
Tree irrigation bubbler
Controller assembly provide 120 VAC
Planting per plans
FFeisting city palms and ands to be
transplanted temporarily containerized and
replanted in proposed landscape
Equipment, cranes
Plastic Root barrier
Magnolia trees
subject to availbility
Torrey pine -15 gal container
subject to awilbiliry
Torrey pine - 36" box
subject to awilbility
Sodded lawn
Aggregate Mulch
Aggregate mulch not adjacent to landscaplrtq(
at parking garage
3.150.0 sqk
with landscape
Aggregate mulch not adjacent o landscaping(
at stone walls) drain channels
4.165.5 sqk
5.50
22,910
Biobarrier
7,315.5 sqk
2.03
14,833
Wood chip mulch
3" thick wood chip mulch at was wells
Steel header at wood chip mulch
Stabilized aggrepte paving mockup, 30-0 x 11-
0 x 3" depth, including concrete I wood
headers
Mock -up areas of backfill mix at the specified
- depths and apply irrigation to induce
settlement
Mock -up areas of soil mixes at the specified
depths and apply irrigation to induce
settlement
Structural planting soil mix mockup, (2) 10 -0
x 15 -0 x 6" Iifrs
Tree staking mockup
Root ball anchor system mockup
Boulders
Gravel mulch at planting areas T' depth over
biobarrier
K9 grass - artificial turf by Forever lawn;
Albuquerque, NM (505) 217 -0177
www.foreverlawn.com
Crew of people to do fine grade per spec
240.0 mnhr
47.00
11,280
1 -Year maintenance
4,816,892
Grand Total Landscape and Irrigatio
4.816,892
P � .... ,
I X032000.'
PAGE 26
W�%1V£f Ne ponBnffhGV[QMcrzndPark
�tyv N�weore eeah A
BUILDERS SINCE 1919
mr. viu111xum
Byertl. 16 -Feb -I1
M7101
UvlallI 16 -Feb -II
PAGE 27
G.W. Driver NewnortReachCivic Center and Park
Newport Beach CA
DMIA)ERS SINCE 1919
02116/11
nlnrM. an,I I.,.
wrpnw: 16 -Feb 11
07101
I6- Feb-II
PAGE 28
Budgetli DescriptioN5cope of Work
Quantity Unit
CosdUnit
Total
Curbs at resvooms
Restroom slab depressions
T" Topping slab at ramps for stone
Concrete steps on metal deck
Equipment pad
Curb ac piping per plumbing details
25.0 each
225.00
5,625
Embeds for CIP
Mockup
Mist, trenching for mechanical work
Mockup to demonstrate typical formwork,
joints, and proposed surface finish, texture,
and color
Mockups to demonstrate typical joints,
surface flnish, texture, tolerances. and
standard of workmanship.
Footings for mockup of AESS assemblies
1.0 each
3,649.68
3,650
100 Sqh wall for waterproofing mockup
100.0 sqh
12.17
1,217
Footing for metal bred composire water-
spay test assembly
LO each
1,824.84
1.825
Footing for glazing mockups
4.0 each
500.00
4000
Demo the mock ups
1.0 hum
750.00
750
Community Room
See scope above
Concrete ropping as adna t floor for brick
flooring
steel mesh at concrete at double slab
4,000.0 sqh
4.00
16.000
Chambers
See scope above
Suspended slab under seating
Concrete walls under suspended slab
Library
See scope above
Grout at seismic joint
Welland bridge
Abutment wall footing
Add to form abutment structure
Add to form abutment seat
Foam fill in abutment structure
5" slab above foam fill
2" grout between steel and concrete
abutment
Deck bridge
Abutment seat
Add to form abutment structure
Add to form abutment seat
Bird blind Bridge
Abutment structure
Add to form abutment structure
Add to form abutment seat
Foam 011 in abutment structure
5" Slab above foam mfill
PAGE 28
C W. Driver Ne—ad Beach C'v c Center and Park
Newport Bea h. GA
SUILVER.S SINCE 3919
mMm: viaii izmm
1,1; 16- Feb-II
M7101
OW16111 1&F6-I I
PAGE 29
CVU���� NnwoertBeach Center and Park
�(x Newport Beazh. CA
BUILI)EBS SINCE 1019
0L16111
N'n J: LIdII I1L iM
nwrto, 16- Feb -II
#87101
16 -Fatr I I
PAGE 30
Budgetll Descriptionl5cope of Work
Quantity Unit
CoodUnit
Total
Cast stone treads, risers, and landings on
setting bed on 3116" metal pans (bottom IB
treads and users on (E) concrete stepped
slab, not metal pan) per R6.01 767 sqk
South Park
Monumental stairs - precast concrete with
anchor pins, stone inlay, sealant & backer rod,
and expansion joint fill material at each tread,
over mortar setting bed with mesh fabric
reinforcement and drain mat all over
concrete sub slab and compacted s.l
Monumental stair mockup per 04 22 23
• Alternate:
Room
Grand Total Mortar -Set Precast Con
44 ZZ 4B ': Naas
# 32 1400 Small Brick Paving
Phase III
Subcontractor proposal
1.0 Isum
1,190,330.00
1,190,330
Tile I brick flooring - Belden Brick Company
"Tumbleweed ". 4" x T x 2 114"
321400 8- 0x8 -0 brick paving mockup
64.0 sqk
65.00
4,160
Prepare substrate
2337.0 suit
2.53
5,923
Mack, of brick flooring
1.0 a11w included
Protect with lumber until final completion
2,400.0 sqk
1,00
2,400
Chamber
South Park
CMU sign wall I - 3' tall with control joint at 18.5'
CMU sign wall 2 - T -6' tall with control blurs every 20'
Brick paving sand set brick pavers laid on
edge over I" cement stabilized sand setting
bed over 5" reinforced concrete sub slab on
top of 12" thick compacted agg base. Edge of
. paver areas restrained by 6" x 6" x 31T FRP
angle bolted to sub slab at all ad
Add for FRY angles as all locations
2,363.0 Ink
12.00
28,356
Geotech barrier
23,076.0 sqk
0.25
5.769
IAA em.pe
?1,236,938
.., .
o
PAGE 30
G.xX, iver NNwoort Beach civic Center and Park
M/y Newport 5each CG
BIU.p IigB SINCH 1919
OV16111
en�,ee: men lawn
Awe: 16- Feb-11
*8)101
16 -Feb -II
PACE 31
Budget# Descriptiowsropeof Work
Quantity Unit
CosdUnit
Total
- Grand Total Site Concrete Unit Mash
1,236,938
0442 13 Site Stone Veneer Walls
Phase III
Community room
Subcontractor proposal
1.0 bum
3,603,490.00
3,603,490
Stone veneer
Stone veneer at stair F
Stone to be sealed
Stone coping at the stone wall
8 -0 long wall end mockup per 0442 13
Independent testing her hollew stuns
1.0 Isum
12,000.00
12,000
protect with lumber until final completion
1.0 Isum
7,500.00
7,500
Some dle I in elevators
96.0 sqR
31182
3,727
Chambers
Stone veneer Rom ms
Stone veneer coping
Site wall
Add for one mock up per specs
Add for anchor testing
Flexural strength test (3)
Add for structural stone calculations
Add for samples per spedfication: -attic stock
(6) 24" x 48" x 2"
(3) 12" x 36- x 36"
Stone to be Sealed
Add for scaffolding
Stone coping at the stone wall
Ubrary
Cast stone treads, risers, and landings on
setting bed on 3116" metal pans (bottom 18
treads and risers on (E) concrete stepped
slab, not metal pan)
South Park
French limestone seat wall veneer (bench)
over 2" mortar type M of I' thick concrete
sub slab with drain base of subgrade soil
Scone veneer at Sign Wall I
Stone veneer at Sign Wail 2
Cap scones at sign wails
Stone to be sealed
Scone veneer at Council Chambers wall
Supply and install cast stone stair breads
Cast stone landing
PACE 31
hissomart Beach Clyk, Center and Park
C.WDriver Ns,,port Beach- CA
1011A)ERS SINCE l919
OV16111
.1.., lxmm
u,.: 16 -Feb -II
487101
16- Feb -II
PACE 32
Budget!
13hascription/Scope, of Work
Quantity Unit
Cost/Unit
Total
3,626,717
Aftermants,
Grand Total
tt.,jor St.. Claddinii
3.626.717
Phase III
with stone
Tile I - Stone pattern I - 12!'x 30" x 314n
AG&M Chinese Basalt
Tila, I - Stone pattern IT' . 19132- -
AG&M Chinese Basalt
Tile I - Stone pattern 2. 4'x 12" x 19132'.
AG&M Chinese Basalt stairs, @ Phase III stairs
Anti kacwm membrane
Preparesubstrat.
Mockup of stone floor the
Library
Tile I - Stone pamem 2 - IF' x 12- x 19132!' -
AG&M Chinese Basalt
Tile I - Stone pattern 2.4" x 12" x 19132- -
AG&M Chin. B.,idt stairs, @ Jib., stairs
And fracture membrane
Aftern,te
P.
Grand Total Stone Tiling
05 1250
Buckling Restrained Braces
055100
Metal Stairs
Subcontractor proposal
1.0 Isom
8.142.731
8.142.731
a. time for orate
1.0 lsum
27,000.0
27.000
Phase III
Shop drawingsi calculationsd coordination,
BIM
1.0 Isu.
69,952.20
69.952
Buckling restrained braces (Spill
Field Deviling ofAESS
1,200.0 pohr
87.0()
104.400
BRB Connections
Columns - tapered
Bruce frames
Column anchor belts and templates for them
PACE 32
epo Bub Chris Center and Park W �i1V�
Newport Beach. GA
SIALDBRSSFINCR 1919
OV16111
vewa man rvaen
na.w: 16 -Feb l l
NB >lal
16- Feb -II
PAGE 33
Budget# Description /Scope of Work
Quantity Unit
Cost/Unit
Total
Curved roof
Verendeel trusses
Added cost for roof architectural exposed
svuttpral Steel(AESS)
Stairs
Stairs 2B, 2C, 2D, 2E
SS Handrail & Cable Rail System
Grate Landing
Stairs 2B, 2C, 2D, 2E
SS Iiandmil
SS Guardrail:
Handrail
Trellis
Canopies with outriggers .
Survey of column anchor bobs
1.0 Isum
5.969.25
5.969
Reinforcing plates at pipe penetrations at
beam web - quantity assumed -assume
Geld.,hore, lift
50.0 each
1,250.00
62,500
Safety rails- install/ remove
32.0 mnhr
67.00
2.144
Mockup of AESS assemblies
Community room
Same scope as above
Brace frames
Bridge
Low roof collector line
Curved roof
Verendeel trusses
Addedcastf,r ronf AESS
Svlr F
SS Guardrail
LT SS Handrail @ Stair F & Bridge
Add for Metal Pan for Cast Stone @ Stair F
Add for mars
Chambers
Buckling restrained braces
Cplpmns
Roof
Added cost for foofAESS
Low wall support
Library
MF ( Moment Frames)
MF Connections
LS' SS Handrail @ Stair in Library
Patent fees for the connection
Central Park
wedand bridge
deck bridge
PAGE 33
C.WDriver
RVILDRIts SFNvft 1919
OV16111
SCOPE AND PRICING SHEETS
16-- II
A7101
16-Feb -1 I
Budget#
DescriptionlSoope, of Work Quenticy Unit
Costfunit,
Total
Biriffifind Bridge
8,414,696
Altennote
Grand Total Structural Steel
8,414,696
Subcontractor proposal 1.0 isum
580,956.00
580.956
Phase 111
Metal decking
Edge forms
included
Support angles at columns
included
Deformed bar angles
included
Hoisting Is.
included with stru set
add fmr.ddid.n.l openings 20.0 each
375.00
7.500
Grand Total Metal Decking
588.456
KIM=, 65 50'00.
Subcontractor Proposal 1.0 lt,un
2,110,348
2.110.348
055300
Metal Grain,
D5 60 00
Site Metal Fabrications
Mass Ex
Fencing at the retaining wall
with fencing
,harl,ted site mils
Phase III
AluminumlSwel Angle Guardrail System @
Balcony Fronts
55 Cable Fail System A Cut C-Channel @
Balcony Sides
Galvanized Metal Grating @ Mechanical Well
Galvanized Metal Gortudi, @ Mechanical Well
PAGE 34
C.W. Driver Newport Beach Civic Center and Park
Y mi,crt Beach. CA
BUILDERS SINCE 1939
OW16 /11
�: mull av sn
w.wn; 16-Feb -II
W7101
16 -Feb -II
Budget# Description /Scope of Work Quantity Unit Cost/Unit Total
MEP Screens at the roof supports only -
louvers are separately
Railings at the stairs on the south side
Ramps railings
Ramps moral plates
Elevator it ladders
Roof access ladders -ship ladder
Elevator sump pitand grate
Nosings
Fall arrest safety anchors per 2/A5.20 -
05500D
Support for coiling grills
Sur bar embedded nosing strip
Misc supports. angles ( at skylights. elevators.
countertoje)
Stainless steel wall panels at elemors
Self Serve kiosk
Prefin T' %B" AL trellis @ I P' o.c. wl end caps
Mockups for each form and finish of
decorative metal ailing
Community room
Misc supports
Handrail @ building Exterior
12" Cut Channel @ Bridge w/ HP coating
welded w SS shoe for glass guardrail support
Chambers
Bullet protective place
Handrails at ramps
Mist support for none
Misc supports
Recessed alum gating at conference at Zink
wall
Floor grating with supports
Prefin 2 "x8" AL trellis @ Itl' o.c. w/ end aps
Library
Stair
Misc supports
Aluminum Grating wl Removable Section for
Access
Add for Metal Pan for Cast Scone @ Library
Stairs
Add for 12 risers
Metal guardail at line N 1
Support for coiling grills
Steel Plates @ CW & Floor Slab - (1) 1'& (1)
8" steel plate at the intersection m the corein
wall and floor slab: welded and painted 20 ga.
closure panel between vertical mullions
additional support for misc equipment LID hum 16.800.00 16.800
South Park
Trench drains covers
Trench drain type B
PAGE 35
*� r a y�4 Nownort Beach C'v'c Center and Park
�ly D li Newport BeacF CA
BUII'VERS SINCE 1919
OV16111
ndsw viuu iinm
16- Feb-II
487101
16- Feb -11
PAGE 36
Budget#
Description /Scope of Work
Quantity Unit
CosdUnit
Total
Trench drain at north of parking garage, south
of Chambers, & library playa
Trench drain and gate at precast concrete
stair at entry court
4" trench drain at south of Chambers - no
details lust shown on legend
1 I/4" x 1 1/4" with IIF radius, solid square
carbon steel bar handrail painted
Bollards
20.0 each
225.00
4,500
Central Park
1 1/4'x 1 1/4" with 118" radius, sold square
carbon steel bar handrail, painted
wetland bridge
3'-6" High guardrail with l' square steel
picket at 5" o.c. and 4- x 3" steel tabs welded
to bridge beam
deck bridge
3' -6 'high guardrail
Birdblind Bridge
B' High guardrail wilt I" square steel picket at
5' o.c. and 4" x 3" steel tabs welded to bridge
beam
North Park
1 1 /4" x 1 114" with IN radius, solid square
carbon steel bar handrail, painted
2,131,648
4
9lSSmote:
t
Grand Total Metal Fabrications
2.13 1,648
With mkc metals
gBgegttg
BEIMx
Grand Total Decorative Metal and G
R>:rt, ..:
°P.�t�.h., NO
Phase HI
Expansion joint cover at the bridge
8.0 Ink
145.99
1.168
Community room
Library
Expansion joint cover horizontal
264.0 Ink
134.84
35.597
Expansion joint cover at the roof
132.0 Ink
134.84
17.298
Expansion joint cover vertical
128.0 Ink
65.90
8.435
PAGE 36
�� ] Driver N�wnnrc Beach Omic Cam, and Park
�(y New
BeaM1. CLtSiSY.SQ
BUILDERS SINCE 1919
OW16 /11
[mmred: vim,iva ni
o�rta: 16- Feb -11
487101
16 -Feb -II
PAGE 37
Budget#
Description /Scopeof Work Quantity Unit
Cosb'Unit
Total
62,998
Alto ate.
r'
Pi
Grand Total Expansion Control
62,998
Ob 10 00 '%
Subcontractor proposal 1.0 Isom
663,607.00
663,607
061500
Wood Decking
061535
Site Carpentry
061600
Sheathing
all wood m be Fire treated
FSC terrified
Phase 111
Wood Bailers as required at all roof edge and
Sutter conditions
Misc plywood / blocking
Fire- treated wood blocking at cop of metal
stud parapets
Forming and blocking for mirror attachment
Rooftop equipment bases and support curbs
IPE decking at the balconies
3/4" MDF soffit
Store/ prep IPE wood 1.0 Isum
10,000.00
10,000
Community room
Wood Bailers as required at all roof edge and
gutter conditions
Misc plywood / blocking
Chambers
Wood Bailers as required at all roof edge and
gutter conditions
Misc plywood / blocking
Platform at dais
Library
Wood Bailers as required at all roof edge and
gutter conditions
Misc plywood l blocking
wetland bridge
1 112" IPE decking
wetland bridge
4x4" TimberSil" Bailers attached to steel
beams with 5/8 welded and threaded studs at
24" on center
wetland bdd,
514 x 6 FSC certified WE attached to milers
with stainless steel screws per specs.
detk bridge
1112 "IPE decking
dark bridge
4x4" TimberSil" milers attached to steel
beams with 518 welded and threaded studs at
24" on center
PAGE 37
C.W. Driver CenterandPak
Newport Beach. CA
Bii1Ll>F.g3 S"C8 1919
0211611 I
A:ncl: LINII I2]a Ml
srwRa: I&Feb -I I
M7101
16 -Feb I
PAGE 38
Budget#
DescriptioNSCOpe ofworic
Quantity Unit
CosdUnit Total
deck bridge
5/4 x 6 FSC certified IPE attached to milers
with stainless steel screws per specs.
'
Btrdbllnd Bridge
11/2 "IPE decking
Birdblmd Bridge
-
4x4 "Timber5il" nailer, attached to sated
beams with 518 welded and threaded studs at
24" on tenter
Birdblind Bridge
514 x 6 FSC certified IPE attached to milers
with stainless steel screws per specs.
Protect wood with protective board
3,200.0 sqft
1.50 4,800
678,407
x
91tem»Z95
Grand Total Rough Carpentry
678.407
44 4p 23
Interior Architectural Woodwork
066400
Plastic Paneling
Phase III
Subcontractor proposal
1.0 Isum
1.963.550.0 1.963,550
Architectural Woodwork
Plastic laminate
Cabinets /Casework
Countertops
Metal Supports for open area tables
Corem I Solid Surfaces
SS Poles at millwork
Open wall cabinets
Brochure holders
Wood Paneling
Wood tailings
Wood Wall Tile
Marker boards on Doors at Command
Center
Fabric .11 panels
Privacy Panels
Aluminum Framing
structural support for panels
structural support for panels
Fastening / anchors / support
Compliance with trade associations
WI- Woodwork Institute
FSC - Forest Stewardship Council
TEED
PAGE 38
!`+�x]� l�ii NeanortBeachChic,Csmer god Part,
�..+ �Y��ll Negr.aort Bea An CA
BUILDERS SINCE 1419
07/16/11
v w: vion Ixmsn
ermr.m: 16 -Feb -II
"7101
16 -Few 1
PAGE 39
Budgetif DescriptionlScope ofWark
Quantity Unit
CosUUnit Total
Wood and MDF Wall Base
Supply Room Shelving
Benches
Coat hooks
Glass & Glazing within Millwork
Cut Outs - with Grommets
Computer Equipment
Plumbing coordination
Electrical coordination
Protection of solid surface wunters
Wood substructure for all solid surface
counters
Non - Typical Materials
Apple My
Formica Color Core
9 Wood
Specific Areas
Shelf Check Station at Library
Casework and Trim at Credit Union
Lentech FRP
Cafe
Food Service plans
Library Stairwell Panels
. MDF Marquee above the cafe
Command Center
Restrooms
Kitchen I Kitchenettes
-
IT Supply Room
Podiums
Council Chamber Wall Paneling (?Wood)
Council Chamber table
NBTV
Clerk Counter
Cashiering Revenue Counter
Work Stations
One Stop Shop Desk
One Stop Shop Tables
One Stop Shop storage and shelving
Mother's Rp0m
Plot Room I Active Vault File Vault
Hallway Displays
Wood Jambs (See door scope)
Conference Room Doors
Design and engineering of ceiling attachment
1.0 [sum
7,500.00 7,500
Detailingatske
200.0 mnhr
67.00 13,400
Mockup
1,984,450
Alternates
PAGE 39
GWDriver Newport Reach Civic Center and Park lw: IIINU Ian e9
Newport Reach. CA F newm 16 -Fab-I I
ROIbD ERS SINCE 1919 W7101
SCOPE AND PRICING SHEETS
owl 6111 16- Feb-il
* Budget# Description /Scope of Work Quantity Unit CmdUnit Total
Grand Total Interior Architectural V
Phase III
Misc. Mock ups, including for the root 1.0 lot 75,000.00 75,000
structure
]5,000
t] 11 I6
Damproofing
021336
Sell Adhering Sheet Waterproofing
011322
Pre - applied Sheet Waterproofing
0113 SS
Thermoplastic Sheet WP with Active
Pulymercnre
021200
Bentonite Gemeatile We
011923
Site Water and GmKti ReoeIll
phase III
Subcontractor proposal 1.0 bum 881.373.00 881.323
Under slab waterproofing
Waterproofing at basement walls
Waterproofing at trenches
Elevator pits
Waterproofing at 18" "pods steps
Drain pipe with gravel
Water scup
VE Under slab insulation l" not included
Community room
Under slab wacerpri
Retuning wall along 22 line per VA4.05 with
insulate.
Drain pipe with gavel
Water stop
Under slab insulation 2"
Chambers
Under slab waterproofing
VE Under slab insulation l" not included
PAGE 40
G�} 1V�I N,,,ft Beach Civic Center and Park
I Newport BeacM1 CA
BItILD6AS SINCE 1919
SCOPE AND PRICING SHEETS
OL 16111
flF¢tl'. YIU111.ea N1
>.m•rte: 16 -freMII
pW 101
16- Feb-lI
PAGP 41
Budget# DescriptionlSrope of WOrk Quantity Unit
C.WUnit
Total
Library
Under slab waterproofing
Waterproofing at library existing basement
walls
not included
Waterproofing at library below grade walls
100 sqk wall mockup
Waterproofing at the site retaining walls
Sub drainage perforated pipe surrounded by
drain rock and wrapped in peonage fabric
Central Park
Waterproofing at the site abutment wall - at
bridges
Waterproofing at stair cheek walls
Dampproofing on Backfilled Side of Retaining
Walls.
Dampproofng Along Stone Wails and Precast
Stair Treads Directly in Conran with Soil or
Aggregate Mukh,
excluded
881,3]3
A
Grand Total Water proofing Site Da
-
881.373
- Subcontractor proposal 1.0 Isum
260.000.00
260000
Phase III
R -19 (FS -25) foiled faced fiberglass Batts at
extenor wall framing
R -11 unfaced fiberglass batts at interior
acoustical partitions
3" Foiled faced curtain wall insulation at
curtain wall
2" Black -faced insulation
Acousdcal insulation at Chiller room
with drywall
Isolators
with drywall
Sizing and shop drawings for bell
with drywall
5/8" plywood 1.0 Isum
766.00
]66
Additional furring channels., clips
with drywall
Batt insulation
with drywall
Additional drywall
with drywall
PAGP 41
MLx ,��� NNwonrt Beach Civit Center and Park
. FI Y Newport Beach. CG
SUILDERS SINCE 1919
02116111
ni'. .11111es of
16- Feb -11
M7101
16 -Feb -II
PAGE 42
* Budget#
DescripticdScope of Work Quantity Unit
Cos#Unit Total
Insulatiorm.i.ir,i ction 13 .5.01 3.000.0 salt
3.44 10,320
Communityroom
R- 19(FS -25) foiled faced fiberglass betts at
exterior wall framing
R -11 unlaced fiberglass batits at interior
it.suall partitions
3" Foiled faced curtain wall insulation at
curtain well
- 2" Black -faced insulation
Chambers
R-19 (FS- 25) foiled faced fiberglass bans at
emenor wall framing
R -11 unlaced fberglass bat" at interior
acuusdcal partitions
3" Foiled faced current wall insulation at
curtain wall
2" Black -faced insulation
Library
R.19 FS-25) foiled faced fiberglass bans at
exterior wall barring
.
R 1 unlaced fibergass bans at interior
acoustial partitions
3 " Foiled laced curtain wall insulation at
curtain wall
-
2" Black -laced insulation
271,086
Alternate
Grand Total Thermal Insulation
271,086
Wpm-
- .. fflaw"WR
Phase III
with drywall.
Aftarra
Grand Total Fireproofing
r,' ,b ff,07 84 13
` . ; R • §n% °.�
bv"pr -t...a •� ;! MOM
PAGE 42
QWD
h.1. 1 M1 1.'1 uVr
SOLDERS 53EICE 1919
-
N^adood Reach
OW16111
risks Center and Park m.ua:
Newport ReacM1. CA ny..a:
SCOPE AND PRICING SHEETS
au", .xa9 R1
I6 Feb -I I
4187101
16- Fab-11
Budget#
DescriptioNScope of Work Quantity Unit Cost/Unit
Total
078446
Fire-resistive Joint Systems
Phase 111
Fire stopping and safing 120.484.0 sgft 0.30
36,145
SaOngwith smoke seal at perimeter Boor slab ind
as indicated
Safingwith smoke seal at bead of rated incl
gypsum board wall assemblies
078446
Mockup for each fire resistive joint condition 1.0 allw 2,444.00
2.444
38,589
Afivemote
BMW
Grand Total Penetration Firestoppin
38,589
074213 I,
073116
Architectural Metal SNngles with sheet coed
074213
Architectural Metal Flat Lock Plate Panels
AISf.@ffiLS
-'
Grand Total Architectural Metal Flal
'. b7 8216, Oi >�'2 I9`,= • °.��
34.
0742 19
Architectural Metal Plate Panels with curtain well'
Phase 111
Exterior metal soft 07 42 19A
Metal panel wall system
Markup
Mockup for each form of construction
Construction water-spray test mockup of
metal laced composite wall panel assembly,
include typical wall and corner panel
Aleemetes .
Grand Total Architectural Metal Pan
PACE 43
Q ♦ I. Driver NsMurt Beach Civic NCmi
oter and Park
New¢¢H B¢acM1. [D
WILIMRS SINGE 1919
DUI6111
.ed: LIbn IYen,
16- Feb-11
#87101
16 -Feb -II
PAGE 44
Budget#
Description Scope of Work Quantity Unit
Cost/Unit
Total
Qi04
ffm
Phase 111
Concrete seal per finish schedule 7,806.0 sqh
2.99
23.340
Seal concrete krraccess Boorappliotiom 71,005.0 sqh
121
85,916
Seal pad concrete at generators 100.0 sqh
4.02
402
Community room
Concrete sea11 treamentat mechaniol 2,552.0 sqh
rooms
2.99
7,630
Chambers
Concrete seal 691.0 sqh
2.99
2,066
Library
Concrete seal 1,560.0 sqh
2.99
4,664
124,019
Ahernote
MEM
-- -.
Grand Total Concrete Sealer
124.019
Phase 111
Subcontractor proposal 1.0 Isum
1.281,160.00
1,281,160
VE Use Poly liso insulation in lieu of Rigid
Polystyrene
inabove
VE Use Anchors in lieu of adhesive
in above
Roof
Roof walkway allav,once
Temp roof
N/A
Chambers
-
Roofing membrena over 6" non rigid
insuWon over sloped deck
Temp roof 6.000.0 sqh
1.27
7.620
Library - semproof 7,500.0 sqh
1.27
9.525
- 1,298,305
Alternates
�A
1�
as.
Grand Total Polyvinyl- chloride (PVC
-
1,298305
?rm+ 5,074200 - ".., .....:.,
'.E.. a�sr'. ._r s
Subcontractor proposal 1.0 Isum
1,173.627.00
1.173.627
Phase III
Sill Bashing at clerestory windows
PAGE 44
ewuor Reach Cv'c curderand Park Q. W Driver
Nyp� ort Reacj,$y yaK Beach CA
RUILDERS SINICH 1919
owl6ill
LINn noaM
P,.—k 16- Feb-11
}07101
16- Feb-11
Budget# Description/Scope of Work Quantity Unit CoadUnit Total
Soft panels IIA5.02
Prefin metal flashing @ inns to metal roof
Prefinished metal drip edge at metal roof
Prefinished metal soft at metal roof edge
Pre in metal flashing at roof tamidon from
2A to IA
Flashing at mechanical penthouse perimeter
Flashing vim piece at metal shingle & curtain
.11
Prefinished Ant coping
Metal pan
Stainless steel custom gutter
Mechanical pad covers
Mist flashing
Mockup of 10 -0 long roof taus, built -in
gutter, fascia, fascia trim, apron flashing.
including supporting construction cleats,
seams, attachments, underfeyment. and
accessories
Community room
Sill flashing at clerestory windows
Mist flashing
Prefin metal flashing @ trans to metal roof
Prefinished moral drip edge at metal roof
Prefinished metal soft at metal roof edge
Prefin meal flashing atroof tansition from
2A to IA
Flashing at mechanical penthouse perimeter
Sainlas steel custom gutter 8 a5.22
Mechanical pad cover,
Chambers
Misc flashing -
Library
Zinc shingles
Mist flashing
SS flashing at Cafe & Credit Union roofs
Stepped flashing at membrane roof & curtain
.11
SS flashing and fascia at high roof
1,173,627
Akemates
e.
Grand Total Sheet Metal Flashing an 1.173,627
PAGE 45
G.W,Driver
ftmi'DERS SINCE; 1919
n4w-.n Beach
02/16/11
Chdr Cnnrara. d Park
Newoortenach CA
SCOPE AND PRICING
SHEETS
Mn¢d
aW.,.e:
... "t.PM
I&Feb-II
A7101
16- Feb -II
Budget#
DescrtptioNScope of Work Quantity Unit
CesUUnit
Total
O7 72 p0
With sheet meal
Phase 111
Roof hatches
Community room
Roof haches
Chambers
Roof hatches
'
Aft,,,
Grand Total Roof Accessories
ca
Phase III
Skylights
5.0 each
1,750.00
8,750
Polycarbonatc rectangular
6.0 each
1,750.00
10,500
Community room
Chambers
Skylight solar fritted glass
176.0 sqft
355.00
62.480
Add for STC 36
induded
Library
'
Skylight(doms)
1.0 Isum
33.455.40
33,455
Add for STC 36
io above
115,185
=
Awl yrnates
re
1
I
Grand Total Sloped Glazing Assemb
115.185
iEIIOh 1 f
079214
Site Joint Sealants
with wade
Phase III
PAGE 46
C W Driver It heitpon, Beach Civic Center and Park
Newport warn cn
.
R(IIIII)VIIS SINCE 1919
FaRFMIT1071,111 bell li: 5XI: 14 4 v
OV16111
ar'�. ."In 1..
16-FeW I
WIN
16 -Feb -II
PAGE 47
Budget# Description /Scope of Work
Quantity unit
Ciastiunit
Totel
Extensive sustunts and caulking due to HVAC
requirements
103,212.0 sqft
1.75
180,621
Mockup of joint sualum anuumblues;
1.0 Isum
250.00
250
180.871
Altmount,
F®REMMI
?K Grand Total joint Sealants
180.871
087100 Door Herd—re
Subcontractor proposal
1.0 Isum
607,170.00
607,170
Phase III
Exterior single leaf doors cst42
Single door assemblies, non rated.
Single door assemblies, STC 43.
Paired cl.or.sse.bfies, ... rated.
Singe door assemblies. STC 43 w1clectric
hardware.
Paired door assemblies, STC 43.
Paired door assemblies, non rated w1clecceic
hardware.
Paired door assemblies, STC 50.
Single door assemblies, STC 37.
Single door assemblies, 60 man. rated. STC 50.
Single do., a,aaarlbfies, 60 min. rated, STC 43.
Assume additional Fire rated Single door
assemblies. 60 min. rated.
Assume additional fire rated paired assembly.
90 ran. rated.
Single do., assemblies, 60 min. reoud.
Paired assembly. 90 min, rated.
Closet/stomge double doom - marker oom-4
applied to full door 8! height
Closednomp double doors 8' height - metal
m"
Closedstorage double doors - storage only V
height
Closedscorage double doom 8' height - not
on schedule
Smile door assembly. STC 43 w1mao closer
and eleasomic hardware
Single as,rrnblfics, frameless, w /,j,ots. non
.,ad.
Paired assemblies, frameless, w1pivors, non
rated.
Single door assemblies non raced, wiside
Igh.
Door mockup
PAGE 47
�x ]�� Newport Beach C'v'c canter and Park
�t� Newport Beach CA
BUILVE 3 STXCF, 1919
SCOPE AND PRICING SHEETS
03116111
1.: IDuu Ixaon
n,onx: 16- Feb -11
M7101
16- Feb-II
PAGE 48
Budget#
Description /Scope of Work Quantity Unit
CostlUnit Total
Card entry - All Phase III perimerer doors
Interior at critical areas, HR, HR files room,
several in basement One outside and inside
elevator that goes m basement -
Community room '
Exterior double doors
Exterior single leaf doors
Single door assemblies, $ C 37
Single door assemblies, non rated.
Paired door assemblies, non rated.
Card entry- allow
Knox box 3.0 each
375.00 1,125
Chambers
Bi folding pair. non rated.
Single door assemblies. non rated.
Card entry
Library
Single door assemblies, non raced.
Single door assemblies, STC 43.
Paired door assemblies, STC 41
Single door assemblies, STC 50 w /vision lit..
Card entry
608,295
Alternates
Grand Total Hollow Metal Doors ant
608,295
' XM J4 r -3,
as applicable 08 H 00
Door Hardware
With doors
Aborms
or
--
Grand Total Sound Control Door As
31 13d
"
`
?'>;_am�,;. IN Mass +'
Phase HI
access doors- with glass insert and lighting 1.0 Isum
per HVAC
26,764 26,764
Community room
PAGE 48
C.Driver Newuoct Beach C'v'c Cantor and YacN
�l �! N l Y� poft loft Bpyr,YZcja_CA
NUILURRS SINN 1919
flinreE: Y141111IDPM
Aa•�: 16 -Feb- I I
NWI01
0116111 164e ] I
PAGE 49
CNewport Beach Civic Centerand Park
.WDerivr Newoort Beach. CA
li SINCE 1919
02H6111
WI&I I I 1u ex
ln..d: H�Feb- 11
M7101
16- Feb-II
PAGE 50
Budget# Description/Scope of Work
Quantity Unit
CostfUnit,
Tend
Aftere
Grand Total Smoke Guards
-2
mnei. W.1b
as applicable 08 80 00 Glazing
a,.ppicxbt0871 00 Mar Hart..
08 44 13 Glazed Alimadmont Curtain Wall,
Phase III
Subcontractor proposal
1.0 Isma
6.839.00.00
6,839.W0
Add for Since windows
1.0 ls..
344,000.M
344.000
Add.�.r Shut ,
1.0 lsum
112,000.00
112,000
Exterior I" dear low-E insulated glazing unit,
butt glazed,
Extain., I" due, low-E insulated gazing unit
fully tempered,
I" Spandrel pattern I Insulated glazing unit
Operable motorized renting aluminum
windows -
M6A - exterior Phase III south elevation
Exterior small operable casement mdw-@I"
clear Low-E insulated glazing unit
Exterior aluminum operable casement
window
Exterior W09 fixed window sliver at stone
.11
Exterior insulated aluminum closure, glazed
alum curenin wail, with 18" deep extruded
alum CW end caps at east side of each
operable window
Extruded aluminam fins supported by & to
match CW radfime
Add for 10" extruded aluminum mullion cap
at vertical mullions
Add for 19' extruded aluminum cap at each
operable dearsua,v window
I0N3.25" Aluminum channel & prefinished
aluminum 0062 liner Panel
Alum storefront docni leap with electrified
panic hard..
All glass doors - W clear tempered glazing
top and bottom full nil - floor mounted auto
operators and panic hardware
Glerugabove stars,
Additional testing on site
Interior I" clear law -E insulated glazing unit
Interior glazing in sidelights 318' tempered
glazing
PAGE 50
C.f 1V\ Nwwpurt Beach gide Centerand Park
N116 eeatn CA
0UILDERS 81VCU 1919
OV16111
Pinvtl'. sn n 1zes.
r r,,i'' 16 -Fxb II
Keno1
16 -Feb l l
Budget# Descri ptioniScope of Work Quantity Unit CosUUnit Total
Interior 1/2" laminated glass fn at all stair
ramps
Interior glass guardrail
Glass guardrail at bridge
Architectural Metal Shelf for Projector
(A7.05)
Mock up
Mockup for each form of construction for
sliding aluminum - framed glass doors
Mockup for each form of construction and
finish for almninumdri med entrances and
storefronts
Mockup for each form of construction and
finish for glazed aluminum certain walls
Mockup for each form of construction and
finish for sloped glazing assemblies
Mockup for each form of construction and
finish for aluminum windows
Site water testing 1.0 each 15,000.00 15,000
Add for acoustical requiremenrs
Community room
Eateriorl" clear IoW -E insulated glazing unit
butt glazed
Exterior insulated aluminum closure, glazed
alum curtain wall, with 18- deep extruded
alum CW end taps at cast side of each
opera ble window
Operable motorized awning aluminum
window
Exterior glazed aluminum curtain walls at
north entrance with I set of entrance doors
5'4'x 10'-0" each leaf. Panic hardware and
power assixted. swings 180 degrees
Extruded AL Fins
supported by & to match CW mullions
Add for 6 single doors; 6 double doors:
Add for acoustical requirements STC 35-per
sketch
Add for 10" extruded AL mullion cap at
venial mullions
Add for W extruded AL cap at each
opeable clearstory window
Preknished alum perimeter channel
Testing
Chambers
Type II curtain wall taming system, butt
glazed
Add for acoustical requirements at glazed
curtain wall STC40
Interior 111" laminated glass wl 1 1/2" x I
la" alum extruded channels installed flush
with fabric wall panels and floor
PAGE 51
N.w,.rt 6...h irc dp rk �.xe van xvm
i iNU
Nee 16 -FaWI
dli1.0E119 SINCE 1919 #57101
02116111
16- Feb -II
PACE 52
Budget# Description/Scope of Work Quantity Unit
Cosb'Unit Total
Interior type 11 curtain wall framing system,
butt glazed at vestibule w I set of double
doors
Alum hi-field doors w/ glass panels STC 40
Nana wall
owner Alownace
Doer leave
Testing
Library
Exterior I" dear low -E insulated glazing unit
bum glazed with I set of double doors
Exterior I" clear low -E insulated glazing unit
fully tempered. with I set of aluminum sliding
entrance doors, I set of double doors
Exterior I" spandrel pattern insulating glazing
unit
Extruded horizontal aluminum fins
Extruded vertical alum fns supported by
verbal cw mullion
Extruded CW W/ 10" alum fins at vertical
mullion miss above T AFF
Operable motorized awning aluminum
window - A - I" clear low -E insulated glass
_ Interior 318 "tempered storefront glazing w/
4 single leaf glass doors
Interior glass guardrail above stairs
Automatic sliding doors
- Door leaves
Add for 10" extruded AL mullion cap at
vertical mullions
Add for 10"x3.25" AL channel & prefinished
Inner panel
Add for acoustical requirements
Testing
],310.000
4 Albania,
Grand Total Aluminum-framed Enter
1,310,000
,yy
RIMPSO 51 13'r,.`Ytr lu
as applicable 08 80 00 with Alum curtain wall
Aleirmse. i
_
MIKE
Q
Grand Total Aluminum Windows
PACE 52
C W. giver Newnnrt Beach chic Center and Park
N import Beach. CA
BVILDEBS SINCE 1919
02116111
Pa¢ anal nosom
�.2a: 16-Feb I I
X87101
16-Feb -II
PAGE 53
Budget#
DescriptionlSimpe of Work
Quantity Unit CostfUnit Total
.54000
Cold formed metal Gaming
61600
Sheathing (at cold formed metal
framing).
not in spea 72500
Weather barrier (at plaster).
92117
Gypsum shaft wall assemblies
92216 -
Non - structural metal framing
92350
Acoustical plaster ceilings
92400
Portland cement plaster
92900
Gypsum board
Subcontractor proposal
1.0 Isum 2,627,000.00 2,627,000
Phase III
Wall I hour
Wall I shaft 180& 168
Wall Drywall only extra
Wall NR
Wall not rated, full height A4c Mel
Wall not rated, full height dwx3 A4f
Wall not rated, full height dwx4 A4h
Wall chase
Wall chase A4a, 04
Wall studs only A4m stretch wall
HM fines install
Gypboard railings
Resiliently suspended ceiling per A&31- 518"
plywood between 2layers of 5/8" gyp with 2"
acoustical treatment
_
Gyp & insulated builders plenum above finish
ceiling
Gypboard at ceiling at stretched fabric
Gypboard soot break
Exterior curb sill window 41A5.11 Thin
Exterior curb Iamb window 41111 exterior
& intoner
-
Exterior wall zinc. exterior & interior
Fire proofng separadon (hour A to B
Wail furring at perimeter
plywood an panels
Membrane at panels
Misc dens shield
Misc backing
Frame VAC units - double GB layer
Frame mechanical doghouse
Sound isolated ceiling hangers
Double layer of vapor berner
120,484.0 sift 0J5 90,363
Mockup of 100 silt for each type of finish
Mockup of 100 stilt for each level of gyp bd
finish
-
PAGE 53
MY/river Newport Reath CAA Centerand Park
NewnaK Beach CA
RUI LISEES SINCE 1419
SCOPE AND PRICING SHEETS
02116111
e,:,m: vigil Ixvm
o,+ 16- Feb -II
YBnOI
I6 Feb -I I
BudgeUl Description /Scope of Work Quantity Unit Cost/Unit Total
Mockup smoke damper installation complete 40.0 moll 65.00 2,600
with wall framing wallboard, wall opening
filler pieces. perimeter mounting angles,
sleeve, breakaway duct connections, and duct
smoke detector access door
Community room
Wall I shah
Wail not rated, hill height Mc, Aid
Wall chase Arta. C4
Wall furring at perimeter
Wall studs only Min stretch wall
HM frames install
Gypboard ceilings
Gypbmrd soffit cove
Framing of exterior wall for stone extenor
only 2hr wall
Framing for exterior wall framing at zinc
shingles.
Includes fire -created plywood at zinc wall
panel assemblies
Membrane at panels
Ettenor curb sill window interior
Exterior curb jamb window exterior &
interior
Misc dens shield
Misc backing
Chambers
Wa11 I hour
Wall not rated, PoII height dwx3 A4f
Wail not rated, full height dwx4 A4h
Wall chase Ma. C4
Wall furring at perimeter
Gypboard ceilings
Gypbmrd soffit break
Gypboard soffit cove
Wall furring at window heed interior
Exterior wall stone exterior only
Exterior wall framing at zinc shingles.
Includes fire- vented plywood at zinc well
panel assemblies (2/A5.02 and 5,1 I /A5.21))
Membrane at panels
Misr dens shield
Protective wrap
Library
Wall chase
Wall I shah
Wall not rated, full height A4q A4d
Wall not rated, full height dwx4 A41h
PAGE 54
CWDriver thavenort Reach Civic C,snaor and P,..
Newport Beach CA
Rnid.DERS SINCE 1919
O V 16111
R,wa vlNn rusm
N ,— 16 -Feb -II
%87101
16 -Feb -II
PAGE 55
Budget#
Description /Scope of Work Quantity Unit
Cost/Unit Total
Wall furring at perimeter
HM frames install
Gypbwrd ceilings
1,844.0
Gypbwrd at ceiling at stretched fabric
Acoustic plaster ceiling
5/8" Vertical gyp soft at ceiling perimeter
Gypboard soffit cove
Eaterior wall dear story roof interior also
Exterior curb sill window 4/A5.11 3' interior
Extedor curb sill window roof closure slab
edge
Exterior wall zinc. exterior & interior
Includes fire - treated plywood at tint wall
panel assemblies (2/A5.02 and 5,11 /A5.21)) -
Membrane ac Panels
Exterior plaster soffit
Acoustical plaster treatment at the skylight
Plywood at sound wall
Misc dens shield
BY CWD
Protective wrap 1.0 Isum
65.000.00 65,000
Misc backing
In all buildings
Caulking of through penerrations- additional
caulking required due to HVAC requirements
,
Sheet metal sleeves at through penetrations
Sheet pads and caulking at .11 box
penetrations
Primer for drwall finishes
Framing for wood ceilings.
Engineering and shop dawings for the
exterior metal stud Gaming.
Scaffolding
level s finish.
2,764.963
Ahemetss
VE
Grand Total Gypsum Board
2,784,963
' ..x0930'13 -s.
Sub Proposal 1.0 Isum
181,635.00 181,635
Phase III
PAGE 55
Iex, ive Newport Reach Civic Center and Park
�l w NeweoH Beach. CA
BUILDERS SINCE 1919
02116111
mspa: msoi morn
e,oe. 16- Feb-II
M7101
16 -Fab II
PAGE 56
Budget# Description /Scope at Work
Quantity Unit
CostlUnit
Total
Ceramic tile Booring (CT)
Ceramic rile flooring (CT 2)
Ceramic tie walls
Ceramic tile base
Crack protection membrane
1,936.0 sqh
1.01
1.963
Mockup of floor and wall the
1.0 a11w
650.00
650
Acoustic at
696.0 sqh
2.00
1,392
Community room
Ceramic tile flooring
Ceramic the walls
Ceramic ti1e base
Crack protection membrane
813.0 sqh
1.01
824
Chambers
Ceramic tie flooding
Ceramic tie walls
Ceramic tile base
Crack protection membrane
111.0 sqk
1.01
113
Library
Ceramic tile flooring
Ceramic tile Scoring (Tile l )
Ceramic die walls
Ceramic tile base
Crack protection membrane
3387.0 sqk
1.01
3,434
Acoustic at
3,387.0 sqk
2.00
6,774
Undefined floor finish per clarification 10,
assuming tile
937.0 sqh
18.25
17,100
Undefined base per clarification 10. assuming
rile
248.0 Wit
22.09
5,456
219.340
Alto,. tes
Grand Total Ceramic Tiling
219,340
095113 M
Subcontractor Proposal
1.0 loam
2,180,000.00
2,180.000
09 54 26 Linear Wood Ceilings
09 54 30 Tile Wood Ceilings
Phase III
Acoustical panels for acoustical panel ceiling -
ACPI
Interior linear wood ceiling by 9 wood with
arce.sk backing
Exterior linear wood ceiling by 9 wood
protective mesh at Exterior linear wood
ceiling by 9 wood
PAGE 56
`�T Driver Newport Beach Civic Cem, and Park
�/ Wl Nesiport Beach CA
Hi SINCE 1919
OU16111
Mn¢f ele,I I.,P
nres. 16- Feb-II
Nfl7101
16- Feb-II
PAGE 57
Budget# Description /Scope of Work
Quantity Unit
Cost/Unit
Total
4-ft-by-,I-ft Mock -up of the sound absorptive
finish system replicating relative details and
conditions
Suspended acoustical at stairs
Ceiling in basement -
Mockup linear wood ceiling assembly and
anchorage system
Treatment of the line between ceiling and due
wtrtical wood
875.0 Inh
35.00
30,625
Community room
Acoustical panels for acoustical panel ailing -
ACP I - washable in kitchen
Interior linear wood ceiling by 9 wood with
acoustic backing
Exterior linear wood ceiling by 9 wood
Protective mesh at Exterior linear wood
ceiling by 9 wood
Metal demil at wood ceilings
1.0 Isum
12,555.00
12,555
Chambers
Acoustical ceiling cle type 2 with recessed
Fluorescent fixtures
Sloped woad ceiling wl raas,ed light roughs
Acoustic backing at sloped.wood ceiling
Interior linear wood ceiling by 9 mod with
acoustic backing
Acoustic backing at linear wood ceiling
. Meml panel ceiling on 3 -5/8" studs with
insulation at vestibule
175.0 sqk
22.00
3,850
Library
Acoustical panels for acoustical panel ceiling -
ACPI
ACP2
Cale ceiling
632.0 sqh
27.00
17,064
Metal panel ceiling on 3 -5/8" studs with
insulation per 2IRS.05
M1.0 sqh
22.00
9,702
2.253.796
Grand Total Acoustical Panel Ceiling
2,253,796
. .Ikt�EF X095443. Hall IN
095440 Stretched PVC ceiling Systems
0917 13 Stretched Fabric Wall Systems
Phase III
Stretched fabric ceiling
3.300.0 sqh
25.31
83,516
Stretched fabric wall net
9,927.0 sqh
15.00
148,905
PAGE 57
Driver Newport Beach Civic Center and Park
C.W Nesvnnrt Beath CA
B "I.DERS SINCE 1919
02116111
el—f: .lull ixaaM
16- Feb-II
#117101
16- Feb-II
PAGE 58
Budget#
Description/Scope of Work
Quantity Unit
Costfunit
Total
Vinyl ceiling
2,400.0 sqft
42.00
100,800
Mockup of 3-0 x 3.0 assembled ceiling system
1.0 allw
2.000.00
2,000
Wall mockup of typical wall area, including
intersection of wall and ceiling corners, and
perimeters
1.0
2,500.00
2,500
Community room
Fabric wall panels
603.0 sqft
18.00
10,854
Tackable fabric panels
1,934.0 sqk
7.00
13,538
Fabric panel on operable wall assembly
097723
with owner allowance
Chambers
Stretched fabric wall (FAB)
2,642.0 sqft
E.W
47,556
Library
sqk
Stretched fabric wall (FAB)
sqft
409,669
A
-. .. ., .
Grand Total Stretched Fabric Ceilinf
409,669
99 te5,19. '
096513
Resilient ease and Accessories
09 65 36
With accts #por
0965 16
Resilient Sheet Flooring
096519
Resilient Tile Flooring
096813
Tile Carpeting
096816
Sheet Carpeting
Subcontractor Proposal
1.0 Isom
326,425.00
326,425
Phase 111
CPT type I - carpet tile wl attic stock and
mock up
Attic stock and mock up
Rubber sheet flooring type 2 w attic stock
and mock up
Rubber floor tiles type I w attic stock and
mockup
Moisture test and remediation
49,831.0 sqft
0.35
17,441
Mockup 100 sq. f - for each type, color and
pattern of resilient sheet flouring
100.0 sqft
5.07
507
Mockup 100 sq. ft. for each type, color and
pattern of resilient the flooring
100.0 sqft
5.07
507
Tile carpet mockup
100.0 sgft
5.07
507
Sheet carpet mockup
100.0 sgft
5.07
507
Resilient base
Inft
1.00
PAGE 58
w rt 6eaen Chic cent and Park G a 1 1# Y Vl
. CA
RUILOERS SINCE 1919
01/16111
"1.: v1v11 iasaon
cram: 16 -Feb l l
47101
16- Feb -II
PAGE 59
Budget#
Descriptionf8cope of Work Quantity Unit
CostfUnit
Total
Scadc- control resilient flooring(SDT) wer sgft
raised access floor
with access floor
Minor floor prep sqft
included
Floor protect with tuffguard 120,494.0 sgft
0.10
12,048
Attic stock and mock up
Community room
Base
with brick
Reveal base 655.0 Ink
2.00
1,310
Chambers
CFf type 2 - carpet file w attic stock and
mock up
Moisture cast and remadiation
Resiliencbase
Minor floor prep
Library
CFf type 4 - sheet carpe[ w attic stock and
mock up
Moisture test and remediation
Resilient base
Reveal Base
TBD base at casework
Minor floor prep 17.599.0 soft
1.00
17,599
376.851
AI
-
Grand Total Flooring
376.851
09 63 23
Cafe floor - - 600.0 sqh
22.00
13.200
13,200
s
Aleernotgt
Grand Total Resinous Matrix Terraz:
13.200
NOW .. v M11,0911
Phase III
Subcontractor proposal 1.0 Isum
1012.118.00
1,012,118
Bare finish access floor
PAGE 59
[xJ iv Ncei Beach Civic COnMrand Park
�(W N�oort Beach. CG
Rr ILD14RS SINCE 1919
OL1611I
RN¢t L14111.sn,
nw.: 16- Feb -11
N971o1
16- Feb -II
PAGE 60
Bodget# Descri ptioNScupe of Work
Quantity Unit
Cost/Unk
Total
"factoryapplied" Nle - SDT static dissipative
rubber as shown on Sheet A3.01 and Section
096536
Anchors for extra oace;tve load at second
floor
36,000.0 sgft
1.25
45,000
Protect ire flooraher installation - tape and
cover with masonite - by GC?- uncover
8,000.0 sqh
1.00
8,000
Coordination with nades -by GC?
693.3 mnhr
49.00
33,973
Seismic brad,
72,000.0 sqh
0.20
14,400
Equipment tie downs
200.0 each
121.66
24,331
09 69 00 Mockup of 3 floor panels in length by 3 floor
panels in width. Include condition around
column and at slab edge
all.
Inlcuded
Independent Testing of Access Floor Plenum
inlcuded
- Community room
Chambers
dded Bare fnish access floor with factory applied
ti1e
_
Library
1,201,823
Ahsm¢tea
Grand Total Access Floor
1201.823
V _ - 0-41 4d
099600 Nigh Performance Coatings
099713.33 site Paints
Phase 111
Subcontractor proposal
10 Isum
630,894.00
630,894
add for LEED paint from the specified
1.0 Isum
15,000.00
15,000
phase III
Exterior steel paint - high performance
Exterior - sail steel- high performance
I.01sum
750.00
750
Interior steel paint - high performance
Mist flashing, not stainless steel
Doors
Gyp walls
Gyp walls (primer only)
Gyp ceilings
Gyp still
Additional mubiliation for metal deck
treatment
1.0 kum
1.520.70
1,521
Prepare exposed part of metal deck
Mist flashing, not stainless steel
PAGE 60
R.A.i 1�L /J.iY4r Miss
Reach Clair Center and Park
Newoort eea.n. GA
30160185 51WGB 1019
OWWI I
Nn¢tl: LlNll lk)8iM
w�Ra, 16- Feb -11
07101
6- Feb -II
PAGE 61
Budget#
Description/Scope of Work
Quantity Unit
Cost/Unit
Total
0991 13 Mockup 100 sqft horizontal and vertical
surfaces
Misc touch up after other trades
1.0 Isum
15,000.00
15,000
Misc caulking and paint at wood 1 MDF haze
099600 High performance coating mockup
Community room
See scope above
Chambers
see scepe above
Library
see scope above
Hazter ceilings
Paint Temp barricade
Paint the existing visible finishes
limestone plaster soffit
Acoustical plaster touch up
South Park
'
Paint miscellaneous site items
Central Park '
Paint miscellaneous site items
Prep the 1pe deck for treatment
LO Isum
12,000.00
12,000
Paint structural steel bridges
North Park
Paint miscellaneous site items
675,165
B(temntex
.,
Grand Total Painting
675,165
10 2800 Tnneq Rath, and Laundry Accessories
088300 Mirrors
Phase 111'
Subcontractor proposal
1.0 Isum
63,183.00
63,183
Grab bar
Toilet tissue dispenser B -2840 surface
mounted toilet dispenser and utility shelf
Liquid soap dispenser
Sanitary napkin disposal unit
Toilet seat cover dispenser
PAGE 61
^[�] �� Hewuort Beach Civic Canterend Park
�(� NNja eft Be ,win jly acBeach. CBeach. CA
BOLUSES SINCE 1919
01116111
hinaE' sna,I asa M
wro•.a: 16- Feb-11
#BII91
16 -Feb I I
Budget# DescriptiondScope of Work Quantity Unit Ceet/Unit Total
Combination towel dispenserhnaste
receptacle - folded towels B -38034 trisnline
series recessed paper towel dispenser and
waste receptacle
Urinal screen
Toilet partition
Toilet partition HC
Mirror- backlit2'- 4"x4' -5" 102800H
Mirror - backlit2' -4 °x 4' -10" 102800H
Shower curtain rod
Shower curtain
Folding shower seat
Soap dish
Towel pin
Utility shelf
Mop and broom holder
paper towel dispenser. folded towels
Towel holders
Under lavatory Guards
Sanitary napkin vendor
Warm air dryers
add for bulletin l for sandblasted mirrors 1.0 lsum 7.500.00 7.500
Community room
Grab bar
Toilet tissue dispenser B -2840 surface
mounted toilet dispenser and utility shelf
Liquid soap dispenser
Vendor. sanitary napkin
Sanitary napkin disposal unit
Toilet seat cover dispenser
Combination towel dispenser /waste
receptacle - folded towels 3-38034 trimline
series recessed paper towel dispenser and
waste receptacle
Warm air dryers
Diaper changing station baby changing station
KB I10 -SSRE horizontal recessed stainless
steel baby changing station
Mirror - backlit 2' - 4' x 5. 102800H
Urinal screen
Toilet partition
Toilet partition HC
Paper towel dispenser. folded towels
Multipurpose soap /towel dispenser unit
Under lavatory Guards
Chambers
Grab bar
Toilet tissue dispenser B -2840 surface _
punted toilet dispenser and utility shelf
PAGE 62
�WDIIV I NewnortBeach CmdermilP,rlt Lnsnl..v
• A{ NrwRlZft Reach- CA r..v..a: I6-Feb -II
BUILDERS SINCE 1919 M7101
02116/11
16- Feb-II
PAGE 63
• Budgel# Description/Scope of Work Quantity Unit Cowunit
Total
Liquid soap dispenser
Vendor sanitary mpkin
Sanitary mpkin disposal unit
Toiletseat cover dispenser
Combination towel dispenserMaste
receptacle - folded towels B -38034 trimline
series recessed paper towel dispenser and
waste receptade
Mirror 2' x 3' mirror 102800H
Under laretory Guards
Library 1.0 Isum 14,446.65
14,447
Grab bar
Toilet tissue dispenser B -2840 surface
mounted toilet dispenser and utility shelf
Liquid soap dispenser
Vendor. sanitary napkin
Sanitary napkin disposal unit
Toilet seat cover dispenser
Combination towel dispemerlwaste
receptacle - folded towels B -38034 trimline
series recessed paper towel dispenser and
waste receptacle
Eloper changing station baby changing station
- KB 110 - ARE horkontal recessed stainless
steel baby changing station
Urinal screen
Toilet partition
Toilet partition HC
Mirror - backlit 2' - 4'x 4'- 9' 102MH
Utility Shelf
Mop and broom holder
Paper towel dispenser. folded rowels
Towel holders
Under lavatory, Guards
warm air dryers
85,130
Alternates
Grand Total Toilet Compartments
85.130
90 00
Phase III with sheet metal
Louvers
Louvers at mechanical penthouses
Louvers in chiller room
PAGE 63
Newport Se�h Civic Center and Park .,�z nuu, I reen,
QW.Driver 16-Feb. I I
BUILDERS SINCE 1919 MY101
SCORE AND PRICING SHEETS
OU16111
I&Fel,l I
PAGE 64
Itudgedt
Description /Scope of Work Quantity Unit
CosdUnit
Total
Community room
Louvers
Lonwers, at mechanical penthouses
Chambers
4 Locations; I wl a concealed door
Add for concealed door
Library
I.o.ve's
Add for concealed door
Alternate
Grand Total Louvers & Vents
10 36 DO
Phase III
Corner guards 10.0 each
228.11
2,281
Wall and comer guards 1,0 Is..
1.576.46
1,576
Coto nit, room
Wall and turner guards 1.0 k..
1,576.46
1,576
Chambers
Wall and corner guards 1.0 Isurn
1.576.4
1,576
Library
Wall and comer guards 1.0 Isum
1.576.*
1,576
8.587
Altem
Grand Total Wall and Door Protecti
8.587
Phase III
Bulletin boards/ white boards 1.0 Isum
10,138.00
10.138
Storage caps in the basement 1.0 Isum
7,603.50
7.604
1011 00
Visual display board mockup for rach form of 1.0 lsum
c ... tr.oicm
800.00
800
PAGE 64
Q.W. Driver Hesepout Beach C v c Center and Parik
Newport 8earh. CA
KVILDERS SINCE I919
.1e, I "am
16 -Feb -I1
A7101
PAGE 65
03116111
16- Feb -11
Budget#
DescriptionfStope of Work Quantity Unit
Cost/Unit
Total
18,542
natet
Grand Total Visual Display Surfaces
18,542
See allowances
Altarnass;
Grand Total Signage
Phase III
Metal lockers 18.0 Ink
465.33
8,376
Locker benches - bench cops: laminated clear 22.0 nfi,
hardwood: freestanding pedestals; stainless
,.al
278.80
6,133
14.510
Alternates
Grand Total Metal Lockers
14,510
M.e-MzjO,44 4-3
104416 Fire Extinguishes
Phase III
Fire extinguishers 20.0 each
228.11
4,562
Community mom
Fire extinguishers 4.0 each
228,11
912
Chambers
Fire extinguishers 4.0 each
228.11
912
Library
Fire extinguishers 4.0 each
228,11
912
7.299
111tcm,ne
PAGE 65
1 to J. /rivV Newport Beach Civic Center and Park
Newport Beach CA
SIILDgRS SINCE 1019
iwu an", mina
v,y,pa: 16- Feb -II
M7101
PAGE 66
01,16111
16 -Feb I I
Budget#
Description /Scope of Work Quantity Unit
CosdUnit
Total
;;. Grand Total Fire Extinguishers
7,299
Phase III
with electrical
Command center
Rreakoutrooms
Sound masking
Digital displays
Community room
Community room
Chambers
City council chamber, NBTV room, video
conference room
Library
Library media lab
98Smatr
MOM
Grand Total Audiovisual Systems
1151 i3
1, ,
Phase III
Audiovisual equipment is with
Electrical
Phase III
TV's 1.0 each
with a/ v
Community room
Retractable prolector screen w/ 117' x 6' 8" 1.0 each
pro] screen w/ tack wall behind
12,000.00
12,000
Video projector LO each
with al v
-
Mounts LO each
1,100.00
1,100
Chambers
7'x 6' Projection screen 42.0 sqh
65.00
2,730
13'3" x 8' Projection screen 107.0 sqh
75.00
8,025
V x 6' Projection screen 96.0 sqh
6500
6,240
Mounts 3.0 each
1500.00
4.500
TVs is NBTV room - none shown 3.0 each
with a/ v
TVs 3.0 each
with a/ v
Library
PAGE 66
].�./+.iver Nnwnnn 6nach C Cenfe�
C 1f� and
Newport Beac Park h CA
BUILDERS SINCR 1919
SCOPE AND PRICING SHEETS
AInW: LINI112]B PM
r.W,na: 16 -Febl I
NWIDI
OV16111 16- Feb-II
PAGE 67
Newport Beach Civ e Center anlyind, W, : l.f azza,
Q.W. Df ivef No 16-Feb - I I
HVILDERS SINGE 199 "7101
02116111
16- Feb-II
Budget# Descriptiono/Scope, of Work Quantity Unit
CostfUnit
Total
21,425
Alternate
Grand Total Residential Appliances
21.425
By Owner
Aftemorm
Grand Total Aft.cad,
Subcontractor Proposal 1.0 1'..
167.800.00
167.800
Phase III
Internal shading type IT manual shade list
Firm,)
"Internal shading type 12' light filtering and
BMS controlled shade'
Internal shading type 10' manual shade (2nd
Ff...
Sheet metal closure U A5.11 1.0 Islam
9,700.0
9,700
Community mom
Internal shading type 12' motorized light
filtering & bi.ckur,hadd
add for high quality blackout shade
not included
Chambers
Add for the shade going up 1.0 bum
3,500.0
3,500
Internal shading type 14'ramorized light
filtering 3, blackout shade
Internal shading type 17 motorized light
fiftering & black.., shade
Blackout shade -at skylight
Library
Internal shading type 12' manual shade (I St
Floor)
Internal shading type 12' light filtering and
BMS mormflad shade
Shading at skylight (if necessary - none
shown)
not Included!
181.000
PAGr 68
NwnnvtR chCivcCentorandPark LINIII.1. C. VDriver
Nils Beazh. [D wa•�: 16-Feb-
HtiILRN ES SINCE 1919 467141
OLI&I I 16 -Feb -I I
PAGE 69
1.�.. i �I Lriv�lr N� "nrt R. c�A CCly Center and pprN Maui: L,., 111..
Newport Beach CA nw•2a. 16- Feb-11
BUILDERS SYNCH 1919 M7101
O V 16111 16Feb -I
PAGE 70
q ]� Hewnort Boesch C'v'c Center fled Park
�/ dgglport Beach. CG
RCILDI BS SINCE 1919
02116111
Pdnv4' Y1411 I11B VM
neon: 16- Feb-II
%W 101
16 -Feb I 1
PAGE 71
Budget#
DescriptioniScops of Work
Quantity unit
Costfunit
Total
015.1
Fire Protection
1.0 Isum
667,156
667,156
Phase III
Fire sprinklers including the area above the
wood ceiling - curved in some places
Fire sprinklers at roof overhang
not included
Fire sprinklers at access floor
not included
Community room
Add for kitchen -Fire sprnkers
Chambers
Library
nokeaii af'Rt}rR°€5t1D1S
�ystern4slndude�44r laDat4 ti
?!
Add for Lying into existing system at the
library
LO Isum
2,777.00
2,777
Fire watch
32.0 mnh
77.00
2,464
672,397
Ahtatit
Grand Total Fire Protection
672.397
22 00 00
1
220500
Common work results for plumbing
220519
Meters and gauges for plumbing piping
220523
General duty valves for Plumbing piping
22 05 29
Hangers and supports for plumbing piping
and equipment
2205 53
Identification for plumbing piping and
equipment
220700
Plumbing insulation
22 11 16
Domestic water piping
22 11 19
Domestic water piping specialties
22 13 16
Sanitary wastes and eent piping
22 13 19
Sanitary waste piping specialties
22 13 29
Submersible Pump Systems
22 14 13
Facility storm drainage piping
- 223300
Electric domestic water beaters
223400
Fuel -fired domestic water heaters
224000
Plumbing(tures
224900
Facility natural as piping
235100
Breechings, chimneys and stacks
u applies 31 23 33
Trenching and Backfilling
015.2
Plumbing
1.0 Isum
907.030.00
987,030
Phase III
PAGE 71
Q.W. Driver Nag, Beach Civic Csntnr and Park
NNwaoort Beach. CA
BUILDERS SINCE 1919
OL16111
nbW: LINIIII'bM
novae 16- Feb -II
X87101
16- Feb -II
PAGE 72
Budget# DescriptioniScope of Work
Quantity Unit Cost/Unit Total
Sanitary waste and vent
Storm drainage
All underground plumbing to 5ft line
Domestic water systems
Pipe & duct insuladon
Rain leader piping
Low flow plumbing fixtures
WHII Gas water heater
SE-I Sewage ejector
SP -I Sump pump
WC -I Water doset(hand,)
WC -2 Water dose[
LAV -I Lav handy
UP-1 Urinal -light powered and charge
themselves - per meeting on 10 -6 -10
SK -1 Sink
MS -I Mop sink
FD -I Floor drain 2"
FD -2 Floor drain 4"
ED -I Equipment drain
HB -1 Hose bib
Shower
4" Roof & ov.O. drain
Roof It overi drain going through glass
36.0 loc 475.00 17.100
FCC floor cleanout
PRV station (Pressure Reducing Valve)
Kitchenette rough in
Mi. sound protection measures
12,1484.0 sqk 0.44 53,013
Gas regulator
SK4 - sink not on legend
Recycled water connection
Community room
Sanitary waste and vent
Storm drainage as shown
All underground plumbing to Sit line ,
Domestic water systems
Pipe & duct insulation
Rain leader piping
Low flow plumbing fixtures
WC -1 Water closet (Handy)
WC -2 Water closet
LAV.I Lav handy
UR -1 Urinal -light powered and charge
themselves - per meeting on 10 -6 -10
UR -I Urinal -light powered and charge
themselves -per meeting on 104 -10
DF-I Drinking fountain
FD -I Floor drain
HB -1 Hose bib
Kitchen sink
Janitor sink
PAGE 72
LA.I M1✓ti✓river hturt B,,t. Clric Center.rd park
Newport Beach CA
9111 DERS SINCE 1919
i
02116/11
.,uo LIN1I ILXn1
16- Feb-II
497101
16- Feb-II
* BudgeW Descrfpti.mSCOpeof WOrk Quantity Unit Coso'Unit Total
Roof drain
Rehigeraterrough in
Additional sound protettion measures for
domestic lines in sound rated walls
WCO
4" Storm drain POC
5" Sanitary sewer POC
Chambers
Sanitary waste and vent
Storm drainage as shown
All underground plumbing to 5h line
Domestic water systems
Pipe & duct insulation
Low flow plumbing fixtures
EWHII Instant water heater
WC -I Water closet (Handy)
SK -I Sink
Iav -2
FD -I Floor drain
Roof drain
Janitor sink
Library
Sanitary waste and vent
Storm drainage as shown
All underground plumbing to Sh line
Domestic water rystems
Pipe & duct insulation
Low flow plumbing fixtures
SK -1 Sink
WC -I Watercleset(Handy)
WC -2 Water closet
UR -I Urinal 41ght powered and charge
themselves- permeetingon 10.6 -10
DF -I Drinking fountain
FD -I - Floor drain 2"
FD -2 - Floor drain 4"
Additional sound protection measures for
domestic lines in sound rated walls
Janitor sink
ED -I - Equipment drain - 2" acid resistant
coated
Flex connectien across seismic joint at library
POC ac library
Connect m existing CW
Park
Drinking fountain 2.0 ea 4,555.00 9.1 I0
PAGE 73
N.padt Beach Civic Park
Maim N&Woft Beach. CA
KCIIA)RUS S"ICV Into
OW16111
9dsxd V1011 Ixa89M
Kwase 16-Feb4i
fflu'llol
16-Feb- I I
PAGE 74
Budget#
Datari,tica./Scop. of Work Quantity Unit cost/unit
Total
1.066.253
Aftwoustes
Grand Total Plumbing
1,066,253
23 0500
Common work results for HVAC
230513
Common motor requirements for HVAC
equipment
230516
Expansion fitting, and loops for HVAC
piping
230519
Meters and gauges for HVAC piping
230523
General duty valves for HVAC piping
230529
HVAC supports, guldes, hangsr and
anchors
230530
Pipe and pipe listings
230548
Vibration Isolation and seismic restraints
23 05 53
Idsortificatii. for HVAC Plpl., and
Equipment
23 OS 93
Test[., Adfloting, and Bound., for
HVAC
230713
Ductwork insulation
230216
HVAC equipment insulation
2307 19
HVAC piping Insulation
230800
Commissioning for HVAC support only
230903
Operator workstations
23 09 23
Instrumentation and controls for HVAC
230993
Sequence of operations for HVAC control
232116
Hydronic, piping specialties
232118
Underground chilled under piping
232123
Hydrunic Pumps
232300
Refrigeration piping sad specialties
233500
Water treatment
23 31 13
HVAC Shect metal ductwork
23 31 16
HVAC flexible ductwork
23 33 00
Air duct accessories
233400
HVAC fees
233600
Air Terminal Units (23 36 00 Air Flow
Control Devices)
23 37 13
Diffuser, registers and grilles
234100
Air treatment equipment (ifilters)
2351 00
Breeching, chimneys and stacks The boiler chimney is in the plus
235216
Condensing boilers
235300
Heat exchangers for HVAC
23 64 23
Scroll water chillers
236500
Cooling 1--a
233300
Customized central station air handling
its
PAGE 74
Newport BeachCiv'cCenser and Park
CWDrive
Nsylnort Beach. CA
81;1 DD,RS SINCE 1919
OV16111
.ea ,nall ly] m
P,epna, 16 -Feb ]1
M141
16-Feb -II
PAGE 75
Budgetif
DescriptiondScope of Work
Quantity Unit eostlunit Total
238123
Computer Room Air Handling Units
238126
Split system air conditioners
2382 19
Fan coils
238233
Perimeter terminal Unit Hoatcr(238233
Convectors)
238316
Radiant head., hydronic piping
as applies 312333
Trenching and Sackfilling
336113
Underground Hydrpnic Energy Distribution
015.3
HVAC
Acoustical Isolation
Phase 111
HVAC sub proposal
1.0 Isum 6,906,529.00 6.906.529
Chilled water system
"
High eNciency screw chillers of 179 tons
High efficiency screw chillers of 106 tons
Chilled water pumps
VFDs for chilled water pumps.
4500 MBTH external cooling tower
Conde. er voter pumps
Chilled water distribution for each (5) air
handlers
Underground condensing water piping
including excavation and backfll
Underground chilled and heating hot water
including excavation and backfill
Heating Hot Water System
Condensing boilers -high efficiency 799
MBTUH each,
Hot water pumps to circulate hot water
VFDs for hot water pumps
.
Heating hot water distribution piping to serve
the (5) air handlers and the heating reheat
ones
4500 METH external cooling cower
Chilled and heating voter air handlers wt VFD
Relief /exhaust tons serving the 3 air handling
units
Under floor cooling zones with perimeter
reheat
Under poor swirl diffusers
Under floor 4 foot floor linear with reheat
coil -for radiant heatng
Under floor supply lnear diffuser at
perimeter
Package stand alone dx fan coil unit- VRV type
with a common condenser
13 Units will have dedicated condensing units.
Uebert Stand alone split systems
Sound traps
Exterior wall louvers
Additional acoustical isolation
90.219.0 sgft 060 54,131
PAGE 75
. Omwh Civic COMr ana Park
Newoort Heath. GO
1,04,IakRg Si 1949 -
OU16111
meu ramen
ny.rte. 16 -Feb -II
M7101
16.FeliI
PAGE 76
Budget# DescriptioNScope of Work
Quantity Unit
Cmudumt
Total
Thermal expansion and seismic separation
joints
1.0 bum
33,000.00
33.000
Controls
Title 24 insulation
- Air test and balance
23 05 29 Mockup of each type of pipe support
' conditions (hangar, penetration, fire swp)
12.0 each
656.00
7,872
233300 Mockup smoke damper installation complete
with wall framing, wallboard, wall opening
filler pieces, perimeter mounting angles,
sleeve, breakaway duct connection, and duct
smoke detector access doer
1.0 Isum
4,555.00
4,555
Community room
Chilled and heating water air handler
Relieflexhaust 0n serving the air handling unit
Radiant cooling/hating
Cooling only VAV zones for kitchen and
controls rooms
exhaust for kitchen, and support spaces.
Plate and frame heat exchanger to serve
radiant floor in community room
Dedicated cooling radiant system
-
Under floor duct mains for vion laron are
included and intended for installation in
wench by others
Controls
2" of "PEPP lining" at Area Way 0050 at the
basement of the Civic Center per note 12,
HIM.
2.976.0 sqs
2.75
8,184
Additional acoustical isolation
7.177.0 sqs
050
3,589
Tide 24 insulation
included
Air restand balance
Chambers
Chilled and heating water air handler
Relieflexhaust fan serving the air handling unit
General exhaust for support spaces.
Under floor duct mains for ventilation are
included and intended for installation in the
trench by others
Under floor swirl diffusers
Under floor duct mains for ventilation are
included and intended for installation in
trench by others
Controls
Additional acoustical isolation
5.816.0 sits
1.00
5,816
Title 24 insulation
included
PAGE 76
Newport Beach Civic Center and Park
C W Driver
Newport Beach. CA
RUILDPRS SINCE 1019
01116/11
A,nW: v1.1. laasfn
n�aa: I &Feb -1 l
M7101
6 -Feb -II
PAGE 77
Budget#
DescriptioNScope of Work
Quantity Unit
Cosb'Unit
Total
Air rest and balance
Library
Install l remove temp filters for the remodel
1.0 [sum
2.500.00
2,500
DX Custom package AHU
Split system VRV Fan coil
- -
P.xhaust fans
VAV zones with supply and return diffusers
Controls
Sub contactor cost for relocation of utilities
from existing plant
with phase I
Additional acoustical isolation
ark
1.50
Tide 24 insulation
-sqk
included
Air rest and balance only for addition
sgft
1.01
Air testand balance for the entire building is
not included
snotmduded
7.026.176
:
Albemm g2
Grand Total HVAC
7,26,176
2d 00.00 -, 1
260500
Common Work Results For Electrical
2605 19
Low Voltage Electrical Power Conductors
And Cable
260S 26
Grounding And Bonding For Electrical
Systems
260529
Mangers And Supports For Electrical
System
260533
Raceway And Boxes For Electrical Systems
26 05 53
Identification For Electrical Systems
260800
Commissioning Of Electrical Systems
Support only
260933
Central Dimming Lighting Controls
26 09 26
Lighting Controls
262200
Low Voltage Tromformors
262413
Switchboards
262416
Pmelboards
262713
Electricity Metering
262719
Modular Wiring Systems (Addendum #1)
262726
Wiring Devices
262816
Switches and Circuit Breakers
262911
Enclosed Motor Controllers
262923
Variable Frequency Drives
263200
Pack aged Generator Assemblies
PAGE 77
Na Beach CWIc COn aed Pavk
1iriier
Newport Beach. CA
W(ALDEES SINCE 1919
0.16111
Pma4' .1.111. PM
16- Feb -11
M7101
16 -Feb I I
PAGE 78
Budget/!
Description /Scope of Work
Quantity Unit
eosdurdt
Total
263623
Automatic Transfer Switches
26 51 00
Interior Lighting
265600
Exterior Lighting
- Lighting Fixture Schedule
as applies 31 23 33 Trenching and Backing,
274100
Audi. visual system
Sound Masking system
Mass Ex
Street lighdelectrial adjustments
by owner
Phase III
019.1
EIeRlkal suh proposal
1.0 Isum
A40 8.664.00
9,40 8.664
Electrical - including
Coordination drawings /BIM support
Primary. secondary & emergency site feeders
Normal and emergency switchgear & feeders
included
Power feeders for equipment connections
included
Building lighting fixtures
included
Centralized lighting centrals utilizing control
panels for specified levels of daylight
harvesting and dimmable controls.
included
lighting branch and Ioa1 lighting control
devices
included
Power branch, devices & miscellaneous
equipment & shades connections
included
Complete voice/data system cabling and
devices
included
Complete Ore alarm
included
Complete security system
included
Conduit for A system
included
AN system
included
Design build fire alarm life safety system.
included
Use of t.de approved wiring methods.
included
Parallel 300kw generators.
included
Installation of VFDs and pump control panels
furnished by others.
included
Use under floor power distribution systems.
included
.
Power distribution to future parking
structure.
included
LEED certification support.
included
Connection of window actuator motors,
assumes control by rows.
orluded
Empty conduits stubbed to within 5' of future
parking structure.
included
VE
Delete concrete enasemenc fthe ducts
included
South coast air quality management district
permits.
1.0 allow
25.000.00
25.00
Temporary power
Add for testing / grounding / coordination
adjustments at raised go,
71.000.0 sqft
0.37
26,270
Fuel tank for generator with pad
day tank only
26510
Interior lighting fixtures for room or module
mockups, complete with power and control
connections
1.0 [sum
6,500.00
6,500
Provide power at North Park lrr Convoler
1.0 Isum
5,000.100
5,000
PAGE 78
NwooBeachGivccenterandPark WDI1VeC
Newport Beach CA
RUILDrRS SINCE 1919
SCOPE AND PRICING SHEETS
02116/11
m.ea: vimiizssm
n,00 16 -Feb11
#8)101
6- Feb-II
PAGE 79
Budget#
DescriptiornScope, of Wark
Quantity Unit
Cost/Unit
Total
Theatrical lighting at sail on the piping
Library
See electrical description above
Safe off at relocate existing utilities
1.0 allow
15.000.00
15,000
Large pendant fixture relocation
1.0 Isom
2,500.00
2,500
Down light relocation
in above
Emergency light rebcadon
in above
Column light relocation
in above
bdt sign relocating
in above
book sack fixture removal and reworking
in above
Fire alarm
in above
audio speaker relocation
in above
duplex recepade reloadon
in above
Adjustment for existing conditions/
coordinating with garage
400.0 mnhr
127.00
50,800
Site Lighting Flxtures
Semrlty in the garage
primary electric service
Secondary electric 5ervirs
Electrical transformer
Connect to existing TV /telecommlelearical
Connect to existing TV/telecomm/electrical
to remain
junction box putty frestop insulation in
sound and fire rated wOls -per 5 A9.02
356.0 each
147.50
54510
Fixtures to the garage
1.0 Isum
24.288.00
24.288
Connect / test fire alarm to Phase 111
1.0 Isum
4.555.00
4,555
Low voltage for fans for garage
1.0 hum
5.110.00
5.110
VE
Delete concrete encasement of the ducts
accepted
9,626,197
Grand Total Electrical
9.626.197
-Swf;Gti7� 27 00 00 -'.
.' s* .:: Ohm. d ' w ' .`?�'�k t t�6
3705 00
Common Work Results For
Communications Systems
2705 26
Grounding And Bonding For
Telecommunications Systems
270528
Pathways For Communications Systems
27 OS 43
Communications Underground Ducts And
Rac ways
27 05 52
Identification For Communications
Systems
27 11 00
Communications Equipment Room Fittings
271300
Communications Backbone Cabling
271500
Communications HOdznntal Coiling
2716 19
Communi .uns Patch Cords, Station
Cords &Grosz Connect W ire
PAGE 79
GWDriver
I'Vil,I)ERS SINCE 1919
No—ad
OV16111
9 ... b CIA, Cooper and Park
Nee,
SCOPE AND PRICING SHEETS
ail. vIsll I..
16 -Feb -II
07101
16- Feb -II
Budgetti
Description/Scope of Work Quantity Unit
Cost/Unit Total
2y 51 19
Sound Flasoldr, Systems
Mortates
Grand Total IT
280000
Electronic Safety and Security
280513
Security Conductors and Cables
280610
Schedules For Electronic Access Control
280620
Schedules for Electronic Surveillance
26 0660
Schedules For Electronic Emergency Aid
D.sic.a
381000
Electronic Access Control and intrusion
Detection System
282300
Electronic Surveillance System
282623
Electronic Emergencl, Aid Devices
28 31 00
Rise, Memo System
2835 00
Refrigerant D.o.cuom and Alarm
285000
Unintoomptale Favoor Supply System
286000
Security Consoles and Cabinets
Parlor, Ga., Low volts, 1.0 Isna
with electrical
Altam,
M
ME 71&M
F- Grand Total Electronic Safety And S
After..
11,10P
I MW
PAGE 80
G W, D�'18£C N.wa. BeacM1 C'v c Centwr and Pa N
YE+ N�,yryo.e Beach CA
R1'IL6k k9 SINCE 1919
v,�.,.a: vizil lL]9 PM
Aa•�6: 16 -Febll
M17101
03/16111 16 -Febll
PACE 81
C.W. Driver
BUII.ACRS SINGES 1919
Newport Beach Civic Center and Park
Value Engineering Log
After Bid Version # 2
February 16, 2011
A.
(1,800,000)
B:
(584,000)
C:
(370,000)
11es
'"j27835O0�'
No
(84000")
' Pending
h(I 8965882
Printed:
Gray= 0m, mkived
Rod = CW Driver akion
Blue - Design team action
12
100 %CD.
-4
1 5
.6
.7 -:
8
9
10
11
12
%13
Arup has reviewed and responded thli d party
Line
No.
VE
#
Trade
Sort
Value Engineering Suggestion:
ANDiOR
Ideas.
Proposed
Savings
Next
Action Si l
'ACtioh
Z
Date
^Required
;Priority
A,B,C
I - AUepeedt
Yes/No
Auep[ed
$'Velubal,
BC) Notes -
1
100 %CD.
Electrical
Electrical. revise single fine. reduce
(150,00)
response to
CWD /Arch
A
Pending
0
Arup has reviewed and responded thli d party
I
feeder sizes, reduce and eliminate
Arup review
comments , 1. CW Driver to Issue eemervadve ROM
panels
for inclusion in GMP? 2. CW Driver will get response
to Am,'s review.
2100
%CD.
Electrical
Use standard Led Acceptable meters
(30,000)
confirm
CWD /Arch
C
Pending
0
The proposed manufzceinar is acceptable. Contractor
2
compliance
w verify the proposed product mews or exceeds the
requirements of specification 26 27 13 including
collection and storage of data in conlenrticn with the
BMS and dashboard syusi
3100
%CD -
Electrical
Alternate lighting fixture package
(200,000)
provide a
CWD /Arch
C
Pending
0CW
odd. will get a package that shares specific
3
sample of
proposals on n1davitudons. These will include
fixturm
photometric comparlsons.
compare
phommetries
4100
%CD -
Electrical
Uplighting in garage planters
get pricing
CWD /Arch
0SCJ
has sent two proposed alternate Maume.CW
4
Driver will k getting revlsvl numbers.
5
100 %CD -
HVAC
HVAC - use ocher specified system
(200.000)
Cricchfeld to
CWD /Arch
B
Pending
0
Arup Mechanical now system is acceptable but has not
5
study space
been vetted regarding ability w fit in mechanical spaces
impacts of
provided. Since the spaces provided are snug and
proposal
cannot expand, team decided to postpone decision ca
P., GMP. CW Driver will get more detailed proposal
from sub when appropriate. Not taken now.
6
100 %CD -
Glass
Glass /Glazing -use ether than
(1,500,000)
compareboch
CWD /Arch
A
Yes
(1.500, 000)
Tewer has gathered substtudon materials from Vision
6
Walters and Wolf system
options
and has provided revised numbers from Weese and
Schuco. Design team is reviewing substitution
materials. CW Driver will carry the Schuco delta of
kp. $110 K in dse GMP. All parties will review
7
100 %CD -
Glass
Glass / Glazing -use other than Shuco
And
(349.000)
compare both
CWD /Arch
B
Pending
0
There are important differences between specified
7
Windows
options
oporawr and substitution proposed. Schuco windows
are being assumed for the GMP. Design team getting
sample window with operators, se well as confirming
drawings and pikes. All parties w come to final
decision shortly.
1 of 5
C.W. Driver
B1111,DERS SINCE 1919
Newport Beach Civic Center and Park
Value Engineering Log
After Bid Version # 2
February 16, 2011
A.
(11800,000)
'e:
(584,DOBI
c:
(370,00D)
Yes
Y
(2 483,5 "tltlj
Na
(88YIOg0)
vPeodmg
i :(I 8485$8)
Printed:
Gray = item resolved
Red - CW Driver action
Blue = Dozgn team action
2 of
Line
VE
Trade
ANDIOR
Proposed
Next
Action
Date
:Priority
Accepted}
r- Accepted
No.
N
Sort
Value Engineering Suggestion:
Ideas
Savings
Acton Step;.
By:
.`Required
A'B'C
Ves/Nn
$ Value
BCJ Notes
8
100 %CD -
Glass
Remove meal panel at continuous
(15,000)
generate sketch
CWD /Arch
Void
0
? Please clarify. Per Amps guess at proposal: The
8
Air plenum a[ spandrel- use extruded
moral plenum divider at the facade is critical for rise
returns above and below to conceal
design on the 2nd floor. This VE kc. Is strongly
discouraged or should be further clarified m Insure the
gaps
raised floor is sealed a this location.' CW Driver is
sending skei clarifying Intent
9
1001
landscape
Replace 6' deep concrete root
(150,000)
to be
CWD /Arch
A
Pending
0
MP reviewing and will send proposed alternate design
9
barrier with a combination of
researched by
sho"I.Notenough dme w make dectlon byahe Itch
"Century" hard plastic root barrier
PWP
CW Driver will price alternates when received
and concrete curb
10100
%CD -
Landscape
Remove Polymeric Soil Treatment
(140,000)
to be
CWD /Arch
C
Pending
0
PWF Is revlewing soil mix. Will have something to
10
(PAM)
researched
share by end of February.
I 1
100 %CD -
Leatech panels - privacy panels-
(40,000)
confirm w sub
CWD /Arch
B
Pending
0
Sub to confirm thinner panels can achieve spans with
I I
decrease thickness to 3/8 in lieu of
framing shown.
UT'
12
100 %CD -
Acoustical
Change Linear Wood Ceiling to
TBD
get samples
CWD /Arch
Pending .
0
CW Driver is geeing samples and will share wish BCJ.
12
Ceilings
Linear metal with same appearance
and acoustical values
13
-13
Stone
Pacific Blue limestone in lieu of
(446.000)
Pending
0
CW Driver will provide samples for review.
rooms Light
Unlikely this decision could be made prior w the
16th of February.
14
-14
Stone
Salt and pepper cobblestones In lie
(60.200)
Pending
0
CW Driver will provide samples for review.
of phoenix grey
Unlikely this decision could be made prior m the
16th of February.
11
Lcu %CD
Electrical
Eiea,icei- allow P4C;8exiole)
(i IS.W-J)
NA
No
OWOUld
boazigMficant vinM ccmpromise in ocapied
101
cund:dt at expocet areas at ceilings
space.. Ncttamn.
i02
100' (Z-
Elecu'hcal
8h:rtnaze rghd n!bovs in sua ban -'s
e 15,000)
to be check,._
NA
.
No
0
Nos raker.
wide -ar�p.
otherwise "yes
103
100' /CD-
Electrical
Eliminate concrete underground
(50,000)
verified with
NA
Yes
(50,000)
Taken.
103
easement where not required by
ARUP
ode
2 of
C.W. Driver
11111 L D E R S .S IN C Ii 1919
Newport Beach Civic Center and Park
Value Engineering Log
After Bid Version # 2
February 16, 2011
A.
(1,800,000)
IS:
(584,000)
C:
(370,000)
Yes
`(2 I$3 500)
No
(984000
' Pending
{I 696588)
Printed:
Gray = item resolved
Rod CW Dnvor action
Blue Design team action
1
2
4'"
5'
:6':'
7 -
8
9
10
:11
12
-113 -
Line
VE
Trade
AND/OR
Proposed
Next
Action
'. Uses,
Priority
Acceptedt
- Auep[ed
No.
#
Sort
Value Engineering Suggestiod:
Ideas
Savings
ActionSfep:
:Sr.
':Required
'i1,B,C
Yet /No
$Value
;. •.
"BCJ dotes '
AV,�.ER
-r B'.Y .YU:IOlSra "P.GUJS. -s
te:on.I. $
ac,ept nai'r
( Y
NA
No
O'iaka
F cn me,n ee edit. Will bemoved oat of
g
105
by'= =Year
Y
vAloeln. GMP
GMPand pal ,,for with cepa ;ate funds. Possibles.el
reducdcn.t.ghnone isa ....... d for new.(CWD_
.
pr:;gres,
does not recommend per sub Input)
111.5
!00 ".CD-
N`inC
4VA:. -use otter ,pee'irc system
,75.000)
verily wim
NA
No
0Not
taken. Criuhdieldnow undersard,,o,d. Scoye
105
for eonv.is. This was aaoaliv a
ARVP
emem. as m addendum 2.
c, "chheld qu =Stich regarding
redunsianw .f acnfrois.
106
101 "XI?. -
Gass
Use 3116 tack Vxm laeed Panel
120.000)
NA
No
O
Not take,.. BCJ p,c,ldail lot of la i.o1c.eai.ns
106
s"Emn in noel liM1" {same
regardlrb d:eprePOSetl reaucponintMckness. CW
ealw'craa manolacaarer"
Dr!vm "ns advised City the risk of die change is not
worth he prelased costreduction.
107
100 icrC
Glass
Use --RL Glass handrail In Feu o1
{40.000)
to be
NA
No
C
Not ken.
107
? umecrait.
conf rineetl
108
100 %CD.
Stone varies
Stone - decrease thickness of veneer
(26.000)
NA
Yes
(26,000)
Taken. pn:wl,i sub guarantees ddnner dimension
108
works with panel sizes and ate chment methods shown.
109
i0 ICD-
5t.ne Paving
Smne -dec race thickness oft, ;:v!ng
TSD
NA
No
0Not
taken ProPotai was to reduce emry court scone
109
.brae inches m 2,rhea. D,:e to fire muck, vin or
take cda one.
.:xirdstape'ti
yduee: plain: s:h sixu §vin: 3z ua
(I (1,000)
ne, val- ter
NA
Yes
i 10,00))
Tclksn ss a Nv dal ^aNngs. Pn pVYP. this is possoie at
I;0
LSx rods i:ria
Irtrge reel
mlur gent .n.os onN.
II'!
iW.Crx
-,ndsaoe
Substinte. Cone.Iles from
%II --Coon
to be
NA
No
0No,
esker.. RxmM,,mr!sa City Smndird.
1'i
RainMaatrr to RainN!d. reduce qG•
m @rnr_d by
iiom 8 tot
cirt. Ca ?endin;i
on vie sJsys.,
used
lit
WC ,(]D,
adscape
rvc If,
00,300.
to be
NA
No
ON
waken. RainMasser Is a Cry scendard.
lit
controiier sumulou.n
,.cnifirmed
fi "s
iuO ;CD-
L;:ndsetpe
weete willow sruaure from c ".e
(100.000)
NA
Yes
(100,000)CWDcant
contract with Patrick Dougherty directly.
13:
scope - ai'I Y!ny an sll.wance:p ^.r the
To be Included In allowances.
sculptor- osvall, .Here,, sir the. lets,
date f.i public viewring
3 of
G.W. Driver
BUILDRRS SINCE. 1919
Newport Beach Civic Center and Park
Value Engineering Log
After Bid Version # 2
February 16, 20 11
A
(1,800,000)
B:
(584!000)
Q
(370,000)
YES
)
`Alo
a
Pentlsn81
`7
Printed:
Gray- item resalved
Red — CW Driver action
Blue — Design teen azdon
1
2
... 4'
S
15'
`7
B
9
10
" 11
IT
1:13
Line
VE
Trade
ANDIOR
Proposed
Next
Action
Date
Priority
Accepted?
.Accepted
No.
#
Bort
Value .Engineer ing SOggestioni
Ideas
Sai n
Step
Regaired
A,B,C
YesMo
$VaWe
'BCj Notes '
114
1 00 .CD-
nnn ;SC WE
;15.000;
NA
No
0
Ni ken, Nen -FSC let r sled v,Ah pardculady
1!4
rsusu!wblesmndards.
115
=00 "cCD-
Sub,:ieup, L.entech panel wick:
TOD
NA
No
0
Nor axa!i.
115
ccmpai'::ble :natenal.
116
004C D-
Replace specifier' Air Grates with a
(20.000)
NA
Yes
(20,000)
Taken .
His
rnled almaltu product
117
100 '. CD-
Acotntical
CI:.nge linear Wood C icings
(230.000)
to ba checks'.
PIA
No
0
Not cken.
117
Ce, ingc
""cries iren' *en:ioc'e to N"I. { b
9woosfj
IN
-1 iR
0'.II
Delete level 5 P"N'
(41000)
NA
No
0
Not rake ,,. Snipe is _ Tied fm' ail gyp.
119
-119
Roof
Use Pelyiso ( one of the specified ) in
(470.000)
cc be
NA
Yes
(470,000)
Taken BCj confirmed.
lieu of rigid board
researched
12
.120
Roof
Use Polyiso ( one of the specified ) in
and
(50.000)
to be
NA
Pending
0
Nor rakes. SCI bas con: rmad a :nvnt nakness is
lieu of rigid board. decrease thickness
confirmed by
needed as fat roots re. Rains, Thicknas is also needad
by I •• to only achieve R Value
RCJ
at drs ortved roofs re: Shen ^.!s at bottom of waves
sl,,Piog w Sac roo0. fPending for the curved rood
121
-121
Waterproofing
Delete membrane under cast in place
(7.500)
NA
Yes
(7.500)
Taken.
stairs on site
i2 1.
I %?
Nd!work
At .'Ec Se>ach NN it wa!i system
18,0001
NA
No
ON.,.ker,.
Nusc meavacnusrcand pi ; :nmg properties.
vrer'e et'v: a,. fn mi!I'wcrh inhic tit'.
CW D!rer has tcnfrmed proposed subs nagen does
"!! drt,q., Indu.wiel inSUla[ :J. ^. :;Uafti
r. ni'a. ..... 01"IMmenQ.
Wld, glow titre; boa : 'd (,,rdivi)
M
i'idbw,
eiere tba rec!ou- ;Smenc it, FSCI
.. SAOii)
NA
No
0
Notrken.
Vucf;adon for nai!imork
:
. I1:
M ilw:
n' die. rypica 82 mi7lwe; k oab :saes
125.000)
NA
No
O
Not-taeen. BJ Cans .not reccmmend Icr e buckling
varh dhflkng d.-crs- eub'r!nirn wbia
Wuh the design life expecrcncy ofvhe City Hall .
meb,p ne iniericr fo; tha pa :nced
laf Ctler intec Cn the dRWln,,
4 of
G.W. Driver
BUILD @RS SI-,N,CF 1919,
Newport Beach Civic Center and Park
Value Engineering Log
After Bid Version # 2
February 16, 2011
A.
(1,800,000)
B:
(584,000)
C:
(370,000)
Yes
2
No
a r (9$4000)
- Pentlrng
Y'(2188500)
(I BB656�j
Primed:
Gmy ='tem resolved
Red — CW Driver actien
Slue = DWI. team action
:I
2
4
Line
VE
Trade
ANDIOR
Proposed
Nett
Action
Date
Priority
.Adapted?
Accepted
No:
#
Sort
Value Engineering Suggestion:
Ideal
Sanngs
Action $teps
lit';'
:Required
' AAC
YesMa
$ Yalue
t'BCJ Notes
125
I aS
MAW.) a
F.v th, qo 'xi ndiwoi a cab :nits
(10,00T)
NA
No
0
Nat akvo. BCJ dam no mend furor bulling
nubsdnuu, o hms mnInee:nu in triar
'+'iffi. ht des6n life axs�ecmn, o: the Ciry HAI.
behz:d cabinet doors i drawer yr:;ncs`
for the plas., ),mint, noted an
drawings
46
-126
..oncrese
Reduco ich requirement for %iTi,
f 1,383)
NA
Pending
0
This one can be taken. Has been coKirmed with
foumlannns to 25%zsh 3em 50% ash
structural and l-EED. CW Driver has indicated
value is Jl,aly right,
127
-127
Access liner
Jm l'iarr :d mess iln, sysx:mm
NA
No
ONotukeaC'W
Driven,ciesdais works wRh
tie:; ci meal decal spe<ifu.'.. i" die
Haworth system only. To he tabled until system
G'x.nb,,
being used is cenfl:'med.
1213
-125
iaodseape
lha't ^r.' ^soil" in iiea of " „zm 31”
{100003
NA
No
O
Not Woo. Name) pave is emmraily an asphalt
nave
prod,¢. 7t,hmcsoii has been installed on a projec
at Starderd wch 2% slopes and s not doing well. so
PWP does n.c feel that' can :omme :A it for our
i,YViett with 5`4 slopes.
129
-i29
Stone
C siola Sound convcl undalb T.Vnc
115,003)
NA
No
ONottaku:,
Per revrew by Salarrs efhce. the
in lice of Regupoi- n;rb:n
propemd alt.':ata has a low.' ST )tang arA an
issue with mo:'tar hieedaog d,rough dee porous
omm,61,
130
-130
induda Cary HAI s :;slur insulaton it
(71000;
Nn
Pending
O
CW Driver to provide value
aoinaruivq room, and as haaldiii
protectieo board tray
.
131
-131
Mechanicallyfasten insulation at City
(62,000)
NA
Yes
CW Driver to provide value.
Hall roof as proposed ilo adhesive
5 of
February 16, 2011
Newport Beach Civic Center and Park
Phase 3 GMP
Summary of Allowances
The following allowances are included in the Phase 3 GMP to cover various unknown cost items
as noted. Costs applied to these allowances will be administered in accordance with
Specification Section 0 12 100. Allowance monies not expended are returned 100% to the City.
I. Furnish and install the large sliding glass door at the Council Chamber. $110,000
2. Furnish and install the large metal folding doors at the Community Room. $150,000
3. Furnish and install up to 30 additional steel beam penetrations of up to 4"
diameter. $36,000
4. Additional field touch up of interior paint. $10,000
5. Provide a professional Facilitator /Training company as required by
Specification Section 01 79 00. $25,000
6. Provide a professional videographer to videotape demonstration and training
as required by Specification Section 01 79 00. $24,000
7. Adverse conditions/ rock drilling for tie downs $20,475
8. Additional depth /adverse conditions for piles at landscape bridges . $9,000
9. Willow sculpture designed and installed by Patrick Dougherty. 7 pieces in each
sculpture. $75,000
10. CWD support for the willow art installation. $25,000
11. Remove and replace glazing at existing clerestory windows at the Library. $134,000
12. Provide premium upholstery at Council Chamber fixed audience seating. $50,000
13. Furnish and install book theft deterent sensor system at Library. $10,000
TOTAL $678,475
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
NEWPORT BEACH CIVIC CENTER AND PARK PROJECT
FEBRUARY 04, 2011
VERSION 1.0
THE LISTING BELOW COMPRISES ALL OF THE DOCUMENTS INCLUDED UNDER THIS CONTRACT. UNLESS
OTHERWISE NOTED, ALL DOCUMENTS ARE AS PREPARED BY BOHLIN, CYWINSKI, JACKSON.
DRAWINGS
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
0001
CSI
Bohlin, Cywinski, Jackson
11/4/2010
11/18/2010
0002
B1.00
Bohlin, Cywinski, Jackson
11/4/2010
11 /4/2010
0003
131.01
Bohlin, Cywinski, Jackson
11/4/2010
11/1812010
0004
B1.02
Bohlin, Cywinski, Jackson
11/4/2010
11/18/2010
0005
B1.03
Bohlin, Cywinski, Jackson
11/4/2010
11/18/2010
0006
B 1.04
Bohlin, Cywinski, Jackson
11/4/2010
11/18/2010
0007
B2.01
Bohlin, Cywinski, Jackson
1114/2010
11/4/2010
0008
B2.02
Bohlin, Cywinski, Jackson
II /4/2010
11/4/2010
0009
C01.01
ARUP
11/4/2010
1/20 /2011
0010
C01.02
ARUP
11/4/2010
1114/2010
0011
C01.03
ARUP
11/4/2010
11/4/2010
0012
C01.04
ARUP
11/4/2010
12/10/2010
0013
C01.05
ARUP
11/4/2010
12/10/2010
0014
CO2.01
Hall & Foreman, Inc.
11/4/2010
111412010
0015
CO2.02
Hall & Foreman, Inc.
11/4/2010
11/4/2010
0016
CO2.03
Hall & Foreman, Inc.
1114/2010
11/4/2010
0017
CO2.04
Hall & Foreman, Inc.
1114/2010
11/4/2010
0018
CO2.05
Hall & Foreman, Inc.
11/4/2010
11/4/2010
0019
CO2.06
RBF Consulting
11/4/2010
11/4/2010
0020
CO3.01
ARUP
1114/2010
12/10/2010
0021
CO3.02
ARUP
11/4!2010
12/10/2010
0022
CO3.03
ARUP
11/4!2010
12/10/2010
0023
CO3.04
ARUP
11/4/2010
12/10/2010
0024
CO3.05
ARUP
11 /4 12010
12/10/2010
0025
CO3.06
ARUP
11/4/2010
12/10 /2010
0026
CO3.07
ARUP
11/4 /2010
12/10/2010
0027
CO3.08
ARUP
11/4/2010
12/10/2010
0028
CO3.09
ARUP
11/4/2010
12/10/2010
0029
CO3.10
ARUP
11/4/2010
12/10/2010
0030
C04.01
ARUP
12/10/2010
1/20/2011
0031
C04.02
ARUP
12/10/2010
1/20/2011
0032
C04.03
ARUP
12/10 /2010
1/20/2011
0033
C04.04
ARUP
12/10 /2010
1 /20 /2011
0034
C04.05
ARUP
11/4/2010
12/10/2010
0035
C04.06
ARUP
11/4/2010
11/4/2010
0036
C04.07
ARUP
11/4/2010
11!4/2010
0037
C04.08
ARUP
11/4/2010
11/4/2010
0038
C04.09
ARUP
11 /4 /2010
12110!2010
0039
C04.10
ARUP
11 /4!2010
11/4/2010
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE 2 OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
0040
CO5.01
ARUP
11/4/2010
12/10/2010
0041
C05.02
ARUP
11/4/2010
12/10/2010
0042
C05.03
ARUP
11 /4 /2010
12/10/2010
0043
C05.04
ARUP
11/4/2010
12/10/2010
0044
C05.05
ARUP
11/4/2010
12/10/2010
0045
C05.06
ARUP
11/4/2010
12/10/2010
0046
C05.07
ARUP
11/4/2010
12/10/2010
0047
C05.08
ARUP
11/4/2010
12/10/2010
0048
C05.09
ARUP
11/4/2010
12/10/2010
0049
COS. 10
ARUP
11/4/2010
12/10/2010
0050
C05.11
ARUP
11/10 /2010
12/10/2010
0051
COS. 12
ARUP
11/4/2010
11/4/2010
0052
C05.13
ARUP
11/4 /2010
11/4/2010
0053
C05.14
ARUP
11/4/2010
11/4/2010
0054
C06.01
ARUP
11/4/2010
12/10/2010
0055
C06.02
ARUP
11/4/2010
1/20/2011
0056
C06.03
ARUP
11/4/2010
11/4/2010
0057
C06.04
ARUP
12/10/2010
1/20/2011
0058
C06.05
ARUP
11 /4 /2010
12/10/2010
0059
C06.07
ARUP
11/4/2010
12/10/2010
0060
C06.08
ARUP
11/4/2010
12110/2010
0061
C06.10
ARUP
11/4/2010
12/10/2010
0062
C06.11
ARUP
11/4 /2010
12/10/2010
0063
C0&12
ARUP
11 /4/2010
12/10/2010
0064
C06.20
ARUP
11/4/2010
11/4/2010
0065
C06.21
ARUP
11/4/2010
1/20/2011
0066
C06.22
ARUP
11/4/2010
1/20/2011
0067
C06.23
ARUP
11/4/2010
1/20/2011
0068
C06.24
ARUP
11/4/2010
1/20/2011
0069
C06.25
ARUP
11/4/2010
11/412010
0070
C06.30
ARUP
11/4/2010
11/4/2010
0071
C06.31
ARUP
11/4 /2010
11/4/2010
0072
C06.32
ARUP
11/4/2010
.11/4/2010
0073
C06.33
ARUP
11/4/2010
11/4/2010
0074
C06.34
ARUP
11/4/2010
11/4/2010
0075
C06.35
ARUP
11/4/2010
11/4/2010
0076
C06.37
ARUP
11/4/2010
11 /4 /2010
0077
C07.01
ARUP
11/4/2010
12/10/2010
0078
C07.02
ARUP
11/4/2010
12/10/2010
0079
C07.03
ARUP
11 /4 /2010
12/10/2010
0080
C07.04
ARUP
11 /4/2010
12/10/2010
0081
C07.05
ARUP
11 /4 /2010
12/10 /2010
0082
C08.00
ARUP
11/4/2010
11/4/2010
0083
C08.01
ARUP
11/4/2010
12/10/2010
0084
C08.02
ARUP
11/4/2010
12110/2010
0085
C08.03
ARUP
11/4/2010
12/10/2010
Exhibit A - Contract Document Listing
Page 2 of 26
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE 3 OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
0086
C08.04
ARUP
11/4/2010
12/10 /2010
0087
C08.05
ARUP
11/4/2010
12/10/2010
0088
C08.06
ARUP
11/4/2010
12110/2010
0089
C08.07
ARUP
11/4/2010
12/10/2010
0090
C08.08
ARUP
11/4/2010
12110/2010
0091
C09.01
ARUP
11/4/2010
11/4/2010
0092
C09.02
ARUP
11/4/2010
11/4/2010
0093
C09.03
ARUP
11/4/2010
1114/2010
0094
C09.04
ARUP
11/4/2010
11 /4 12010
0095
C09.05
ARUP
11/4/2010
1 /20 /2011
0096
C09.06
ARUP
11/4/2010
12/10/2010
0097
C10.01
ARUP
11/4/2010
1/20/2011
0098
C10.02
ARUP
11/4/2010
12/10/2010
0099
C10.03
ARUP
11/4/2010
12/10/2010
0100
1-0.01
Peter Walker Partners
12/10/2010
1/20/2011
0101
1-0.02
Peter Walker Partners
12110/2010
1/20/2011
0102
1-0.03
Peter Walker Partners
11/4/2010
12/1012010
0103
1-0.04
Peter Walker Partners
11 /4/2010
11/4/2010
0104
1-0.05
Peter Walker Partners
11/4/2010
12/10/2010
0105
1-0.06
Peter Walker Partners
11/4/2010
12/10/2010
0106
1-0.07
Peter Walker Partners
12110 /2010
1/20/2011
0107
1-0.10
Peter Walker Partners
1114/2010
12/10/2010
0108
1-0.11
Peter Walker Partners
11/4/2010
12/10/2010
0109
LO. 12
Peter Walker Partners
1114/2010
12 /10 /2010
0110
L01.01
Peter Walker Partners
11/4/2010
12/10/2010
0111
L01.02
Peter Walker Partners
II /4/2010
12/10/2010
0112
L01.03
Peter Walker Partners
11/4/2010
12/10/2010
01 13
LO 1.04
Peter Walker Partners
11/4/2010
12/10/2010
0114
L02.01
Peter Walker Partners
1114/2010
12/10/2010
0115
L02.02
Peter Walker Partners
11/4/2010
12/10 /2010
0116
L02.03
Peter Walker Partners
11/4/2010
12/1012010
0117
L02.04
Peter Walker Partners
11/4/2010
12 /10 /2010
0118
L02.05
Peter Walker Partners
11/4/2010
11/4/2010
0119
L02.06
Peter Walker Partners
11/4/2010
12 /10/2010
0120
L02.07
Peter Walker Partners
12/10/2010
1/20/2011
0121
L02.08
Peter Walker Partners
12/1012010
1/20/2011
0122
L02.09
Peter Walker Partners
12/1012010
1/20/2011
0123
L02.10
Peter Walker Partners
12/1012010
1/20/2011
0124
1-02.11
Peter Walker Partners
12/10/2010
1/20/2011
0125
1-02.12
Peter Walker Partners
1114/2010
12/10/2010
0126
L02.13
Peter Walker Partners
11/4/2010
1114/2010
0127
1-02.14
Peter Walker Partners
12110/2010
I /20 12011
0128
1-02.15
Peter Walker Partners
12/10/2010
1/20/2011
0129
L02.16
Peter Walker Partners
11/4/2010
12/10/2010
0130
1-0117
Peter Walker Partners
11/4/2010
12/10/2010
0131
L02.18
Peter Walker Partners
12/10/2010
1/20/2011
Exhibit A - Contract Document Listing
Page 3 of 26
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE 4 OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
0132
L04.01
Peter Walker Partners
11/4/2010
12/10/2010
0133
L04.02
Peter Walker Partners
11/4/2010
12/10/2010
0134
L04.03
Peter Walker Partners
11/4/2010
12/10/2010
0135
L04.04
Peter Walker Partners
1114/2010
12/10/2010
0136
L05.01
Peter Walker Partners
11/4/2010
12110/2010
0137
L05.02
Peter Walker Partners
11/4/2010
12/10/2010
0138
L05.03
Peter Walker Partners
11/4/2010
12/10/2010
0139
1-05.04
Peter Walker Partners
11/4/2010
12/10 /2010
0140
L06.01
Peter Walker Partners
11 /4 /2010
12/1012010
0141
L06.02
Peter Walker Partners
11/4/2010
12/10/2010
0142
L06.03
Peter Walker Partners
1 1/4/2010
12/10/2010
0143
L06.04
Peter Walker Partners
12/10/2010
1120/2011
0144
L06.06
Peter Walker Partners
11/4/2010
12/10 /2010
0145
L06.07
Peter Walker Partners
11/4/2010
12/10/2010
0146
L06.08
Peter Walker Partners
11/4/2010
12110 /2010
0147
L06.09
Peter Walker Partners
11/4/2010
12110/2010
0148
L07.01
Peter Walker Partners
12/10/2010
I /20 /2011
0149
L07.02
Peter Walker Partners
12 /10 /2010
1/20/2011
0150
L07.03
Peter Walker Partners
12 /10 /2010
1/20/2011
0151
L07.04
Peter Walker Partners
12/10/2010
1/20/2011
0152
L07.05
Peter Walker Partners
12/10/2010
1120/2011
0153
L07.06
Peter Walker Partners
12110/2010
1/20/2011
0154
L07.07
Peter Walker Partners
12 /10 /2010
1 /20 /2011
0155
L07.08
Peter Walker Partners
12 /10 /2010
1120/2011
0156
L07.09
Peter Walker Partners
12/10/2010
1/20/2011
0157
LOT 10
Peter Walker Partners
11/4/2010
11/4/2010
0158
L07.11
Peter Walker Partners
1/20/2011
1/20/2011
0159
L09.01
Peter Walker Partners
11/4/2010
11/4/2010
0160
L09.02
Peter Walker Partners
1114/2010
12/10/2010
0161
L09.03
Peter Walker Partners
11/412010
12/10/2010
0162
1-09.03A
Peter Walker Partners
1 1/4/2010
12/10/2010
0163
L09.04
Peter Walker Partners
1 1/412010
11/4/2010
0164
L09.05
Peter Walker Partners
11/4/2010
12/10 /2010
0165
L09.06
Peter Walker Partners
11/4/2010
12/10 12010
0166
L09.07
Peter Walker Partners
1114/2010
12/1012010
0167
L09.08
Peter Walker Partners
11/4/2010
12/10 /2010
0168
L09.09
Peter Walker Partners
11/4/2010
12 110 12010
0169
L09.10
Peter Walker Partners -
11/4/2010
12/10/2010
0170
L09.1 I
Peter Walker Partners
11/4/2010
12/10/2010
0171
1-09.12
Peter Walker Partners
1114/2010
1/20/2011
0172
L09.13
Peter Walker Partners
11/4/2010
11/4/2010
0173
L09.14
Peter Walker Partners
1 1/4/2010
12/10/2010
0174
L09.15
Peter Walker Partners
11/4/2010
12/10/2010
0175
L09.16
Peter Walker Partners
11/4/2010
12/10/2010
0176
L09.17
Peter Walker Partners
11/4/2010
11/412010
0177
L09.18
Peter Walker Partners
11/4/2010
12/10/2010
Exhibit A - Contract Document Listing
Page 4 of 26
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE 5 OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
0178
L09.19
Peter Walker Partners
11/4/2010
12110/2010
0179
L09.20
Peter Walker Partners
1114/2010
11/4/2010
0180
L09.20A
Peter Walker Partners
11/412010
12/10/2010
0181
L09.21
Peter Walker Partners
11/4/2010
12/10/2010
0182
L09.22
Peter Walker Partners
11/4/2010
12/10/2010
0183
L09.23
Peter Walker Partners
1114/2010
12/10/2010
0184
L09.31
Peter Walker Partners
11/4/2010
11/412010
0185
L09.32
Peter Walker Partners
11/4/2010
12/10/2010
0186
1-09.32A
Peter Walker Partners
11/4/2010
12/10/2010
0187
L09.32B
Peter Walker Partners
11/412010
12/10/2010
0188
L09.33
Peter Walker Partners
11/4/2010
1114/2010
0189
L09.35
Peter Walker Partners
12/10/2010
1/2012011
0190
1-09.36
Peter Walker Partners
12/10/2010
1/20/2011
0191
L09.37
Peter Walker Partners
111412010
12/10 /2010
0192
L09.38
Peter Walker Partners
12/10/2010
1/20/2011
0193
L09.39
Peter Walker Partners
1 /20 /2011
1/20/2011
0194
L09.40
Peter Walker Partners
1114/2010
12/10/2010
0195
L09.41
Peter Walker Partners
11/412010
12/10/2010
0196
L09.42
Peter Walker Partners
1114/2010
12/10/2010
0197
L09.44
Peter Walker Partners
11/4/2010
12 /10 /2010
0198
L09.45
Peter Walker Partners
11/4/2010
12/10/2010
0199
L09.46
Peter Walker Partners
1/20/2011
1/20/2011
0200
1-10.01
Peter Walker Partners
11/4/2010
12/10/2010
0201
L10.02
Peter Walker Partners
11/4/2010
12/10/2010
0202
L10.03
Peter Walker Partners
11/4/2010
12/10/2010
0203
L10.04
Peter Walker Partners
11/4/2010
12/10/2010
0204
L10.05
Peter Walker Partners
11/4/2010
12/10/2010
0205
L10.06
Peter Walker Partners
11/4/2010
12/10/2010
0206
L10.07
Peter Walker Partners
11/4/2010
12/10/2010
0207
LI 1.10
Peter Walker Partners
11 /4 /2010
12/10/2010
0208
LI 1.11
Peter Walker Partners
11/4/2010
12110/2010
0209
L11.12
Peter Walker Partners
11 /4 /2010
12/10/2010
0210
LI 1.13
Peter Walker Partners
11 14 /2010
12/10/2010
0211
1-11.14
Peter Walker Partners
1114/2010
12/10/2010
0212
L11.15
Peter Walker Partners
11/4/2010
12/10/2010
0213
L11.16
Peter Walker Partners
12/1012010
1 /20 /2011
0214
1-11.17
Peter Walker Partners
11/4/2010
12/1012010
0215
LI 1.18
Peter Walker Partners
11/4/2010
12/10 /2010
0216
LI 1.19
Peter Walker Partners
11 /4 /2010
12110/2010
0217
LI 1.20
Peter Walker Partners
12 110 /2010
1/20/2011
0218
LI 1.21
Peter Walker Partners
12/10/2010
1/20/2011
0219
L11.22
Peter Walker Partners
11/4/2010
12/10/2010 .
0220
LI 1.23
Peter Walker Partners
11 /4 /2010
12/10/2010
0221
LI 1.24
Peter Walker Partners
11 /4 12010
12/10/2010
0222
L11.25
Peter Walker Partners
11/4/2010
12/10/2010
0223
L11.26
Peter Walker Partners
11/4/2010
12/10/2010
Exhibit A - Contract Document Listing
Page 5 of 26
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE 6 OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
0224
L12.01
Peter Walker Partners
1 1/4/2010
1 1/4/2010
0225
L12.02
Peter Walker Partners
1114/2010
11/4/2010
0226
1-12.03
Peter Walker Partners
11/4/2010
12/10/2010
0227
L12.04
Peter Walker Partners
11/4/2010
12110 /2010
0228
L12.05
Peter Walker Partners
11/4/2010
12/10/2010
0229
L12.06
Peter Walker Partners
11/4/2010
12/10/2010
0230
L12.07
Peter Walker Partners
1114/2010
12110/2010
0231
L13.01
Peter Walker Partners
11/4 /2010
12/10 /2010
0232
L13.02
Peter Walker Partners
1114/2010
12/10/2010
0233
L14.01
Peter Walker Partners
11/4/2010
11/4/2010
0234
1-14.02
Peter Walker Partners
11/4/2010
12/10 /2010
0235
L14.03
Peter Walker Partners
11/4/2010
12/10/2010
0236
L14.04
Peter Walker Partners
11/4/2010
11/4/2010
0237
1-14.05
Peter Walker Partners
11/4/2010
12110/2010
0238
L15.01
Peter Walker Partners
11/4/2010
1211.0/2010
0239
L15.02
Peter Walker Partners
11/4/2010
12/10/2010
0240
L15.03
Peter Walker Partners
11 /4 /2010
12/10/2010
0241
L15.04
Peter Walker Partners
11/4/2010
12/10/2010
0242
L15.05
Peter Walker Partners
11/4/2010
12/10/2010
0243
L15.06
Peter Walker Partners
11 /4 /2010
12/10/2010
0244
L15.07
Peter Walker Partners
II /4 /2010
12/10/2010
0245
L16.01
Peter Walker Partners
11 14 /2010
12/10/2010
0246
L17.01
Peter Walker Partners
11/4/2010
11/4/2010
0247
L18.01
Peter Walker Partners
11/4/2010
12/10/2010
0248
L18.02
Peter Walker Partners
11/4/2010
12/10/2010
0249
L18.03
Peter Walker Partners
11/4/2010
12/10/2010
0250
L18.04
Peter Walker Partners
11/4/2010
12/10/2010
0251
L18.05
Peter Walker Partners
11/4/2010
12 /10/2010
0252
L18.06
Peter Walker Partners
11/4/2010
11/4/2010
0253
L18.07
Peter Walker Partners
11/4/2010
12110/2010
0254
L18.08
Peter Walker Partners
11/4/2010
12/10/2010
0255
L18.09
Peter Walker Partners
11/4/2010
12/10/2010
0256
L18.10
Peter Walker Partners
11/4/2010
12110 /2010
0257
1-I8.11
Peter Walker Partners
1 1/4/2010
12/10/2010
0258
L18.12
Peter Walker Partners
11/4/2010
12/10/2010
0259
L18.13
Peter Walker Partners
1 1/4/2010
12/10 /2010
0260
L18.14
Peter Walker Partners
11/4/2010
12/10/2010
0261
L18.15
Peter Walker Partners
11/4/2010
12/10 /2010
0262
L18.16
Peter Walker Partners
11/4/2010
12/10/2010
0263
1-18.17
Peter Walker Partners
11/4/2010
12/10/2010
0264
L18.18
Peter Walker Partners
11 /4 /2010
12/10/2010
0265
L18.19
Peter Walker Partners
11/4/2010
11/4/2010
0266
L18.20
Peter Walker Partners
11 /4/2010
12/10/2010
0267
L19.01
Peter Walker Partners
11/4/2010
12/10/2010
0268
L19.02
Peter Walker Partners
11/4/2010
12/10/2010
0269
L19.03
Peter Walker Partners
11/4/2010
12110/2010
Exhibit A- Contract Document Listing
Page 6 of 26
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE 7 OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
0270
L19.03A
Peter Walker Partners
11/4/2010
12/10/2010
0271
L19.04
Peter Walker Partners
11/4/2010
12/10/2010
0272
L19.05
Peter Walker Partners
11/4/2010
12/10/2010
0273
L19.06
Peter Walker Partners
11/4/2010
12/10/2010
0274
L19.07
Peter Walker Partners
l l /4/2010
12/10 /2010
0275
L19.08
Peter Walker Partners
11/4/2010
12/10/2010
0276
L19.09
Peter Walker Partners
11/4/2010
12/10/2010
0277
L19.09A
Peter Walker Partners
12/10/2010
1/20/2011
0278
L19.09B
Peter Walker Partners
12/10/2010
1/20/2011
0279
L19.09C
Peter Walker Partners
11/4/2010
12110/2010
0280
L19.09D
Peter Walker Partners
11/4/2010
12/10/2010
0281
L19.10
Peter Walker Partners
11/4/2010
12/10 12010
0282
L19.11
Peter Walker Partners
12/10/2010
1/20/2011
0283
L20.01
Peter Walker Partners
11/4/2010
12/10/2010
0284
L20.02
Peter Walker Partners
11/4/2010
12/10/2010
0285
L20.03
Peter Walker Partners
11/4/2010
11/4/2010
0286
L20.04
Peter Walker Partners
1 1/4/2010
11/4/2010
0287
L20.05
Peter Walker Partners
11/4/2010
12/10/2010
0288
L20.06
Peter Walker Partners
11/4/2010
11/4/2010
0289
L20.07
Peter Walker Partners
11/4/2010
1114/2010
0290
L20.08
Peter Walker Partners
1 1/4/2010
11/412010
0291
L20.09
Peter Walker Partners
1 1/4/2010
12/10/2010
0292
L20.10
Peter Walker Partners
11/4/2010
12/10/2010
0293
L20.1 I
Peter Walker Partners
11/412010
12/10/2010
0294
L21.01
Peter Walker Partners
1114/2010
12/10/2010
0295
L21.02
Peter Walker Partners
11/4/2010
11/4/2010
0296
L2I.03
Peter Walker Partners
11/4/2010
12/10/2010
0297
1-21.04
Peter Walker Partners
1 1/4/2010
12/10/2010
0298
L2 LOS
Peter Walker Partners
11/4/2010
1114/2010
0299
L2I.06
Peter Walker Partners
1 1/4/2010
11/4/2010
0300
L21.07
Peter Walker Partners
1 1/4/2010
11/4/2010
0301
1-2I.08
Peter Walker Partners
1 1/4/2010
12/10/2010
0302
L21.09
Peter Walker Partners.
11/4/2010
12110/2010
0303
L21.10
Peter Walker Partners
11/4/2010
12/10/2010
0304
L21.11
Peter Walker Partners
1114/2010
12 /10 /2010
0305
L2I.12
Peter Walker Partners
11/4/2010
12/10/2010
0306
1-22.01
Peter Walker Partners
11/4/2010
12/10/2010
0307
L22.02
Peter Walker Partners
11/4/2010
12/10/2010
0308
L22.03
Peter Walker Partners
1 1/4/2010
12/10/2010
0309
A1.01
Bohlin, Cywinski, Jackson
1114/2010
11/4/2010
0310
A1.02
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0311
A1.03
Bohlin, Cywinski, Jackson
11 /4 /2010
11/4/2010
0312
A1.04
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0313
A1.05
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0314
A1.06
Bohlin, Cywinski, Jackson
12/10 /2010
1 /20/2011
0315
A1.07
Bohlin, Cywinski, Jackson
12/10 /2010
I /20 /2011
Exhibit A- Contract Document Listing
Page 7 of 26
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE 8 OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
0316
A1.08
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0317
AI.09
Bohlin, Cywinski, Jackson
11/412010
12/10/2010
0318
A1.10
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0319
A,1.15
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0320
A1.16
Bohlin, Cywinski, Jackson
11 /4/2010
12/10/2010
0321
A1.17
Bohlin, Cywinski, Jackson
11 /4 /2010
12/1012010
0322
A1.18
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0323
A1.19
Bohlin, Cywinski, Jackson
11/4/2010
12/10 12010
0324
A1.20
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0325
A1.21
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0326
A1.25
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0327
A1.26
Bohlin, Cywinski, Jackson
12/10/2010
I /20 /201 I
0328
A1.27
Bohlin, Cywinski, Jackson
12/10 /2010
1/20/2011
0329
A1.28
Bohlin, Cywinski, Jackson
12/10 /2010
1120/2011
0330
A1.31
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0331
A1.50
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0332
X1.51
Bohlin, Cywinski, Jackson
1114/2010
12/10/2010
0333
AI.52
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0334
A2.01
Bohlin, Cywinski, Jackson
11 /4 /2010
12/10/2010
0335
A2.02
Bohlin, Cywinski, Jackson
11/4/2010
11/18/2010
0336
A2.03
Bohlin, Cywinski, Jackson
11/4/2010
12 110 /2010
0337
A2.50
Bohlin, Cywinski, Jackson
11/412010
12/10/2010
0338
A3.01
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0339
A3.02
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0340
A3.03
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0341
A3.04
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0342
A3.50
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0343
A3.51
Bohlin, Cywinski, Jackson
11/4/2010
11/412010
0344
A4.01
Bohlin, Cywinski, Jackson
11/4/2010
12 /10 /2010
0345
A4.02
Bohlin, Cywinski, Jackson
11/412010
12/10/2010
0346
A4.03
Bohlin, Cywinski, Jackson
11/4/2010
12/1012010
0347
A4.04
Bohlin, Cywinski, Jackson
11/4/2010
12/10 12010
0348
A4.05
Bohlin, Cywinski, Jackson
1114/2010
12 /10 12010
0349
A4.06
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
0350
A4.10
Bohlin, Cywinski, Jackson
11/412010
11 /18 /2010
0351
A4.11
Bohlin, Cywinski, Jackson
11 /4/2010
12/10/2010
0352
A4.12
Bohlin, Cywinski, Jackson
11/4/2010
11/18/2010
0353
A4.13
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0354
A4.14
Bohlin, Cywinski, Jackson
11 /4 /2010
12/10/2010
0355
A4.15
Bohlin, Cywinski, Jackson
11/412010
11/4/2010
0356
A4.16
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0357
A4.17
Bohlin, Cywinski, Jackson
11 14 /2010
12/10/2010
0358
A4.18
Bohlin, Cywinski, Jackson
11 /4 /2010
12/10/2010
0359
A4.19
Bohlin, Cywinski, Jackson
11 1412010
11 /4 /2010
0360
A4.30
Bohlin, Cywinski, Jackson
1114/2010
12/10/2010
0361
A4.50
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
Exhibit A- Contract Document Listing
Page 8 of 26
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE 9 OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
0362
A4.51
Bohlin, Cywinski, Jackson
11/4/2010
12110 /2010
0363
A4.55
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0364
A4.56
Bohlin, Cywinski, Jackson
1114/2010
12/10 /2010
0365
A5.01
Bohlin, Cywinski, Jackson
11/412010
12/10 /2010
0366
A5.02
Bohlin, Cywinski, Jackson
11/4/2010
12/1012010.
0367
A5.04
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0368
A5.05
Bohlin, Cywinski, Jackson
11118/2010
1/20/2011
0369
A5.06
Bohlin, Cywinski, Jackson
1114/2010
12110/2010
0370
A5.07
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0371
A5.08
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0372
A5.10
Bohlin, Cywinski, Jackson
11/412010
12/10/2010
0373
AS. 11
Bohlin, Cywinski, Jackson
12/10 /2010
1/20/2011
0374
A5.12
Bohlin, Cywinski, Jackson
1114/2010
12/10/2010
0375
A5.13
Bohlin, Cywinski, Jackson
11 /4 /2010
12/10/2010
0376
A5.14
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0377
A5.15
Bohlin, Cywinski, Jackson
111412010
12110 /2010
0378
A5.19
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0379
A5.20
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0380
A5.21
Bohlin, Cywinski, Jackson
11/412010
12/10/2010
0381
A5.22
Bohlin, Cywinski, Jackson
12/1012010
1/20/2011
0382
A5.23
Bohlin, Cywinski, Jackson
11/4/2010
12110 /2010
0383
A5.24
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0384
A5.25
I Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0385
A5.26
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0386
A5.27
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0387
A5.28
Bohlin, Cywinski, Jackson
11 /4 /2010
12/10/2010
0388
A5.29
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0389
A5.30
Bohlin, Cywinski, Jackson
11/4/2010
11/18/2010
0390
A5.31
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0391
A5.32
Bohlin, Cywinski, Jackson
11/4/20 10
1 1/4/2010
0392
A5.33
Bohlin, Cywinski, Jackson
1114/2010
12/10/2010
0393
A5.35
Bohlin, Cywinski, Jackson
12/10/2010
1120/2011
0394
A5.36
Bohlin, Cywinski, Jackson
11/4/2010
11/18/2010
0395
A5.50
Bohlin, Cywinski, Jackson
1 1/4/2010
12/10/2010
0396
A5.51
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0397
A5.52
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0398
A5.53
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0399
A5.70
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0400
AS.71
Bohlin, Cywinski, Jackson
11 /18/2010
1/20/2011
0401
A5.72
Bohlin, Cywinski, Jackson
11/4/2010
11/18/2010
0402
A5.75
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0403
A5.80
Bohlin, Cywinski, Jackson
11/4/2010
1111812010
0404
A5.81
Bohlin, Cywinski, Jackson 1
12/10/2010
1120/2011
0405
A5.82
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0406
.A5.90
Bohlin, Cywinski, Jackson
11/412010
12/10/2010
0407
A6.10
Bohlin, Cywinski,fackson
1 1/412010
11/4/2010
Exhibit A - Contract Document Listing
Page 9 of 26
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE 10 OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
0408
A6.20
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0409
A6.21
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0410
A6.25
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0411
A6.30
Bohlin, Cywinski, Jackson
11/4/2010
1/20/2011
0412
A6.40
Bohlin, Cywinski, Jackson
11/4/2010
12/1012010
0413
A6.41
Bohlin, Cywinski, Jackson _
11/4/2010
12/10/2010
0414
A6.50
Bohlin, Cywinski, Jackson
11/412010
12/10/2010
0415
A6.51
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0416
A6.70
Bohlin, Cywinski, Jackson
11/4/2010
11/412010
0417
A7.00
Bohlin, Cywinski, Jackson
11/412010
11/18/2010
0418
A7.01
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0419
A7.02
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0420
A7.03
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0421
A7.04
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0422
A7.05
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0423
A7.06
Bohlin, Cywinski, Jackson
11 /4 /2010
12/10 /2010
0424
A7.07
Bohlin, Cywinski, Jackson
1114/2010
12/10/2010
0425
A7.08
Bohlin, Cywinski, Jackson
11 /4 /2010
12/10/2010
0426
A7.09
Bohlin, Cywinski, Jackson
11/4/2010
1211012010,
0427
A7.10
Bohlin, Cywinski, Jackson
11 /4 /2010
12/10/2010
0428
A7.1 I
Bohlin, Cywinski, Jackson
11/4/2010
12110 /2010
0429
A7.12
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0430
A7.13
Bohlin, Cywinski, Jackson
1114/2010
12/10/2010
0431
A7.14
Bohlin, Cywinski, Jackson
12/10/2010
1/2012011
0432
A7.15
Bohlin, Cywinski, Jackson
11/4/2010
12 /10 /2010
0433
A7.16
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
0434
A7.17
Bohlin, Cywinski, Jackson
11/4/2010
12 110 /2010
0435
A7.18
Bohlin, Cywinski, Jackson
11 /4 12010
1 1/4/2010
0436
A7.19
Bohlin, Cywinski, Jackson
12/10/2010
1 /20/2011
0437
A7.20
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0438
A7.22
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0439
A7.23
Bohlin, Cywinski, Jackson
11/4/2010
1/20/2011
0440
A7.24
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0441
A7.25
Bohlin, Cywinski, Jackson
1 114 /2010
1/20/2011
0442
A7.26
Bohlin, Cywinski, Jackson
1 1/412010
11/4/2010
0443
A7.27
Bohlin, Cywinski, Jackson
11 /4/2010
12/10/2010
0444
A7.2713
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0445
A7.28
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0446
A7.29
Bohlin, Cywinski, Jackson
11/4/2010
11/18/2010
0447
A7.30
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0448
A7.31
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0449
A7.32
Bohlin, Cywinski, Jackson .
11/4/2010
11/18/2010
0450
A7.33
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0451
A7.34
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0452
A7.35
Bohlin, Cywinski, Jackson
11/4/2010
1/20/2011
0453
A7.36
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
Exhibit A - Contract Document Listing
Page 10 of 26
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE I I OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
0454
A7.40
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0455
A7.50
Bohlin, Cywinski, Jackson
11/4/2010
12110/2010
0456
ATS1
Bohlin, Cywinski, Jackson
1211012010
1/20/2011
0457
A7.52
Bohlin, Cywinski, Jackson
111412010
12/1012010
0458
A7.53
Bohlin, Cywinski, Jackson
11/412010
12/10/2010
0459
A7.54
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0460
A7.55
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0461
A7.60
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0462
A7.61
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0463
A7.62
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0464
A7.63
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0465
AT64
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0466
A7.65
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0467
A7.66
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0468
A7.70
Bohlin, Cywinski, Jackson
12/10/2010
1120/2011
0469
A8.01
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0470
A8.02
Bohlin, Cywinski, Jackson
11/4/2010
12110/2010
0471
A8.03
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0472
A8.04
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0473
A8.05
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0474
A8.50
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0475
A9.01
Bohlin, Cywinski, Jackson
1114/2010
11/412010
0476
A9.02
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0477
A9.03
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0478
A9.11
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0479
A9.12
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0480
A9.13
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0481
A9.21
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0482
CS2
Bohlin, Cywinski, Jackson
1 1/4/2010
11/18/2010
0483
50.01
Bohlin, Cywinski, Jackson
11 14 /2010
11/4/2010
0484
50.02
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0485
50.03
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0486
50.1 I
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0487
50.21
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0488
50.31
Bohlin, Cywinski, Jackson
11/412010
11/4/2010
0489
51.00
Bohlin, Cywinski, Jackson
11/412010
11/4/2010
0490
51.01
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0491
51.02
Bohlin, Cywinski, Jackson
. 11/4/2010
12/10/2010
0492
51.03
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0493
51.04
Bohlin, Cywinski, Jackson
11/4/2010
12/1012010
0494
51.05
Bohlin, Cywinski, Jackson
1 1/412010
12/10/2010
0495
51.06
Bohlin, Cywinski, Jackson
1 1/4/2010
12/10/2010
0496
51.07
Bohlin, Cywinski, Jackson
1 1/4/2010
12/10 /2010
0497
51.08
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0498
51.09
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0499.
51.10
Bohlin, Cywinski, Jackson
11/4/2010
12 /10 /2010
Exhibit A - Contract Document Listing
Page I I of 26
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE 12 OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
0500
51.11
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0501
SI.12
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0502
51.21
Bohlin, Cywinski, Jackson
1114/2010
12/10/2010
0503
51.22
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0504
51.31
Bohlin, Cywinski, Jackson
11 /4 /2010
1 1/4/2010
0505
S2.11
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0506
52.12
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0507
52.13
Bohlin, Cywinski, Jackson
1114/2010
12/10/2010
0508
52.14
Bohlin, Cywinski, Jackson
11/4/2010
1 1/4/2010
0509
52.21
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0510
52.41
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0511
52.42
Bohlin, Cywinski, Jackson
111412010
11/4/2010
0512
S3.01
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0513
53.02
Bohlin, Cywinski, Jackson
11142010
11/412010
0514
53.03
Bohlin, Cywinski, Jackson
11/42010
12/10/2010
0515
53.04
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0516
53.05
Bohlin, Cywinski, Jackson
1 1/4/2010
1114/2010
0517
53.11
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0518
53.12
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0519
53.13
Bohlin, Cywinski, Jackson
1 1/4/2010
12/10/2010
0520
53.21
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0521
53.22
Bohlin, Cywinski, Jackson
1,1/4/2010
12/10/2010
0522
55.01
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0523
55.02
Bohlin, Cywinski, Jackson
1 1/4/2010
12/10/2010
0524
55.03
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0525
55.04
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0526
55.05
Bohlin, Cywinski, Jackson
II /4/2010
12/102010
0527
55.06
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0528
55.07
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0529
55.08
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0530
S5.11
Bohlin, Cywinski, Jackson
12/10/2010
1120/2011
0531
55.12
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0532
55.13
Bohlin, Cywinski, Jackson
12/10 /2010
1/20/2011
0533
55.14
Bohlin, Cywinski, Jackson
1 1/4/2010
12/10/2010
0534
55.15
Bohlin, Cywinski, Jackson
12 /10 /2010
1/20/2011
0535
55.16
Bohlin, Cywinski, Jackson
1 1/4/2010
12/10/2010
0536
55.17
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0537
55.21
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0538
55.22
Bohlin, Cywinski, Jackson
11/4/2010
12 110 /2010
0539
55.23
Bohlin, Cywinski, Jackson
11/4 /2010
12 /10 /2010
0540
55.24
Bohlin, Cywinski, Jackson
1114/2010
12/10/2010
0541
55.25
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0542
5631 I
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0543
56.32
Bohlin, Cywinski, Jackson
11/4/2010
1 1/4/2010
0544
56.35
Bohlin, Cywinski, Jackson
1114/2010
11/4/2010
0545
57.10
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
Exhibit A- Contract Document Listing
Page 12 of 26
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE 13 OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
0546
57.11
Bohlin, Cywinski, Jackson
11/412010
12110/2010
0547
M0.00
Bohlin, Cywinski, Jackson
11/42010
12/10/2010
0548
M0.01
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0549
M0.02
Bohlin, Cywinski, Jackson
11/4/2010
1/20/2011
0550
M0.03
Bohlin, Cywinski, Jackson
11/412010
12/10/2010
0551
M0.04
Bohlin, Cywinski, Jackson
11/42010
12/10/2010
0552
M0.05
Bohlin, Cywinski, Jackson
11/42010
11/18/2010
0553
M0.06
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0554
M0.07
Bohlin, Cywinski, Jackson
11/4/2010
11/18/2010
0555
M0.08
Bohlin, Cywinski, Jackson
11/4/2010
11/18/2010
0556
M0.09
Bohlin, Cywinski, Jackson
11/4/2010
11/18/2010
0557
M0.10
Bohlin, Cywinski, Jackson
11/4/2010
11/18/2010
0558
M1.00
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0559
M1.01
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0560
M1.04
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0561
M 1.05
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0562
MI.05U
Bohlin, Cywinski, Jackson
111412010
12/10/2010
0563
M1.06
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0564
M1.06U
Bohlin, Cywinski, Jackson
12/10/2010
1 /20 /2011
0565
M1.07
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0566
M1.07U
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0567
M 1.08
Bohlin, Cywinski, Jackson
11/42010
12/10/2010
0568
M 1.080
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0569
M1.09
Bohlin, Cywinski, Jackson
11/4/2010
11 /18 12010
0570
M1.10
Bohlin, Cywinski, Jackson
11/4/2010
11/412010
0571
M2.00
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0572
M2.01
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0573
M3.00
Bohlin, Cywinski, Jackson
11 /4 /2010
12110/2010
0574
M3.01
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0575
M3.02
Bohlin, Cywinski,Jackson
11/4/2010
11/412010
0576
M3.03
Bohlin, Cywinski, Jackson
11/4/2010
1/2012011
0577
M3.04
Bohlin, Cywinski, Jackson
11 /4 /2010
11/4/2010
0578
M4.00
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0579
M4.01
Bohlin, Cywinski, Jackson
11/412010
12/10/2010
0580.
M4.02
Bohlin, Cywinski, Jackson
11/4/2010
11 14 /2010
0581
M4.03
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0582
M4.04
Bohlin, Cywinski, Jackson
1114/2010
11/4/2010
0583
M5.00
Bohlin, Cywinski, Jackson
1114/2010
11/4/2010
0584
M5.01
Bohlin, Cywinski, Jackson
11 /4/2010
11/4/2010
0585
M5.02
Bohlin, Cywinski, Jackson
1114/2010
12/10/2010
0586
M5.03
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0587
M5D5
Bohlin, Cywinski, Jackson
11/412010
12110/2010
0588
M5.04
Bohlin, Cywinski, Jackson
11/4/2010
11/412010
0589
M6.00
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0590
M6.01
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0591
M6.02
Bohlin, Cywinski, Jackson
11 /4 /2010
12/10/2010
Exhibit A- Contract Document Listing
Page 13 of 26
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE 14 OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
0592
E0.01
Bohlin, Cywinski, Jackson
11/4/2010
11 /18 /2010
0593
E0.02
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0594
E0.03
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0595
E0.04
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0596
EI.01
Bohlin, Cywinski, Jackson
11!4/2010
11118/2010
0597
E1.02
Bohlin, Cywinski, Jackson
11/4!2010
12/10/2010
0598
E1.03
Bohlin, Cywinski, Jackson
11/4!2010
11/4/2010
0599
E1.04
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0600
E1.05
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0601
E2.01
Bohlin, Cywinski, Jackson
11 /4!2010
12/10/2010
0602
E2.02
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0603
E2.03
Bohlin, Cywinski, Jackson
11/4/2010
12!10/2010
0604
E2.04
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0605
E2.05
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0606
E2.06
Bohlin, Cywinski, Jackson
1114/2010
12110/2010
0607
E2.07
Bohlin, Cywinski, Jackson
11/412010
12/10/2010
0608
E2.12
Bohlin, Cywinski, Jackson
11/4/2010
12110 /2010
0609
E2.13
Bohlin, Cywinski, Jackson
11/4!2010
1114/2010
0610
E3.00
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0611
E3.10
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0612
E3.1 I
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0613
E3.20
Bohlin, Cywinski, Jackson
11/4!2010
11/18/2010
0614
E3.21
Bohlin, Cywinski, Jackson
11/4/2010
12110/2010
0615
E3.30
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0616
E3.31
Bohlin, Cywinski, Jackson
1114/2010
12/10/2010
0617
E3.32
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0618
E3.33
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0619
E4.00
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0620
E4.01
Bohlin, Cywinski, Jackson
11 /4!2010
11118/2010
0621
E4.02
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0622
E4.03
Bohlin, Cywinski, Jackson
11/4/2010
11/412010
0623
E4.04
Bohlin, Cywinski, Jackson
11 /412010
1114/2010
0624
E5.01
Bohlin, Cywinski, Jackson
11 /4!2010
12/10/2010
0625
E5.02
Bohlin, Cywinski, Jackson
111412010
12/10/2010
0626
E5.03
Bohlin, Cywinski, Jackson
11/4/2010
11/4 /2010
0627
E5.04
Bohlin, Cywinski, Jackson -
11/4/2010
11/4/2010
0628
E5.05
Bohlin, Cywinski, Jackson
1 1!4/2010
11/4/2010
0629
E5.06
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0630
E5.07
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0631
E6.01
Bohlin, Cywinski, Jackson
1114/2010
12/10/2010
0632
E6.02
Bohlin, Cywinski, Jackson
11/4/2010
12./10/2010
0633
E6.03
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0634
E6.04
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0635
E6.05
Bohlin, Cywinski, Jackson
11/4!2010
12/10 /2010
0636
E6.06
Bohlin, Cywinski, Jackson
11 /4!2010
11/18120(0
0637
E6.07
Bohlin, Cywinski, Jackson
11/4/2010
11 /18/2010
Exhibit A- Contract Document Listing
Page 14 of 26
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE 15 OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
0638
E6.08
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0639
E6.09
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0640
E6.10
Bohlin, Cywinski, Jackson
11/4/2010
11/18/2010
0641
E6.1 I
Bohlin, Cywinski, Jackson
11/4 /2010
11/18/2010
0642
E6.12
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0643
E6.13
Bohlin, Cywinski, Jackson
11/4/2010
11 /18/2010
0644
E6.14
Bohlin, Cywinski, Jackson
11/4/2010
11/18/2010
0645
E6.15
Bohlin, Cywinski, Jackson
1114/2010
12110 /2010
0646
E6.16
Bohlin, Cywinski, Jackson
1114/2010
12/10/2010
0647
E6.17
Bohlin, Cywinski, Jackson
11/4/2010
11/18 /2010
0648
E7.00
Bohlin, Cywinski, Jackson
11/412010
12/1012010
0649
E7.01
Bohlin, Cywinski, Jackson
11/4 /2010
12/10/2010
0650
E7.02
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0651
E7.03
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0652
E7.04
Bohlin, Cywinski, Jackson
1114/2010
12/10/2010
0653
E7.05
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0654
E7.06
Bohlin, Cywinski, Jackson
11 /4/2010
11/4/2010
0655
E7.07
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0656
E7.08
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0657
E7.09
Bohlin, Cywinski, Jackson
11 /4/2010
12/10/2010
0658
E7.10
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0659
E7.11
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0660
E7.12
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0661
E7.13
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0662
E7.14
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0663
ET 15
Bohlin, Cywinski, Jackson
11/4/2010
12110/2010
0664
E7.16
Bohlin, Cywinski, Jackson
11/412010
12/10/2010
0665
FPR1.01
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0666
FPR1.02
Bohlin, Cywinski, Jackson
11/4/2010
11/412010
0667
FPR1.04
Bohlin, Cywinski, Jackson
1/20/2011
1 120 /2011
0668
FPR1.06
Bohlin, Cywinski, Jackson
1/20/2011
1/20/201.1
0669
FPR5.01
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0670
P0.0
Bohlin, Cywinski, Jackson
11/412010
11/4/2010
0671
PO.1
Bohlin, Cywinski, Jackson
11/412010
12/10/2010
0672
P1.0
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0673
P1.04
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0674
P1.04U
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0675
P1.05
Bohlin, Cywinski, Jackson
12/10/2010
1/2012011
0676
PLOSU
Bohlin, Cywinski, Jackson
11 14 /2010
12/10/2010
0677
P1.06
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0678
P1.06U
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0679
P1.07
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0680
P1.08 t
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0681
P1.09
Bohlin, Cywinski, Jackson
12/10/2010
1 /20/2011
0682
P1.10
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0683
P1.11
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
Exhibit A - Contract Document Listing
Page 15 of 26
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE 16 OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
0684
P3.01
Bohlin, Cywinski, Jackson
11/4/2010
12/1012010
0685
P5.01
Bohlin, Cywinski, Jackson
11/4/2010
12110/2010
0686
P5.02
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0687
P5.03
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
0688
P5.04
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0689
P6.01
Bohlin, Cywinski, Jackson
11/42010
12/10/2010
0690
P6.02
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0691
P6.03
Bohlin, Cywinski, Jackson
1114/2010
12/10/2010
0692
P6.04
Bohlin, Cywinski, Jackson
11/4/2010
1/2012011
0693
FP 1.04
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0694
FP 1.05
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0695
FP 1.06
Bohlin, Cywinski, Jackson
11 /4 /2010
12/1012010
0696
FPI.07
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0697
FP 1.08
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0698
FP3.01
Bohlin, Cywinski, Jackson
1 /20/2011
1/20/2011
0699
FP5.01
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0700
FP5.02
Bohlin, Cywinski, Jackson
1114/2010
11/412010
0701
T0.10
Bohlin, Cywinski, Jackson
1 1/4/2010
11/4/2010
0.702
TO. 11
Bohlin, Cywinski, Jackson
1 1/4/2010
11/4/2010
0703
T1.04
Bohlin, Cywinski, Jackson
1 114/2010
11/4/2010
0704
T1.05
Bohlin, Cywinski, Jackson
111412010
11/4/2010
0705
T1.06
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0706
T1.07
Bohlin, Cywinski, Jackson
1 1/4/2010
11/4/2010
0707
T1.08
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0708
T4.01
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0709
T4.02
Bohlin, Cywinski, Jackson
1114/2010
1114/2010
0710
T4.03
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
0711
T4.04
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0712
T4.05
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0713
T4.06
Bohlin, Cywinski, Jackson
11/412010
11/4/2010
0714
T4.07
Bohlin, Cywinski, Jackson
11 /4 /2010
1 1/4/2010
0715
T4.08
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0716
T4.09
Bohlin, Cywinski, Jackson
11/412010
11/4/2010
0717
T4.10
Bohlin, Cywinski, Jackson -
11/4 /2010
11/4/2010
0718
T5.01
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0719
T5.02
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0720
T5.03
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0721
TG 1.01
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0722
TG 1.02
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0723
TG4.01
Bohlin, Cywinski, Jackson
11/4/2010
1 1/4/2010
0724
TY0.00
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0725
TY1.00
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0726
TY1.01 1
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0727
TY1.04
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0728
TY1.06
Bohlin,Cywinski,Jackson
11/4/2010
12/10/2010
0729
TY1.07
Bohlin, Cywinski, Jackson
II /4 /2010
12/10!2010
Exhibit A- Contract Document Listing
Page 16 of 26
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE 17 OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
0730
TY1.08
Bohlin, Cywinski, Jackson
1114/2010
11/4/2010
0731
TY1.09
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0732
TYI.10
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0733
TY1.11
Bohlin, Cywinski, Jackson
11/4/2010
11/412010
0734
TY1.31
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0735
TY4.01
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0736
TY4.02
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0737
TY5.01
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0738
TY5.02
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0739
TY5.03
Bohlin, Cywinski, Jackson
11 /4 /2010
11/4/2010
0740
TY5.04
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0741
TYG 1.01
Bohlin, Cywinski, Jackson
11/4/2010
11/412010
0742
TYG1.02
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0743
AV 1.01
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0744
AV 1.04
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
0745
AV 1.05
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0746
AV 1.06
Bohlin, Cywinski, Jackson
11 /4/2010
12/10/2010
0747
AV 1.07
Bohlin, Cywinski; Jackson
11/4/2010
12/10 /2010
0748
AV 1.08
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
0749
AV2.01
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0750
AV2.02
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0751
AV2.03
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0752
AV3.01
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0753
AV3.02
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
0754
AV3.03
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
0755
AV3.04
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
0756
EV1.01
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0757
EV1.04
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0758
EV1.05
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0759
EV1.06
Bohlin, Cywinski, Jackson
1 1/412010
1 1/4/2010
0760
EV1.07
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0761
EV1.08
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0762
EV2.01
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0763
CS3
Bohlin, Cywinski, Jackson
11/4/2010
11 /18/2010
0764
RBI.01
Bohlin, Cywinski, Jackson
11/4/2010
11/18/2010
0765
RB1.02
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0766
RD 1.01
Bohlin, Cywinski, Jackson
11/412010
12/10/2010
0767
RD 1.02
Bohlin, Cywinski, Jackson
11/4/2010
12 /10 /2010
0768
RD 1.03
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0769
. RD2.01
Bohlin, Cywinski, Jackson
1114/2010
11/4/2010
0770
R 1.01
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0771
R1.02
Bohlin, Cywinski, Jackson
12/10/2010
1 /20/2011
0772
R1.03
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0773
R1.04
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0774
R1.05
Bohlin, Cywinski, Jackson
11 /4/2010
11/4/2010
0775
R1.12
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
Exhibit A - Contract Document Listing .
Page 17 of 26
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE 18 OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
0776
R1.13
Bohlin, Cywinski, Jackson
11/4/2010
1M10
0777
R1.14
Bohlin, Cywinski, Jackson
11/4/2010
10
0778
RLIS
Bohlin, Cywinski, Jackson
11/4/2010
10
0779
R2.01
Bohlin, Cywinski, Jackson
11/4/2010
10
0780
R2.02
Bohlin, Cywinski, Jackson
11/4/2010
10
0781
R3.01
Bohlin, Cywinski, Jackson
11/4/2010
1
0782
R3.02
Bohlin, Cywinski, Jackson
11/4/2010
10
0783
R3.03
Bohlin, Cywinski, Jackson
11/4/2010
1
0784
R4.01
Bohlin, Cywinski, Jackson
11 /4 /2010
12/10/2010
0785
R4.02
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0786
R4.03
Bohlin, Cywinski, Jackson
11 /4 /2010
12/10/2010
0787
R4.04
Bohlin, Cywinski, Jackson
11 /4/2010
12/10/2010
0788
R4.05
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0789
R4.06
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0790
R4.07
Bohlin, Cywinski, Jackson
1 1/42010
12/10 /2010
0791
R5.01
Bohlin, Cywinski, Jackson
11/42010
12/10/2010
0792
R5.02
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0793
R5.05
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0794
R5.06
Bohlin, Cywinski, Jackson
11/4/2010
12/10 12010
0795
R5.07
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0796
R5.08
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0797
R5.09
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0798
R5.10
Bohlin, Cywinski, Jackson
11/42010
12/10/2010
0799
R5.1 I
Bohlin, Cywinski, Jackson
11/412010
12/10 /2010
0800
R5.12
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0801
R5.13
Bohlin, Cywinski, Jackson
11 /4 /2010
12/10/2010
0802
R5.15
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0803
R5.20
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0804
R5.21
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0805
R6.01
Bohlin, Cywinski, Jackson
1 1/4/2010
12/10/2010
0806
R6.02
Bohlin, Cywinski, Jackson
1114/2010
12/10/2010
0807
R6.03
Bohlin, Cywinski, Jackson
11 /4 /2010
12/10/2010
0808
R6.04
Bohlin, Cywinski „Jackson
11/4/2010
12/10/2010
0809
R7.01
Bohlin, Cywinski, Jackson
1 1/4/2010
11/18/2010
0810
R7.02
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0811
R7.03
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0812
R7.04
Bohlin, Cywinski, Jackson
11 /4 /2010
11/4/2010
0813
R8.02
Bohlin, Cywinski, Jackson
11/4/2010
12/102010
0814
R8.03
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0815
R8.05
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0816
R9.01
Bohlin, Cywinski; Jackson
11 /4 /2010
12/10 /2010
0817
R9.02
Bohlin, Cywinski, Jackson
11/4/2010
11/18/2010
0818
R9.51
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0819
R9.61
Bohlin, Cywinski, Jackson
11/412010
12/10/2010
0820
SRO. 1I
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0821
SR1.01
Bohlin, Cywinski, Jackson
1 1/4/2010 1
11/4/2010
Exhibit A- Contract Document Listing
Page 18 of 26
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE 19 OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
0822
SR 1.02
Bohlin, Cywinski, Jackson
11/412010
12110/2010
0823
SR 1.03
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0824
SR 1.04
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0825
SR 1.05
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0826
SR2.51
Bohlin, Cywinski, Jackson
11 /4/2010
11/4/2010
0827
SR2.52
Bohlin, Cywinski, Jackson
1114/2010
11/4/2010
0828
SR3.51
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0829
SR3.52
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0830
SR5.51
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0831
SR5.52
Bohlin, Cywinski, Jackson
1114/2010
12/10/2010
0832
SR5.53
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0833
SR5.54
Bohlin, Cywinski, Jackson
11/412010
12/10 /2010
0834
SR5.55
Bohlin, Cywinski, Jackson
11/412010
11/412010
0835
SR5.56
Bohlin, Cywinski, Jackson
12/10/2010
1/20/2011
0836-
SR5.57
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0837
SR7.51
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0838
MR0.00
Bohlin, Cywinski, Jackson
11/412010
11/4/2010
0839
MR0.01
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0840
MR0.02
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0841
MR0.03
Bohlin, Cywinski, Jackson
1114/2010
12/1012010
0842
MR0.04
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0843
MR1.01
Bohlin, Cywinski, Jackson
1114/2010
12/10/2010
0844
MR1.01P
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0845
MR1.02
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0846
MR1.03
Bohlin, Cywinski, Jackson
11/4/2010
12 /10/2010
0847
MR2.00
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0848
MR3.00
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0849
MR3.01
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0850
MR3.02
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0851
MR4.00
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0852
MR4:01
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0853
MR4.02
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0854
MR5.00
Bohlin, Cywinski, Jackson
11/412010
.1 1/4/2010
0855
MR5.01
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0856
MR6.00
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0857
MR6.01
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0858
MR6.02
Bohlin, Cywinski, Jackson
1114/2010
12/10/2010
0859
MR6.03
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0860
ER2.00
Bohlin, Cywinski, Jackson
11 /4/2010
12/10/2010
0861
ER2.01
Bohlin, Cywinski, Jackson
1 1 /4!2010
12/10/2010
0862
ER2.10
Bohlin, Cywinski, Jackson
1 1/4/2010
11/4/2010
0863
ER2.1 I
Bohlin, Cywinski, Jackson
11 /4/2010
11/4/2010
0864
ER3.00
Bohlin, Cywinski, Jackson
11 /412010
11/4/2010
0865
ER3.I0
Bohlin, Cywinski, Jackson
1 1/4 /2010
12/10/2010
0866
ER3.20
Bohlin, Cywinski, Jackson
1 1/4 /2010
12/ l0 /2010
0867
ER4.00
Bohlin, Cywinski, Jackson
11/4/2010
I2l10 /2010
Exhibit A - Contract Document Listing
Page 19 of 26
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE 20 OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
0868
ER5.01
Bohlin, Cywinski, Jackson
11/4/2010
11118/2010
0869
ERS.02
Bohlin, Cywinski, Jackson
11/4/2010
12110/2010
0870
ER6.01
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0871
ER6.02
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0872
ER6.03
Bohlin, Cywinski, Jackson
11/4/2010
12/10 /2010
0873
ER7.01
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0874
ER7.02
Bohlin, Cywinski, Jackson
11/4/2010
12110/2010
0875
ER7.03
Bohlin, Cywinski, Jackson
11/4/2010
11 /18 /2010
0876
PRI.OIU
Bohlin, Cywinski, Jackson
II /4 /2010
12/10/2010
0877
PR 1.01
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0878
PR 1.02
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0879
PR 1.03
Bohlin, Cywinski, Jackson
1114/2010
12/10/2010
0880
PR2.01
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0881
PR2.02
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0882
PR3.01
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0883
PRS.01
Bohlin, Cywinski, Jackson
11/412010
11/4/2010
0884
PR5.02
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0885
PR5.03
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0886
FPRI_01
Bohlin, Cywinski, Jackson
11/4 /2010
11/4/2010
0887
FPRI_02
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0888
FPRS_01
Bohlin, Cywinski, Jackson
11/4/2010
11/412010
0889
TR1.01
Bohlin, Cywinski, Jackson
11/4/2010
11 /4 12010
0890
TR1.02
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0891
TR4.01
I Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0892
FS 1.00
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0893
FSI.000
Bohlin, Cywinski, Jackson
11/4/2010
11/412010 -
0894
FS2.00
Bohlin, Cywinski, Jackson
11/412010
11/4/2010
0895
FS2.01
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
0896
TYR1.01
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
0897
TYR1.02
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0898
AVR1.02
Bohlin, Cywinski, Jackson
11/4/2010.
12/10/2010
0899
EVR1.02
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0900
011000
Bohlin, Cywinski, Jackson:
11/4/2010
1 1/4/2010
0901
012100
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0902
012200
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0903
012300
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0904
012500
Bohlin, Cywinski, Jackson
1114/2010
11/412010
0905
012600
Bohlin, Cywinski, Jackson
1 1/4/2010
11/4/2010
0906
012900
Bohlin, Cywinski, Jackson
1 1/4/2010
11 /4/2010
0907
013100
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0908
013200
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0909
013233
Bohlin, Cywinski, Jackson
1 1/4/2010
11/4/2010
0910
013300
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0911
014000
Bohlin, Cywinski, Jackson
11/4/2010
11 /4 /2010
0912
014100
Bohlin, Cywinski, Jackson
11/4/2010
11 /18/2010
0913
014200
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
Exhibit A — Contract Document Listing
Page 20 of 26
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE 21 OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
0914
015000
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0915
015639
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0916
016000
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0917
017300
Bohlin, Cywinski, Jackson
1114/2010
11/4/2010
0918
017320
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
0919
017419,
Bohlin, Cywinski, Jackson
111412010
11/4/2010
0920
017700
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0921
1 017823
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0922
017839
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0923
017900
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
0924
018113
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0925
019113
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0926
024113
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0927
024119
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0928
032000
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0929
032001
Bohlin, Cywinski, Jackson
1114/2010
11/4/2010
0930
033000
Bohlin, Cywinski, Jackson
1114/2010
11/4/2010
0931
033001
Bohlin, Cywinski, Jackson
1114 /2010
11/4/2010
0932
033100
Bohlin, Cywinski, Jackson
1 1/4/2010
11 /4/2010
0933
033313
Bohlin, Cywinski, Jackson
11 /4/2010
11/412010
0934
033713
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0935
042200
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0936
142223
Bohlin, Cywinski, Jackson
1 1/4/2010
1/20/2011
0937
044200
Bohlin, Cywinski, Jackson
1 1/4/2010
11/4 /2010 -
0938
044213
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0939
051200
Bohlin, Cywinski, Jackson
11/4/2010
1/20/2011
0940
051250
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0941
053000
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
0942
054000
Bohlin, Cywinski, Jackson
11 /4/2010
11/4/2010
0943
055000
Bohlin, Cywinski, Jackson
11/4/2010
11 /4/2010
0944
055100
Bohlin, Cywinski, Jackson
11/4/2010
11 /4 /2010
0945
055300
Bohlin, Cywinski, Jackson
11/4/2010
11/412010
0946
056000
Bohlin, Cywinski, Jackson
11/4/2010
1/20/2011
0947
057300
Bohlin, Cywinski, Jackson
11/4/2010
11/1812010
0948
061000
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0949
061500
Bohlin, Cywinski, Jackson
11/4/2010
11/18/2010
0950
061535
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0951
061600
Bohlin, Cywinski, Jackson
1 1/4/2010
1114/2010
0952
064023
Bohlin, Cywinski, Jackson
11/4/2010
1/20/2011
0953
066100
Bohlin, Cywinski, Jackson
11/4/2010
1/20/2011
0954
066400
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0955
071 116
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0956
071326
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0957
071327
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0958
071355
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0959
071700
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
Exhibit A— Contract Document Listing
Page 21 of 26
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE 22 OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
0960
071923
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0961
072100
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0962
072726
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0963
073116
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0964
074213
Bohlin, Cywinski, Jackson
11 /4 /2010
11 /4 /2010
0965
074216
Bohlin, Cywinski, Jackson
11/412010
1 1/18/2010
0966
074219
Bohlin, Cywinski, Jackson
11/4/2010
11 /4 /2010
0967
075419
Bohlin, Cywinski, Jackson
1114/2010
11/4/2010
0968
076200
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0969
077200
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0970
078100
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0971
078413
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0972
078446
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0973
079200
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0974
079214
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0975
079500
Bohlin, Cywinski, Jackson
11 /4 /2010
11/4/2010
0976
081113
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0977
081 166
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0978
081416
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0979
083113
Bohlin, Cywinski, Jackson
11 /4 /2010
11/4/2010
0980
083213
Bohlin, Cywinski, Jackson
11 /4 /2010
12/10/2010
0981
083215
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
0982
083217
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0983
083326
Bohlin, Cywinski, Jackson
11 /4 /2010
11 /4 /2010
0984
083473
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0985
084113
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
0986
084413
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0987
084433
Bohlin, Cywinski, Jackson
11/412010
11/4/2010
0988
085113
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0989
087100
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0990
088000
Bohlin, Cywinski, Jackson
11/412010
1/20/2011
0991
088300
Bohlin, Cywinski, Jackson
11/412010
11/4/2010
0992
089000
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0993
092117
Bohlin, Cywinski, Jackson
11/4/2010
11 /4/2010
0994
092216
Bohlin, Cywinski, Jackson
11 /4 /2010
11/4/2010
0995
092350
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0996
092400
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
0997
092600
Bohlin, Cywinski, Jackson
111412010
12/10/2010
0998
092900
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
0999
093013
Bohlin, Cywinski, Jackson
1 1/4/2010
11/4/2010
1000
093033
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1001
095113
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1002
095426
Bohlin, Cywinski, Jackson
1 1/4/2010
11/4/2010
1003
095430
Bohlin, Cywinski, Jackson
11/4/2010
II /4 /2010
1004
095440
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1005
095443
Bohlin, Cywinski, Jackson
11/4/2010
11 /4 12010
Exhibit A— Contract Document Listing
Page 22 of 26
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE 23 OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
1006
096313
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1007
096513
Bohlin, Cywinski, Jackson
11/4/2010
II /4 /2010
1008
096516
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1009
096519
Bohlin, Cywinski, Jackson
II /4 /2010
11/4/2010
1010
096536
Bohlin, Cywinski, Jackson
1 1/412010
1114/2010
1011
096623
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1012
096813
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1013
096816
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1014
096900
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1015
097713
Bohlin, Cywinski, Jackson
11/4/2010
1/20/2011
1016
099100
Bohlin, Cywinski, Jackson
11/4/2010
11/412010
1017
099600
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1018
099713.23
Bohlin, Cywinski, Jackson
11/4/2010
1/20/2011
1019
101 100
Bohlin, Cywinski, Jackson
1114/2010
1114/2010
1020
102113
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1021
102600
Bohlin, Cywinski, Jackson
11 /4 /2010
11/4/2010
1022
102800
Bohlin, Cywinski, Jackson
1 1/4/2010
11/4/2010
1023
104413
Bohlin, Cywinski, Jackson
1 1/4/2010
11/4/2010
1024
104416
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1025
105113
Bohlin, Cywinski, Jackson
11/4/2010
11/412010
1026
113100
Bohlin, Cywinski, Jackson
1 1/4 /2010
11/4/2010
1027
114000
Bohlin, Cywinski, Jackson
1 1/4/2010
11/4/2010
1028
115213
Bohlin, Cywinski, Jackson
11/4/2010
11/412010
1029
122413
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1030
124813
Bohlin, Cywinski, Jackson
11/4/2010
111412010
1031
124816
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1032
126100
Bohlin, Cywinski, Jackson
11/4/2010
1/20/2011
1033
129300
Bohlin, Cywinski, Jackson
1114/2010
11/4/2010
1034
133123
Bohlin, Cywinski, Jackson
11 /4 /2010
11/4/2010
1035
141000
Bohlin, Cywinski, Jackson
1 1/4/2010
11/4/2010
1036
142100
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
1037
211000
Bohlin, Cywinski, Jackson
11 /4 /2010
1/20/2011
1038
220500
Bohlin, Cywinski, Jackson
1 1/412010
1114/2010
1039
220519
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
1040
220523
Bohlin, Cywinski, Jackson
11/412010
11/4/2010
1041
220529
Bohlin, Cywinski, Jackson
11/412010
11/4/2010
1042
220553
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1043
220700
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1044
221 1 16
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
1045.
221119
Bohlin, Cywinski, Jackson
1 1/4/2010
11/4/2010
1046
221316
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1047
221319
Bohlin, Cywinski, Jackson
11/4/2010
111412010
1048
221329
Bohlin, Cywinski, Jackson
11/412010
11/4/2010
1049
221413
Bohlin, Cywinski, Jackson
11 /42010
11/4/2010
1050
223300
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1051
22 3400
Bohlin, Cywinski, Jackson
11 /4 /2010
11/4/2010
Exhibit A — Contract Document Listing
Page 23 of 26
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE 24 OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
1052
224000
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1053
224900
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1054
230500
Bohlin, Cywinski, Jackson
11/4/2010
111412010
1055
230513
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
1056
230516
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1057
230519
Bohlin, Cywinski, Jackson
11 /4/2010
1114/2010
1058
230523
Bohlin, Cywinski, Jackson
1114/2010
11/4/2010
1059
230529
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
1060
230530
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1061
230548
Bohlin, Cywinski, Jackson
11/4/2010
11/412010
1062
230553
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1063
230593
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1064
230713
Bohlin, Cywinski, Jackson
1 1/4/2010
1114/2010
1065
230716
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1066
230719
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1067
230800
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
1068
230903
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1069
230923
Bohlin, Cywinski, Jackson
II /4 /2010
11/4/2010
1070
230993
Bohlin, Cywinski, Jackson
11 /4 /2010
11/4/2010
1071
232116
Bohlin, Cywinski, Jackson
111412010
1 1/4/2010
1072
232123
Bohlin, Cywinski, Jackson
11/4/2010
11/412010
1073
232300
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1074
232500
Bohlin, Cywinski, Jackson
1114/2010
11/4/2010
1075
233113
Bohlin, Cywinski, Jackson
11/4/2010
1 1/4/2010
1076
233116
Bohlin, Cywinski, Jackson
1114/2010
11/412010
1077
233300
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1078
233400
Bohlin, Cywinski, Jackson
1114/2010
1114/2010
1079
233600
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1080
233713
Bohlin, Cywinski, Jackson
11 /4/2010
11/4/2010
1081
234100
Bohlin, Cywinski, Jackson
11/4 /2010
1114/2010
1082
235100
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1083
235216
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1084 -
235700
Bohlin, Cywinski, Jackson
11 /4 /2010
11/4/2010
1085
236423
Bohlin, Cywinski, Jackson
11 /4 /2010
11/4/2010
1086
236500
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1087
237300
Bohlin, Cywinski, Jackson
1114/2010
11/4/2010
1088
238123
Bohlin, Cywinski, Jackson
1 1/4/2010
11/4/2010
1089
238126
Bohlin, Cywinski, Jackson
1 1/4/2010
1.1/4/2010
1090
238219
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1091
238233
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1092
238316
Bohlin, Cywinski, Jackson
11/4/2010
11 /4 /2010
1093
260500
Bohlin, Cywinski, Jackson
11/4/2010
11 /4/2010
1094
260519
Bohlin, Cywinski, Jackson
11/4/2010
11/412010
1095
260526
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1096
260529
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1097
260533
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
Exhibit A— Contract Document Listing
Page 24 of 26
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE 25 OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
1098
260553
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1099
260800
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1100
260933
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
1101
262200
Bohlin, Cywinski, Jackson
11/42010
11 /4/2010
1102
262413
Bohlin, Cywinski, Jackson
11/4/2010
11 /4 /2010
1 103
262416
Bohlin, Cywinski, Jackson
1114/2010
11/4/20 10
1 104
262713
Bohlin, Cywinski, Jackson
11/4/2010
11/412010
1105
262719
Bohlin, Cywinski, Jackson
11/4/2010
12/10/2010
1106
262726
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
1 107
262816
Bohlin, Cywinski, Jackson
1114120 IT
1 1/4/2010
1108
262913
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1109
262923
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1 1 10
263200
Bohlin, Cywinski, Jackson
1114/2010
111412010
I III
263623
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
1112
265100
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1113
265600
Bohlin, Cywinski, Jackson
11/4/2010
11/42010
1114
000000
Bohlin, Cywinski, Jackson
11/4/2010
11 /4 12010
HIS
270500
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1116
270526
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1117
270528
Bohlin, Cywinski, Jackson
11/4/2010
11/412010
1118
270543
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
1119
270553
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1 120
271100
Bohlin, Cywinski, Jackson
1114/2010
11/4/2010
1121
271300
Bohlin, Cywinski, Jackson
11 /4/2010
11/4/2010
1 122
271500
Bohlin, Cywinski, Jackson
1 1/4/2010
11/412010
1 123
271619
Bohlin, Cywinski, Jackson
11/412010
1114/2010
1 124
274100
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
1125
275119
Bohlin, Cywinski, Jackson
111412010
11/412010
1126
280000
Bohlin, Cywinski, Jackson
11/4/2010
II /4 /2010
1127
280513
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1128
280610
Bohlin, Cywinski, Jackson
1114/2010
11/42010
1129
280620
Bohlin, Cywinski, Jackson
11/4/2010
11 /4 /2010
1130
280660
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1131
281000
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1132
282300
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1133
282623
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1134
283100
Bohlin, Cywinski, Jackson
1 1/4/2010
11/4/2010
1135
283500
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1136
285000
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1 137
286000
Bohlin, Cywinski, Jackson
11/412010
1114/2010
1138
311000
Bohlin, Cywinski, Jackson
11/4/2010
11 /4 12010
1 139
312333
Bohlin, Cywinski, Jackson
1 1/4/2010
11/4/2010
1 140
316800
Bohlin, Cywinski, Jackson
1114/2010
1/20/2011
1 141
320190
Bohlin, Cywinski, Jackson -
11/4/2010
11/4/2010
1 142
321123
Bohlin, Cywinski, Jackson
1 1/4/2010
1114/2010
1 143
321216
Bohlin, Cywinski, Jackson
1 1/4/2010
11/4/2010
Exhibit A — Contract Document Listing
Page 2S of 26
EXHIBIT "A"
CONTRACT DOCUMENT LISTING
PAGE 26 OF 26
ORIGINAL LATEST
ITEM # SHEET PREPARED BY ISSUE DATE REV DATE
1144
321300
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1145
321400
Bohlin, Cywinski, Jackson
11/4/2010
11 /4 /2010
1 146
321410
Bohlin, Cywinski, Jackson
11/4/2010
111412010
1 147
321413
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1 148
321413.16
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1149
321500
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1150
321723
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1151
328400
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
1152
329113
Bohlin, Cywinski, Jackson
11/4/2010
1114/2010
1153
329119
Bohlin, Cywinski, Jackson
11/4/2010
11/412010
1 154
3291 19.13
Bohlin, Cywinski, Jackson
1 1/4/2010
1 1/4/2010
1155
329119.23
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1156
329210
Bohlin, Cywinski, Jackson
11/4/2010
1 1/4/2010
1157
329221
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1158
329222
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1159
329223
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1160
329300
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1161
331100
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1162
333100
Bohlin, Cywinski, Jackson
11 /4 /2010
11/4/2010
1 163
333913
Bohlin, Cywinski, Jackson
1114/2010,
11/4/2010
1164
334100
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1165
334119
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1 166
334419
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
1 167
334600
Bohlin, Cywinski, Jackson
11/4/2010
11 /4 /2010
1168
334913
Bohlin, Cywinski, Jackson
11/4/2010
1/20/2011
1169
335100
Bohlin, Cywinski, Jackson
1 1/4/2010
11/4/2010
1 170
3361 13
Bohlin, Cywinski, Jackson
11/4/2010
1/20/2011
1 171
481413
Bohlin, Cywinski, Jackson
11/4/2010
11/4/2010
SPECIFICATION MANUAL
Project Specification Manual prepared by Bohlin, Cywinski, Jackson dated November 4, 2010 entitled Newport Beach
Civic Center and Park divisions I through 48 inclusive.
SOILS REPORT
Soils Report prepared by Leighton Consulting dated April 2, 2010 entitled Geotechnical Exploration Report for the
City Hall / Civic Center and Park Development Plan Newport Beach, Orange County, California and Addendum dated
September 10, 2010 in review of shoring plan for permanent shoring Wall.
ADDENDA
Addenda Prepared by Bohlin, Cywinski, Jackson as follows:
Addenda Number I dated November 18, 2010
Addenda Number 2 dated December 10, 2010
Bulletin Number I dated January 20, 2011
Exhibit A — Contract.Document Listing
Page 26 of 26
Trade) ld Paelage: $JTE UTILITIES BP 0021
Pmlece Newpen Bcaah ON,, Cenmrnnn Park SUBCOI
Dan. 4 Ftb.,Mll
C.W. Driver
ncll. tnua.'.nk Icr,
Subcontractor Name
NO. Dcscriptioni5c.pc orwOr4
Delta Pipeline
G C I Construction
Rana Pipeline I
L &S
Cotruction
ns
Imerpipe
Contracting
HPS
Mechanical
Atlas•Allletl
Bali Construction
Proposal. Par Plane and Specs
0501551
986,05]
1,044,060
1,102,560
1,201,S6D
1,566,246
1,710,560
1,710.072
Bid as p...d
835.918
964.297
1,02&500
1,085,000
1,104.000
1.548,686
1,693.000
1,691312
Prequalifed
Yea
Yes
Yes
Yes
yas
Yes
Y.
not
CA Lieume Corot,
Yes
Yn
Yes
Yes
no
Pr
Yu
yes
Per Plans and Specs
YP-e
Yes
Yes
ycs
Y.
Yes
yes
Yes
Aclmnwlap Addenda land 2 & Bulletin I
Yes
yes
yes
yes
Ym
Yee
yes
net
Bid Bond included
Fs
Yas
}es
Yes
yes
Yes
I.
Y.
Prevailing Wage
Ycs
Y's
Yes
Ym
yes
Yoe
yn
Yo:
Compliance with Project Schedule
yes
no
yes
no
yns
Yee
yes
yes
Umed $uhconoacmrs
yes
Yes
Yes
yes
yez
yes
ALLO WANCESYADIUSTNENTS
W..'md9n
5 -
5 -
5 -
5 -
3 -
5
5 -
S -
Pon EN FNS
5 -
S S,0a0AD
5 -
E -
S
-
Onllean 1
$ 14,633.011
;7,559.60
5 17,559.60
It 17359.60
5 17.559.60
E 17,559.60
5 17.559.60
5 O.S59.0
1
5 -
4 -
-
I' t t''k_ ! li '.:.= I Lt: LIPII 111 nL 111 t I:'Ill Dl. i .':- I ,I,.A,n 1,911}1 Uill LI'li L.Iit111
11 "1'1 ,I (II 1� i h lice; C At ha t �1 1 ; i11.et0.3si eo, ;q t�l;!'I.j vee,os6 a3
-: - •�.I. ._i -. II -.. .1 -1 l.ld
1 L hap 't 011p ..:Il1111
5111 1 t;l,�ts ti }3as9a9
11��31.1.x,
;I i Intl ,k'Vl:hl
3 1j11 1116L",f96d
�rt
-. ,. {, :.: IL Ii pl l'.I
3 1,191 6.601
1 Ivnl,f�i hnii
ill; EI - -I:hJ INL:I
Iji l'f15e6.14s,69
l�l i. -Id 191;�.flll
ii'Inn Gin p , p IL
5 1111' P.eo
l�IlJi•
111 IIfiDI�J„rlU-1-in'4111111.
Siti tl�l ail 1087 {160
VOLUNTARYAMPUSI TFS
"eta,
-
5
-
Y
is -I�t t 1. x.TaGl YOI r7 All mete.Am tl, L.l ill,,, ,i.l 1,.n -
51 "l Ij;]4
f 1I11 IIII liN iIit L b lij
1 5 I P.M
1 .r1.` 1 11
I$ B4 . ,� ll4 l d,
1lhi ninl�l ,cal
-- - .IQ IIn�Jlh�ly
(:
"eta,
Trade /Bid Package: SITE CONCRETE BP 002.3 Q V V Driver
n iF.Dells BItiCP. sate
Project: Newport Beach Civic Center and Pad, SUBCONTRACTOR COMPARISON SPREADSHEET
Date: 4 February 2DI I
Subcontractor Name
NO. DescriptiontScopeaf Worlt
Demccen Concrete
Centraotors
Griffith Company
Jezowsid & Markel
Shaw & Sons
Trademark[ Concrete
Proposal -Per Plans and Specs
3,075,000
2,957,160
3,355,104
3,548,543
3,325,541
Bid as opened
ZIOO.DDO
1,446,477
1355,104
3,548,543
3,325,541
Prequali0ed
Yes
Yes
Yes
Yas
yes
CA License Current
yes
yes
Yes
Yes
yes
s 11111
i.t t .
Per Plans and Specs
Yes
Yes
Yes
Yes
Yes
Acknowledge Addenda land 2. & Bulletin I
Yes
Yes
Yee
Yes
Yes
Bid Bond Included
Yes
Yes
Y.
Yes
Yes
Prevailing Wage
Yes
yes
Yee
Yes
Yes
Compliance with Project Schedule
Yes
Yes
as
yes
yes
Listed Subcontractors
Yes
Yes
yes
Yes
yes
ALLOWANCES /ADJUSTMENTS
Nonau,11.lan
$ 975.000.00
5 1.510.693.00
3 -
$ -
$ -
Past Did FRI.
§' -
5 -
5 -
$ -
$ -
Bulletin 1
S -
$ -
5 -
$ -
§ -
n..4..:.1 -IL- tat -. i_I .i t
13 1i ..:it I1nu n1 ........ ... ..Ile.. 11 ull.
r_.11 t h -il "11111:
1,.... I u. -rcl ....0 Iin
';'lit III "r 111
luln 11.u... Laun. ..11.11
b1i- l'I "I�� 'I
1 411 .I.I 11 IUJ IOinti untlli
I:!11!!i4s;1111 11 1!i. dlli!!I B111tIP!IiitFl
It!I JI!IN11 Pit B!1!II II!Ili!i!i
IIIIIIOf!:uliil!Ililli
tliBill!01!BI1',03!ii!
"'I',dul
eonerattSrlC:onera[E'arrfount ',I t :
$ I .: litlll, I
;95718000!I�i
�St 11 l:j1 .3(355!6400
4 t0111i5 B 4 °19`
s 1. in �,I. . 1. 1
3 ,6 ,... � ii , 5 3..t I
� .: II
�7��31h�liti
!!�d.:
I 1111
VOLUNTARY ALTERNATES
�� t, kith ii{ �� II I!(11� fatal Yolynta'ry tAltemaM Am unt it :!I!. -•� '!
s + 11 , I 1 I .
$ � Lftr..j
iu 11 �� : i�
¢ ' I't111 .I i j �
s 11111
i.t t .
Npv 1 011
Trade/Sid Package: LANDSCAPE & IRRIGATION SP 002.4 C.W. Driver
RUMDt•RS SINCE 1919
Project. Newport Beach Civic Center and Park SUBCONTRACTOR COMPARISON SPREADSHEET
Date: 4 February 2011
Subcontractor Name
NO. Description /Scope of Work
Marina
Park West Landsape
Valley Crest
Landscape
Proposal - Per Plans and Specs
5,249,364
4,747,829
4,863,615
$ (62.000)
Bid as opened
4,746,564
4,498,577
4.811.700
$ -
Prequalified
yes
yes
yes
CA License Current
yes
yes
yes
$ ++ -�1 i i. (50000.00)
L '.1 r.�t
$ (30600pp.00
3(i II UI is 1:1.1 i; I hl!
gf I ++ ,II .- I,ii ( 6 2,000.00 )
Per Plans and Specs
yes
yes
yes
Acknowledge Addenda land 2, & Bulletin I
yes
yes
yes
Bid Bond Included
yes
yes
yes
Prevailing Wage
yes
yes
yes
Compliance With Project Schedule
yes
yes
yes
.
Listed Subcontracvors
yes
yes
yes
ALLOW ANCESIADJUSTMENTS
Normaiitunion
$ 477,865
$ 226,602.00
$ 65,000
Post Bid FRI,
$ -
$ .
$ (38,000)
Bulletin 1
$ 24,915.00
$ 22,650.00
$ 24,915.00
I. if
I!I'.111 Ai:'
1.11 if �'il.�t.� -J,�l) ��'I�h1
IL -.,a . 1 I'l9lklhhll'PII -I. t "1 '.,,1 1 ,,. .I�..i111
5ubcontraCCarCtltltiacN'hmount K:. .iel y.- +
�'f
hd� ” . .' ' -.�, 41 I .lul6 i's(II, 1
II'iI'F -I II GIi ilil11111tl11'lIA'li
Ivl ul4l'I'lis]q
II'I 6I(!fl)a EII'
l it f 'I
IFhIBHI
3. -i00i
1„ rlr 1,
!ltfiti! "0itla6flllu'i,"GIi Vf!f!I!I`lll!B�.
' i'{ II, 14.p aZ9,d!
f. s , �l a3,11 i
' ;V' �I i'ill!ll i.' 'I 16llll till
WNii!irli hit li „1,111 tl llidil'll
II'dlld{86361$ob
h! I) 11 -N,. I! -! III
I' 1!Lf � Ifu
dl4!i;ffan hdi ..,l.!J4!11,1!1!iA19itl61111;I
�,II
Ft n'L.. III{
t!I I✓!II t
! ?'
�� !!!!{!
IIVI'h�IIIIII!I�r
liIRll
li!!JII!IN
if
VOLUNTARY ALTERNATES
Reduce Maintenance Period
$ (50.000)
$ (102,000)
$ (62.000)
Use "technispil" in lieu of "nacun" pave
$ -
$ (104,000.00)
$ -
•L.L. I,I �1,011.���
I' Ai "
(.1 III
'Total Vnlunfa Aifemate'Amaunt .f II
_ - 7 III 1.
$ ++ -�1 i i. (50000.00)
L '.1 r.�t
$ (30600pp.00
3(i II UI is 1:1.1 i; I hl!
gf I ++ ,II .- I,ii ( 6 2,000.00 )
Paga 10 1
Trad.Mid Package: AC PAVING. STRIPING & SIGNAGE
Project: Newport Beach Civic Center and Park
Date: 4 February 2011
BP 002.5
SUBCONTRACTOR COMPARISON SPREADSHEET
C.V. Driver
nun.naas watt rnv
Subcontractor Name
NO. DescriptionlScope of Work
Hardy & Harper
Terra Pave, Inc.
Western Paving
$
Proposal - Per Plans and Specs
199,919
223,700
275,500
$
Bid as opened
199.919
223,700
275,500
Prequalhiied
NIA
NIA
NIA
CA License Current
yes
yes
yes
5 i tjl
1 ar11
It fir llr -
$
r:r
.s lln
Per'Plans and Specs
yes
yes
yes
Acknowledge Addenda land 2, & Bulletin I
yes
yes
yes
Bid Bond Included
yes
yes
yes
Prevailing Wage
yes
yes
yes
Compliance with Project Schedule
yes
yes
y.
Listed Subcontractors
yes
yes
yes
ALLO W ANCESIADJUSTM ENTS
Normalization
$ -
$ -
$ -
Post Bid FRIs
§ -
$ -
$ -
Bullesin 1
$
r, tj11a1 ,:i, •;u• ti,1�:1.;d11., ru::l iltilninur:911,!•u:11:_h::
i`.II iI� rtli yl �'r111 II 5uDco'ntraotar Cantr$ctAmovnt �I. ,I; 1l i
..:L'i n�l lF 1•JLJixi;"'M.1: - - -:v;P u:tll k li'_
Si n�' i1 119991$:00
4. i.;c 11,1 i1i',il
uisoa,iva:nail it�r. l�ilil,
i5I'' I2237UG GO'I
1G.. }� IIII IIJh �: Fllr�i,111r
a. Plnliltu!
$li
u�m! ulr, i;!; ac•!. r, ii�ka;
�i.! ir111t2775,50U.q0•.
,. I:. -; 111 y. %rldlrll n,�161�11ii11VI
nilluomouep�•
i�'Il�yi-
p'{.jI
ti1a11inrtnsrr!Lmi;•r;m:I;du;!IZ
11- x11111.1
,,:.5 111;
�nlhr���'
;.affil „I!iillm„alulualiirr;,il
�,rlir,
:rr.
VOLUNTARY ALTERNATES
$
$
$
$
$
$
#�l �jr�r�tij�dl
irl 11x11 riri jiri�!.�Tofal
Yb7u�CIIy:Alternate AmoLnt`. 111
5 i tjl
1 ar11
It fir llr -
$
r:r
.s lln
:;rri.l
l�lll
`•r.n.,w!
Po9e 1 or 1
Trade/Bid Package: FINISH GRADING BP 002.6 G.W. Jlyj•1`7er
BUILDERS SINCE 1901
Project: Newport Beach Civic Center and Park
Date: 4 February 7011
Subcontractor Name
NO. Description /Scope of Work
Sharma Contractors
Stice
Proposal - Per Plans and Specs
1,284,207
1,262,300
Bid as opened
5 1,138000.00
S 266.300.00
5 I I , -
t I I,
;I
Prequal!fed
yes
yes
:: , I
, I; 1 ,!; 7
,.
1
CA License Current
yes
yes
Per Plans and Specs
yes
yes
Acknowledge Addenda I and 2, & Bulletin I
yes
yes
Bid Bond Included
yes
yes
Prevailing Wage
yes
yes
Compliance with Project Schedule
yes
yes
Listed Subcontractors
yes
yes
ALLO WANCESIADJ USTM ENTS
Narmaliradon
$ 146,207.00
$ (24,000.00)
Post Bid FRIs
$ -
$ -
Bulletin 1
$ -
$ -
................ r i ''
I i
s !ti!',", 111'1 �! ,.
»., {.L ly.., lj..
:
Su6contractpn�ContraCt.AmotinN 1 I. ,I t Irit I_ °il
„ii„
I I. -
,!t! =d -:h lnu il,ht i 41.11r?!!! ,�, I!nir! -i
i,. III, -i ]Bd,2n700t
L I.
o,l ,u
I !na:,!{ I UAi I i' ill "1!6d +i:nl li, !Lle
5;. II 11'1167!100 U0111�1l�IjIfI:!i,
II .- -li ..
lai.NY- ai'r..R!. ii,luirytl'
IIIB
i3!t, ,,,l r!L:,n
nl
hp,ikt9fl ijli! iiui
I'
I,
Mil l ! ?'!firl9i!! i4'ht'If'I!c1`
j rl l4
r¢III1aY
l.r
rltill
s'It11
t 111
,i'
ill', iiiill ?IdAil tPilllll!iGlinilit,!:.II!!!IA'I
ILIji1�
VOLUNTARY ALTERNATES
F., 1 011
$
$
$
Is
r ill rI rN -111
7otiI Voluntary Alternate Amount I!,
Slit � ' i ' l
5 I I , -
t I I,
;I
I
:: , I
, I; 1 ,!; 7
,.
1
,
F., 1 011
T,adWBid Package STRUCTURAL CONCRETE & REBAR
Projece Newport&ach Civic Censrand Park
Date: I feloru,72DI I
SP 003.1
SUBCONTRACTOR COMPARISON SPREADSHEET
C.W. Driver
Inn LDEns SINCE 141'"
Subcontractor Name
NO. Description /Scope of Work
Bomel Construction
Conco
TWimsatt
Morley Construction
Prizio Construction
Proposal - Per Plans and Specs
4,212,397
4,521.554
4,190,000
5.277,777
4,125,750
Bid as opened
5 3.2102602.00
5 4521.554.00
5 411000000)
5 5277T77.W
S 3.900.75000
Prequa110ed
I.
Yes
yes
Yes
yes
CA License Current
Yes
Yes
Yes
yes
Yes
.55
Per Plans and Specs
yes
Yes
Yes
Y.
Y.
Acknowledge Addenda land 2, & Bulletin I
yes
Yes
yes
yes
yes
Aid Bond Included
Y.
Yes
yes
yes
Yes
Prevailing Wage
yes
Yes
Yes
Yes
yes
Compliance with Project Schedule
Yes
yes
yes
Yes
yes
Listed Suhconvecwrs
yes
yes
Yes
Yes
yes
ALLOW ANCESIADJUSTMENTS
N.,ErAvcm
$ 9914.135.00
$ 2zs,000.00
Post Bid FRI,
5 -
S -
$ -
S -
S -
eenetin I
$ -
3 -
$ -
$ -
S -
$
5
$
$
S
Bubeagtlamr.Contmot mount -- 1414'14 1
.: :
5': 4;RI].39700
llnln'i
s 1I: Ii 11451 ,SSI4.00
I,•:. a,l .1 al, _' -li.!I 11.4
—q 1"14 fV "il i.7:6
5Ii1{, jl il' Ij4,19g000.00!
a1�1,,. ,, i1n!:1 ?:, I,.11
M!ial1.,`.afll. I14III.IIIL 9h qq!,
SIII�III III: Id 52 T 0tl�
a.1_If,I ,.I,Gh P,.hi r,ll
i,ll"ii
;�'!`
":I,I
'. I'LG ".IL!4loi I.. 61{
4,IZS.Y50.00,
:.I 1. 141d11i.k�I��1�C
IIII111ikg111N1i
4�I"
"�7: {ij1�l..
:lE116110ISRURN,
IIIi
I♦���. i
i laY0Ati11!!!III
VOLUNTARY ALTERNATES
PaOCicli
4
S
$
$
S
5 -
$ -
$
-
S -
$ -
5 -
5 -
$ -
$ -
-
$ -
Voluntary Alternate: Amount i tlIt
.55
PaOCicli
GROUND ANCHORS Er DRILLED
TmdaMid Paclnsgu:
CONCRETE PIERS
Project: IJewport 8cach C {vlt Center and Park
Date: 4 Fcbresry 2011
BP 002.1
SUBCONTRACTOR COMPARISON SPREADSHEET
C.W. Driver
IIPILnlinti sill. ,Olo
Subcontractor Name
NO. Descripticu l5cape of Work
Anderson Drilling
138M Contractors
Drill Tech Drilling 8
Sharing
Malcolm Drlliing I
Company
Sharing Engineers
Proposal - Per Plans and Spots
713,300
854,330
Disqualified
605,863
531,260
Bitlasapened
s 650.500.00
5 054.]]0110
3 4011,740,00
5 005.6x.00
5 5]10]6000
Pregmfifed
yes
yes
yes
yea
yes
CA License Current
yes
in
yes
yet
Y.
Per Plans and 5pecs
yes
yes
yes
as
yes
Acknowledge Addenda land 2, g Bulletin I
ras
Yn+
Yes
- yes
yes
Bid Bond Included
you
yes
yes
yes
yes
Prevailing Wage
ycs
yes
ycs
yes
yes
Compliance with Project Schedule
yvs
ycs
ycs
yes
ya
Usted Subcontractors
yes
yes
yes
you
Yes
Miuing scope,
ALLO WANCESIADJUSTMENTS
N— allead..
$ 154,900.00
s -
$ -
S -
$ -
Pe:cBid F01s
5 -
$ -
$ -
S -
x -
eulledu I
S -
$ -
S -
S
3 -
5 -
S -
S -
$ .-
II
,i
.
Ip'I
lil i{ hli1I 1111111 1115
{. ,!!.fl�.!li.i tl.l,l
all 'ii! , { "' '.0 pl i. f111 Ii!INRllif llrlfl ff!!
5116cddtYSffOr CantrdCYlAmeu t 111 ��i, , tf ii
:u :.:,1< rls:ula.,i l...: ..: {.I �:.
lilt lh l.l- .1!..111,1`.0011'Itl
iy 1 'T 0':x600014!3
I"! - '..M,nlin .,,l,
fill fl`!'+i.. "I!f,PdI Ill
11;Y Ij 1hB5 /A30:0a
,I'; {I .II,!III;IIIIN.',II.1.1
11111
;I11�111
ILIIIIII,IiJe1�IiIh1',
IL.n01J r111119
{j iI,I °;;�1OBB..TIIp.00�i
%Ini
II11Ai OJ ItI;1111Y11t1111131 ti.:!II!
{ 6-0S'63A0
10!It, , li l,,, ..:
" -k liO tLl,iL
'$ j'
,.,!�iilhElllVililnl!LI
,, .,,if! 110
Ii13S1,160a0
all IIC,ifO!101!Ilid:l
1n1l.p�
., 111!! " „u,l
i!Ilfl!iEIIiIl0lilfii
16 111s,111
ihl !lNulltl
,:IlkMUi
'p 1p�1'I,.,
VOLUNTARY ALTERNATES
S
1 1 I'll 161111 TOrai VOlu6idry Aitematc AmOUn[ - - - -i 1 hI{
v.. ii, l !i'� {6�1.
= I, -.il _i
J.G, {1111
{ '1 11- f1. -
,.I'iiltl{ i,;
yy 1 {{�7 {{fil
.i llltnlhtl'I1iq i'.:
; 11:11;;, j,
iPljf {.I;i '];1111
,.,1 cl l
Tradefbid P.lrage: MASONRY BP 004.1 QW. Driver
aull.or•.ns SINCE Pnv
Project Newporc Beacli Civic Cenmr and Park SUBCONTRACTOR COMPARISON SPREADSHEET
Date: 4 February A11
Subcontractor Name
NO. Description /Scope of Worlc
Prank R. Smith
Griffith
New Dimension
$
Proposal - Per Plans and Specs
1,140,330
$
1,648,1140
$
Bid as opened
S 1.190.330.00
S 799566.00
S 1.648640.00
$n;_I.
Prequalified
yes
yes
yes
CA License Current
yes
yes
yes
Per Plans and Specs
yes
no
yes
Acknowledge Addenda land 2, & Bulletin 1
yes
yes
yes
Bid Bond Included
yes
yes
yes
Prevailing Wage
Yes
yes
yes,
Compliance with Project Schedule
yes
yes
yes
Listed Subcontractors
yes
yes
yes
n
ALLOWANCES /ADJUSTMENTS
Numnailnnion
$ -
$ -
$
Post Bid FRIs
'$ -
$ -
$
bulletin I
$ -
$ -
$
$
$
$ -
I'7 +'. iii:, /.iii
i�; +.t Al'��ji +Ill
:ai: 11
i.s5.
trla{i .�.i.i: .Itl +lx,t.a +1.:, +.n `.; t; ti, 4 !�4::;itPt�i.i!is!it�i�iU;;;..;
Subcdntrector Contrac5'1'Amaunt 'r iii l s!tli l,.'s
mhil�eillli ;ll {ylNll! @t.l:!Bii!;
S ;It l lit [1'030.00
+iil5uk ni+ It lliR inlli l,ntn.,r;,,iie +.!
$ ;11� li 1956600
5F�
95 iii +ill
gu
"I.;.!
iit, l9ldil1lutaitnuU ;:+iidla.I4tl�U!fi'ii
s +� tt ";648,84000
�l� It ;E 1 t
++nl!;lfd
4i1���Nllilf�l��
iD i. ItU+! iY;.11 +!i!wiii!atl!mi!i!
+
1 s
Il
+n9ltii
s II
I�fl�:�ul:
VOLUNTARY ALTERNATES
$
$
$
$
$
$
I ,Ililil +ilt��il7���li
§_i�t�l.IS isl
Tatall Voluntary Aiternaka Ampunt5; ,i.- I,i'll lil
$n;_I.
! J
Pape t or t
Trade/Bid Package: STONE WORK
Project: Newport Beach Civic Center and Park
Date: 4 February 2011
BP 0041 G. W. V. Driver
nu!LDenS SINCE 1919
SUBCONTRACTOR COMPARISON SPREADSHEET
Subcontractor Name
NO. Description /Scope of Work
Carnevale & Lohr
Italian Marble and
Tile Co.
Proposal - Per Plans and Specs
3,603,490
3,610,000
Bid as opened
S 3634.490.00
5 3.41000D.00
S i -1- -
$ - III
! -
Prequalifled
yes
yes
CA License Current
yes
yes
Per Plans and Specs
Yes
yes
-
Acknowledge Addenda land 2. & Bulletin I
yes
- yes
Bid Bond Included
yes
yes
Prevalling Wage
Yes
yes
Compliance with Project Schedule
yes
yes
Listed Subcontractors
yes
Yes
ALLOWAN CESIADJUSTMENTS
Ne.Asation
$ (5.000.00)
$ 260,000.00
Post Bid Fills
$ -
$ -
Bulletin 1
$ -
$ -
Stone Thickness VE
$ (26.000.00)
$ -
. +;,,iP
71
, .I+.
LoEracAnlent + Subcontracta
il.. 3603190.00
I!i,
ha+
,$
.- +II'il
i
i1E9yi ~3 610 000 00
Oil; A10111111111!0 xx .+n
+iil!lij � liis!iI'A '.n !j!I: , lii- ullil+ llhpil
i ii0ryryi!laiiti, ?aa,1,11 ' Ui!h14N9i!PAII'!!PdIlry!
L
lu!' +:
VOLUNTARY ALTERNATES
P., 1.11
$
$
$
$
I I!' .ICI'-
.. !., ..,..,I
7j:�,I
,.il.
Total Valuntary',Alternate Amount : I
fn!, 'k
S i -1- -
$ - III
! -
P., 1.11
Trade /Bid Package; STRUCTURAL STEEL BP 005.1 C.W. Driver
91In.Dlcus SINCE ,vrl
Project NewponBcach Civic Cancer and Park SUBCONTRACTOR COMPARISON SPREAD SHEET
Date: 4 February 2011
Subcontractor Name
NO. Description /Scope of Work<
Ptas -Tal Mfg. Co
S & H Steel
S M E Steel
W & W Steel
Company
Proposal - Per Plans and Specs
9,424,001
6,235,000
'6,142,652
8,895,000
-
Bid as opened
5 9.794.0 00,00
S 6555.000.00
S 0142.652.00
S 8095000.W
b
Prequalified
yes
yes
Yes
yes
S
CA License Current
yes
yes
Yes
yes
Per Plans and Specs
Yes
yes
yes
yes
Acknowledge Addenda land 2, & Bulletin I
ycs
yes
yes
yes
Bid Bond Included
Yes
yes
yes
yes
Prevailing Wage
yes
Y-
Yes
Yes
Compliance with Project Schedule
yes
yes
yes
yes
Listed Subcontractors
yes
yes
yes
yet
ALLOWANCESIADJUSTMENTS
Narmalixadw
S (369,999.00)
$ 1,600.000.00
Pas[ Bid FRIs
5 -
S -
$
6u11.6n 1
$ -
$ -
b -
$ -
5
-
-� }
l ,. 7''•777 ill
..:!I }ll I!.�.I.k..!.u'1_I
"�
IE 11 Ali l., .�j_!I!f
„lt
t- �,.i, '' -1'.. { 1.`hl I ,III I IIII'9 i �,I,B
SubcentrdiYOr Cantr4�t,A'mount 1 y.'.;jl:
=,I is IL .:.'I; hI
II it I I�,il,l IIII (1619 a'7NIIIi'�1N11
s 1 1 - i �1 9igx4ia01i00
1 I:.:::;• „L : &:. -!
I� ip ,- - iN'll';, -'811 fi'{7
S I!(I�ili -I I,a,xa5,p0t 66
W.114:: ,::.,IL 11:::::.ill,1_;,n.,.!u:I,Ij
tN, 17N:110101i`Oil01,Ai11:0,11111;
$ It 111 ilJ;:
I:dlillll
i. 414RS5106' !j!
tJlll' Itlii�) '.a'6:1l,:Y61:1:!1,1,1:1,:
.17111V
$ 11nirti,1111.
,III !!!i' ° ='IiiS %�:.I!LR iIIhk
l,l'i 8,895,900:09
_
Sa il,f600110010llllil;
,,jit
=11 t1::Il
jkj -j 'jlT9
s.:llild�ihil!1u61
I6kk 411,09
ill,
VOLUNTARY ALTERNATES
-
S
$
S
b
$
b
$
S
1 jltli ki 1777 I,:�, !
Total Vaiuntary Allamate
F.'a Id l
Trade/Bid Package (METAL DECK BP 005.2
PrajecC Newport Bexah Civic Centar and Park
Date: 4 February 2011
C.W. Driver
A 61 LDnas .91 Nna. rno
Subcontractor Name
NO. DescriptiordScope of Work
Anning - Johnson
Ecldes Construction
J D 2
The McIntyre Co.
5 &H Steel
Proposal - Per Plans and Specs
560,956
697,950
750,060 1
622,755 1
737,700
Bid as Opened
5 523500.00
5 701,95U.00
5 750000.00
$ 594.450.00
5 73].]00.00
Prequaliled
yes.
yes
yes
yes
yes
CA License Current
yes
yes
yes
yes
yes
I!1111hf. i! ..
-; rt
Per Plans and Specs
yes
as
yes
yes
yes
Acknowledge Addenda land 2• & Bulletin I
yes
yes
yes
yes
yes
Bid Bond Included
yes
yes
yes
yes
yes
Prevailing Wage
yes
yes
yes
yes
yes
Compliance with Project Schedule
yes
yes
yes
yes
yes
Listed Subc.rtractors
yes
yes
yes
yes
yes
ALLOWANCESIADJUSTMENTS
Nortnel1..van
5 57.356.00
$ (4.000.00}
S -
$ 26305.00
$ -
Pmt Bid Fitfs
S -
$ -
$ -
$ -
$ -
Bulletin 1
$ -
$ -
$ -
$ -
$ -
'!, "�! ' "' IuL. v'I'q llr "L!, :,1!1!I;!4...Il, I., 111 :'.I-:! ..i,!fll ➢.Illliiif4',1!tN.l!i�l
.I Inu!I� !J,;!Pf..I II II -� I`SUbconts'S<tuFCUnti $ ctAmvu t - 1. 'i!!I, I ,
I'S ,il.u•li...
16nL ?tl!Y:.,bd ";III!'Ii,( III' IUfidS
S ,, t , ,500956001
,11
!.1!1,8f.:.5�0p0iLpn9'fY!If ll l{'..Ih.ilf
sl 1. , 69)95,0.00
Jll,au i!I',
l..L.. ail!',:. ail9lf ,IIf,IIIIiIU.lIBI11'1!111,.
IF' ;,!TS0 oa00a
bkil.,..l illil
F -. i; {II 1 t I, 612,]SFAO
IIJ!ii. �n11 ,:'� ..ipl1
ii.Ilil11;01.n!wl!.L- f .:.bl:
s 11 l T3]]OOAO
ICI +Ilfti�llld!!f . }'. !!yi
Ill l.!It1A
! I -
I�II�Ej�j
1'I'JL'!I!f I'I ffl,z
Ia i'i
'a:kf
i:!:'I':!i'hri
!
11. {it
VOLUNTARY ALTERNATES
eaao s a,
$
Is
is
$
!ps!Q1�1IJ ry
:f �1h111!11 ni 1�d {,:I! n Toni -' IL ,:f: L1111
1i 11r a �1,1
n1'i, f '
��:.11l0-s. ,". '
. :i•Sa
!, -.:
l n{:; t
I!1111hf. i! ..
-; rt
'.
eaao s a,
TradelBid Package MISC. & ORNAMENTAL METALS SP 005.3 C.W. D(- 1`Tej'
Project. Newport Beach Civic Center and Park SUBCONTRACTOR COMPARISON SPREADSHEET BUILDERS suet I11v
Date: 4 February 20f I
Subcontractor Name
NO, DescriptionlScope of Work
Baplco Metal
S & H Steel
Southwest Steel
Proposal - Per Plans and Specs
2,1 19,083
2,612,500
2,1 10,348
Bidas Opened
S 2.119.083 DD
5 3052.00D.00
5 2.275.421.00
Prequali0ed
yes
yes
yes
CA License Current
yes
yes
yes
Per Plans and Specs
ycs
yes
yes
Acknowledge Addenda land 2, & Bulletin I
yes
yes
yes
Bid Bond Included
yes
yes
ycs
Prevailing Wage
yes
yes
yes
Compliance with Project Schedule
yes
yes
yes
Listed Subcontractors
yes
yes
yes
ALLOWANCES /ADJUSTMENTS
Normalization
$ -
5 (439,500,00)
$ (165,073,00)
Post Bid FRIs
$ .
$ -
$ -
Bulletin 1
$ -
S
$
S
$
`I I
-h
- ;1{ -,t'IL lull' :x'lii h'liil l -T -!IK "Bill ,h::.; alU -I
ctAmount
ubcbntractarlCI en�i$ ....
1
Ii il,i!dl'i17'!16:1I1 hG 5`IIW
[2 ;081.00.
19
1
Il 1y'illl'i 'I1:5i 14r l,.
i 11
$ i I b)il$0000
in !Ii
r. _!!1011I' y11tli,6.i. lli;A'I1:k10 Ci ] ll 4 I1n ! D0ii
.J
ik {{ ll�ililllj ll;i;i 1�1�1! n0111tlli
, t.l � {,1111 1{1�Il�fiihlliljll i '�1.
1 1I'! S 1'.Lf- In I „I4 1i.i ; N� I
VOLUNTARY ALTERNATES
P.,1 a
$
$
$
$
$
$
s
Is
$
P.,1 a
TmdelBid Paclagw ROUGH CARPENTRY BP 006.1 C.W. Driver
Project- Newpam Beach Civic Center and Park SUBCONTRACTOR COMPARISON SPREADSHEET IInr1.DaR5 SINCE. w Ie
Date: 4 February 2011
Subcontractor Name
NO. Description /Scope of Work
Abdellatif Enterprises
D W McCasland
Golden State
Framers
WSJ am
Contractors
Proposal - Per Plans and Specs
780,500
717,775
663,607
744,886
Bid a5 Opened
s 592,000.00
s ' 592,000
$ 620.40 00
5 419,65000
Prequal0ied
yea
yes
yes
Y.
CA License Current
yes
yes
yes
yes
Per Plans and Specs'
yes
yes
yes
yes
Acknowledge Addenda I and 2, 6 Bulletin I
yes
yes
yes
yes
Bid Bond Included
yes
yes
yes
yes
Prevailing Wage
yes
yes
yes
yes
Compliance wish Project Schedule
yes
yes
yes
yes
Listed Subcontractors
yes
Yes
yea
Yes
ALLOW ANCESIADJUSTMENTS
IVermaricldon l bodges added mthe base l
5 108,500.00
S 12S,775.001
$ 43.207.00
1 325320.00
Post Bid Felt
£
$
S
$
BuIICCin
S
$
$
$
$
$
$
$
r.: 7.1 Iu::,ili
'I 171 � ij 111 I1j
1 �j r11:L IIII{
.II II
� 1 {)rit11IhiIRI
311 pl
I 1 iLJ dF:: ,., I n.8. _In lI 1111 I,d11i111I Iltfl U i
SilBrod[rz GOrltrarnAlnouhC li 11INI' Y ji Lllrr7 _:J>;ISI
.1 "r"1 Fri i'r�'"�:t
i_.: u. sn.iti itldii 11.0:N.il
: .�c'.I'ail)e0t5e00R
111
$1!i'ifClrI�;U
r•r •ua�=•I .. u'
:. a'1:dL:n l 1'f: .: Iif.. Ili al:
r li m.i J11i Ill IIII ili it.Arl.Jri.Illi t�n:.i ilrur
1. 1�..71.7:?lsoo Flr jl.}1Ijjll lilj11.6636CJUW
—ln
i.13c10111:.i ilkd7111.1
�: r' ":110�1'I" 1 "11 " "i
9yl IJJi:i Uii�gP 086A4J
r..
I i aii. ,..:..
L6u1 a :rid
-. �r1.0 i1'r'r
...la a,i
r:.Ani3
.'�.I fJ•r.ij1
N',."
$
$
$
S
$
5
S
$
$
S
$
$
$
$
fha:: Ili,i' - 31jIrL i+111 Total Voluntary AlteraateAmoun .
"drl: 111 r 11.1 ¢ 1 31:
s ri I'i$'.1' I,7jh
Sf:i� fJ11j{,
jjjjor I l }rVi f�
N',."
TradefBid Package: FINISH CARPENTRY 13P 006.2
Project Newport Beach Civic Centenntl Park SUBCONTRACTOR COMPARISON SPREADSHEET
Dace: 4 February 201 I
C VV Driver
II IIILDG R4 til Yt: li tU19
Subcontractor Name
NO. DescriptionlScope of Woris
Pacift Architectural
Millwork
Montbleau &
Associates
S M I Millwork
Seeley Brothers
Northwestern
Proposal - Per Plans and Specs
11966,912
1.163459
2,904y56
M. 8.905
71600,71.
Bid as Opened
6 104400000
s 1.991.50000
$ 2.004959.0
s 2.151.161.00
s 2.505.71590
Prequalified
yo
Yes
Yes
yes
yes
CA Uoeme Current
yes
Yes
yes
yes
yes
.i,
Per Plans and Specs
Yes
ycs
yts
Y.
yes
Acknowledge Addenda land 2, & Bulletin I
yes
yes
yes
Yes
yes
Bid Bond Induded
yes
Yes
yes
yes
yes
Prevailing Wage
Y.
Yes
Yes
Yes
V.
Compliance wl[h Project Schedule
y.x
yes
yes
yes
yes
Limed Subconomcmrs
y.6
Yes
Yes
yes
Yes
ALLOWANCESlAD)USTMENTS
Normnll.d.n
3 137,300.00
$ 98,195.00 $ -
5 -
$ -
Pas. Bid Flue
$ (14.39690)
$ (6,228.00)
$
$
eulletin 1
b -
5 - - S -
S 27.754.00
$ -
,3131: ,:,.,. : :..:::...............:...I:. «, ,11,11. ,.. .. . , :1, ,:,I, ,, .:::.;,.1..1.,.,,
.r '3, 3,111:::- :. :,, :1 .:............ .. ... I I
.d. l x..,.:.:.,1.pl illk, s�ndllnLnul,nn :cwl...x..Lny,- v.t"ot.A6np,11. : :iiB. lull., Ii, IIIJ. 1, Iluvd,, Ilu :.u..:..:J:t.u.In•n.61Ae,
jil'111 t�l'41 1111 1 111 ShcieontraetO :C'dntraetAm9unt'�;1l 1 {
t:.tal i1u�.,iI�,ILa =P ..7700, ,.L " =ab1. 1„ :1111111.1.
•1131,, 3,3,11 ,3113 - ::...,::::.•:::;it,
:ufl. heal: luaalh. Inu...
s l!iki :tl'1- 1..1 966 9110 9]Isl
11 ,�,hr, el,l„I! :11.4
,111 ,.:.........,,. .. ,1111 1 :1.;.., . ,; ,. ......:......:.: .,
, t l , .1 6
, i. Wni{ 4hLlllnnn :l :UIIIdIL1 :lOnIA1.iIIL . :.vN,IL.II,BLtlnAeLm„II,.I d1111113J1i
', I -;I 111 �(.962450.9d15 =,'1'11'1;4179W,0.56:001
+A16: ��nu: ,11 LL. ai�I�Ih11�1�171.f�111,11. :IhISi
., .y.. ;,,.;: .1, 1111
� 1'I =, : .. I IdL i l.I"
oi, 9..i.v91 ll u :l,n
!;121]. p05 'I
�_!.i II4s.Jllllil,'tilll'1i,14j
.:1 1 r.;......,....,,....
, f l � 1 Li0
.i II IIIIE.1611 .,11 m111
;F� :, tt U09;ylad9•
.__ I'.6,AIIILILI
;;i9 r 6 i
1111 11114 6
��,�1111�; ����•
. Il,•'.: -.,
I J 1
LL.. 1.. :,19..t'f!i
L:. {
VOLUNTARY ALTERNATES
P, 1.11
5 -
$ -
5 -
$ -
$ -
Is -
5 -
$ -
5 -
$ -
.
$
$
$ -
S -
$ -
t Total Veisinfa" Alternate Amount.; - 11V
i n, 'nt
- E 111111 -i
s
1
I :1'i �..
.i,
P, 1.11
TradeiBid Package:
Project: Newport Beach Civic Center and Park
Date: 4 February 2011
BP 007.1
SUBCONTRACTOR COMPARISON SPREADSHEET
C.W. Driver
uun -coos s!ucis sow
Subcontractor Name
NO- Description /Scope of Work
Angelus
Waterproofing
D R I Commercial
Mark Beamish
Waterproofing
Troyer Contracting
Proposal - Per Plans and Specs
001,373
1,037.460
1,266,406
Ltsd,lll
Bid as Opened
s 895823.00
s 1.117.46000
5 1346 A05.00
s 1.216417.00
Prequalified
yes
yes
yes
yes
CA License Current
yes
yes
yes
yes
5 ! - ! �1 j_
!
i ,} 11 €) j li
Per Plans and Specs
yes
Yes
yes
Yes
Acknowledge Addenda land 2, & Bulletin I
yes
yes
yes
yes
Bid Bond included
Yes
Yes
yes
Yes
Prevailing Wage
yes
yes
yes
yes
Compliance with Project Schedule
yes
yes
Yes
Y.
Listed Subcontractors
yes
yes
yes
yes
ALLOWANCES /ADJUSTMENTS
Normsln.d.n
s 45550.00
$ -
$ -
5 -
Pea, Bid FRI,
S -
$ -
IS -
$ -
Bulletin I
s -
$ -
$
F -
Underslabinsulation (VE)
$ (6Q000.00)
$ (60.000.00)
$ (60,000.00)
5 (60,000.00)
n•,rl: Iy.gn;nn:P-
!iii!v
iiLltl;, iiillll !'i13If•,`i11.171in.4
!sjt4lj} 7!�III'P :yhl
i }" .. �:i, u'Pi�Jnl it 'IJ 1!471
:;.!:.q.:,.v nn;nv; .., all; n ", n.
I'!i 'I` �,I :
>L0.1, 16A:, II71Il1171 ,.IPdLlv01.v14i.iti,l:i:.uLnA
$y6mritreQOr CantrdcEAmountr: i.
. ' !,;lei:ai !{d lil,.e
..:....- :nn:n...:.
,'F:nn a!I•
- II.1:1;:'A .i.I,- ILI.:.,Ii
$! .- itli li8813)ia0
,Iij !II!l i.tl.lsl!}I i, iSl'I'I,I:
gin•-!!
!;,:n:;nv, n:. ,v:n;m. v:!i
:,1,ui,itliA7lLt
; ti'i r i rl!sldA@T?60,q001
Ih163 �'411ji!j1i !!�11i. @t !B;I lihi lJ
,.;:: 0: .::;, : ::
IW'LI }i.13 '1,.0tllllitlllOrllit{
-iJ: {; t L]86f105i00,i
rli i.l[li!i�l�lgji tn11t1 i1;1fu,f
p... ,,:.v
e., .,!i:,:-
11,. 1111? I' n1' Imin:'
p@ll i'i Lt':1!i lJds61n1o6
'I1��1,'7 lljl.!�Er� -:n, .i,i,
I
i4'I(Pi11111i1i7AB011hu.IJ,li.n
nl I�lil
yf, ,,,j�l ii.
n� II`9
JL!`I!' �i
�,l:Ill�p 1.l:
VOLUNTARY ALTERNATES
Pcee tact
Under slab insulation
okcn 40000
$
$
$
S
$
$
$
---y ii ll lltu lT(,1;jIjsi�
{I
Total �alunte"WiTgjte�Amcuntl ,li
is a. I., 1, f ilnl II -11
-i r: iii$
i
j It l '�
Qlll:r,
5 ! - ! �1 j_
!
i ,} 11 €) j li
s
Pcee tact
Trade /eld Pacleage: ROOFING BP 007.2
Project: Newport Beach Civic Center and Park
Date: 4 Fehruary 2011
C..I. Driver
BUILOHNS tiINCK 1919
Subcontractor Name
NO. DescriptiontScope of Work
Anning - Johnson
Company
Eberhard Roofing
Letner Roofing Co.
Troyer Contracting
Company
Proposal - Per Plans and Specs
11201,160
Is17,700
1,796,093
3,114,277
Bid as Opened
s 1,813210.00
5 5.5/7.780.00
5 1796.693.00
S 2.214.277.00
Prequalified
yes
yes
yes
yes
CA License Current
yes
yes
yes
yes
$ ii :
n,-1
Per Plans and Specs
Y.
yes
yes
yes
Acknowledge Addenda land 2, & Bulletin I
yes
yes
yes
yes
Bid Bond Included
yes
yes
yes
yes
Prevailing Wage
yes
yes
yes
yes
Compliance with Project Schedule
yes
yes
yes
yes
Listed Subcontractors
yes
yes
yes
yes
ALLOWANCES /ADJUSTMENTS
Normalization
$ 756,000.00
$ 134.000.00
$
Post aid Fills
$ -
$ -
$
$
Bulletin I
in VE 18,010
S -
$ -
$
Accepted VE
$ (53 ;050.00)
S (756,00000)
$ (134,000.(0)
T80
I : e:,•:
��l 11114
IL:h :.i�,_11,�I
C 1.111
«mu
f • ^'1'
i� IIIi111l
�II�IIi
j�l �IIIII �i�I
^t”
1 ,1!YI�13116181
III
:nP.p::.p.., ,..n. «n:::,;n,,:.m!•
�r+ '•' 1 " "e • "• *' ^.:, ,':., :, t t 1
:P : : :A9Ii.1 :Nlbf: .rl «. 911 I .J.. f II i1111in1ii
JI :�:!SUlmonbactor Co'nlTatt'Amou[ {{';,i i II ".Lill
Ira
«.q „yr,u :,, ,,,•.,,,vr, ,,n
I�i .1, ,• I t
III ! 111111: IJhr IIlhW
51 i' 'I 'I, 3HL 160 O0,
17617 ,ill:, -�GIt, II {vlll.ii�;{i�i:
:n,, ,y',,: , :, " : :
it i'
I 111 .I 61:111,11.
itglri 14113 JII11111
sij !' ,. '
Ii VIIId IIS �00
:..,,te,,,,:.•,. ,. ,,.. P• : :b
„ , I,., if.,.. r,...,. I, bYi.,. i.!.. f. W. 1..........
I{L,, r, .:
ii
$O'1 1796,09500
: :•' •; nt.^ .:ue, :!n,u «. : : :.
JB. It ..L,IILtl...... :..,.Jn,lll, :t6b 1111.
k,21 j,3770U
L,,;
.1.1�r - t�fw�hl1ll_t lrlJl l'
: : : :..,•eqn,.,:
7.i0....1.r..t.1.,InuJ4i,111141
+:.1111' li
IJ�: J1�1�6I�- �fl��hy,'I'i
.., :,.
'•II'i "1ii
:ly
:.,.:.,
:1 >,, :L. :..,
Lli'i
I'd fr'
VOLUNTARY ALTERNATES
Use P0lyiso (.re of the specified ) in lieu of rigid board
Accepted - 472050
$
-
Use anchors in lieu ohdhesive,
Accepmd -60000
S
+ "0.1101 -,
t I -It
Tolal YOlun Atteii+ ate AMOhnb
s , ..
$ '11
$ ii :
n,-1
Papc l of
Tradel0id Package: SHEET METAL
Project: Newport Beach Civic Center and Farla
Date 4 February 2011
BP 067.3
SUBCONTRACTOR COMPARISON SPREADSHEET
G.W. Driver
n Ul l.DERS SINCE 1919
Subcontractor Name
NO. DescriptionfSrope of Work
American Sheet
Metal
C M F (Custom Metal
Fabricators)
Crowner Sheet Metal
Products
Weiss Sheet Metal
Proposal - Per Plans and Specs
1,313,aaa
1,173,627
3,161,129
1,164,003
Bid as Opened
5 1.312000.013
S 1.173.827.00
S 2.151.129.00
S 1.194.002.0
Prequali0ed
YES
yes
yes
yes
CA License Current
yes
yes
yes
yes
ip jgi E1 .1
$
,.r'I' 7
Per Plans and Specs
yes
yes
yes
yes
Acknowledge Addenda I and 2, & Bulletin I
yes
yes
yes
yes
Bid Bond Included
yes
yes
yes
yes
Prevailing Wage
yes
yes
yes
yes
Compliance with Project Schedule
yes
yev
yes
yes
Listed Subcontractors
yes
yes
yes
yes
ALLOWANCESIADj USTMENTS
Normaiimdon
5 .
$ -
$ -
Post Bid FRis
5 -
$
-
Bulledn 1
5 -
$
, L..... .. ..
�'lld_I,it l.' �i1!1,
',i',T .'ll'1-
1 .n, ,.. .. !. „ 1 : ll
ii1 if p1111.11 11 ,t. „1111 ii 1113(_tll1 llnlilgll 1111 u;
I,}�:Sllbfdnf]°detor COOtraK:Amaerrt 1 :':ill fht Ijl115f
„ 11121 \yI 11 :
1 y. {11..177: .Ix :. .: l'u
.. ,. .L.:..I. ,, ,
,Lu ,.. 71 II ..- :a0,1111161E
, 6!
fA', �n l.,
l,lrt .J<Il, lllirf,lll
III. ,i ,:. ,
11Il,pn aLL.u,itl. .l it fll
IS 'i "t ,Ill r1,p627,04[]y
�
l_i�'lll .- I �.j11,lrv�,l�f 1
:. I L .
}lip, I IIhI1,ipil ,16112901,
l l- -1,11, ;1617129.00
l�l 4„ �
ll,- .;I�IIII1�11 I�I I„ lei li,
611.:721 L. U.. .: I. L.. Ld
„L 1111Iiifl,1161
¢1,_11!1 I; ]]I 11,1800];601
,� ? 1
1� {I.IIII!II.,.i I:I,Il1�Llfipxl
., „i,vL,LLLa,,.n.
u,6„r 1.,
:
{.1 74.1:1 {n:.
I,I U...
Ii1li: I -J
ry 1 '
:(: {,IICI {Ii:l ill: {Y
VOLUNTARY ALTERNATE$
P., I of,
$
$
$
$
$
$
$
8
Total Vofunfary:Atternafe Amohnb 11111 •rt,:I?'
,1 :ill f,,
i,' r$'t
u
`5;. It
1
51t,p)
I J
ip jgi E1 .1
$
,.r'I' 7
:
'
P., I of,
TraddBid Package: BUILDING INSULATION
Project Newport Heech Civic Cemer and Parka
Date: 4 Feblue, 2011
BP 007.4
SUBCONTRACTOR COMPARISON SPREADSHEET
C.W. Driver
OL'ILDI111S SIW:e Inw
Subcontractor Name
NO. DescriptioniScopeofWoric
Altai Arcade
Contracting dba
Alert Insulation
Company
F Rodgers
Corporation
K H S & S
Viking
Insulation
Proposal - Per Plans and Specs
S
8
zagaoa
160.370
262.212
Bid as Opened
5 161.1m M
5 139075.00
247.500
242070
262212
Prequalified
NIA
NIA
NIA
NIA
WA
CA License Current
yes
Yes
yes
Yes
Yes
Per Plans and Specs
E elusions
Exclusions
yes
Yes
Yes
Acknowledge Addenda land 2. & Bulledn I
yes
Yes
yes
yes
Yes
Bid Road Included
yes
Yes
Yes
Yes
Yes
Prevailing Wage
Y.
Yes
Yes
Yes
Y.
Compliance with Project Schedule
Yes
Yes
Yes
Yes
Yes
Lisced Subcontra=rs
- yes
yes
Yes
Yes
yes
ALLOWANCESIA13JUSTMENTS
Normalitauon
$ -
5 -
$ 12500.00
$ 17.500.00
S -
Pan Bid Fills
$ -
S -
$ -
$ -
$ -
Huikcin I
$ -
$
cr " %i f,i, 4IY'111
3 YI 1111111 i1
�j
"I' pp,1.:f.fl.l -. ;.oral- :i:d11t111.II!Iit iLht 1111'IP11ma4 Y 4a1[Idi}h!i!allul
5dbcantacta�:COnt2ci AivoU b
'.rl 1.1.
:?. 1!,Itlh;1N11111:'1114.P.Ia7Pl1.
$ G 116jY Aa
III :;w- �i:!711:
!:x11,91!10, 1911O1d1i51
3 I HIE"
i i W 111111 li -!
0i LIIIfl .I 111- ,P §1:IL
1It 13aga0P�0et
fhl lE ll: 1-, -u,,.!
1Ni;f911OIII:.191ul.iln;
�l 1]6aj]DUa
I III II fie t.il.,
ld:G!- i.11iu
f 9d Zll a9j
11 �I- .,i.u!:al
ll lla li J1.11
!
J +!d1!'I!IO':L IlOq!h
".
!! %.:!IVk
VOLUNTARY ALTERNATES
P... 1.11
S
8
$
,i I Ij111 1
TaLTI Voluntary Aitemate'Aniovne' }
s l
'.....:
$ -i %
. 6 .' :Iii
III in
ril
:1111
P... 1.11
Tradd Bid Package: DOORS. FRAMES & HARDWARE
Project: Newport Beach Civic Center and Park
Date: 4 February 2011
BP 008.1
SUBCONTRACTOR COMPARISON SPREADSHEET
C.W. Driver
e1:ILD21tN SINCE In19
Subcontractor Name
NO. Descriptiont5cope of Work
Construction
Hardware Co.
R P G Enterprises
Roy E. Whitehead
Seeley Brothers
Proposal - Per Plans and Specs
604.700
660,000
607,760
607,170
Bid as Opened
5 984.700.00
5 6,18 000.00
5 6B ]60.00
5 571.1] .00
Prequalified
Yes
Yes
Y.
Yes
CA License Current
yes
yes
yes
yes
�� {j lilh lllj
i P.
Per Plans and Specs
yes
Yes
yes
yes
Acknowledge Addenda land 2, & Bulletin I
yes
Yes
Yes
yes
Bid Bond Included
yes
Yes
yes
yes
Prevailing Wage
yes
Yes
yes
Yes
Compliance with Project Schedule
yes
yes
yes
yes
Listed Subconmccors
yes
yes
yes
yes
I
ALLO WANCESIADJUSTMENTS
Normalization
$ -
S 20:000.00
$ -
$ 36.0001)0
Post Bid Fills
$ -
$ -
$ -
$ -
Bulletin 1
$ -
$
-
$ -
$
S
$
,...
I' -4i 1;1'jllj(1mi
..,:I {jl
Ii II
,..
ljl
ilnl i�I,
III }{�I�j
jll�`��'I,;
ip:lll
l {I�II;,�
tl
,I 11 n.h., Ill 111 tlLlll ii I II9 @.6: i :I
Sdbbontrdtier C,.''V 'A,,711 t I .11,!
-'t -17 s. .: i'.t : <. a, iti!7:' '� 111 I4e 11d
lll tll III Ii. 11 III
)�OO UO,
t N. !ts1'1 iI:I LPC.
Po1001111 Ili 01.1
3.1 11'dj II It 1�t 668 000 001
l:.jkulNl {� 1, >� 'I!IIh'OIfi,11,1
un. n; nalnn. I,: v: u.. B. BlIa
11
15 ,11iE.. I6a ;760.0e
II J;�I�ei,;�u,jljl�t6=
;,L0.9ala;n..n „n.lal9lnnn.k:n: rum;
S Ityll'I I:'l !607t170,EG
;;9mu:.,,rnall,Lln,a.n.n.tld.ru
j i'I
ljl
{j'I{
i,��,jlil,��fl�ll.
VOLUNTARY ALTERNATES
Ns, 1.11
1t�I F'��tlj {y�'Ij1d1111 �11� { -ihl.t
6u.i,l,a �.1 .,.I IRLl
Tetal YO�untarj Ilterniate "�o iti :. ...1
illy,
fl1ll: i{II I�,
5 it '�I ,IIIf�j Fl�[lJil
111
�� {j lilh lllj
i P.
L111 ,jj1,
Ns, 1.11
TraaelBitl Padsase: EXTERIOR CURTAINWALL AND GLASS BP 000.3
& GLAZING
Project Newport Bead, Ciy:c Center and ark SUBC01
Date: 4 February 201 1
C.W. Driver
➢IIILOF. 119 "(1uti 0t1
Subcontractor Name
NO. DescriptlonlScope of Work
Architectural Glass &
Aluminum
Heineman Contract
Glazing
Tower Glass
Walters & Woff
Woodbridge Glass
$ -
Proposal - Per Plans and Specs 7,735,200
7,936,740
6,839,000
8,849,203
7,777,000
3
is -
Bid as Opened
7335.990a
7.915.94o.00
6839.009-08
e,B49.283Da
7V7.00100
3 -
s -
Prequalif!ed
yes
yes
yes
Y.
yes
3 -
s -
CA License Current
yes
yes
yes
yes
yes
Per Plans and Specs
yes
yes
yes
ycs
yes
Acknowledge Addenda land 2, & Bulletin I
yea
yes
yes
yes
yes
Bid Bond Included
Y.
Y's
yes
yes
yes
Prevailing Wage
ycs
ycs
ycs
yes
yes
Compliance with Project Schedule
yes
yes
yes
ym
'ycs
Listed Subcontractors
yes
yes
Y.
ycs
Y.
ALLOWANCESIADIUSTMENTS
Normaliudon
5 -
5 -
$ -
3 -
S -
Past aid Fits
3 -
3 -
$ -
S -
S -
B.Mdn 1
S
s -
s -
5 -
s -
3
$ -
5 -
{ 3: jji It _', I{ if '! :..1. I1 if. fl f- Ilf yi }i(B!!!I: i N !l14110Yi if 1t
. 110 1111111ri�{$ObtonlractarlC''0 tr3ttAmi brttl i, i.till�
lVl . !!L:J.I 1I :411111 i'li.111111911'Ifftl
3, �IRS,a24�0Dbj
ll9llfili 1. 9AI n!! S:iiN NII:IIillflllil
;5 1110E1JA ➢aal
li'I, III y_ 111.11..1. ifl
SILl���{illl�l5'S]99991Up :1111111
ilf'!:.L'aMIMfilfil!�I IIIIII191.'I
{{.311111 ga19,2939a {3�!i���fl:Clil
IIP IIii Ifi!F:k`.Ilhli lN!illnllflllli
llgl'1y9 n9�0a:
l!1!11I'l10!Ilitilfl
.I II jVi lr
' nn 1!11!1'11 i114•i!
!If��11!I�11
VOLUNTARY ALTERNATES
3 -
$ -
S -
3 -
$ -
$ -
S -
S -
3
is -
-
5 -
S -
3 -
s -
is -
S -
5 -
3 -
s -
ls
,a,e 1 c11
DRYWALL. FRAMING. LATH & PLASTER
Tradul0ld Palega BP 009.1
AND FIREPROOFING
Project Newport OtaMCivlu Codermd Park SUBCONTRACTOR COMPARISON SPREADSHEET
Date: 9 February 2011
G.W. Driver
u VILDeNS.1SC: rn:
Subcontractor Name
NO. DescriptionlScope oFW.,I,
Arming- Johnsen
Brady Company
It H S & S
Martin Brothers
Martin Carp
Performance
Contracting
Superior Wall
Systoms
Proposal - Per Plans and Specs
3,717,070
3,440$70
3,059,699
2,710,5 -02
3,646,470
2,636,967
2,627.000
Bid .Opened
S 3.599.50.00
5 31N. de,
S 3nDA20.ce
s zsalwzm
s B62590.
s Bul,sala,
S .725B-s.
Prequalif9tl
Yes
yes
yes
You
Yes
yes
yes
CA Licerse Curren[
Yes
yus
Fs
Yes
yes
Yes
ycs
(I f {'1(01 : l
.� -lr.
Per Plans and Speu
ycs
ye,
ycs
yes
yes
ycs
yes
Acknowledge Addenda land 2, &8.11991.1
Yes
Yes
Yes
Yes
yes
yea
Yes
Bid Bond Included
Yes
Yes
Yes
ycs
yes
Ye
yes
P.I11ng Wage
yes
Yes
Yes
Ycs
yes
Yes
ycs
Compliance with Project Schedule
yes
yes
yes
yo:
yes
Yes
ycs
Listed SubCOnVactors
Y.
Ycs
Ye:
yw
yes
ycs
yes
ALLOW ANOESIAD)USTMENTS
Nam,ali,admd
$ -
S -
5 -
5 -
5 -
$ -
S (110.905.00)
Pea Bid FR4
S 20,570.00
S 70370.00
S 20.570.00
5 14700.00
5 20.570.0
5 20470.00
5 12.000.00
Bullerin I
5
5
5 -
5 -
$ -
5 -
S
^I!!V tl 1i1�
Sf.li. r; ll,viu
c rVihf�u Inn:u'. 919.', i.,llb,l Iq]'v. ,:.ta iJf:3r Y' .,i.b,i9,i'2•
! $npePPlydC[PriCPPlydCtATP4P[
_�I
a,u!,I!3. :::. I.: ,. . -.':. ` (
➢;n IlOa.alr,;IItYA'tl
i 1371T07 ;,S
: I'll .. rr1 ,r:;.
iv Rrr u04, IigaN: ":: —s e"
i1 39e05YU V0.
,i
Ibf ".9}.1:..1:. lrl ..:ill
; , ']699 W9ne
",1:..1, I.
ld:,.dll itbeLild'lll.l.
I tl yln :n-W
fi'11 4
1. 1.11111 Ir. . „:fi;ul
(,: Vihnn099 II IL'i,a,.
S Sa16,4fOiW
1�:. IP ,4
1..I,.II,yll lll9a��.nl,ibi,i9r
Rillil qll- ilielpp19901M,
S I'I' I I]y 16T.E0!
Il it 4
11.1(1 ln19i1[L
-; it it 111. Ulhilll lii ll
5 I]6n W0A0
i
1.. �l. kd i,l':.-
llr uk"Idbl
al
VOLUWARYALTERNATES
9ws, 11
S
-
5
-
5
-
5
5 -
5 -
Ci4 "ol! f I': ;lYyi9,'9!!:RYp Plv m AlmrnateAmount
r.,., naLn ll ,r :, a-.IL1 , -1,
5,, _-
,,_:,: ,.s
x
c9,
s
': ,I,y(;i
' :II: c ;! .I, '"
.;j!” j9u9 Iw11y1.a11J Lt
f
sil ,6:1 r 9:: :: ' s'r'
lr:._l iutl hdlll1111 f'u ihl
.f:. iP:l. L c. ' ' 0.:
P,ll;�,,I +1a f911;f.1h
I - f4 I
. ,I' . : ? i 9 rP 9p " =iI I
fiJi!I;';; Ili<Ulti,nrfn�
I- !
(I f {'1(01 : l
.� -lr.
9ws, 11
Trade /Bid Package: CERAMIC TILE SP 009.2 Q.W. Driver
But Loans SINCE 1911
Project: Navpars Beach Civic Came, and Park SUBCONTRACTOR COMPARISON SPREADSHEET
Date: 4 February 2011
Subcontractor Marne
MO. DescriptionlScope of Work
Charles McCandless
Tile
Inland Pacific Tile
Italian Marble & The
Prernier Tile &
Marble
Proposal - Per Plans and Specs
194,695
269,290
1 282,500
181,635
Bid as Opened
s 181.00000
<_ 279000M
s 300.000.00
S 174446.00
$ti 1 i .! i:-
-
Prequali8ed
a
yes
yes
yes
CA License Current
y9s
ye:
yes
Yes
Per Plans and Specs
yes
yes
yes
yes
Acknowledge Addenda land 2, & Bulletin I
yes
yes
yes
Yes
Bid Bond Included
yes
yes
yes
yes
Prevailing Wage
yes
yes
Y.
yes
Compliance with Project Schedule
yes
yes
yes
yes
Lined Subcontractors
yes
yes
yes
yes
- ALLOWANCES /ADJUSTMENTS
Normalbay.n
$ 26,195.00
$ 2.790.00
$ (5.000.00)
$ 19.689,00
Post Bid FRis
S (12,500.00)
$ (12,50000)
$ (12,500.00)
S (8500.00)
Bulletin I
5
S -
S -
$ -
5
S
5
$
h,', ihl tl'il
}tVi!athitl�li)ltlil11tij
f�l jll'111..�{11
�, Vi
ilixiYll ii;fl,
15ubtamraeear
11 ��'
te',,, .1 u.t'L„t,l'sll tlflill. In id,il7!1 t719't,' "4 ,
Can M appt.Arnaunt e; i
t.Rd „L ii -. t -01...
flii i'. 16111 ,Ld14JH1811iIJ:rtibU!',�
511 !f94695b0'
U �I!'1.IL'.git ti. '.ti,
„ -4.ul, P1 131J11108d111Pl
5 11t1+•69,pOj00
1'1 iNus4l tl t,i�Irl
NnIFl1'ai i'hW °;a 11 Le1P1CfY'1111'I,ilibll{f1Wi,ll}I
S -: TOa,5o0.001
°1 t;. J ,;.if
tl116i11
y�`yj 111111jt;M1tf01(63S.00
1111114r1��l�l ljlj�+ {1!71,101,.
.id IIf'1.
d,!'1f11a':.'if.
1. 1�tL11�IlJjj
VOLUNTARY ALTERNATES
P.,^ 01
5
5
$
$
S
5
$
$
ti "7 I j RI ti s�,
ns (S
Total Voluntary Alterpit6 Aonet,
( _t
I
s e !;glut -
5 •; ri.
$ti 1 i .! i:-
-
,!! .,
{
s .
P.,^ 01
Tradeleld Packaged ACOUSTICAL & WOOD CEILINGS
Proloctt Newport Beach Clv¢ Censer and Park
Date; 4 February 2011
SP 009.3
SUBCONTRACTOR COMPARISON SPREADSHEET
C.V. Driver
Iq :11,ll Kits SINCP. 1919
Subcontractor Name
NO. DescriptionlScope of Work
Elijay Atoustics
Hutchison
Corporation
K H S & 5
Preferred Ceilings
Proposal- Per Plans and Specs
2,195,470
2,372,092
3,042,211
2,180,000
Bid as Opened
s 2.195470.00
5 12092.011
s Z.042211.00
s 1800 0.00
Prequaliried
Ya
Yes
Y.
Y.
CA License Current
yes
Yes
yes
yes
i
5 it !1l, -I
Per Plans and Specs
yas
Yes
Yes
Yes
Acknowledge Addenda land 2, & Bulletin I
yes
yes
yes
yes
Bid Bond Included
yes
Yes
yes
yes
Prevailing Wage
yes
yes
yes
yes
Compliance with Project Schedule
yes
yes
yes
yes
Listed Subcontractors
Yes
yes
yes
yes
ALLOWANCESIADJUSTMENTS
Normalizaion
$ -
$ -
$ -
$ -
Post Bid FRIs
$ -
$ -
$
Bulletin I
$ -
$ -
S -
$ -
$
$
$
$
!1�.'�;l i�11111 ill :.11111'1P111171.11,11,
ul ViIJ�I -1'!
7 y�'' �1, 1 1
lallli!I ��
III ,,,,lIr.1I - {tlllfli ll!.!,I l01I11,`Lf 14 „ -df
5ubcontii[CiorContrartlAtnaunt 1,1 d. s,1,;;h
IIIII91ii111111111i 1 :+Ini-
tS ��l i4a ,f. 95910 G01
1 Ij 1
�� dN 1,111 Itd4.1.11
.nm�;191]ill li dt 114,'8111 ifrilil7'i�l'lll'I
S'ii� - �,313.]71,,)9bOQ
;
11114!! i I11,IJIIIL'I1i 611
l6u Pall 11411"I'll
S X11 ]04],21
,; ji ,il ,'1, II Nn6
IAl lilpf 111111111,' iilfl
- IP 1 IM 116'°
iilll
kl !1i11i1!Mulls']I:II'8.1411
111°1 ��
b
IL 4j
+UJIf lib. -hi3
.r!,Jtl dllLu
VOLUNTARY ALTERNATES
Na. 1011
$
$
$
$
$
$
$
$
jj(�I tl�'F�JI�111'111!ii�,'S1i!i;
�T� Total Volurlts7 letake Amount lira
s 1�11ilj!i �Ikl�i�
$ Ii!1.1i�
i
5 it !1l, -I
s I. -1,
!�
Na. 1011
Tnt elEid Paclage: FABRIC WALL & CEILING PANELS BP 009.4 Pending Clarifications
Project: Newport Beach Civic Center and Park
Date: 4 February 2011
SUBCONTRACTOR COMPARISON SPREADSHEET
Q.W. Driver
BUILDERS SINCE s•no
Subcontractor Name
NO: DescriptionlScope of Work
Elljay Acoustics
Fabric Wailcraft
Modem Interiors
Preferred Ceilings
Proposal - Per Plans and Specs
455,947
402,662
306,060
305,000
Bid as Opened
s 45594].00
6 402.682.00
5 ?50.66000
9 385000.00
Prequalified
yes
yes
yes
yes
CA License Current
yes
yes
Y.
Y.
i h. -I: Ifi
i!t
L. I.:
Per Plans and Specs
Yes
Y.
yes
yes
Acknowledge Addenda land 2, & Bulletin I
yes
yes
yes
yes
Bid Bond Included
yes
yes
yes
yes
Prevailing Wage
ye-`
Y.
Compliance with Project Schedule
yes
yes
Y.
yes
Listed Subcontractors
yes
yes
Y.
yes
ALLOW ANCESIADJUSTMENTS
Normalization
$ -
$ -
$ 130.000.00
$ -
Post Bid FRI,
$ -
$ -
$ -
$
Bulledn
$ -
$ -
$ -
S
it II. II -., Iiiwlll
r,l lji iF; Sdbicnh=ar3ot Contralti Amount I:a' I r l
I'1`f�li!a 1111 v.; „- ,<.Iu :.,111, �il jl!lu lfe ,r
nlirlo, lrin.. 1. r.,
F ! ':iilnyt',4559h 001.
j1111211N;14h i :! If[140i
1 .:.
0, i„ IIIIIilll11 0!.LhN,ruu
S' 1 1.
�ilile l�,il�;,rt
r,.::,,,,, r,:, _:.
++wr, +lu+r +i!Ut:001:I
ji 4U 69200'
, - ❑U' 711
. +r. 41111118
151 JJ,!11'11.
1.j1 jl�!I{El_a
.1:L1,.ILlin„n+rr,Y,IPoiGIi, 11Ih0A,
n!ae686014rt
Ij!I`•LS5n1!httli 1pl
i. rGr„+ r1]
Fr
! !�IRl.n�ll�j_6,.
;+1:1, +, .:
L. ra. IrL;. i5, L1. h, L, ih.
%+.,II '108S,o00A01,
111 4'!'Id�,P
.,., rr
C+;. LALW .A7.Ir.ih:IJ.r1iJ.ilr,ri..,Ifrr
1
�!�11�111
r,,. :.:: el+ +:
1 1,
1 -.Ij
1.I11Ii
�1!!��I�ll
i.11111d,Ar
"Ijj'I {e V.
i {Iy,.1:'�
I;i
,Irjlj;a
VOLUNTARY ALTERNATES
POge loll
$
$
$
$
$
$
$
$
$
$
$
$
Total Valunb Alternate Amount
ry Iji li
111 t, .1'
_ hFir
- .::i 14• I
i h. -I: Ifi
i!t
L. I.:
II i;
i
POge loll
Tradelaid Padtage: FLOOR COVERINGS . BP 009.5
Projects Newport Beach Ctvic Centerand Park SUBCOI
Dare: 4 February 2011
QW.. Driver
BUILDERS SINCE 1-111l
Subcontractor Name
NO. DescriptionJScope of Worit
Continental Flooring
Lawrence W. Rosine
Co.
The M.S. Rouse
Company
Tangram Fabricators
Proposal - Per Plans and Specs
381,126
388,500 1
312,000
326,425
Bid as Opened
g 381,126.00
5
5 312,000.00
S 309.430.00
Prequalified
NIA
NIA
NIA
N/A
CA License Current
Yes
yes
Yes
Yes
Per Plans and Specs
yes
yes
yes
Yes
Acknowledge Addenda land 2, & Bulledn I
yes
yes
yes
yes
Bid Bond Included
Yes
yes
yes
yes
Prevailing Wage
yes
yes
yes
yes
Compliance with Project Schedule
yes
yes
yes
yes
Listed Subtnntractars
Yes
yes
yes
yes
ALLOWAN CESIADJUSTMENTS
N.moffrzdon
5 -
$ -
F -
b 16,995.00
Pose Bid FRIs
S -
5 -
5 -
S -
Bulletin t
$ -
IS -
5 -
8 -
S
5
S
$
^" �I I iII�
- 1i7�v'jl
J,l� l!ji
11111�111I
i !
13' ;I, i� � i all I- Ith11,41i t l l ri, s.. l ,.I "ai,ihl:,YJ .L iLil li I I ;h� a;i
i1I >l Sabeoal23ttar Cdnaact AilaODnCI ;- '....3
-
"ik:. !.I - .:}
f l , " 11,14'1 lull F� d ,...
l �lil I li�]eI IZ600
,I'na IdLUltlu
d. 411 ii J -III I i 1, iL 11` 1 L I'I
;f,,Illhii�i�ll., 368iSb000
1 -. U,I yl I; y..';
i!II itbii,il F1IIIilt ill ,I ,Lill Ii117110.1.,1
{;i i j�'''11i[I'a1000 Gb;
Ii 1Ii;
,;i.,.,iil ,i,lli 6
lihll 1! lllilfti„ 11 uMl � l
Sj 1; 4!aZ3 CaS00,
i
,jl,l'1 Ill,�lfiol"'�II1
t.191a81,G81 "fA6„1,,.
I
i..17,4i...b -.I
11
VOLUNTARY ALTERNATES
Page I e11
S
$
5
$ -
5
$
5
$
y
g
$
5
$
$
5
$
1!lil yl {i 1 IIII'a,ii- -ij.,.
l,u6 Ihl,ji![ �i,ys ,
Total Valantary ARernate-Amaunat '
Vr
S lilt "' j
3:; I 1.
ha:
S
h, nil.
Page I e11
Trade/Bid Package: ACCESS FLOORING BP 009.6 C .Driver
nun.De RS SI \CF. 1'nv
Project: Newport Beach Civic Center and Park SUBCONTRACTOR COMPARISON SPREADSHEET
Date: 4 February 201 I
Subcontractor Name
NO. Description /Scope of Worlc
Bayside Interiors
PSI Partiton
rSpecialties Systems
Proposal - Per Plans and Specs
949,800
11012,118
1,081,838
Bid as Opened
s 1.1313.800.00
S 1.213.000.00
5 1.110.838.00
jjll
Total;Voluntaty Alterpate Amount, t
;$ �
'i1
PrequaliFied
yes
yes
yes
,7s',;
ulti,aiwi. !
{a t!:FN
CA License Current
yes
yes
yes
,::Ii.,l i0;1 :.
rylh ;. li
Per Plans and Specs
Cant confirm one of the tests
yes
yes
Acknowledge Addenda land 2. & Bulletin I
yes
yes
yes
Bid Bond Included
yes
yes
yes
Prevailing Wage
yes
yes
yes
Compliance with Project Schedule
yes
yes
yes
Listed Subcontractors
yes
yes
yes
ALLOWANCESIADJUSTMENTS
Normalization
$ (187,000.00)
$ (200,8112.01))
$ (29,000.00)
Port Bid FRb
$ -
$ -
$ -
Bulletin 1
$
$ -
$ -
'( " ""I 117 II . rtluk JI 111 -, onmi_I11 U+.p+l;.h'I,Illw rl ips lll•sLl7•,IiFJI "i;lli
Jilt,i ,�r �hi lG�le�l �t 506Whtrador'ConCactlAmou 1t ti.;,l @ijl
I011I;i .I iii 114 ':3dmiil'ililfllilVI,
b .r gill Ij t9498C01�D�IS
111iIlhliptlCi7 11. Il.t, nlu:Fvrh
j'. 1811 1�8(jl
nall,I A;IIU6 9 1111 7 111111111 1 1P,d I'8ii riilS
Ill lilit 7 I,OBI,B30.00
11 'li!i I'r+IIZ11171rlliih111r
Ii t 11;i ih.r-
JI'0
j���i�i��ul
{li'f+t,;i+'J ;i�t
VOLUNTARY ALTERNATES
P., 1.11
IS
$
$
II
II {j't'
�i�.
jjll
Total;Voluntaty Alterpate Amount, t
;$ �
'i1
$ - ,:
'.
$: t_;
is
j.
,7s',;
ulti,aiwi. !
{a t!:FN
;;: n.,pl
,::Ii.,l i0;1 :.
rylh ;. li
L,r.
,jl
P., 1.11
TradefEld Package: PAINTING
Project: Newport Beach Civic Center and Pork
Date: 4 February 201 I
BP 009.7
SUBCONTRACTOR COMPARISON SPREADsHEE
CW. Driver
BUILDERS "NM. Ivrn
Subcontractor Name
NO. DescriptionJScope of Work
Borbon
C T Georgiou
Painting
Western Painting
And Wallcover
Wilson & Hampton
Painting Contractors
Proposal - Per Plans and Specs
660,400
634,000
630,894
965,220
Bid as Opened
5 589.480.00
$ 634.000.00
8 605.894.00
5 e5s m,00
Prequalifed
yes
yes
yes
yes
CA License Current
yes
yes
yes
yes
5 _ it ..
{• Ii;.�. :
$
5
Per Plans and Specs
yes
yes
yes
yes
Acknowledge Addenda land 2, & Bulletin I
Y.
yes
yes
yes
Bid Bond Included
yes
yes
yes
yes
Prevailing Wage
Yes
yes
yes
yes
Compliance with Project Schedule
yes,
yes
Yet
Yes
Listed Subcontractors
yes
yes
yes
yes
ALLOWANCES /ADJUSTMENTS
Normalitation
$ 71,000.00
$ -
$ 25,000.00
$ -
Post Bid FRIs
b -
$ -
$ -
$ -
Bulletin I
$ -
$ -
$ -
$ -
$
$
$
S
't {ul
! !
"!I:i�li
rr 1 drri,
�i n rt.0l r
_ 1
ti� ItI IIIlLI�r�Ial,il�itlrl
-.h1r
C1I I�Ir(I
iI'ih 0.!1..- „!..r.tdaai', rt', npn,,.., t! qu +..Jlr,!Ii:,tiil.rl „1..4.r.01t
i i Subco traetor CantraeEAmountl L, + API
E III
,ad 1 .� 1 t 1. I�: iii . l 1 11 -till
lt!P8i:, 111 Y0.1;7r1!i.!;1{,-
S r 1 6$0�800tl
l I'. r., u[I tXlr
t' d
.11111 +,',A: „fJl
} rl,) l :3.p63b,080.00
$ " I
, 4! {t'1� ryii ,u UGf1
prl{r,i,4rrl!'II1 144 "Itr0.'!!1'!hl ' r;!
s- r ".d ti30,0.94A0
M1s
1!1!Ii 1 EII rl!L 111 i r {m {4)
1
I; '- 1r1108'flA0!'1i:N1fi1,o'£li{tN
3.:, 1 a ,ra, n983,i30 ho'•
i1L InM lej 1, ��N ll II IIIi:I�1111r
!!l rl ii'i!Lr.!II!llil
c.
11
l3 {ItNa-
h1 II f 1 f
,1.1211Lr.
St 1'
If1,�+'li�l,�l���
n' It
f,;:
11.8. Of NILN NN.
. -
11
VOLUNTARY ALTERNATES
rneo 1 ou
$
$
$
$
$
5
b
S
b
$
$
�I��:�I�!hlr�]rl{f'r
r�!i��11!rlt
ill
Tatai Voluof hy, A3 te Amount ., r .I
5 _ it ..
{• Ii;.�. :
$
5
rneo 1 ou
TradelBid Package: FOOD SERVICE EQUIPMENT
Project: Newport Beach Civic Center and Park
Date: 4 February 281 I
BP 01 I.1
SUBCONTRACTOR COMPARISON SPREADSHEET
C.'",7 Driver
nuts -er ns SINGE vwl
Subcontractor Name
NO. Description /Scope of Work
I(amran & Co., Inc.
Booker Contract &
Design of CA
J P Duncan Industries
Proposal - Per Plans and Specs
125,850
121,470
135,584
Bid as Opened
S 125,860,0
186,211
135,584
5 -
i is h
!
S i li i § i �
! !
$ , 1 ;
I 1
Prequalified
NIA
NIA
N/A
CA License Current
yes
yes
yes
Per Plans and Specs
yes
yes
yes
Acknowledge Addenda land 2, & Bulletin I
yes
yes
yes
Bid Bond Included
yes
yes
yes
Prevailing Wage
yes
yes
yes
Compliance with Project Schedule
yes
yes
yes
Listed Subcontractors
yes
yes
yes
ALLO WANCESMDJ USTMENTS
Nor,nalization
$ -
$ 15,759.00
$
Pon Bid FRk
$ -
$ -
$ -
Bulletin I
$ -
$ -
$ -
$
$
$
,itillf'I :,II °,i i1 X11? 11 F. ....im 1iiii; Mil;Q1 aL im LLIII tV.vlii „I[I,Ry1�1.1I,1lI,aIVt AI1111!IIl1IL
1f. 1� 4�; IILi �II 13
- i'aklJillry l{ tl �ubcontVactor COnkrrct Amount)
16; 1 1I i .. l iR.
I45,911l;! fIa II1V, I. NI ¶tiiQ�fk11iliifi11I111V,I
t4!
1
la li 1.i11:_l.,,i
t 2,4�, 0,Q0j
kfrvl jkY,Iilk,Ifiill`ii 11lIII Ifht- Iilil,
Il i135584A0
jli l!I l,f f_, .D.i.Iq
Il W .11iii 11, J�t� jti
fI vklf,Il
_
1'ii�'i7
li tl WllLlilt.
.pl tl i,�j
VOLUNTARY ALTERNATES
Ps,n t ell
$
$
$
: ':I:
I, 11
! j Ilq j U
nI II it Total Voluntary Aiternaie Amnfint
5 -
i is h
!
S i li i § i �
! !
$ , 1 ;
I 1
Ps,n t ell
TraddPld Pad'.,; ROLLER SHADES BP 012.1
Proles: NewportD —h Cwm,Zerle,adPark SUBCONTRACTOR COMPARISON SPREADSHEET
Date 4Febmary20ll .
C.W Driver
Subcontractor Name
NO. DescidmimlScope of Work
Candlelight Systems
Contract Decar
Diversified Windows
Fabric Walleraft
Interior Services
Pacific Shading
Shawazd &San &
Sons
5 -
Proposal - Per Plans and Specs
24I,BBII
167,800
255,910
301,640
349.767
321,994
169,686
5 -
91d u Opened
5 Made on
s 'Q190,00 000
s ass 010 Do
s om 4o.0e
s 240 107W
5 3x5199400
s s o0 o
5 -
Pregeili6ed
NIA
NIA
NIA
NIA
NIA
NIA
WA
5 -
CA License Current
yci
yea
yes
ycs
yn
Yes
ycs
}}} Il id
sl���lli fll Jl.lf�l.�ll�
Per Plens and Specs
yes
yea
yes
ycs
Ym
yaa
yc
Acknowledge Addenda land 2, &BUIrsinI
yes
Y.
yez
yes
yes
yes
yes
Bid Bond Included
yea
yez
Y.
ya
yes
yai
yas
Prevailing Wage
yes
yes
Y9
yes
yes
yas
yes
Compliance with Project Schedule
yes
ym
yes
Yes
ycs
yes
ycs
Lined SI)b[Onrfa[mr5
yns
ycs
yC5
Yes
yM
yes
yCi
ALLO WANCESIADJUSIMENTS
Normal!valon
5 (50,9]500)
S 29,310.00
S -
S -
$ -
S -
3
Pon Bid 1`111i
S -
S -
s -
s -
$ -
5 -
5 -
Bulletin I
5
5 -
5
5 -
5 -
5 -
S -
5 -
S -
5
5
S -
S -
S -
;n tl 11 1111tj
I
lI11 III V!lla+!:4g1 YI 1:!.t 10 C.. uI;P 11151._,},,
i..:F11 11 -f I'!vllNe
l -fi 1.11 11. :..id 1. vrn 1.111
f. -- 1111,11 11 - I
!F4.d 11411111x1 LIOil!IN "1!1
.11 -r, v.M(! dll 'Ifi
lllipip! it if ll
T.994.t1L0f
1811 : "fh1.111q',.!111[1'1
^IL181!ctp u;p,
-
I+ ! !
,.. 11.< ., a i,l:
If V 6utirerjlru¢9rC tr3ctAme'ant 1 f ?d I
.,
$ !I ^I, III YII bOB.09
'Sj Ivlgig000
; 1 i.i f(,i'L5.9k 9Q
YIi'I III JI �']e1jdA0An
i
i Iu liij tl�Q OtlI
�!Ilnp!
1 I,I I I
yL. 111 II
3]1.99'.ue
1... _
i ,, (gl,!I lepS oq
Ili TIIi.IIIIIII
,jl'1-
I
VOLUNTARTALTEBNATES
$ -
5 -
$
$ -
5 -
$ -
5 -
$ -
S -
S -
5 -
s -
5
5 -
5 -
5 -
$ -
$ -
5 -
5 -
5 -
S
5 -
$ -
5 -
c I I I V i 1111 tll Toll Valuh Ald6mrtu'Amount A 4 -
il� S
.ru ,..if ..[.
i 1 "
111! ly
$! j ,
a 1 l,l lf•NI g�11.'� -'
_
:l'lls
{ [ I il-
I.Iif,l; I, �li_
�6 {1-I_ 1191
i 1 11111
}}} Il id
sl���lli fll Jl.lf�l.�ll�
Pqe, a,
Trade /Bid Package: ELEVATORS
Project: Newport Beach Civic Center and Park
Date: 4 February 2011
BP 014.1
SUBCONTRACTOR COMPARISON SPREADSHEET
C.W. Qfiver
uUn.ne115 SINCE 1911)
Subcontractor Name
NO. DescriptioniScope of Work
Kone Elevator
Otis Elevator Co.
Proposal - Per Plans and Specs
185,223
240,000
Bid as Opened
3 175.128.00
S 350.000.00
Prequaliiied
N/A
NIA
CA License Current
yes
yes
Per Plans and Specs
yes
yes
Acknowledge Addenda I and 2, & Bulletin I
yes
yes
Bid Bond Included
yes
yes
Prevailing Wage
yes
yes
Compliance with Project Schedule
yes
yes
Listed Subcontractors
yes
yes
ALLOWANCES /ADJUSTMENTS
NormaOzation
$ 10,045.00
$ (110,000.00)
Post Bid PRIs
$ -
$ -
Bulletin 1
$
1 !'� ;'lld lliil i,11�(-- 'in'tlhl 11111 ',4- Iiillfl'll�llllhl11i4;I!li �lAl #IINIIif I!�i 111!INIIH 11411 L�lllu ,ll;',I,'.---
,11 1p Il, ill li �1�l�ill �11. SUbmn d . ; .daE 1111iE.l 11 l,lill llfj-
ilt a, lll, .0 1 i
,Il, I,.f.!'I1,�I,iii��d.,!d
.6�!I- !I!11N'tild 4' +3t itllhl'• i' nI11Fl!'
$ 105223001
i,� 11,1:1lIIIllu
�11f1',! f{ IIPA'„ li! ?dAnl "ili'li5111ii'lli':11`(
jf 1 240000.001
if d,�i,ii v,i il,ul!fl
"'lIt; 11E
�t. d111P11 �y•.
>
VOLUNTARY ALTERNATES
Page 1 of 1
$
$
ii,
i, ,fii;�!,,I! !il'1gi�lhilr
Total Valurilzry Al ternate'{amountil
Page 1 of 1
Trade /Bid Package:
Project: Newport Beach Civic Center and Park
Date: 4 February 201 I
BP 015.1
SUBCONTRACTOR COMPARISON SPREADSHEET
C W Driver
BUILDenS ssuce tnw
Subcontractor Name
NO. DescriptionlScope.ot Worle
Cosco Fire
Tsansbay Fire
Underwriters
Proposal - Per Plans and Specs
2,200,000
863,000
667,155
Jr
Bid as Opened
5 2,200.000.00
s Bfi3 000.00
s 543,200.
$ , h1 ai; ,
$ rl jYi: -
Prequalified
ye+
yes
yes
•1;, nid. -14-
,:I
r`.- d!Iz,AlLli
yi
f I,.I,, h11,d r -:
CA License Current
yes
yes
yes
Per Plans and Specs
yes
yes
yes
Acknowledge Addenda land 2, & Bulletin I
yes
yes
yes
Bid Bond Included
yes
yes
yes
Prevailing Wage
yes
yes
yes
Compliance with Project Schedule
yes
yes
yes
Usced Subcontractors
yes
yes
yes
ALLOWANCESIADJUSTMENTS
Normalization
$
$ -
$ 123,955.00
Post Bid FRI.
$ -
$ -
$
Bulletin I
$
$
$
r
-','u;:IPJ1�i'7kJ
�1I�II
?16
li ll iijhll�Ilhll��A�s
l %11111011 In �:.
iliril
11+1111
�:,..::.,.,,,.:,,,,,
tl � i
1.,,iL9„ L: 1h:, tt: u, 1. 0,,: L.... Ii.... L..
5ubcositiarfor ContractAmodnt!_I,A!
I ,. it +1 H.. i:. 1 -.w11 •., I.;R�r�lilV
„
u61, II, 6LII, IIIL,:: i,,,,,,: a,:Ilu,,;A,„i,Ii
t`. ",
rlai l�I,:hi�.! -
@,uI,IAJA.4.11, tutor ll.naul,,,:.Ii.l:ll..
863000AO'1511
F�I:I 1,111 MI ��:I II 1.. Ili
ni.l.b
11117 ,:,,n,lauv „um,,,:IiINJIJ6f1111,
11llll 111 '.766ykS5lbo
111 J:6.J.:., .I
411y
:! „+
�I11��I
IIl11wi,
it 11
II
"': "' Ilrls
.i1L. „1.4rJ11 :.
�llllf i }:�:7.
VOLUNTARY ALTERNATES
P.,toft
Jr
rdp,ryll�Vi
lttr{li
Tdtal VoWniaty Alternate Asriounr ! G t_
$ 1 1_k li. %I -
$ , h1 ai; ,
$ rl jYi: -
i L•, j •s
.Irma , P „411a d1,l
lla.>~2
•1;, nid. -14-
,:I
r`.- d!Iz,AlLli
yi
f I,.I,, h11,d r -:
,111
:itlr
P.,toft
T�naefela Packvge: PLUMBING
Prelem Newpen DcacM1 Civic Cenar end Pods
Date: 4 Nb—. 2011
BP 015.2
SUBCONTRACTOR COMPARISON SPREADSHEET
C.W. Driver
I:I:I LI]IfNA i1N4L 1•II'r
Subcontractor Name
NO. DesmiptionlSmpoef Worh
A O Reed & Co.
D K Mechanical
Dan Brandei
Plumbing
H P 5 Mechanical
Alpha Mechanical
Interpipe Contracting
Pan Pacific Plumbing
& Mech.
Proposal- Per Plansand Specs
1x184,600
1,307,900
1,117,635
1,051,356
1,074,400
997,000
987,030
Bid as Opened
s Llon.aao.00
s 1.307.900 oe
s 1.117.03500
s 1.039 ula.00
1,079.400
s 2P.00DOD
s 926.... oo
Proqualifed
ycs
yes
ycs
yes
yes
ycs
ycs
CA License Current
yes
Y.
yes
Yes
yes
Y.
yes
Pt, Plnns and Specs
yes
Yes
yes
yes
ycs
yes
yes
Adtn.Medge Addvlda land 7 & Bulletin I
ycs
yos
yes
ycs
ycs
ycs
yes
' Bid Bond Included
yax
yes
Y.
ycs
Y.
y1n
ycs
Prevailing Wage
vn
Y.
Yes
ycs
yu
yes
yrA
COtnpli.nce with Project Schedule
Yes
Yes
yes
y0
ycs
yex
yn
L6ted Subconuaccars
Y9t
ycs
yes
yos
yes
yr
yes
ALLOW ANCESIADf USTMENTS
Namvlindon
Ss
1].200.00
S -
5
S 61,030.00
Pose Did PRI,
$ -
s
5 -
S -
S -
5 -
5 -
Dd.dn I
3
-
- .r,c::r
11.
ilj; I;'tt7)C'vl'f
yl 1
�fl h:Itltlf��
1II11,1�
.x-
11Q
�inn,111
::::.:,,
1 {;,e
'i 1'11(+
,f
�,��n�f.
-:,, ._ .. ; ., nn :N•: rn :. :..: :....... ....::.
Iilln.11 IIII AIOnIIIryIII ,111111_111.1..,.1..l+:tll ,tn lL nl091
46 -” 4dltin)2ontracCAmount IIiIi
I.i 1
1 `to �: ,d:.lfl ..f�1
�:.
„III II Iftlfll.a.
+n•x.:. ,.;., -u "v .n c::
ul.. L..Il..L. 11nIntf111n
6' 1161 6tlA .,s'i
{ �R
.i'!l aiy., l,hm t:f
:x .:,. ,,:
111.Iig101111:11. {,JIx.:86:lll
III i., 11]0]p00A
1 [
lenr . ;i 11px
,.: c•mm�:._:n
f..,..lii
I.,tfi.
:: .: a I::n.
HLRm11 rLP1111IlII..oi..Jl.l
; 1
!t' 1 1111'141x,00
81,11) k a
pIr::,x :,,, .:,
ll lllpl.6911111:1:0 bf
S �� 111111 Idsljl50.aa
�
lluiti du1: ' :. -1 II
01 DI C` IDII '11111111111,1111ixIilRtielfl':
; 0]9700.00
ill1111P.��' {!Id Sh 1 -
{ „Li�dn
IIrn19!19tl110t
194x96w00
Gih illdel+
lai', bC'AIL.INIIIII
9 14LZ0)0.9P{
ai0:,d'III -I
ilhil.lyi.a.ib:
:I
'I'
VOLUNTARY ALTERNATES
ectiv: n 1
$ -
5 -
5 -
S -
S -
s -
5
5 -
S -
5 -
5 -
S -
S -
S -
S -
5 -
$ -
S -
S -It
-
3 -
fti11s P1411 {yy 1'1911 i!N T't91 V'lu0m Alt nnt9Am9unt ,. I . "�.
111 7 "'I
I;I 1 111 311
1 .::...
;• 1 1 ,,;i
.Y ..,: :.::1111
i1 ..
}
1111tH :1
:.. " - ,
� {`1{ 1
; 41111.1:'1'111 1 -
1 t al -.1
1 i..
1�'1i1111 {ia '
ectiv: n 1
Trade/end Package: HVAC
Project. Newport Beach Civic Center and Park
Date: 4 February 2011
8P 015.3
SUBCONTRACTOR COMPARISON SPREADSHEET
C.V. Driver
BUILDERS SINCE 1'1111
Subcontractor Name
NO. DescriptionlScope of Work
A O Reed & Co.
ACCO Engineered
Systems
Critchfield
Mechanical
Proposal - Per Plans and Specs
8,020,186
7,762,490
6,906,529
Bid as Opened
5 8.239.000.00
S 7704.690.00
5 5953.00D.00
ii 1 IEI'iI II�'Ij�E�f
l�lll
i!,
Prequali0ed
yes
yes
yes
CA License Current
yes
yes
yes
Per Plans and Specs
yes
yes
yes
Acknowledge Addenda I and 2. & Bulletin I
yes
yes
yes
Bid Band Included
yes
yes
yes
Prevailing Wage
yes
yes
yes
Compliance with Project Schedule
yes
yes
yes
Listed Subcontractors
yes
yes
yes
ALLOWANCESIA D) USTM ENTS
Narmal.u.n
$ (218.814.00)
$ 57,600.00
$ 953.529.00
Post Bid FRIS
$ -
$ -
TBD
Bulletin 1
$ -
$ -
TBD
$
$
$
: 4k�:,,,,.. L,,.!..:.:, 1ILn::
I.ti 11E111111'
1. Ilfltl{! '!(- 1II�I�if111111�5ubmntractar
it ,u
3:! 1!':.., enA:,:::
n:,,,,,:,.:.,.,,,.,:.,:..: d: L...,,. �:::,,,.. Llufan: u:, I, naa; 6u....,.. l; li¢ IL: N:: nk:. k,. L,.:., n,: uu.
Cantratf AmDentit ll� III[,( 31,; 1- Fi1��1!$Ili
tl l., fa a111
u-. a1.
:
1: OJ, u6.,. i.,. H! Yfdla :nluLlL,..a,kv::6W,rl;aalil•
jil,'i131;1 �01649d 001
I,
I §!E�I1111'Ii119762,490.00
1111.::.: 11.IJ,I,I;f,1.1:11,I:Ii,llq,Il.
! a I l ..,:.f1
dip.{ flll7N.. nIHi61 ,IJ,LLLIIa,,,:Ih:,3u.:.1...:
§ 6,96652900
!
I�_I
iEtII!fi
VOLUNTARY ALTERNATES
P0,1011
$
$
$
!E- t��I�IGIIa Ia n!�E 111 .111',Ii�ota(tlbiunlSrylAiternate
Amount
5 ,l
5 ,1111 "I! 11 +�I
ii 1 IEI'iI II�'Ij�E�f
l�lll
i!,
'I
1 +11���
P0,1011
TradelBld Padage: ELECTRICAL
Project; Newport Beach Civic Center and Park
Date: 4 February 201!
BP 016.1
SUBCONTRACTOR COMPARISON SPREADSHEET
Q.N. Driver
uof LDERS S1 0c8 1914
Subcontractor Name
NO. DesviptionlScope of Work
Anderson & Howard
Electric
Bergelect'ric Corp,
Morrow- Meadows
Corp.
Rosendin Electric
$
Proposal - Per Plans and Specs
9,925,630
11,008,630
9,918,630
9,408,664
5 (150.000.00)
Bid as Opened
5 991 5.000.00
5 10.9sa QOa.D9
0 .90a.000.00
5 9.449000.00
$ (30,000.00)
Prequalified
yes
yes
yes
yes
$ (200,00D.00)
CA License Current
yes
yes
yes
yes
not accepand,- (15,000)
Per Plans and Specs
yes
Yea
yes
yes
Accepted -50000
Acknowledge Addenda land 2, & Bulletin I
yes
yes
yes
yes
Bid Bond Included
yes
yes
Into
yes
Prevailing Wage
yes
yes
yes
yes
Compliance with Project Schedule
yes
yes
yes
yes
Listed Subcontractors
yes
yes
yes
yes
ALLO WANCESIADJUSTM ENTS
Normalitufun
$ -
$
Past Bid fnls
$ -
$ -
§ -
$ -
Wine.1
$ 10,630.40
$ 10,630.40
$ 10,630.40
$ 9,664.OD
VE accepted Eim!nate concrete uodeground encasement where noc required
by code
$ -
§ - -
$ -
$ ($0,000.00)
Fj!11II.�
- i�1 N I +I�'I,Iilitfl
i!.+�II1�41 rg(IIrf11
L. .r.L.1.I40.:i:nlll!Il..i..dl.h: 11111: Luif. Jr. 7L.. ik, Itl„ d91f. A.,.:
§dbcontractor GOntracOMtou i 1 -.f 4,111 - .i
->i .n + .! jj fi
'nrt', f, Lli i,.!q, i
,n f, ..,l,,.
m.r pu,. L., yh+ fLl.:,,,, 1lIurtlAJlln :lA.4,li!{I9:Illallhl
S ! f Ii9935f6a0A0.
1111 1111 n115!i 1111.11 -.I.II
I II i
+....:, r. ::::'::'v: u::llr,e:nr,i,l,11'
tAkiL, ILA„ A.It+llilitI:L9alla
5 ;% _ (Ir008;630d0
I : -i .:1�.. 111!11
f 11!
�IQ( Ii�1t.�41111
rl :h: +::...:::
6. rN11IIIIAIO:
"1111 1. ,910,630.40"
11yy1 ll r:.!,
i II 11
,:rr: len
b, blilll: Id: Igl:::!{ hIA. Ir! r:: 1! 01N..:,: IIItl9:
7 9400 ad4.OQ
� ! +( I11)i I11I�i!!(W13111': 1111411ijl
In+
10. L:.! IOOL410 ,!:111ueF,:r,.ryq:!:ll.!:1
!':Ir
fl 1' 111
v-44 .. ::
!i
VOLUNTARY ALTERNATES
$
$
$
$
Elecerkal-revise single line- reduce feeder sizes, reduce and
eliminate panels
$ -
$ -
$ -
5 (150.000.00)
Use standard Lead Accepable meters
$ -
$ -
$ -
$ (30,000.00)
Aluernace lighting fi mre package
$ -
$ -
$ -
$ (200,00D.00)
Eliminate rigid elbows in duct banks
$ -
$ -
$ -
not accepand,- (15,000)
Elftamate concrete undeground encasemem: where net required
b code
$ -
$ -
8 -
Accepted -50000
Tolal, Voluntary Alternate Amoun[ !.
.. :. .:
$
I
Poeu I el f
A. Newport Beach City H;
ones
27-0•ct-1 1:;
Design ,Build Notice to Proceed
....................
...... -------- ------ ----- . ...................
Submit Design for Permit.
Building ,Permit
.. ........
.. . North Wall Complete
I
Start Construction
.. ... ....... ... .
..
I
Top Out Decks
......... ...... ------ ...... .....
.... - ----- ...... ...... ......
-- ---- I ......
......
Ready. For Permanent Power
Substantial o p
C m.jetion
Final Acceptance
1111=90L%,.. .
22-Apir•11
Start Construction
....... ......
Steel Erection
Building Weather Tight
Substantial Completion
Final.Acce tance
...... ................... ...... ............. ............................
sual "I". �—swam
I ........... -------------------
-----------------
.......................... ............ ......
Complete Construction Documents
Bull ding.permit ...
-Bid .Day
Submit GMAX
GIIIIAX Owner Approval.
............. ....................
Start Construction
undations Complete
+
Ste
.......... . .. .. .. .. . .. .. .. ..
Budding .WittatherTi g ht
...............
1- .
Substantial Completion
.......... ....
..................
.... . ...... .............
... Final 4cqQ ptarigg.... .. .. .. .. .. .. .. ..
...... ............ ..........
FMOMM -------
28-JMn-11:
---6 28-Jim-111:
Bid & Award
..... .....
signBuild & Permit
. ........... . .. .. .. .. ..
...... ............ ...... t.- ...- :............:..... ... 4r .....
"4-'-- - -j - "" ....... . .. ...
...... .......
[no Structure Submittals I Procurement
OWN
28-Jitn-11 :
26.Aor-I 1:
Construction Document.
ESIdPhase
Building Permit
e6•1
Bid Phase A'Prequai Process
..................... ......
....................
...... ..............
End Fti��o 6 Prequel Process
reject
.................
;22 -F h•11;
Prime Contract Buyout
1 26-A'pr-1
Start Date:
27-Apr-1 0
Run ate: 16- eb-i 1
Page 1 of 2
Newport Beach Civic Center
ON-,
nV
A-ID er
End Date:
11 -Feb-1 3
Master Summary Construction Schedule
—I
1
Start Date:
27-Apr-I 0
Run Date: 16-Feb-1 1
Newport Beach Civic Center
�5 MOP
P
--I
*mm ; i-
e--
n-W v-
End Date:
Master Summary Construction Schedule
I
UILUP R.S�&JXCI—J-919
1 I-Feb-13
—�
12 April I
Bell., I Gas Relocation
WO
-6 09LMar-11
Structural Steel / Decks
Exterior
Friel
Lamommummmum
29-A g-12
ii.Nov;,Il
2a-Aug-14
rid Lines 18 - 21
I.S-Apf.Al
aint-V Grid Lines 22. 26
21-Api.11
29-Aug-l!
i 31-461Z,
ou
7Exte�lor
lMep-lliiiiiaaaa-�-�. 13,Ja612
Site Utilities
1
Start Date:
27-Apr-I 0
Run Date: 16-Feb-1 1
Newport Beach Civic Center
C - W - D - - - r
P
--I
*mm ; i-
e--
n-W v-
End Date:
Master Summary Construction Schedule
I
UILUP R.S�&JXCI—J-919
1 I-Feb-13
—�
EXHIBIT 2
1.1 Overview. The City has determined that this project ( "Project ") shall be insured under an Owner
Controlled Insurance Program ( "OCIP "). The OCIP is more fully described in the OCIP Manual (the
"OCIP Manual") for the Project, which is incorporated herein and by this reference. Parties performing
labor or services at the Project site are eligible to enroll in the OCIP, unless they are Excluded Parties (as
defined below). The insurance coverage under the OCIP is provided pursuant to policies of insurance
( "OCIP Policies ") issued by insurance companies ( "OCIP Insurers ") that provide for specified coverage
( "OCIP Coverage "). The OCIP Insurers will provide to Enrolled Parties (as defined below) and not to
Excluded Parties, Workers' Compensation and Employer's Liability insurance, Commercial General
Liability insurance, and Excess Liability insurance, as summarily described below, in connection with the
performance of the Work ( "OCIP Coverages ").
1.2 Enrolled Parties and Their Insurance Obligations. OCIP Coverages shall cover the City, the
OCIP Administrator, and Enrolled Parties. Enrolled Parties are: the CM and eligible subcontractors of all
tiers that enroll in the OCIP, and such other persons or entities as the City may designate, in its sole
discretion (each party insured under the OCIP is an "Enrolled Party "). Participation in the OCIP is
mandatory, but not automatic for CM and all eligible subcontractors, of every Tier, each of whom must
enroll in the OCIP as required by the terms of the OCIP Manual.
Enrolled Parties shall obtain and maintain, and shall require each of its or their subcontractors to obtain and
maintain, the insurance coverage specified in Section 1. 10, below, and in the OCIP Manual.
1.3 Excluded Parties and Their Insurance Obligations. The OCIP Coverages do not cover the
following "Excluded Parties":
(a) Hazardous materials remediation, removal and/or transport companies and their consultants;
(b) Architects, surveyors, engineers, and their consultants;
(c) Vendors, suppliers, fabricators (unless they also install), material dealers, truckers, haulers,
drivers and others who merely transport, pickup, deliver, or carry materials, personnel, parts
or equipment, or any other items or persons to or from the Project site;
(d) CM and each of its or their respective subcontractors of all tiers that do not perform any actual
labor on the Project site; and
(e) Any parties or entities not specifically identified in this Exhibit 2 or excluded by the City in
its sole discretion, even if they are otherwise eligible.
The OCIP, OCIP Policies and OCIP Coverages shall not apply to Excluded Parties, even if erroneously
enrolled in the OCIP. Excluded Parties and parties no longer enrolled in or covered by the OCIP shall
obtain and maintain, and shall require each of its or their subcontractors of all tiers to obtain and maintain,
the insurance coverage specified in Section 1.10, below, and in the OCIP Manual for all on -site and off -site
operations.
1.4 OCIP Insurance Policies Establish the OCIP Coverages. The OCIP coverages and exclusions
summarized in this Exhibit 2 and in the other Contract Documents are set forth in full in their respective
insurance policies. The summary descriptions of the OCIP Coverages in this Exhibit 2 or the OCIP Manual
are not intended to be complete or to alter or amend any provision of the actual OCIP Coverages. In the
event that any provision of this Exhibit 2, the summary below, the OCIP Manual, or the Contract
Documents conflicts with the OCIP insurance policies, the provisions of the actual OCIP insurance policies
shall govern.
OCIP Exhibit Net Bid
1.5 Summary of OCIP Coverages. OCIP Coverages shall apply only to those operations of each
Enrolled Party performed at the Project site in connection with the Work, and only to Enrolled Parties that
are eligible for the OCIP. OCIP coverages shall not apply to Excluded parties, even if they are erroneously
enrolled in the OCIP. An Enrolled Parry's operations away from the Project site, including product
manufacturing, assembling, or otherwise, shall only be covered if such off -site operations are identified and
are dedicated solely to the Project. Off -site operations are not covered until CM or subcontractor receives
written acknowledgement of OCIP coverage for off -site operations from the OCIP Administrator. The
OCIP shall provide only the following insurance to eligible and Enrolled Parties:
Summary Only
Workers' Compensation Insurance Statutory Limit
This insurance is primary for all occurrences at the Project site
Employer's Liability Insurance
Bodily Injury by Accident, each accident $1,000,000
Bodily Injury by Disease, each employee $1,000,000
Bodily hyury by Disease, policy limit $1,000,000
This insurance is primary for all occurrences at the Project site.
Commercial General Liability Insurance Equivalent to ISO Occurrence Form, .
or its equivalent.
Each Occurrence Limit $2,000,000
General Aggregate Limit for all Enrolled Parties $4,000,000
Ten (10) Years Products & Completed Operations Extension
Products & Completed Operations Aggregate
for all Enrolled Parties $4,000,000
*This insurance is primary for all occurrences at the Project site.
The OCIP Commercial General Liability policy shall not provide coverage for any claim
that could be covered under a Property or Builder's Risk policy.
Excess Liability Insurance (over Employer's Liability & General Liability)
Combined Single Limit $50,000,000
General Annual Aggregate for all Enrolled Parties $50,000,000
Ten (10) Years Products & Completed Operations Extension
Products & Completed Operations Aggregate
for all Enrolled Parties $50,000,000
General Liability Deductible Assessment Obligation
The CM or its subcontractor primarily responsible for causing any bodily injury or property damage
liability loss shall be responsible for payment of a deductible assessment. The assessment will equal the
deductible under the responsible CM's or responsible subcontractor's general liability policy up to a
maximum assessment of $25,000. The minimum assessment shall be the actual loss or $5,000 whichever is
less. The assessment shall be applied on the same basis as applied under the responsible CM's or
responsible subcontractor's primary general liability insurance policy. Upon request the responsible CM
and/or responsible subcontractors are required to provide the City a copy of their commercial general
liability insurance declarations page for determining the deductible assessment.
If the loss exceeds $5,000 and information necessary to determine the applicable deductible as stated on the
general insurance certificate is not available to the City, the City will assess the actual loss up to a $25,000
maximum per occurrence until receipt of documentation from the responsible CM or responsible
subcontractor's commercial general insurance policy evidencing the actual deductible. If the loss is less
OCIP Exhibit Net Bid
than $5,000, the City will charge the actual loss. The City will charge the CM and/or subcontractor
deductible assessment by processing administrative deductions on the CM's progress payments. At the
option of the City, this deductible assessment may also be processed by direct billing, construction change
orders, or any other method deemed appropriate by the City.
The deductible assessment does not apply to workers' compensation claims by an employee of the CM or a
subcontractor.
1.6 Property Insurance
(a) Purchase by City. Unless otherwise provided, the City shall purchase and maintain
builder's risk insurance in an appropriate amounts for the insurable Work at the Site.
(b) Builder's Risk Deductible Assessment. The CM will be assessed for the amount of any loss
payable under the OCIP Builder's Risk Policy. The fast $5,000 of any such occurrence will
be paid by CM. This includes all expenses or claim payments incurred by the OCIP Insurer
for losses attributable to the CM's work, acts or omissions, or the work, acts or omissions of
any tier of subcontractor. CM may elect to pass this charge through to any responsible
subcontractor but in no event may require total subcontractor reimbursement in excess of
$5,000.
Notwithstanding the above paragraph, City may purchase builder's risk insurance that
involves a deductible greater than $5,000. CM or its subcontractor shall pay all costs not
covered because of such deductibles if the loss is the result of the willful actions (including
failure to protect the City's property or work), gross negligence, misconduct, or failure to
follow the instructions of a representative of the City, by CM or by any subcontractors of any
tier.
(c) Off -Site Storage. Unless otherwise provided in the Contract Documents, the property
insurance required by this Section 1.6 shall not cover portions of the Work stored off the Site
without written approval of the City. CM shall be responsible for reporting such property or
work to the City Risk Manager if ownership has been transferred to the City. If ownership
rests with the CM or its subcontractor, CM or subcontractor shall be responsible for obtaining
insurance to protect its interests.
(d) Machinery, Tools. The insurance required by this Section 1.6 is not intended to cover
machinery, tools or equipment owned or rented by the CM or subcontractors that are utilized
in the performance of the Work but not incorporated into the permanent structure. The CM or
subcontractor shall, at the CM's or subcontractor's own expense, provide insurance coverage
for such owned or rented machinery, tools or equipment.
(e) Partial Occupancy. Partial occupancy or use shall not commence until the insurance
company or companies providing property insurance have consented to such partial
occupancy or use by endorsement or otherwise. The City and the CM shall take reasonable
steps to obtain consent of the insurance company or companies and shall, without mutual
written consent, take no action with respect to partial occupancy or use that would cause
cancellation, lapse or reduction of insurance.
1.7 City's Insurance Obligations. The City shall pay the costs of premiums for the OCIP Coverages.
The City will receive or pay, as the case may be, all adjustments to such costs, whether by way of
dividends, retroactive adjustments, return premiums, other moneys due, audits or otherwise. CM hereby
assigns to the City the right to receive all such adjustments, and shall use its best efforts to ensure that each
of its subcontractors of every tier assigns to the City the right to receive all such adjustments. The City
assumes no obligation to provide insurance other than that specified in this Exhibit 2, and in the OCIP
insurance policies. The City's furnishing of OCIP Coverages shall in no way relieve or limit, or be
construed to relieve or limit, CM or any of its subcontractors of any tier of any responsibility, liability, or
OCIP Exhibit Net Bid
obligation imposed by the Contract Documents, the OCIP insurance policies, or by law, including, without
limitation, any indemnification obligations which CM or any of its subcontractors has to the City
thereunder. The City reserves the right at its option, without obligation to do so, to furnish other insurance
coverage of various types and limits provided that such coverage is not less than that specified in the
Contract Documents.
1.8 CM & Subcontractor Obligations:
(a) Incorporate the terms of this Exhibit 2 in all subcontract agreements.
(b) Enroll in the OCIP within five (5) days of execution of the Contract and maintain enrollment
in the OCIP for the duration of the Contract, and assure that each of CM's eligible
subcontractors of every tier enroll in the OCIP, and maintain enrollment in the OCIP for the
duration of their respective subcontract within five (5) days of subcontracting and prior to the
commencement of Work at the Project site.
(c) Comply with all of the administrative, safety, insurance, and other requirements outlined in
this Exhibit 2, the OCIP Manual, the OCIP insurance policies, or elsewhere in the Contract
Documents.
(d) Provide to each of its subcontractors of every tier a copy of the OCIP Manual, and ensure
subcontractor compliance with the provisions of the OCIP insurance policies, the OCIP
Manual, this Exhibit 2, and the Contract Documents. The failure of (a) the City to include the
OCIP Manual in the bid documents or (b) CM to provide to each of its eligible subcontractors
of every tier a copy of the same shall not relieve CM or any of its subcontractors from any of
the obligations contained therein.
(e) Acknowledge, and require all of its subcontractors of every tier to acknowledge, in writing,
that the City and the OCIP Administrator are not agents, partners or guarantors of the
insurance companies providing coverage under the OCIP (each such insurer, an "OCIP
Insurer "), that neither the City nor the OCIP Administrator are responsible for any claims or
disputes between or among CM, its subcontractors of any tier, and any OCIP Insurer(s), and
that neither the City nor OCIP Administrator guarantees the solvency or the availability of
limits of any OCIP Insurer(s). Any type of insurance coverage or limits of liability in addition
to the OCIP Coverages that CM or its subcontractors of any tier require for its or their own
protection, or that is required by applicable laws or regulations, shall be CM's or its
subcontractors' sole responsibility and expense, and shall not be billed to the City.
(t) Cooperate fully with the OCIP Administrator and.the OCIP Insurers, as applicable, in its or
their administration of the OCIP. Any information that is required by the OCIP Manual or
determined by City, in its sole discretion, to be relevant to the OCIP, including, without
limitation, insurance underwriting, payroll, rating, safety or loss history information, certified
copies of insurance policies, declaration pages of coverages, certificates of insurance, OSHA
citations and other information or records, shall be provided by CM or subcontractor to the
City within seven (7) Days of request by the City or the OCIP Administrator.
(g) Provide, within five (5) days of the City's or the OCIP Administrator's request, all documents
or information as requested of CM or its subcontractors. Such information may include, but
may not be limited to, payroll records, certified copies of insurance coverages, declaration
pages of coverages, certificates of insurance, underwriting data, prior loss history information,
safety records or history, OSHA citations, construction cost estimates for this Project,
including auditable records of the calculation of the bid or Contract Price /Contract Sum or
any subcontract amount, pricing for each cost included in the bid or Contract Price /Contract
Sum or any subcontract amount, or such other data or information as the City, the OCIP
Administrator, or OCIP Insurers may request in the administration of the OCIP, to verify that
the Costs of OCIP Coverages were not included in the Contract Price /Contract Sum or any
OCIP Exhibit Net Bid
subcontract amount, or as required by the OCIP Manual. All such records shall be
maintained through the term of the Contract and for a period of one (1) year thereafter.
(h) Comply, and require all of its subcontractors to comply with OCIP Administrator's
instructions for electronically enrolling in the OCIP using "Aon Wrap" and for electronically
reporting payroll using "AonWrap."
(i) Pay to the City (without limitation to any of the City's other rights under the Contract
Documents) a sum of up to $25,000 for each occurrence, including court costs, attorneys fees
and costs of defense for bodily injury or property damage to the extent losses payable under
the OCIP Commercial General Liability Policy are attributable to CM's Work, acts, or
omissions, the Work, acts, or omissions of any of CM's subcontractors of any tier, or the
Work, acts or omissions of any other entity or party for whom CM or its subcontractor may be
responsible ( "General Liability Deductible Assessment Obligation "). The General Liability
Obligation shall remain uninsured by CM and subcontractors, and will not be covered by the
OCIP Coverages. This obligation shall be assessed as detailed in Section 1.5 of this Exhibit 2
above.
1.9 Method Of Calculation Of Credit Or Compensation for Premium. CM and each
subcontractor shall bid the Project `net' of insurance costs due to eligibility for the OCIP. CM shall
exclude the Cost of OCIP Coverages from its bid, and ensure that each subcontractor of every tier excludes
the Cost of OCIP Coverages from their respective bids. The "Costs of OCIP Coverages" is defined as the
amount of CM's and its subcontractors' reduction in insurance costs due to eligibility for OCIP Coverages,
as determined by using Aon Form -1, Aon Form -2, and Aon Form -3 which are located in the OCIP Manual.
The Costs of OCIP Coverages includes reduction in insurance premiums, related taxes and assessments,
markup on the insurance premiums and losses retained through the use of the self- funded program, self -
insured retention, or deductible program. The Cost of OCIP Coverages must include expected losses
within any retained risk. CM must deduct the Cost of OCIP Coverages for all subcontractors in addition to
their own Cost of OCIP Coverages. Change orders must also be priced to exclude the Cost of OCIP
Coverages.
1.10 Additional Insurance Required From Enrolled Parties and Excluded Parties. CM shall
obtain and maintain, and shall require each of its subcontractors of all tiers to obtain and maintain, the
insurance coverage specified in this Section 1.10 in a form and from insurance companies reasonably
acceptable to the City. The insurance limits may be provided through a combination of primary and excess
policies, including the umbrella form of policy.
Each policy required under this Section 1. 10, except the Workers' Compensation policy, shall include or be
endorsed to include the City, the OCIP Administrator, their respective officers, agents and employees, and
any additional entities as the City may request, as additional insureds. The policy or any additional insured
endorsement shall provide that the coverage provided to the additional insureds is primary and non-
contributory with respect to any other insurance available to the additional insureds. CM and subcontractors
shall provide certificates of insurance coverage to the City or the OCIP Administrator as required by the
OCIP Manual.
All required insurance shall be maintained without interruption from the date of commencement of the
Work until the date of the Final Payment unless otherwise specified elsewhere in the Contract Documents
or the OCIP Manual. Insurance required by this section, shall be written by a company or companies
lawfully authorized to do business in the State of California and having a current A.M. Best's rating of no
less than A -: VI unless otherwise approved in writing by the City. All insurance coverage and limits
required of or provided by CM or the subcontractors are intended to apply to the full extent of the policies.
Nothing contained in this Section or elsewhere in the Contract Documents relating to the City or its
operations is intended to limit the application of such insurance coverage.
OCIP Exhibit Net Bid
CM and its subcontractors must agree to provide, or to require CM's or subcontractor's broker or insurer to
provide, immediate written notice to the City if any of the insurance required by this agreement is
suspended, voided, canceled or not renewed during the term of this agreement.
CM and its subcontractors acknowledge and agree that any actual or alleged failure on the part of the City
to inform CM of non - compliance, or CM's actual or: alleged failure to inform subcontractors of non-
compliance with any insurance requirement in no way imposes any additional obligations on the City nor
does it waive any rights hereunder in this or any other regard.
Any type of insurance or any increase of limits of liability not described in this Section, which CM or
subcontractor requires for its own protection or on account of any statute, shall be CM's or subcontractor's
responsibility and at CM's or subcontractor's own expense. City shall have no responsibility for arranging
coverage or for payment of premiums for any insurance coverage required of any CM or Subcontractor
under this Section.
Enrolled Parties are to provide evidence of Worker's Compensation, Employer's Liability, General
Liability, and Excess Liability insurance, as set out below, for work performed away from the project site,
and evidence of Automobile Liability insurance for all activities on and off the project site. Excluded
Parties must provide evidence of all insurance set out below for both on -site and off -site activities.
(a) Business Automobile Coverage providing coverage not less than the standard ISO form CA
00 01, covering all owned, non - owned, and hired automobiles, trucks, and trailers with a limit
of not less than $1,000,000
(b) Statutory Workers' Compensation Insurance and Employer's Liability insurance with
statutory limits as required by law, including Maritime coverage, if appropriate, and
Employer's Liability limits of not less than $1,000,000 each accident, $1,000,000 each
employee, and with a $1,000,000 policy limit.
(c) Commercial General Liability Insurance in a form providing coverage not less than the
standard ISO Commercial General Liability insurance policy ( "Occurrence Form "). The limits
shall be no less than:
Enrolled Parties & Excluded Parties
Each Occurrence $1,000,000
General Aggregate $2,000,000
Products /Completed Operations Aggregate $2,000,000
Personal /Advertising Injury Aggregate $1,000,000
(d) If required by the City, Aviation and/or Watercraft Liability Insurance or other insurance, in
form and with limits of liability and from an insuring entity reasonably satisfactory to the
City.
(e) Contractor's pollution liability insurance (for CM or any subcontractors performing
Hazardous Substance remediation or as required by the City) shall be written on a form
acceptable to the City providing coverage for liability arising out of sudden, accidental and
gradual pollution. The policy limit shall be no less than $1,000,000 per claim and in the
aggregate. When this insurance is required, all activities comprising the Work shall be
specifically scheduled on the policy as "covered operations." The policy shall provide
coverage for the hauling of waste from the Site to the final disposal location, including non -
owned disposal sites. Products /completed operations coverage shall extend a minimum of
three (3) years after Final Completion. Coverage shall be included on behalf of the insured for
covered claims arising out of the actions of independent contractors. If the insured is using
subcontractors said policy must include work performed "by or on behalf' of the insured. Said
policy shall contain no language that would invalidate or remove the insurer's duty to defend
or indemnify for claims or suits expressly excluded from coverage. Said policy shall
OCIP Exhibit Net Bid
specifically provide for a duty to defend on the part of the insurer. If the covered operations
involve Hazardous Substances remediation under a subcontracting arrangement, CM shall
insure that the subcontractor performing the remediation complies with this requirement. Such
subcontractors shall be ineligible for the OCIP. If transporting hazardous waste/materials
from the Site, appropriate MCS -90 Endorsement must be attached and supplied to the City on
a primary basis with $5,000,000 limits of liability.
(f) Professional Liability Insurance (if any professional services are to be provided) in the
amount of not less than $2,000,000 per claim and in the aggregate. CM agrees to maintain
continuous coverage for professional liability applicable to Work performed for a period no
less than five years after completion of the Work. Any claims -made policy used to meet the
requirements of the Contract Documents shall have a retroactive date prior to commencement
of the Work. If professional services are to be provided through a subcontractor or
subconsultant, CM shall insure that the subcontractor or subconsultant complies with this
requirement. Such subcontractors and/or subconsultants shall be ineligible for the OCIP.
(g) Other Insurance as may be required by the City to protect CM, the subcontractors, and other
Indemnitees from loss related to the Work or the performance thereof.
CM's failure to procure or maintain the insurance required by this Exhibit 2 and/or to ensure that all of its
subcontractors of every tier maintain the required insurance during the entire term of their respective
contracts shall constitute a material breach of this Agreement pursuant to which the City may immediately
suspend or terminate this Agreement or, at its discretion, procure or renew such insurance to protect the
City's interests, pay any and all premiums in connection therewith, and withhold or recover all monies so
paid from CM.
1.11 CM's Representations and Warranties to the City. CM represents and warrants to the City,
and shall use its best efforts to ensure that each of its subcontractors of every tier represent and warrant to
the City that:
(a) All information they submit to the City, or to the OCIP Administrator, shall be accurate and
complete.
(b) They have had the opportunity to read and analyze copies of the OCIP insurance policies that
are on file in the City's office, and that they understand the OCIP Coverages. Any reference
or summary in the Agreement, this Exhibit 2, the OCIP Manual, or elsewhere in any other
Contract Document as to amount, nature, type or extent of OCIP Coverages and/or potential
applicability to any potential claim or loss is for reference only. CM and its subcontractors of
all tiers have not relied upon said reference, but solely upon their own independent review and
analysis of the OCIP Coverages in formulating any understanding and/or belief as to amount,
nature, type or extent of any OCIP Coverages and/or its potential applicability to any potential
claim or loss.
(c) The Costs of OCIP Coverages were not included in CM's or subcontractor's bid or proposal
for the Work, the Contract Price /Contract Sum, and will not be included in any change order
or any request for payment for the Work or extra work
(d) CM acknowledges that the City shall not pay or compensate CM or any subcontractor of any
tier, in any manner, for the Costs of OCIP Coverages.
1.12 Audits. CM agrees that the City, the OCIP Administrator, and/or any OCIP Insurer may audit
CM's or any of its subcontractors' payroll records, books and records, insurance coverages, insurance cost
information, bid estimates, pricing for any cost in the Contract Price /Contract Sum or any subcontracted
Work, or any information that CM or its subcontractors provide to the City, the OCIP Administrator, or the
OCIP Insurers to confirm their accuracy, and to ensure that the Costs of OCIP Coverages are not included
in any payment for the Work
OCIP Exhibit Net Bid
1.13 City's Election to Modify or Discontinue the OCIP. The City may, for any reason, modify the
OCIP Coverages, discontinue the OCIP, or request that CM or any of its subcontractors of any tier
withdraw from the OCIP upon thirty (30) days written notice. Upon such notice CM and/or one or more of
its subcontractors, as specified by the City in such notice, shall obtain and thereafter maintain during the
performance of the Work, all (or a portion thereof as specified by the City) of the CUP Coverages. The
form, content, limits of liability, cost, and the insurer issuing such' replacement insurance shall be subject to
the City's approval. The cost of the replacement coverage shall be at the City's expense, but only to the
extent of the applicable Costs of OCIP Coverages.
1.14 Withholding Payments. The City may withhold from any payment owed or owing to CM or its
subcontractors of any tier the Costs of OCIP Coverages if they are included in a request for payment. In
the event of the City's audit of CM's or subcontractors' records and information as permitted in the
Contract, this Exhibit 2, or in other Contract Documents reveals a discrepancy in the insurance, payroll,
safety, or any other information required by the Contract Documents to be provided by CM to the City, or
to the OCIP Administrator, or reveals the inclusion of the Cost of OCIP Coverages in any payment for the
Work, The City shall have the right to full deduction from the Contract Price /Contract Sum of all such
Costs of OCIP Coverages and all audit costs. Audit costs shall include, but shall not be limited to, the fees
of the OCIP Administrator, and the fees of attorneys and accountants conducting the audit and review. If
the CM or its subcontractors fail to timely comply with the provisions of this Exhibit 2, the City may
withhold any payments due to CM and/or its subcontractors of any tier until such time as they have
performed the requirements of this Exhibit 2. Such withholding by the City shall not be deemed to be a
default under the Contract Documents.
1.15 Waiver of Subrogation. Where pemmitted by law, CM hereby waives all rights of recovery by
subrogation because of deductible clauses, inadequacy of limits of any insurance policy, limitations or
exclusions of coverage, or any other reason against the City, the OCIP Administrator, its or their officers,
agents, or employees, and any other contractor or subcontractor performing Work or rendering services on
behalf of the City in connection with the planning, development and construction of the Project. The City
shall also require that all CM maintained insurance coverage related to the Work, include clauses providing
that each insurer shall waive all of its rights of recovery by subrogation against CM together with the same
parties referenced immediately above in this Section 1.15. Where permitted by law, CM shall require
similar written express waivers and insurance clauses from each of its subcontractors. A waiver of
subrogation shall be effective as to any individual or entity even if such individual or entity (a) would
otherwise have a duty of indemnification, contractual or otherwise, (b) did not pay the insurance premium
directly or indirectly, and (c) whether or not such individual or entity has an insurable interest in the
property damaged.
1.16 Duty of Care. Nothing contained in this Exhibit 2 or the OCIP Manual shall relieve the CM or
any of its subcontractors of any tier of their respective obligations to exercise due care in the performance
of their duties in connection with the Work, and to complete the Work in strict compliance with the
Contract Documents.
1.17 Conflicts. In the event of a conflict, the provisions of the OCIP insurance policies shall govern,
then the provisions of the Contract and its other related Contact Documents, then the provisions of the
OCIP Manual.
1.18 Safety. CM shall be solely responsible for safety on the project. CM shall establish a safety
program that, at a minimum, complies with all local, state and Federal safety standards, and any safety
standards established by the City for the Project.
1.19 Remedies. Without limitation upon any of the City's other rights or remedies, any failure by CM
or any subcontractor to comply with any provision of this Section 1.18 or the OCIP Manual shall be
deemed a material breach of the Construction Contract, thereby entitling the City, at its option, upon notice
to CM to suspend performance by CM or subcontractor, without any adjustment to Contract Sum Payable
or Contract Time, until there is full compliance, or (2) or terminate this Construction Contract for cause.
8
OCIP Exhibit Net Bid
1.20 No Release. The provision of the OCIP shall in no way be interpreted as relieving CM or any
subcontractor of any responsibility or liability under the Contract Documents, the OCIP Policies, or
Applicable Laws, including, without limitation, CM's and subcontractor's responsibilities relative to .
indemnification and their obligation to exercise due care in the performance of the Work and to complete
the Work in strict compliance with the Contract Documents.
OCIP Exhibit Net Bid