Loading...
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