Loading...
HomeMy WebLinkAboutStormDrainage,Sewer,Water&StreetImprovements(Mar.1999) CROWNE HILL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS and STREET IMPROVEMENTS From Butterfield Stage Road to 130' East 01 Peppermint Lane Sla. 12+61.33 to Sta. 34+88.99 CITY OF TEMECULA, COUNTY OF RIVERSIDE GENERAL CONTRACTOR: RICHMOND AMERICAN HOMES OF CALIFORNIA A Colorado Corporation 104 W. Grand Avenue, Suite A Escondido, CA 92025 Tel: (760) 745-1605 Fax: (760) 745-4516 BID ADMINISTRATOR: THE MOOTE GROUP 1528 Brookhollow Dr., Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 March, 1999 \. II I ~ Xl ;-4 ?. . CERTIFICATION REGARDING PUBLIC BIDDING PROCEDURES Project: Crowne Hill Drive - Phase 1 (Contract Title) City of Temecula. County of San Diego. California The Bid Administrator hereby certifies that all applicable public bid requirements of the County have been followed. City: 1. Notice of a request for bids was published three times at least 14 days before the bid opening, as follows: First Publication: . Second Publication: (Not less than five business days after first publication) Third Publication: (Not less than five business days after second publication.) 3/18/99 3/18/99 (Date) 3122/99 3123/99 3/23/99 (Date) 4/2/99 3/30/99 3/30/99 The Press-Enter:prises Daily Construction Services (Publication) F.W. Dodge "Greensheet" The Press-Enter:prises Daily Construction Services (publication) F.W. Dodge "Greensheet" The Press-Enter:prises Daily Construction Services 2. Bids were received on: Tuesday. April 6. 1999 (Date) 2:00 P.M. . (Time) The bid, was accepted, is the lowest responsible bid and is reasonable pursuant to industry standards for such contract. . Date ~hq/~q t ~ . . . Dodge Construction News GREENSHEET McGraw~Hill. Inc. Construdion News Publishing Network Publisher's Affidavit STATE OF CALIFORNIA } County of Los Angeles } 55. I. Melinda Bean, of the City and County of Salt Lake City. Stale 01 Utah, having duly been sworn, deposes and says: I am now and at all times hereinafter mentioned was a citizen of the United States of America. over twenty-one years of age. and competent to be a witness on the hearing of the matters mentioned in the annexed printed copy notice hereinafter set forth: I have no interest whatsoever in any of the said matters; I am now and during all the times embraced in the publication herein _ mentioned was the CHIEF CLERK of the Dodge Construction ~ews ~reensheet. a newspaper of general C1rcul~tion printed and published daily in the City of Monrovia and County of Los Angeles: as CHIEF CLERK during all the times mentioned in the affidavit I have had and I still have charge 01 all ad.vertisements and notices published in said newspaper: that said legal notice of which the annexed is a true printed copy was published in the above named newspaper on the following days to wit: j/()-) a.<- iph=; I certify (or declare) under penalty of perJury that the foregoing is true and correct Signed: ~ A- Chief Clerk / -' I / 1333 S. Mayflower Avenue. 3rd Floor Monrovia, CA 91015-4066 PROJECT TITLE: MASTER DEVELOPER: BID OPENING DATE: LOCATION OF WORK: DESCRIPTION OF WORK: , PLANS & SPECIFICATIONS: TIME FOR COMPLETION: ENGINEER'S ESTIMATE: BIDDER'S BONO: , FAITHFUL PERFORMANCE, BOND: : PREVAILING WAGE: NEWSPAPERS: ADVERTISING DATE: PRECONSTRUCTION . CONFERENCE: . ,-'...- MOBILIZATION: NOTICE INVITING BIDS Crowne Hill Valley Parkway, Phase I, Tract 15615, Ladera Ranch RMV Realty, Inc. Agent ~or OMB Ladera, LLC I Bids will be received in the office 01 The Moote ' Group, 1528 Brookhollow Drive, Suite 57, Santa' Ana, CA92705, Tel: (714) 751-5557 Fax: (714)" 751-4552, until 3:00 p.m. on the 13th day 01' April. 1999. ' Crowne Valley Parkway, County 01 Orange, Irom Sports Park to Antonio Parkway: ' Sta 421 + 35.34 to Sta 488+39.20 Public Right-Of-Way improvements including: " Roadway Improvements, Storm Drain Laterals, Inlet Covers, Local Depressions, Traffic Control and Signalization ' May be obtained atThe Moote Group, 1528 ' Brookhollow Drive,'Suite 57, Santa Ana, CA , 92705, Tel: (714) 751-5557, Fax: (714) 751-4552, upon a nonrelundable payment 01 $25.00 per set. An additional $10.00 per set is required if mailing is requested. Forty Five 145\ Working Days. $650.000. A Ten percent (10%) bond is required. .,. . A One Hundred percent (100%) bond is required, Required FW. qodge Greensheet March 22, 1999 April 2, 1999 . ..,-,.. -:"'-:;'~,_.-:::" . Thursday. ADdl 7. 1999 at1 0 a;m. held at ' Th~ Moote Group,1528 Brookhollow Drive;;t,;'" SUite 57, Santa Ana, CA92705" ,. ", J,"""";) Tel: (714) 751-5557, Fax: (714) 751-4552 ,',. _ ~ '. ,. .- ..~ -. _ . , _ --.....,... -,:. On or about May 12, 1999 ,,' . -,.< ., .~.,. ~ NOTICE INVITING ~ PROJECT TITLE; Crowlle -lijJl Drive, Phase I, City 01 Temecula GENERAL CONTRACTOR: Richmond American Homes; 1~~.STER DEVELOPER: R'ic~: .mond American Homes, Inc,,-.~ BID OPENING DATE: Bids will be received in the office orthe Moote Gr,oup, 1528 Brookhol. ,low Drive. Suite 5.7., Santa Ana. eA 92705. Tel: (714) -751; 5557, Fax: (714) 751.4552. until 2:00 p.m. on the 6th Day of April, 1999. . ....n., LOCATION OF WORK; Crowne Hill Drive. Phase I, From Butter- field Stage Road to approxi- mately 130' East of Peppermint Lane. $ta. 12161.33' to "Sta. 34,88.99 ... DESCRIPTION OF WORK: -Pufj- lie Right-Of-Way Improvements- Including: Sanitary Sewer, Wa. ler Improvements, Strom O(~n Improvements, Utility Condut.t, Streellmprovements and Tratfic Attached is a cli ~~~~~' & SPECIFICATIONS, 'th f' t bl' t May be obtained at The Moote e Irs pu lea Group, 1528 Brookhollow Drive, W'I - Suite 57, Santa Ana, CA 92705~ II you please T." (714) 751.5557, Fa" (714) 751-4552, upon a nOnl'e- dl'scovered calli ',,'ab'. .a,m,"', 0' '25,00 per set. An addItIonal $1 a,DO (909) 782 606 per set is required :if mailing .is - requested. " . -...; TIME FOR COMPLETION: SlxtX Five (65) working days. . : ~'. ENGINEER'S . ESTIMATE: $670,000. BIDDER'S BOND: A Ten per- cent (10%) bond is required.' , FAITHFUL PERFORMANCE BOND: A One Hundred perc;:ent (100%) bond is required. LABOR & PAYMENT BOND: A One Hundred percent (100%) hond is required. . PREVAILING WAGE: Required. AWARD OF CONTRACT: Award 01 (:ontra~t shan be contingent upon the execution 01 the AC;:J qui~jtion/Financing Agreement Between The County of River. side and Richmond American Homes. NEWSPAPERS: F.W. Dodge Greensheet ADVERTISING DATE: March 15, 1999 March 22, 1999 March .29, 1999 MOBILIZATION: On or about April 27, 1999 :3/18.23,30 ---::~------ ---~"7'~--::~~~~.~.,.- -;'::'- ~-.....' ,. .-....'~.,~~ . LEGAL ADVERTISING THE PRESS-ENTERPRISE . 3512 Fdurteenth St.,Rf\ferside .... \\\00 \c ~~:O~\\'kl AMT. PAID ellY ~Sl " Sd-.")ll} CASH ~~_. ~ CHECK # <;'"s $""1 AREACODE~LEGAL#~ ~' TATE Cf\- ZIP TYPE OF AD PHONE'/ ') \ FILING FEE PUBLICATION ?-3 3D 3/1 '3 RUN DATES PROOF MAIL HEIRS --;;;;v1 r;~)CES ' Ao#-3f; LbO J 5roEST. $;;b~L1NES4 . . .- I I I lrtisement, :oday, 'are' \: . :nterpnse, ~ i :t!ii2 ~!O 0i:=! i~ c. . . . PROJECT TITLE: GENERAL CONTRACTOR: ' MASTER DEVELOPER: BID OPENING DATE: LOCATION OF WORK: DESCRIPTION OF WORK: NOTICE INVITING BIDS Crowne Hill Drive, Phase I, City of Temecula , Richmond American Homes, Inc, Richmond American Homes, Inc. Bids will be received in the office of The Moote Group, 1528 Brookhollow Drive, Suite 57, .Santa Ana, CA 92705, Tel: (714) 751-5557, Fax: (714) 751-4552, until 2:00 p.m. on the 6'h Day of April. 1999. Crowne Hill Drive, Phase!, From Butterfield Stage Road to approximately 130' East of Peppermint Lane, Sta, 12+61.33 to Sta. 34+88.99 Public Right-Of-Way Improvements Including: Sanitary Sewer, Water Improvements, Storm Drain Improvements, Utility Conduit, Street Improvements and Traffic Control. PLANS & SPECIFICATIONS: May be obtained at the The Moote Group" 1528 Brookhollow Drive, Suite 57, Santa Ana, CA 92705, Tel: (714) 751-5557, Fax: (714) 751-4552, upon a nonrefundable payment of $25.00 per set. An additional $10.00 per set is required if mailing is requested. TIME FOR COMPLETION: Sixty Five (65) working days. ENGINEER'S ESTIMATE: $ 670.000. BIDDER'S BOND: A Ten percent (10%) bond is required. FAITHFUL PERFORMANCE BOND: A One Hundred percent (100%) bond is required. LABOR & PAYMENT BOND: A One Hundred percent (100%) bond is required. PREVAILING WAGE: Required. A WARD OF CONTRACT:, Award of contract shall be contingent upon the execution of the AcquisitionlFinancing Agreement Between The County of Riverside and Richmond American Homes. ' NEWSPAPERS: F,W. Dodge Greensheet ADVERTISING DATE: MOBILIZA TION: March 15, 1999 March 22,1999 March 29, 1999 On or about April 27, 1999 A-2 Crowne Hill Drive, Phase 1 '"\ ,> -, , ,~ erHE MOOTE GROUP California's Land Development Expert 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 FAX COVER LETTER Date: 3/15/99 2 Pages To: Construction Advertisement Daily Construction Service Marji Knitter The Moote Group Fax: Tel: Fax: Tel: 1714) 751-4552 1714) 751-5557 619-573-0076 619-939-7616 Re: Crowne Hill Drive, Phase 1, City of Temecula .Please Run the attached advertisement 3 times: March 18, 1999 March 23,1999 March 30,1999 Thank you! Marji Knitter . -I 'h MOOTE GROUP s ./ .' eHE MOOTE GROUP California's Land Development Expert 1528 BrookhollowDrive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 FAX COVER LEITER Date: 3/15/99 Pages To: Construction Advertisement Daily Construction Service Fax: Tel: 619-573-0076 619-939-7616 Fax: Tel: Re: Crowne Hill Drive, Phase I, City of Temecula _ease Run the attached advertisement 3 times: March 18, 1999 March 23,1999 March 30, 1999 Thank you! Marji Knitter . 2 Marji Knitter The Moote Group (714\ 751-4552 (714\ 751-5557 MOOTE ~~ ' ~ ~ . . . *************** -COMM. JOURNAL- ******************* DATE MAR-l1-1999 ***** TIME 11:33 *** P.01 MODE = MEMORY TRRNSMISSION STRRT=MRR-ll 11:32 END=MRR-ll 11:33 FILE NO,= 049 STN NO. COM RBBR NO. STRTION NRME/TEL.NO. PRGES OURRTION 001 19498630203 002/002 00:00'49" O~ a -THE MOOTE GROUP - ************************************ -714 751 4552 - ***** - 7147514552- ********* I FAX I Date 3/10/99 I Number of pages Including cover sheet 2 TO: FROM: Marji KnitterlDiane Patton THE MOOT~ GROUP 1528 Brookhollow Drive Suite 57 Santa Ana, CA 92705 (714) 751-5557 (714) 751-4552 SCOTr PORTERFIELD CLAYTON ENGINEERING I crn. Phone Fax Phone Phone Fax Phone 949/863-<J203 cc: John Mmecklenburg, Richmond American I REMARKS: !81 Urgent o For your review 0 Reply ASAP 0 Please Comment NOTICE TO BIDDERS for Crowne Hills Drive, Phase 1, City of Temecula , Sewer, Water & Storm Drainage, and Street Improvements Bid Date: Tuesday, April 6, 1999 2:00 P.M. Requirements: Prevailing Wage and Bonding - - Plans and Specilications are available from The Moote Group after 3/15/99 - . - - Please contact Moote lor a complete set 01 plans and specilications - - Scope of Work: +/- 2300 LF of Crowne Hills Drive Street Improvements, Sewer, Water and Storm Drainage \0 . . . *************** -COMM. JOURNAL- ******************* DATE MAR-11-1999 ***** TIME 11:34 *** P.01 MODE = MEMORY TRANSMISSION START=MAR-11 11:33 END=MAR-11 11:34 FILE NO.= 050 STN NO. COM ABBR NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK 6376321 002/002 00:00'43" . -THE MOOTE GROUP ****~******************************* -714 751 4552 - ***** - 7147514552- ********* I FAX I Date 3/10/99 I Number of pages including cover sheet 2 TO: MR. CHRIS PAGE FROM: Marji KnitterlDiane Patton' THE MOOTE GROUP 1528 Brookhollow Drive Suite 57 Santa Ana, CA 92705 (714) 751-5557 (714) 751-4552 R.J. NOBLE COMPANi' Phone Fax 714/637-6321 Phone Phone Fax Phone ee: John Mmecklenburg, Richmond American I REMARKS: 181 Urgent o For your review 0 Reply ASAP 0 Please Comment NOTICE TO BIDDERS for Crowne Hills Drive, Phase 1, City of Temecula Sewer, Water & Storm Drainage, and Street Improvements Bid Date: Tuesday, April 6, 1999 2:00 P.M. Requirements: Prevailing Wage and Bonding _ _ Plans and Specifications are available lrom The Moote Group alter 3/15/99 -- - - Please contact Moote lor a complete set of plans and specilications - - Scope of Work: +1- 2300 LF 01 Crowne Hills Drive Street Improvements, Sewer, Water and Storm Drainage \\.. . . . *************** -COMM. JDURNAL- ******************* DATE MAR-11-1999 ***** TIME 11:32 *** P.01 MODE = MEMORY TRANSMISSION START=MAR-11 11:31 END=MAR-11 11:32 FILE NO,= 048 STN NO. COM AEER NO. STATION NAME/TEL,NO. PRGES DURATION 0~1 6329792 002/00200:01'16" OK a -THE MOOTE GROUP - ************************************ -714 751 4552 - ***** - 7147514552- ********* I FAX I Date 3/10/99 I Number of pages inctuding cover sheet 2 TO: FROM: Marji Knitter/Diane Patton THE MOOTE GROUP 1528 Brookhollow Drive Suite 57 Santa Ana, CA 92705 (714) 751-5557 (714) 751-4552 " RALPH YANEZ PAULUS ENGINEERING, INC. Phone Fax 714/632-9792 Phone Phone Fax Phone cc: John Mmecklenburg. Richmond American I REMARKS: 181 Urgent o For your review 0 Reply ASAP 0 Please Comment NOTICE TO BIDDERS for Crawne Hills Drive, Phase 1, City of Temecula Sewer, Water & Storm Drainage, and Street Improvements Bid Date: Tuesday, April &, 1999 2:00 P.M. Requirements: Prevailing Wage and Bonding - -Plans and Specifications are available Irom The Moote Group aller 3/15/99 - - - - Please contact Moote lor a complete set of plans and specifications - - Scope of Work: +1- 2300 LF of Crowne Hills Drive Slreellmprovemenls, Sewer, Water and Storm Drainage \1..- , !FAX . I Date 3/10/99 I Number of pages including cover sheet TO: FROM: Phone Fax Phone Phone Fax Phone cc: John Mmecklenburg, Richmond American .1 REMARKS: 2 Marji Knitter/Diane Patton THE MOOTE GROUP 1528 Brookhollow Drive Suite 57 Santa Ana, CA 92705 (714) 751-5557 (714) 751-4552 [8J Urgent D For your review D Reply ASAP D Please Comment NOTICE TO BIDDERS for Crowne Hill' Drive, Phase 1, City of Temecula Sewer, Water & Storm Drainage, and Street Improvements Bid Date: Tuesday, April 6, 1999 2:00 P.M. Requirements: Prevailing Wage and Bonding - - Plans and Specifications are available from The Moote Group after 3/15/99 -- - - Please contact Moote for a complete set of plans and specifications - - Scope of Work: . +/- 2300 LF of Crowne Hills Drive Street Improvements, Sewer, Water and Storm Drainage \~ . NOTICE INVITING BIDS . . PROJECT TITLE: Crowne Hill Drive, Phase I, City of Temecula GENERAL CONTRACTOR: Richmond American Homes, Inc. MASTER DEVELOPER: Richmond American Homes, Inc. BID OPENING DATE: Bids will be received in the office of The Moote Group, 1528 Brookhollow Drive, Suite 57, Santa Ana, CA 92705, Tel: (714) 751-5557, Fax: (714) 751-4552, until 2:00 p.m. on the 6th Day of April. 1999. LOCA TION OF WORK: Crowne Hill Drive, Phase I, From Butterfield Stage Road to approximately 130' East of Peppermint Lane, Sta. 12+61.33 to Sta, 34+88.99 DESCRIPTION OF WORK: Public Right-Of-Way Improvements Including: Sanitary Sewer, Water Improvements, Storm Drain Improvements, Utility Conduit, Street Improvements and Traffic Control. PLANS & SPECIFICATIONS: May be obtained at the The Moote Group, 1528 Brookhollow Drive, Suite 57, Santa Ana, CA 92705, Tel: (714) 751-5557, Fax: (714) 751-4552, upon a nonrefundable payment of $25,00 per set. An additional $10,00 per set is required if mailing is requested. TIME FOR COMPLETION: Sixty Five (65) working days. ENGINEER'S ESTIMATE: $ 670.000. BIDDER'S BOND: ' A Ten percent (10%) bond is required. FAITHFUL PERFORMANCE BOND: A One Hundred percent (100%) bond is required. LABOR & PAYMENT BOND: A One Hundred percent (100%) bond is required. PREV AILING WAGE: Required. A WARD OF CONTRACT: Award of contract shall be contingent upon the execution of the AcquisitionlFinancing Agreement Between The County of Riverside and Richmond American Homes. NEWSPAPERS: F.W. Dodge Greensheet ADVERTISING DATE: March 15, 1999 March 22,1999 March 29, 1999 On or about April 27, 1999 A-2 A MOBILIZATION: Crowne Hill Drive, Phase 1 ReceptionlMoote Group 11'714-751-4552 Itli Mar, 10, 1999 C92:36PM C!1/3 LL DATE: Wednesday, March 10,1999 MEMO TO: Brad Bradiey, ALL AMERICAN ASPHALT FAX: 909 736-7646 FROM: Reception/Moote Group PAGES: 3 . . '\~ . . . Reception/Moote Group !fjj Mar, 10, 1999 02:36PM Cl2l3 9714-751-4552 I NOTICE TO BIDDERS for Crowne Hills Drive, Phase 1, City of Temecula Sewer, Water & Storm Drainage, and Street Improvements Bid Date: Tuesday, April 6, 1999 2:00 P.M. Requirements: Prevailing Wage and Bonding - - Plans and Specifications are available from The Moote Group after 3115/99 - ~ - - Please contact Moote for a complete set of plans and specifications - - Scope of Work: +1- 2300 LF of Crowne Hills Drive Street Improvements, Sewer, Water and Storm Drainage See Attached \4 e e . ReceptionfMoote Group PROJECT TITLE: GENERAL CONTRACTOR: MASTER DEVELOPER: BID OPENING DATE: LOCATION OF WORK: DESCRIPTION OF WORK: PLANS & SPECIFICATIONS: TIME FOR COMPLETION: ENGINEER'S ESTIMATE: BIDDER'S BOND: FAITHFUL PERFORMANCE BOND: LABOR & PAYMENT BOND: PREVAILING WAGE: AWARD OF CONTRACT: NEWSPAPERS: ADVERTISING DATE: MOBILIZATION: '11'714-751-4552 IfjJ Mar, 10. 1999 <!J2:36FM C!313 NOTICE INVITING BIDS Crowne Hill Drive, Phase I, City of Temecula Richmond American Homes, Inc. Richmond American Homes, Inc. Bids will be received in the office of The Moote Group, 1528 Brookhollow Drive, Suite 57, Santa Ana, CA 92705, Tel: (714) 751-5557, Fax: (714) 751-4552, until 2:00 p,m, on the 6th Day of April. 1999. Crowne Hill Drive, Phase I, From Butterfield Stage Road to approximately 130' East of Peppermint Lane, Sta: 12+61.33 to Sta 34+88,99 Public Right-Of-Way Improvements Including: Sanitary Sewer, Water Iniprovements, Storm Drain Improvements, Utility Conduit, Street Improvements and Traffic Control. May be :obtained at the The Moote Group, 1528 Brookhollow Drive, Sliite 57, Santa Ana, CA 92705, Tel: (714) 751-5557, Fax: (714) 751-4552, upon a nonrefundable payment of $25,00 per set. An additional $10.00 per set is required if mailing is requested.j ~ S;", A" (65) wo'oo, d",. ~ ~('J~411rY'\:1 $ 670.000, A Ten percent (10%) bond is required. A One Hundred percent (100%) bond is required. A One Hundred percent (100%) bond is required. Required. Award qf contract shall be contingent upon the execution of the Acquisition/Financing Agreement Between The County of Riverside and Richmond American Homes. FW. Dodge Greensheet March 15, 1999 March 22, 1999 March 29, 1999 On or about April 27, 1999 \1. \~ . lJl o r- OO -'i , THE MooTE GROUP ;: 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: 714/751-5557 . Project: STREET, SEWER, WATER, STORM DRAIN CROWNE HILL DRIVE - PHASE I City of Temecula, County of Riverside, CA Estimate: $ 670 000 PLAN HOLDERS I ITEM NO PLAN HOLDER 1. Richmond American Homes of CA 104 W, Grand Avenue, Suite A Escondido, CA 92025 2. Robert Bein, Wiiliam Frost (RBF) 27555 Ynez Road, Suite 400 Temecuia; CA 92591 BID DATE: COST: QUESTIONS: TELEPHONElFAX CONTACT DATE RICHMOND AMERICAN HOMES OF CA 104 W. Grand Avenue, Suite A Escondida, CA 92021 Tel: 760/745-1605 TUESDAY, APRIL 6,1999 @ 2:00 PM $25.00 - $35.00 IF MAILED Marjlor Paul II SHPPED ADDENDUMS COMMENTS Tel: 760/745-1605 Fax: 760/745-4516 John Meckienburg 3/26/99 4/1/99 4/5/99 Faxed Faxed Faxed #1 #2 #3 & #4 Tel: 909/676-8042 3/12/99 Fax: 909/676.7240 Mike Tylman Faxed Bidder's list ................................................................................................................................................................................ .......................................................................... 3. Riverside Co. Transportation Dept. Tel: 909/955-6745 3/26/99 Faxed # 1 4080 Lemon Street, 8th Floor Fax: 909/955-3164 4/1/99 Faxed #2 Riverside,:CA 92501 Kelly Donovan 4/5/99 Faxed #3 & #4 mmnn.nmm.nm.nmmn.n.n.....nnn...nnn..n.n'nn g!r.'.m~Q.~!.~?~.:gQ'n'n..nnmmmnnmm.m' nmmmnnmmnm, nnnnmmnnmmmm. n.m.m.mmm.mmmnnmmm 4, City of Temecula 43200 Business Park Orive Temecula, CA 92590 . 5, Daily Construction Service 8555 Aero Drive, Suite 106 San Diego, CA 92123 Tel: 909/694-6411 Fax: 909/694-1999 Ron Parks 3/26/99 4/1/99 4/5/99 Faxed Faxed Faxed #1 #2 #3 & #4 Tel: 619/573-0076 Fax: 800/263-4063 April Saylors 3/16/99 3/26/99 4/1/99 US Mail Faxed Faxed Bidder's list #1 #2 6. F. W. Dodge Green Sheet 800/400-7212, x8191 3/26/99 Faxed #1 1333 S. Mayfiower Ave" 3rd Floor Fax: 800/360-6397 3/30/99 Faxed Bidder's List Monrovia, CA 91016 Debby Bassett and/o 3/31/99 UPS 1 set plans,docs,iist ,...............nm..nmm..m..........n.n...n..mn..m........g.~~~9.!!!~r..~~.C'i9,e.......... .......~.!.1.!.~.~....... ...m..f.~~........ .............~.?.........n.. ..n..n..nm....mm.................. 7, Press-Enterprise, The Tel: 800/880-0345 3/26/99 Faxed # 1 3512 14th Street Fax: 909/248-6106 3/30/99 Faxed Bidder's List Riverside, CA 92501 June March 4/1/99 Faxed' #2 ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... _ ... ... ... ... ... ... ... ... ... ...... ...nmmm.........n.... n................nmn.. ..nm..nm..nm...m... ..!>.!?..~Q:r.,~,~!:'!!..!~.~~.~. 8, The Moot;' Group 1528 Brookhollow Dr., Suite 57 Santa Ana, CA 92705 Tel: 714/751-5557 Fax: 714/751-4552 Marji or Paul II . 4/6/99 File No, 420-001 1014\0.. , THE MOOTE GROUP ; 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 .Tel: 714/751-5557 Project: STREET, SEWER, WATER, STORM DRAlN CROWNE HILL DRIVE - PHASE I City of T~mecula, County of RiversIde, CA Estimate: $ 670 000 RICHMOND AMERICAN HOMES OF CA 104 W. Grand Avenue, Suite A Escondida, CA 9202~ Tel: 760/745-1605 BID DATE: TUESDAY, APRIL 6, 1999 @ 2:00 PM COSf: $25.00 - $35.00 IF MAILED PLAN HOLDERS QUESTIONS: Marji or Paul II . I ITEM TELEPHONElFAX NO PLAN HOLDER CONTACT DATE SHIPPED ADDENDUMS COMMENTS 9. All American Asphalt Tel: 909/736-7600 3/16/99 Picked up 5 sets plans & docs 400 East 6th Street Fax: 909/736-7646 3/26/99 Faxed #1 Corona, CA 91719 Brad Bradley 4/1/99 Faxed #2 4/5/99 Faxed #3 & #4 ........................................................................... ............................................. ............................. ........................... ............................... ........................................... 10. Griffith Company Tel: 714/549-2291 3/16/99 Picked up 2 sets plans & docs 2020 Yaie, Street Fax: 714/549-4033 3/26/99 Faxed #1 Santa Ana-, CA 92704 f.\!,~~..E~!.~2.Y.t~b.. 4/1/99 Faxed #2 and/or Jaimie Angus 4/5/99 Faxed #3 & #4 ..-........................................ ...............-..-........... .............................--.............. ............................. __............m.......... ............................... ........................................... 11. Hillcrest Contracting Tel: 909/273-9600 3/25/99 Picked up #1 1 set plans & docs Physical: 1467 Circle City Drive Fax: 909/273-9608 4/1/99 Faxed #2 g,~!.~~.~,..9.f.\....~.l,m..............................., Jerry Blair 4/5/99 Faxed #3 & #4 Mail: P,Q,Box 1898, Corona 91718-1898 ........................................................................... ............................................. ............................. ........................... ............................... ........................................... 12. Palomar Grading & Paving, Inc. Tel: 760/743-3007 3/25/99 Picked up 1 set plans & docs 2150 N, Centre City Prkwy, Ste C Fax: 760/743-7761 3/26/99 Faxed #1 Escondido, CA 92026 Troy Greer 4/1/99 Faxed #2 4/5/99 Faxed #3 & #4 ........................................................................... ............................................. ............................. ........................... ............................... ........................................... 13, Paulus Engineering, Inc. Tel: 714/632-3322 3/17/99 Picked up 1 set plans & docs 2871 E. Coronado Street Fax: 714/632-9792 3/26/99 Faxed #1 Anaheim, CA 92806 Ralph Yanez 4/1/99 Faxed #2 4/5/99 Faxed #3 & #4 ........................................................................... ............................................. ............................. ........................... ............................... ........................................... 14. R. J. Noble Company Tel: 714/637-1550 4/1/99 Picked up #1 & #2 1 set plans & docs Physical: 15505 E. Lincoln Avenue Fax: 714/637-6321 4/5/99 Faxed #3 & #4 gr,~~.Q~,...c..f.....,~.?~.9.?.................................. Mr. Chris Page Mail: P. O. Box 620, Orange 92856 ........................................................................... ............................................. ............................. ........................... ............................... ........................................... 15, A. D. Wilson Tel: 909/737-3822 3/15/99 Picked up 1 set plans & docs 4078 Cresview Drive ~ax: 909/737-9528 3/26/99 Faxed #1 Noreo, CA 91760 Dan Wilson 4/1/99 Faxed #2 4/5/99 Faxed #3 & #4 ........................................................................... ............................................. ............................. ........................... ............................... ........................................... 16. Savala Construction Co. Tel: 949/651-0221 3/22/99 Picked up 1 set plans & docs 16402 E. Construction Circle Fax: 949/552-8597 3/26/99 Faxed #1 Irvine, CA 92606.4408 John Lydoff 4/1/99 Faxed #2 4/5/99 Faxed #3 & #4 .......................................,..................................,.............,...........................................................1........................... .............................. ........................................... . 4/6/99 File No, 420-001 20f4lJJ 'THE MOOTE GROUP {l 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: 714/751-5557 Project: STREET, SEWER, WATER, STORM DRAIN CROWNE HILL DRIVE - PHASE I CIty of Temecula, County of R/verslde, CA Estimate: $ 670 000 BID DATE: COST: RICHMOND AMERICAN HOMES OF CA 104 W. Grand Avenue, Suite A Escondida, CA 9202~ Tel: 760/745-1605 TUESDAY, APRIL 6,1999 @ 2:00 PM $25.00 - $35.00 IF MAILED PLAN HOLDERS QUESTIONS: Marji or Paul II I ITEM TELEPHONE/FAX NO PLAN HOLDER CONTACT DATE SHIPPED ADDENDUMS COMMENTS 17, Genesis Construction Tel: 909/652-6977 3/22/99 UPS 1 set plans & docs 170 E. Oakland Avenue Fax: 909/925-6585 3/26/99 Faxed #1 Hemet, CA 92543 .~.~!-:I.9.~..p.~!.!Y...~mplor 4/1/99 Faxed #2 Jennifer 4/5/99 Faxed #3 & #4 .......................................................................................................................................................................................................................................................... 1 8. Excel Commercial Constructors 1605 Grand Avenue, Suite 2 San Marcoc, CA 92069 Tel: 760/744-3273 Fax: 760/744-3492 Mr. Chris Hinman .............................................................................--......................................... 3/22/99 UPS 1 set plans & docs 3/26/99 Faxed #1 3/29/99 Faxed Bidder's list 4/1/99 Faxed #2 4/5/99 Faxed #3 & #4 ........................................... 3/24/99 Their FedEx 1 set' plans & docs 3/26/99 Faxed #1 4/1/99 Faxed #2 4/5/99 Faxed #3 & #4 19. Babco Construction Tel: 909/823-7700 Physical: 10919 Almond Avenue Fax: 909/823-5202 ..~!?m,~~.~,..9.~....~?~~?...,............................ Danny Bailey Mail P.O. Box 548, Fontana 92334-0548 . 20. ~~.;.~~.;~~:;..~~~;~'~~~;~::';~~:........ ';~;;......~.:~~~~:'~:~~.. .....~~'~'~~~~.." "~~~i';'~::. .............................. .;..~.~;..:'I.:~~..:..~~:..... Physical: 24769 Redlands Blvd., Ste. F Fax: 909/799..1830 3/26/99 Faxed #1 ,.~!?,rT)""..~!~.~!!.....9.~....~.?~,~4,:4.9.~.~.....u..... Michelle 4/1/99 Faxed # 2 Mail P,O, Box 355, Yucaipa 92399-0355 4/5/99 Faxed #3 & #4 21. .......................................................................................................................................................................................................................................................... 1 set plans & docs Laird Construction Co. 9460 Lucas Ranch Road Rancho Cucamonga, CA 91730-5797 Tel: 909/989-5595 Fax: 909/944-9301 Terri Dovey 3/24/99 3/26/99 4/1/99 4/5/99 FadEx Faxed Faxed Faxed #1 #2 #3 & #4 ................................................................................................................................................................................ ......................................................................... 22. Chrisp Company Physical: 43650 Osgood Road ..f.r.~r.!~!?,~!J...9.~.....~4.~~.~:.~!?~.L........,....... Mail p,O, Box 1368, Fremont 94538-0136 Tel: 510/656-2840 Fax: 510/490-2703 Sue Abraham 3/25/99 3/26/99 4/1/99 4/5/99 FedEx Faxed Faxed Faxed 1 set plans & docs #1 #2 #3 & #4 .......................................................................................................................................................................................................................................................... 23. McLaughlin Engineering 41934 Main Street, Suite 107 Temecula, CA 92590-2701 Tel: 909/699-7957 .fax: 909/699-5208 Carol Schlitz 3/25/99 3/26/99 4/1/99 4/5/99 Their FedEx Faxed Faxed Faxed 1 set plans & docs #1 #2 #3 & #4 .......................................................................................................................................................................................................................................................... . 24. Pipe line Equipment Rental Tel: 909/694-4345 Physical: 41715 Enterprise Circle N., Ste C-205 Fax: 909/694-4375 ,T!!.m.~9.y,I.~,..9..,/\..,.~.?~.~9........._.................... David Carney Mail P. O. 891839, T~mecula 92589-1839 3/30/99 3/30/99 4/1/99 4/5/99 Picked up Faxed Faxed Faxed #1 1 set plans & docs Bidder's list #2 #3 & #4 .......................................................................................................................................................................................................................................................... 4/6/99 File No, 420-001 30f41-\ .' THE MOOTE GROUP -; 1528 Bro.okho/low Drive, Suite 57 Santa Ana, CA 92705 Tel: 714/751-5557 Project: STREET, SEWER, WATER, STORM DRAIN CROWNE HILL DRIVE - PHASE I City of Temecula, County of Riverside, CA Estimate: $ 670 000 ' PLAN HOLDERS lITEM NO PLAN HOLDER TELEPHONElFAX CONTACT 25. CNB Excavating, Inc. Tel: 909/679-3880 Physical: 28318 Jenny Lane Fax: 909/679-2380 ..M~Dj!.~~}..9..~..,~,?~.~~,.....".........,.."..,..,..... Billy Childers Mail p, O. Box 361, Sun City 92586 BID DATE: COST: QUESllONS: DATE 3/30/99 4/1/99 4/5/99 RICHMOND AMERICAN HOMES OF CA 104 W. Grand Avenue, Suite A Escondida, CA 92021 Tel: 760/745.1605 TUESDAY, APRIL 6,1999 @ 2:00 PM $25.00 . $35.00 IF MAILED , Mar)1 or Paul II SHPPED ADDENDUMS Picked up Faxed Faxed #1 #2 #3 & #4 COMMENTS 1 set plans & docs 26, ................................................................................................................................................................................ .......................................................................... 1 set plans & docs Ameron International - C&SPG 10681 Foothill Blvd" Suite 450 Rancho Cucamonga. CA 91730-3857 Tel: 909/944-4100 Fax: 909/944-4113 Diane Derrick ............................................. 3/30/99 4/1/99 4/5/99 Their FedEx Faxed Faxed #1 #2 #3 & #4 ...........,................. ..----_.................... .-............................ ........................................... 27. Lee & Stires, Inc. Tei: 909/983-9557 Physical: 634 South Paimetto Fax: 909/983-1351 ..9.~.\!!'-!9.lmgA..!l.!?~~.........mm.m.......mm.. Roger Tate Mail P. O. Box 2124, Montclair 91763 . 3/31/99 4/1/99 4/5/99 Their Fed Ex Faxed Faxed #1 #2 #3 & #4 1 set plans & docs ................................................................................................................................................................................ .......................................................................... ................................................................................................................................................................................ .......................................................................... ................................................................................................................................................................................ .............................. ........................................... ................................................................................................................................................................................ .......................................................................... ................................................................................................................................................................................ .......................................................--................. . - AnticIpated Start Date: On or about: May 3, 1999 4/6/99 File No, 420-001 4 01 4 zJ-- "'},..?> J )lo o o m ~ )> . ADDENDUM NO. 4 ADDENDUM NO~ 4: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE HILL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all work affected by the lollowing provisions shall conform to the original specifications. dated March 10, 1999 and be incorporated as a part 01 the contract documents. 1. Schedule "A": ,a, It is the intent 01 the Owner to provide a balanced site. The owner shall undercut the street right-of-way to allow lor the Contractor to use his trench spoil to balance the street subgrade to within +/- 0.10'. Revise: Item 16 & 17, Revised to read Dirt Balance - "after utilities" Item 8. Revised to read - "FogSeai" as per plan. . placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. . THE MOOTE GROUP 1528 Srookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 Date: To: Pages From: Mariorie Knitter THE MOOTE GROUP (714) 751-4552 (714) 751-5557 April 5, 1999 1 Fax: Tel: Fax: Tel: 420-001 1 of 2 AprilS, 1999 tJ\ . . . . ."i' *************** -COMM. JOURNAL- ******************* DRTE APR-06-1999 ***** TIME 08=29 *** p.e1 MODE = MEMORY TRANSM I SS I ON FILE NO.= 232 START=APR-06 08:28 STN NO. A88R NO. STATION NAME/TEL. NO. PAGES DURATION COM 001 OK 17607454516 00l/001 00:00'28" . -THE MOOTE GROUP ************************************ -714 ?Sl 4552 - ***** - END=APR-06 08:29 7147514552- ********* ADDENDUM NO.4 To the Drawings, Specifications and Contract Documents CROWNE HILL DRIVE. PFlASE 1 STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS Tuesday, April 6, 1999 @ 2:00 P.M. ADDENDUM NO, 4: PROJECT NAME: BID DATE: NOTICE TO BIDOERS: It Is intended that all war!< affected by the loilowing provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. Sc:hedulA -An: a. It is the inlent 01 the awner to provide a balanced site. The owner shail undercut the street rlght.ol-way to ailow for the Contractor to use his trench spoil to balance the street subgrade to wl1hin +/- 0.10'. Revise: Item 16 & 17. Revised to read Dirt Balance. "after utilities' Item 8. RevisGd to read - "fogSeal" as per plan. pl.ced BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M, THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Sante Ana, CA 92705 Tel: (714) 751.5557 Fax: (714) 751-4552 Date: Aoril 5. 1999 TO:~~ Fax: ~1l; ~;Ad~j~-- Tel: Pages From: 1 ) Fax: Tel: Mariorie Knitter THE MOOTE GROUP (114) 751-4552 (714) 151-5557 420-001 I 012 II AprilS, 1999 /' -z,.7) . . . ~ *************** -COMM. JOURNAL- ******************* DATE APR-06-1999 ***** TIME 08:30 *** P.01 MODE ~ MEMORY TRANSMISSION START=APR-06 08:29 END=APR-06 08:30 FILE NO. = 233 STN NO, COM ABBR NO. STATION NAME/TEL. NO. PAGES DURAT ION 001 OK 19099553164 001/001 00: 00'27" a -THE MooTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO. 4 ADDENDUM NO, 4: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE IDLL DRIVE - PHASE I STORM DRAINAGE. SANITARY SEWER. WATER IMPROVEMENTS And STREBT IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all wor1< affected by the following provisions shall conform to the original specfflcations, dated March 10, 1999 and be Incorporated as a part of the contract documents. 1. Schedule IoA-: a. It is the intent of the Owner to provide e balanced site. The owner shall undercut the street right-of~way to allow for the Contractor to use his trench spoil to balance the street subgrade to within +/- 0.10', Revise: Item 16 & 17. Revised to read Dirt Balence - "after utilities" Item 8. Revised to read - "F09Sear' as per plan, plaeed'BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookholtow Drive, Suite 57 Santa Ana, CA 92705 rei: (714) 751-5557 Fax: (714) 751-4552 II Date: Aoril 5. 1999 Pages To: '~~f~ From: ./-/.. Fax: Fax: Tel: Tel: 1 Mariorie Knitter THE MOOTE GROUP 1714\ 751-4552 1714\ 751-5557 1.~ 42()'()()1 I of 2 April S. 1999 . . . . *************** -COMM. JOURNAL - ******************* DATE APR-06-1999 ***** TIME 08:31 *** P.01 MODE = MEMORY TRANSMISSION FILE NO.: 235 START=APR-06 08'30 STN NO. COM ABBR NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK 19096941999 001/001 00'00'28" . -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - ENDr-APR-06 08'31 7147514552- ********* ADDENDUM NO.4 ADDeNDuM NO.4: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE HILL DRIVE . PHASE I STORM DRAINAGE. SANlTARY SEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M, NOTICE TO BIOOERS: It is intended that aU work affacted by the following provisions shall conform to the original speoificaUons, elated March 10, t 999 and be Incorporated as a part of the contract documents. Sr.hAdulA "A": a. It is the intent of the Owner to provlda e balanced stte. The owner shall undercut the street right-of.way to allow lor the Contractor to use his trench spoil to balance the street subgrade to within ./- 0.10'. Revise: Item 16 & 17. Revised to read Oirt Balance - 'aftar utimles' IlemS. Revised to read - 'FogSear as per plan. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P,M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 Dale: Aoril51999 Pages From: 1 To: ~~~ . /~ '99//< Fax: Tel: Mariorie Knitter THE MOOTE GROUP 1714\ 751-4552 1714\ 751-5557 Fax: Tel: 42().OOI 1 012 II -v1 AprilS. 1999 . . . " *************** -COMM. JOURNAL- ******************* DATE RPR-05-1999 ***** TIME 16:57 *** P.01 MODE - MEMORY TRANSMISSION START-APR-0S 16:43 ENlFAPR-05 16: 57 FILE NO.= 179 5TN NO. COM AEER NO. STATION NAME/TEL.NO, PAGES DURATION 001 OK 19097367646 001/001 00:00'35" a -THE MooTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.4 ADDENDUM NO.4: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE lULL DRIVE. PHASE I STORM DRAlNAGE. SANITARY SEWER, WATER IMPROVEMl!NTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It Is Intended Ihat all work effaeted by the following provisions shall conform to th. original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. ,. Schedule -A'" a. It Is the intent of the Owner to provide a balanced site. The owner shall undercut the slreet right-of-way to allow for the Contractor to use his trench spall to balance the street subgrade to within +/- 0.10'. Revise: Item 16 & 17_ Revised to read Dirt Balance - -atter utili1ies" hemS, Revised to read. 'FogSear as per plan. -pIom BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite :iT Sante Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 II Date: Ao"1 5. 1999 Pages 11J~-:~~~/:Q;om: __ ~6- _ Fax: Tel: 1 To: Fax: Tel: Mariorie Knitter THE MOOTE GROUP (714) 751.4552 (714) 751.5557 ~V6 420-001 1 of 2 April S. 1999 . . . ~ *************** -COMM. JOURNAL- ******************* DATE APR-05-1999 ***** TIME 16:44 *** P.01 MODE - MEMORY TRANSMISSION START-APR-0S 16'43 END-APR-0S 16'44 FILE NO.- lB0 STN NO. COM ABBR NO. STATION NAME/TEL.NO. PAGES DURATION 001 OK 5494033 001/001 00'00'25" . -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.4 ADDENDUM NO.4: To the Drawings, SpBcifications and Contract Documents PROJECT NAME: CROWNE IDLL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDOERS: 11 is intended that all work affected by the following provisions shall conform to th e original specifications, dated March 10. 1999 and be incorporated as a part of the contract documents. 1. Schedule MA": a. It is the intent of the Owner to provide a balanced sne. The owner shall undercut the street rightooOf-way to allow for, the Contractor to use his trench spoil to balance the street subgrade to within +/- 0.10'. Revise: Item 16 & 17. Revised to read Dirt Balance - "after utilities" ItemB. Revised to read. "FogSeal" as per plan, opIRocd BID DATE REMAINS THE SAME: Tuesday. April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1S2B Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 II Dale: Ami! 5. 1999 Pages To: (~~ Fax: Tel: From: Mariorie Knitter THE MOOTE GROUP (714) 751.4552 (714) 751-5557 Fax: Tel: ",<1.. 42/).(101 I of 2 April 5. 1999 . . . ~ *************** -COMM. JOURNAL- ******************* DATE APR-05-1999 ***** TIME 16:45 *** P.01 MODE = MEMORY TRANSMISSION START=APR-05 16'44 END=APR-05 16'45 FILE NO,= 181 STN NO, AEER NO. STATION NAME/TEL,NO. PAGES DURATI ON COM 001 19092739608 001/001 00' 00' 27" OK . -THE MooTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.4 ADDENDUM NO.4: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE HILL DRIVE. PHASE I STORM DRAINAGE, SANITARY SEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all wor1< affected by the following provisions shell conform to the originel specifications, dated March 10. 1999 and be incorporated as a part of the contract documents. 1. Schedule -A-: a. It is the intent otthe Owner to provid9 a balanced site. The owner shall undercut the street rIght-at-way 10 allow for the Contractor to use his lrencl1 spoil to balance the sueet subgrade towithln+/- 0.10', ' Revise: Item 16 & 17. Revised to rsad Dirt Balance - "after utilities" itemS. Revised to read - "FogS ear as per plan. ~BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 II Date: Aool 5 1999 Pages ::: ~~t;J~~J -~;~: Tel: Tel: 1 Mariorie Knitter THE MOOrE GROUP 1714\ 751-4552 1714\ 751-5557 '1;P 420-001 1 of 2 I\.pril 5.1999 . . . ~ *************** -COMM. JOURNRL- ******************* DRTE APR-06-1999 ***** TIME 08:12 *** P.01 MODE = MEMORY TRANSM I SS ION START=APR-0608'11 END=APR-0608'12 FILE NO.= 224 STN NO. A88R NO. STATION NAME/TEL,NO. PAGES DURAT I ON COM 001 OK 17607437761 001/001 00'00'27" . -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.4 ADDENDUM NO.4: To th8 Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE HILL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEME;NTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 ,P.M. NOTICE TO BIDDERS: Ills Intended that all work affected by the following provisions shall conform to the original specifications, dated March 10, 1999 and be Incorporated as a pan of the contract documents. Schedule "A-' a. It Is the intent of the Owner to provide a balanced site. The owner shall undercut the street right-of.way to allow for the Contractor to use his trench spoil to balance the street 5ubgrade to within +1- 0.10'. Revise: Item 16 & 17. Revised to read Dirt Balance - "after utilities. Item B. Revised 10 read - "FogSeal" as per plan, '\lI=lt-BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 BrookhoJlow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 II Dale: April 5. 1999 , Pag8s 1 To: Fax: Tel: :;~~j7'~~_ 'From: (7 - b'Fax: Tel: Mariorie Knitter THE MOOTE GROUP (714\ 751-4552 (714\ 751-5557 '7;\ 420-001 1 of 2 AprilS. 1m . . . " *************** -COMM. JOURNAL- ******************* DATE RPR-05-1999 ***** TIME 16:46 *** P.01 MODE = MEMORY TRANSMISSION START=APR~05 16:45 END=APR-05 16: 46 FILE NO.= 183 STN NO. COM AEER NO. STATION NAME/TEL,NO. PAGES DURATION 001 OK 6329792 001/001 00:00'46" . -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.4 ADDENDUM NO.4: PROJECT NAME: To the Drawings, Specifications and Contract Documents BID DATE: CROWNE HILL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET JMPRPOVEMENTS Tuesday, April 6, 1999 @ 2:00 P.M., NOTICE TO BIDDERS: It is intended that all work affected by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents, SchedulA "A'" a. It is the intent of the Owner to provide a balanced s~e. The owner shall undercut the street right-of.way to allow for the Contractor to use his trench spoil to balance the street subgrade towithin+/.0.10'. ' Revise: Uem 16 & 17. Revised to read Dirt Balance - 'alter utilities" Uem8. Revised to read. "FogSear as per plan. ~ BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751.5557 Fax: (714) 751-4552 II Dale: Aoril 5. 1999 ~~m Pages 1 From: Mariorie Knitter THE MOOrE GROUP 1714\ 751-4552 (714\ 751-5557 To: Fax: Tel: Fax: Tel: ,,?V 420-001 1 of 2 April S. t999 *************** -CQMM. JOURNRL- ******************* DRTE APR-0S-1999 ***** TIME 16:48 *** P.01 MODE - MEMORY TRANSMISSION START=APR-0S 16'47 END=APR-0S 16' 46 . FILE NO.= 167 STN NO, COM AEER NO. STATION NAME/TEL.NO. PAGES DURATI ON 001 OK . 6376321 001/001 00'00'26" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO, 4 ADDENDUM NO.4: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE IDLL DRIVE ' PHASE I STORM DRAINAGE. SANITARY SEWER. WATER IMPROVEMENTS And'STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6. 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all work affected by the following provisions shall conlOlm to the original specifications, dated March 10, 1999 and be Incorporated as a pert of the contract documents. Schedule .A-' . a. It is the intent of the Owner to provide a balanced site. The owner shall undercutlhe street right-of-way to allow for the Contractor 10 use his trench spall 10 balance the street subgrade to within +/- 0.10'. Revise: lIem 16 & 17. Revised 10 read Dirt Balance - "after utilities" Item 8. Revised to read. 'FogSeal' as per plan. plal!ll BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 Ii Pages From: 1 Date: iiit!fu< Fax: Tel: Fax: Tel: Mariorie Knitter THE MOOTE GROUP (714) 751-4552 ' f714l 751-5557 To: . ~~ 420.001 1 of 2 April S, 1999 *************** -COMM. JOURNAL- ******************* DATE APR-06-1999 ***** TIME 08:22 *** P.01 ~ MODE = MEMORY TRANSMISSION START.APR-06 08:21 END=APR-06 08:22 . FILE NO.. 228 STN NO; COM AEER NO. STATION NAME/TEL.No. PAGES DURAll ON 0m OK s 19097379528 00l/001 00:00'47" -THE MooTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.4 ADDENDUM NO.4: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE IllLL DRIVE" PHASE I STORM DRAINAGE. SANITARY SEWER, W ATBR IMPROVEMENTS ADd STREET lMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: n Is Intended that all work affected by the following provisions shall conform to ,the original specifications, dated March 10, 1999 and be incorporaled as a pert of the conlract documents. Schedule "A-' . a. It is the intenl 01 the Owner 10 provide e balanced site, The owner shall undercut the streel right.of.way to allow for the Contractor to use his trench spoil to balance the street subgrade to within +/- 0.10'. Revise: Item 16 & 17. Revised to read Dirt Balance- "after utilities" llem8. Revised to read - "FogSeal" as per plan. placed BID DATE REMAINS THE SAME: Tuesday. April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 II Date: AD "I 5 1999 To: ~Z(2~ Fax; <:? /~ - ' ;;?"f3 Tel: Pages From: 1 Fax: Tel: Mariorie Knitter THE MOOTE GROUP (714\ 751-4552 17141751-5557 . ?;A 4Z~1 1 or Z April S, 1999 *****~******** -COMM. JDURNRL- ******************* DATE APR-05-1999 ***** TIME 16:49 *** p.e1 . MODE = MEMORY TRANSMISSION FILE NO,= 188 START=APR-0S 16:48 END=APR-0S 16:49 STN NO. COM AEER NO. STATION NAME/TEL,NO. PAGES DURATI ON 001 OK a 19495528597 001/001 00:00'28" I -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.4 ADDENDUM NO.4: To the Drawings, Specilications and Contract Documents PROJECT NAME: CROWNE HILL DRIVE. PHASE I STORM DIWNAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS ' BID DATE: Tuesday, April 6, 1999 @ 2:00 P,M~ NOTICE TO BIOOERS: It is intended that all war\< affected by the following provisions shall confonn to the original spec~ications. dated March 10. 1999 and ba incorporated as a part of the contraCt documents, Seh&dul& "A-: . a. It is the Intent of the Owner to provide a balanced site. The owner shall undercut the street right-of.way to allow for the Contractor to use his trench spoil to balance the street subgrade towithin+/.O,10', Revise: Item 16 & 17, Revised to read Dirt Balance. "after uUlities" ItemS. Revised to read. "Fog Seal" as per plan. ~ BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751.5557 Fax: (714) 751-4552 II Date: April 5. 1999 &1i~J' .Pf/,~/.~":2- BS"9'7 Pages From: 1 Fax: Tel: Fax: Tel: Marjorie Knitter THE MOOTE GROUP (7'14) 751-4552 (714) 751.5557 To: . ,/ 17~ 420-001 I of 2 April S. 1999 *************** -COMM. JDURNAl- ******************* DATE APR-05-1999 ***** TIME 16:50 *** P.01 MODE = MEMORY TRANSMISSION START-APR-0S 16'49 EN~APR-0S 16: 50 . FILE NO.= 189 STN NO, COM A88R NO. STATION NAME/TEL.NO. PAGES DURAT I ON 001 OK . 19099256585 001/001 00:00'21" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.4 ADDENDUM NO, 4: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE mLL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS ' BID DATE: Tuesday, April 6, 1999 @2:00 P.M. NOTICE TO BIODERS:' It is Intended tIlat all work affected by tIlelollowlng provisions shail confonn to the origInai specifications, dated March 10, 1999 and be incorporated as e part of the contract documents. 1 !khedul9 -A": . a. It is the intent of the Owner to provide e balanced site. The owner shall undercut the street right-of-way to allow for the Contrack>r to use his trench spoil to balance the street subgrade to within +I. 0.10'. ' Revise: Item 16 & 17. Revised to read Dirt Balance' "after utilities" Item 8. Revised to read. "Fog Seal" as per plan. pb=I BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 II Date: Aoril 5. 1999 To: ;4h~ ~4 ~ n JfP- -J. Fax: 'Y>"",?:,/9.:z. .: <5"8 r- Tel: Pages From: 1 Fax: Tel: Mariorie Knitter THE MOOTE GROUP (714\ 751-4552 1714\ 751-5557 . ~ 420-001 1 of 2 April S. 1999 *************** -COMM. JDURNAL- ******************* DATE APR-05-1999 ***** TIME 16:51 *** P.01 , MODE = MEMORY TRANSMISSION START=APR-05 16:50 END=APR-05 16:S1 . FILE NO,= 191 STN NO. COM ABBR NO. STATION NAME/TEL. NO. PAGES DURATI ON 001 OK B 17607443492 001/001 00: 00' 29" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.4 ADDENDUM NO, 4: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE HILL DRIVE " PHASE I STORM DRAlNAGE. SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It Is intended that all wor1< affected by the following provisions shall conform to the original specifications. daled March 10, 1999 and be incorporated as a part of the contract documents. Schedule "A": . a. It is the intent of the Owner to provide a balanced site. The owner shall undercut the street right-of-wey to allow for the Contrector to use his trench spoil to balance the street subgrade to within +/- 0.10', Revise: Item lS & 17. Revised to read Oir! Balance - 'efter utiiities' Items. Revised to read - "FogSeai" as per plan. ~ BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 II Date: April 5. 1999 Pages 1 To: Fax: Tel: 1;~~~~ ::~: Tel: Mariorie Knitter THE MOOTE GROUP (714) 751-4552 1714) 751-5557 . ?1 42().(JQ! ! of 2 ApTilS,l999 . . . , , ***********.**** -COMM. JOURNAL- **********~******** DATE APR-06-1999 ***** TIME 08:15 *** P.01 MODE = 'MEMORY TRANSM I SS JON START=APR-e6 eS:14 END=APR-e6 eS:1S FILE NO.: 226 STN NO, COM AEER NO. STATION NAME/TEL.NO, PAGES DURATl ON eel 1ge5S23S2132 eel/em ee:ee'4S" OK s -:rHE MooTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.4 ADDENDUM NO, 4: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE HILL DRIVE - PHASE I STORM DRAINAGE, SANIT MY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: it is intended that all workaffected by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. SehAdufA YA": a. It is the intent of the Owner to provide a balanced site, The owner shall undercut the street right-of-way to allow for the Contractor to use his trench spOil to balance the streetsubgrade to within +1- 0,10'. Revise: Item 16 & 17, Revised to read Dirt Balance - 'after utlliUes' Item 8. Revised to read - 'FogSeal' as per plan. ~BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1529 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 [I Date: ~'"15 '~~ ~-, ~~ Pages 1 To: From: Mariorie Knitter THE MooTE GROUP /714\ 751-4552 /714\ 751-5557 Fax: Tel: Fax: Tel: ?~ 420-001 1 of 2 Aprit s, 1999 e . . " *************** -COMM. JOURNAL- ***************~*** DATE RPR-0S-1999 ***** TIME 16:58 *** P.01 MODE - MEMORY TRANSMISSION START-APR-0S 16:57 END-APR-0S 16:58 FILE NO. - 194 STN NO. COM AEER NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK 19097991830 001/001 00:00'35" . -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.4 ADDENDUM NO.4: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE IDLL DRIVE. PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 ,@ 2:00 P.M. NOTICE TO BIDDERS: It Is intended that all work affected by 1I1e following provisions shall conform to the original specifications, dated March 10, 1999 and be Incorporated as a part of the contract documents. ~r.:haduI9 -A": a. It is the intent of the Owner to provide a balanced site. The owner shall undercut the atreet right-of-way to allow for the Contractor to use his trench spoil to balance the street subgrade to within +/- 0.10'. Revise: Item 16 & 17. Revised to read Dirt Balance. "after utilities' nemS, Revised to read, "FogSeal' as per plan. -ploeed- BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drille, Suite 51 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 7514552 [I Date: ADril 5. 1999 Pages To: ll#/;~~~ From; ~. Fax: Fax: Tel: Tel: 1 Mariorie Knitter THE MooTE GROUP (714) 751-4552 (714) 751-5557 3\ 420-001 1 of 2 AprilS, 1999 . . . " *************** -COMM. JOURNAL- ******************* DRTE APR-05-1999 ***** TIME 16:59 *** p.e1 MODE: MEMORY TRANSMISSION FILE NO.: 195 5TART:APR-05 15:58 END-APR-05 15:59 STN NO. COM ABBR NO. STATION NAME/TEL. NO, PAGES DURATI ON 001 19099449301 001/001 00: 00' 27" OK . -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.4 ADDENDUM NO.4; To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE fiLL DRIVE. PHASE I STORM DRAINAGE. SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all war!< affected by the following provisions shall conform to the original.pacifications, dated March 10, 1999 end be incorporated as a part of the contract documents, SchQdule .A-: a. It is the intent 01 the OWner to provide a balanced site. The owner shall undercut the street right-of-way to allow for the Contractor to use his trench spoil to balance the street subgrade to within +/- 0.10'. Revise: Item 18 & 17. Revised to read DIrt Balance. "attar utilitieS' Item B. Revised fo read - "FogSear as per plan. "JllllCill BID DATE REMAINS THE SAME: Tuesday. April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Sante Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 II Date: April 5. 1999 ~;~~??~ Pages From: 1 To: Mariorie Knitter THE MOOTE GROUP (714) 751-4552 (714) 751.5557 Fax: Tel: Fax: Tel: L\() 420-001 1 of 2 April S, 1999 *************** -COMM. JOURNAL- ******************* DATE APR-0S-1999 ***** TIME 17 :00 *** P.01 ~ . MODE = MEMORY TRANSMISSION FILE NO.= 197 START=APR-0S 16:59 END=APR-05 17:00 STN NO. COM AEER NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK . 15104902703 001/001 00:00'26" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.4 ADDENDUM NO, 4: To the Drawings, Specilications and Contract Documents PROJECT NAME: CROWNE HILL DRIVE. PHASE I STORM DRAINAGE, SANITARY SEWER. WATER IMPROVEMENrS And STREET JMPRPQVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: tt is intended 1I1at all work affected by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contracl documents. Scl1edule -A"': a. It is the intent 01 the Owner to provide a balanced stte. The owner shan undercut the street right-of.way to allow for the Contractor to use his trench spall to balance the street subgrade towill1in.!- 0.10'. . Revise: Item 16 & 17. Revised to read Dirt Balance - "eher utilities' Item 8. Revised to read - 'FogSear as per plan. ~BID DATE REMAINS THE SAME: Tuesday, Aprll 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 II Date: To: Fax: Tel: Aori! 5 1 999 -.~;~J!~:; J Pages From: 1 Fax: Tel: Mariorie Knitter THE MOOTE GROUP (714) 751-4552 (714) 751-5557 . A.\ 420-001 I of 2 April 5, 1999 . . . , **********~**** -COMM. JOURNAL- ******************* DATE APR-05-1999 ***** TIME 17:01 *** P.01 MODE = MEMORY TR~NSMI5510N 5T~RT=~PR-05 17:00 END=APR-05 17:01 FILE NO. = 198 5TN NO, ST~TION N~ME/TEL.NO. P~GE5 DUR~T I ON COM ~BBR NO. 001 001/001 00:00'30" OK a 19096995208 -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.4 ADDENDUM NO.4: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE IDLL DRIVE - PHASE I STORM DRAlNAGE, SANITARY SEWER. WATER IMPROVEMENTS , And STREET IMPRPOVEMENTS BID DATE: , Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: Ills intended that all work effected by the following provisions shall cOhlorm to the origlnalspacifications. dated March 10, 1999 and be incorporated as a part of the contract documents. SChAdule -A": e. It is the inlent 01 the OWner to provide a balanced site, The owner shall underout the street right.ol.way to allow lor the Contraclor to use his trench spoil to balance the street subgrade to within +/- 0.10'. Revise: Item 16 & 17. Revised to read Dirt Balance - "aller U1ilities" ItemS. Revised to read - 'FogSear as per plan. ;>l-d BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 BrookhoJlow Drive. Suite !5l Santa Ana, CA 92705 Tel: (714) 751-5557 Fax; (714) 751-4552 II Date: ADril 5, 1999 Pages ~~fj#!5 ~. ::7: Tel: 1 To: Mariorie Knitter THE MOOTE GROUP (7141751-4552 (7141751-5557 Fax: Tel: ~'J/ 420-001 I of 2 April S, 1999 *************** -COMM. JOURNAL- ******************* DATE APR-05-1999 ***** TIME 17:02 *** P.01 MODE = MEMORY TRANSMISSION START-APR-05 17:01 END=APR-0S 17: 02 . FILE NJ.- 199 STN NO. COM AEER NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK a 19096944375 001/001 00: 00' 45" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.4 ADDENDUM NO.4: To the Drawings. Specifications and Contract Documents PROJECT NAME: CROWNE HILL DRIVE. PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO, BIDDERS: It is intended thet all work affected by the following provisions shall conform to the original specfflcations, dated March 10, 1999 and be incorporated as a part of the conlract documents. 1 ~c:heduIA -A". . a. II is the intent at the Owner to provide a balanced s~e. The owner shall undarout the street right-at-way to allow tor Ihe Contractor 10 use his trench spoil to balance the slreet subgrade 10 within +I. 0.10'. Ravise: Item 16 & 17. Revisedlo read Dirt Balance. "after utilities" llemB. Revised to raad . "FogSeal" as per plan, pbl;oo1-BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Su~e 57 Santa Ana, CA 92705 Tel: (714) 7,51-5557 Fax: (714) 751-4552 II Date: AorilS, 1999 ~;;~~~+ Pages From: 1 To: Fax: Tel: Fax: Tel: Mariorie Knitter THE MOOTE GROUP (714) 751-4552 (714\ 751-5557 . A?:J 420-001 1 ot 2 April S, \999 - . . . *************** -COMM. JOURNAL- ******************* DATE APR-05-1999 ***** TIME 17:03 *** P.01 MODE = MEMORY TRANSMISSION START=APR-05 17'02 END=APR-05 17'03 FILE NO. a 201 5TN NO. COM AEBR NO. STATION NAME/TEL,NO. PAGES DURATION 001 OK 19096792380 001/001 00'00'45" . -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.4 ADDENDUM NO.4: PROJECT NAME: To the Drawings, Specifications and Contract Documents BID DATE: CROWNE fiLL DRIVE - PHASE I STORM DRAINAGE. SANITARY SEWER, WATERIMPROVEMBNTS And STREET lMPRPoVEMBNTS Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDEAS: It is inlended thet all work affected by the following provisions shall conform to the original apacifications, daled March 10, 1999 and be incorporated as a part oftha contract documents. SchedulA "ArI. a. It is the intent of the Owner to provida a balanced she. The owner shall undercut tha s"aet right-of-way to allow for tha Contractor to use his trench spoil to balance tha street sUbgrade to within +1- 0.10'. Aevise: item 16 & 17. Aavlsed 10 read Dirt Balance,- .after utilities. itemS. Aevlsad to read - "FogSear as per plan, ~BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 11 Date: Ami! 5 1999 Pages 1 To: f~:12~~y Fax: Tel: From: Mariorie Knitter THE MOOTE GROUP 1714\ 751-4552 1714\ 751-5557 Fax: Tel: A.~ 420-001 1 of 2 April S, 1999 - - e ',' , *************** -COHM. JOURN^L M - ******************* DATE APR 05 - -1999 ***** TIME 17:04 *** p.al MODE = MEMORY TRANSM I SS JON FILE NO.= 202 START=APR-0S 17'03 STN NO. COM A88R NO. STATION NAME/TEL. NO. PAGES DURAT JON 001 OK 19099444113 001/001 00'00'28" . -THE MQOTE GROUP ************************************ -714 751 4552 - ***** - END=APR-05 17'04 7147514552- ********* ADDENDUM NO.4 ADDENDUM NO, 4: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE WLL DRIVE. PHASE 1 SToRM DRAINAGI!. SANITARY SEWER, WATER IMPRoVEMENTS And STREET iMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 p.M. , NOTICE TO BIDDERS: ~ is intended that all wark affected by ihe following provisions shall confonn 10 Ihe , original specifications, dated March 10, 1999 and be incorporatad as a part of the contract documents. 1 ~c:hAduIA -AW: a, It is the intent of Ihe Owner to provide a balanced site, The owner shall undercut the street right-of.way to allow for the Contractor to use his trench spoil to balance the slreetsubgracle to within +/- 0.10'. Revise: Item 16 & 17, Revised to read Dirt Balance - "after utilities" Item 8, Revised to read - "FogSeal" as per plan. ~BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 01 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 Date: To: Fax: Tel: April 5, 1999 Pages ~~~:;igt ~;f~);fr: Tel: 1 Mariorie Knitter THE MooTE GROUP 1714l7~'~552 714 7 1- 557 420-001 1 of 2 II J$ April S, 1999 . . . . ~ *************** -CQMM. JOU RNAL- ******************* DATE APR -05-1999 ..... TIME 17:05 ... P.01 MODE = MEMORY TRANSM I SS JON FILE NO.= 204 START-APR-05 17:04 STN NO. COM A88R NO. STATION NAME/TEL. NO. 19099831351 PAGES DURATION 001/001 00:00'27" -THE MGOTE GROUP 001 OK B ************************************ -714 751 4552 - ***** - ADDENDUM NO.4: PROJECT NAME: ADDENDUM NO.4 To the Drawings, Specifications and Contract Documents END=APR-05 17:05 7147514552- ********* CROWNE fiLL DRIVE. PHASE I STORM DRAINAGE. SANITARY SEWER. WATER IMPROVEMENTS And sTREET IMPRPOVEMENTS Tuesday, April 6, ,1999 @ 2:00 P.M. BID DATE: NOTICE TO BIDDERS: Ii is intended that all wort< affecled by \he following provisions shall conform to the original specifications, dated March 10, 1999 and be incOrporated as a part of the contract documents, " ~ChAdulA "A.: a, It is the intent of the Owner to provide a balanced site. The owner shall undercut the street right-of-way to allOW for the Contractor to use his trench spoil to balance the street subgrade to within +/- 0.10'. Revise: Item 16 & 17. Revised to read Dirt Balance - 'afler utimies' Item e. Revised to read . 'FogSeal' as per plan. -pIa=I BID DATE REMAINS THE SAME: TUesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 Date: Ami! 5 1999 Pages From: 1 To: tfJ~~/~~/ Fax: Tel: Mariorie Knitter THE MOOTE GROUP (714) 751-4552 1714\ 751-5557 Fax: Tel: 420-001 1 of 2 &I ACA April S, 1999 ,,- tJ/' . . . '" ADDENDUM NO. 3 ADDENDUM NO, 3: PROJECT NAME: To the Drawings, Specifications and Contract Documents CROWNE HILL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREETIMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all work affected by the lollowing provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part 01 the contract documents. 1. Schedule "A": a. Replace Addendum NO.2 bid sheet 2 of 6 with revised bid sheet 2 01 6, dated 4/5/99, Addendum No.3 (attached). ' Revise: Item 5. , Sidewalk shall be "By Others" and not a part 01 this contract. Fog Seal revised to read "Soil Seal" as per plan. ItemB. 2. Bid Bond: a. The bid bond may be submitted on your bonding company lorm, rather than the one included with the bid documents. 3. Construction Notes: a. Base is not required under the curb & gutter. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 152B Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-455~ Date: April 5, 1999 Pages 2 To: From: Mariorie Knitter THE MOOTE GROUP (714) 751-4552 (714) 751-5557 Fax: Tel: Fax: Tel: J\'L 420-001 I of 2 April 5, 1999 " Addendum No.3 4/5/99 7' . r BID SCHEDULE "A" I Complete and Submit with Bidl ITEM I) STREET IMPROVEMEm5 EsnMATED UNIT TOTAL I NO. DESCRIP1la'J UNIT QUANTITY COST PR:E 1. Construct 6- Curb & Gutter, Type A-5, Per Riv Co Std No. 200 LF 4,563 2, Construct 8- Curb & Gutter, Type D. Per Riv Co Std No. 204 LF 319 3, Saw Cui, Remove and Dispose at Offsite Existing A.C. Pavement. Complete SO 699 4, Saw Cut, Remove and Dispose of Offsite Existing Curb & Gutter. Comolete LF 135 5, Construct Sidewalk, w=6.0', Per Riv Co Sid No. 400 & 401 SO 26,695 By Others 6. Furnish and Place Pavement, A.C., As Per Plans. d=O.25' SO 91,773 7. Furnish and Place Pavement, A.B., As Per Plans SO 91,773 d=1.25' @E,M. - 2.00' @ C.L. 6, ' Furnish and Apply Asphaltic Emulsion (Seal Coat), As Per Plans , SO 91,773 9, Furnish and Apply Prime Coat, As Per Green Book Standard . Specifications. Page 391, Sec. 302-5.3 SO 91,773 10. Furnish and Install Centerline Monuments, Type A or B. EA 5 Per Riv Co Sid No. 900 & 901 11. Construct Brow Ditch, As Per Plan, w=3' & d=1' LF 232 Bv Others . 12, Construct Subdivision Utility Trench, As Per Plan LF 2aa 13, Construct Access Ramp, Per Riv Co Std No. 402. 403 & 404 EA 2 14, Furnish and Install Street Name Signs, Per Riv Co Std No. 816 EA 15, Fumish and InstraJl Stop Sign Per Riv Co Std Plans and Drawincs EA 16: Provide Dirt Balance in Paving Area from +/-0.05' SO 91,773 17. Provide Dirt Balance under Curb & Gutter from +/-0.05' SO 12,205 1 a: Adjust Water Valve to Grade after Final Paving is installed EA 19 19. Adjust Sewer Manhole to Grade -after Final Paving EA 9 20. Adjust Storm Drain Manhole to Grade after Final Paving EA 6 21.. Construct Cross Gutter and Spandrel per Riv Co Std 209 & 210 (10' Wide) SO 1,222 22, Construct Transisiton Curb & Gutter, 6" CF & 8" CF LF 92 SUB-TOTAL, STREET IMPROVEMENTS.......... ....., .............. ............ ...... .........".., $ STREET IMPROVEMENTS ALTERNATE: Contractor to include unit prices for the following: 1 , Asphalt Add ,Add Deduct Deduct + 0.05' AC + 0.10' AC 0,05' AC - 0,10' AC /SF ISF ISF /SF e 2 of 6 Subcontractor: ~~ General Contractor: . e . . ~ *************** -COMM. JOURNAL- ******************* DATE APR-05-1999 ***** TIME 09:37 *** P.01 MODE = MEMORY TRANSMISSION START=APR-05 09:36 END=APR-05 09:37 FILE NO. = 060 STN NO. AEER NO. STATION NAME/TEL.NO. PAGES DURATl ON COM 001 OK 17607454516 002/002 00:00'43" . -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.3 ADDENDUM NO.3: To the Drawings, Specifications and Contract Documents PROJECT NAME:' CROWNE roLL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It Is intended that all work affected by the following provisions shall conform to the original specifications. dated March 10. 1999 and be incorporated as a part of the contract docum.ents. Schedule MA": a. Replaca Addendum No.2 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/5/99, Addendum No.3 (attached). Reyise: Item 5. Sidewalk shall be 'By Others' and not a part of this contract. Item 6. Fog Seal revised to read 'Soil Sear as per plan. 2. BId Bond: a. The bid bond may be submitted on your bonding company form. rather than the one included with the bid documents. 3 Construction Notes: a. Base is not required under the curb & guller. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana; CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 , II Date: April 5 1999 Pages TO:. it ~~ ~~~Y-~ Fro7: Fax, V- ...=..i; _ Fax. Tel: Tel: 2 Mariorie Knitter THE MOOTE GROUP 1714\ 751.4552 (714) 751-5557 420-001 1 of 2 AprilS, 1999 4~ > . . , . c *************** -COMM. JOURNAL- ******************* DATE APR-05-1999 ***** TIME 09:38 *** P.01 MODE = MEMORY TRANSMISSION START=APR-0S 09'37 END=APR-0S 09'3S FILE NO.= 061 STN NO. COM ABBR NO. STATION NAME/TEL. NO. PAGES DURAT ION 001 OK 19096767240 002/002 00'00'45" . -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.3 ADDENDUM NO.3: PROJECT NAME: . To ths Drawings, Specifications and Contract Documents BID DATE: CROWNE mLL DRIVE. PHASE I STORM DRAlNAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all work affected by the following provisions shall conform to the original speci1ications, dated March 10, 1999 and be incorporated as a part of the contract documents. SchuduJe -A": a. Replace Addendum No.2 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 415199, Addendum No.3 (attached). Revise: Item 5. Sidewalk shall be "By Others" and not a part of this contract Fog Seal revised to read "Soil Sear as per plan. itemS, 2. Bid Bond: a. The bid bond may be submitted on your bonding company form, rather than the one included with the bid documents. 3. Construction Notes: a. Base Is not required under the curb & gutter. placed BID DATE REMAINS THE SAME: Tuesday. April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookholiow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 7514552 tl MOOTIO GROUP Date: April5 1999 Pages 2 To: Fax: Tel: ~ft~~-;S/o Fax: Tel: From: Mariorie Knitter THE MOOTE GROUP 1714\ 751-4552 (714) 751-5557 420-001 1 of 2 April S. 1999 -8J " . . . . *************** -COMM. JOURNAL- ******************* DATE APR-05-1999 ***** TIME 09:39 *** P.01 MODE = MEMORY TRANSMISSION START=RPR-0S 09:38 END=RPR-0S 09:39 FILE NO.= 062 STN NO. COM RBBR NO. STRTION NRME/TEL.NO. PRGES DURRTION 001 OK 19099553164 002/002 00:00'43" . -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.3 ADDENDUM NO, 3: To the Drawings, Specifications and Contract Documents PROJECT NAME:' CROWNE roLL DRIVE - PHASE I STORMDRAJNAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: Ills intended that all work aNectedby the following provisions shall con/onn to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. 1. Schedule -A-: a. Replace Addendum No.2 bid sheet 2 of 6 with revisad bid sheet 2 0/ 6, dated 415/99, Addendum NO.3 (attached). Revise: Item 5, IlemB, Sidewalk shall be "By Others" and not a part of this contract. Fog Seal revised to read "Soil Seal" as per plan. 2. Bid Bond' a. The bid bond may be submitted on your bonding company form, rather than the one Included with the bid documents, 3. Constru~ion Notes: a. Base is not required under the curb & gutter. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Sante Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 hIOOTe aROUP Date: April 5 1999 Peges ~~~ From: o It;..: ,- '" ....~~.Fax: Tel: Mariorie Knitter THE MOOTE GROUP (714\ 751.4552 1714\ 751-5557 2 To: Fax: Tel: 6\ 420-001 I of 2 AprilS. 1m , . . . c *************** -COMM. JDURNAL- ******************* DATE APR-0S-1999 ***** TIME 09:40 *** p.e1 MODE = MEMORY TRANSMISSION START=APR-0S 09:39 END=APR-0S 09:40 FILE NO.= 063 STN NO. COM ABBR NO. STATION NAME/TEL,NO. PAGES DURATI ON 001 OK 19096941999 002/002 00:00'42" . -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO, 3 ADDENDUM NO.3: To the Drawings, Specifications and Contract Documents PROJECT NAME: . CROWNE HILL DRIVE. PHASE I STORM DRAINAGE. SANITARY SEWER. WATER lMPROVEMENTS And STREET lMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: II is intended that all work affected by the following provisions shall conform to the original specnicalions, dated March 10, 1999 and be incorporated as a part of the contract documents. 1. Schedule "A-' a. Replace Addendum No.2 bid shaet2 of 6 with revised bid sheet 2 of 6, dated 4/5199. Addendum No.3 (attached). Revise: ~em 5. Sidewalk shall be "By Others" and not a part of this conlract. Fog Seai revised 10 read "Soil Seal" as per plan. Item 8. 2. Bid Bond: a. The bid bond may be submitted on your bonding company form, rather than the one included with the bid documents. ' 3. Construction Notes: 3. Base is not required under the curb & gutter. . placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 MOOTE OROUP Date: April 5. 1999 Pages To: ~~t1~9:A From: - Fax: Fax: Tel: Tel: 2 Mariorie Knitter THE MOOTE GROUP (714) 751-4552 (714\ 751-5557 ~'V' 420-001 1 of 2 April 5, 1999 , . . . . *************** -COMM. JOURNAL *** - **************** DATE APR-0S-1999 ***** TIME 09:42 *** P.01 MODE = MEMORY TRANSMISSION START=APR-0S 09'41 END=APR-0S 09'42 FILE NO.= 066 STN NO. COM STATION NAME/TEL. NO. PAGES DURATION AEER NO. 001 18002634063 002/002 00'00'51" OK . -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.3 ADDENDUM NO.3: To the Drawings, Specifications and Contract Documents PROJECT NAME:' CROWNE HILL DRIVE - PHASE I STORM DRAlNAGE, SANITARY SEWER, WAlERIMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIOOERS: It is intended that all work affected by the following provisions shell conform to the original specifications. dated March 10,1999 and be incorporated as a part of the contract documents. 1. Schedule IIA-: a. Replace Addendum No.2 bid sheet 2 of 6 with revised bid shee12 of 6, dated 4/5/99, Addendum No.3 (attached). Revise: Item 5. Sidewalk shall be "By Others" and not a part of this contract. item 8, Fog Seal revised to read .Soil Sear as per plan. 2 Bid Bond: e. The bid bond may be submitted on your bonding company form, rather than the one included with the bid documents. 3. Construction Notes: 'a. Base is not required under the curb & guner. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 MOOTE GROUP Date: April 5. 1999- Pages 2 To: ~j;t;~~-~"~::: Tel: Manorie Knitter THE MOOTE GROUP (714) 751-4552 /714\ 751-5557 Fax: Tel: 420-001 1 of 2 April~, 1999 :S3 o *************** -(OMM. JDURNAL- ******************* DATE APR-05-1999 ***** TIME 10:03 *** p.e1 MODE = MEMORY TRANSMiSSION START=APR-05 09:42 END=APR-05 10: 03 . FILE NO.- 067 STN NO, COM ABBR NO, STATION NAME/TEL. NO. PAGES DURATI ON 001 OK . 18003606397 002/002 00:00'36" -THE MooTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.3 ADDENDUM NO, 3: To lhe Drawings, Specifications and Contract Documents PROJECT NAME:' CROWNE HILL DRIVE . PHASE I STORM DRAINAGE. SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE:. Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: "is intended that all work affected by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents, Schedule -A": . a. Replace Addendum NO.2 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/5199, Addendum No.3 (attached). "emS. Sidewalk shall be 'By Others' and not a part of this contract Fog Seal revised to read 'Soil Seal" as per plan, Revise: Item 5, 2. Bid Bond: a. The bid bond may be submitted on your bonding company form, rather than the one included with the bid documents. . :J. Construction Notes: a, Base is not required under the curb & gutter. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP II 1528 Brookholiow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 Date: April 5 1999 Pages 2 To: .~;~~:~ From: Mariorie Knitter THE MooTE GROUP Fax: Fax: 17141751-4552 . Tel: Tel: 17141751-5557 (A 420-001 1 of 2 April S, 1999 *************** -COMM. JOURNAL- ******************* DATE APR-05-1999 ***** TIME 09:45 *** p.e1 MODE = MEMORY T~NSMISSION START=APR-0S 09'43 END=APR-0S 09'4S . FILE NO.= 069 STN NO, COM A8BR NO. STATION NAME/TEL. NO. PAGES DURATI ON 001 OK & 19097367646 002/002 00' 01 ' 01" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO. 3 ADDENDUM NO.3: To the Drawings, Specifications and Contract Documents PROJECT NAME:' CROWNE HILL DRIVE . PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, Aprii 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: n Is intended that all work affected by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents, 1 Schedule "A'" . a. Replace Addendum No.2 bid sheet 2 of 6 with revised bid sheel2 01 6, dated 4/5/99, Addendum NO.3 (anached). Revise: ItemS. Iteme. Sidewelk shall be 'By Others" and not a part of this contrecl. Fog Seal revised to read "Soil Seal' as per plan. 2. Bid Bond: a. The bid bond may be submitted on your bonding company form, rather than the one Included with the bid documents. 3. Construction Notes' a. Base is not required under the curb & gutter. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 II Date: Aoril5. 1999 Pages 2 To: ~;~~~~~~%~: Tel: Mariorie Knitter THE MOOTE GROUP (7141 751-4552 1714\ 751-5557 . Fax: Tel: '$-5 420-001 1 of 2 April S. 1999 ." *************** -CQMM. JDURNAL- ******************* DATE APR-0S-1999 ***** TIME 09:46 *** P.01 MODE = MEMORY TRANSMISSION START=APR-05 09:45 END=APR-05 09:46 . FILE NO.= 070 STN NO. COM ABBR NO. STATION NAME/TEL,NO. PAGES DURATION 001 OK . 5494033 002/002 00:00'46" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.3 ADDENDUM NO.3: To the Drawings, Specifications and Contract Documents PROJECT NAME:' CROWNE roLL DRIVE. PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: ~ is intended that all work affected by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. Schedule MAv, . a. Replace Addendum No.2 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/5/99, Addendum No.3 (anached). Revise: Ilem5, ~em8. Sidewalk shall be 'By Others" and not a part of this contract. Fog Saal revised to read 'Soil Seal" as per plan. 2. Bid Bond" a. The bid bond may be submitted on your bonding company form, rather than the one included with the bid documents. 3. Construction Notes: a. Base is not required under the curb & gutter. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP II 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 Date: ADri1S.1999 Pages 2 To: ~ ~ -L From: Mariorie Knitter THE MooTE GROUP Fax: PI' -?f;~ ) Fax: (714) 751-4552 Tel: Tel: (7141751-5557 . 420-001 ~ 1 of 2 AprilS, 1999 *************** -COMM. JOURNAL- ******************* DATE APR-0S-1999 ***** TIME 09:47 *** P.~1 ,. MODE ; MEMORY TRANSMISSION START:APR-0S 09'46 END:APR-05 09'47 e FILE NO,= 072 STN NO. COM PEER NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK a 19092739608 002/002 00'00'43" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.3 ADDENDUM NO, 3: To the Drawings, Specifications and Contract Documents PROJECT NAME:' CROWNE HILL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDOERS: It is intended thai all work affected by the following provisions shall conform to the' original specifications, dated March 10, 1999 .and be incorporated as a part of the contract documents. 1. Schedule "A"' . a. Replace Addendum No, 2 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/5/99, Addendum No.3 (attached), Revise: ItemS. Sidewalk shall be "By Others" and not a part 01 this contract. "em 8. Fog Seal revised to read "Soil Seal" as per plan. 2. BId Bond: e. The bid bond may be submitted on your bonding company form, rather than the one included with the bid documents. 3. Construction Notes: a. Base is not required under the curb & gutter. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751.-4552 II . Date: Aoril 5 1999 Pages To: ~ ~ From: Fax: -1t'"; ;.; ~ f1-h-=-~ .j... Fax: Tel: Tel: 2 Mariorie Knitter THI" MOOTE GROUP 17141 751-4552 1714\ 751.5557 420-001 1 of 2 ApriI5,1999, '$1 *************** -COMM. JOURNAL- ******************* DATE APR-05-1999 ***** TIME 09:48 *** p.e1 . . MODE = MEMORY TR~NSMISSION FILE NO.= 073 START=~PR-0S 09'47 END=APR-0S,09:48 STN NO. COM ~BBR NO, ST~TION NAME/TEL. NO. P~GES DURAT I ON 001 OK . 17607437761 002/002 00:00'43" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.3 ADDENDUM NO.3: PROJECT NAME: . To the Drawings, Specifications and Contract Documents BID DATE: CROWNE HILL DRIVE - PHASE I STORM DRAJNAGE. SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: ~ Is Intended that all work affecled by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. ~Ch9dulA "'A"' . a. Replace Addendum No, 2 bid sheet 2 of 6 with revised bid sheel2 of 6, dated 4/5/99, Addendum No.3 (attached). ItemS. Sidewall< shall be 'By Others" and not a part of this contract, Fog Seal revised to read "Soil Seal' as per plan. Revise: ~em 5, 2 Bid Bond' a. The bid bond may be submitted on your bonding company form, rather lhan the one included wJ1h the bid documents. 3. Construction Notes: 8. ~ase is not required under the curb & gutter. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P,M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714)751-5557 Fax: (714) 751.4552 II Date: Aoril5 1999" Pages From: 2 Fax: Tel: Fax: Tel: Marjorie Knitter THE MOOTE GROUP (714) 751-4552 (714\ 751-5557 To: ~;~~:~ . 420-001 1 of 2 April S, 1999 ~ *************** -CQMM. JOURNAL- ******************* DATE APR-05-1999 ***** TIME 09:50 *** P.01 MODE = MEMORY TRANSM I SS I ON START=APR-05 09:49 END=APR-<lS 09:50 . FILE NO. = 074 STN NO. COM ABBR NO. STATION NAME/TEL. NO, PAGES DURATl ON 001 OK . 6329792 002/G02 00: 01'17" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.3 ADDENDUM NO, 3: To the Drawings, Specifications and Contract Documents PROJECT NAME:' CROWNE HILL DRIVE. PHASE I STORM DRAINAGE. SANITARY SEWER, W ATF:R IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M, NOTICE TO BIDDERS: It is intended that all work affected by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. 1. Schedule -A": . a. Replace Addendum NO.2 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/5199, Addendum No.3 (attached). Revise: ItemS, ltemB. Sidewalk shall be "By Others" and not a part of this contract. Fog Seal revised to read "Soil Seal" as per plan. 2. Bid Bond' 3. The bid bond may be submItted on your bondIng company.form, rather than the one Included with the bid documents. 3. Construction Notes: 3. Base is not required under the curb & gutter. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drtve, Suite 57 Santa Ana, CA 92705 Tel: (714) 751.5557 Fax: (714) 751-4552 h400TE GROUP Date: Aorif 5, 1999 Pages From: 2 To: ~1t7{1Z~ . Fax: Tel: Fax: Tel: Mariorie Knitter THE MOOTE GROUP (714) 751-4552 (714) 751-5557 S\ 420-001 1 of 2 April S, 1999 *************** -COMM. JDURNAL- ******************* DATE APR-0S-1999 ***** TIME 09:51 *** P.01 MODE - MEMORY TRANSMISSION START=APR-05 09:50 END=APR-05 09:51 . FILE NO.- 075 STN NO. COM ABBR NO. STATION NAME/TEL. NO. PAGES DURATI ON 001 OK s 6376321 002/002 00:00'.3" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.3 ADDENDUM NO, 3: To the Drawings, Specifications and Contract Documents PROJECT NAME:' CROWNE HILL DRIVE" PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:0D P.M. NOTICE TO BIDDERS: It is intended that all work affected by the following provisions shall confonn to the original specltications, dated March 10, 1999 and be incorporated as a part of the contract documents. 1. Schedule "A". . a Replace Addendum No.2 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/5/99, Addendum No.3 (attached). Revise: itemS, ItemS, Sidewalk shall be "Sy Others" and not a part of this contract. Fog Seal revised to read "Soil Seal" as per plan. 2. Sid Sand' a. The bid bond may be submitted on your bonding company form, rather than the one included , with the bid documents, .3...-- Construction Notes: a; Base is not required under the curb & gutter. placed BID DATE REMAINS THE SAME: Tuesday, April 6. 1999 @ 2:00 P.M. , *************** -COMM. JOURNAL- ******************* DATE APR-eS-1999 ***** TIME 09:53 *** P.01 . MODE : MEMORY TR~NSMISSJON ST~RT=~PR-05 09:51 END=APR-05 09: 53 . FILE NO.: 077 STN NO. COM ~EER NO. ST~TION NAME/TEL. NO. P~GES DUR~TlON 001 OK . 19097379528 002/002 00: 01'18" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.3 ADDENDUM NO.3: To the Drawings, Specilications and Contract Documents PROJECT NAME:' CROWNE IDLL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all work affected by the following provisions sl1all conform to the original specifications, dated March 10. 1999 and be incorporated as a part of the contract documents. 1. SchAdule HAM: . a. Replace Addendum No.2 bid sheel2 of 6 with revised bid sheet 2 01 6, dated 4/5199, Addendum No, 3 (attached). Revise: Item 5. Sidewalk shall be "By Others" and not a part of this contract. Item 8. Fog Seal revised to read "Soil Seal" as per plan. 2. Bid Bond: a. The bid bond may be submitted on your bonding company form, rather than the one included with the bid documents. 3 Construclion Notes: a. Base is not required under the curb & gutter. pl.ced BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 II Date: April5 1999 ~ t(3~ ~~~ '_ -:-2~ Pages From: 2 . Fax: Tel: Fax: Tel: Marjorie Knitter THE MOOre GROUP (714) 751-4552 (714) 751-5557 To: 42()'()()1 1 of 2 April', 1m Co\ *************** -COMM. JOURNAL- ******************* DATE APR-05-1999 ***** TIME 09:54 *** p.e1 ~ , . MODE = MEMORY TRANSMiSSION FILE NO.= 078 START=APR-0S 09:53 END=APR-ffi 09: 54 STN NO. COM ABBR NO, STATION NAME/TEL. NO, PAGES DURATION 001 OK . 19495528597 002/002 00:00'44" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.3 ADDENDUM NO.3: To the Drawings, Specifications and Contract Documents PROJECT NAME:' CROWNE IDLL DRIVE. PHASE I STORM DRAINAGE, SANlTARY SEWER. WATER IMPROVEMENTS And STREET IMPRPOVBMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00P.M. NOTICE TO BIDDERS: It is intended that all work affected by tile following provisions shall conform to the original specaications, dated March 10. 1999 and be incorporated as a part of the contract documents, 1, Schedule "A-: . a. Replace Addendum No.2 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 415/99. Addendum No.3 (attached). Revise: ItemS, Sidewalk shall be 'By Others'" and nor a part of tIlis contract. Fog Seal revised to read "Soli Sear as per plan. ffemS. ~Bid Bond: a. The bid bond may be submitted on your bonding company form, rather than the one included wiih the bid documents. 3........-Construction Notes: a. Base is not required under the cum & gutter. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 ' Fax: (714) 751-4552 II Date: April 5. 1999 Pages rIti::: i!zf/ ~. a, From: 9~~ /""" :;:( - t:J.s-9 7' Fax: , Tel: 2 To: Mariorie Knitter THE MOOTE GROUP 17141 751-4552 (714\ 751-5557 . Fax: Tel: 420.001 t of 2 ApritS,1999 Co?... ~,~ *************** -COMM. JOURNAL- ******************* DATE APR-05-1999 ***** TIME 09:56 *** P.01 , MODE = MEMORY TRANSMISSION START=APR-0S 09:54 END=APR-05 09: 56 . FILE NO.~ 079 STN NO, COM AEER NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK . 19099256585 002/002 00: 01 '50" -THE MooTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.3 ADDENDUM NO, 3: To the Drawings, Specifications and Contract Documents PROJECT NAME:' CROWNE HILL DRIVE - PHASE 1 STORM DRAINAGE. SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all work affected by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. Schedule WA". . a. Replace Addendum No.2 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/5/99, Addendum No, 3 (attached). ltemB. Sidewalk shall be "By Others" and not e part of this contract. Fog Seal revised to read "Soil Seal" as per plan. Revise: Item 5. 2 Bid Bond: a. The bid bond may be submitted on your bonding company form, rather than the one included with the bid documents. ' 3. Construction Notes: a. Base is not required under the curb & gutter. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M, THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fex: (714) 751-4552 II Date: April 5 1999 %jJ~ ;{:r'::~' Pages From: 2 . To; Fax: Tel: Fax: Tel; Mariorie Knitter THE MOOTE GROUP (714) 751-4552 (714) 751-5557 420-001 1 of 2 April 5. 1999 r;b *************** -COMM. JOURNAL- ******************* DATE APR-eS-1999 ***** TIME 09:58 *** p.e1 " i . MODE = MEMORY TRANSMISSION FILE NO.: 000 START:APR-0S09'S6 END=APR-0S 09'58 STN NO. COM AEER NO. STATION NAME/TEL.NO. PAGES DURATION 001 OK . 17607443492 002/002 00'00'51" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.3 ADDENDUM NO, 3: To the Drawings, Specifications and Contract Documents PROJECT NAME:' CROWNE ffiLL DRIVE. PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00P.M. NOTICE TO BIDDERS: It is Intended that all war!< affected by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. SchedulA "AU: . a, Replace Addendum No.2 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/5/99, Addendum No.3 (attached). ItemS. Sidewalk shall be "By Others" and not a part of this contract. Fog Seal revised to read "Soil Seal" es per plan. Revise: Item 5. 2. Bid Bond: a. The bid bond may be submitted on your bonding company form, rather than the one included with the bid documents. 3. Construction Notes: 'a Base is not required under the curb & gutter. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714)751-5557 Fax: (714) 751-4552 II Ao,;1 5. 1995- Pages From: 2 Date: To: Fax: Tel: 1;/irk3 ~ii;~~ Fax: Tel: Mariorie Knitter THE MOOTE GROUP 1714\ 751-4552 (714\ 751.5557 . 420-001 I of 2 AprilS, 1999 ~'\ *************** -COMM. JDURNAL- ******************* DATE APR-0S-1999 ***** T1ME 09:59 *** P.01 c' MODE - MEMORY TRANSMISSION START=APR-05 09'58 END=APR-05 09: 59 . FILE NO.= 081 STN NO. COM ABBR NO. STATION NAME/TEL. NO. PAGES DLRATI ON 001 OK . 19098235202 002/002 00'01'15" -THE MOJTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.3 ADDENDUM NO.3: To the Drawings, Specifications and Contract Documents PROJECT NAME:' CROWNE IDLL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS , BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is inlended that all work affected by the following provisions shall conform to the original specifications, dated March 10, 1999 and be Incorporatad as a part of the contract documents. Schedule -A": . a. Replace Addendum No, 2 bid sheet 2 of 6 with revised bid sheat2 of 6, dated 4/5/99, Addendum NO.3 (attached). nama. Sidewalk shall be "By Others" and not a part of this contract. Fog Seal revised to read "Soli Seal" as per plan. Revise: Item 5. 2 Bid Bond: a. The bid bond may be submitted on your bonding company form, rather than the one included with the bid documents. 3 Construction Notes' a. Base is not required under the curb & guller, placed BID DATE REMAINS THE SAME: Tuesday, April 6. 1999 @ 2:00 P.M. " . . . *************** -COMM. JOURNRL- ******************* DATE APR-0S-1999 ***** TIME 10:01 *** p.e1 MODE = MEMORY TRANSM I SS I ON START=APR-0S 09:S9 END=APR-0S 10:01 FILE NO.= 082 STN NO. COM AE8R NO. STATION NAME/TEL. NO. PAGES DURATION 001 19097991830 002/00200:01'01" OK a -THE MOoTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO. 3 ADDENDUM NO, 3: To the Drawings. Specifications and Contract Documents PROJECT NAME:' CROWNE HILL DRIVE - PHASE I STORM DRAINAGE. SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6. 1999 @ 2:00 P.M. NOTICE TO BIDDERS: ~ is intended that all work affected by the following provisions shall cOnlorm to the original specilications, dated March 10, 1999 and be incorporated as a part of the contract documents. Schedule -A.: a. Replace Addendum NO.2 bid shaet 2 of 6 with revised bid sheet 2 of 6, datad 4/5/99, Addendum NO.3 (attached). Revise: Sidewalk shall be "By Others' and not a part of this contract. Fog Seal revised to read "Soil Seal" as per plan. ItemS. ItemS. 2. Bid Bond" a. The bid bond may be submitted on your bonding company 10rm. rather than the one Included with the bid documents. 3 Construction NotEls' a. Base is not required under the curb & gutter. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 II Date: Pages From: Ao"1 5. 1999 2 To: w;~-0830~'- Fax: Tel: Marjorie Knitter THE MOOTE GROUP (714\ 751-4552 (714\ 751-5557 Fax: Tel: c,p 420-llg1 1 af 2 April S. 1999 *************** -COMM. JOURNAL- ******************* DATE APR-0S-1999 ***** TIME 10:e2 *** p.e1 ~ ,. MODE = MEMORY TRANSMISSION START-APR-0S 10'01 END=APR-0S 10'02 . FILE NO.= 083 STN NO. COM AEER NO. STATION NAME/TEL. NO. PAGES DURATI ON 001 OK . 19099449301 002/002 00'00'46" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.3 ADDENDUM NO, 3: To the Drawings, Specifications and Contract Documents PROJECT NAME:' CROWNE HILL DRIVE . PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE; Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It Is intended that all work affected by the following provisions shall conform to the original .pecifications, dated March 10, 1999 and be incorporated a. a part of the contract documents, 1. SchedulA MA": . a. Replace Addendum No.2 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/5199, Addendum No.3 (attached). Revise: ~em5. Sidewalk shall be "By Othels' and not a part of this contract. Item 8. Fog Seal revised to read "Soil Sear as per plan. 2. Bid Bnnd' a. The bid bond may be submitted on your bonding company form, rather fhan the one included w~h the bid documents, 3. Construction Notes: a. Base is not required under the curb & gutter. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 152B Brookhollow Drive, Sune 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 II . Date: To: Fax: Tel: AprilS. 1999 tJi~t/?;;. Pages From: 2 Fax: Tel: Marjorie Knitter THE MooTE GROUP 17141 751-4552 (714) 751-5557 G,~ 42Q.OOI lof2 April S, 1999 *************** -COMM. JOURNRL- ******************* DATE APR-05-1999 ***** TIME 10:05 *** P.01 .~' MODE : MEMORY TRANSMISSION START=APR-0S 10'03 END=APR-05 10'05 . FILE NO.: 086 STN NO. COM A8ER NO. STRTION NRME/TEL.NO. PAGES DURATION 001 OK . 1909699S208 002/002 00'00'51" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO. 3 ADDENDUM NO.3: To the Drawings, Specifications and Contract Documents PROJECT NAME:' CROWNE HILL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDOERS: It is intended that all work affected by the following provisions shall conlorm to the original speciflcations, dated March 10, 1999 and be incorporated as a part of the contract documents. SChedule MA-: . a. Replace Addendum No.2 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/5199. Addendum No, 3 (attached). itemS. Sidewalk shall be "By Others" and not a part of this contraol. Fog Seal revised to read "Soil Seal" as per plan, Revise: Item 5, 2. Bid Bond. a. The bid bond may be submitted on your bonding company form, rather 1han 1he one included with the bid documents. 3 Com;truc:tion Notes: a. Base is not required under the curb & gutter. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ane, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 Date: To: ADril5,1999 Pages 2 . ~ From: _ CJ,r//. Fax: Tel: Mariorie Knitter THE MOOTE GROUP (7141751-4552 (7141 751-5557 Fax: Tel: ~8 420-001 1 of 2 April S, 1999 *************** -COMM. JOURNAL- ******************* DATE APR-0S-1999 ***** TIME 10:06 *** P.01 , " . MODE - MEMORY TRANSMISSION FILE NO,= 087 START=APR-0S 10' 0S END=APR-0S 10'0S STN NO. COM ABBR NO. STATION NAME/TEL,NO. PAGES DURATI ON 001 OK . 19096944375 002/002 00' 01' 15" -THE MooTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.3 ADDENDUM NO.3: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE IDLL DRIVE. PHASE I STORM DRAINAGE. SANITARY sEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is Intended that all work affected by the following provisions shall conform 10 the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. Schedule "'A"': a, Replace Addendum No.2 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/5199, Addendum No.3 (attached). . Revise: ItemS. ItemB. Sidewalk shall be "By O1hars" and not a part of this contraCt. Fog Seal revised to read "Soli Seal" as per plan. 2. Bid Bond: a. The bid bond may be submitted on your bonding company form, rather Ihan the one included' with the bid documents. :1 Construction Notes: a. Base is not required under the curb & gutter. ptaced ElID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 152B Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714)751-5557 Fax: (714) 751-4552 II Date: Aoril 5 1999 ~~~r' Pages 2 . Fax: Tel: -from: Fax: Tel: Mariorie Knitter THE MOOTE GROUP (714) 751-4552 (714) 751-5557 To: I6A 420-001 I of 2 AprU S, 1999 *************** -COMM. JOURNAL- ......... ********** DATE APR 05 , - -1999 ***** TIME 10:08 *** P.01 . MODE = MEMORY TRANSMISSION FILE NO.= 089' START=APR-0S 10:06 END=APR-05 10:08 STN NO, COM AEER NO, STATION NAME/TEL. NO. 19096792380 PAGES DURATI ON 002/00200:01'31" 001 OK s -THE MOOTE GROUP -, ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO, 3: PROJECT NAME: To the Drawings, Specifications and Contract Docum8nts ADDENDUM NO.3 BID DATE: CROWNE HILL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET JMPRPOVEMENTS Tuesday,April 6, 1999 @ 2:00 P.M, NOTICE TO BIDDERS: It is intended that all work affecled by the following provisions shall conform to the original specifications, dated March 10, 1999 and be Incorporated as a part of the contract documents. 1 SchAdulA .A~: a. Replace Addendum No.2 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/5199, Addendum No.3 (ettached), . Revise: Item 5. ItemS. Sidewalk shall be "By Others" and not a part of this contract. Fog Seal revised to read 'Soil Sear' as per plen. 2 Bid Bond: a, The bid bond may be submitted on your bOnding company form, rather than the one included w~h the bid documents. 3 Construction Notes: placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. a. Base is not required under the curb & gutter. II THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 Date: Aoril5 1999 ~~~!;~:::~ Pages 2 To: From: Mariorie Knitter THE MOOTE GROUP 17M) 751-455:> (714) 751-5557 . Fax: Tel; Fax: Tel: 420-001 1 of 2 AprilS, 1999 1.0 . . . <' . *************** -COMM. JOURNAL- *******************'DATE APR-05-1999 ***** TIME 10:09 *** P.01 MODE = MEMORY TRANSMISSION START=APR-0S 10'08 END=APR-0S 10'09 FILE NO.= 090 STN NO. ABBR NO. STAT! ON NAME/TEL, NO.' PAGES DURAT! ON COM 001 OK 19099444113 002/002 00:00'44" . -THE MOOTE GROUP ************************************ -714 ?St 4552 7147514552- ********* - ***** - ADDENDUM NO, 3 ADDENDUM NO.3: To the Drawings, Specificiltions and Contract Documents PROJECT NAME: CROWNE HILL DRIVE - PHASE I STORM DRAINAGE. SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P,M. NOTICE TO BIDDERS: It is Intended that all work affected by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contraCt documents. 1 Schedule -AM. a. Replace Addendum NO.2 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/5/99, Addendum No.3 (attached). Revise: Ilem 5. Sidewalk shall be 'By Others" and not a pa~ of this contract. Fog Seal revised to read 'Soil Sear as per plan. llemS. 2 Bid Bond: a. The bid bond may be submitted on your bonding company form, rather than the one included with the bid documents. 3. .Constructlon Notes: a. Base Is not required under the curb & gutter. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1526 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 II Dale: Ami! 5 1999 ::: ~~~;~~i! Tel: Pages 2 From; Mariorie Knitter THE MooTE GROUP ~~~~ ~~~~~~~ Fax: Tel: "\\ 420-001 1 of 2 April S, 1999 - . . . " . *************** -COMM. !OURNAL- ******************* "DATE APR-0S-1999 ***** TIME 10:10 *** P.01 MODE = MEMORY TRANSM I SS ION FILE NO.= 091 S1ART~APR-05 10:09 STN NO. COM AEER NO. STATION NAME/TEL. NO, PAGES DURATI ON 001 OK 19099831351 002/002 00:00'43" s -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - END:APR-05 10:10 7147514552- ********* ADDENDUM NO.3 ADDENDUM NO.3: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE HILL DRIVE - PHASE I STORM DRAINAGE. SANITARY SEwER, WATER IMPRoVEMENTS And sTREET IMPRPOVEMENTS , BID DATE: Tuesday, April 6, 1999 @'2:00 P.M. NOTICE TO BIDDERS: It is intended thaI all wor1< affected by the following provislon~ shall conform to the original specifications, dated March 10, 1999 and be Incorporaledas a part oflhe contract documents. 1. Schedule -A-: a. Replace Addendum No.2 bid sheet 2 of 6 with rell1sed bid sheet 2 of 6, dated 4/5199, Addendum No.3 (attached). Revise: Item 5, Sidewalk shall be 'By O1hers' and nOI a part 01 this contract. Fog Seal revised to reed "Soil Seal" as per plan. Rem 8, 2. Bid Bond: a. The bid bond may be submitted on your bonding company form, rather than the one included wilh the bid documents. 3. Constrnctit'ln Notes: a. Base is not required under the curb & guffer. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOrE GROUP 1528 Brookhollow Drive, Su1te 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 Date: Aori! 5 1999 Pages From: Fax: Tel: 2 To: $;3.~;J~ r/ Mariorie Knitter THE MOOTE GROUP (714\ 751-4552 (714\ 751-5557 Fax: Tel: 420-001 1 of 2 Ii 1Z--- AprilS, 1999 ., e - . _oj' . . *************** -CQMM. JOURNAL **** _ *************** DATE APR-05-1999 ***** TIME 10:12 *** P.01 MODE - MEMORY TRANSMISSION START:APR-0S 10'02 END=APR-0S 10'12 FILE NO.- 084 L STN NO, COM AEER NO. STATION NAME/TEL,NO. 15104902703 PAGES DURATION 001 OK a 002/002 00'00'42" -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.3 ADDENDUM NO.3: PROJECT NAME: . To the Drawings, Specifications and Contract Documents BID DATE: CROWNE HILL DRIVE. PHASE I STORM DRAlNAGE, SANITARY sEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMENTS TUesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all wor\c affected by the following provisions shall conform 10 the original specifications, dated March 10, 1999 and be incorporated as a part 01 the contract documents. 1. Schedule -A": a. Replace Addendum No.2 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/5199, Addendum No.3 (attached). Revise: ItemS. Sidewalk shall be "By Others. end not a part of this contrac\. Fog Seal revised to read "Soil Seal" as per plan. ItemS. 2 Bid Bond: a. The bid bond may be submitted on your bonding company form, rather than the one included with the bid documents. 3. Construction Notes: a. Base is not required under the curb & gutter. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:0D P.M. THE MOOTE GROUP 1528 Brookhollow Drive, SURe 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 II Date: Amil 5. 1999 ~~>.~t1i~:: , Pages From: Mariorie Knitter THE MOOrE GROUP (714\ 751-4552 1714\ 751-5557 2 To: Fax: Tel: Fax: Tel: 42t).O()I 1 of 2 April S, 1999 1.3 . , t; . ADDENDUM NO. 2 ADDENDUM NO, 2: PROJECT NAME: To the Drawings, Specifications and Contract Documents CROWNE HILL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all work affected by the lollowing provisions shall conlorm to the original specilications, dated March 10, 1999 and be incorporated as a part 01 the contract documents. 1. Schedule "A": a. " Replace Addendum No.1 bid sheet 2 of 6 with revised bid sheet 2 01 6, dated 4/1/99, Addendum NO.2 (attached). Revise: Item 21. Item 22. Item 9. Construct Cross Gutter and Spandrel per Riv Co Std 209 & 210 Construct Transition Curb & Gutter, 6" CF & 8' CF Prime Coat shall be per Green Book Standard Specilications, page 391, Sec. 302-5.3 Brow Ditch shall be constructed "By Others" Dirt Balance shall be Irom +/- 0.05' Add: Item 11. Item 16. & 17. . 2, Construction Notes: a. Suitable Excess Material generated by the Grading or Underground Activities may be placed on site as directed by Owner. 3, Bid Bond: a. The Bid Bond shall be made to Richmond American Homes. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Srookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 Date: Aoril1, 1999 Pages 2 To: From: Mariorie Knitter . THE MOOTE GROUP Fax: Fax: . (714) 751-4552 Tel: Tel: (714) 751-5557 1'\ 420-001 1 of 2 April I, t999 . i Addendum No.2 4/1199 BID SCHEDULE "A" lete and Submit with Bid ITEM I) STREET IMPROVEMENTS ESTiMATED UNIT TOTAL NO, DESCAlPTJ<:l'J UNIT QUANTITY cosr ~ 1. Construct 6- Curb & Gutter, Type A-G, Per Riv Co Std No. 200 LF 4,563 2, Construct 8- Curb & Gutter, Type 0, Per Riv Co Std No. 204 LF 319 3, Saw Cut, Remove and Dispose of Otfsile Existing A.C. Pavement, Complete s= 699 4, Saw Cut, Remove and Dispose of OffsUe Existing Curb & Gutter. Complete LF 135 5, Construct Sidewalk, w=6.0', Per Riv Co SId No. 400 & 401 s= 26,695 5. Furnish and Place Pavement, A.C., As Per Plans, d=O.25' s= 91,773 7. Furnish and Place Pavement. A.B., As Per Plans s= 91,773 d=1.25' @E,M. - 2,00' @ C.L 8. Furnish and Apply Asphaltic Emulsion (Fog Seal), As Per Plans s= 91,773 9, Furnish and Apply'Prime Coat, As Per Green Book Standard Specifications, Page 391, Sec. 302-5,3 s= 91,773 10, Furnish and Install Centerline Monuments. Type A or B. EA 5 Per Riv Co Std No, 900 & 901 11. Construct Brow Ditch, As Per Plan, w=3' & d=1' . LF 232 Bv Others 12, Construct Subdivision Utility Trench, As Per Pian LF 28a 13, Construct Access Ramp, Per Rlv Co SId No. 402, 403 & 404 EA 2 14, Furnish and Install Street Name Signs, Per Riv Co Std No. 816 EA 15, Fumish and InstralJ Stop Sign Per Riv Co SId Plans and Drawincs EA 16. Provide Dirt Balance in Paving Area from +/.0.05' s= 91,773 17, Provide Dirt Balance under Curb & Gutter from +/-0.05' s= 12,205 18, Adjust Water Valve to Grade after Final Paving is instalied EA 19 19, Adjust Sewer Manhole to Grade alter Final Paving EA 9 20, Adjust Storm Drain Manhole to Grade after Final Paving EA 5 21. Construct Cross Gutter and Spandrel per Rlv Co Std 209 & 210 (10' Wide) s= 1,222 22, Construct Translsiton Curb & Gutter, 6' CF & S" CF LF 92 . SUB-TOTAL, STREET IMPROVSMENTS............. ,. " ,................,..................,..., ...' $ STREET IMPROVEMENTS AlTERNATE: Contractor to include unit prices for the following: 1 . Asphalt Add Add Deduct + 0,05' AC +- 0,10' AC 0.05' AC - 0.10' AC Deduct General Contractor: 2 of 6 /SF /SF /SF ISF Subcontractor: 1'6 . . . t *************** -COMM. JOURNAL- ******************* DATE APR-01-1999 ***** TIME 15:15 *** p.e1 MODE = MEMORY TRANSMISSION START=APR-01 15:14 END=APR-01 15:15 FILE NO.: 198 STN NO. COM ABBR NO. STATION NAME/TEL. NO. PAGES DURATI ON 001 OK 17607454516 002/002 00:00'44" . -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO. 2 ADDENDUM NO.2: To the Drawings, Specilications and Contract Documents PROJECT NAME: CROWNE IDLL DRIVE. PHASE I STORM DRAINAGE. SANITARY SEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID ,DATE: Tuesday, April 6, 1999 @ 2:00 P.M, NOTICE TO BIDDERS: It is intended that all work affected by the following provisions shail conform to the original specifications, dated March 10, 1999 and be Incorporated as a part 01 the contract documents. Schedule "A": a. Replace Addendum No.1 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/1/99, Addendum No.2 (attached). Add: lIem21. Item 22. Item 9, Item 11. lIem 16. & 17. Construct Cross Gutter and Spandrel per Riv Co Std 209 & 210 Construct Transition Curb & Gutter, 6' CF & 8' CF Prime Coat shall be per Green Book Standard Speclfications, page 391, Sec. 302-5.3 Brow Ditch shall be constructed "By Others" Dirt Balance shall be from +/- 0.05' Revise; 2 Construction Notes: a Suitable Excess Material generated by !he Grading or Underground Activities may be placed on site as directed by Owner. 3 Rid Bnnd: a. The Bid Bond shall Oe made 10 Richmond American Homes, plated BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 Dale: April 1. 1999 ::/Jfz?!A:~?~ Tel: Pages 2 From: Mariorie Knitter THE MOOTE GROUP ~ /714\ 751-4552 (714\ 751-5557 Fax: Tel: 42()'()()l 1 of 2 Aprill, 1999 1b . *************** -COMM. JOURNAL- ******************* DATE APR-01-1999 ***** TIME 15:16 *** P.E1 " MODE = MEMORY TRANSMISSION START=APR-01 1S:lS END=APR-01 lS:15 . FILE NO.= 199 STN NO. COM AEER NO. STATION NAME/TEL. NO, PAGES DURATION 001 OK a 19095757240 002/002 00:00'4S" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO, 2 ADDENDUM NO.2: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE IDLL DRIVE. PHASE I STORM DRAINAGE. SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS ' BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all work affected by the following provisions shall conform to the original specifications, dated March 10. 1999 and be incorporated as a part of the contract documents. 1. Schedule "A-: . a. Repiace Addendum NO.1 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 411/99, Addendum NO.2 (attached), Add: Item 21. Item 22. Item 9. Construct Cross Guner and Spandrel per Riv Co Std 209 & 210 Construct Transition Curb & Gutter, 6" CF & 8' CF Prime Coat shall be per Green Book Standard Specifications, page 391, Sec. 302-5.3 Brow Ditch shall be conS1ructed 'By Others" Dirt Balance shall be from +/. 0.05' Revise: item11. Item 16. & 17. 2. Construction Notes: a. Suitable Excess Material generated by the Grading or Underground Activities may be placed on site as directed by Owner. 3 Bir! Rond: a. The Bid Bond shall be made to Richmond American Homes. , placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP II 1528 Brookhollow Drive, Su~e 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 . Date: Aorill 1999 Pages 2 To: ~1:6AJ~;;~ From: Mariorie Knitter THE MOOTE GROUP Fax: Fax: (714) 751-4552 Tel: Tel: (714) 751-5557 "11- 42G-OOI 1 of 2 April I, 1999 ~ *************** -COMM. JOURNAL- ******************* DATE APR-01-1999 ***** TIME 15:18 *** P.01 . MODE = MEMORY TRANSMISSION STRRT=APR-01 15:17 END=APR-01 15:1e . FILE NO,= 200 STN NO. COM REER NO. STATION NRME/TEL.NO. PRGE5 DURRTION 001 OK . 19099553164 002,-e02 00:00'42" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.2 ADDENDUM NO.2: PROJECT NAME: To the Drawings, Specifications and Contract Documents BID DATE: CROWNE lULL DRIVE" PHASE I STORM DRAlNAGE. sANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS Tuesday, April 6, 1999 @ 2:00 P.M, NOTICE TO BIDDERS: It is intended that all work affected by the following provisions shall conform to the original specifications, dated March 10. 1999 and be incorporated as a part of the contract documents. Schedule -A": . a. Replace Addendum No.1 bid sheet 2 01 6 with revised bid sheet 2 of 6. dated 4/1/99, Addendum No.2 (attached). Item 11. Item 16. & 17, ConstnJCI Cross Gutter and Spandrel per Riv Co Std 209 & 210 ConstnJc1 Transition Curb & Gutter, 6' CF & 6" CF Prime Coal shall be per Green Book Standard Specifications, page 381, Sec. 302-5.3 Brow Ditch shall be conslructed "By Others" Dirt Balance shall be from +/- 0.05' Revise: Item 21. Item 22. Item 9. Add: 2 Construction Notes: a.: Suitabie Excess'Materialgeneraled by the Grading or Underground Activities may be placed on site as directed by Owner. ~ Bid Bond: a. The Bid Bond shall be made to Richmond Amarican Homes. pl.ced BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP II 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714)751-4552 . Date: Ami! 1 1999 Pages 2 To: M~~' From: Mariorie Knitter THE MooTE GROUP Fax: Fax: (714) 751-4552 Tel: Tel: (714\ 751-5557 1~ 42MOl 1 of 2 April 1. 1999 . . . . o *************** -COMM. JOURNAL- ******************* DATE APR-01-1999 ***** TIME 15=19 *** P.01 MODE = MEMORY TRANSMiSSION START-APR-01 15'18 END-APR-01 15'19 FILE NO.= 203 STN NO. COM AEER NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK 19096941999 002/002 00'00'44" . -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - *)j()j()j(* - ADDENDUM NO.2 ADDENDUM NO.2: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE IDLL DRIVE. PHASE I STORM DRAINAGE, SANITARY SEWER. WATER IMPROVEMENTS And S'IREET IMPRPOVEMENTS ' BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that aii work affected by the foiiowing provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract document.. SChedule "A'" a, Replace Addendum No, 1 bid .heet 2 of 6 with revised bid sheet 2 of 6, dated 4/1/99. Addendum No.2 (attached). Add: Item 21. Item 22, Item 9. Construct Cross Gutter and Spandrel per Riv Co Std 209 &210 Construct Transition Curb & Gutter, 6' CF & 8" CF Prime Coat shaii be per Green Book Standard Specilications, page 391, See. 302.5.3 Brow Ditch shalt be constructed "By Others' Oirt Balance shall be from +/- 0,05' Revise: item 11. Item 16. & 17. 2. Construction Notes: a. Suitable Excess Material generated by the Grading or Underground Activtties may be placed on site as directed by OWner. . 3, Bid 8nnd: a. The Bid Bond shaii be made to Richmond American Homes. pI,ced BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P,M, THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 II Date: Aori11.1999 Pages To: ~;(~9:: From: ./ Fax: Fax: Tel: Tel: 2 Mariorie Knitter THE MOOTEGROUP (714) 751-4552 (714) 751-5557 421).001 I 01 ~ A'Pri\ 1. \999 -n . . . . ~ *************** -COMM. JOURNAL- ******************* DRTE RPR-01-1999 ***** TIME 15:20 *** p.e1 MODE = MEMORY TRANSMISSION START=APR-01 1S:19 END=APR-01 1S:20 FILE NO.= 204 STN NO. COM ABBR NO. STATION NAME/TEL. NO. PAGES DURATI ON 001 OK 18002634063 002/002 00:00'52" s -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.2 . ADDENDUM NO.2: To the Drawings, Specilications and Contract Documents PROJECT NAME: CROWNE HILL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And S1REET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: II is intended that all work affected by tha following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. Schedule -A": a. Replace Addendum No.1 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/1/99, Addendum No.2 (attached). Add: Item 21. Item 22. nem9. Construct Cross Gutter and Spandrel per Riv Co SId 209 & 210 Construct TranslUon Curb & Gutter, 6' CF & 8" CF Prime Coet shall be per Green Book Standard Specifications, page 391, Sec. 302.5,3 Brow Ditch shall be constructed "By Others" Dirt Balance shall be from +/. 0.05' Revise: Item 11. Item 16. & 17. 2. Construction Notes: a Suitable Excess Material generated by the Grading or Underground Activities may be piaced on site as directed by Owner. 3 Bid Bond' a. The 8id Bond shall be made to Richmond American Homes. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M, THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 II Date: Pages 2 Aoril1.1999 To: ~t~ff}/-~:~; Tel: Mariorie Knitter THE MOOTE GROUP (714\ 751-4552 (714\ 751-5557 ~ Fax: Tel: 42Q.OOl 1 or Z April I, 1999 . . . . , *************** -COMM. JOURNAL- ******************* DATE APR-01-1999 ***** TIME 15:21 *** P.01 MODE = MEMORY TRANSMISSION START=APR-01 15:20 END=APR-01 15:21 FILE NO.= 205 STN NO. COM ABBR NO. STATION NAME/TEL. NO. PAGES DURATION 001 , OK lB003606397 002/002 00:00'44" . -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.2 ADDENDUM NO, 2: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE HILL DRIVE - PHASE I STORM DRAINAGE. SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all war\< a1fe<;ted by the following provisions shail conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. Schedule "A": a. Replace Addendum NO.1 bid sheel2 of 6 with revised bid sheet 2 of 6, dated 411/99, Addendum No.2 (attached). Add: Ilem21. Item 22. Item 9. Construct Cross Gutter and Spandrel per Riv Co SId 209 & 210 Cons1ruct Transition Curb & Gutter, 6" CF & S" CF Prime Coal shall be per Green Book Standard Specifications, page 391, Sec. 302-5.3 Brow DItch shall be constructed "By Others" Dirt Balance shall be from ~/- 0.05' Revise: Item 11. Item 16. & 17. 2. Construction Notes: a. Suitabie Excess Material generated by the Grading or Underground Aclivities may be placed on site as directed by Owner. S. Bid Rondo a. The Bid Bond shall be made to Richmond American Homes. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714)751-5557 Fax: (714) 751.4552 II Date: Ami! 1 1999 Pages .~~1g;~~;;-./4:~: Tel: Marjorie Knitter THE MOOTE GROUP l714~ 751'45;2 714 751-55 7 2 To: Fax: Tel: 420.001 t 012 April t, 1999 B'- *************** -COMM. JDURNAL- ******************* DATE APR-01-1999 ***** TIME 15:24 *** P.01 . MODE = MEMORY TRANSMISSION START=APR-01 1S:23 END=APR-01 1S:24 . FILE NO.= 210 STN NO. COM AEER NO. STATION NAME/TEL.NO. PAGES DURATION 001 OK . 19092486106 002/002 00:00'42" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO. 2 ADDENDUM NO.2: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE roLL DRIVE. PHASE I STORM DRAINAGE. SANITARY SEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all work affected by the following provisions shall conform to the original specifications, elated March 10, lS99 and be incorporated as a part of the conlract doc~ments. 1. Schedule "A"' . a. Replace Addendum No.1 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/1/99, Addendum No.2 (attached). Item 11. Item 16, & 17. Construct Cross Gutter and Spandrel per Riv Co Std 209 & 21 0 Construct Transition Curb & Gutter, 6' CF & 6' CF Prime Coat shall be per Green Book Standard Specifications, page 391, Sec. 302-5.3 Brow Ditch shall be constructed 'By Others" Dirt Baierioe shall be from +/- 0,05' Revise: Item 21. Item 22. l1em9. Add: 2 Construction Notes: a. Suitable Excess Material generated by the Grading or Underground Activities may be placed on sile as directed by OWner. 3 Bid Bond: a. The Bid Bond shall be made to Rfchmond Amertcan Homes, placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROtJP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751.4552 II . Date: Ami! 1 1999 Pages ~~~~;t~D~ Tel: 2 To: Fax: Tel: Marjorie Knitter THE MOOTE GROUP (714\ 751-4552 (714\ 751-5557 420-00 1 1 of 2 Aprill, t999 g1- . . . . . *************** -COMM. JOURNAL- ******************* DATE APR-01-1999 ***** TIME 15:26 *** P.01 MODE. MEMORY TRANSMiSSION START=APR-01 1S'24 END=APR-01 1S'26 FILE NO. = 211 STN NO. COM A88R NO, STATION NAME/TEL. NO. PAGES DURATl ON 001 OK 19097367646 002/002 00' 01' 02" . -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ****~*** - ***** - ADDENDUM NO, 2 ADDENDUM NO, 2: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE IDLL DRIVE. PHASE I STORM DRAINAGE. SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intend9d thai all work affected by the following provisions shall conform to the origin.l.pec~ications, dated March 10, 1999 and be incorporated as a part 01 the contract documents, 1. Schedule -Art: a Replace Addendum No, 1 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/1/99, Addendum NO.2 (attached), Add: Item 21. Item 22. Item 9. Item 11. Item 16. & 17, Construct Cross Gutter and Spandrel per Riv Co Std 209 & 21 0 Construct Transition Curb & Gutter, 6" CF & 8' CF Prime Coat shall be per Green Book Standard Specifications, page 391, See, 302.5.3 Brow Ditch shall be constructed 'By Others' Oirt Balance shall be 110m +/- 0.05' Revise: 2 Construction Notes: a. Suitable Excess Material generated by the Grading or Underground Activities may be placed on site as directed by Owner. 3 Bid Rnnd: a. The Bid Bond shall be made to Richmond American Homes. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROOP 1528 Brookholiow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 II Date: Aorjl 1. 1999 Pages ~z~~~~ Tel: Marjorie Knitter THE MOOTE GROUP (714) 751-4552 (714\ 751-5557 2 To: Fax: Tel: g3> 420-001 1 of 2 April 1. 1999 . . . . . *************** -COMM. JOURNAL- ******************* DATE APR-01-1999 ***** TIME 15:28 *** P.Bl MODE = MEMORY TRANSMISSION START=APR-01 15:27 END:APR-01 15:28 FILE NO.= 213 STN NO. COM RBBR NO. STRTION NAME/TEL. NO. PRGES DURRTI ON 001 5494033 002/002 00:00'47" OK . -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.2 ADDENDUM NO, 2: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE IDLL DRIVE - PHASE 1 STORM DRAINAGE. SANITARY SEWER, WAlER IMPROVEMENTS And STREET IMPRPOVEMENTS ' BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all work affected by the f6110wing prOvisions shall conform to the original specifications. dated March 10. 1999 and be incorporated as a part of the contract documents. Schedule "AM: a. Replace Addendum No.1 bid sheet 2 of 6 with revised bid sheel2 of 6, dated 4/1/99, Addendum,No.2(anache~. Add: item 21. Item 22. Item 9. Construct Cross Guner and Spandrel per Riv Co SId 209 & 21 0 Construct TransitIon Curb & Gutter, 6" CF & S' CF Prime Coat shall be per Green Book Standard Specifications, page 391, Sec. 302-5.3 Brow Oach shall be constructed "By Others' Oirt Balance shall be from +/- 0.05' Revise: Item 11, Item 16. & 17. 2. Construction Notes: a. Suaable Excess Matertalgenereted by the Grading or Underground Activities may be placed on site as directed by Owner. L-Bid Bond' a, The Bid Bond shall be made to Richmond American Homes. plaoed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 152B Brookhollow Drtve, Suite 57 Santa Ana, CA 92705 Tel; (714) 751-5557, Fax: (714) 751-4552 II Date: April 1. 1999 ::: ~~~gk~:r; Tel: Pages 2 From: Mariorie Knitter THE MOOTE GROUP (714\ 751-4552 (714) 751-5557 Fax: Tel: 420-001 1 of 2 April 1, 1999 g~ '. . . . . *************** -COMM. JOURNAL- ******************* DATE APR-01-1999 ***** TIME 15:29 *** P.01 MODE = MEMORY TRANSMISSION START-APR-01 15:28 END=APR-01 15:29 FILE NO.- 217 STN NO, COM ABBR NO. STATION NAME/TEL. NO. PAGES DURAT ION 001 OK 15052735608 002/002 00:00'43" . -THE MooTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.2 ADDENDUM NO.2: To the Drawings, Specifications and Contract Documents PROJECT NAME; CRoWNE lULL DRIVE - PHASE I STORM DRAINAGE. SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:,00 P.M. NOTICE TO BIDDERS: It is intended that all work affected by the following provisions shall conform to the original specifications, dated March 10. 1999 and be incorporated as -a part of the contract documents. Schedul9 "A": a. Replace Addendum No.1 bid sheet 2 of 6 with revised bid sheet 2 of 6. dated 4/1199, Addendum NO.2 (attached). Add: Item 21. Item 22. "em 9. Construct Cross Gutter and Spandrel per Riv Co Std 209 & 210 Construct Transition Curb & Gutter, 6' CF & S' CF Prime Coat shall be per Green Book Standard Specifications, page 391, Sea. 302-5,3 Brow D~ch shall be constructed "By Others' Oirl Balance shall be from +1. 0.05' Revise: Item 11. Item 16. & 17. 2 ConstnJr.tion Notes: a. Suitabie Excess Materiai generated by the Grading or Underground Activities may be placed on site as directed by Owner. 9 Aid Bond: a. The Bid Bond shall be mada to Richmond American Homes. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookholiow Drive, Sutte 57 Santa Ana, CA 92705 Tel: (714) 751-5557 fax: (714) 751-4552 II Dale: April 1. 1999 Pages 2 To: ~ ~- From: . jf3 ,(~c1e-1:7 Fax: Tel: Mariorie Knitter THE MOOTE GROUP (714\ 751-4552 (714\ 751-5557 Fax: Tel: ~~ 420-00[. ) of 2 April I, 199~ . *************** -COMM. JOURNAL- ******************* DATE RPR-01-1999 ***** TIME 15=30 *** P.01 o MODE = MEMORY TRANSMISSION START=APR-01 15:29 END=APR-01 15:30 . FILE NO.= 218 STN NO. COM ABBR NO. STATION NAME/TEL. NO. PAGES DURATi ON 001 OK . 17607437761 002/002 00:00'43" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.2 ADDENDUM NO, 2: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE roLL DRIVE - PHASE I STORM DRAINAOE, SANITARY SEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April' 6. 1999 @ 2:00 P.M. NOTICE TO SIDDERS: It is intended that all workaHected by the lollowing provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part 01 the contract documents, Schedule -A": . a, Replace Addendum No.1 bid sheet 2 016 with revised bid sheet 2 of 6, dated 4/1199, Addendum No.2 (attached). Item11. Item 16. & 17. Construct Cross Gutter and Spandrel per Riv Co Std 209 & 210 Construct Transition Curb & Guner, 6" CF & 8' CF Prime Coat shall be per Green Book Standard Specifications, page 391, Sec, 302.5.3 Srow Ditch shall be constructed "Sy Olhers' Dirt Balance shall be Irom +/- 0.05' Revise: Item 21. Item 22. ~em9, Add: 2. Construction Notes: a Suitable Excess Material generated by the Grading or Underground Activities may be placed on site as directed by Owner. 3. Bid Bond' a. The Bid Bond shall be made to Richmond American Homes. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROCP II 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 . Date: ADril1,1999 Pages 2 To: ~~~~:'i~~ From: Mariorie Knitter THE MOOTE GROUP Fax: Fax: (714) 751.4552 Tel: Tel: (714\ 751-5557 42l}.OOl 1 of 2 April 1, 1999 ~ , *************** -COMM. JOURNAL- ******************* DATE APR-02-1999 ***** TIME 10:58 *** P.01 " J MODE ='MEMORY TRANSMISSION START-APR-02 10:57 END=APR-02 10:58 . FILE NO.= 020 STN NO. COM ABBR NO. STATION NAME/TEL. NO. PAGES DURAT I ON 001 OK . Ig0g67g2380 001/001 00:00'47" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.2 ADDENDUM NO.2: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE HILL DRIVE" PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999@ 2:00 P.M. NOTICE TO BIODERS: It is intended that all work affected by ,the following provisions shall conform to the original specifications, dated March 10, 19119 and be incorporated as a part of the contract documants. SCh9duls .A": . a. Replace Addendum No, 1 bid sheet 2 of 6 with revised bid sheet 2 01 6, dated 4/1~9, Addendum No.2 (attached). Revise: llem21. Item 22, Item 9. Construct Cross Gutter and Spandrel per Riv Co Std 209 & 210 Construct Transition Curb & Gutter, 6' CF & a' CF Prime Coat shall be per Green Book Standard Specifications, page 391, Sec. 302-5.3 Brow Oilch shall be constructed "By Others" Oirt Balance shall ba from +/- 0,05' Add: Item 11. Item 16. & 17. :2 Construction Notes: .. Suitable Excess Material generated by the Grading or Underground Activities may be placed on site as directed by Owner, 3. Bid Bond" a. The Bid Bond shall be made to Richmond American Homes. pJacod BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP II 1528 Brookhollow Driva, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 . Dale: April 1. 1999 Pages 2 To: ~ft~~fiI From: Mariorie Knitter THE MOOTE GROUP Fax: Fax: (714\ 751-4552 Tel: Tel: (714\ 751-5557 ~ 42CHXlI 1 of 2 April 1, 1999 , *************** -COMM. JOU~- ******************* DATE APR-01-1999 ***** TIME 15:33 *** p.e1 ~ ) MODE = MEMORY TRANSMISSION START=APR-01 15:32 END=APR-01 15: 33 . FILE NO.~ 220 STN NO, COM A88R NO. STATION NAME'TEL.NO. PAGES DURATI ON 001 OK . 6329792 002'002 00: 01'18" -THE MooTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO, 2 ADDENDUM NO.2; PROJECT NAME: To the Drawings, Specifications and Contract Documents BID DATE; CROWNE BILL DRIVE" PHASE I STORM DRAINAGE. SANITARY SEWER. W A 1ER IMPROVEMENTS , And STREET IMPRPOVEMENTS Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is in18nded that all work affected by the following provisions shall conform to the original spec~ications, dated March 10, 1999 arid be Incorporated as a part of the contract documents. 1. Schedule -A": . a Replace Addendum No.1 bid sheet 2 of 6 with revised bid sheet 2 Of 6, dated 4/1/99, Addendum No.2 (attached). Item 11. Item 16, & 17. Construct Cross Gutter end Spandrel per Riv Co Std 209 & 210 Construct Transition Curb & Gutter, 6' CF & 8' CF Prime Coal shall be per Green Book Standard Spec~ications, page 391, Sec. 302-5.3 Brow D~ch shall be constructed "By Others" Dirt Balance shall be from +/- 0,05' Revise: Ilem21. Item 22. Item 9. Add: 2. Construction Notes: a. Suitable Excess Mate~algenerated by the Grading or Underground Activities may be placed on site as directed by Owner. 3. Bid Rnnd" a. The Bid Bond shall be made to Richmond American Homes. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P,M. THE MOOTE GROUP Ii 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 7514552 . Date; Aoril1 1 999 Pages 2 To: ;~{'l~ From; Mariorie Knitter THE MOOTE GROUP Fax; Fax: (714\ 751.4552 Tel: Tel: (714\ 751-5557 420-001 1 of 2 April t, 1999 88 ,,' *************** -COMM. JOURNAL- ******************* DATE APR-01-1999 ***** TIME 15:34 *** P.01 j . MODE = MEMORY TRANSMISSION FILE NO, = 222 START=APR-01 15:33 END=APR-01 15: 34 STN NO. COM AEER NO. STATION NAME/TEL,ND. PAGES DURATI ON 001 OK a 6376321 002/002 00:00"5" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.2 ADDENDUM NO, 2: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE HILL DRIVE. PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all work alfected by the following provisions shall conform to the onginal specifications, dated March 10, 1999 and be Incorporated as a part of the contract doc\(ments. 1 Schedule "A": . a. Replace Addendum No, 1 bid sheet 2 016 with revised bid sheet 2 016, dated 4/1199, Addendum No.2 (anached). Item 11. Item 16. & 17. Construct Cross Gutter and Spandrel per Riv Co Std 209 & 210 Construct Transition Curb & Guner, 6" CF & 8" CF Prime Coat shall be per Green Book Standard Spec~ications, page 391, Sec. 302.5,3 Brow Ditch shalt be constructed 'By Others' Dirt Balance shall be from +/. O.OS' Revise: lIem2" Item 22. Item 9. Add: 2. Construction Notes: a. Suitable Excess Material generated by the Grading or Underground Activities may be placed on site as directed by Owner. 3. Bid Bnnrl' a, The Bid Bond shall be made to Richmond American Homes. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROI:IP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (7t4) 751-5557 Fax: (714) 751-4552 II Date: Aori11.1999 Pages 2 . To: ,fi~;t1?~. From: Mariorie Knitter THE MOOTE GROUP /714\ 751-4552 (714) 751.5557 Fax: Tel: Fax: Tel: 42Q.OO1 1 of 2 April 1, 1999 ~ .,' *************** -COMM. JOURNAL- ******************* DATE APR-01-1999 ***** TIME 15:36 *** P.01 , MODE: MEMORY TRANSMiSSION START-APR-01 15:35 END-APR-01 lS:36 . FILE NO.: 223 STN NO, COM ABBR i'IJ. STATION NAME/TEL. NO, PAGES DURATI ON 001 OK . 19097379528 002/002 00:01'19" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO. 2 ADDENDUM NO.2: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE HILL nRIVE - PHASE I STORM DRAlNAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all war!< affected by the following provisions shall conform to the original. specifications, dated March 10. 1999 and be incorporated as a part of the contract documents. 1. Schedule "'A-: . a Replace Addendum No, 1 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/1199, Addendum No, 2 (attached). Revise: Item 21. Item 22. l1em9. ConstNcl Cross Gutter and Spandrel per Riv Co SId 209 & 210 Construcl Transl1ion Curb & Gutter, 6" CF & B" CF Prime Coat shall be per Green Book Standard Specifications, page 391, Sec. 302-5.3 Brow Ditch shall be constructed "By Others" Dirt Balance shall be from +/- 0,05' 'Add: Item 11. l1em 16. & 17, 2. Construction Noles' a. Suitable Excess Material generated by the Grading or Underground Activities may be placed on site as directed by Owner. ~ Bid Bond. a. The Bid Bond shall be made 10 Richmond American Homes. pl.ced BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751.4552 (I . Dale: Amil 1. 1999 Pages 2 To: t~&~~ From: Marlorle Knitter THE MOOTE GROUP 17141751-4552 (7141751-5557 ~ Fax: Tel: Fax: Tel: 42G-001 ! or 2 Aprill,!9!l9 " *************** -COM~. JOURNAL- ******************* DATE APR-01-1999 ***** TIME 15=38 *** P.01 j . MODE = MEMORY TRANSMISSION FILE NO.= 226 START=APR-01 lS:36 END=APR-01 lS:38 STN NO. COM ABBR NO. STATION NAME/TEL. NO, PAGES DURATi ON 001 OK . 19099256585 002/002 00:00'37" -THE MooTE,GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.2 ADDENDUM NO.2: PROJECT NAME: To the Drawings, Specifications and Contract Documents BID DATE: CROWNE HILL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMEN:TS Tuesday, April 6, 1999 .@ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all wor1< affected by the following provisions shall conform 10 the originai specificatlons, dated Man:h 10. 1999 and be incorporated as a part of the contract documents. 1 SchAdule -A": . a. Repiace Addendum No.1 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/1/99, Addendum No, 2 (attached). Revise: Item 21, Item 22, Item 9. Construct Cross Gutter and Spandrel per Riv Co Sid 209 & 21 0 Construct Transition Curti & Gutter, 6' CF & B" CF Prime Coat shall be per Green Book Standard Specifications, page 391, Sec. 302-5.3 Brow Ditch shall be constructed "By Others" Dirt Balance shall be from +/- 0.05' Add: Item 11, Item 16. & 17. 2. Construction Notes: a. Suitable Excess Material generated by the Grading or Underground Activities may be piaced on sile as directed by Owner, 3 Bid Bond: a. The Bid Bond shall be made to Richmond American Homes. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 II Dale: Aoril1 1999 Pages 2 . To: - ~;;p~(~~~: Tel: Mariorie Kniller THE MOOTE GROUP (7141 751-4552 (714) 751-5557 Fax: Tel: 420.001 1 of 2 April 1,1999 C\\ ) . . . " ~ *************** -COMM. JOURNAL- ******************* DATE APR-01-1999 ***** TIME 15:39 *** P.01 MODE = MEMORY TRANSM I 55 ION 5TART=APR-01 15'38 END=APR-01 15'39 FILE NO.- 227 STN NO. ABBR NO. STATION NAME/TEL. NO. PAGES DURATION COM 001 OK 17607443492 002/002 00'00'52" . -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.2 ADDENDUM NO.2: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE roLL DRIVE. PHASE I STORM DRAlNAGE. SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIODERS: It is intended that all work affected by the following provisions shall conform 10 the original specifications, dated March 10, 1999 and be incorporated as a part of the contracl documents. SchedulA fI A": a. Replace Addendum NO.1 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 411/99, Addendum No.2 (attached). Add: lIem21. Item 22. Item 9. Item 11. Item 16. & 17. Construct Cross Gutter and Spandrel per Riv Co Std 209 & 210 Construct Transition Curb & Guner, 6" CF & 8" CF Prime Coal shall be per Green Book Standard Specifications, page 391, Sec. 302.5.3 Brow Ditch shall be constructed "By Others' Dirt Balance shall be from +/. 0.05' Revise: 2. Construction Notes: 'a Suitable Excess Material generated by the Grading or Underground Activities may be placed on site as directed by Owner. . 3. Bid Bond' a. The Bid Bond shall be made to Richmond American Homes. pl.ced BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1526 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 II Dale: Aoril1. 1999 Pages ~:}J~~~'::~: Tel: 2 Maljorie Knitter THE MOOTE GROUP (714) 751-4552 (7141 751-5557 To: Fax: Tel: Cfz.. 42G-OOJ 1 of 2 April I. 1999 *************** -COMM. JOURNAL- ******************* DATE APR-01-1999 ***** TIME 15:41 *** p.e1 MODE ~ MEMORY TRANSMISSION START=APR-01 15:39 END=APR-01 15:41 . FILE NO, = 229 STN NO, COM AEER NO. STATION NAME/TEL.NO. PAGES DURATI ON 001 OK . 19098235202 002/00200:01'17" -THE MOOTE GRQUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.2 ADDENDUM NO.2: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE fiLL DRIVE. PHASE I STORMDRAINAGE,SANlTARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M, NOTICE TO BIDDERS: It is intended that all work effected Dy thelollowing provisions shall conform to the original specifications. dated March 10. 1999 and be incorporate.d as a part of the contract documents. Schedule "A": . a. Replace Addendum No.1 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/1/99, Addendum No.2 (attached). Revise: Item 21- Item 22. Item 9. Construct Cross Gutter and Spandrel per Riv Co Std 209 & 210 Construct Transition Curb & Gutter, 6' CF & 8"'CF Prime Coat shall be per Green Book Standard Specifications, page 391, Sec. 302-5.3 8row Ortch shall De conslrUcted "By Others" Dirt Balance shall be from +/- 0.05' Add: Item 11. Item 16. & 17. 2. Construction Notes: a. Suitable Excess Material generated by the Grading or Underground Activities may be placed on site as directed Dy Owner. 3. Bid Bond' a. The Bid Bond shall be made to Richmond American Homes. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookholiow Drive, Suite fj] Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 hoI00TE QROUP . Date: Aoril 1. 1999 Pages ~~~ From: '~ _ J:~Sz.J(~ Fax: Tel: 2 Fax: Tel: Marjorie Knitter THE MOOTE GROUP (714) 751-4552 (714) 751-5557 To: ~ 420.001 I of 2 , April I, 1999 *************** -COMM. JOURNAL- ******************* DATE APR-01-1999 ***** TIME 15:42 *** P.01 " MODE = MEMORY TRANSMISSION START=APR-01 15'41 END=APR-01 15:42 . FILE NO.= 230 STN NO, COM A88R NO. STATION NAME/TEL.NO. PAGES DURATION 001 OK s 19097991830 002/00200:01'03" -THE MOOTE GROUP ************************************ -714 751 4552 - *****.-" 7147514552- ********* ADDENDUM NO.2 ADDENDUM NO.2: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE HILL DRIVE. PHASE I STORM DRAlNAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET JMPRPQVEMENTS BID DATE: Tuesday, April 6, 1999 @' 2:00 ,P.M. NOTICE TO BIDDERS: It is intended that ail work affected by the foilowing proviSions shall conform 10 the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. Schedulg "An: . a. Replace Addendum No.1 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/1199, Addendum No.2 (attached). Add: Revise: Item 21. Item 22. Item 9. Construct Cross Gutter and Spandrel per Riv Co Sid 209 & 210 Construct Transition Curb & Gutter, 6" CF & B" CF Prime Coat shail be per Green Book Standard Specifications, page 391, Sec, 302-5.3 Brow Ditch shail be constructed 'By Others' Dirt Balance shall be from +1- 0,05', Item 11. Item 16. & 17. 2 Construction Notes. a Suitable Excess Material generated by the Grading or Underground Activities may be placed on site as directed by Owner. 3 Bid Bond. a. The Bid Bond .hail be made to Richmond American Homes. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Srookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751,5557 Fax: (714) 751-4552 MOOTE GROUP Date: Aoril1 1999 Pages From: 2 . To: Fax: Tel: It:tt%~3;;l/ Fax: Tel: Mariorie Knitter THE MOOTE GROUP 1714\ 751-4552 1714\ 751-5557 420-001 1 of 2 April 1. 1999 q~ .' , *************** -COMM. JOURNAL- ******************* DATE APR-01-1999 ***** TIME 15=43 *** P.01 MODE = MEMORY TRANSMISSION START:APR-01 15:42 END:APR-01 1S:43 . FILE NO.: 231 STN NO. COM AEER NO. STATION NAME/TEL. NO. PAGES DURATI ON 001 OK . 19099449301 002/002 00:00'47" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.2 ADDENDUM NO.2: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE roLL DRIVE. PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STRBEr IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M, NOTICE TO BIDDERS: It is intended that an wor1< affected by the following provisions shall conform to the original specifications, dated March 10,1999 and belncolporated as a part of the contract documents. 1, Schedule tlA": . a. Replace Addendum NO.1 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 411/99, AddGndum No.2 (attached). Revise: Item 21. Item 22. Item 9, Item 11. Item 16, & 17. Construct Cross Gutter and Spandrel per Riv Co Sid 209 & 210 Construct Transition Curb & Guner. 6" CF & 8' CF Prime Coat shall be per Green Book Standard Specifications, page 391. Sec. 302.5,3 Brow Ditch shall be constructed "By Others" Dirt Balance shall be from +/- 0.05' Add: 2 Construction Notes: . a. Suitable Excess Material generated by the Grading or Underground Activities may be placed on site as dIrected by Owner. 3. Bid Bond: a. The Bid Bond shall be made to Richmond American Homes. placed BID DATE REMAINS THE SAME: Tuesday. April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Senta Ana, CA 92705 Tel: (714) 751.5557 Fax: (714) 751-4552 II . Dale: Aoril1 1999 Pages To: ;ff;~~~ From: - Fax: Fax: Tel; Tel; 2 Mariorle Knitter THE MOOrE GROUP (714) 751-4552 (7141751-5557 420-001 1 of 2 April I. 1999 crf' .' .' *************** -COMM. JOURNAL- ******************* DATE APR-01-1999 ***** TIME 15=44 *** P.01 < MODE = MEMORY TRANSMISSION START=APR-01 15'43 END=APR-01 15:44 . FILE NO.= 234 STN NO. COM ABBR NO, STATION NAME/TEL. NO, PAGES DURAT I ON 001 OK s 15104902703 002/002 00:00'42" , -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.2 ADDENDUM NO, 2: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE IDLL DRIVE. PHASE I STORM DRAINAGE, SANITARY SEWER, WA1ER !lVlPROVEMENTS And STREET !lVlPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all work affected by the following provisions shall conform to the ortginal specitlcations, dated March 10, 1999 and be incorporated as a part 6f the contract documents, Schedule "A": . a. Replace Addendum No.1 bid sheel 2 of 6 with revised bid sheet 2 of 6, dated 411/99, Addendum No.2 (attached). Revise: Item 21. Item 22, Item 9. Construct Cross Gutter and Spandrel per Riv Co Sid 209 & 210 Construct Transition Curb & Gutter, 6' CF & 8" CF Prime Coal shall be per Green Book Slandard Specifications, page 391, Sec. 302.5.3 Brow Dilch shall be constructed "By Others' Dirt Belance shall be from +/- 0,05' Add: Item 11. Item 16. & 17. 2. Con~truction Notes' a. Suilable Excess Material generated by the Grading or Underground AcUvltles may be placed on sIte as directed by Owner. 3 Bid Bond- a, The Bid Bond shall be made to Richmond American Homes. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M, THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 II Date: Amil 1 1999 Pages From: 2 . To: ~~~!J~:3- / Fax: Tel: Fax: Tel: Mariorie Knitter THE MOOTE GROUP /7141 751-4552 /714\ 751-5557 420.001 1 of 2 April 1. 1999 C{G ,.' *************** -CQMM. JOURNAL- ******************* DATE APR-01-1999 ***** TIME 15:46 *** P.01 . MODE = MEMORY TRANSMISSION START'APR-01 15:44 END;APR-01 1S:46 . FILE t-IJ. = 235 STN NO. COM ABBR NO. STATION NAME/TEL. NO. PAGES DURATI ON 001 OK . 19096995208 002/002 00:00'52" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.2 ADDENDUM NO, 2: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE IDLL DRIVE . PHASE I STORM DRAINAGE, SANITARY SEWER, WATER WPROVEMENTS And STREET WPRPOVEMENTS ' BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended lI1at ail work affected by the foilowing provisions shall conform to the original specifications, dated March 10, 1999 and be Incorporated as a part ollhe contract documents. SchadulA "AM. . a. Replace Addendum NO.1 bid sheel2 016 with revised bid sheet 2 of 6, dated 4/1199, Addendum No.2 (attached), Revise: Item 21. ilem22. Item 9, Construct Cross Gutter and Spandrel per Riv Co Std 209 & 21 0 ConstNct Transition Curb & Gutter, 6' CF & 8" CF Prime Coat shail be per Green Book Standard Specifications, paga 39t, Sec. 302.5,3 Brow Ditch shail be constructed 'By Others' Din Balance shail be from +/. 0.05' Add: ilem11. Item 16. & 17. 2. Construction Notes' a Suitable Excess Material generated by the Grading or Underground Activities may be placed on site as directed by. Owner. . 3 Bid Bond: a, The Bid Bond shail be made to Richmond American Homes. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROllp II 1528 Brookhollow Drive, Suite 57 Santa Ana, CA, 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 . Date: ADril 1. 1999 Pages 2 To: 1j:j;f;ttf 7'" From: Mariorie Knitter THE MOOTE GROUP Fax: Fax: (714\ 751-4552 Tel: Tel: (714) 751-5557 0...'"\ 42t>OOI 1 of 2 April l. 1999 ... *************** -COMM. JOURNAL- ******************* DATE APR-01-1999 ***** TIME 15=47 *** P.01 1,; MODE = MEMORY TRANSMISSION START-APR-01 15:46 END-APR-01 15:47 . FILE NO.- 236 STN NO. COM AEER NO. STATION NAME/TEL. NO. PAGES DURATI ON e01 OK . 19096944375 0e2/ee2 00: e1' 16" , -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.2 ADDENDUM NO.2: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE HILL DRIVE. PHASE I STORM DRAINAGE. SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all war!< a1/eoted by the following provisions shall oonform to th e original specifications, dated March 1 a, 1999 and be incorporated as a part of the contract documents. Schedule -An. . a. Replace Addendum No.1 bid sheet 2 of 6 with revised bid sheel2 of 6, dated 4/1/99, Addendum No.2 (attached). Add: Revise: Item 21. Item 22. Item 9. Item 11. Item 16. & 17. Construcl Cross Gutter and Spandrel per Riv Co SId 209 & 210 Construct Transition Curb & Guner, 6' CF & 8' CF ' Prime Coat shall be per Green Book Standard Specifications, page 391, Sec. 302-5.3 Brow Oitch shall be constructed "By Others' Dirt Balance shall be from +1- 0.05' 2 _ Con~truction Notes: a Suitable Excess Material generated by the Grading or Underground Activities may be placed on site as directed by Owner. 3. Bid Bond' a. The Bid Bond shall be made to Richmond American Homes. placed BID DATE REMAINS THE SAME: TueSday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel; (714) 751-5557 Fax: (714) 751-4552 ".COTE QROUP . Date: Aoril1. 1999 :::~~ Tel: Pages 2 Jrom: Fax: Tel: Mariorie Knitter THE MOOTE GROUP (71417514552 /7141 751-5557 ~ 420-001 1 of 2 April 1. 1999 . . . . .~'~ . *************** -CQMM. JOURNAL- ******************* DATE APR-01-1999 ***** TIME 15:49 *** P.01 MODE c MEMORY TRANSMISSION START-APR-01 lS:36 END=APR-01 lS:49 FILE NO.= 22S STN NO. COM AEER NO. STATION NAME/TEL. NO. PAGES DURATI ON 001 OK 19495528597 002/002 00:00'45" . -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.2 ADDENDUM NO, 2: To the Drawings, Specilications and Contract Documents PROJECT NAME: CROWNE IDLL DRIVE" PHASE r . STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: II is intended that all wor!< affected by the following proVi~ions shall conform to Ihe original specifica~ons, dated March 10, 1999 and be incorporated as a pari of the contract documents. 1. SchedulA "A": a. Replace Addendum No, 1 bid shael2 of 6 with revised bid sheel2 of 6, dated 4/1/99. Addendum NO.2 (attached). Add: Item 21. Item 22, Item 9. Construct Cross G utter and Spandrel per Riv Co SId 209 & 210 Construct Transition Curb & Gutter, 6" CF & 6" CF PrIme Coat shall be per Green Book Standard Specifications, page 391. Sec. 302.5.3 Brow Ditch shall be co~structed "By Others" Dirt Batanca shall be from +/. 0.05' Revise: Item 11. Item 16, & 17. 2 Constn.Jction Notes: 'a Suitable Excess Material generated by the Grading or Underground Activities may be piaced on site as. dIrected by Owner. 3 Bid Bond: a The Bid Bond shall be made to Richmond American Homes. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 MOOTE GROUP Date: Aoril 1 1999 Pages To: ~1;:~om: Fax:' - Fax: Tel: Tel: 2 Marjorie Knitter THE MOOTE GROUP (714) 751-4552 (714) 751-5557 420.00! I of 2 April!, !999 q~ . . . . .' , . **~************ -COMM. JOURNAL- ******************* DATE APR-01-1999 ***** TIME 15:50 *** P.01 MODE = MEMORY TRANSMISSION START=APR-01 lS'49 END=APR-01 lS'S0 FILE NO.= 238 STN NO. COM AEER NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK 19099444113 002/002 00'00'43" a -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.2 ADDENDUM NO.2: PROJECT NAME; To the Drawings, Specifications and Contract Documents BID DATE; CROWNE mLL DRIVE. PHASE I STORM DRAJNAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: II is intended thaI all wor!< affected by the following provisions shall conform 10 Ihe original specifications, dated March 10, 1999 and be incorporated as a pert of the contract documents. ~Ch9du'9 "'AW: a. Raplaca Addendum No.1 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 411/99, Addendum No.2 (attached). Add: Item 21. Ilem22. Item 9. Conslruct Cross Guttar and Spandrel per Riv Co Std 209 & 210 Construct Transition Curb & Gutter, 6' CF & e' CF Prime Coat shall be per Green Book Standard Specifications. page 391, Sec. 302-5.3 Brow Ditch shall be constructed 'By Others" Din Balance shall be from +/- O.OS' Revise: Item 11. IIBm 16. & 17. 2 Construction Notes' a. Suitable Excess Malerial generated by the Grading or Underground Activities may be placed on site as directed by Owner. S. Bid Bond: a. The Bid Bond shall be made to Richmond AmerIcan Homes. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GRO\JP 1528 Brookhollow Drive. Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 MOOTE aROUP Dale: April 1 1999 Pages 2~~17~~~~::~: Tel: 2 To: Mariorie Knitter THE MOOTE GROUP 17141 751.4552 17141751-5557 Fax: Tel; 420-001 I of 2 April I. 1999 \08 . *************** -CQMM. JOURNAL- ******************* DATE APR-01-1999 ***** TIME 15:51 *** p.e1 .- .- . MODE = MEMORY TRANSMISSION START=APR-01 lS'S0 END=APR-01 lS'Sl . FILE NO.= 241 STN NO. COM AE8R NO. STATION NAME/TEL. NO. PAGES DURAT ION 0m OK a 1909ge313S1 002/002 00'00'43" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ******~** ADDENDUM NO.2 ADDENDUM NO.2: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE mLL DRIVE. PHASE I STORM DRAINAGE, SANITARY SEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMENTS ,BID DATE: Tuesday, April 6, 1999,@ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all wor!< affected by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorpora.ted as a part of the contract documents. 1 Schedule -A-' . a. Replace Addendum No.1 bid sheet 2 of 6 with revised bid sheel2 of 6, dated 4/1/99, Addendum No.2 (attached). Revise: IIBm21. Item 22. Item 9. Construct Cross Gutter and Spandrel per Riv CO,Std 209 & 210 Construct Transition Curb & Gutter, 6' CF & 8" CF Prime Coat shall be per Green Book Standard Specifications, page 391, Sec. 302-5.3 ' Brow Ditch shall be constructed "By Others" Dirt Balance shall be from +1- 0.05' Add: Item 1'. Item 16. & 17. 2 Construr:tinn Notes' a, Suhable Excess Material generated by the Grading or Underground Activities may be placed on site as directed by Owner. 3 Bid Bond: a. The Bid Bond shall be made to Richmond American Homes. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP II 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751.5557 Fax: (714) 751-4552 . Date: April 1. 1999 Pages 2 To: ~~~~)r/ from; Marjorie Knitter THE MOOTE GROUP Fax: Fax: 1714\ 751-4552 Tel; Tel: 1714\ 751-5557 420-001 1 of 2 April 1. 1999 \(1\ e e e 'ADDENDUM NO.1 ADDENDUM NO.1: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE mLL DRIVE. PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all work affected by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. 1. Schedule "A": a. Replace original bid sheet 2 of 6 with revised bid sheet 2 of 6. dated 3/26/99, Addendum No. 1 (attached). . Revised Asphalt Alternate to read: + 0.05' + 0.10' - 0.05' -0.10' 2. Construction Schedule - E-l: a. Time for Completion: Forty-Three (43) Working Days On or about April 27, 1999 b. Construction Start: c. Construction Compeltion: June 25, 1999 3. Soecial Provisions Pace 0-11: a. Fine Grading and Disposal of Excess Material: After Completion of installation by the Subcontractor, the Subcontractor shall regrade the project area to +0.10' and restore any and all damage done by Subcontractor to existing improvements at no additional cost to the Contractor. Export.of trench spoil, if required, is included in the unit prices. BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Srookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 Date: Pages From: Mariorie Knitter THE MOOTE GROUP (714) 751-4552 (714) 751-5557 March 26. 1999 2 To: Fax: Ter: Fax: Tel: 386-005 1 of 2 January 27, 1999 \oz- Addendum No.1 3/26/99 . BID SCHEDULE "A" lete and Submit with Bid ITEM I) STREET IMPROVEMENTS ESTIMATED UNIT TOTAL NO. DESCRIPTION UNIT QUANTITY COST PR:E 1. Construct 6- Curb & Gutter, Type A.6, Per Riv Co Sid No. 200 LF 4,563 2. Construct S" Curb & Gutter, Type D, Per Riv Co Std No. 204 LF 319 3. Saw Cut. Remove and Dispose of Offsite Existing A.C. Pavement. Comolete s= 699 4. Saw Cut, Remove and Dispose of Offsite Existing Curb & Gutter, Complete LF 135 5. Construct Sidewalk, w=6.0', Per Riv Co Std No. 400 & 401 s= 26,695 6. Furnish and Place Pavement, A.G., As Per Plans, d=O.25' s= 91,773 7. Furnish and Place Pavement, A.B., As Per Plans s= 91,773 d=1.25' @E.M. - 2.00' @ C.L 6. Furnish and Apply Asphalllc Emulsion (Fog Seal), As Per Plans s= 91,773 9. Fumisti and Apply Prime Coat, As Per Plans s= 91,773 10. Furnish and Install Centerline Monuments, Type A or B, EA 5 Per Riv Co SId No. 900 & 901 11. Construct Brow Ditch, As Per Plan, w=3' & d=1' LF 232 . 12. Construct Subdivision Utility Trench, As Per Plan LF 288 13. Construct Access Ramp, Per Riv Co Std No. 402, 403 & 404 'EA 2 14. Furnish and Install Street Name Signs, Per Riv Co Std No. 816 EA 15. Furnish and Instrall Stop Sign Per Riv Co Std Plans and Orawinas EA 16. Provide Dirt Balance in Paving Area from +/-0.5' s= 91,773 17. Provide Dirt Balance under Curb & Gutter from +/-0.5' s= 12,205 18. Adjust Water Valve to Grade after Final Paving is installed EA 19 19. Adjust Sewer Manhole to Grade after Final Paving EA 9 20. Adjust Storm Drain Manhole to Grade after Final Paving EA 6 SUB-TOTAL, STREET IMPROVEMENTS...................... ............ ............................ $ STREET IMPROVEMENTS ALTERNATE: Contractor to include unit prices for the following: 1 . Asphalt Add + 0.05' AC Add + 0.10' AC Deduct 0.05' AC Deduct 0.10' AC ISF ISF ISF ISF . General Contractor: 2 of 6 Subcontractor: \o?> ;, . . . 1 *************** -COMM. JOURNAL- ******************* DATE MAR-26-1999 ***** TIME 16:29 *** P.01 MODE = MEMORY TRANSMISSION START=MAR-2616'28. END=MAR-26 16'29 FILE NO.= 220 STN NO. COM AEER NO. STATION NAME/TEL. NO. PAGES DURATl ON 001 17607437761 002/002 00'00'43" OK a -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.1 ADDENDUM NO.1: To the Drawings, Specifications and Contract Documents PROJECT NAME: . CROWNE mLL DRIVE. PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: II is intended that ell wor1< affected by the following provisions shall conform to the originel speoifications, dated March 10, 1999 and be incorporated as a pan of the contract documents, Schedule *A"' a. Replace original bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 3/26/99, Addendum No. 1 (attached), Revised Asphalt Altemate to read: + 0.05' + 0.10' - 0.05' -0.10' 2. Construction Schedule E.1" a. Time for Completion: b. Construction Stan: Forty-Three (43) Wor1<ing Days On or about April 27, 1999 C, Construction Compenion: June 25, 1999 3. S['JAr.:I~1 Provision,; - Pane 0-11" a Fine Grading and Disposal of Excess Material: Mer Completion 01 inslallation by the Subcontractor, the Subcontractor shall regrade the project area to:!:QJ..lL and restore any and all damage done by Subcontractor to existing improvements at no additional cost to th e Contractor. Export of trench spoil, if required, is included in the unit prices. BID DATE REMAINS THE SAME: TueSday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1526 Brookhollow Drive, Sune 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 &I Date: To; March 26. 1999 iE~~//~. Fax: Tel: Pages From: 2 Mariorie Knitter THE MOOTE GROUP (714\ 751-4552 (7141 751-5557 Fax: Tel; J86-00S VA I 012 January 27, 1999 .. . . . t *************** -CONN. JOURNAL- ******************* DATE MAR-26-1999 ***** TIME 16=27 *** P.01 MODE - MEMORY TRANSMISSION FILE NO.= 203 START=MAR-26 16'13 END=MAR-26 16'27 STN NO, COM ABBR NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK 190992S6S8S 002/002 00'00'37" . -THE MOOTE GROLP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.1 ADDENDUM NO.1: To the Drawings. Specifica~ons and Contract Documents i. "I PROJECT NAME: CROWNE mLL DRIVE. PHASE I STORM DRAlNAGE, sANITARY SEWER. WATER IMPROVEMENTS And sTREET IMPRPOVEMBNTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: llis intended that all wor1< affecIBd by the following provisions. shall conform to the original specifications, dated March 10, 1999 and be incorporalBd as a part of the contract documents. Schedule -A": a. Replace original bid sheel 2 of 6 with revised bid sheet 2 of 6. dated 3/26/99, Addendum No. 1 (attached). Revised Asphalt Alternate to read: + 0.05' + 0.10' -0.05' -0.10' 2. Cnnstructinn SchArlule - E.1:' a. Time for Completion: b. Construction Start: Forty-Three (43) Working Days On or about April 27, 1999 c. Conslruction Compeltion: June 25. 1999 3 !=;oeclal provislnns - P;:!08 D-11: a. Fine Grading and Disposal of Excess Material: After Completion of installation by the Subcontractor, the SubCOntractor shall regrade the project area to:!:ll.LQ: and restore any end all damage done by Subcontractor to existing improvements at no l).ddilional cost to Ihe Contractor. Export 01 trench spoil. ~ required, is included in the unit ~rices. BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. , THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 II i Fax: (714) 751-4552 Date: March 26. 1999 Pages 2 To: ~;;;jU~ Mariorie Knitter THE MOOTE GROUP 1714\ 751-4552 (714) 751-5557 From: Fax; Tel; Fax: Tel: 386-00s 1 of 2 JanlW)' 27. 1999 \ifS , . . O' . . . l *************** -COMM. JOURNAL _ ******************* DATE MAR 26 - -1999 ***** TIME 16:26 *** P.01 MODE = MEMORY TRANSM I 55 ION FILE NO.= 210 START=MAR-26 16'2S STN NO. COM ASER NO. STATION NAME/TEL. NO. PAGES DURATION 002/002 00'e0'S3" 001 OK 1909699S208 a -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - ADDENDUM NO.1: PROJECT NAME; . ADDENDUM NO.1 To the Drawings, Specifications and Contract Documents END=MAR-26 16'26 7147514552- ********* CROWNE HILL DRIVE - PHASE I STORM DRAJNAGE. SANITARY SEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMENTS Tuesday, April 6, 1999 @ 2:00 P.M. BID DATE; NOTICE TO BIDDERS: It is inIBnded that all wor1< affected by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. a. Replace original bid sheet 2 01 6 with. revised bid sheet 2 of 6, daled 3/26/99. Addendum No. 1 (attached). ,. SC:hgdule -A-: Revised Asphait Anernate to read: +0.05' +0.10' - 0,05' -0.10' 2. Construction Schedule - E.1: Forty-Three (43) Wor1<ing Days On or about April V, '999 a Time for Completion: b. Construction Start: c. Construction Compeltlon: June 25, 1999 S SD9Cia.1 pmvisinns Pane D~ 11: a. Fine Grading and Disposal 01 Excess Material: After Complellon of installation by the Subcontractor, the Subcontractor shall regrade the project area to ~ and restore any and aU dama,ge done by subcontractor to existing improvements at no additional cos! to the Contractor. Expo~ of trench spoil, if required, is included in the unit prices. BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1526 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (114) 751-5557 Fax: (714) 751-4552 Date: March 26. 1999 Pages 2 To: ~~7f~1t~~~, ;:~; Tel: Mariorie Knitter THE MOOTE GROUP (714) 751-4552 (714) 751-5557 Fax: Tel: I of 2 386-005 - - January 27,1999 --.--.. \rfo 1 . . . . *************** -COMM. JOURNAL- ******************* DATE MAR-26-1999 ***** TIME 16=25 *** P.01 MODE = MEMORY TRANSMISSION START=MAR-26 16:24 END=MAR-26 16'2S FILE NO.= 208 STN NO. AEER NO. STATION NAME/TEL,NO. PAGES DURATION COM 001 OK lS104902703 002/002 00'00'42" a -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.1 ADDENDUM NO.1: To the Drawings, Specifications and Contract Documents PROJECT NAME:, CROWNE mLL DRIVE. PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE; Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all work affected by .the following provisions shail conform to the original specifications. dated March 10, 1999 and be incorporated as a part of the contraot documents. 1. Schedule 'A": a. Replace original bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 3/26/99, Addendum No. 1 (attached). Revised Asphalt AIIBrnate to read: 2 Construction Sc:hadulA _ !;:M1: +0.05' +0.10' -0.05' -0.10' a. Time for Completion: b. Construction Start: Forty.Three (43) Wor\(jng Days On or about April 27, 1999 c. Construction Compeltion: June 25, 1999 .3 So~iA.1 Provi~inM - P~rJA 0.11' .. Fine Grading and Disposal of Excess Material: Aller Completion 01 installation by the Subcontractor, the Subcontractor shall regrade 1he project area to ~ and restore any and all damage done by Subcontractor to existing improvements at no addnional cost 10 Ihe Contractor. Export of trench spoil. if required, is included In the unit prices. BID DATE REM~INS THE SAME: Tuesday, April 6. 1999 @ 2:00 P.M. THE MOOTE GROUP 152B BrookholJow Drive, Suite 57 Sarrta Ana, CA 92705 Tel: (7t4) 751-5557 Fax: (714) 75t-4552 II Dale: March 26. 1999 ~/;~~~ Pages 2 To: From: Marjorie Knitter THE MOOTF GROUP (714) 751-4552 (714) 751-5557 Fax: Tel: Fax: Tel: 386-005 1 of 2 January 27. 1999 \C>) , . . . t *************** -COMM. JOURNAL- ******************* DATE MAR-31-1999 ***** TIME 14:58 *** P.01 MODE = MEMORY TRANSMISSION START=MAR-31 14'57 END=MAR-31 14' sa FILE NO.= 142 STN NO. COM AEBR NO. STATION NAME'TEL.NO. PAGES DURATION 001 OK 19099449301 001/001 00' 00' 30" a -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.1 ADDENDUM NO, 1: To the Drawings, Specifications and Contract Documents PROJECT NAME;. CROWNE fiLL DRIVE. PHASE I STORM DRAJNAGE, SANITARY SEWER. WATER IMPROVEMENTS And STREET lMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that aU work affected by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. 1. Schedule "A': a. Replace original bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 3/26/99, Addendum No. 1 (attached). Revised Asphalt Attemate to read: +0.05' +0.10' - 0.05' ,0.10' 2. Construction Schedule E.1: a Time for Completion: b. Construction Start: Forty-Three (43) Working Days On or about April 27, 1999 c. Construction Compeltion: June 25, 1999 3 SnRCial Prnvi~ioM PRClA 0.11" a. Rne Grading and Disposal of Excess Material: After Completion of instailalion by the Subcontractor, the Subcontractor shall regrade the project area to:t2..1O: and reslore any and all damage done by Subcontractor to existing improvements at no additional cost to the Contractor. Export of trench spoil, If required, Is included in the unit prices. BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M, THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 MOOTE aAOUP Date: March 26 1999 Pages To; 'rj:{Jj::f1?i;; From: zA. Fax: Fax: Tel: Tel: 2 Marjorie Knitter THE MOOTE GROUP (714) 751-4552 1714\ 751-5557 386-005 1 of 2 January 27. 1999 \ dt:. , *************** -COMM. JOURNAL- ******************* DATE MAR-26-1999 ***** TIME 16:18 *** P.01 > MODE = MEMORY TRANSMISSION START=MAR-26 16:17 END=MAR-26 16: 18 . FILE NO.= 206 STN NO. COM AEER NO. STATION NAME/TEL. NO. PAGES DURAT I ON 001 OK . 19097991830 002/00200'01'02" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.1 ADDENDUM NO.1: To th8 Drawings, Specifications and Contract Documents PROJECT NAME:. CROWNE mLL DRIVE. PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended Ihat all wor1< atfecIBd by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. Schedul9 -A-' a. Replace original bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 3/26199, Addendum NO. 1 (attached). . Revised AsphaU Altemale to read: + 0.05' + 0.10' ~ 0.051 -0.10' 2. Construction SchedulA - E.1' a. Time lor Completion: b. Construction Start: Forty-Three (43) Wor1<ing Days On or about April 27, 1999 c. Conslruction Compeltion: June 25, 1999 3. Soecial Prnvislons - P;:.Il?e 0.11' a. Fine Grading and Disposal of Excess Material: After Completion of installation by the Subcontraclor, the Subcontrector shall regrade the project area to:tll.1.Q: and restore atly and all damage done by Subcontractor to existing imprOVements at no additional cost to the Contractor. Export of trench spoil, jf required, Is Jncluded in the unit prices. BID DATE REMAINS THE SAME: . Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP II 1528 Brookhollow Drive, Suite 57 Santa Ana. CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 - Date: March 26. t 999 Pages 2 To; ~#~,~~. From: Mariorie Knitter THE MooTE GROUP . Fax; Fax: (714) 751-4552 Tel: Tel: 17141 751-5557 386-005 1 of 2 January27,I999 \C'\ . . . . ~ *************** -COMM. JOURNAL- ******************* DRTE ~~-26-1999 ***** TIME 16:17 *** P.01 MODE = MEMORY TRANSM I SS I ON START=~~-26 16'lS END=MAR-26 16'17 FILE NO.= 20S STN NO. ASER NO. STATION NAME/TEL.NO. PAGES DURATION COM 001 OK 1909823S202 002/00200'01'17" . -TI-IE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ~* - ADDENDUM NO.1 ADDENDUM NO.1: To the Drawings. Specifications and Contract Documents PROJECT NAME:. CROWNE mLL DRIVE - PHASE I STORM DRAJNAOE. SANITARY SEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE; Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: it is intended that all work affeeled by the following provisions shall conto"" to the original specmcations, dated March 10. 1999 and be Incorporated as a part of the contract documents. SchAdule rlA-: a. Replace original bid sheel2 of 6 with revised bid sheet 2 of 6. dated 3/26/99, Addendum No. 1 (attached). Revised Asphalt Altemate to read: + 0.05' ... 0.10' -0.05' -0.10' 2. Construction Schedule - E.1: a. Time for Completion: Forty-Three (43) Working Days On or about April 27. 1999 b. Construction Start: c. Construction Compellion: June 25. 1999 3 SC9cial Provisions - Pa,9B 0.11: a. Fina Grading and Disposal of Excess Material: After Completion of installation by the Subcontractor. the Subcontractor shall regrade the project area 10 ~ and restore any and ell damage done by Subconlractor to existing improvements at no additional cost to the Contractor. Export of trench spoil, if required, is included in the unit prices. BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP t 526 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 F1!,X: (714) 751-4552 II Date: March 26.1999 Pages ~~;;7r~::~: . Tel: Marjorie Knitter THE MOOTE GROUP (714) 751-4552 1714\ 751-5557 2 To; Fax: Tel; 386-005 1 of 2 J..uary 27,1999 \, '<<> . . . . . *************** -COMM. JOURNAL- ******************* DATE MAR-26-1999 ***** TIME 16:15 *** p.el MODE = MEMORY TRANSMISSION START=MAR-26 16'14 END=MAR-26 16:1S FILE NO.= 204 STN NO. COM AEER NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK 17607443492 002/002 00'00'51" a -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.1 ADDENDUM NO.1: To the Drawings, Specifications and Contract Documents PROJECT NAME; CROWNE lULL DRIVE - PHASE I STORM DRAINAGE. SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS Tuesday, .April 6, 1999 @ 2:00 P.M. BID DATE; NOTICE TO BIDDERS: It is Intended that all work affected by the followin9 provisions shall conform to the original specifications, dated March 10. 1999 and be incorporated as a part of the contract documents. SchediJlA "'A-' a. Replace original bid sheel 2 of 6 with revised bid sheet 2 of 6, dated 3/26/99, Addendum No. 1 (attached), Revised As,n,alt Alternate to read: + 0.05' + 0.10' - 0.05' -{).10' 2. Construction Schedule E.1" a Time for Completion: b. Construction Start: Forty-Three (43) Working Days On or about April 27, 1999 c. Construction CompeJlion: June 25, 1999 ~ Soecial Provisions - Paoe 0-11: . a Fine Grading and Disposal of :Exces. Material: After Compietion of installalion by the Subcontractor, the Subcontractor shall regrade the projact area to :!:Q,.1Q: and restore any and aD damage done by SUbConlractor 10 existing improvements al no addilional cost to the Contrac.tor. Export of trench spQil, II required. is included in the unit p~ces. BID DATE REMAINS THE SMIlE: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 F.,ax: (714) 751-4552 II Date: March 26 1999 Pages ~;j~ ~ )/~~om: -;~ Fax: Tel: 2 To: Mariorie Knitter THE MOOTE GROUP 1714\ 751-4552 1714\ 751-5557 Fax: Tel: 3S6-00S 1 of 2 Januuy 27.1999 :i :i .! \.\\ 5 ! ~ . . . ~ *************** -COMM. JOURNAL- ******************* DATE MAR-26-1999 ***** TIME 16:04 *** P.01 MODE = MEMORY TRANSM I 55 ION START=M!1R-26 16' 03 END=MAR-26 16' 04 FILE NO.= 200 STN NO. COM AEBR NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK 19097379S28 002/002 00' 01'16" . -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.1: " ADDENDUM NO.1 To the Drawings, Specifications and Contract Documents CROWNE HILL DRIVE. PHASE I STORM DRAINAGE. SANITARY SEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMENTS Tuesday, April 6, 1999 @ 2:00 P.M. PROJECT NAME: BID DATE: NOTICE TO BIDDERS: II is intended that all work affected by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of Ihe contract documents. SehedulA fl.A": a Replace original bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 3/26/99, Addendum No. 1, (attached). Revised Asphah Alternate to read: + 0.05' + 0.10' ~ .0.05' .(l.10' 2 Construr:tion Schedule - E.'1: a. Time for Completion: b. Construction Start: Forty.Three (43) Wor1<ing Days On or about April 27, 1999 c. Construction Compeltion: June 25. 1999 3. SnRCial Provisions - P::Ine 0-1" . a. Rne Grading and Disposal of Excess Malerial: After Completion of installa~on by. the Subcontractor, the Subcontractor shall regrade the project area to:!:Q..l.Q: and restore any;and 'an;.damage done by Subcontractor to existing improvements at no additional cost to the Contractor. Export of trench spoil. n required, Is included In the unit prices. . BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1526 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 II Date; - March 26. 1999 ~~ff2~ 2 Pages From; Marjorie Knitter THE MOOTE GROUP 1714\ 751-4552 1714\ 751-5557 To: Fax: Tel: Fax: Tel: J 86-005 1 of 2 1..1W)' 27.1999 \.~ Ii i ,7 . . . ~ *************** -COMM. JOURNAL ** _ ***************** DATE MAR-31-1999 ***** TIME 15:16 *** p.e1 MODE: MEMORY TRANSMISSION START=MAR-31 lS'IS END=MAR-31 lS'16 FILE NO.= 146 STN NO. COM AEER NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK 1949S528S97 001/001 00:00'31" . -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* ADDENDUM NO.1 ADDENDUM NO.1: To the Drawing~, Specifications and Contract Documents PROJECT NAME: CROWNE mLL DRIVE. PHASE I STORM DRAINAGE, SANITARY SEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It Is intended that all war!< afiected by the following provisions shall conform to the original specifications, dated March 10. 1999 ~nd be incorporated as a part of the comract documents. 1. St.:hedule "AI>: a. Replace original bid sheet 2 01 6 with revised bid sheet 2 of 6, daled 3/26/99. Addendum No. 1 (attached). Aevi~ed Asphall Alternate to read: + 0.05' + 0.10' .0.05' -0.10' 2. . ConstructIon SchedulA - E.1: a. Time for Completion: b. construclion Start: Forty.Three (43) Working Days On or about April 27, 1999 . c, Construction Compeltlon: June 25,1999. 3 SDecial Provisions - Pace 6.11: a, Fine Grading and Disposal of. Excess Malaria, After Completion of Inslallation by Ihe Subcontractor, the Subcontraclor shall regrade the project area to:!:l!.1Q: and restore any end all damage done by SUbcontractor )0 existing improvements at no addttional cost to the Cpntractor. Export of trench spoil,' W'required, is included in the untt prices. BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Sarlta Ana, CA 92705 Tel: (714) 75t-5557 Fax; (714) 751.4552 II Date: March 26 1999 Pages From: 2 To: ~{~.1(~~- Fax: Tel: Mariorie Knitter THE MOOTE GROUP 17141751-4552 . 17141 751-5557 Fax: Tel; 386.005 I of 2 January 27.1999 \\;> . J ,- . . . ~ *************** -COMM. JOURNAL- ******************* DATE MAR-26-1999 ***** TIME 16:03 *** P.01 MODE = MEMORY TRANSM I 55 ION START=MAR-26 16'01 END=MAR-26 16'03 FILE NO.= 199 STN NO. COM AEER NO. STATION NAME/TEL. NO. PAGES DURATl ON 001 OK 6329792 002/00200'01'17" . -THE MoorE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO. 1 ADDENDUM NO.1; PROJECT NAME; To the Drawings, Specifications and Contract Documents j. BID DATE; CROWNE mLL DRIVE . PHASE I STORM DRAJNAGE. SANITARY SEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMENTS Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: n is intended that all work affected by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. 1 ~chedule "AN: a Replace original bid sheet 2 of 6 wllh revised bid sheet 2 of 6, dated 3/26/99, Addendum No. 1 (attached). 2. Revised Asphalt Alternate to read: ~ Construction Schedule - E.1: .0.05' -0.10' + 0.05' +0.10' a Time for Completion: b. Construction Start: Forty-Three (43) Working Days On or about April 27, 1999 c. Construclion Compeltion:. June 25,1999 3 ~[]ecial Provisions pa.ce 0.": a. Fine Grading and Disposal of Excess MalBtiat Aft~r Completion of insTallation by the SubcOntractor, the Subcontractor shall regrade the project area to;tQ.1Q: and restore any and all damage done by Subcontractor to existing improvements at no additional cost to the Contractor. Export of trench s~oil. If required. is includ~d in the unit prices. I BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2;00 P.M. THE MOOTE GROUP 1526 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751.5557 Fax: (714) 751-4552 Date: March 28 1999 Pages 2 To: aJttffrM~ Fax: Tel: From; Mariorie Knitter THE MOOTE GROUP (714) 751.4552 (714) 751.5557 Fax: . Tel: 3&6-005 1 of 2 lanuuy27.1999 \~ ;1 \ y e . . " ~ *************** -COMM. JOURNAL ** ** _ * ************** DATE MAR-2G-1999 ***** TIME 16:01 *** p.e1 MODE : MEMORY TRANSM I SS ION START=MAR-26 lS'S? END=MAR-26 16'01 FILE NO.= 19? STN NO. COM RE8R NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK S494033 002/002 00'00'46" a -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.1 ADDENDUM NO.1: To the Drawings, Specifications and Contract Documents :' PROJECT NAME; CROWNE HILL DRIVE - PHASE I STORM DRAINAGE, SANITARY sEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMENTS Tuesday, April 6, 1999 @ 2:00 P.M. BID DATE: NOTICE TO BIDDERS: It is inIBnded that an wor1< affeclBd by the following provisions shall conform 10 the original specifications, dated March 10. 1999 and be incorporated as a part of the contract documents. Schedula -A-: a. Replace original bid sheet 2 of 6 with revised bid sheel 2 01 6, dated 3126199, Addendum No. 1 (attaohed). Revised Asphalt AltemaIe to read: + 0.05' + 0.10' - 0.05' -0.10' 2 Construction SchAdu!e - E -1 : a Time for Completion: b. Construction Start: Forty-Three (43) Working Days On or about April 27, 1999 c. Construction Compaltlon: June 25, 1999 . 3. SDQCi~1 provisinn!; P~Cle D.11: a. Fine Grading and QispOsal of Excess Malarial: After Complelion of installation by the Subcontractor, the Subcontractor shall regrade the project area to:t2:1.Q.: and restore any aDd all damage done by Subcontractor 10 existing improvements at no additional cost to tbe Contractor. Export Clf trench spoil, ~ required, is included ip the unit prices. . ' BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P,M, THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ane, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 II Date: March 26. 1999 Pages To; ~~.~~ From: Fax: ~. - ~;; Fax; Tel: Tel; 2 Mariorie Knitter THE MOOTE GROUP 1714\ 75t-4552 1714\ 751-5557 386-005 ,. .1 1 of 2 Januasy27,1999 'JS I J . . . ,< ~ *************** -COMM. JOURNAL- ******************* DATE MAR-26-1999 ***** TIME 15=57 *** P.01 MODE = MEMORY TRANSMISSION START-MAR-26 lS'SS END=MAR-26 lS'S7 FILE NO.= 196 STN NO. COM ABER NO. STATION NAME/TEL. NO. PAGES DURATI ON 001 OK 19097367646 002/0132 130: 01 . 01" a -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.1 ADDENDUM NO, 1: To the Drawings, Specifications and Contract Documents ,. :1 PROJECT NAME: CROWNE IDLL DRIVE. PHASE I SrORMDRAlNAGE, SANITARY SEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMENTS Tuesday, April 6, 1999 @ 2:00 P.M, BID DATE; NOTICE TO BIDDERS: It is intended that all wor1< affected by tile following provisions shall conform to the original specifications, daIBd March 10, 1999 and be incorporaIBd as a part of the conlract documents. t. Rc:hedule "An: a. Replace original bid sheet 2 01 6 with revised bid sheet 2 of 6, dated 3126/99. Addendum No. t (attached). Revised Asphalt Alternate'lo read: +0.05' + 0.10' -0.05' -0.10' 2. Construction ~tmdule E-1- a Time for Completion: b. Construction Start: Forty-Three (43) Working Days On or about April 27, 1999, c. Construction Compeltion: June 2S: 1999 3 So~ial Provisions Pang 0.11: a. Fine Grading and Disposal of Excess Malarial: After Completion of Installation by the Subcontractor, the Subcontractor shall regrade the project area to:l:2.1.Q: and restore any and aD damage done by Subcontractor to existing Improvell]ents at no additional cost 10 the Contractor. Export of \rench spoil, if required, is included i"n the unit prices. BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1526 Srookhollow Drive, Suite 57 Santa Ana, CA 92705; Tel: (714) 751-5557 Fax: (714) 751-4552 II Date: March 26. 1999 Pages 2 To; tt#;~'~~Jff)A~~ . Tel: Mariorie Kniller THE MOOTE GROUP (714) 751-4552 (714) 751-5557. Fax: Tel: 386-005 I of 2 January 27,1999 \~ ~ '-..' . . . ~ *************** -COMM. JOURNAL- ******************* DATE MAR-26-1999 ***** TIME 15:55 *** P.01 ," MODE = MEMORY TRANSMISSION FILE NO.= 194 START=MAR-26 lS'S4 END=MAR-26 1S'SS STN NO. COM ABER NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK 18002634063 002/002 00:00'Sl" . -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.1: PROJECT NAME: ADDENDUM NO.1 To the Drawings, Specifications and Contract Documents " BID DATE: CROWNE mLL DRIVE . PHASE I STORM DRAINAGE. SANITARY SEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMENTS Tuesday, April 6, 199!l @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all wor1< affected by Ihe following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. 1 Se:hadu\e -A-: e. Replace originai bid sheet 2 of 6 with revised bid sheel 2 of 6, dated 3/26/99, Addendum No. 1 (attached). Revised Asphalt Altemate to read: + 0.05' + 0,10' - 0.05' -0.10' ~ 2. Construction f;chedute - E.1: a. Time for Completion: b. Construction Start: ' Forty-Three (43) Wor1<ing Days On or aboul Apr1127, 1999 C. Construction Compeltion: June 25. 1999 3. SOAci~1 Prl'lvl!:ions - Paoe 0-1 1: a. Fine Grading and Disposal of Excess Material: After Completion of installation by the Subcontractor, Ihe Sobcontractor shall regrade the project area to:tQ.J..Q: and restore any and all dama.ge done by S'!Pcontraclor to existing improvements al no additional cost 10 the Contractor. Export o(1rench spoil, if required, is included in the unit prices. BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P,M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 75t-5557 Fax: (714) 751-4552 II Date: March 26. 1999 ~~j{~?~- Pages From: 2 To; Mariorie Knitter THE MOOTE GROUP 1714\ 751-4552 1714\ 751-5557 Fax: Tel: Fax: .Tel; 386-005 1 of 2 l..uary 27,1999 ,. .. \\1 ) ." . . . .. ~ *************** -COMM. JOURNRL- ******************* DATE MAR-26-1999 ***** TIME 15 5 : 3 *** P.01 MODE = MEMORY TRANSM I 55 I ON START=MAR-26 lS'52 END=MAR-26 lS'53 FILE NO.= 191 STN NO. A88R NO. STATION NAME/TEL. NO. PAGES DURATI ON COM 001 OK 19096941999 002/002 00'00'44" . -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.1 ~DDENDUM NO, 1: PROJECT NAME: To the Drawings, specifications and Contract Documents BID DATE: CROWNE mLL DRIVE. PHASE I STORM DRAINAGE, SANITARY SEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMENTS Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all wor1< affected by the following provisions shan conform to the original specifications, dated March 10. 1999 and be Incorporated as a part of the contract documents. 1. Schedule "Aft, a. Replace original bid sheet 2 of 6 with revised bid sheet 2 of 6, daled 3/26/99, Addendum No. 1 (attached). 2. Revised Asphalt Alternate to read: Construction Schedul~ - E~1: + cr.tl5' +0.10' -0.05' -0.10' a. Time for Complelion: b. Construction Start: Forty-Three (43) Working Days On or about April 27, , 999 c. Construction Compeltion: June 25, 1999 3 SnACiat Provisions - pagA 0-11: . a. Fine Grading and Disposal of Excess MaIBrial: After Completion of installation by the Subcontractor, the Subcontractor shall regrade the project area to ~ and restore any and all damage done by SubcOntractor to existing improvements at no adc:fltlonal cost to the Contractor. Export of trench spoil, if required, is included in the unit prices. BID. DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP t528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (7t4) 751-4552 II Dale: March 26 1999 Pages From: Fax: Tel; 2 To; 1iif~~~:A / Marjorie Knitter THE MOOTE GROUP (714) 751-4552 . (714) 751-5557 Fax: Tel: 386-005 I of 2 January 27. 1999 \~ :i e . . , ~ .. *************** -COMM. JOURNAL- ******************* DATE MAR-26-1999 ***** TIME 15:52 *** P.01 MODE - MEMORY TRANSMISSION START=MAR-26 lS'Sl END=MAR-26 lS'52 FILE NO.= 190 STN NO. COM ABBR NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK 19099SS3164 002/002 00'00'43" . -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.1 ADDENDUM NO.1: To the Drawings, sperIfications and Contract Documents PROJECT NAME: CROWNE mLL DRIVE . PHASE I STORM DRAINAGE. SANITARY SEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all wor1< aflecled by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. 1. Scl1edulA "A.: a. Replace original bid sheet 2 of 6 with revised bid sheet 2 of 6, daled 3/26/99, Addendum No. 1 (atteched). Revised Asphalt Alternate to read: +0.05' +0.10' . -0.05' . .0.10' 2. Construction Schedule - E.1' a. Time for Completion: Forty. Three (43) Wor1<ing Days On or about April 27, 1999 b. Construction Start: c. Construction Compellion: June 25, 1999 ~ SD~i::l1 Pr(]vi~ions- Pane 0.11: a. Fine Grading anct Disposal of Excess Material: Atter Completion of installation by the Subcontractor, the Subcontractor shall regrade the project area to:l:l!J.Q: and restore any and. all damage done by Subcontractor to existing improvements at no additional cost 10 the Contractor. Expo~ of trench spoil, If r9quj~ed, is included in the unit prices. BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 152B Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 II Date: March 26. 1999 ~~~}~~7 Pages ) From; -S-~ Fax: Tel; 2 To; Mariorie Knitter THE MOOTE GROUP (714) 751-4S52 (714) 751-5557 Fax: Tel: . 386-005 1 of 2 JanU8l)l27,1999 \\~ " ., e . . ..- .. *************** -COMM. JOURNAL- ******************* DATE MAR-26-1999 ***** TIME 15:51 *** P.01 MODE = MEMORY TRANSMISSION START=MAR-26 lS'S0 END=MAR-26 lS'51 FILE NO.= 189 STN NO. COM REBR NO. STATION NAME/TEL. NO. PAGES DURATI ON 001 I OK 17607454S16 002/002 00'00'45" . -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - ADDENDUM NO.1 ADDENDUM NO.1; To the Drawings, Specifications and Contract Documents i :! PROJECT NAME: CROWNE roLL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: fi is inlended that oil wor1< affected by the following provisions shall conform to the originalspecffications, dated March 10, 1999 and be Incorporated as a pan of the contract documents. 1. Schedule "N: a. Replace original bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 3126199, Addendum No. 1 (attached). > +0.05' +0.10' -0.05' - -0.10' Revised Asphalt Alternate to read: 2. Construction SchedulA - E.1~ a. Time for Completion: b. Construction Start: Forty-Three (43) Working Days On or about April 27, 1999 c. Construction Conipeltion: June 25, 1999 3. Soecial Provisions - Page 0-11' a Fine Grading and Disposal of Excess MaIBrial: Aftor Complotion of Installation by the Subconlractor, the Subconlractor shall regrade Ihe project area to:tO..1.Q: and restore any and al damage done by Subcontractor to exisUng improvements at no additional cost to Ihe ContractOr. Export of trench spoil, If required, is included in the unit prM;es. .: BID Dj\TE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Sune 57 Santa Ana, CA 92705 Tel: (714) 751-5557 II I F~: (714) 751-4552 Date: March 26. 1999 Pages :: Jt-~t!;m~ ::~: Tel: Tel: 2 Mariorie Knitter THE MOOTE GROUP (714) 751-4552 (714) 751-5557 "4~ :i 3S6-00S I of 2 ranuary27.1999 ~ \~\ ~ o "tl m !; is vJ' R ~ )> liD c: ,... )> ;; (> :Ii! " " ... ~ o 0 - :II - 0 ~ :E _"llZ mt~:5 3 CIl r- ID m r- n - C " :II iii' <: m tll C . c: r- l> -l o Z CIl o OJ :l: c: " 0 " ~ !iF -< ~ -:::; '" ,g '" ,. ~ '" o '" ,. ." ,. ~i~ ~ I ;;; '" 0 ;. 0 '" " a; s: en c s: ~ !" :-' !" ?' ;- .. !" - 0 0 ~ ~ Cl ~ ;Xl :I: I 0 0 ~ f- ;= ;: ;: C ;; b ~ "ll C E C Z l> m CIl 0 0 :II Z Z r- tll ~ !l! 0 -< -< Cl 8 Z r- !l! m Z Z Cl ~ 0 0 p P m z ;: 0 ~ 0 CD ... ~ m c: ;: ! r- !ll ~ "ll m Z l> Z Cl 0 ~ Cl ~ Z Z o _ Z P .!'l P Z Z 0 0 '" Co) '" '" '" '" ~ I CD Co) '" ,. Co) Co) L 0 '" Co) ,. '" - :.., :.., .... '" '" ;" m Co) '" '" '" '" '" ~ !!I 0 0 ,. .... 0 0 0 0 '" - - - - 0 .... '" '" '" .... '" ~ Ha '" '" '" - '" CD :.., 0 '" c" ex> '" '" .... .... '" '" ,. " !l: '" 0 '" 0 '" '" m 0 0 '" '" - '" - - ~ n5 '" '" 0 '" '" .... .... ;.. 0 '" .... '" .... ex> Co) .... ,. '" '" 0 '" '" Co) 0 0 '" .... .... CD '" '" II> ,. '" - 0" ex> ,. ~ U< .... :.., '" '" '" '" ex> - '" ,. .... '" 0 ,. '" Co) 0 -< 0 0 '" '" - - - - ~ ~ :e - '" '" - '" '" :-' 0> '" - i ~ < ex> '" - 0 .... ;.. ex> ,. ,. ,. .... ,. 0 '" ~ 0 '" '" ,. 0 0 " .... '" ,. '" '" 0'" ~ ~ d- e :.., !; . . 0 ,. 0> ex> .. g 3 0 0 0 CD ,. 0 0 0 0 '" 0 0 ii'" III - .. . . g .... .... '" '" 0> '" ~~ - 0 '" '" - '" ... '" '" 0 '" '" ex> '0 0 ... '" ex> '" '" ... .. .... '" - '" '" ex> ex> '" 0 0 c;z\ :n " z ~ ,. '" o 6 g Co) 0; ;0 '" - a .. " a o. !! o 0 _ :D :< 0 !l.'Il~ ~:t::t: '" :1>- 3 en r ",mr " _ c c :D ii' <: m III C ~ - r :I> ~ o z en -i ~ -:::; '" .9 .... ~ '" o '" > 'C ,. " JJ ; ~~~ '" ~jfA o o=- ::; !!:;:; if; Sl g t;. ~ "'0 C;; :Z s: OlD :E 0:: is 0 " ~ ~ '" '" "'- ~ ?' :oJ !" ?' ;0- !" !" - ~~ !" ,. ?~ '" ~!"l ?' .. ~!U:-" ~ '" ~~~l~~S~~~~~~Z~~~Qg~~~~l~ ~f~~QP~lfzo~Q C-=' c ::::l <O::::l :$. c. 'E" ~ c" :; ~ ~ a. 3 ? 3 J>.::::l ::::l ::::l "C 3 ~ 3 ... 3 3 03 .f:o.::::l a-::e < ::e P g Co::l n lD -'i III Ul::::lUlrn~IIl-'-'-'O-OJ-.OUlUlUl(tl-.o.-'''''C-' _0"_.00 CD I\)UlZCll _~_~__-_(tIo.o. III 1IlJ>.---"'Ul Ill-Ill 1Il1\)1Il~-~030 ..... ..... 0 2 2 oooo~~IIlCD(tIa~m~ 222JJ~a~~~o.~~~ 2 c(tlc~2?2 ~ !l~U 6'm III Oo~1ll III UUU:i:-lll lllcnllllllll -Ill UG>~-a.-- !ll\)!l ~~ -100 3~ 6' :S::S:c55. ~ >CI>tDo5..cn5.. a~a is.. en 5.:0- 'i cogm r iil-::;:a ...... CJCJUl5' 5" gc::ao--g~ ~~." ""C 5:6'303 . . ~ " ~ C!::; ~ ~ ~ e. e. !:t 2!. ~ ~::e (JJ ~ 2:"C "C @ ~ ff ~ ~ ~ ~ ~ g ~ " -. Il.I - cot>> iil PI cn< -1>>--- III "C a- a- ~ m ~~G> s::l < ::1::1 _ = ~g~=n~ ~mCD (tI _om_1%I !!l go::~ s:[ ~ gg ; ~ i~~zo~~ r~l l F~~!~ ~ ~ m mal mID 0 C:-. 6' a 3::l-0CD::l3 "0'< < ::E-a. a. G> G') ;c ;: ~-;; ::l5 (j) ::l=' "C ~ ":?s:)>~a,!llCD :r'~ 3 &9to 0 5. c m " a- ::::l i ill i""C ~ 5UlO~ (') ~~(tI (tI bm~ ~ S I ~ " 0. CilG> a. ..,~ co ~ ~-<""C05'lo ('i"O:::J :l ~- '8 't:l ~.., -.., 0 ~ 00 _@ c O~ :l 3 .., ~~cc~ Qr r ~ ~ g ~ < G> 't:l og. (I) co ~ c JJ~ CD:!:C'D- ~@> )> .1JJ C'D ell '< ~ m i ~ G>(I) i ~> ~ 00 ~'~l~o~~ co~ h i 0 0 i i ;C m ~ @;::; .., ~ Cil JJ cO' 0 n:l :l .... in. ~ ~ -. - - ~ ~ 0.. CD :!! (I) -. :l o?'~ c~ ~ crr> > < Q Q 9 =!> ::j m C"':l ~(I) < ~ oo~~ ~oo'" :l ~ ~ 0 ~ ~ ~ ~ . i (I):!! ~ =;::; Q ~ a II :lCDG> - ~ ~ 0 ~ ~ CD ~ o .., ;::;:l ~ CDC C'D ~ 00.., ~ C'D C'D 00 C CD .., JJ Q) (I) (I) ..,'" 00 .., z~ - ~ . ~ .8 .., .., - m m :0 CD ~ ~ ..,~ < (l)S a JJ o~~ ~~:l ~ ~ 0.. ~ ~ ~ .., ~ :!!(I) ~ i~ ~ ~. . ~o.. '<~OO 0 m m Z ~ ~ ~ CD 0 :l< co ..,~ _ :>'_11 'iino g a :l 0 ::-. ~ 0 < . 0 (I)~ Q) (I) 0 om... 0 ~ . :l :l 0 o 00 -(0 oj' ~ a 0 .~:l - )> (.)"... -?- ~:>. co to (J) g ~ a ~ ~ 0 > g ~ a 0.. .., Ul (') ~ . 'TIC{i Il! Il!Il! C{i C{ill! Il! Il! 'TI'TI1l! C{i C{i C{iC{i C{i 'TI C{i 'TI 'TI ;:c ~~ '" '" ~ ~~ '" - '" - ~ '" -.. em " " -.... "'''' -.... -.... ':....1':....1 .." - '" ~ '" "'''' ~ 0 .... "'~ .... .... ........ '" ~ '" ~ '" :.~ "'''' '" "'''' '" ~~ ~ '" ",,,,,,, ~ ~ ~~ '" '" '" '" ~ I "-i ~ ~ ~ '" ~ .. ~ ~ '" "'''' '" '" ~ '" ~ ;-;'":!: m ~~ '" ~? 0 ?~ 0 0 "'00 0 0 -0 0 0 '" '" '" ~ ~ en ...... 0 00 '" -0 0 0 000 0 0 :....'" 0 0 0 0 .. ",",Is "'0 0 00 0 "'0 0 0 000 ~ ~ "'.. 0 0 0 0 '" 00 c ~~<g. ! " ~ ~ '" rom '" " """ """ ~ ~ " ~ -.. ~-'" 0.. ~ '" ~ ~,.. - " '" - '" .... - '" '" ~'" ~ - '" '" ~ ~ ~~ t5 - " "'''' "' '" "'" -.... -.... ':....10, '" '" .., .. '" " "'''' ~ '" ~ '" '" " 0.... '" "'''' '" -'" '" '" ",m", '" '" 0'" m '" '" .... ~ 000 ~ 11 "'''' 0 "'0 ~ "'0 0 0 ollo !" !" ~:--J ~ ~ ?' cCl)O '"- '" " om 0 00 0 ~o 0 0 oepo .... 0 0 0 ~ ::j ij 0" 00 0 00 0 "'0 0 0 0 0 '" '" "'''' 0 0 0 '" "-i II '" '" '" "'. ~ '" ~ ~ .... ....'" '" '" '" '" f ~;:~ "'.. ?' "'0 0 00 0 '" ....00 0 0 ~o !" ?' - :oJ .... ",Co 0 00 ~ 00 0, 0 moo '0 0 "'''' 0 '" '" 0 io -:::J-:::J:"'O 00 0 00 .. "'0 o. 0 000 ~ '" "'0 0 0 0 0 0 .;.;~~ " ~ ~ m mC> ~ '" " ~ ~ ~@ ~ " .?'l'" -.. ~ ~ '" " '" - '" .. '" '" -'" '" '" !!:.;, :. g " i-.J n 0'1 Co .." ..'" "'" '" '" o .... ;':....1 '" iD"Co .... - " .., ~'" ~ ~ 11 0 m '" ....'" .. "'''' '" '" ",m", '" ~ "'''' m .. ~ '" o~~ 011 mOl 0 "'0 '" "'0 ~ 0 ?'~~ !" '" ~'" II '" ?' ~ ~ . II. . 0 00 '" (,no 0 A 001 'I' '" 0 '" C ~ " 0'" 0 '" 0 .. ::j '" " 00 0 00 0 .... 0 0 0 0 0 '" '" "'0 0 0 0 0 \; "-i " '" '" - '" - '" ~ ~ 0 '" "'''' .... '" 0 '" 0 0 ~ ~;C ~ "'.. ~ 00 0 0'" ~ 0 000 0 0 ~o 0 .... - 0 '" "'''' 0 00 '" :""0 0 0 00,0 '" 0 wo, 0 '" 0 0 '" ~~~h "'0 0 00 0 00 0 0 000 '" '" "'0 0 0 0 0 '" ~ ~ 33~c " '" "'" ~ '" " .. ",. .. " .?'~!" "'.. ~ '" .. "'Ii: 0 .. " '" '" '" '" '" ~ "'''' - '" '" ~ cD 0, . Z . " "'.. :..'" " .., Com " ;" '" " '" '" .... '" '" ~ "'a 8 '" " ....'" 0 "'''' 0 ........ '" 0 ",mo ~ "'''' m '" '" 0'" ?'J 11 "'''' ~ 00 '" ....'" 0 0 ollo !" '" ~?'J II '" ~ 0 '" c"'O'1 :.... '" " 00 0 00, '" WO, 0 0 oepe 0 A "'''' 'I' '" 0 0 '" :"j i'5 '" " 00 0 00 0 00 0 0 0 0 '" '" "'0 0 0 0 '" '" '" '" .. "-i '" "'''' .... .... 0 0 ~ ~;c '" "'''' !" 00 !" 00 !" 0 ....00 0 ~ :-""? 0 ?' !" ?' ?' ~~~~! <:no 0 eo 0 :""0 0 0 000 0 0 ~'" 0 0 '" '" 0 00 0 00 '" 00 0 0 000 .. '" "'.. 0 0 0 0 0 .... .... 0 - - 3 " ~ ~ ~~l:~ '" " ~ ~r '" " -.. ~.'" "'''' ~ '" CD CD,," "'0 '" " '" '" ~ '" -'" - '" '" ~ J.. NO ~ - " c.n:'" '" ..'" '" :..'" '" " .." Co :"'':....1 " ;" -.... ;" o '" ~ .... " "'mo m '" '" 0 '" " 0_ 0 "'''' ........ .... 0 "'1l0 .... ~ ..'" '" '" - 0 O~- "'0 0 00 ~ ....0 ~ 0 0 '" 0.. II 0 :oJ - .. ~ II ~{(l~ 'I' c ~ " 0,0 0 00 '" ~o 0 0 '" A (.)~ 0 '" '" 0 :"j - " 00 0 00 '" 00 0 0 0 0 '" '" "'''' 0 0 0 0 \1"t , '" ;;; , '" '" :n ;;- Z ~ .. '" o 6 ~ '" a ~ 'U & . ~ !2 !;l :< 0 !l.",~ -i:J::J: eol>- 3 en r- eo m r- " _ c c :II i" <: m III C - C r- l> -i o Z en 0'" :e c: is '" ~ ~ ~ .., ~ ~ '" .8 .... .. '!: '" o '" '" "C ", ~. ~ :ll ;;; ~~-. ~ i5 ~ .... l: - in m ~ .. ~" g ~ 'tJ '" s: ~~ "'.., ~~ "m -!!I ~ii: :ll 51 m s: m ~ n o ;j z c m '" ~m z~ r "T'I-i E ~. " ~?'::":'3:~ ~ en lD'iD:t-l 00 C S 33~ ! ~ ~_m ",,,,' l: ' , r ",,,,. ",,,,. 000 Z cCDO P ~ i\ ;;r;;i ;D )(:-:- ~ :B~-:::;~ t5 hi~.;~~ "''''''~ ",,,,a ........n ,...;,,:,. 'U S:"'''' 1:: o!Yg) :< c ~ l; ",.., " ~. '" x~s:s :E ~ Fri(OU3fu"~ 003 J3 .$!S5:c ~~;D~ f'CP!;'O l: ~ g: a: Zs 00'" c...O'I :.- ~ i'5 ",.., ~~s:" :E:.:,:.:, ~~:ll ~"-.l"""o ;:;:. --"S< ~~~~ ~~~~~'tJ 0"'0 ",,,,0 "'- c ~ ;:c ~~ ,.. '" n' )> 0 o. ~ "C a ~ ~ a :D !l ~ Q 0 m s- a n ~ i: c. . m C !!I $: "C ii: ~. 'U - n :D . 0 0 < cc Q m s: ~~~> 5' m fific.:5: . ~ Q: + + [ 0000 :""0,:""0, ~ qOlQu:! ~ f;E;f;e1 'R'R'R'R 0000 :""CN:"" 0) (J) ..... I\) 0000 :"'ON:"" cn(J)l\)f\) 0000 :""ON:'" cnCDC,.)U! 0000 N:"'N:"" OOCD-Ilo. !! .. z ? .. '" o I> ~ 9\ '" ;;; ;c '" '" !l. '" -u 2 . ~ o 0 _ :D :< 0 s.'ll~ -I::J:::J: CD> - 301'" CDml'" n-c c :D j;' <.: m '" C - C I'" > -I o Z o OlD =:: 0: ~ CJ ~ ~ !i! -i ~ ~ ~ .... .. ~ '" o '" .. " ~. ~ij. o CJ -../l .... s: '" ~ 59 g ti (>"tI Oi ~ ~ 0 !" !" :-' !" !" !> ~ !" - ~~ ~p~ g:;p :0 ~ ~ ~ ~ ~...... ~ i ~ ~ ~ g ii ~ ~ g ~ i' ~ g ~ b ~ g ~ b;P :0 ~ ~;!l :0 ~ ~ ~ c= "T1 g. 3 ~ . 3 "T1 g ~ 3 R: 5" ~ 3 (") 5"'0 3 ~ 5"-03 n S" (") 3 n:::i' 0 3 ~ g 2 3 ~ g 2 3 ~~ ~U) -0._' Ocn ......-. (")CII --- fQ ~_. ~(Q CD -. _co (; -. 2S:a:J ~_. 2S:1Q ~_.o (Il 0 -C) (Il (')_. ~. ~oo~- ~oo~o~J=!!,Q.3-?!I'CIl!;_=!fJcn;.=!!'a~_=_Ulo!}Q08c~QI>~E"~ 2/0 ~ :e - ::E :e - ::E '0 - CD - (II - tit - (tI - Q) -:E ... -::E ...- ;; 0:::1.-- :::1.__ :3,< _ "'OtlI "'OS\) C)"- ""OS\) 0"- "llCl-o _ ""C~-c _ :::I. CD _ :::I. CD - c~O! 8~o! 8_3:~~ ~gg:~ ~S:::l! ~S:::l! ~g;~ S:gii~B$:;~8$~~ 3:CD~Dl 3:CD~lll S:CDOOS\) ~(II' O):O(llZ~:OUlZ!!!.:OUlg:!!!.JJcn=!!!.c-CI)~IU(..m~S' ;r:~s:=+xs:=;r:)("T1="T1~~=~~P;~~?;~~i5';~~O;q>~CD=<(3~ = .. ~l\) oo~ ~~ oo~ I\)g ilJ ~ (")::3.:e Il' 0:::::1'(,,):::1 0:::1'(,,):::1 C):::::I.:::I:::I ('):::!.:::I:::l ~ S\) z~ ~ III z~ Z >- ......~"TIa. ....ni"TlQ. ~~3a. ~51;:;5. oo51ma. oo51tba. oo51zc. QoJ~za.. P3Pa. ~pa. Cl _ _ _ . :;. . " :;. - " :;. 0" :; ,,- - m crag> o"ag cr-Q)QO\Il~(,)o0:eOOCD~OOCD'OoCDPO o"r.Jb' c:rN&> :::J :::J ::::I X )(::J)(::::I X 1\):3 )( :3 :3. :3. "3:3 .3:3 .8:300cgooll(llool(lloo'(IIOO1\)(II "0:3 .0:3 a (I) (II aCl)(II CT (113:fIl'" fIl1\)_ fIll\)- I>>ttI- 1>>'- 0(11 0(11 (1).- (1).- co32" <Qo!:l(")<~2(")<a:!:20<.2(")<.ttl2 g"'" g"'" 0.02 a.02 0.'0 ~fIl 21jOfll.ottlfll"Ottll>>:eOttlfll 0 0.32 0.32 0.02, 0.02, o.ar2,1\)~."T1o ::::o......~.o-,::::Il.....,::::~- 0.~2, o.~U -3 -'3 -'- O'Ioa.........ooo.....ooo.....o 0.....01("5 -'CD -'CD c5'C..... t5'C1\) .sCD1\) .....:33 0:'31>> 0.;:) 3 fll 0.:3~1>> O.:31\)fIl t5li1\) t5lil\) -CXl -,flo. ...., I\)~ 'C.....~ '0....0 ......0 co.... ...., .,.. fIlCD. fIlCD. fll:eX C'C"'" C'_or-C'_or=a.or-a.-o fll:e. I>>:e. :3li~ :3li~ ~;:;f\) ctl.)(.octlS,::roCDS,::roctl8::roctlo::r :3:;;;:X :3:;;;:X o.:e CXl a. :s 0:1: a. ::r "'i! 2:: 8 ..... r\)~l5: CD ttI r\) 2:: ctl m r\) l5: 3 &' r\) 2:: 0 en 0. ::r ..... 0. ::r ..... fir )(. g 0'" I>> -. 3 co o'-':e IU 0 -. :e I>> 0 -. 0 -. 3 fIl 0'" co 0'" CXl S;1\) g.~ I>>=:S:: .5,o)(.f\).t5;;!:!!.I\).5;;!:!!......c5~!:!!.......5"O~ IU~. fll~. 2:fIl~ 2:1U"'i! 2:~~ fIl(jj~ l>>::r:3 l>>::r:3 l>>s,:3 1U!::3 2:::\c.... &::\c.... == == =:j'::r:3li. ~e!."*' :3l>>"*' :3cZ :;,(I)Z =;:;.5 =;:;5 .::\:s:: .:=l:S:: .cc2. 0. ~ 0._(1) 0.=(1) o.:s.p o.:eP ":3U .:3U '"O;;.~ ""C;;.g '"O.UI C ~.~ Qo Qo :i..... ;:;..... ""Ccg ,)" ""Ccg cr ~t5 5' ~.5 5' ~ z:i b b III flo ::rga~.:3 ~.:3 UI- (11- P fll 0 0 = e. . CD . C = e!. e!. - ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ;::c ~~ ~ g~ - - - - - - Co> - - !;. '" .'" .'" !" '" ?' .'" ." ?' - - 'n-i 5 '" '" '" "' .. <0 '" 0 '" '" ~. :lJ 0 0 0 0 0 0 0 0 0 0 !..~s:m 0 0 ~ 0 ~ ~ 0 0 ~ ~ ~ !!1 '" '" 0 '" 0 0 '" '" 0 0 --", 0 0 0 0 0 0 0 0 0 0 <0<0 8 000 :!l ~~<g. ! iO z ",,,,m ? '" '" '" '" '" ?' .. ?' - - i: ~ ~~ z .. '" "' "' "' :... <0 "' 0 '" '" '" 0 0 0 0 0 0 0 0 0 0 0 000 G) 6 0 0 ~ ~ 0 ~ 0 0 0 0 cCXlO -=- 0 '" '" 0 0 '" 0 '" '" '" '" ~ i'i - 0 0 0 0 0 0 0 0 0 0 !" '" '" '" :-' !" ..... :-' - ~;1 ;:0 ~ -.. :... '" '" 0 0 0 0 0 o. 0 0 0 0 0 ~~~ ~ ~ 0 ~ 0 0 o. ~ ~ 0 0 0 '" 0 '" '" 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 .;.;~~ 0'i0'iG)~ '" (.)(.)(i3 ........0 !" !" '" .'" .... !" ..... - - 1: a, " ~ ." -.. .. o,j '" '" ",,,, ~ 0 0 0 0 0 0 0 0 0 0 O~~ 0 0 0 0 0 ~ 0 0 0 0 c: 0 '" '" 0 '" 0 '" 0 0 '" ;!j 0 0 0 0 0 0 0 0 0 0 ~ '" .'" .'" .'" '" !" ?' .'" 'n-i :lJ '" '" '" '" 0. .... <0 <0 ~ ~ CJ 0 0 0 0 0 '" '" '" 0 0 f ~~8 ~ 0 0 0 ~ ~ 0 0 0 0 0 '" '" 0 0 0 '" 0 0 '" __c....z fDfDl>>~ 0 0 0 0 0 0 0 0 0 0 003 $$5:c fDfD:Da ..",. '" '" '" '" .'" .'" '" ..... - - "<0(; "' "' "' 0. '" .... "' '" 1:illi:a:/l 0 0 0 0 0 '" '" '" 0 0 00<0 ~ 0 ~ ~ 0 ~ 0 0 ~ ~ C.....01 :.... 0 '" 0 0 0 0 '" '" 0 0 ;!j i'i 0 0 0 0 0 0 0 0 0 0 .. .. .. .. .fD.. <0 .... .... 'nO; :... :... :... :... '" '" "' '" 0. 0. l>>~:S::G) 0 0 0 0 0 0 0 0 0 0 ~ .. ... 2;! ~ ~ 0 0 ~ 0 ~ 0 ~ ~ ~33 ~ ~ 0 0 '" '" 0 '" 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ....3 --~~ ~~r .. '" fDCO"T1:'O .. .. .. <0 <0 .... ~ ~ r\) 0 ~ :... :... :... :... '" '" "' '" 0. 0. 0"'0 0 0 0 0 0 0 0 0 0 0 ",<00 0 0 0 0 0 0 0 0 0 ~ 0"'- 0 0 0 '" 0 0 0 '" c: 0 0 ;!j 0 0 0 0 0 0 0 0 0 0 dfl.\ '" - '" - <0 "' .. a '" " .0. . ~ o 0 _. :JJ :< 0 o ::;; ~"z ;'$:;!; 3Ulr- .. m r- n - 0 c :JJ i" <: m lD C it c: r- > -i o Z Ul o III ~ 0: iil 0 ~ ~ ~ ~ -:::; 0> 9 .... .. ~ :1l '" ,. '0 ." ~. ~ :Il.; ~~. -L .... " - .. '" N (1J m .. , " 0 .. ~ 0 "1 '0 0> '" - - - ~~ !" CD .... 0> co ,.. ~ !" - "' ~&,~~~~l>>lf~~&,;!l~;!'8~ CD Cl> ""'T1 :D I>> .(:0. 'TI JJ fI) f\) "T1 0- c o~ii'C: og. coR. C ~"" ~ gC.3 ga.3 go.3 20.3 a3 33 w~ 0 ~ cg:Jll~' ~~ l~. !!l g: 5= en fll ~iii' fll ~ iii" fll 5=(ii' ~ iF"E.~ fl)O~QO(Il ~QO(i'lO~ ,,0 ~ c<e:r OIO.;:r' OIQ:r otQ?,-.;:r'!!om g.g,:.. :Eg.~:.. :E~to:.. ~! ::::J.Qo_ ::::J.g.._ :J.Qo_ ::J,,,,,_ ~- Q) 0 ~ a~ am ~m aGo ::J ~::::J OCD <:) o III (l;::::I r - OJ....- ~s- CDS. CJS'~- ::::J - - !e. O.en ~ ~ o? .... ~ "' ~~g;~n=~~=~~="'~ Q [8~~~QO~~~QO~ ~ ... n7!:mn';t::'fI)o3:I>>o15;"Ill"'OQI !!t a.3Q) ;to'TI1>> ;tg"l>> Z 0 I>> =:::1 jl)~::::J I>> =::::1 l>>;:;;:::I ii)::J CD S""C::::J N ~ ... J ~ < a ::J ,. " ~ra.~~a.p:i.:-a.;i--a.2.o. CD coo;a.~I>>l>>a. l>>3a. " ;: g:8&>58&>g:8&>g.8b'~&> ~ lllalO =30 ~.CDO J1I 0 .::::I3::::J.::J3::::J.?3::::J?3::::lo::::J ;:r a:eg g.lJ)g g- g 8 ~ "t:!(/) '00 'OUl -O~3'" CD O'~!e. ~8~ ~8!e. z g-52:2 i[2 g[2 g[2"2.2 ~ ~=2 CD32 (1)32 ~ &:(1)!l 2:: CD !l. l5:CD n l5:CD!l!!t2. QO 2S: - n 0."0 n 0.'2. n ,. S.:EWS.:EN:i":ENS.:::e.....Cl>W t- = =_- 9: CD .... 9: (D - Z " .-;:;:.... ::::J....W ::::J ii (0) CQ;:;:cn(Q=......IO=.l>oCC;::;:~ CD 0 ""C~.Q) co CD 0'1 10 en C II) :::T . II) :::T . II):::T . II) :::T :D . :r ~,g~ ~~.~ ~~~ m jll):Djll):Djll):Djll)O -t m 0 c.=o c.=o c.=a c.= CZl)( :D.!I'sr c.:i-O') c.:T0') -"'0 -"'0 -"'0 _"'0 3 -. aID j C'II). C'II). C';;:. C';;:. C'::;_ g;;:. "'C !!l ~5''''''~5......~g-'''''o5'Q 0 5' 'Tlgsr ~=:5: ~~:5: :3:fO Co) :3:ro ~ :3:10 Co) :3:10 lU ;; 10 Om a. :3:::;lU :3:;;:~ =(/)U'I=(/) =UlU'l=UlUl ..:c:!: Co) ~g: =~:::l =-':T -. 0 -. 0 -- 0 -. Ul 0') o 0 .- j' :T .- j 0 9.0.0 .<2:~ O:::l.O "'Ocg ~ "'Ocg CD 05:5~. ~.z :e :::e :::e :e!!. 0 ~. ~ ~ p ...... ...... ...... ...... ."'0 " . <;; <;; <;; <;; !:l !:l !:l !:l !:l "'c ~~ '" ... '" .. 8m 0 CD 0> CD - N - - ~!!1 .. 0 0 ~ - - :I: N !" N 'Tl-l 5 N N -.... !::;I CD 0> '" .. co .... CD 0 0 N CD !" .... 0 ?' 0 0 0 " " 0 " " 0 " " " 0 0 0 0 0 0 0 0 0 ooe :n "'"'''' " --'" II NNm Z - II """ """ ~ ~ 0> II .. '" N N ~~l; CD II N 0 N N '" N .. . II. 0, '" N co -.... i!:: 0') 0') CZl Z N 0') 11 (,,) 0 ,f:o. 11 N .. 0> '" '" .... 0> 0 0 000 G) 6 ~ II ~ 0 0 !" 0 ?' 0 ~ 0 cQ)o :.. :1 o II 0 " " 0 " 0 0 0 " ~ ij o II 0 0 0 0 0 0 0 0 0 !" .N N ."... " co 0> .. '" "" . .... '" '" .. 0 '" 0> 0 0 f~>::~ :--' CD .... !" 0 ~ ~ ~ 0 '" " " '" " 0 0 0 " ":::i":::i=-"O 0 0 0 0 0 0 0 0 0 .;.;~~ II o>o>,,~ - II ~~iil .... II '" N N N U'lll co .... .0 .. '" N N ~.;,.:.oll '0 . II. Co '" (" Q) II 0 '" 0> "' ",co ~ Nil 0') .. N '" 0 '" N 0 0 O~~ !" II ~ 0 0 0> 0 0 0 0 0 " " " " " " " " C o " 0 ~ o II 0 0 0 0 0 0 0 0 0 \; !" .N 'Tl-l ~ N co .. 0 .... ~~:5:C1 .... 0> '" .. '" 0 '" 0 '" 0 0 ~ '" 0 0 0 0 0 ~.. ~ ~ " '" 0 " " 0 0 " " --~ co (0 lU ~ 0 0 0 0 0 0 0 0 0 003 $$5:c II COfO:DB - " ..CD' 0> " '" N N t'<PI; ....11 U'I CD CD - - '" N . II. ~ ;, "' N co "' ;, -.... ~~g:a:8 0') II l\) fO II Q) 0 0 0> '" 0 0 0 '" 0", ~ II ~ ~ 0 ~ 0 ~ 0 0 0 g_co :.. 011 0 0 " 0 '" 0 '" " '" ~ ij o II 0 0 0 0 0 0 0 0 0 ... .. ."... -.... CD .. N '" ~!!.>::" CD 0> 0> '" 0 CD .... 0 0 ~ :--' 0 N 0 0 0 ~ ~ ~:: ~! 0 0 0 '" " 0 " 0 0 0 0 0 0 0 0 0 0 0 ........0 --3 II .!:.!:e~ - II ~~r "' II .. '" N N ~~;gcr~ fO II 0 .N - co ." ." . II. 0, (" -.... U'l1I (,,) '" "' N '" ON0 """n l\) 0> 0 .... 0 CD .. 0 0 ",",0 ~ II ~ 0 0 0> 0 0 0 0 ~ "'- o II 0 '" '" " " " " '" 0 ~ o II 0 0 0 0 0 0 0 0 0 '" - 0> ;;; "' '" Q. '" ~-z\ " .2- . ~ " " - '" - 0 ~ :E _"z ;;I~:!: 3",r- lD m r- n - C l: '" iii' <: m al C . c: r- > -i o Z '" 0'" 1: a: iii 0 ~ " ~ ~ ~ a> .9 .... ... ~ a> o '" ,. ~ ~ ;!;! ~ ii. .... 1< ;;; A. m .. 't;!l g '" Q " c;; z s: ?' ;- !" !" - ?' ;- !" !" :-' ~~ en g~g~g:~~~g!.~~~:2~ fils en ~ ~ "l ~ "! 0= c: c: ~~ '" 3=33 - nl>>3 ng.cn?~-g3 ~~ '" " " " " " -'< "C-l-c-'0I~3-.2S: l>> <--- -'< < < < < < 0 ~Cb CD'!S- co!>>.(/) g;. =~2....1ll n!S- f ~ 0 0 0 0 0 "'0 .... S"~ CDg, ~a-n I>> ~~ii ~g.~ 01 ~ en en en en en ~~ ,. ~ :r5......_::l~5..~g.-< _::1'2.5- ;;- ;;- ;;- ;;- ;;- r iii "C _ g"O _ rnlO en C-11l_ '" r .. . .. .. .. en 'i-< Pi::! CD:) s:(Il CD III S':J -< . c: < < < < < !> ." !> .. .. 0 !; (Il 0._ (It . 1: Co ~ en z . . c: ~~~~ ~Cll~:E~~ ~~~ ~ 0 0 0 0 0 en z ~ fIllOl>>CO 1O~'ODog< lC~CD m .- .- .- .- ... 0 ::J ~ Ul. III g. . Cf)UI () III tD . m '" ~ ~ ~ ~ .0 0 '" L-g2? ae!..~lpfg"'C a.=~ '" Cl 9' .'" 9' '" '" 0 -< '" a z 0..... I>> -01 .... :::l.._ ;::;:::1 0 3- 3- '" 5'12.5. g-~a ~~" gg.ii 3- 0 m l: '" <0 <0 !P- c: :e m l>> I>> n i:!: l>> - - < nco-<! Z " a a .- =l m ~.::Ja. ~i5a""~_o ~Y'cn 0 .g- o. o' 0 ~ -l ,.-y/:s:: &l g (J) '-1>> 1tI 0 => => => " .5 ~ ~l>>l>>:"<Q) ~8~ 0 m 0 Z CD "C ... 8 S. 01 ~ ~ ... ~ 0'" 0 ;;- . 0 img:Q.COg~ m:g< l: n "'tJ a ::!: CIl,!%l _ 1J 3:::! (') s: (5 ..c! :E g.::e 8"-5' :E ~'_"tJ n _ m Om...... c._CD O. ::l (I),!'lo a. n en en Co ttI 0 _. 0 lIJ Cb J! ~ ~ ,53 ~ ~ c ... Ol "2. Ul ..... 'P - 00 :l!!. .'"" c.. lJ) lJ) lJ) <;; <;; <;; <;; <;; <;; <;; ;::c: ~1j - 8m '" '" a> '" '" '" ... ... '" '" - '" a> - '" '" 0 '" ... ... '" '" 0 ~. :J: -. "-l ~ '" ". '" '" '" 0 '" '" !~~~m 0 ;- 0 '" '" '" '" 0 '" '" 0"1 '" 0 "'. '" a> '" '" '" '" '" 0 0 0 0 '" '" '" '" '" 0 oOC :!! ",,,,,,, ;;- __=r " " ",,,,m z " " ...., ...., ~ p a> " ... - " "''''.- ... " .... '" '" '" " '" '" '" ... '" ~ ~ ~ g: z ... . " ;" '" - 11- '" :... a, '" '" " ...., II A. 0 .... " '" .... 0 '" 0 0) II to) '" '" '" '" 000 G) 6 ? 11 ~ ~ 0 ~ ~ !" 1I?1 ;- ?' ?' ~ cCDO -- 0 '" " 0 0 '" 0 '" '" " '" '" a> a> 0 ~ 15 - 0" 0 0 0 0 0 0" 0 0 0 0 0 - ;;rc;' ;0 - '" "'. '" )(;",;" c... '" ~~~~~ 0 ?' ?: !" ;- ~ ~ ~ ~ :" , '" 0 0 .... .... '" '" a> '" 0 0 0 '" '" '" '" '" '" '" __....c...m , ~~:3" fn " .. a>"'(,')~ .. .. ~~P1 '" .. ..., '" - " .CO II .... a> '" to II (0) '" '" ... '" 1<l!l~lil~ . .. ~ '" <D' '" ;" . II. a, <> '" '" '" .. to II tn ... " .... '" .... 0> A-lt to '" '" ... 0"'''' _0 ~ II 0 ?' 0 '" '" ~ II ~ ... 0 a> ... c: 0.. '" 0 '" '" '" ... " ... .. Co Co '" ~ 0" 0 0 0 0 0 o " 0 0 0 0 0 s; - ."... '" '" ". 0 a> '" '" '" '" X~;::~ ?' ~ 0 - ?' '" '" '" '" .... ~~~~~ 0 0 '" '" 0 '" '" '" '" 0 0 0 0 0 0 0 0 0 0 0 ss~c .. " tOtOJJs .. .. ...",. '" " a> '" " f"r.pf; ..... .... '" 011(0) '" '" '" '" 1< '" '" -. z - " '" '" - . II. '" '" <> '" "''''ag '" " 011 C) '" " '" '" '" <D .....11 A- '" '" '" o ~ ~ . ?1u ?' ~ ~ 0 ~ ~ II ~ <D ... a> 0 c: _ 0" 0 0 0 '" 0 0" 0 '" '" '" '" ~ ij o .. 0 0 0 0 0 0" 0 0 0 0 0 '" ."... '" N"' g)~:!::G') '" .... 0 '" '" ~~:;~ 0 !" 0 ;- '" '" ~ '" '" :" '" 0 (, 0 0 ... 0 0 0 0 0 0 <> 0 0 0 0 ........ 0 --3 .. .. ~~~~ .. .. ~~r ..... ... - .. tOtol1" - .. '" a> ... to II (0) '" '" ... '" 1< j,. ~ 0 ~ :...s II co '" a, '" . 11- ;" '" a, '" 0"'0 A- 11 A- ...11 tn '" 0 a> ... (0) II to .... '" 0 '" '" '" 0 A- II 0 0 o. 0 ... ? II ~ '" '" ... 0 0",- . 11. '" '" '" '" .. Co Co '" c: 0" 0 ... " ... ~ o .. 0 0 0 0 0 0" 0 0 0 0 0 ~\ '" ;;; ;;; '" 0> g, '" " o ... A- o 0 _ ::c <' 0 !l.:l!~ ;4$;:!: 3 CIl r- eo m r- " _ C c: ::c m <: m III C II c: r- :I> -l o Z CIl OlD :I: c: ffi 0 " ~ ~ ~ ~ '" S ... .. <r' ;;; ~ >1 " ,. ;ie ,g a ~ ~ t'? C{l !B g ~ ~ "1J en z ~ 0 !" ?' :--' ?' ?' ,. ~ 1" ,.. ~~ Ul ~~~:n~~~ :nail) "'O"T\:O= O'Tl:O= 0"T1 ill) en" glD 8" all) ~'Tl C'"fIl U)"T\ OS c: =(1)30011I3 <'~g<c (')~Il)C o~Il)C:..ng(DC n8 c ~g c: ~goc ~~ III CIl. _ :: ~ CD _. 02S:ctlO~. :E"'P~. :EtDP2. 25:13)5:.2. 2S;CD92. 25:=-02. 25: CD 92. -'< .n~om3g;. o=lII:e(/) C<nUt 0<011I =Ulocn =1II::E'" =U1;:E(Il =(1)::0 ~ ~ ~ II) ::cg-~Il) . ~- ~ Il) =r ~ o::r ~ 0 ::r '-- 8 (I) ::T .- 3 Il) ::r .- 3 AI ::r .- 8 Il) ::r en "'O~...... Il) ~ 0 3 Il) ~ 0 3 1>>- ""C ::::I. ,.... g; "'0:::1...... Il) ""C::!..... Il) "O:J. _ Il) ~~ r 0."2..6. ~::::I ~ is. ?:~~~iS.. ::::!~a, ::I~a ~~;'Q. ~~~6. ~.g:~6. ~$~5. o~5':-"io- ZJJQ):P.5' ~[ii5" ~[CD5"- ~CD ~ 5' ~= 315" ~l'D:P.5" ~CD 31:;- :lE- ~ CD ~ ...... Ii 3 i " oOX'OU/- (I). III X-VI x-ocn >('Olll >('0(1) :Il ~ QO ~ }>5'~!!!. ~:Eg,!tl~ ~~~~ ~~~![ :Eg~![ :Eg?[ :Eg.CD[ ::Eg?[ 0 m c... co <Ore 5:::: 00<8-- fC::r-. co::r- 0<0- 0<0- 0<0- 0<0- < :Il o . _ . o PI CDe.,) -"to) ...:o1l)3f\):nIDOCllJJl>>O......:ol>>o... m S' m :::;;:e :O='3 ......-:::fI,)l\)......-:::l>>I\):,;:=-c .:e=3 a::=.:='31\)::E=31\) ;: ;: ::Eo "T1 -=. -=. 0 -0 0 ::E 0 . 0 . m 5.. a ~ ~ ::::1"2.._. ...._:: ...._::,:::::Jl%lo':::::J1;! ,:::::J"O::,:::::J"O:: m ." , l%l.... (1)-. l%l-.......... f\) CD f\) - f\) - ~ ~. n .gCD< ~""o-.....(I) .ca8. .rJaell ~ o-ell"'O f\)0"!2..... f\)o-!2.CD f\)0"!2.e. :Il ....8.l%l:t E.:::::J !:.:::::Ja.....8.~i~8.CD~~8.ellcD~8.ell~ 0 ~. ~ =;- = ~ >o.;!1;'< ....occ ....cccc >0.-..... f\)o.:e =: f\)a.:e.... f\)a.:e < tB - &. ~ c ~ S' - Q- 8. ~I/) CD 8..!'-' l%l :... S' :r:c t1I S' =-"'"CD t1I S' ::;.' =: t1I S' ;::0.' 3: m ~ "tJ _..... t: CDCC~CD -CD< -CD<.&:>oCCCDCD CC~5' CO~CD cc:::r~ ;: B ~ CD~' 3 m 3 :D B..!'-' QO ~S;~~ ~S~ ~S~ S;~~ S;~;, S;~? S;~? ~ ~....=> Q.ut!P a.ut.ell ....::;CD ...._< ...._""0 ...._"tJ ~ ~ g~~ ell::::ut aut O"ut ell-.a ell::;.' (1)::;.'< ell;:o:< ~-g5'~ CDg,{ CD~t{ -gtBe: -gg-f> -gg-n -g5,~n CD 0 ~~ ~ _.cc 3 n CD n Cll -. I/) -'10 n -'CC ~ -'10 a :c == ~ il) fg ~.I/) S!: ~~ ~ ~.!'-' ~ ~.:: ~.I/)!: ~Jl (') ~~Ul ~ "0 ~ ~g. ~ ~- ':0:: ~ < . < - e. - g: -!:- to) CD CD "tJ ell ""0 ell CD ~ CD CD ~ CD g ~ ~ ~ ~ CD .....:::::J :::::J m (') CD n:::::J :::::J ~:::::I :::::I ~ " QO a. 0. .... CD .... l>> a. 0. n 0. ~ 0. (') .- :::::1:::::1 'S1' , go go !ll !ll !ll !ll !ll !ll !ll '" '" '" ~~ N 8m N " N '" '" N - ... '" '" '" '" '" '" 0 '" :!<. :I: ~ ~ .N - ".... ~ in N ;" '" '" '" ~~;: 0 0 0 0 '" .. '" N N '" m ? 0 0 0 0 0 0 N '" '" ~-<O ~ !!1 0 '" '" '" '" '" '" '" '" '" 0 0 0 0 0 0 0 0 0 0 ~ gelS g :!! " 3-~ ! " NNm Z ~ " -...I -...I ~ P - " - '" "'''',- - " '" .. '" '" '" ... '" ~chchm .. ~ It ~ .. ;" in "0 ;" '" '" .. .. ",,,,m '" .&:>oil t1I tl 0 (1J 11 0 0 0 0 '" N '" N 0 '" 000 6 ~ 11 ~ ? 0 ? ? 0 ? '" 0 '" ",0 '" '" '" '" '" c: Z 0 o " 0 0 0 0 0 ;!i - o " 0 0 0 0 0 0 0 0 0 0 " - '" N - - ".... ;z> ;. '" "0 ;" '" '" '" ~ m 0 0 0 '" '" '" '" '" N '" )( :":' ~ ? ? ? ? ? 0 ? N ?' 0 ~~~ ~ ~ 0 0 0 0 0 '" 0 '" '" '" 0 0 0 0 0 0 0 0 0 0 .;.;~~ " O)Q)G)~ - " ~~a N " '" N " '" N '" ..., '" '" '?' .. '" l: a,':' 2 ." ~ II ~ in " '" ;" '" ;. '" ;. -...Ill (X) '" ",,,, ~ 0110 0 0 '" '" '" .. '" N '" o~::g !'.:Ill ? 0 0 0 0 0 0 ... '" 0 c: '" " 0 '" '" '" '" '" '" in '" '" ;!i o " 0 0 0 0 0 0 0 0 0 0 \; .N '" - - "-i :Il '" 0 "0 "0 '" "0 ~ m 0 N '" 0 0 0 '" 0 '" '" '" x"";:g ?' ?' 0 0 0 0 0 0 ?' .... f" '" '" '" '" '" ~Z 0 0 0 0 '" ~~3~ 0 0 0 0 0 0 0 0 0 0 ID~CD 5 - ~ " IDID:Cg - " ..",. '" " ... ""'j; '" " N '" '" 0 '" '" '" l::!lillag . " '" "0 "0 "0 "0 " .. ... '" o " .. " '" '" 0 0 0 0 0 '" '" N 00'" ?1 II ?' '" 0 0 0 0 0 0 0 '" c.....(1J :... o " 0 '" '" '" '" '" '" '" '" '" ;!i /5 o " 0 0 0 0 0 0 0 0 0 0 - '" N ~~~~I '" in '" '" '" " 0 '" 0 0 .. 0 0 N N '" 0 0 0 0 0 0 ? ? :--' ? --;i '" '" '" '" '" '" 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ......0 Z:;Z::3 " --~~ - " ~~r - " '" IDID.,," ... II - '" '" '" 0 '" '" '" '" l:"" 0 ~ :"UN '" " "0 ;" .. "0 ;" '" ;" O"'~ '" 0 0 .. 0 0 '" '" '" "''''~ -...In 0 0"'- ~ II ~ 0 0 ? 0 0 ? 0 0 0 c: o " 0 '" '" 0 '" '" 0 '" '" '" ;!i 011 0 0 0 0 0 0 0 0 0 0 '" g; ;;; '" ... "- '" b1-\ "U .2. . g o 0 _. :>:l :c 0 a"ll~ mtjl::l: 3",r- "mr- n-o c :>:l i' <: m III o - c: r- > -i o Z '" 0'" ::e a: 5 0 ~ ~ ~ ~ -:::; 0> .9 .., .. Y: 0> o '" > "C -n ~. ~ ;1;! ;;; i~. .., " - .. ;: '" 'I' IJJ <:; .. ~ 0 ~ " 0> ;: '" '" "'- - - - -- - !" !" :oJ ?' ~ !" ~ !" ~~ !" - ?~ !" ;--l~ ~ !" "''''- ? ,.. en ~~g~~~~~~~~~~z~~ooO~~~~l~ ~~~~oo~~oozo~o o-=> c: ::l <O::J S.c'c' !:lc. :; ~ ~ 0. 3 P 3 . g g g "0 3 ~ 3 -. 3 3 03 ./:II. g a. ~ ~ ~ P g a. g ~~ III a 0R'oUl:::J(I)U1!!!.(Il-'--'c-'co-.OUl(ll(lO(J)--a.-''''O-' _0" __om CD N"'ZUI 2N2Q~~[-~~~a~0~A222i~~~~~o.~~~~2~~~P~2P2 _m ~ !l ... Sl 0 CD ~ co:g. fl:l t>> !l n!l ;::" In 0.1>> (/) 01 II p) - tll !l (j')~- ::l.- !l N!l 8~ r ~oO 3~ s ~~~a a >~~na~a a~a a ~a~~~ ~g~ ~ I~~ ~~ ~ ~rUl[ i ~I~:i~~ '~l l I~~i~ ~ p zili " m ~~~ ~~ I ~~ ~ ~ 0~~~~1~ ~~CD CD !!!.~~~~ a a 51 !!I g!1 ~I s ~~ I ~ ~[~~~~~ ~~l I ~~i~i : = m ;: iiii P t>> So ~ a~ "0 ~ ~~~~i~~ 5~~ ~ ~~g Q a a m " ~ ::l o~ (tit>> ~ Z ~= o~~o ~. CD CD 0 (/) 0 CD CD ~ " 0. - a.""< (Q -"'00-- 0 --o=, ::J - "8 "0 ... -. 0 ~ w !a m O~ ::J ~ ~~~~~~e nQ~ ~ ~ UI g ~ - < (j') ~ o~ ~ ~(Q "'0 (J) ~g"'O~~m~ ~@~ ~ ~ CD (J) < ~ m ;: ~ ::J (j')t>>"m > ~ W <::JS...o~ Com 0 ~ 0 0 i i a.... ...~... - n ::J -'. -- m ~ ~ &r ~ Qm i ~ ~?? ~~l t~~ ~ ~ Q Q P ~ ~ m i 1%1 ,:J C I>> YJ en > ~ CD en'" :J 0 in' in' " m . I>>!!:~ = = ~ " c: III I :J ~ G) -;; " "lJ 0 :::;: :::;: (l) ;, (") .., f~ '" ~~ en ~ ,,~~. ~ 8 ~ ~ en (l) (l) .., (l) ~ ~ ..,- ~ =c - Z(l)~ ~(I) "lJ" a m m ~ .., ~ ~ ~" ~ =~ ~ ~ p..,~ ~o:J (") ~ ~ ~ ~ ~ ~ (") -I>> :J (1)- "lJ < "N~ Z III III - CD :J< cc ..,=- _ Ao_II ici1 O:J :J 0 =::-. =- n < . 0 =5" (I) = (") 01>>...... . = III III . :J :J 0 (") en -(Q iii' III 5l 0 !",:J - > ~,.....;; - Ao (Q cc en &' ~C: !!!~ 0> g?>c: 0. ..... III (") '" . 'n'li I!) I!) I!) 'Ii 'iiI!) I!) I!) 'n'nl!) 'Ii 'Ii 'Ii 'Ii 'Ii 'n 'Ii 'n 'n ;:c ~~ '" ~ ~ ~~ '" - !" - 0> f> 2m " '" -.... "'''' -.... -.... '"......I:'" 0> - 0> '" '" "'''' 0 .., .,'" .., .., ..,.., '" '" '" - 0> l;~ "'''' 0> "'''' '" "'- - '" .,"'''' '" '" "'''' '" '" '" '" '" ."... ~ '" "'''' .. '" '" '" ~ m 0 0'" 0 0 0 '" - ?': :-:- s: E "'''' 0 00 0 00 0 0 .,00 0 0 -0 0 '" '" '" !" ~ ~ '" ,0 en " 00 :". i-.>o " " 000 " " ~m " " " " 0 -- <.. m 00 0 00 '" "'0 0 0 000 '" '" 0'" 0 0 0 0 0 ~ ~ ~ tl :n ~~g " ~ ~ ii\ " 0>0>'0 Z '" " '" '" ~ !B ~ '" " '" .'" ~:-' "'.., ~ '" '" '" c '" " -.. '" .... '" '" - .. .. .,., '" '" .. .. ~ g 8 ~ ~ .. . II. . <> (,,'"......1 -.. "'.. .. ;" ;" ~o <> -.. -.... '" ..... II ...... N '" - .., 0 (l) II 0" 0 0'" '" ..0 0 0 .,m", ., ., .,0 m '" '" .. '" 0"'''' ~ b ? II !'-:" 0 00 !" ~? ? ? ""0 ., ., ~:" " ~ ~ .., 0> c..,'" 0 0" 00 " 00 '" "'0 0 0 oero '" '" "'0 C(> 0 0 " " ~ - '" " 00 0 00 '" "'0 0 0 0 0 '" '" 0'" 0 0 0 0 - ~-i~~ '" '" -. '" <> I>> (l) . 0 .., ..,'" 0 '" 0 0 f ~gpl ?!'- ~ ?i? 0 ??i ~ ? "'00 0 0 -0 0 '" - '" ., ,"'''' 0 00 -0 0 0 enoo " " enm " " " 0 :... 88i~ "'0 0 00 0 00 0 0 000 '" '" "'''' 0 0 0 0 0 .!B.!Bcm " ~ ~ ..........o~ '" " "''''0> ., " .- ~!" ..'" ~ '" (O(l)o.m 011- '" '" "'''' - '" '" .'" ?:-J '" '" ~.:.c:.g-~ . " "'-.. " 'WC:Dt " - - '" '" -.... .., ..., '" 0> .. ;" .., " g:mg .,"'- ..'" '" ..,'" '" ..,0 '" 0 '" '" m .., '" '" '" ~ ~ - . '" " goo~~ ~ n "'''' 0 "'0 ? ..,'" '" 0 !"Ql? ~ ~ "'0> JJ 0 !" ., ., '" " 00 " 00 '" (.)0 " " o 0 ~i.o C(> " 0 " ~ . 0> " 00 0 00 0 00 0 0 0 0 '" '" "'''' 0 0 0 0 00 0 00 ? ?? ? 0 000 0 0 00 ? 0 0 0 0 ~ ,,8 00 " 00 0 00 0 0 000 0 0 00 0 0 0 0 0 0> s: 00 0 00 0 00 0 0 000 0 0 00 0 0 0 0 0 ~ -i U; "lJ ~ ~ ~ ~ g l; " __z-< " ~ is " ~ ~ " .., . " ?: .., " m m 0 0" 00 ? 00 ? ?? ? 0 0"0 0 0 00 " 0 0 0 0 . " 00 00 " oero " " 00 C(> " " " " c 0" 0 0 00 0 ~ 0" 00 0 00 0 00 0 0 0 0 0 0 00 0 0 0 0 , ?? ? ?? 0 00 ? 0 000 ? ? ?? ? ? ? ? ? ~ " ,,0 00 0 00 0 00 0 " 000 0 0 00 0 0 0 0 0 m ;: 00 0 00 0 00 0 0 000 0 0 00 0 0 0 0 0 "-i CiI "lJ ~ ~ ~~gl; " __z-< " ~ z " ~ ~ .,0 " " ?: ., " m m 0" ?? ? ?? ? ?? 0 0 0"0 0 ? ?? JJ 0 0 !" ? 0 . " " " oero " C(> " " c o " 00 0 00 0 00 0 00 0 0 ~ 0" 00 0 00 0 00 0 0 0 0 0 0 00 0 0 0 0 ~ 0> - '" '" ., " '" ch,\ " .Q. . ~ o 0 _ :D :c 0 !l.'tI~ -l::t::t ~ ~ ;= lOml"" n - C c :D ii <: m 1Il C - C I"" l> -l o Z III ~ !l! ~ 0 ~ . ~ ~ -::; a> .8 .... .. '!: a> o '" > " " 2: . ;!! a> i~. _ 0 . .... " - .so. 3:: N . 'I' !ll <:; .. ~ 0 ~ " a> 3: ziil P3: 0'" ~!!l ",'" _m ~~ " '" ~ m 3: m ~ (') 0 .f:l 'z c m 0 , 3:c ~ii\ em :;~ " '"Ji ~ ~ ~~~3:E ~ en .':;;':::1 f>> ~ ~ ~!:; G) --:::12 O)C')-om Go) C,,) III m N to,) c JJ i:~~~~ 0"" N - c...... 15 ~ . t ~;t~ ~ ><:-:'"-m rg _-(I):; f.O to"C m OO::7z 330m ......... ~ ",,,," IDtOlll ' . ,0. m ~-"'ii'ti .."'- to) Co:l- . goo~z ~ " ~ ,,8 . 3: 'T1-1Ul -0 ~ ~ g ~ --~z . 0 5 ....:., c ~ , ~ " "2 " CD' ~ " ~ ~ ~ ~ --~z ..0 ~ .. 0 c ~ :-' > " > . 0 ~ " ~ ". Ii !l, '" n Z Q !: (; m 5' 0 n ~ C- o. 0 m c !!l '" " !Ii: ~, " - n '" 0 ~ . 00 Q m ~~)>)> 3: 5' m c c Q. Co ~ UUQ.o. 0 ;; + + 0- 0000 ~ :""0.:"'0. 5' Q01Qo! 'R >>)>)> nooo ~~~~ I I I I ZZZZ 0000 ~Q?Q;!Q:! 0000 I : I I 0000 :"'0:"":'" ...,(C~o :!1 " z p .. .. o 6 ~ \~\ '" 0; - '" '" '" 9- '" JI o .. g (') (') _ ;JJ :: 0 !l."O~ ~$i= 3enr- CD m r- n - C c ;JJ iii' <: m Dl C It c: r- :l> -l o Z en OlD ::e c: ~ 0 " ~ !ir ~ -:::; '" .9 .... .. ~ '" 5: > '0 '" ;ie .8 !. ;;! l: !'? C{' gJ g ~ Q \J en z :!:: 0 ~ !" :-' !" ~ ,.. ~ !" ,.. ~~ JJ ll) Z"Tl JJ Q) Z'" :II Q) ... "Tl g- =: ~." 0" =: 0 "T\ g=:o "Tl 0" =: r-"Tl tT:::: r "Tl:II Q:I C/J "TI JJ 01. en." 0= ogoc ogoc: on~ c: =r>>C tll=CDC =ClIC IU=Oc: 1:ll;;OCOC"l2'COC"l2'C m- "T1(D' 3 "Tlm' 3 "Tdil~3 R::::I:::I3 0:::1"03 ~:;::J"03 ~J~3 ~:::Ig3"T1g 3"TlQ' 3 sd~ OUl .....~. Om "'Vi" OUl .....(ii. _.CO :Tiir ac Cil iii' =:lC Cl fir =:(Q -(ii' ==CO -iir (") Ul 2,(ii'() (/I U iii' ~~~.::r Ro>:3~;;:r "'":3 b'.:r .=Y' ~_::J'" ~Y' t::.:T .=!fl ~_::r:=!Jl O.:::T :=.1" O.:T QIO ~ !:;.:T Ro> 3 ~_::r :::1......._ ::.::::1......._ ::E::::I.< _ "'1J1l) "'Oil) ,)"_ "'Clll cS"- ""Olll.g _ "'OSll.g _:E :::I.CD _:E ::l.=_ ~! g~o~ 8~o~ 8~~~ ~g~~ ~2::J~ $lS:J~ ~2e~ ~2ii~8lR-i~8lR~~ s::mS!!= s::cS!!l>> s::mQo21,. ~Ul' 6i JJUlZf!!. JJUlZe.. :OCll~!!. JJUI:e!.c..m=t'5l>>t...Ctl1:'5= ~ =it)( ~ = ;t)( ~ = :t)( "T'I;- "T1:g:" =- ~:3 ? ; Q:3 ? ; q:3 0';; q:g 0";; C(l )( ell = C(l ~ II) = ~ ~gQo~ ti'1gQo~ M&1ij;:1 (")::J.::El>> o::l.(.:J::::l o:::::!.(.:J::J o:J.::::l;::l (')::::!.::J:J~gZ~~lllZ~ __Pi"a. ...Pi"Tlo. ~D33a. ~5:;;5.. ;05:0,0. "",5:(00. ",,5: zOo go5:zo. Pipe. Pipe. " ~ - - . ::E' . C) ::EO . C) ::EO 0 C)::E' C) - - m g' a g> 0" ;; &> O'.CD b' (") CD S!! 0 (") III :e 0 (") CD ::e 0 0 CD' 0 0 CD ? 0 o. !'J &> o. J'~ &> 3 :13 :::I 0)( 0 )(11:1 )(11:1 )(N:I )( :::J:I :::J wCD~ -CD~ wg~ g!!!::lonN!e.onN!e.og'!e.og!}l~ -na -na g--2 g-w2 g-32~<QO!e.C)~~2C)~~2C)<fD2C)<_aJ2 g-~2 g-~2 C.n c.n c.'O n . Il> 2 CJIl>~ n mll>- n mll>:E!l mil> !l c. c. Q, ~ S- 9: ~!l 9: is' - N g. ;'!l ~ g. g - ~ g. g - ~ g. II ~ g. ~_ Q, "2. !l 9: "2. S- <5'0.... c5'ON cS~~~.?3 0_:l3&>ow:l3&,0.?~&,0_:::J~~ cS;'N ~;'N -CD -.flo. N~ 'O-~ '0_0 __0 (D_ ~ .flo. ~!2.)(- Il>!!.)(- Il>~.)(- CT~'i CT_n CT_n r-CTw n r-CT~-n 1l>:E - Il>.t:. CD.... :::Jm...... :I-I\) CD )(OCDCD::roCDCD::roCDn::rOCDn::r :I-.X :::I-.X :o.::e~ c.:E~ c.::r'i l5:ga;N8::~mNl5:CDfN8::~CJN8::0aJ c.g...... c.g...... g;:o: ~ g;:o: ~ g ~ s: 5.3 - 05.::e !: 05.::e (II 05""O!: 0 5" 3 l: g Il> CD g Il> m n::1" n::1" n_ 1Q"'C~l\)tC;:o:_.I\)IQ;:;:-."""1QiS'5."""tC"2.5" 0=- n=- 2S:1l> ~ 2S: Il> 'i 2S:::i~ Il> CD.flo. 1l>::r:::J Il>;:r:::l Il> iii Il>!!. 2S: ~ c... 2S:~c... ==s: ==s: =5.;:r :I~~ :I~~ :::Ie..~ :I z :lCDZ ==5 ==5 -~ -=: ~IQQ. c. c.- c.- c.~.9 c.::eP -:::I!l -:In ~=~ ~=.~ ~wVJCD ~.~ QO go g.... ;;...... ~cgo. ;ecgg. ....cS::r ......cS;:r .... z;:r r- r- Il> go ::rga...... -:I ....-:1 VJ 2. VJ Q. 0 Il> 0 0 = ED - CD - CD . = ~ ~ = !ll !ll !ll !ll !ll !ll !ll !ll !ll !ll ;::c: ~~ em - - - - - - - '" - - ?<!!1 rO ." '" !" .'" '" .... '" !" !" !" "..., f: c. '" '" '" '" '0 .. '" .... .... ~ ~ .... 0 0 0 '" '" 0 0 0 '" '" ?li:7S:c 0 0 0 0 0 0 0 0 0 0 ~ ~ "' <> 0 0 0 0 0 0 0 0 0 ':::i':::ic...m 0 0 0 0 0 0 0 0 0 0 - - ~ i!l !1 ~~g- " O)C)""O;fl z to) to) Il> m ? N I\) t: :0 .'" '" '" '" '" ::-' !" '" '" '" ~g~~~ .. '" c. c. C. N 0 .. c. :... :... '" 0 0 0 0 '" '" 0 0 0 '" '" ~:j~ ~ 6 0 0 0 0 0 ~ ~ 0 0 0 0 0 0 0 <> <> 0 0 0 <> <> ~ . - 0 0 0 0 0 0 0 0 0 0 - - "Tl-i~~ '" '" '" '" '" .'" - c.. c.. c.. c.. 0> '" .. '0 N N Il> CD. 0 '" '" '" '" '" 0 '" '" .... .... f"'gpl ~ ~ ~ ~ ~ 0 0 ~ '" '" 0 0 0 0 0 0 '" 0 '" '" <D <D.g G) 0 0 0 0 0 0 0 0 0 0 oo::r~ SSom ~~o~ - '" ",,,,~ coCOc.m '" !" !" '" '" '" '" - ~~~g.z "' '" '" c.. 0> C. .. N " " ~ ~-- p '" '" '" '" '" 0 '" '" .... .... ~oo~~ 0 0 0 0 .0 0 0 '" '" '" '" '" '" '" '" '" 0 '" '" '" 0 0 0 0 0 0 0 0 0 0 ~ . 0 0 0 0 ~ 0 0 0 0 0 ~ ." 8 0 <> <> <> 0 0 0 0 0 0 ~ ;:: 0 0 0 0 0 0 0 0 0 0 "Tl-i0 ""0 1\ ~ g ?< __z< ? a l: ....:.., 0 ~ 0 0 0 ~ 0 ~ ~ ~ 8 0 0 0 '" 0 0 0 0 0 0 ~ 0 0 0 0 0 0 0 0 0 0 ~ ~ ~ 0 0 ~ 0 ~ ~ ~ L...,~~ 0 0 0 <> <> 0 <> 0 0 0 0 0 0 0 0 0 0 0 0 0 x ~ g ~ __z ? ~ "'. ~ '" ~ ~ ~ ~ 0 ~ 0 ~ ~ ~ g 0 0 0 0 0 0 0 0 0 ~ 0 0 0 0 0 0 0 0 0 '" ;;; ;;; '" o Q. '" ~<t. \ -" ... . ~ o 0 _. :Il - 0 ~ :E _,,2 ;ol~;!; 3 en F CD m n - C l: :Il ii <: m III C -r---, =:: lto, e: ... :I> -l o 2 Ul OlD ~ a: ~ 0 ~ ~ ~ -; ~ ~ '" .8 .... '" ~ '" 5: ,. '" a, '" " '" ~ ", ........ .. ~ -.' " '" , - '" ~ !D........ S e. .... " '" A fii .. Cf ~ g t;. Q "'1J en :Z ~ "'. - ~~ !" '" .... !" !" ;0- ~ ro - l/l -Rg'~R~~~g'~~~~~~giS' g~~~ ~g-"~ ti~~~ ~~ c: CD ..(1)0.3 (llQ.3 gC.3 20.3 a3 33 Co)~Ql~. (!;l5l{~. ~i{2. a ~ ~in.l;1 ~iii.l;1 ~iir g: ~in::J iii."2..~ II) OUl!2'>Ul (/J OOUl OUl ,,0 o<Q:r OIO:r o(Q~:r o(C.::T-.::T!:tCD 6.g~ ~g.Q~ :Eg.o~ ~; -; "il2'>sil2'>sioosioosrsco ,. :\!:!:::J Oal <::J OCII Cii::J r CIl en en (II (/J (II III m(ll "'0 CI'I 0 - - !e. o.!ll ~ ~ OJD...!e. .~~~~~~~W[~Il)~~~ ~ ~8~3:~oo~3:~QD~ a ~2:;~B:;~2:;~2:tD:2; i !!: 9: 3 Il) ;t g Illl) ;t C'l -nil) z II) =::J Il) =::::l 1ll::::J Il) =::::l Ql::J CD <5~5.~pj;5.~~~5. ,. " jjJ:-a.iil:-c.iil:-C.pj.-a.aQ. m " !I: g-8~g.8Qg.8Qg.8g~g ~ t:D S'o e.3 (") ::::'(1) (") _m c ::J 0 OCDO 0- 0 .::J3::J.::J3::J?3:1.::I3::Jo::J :r Co~.::J .::l -::J ? n ::l 8 " '0(11 'OCII 'OUI -o!e.3U1 (D g~!e. 0-8!e. 0"3!e. ,. 1$[2 1$![2 1$[2 1$[2'2.2 il. z (')=2 ~32 ~"O2 ~ ,. ~CD n fiG!l fie U fie!l 2.!l 00 3;=:.0. 0."2..2. Q.(j)!l " ~~W~~NS~N~~~Q)W L -=~... :;"2.w S"m(,J Z (Q~0(Q~~(C~"IO=~ 0 0 "'O=.CZl CCctlcn co cn c: In :::r . Il) ::r . Dl ::T . II) :::J"::D . S. ~,g~ ~~.~ ~~~ m ::J1l)~~~~~~~~~0 ~ m c 0.::00.::00.::0 0.::"'tJ ~ ~, ~.'" ii 0.:70! 0.::J"lJ) o ~ ~ r:::r r:::r ~ . r:::r::i."'tJ r:::r ::i."'tJ r:::r::i:C r:::r::i. "0 ~ "gg. ~~~ ~:~ ~::r""~5'''''~5'''''~5'Q 0 5' Q:CC1 to) Q:CC1 to) Zi:1O to) 2S:1O ~ a 10 (") ttl a 2S: a: 0) 15: ::i ~ =5" ~ =.'" ~ =5" ~ =.'" t:: -< ~ IlO UI -..... ~ _, -'::J" :E~o .=5'5 .=c5o .0.0.0 ~2:~ gffi,g ~~\b ~5"CD { { { {!..~ 3:~ a .... Z .... ~ I _ 0 . m . Iii Iii Iii Iii ~ ~ ~ ~ ~ ~i '" '" '" '" gm 0 '" '" '" ~ '" ~ - l;!!l '" 0 0 ",. - '" ,., ,., "'-; ~ in .... '" '" '" ~~;:: E .... '" '" '" 0 '" '" 0 0 0 '" '" 0 ? 0 0 ? 0 ~ ~ l/l 0 0 0 '" 0 '" '" 0 '" --<- m 0 0 0 0 0 0 0 0 0 jjg: ti :!l ~~g " Z " "'''''' m Z - " "''''~ Sl ~ '" " '" '" "''''c '" " '" .... .... '" '" '" '" ~gtl~ i5 '" - II. ... '" in in .... '" "' "' '" ell 1\:1 0 -....lll CD '" '" '" 0 '" 0 0 0 8....'" ~ 6 ~ II ~ 0 0 ? 0 0 0 0 ? ....'" g o " 0 '" '" 0 '" '" '" '" 0 ~ 0" 0 0 0 0 0 0 0 0 0 '" ,., ,,~~ ~ - 0> '" , .... ~ m . 0 '" '" '" '" .... 0 '" '" f ~g m ? !" '" 0 0 !" ? 0 '" ,.. 0 0 0 0 '" 0 0 '" '" __m " 0 0 0 0 0 0 0 0 0 ",,,,,,, !:2 00", ~~!=' m " ........0 ~ '" " ",,,,~ ...." '" '" '" '" ",,,,0. m 1\:111 t1l !" .0 '" .'" '" ~':'':'o. ~ . II. '" '" -.. '" '" -..., CDt1l~ ......11 t1l U111 1\:1 '" '" 0 '" .... 0 '" '" "''''' 0 0 0 0 '" 0 0 '" Deet.- Z ?' II ~ '" " " " '" " " c: ~ r> 0" 0 0 ~ 0" 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 !,,~~ 0 ? ? 0 0 0 0 0 0 '" " " 0 ;:: 0 0 0 0 0 0 0 0 0 ~ ~ ~ g " --~ " 15 " " ~ .... " .... " 0" 0 ? 0 0 0 0 ? 0 0 . " '" " '" '" '" c: 0" 0 0 0 0 ~ 0" 0 0 0 0 0 0 0 0 0 , ? ? 0 0 0 0 0 0 0 ~,,~~~ 0 0 '" " " 0 0 " " 0 0 0 0 0 0 0 0 0 " ~ ~ g ~ " --~Z " ",p " " ~ '" " o " ? ? ? 0 0 ? 0 ? 0 0 . " " " '" c: o " 0 0 0 0 0 0 ~ o " 0 0 0 0 0 0 0 0 0 ~\ ~ '" ;;; '" - 9- '" ." a .- ~ o 0 _ :Xl :c 0 a"Cl~ CD'~:E 3enr- CDmr- ,,_0 c :Xl ii' <: m CD C - c: r- )> -l o z en o OJ :E c: ~ 0 ~ ~ !if ~ ~ '" .8 .... .. ~ '" o '" > " " == ~ ill ?> ~~. '" z. .8 0 II) ;:! 1: ;:; Cf !B 0 .. ~ 0 ~ " '" s: ?' ;> ~ !" - ?' ;> ~ !" - ziil P", en S~8~g:j~~~g~.~o;~3!~ ~S en -.~ ": "l ": "l C5 c c ~c: ~ 3=33. g1ll3 n:i-Cf).D:lg-g3 ~~ OJ " " ." " " "O-t'O-'01<3-.25: II) <~_. '" < < < < < itiCD(j)~~e.~!S-_=~:!,"""an~ ~ " " " " " a~ ~~ mfD mC)"8l>> -c=:Pi ~S'~llJ ~ "U> U> U> U> U> n ~ 5.5.......-~35.~g.-< ?"2.5. ,.- ,.- ,.- ,.- ,.- r ~"C- !l"O-mocn CfCD_ r <> <> <> <> <> < < < < < ~ en "Co:(! is"::J ai ~ s::: (/I (l) CD CD:::J C ~ .<> ~ ~ 0 > ~ 2 ~ Rei!e. -::E R !!l en z c z '2.~- ~ S" ~ ::~~ :r!~ \1! c " " " " U> Z ;: IDCClUco fO::!;.",c2< tC::TCll m ~ r r r .. C ::::I Qo en. 11):7. (/)(/1 0 ll) l>> . m :D ~ ~ ~ 9 n :D C'-i!a a.!!!.~cp~"'C a.~g> :D " P' P' 9' '" U> 0 < :D ii z 0., II) -ll) ...... ::1._ ;:;:::1 0 3: U> 5"'2.5.. g=5.. g:a "tI ig-;: c ~. ~" !'l g \1! ml>>CD n~.lU. - < nco-< Z '" '" '" =l ~ ~ !'l ~.::Ja ~c5a......~.n ~!IlC/) C ~ C m 0 O' O' '" !e. -t ':-!Il s::: &; 0 ~-l>> (I) n ~ ~ ~ ". -" Cl "lJ - ll) en 0 it c5 3 (I)~~ .....Di~ ~g~ z m 'C .... 2 ::r UI - ...... c if Oil 0 m 0 CDO~ mg:< c s: "'0 Pl 3:~~ .:J"'t) s:::gn r (3 -< :E g;IE 0--0" :E c" "'C 0 . m CCI>"_ 8._CD O,!ll- :J en? 0 Q.n C/) en a. OJ 0 -- 0 CD CD J;l ~ Ci c5 3 ~ ~ ~ . ; ~~ ~ .... a.S' - III III III <;; <;; <;; <;; <;; <;; <;; S:c ~~ - em ;" - '" '" '" '" '" .. .. '" '" '" '" - '" '" 0 '" .. .. '" '" 0 ~. - ".... )!l '" - ;" ~ <> c '" '" 0 '" '" :"::73: E 0 0 0 '" '" '" !" '" '" !" ~ ~ U> 0 0 0 0 0 0 0 N 0 '" --<... m 0 0 0 0 0 0 0 '" 0 0 :::;!j~ ij :!l .e..:eg ,.- z " " "'''''' m z " " "''''~ m ~ .... " .. '" " "''''c :D '" " .... '" '" 0'111 ~ .... '" '" '" 1:6,0,,, i5 .. . " '" - 11- -.. C. c.. '" '" - " '" .... ...., II CD 0",0 0 '" " '" '" 0 0 '" Q) II 0 '" '" '" '" 0....'" ~ 6 ? II 0 !" !" 0 0 ~ II ?=' '" '" !" '" c....'" g 0" 0 0 0 " 0 011 0 0 0 0 " ~ 011 0 0 0 0 0 0" 0 0 0 0 0 ..... "'-1~ ~ ~ <> . 0 '" '" .... '" f~g m 0 !" 9' !" 0 '" '" .. '" - r 0 0 0 0 0 '" '" '" '" --<> " 0 0 0 0 0 0 0 '" 0 '" "'''''' m 00". ~ 3~!=, " " ........" " " ",,,,~ '" " '" " "''''0. m .. " '" .. '" '" II - - 1:-"0,0. ~ . 11 .... ;" ;" ;" . " '" '" '" '" .. CDU'I~ .... " .... " '" " '" '" .... '" '" '" 11 '" '" '" ",,,,. !I' II !" 0 '" 0 0 :'" II 0 0 '" 0 .. goo~ ~ 011 0 0 0 " " '" 11 " 0 N 0 0 ~ 011 0 0 0 0 0 o " 0 0 0 0 0 !" !" 0 0 0 0 0 0 0 !" ~-n-i~ ~ 0 0 " 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ ~ ~ g 11 11 --t < " 11 ~ " " " " 1: .... " 11 .... 11 11 0" !" !" !" !" 0 0" 0 !" !" !" 0 0 . " 0 . 11 " 0 c: 0" 0 0 0 0 011 0 0 0 ~ 0" 0 0 0 0 0 011 0 0 0 0 0 0 0 !" !" !" !" 0 0 !" !" ~ ,,~ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ ~ ~ ~ 11 II " II --~z " " ",p II " II " ~ '" II " 0" !" !" 0 0 0 o II !" !" !" 0 0 . II 0 0 0 . II 0 C 011 0 0 011 0 0 0 0 ~ o " 0 0 0 0 0 011 0 0 0 0 0 '" ~ '" '" '" !l. '" v~) " a .. g. (') (') _. :D :< 0 !l.'tI~ -I::t::t .. l> - 3lJ)'- .. m r- ,,_0 c :D m <: m ID o II c .- l> -I O. Z lJ), o tll ~ c:: ~ 0 ~ w ~ ~ ~ 0> .s " .. ~ 0> o '" > " " ~. I>> ;;g ;;; ~~.. s e ~ " ~ - ti ~ .. ~ :5 ~ " 0> 3: ? !" !" ~ !" ?' !" ~ !" - ~~ en ." go "TI JJ ~ >-n :oglll"'O"'T'I JJCl>(")"TI JJCD(")"T1 C"ll1(1)"TI C'll1<O"T1 gl>>:g"'T1 C"=~"'T'I OS C 5: ~ 3 (') ~ t:: 3 <' n<c: O><Jl)C oXg,c l11gCDC l>>gcc n c I>>n c ~~ tll . n(')03 n-C3 n"3 n <3 n 03 nn03 (')n03 -'< CXI - -. :f ~ (tI _. b'~~ :fe;;- ~~~ iF ~~~ iii" ~~ (i'-iii" ~m::cn ~=~iii' ~~~iii' ~ ,. g ~ Oa g.~ -.0 ~ e.o~ !!O:T'OCD:T.O :::r.o :T-o:::r ill.... ~ 3 l>> :0 O..;clll CI.l""C:1.!!1l) ~o'311l ~i5'31>> "::::::I.,lll "'O:::::!.!!l>> "'O::::::I.e.~ "'tI::::::I.!!1ll ~~ 0.12.5.. :;::1- is. p: ~ ~ ~ 5.. , ::I ~ a . ::::::I"i a ~ ~ ~,a ~ ~ ~ a. ~ _l: ~ Q. ~ ~ ~ a. !" (') ~ 5" ;-'":$85' zJJ(!l3!5' ~iCii5' ~~;-5" ~CDa5' ~CDJ!5" ~m::25' ~eJ!5' ~ {g CD ~ .... 2:3 ~ " 00)('01/)00. (/)- en X-Ul X"CUl X"CUl X'O(Il ::u go ~}>:r~~ ~:f2-(ll1[ ~~~.s ~~~[ :Eg-;.,[ :Eg-'D~ :Eg!Jt[ :Eg.r:J) PI 0 In 5" ~ (O~ CD-: oO<n-. o:f=- CC';;1'- 0<0- O<n- O<n- 0<(')- < ::u c 1>>00)(,) ....(,) ....JJ1ll3NJJlllOCDJJIllO...:ol1:l0... In :; rn ::0: ~ :O='3 ......~llll\)-o-=:l>>I\):E::"O ":e:S"3 -::::=31\):E=3N ;c !i: :EO "Tl -=. -=. 0 (") :E 0 . 0 . m 5. a;::;; ~ ::::::I'E._. -._:: a-::e,:IiS"o.::::::I'E. .:112.:;,:1":: In " . .c "" ~C"!.a CD == .0:: :-"gCi"O "'cr!.e. I\JCTCD No-CD) ~ ::u in &> !:;.e..~ - CO CD .g5'(D CS'CD... "0 !UCD(l)CD ~f\)CDii!!t_NQlS'(j) 0 ....8:~~ ;;;'cog ::..co8" >8:~~ N8:~'" N8:~ ~ Ml5: ... < g- 3=l it! = 2 }>5'~~ 8,.!!' CD 8,.1n CD :....s.:rJ:! "'s';:o.-f: "'s';::::!: "':5"~S: m co o.;::;:c ;c . "'0 -e.3 CXlfQJtD -1>>< -tD<~CCltDCD co:r5" co:rtD co:re.!. In g ~ ~ c5 A<' ~~!!!.a ~8~ ~8~ "=':=E: ~DJ. -=:1>>5' -=::tD_::::l ~ 3 ]J a.Y'):o - - CD CD - -" - = "tJ - = - - = 12.. () cr tD -. !U it! ~ ~ ~ !: .CD ~ !: ~ (; a1 a =; ~ a = :g a = :g CD ~ Q) n'" ~.g~'CD ~g.{ ~g.{ .gc5~ .gg.- .gg-o .gg.p ar 0 ~ g il? (o)a'!!,~ ~~~ ~~~ a'_rn~ ;'rgp ~rrgo a'rg~ tD :D _. rn - en ::E := ~ g: .0.9: -< .=-;: .=- <" .e tD S-.... .a- r- .9:- -g No "'0 i' ~ (0) llJ ~ "'0 CD "'0 CD I2l ~ tD g: II) Ui tD 8: ... ~ ~.!" .....::::l ::::l (D (") CD (") ::::l' J - ::::l 0 ::::l _ QDa. a. .... tD .... III Co r 0. c:> Co. a. (") " ::::l::l \>. 1> ~ .. .. ~ ~ ~ ~ ~ ~ ~ <;; <;; <;; ~i '" 8m '" 0 '" - .. '" '" ~~ " 0> '" 0> .. '" '" 0 '" - '" ".... ~ " in '" " '" w m '" '" 0 0 0 0 0 '" '" ?'l;:-:-s:: E ? 0 ? 0 0 ? 0 .. '" '" ~ ~ '" 0 <> 0 <> <> 0 <> 0 <> <> --~ In 0 0 0 0 0 0 0 0 0 0 ""w ~ :!! ~:;~ 1> --~ m " 0>0>" Z " "''''w 0 o " .. "''''c ::u 0> " 0 '" .. .. '" '" '" '" ?:o,~c e:s .. - " " " in in -., ;" in " in 0",0 '" '" " 0 .. " '" '" 0 0 0 0 0 0 0 '" 8"'" ~ 6 ~ II 0 ? 0 0 0 0 0 !" 0 0 "'" 0 o " <> 0 <> <> <> <> <> 0 <> <> ;<'j - 0" 0 0 0 0 0 0 0 0 0 0 - '" - - "T1-1~ ~ " " " c., " " m . 0 '" '" '" '" " " <0 '" '" f ~g In ? '" ? 0 ?' ?' 0 " - .. .... 0 '" 0 <> 0 0 <> '" '" 0 __m Gl 0' 0 0 0 0 0 0 0 0 0 <0<0" ~ 00,," ~3!=, In " """ ~ " <0 <Ow <0 " - .. 0<00. In '" " 0 0 .. - '" .. '" '" jE':'c:,o. ~ . " .. in -., in " -., ;" " c., CDt1l~ .. " '" " 0 '" '" 0 " - '" '" "''''- .. " goo~ ~ /I ? '" 0 0 0 0 0 - 0 !" Z 0" 0 '" '" <> <> <> <> '" <> 0 ;<'j p 0" 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ? 0 0 0 ~ ,,8 0 '" <> 0 0 0 0 '" 0 0 m 3: 0 0 0 0 0 0 0 0 0 0 "T1-iUl "'0 1< ~ g ~ " __z-< " ~ 15 " " jE ":., " " o " ? 0 ? 0 ? ? 0 0 ? ? 0 . " '" c o " 0 0 0 0 0 0 0 0 0 ;<'j 0" 0 0 0 0 0 0 0 0 0 0 I ~ 0 ? 0 ? ? ? 0 ? ? ~ " 0 '" 0 '" 0 0 0 0 0 0 "~ 0 0 0 0 0 0 0 0 0 0 11-1~" 1< ~ g ~ " __z-< " ~ z " ..9 " " jE .. " o " ? 0 ? ? 0 ? 0 ? ? 0 0 . " <> '" '" '" c 0" 0 0 0 0 0 0 ;<'j o " 0 0 0 0 0 0 0 0 0 0 '" ~ <0 <0 '" 2- '" 6\ .... ,-:yb ! ~ ~ -< m c . . . PROPOSAL TO THE GENERAL CONTRACTOR RICHMOND AMERICAN HOMES OF CALIFORNIA UNDER PROVISIONS OF SPECIFICATIONS FOR CONSTRUCTION OF CROWNE HILL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER & WATER IMPROVEMENTS From Butterfield Stage Road to 130' East of Peppermint Lane Sta. 12+61.33 to Sta. 34+88.99 CITY OF TEMECULA COUNTY OF RIVERSIDE * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * TO THE MASTER DEVELOPER: The undersigned, as bidder, declares that this proposal is made without collusion with any other person, firm, or corporation, and that the only persons Dr parties interested as principals are those named herein; and having carefully examined the site of the proposed work and the plans and specifications therefor, proposes and agrees in the event of acceptance hereof to enter into a contract with the General Contractor, to perform said proposed work in accordance with the terms of the aforesaid specifications, and to furnish or provide all materials, labor, tools, equipment, apparatus, and other means necessary to do so, except such thereof as may be otherwise furnished or provided under the terms of said specifications, for the stated prices on the following pages, to wit: Hillcrest Contractina. Tnc. Name of Firm $ s,,-Y'l yz~. Zo Total Bid Price Note to Bidder: i Bidder must sign and complete requested information on page P-3. P-1 \ '3>1 Crowne Hill Drive, Phase 1 . Proposal Item (1) The General Contractor shall mathematically extend the unit price amount and estimated quantity for each item and sum all items totals. In case of inconsistency or conflict between the total bid price and the sum derived from the mathematical extension and addition of item totals, the sum derived from the addition shall govern and shall represent the bid. (2) If not provided for in the above, the unit price amounts for each item shall include all indirect costs (i.e., permit fee, business license, mobilization, demobilization, excavation, shoring, special bedding, shading, backfill, construction water, excavation, fine grading, compaction, temporary paving, temporary pavement markings, pavement striping, banicades, warning devices, traffic control, traffic detour, dust control, temporary erosion control, damage repair, maintenance of erosion control, clean up, temporary facilities, portable toilets and job safety as long as the contractor is on the project, coordination, supervision, overhead and profit; etc.), incidental work (i.e., surveying, traffic control, safety devices, construction water, protection of utilities, utility investigation and "pot holes", work necessary for the protection of life and limb, etc.), and other work required by the contract but not listed above. ' (3) Payment for all work on the above items shall be made subject to verifications in the field of the actual quantity of work performed. . (4) All applicable sales taxes, state and/or federal taxes, and other special taxes, patent rights or royalties are included in the price quoted in the proposal. ADDENDUM NO. ACKNOWLEDGMENT . P-2 \~ Crowne Hill Drive, Phase 1 . Proposal Item Declaration of the Bidder: (1) That, as the Subcontractor for this project, I specifically agree to comply with the applicable provisions of Section 177.5 of the Labor Code relating to employment by Contractor and any subcontractor under me, of journeyman or apprentice or workman, in any apprenticeable craft or trade. (2) That, by my signature hereunder, I certify that I am aware of the provisions of Section 3700 of the Labor code which requires every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work Of this contract. Hillcrest Contracting, Inc. Name of Firm /Z Signature of Subcontractor Glenn J. Salsbury-President Printed NamelTitle P.O. Box 1898 Corona, CA 91718 Address -1 898 . (909)273-9600 Telephone (909)273-9608 Facsimile Glenn J. salsbury-president Officers of FirmfTitle Einer G. Lindhulm-Vice President Officers of FirmfTitle 471664 Subcontractor's License Number Officers of FirmfTitle A Classification Officers of FirmfTitle . P-3 Crowne Hill Drive. Phase 1 .\~~ . . . Proposal Item BIDDER'S PROPOSED CONSTRUCTION SCHEDULE: NOlli TO SUBCONTRAcrOR: In Accordance with the Bid Documents, the Bidder shall attach his own detailed construction schedule showing the work activities and completion times that the Bidder agrees to adhere to in order to complete the job within the proposed completion time. The proposed construction schedule will show activities on a daily basis. P-4 Crowne Hill Drive. Phase 1 \4~ . Proposal Item ,BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY, TECHNICAL ABILITY AND EXPERIENCE The bidder is required to state what work of a character similar to that included in the proposed contract he has successfully performed in Riverside County, and to give references which will enable the General Contractor to judge his responsibility, experience, skill, and business standing. Said references shall include the name of the supervisor responsible for the acceptance of the work performed. The bidder submits herewith a statement of work which he has successfully performed of a character similar to that included in the proposed contract. SEE /J/~{i"c? . . P-5 Crowne Hill Drive, Phase 1 \4\ HILLCREST CONTRACTING License #471664A . General Engineering Contractors . . LIST OF MAJOR PROJECTS COMPLETED 1992 - Anaheim Bl.-La Palma to Lincoln $3,500,000.00 This project consisted of the complete reconstruction of Anaheim Blvd. including approximately 2500 lineal feet of72" storm drain, sewer, water, grading, paving, concrete & landscaping. 1993 - Alta Vista & Jefferson $7,000,000.00 This project consisted of new roadway construction including approximately 1200 lineal feet of 120" storm drain which was 22' deep. 1994 - Montclair Transportation Center $4,440,000.00 Complete development of the Transportation Center, which included parking lots, decorative concrete, architectural steel & landscaping. 1995 - Placentia Sports Complex $2,510,000.00 Grading, paving, concrete, as well as complete park development including building construction. 1996 - Anaheim Blvd.-Ball to Cerritos $1,553,000.00 Complete reconstruction of Anaheim Blvd. in conjunction with the undergrounding of electrical utilities. Our contract included over 2000 lineal feet of 48" storm drain. 1996 - Roxbury, Rodeo, & Rexford Dr. $2,059,000.00 This project involved complete street reconstruction and involved extensive public relations & phasing. 1997 - 6th Street & Etiwanda $2,205,000.00 Street Reconstruction including over 2200 lineal feet of 54" & 66" storm dr,!in. City of Anaheim Dave Nelson Field Engineer (714)765-5286 City of Placentia Chris Becker City Engineer (714)993-8245 City of Montclair Everett Kjerulff Construction Mgr (909)937-0200 City of Placentia Chris Becker City Engineer (714)993-8245 City of Anaheim Dave Nelson Field Engineer (714)765-5286 City ofBev. Hills Prem Kumar Project Engineer (310)285-2518 Chino Basin Water District David Wall Construction Mgr (909)357-0241 P.O. Box 1898 . Corona, California 91716.1896 . (909) 273.9600 . FAX (909) 273.9608 \41- . Proposal Item LIST 'OF SUBCONTRACTORS: In accordance with Government code Section 4102, the bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half (1/2) of (1 %) percent of the total bid and the portion of the work to be done by such subcontractor. 1. SEGREGATED PART OF WORK: % OF WORK: 'io SUBCONTRACTOR: .. 30 5.fiy}~-0p,z~T7?7--<LT!.~!..."!]~~--- i~r:ss' ('f~: B~~f~~ n: (qcR) ("l"1-"'~9,o License No' 7(",0..<1-0 . 2. ~'!:Q.~_y~~_~~~!.~~~___fL_~ Name' I'~W\ ~ ~""1\l~TiZ.AJ,,;:1l'c-.0 Address: 3>31 boo e.oAS' 1-tv-l1 ~"'I1cJ>e.L.-- Phone,(,,//j?) t-,c/4- '/..7<:(7 i .ufl1'--- License No: &,13 <1 77 3. Name: Address' Phone' License No: 4. Name' Address' Phone' License No' 5. Name' Address' Phone' License No' 6. Name: Address: Phone' License No' . P-6 \~~ Crowne Hill Drive, Phase 1 . Proposal Item , AFFIDA VIT FOR INDIVIDUAL CONTRACTORS declares as follows: That he or she is the party making the foregoing proposal or bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit or cost element 0 the bid price, or of that of any other bidder, or to secure any advantage against the Owner or anyone interested in the proposed contract; that all statements contained in, the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company associates, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. . I declare, under penalty of perjury, that the foregoing is true and correct. Dated this (day) of (month), (year) at , California Signature of affiant: Note; Nortarizatin of signature required . P-7 \~ Crowne Hill Drive. Phase 1 . . . Proposal Item AFFIDA VIT FOR JOINT VENTURE OR COPARTNERSHIP CONTRACTOR . . , declares as follows: That he or she is a member of the joint venture or copartnership firm designated as which is the party making the foregoing proposal or bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit or cost element 0 the bid price, or of that of any other bidder, or to secure any advantage against the Owner or anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company associates, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. That he has been and is duly vested with authority to make and sign instruments for the joint venture or copartnership by Who constitute the other members of the joint venture or copartnership. I declare, under penalty of perjury, that the foregoing is true and correct. Dated this (day) of (year) (month), at , California 'Signature of affiant: Note:. Nortarizatin of signature required P-8 \ Llr5 Crowne Hill Drive. Phase 1 . . . Proposal Item AFFIDA VIT FOR CORPORATE CONTRACTOR Glenn J. Salsbury declares as follows; That he or she is the President Of Hillcrest contractino, Inc. a corporation which is the party making the foregoing proposal or bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, Dr agreed with any bidder or anyone else to put in a sham bid or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, Dr conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit or cost element 0 the bid price, or of that of any other bidder, or to secure any advantage against the Owner or anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price Dr any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company associates, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare, under penalty of perjury, that the foregoing is true and correct. Dated this 6th (year) (day) of April (month), 1999 at Corona , California Signature of affiant: /2-------- Glenn J. SalsuuL~ Fresident Note: Nortarizatin of signature required SUBSCRIOED .,ND s'//n;;:,,, TO ""'.0' _ '_...'4 ......:.r' >"i~M(": p", / ",,,, "" IlA/)'L 9-9"- ......J:i.. L;.'~ ,..1'1" l1Z.l'(-I, do'. '. -od-eL-:-'4- NOT/,I.iY F:J~;~..:'..~--=- J~~ -.- - ~ :E:EI::;RI:ER- -1 :( Commission # i070641 z ~ . -ib Notary Public - Calffomio ~ j Riverside County I _ _,:..__.~Y Comm Expires ,:"g27:.~:J P-9 \~ Crowne Hill Drive, Phase 1 . . . . Proposal Item NOTICE OF EOUAL EMPLOYMENT OPPORTUNITY (!.Ro,;) Ai J:; fI-, LL uZ - . ? Iir4s c- X. Project Number and Title To; Name of Labor Union, Worker's Representative, etc. Address The undersigned currently holds a contract with the General Contractor. Assessment District Funds or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract Dr subcontract and in accordance with Executive Order 11246; the undersigned is obliged not to discriminate against any employee or applicant for employment because of race, color, religion, sex, or national' origin. The obligation not to discriminate in employment includes, but is not limited to the following: IDRlNG, PLAcEMENT, UPGRADING, TRANSFER, OR DEMOTION; RECRUITMENT, ADVERTISING, OR SOUCIT ATION FOR EMPLOYMENT: TREATMENT DURING EMPLOYMENT; RATES OF PAYOR OTIIER FORMS OF COMPENSATION; SELECTION FOR 1RAINING, INCLUDING APPRENTICESHIP; LAYOFF OR TERMINATION. This notice is furnished you pursuant to the provisions of the above contract or subcontract and Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. J..hL-L(!fi&g, 6nm~C/7:';~ Name of Subcontractor ~ (), 6<< J8'9Y' Address Cm'Ur1/ A--- e.4-- Address 9171 V ~ Sign;~~ ~d Title, 7~~,N --J 5/t-&5gJ~ - P28,:oGff f~-99 Date P-I0 \A.1. Crowne Hill Drive, Phase 1 . . . \~<<6 . BID SCHEDULE" A" Com jete and Submit with Bid BID DATE: Tuesda A rll 6, 1999 et2:00 P.M. althe Offices 01 The Moote Grou SUMMARY AMOUNT I. Street Improvements $ II. Storm Drainage #$ --: 00 III. Underground Conduit $ IV. Sanitary Sewer $ V. Water Improvements $ VI.. Performance, Labor & Materials Bond ~ . TOTAL "BID PRICE" .........................................................................$ o SU8CONTRACTORNAME:..nI/A4~ W~7"'~ ~. ADDRESS: /1/61 dt.KtcA: cAT/" ~~ / c:'~A.A, CfJ. 9/7/9 TELEPHONd~) 'Z7~. 9'bCQ FAX: (ff1?) Z7f - '76015 BY: H~1"f G. ~ TITLE: ES7;~ ,OfIIt! STATE CONTRACTOR UCENSE NO: #1/6/,rlrl EXPiRATION: DATE: ~.d/(. /., /m , GENERAL NOTES: 1. 2. 3. 4. 5. . 6. UNIT PRICES SHAlL PREVAIL IN ALL BID ITEMS IFlHERE IS A DISCREPANCY wm; lHE BID EXTENSION AMOUNT. Prices firm through the duration of the project. II is the intent of the Master Developoer to have a complete contract with the contractor to limit the amount of extra work on the job. No extra charges for move.ins will be charged to the Master Developer, (unless specifically negotiated with the Master Developer). Prices include the cost of all items necessary to perform the work as set fo"h in the contract documents and specifications. No allowa.nce will be made to ~ubcontr::lctor hp.caU~A of a lack of ~uch examination. Construction Water is by Subcontractor and included in the Schedule of Unit Prices. \<\'t General Contractor: t of 6 Subcontractor: APR~05-~99 09'47 THE MOOTE GROUP Addendum No, :) 4/5/99 7147514552 P.02/02 . BID SCHEDULE "A" Corn lete and Submij with Bid ITEM I) STREET IMPROVEMENf$ mlMAlEO UNIT TOTAL NO. ~ UNIT auAmFTY CQ!;lT FR:E 1. Construct 6" Cut1l & Gutter. Typo ,,~, Per Riv Co Srd No. 200 4,563 ~ ~..c1 LJ-.3 J. 3 5 IF 2. ConstNct 6' CUrb & lluller. Typo D. por Riv Co Sid No. 204 lJ' 319. . . b Z,'6'7/.Db 3. Saw Cur, R.~ ""d DIspo" 01 Offslto ExistinQ AC. SO 699 '2- . Db I ,?f1 'g', 6D Pavomenl Completo 4. $Ow Cut. Remove and OIspo.. of Orfslle EJdsting CUI!) & ID.DD " 3B),()O Guuer, ComolAtd IF 135 , 5, Cot\$1IiJCI Sidewalk, w.e,O', Par Riv Co SId No. 400 & 40t EF 26.695 By Oiho", 6. Fumish ill1d Piece Pavoment, AC.. As Per Plan., ~=Q.2S' SO 91,773 0. ,j-</ t/-;Z .IT7.i/-2- . 7. furnish and Place Pavamsnt, A.B., IV, Par Plans s: 91,773 /13 /03, JIB. </'1 , , d.l.25' OE.M. . 2.00' It C.L e, Fumlsh and Apply Asphaltic emulsIOn (SO:!! Coat), AS Per Plan. .. .03 2,'163./ ~ !F 91,773 9. Furnish and Apply Prime Coal As Por GlHn 8cok Standard .D3 Z '763./9 SpeeJ.llca<lons. PaQe 3111; sac. 302-5.3 EF 91,773 I 10. f'umlsh and InSloll Conlorllne Monumenl$, Typ. A or B. EA 5 7'~o. 00 2..Z':i'O'():) . Per R1v CO SId No. 600 & 901 11- Con"NCI Brow Ditch. ^" Par Plan, ....3' /I d.l' IF 232 Bv Olhor$ . 12. CQlU!lruct Subdivision Utility Tranch. As Per Pian /~.oo 132..0,00 IF 268 13. COnstruct AcceI$ Ramp, Per Riv Co S\d No. 402. 403 & .c04 13D.to 2lP 0 .DD EA 2 ,4, Fumiah ond tnstall Street No"" $I;". Per Riv 00 SId No. 816 3fP. lY0 3f3:),CD EA 15. Fumisll W'Q I.strall stop Sign P.r Rlv CO Std Plans and tJ.. 6).00 '2 e::>.OO Drawlnas EA 18. Provide Din Balanoe in Paving Area from +1-0.05' 91,773 0./2.. //'()/Z,7(;' !F , 17. Provld. Dirt Balance under Gu(b & Gutter from +1-0.05' (}. 60 1323. CO 9' 12.205 18. Adjust Water Valve to Grade after Final Paving 15 ED.DD Q5D.bD iMtalled EA 1e 19, Adjust Sewer Manhole to Grade after Final Paving 9 W25,t:f) tz,42.5.6D EA 20. Adjust Storm Drain Manhole to Grade altar Final Paving 6 ?J'25, f5b } C]5D ,OD E'A I 21. Construct Cross Gunar and $pltnQr\l1 per Riv CO Std 209 ~ 53,/.p.'3() & 210 (10' Wide) S' 1,222 22. ConS1l'uct TI11lU!isiton Curb & Gutter, 6- CF & 6. CF , S? - 'lS <iDS ,CD lJ' 92 SUB-TOTAL, STREET IMPROVEMENTS,.............................................................S 1.3/, S'JO- 2-0 . / smEET IMPROVEMENTS ALTERNATE: ContraclDr to include unit price. for lh. following; 1. Asphalt Add + g.OS' AC 0, /1-. I$F Add + 0.10' AC 0.21 ISF Coduct 0.05' AC "'.08 ISF . Deduc\ - 0,10' AC {1./b ISF General Contl8clor. 2 of e SubcontnlClOr. \~ TOTAL. P.02 .' BID SCHEDULE "A" Com Jete and Submit with Bid ITEM III) STORM DRAINAGE EsnMATED UNIT TOTAL NO. DESCRIf'llaoJ UNIT QUANTITY COST PR::E 1. Furnish, Install and Construct 24" X 1 e" Junction Slructure, Type No.2, complete with all fittings, EA I :Dtf) ,(J) I DDb.DD accessories, excavation, bedding and backfill, Per I RCFC&WCD JS-227 2. Furnish, Install and Construct 27' X 1 e' Junction Structure, Type No.2, complete with all fittings, EA \ tJj).Db I ,roD. tj) accessories, excavation, bedding and backfill, Per RCFC&WCD JS.227 , 3. Furnish, Install and Construct Catch Basin No. 1 & Local Depression No. 2.8, w=28', complete with all fittings, EA 3 5 t5t:D.tj) 15,OOD.DD accessories. excavation, beddinQ and backfill. Per I RCFC& WCD C8.100lLD.201 4. Furnish, Install and Construct Catch Basin No. 1 & Local Depression No. 2-8, w=21', complete with all fittings, EA 4,gy:) .Lb~ ,8=JD .00 accessories. excavation. beddinQ and backfill. Per RCFC&WCD C8-100ILD.201 5. Fumish, Install and Construct Catch Basin #6 & Local Depression No. 3.8, w=2B', complete with all fittings, ~qtD,DD 6/1ao.eo accessories. excavation. beddina and backfill. Per EA RCFC&WCD C8-102ILD.202 6. Fumish, Install and Construct Catch Basin #6 & Local . Depression No. 3.8, w=24', complete with all fittings, 6, L!-tD ,DC, 5/.f:-bb ,OD accessories. excavation. beddino and backfill. Per EA RCFC&WCD CB.102ILD-202 7. Furnish. Install and Construct 27-xlS-x24-x36- Manhole No. 1, wI Cover & Frame, complete with all fittings. accessories, /} ,5;:Dro '2, 5bD J:n excavation. beddina and backfill. Per EA RCFC&WCD MH-251 8. Furnish, Install and Construct 27"x27- Manhole No.1, wI Cover & Frame, complete with all fittings, accessories, /2, g:f) . DC'!> 2./3)[) , bD excavation. beddina and backfill, Per EA RCFC&WCD MH.251 9. Furnish, Install and Construct 24"xlS"x27- Manhole No.1, wI Cover & Frame. complete with all fittings, accessories, 1 7, f5t:b .en Z I SOD ,0-0 excavation. beddino and backfill. Per EA RCFC&WCD MH.251 to. Furnish, Install and Construct lS-xlS-x24- Manhole No.1, wI Cover & Frame, complete with all fittings, accessories, /2,SDD.tf) 2 ,SC:D .bD excavation. beddina and backfill. Per EA ACFC&WCD MH.251 11. Furnish, Install and Construct 36"x36" Manhole No.2, wI Cover & Frame. complete with all fittings. accessories, ,I!. ,1 (J) .DD 2, '7 DO .00 excavation, beddina and backfill. Per EA RCFC&WCD MH.252 12. Furnish, Install and Construct 36"x36" Manhole No.4, wi Cover & Frame, complete with all fittings, accessories, EA 1.0 IbO.DD 3,lbO,ti) excavation. beddino and backfill. Per ... , RCFC&WCD MH-254 13. Fumish, Install and Construct lS- Standard Concrete Pipe Collar, complete with all fittings, accessories, excavation, EA 2 Il~D . DO 5loo.0D beddinc and backfill. Per RCFC&WCD M-B03 14. Remove Concrete Bulkhead & Join Existing 36" RCP, complete /1S.6D /'75.DO . EA \51 General Contractor. 3 of 6 Subcontractor. . BID SCHEDULE "A" lete and Submit with Bid ITEM III) STORM DRAINAGE NO. DESCRIP'I1a>J ESTIMATED OUANTITY UNIT COST TOTAL PR:E UNIT 15. Fumish, Inslall and Construct 36" Temporary Inlet Apron (As EA 17 , n ~D ,t--..f\ t, 2. 50 .00 Per Plan), comolete /- ? -....:; LU 16. Fumish, Install and Construct 16" ACP. Class IV, wi Bedding & "7 ()o Z-Z Backfill, complete with all filtings, accessories. excavation. LF 48~ if", 'fA" vi "/ beddinQ and backfill 'S(:T" _ ..- - \.J ~ 17. Furnish, Install and Construct 24- Rep, 1350.0, wI Bedding & Backfill. complete -with all fittings, accessories, excavation, LF 360 t-/,OO if; beddina and backfill ~ tl 18. Furnish, Install and Construct 2r Rep, 1350-0, wI Bedding & ~ Backfill. complete with alt fittings. accessories, excavation, LF 480 6B. CJO oJ beddina and backfill 19. Fumish, Install and Conslruct36' ACP. 1350.Q, wi Bedding & 1'Z,o:o t43~'oo Backfill, complete with all Mings, accessories,. excavation, LF ft:. / "7 bedding and backfill . , 504 &- ~, ,~ €>'. /-,-. -d'O SUB-TOTAL, STORM DRAINAGE.......................:........................................;..... t/$:1.. 07'.~ou .. 1~J3 pcf1.rJ0 . ITEM III) UNDERGROUND CONDUIT ESllMATED UNIT TOTAL NO. DESCRJPTlON UNIT OUANITTY carr PR;E 1. 3' PVC Sleeve. 540, Street Ughts LF 360 ~t.,'630.D() 2. 4" PVC Sleeve, CL3t5 LF 526 ' IS 4-'725.lo0 , r 3/3:{" bo 3. 6- PVC Sleeve, CL315. Irrigation LF 312 IO.o~ I' ~~.s- <1:0 .f'o 4. 4- PVC Sleeve. CL315. Irrigation LF 624 ~.'1,;, / 3<1.36, Fo . 5. 4- PVC Sleeve. CL315. Irrigation Electric LF 384 i.'l-d- . SUB-TOTAL, UNDERGROUND CONDUIT ........................................................... $ / 'J" 161.. fo \5L General Contractor. 4 of 6 Subcontractor. . . . BID SCHEDULE "A" Com lete and Submit with Bid rrEM IV) SANIT ARV SEWER ESTIMATED UNIT TOTAL NO. DESCAIF'T1O>l UNIT QUANTITY COST F'FCE 1. Furnish and Install 8- Sanitary Sewer, VCp, Sewer Pipe. complele with all fittings. accessories, excavation, bedding ZJ,65 I' 3,) 00. l.o and backfill. Per LF 146 EMWD 58.157, 156, 159 2. 8- Sanllary Sewer, VCP I PVC, Sewer Pipe, complete with all fittings, accessories. excavation, bedding and ~ackfill, Per 22.5:,-0 Iq CJ"O. CD LF 1,940 EMWD 58,157, 156, 159 3. Furnish and Install 8- Standard Manhole, wI Cover & Frame, complete with all fittings, accessories, excavation, bedding IroD.CD /7/100.00 and backfill. Per EA 9 EMWD 58.53, 56, 56, 61 4. Furnish and Install 8- Standard Temporary End Plug, complete .Jf. 00 /10, 00 in olace. as Def olan EA 5 5. Pull Temporary Plug & Join Existing e' PVC, complete as per /5'0.0) l.d~ 0 - ()O Dlan EA SUB-TOTAL, SANITARY SEWER....................................................................... $ "'1 S70. bU \~"? General Contractor. . 5 of 6 Subcontractor: . BID SCHEDULE "A" lete and Submit with Bid rrEM V) WATER IMPROVEMENTS ESTIMATED UNIT TOTAL NO. DESCRJPTlON UNIT QUANTITY cosr PFCE 1. Fumish and Install 12'Water Main, PVC, CL200, C.900, Water Pipe, complete with all fittings, accessories, excavation 2700 b r/?,f. 00 beddina (if reQuired) and backfill. Per LF 222 RCWD RW-22, 25 2. Furnish and In51a1l12- Water Main, PVC, CL 150. C.900, Water Pipe, complete with all fittings, accessories. excavation 2too $;7, '/00. CO beddina (if reQuired) and backfill. Per LF 2,050 RCWD RW.22, 25 3. Furnish and Install S" Water Main. PVC, CL 150, C.900, Water Pipe, complete with all fittings, accessories, excavation 2-2--- DO 6ZZ-c,.00 beddina (if reauired) and backfill. Per LF 283 RCWD RW.22, 25 4. Furnish and Inslall 2- Copper Residential Water Service Lateral, complete with all fillings, accessories, excavation bedding (it //30. eX> 3370' 00 reQuired) and backfill. Per EA 3 ACWD AW-l, 1A. 14 5. Furnish and Install 12". Wedge Valve, wI Valve Can & Cap, complete with all fittings, accessories, excavation bedding (if /z<lo. LX) 9<J 2-0 ( OC) required) and backfill, Per EA B RCWD RW.26, 30, 31 6. Furnish and Install S- Wedge Valve, wI Valve Can & Cap, . complete with all fittings, accessories, excavation bedding (if b~o.oo Ljofb.rP required) and backfill, Per EA 6 RCWD RW-26, .30, 31 7. Furnish and Install 6- Fire Hydrant Assembly, and PVC Water Pipe, complete with all filtings, accessories. excavation 2. ioo- 00 I /, ~OO. cD beddinQ (if reauired) and backfill. Per EA 5 RCWD RW.l, lA. 8, 22, 26, 30, 31 & Riv Co Std No. 400 B. Furnish and Install 1- PJr Vacuum & Air Release Assembly, complete with all fittings, accessories, excavation bedding (if / ~OO- 00 9bOO. cO reauired) and backfill. Per EA 6 RCWD AW.t, lA, 9 9. Furnish and Install S- End Cap, Per RCWO RW-24 &26, 200 .OJ /tjoo. (XJ comolete EA 7 to. Pull S- End Cap & Join Existing, complete as per plan j..fZ::O- (J) /SOO-OO EA SUB.TOTAL, WATER IMPROVEMENTS ............................................................. $ J I I, 0yex) , . \5"\ General Contractor: 6 of 6 Subcontractor. RPR-0G-1999 11'23 THE MOOTE GROUP 7147514552 P.Ol/03 .. ADDENDUM NO.1 ADDENDUM NO, 1: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE HILL DRIVE. PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: II is intended that all work affected by the following provisions shall conform to the original specifications, dated March 10. 1999 ana bEllnoorporated as a part of the oontract documents, , Schedule DAD' a. Replace original bid sheet 2 Of 6 wlll1 revisea bid sheet 2 of 6, dated 3/26199, Addendum No. , (allached). Revised Asphalt Alternate to read: + 0.05' + 0.'0' .0.05' .0.10' 2 ('~ngtructinn SchBduie - E.1: a. Time for Completion: b, Construction Start: Forty-Three (43) Working Days On or abOut April 27, 1999 . c. Construotion Oompeltion: June 25, 1999 3. SOAd~1 Provi~don~ - Pam~ 0.11: a. Fine Grading and Disposal of Excess Material; After ComplBtion of Installation by the Subcontractor, the Subcontractor shall regrade the project ansa to ~ and restore any and all damage done by Subcontractor to existing improvements at no addaional cost to the Contractor. Export of trench spoil, if reqUired. is included in the unit prices, BID DATE: REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 Date: March 26.1999 Pages 2 TO: From: Mariorie Knitter TI:lE MOOT!: GROUP (714\ 751-4552 (714) 751-5557 .. Fax: Tel; 1 of 2 Il1tlllary 27, 1!l99 \-s5 APR-~6-1999 11'23 THE MOOTE GROUP Addendum No. 1 3/26/99 . 7147514552 P.~2/~3 BID SCHEDULE "An Com lele lll1d Submit with Bid I m:M QSTREETIMPIlOVEMENTS ESTlMATED UNIT TOTAL NO. IlESCRI'T1CJIl UNIT OUANHTV COST ~ ,. Oon'Inlet G' Ourb & Gutter, Type A-G, Pel Rlv 00 Std No. 200 LF 4,589 2. Construct e" Curb 5. GutUlr. Typa D. Per RIv Co SId No. 204 LF 3te 3. Sow CUI. Ramove and DI.po... of OllS"a Exi,UI1Q A.C:. p....",.nt, Comolft' 9' 099 4. Saw Cut, Romovo and Dlspo,", of Offslto EJdsUnv Curb & Gutler. CiCJmDlele lJ' 135 6. COnGlPuet SIdewalk, W=G.O', Pel Riv CO SId No. 400 & 401 9' 20,095 e. Fuml"" and Placo Pavement. A.C.. k. Por Plans. d=O.25' 9' 9',773 7. Fumlsh and Place Pavemenl. A.B., As Por Plans SF 91,773 Cl;1.25' CE.M. . 2.00' C C.L. O. Furnish and AIlply Asphaltic Emuloion (Fog seal). As Par ,1'13110 9' 91,773 'e. Furnish and Ap~y Prime Cclat, As Per Plans 9' 91,773 10. Fumi~ and 1n:JtB1l centerline Monuments, Type A or B. EA 9 Por Rlv 00 SId No. gOO & 901 11. COlUanJd Brow Ditch, Ac Por Plan, ~l & d=11 LF 232 . 12. Con*tJct Subdivi!iDn Utility Tr$n(:hf ~ P" PIa" lJ' 288 13. Construct Acco.. Aamp, Por Alv Co Std No. 402, 403 &. 404 ~ 2 14. Fumlsh and Install Street Name Signs. For RIv Co Sid No. 818 IiA 19. Fuml"" and Inslrall SlOp Sign Pot RN 00 $td ~. Md Drawing, EA 18. Provide Din Balance in Paving Area from ..M.s' 9' 91,773 17. Provide Din Balance under Curb & Gutter Itom +1-0.5' EF 12,205 18. AdjUSt Walar Valve 10 Grade after Final Paving Is Inslillled 5\ , . 19. AdJu'l Sewsr ManhQle IQ GrllQ\lllft\lr Final Paving IiA 9 20. AdjuAt Storm DrlIin Manholt to Grade aflet Finai Pavino E'A 6 SUB-TOTAl, STREET IMPROVE:MENTS.............................................................. $ STHEET IMPROVEMENTS ALlERNAlE: Contractor to include unit prices fQr the /allowing: 1 , Asphalt Add Add + O_OS' AC + 0.10'AC Doduct Qe<luCl a.os' AC 0.10' AC . GenBral Contrae1or. 20fS 15F ISF ISF ISF Suboontrador. -$ APR-01-1999 15:28 THE MOOTE GROUP 7147514552 P.01/02 ': )"\ .~ \)' ~DDENDUM NO. 2 ADDENDUM NO.2: PROJECT NAME: To the Drawings. Specifications and Contract Documents BID DATE: CROWNE lULL DRIVE. PHASE I STORM DRAINAGE. SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS Tuesday, April 6, 1999 @ 2:00 P,M. NOTICE TO BIDDERS; It is intended that all work affected by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. , Schedule "Aft: a. Replace Addendum No.1 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/1/99, Addendum No, 2 (attached). . Item 11. Item 16. & 17. Construct Cross Gutter and Spandrel per Riv Co Std 209 & 210 Construct Transition Curb & Gutter, 6' CF & 8" CF Prime Coat shall be per Green Book Standard Specifications, page 391, Sec. 302.5.3 Brow D~ch shall be constructed "By Others' Dirt Balance shall be from +/. 0.05' Revise; Item 21. Item 22. Item 9. Add: 2. ConstnJction Notes: a Suitable Excess Material generated by the Grading or Underground Activities may be placed on site as directed by Owner. s.. Bid Bond: a. The Bid Bond shall be made to Richmond American Homes. placed BID DATE REMAINS THE SAMe: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 8rookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: {714) 751-4552 . Date: April ,. , 999 Pages ::: t~~~oe~ ::~: Tel: .. Tel: 2 Mariorie Knitter THE MoorE GROUP (714) 751.4552 (714) 751-5557 420-001 1 of 2 Aprill. 1999 \$1 APR-01-1999 15:29 THE MOOTE GROUP Addend~m No.2 4/1199 . 7147514552 P.02/02 BID SCHEDULE "An Com lete and Submit with Sid I~ o STREET IMPROVEMENTS ES11MATED UNIT TOTAL 'I OESCAIPfOIl UNrr QUAN'lTTY COST ~ 1. ConOlruct 8" Curb & Guttar, Type A-8, Per RIV Co SId No. 200 LF 4.563 2. Construct S' Curb & Gutter, Type O. Per Riv Co Std No. 204 IF 319 3. Saw CUt. Remove and Olspose 01 Onsile Existing A.C. Pavement. COll1l>lele IT 899 4. Saw Cut, Remove and Dispose of Offaite EJdsting Curb & G\ltter. Complete LF 135 5, Construct Sidewalk, w=6.0', Per Rlv Co Sid No, 400 & 401 !iF 28,895 6, Fumish and Piace Pavement, A.C.. A8 Per Plans, d-0.2O' 9' 91,773 7. Fumish and Pla09 Pavement, A.B., As Per Plans !iF 91.773 <1=1.20' OE,M.' 2.00' <0 C.L S. Fumlsh and Apply Asphaltic Emllslon (Fog Seal), As Per Plans 9' 91,773 9. Fumish and Apply Pnme Coat, As Per Green Beok Standard Speclfk:atton.. page 391. Sec. 302-5.3 9' 91,773 10, Fumlsh and Install Centerline Monuments, Type A or B, EA 5 Per Rlv Co SId No. 900 & 901 1" Construct Brow Ditch, As Per Plan, w=3' & eM' . IF 232 By Olhens 12, construe! Subdivision Utility Trench. As Per Plan IF. 2S8 13, Construct Access Ramp. Per Rlv Co Sid No. 402, 403 & 404 EA 2 14. Fumlsh and Install Street Name Sign., Per Riv Co Std NO. ele EA 15. Fumish and Instrall StoP SIgn Per Riv Co SId Plans and Drawinos EA 18. Provide Oir1 Balance in Paving Area from +1.0.05' IF 91,773 17. Provide Dir1 Selsnce under Curb & Gutter from +I.O,OS' !iF 12,205 16, Adjust Water Valve to Grade after Final Peving is inatalled E'I '9 19. Adjust Sewer Manhole to Grade 6fter Final Paving EA 9 20, Adjust Storm Oraln Manhole to Grade after Final Paving EA 6 21. Construct Cross Gutter and Spandrel per Riv Co Sid 209 & 210 (10' Wide) IF 1,222 22. Construct Translslton Curb & Gutter, 6' CF & 8' CF LF 92 SUB.. TOTAls STREET IMPROVEMENTS....u.....e.. .................... .u.1t ............. ......... $ SlHEET IMPROVEMENTS ALTERNATE: Contractor to include unit prices for lhe following: 1 . Asphalt Add Add Oeduel Doduct + 0.05' AC + 0,'0' AC O.OS' AC . 0.10' AC . General Contrac10r. 2 of 6 ISF ISF ISF ISF Suboontrac10r. v% . . . APR-05-i~99 09:47 THE MOOTE GROUP 7147514552 P.01/02 A.DDENDUM . NO. 3 ..~~ ADDENDUM NO.3: To the Drawings. Specifications and Contract Documents PROJECT NAME: CROWNE ffiLL DRI'VE - pJjASE I STORM DRAINAGE. SANi'.TARY SEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMENT8 Tuesday, April 6, 1999 @ 2:00 p.M. BID DATE: NOTICE TO BIDDERS: It is intended that all work affected by tne following provisions shall conform to the origlnai specifications, dated March 10, 1999 and be Incorporated as a part of the contract doouments. 1. Sohedule "A": a. Repl<lce Addendum No.2 bid sheet 2 of 6 with revIsed bid sl1eat 2 of 6, dated 4/5199. Addendum No.3 (allached), Revise: Item 6. Sidewalk shall be "8)' Others" and not a part of tnls contr<lol. lIem 8. Fog Seal revised to read "Soil Seal" as per plan. 2. Bid Bond: iii, The bid bond may be submilled on your bonding company form, rather than the one included with tha bid documents. 3. Construction Notes: a, Base is nOI required under the curb & guller. placed BID DATE REMAINS THe SAME: Tue$dilY, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 T~I; (714) 751.5557 Fax: (714) 751-4552 r~~ MOOTE QROU~ Date: Anri! 5. 1999 Pages 2 To: ~~ . -::.,.J.From: . .; :;,:; -h--7r. Fax: . - Tel; Mariorie Knitter THE MOOTE GROUP (714.) 751-4552 (714) 751.5557 Fax: Tel: 420-00 I 1 of 2. Aprit 5, 1999 \11 SUB-TOTAL, STREET IMPROVEMENTS.............,....... ................................. ........ $ 5mEET IMPROVEMENTS ALTERNATE: ContraclOr to Include unit prloe. for the followIng; 1. Asphalt Add Add Doduel Deduct + 0.05' AC + 0.10' AC 0.05' AC . 0,10' AC ISF ISF ISF ISF . . . General Contreclor. 2 of 6 SubcontractOr. TOTAL p.e2 \c.~ . . . APR-05-1999 16:44 , , ADDENDUM NO., 4: PROJECT NAME: BID DATE: THE MOOTE GROUP 7147514552 P.01/01 ,lDDEl:lDUM-NO. 4 To the Drawings, Specifications and Contract Documents CROWNE roLL DRIVE. PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all work affected by the followIng provisions shall conform to the original specifications, dated March 10. 1999 and be incorporated as a part of the contract documents. ,. Schedule uA": a. It is the intent of the Owner to provide a balanced site. The owner shall undercut the street rlght.of.way to allow for the Contractor to use his trench spoil to balance the street subgrade to within +/. 0.10', Revise: Item 16 & 17. Revised to read Dirt Balance - "after util~jes" Item 8. Revised to read. "FogSea'" as per plarf. llla..d BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M, THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751.4552 Date: To: Fax: Tel: Aori15.1999 Pages ~~ From: -~~~ - -' ~ax: · Tel: 42Q..OOI 1 Marjorie Knitter THE MOOrE GROUP (714) 751-4552 (714) 751-5557 \b\ 1 of 2 AprilS, 1999 ":.c<, '-;'~~~~~::'''~~:~~~~-~;':;''~:''' . BOND II 7083400-1 PREMIUM-NIL , , . BID BOND Recitals: 1. HILLCREST CONTRACTING, INC. his contractor' s Proposal to County of Riverside, >:"-c.9,9tyn, work for CROWNE HILL DRIVE PHASE I .' "contractor", has submitted for the construction of pUblic in accordance with a Notice Inviting Bids of County dated APRIL 6;.1999 :2. THE AMERICAN INSURANCE COMPANY a NEBRASKA corporation, hereafter called "'surety", is the surety of this Bond. ~reement: We,. 'Contractor as principal and Surety as surety, j ointlyand severally agree and state as follows: 1. The amount of the obligation of this bond is lOt of the amount of the .Contractor's proposal, including bid alternates, and inures to the benefit of County. 2. Thi.. Bond is exonerat:ed by (1.) Count:y rejecting said Proposal or, in the alternate, (2) if said Proposal is accepted, Cont:ractor executes the Agreement and furnishes the Bonds as agreed to in its proposal, otherwise it remains in.full force and effect for the' recovery of loss. damage and expense of County resulting from failure of Contractor to act as agreed to in its proposal.. Some types of possible .10ss, damage and expense are specified in the Contractor's Proposal, . 3. Surety, for value received. stipulates and agrees that its obligations hereunder shaJ.l in no way be impaired or affec::eed .by .=y ext:ension of eime within which County may accept the Proposal and waives noeice of any such extension. 4. This Bond is binding on our heirs, executors, administrators. successors and assigns. Dated: MARCH 25. 1999 THE AMERICAN INSURANCE COMPANY HILLCREST CONTRACTING, INC. By r~U~O ll~uJ~/l-~~ DAVID L. CULBERTSON _ __.. -. - ----.. ~T!~""""'" Title: Attn-rnAV in Pat:!t:. Ti:t.l-~""TT t"A....<<''"?\~~..,..,.~~ "Contractors" ~J..~HUKY-.l:'KM:S.l.OHNT . 'Surety" STATE OF CALIFORNIA ) SS. COumY OF ) On before me personally appeared be the person whose name is subscribed to the within known to me to instrument a.. Attorney in Fact. Noeary Public (Seall . Not.: All. ..J.gnatur... .......t b. not:ari",..d ~.... \(P1r .~... , . , .. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT . . STATE OF CALIFORNIA ! COUNTY OF ORANGE On 3-25-99 before me, LEXIE SHERWOOD - NOTARY PUBLIC personally appeared DAVID L. CULBERTSON personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the . instrument the person or the entity upon behalf of which the person acted, executed the instrument. . WITNESS my hand and official seal. . s~i!!oRoti4BlLJMd .' OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. DESCRIPTION OF ATTACHED DOCUMENT BID BOND TITLE OR 'J!Y1?E OF DOCUMENT NUMBER OF PAGES 1 3-25-99 DATE OF DOClJMEN'l' CAPACITY CLAIMED BY SIGNER o INDIVIDUAL o CORPORATE OFFICER TITLE(S) o PARTNER(S) o OTHER: ~_ATTORNEY-IN-FACT 0 TRUSTEE(S) SIGNER IS REPRESENTING: THE AMERICAN INSURANCE COMPANY NAME Ot PERSON(S) OR ENTITY(S) \<o~ FIREMAN'S FUND INSURANCE COMPANY NATIONAL SURETY CORPORATION ASSOCIATED INDEMNITY CORPORATION THE AMERICAN INSURANCE COMPANY AMERICAN AUTOMOBILE INSURANCE COMPANY . GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: Th.1 FIREMAN'S FUND INSURANCE COMPANY. . C,1i[omi. corpo,,';on, NATIONAL SURETY CORPORATION, an Illinois corporation, THE AMERICAN INSURANCE COMPANY, a New Jersey corporation redomesticatc:d. in Nebraska, ASSOCIATED INDEMNITY lCORPORATlON, a California corporation, a.nd AMERICAN AUTO,MOBILE INSURANCE COMPANY, a Missouri corporation, \herein collectively called "the Comp'niesl does mh hereby .ppoinl DaVid L. Culbertson, Lmda L. Culbertson, Diana Laskowski, Charles L. Fake, Karen Chandler, and R. A. Coon, Anaheim, CA their true aad lawful Atlomey(s)-in-Fact, with full power of authority hereby conferred in their name, place and stead. to execute, seal, acknowledge and deliver any and all bonds. undenakings. recognizances or other weinen obligations in the nature thereof ---------------------------------_______________________________ and to bind the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporAte seals of the Companies and duly attested by the Companies' Secretary. hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises. This power of attorney is granted under and by the authority of Article VII of the By-laws of FIREMAN'S FUND INSURANCE COMPANY, NATIONAL SURETY CORPORATION. THE AMERICAN INSURANCE COMPANY, ASSOCtATED INDEMNITY CORPORATION .nd AMERICAN AlITOMOBILE INSURANCE COMPANY. which provisions are now in full force: and effect. This power of attorney is signed and sealed under the authority of the following Resolution adopted by tbe Board of Directors of FIREMAN'S FUND INSURANCE COMPANY, NATIONAL SURETY CORPORATION, THE AMERICAN INSURANCE COMPANY, ASSOCIATED INDEMNITY CORPORATION ,,"d AMERICAN AUTOMOBILE INSURANCE COMPANY at a meeting duly called and held, or ~y written consent, on the 19th day of March, 1995, and said Resolution has not been amended or.repealed: ~RESOLVED, lhat the signature of any Vice-President, Assistant Secretary, and Resident Assistant Secretary of the Companies, and the seal.of the Companies may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating therelo, by facsimile, and any power of attorney, any revocation of any power of aHomey, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Companies." IN WITNESS WHEREOF, the Companies have caused these presents to be signed by their Vice-President, and their corporale seals to be hereunto affixed this 12 d.yof October 1998 " . STATE OF CAUFORNIA ~'-, /~':D~~::::' ;;-. !~J"'~'P ':. ~\ ~zi :i %~\ . ~~ \;, Or. ,~", ."'~f ,~.:;:,:;.... ~~~ FIREMAN'S FUND INSURANCE COMPANY NATIONAL SURETY CORPORATION THE AMERICAN INSURANCE COMPANY ASSOCIATED INDEMNtTY CORPORATION AMERtCAN AlITOMOBILE tNSURANCE COMPANY .................. ~'" \l~\1I 11I$(,."" ~~~ ~~~"'-"'~'."~\ l~~;::~J) ,~('0Uii:"'~>~~ ........,;.......' By }~ COUNTY OF MARIN On this 12 day of October ,1998, before me personally came M. A. Mallonee to me known, who. being by me duly swom, did depose and say: that he is a Vice-President of each company, described in and which executed the above instrument;.that he knows the seals of lhe said Companies; that the seals affixed to the said instrument are such company seals; that they were so affixed by order of Ihe Board of Directors of said companies and that he signed his name Ihereto by like order, IN WITNESS WHEREOF, I have hereunto set my hand and affixed my offiCial seal, the day and year herem first above written. J ~ Com~i~~~~63726 t .I i _ NOla~~i~;:n~fomk>. f I ] _ _ _ _My~.:~~28..:.~l [.. CERTIFICATE NotuyPubl1l; STATE OF CALIFORNIA COUNTY OF MARIN }~ I, the undersigned, Resident Assistant Secretary of each. company, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATIORNEY remains in full force and has not been revoked; and furthennore th.atArtide VII of the By-laws of each. company, and the Resolution ofth.e Board of Directors; set forth. in th.e Power of Atlomey, are now in force. - 25TH 1999. ~e~ v.^ MARCH Signed and sealed at the County of Marin. Dated the 360789.11.98 day of fl~~ m....'..~ ~..,~f!!...':\ ,,- -" :" ..i; .... ..'" .~. -1$ \~~# ~;/ Re$dclll AssUunt Sec:retary +"........;:["',.,..~ ...,~-~. (:(:~.:2)~1 ~\.. -.- ,..iN ,~(-~~#~ .....~..,.... California Riverside On 4106199 before me, (DATE) Sherein Schriner" Notary Public (NAMEfTlTLE OF OFFICER.ie. "JANE DOE, NOTARY PU8L1C") Glenn J. Salsbury (NAME(S) OF SIGNER(S)) personally appeared l!I personally known to me .OR- J ~. ~- ': -~;~EI; sc:rn~ER ~ - I - @ Commission # 1070641 , ~ .~. Nofory Public - Col~omia ~ i' RIverside County l -' ~ ~ ~ ~~~~res_Au~2~;~ J (SEAL) o proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same'in his, authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. Witness my hand and official seal. ~.xL-/- (SIGNATURE OF NOTARY) ATTENTION NOTARY The information requested beiow and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this cerificate to any unauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Bid Bond Title or Type of Do~ument Number of Pages 1 03125199 Date of Document Signer(s) Other Than Named Above David L Culbertson RIGHT THUMBPRINT (OPTIONAL) CAPACITY CLAIMED BY SIGNER(S) o INDIVIDUAL(S) ~ CORPORATE OFFICER President o PARTNER(S) 0 LIMITED o GENERAL o ATTORNEY IN FACT o TRUSTEE(S) o GUARDIAN/CONSERVATOR o OTHER: SIGNER IS REPRESENTING: Name of Person(s) or Entity(s) Hillcrest Contracting, Inc. RIGHT THUM8PRINT (OPTIONAL) CAPACITY CLAIMED BY SIGNER(S) o INDIVIDUAL(S) o CORPORATE OFFICER(S) o PARTNER(S) 0 LIMITED o GENERAL o ATTORNEY IN FACT o TRUSTEE(S) o GUARDIAN/CONSERVATOR o OTHER: SIGNER IS REPRESENTING: Name of Person(s) or Entity(s) /' \~J . . e " PROPOSAL TO THE GENERAL CONTRACTOR RICHMOND AMERICAN HOMES OF CALIFORNIA UNDER PROVISIONS OF SPECIFICATIONS FOR CONSTRUCTION OF CROWNE HILL DRIVE. PHASE I STORM DRAINAGE, SANITARY SEWER & WATER IMPROVEMENTS From Butterfield Stage Road to 130' East of Peppennint Lane Sta. 12+61.33 to Sta. 34+88.99 CITY OF TEMECULA COUNTY OF RIVERSIDE * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * TO THE MASTER DEVELOPER: The undersigned, as bidder, declares that this proposal is made without collusion with any other person, firm, or corporation, and that the only persons or parties interested as principals are those named herein; and having carefully examined the site of the proposed work and the plans and specifications therefor, proposes and agrees in the event of acceptance hereof to enter into a contract with the General Contractor, to perform said proposed work in accordance with the terms of the aforesaid specifications, and to furnish or provide all materials, labor, tools, equipment, apparatus, and other means necessary to do so, except such thereof as may be otherwise furnished or provided under the terms of said specifications, for the stated prices on the following pages, to wit: R. J. NOBLE COMPANY Name of Firm $ 612,678.28 Total Bid Price Note to Bidder: Bidder must sign and complete re,quested information on page P-3. P-l . \~~ Crowne Hill Drive. Phase 1 . . . Proposal Item (1) The General Contractor shall mathematically extend the unit price amount and estimated quantity for each item and sum all items totals. In case of inconsistency or conflict between the total bid price and the sum derived from the mathematical extension and addition of item totals, the sum derived from the addition shall govern and shall represent the bid. (2) If not provided for in the above, the unit price amounts for each item shall include all indirect costs (i.e., pennit fee, business license, mobilization, demobilization, excavation, shoring, special bedding, shading, backfill, construction water, excavation, fine grading, compaction, temporary paving, temporary pavement markings, pavement striping, barricades, waming devices, traffic control, traffic detour, dust control, temporary erosion control,. damage repair, maintenance of erosion control, clean up, temporary facilities, portable toilets and job safety as long a~ the contractor is on the project, coordination, supervision, overhead and profit, etc.), incidental work (i.e., surveying, traffic control, safety devices, construction water, protection of utilities, utility investigation and "pot holes", work necessary for the protection of life and limb, etc.), and other work required by the contract but not listed above. (3) Payment for all work on the above items shall be made subject to verifications in the field of the actual quantity of work performed. (4) All applicable sales taxes, state and/or federal taxes, and other special taxes, patent rights or royalties are included in the price quoted in the proposal. ADDENDUM NO, ACKNOWLEDGMENT Addendum No. 1 Addendum No. 2 Addendum No. 3 Addendum No. 4 , Addendum No. Addendum No. Addendum No. Addendum No. Date 3/26/99 Date 4/1/99 Date 4/5/99 Date 4/5/99 Date Date Date Date P-2 \<9"\ Crowne Hill Drive. Phase 1 . . . Proposal Item Declaration of the Bidder: (1) That, as the Subcontractor for this project, I specifically agree tocompl)' with the applicable provisions of Section 177.5 of the Labor Code relating to employment by Contractor and any subcontractor under me, of journeyman or apprentice or workman, in any apprenticeable craft or trade. (2) That, by my signature hereunder, I certify that I am aware of the provisions of Section 3700 of the Labor code which requires every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the perfonnance of the work of this contract. R. J. NOBLE COMPANY Name of Finn ~A~ ~ature of Subcontractor JIM GPACE, PRESIDENT Printed Name!TitIe 15505 E. Lincoln Avenue Address 714-637-1550 Telephone 714-637-6321 Facsimile MICHAEL J. CARVER, VICE PRESIDENT Officers of FirmfTitIe A-121735 Subcontractor's License Number JAMES J. DUNLEAVY, SECRETARY/TP~ASURER Officers of FinnfTitIe STAN HILON, ASSISTANT SECRETARY/ Officers of FirmfTitIe . CHIEF ESTIMATOR A Classification Officers of FinnfTitIe P-3 v:o Crowne Hill Drive. Phase 1 e . . Proposal Item BIDDER'S PROPOSED CONSTRUCTION SCHEDULE: I NOTE TO SUBCONTRACTOR: In Accordance with the Bid Documents, the Bidder shall attach his own detailed construction schedule showing the work activities and completion times that the Bidder agrees to adhere to in order to complete the job within the proposed completion time. The proposed construction schedule will show activities on a daily basis. SEE ATTACHED SCHEDULE P-4 Crowne Hill Drive. Phase 1 ~o." ~ ~ g 8 8 ;> g g g ~ ~ ~ ~ ~ ~ g . ~ ~ ~ ~ ~ ~ ~ ~ 9 N ~ ~ ~ ~ . 0 - . . . . E > ~ ~ . , . . . . . E . 0; i; . ~ E . E . 1i . '" " . ~ . .Q . '" ]; ~ E ~ E " . e .. . ~ E . ~ '" .. ~ . - > :; " " E " ~ .~ . E .x . . . . ~ ~ . 0; on ~ C .. . w 0 '" E . '" ~ .~ ]; <5 ]; jj . u .. a .. Ll ~ " .. . . ~ .C > " :! . " . ~ E E . 0 C . "' . .11(== U E '" " '" E 0. . C E . D " ~ ~ . 0 . 0 . . .. 0 . . .C " '0 0 ~ IJl ..." "' 0; ;, W <r Ll 0. on ~ 0. '" '" ~ u; 9- N ~ ~ ~ ~ ~ ~ ~ :;! ;: ~ :! ;! :2 ~T~ - - . . E o :E: .~ . ~ ~ 6 E U U;;, J!.Qi eo 0.0 ~ . !! . . . e 0. "' ~ ~ ..... :f3: 5... '" "' "' ~ ~~ ..-;, C '''' , " "' "' ~ ~ "'" g3: ~... " I " , "' "' ~ ~ "'" ~S: .... "" "' "' ~ ~ "'" ~?: ~... "" "' "' ~ ~I- .,;;, :!!!... " "' "' ~ ;1- "';, ~ :!!!... " "' "' ~\ uS'. Jgp . 6 " .. " ?:- . E E . "' .. o . 6 ~ " . . III = ... " ~ ~ :> :> ~ ~ .!! .!1 ~ ~ . ~ . e 0. ~ :> ~ .. " <r ~ = ~ . 0. . . . Proposal Item BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY, TECHNICAL ABILITY AND EXPERIENCE The bidder is required to state what work of a character similar to that included in the proposed contract he has successfully performed in Riverside County, and to give references which will enable the General Contractor to judge his responsibility, experience, skill, and business standing. Said references shall include the name of the supervisor responsible for the acceptance of the work performed. The bidder submits herewith a statement of work which he has successfully performed of a character similar to that included in the proposed contract. NAME. AMOUNT COMPLETED DATE CALTPANS , Ali Solehjour 714-556-9416 3190 #J Airport Loop Drive, Santa Ana $2,721,302.00 3/99 CONST. ON' STATE HWY IN LAGUNA BEACH FROM NYES PLACE TO MYRTLE ST. CALTPANS ~ Ali Solehjour 714-556-9416 3190 #J Airport Loop Drive, Santa Ana $1,607,475.00 3/99 FOREST AVENUE TO ROUTE #5, LAGUNA BEACH & IRVINE CITY OF FULLERTON - Ron Bowers - 714-738-6322 303 W. Commonwealth Av., Fullerton RESIDENTAIL STREET RECONSTRUCTION $1,607,475.00 3/99 CITY OF SANTA ANA Bill Albright 217 No. Main STreet, Santa Ana 714-565-4028 $1,582,260. 3/99 17th ST. REHAB. BROADWAY TO BRISTOL, BAKER ST. REHAB., 17th ST. TO SANTIAGO CP~EK CITY OF SANTA ANA - Bill Albright 714-565-4028 217 No. Main Street, Santa Ana $171,729 FIFTH STREET REHAB. ROSS TO MAIN ST. 11 /98 714-961-7100 $473,980 CITY OF YORBA LINDA - Fernando Saldivar 4845 Casa Lorna Av., Yorba Linda PVEMENT RESURFACING & SLUP~~ SEAL PROGPAM 10/98 CITY OF BUENA PAP~ - Nabil 714-562-3500 6650 Beach Blvd., Buena Park VALLEY VIEW REHAB. FROM CABALLERO 11/98 $514,164. BLVD. TO ARTESIA P-5 Crowne Hill Drive, Phase 1 \--v.. . . . Proposal Item LIST OF SUBCONTRACTORS: In accordance with Government code Section 4102, the bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one.half (1/2) of (1 %) percent of the total bid and the portion of the work to be done by such subcontractor. SEGREGATED PART OF WORK: % OFWORK: 1. ELECTRICAL 3.7% 2. SEWER IMPROVEMENTS, 53.4% -sToP.i1-DRAniTwATER-IMPPliVEMENTS-- 3. ~~B~J~J~~2~~_______~~____________ 4. 5. 6. P-6 ~UBCONTRACTOR: Name: A.D. WILSON, INC. Address: 4078 Crestview'Drive Phone: Noreo, CA. 91760 License No: 333979 A 909-737-3822 Name: BYRON L. CRUME, INC. Address' 1826 Pomona Road Phone' 909-737-2680 License No: 249549 C-42 A&B Corona, CA. 91720 Name' JEZOWSKI & MAP~EL CONTP.ACTORS, INC. Address: 748 No. Poplar Street Phone' 714~978-2222 License No: 242898 A & C-8 Orange ,CA. 92868 Name' Address: Phone: License No' Name: Address' Phone' License No: Name: Address: Phone: License No' Crowne Hill Drive, Phase 1 \'\"V . . . Proposal Item AFFIDAVIT FOR INDIVIDUAL CONTRACTORS JIM GPACE, PP~SIDENT OFR.J. NOBLE COMPANY declares as follows: That he or she is the party making the foregoing proposal or bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly" sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit or cost element 0 the bid price, or of that of any other bidder, or to secure any advantage against the Owner or anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company associates, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare, under penalty of perjury, that the foregoing is true and correct. Dated this 6th (day) of April (month), 1999 (year) at Orange , California Signature of affiant: P-7 Crowne Hill Drive, Phase 1 \~ " State of County of CALIFORNIA ORANGE On 4/6/99 M'.A. GROSKOPF before me, lDATEI (NAMEmTlE Of OFFJCEA.i,e."JANE DOE, NOTARY PUBLIC") personally appeared JIM GPJlCE, PP~SIDENT (NAMElSI OF SIGNERISII OF,R. J. NOBLE COMPANY W personally known to me -OR- 0 groved to me on the asis of satisfactory evidence to be the person(s) whose name(s) Is/are subscribed to the within instrument and acknowledged to methat he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. l' . .~,: M A ~ GR'osKoPFl ,'" ,." '\ COMM. #1130198 g .' NOTARY PUBLlC.CALlFORNIA ~ OAANGE COUNTY My Comm, .,~, Apr1l2t, 2001 (SEALI IS ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. nus CERTIFICATE Trtle or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages Date of Document DESCRIBED AT RIGHT: Signer(s) Other Than Named Above . WOLCOTTS FORM 63240 Rllv. 3.94 [prico class S-2AI (t)1994 WOLCOTTS FOAMS, INC. ALL PURPOSE ACKNOWlEDGMENT WITH SIGNER CAPACITYIREPRESENTATlONnwO FINGERPRINTS RIGHT THUMBPRINT (Optional) ffi : i " ~ . ~ CAPACITY CLAIMED BY SIGNER(S) DINDIVIDUALCSI mfcoRPORA TE OFFICEAISI lTlTLfSI DPARTNERISI DLlMITEO OGENEAAL DA TTORNEY IN FACT OTRUSTEEISI OGUAROIAN/CON,SERV A TOR OOTHER: SIGNER IS REPRESENTING: (Namo of Personfs) or Entity(ies) R. J. NOBLE COMPANY RIGHT THUMBPRINT (Optional) !: : i : " " o . ~ CAPACITY CLAIMED BY SIGNERIS) OINOIVIOUAlIS) OCORPOAATE OFFICER{S} (TITLfSJ DPARTNERIS) OLlMITEO OGENEAAL OA TIORNEY IN FACT OTRUSTEEISI OGUAROIAN/CONSERV A TOR OOTHER: SIONER IS REPftESENTINO: (Name of Personlsl or Entity(ies) 1111111111I11 1111'1111111111 II \~ . . . Proposal Item AFFIDA VIT FOR JOINT VENTURE OR COPARTNERSHIP CONTRACTOR declares as follows: That he or she is a member of the joint venture or copartnership firm designated as which is the party making the foregoing proposal or bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly Dr indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid or that anyone shall refrain from bidding; that the bidder has" not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit or cost element 0 the bid price, or of that of any other bidder, or to secure any advantage against the Owner or anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company associates, organization, bid depository, Dr to any member or agent thereof to effectuate a collusive or sham bid. That he has "been and is duly vested with authority to make and sign instruments for the joint venture or copartnership by Who constitute the other members of the joint venture or copartnership. I declare, under penalty of perjury, that the foregoing is true and correct. Dated this (day) of (year) (month), at , California Signature of affiant: Note: Nortarizatin of signature required P-8 Crowne Hill Drive. Phase 1 \-6 . Proposal Item AFFIDA VIT FOR CORPORATE CONTRACTOR JIM GP~CE, PRESIDENT OF R. J. NOBLE COMPANY declares as follows: . That he or she is PRESIDENT Of ~. J. NOBLE COMPANY a corporation which is the party making the foregoing proposal or bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit Dr cost element 0 the bid price, or of that of any other bidder, or to secure any advantage against the Owner or anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged infonnation or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company associates, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare, under penalty of perjury, that the foregoing is true and correct. Dated, this 6th (day) of April (month), 1999 (year) at Orange , California Signature of affiant: ~, ~ x _ *'-' {",'/ . J~~CE, PRESIDENT Note: Nortarizatin of signature required . P-9 Crowne Hill Drive. Phase 1 \\~ " State of CALIFORNIA County of ORANGE On 4/6/99 IDATEI before me, M.A. GROSKOPF lNAMEfTlTlE OF OFF1CER.i.e,.JANE DOE. NOTARY PUBLIC"I personally appeared JIM GPACE, PP~SIDENT INAMEISJ OF SlGNERISlI OF.R, J. NOBLE COMPANY W personally known to me -OR- 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Is/are subscribed to the within instrument and acknowledged to methat he/she/they executed the . same in his/her/their . authorized capacity(ies), and that by his/her/their 'signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument., Witness my hand and official seal. (SEALl ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CEATIFICA TE Title or Type of Document MUST BE A TT ACHEO TO THE "DOCUMENT Number of Pages Date of Document OESCAIBEO AT AIGHT, Signerlsl Other Than Named Above WOLCOTTS FORM 83240 Re.... 3.94 lprice cl.,. 8.2AI to'994 WOlCOTTS FORMS,INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPAC1TY/REPRE$ENTATIONITWO FINGERPRINTS RIGHT TI-fUMBPRINT lOptional) " . , = , , , " . o . ~ CAPACITY CLAIMED BY SIGNER1S) DINDIVIDUAllSI IDkORPOAA TE OFFICERIS), ITlTlfSI OPARTNERIS) DLIMITEO OGENERAL DA TIQRNEY IN FACT OTRUSTEEIS) OGUARDIAN/CONSERV A TOR OOTHER: SIGNER IS REPRESENTING: (Name of Penonls, or EntitYliol) R. J. NOBLE COMPANY RIGHT THUMBPRINT IOptional} " ~ , ~ I' . o . ~ CAPACITY CLAIMED BY SIGNERfS) DINDIVIOUAlISI OCOAPOAATE OFFICERIS) (TITUS! o PAATNEAIS) DLIMITEO DGENERAl OATTORNEY INiFACT OTRUSTEEISI OGUAAOIANicONSERV A TOA OOTHEA, SIGNER IS REPRESENTING: (Name of Personls) or Entityliel} 11111111I111I 11111 1/11111II111 \"\1- . . . . Proposal Item NOTICE OF EOUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION OF CROWNE HILL DRIVE, PHASE 1 - STORM DP-AINAGE, SANITA-~Y SEWER & Project Number and Title WATER IMPROVEMENTS, CITY OF TEMECULA To; OPEATING ENGINEERS LOCAL NO. 12 Name of Labor Union, Worker's Representative, etc. 3311 West Ball Road, Anaheim, CA. 92804 Address The undersigned currently holds a contract with the General Contractor. Assessment District Funds or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract and in accordance with Executive Order 11246, the undersigned is obliged not to discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The obligation not to discriminate in employment includes, but is not limited to the following: HIRING, PLACEMENT, UPGRADING, TRANSFER, OR DEMOTION; RECRUITMENT, ADVERTISING, OR SOUCITATION FOR EMPLOYMENT; TREATMENT DURING EMPLOYMENT; RATES OF PAYOR OTIIER FORMS OF COMPENSATION; SELECTION FOR 1RAINING, INCLUDING APPRENTICESHIP; LAYOFF OR TEIUvITNA TION. This notice is furnished you pursuant to the provisions of the above contract Dr subcontract and Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. R. J. NOBLE COMPANY Name of Subcontractor 15505 E. Lincoln Avenue Address Orange, CA. 92865 -~ I \ ign re and Title 1M GP-ACE, PRESIDENT April 6, 1999 Date P-lO Crowne Hill Drive, Phase 1 \ ""(b . . . \1\ . BID SCHEDULE "A" Com lete and Submit wnh Bid . 1. 2. 3. 4. 5. . 6. IBID DATE: Tuesday, April 6, 1999 at 2:00 P.M. at the Offices 01 The Moote Group SUMMARY AMOUNT i. Street Improyements $ 232,220.38 II. Storm Drainage $ 175,826.00 III. Underground Conduit $ 19 946.40 IV. Sanitary Sewer $ 58 243.00 V. Water Improvements $ 122,702.50 Vi.. Performance, Labor & Materials Bond $ 3,740.00 TOTAL "BID PRICE" .........................................................................$ 612,678.28 SUBCOmRACTORNAME: R. J. NOBLE COMPANY ADDRESS E. Lincoln Avenue, Orange, CA. 92865 FAX: 714':'637-6321 TITLE: JIM GPACE, PRESIDENT EXPIRATION: 7/31/2000 DATE: A-121735 April 6, 1999 GENERAL NOTES: UNIT PRICES SHAll. PREY AlL IN ALL BID ITEMS IF ll-lERE IS A DISCREPANCY WITH ll-lE BID EXTENSION AMOUNT. Prices firm through the duration of the project. It is the intent of the Master DeveJepoer to have a complete contract with the contractor to limit the amount of extra work on the job. No extra charges for move.ins will be charged to the Master Developer, (unless specifically negotiated with the Master Developer). Prices include the cost of all items necessary to perform the work as set forth in the contract documents and specifications. No allowancA will he mad~ to subcontractor because of a lack of such examim:~tion. Construction Water is by Subcontractor and included in the Schedule of Unit Prices. General Contractor: 1 of 6 SUbcontra~~ MOOTE GROUP 7147514552 P.02/02 RPR-.05-1 'Ol9'iJ 09:51 THE Addendum No.3 4/5/88 . BID SCHIiDULE . A" Com leIB and Submit with Bid IIliM n STIlEET IIIPAOVEMENTS ESTtMA,leD UNIT TOTAL ~lT QUANTITY COST f'R:E NO. cescAIPI10N 1. C4n81ruel 6' Curb & (lUIW, Typo A-S, Por RIY Co SId No. 200 4,553 7.20 32,853.60 LF 2. Construe, 9" C\Jrb & CluUor, Type 0, Po, AI. Co BId No. 204 LF 319 7.00 2,233.00 3. saw CUI. Remove and DiopOBB 01 Olfol'. e...Ung A.D. IF 6951 1.60 1,118.40 Pavement. CcIrr101ete 4. Saw CUt. Remove and Diop<l'" DI Off$i'" ExisUng Dulll & lJ' 135 5.50 742.50 Guller. Cll1!IlIleto 5. Conotruot Sidewalk, _.0', Po' Ri. Co Sid No. 4QO & 401 IF 2G.G95 By Others 6, Furnish and Piace P3V8l1"1C1nr. AC., As Par Plans, d=O..2$' IF 91,173 .50 45,886.50 7, Fumish and PllIlle Pavemenl, A.a. JIg Per Plam; ~ 91.773 1.22 111,963.06 d=1.2$' 0&,"', -2.00' 0 C,L 8. . Fumlsh alld Apply Aopllaltio Emulsion (Soal CGaI), Aa ""r Plans tF 511.173 .02 1,835.46 9. Fumish and ApPlY Prime Ca.~ "" 1'... Green Ilook Standatd Speeincelions, Poe_ 391, See. 302-5.3 ~ .',179 .03 2,753.19 '0. '~u!'l"!iIh and Ina1al1 Centorllne Monumams, type A or 8, r:A 5 550.00 2,750.00 Per Rlv Ca SId No. BOQ & 90, 11. COn6*ruC1 Brow Ollch, As Per Plan, W=:)' & d=" LF 232 Bv Othsl'S . ,2, Construot Subdivision Udilty Trench, kJ Per Plan l.F 25e 17.60 5,068.80 13. eon,llUel ....... Ramp. Por RI. Co Sid No. 0102, 403 & 4D4 E<\ 2 121).00 650.00 14. Furnish and Install 91"" Namo Signa. Por Riv Co SId No. 616 290.00 290.00 EA 15. FumIS. alld ~I Slop Sign Por Riv Co SId Plans end 220.00 220.00 Drawli\(!$ EA 18. Provide Dirt Bolanc6 in Paving Area from +/-0.05' g: 61.773 .09 8,259.57 17. Provide Dirt Balanee under Curb & Gutter from +/-0.05' .34 4,149.70 IF 12,205 'B. Adjust Water Valve to Gmdl affer Final Paving i. 50.00 950.00 inSI3Uad b'\ 19 19. Adjust 5ewlr Manhola 10 Grade afl~r Final Paving iA 9 275.00 2.475.00 20, Adjust Storm Orein Manhole to Grade eftar Final Paving EA 6 275.00 1,650.00 2t. Conllllt;tl Croae GuIler and Spandfel per R/v CO Sid 209 5,865.60 ~ .210 (10' Wide) g: 1.222 4.80 22. Construct Transisnon Curb & Guttar, 6' CF & B' CF l.F 92 <; <;0 <;06.00 SUB-TOTAL, STIlEET IMPROVEMENTS.............................................................. $ 232,220.38 STREET IMPROVEMENTS AL TEANATE: Comrae/or to Inelude unit prices for the following: 1. Asphalt Add Add DDduct Deduct .. O.OS' AC ,12 + 0,10' Ae .22 0.05' AC .08 . 0.10' AC .16 ISF ISF ISF ISF . General Contractor: 2016 Su \~ . BID SCHEDULE "A" lete and Submit with Bid . ITEM 01) UNDERGROUND CONDUIT ESTIMATED UNIT NO. DESCAIPllON UNIT OUANTITY COST 1. 3- PVC Sleeve, 540. Street Ughls IF 360 7.15 2. 4' PVC Sleeve, CL315 IF 528 9.35 3. 6- PVC Sleeve, Cl315, Irrigation IF 312 9.65 4. 4' PVC Sleeve, CL315, Irrigation IF 624 9.35 5. 4' PVC Sleeve, CL315, Irrigation Electric IF 384 9.35 . . BID SCHEDULE "A" ITEM III) STORM DRAINAGE ESTIMATED UNIT TOTAL NO. DESCAlPllON UNIT OUANTITY COST FR:::E 15. Furnish, Install and Construct 36- Temporary Inlet Apron (As EA 3,500.00 3,500.00 Per Plan). camalete 16. Fumish. Install and Construcl18' RCP, Class IV. w/6edding & Backfill, complete with all fittings, accessories. excavation, IF 48e beddina and backfill 49.50 24,156.00 17. Furnish, Install and Construct 24- Rep, 1350-0, wI Bedding & Backfill, complete with all fittings, accessories. excavation, IF 360 beddina and backfill 57.00 20,520.00 18. Furnish, Install and Construct 27- Rep, 1350-0, wI Bedding & Backfill, complete with all fittings, accessories, excavation, IF 480 58.00 27,840.00 bedding and backfill 19. Furnish. Install arid Construct 36- Rep, 1350.0, wI Bedding & Backfill, complete with all fittings, accessories, excavation, IF 77 .50 39,060.00 beddina and backfill 504 SUB.TOTAL, STORM DRAINAGE...................................................................... $175,826.00 TOTAL F'F<<::E 2,574.00 4,936.80 3,010.80 5,834.40 3.590.40 SUB-TOTAL, UNDERGROUND CONDUIT ........................................................... $ 19,946.40 General Contractor. 4 of 6 ~. . t''-'<.J.- SubjXS~ or. \~ . . . BID SCHEDULE "A" Com lete and Submit with Bid rTEM IV) SANITARY SEWER ESTlMATED . UNIT TOTAl NO. DESCRlPTlON UNIT QUANTTTY COST PR::E 1. Furnish and InstallS- Sanitary Sewer, VCP, Sewer Pipe, complete with all fittings, accessories, excavation, bedding 24.75 3,663.00 and backfill. Per LF 148 EMWD S8.157, 158. 159 2. 8- Sanitary Sewer, VCP I PVC, Sewer Pipe, complete with all fittings. accessories. excavation, bedding and backfill, Per 18.75 36,375.00 LF 1,940 EMWD S8.157. 158. 159 3. Furnish and Install S" Standard Manhole, wi Cover & Frame. complete with all fittings, accessories, excavation, bedding 1,980.00 17,820.00 and backfill. ,Per EA 9 EMWD S8.53, 58. 58, 61 4. Furnish and 'Install S" Standard Temporary End Plug, complete 55.00 275.00 In glace. as Der Dlan EA 5 5. Pull Temporary Plug & Join Exi~ting S' PVC. complete as per plan EA 110.00 110.00 SUB.TOTAL, SANITARY SEWER.....................................,.........................,....... $ 58,243.00 General Contractor: 5 of 6 Subco~~ ITEM V) WATER IMPROVEMENTS ESTIMATED UNIT TOTAL NO. DESCRlPT1O'J UNIT QUANTITY COST PR:l: 1. Furnish and Install 12"Water Main, PVC, Cl200, C-900, Water Pipe, complete with all fittings, accessories, excavation 30.00 6,660.00 bedding (if reQuired) and backfill. Per LF 222 RCWD RW.22, 25 2. Furnish and Install 12" Water Main, PVC, CL 150, C-900. Water Pipe, complete with all fittings, accessorie's, excavation 26.50 54,325.00 beddina 'if reQuired) and backfill. Per LF 2,050 RCWD RW.22, 25 3. Furnish and Install S" Water Main, PVC. CL 150, C-9OO, Water Pipe, complete with all fittings, accessories, excavation 22.50 6,367.50 bedding (it reauired) and backfill. Per LF 283 RCWD RW-22, 25 4. Furnish and Install 2" Copper Residential Water Service laieraI. complete wilh all fittings. accessories. excavation bedding (if 1,280.00 3,840.00 reauired) and backfill. Per EA 3 RCWD RW.l, lA, 14 5. Furnish and Install 12" Wedge Valve, wI Valve Can & Cap, : complete with all filtings, accessories, excavation bedding (if 1,660.00 13,280.00 reauired) and backfill. Per EA 8 RCWD RW.26, 30, 31 6. Furnish and Install 8. Wedge Valve, wI Valve Can & Cap, . complete with all fittings, accessories, excavation bedding (if 1,280.00 7,680.00 reauired) and backfill. Per EA 6 ACWD AW.26, 30, 31 7. Fumish and Install 6' Fire Hydranl Assembly, and PVC Water Pipe, complete with all fittings, accessories, excavation 2,650~00 13,250.00 bedding (if reQuired) and backfill, Per EA 5 RCWD RW.l, lA, 8, 22, 26, 30, 31 & RIv Co Sid No. 400 8. Furnish and Install 1. Air Vacuum & Air Release Assembly, complete with all fittings, accessories. excavation bedding (if 2,000.00 12,000.00 reaulred) and backfill. Per EA 6 RCWD RW.l, lA, 9 9. Fumish and Install 8. End Cap, Per RCWD RW.24 '&28, comolete EA 7 500.00 3,500.00 10. Pull 8. End Cap & Join Existing, complete as per plan 1,800.00 1,800.00 EA . . BID SCHEDULE "A" lele and Submit with Bid SUB.TOTAL, WATER IMPROVEMENTS ......~...................................................... $ 122,702.50 General Contractor: 6 of 6 G \'6A. SUtx:orlr~ .. ADDENDUM NO. 1 ADDENDUM NO.1: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE HILL DRIVE'. PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all work affected by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. 1. Schedule "A": . a. Replace original bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 3/26/99, Addendum No. 1 (attached). Revised Asphalt Alternate to read: 2. Construction Schedule - E-1: , + 0.05' + 0.10' - 0.05' -0.10' a. Time for Completion: Forty-Three (43) Working Days On or about April 27, 1999 .. b. Construction Start: c. Construction Compellion: June 25, 1999 3. Soecial Provisions - Page D-11: a. Fine Grading and Disposal of Excess Material: After Completion of installation by the Subcontractor, the Subcontractor shall regrade the project area to:l:.llJJl.: and restore any and all damage done by Subcontractor to existing improvements at no additional cost to the Contractor. Export of trench spoil, if required, is included in the unit prices. . BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Srookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 '1 " MOOTE GROUP Date: March 26, 1999- Pages 2 To: From: Mariorie Knitter THE MOOTE GROUP (714) 751-4552 (714) 751-5557 .. Fax: Tel. Fax: Tel.. \~ 386-005 I of 2 January 27,1999 - . . . APR-01-1999 15:34 THE MOOTE GROUP 7147514552 P.01/02 ADDEN-DUM NO" 2 ADDENDUM NO.2: PROJECT NAME: To the Drawings, Specifications and Contract Documents BID DATE: CROWNE HILL DRIVE. PHASE I STORM DRAINAGE. SANITARY SEWER, WATER lMPaOVEMENTS And STREET IMPRPOVEMENTS Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all work affected by the following provisions shall conform to the original specifications. dated March 10, 1999 and Ile incorporated as a part 01 the contract documents. 1 . Scnedule . A": a. 'Replace Addendum No.1 bid sheet 2 of 6 with revised bid sheet 2 of G, daled 4/1199. Addendum NO.2 (attached). Add: Item 21. Item 22. Item 9. Item n. Item 16. & 17. Construct Cross Gutter and Spandrel per Riv Co Std 209 & 210 Construct Transition Curb & Gutter, 6" CF & e' CF Prime Coat shall be per Green Book Standard Specifications. page 391, Sea. 302-5.3 Brow Ditch shail be constructed "By others' Dirt Balance shall be from +/- 0.05' Revise: 2. Construction NntAs' a. Suitable Excess Material generated by the GradinQ or Undarground Activities may be placed on sile as directed by Owner. 3. Bid Bond: /a_ The Bid Bond shall be made to Richmond Amlilrlcan Homes.- plaeed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714)751-5557 Fax; (714)751-4552 Date: Aoril 1. 1999 Pages 2 To: flt~~. Fax: Tel: From: Mariorie Knitter THE MOOTE GROUP (714) 751-455~ (114) 751.5557 Fax: Tel: 420-001 t of 2 April 1, 1999 \~ ~P8~05~1999 09:51 THE MOOTE GROUP 7147514552 P.01/02 .. ADDENDUM NO. 3 ADDENDUM NO.3: To the Drawings, Specifications and Contract Documents PROJECT NAME: - CROWNE HILL DRIVE. PHASE I STORM l:>RAINAGE, SANITARY SEWER, WATER IMPROVEMENTS ADd STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6. 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended thet all work affB(:led by the lollowing provisions shall conform 10 the original specifiCations, dated March 10, 1999 and be incorporated as a part of the contract documaFlfS. 1 Sch9dule "A'" a. Replace Addandum No.2 bid snest 2 016 with revised bid sheel2 016, dated 4/5199, Addendum No.3 (attached). Revise: Ilsm 5. Sidewalk shall be 'By Others' and not a part of this contract. Item 8. Fog Seal revised 10 read 'Soil Seal" as per plan. 2. Bid. B~nd' . a. The bid bond may be submitted on your bonding company form, rather than the one included with the bid documents. . 3, Conl'llruClion Notes; a. Base is not required under the curb & gutter. placed BID DATE REMAINS THE SAME: Tuesday, April &, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 Date: April 5. 1999 Pages From: ,2 TO: Fax: Tel: ~t*t:1~/ Fax: Tel: Mariorie Knitter THE MOOTE GROUP (7141 751-4552 (714) 751-5657 . 420-00 I I of 2 April S. 1999 \~ APR-05-1999 16:47 THE MOOTE GROUP 7147514552 P.01/01 . A.D..D.&NDUM NO" 4 ADDENDUM NO, 4: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNElULL DRIVE. PHASE I STORMDRAINAOE. SANITARY SEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE; Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIODERS: It is intended that all work affected by the followfng provl310ns shall conform to the original specifications, dated March 10, 1999 and be incorporated a9 a part of the contractl;loQ\lnnenlS. 1 Schedule 'A" a, It Is the intent of the Owner to provide a balanced site. The owner shali undercut the street right-of-way to allow for the Contractor to use his trench spoil to balance the street sUbgrade 10 within..t. 0.10'. Revise: tlem 16 & 17. Revised 10 read Dirt Balance. 'after utilities' Item 8. Revised to read - 'FogSear es per plan. . ~ BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive. Suite 57 Santa Ana. CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 -~. UOOTli OROUP Date: April 5 1999 .tJ:#!fi3/ Pages From: , To: Fax: Tel: Fax: Tel: Mariorle Knitter THE MOOTE GROUP (714) 751-4552 . (714l 751-5557 . 420-001 1 of 2 Anril ~_ 1999 TOTAL P.01 ~ . . . ." ...... BID BOllI) Reci~1a: 1. R. J. NOBLE COMPANY 'Contraccor", has submitted his Contractor's Proposal to County of Riverside, "County", tor the construction of public work for THE CONSTRUCTION OF CROWNE HILLS DRIVE~ PHASE I STORM DRAINAGE, SANITARY SEWER WATER IMPROVEMENTS & STREET IMPRuVEMENTS in aCcordance with a Notice Inviting Bids of County dated APRIL 6, 1999 . FEDERAL INSURANCE COMPANY COrporacion, hereafter called .Surety", is the surety of this Bond. a 2. INDIANA AQreament: We, Contractor as principal and Sureey as. surety, joinCly ano severally agree and state as follows: 1. The amount ot the obligation of this bond is lot of the amount of the Contractor's Proposal, including bid alternates, and inures to the benefit ot county. 2. This Bond is exonerate<! by (1) County rejecting said Proposal or, in the alternate, (2) it sail1 Proposal is accepted, Contractor executes the Agreement and. turnish4s tbe Bonds as agreed to in its Proposal, otherwise it remains in full force and effect for ths'recovery of loss, damage and expense of County resulting from failure of Contractor to act as agreed to in its Proposal. some types of possible loss, damage and expense are specified in the Contractor's Proposal. 3. Surety, for value received, stipulates and agrees that its obligations hereunder shall in no way be impaired or affected by any extension of time within which County may accept the Proposal and. waives notice of any such extension. and assigns. 4. This Bond is binding on Our heirs, exeeutors~ administrators, suceessors Dated: APRIL 1, 199 By R J. NOB~~ m." (~ GRACE. PRESIDENT .Contractors" "Surety" S~TB OP CALIFORNIA ) 55. COllNTY OP l On b~fore me personally appeared known to ma to be the person whose nama is subscribed to the within instrumenc as Attorney in Fact. Notary Public (Seal) Note I All signa'turea must be DOtar:lzecl \<pA. STATE OF CALIFORNIA COUNTY OF RIVERSIDE On lJ!J /1CJ } S5. , before me, ROSEMARY STANDLEY PERSONALLY APPEARED MICHAEL D. STONG personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowl- edged to me that he/she/they executed the same in his/ her/their authorized capacity(ies), and that by his/her/ their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. S""~~~1 OPTIONAL t@......:..ROSEMARYSTANDLEYl in', ~,COMM. #1090462 . ~ ~ .. . NOTARY PUBliC. CAliFORNIA ~ " RIVERSIDE COUNTY I ..., c-. EJpIreo Nw 7. 2000 . . This area for Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER o INDIVIDUAL o CORPORATE OFFICER TITLE(S} o PARTNER(S) 0 LIMITED o GENERAL ri' ATTORNEY-iN-FACT B TRUSTEE(S) o GUARDIAN/CONSERVATOR o OTHER: SIGNER is REPRESENTING: NAME OF PERSON(S) OR ENTITY{IES) . 10-081 Rev. 6/94 DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ALL-PURPOSE ACKNOWLEDGEMENT \0(1) . . . POWER OF ATTORNEY FEDERAL INSURANCE COMPANY ATIN: SURETY DEPARTMENT 15 Mountain View Road, Warren, NJ 07059 Telephone; (908) 903-2000 Fax No.: (908) 903-3656 Know all Men by these Presents, That FEDERAL INSURANCE COMPANY, an Indiana Corporation, has constituted and appointed, and does hereby constitute and appoint Michael D. Stong, Rosemary Standley, Susan C. Monteon and Shawn Blume of Riverside, California------------------------------------------------------____________________ each its true and lawful Attorney-in-Fact to execute under such designation in its name and to affix its corporate seal to and deliver for and on its behalf as surety thereon or othelWise, bonds of any of the following classes. to-wit: 1. Bonds and Undertakings (other than Bail Bonds) filed in any'suit, matter or proceeding in any Coun, or filed with any Sheriff or Magistrate, for the doing or not doing of anything specified in such Bond or Undertaking. 2. Surety bonds to the United States of America or any agency thereof, including those required or permitted under the laws or regulations relating to Customs or Internal Revenue: Ucense and Permit Bonds or other indemnity bonds . under the laws, ordinances or regulations of any State, City, Town, Village, Boand or other body or organization, public or private; bonds to Transportation Companies. Lostlnstnument Bonds; Lease Bonds, Worikers' Compensation Bonds, Miscellaneous Surety Bonds and bonds on behall of Notaries Public, Sheriffs, Deputy Sheriffs and similar public officials. . 3. Bonds on behalf of contractors in connection with bids, proposals or contracts. In Witness Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to its By-Laws, caused these presents to be signed by its Vice President and Assistant Secretary and its corporate seal to be hereto affixed this 10th da . :v~y~er 19 95 . "~SEl~f~:'\ [0:.:,,; i:::'~-:";.<~,~ ,,,.. '. "a ,.i/3:<-'. - .,.. .,"~;~~~ J ...,)' .;:~:C~./ 1. .1'<<-> ,,:zt}-- L-lb.1--1~ 'Kenneth C. Wendel Assistant Secretary FEDERAL INSURANCE COMPANY BY ~~.>?1 ' Gerardo G. Mauriz ~ Vice President STATE OF NEW JERSEY } ss. County of Somerset . On this lOth day of November 19 95, before me personally came Kenneth C. Wendel to me known and by me known to beAssistant Secretary of FEDERAL INSURANCE COMPANY, the corporation described in and which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY and knows the corporate seal thereof: that the seal affixed to the foregoing Power of Attorney is such corporate seal and was thereto affixed by authority of the By-Laws of said Company, and that he signed said Power of Attorney as Assistant Secretary of said Company by like authority: and that he is acquainted with Gerardo G. Mauriz and knows him to be the Vice President of said Company, and that the signature of said Gerardo G. Mauriz subscribed to said Power of Attomey is in the genuine handwriting of said Gerando G. Mauriz and was thereto subscribed by authority of said By- Laws and in deponent's presence. Notarial Seal /~~- r::'" ~'jY.' \.,. ",{;-.: ~. Acknowledged and Sworn to before me on the date above written:: \ , /--- IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE WRITE TO US AT THE ADDRESS LISTED ABOVE. Form 15-'0-0134 (Rev.g..94l GENERAL r- S":Dc" I ",<.~:~"." -~I 1"'11. n/\ '-. -__"" __I, '_._ ;::::~:.~~~~~;r~E-'...~..~.'.::. :~J \<\\ State of CALIFORNIA County of ORANGE On 4/5/99 (DATE) before me, M.A. GROSKOPF INAMEfTlTlE OF OFFICER...e.~JANE DOE, NOTARY PUBLlC-, perSOrially appeared JIM GRACE, PP~SIDENT lNAMEISI OF SIGNERISll OF.R. J. NOBLE COMPANY W personally known to. me -OR- 0_ proved to me on the . basis of satisfactory evidence to be the person(s) whose name(s) Is/are subscribed to the within instrument and acknowledged to methat he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which- the person(s) acted, executed the instrument. l' :.~'o,,:,,' M,A,~1\OOR6Wl ," ..... '"- COMM #1130198 0 8 !"'6 . ,} NOTARY PUBUC-CAUFORN1A ~ 0, ORANGE COUNTY ~_ .___,.~}(;. r/.y COlTItfl, Exp. AP!iI21, 2001 ,'.''f/"'"'''' _ and official seal. ISEALI ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by -law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. ntlS CERTIFICATE Title or Type of Document MUST BE ATIACHED TO THE DOCUMENT Number of Pages - Date of Document DESCRIBED AT RIGHT: Signerls) Other Than Named Above - - <C' WOlCOTTS FORM 83240 Rev, 3-94 lprice din 8-2AJ 1994 WOlCOTTS FORMS,INC. AU PURPOSE ACKNOIM..EDGMENT INlTH SIGNER CAPACITYIREPRESENTATIONnwO FINGERPRINTS RIGHT THUMBPRINT (Optional) . 5 . ~ . " " o . o " CAPACITY CLAIMED BY SIGNERIS) DINo/VIDUALISI lII:l!i:OAPOAA TE OFFICERIS) ITITUS} DPAATNEAISI DLIMITEO DGENERAL DATTOANEY IN FACT DTAUSTEEISI DGUAROIAN/CONSERV A TOR DOTHEA: SIGNER IS REPRESENTING: IName of Perlonlll or Entity(jlll) R. J. NOBLE COMPANY RIGHT THUMBPRINT (Optional) ffi . ~ . " " o . e CAPACITY CLAIMED BY SIGNERIS) D/NO/VIDUALIS) DCOAPOAA TE OFFICEAISI - ITlTUS) OPARTNERISI .OllMITED DGENERAL OATTORNEY IN FACT i DTAUSTEEISI DGUAROIAN/CONSERV A TOR DOTHER: SIGNER IS REPRESENTING: (Name of Perlonll) or Entitylioll 11111111I1111 111111111111111 II \~." u " CHUBB GROUP OF INSURANCE COMPANIES CHUBB 15 Mounlain View Road. P. O. Bex: 1615. Vvau{:n, New Jersey 07061.~6i5 FEDERAL INSURANCE COMPANY BID BOND Bond No. 81567257-K Amount S 1070 OF BID Know All Men By These Presents, That we, R.J. NOBLE COMPANY (hereinafter calied the Principal), as Principal, and the FEDERAL INSURANCE COMPANY, Warren, New Jersey, a corporation duly organized. under the laws of the State of Indiana, (hereinefter called the Surety), as Surety, are held and firmly bound unto , RICHMOND AMERICAN HOMES (hereinafter calied the Obligee), in the sum of TEN PERCENT OF THE AMOUNT OF THE BID Dollars (S 10% OF BID ), for the payment of which we, the said Principal and the said Surety, bind ourselves, our' heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. . ' Sealed with our seals and dated this 5th day of APRIL A. D. nineteen hundred and 99 WHEREAS, the Principal has submitted a bid, dated ~r ' APRIL 6, , 1999 FOR THE CONSTRUCTION OF CROWNE HILLS DRIVE, PHASE I STORM DRAINAGE, SANITARY SEWER WATER IMPROVEMENTS & STREET IMPROVEMENTS . NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Obligee shali accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with such bid and give bond with good and sufficient surety for the faithful performance of such.contract, or in the event of the failure of the Principal to enter into such contract and give such bond, if the Principal shall pey to tl1e Obligee the dif. ference, not to exceed the panalty hereof, between the amounl specified in said bid and the amount for which the Obligee may legally contract with another party to perform the work covered by said bid, if tlie latter amount be in excess of the former, thenthis obligation shall be nuli and void, otherwise to remain in fuli force and effect. R.J. NOBLE FEDERAL INSURANCE COMPANY ATTORNEY-I FACT . By: \~ " . STATE OF CALIFORNIA } SS. COUNIY OF RIVERSIDE On i/51?? , before me, ROSEMARY STANDLEY PERSONALLY APPEARED MICHAEL D. STONG personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowl- edged to me that he/she/they executed the same in his/ her/their authorized capacity(ies), and that by his/her/ their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I~OSEMARY STANOlEYl 0;: a . - COMM. #1090462 " ~ NOTARY PUBLIC. CALIFORNIA ~ j' RIVERSIDE COUNTY f My ComIl. e,q,;,., _ 7, 2000 WITNESS my hand and official seal. "..~~ This area for Official Notarial Seal OPTIONAL Though the dala below is not required by law, it may prove valuable to persons relying on the document and could prevenl fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER o INDIViDUAL o CORPORATE OFFiCER DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT TITl..E(S) o PARTNER(S) 0 LIMITED o GENERAL IXI ATTORNEY-iN-FACT El TRUSTEE(S) o GUARDIANICONSERVATOR o OTHER: NUMBER OF PAGES DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PEASON(S) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABOVE . 10-081 Rev. 6194 ALL-PURPOSE ACKNOWLEDGEMENT \o/t . . . POWER OF ATTORNEY i=EDERAL INSURANCE COMPANY ATTN: SURETY DEPARTMENT 15 Mountain View Road, Warren, NJ 07059 Telephone: (908) 903.2000 Fax No.: (908) 903-3656 Know all Men by these Presents, That FEDERAL INSURANCE COMPANY, an Indiana Corporation, has constituted and appointed, and does hereby constitute and appoint Michael D. Stong, Rosemary Standley 1 Susan C. Monteon and Shawn Blume of Riverside, California------------------------------------------------------------------------- each its true and lawful Attomey-in-Factto execute under such designation in its name and to affix its corporate seal to and deliver for and on its behalf as surety thereon or otherwise, bonds of any of the following classes, to-wit: 1. Bonds and Undertakings (other than Bail Bonds) flied in any suit, matter or proceeding in any Court, or filed with any Sheriff or Magistrate, for the doing or not doing of anything specified in such Bond or Undertaking. 2. Surety bonds to the United States of America or any agency thereof, including those required or permitted under the laws or re9ulations relating to Customs or Intemal Revenue; Ucense and Permit Bonds or other indemnity bonds. under the laws, ordinances or regulations of any State, City, Town, Village, Board or other body or organization, public or private: bonds to Transportation Companies, Lost Instrument Bonds; Lease Bonds, Worikers' Compensation Bonds, Miscellaneous Surety Bonds and bonds on 'behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public officials. 3. Bonds on behalf of contractors in connection with bids, proposals or contracts. In Witness Whereof. the said FEDERAL INSURANCE COMPANY has, pursuant to its By-Laws, caused these presents to be signed by its Vice President and Assistant Secretary and its corporate seal to be hereto affixed this 10th ~,..~IJ!!~Y~er 19 95 1'l?ornte .sea! S\ r ~ . I (... . ~..~ f> ' : -'~ J \", .-;/ ,.. .' ~,,'~~1'L&.J-14 ~eth C. Wendel Assistant Secretary On this 10th day of November 19 95, before me personally came Kenneth C. Wendel to me known and by me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,the corporation described in and which executed the foregoing Power of Attomey, and the said Kenneth C. Wendel being by me duly swom, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY and knows the corporate seal thereof; that the seal affixed to the foregoing Power of Attorney is such corporate seal and was thereto affixed by authority of the By-Laws of said Company, and that he signed said Power of Attorney as Assistant Secretary of said Company by like authority: and that he is acquainted with Gerardo G. Mauriz and knows him to be the Vice President of said Company, and that the signature of said Gerardo G. Mauriz subscribed to said Power of Attorney is in the genuine handwriting of said Gerardo G. Mauriz and was thereto subscribed by authority of said By- Laws and in deponent's presence. Notarial Seal ;<."..--.-----. r:. 1-",. \ ' , .. \.,.. -. '<..' STATE OF NEW JERSEY } ss. County of Somerset FEDERAL INSURANCE COMPANY BY Gerard~;;; 'J. lh~' Vice President Acknowledged and Swom to before me on the date above written: I ' " I i, / '.f] /1 !/;/lc.-- / / Notary Public o.J.:./ / IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE WRITE TO US AT THE ADDRESS LISTED ABOVE. Form 15-1Q-{)134 (Re....9-94) GENERAL r------ , I SA~:rJi=i.". I c.', - .-:....'7.;. I Notary ?~;::(,' 'c';',.,":: -'- ,""~.'- :. I j com~icci"~~~';:'-:':" cc '0' i , '" ~....,.....". ";.-. <.;.;... ~-'_., . '! \~ ,.1 ., . State of County of CALIFORNIA ORANGE On 4/6/99 IOATEI before me, M.A. GROSKOPF INAMEfTlTlE OF OFFICER-i,e..JANE DOE, NOTARY PUBLIC.) personally appeared JIM GRACE, PRESIDENT lNAMEISI OF SlGNERISlI OF.R. J. NOBLE COMPANY ~ personally known to me -OR- 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Is/are subscribed to the within instrument and acknowled ged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the .- instrument. Witnessmy hand and official seal. (SEALI ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. ntlS CERTIFICATE Title or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages -Date of Document DESCRIBED AT RIGHT: Signer!.) Other Than Nam-ed Abovo WOlCOTTS FORM 83240 Rov. 3.94 lpric:e c:lns 8.2AI C11994 WOLCOTTS FORMS,INC. AU.. PURPOSE ACKNOWlEDGMENT WITH SIGNER CAPACITYIREPRESENTATIONnwO FINGERPRINTS RIGHT THUMBPRINT (Optlonall . . . ~ = . o . e CAPACITY -CLAIMED BY SIGNERIS) DINDIVIDUAl{S} lIXcOAPORA TE OFFICEAISI lTlTLESl DPARTNEAISI DLlMITED DGENEAAL OATTORNEY IN FACT DTRUSTEEISI o GUARDIAN/CONSERVATOR DOTHEA, SIGNER IS REPRESENTING: (Name of Perlonl.' or Entityliel) R. J. NOBLE COMPANY RIGHT THUMBPRINT (Optional) ffi . . > ~ . o . e CAPACITY CLAIMED BY SIGNER(S) DINOIVIDUALIS) OCORPORA TE OFFICEAISI mru~ OPARTNER(S) DUMITED DGENERAL OATTORNEY IN FACT DTRUSTEE(SI OGUAADIAN/CONSERV A TOR OOTHER: SIGNER IS REPRESENTING: (Name of Person Is) or Entity!i",s) 1I1111~~~lIIIII.IJ~1I ~IIII \Q{b . . . . PROPOSAL TO THE GENERAL CONTRACTOR RICHMOND AMERICAN HOMES OF CALIFORNIA UNDER PROVISIONS OF SPECIFICATIONS FOR CONSTRUCTION OF CROWNE HILL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER & WATER IMPROVEMENTS From Butterfield Stage Road to 130' East of Peppennint Lane Sta. 12+61.33 to Sta. 34+88.99 CITY OF TEMECULA COUNTY OF RIVERSIDE * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * TO THE MASTER DEVELOPER: The undersigned, as bidder, declares that this proposal is made without collusion with any other person, firm, or corporation, and that the only persons or parties interested as principals are those named herein; and having carefully examined the site of the proposed work and the plans and specifications therefor, proposes and agrees in the event of acceptance hereof to enter into a contract with the General Contractor, to perform said proposed work in accordance with the terms of the aforesaid specifications, and to furnish or provide all materials, labor, tools, equipment, apparatus, and other means necessary to do so, except such thereof as may be othetwise furnished or provided under the terms of said specifications, for the stated prices on the following pages, to wit: G.w t Co\.\ \,trv(hoV\ C:Ov ~C. Name of Firm $ Total Bid Price Note to Bidder: Bidder must sign and complete requested information on page P-3. P-l Crowne Hill Drive. Phase 1 \<(\ . . . Proposal Item (1) The General Contractor shall mathematically extend the unit price amount and estimated quantity for each item and sum all items totals. In case of inconsistency or conflict between the total bid price and the sum derived from the mathematical extension and addition of item totals, the sum derived from the addition shall govern and shall represent the bid. (2) If not provided for in the above, the unit price amounts for each item shall include all indirect costs (i.e., permit fee, business license, mobilization, demobilization, excavation, shoring, special bedding, shading, backfill, construction water, excavation, fine grading, compaction, temporary paving, temporary pavement markings, pavement striping, barricades, warning devices, traffic control, traffic detour, dust control, temporary erosion control, damage repair, maintenance of erosion control, clean up, temporary facilities, portable toilets and job safety as long as the contractor is on the project, coordination, supervision, overhead and profit, etc.), incidental work (i.e., surveying, traffic control, safety devices, construction water, protection of utilities, utility investigation and "pot holes", work necessary for the protection of life and limb, etc.), and other work required by the contract but not listed above. (3) Payment for all work on the above items shall be made subject to verifications in the field of the actual quantity of work performed. (4) Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. All applicable sales taxes, state and/or federal taxes, and other special taxes, patent rights or royalties are included in the price quoted in the proposal. ADDENDUM NO. ACKNOWLEDGMENT \ 1.- } ~ Addendum No. Addendum No. P-2 \,'0 Crowne Hill Drive. Phase 1 . . . Proposal Item Declaration of the Bidder: (1) That, as the Subcontractor for this project, I specifically agree to comply with the applicable provisions of Section 177.5 of the Labor Code relating to employment by Contractor and any subcontractor under me, of journeyman or apprentice or workman, in any apprenticeable craft or trade. (2) That, by my signature hereunder, I certify that I am aware of the provisions of Section 3700 of the Labor code which requires every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work <if this contract. L'iW CCo\'1 )-ttv(;-\I,;~ roc ~( / Nameof~rm n ~lD \) \...v \-'1.) ilAV'~ IG-C' ~JA t> CVCvVVVlv\)'; { (A '1lJJ () Address 3QD] q ~ CJ -S:,ct~ Telephone ~0~ q,~ - '\:'-JO \ Facsimile . _LieS-vII Subcontractor's License Number re of Subcontractor ffiVl'tJ (L. ~~\,tl Prejld 41)- Printed NametTitle Officers of FirmfTitle Officers of FirmfTitle Officers of FirmfTitle -.APJ, C~~. (-\.L <t C-~\ Classification . Officers of FirmfTitle LDtLV6 Co~H\v(;+l">", G,cL~ :Yt \",'t,) a.. LA W~ - ql;-ej L dl1M., \- ]"~ll~ ~. \AlV~ - ~(A-IC+-q"'f R-Cy\qh J - G."v~..ulli ~~lL~+ S~II'''' ~ ~ - ~vvd - :r-~'1h)~ P-3 \l\C\ Crowne Hill Drive. Phase 1 . . . Proposal Item BIDDER'S PROPOSED CONSTRUCTION SCHEDULE: NOTE TO SUBCONTRACTOR: In Accordance with the Bid Documents, the Bidder shall attach his own detailed construction schedule showing the work activities and completion times that the Bidder agrees to adhere to in order to complete the job within the proposed completion time. The proposed construction schedule will show activities on a daily basis. P-4 Crowne Hill Drive, Phase 1 yP . . . Proposal Item BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY. TECHNICAL ABILITY AND EXPERIENCE The bidder is required to state what work of a character similar to that included in the proposed contract he has successfully performed in Riverside County, and to give references which will enable the General Contractor to judge his responsibility, experience, skill, and business standing. Said references shall include the name of the supervisor responsible for the acceptance of the work performed. The bidder submits herewith a statement of work which he has successfully performed of a character similar to that included in the proposed contract. . + {t~. J //, q,,! ellf 0 . I <t.e 1J't.-';Y, t ',107/000 ~ <fn.uJ {YVI f 11.-/9 f ,?qoo 1'vt'l(11 if-' crUl" ~ lfO~I090 o~ 7/['1 Cl~of h,v'",f~'fl ;... f-. '3o~ 1')4>~ SAv-<~ -it '3?I,oovOS c" !-( ot.' fb"" tl1 ~ C <4-wwJ 1 pc>. f..)l ~n VI JIwPf- (w,p, \/i7 P-5 Crowne Hill Drive. Phase 1 ~07 H , -lS'7/ 'i~ 7 1(7)-1,711, 1-fJ\ . . . Proposal Item LIST OF SUBCONTRACTORS: In accordance with Government code Section 4102, the bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half (1/2) of (1 %) percent of the total bid and the portion of the work to be done by such subcontractor. SEGREGATED PART OF WORK: % OFWORK: SUBCONTRACTOR' L WLiQ.~-",---,f(fT~~ ~:;:I!: f:.k:t:i C~ . ~i~~~:~ No' .' 2. i1-,-~~------3,-:iJL Name'.4- D, oj" I ~ Vt---Z- ~~:~:~s' ^ /AVC' p) 1{Y4v-.- {b : . _ License No: 3. ----~------~--!~=-lJ7 _:1._ Name' ~Vc", 14 f Cf~cLJr-c- c J - ",. - 8d.dr~ss:A 07WY ~6--~ jCJ. Phone: 'VAl IYU-- (Yl.J,riJ\J- lJ,9J-u--- /<2 License No: 4. Name' Address: Phone: License No' 5. Name: Address: Phone' License No: 6. Name' Address: Phone' License No: P-6 1,J>'Y Crowne Hill Drive. Phase -1 . . . Proposal Item /' // AFFIDA VIT FOR INDIVIDUAL CONTRACTORS declare s follows: /' That he or she is the party making the foregoing proposal or bid; tbkid is not made in the interest of, or on behalf of, any undisclosed person, partnerylUp, company, association, organization, or corporation; that the bid is genuine and not collu~ve or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to J>l!t in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid or that anyone shall refrain from 9idding; that the bidder has not in any manner, directly or indirectly, sought by agreement, co~unication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit or cost element 0 the bid price, or of that of any other bidder, or ~o secure any advantage against the Owner or anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or ihdirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof,"or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company associates, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare, under pepalty of perjury, that the foregoing is true and correct. / . Dated this (day) of (month), (year) at California Signature of affiant: .. i Note: Nortarizatin of signature required / / / '---.-" P-7 tp"? Crowne Hill Drive, Phase 1 . . . Proposal Item AFFIDA VIT FOR JOINT VENTURE OR COPARTNERSHIP CONTRACTOR That he or she is a member of the joint venture or copartnership firm de . gnated as which is the party making the foregoing proposal or bid; that the bid' not made in the interest of, or on behalf of, any undisclosed person, partnership, compan , association, organization, or corporation; that the bid is genuine and not collusive or sham; at the bidder has not directly or indirectly induced or solicited any other bidder to put in a fal or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with bidder or anyone else to put in a sham bid or that anyone shall refrain from bidding; that the ader has not in any manner, directly or indirectly, sought by agreement, communication, orc nference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overh a, profit or cost element 0 the bid price, or of that of any other bidder, or to secure any advan ge against the Owner or anyone interested in the proposed contract; that all statements containe in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or r bid price or any breakdown thereof, or the contents thereof, or divulged information or data lative thereto, or paid, and will not pay, any fee to any corporation, partnership, company as ciates, organization, bid depository, or to any member or agent thereof to effectuate a collusi'll or sham bid. That he has been and i duly vested with authority to make and sign instruments for the joint venture or copartnershi y Who constitute the 0 r members of the joint venture or copartnership. I dec re, under penalty of perjury, that the foregoing is true and correct. (day) of (month), (year) , California Signature of affiant: Note: Nortarizatin of signature required P-8 'P<- Crowne Hill Drive. Phase 1 . Proposal Item . '\ J . AFFIDA VIT FOR' CORPORA TE CONTRACTOR Jci~J fL. , Lql(;~ declares as follows: J'hat he or S~iS P,-e.1 i J <Zv1 1- Of w.. \y ~ '^ \'l\'\ ,( 7\-1"-;;,,, Co , ;~ ( - a corporation which is the party making the foregoing proposal or bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidde, or any other, bidder, or to fix any overhead, profit or cost element 0 the bid price, or of that of any other bidder, or to secure any advantage against the Owner or anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company associates, organization, bid depositorv. or to anv member or a!!ent thereof to effectuate a collusive or sham bid, ALL-PURPOSE ACKNOWLEDGEMENT State of California County of San Bernardino On ~~A ~ before me, Ben Schonfeld, Notary P~blic, personally appeared James R. Laird, personally known to me to be the person whose name IS subSCrIbed to the wlthm mstrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person or entity upon behalf of which the person acted, executed the instrument Witness my hand and official seal. /JJA41ffi&f \ Ben Schonfeld ~----~-------f ~ BEN SCHONFao _ - Commission # 1167571 i .~ - Notary Pu",1c - Califor)1la ~ j . Son Barno-o;no C"""'Y f MyComm. Exo:res ~oo L XXl2 ----------~-- 1J!>-c . . . Proposal Item To: NOTICE OF EOUAL EMPLOYMENT OPPORTUNITY G)'\Pw~ I h n ()vo - -- p ~~ k.1- Project Number and Title D~~-b~ fn.\f hefy[, ~ hP,~(-5, Teez Vv?J~f Name f Labor U lon, Worker's Representative, etc. Address The undersigned currently holds a contract with the General Contractor. Assessment District Funds or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract and in accordance with Executive Order 11246, the undersigned is obliged not to discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The obligation not to discriminate in employment includes, but is not limited to the following: HIRING, PLACEMENT, UPGRADING, TRANSFER, OR DEMOTION; RECRUITMENT, ADVERTISING, OR SOUCIT ATION FOR EMPLOYMENT: TREATMENT DURING EMPLOYMENT; RATES OF PAYOR OTHER FORMS OF COMPENSATION; SELECTION FOR TRAINING, INCLUDING APPRENTICESHIP; LAYOFF OR TERMINATION; This notice is furnished you pursuant to the provisions of the above contract or subcontract and Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. UllVd G-f\.~trvL:ftp~ Lo-"th(., Name of Subcontract\lr (J _ fl \ C{.i{.VO l--vLU I~~ Ivc\ ~ P A I" r J\~ 0JroAM~ fA. '1117:> Address t Si Address ~ Date and Title r1 I _ 1 Yre J TL- l.A.l Vc-' I ~/~A 7 P-lO Crowne Hill Drive. Phase 1 '11>" . . . 1Y>\ . . 1- 2, 3. 4. 5. . 6. BID SCHEDULE "A" Com lete and Submit with Bid IBID DATE: Tuesday, April 6, 1999 at 2:00 P.M. at the Offices of The Moote Group SUMMARY AMOUNT I. Street Improvements $ II. Storm Drainage $ III. Underground Conduit $ IV. Sanitary Sewer $ V. Water Improvements $ VI. Performance, Labor & Materials Bond $ TOTAL "BID PRICE" .........................................................................$ t.o~,4c>". (,,~ . ADDRESS: {kl. FAX: 1- BY: K TITlE: ST , DATE: CTOR UCENSE NO: . EXPIRATION: ~/11 GENERAl NOTES: UNIT PRICES SHAll. PREVAIL IN All. BID fTEMSlFlHERE IS A DISCREPANCY WITH lHE BID EXTENSION AMOUNT, Prices firm through the duration of the project It is the intent of the Master Dev~lopoer to have a complete contract with the contractor .to limit the amount of extra work on the job. No extra charges for move-ins will be charged to the Master Developer, (unless specifically negotiated with the Master Developer). Prices include the cost of all items necessary to perform the work as set forth in the contract documents and specifications. No allow::Ince will bA madA to subcontractor because of a lack of SlJch examination. Construction Water is by Subcontractor and included in the Schedule of Unit Prices. ~ 1 of 6 Subcontractor: General Contractor: . SUB-TOTAL, STREET I...PROveMENTS..............................................................$C).'-I/: & 8t..~ SlREET IMPROVEMENlS AL TERNAlE: Contrac:tor to include ..,11 p_ jgr lhe IoUowing: 1 . Asphalt Ad~ Add 09d\ld Deduct + 0.05. N:; .. 0.10' Iv::. - O.OS' AC - 0.10' AC J-) ,~~ ,o'ir .11,,0 /SF ISF !SF ISF ~Gnera) ContrActor. 2016 _I_r. TOTAL P.02 ?po.., . BID SCHEDULE "A" lete and Submit with Bid ITEM III) STORM DRAINAGE ESTIMATED UNrT TOTAl NO, DESCRIPl'lCl'l UNrT QUANTITY COST FR:E 1. Furnish, Install and Construct 24' X 1S' Junction Structure. Type No.2, complete with all fittings. EA 1, I 0) .<..D 1) I cD. cD accessories, excavation, bedding and backfill, Per RCFC&WCD JS-227 2, Furnish. Install and Construct 27" X 1S" Junction Structure, Type No, 2, complete with all fittings, EA ) 16J.OJ I. \O),Ou accessories, excavation, bedding and backfill, Per RCFC&WCD JS-227 , 3. Furnish, Install and Construct Catch Basin No. 1 & Local Depression No. 2-8, w=28', complete with all fittings, EA 3 'S q .<::;D.cP \l , '1s <;D.cD accessories. excavation, beddina and backfill. Per RCFC&WCD CS.l00lLD-201 4. Furnish. Install and Construct Catch Basin No. 1 & Local C;G) <;0 ,ED Depression No. 2-8, w=21', complete with all fittings. EA SL1<D.cD accessories. excavation. bedding and backfill. Per RCFC&WCD CB-100/LD-201 5, Furnish, Inslall and Construct Catch Basin #6 & Local Depression No. 3-8, w=28'. complete with all fittings. (Iii <9). (j) lo" <g),cD accessories. excavation, bedding and backfill. Per EA RCFC& WCD CB-102/LD-202 6. Furnish, Install and Construct Catch Basin #6 & Local . Depression No. 3.8, w=24', complete with all fittings, tcq)J.UJ to. SJ),UJ accessories, excavation. beddina and backfill. Per EA RCFC& WCD CB-' 02/LD-202 . 7. Fumish. Install and Construel 27"x18'x24'x3S' Manhole No. 1, wI Cover & Frame, complete with all fittings, accessories, d"9.J:), <JJ d,Sd)..lJ) excavation. bedding and backfill. Per EA RCFC&WCD MH-251 8, Fumish, Install and Construct 27-x27- Manhole No.1, wI Cover & Frame, complete with all fittings, accessories. d~.(j) d -<:;Di). 6) excavation. beddina and backfill. Per EA RCFC&WCD MH-251 9. Furnish, Install and Construct 24-x18-x27- Manhole No.1, wI Cover & Frame, complele with all fittings, accessories, ;.;;l.~.<b 8,'St>>m excavation. beddina and backfill. Per EA RCFC&WCD MH-251 10, Furnish, Install and Construct lS-x18-x24- Manhole No.1, wI Cover & Frame. complete with all fittings, accessories. ;J -<ill.cD d, SUU.<lJ excavation. bedding and backfill. Per EA RCFC&WCD MH-251 , 11- Furnish, Inslall and Construct 36-x36- Manhole No.2, wI Cover & Frame, complete with all fittings, accessories, d./"'9J,W ~ ,'$'U.J'D excavation. beddina and backfill. Per EA RCFC& WCD MH.252 12, Furnish, Install and Construct 36-x36- Manhole No.4, wi Cover & Frame, complele with alllittings, accessories, EA 3()')6. d0 :>. ODo. cb excavation. beddina and backfill. Per - RCFC&WCD MH-2S4 13. Furnish, Install and Construct 18- Standard Concrete Pipe Collar, complete with all fittings. accessories, excavation, EA 2 4so.00 9-00, cJU bedding and backfill, Per RCFC&WCD M.B03 14, Remove Concrele Bulkhead & Join existing 36- RCP, complete 9.1), cD <;00,00 EA . 1)1> General Contractor: 301 S Subcontractor. . BID SCHEDULE "A" lete and Submit with Bid ITEM III) STORM DRAINAGE EsnMATED UNrr TOTAL NO. DESCAJP'Im UNrr QUANTITY COST PR::E 15. Furnish, Install and Construct 36- Temporary Inlet Apron (As EA ), ~q),LD I, ri-><b.<D Per Plan}. comolele 16, Furnish, Install and Construd 18- RCP I Class IV I wI Bedding & . , Backfill. complete with all fittings, accessories, excavation, LF 488 4Sill d-\,qW.LD beddinc and backfill 17. Furnish, Inslall and Construct 24- Rep, 1350-0, wI Bedding & Backfill, complete -with all fittings. accessories, excavation. LF 360 Lj:) . (5J \ '6 I 000, ():) beddina and backfill 18. Furnish. Install and Construct 27- RCPj 1350-0. wI Bedding & Backfill, complete with a1llittings, accessories, excavation, LF 480 LPO .cD d-~, '6tb.():) beddina and backfill 19, Furnish. Install and Construct 36- Rep, 1350-0, wI Bedding & Backfill, complete with all fittings. accessories, excavation, LF tOen ~<;', d- W~ bed,ding and backfill 504 SUB-TOTAL, STORM DRAINAGE.................... ......................... ......................... $ I Co I, logO, cD . ITEM III) UNDERGROUND CONDUrr ESTIMATED UNIT NO, DESCAJP'Im UNIT QUANTITY COST 1. 3' PVC Sleeve. 540. Streel UghlS LF 360 Il);) 2. 4' PVC Sleeve. CL315 LF 528 q . "":b 3. 6- PVC Sleeve, CL315, Irrigation LF 312 q . ""b ,4, 4- PVC Sleeve, CL315, Irrigation LF 624 q."P 5. 4- PVC Sleeve, CL315. Irrigalion Electric LF 384 q . --:;b TOTAL PR::E d., "S dO ,cD 601(0,0'0 d,GjI.,\.f,()J '5 ,q ~ ,cJ::) ~ lo41;',(jJ SUB-TOTAL, UNDERGROUND CONDUIT ........................................................... $ ;::lU OJ 1o,()U , . -z,v.. General Contractor: 4 of 6. Subcontractor. . . . BID SCHEDULE "A" tete and Submit with Bid ITEM IV} SANITARY SEWER ESTIMAIED UNIT TOTAL NO, llESO'IIPllCX'J UNfT OUANTITY COST FfCE 1. Furnish and Install 8- Sanitary Sewer. vep, Sewer Pipe. complete with all fittings, accessories, excavation, bedding ~~.ci) C; , l1)O,{):) and backfill. Per LF 14B EMWD 58-157, 15B, 159 2. 8- Sanitary Sewer, vep I PVC, Sewer Pipe, complele with all fittings, accessories, excavation, bedding and backfill, Per ~l..c:p lo I, It 0, cD LF 1.940 EMWD 58-157, 15B. lS9 3, Furnish and Install 8- Standard Manhole, wI Cover & Frame. complete with all fittings, accessories. excavation. bedding \C1SO.()) ) J , ttS 6O,ub ~nd backfill. Per EA 9 . EMWD 58-53. 56. SB. 61 4. Furnish and Install B' 5tandard Temporary End Plug. complete LJ).Q.J d-. ':P. c.b In Dlace. as Def plan; EA 6 5. Pull Temporary Plug .&-Join Existing 8- PVC, complete as per , G<;.LD \ 10<;.00 olan EA SUB-TOTAL, SANITARY SEWER....................................................................... $ "'l5Lt, d-.'S':;.OJ 1).y General Contractor: 5 of 6 Subcontractor. . BID SCHEDULE "A" Com lete end Submit with Bid ITEM V) WATER IMPROVEMENTS ESTIMATED UNIT TOTAL NO, DE5CAlPllCN UNIT QUANTITY COST PR::E 1- Furnish and Install 12"Water Main, PVC, Cl20Q, C-900, Water Pipe, complete with all fittings. accessories. excavalion 3,,-90 '6 ~d-~'CD beddina (if reauired) and backfill. Per LF 222 , ACWD AW-22. 25 2. Furnish and 1051a1l12" Water Main, PVC, CL150. G-90Q, Water Pipe. complete with all fittings. accessories. excavation ~S.c.D ,I,L::f).W beddina (if reouired) and backfill. Per LF 2.050 ACWD AW-22. 25 3. Furnish and Install 8" Water Main, PVC, CL150. C-900. Water Pipe. complete with all fittings, accessories. excavation ~.0:) 't5 ,LfCl 0 . cD beddina (if reQuired) and backfill. Per LF 283 ACWD AW-22. 25 4, Furnish and Install 2" Copper Residential Wale', Service lateral, complele with all fittings. accessories. excavation bedding (if 1 c:D0. (j) 3CU0.GD reauired) and backfill. Per EA 3 ACWD AW-l. lA. 14 5, Furnish and In5ta1l12" Wedge yalve, wI Valve Can & Cap, complete with all fittings, accessories. excavation bedding (if Jd.-4J.cD \ 0, 0:)). Ou reQuired) and backfill, Per EA 8 ACWD AW-28. 30. 31 8, Furnish and Install S" Wedge Valve, wI Valve Can & Cap, complete with all fittings, accessories, excavation bedding (if 1.0ooW lJ6i::DoO . reauired) and backfill, Per EA 8 RCWO RW-26, 30, 31 7, Furnish and Install S" Fire Hydrant Assembly, and PVC Water Pipe, complete with all filtings. accessories, excavation ~c.mill \~jC5J).cb beddino (if reauired) and backfill, Per EA 5 ACWD RW-l. lA. 8. 22. 28. 30. 31 & Aiv Co Sid No, 400 8, Fumish and InstaJl1" PJr Vacuum & PJr Release Assembly, complete with all fittings, accessories, excavation bedding (if dQ00-- d.:J \ d) Q::JO .6:) reQuired) and backfill, Per EA 6 ACWD AW-l. lA, 9 9, Fumish and Install S" End Cap, Per RCWe RW~24 &26, \\.0-<; .OJ \,\ "'S-<; ,CD comolete EA 7 10. Pull S" End Cap & Join Existing, complete as per plan ~d-"S ,CO ~d---S;;'W EA . SUB-TOTAL, WATER IMPROVEMENTS ..1.......................................................... $ 13\0, b~.(jj 1).'7 General Contractor: 6 of 6 Subcontractor. . PREMIUM - NIL nond Xo.n5,6,9.~.o............uu Fidelity and Deposit Company HOME OFFICE OF MARYLAND BALT/MORE, MD. 2/203 - RECEIVED. I APR 0 3 1999 LAIRD caNST. CO., IMe Thatwe,u......,1A);M...9.Qtf.~.'f~!!~.g!J.~.,.9.Q,:L,!~~.:."...........m......m".....'..,."",."..",..".."",....,...,...,..,'...mm..m'.....m.. BID BOND KNOW ALL MEN BY THESE PRESENTS: .4..........................................................................................nu.....................nu......................nn.uu.._u..................................... m.....m....mm....m'mmm...m....m'......,.......................mm..m.' as Principal, (hereinafter called the "Principal"), and the FIDELITY AXD DEPOSIT COMPANY OF MARYLAND, of Baltimore, Maryland, a corporation duly organized under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety"), are held and firmly bound unto.......m.ln9!ill'O~P....@~.Inf~..!!.Q~!'.~..mm....m...mm.....mm..........m..'...........um..........mm..'..,.......................mmm. .....................................n...............nu........nunn................u.....n..............n.......................................................___...........n........ ...mm....m....L..,.......,...,..,.............mm'...."..'.mm...:..,.,m,m,m,..............,.,as Obligee, (hereinafter called the "Obligee"), in the sum of.......'!.~~...?:f.:.~~~~.'!:.5!.~..~~~!...~~!?,.....'...m"'.'..,...m,m"........,..""....m..,Dollars ($,.~~~..,',...............), . for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, fointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid fOL,QRQrm:;;..I!);];.,kP.,~JY.!h...~~,~'~.J.L.mm......'.m........... CITY OF TEMECULA ...........................n...............nn............................................u.............................................................................._n................... . ......m....mm.....hhhm..' .................n..........................................................................................nuu..h..nu................................nu..uu........................... I . ALL-PURPOSE ACKNOWLEDGEMENT State of California County of San Bernardino On ~~ -1 C, before me, Ben Schonfeld, Notary Public, personally appeared James R, Laird, personally known to me to be the person whose name is subscn~ed to the wlthm Instrument and acknowledged to me that he executed the same in his authorized capacity, and that by hIs sIgnature on the instrument the person or entity upon behalf of which the person acted, executed the mstrument, Witness my hand and official seaL ~)MffltP \ Ben Schonfeld BEN SCHONFElD ~. ' commission # 116757'. t -. Notory Publ1c - ConfOfT'lO _ i .,. Son BefflO'dioo count,' MY comm. ExP"" Feo 1. ';!)Y.i. 1).6... . . . CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF ORANGE On 04-02-99 before me, LEXIE SHERWOOD - NOTARY PUBLIC personally appeared DAVID L, CULBERTSON personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person or the entity upon behalf of which the person acted, executed the instrument. Lexie Sherwood s: Comm. #1148920 f.\ OrARY PUBLIC ' CAlIFORNI~ ORANGE COUNT'f \I Comm, Exp. July 27 2001 .. OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. DESCRIPTION OF ATTACHED DOCUMENT BID BOND TITLE OR 'J!Y1?E OF DOCrlMEN'l! NlJHBER OF PAGES 1 04-02-99 DATE OF DOCUMEN'l! CAPACITY CLAIMED BY SIGNER o INDIVIDUAL o CORPORATE OFFICER TITLE(S) o PARTNER (S) o OTHER: [8J ATTORNEY-IN-FACT 0 TRUSTEE (S) SIGNER IS REPRESENTING: FIDELITY AND DEPOSIT COMPANY OF MARYLAND NAME OF PERSON(S) OR ENTITY(S) vi . Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OfFICE. BALTIMORE. Me KNOW ALL MEN By THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by C. M. PECOT JR. ,Vice-President, and C. W. ROBBINS ; , Assistant Secretary, in purswmce of authority granted by Article VI, Section 2, of the By-Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in rce and eH n the date hereof, does hereby nominate, constitute and appoint David L. Culbertson of Anah Calif . . . . . . . . . . . . . . . . . . . . . . . . e execution of such bonds or undertakings in p ce of th ts, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if th~y duly ~t< and acknowledged by the regularly elected officers of the Company at its office in Baltimore, Md., in . wn pro~l!?'"'ns.This power of attorney revokes that issued on behalf of DaVid~' C tson, ~",-"d, February 13, 1981. T!'e said Assistant Secretary ~oes bereby . !hat th~ set forth on the rev.erse side hereof is a lzue copy of Article VI, Section 2, of the By-Laws of llll1d Com d IS now . ' IN WITNESS WHEREOF, the said Vi ident and t Secretary have hereunto anbacribed their names and affixed the Corporate Seal of the said FIDELITY DEPOST~ANY OF MARYLAND,tM. 15th day of August , A.D. 1990 <0~~'~ , ~ FIDEUTY ~EPosIT COMPANY OF MARYLAND uJ ATTFSf: ~j ~~' 11 '-..'"' C~ ~ By ~ ~ ....bsi5taJJt tary Vice-PruideZJt . STATE OF MARYLAND ern OF BALTIMORE ! ss: On this 15th day of August , A.D. 1990 ,before the aubacriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above-named Vice-President and Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding inatrwnent, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument hy the anthority and direction of the said Corporation. IN TEsTIMONY WHEREOF, I have hereunto set my hand and affIXed my Official Seal, at the City of Baltimore, the day and year first above written. ~ :;.- . Notary Public Commissi I. 1 992 CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and eHect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice- Presidents specialIy authorized by the Board of Directors to appoint any Attorney,in"Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing uwn a certified copy of any power of attomey issued by the Company ~ shall be valid and binding upon the Company with the same force and eHect as though manually affixed." IN TESTIMONY WHEREOF, I have hereuntoanbacribed my name and affixed the corporate seal of the said Company, this 2ND day of APRIL , 19-29. 012-4150 &~Q ~ O~ Assistant Secretary -z;r.. . . MAR-31-1999 14:57 THE MOOTE GffiUP PROJECT NAME: . CROWNE HILL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER. W A'fBR IMl"ROVBMENTS And STREET IMPRPOVBMBNTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P,M, NOTICE TO BIDDERS: It is intended thai aD work affected by the following provisions shan confOlTn to the ortglnal Specllleatlol18, elated March 10, 1999 and be Incorporated as a pan of the contract documents. 1. Schedule "A": a. Replace original bid sheet 2 of S with revised bid sheet 2 of 6, dated 3f2S199, Addendum No, 1 (allached). Revised Asphalt Alternate to read: +0.05' + 0.10' -0.05' -0.10' 2. Construction Schedule E.l: a. Time for Completion: b. Construction Start: Forty-Three (43) Working Days On or about April 27, 1999 c. COll$truction COmpellion: June 25, 1999 3. Flnec:ial Provisions - Paall 1)..11: a. Fine Grading and Disposill of Excess Matelial: Aller Completion of installation by the Subcontractor, the Subcontractor shall regrade !he proJect area to :!:llJ!!: and restore any and aIf damage done by SuboOnlraotllT III existing improvements at no additional cost to file Contractor. Export 01 trench speD, If requilecl, is included in !he unit price:;_ BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite fiT Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 75f-4552 Date: March 26.1999 Pages To: #:#'~~ zA. From: Fax: Fax: Tel: Tel: 2 Mariorie Knitter THE MOOTE GROUP (714) 751-4552 (714\ 751-5557 386-005 I of 2 ]llIlUlU}' '1:1. 1999 TOTAL P.Oll <Z- \\ . . ~7 . APR-01-1999 15:43 THE MOOTE GROUP 7147514552 P.01/02 i/....';O:"'~;:J.<: ~.' '- "i' "-1 ..'...j " ' ,.c. ADDENDUM NO. 2 -1l(f'~ To the Drawings, Specifications and Contract OOC~~.p. ~~A '(J(J / ..., CROWNE HILL DRIVE. PHASE J ~ &. " STORMDRAlNAGB, SANITARY SEWER, WATERIMPRO~ -~ And STREEIT IMPRPOVEMEN'I'S . ". .I.: . ~ Tuesday, April 6, 1999 @ 2:00 P.M, ADDENDUM NO.2: PROJECT NAME: BID DATE: NOTICE TO BlDOERS: It is intended IIlat aD work affected by lI1elollowing proVisions shall conform to tne onglnal specifications, dated Maroh 10, 1999 and be Incolporaled as a part of Ine contract documents. 1, Schedule "A"' a. Replace Addendum No.1 bid snael2 of 6 with rll'lisad bid sheet 2 of 6, dated 4/1/99. Addendum No.2 (attached). . Add: 119m 21. lIem22, Item 9. Item 11. Item 16. & 17. construct Cross Gutter and Spandrel per Riv Co Std 209 & 210 ConslrUcl Transition CUrb & Gutter, 6' CF & 8" CF Prime Coallihaf/ be per Green Book Standard Specifications, page 391, Sec. 302-5.3 Brow Ditch shall be constructed "By Olhers" Dirt Bali111(lEl shall be from +J- 0.05' Revise: 2. Construction Notes: a Suitable Excess Material generated by lt1e Grading or Underground Activ~ies may be placed on site as directed by Owner. . 3. Bid Bond: a. The Bid Bond shall be made to Richmond American Homes. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Sulte 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 ..~ OROUPI Date: Aoril1 1999 ~};f}fl7!!; ~ - Pages From: 2 To: Marjorie Knitter THE MOOTE GROUP (7141751-4552 (7141 751-5657 Fax: Ter: Fax: Tel: 420-001 1 of 2 April I, 1999 Iii, . . . r' .APR-05-1999 1~j:01 THE MOOTE C,f;lJUP 7147514552 " P. 131/132 "...... '...."'.U:;.;"-.. ""'.-!t. \ if. ,..~, '.' /. ~-9' \),f~ ""Y% ~" l'O.f! ~ To the Drawings, Specifications and Contract Documents (1'1 l'o '0;' ~l.' ADDE-.NDUM NO. 3 ADDENDUM NO.3: PROJECT NAME: . CROWNE HILL DRIVE . PHASE I STORM DRAINAGE, SANITARY SEWER. WATER IMPROVEMENTS And STREET IMPRPOVEMBNTS ' BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDEAS: Ills intended that all work affected by the following provisions shall conform to lh e original spelliflcations. dated March 10, 1999 and be incorporated as a part of the contract documents. 1. Sohedule 'A"~ a Replace Addendum No.2 bid sheet 2 of 6 with rovlsed bid sheet 2 of 6, dated 4/5199, Addendum No.3 (attached). Revise: Item 5. Sidewalk shall be "By OthelS" and not a part of this contrllCl. 2. Bid Bond' Item 8. Fog Seal revised to read "Soil Seal" as per plan. 3. a. ,.he bid bond may be submitted on ycur bonding company form, ralher than the one included with the bid documents. Constructinn Notes:. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P,M. a, Base is not required under the curb & guner, THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 Date: To: Fax: Tel; 420-001 April 5. 1999 ~~~~. Pages From: 2 Fax: Tel: Marjorie Knitter THE MOOlE GROUP (714) 751.4552 (714) 751-5557 1 of 2 April 5. 1999 "Z^l\ . . . APR-05-1999 16:59 Tl-IE MOOTE GROUP 7147514552 p,01/01 ADDENDUM NO.4; - I?ECE'/fEO a ........u..... ... ~In A /lpn. 5 - AU"'~I''''''Y'''' ........ ... If I99!J _ .. ~ . ,.. .0." .-l"" '" M n L.41~Q1 10 lne urawlilgs, oi;tpaCiliCa.\;On~ an~ -'cn....a..... _OCllffi_..__ NSr c O'.INC PAOJ",CT NAME: CROWr,~ HILL DIL.'"'\1E .. PH.ASE ! STORM DRAINAGE, SM'lTARY SEWER. WATER IMPROVEMENTS AIId STREET IMPRPOVEMENTS 610 DATE: Tuesday, April 6. 1999 @ 2:00 P,M. NOTICE TO BIDDERS: It is intended that all work affected by the following proviliions chal conform tc the original specifications. dated March 10. 1999 and be incorporated as a part of the contract documents. 1. Schodule ON: a. It is the intent ot the OWner to provide a balallCed site. The owner shall undercut the street right-ot-way 10 allow for the Contractor to use his Il'encn spollto balance the street subgrade to within +/- 0.10'. Revise: Item 16 & 17. Revisei:lto read mil Balance -"a1!eruhlilieS" hem 8, Revised to read - "FogSeal" as per plan. ~ BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOrE GROUP 1528 Brookhollow Drive. Suite 57 Santa Ana, CA 92705 Tel: (714) 751.5557 Fax: (714) 751-4552 MOO'TE QROUP Date: April 5. 1999 4J;I~~ Pages 1 To: From: Marjorie Knitter THE MOOTE GROUP (714) 751-4552 (7141 751-5557 Fax: Tel: Fax: Tel: 42Cl-OOl 1 of 2 April 5. t 999 TOTAl P.01 'i/,-fI) . . . LAIRD CONSTRUCTION CO., INC. 9460 LUCAS RANCH ROAD. RANCHO CUCAMONGA, CA 91730-5797 (909) 989-5595 General Engineering Contractor FAX (909) 944-9301 AZ CONTRACTOR LIe. NO. 34743 CA CONTRACTOR lie. NO. 165211 NV CONTRACTOR lie. NO. 36652 CERTIFICATE I, Jerald B. Laird, declare that I am the Secretary of Laird Construction Co" Inc., a California Corporation; that the attached is a true and accurate copy of a resolution of the Board 'of Directors of Laird Construction Co" Inc. duly adopted at a special meeting held on February 22, 1989; that said resolution has not been rescinded or amended and is now in full force and effect. IN WTNESS WHEREOF, I have executed this Certificate and affixed the Corporate Seal this f.R day of --1,'" L I , 1~-i. .' C;WLo"'~,_ J eral B. LaIrd ~ . . . MINUTES OF THE HEETING OF THE BOARD OF DIRECTORS OF LAIRD CONSTRUCTION CO,. INC, A special meeting of the Board of Directors of Laird Construction Co., Inc., a California Corporation was held at the company office on the 22nd day of February, 1989. Present: James R. Laird, Jerald B. Laird, Ralph J, Laird, and Sarah B. Laird Absent: None BE 'IT RESOLVED, that James R, Laird-President, Jerald B. Laird-Secretary, Ralph J. Laird-Vic~ President, or Sarah B, Laird-Treasurer are authorized from and after this, date to sign the name of this corporation to all papers necessary to transact business. I further certify that said resolution is still i~ full force and effect and has' not been amended or revoked, and that the'spec.imen signatures appearing below are the signatures of the officers authorized to sign for this operation by virtue of this resolution. ' IN \lITNESS IIIlEREOF, I have, hereunder set my hand as such Secretary and affixed the corporate seal of said corporation this 22nd day of February, 1989. /} (.~",~4'A [James R.Laird ~' , -/// / ~ V1 b. Sarah B. Laird cJ$;~A/ 7,..,y . . . GRIFFITH COMPANY PROPOSAL TO THE GENERAL CONTRACTOR RICHMOND AMERICAN HOMES OF CALIFORNIA UNDER PROVISIONS OF SPECIFICATIONS FOR CONSTRUCTION OF CROWNE HILL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER & WATER IMPROVEMENTS From Butterfield Stage Road to 130' East of Peppermint Lane Sta. 12+61.33 to Sta. 34+88.99 CITY OF TEMECULA COUNTY OF RIVERSIDE * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * TO THE MASTER DEVELOPER: The undersigned, aii. bidder, declares that this proposal is made without collusion with any other person, firm, or corporation, and that the only persons or parties interested as principals are those named herein; and having carefully examined the site of the proposed work and the plans and specifications therefor, proposes and agrees in the event of acceptance hereof to enter into a contract with the General Contractor, to perform said proposed work in accordance with the terms of the aforesaid specifications, and to furnish or provide all materials, labor, tools, equipment, apparatus, and other means necessary to do so, except such thereof as may be otherwise furnished or provided under the terms of said specifications, for the stated prices on the following pages, to wit: r.RTFFTTH C.OMPANY Name of Firm $ Total Bid Price Note to Bidder: Bidder must sign and complete requested informa~on on page P-3. P-l ,;z.."O Crowoe Hill Drive. Phase 1 " GRIFFITH COMPANY . Proposal Item (1) The General Contractor shall mathematically extend the unit price amount and estimated quantity for each item and sum all items totals. In case of inconsistency or conflict between the total bid price and the sum derived from the mathematical extension and addition of item totals, the sum derived from the addition shall govern and shall represent the bid. (2) If not provided for in the above, the unit price amounts for each item shall include all indirect costs (i.e., permit fee, business license, mobilization, demobilization, excavation, shoring, special bedding, shading, backfill, construction water, excavation, fine grading, compaction, temporary paving, temporary pavement markings, pavement striping, barricades, warning devices, traffic control, traffic detour, dust control, temporary erosion control,' damage repair, maintenance of erosion control, clean up, temporary facilities, portable toilets and job safety as long as the contractor is on the project, coordination, supervision, overhead and profit, etc.), incidental work (i.e., surveying, traffic control, safety devices, construction water, protection of utilities, utility investigation and "pot holes", work necessary for the protection of life and limb, etc.), and other work required by the contract but not listed above.' ' (3) Payment for all work on the above items shall be made subject to verifications in the field of the actual quantity of work performed. . (4) All applicable sales taxes, state and/or federal taxes, and other special taxes, patent rights or royalties are included in the price quoted in the proposal. ADDENDUM NO. ACKNOWLEDGMENT Addendum No. 1 Date MARCH 26, 1999 Addendum No. 2 Date APRIL 1. 1999 Addendum No. 3 Date APRIL 5, 1999 Addendum No. 4 Date APRIL 5 , 1999 Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. . Date . P-2 Crowne Hill Drive. Phase 1 2:z..b... . . . GRIFFITH COMPANY Proposal Item Declaration of the Bidder: (1) That, as the Subcontractor for this project, I specifically agree to comply with the applicable provisions of Section 177.5 of the Labor Code relating to employment by Contractor and any subcontractor under me, of journeyman or apprentice or workman, in any apprenticeable craft or trade. (2) That, by my signature hereunder, I certify that I am aware of the provisions of Section 3700 of the Labor code which requires every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. r.RTFFTTIi COMPANY Name of Firm rR;'(1fM/~ Signature of Subcontractor 7070 S YAT,F, ST. Address THOMAS L. FOSS. VICE PRES./DIST.MGR Printed NamefTitle 714 'i4Q-nQl Telephone " SEE ATTACHED OFFICERS LIST" Officers of FirmfTi tle 714-'i4Q 4011 Facsimile Officers of FirmfTitle 12168 Subcontractor's License Number Officers of FirmfTitle HAZE CI2 A C-8 Classification Officers of FirmfTitle P-3 '),~ Crowne Hill Drive, Phase 1 . 9 GRIFFITH COMPANY GRIFFITH COMPANY Griffith Company Officers Name Title Address City Zip James D. Waltze PresidentlC.E, O. 1853 Kinglet Ct, Costa Mesa 92626 Robert p, Molko Y.P. Treas, C.F.O. 16795 Silverstar Ct Riverside 92506 Russell S. Grigg y.p, Dist, Mgr. 605 N. El Rio Bakersfield 93309 Thomas L Foss y.P. Dist, Mgr, 314 Robinhood Ln, Costa Mesa 92627 . Daniel L Muns V,P. Division Mgr. 3800 Forest Glen Y orba Linda 92686 Darryl W, Rutledge y.P. Dist Mgr. 430 Arapaho PI. Placentia 92670 Robert S. Dennis V.P, Division ~gr, 4416 Ave,De Las Flores Y orba Linda 92686 William E Barnes SecJController 9321 Gainford Downey 90240 Bailey L Abbott Chief Estimator 2500 Renegrade Ave, Bakersfield 93306 Gary A. Ryles Assistant Secretary 3024 Wood Lane Bakersfield 93304 ,+ . -- -z-Vo Contractors License Nu 032168 Corporate Office P.O. Box 2150 12200 Bloomfield Ave $;mta Fe Srrings. CA 90670-0150 (562) 929-1128 Fa.'\: (562) 929.7116 Bakersfield District P_o. 80.' 70157 189850_ Ur.ion Ave. 8"kersfield, CA 93387-0157 (805) S31.7331 Fa, /S05) 831-0113 Los Angeles Disrrict P,O. Box 2150 12200 Bloomiidd Ave:. Santa F:: St:'ring~. CA 90670.0150 (562) 929-1128 Fa-, (562) 864-8970 Orange County Disrrict 1020 Yale $rreet SJ.n13 Ana. CA 92704-397.1 p14) 5-19-2291 Fa.... (7]..1) 5-l9-W33 f~ ~WS "IWll\l.'- . . . RELIANCE INSURANCE CO:M:FA~~'TH COMPANY HOME OFFICE. PHILADELPHIA. PENNSYLVANIA BID BOND APPROVED BY THE AMERICAN INSTITUTE OF ARCHITECTS A.LA. DOCUMENT NO, A-310 (FEB. 1970 ED,) , Bond No. N/A KNOW ALL MEN BY THESE PRESENTS, THAT WE GRIFFITH COMPANY as Principal, hereinafter called the Principal, and the RELIANCE INSURANCE COMPANY of Philadelphia, Pennsylvania, acarporatian duly .organized under the laws .of the State of Pennsylvania, as Surety, hereinaf- ter called the Surety, are held and firmly bound unto RICHMOND AMERICAN HOMES OF CALIFORNIA as Obligee, hereinafter called the Obligee, in the sum of TEN PERCENT (10%) OF THE , TOTAL AMOUNT BID - - - - - . Dollars ($ ---10%--- ), for the payment .of which sum well and truly to be, made, the said Principal and the said Surety, bind our- selves, .our heirs, executars, administratars, successars and assigns, jaintly and severally, firmly by these presents, WHEREAS, the Principal has submitted a bid far CROWNE HILL DRIVE, PHASE I CITY OF TEMECULA, CA NOW THEREFORE, if the Obligee shall accept the bid .of the Principal and the Principal shall enter into a , Contract with the Obligee in accardance with the terms .of such bid, and give such band or bands as may be specified in the bidding or Contract Documents with good and sufficient surety forthe faithful performance .of such Contract and far the prampt payment .of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bands, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obiigee may in gaad faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and vaid, otherwise to remain in full force and effect. Signed and sealed this BID DATE: APRIL 6, 1999 1st dayof APRIL A.D.19 99 (Wilness) (Seal) COMPANY (Principal) (title) VICE PRES. IDIST .MGR RELIANCE INSURANCE COMPANY ~,.0-t -z.,1 ~. BDR-2305 Ed.10-73 SWAN LEE, ATTORNEY-IN-FACT . . . GRIFFITH COMPANY CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Francisco oii Aprill, 1999 . . .... befo,re me, Janet .".' '.' '.'.".. ' ......,.. .',".'.-'.'.'." ....,.. . ,. --, personally appeared .-,....,','..'..,-.'-"-,-,-,, ...." .......,-... ...-,........,.-.',.,.'.'.....',. . .-,-.,..,...,....... . . :'-":',', . . ,.,-.-.... ',',',,", '-' ..-.'.'- ,-,'.:.:.:.,...,.:-,....-.. ..'-, *.... * * *:*.* * * * *Swan Lee * * * * * "..,"---- ..... ',- '- .... .--.--.... I ~personally known to me -OR- ) .- ._ ... __ .... ..... .AI. __ - ...... ..... .... .... ( .':~~:~. JANET C. Raja o~.~ I ~ CCMfli.#1150661 ""0 0''': . NOT I,RY F'v8i1CCr.tIFOflNIA g 0.. SAN fPNKISCO COUNTY ~ J ~ ,(I~ My CO\;lm Expires Aug. 18, 2001 l ~__....,. ..._1;1-__ :;;"V-'Q__...... o proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that . by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument aw;t {I ~ ~ THE FACE OF THIS DOCUMENT HAS A COLORED BACKGROUND ON WHITE PAPER RELIANCE SURETY COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE INSURANCE COMPANy''''l" RELIANCE NATIONAL INDEMNITY COMPANY ADMINISTRATIVE OFFICE. PHILADELPHIA. PENNSYLVANIA POWER OF ATTORNEY GRIFFITH COMPANY,> KNOW ALL MEN BY THESE PRESENTS. that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Delaware,.,,.__ and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY. are corporations duly organized under the la\ys oftho~C;(, CommonweaUh of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the Staie'cif ;, Wisconsin (herein collectively called "the Companies") and that the Companies by virtue of signature and seals do hereby make, constitute'ant!~~inr.;,:'~~ Jack M. Woodruff, Susan Gannuscio, Donna M. Gergurich, Scott Whiteside, Terry J. Maughan, Cynthia L. Lewis. Tho_mas J. Gallagher, Janet C:;,.;--' Rajo, Joyce Lee Kinney, Swan Lee, of San Francisco, California their true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver for and on their behalf, and as their act and deed any and all bonds and undertakings of 5ure;tyshlp and 19 bind the Companies thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the- nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of such officers, and hereby ratifies and confinns all that their said Attomey(s)-in-Fact may do in pursuance hereof. This Power of AIIomey is granted under and by the authority of Article VII of the By-Laws of RELIANCE SURETY COMPANY. RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY. and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in full force and effect, reading as follows: ARTICLE VlI- EXECUTION OF BONOS AND UNDERTAKINGS ~: :',;~:;~;~ , ~ ~ .' - ,1' I. TbeBoard ofDim:ton.lbe President. lbe Chainnan of the Board, any Senior Vice President, any Vice Presidenlor Assisranl Vice Presiden! or other officer designated by !be Board oft)~sknbve" ~:~E: poweT and authority 10 (1) appoint AtIOfIJey(J}-in-Fact and 10 authorize them to execute on behalf of !be Company, bonds and undenakings. recognizances, conlfaCtS of indemnity and od1er writings obligatory ialbc mnue_ :.;.;' ~f, aDd (b) 10 retnO'Ye any such Anornq(s)-in-Faa at any time and revoke tile ~ and authority Siven 10 them. - -'--~' . Z. Anomey(s)-in-Fad shall bavtl power and aurhorilY, subject to the Iefms and limitations oftbe Power of Attorucy isslIc:d to them. 10 eucwe and deliver on behalf of the Company. ooids and UDdertakin&s. RCOgnidnces, comractS of indemnity and ocher writings obligalOJ}' in the nature thereof. The: COI'pOI'll!e seal is IJO( IlI:a:SSUy fur the validity of any bonds and undefla1:ings n:cognizances, conlfacls of indenmily aad Olbu writings,obligatof}'io thelW\lle thereof. 3. AlIOrney{s)-in-Fad shall have power and authority ID execut!:: affidavits required to be, attached to bonds, ftlXIgni2ances, contracts of indemnity or ntber condilional Of obligatoI)' undertakillis and Ibey sball. also have power and autbority to cenify the financial swemcnt of Ihe Company and to copies of the By-Laws of lhe Company or any article or secliou thereof. This Power of AlIOI1ley is siJned and sealed by facsimile undu and by authority of the following resolution adopIed by the Executive and Finance: Commiuees of the Boards of Directors of Reliance Insurance Company, United PacifIC Insurance Company and Reliance National. Indemnity Company by Unanimous Consellt dated as of Febnaary Z8. 1994 and by the Executivtl and Financial CommitlCC of tbe Board of Oiretton of RdiaDc::e SUl'Cty Company by Unanimous Consent dall:d as of March 31, 1994. -. ~--;- "Resolved thu the signatures of such direclOfS and offICers and the seal of the Company may be affixed 10 any such Power of AltIlfney or any ceniflCaleS relating Ihereto by l'ac:simile. and any sucl'-:' Power of Auorney or ceniflC'alC bearing such facsimile ,ipatufeS or facsimile seal shall be valid and bindingllpOll the Company and any such Power so executed and certified by facsimile siSllat\n:5 - and facsimilelell shall be valid and bindinli: upon tbc Company, in the future with respecr to anybord or UDdenaking 10 which it is attached.- . - IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affIXed, this September 2, 1998,_ RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY. UNITED PACIFIC INSURANCE COMPANY ~ElIANCE NATIONAL INDEMNITY COMPANY STATE OF Washington COUNTY OF King } lss, 711 tZA/ t/, ~I" On this. September 2, 1998. before me. Laura L Wadsworth. personally appeared Mark W. Alsup. who acknowledged himself to be the Vice President of the Reliance Surety Company, Reliance Insurance Company, United Pacific Insurance Company, and Reliance National Indemnity Company and that as such, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing the name of the corporation by himself as its duly authorized officer. .~,_,,-,,<>, ~_ ~J~+1~"i':>~<. Notary Public in and for the State of Washington - . ",- Residing at Puyallup . , l;' ~ - :.J.:_~~,~J'-j I. Robyn Layng. Assistant Secretary of RELIANCE SURETY COMPANY. RELIANCE INSURANCE COMPANY. UNITED PACIFIC INSURANCE CoMp. ANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power of. , ' Attorney executed' by said Companies, which is still in full force and effect. ...., WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this ~ day of APRIL year of ~99 :; /i2~ o~/lf:!f;~ - -, ~;-':_-~:': ",5"') In witness whereof, I hereunto set my hand and official seal. THE BACK OF THIS DOCUMENT CONTAINS AN ARTIFICIAL WATERMARK - HOLD AT AN ANGLE TO VIEW -- il ii ]1 ;1 State of County of CALIFORNIA ORANGE On APRIL 5 , 1999 IDATEI before me, DENISE DENAPOLI , (NAME/TITlE OF OFfICER.i....JANE DOE, NOTARY PUBLIC-' ! " personally appeared THOMAS L. FOSS (NAMEIS! OF SIGNEAISll i il II II I I i proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her(their authorized capacity(ies), and that by his/her(their signature(s) on the instrument the person(s}, or the entity upon behalf of which the person(s) acted, executed the instrument. 1.- DENlSF.llENAPClU f ' D eow.'t178741! Witness my hand and official seal. ::t NolaJy NlIc . CIIIIamIa a ' 3: ORANGECOUNTY.. , _ My Ccmm. ElqnoN'IIILs,2l1021 ~ . (SEAL! . '~. . I ) ~-P/l/L<-J _. ~aLJcJCL. (SIGNATURE OF NOT~RYl rn personally known to me -OR- 0 'I II i II i , II II I i i ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAl. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE TrtJe or Type df Document BID BOND MUST BE ATTACHED TO THE DOCUMENT Number of Pages 3 Date of Document APRIL 1. 199q DeSCRIBED AT RIGHT: i i I I , , ! i r Signer(sl Othar Than Named Above WOlCOTTS FORM 63240 R..._ 3-94 (price ela$ 8.2AI <01994 WOLCOTTS FORMS, INC. ALl PURPOSE ACKNOWlEDGMENT WITH SIGNER CAPACITYIREPRESENTATlONIT'vVO FINGERPRINTS GRIFFITH COMPANY RIGHT THUMBPRINT (Option_II ~ . ; , ~l Q L ~ CAPACITY CLAIMED BY SIGNERIS) OINDIVIDUAlIS) XlCORPORATE V. P. (DIST. MG OFFICERIS) (TlTl..ESJ OPARTNERfS) DUMITED OGENERAl OATTOANEY IN FACT DTRUSTEE(S) OGUARDIAN/CONSERVA TOR OOTHER: SIGNER IS REPRESENTING: (Name of Porsonll) or Entity(iell GRIFFITH COMPANY RIGHT THUMBPRINT (Optional) . ffi . ~ iE " Q L ~ CAPACITY CLAIMED BY SIGNERIS) OINOIV10UAlIS) OCORPORA TE OFFICERtSI !TITLES) OPARTNERISI' OUMITED OGENEAAL OATTORNEY IN FACT DTAUSTEEISI OGUAROIAN/C;:ONSERVA TOR DalliER: SIGNER IS REPRESENTING: {Name of Personls) or Entity!iell ~o/J ~ "'~~~~~llIJlllm ~ 8 . . . Proposal Item GRIFFITH COMPANY BIDDER'S PROPOSED CONSTRUCTION SCHEDULE: , NOTE TO SUBCONTRACTOR: In Accordance with the Bid Documents, the Bidder shall attach his own detailed construction schedule showing the work activities and completion times that the Bidder agrees to adhere to in order to complete the job within the proposed completion time. The proposed construction schedule will show activities on a daily basis. P-4 ~'?\ Crowne Hill Drive. Phase 1 . . . GRIFFITH COMPANY Proposal Item BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY. TEClINICAL ABILITY AND EXPERIENCE The bidder is required to state what work of a character similar to that included in the proposed contract he has successfully performed in Riverside County, and to give references which will enable the General Contractor to judge his responsibility, experience, skill, and business standing. Said references shall include the name of the supervisor responsible for the acceptance of the work performed, The bidder submits herewith a statement of work which he has successfully performed of a character similar to that included in the proposed contract. " SEE ATTACHED GRIFFITH COMPANY CONSTRUCTION EXPERIENCE " P-5 'J,.~1/ Crowne Hill Drive. Phase 1 . . . " GRIFFITH COMPANY GRIFFITH COMPANY 2020 Yale Street, Santa Ana, CA 92704 CONSTRUCTION EXPERIENCE REFERENCES Projects Under Construction or Recently Completed Orange County Division Reference: The Irvine Company Mr. Jim Lorman VP Construction 714-720-2447 City of Newport Beach Mr. Gail Pickart Project Manager 714-673-6779 City of Vista Mr. Tim Flanagan Senior Engineer 619-726-1340 City of Riverside Mr. Sandy Caldwell Principal Engineer 909-782-4348 County of Orange, E.MA Mr. Jim Johansen Construction Manager 714-567-7800 Project: Value: Northwoods Phase 1A & lB Pelican Hills, Phase I & II SCE Access Road & Cribwalls Ocean Ridge I & II Development Mass Grading, Vista Ridge Road Planning Area 10, Tract No, 15232 Peters Canyon Wash Facility - F06 Oakcreek Phase I Improvements Oakcreek Phase II Improvements Bison Ave. Extension! I-73/Irvine Culver Dr. Imp.fLower Peters Cnyn Market Place Dr .fLower Peters Cyn $5,194,008 $2,010,000 $1,108,002 $1,850,062 $4,581,710 $1,253,048 $6,345,000 $4,660,736 $1,980,527 $2,007,118 $8,472,281 $2,971,552 MacArthur Blvd. Widening, Segment 1 MacArthur Blvd. Widening, Segment 2 $5,141,989 $5,167,937 North Santa Fe Avenue Strcet Imp, $5,506,741 Jurupa Avenue Widening $ 832,743 Alicia Parkway $4,899,000 Page 1 of2 - Current Projects in Bold Print' F:\USER\_ MARY\BIDFILElCONSTREF,LST 1..-~ . GRIFFITH COMPANY GRIFFITH COMPANY CONSTRUCTION EXPERIENCE REFERENCES Projects Under Construction or Recel1tly Completed Orange County Division . . . Proposal Item GRIFFITH COMPANY LIST OF SUBCONTRACTORS: In accordance with Government code Section 4102, the bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half (1f2) of (1 %) percent of the total bid and the portion of the work to be done by such subcontractor. 1. SEGREGATED PART OF WORK' % OFWORK: ~(~_&_&qL_____.L-E-;!' Name' 2. Address: Phone' License No' -~!-t; ~J~~:::L----q~:! Name: ~~:~:~s: License No' 3. eJ.t-;/-_@Jf'bfd>_____________J.;{_ Name: Address' Ph~n~: Lic n e No' 4. Name: Address' Phone: License No: 5. Name' Address: Phone' License No' 6. Name: Address: Phone: License No: P-6 SUBCONTRACTOR: .JE:ev'-'-:'~ -<t ;/JSitkl, 10/1<- . 7</9 N. R, j)~ V c7A.;>-f" 7/V-97l5-;:p..;?.?,? - ;;x.1?<59 b 0<~7J &"''''~ ~"IP"'" ~ /83' . I?V~ r.-,' ,..;J,,<.;>~. -;l/V -0.7/-9'..> '3~bv'7'J -cW AO t/ho- /Pc... p-o?'O cJ:"57'n<'''-'.L2P. 5>09-73'7- ?8".,?"? .>33979' 2-?J~ , Crowne Hill Drive. Phase I . . . GRIFFITH COMPANY Proposal Item AFFIDA VIT FOR INDIVIDUAL CONTRACTORS declares as follows: That he or she is the party making the foregoing proposal or bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit or cost element 0 the bid price, or of that of any other bidder, or to secure any advantage against the Owner or anyone interested in the proposed contract; that all statements contained in the bid are true; and, further; that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company associates, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare, under penalty of perjury, that the foregoing is true and correct. Dated this (month), (year) (day) of at , California Signature of affiant: Note: Nortarizatin of signature required P-7 7.:';# Crowne Hill Drive, Phase 1 . . . Proposal Item GRIFFITH COMPANY AFFIDA VIT FOR JOINT VENTURE OR COPARTNERSHIP CONTRACTOR declares as follows: That he or she is a member of the joint venture or copartnership firm designated as which is the party making the foregoing proposal or bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization" or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit or cost element 0 the bid price, or of that of any other bidder, or to secure any advantage against the Owner or anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company associates, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. That he has been and is duly vested with authority to make and sign instruments for'the joint venture or copartnership by Who constitute the other members of the joint venture or copartnership. I declare, under penalty of perjury, that the foregoing is true and correct. Dated this (day) of (year) (month), at , California Signature of affiant: Note: Nortarizatin of signature required P-8 "l.-~1 Crowne Hill Drive, Phase I GRIFFITH COMPANY e Proposal Item AFFIDA VIT FOR CORPORATE CONTRACTOR DENISE DENAPOLI declares as follows: . That he or she is THOMAS L. FOSS Of GRIFFITH COMPANY a corporation which is the party making the foregoing proposal or bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit or cost element 0 the bid price, or of that of any other bidder, or to secure any advantage against the Owner or anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company associates, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare, under penalty of perjury, that the foregoing is true and correct, Dated this 2nd (day) of APRIL (month), 1999 (year) at SANTA ANA , California Signature of affiant: '--:J) UY1AA fl''7) !VYia DC) (, . , Note: Nortarizatin of signature required ; ! 81l11iJD1L DENISF. DENAPOli - f ~ COMM.t1178741 ~ NoIary PuIlIIc . CalIfornia C ORANGE COUNTY .. t:-:- MyCanun.EIlIlRI__lI.~ . P-9 t.-"P Crowne Hill Drive, Phase 1 . . . Proposal Item GRIFFITH COMPANY NOTICE OF EOUAL EMPLOYMENT OPPORTUNITY CROWNE HILL DRIVE - PHASE T Project Number and Title To: ROBE.,T P. MOLKO Name of Labor Union, Worker's Representati ve, etc. 12200 Bloomfield Ave. Santa Fe Springs, CA 90670 Address The undersigned currently holds a contract with the General Contractor. Assessment District Funds or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract and in accordance with Executive Order 11246, the undersigned is obliged not to discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The obligation not to discriminate in employment includes, but is not limited to the following: HIRING, PLACEMENT, UPGRADING, TRANSFER, OR DEMOTION; RECRUITMENT, ADVERTISING, OR SOUCIT A TION FOR EMPLOYMENT: TREATMENT DURING EMPLOYMENT; RATES OF PAYOR OTHER FORMS OF COMPENSATION; SELECTION FOR TRAINING, INCLUDING APPRENTICESHIP; LAYOFF OR TERMINATION. This notice is furnished you pursuant to the provisions of the above contract or subcontract and Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. r.RTFFITH rOMP ANY Name of Subcontractor 2020 S. YALE ST. Address Ad~ess ~'h A ~~/& Signa and Title THOMAS L. FOSS VICE PRES./DIST.MGR APRIL 2, 1999 Date P-I0 7lJ\ Crowne Hill Drive, Phase 1 . . . GRIFFITH COMPANY BID SCHEDULE "A" lete and Submit with Bid IBID DATE: Tuesday, April 6, 1999 at 2:00 P.M. .t the Offices 01 The Moote Group SUMMARY AMOUNT I. Street Improvements $ II. Storm Drainage $ III. Underground Conduit $ IV. Sanitary Sewer $ V. Water Improvements $ VI.. Performance, Labor & Materials Bond $ TOTAL "BID PRICE" .........................................................................$ L "to, 044. 7 I SUBCONrRACTOR NAME: GRIFFITH COMPANY ADDRESS: 2020 S. YALE ST. TE~ 7~9: fSY:~'I!!! _ _'Cj _HnMAs T l'nss STATE CONTRACTOR UCENSE NO: 12161\ FAX: 714-549-4033 TITlE: VICE PRES. / DIST. MGR EXPIRATION: AUGUST 31 , 2000 DATE: APRIL 2, 1999 GENERAL NOTES: 1. UNrr PRiCES SHALL PREVAlLlN ALL BID rTEMS IF THERE IS A DISCREPANCY WITH THE BID EXTENSION AMOUNT, 2. Prices firm through the duration of the project. 3. It is the intent of the Master DeveJopoer to have a complete contract with the contractor to limit the amount of extra work on the job, 4. No extra charges lor move-ins will be charged to the Master Developer, (unless specifically negotiated with the Master Developer). 5. Prices include the cost of all items necessary to perlorm the work as set forth in the contract documents and specifications. No allowance will be made to subcontractor because of a lack of such examination. 6. Construction Water is by Subcontractor and included in the Schedule of Unit Prices, -Z--Ap General Contractor: 1 of 6 Subcontractor: APR-05-1999 09:46 THE MOOTE GROUP 7147514552 P .132/32 Addendum No.3 4/S/sS BID SCHEDULE 'A' . Com lete and Submit with Bid r~ Q STREET IMPROVEMENTS ESllMAlED UNIT TOTAl D~ UNIT OUANTTTY COST Fft:E 1. ConSlruct 6' Curb & Gutter, Type A-6. Per AN Co Sid No. 200 LF 4,563 lfi~ 3"6"Joy.... , 2. ConGtruct 8' Curb & Gutler, Type D. Per Ri\! Co Sid No. 204 LF 8.50 ;:;>?//~'" 319 3. Saw Cur. Aemoy. and Dispose 01 On.ile ExIsting AC. ;7$>0 /.r3'7 80 Pavement, Comolete 5' 699 4. Saw Cut, Remove and Dispose of Onslta ExIsting Curb & /c?jq - Guttar. Comolele LF 135 8- 5, Con.truct Sidewalk, wae.o', Pe, Riv Co srd No, 400 & 401 N/r? 5' 26,695 By 00... 6. Furnish and Place Pavetl18nt, AC.. As Pe, Plans. d-oO.25' G? 4'Y .:,-c: 7.7.9: 7":> 5' 9',773 7, Fum"" and Pia.. Payement, A.S.. As Per Plans 1,32- /2/, ILiD,-36 5' 91,773 (j,,1.25' OE,M. .2.00' C C,L. 8. fum"" 8l1d Apply Asphaltic EmUlSion (Seal Coat), As Par PI.". c::::: c>,;;? .-6'3.5. >'6 5' 91,773 .9. Fumlsh 8l1d Apply Prime Coal. As Per Groen Book Standard ?.7 SpeciNcations. Pag. 391. 50<:. 302-5,3 5' 91.773 t? 0'7' j" 6';:t? 10. Furnish and Insrall Centerline MonumenlS, Type A or B. ~=- ~O'=. - Eo\ 5 Per Aiv Co Sid No. 900 & 901 11. Conalruct Brow Oilch, As Per Plan. ,",,3' & (j"I' -/A LF 232 By Othe" . 12, Conslruct Subdivision U~lily Trench, As Per Plan /7-- ~ t!5"96: - LF 2BB 13. ConllrUct Access Aamp, per Aiv Co Std No. 402. 403 & 404 500. - ("~/ Eo\ 2 14. Fumish and Install $/rvet Nama Sign., Pe, AN Co SId No. B16 ~-=;tO .- .?70. - Eo\ --./ ~ 15. fumlsh and Instrall Slop Sign Per Aiv Co Std Plan. and ~~' '??v. / Orawlnes EA 16. Provide Olrt Balance in Paving Area fraM I! 9.Qj;' 0. /0 2/77. JO 5' 91,773 17. Provide Dirt Balance under Curb & Gutter fflilll ,: B,B&' C? oS- &"/0. ,;;l5" 5' 12,205 16. Adjust Werer Valve to Gnlde alter Final Paving Is 51..%': - installad Eo\ 19 ..;>-~- IS. Adjust Sewer Manhole to Grade alter Final Paving 5=.- X=- EA 8 '->, 20. AdJusl Storm Ctain Manhole to Grade etter F'mal Paving 50.- :?cc:- EA 6 21. Construel Clll$S GUller and Spandrel per Aiv Co Sid 209 & 210 (10' Wide) 5' 1,222 s:- 6//C? ~ 22. ConstrUCI Transisiton Curb & GUller, 6' CF & S' CF 5SC> Set<: - LF 92 SUB-TOTAL, STREET IMPROV~ENTS......................................,.......................$ ),')3, 1S'-1 ,-3 1 S'mEET IMPROVEMENTS ALTERNATE: Contractor to include un~ prices for lI1e following: 1. Asphalt Add + 0.05' AC '" /y 'SF a ~ Add + 0.10' AC .c c:? .98 'SF D.du<l 0.05' AC 8 a~'o 'SF Deduct - 0,10' AC 4< 0. p.;;> 'SF . G.n.~ Control:lOr. 2016 ~ Sub;:::Qn.tr.:J.ctot: GRIFFITH COMPANY . BID SCHEDULE "A" lete and Submit with Bid ITEM III) STORM DRAINAGE ESTlMATED UNIT TOTAL NO, DESCRlPllO'J UNIT OUANTITY cx::sr PR:E 1, Furnish, Install and Construct 24- X 18- Junction Structure. Type No.2, complete with ali fillings, EA accessories, excavation, bedding and backfill, Per 'J(/ ./ /5'00. - /' o. RCFC& WCD JS-227 2. Furnish, Instali and Construct 27" X lS" Junction Structure, Type No.2, complete with ali fillings, EA accessories, excavation, bedding and backfill, Per /5Vt.'{ ~ /50=? - RCFC&WCD JS-227 3. Furnish, Install and Construct Catch Basin No.1 & Local Depression No. 2.8, w=2S', complete with all fittings, EA 3 7oa? - accessories, excavation, beddinQ and backfill. Per , ,9";00:::: / RCFC&WCD CB-l00lLD-201 4. Furnish, Install and Construct ,Catch Basin No.1 & Local Depression No. 2-8, w=21', complete with all fittings. EA accessories. excavation. treddina and backfill. Per 7..Pc? - 7...>00. / RCFC&WCD CB-l00/LD.201 5. Furnish, Install and Construct Catch Basin #6 & Local Depression No. 3-8. w=28', complete with all finings. 9a:.:r 9?/Q?- accessories. excavation. beddina and backfill. Per EA RCFC&WCD CB-l02ILD-202 6, Furnish, Install and Construct Catch Basin #6 & Local . Depression No. 3.8, w=24', complete with all fittings. 980/. - 9t3cQ accessories. excavation. beddina and backfill. Per EA RCFC&WCD CB-l02ILD-202 7. Furnish. Install and Construct 27.x1S-x24-x36- Manhole No. 1, wI Cover & Frame, complete with all fittings, accessories. ?,,9a;;t - $;9'Gx::? excavation. beddina and backfill. Per EA RCFC&WCD MH-251 8, Furnish, Install and Construct 27.'~,r Manhole No.1, wI Cover & Frame, complete with all fittings, accessories, 9'9= Y:Y<..27. / excavation. beddina and backfill. Per EA RCFC&WCD MH.251 9. Furnish, Install and Construct 24.xlS-x27- Manhole No.1, wI Cover & Frame, complete with all fittings, accessories, <y" S/,;?C? 7:'5/00. excavation. bedding and backfill. Per EA RCFC&WCD MH-251 - 10. Fumish. Inslall and Cons!ructlB'xlS"x24" Manhole No.1, wi Cover & Frame, complete with all fittings, accessories, 9'yoCl Vyo<-?, excavation, beddinQ and backfill. Per EA , RCFC&WCD MH-251 11, Furnish, Install and Construct' 36-x36- Manhole No.2, wI Cover & Frame, complete with all finings, accessories, <;/ 5c:x:? 9'5c:<J, excavation. beddinc and backfill. Per EA - RCFC&WCD MH-252 12, Furnish, Install and Construct 36"x36- Manhole No.4, wi Cover & Frame, complete with all fittings. accessories, EA 5;"",.;<>a:.::7 - excavation. beddinc and backfill. Per - 9'.;/00- RCFC&WCD MH-254 13. Furnish. Install and Construct 18" Standard Concrete Pipe Collar, complete with all finings, accessories. excavation. EA 2 - beddinQ and backfill, Per 9'7<7 - 97"'0, RCFC&WCD M-S03 14, Remove Concrete Bulkhead & Join Existing 36- Rep, complete 8l:'.JO./ 88C: / . EA -zA;v General Contractor: 3 of 6 Subcontractor. . . GRIFFITH COMPANY BID SCHEDULE "A" Com lete and Submit with Bid ITEM III) STORM DRAINAGE ESTIMATED UNIT TOTAL NO. DESCAIP1lON UNIT OUANTITY COST I'Ft::E 15, furnish, Install and Construct 3S- Temporary Inlet Apron (As lOA /700, ~ /700~ Per Plan), complete 16, Furnish, Install and Construct lB- Rep, Class IV, wI Bedding & Backfill, complete with all fittings, accessories. excavation, LF 488 9- #5 5"76. ~ beddino and backfill 17, furnish, Install and Construct 24- Rep, 1350.0, wi Bedding & Backfill, complete .with all tittings, accessories. excavation, LF 360 bedding and backfill Oo,~ ;?~ 6cx:? - 18. Furnish, Install and Construct 27' Rep, 1350-0, wI Bedding & Backfill, complete with all fittings, accessories, excavation, LF 480 67~ O~ beddina and backfill 3''?' /6 , 19, Furnish. Install and Construct 3S- Rep I 1350-0, wI Bedding & Backfill. complete with all fittings. accessories, excavation, LF go. - .y~ 3'~ ~ beddina and backfill 504 SUB.TOT AL, STORM DRAINAGE.... ......................................... ......................... $ /~9 576. - TOTAL I'Ft::E ~5~- Y80Y.' g<.:? ,;:;>;>.:s;;::>?D '>678. srv y0;/, 7".07 SUB-TOTAL, UNDERGROUND CONDUIT ........................................................... $ /9 Y'.J'C: srv 1.--c(j:; General Contractor: 4 of 6 Subcontractor: . . . GRIFFITH COMPANY BID SCHEDULE "A" Com lete and Submit with Bid ITEM ~SANITARYSEWER ESTIMATED UNIT TOTAL NO, DESCRlP'TlOO UNfT QUANTITY ccsr PFCE 1. Furnish and Install 8- Sanitary Sewer, VCP. Sewer Pipe. complete with all fittings, accessories. excavation. bedding :28. ~ ~ /v9.' - and backfill. Per LF 148 EMWD 58.157, 158. 159 2. 8- Sanitary Sewer, VCP I PVC, Sewer Pipe, complete with all tittings. accessories. excavalion. bedding and backfill, Per ;;?'/.~ 76,5"60. - LF 1,940 EMWD 58-157, 158. 159 3. Furnish and Install 8" Standard Manhole, wI Cover & Frame. complete with all fittings, accessories, excavation. bedding ,??o::? ~ /98co. ~ and backfill. Per EA 9 EMWD 58-53, 56. 58, 61 4. FUrnish and Instaff 8" Standard Temporary End Plug, complete ?;;?, - Yo' 0, - In elace. as eer clan EA 5 5, Pull Temporary Plug & Join Existing 8" PVC, complete as per 850,- 85(...-'. - alan EA SUB-TOTAL, SANITARY SEWER....................................................................... $ 7;/ 7/7':' / 'tD/\ General Contractor: 5 of 6 Subcontractor: . GRIFFITH COMPANY BID SCHEDULE "A" lete and Submit with Bid ITEM V) WATER IMPROVEMENTS ESTIMATED UNIT TOTAL NO, DESCRIPTlO'J UNIT OUANTITY = PR:E 1. Furnish and Install 12.Water Main, PVC, CL200, C-SOO. Water Pipe, complete with all fittings. accessories, excavation '30.~ 666c'7. ...- bedding CiI reQuired) and backfill. Per LF 222 ACWD AW-22. 25 2, Furnish and 105ta1l12" Water Main, PVC, CL150, C-900, Water Pipe, complete with all fittings, accessories. excavation ,;/7- 5"5;3,:>,"0. --- beddinc (if reQuired) and backfill. Per LF 2,050 ACWD AW-22. 25 3, Furnish and Install e" Water Main, PVC, CL150. C-900. Water Pipe, complete with all fittings, accessories, excavation ;?~ -- 5600. - beddina lif reauired) and backfill. Per LF 283 ACWD AW-22. 25 , 4, Furnish and Install 2" Copper Residential Water Service lateral, complete with all fittings. accessories. excavation bedding (if. .?~ /C?C?C1 ~eauiredl and backfill. Per EA 3 ACWD AW-l. lA. 14 5, Furnish and In5ta1l12- Wedge Valve. wI Valve Can & Cap, complete with all fittings, accessories, excavation bedding (if ' ~ reQuired) and backfill. Per EA 8 /yex::? /0 f/OC? , ACWD AW-26. 30. 31 6, furnish and Install S" Wedge Valve. wI Valve Can & Cap, complete with all fittings, accessories, excavation bedding (if ~- .56Y'O, - . reQuired) and backfill. Per EA 6 ACWD AW-26. 30. 31 7. Furnish and Install 6" Fire Hydrant Assembly, and PVC Water' Pipe, complete wilh all fittings. accessories, excavation 3,;/oq - /6 C?0C1 -- beddina (if reQuired) and backfill. Per EA S ACWD RW-l. lA. 8, 22, 26. 3D, 31 & Aiv Co SId No. 400 . 8, Furnish and Install 1" JlJr Vacuum & Air Release Assembly, complete with all fittings, accessories. excavation bedding (if /JOq 9 ocX? reQuired) and backfill. Per EA 6 ACWD AW-l. lA. 9 9, Furnish and Install S" End Cap, Per RCWe RW-24 &26, /.?,:(q- comDlete EA 7 /80.- 10, Pull S" End Cap & Join Existing, complete as per plan /;;>OC? ~ EA /,;7e>q . SUB-TOTAL, WATER IMPROVEMENTS ............................................................. $ / //; /7(/,' -z,~ General Contractor: 6 of 6 Subcontractor. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * - \ \ I. , I '\ \ I \ \ 1\ \ \ \ \ \ \ ~. \ \ \ PROPOSAL TO THE GENERAL CONTRACTOR . RICHMOND AMERICAN HOMES OF CALIFORNIA UNDER PROVISIONS OF SPECIFICATIONS FOR CONSTRUCTION OF CROWNE HILL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER & WATER IMPROVEMENTS From Butterfield Stage Road to 130' East of Peppermint Lane Sta. 12+61.33 to Sta. 34+88.99 CITY OF TEMECULA COUNTY OF RIVERSIDE o THE MASTER DEVELOPER: he undersigned, as bidder, declares that this proposal is made without collusion with any other ~rson, firm, or c9rporation, and that the only persons or parties interested as principals are those :uned herein; and having carefully examined the site of the proposed work and the plans and lecifications therefor, proposes and agrees in the event of acceptance hereof to enter into a Jntract with the General Contractor, to perform said proposed work in accordance with the terms f the aforesaid specifications, and to furnish or provide all materials, labor, tools, equipment, pparatus, and other means necessary to do so, except such thereof as may be otherwise furnished r _ded under the terms of said specifications, for the stated prices on the following pages, to fIt. . J2flUIl.J<, FOA/OFE!2, nt" IN. jame of Firm ' $ Total Bid Price ~ote to Bidder: Bidder must sign and complete requested information on page P-3. . P-l Crowne Hill Drive. Phase 1 '], A.~ \: I.U . (1) The General Contractor shall mathematically extend the unit price amount and estimated quantity for each item and sum all items totals. In case of inconsistency or conflict between the total bid price and the sum derived from the mathematical extension and addition of item totals, the sum derived from the addition shall govern and shall represent the bid, (2) If not provided for in the above, the unit price amounts for each item shall include all indirect costs (i.e., permit fee, business license, mobilization, demobilization, excavation, shoring, special bedding, shading, backfill, construction water, excavation, fine grading, compaction, temporary paving, temporary pavement markings, pavement striping, barricades, warning devices, traffic control, traffic detour, dust control, temporary erosion control, damage repair, maintenance of erosion control, clean up, temporary facilities, portable toilets and job safety as long as the contractor is on the project, coordination, supervision, overhead and profit, etc.), incidental yvork (i.e., surveying, traffic control, safety devices, construction water, protection of utilities, utility investigation and "pot holes", work necessary for the protection of life and limb, etc.), and other work required by the contract but not listed above. \ II \ I \ I I I I .1 Proposal Item . (3) Payment for all work on the above items shall be made subject to verifications in the field of the actual quantity of work performed. . (4) All applicable sales taxes, state and/or federal taxes, and other special taxes, patent rights or royalties are included in the price quoted in the proposal. ADDENDUM NO. ACKNOWLEDGMENT Addendum No. i Date Addendum No. L Date A- fll. 19, Addendum No. 3 Date tl-t'\2\L 5: 1"'19, Addendum No. l Date J4 PtC.IL. S; (9,"\"1 Dat Addendum No. Date Addendum No. Date Addendum No. Date . P-2 Crowne Hill Drive. Phase 1 l-JJ,,1. I I '., Proposal Item . Declaration of the Bidder: (1) That, as the Subcontractor for this projec( I specifically;agree to comply with the applicable provisions of Section 177.5 of the Labor Code relating to employment by Contractor and any subcontractor under me, of journeyman or apprentice or. workman, in any apprenticeable craft or trade. (2) That, by my signature hereunder, I certify that I am aware of the provisions of Section 3700 of the Labor code which requires every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Ii }>AlAl/,fS cDb, IcJl-1~G1,1J61 lAX, Name of Firm OJ'571 ~. Co i2oAJ.4<:>O 5'7', AMA+lIEIJA fA 02-~(" Address Signature ubcontractor' ,\tt~\.l /lULl<",>) Ih,...~ ?r7<'SIO-ev';- Printed NamefTitle I 1?()V' [)Cklk<'{ H'esid..,,+ Officers of FirmfT tie ,)I't-SlM Yf'U< \l('" / Il,.~ ~esJ.}.a,.-t Officers of FirmfTitle ' irLn ls.32-532Z- lephone II.{ / c-'32-- q 742- Facsimile I ;?-y II L/ Subcontractor's License Number Officers of FirmfTitle A- Classification Officers of FirmfTitle . P-3 Crowne Hill Drive, Phase 1 \ \ \ I , \ \ I \ c-- 'J. 4.6 Iii Proposal Item . BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY. TECHNICAL ABILITY AND EXPERIENCE The bidder is required to state what work of a character similar to that included in the proposed contract he has successfully performed in Riverside County, and to give references which will enable the General Contractor to judge his responsibility, experience, skill, and business standing. Said references shall include the name of the supervisor responsible for the acceptance of the work performed. The bidder submits herewith a statement of work which he has successfully performed of a character similar to that included in the proposed contract. ~ SF I:: 14-..-, 4 c: H E:=:D --- I ~ . P-5 I I I Crowne Hill Drive, Phase 1 . . . . ' REFERENCE LIST FOR BID SUBMITTAL SITE UTILITY INSTALLATION IIMPROVEMENT REFERENCES OWNER/CUSTOMER CONTRACT AMOUNT COMPo DATE MOULTON NIGUEL WATER DISTRICT $400,000.00 Nov-98 27500 LA PAZ RD, LAGUNA NIGUEL, CA 926569 (949) 831-2500 CITY OF ANAHEIM $280,000,00 Dec-98 200 S, ANAHEIM BLVD. ANAHEIM, CA 92805 (714) 254-5100 - CHUCK SMITH C, J, LUMSDAINE $426,294,00 Jul-97 20371 LAKE FOREST DR, STE. A-10 LAKE FOREST, CA 92630 (714) 454-9871 - CHUCK LUMSDAINE ORANGE COUNTY SANITATION DIST. $80,000,00 Apr-97 p, 0, BOX 8127 FOUNTAIN VALLEY, CA 92728 714) 962-2411 - DON CRAPNELL ~ PilCe 1 Proposal Item . LIST OF SUBCONTRACTORS: In accordance with Government code Section 4102, the bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half (1/2) of (1 %) percent of the total bid and the portion of the work to be done by such subcontractor. SEGREGATED PART OF WORK' % OF WORK: 1.. GO-~U[~1--~--~fi~-Cf.)~-~-5----- t,(p (ff) 2. --lP;:;:'-;~-C:---~Jt~-P~~-~~-------- rodo ;'3 . 3. -~------------------------------- -t '-1 CT1ZIC~ L 6'-\ 0(0 4, ---------------------------------- UJ N'-((:~~-<- '" 20"6 5. ---------------------------------- 6. ---------------------------------- . P-6 SUBCONTRACTOR: Name'Il.......c..o 'l.,..H,\...~'Cel'OJc. Address' "11$" (,J. a,.c\.." Sf'" :5"1. ~ -'-/ ' lllolll\~".9- Phone' "In'! - '\'13 -q3~'-/ License No' (,7'8 (,41 Name' R->"30 I-J D~L 'L Address' I ,<::,c>!> ~. l'''''o....~.. _, OIl....G.~ tC~ Phone' "114 - ,,~1 - I "5"(;;> License No: /'I'~ I '2 \ -r~", Name' A,tl.'-'I".$O~ Address' .., b"l 'S Co tl"'~\h"l"'" De:Il'1. ",.t.(O, ,14- Phone' ~ ,,<1,,=/ '3' ... 21s 1- "- License No' '13-:' '114 . Name' j, (,). '3 \ ""...w...:z.. Address: q ~1l.3 ...r" :$11It--cr" e...-.~( ..............,A- Phone' "10'1- 'l'ii C; - "\r- I r License No' .1 ( !'" r_c' 1 ~ C 1'> Name' Address' Phone' License No' ~- Name. Address: Phone' license No: Crowne Hill Drive, Phase 1 \ ---- yWU , :[. : \1 \ I I I , i tP" t I I 1. ."., ,'U, .osal Item AFFIDA VIT FOR CORPORATE CONTRACTOR \. kS?J>1 PA/ Ws. declares as follows: T~theorsheis ()(~:- ?;1ES I~-P..DT Of IfIlu.u5 P' /)6 I !=- "'liE;, I c: a Corporation which is the party making the foregoing prol?osal or bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, )fganization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has .10t directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has lot directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else o put in a sham bid or' that anyone shall refrain from bidding; that the bidder has not in any nanner, directly or indirectly, sought by agreement, communication, or conference with anyone to ix the bid price of the bidder or any other bidder, or to fix any overhead, profit or cost element 0 he bid price, or of that <if any other bidder, or to secure any advantage against the Owner or nyone interested in the proposed contract; that all statements contained in the bid are true; and, urther, that the bidder has not, directly or indirectly, submitted his or her bid price or any reakdown thereof, or the contents thereof, or divulged information or data relative thereto, or aid, and will not pay, any fee to any corporation, partnership, company associates, organization, id_SitOry, or to any member or agent thereof to effectuate a collusive or sham bid. --- I declare, under penalty of perjury, that the foregoing is true and correct. Dated this /c; ~ (day) of iffY' l (month), /qq q (year) at IJ ~111),~ l' nA- , California ~ Signature of affiant: Note: Nortarizatin of signature required . P-9 Crowne Hill Drive, Phase 1 1fi 1\ Proposal Item . NOTICE OF EOUAL EMPLOYMENT OPPORTUNITY To: Project Number and Title ~w Ll.(S 1~,Or-; /t) F,P' /J II} AJ, .I j) c. . Name of Labor Union, Worker's Representative, etc. h? 11'1/ e, ~hDIJA--t"")D.57 /l/!/J'h/~ 811 C} 2'{f)tp Address I ---- The undersigned currently holds a contract with the General Contractor. Assessment District Funds or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract and in accordance with Executive Order 11246, the undersigned is obliged not to discriminate against any employee or applicant' for employment because of race, color, religion, sex, or national origin. The obligation not to discriminate in employment includes, but is not limited to the following: fiRING, PLACEMENT, UPGRADING, TRANSFER, OR DEMOTION; RECRUITMENT, ADVERTISING, OR SOUCITATION FOR EMPLOYMENT: TREATMENT DURING EMPLOYMENT; RATES OF PAY OR OTHER FORMS OF COMPENSATION; SELECTION FOR TRAINING, INCLUDING . APPRENTICESmP; LAYOFF OR TERMINATION. This notice is furnished you pursuant to the provisions of the above contract or subcontract and Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. MtlOI5 e..()6/-ueYr/~ /rJJG Name of Subcontractor ...2x "1/ e.. (J$lOJ)-It-lYJ Sr. Address C) 2..80 v Date . P-lO Crowne Hill Drive. Phase I z.~~ 1\ , . BID SCHEDULE "A" Com lete and Submit with Bid BID DATE: Tuesda ,A rll 6, 1999 at 2:00 P.M. at the Offices Of The Moote Grou SUMMARY AMOUNT I. Street Improvements $ 3~ 740. oS- II. Storm Drainage $ I..G 016.06 III. Underground Conduit $ 1"0'1-, DO IV. Sanitary Sewer $ 11.. I 0.00 v. Water Improvements $ '244.00 VI. Performance. Labor & Materials Bond $ I . TOTAL "BID PRICE" .........................................................................$ 70S; 6 ("G., oS- SUBCONTRACfOR NAME: 'P A lit LUS Po I/J 6 I IJ e e R. ( .06, II.) C ADDRESS: ;:x-rJl tS - (I~rDDf/nc::> $;:- 11,-; If ffldJIfA , ell- 4'Z?iD (p ~~z-"'=-- :C2~~,:::;:;7"e.<n StAlE co R UCENSE NO; 7 d t../ / / '+ EXPIRATION: C::> / ~ (') ) () 0 t//b /q<JI' . , DATE: GENERAl NOTES: 1 . UNIT PRICES SHALL PREV AlL IN AlL BID IlEMS IF THERE IS A DISCREPANCY WITH THE BID EXTENSION AMOUNT. 2. 3, Prices firm through the duration of the project , , II is the intent of the Master Devalopoer to have a complete contract with the contractor to limit the amount ofaxtra work on the job, 4. No extra charges for move-ins will be charged to the Master Developer. (unless specifically negotiated with the Master Developer). 5, Prices include the cost of all items necessary to perform the work as set forth in the contract documents and specifications. No allowancA will be made to subcontractor because of a lack of such examination. 6. Construction Water is by Subcontractor and included in the Schedule of Unit Prices, . General Contractor. 1 of 6 Subcontractor. t- z;5-\ I, \ I '~1i~;!! Addendum No.3 4/5/99 ./ 810 SCHEDULE' A" Com late End Submi: with 81d . ITeM Q STREinllPROVSMENTS ";0. CESCflPilCN UNIT ESTllIATED OUmmY UNIT COST TOTAl. F'H:E '. COI"\ah'\.lct 6' cure '" GIo1terr Tyra A-9, Por Aiv Co $td NIJ. 200 :/I 11..00 ./'5'1. 7~ G. frio LF 4,563 ~. Con$:l"...-=: a- Curb &. Gut1er. Type D, ~r AN Co SIJ:1 No. 204 L" In,06 Jt t.j J 141,' eb 319 3, Saw CU, F!.amo...e lInd O!:s,oo&a of Oiisitc: Exisd~ A.C. ;j~.CI> J 3,,-\ '\5 PA'IOrr.e~t, Comolete iF 69S '. Saw Cvt. R:1'1O\'e and Dtsoose ot Offs.il:g E.D$!:ng CU"b & .Jt I 5". 00 'Jp~ ~.OO QuttBr. c.om"ste LF 135 0, Co:!stnJct Sldawa.J~ W-6.O', Par Fiiv Co Stj N~. 400 a 401 26.S95 BVO"""~~ S' 6, F\i:r.i.sh and Place Pav4mont. A.C.. A3 Par F'1~ni, d=O,25' ~ .~S' 1",1lb-~ ifF 91.773 7. Furr.l$l': ii"id Place Pa...emer.l. A.3.. As Far Plans !F 91.773 .J I,ll 0 rl.l' L/"is'L.J.i\ ,",1,25' 00,"1.,2.00' @ C,L S. F'.Imish and AppiV Mpnalt!c EMu.I$IOl1(Seal Caa:), As Per Plans J.6~ J Cj."\'i'l~.~'S'" S' 91.77:a F",r"ish and Apply Prime Coal, As Per Gta$l'l Bock Standiarcl . 9. /J .05" Speclllc:atlons. Page 391, see, 302.5.3 El' 91,773 J/ LI. 5"tS~o~S- ~ o. Fl.:nid'l and Inatall Co.'~erHr;e Monurr:at'II$, Type A or e, EA J/ "5")0.00 4 I, 7<)"0.0(5 5 Per R" CO Std No. IlOO & 001 1', COl"'atrt..'(t Brow Dll::r. A3 Per F"!.:l.r., 1.\1=3' & dz1' 232 S", Others' L~ 12, Consir~ct Subdivlslan Utility Tamch, /48 Par Pian .J \"&.00 IS,lilLI.OO IF ~eB 15. CoI"'SIl'\ld Access Fia-np, Per ~lv Co St~ No. 402, 403 & 404- 2 -II 100.00 .jJ 1,'iiOO.oc> EA 14, FloImi&1 and 1l'l4~1I Street Narra S;CM. Pl!lt FI:v Co Sid No. 816 1-11 s--w.OO :J 5" OO.oZ> EA . 15. Fu1l1sh anc In",rall SOp S~ Per Rlv CO S:d Pian. and 1/ l{ (}O- 00 11 L{ 00. 00 OrawlnQS EA 1 16, FrO'lide Dirt Balance in Pavi~g Area from .;/-C.05' 91.773 -I{ .1.) ~;;l2,"l'\)."2S" s: 17, Provide Ow. 8alanCQ under Curb a GuttClr from +l.0.05' 31 5,4"l"Z.,25 SF 12.205 .'-1:)" 19. Adju~t Water Valve t:J Grade a:tar Fln.ai Paving l.il 19J ;1,50.60 .8'1,1;'6,00 installed 1". I'. A.;ljlJ.it Sewer Manno:e to Grade after Final Paving .J -fOO.oo ./! ll. :)"OC> . 00 EA 9 20. Adjust Storm Orain ManhOle to Grad+) after Final Paving e /'5'00,00 -I 3/0bO, Ob EA 21. ConstrlTOl Cro.. Q""&t and Spandrel ~r Ri'< Co Sid 209 & 210 (10' Wide) !F '1.~~2 JI 3. 5"0 JI '-/.1.77.ao n Con.!rUe1 Tran.islton Curb & Gutter, 6' CF & 8' CF .J/ 1;1,00 ,J I, /o<'I.a& lJ' ~2 SUB-TOTAl.. STREET IMPROVEMENTS.........................,.................................... S ~~'511 '\O.OS" STREET IMPROVEMENTS AI. TERNATE: Contractor to Include ".,it pric.. lor !he following: 1. Asphalt Add Add Deduct Ooduc~ + 0.05' AC + 0,10' AC 0.05' AC , 0,10' AC /SF (SF (SF !SF Gensral CQnl~Sdor: 2016 ~ SLJbo::K1trs.c:tor:~ . TO~ P.02 . z:% Ii . BID SCHEDULE "A" lete and Submit with Bid 1EM III) STORM DRAINAGE NO. DESCRJPl'iaIJ TOTAL PR::E 1, Furnish. Install and Construct 24. X 18' Junction Structure. Type No.2. complete with all fittings. accessories, excavation, bedding and backfill, Per RCFC& WCD JS-227 2, Furnish, Install and Construct 27' X 18' Junction Structure. Type No, 2, complete with all fittings. accessories, excavation, bedding and backfill, Per RCFC&WCD JS-227 3. Furnish, InstaU and Construct Catch Basin No. 1 & local Depression No. 2-8. w=28', complete with all filtings, accessories. excavation, beddinc and backfill. Per RCFC&WCD CB-l00lLD-201 4. Furnish, Install and Construct Catch Basin No.1 & Local Depression No. 2.8, w=21', complete with aU fittings. accessories. excavation, beddina and backfill. Per, RCFC&WCD CB-1001lD-201 :5. Furnish, Install and Conslruct Catch Basin #6 & Local Depression No. 3.8. w=28', complete with all fittings, accessories. excavation. beddina and backfill. Per' ACFC&WCD C8-102ILD.202 i. Furnish, Install and Construct Catch Basin #6 & Local Depression No. 3.8, w=24', complete with all fittings, accessories, excavation. beddinQ and backfill, Per RCFC& WCD CB.l02lLO.202 '..iSh, Install and Construct 2rxlS-x24-x36- Manhole No. t Cover & Frame, complete with all littings, accessories, excavation. beddina and backfill. Per ACFC&WCD MH-251 Furnish, Install and Construct 2rY27- Manhole No.1, wI Cover & Frame. complete with all fittings, accessories, excavation. beddinQ and backfill, Per RCFC&WCD MH-251 Furnish, Install and Construct 24-x1S-x27- Manhole No.1, wI Cover & Frame, complete with all fittings;-accessories, excavation. beddina and backfill. Per RCFC&WCO MH-251 ). Furnish, Install and Construct 1S-x1S-x24- Manhole No.1, wI Cover & Frame, complete with all finings, accessories, excavation. beddina and backfill. Per RCFC&WCD MH-251 Furnish, Install and Construct 36"x36- Manhole No.2, wI Cover & Frame. complete with all finings, accessories, excavation. beddinc and backfill. Per . RCFC&WCD MH-252 Furnish, Install and Construct 36-x36- Manhole No.4, wI Cover & Frame, complete with all fittings, accessories, excavation. beddinc and backfill. Per ' RCFC&WCD MH-2S4 Furnish, Install and Construct 18" Standard Concrete Pipe - Collar, complete with all fihings, accessories, excavation, beddinc and backlill. Per RCFC&WCD M-B03 Remove Concrete Bulkhead & Join Existing 36- Rep. complete . !ral Contractor: UNIT EA EA EA EA EA EA EA EA EA EA EA EA EA EA 3 of 8 ESTIMATED QUANTITY UNIT COST .:P :J., 15"0. 00 1IJ..,7-;a. 0 0 . .:1;',7">0.00 .:1/ d.,7~O . 00 3 .$ Sj "00.00 :t ''',1100. 00 J, 5i l{ bOo 00 :/I 6; 4(Xj. oc <I 7, O()D. 00 .J 7, OCI). 00 ~b,~)O.OC .:I ~,a:J6.0o 1 .tJ J,4)<:;"D.1l<1 -#.;/, gS-O.OC 1 JJ,'660'00 .:f~,'8t>O.= 1 -I~~CO.OO .1/ d.,WO.OO 1 -II 6Z,'lioo.oc .J :2, "BOa. 00 1 .1/3,'100. alJ .J 'J/:Uo.40 1 .f3.tJod.o(', -4 ~1'1tlO.OD 2 Ii 4'>0.00 1/ rOO.Ob It 7S0,/x] .$I 79- Cb SubcontraC1or. t- ~ . BID SCHEDULE "A" ITEM III) STORM DRAINAGE NO, DESCAJF'TIOII UNIT ES'nMATEO QUANTITY UNIT COST TOTAL PFCE 15. Furnish, Install and Construct 36" Temporary Inlel Apron (As Per Plan). como/ete 16. Furnish. Install and ConstrucllS" Rep, Class IV, w/8edding & Backfill, complete with all finings. accessories, excavation, bedding and backfill 17. Furnish, Inslall and Construct 24" Rep, 1350-0, w/8edding & Backfill. complete with all fittings, accessories, excavation, beddina and backfill 18. Furnish, Install and Construct 27" Rep, 1350-0, wI Bedding & Backfill, complete with all fittings. accessories, excavation, beddfna and backfill 19. Fumish. Install and Construct 36' RCP. 1350-0. wi Bedding & Backfill, complete with all fittings. accessories, excavation, bedding and backfill EA 1 ./<f,)()().06 :/I 4, '\00< 00 LF 488 ./Il{(),OD Jt /"I,S"'.;;lC.c>O LF 360 :114<g.ctJ 48~"B". 00 ./$ 11,.2110. OC> LF fJ .;l7, ~40. ao LF 504 .$ 70.00 ./3S", 7.lSC> . 00 SUB-TOTAL, STORM DRAINAGE...................................................................... $ Ic;;.~. 070 . ITEM III) UNDERGROUND CONDUIT ES'nMATEO UNIT TOTAL F'TIOII UNIT QUANTITY cosr PFCE 1- 3' PVC Sleeve. S40. Slreel Ughts LF 36J- q.'60~ -I/3.~d-"6. Oe:, 2, 4' PVC Sleeve. CL315 LF 528 .(, 1..,"'''' .$ ",3310.00 3, 6- PVC Sleeve, CL315, Irrigation LF 312 J ,1..2"- .ff ~1-g'2.'2-.cm 4, 4" PVC Sleeve, Cl315, Irrigation LF 624 dJ 11..0c) .J 7, 41>'6, oc) 5, 4' PVC Sleeve. CL315. Irrigation Electric LF 384 ~ 11..60 /..f I G,D"'6.C() SUB-TOTAL, UNDERGROUND CONDUIT ........................................................... $ ;1.5, 7'6/.-. -" \ . ieneral Contractor. 4 of 6 Subcontractor. ~ -z6t . rID.1 IV) SANITARY SEWER NO, DESCRJf'T1O\I 1. Furnish and InstallS- Sanitary Sewer, VCp, Sewer Pipe, complete with all fittings, accessories. excavation, bedding and backfill. Per EMWD 58.157.156.159 2. S" Sanilary Sewer, VCP I PVC, Sewer Pipe, complete with all fittings. accessories, excavation, bedding and backfill, Per EMWD 58-157.156.159 3. Furnish and Install S" Standard Manhole, wI Cover & Frame, complete with all fittings, accessories. excavation, bedding and backfill. Per EMWD 5B-S3. 56. S6. 61 4. Furnish and Install S" Standard Temporary End Plug. complete in Dlace. as per olan . 5. Pull Temporary Plug & Join Existing S" PVC, complete as per Dlan UNIT LF EA EA EA BID SCHEDULE "A" lete and Submit with Bid EsnMATED QUANTITY UNIT COST TOTAL PR:E LF 146 .:13<),00 .J 5:; If)O 1.940 4J:l5". 00 :8 4~, 500 9 $ 1,'fOO.Oo -117,/00 5 .JJ 1,0,0f> i17<;O,OO .It 'S'O.d> ./I (;,5'0.00 SUB-TOTAL, SANITARY SEWER....................................................................... $ 7 itjl"dO . . General Contractor: 5 of 6 , SUbcontractor.~ I 1P"'b I. BID SCHEDULE" A" Com lete and Submit with Bid ITEM V) WATER IMPROVEMENTS NO: DESCRlP'lla'l UNrr ESTlMATED QUANTITY UNrr COST TOTAL fKE 1. Furnish and Install 12"Water Main, PVC. CL200. 0-900, Water Pipe, complete with all fittings, accessories. excavation dI :l'5'.~ :H '!',"S5"O.OO ~ bedding (if reaiJired) and backfill. Per LF 222 RCWD RW-22. 25 2, Furnish and In51a1l12" Water Main, PVC, CL150. C.900, Water //' Pipe, complete with all fillings, accessories, excavation .J j)J.. (II) .J I-{~ I()u t beddina (if reauired) and backfill. Per LF 2.050 RCWD RW-22. 25 / 3, FurniSh and Install 8" Water Main, PVC. CL150, C.900. Water / Pipe. complete with all fittings. accessories, excavation j\\~.06 .J/ beddina (if reQuired) and backfill. Per LF 283 '5"",O"l~ .N> t RCWD RW-22. 25 . 4. ~ Furnish and Install 2" Copper Residential Waler Service Lateral, I complete with all fittings. accessories, excavation bedding (if .I',200.0D iJ 3, '"00. CO reouired) and backfill. Per EA 3 RCWD RW'l. lA. 14 5. Furnish and Install 12- Wedge Valve. wI Valve Can & Cap, complete with all fittings. accessories, excavation bedding (if 8.:/1 Irloo.OD it ~, 'goO . OC> reQuired) and backfill. Per EA RCWD RW.28. 30. 31 8, Furnish and Install 8" Wedge Valve, wI Valve Can & Cap, complete with all fittings, accessories, excavation bedding (if ~ 7CO,OO .4 lJ,'2()),OO . reQuired) and backfill. Per EA 8 RCWD RW-28. 30. 31 7. Furnish and Install 6" Fire Hydrant Assembly, and PVC Water Pipe, complete with all fittings, accessories, eX?3-vation EA 5 -J d./"CO~o .fI rz.,,,OO.nO beddina (if reQuired) and backfill. Per RCWD RW-l, lA. 8, 22, 26, 30. 31 & Riv Co SId No. 400 , 8, Furnish and Install 1" Air Vacuum & Air Release Assembly, complete with all fittings, accessories, excavation bedding (if .6 .$ '1, foOD. 06 reQuired) and backfill. Per EA 8 'I (.Dll.l:6 RCWD RW-l. lA. 9 9. Furnish and Install 8' End CaP. Per RCWD RW-24 &28. .t Jt ,/0.,6.00 complete EA 7 15"0,00 10, Pull 8" End Cap & Join Existing, complete as per plan ..It 7")0.00 .:t17~0.OO EA .1 SUB-TOTAL, WATER IMPROVEMENTS .................................,........................... $ q ",;;;14 q. 00 General Contractor: 6 of 6 Subcontractor. f- ~ , r.. ..: ~ . . . Gt&\T ~ INSURNKE COMmNY OHIO BOND 111306696 PREMIUM - NIL BID BOND - PRIVATE WORK For Use With The American Institute of Architects Contr.ct Proposal. KNOW ALL MEN BY THESE PRESENTS, That we, PAULUS ENGINEERING, INC. as Principal, hereinafter called the Principal, and the GREAT AMERICAN INS URANCE COMPANY. of Cincinnati, Ohio, a corporalion duly organized under the laws of lhe State of Ohio, as Surely, hereinafter called lhe Surety, are held and firmly bound unto RICHMOND AMERICAN HOMES as Obligee, hereinafter called the Obligee, in the sum of TEN PERCENT OF AMOUNT BID Dollars (S 10% l, for the paymenl of which sum well and truly to be made, and said Principal and the said Surety, bind ourselves, our heirs. executors. administrators. successors and assigns. jointly and severally. firmly by these presents. WHEREAS, the Principal has submiued a bid for CROWNE HILL DRIVE, PHASE 1, CITY OF TEMECULA NO Iv, THEREFORE, if the Obligee shall accept the bid ofthe Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful perf~rmance of such Contract and for the prompt payment of labor and material furnished in the .. prosecution thereof, or in the event of the failure ofthe Principal to enter such Contract and give such bond or bonds. if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid. then this obligation shall be null and void, otherwise to remain in Tull force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence satisfactory to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. Signed and sealed this 1ST APRIL . 19.12.., day of PAULUS ENGINEERING, INC. (Seal) Principal Title Witness GREA AMERICAN INSURANCE COMPANY By ~iJ.~ DAVID L. CULBERTSON Attorney-in.Fact ~ I Witness 511521121861 . . . . . CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF ORANGE On 04-01-99 before me, LEXIE SHERWOOD - NOTARY PUBLIC personally appeared DAVID L. CULBERTSON personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person or the entity upon behalf of which the person acted, executed the instrument. WI~~~:nd and official aeal. '//) dNtI~d signatur f Nota~ PUblic \..... <>:.._~ .... ..... .... .... .... ..... ..... ...........-. ~.. Lexie Sherwood .~ _ . Comm. #1148920 : TARV PU8UC ' CAUFORNIIoO , ORANGE COUNTY 0 J Comm. Exp July 27 2001 .. r .... ..... ..". ....,. ...... ...r" ....,. ...,. ...,. ___ ..........:;.......(. OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form., DESCRIPTION OF ATTACHED DOCUMENT BID BOND ~I~LE OR ~ OF rxx:rJMEN'Z Nl1MBER OF PAGES 1 04-01-99 DATE OF rxx:rJMEN'Z CAPACITY CLAIMED BY SIGNER D INDIVIDUAL D CORPORATE OFFICER TITLE(S) D PARTNER(S) D OTHER: [gJ ATTORNEY-IN-FACT 0 TRUSTEE (S) SIGNER IS REPRESENTING: GREAT AMERICAN INSURANCE COMPANY NAM~ Of PERSON(S) OR ENTITY{S) ~\ Gffi\T AlVEmC-\N INSURANCE COMPANY' . 580 WALNUT STREET. CiNCINNATI. OHIO 45202.513.369.5000. FAX 513.723-2740 The number of persons authorized by this power of attorney is not more than No. 0 1 ~630 SIX POWER OF ATTORNEY KNOW ALL MEN 8Y THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY. a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address DAVID L. CULBERTSON DIANA LASKOWSKI ALL OF LINDA L. CULBERTSON KAREN CHANDLER ANAHEIM, CHARLES L. FLAKE R.A. COON CALIFORNIA Limit of Power ALL UNLIMITED This Power of Attorney revokes all previous powers issued in behalf of the attorney(s).in.fact named above. IN WITNESS WHEREOF the GREAT AMERICAN [\"SURANCE CO~1 PANY has caused these presents 10 be signed and attested hv its appropriate officers and its corporale seal hen::unto afl"i;"ed this 2nd day of" ~ebruary ,1999 . AlleS! GREAT AMERICAN INSURANCE COMPANY STATE OFOHIO. COUNTY OF HAMILTON-ss On this 2nd day of February, 1999 , beron.' llle pcrson~1I1y appeared DOUGLAS R. BOWES, to me . known. being duly sworn. deposes and says thal he resided in Cincinnati, Ohio, that lie is the Vice President of the Hand Division of Great AmCflcan Insurance Company, the Company described in and which executed the above instrument; that hc knows the seal: lhat it was 50 affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by li~e authority. This Power-of AtlOrney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March I, 1993. RESOL VED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or anyone of them, be and hereby is authorized. from time to time, to appoint one or morc Attorncys-In-Fact (0 execute on behalf o(the Company, as surety, any and all bonds, uIJdcrtakings and COl;trac(s ursurc:iyship.'or O;hCF wriiCcn obhgiiti.ons in the nature thueo[; to prescribe their respecri\'(: duties 2nd th~ respective limits of their authority; and to revoke any such appointment at any time. RESOL VED FUR THER: That rhe Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secrecary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, underraking, conCract orsuretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted ~y che Company as the original signature of such officer and the original seal orthe Company, to be valid and binding upon the Company with th.e same force and effect as though manuaJ/y affixed. CERTlFICA TlON I, RONALD C. HA YES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of .Attorney and the Resolutionsofthe Board of Directors of March i. 1993 have not been revoked and are no)\' in full force and effect. Signed and sealed thIS 1ST 'dayof APRIL 1999 . 1Y' CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT < . State of CA County of Orange On 0'/- O( . 9'1 before me. Angelina A. Nate,ron Oa:~ Nam.e and n!e of Ot!icer (e.g. 'Ja~~. ~jctal"'l Pu::;'ic-l personally appeared Jason Paulus ~lJ..~eis) of S'gr.~r(~) G5 personally known to me - OR -0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ~ ~ - ~~~NA-A~~N - ~ ~ Commission It 1186648 ~.. Notay Public - Califanla ~ j __ _ ~~~~:~l WITNESS my hflnd and official seal. 4~ ~ s.IjI'l.1:ureof NOI.!ry P...:::I,c OPT/ONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Jason Paulus Signer's Name: o Individual Q) Corporate Officer Title(s): o Partner - 0 Limited 0 General o Attorney-in-Fact o Trustee o Guardian or Conservator o Other: o Individual o Corporate Officer Title(s): o Partner - 0 Limited 0 General o Attorney-in-Fact o Trustee o Guardian or Conservator o Other:.. Too of thu~,b h~re 'j 11,,1;"'1 ".C'1.;:j" T~p of thumb r,ere j .' j 1 Signer is Representing: Paulus Engineering; I c. Signer Is Representing: ;e l;g~ National NOlal"t A.ssociation . 8235 Aammat A'Je_. P.O. Boll; 71s..l' Cal'le<;a Par\(. CA 91309.718.; Prod. No. 5907 Rcocrdar: Call Toll-Free 1.8oo.875-6a27 ~r,'b . . . MAR-26-1999 16:02 THE MooTE GROUP 7147514552 P.01/02 ADDENDUM-No.-1-:---To-the Drawings, Specifications and Contract Documents /_ :-:---- i. _ -- PROJECT NAME: CROWNE mLL DRIVE . PHASE I STOR-\"! DRAINAGE. SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVBMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: n is intended that at work affected by the following provisions shall oonform 10 the original specifications, dated March 10, 1999 and be inoorporated as a part of the contract documents. ,. !=;r::nAdula -All: II. Replace original bid sI1eet 2 of 6 w~h revised blC sheet 2 of 6, dated 3/26199, Addendum No. 1 (attached), Revised Asphah Alternate to read: .. 2. Construction Schedule - E.1' .;. 0.05' .;. 0.10' - 0.05' -0.10' a. Time for Completion: Forty-Three (43) Working Days On or &boLl! April 27, 1999 b. Construction Start: c. . Construction Oompehion: June 25, 1999 3. So",,;al Provisions - Pace 0-11: a. Fine Grading and Disposal of Excess Material: Aftllr completion of inS1aUatlon by the Suboontlllctor, the Subcontractor shail regrade the proiect area to ~ and restore any and all damage done by Subcontractor to existing improvements at no additional oost to the Contractor. Export of trench ~i1, If required, is includ~d in the un~ prices. BID DATE REMAINS THE SAME: Tuesday. April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1628 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (114) 751.5557 Fax: (714) 751-4552 \ Date: To: March 26. 1999 Pages 2' ~~?~~ From: Mariorie Knitter THE MOOTE GROUP (714) 751.4552 (7141 751-5557 Fax: Tel: Fax: . Tel: 386-005 1 of 2 January 21. 1999 :'1 ~ V^- MAR-26-1999 16:1il2 THE MooTE GROUP 7147514532 P.1il2/02 Add4lndum No, 1 3/2&/88 I Ill!) SCHEWLE "A" . Comoleto and Submit wi1Il Bid I~ Q STREET IIIPROVIUINTll esnMAlED ' UNIT TOTAL ~"'-I~ ~IT CUANmY COST R'I:E 1. ConslNOlI1' Curb 1 Gutter, Typo A-e, Po, Ai. Co SId No. 200 LF 4,563 2. Cons:,".: S' Curb I GuI1et, Type O. Per RJv Co Sid NojilO4 LF 319 I 3. Saw Cut, A...... and Obpo.. of OKo. E>OotIng A.C. Pavement. Completo I !F 699 4. Saw Cut, flemove and Olspo.. of OKsIt. ""istin; Co;rb I Ciutter. ComDllle LF 136 5. ccnSU\JCl Sidewalk, _.0', Por AI. Co Sid No. 4CO I 401 9' 26,S\;5 6. FumlSll on. PI""" Fovomern, A.C.. A:l Per PIa'~. <1=0..25' !iF 9',773 7. FumiSh aro:l PIaCO P'.omon~ A.S.. A:l Por Pions S- 91.773 0.1.25' ....... . 2,00' II C.~ B. Fumi.h an<! APply Aop/Ielllo .....oion ("0; SHII, A> Po' PIon. , 9' 91,773 I. ~uml.h ond Ap~y Primo COol. "" por P'an. !iF 91,773 10. Ff,.Imlah and Install Centenine MoIiLlmonts. Type A 01' 6, EA ~ Por Riv 00 Sid No. llOO I 001 ", ConGINot Brow 01101'\ ~ Po, Plan, w.3' l d.,' LF 232 12, C<lnalruct Subdivision Utility Tr.nc~, Nl Por Plan LF 2ee 13. CCns!nJct Acc8u Fl~1 Per Riv Co Ski No. 402, 403 & 404 ... 2 . 14. F<JmiSh atlCf Instal $tlWl Nama Slgm;.. Pelr Alii CO Sld No. 816 EA 15, Fumlsh and ~I Step SIgn Per AN Co SId Plani and CnIw11l1l8 EA 16, Provide Dirt Balance In Paving Nea from +/-0.5' 9' 91.773 17. Provide Dirt Balance ur.dor Curb & Gutter from +I.{J.S' !iF . 12,205 18, Adjust Wa!Jl' Valv. to Grade artor Finai PaVing Ls Installed ... ,. 19. Adjust Sewer Man~oIo to Grad. altor Final Paving EA g 20. A4tlOl Storm Crain Manhoie 10 Grade afte, Final Paving EA e SUB-TOTAL, STREET IMPROVEMENTS"",,,,,,,,,,u,,,,,,,,,,,.,,,,,, ,....u......... ............ $ STIlEET IMPROVEMENTS A1.TERNA-re C<lnlraClOr 10 include unit price. fo' tho IollowinO: 1. Asphalt Add AOd + o.o~' AC + 0.10' AC ISF ISF . OoouOI DoduCt 0.05' AC 0,10' AD ISF ISF , i I . Ge1leral Contraolor; 201 6 Subc:cn1taotor; TOTR. P .1il2 ~ . . . RPR-01-1999 15:32 THE MooTE GROUP 7147514552 P.01/02 ADDENDUM NO.2 ADDENDUM NO.2: To the Drawings, Specifications and Contract Documents CROWNE mLL DRIVE. PHASE I STORM DRAINAGE, SA.."l1TARY SEWER, WATER IMl'ROVEMBNTS And STREET IMPRPOVEMENTS Tuesday, April &, 1999 @ 2:00 P.M. PROJECT NAME: BID DATE: NOTICE TO BIDDERS: It is intended lhatall work affected by the following provisions shall oonform to the original speclflcations, dated March 10, 1999 and be Incorporated as a part 01 the contract documents. ,. SchedulA -AW. 2, a. Replace Addendum No.1 bid sheet 2 of 6 with revised bid sheet 2 Of 6, dated 411/99. Addendum No.2 (attached). Add: Item 21. Item 22. Item 9, Item 11, Item 16. & 17. Construct Cross Guller and Spandrel per Riv Co Sid 209 & 210 Construct Transition Curb & Gutter, 6' CF & 8' CF Prime Coat shall be per Green Book Standard Specnications, page 391, Sec. 302-!l.3 Brow Oitch shall be conetructed "By Others' Dirt Balance shall be from +/. 0.05' Revise: Con~truction Notes: a. Suitable Excess Material generated by the Grading or Underground Aotivities may be placed on sHe as directed by Owner. 3. Bid Rnnd. a. The Bid Bond Shall be made to Richmond American Homes. placed BID DATE REMAINS THE SAME: Tuesday, April 6. 1999 @ 2:00 P.M. THE MOOTE GROUP 1526 Brookhollow Drille, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751",,552 II Date: To: Fax: Tel: 420-001 Aor1l1,1999 ~1.f~ Pages 2 From: Mariorie Knitter THE MOOTE GROUP (714) 751.4552 (7141 751.5557 Fax: Tel: 1 of 2 April I, 1999 . ~ APR-01-1999 15:33 THE MOOTE GROUP 7147514552 P. 102/02 Addendum No.2 411199 BID SCHEDULE "A" . Com lete and Swntt with Bid I~ Q STREET IMPROVEMENTS esrtMlRl UIfl" TOTAL """"""TlON UNrr oummv o::sr F'Fr:E 1- Con.l",o' S' Ourl> & Guner, Type A-ll, Por Riv Co SId No. 200 LI' 4,563 2, CO,",!rucl S' CUrb " GUller. Type O. Pe, ~Iv Co Sid No. 204 IF 319 3. Sa.. Out. Remave and Ols_ of Olfsilo wting A.O. Pavemenl. cc.rc>ittl ~ S99 4. Saw CUl, Fl8mave II1d DiSpose 01 OtrSira edst!ng COOt .3. G.""r. Compllllt IF 135 5. Oon.,.." Sidewalk, woe.cr. Por Riv C. Sid No. 40Q " 401 If' 26,695 6. Furri.. and PIaOa Pavtmerll, A.C.. A5 Per Plans. d=O.2S' iii' 91,773 7, J:umlsh a..,d Place Pavement. A.S.. AS pet PIafl$ ~ 91,773 dol,"" OE.M.. 2,00' II c.!. S. Furnish and Apply ,,"phallic Ert\llSon (Fog. St&1), As Per Plans Ii' 91,773 . .. Fumlsh and Apply PrtlTlt CQal, As Pet G",en Book SWldarlI Sjl8CifioationB, Pagt S91. soc. 302-5,S Ii' 91,773 10. Fumlllh and INIaII Co11ltrllne Ucn.....nl:l, Tyoo A 0' B, EA 5 Pe, AN Co So No, aoo & 1101 11, Con.truot Brow OItd'l1 AI ~er Plan, w-3' & 0=" IF 232 Bv 0tMt8 12. Conetrucl Sulxlivillon Utility Trench,.As Per Plan IF 2BB 13. Con51rud Aa:es5 RlI/l1l. Per Riv CO SId M. 402. 403 &. 404 EA 2 . 14, Fumlsll and InslaII SlIM Name SIgns. Per Rlv Co Sid No. S1 6 I!A 15. Fumlllh and Ina'rall SlOp Sign Per RN Co S1cI Pi.... and Orawings iA lB. Provide OIM Balance In Paving Area from "'-C.05' IT 91,773 17, Provide Dirt earanoe "'de' Curb & Gutta' from +/.0.05' iP 12,20S 18. Mjutl waler ValVO 10 Grade after Final Paving Is nstalled EA tg 19, AlliuSl Sewe, Manhole to Grade aller Filial Paving I!A 9 iD. Adjust Storm Drain Manhole 10 Grade after Final Peving EA . 21. Cor1llltwl Cron Guller and Spend,.i per Riv 00 Sid aile &. 210 (1(1 Wide) IF '.222 22. construct Tr.nsls~on Curb & Gutter, 6. CF & S' CF LF 92 SUB-TOTAL, STREET IMPROVEMENTS.......................................,...................... $ STREET I.....RQVEMENTS ALlERNATE: contrac"', to includo unit prle.. for ti,e fOllowing: 1 . Asphalt AOd Add Deducl Ooduol .. 0.05' AC . 0.10' AC 0.05' AC . 0.10' AC ISF {SF iSF ISF . General COl'ltraclor: 201 S Subcontroctor. TOTR. P.02 7/1'1 . . ..' . ... . "."~_._'-- ..... - .-. ...- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CA County of Orange On t>j- at - 'JCl Da~~ Name .and nie of Q:!icer (e_!;.. 'Ja"~ Coil. ,';<;13I"f Pu:,iic') before me. Angelina A. Mate~on personally appeared Jason Paulus tlam&isj of S'~".~r(,;) ~ personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies). and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted. executed the instrument. ~@- - - - ~~:~~~ - f i NoIay Public - Cafilanla " . Orange County - j _ _ _ ~~.:~~l:~f WITNESS my hand and official seal. ~~~ OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer{s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Jason Paulus Signer's Name: o Individual [!'\ Corporate Officer Title(s): o Partner - 0 Limited 0 General o Attorney-in-Facl o Trustee o Guardian or Conservator [J Other: T:)p of thumb here o Individual o Corporate Officer Title(s): o Partner - 0 Limited 0 General o Attorney-in-Fact o Trustee . o Guardian or Conservator o Other: Top of thumb Mre ~ Signer Is Representing: Paulus Engineering, I c. Signer Is Representing: ~ l;S-4 National NOlar,! Association 0 8236 Rerr.met A"e., P.O, Box 718-10 Canc<;;a Park, CA 91309,718-4 Prod. No. 5007 Aa-oreer: Call Tofl.Free 1'8CO.876.oa~c& . . . APR-05-1999 09:49 THE MOOrE GROUP 7147514552 P.01/02 AQPENDUM NO. 3 ADDENDUM NO.3: To the DrawIngs, Specifications and Contract Documents PROJECT NAME: '.. CROWNE HILL DroVE. PHASE I STORM DRAINAGE, SANITARY SEWER, WA'ffiR IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. , NOTIOE TO BIDDERS: It is intended that al: work affected by the following provisions shall confor~to the Original spac~ications, dated March 10, 1 sse and be incorporated as a part 0/ the oontract documents\ 1. Set'Uadul9 !fAn: a. Replaoe Addendum No.2 bid sheet 2 of 6 with revised bid sheet 2 01 S, dated 415199. Addendum No, 3 (attached). Revise: Item 5. Sidewalk shall be "By Others" and not a part of this contract Item 8. Fog Seal r&vlsed to read "Soli Seal" as per plan. 2. BId Bond: e. The bid bond may be submitted on your bonding company form, rather than the one Included with the bld documents. . 3. Construction Notes: a. Base Is not required under the curb & gLll1er. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1e28 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751.5557 Fax: (714) 751-4552 Date: To: Aoril 6. 1999 Pages From: Fax: Tel: 2 ~t!f/j~'1i:'.2 Marjorie Knitter THE MOOTE GROUP (714) 751-4552 (714) 751-5557 Fax: Tel: 420.001 1 of 2 April S. 1999 ~ 7fI\. APR-iil5-1999 139:49 THE MooTE GROUP 7147514552 P. 132/02 Addlll1dum No.3 4/5/95 BID SCHEDULE "A" . Com Je'e and Subm~ with Bid IITi:M Q STIlEIT IMPROVEMENTS EST1MAlED UNIT TOTAl. NO, CESCRF"rlOO UNrr OUANTTlY COST PIa 1. Cot\alruc:l 6' Cult S Gontor, Type A.., Per AiII Co SId No. 200 LF 4.563 2, Conr.I\lClll" Curl> & Gullet. Type D. Par RIV CO Sttl ND. :lO4 LF 319 3. SOw ca, R....v. end D/ojID.. 01 Oll,ne Exisd~ A.C. Pa;/Omant, Comcleht SO egg " Saw CUt, RefW\lf.l and DI$lXI&Il or Offsllla Eki$ling Qst) & Clu"",. Com'le'e LF 155 ., CofIStruCl SldAWaJlC, w.8.0', Plr Riv Co Sid N=. 0400 & 401 S' 26,695 evo..... 8, Fl.lrrUn and Place PavelY'dnl. A.C., As Per Plal'll. d=O.25' SO 91.773 7. Fu~ end Place Pav.menl. A.a. As P.r Plans SO 91.773 da1.2S' .e.M.. 2.00' 0 C.L 8, Fumioh end Ajlply AsphalUc Em"",,,,, ISeal COaQ, As Per Plans I!F 91.773 9. Fumllh an<I Apply Pnmo Coal. As Par Graon BOok Standaro Spedllcauon.. Page 30'. sec. 3020U EF 91.773 ~O, Fumlch and In.tall Contenin. Monu""",,~ Type A or B. lOA 5 Per Rill CO SId No. IlOO & 901 11. Con&truc:l Brow Dlleh. All Pet Plan. ,",,3' & da" LF 232 By Others 12. C<1nslruCl SUrxllu'sJon Utility Trenoh, As Per Plan IF .ss 13. Cor1&1ruCl Ace... Aamp, Per Alv CO Std No. 402, 403 & 4Q4 EA 2 . 14, Fumioh and l..taIl street Name S'ons. Pot AN CO SId No. 818 EA 16. Fumlsh aru:i lnslrlll Slop Sign Per Rlv CO Std Plana and Onl..nos OA 16. Provide Dirt Baisnce in Paling Area from +/-O.OS' s: 9'.773 17. PrOlllde Dirt Balance under Curb & Gutter from +/-0.05' I!F '2.205 18. Adj..t Water Velva to Grade elter Ff1a1 Pevi'lg i. Installed EA 19 19, Adjust Sewer Manhole to Grade efter Final Paving lOA 9 20. Adjust Storm orail Manhole 10 Grade afte, Final Palling EA e 21. ConSlruet Crou G~nllt and Spandrei per AiII 00 Sid 209 & 210 (10' Wida) s: 1.222 22. Constn.ICt Tr.artti5ltgn Curb & Gutter f 6. CF & a" CF IF 92 SUB-TOTAL, STREET IMPROVEMENTS.......... .............................. .... .................. S STREET IMPROVEMENTS ALTERNATE: Contracto, \a Include ~nll prlcu for the following: 1 . Asphalt Add Add DoclUe! Oedu,"l + 0.05' AC + 0.10' AC 0.05' AI; . 0.10' AC ISF ISF ISF ISF . General C%Jnrractor: 201 Ei Sul:>contia<lor: TOTi'L P. 02 ?,,-"I,tJ . . . APR-05-1999 16: 46 THE MOO7E GROUP 714751~552 P.01/Bl ADDENDUM~O. 4 ADDENDUM NO.4: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE HILL DRIVE - PHASE I , STORM DRAINAGE, SANITARY SEWER, W ArER IMPROVEMENTS And STREET IMPRPOVEMENTS Tuesday, April 6, 1999 @ 2:00 P.M.. BID DATE: NOTICE TO BIDDERS: "Ii Intended that all work affected by the following provisions shall conform to the original specHicatlons, dated March 10. 1999 and be inoorporated as a part 01 the COOlrllcl documents. 1 Schedulllt ffArJ. a. It Is the Intent Of the Owner to provide a balanced sile, The owner shall underoul the street right-of.way to allow for the Contractor to use his trench spoil to balance the street SUbgrade to within +,. 0.10'. ' Revlsa: Ilsm 115 & 17. Revised to read Dirt Balance. "after utilities" Item 8. Revised to read. 'FogSeaJ" as per plan. .... BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 112705 Tel: (714) 751-5557 Fax: (714) 751-4552 II Date: AprilS. 1999 ~~ Pages 1 To: From: Mariorie Knitter THE MOOTE GROUP (714) 751-4552 (714) 751-5557 Fax: Tel: Fax: Tel: 420-001 1 of 2 Anril S. 1999 TOTI'L P.01 'J,.~ . . . PROPOSAL TO THE GENERAL CONTRACTOR RICHMOND AMERICAN HOMES OF CALIFORNIA UNDER PROVISIONS OF SPECIFICATIONS FOR CONSTRUCTION OF CROWNE HILL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER & WATER IMPROVEMENTS From Butterfield Stage Road to 130' East of Peppermint Lane Sta. 12+61.33 to Sta. 34+88.99 CITY OF TEMECULA COUNTY OF RIVERSIDE * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * TO THE MAS1ER DEVELOPER: . -c- The undersigned,' as bidder, declares that this proposal is made without collusion with any other person, firm, or corporation, and that the only persons or parties interested as principals are those named herein; and having carefully examined the site of the proposed work and the plans and specifications therefor, proposes and agrees in the event of acceptance hereof to enter into a contract with the General Contractor, to perform said proposed work in accordance with the terms of the aforesaid specifications, and to furnish or provide all materials, labor, tools, equipment, apparatus, and other means necessary to do so, except such thereof as may be otherwise furnished or provided under the terms of said specifications, for the stated prices on the following pages, to wit: ~ II' 1:'J.t; t I i'1, ~ ;' Caddel General Enqineerino.Inc. Name of Firm ' . $ 71-5-~~H Total Bid Price Note to Bidder: Bidder must sign and complete requested information on page P-3. P-l 'J,-1Z. Crowne Hill Drive, Phase 1 . Proposal Item (1) The General Contractor shall mathematically extend the unit price amount and estimated quantity for each item and sum all items totals. In case of inconsistency or conflict between the total bid price and the sum derived from the mathematical extension and addition of item totals, the sum derived from the addition shall govern and shall represent the bid. (2) If not provided for in the above, the unit price amounts for each item shall include all indirect costs (Le., pennit fee, business license, mobilization, demobilization, excavation, shoring, special bedding, shading, backfill, construction water, excavation, fine grading, compaction, temporary paving, temporary pavement markings, pavement striping, barricades, warning devices, traffic control, traffic detour, dust control, temporary erosion control,' damage repair, maintenance of erosion control, clean up, temporary facilities, portable toilets and job safety as long as the contractor is on the project, coordination, supervision, overhead and profit, etc.), incidental work (i.e., surveying, traffic control, safety devices, construction water, protection of utilities, utility investigation and "pot holes", work necessary for the protection of life and limb, etc.), and other work required by the contract but not listed above. (3) Payment for all work on the above items shall be made subject to verifications in the field of the actual quantity of work performed. . (4) All applicable sales taxes, state and/or federal taxes, and other special taxes, patent rights or royalties are included in the price qiloted in the proposal. ADDENDUM NO. ACKNOWLEDGMENT P-2 '" 1~ Crowne Hill Drive. Phase 1 MRR-2G-1999 16:17 THE ~100TE GRCUP 7147514552 F,01/02 ADDE~PUM NO, 1 . ADDENDUM NO.1: To the Drawings, Specifications and Contract Documents PROJECT NAME: ,.,:: _ fULL DRIVE. PHASE I , STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOYBMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. : NOTICE TO BIDDERS: It is intended that all work affected by the lollowing provisions shall conlon n to th,) original specllications, dated March 10, 1999 and be incorporated as a part 01 the contract documehts 1 Scheduf8 -A-' a. Replace original bid sheet 2 016 with revised bid sheet 2 016, dated 3/26/99, AddencJm No. t (attached). Revised Asphalt Altematll to read: +0.05' + 0.10' -0.05' -0.10' 2. .Construction Schedule - E-l: a. Time lor Completion: b. Construction Start: Forty.Three (43) Working Days On or about April 27, 1999 c. Construction Compeltion: June 25, 1999 . 3. Soecial Provisions - PaQe 0-11' a. Fine Grading and Disposal of Excess Material: Mer Completion 01 installation cy t 1e Subcontractor, the Subcontractor shall regrade the project area 10 :tl2.1ll: and restore any a 1d all damage done by Subcontractor to existing improvements at no additional (;O$t to t 1e Contractor. Export of trench apoil, il required, Is Included in the unit prices. BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana. CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 Date: March 26. 1999 l#'~.;" Pages 2 To: From: Mariorie Knitter THE MOOTE GROUP (714\ 751-4552 (714\ 751-5557 Fax: Tel: Fax: Tel: . 386-005 I of 2 Jamwy27,19')9 1/ 1P\ . . . APR-01-1999 15:41 THE 1100TE GRClJP 7147514552 F', 01/02 ADDENDUM NO. 2 ADDENDUM NO.2: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE HILL DRIVE . PHASE I STORlvl DRAINAGE, SANlTARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS Tuesday, April 6, 1999 @ 2:00 P.M. BID DATE: NOTICE TO BIDDERS: It is intended that all work affected by the following proviSions Shall conform 10 the original specifioations. dated March 10, 1 SSS and be inoorporated as a pari of lhe contract documents, I Schedule "A": a. Replace Addendum NO.1 bid sheet 2 of 6 with revised bid sheet 2 01 6, dated 4/1/99, Addendum No, 2 (attaohed), ' Add: Construct Cross Gutter and Spandre, per Riv Co Std 209 8. 210 . Construct Transition Curb & Gulter, 6" CF & 6" CF ' Prime Coat shall be per Green Book Standard SpilCifioations, page 391, Sec. 302-5.3 Brow Ditch shali be constructed "By Others" Dirt Balance shall be from tf- 0.05' Revise: Item 21. Item 22. Item 9, Item 11. Item 16. & 17. 2 Construction Notes. a. Suitable Excess Material generated by the Grading or Underground Activities may be p'aced on site as directed by Owner. 3.. Bid Bond: a. The Bid Bond shall be made to Richmond American Homes, placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M, THE MOOTE GROUP 1528 6rookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751.5557 Fax: (714) 751-4552 Date: Pages From: April 1. 1999 2 To: l3t~~8~~ Fax: Tel: Mariorie Knitter THE MOOre GROUP (7141 751-4552 (7141 751-5557 Fax: Tel: 420-00 t 1 ar 2 Aprill. 1999 1J~ . APR-05-1999 10:00 THE MOOTE GRClJP 7147514552 P.0V02 -. _. '1. ADDENDUM NO. 3 . ADDENDUM NO.3; To the Drawings, Specifications and Contract Documents PROJECT NAME;' CROWNE HJLL DRIVE. PHASE I srORM: DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all work affected by the following provisions shall conform to the original specifications, dated March 10. 1999 and be incorporated as a part of tho contract documents. Schedulo "A": a. Replace Addendum NO.2 bid sheet 2 of 6 with revised bid sheElt2 of 6, dated 4/5/99, Addendum No, 3 (attachod). Revise: Item 5. Sidewalk shall be "By Others. and not a part of this contract. Item B. Fog Seal revised to read "Soil $eal' as per plan. 2. Bid Bond: a. The bid bond may be submitted on your bonding company form, rather than the one included with the bid documents. . 3 Construetion Notes: a. Base is not roquired under the curb & gutter. placed BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana. CA 92705 Tel; (714) 751.5557 Fax: (714) 751-4552 Date: April 5. 1999 ?f}~~o~' Pages From: 2 To: Fax: Tel: Fax; Tel: Marjorie Knitter THE MooTE GROUP (714\ 751-4552 (714\ 751-5557 . 420-00 I 1 of 2 April S. 1999 1,~~ . . . APR-05 :999 16:58 THE ~100TE GROUP 7147514552 P.01/01 ADDENDUM NO. 4 ADDENDUM NO.4: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE HILL DRIVE. PHA.sE I STORM DRAINAGE, SANITARY SEWER, WA~ IMPROVEMENTS And STREET IMPRPOVEMENTS Tuesday, April 6, 1999 @ 2:00 P.M. BID DATE: NOTICE TO BIDDERS: It Is intended thaI all work affected by the 10UQWing provisions shall conform to the original speoilicationl;, dated March 10. 1999 and be incorporated as a part of the contract documents. 1 Schedule '8:'.: a. It is the intent of the Owner to provide a balanced site. The ownvr shall undvrcutlhe street right-of-way to allow for the Contraclor to use his trench, spoil to balance the street subgrade towitl1in+/- 0.10'. " Revis,,; Ilvm 16 & 17. Revised to read Dirt Balance - "alter utilities" Item 8. Revised to read - "FogSeal" as'per plan. ~ BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M, THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 Date: Aoril 5. 1999 Pages To: Wdl:!t~~ From: ~. Fax: Fax: Tel: Tel: 1 Mariorie Knitter THE MooTE GROUP (714) 751-4552 (714) 751-5557 420-001 1 or:2 April S, 1999 TOTAL P.01 1,,'\ '\, . . . Proposal Item Declaration of the Bidder: (1) That, as the Subcontractor for this project, I specifically agree to comply with the applicable provisions of Section 177.5 of the Labor Code relating to employment by Contractor and any subcontractor under me, of journeyman or apprentice or workman, in any apprenticeable craft or trade. (2) That, by my signature hereunder, I certify that I am aware of the provisions of Section 3700 of the Labor code which requires every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. (}A1>bE=.L 'E~ERA'{:' tJ,.)6',:L;U(! Name of Firm p.O. 8 CJ X 35 ~ L/tLC!11 ~A. (>,q Address 9:2. Qc;-tx3Ss 9oc;- 7q~-3S.3o Telephone CYOC/-7CfCf- /~3{) Facsimile $, 7';<97'9&> Subcontractor's License Number /7 'f-' {!.3 'I Classification Officers of FirmfTitle P-3 11' ~'O Crowne Hill Drive. Phase 1 . Proposal Item AFFIDAVIT FOR CORPORATE CONTRACTOR . J 0 [, e:P l-l -:D. C A- 1) ']) E: L. J J e declares as follows: Thathe~is --H.I=S, })E,.JT Of (!AJJ.PEL. 6EJJEf!RL E::1-J6oJEeR/N6. ..LNC a corporation which is the party making the foregoing proposal or bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit or cost element 0 the bid price, or of that of any other bidder, or to secure any advantage against the Owner or anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company associates; organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare, under penalty of perjury, that the foregoing is true and correct. Dated this (p (day) of A p~ Ii.. (month), fog Q'1 (year) at .L~rnA .I /N2)A , California Signature of affiant: B~ Note: Nortarizatin of signature require . P-9 1?f\ Crowne Hill Drive. Phase 1 Proposal Item . BIDDER'S PROPOSED CONSTRUCTION SCHEDULE: NOTE TO SUBCONTRACTOR: In Accordance with the Bid Documents, the Bidder shall attach his own detailed construction schedule showing the work activities and completion times that the Bidder agrees to adhere to in order to complete the job within the proposed completion time. The proposed construction schedule will show activities on a daily basis. $-3 --r; s- In. 5'"",u- ~""'o/r''''''''J-JI j S'- /7- ro ~-Zl e...,..6 T- dv-r'r- :>-u ..,-0 6- 'I L-'AA-v :z:;...1'",,,,,,,,....r s 6-7 -ro t-/o Yi'r,.., 2>r~u,J z::;...,~""~s 6-21 -rv 7-1 ,hAM I ".,.-~:r- ~'-I/ ~r;T. . . P-4 ?o\ Crowne Hill Drive, Phase I . Proposal Item BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY. TECHNICAL ABILITY AND EXPERIENCE The bidder is required to state what work of a character similar to that included in the proposed contract he has successfully performed in Riverside County, and to give references which will enable the General Contractor to judge his responsibility, experience, skill, and business standing. Said references shall include the name of the supervisor responsible for the acceptance of the work performed. The bidder submits herewith a statement of work which he has successfully performed of a character similar to that included in the proposed contract. '.:S'~ ~41' . . P-5 1>\ Crowne Hill Drive. Phase 1 . . . CA~ldel Qeoel"Al eoaioeel"ioa/ .,Joe. P. 0 BOX 355 YUCAIPA CA 92399 Phone (909) 799-3530 Fax (909) 799-1830 References City of Fontana Public Works 16489 Orange Way Fontana, CA 92335 (909) 350-6760 Cucarnonga County Water District 9641 San Bernardino Road Cucarnonga, CA 91730 (909) 987-2591 Lake Elsinore Municipal Water District 31315 Chaney Lake Elsinore, CA 92530 (909) 674-3146 Murrieta County Water District 4229 Ivy Street Murrieta, CA 92562 (909) 677-7667 ~~ CAddel qeoerAI e091oeerl09/ .,Joe. P.O BOX 355 YUCAIPA CA 92399 P~one (909) 799-3530 Fax (909) 799-1830 . References Richmond American Homes 16845 Van Karman, Ste. 100 Irvine, CA 92614 949-756-7373 Attn.: Roger Hatch Hunter's Ridge, Fontana, Tr. 14275-3 Sewer Improvements ' Water Improvements TOTAL . Hunter's Ridge Summit, Fontana, Tr. 14573-1 Sewer Improvements Water Improvements Storm Drain Improvements Dry Utilities TOTAL Hunter's Ridge, Fontana, Tr. 14572-1 & 2 Sewer Improvements Water Improvements Storm Drain Improvements Dry Utilities TOTAL Fiesta Development, Inc. 14785 Village Dr. Fontana, CA 92337 909-356-1597 Attn.: Dick Rollins Applebrook, Fontana, Tr. 13893 Ph. 2 Sewer Connections TOTAL . $ 22,458.50 $ 30.289.90 $ 52,748.40 $ 79,873.50 $ 85,144.00 $123,039.75 $ 55.132.20 $343,189.45 $ 83,426.46 $ 91,664.00 . $112,433.53 $ 12.866.70 $300,390.69 $ 8.184.00 $ 8,184.00 7);"; .. .'... . . . Fiesta Development, Inc. - Continued Applebrook, Fontana, Tr. 13893 Ph. 2 Dry Utilities TOTAL Park Series, Fontana, Tr. 14240 Ph. 4 Dry Utilities TOTAL Creative Communities Inco Homes, Fontana, Tr. 15793 Sewer Improvements Storm Drain Improvements TOTAL Grizzley Ridge, Murrieta, Tr. 28333 Sewer, Water, Storm Drain TOTAL Mission Grove, Riverside, Tr. 27982 Water, Storm Drain TOTAL William Lyon Homes, Inc. 4490 Von Kannan Ave. Newport Beach, CA 92660 949-476-5236 Attn.: Tom Smet Lyon Victoria, Rancho Cucamonga, Tr. 14534-1 & 2 Water Improvements Storm Drain Improvements Sewer Improvements TOTAL J.C.C, Homes, Inc. 3480 Torrance Blvd., Ste. 300 Torrance,CA 90503 310-540-3990 Attn.: Doug Austin Torrance, Tr. 24166 Water Improvements Sewer Improvements Dry Utilities TOTAL , . "~'. . ", $ 16.842.85 $ 16,842.85 $ 4.192.50 $ 4,192.50 $100,945.00 $ 10.160,00 $111,105.00 $672.427.69 $672,427.69 $594.027.05 $594,027.05 $150,527.50 $ 66,668.00 $219.834.00 $437,029.50 $126,785.00 $ 34,816.99 $ 68.500,00 $230,101.99 tJ' . . . J.C.C Homes, Inc. - Continued Torrance, Tr. 51807 Sewer Improvements TOTAL Fed ExlAcco, Ontario Sewer, Water, Storm Drain TOTAL " Canyon Lakes, Lake Elsinore Sewer Improvements TOTAL Lusardi Construction 1570 Linda Vista Dr. San Marcos, CA 92069 760-744-3133 Attn.: Doug Browne Insituform Southwest, Inc. 9445 Ann St. Santa Fe Springs, CA 90670 562-946-0046 Attn.: Rich Julio $ 55.760.00 $ 55,760.00 $360.117.00 $360,117.00 $130.626.40 $130,626.40 1/fb.{ . . . Proposal Item LIST OF. SUBCONTRACTORS: In accordance with Government code Section 4102, the bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half (112) of (1 %) percent of the total bid and the portion of the work to be done by such subcontractor. SEGREGATED PART OF WORK' % OF WORK' SUBCONTRACTOR' 1. J:.<aYin~.-QY];"lL,aJ.l!L.mU;,.t.eL.J.2-'L__ Name: AAA Pi'lvi ng Add~ss' 3330 N, Locust Rialto, CA 92377 Phone' (909) 829-4041 License No' 314824 2. .s.tQl'llL~aiJ:L..s. t rll "t 1l re.s_J2.%.____ 3. 4, 5. 6. P-6 Name: ~l :=at-pr Tn,.. Address'P,O. Box 759 Fontana, CA Phone' (909) 822-6800 License No: 466576 92334 Name. Address' Phone: License No: Name' Address' Phone' License No: Name: Address' Phone' License No' Name: Address' Phone' License No. -z,'b~ Crowne Hill Drive. Phase 1 . . . Proposal Item AFFIDA VIT FOR INDIVIDUAL CONTRACTORS declares as follows: That he or she is the party making the foregoing proposal or bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership" company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to , fix the bid price of the bidder or any other bidder, or to fix any overhead, profit or cost element 0 'the bid price, or of that of any other bidder, or to secure any advantage against the Owner or anyone interested in the proposed contract; that all statements contained in the bid are true; and, . further, that 'the bidder has not, directly or indirectly, submitted his or her bid price or any . ,breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or . paid, and will not pay, any fee to any corporation, partnership, company associates, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare, under penalty .of perjury, that the foregoing is true and correct. Dated this (day) of (month), (year) at , California Signature of affiant: Note: Nortarizatin of signature required P-7 ~'bi Crowne Hill Drive, Phase 1 . . . Proposal Item AFFIDA VIT FOR JOINT VENTURE OR COPARTNERSHIP CONTRACTOR , declares as follows: That he or she is a member of the joint venture or copartnership firm designated as which is the party making the foregoing proposal or bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid or that anyone shall refrain from bidding; that the ,bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit or cost element 0 the bid price, or of that of any other bidder, or to secure any advantage against the Owner or anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company associates, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. That he has been and is duly vested with authority to make and sign instruments for the joint venture or copartnership by Who constitute the other members of the joint venture or copartnership. I declare, under penalty of perjury, that the foregoing is true and correct. Dated this (day) of (month), (year) at , California Signature of affiant: Note: Nortarizatin of signature required P-8 1J<!O'O Crowne Hill Drive, Phase 1 . . . Proposal Item NOTICE OF EOUAL EMPLOYMENT OPPORTUNITY To: Project Number and Title 'M-I.t>h/ T7 ;1'/~ t7.t>NC E-e/\/ Name of Labor Union, W rker's Representative, etc. Address The undersigned currently holds a contract with the General Contractor. Assessment District Funds or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract and in accordance with Executive Order 11246, the undersigned is obliged not to discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The obligation not to dis~riminate in employment includes, but is not limited to the following: HIRING, PLACEMENT, UPGRADING, TRANSFER, OR DEMOTION; RECRUITMENT, ADVERTISING, OR SOUCITA TION FOR EMPLOYMENT: TREATMENT DURING EMPLOYMENT; RATES OF PAY OR OTHER FORMS OF COMPENSATION; SELECTION FOR TRAINING, INCLUDING APPRENTICESlilP; LAYOFF OR TERMINATION. This notice is furnished you pursuant to the provisions of the above contract or subcontract and Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. {!IH)J)E.L tENaf+t... t:N(,/,vJ::i=i'IJJ 6,:TNc Name of Subcontractor p. (). 8.9 ')I. 3 S5 Address 1f):<~q9- tJ.3SS- J./-t,-c;q Date P-I0 Crowne HiH Drive, Phase 1 1/0[1 ~ALlFORNIA ALL.PURPOSE ACKNOWLEDGMENT State of {! ~L I F 0 /?N / JI'7 County of S,qN "fifC.tJA.eV/.tJO 1- - t. - '9 q before me, 7P- .I;.Uc E ;(; m Date ,_ S "'p~ I 7"\. /l /\."h """;ameLandTrtlet::lCer(9.Q,, "Jane Doe otaryPublic") personally appeared -...1"" _ =. ,., u e,.... V.v= . -....t,,- Name(s) of Signer(s) jlf. personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person~ J. . . . . . . . . . . . . 't whose name~ islal'9-subscribed to the within instrument @'P'A'PRlNCE(andaCknOWledgedtomethathe/Sl:1el.ll:1ey executed the ~ . _. . No! ~# ~~f_ I same in his/l:1er.l.ll:1eir authorized capacity(.ieej, and that by Z . .' ~'ERSlri COUNTY - hisJlle~l.ll:1eir signature(jl? on the instrument the person~, ". MyComm. Ellp/rMAPR 16.1999 or the entity upon behalf of which the person>sl acted, . executed the instrument m......: ". P. 'I fr-:'iCE :; "fI~~ co:'..;:,; , 1~'5.;:40 i; ~ : -~ ~ ~: r-.'. ~ .; - Co'lfornla SO U~ "j :.....o'~'rrv- '<"'* It, ,:~:.~r; 1'6. 1999 I ~""'-". ~-~-......~~ On ~BI.'c OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent- removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: o Individual o Corporate Officer Title(s): o Partner - 0 Limited 0 General o Attorney-in-Fact o Trustee o Guardian or Conservator o Other: _ Top of thumb here o Individual o Corporate Officer Title(s): o Partner - 0 Limited 0 General o Attorney-in-Fact o Trustee o Guardian or Conservator o Other: Top of thumb here RIGHT THUMBPRINT OF SIGNER RIGHT THUMBPRINT OF SIGNER Signer Is Representing: Signer Is Representing: C 1994 National Notary Association. 8236 RemmetAve., P.O. Box 7184. Canoga Park, CA 91309--7184 Prod. No. 5907 Reorder: Call Toll-Free l-aoo-876-682~ . . . Proposal Item NOTICE OF EOUAL EMPLOYMENT OPPORTUNITY Project Number and Title To: t/-IJJh/ 17 /l1 t7""NCE.e Name of Labor Union, W rker's Representative, etc. Address The undersigned currently holds a contract with the General Contractor. Assessment District Funds or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract and in accordance with Executive Order 11246, the undersigned is obliged not to discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The obligation not to dis~riminate in employment includes, but is not limited to the following: HIRING, PLACEMENT, UPGRADING, TRANSFER, OR DEMOTION; RECRUITMENT, ADVERTISING, OR SOUCITATION FOR EMPLOYMENT: TREATMENT DURING EMPLOYMENT; RATES OFPA Y OR OTHER FORMS OF COMPENSATION; SELECTION FOR TRAINING, INCLUDING APPRENTICESHIP; LA YOFF OR TERMINATION. This notice is furnished you pursuant to the provisions of the above contract or subcontract and Executive Order 11246. Copies of this notice will be' posted by the undersigned in conspicuous places available to employees or applicants for employment. {! A- DDEL te/JE:-t-frL f:N~/Ne:e:i' IN 6JIN<: Name of Subcontractor P.t).6D)I.. 35S' Address t!J:W9fj- tJ3ss- 11-&'-'79 Date P-I0 Crowne Hill Drive, Phase 1 1f"'V , -, BID BOND Recitals:]., Caddel General Engineering, Inc. his Contractor's Proposal to County of Riverside, work for Crown Hill Drive - Phase I flContractor", haa subTnittec. . County' , for the construction of public . in accordance with a N.otice Inviting Bids of county c1a'ted March 15, 1999 , a 2. Wa~hiruzton First National Insurance ~any of Arrerica corporation, hereafeer called .Surety., is the surety of chis Bond. Aareement: We, Contractor as principal and Surety as surety, jointly and severally agree and state as follows: ].. The amount of the obligation of this bond is 10% of the amount of the Contraotor's Proposal, including bid alternates, and inures to the benefit of county. 2. This Bond is exonerated by (].) County rejecting said Proposal or, in the alternate, (2) if said Proposal is acoepted, Contractor executes the Agreement and furnishes the Bonds as agreed to in its Proposal, otherwise it remains in full force and effect for the recovery of loss, damage and expense of County resulting from failure of Contractor to act as agreed to in its Proposal. Some types of possible loss, damage and expanse ara specified in the Contractor's Proposal. ' 3. Surety, for value received, stipulates and agrees that its obligations hereunder shall in no way be impaired or affected by any extension of time within which County may accBpe the Proposal and waives notice of any such exellUUlion. . 4. and A8signs. This Sond is binding on our heirs, executors, administrators. suocessors Daeed: March 30, 1999 Attornev in Fact "ContraCtOr.." First National I~UranC~ny of Arrerica ByA/~ cf,~J Ti tIe: Attorney-in-fact "Surety' BY STATE OF ~ Montana COtl'NTY OF Yellowstone ) S5. ) On 'March 30, 1999 hefore , be t person whose name ----- l\Ie personally is subscribed a d Sylvia Tilzey appe re to the within instnunent known eo me to as Attorney in Fact. "'-'''''/ '0' .:~; I.... ,t.r the State at Montana ;.~; 1:.:.,.'",(: ',i:;,:;~~'8;m!1g), Montan~ . :,,~':';~,~;.\_-; l:xr:.lres Aug. 1, ~ 0 J 0 ) '......ilt.'... ~,_. ~ .. Hota: Ul aignaturea "",at he ..otarisec! . - tJ-.'? - POWER OF A TIORNEY FIRST NATIONAL INSURANCE COMPANY OF AMERICA 4333 BROOKLYN AVE NE ~ SEATTLE, WASHINGTON 98105 4333 Brooklyn Avenue N.E. Seattle, WA 98105 .W ALL BY THESE PRESENTS: That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation. does hereby ap20int ...,..............BRIAN T. DONAHUE; SALLY C. DUNDAS; DENNIS P. GAMBILL; LtS L. JENSEN; BEVERLY NEALY; ~YLVIA TILZEY; ALLAN HULTGREN; Bi I I ings, Montana~~MW................................... No. 281 its true and lawful attorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business. and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 22 day of September 19~ CERTIFICATE . "Article V, Section 13. - FIDELITY AND SURETY BONOS , . . the President, any Vice President, the Secretary. and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business . . . On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company. the seal, or a facsimile thereof. may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extra-ct from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28. 1970. Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, m The provisions of Article V. Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (jjj) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof./I I. R A Pierson. Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect IN WITNESS WHEREOF, I have hereunto set my,!land and affixed the facsimile seal of said corporation this 30th day of March 19~ . s- l049/EP 11195 ?,;~ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT . State of California County of On April I, 1999 San Bernardino before me, P. A Prince, Notary Public Date Name and Title of OffICer (e.g., -Jane Doe, Notary Public; personally appeared Joseph D, Caddel, Jr. Name(s) of Signer{s) ~ personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person~ whose name(sj is/!lfe subscribed to the within instrument and acknowledged to me that he.lsRD,ilRe~ executed the same in hisfh'ir/t~gir authorized capacityfiesh and that by his/l<gr~Rgir signature(ll(on the instrument the person(.s'), or the entity upon behalf of which the person(1l acted, executed the instrument. 1~~~~6_~__~A~~~i :< @ COMM, ~ lC63':<<l iI ' ~ :~.; " Notary ::~-~:nfotrla ~ . , ' RIIIERSlDE COUNlY J ,J ~ ~ :~~~~~~__~~16:1~ . OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: o Individual o Corporate Officer Title(s): o Partner - 0 limited 0 General o Attorney-in-Fact o Trustee o Guardian or Conservator o Other: . .. Top of thumb here o Individual o Corporate Officer Title(s): o Partner - 0 limited 0 General o Attorney-in-Fact o Trustee . 0 Guardian or Conservator D Other: Top of thumb here RIGHT THUMBPRINT OF SIGNER Signer Is Representing: Signer Is Representing: <<> 1994 National Notary Association e 8236 Remmel Ave., P.O. Box 7164. Canoga Park, CA 91309-7184 Prod. No. 5907 Roo",,, Call Toll,',.. '-800-87....:zp . . . BID SCHEDULE "A" lete and Submit with Bid IBID DATE: Tuesday, April 6, 1999 a12:00 P.M. allhe Offices of The Moole Group SUMMARY I. Street Improvements $ II. Storm Drainage $ III. Underground Conduit $ IV. Sanitary Sewer $ V. Water Improvements 0" ~1"1 I'i' $ VI. performance, Labor & Materials Bond $ AMOUNT 280 729 96 272 7 5 767 2 94-3 ' -- 7 000 0 TOTAL "BID PRICE" .........................................................................$ ~C);\L16 su~~~oR~Caddel General Enqineerin9r Inc. ADDRESS: p,O, Box 355: Yucaioa. CA 'l:n'l'l-OVi <; .' TELEPHONE: (909) 799-3530 FAX: (909) 799-1830 BY: Joseoh n. C"iklp 1 .Tr . , TITLE: President STATE CO~~OR UCENSE NO: 729798 EXPIRATION: 11/30 I 2000 DATE: 04/06/99 GENERAL NOTES: 1 . UNIT PRICES SHALL PREVAIL IN ALL BID ITEMS IFTHERE IS A DISCREPANCY WITH THE BID EXTENSION AMOUNT. 2, Prices firm through the duration of the project 3. It is the intent of the Master Developoer to have a complete conlracl with the contractor to Iimilthe amount of extra work on the job, 4, No extra charges for move.ins will be charged to the Master Developer, (unless specifically negotiated with the Master Developer), 5. Prices include the cost of all items necessary to perform the work as set forth in the contract documents and\ specifications. No allowance will be made to subcontractor because of a lack of SlJch examination. 6. Construction Water is by Subcontractor and included in the Schedule of Unit Prices. . 'b~ General Contractor: 1 of 6 Subcontractor: . . . APR-05-19S9 10:80 THE nOCil E GFDJP Addendum No. 3 4/5/99 I rm.1 I) STREET IIAPROVEMEnTS NO. DESC$lJF1'lCN , . Constr .Ie" 6" C."b & Gutter, Type A.6. Per Ri', Cc Std "No, ~OO 2_ Conszr.lel S~ Cut1) .$: C1.uuer. Ty~ O. Per Aiv Co SIC No. 204 3. Saw Cut. Removo and Ois~ose 01 Offsi11t E.xis:in~ A.C. Pavement. Complete 4. Saw Cut ".:nove and Olspou of Offllle !:d$llniJ Curb & Gl.:h8r. Canelate 5. Ccn,tNd Sidewalk. w-e.Q', Per Aiv Co Std No, 40C & 401 6. Fumlsh and PI,ac.l Pavement. AC.. ,.. Per FIa.,.. d=O,25' 7. Fum~h and Place Pavement, A.a., A$ Pfl' Plaro$ 0.1.25' OE.M. . 2.00' 0 C,L. 8. Fu~n;$h 4t\d Apply Asphaltic: Emu;~on (Seal Coat), As Per P1an~ 9. Fumisll and Apply Primo C.... As Pot Groen aook SWldard SpeclflcaHonl. Plge 391. SIC. 302-5.3 . to. Fum;sh and hstall Cenrertlne Monumtnll. Ty~, A or e. Per Aiv Co Sid No. 900 & 901 11. eon$tl\lct Brow Ditch. As Per Plan. w~3' & d=1' 12, CcnSlIuol Subdivision Ulillty Trench, As Per Plan , 3. Conslruc;l ~8S1i Ramp, Ft., RIv Co $ta NO. 402. 403 I 404 14. Fumis' ""d Instail St'''l Nlme Sign.. Pe, Riv Co std No. a16 1 S. Fuml.sh.-ld Instr;1l Slop Sign ~it Alv Co Stc Plans atId OflYfinQs ,16. Provide Clrt Balance in Paving Araa 'rem .1.0,05' 17. Provide Dirt Balance unoer Curb & Gutter 'rcm _1_0.05' is. Adjust Water Valve to Grade att.r Final Paving is inSlall.o 19. Adjuat Sawer Manhole to Grade aftar Final Paving 20, Adiusl Slo1m Drain Manhole to Grad. after Final Paving 21. Construcl Croos Gutter and Spandrel per Riv Co SId 209 & 210 (10' Wioe) 22. Construct nansisitcn Curb & Gutter, e' CF & 8' CF UNIT" LF 9' S' S' !F !F EA L= IF EA fA EA S' 9' so. EA fA 9' U' ESTlMATED QUANTITY LF LF 4,583 -{l':+ '.':'.14:::':>':: r-.~.';;;~ I BID SCHEDULE. A 'j Comolete and Submit with Bidl UNrr COST 319 i8 :70 12,00 1.00 2,00 TOTAl. R=n --39,698.10 3.828.00 699,00 270.00 8y Othars 57,816,99 140,412,69 2,753,19 2,753,19 5.000.00 Bv Others 1 .584 .00 200,00 295.00 105,00 9,177.30 1.220.50 2.850,00 3,375,00 ;>,;><;0 00 5.499.00 943.00 SUB-TOTAL, STREET IMPFlOVEMENTS..........................................."".............., $ 280,729,96 g: 21!1,S95 91.773 91.713 .',77~ aa. 135 ,63 1,53 .03 .',773 ,03 51 .000 ,00 .1,713 12.205 232 288 5.50 100.00 295,00 105.00 .1 0 .10 150,00 375,00 2 19 9 6 ]71:) 00 1.222 4 ,50 .2 10 25 STREET IMPROVEMENTS ALTERNATE: CCl\tractor to includa unit prJce5 fcr the following: 1 . Asphalt AOd Add OQduet Deduct + 0,05' AC + 0.10' AC MS' AC . 0.10' AC ,10 ISF ,18 iSF ,09 ISF ,17 ISF GOl'ler.t1 Gl:Jntf8clOl: 2 of 6 Subccntractor: TOTt'lL P.02 1/0..." . BID SCHEDULE "A" Com lete and Submit with Bid fTEM III) STORM DRAINAGE ESTIMATED UNIT TOTAL NO. DESCRJP11CN UNIT QUANTITY COST FfCl: 1. Furnish, instail and Construct 24' X 18" Junction Structure, Type No.2, complete with ail fittings, EA accessories, excavation, bedding and backfill, Per 1,275.00 1 .275.00 RCFC&WCD JS-227 2. Furnish, Instail and Conslruct 27' X 18' Junction Structure, Type No.2, complete with ail fittings, EA accessories, excavation, bedding and backfill, Per 1,275.00 1 ,275.00 RCFC&WCD JS-227 3. Furnish, Inslall and Construct Catch Basin NO.1 & Local Depression No. 2-8, w=28', complete with all fittings, EA 3 accessories. excavation. beddina and backfill. Per 11,095.00 33,285.00 RCFC&WCD CB-l OOlLD-2Ql 4. Furnish, Install and Construct Catch Basin No.1 & Local , Depression No. 2-8. w=21', complete with all fittings. EA 1 11,450.00 accessories. excavation. beddina and backfill. Per 11 ,450.00 RCFC&WCD CB.l00lLD.2Ql 5. Furnish, Install and Construct Calch Basin #6 & Local Depression No. 3-8, w=28', complete with all fittings. 13,800.00 13.800.00 accessories. excavation. beddina and backfill. Per EA RCFC& WCD CB.l02ILD.2Q2 6. Furnish, Install and Construct Catch Basin #6 & local Depression No. 3.8, w=24', complete with all fittings, 12,650.00 . accessories. excavation. bedding and backfill. Per EA 12.650.00 RCFC&WCD CB-l02ILD-202 7. Furnish, Install and Construct 27-x1S-x24-x36- Manhole No. 1, wI Cover & Frame, complete with all fittings. accessories, 3,350.00 3,350.00 excavation. beddino and backfill, Per EA RCFC&WCD MH.251 8. Furnish, Install and Construct 27-x2,r Manhole No.1, wi Cover & Frame, complete with all fittings, accessories, 3,350.00 excavation. bedding and backfill. Per EA 3,350.00 RCFC&WCD MH.251 9. Furnish, Install and Construct 24-x1S-x2r Manhole No.1, wI Cover & Frame, complete with all fittings. accessories, 3,350.00 excavation. beddina and backfill. Per EA 3,350.00 RCFC&WCD MH-251 10. Furnish, Install and Construct 1 S-x1S-x24- Manhole No.1, wI Cover & Frame, complete with all fittings, accessories, 3,350.00 excavation. bedding and backfill. Per EA 3.350.00 RCFC&WCD MH-251 11. iFurnish. Inslall and Construct 36-x36- Manhole No.2. wI Cover & Frame, complete with all fittings. accessories, 3,795.00 excavation. bedding and backfill. Per EA 3,795.00 RCFC& WCD MH-252 12. Furnish, Inslall and Construct 36-x36- Manhole No.4, wi 'Cover & Frame. complete with all fittings, accessories, EA excavation. beddina and backfill. Per 4.150.00 4 . 1 SO nn RCFC&WCD MH.254 13. Furnish. Install and Construct 1 S- Standard Concrete Pipe Collar. complete with all fittings, accessories. excavation. EA 2 beddina and backfill. Per 400.00 800.00 RCFC&WCD M-603 14. Remove Concrete 8ulkhead & Join Existing 36- Rep, complete EA 175.00 17<; 00 . 110..'0 General Contractor. 3. of 6 Subcontractor: . . BID SCHEDULE "A" lete and Submit with Bid fTEM III) STORM DRAINAGE ESTIMATED UNIT TOTAL NO. DESCRIPllCN UNIT QUANTITY COST I'F<<:E 15. Furnish, Install and Construct 36" Temporary Inlel Apron (As EA 860.00 Per Plan), comolete 860.00 16. Furnish. Install and Construct 18" Rep, Class IV, wI Bedding & Backfill. complele with all fittings. accessories, excavalion, LF 466 beddina and backfill 50.00 24.400.00 17. Furnish, Install and Construct 24' RCP, 1350-0, wi Bedding & Backfill, complete .with all fittings, accessories. excavation, LF 360 beddinc and backfill 84.00 30,240 00 16. Furnish, Inslall and Construct 27" Rep, 1350-0, wI Bedding & Backfill, complete with all fittings, accessories, excavation, LF 460 beddina and backfill 116.00 55.6RO 00 19. Furnish, Install and Construct 36' RCP, 1350.0, wi Bedding & Backfill, complete with aU fittings, accessories, excavation. LF bedding and backfill 504 no 00 h" t;?n nn . SUB-TOTAL, STORM DRAINAGE...................................................................... $272.755.00 TOTAL I'F<<:E 414 00 1,320.00 1.5n 20 1 .560 00 960.00 SUB-TOTAL, UNDERGROUND CONDUIT ........................................................... $ 5.767.20 General Contractor: 4 of 6 Subcontractor. 1->~o.... .;., . . . BID SCHEDULE "A" Com lete and Submit with Bid ITEM ~SANITARYSEWER ESTIMATED UNIT TOTAL NO. DESCRlP'llCN UNIT QUANTITY COST FfCl: 1. Furnish and Install 8- Sanitary Sewer. vep I Sewer Pipe, complete with all fittings. accessories. excavation, bedding 20.00 and backfill. Per LF 148 2.960 00 EMWD SB-157, 158, 159 2. 8- Sanitary Sewer, vep I PVC, Sewer Pipe. complete with all fittings, accessories. excavation, bedding and backfill. Per 18.00 34,920.00 LF 1,940 EMWD 5B.157, 156. 159 3. Furnish and InstallS. Standard Manhole. wI Cover & Frame, complete with all fittings. accessories. excavation. bedding 1,775.00 15.975.00 and backfill. Per EA 9 EMWD 58,53, 56, 58. 61 4. Furnish and Install 8- Standard Temporary End Plug, complete In glace. as per Dlan EA 5 150.00 750.00 5. Pull Temporary Plug & Join Existing 8- PVC. complete as per Dlan EA 150 00 1<;0 00 SUB-TOTAL, SANITARY SEWER.......................................,............................... $ 54.755.00 General Contractor: 5 of 6 Subcontractor. ,?,p . BID SCHEDULE "A" Com lete and Submit with Bid fTEM V) WATER IMPROVEMENTS ESTIMATED UNIT TOTAL NO. DESCRIPllCN UNIT QUANTITY COST FfCl: 1. Furnish and InstaJl12'Water Main. PVC, Cl200, C-900, Water Pipe, complete with all fittings. accessories. excavation 24.00 beddina (if reauired) and backfill. Per LF 222 5.3::1R 00 RCWD RW.22. 25 2. Fumish and Install 12- Water Main, PVC, CL150, C-900, Water Pipe, complete with all fittings. accessories, excavation bedding (it reQuired) and backfill. Per LF 2,050 21 00 41 osn nn RCWD RW-22, 25 . 3. Furnish and Install 8- Waler Main, PVC. CL 150. C-9OO, Water Pipe, complete with all fittings, accessories. excavation beddina (it reQuired) and backfill. Per LF 283 17 .00 4.R11 00 RCWD RW-22, 25 4. Furnish and Install 2- Copper Residential Water Service Lateral, complete with all fittings. accessories, excavation b~ding (if EA 31,090.00 3.270.00 reauired) and backfill. Per RCWD RW-l, lA, 14 5. Furnish and Install 12- Wedge Valve, wi Valve Can & Cap, complete with all fittings, accessories, excavation bedding (if reauired) and backfill. Per EA 81 .375.00 11 .000 00 RCWD RW-26, 30, 31 6. Furnish and Install 8- Wedge Valve, wI Valve Can & Cap, complete with all fittings. accessories. excavation bedding (if . reauired) and backfill. Per EA 6 775.00 4.650 00 RCWD RW-26, 30, 31 7. Furnish and Install 6- Fire Hydrant Assembly, and PVC Water Pipe, complete with all fittings, accessories. excavation beddina (if reQuired) and backfill. Per EA 52.050.00 10 ::1<;0 00 RCWD RW.l, lA, 8. 22, 26, 30, 31 & Riv Co SId No. 400 8. Fumish and Install 1- JiJr Vacuum & JiJr Release Assembly, complete with all fittings, accessories. excavation bedding (if 61,750.00 10,500.00 reQuired) and backfill. Per EA RCWD RW.1, lA, 9 9. Furnish and Install 8- End Cap, Per RCWO RYV-24 &26, comDlete EA 7 125.00 R7S 00 10. Pull S- End Cap & Jl?in Existing, complete as per plan. EA 150.00 150.00 SUB-TOTAL, WATER IMPROVEMENTS ,............................................................ s-9~S3-4-;i)O 13/'i W . '1fJ\ General Contractor. 6 of 6 Subcontractor. ~ w. c; ..... (') o 2: ""l Xl )> (') -i e o '0 m. . . . BID PROPOSAL & CONTRACT SPECIFICATIONS FOR THE CONSTRUCTION OF CROWNE HILL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS From Butterfield Stage Road to 130' East of Peppermint Lane Sta. 12+61.33 to Sta. 34+88.99 CITY OF TEMECULA COUNTY OF RIVERSIDE IBid Date: Tuesdav. April 6. 1999 at 2:00 P.M. Anticipated Start Date: On or about Mav 3. 1999 Requirements: Bid Bond Performance, Labor & Payment Bond Prevailing Wage General Contractor: Herein Referenced "Contractor" RICHMOND AMERICAN HOMES OF CALIFORNIA A Colorado Corporation 104 W. Grand Avenue, Suite A Escondido, CA 92025 Tel: (760) 745-1605 Fax: (760) 745-4516 Subcontractor: HILLCREST CONTRACTING INC. P.O. Box 1898, Corona CA 91718-1898 Fed Ex: 1467 Circle City Drive, Corona, CA 91719 Tel: (909) 273-9600 Fax: (909) 273-9608 DATE: April20,1999 Crowne Hill Drive, Phase 1 ~'? DIRECTORY . GENERAL Richmond American Homes Mr. John Mecklenburg (760) 745-1605 CONTRACTOR: 104 W. Grand Avenue, Suite A Fx 745-4516 Escondido, CA 92025 GENERAL Richmond American Homes Mr. John Mecklenburg (760) 745-1605 CONTRACTOR: 104 W. Grand Avenue, Suite A Fx 745-4516 Escondido, CA 92025 SUBCONTRACTOR: Hillcrest Contracting, Inc. Mr. Hugh E. Lee (909) 273-9600 P.O. Box 1898, Corona, CA 91718-1898 Fx 273-9608 Fed Ex: 1467 Circle City Drive, Corona, CA 91719 CONSTRUCTION Richmond American Homes Mr. John Mecklenburg (760) 745-1605 MANAGER: 104 W. Grand Avenue, Suite A Fx 745-4516 Escondido, CA 92025 BID The Moote Group Ms. Marji Knitter (714) 751-5557 ADMIN.: 1528 Brookhollow Dr., Suite 57 Fx 751-4552 Santa Ana, CA 92705 . CIVIL Robert Bein,William Frost (REF) Mr. Mike Tylman (909) 676-8042 ENGINEER: 27555 Ynez Road, Suite 400 Fx 676-7240 Temecula, CA 92591 GEOTECHNICAL Petra Geotechnical, Inc. Mr. Mark Bergman (909) 699-6196 CONSULTANT: 27620 Commerce Center Dr., Suite 103 Fx 699-6197 Temecula, CA 92590 AGENCY: Riverside County Transportation Dept. Mr. Kelly Donovan 4080 Lemon Street, 8'" Floor Riverside, CA 92501 (909) Direct Fx 955-6745 955-2091 955-3164 INSPECTION City of Temecula Mr. Ron Parks 43200 Business Park Drive Temecula, CA 92590 (909) fx 694-6411 694-1999 Riverside County Flood Control Easlern Municipal Water District Rancho California Water District . Crowne Hill Drive, Phase 1 01- . TABLE OF CONTENTS NOTICE TO CONTRACTORS/INVITATION FOR BIDS .............................................. A-I INSTRUCTIONS TO BIDDERS .................................................................................... B-1 STANDARD SPECIFICATIONS AND SPECIAL PROVISIONS SPECIAL CONDITIONS . 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. 30. 31. 32. 33. 34. 35. 36. 37. 38. 39. Obstructions.......................... ................................................................. ..... Subcontractor's Site Facilities ....................................................... ............. ..... Coordination with Other Trades ..................................................................... Permits and Fees ..................................................................................... ....... Staking .... .... ... ....... ... .... ........ .... ............ .... ............. ..... ........ ...... ..... ................. Soils .... .... .... ...... ......... ................... ....... .... .............. ....... ....... ...... ..... .... ... ........ Earthwork Compaction Requirements ..................................................... ...... Flow and Acceptance of Water ....................................................................... Removal of Water ....................................................................................... .... Dewatering (If applicable) ............................................................................. Furnishing and Applying Water .............................................................. ....... Erosion Control . ...... ... ....... ....... .............. ......... ......... ..... ... ...... ..... ...... ... .... ...... Dust Control..... ... ....... ...... ... ....... ..... ... .... .............. ........... ...... ....... ........ .... ...... Hours of Construction ............................................................................. ....... Equipment Maintenance ................................................................................. Inspection .... ....... ..... ..... ... ......... ...... ...... ....... ........ ....... ........ ..... .... ............... .... Superintendence ..... ................... ...... ...... ....... ........ ........................ .... ..... . ... ..... Co~pen~ation for .E~tra W~r~. ........................................................................ Ve~lficatlOn of EXI~tll;1g Facl~I~I~s .................................................................... Mamtenance of EXlstmg Facilll1es ........................................................ ........... Inspection of Site ................................................................................. ........... Testing, Re-Testing, Re-Survey and Re-Inspection .......................................... Safety . ... .... .... ....... ... .... ............ ...... .......... ........ ........ .... ..... ..... .... ...... .............. ... Indemnity . ....... ...... ... .... ..... ........... ......... ...... ......... ........... ..... .... ........ .... ... ......... Dumping Fees ....... ..... ... ...... ... ....... ...... ........ ......... ...... ... ...... ...... ....., ....... ..... ..... Time for Commencing and Complete Work ...................................:................. Rain Days .... ..... ... ... ..... ... ............ ..... .... .... ............. ........ ......... ..... ....... ... ..... ....... Payments . .... ....... ..... .... ... ........ .... ..... .......... ......... ..... ...... ...... .... ..... ....... ... ..... ..... Insurance . .... ..... .... .... ... ...... ...... ...... .......... ......... ..... ....... ....... ..... ..... ...... .... ........ Public Convenience, Public Safety and Maintaining Traffic ............................ Trench Safety and Shoring Excavation ....................................................... ..... Fine Grading and Disposal of Excess Material................................................... Handling of ExportlImport Materials or Temporarily Stockpiled Excavated Materials Removal of Existing Materials ........................................................................... Traffic Control .... ............. ....... ....... ...... ..... ........... ........ ............. .................. ...... Street Closures, Detours, and Barricades ............................................................ Default by Subcontractor . ....... ......... ........ .............. ............. ...... ....... .... ..... ......... Maintenance, Removal, and Reconstruction of Utilities and Other Facilities ........ Bid Schedule of Unit Prices .. ................. ................ ............ ......:.................... PROPOSAL DOCUMENTS (Thu. section must be submitted with Bid Proposal) 1. Bid Proposal.... ...... .... .............. ...... .......... ............ ........... .... ..... ...... ... .... 2. Bid Schedules - Unit Price Bid and Supporting Prices ................................. 2. Bidder's Proposed Construction Schedule .................................................... 3. Equipment and Labor Time and Material Rate Sheet ................................... C-l D-I D.I D-I D-I D-2 D-2 D-2 D-2 D-2 D-3 D-3 D-3 D-3 D-3 D-3 D-4 D-4 D-4 D-4 D-4 D-4 D.4 D-5 D-5 D-5 D-5 D-5 D-5 D-5 D-8 D-8 D-9 D-9 D-9 D-9 D.9 D.lO D-IO D-lO P-I Attachment Attachment Attachment . ADDENDUMS 1. Addendum No. 1............................................................ ....................... Attachment 2. Addendum No. 2...... .... ........... ....... ...... ........................ ...... ................... Attachment 3. Addendum No. 3 ...... .... ..... ...... ....... ........ ............... ................ ..... ........... Attachment 4. Addendum No. 4 .... ........ ...... ............. ..... ............ ... ......... ............ ........... Attachment Crowne Hill Drive. Phase 1 ~6 . . . ADDENDUM NO. 4 ADDENDUM NO.4: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE HILL DRIVE - PHASE I I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all work affected by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. 1. Schedule "A": a. It is the intent of the Owner to provide a balanced site. The owner shall undercut the street right-of-way to allow for the Contractor to use his trench spoil to balance the street subgrade to within +/- 0.10'. Revise: Item 16 & 17. Revised to read Dirt Balance. "after utilities" Item 8. Revised to read. "FogSeal" as per plan. BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751.5557 Fax: (714) 751-4552 :-'."~ MOOTE GROUP Date: April 5. 1999 Pages 1 To: From: Mariorie Knitter THE MOOTE GROUP (714) 751-4552 (714) 751-5557 Fax: Tel: Fax: Tel: 420-001 1 of 2 April 5, 1999 ~ . . . ADDENDUM NO. 3 ADDENDUM NO.3: To the Drawings, Specifications and Contract Documents . PROJECT NAME: CROWNE HILL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all work affected by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. 1. Schedule "A": a. Replace Addendum NO.2 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/5/99, Addendum No.3 (attached). . Revise: Sidewalk shall be "By Others" and not a part of this contract. Item 5. Item 8. Fog Seal revised to read "Soil Seal" as per plan. 2. Bid Bond: a. The bid bond may be submitted on your bonding company form, rather than the one included with the bid documents. 3. Construction Notes: a. Base is not required under the curb & gutter. BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookholiow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 , Date: April 5. 1999 Pages 2 To: From: Mariorie Knitter THE MOOTE GROUP (714) 751-4552 (714) 751-5557 Fax: Tel: Fax: Tel: 420-00 1 1 of 2 April 5, 1999 ~~ rw I" "-/..,; ......... ........-...,., ...- . ............... Addendum No, ~ 4/5/99 I ElIDSCHEDU[E "A':l Comole18 lllld Submit with Bid . r~ Q5TREETIMPROVEMENTS ESTIMATED UNrT TOTAL I UNrT OUAlml'Y ccr>T FR::E 1- Consbuct 6' CllI1l & Gulter, Type p.~, Pel Rlv CO Sid No. 200 U' 4,5e3 2. Consll\JCl e' CUrb & Gullot, Typo 0, Por Rlv Co Sid No. 204 IF 318 3. Saw CUt, Rc","", ond Dlspos. 01 QlfsllO Eldsting AC. Pavemenl Complete $' B89 4. Saw Cut, Romove and DI.po.. of Oll.lle ExI.lin~ CUll) 1\ Guuer, ComelltA IF 135 5, Cot\~UUCI Sidewalk, W=8,Q', Por AN Co Sid No. 400 1\ 401 G' By Oihe.,. 28,895 6. Fumloh and PI""" Pavement, A.C., A$ Fer Plen" d.(l.25' $' 91,773 7. Fuml.h and Place Pavemenl, ....B" A$ Por Plen. 91,773 !F d=1.25' CE.M., 2.00' 0 C.L e. FUlrlsh and Apply AcpholUc Emulelon (Saal Coal), IU Per Plan. !F 81,773 9. Furri$h and Apply Prime Coa~ N. Por G..... S40k SlandarQ Specifications, Page 31l1, Soc. 302-5.3 G' 91,773 10. f'umloh and Install Contorllne Monumenl$, Typo A Dr B, E'A 6 Per Rlv Co 51d NO. BOt'! & 901 11. ConGI",'" BrDw Ditch, AS Per Plan. w=3' 1\ d=l' Bv Olhel$ UF 232 12. COl1l!lruct Subdivision Utility Trench, As por pien UF 2BB . 13. ConstNCt Acee$s Ramp, Per AN Co Sid No. 402, 403 & 404 EA 2 H, Furnish o~ lnotall Street Nome $Ig... Por Riv Co SId No. B18 E'A 15, fumlsh .,,4 Instratl Slop SIgn Psr Rlv Co SId Plana and Drawll\lls EA le. Provide Oin Balance In Paving Area from +1-0.05' !F 91,773 17. ProvIde Dirt Bal8nce under Curb & Gunar from +1-0,05' SF 12,205 18. Adjust WeIer. Valve to Grade a~ar Final Paving Is installed EA la 19. Adjust Sewer Manhole io Grad. after Final Paving EA V 20. Adjust Storm Drain Manhol. to Grade a~or Final Paving EA 6 21. Construct Cross Guner and Spanctr~1 pe' Riv Co Sid 209 &. 210 (10' Wide) ~ 1,222 22. Construct T"l1l!lsM~ Curb &. Gun.r, 6' CF " S' CI" UF 92 SUB-TOTAL, STREET IMPROVEMENTS..........., ,..........,................ ....................., $ S'mEET IMPROVEMENTS AI. TE!:1NAn:: Contractor to Includ. unit prlcaa for the following; 1. Asphalt Add Add Doducl Deduct + 0.05' AC + 0.10' AC 0.05' AC . 0.10' AC ISI" ISF ISF ISF . 2 of 6 SubcontnlC1or. aft> TOTAL P.02 General Contraclor. . ADDENDUM NO. 2 ADDENDUM NO.2: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE HILL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that all work affected by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. 1 . Schedule "A": a. Replace Addendum NO.1 bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 4/1/99, Addendum No.2 (attached). Item 11. Item 16. & 17. Construct Cross Gutter and Spandrel per Riv Co Std 209 & 210 Construct Transition Curb & Gutter, 6" CF & 8" CF Prime Coat shall be per Green Book Standard Specifications, page 391, Sec. 302-5.3 Brow Ditch shall be constructed "By Others" Dirt Balance shall be from +/- 0.05' Revise: Item 21. Item 22. Item 9. Add: . 2. Construction Notes: a. Suitable Excess Material generated by the Grading or Underground Activities may be placed on site as directed by Owner. 3. Bid Bond: a. The Bid Bond shall be made to Richmond American Homes. BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 [I' v:;; MOOTE GROUP Date: April 1. 1999 Pages 2 To: From: Mariorie Knitter THE MOOTE GROUP (714) 751-4552 (714) 751-5557 . Fax: Tel: . Fax: Tel: 420-00 1 1 of 2 April 1, 1999 at' APR-01-1999 15:29 THE MOOTE GROUP 7147514552 P.02/02 Addendum No.2 4/1199 . I BID SCHEDULE "A" CcmDlete and Subm~ with Bid I fTEM I) STREET IMPROVEMENTS ESTlMATED UlIIlT TOTAL UNrr QUANTllY COST FfCl: NO. OESCRlPJOll 1, ConOlruol 8' Curb & Gutter, Type A-8, Per Riv Co SId No. 200 I.F 4.583 2. Construot 8' Curt> &. Gutter, Type 0, Per Rlv Co Std No. 2001 I.F 318 3. Saw CUt, Remove and 01$1'0'" 01 Offstte Existing A.C. Pavemen~ Complete !iF 899 4. Saw Cut, Remove and Dispose 01 Ofltlte ExIsting Curb & Gutter. Complete I.F 135 S. Construol Sidewalk, w=6.0', Per Rlv Co SId No. 400 & 401 !iF 28,895 8. Furnish end Place Pavement, A.C" ~ Per Plans, <1-0.25' !iF 91,773 7. Furnish and Place Pavement, A.B., M Per Plans !iF .91.773 a.1.25' OE.M.. 2,00' 0 C.L 8. Furnish and Apply AsphaltiO Emulsion (Fog Seal), AI; Per Plans !iF 91,773 9. Furnish and Apply P~me ClIa~ As Per Green Book Standard Specification.. Page 391. Sac. 302.5.3 !iF 91,773 10. Furnish and In.l8Il Cente~ine Monuments, Type A or 8, EA 5 Per Riv Co SId No, 900 & 801 11. Construct Brow Ditoh, AI; Per Plan, ",,3' & d;1' Bv Olhers . I.F 232 12. Construet Subdivision Utility Trench, As Per Plan IF 2aa 13. Construot Acceas Ramp, Per Polv Co Sid No. 402, 403 & 404 EA 2 14. Furnish and Install Sttaet Name Signs, Per RIv Co SId No. 818 EA 15. Furnish and In$lrall SlOp Sign Per RIv Co Std Plans and Drawinc$ EA 18. Provide Dirt Balance in Paving Area 'rom +1.0.05' !iF 81,773 17. Provide Dirt Balance under Curb & Gutter from +1-0.05' !iF 12,205 18. Adjust Water Valve to Grade after Final Paving is installed Ell, 19 18. Adjust Sewer Mllnhols to Grade after Final Paving EA 8 20. Adjust Storm Drain Manhole to Grads elter Final Paving EA 6 21, Con9lruCt Cross Gutter and Spandrel per Rlv Co Sid 209 &. 210 (10' Wids) S' 1,222 22. Construcl Translalton Curb & Gutter, S' CF &. 8' CF I.F 92 SUB. TOTAl, STREET IMPROVJ!MENTS..., ........"...... ,..... ,.....,. ,..... ...................... $ STREET IMPROVEMENTS ALTERNATE: Contractor to include unll price6 for the 'ollowlng: 1 . Asphalt Add Add Deduol Deduct + 0.05' AC + 0.10> AC 0.05' AC . 0.10' AC ISF ISF ISF ISF . ~l General Contracto~ 2 of 5 succontractor. . . . ADDENDUM NO. 1 ADDENDUM NO.1: To the Drawings, Specifications and Contract Documents PROJECT NAME: CROWNE HILL DRIVE - PHASE I ' STORM DRAINAGE, SANITARY SEWER, WATER IMPROVEMENTS And STREET IMPRPOVEMENTS BID DATE: Tuesday, April 6, 1999 @ 2:00 P.M. NOTICE TO BIDDERS: It is intended that ali"work affected by the following provisions shall conform to the original specifications, dated March 10, 1999 and be incorporated as a part of the contract documents. 1. Schedule "A": a. Replace original bid sheet 2 of 6 with revised bid sheet 2 of 6, dated 3/26/99, Addendum No. 1 (attached). Revised Asphalt Alternate to read: 2. Construction Schedule E.l: + 0.05' + 0.10' .0.05' .0.10' a. Time for Completion: b. Construction Start: Forty-Three (43) Working Days On or about April 27, 1999 c. Construction Compeltion: June 25, 1999 3. Special Provisions - Page 0-11: a. Fine Grading and Disposal of Excess Material: After Completion of installation by the Subcontractor, the Subcontractor shall regrade the project area to +0.1 0' and restore any and all damage done by Subcontractor to existing improvements at no additional cost to the Contractor. Export of trench spoil, if required, is included in the unit prices. BID DATE REMAINS THE SAME: Tuesday, April 6, 1999 @ 2:00 P.M. THE MOOTE GROUP 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 .:'.. MOOTE GROUP Date: Pages From: Mariorie Knitter THE MOOTE GROUP (714) 751-4552 (714) 751-5557 March 26. 1999 2 To: Fax: Tel: Fax: Tel: 7\ 386-005 1 of 2 January 27,1999 APR-e6-1999 11:23 THE MOOTE GROUP 7147514552 P,02/03 Addendum No. 1 3/26/99 . I BID SCHEDULE uA'~ ComoJele llIld Submit with Bidl IrreM . OS11l=TIMPFlOVEMENTS ESTlMA1ED UNIT TOTAL NO. DESCFlI'TDl UNIT QUANTITY ccsr I'KlO 1- C..,.lNCl S' Curb & Gu"er, T~ A.., Pet Ri, Ce Std No. 200 IF 4.S9:l 2. Construct S" Curb &. Gunsr. Type O. Per RIV Co SIC' No. 204 LF 319 3. s.w CUI, Remove end DispoGO of OlfGlle ExisllllQ A.C. P.v....."" Comclfl. SO 6a9 4. Sow Cut, Flomav. and Dlapose at Onal,. Exlatlng Cwb to Gulter. complete LF 135 5. Cen",ru.. Sidewalk, .....0', Per Fliv Ce Std No. 400 & 401 !J' 26.695 e, Fumlsh and Placo Pavement. A.C" "" Por Plena. d.O.25' 11' 91r77'J 7. Furnish and Place Pavement. A.B., As Per Plan. SF 91,773 d;1.26' OE.M.' 2.00' 0 C.L 9. Fumiah and Apply Asph.lllUc Emulsion (Fog Seal). As Per Plans 9' 91,773 9. ,Furnlah and Apply Prime Ceal, As Por PI.". SF 91,773 10. Fumi:ih and tnstBIl centerline Monurrwnts, Type A or B. EA 5 Po, RIv Ce SId No. goO & 901 11. COlIs:tnJct Brow eltch, As; Por Plan, ~' & d..." IF 232 . 12. OO""lruct Subdivision Utility Trench, Ai Per Plan LF 29B 13, Cg~trvct Accos=i AiII'nP. Per Alv Co Std No. 402, 403 & 404 EA 2 14. Fumlah and Install Slreet NOIre Sign.. For Riv Co Sid No. 815 EA 15. Fuml"" and 1....211 SlOp Sign For Ri. Co $ld PlM$ and Drawingl EA 18. Provide Din Balance in Paving Area from .../.0.5' ~ 91,773 17. Prnvioe Dirt Balance under Curb & Guttar from +1-0.5' ~ 12,205 lB. Adjust Walar Valve to Grade aft.r Finat Paving Is InGlallad EA 18 19. Adjust Sewer Manhole 10 GrllQo lIftsr Final Paving CA 9 20. Adjust Storm Crain Manholt to Grade afIBI Final Pa\lin~ !;"A 9 SUB.TOTAL, STREET IMPROVEMENTS...............:.. ............................... ............. $ SlHEET IMPROVEMENlS ALTERNAlE: Contn..lar to includ. unit prices for the following: 1 , Asphall Add Add ... 0.05' AC + 0.10' AC ISF ISF . DoduCl Deduct 0.05' AC 0.10' AC ISF ISF General Contraelor. 201 e SubccntlllClor. ~1/ . . . Table of Contents (cont'd) EXHIBITS PLANS TITLE: .. A" Owner Provided Staking Agreement with REF Dated November 24, 1998, Sheets 8 of 15 thru 12 of 15 .. B" Utility Trench Specification per Pages 19 & 20 of the Geotechnical Investigation prepared by Petra Geotechnical, Inc., dated 9/23/98, J:N. 444-98. ........................................................................................... SEPARATE DOCUMENTS County of Riverside Street Improvement Plans, Assessment District No. 159, Crowne Hill Drive & Calle Las Mariposas (Phase II), Sheets 1 of 16 thru 16 of 16. County of Riverside Water and Sewer Plans, Assessment District No. 159, Calle Las Mariposas (phase II) & Crowne Hill Drive (Phase I & II), Sheets 1 of 13 thru 5 of 13. Prepared by: Ranpac Engineering Corporation 27447 Enterprise Circle West Temecula, CA 92390 Tel: (909) 676-7000 TITLE: SOILS REPORTS ........ .......... ....... ....... .......... ...... .......... ....... ........... SEPARATE DOCUMENTS Geotechnical Investigation, Tentative Tract 23142-2-3 and -4, dated September 23, 1998, IN. 444-98. Prepared by: Petra Geotechnical, Inc. 27620 Commerce Center Dr., Suite 103 Temecula, CA 92590 Tel: (909) 699-6196 Crowne Hill Drive. Phase 1 C?~ . . . NOTICE TO CONTRACTORS INVITATION FOR BIDS Richmond American Homes, Inc., hereby invites sealed proposals for the Construction of CroWne Hill Drive, Phase 1, Storm Drainage, Sanitary Sewer, Water Improvements and Street Improvements, all in accordance with the approved Specifications and Special Provisions on file at the office of the Bid Administrator, The Moote Group, 1528 Brookhollow Drive, Suite 57, Santa Ana, CA 92705, Tel: (714) 751-5557, Fax: (714) 751-4552. Said proposals shall be delivered to the Bid Administrator, The Moote Group, on or before 2:00 p.m. on the Tuesday. April 6. 1999, at the office The Moote Group, 1528 Brookhollow Drive, Suite 57, Santa Ana, CA 92705, Tel: (714) 751-5557, Fax: (714) 751-4552. Bid Administrator will, at 2:00 p.m. on said day, publicly open, examine, and declare said results. The contract is to be executed within ten (10) calendar days after award of contract by Contractor and work shall commence within five (5) calendar days after the execution of the contract. GENERAL PREVAILING WAGE RATES Pursuant to Section 1770, et seq., of the Labor Code of the State of California, general prevailing wage rates are published in July of each year in a newspaper of general circulation. A copy of the latest such publication shall be posted by the Subcontractor in a prominent place at the site of work. The General Contractor incorporates herein by reference the general prevailing rate of per diem wages of California. In accordance with the Labor Code, no worker employed upon work under contract to the General Contractor shall be paid less than the above referenced prevailing wage rate. Any classification omitted therein shall be paid not less than the prevailing wage scale established for similar work in the particular area. Sunday and holiday time shall be paid at the wage rates determined by the Director of Industrial Relations. Plans may be seen and forms of proposal, bonds, contract, and specifications may be obtained at, The Moote Group, 1528 Brookhollow Drive, Suite 57, Santa Ana, CA 92705, Tel: (714) 751- 5557, Fax: (714) 751-4552, for a nonrefundable fee of $25.00 per set. If mailing of project plans and specifications is requested, an additional charge of $10.00 is required. Publish: F.W. Dodge "Greensheet" Press Enterprise Daily Construction Service Date: March 15, 1999 March 22,1999 March 29, 1999 A-I n]-.k" Crowne Hill Drive, Phase 1 . . . NOTICE INVITING BIDS PROJECT TITLE: Crowne Hill Drive, Phase I, City of Temecula GENERAL CONTRACTOR: Richmond American Homes, Inc. MASTER DEVELOPER: Richmond American Homes, Inc. BID OPENING DATE: Bids will be received in the office of The Moote Group, 1528 Brookhollow Drive, Suite 57, Santa Ana, CA 92705, Tel: (714) 751-5557, Fax: (714) 751-4552, until 2:00 p.m. on the 6th Day of April. 1999. LOCATION OF WORK: Crowne Hill Drive, Phase I, From Butterfield Stage Road to approximately 130' East of Peppermint Lane, Sta. 12+61.33 to Sta. 34+88.99 DESCRIPTION OF WORK: Public Right-Of-Way Improvements Including: Sanitary Sewer, Water Improvements, Storm Drain Improvements, Utility Conduit, Street Improvements and Traffic Control. PLANS & SPECIFICATIONS: May be obtained at the The Moote Group, 1528 Brookhollow Drive, Suite 57, Santa Ana, CA 92705, Tel: (714) 751-5557, Fax: (714) 751-4552, upon a nonrefundable payment of $25.00 per set. An additional $10.00 per set is required if mailing is requested. TIME FOR COMPLETION: Forty Three (43) working days. ENGINEER'S ESTIMATE: $ 670.000. BIDDER'S BOND: A Ten percent (10%) bond is required. FAITHFUL PERFORMANCE BOND: A One Hundred percent (100%) bond is required. LABOR & PAYMENT BOND: A One Hundred percent (100%) bond is required. PREVAILING WAGE: Required. AWARD OF CONTRACT: Award of contract shall be contingent upon the execution of the AcquisitionlFinancing Agreement Between The County of Riverside and Richmond American Homes. NEWSPAPERS: F.W. Dodge Greensheet Press Enterprise Daily Construction Service ADVERTISING DATE: March 15, 1999 March 22,1999 March 29,1999 MOBILIZATION: On or about April 27, 1999 A-2 I ~,,":J Crowne Hill Drive, Phase 1 . . . INSTRUCTIONS TO BIDDERS General Information: Sealed bids will be received at the Office of The Moote Group, 1528 Brookhollow Drive, Suite 57, Santa Ana, CA 92705, until 2:00 p.m. on the date set forth in the Notice to Contractors - Invitation for Bids, and will be opened and publicly read at 2:00 p.m. on the same day. . , The bidder's attention is directed to these Instructions to Bidders for the requirements and conditions which must be observed in the preparation of the proposal form and the submission of the bid. Richmond American, Inc. (hereinafter referred to as the General Contractor) may consider informal, any bid not prepared and submitted in accordance with the provisions hereof and may waive any informalities or reject any and all bids. Any bid may be 'withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. Examination of Specifications: The bidders will be required to carefully examine the Specifications and to judge for themselves as to the work to be done and the general conditions relative thereto; and the submission of a proposal hereunder will be considered prima-facie evidence that the bidder has made the necessary investigation and is satisfied with respect to the conditions to be encountered, the character, quantity, and quality of the work or materials to be performed or furnished, and the requirements and provisions of the Specifications. Interpretation of Plans and Documents: If any person contemplates submission of a bid for the proposed contract and is in doubt as to the true meaning of any part of the plans, specifications or other proposed contract documents, or finds discrepancies in, or omissions from, the drawings or specifications, he may submit to the Bid Administrator, The Moote Group, Attention MaJjorie Knitter, 1528 Brookhollow Drive, Suite 57, Santa Ana, CA 92705, Telephone (714) 751-5557, Facsimile (714) 751-4552, E-Mail (mknitter@moote.com), of said Project a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt deli very. Any interpretation or correction of the proposed documents shall be made only by addendum duly issued and copy of such addendum will be mailed, faxed, or delivered to each person receiving a set of such documents. The engineer will not be responsible for any other explanation or interpretations of the proposed documents. Bid Form: Each bid proposal must be made upon blank forms obtained from the Bid Administrator, The Moote Group at 1528 Brookhollow Drive, Suite 57, Santa Ana, CA 92705, Telephone (714) 751- 5557, Facsimile (714) 751-4552. Each bid proposal must be submitted in a sealed envelope which is plainly marked with the correct title of the project as it appears in the Notice to Contractors - Invitation for Bids, delivered to the Bid Administrator on or before the hour and date stated in the Notice to Contractors - Invitation for Bids. Each bid proposal must contain the prices proposed, in figures, and must be otherwise properly acknowledged by the bidder. If the bid proposal is made by an individual, his name and post office address must be shown, if made by a partnership, the name and post office address of each general and limited partner and the managing partner must be shown; if made by a corporation, the name of the state under the laws of which the corporation was chartered and the names, titles, and business addresses of the President, Secretary, Treasurer, and Manager must be shown. B-1 ~(e Crowne Hill Drive, Phase 1 . . Acceptance or Reiection of Bids: The General Contractor reserves the right to reject any or all proposals received, or to request additional information from any or all of the respondents for the purpose of ascertaining the most qualified bidder for the work requested. The contract will be awarded to the lowest responsible bidder, with the following exceptions: , (I) "If the A warding Body deems that acceptance of the lowest responsible is not in or for the best interest of the Project, it may reject all bids and advert for other bids; or (2) If the Awarding Body determines the lowest bidder is not responsible, it may award the bid to the next lowest bidder deemed responsible. The A warding Body shall be, and is hereby constituted, the exclusive judge as to the responsibility of a bidder, and in ascertaining the fact that the A warding Body will take into consideration the business integrity, financial resources, facilities for performing the work, experience in public works generally, and experience in similar public works operations, of the various bidders. All bidders, by submitting a bid, irrevocably accept the Awarding Body's authority as exclusive judge to the responsibility of a bidder. Reiection of Bids Containing- Alterations: Bid proposals may, at the General Contractor's option, be rejected if they contain any alterations, additions, conditional or alternative bids, incomplete bids, erasures, or irregularities of any kind. The General Contractor reserves the right to reject any and all bids, and to waive technical errors and discrepancies, if to do so seems to best serve the interests of the Project. Bidder's Suretv: Each proposal submitted under these specifications must be accompanied by cash, or by a certified or cashier's check payable to the General Contractor, or by a bidder's bond executed by an admitted surety company in favor of the General Contractor, in the amount of ten percent (10%) of the bid as a guarantee that the bidder, if his proposal be accepted, will enter into and execute the awarded contract; and no proposal will be accepted unless such cash, check, or surety bond is enclosed therewith. However, the use of a surety bond in this connection shall be subject to the condition that the surety thereon be approved by the General Contractor. Should any bidder to whom an award is made, fail to properly enter into and execute the awarded contract, the cash, check, or bond submitted with his proposal shall be forfeited to, and become the property of, the General Contractor; whereupon the General Contractor shall have the right to collect the amount thereof by any appropriate means. After the award of the contract to the lowest responsible bidder, the General Contractor will return the proposal guaranties, other than bidder's bonds, accompanying the proposals that will not be further considered in making the award. Retained proposal guaranties will be held until the contract has been fully executed, after which all proposal guaranties, except bidder's bonds and any guaranties which have been forfeited, will be returned to the respective bidders whose proposals they accompany. A ward of Contract: The Award of Contract, if it is awarded, will be to the lowest responsible bidder whose bid proposal complies with all of the specifications and contract documents described. All bid proposals will be compared on the basis of the Engineer's estimate of quantities of work to be done, which are approximate only and give a general indication of the amount of work or materials . to be performed or furnished. B-2 ~y. Crowne Hill Drive. Phase 1 . . . Subcontractor is notified herewith that the award of said contract shall be contingent upon the execution of the AcquisitionlFinancing Agreement Between The County of Riverside and Richmond American Homes. Workman's Compensation Certificate: Section 3700 of the State Labor Code requires that every employer shall secure the payment compensation by either being insured against liability to pay compensation with one or more insurers or by securing a certificate of consent to self-insure from the State Director of Industrial Relations. In accordance with this section and with Section 1861 of the State Labor Code, the contractor shall sign a Compensation Insurance, and submit same to General Contractor along with the other required contract documents, prior to performing any work. Reimbursement for this requirement shall be considered as included in the various items of work. Execution of Contract: The contract shall be signed by the successful bidder and returned, together with the required bonds and insurance certificates, within ten (10) calendar days, not including Sundays and legal holidays, after the General Contractor has given him written notice that the contract has been awarded. Failure to Execute Contract: Failure of the successful bidder to execute a contract and furnish acceptable bonds as provided herein within the ten (10) calendar days period shall be just cause for the annulment of the award, and the bidder's proposal guaranty shall be forfeited, not as a penalty, but as liquidated damages. If the Awarding Body deems it is in the best interest of the General Contractor, it may, on the refusal or failure of the successful bidder to execute the contract or furnish the required bonds, award the contract to the second lowest responsible bidder. If the second lowest responsible bidder fails or refuses to execute the contract, the A warding Body may likewise award it to the third lowest responsible bidder. On the failure or refusal of the second or third lowest bidder to whom a contract is so awarded to execute it or furnish the required bonds, the bidder's proposal guaranty likewise shall be forfeited to the General Contractor, not as a penalty, but as liquidated damages. Contract Documents: The specifications, proposal and plans may be secured from Bid Administrator. The complete contract shall include all of the "Contract Documents" set forth herein, to wit: . NOTICE TO CONTRACfOR'S IINVIT A TION FOR BID . INSTRUCTIONS TO BIDDERS . STANDARD SPECIFICATIONS . SPECIAL PROVISIONS . SPECIAL-CONDITIONS . EXHIBITS . BID PROPOSAL ADDENDUM ACKNOWLEDGEMENT . . LABOR REQUIREMENTS B-3 ~ftJ Crowne Hill Drive. Phase I . . . . . . . . . . . . . . . . BIDDER'S PROPOSED CONSTRUCTION SCHEDULE BIDDER'S STATEMENT OF FINANCIAL RESPONSffilllTY LIST OF SUBCONTRACTORS NON-COLLUSION AFFIDAVIT NOTICE OF EQUAL EMPLOYMENT OPPORTUNITY BID SCHEDULE "A" - Schedule of Unit Prices BIDDER'S BOND SUB-CONTRACf AGREEMENT INSURANCE REQUIREMENTS FAITHFUL PERFORMANCE BOND PAYMENT BOND INSuRANCE CERTIFICATES ST ANDARD DRAWINGS PLANS Utilities: The Contractor shall notify the appropriate utility companies when he plans to begin work. The Contractor shall maintain close coordination with all affected utilities throughout the term of this contract to insure the protection of all underground structures. The Contractor shall contact Underground Service Alert at 1-800-227-2600 two (2) working days prior to start of construction. Utili tv Identification: Utility owners who may have facilities which affect the work are as follows: Underground Service Alert (800) 227-2600 Southern California Edison (909) 928-8207 Southern California Gas Company (909) 335-7572 General Telephone (909) 929-9485 Rancho California Water.District (909) 676-4101 Eastern Municipal Water District (909) 766-1830 TCI Cable (909) 766-4270 . Richmond American Homes, Inc. (760) 745-4516 B-4 r;"f- Crowne HiJI Drive. Phase I . . . Damage to any conduits, cables, water lines, sewer lines, or to any other utility structure due to neglect on the part of the Contractor to follow the instructions contained herein shall be repaired by the affected utility company at the Contractor's expense. Apprenticeship Program: Attention is directed to Sections 1777.5,1777.6, and 1777.7 of the California Labor Code and Title 8, California Administrative Code, Section 200 et seq. To insure compliance and complete understanding of the law regarding apprentices, and specifically the required ratio thereunder, each contractor or subcontractor should, where some question exists, contact the Division of Apprenticeship Standards, 455 Golden Gate Avenue, San Francisco, California, or one of its branch offices, prior to commencement of work on the public works contract. Responsibility for compliance with this section lies with the prime contractor. B-5 ,?7P Crowne Hill Drive. Phase 1 . . . STANDARD SPECIFICATIONS AND SPECIAL PROVISIONS A. Project Specifications: All work to be performed shall be done in accordance with the provisions of this specification document, the terms and conditions of the bid and contract documents, and the applicable requirements provided in the Riverside County Flood Control Standards and Specifications, Rancho California Water District Standards and Specifications, Eastern Municipal Water District Standards and Specifications, Riverside County Road Improvement Standards and Specifications, or as provided in these Special Provisions and Standard Specifications for Public Works Construction Latest Edition. Said Standard Specifications are by this reference incorporated herein and made a part of these specifications. Whenever reference is made to "SSPWC" or "Standard Specifications," it shall be deemed to mean "Standard Specifications for Public Works Construction Latest Edition. "Standard Specification for Public Works Construction" is published by Building News, Inc., 10801 National Boulevard, Los Angeles, California, 90064. All applicable provisions of s.ud Project Specifications shall be fully complied with, insofar as the same may apply to this project, and shall be considered minimum requirements. Should the bidder believe that a conflict exists between said documents, or between said documents and bid form, or should a bidder desire an interpretation of said specifications or bid form, said bidders shall request an interpretation of said documents or any of them prior to the filing of the bid. Should the bidder fail to request an interpretation of said documents or any of . them, then the General Contractor will assume that no conflict exists and no interpretation is necessary. In either event, the bidder, if awarded a contract, shall be bound by the interpretation given to said plans, specifications, and bid form by the General Contractor, and shall perform the required work at the price bid. In case of conflict between the Standard Specifications and these Special Provisions, the Special Provisions shall take precedence over, and be used in lieu of, such conflicting portions. B . Description of the work to be performed: It is required that there be constructed and completed in accordance with the specifications, drawings and other contract documents for the construction of Crowne Hill Drive, Phase I, from Butterfield Stage Road to 130' East of Peppermint Lane, Sta. 12+61.33 to Sta. 34+88.99. C. General Information: Subcontractor shall obtain and pay for an excavation permit from CaI-Osha and displayed on the job site at all times. The Subcontractor shall take all necessary precautions to protect in place all overhead, undergrounding and surface improvements shown or not shown on the drawings including, but not necessarily limited to pole lines, pipelines, conduits, cabling, subsurface facilities, AC Pavement, concrete, sewer lines, water lines, services and meters, pumps, valves, hydrants, irrigation facilities and any otheF improvements located adjacent to areas to be improved. C-l Crowne Hill Drive. Phase 1 rrt C. Construction SDecifications: 2. 1 . Applicable Laws and Ordinances The location of the work is within the Orange County Environmental Management Agency sphere of influence. The Subcontractor shall observe all the ordinances of said Agency, particularly as they relate to the obstruction of streets, keeping the passageways open, and the protection of streets and passageways wherever they are exposed or dangerous to travel. The Subcontractor shall conform to all State and local regulations pertaining to safety measures, traffic, barricades, night lighting, etc. to the satisfaction of the Agency. Subcontractors Responsibility for Work Until the formal acceptance of the work by the General Contractor, the Subcontractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part thereof by the action of the elements or from any other cause, whether arising from the execution or from the non-execution of the work. The Subcontractor shall rebuild, restore and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof. . 3. Subsection 7-10.1 of the SSPWC is Amended by Addition of the Followin!!:: The Subcontractor shall furnish all flagmen and guards, and supply and install all signs, lights, barricades, delineators, and other facilities which are necessary to expedite the passage of public traffic through or around the work, or to prevent accidents or damage or injury. All lane closures shall require the use of arrow boards for all work. . Property owners whose driveways will be blocked for any length of time during construction shall be notified of the intended blockage at least 24 hours in advance. Property owners shall have access to their driveways at the end of each workday. In all cases where the Subcontractor must block driveway access to a business, the Subcontractor shall notify the business at least ten (10) days prior to the blocking of access to that property. The Subcontractor shall coordinate with the property owner to determine the optimum time for closure. The Subcontractor must also allow all vehicles to be removed from parking lots prior to the closure of the driveways. In all cases where there is only one driveway access to a business, the Subcontractor shall open that driveway each night. 4 . Cooperation Between Subcontractors and Obstructions The Subcontractor will be required to work around public utility and other improvements that are to remain in place within the construction area or that are to be relocated and relocation operations have not been completed. Subcontractor will be held liable for any damage to existing improvements or interference with service resulting from his operations. The exact location of underground facilities and improvements within the construction area shall be ascertained by the Subcontractor before using equipment that may damage such facilities. . 5. Public Safety At the end of each day, open trenches shall be either completely backfilled or covered with steel plates, as approved by the Agency. 6. Shoo Drawines At a time sufficiently early to allow review and approval, the Subcontractor shall submit to the General Contractor shop drawings, in accordance with Section 2-5.3 of the Standard Specifications, and a construction schedule. Crowne Hill Drive. Phase 1 ~1Y C-2 . . . 7 . Inspection The General Contractor, or his authorized agent shall, at all times, have access to work during construction, and shall be furnished with every reasonable facility for ascertaining full knowledge with respect to the progress, workmanship and character of materials used and employed in the work. The Subcontractor shall notify the General Contractor's Representative twenty-four (24) hours in advance when he will require inspection for either material or work to be done. The inspection of the work shall not relieve the Subcontractor of any of his obligations to fulfill the contract as prescribed. Defective work shall be made good, and unsuitable materials may be rejected, notwithstanding the fact that such defective work and unsuitable materials have been previously overlooked by the General Contractor or Engineer and accepted or estimated for payment. The normal working hours. 8 . NPDES Reouirements Adequate precautions must be taken to prevent construction and excavation debris form 'entering surface waters. All aspects of the General Contractor's Storm Water Management shall be adhered to in compliance with the General Contractor's NPDES Permit. 9 . Unsuitable Materials It is the Subcontractor's responsibility to haul away unsuitable excavated material from the project site at his own expense. The Subcontractor shall establish frequent intervals of collection and disposal of all such materials and waste. 10. Comoaction Tests Compaction tests shall be required by the General Contractor and will be paid for by the General Contractor. The General Contractor will require a minimum of three (3) compaction tests at the locations indicated on the plans. The Subcontractor shall provide the Engineer with a minimum of 48 hours prior notice to the time compaction tests can be performed. The Subcontractor shall pay for re-testing required due to insufficient compaction results. 11. Final Cleanup After completion of all other work on the project, and before making application for acceptance of the work, the Subcontractor shall clean the site of his operations, including the areas under control of the General Contractor that have been used by the Subcontractor in connection with the work on the project, and shall remove all debris, surplus material and equipment and all temporary construction or facilities of whatever nature, unless otherwise approved by the General Contractor. Pinal acceptance of the work by the Master Developer will be withheld until the Subcontractor has satisfactorily complied with the foregoing requirements for final cleanup of the project site. Subgrade preparation shall be performed in accordance with Section 301-1 of the Standard Specifications. D. Definition of Terms- In addition or amendatory to those shown in the Standard Specifications, and whenever in these specifications, or in any document or instruments where specifications govern, the following terms or pronouns in place of them are used, the intent and meaning shall be interpreted as follows: C-3 Crowne Hill Drive, Phase 1 4' . . . MASTER DEVELOPER - Richmond American Homes of California, Inc. GENERAL CONTRACTOR - Richmond American Homes of California, Inc. AGENCY - Governing body of said improvements A WARDING BODY - The Master Developer BIDDER - Any individual, co-partnership, association, or corporation submitting a proposal for the work contemplated, acting directly or through a duly authorized representative. LOWEST RESPONSIBLE BIDDER - The lowest bidder whose offer or proposal best responds in quality, adaptability, fitness, and capacity to the particular requirements of the proposed work, and whose financial responsibility, reliability, and reputation are such as to best insure satisfactory completion of the work. Detennination as to which bidder is the Lowest Responsible Bidder shall be made by the General Contractor, and the decision of the General Contractor shall be conclusive as to all bidders. E. Time of Completion In supplement to the provisions contained under Subsection 6-1, Construction Schedule and Commencement of Work, of the Standard Specifications, the following shall apply: Subcontractor shall commence work within five (5) calendar days after execution of the contract by the General Contractor Administrator and shall be completed within Forty-Three (43) working days thereafter. Work days are Monday through Saturday, except legal holidays. F. Liquidated Damal:es Notwithstanding the amount of liquidated damages specified in Subsection 6-9 of the Standard Specifications, the amount of liquidated damages shall be $1,100.00 per calendar day over and above Forty-Three (43) working days, which shall be paid or withheld in accordance with the provisions of said Subsection 6-9. All labor compliance documentation requirements are to include in the contract time of Forty-Three (43) working days. G. Maintenance. Removal. and Reconstruction of Utilities and Other Facilities No private or public irrigation system, pipeline, conduit, sewer, culvert, storm drain, drainage ditch, cross gutter, flood control channel, pole line, street lighting system, overhead wires or cables, or underground wires or cables, either main line structures or laterals and services, or any other structure, improvement or facility, shall be disturbed or removed without consent of the property owner and/or approval of the General Contractor or his authorized representative. The Subcontractor shall be responsible for and make good all damage due to his operations, and provisions of this section shall not be abated, even in the event such damage occurs after backfilling, or is not discovered until after completion of backfilling. All concrete or asphalt pavement and all other facilities excavated or damaged by the operations of the Subcontractor shall be reconstructed by the Subcontractor with the same kinds of materials as used in the original construction- and to the same thickness and other applicable dimensions in such manner as to restore the affected portions to a sound and serviceable condition satisfactory to the General Contractor. All replanting of shrubs and other vegetation shall be performed promptly following completion of the work in the affected areas. C-4 Crowne Hill Drive, Phase 1 '.II~ ~ . . . The Subcontractor shall be liable for all damage and costs on account of any unauthorized removal of trees, palms, shrubs, and other vegetation in connection with his operations, and for damage to any such vegetation left standing, except for such cutting of roots as is absolutely necessary in order to complete the work properly in accordance with these specifications. H. Examination of Plans. Specifications. Special Conditions. and Site of Work In supplement to Subsection 2-5.1, General, of the Standard Specifications, the fQllowi!lg plans, specifications, special conditions, and site of work shall apply: The bidder is required to examine carefully the site and the bid, plans, specifications, and contract for the work contemplated, and it will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered, including all installations and utilities, whether underground, surface, or overhead, as to the character, quality, and quantities of work to be performed and materials to be furnished, and as to the requirements of the specifications the special conditions and the contract. It is mutually agreed that submission of a bid shall be considered prima facie evidence that the bidder has made such examination. The plans for the work show conditions as they are supposed or believed by the Engineer to exist, but it is neither intended nor is it inferred that the conditions shown thereon constitute a representation, expressed or implied by the General Contractor or its officers, that such conditions actually exist, nor shall the Subcontractor be relieved of the liability under his contract, nor the General Contractor or any of its officers be liable for any loss sustained by the Subcontractor as a result of any variance between conditions as shown on the plans or referred to in the specifications and the actual conditions revealed during the progress of the work. 1. Preparation of Bid Each bid must be submitted on the prescribed proposal form. All blank spaces for bid prices must be filled in, either handwritten in ink or typewritten. If the bid is made by an individual, it must be signed by the full name of the bidder, whose address must be given. If the bid is made by a co-partnership, it must be signed with the partnership name by a member of the partnership, and the name and full address of each member must be given. If the bid is made by a corporation or association, it must be signed by the proper officer of the corporation or association, and in case of a corporation, the corporate seal should be attached to such signature. Blank spaces in the proposal must be properly filled in and the phraseology of the proposal form must not be changed. Any unauthorized conditions, limitations, or provisions attached to a proposal may render it unacceptable and cause its rejection. Alterations by erasure or interlineation must be explained or noted in the proposal over the signature of the bidder. Bidders are invited to be present at the opening of proposals. A corporation submitting a proposal may be required, before the contract is finally awarded, to furnish a certificate as to its corporate existence and satisfactory evidence as to the authority of the officer or officers authorized to execute the contract on behalf of the corporation. J. Qualification of Bidder The General Contractor may make such investigation as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the General Contractor all such information and data for this purpose as the General Contractor may request. The General Contractor reserves the right to reject. any bid if the evidence submitted for, or investigation of, such bidder fails to satisfy the General.Contractor that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. C-5 rrf Crowne Hill Drive. Phase 1 .. The bidder must be capable of perfonning the various items of work bid upon. He may be, and where so required by these special provisions, shall be required to furnish a statement covering experience on similar work, a list of machinery, plant and other equipment available for the proposed work, and a financial statement, including a complete statement of the bidder's financial ability and experience in perfonning public work generally and in the manner in which pleadings in civil actions are verified. K. Addenda or Bulletins Any addenda or bulletins issued during the time of bidding, or which form a part of the specifications, shall be covered in the bid and shall be made part of the contract. L. Errors and Omissions The Subcontractor will not be allowed to take advantage of any errors or omissions in these specifications or in the plans. Any error, omission, or contradiction found in the plans or specifications shall be reported to the General Contractor and the corrective measures to be taken will be detennined by the General Contractor. M. Approximate Estimate The quantities given in the proposal and contract forms are approximate only, being given as a basis for the comparison of bids, and the General Contractor does not expressly, or by implication, agree that the actual amourit of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work, or to omit portions of the work, as may be deemed necessary or advisable by the General Contractor. . N . Proposal Guarantv Each bid shall be presented under sealed cover and shall be accompanied by cash, a certified or cashier's check payable to the General Contractor, or a bidder's bond, as a guaranty that the bidder, if successful, will, within ten (10) calendar days after receiving notice of the award of the contract, enter into valid contract with the General Contractor for the work at the prices stated in his bid. Bidder's bond shall be made payable to the General Contractor and executed as surety by a corporation authorized to issue surety bonds in the State of California. Unless otherwise provided in the Special Provisions or in the Notice to Subcontractors, the amount of said guaranty shall be not less than ten percent (10%) of the total amount bid in the proposal. O. Liquidated Dama~es for Failure to Enter into Contract The successful bidder, upon his failure or refusal to execute and deliver the contract and bonds required within ten (10) calendar days after he has received notice of the acceptance of his bid, shall forfeit to the General Contractor, as liquidated damages for such failure or refusal, the security deposited with his bid. P. Withdrawal of Proposals A bidder may withdraw his bid at any time prior to the time fixed in the public notice for the opening of bids by filing with the General Contractor a written request for the withdrawal of the bid. The request shall be executed by the bidder or his duly authorized representative. The withdrawal of a bid shall not prejudice the right of the bidder to file a new bid within the time limit. Q. Disqualification of Bidders More than one proposal from any individual, firm, co-partnership, corporation, or association, under the same or different names will not be considered. Reasonable grounds for believing that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such bidder is believed to be financially interested. Contracts . will be awarded only to responsible bidders capable of perfonning the class of work contemplated. Crowne Hill Drive. Phase I ~ C-6 . . . R. List of Subcontractors Each bidder shall list the subcontractors to be engaged on the work, in accordance with Subsection 2-3 of the "Standard Specifications for Public Works Construction," 1994 Edition. S . Laws and Regulations The bidder's attention is directed to the fact that all applicable state laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full. T. Wage Rates The bidder's attention is directed to the "Notice to Subcontractors" hereinbefore for the minimum wage rates to be paid for work done under this project. U. Acceptance of Work Not to Constitute a Waiver The acceptance of the work or the payment of any money by the General Contractor shall not operate as a waiver of any provision of this contract, or of any power reserved to the General Contractor, or of any right to damages or indemnity as provided in this contract. The waiver of any breach of this contract, or any default hereunder shall not be held to be a waiver of any other or subsequent breach or default. C-7 ~ '? Crowne Hill Drive, Phase 1 SPECIAL CONDITIONS . 1) Obstructions: Subcontractor's attention is directed to the existence of certain underground facilities that may require, special precautions be taken by the subcontractor to protect that health, safety, and welfare of workmen, and the public. Facilities requiring special precautions include but are not limited to: conductors of petroleum products, oxygen, chlorine, and toxic or flammable gases; naturaJ"gas in pipe lines greater than 6 inches in diameter or pipelines operating at pressures grater than 60 psi (gage); underground electric supply system conductors or cables either directly buried or in duct or conduit which do not have concentric neutral conductors or other effectively grounded metal shields or sheaths; and underground electrical conductors with potential to ground of more than 300 volts. The subcontractor shall notify the Contractor at least twenty-four hours prior to performing any work in the vicinity of such facilities. Forty-eight (48) hours prior to beginning construction, the subcontractor shall notify the following agencies: Underground Service Alert (800) 422-4133 Southern California Edison (909) 928-8207 Southern California Gas Company (909) 335-7572 General Telephone (909) 929-9485 Rancho California Water District (909) 676-4101 . Eastern Municipal Water District (909) 766-1830 TCI Cable (909) 766-4270 Richmond American Homes, Inc. (760) 745-4516 2) Subcontractor's Site Facilities: Subcontractor shall provide his own field trailer, telephone, utilities, portable toilets, temporary facilities, etc. Location of Subcontractor's site facilities shall be approved by Contractor. 3) Coordination with Other Trades: Subcontractor agrees to coordinate his work with that of other Subcontractors, Utilities, Agencies or Builders who may be working on the project concurrently. 4) Permits and Fees: The Subcontractor shall obtain all necessary permits and rights of entries (if required), and notify the applicable jurisdictional agency in accordance with the specific permit prior to commencing any work within the project area. The Contractor will pay for all permits, excluding Cal-Osha excavation permit, haul permits, dump fees, and provide any easements, license agreements, right of way acquisition, rights of entry or other such Agency approval or coordination as may be required. The Subcontractor shall conform to each requirement as called out under the specific permit, license agreement, right of entry or agreement issued for the project. . D-l Crowne Hill Drive. Phase 1 4? . . . 5) Staking: Contractor shall provide one set of line and grade stakes as outlined in Exhibit "A", RBF Contract Agreement for Survey Staking, dated November 24, 1998, Page 8 of 15 thru 12 of 15. Any other staking desired by the Subcontractor is to be paid for by Subcontractor. Subcontractor agrees that Civil Engineer is acceptable and satisfactory to perform the staking. Any discrepancies . over staking must be resolved by Contractor's representative, Subcontractor and Civil Engineer. Cost of any damages to stakes, loss of stakes or re-staking which is found to be due to Subcontractor's negligence shall be deducted form moneys due Subcontractor. Subcontractor shall notify the Engineer of discrepancies in staking prior to construction of any item suspected to be staked incorrectly. Subcontractor shall give Civil Engineer a minimum of forty- eight (48) hours notice for all staking requirements. 6) Soils: A set of Soils Reports will be provided with the contract documents for the Subcontractor's use and Subcontractor is expected to be thoroughly familiar with said Soils Reports before commencing work. It is understood by the Subcontractor that neither the Contractor nor the Geotechnical Consultant shall, in any way, warrant that the actual soil conditions incurred will be as depicted in the referenced Soils Reports The Subcontractor shall be knowledgeable in earthwork construction, shall have reviewed and understand the Soils Reports, Grading Specifications and Bid Documents, and shall be solely responsible for performing excavations and constructing fills in strict compliance with the Grading Specifications. Earthwork that does not meet the specifications shall be corrected at Subcontractor's expense. The Subcontractor shall provide all of the construction barricades, delineators, signs, and temporary fencing, that are normally required in the area of open trenches, excavations and similar items of work. 7) Trench Compaction Requirements: Trench compaction requirements shall be per the Geotechnical Report, and City of Temecula. 8) Flow and Acceptance of Water: It is anticipated that storm, surface or other waters will be encountered at various times during the work herein contemplated. The Subcontractor, by submitting a bid, acknowledges that he has investigated the risk arising from such waters and has prepared his bid accordingly; and Subcontractor submitting a bid assumes all said risk. The Subcontractor shall conduct his operations in such a manner that storm or other existing waters may proceed uninterrupted along their existing drainage courses. Diversions of water for short reaches to protect construction in progress will be permitted if public and/or private properties, in the opinion of the Engineer, are not subject to the probability of damage. The Subcontractor shall obtain written permission from the applicable public agency or property Contractor before any diversion of water outside of street right of way will be permitted. 9) Removal of Water: The Subcontractor shall provide and maintain at all times during construction ample means and devices to promptly remove and properly dispose of all water entering the excavations or other parts of the work. D-2 ~o.. Crowne Hill Drive. Phase 1 . . . 10) Dewaterin~ (If ap.plicable): Dewatering for the structures and pipelines shall commence when ground water is first encountered, and shall be continuous until such time as water can be allowed to rise in accordance with the above paragraph. Dewatering shall be accomplished by well points or some other method . which will insure a dry hole and preservation of final lines and grade of the bottoms of excavation, all subject to the acceptance of the Geotechnical Consultant. Disposal of water from dewatering operations shall be the sole responsibility of the Subcontractor. Disposal methods shall conform to the Porter.Cologne Water Quality Control Act, 1974, the Federal Water Pollution Control Act Amendments of 1972, and the California Administrative Code, Title 23, Chapter 3. Full compensation of dewatering shall be considered as included in the contract prices paid for the related items of work, and no additional compensation will be allowed therefor. 11) Furnishing and Applying Water: Full compensation for furnishing and applying water will be considered as included in the prices paid for various items of work and no additional compensation will be made therefor. The Subcontractor shall make application for a permit for a temporary water meter as required by RCWD. The Subcontractor shall furnish all construction water, meters, hook-up, high line, invasion line water tanks, water trucks, hoses or any other material and equipment that may be necessary or required to provide water for contract work. 12) Erosion Control: During construction operations, the Subcontractor shall be responsible for all erosion control to protect his work and offsite properties at no cost to Contractor. This condition shall exist until construction certification and acceptance by Contractor. It shall be the Subcontractor's sole responsibility to protect the work completed or in progress in the event of a major storm and all costs for repairs, pumping, removals or reconstruction of damaged items shall be the responsibility of the Subcontractor without reimbursement or compensation of any kind. 13) Dust Control: The Subcontractor, shall implement a program to minimize the amount of dust generated by the contract work. All dust particles shall be confined to the project site and shall not create a nuisance to adjoining residential properties. The Subcontractor shall clean all streets adjacent to the site on a daily basis with a street sweeper and/or a water truck. The streets will be cleaned on a more frequent interval should it be determined necessary by the City Inspector. 14) Hours of Construction: Hours of construction operation shall be between 7:00 A.M. and 7:00 P.M., Monday through Friday and between 9:00 A.M.-and 5:00 P.M. on Saturdays. There will be no construction on Sundays and on any Federal holiday. 15) Equipment Maintenance: Most refined petroleum products, (gasoline, diesel fuel, motor oil, grease, coolant, etc.), have chemical constituents considered hazardous by EPA. The Contractor will not allow disposal of these materials at the site. Should soils be contaminated as a result of accidental spills, clean-up per EP A requirements shall be f10ne at the Subcontractor's expense. D-3 '?"f Crowne Hill Drive, Phase 1 . 16) Inspection: All construction workmanship shall be subject to inspection and approval by the Applicable Inspection Agency, the Geotechnical Consultant, the City's Soils Consultant, the Civil Engineer, the Contractor's Representative and the Contractor. Forty-eight (48) hours advance notice shall be given to inspection agencies unless otherwise specified, and no work shall be done in the absence of an authorized inspector, or Geotechnical.consultant representative. 17) Superintendence: Subcontractor shall provide full time superintendence throughout the duration of the field work. Prior to start of construction, Subcontractor shall designate the job superintendent and provide phone numbers for which the superintendent can be reached both during normal working hours and after hours in case of emergency. If Subcontractor's superintendent is to be changed during the contract, Subcontractor will obtain approval from the Contractor. 18) Compensation for Extra Work: Subcontractor shall not perform any such extra work unless a change order is signed, date and time stamped by Contractor. In such event, a daily time ticket listing the hours worked for each piece of equipment, and each classification of labor and the hourly rates is to be signed, date and time stamped by Contractor's representative at the end of each day. Contractor will not pay for unauthorized work or for any work not covered by a daily time ticket, date and time stamped by Contractor and signed by Contractor or Contractor's representative. . 19) Verification of Existin~ Facilities: Subcontractor shall take full responsibility to verify locations and elevations of all existing facilities and utilities including existing laterals, conduits, irrigation lines and water lines. These utilities shall be located prior to proceeding with construction. Any variations from plans shall immediately be reported to the Contractor or Engineer prior to continuation of construction. No downtime claims will be considered for delays caused by lack of adherence to this section. 20) Maintenance of Existin!! Facilities: Subcontractor shall protect, provide erosion control, maintain and replace as necessary the existing improvements. 21) Inspection of Site: Bidders must examine the site and acquaint themselves with all conditions affecting the work. By making his bid, a bidder warrants that he has made such site examination as he deems necessary as to the condition of the site, its accessibility for materials, workmen and utilities and ability to protect existing surface and subsurface improvements. No claim for allowances - time or money - will be allowed as to such matters. . 22) Testing. Re-Testing. Re-Survey and Re-Inspection: The cost for all soils material testing, surveying and inspection provided by the Contractor, the Civil Engineer, the Geotechnical Consultant or any governmental agency having jurisdiction thereover shall be excluded from the contract work; however, if any tests do not meet minimum standards, any survey stakes tha~ Subcontractor destroys or looses, and any inspections that do not pass, then the cost for any re-testing, re-survey and re-inspection shall be the responsibility of the Subcontractor. Any tests, surveying or inspections not provided by the Contractor, the Civil Engineer, the Geotechnical Consultant, or by any governmental agency or agencies having jurisdiction thereover shall be included in the contract work. Contractor shall provide for one soils re-test only. D-4 Crowne Hill Drive. Phase 1 '1j7\.. . . . 23) Safety: Safe working conditions shall be maintained at all times in accordance with and jurisdiction of the Califomia Division of Industrial Safety. Safety shall include, but not be limited to, good housekeeping on the job,' weekly safety meetings, traffic control measures, dust control on disturbed earth and such other condition~ as may be deemed appropriate by competent authority. 24) Indemnity: Subcontractor shall indemnify and save Contractor, and all other parties claiming through or under them, and the project, hannless from any and all penalties, claims, damages or liabilities of any nature including without limitation attorneys' fees and court costs, which might arise from any act or omission of Subcontractor or its subcontractors, suppliers, agents or employees under this contract, except for those damages caused by the sole negligence or willful misconduct of Subcontractor. This paragraph shall survive the completion, and acceptance of the work of the contractor. 25) Dumping Fees: There is no onsite disposal for unsuitable material. Handling of all export materials is by Subcontractor and is included in the schedule of unit prices including all Fees, Permits and Costs associated with removal and dumping of materials and debris. . 26) Time for Commencing and Completing Work: The Subcontractor shall commence performance of the Work ("Date of Commencement") and shall thereafter continuously prosecute the Work with due diligence so far as to cause no delays in or interference with the completion of the Work or the Work of other trades, if any, in accordance with the Contract Documents, notwithstanding "Rain Days" as outlined in paragraph 28. herewith. Time being of the essence, the Subcontractor shall pursue work diligently, and fully and finally complete the Work within an agreed upon schedule after the Subcontractor commences the work. 27) Rain Days: The determination that a day is a non-working day by reason of inclement weather or conditions resulting immediately therefrom, shall be made by the Geotechnical Consultant and the Subcontractor and approved by Contractor. In such event Subcontractor shall obtain a signature, date and time stamped Rain Day Determination Record by Contractor. 28) Payments: A. All necessary paperwork must be complete at time of invoicing - all lien releases, work tickets and purchase orders. B. Contract progress billing forms (provided by Contractor) are to be completely filled out and must have both signatures on bottom of billing form. C. A current certificate of insurance must be on file before any work commences or any payment is made. D. E. All invoices must be delivered to the Construction Manager. Payment schedule is net 30 days from date of receipt of invoice. However, if any invoice has been sent back for more information, the second date of receipt will be considered the new invoice date. All checks will be MAll..ED - NO EXCEPTIONS will be made. D-5 1?~ Crowne Hill Drive, Phase 1 . . . F. A current W-9 form must be filled out and on file. G. To insure prompt payment, all of the above steps must be followed. If any of the applicable aforementioned steps are not adhered to, your invoice will be returned to your office. General : Subcontractor will be paid only for the items as listed in the Bid Schedule and constructed in accordance with the Plans and Specification. Should any pay item contained in the Contract Documents be found unnecessary for the proper completion of the work, the Contractor may, upon written Change Order to the Subcontractor, eliminate such pay items from the contract, and such action shall in no way invalidate the contract. Any pay items added to the contract as a result of unforeseen circumstances or required work not included on the plans and specifications will be. paid only if those items were approved by the Contractor, a cost was agreed to by all parties and a written Change Order was approved and submitted to the Contractor prior to the construction of said work. The retention payment will not be released until the Subcontractor returns the control set of the Plans and Specifications showing the as-built conditions. The full ten percent (10%) retention will be deducted from all contract payments. The final retention will be authorized for payment thirty-five (35) days after established completion date, acceptance by Contractor, Contractor's Engineer, Soils Consultant and Agency. Before the Contractor shall make the final payment, Subcontractor shall execute and file with the Contractor a release in the form, releasing its officers, employees, representatives, and agents from any and all claims for liability relating to any undisputed contract amounts for work performed in relation to the undisputed amounts. 29) Insurance: (A) Insurance shall be provided as follows: Subcontractor agrees, in consideration of the awarding to him of this contract, to secure and maintain, at his own expense, the following insurance coverage's in form and companies acceptable to Contractor. (1) WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE. In compliance with Califomia Labor code Section 3700, including coverage under the U.S. Longshoremen's and Harborworker's Act. The minimum limits required are as follows: Worker's Compo Employer's Liability $2,000,000 $2,000,000 $2,000,000 Bodily Injul)' by accident Bodily Injul)' by disease Bodily Injul)' by disease $1.000.000 $1.000.000 $1.000.000 Each Accident Each Employee Policy Limit (2) COMMERCIAL GENERAL LIABILITY. On an Occurrence basis in the amount of $1,000,000 each occurrence and $2,000,000 general aggregate, and including the following coverage's a. Premises and Operations coverage with X, C and U exclusions deleted, if applicable; b. Owners and General Contractors Protective coverage; 5. Products and Completed Operations coverage; D-6 ?)'?'? Crowne Hill Drive, Phase 1 d. . e. f. g. h. I. Blanket Contractual coverage, including both oral and written contracts; personal Injury coverage; Broad Form Property Damage coverage, including completed operations; An endorsement naming General Contractor and Owner as additional insured, but only as respects work done by or on behalf of Subcontractor. An endorsement affording 30 days' notice to General Contractor in event of cancellation or material reduction in coverage affecting General Contractor or any other entity named as additional insured; An endorsement providing that such insurance as is afforded under Subcontractor's policy is primary insurance as respects General Contractor and/or Owner and that any other insurance maintained by General Contractor and/or Owner is excess and non-contributing with the insurance required hereunder. j. No endorsement limiting or excluding required coverage is permitted. CLAIMS- MADE COVERAGE IS NOT ACCEPTABLE. (3) COMPREHENSIVE AUTOMOBILE LIABILITY. In the amount of $1,000,000 combined single limit for bodily injury and/or property damage liability and maintained through job completion, including: a. Owned Autos, b. Hired or Borrowed Autos, c. Non-owned Autos, and d. Auto Blanket Contractual . (B) RICHMOND AMERICAN HOMES. INC.. COUNTY OF RIVERSIDE TRANSPORTATION DEPARTMENT. CITY OF TEMECULA. RCWD AND EMWD are to be named as an "additional insured" on Subcontractor's and it's Subcontractor's policies for Workers' Compensation, Employers Liability, Comprehensive General Liability and Comprehensive Automobile Liability and evidence thereof shall be endorsed by the insured of the authorized agent of the insurer. Comprehensive General Liability so amended shall be primary over any other valid and collectable Insurance maintained by, or available to CONTRACTOR. (C) Certificates of Insurance shall be furnished to Contractor before any work is performed or materials delivered. These certificates shall provide for 30 days written notice to Contractor before cancellation or material change and shall give evidence of compliance with all requirements stated above. . (D) Subcontractor shall maintain all of the foregoing insurance coverage in force for ten (10) years following completion of the work and acceptance by Contractor. (E) The requirements for the foregoing insurance shall not derogate from the provision for indemnification under the "Indemnity" paragraph of this agreement. (F) Subcontractor's first and subsequent draws may be withheld if Subcontractor's Certificate of Insurance does not name RICHMOND AMERICAN HOMES. INC.. COUNTY OF RIVERSIDE TRANSPORTATION DEPARTMENT. CITY OF TEMECULA. RCWD AND EMWD as an "additional Insured", or if the limits of liability are not met per the above requirements. If the Subcontractor fails to secure and maintain the required insurance, the Contractor shall have the right (without any obligation to do so) to secure the same in the name and. for the account of the Subcontractor in which event the Subcontractor shall pay the cost thereof or draws withheld, If any, may be applied thereto. Subcontractor shall furnish upon demand, all !nformation that may be required in connection with the securing of the required Insurance. D-7 Crowne Hill Drive, Phase 1 ~<>t- . . . 30) Public Convenience. Public Safety and Maintaining Traffic. Maintaining traffic shall conform to the provisions in 7-1.02 "Weight Limitation", 7-1.06 "Safety and Health Provisions," 7-1.08 "Public Convenience," 7-100 "Public Safety," 7-1.12 "Responsibility for Damage," and 12-3.04 "Portable Delineators of the Standard Specifications for Public Works Construction," these special conditions and any applicable traffic control plans prepared by the engineer and furnished as a part of the contract documents. . All existing traffic control signs and street name signs shall be maintained in visible locations as directed by the engineer. All waming lights, signs, flares, barricades and other facilities for the sole convenience and direction of public traffic shall be furnished and maintained by the Subcontractor. All signs shall conform to and be placed in accordance with the current "Manual of Traffic Controls," issued by the California Department of Transportation for construction and maintenance of work zones. All construction signs shall be either covered or removed when not required by the nature of the work or if no present hazard to the motorist exists. No payment for extra work will be allowed for work performed as specified in Section 12-2.2 "Flagging Costs" of the Standard Specifications for Public Work Construction. Full compensation, except as otherwise provided herein, for confoIllling to the requirements of this article shall be considered as included in the contract bid prices paid for the various items of work, and no additional compensation will be allowed therefore. 31) Trench Safety and Shoring Excavation: The Subcontractor shall utilize sheeting, shoring and bracing as required to minimize the trench width or to protect existing improvements or utilities in place as required for this project. In accordance with Section 6500 of the Labor Code, the Contractor is required to obtain.a peIlllit from the Division of Industrial Safety for any trench or excavation which is five feet or more in depth and into which a person is required to descend. The Subcontractor shall furnish all labor, equipment, and materials required to design, construct, and remove all sheeting, shoring and bracing or other equivalent method of support for this project. Excavation for any trench five (5) feet or more in depth shall not begin until the Subcontractor has received approval from the Engineer of the Subcontractor's detailed plan for worker protection from hazards of caving ground. Such plan shall be submitted at least five (5) days before the Subcontractor intends to begin excavation and shall show the details of the design of shoring, bracing, shielding or other provisions to be made for worker protection during excavation. No such plan shall allow the use of shoring, sloping or a protective system less effective than required by Construction Safety Orders of the Division of Industrial Safety and if such plan varies from the shoring system standards established by the Construction Safety Orders, th~ plan shall be prepared and signed by an Engineer who is registered as a Civil or Structural Engineer in the State of California. Prior to the beginning of excavations requiring shoring, the Subcontractor shall designate in writing to the Engineer someone whose responsibility it is to supervise the project safety measures and someone whose responsibility it is to supervise the installation and removal of sheeting, shoring, and bracing. D-8 ~~ "7 Crowne Hill Drive, Phase 1 . . . In addition to shoring the excavations in accordance with the minimum requirements of Industrial Safety Orders, it shall be the Subcontractor's responsibility to provide any and all additional shoring required to support the sides of the excavation against the effects of loads which may exceed those desired by using the criteria set forth in the Industrial Safety Orders. The Subcontractor shall be solely responsible for any damages which may result from ljis failure to provide adequate shoring of the excavation ul1der any or all of the conditions of loading which may exist, or which may arise during construction of the project. Payment for sheeting, shoring, bracing, and all appurtenant related work shall be considered as included in the lump sum price bid for sheeting, shoring and bracing and no additional compensation will be allowed. 32) Fine Grading and Disposal of Excess Material After completion of installation by the Subcontractor, the Subcontractor shall regrade the project area to within +0.10' of the grades shown on the drawings, restore any and all damaged existing improvements and dispose of any excess unsuitable material offsite to a suitable disposal site. Suitable excess material generated by the grading or underground activities may be place on site as directed by Owner. 33) Handling: of Export/Import Materials or Temporarily Stockpiled Excavated Materials The Subcontractor and/or his Subcontractors and materialmen shall be solely responsible for providing for the safe and sufficient storage,' handling and transportation of any and all materials, to be utilized in the work, including but not limited to sand, gravel, rock, excavated materials, asphalt and base, pipe and related material, supplies and hardware. Any materials which must be temporarily stockpiled on or in the vicinity of the job site shall be done so as not to interfere unduly with the public safety or established temporary public traffic routing in or adjacent to the construction zone. In addition the Subcontractor shall be responsible for identifying and procuring any and all temporary storage sites for the stockpiling of imported, exported or temporarily stockpiled excavated materials. 34) Removal of Existing Materials Immediately following removal of existing facilities, pipe, pavement or dike or curb and/or gutter, the Subcontractor shall diligently pursue this portion of work until completion. 35) Traffic Control Existing City, County and Caltrans roads will remain open for traffic at all times with adequate detours during actual construction if required. Traffic Control is for Sewer Improvements, Water Improvements and Storm Drain Improvements. If the Subcontractor closes the street for each construction item, it is included in the schedule of unit prices. . Full compensation for conforming to the requirements of providing and implementing traffic control is included in the contract unit prices as well as the cost for furnishing, maintaining and, upon completion of the work of construction, the final removal of the traffic control measures. N.Q additional compensation will be tlllowed therefor. 36) Street Closures. Detours. and Barricades The Subcontractor shall maintain the minimum traffic requirements designated in the General Conditions. It shall be the Subcontractor's responsibility, at a minimum, to adhere to the Traffic Control Plan. D-9 Crowne Hill Drive, Phase 1 ?JlQ '1) . . . No street or access closure to through traffic will be allowed without the express approval of the City. 37) Default by Subcontractor _ The Contractor has the right to suspend the work in whole or in part or cancel the contract without liability for damages, when in the Contractor's opinion the Subcontractor is not complying in good faith, has becqme insolvent, has assigned or subcontracted any part of the work without Contractor's consent, or shall fail to abide by the provisions of the Contract Documents. In the event it is necessary for the Contractor to suspend the work as provided in this section, the Subcontractor shall not be entitled to any additional compensation for labor, materials, or other cost or expense which may be incurred as a result thereof. Contractor shall further have the right to withhold from the Subcontractor, any reasonable estimated sums as detennined by the Engineer as may be required to correct the result of the Subcontractor's failure to abide by the provisions of the Contract Documents. The Subcontractor shall remain liable to the Contractor for any correction cost in excess of cost incurred. Should work be suspended in part, Subcontractor shall continue with other work unaffected by the work suspended in accordance with the regular schedule or construction practices. 38) Maintenance. Removal. and Reconstruction of Utilities and Other Facilities No private or public irrigation system, pipeline, conduit, sewer, culvert, storm drain, drainage ditch, cross gutter, flood control channel, pole line, street lighting system, overhead wires or cables, or underground wires or cables, either main line structures or laterals and services, or any other structure, improvement or facility, shall be disturbed or removed without consent of the property Owner and/or approval of the Contractor or his authorized representative. The Subcontractor shall be responsible for and make good all damage due to his operations, and provisions of this section shall not be abated, even in the event such damage occurs after backfilling, or is not discovered until after completion of backfilling. The Subcontractor shall contact all utilities and Underground Service Alert for utility locations prior to making any excavations. The Subcontractor shall make exploratory excavations in advance of trenching to detennine exact locations and depths of all utilities which may interfere with the work to be done. It shall be the responsibility of the Subcontractor to make such explorations sufficiently in advance of construction. No error or omission on said drawings shall be construed to relieve the Subcontractor of this responsibility - to protect any such pipe, conduit, pole, or other structure. All operations of the Subcontractor affecting storm drains, flood control channels, or drainage ditches, and the restoration thereof, shall conform to all lawful requirements prescribed by the Riverside County Standard Specifications, or other agency having jurisdiction. , All concrete or asphalt pavement and all other facilities excavated or damaged by the operations of the Subcontractor shall be reconstructed by the Subcontractor with the same kinds of materials as used in the original construction and to the same thickness and other applicable dimensions in such manner as to restore the affected portions to a sound and serviceable condition satisfactory to the Contractor. All replanting of shrubs and other vegetation shall be performed promptly following completion of the work in the affected areas. D-lO ~\ ~ Crowne Hill Drive. Phase 1 . The Subcontractor shall be liable for all damage and costs on account of any unauthorized removal of trees, palms, shrubs, and other vegetation in connection with his operations, and for damage to any such vegetation left standing, except for such cutting of roots as is absolutely necessary in order to complete the work properly in accordance with these specifications. 39) BID SCHEDULE OF UNIT PRICES: Prior to any excavation work, Subcontractor shall call Underground Service Alert at 1-800-422- 4133. Compensation: Compensation for any appurtenant work or materials required by the contract documents which is not specifically provided for in the Schedule of Work Pay Items is included in the "Unit Price". This includes but is not necessary limited to all mobilization, de-mobilization, excavation, shoring, fill, import, special bedding, shading, backfill, construction water, temporary fencing, fine grading, compaction, temporary paving, barricades, traffic control, waming devices, dust control, pumping, extra rock bedding, groundwater disposal, temporary erosion control, damage repair, cleanup, street cleaning, temporary facilities, portable toilets and job safety as long as the Subcontractor is on the project. . Cleanup: a. All streets shall be left in the same condition as when the Subcontractor's work started. Excess trench spoils shall be leveled by Subcontractor within the rough graded street area. Streets must be kept clean at all times. b. Fine Grading and Disposal of Excess Material: After completion of installation by the Subcontractor, the Subcontractor shall regrade the project area to +0.10' and restore any and all damage done by Subcontractor to existing improvements at no additional cost to the Contractor. Export of trench spoil if required, is included in the unit prices. c. Subcontractor shall clean-up and remove all debris related Subcontractor's work. . d. Subcontractor shall restore all slopes to their original condition. Proiect Specifics: a. Subcontractor shall include tie-in to existing Sewer Lines, Water Lines and Storm Drain Lines and include any sand bedding, sand shading, rock backfill, pumping, dewatering, shoring, shielding, saw-cutting, jack hammering, cutting, splicing, doweling, etc. as required. b. Subcontractor agrees and understands that all work shall include, but not be limited to: Move-In Removals Repairs Connections Plugs Sewer Main Laterals Manholes Storm Drain Pipe Local Depressions Structures Catch Basins Cleanouts Water Mains Water Services & Boxes Crowne Hill Drive, Phase 1 4b rr; D-ll . . . Valves, Tees, Bends, Plugs, Fittings, Thrust Blocks Testing Cleaning TV Sewer Fittings Nuts & Bolts Encasements Jack & Bore End Pipes Joins & Connections Seals, Plugs, Tees, Wyes, Bends, Ells, Elbows, Etc. Repaving (permanent pave) Backfill, Bedding, Special Bedding and Compaction Sleeving All Raises of Manhole Covers to Grade All Raises of Valve Covers to Grade Construction Water Removals Repairs Connections Backfill and Compaction Dirt Balance in Subgrade Pavement and Required Base Traffic Control Mobilization Portable Facilities such as Portable Toilets c. Subcontractor agrees that all material used in the "Public Right of Way" shall meet inspection and certification requirements of all agencies. All costs, certification, factory inspections, etc. required are included in the Schedule of Unit Prices. D-12 /Yj)'f' Crowne Hill Drive, Phase 1 MINIMUM WORK LIMITS & SCHEDULE a _ WORK LIMITS: A. Crowne Hill Drive, Phase I, from Butterfield Stage Road to 130' East of Peppermint Lflne, Sta. 12+61.33 to Sta. 34+88.99. ANTICIPATED SCHEDULE: DATE March 15, 1999 March 22, 1999 March 29, 1999 ACTION Bids Advertised April 6, 1999 Bid Date April 12, 1999 Notice of Award May 6,1999 Contractor to have Bonding, Insurance Signed and Executed. Contract to Master Developer - April 26, 1999 Notice to Proceed April 26, 1999 Pre-Construction Meeting April 27, 1999 Mobilization June 25, 1999 Demobilization, Final Acceptance - E-l ,,?P-P Crowne Hill Drive. Phase 1 . "A" "B" . . EXHIBITS Owner Provided Staking Agreement with RBF Dated November 24, 1998, Sheets 8 of 15 thru 12 of 15 Utility Trench Specification per Pages 19 & 20 of the Geotechnical Investigation prepared by Petra Geotechnical, Inc., dated 9/23/98, J.N. 444-98. F-l Crowne Hill Drive, Phase 1 ~~\ <:~;?'\ t,',"., W. , , . Robert Bein, William Frost & Associates Contract Agreement for.Job Number 401476, Revision #2 November 24, 1998 Page 8 of 15 INFRASTRUCTURE - CROWNE fiLL DRIVE TaskA-17 Roul!h Grade Stakes . Consultant shall provide one set of line and grade stakes alang the right-af-way on both sides af Crowne Hill Drive at 50' statians marked with cut Or fill to. the tap af curb grade to facilitate the rough grading af the street sectian. TaskA-18 ROUl!h Grade Acceptance Consultant shall provide r~ugh grade acceptance necessary to. pravide the Client and appropriate govemmentaljurisdictianal agencies with a "Letter af Acceptance" far the,grading and site drainage improvements as required at the end af the raugh grading phase, prior to the installatian of street, utility and paving impravements. . The acceptable grading tolerances shall be in accordance with juris. dictianal requir ~~s . tft~. c ~ Raugh grade acceptance shall be requested by the Client an ell.tir-@ gtrll& basi. h Clie shall provide a responsible representative and a Cantractor's superintendent' r quested by the Consultant to. accompany Cansultant during the acceptance review fOl( tHe purpose of directing the Contractor to perfarm any carrective wark required to. receive final rough grade acceptance. Consultant shall pravide ane acceptance review af the entire street, and if further wark is deemed necessary to complete the rough grading, the Client shall campensate COnsultant far all additianal work perfarmed pursuant to. the fee schedule far extra wark, as recited within this agreement. Any extra stakes required for carrective wark shall be cansidered extra work and Cansultant shall be campensated far the services performed pursuant to. the Contract pravisians stated abave. Task A-19 SanitarY Sewer Construction Stakes . Cansultant shall provide one set of line and grade stakes, far all af Crawn Hill Drive in a single mave-in, far the sanitary sewers and manhales an 25-faat statians. One stake will be set for man hales at angle points, all marked with finished grade to. the manhale rim. These stakes will be set an appropriate offsets as agreed upan by the Cantractar and Cansultant. Concurrent with the abave, ane stake shall be set an desired offset for the lacatian of the laterals at the 1?;:;;~OI"6\0FFlCE\WPWIN\"REVOO2'WPD "J;;A,1/ . . . ,......,. "0 \_-y ,. Robert Bein, William Frost & Associates Contract Agreement forJob Number 401476, Revision #2 November 24, 1998 Page 9 of 15 lateral intersection with the front property line of the building site. All stakes shall be marked cut to the flow line of the pipe. Two sets of cut sheets for the sanitary sewer grade will be supplied to Client for distribution to the Contractor. All staking requests for sanitary sewer mainline staking shall have a minimum length of 1,000 lineal feet when feasible. All sewer stakes shall be set starting from the point of connection to the existing system, and no stakes shall be set until the point of connection to the existing system has been uncovered by the Contractor and verified by Consultant for compliance with the line and grade as shown on the plans. If Client requests Consultant to set stakes prior to verification of connection point, Client assumes all responsibility for any additional costs of restaking by Consultant or reconstruction by Contractor due to a variation between the approved plan grade and the actual "as-built" line and grade. ' Task A-20 Water Distribution System Construction Stakes The water system shall be installed after construction of the curb and gutter, where feasible, and shall be located for line and grade off the existing curb and gutter. Reference locations for appurtenances such as valves, tees, fire hydrants, blowoffs,andair vacs shall be painted on the curb face. However, for all water mains and appurtenances to be installed in locations where curb and gutter will not exist, such as within street intersections or within easements in common areas or parking lot areas, Consultant shall provide one set of line and grade stakes, fot all of Crown Hill Drive in a single move-in, for the mainline and valves located on 50-foot stations offset to the mainline at a distance agreed to by Consultant and the Contractor. All stakes shall be marked cut to flow line of the pipe, when pipe profile is shown on_C...onsultant's construction plans. Two sets of cut sheets for those portions of the staked waterline will be supplied to the Client for distribution to the Contractor. If the Client elects to construct a portion of'the waterline adjacent to curb and gutter prior to construction of the respective cu!b and gutter, all construction stakes provided for this portion of the water system will be considered extra work and will be performed as additional services for an additional fee in addition to the maximum fee for this task within this Contract. j;p:"OI:' ICE\\....PWIN\76REVOO2.WI'D ""~ . \.......;;,./ ~. " . ,Robert Bein, William Frost & Associates Contract Agreement for Job Number 401476, Revision #2 November 24, 1998 Page 10 of 15 Task A.21 Storm Drain Stakes '. ConsUltant shall install one set of line and grade stakes for the storm drain system, for all of Crown Hill Drive in a single move-in, on 50-foot stations and at all angle points, beginning and end of curves, junctions, manholes and inlets and outlets, marked cut to flow line of pipe. The stakes for structures shall be set on appropriate offsets agreed upon by Consultant and the Contractor, and shall be marked for finish grade to the openings, top of structure, and rim of .manhole covers. One set of stakes for a structure shall consist of a minimum of three and a maximum of four .offset stakes per structure. Two sets of cut sheets for storm drain grades will be supplied to the Client for distribution to the Contractor. Ail staking requests for storm drain staking shall be for complete systems when feasible. . Ail storm drain stakes shall be set starting from the point of connection to the existing system, and no stakes shall be set until the point of connection to the existing system has been uncovered by the Contractor and verified by Consultant for compliance with the line and grade as shown on the storm drain plans. If the Client requests Consultant to set stakes prior to verification of connection point, Client assumes all responsibility for any additional costs of restaking by Consultant or reconstruction by Contractor due to a variation between the approved plan grade and the actual "as-built" line and grade. Task A-22 Curb Stakes "- Consultant shall provide one set of line and grade stakes for curb and gutter. These stakes will be located on 25-foot stations. Stakes will be set with appropriate offsets to the face of curb, as agreed upon by the Contractor and Consultant. Ail stakes will be marked to the finish top of curb grade, Cut sheets shall be supplied to the Client for distribution to the Contractor. The'requests for curb .and gutter staking shall be for all of Crown Hill Drive, in a single move- In, . ~:4~~VOO2WPD ~ . . . (::.'-~.'. \::.;/ j " Robert Bein, William Frost & Associates Contract Agreement for Job Number 401476, Revision #2 November 24; 1998 Page 11 of15 INFRASTRUCTURE - BUTIERFIELD STAGE ROAD Task A-23 Median Curb Stakes Consultant shall provide orieset of line and grade stakes for curb along the easterly side of the proposed median in Butterfield Stage Road. These stakes will be located on 25-foot stations. Stakes will be set with appropriate offsets to the face of curb, as agreed upon by the Contractor and Consultant. All stakes will be marked to the finish top of curb grade. Cut sheets shall be supplied to the Client for distribution to the Contractor. The request for median curb staking shall be for all of Butterfield Stage Road, in a single move-in. Additional Services: SerVices which are not specifically identified herein as services to be performed by RBF or its consultants are considered "Additional Services" for purposes of this Agreement. Client may request that RBF perform services which are Additional Services. However, RBF is not obligated to perform such Additional Services unless an amendment to this Agreement has be~n fully executed setting forth the scope, schedule and fee for such Additional Services. In the event RBF performs Additional Services before receipt of such executed amendment, Client acknowledges its obligation to pay for such services at RBF's standard rates, within 30 days of receipt of RBF's invoice. Exclusions Consulting services relating to any of the following tasks may be completed by Consultant if negotiated under a separate contract for an additional fee; but are presentlY- specifically excluded from this Agreement: 1. Geotechnical investigation; 2. . Hazardous wastes; 3. Any other services not specifically set forth in the above Scope of Services. Assumptions Consultant's obligations hereunder are based upon the following understanding: 1. There exists sufficient monumentation of record in the immediate vicinity of this project to facilitate the proper orientation of the project ownership boundary A:;:ATA"~~VOO2'WPD I ~~'J ~ />. o ...>' , ,. . Robert Bein, William Frost & Associates -. Contract Agreement for Job Number 401476, Revision #2 November 24,1998 Page 12 of 15 and appurtenant street alignments. Client Responsibilities . . 1. 2. Client shall provide access to the site. Client shall provide an up-to-date title report prior to authorization to proceed (or some other timing commitment). Client is to provide any and all indemnification, abatement, disposal or other actions required by local, state or federal law regarding hazardous materials. Client shall pay all governmental fees and costs. Client will require any construction contractors to indemnify Consultant from any and all losses, damages, claims, expenses, including attorneys fees, and costs arising out of the contractor's work, excepting only losses, damages, claims, expenses including attorneys fees, and costs which are caused by the sole negligence or willful misconduct of RBF in performing its seIVices under this agreement. Client will require that the construction contractors add RBF (Consultant) as an additional insured in the comprehensive general liability, auto liability, workers' compensation and builder risk insurance coverages required by Client. 3. 4. 5. Exhibit A Client Initials Date + J!!;;;=A~~~16~VOO2WPD - . tJ - II IJ II ( IS , '= , ~ . " ~ I It. RICHMOND AMERICAN HOMES TT 23143-1, -3 and .4/Crowne Hill September 23, 1998 J.N.444-98 Page 19 used with some caution since they are not absolute values. Contingencies should be made for balancing earthwork quantities based on actual shrinkage and subsidence that will occur during grading. Geotechnical Inspections An inspection of clearing operations, removal of unsuitable surficial materials, cut-and fill-slope construction and general grading procedures should be performed by the project soils engineer and/or engineering geologist. Fills should not be placed without prior approval from the geotechnical consultants. The project soils engineer or his qu~ified representative should be present onSite during all grading operations to verify proper placement and compaction of fill, as well as to verify compliance with the recommendations presented herein. Post-Gradinl! Considerations Utility Trenches All utility-trench backfill within street right-of-ways, utility easements, under sidewalks, driveways and building-floor slabs and within or in proximity to slopes should be compacted to a minimum-relative density of 90 percent. Where onsite soils are utilized as backfill, mechanical compaction will be required. Density testing, along with probing, should be performed by the project soils engineer or his representative, to verify proper compaction. For deep trenches wit~ vertical walls, backfill should be placed in approximately 1- to 2-foot-thick-maximum lifts and then mechanically compacted with a hydra-hanuner, : pneumatic tampers or similar equipment. For deep trenches with sloped-walls, backfill materials should be placed in approximately 8- to 12-inch-thick-maximum lifts and then compacted by rolling with a sheepsfoot tamper or similar equipment. ~'\ :6 ~ RICHMOND AMERICAN HOMES TT 23143-1, -3 and -4/Crowne Hill September 23, 1998 J.N.444-98 Page 20 As an alternate for shallow trenches where pipe may be damaged by mechanical compaction equipment, such as under building"floor slabs, imported clean sand having a sand equivalent value of 30 or greater may be utilized and jetted or flooded into place. No specific relative compaction will be required; however, inspection, probing and, if deemed necessary, testing should be perfonned. To avoid point-loads and subsequent distress to clay, cement or plastic pipe, imported sand bedding should be placed at least I foot above all pipe in areas where excavated trench materials contain significant cobbles. Sand-bedding materials should be thoroughly jetted prior to placement of backfill. Where utility trenches are proposed parallel to any building footing (interior and/or exterior trenches), the bottom of the trench should not be located within a 1:1 (h:v) plane projected downward from the outside bottom edge of the adjacent footing. Site Drainage Positive-drainage devices, such as sloping sidewalks, graded swales and/or area drains, should be provided around each building to collect and direct all water away from the structures. Neither rain nor excess irrigation water should be allowed to collect or pond against building foundations. Roof gutters and downspouts may be required on the sides of buildings where yard-drainage devices cannot be provided and/or where roof drainage is directed onto adjacent slopes. All drainage should be directed to adjacent driveways, to adjacent streets or to stonn-drain facilities. Structural Pavement Sections Design for structm:al-pavement sections will be provided based on R-value test results upon completion of rough grading. ~ ~ ~ . . . PROPOSAL TO THE GENERAL CONTRACTOR RICHMOND AMERICAN HOMES OF CALIFORNIA UNDER PROVISIONS OF SPECIFICATIONS FOR CONSTRUCTION OF , CROWNE HILL DRIVE - PHASE I STORM DRAINAGE, SANITARY SEWER & WATER IMPROVEMENTS From Butterfield Stage Road to 130' East of Peppermint Lane Sta. 12+61.33 to Sta. 34+88.99 CITY OF TEMECULA COUNTY OF RIVERSIDE * * * * * * * * * * * * * * * * * * * * * * * * * * * *.* * * * * * * TO THE MASTER DEVELOPER: The undersigned, as bidder, declares that this proposal is made without collusion with any other person, firm, or corporation, and that the only persons or parties interested as principals are those named herein; and having carefully examined the site of the proposed work and the plans and specifications therefor, proposes and agrees in the event of acceptance hereof to enter into a contract with the General Contractor, to perform said proposed work in accordance with the terms of the aforesaid specifications, and to furnish or provide all materials, labor, tools, equipment, apparatus, and other means necessary to do so, except such thereof as may be otherwise furnished or provided under the terms of said specifications, for the stated prices on the following pages, to wit: Hillcrest Contractina. Inc. Name of Firm $ S,:y~ YZb. Zo Total Bid Price Note to Bidder: Bidder must sign and complete requested information on page P-3. POl ~ Crowne Hill Drive. Phase 1 . . . Proposal Item (1) The General Contractor shall mathematically extend the unit price amount and estimated quantity for each item and sum all items totals. In case of inconsistency or conflict between the total bid price and the sum derived from the mathematical extension and addition of item totals, the sum derived from the addition shall govern and shall represent the bid. (2) If not provided for in the above, the unit price amounts for each item shall include all indirect costs (i.e., permit fee, business license, mobilization, demobilization, excavation, shoring, special bedding, shading, backfill, construction water, excavation, fine grading, compaction, temporary paving, temporary pavement markings, pavement striping, barricades, waming devices, traffic control, traffic detour, dust control, temporary erosion control,. damage repair, maintenance of erosion control, clean up, temporary facilities, portable toilets and job safety as long as the contractor is on the project, coordination, supervision, overhead and profit, etc.), incidental work (i.e., surveying, traffic control, safety devices, construction water, protection of utilities, utility investigation and "pot holes", work necessary for the protection of life and limb, etc.), and other work required by the contract but not listed above. (3) Payment for all work on the above items shall be made subject to verifications in the field of the actual quantity of work performed. (4) All applicable sales taxes, state and/or federal taxes, and other special taxes, patent rights or royalties are included in the price quoted in the proposal. ADDENDUM NO. ACKNOWLEDGMENT P-2 # Crowne Hill Drive. Phase 1 . . . Proposal Item Declaration of the Bidder: (1) That, as the Subcontractor for this project, I specifically agree to comply with the applicable provisions of Section 177.5 of the Labor Code relating to employment by Contractor and any subcontractor under me, of journeyman or apprentice or workman, in any apprentice able craft or trade. (2) That, by my signature hereunder, I certify that I am aware of the provisions of Section 3700 of the Labor code which requires every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Hillcrest contracting, Inc. Name of Firm /2 Signature of Subcontractor Glenn J. Salsbury-president Printed Name!TitIe P.O. Box 1898 Corona, CA Address 91718 -1898 (909)273-9600 Telephone (909)273-9608 Facsimile Glenn J. Salsbury-President Officers of FinnfI'i tie . Einer G. Lindhulm-Vice President Officers of FinnfI'itIe 471664 Subcontractor's License Number Officers of FinnfI'itIe A Classification Officers of FinnfI'itIe P-3 ?~\ Crowne Hill Drive. Pbase 1 . . . Proposal Item BIDDER'S PROPOSED CONSTRUCTION SCHEDULE: , NOlE TO SUBCONTRACTOR: In Accordance with the Bid Documents, the Bidder shall attach his own detailed construction schedule showing the work activities and completion times that the Bidder agrees to adhere to in order to complete the job within the proposed completion time. The proposed construction schedule will show activities on a daily basis. P-4 ~'V Crowne Hill Drive. Phase 1 . . . Proposal Item BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY. TECHNICAL ABILITY AND EXPERIENCE The bidder is required to state what work of a character similar to that included in the proposed contract he has successfully performed in Riverside County, and to give references which will enable the General Contractor to judge his responsibility, experience, skill, and business standing. Said references shall include the name of the supervisor responsible for the acceptance of the work performed. The bidder submits herewith a statement of work which he has successfully performed of a character similar to that included in the proposed contract. SEE /!/Mt:C/ P-5 ?j>"? Crowne Hill Drive, Phase 1 . . . HILLCREST CONTRACTING License #~71664A General Engineering Contractors LIST OF MAJOR PROJECTS COMPLETED 1992 - Anaheim Bl.-La Palma to Lincoln $3,500,000.00 This project consisted of the complete reconstruction of Anaheim Blvd. including approximately 2500 lineal feet of 72" storm drain, sewer, water, grading, paving, concrete & landscaping. 1993 - Alta Vista & Jefferson $7,000,000.00 This project consisted of new roadway construction including approximately 1200 lineal feet of 120" storm drain which was 22' deep. 1994 - Montclair Transportation Center $4,440,000.00 Complete development of the Transportation Center, which included parking lots, decorative concrete, architectural steel & landscaping. 1995 - Placentia Sports Complex $2,510,000.00 Grading, paving, concrete, as well as complete park development including building construction. 1996 - Anaheim Blvd.-Ball to Cerritos $1,553,000.00 Complete reconstruction of Anaheim Blvd. in conjunction with the undergrounding of electrical utilities. Our contract included over 2000 lineal feet of 48" storm drain. 1996 - Roxbury, Rodeo, & Rexford Dr. $2,059,000.00 This project involved complete street reconstruction and involved extensive public relations & phasing. 1997 - 6th Street & Etiwanda $2,205,000.00 Street Reconstruction including over 2200 lineal feet of 54" & 66" storm drain. City of Anaheim Dave Nelson Field Engineer (714)765-5286 City of Pia centi a Chris Becker City Engineer (714)993-8245 City of Montclair Everett Kjerulff Construction Mgr (909)937-0200 City of Pia centi a Chris Becker City Engineer (714)993-8245 City of Anaheim Dave Nelson Field Engineer (714)765-5286 City ofBev. Hills Prem Kumar Project Engineer (3 10)285-2518 Chino Basin Water District David Wall Construction Mgr (909)357.0241 1fi~ . P.O. Box 1898 . Corona, California 91718-1898 . (909) 273-9600 . FAX (909) 273-9608 . . . Proposal Item LIST OF SUBCONTRACTORS: In accordance with Government code Section 4102, the bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half (1/2) of (1 %) percent of the total bid and the portion of the work to be done by such subcontractor. SEGREGATED PART OF WORK' % OFWORK: SUBCONTRACTOR: . 30 'to ~~-0ALg.T7Z.ty--_<LI~'=-!...~'-~___ i:~r:~s: ~~: B~~~-r:o,,1 h n' (909) G,l"1-"'~r;>,o License No' 7(",0 '1'4-0 2. ~",!::q~_J~_E::!~:,~_~~~!.~~~___fl_~ Name' ('!..W\ '" ('.."-N-$'TR-<J&1l'0-,0 Address' 3">31 E>. e..,"s.-r l-tvJj ~o\IA-J>&.-- ( ) J 1..uf\1<-- Phone' ...,,0{, &,<1'1'-7..7"17 License No' 1,,13 "} 77 1. 3. Name: Address: Phone: License No: 4. Name' Address: Phone: License No. 5. Name: Address: Phone: License No' 6. Name: Address: Phone: License No. P-6 ~~ Crowne Hill Drive. Phase 1 . . . Proposal Item AFFIDA VIT FOR INDIVIDUAL. CONTRACTORS declares as follows: That he or she is the party making the foregoing proposal or bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit or cost element 0 the bid price, or of that of any other bidder, or to secure any advantage against the Owner or anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company associates, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare, under penalty of perjury, that the foregoing is true and correct. Dated this (day) of (year) (month), at California Signature of affiant: Note: Nortarizatin of signature required P-7 4f Crowne Hill Drive. Phase 1 . . . Proposal Item AFFIDA VIT FOR JOINT VENTURE OR COPARTNERSHIP CONTRACTOR declares as follows: That he or she is a member of the joint venture or copartnership firm designated as which is the party making the foregoing proposal or bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to j'jx the bid price of the bidder or any other bidder, or to fix any overhead, profit or cost element 0 the bid price, or of that of any other bidder, or to secure any advantage against the Owner or anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company associates, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. That he has been and is duly vested with authority to make and sign instruments for the joint venture or copartnership by Who constitute the other members of the joint venture or copartnership. I declare, under penalty of perjury, that the foregoing is true and correct. Dated this (day) of (month), (year) at , California Signature of affiant: Note: Nortarizatin of signature required P-8 Crowne Hill Drive. Phase 1 f;' . Proposal Item AFFIDA VIT FOR 'CORPORA TE CONTRACTOR Glenn J. Salsbury declares as foJlows: . That he or she is the President Of Hillcrest contractin9. Tne. a corporation which is the party making the foregoing proposal or bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not coJlusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly coJluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid or that" anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit or cost element 0 the bid price, or of that of any oth.er bidder, or to secure any advantage against the Owner or anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company associates, organization, bid depository, or to any member or agent thereof to effectuate a coJlusive or sham bid. I declare, under penalty of perjury, that the foregoing is true and correct. Dated this 6th (day) of April (month), 1 999 (year) at Corona , California //----- - Glenn J. Saisuu~~ Note: Nortarizatin of signature required Signature of affiant: P:resident SlJ"'SCR''''"r'.'''D ~'-J~" ~~.u~v ,,', -, WhO; TO "',,;O;:;s M" Ti-::S ,.,..., '-".' 11 /JLI'L f}a - -'>', 'J' -::t'"Jn - ,,- . - - - -------- fi:.J!/,:';'! P:.J~::_.:G ~ (i)~ :. ~ ~ ~ :E:EI; SC:RI;ER ~ ~ i ::c Commission # lOi0641 z ~ -,.; Nolory Public - Cor,lamla ~ j RivelSide County I . My Comm. Expires Aug 27. 1999 i. -- ,,~---- .~... -. ..~ --.--....~ ~," . P.9 Crowne Hill Drive. Phase 1 ?jJ~ . . . . Proposal Item NOTICE OF EOUAL EMPLOYMENT OPPORTUNITY UOIJAlf:-, 1-h"LL uZ - - ?tf45& X- Project Number and Title To: Name of Labor Union, Worker's Representative, etc. Address The undersigned currently holds a contract with the General Contractor. Assessment District Funds or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract and in accordance with Executive Order 11246, the undersigned is obliged not to discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The obligation not to di~criminate in employment includes, but is not limited to the following: HIRING, PLACEMENT, UPGRADING, TRANSFER, OR DEMOTION; RECRUITMENT, ADVERTISING, OR SOUCIT ATION FOR EMPLOYMENT: TREA TIvIENT DURING EMPLOYMENT; RATES OF PAYOR OTIffiR FORMS OF COMPENSATION; SELECTION FOR lRAINING, INCLUDING APPRENTICESHIP; LAYOFF OR lERMINATION. This notice is furnished you pursuant to the provisions of the above contract or subcontract and Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. lht:.t...eA55, ~C.71:;~ Name of Subcontractor jJ. CJ. 6<< )5'97 Address Cmz..N A-- (!A.... Address 9171'7 /2... Sign~~=~ apd Title_ 7~~.4 --.J :3-4-&5gJ~ - 'P28,:O&/1 ,z --&~99 Date P-10 ~ Crowne Hill Drive, Phase 1 ." ,....'. ':~':"~1~~:(~m~?~~~~.l%~~~'~,~"!O:::-,,, .- BONDII 7083400-1 PREMIUM-NIL . . BID BOND Recitals: 1. HILLCREST CONTRACTING, INC. hi'; contractor's Proposal to County of Ri "erside, '--County", work for CROWNE HILL DRIVE - PHASE I > , "Contractor". has' submitted for the construction of pUblic in accordance . ,,,',, with a Notice In"iting Bids of County dated APRIL 6; 1999 a 2. NEBRASRA THE AMERICAN INSURANCE COMPANY corpox-ation, hereafter ca11ed l~ure'eyn, is the suret.y of this sond. Aqreement: We,'~ontractor as principal and Surety as surety. jointly and se"erally agree and state as follows: 1. The amount of the obligation of this bond is lOt of the amount of the 'C:ontractor's proposal. including bid alternates. and inures to the benefit of County. 2. This Bond is exonerated by (1) County rejecting said proposal or. in the alternate, (2) if said proposal is accepted, ContractoJ:" executes the Agreement and furnishes the Bonds as agreed to in its Proposal, otherwise it remains in.full force and effect' for the' recovery of loss. damage and expense of County resulting from failure of Contractor to act as agreed to in its proposal. Some types of possible loss. damage and expense are specified in the Contractor's Proposal. . 3. Surety, for value received. stipulates and agrees that its obligations hereunder shall in no way be impaired or affeeted .by (u>.y extension of tillle within which County may accept the Proposal and _ives notice of =y such extension. 4. This Bond is binding on our heirs, executors, administrators. successors and assigns. Dated: MARCH 25, 1999 THE AMERICAN INSURANCE COMPANY HILLCREST CONTRACTING, INC. By ~LO lG.uJ~A-~~ DAVID L. CULBERTSON ___.. _._ ____u~.............".",. Title: Att~'I""1\p.v in Pat=!t: Tftlb..:.I:Zl..~II,,:",."T <<,AT <<"'"?!"r"II"'''~'C~'.~)~ "Contractors. ~ J. SALSJ:SUKY-I:'KtiS~HT "Surety" STATE OF CALrFORNIA ) SS. comrrr OF ) On be the before me personally appeared person whose name is subscribed to the within known to me to instrument as Attorney in Fact. Notary Public (Seal} . Hot..; A,11 signat:u.r.. mu.t. h. Do~ari:ed ..... ?feO .M . ~'. ~ :~ . CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF ORANGE On 3-25-99 before me, LEXIE SHERWOOD - NOTARY PUBLIC personally appeared DAVID L. CULBERTSON personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. s~1i~R~i4Bl~ . OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. DESCRIPTION OF ATTACHED DOCUMENT BID BOND TITLE OR TYPE OF DOCIJIofElI".r NVMBER OF PAGES 1 DATE OF 1XJCUMENT 3-25-99 CAPACITY CLAIMED BY SIGNER D INDIVIDUAL D CORPORATE OFFICER TITLE (S) D PARTNER (S) D OTHER: [gJ ..ATTORNEY-IN-FACT D TRUSTEE (S) SIGNER IS REPRESENTING: THE AMERICAN INSURANCE COMPANY NAME OF PERSON(S) OR ENTITY(S) . ~\ FIREMAN'S FUND INSURANCE COMPANY NATIONAL SURETY CORPORATION ASSOCIATED INDEMNITY CORPORATION THE AMERICAN INSURANCE COMPANY AMERICAN AUTOMOBILE INSURANCE COMPANY . GENERAL POWER OF ATIORNEY KNOW All MEN BY THESE PRESENTS: Thai FIREMAN'S FUND INSURANCE COMPANY. a California corporation, NATIONAL SURETY CORPORATION. an Illinois corporation. THE AMERICAN INSURANCE COMPANY, a New Jersey corporation redomesticaled' in Nebraska, ASSOCIATED INDEMNITY CORPORATION, a. California corporation, a,Rd AMERICAN AUTO.MOBILE INSURANCE q>MPANY. a Miss?uri corporation. \herein collectively called "the Companies") docs each hereby appoinl D.avld L. Culbertson, Lmda L. Culbertson, DIana LaskowskI, Charles L. Fake, Karen Chandler, and R. A. Coon, Anaheim, CA their true and lawful Attomey(s)-in-Fact. with full power of authority hereby conCerred in their name, place and stead. to execute, seal, acknowledge and deliver any and all bonds, undertakings. recognizances or other written obligations in the nature thereof ------------------------------------------------------------------ and to bind the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corpor,tte seals of the Companies and duly attested by the Companies' Secretary, hereby ratifying and confirming all that the said Altorney(s)-in-Fact may do in the premises_ This power of attorney is granted under and by the authority of Article VII of the By-laws of FIREMAN'S FUND INSURANCE COMPANY, NATIONAL SURETY CORPORATION. THE AMERICAN INSURANCE COMPANY, ASSOCIATED INDEMNITY CORPORATION and AMERICAN AlITOMOBllE INSURANCE COMPANY which provisions are now in full force and effed. This power of anorney is signed and sealed under the authority of the following Resolution adopted by tbe Board of Directors of FIREMAN'S FUND INSURANCE COMPANY, NATiONAL SURETY CORPORATION, THE AMERICAN INSURANCE COMPANY. ASSOCIATED INDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURANCE COMPANY at a meeting duly called and held, or by wriUen consent, on the 19th day of March, 1995, and said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Vice.President, Assistant Secretary, and Resident Assistant Secretary of the Companies, and the seal of the Companies may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto, by facsimile, and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Companies." IN WITNESS WHEREOF, the Companies have caused these presents to be signed by their Vice-President, and their corporate seals to be hereunto affixed this 12 day of October 1998 . #",,:,:'-Itt, ;*...,t"",,,,-,, i~~~""\ He (Af lJ \"".,~~j : ",,;;,;,::.;.:.:.:;**~ STATE OF CALIFORNIA COUNTY OF MARIN }~ FIREMAN'S FUND INSURANCE COMPANY NATIONAL SURETY CORPORATION THEAMERICAN INSURANCE COMPANY ASSOCIATED INDEMNITY CORPORATION AMERICAN AlITOMOBllE INSURANCE COMPANY ...""'''-'''' ,,* ~"lll /Jt~,"" ....."'-.---"'::\: (~.::.:~)~) ,.~..-.- .'~" "~~(0iiS~~>.f" "..............* ~~~ On this 12 day of October . 1998 , before me personally came M. A. Mallonee to me known, who, being by me duly sworn, did depose and say: that he is a Vice-President of each company, described in and which executed the above instrument;.that he knows the seals of Lhe said Companies; that the seals affixed to the said instrument are such company seals; that they were so affixed by order of the Board of Directors of said companies and that he signed his name thereto by like order. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, Ihe day and year herein first above written. ; l ~ Com;i~~~63726 t .. ~_ ,Notacypublic-Caiifomia. ~ ~ _ _ ~~~~28..:.~1 ~ CERTIFICATE / Noo,,""". STATE OP CALIFORNIA }~. - COUNTY OF MARIN I, the undersigned, Resident Assistant Secretary of each company, 00 HEREBY CERTIFY that the foregoing and attached POWER OF ATIORNEY remains in full force and bas not been revoked; and furthermore that Article VIl oflhe By-laws of each company, and the Resolution of the Board of Directors; set forth in the Power of Attorney, are now in force. . Signed and sealed at the County of Marin. Dated the 25TH ~i"- >~' ...... '.... ''''''if!<'''<'\ ".. ., .- - i;. ;i \;' . -j "... .' ".<Ii ..:...::::-:...;.' .~- 36<1789-11-98 day of MARCH '#"""'-''''''''- h'''''ft.!!.f!:..~\ f;(8~.:<}~1 \~.',-.-""-~l '->>..:.'----"" ~, ,~'.(0IJrS....~~* .....--".. Rcsidenl A.ssUtam Seacbty _.~ State of California County of Riverside On 4/06/99 before me, (DATE) Sherein Schriner - Notary Public (NAMEfTiTLE OF OFFICER-Ie. "JANE DOE, NOTARY PUBLIC") personally appeared Glenn J. Salsbury (NAME(S) OF SIGNER(S)) I!I personally known to me -OR- o proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I@_:" ~;'='.~l - Commission # 1070641 7 ~ -e; Notory Public - CoDfomla ~ ~ . Riverside Ccunty " , MyCcmm. Expires Aug 27, 1999 Witness my hand and official seal. (SEAL) ~~~ (SIGNATURE OF NOTARY) ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this cerificate to any unauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Bid Bond Title or Type of DOBument Number of Pages 1 Date of Document 03/25/99 Signer(s) Other Than Named Above David L. Culbertson RIGHT THUMBPRINT (OPTIONAL) CAPACITY CLAIMED BY SIGNER(S) o INDIVIDUAL(S) ~ CORPORATE OFFiCER President o PARTNER(S) D LIMITED D GENERAL o ATTORNEY IN FACT o TRUSTEE(S) D GUARDIAN/CONSERVATOR D OTHER: SIGNER IS REPRESENTING: Name of Person(s) or Entity(s) Hillcrest Contracting, Inc. RIGHT THUMBPRINT (OPTiONAL) CAPACITY CLAIMED BY SIGNER(S) D INDIVIDUAL(S) D CORPORATE OFFICER(S) o PARTNER(S) D LIMITED D GENERAL o ATTORNEY IN FACT D TRUSTEE(S) D GUARDIAN/CONSERVATOR D OTHER: SIGNER IS REPRESENTING: Name of Person(s) or Entity(s) ?jI'? . . . CONTRACT . 4/20/99 BID SCHEDULE "Au Com lete and Submit with Bid IBID DATE: Tuesday, April 6, 1999 a12:00 P.M. allhe Offices 01 The Moole Group I SUMMARY AMOUNT I. Street Improvements $ 231,590.20 II. Storm Drainage $ 168,649.00 /II. Underground Conduit $ 19,762.80 IV. Sanitary Sewer $ 64,570.20 V. Water Improvements $ 111,454.00 VI. Performance, Labor & Materials Bond $ 3,800.00 . TOTAL "BID PRICE" .........................................................................$ 599,626,201 SUBCONTRACTOR NAME: Hillcrest Contracting, Inc. ADDRESS: 1467 Circle City Drive, Corona, CA 91719 TELEPHONE: (909) 273-9600 FAX: (909) 273-9608 BY: Hugh E. Lee TITLE: Estimator STATE CONTRACTOR LICENSE NO: 471664A EXPIRATION: 4/30/01 DATE: April 6. 1999 GENERAL NOTES: 1 . UNIT PRICES SHALL PREVAIL IN ALL BID ITEMS IFTHERE IS A DISCREPANCY WITH THE BID EXTENSION AMOUNT. 2. Prices firm through the duration of the project. 3. It is the intent of the Master Developoer to have a complete contract with the contractor to limit the amount of extra work on the job. 4. No extra charges for move.ins will be charged to the Master Developer, (unless specifically negotiated with the Master Developer). 5. Prices include the cost of all items necessary to perform the work as set forth in the contract documents and specifications. No allowance will be made to subcontractor because of a lack of such examination. 6. Construction Water is by Subcontractor and included In the Schedule of Unit Prices. General Contractor: 1 016 ~'" Subcontractor: . . . CONTRACT - 4nW99 BID SCHEDULE "A" Com lete and Submit with Bid fTEM I) STREET IMPROVEMENTS NO. DESCRJP11CN UNIT COST TOTAL PFCE 1. Construct 6- Curb & Gutter, Type A-6, Per Riv Co Sid No. 200 2. Construct 8- Curb & Gutter, Type D, Per Riv Co Std No. 204 3. Saw Cut. Remove and Dispose of Olfsite Existing AC. Pavement. Camelate 4. Saw Cut, Remove and Dispose of Offsile Existing Curb & Gutter. Camelate 5. Construct Sidewalk, w=6.0', Per Riv Co Std No. 400 & 401 6. Furnish and Place Pavement, A.C.. As Per Plans, d=O.25' 7. Furnish and Place Pavement, A.B., As Per Plans d=1.25' @E.M. - 2.00' @ C.L. 8. Furnish and Apply Asphaltic Emulsion (Fog Coat), As Per Plans 9. Furnish and Apply Prime Coat, As Per Green Book Standard Specifications, Page 391, Sec. 302-5.3 10. Furnish and Install Centerline Monuments, Type A or S, Per Riv Co Std No. 900 & 901 11. Construct Brow Ditch, As Per Plan, w=3' & d=l' 12. Construct Subdivision Utility Trench, As Per Plan 13. Construct Access Ramp. Per Riv Co Sid No. 402, 403 & 404 14. Furnish and Install Street Name Signs, Per Riv Co Std No. 816 15. Furnish and InstraJl Stop Sign Per Riv Co Std Plans and Drawinas 16. Provide Dirt Balance in Paving Area after utilities 17. Provide Dirt Balance under Curb & Gutter after utilities 18. Adjust Water Valve to Grade after Final Paving is installed 19. Adjust Sewer Manhole to Grade after Final Paving 20. Adjust Storm Drain Manhole to Grade after Final Paving 21. Construct Cross Gutter and Spandrel per Riv Co Std 209 & 210 (10' Wide) 22. Construct Transisiton Curb & Gutter, 6' CF & S' CF UNIT ESTIMATED QUANTITY LF 4,563 319 288 6.45 9.00 29,431.35 2.871.00 1.398.00 Add Add Deduct Deduct LF ~ LF ~ ~ 135 26,695 91,773 91,773 699 2.00 ~ ~ 91,773 10.00 1,350.00 Bv Others 49,557.42 103,703.49 ~ EA 91,773 0.54 1.13 0.03 2,753.19 LF LF EA EA EA ~ ~ 91,773 12.205 0.03 2.753.19 2.250.00 EA EA EA ~ 1,222 92 5 450.00 LF 232 Bv Others 4.320.00 260.00 + 0.05' AC + 0.10' AC 0.05' AC - 0.10' AC 15.00 2 130.00 350.00 350.00 250.00 250.00 11.012.76 7,323.00 0.12 0.60 19 950.00 50.00 9 2.925.00 1,950.00 325.00 6 325.00 4.40 5.376.80 805.00 8.75 SUB-TOTAL, STREET IMPROVEMENTS.:........... ........... ...... ................ ................ $ 231,590.20 STREET IMPROVEMENTS ALTERNATE: Contractor to include unit prices for the following: 1. Asphalt 0.12/SF 0.21/SF O.OS /SF 0.16/SF General Contractor: 2 of 6 ~c/; Subcontractor: CONTRACT . 4/20/99 . BID SCHEDULE "A" Com lete and Submit with Bid fTEM III) STORM DRAINAGE ESTIMATED UNIT TOTAL NO. DESCRIPT1QII UNIT QUANTITY COST 'FfCl: 1. Furnish, Install and Construct 24- X 18- Junction Structure, Type No.2, complete with all fittings, EA accessories, excavation, bedding and backfill, Per 1.000.00 1 ,000.00 RCFC&WCD JS.227 2. Furnish, Instail and Construct 27' X 18' Junction Structure, Type No.2, complete with all fittings, EA accessories, excavation, bedding and backfill, Per 1.000.00 1.000.00 RCFC&WCD JS.227 3. Furnish, Install and Construct Catch Basin No.1 & Local Depression No. 2-8, W=28'. complete with all fittings, EA 3 accessories. excavation. beddina and backfill. Per 5.000.00 15.000.00 RCFC&WCD CB-l00ILD-2Q1 4. Furnish, Install and Construct Catch Basin NO.1 & Local Depression No. 2-8, w=21', complete with all fittings, EA accessories. excavation. beddina and backfill. Per 4.500.00 4.500.00 RCFC&WCD CB-l00ILp-2Q1 5. Fumish, Install and Construct Catch Basin #6 & Local Depression No. 3-8, w=28' I complete with all fittings, accessories. excavation. beddinc and backfill. Per EA 5,900.00 5,900.00 RCFC&WCD CB-l02ILD-2Q2 6. Furnish. Install and Construct Catch Basin #6 & Local Depression No. 3-B, w=24', complete with all fittings, . accessories. excavation. beddinc and backfill, Per EA 5.400.00 5,400.00 RCFC&WCD CB-102llD-202 7. Furnish, Install and Construct 27"x1S"x24"x36" Manhole No. 1, wI Cover & Frame, complete with all fittings, accessories, excavation. beddino and back~iII. Per EA 2.500.00 2.500.00 RCFC&WCD MH-251 8. Furnish, Install and Construct 27"x27" Manhole No.1. wi Cover & Frame, complete with all fittings, accessories, excavation, beddina and backfill. Per EA 2,500.00 2.500.00 RCFC&WCD MH-251 9. Furnish, Install and Construct 24"x1S"x21" Manhole No.1, wI Cover & Frame, complete with all fittings, accessories, excavation. beddina and backflJl, Per EA 2.500.00 2,500.00 RCFC&WCD MH-251 10. Furnish, Install and Construct 1S"x1S"x24" Manhole No.1, wI Cover & Frame. complete with all fittings, accessories, excavation. beddino and backfill, Per EA 2.500.00 2.500.00 RCFC&WCD MH-251 11. Furnish, Instarr and Construct 36"x36" Manhole No.2, wI Cover & Frame, complete with all fittings, accessories, excavation, beddinc and backfill. Per EA 2.700.00 2,700.00 RCFC&WCD MH-252 12. Furnish, IlJstarr and Construct 36"x36" Manhole No.4, wi Cover & Frame, complete with all fittings, accessories, excavation. beddina and backfill, Per EA 3.100.00 3.100.00 RCFC&WCD MH.254 13. Furnish, Install and Construct 16" Standard Concrete Pipe Collar, complete with all fittings, accessories, excavation, beddino and backfill, Per EA 2 280.00 560.00 RCFC&WCD M.803 14. Remove Concrete Bulkhead & Join Existing 36" RCP, complete EA 175.00 175.00 . 7~ General Contractor: 3 of 6 Subcontractor: CONTRACT . 4/20/99 . BID SCHEDULE "A" Jete and Submit with Bid fTEM III) STORM DRAINAGE ESTIMATED UNIT TOTAL NO. DESCRlPTlON UNfT QUANTITY COST FfCl: 15. Furnish, Install and Construct 36- Temporary Inlet Apron (As Per Plan), complete EA 2,250.00 2,250.00 16. Furnish, Install and Construct 18- Rep. Class IV, wI Bedding & Backfill, complete with all fittings, accessories, excavation. beddina and backfill LF 488 47.00 22,936.00 17. Furnish, Install and Construct 24- Rep. 1350-0, wI Bedding & Backfill, complete with all fittings, accessories. excavation, beddina and backfill LF 360 56.00 20,160.00 16. Furnish, Install and Construct 2r Rep, 1350-0, wI Bedding & Backfill, complete with all fittings, accessories, excavation, beddino and backfill LF 480 68.00 32,640.00 19. Furnish, Install and Construct 36- Rep, 1350-0, wI Bedding & Backfill. complete with all fittings, accessories. excavation, beddina and backfill LF 504 82.00 41,328.00 SUB-TOTAL, STORM DRAINAGE.................................................................,.... $ 168,649.00 fTEM III) UNDERGROUND CONDUIT ESTIMATED UNIT . NO. DESCRlPTlON UNfT QUANTITY COST 1. 3- PVC Sleeve. 540, Street Lights LF 360 8.00 2. 4' PVC Sleeve, CL315 LF 528 8.95 3. 6- PVC Steeve, Cl315, Irrigation LF 312 10.05 4. 4- PVC Sleeve, CL315, Irrigation LF 624 8.95 5. 4- PVC Sleeve, CL315, Irrigation Electric LF 384 8.95 TOTAL FfCl: 2,880.00 4,725.60 3,135.60 5,564.80 3,436.80 SUB-TOTAL, UNDERGROUND CONDUIT ........................................................... $ 19,762.80 . ,?V'\ General Contractor: 4 of 6 Subcontractor. . . . CONTRACT . ~2~99 fTEM IV) SANITARY SEWER NO. DESCRIP11CN 1. Furnish and Install S" Sanilary Sewer, yep, Sewer Pipe. complete with all fittings, accessories, excavation, bedding and backfill. Per EMWD 5B-157, 158. 159 2. S" Sanitary Sewer, vep I PVC, Sewer Pipe, complete with all fillings, accessories. excavation, bedding and backfill, Per EMWD 5B.157. 158, 159 3. Furnish and Install S" Standard Manhole, wI Cover & Frame, complete with all fittings, accessories. excavation, bedding and backfill. Per EMWD 58-53. 56, 58, 61 4. Furnish and Install S" Standard Temporary End Plug, complete In Dlace. as Der Dlan 5. Pu!1 Temporary Plug & Join Existing S" PVC, complete as per Dlan UNIT LF LF EA EA EA ESTIMATED QUANTITY 1,940 BID SCHEDULE "Au lete and Submit with Bid UNIT COST TOTAL _ FfCl: 148 23.65 3.500.20 22.50 43.650.00 9 1.900.00 17,100.00 5 34.00 170.00 150.00 150.00 SUB-TOTAL, SANITARY SEWER....................................................................... $ General Contractor: 5 of 6 64,570.20 ?~ Subcontractor. CONTRACT . 4/20/99 . BID SCHEDULE "A" Com lete and Submit with Bid fTEM V) WATER IMPROVEMENTS ESTIMATED UNIT TOTAL NO. DESCRJP11CN UNIT QUANTITY COST PR:E 1. Furnish and Install 12"Water Main, PVC, CL200, C-900, Water Pipe, complete with all fittings, accessories. excavation beddina (if required) and backfill. Per LF 222 29.00 6,438.00 RCWD RW.22, 25 2. Furnish and InstaJl12" Water Main, PVC, CL150. C-900, Water Pipe, complete with all fittings, accessories, excavation beddinc (if required) and backfill. Per LF 2,050 28.00 57,400.00 RCWD RW-22, 25 3. Fumlsh and Install 8' Water Main, PVC, CL 150, C-900, Waler Pipe, complete with all fittings, accessories, excavation beddina (if required) and backfill, Per LF 283 22.00 6,226.00 RCWD RW-22, 25 4. Furnish and Install 2" Copper Residential Water Service lateral, complete with all fittings, accessories, excavation bedding (if required) and backfill. Per EA 3 1,130.00 3,390.00 RCWD RW-l. 1A, 14 5. Furnish and Install 12" Wedge Valve, wI Valve Can & Cap, complete with all Iittings, accessories, excavation bedding (if reauired) and backfill. Per EA 6 1.240.00 9,920.00 RCWD RW-26, 30, 31 6. Furnish and Install 6- Wedge Valve, wI Valve Can & Cap, complete with all fittings, accessories, excavation bedding (if e reQuired) and backfill. Per EA 6 680.00 4,080.00 RCWD RW-26. 30, 31 7. Furnish and Install 6- Fire Hydrant Assembly, and PVC Water Pipe, complete with all fittings, accessories, excavation beddinQ (if required) and backfill. Per EA 5 2.300.00 11.500.00 RCWD RW-l, lA, 8, 22, 26, 30, 31 & Riv Co SId No. 400 8. Furnish and Install 1" Air Vacuum & Air Release Assembly, complete with all fittings, accessories, excavation bedding (if reauired) and backfill. Per EA 6 1.600.00 9,600.00 RCWD RW.l, lA, 9 9. Furnish and Inslall 6" End Cap, Per RCWD RW-24 &26, comolete EA 7 200.00 1.400.00 10. Pull 6" End Cap & Join Existing, complete as per plan EA I ,500.00 1 ,500.00 SUB-TOTAL, WATER IMPROVEMENTS ............................................................. $ 111,454.00 . '7c1\ General Contractor: 6 of 6 Subcontractor: ~lr~ RIO-MOW ~~J AMERICAN ~ ~ OF CALIFORNIA INC. IIVine,Calilomia926t4 (714)758-7373 ~""-", Version SUB-CONTRACT AGREEMENT F~ I-I TradNo. (Subdivision') Vendor No, . At (Subdivision Business Mlress) Name 01 Contractor Contractots license No. o Corporation" OPartnershlp" o Sole ProprieIOfship.' i 'lICorporatiOn,name(s)oIprincipaJofficers: "II Partnership Of Sole Proprielorship, name(s) of partners or owners: Employe(sFederalLO.No. SocialSecurilyNo. Business Address c"' Stale Business Phone Emergency Phone Insurance Carrier IWOtkman's Comp.) lnsurance Carrier (Uabilily) Policy No. (WoMan's Comp,) Agent (Workman's Ccmp.l City Business License Number THIS AGREEMENT made this _ day of , 19_. by and be!w~n Ridlmond American Homes 01 California, Inc., a Colorado COfpOralion ("Contractor"), and rsubcOl1lrac1or1 as follows: Policy No. (liabilily) Agenl(liabiliIYI_ 1.0 WORK TO BE PERFORMED. Wor1llo be perlOfmed (lhe "Workl is as SEll tOrlh in Ihe Oes;iln31ed Tasks. 2.0 EFFECTIVE PEAIOD. This Agreement shall be eUective trom: to ('Ellective Period"). The terms and eondilions 01 this Ag'eement shan conlinue alter the Conlinuance Dale unless a lhi:ty (30) day prior Wfillen notificalion is 'eceived from SUBCONTRACTOR setting lorth requestedthanges oHhe ferms am eondilions contained herein. Except in the cases of termination of this Agreemenl by CONTRACTOR. SUBCONTRACTOR shaD complete all work commenced pursuanlto Sequence Usls issued during lhe Ellective Period. 3.0 DFFINITIONS. The rollowing are deflnilionsol some or lhe tetmsused in lhisAgreement . 3.1 "Billing Pro::edures" shall mean that document which sets lorlh the current procedures 10 be lOllowed when billing CONTRACTOR. SUBCONTRACTOR acknowledges receipt ofa copy 01 this document by inilialling here_. 3.2 "Continuance Date" shalt mean the date unlil which the Price, as set forlhin Elhibi lB.isineltectwithoutchange. 3.3 "Designated Tasks" shall mean the scope 01 wotk 10 be perlormed and material to be supplied by SUBCONTRACTOR, attached herelo as Exhibil A and made apartheteol. 3.4 "Eltective Date" shall mean the dale upon which Che terms and condrtiOns of this AgretlmenC commence. 3.5 "Price and Payment Schedule" shall mean thaI document which sels forth lhe amounl 01 money the SUBCONTRACTOR shan be paid lor !he WO/lI. rprice1 and on what basis partial paymenls may be requesled, allached hereto as Exhibit B and made a par1 hereof. . 3.6 "Project Schedule" shaJJ mean thatdocumenlwhich sets forth starl and expecled finish dates lor the portion ollhe Work described in a Sequencft Usland authorizes the SUBCONTRACTOR to commence wor/1.. The Projecl Schedule shall be in the lorm 01 a verbal or wrillen notice from CONTRACTOR's project superintendent to SUBCONTRACTOR. 3.7 "Sequence list" shall mean a written notice 10 SUBCONTRACTOR lhat ~sts and describes which houses are being feleased lor construclion. and planned sequence 01 constfUclion thereol. The Sequen~ list is not an order to the SUBCONTRACTOR to commence worll but does establish thaI lor the porlion or the Work listed in the Sequence list. 'he Prica shall be as sel forthr, Exhibit 8. 4.0 WORK INITIATION. "'1 Se<luencf! t i~l~' Proif!Cr &herlllle. CONTRACTOR will from lime 10 lime issue written Sequence Lists identifying the specific lols al which the WorlI is 10 be performed. No work on any 101(s) shall be performed by SU8CONTRACTOR withOut SUBCONTRACTOR's receipt fromCONTRACTOA 01 a Ploject Schedule lor the Iol(s). II WOfk is notOJrnpleted on thedate specified in \he Pfoject Schedule, said Project Schedule may become nUll and void at CONTRACTOA'sdiscrelion. II shall be SUBCONTRACTOR's responsibilitytooblain a Project Schedule lrom CONTRACTOR bIlor. btglnnlng anywork. Projlct Schedules set by CONTRACTOR Irl non-n~ollablt. and may be chanoed trom tim, tOliml It CONTRACTOA',dllC1'l~on. Nolhingcontaintd in this Agreement shaD be construed either 10 constiMe a reptesentation by CONTRACTOR thal SUBCONTRACTOR sllaU be enliUed to perform work 101 CONTRACTOR other than as may Irom tlme 10 Ume be specified in Sequence Usts or 10 requife CONTRACTOR 10 issue any Sequence Lists dUling the lerm of this Agreement. 4.2 Performance 01 Work. SU8CONTRACTOR agrees 10 turniSh at its own cos1 and expense aM labor, malerials. skills, equipment. scaffolding, power,la:les, Ius and suPliies. necessary 10 perform the Work. Thedescription 01 work 10 be performed and malerials 10 be furnished by SUBCONTRACTOR by re!&fence 10 a section or sections 01 'he plans shall not be deemed 10 limitlhe obligations 01 SUBCONTRACTOR 10 perform only such worll or furnish only such material desclibed in such section or sections, il work or mat8flals coming within the general description 01 such sedion or sections is required by another provision or Seclion 01 the plans. II a conllict arises between the plans and the model homes,o which they relate, SUBCONTRACTOR shall immediately advise CONTRACTOR 01 the nature 01 sucll conflict. Whether or not shown by Ihe plans or specifICations. the Work includes any ilem oflabof, se!Vic& and/or materials reasonably implied or customarily furnished by a subconlractor performing work 01 the type described herein; or required to complete the WOI"k in compliance with any applicable law. ordinance or feoula~ 01 any Governmental Agency, ornecessary 10 obtain any inspections or approvals being obtainedby CONTRACTOR. indudtng but nOllimited to regulations 01 lhe HUOJFHA, VA, OSHA, or those pertaifllng 10 Equal Employment Oppoftunity. 4.3 Price and Payment ~hP.d111e. SUBCONTRACTOR agrees to accept lUll compensation lor the Work to be performed herll\Jnder the amoonls speciliedon the 'Prlce and Payment Schedule"aIIacl1ed as EXHfBIT B herelo. The ptices specified in "Exhibit B" shall remain in run ettect on aD Sequence lists issued during the lerm ollhisAgreement. Approved amendments 10 the Price and Payment Schedule shall be applicable only 10 Sequence lists issued alter the dates 01 such amended Price and Payment Schedules. CONTRACT WORK APPROV At FORMS AND LIEN RELEASES MUST ACCOMPANY SUBCONTRACTOR'S INVOICE TO ENSURE PROMPT PAYMENT THEREOF. No invoice will be paid Ullless originally submilled within 60 days alter Noliee 01 Completion 01 the Work is filed. Worll must be llined in increments shown on the Plice and Payment Schedule and the Billing PrOCedure fotlowed. The addilionalterms and conditions on the reverse ot lhis paoe, and on paoe two, EXHIBITS A and B allached hereto. and the plans. specifICations for Ihe work 10 be performed hereunder are and shaD be i"torPOlal6dherein. and ltIis Agreemlnl shall be the entile agreemen t between the parties. Eachplf1ysigningthisAgreemenlhasreadlheadditionalprovisionsonpagetwoandapproves,acceptsandagreestobeboUndtherebyasthoughpagelWOappearedovertheifsignatures. IN WITNESS WHEREOF, the plrtln herllo hav. tUculed 'hi, AgrlemlM1 on 1he date herelnlbove leI forth. CONTRACTOR: SUBCONTRACTOR: . RICHMOND AMERICAN HOMES OF CALIFORNIA, INC. SOUTHERN CALIFORNIA DIVISION By: Tille By: Tille WIloItCoowXlar c.-,5<b.(On/rOClOl'.....~ Goidttrod.Pro,td~ ,?,\O . 4.4 Subr.nnlr~r.lnr Rp.nrp.sp.n!~til1ns. SUBCONTRACTOR represents and warrants thai it has lhoroughly e~amined the planS,the model homes COOBSponding to such p1ans,lhesilekYlheWOl'klObeper1ormedhereunder,lherelevantfaws,codes,rules, regulations and procedures 01 any governmental enlily or agency, and has ascertained the condibonslobe enoounte(~ in the performance 01 ils obligations hereundef. SUBCONTRACTOR represents and warrants thaI it is entering into this Agreement SOlely if1 re~ance. upoo its OWII information and investigations, and not upon any statement Of representalioo made by CONTRACTOR. Upon issuance 01 a Project Schedule. SUBCONTRACTOR shall fOf1hwirh order aU materials, supplies. equipment. aid DIller items which shall be required lor SUBCONTRACTOR's tull performance 01 ils obligations pursuanllo this Agreement SU8CONTRACTORshall in writing identify aU suppliers and other persons Irom whom SUBCONTRACTOR proposes to purchase or to contract for all necessary materials, labor, supplies, equipment and o\l'ler ilems which may be required by SUBCONTRACTOR in the full performance of its obligations hereunder. SUBCONTRACTOR shall give CONTRACTOR no less than two (2) weekS written notice of any shortage or insuffici6ncy of any such matefials, labor, supplies, equipment and o\l'ler items necessary for SUBCONTRACTOR to cl)lTlplete the Wor\(" so as 10 avoid delay in fOllowing the Project Schedule, SUBCONTRACTOR's fai!ure to furnish such writlen notice shall ronsMute a material bteach of this Agreement. Plovided however, the giving ot such notice shall not excuse SUBCONTRACTOR from its duty 10 followtlle Proiect Schedule. Any substitute matefials, equipment or supplies must be approved by CONTRACTOR and. as determined by CONTRACTOR, equal 10 or beller l/'\an thOSe originally 10 be installed in IheWorl<.. SUB~OR's failtJle tolollow Project Schedule shall cOllstitute a material breach of lhis Agreement. . ~) .. Nn ('}lll~v<; forPll.rform~nce. SUBCONTRACTOR_shall at alltimeskeepilsell flJllyinlormedas to the Project Schedule and progress of work. SUBCONTRAC!OR shall PfOsectJle all worl<. hereul'fderdlhgenUy to completion and shall at all ~mes comply Wllh and ronlorm to the Project Schedules established by CONTRACTOR. SUBCONTRACTOR shaR coordillate ils work with CONTRACTOR and other subcontractors of CONTRACTOR so Ihat there will be no delay or interference with other work being performed. II SUBCONTRACTOR lalls behind in lumishing \he necessary labor andfor malerials to meellhe COllstruction needs in accordancewilh the Project Schedule. then SUBCONTRACTOR shalf increase its forcesorwork such overtime as may be required at SUBCONTRACTOR's expen~e 10 bring its part of Ihe Wor\(, up to the proper schedule. If a delay is caused by the failure 01 SUBCONTRACTOR to furnish labor and matefials as required pursuant 10 this Agreement, ar.d such delay, whether or not caused in conjunction with delay by others, causes CONTRACTOR 10 incur any loss, damage or any nature 01 any tiability or potentialliabi!ily lor general, spedal, Of liquidated damages, in addition to all other remedies available to CONTRACTOR hereunder, CONTRACTOR may requ~e SUBCONTRACTOR to reimburse CONTRACTOR tor such portion of the loss, damage, liability or potential liability incurred by CONTRACTOR in connection lherew~h as may be attributable to SUBCONTRACTOR's delay in performance. 4.6 No Channp.s in Wnrk. SUBCONTRACTOR shaU make no changes in the Work to be perlormeil by i1 under IhisAgreemenl. including bul nol~mited 10 additions, deletions or substilulions, nor sha~ SUBCONTRACTOR perform any extra work without the prior authorization 01 CONTRACTOR, it being understood that SUBCONTRACTOR shall receive no sums in addition to the contract price withOut first obtaining such prior authorization of CONTRACTOR. No conduct of the parties hereto:other than in an enlorceable writing executed by !fie party to be bound, shall be sullicient to modily the terms and conditionsollhis Agreement. Nothing contained herein shan be construed 10 modily any righlof CONTRACTOR to eliminate any portion of the Worl<. found not necessary lor completion of the construction as a whole, or oj CONTRACTOR to issue change orders. All SUCh changes in work required to be perlormed by SUBCONTRACTOR under this Agreement, including pedormance 01 exlra work, must be aulhorized by CONTRACTOR, in order fO( SUBCONTRACTOR to receive payment lor the cost 01 such extra work.. Failure 01 SUBCONTRACTOR to perform such extra work shall consUtute a material breach of Ihis Agreement by SUBCONTRACTOR, it being understood that any dispute concerning the performance of such exlra work or the amount 10 be paid SUBCONTRACTOR by CONTRACTOR shall not allect SUBCONTRACTOR's obligation to perform such extra work. 4.7 Precf!dinn Work. Should the performance of any wor\(, being pedOfmed by SUBCONTRACTOR depend upon the proper performance of work by CONTRACTOR or any other subcontractor 01 CONTRACTOR whose work precedes the Work of SUBCONTRACTOR, cGfllmencement 01 any work to be performed by SUBCONTRACTOR pursuant to this Agreement constitutes an agreement and allirmation by SUBCONTRACTOR that work which preceded SUBCONTRACTOR's work has been done in a proper fashion and manner. 11 SUBCONTRACTOR covers improperly fnstalled w~othef subcontractor, SUBCONTRACTOR shalt be responsible fOllhe COflect installalion of SUBCONTRACTOR's work and the cost thereot Failure to Pllrfnrm. 11 (t) SUBCONTRACTOR lails to perform its work in the manner and according to the Project Schedule established by CONTRACTOR, or (2) fails to cooperate with CO RACTOR and other subcontractors in the perlOlmance oj work, in addition to all olher remedies avaitable to CONTRACTOR hereunder, CONTRACTOR may requile SUBCONTRACTOR to reimbulse CONTRACTOR lor such porlion 01 the loss. damage. liability or potentialliabilily incurled byCONTRACTOR in connection therewith as may be atlfibulablelo SUBCONTRACTOR's failure to perform Of cooperate, CONTRACTOR shall have the righllO establish the amount 01 reimbursement and to set oft said amount against monies which may be due and payabte by CONTRACTOR 10 SUBCONTRACTOR. Where such loss, damage, liabilily or potentiat liability is attributable to more Ihan one subCOntractor 01 CONTRACTOR, CONTRACTOR sna~ allocate \he totat of such loss, damage, liability or potential liability between the subcontractors responsibility there lor, and CONTRACTOR's allocation shall be binding upon SUBCONTRACTOR. 4.9 ~. Prior to Stattlng the Work, SUBCONTRACTOR shall obtain and maintain during the life ollhis Agreemenl plus the warranty period sellOrlh in 6.3 workmen's compensalion insurance as required by the State of Catilornia to cover all 01 its employees in whatever work they perform under Ihis Agreement, compt"ehensive general ~abi~ty insurance with limits 01 not less than $300.000,00 (property damage), $500,000,00 (bodily injurYI and $1,000,000 in the aggregale ar.d naming CONTRACTOR as "additional insured: public fiabilily auto insurance with limits of not less tl'lan $100.000 per occurrence and S3OO,ooo in aggregale and such other insurance as CONTRACTOR may 110m time to time reasonably /equesl. Prior to commencemenl of work, and as a cooolion pt"ece<lent to the agreements contained herein. SUBCONTRACTOR sha! cause its insurance agentlo SUbmit directly to CONTRACTOR certificates conlirming such coverages and providing for wrinen oo@cationloCONTRACTORthirty(30)daysbelorecancellalionatany such policy and ootmcalion Of agglegate impairment. 4.10 &rnIing. CONTRACTOR may, whele it deems such necessary, require the SUBCONTRACTOR 10 submit bonds COV8fing the faithfut performance 01 the contract irdtJding Warranty Work and the payment 01 all obligations arising thereunder in such f(l(m and with such surely or sureties as are salisfactory 10 the CONTRACTOR. Failure to obtain such bonds within seven (7) days wl'l9n requested to do so by CONTRACTOR shall constitute a bleach of this ccnlract and shall aulomatically terminate this Agreement. 5.0 WORK PFRFORMANCE. . 5. t US!! nf l':nnlraclor's Ffl!linmpnt- Indenl!nd!!nl Cnntractor. Should SUBCONTRACTOR use CONTRACTOR's eqtJipment or facilities, SUBCONTRACTOR shall reimburse CONTRACTOR at a rate agleed upon prior to use thereof. SUBCONTRACTOR shan hold harmtess and indemnify CONTRACTOR against all claims of every nature arising from the use thereol including by way 0' illustration but nol of exclusion, injury to SUBCONTRACTOR employees or property of employees orpt"operty of others. At aJllime in the performance of this Agreemen~ SUBCONTRACTOR is acting as an independentconlractor SOlely responsible fOlthe employment, acts, omissions, control and directing of its employees, Nothing contained in this Agrllemllnt sha! authorize or empower SUBCONTRACTOR to assume or create any obligation Of responSibility whatsoever, eXpless Of implied, on behalt of or in the name 01 CONTRACTOR or 10 bind CONTRACTOR in a manner or make any fepresentation. warranty (l( commitmenl on behalf of CONTRACTOR. SUBCONTRACTOR shall during a~ times when its wOfk is in pl"OQress, have a ccmpetenl superintendent or foreman 10 remain on tlle construction sile as SUBCONTRACTOR's representative who shall be authorized by SUBCONTRACTOR 10 receive inslructions from CONTRACTOR to make such decisions as may be necessary for the prompt and efficient perfOfmance of the terms of this Agleement. Prior to the commencement 01 work by SUBCONTRACTOR pursuanlto this Agreement, SUBCONTRACTOR shall notify CONTRACTOR 01 the identity 01 SUBCONTRACTOR's representative Ofl the constluction site, and in the evenl 01 any replacement by SUBCONTRACTOR 01 such representative, SUBCONTRACTOR shall notily CONTRACTOR o! the iden~ty of such reptacement prior to such replacement becoming ellective upon CONTRACTOR, in accordance wilh the terms of this Agreement. 5,2 Wnlkm~nlike l,4;mn!!r. SUBCONTRACTOR shall pertorm lhe Work in a workmanlike manner according to the highest sta:ndards 01 the trade and in accofdance wilh the plans. the latesl edition of the UnifOlm Building Code, CUlrent FHA and VA bUilding requirements,local municipal building code requirements, wrillen or verbal standards 01 Conlractor, and in conlormity with the model homes built from the plans. II any such stand3lds, codes, models or plans are in conllict, SUBCONTRACTOR shall immediately inlorm CONTRACTOR in writing and unless otherwise directed in writing by CONTRACTOR, SUBCONTRACTOR shan perform the Work per the standards. plan, model (l( code which calls tor Ihe highest standard 01 workmanship and/or materiats. The plans shall remain the property 01 CONTRACTOR and may not be used by SUBCONTRACTOR for any purpose olher lhan in the pedormance 01 this Agref!menl. 5.3 ~. A1lmatelialstobefurnishedbySUBCONTRACTORshallbenewandthebestoftheirrespeclivekinds,exceptsuchmaterialsasmaybeexpressly lequired to the contrary. SUBCONTRACTOR shall prepare and oblain approval from CONTRACTOR as requited for all shoptlrawings, scale models, details and samples. CONTRACTOR's decision as 10 allowing slorage atand, if allowed, the allotment of all storage and working space on the constructiOfl sHe between SUBCONTRACTOR and other subCOntract(l(S of CONTRACTOR shall be binding upon SUBCONTRACTOR. 5.4 SkitlP.d Wnrkers, In the pedOfrnance 01 this Agreement. SUBCONTRACTOR shaJI not employ any person not skilled in wOlll. assigned to him, h1y employee, subcontractor or materialman ot SUBCONTRACTOR who is adjudged by CONTRACTOR 10 be incompetent. disorderly, unleliable or otherwise unsatisfactory shall immediately be removed Irom performing any work!or or supptying materials to SUBCONTRACTOR on the conslruction site upon notice from CONTRACTOR. 5,5 ~. SUBCONTRACTOR shall al a~limes furnishloCONTRACTORamplefacilities lor inspecting materials attheconslruction site, althe shopOfalany other place where materials to be lurnished by SUBCONTRACTOR pursuant 10 this Agreement may be in the course 01 pt"eparation. process, tabrication. manufacture or treatmenl and shalllurnish to CONTRACTOR as olten as required by CONTRACTOR lull reports 01 the progress 01 work at any place where such materials may be Ihe course 01 preparatiorl, pt"ocess, tabrication, manulacture or treatment in such detail as may be required by CONTRACTOR induding any plans, dlawings Of diagrams thereof. 5.6 1,binl:linioo CIA~n Wllrk~iIP. SUBCONTRACTOR shall at alItimes keep the construction sile free Irom accumulatior1 olwasle material or rubbish, which shall be removed Irom the subdivision or deposited in dumpsters, 01 such other Iocalions as CONTRACTOR may from lime to time designate. SUBCONTRACTOR will leave his workplace "broom clean' immediately a1lercompleting each house_ To let several lots build up and thendo clean up is f:iQI acceplable. Personal rubljsh, especially, must be cleaned upon a daily basis and belore each weekend the jobsite musl be le1l lidy and safe. In the evelll 01 a disPUle between SUBCONTRACTOR, CONTRACTOR and/or any other subcontractor as!o the responsibility lor removat 01 rubbish, surplus material, 10015, scaffotding or lKjllipment trom thecOllstruction site, CONTRACTOR may remove any such disputed item and allocate the cosl 01 such removal to each Subcor1lf1c1or responsibletherelor, such allocation 10 be binding upon SUBCONTRACTOR, SUBCONTRACTOR sha~ be liable 10 CONTRACTOR lor all damages caused by SUBCONTRACTOR. A1lexCIU llsable materiars provldecl oy CONTRACTOR 10 SUBCONTRACTOR ihall be moved by SUBCONTRACTOR in accordance with instrueticns isluid by CONTRACTOR. My dlllaull by SUBCONTRACTOR plJrlUlnllo thil paragraph mey be remedied by CONTRACTOR and the cost thereof, including CONTRACTOR's reasonable ove/head and profit shall be immediately due and payabte by SUBCONTRACTOR to CONTRACTOR. Clean up and Olher contractlaDoI will be brtltd by CONTRACTOR al a rate established by CONTRACTOR In Its salt ~tscrellon. CONTRACTOR may deduct from any amounta due or 10 become due to SUBCONTRACTOR under this Of any other Agreemenl any sum or sums OVoing frem SUBCONTr.ACTOIl to CONTRACTOR, whether 01 not than due. 5,7 _ M~!9ri~1 Pmll!ldion. SUBCONTRACTOR ~all prOlec1 malerials which have been supplied 10 it Irom any source and the WorX being performed by" purluantto this Agreement and shall al all limes be IIsponsible tor any defect in work or damages to materiala caused by or resul~nlllrom il~ laJlure 10 adequately and ptOPItfy ptotect such WOIk 01 materials. SUBCONTRACTOR shaRprotect all property adjacent to that upon which it is pedorming work and the pt"operly and malerials of other subCOntractors from injury arising culol SUBCONTRACTOR's work, In no evenl shall CQNTRACTOR be responsible lor loss or damage to lhe Work or malerials belOnging 10, supplied to, or under the conl/ol of SUBCONTRACTOR unless such loss or damage is the direct /esull of lhe wrO/'lglul and intentional acts ot CONTRACTOR. and SUBCONTRACTOR shall hold harmless and indemnify CONTRACTOR from any such claim. The CONTRACTOR shalt r.ol ccnsider being responsible for material lost through theft or vandalism unless said material has been lully and comptetely instaned \n accordance with Exhibil A in a house or constructiOn site which is listed on Ihe PrOject Schedule. ... 5.8 Satetv Pfp.cautioos' InilJries. SUBCONTRACTOR shalt take and comply with all reasonable safety precautions with respect to the Work, aR salely me2SUfes initiated by CONTRACTOR and all applicable laws, ordinances, rules. regulations ancl orders of any public authofity for the salety 01 persons Of property, inclUding specifically the Occupational Safety and Health Act of 1970 andlhe Construction Safety Act of 19f19. SUBCONTRACTOR shall immedialely report to CONTRACTOR any iniury 10 any 01 SUBCONTRACTOR'semployaes a\ \he job site SUBCONTRACTOA analllncllmnlfy CONTRACTOR againllloll by tillS, plnaltiea 01 COlrlctivl mlllUfll rllulllno lrom Icta 01 omilliOl'\ or omJlllon by SUBCONTRACTOR, naaglnll, emp\oyl or assigns with I&$peclto vioI.ation of safety requirements to this Agreement. and agrees to reimburse Of pay CONTRACTOR tor any and aU costs, expenSlS orllibUiUas t/'\at CONTRACTOR may sustain asaresulloldelaysruuhlnglromsuchviolalions. . Conllac1I1!91219b.CII Contractor's Initials '?'\\ V'I1ion1OO531 Subcontrac\ot'slnitials -.tenootlCO' c..v,SutI-conIraclD' M:~ ~:PrGftCfSuptMl_ 6.0 fAYMf.!fi. . 6.t ~. No payments shall be due under this Agr~enl unt~ CONTRACTOR's projecl superintendenl 01 oOler aulhorized agent has signed a contr<!ct woa. acceptance form, accepting all wor1<. being billed as satisfactorily completed and SUBCONTRACTOR has delNered a fun and complete release 01 all liens for materials and labor furnished ill connection witt! the WorlI and, if lequired by CONTRACTOR. an af!idavitthat so lar as SUBCONTRACTOR is able to ascellain no person has a right 10 any such lien lor materials or labor. II any lien remains outslanding alte1 all paymenls are made, SUBCONTRACTOR st!an refund 10 CONTRACTORalt monies Ihal it may be compelled 10 pay in discharging and releasing such lien. No payment made 10 SUBCONTRACTOR pursuant 10 this Agreement shall be deemed 10 operate as an acceptance by CONTRACTOR 01 any pari, or be conslrued as a waiver by CONTRACTOR as to work later lolllld delectNe, or release SUBCONTRACTOR from his liability lor Warranly Work andIOIIQ?airs. II any supplier or mall!1iaiman of SUBCONTRACTOR riles a California Preliminary Notice 01 lien rights to the W01k c011!emplaled hereill, CONTRACTOR may, al ilS oplion, issue joint checkS in paYfMntlot the Wor1<. hereunder, 6.2 Fvidp.ocp. nl Pavmp.nt 01 Claims. As a condition pre<:edenl 10 any obligation 01 CONTRACTOR to make payments to SUBCONTRACTOR under the Agleemenl, SUBCONTRACTOR shall, if requesled by CONTRACTOR,lurnish wrinen evider.ce satislactory to CONTRACTOR that all daimsor demands from SUBCONTRACTORol SUBCONTRACTOR laborers workmen, mechanics, malerialmen, furnisher of machinery Of paris thereol, equipmenl, power lools, supplies, employee benefits, including by way 01 iIIuslIalion but not 01 exclusiorl, paymentlo trustees of heallh and welfare pension plans, vacabon savings plans, apprenticeship lIaining plans and union dues, payroll sums 10 be withheld pursuanllo law and olher ilems and mailers used by SUBCONTRACTOR in its perlormance 01 lhis Agreemenl have been paid. Such wnnen evider.ce shall be turnished upon such lorms and in such manner as may be requt!sted by CONTRACTOR and all SlalemenlS made by SUBCONTRACTOR lelative lhereto shall be made by affidavit or unde! penalty 01 pe~ury. CONTRACTOR al its sole discretion, wt with noObligahOl'l SO \0 dO. may on SUBCONTRACTOR's behal! pay and satisfy any laborer or materialmen lumisiling labor or materials to SUBCONTRACTOR in the perlormance of SUBCONTRACTOR of its Obligation under Olis Agreement including any perSOf'l who may haVEI a cause 01 action againsl any surety 01 CONTRACTOR or lien rights againSllhe constrUClion sile Of any part lhereof. Such paymen!, in CONTRACTOR's sole discretion, may be made directly \0 any laborer or materialman or jointly 10 SUBCONTRACTOR and such laborer or materialman, OireCl payment may at CONTRACTOR's option include SUBCONTRACTOR's payroU obligations ir.curred or 10 be illCUlred in perlormance 01 this Agreement and any such payments shaIJ be deducted Irom the ned monies due or to be come due 10 SUBCONTRACTOR pursuanllO lhis Agreement. Nolhing contained in lhis paraglaph 6.2 specifically, or in this Agreemenl generally. shall beconslrued 10 be lor Ihe benelit 01 any personnol a pasty 10 Olis Agleemenl,no Ihird party beneliciaryrights are created hereby. 6.3 Wauanrt. SUBCONTRACTOR warranls and guarantees thai all wor1<. and materials lurnished by it under this Agreemenl shall be lree 110m laulls or delects lot a period 01 one (1) year, exceptIo! eledrial, plumbing, heating, cooling and ventilation wor1<. which shall be warranted and guaranleed lor two (2) years Irom the date that CONTRACTOR conveys title to th& subject of the WoOl (dwelling) \0 ils purchaser or tor th&duration o! any warranties a!lorded by law to purchasels of homes in California, or so long as th& RegiSlIar 01 Conlraclors 0I11Ie Stat& 01 Calilornia has jurisdicliOf'l over CONTRACTOR 101 the Work. whichever is longest. SuP9~ers 01 items such as appliances, lixtures and interior furnishings ("Consume! PrOductsl must either place in, anach 10 or locale nearby the manulacture, w3franty lor lhe supplied Consumer Product. Supplie~ 01 non-Consumer Prod1JClS shall deUveI" any and aU apj)licable manulacturers warranties on malerials lumished by illo CONTRACTOR belorelhe Work is commmenced, The warranbes and guarantees conlained herein shall in all cases survive lerminalion ollhis Ag,eement. 6.4 Warranlv Work. SUBCONTRACTOR agrees to peI10rm on a limely basis all work and replace aU materials necessary to meel ilS warranty andguaranlee gNen in 6.3 above ("Warlanly Work). SUBCONTRACTOR also agrees to pet10rm Emergency Warranty Wor\t atlhe requesl 01 either CONTRACTOR or homeowner, either 01 whOm may delermine what quatilies as an Emergency. "Emergerq" as used herein is defined as a condilion which isconsidered 10 a!!ectlhe tlabitabllity or potenlial habitabilily 01 a house, such as pow9f oulages, severe plumbing leaks, healing or cooling lailureduring extremely cold ot hot tem peralule. 6.5 Rp!p.nlinn lor Warlantv Wnrk, In the event 01 termination of this Agreement for any reason, CONTRACTOR shall hav& the righl to relain 110m any monies Ihen due SUBCONTRACTOR an amount up to lilleen (15) percenl 01 lhe Price, lor a lime pefiod equallhat in lhe limiled w3franty given 10 homeowner by CONTRACTOR. Release of lelained monies. less expendillJles by CONTRACTOR \0 complete Warranty Work, ShaU be released quallelly \0 SUBCONTRACTOR tor houses no lOnger under CONTRACTOR's limited Warranty, 6.6 Comolp.tion nf Wal1'antv Work 01 Olhers. SUBCONTRACTOR agrees to complete Ihe Warranty Work 01 other subcontractors 01 like trade at Ole request 01 CONTRACTOR in any subdivision lhen under conSlruction by CONTRACTOR in accO/dance with the same terms and Conditions as set lorth in this Agreement 1.0 ~. . 1.1 Wilhholdino Mnni!!!;' Matp.rial Brp.ar.h ot Conlrad Should SUBCONTRACTOR breach any term 01' conChtion 01 thisAgreemenl. Of in Ihe event oflhe assertion by any person 01 any Claim of lien against CONTRACTOR, ir.cludlng by way of illustration but not 01 exclusion, execution or daims upon monies owed SUBCONTRACTOR daims upon surety 01 CONTRACTOR execulion upon monies due CONTRACTOR Ot aSSl!1llon or thteatened assertion 01 ben claims by pelsons employed by SUBCONTRACTOR or lurnishing material, machinery,fixtures Of tools to SUBCONTRACTOR. or any other monies claimed to be owing by SUBCONTRACTOR pu!suantto lhis Agreement or otherwise CONTRACTOR may wilhhold from any monies dueOf to becomedue SUBCONTRACTOR such sums as CONTRACTOR, at its sol& disaehon shall deem necessary to protect CONTRACTOR from any lOss, damage, expens& or claim Olerelrom, inckxling litigation COSlS as delined in paragtaph 7.3 below and Warranty Wor1<. costs descnbed in 6.4 above. II SUBCONTRACTOR bleaches any provision ollhis Agreemenl, such bleach shall be deemed a malerial breach of contract, If CONTRACTOR initiates tegal action and prevails against SUBCONTRACTOR unde/this Agr~menl. SUBCONTRACTOR shall pay all litigation costs irOJITed by CONTRACTOR in prosecuting that aClion. 7.2 . Onlions 01 Conlraclor. Should SUBCONTRACTOR lailto perlorm in accordance with any term Of this Agreement or otherwise be in breach Ilereuncier, CONTRACTOR may give nOlice 01 such breach to SUBCONTRACTOR. idenlilying lhe lack 01 perlormance or breach o! this Agreement. Such breach by SUBCONTRACTOR shall give CONTRACTOR lheoptionof 7'/.,t . Withoulterminating Ihis Agreemenl, reQuile thai SUBCONTRACTOR shall at its own expense, replace and correct male rial or work determined by CONTRACTOR 10 be delective ot nol complying wilh lhe requiremenls lherelO1 by making lhe same comply smclly with Ihe requiremenls lherelor, and cute such other delaults as may exist in lhe __ perlormance of SUBCONTRACTOR's obligalion hereunder, within lwenly-Iour {241 hours aller such notifiCation 01 within eighl (8) hours aller such notihcalion, in the event ot an emergency. The - delelmina\ion 01 an emergency shall be made by CONTRACTOR., Failure 01 CONTRACTOR 10 give notiCe 10 SUBCONTRACTOR as herein provided shall not aller, diminish or restncl any of SUBCONTRACTOR's obligalions as set fonh in lhis paragraph. Should SUBCONTRACTOR la~ to timely correct and repair defeclive malerials and worlunanship and otherwise cure its defaults hereunder, CONTRACTOR may, wilhOutlurther nolice, do so at SUBCONTRACTOR's expense, and the cost 01 such to CONTRACTOR.logether with overhead and profil at tilleen percenl {15%), shall immediately be payable 10 CONTRACTOR by SUBCONTRACTOR 7.2.2 Withoul terminating lhis Agreemenl or lhe obligalions 01 SUBCONTRACTOR hereunder as 10 all 01 \he Wor1<. fequired 10 be per!otmed OIfumished by SUBCONTRACTOR pursuanllo lhis Agreement, CONTRACTOR may perlorm such pollion of the Work requiled hereunder 01 may furnish any materials 01 olher ilems required hereunder as CONTRACTOR in rts sole discrelion may deem necessary to avoid delay in the progress ot the Wor1<. and in conneclion therewith. CONTRACTOR may perlorm such work or any portion thereof ilSell or have the same perlOlmed by olhers and CONTRACTOR may procure all necessary materials, equipmenl Of olher items required lor the conlinued progress 01 such work, The cosl \0 CONTRACTOR for such work or matelials,equipmentOfotheritemsshallbededuCledfromtheconuactpriceandilthecostol suchwor1<.olmalenalsorOlheritemsol anynalureexceOlisormayreasonablybeanlicipated by CONTRACTOR 10 exceed,the balance oflhe contracl price, SuCh excess or anticipated excess shan be immedialelydue and owing Irom SUBCONTRACTOR to CONTRACTOR and may bewilhheld 110m any funds due to SUBCONTRACTOR under this Agreemenl or any olher agreement wilh SUBCONTRACTOR 'Cost to CONTRACTOR" as used in this Agreemenl shall mean aclual cost \0 CONTRACTOR plus lilleen pelcenl (I~%l overhead and profit 7.2.3 Terminating this Agreement With 1he option granted to CONTRACTOR 01 (t ) Itsell compleling the Work required 10 be perlormed by SUBCONTRAC- TOR or any portion thereol, or (2) having such work in whole or in pall completed by others althe expense 01 SUBCONTRACTOR. CONTRACTOR's options herein snail nOI be deemed as limitalions upon the righls and femedies 01 CONTRACTOR ill the event of delaull by SUBCONTRACTOR and CONTRACTOR sMll be entitled to exercise lhe righls and remedies hereinabove specified and all Olhet remedies which may be provided by law or in equity. eilher cumulatively or consecutively, and in such order as CONTRACTOR in its sole discretion shan determine, 7.3 Damane Suffered bv ContraclOI. SUBCONTRACTOR shall be liable for all damages sulfered by CONTRACTOR by reason of SUBCONTRACTOR"da!au~ in any provision otthis Agteement, and the exercise by CONTRACTOR 01 ilS opliOn to lerminale lhis Agreement shall not release SUBCONTRACTOR ot such liabilily. SUBCONTRACTOR shall have no right 10 receive any lunhet paymenl aller delault by it in any lerm ollhis Agreement until such lime as lhe Work 10 be perlormed by il pursuanl hereto has been completed and accepted by CONTRACTOR and CONTRACTOR's damages, ij any, ascenained. As used in this AgreefMnl, "damages sulteled by CONTRACTOR" shall ~clude byway 01 illustration butnol 01 exclusion, costs 01 worilto CONTRACTOR, Warranty Work o! SUBCONTRACTOR perlotmed by CONTRACTOR or other subcontractor 01 CONTRACTOR. general liquidaled or special damages and liligalion costs. "Litigation wsts" as used ill this Agreement shall include, but not necessa rily be limited to anorney's lees, expert witness fees or plolessionalopin ion lees, cosls 01 lests or analyses,accountanl I&&s andallolherlees,COSlsafldexpensesolwhichev9lnaturechargedbyallorneysoraCCtIIJl'llallts,allcostsolsult,taxableandnoll-taxable,includingbutnotlimitedtocoslsofdeposilionandlrialllanscripl copies_ II is uf\lSefslood by SUBCONTRACTOR the CONTRACTOR will or may borrow cellain funds hom commercial, institutional ot olnellenders to enable illo complele ltle CQRstfUClion. SUBCONTRACTOR shall be liable 10 CONTRACTOR 101 an damages sullefed by CONTRACTOR by reason 01 a breach by SUBCONTRACTOR, such damages to include in addilion 10 those more partlCulary defined in olher proviSions ot this Agreement, interesl charged to CONTRACTOR during any delay caused by SUBCONTRACTOR. Should CONTRACTOR &xercise any 01 Its options, remedies 01 righls granted il pursuanl 10 the terms 01 this Agreemell! in the evenl of breach by SUBCONTRACTOR, CONTRACTOR may but shall not be obligated so do use any malerials or equipment on the conSlruction site which bekJng to SUBCONTRACTOR 10 complete the Work required herein to be completed by SUBCONTRACTOR. whether such WOfk is completed by CONTRACTOR or by others, and SUBCONTRACTOR agrees lhal it shall not remove such materials and equipment from the conslfuclion slle unless directed in writing by CONTRACTOR so 10 tlo 7.4" Addilional Causes 01 Brp.ach. SUBCONTRACTOR shall bed~med in breach otlhis Agreemenl iI (I) SUBCONTRACTOR is unable 10 meet ~s financial obIigalions as they come due, 01 (2) SUBCONTRACTOR is listed by lhe administralive office 01 any applicabte employee Itinge benelittrust as being delinquenl in the payment to any such 1tusl. ,egardless of the constructllln project upon which such delinquency occurred. CONTRACTOR may, at its sole option, pay any delinquency owed SUBCONTRACTOR to any applicable employee Iringe benelil trust and any such payments made directly on SUBCONTRACTOR's behalf as hefe,n provided shall be dedUCled trom lhe nexl monies due or 10 become due 10 SUBCONTRACTOR pursuanl 10 Ihis Agleement. 7,5 Breach 01 Conlrad is Rmach nj All. SUBCONTRACTOR and CONTRACTOR acknowledge thai during rts perlormar.ce 01 IhiS Agreemen!. SUBCONTRACTOR may also be unde! contract with CONTRACTOR for wolll al CONTRACTOR's olhel projects or subdivisions. Al CONTRACTOR's sole eleClion, a breach in the perforn:ance of any 01 SUBCONTRACTOR', obligallon, undBr thi, Agr.emenllhllt con,titute . brncll in SUBCONTRACTOR, obli;.tion, under Iny olher Agream,ntls) with CONTRACTOR 'nd . breach und,r any oth" agreemenl(sl wilh CONTRACTOR shall also Cl)I1stilute a breach of SUBCONTRACTOR's obligallons undel this Agreement . "?,z... Contracts\89t219b,cel Contracto(slnitials Version 900531 SubconlfaClOf'slnibals _tl#l!<:KlO< ,-,s..oCI)tllt><1\> PriAc<:CU1IIIlg ~odP<qeClS<.oto.._ 8,0 MISC~II ANFOIJS. . 8.1 ~. SUBCONTRACTOR shall give all nolicas, and comply with alIfederal, stale and IocaIl.aws, 0Idinanc&s, rules. regulations and ordetsol anypublic authorily bearing on his pllrloonanca 01 the Work heraunder, shall secure and pay lor all licellSllS n&cessaryfor lhe execution 01 the Worll, and upon larminalionol lIUs Agraement 1000anyreason SUBCONTRACTOR shaU transfer SLdI permits, if any, and if allowed by law, to CONTRACTOR or at the option 01 CONTRACTOR, lransrer the remaining poIlion 01 the lee to CONTRACTOR. SUB. CONTRACTOR shalIpay all royalties and license lees applicable to materials, equipmentand olllerinstrumenlafmesusedby SUBCONTRACTORin 111& pertocmance oltllisAgfeement, ancIsl\alldelend and Ilold CONTRACTOR harmless from all suits or daims lor Infringement 01 palenl rights involved or otherwise relalad to SUBCONTRACTOR's worlc: herllUndet, 8.2 IndemnifICation. SUBCONTRACTOR shall indemnity and hold harmless CONTRACTOR and an olitsagentsandemployees Iromand against all claims.damages, losses and expenSllS, includIng litigation costs. arising out 01 or resulling Irom the performance 01 \he Work under \his Agreement, provided that illlY such claim, damage. loss orexpense is altribulable to bodily injury sickl'less, disease, ordealh or 10 injury to ordeslruction 01 langible property. including the loss or use resultingtheretrom anel iscaused inwhole or in part by any negligence oromission 01 SUBCONTRACTOR or anyone directly or indirectly employed by it or anyone for whose acts it may be fiable, regardless 01 whelher ~ is caused in whole or in part by a party indemnified hereunder or by the negligence of CONTRACTOR. 8.3 ~. CONTRACTOR at ils sole oplion may lerminate this Agreement at any lime and lor any reaSOflor no reason and shoukl such lermination be made other than lor SUBCONTRACTOR's lailufe 10 periorrn or SUBCONTRACTOR's breach of this Agreement as provided in paragrapllt4(c), CONTRACTOR shall allls option, pay SUBCONTRACTOR either (1) the conlract price of woo. compleled and accepted by CONTRACTOR, or (2) \he cost 01 work actually completed by SUBCONTRACTOR in ils pllrlormance ollhis Agreement. or other cost actually incurred by SUBCONTRACTOR in ils anticipated perlormance 01 this Agreemenl subjeclto the provisions 016.4 above. lESS, HOWEVER. an sums paid SUBCONTRACTOR prior\f1erelo pursuanl to Ihe tlllTllS ollhis Agreemenl. any deducllons from the conlracl price made by CONTRACTOR in accordance herewith, PROVIDED, HOWEVER. the lOIaI amount to be receiYecI by SUBCONTRACTOR pursuanllo this Agreemenlshalf nol in the aggregate exceed the contract price lor compleled and accepled work. As a condition precedenllo SUBCONTRACTOR's rightlO receive payment pursuant to option(2) ollhis paragraph. SUBCONTRACTOR shall, upon laquesttherelo/e by CONTflACTOR, ptovidewritten evidence satisfactory to CONTRACTOR, including but no! fimiled tocancened checlls, paidinvoices, and suchotllerdoaJmentation as CONTRACTOR mayraquire, substantiallng SUBCONTRACTOR's claim to such inctmed costs. Paymenl pursuant lothis paragraph sha1Ibe subject to alf the terms and concIitions of and procedures lor paymenl selforth herein, 8.4 tlnliw. Any notice given to SUBCONTRACTOR by COtfTRACTOR In accordance with this Agreemenl may, at CONTRACTOR's oplion. be given either by personal nolic& to SUBCONTRACTOR's representalive in charge on the construction site or by wrillen or telegraphic notice 10 SUBCONTRACTOR at its address hereinabove set forth. Notice shall tle deemed given 10 SUBCOtfTRACTOR upon (1) notilic.ation to SUBCONTRACTOR's representalive, or (2) upon deposit 01 such nOlice in Ihe Uniled States mail. first class. postage prepaid. 01 upon notiflCalion to thetelegfaph company 01 such nolice.whichMrisapplieable. 8.5 Oiscrimin~llon. SUBCONTRACTOR agrees that during the pllrlormance 01 lhis cootract il will nol discriminale againsl illlY employee or appflCil1llOf employmenl becauseolrace,religlon, sex. color ornalionalorigin,and.....iU take affirmallYe action toensure that appIicantsaree mployed,andthatemployees arelrealed in aU respects during empIoyment,wilhoul regard to Iheir race, religion. sex. color or national origin. SUBCONTRACTOR agrees to posl in conspicuous praces, available 10 employees and applicanls lor employment, nolice 10 be provided selling forth the provisions ollhis nondiscrimination clause and 10 state, in all solicitaliO/ls and adverlisements lor employees placed by or OIl behalr 01 SUBCONTRACTOR, that all qualilied appflCants will roceiveconsideralion lor employmenl wilhout regard 10 race, religion, sex, color or nat ionalorigin, 8.6 TnxieFn!n/epmp.n1. 8.6,1 The Sale Drinking Waler and Toxic Enro/cement Act 0119S6 [Propos~ion 65} prohibits employ8fS Irom lu10wingly diSCharging or releasing a chemical known to llIe Slate 01 California to cause cancer. birth defects or olher reproductive harm into water or onlO lanel where such chemical passes or probably will pass into any source 01 drinking water. Notwithstanding any provision in this Act exempling SUBCONTRACTOR Olllhe basis Ihal it has less lhan ten {to} employees. SUBCONTRACTOR hereby agrees 10 comply with all provisions 01 this Act relallng to the discharge 01 hazardou$chemieals on thejobsile. 8.6.2 The CONTRACTOR is flrmly commined to providing a sare and heallhywor'K environment lor all emproyees as well as SUBCONTRACTORS. lnorder 10 meet this commitmenl, Ihe CONTRACTOR is fequiring the SUBCONTRACTOR to tle in fult compliance wilh OSHA's Hazard Communication Standard (Ihe .Standard"), 11 is \he responsibi~tyof the SUBCONTRACTOR to become fully acquainled with tllis Standard. 8.6.2a The SUBCONTRACTOR will have a Wlillen Hazard Communication Prog/am, available upon request to Ihe CONTRACTOR'S designatedlepresentalive, the Assistant Secrelary 01 Occupalional Salety and H eallh,and Ihe Director 01 lhe National Ins1itutetor Occupalional Satelyand Heallh . 8.6.2b The SUBCONTRACTOR wiU compile a lisl 01 all hazardous chemicals that will be used OIl any 01 the CONTRACTOR'S subdivisions by reviewing container labels and !Nir respective Malenal Salety Data Sheel ('MSDS1. The list.....ill be updated as necessal)', and senl to CONTRACTOR. 8.6.2c II is the policy 01 CONTRACTOR 10 ensure lhat eachconlainec 01 hazardous chemicals on a iobsile is propetty labeted, The labels will Gst: (i) the conlenls or Ihe container; (ii) appropriale hazardwamings: and (Ui) Ihe n ame anctaddress 01 lhe manulacl1Jfer, importer or Olher responsible party. I , To lurlher ensure Ihat all workers are aware of the chemical hazards 01 material used In lheir work areas. il is CONTRACTOR'S policy lOalsohaveallsecondarycontainerslabeled. Secondarycontainerswillbelabeled.....itheilheranexlfacopyolthemanulacture'slabel,orwithasignorgeneficlabelthatlistslhecontainetscont&nIS and appropriate hazard warnings, a.6.2d' Each SUBCONTRACTOR bringing chemicals onlo a jobsite must provide CONTRACTOR with the appropriate hazard inlormalion on those substances to which CONTRACTOR'S own employees may be exposed 10 on a pllsile. Copies 01 each MSDS pertaining 10 all hazardous cllemicals to which employees may be exposed must be kept with each employee who has control or responsibility lor Ihe subslance on a CONTRACTOR'S subdivision. A copy ot each MSDS will be sent to CONTRACTOR ror inclusion in mast&r boolts which will be al each 01 the CONTRACTOR'S construction offices, These books willtle lhe central location lor use by all workmen on CONTRACTOR.S projllcls. 8.6.2e. The SUBCONTRACTOR will conducllraining sessions lor ils employees on hazardous chemicals in its work. area as sellorth il1the Standard. SUBCONTRACTOR lurther agrees lhal SUBCONTRACTOR, SUBCONTRACTOR's employees and SUBCONTRACTOR's subcon- l1actorsshaDnotdischargesuchchemicalsonlhejobsite, shalJnolengageinthecleafHlllorrepair activiliesonthejotlsite. whichwillresullinlhedischargeotsuchchemicals,andshall,uponagreement, remove all supplies, malerials andwaste remaining on the jobsife which, if exposed, could lesull in the discharge or such chemicals, SUBCONTRACTOR shaflbear fufflinancial responsibility, as belw8en the parties of this Agreement for tile compliance 01 aU persons mentioned in the previous sel11ence. . Should SUBCONTRACTOR. SUBCONTRACTOR's employees or SUBCONTRACTOR's subconlractors or their employees tail to comply withm 24 hours Irom the time CONTRACTOR issues SUBCONTRACTOR a written notice 01 noncompliance or within \he time or an abatement perlod speciried by any govem~t~, whichever period is shOller, CONTRACTOR may give notice ot delau~ 10 SUBCONTRACTOR. Failule 01 SUBCONTRACTOR 10 cure sucl1 deraull WIthin 24 hours after such notice shaIIllrve CONTRACTOR the option to elect illly and all rlghts or remedies set lorth in this Agreement 8.7 ~. This Agreement, including the Pficeand Paymenl Schedule,andtheOesignatedTask exhibitcanonlybemodiliedbywrittenamendmenlexecuted bv authorized agents of the parties hefelo. , 8.8 ('>ovp.rn;nnl ~. ThelawsotlheStateotCalilOrniashallgovern lheconstnJClionollhisAgreementanditslerms,andSUBCONTRACTORwaivesandrelinquishes its right 10 commence or maintain all action at law or in equily arising out 01 Ihe Agreemenl in any place otllef than the principal place 01 business 01 CONTRACTOR, which is located in tile County oISacramento,Calitornia. 8.9 Meaning, This Agleementshall beconslrued in acccrdal'\CEl wilh its plain meaning, and shall nol be construed for or againsl any 01 \he partiesherelo, 8.10 ~.lIaterm,proy;sion.covenatll,agreemenlorcondilionolthiSAgreementisheldto beYOid,invalidor urllmlorceable. the same shan 1'101 aHecI any olller pMIon 01 this Agreement and Ihe remainder shall be effsctive as lhOrJgl1 iUCh term. plOviiion. COV8nant agrsement or cond~ion hag not been conlair.ea lIerein. , 8,11 ~ SUBCONTRACTOR aIlIII notmign,.\,Iblllortran.llrlhiIAgrlemenl.oranypartth&reof,ormakeanassignmentorl1anslerolanymonlupayable to SUBCONTRACTOR pursuant 10 this Agreement, without thl prior aulIIorl111lo1l 01 CONTRACTOR. 8.12 Time of Esseoce. TlITIe is 01 \he essence in performance 01 the parties' obligations undet this Agret!menl . . ~1~ Conlrac1s\891219b.cGt ConlractOl"slnitials V8l'Sion900531 SubconIrac:Iar'sfnitia1s ~c-- c...y:5dH:cnlratb" Pri.;~ GcIklnW:I'IlIjIds....-- RICHMOND AMERICAN HOMES . 17310 Redhill Ave., Suite 320, Irvine, Ca 92614, (714)756-7373 / FAX (714) 253-7831 SUBCONTRACTOR INFORMATION SHEET {Please Type or Print} Vendor # MPANY NAME: YEARS IN BUSINESS IN CALIFORNIA ADDRESS: TRADE: STATE CONTRACTOR LIe. # PHONE # EMERGENCY # FAX # CORPORATION 0 FEDERAL LD. NO.: PARTNERSHIP 0 SOLE PROPRIETORSHIP: 0 SOCIAL SECURITY NO.: PRINCIPALSIPARTNERS NAME NAME: TITLE TITLE: CITY BUSINESS LICENSE # FOR THIS PROJECT: # CITY: INSURANCE INFORMA nON: .lORKERS COMPo . POLICY # CARRIER: EXPIRATION DATE GENERAL LIABILITY: CARRIER: POLICY # EXPlRA TION DATE AUTO LIABILITY: POLICY # . CARRIER: EXPlRA nON DATE MAJOR BANK REFERENCES: NAME ADDRESS PHONE MATERIAL SUPPLIERS TO BE USED NAME CONTACT PHONE # HOME BUILDING COMPANIES YOU HAVE WORKED FOR IN THE LAST YEAR NAME CONTACT PHONE # e SUBMllTED BY TITLE ?"A DATE . CERTIFICATE OF INSURANCE REQUIREMENTS A correct Certificate ofInsurance must be on file in our office before any work commences. The certificate must meet all of the following requirements or it will not be acceptable. - j . +), , I ! GENERAL LIABILITY: $1,000,000 Combined a) ADDITIONAL INSURED: The following endorsement must be issued on a separate form referencing policy numbers: "Richmond American Homes of California, Inc. is named as Additional Insured under the above policies at ALL OPERATIONS." , ,. . 2) AUTO LIABILITY: Minimum coverage of$I,OOO,OOO. (Combined) for non-owned and hired vehicles. a) ADDITIONAL INSURED: The following endorsement must be issued on a separate form referencing policy numbers: "Richmond American Homes of California, Inc. is named as Additional Insured under the above policies at ALL OPERATIONS." 3) WORKERS COMPENSATION: Statutory coverage with an acceptable insurer 5) PROFESSIONAL LIABILITY (Architects and Engineers): $1,000,000. limit 4) . Thirty--(30) Day Notice: The words "30-Day Notice of Cancellation" must appear on the certificate. (Accord Form users must omit the following words form the form: "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company.") wordlfonns/insm I.doc ~1~ . . . , RICHMOND . AMERICAN Homes of California, Inc. SUBCONTRACTOR INFORMATION SHEET TRADE: YEARS IN BUSINESS IN CALIFORNIA: COMPANY NAME: STATE CONTRACTOR L1C. NO., CLASSIFICATION & EXPIRATION ADDRESS: TELEPHONE - OFFICE: FEDERAL I.D. NO: CORPORATION: HOME: PAGER: SOCIAL SECURITY NO.: PARTNERSHIP: SOLE PROPRIETORSHIP: PRINCIPALS/PARTNERS: NAME: TITLE: LIST CITY LICENSE NUMBER FOR THIS PROJECT: INSURANCE CARRIERS: Worker' Comp: Carrier: Liability: Carrier: Policy #: Policy #: Agent: Agent: MAJOR BANK REFEERENCES: NAME: ADDRESS: CONTACT/PHONE NUMBER: MATERIAL SUPPLIER TO BE USED: NAME CONTACT PHONE NUMBER - , . HOME BUILDING COMPANIES YOU HAVE WORKED FOR IN THE LAST YEAR: NAME CONTACT PHONE NUMBER . SUBMITTED BY: TITLE: DATE: 17310 Redhill Avenue, Suite # 320, Irvine, CA 92714 714/756-7373 FAX 714/757-4333 "?"~ . . . PERFORMANCE BOND Recitals: 1. (Contractor) has entered into an Agreement dated with COUNTY OF RIVERSIDE (County) for construction of public work known as 2. the Surety under this Bond. corporation (Surety), is , a Aoreernent: We, Contractor, as Principal, and Surety, as Surety, jointly and severally agree, state, and are bound unto County, as obligee, as follows: 1. contract The amount of the obligation of this Bond is lOO~ of the estimated price for the Project of $ and inures to the benefit of County. 2. This Bond is exonerated by Contractor doing all things to be kept and performed by it in strict conformance with the Contract Documents for the Project, otherwise it remains in full force and effect for the recovery of loss, damage and expense of County resulting from failure of Contractor to so act. All of said Contract Documents are incorporated herein. 3. This obligation is binding on our successors and assigns. 4. For value received, Surety stipulates and agrees that no change, time extension, prepayment to Contractor, alteration or addition to the terms and requirements of the Contract Documents or the work to be performed thereunder shall affect its obligations hereunder and waives notice as to such matters, exceot the total contract price cannot be increased by more than lO~ without approval of Surety. THIS BOND is executed as of By By By Attorney in Fact Type Name Its "Suretyll Title "Contractor" Note: This Bond must be executed by both parties with corporate affixed. All signatures must be acknowledged. (Attached acknowledgements) . seal 45 ,?"'\'t . . . PAYMENT BOND (Public Work - Civil Code 3247 et seq.) The makers of this Bond are , as Principal and Original Contractor and , a corporati9n, authorized to issue Surety Bonds in California, as Surety, and this Bond is issued ,in conjunction with that certain public works contract dated , between Principal and COUNTY OF RIVERSIDE a public entity, as Owner, for $ , the total amount payable. THE AMOUNT OF THIS BOND IS ONE HUNDRED PERCENT OF SAID SUM. Said contract is for public work generally consisting of The beneficiaries of this Bond are as is stated in 3248 of the Civil Code and requirements and conditions of this Bond are as is set forth in 3248, 3249, 3250 and 3252 of said code. _ Without notice, Surety consents to extension of time for performance, change in requirements, amount of compensation, or prepayment under said contract. DATED: Original Contractor - Principal By Surety By Attorney In Fact Title (If corporation, affix seal) Its (Corporate Seal) STATE OF CALIFORNIA COUNTY OF ss SURETY'S ACKNOWLEDGEMENT on before me personally appeared , known to me to be the person whose name is subscribed to the within instrument as attorney in fact of , a corporation, and acknowledged that he subscribed the name of said corporation thereto, and his own name as its attorney in fact. Notary Public (Seal) Riverside County Counsel Approved Form 3-14-74 Note: All signatures must be notari.zed 83 ~1~ '? 1'\ ;z: o :l! .~ o I ~. . I I ?Jf:1:> I tin .~ *************** -COMM. JOURNAL- ******************* DATE APR-14-1999 ***** TIME e7:28 *** p.e1 MODE = MEMORY TRANSMISSION START=APR-14 e7:24 END=APR-14 e7:28 . FILE NO.= 192 STN NO. COM ABBR NO. STATION.NAME/TEL.NO. PAGES DURAT JON 001 OK II 190927396e8 014/014 00:03'46" -THE MOOTE GROUP - ************************************ -714 751 4552 - ***** - 7147514552- ********* THE MOOTE GROUP California's Land Development Expert 1528 BrookhDllow Dr,. Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751.4552 FAX COVER LEI1ER -fl ., MOOTE QROUP Date: . Apri114.1999 To: Christy HILLCREST Pages 14 Unc1uding Cover Sheet) From: Virginia Rayne THE MOOTE GROUP aax: Tel: (909) 273-9608 Fax: Tel: (714) 751-4552 (714) 751-5557 Re: Bid Spread for CrowneHill Drive, Phase!, per your request . . ~'O \ , *************** -COMM. JOURNAL- ******************* DATE APR-13-1999 ***** TIME 09:56 *** P.01 MODE = MEMORY TRANSMISSION . FILE NO.= 086 STN NO. COM ABBR NO. 001 OK Ii START=APR-13 09:54 END=APR-13 09:56 STATION NAME/TEL. NO. PAGES DURATION 19099256585 007/007 00:01'27" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* THE MOOTE GROUP California's Land Development Expert 1528 Brookhollow Dr., Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 FAX COVER LEITER. Date: April 13. 1999 To: JENNIFER RODAK aax: Tel: (909) 925-6585 '1 i:'l MQOTE QROUP Pages 7 (Including Cover Sheet) From: Virginia. Rayne for MARJ! KNITTER THE MOOTE GROUP Fax: Tel: (714) 751-4552 (714) 751-5557 Re: Sub-Contractor Listings for Contractor Proposals for Crowne Hill Dr. Phase t per your request. . . ",,?'6'V ~ 0o~J ~^pQ~tJ'- Proposal Item . LIST OF- SUBCONTRACTORS: In accordance with Government code Section 4102, the bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half (112) of (1 %) percent of the total bid and the portion of the work to be done by such subcontractor. SEGREGATED PART OF WORK' % OFWORK' SUBCONrrRACTOR' 1. Pavinq. cur];L.And 9Ut.t.e;;::-32.%.__ Name: AAA Pi'lVi nq Address: 3330 N. Locust Rialto, CA 92377 Phone: (909) 829-4041 License No' 314824 2. s.tQ;;::.llLJl:c.a.i.O-.s.t Tn "rn r"p s-l2..%.____ r Name: ~1 ;:::arll:lor Tnro Address:P.O. Box 759 Fontana, CA Phone' ( 909) 822 6800 License No' 466576 92334 . 3. Name: Address' Phone' License No' 4. ---------------------------------- Name' Address: Phone: License No" I i I I ! , I I 5. Name' Address' Phone: License No: 6. Name: Address' Phone' License No: . P-6 Crowne HiJI Drive, Phase 1 -:?~~ i , . . . Proposal Item ~C\ \l--.~\\S ~ Y)b ~ f\fP\~\~ - I ! LIST OF SUBCONTRACTORS: In accordance with Government code Section 4102, the bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half (112) of (1 %) percent of the total bid and the portion of the work to be done by such subcontractor. SEGREGATED PART OF WORK' % OFWORK: 1. Go-p c.][.t:;---i--~-fi~-cr.)~-~-S---- .. (j~(/f) 2. --lP~~-~~-~---~Jt~p~~-;~-------- {gdo ,'5 -'f~1-c~~~~t=---------~~------- oL\ 0(0 3. '4. ---------------------------------- 00 Nc..(Z-<.~-<. '" 20""6 5. ---------------------------------- 6. . - ---------------------------------- P-6 SUBCONITRACTOR' Name' Ilf."" (,0 or. ...,,,\..'f.~ .eo..., C- Address' 'i1. ft.), (l,el...:> sr :5'"1.' ~-'/ ?!U\$,'J9- Phone: "tn'! - '143 -'iJ:>'i License No' r., 1"8 '4, Name' ~":)o "-J Oll>L"l... Address. I <;"<:;"os" "Z. l'....'o..... J4J"<.. Phone' .... - I"o"l> 1 - /-S-5'"D . License No' pr-I-z. \ -r<!.c::- ...------ _, o.......r.~,ch. Name' A I D. \-) ll.-SOt-.J Address' '1b"~ <.rz.'1~...<.o.V D/lll11 Phone' "t"ct..-=13 '1... 211'1. '- License No' '13'3 '114 . uaL({), C~ Name' J. P. ~ \ ""...."'....1-. .. Address' Cj ~i') ....r.. ~~-cr e.....,~( ..t...........,,~.. Phone: 'io'l-'hi<1- "'':1, License No' <I ( !'" r..<; 7. ~ C ~ Name: Address: Phone: License No: Name'; Address: Phone' license No: Crowne Hill Drive, Phase 1 yt i. II I' \ '?f6A.. , II II 'j Ii l '/ ./ . . . Proposal Item GRIFFITH COMPANY LIST OF SUBCONTRACTORS: In accordance with Government code Section 4102, the bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half (112) of (1 %) percent of the total bid and the portion of the work to be done by such subcontractor. 1. SEGREGATED PART OF WORK: % OF WORK ~C~_&_~":?L______-E~--! Name: 2. Address: Phone: License No: $;?~~' '% ----!..~r!_~y.-~~F-5--__--€~--o Name: ~~:~:~s . License No' 3. ~/v ~~~~______~_____~~_ Name: Address' Phone: License No' 4. Name' Address' Phone: License No: 5. Name' Address' Phone' License No: 6. Name' Address: Phone' License No: P-6 SUBCONTRACTOR' JE:Cb'--''''~ --t f1an.kl 1v1c.. . I 7</9 ;'J,R,.u~ ,')7- c:?A.;>....f" 7/V-97lf-.;p;?,?;? . d~93 0<-;;>71 &,...",~ $;-/lIP'<- ~ /8:5 . I?V~ r.-, r0"o~ '7/"/ -6P-9'...> . . '5Y'..s<--"?..) -c.x;;2 //0 w:'ho- ~~, y--v;?,''O a~l'cc.-..a,.. ;70';)-777- S8'".?..? 3'33979 Crowne Hill Drive, Phase 1 3~ / /" / ,.- \.-Q, ,"""d O't\Y\<tYllC.Urli) '- -, . Proposal Item LIST OF SUBCONTRACTORS: In accordance with Government code Section 4102, the bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half (1/2) of (1 %) percent of the total bid and the portion of the work to be done by such subcontractor. SEGREGATED PART OF WORK: % OFWORK- SUBCONTRACTOR' 0.12 ~ -'. B ':S,7~ .A f2, !J" ?J;"r-J 1. ---- ----~-~~- -~-~- ------ ~:;r:ss: ~~~:::i~ 0, . ....i. --!-- () Phone: ~ - License No' 2. __\f~~~______3,-'iJ2_ Name' A- f). ()J~ J S&..- Vr-L- . V- ~~:~:~s' AIA"-,,,,) 'PoAtv-..- t7J:. : License N';' 3. ---~---------!jf'1J7)L Name'~Vr.~ /4 f Cf~_ cLJr-<- c J - 'f\' -. Ad.llress' U7WY ~u.."v---- l(j. Phone: - C;/~ ff/.I.-. /(lc,r1Jv... . ()!J J.....u- / <, :6 License No' , i: I' i< ): , "1 "i 4. ---------------------------------- Name' Address: Phone' License No' il .,/ I i I I ,I II 'Ii :1 ! Ii II I. I 5. Name' Address: Phone: License No' 6, ---------------------------------- Name' Address: Phone: License No' . P-6 ?J'tfo Crowne Hill Drive, Phase -1 . . . .1 . ,. :/ , <"iposal Item ~:3\ Nob ~> I. , i I I I LIST OF SUBCONTRACTORS: In accordance with Government code Section 4102, the bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half (1/2) of (1 %) percent of the total bid and the portion of the work to be done by such subcontractor. SEGREGATEDPARTOFWORK: % OFWORK' 1. ELECTRICAL 3.7% ---------------------------------- 2. SEWER IMPROVEMENTS, 53.4% -STO:R}rDRAiNTwATERIMPRo"V:EMENTS-- 3. CONCRETE WOP~. 6% ---------------------------------- 4. ---------------------------------- 5.. ---------------------------------- 6. ---------------------------------- P-6 SUBCONTRACTOR: Name: A.D. WILSON, INC. Address' 4078 Crestview Drive' Phone: Norco, CA. 91760 License No: 333979 A 909-737-3822 Name' BYRON L. CRUME, INC. Address' 1826 Pomona Road Phone: 909-737-2680 License No' 249549 C-42 A&B Corona; CA. 91720 Name: JEZOWSKI & MAP~EL CONTPACTORS, INC. Address:748 No. Poplar Street Phone: 714-978-2222 License No: 242898 A & C-8 Orange,CA. 92868 Name: Address' Phone' License No: Name' Address: Phone' License No: Name: Address' Phone: License No: -;'&1 Crowne Hill Drive, Phase 1 /; > Proposal Item -\.\, \ Iw ~t CaY\t=t1\~ . LIST OF SUBCONTRACTORS: In accordance with Government code Section 4102, the bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half (112) of (1 %) percent of the total bid and the portion of the work to be done by such subcontractor. 1. SEGREGATED PART OF WORK: % OFWORK: . 3010 ~~-0.ki:..~TJ)F=:i__I.!.Ii..i:.'T.'~__ Name' (',,..)1; ~VKT~~ . . f ~~r:~s' .p.o, BO)<. % I n' (cgd9) (.,1"1-,,'i~o License No' 7t:,o "(4-0 SUBCONTRACTOR: fi, , Iii Iii "j ;: 2. ~""O~_J?.l~.:!'L~~~::'!:?.:.~___1l_'b Name: ~IA-\ '" ~.,-y.J-S"T~cA/'o...:> Address' 3>3f &. ~oAS.-r 1-+~11 ~o\l""2:~ .., Phone:f"7I~) t.,cI</- 1-7q7 License No' &13 977 . 3. ---------------------------------- Name: Address' Phone' License No' ; I. I I I! I , . ; I; ; i , I I! I: I 4. ---------------------------------- Name: Address: Phone' License No' 5.. ---------------------------------- Name' Address' Phone: License No' 6. ---------------------------------- Name' Address: Phone: License No: . P-6 ~~~ Crowne Hill Drive, Phase 1 . . 6. e4. . BID OPENING TABULATION 1HE MOOTE GROUP 1714\ 751-5557 JOB: 420-001 Page: 1 of 1 CROWNE HILL DRIVE - PHASE 1 BID DATE: LOCATION: PROJECT: FOR Tuesday, April 6, 1999 TIME: 2:00 P.M. The Moote Group Crowne Hill Drive, City of Temecula Richmond American 1. I COMPANY AMOUNT ADDN #1 ADDN #2 ADDN #3 ADDN #4 ADDN #5 RS tJO BL-t. b(2, blg~ C.A-~DE:.L- 7/S-, 351 ~ (Qcb "Qt --J,"j: ~'(I i) lJ,}"U ' I _' ,) . <fAUL-VS Et04 ~ j 70~\ O"fp ~ gr2.-t FFI71-L Cs:, 1.0 &f.a I G 4'+ 11 : 1-1 I t...L.C.tU:::ST 59q 182C:,~ LAll"l-D C.oJUSJ, G5D/i37 ~ . - 2. 3. 4. 5. 7. 8. 9. 10. 11. 12. 13. ~~ 'to'd l<ilOl v- .~ GENESIS CONSTRUCTION COMPANY 170 E. Oakland Avenue Hemet, CA 92543 Phone: (909) 652.6977 Fax: (909) 925-6585 FACSIMILE TRANSMITTAL INFORMATION SHEET Date: ADiJ,t 1999 FaX# (714\ 751-4552 To: Moote GrouD Attn: Marti Knitter RE: CrnwnR Hill nriVp. Phone' (71.4) 7~1-5~57 No. of Pages (Including Transmittal): 1 .' From' JRnnrfRr J:lnti~1t Please review and call xx Per your r uest For Your information Please send a Quote Call to confirm receipt Mossa 0; Ma~i, Could au plBase fax us a co of all individual Contractors sub listln for the Crowne Hill Dr. bid? Thank you so much for your co-operation. JennIfer F~USERSI$USAN\MASTERFO\FORM103 . ??~o t..lnT l'"'ln)J1C:t.JI""I""l C:TC:':I"-J'::Jn ~~!QT ~kk1-7t-~~H /" e . . /' 'i. *************** -COMM. JOURNAL- ******************* DATE. APR-06-1999 ***** TIME 14:54 *** p.e1 MODE = MEMORY TRANSM I SS ION START.APR-06 14:53 END.APR-06 14:54 FILE NO.' 012 STN NO. ABER NO. STATION NAME/TEL. NO. PAGES DURATION COM 001 OK 17607454516 002/002 00:00'36" . -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - THE MOOTE GROUP and unLrrYRESOUaCENEnNORK 1528. BrookhOllow Drive, Sui1e 57 Santa Ana, CA 92705 Tol: (714) 751-5557 Fax: (714) 751-4552 FAX COVER LEITER .f ,.cOOTE GROUP Date: ~p,..l1 1\. , QQQ Pages; 2 (Including Cover Stleet) To: _&..... ~ From: Marji Knitter . ~.A"":.A. r :.....J)yI~ Paul A. Moote & Associates. Inc. Fax: r6~/;-~5.:- ~)/A" Fax! (714) 751-4552 Tel: Tel: (714) 751-5557 ~Fe /i BID RESULTS - DETAILED SPREAD TO FQLLCW " ~o..;\ . . . .~ *************** -COMM. JOURNAL- ******************* DATE APR-e6-1999 ***** TIME 14:55 *** p.e1 . MODE = MEMORY TRANSM I 55 ION FILE NO.= 014 STN NO. COM ABBR NO. 001 OK . STATION NAME/TEL. NO. 19099553164 ************************************ -714 751 4552 THE MOOTE GROUP and UTILrrYREsOUaCENEnNORK 1628_ Braakhollow Drive. Suite 57 Sanla Ana, CA 92705 Tel: (714) 751.5557 Fax: (714) 751-4552 Date: START:APR-06 14:54 END=APR-06 14: 55 . PAGES DURATION 002/002 00:00'35" -THE MOOTE GROUP - ***** - 7147514552- ********* FAX COVER LETTER fl.!?,,"";, Fi. , QqQ Pages: To; ~tI;;~~~~ From: ~:Zllb,~~ Fax: .9' ti ~.&.." S-_ .."./ c;/" Fax: Tel: Tel: ire BID RESULTS - DETAILED SPREAD TO FOLLCM MOOTE G~U" 2. (Including Cover Sheet) Marji Knitter Paul A. Moots & Associates. Inc. (714) 751-4552 (714) 751-5557 II ,?o(l/ . . . ~ *************** -CQMM. JQURNAL- ******************* DATE APR-06-1999 ***** TIME 14:56 *** P.01 . MODE a MEMORY TRANSMISSION FILE NO.a 017 STN NO. COM ABBR NO. STATION NAME/TEL. NO. 001 OK 19096941999 a ************************************ -714 751 4552 START=APR-06 14:SS ENDaAPR-06 14:56 PAGES DURATION 002/002 00:00'34" -THE MOOTE GROUP - ***** - 7147514552- ~..~~** FAX COVER LETTER THE MOOTE GF10UP and UTIUTYRESOURCENEnNORK 1528. Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751.5557 Fax: (714) 751-4552 Date: Pages: a1'",";l 1;. 1qqq ~J!:!l;~;' . Fax: Tel: To: From: Fax: Tol: ~FE BID RESULTS - DETAILED SPREAD ro FOLLCM - 2 (Including Cover Sh..l) Marji Knitter Paul A. Moote & Associates. Inc. (714) 751.4552 (714) 751-5557 ~ 7;>o..?7 . . . ~ *************** -COMM. JOURNAL- ******************* DATE APR-06-1999 ***** TIME 15:03 *** p.e1 . MODE = MEMORY TRANSMISSION START.APR-~6 14:57 END=APR-~6 15: ~3. FILE NO.. ~lB STN NO. COM ABBR NO. STATION NAME/TEL. NO. PAGES DURATION ~~1 OK 1B~~2634~63 ~~2/~~2 ~~:~~'55" a -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - THE MOOTE GROUP and UTIUTYRESOUaCENEnNORK 15211 Brookhollow Drive, Surts 57 Santa Ana, CA 92705 Tel: (714) 751.5557 Fax: (714) 751-4552 FAX COVER LETTER II Date: Pages: 2 (Including Cover Sheet) Marji Knitter Paul A. Moots & Associates. Inc. April 1=:, lQqq To: ~$;.~~~~~ Fox: f300 ':7 ~ 63 /7 t? r. 1 . Tel: ' From: Fax: Tel: (714) 751.4552 (714) 751-5557 ~FE BID RESULTS - DETAILED SPREAD TO roLLOO /J . i . ! : i 'Par- . . . ~ *************** -COMM. JOURNAL- ******************* DATE APR-06-1999 ***** TIME 15:15 *** P.01 . MODE = MEMORY TRANSM I 55 JON START=APR-06 15'14 END:APR-06 15:15 FILE NO.= 020 STN NO. COM ABBR NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK 190924B6106 002/002 00'00'34" . -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - THE MOOre GROUP and UTIUTYRESOUBCENEnNORK 1528. B,ookhollow Drive, Suite 51 Santa Ana, CA 92705 Tel: (714) 751.5557 Fax, (714) 751-4552 FAX COVER LETTER (U@j MOOTE GROUP DlIte: Pages: 2 (Including Cover Sheet) .april fli. lqqq TO:~~. ~ - ~';.:/-e) 9bS;/A f'/f- t: /0 Co Flom: Mar;i Knitter Paul A. Moots & Associates. Inc. Fax: (714) 7S1-4552 Tel: (7141 751-5557 Fax: Tel: ~;e I) Bm RESULTS - DETAILED SPREI\Il ro FOLLCM - I , , ,/ ?:f\'J . . . ~ *************** -CONN. JOURNAL- ******************* DATE APR-06-1999 ***** TIME 15:25 *** P.01 . MODE ~ MEMORY TRANSMISSJON FILE NO.s 032 STN NO. COM ~BBR NO. ST~TION NAME/TEL. NO. 001 OK 19096767240 . ************************************ -714 751 4552 START.~PR-06 15'24 END=~PR~06 15'2S PAGES DUR~TION 002/002 00'00'37" -THE MOOTE GROUP - ***** - 7147514552- ********* FAX COVER LETIER THE MOOTE GROUP and unLITYRESOURCENEnNORK 1521\. Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751.5557 Fax: (714) 751.4552 Date: Pages: April fL 1QQQ J1I~- A--./ 9C1S)/~ >'"1 YA. f'O To: From: Fax: Tel: Fax: Tel: ~A: SID RESULTS - DETAILED SPREAD TO FOLLa'i MOOTE QROUP 2 (Including Cover Sh'eet) Marji Knitter Paul A. Moote & Associates. Inc. (714) 751.4552 (714) 751-5557 IJ 1Jo...y, e e e ~ *************** -COMM. JDURNAL- ******************* DATE APR-06-1999 ***** rIME 15:26 *** p.e1 . 5TRRT:APR-06 15'25 END=APR-06 15'26 MODE = MEMORY TRANSM I 55 I ON FILE NO.~ 034 5TN NO., A88R NO. STATION NAME/TEL.NO. PAGES DURATION COM 001 OK 18003606397 002/002 00'00'35" a -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - THE MOOTE GROUP and unUTYRESOURCENEnNORK 1528. Braokhollow Drive. Suite 57 Senta Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751.4552 FAX COVER LElTER h400TE GROUP Date: Ilopr; 1 Fi.. 1 qqQ Pages: To: 2~~~~~~~.tjm: eoo/-.:t:e - ~...9)" / 2 . (Including Cover Sh"eet) Marji Knitter Paul A. Moots & Associates, Inc. Fax: Tel: Fax: Tel: (714) 7S1.455~ (714) 751.5557 ~ iFe BID RESULTS - DETAILED SPRE:AD TO FOLLa-I ~o...'1 . . . ~ *************** -COMM. JDURNAL- ******************* DATE APR-08-1999 ***** TIME 09:13 *** p.e1 ;; START=APR-08 09'03 END=APR-08 as: 13 MODE = MEMORY TRANSM I 55 ION FILE NO.: 078 STN NO. COM A88R NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK 19097367646 002/00200:01'00" a -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - THE MOOTE GROUP and UTIUTYRESOUECENEnNORK 1528. Braokhollow Drive, Suite 57 Senta Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751.4S52 FAX COVER LETTER Moon; Gaoup Dale: Pages: 2 (Inciuding Cover Sheet) Marii Knitter Paul A. Moota & Associates. Inc. ll.pri 1 .. 1 QQQ ri"'~~~j./~ 9a ~/7.,) Co _ '7 t: ~,c To: From: Fax: Tel: (714) 751-455~ (714) 751.5557 Fax: Tel: jFe IJ BID RESULTS - DETAILED SPREAD TO FOLLa-I i I ?~ e e . ~ *************** -COMM. JOURNAL- ******************* DATE APR-08-1999 ***** TIME 09:05 *** p.e1 OJ MODE = MEMORY TRANSMISSION FILE NO.= 079 sTN NO. COM ~B8R NO. sT~TION NAME/TEL. NO. 001 OK 5494033 a ************************************ -714 751 4552 sTART-APR-08 09'04 END-APR-08 09: 05 PAGES DURATI ON 002/002 00'00'39" -THE MODTE GROUP - ***** - 7147514552- ~******* FAX COVER LETTER THE MOOTE GROUP and unUTYRESOURCENEnNORK 152B. Brookhollow Drive. Suite 57 Santa Ana, CA 9~705 Tel: (714) 751-5557 Fax: (714) 751-4552 Date; .Il.pri' PI. ,qqq pages: 2 To: ?~!:i?"'U }7/S/'-rf7t; ~t? 71 Fax; Tel: From: Fax: Tel: ~re BID RESULTS - DETAILED SPREAD TO FOr.LCkI MOOTE: QROUP (Including Cover Sh'e9t) Mar;i Knitter Paul A. Moote & Associates. lnc. (714) 751.4552 (714) 751.5557 /J 7/'0... ~ *************** -COMM. JOURNAL- ******************* DATE APR-08-1999 ***** TIME 09:05 *** P.01 -- . MODE ~ MEMORY TRANSM I 55 I ON START=APR-08 09'05 END:APR-08 09'05 e FILE NO.: 080 STN NO. COM A88R NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK a 19092739608 002/002 00'00'35" -THE MOOTE GROUP - ************************************ -714 751 4552 - ***** - 7147514552- ********* THE MOOTE GROUP and FAX COVER LETTER UTIUTY RESOURCE NEnNORK 152lt Brookhollow Drive, Suite 57 -~ Sanla Ana, CA 92705 Tel: (714) 751.5557 MOOT'E G ROUP Fax: (714) 751-455~ , Date: ap,..n R. lqqQ Pages; 2 (Including Cover street) To: h?!{;'i' From: Marji Knitter Paul A. Moots & Associates, Inc. Fax: 9tJ9/~ 7. l' - 9~rJ A Fax: (714) 751.455~ , Tel: Tel: (714) 751.5557 Fe BID RESULTS - DETAILED SPRE:AD TO FOLta-l . . . A.cP . c e e . " *************** -COMM. JOURNAL- ******************* DRTE APR-0S-1999 ***** TIME 09:07 *** P.01 MODE ~ MEMORY TRANSMISSION START:APR-08 09:06 END=APR-08 09' 07 FILE NO.= 081 STN NO. A88R NO. STATION NAME/TEL. NO. PAGES DURATION COM 001 OK 17607437761 002/002 00:00'34" a -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - THE MOOTE GROUP and UTIUTY RESOURCE NEnNORK 1528. Brookholiow Drive, Suite 57 Senta Ana, CA 9~705 Tel: (714) 751.5557 Fex: (714) 751.4552 FAX COVER LETTER MOOTE QAOUP Date: Pages: 2 !or"'; 1 ~. , QQq (Including Cover Sh'eet) To: .~~~ f/. t!/7Y'J - '<7.r. / Fax: (714) 751.455~ Tel: (714) 751-5557 From: Mar;i Knitter Paul A. Moote & Associates. Inc. Fax: : Tet: ~Fe aID RESULTS - DETAILED SPREAD TO FOLLa-I II : Ap\ . e . . *************** -COMM. JOURNAL- ******************* DATE APR-08-1999 ***** TIME 09:09 *** P.01 << MODE : MEMORY TRANSMISSION START=APR-0S 09'08 END=APR-0S 09:09 FILE NO.: 086 5TN NO. COM A88R NO. STATION NAME/TEL.NO. PAGES DURATI ON 001 OK 6329792 002/002 00'01'09" a -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - THE MOOTE GROUP and l1TIUTY RESOUF.lCE NETWORK 152&. Brookhollow Drive. Suite 57 Santa Ana, CA 92705 Tel: (714) 751.5557 Fax: (714) 751.4552 FAX COVER LETTER frL@ ....OOTE QROUP Date: Pages: 2 (Including Cover Sheet) Jlp.,.n R. lQQQ To: ~~ 7/~/~",,;(- 9/9<. Fax: (714) 751.4552 Tel: (714) 751.5557 From: Marji Knitter Paul A. Moots & Associates. Inc. Fax: Tel: ~Fe SID RF.SULTS - DETAILED SPREAD TO FOLLa-I ~ c . .. . }"o7, e . . (' j * *************** -COMM. JOURNAL- ******************* DATE APR-08-1999 ***** TIME 09:10.*** p.e1 MODE = MEMORY TRANSMISSION FILE NO.: 087 STN NO. COM A8BR NO. STATION NAME/TEL. NO. 001 OK 6376321 a ************************************ -714 751 4552 START=APR-ll8 09'09 END:APR-08 09' 10 PAGES DURATI ON 002/002 00:00'35" -THE MOOTE GROUP - ***** - 7147514552- ********* FAX COVER LEITER THE MOOTE GROUP and UTILITY RESOURCE NETWORK 1528. Brookhollow OlivA, SultB 57 Senla Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751.4552 Date: Pages: ap"'{ 1 A. 1qQQ ~~~. ?/f",/ ~.; '7- C. ,3,;U To: From: Fax: Tel: Fax: Tel: ~Fe BID RESULTS - DETAILED SPREAD TO FOLLa-I - MOOTE: aP;OUP 2 (Including Cover SHeet) Marji Knitter Paul A Moote & Assooiates, Inc. (714) 751-4552 (714) 751-5557 II t.p'?7 e . . ~ *************** -COMM. JOURNAL- ******************* DATE APR-eS-1999 ***** TIME e9:12 *** P.01 , MODE = MEMORY TRANSM I 55 rON START:APR-08 09:10 END=APR-08 09: 11 FILE NO.- 088 STN NO. COM ABBR NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK 19097379528 002/002 00'01'09" a -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - THE MOOTE GROUP and UTILrrYRESOURCENEnNORK 1528_ Brookhollow Drive, Suite 57 Senta Ane, CA 92705 Tel: (714) 751.5557 Fox: (714) 751.4552 FAX COVER LElTER MOOTE QROUP Dele: Pages: 2 (Including Cover Sheet) .a.pr-il R. lQQQ ~~~ 9CJ9,('7 ~~ _ 9<,~e Fax: Tel: (714) 751-4552 (714) 751.5557 To: From: Marji Knitter Paul A. Moote & Associates, Inc. Fax: Tel: ~Fe BID RESULTS - DETAILED SPREAD TO roLLa-I II ~ e e . . *************** -COMM. JOURNAL- ******************* DATE APR-eS-1999 ***** TIME 09:39 *** P.01 .' , START:APR-08 09'38 END=APR-08 09'39 MODE = MEMORY TRANSMISSION FILE NO.= 098 STN NO. COM A8ER NO. STATION NAME/TEL.NO. PAGES DURATION 001 OK 19495528597 002/002 00:00'35" a -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - THE MOOTE GROUP and UTIUTYRESOUBCENEnNORK 1528~ Brookhollow Drive, Suite 57 Senl. Ane, CA 9~705 Tel: (714) 751.5557 Fax: (714) 751.455~ FAX COVER LETTER II Da1e; Pages: 2 (Including Cover Sheet) To: ll.pr-il h. lQQQ ~L#L../~ ~~ ~ 9:9'~/")2 _ R.i9 7 Fox: Tel: 17141 7S1.4552 17141 751.5557 From: Mar;! Knitter Paul A. Moots & Associates, Inc. Fax: Tel: liFe 11 BID RESULTS - DETAILED SPREAD TO FOLLa-I AID e e . . *************** -COMM. JOURNAL- ******************* DATE APR-09-1999 ***** TIME 09:40 *** P.01 " , MODE = MEMORY TRANSMISSION START=APR-08 09'39 END=APR-08 09:40 FILE NO.= 099 STN NO. A88R NO. STATION NAME/TEL. NO. PAGES DURATION COM 001 OK 19099256585 002/002 00'00'28" a -THE MOOTE GROUp ************************************ -714 751 4552 7147514552- ********* - ***** - THE MOOTE GROUP and UTILITY RESOURCE NETWORK 1528. Brookhollow Drive, Sulle 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 FAX COVER LElTER. II Date: Pages: 2 (Including Cover Sheel) apr~l A. lQqQ To: ~~ -i5~ " 9'O~P.:<' -s-_ C'lR, Fax: Tel: (714) 751.4552 (714) 751.5557 From: Mari~ Knitter Paul A. Moote & Associates. Inc. Fox: Tel: ~Fe ~ BID RESULTS - DETAILED SPREAD TO FOLLa-I ~ r, e e . *************** -COMM. JOURNAL- ******************* DATE APR-08-1999 ***** TIME 09:41 *** p.e1 ~ MODE = MEMORY TRANSM I SS I ON START=APR-08 09:40 END=APR-~8 09'41 FILE NO. - 101 STN NO. COM ABER NO. STATION NAME/TEL. NO. PAGES DURAT I ON 0~1 17607443492 002/002 00:00'39" OK a -THE MooTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - THE MOOTE GROUP and UTIUTYRESOURCENEnNORK 1528. BrookholIow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-455~ FAX COVER LETTER II Date: april R. lqqq Pages: 2 (Including Cover Sheet) To: ~--/jj .~~,~~~) ->-t;~/~-?:~ :i 99~ Fox: (714) 751-4552 Tel: (714) 751.5557.. From: Mar;! Knitter. Paul A. Moote & Associates. 'nc. Fax: Tel: ~Fe BID RF.SULTS - DETAILED SPREAD TO FOLLa-I II l\O1 e . . . *************** -CONN. JDURNAL- ******************* DATE APR-08-1999 ***** TIME 09:42 *** p.e1 " . START=APR-08 09:41 END=APR-08 09:42 MODE = MEMORY TRANSM I 55 I ON FILE NO. = 102 STN NO. COM RB8R NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK 19098235202 002/002 00'01'07" a -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - THE MOOTE GROUP and UTIUTYRESOURCENErWORK 1528.llrookhollow Drive, Suite 57 Santa Ana, CA 82705 Tel: (714) 751-5557 Fax: (714) 751.455~ FAX COVER LETTER ~ MOOTE GROUP Date: IIp''''; 1 R. lQQQ TO:~~ Fax: 94?,/ ~7 "3 - .,-~O~ Tel: Pages: 2 (Including Cover Sheet) From: Mar;i Knitter Paul A. Moote & Associates. Inc. Fax: Tel: (714) 751-455~ (714\ 751.5557 liFe BID RESULTS - DETAILED SPREAD TO roLLa-I A.~ . e . ~ ~ *************** -COMM. JOURNAL- ******************* DATE APR-08-1999 ***** TIME 09:47 *** P.01 MODE c MEMORY TRANSMISSION START-APR-08 09'43 FILE NO.: 103 STN NO. COM ABBR NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK 19097991830 002/002 00'00'52" a -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - THE MOOTE GROUP and unLnY RESOUACE NenNORK 1528 Brookhollow Drive, Suite 57 santi. Ana, CA 92705 Tel: (714) 751.5557 Fax: (714) 751.4S5~ FAX COVER LETTER END-APR-08 09:47 7147514552- ********* Date: llpr;' ,:J. 1qqQ Pages: 2 (Including Cover Sheet) From: Marii Kn.itter Paul A. Moots & Associates. Inc. To: ~ji11) Fax:90r/>-<?~ - /ff.3/1 Tel: Fax: (714\ 751-455~ Tel: (714) 751.5557 ~Fe BID RESULTS DETAILED SPREAD TO FOLLa-I 11 l...,cA < e . . *************** -COMM. JOURNAL- ******************* DATE APR-08-1999 ***** TIME 09:48 *** P.01 MODE : MEMORY TRANSMISSION START=APR-08 09'47 END=APR-08 09:48 FILE NO.= 108 STN NO. COM ABBR NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK 19099449301 002/002 00'00'33" a -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - THE MOOTE GROUP and UTILITY RESOUF.lCE NETWORK 152ft BrookholJow Drive. Suite 57 Santa Ana, CA 92705 Tel: (714) 751.5557 Fex: (714) 75104552 FAX COVER LETTER II Date: Pages: (Including Cover Sheet) 2 To: .Il.p"';' ~. 1 QQQ ':1>J~ C;;~' 909/97'1' - 9,71) I Fax: Tel: (714) 751.4552 (714) 751.5557 From: Marji Knitter Paul A. Moots & AssocIates. Inc. Fax: Tel: ~Fe 11 BID RESULTS - DETAILED SPREAD TO FOLLa-I 1\\0 . < e . . *************** _QDMM. JOURNAL- ******************* DATE APR-08-1999 ***** TIME 09:49 *** P.01 MODE = MEMORY TRANSMISSION STRRT:APR-08 09'48 END=APR-08 09'49 FILE NO.= 109 STN NO. A88R NO. STATION NAME/TEL. NO. PAGES DURATION COM 001 15104902703 002/002 00:00'33" OK a -THE MOOTE GROUP -, ************************************ -714 751 4552 7147514552- ********* - ***** - TIlE MOOTE GROUP and UTIUTV RESOURCE NEnNORK 1528 Ilrookhollow Drive, Suite 57 San~ Ana, CA 9~705 Tel: (714) 751.5557 Fax: (714) 751-4552 FAX COVER LEITER MOO1Ca~ To: I\pr;1 R. lqQQ _?2,~;~~L -0" /y?o - :2. 70") / Pages: 2 (Including Cover SHeet) Da1e: , . From: Marji Knitter Paul A. Moote & Associates. Inc. Fax: (714) 751-4552 Tel: (714) 751-5557 Fax: Tel: II [IFe BID RESULTS - DETAILED SPREAD TO FOLLa-I . . . A'\ .it e e . *************** -COMM. JOURNAL- ******************* DATE APR-08-1999 ***** TIME 09:52 *** P.01 MODE = MEMORY TRANSMISSION START=APR-08 09'51 END=APR-08 09'52 FILE NO.: 110 STN NO. COM ABBR NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK 19096995208 002/002 00'00'39" a -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - THE MOOTE GROUP and UTIUTYRESOURCENEnNORK , 528. 8rookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751.455~ FAX COVER LEITER fU@ MOOTE GROUP Datei Apri 1 A. lqqq Pages: 2 (Including CoverShile!j Marji Knitter Paul A. Moote & AssocIates. Inc. To: 1k-:!47?fti ~~9.h 9(/ S.:zoPl ' (714) 751-4552 (714) 751-5557 from: Fax: Tel: Rlx: Tel: ~Fe BID RESULTS - DETAILED SPRE:AD TO FOLLa-I II . A.. ,?- . . . .' ~ . *************** -COMM. JOURNAL- ******************* DATE APR-0S-1999 ***** TIME 09:53 *** P.01 MODE = MEMORY TRANSM I 55 I ON STARTcAPR-08 09:52 END=APR-08 09:53 FILE NO.= 111 STN NO. STATION NAME/TEL. NO. PAGES OURAT I ON COM ~8ER NO. 001 19096944375 002/00200:01'08" OK a -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - THE MOOTE GROUP and UTIUTYRESOURCENEnNORK 15~8 Brookhollow Drive, Suite 57 Sent. Ana, CA 92705 Tel: (714) 751-5557 Fox: (714) 751-4552 FAX COVER LETTER ~ ,,",OOTE GROUP Date: Pages: 2 (Including Cover Shl!et) i&.pt";' fi:. 1l:4qQ To: ~~. ,-;Jf;.:>n 1"~/1f. t?~ - 7''1 )7 .,- Fox: Tel: (714) 751.4552 (7141 751.5557 From: Marji Knitter Paul A. Moote & Associates. Inc. Fax: Tel: IFe II BID RESULT5 - DETAILED SPREAD TO FOLLa-I A.\'?J . *************** -COMM. JOURNAL- ******************* DATE APR-08-1999 ***** TIME 09:03 *** P.01 . ~ MODE = MEMORY TRANSMISSION START=APR-08 08'58 END=APR-08 09'03 e FILE NO.= 077 STN NO. COM ABER NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK a 19096792380 002/002 00'01'08" -THE MOOTE GROUP ************************************ -714 751 4552 - ***** - 7147514552- ********* THE MOOTE GROUP and UTIUTY RESOUBCE NETWORK 1528. Brookhollow Drive, Suite 57 Santa Ana. CA 92705 rei: (714) 751.5557 Fax: (714) 751-4552 FAX COVER LETTER fA@l ,,",OOTE QROUP Date: ap~; 1 R. lQQQ To: ~tf!/Z/~.J 9O?/d'79-2J~n Pages: 2 (Including Cover SHDet) Marji Knitter Paul A. Moore & Associates. Inc. From: Fax: Yef: Fax: rol: (714) 751-4552 (714) 751.5557 . ~Fe . ~ BID RESULTS - DETAILED SPREAD TO FOLLa-I . . A. \ A" e . . . *************** -COMM. JOURNRL- ******************* DATE APR-08-1999 ***** TIME 09:54 *** P.01 . i ; START'APR~08 09'53 END=APR-08 09'54 MODE ~ MEMORY TRANSMISSION FILE NO.= 112 STN NO. COM A88R NO. STATION NAME/TEL. NO. PAGES DURATION 001 OK 19099444113 002/002 00' 00' 35" a -THE MooTE GROUP , ************************************ -714 751 4552 7147514552- ********* - ***** - THE MOOTE GROUP and UTIUTY RESOURCE NEnNORK 1528 Brookhollow Drive, Suite 57 Santa Ana, CA 92705 Tel: (714) 751.5557 Fax: (714) 751.4552 FAX COVER LETTER MOO~~~ Date: April A. lqqq To: '?:l.u # I 0"'A~,..4) ~ Fax: 9~~9<;/~-9//J Tel: Pages: 2 (Including Cover Sheet) From: Marj'i Knitter Peul A Moote & Associates. Inc. Fax: (714) 751.4552. Tel: (714) 751.5557 ~Fe ~ BID RESULTS - DErAILED SPRE:AD TO FOLLCM , A.\"=> . . . ~ *************** -COMM. JOURNAL- ******************* DATE APR-08-1999 ***** TIME 09:55 *** P.01 . . . MODE = MEMORY TRANSM I 55 I ON START=APR-08 09'54 END=APR-08 09'55 FILE NO.: 115 STN NO. ABBR NO. STATION NAME/TEL. NO. PAGES DURATION COM 001 OK 19099831351 002/002 00'00'33" a -THE MOOTE GROUP ************************************ -714 751 4552 7147514552- ********* - ***** - THE MOOTE GROUP and UTIUTY RESOURCE NETWORK 1528 Brookhollow Drive, SuIte 57 Santa Ana, CA 92705 Tel: (714) 751-5557 Fax: (714) 751-4552 FAX COVER LETTER II Dale: Pages: 2 (Including Cover SHeet) lI,r1"'; 1 A. lQqq TO:' ~7":4.~ ~J) Fox: 9"~/9,<!J.'3./~ )'/ Tel:. From: Marii Knitter Paul A. Moote & Associates. lnc. Fax: (714) 751-4552 Tel: (714) 751-5557 PE: BID RESULTS - DETAILED SPREAD TO FOLLa-I .. . A\fp