Loading...
HomeMy WebLinkAbout2018-06-26; Municipal Water District; Resolution 1597RESOLUTION NO. 1597 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CARLSBAD MUNICIPAL WATER DISTRICT BOARD (CMWD), AUTHORIZING EXECUTION OF A REIMBURSEMENT AGREEMENT WITH RANCHO COSTERA, LLC FOR AN AMOUNT NOT TO EXCEED $514,009 FOR RECYCLED WATER IMPROVEMENTS WITHIN EL CAMINO REAL, CARLSBAD TRACT CT 13-03, PROJECT NO. 5208-C. EXHIBIT I WHEREAS, the Carlsbad Municipal Water District (CMWD) Board of Directors of the City of Carlsbad, California has determined it necessary, desirable, and in the public interest to expand CMWD's recycled water system; and WHEREAS, staff completed a feasibility study in 2012, describing the recommended facilities for the Recycled Water Phase Ill Program, that includes the Recycled Water Pipeline Expansion Segment 5, CIP No. 5208; and WHEREAS, an environmental impact assessment was conducted for the Phase Ill Recycled Water Project, and a Mitigated Negative Declaration and Mitigation Monitoring and Reporting Program was approved by the Board through Resolution No. 1455, on Nov. 27, 2012; and WHEREAS, the development of the Robertson Ranch West Village, Carlsbad Tract CT 13-03, was recommended for approval on Feb. 4, 2014, by Planning Commission Resolution No. 7035 and was subsequently approved by the City Council on March 13, 2014, per Resolution No. 2014-041; and WHEREAS, pursuant to condition No. 60(k) of Planning Commission Resolution No. 7035, Rancho Castera, LLC (Developer) was required to construct an 8-inch recycled water pipeline within El Camino Real from Cannon Road to Kelly Road; and WHEREAS, CMWD requested that the Developer upsize the recycled water pipeline within El Camino Real from Cannon Road to Kelly Road from an 8-inch diameter to a 12-inch diameter to support other recycled water demands; and WHEREAS, CMWD also requested that the Developer install a recycled water pipeline within El Camino Real from Kelly Road through Tamarack Avenue; and WHEREAS, CMWD has prepared a Reimbursement Agreement for eligible costs incurred for the recycled water improvements; and EXHIBIT 1 WHEREAS, sufficient funds exist in the Recycled Water Phase Ill -Pipelines, CIP No. 5208 for the Reimbursement Agreement. NOW, THEREFORE, BE IT RESOLVED by the CMWD Board of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the president of the Board is hereby authorized and directed to execute the Agreement for Reimbursement of Costs for the Construction of Recycled Water Pipeline Improvements within El Camino Real, Carlsbad Tract CT 13-03 for an amount not to exceed $514,009, attached hereto as Attachment A. PASSED, APPROVED AND ADOPTED at a Special Meeting of the Carlsbad Municipal Water District of the City of Carlsbad on the 26th day of June, 2018, by the following vote, to wit: AYES: NOES: ABSENT: M. Hall, K. Blackburn, M. Schumacher, C. Schumacher, M. Packard. None. None. (j~J()~ ~ARBARA ENGLESON, Secretary (SEAL) AITACHMENT A AGREEMENT FOR REIMBURSEMENT OF COSTS FOR THE CONSTRUCTION OF RECYCLED WATER PIPELINE IMPROVEMENTS WITHIN El CAMINO REAL CARLSBAD TRACT CT 13-03 (Rancho Costera) Between CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water District Act of 1911, and a Subsidiary District of the City of Carlsbad And RANCHO COSTERA LLC, a Delaware llmited liability company RECEi\/ED APR 3 0 18 PUBL!C WORKS Utiiities Division AGREEMENT FOR REIMBURSEMENT OF COSTS FOR THE CONSTRUCTION OF RECYCLED WATER PIPELINE IMPROVEMENTS WITHIN El CAMINO REAL CARLSBAD TRACT CT 13-03 This Agreement for Reimbursement of Costs for the Construction of Recycled Water Pipeline Improvements within El Camino Real as part of Tract CT 13-03 (Property), dated as of _______ , 2018 ("Agreement") is made at San Diego County, California, by and between the CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water District Act of 1911, and a Subsidiary District of the City of Carlsbad ("District"), and RANCHO COSTERA LLC, a Delaware limited liability company ("Developer") with reference to the following recitals: RECITALS A. Developer is developing certain real property commonly known as Tract CT 13-03 ("Project") located in the City of Carlsbad, California (the "City"), more particularly described as Carlsbad Tract No.13-03-01 and 02 filed in the Office of the County Recorder of San Diego County on February 2, 2016 as File No. 16092. B. The Planning Commission of the City adopted a series of resolutions on February 5, 2014, approving the Project, Carlsbad Tract Number 13-03. Planning Commission actions were adopted and approved by the City Council on March 11, 2014 (City Council Resolution No. 2014-041). C. The Project approvals, specifically Condition No. 60. K. of Planning Commission Resolution No. 7035, require Developerto install an 8-inch recycled water pipeline within El Camino Real from Cannon Road to Kelly Road to meet the needs of the irrigation demands for areas to be built within Project (the "Project Requirements"). D. In addition to completing the Project Requirements; the District has requested the Developer to install and upsize the 8-inch Recycled Water Pipeline to a 12-inch pipeline and extend the 12-inch recycled water pipeline within El Camino Real from Kelly Road to Tamarack Avenue, and all appurtenances, collectively referred to as the "Recycled-Water Main Work" and described more particularly in Section 3 (a) below. E. The District and Developer recognize that the Recycled Water Main Work exceeds the infrastructure otherwise required of Developer in connection with its build-out of the Project. Developer agrees to install or cause the installation of the Recycled Water Main Work, and the District agrees to reimburse Developer as set forth in this Agreement. F. District and Developer acknowledge that Government Code Section 66485 allows the District to require a subdivider to construct improvements benefiting property outside the subdivision; and Government Code Section 66486 requires the District to enter into a reimbursement agreement for such improvements. The parties intend that this agreement satisfies the requirements of Government Code Section 66486. NOW, THEREFORE, the District and Developer agree as follows: 1. Recitals. The Recitals, above, are true and correct and incorporated herein by this reference. 2. Satisfaction of Obligation. Developer's agreement to perform the Recycled Water Main Work, as set forth herein, and the actual construction thereof, shall fully satisfy and constitute compliance with all requirements regarding the Project solely with respect to the Recycled Water Main Work as described above in paragraph D. 2 3. General Developer Obligations. (a) In consideration of the District's reimbursement and other undertakings as set forth herein, Developer agrees to cause the construction of the Recycled Water Main Work, which work shall include the following improvements, as shown on City Drawing No. 477-6, Sheet Nos. 25 thru 33 dated June 16, 2015, prepared by O'Day Consultants, Inc. (the "Plans") and as shown in the attached Exhibit A, which are incorporated herein by this reference : (i) Recycled water transmission main, showing: approximately 5,082 linear feet of a C-900, DR 14, PVC, pipe, broken down as follows: (a) Item 3A -Cannon to Kelly: partial reimbursement to upsize the 8" line to a 12" line (the original 8" line will not be reimbursable) (b)ltem 38 -Kelly to Tamarack: full reimbursement to install 12" line from Kelly to Tamarack (c) Item 3C -Tamarack intersection: full reimbursement to install 8" line through intersection of Tamarack and El Camino Real (ii) The Recycled Water Main Work shall include all necessary valves and appurtenances, including those necessary to connect the Rec y c I e d Water Main Work to the District's pipelines as shown on the Plans. (b) Any portion of the Recycled Water Main Work completed before the effective date of this Agreement shall be included as a part of the Recycled Water Main Work for reimbursement, subject to the other provisions of this Agreement. (c) Developer shall cause the construction of the Recycled Water Main Work substantially in compliance with the Plans, and other design documentation for the Recycled Water Main Work. (d) Developer shall cause construction of all Project Requirements at Developer's cost. (e) By entering into this Agreement, Developer waives any and all potential constitutional objections (Nolan/Dolan) relating to the Recycled Water Main Work. (f) It shall be the responsibility of the Developer to observe and follow the requirements of District for retention of records and the submittal of information in connection with the Recycled Water Main Work, as specified in this Agreement. Developer shall post Performance and Payment Bonds in an amount and form reasonably acceptable to the District or cause Contractor to post such bonds. 4. District is funding this project with money from the California State Water Resources Control Board. Developer shall follow or require Contractor to follow State Funding Requirements including those related to: CEQA Plus, Disadvantaged Business Enterprises, Davis-Bacon Prevailing Wage Rates, sign acknowledging funding source, and American Iron and Steel (AIS) Provisions. 3 5. General District Obligations. (a) The District shall reimburse Developer an amount (the "Reimbursement Amount") equal to the actual cost of Recycled Water Main Work up to the amount below, subject to the limits authorized by this Agreement as described below. The Reimbursement Amount shall include all costs associated with the installation of the Recycled Water Main Work described in Section 3(a) and shown on the attached Exhibit A and approved change orders either lump sum or time and material as described in Section 7(i). The Reimbursable Amount calculated as follows: Line Item Description Contract Cost, including Approved Change Orders 3A 38 3C Partial reimbursement for upsizing from 8-inch to 12-inch diameter recycled water main within El Camino Real from Cannon Road to Kelly Rd. Reimbursement for 12-inch diameter recycled water main within El Camino Real from Kelly Rd. to Tamarack Ave Reimbursement for 8-inch diameter recycled water main within El Camino through intersection at Tamarack Engineering Fees Construction Management Total $132,243.00 $279,031.14 $46,547.00 $31,187.16 $25,000 $514,008.30 (b) The Summary of Cost to Construct dated February 8, 2018 by is attached hereto as Exhibit B and summarizes actual costs. The actual construction costs as documented by the construction contract through the public bid process is provided in Exhibit C. Approved change orders to the construction contract are provided in Exhibit D. Invoices for actual engineering design fees are attached hereto as Exhibit E. Invoices for construction management fees are provided in Exhibit F. District agrees to reimburse Developer for Recycled Water Main Work pursuant to the terms and conditions set forth below. 6. Reimbursable Work. As used herein, "Reimbursable Work" shall include the following: (a) Reimbursable Work includes design engineering, construction management, and construction costs. (b) Reimbursable Construction Costs shall be actual costs incurred pursuant to contract(s) issued as a result of a competitive bidding process. Upon award of a contract for the Recycled Water Main Work, the costs thereof shall be allocated among the categories consistent with the method and process used in Exhibit C. (c) Reimbursable Work shall also include Design Engineering or Construction Costs incurred pursuant to change orders approved in accordance with Section 7(i). Approved construction change orders are included in Exhibit C. 4 (d) Reimbursable Design Engineering and Construction Management costs shall be actual costs incurred in accordance with Exhibit D. (e) During the performance of any Reimbursable Work, Developer or Construction Manager shall retain detailed electronic payment records for all items of Reimbursable Work and documentation to satisfy SRF funding requirements for use by District in auditing subsequent reimbursement requests by Developer. Developer's requests for reimbursement (each a "Reimbursement Request"} shall include electronic transfer of plans, specifications, engineer's cost estimates , bids received, contracts, change orders, invoices, payment slips, canceled checks {front and back), lien releases, SRF requirements (such as bidding materials, Davis-Bacon, Disadvantaged Business Enterprise, American Iron and Steel, and environmental and cultural monitoring) and other documentation reasonably required by District to evidence the completion and payment for each item of Reimbursable Work. Reimbursement Requests may be submitted by Developer as described in Section 7 below. 7. Submittal and Audit of Reimbursable Expenses. (a) "Reimbursable Expenses" includes Reimbursable Work and other allowable expenses for Recycled Water Main Work (including without limitation the allowance permitted under clause (f) below), up to the amount approved by the SWRCB. Developer shall be entitled to submit requests for Reimbursable Expenses separately for each construction segment. (b) All supporting documentation to satisfy SRF funding requirements for reimbursement requests shall be submitted for audit upon request by District in electronic manner, with files organized logically and chronologically in a manner to facilitate an audit, via an ftp site or jump drive or similarly approved method. Supporting documentation for SRF funding includes: i. Comprehensive bidding documentation; ii. Environmental and cultural monitoring in compliance with CEQA and CEQA Plus; iii. Davis-Bacon reporting; iv. American Iron and Steel certifications for associated materials, and a De Minimis waiver if applicable; v. Disadvantage Business Enterprise (DBE) bidding efforts and subsequent reporting; and vi. Other documentation required by the funding sources. (c) All Developer's Reimbursement Requests will be processed and audited for District by a reputable consulting engineer selected by District ("Auditing Engineer"). The costs of the Auditing Engineer shall be paid directly by Distri.ct from funds received under the Phase II! Recycled Water Project Installment Sale Agreement (Agreement No. 14-820-550) between the California State Water Resources Control Board (SWRCB) and CMWD ("Phase Ill Agreement") so long as the Auditing Engineer adheres to all requirements under the Phase Ill Agreement. District shall require the Auditing Engineer to comply with such requirements. 5 (d) The Auditing Engineer shall review all Reimbursement Requests and the payment records and supporting documentation to satisfy SRF funding requirements submitted in connection therewith and shall within sixty (60) days thereafter issue to District and Developer a report either accepting Developer's submittal or specifying with particularity any reimbursement items or amounts not approved or any missing documentation to satisfy SRF funding requirements. Any reimbursement items or amounts not approved by the Auditing Engineer may be further pursued by Developer using the dispute resolution provision of Section 8 below. (e) With each Reimbursement Request, following successful 60-day review by Auditing Engineer, the Auditing Engineer shall forward one copy of each invoice submitted to District by Developer, to the City's Public Works Director ("Director"), together with an invoice for all other components of the Actual Cost not otherwise reflected on the Contractor's invoice. The Director shall confirm and approve the Reimbursement Amount based upon the components set forth in Sections 5 and 6 of this Agreement. If the Director objects to any items comprising the Reimbursement Amount, the Director shall notify Developer within thirty (30) days of receipt of all invoices forwarded by Developer. Failure to so notify Developer shall be deemed the Director's approval of such invoices. If the Auditing Engineer objects to an invoice he shall authorize payment on all approved items of work except for the disputed work or cost item. (f) District's reimbursement obligations hereunder shall be based upon the actual costs incurred by Developer in performing Reimbursable Work (including overhead and the allowances specified in (g) below). (g) Notwithstanding anything herein to the contrary, and without limitation and in addition to the Reimbursable Work, District specifically agrees that each of the following shall be deemed Reimbursable Expenses: i. An allowance to cover the allocable portion of premiums paid by Developer for improvement and/or payment and performance bonds relating to the construction of Recycled Water Main Work. ii. An allowance to cover the allocable portion of premiums paid by Developer for blanket liability insurance coverage. (h) Before Developer submits all invoices to Director, Developer shall obtain necessary or appropriate lien releases from all contractors, and, prior to final payment, shall obtain from the District, and all appropriate governmental agencies all approvals, certificates, and other documents necessary to indicate the completion of the Reimbursable Work, and the ability to put the public improvements comprising the Recycled Water Main Work into use. The date Developer receives all such final lien releases, approvals, and certificates shall be deemed the date of completion of the Recycled Water Main Work (the "Completion Date"). In !ieu of providing all final lien releases prior to reimbursement, Developer shall have the right to guarantee contractor's payment pending receipt of final releases through the act of providing a · bond security as guaranty of payment. Bond release would then require delivery of missing releases. 6 (i) All change orders shall be subject to approval by the District, which approval shall not be unreasonably conditioned, withheld or delayed. At the time of approval, the parties shall determine the portion of each change order, which is allocated to Reimbursable Work. In making such decisions, the parties shall be guided by the principle that a change order may be necessary due to changed circumstances or oversight in original design, or it is required in order to perform the applicable portion of the Recycled Water Work Improvements in an orderly, reasonable and prudent manner according to the standard engineering and construction practice applicable to the improvements. 8. Payment of Reimbursable Expenses. (a) Payment of Reimbursable Expenses shall only be made after the Director's determination on any such Reimbursement Request (or determination pursuant to Section 9 if applicable) and upon funding approval by the SWRCB under the Phase Ill Agreement. Payment to Developer of Reimbursable Expenses shall be made within thirty (30) days of CMWD's receipt of Recycled Water Phase Ill funds under the Phase Ill Agreement. District anticipates receiving these funds in 2019-2020. (b) The District shall not unreasonably withhold, condition or delay acceptance of the Recycled Water Main Work. (c) Developer and District agree that the City's General Fund is not part of this Agreement. The City has reserved funding earmarked under an approved Capital Improvement Program titled Phase Ill Recycled Water Project. However, payment of Reimbursable Expenses to Developer is contingent upon Developer's adherence to the requirements of the Phase Ill Agreement and funding by the SWRCB under the Phase Ill Agreement. If CMWD does not receive SWRCB funding for Reimbursable Expenses under the Phase Ill Agreement, no payment of Reimbursable Expenses will be made to Developer. 9. Disputes/Claims. If a dispute should arise regarding the performance or interpretation of this Agreement, the following procedure shall be used to resolve any question of fact or interpretation not informally resolved by the parties. Such questions, if they become identified as a part of a dispute among persons operating under the provisions of this Agreement shall be reduced to writing by the principal of Developer or the Director. A copy of such documented dispute shall be forwarded to both parties involved along with recommended methods of resolution which would be of benefit to both parties. The Director, or principal, upon receipt, shall reply to the letter, including a recommended method of resolution within ten (10) days. If the recommended resolution is unsatisfactory to the aggrieved party, the aggrieved party may request an informal conference to try and informally resolve the disagreement The meeting shall be held within fourteen (14) days of the request. If an informal meeting is not requested or if an informal meeting failed to resolve the disagreement, a letter outlining the dispute shall be forwarded to the District Board of Directors for their resolution through the office of the Executive Manager. The District Board of Directors may, but is not obligated to resolve the dispute. If the District Board of Directors considers the dispute, and directs a solution, the action of the District Board of Directors shall be binding upon the parties involved, although nothing in this procedure shall prohibit the parties from agreeing to mediate the dispute. The parties shall share the cost of mediation equally, and shall mutually agree to a mediator. 10. Assignment of Contract. The Developer shall not assign this contract or any part thereof or any monies due thereunder without the prior written consent of the District, which approval shall not be unreasonably withheld. 7 11. Notices. Unless otherwise specifically provided herein, all notices, demands or other communications given hereunder shall be in writing and shall be deemed to have been duly delivered upon personal delivery, or by Federal Express {or similar reputable express delivery service), or by facsimile transmission with back-up copy mailed the same day, or as of the second business day after mailing by United States Certified Mail, return receipt requested, postage prepaid, addressed as shown below. Notices required to be given to Developer shall be addressed as follows: RANCHO COSTERA, LLC clo Toll Brothers, Inc. 725 W. Town and Country Drive, #200 Orange, CA 92868 Attention: Land Development Telephone: (714)-347-1300 Email: pkim@tollbrothersinc.com Notices to District shall be delivered to the following: CARLSBAD MUNICIPAL WATER DISTRICT c/o City of Carlsbad 5950 El Camino Real Carlsbad, CA 92008 Telephone: 760-438-2722 Each party shall notify the other immediately of any changes of address that would require any notice delivered hereunder to be directed to another address. 12. Transfer by Developer. The obligations and benefits of this Agreement shall not be transferred upon sale of the Project without the District's consent, which consent shall not be unreasonably conditioned, withheld or delayed. 13. Counterparts. This Agreement may be executed in any number of counterparts, each of which when so executed and delivered shall be deemed to be an original and all of which counterparts taken together shall constitute one and the same instrument. 14. Governing Law and Venue. This Agreement shall be interpreted and enforced under the laws of the State of California, and venue shall reside in San Diego County, California. 15. Complete Agreement. This Agreement contains the entire agreement between the parties with respect to the subject matter contained herein, and supersedes all negotiations, and prior drafts with respect to this subject matter. 16. Amendment. This Agreement may be amended by a written instrument executed by District and Developer except that no amendment regarding the provisions for reimbursement to Developer shall be valid unless executed by both the Developer and the District. 17. This Agreement shall be effective as of the date first above written, and shall terminate on January 1, 2021, or sooner if full reimbursement has been made in accordance with the provisions of this Agreement. 18. No Third-Party Beneficiaries.This Agreement shall not be deemed to confer any rights upon any individual or entity which is not a party hereto, and the parties hereto expressly disclaim any such third-party benefit. 8 19. Severability. The invalidity or unenforceability of any provIsIon of this Agreement, as determined by a court of competent jurisdiction, shall in no way affect the validity or enforceability of any other provision hereof. 20. Authority The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR RANCHO COSTERA LLC, a Delaware limited liability company By~~ (~gn here) Gregory Deacon Division Asst. Vice President (print name/title) CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of ~;.rlsbad tJJ/ ll ~HaiCT'resident If required by CMWD, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, General Counsel By:~tlt'-'----~-/-~-'./1.-- Deputy General Counsel 9 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego } On April 30, 2018 before me, Jessica Marie Evans, Notary Public Date Here Insert Name and Title of the Officer personally appeared ___________ G_re--=g=--o-'ry=---D-.-e_ac_o_n _______________ _ Namep{ of Signe;Jtf] who proved to me on the basis of satisfactory eviden~to be the person{Jl whose name~ i~;~ subscribed, to the within instrument and acknov,pedged to me tha he/~e/thE;-Y executed the same in his/~r/tlyfr authorized capacity(i~, and that 9~hir/t~r signa ure(:,)' on1he instrument the person ~, or the entity upon behalf of whicH the person~) acted, executed the inS{rument. Place Notary Seal and/or Stamp Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature of Notary Public Signl t ~ ~ OPTIONA ._/ Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended 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: ____________ _ o Corporate Officer -Title(s): ______ _ o Partner -D Limited D General D Individual D Trustee D Other: D Attorney in Fact o Guardian of Conservator Signer is Representing: _________ _ Signer's Name: ____________ _ D Corporate Officer -Title(s): ______ _ D Partner -D Limited D General D Individual D Attorney in Fact o Trustee o Guardian of Conservator D Other: Signer is Representing: _________ _ ~i~~~§:ffi!~,:@§;~3®§~~~~~~~~~~~00~~'§®1~~i!l@j~~§®1~ ©2017 National Notary Association RANCHO COSTERA LLC OFFICER'S CERTIFICATE I, Kenneth J. Greenspan, Vice President and Assistant Secretary of Rancho Costera LLC, a Delaware limited liability company (the "Company"), do hereby certify and confirm that the following individuals are duly appointed to the offices next to their names and each of them is individually authorized, empowered and directed to execute and deliver, on behalf of the Company, any agreement, application or any other document with respect to the applications for any and all permits, zoning, subdivision approvals and construction matters, including, but not limited to, utility documents and Department of Real Estate documents, which are to be applied for by the Company, and any agreement, deed, or any other document with respect to the sale or conveyance of individual homes, units, lots or parcels owned by the Company, upon such terms and conditions as they deem appropriate and in the best interest of the Company: James W. Boyd Regional President Seth Ring Division President Bradley L. Hare Division Senior Vice President Gregory M. Deacon Division Assistant Vice President IN WITNESS WHEREOF, the unders~'iled has executed this Officer's Certificate on the 26th day of October, 2016. / l I I / .... \ I/ I / , l ~/ Exhibits (on file in the Office of the City Clerk): A: Plans 8. Cost to Construct Summary C.Construction ContractD.Approved Change Orders E.Engineering Design Fees F.Construction Management Fees 10 EXHIBIT A: PLANS (RELEVANT PAGES) 11 SOILS ENGIN£EJ(S CERl/RCA TE ~ l1ASl. HATfAli. A ll!QS!lRCDOlst. EJIQN££R(T ll£ STAff{TCAJ.EC¥iNA, PWINCPAl.1foaNCBUSN:SSNll£f£ll}(TAff'IE)SlllSIE~ /£Nfl1r aNrTr JH,(l A SAWUIC N,Q SIVOr (T fH£ SOI'. (»({Jfl!CWS f'RH'ALEJVT •!HIN lllS sm: WAS IIAOC8TIE0RlN)Of/lflJtR£C'10N8£f'llffN TH£ OAT($ ~tt~~=~E~ii~~~ '1EOTYCNGl,££R srHO-~~M' ~ GENO. 2lJ~ !'CHG 6()270 OA!E -~h~~'"~--- C[f;NO.·..J!!l.... {)ATE ll./U/2.011 QHrlER's CfRllRCATE / {HE) 1£RfBr CH?ITT 1/IAT JI f1'H;IST[R£[) sar.s £NCHIR 0R C£QOQST HAS 8£FH OR ._l IJ£ RITAIM7J TO Sl,ffPlfSE OITT?-Al.1 GRNXNC AClllfTY AM? Al!f,ISF a; lHF IXU'ACIION AM) SfAHllTY (T r,{£ SITE RN/CHOCOSff!iA,llC A lfl,41t'AR£1/Ml1£DUAlll.lTYCOIIPANY BY." 11:tL !JNOl1£!?S 125 ~ ro/lN .t cawmr NO. su,r 200 (RMl'.l; DI 92868 (1U)J47-IJOO OEClARA Tl(K'{ Cf RESPONSIBLE CHARGE I IEHfBYO£Q.M£ THAT! AM /H££NGINElli OF lltl'i'/r'FOR 1115 PRO.ECr. lHATIHAlf"Dll1i'C15EDRHPO¥SIBff CIIMGEO'ER Ill£ O£X/f CW 1H£ fflO.ECT ASOEFN£D IN !:£Cl/ON 610.J(T ff8US/fESS ANOPRITTSSlONSaa;AMJTHATTHENS/Q,/fSCOHSISTENT#ITH OJRR£NTSTANOAl?OS. II./MJENS!AM?IHAflH£CH£CKlff'RO.l:CTOIWIINCSAMJ 5P(Clf/CAflf.N., Br lHE arr OF CM'!.Si9AO [)(£5 NOT ~1,C IL AS£NQMXH(T,IC1lll!', OF"/IYIICSl'0616ttHlt:Sr/Rf'RO.LCTOCSIGN O'OArCCWSIA.TAN,S,NC. 27/0lCMRAIO,lf"llf'S!; SIJ/ff 100 CM'!.~0.C-ll.fll'il\JA92(J!O (760)9Jl-710(J ,,,_JJ;; d1/J7 o,~1a,..,v,,4 r:~NQ ;,,4 £>;P 12/Jl/16 fl(}(}{} ZONE DESIGNATION OrYrJ CARI.SlJAiJffltlllAP~ 06IJ7JC0168C, PANEi. 168(F2J15 l)AffO.IIAY/6, 2012 7acK-A~ASOfJTS10£Tlf£[J()(J)'EAJi'fl(JaJPUJNAMJ ?a;EAE-BASfF/.O«J(IEVATICNSOOERlllo/flJ REFERENCE ORAIIINGS OIIG 180--1 PUN ,t PR(Fl[ FrY? WAflR fXTENSla,/, LANDS rF J. H(HJWf 0111. 222---1 FUN ,t PR(F!Lf rF S£lfCN IN a CAJi1NO lifA£. er 81-37 OIIC.268-l{fflWllUSPOSAJ.PIPCI.N,CRflllD81-102{A) Olll.272-JRW£FSO/£RATllC4#1MlMA.:fRCMITMMHACXAlf' ,o Klli.YOR., 00/#081-102(8) OIIG JJJ-2GE CMNONNON) WATYIA lifC"fU.£1) WArut TRAHSIIISSION IIA#ISPHASc2(88-602}Alt012"CQ.iler<RS£11CRA20" IN!ViCEPRR SF1l£R Pffl_N{S (92-<l()fj) CRV//0 0111. 8'-101 241/$" TR~ WA!ERLNINB C4MM:l/ifAl 0/lf;. .16!l-78"1ti4/m'.NNO CAAIIVORf:Al 011{;. "10--l{l CAMNO/iEAl WATERSl'Slfl/PRO.ECTS(SOlllJl.(£SA-l!) PIPfl.lEN(}(JfEIIAf'FOHIO",t/6"f1Jf1.lKS HWROI..QCYAl'([}{IAUL!C REPORT A l!RAINACE STWYWASPRUWi'(])BYOVArcr:wsurANTS, NC. ON F£8RIJA/?Y12.2013llTI.EI)°!)l'A.WACESTIJOYl'rY?!lCAIIINfJREAI. ~ FROII CWKB NONJ TO TAJINWX A~, U~lf.D 11-~-1-t, ~ CCWTRACTa/ TO ~ THE EXACT ltx:ATTCN OF [XISTlNC UllUTl£S Ail Mfl£UJPRIORTO~TRIJCTllW! l/fJILJ/ fi.[CTRCWfC DATA fl££S ARE Fai REffR£NCE fM Y ANO AR£ NOT TO 8£ USED frB HOOZONTAl a? 1£RT!CAl Sl.RICY ca{INa.. GRADING & IMPROVEMENT PLANS FOR EL CAMINO REAL WIDENING CML ENGIN££RAANQ S/JR';EYOR O!lAYC(JolSV/.TAlfTS,NC 7::t.::f/....~o//EST,SUTEl(}(J (l60)!i31-7l{X) PRO,ECT LOCATION {l CAIIJNO lifAI. BETKOI CNIN(1( ..W...W .t TAIIANACK AIOt..£. ~i,."'Jiff!-1lf.!'2-1,2%---c;t_"fb,~-/HO-fl, 2()8-(),#()-/2. CAl.£17fMAcoomtNAlFNEXl"4{CCS-8J)J58-167l,J.56-!MJ,J5,l-l67l, 354-161U{2V0-521Q) SOURCE Cf TOPOCRAPIIY E.'XJS!NGtrPO&l?APHY9fOWNONIIESEIUNSWASCENERAlWBY AERIAi.. SlRl£Y ON f)(CEMB£JI ~ 2010 Br 5"N-l0 AlTtlAl SU!?lf'YS AlXJt'1f.WAilr,T(P()QiAPHY,tE»SlNCl/1/UrTSONflCAIIINO fiEAJ. lf'lifflEI) er fflJ) Slli'lf1S ct:WOl!ClFO er ozur CONSUJANfS IN .N«JAHr 2011, ocranr 2()11, MAY 2013 .t .JJNE 2013 lrPOQ?APIICNrJlfl/Al/ON9IOIIIN~CONFCMJSllJ NA11CWA1. MAP ACQ'.RACY SlMEWlOS ENGINEER's NOTES I. RftlSl!W(FfH£S£fllMSMAYfJERE()MJ}T"l!CffffY'OSEOIJIPRO'of/lENfSARf NOTca.Sl/ll/CIEDPNl<R ,o llCOE.AlUCOAlFrF 11£1WW()tfl/£NTAQiffilENT. l llff:0/ISTENCEAMJUJCAllCINOFl/ll.lrrSlRIIC/Vf/ESAHOfACllll/£5 S'I0/1/NON/'HE CONSJRIJCTQI Pl.ANS IICRE aJTAN!) Br A ScARCH (F TH( ArM..4&£ lifCOROS. AT/CNT/al IS CAl.lfl) 10 '1C POSSIBlI £/QSfFIKF OF omm 1/flllfr fACIU/!£S ~kmrx:lllEnmg.,'!;J,~:~l~~~~n::::w~:: ':,%/!c'~!/o'f~SHOWNONfHl:1'1.NISANOANYOfHOi'EXISl/NGFACXJ!l£SOli' JllEC(Jolfl?ACRRSHAli.W,,---,llElOCAJUtOF Al.l D(JS!NG FAClf./1/(S (All()ff."GRWMJ ANO I.W{)(R(;R(JUl(j #fTIIN lH£ PRO.EC{ SIT[" 5UfflCl£NR. r AHEAD OFTH£CONS!lNCIICW. roPCMrTH£.ffil'Sl;:WS(TfH£ CONSlRUCllffl~Flf /SF(}(Al)IHAf!HEAC!UAi.LOCAfKJNSAK£1NCOWUCf#f1HlH£PNCFOSEi}/la/'K. ~.P/?!Urf0/1£15SUWC£0F(;l?AJJNGl'f/iJITS,ACONSmtlCIICW[J(ISTAIJATE/1£Nf IIANACE1ENTf'f?XRAMSNAll. 8£Pf?£PAR[f)AN{) 5l/lJl,lrlEO TO rH£DrrOFCMtSBAO fOHAffli'OVAl IMPUJl£NfAllfflOF1HISM£ASU?ES1/All.8flf1i'RZJBY1HtClfYOF CARI.SBAl)ENGINffRIHGOf.PARllllNTONESTAIJlJSHll[NTOFlHEfflOGIWl,AMJ POi'l«J(C!NsPfCl/ONO/JliJN(;(,'1?.AIJING. 5~TO!HEISSl/ANCEOFCRAiJIVGPOMTS.ANCfl-ROAl)ANl)0N-ROAIJMa!U Shl/iC££IISS10Nli!IXJC!lalPNXRANSHM18£f'm'PAIIB)AMJSIJlM#ntO IO 1H£ {,Irr (T CARI.SI/AO f(R APAl'O~. MH'LDIENfA!ION OF MS .lot"ASl!I!" SHAU or ,e?£1fOBY ncarrOFCAIII.SIJN) OICH(FtJN(;[}[PART/1£NfON£SWJUSHM£NTOF llE~Ml';ANOl'raaJICNSffCllONOllllJNGca{SlR/JC/lCWOFMPPO.R:f OA'il~TIM wr/flli.UNE f["RRACEO/TCH(Sc[l)£fAJI.SHf#) BliOWOITOI A.CPAll'NG;5"A.C01f!?//A.8. 1,/?/Nl) .t?"O/KMAr P.CCSlDE',fAJl(W) ()-ljfrPf.t"' 0-15 /'IP£ 'iJ' AMST smrrr /ICWIMNT CAN ro GRAN SEE fflG. HOrE l 5"QJRB,t WTllli f;-2. T)1'[ C' o"A.ClJON Cj nKil' 8"/1[[/{NICI/RIJ~CllfrER ()[TAIi. SHT J5 /IOll'STRIPW/5"CIJRB l-J(IIW){)[TAJI. SH! I? .co,;c:/?i,r wr-lYF-WALL SP-01 OltT~lfSPA7&1/A17S __ _._ __ ' ' , H 7-15 15-2# 1/llf SHU/ -',ICJN//YIIAI', NOllS, l£CENO CEM!?AINOlFS,GRAOINCNOTE"S,1./TIJJrrNOIES K£r/lAP. S11£UIMJ£X Sf!/£USECTIIJNS.0£TAH.S fl CA/IINO!lEAJ. (;RA[)(N(;AN01)£11a_/l/C,, a CAIIIIHOREAJ.SrrRIIOIWN l!i6,85BSF 11..J09SF 31.5-l#SF "' 658.JlF 2'9/F 3775lf l'ltJlr' 6 AU FOO!NCS SHOU1} MANT.411 A JIHIMI HOOZONTAI. Sc/BACK OF H/J {H=Sl.Cff" HEIQIT)fRfMllEBAScOFIH£F001PIC1Q1H£0£SCEN0N6Sl.Cff"FAC£<.>NOI.E.SS lHAN7IEEf.N!11Nf[l)NOT8fCHEAIEl7THNl'IOfEET IIIS[)ISfANC£/S/l{ASif;({) fR0/1 ll£ FOOfNG FACE AT !IE 8£AllJNG UEYAllffl RJOIIVr;s AAActNf IO I.MN£/) Oll4/NAC£ SWAI.ES !ROIAJJ8£lHPO.fJ rrJA I/Ml/Al OF6 NCH£S8£/.0lf llEINICRT (Fl/f£AIJJAC£NTIH.K05"Al£.FOOf#ICSF(YISfRUC!rHSAl)JAC£NTTOR£T-'JN/NC WAUS9{(JW)8f(X£PO(£{)SOASTOlX10#JBrl.()l(AI/PflO,ECllONflfOlllll£ /ICEJ.Of'1ffff'ALJ..Al!EWAmar, IIA/.1SIIAr8£[}fYGl€{)TOACCCIINWAlF STll/JCTIJIUJ.l(Mf)SflKNMJMICS(FN'P/$fCNANCESASO£SCRIIJ£DNTH[ RET.ANN& IIALl SECTION tF Ill£ ~s fiEMT er i:rosai:s l f .....,.__a 34"---42 :====~··.A!'C---f3;s"" #6-47 -19-N 75-92 "" " 7 Ct:Wfl?ACT(YI TO !£--N All 11-/(J STRlET liKMAIOITS WTH A IJCP{S[{) LANI) Sl.R~)t.W ONR£GISIEHE!JCllt'.lNCIEEl?PRKJ/lTOCIMMENONCCCWSJRIJC11!;W. EARTHIKJflK Q//ANTlllES 1,U,O(JJCY fl.J. ~ N£TCVTFIJR£)(P(Rf~ "OIIANllTYASSl/lCS/JNOlRC/jf#/Sl11(£f FIJR6"AC/lrA8 NO!ES. J.nflEOIJNITITCSM£fUIBONOINCPIJRP(J5£S CWI.YANDASllAENOSJml(Alif.CON!l?ACf(Y? TO lfiWY1016SSAIISIAC!lf.N. l COIITRACT<RSHAJ.1 Slf1/llfAIWJllECIJW-"""'1ltlVAl. lROIICITYFUIHAl.t. f/OOflSPf?JOR llJHAl..l.NCDl?TOR CfMl!NCflQ,/IJATfRAJ.S 1001/ROllhCSITE. J[}(!'(RfSHAl./8£NC(R'(RA7EOlfllllllASS filWJNGCffRAll(NSFOf?l?aJ£N!SONRANOI 1£STIIILAGE; ORAIINCNO. 480-JA, Cf-13-0J _c.,,,_tto,o lW·lll-1700 ,..,1'(>.9.Jl·-oo.,co. ... , .......... VICINITY MAP NOSC,,£ 81fJRC!CN11CW ,C-31 Pf?IYArF (l,O,<) ~ I /JIIPs FOR llllS PRO.ECT I.RE ro BE MAINWN£D BY mC (}flflOPER A.W/tWFIHIMOIIIOS. 2. THISISAPf?IO!rlrrPRO.ECT. 1!£1?J !11?£ATASS£SSll(Nf{HK;HIWIORlrr) OESIG~ED BT: __IU~ DATE: ...lll!...29.lL. 1 DRAWN BT' T.G./C.M. SCALE: ~SHOWN ' P!!OJECTMGR .. ~JOB~0.:..!2=.ll!ll_ BENCHMARK OCSCRIP~ l.5"0fSCSTAJlffJJ "Q.!B-l05,LS. 52/5" LOCATION IINORll£.ASTCORN£RCFCAllfONf/O.IJllf)(}C Olflli'A6[JA;,ma\OAQl'W"; 120ffIT5()(JfHKSf(Tfl CAWttlREA/. RE:CORO FROM RO.S. NO. 1127/{Pl NO. 105} ELEVA~ #5.-IIOJISL DATUM ~i,o1n, P£D£Slli'/A/o/RA/IPlFWI.S GVAfi'U/AliOEWI. S1RUCTI.IRAlDETAll.fORH£AIJll'AU.tCl£ANO/Jl fl?All/CPIANS LANOSCAPING.tlOO'CATKJN ~/MWG WAI.ls; PU,N/fflOFU ANIJ 0£TALS (BLOCK WAl.t.S) Sff SHEET 4 FOR SDG&£ PERM!SS!ON TO GRADE LUTER WORK TO BE OON[ 1H[lltlP(?()',fl,ENTlltlll'l'SHAJ.l9£PfJ?FORll£1)1NAct:aiOANCfl/lRfTl£Fal()ll/ol(;!JOQMHfS, ~NfAl /IE 1/11£()1 CONSfl?IJCff()'{. ASOIM'CIWBY !1£0rr£N()N£[!? hC {,'l?AC/NG IIWA' SHIU CCWSIST OF THE CONS!R()CflQ,/ OF All Cl!~ MV ll15; REIIEOIAI.. GN/r/JtNC, l!R-AhAGE fAOI.ITIES, £R090NCCWn«1. fAC!l.tlCS. ANOPf.ANf/NGOl'P(RIIAN[Jlfl»IOSCAPfNCANOPf?[PARAllCWOFAS-MT GNAOING l'I.ANS. AS-BlM.f !;£Cl.OOC IIAPS Ahl) R£P(RfS, AU AS !1(0fllN OR fl[C(/liU) CN 1115 Slf OI' Pt.ANS ANl! IH[ arr STANOAROS. Sl'£l71CA~ /iCOOlllfllD,/TS, RESll.1/IIQ(S MV OROINANCES ar,:o (N ll/1.SE PUNS. 1H£CIU,l)lolG~5JIAJ.l8£1'£1/fTJRflE[J/NA~-/H//EFOiLOIIING00t"IMN,S,C!lfiliVlfAT/1£!11£ (T Aff'll'OVAJ. OR AS OIR£CIW gr ff arr ENQNl(1t I CARI.S8AIJWNJCl'AJ. caz: : ~~~;~;uu ~~1!0arrCWK)t REsaurm~ 20u-N1 i f:=!~~~7Jf~~~~Z=~:1ar/!;ful~s1ANOAROS. 8. Sl!ll'lf#'AlFIIPO/.lU11!;WP!lfl£N/JCWPl.AN{Sllff'P)PlllPAllE08YCHANClU{SlATAN/3; OA/[IJ Fllli'UANY 1#, 2013 AM) fiCll'SlO .t/ft£ /,f, 201.J. #DI) NO'f~ (SW 13-5") !i Srr:R/1 WAIEHIIAHAClllfflTPU.N{SWP)PWEPIJi£JJBYO!lAYcr.wsufAH!SIM/llJFllRIJAKYI~ 20/J Alo(lll£11'S[J)'f·t:l-20f5"•(S#ltlP/J-OJ) 10 l:r«kBIIPCO¥SlR!IC/JCWHANDBOOK.tCAl.!RANSCCNS/111/CllON9TEBIIPNAMIAL 8"ll£0fANCVRB POr'tlQJSPA',fl,EHT 5"#0JTORL.14CCF~ f)fTAI.SHlfi F£1/PUN 6-2lf~6.l~¢11A G-2aU.B.C.J""1l{3 P.CC.PAWfC{BIISSTCPSACROSS-WnER) &·12'"' STREET uwr (13.!iOO lUIIOi)~,_{fl-£-/ .t £-2• 8"PVC S£/IERIN S-5• ~ -l,f,726SF --------/6J)8!JIJ ...fl,... = m = -,:, ----- ---0--,-- ll"P.CWA!ERMA/Na/51J{Ht25!) . - --P--- 12·p.cRE.C IIAflR/IA!Na150(HCm) w-2• lJ"P,CfiCC IIATfR/IAINa/j(){lfC 2$5) W-2' lJ"S!UlClll..tCREC.WATERMAIN t;"a.ASSJ50 TRFlEXNES!R .Ql,/lfJJ.P. flli'£H"/1JRANTASSf.ll!il.Y lJ1/ll1/15"GAlFVAl.lf'AVAJ.W"BOXASll8/YW-IJ',W-l6' 2·81.owtTF VAllf'ANHIY. 2'/IIWI.IAI. A/NRf-.ZEAS{ {IIA.R) l"A.V.ASSlla'.Y. lll?t!ST8l.lt:K ~/:5,/8,/!J' f/MSH£DGRAIJ£a/SllRFACE SPOTB.EVATICWS ffP.t80Tl(N(JWAl.t.[IEVAllCWS O'JS!IN(;fl(JIIUl[llCT'AJlON PRCRJSll)Fl.OMJNf[UVA/JCW [Alllll SWAff G"P(RfVRAIEIJP.C 18'RCPS100I/JRA#I l4'RCPSIU<JIORAN J5"NO'STl»ll!R.ffi -12"RCPSIU?Ml!RAIN -ltJ"RCPSTU?MORAIN l'<l'M< .DEfA/1.SPERPU/i '""" 0-60. ,_., {)-76,0-77 {)-!},0-10 0-1,0-·2· -~--'11821F --.e.-. - -/23 tF -~ - ---;,--- __,.,_.,__ -__,..._,_ -_,,,_._ -_,,,___.;:. - l<:lJJ~::§L 318-ffi iii,}MJ-F5 -~ J.-10Ji!L1 .Jl.2.fL /OJ lF "' "' ... ,5£A --'51>-----5i/J--73"8lf ~ ---J;.2# lF '" = cl " "" 1/{A •arrOI CNILSIJA[)STANOA/iVOIWll1'/CSANDMaWEI}S/Jl?S0,8Y/1£0TY(TC4Rf.5llA[} ••()(JN(lll£SSHO#NAK£S/NIA1C1)ANOSHALl.8f~8rcr,fmAClr:RTOIIS5"WACl/ON Fr.I? R£/JJCA11!;W CF 01STNC fACV/6, SE£ g/AO/NC PUN SI/IS 7-15 '""7:i"PCCOl!Rfi"MJN AB, ,OlJEO£/ERIINl1J8YR-YAll£/ESTNIH£F1£1.1) CITY Of CARLSBAD FIRE DEPARTMENT R£0UIRfMDHS ijQ. C1: FH.(S} 8 F.FlOW 1500 G.PM OUT fS 1 F.H(S). ~r~: .. ,,LO·-:~:;;"' "AS BUILT" .111ne sv. £ilJHSN)S310NJ/IIIIB'JYlllUi<K OK~"ft/Hx,(UJ,V'Sll'Y.:1l:1tll;1W"JOMI# 11' 11/S llll#A.10.JHJ N)Olflll.i/lJw:JSJi.lls..l/.J/IOWt:}'fl/J.JWJJNO:)fIMOJlddY .IIJdo(}) (Nh'H JI 3TKHOS. 38 l1mS dllNi',]/td JK)IIJOltB 0KY IBLJ1' R Nll//t138 Mid J;JldJSJ(}lllJM Wd)HWIIYIJSl,t':.J.lllOKYJ.Jt)JHl fli~DJtlJSIPISJ»!i,J;I aw llli!i.11 OH.!JJ:J r 1s OlJ.Sll .18 77YHS SIJJJKJIJJJdAOlJJO'f'/1 MJ/J.r9IJIJI nr ~,: S(X)HJJfa11~/aJJO/JtJSdli!IJS,MO/fJ1J;J:;»C) 'IJMIJSI0).91J.J0110JldJJTWH!N)IJr/l'I.OSlllJll*I11WJOdONrlllJrJA:xm HJ/M (JJJ'(!)/&IISl".lWJNIJ'fl'(l)'Nll/ll38tllOV,0/*1J877'fHSNtJ/Jl'INd3S7r:IISJ#,II' U "11/S 3HJ NO 5¥.M !JMir'3 IKXXJlfl() 03H'IOS:xJ ,!,12/QW"SMYJNnO.J!IM/IIW/OJON.lWIJOJlh~.J/SWliJHJIDJl/()TW:J Tl ,mw JHJKJNIOHS.11/IWHSJ:J.ro&llilJYM JJIJ3HJNIHJ.IMS3SJnXJlllJrl/ONrSTIJ//I jJJJYJI JW (JIW S,W,r .JHii !N,l(T!'IJN SAWfl lllJrA J1!JYJOd ]JYA/J:Jd 1M' ::nJf1d 7W U "fM·Li6(N)iYJ..IVt:Jl//8~J:}'(JNX)l:JIO!,J;/JIU.K).}SYJ "'1.J11tJSJOtlJ1t'JA -w~~iw:,JHJ 01 (I](JHOJld38 nmsSJ/J8117NJNOHd !:)WOJHJIM MJiJ'fN!JIS30JHJ.LJs.MXJ 11'.liS.SlllJYA 'JJIJl'J)!iJIUltJ/lllJ.Jil ::u:JJdS R aw SJ,QIJrTOJH aw 5IVlli _s;.11'.l{_j!<ifli :J.lY R 'MJUJ110cJd Nt)/J.J.H,ru-iro,Q/MOIOOl'li' .LJ SJdIJIOJ :MSW JHJ HJ• :..ililcKNJd .Ill NIHJIII IWS.J.S :Jlr8W/li Hill ll'ffllW;J .II IMIS 7m'JWN SHI -:JIIIJ.IHM NJ 01JY!t)6IJ JlTW/6/DSl',iOcllSlilS/131.IS-M:JW :niY1Y,lrill'fX).lEllilJM J;JJ/NMII It SNl'lf]HJftt)Jrt')ainrJ311 77YHSl'DIS.JNiJtJJONO!t lilJIM 'J3/ltD.J~SMJIJ'aJ70NrN!JfSJORi W J.J./hd9MJ::rJdS>I-MW ,KJ~~=t11,,JJ J,~SJ~~~~:1?~~~ lHJ Ji.Jf/.0 J.8 HXJ 38 ]M.IS 1,()//JM'i/l ltOl:XJIN):}-s.sog; /1JllflO:RI lHJ "61 'H/.-,Y.l','-,YJl<#fMJW,JO .J:JJNJIIJWdJOJ.Jliltt)O!)JIJINSJ/IONri:JI/USXJ//31'117Y.v,,n,, ~ JH/ J.8 JMXJ 38 77YH'i JSJJ N/IO(JJ./WS MJU:):Jltl,rJ.')-SS()g) /llWJtllt,JH/ "ff SNOIJ'flr:J"l/1 /JW' Slll!I s.J:Jlli/SX! Nll/111 -,y.v,,n,, ~ ,Jlfl dJd SI' JofE'IS J/lll:Jl/Olid !Dta&WY NY MHLIII OH1Y1SJI .J8 T7YHS JM1 IUiKI J~ Jil!OH/ 'NIIUiKIIB'IJOdl'l/0131/S.JOMJ/lUIIJ NYl<I. SSJ7/LIN71llll'M .l-.,YlOd r J/l00 QJ/'l'l'JSJl.181S/¥t NI IULKI :l.lV~JNl'lSMJJ I' .I l/ 'S.JHJIJ/1 UlJO NDMJJ8 NOtJYlhtilS !NSSOtO ilON J/lU/1.l lSl'II JI' IWJIWl'I 1lVI' S.NI illll',I .lBl'JOd l/01311~.JlllllJJSl'Illl'SSO,/DTTl'NSSNliill'f/llEl:I.J/lflS:S3IJdJNY1SMJ:J 91 SJIOff3.!JnSl'JII ).JIW~:tf~lf'~~::f~~~~~ s;~~%-~.J:Ja'.li~~wr~i-~ ~~~-~"~:, SMJ//1'7m~IJW'SJTIIIS,J:Jlli1SKJ lilJ~~~W,.~~r~::W~Uf~ :JJ/I/LI.Jlll'JOd-llOl(~HJM(JJVN3JSJl117YHSJdldNOIJr:JNNll11Y'II ;m:) .Ulft'S /JW' HJ 7'(.l',' l'NMJJ7r.) (~ fJ1ffl9J:-:"ilJH(liy~s=l~~f/tll~f~,!1jJ,j~ n '90ilrW1dlNI' SJYills.JJIIIJSKJ.!ilil'll7YcD/NIYIOl'!IS"lw.'.l/BdS1fliS,/.SNOIJnBINJWlilJl',IJ3,i ll)N/Ji1/J()JIB<)6».Jd!.11'.J:JJ8T1r/6llt7YA!JM'J,¥1X)Xln:llilJl'll:lJI/ ~/ $1'.l!l>'JSl)(1JJY>l'JISJ/rlCJN(l(l'SJ.:JJIIJS'UMI.DS'fC!!llll(l'libS -l,'JlO~l'Nll¥1JiK)J?,.,,,tu./13JShYJl'M)(1JJ-,,0't3l/J8TTl'NSSYJ'Y.l','lt0/1'91i/M II CilllflH»ldJ.11:Jll/JSSINOtJl'IG:Cffll~S /LIPtl:>nldNOU:JflltlSIDJ 'N!"JlnOJ.8/0iOIII ),,a/J~Olid.J:JJOn 35110'10 /LlltO/l"1/JJl~lt0/1'="1'Nl:JJl/l{J).8/IOJ.l',!il,:6!MJ-S(NflJ.8/llllilH1' a'.l/l'M ':JJ/1 HJ• 1:JYJ~ 11).!Jf QJJJ3J(NJd J8 TWHS SY.iiW" NI QJJ.'(lf(J6l(l-ftON 01 'SIOJrY1!J3/la,r,SJV/iJ 5.J:JI/JJSKJlilJYM 1Yc«:W1'l'Ol'!IS"l,W;IJJ:Jlr TJl'HS:Jtl#dl,JOW~ 17Y.L! T'lll!fll f S/IL)(Jl'ro3/i fNI' S3N s.J:Jl.!ilSIJ IJJll',I 7fdC)N/lfQl'8Sl!lr.)ti:Jd.JdYJ~Jof'11"17miSJddJNIHt1f17Y i J::WU.SIJ/1111'11 7YdOl¥/IIOY8Slw.1.L!.UOJ/1 _p 7YAOcllio1" /iOWd J«IHJ.JI Q14IOTW ]II rM S7YNilll'II Jdld .J:J MJIJnJl1S8nS ON 9 /Jllf8NJdd.-111Jlli1S Jlil'BN11i111'.«.JWYJOd(JN'(S:N1tJ.11,'ll VI/NB«JJ8SNOIJJJINX)-sso;p > !JMJS/lf OW ~l',1,1,:6-/&IO '1.J:J-NnH ~ J'l/lSS()d JN.lJX.J J!iJ8 JiJ (1J lJIIJ,cJ!l}lJl'NffUOI o:JSl1J8 TMIS S.J:JtiJY/JdJNJIWl'NYWJ!JI f "'1Slf¥JJS#f !lr&6Jl.]J'f'tl :::i3"HJII J::>t'JICJJSMY:)l'CI1111JOIA:i J/1 IM/i SYJNI' !JM/1'.l /DO(JJ(//) (JJJl'/ll!NSJO ~ SNIJ'JMVJ /£11,W !Hl)N;K} l 5IOJl'W.lV(liy SJTill 5.1:JllilSKJ /JlJ,W)'(aOf/,flf{N(l';wr:JkHJM~MJNO(JJ/IT!'f/6Jlll)M71'r S.11.0N 811 i'M tm:U?!J8 6lll (M!)N 11fUYO 7$71 ()ttn-'°-IYM1J (!iOt rJN 1d) /Llll DN SO"JI l'IOl:IJ a,m]!j W~OIIIW:J U.IJJillU(JfX)Sl.11.J()(/ 'X1JII:) ~ 1'1?11' /JJl',O )!UWI UJll&N'l:J.JO,IIJl¥):}JSO/J.!KINM AJl.w.n:JB TWHSSN!J/S JMINUJii/SN):JNlliliiJI /Jt'JJ/IJS/IJKJJJHJ Slfl11n7rlldY.)IOll.93/177'fHSSN!J6 MYNJBHJ!iN)!)l,,l/f]JLJl o.! (Wltll/lJ~ JOl'IJ!J(HIIWKJ):»IJ.HtS ~IJJII.IJd liM'/0,J-.JJTO :JIH'161dd Kl Jdl.l JSn TJlrHS S>()t; .JIWN J.lllJiS OKY .411S. /·NI a.iJO.JdS ~~JHJ~~~=~:SY~ ~:;/~~3,U,.,1! ~ !; 61 -IWfGIOJ/Jt) NINIILJ.Ja»o/WSI' 'IMJ/SJ',Jlif(J()(l11J.MS,YIIRJ) s.J:JIU(J "XJIUIOJ Jllh/JJ INIO.MIM:.l 7r~l'WNJ.111'JJ/IMNM0/6sYJZJS(Jlft(Ml'J!iJITWHSSN:JiSTW fl 6/-lf ~ ... :/J::rw03Js"f11::d:!:1!:J':: r=~~~ 11% fl "/NOIS/Uli rootl11J.M .s;l!IIWs.J:Ji,UO XlliiNJ:J :Jillr/JJ flllO.:JNI ' NO!IOOIJ.rT')SJair:Jt:ClldS /JdllOMfJSS/il'liilY.J "frlNiDnr:JM.JS/l/Kli a»aW Sr "/!C!ISIUH root (D/1/H s;IIIJW s.nu:1 XJ/iil,f):} :Jlih/JJ ft!l).1117 ID WIMW rlM.l1YJJHIQJlfaCUCJ T1r/6~1~1'd a.'ll"!JNltMIS ~ l !JN/dllDS ()W :wNJ6 171' ~JSII IA1J I"9SMJd!iJH !iJ t,t"lJ:Jl'/JJMJ:J JHI I SJlON !JN!d/81S aw !JN!N!Jts SilVH h Jt!;;'!' i:Ji.::/::t:J .JO~~SMJ:~!. :::1~/JJ~ ~ > (ll/J/(t).JH 1IJ 111'1(5 J/lllfl,JAl'M L)JH!JlliJJO I'~-.J:JJH!JIHJOBfld.-1/o/YNSNl!JJ/IIIOIJ:Jll&SN/J:JJM"J.iJB I' lNUilJJMHHIS (K(I' IJI.JNDNJ s,J:Jii,JSO .Jll AS~ avt' l1JN!JIS J/1JS/11'111 Jj/JJJSJO JH/ MJ/ll ~l80Rnr/lSJIM3dl'"lfll.S,/.S!JNIJSIXJS,J:JI/JJS/0Jll0/lr0fl:}3Nho:J).l#JIIOJJ8 r 'SJJX1il) J.JJ.Jl'S IJOJl:JNJJ!iMXJ .1JYJS .Jll .JO!il«Jl(NJd 11YQJ ]HJN(J( 71YJ.6(1iyllOIJl'Al'.ll'.1J.l#J.!JO.JJ8AJJ.:/YS 7YIJiiSll(N.JOlr06~1JJHI MJ/lllft/JdllOIJYAl'll'JN'f'N/IIJSO Tll'HSt,t"lJJl'/llMXJ ]HJ l fJKJOllN.IJH!J}N!JtiKllJS.1J1'7'NoiJ:xwJSMKJSJIM'1#:JIJ/Jfld iK).JSf,(}(Jr:JU(}JdS(Jlh(l(l'JSJ/1 (JM'SlJON()WS!IMlll'lillfRNOINJS -r .1117~ ()W 'il)Nl'~~~~)Jr:m"rill~~_;:9~~~ .J:J J.10. Jll 1/JM .DM1J.!KJXJYM(lJ[:JflltlS,c:J J/l rnrH!i !;J:JN'(IOJ/flddl' ()W Mm/0/US sllON IDI/Js ~ J.10 Jll QJ (J.J(MO;Jd 18 TM6 SJJ>JS (Jn:J} ..ul.!115 .JO SJ!t'&rt:i ()I ./:JI' Soll'U.J/l4l!i(JM'7 1YM"JtSSJ.J:JlidJll /ild(JJJNJlfflXX}t,II' "a.JirfllJdti/Jd "QJ6J"¥Jl'JSDII 18171'H!i.l00A'SJ}(JJ.8aJSl¥/JSIO.ldYJIIHJ !iJNOd/Nt.!il!UKNJIIA.11.v'lS 171' J J/1'!M()S.IJ(}SliJdWl,I SRJL)Jlll)M.J:JSJKl:lfJNHilll..HiiSJHlllaDndJBT7Y'6S/JI,i;NJfJ/#1f(11.HJMi "f ·-.lw.7SllYY7qr(l';'/ll'f;).JOJ.JOJH/ .JO[O)/NOU.:JL/ildOHT'IJSIIJIJ 171'11S SB/JJ JIJliJS I XWJA/11'/JJ!i/Nl'l(J'( ~.Jfl'r:)',CJJ[IJ.J:J.!iJIOlfH'til;J/Od/1H1YJSJl.18T1YHSSdlWHIIMOUJHII 9 """'° AID1HlJ.80JAO/JddJ'Sl'/DtOl'UH¥J31JiJ:JNO:JH.IM(ll:KJ()kJJIIT/IJJdldJIISl'.ldY //RON "S"IVS fJ1J.Jl'd'ltl.'?J.'/II.JdOIJdHilll lI1:Jl'rlltf(JM' S"Y1W"1Biil!i !I)~ .JO JllJJ.J/OIUIIHJIIIQJ10lfJ/IJ8T7rlliJ/QNJ{J;'(WJ8fU.Sf]l,(]3dld!JNIJSJXJl#Jl[M > .!iJJJ/1 3dld/M' ·-'-MJ.i t-S CMOS ::::::.~:r ;J,.~W~'fi ~ SSJ1SII/Jd»(}.J(M(NJd0:UJ'k/./lJIIJ.1'1'.)'ld,S/QJ,K/~/N/JO/f¥)[S.Jll'AI/JdbtJ.i ()l;f"'I ..LJ (M)]--(JN/JfNIJl'Hllll:JdldJJ.:.nJ:JMJ:J(JJ:}/JO.RJi/.1817YIIS 3dldNll'liO 11!i121S "t "S.JJJ&S .JO :JM:JrB?S /KJ SIJlJJ.fKJ SS{)H:} ~ 1)NOIJ:Jfl/JJSMXJQJ¥JlridaJTWISNIJIJrn'HSS71'H.11'(10Nl'!iJIJlllfl~».f/TW T "" • .hOilD. J8 Tl'l'HS ~1 IT'/ a:JMOT1r J1 IW SKJlil'(IVl().JJH!){/J.BiiJS 71'Rlnll J:JJ;MJON "SNYW.JQ-SI'. R NON#IOHS J8 171"6 SJ"t/H-(Hl'H(JNI' SJNIJdJ.:W,lilS '>MIi,' lntNXJ ~ !~ LlHI MJIMJIIS SI' lllTT'llSMJ111'1'16 SJ/01 illmS Z "SN:JJIJJI/DllHlJ/IJilB ~'11 ~ ;10 (l) 00 .JO WilfNlf I' 7YA~ a.'11" ~.lb" ¥J.J /Kl/JJ£N !JNINH-l!)NJ J/1 QJ illJ.J.119'1$ Jll iSllf IJOUJJS T'/11'1.1.X"J/i!S ~ ]NJ (Ml' SJSJJ. .J?1YA .l(.JIIJ 1tt'i"1N)ltJSr@()JHl'dllldJiJID"S:l#M-OJ/lf1tt'i"/H1d,lr1)(!1JjlHlM!iSHSIIB :N()(};t'frtC/1"""1 YHIJ.fl,;J.J:J .11r1s lHl .JO llJHJN} MO'>SlLlob' rJ.8 O.Jl:JnOMl:} ,a]IJ.Jll'HSJ!l/ .1'17YA,l(. lili.h~JOJ8TlaS/4JUS 1Ylll!:¥11i!S "/1'/!J:Jr sJlONlBllls .sin 'S"1 rc1-8S"t1.. OldlWJs ::is,o .sr IT~rnsv~l'imR~:i=N~3~8 fiJH.;ll)SJJ.ON.l!NII.Dl'/i!B!i>I 006:J/AlJ "011.M);JI-U~. 0.11JNll'1HI) .JS/I (JJ£1'9IOl'l/s.HCiJOl)$.¥1d!WIBdMJil:JJUJ(}7YJ(1JS3JH:)JOf0JDXJOJJON SJSl'8 JSY:JJ.83Sl'J r MJ IKllJMSN JU AS (J]J//Nild JIJJ.1'1' /Ha' Jdld r JI' $,f"/dflOJ NO/JJ.fliJ(J-H!JIHl'.JO.JSfl..lU /J.JMOTWJONJlil'SJND'Mld3HJJl'IO/JJJliJOm:l'I' "ti n:ll\tlilSl<l.1'011.JOJIO/ltJWd»S.l'NilO,t7'(:J JO 11ns JHi ,o aJ-ISl78t'ld .sinus J.W1Hl'S ONY SNIY" iflll'll 10 l'f'lftrlhd'IS "Ill !l}.J l'llil100.. JJ.// QI ;.;a//JI' 11YHS SNW1'H.JJ~.II J.Jli /JNY SN/WI tJ.111111.JO NOii:Jfl/JJSNO:J n ".J(J)IJOIJr.J/#1S (llHSNJlHI HIM HS/lliJII 171'1/S !i.P'08Ji.li.Jlfti.1Jl'JI .JO,KJJ JH/ ll v11 01 J1J ll>'HS SI>i't/1.JS /llll.1S aw S1Y/illn /IJJl'II 11111'i0d ND!IJ.JIJ 1'\0r.6 w-_ ·11 7tnt)J/LJJSr:JiKJll/il' J.8aHl/Jl'IW1'1'Sl'1illi:JMXJ.l'Ml:t,,'.llX.OfX.IIJlll7YHSS.PO/Jifll:#fifll•7rro1 (SNl'klfC!(JJJON,9/J/.lHlOSSJW/) .i/!i J8 71YHS S$1J/lf TTYONl'.I .J8 Tl'r/6 SJ:JIA,tJJS/llJl'll :J3/J(liy;/1JIIII IB'rlOd 171' 6 7'1HSHrf13MJUY/JS1/tYJ.JOAJO 3HJA807fti.1JJOJ8TT'lllS~(l(l'Jof7YAJO~IDl:J.1J.301HIN.EIAJJElaJir.:l'.11 M11MJ~/J .J:JS7YINll.l'fl.JOMI.JOlt'l'JN"*""'71' '1YJIJH~ (JNl'7tJMVl,/,OH/Jl'l'1 'Ill V NOIJJ.JiOdd .JO l'llD.J .J1ll'"1Wlll'r NY /tf:ffrlr~1=:lJ t:T: tlff~~:,;-r::Klw-; ~~]~ :JIOJHJY.J .JO S!W1" AB tIJJJJJO&J JS nr1JS s:r.JmNlll!flddY OHY :JNl:ll,.J 11.Jdd):} aJ.!nl rrr , 11.IM'JNJ J:Jl//iSJO 3HJ f'/ONJ lt06Sllfllld NJi.(111# .JII/IO.Jb" 111'16 SlrO/Jtil'lU AN'1-JIIK)I..LJJNJIWNJlt1'tX)OJIKJI/Jdr:atOIUllJ17W/6SJJIIJJ/I/JJS(liySBliJ 'JNUS/K.JTW1/lJIU!il'JNl!illl'M,JlflN(lllf()TTY.J8171'HSSJlif1J:Jfl/JJS¥JSJJ/i!ON 9 l6K"-Vflf09t) ONJNOHdJIJJ -antOlidBJ.l'JPIJOIJ:lldSMJIIHJ()S,101'.W!JNIJIIY!SOJ/iOllldSl¥/Ol/it iNJIIJ/h'dJO f/0/l.J.JdSJI !JIIJll.1M»O ~85"1'W:J .LJ J.JO .1H1 ;~JON TTYHS li(JJJY/i!MJJ R > "9N/TKll/OS/l.(}.J 16/K-ID (O!li)ON 3NOH.il111 'MJu:JniJJSMX! .J:J :)MNNt}ilJ QJ NO/Hcl ',JlfVH Ill' NOU.:JMHI 9llli.J.JN/:'JI UY/JSl'W:J .LJ ,J,J/J .JH/ J..AION 71¥/IS HOJjl'HJMX! J/1 'SNf'JB l'rV/1:JnJ/.JSMX) JMJ.11R~l'Of.JOlflllrlNIJl'011HJ877Y/6!JN/JlJl'I.J:JliJliJJNXJKXJ:}/)///SMJ:J.1&1r t H3!Jl'/o/Y1' s.WMlll :Jl7l1fJd .SltOIJrllJ,L) J.JTIJfl .Jll aw H.lllil!)NJ A/0 J.JfldJO s.ar8S"JH¥":J .JO .-110 lHJJ.8/Dt{),/Jddl'/NttJMNS.J8JS/ll'ION'l'DU:K) "0,#lfJ.#fl IVli.JaHl'J80.Jfl1WHS llflildr 'SJN] /J",IJP":}!JNJSlO!C!SJA~.JONftl()(JJ{Hi/l.(}M)/fE'NX),<NrJM"JJ]/J r ~ ,UJ.M NOU.:Jf//i!SlrCJ ~rJS lHl .J() SMJISil(NJd 7-,., OJ JlJJHJI' T/t'/6 aw /Oir:Jt.lJON rHSO .JO .AJ<md .JfJWJ<iki lrrHS (NI' 11){11'/11':JXJ ANY .M).JJ8 ).JJ.:/YS 7'1/tllsntH .JO IOISi',J{J 3HJ 11).!Jf 1/Nai NOtl.YAY.lX] NY IWJ80 1-,.,HS /Jt:U:Jrm,,m 3HJ t r l' t !i..ft?nt (f,(}(Jl{JJJS.Ilrl).SQl/l'(JIWJS ~ iml"Slb-Y,1.JOJ.10. 3HJ Hilll.LWYa!JOXll'NaJIJf/Ji./SIO:JJ8Tll"HSSJ:)Nl'!tlJ/¥Jddl'(JNl'"61'WJl.]JYMJ.JHl'/IJJl',I I S.11.0N 811 VM ltHl!JIO ,UO R .JO ltO/:JY.cJl'S JHj tu. ltl07Y 18 TWH!i SDV1JS IW:J/i!SNIOO SDll'H'JSIJ ~Sl'II J8H(");Jd QJ (1J(J(N 111 tu. .Sn.JJS. J<Y/VNI 1'1'1'16 NY'/dSHJ A8tllJXI/JJSNXJSLIN!Wll.(}f'I/IOJ.S Tl'r oflSIIS.UOJ/1 Hi* LWl'OIJtl.Xll'N 9f JNOdJH!i"KJS al'SMO.JN'l'J,c:JSNOIJY:Jtn.JdSlM"SM)/Jrao,r,ruJ,/IJ/IHJM.DW/l!IVXll'/11~ 18TTl'H!i.!iJN.JIOA,O&/lfl(JW:JNlf.JY/J!)Tl'(,.,..'/dSIIIJ.J()Jlll'drSY/lldilaSNO:JltJT1rHS )I/Wo1a.JJrtJW-rtorn ONJ»'O/ld ":}N/~JT1rA:K!7"8(1"J/ll'd.R!d/liOdlHS11'lS1Hl .C 'JOJKJ.JHHJllSJ.MflKl.J{1.Jlilf1()JHJ8T1111S.JlJJl::aoNY7d >OJIOl('{1d/J(U(J.II.Jl'IB'lSJ8J8(1J {llW"J(ll/lJ8Al'flS!WklJS3HJ 71'.Aa.lWl'S,~ .-1/0]HJliJJ.Nlh31 (1}3MJNIHJM(a't!i$JSJJjJ'<NldSI-/JNOJ./Nld:JNKJYd9 rss.rwn K J.JO.Jll1J.8/J.18m3;!:I Wl>'.1CX11'.l?.l'lfl8-Sl'H.1/lllt.lJdJ8 (t) "()/~SJNJII.J7ddllSJ.NYOM'JMJd.1HS'/IOSJ.WNlfl13/idJI/JNaJNlll.nt) SN)IJro,o,r,roJHOHrSJNJlfJ.!ln()Jli JiJ HIM J:JN'I/Wl:JJl'HI NXJ SY,# tlNOY/J!J 1Hl ll'NJ ilIJNJ!JN_}SJVS" J/1.-18JN.llt1JYJ!i l'.JCf/VNIOSIY TWHS JIKJdJH lHl SJ.SJJ J.IIt:111'/JOl/n IJNI' 117Jli .JO SR'f/l'IW/S /Ill' 1t:1S JH1.JO.<J11Y!rJll.lSNl'tJKJJ/IOJSl'1N11r1Jr1sr :uior,N:J!"JNJll'JB JtlS tl»i.11ftXJ.Jb" S»1"1JNI IOIHtl "/iH#!JNJ SVi lHJ lfOilJ JIK)d]JJ {f') Nl'7d:.wtJrd9JWl8-SI' (Z) (1/Ulfl/ll'dl02NIHJ.JNt:JNJ"JOltJNJ/iliJIIIJNr/"/dfO:J.JOI/dln'SMri80) SW'/dl1.l',Oliddl'R(Nl'.JWJ.UOHllll~NltllT1rJSII .Jrfl'NOtl.l'fJI/JH/(lff!IMJNnd.l,Oli" 7J,!/Jl,():}M'J60,'JJT1Y .IIIJdMXJ Sl!»#fJY/J!J TW!JMJrJSl[JJl€W.J!JNKMLJ~J.8JIKJd.Jli T'INU (1) .m')1Y,r)N')/l(MlS:tb-Y,10Jl' ot/9JS/ltf11:J1dSIIJ:JI'OHdR r.11 /l]Jfl)NJJ.J03HJ(JJ (lJJJ~.llJS/11' .!iJIK)d)li~1"10.1.JH/ iHDJ wr1om Ml)dJ.!fii,1 a »)J 7rdC)NM(MISlw.'.)iYOl/'91~1 ~ll:,/llll JU ~/\OJ t1NYJ,!111Sll) J:»10I' 1Y:JN<J..JJ. .i!60J JS8JV3!JdQ/OO" "H.1Jlt!JN.J SM" 'IBJOiJ>tOrS3/JHJNl':X7ddl'3HJ -WaJTDIJlii)j)i>j l" SJ.IOUd¥lffl/l~l/l'Jlil1IT (s.NI 1¥11) Nl':)¥)tlf /llJMll (Jl.]JlolllO.lDl:JJHl'/1.JJlll"JilU!i)artlSll't':JLJJ.JO (1<11'/KJ/OO/Sl':i.i.lllJJ~Ol'9S~;'g Jl/JYJ~~ llil7YIJ#l/il,~ :J1ii1'1/0!i:J/JdJ;/"N'J'dl'f(J:)1'HJ.M.WMlll.JHJ ,11,1«1¥J():} 171'/IS 0/IN SJtJ.nor.1111Ji1 IIY:JN :JNlf.JYd9 !JMIIIYJS 111 /CJl/ld ~ro ~ 1wt1srn1r(Aio1J8.llS)SJWr<ftX>.-11m11011:;:J1NkllON7'1'1'16Ki1Jr1JJHO:JJ11 .rr ~{JJSMddJHiH.JMJ:J/7.JM)j MJlil'SNOill'XJ77YnJ:Jl'lHJil'HJ~SIJI.AS!W'/d!JN/O't/i9.Jll.JOM:.llSl431i JI.I JNJdOJ 3NKJY/J!)J() ~JHl'AlJNJOillf/S 116.l»rllldJ/1 Nlil.111 (ONfXJKJ/il(J,(fl /JNI' ~M'} ilJfl:)YJ :JNJSIX.J 71Y .J:J 1/0lll'XJJ 3HJ J.MJI TrrHS t,t"lJ:Jl'/U.11):} :RI 11 ?il:H:JN.J.UO:lfJJ8(1.J10JlddYSl't1Jof01'.JHI/O.JJ.J/OIOJ HJIMO.PJ/lklJIJ7lllll lildlHlSrJNl'/I.J/101-1 3"lill511.IIJl'dl'C,?J.1KkCNdHllll OIJ'r1dJ/JONl'Sl'.ldYll:J/i!S/LJ!JN/tT/llll.JOJ11JJ.J!OIJ NIHJM/DtQ/U>JJll1'1'1'1611 "1/0lll'IIM:J:JNKNJO.JHJ .JOJT6.1111'S1'{1Jf()(M'8'(.BO.I !iJ.H1Jtld!JNJS«JNl'JIIM 1¥ '"SJ~MJ71'/W'f'1'.l11'.'.2S"lWY7 JHIIIJIM.I)N'((J!l}:):Jl'N.1'!0IISMliK).JtllWJOJHSrSl#JdJIOUt'1,lbl'l"Jl.l(Nf S!Nld!#.JUl'!N&IONr.Jdr.JStNIIJHJHJOIJMJ/,I/IOHSJl'HJIIIMS!W'/d!JNlar!L)JSJ.IJ.JO Jlll)MJHJJJl'M(JIK)():}nl'HSSJ/{)J:Jl'IIJMXJl1YJl'HJ.Ji:llSNTl'IH!i.tN'Ollddl'//IJNIIW1Hl6t~' l:IJJJ.RltJ:JMWY'/dNO/llJ.t!JNJJ.JOJIIJ.8(llJJ3til(]Sl'IIQ/lM" •--_--· ON:Mr.!Jtl1jIYJHdSRJIJ()JSNYld.'llldlOSt1Wl°*IJ"1rtwrlfldY:JSllWIIMl5"lw.'.!LJ J.JD J/J J.9 (J:JHn*JJ/1 SI' !iord 1111' SJ,,VIS /IT 11V Q.JHSflt#'l(XX)r .B 11'1'16 ~ "fl "SNl'ld:JNKlYH!J 1LJ10Hd,NJIJMJNftlOHSS1'.i(]'td9QJJl&lJIJIJSIJd)IS'llWJNJHllllflllJ/1.J:JS-1¥0 (Ot) NY NIHJJ« (J](}]&»lll,.H /1'¥0IN GZINYJd 'OllrWit'Jf '{11Jl'9/NJI JIJ 1"/l'HS UdFIS 771' il 11.JJN()N)J.JO~ .-18.JOmiO/ictfYJJIS r1r.J:J aJSOcDO/JNl'fUIOIUHJ1 T'frHS SJ//BJO;a,.IJOIL).!iJ00/1 'SNGISTW M:.l/JltNJjJ.J>i10IDONrJY:JHl'MJml871Yl61JJS'#I.I "Ml/JJJSSSD¥) /JNl'.J:Jl'.JHflSlf¥).i11¥11'D?tDIJd(1JJOrli!)HSNJY(1J~J(lTll'/6SJ4JIS1T'l"9l "IK)JJJd:.MJ:JI'Ol/dlHJJ.8(]JJJJ;MJ J;...:;~~~~~~J!'o~==rru~}~~~~ ~ ,,,. JND/lld JC,..... r _)II'}/ 11YHS SJCJJIJ QW SJMIS !Udllr.l 77Y '(]J/_JlflOd JON SJ/1.11,-J():JNKHJdJHJ ll!JMJY/SJH:JNl(Jjl'/LJ M'l/0(1J0JO'YIL)1IJ 17YHSSl'.lW TT'/ 1-t Nl''/d .JHi It) /)JJON" Tft:Ju:u:5 SSINI (H!Oltlli Jll(lJ Jill'SD/ll 0/lf 07.JrJ0.1801 l'.l!fl'JHINHJIIIJ.M'J(J.J10IOIJJ817Y>ISHS/l,//IJ U )l)ij'flillJ:MNll)R..lJln.:Ji' 81R!JNJW R ol }i)JJYlJJ)lb J/1 is dJllW JI /Mis SJl.lfJi iMI 11.& lb In' IZ /"'"'°" J!afJWdJO !)Nllf1jH/!)NJ J/1 11' lli"WAI' ff ~rm:;w J.JO JJ JS/Ir} ~lot1l1N IKJ S(JIO)IHM II) (JJJ:JtlN)j J8 Tl'l'HS SN(J(Jl'I/Hl:JNOrll'J Jl'J :1#1.0/#d.lhJON ONr Al'rlH.Jn/lHJJ.rlN'.llr~i'OH:Jl'.JlLN'l!ifNl'1'l'OOiNil«iJ800ill.Jd.JHIQJ(UJffl JI} T1'mS JNHltKlfll !JNOl'/J!J all~I' /Ol/0 aNY air J/OIJtKl()J NOtJ:JnlUSN):) 1K11/d¥/OJ :1#1.0IIHJW:J ~ .L! NOIJWIJdJ l/0 Mll/NdJO "11',!W,W 'l:WdJII tll~!JNOIVNI 'oOIIJ/1 JNIJ'l'r"O'Yl/0 lltf Hflt()(llJ::»:H:IJSK)IJl'/0,KJ T7r ll<' OSOOOJHllM3NJ.UCJJ/11W}J/jJ.l/JDHJIII' NJJJl,ltl (U',II]];J Sl'H Eli/11/11.Jd JH/ "lJM? J/ll'ls.J6 JON TIii/ Sll()/Jl'./OtLJ /I.HM9NJ "10 JIJUJOHT1111Blilll//l.Jd3HJClll'~~1/0ti:JnlUSN):) !JNW!O rJWJebllJWNHlM IUDllmlllwIJJJiiKJ8 NJi'JotmRJJNA,W:J "61 "SN{J(Jl'/Od)!)fl/!il'-S.JO~JHJJO IJNl'AOI' M 711111/fl/lld !JNitSr19 IA1J M)UYJ/7ddr .1/llllnS (N(l';lw.'.) L) .UO .1Hl f'/ONJ /JJNIYJ80!0..J8Sl'HJlll!/Jd!JNIJSl'll0'7YA l''kJ.Nn(D/'/lf{J.J/fidJIJ TTYIIS!JMJSY7/10N Pl i'/OfJl>lll'JX.J S.J-IJN3lil T"/l'IKJ.J(llltrtil/JdJBiSMNl''/dSIU "MJIUIJIKXJl'Tl'IJSll~J/f!Jl«/0 /IOSJIONJ/JJ 1/0ION.Jili IOflS .LJNOtll'Ar::11"1~ 9N/lif"IO~!Ml'IY.J.JO (JHYZrH J/JMl!ilNOIJ:JJJO!JdillJli/OII.JOJ(J'(lf]l}{JJSJDISJAfJlld/OIJOJIJ~XjN/jl'J/8 "!W./1:JHSLJIOS.JOlHl!"JNI///OHSJ:JN.J!)ra/NtllJIOJdQ/(JN'(/lUll()NJ,UO.AiJQJW\,I '11'LXJl'!JNillll'B'ISA8fi0/9NO/JJJSn:vlDWlrul'IIDJIDJTTYHStll/:JrlfJMXJJHiL"I "!iMJl./,'YJ!}J/J lM" 541n ~®'IM'JS H17YiJIONr.J.ilKS"7fJ/.llllJONl'.1Jl'JS7Y.1()1171'aJ!JMf/D.NX!IKJJJ1/ISK.ldSJII .-IUlJSJIJ 171"60'-N ~!JN!fYIDM !Ll!U1Ai.1/IIS 171'Nfllllll'lf/NtJXIIJJSJm '!ai.30 7!1'16 /Lll:}l'lfJM}.J gJ/(l(jl' lild)UIJO JIil l«O/;lfJ J/Njf1d,/( .IG'°lM' O#II() JI/J '91 IIJ11'1S,l.l'O.WIOII moo btJ.J(JJYWCSJIJ 1• 11dOO-liJJJ.hJOmSJ~JII LM1tJ1101il'l()311 ~SSTN?J.l'O;e,,ll!JX,-JI/Jtllllf.Jll7JIISAOU.ll/SNI aJdJJJ 5/>lJll.:tl&ll Ai JJiill}Aki>O JlJ HdW:Z d1 Jbi&idliibJN.IIJW#JffiJJJi ldi;)Jibl a.w H'Rl&)ltl .Nll3..ib.l91lJa:DJ!Jl)A)R R WR»O>O !;li;f/if5 u J:MI',., ,a .:wu.11 iitl11l'X!d5JiWlll:t >JD JMa mo 5JfibJN il)iJ.JJJN ,1r .i ""*1..JJlllHIJV !l)l:J3dSMl.:JI'O&J/J AB~OIJdJB-,-. JlfliJd!Jl«JrlLJR '!JMl'IO.JKJSOi HOf/Jd IB'l:WAl'JIJJSf"llf S:Jlvllll'I/OaJ10/lddr!JMJJJtlt()U:Jfl/JJSJD.J.1b"d JHJIIOJ.-iONr .1Jl'/Jl'.1Jl'l«RKJO:JOit,t"iJJ¼NIJJ"°'*1JHJJ.8(1JJ:Jl'Jll();)JIJNJ/11•1Kl1:Jl'IIJNIXJ M IJOIJJfllUSMJJ !JMJ/11'1S OJ /JOlll,I ~111 ~ (E)Jofu 151'71 !Y 1tJK-if'i {O!lf)Jl'JHfllaJ:}JdSNJll!»ITl'r:JJ.8""1JJlfM)tJ.:J/I/I.JS"NCX)Jildl'i!imJIITWHS ILll:Jl'/ifMX)JHJ "xlKiil"""JlJff!IJJ,ljYJIJilll)Wa/Y!JM/~ 1.w;)W 1iJOj/)JJJsJlb}ljJJllsMJcciiSJt0'illUilld];J llYAtULt#Wll'.M l:+R$ aW JIYjjj .lJWJIJJOdJ).IJJ&JJ/EiH//tlOIJJJJINM'!JROJJliAd'J:)iHl5Atbllidl'"tl ILll:J..JdSH j:}.I'O<ikJ ..Jlci tu. IJ.JLJ.ll'BIS JII 11111 SJNOd.JIJ lt()/J:JYdlV.:J (lUJA7/l'O "NOU.1'911S.J1Nl!i11:lSJ./NNl1'1JlldJH/(1J(l]K)l'J11'.SIIO{Jl'JIJOJ£ XID'AHJ/N~ JHJ OHi' SNOilr:JIJCJ£ /JWONYJS Ol'IE1/IY:J .J() J.JD 3HJ HJIM .J3Nl'ONO::,:JY M 03J.:JIJHJSMJ:JJIJTl'r/6S1'.lWT"lJ.JW/JfU/LJ 1VTW s:J,Nl'JIJ31fS!VS"(lll7do"o'.J:JOW RNl~~J.17rdJNIIJdl'IIMJl7r:)cKJJJl'JSJI/J.LJH.BM:JN.11YNOISS.bViid l'.JONOli:llHJOJHJ}I.J(NIJl,()(JJIJ1"'/'rHS!JNKWIJ!)Qil'X)IJJN():}/"7f1/111i.Jd:'JN/U"lf/ll r~.J:»NnSSIM 01 /iOliJd03llflj.JIISfi/l.Od.JHSJtlS JHJ NIOJllJll()SM".IIJ~J/1 tu.J:JNJtlHJl':JNIOIM))/I. MJU~3:JNrlll'KJ:JtlW"ilKJd.Jb"MJti:Jl'<ffJ:JS-::;n OW.J:JN)(JJ1df():}:#fl .JOS,l.l'O~ 00 NIil• //01.:J.Jd!N~.UOJil (1J (1JJJWJnS .Jfl 71111 J/JC/d3H S:k!S" .El DM'IO.Jlf SIVS tu'ldd"Y .LJ an, 3HJ M SSJN6f"S :JNl()(JA~ YN!iru'WJ .JO ,lJl'JS 3HJ .JO/tJJOll ~ l'A8 {11.JJlll8flS .J8 T7'IHS !J'IIJWN(JIJJl'dKXJ (J)QmSJ.J¼,l0QIJ./LJJYIDlll'7(8) UM!i)iMfll"IS(r) 'JJ(JJSJ}Jdlll')J/KJcOIISll:lSI' '"SJNJIEl'J.UO.O•.lWS.JONJIIJ.:JliM ll 101:JIJHJSN):)!JNIM'l(JSJC TTYJl'.1Jl!i J:J.Tr:J/JdJl/1(1JQJIWJMl'1/.JlJTMIS!ift:J*U1)::Jli.J!Nt.JIU/UJJOONl'..JMJbtJ.JSSJ:J:JI' II .I./O>IJJ.8JI/I.Ol/lHl.J:JJJNl'JdJ:JJr "!YM.J(lJ/0/Jd!IJDl-clJ-IIINJllJ J/JJ.8SMJ/I.KJN():}J'JaJ-!il'J:JJ1lllfOJlt&tJll.lll"Tl'l(S!JN/IYl/(J~).J, 'Of JHJ.-180NJIS!JMJIJ/CJdflJ.JOJI/J.JO.UliHJlldJI/J71DJJIJTl'r/6S!JMll'lif17YltDJl'J "6 11JHSilll1J/ilM' Sl«l1ll/J LJJTRS 1JrlHdlliddl'M fC! '..a:):&!C!i!il',111~.0M([JJON ¥1:#11:JNJ J.JO Jll.JO 1'(,1.,.,.,.,.,..N.11.JliJMJ/JJIOHJMSNl'lfJSJlll(lJ.AWlf.JB i.SKJISllJIION F OTIS"S!NlllJ!iYHJfflld:!JN/Ol'N'lf"lt"AYair (YWJ8()NIJ8Sl'H/l/06SIII/I.Jd$.JiJNIIO).JliMJildlHJ lJM?a.JIJll(J.J/Od]l1GJ 9lltJl'IJ!) iK) J/lfOII.-INr.ll/lDiJfWJONSJOOliEl«JNJJ.JOJ//J.8SNl'ldJS3HJJ()T'IAOi!itldl' I :S"JONLJl'Ji~IBHIO OW.UOJll f'/ONJ<UIYJ80NLlfiJof'11".!iJINI.Jd T,r lJNl1ai:::wWIWJ8 77'1>6 ,lQDIION '9 JIOl'lllhdXJ 9NQ¥/8 R 11),!Jf siw0t1 .1Jr1tra ll#r)JII ..ir• .JO 1/0ll :n/fld .JO .»SJIIO STIYII ~J.18 '»xi JNltTn1 II/HO.IN? Jll .IJ S(q)1(}[ MJIJ:JL )8 0.1JdlUXJ SSJNI ~ Df) !JNl114' 1lil .3/tlt JB aH/fNJsJ !iYH.mJ8JbA sSl'OO,tU.IW.l/1':1.DJ:S PIM'!Q1JJIJIIO.-Y • .k),Wf-8 PJ!t4,1 ~ ,J,J/1JW/1 J() ~ ID'fi btJ.J OOwtJ"000'1/.JO.l/flJm'KIIJ/IIMJ/JMJ.:JIIOd5,111Jffll3dJHiNOQWISJ#7fMJIJKXJI' NYS1'111'8Slw.'.l.AlAJCJHJ:JNIWN03lJJIJJSMJNJ/USHXNJaB1SM7'1NOtJXXJl'sY 71Jf1Sl'J:JN'1¥1SNLJ1Jr:JUJ/I.J:Jl'~/1SSfJI/I/IJdaJMJl/ld J.1',1.JOJH!J/11:JnlTJd JHJN.llltllJ.NY/AlJaJ/l/llaJ/l.}(Jni,~,11/J]IIJIIONJJNJdJ.jl',I-.J:J-JH!JIIII' ~ "'"'"'"'"" HIJM:JN.1).J03HJ OJ Q11Jftn-J.1/dlG!l<iJIJ TWll!iSN(}l;JlJIINl'kl 71Y "/Ol/Xlll/SNXJ !JNllifKI 03ralO:JSlJ SKJf:iS1ltO (1M' !i/Dlilil .J:J f,()(J:JJIJIAXJ R lK1.J J.J/1111SNJdSJ/i f'IONJ.l00r-.JO-IB.JIOG/IO!JMJU\JOJHJ.J1¥1.J/1.IONSJXJSNl''/d.LJ1YA~J.JOI (/J/1..J',OJSl] !if ~-ltQN NM SNY'/d ;KJI/J JSl',J/l nYIIS ZJ/l.'f'IO .J19!iN"Jd!iJII M lfllt1t)NJ .RJ 1:J:ro.tldSIIJ QJ/N/liJdJ.l'JPJ.3HJSY/tOJ/Of(JlJSf1SJNJlffO()(J "frltO/(J(J'( UlJO !I) S(R/'((JN'(JS J.JO it"Aa!Wr 1'1/QJ.KHXJ LJ IJOIJfl'lJSJII '.nt:l 7fr£JN/Jf UYIJS'1lll':Jll/J .JONOU.,A!J.M'.11/llfl /LJNlSSIIJON!i.DONY'/dS/HJ .J:J ~ t "SNY'/d.JOJJ5SH!C!NI/IOHS!Jl«ll'll!)!JltlOIIY9Jli fJr1/Sll't':J.J:JJ.JOJ/IJ.8<llWtlddf'A~5Nl'kl,O/J01T'l5JllSJ/.M15/lfY'/dSHJ "/ S.11.0N !JNW89 lltz-f'fl(IJ9L) ~-m(IJ9/.J 60ff-!JOB(IJ9L) mt-ID (O!H) [l/0-af--(}(}i-/ ~;s:;::_; ·:iu1 ·s1uo11nsuo::, Aoa,o <;LOl@ ""lJlllMXJ n,,a 7Y.JU.li11 MJ r;JMJZl/0{ IKJ.J OlSII JJ OJ lON JW ON¥ A7MJ J:JI081.Jlli MJ.13W sm nm J1N:»J1JJ11 ITJJlN ilrVllJfWJSMJ:J 01 MJRJd (Jl11J .1Hi M S.JU.171lfl 9Ni1SIXJ .AJ M){J YJ07 1J-;X:J :JHJ. A..:INIJ! 01 MJ1Jn11MJJ ~ (tJ.111'.II ?il:/::,:;1:;;: SJ~=:;:!; ig ""'"""""""" OWl'MJ,:;. ,,,a; lllil'r.J::lHN:JSCNV/1.:'JHJON() .JAl11'J/G!iRidllfANl'<IIO:Jl'l(J/IJl/l)M3J'!1l(J!l)():} 171'16 llW !i~rr:Jl'.J M.E1 lh3'i IOIJ:JlliJJSlf(!.) ONIJIIYiS QJ I/Olilti 5:-1 ,v !W'.l0Qr 7¥1:1 00 JSl'II JI' /.llous JlS} S-*N<lltl.J J.il'k/./1 (JJJ:;J.lN ).j/J()N nrHS /l.(}J:Jl'JJl./0:J .RJ -a JIM)ll(J:J!iOtDildJIIH.IIIJJ/1.KK)N.Jlll'SM)l/r.:\:1) ru1Y:i!ir:fskl'1{/111J~.1gj!y~l~Jf:'['JJ"d5Jfl.r::flt:?~ llW~OIW}WOOl'.J ~SIX] TTY LJ MJIJl':)()111/J ,U,!OI TM& tll/JYIU.!C!:J R IZ (111JNI/OJ JN.Jl'IJ.lll'dJO !JHlill"N!JIIJ J/1 Jr .JWYll'AI' Sf !i.J.rtn:w.UO .I) JS/1 I') S,/.rtlmH/IO SfNj)/D/1 M:.l (lJJ.Jfl<!M):} JfJ TTl'HS SMJUl'!JMJ!JNKN/J!) /JO :JNJIOll'llJ/1'.l ONO'irAl'!Jl!t.lH!)fl(JM{JJ.l'!l\tW~l'OHJrJJ.J!iNn!iONl'JPYOO-tNllA131/00/ll.JdJHJ(1J (IlJll/7 .J8 T1YIIS l!GAIIYJJ !JNKJl',O IZiJl'OOSSI' IBH/0 ANI' lM' JNJfdlfl()J N{)IJYlilf.SN:)J )NJl'/dfl'X).J:JMlOlfHJIIY.l"S!Cfl/il.JOll){JrOd"J/IOHll/lYd:l:Jit"Al!iM' 'l:Wtllll of'l!J:i\nWJl!JM(Yl1:JNI '(ljJliJUJIOYA"(Jl'I/O,lJJ!i3HJIDQ11::JlldNO.:JSMJ/il'i04J T1r LI "QS(l(J(lJIIEl«JNJ.-IJOll/Jll).!Jf.UflK)HffW NlJJINM ID\£JJJII Sl'H IllilfJLld J/1 llN/111/YJSJll JON i., !iM:JIJl'lf3dO "il1Jl!JN3 .UO ~ -UJON 17"' 1Jlllllll3d JHI ()Ny ~Uil'l<Dlrl MD nll SNJUYHJd) "t,()IJYlllf.Slt()J tJNlfllOJKJZ~..iNl'IIHJMtll/1..1',0:JSXJJ/I.YSZINDS.Jll~nJYlawJ.Nl'.I ~I S>ONJ/il 711'NOJlll/NdllldJIJJ!nf~SHJ l«J/I.JIJ NOU~JSN.MdJiJ!JNl/¥r.J !l)SR:Jla/JJiK)/OO/JJIOflS..LJJl)IJl'Ar;l(IJ/1Jllllll(J(JN1(},//!)~r":J.JOOWl'YH ~ ~MJ/W/t!«:f:::~~~~"2r~ ~J': -r,,130 I' !JIIJ.JWTIS .-18 m!9 NOU.XJS JIXXJ /l.(}(/f101 lf!l).Jll)J 1"7f/6 /LJJJl'IJJ.!C:J J/1 ~I "SM)IJl'Yf)~(J}NS.1'1"SOWOINJS H.1WJ/f.N1'"1.J.JY"S1YHJ.JlJ(l(l'JJYJS"ltX1'/71'(1J~/£UJ'BSN:JdSJ// -,£Jl'f~~r~~~~~~1;;.~~~~ n J.JO JIii QJ (llJ1nwJ'fli~JIJJ(),.;:;//f;f/°bOd.Jb"~l'J:,~N == {TlJ[J.clJJ,QJ.J"ldK)J.J()~l'OfJNIJIIK'JIIOO NIHJM/IOJ:JJdSll!JNllE«IN.J fU.(}JJJJll9'Yi.J8TlllillOtllilSJOSJH/ "S:J#MC.JlfS:k!S"ltT/ddl'.JOtTW ~11::t/ITtfJ:f11;"1~l%fri!/fJ:J: ~~~ J.Wlllt"lS ').LJaJSliJdll:):}JJLJdJ/I.S1tt'i"l''SJN31fJ!il'J.UC!tWIIM.ldYSJIOIOlJJJtOll/1/ IIJIJJ/l/JJSNXJ!JNl/lfV~ TTYJr~IS JJJ'Olid .1Hl OJ ONl'Jllr1' JI 77YHS ITTJlfJof J.:JNJ!JlOlf.J HRJO (Ml' BJ !l}.J S:S.WI' 1)/ AJC J/1 AB JI/DI :lfJ .Al LMIYJdXOI' 1YNU QJ ,!/()1/J,/ JIHOJI-.J:J-IB.JNl!JIO .JllJ.8SKJtiOD:JiJY8--Sl'l:JJWll0/(1]$Jt.JIIJ8T1'mS~r!l}~J/1 6 ,,,,.,,,,,a :lfJA8~!JMJIJKJd'/J.iDJIIJ.J:JJ.iilKJIJdJIIJ.JlfO:)J8TW/ISS-'!JAar;J(}1'1'NOdJ;; 1.1116 Il/11 a.,, SJll''/d3HJ .JOJ.lRS .IlllllldOiJddl'.JHJ ID '.mli!C!6/JU/1Jil .OM (JJJON "/jEl«)/0 ).JIJJIIJ..LJ1YAO&<l1l'NJJJ1,1t1J{JJ/l(}/{J•SNY1dLJfJ(JJJOl'lf.J81.SMJtilUII.ON "i JNJIWll!)l'JN.Jfl.J10/irlfl.Jli.J0.1J'11Ntl'fi03HJ(1J/IO//ld{lJJ:JnliiSN():} JONJ/I.YSJ/OIUIO/J:#OJ!iO<D!Jd]HJ.A(})/Jl'/().JIIJIJA'ffrSNYklJSJHI.P/JOtSj43/i 9 ~.IJ~II.Jl{JO 0NrJ.JO.JHJIIONJtall'ilKJN.1..J8.J11'NSJ/NiJd17Y'kl.Nll(JJ:)N]llfll/()J8TIYHS.IIIJOMON ~ ,ri"J;SUiM"C,;'JWJJ.'.i"AM."Ti;.:&:~ J.Jflfll'n .J() ~ H:Jl'J liOJ 00"(J(J()'(}(J(J'/I .J:J ll'«ll'IY l'lffNlr ]HJ NI J.:JflOdSJJJllflf.JdJNJMJ(]JN"JSNMtt;)(J/(}(J'(/ofYSl'Ot21S"lw.1.JO.UO.JU!JN/IWN(JJlj lBJSlll'IJ:JN'ltllSNI.JO~l':JlAJl«Jl'7::lNYll';SJJIIHJdQJNOl/ldAioM.LJJ/{!)///:JIW/ld :lfiNl-lllll:IIJ.1#/KJ.JaJ/ill/().Jb"J81JlflfllflrJNJJJOJH111('Jt!./JIIJ/Jd;YM-.Aril&!II' "t 7YAO&WYll:li /I.I.JNl!JN.1).J03HJGJ(J.IJ_jlflYISAlldl'()Nd1IJT7YHSSIOISIUil~7TYICU:x»:IJSNOJ !JMlll/(J~OJS.(l~(Nl'S¥J<illl.J:JM)tJJJH/l)JJ/1HO.J).Jf1BISI/OdSJ;/ IW)J/jJ«",M-.JO-Jt.1:N!J/Ol:IJ/OdOl.11JOJH1.JU"1.Jll10NH'XJSNY'/dL)7YAo.!tddV.-IJO I -= SIJ:JN'l'1Wl.HXJ-ll)NJIIISNndJSH .D!J,," T1'f/lS.J!»/YJO.IBISM)£Jilll,BNJIO JlllJ:}.rol/dS/IIJ(lJ/lll'[/I.JdJ.1'1'J.J.IJSl'lt()JIDl(1JJSf1SJIOWO(J(JlW,QjlJOY IOU.O /LJ SO/h/1/YJS ,J,JO "1rAO.lloldY T'/11)//,N):}.JO lrOillllJS:1/i '.l:W -,.,~ ur8'il'W:JH.JON!JtJIIJdANl'.Jlll'ANONJSS.n1o,;SJXJW1,1SIIIJ.J07w.~ Z W''/d .AJ JJS S/IIJ /,/() ~ !)N(!r,0 ()NI' SJIQUtO.W, ~JI/ 11Yll',llll'":}.JO,UO]H1A9/t}l~J.'1S~l!iidSNYl:,tOiJ0771'SJJ:JSltlll";Nl'7dSHJ I S.11.0N 1V83N3!J 2 TNACUI TIIR£ SHAU 8£ ,UIC NO. 8 SlNANOED COPPfR #Iii'£ IHH HCH IIOl.!CU:AR 11/DGHT ~11::1f/1/~f.®,fl:~n:fkaF'§:ff/twtl,Y~s°!/Jf,~rrf:~ffc. IIIR(S /#TH CIJT CR IWIA6£1) NSIJLATl(B ~ NOT ACCEPfAaE MO R(J'f.ACEll[NT (F fH£ £NW l#Nr IIHl(J( HAS lJffN IMJIA(RJ Iii. 8£ RCl»Rf/J Al THE CrhlNACTr¥(S EXPfNSE f&lJflli.Jf et:WTRACTOR TO ',CR/FY 1H£ EXACT lOCA TlON tr EXISTING IJlll.lflfS IN TH£ f!El.O PRlfR TO et:WSTRVCll()'I_I .lifllLJI ElECll«NC DATA fJllS AR£ FOR R£rER[NC£ CW/. r ANO ARE HOT TO 8£ USED F(¥? H(lf/ZCNTAL OR l,,£RTJCAl Sll/?',f:r C(WTR(X_ ©2015 O'Day Consultants, Inc. fllEH'/DIIANT. STREUt»fl SllRIIOHAli DJST.!i£11£R O!Sf~llli' DIST. £mW(TIHS D1S[Q4SI.MS DJS[CA/JlEl"YlN"S DISl fO".t l6"FIJfl. t.MS DIST. O't£fff.AOIHS DJST.MaJlll.l.H:S DJSTSTR££TUQfT ~f ~Callf...,lol;IOIO , .. ,..,_u,-MllO oo.,c..,.;t ........... ' ' , ,_, l-15 16-24 ~~ 0-H " 46-47 ,._,. !: .. Ii.{_:-=::----:---, ____ _ I I I ~~--------,;; ~ .. -;:-..... ', nTIESIEET-',ICJN/TfllAP,IIO/CS,l[ta(I) /illERN.NOTB,Qli'AlN.IIOICS,UllJTYNOIES Kn'IIAP, SIEUNXX S7fifITS£CllafS, IJETAI.S iD.CAMM7A'fi4/.rAtlJINCNDIJE1la:JlKJN D.Cl.loMl.lI"A/.Sn»la?AN D. Cl,l,MI HEAi. ST1ifEf IIIPR()tetl£NfS, S£IIER ,t REC. WA mi D.Cl,i,MIM".4/.llmA/tll'fiO'tOENTS fUJC"SIRWilWIPIJETM.S Gl'.IARDl'M.0£TAI.. S'fRIJCTI.RA/.0£TAA.FCIIH£,WIMJ.J..ta£ANa.lf mm,c,w,s /.ANIJSCNWC.tR!ilt.-ll/CW RUAltNG ~~ PUK;fff(Ylf AM"J 0£TAlS (Bl.OCX WAJ.1S) - "AS-BUILT" OESClilPTICfl. 2.5" l¥SC SfAIIU) "Q.llHa,; LS. 6215" LOCAi~ NN<RHASTC<Rtat:FCA/rWON/iO. BlitXE 01£/i'AQJA~~ 120f'£ETSaJTHICSTfTD.CAJINOll£Al RtC~ l1IOl,I IU1$. NO. 11711 (PT. NO. 105) I l--+tzc~---_-_-_-_-_:-_-_-_-_-_-_-_-_-_-_-_-_-_+-r.-ccc-.7--tcc_"'_cr-r.-cc-,.--t+-=-cc--;--t :';;;';";a='='==;';==~'c;;;=c;'='=;';;;;,,;=,M~,c;c,c;c;,o;; 477-6 Q?S1JNC fA!a/ENTS [j10RAJNAGECHANl'/flTOC{Jl)NTYCf"SAN(Jl[GO RfC. /,/AR !2. 1910. OOC ,ui;a7. OR. [m PIJ(JI.JC Ulll./T/£S .t iNO{)[NTAJ.S TO S.OC.M P£CNOV.?0.1970.DOCJIJJ6J.OP [Ifij '£1111R marrrY-CARt.5/JAO , Rff vcr 27. 1971. /JrJC 2«f01' 01, ~oP!NsPAa romrr:i,ORf.SlJAl! R£C. JAN 16, .'IXla DOl 200l' IX/JIU~ OR .~ CON!F?ACTOR TO 1-f:HIFY THE EXACT LOCAT1(1{ Of EX!SllNG UlllfT/£S IN fHE F!lW PR/CY? TO CCWSTl?i/Cr,a{f ElEC!RaffC DATA fll.£S AR£ FCR REF£ROIC£ (1,1/_ Y ANO A/?E NOT 10 8E USED Fa? HOOZCWTAL CJ? '8?T1CAL SI/RITT' CafTRQ #9 UISTR/11' 66(J'C0HlffRSRiHTOISTANC£ #IJ #1 D[SIGNEOIJ'l'_~OATr·...lifl,_~ DAAll'N!l'f .J&M_,_ sc.,u-~ PROJECTMQR.~JOBN0.:--1Q::!_JQI_ #6 "AS-BUILT" G[QRGf ()O,i;\' P.(. 3201~ EXP __ ,_ D"TE l ).1 BENCHMARK ~l50llPPON ,2.5· USC STAJl'f]) ·ase-,as. LS. 6215" INNORTH£ASTcawEROFCNINONRO.BRJ/JGE O',UAWAl£lJKNJACl1(£1(. TtrJfEITS()(J!Htl£STIYElCA.WfO~Al. ROS.NO.IT271(Pr.NO.l05} \ \ / HOie I_ FCR f(J(J "ffAl?IMJNOAl1(1-IUIITS, SE£ SH££T 7 2 9' L(N; (XN£{) ROa" NCW-AIJo,f'RllSINC BVS SHEllfR PO? TaAR IIANVFACllJR#iG JIOOll !JNAJ.lJ-f'M Cl? EQllAl S£E DEWl ON S/£FT5 CRAOINC Pf..AN -SEE SH£FT No. l STrRAI IJNAJN PUN -SEE SHITT Ne. 16 IIElJIAN Pl.AN -SE£ SHEFT No. J4 _J C ---~-~----~-~-. --~-----~-----r=-=~===----'55 £X/SllNC FA 'ifJENTS [I]PUfJI.ICUT/ill/£5.t/f/Cfll{NTAlSfOSI!CN RlC .AIM.!, 195],B/r 4814.A: UJ, OR [l}JOIW/fAG£ffiANN(lf0r'O<IN!r{l"IM'DlfCO RfC l,IAP 12. 1910. DOC H681 QR [ll) D:.WSili'VAT!av ro CN/ !J RIC. DEC,'/. 2'J07 OOC i'OOl-0786/6.~ OR ~1,1£110PANDW(rl,WiAG{/,1£f/TA/I/JfUN!}fl/6' Ar.Rf[IKNTPECNC.21,.'0(Jl,DOC l(X)l-0186169.0R @j()f'[IISPACf f(I C!Tr0f'C.,R/.58AO R[C. JAN 16, 10()8, DOC ,"008 rXJ?IN9 OR ~ f'llBUCUTIJ./lllS.tlNCIDlN/,1/':, ro~O(,_&:f. RfCAPRll.22.1953.81. 48Jv,PGll9,0R OUAIL -ROLL£0 CURB J:&IJflJi.J/ CON!lrACTCV? TO 'rfRIFY 11-f[ [XACT l~ new CF [)JSllNG UlllJTl[S IN THE IJ[lf) PR/Cf? TO ClWSmt/CllON! ~ El.ECll?ONIC DATA Fll£S AR£ FOR R£F[R[NC£ ONLY AHO Ali'£ NOT TO 8£ USED FOR HCli'IZONTAL OR ',f"RTJCAl SURITT' ca,tlROL 0/~~ _ C O N S lJ L T A N T S c.,,,_,,,c .. ·,o,n.,,20,0 OOo,Con..,.,..,,.,.,,n c, .. ,..,~ ...... .,.,,..,.,. .... _., """"""' DES~ED 8Y .• ~J_ft._H._ 0.0.TE:~ OAAWN8Y·----1U!i,!L SC,,IU:_~ PROJECTl,tr;fl~JOBNO.--12=.LlQI. "AS-BUILT" GEORCEODAY ___ _ P.E.32014 EXP ____ _ PLAN -£L CAMINO REAL SCNL 1• • #J' BENCHMARK 2s·asc STAJIPH} ·a.sa--105, LS. 6215" LOCAT,CN IHNCRT1CASTURMRCFCANNCWRO./JRJOCE OIO AGVA H[l)l(N)A ~ l20ff£fS(i}llflCSTCY"RCAJIINOl/£AJ. 11as NO. 1?211{Pr.Na ire) \ \ \ ' 20 SCALE 1" ~ ,o· San Diego Gas & Electric Company NOTE: f. FON/(}() ~ARMJNOATl(BUJIITS SEE SHEETS i.Rme•~l.ly ~\ate'5-/-/S c~ GRADING PLAN -SE£ 9HT No. 8 STalll OHAJN Pt.AN -SEE SHEET No. 11 J,1£J}fAN PUN -SEr SHEfT No. J5 I.and llenogement Rep,..,..,nll.olLve IO!ld!or!e°"'nl.luokom.dauorlllpWlrt ~ P/;£1/1,: Wf,'T/0 .t WCl(}/_N/41_) It) \/!(,.tf. R[C Af'RII. J.~ :J5J, 8/f ~8JO, A' .119 OR J:B/JlfJIL1/ CON"TRACTCR TO lf"R!FY THE EXACT LOCA llOV OF [XISTING UllUTIES IN THE flllO PRIOR TO COVS!T?UCT!ON! Jlf}JLJ/ ELEC"TRCWIC OATA RLES AR[ FOH R[FER£NCE OVLY ANO ARE NOT ro 8£ USED FOR HCWIZCWTAl C¥r ITTrllCAL SURl-f'"Y CCNTT?a.. PLAN -£L CAMINO R£AL ~ .. ,·~,I()' INNCWTHEASTCCRNENCTCI.NIKWHD.BRJOG£ 0',fJIACVAH£IJ«MOA CRfEK, l1()FEU5ro7Hlll£STCT£l. CAJANORCAl RrCORD FROM R.QS. NO 17271 (PT NQ 105) '-S.410 11.S.l D~ru~ /o/fi.0 1919 SC~l( 1· ~ .tel San Diego Gas & Electric Company Re11n•edll.~_:___Ua\e5,..f../5 ~ La!ld llaMK•tnenl ~~p~senlotov• , .... ,.,. '" moolln I""" .i.t, _:. ~·~·~----~' -166 -165 NOTE: 1 RDI01£.tREPf.A{I J6lFfFEXfSllNG6• CIJR8 .t GI.JTTER FCR INl£T lliAN9T!lW PER arr fF CARl.S8JI) SW 0S-1. RDIOI£ .t R£PL,l,C£ $lJOfALK AS NE£1J£D JO NCAREST nw, PER c-rr. EDGE fT S/OO'A/J( OATA '{lQ_ DELT~BEARING RA!JiUS Lf:NGT1j I -t,-~zi;is".zf.• 505.(X}--/00()() 2 1,._oj•s.,V9· lw.oo' ti62' .1 1,a10•i9-ir· 20000·· J6.u· l,sl7•Jr14• 60"7io' -.ii:i1' -.- 2 g' lCWG OCMEO ROOF ~-AIJ~TTSINC !JIJS :=~; t:;c:,::_:.,cc-'.c;,~,r=:t=e,::_:,.w~·:t::;-,;;.w~· t========j 9f£l.TER PER Rl.AR AIAMJFACnJRfNG IKtJll. t=•tt==:::::::::::::::t=::::::t=:::;t======---l !INAllJ-PM CR £Cl/Al S£E lJUAl CW SH[£T 5:=,~: t:".'~" ''.':-:"':'.'.,,.':::t::''"''·'°«:'t::"""';:t========j El£ClRC#!C OA TA Rl.£5 Ali'£ FOR RFJTR[NC£ CM Y ANO AR£ NOT TO 8£ USED FOR HOR/ZC#TAl OR 1-fRllCAl SURI£¥ CON!l?CX.. ~ EXCAVATING IN lH£ tfaHITY(TH/al PN£SSURf G-!S .t fl/El !JIES. ca-lTRACTC"B lOCOCRJ)INAlEl#!H,KJR()ANIEINJ?fl?CW KlllRIIC¥?GANAT{J10)628-7J50AT lEAST TIKJ/fffXSPPICR TOaJIM£1fCEM[Nf fF~N£ARfllElllHES 0/~~ ::~,~~H ==~ :-;...£---PROJECT MGR. ___.l,,9,_____ J08 NO· 10-1307_ GEORGE 00,l,.'I' CONSULT AN LIL f------------lPE. 32014 "AS-BUILT" 25"otSCSTAll'(])"a.SIJ-1{)5,I.S:6215" LOCAT,ON INNa?lH£ASTa»ERCFCWKWRO. BfNX£ 01£/i'AGUAIEJJHHJACRffX, !20FC£TsaJ!H11£'ST(Y0. CAl6NOli£AI. R.as NO. ll271(PT.NO. 10,J REv1SWN DESCRIPTION OATt INTlAl OT\IE!IWPRCIVAl EX/SllNC EASEJJENTS [j]ORAINACfCHANN£1..TOCOON!Y()l'S.4N/)1£C() RfC. UAR. 12. 1970, OOC. #Ml, OR. ~11£MIYWYl)(.MlfTIIANAG£il£Jlf,4N[)f1JN()INC AGREfll.NfflfCOfC21,2001.IXX l(/()7-0786169.GR .J:&IJl(}fLJJ ~TT?ACTC¥? TO .rRIFY TH[ lXACT lOCAT!ON Cf' EXISllNG Ulll/TfES IN THE f7EUJ PHION TO CONSTRIJCTlCW! 1t{J]LJ/ flECmtNC DATA Fil.ES AR£ fa? RUER£NCE CWLY ANO AR[ NOT TO 8£ 1/SED Fa/ HOOZCNTAl al VE1U!CAJ. SlJR',H r»iTT?a. ©2015 O'Doy Consultants, Inc. '1J 472 471 ~ ~i:i: ~~~ ~ ~I' ;~~i~ Pll!£S1TIIMEASCI/Ofrl'CR ~,._~~\, flHAt IW'rofiCT-IJ-OJ ii~~~ 469 PLAN -£L CAMINO REAL SCIJ,E.·/"sl(J' "AS-BUILT" BENCHMARK 25" ast: STAI/PflJ "a.SB-I~ LS 62W LOCATii;tj INNfRTHCASTCOl?N[R(TCWIOlfRQ.~ 01£HAQJA/El10N()ACREIX, /20filfsaJrHt/CST(TaCM,fOfi£AJ. RfCO'ID rRail R.aS. NO. 11211 (PT. NO. fO!,) 45.41011.SL DATUM M;Kl/119 468 ' 467 £DST. ~ I SCAU: 1• ~ 40' 661J'COIINCK SIGHTIJISTAJIC£ NOTES; .,. 1. fiOIO',£ .t RffUCE J6 l.F (T E»sllNrl 5• aJNB .t Cl/Tm? flR N.ET !RANSTION !'CR arr (T CAlilSBAO SID OS-I. flflilOtc ,t REPLACE 5IO£WMJ( ASNEfln} TON£A/?£ST .KJINT. f'fR(i-ff 2. A RECa?D!IAROfCF THE EX/Sf/NG 18" STORMORAJN WAS CfNXJC!U) A/rfJ HOfllNC FOtlla SfE.9EIT20FC1iAIXJITKlVAL NOTn J. Cf,Wll?ACTU? TO RfMO',£ EXJSl 48" Sll»I IRAJN AS RECUREIJ TO caiSTlilJCT l,fW 11" P.C WATE'HIIAJY REMARKS 22.'1/)' MfANIXRll«l 1,1,,MJ' ,.,,. ,.,,. ,fT.56' '·"' SOlfJI OATA JIOWC/1118 OATA a@ LINGTH REMARKS ll'YCSDRJJ NECUNE/J WA lf1I OA TA OELTA BEARING RADIUS LENGTI-i REt.lAAKS -"9.ff 12 nr ... DlfJING WAlfll OATA OELT BEARlNG RADIUS LENGTH REI.MKS !f1'0l'TJ »' CRAIJIN(; Pl.AN -SEE SJ«T No. ff SrrKN CRAIN PUN -SEE SHEET No. 20 JIEDIAN Pt.AN -SEE SHEET No. J8 J;Nf]/fJ/f_J/ ClWTRACra? TO VfRfFY TH£ EXACT lXA Tla.l OF EXISllNG Ullllll[S IN fH£ fl8JJ PRIOR TO CCWSmtJCHCW! .MM.JI El.ECTHOOC OATA fll£S AN[ Fa? REF£RfNC£ 00 r ANO AR[ NOT TO BE //SEO FOR HOOZ~TAl OR 1£RllCAl Sl/Ji'l.f"Y CCWTRa.. ©2015 O'Day Consultants, lnc. PLAN -£L CAMINO REAL SCA/£: I"-,I(]' "AS-BUILT" ---0/~~ =;ST~-G%ff·K =~~~ ~~ PROJECT lilGR.-'.ll.._ JOB N0 .• --12::.1!QL CEORG£0~V -----C O N S U LT AN T S f-----------< P.C. JXl\4 np____ o,-.rr 2110,-~_ ... , -~ ~.-120,0 = <llo)'Conol,t ... 1,_,, ~ OCSCRIPTION J.5" QfSC SlMlffD "Qse-1~ LS 8215" LOCATICtl N NQIUWAST tai'IER fT CMfNa,/ RO. a.x;c OtCRAQIAIEIJ(N)ACRfR 120Ff£TsaJTHIITT<TE1 ~RlAI.. Ii.as. NO. !1271 (Pr Na 106) ElHATictl fS.41011.SL DATUM· 1'l1HJll19 '7J I. !££0-0211WFJCA~O£TAII.. 1)'CW!YIT. i 2. A REca?D SEARCH OF WS!lN(] 24' Sf/Jliftl 0/?AIN WAS ctNXJCTED ANO NOTHING FOUND. SEE SHlU 29 Fa? AfflflaiAi NOffS REVISION DESCRIPTION ,,,,,,,,,,.,..,.,, ..... ,,&x,,•,·o., ,.,. -~·~ '"' --.,,, ... .,,. '"""'""' ,o, ... ~ "" ..... ,,,,,.,_ ,~...,,. '"'"'"" '"'""'"' CHAD/NC Pl.AN -S££ SHEET No. 12 STrBI OHAIN Pt.AN -SEC SH£ET No. 21 M£lNAN Pt.Ni -SEE SJEFT No. J9 \ .., \ ,c SCALE " = 40 J:&JJf/!t..JI CCWTl?ACTC1? TO ICmrY THE EXACT LOCATICN CT EX!SHNG UTlUT/£5 IN lH£ flElO PR/CW TO CCWSTRtJCTl(K,I! £LECTT?a'{IC DA TA fll.£S AN£ HR REFERENCE CN.. r AM} AN£ NOT ro 8£ l/SED FCR HOHfKNTAl CR VERT!CAl SV!i'ICY CONTT?a. C..-<-aCo<ilt,mlo920T0 ODo,C,,,,ou•t..-b"°"' c,~, ,,,.,_,,, "'"'"'"9 "'"""''""' s,,,, .. ~,, "AS-BUILT" GEORGEODAY P.E.J20!4 EXP. __ -1 I i. h ~•I hi J;&JJK/H1 EXCAVAflNGINTllflf<JNl!Y(FHK,H PRE~ G-15 .t-fl.Ill UN£S. CCW!NACm? TDCOC1?0INATE:#ITH.KFJJANNEIJNER FRal KTNl£R lltRGAN AT (JIO) 628-135() ATlEASTOO/tffKSPfi!(RTO COIIJl£NaJl£NT tT lltl'ill' NEAR F1J£J.. UH£S BENCHMARK 2.5"0ISCSTAll'W'aSB-fa5,LS.6215" IOCADON INN(RTIEASTca?IEJ?(F~R/J ~ OlfRAQL.41£1}1(NMCRfEK. 120 ff£T SWTHIEST CT El. ~W!I? H!AI. N.O.S NO. 17271 (Pl NO. 105) '5.'1011.5.l JATUlil l,til()/929 -55 · £I)(;c OF Slll£WA11( DATA fl.9 OEL~BJ!RING ~IUS L.£NGTH I 4•t.r57'09" 515.()(J' !l6.8J' 2 4=1.r!i2'Jr ,t()(J.OG' 96.89' ~. -- 1 San Diego Gas & Electric Company , .. , ... , ~--""'~-1-/S ~ land llanogement J<ep,.,,oonl.ol,.e 'abdlor\!.,..t.bsltomlloloollDCfl'!uro REVISION DESCRIPTION .I:&IIlf}/f_JJ ~Tl?ACTOR ro lfi'i'IFY TH£ EXACT lOCAlla-1 CF £X!SllNG /JTllJllfS IN TH[fl£IJJPf?ICWTOca¥5TRI/CllON! El[CTRONIC DATA fTLES AR[ FCR HEHR£NCE WY ANO AN£ NOT TO 8£ 1/!x[} F(Y( H(Ni!ZONTAJ. C1? oERTlCAJ. SVl?l£Y CaiTT?Ol ©2015 0'0ay Consultants, Inc ro,c7t0-Ui-"'80 oo.,co,, ... , .. , .. _,, /]q_'C(Jlllll/l,4 • ~ ~ ~ t . . i! ~~ if.:l PLAN -EL CAMINO REAL st:At,£· ,· ~ 4(1' "AS-BUILT" G£CIAGE001,Y P.E.320\• EXP, __ ~17---__?'~ff-1·,~,,-"~"~o,---- ~ D'"CAl'ATNGINTHE~TYCl'HICH PR€SSUl?f GAS .t fl.I£/. UN£S. C(JYJRACTa? fOC(}(R)/NAT£f/lllfXHIN{N£lMR FT?a,IKINO£RM(RCANAT(JT0)626-7J50 ATl<ASTTIIOICEXSPR!aiTO CCMIMfNCDIENTCFflORKNEARfll£l.UNES BENCHMARK OCSCRIPTION 25"/XSC SfAIIPfD "a.58-1~ L.S. 6215' LOCATION NHtR11CASTCrMENIYCN#KNNO 8llf>(;C' 0',fRAGVA!fiJQI0,4CR([](, t;Q ffrl SOIJ!H11CST <T ll CAJINO N£Al IWS.N0./727/{Pf.N0.!05) ELEVATION ~'10il.S.L 0Al1.IM N(;;(}/919 '46 NOif: 1. 9' lClfe (J(M[[) ROOFNQN-AlJ'lfRTlSINC BJS SH£1.T£1i PER TaAlr IIANUFACTltm(; Jl<XlEl. !INAi.0-PII ~ [WAL SlI D£TAA. SlfTT5 I I REMARKS "·°' f"rt1'C"6·Cl/lffJ 12.JS' .ff.ii' 12.JJ' /U.IJ' 6"rr1'£"(;"CIJfifl~ 100. 2$./1' IV.JI' oo' 2.s.1, "·" .OI' IMJ GRA/JINC PLAN -SEE 5H££T No. 1' STrlill DRAIN Pt.AN -SE£ SHEET No. 1J IElXAH PLAN -SEE SHEIT No. 41 ,. -;,~ ~"b~SU,,n,~ OETAIL -[.H. ASS'Y AT STA. -193+10 SE£ SHEET 15 .f,!J/]/fl!j/ ~TRACra? TO 'tUilFY TH£ EXACT lOCAllCW CF EXISTlNC Ulll.!TlfS IN THE FlflJ) PRICJl TO CCWSTRIJCTKWI .1lf11LJ/ El£CTRaWC OATA FJl£S AR£ FOR REFER[NC£ cwt. Y AND AR( NOT TO IE USED Fa? HOOZCNTAI. (Xi ,£Fil/CAL SI/R-.CY cam?a. SCAl.£·1· ... 10' --Coff...-120,0 ' ... ,.,,_,,.,.NII() I roo,c..,..11<a,~~ ;96 DESIGNEDEJ'l':.Jil.LIIJ:L MT£:.....EEIL...2!I ORAWNBY:...liJ§.lL SCALE.~ S££ OfTA1l 'l ' ON SH££T ,, "AS-BUILT" Pl!OJ[Cl I.IGA.:....kL_ JOB ~.:---1.!c.lJQL -..... --, .. -,----f-------------jP.E. 32014 EXP. __ _ REVl[W(O BY: ~~WINSPECTOR BENCHMARK 2.5"0ISCSTAMPEJJ "a.59-105; LS. 621!!• INNl:WIHCASTCCR16?(T~Rf).8Rf)(;£ 0'.0iA6VAH!JXa,(/)AC/ilD(, 110F!ETSW1H#CSTCFE1. OWM?M:41. R.aS. NO 17171(PT NO. I~} EILVATION· ,,:utOII.S.L DATUM NGI0/929 ;92 ;$/ / / _,,.. . ...-·· / _f / / \ -fJYllfl/llNTH£11C/MTYOFHIGHfflESSt/RfG.45.tfUE1. tJN£S. Willi'ACTDN fOa:xYIOINATE llflH.AJHIW(NElJNEli flKM KIN{)[R ltlC1?GAN AT (JfO} 628-7150 AT lEAST 00 lfEEKS ~ ,0 ctMJlNCDENT CF lltW!I'" NEAR fl/El.. UN£S Q1STl(C Q5'1£N!'i ~l)R-WAG£(11,Wf£1_ ,rJCOtWTr/T5,tl;OE/XI !EC. MAR. IZ 1/Jlrl, OOC. #687. OR. [TI] ':~fir f ~~-~~!ff7855, QR. [ GRNNNCPI.AN-SEE 9EET"No. 15 IEilANPI.NI-SEE!HUNo.42 ~::;;:;;::;::;;::;::;:z:;::=================:t::;;;;:::;::;;::;::l::;::;;::t::;::::l ~~~~';='~~~-~""~'~"'""'' ~"' REVISION DESCRIPTION 477-6 EXHIBIT B: COST TO CONSTRUCT SUMMARY 12 BID NO NO. 3A: DESCRIPTION EXHIBIT B CITY OF CARLSBAD REIMBURSEMENT NO.03 RECYCLED WATER PIPELINE IMPROVEMENTS WITHIN EL CAMINO REAL COST TO CONSTRUCT QTY UOM 8" UNIT COST 12" UNIT COST 8" TOTAL COST I. DIRECT CONSTRUCTION COSTS: AU AMERICAN ASPHALT CANNON RO. TO KEH Y DR -COSTS FOR INCREASE FROM 8" TD 1Z" LINE (SHEETS ZS-31, DWG 477-6) 12" TOTAL COST ORIGINAL CONTRACT: 96 Mobil11at1on, establish construction water I LS $ 19,500.00 $ 19,500.00 $ 19,500.00 $ 19,500.00 97 Furnish. install and maintain Traffic Control 1.00 LS $ 26,135.41 $ 26,135.41 $ 26,135.41 $ 26,135.41 98 12" recycled water PVC CllS0 per Carlsbad std. W-2 including all 4,032 LF $ 175.00 $ 189.00 $ 705,600.00 $ 762,048.00 fittings, thrust blocks and restraints, complete 99 12" Class 350 TR-Flex r('stra1ncd Joint DI p1pe including all 103 LF $ 216.00 $ 231.00 $ 22,248.00 $ 23,793.00 fittings, thrust blocks and restraints, complete {!inc item #99 on Moote Companies Spreadsheet) 101 12" GV per Carlsbad std. W-13, W-16 7 EA $ 3,150 00 $ 4,200.00 $ 22,050.00 $ 29,400.00 103 2" Blow Off Valve Assv Per Carlsbad std W-6 7.00 EA $ 5,200 00 $ 6,300 00 $ 36,400.00 $ 44,100.00 104 2" Manual Air Release per carts bad std W-6 6 EA $ 5,200.00 $ 5,250.00 $ 31,200.00 $ 31,500.00 105 2" A V Assy per Carlsbad std. W-7 2 EA $ 5,200.00 $ 8,400.00 $ 10,400.00 $ 16,800.00 107 Connect to existing 24" CML&C per CMWD 333-2 Ge 1 EA $ 8,400.00 $ 8,400.00 $ 8,400.00 $ 8,400.00 108 AC Trench repair 26,269 SF $ 6.00 $ 6.00 $ 157,614.00 $ 157,614.0_0 110 Adjust valve cans to grade 8 EA $ 225.00 $ 225.00 $ 1,800.00 $ 1,800.00 Ill Pressure Test 1 LS $ 3,150.00 $ 3,150.00 $ 3,150.00 $ 3,150.00 112 Erosion Control/5WPPP 1 LS $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 CHANGE ORDERS: co 10 Additional Pothholing for RW line Connection point@ the 1 LS $ 12,640.61 $ 12,640.61 intersection of Cannon & El Camino Real CO. 17 lnstallat1on of 12" CML&C 120 LF $ 650.00 $ 78,000.00 co. 25 Extra work for RW lme connection on Cannon $ 187,597.36 Total Construction Costs for No. 3A: N0.3B: KELLY DR TO TAMARACK AVE.: 1Z" LINE (SHEETS31-33, DWG477-6) ORIGINAL CONTRACT: 113 Mobrl1zation, establlsh construction water 1 LS $ 3,990.00 $ 3,990.00 114 Furn1~h, install and maintain Traffic Control 1 LS $ 32,615 64 s 32,615.64 115 12" recycled water PVC CL150 per Carlsbad std. W-2 943 LF s 157 so $ 148,52250 1ncludmg all fittings, thrust blocks and restraints, complete 116 12" GV per Carlsbad std. W-13, W-16 1 EA s 4,200.00 $ 4,200.00 117 2" Blow Off Valve Assy. Per Carlsbad std. W-6 3 EA $ 6,300.00 s 18,900.00 118 2" Manual Air Release per Carlsbad std. W-6 4 EA $ 5,250.00 $ 21,000.00 119 AC Trench repair 6,912 SF $ 6.50 s 44,928.00 120 Adjust valve cans to grade 1 EA $ 225.00 $ 225.00 121 Pressure Test 1 LS $ 3,150.00 $ 3,150.00 . -'s 122 Erosion Control/SWPPP 1 'LS $ 1,500.00 1,500.00 Total Construction Costs for No. 38: NO.JC: 8" RECYCLED WATER MAIN THROUGH INTERSECTION AT TAMARACK (CITY REQUEST TO CONSTRUCT) (SHEET 33, DWG 46606/ CHANGE ORDERS: CO 06 Recycled mam through Tamarack 1 LS $ 44,639.74 $ 44,639.74 CO 15 CCOR #26 Pothole Existing Utility crossing Tamarack for 1 LS $ 1,907.26 $ 1,907.26 future RW extension per City request Total Construction Costs for No. 3C: SUBTOTAL CONSTRUCTION COSTS (3A, 3B & 3C): II. ENGINEERING FEES: O'OAY CONSULTANTS, INC. ANO GEOTECH FIRM N0.3A: CANNON RD. TO KELLY DR -COSTS FOR INCREASE FROM 8" TO lZ" LINE (SHEETS ZS-31, DWG 477-6/ Survey 24 HR $ 260.00 s 6,240.00 Surveying Calculations 8 HR $ 179.00 $ 1,432.00 Engmeermg Design 1 LS $ 32,920.00 $ 32,920.00 Solis Engmeenng Testing Fees 1 LS $ 31,670.00 $ 31,670.00 City Plan check Fees 1 LS $ 4,640.00 $ 4,640.00 CHANGE ORDERS: co 32 16-0079 Revise new RW main connection@ Cannon & 1 LS $ 6,600.00 $6,600.00 ECR Total Engineering Fees for 3A: NO. 3B: KELLY DR TO TAMARACK AVE.: 1Z" LINE (SHEETS 31-33, DWG 477-6/ Survey 4 HR $260.00 $1,040.00 Surveying Calcu1at1ons 2 HR $179.00 $358.00 Eng1neer1ng Design !LS $2,860 00 $2,860.00 Soils Eng1neer1ng Testing Fees 1 LS $7,406.00 $7,406.00 City Plan check Fees 1 LS $1,085.00 $1,085.00 Total Engineering Fees for 38: NO.JC: 8" RECYCLED WATER MAIN THROUGH INTERSECTION AT TAMARACK (CITY REQUEST TD CONSTRUCT/ (SHEET 33, DWG 46606) Survey 4 HR $260.00 $1,040.00 __ Surveying Calculations 2 HR $179.00 $358.00 Engineering Design 1 LS $6,600.00 $6,600.00 Soils Engineering Testing Fees 1 LS $785.00 $785.00 . City Plan check Fees 1 LS $115.00 $115.00. CHANGE ORDERS: co. 26 16-0021: Construction change to extend RW main through 1 LS $ 2,860.00 ' $ 2,860.00 Tamarack Total Engineering Fees for 3C: SUBTOTAL ENGINEERING FEES (3A, 3B & 3C): CONSTRUCTION AND ENGINEERING FEES TOTAL Ill. CONSTRUCTION MANAGEMENT COSTS (5% OF OTHER COSTS' MOOTE COMPANIES CONSTRUCTION MANAGEMENT: Moote Construction Management on Recycled Water Main 238 HR $ 105.00 s 25,000.00 Total Moote Construction Management Costs: GRAND TOTAL CONSTRUCTION MANAGEMENT COSTS: DATE· 2/8/2018 TOTAL ELIGIBLE NOT ELIGIBLE IMPROVEMENTS $ $ 19,500.00 $ $ 26,135.41 $ 56,448 00 $ $ 1,545.00 $ 7,350.00 $ 7,700.00 $ 300.00 $ 6,400.00 $ $ 8,400.00 $ $ 157,614.00 $ $ 1,800.00 $ $ 3,150.00 $ $ 1,500.00 $ 12,640.61 $ $ 10,000.00 $ 68,000 00 $ 29,859.39 $ 157,737.97 $ 132,243.00 $ 443,837.38 $ 3,990.00 $ $ 32,615.64 $ $ 148,522.50 $ $ 4,200.00 s $ 18,900.00 $ $ 21,000.00 $ $ 44,928.00 $ $ 225.00 s $ 3,150.00 $ $ 1,500.00 $ $ 279,031.14 $ $ 44,639.74 $ $ 1,907.26 $ $ 46,547.00 $ $ 457,821,14 $ 499.20 $ 5,740.80 s 114.56 $ 1,317.44 $ 2,633.60 $ 30,286.40 $ 2,533.60 $ 29,136.40 $ 371.20 $ 4,268.80 $528.00 $ 6,072.00 $ 6,680.16 $ 76,821.84 $1,040.00 $ $358.00 $ $2,860.00 $ $7,406.00 $ $1,085.00 $ $12~749.00 $ $1,040.00 $ $358.00 $ $6,600.00 $ $785.00 $ -$115.00 $ $ 2,860.00 $ $11,758.00 $ $ 31,187,16 $ 489,008.30 $ 25,000 00 $ $ 25,000.00 $ $ 2S,OO0.OO $ 10,642.S0 TOTAL REIMBURSABLE AMOUNT: $ 514,008.30 Page 1 of 1 EXHIBIT C: CONSTRUCTION CONTRACT 13 LANO DEVELOPMENT CONTRACT LOAD FuRM ro: David Speirs From : Jessica Evans Bel,.,,.. I• ~r .Accounting Un Only G]Group / Div Pres. Signature on race page of Conslructlon Agreement Oeid Justification Award Package with proper signature limit approvals l!]Atter loading send email confirmation back to sender with a cc lo Tracy Scott 0LDM & LDVP Signature on face page of Construction Agreement l!]oRIGINAL CONTRACT 0Loaded by _______ _ PROJECT NAME I PROJECT #: CONTRACT FOR I CONTRACT#: VENDOR / VENDOR #: ALL AMERICAN ASPHALT # 355122 Cost Code# 2581 ..... .,_,,,,;:: Phase cost Code# 2687 $97,475.59 Phase Cost Code# 2061 $533,6~-":::: Phase Cost Code# 2681 mount $93,197.08 ~ Phase Cost Code# 2414 S1,496,416.051/ Phase Cost Code# 2611 Amount Phase S11~001356,46~ Cost Code# 2621 /Amount $234,393.92 '/ Phase Cost Code# 2011/ / Amount Phase $242,746.47 / Coat Code# 2362 T ,Amount $33~,008.54 '/2 Phase Cost Code# 2411 7 $38!,490.14 /. Phase Cost Code# 2312 $31073.838.281/ Phase Cost Code# 2231 $203,585.~8 % Phase Cost Code# 2720 Amount $474191§.64½ Phase Cost Code# 2490 ,Amount $77,673.75 ~ Phase Cost Code# 2101 / /4ount $25,000.00 % Phase Cost Code# 2329 / /'mount $1,071,928.44 / Phase Cost Code# 2690 7 Amount $8801511.19 Phase 5 5 5 5 s 5 5 5 5 5 s 5 s 5 s 5 5 Cost Code# Amount Phase Cost Code# Amount Phase Cost Code# Amount Phase Cost Code# Amount Phase Cost Code# Amount Phase Cost Code# Amount Phase Cost Code# Amount Phase Cost Code# Amount Phase Cost Code# Amount Phase Cost Code# Amount Phase Cost Code# Amount Phase Cost Code# Amount Phase Cost Code# Amount Phase Cost Code# Amount Phase Cost Code# Amount Phase Total Contract Amount$ 10,731,740.10 . :-,.c:. :, ,;~·::.1.; :),_;r.:::11:.:r-!· · : Change order Tot al 5JL6J9.% Cost Code Tota1 :'.'..;·,- Jl.:2::6 OS 2101 1'521 000 Origi:-.,11 change Order Tota 1 2s,o-::::o.oa cost code Total 25,00D.OO 155122 A.LL AMERICAN ASPHALT .3661030005 Robert.sonRchCmtJ·ECR Sanitary Sewer-l 318!!26 OS 2231 1521 000 Original 203,sas.aa Change Ot"der Tot.al 203,SSS,88 Cost Code Total 20), 585.88 .!$5-122 A.LL AMERICAN ASPHALT )661030005 RobertsonRChCm.'1-ECR Stor-rr. se,,.•er system 2 nea,r, os 2312 1521 ooo Or-iginal 3. D73, 838 .28 Chcl.nge order Total ),D7.3,B38.2S Cost Code. Total ), 073,8)8,28 JS.5122 A.LL AMERICAN ASPHALT 3661030005 RobertsonRehCmn-F.CR Bio:i:-etention 31sa2s as 2)29 1521 ooo 0::-iginal 1,0')1,928.44 Change Order Total 1,071,928.44 cost Code Total 1,071,928.44 [.;,,;,,_; 533,639.96 00 SJJ,6~9.9'6 OG ":. 25,G'OO,OO . OG ~. 25,C00.00 . 00 203,585.88 • DO .,, 203,SSS.as . 00 t J,07),al8.:l8 . 00 , 3,07),838.28 . 00 1. 071, 928 .44 . DO 1: 1, o~,1, 92a. 44 . DO , r: Cc:"'::1:..t:..L:.; c::~ ,-.. .,:·:·r.: ;-'rJ::v i\~ci·.;.r.: J ~ !, ; ; •. ;,; :. ;,.·: ,!·. : '.~1~:: 3661 c 1 ::io:01., R~ht•::-tzcnF,;,;f'-C'r:::1 :-:cp c~.dJ 1:-.g •. :·_p·. J.11,Cf.3.S-i Change Order Tot.al Bl,008.$1 c-~.;~ co,~e ·r·o::u: ;;·;<·· i ;:~:.:-_:tr I ;'.";.; :-,:: :'.1 )Jl,008.S-4 J 66 l O 3 0005 Kober•.:so:nRchCmn -!-~Ci{ w.::i.:cr -: H.,,490. :1 Cba:,ge o:-der To::al 359,490.14 Co:;t Code To:a.l 35;12::-ALL AMERICAN ASPHALT 318826 OS 2414 1521 000 Odgin,;il 3B9,490.14 :161:tlOJ.OOOS Robertson.RchCmn-ECR W.ater -4 1,496,,16.0, change ore.er Total 1,496,416.05 Cost Code Total 3SSl22 AL(. A."IERICAN ASPHALT 318826 OS 24 ;o 1521 000 Original 1,496,416.05 3661030005 RobertsonRcho:tn-ECR Street Lights 77, 67). 75 Cha::ge Order TOt,;tl 77,673. 7S Cost Code Tot.al 355122 At.I.. W.ERICAN .i\.SPHALT 318826 OS 2581 1521 000 Original "17,673.75 3661030005 RobectsonRchCmn·ECR Regrade Subgrade l 405,562, 71 Change Order "total 405,562.71 Cost Code Total 405,562.71 ; :: ·:-. ~ :--\_ '-v:..1..-·::•_: -Ct.. 1· ,\...,·,rr .. r.\ ·1..·;·l, .Bl,0DB.54 co co H'--i, '>':IC :-~ • OD JS9, 4 9C :.;, . 00 l,.\96.4Hi.05 . 00 l,496.416.05 .00 ~ "i?, ,&'1 3 75 . 00 ~ '17, ~-1 3 -,~ 00 405, 562., 71 00 '. 40S,S62.71 . 00 t :',!:, Cc:::,•_ cod,;__- CCC '.J!· i tf _;.:;..,: Change OrCer Total Cc~;t Cc.l!·~ To~,:, 1 oo•; c,-;,. Chu.nge Ord.er Total COSL Code Total : , l 00, J so:,. i(i l,100,l56,46 L 100,356 .'16 ',-,;1 \ J0:J05 ?.oocro:.so:-<.RcliCmn-E.CR "2J•1,39) 9~ 23<,393.92 2H,J9J.92 )55122 ALt, AMERICAN ASPliALT 366103000~ RobertsonRchCtnn-ECR street/Traffic: Signs 1 318826 OS 26Bl 1521 000 Original 93,197.08 Change Order Total 9l, B7. oa Cost Code Total 355122 ALL A.ME.RICAN ASPHALT 318S26 OS 26S7 1521 000 Original 9),197.08 )6610J00OS RobertsonRchCmn~ECR Maint. of Traffic 97,475.59 Change Order Total 97,475.59 cost Cod.e Total 355122 A.Lt, AMERICAN '-SPHAr.T 318826 OS 269D 1521 000 Original 97,475.59 )661030005 RobertsonRchCmn·ECR Tra.ffiL I..ight 1 eeo, s11. 19 change order Total 880 .. 511.19 cost Code Total 880,Sll.H .. ·_ ;t: 1::·,.·r::· <..;,:,. /,-~c.;r.·. 1. 100, JS.'5. 46 . 00 \ l,l ]';_f,,.;,: ,:J(, -. 23•4, J ,J. 9'2 . 00 23-1,JS'J.92 . oa 93,197.08 . 00 \ 9J, 197 .08 . 00 \ 97, 4 ?S, 59 . 00 97',475,59 ao 880, Sll. 19 . 00 ~ BBO, 511.19 . 00 \ ,·.:-· .. ,,"".,_·, ::":,_ Char.9c Order To".:.al 41-11, 9: :.J. 64 OG CO:Jt Cod•.:: TC.·l.'.J: .:·./;, .; 7.;' ~: ':i ,:,.; .~.r · ·,·. A:.:, A.V.ERlCt .... ~: 1'-.Sj::1:-,{.,•,1,T :; : e s:t os 2.Sll :s::1 000 Cnginil1 Change O:-Cer Total 20., ?.;6.47 ();_; '. Cost Code-To:...u.l :H2,146 '<7 242, 746.•17 . 0 0 ·~ Repor-t Total 10,731,740.10 . 00 •• LAND DEVELOPMENT CONTRACT CHECKLIST FORM PROJECT NAME / PROJECT#: ROBERTSON RANCH ECR 3861 CONTRACT FOR / CONTRACT#: EL CAMINO REAl VENDOR/ VENDOR #: All AMERIACN ASPHALT • 355122 ------- BIDS [[)Justification of Contract I Change Order Award with proper signature approvals or ONon-Bid Waiver Form CONTRACT [[)Master Construction Agreement Exhibit"A" Osurvey Ooemolltion OPump Station Const. OBlastlng OPavlng Exhibit "B" [[)ExhibitB Exhibit "C" Oconcrete Sidewalk OAIAForm [[)General Unit Prices OEquipment Unit Prices [[)Exhibit "O" -Insurance Certificate 0New Vendor. W-9 Completed Exhibit "E" -Schedule [[)oated Schedule Additional Exhibits Drime Line Schedule Osurvey Scope Oinstructions to Bidders OPlan Set Reference Ocontractor Proposal Oumity Agreements OMemos Oc1earing [[)Pipework D Utility Trenching ~/ OE & S Control Oexcavation Ocurb OLandscaping OAsphalt Sidewalk [[)PUBLIC BID DOCS [[)contract Payment Schedule D Rock Excavation O01asling OE&S OMemo Schedule OLot Pad Diagrams OE&S Weekly Log OE&S Weekly Log OMeeting Minutes OPermits OPlan Details OE-mails IB]other. Oother: Exhibit F-Bld Documents [[]Land Development Contract Load Form -filled out and to be &&nt lo accounting with contract package in order to be loaded in JOE CONTRACT EXECUTION G]LDM Slgnature/lniflal EVERY PAGE G]contractor Representative Signature/Initial EVERY PAGE G]Group I Div Pres. Signature on face page of Construction Agreement G]PM Signature/Initial EVERY PAGE G:)LDM & Contractor Rep Initial EVERY HAND WRITTEN CHANGE GJ LDM & LDVP Signature on face page of Construction Agreement D Regional President AND Joe Palka or Bob Mccarron Signature REQUIRED on Justification of Contract I Change Order Award Form If contract is over $1 Million Dollars LAND DEVELOPMENT JUSTIFICATION OF CONTRACT I BID WAIVER FORM CONFIDENTIAL .. /NTERNAL USE ONLY .. SCAN SEPERATELY FROM CONTRACT Job Name: Robertson Ranch # 3661-0006 Low Bid: $10,731,740.10 J'- Trade: Contract No: · 'Paving, C&G, wet utllll!es, Median Landscape Pending SUBCONTRACTOR BIDS ORIGINAL BID AMOUNT Public Bid All American Asphalt Southland Paving Public Bid MUST ATTACH BID SPREADSHEET Recommend Award To: AU American Asphalt Budget Amount: ______ $_12....,,8_4_9,~30_5_.o_o REVISED BID AMOUNT $10,731,740.10 $12.400,836.46 Amount: _______ __....$1 __ 0.._,7_31....,,7 .... 4 .... 0._10_ Variance from Budget over Budget by: ________ __,..,,,....,...=-=~-==- Under Budget by: ________ $'-'2., 1 .... 17;..:.,5.;;..;6 .... 5~.o.;;..o Comments on Award: Pub Uc Bid Process was conducted by Moote Companies and low bidder was All American Asphalt. Bid will cover Installation of storm drain, water and sewer systems, C&G, sidewalk, Traffic Signal Modifications, 1 new Signal, Paving and median Landscaping, I Portions of the Storm Drain, Recycled Water System, Traffic Slgnal Modification and surface lmp~ovements wlll be reimbursable. When the Agreement amounts are approved by !he City I wlll adjust the amounts in the budget Budget Concerns: None at this Oma, Signatures Required on the Construction Agreement are: LDM, LDVP & Group/Div President Submitted By: Kevin Brickley Date: 9/16/2015 LDM ~ L VP Date: q/1,5//f nam:~ 725 West Town and Country Road Suite 200 Orange, CA 92868 Contract No: Community Name/Phase: Work Description: Contract Amount: 3661030005 El Camino Real $10,731,740.10 MASTER LAND DEVELOPMENT CONSTRUCTION AGREEMENT (CALIFORNIA) This Construction Agreement ("Agreement") is between TOLL BROS., INC. ("Toll") and ("Contractor"): CONTRACTOR: ALL AMERICAN ASPHALT (V#355122) ADDRESS: P.O. Box 2229, Corona, CA 92878 PHONE: 951-736-7600 CONTACT NAME: Michelle Anderson FACSIMILE: EMAIL: 1: THE WORK. Contractor, representing that it is skillful and experienced and customarily engaged in its trade and holds all necessary licenses, agrees to furnish all labor, services, materials, and equipment necessary to perform and complete its obligations under the Agreement in a good, workmanlike and timely manner. The construction work ("Work") performed will be free from Toil's supervisory direction and control, and will be in accordance with the plans, the specifications and any and all revisions, addendums, schedules, exhibits and riders thereto; and general and special conditions issued in connection therewith. Contractor agrees that the Work shall be done subject to the final approval of Toll. Contractor warrants that the information supplied by Contractor in the Request for Bid is truthful and accurate. The Work shall consist of but not necessarily be limited to the following: Exhibit "A" Technical Specifications, the approved construction plans, specifications, engineering reports, permits and approvals, state and local published standards and detail documents for specifications (collectively referred to as "Specifications"). Contractor shall perform the Work in accordance with all manufacturers' instructions, warranty documents and Standards of Performance, and recognized industry standards for specifications. Details of the Work which are not specifically referenced herein, in Exhibits "A", or in the plans, but which are reasonably implied or are considered standard industry practice for that trade, shall be furnished at no extra cost by Contractor as though they were specifically shown and mentioned in the Specifications. Any errors, deficiencies in the Specifications or deviations between the plans and site conditions must be brought to the attention of Toll prior to beginning the relevant Work. Contractor shall report to Toll any unsatisfactory conditions that may affect the finished product before beginning any Work that may be affected by the unsatisfactory conditions. In the event that Contractor puts "good work over another's bad work", Contractor will be held responsible for the correction or repair and resulting damages. All materials, provided and Installed will be per the Specifications and the plans or otherwise approved by Toll in writing. 2: PAYMENTS. Toll shall pay Contractor progress and final payments in accordance with the payment schedules attached as Exhibits "B" to this Agreement. As a condition precedent to any payments, Contractor shall submit a payment request In a form determined by Toll. The payment request form shall include a release and certification by Contractor to Toll that no mechanics' liens or claims for mechanics' liens have been or could have been filed or asserted against the Community or any property located within the Community in connection with the Work as of the date of such submission. The final payment shall not be made until Contractor delivers to Toll a complete release of liens. nme being of the essence in the resolution of disputed invoices; all invoices must be submitted to Toll within 60 days of completion of the prescribed Work. Invoices submitted after 60 days of the completion of said Work will not be accepted or paid. Invoices which are returned to Contractor unpaid or partially paid can be contested only by Contractor's writing to Toll Bros., Inc, Accounts Payable, 250 Gibraltar Road, Horsham, PA 19044, within 60 days of the original due date of the Invoice or of the date when Contractor was notified in writing that the invoice would not be paid in full, whichever is later. Acceptance by Contractor of partial payment of an Invoice shall be deemed written notification to Contractor. Revision Date: 02/13/1S 1 manderson@allamericanasphalt.com 3: ARBITRATION. Contractor and Toll hereby agree that any and all disputes or disagreements between Contractor and Toll, its parent, subsidiary, related and affiliated companies, and their directors, officers, employees and agents (collectively, the "Toll Companies"} arising In any way out of this Agreement or the performance of the Work, including but not limited to disputes concerning the payment of invoices, property damage, personal injuries, economic loss, defense and indemnification of the Toll Companies by Contractor, naming of the Toll Companies as an additional insureds, breach of warranty, breach of contract, representations and/or omissions, on-site and off-site conditions and all other torts and statutory causes of action (collectively, nArbitrable Claims") shall be resolved exclusively by binding arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association ("AAA"). Contractor agrees that the arbitrator or arbitration panel will interpret all disputes or disagreements In accordance with the substantive laws of state where the Work is performed, without regard to choice of law principles which might otherwise call for the application of a different state's law. Contractor agrees that Contractor may not initiate any arbitration proceeding for any Arbitrable Claim unless and until Contractor has first given the Toll Companies specific written notice of the dispute or disagreement to the attention of the Legal Department at the address above and making reference to the contract number and Community or Communities and thereafter giving the Toll Companies a reasonable opportunity to settle the dispute or disagreement, but in no case less than 30 days. Contractor understands that from time to time the Toll Companies arbitrate disputes that arise with Homeowners. If any such arbitration involves Contractor's Work, Contractor agrees to be bound by the arbitration agreement between Homeowner and the Toll Companies as if that arbitration agreement were set forth herein. If the Toll Companies seek Contractor's participation in an arbitration hearing with a Homeowner, Contractor agrees to participate in the hearing at no cost to the Toll Companies, and also agrees to be bound by the decision of the arbitrator(s). The parties acknowledge that this Agreement evidences a transaction involving interstate commerce. The parties further acknowledge that the Federal Arbitration Act (Title 9 U.S. Code} shall govern the interpretation and enforcement of the arbitration clause in this Agreement. If a party uses litigation to enforce this provision o arbitration award, the court will award such party its court reasonable attorneys' fees. Contractor's lnltl 4: TIME OF PERFORMANCE. Time being of the essence, Contractor shall begin, prosecute and complete the Work in accordance with the timeframes set forth in Exhibit "E" of this Agreement. Contractor shall begin the Work when directed by Toll and shall perform and complete it during normal business hours unless directed otherwise by Toll. In the event that the Contractor is delayed due to conditions beyond his control, the Contractor shall notify Toll in writing of the cause and duration of the delay. If Toll determines that the Contractor's progress with the W.ork is legitimately delayed by any act or neglect of Toll, or by a separate Contractor, or by acts of God, or by adverse weather conditions not reasonably anticipated, Contractor shall request in writing and Toil shall issue a written change order to extend the scheduled time for that portion of the Work effected If the request is justifiable. Justifiable conditions will be limited to: Any forced Work stoppage related to approvals or governing authority shall be forgiven in an equal amount of the actual time to obtain any required approvals. Any delays related to equipment failure, manpower issues, improper allocation of resources shall not be forgiven on the schedule. Any claim for extension of time shall be made In writing to Toll within 5 days of the commencement of the delay. The absence of any such delay notification within the specified period will serve as a waiver of schedule extension. Toll shall have the right to terminate this Agreement if the Contractor's schedule is not maintained. If the schedule ls not maintained, Contractor shall receive a 5 day notice to bring the project to within schedule. If the project is not brought within schedule during this notice period, termination of the Agreement may be enforced or Toll, at Toil's sole discretion and Contractor's sole expense, may supplement Contractor's workforce. To the fullest extent permitted by law, in no event shall Toll be liable for any costs, expenses or damages incurred or suffered by Contractor as a result of delays in the performance of the Work, including delays that result in whole or in part from Toil's or other Contractors' negligence. If Contractor fails to keep abreast with the general progress of the Work, Contractor shall, if requested by Toll, cause its Work force to perform overtime Work, the cost of which shall be borne entirely by Contractor. Contractor agrees that Toll may, by five working days written notice mailed or otherwise delivered to Contractor at Contractor's last known residence or place of business, or to Contractor's foreman in charge of the Work, terminate this Agreement and take over the Work and prosecute the same to completion by contract or otherwise, and enter at any time and take possession of the Work and materials needed to complete the Work, and make such payments as Toll deems necessary for the discharge in whole or In part of the claims, liens, or claims for liens, of any person in privity with Contractor on account of this Agreement; and Contractor agrees that the expense of such notice and of the completion of the Work, and the amount paid for the discharge or payment on account of claims, liens, or claims for liens, and the expense thereof, shall be deducted from the amount due or to become due to Contractor, and If more than the amount due, then Contractor shall be liable to Toll for the difference, and Toll may hold, sell or otherwise realize upon any material, machinery, tools or other equipment upon the premises on account of such difference in case Contractor shall fail or refuse to pay the same; all without prejudice to any other remedy Toll may have. 5: CHANGES IN THE WORK. Toll may at any time, without notice to Contractor's surety, Issue written orders to Contractor requiring alterations or additions to or deletions from the Work. Contractor shall not alter, add to or delete from the Work except upon receipt of such written orders. The amount to be allowed or deducted from the contract price for such alterations, additions or deletions shall be agreed upon by Toll and Contractor prior to the start of the work related to the specific item in question, Toll reserves the right to decrease the scope of Work with commensurate reduction in Agreement price at any time, for which notice shall be In writing. 6: INDEMNIFICATION, DEFENSE AND RELEASE. The following provision supersedes the indemnity requirements of Article 6 of the Construction Agreement. A. Except for coverage provided under the Owner Controlled Insurance Program ("OCIP") and subject to the limitations set forth below, Contractor shall defend, indemnify and hold harmless the Owner and Toll, including their officers, directors, agents, members, partners and employees, to the fullest extent allowed by law, of and from any and all claims, demands, causes of action, damages, costs, expenses, penalties actual attorney's fees, consultants fees, expert fees, losses or liability, in law or in equity, of every kind and nature whatsoever (NClaims") arising out of or in connection with Contractor's performance or non-performance of operations to be performed under this Agreement for, but not limited to: (i) Personal Injury, including, but not limited to, bodily injury, emotional injury, sickness or disease, or death to persons, including, but not limited to, any employees or agents of Contractor, the Owner, Toll, or any other subcontractor and/or damage to property of anyone (including loss of use thereof), caused or alleged to be caused in whole or in part by any act or omission, willful misconduct or negligent conduct, whether active or passive, of Contractor or anyone directly or indirectly employed by Contractor or anyone for whose acts Contractor may be liable regardless of whether such personal Injury or damage is caused by and regardless of the theory of liability asserted against an indemnified party; (Ii) Property damage, including but not limited to damage to both real and personal property, physical damage to any property, whether or not such property was manufactured by Toll or the Revision Date: 02/13/IS 2 Owner, costs to repair defects In property, diminution in property value, loss of use, loss of economic value, consequential losses, and any other damages associated with damage to, destruction of, defects in, or loss of real or personal property, regardless of whether such damage is caused by a party indemnified hereunder and regardless of the theory of liability asserted against an indemnified party; (iii) Penalties imposed on account of the violation of any law, order, citation, rule, regulation, standard, ordinance, or statute, caused by the action or inaction of Contractor; {iv) Failure of Contractor to comply with the provision of Article 7, Insurance; {v) Any violation or infraction by Contractor of any law, order, citation, rule, regulation, standard, ordinance, or statute in any way relating to the occupational health or safety of employees, Including but not limited to, the use of Toil's or other's equipment; {vi) If Toll repairs any work that fails to comply with the standards set forth in the Right to Repair Act (Civil Code Sections 895 et seq.); (vii) If the Owner of any residence within the Project or the homeowner's association for the Project elects to have a repair made by a contractor other than Contractor as provided in said Right to Repair Act; (viii) Arising from or relating to non-compliance with California Labor Code Section 2810 by Contractor; and/or {ix) Based on duties, obligations, or liabilities imposed on the lndemnitees by all legal requirements and Claims based on theories of peculiar risks or non-delegable duty or arising from conditions of the workplace. The indemnification provisions of {i) through (ix) above shall extend to Claims occurring after this Agreement is terminated as well as while it is In force. In addition to the above obligations, Contractor shall defend, indemnify and hold Toll and Owner harmless from: {a) any and all Claims arising out of or in connection with any of Contractor's operations or activities off the Project site, including without llmitatlon automobile accidents or intentional acts or omissions that give rise to civil or criminal liability and (b) all Claims not covered by the OCIP detailed in Section II hereof. B. Non-Indemnified Claims. In no event shall contractor be obligated to defend or indemnify an lndemnitee for Non-Indemnified daim. The term "Non-Indemnified Claims" means claims for construction defects {as that term is defined in California Civil Code Section 2782(h)J, to the extent such claims arise out of, pertain to, or relate to the negligence of Owner, Toll or Owner's or Toil's other agents, other servants, or other independent contractors who are directly responsible to Owner, or for defects in design furnished by said parties, or to the extent the claims do not arise out of, pertain to, or relate to the scope of work of the Construction Agreement, and claims that arise out of the sole negligence or willful misconduct of Owner or Toll. C. Defense. Contractor shall defend the lndemnltees from and against any and all Claims as follows: 1. Construction Defect Claims: Upon written tender of a claim for construction defect (as that term is defined in california Ovll Code Section 2782(h)) by Owner or Toll to Contractor (which shall include all information provided by the claimant relating to the Contractor's scope of work), Contractor shall defend by making an election under and complying with California Ovll Code Section 2782(d). 2. All Other Oaims: As to ail other Claims, the following shall apply: Contractor shall immediately defend (with selection of legal counsel agreed to by Toll) the lndemnitees from and against any and all Claims. At Toil's sole discretion, Toll may retain counsel to defend Itself and/or other Indemnities against any Claims at Contractor's expense, in which case Contractor shall satisfy its obligations to pay said defense costs within thirty (30) days of written demand. Notwithstanding the foregoing, however, if an entry of a non-appealable final judgment after trial or award after arbitration {"Final Judgment") determines that a portion of the damages awarded were caused by or attributable to a Non-Indemnified Claim, Toll shall be obligated to reimburse Contractor for that portion of the defense costs reasonably Incurred by Contractor which is attributable to a Non-Indemnified Claim. Such defense obligation shall arise immediately upon written notice of Claim being provided to Contractor. Payment by any lndemnitee to Contractor is not a condition precedent to Contractor's obligations under this Section. Contractor's defense obligation shall apply regardless of the fault or negligence of the Contractor Parties, whether or not the Claim has any merit, and regardless of the fault, concurrent negligence (whether active or passive), any act or omission to act, or misconduct by any lndemnitee. Contractor's duty to defend the lndemnitees Includes, without limitation, the defense of the lndemnitees against Claims for which any of the lndemnitees may be strictly liable and applies whether or not the issue of Contractor's liability, breach of the Construction Agreement or other obligation or fault has been finally determined and whether or not any of the Indemnities have paid any sums or incurred any detriment, arising out of or resulting directly or indirectly from Contractor's performance of the Work. D. Representations and Warranties. The Contractor represents and warrants the following to Toll (In addition to any other representations and warranties contained in the Contract Documents) as a material inducement to Toll to execute the Construction Agreement, which representations and warranties shall survive the execution and delivery of the Construction Agreement, any termination of the Construction Agreement and the final completion of the Work: (I) the Contractor is financially solvent, able to pay all debts as they mature and possessed of sufficient working capital to complete the Work and perform all obligations hereunder and comply with all Laws, including, without limitation, California labor Code Section 2810; and (ii) the Construction Agreement contains a contract sum sufficient to allow the Contractor to comply with all Laws, Including without limitation, California Labor Code Section 2810. I' Contractor's lnltla10-.i 7: INSURANCE. The following prov1s1ons supersede the insurance requirements of Article 7 of the Construction Agreement, except as specifically provided herein. A. OCIP Insurance. Toll has elected to implement an OCIP that will provide General Liability and Excess Liability coverage to all eligible Contractors and their subcontractors that have been properly enrolled and that provide direct labor at the Project. Toll will pay all premiums associated with the OCIP, including deductibles and self-insured retentions, except as noted herein. The terms and conditions of the OCIP are set forth in various primary and excess (umbrella) liability Insurance policies and the Owner Controlled Insurance Program Insurance Manual, attached hereto and Incorporated herein as Exhibit •0-1t By its signature on this Addendum, Contractor agrees to the terms and conditions set forth in the Owner Controlled Insurance Program Insurance Manual attached as Exhibit nD-1" hereto and adhere to and enforce OSHA Health and Safety Guidelines. If any of its subcontractors participates In the OCIP, Contractor is responsible for subcontractor's compliance with the terms and conditions of the Owner Controlled Insurance Program Insurance Manual and OSHA Health and Safety Guidelines. Contractor will include all information regarding the OCIP and the Owner Controlled Insurance Program Insurance Manual in each of its subcontracts, and Contractor will require In its subcontract with its subcontractors that such provisions are binding upon each of its subcontractors and shall enroll such approved subcontractors in the OCIP. 1. Contractor as Insured. Toll agrees to add Contractor and its eligible subcontractors as an insured under its OCIP pursuant to the terms, conditions, llmitatlons, and exclusions of the policies, with respect to the Work performed at the Project. Such insurance maintained by Toll on behalf of Contractor shall insure the performance of Contractor's defense and indemnification obligations pursuant to the Construction Agreement and this Addendum, except as described herein. However, the furnishing of such Insurance shall in no way relieve or limit or be construed to relieve or limit any responsibility, liability or obligation of Contractor imposed by the Construction Agreement or imposed by law, including without limitation any defense or indemnification obligations which Contractor has to Toll. In the event Contractor is not eligible to participate in Toil's OCIP, Contractor shall procure (at its own expense) replacement insurance in compliance with all insurance requirements of Article 7 of the Construction Agreement and shall provide evidence of such insurance to Toll 2. Limitations on Coverage. Toll agrees to add Contractor and its eligible subcontractors as an insured under its OCIP solely as an accommodation, and makes absolutely no representation or warranty to Contractor and its eligible subcontractors as to the adequacy of coverage for Contractor and its eligible subcontractors under the OCIP as to risks and exposures faced by Contractor and/or its subcontractors. The OCIP is not Intended to meet all the insurance needs of Contractor and/or its subcontractors and does not provide coverage for off-site activities (for example: permanent yards or other locations of the Contractor and/or its subcontractors), Workers' Compensation, Errors and Omissions, Automobile Liability, Equipment Floaters or Performance Bonds. Toll assumes no obligation to Contractor or its subcontractors concerning any insurance other than that described herein. Contractor acknowledges that copies of the current policy forms of Toll OCIP were made available to Contractor prior to execution of this Addendum, and that Contractor has conducted such Investigation and evaluation of such coverage as it deems fit, with insurance Revision D•te: 02/13/15 3 and legal professionals of its own choosing, prior to execution of this Addendum, and has satisfied itself as to the coverage provided and the suitability of such coverage to its individual needs. Contractor acknowledges that the terms of coverage are set forth in the OCIP forms, and that descriptions of such coverage terms herein or in other information or statement (written or oral) provided by Toll or its agents do not alter, amend or supersede any terms contained in the policies themselves. Contractor further acknowledges and agrees: that neither Toll nor its agents or brokers are the agents or fiduciaries of Contractor with respect to procurement of insurance; that neither Toll, the insurance brokers nor the Insurance program administrators are agents, partners or guarantors of any insurance company providing such coverage; and that Toll is not responsible for any disputes between or among any such insurer and Contractor or other OCIP participants. Contractor may and shall maintain any and all additional insurance as it deems fit for its own unique insurance needs, so as to protect its own interests, but shall do so at no cost to Toll. The insurance provided pursuant to this Addendum provides no coverage for Contractor as to any Work other than Work performed at the Project. Existence of coverage for Contractor under Toil's OOP shall in no way relieve or limit any obligation or liability of Contractor as Imposed by the Construction Agreement, including without limitation indemnification obligations. 3. Insurance Cost Identification. Contractor shall identify their current cost of insurance in accordance with the terms, provisions and forms set forth in the Owner Controlled Insurance Program Insurance Manual attached as Exhibit "D-lN hereto. All charges presented to Toll for work done at communities covered by the OCIP shall be net of these insurance costs. 4. Changes in Coverage. Toll reserves the right, at its option and in its sole and absolute discretion, to modify or discontinue the OCIP or any aspect thereof (including Contractor's participation therein), and/or to furnish other insurance coverage in place thereof (but without any obligation to do so). If Toll, for any reason, is unable to furnish coverage to Contractor under the OCIP, elects to discontinue that policy or program, modifies its limits of liability or other terms, or requests that Contractor withdraw from the program, then, upon sixty (60) days written notice, if available in the insurance marketplace at reasonable terms & conditions, Contractor shall immediately procure replacement insurance in compliance with all insurance requirements of Article 7 of the Construction Agreement and shall provide written evidence of such insurance to Toll. The reasonable cost of such replacement insurance will be reimbursed to Contractor by Toll. SPECIAL NOTE: WORK DONE DURING WARRANTY PERIOD Warranty work done on all homes that have closed as of 9/1/05 or later Is covered in the OCIP program. Contractors or Subcontractors doing Warranty work on these homes should enroll In the OCIP, and both they and the work being done will be covered under Toil's Corporate OOP. For homes that closed prior to 9/1/0S, any Contractor or Subcontractor who goes to the site to perform warranty type work does so under Its own Insurance coverage. Accordingly, Contractor or any of its Subcontractors warrant that their insurance policies do not contain a "Residential Home building excluslonn or nAttached Product Exclusion". 5. Deductible. Where OCIP coverage applies, Contractors will be subject to deductible payments for all claims, lawsuits and other actions (referred to collectively as "lossesu) that arise from or relate to the Contractor's Work. A deductible will apply for losses involving Bodily Injury and/or Property Damage (including a Construction Defect claim). Deductibles will be instituted on a per claim basis and the deductible will be applied for each unit or lot affected. Deductible obligations will be the amount of the loss or applicable Deductible from the schedule of trades contained in this Addendum, whichever is less. Contractor's aggregated deductible payments shall be limited to 5% of the Contractor's total contract value, including all change orders, for the project at which the losses occurred. As used in the foregoing sentence, the term "project" includes the entire residential subdivision at which Contractor performs work under one or more Construction Agreements with Toll. Contractor will retain full liability for the warranty for materials and workmanship that it has given to Toll in the Construction Agreement (including without limitations those obligations identified in Section 9 of the Construction Agreement), as well as for any other claims not covered by the OCIP. Contractor's exposure for uncovered claims will not be limited to the deductible amounts or aggregate limit. Toll shall notify Contractor when a deductible payment is due and the Contractor must reimburse Toll within 15 days of notification. Thereafter, Toll may discount future payment to Contractor to satisfy the deductible payment or use any other lawful means to collect the due amount, including arbitration if appropriate. Contractor deductible amounts will be based on their trade, as indicated by the following schedule: Trade ner 1-$5,000 Deductible • Electrical Light Fixtures . Garage Doors and Openers • Glass Block . Gutters and Downspouts • intercom and Central Vacuum . Janitorial • Mailboxes . Ornamental Wrought Iron • Precast Fa~ade and Fireplace Facing • Stair Rail Systems . Stereo and Home Theatre • Shower Doors . Mirrors and Mirrored Wardrobe Doors . Driveways and Flatwork Trade Tier 2 • $10,000 Deductible . Cabinets • Ceramic Tile . insulation • Designer Fireplaces • Finish Carpentry . Granite Tops • Whirlpool Tubs . Security Systems • Weatherstripping . Flooring • Pool and Spa Trade ner 3. $25,000 Deductible • Trades not mentioned above are Trade Tier 3 unless otherwise authorized in writing (which requires Toll VP approval) • Rough Carpentry • Plumbing • Stucco • Block walls and retaining walls • Brick and Stone Veneer • Drywall • E le ctrica I • Driveways and Flatwork • Flooring • Grading • Methane Mitigation • Painting • Roofing Installation and Material • Fire Sprinkler System • Landscape and Irrigation • Structural Steel • Windows and Sliding Glass Doors • Deck coatings • HVAC • Sheet Metal • Water Proofing • Surveying • Cementitious Underlayment • Fire stopping Wheel Chair Lifts Elevators Erosion Control Retaining Walls Sewer Waterline Revision Date: 02/13/15 4 . Site Concrete . Joint Trench • Trash • Streetlights • Paving . Signalization . Striping and Signage • Concrete Foundation Contractor may purchase insurance to cover their deductible exposure under Toil's OCIP, however it is expressly agreed and understood that the cost of premiums for insurance maintained by Contractor shall be at their own expense and shall not be reimbursed . 6. Waiver of Subrogation. Because Toll is providing certain insurance to Contractor under the OCIP detailed herein, Contractor hereby waives all rights of recovery whether by subrogation or otherwise, because of deductible or self-insured retention clauses, inadequacy of limits of any insurance policy, limitations or exclusions of coverage, against Toll, the insurance program administrator, and their officers, directors, brokers, agents, and employees, and any other contractor, subcontractor, or other individual or entity performing work or rendering services on behalf of Toll in connection with the planning, development and/or construction of the Project. Contractor shall also require that all insurance policies obtained by Contractor or its subcontractors relating to any Work pursuant to the Construction Agreement shall include clauses providing that each insurer waives any rights of recovery by subrogation, or otherwise, against Contractor and the parties referenced above in this subparagraph. Contractor shall require similar written express waivers and insurance clauses from each of its subcontractors. This provision shall apply to each Contractor performing work or rendering services on behalf of Toll, whether or not participating in Tell's OCIP. A waiver of subrogation shall be effective as to any individual or entity even if such individual or entity: (A) would otherwise have a duty of indemnification, contractual or otherwise; (B) did not pay the insurance premium directly or Indirectly, and/or (C) whether or not such individual or entity has an insurable interest in the property damaged. B. Contractor-Provided Coverages. (for off-site General Liability and other coverages) The OCIP does not provide insurance coverage to Contractors or its subcontractors for activities performed off the Project site (for example: yards or other locations of the Contractor and/or its subcontractors), Workers' Compensation and Employer's Liability, Errors and Omissions, Automobile Liability, Equipment Floaters or Performance Bonds. The OCIP does not provide insurance coverage for any of Contractor's, its subcontractors' or their workers' tools, clothing, supplies, or materials (until such materials become incorporated into and a part of the Project), equipment, mobile equipment, protective fencing, scaffolding, forms and equipment owned, rented or used by the Contractor and its Subcontractors in the performance of their work. Contractor and each of its subcontractors must procure and maintain in effect at its sole expense the following insurance, which is not provided under the OCIP. 1. Comprehensive Automobile Liability Insurance. Covering owned, hired and non-owned vehicles, with limits not less than: (i.) Bodily Injury $1,000,000 per occurrence; (ii.) Property Damage $1,000,000 per occurrence; and (iii.) If a Combined Single Limit is provided, the total coverage shall not be less than $1,000,000 per occurrence. The Comprehensive Automobile Liability Insurance shall not have a deductible or self-insured retention in excess of $2,500 absent Toll Bros., lnc.'s written authorization. 2. Workers' Compensation and Employer's Liability Insurance. Coverage A -Statutory Benefits, and Coverage B -Employer's Liability Insurance with limits not less than: (i.) $100,000 Bodily Injury with Accident -Each Accident (ii.) $500,000 Bodily Injury by Disease -Policy Limits; and (iii.} $100,000 Bodily Injury by Disease -Each Employee. The Workers' Compensation and Employer's Liability coverage must contain a waiver of subrogation endorsement in favor of Toll Bros., Inc. and Its parents, subsidiaries and affiliated entities, their successors and assigns, and their officers, directors, partners, members, owners, representatives, agents and employees (and any other parties in interest designated by Toll Bros., Inc.}. 3. Comprehensive General Liability Insurance. Covering all off-site activities of Contractor or its subcontractors (for example: permanent yards or other locations of the Contractor and/or its subcontractors), with an endorsement excluding the on-site activities (defined in the Owner Controlled Insurance Program Manual as those activities at the Project site or emanating there from such as adjacent sidewalks, streets and contiguous areas), at the Project, with limits not less than: (i.) $1,000,000 Each Occurrence; (Ii.) $2,000,000 General Aggregate; and (iii.) $2,000,000 Products/Completed Operations Aggregate. The Comprehensive General Liability Insurance must include the following coverages: (i.) Occurrence Basis as opposed to Claims Made Basis; (ii.) Premises Operations; (iii.) Contractual Liability; (iv.) Products/Completed Operations; (v.) Broad Form Property Damage; and (vi.) Independent Contractors. 4. Other requirements. (i.) Prior to commencing Work at the Project, Contractor and its subcontractors shall furnish Toll with certificates of insurance evidencing compliance with the foregoing insurance requirements and shall cause Toll Brothers, Inc., Toll Bros., Inc., and their subsidiaries and affiliates (collectively, "TBI") to be named as additional Insureds on all Comprehensive General Liability (for off-site exposures) policies and Comprehensive Automobile liability policies (by specific endorsement thereto to be provided to Toll), for both ongoing and completed operations and shall provide additional insured coverage to TBI for the full limits of liability under each such policy purchased by Contractor and its subcontractors. The additional insured coverage provided to TBI shall apply to "bodily injury" or "property damage" for the longer of (a) the statutory period of repose in the state where the Work is performed, (b) the statutory period of limitations for such claims in the state where the Work is performed, or (c) ten (10) years from the date of transfer of the improvements that include the Work from an affiliate of Toll to a third party. (ii.) Prior to commencing Work at the Project, Contractor and its subcontractors shall further provide endorsements indicating that their insurance shall be primary coverage and that Toll Bros. lnc.'s insurance shall be excess and noncontributory with regard to claims allegedly caused by, arising out of or relating to Contractor's or its subcontractors' acts or omissions, and providing that sixty (60) days' prior written notice shall be given Toll in the event of cancellation or modification in Contractor's or its subcontractors' coverage. (iii) Unless otherwise agreed in writing by Toll, all of the insurance required above shall be maintained by companies rated no lower than A-: VIII as published in the most current edition of "Best's Key Rating Guide" and shall be issued on an occurrence basis as opposed to a claims made basis if commercially available at reasonable cost. If such occurrence- based insurance is not available, Contractor and its subcontractors shall provide Toll notice of such unavailability and shall at Toil's request cooperate in purchasing (at Contractor's and its subcontractors' expense) tail coverage for the benefit of Toll. (iv.) All of the insurance described above shall be maintained in effect at all times for the duration of all Work performed by Contractor or its subcontractors at the Project pursuant to the Construction Agreement, any Work Agreement, any Change order, and any Purchase Order. Contractor and its subcontractors shall maintain additional insured coverage for Toll as required above for this entire period. (v.) All coverage and coverage forms must be acceptable to Toll. If requested by Toll, Contractor and its subcontractors shall provide certified copies of all such policies to Toll Bros. Inc. within thirty (30) days of such request. Toll reserves the right, In its sole discretion, to require higher limits of liability coverage if, in Toil's opinion, Contractor's or its subcontractors' operations create higher than normal hazards, and to require Contractor or its subcontractors to name additional parties in interest to be additional insureds. Toll further reserves the right, but shall have no obligation, to procure on Contractor's or its subcontractors' behalf the insurance, or any portion thereof, for which Contractor or its subcontractors are herein responsible and which is described in subparagraphs 1 through 4 above. Toll shall notify Contractor within sixty (60) days written notice if Toll will provide insurances that the contractor was to have provided under this Revi5k>n Date; 02/13/15 5 Addendum in Section II B. Contractor's cost of these insurances shall be credited to Toll as a reduction in billings for services. C. Subcontractors. 1. Contractor shall incorporate this Addendum into all of its subcontracts for the Project. 2. Contractor shall ensure that each of its subcontractors has been afforded the opportunity to review and evaluate the OCIP policies and the Owner Controlled Insurance Program Insurance Manual for the Project. Toll will provide a copy of the OCIP policies to Contractor or its subcontractors, if requested In writing. 3. Contractor shall assure that each of its subcontractors complies with the requirements of this Addendum, including the Owner Controlled Insurance Program Insurance Manual attached as "Exhibit 0-1" hereto and OSHA Health and Safety Guidelines. 4. Contractor shall require each of its subcontractors to acknowledge in writing, with a copy to Toll, that all of the provisions within this Addendum for the Project, including the Owner Controlled Insurance Program Insurance Manual, as well as OSHA Health and Safety Guidelines, are equally applicable to subcontractors. S. Contractor shall enroll all of its subcontractors working at the Project in the OCIP using the Enrollment Form attached to "Exhibit 0-1." B: MECHANIC'S AND/OR MATERIALMEN'S LIENS AND CLAIMS. TO THE FULLEST EXTENT PERMITTED BY APPLICABLE LAW, CONTRACTOR HEREBY EXPRESSLY WAIVES AND RELINQUISHES THE RIGHT TO HAVE, FILE OR MAINTAIN ANY MECHANIC'S AND/OR MATERIALMEN'S LIEN OR MECHANIC'S AND/OR MATERIALMEN'S NOTICE OF INTENTION TO LIEN, AGAINST THE COMMUNITY, THE BUILDINGS THEREON OR THE GROUND APPURTENANT THERETO. Contractor agrees that if any mechanics lien or claim is filed against the Community, the buildings thereon, or the ground appurtenant thereto, for or on account of any work done or materials furnished to the Community by Contractor, its suppliers or contractors, Contractor shall take immediate steps to satisfy and remove from the record such mechanic's and/or materialmen's lien or claim at Contractor's sole expense. In the event that the mechanic's and/or materialmen's lien or claim is not satisfied or removed from the record within two days written notice mailed or otherwise delivered to Contractor at Contractor's last known address or place of business, or the Contractor's foreman in charge of the work, Toll shall have the right to pay all sums necessary to secure the satisfaction or removal of such lien or claim and to deduct such sums from the amount then due or to become due Contractor. Contractor agrees that if Toll receives sufficient, reliable information that a claimant intends to file a mechanic's or materialmen's lien against the Community, the buildings thereon, or the ground appurtenant thereto, for or on account of any work done or materials furnished to the Community by Contractor, its suppliers or contractors, Toll at its option may pay the amount of the lien claim by way of a joint check payable to the order of Contractor and the claimant. Contractor agrees to endorse such check and that by its signature the whole proceeds of the check shall become property of the claimant, and that Toll may withhold and deduct such amount from the sums then due or to become due to Contractor. Contractor will reimburse Toll for all costs, damages and attorneys' fees resulting from the improper filing of mechanic's and/or materialmen's liens and claims. 9: ADDITIONAL OBLIGATIONS OF CONTRACTOR. Contractor shall (a) provide and supply, in the performance of the Work, a sufficiency of properly skilled and other workmen and an adequacy of materials, tools and equipment to prosecute vigorously the performance of the Work, (b) provide a foreman or superintendent satisfactory to Toll to supervise the performance of the Work, which foreman or superintendent shall not be replaced without written permission of Toll, (c) comply with all statutes, ordinances, rules and regulations of the federal, state and/or local governmental body or agency with jurisdiction over the Work and pay all applicable fees for licenses or permits required in connection with the performance of the Work, (d) abide by all safety rules and regulations established by Toll or promulgated by any governmental body or agent with jurisdiction over the Work, (e) maintain safe and healthful working conditions, (f) provide required mechanical safeguards and personal protective equipment, (g) ensure that workmen comply with established safety regulations and practices, and the proper wearing and use of all safety equipment, (h) bear the entire responsibility for all Work, supervision, labor and materials until final acceptance of the Work by Toll, (i) cooperate fully with Toll and other contractors at the project site and carefully fit the Work to the Work provided by others, (j) permit and provide sufficient safe and proper facilities for the inspection or testing by Toll or its representative, at their discretion, of the materials or equipment supplied and Work performed by Contractor in connection with the Work, such testing or inspection to occur at the project site, the place of the manufacture of materials, or at any other mutually convenient place, with the cost of reasonable or customary inspection or testing to be borne by Contractor, (k) employ in connection with performance of the Work only workmen of such labor affiliations as are satisfactory to Toll, (I) pay promptly all sums due for labor, services, materials, tools and equipment supplied in connection with the performance of the Work and, when required by Toll, submit to Toll satisfactory evidence of such payment, it being understood that this subparagraph shall not create any right in any third party against Toll, (ml clean up and remove from the project site daily all rubbish, debris and waste resulting from the performance of the Work, (n) pay all federal, state, municipal and local taxes of whatever nature now In force or hereinafter enacted arising out of or relating to the performance of the Work including, without limitation, all sales and use taxes and all taxes required pursuant to the Federal Social Security Act and state unemployment compensation law, it being expressly understood that all such taxes are included in the contract price, (o) reimburse Toll for any loss incurred or damage suffered as a result of Contractor's delay in beginning, prosecuting or completing the Work, except for delay resulting from causes for which Contractor is entitled to extensions of time, (p) perform the Work entirely with its own employees and not transfer or assign all or any portions of this Agreement, the Work or the sum of money payable hereunder without prior written consent of Toll. In the event that the Contractor proposes to subcontract any portion of the Work, the Subcontractor must be approved in writing by Toll during the bid process but no less than 45 days prior to the scheduled start of the Subcontracted Work. If Contractor assigns or subcontracts any portion of the Work with Toil's prior written consent, Contractor must require each such assignee or subcontractor to comply with the pertinent provisions of this Agreement, and Contractor hereby unconditionally guarantees compliance with those provisions by any assignee or subcontractor, (q) repair and replace at Contractor's expense all materials, tools or equipment, and all Work until secured by contractor and finally accepted by Toll, damaged or lost as a result of floods, rain, wind storm, lightning, acts of God, theft, fire or other casualty, (r) when required by Toll or the Governing Agency, submit at Contractor's expense shop drawings, samples, brochures, operation and maintenance manuals and photographs of Work or materials to be furnished by Contractor in connection with the performance of the Work. Should shop drawings be required, they must be submitted and approved by Toll and the Governing Authority prior to the manufacture or fabrication. Contractor must supply Toll with a copy of approved shop drawings prior to the start of Work. (s) Warrant that all Work shall be guaranteed for a period of one {1) year from the date of written acceptance of installation by the governing authority. if governing authority does not accept Installation (prior to acceptance for Dedication of Improvements) then the date of governing authority's final release of surety for the specific Work shall establish the date of beginning of the warranty period. Defective Work and materials shall be replaced at Contractor's expense. No substitution of material shall be permitted without written authority of Toll. Contractor must make best efforts to commence Work on all service or warranty requests within 5 calendar days of the requests. However, in the event of issues pertaining to soil and erosion control, Work shall be completed within 48 hours. With regard to emergency situations, the Contractor shall respond immediately, (t) Contractor or Contractor's On-Site Representative shall be present during all inspections by governmental authorities and utility company representatives, and at all project coordination meetings requested by Toll Including pre-construction meetings,(u) Contractor shall be responsible for paying all fines and/or reinspection fees relating to failed governmental inspections if such inspection failure results from either Contractor's negligence or his failure to comply with the provisions of this Agreement or with standard construction practices or applicable codes. Contractor shall be liable to Toll for consequential damages resulting from the cover-up of damaged Work, (v) unless otherwise specified, supply only new materials and comply with the herein above referred plans and specifications. All materials and workmanship furnished are subject to inspection and test by Toll at any and all times during manufacture or construction, (w) within twenty-four (24) hours after receiving written notice from Toll, remove from the project site all Work or material determined by Toll to be defective, unsuitable or not as specified and make good all Work damaged or destroyed as a result thereof, (x) Contractor shall supply all permits required to move his equipment and personnel necessary to construct project. R•vlslon Dato: 02/13/1S 6 10: DEFAULT. In the event that Contractor shall file for bankruptcy or have filed against it a bankruptcy case, make a general assignment for benefit of creditors, or become insolvent, or should Contractor refuse or neglect to supply a sufficiency of properly skilled or other workmen or any adequacy of materials, tools and equipment, to prosecute vigorously the performance of the Work, or fail to make prompt payment for labor, services, materials, tools or equipment supplied In connection with the performance of the Work, or otherwise be In default in the performance of any of its obligations hereunder, Toll, five working days after mailing written notice to Contractor at Contractor's last known residence or place of business, or delivering notice at such place, or delivering notice to Contractor's foreman in charge of the Work, shall have the right to (a) provide and pay for such labor, services, materials, tools and equipment or otherwise to cure Contractor's default hereunder and deduct the cost thereof from any payments due or to become due Contractor; and/or (bl terminate this Agreement and take possession of all materials, at the project site for the purpose of completing the Work. In the case of such a termination, Contractor shall not be entitled to receive any further payments from Toll until the Work shall be wholly finished and accepted by Toll, at which time, if the unpaid balance of the amount to be paid to Contractor for Work that Contractor actually performed prior to its default shall exceed the expense incurred by Toll in finishing the Work, such excess shall be paid to Contractor; but if such expense shall exceed the unpaid balance, Contractor shall pay the difference to Toll plus damages, including attorney's fees and other costs Incurred. In the event that Contractor abandons the Work, Toll shaH have the right to exercise all of its rights under this Article 9 without providing any notice to Contractor. The remedies provided for herein are not exclusive, and Toll may elect any other remedies available under the law and this Agreement, Jointly or severally. Should any test or other evaluation of Contractor's Work be necessary, Contractor shall be responsible for all costs of such test or evaluation. Should the Work performed by Contractor not comply with contract specifications, subcontractor agrees to correct all deficiencies and to reimburse Toll for all cost incurred with regard to third- party inspection fees. 11: OTHER ITEMS. Communications with Toll shall be through Toil's Land Development Representative only. Contractor represents that prior to submitting its proposal, Contractor carefully examined all of the contract documents and Specifications; acquainted itself with the project site and all other conditions relevant to the Work; and made all investigations essential to full understanding of the difficulties which might be encountered in performing the Work. Toll has made no representations to the Contractor as to the conditions of the site and is not responsible in any way to the Contractor for the conditions of the site or any variations between actual apparent site conditions and plans, specifications, or other portions of the Agreement. Unless otherwise provided in this Agreement, no additional monies will be paid to the Contractor by Toll because of site conditions that are apparent or are indicated on the plans or other drawings and site conditions as they actually exist. Before starting the Work, the Contractor shall carefully inspect the workplace and shall notify Toll of any defects, improper materials, workmanship or other conditions which, in his opinion, affect the satisfactory completion of Work, or any damage which has occurred prior to the Contractor's acceptance of the workplace. The absence of any such notification will serve as an acceptance of the workplace by the Contractor as being in good condition and ready for his trade. To the fullest extent permitted by law, Toll shall not be responsible for any loss or damage to the Work to be performed and furnished by Contractor, nor shall Toll be responsible for loss of or damage to materials, tools, equipment, or other personal property owned, rented or used by Contractor or anyone employed by Contractor In the performance of the Work, including loss or damage that arises from, results from or is caused by Toll's negligence. It is advised that Contractor insure the Work against such casualty. Contractor is responsible and shall order all inspections necessary for the Work covered by this Agreement from the Engineer of Record, the appropriate Municipal, County, State, Federal or Private authority having jurisdiction for said Work prior to commencing and during execution of Work. Work completed without securing inspections shall be replaced at the Contractor's expense. All Work shall be guided by the latest revised, approved drawings. Contractor shall perform all Work within the limits of disturbance as established by the plan or as modified by Toll. Under no circumstances shall trees be removed or damaged outside the limits of disturbance without prior authorization by Toll. Trimming, cutting, damage or removal of trees and vegetation beyond the limits defined without authorization shall be replaced or repaired as required by Toll at the expense of Contractor. Contractor shall be responsible to ensure that all required erosion control measures for the scope of Work to be performed is in place and functioning prior to the start of Work. If the erosion control measures are not the responsibility of the Contractor by Agreement and they are not in place prior to Contractor being prepared to start the scope of Work, or if the erosion control measures are in place but are in need of repair/maintenance, Contractor shall give Toll a minimum of 72 hours notice of such deficiencies prior to the intended start of Work. Contractor shall be responsible for the maintenance of all previously installed erosion control measures (whether installed by Contractor or others) which are affected by Contractor's scope of Work until such time that Contractor completes the scope of Work in his control. Contractor shall be responsible for all consequences resulting from failure to maintain the required erosion control measures. All Work within stream encroachment, wetlands, buffers, floodplain, or otherwise designated protected areas shall be in strict conformance with the requirements of all governing authorities and the plans. Toll shall be notified a minimum of 72 hours prior to any Work within such areas. Contractor has read and agreed to all permit conditions attached as Exhibit "F". Contractor shall be responsible for supplying and maintaining all traffic control devices such as signs, flag men, barricades, uniformed police officers, etc. at all times while doing Work which would interrupt the normal flow of traffic, including drop-off/pickup of equipment or materials. All traffic control devices shall be in accordance with all applicable governing agency standards, whether specifically called for in the construction drawings or not. The Contractor is responsible for notification of anticipated traffic interruptions to Toll and to the proper governing agencies 72 hours prior to any Work within such areas. No signs or advertisements shall be posted on behalf of the Contractor or any party providing labor, materials, equipment, etc. to the Contractor. A 24 hour emergency telephone number providing for immediate response by Contractor shall be provided to Toll. Stakeout will be provided in accord with Exhibit "A" Section 16.0 "Specifications for Improvement Surveying and Construction Layout." If said Section 16.0 is included, then stakeout shall be the responsibility of the Contractor and will be provided in a manner sufficient to complete the Work detailed in the plan set and to the satisfaction of the governing authority. Survey stakes placed by others and removed by Contractor without authorization by Toll that require replacement shall be replaced at the expense of the Contractor. Survey stakes not used in a timely manner shall be checked or replaced at Contractor's expense if disturbed. 12: MISCELLANEOUS. Payments made hereunder shall not be evidence of the proper performance of all or any part of the Work or its acceptance by Toll. Contractor's acceptance of final payment hereunder shall constitute a complete release of any and all existing or future claims or demands by Contractor against Toll arising out of or relating to this Agreement or the performance of the Work, including without limiting the generality of the foregoing, claims or demands based in whole or in part upon Toll's negligence, to the fullest extent permitted by law. It is expressly understood and agreed that the performance of the Work is dependent upon Toil's performance of other Work. Should Toll, for any reason in its sole discretion, decide not to proceed with other Work and so notify Contractor, this Agreement shall become null and void and Contractor's compensation hereunder shall be limited solely to payment for Work actually completed, Toll and Contractor and their heirs, executors, administrators, successors and assigns, shall be bound by and severally fully perform the covenants contained herein. 13: LIMITATION OF LIABILITY. To the fullest extent permitted by law, Toll shall not be liable to Contractor, its agents, servants, workmen or employees, for any consequential damages arising from the breach of this Agreement or Toil's negligence, in whole or in part, and Toil's sole liability shall be for the payment of the contract sum set forth in this Agreement (to be prorated if the Work is not yet completed). 14: SAFETY. Contractor has agreed to comply with and has full knowledge of the latest revised Occupational Safety and Health Act (OSHA) and all related Federal, State and Local safety and health regulations, and will Work in accordance with the requirements therein contained. Contractor agrees that It will provide a "competent person", as that term is defined under 29 CFR 1926.32(f), to provide for daily safety inspections of the Work areas and Revision Oate; 02/13/15 7 related materials and equipment and to correct and/or eliminate any and all observed safety hazards as part of Contractor's accident prevention program. If Contractor falls to provide such competent person, and/or such person fails to perform daily safety inspections, or to correct and/or eliminate observed safety hazards, Toll may take any action allowed in this Agreement to remedy the situation. Contractor's employees must wear OSHA compliant hard hats at all times while at the Community. Contractor shall make available to Toll current copies of all Material Safety Data Sheets (MSDS) applicable to the products, materials, additives, etc. which will be used in the performance of this contract. Each Contractor will be responsible for reporting immediately to Toll LD personnel any work-related injuries that might occur on Toll Project premises, as well as job site hazards created by its employees or the employees of another Contractor as well. 15: NPDES. Contractor acknowledges receipt of and shall comply with Toll Brothers Storm Water Compliance Handbook, the Storm Water Discharge Permit Associated with Construction Activity, the Erosion and Sediment Control Plans, and the Storm Water Pollution Prevention Plan. EPA regulations require Toll and our Contractors to comply with the Local, Federal and State NPDES rules. Under federal law, Contractor may be considered an "operator" requiring a separate NPDES permit which Contractor shall obtain at no additional cost to Toll. Contractor shall become an NPDES co-permittee with Toll by default whether or not requested by Toll. In addition to complying with all site specific permit requirements, the Contractor shall at minimum, comply with all NPDES regulations outlined below: Fuels and Oils -Routine on-site refueling of equipment shall only be allowed under the following conditions: Refueling shall only be allowed from an OSHA-approved container; A proper spill kit provided by Contractor must be present; Contractor accepts all liability for spill clean up; Refueling shall not occur within 50' of a storm inlet, steep slopes, a wetland or water body. On-site equipment maintenance that could potentially cause a spill of regulated materials (IE: oil or coolant change) shall only be allowed with the permission of the Toll Land Development Rep. This type of maintenance shall only be allowed under the following conditions: Shall only be allowed in an area designated on the Storm Water Pollution Prevention Plan (SWPPP) that is not within SO' of a storm inlet, steep slopes, a wetland or water body; Work must be performed over a waterproof tarp or plastic sheet that shall be removed from the project once the maintenance is completed; All waste materials (drain oil, antifreeze, spent filters, etc.) shall be removed from the project site and disposed of properly; A proper spill kit provided by Contractor must be present; Subcontractor accepts all liability for spill clean up. Fuel or oil storage tanks are discouraged but shall be allowed in cases of hardship with the expressed written permission of the Toll Land Development Manager with the following conditions: Tank shall be located in an area designated in the SWPPP that is not within 50' of a storm inlet, steep slope, wetland or water body; Tanks shall not exceed 500 gallon capacity and shall have appropriate secondary containment; Tanks shall be secured and vandal- proof; Subcontractor accepts all liability for spill clean up; Subcontractor must know the state spill reporting rules, have a proper spill kit at the tank when refueling, post his name, phone number and the phone number of an environmental clean up company on the tank in case there is spill; Tanks shall be removed from site immediately upon completion of the Contractor's Work. Solid Waste -No solid materials shall be discharged to surface water. Solid materials, including construction materials, garbage, and debris shall be cleaned up daily and disposed of properly. Fertilizer and Soil Amendments • Fertilizers and Soil Amendments will be applied only in the quantity and method as specified by the manufacturer. Fertilizers and Soil Amendments will be worked Into the soil to limit exposure to storm water. Fertilizers and Soil Amendments will be stored in a covered container or an enclosed trailer and partially used bags will be transferred to a sealable bin to avoid spills. Paint and other Chemicals • All paint and chemical containers will be tightly sealed and stored when not required for use. Excess paint will be removed from the site and properly disposed according to the manufacturer's instructions. Spray guns or brushes/rollers will be cleaned on a removable tarp. Chemicals used on-site shall be kept in small quantities (one day's usage) and stored in closed containers undercover and kept out of direct contact with rain water or direct sunlight. Any spills will be cleaned up immediately and disposed of according to federal, state, and local regulations. Concrete -Concrete trucks will not be allowed to wash out on the site, except in a specially designated concrete washout area. Excess concrete shall not be disposed of at the washout area, but shall be trucked offslte. Form release oil used for poured in place concrete Work will be applied over a pallet covered with an absorbent material to collect excess fluid. The absorbent material will be replaced and disposed of properly when saturated. Pump Discharges • Ali pump discharges with the exception of clean water shall be to a sediment trap or basin or a filter bag placed on stable ground (grass, pavement, not bare earth). Filter bags shall not be placed on steep slopes. No pump discharges shall cause water to flow across steep slopes. Water Testing -When testing/cleaning of water supply lines, the discharge from the tested pipe will be collected and conveyed to a completed storm water pipe system for ultimate discharge into a sedimentation basin or Storm Water Management/Best Management Practice facility. Sanitary Waste • Portable lavatories are to be serviced on a regular basis by Contractor. They shall be located in upland areas 50' away from storm drains and away from direct contact with surface waters and staked to prevent blow over. Any spills occurring during servicing shall be cleaned up immediately, including any contaminated soils, and disposed of according to all federal, state, and local regulations. 16: STORM WATER COMPLIANCE. Toll has agreed to be bound by a consent decree ("Decree") that requires certain monitoring and reporting on storm water protections and best management practices on certain residential construction sites. To comply with that Decree, Contractor shall agree to the requirements set forth below in this section if the Community where the work is to be performed (the "Project") is subject to an Applicable Permit (as described below) for stormwater discharge associated with construction activities. Contractor shall comply with the Applicable Permit and with any instructions provided by Builder's Storm Water Compliance Representatives (as identified on the website at http://www.tollbrothers.com/lp/storm_compliance/ index.html) to comply with Storm Water Requirements. The term "Storm Water Requirements" includes the terms and conditions of the Consent Decree, the Applicable Permit and the laws and regulations that apply, interpret or enforce the Applicable Permit, in their current form or as any of the foregoing requirements may be amended from time to time. The term "Applicable Permit" shall mean whichever of the following permits (in its current form or as amended in the future) is applicable to the site where the Work (as defined in the Agreement) will be performed: (i) the Federal General Permit for Storm Water Discharges from Construction Activities; or (ii) in the case of a state with an NPDES Program that has been authorized by EPA under Section 402(b) of the CWA, 33 U.S.C. § 1342(b), and 40 C.F.R. Part 123 to issue individual or general NPDES permits including those for storm water discharges associated with construction activity (an "Authorized State"), the Authorized State's National Pollutant Discharge Elimination System ("NPDES") construction general permit; or (iii) an individual NPDES permit Issued by EPA or an Authorized State for storm water discharges associated with construction. Contractor shall designate a "Contractor Representative" who shall have the authority to oversee, instruct and direct Contractor's employees and subcontractors regarding compliance with Storm Water Requirements. Unless and until Contractor provides written notice to Toll designating a Contractor Representative, Contractor hereby designates the Contractor's signatory to this Agreement as the Contractor Representative. The Contractor Representative shall review the information and documents that are located and available at http://www.tollbrothers.com/lp/ storm_compliance/index.html. The Contractor shall circulate the "Dos and Don'ts list" to its employees and subcontractors who will be working at the project. The Contractor Representative shall contact the "Builder's Site Storm Water Compliance Representative" (whose name and contact information will be posted at a conspicuous place at the project) to obtain any additional storm water compliance information. If requested by Toll to perform inspections to confirm compliance with Storm Water Requirements, Contractor shall designate an employee to conduct those inspections who (a) possesses the skills to assess conditions at a site that could impact the quality of storm water and non-storm water discharges and compliance with Storm Water Requirements, and (b) is knowledgeable in the principles and practices of sediment and erosion control and other BMPs. Before conducting any inspections, said designee shall complete Toil's on-line Storm Water Training Program, which can be accessed by contacting Toil's R•vision Date: 02/13/15 8 National Storm Water Compliance Representative. Failure to comply with the Applicable Permit and/or Storm Water Requirements may result in (1) a breach of the Agreement, triggering Contractor's defense and indemnity obligations, as set forth in the Agreement; (2) backcharges against any accounts payable to Contractor under the Agreement or otherwise to reimburse Toll for any liabilities and/or costs incurred by Toll arising out of or relating to Contractor's failure to comply with the Applicable Permit and/or Storm Water Requirements, including, without limitation, any fines or penalties imposed by governmental agencies (including without limitation those described in the Applicable Permit), attorney's fees, and defense costs; (3) termination of the Agreement for cause; and/or (4) civil and/or criminal liability, per the provisions of the Applicable Permit 17: PROTECTION OF UNDERGROUND UTILITIES. The Contractor shall see that no utility lines of any nature shall be cut, disconnected, or disturbed. Prior to any digging or trenching, it shall be the Contractor's responsibility to call the national 8-1-1 "Know What's Below/ Call Before You Dig" number. Proof of underground location service notification shall be transmitted to Toll within 72 hours of receipt of same by Contractor. Waiver of "Call Before You Dig" requirement will only be valid if in writing and signed by a Toll Land Development Vice President. The Contractor is responsible for assessing the impact of any existing utility system and will provide for the appropriate measures to be taken in the event said utilities interfere with the Work contracted herein. Should the Contractor encounter uncharted utilities and/or related structures during the performance of Work contemplated under this Agreement, the Contractor shall consult the utility owner, Toll, and the governing authority having jurisdiction immediately for directions. The Contractor shall coordinate with Toll and the utility companies for the shut off of service lines if they are active. Any damage to underground or overhead utilities due to the negligence of the Contractor shall be the sole responsibility of the Contractor. 18: TEMPORARY ON SITE STORAGE. Toll may, at its discretion, provide a temporary location for the Contractor's use as a supply area. Toll takes no responsibility for Contractor's goods or facilities, nor will Toll provide utilities for Contractor's use. Contractor hereby agrees to indemnify and hold harmless Toll from any claims, losses, damages or expenses incurred in connection with the use of said supply and storage area. Contractor will be responsible for maintaining its site in a neat, safe and sanitary condition and will vacate said site upon ten (10) days notice from Toll. Contractor shall be responsible for any permits required for the on site storage area and for restoration of the area to a condition satisfactory to Toll at the time the area is vacated. Pursuant to this Agreement, Contractor shall stage all materials in the Work area so as not to interfere with other trades. All tools, equipment, machinery, and surplus materials shall be removed from the Work area by the Contractor promptly after the completion of the Work. Contractor shall not store or dispose of any hazardous wastes on site including but not limited to waste equipment fluids. The utmost care and attention will be placed on Job site cleanliness and organization. This will pertain to Work crews, equipment, staging areas, storage areas, and Work areas. Toll reserves the right to clean, relocate, or organize Contractors' equipment, staging areas, storage areas, and/or Work areas without notice to Contractor and at Contractor's sole expense if in Toil's sole opinion, said areas are not adequately maintained. 19: COMPLIANCE WITH APPLICABLE LAW/PLANS. Contractor shall comply with all applicable laws, ordinances, codes, rules and regulations, including, without limitation, all applicable laws, rules and regulations relating to equal employment opportunity, safety and environmental concerns. Contractor agrees that it will not take any adverse employment action against its employees on the basis of race, color, rellgion, national origin, age, disability, or other protected category established by applicable law. To the extent that there is any conflict between any part of this agreement, including the scope of Work, and any applicable law or filed plans, applicable law and filed plans control. Plans and specifications govern the scope and quality of the Work, but are not represented as being free of error or omission. Contractor shall be responsible for confirming that the plans and specification for the Work are correct. 20: NON-EXCLUSIVE; TERMINATION. Contractor agrees that this is not an exclusive contract for the performance of the Work and that Toll can assign all or any portion of the Work to another Contractor at any time for any reason whatsoever. In addition, Contractor agrees that Toll shall have the right to terminate this Agreement, without cause, forty-eight (48) hours after mailing written notice to Contractor at Contractor's last known residence or place of business, or delivering notice at such place, or delivering notice to Contractor's foreman in charge of the Work. In the event of such termination, Toll shall pay Contractor a pro-rata portion of the contract amount as set forth herein based upon the percentage of the Work completed up to the date of termination. Upon such payment, this Agreement shall be terminated and Toll shall have no further liability to Contractor. 2.1: SEVERABILITY. To the extent that any provision of this Agreement may be declared unenforceable, such provision shall be deemed stricken as though never part of this Agreement; otherwise, every other provision hereof and this Agreement shall remain in full force and effect. 22: WAIVER. No consent or waiver, express or implied, by either party to this Agreement relating to any breach or default by the other in the performance of any obligation hereunder will be deemed or construed to be a consent to or waiver of any other breach or default by such party. Failure on the part of Rt1vJ5ion Dat@: 02/13/lS 9 either party to complain of any act or failure to act or to declare the other party in default will not constitute a waiver of the rights of such party. 23: OTHER WORK. Contractor and Toll agree that this Agreement shall apply to and govern all Work that Contractor performs for Toll, and the supply of any materials or goods by Contractor to Toll, at this Community and at any other Community for which a Construction Agreement has not been executed with Contractor. 24: GOVERNING LAW. This Agreement shall be governed by the laws of the state where the Work is performed, without regard to choice of law principles which might otherwise call for the application of a different state's law. 2S: ENTIRE AGREEMENT. This Agreement and all Exhibits and Endorsements contain the entire agreement between the parties. No modification of this Agreement shall be binding unless it is in writing and signed by the parties. In witness whereof, the parties hereto have executed this Agreement on the day and year written below. EXHIBIT ATTACHMENTS 26. EXHIBIT "A"· SPECIFICATIONS The following Exhibit "A" specifications are attached hereto and made part of the Agreement herein: (Check applicable Exhibit "A" and fill in page numbers.) 1. D 01.0 Specifications for Wall Construction 2. D 02.0 Specifications for Clearing 3. D 03.0 Specifications for Erosion and Sediment Control 4. D 04.0 Specifications for Excavation 5. D 05.0 Specifications for Blasting 6. D 06.0 Specifications for Pipework 7. D 07.0 Specifications for Curb 8. D 08.0 Specifications for Paving 9. D 09.0 Specifications for Concrete Sidewalk and Driveway Aprons 10. D 10.0 Specifications for Utility Trenching 11. D 11.0 Specifications for Demolition 12. D 12.0 Specifications for Street Trees and Plantings 13. D 13.0 Specifications for Pump Station 14. D 14.0 Specifications for Asphalt Sidewalk and Paths 15. D 15.0 Specifications for Geotechnical Services 16. D 16.0 Specifications for Surveying 18. D 17.0 Specifications for Tennis Court 19. D 18.0 Specifications for Swimming Pool 19. D 19.0 Specifications for Geotech Paving 20. D 20.0 Specifications for 21. D 21.0 Specifications for Pages 1 through Pages 1 through Pages 1 through __ _ Pages 1 through __ _ Pages 1 through __ _ Pages 1 through __ _ Pages 1 through Pages 1 through Pages 1 through Pages 1 through Pages 1 through Pages 1 through __ _ Pages 1 through Pages 1 through Pages 1 through Pages 1 through __ _ Pages 1 through Pages 1 through Pages 1 through Pages 1 through Pages 1 through __ _ 27. EXHIBIT "B" -AGREEMENT AMOUNT, PAYMENT SCHEDULE AND CONTRACTOR'S REQUEST FOR PAYMENT SUMMARY The Agreement Amount, Payment Schedule and Contractor's Request for Payment Summary - Pages 1 through 19 are incorporated herein: 28. EXHIBIT "C" -UNIT PRICES The following Exhibit "C" for unit pricing is incorporated herein. Unit prices are only for extra services over and above the Agreement for which the consideration is specified in Exhibit "B". All extra Work may only be authorized through the issuance of Toil's Land Development Change Order executed by both Contractor and Toll prior to start of Work. All extra Work by Contractor without the pre-authorized executed Change Order shall be at the expense of the Contractor. Rovi,i<,n D•te: 02/13/15 10 Check Applicable Exhibit "C" 15<'.1 Additional Work Price List "Unit Prices" and/or "Equipment Unit Prices" Pages 1 through _1 __ D_unit Price List Soil Erosion and Sediment Control Pages 1 through __ _ D ---------------Pages 1 through __ _ 29. EXHIBIT "E" -SCHEDULE The schedule for Work to be performed is attached hereto as Exhibit "E". 30. EXHIBIT "F" -OTHER All applicable local, state, and federal permits are included in this Agreement by reference whether attached or not. The following additional exhibits are attached hereto: 31, SITE SPECIFIC GENERAL REQUIREMENTS: All bid documents prepared by Moote Companies. FED I.D.: q6-2':J'160t+3 By: "-'/4_~ CONTRACTOR ~ ~ Print Name: f" a=.c-:r.ri 50n Title: v·1ce-:P020.I de-rrr Date: I I / 41 15" R•eislon Date; 0:!/13/15 11 TOLL BROS., INC. By: Print Name: Title: Date: Senior Manager's Signature: I l -10 -15 LD Vice President Signature: -,-=~=-=a.:ck:;::--~'/----..------- SECTION B INSTRUCTIONS TO BIDDERS General Information: Sealed bids will be received at Moote Companies Office, 60 Corporate Park, Suite 100, Irvine CA 92606, Attn: Terry Paulson. Bidders are directed to have their bids time-stamped by the Receptionist prior to 2:00 PM. Live bid opening immediately following at 2:00 PM. 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. The Owner may reject any bid not prepared and submitted in accordance with the provisions hereof; 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, may submit to the Bid Administrator, Moote Companies, Attention Terry Paulson, 60 Corporate Park, Irvine, CA 92606, Telephone (949) 428- 1400, Ext. 210, Facsimile (949) 428-1410, E-Mail (tpaulson@moote.com) or Eric Nutter {enutter@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 delivery. 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 Moote Companies' BOX website. Alternatively, hard copies of the bid documents may be obtained by contacting Moote Companies. Each bid proposal must be submitted in a sealed envelope which is plainly marked with the correct title of the project as it appears on the Bid Proposal and Contract Specifications cover sheet, delivered to the Bid Administrator on or before the hour and date stated in the "Notice Inviting Bids" page "A-3". 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. STREET, SIGNALIZATION, SIGNING & STRIPING, STORM DRAIN, SANITARY SEWER, DOMESTIC WATER AND RECYCLED WATER IMPROVEMENTS FOR EL CAMINO REAL B-1 SECTION B Acceptance or Rejection of Bids: The Owner 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 Awarding Body deems that acceptance of the lowest responsible bidder is not in or for the best interest of the Project, it may reject all bids and advertise for other bids; or ii. If the Awarding Body determines the lowest bidder is not responsible, it may award the bid to the next lowest bidder deemed responsible. iii. The basis of the award will be the lowest responsive and responsible bid for the combination of the Base Bid plus any Alternates for Contract Price Schedule. The Awarding Body shall be, and is hereby constituted, the exclusive judge as to the responsibility of a bidder, and in ascertaining the fact that the Awarding 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. Rejection of Bids Containing Alterations: Bid proposals may, at the Owner's option, be rejected if they contain any alterations, additions, conditional or alternative bids, incomplete bids, erasures, or irregularities of any kind. The Owner 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 Surety: Each proposal submitted under these specifications must be accompanied by cash, or by a certified or cashier's check payable to the Owner, or by a bidder's bond executed by an admitted surety company in favor of the Owner, 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 Owner. Surety to be an admitted carrier in the State of California. 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 Owner; whereupon the Owner 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 Owner 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. License: To be considered, a potential bidder must have the kind of license required under provisions of the California Business and Professions Code for the work covered in this proposal when his bid is STREET, SIGNALIZATION, SIGNING & STRIPING, STORM DRAIN, SANITARY SEWER, DOMESTIC WATER AND RECYCLED WATER IMPROVEMENTS FOR EL CAMINO REAL 8-2 SECTION B submitted. This includes a joint venture form to submit a bid. Each item of work will be performed by a Subcontractor that is qualified and properly licensed for that work. The Subcontractor must possess a valid State of California Contractor's License set forth in the "Notice Inviting Bids" page "A-3" at the time of bid submission. Award of Contract: The Award of Contract, if it is awarded, will be to the lowest responsive and 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 project 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. Workman's Compensation Certificate: § 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 § 1861 of the State Labor Code, the Contractor shall sign a Compensation Insurance, and submit same to Owner 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 three (3) calendar days, not including Sundays and legal holidays, after the Owner 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 three (3) 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 Owner, 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 Awarding 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 Owner, not as a penalty, but as liquidated damages. Contract Documents: The specifications, proposal and plans may be secured from Moote Companies' BOX website. The complete contract shall include all of the "Contract Documents" set forth herein: NOTICE TO CONTRACTOR'S /INVITATION FOR BID INSTRUCTIONS TO BIDDERS STANDARD SPECIFICATIONS SPECIAL PROVISIONS GENERAL CONDITIONS STREET, SIGNALIZATION, SIGNING & STRIPING, STORM DRAIN, SANITARY SEWER, DOMESTIC WATER AND RECYCLED WATER IMPROVEMENTS FOR EL CAMINO REAL B-3 SECTION B SPECIAL CONDITIONS EXHIBITS BID PROPOSAL ADDENDA PROJECT SCHEDULE ADDENDA ACKNOWLEDGEMENT LABOR REQUIREMENTS BIDDER'S RATE SHEET BIDDER'S PROPOSED CONSTRUCTION SCHEDULE BIDDER'S REFERENCE BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S LICENSING STATEMENT NON-COLLUSION AFFIDAVIT NOTICE OF EQUAL EMPLOYMENT OPPORTUNITY CONTRACT PRICE SCHEDULE -SCHEDULE OF UNIT PRICES BID BOND WORKER'S COMPENSATION CERTIFICATION INSURANCE CERTIFICATES PERFORMANCE BOND PAYMENT BOND STANDARD DRAWINGS SOILS REPORT PLANS SWPPP STREET, SIGNALIZATION, SIGNING & STRIPING, STORM DRAIN, SANITARY SEWER, DOMESTIC WATER AND RECYCLED WATER IMPROVEMENTS FOR EL CAMINO REAL 8-4 SECTION B 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. Utility Identification: Utility Owner's who may have facilities, which affect the work, are as follows: Underground Service Alert Southern California Edison Southern California Gas Company (800) 227-2600 (800) 655-4555 (213) 244-1234 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§§ 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 Owner or Contractor 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. {Remaining page left intentionally blank} STREET, SIGNALIZATION, SIGNING & STRIPING, STORM DRAIN, SANITARY SEWER, DOMESTIC WATER AND RECYCLED WATER IMPROVEMENTS FOR EL CAMINO REAL B-5 SECTION C 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 Agency's 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 work for traffic control on Project shall be performed within the guideline of the American Public Works Association's W.A.T.C.H. Manual. All applicable provisions of said 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 Owner 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 Owner, 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 the project be constructed and completed in accordance with the specifications, drawings and other contract documents, the installation of Street, Signalization, Signing and Striping, Storm Drain, Sanitary Sewer, Domestic Water and Recycled Water Improvements in El Camino Real between Cannon Road and Tamarack Avenue. C. General Information: The Contractor shall take all necessary precautions to protect 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 other improvements located adjacent to areas to be improved. D. Construction Specifications: 1. Applicable Laws and Ordinances The location of the work is within the Agency's sphere of influence. The Contractor 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 Contractor shall conform to all State STREET. SIGNALIZATION, SIGNING & STRIPING, STORM DRAIN, SANITARY SEWER, DOMESTIC WATER AND RECYCLED WATER IMPROVEMENTS FOR EL CAMINO REAL C-1 SECTION C and local regulations pertaining to safety measures, traffic, barricades, night lighting, etc. to the satisfaction of the Agency. 2. Contractor's Responsibility for Work Until the formal acceptance of the work by the Owner, the Contractor 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 Contractor 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 Following: The Contractor 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 Owner's 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 Owner's shall have access to their driveways at the end of each workday. In all cases where the Contractor must block driveway access to a business, the Contractor shall notify the business at least ten (10) days prior to the blocking of access to that property. The Contractor shall coordinate with the property Owner to determine the optimum time for closure. The Contractor 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 Contractor shall open that driveway each night. 4. Cooperation Between Contractors and Obstructions The Contractor 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. Contractor will be held liable for any damage to existing improvements or interference with service resulting from his operations. The exact location of the underground facilities and improvements within the construction area shall be ascertained by the Contractor 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. Shop Drawings At a time sufficiently early to allow review and approval, the Contractor shall submit to the Owner shop drawings, in accordance with Section 2-5.3 of the Standard Specifications, and a construction schedule. 7. Inspection The Owner, 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 Contractor shall notify the Owner's Representative twenty-four (24) hours in advance when he STREET. SIGNALIZATION, SIGNING & STRIPING, STORM DRAIN, SANITARY SEWER, DOMESTIC WATER AND RECYCLED WATER IMPROVEMENTS FOR EL CAMINO REAL C-2 SECTION C will require inspection for either material or work to be done. The inspection of the work shall not relieve the Contractor 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 Owner or Engineer and accepted or estimated for payment. 8. NPDES Requirements Adequate precautions must be taken to prevent construction and excavation debris from entering surface waters. All aspects of the Owner's Storm Water Management shall be adhered to in compliance with the Owner's NPDES Permit. The Contractor will be responsible for erosion control to protect his work until all work has been accepted. The erosion control shall comply with all provisions of the State SWPPP and the Federal NOPES. A copy of these provisions are provided and will be on site and available for review at any time. 9. Unsuitable Materials It is the Contractor's responsibility to haul away unsuitable excavated material from the project site at his own expense. The Contractor shall establish frequent intervals of collection and disposal of all such materials and waste. 10. Compaction Tests Compaction tests shall be required by the Owner and will be paid for by the Owner. The Contractor shall provide the Engineer with a minimum of 48 hours prior notice to the time compaction tests can be performed. The Contractor 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 Contractor shall clean the site of his operations, including the areas under control of the Owner that have been used by the Contractor 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 Owner. Final acceptance of the work by the Owner will be withheld until the Contractor has satisfactorily complied with the foregoing requirements for final cleanup of the project site. E. 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: BIDDER (Contractor) -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 {Contractor) -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. Determination as to which bidder is the Lowest Responsible Bidder shall be made by the Owner, and the decision of the Owner shall be conclusive as to all bidders. STREET, SIGNALIZATION, SIGNING & STRIPING, STORM DRAIN, SANITARY SEWER, DOMESTIC WATER AND RECYCLED WATER IMPROVEMENTS FOR EL CAMINO REAL C-3 SECTION C F. 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: Contractor shall commence work within five (5) calendar days after execution of the contract by the Owner and shall be completed within the allotted working days set forth in the "Notice Inviting Bids" page "A-3" after Notice to Proceed. Workdays are Monday through Friday, except legal holidays. G. Liquidated Damages Notwithstanding the amount of liquidated damages specified in Subsection 6-9 of the Standard Specifications, the amount of liquidated damages shall be $1,000.00 per calendar day over and above the allotted working days set forth in the "Notice Inviting Bids" page "A-3" after Notice to Proceed, which shall be paid or withheld in accordance with the provisions of said Subsection 6-9. H. Examination of Plans, Specifications, Special Conditions, and Site of Work In supplement to Subsection 2-5.1, General, of the Standard Specifications, the following plans, specifications, special conditions, and site of work shall apply: The bidder is required to examine carefully the site, 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 Owner or its officers, that such conditions actually exist, nor shall the Subcontractor be relieved of the liability under his contract, nor the Owner 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. I. Preparation of Bid Each bid must be submitted on the prescribed proposal form. All blank spaces for bid prices must be filled in 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. STREET, SIGNALIZATION, SIGNING &STRIPING, STORM DRAIN, SANITARY SEWER, DOMESTIC WATER AND RECYCLED WATER IMPROVEMENTS FOR EL CAMINO REAL C-4 SECTION C Bidders are invited to be present at the live 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 Owner 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 Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid if the evidence submitted for, or investigation of, such bidder fails to satisfy the Owner 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. The bidder must be capable of performing 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 performing 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 Contractor 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 Owner and the corrective measures to be taken will be determined by the Owner. 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 Owner does not expressly, or by implication, agree that the actual amount 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 Owner. N. Proposal Guaranty (if required) Each bid shall be presented under sealed cover and shall be accompanied by cash, a certified or cashier's check payable to the Owner, 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 Owner for the work at the prices stated in his bid. Bidder's bond shall be made payable to the Owner 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 Contractors, the amount of said guaranty shall be not less than ten percent (10%) of the total amount bid in the proposal. 0. Liquidated Damages for Failure to Enter into Contract (if applicable) 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 Owner, as liquidated damages for such failure or refusal, the security deposited with his bid. STREET, SIGNALIZATION, SIGNING & STRIPING, STORM DRAIN, SANITARY SEWER, DOMESTIC WATER AND RECYCLED WATER IMPROVEMENTS FOR EL CAMINO REAL C·S SECTION C P. Withdrawal of Proposals (if applicable) 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 Owner 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 performing the class of work contemplated. 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," Latest 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 Contractors" 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 Owner shall not operate as a waiver of any provision of this contract, or of any power reserved to the Owner, 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. {Remaining page left intentionally blank} STREET, SIGNALIZATION, SIGNING & STRIPING, STORM DRAIN, SANITARY SEWER, DOMESTIC WATER AND RECYCLED WATER IMPROVEMENTS FOR EL CAMINO REAL C-6 SECTION D GENERAL CONDITIONS 1) Obstructions: Contractor's attention is directed to the existence of certain underground facilities that may require special precautions be taken by the Contractor 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; natural gas in pipe lines greater than 6 inches in diameter or pipelines operating at pressures greater than 60 psi (gauge); 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 500 volts Forty-eight (48) hours prior to beginning construction, the Contractor shall notify the following agencies: Underground Service Alert (800} 227-2600 2) Contractor's Site Facilities: Contractor shall provide his own field trailer, telephone, utilities, portable toilets, temporary facilities, etc. Location of Contractor's site facilities shall be approved by Owner. 3) Coordination with Other Trades: Contractor agrees to coordinate his work with that of other Contractors, Utilities, Agencies or Builders who may be working on the project concurrently. 4) Permits and Fees: The Contractor 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 Owner 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 Contractor shall conform to each requirement as called out under the specific permit, license agreement, right of entry or agreement issued for the project. 5) Staking: The Owner has designated a licensed Project Civil Engineer and Surveyor to perform all staking as required hereunder. The Owner will provide one (1) set of construction staking. The Contractor shall pay for additional staking required, due to negligence by the Contractor. Cost of any damage to stakes, loss of stakes, or re-staking shall be deducted from monies due to the Contractor. It shall be the Contractor's responsibility to review construction surveying requirements with the Project Civil Engineer and the Owner's Designated Representative prior to commencing operations and inform the Owner's Designated Representative the staking he will require as authorized by this Contract. The Contractor shall give the Owner's Designated Representative a minimum of forty-eight (48) hours written notice for all staking services. The Contractor shall notify the Engineer of discrepancies in staking prior to construction of any item suspected to be staked incorrectly. Contractor shall give Civil Engineer a minimum of forty-eight (48) hours for all staking requirements. STREET, SIGNALIZATION, SIGNING & STRIPING, STORM DRAIN, SANITARY SEWER, DOMESTIC WATER AND RECYCLED WATER IMPROVEMENTS FOR EL CAMINO REAL D·l SECTION D 6) Soils: A set of Soils Reports will be provided with the contract documents for the Contractor's use and the Contractor is expected to be thoroughly familiar with said Soils Reports before commencing work. It is understood by the Contractor that neither the Owner 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 Contractor shall be knowledgeable in all areas of construction in Contract Price Schedule, shall review and understand the Soils Reports, Construction Specifications and Bid Documents, and shall be solely responsible for performing excavations, backfill and compaction, traffic control, paving, and strict compliance with the street improvement Specifications. Work that does not meet the specifications shall be corrected at Contractor's expense. The Contractor shall provide all traffic control including but not limited to K-rail, construction barricades, delineators, signs, and temporary fencing that are normally required in the area of open trenches, excavations and similar items of work. 7) Earthwork and Trench Compaction Requirements: Trench and compaction requirements shall be per the Geotechnical Report and the Agency. Roadway earthwork shall consist of trimming and finishing the sub-base grading plane to within the tolerance allowed in the Standard Specifications for Public Works Construction and as directed by the Engineer. All unused and/or unsuitable removed material shall be immediately hauled from the project site and disposed of. Excavation and embankment beyond the limits established by the drawings, unless ordered in writing by the Engineer, will not be measured for payment. 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 Contractor, by submitting a bid, acknowledges that he has investigated the risk arising from such waters and has prepared his bid accordingly; and Contractor submitting a bid assumes all said risk. The Contractor 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 Contractor shall obtain written permission from the applicable public agency or property Owner before any diversion of water outside of street right of way will be pennitted. 9) Removal of Water: The Contractor 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. 10) Dewatering (If applicable): 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. STREET, SIGNALIZATION, SIGNING & STRIPING, STORM DRAIN, SANITARY SEWER, DOMESTIC WATER AND RECYCLED WATER IMPROVEMENTS FOR EL CAMINO REAL D-2 SECTION D Disposal of water from dewatering operations shall be the sole responsibility of the Contractor. 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. Payment for dewatering, if encountered, shall be included in the payment for the construction line items in Contract Price Schedule and no additional compensation will be made therefore. 11) Furnishing and Applying Water: Construction water required for this project will be paid for and furnished by the Contractor. The Contractor is responsible for delivery and application of said water. 12) Erosion Control: All erosion control to be in compliance with the project SWPPP. During construction operations, the Contractor shall be responsible for all erosion control to protect his work and offsite properties at no cost to Owner. This condition shall exist until construction certification and acceptance by Owner. It shall be the Contractor'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 Contractor without reimbursement or compensation of any kind. 13) Dust Control: The Contractor shall implement the project SWPPP program provided 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 Contractor shall clean all streets adjacent to the site on a daily basis with a street sweeper and/or a water truck (if allowed by County Inspector and under NPDES Rules). The streets will be cleaned on a more frequent interval should it be determined necessary by the City Inspector. At all times during construction and until project is complete, the Contractor, when he or his Subcontractor is operating equipment on this project, shall prevent the formation of any airborne dust nuisance. The Contractor will be responsible for any damage caused by dust from his work, including but not limited to citations, fines, lawsuits or charges resulting from dust nuisance. The Contractor shall fully comply with AQMD Rules 401 and 403. 14) Hours of Construction -Noise Control: Hours of construction operation shall be 9:00 am to 3:30 pm, Monday through Friday. There will be no construction on Saturdays, Sundays or on any Federal holiday unless written approval from the Agency is obtained. Utmost regard shall be extended to nearby residents who access, parking, equipment staging and materials delivery shall be maintained as directed by the Owner. Noise restrictions shall be adhered too completely during off and/or overtime hours. Any particular noise ordinances applicable to this project shall be followed fully. 15) Equipment Maintenance: Most refined petroleum products, (gasoline, diesel fuel, motor oil, grease, coolant, etc.), have chemical constituents considered hazardous by EPA. The Owner will not allow disposal of these materials at the site. Should soils be contaminated as a result of accidental spills, clean-up per EPA requirements shall be done at the Contractor's expense. 16) Inspection: STREET, SIGNALIZATION, SIGNING & STRIPING. STORM DRAIN, SANITARY SEWER, DOMESTIC WATER AND RECYCLED WATER IMPROVEMENTS FOR EL CAMINO REAL D-3 SECTION D 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 Owner's Representative and the Owner. 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) Superintendent: Contractor shall provide full time superintendence throughout the duration of the field work. Prior to start of construction, Contractor 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 Contractor's superintendent is to be changed during the contract, Contractor will obtain approval from the Owner. 18) Compensation for Extra Work: Per Owner's Development Construction Agreement {Remaining space left intentionally blank} 19) Verification of Existing Facilities: Contractor shall take full responsibility to verify locations and elevations of all existing facilities and utilities including existing laterals, conduits, irrigation lines, oil lines and water lines. These utilities shall be located prior to proceeding with construction. Any variations from plans shall immediately be reported to the Owner 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 Existing Facilities: Contractor shall protect, provide erosion control, maintain and replace as necessary the existing improvements. 21) Inspection of Site: Contractor 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 STREET, SIGNALIZATION, SIGNING &STRIPING, STORM DRAIN, SANITARY SEWER, DOMESTIC WATER AND RECYCLED WATER IMPROVEMENTS FOR EL CAMINO REAL D-4 SECTION D 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 Owner, 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 that Contractor destroys or loses, 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 Contractor. Any tests, surveying or inspections not provided by the Owner, the Civil Engineer, the Geotechnical Consultant, or by any governmental agency or agencies having jurisdiction thereover shall be included in the contract work. 23) Safety: Safe working conditions shall be maintained at all times in accordance with and jurisdiction of the California 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 conditions as may be deemed appropriate by competent authority. All workers shall wear proper flagging garments while performing work within the right-of-way. 24) Indemnity: Indemnification: Per Owner's Development Construction Agreement Please prepare the Performance and Payment Bonds to name the Agency as an additional beneficiary. 25) Dumping Fees: Handling of all export materials is by Contractor and is included in the Contract Price Schedule including all Fees, Permits and Costs associated with removal and dumping of materials and debris. 26) Time for Commencing and Completing Work: The Contractor 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 section 40, herewith. Time being of the essence, the Contractor shall pursue work diligently and fully and finally complete the Work within the allotted working days after Notice to Proceed is issued by Owner. 27) Payments: A. All necessary paperwork must be complete at time of invoicing; including but not limited to, all lien releases, work tickets, purchase orders, and certified payroll. B. Progress field measured quantities must be approved and signed by Owner's Construction Manager. C. A current certificate of insurance approved by the Agency and the Owner, must be on file before any work commences or any payment is made. D. All invoices must be delivered to the Construction Manager. STREET, SIGNALIZATION, SIGNING & STRIPING, STORM DRAIN, SANITARY SEWER, DOMESTIC WATER AND RECYCLED WATER IMPROVEMENTS FOR EL CAMINO REAL D-5 SECTION D E. 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 MAILED -NO EXCEPTIONS will be made. F. A current W-9 form must be filled out and on file. » 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. }.-Billing Procedure: Per Owner's Development Construction Agreement General: Contractor will be paid only for the items as listed in the Contract Price Schedule and constructed in accordance with the Plans and Specifications. Should any pay item contained in the Contract Documents be found unnecessary for the proper completion of the work, the Owner may, upon written Change Order to the Contractor, 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 Owner, a cost was agreed to by all parties and a written Change Order was approved and submitted to the Owner prior to the construction of said work. The retention payment will not be released until the Contractor 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 Owner, Owner's Engineer, Soils Consultant and Agency. Before the Owner shall make the final payment, Contractor shall execute and file with the Owner 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. 28) Insurance: . :> (A) Insurance: Per Owner's Development Construction Agreement 29) 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," and 7-1.12 "Responsibility for Damage," 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 costs for traffic control equipment and set up are included in the schedule of unit prices. No additional compensation for traffic control will be allowed therefore. All existing traffic control signs and street name signs shall be maintained in visible locations as directed by the engineer. All warning lights, signs, flares, barricades and other facilities for the sole convenience and direction of public traffic shall be furnished and maintained by the Contractor. 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. Full compensation, except as otherwise provided herein, for conforming to the requirements of this article STREET. SIGNALIZATION, SIGNING & STRIPING. STORM DRAIN. SANITARY SEWER, DOMESTIC WATER AND RECYCLED WATER IMPROVEMENTS FOR EL CAMINO REAL D-6 SECTION D 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. 30} Trench Safety and Shoring Excavation: The Contractor 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 permit 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 Contractor 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 Contractor 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 Contractor 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, the 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 Contractor 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. In addition to shoring the excavations in accordance with the minimum requirements of Industrial Safety Orders, it shall be the Contractor'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 Contractor shall be solely responsible for any damages which may result from his failure to provide adequate shoring of the excavation under 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 unit price bid for pipeline installation and no additional compensation will be allowed. 31) Handling of Export/Import Materials or Temporarily Stockpiled Excavated Materials: The Contractor and/or his Subcontractors and material men 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 Contractor shall be responsible for identifying and procuring any and all temporary storage sites for the stockpiling of imported, exported or temporarily stockpiled excavated materials. Contractor shall not place or store any materials within the DWP right-of-way. Handling of all export materials is by the Contractor and is included in the schedule of unit prices including all Fees, Permits and Costs associated with removal and dumping of materials and debris. STREET, SIGNALIZATION, SIGNING & STRIPING, STORM DRAIN, SANITARY SEWER, DOMESTIC WATER AND RECYCLED WATER IMPROVEMENTS FOR EL CAMINO REAL D-7 SECTION D 32) Removal of Existing Materials: Immediately following removal of existing facilities, pipe, pavement or dike or curb and/or gutter, the Contractor shall diligently pursue this portion of work until completion. 33) 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 Improvements, implementation and engineered plan (if required) costs are included in this Bid. If the Contractor 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. No additional compensation will be allowed therefore. All traffic control signing, striping, and barricading shall conform to The Agency(s) Standards, Ordinance No. 461 and subsequent amendments and CAL TRANS' current Standards and Requirements. The cost of all interim traffic control signing, striping, barricades, lighting, etc., which are required with the various items of construction, and are not shown on the plans, are included in the unit costs of the construction items. 34) Street Closures, Detours, and Barricades: The Contractor shall maintain the minimum traffic requirements designated in the General Conditions. It shall be the Contractor's responsibility, at a minimum, to adhere to the 'W.A.T.C.H." Manual. No street or access closure to through traffic will be allowed without the express approval of the Agency. 35) Default by Contractor: The Owner has the right to suspend the work in whole or in part or cancel the contract without liability for damages, when in the Owner's opinion the Contractor is not complying in good faith, has become insolvent, has assigned or subcontracted any part of the work without Owner's consent, or shall fail to abide by the provisions of the Contract Documents. In the event it is necessary for the Owner to suspend the work as provided in this section, the Contractor shall not be entitled to any additional compensation for labor, materials, or other cost or expense which may be incurred as a result thereof. Owner shall further have the right to withhold from the Contractor, any reasonable estimated sums as determined by the Engineer as may be required to correct the result of the Contractor's failure to abide by the provisions of the Contract Documents. The Contractor shall remain liable to the Owner for any correction cost in excess of cost incurred. Should work be suspended in part, Contractor shall continue with other work unaffected by the work suspended in accordance with the regular schedule or construction practices. 36) 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 Owner or his authorized representative. STREET, SIGNALIZATION. SIGNING & STRIPING, STORM DRAIN, SANITARY SEWER, DOMESTIC WATER AND RECYCLED WATER IMPROVEMENTS FOR EL CAMINO REAL D-8 SECTION D The Contractor 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 Contractor shall contact all utilities and Underground Service Alert for utility locations prior to making any excavations. The Contractor shall make exploratory excavations in advance of work to determine exact locations and depths of all utilities that may interfere with the work to be done. It shall be the responsibility of the Contractor to make such explorations sufficiently in advance of construction. No error or omission on said drawings shall be construed to relieve the Contractor of the responsibility to protect any such pipe, conduit, pole, or other structure. All operations of the Contractor affecting sewer, water, and storm drain piping, and the restoration thereof, shall conform to all lawful requirements prescribed by the Standard Specifications, or other agency having jurisdiction. All concrete or asphalt pavement and all other facilities excavated or damaged by the operations of the Contractor shall be reconstructed by the Contractor 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 Owner. All replanting of shrubs and other vegetation shall be performed promptly following completion of the work in the affected areas. The Contractor 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. 37) Contract Schedule Of Unit Prices: 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, applying construction water, temporary fencing, fine grading, compaction, temporary paving, barricades, traffic control, warning devices, dust control, pumping, potholing, signalization, extra rock bedding, groundwater disposal, temporary erosion control, damage repair, cleanup, street cleaning, temporary facilities, portable toilets and job safety as long as the Contractor is on the project. 38) a. 1. Contractor shall clean-up and remove all debris related Contractor's work. 2. Contractor shall restore all slopes to their original condition. Project Specifics: Contractor agrees and understands that all work shall include, but not be limited to: };,-Traffic Control, including all detours and road closures, plan preparation and processing, as approved and accepted by Agency. };,-Construction Water };,-Removals & Disposal As Required STREET, SIGNALIZATION, SIGNING &STRIPING, STORM DRAIN, SANITARY SEWER, DOMESTIC WATER AND RECYCLED WATER IMPROVEMENTS FOR EL CAMINO REAL D-9 SECTION D );,, );,, );,, );,, );,, ).>- ).>- >"' Repairs as Needed to Existing Facilities Mobilization, Demobilization Portable Facilities such as Portable Toilets Barricades Backfill and Compaction Dirt Balance and Subgrade Pavement and Required Base All erosion control, devices and implementation to meet the requirements of the NPDES, SWPPP, and any other Agencies is the responsibility of the Contractor up until the time of final acceptance by The Owner. Signing and Striping Final Raise of Manholes and Valve Cans b. Contractor 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. 39) Department Of Fish And Wildlife, (if applicable): Contractor shall comply with all requirements and regulations of the Department of Fish and Wildlife as they apply to the work covered by the Project. 40) Rain Days: The determination that a day is a non-working day by reason of inclement weather or conditions resulting immediately there from, shall be made by the Geotechnical Consultant and the Contractor and approved by the Owner or Owner's Representative. In such event Contractor shall obtain a signature, date and time-stamped "Rain Day Determination Record" by Owner or Owner's Representative. 41) Backcharges: Contractor hereby consents to reductions in payment for any damages or defects to Owner's property caused by Contractor, his agents, employees, Subcontractors, or any other person conducting business on the Owner's behalf. Where additional costs arise as a direct result of the Contractor not performing in accordance with the terms and conditions of the Construction Contract, the Owner has the right of deduction payment for any and all losses. This deduction in payment shall be known as a BACKCHARGE. In all cases, an attempt will be made to discuss the damages, defects and/or loss with the Subcontractor prior to exercising a backcharge. Upon notification, said backcharge will be used to reduce the most current approved invoice being processed by Owner's Accounting Department. 42) List Of Suppliers: Contractor shall furnish Owner with a duplicate copy of all delivery receipts for materials delivered to Contractor at, or for use, on the job. Such delivery receipt shall be furnished to Owner within twenty-four (24) hours after each such delivery. 43) Data Furnished By Contractor: Contractor, at its sole cost and expense, shall furnish promptly, when requested by the Owner, copies of shop drawings, as-built plans, schedules, or any other data that may be necessary. 44) Equipment and Materials: Contractor shall submit a list of equipment and material items to be furnished with the name of the manufacturer. 45) Air Quality Management Control Board Requirements: Contractor shall supply all labor, materials and equipment in order to satisfy the relevant Air Quality Management Control Board and the Owner concerning dust control as required throughout the duration of Contractor's performance of Contractor's work. STREET, SIGNALIZATION, SIGNING & STRIPING. STORM DRAIN, SANITARY SEWER, DOMESTIC WATER AND RECYCLED WATER IMPROVEMENTS FOR EL CAMINO REAL D-10 SECTION D Contractor shall be responsible for the implementation and carrying out of "Rule 401 and 403" of the Air Quality Management Control Board. All testing/monitoring/reporting as required by Air Quality Management Control Board shall be done at Contractor's expense. Contractor or any of his Subcontractors shall be subject to any fine imposed by the Air Quality Management Control Board of violations of "Rule 401 and 403". 46) Withdrawal Clause: Project Owner reserves the right to add or delete any portion of the contract work at any time without any additional charge to the Project Owner. In the event that certain portions of the Contract work are withdrawn/added from/to this contract, the total bid amount associated with that item will be deducted/added from/to the total Contract price. 47) Notifications: It will be the Responsibility of the Contractor to make all necessary notifications and coordination with all affected agencies, including but not limited to Police, Fire, School District and Owner. 48) Spillage: The Contractor at his expense shall remove spillage resulting from hauling operations along or across any public right-of-way. 49) Move-Ins: It is the intent to complete this project in a progressive/orderly manner, therefore eliminating any added moves not originally anticipated. This project is based on one move-in. However, any moves required to accommodate the scheduled work are included in the unit price for items of work, and no additional compensation will be made if Contractor is at fault. 50) Rate Sheet: Contractor shall provide a rate sheet for all equipment and manpower that may be used on this project and this will become a part of the bid package. {Remaining page left intentionally blank} STREET, SIGNALIZATION, SIGNING & STRIPING, STORM DRAIN, SANITARY SEWER, DOMESTIC WATER AND RECYCLED WATER IMPROVEMENTS FOR EL CAMINO REAL D-11 EXHIBIT "B" 1.0 PAYMENT SCHEDULE SPECIFICATIONS FOR CONTRACTOR AGREEMENT-IMPROVEMENTS 1.1 All prices are firm for all work and materials started on or before 10/13/2016, and shall automatically renew for 30-day periods until written notice is given by either party; such written notice must be given at least 30 days prior to the expiration of the existing Agreement or any of the automatic renewal periods. 1.2 Contractor shall submit all invoicing in the form of the Contractor's Request for Payment, attached. Invoices received without the proper information shall be returned unpaid. All information on the Contractor's request for Payment must be completed. Invoices received without the proper information shall be returned unpaid. Invoices can be resubmitted once all of the proper information is included. 1.3 Contractor has offered a Q% reduction for all invoices paid in Qdays or less from the date a complete invoice is received. 1.4 All invoices for work other than that included in this Contract must be pre-authorized prior to the start of any work through the issuance of a Toll Agreement, Change Order, or Purchase Order. Toll shall be bound only if the Land Development Manager signs the said Agreement, Change Order, or Purchase Order. No act or omission to act by Toll or its representatives shall constitute a waiver of the requirement for a fully executed Agreement, Change Order, or Purchase Order. 1.5 Payment shall not be made unless the Contractor's insurance is valid and on file with Toll at the time of payment. 1.6 All correct Requests for Payment and other related correspondence shall be submitted to Toll Bros., Inc. c/o: Robertson Ranch, 725 W. Town & Country Rd., Ste. 200, Orange, CA 92868. 1.7 All Requests for Payments must be submitted within 60 days of completion of the prescribed work. Requests for Payment submitted after 60 days of the completion of the work will not be accepted nor paid and shall be considered null and void. 1.8 In order to ensure timely resolution of outstanding invoices, any Requests for Payment which are unpaid for any reason must be appealed in writing within 90 days of the original due date of the invoicing for payments. Requests for Payment which are not appealed in writing within 90 days of the original due date will not be accepted. 1.9 Toll shall retain an amount equal to or up to ten percent (10%) on each Request for Payment ("Retention"), which Retention shall be paid to Contractor within the later of forty-five (45) days after Toll has approved and accepted the completed work, or after the work is completed and is approved by the governing authority and all punchlist items have been addressed to Toll's satisfaction. 1.10 This Agreement is a Lump Sum Agreement. Partial payments will be made for completed work approved by the governing authority against the lump sum amount in accordance with the Lump Sum Contract Payment Release Schedule attached. The quantities and unit prices in this Lump Sum Contract Payment Release Schedule are for partial payment release purposes only. This Agreement amount is the Lump Sum Amount listed below which may not be exceeded at any time unless agreed to in writing by Contractor and Toll. It is understood that the quantities and contract Item descriptions listed are for reference only and that the scope of work governed by this agreement is represented in the agreement set of construction drawings stamped "Contract set §/!.§./2015", and described below. Change orders will only be issued for changes in the work, not for inaccuracies in quantities listed in this Exhibit. Plan Name: Grading & Improvement plans for El Camino Real Widening EXHIBIT B -PAYMENT SCHEDULE SPECIFICATIONS-CALIFORNIA Form Rev. Date: 02/13/lS Page 1 of 2 EXHIBIT "B" 1.0 PAYMENT SCHEDULE SPECIFICATIONS FOR CONTRACTOR AGREEMENT -IMPROVEMENTS LATEST REVISION SHEET# SHEET TITLE DATE 2581 Regrade Road Totals 405,562.71 2687 Maintenance ofTraffic 97,475.59 2061 Demolition 533,639.96 2681 Street/Traffic Signs 93,197.08 2414 Water 1,496,416.05 2611 Paving Base Course 1,100,356.46 2621 Paving Wearing Course 234,393.92 2811 Common Area Sidewalks 242,746.47 2362 Curbing 331,008.54 2411 Water 89,490.14 2312 Storm Sewer System 3,073,838.28 2231 Sanitary Sewer 203,585.88 2720 Landscape Buffer Areas 474,915.64 2490 Street Lights 77,673.75 2101 Erosion Control 25,000.00 2329 Infiltration 1,071,928.44 2690 Traffic Lights 880,511.19 The total Lump Sum Amount of this Contract Is: Ten Milllion Seven Hundred thirty one thousand seven hundred forty and 10/100 ($ 10731740 ). NAME Vi ce.---'.1?,ats i dOA11: TITLE EXHIBIT B-PAYMENT SCHEDULE SPECIFICATIONS-CALIFORNIA Form Rev. Date: 02/13/15 NAM ~~ Dt:~L°' ltM:-1'vT rllc/! .. , TITLE Page 2 of 2 COMMUNITY: SECTION: CONTRACT DATE: CONTRACTOR: CONTACT/ PHONE: VENDOR# # COST CODE 1. 2. 3. 2581 4. 2687 5. 2061 6. 2681 7, 2061 8. 2611 9. 2621 10. 2611 11. 2621 12, 2811 13, 2362 14. 2362 15. 2621 16. 2362 17. 2362 18. 2681 19. 2581 20. 2811 21. 2811 22. 2362 Toll Brothers @ Robertson Ranch 3661030005 ECR Widening 9/15/2015 All American Asphalt Michele Anderson/951-736-7600 355122 CONTRACT ITEM UNIT 3661030005 STREET IMPROVEMENTS Mob establish construction water Furnish Install Maintain traffic cont. Clearina and Grubbina TemooraN sionlno and strioina Demolition includlna all removals Furnish and install 4.5" AC Furnish and install 1.5" AC Cao Furnish and install 17" AB Grind and 2" overlav PCC Sidewalk 4" Std. G-7 6" tvoe G curb & outter Std G-2 6" 1vne G curb onlv std. G-1 6" AC Berm STd. G-5.tvoe A Mow Strio w/6" curb std L-3 /mob) Concrete Cut-off wall std. SP-07 Guardrail Caltrans RSP A78A & A775 Sawcut Curb Ramo Drivewav STd. G-14A PCC Pavina "bus stoas"/Cross cutters PAGE SUBTOTAL: CONTRACT TOTAL: TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE CONTRACT RELEASE PREVIOUS PAYMENT CURRENT PAYMENT QTY & UNIT PRICE RELEASE REQUESTS RELEASE REQUEST A B C D E=DxB F G=FxB QTY UNIT TOTAL QTY TOTAL QTY TOTAL PAYMENT PRICE PRICE PREVIOUS PAID REQUEST 1 $25 000.00 $25 000.00 1 $32 244.31 $32 244.31 1 $235,530.47 $235,530.47 1 $16 122.08 $16122.08 1 $244 586.67 $244 586.67 150 988 $1.95 $294,426.60 150 988 $0.72 $108,711.36 150 988 $1.49 $224 972.12 16 244 $1.87 $30 376.28 30 182 $2.35 $70 927.70 5 649 $11.37 $64,229.13 494 $15.00 $7 410.00 180 5:15.00 s2100.00 1174 $24.50 $28 763.00 1 $3 500.00 $3 500.00 202 $118.00 $23 836.00 6376 $1.73 $11 030.48 13 $2,200.00 $28 600.00 10 $7 800.00 $78 000.00 6 398 $6.00 $38 388.00 $1 569.354.20 $10 731 740.10 PAYMENT REQUEST# PAGE _1_OF _19_ DATE: 10/131201511:25 TOTAL PAYMENT RELEASE REQUESTS TO DATE H=D+F l=HxB J=HIA QTY TOTAL % COST COMP. The above listed Quantities and untt prices are for partial payment release purposes onlv. The Contract Amount is the Lump Sum Amount(sl contained in Exhibit "B" which mav not be exceeded at anv time. T \CONTRACTS'dMAAOVEMENTS\ExB Releaae-{1!1Qht p,aoat xii COMMUNITY: Toll Brothers@ Robertson Ranch SECTION: 3661030005 ECR Widening CONTRACT DATE: 9/1512015 CONTRACTOR: All American Asphalt CONTACT I PHONE: Michele Anderson/951-736-7600 VENDOR# 355122 # COST CODE CONTRACT ITEM UNIT 1. 3661030005 2. STREET IMPROVEMENTS CONT'D 3. 2362 Rolled Curb std. G-4 4. 2362 Rolled Curb Transition 5. 2811 Temoorarv sidewalk 6. 2681 Swine Gate See sheet 7 for detail 7. 2490 Furnish and install street liahts 8, 2611 Roadway excavation incl exoort 9, 2061 Dirt Balance. subarade oreo & fine arade 10. for AC Pavina 11. 2362 Dirt Balance. suborade prep & fine orade 12. for curb and curb and cutter 13. 2811 Dirt Balance subarade prep & fine arade 14. for sidewalk and curb ramos 15. 2581 Dirt Balance subarade oreo & fine arade 16. for oarkwav 17. 2362 Dirt Balance subarade oreo & fine orade 18. for bus stoos and cross cutters 19. 2811 Dirt Balance subarade oreo & fine arade 20. for driveway 21. 2362 Add'I curb and cutter mobilization 22. 2621 Wash Street PAGE SUBTOTAL: CONTRACT TOTAL: TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE CONTRACT RELEASE PREVIOUS PAYMENT CURRENT PAYMENT QTY & UNIT PRICE RELEASE REQUESTS RELEASE REQUEST A B C D E=DxB F G=FxB QTY UNIT TOTAL QTY TOTAL QTY TOTAL PAYMENT PRICE PRICE PREVIOUS PAID REQUEST 34 $50.00 $1 700.00 21 $50.00 $1 050.00 415 $5.00 $2 075.00 2 $1 800.00 $3600.00 11 $7,061.25 $77 673.75 11 184 $34.54 $386 295.36 150 988 $0.24 $36 237.12 7 552 $2.10 $15 859.20 33197 $0.76 $25 229.72 48492 $0.40 $19 396.80 6 398 $1.25 $7 997.50 7 $800.00 $5 600.00 1 $10 500.00 $10 500.00 150,988 $0.01 $1,509.88 $594 724.33 $10 731 740.10 PAYMENT REQUEST# PAGE 2 OF 19 DATE: 10/13/201511:25 TOTAL PAYMENT RELEASE REQUESTS TO DA TE H=D+F l=HxB J=HIA QTY TOTAL % COST COMP. The above listed Quantities and unit prices are for partial payment release purposes onlv. The Contract Amount is the Lump Sum Amount(s) contained in Exhib~ "B" which mav not be exceeded at anv lime. T 1£0NTRACTS\JMPROVEMEITTS'ISxB Releas.e (tight l)lge);:IS COMMUNITY: SECTION: CONTRACT DATE: CONTRACTOR: CONTACT/ PHONE: VENDOR# # COST CODE 1. 2. 3. 2621 4. 2621 5. 2101 6. 7. 8. 9, 10, 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. Toll Brothers@ Robertson Ranch 3661030005 ECR Widening 9/15/2015 All American Asphalt Michele Anderson/951-736-7600 355122 CONTRACT ITEM UNIT 3661030005 STREET IMPROVEMENTS CONT'D Furnish and install oavino tack coat Foa Seal Erosion Control and SWPPP STREET IMPROVEMENT TOTALS PAGE SUBTOTAL: CONTRACT TOTAL: TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE CONTRACT RELEASE PREVIOUS PAYMENT CURRENT PAYMENT QTY & UNIT PRICE RELEASE REQUESTS RELEASE REQUEST A B C D E=DxB F G=FxB QTY UNIT TOTAL QTY TOTAL QTY TOTAL PAYMENT PRICE PRICE PREVIOUS PAID REQUEST 150 988 $0.03 $4 529.64 150 988 $0.07 $10 569.16 1 $5 000.00 $5 000.00 $2 184 177.33 $20098.80 $10 731 740.10 PAYMENT REQUEST# PAGE 3 OF 19 DATE: 10113/2015 11 :25 TOTAL PAYMENT RELEASE REQUESTS TO DATE H=D+F l=HxB J=HIA QTY TOTAL % COST COMP. - - The above listed quantities and unit prices are for partial payment release purposes only. The Contract Amount is the Lump Sum Amount(s) contained in Exhibit "B" which may not be exceeded at any time. TJCO/ff'RACTS\JMPROVEMENTSIExB Reteau (e1ghl paga).xl'i REV 2J'24t0J COMMUNITY: SECTION: CONTRACT DATE: CONTRACTOR: CONTACT I PHONE: VENDOR# # COST CODE 1. 2. 3. 2581 4. 2687 5. 2061 6. 2611 7. 2621 B. 2611 9. 2621 10. 2811 11. 2581 12. 2362 13. 2811 14. 2811 15 2611 16. 2611 17. 18. 2362 19. 20. 2811 21. 22. Toll Brothers@ Robertson Ranch 3661030005 ECR Widening 9/1512015 All American Asphalt Michele Anderson/951-736-7600 355122 CONTRACT ITEM UNIT 3661030005 SOUTHBOUND ECR STREET IMPROVE. Mob establish construction water Furnish install maintain traffic control ClearinQ and GrubbinQ Furnish and install 4.5" AC Furnish and install 1.5" AC cap Furnish and install 17" AB Grind & 2" overlav PCC Sidewalk 4" Sawcut 6" tvne G curb and QUtter Sidewalk underdrain Curb ramo Roadwav excavation includina exoort Dirt balance subarade oreo. fine arade for AC oavina Dirt balance subarade oreo. fine qrade for burb and curb and autter Dirt balance subarade oreo. fine arade for sidewalk and curb ramos PAGE SUBTOTAL: CONTRACT TOTAL: TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE CONTRACT RELEASE PREVIOUS PAYMENT CURRENT PAYMENT QTY & UNIT PRICE RELEASE REQUESTS RELEASE REQUEST A B C D E=DxB F G=FxB QTY UNIT TOTAL QTY TOTAL QTY TOTAL PAYMENT PRICE PRICE PREVIOUS PAID REQUEST 1 $5500.00 $5 500.00 1 $32 615.64 $32 615.64 1 $17 285.70 $17 285.70 11 742 $2.72 $31 938.24 11 742 $0.75 $8 806.50 11 742 $2.22 $26 067.24 1 526 $3.00 $4 578.00 3695 $3.03 $11 195.85 763 $3.61 $2 754.43 742 $15.00 $11130.00 3 $4 800.00 $14 400.00 1 $2 200.00 $2 200.00 870 $34.54 $30 049.80 11 742 $0.59 $6 927.78 742 $6.08 $4 511.36 3 895 $1.16 $4 518.20 $214 478.74 $10 731 740.10 PAYMENT REQUEST# PAGE 4 OF 19 DATE: 10/13/201511:25 TOTAL PAYMENT RELEASE REQUESTS TO DATE H=D+F l=HxB J• HI A QTY TOTAL % COST COMP. The above listed quantities and unit prices are for partial payment release purposes only. The Contract Amount is the Lump Sum Amount(s) contained in Exhibit "B" which may not be exceeded at any time. T;\CONTRACTS\IMPROVEMENTSiExB R~as.e (etght page) :1tls REV. 2.'2.11/03 - - COMMUNITY: SECTION: CONTRACT DATE: CONTRACTOR: CONTACT/ PHONE: VENDOR# # COST CODE 1. 2. 3. 2581 4. 5. 2362 6. 2621 7. 2621 8. 2621 9. 2101 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. Toll Brothers@ Robertson Ranch 3661030005 ECR Widening 9/15/2015 All American Asphalt Michele Anderson/951-736-7600 355122 CONTRACT ITEM UNIT 3661030005 Southbound ECR Street lmorov.Cont'd Dirt balance suborade oreo fine orade for parkway Add'! curb and autter mobilization wash street Furnish and install oavina tack coat Foa Seal Erosion Control and SWPPP Southbound ECR Street lmorov. Total PAGE SUBTOTAL: CONTRACT TOTAL: TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE CONTRACT RELEASE PREVIOUS PAYMENT CURRENT PAYMENT QTY & UNIT PRICE RELEASE REQUESTS RELEASE REQUEST A B C D E=DxB F G=FxB QTY UNIT TOTAL QTY TOTAL QTY TOTAL PAYMENT PRICE PRICE PREVIOUS PAID REQUEST 26 520 $0.40 $10 608.00 1 $10 500.00 $10 500.00 11 742 $0.05 $587.10 11 742 $0.10 $1 174.20 11 742 $0.25 $2 935.50 1 $2 500.00 $2 500.00 $242 783.54 $28 304.80 $10 731 740.10 PAYMENT REQUEST# PAGE 5 OF 19 DATE 10/13/201511:25 TOTAL PAYMENT RELEASE REQUESTS TO DATE H=D+F l=HxB J=HIA QTY TOTAL ¾ COST COMP. The above listed quantities and unit prices are for partial payment release purposes only. The Contract Amount is the Lump Sum Amount(s) contained in Exhibit "B" which may not be exceeded at any time. T \CONTRACTSUMPRO\/EMENTS&B Relaau {eight page) xts - - COMMUNITY: SECTION: CONTRACT DATE: CONTRACTOR: CONTACT I PHONE: VENDOR# # COST CODE 1. 2. 3. 2581 4. 2687 5. 2611 6. 2621 7. 2611 6. 2362 9. 2362 10. 2581 11. 2621 12. 2329 Toll Brothers @ Robertson Ranch 3661030005 ECR Widening 9/15/2015 All American Asphalt Michele Anderson/951-736-7600 355122 CONTRACT ITEM UNIT 3661030005 Street lmorovements-Median Onlv Mob. establish construction water Furnish Install maintain traffic control Furnish and isntall 4.5" AC Furnish and install 1.5" AC Cao Furnish and install 17" AB 8" median curb/autter detail sheet 35 8" median curb onlv std GS-18 Sawcut Grind and 2" overlav Furnish and install interlockina 13. I cermeable oavers 14. 2329 Furnish and install 6" PVC sch. 40 15. oerforated subdrain cice w/Mirafi 140N 16. wrao oer details on olan sheet 6 17. 2581 Roadwav excavation includina exoort 18. 2611 Dirt balance subarade oreo and 19. fine arade for AC Pavina 20. 2362 Dirt balance subarade crec and 21. fine arade for curb and curblautter 22. PAGE SUBTOTAL: CONTRACT TOTAL: TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE CONTRACT RELEASE PREVIOUS PAYMENT CURRENT PAYMENT QTY & UNIT PRICE RELEASE REQUESTS RELEASE REQUEST A B C D E=DxB F G=FxB QTY UNIT TOTAL QTY TOTAL QTY TOTAL PAYMENT PRICE PRICE PREVIOUS PAID REQUEST 1 S5 500.00 $5 500.00 1 $32 615.64 $32 615.64 18 772 $2.72 $51 059.84 18 772 $0.75 $14 079.00 18 772 $2.22 $41 673.84 3 029 $11.67 $35 348.43 5 857 $10.56 $61 849.92 8 844 $1.25 $11 055.00 18 122 $1.87 $33 888.14 39708 $19.68 $781 453.44 6567 $10.50 $68 953.50 8 800 $34.54 $303 952.00 18 772 $0.37 $6 945.64 8 886 $2.00 $17 772.00 $1.466146.39 $10 731 740.10 PAYMENT REQUEST# PAGE 6 OF 19 DATE: 10/131201511:25 TOTAL PAYMENT RELEASE REQUESTS TO DATE H=D+F l=HxB J=HIA QTY TOTAL % COST COMP. The above liste<J quanWes and unit prices are for partial payment release purposes only. The Contract Amount is the Lump Sum Amount(s) contained in Exhibit ''B' which may not be exceeded at any time. T.\CONTRACTS\lMPROVEMENTS\E~ Rfil!aie (e!gh1 pa!t!').)d:s ------------"--·----·· - - COMMUNITY: SECTION: CONTRACT DATE: CONTRACTOR: CONTACT/ PHONE: VENDOR# # COST CODE 1. 2. 3. 2581 4. 5. 2362 6. 2621 7. 2621 8. 2621 9. 2101 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. Toll Brothers@ Robertson Ranch 3661030005 ECR Widening 9/15/2015 All American Asphalt Michele Anderson/951-736-7600 355122 CONTRACT ITEM UNIT 3661030005 Street lmorovements -Median Cont'd Dirt balance subarade oreo and fine orade for Median Add'I curb and cutter mobilization Wash Street Furnish and install oavina tack coat slurrv seal Erosion Control and SWPPP Street lmorovement-Median Onlv Subtotal PAGE SUBTOTAL: CONTRACT TOTAL: TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE CONTRACT RELEASE PREVIOUS PAYMENT CURRENT PAYMENT QTY & UNIT PRICE RELEASE REQUESTS RELEASE REQUEST A B C D E=DxB F G=FxB QTY UNIT TOTAL QTY TOTAL QTY TOTAL PAYMENT PRICE PRICE PREVIOUS PAID REQUEST 26 915 $0.40 $10 766.00 1 $10 500.00 $10 500.00 18 772 $0.05 $938.60 18 772 $0.08 $1 501.76 18 772 $0.40 $7 508.80 1 $3 500.00 $3 500.00 $1500861.55 $34.715.16 $10731740.10 PAYMENT REQUEST# PAGE 7 OF 19 DATE: 10/131201511:25 TOTAL PAYMENT RELEASE REQUESTS TO DATE H=D+F l=HxB J=HIA QTY TOTAL % COST COMP. The above listed quantities and unit prices are for partial payment release purposes only. The Contract Amount is the Lump Sum Amount(s) contained in Exhibit "B" which may not be exceeded at any time. l'\CONTR,6,CTSUMPROVEMENTS\ElCB Re!aase {eight pag9),ld6 REI/ 2/241/03 - - COMMUNITY: Toll Brothers@ Robertson Ranch SECTION: 3661030005 ECR Widening CONTRACT DATE: 42262 CONTRACTOR: All American Asphalt CONTACT I PHONE: Michele Anderson/951-736-7600 VENDOR# 355122 # COST CODE CONTRACT ITEM UNIT 1. 3661030005 2. Si!:iininca. Stripinca and Sianalization 3. 2690 Mob establish construction water 4. 2690 Furnish and install traffic control 5. 2681 Furnish and install sicanina and strioina 6. ECR/CANNON ROAD SIGNALIZATION 7. 2690 Furnish and install sianal and liahtina 8. sians cull boxes conduit detector 9. svstem and eauio. comolete 10. 2690 Furnish and install looo detection svstem 11. 2690 2" conduit 1 sianal interconnect cable 12. and cull boxes West to Lisa 13. 2690 2" conduit 1 sianal interconnect cable 14. and cull boxes South to Heminawav 15. ECR/LISA STREET SIGNALIZATION 16. 2690 Furnish and install sianal and liahtinc 17. sians cull boxes conduit detector 18. svstem and eauio. comolete 19. 2690 Loco detection svstem incl. conduit 20. and cull boxes 21. 2690 2" conduit 1 sianal interconnect cable 22. and cull boxes West to Kelly PAGE SUBTOTAL: CONTRACT TOTAL: TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE CONTRACT RELEASE PREVIOUS PAYMENT CURRENT PAYMENT QTY & UNIT PRICE RELEASE REQUESTS RELEASE REQUEST A B C D E=DxB F G=FxB QTY UNIT TOTAL QTY TOTAL QTY TOTAL PAYMENT PRICE PRICE PREVIOUS PAID REQUEST 1 $2 500.00 $2 500.00 1 $32 615.64 $32 615.64 1 $49 639.00 $49 639.00 1 $80 800.00 $80 800.00 1 $14 040.00 $14 040.00 2 035 $17.68 $35 978.80 3 125 $20.59 $64 343.75 1 $223 104.00 $223104.00 1 $25 792.00 $25 792.00 1 625 $19.76 $32110.00 $560 923.19 $10 731 740.10 PAYMENT REQUEST# PAGE 8 OF 19 DATE: 10/13/2015 11:25 TOTAL PAYMENT RELEASE REQUESTS TO DATE H=D+F l=HxB J=H/A QTY TOTAL % COST COMP. The above listed quantities and unit prices are for partial payment release purposes only. The Contract Amount is the Lump Sum Amount(s) contained in Exhibit "B" which may not be exceeded at any time. T,\CONTRACTS\JMPR"OV£MENTS\EJ18 Ralaa'5a [algM paoe).»1-REV 2/2-4/CIJ - COMMUNITY: SECTION: CONTRACT DATE: CONTRACTOR: CONTACT I PHONE: VENDOR# # COST CODE 1. 2. 3. 4. 2690 5. 6. 7. 8. 2690 9. 10. 2690 11. 12. 13. 2690 14. 15. 16. 17. 2690 18. 19. 2101 20. 21. 22. TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE Toll Brothers@ Robertson Ranch 3661030005 ECR Widening 42262 All American Asphalt Michele Anderson/951-736-7600 355122 CONTRACT ITEM UNIT 3661030005 Siainina. Striaina and Sianalization Cont'd ECR/KELL Y DRIVE SIGNALIZATION Furnish and install si0nal and liQhtinQ sions oull boxes conduit detector system and eouio. comolete R&R existinc eauio and conduit Loop detection svstem incl. conduit and pull boxes 2" conduit 1 si0nal interconnect cable and pull boxes West to Tamarack ECR/TAMARACK SIGNALIZATION Furnish and install siQnal and liahtin~ sians pull boxes conduit detector svstem and eauio. comolete R&R existin0 eauio and conduit looo detection system incl. conduit and pull boxes Erosion Control and SWPPP CONTRACT RELEASE QTY & UNIT PRICE A B C QTY UNIT TOTAL PRICE PRICE 1 $182 000.00 $182 000.00 1 $26 832.00 $26 832.00 750 $20.80 $15 600.00 1 $130 200.00 $130 200.00 1 $14 595.00 $14 595.00 1 $2 500.00 $2 500.00 SIGNING STRIPING & SIGNALIZATION SUB TOTAL $932 650.19 PAGE SUBTOTAL: $371727.00 CONTRACT TOTAL: $10 731 740.10 PREVIOUS PAYMENT CURRENT PAYMENT RELEASE REQUESTS RELEASE REQUEST D E=DxB F G=FxB QTY TOTAL QTY TOTAL PAYMENT PREVIOUS PAID REQUEST PAYMENT REQUEST# PAGE 9 OF 19 DATE: 10/13/201511:25 TOTAL PAYMENT RELEASE REQUESTS TO DATE H=D+F l=HxB J=HIA QTY TOTAL % COST COMP. The above listed quantities and unit prices are for partial payment release purposes only. The Contract Amount is the Lump Sum Amount(s) contained in Exhibit "B" which may not be exceeded at any time. T:\CONTRACTS\IMffiOVEMENTS\ExB Rtleaw (etght page) xis REV, U!.ill0-3 - - TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE COMMUNITY: Toll Brothers @ Robertson Ranch SECTION: 3661030005 ECR Widening CONTRACT DATE: 42262 CONTRACTOR: All American Asphalt CONTACT/ PHONE: Michele Anderson/951-736-7600 VENDOR# 355122 CONTRACT RELEASE PREVIOUS PAYMENT CURRENT PAYMENT QTY & UNIT PRICE RELEASE REQUESTS RELEASE REQUEST # COST A B C D E=DxB F G=FxB CODE CONTRACT ITEM UNIT QTY UNIT TOTAL QTY TOTAL QTY TOTAL PAYMENT PRICE PRICE PREVIOUS PAID REQUEST 1. 3661030005 $0.00 $0.00 $0.00 2. RECYCLED WATER-CANNON TO KELLY $0.00 $0.00 $0.00 3. 2414 Mob. establish construction water 1 $19 950.00 $19 950.00 $0.00 $0.00 4. 2414 Furnish install maintain traffic control 1 $26135.41 $26135.41 $0.00 $0.00 5. 2414 12" r""" water PVC CL 150 4032 $189.00 $762 048.00 $0.00 $0.00 6. 2414 12" class 350 TR Flex 103 $231.00 $23 793.00 $0.00 $0.00 7. 2414 8" CML&C steel waterline 124 $315.00 $39 060.00 $0.00 $0.00 8. 2414 12" GV cer citv of Carlsbad 7 $4200.00 $29 400.00 $0.00 $0.00 9. 2414 8" GV cer citv of Carlsbad 1 $3 150.00 $3 150.00 $0.00 $0.00 ,o. 2414 2" blow off assemblv 7 $6 300.00 $44 100.00 $0.00 $0.00 11. 2414 2" manual air release 6 $5 250.00 $31 500.00 $0.00 $0.00 12. 2414 2" A.V. assemblv 2 $8 400.00 $16 800.00 $0.00 $0.00 13. 2414 Landscace water meter 2" lateral 6 $6 300.00 $37 800.00 $0.00 $0.00 14. 2414 Connect to existina 24" CML&C 1 $8 400.00 $8 400.00 $0.00 $0.00 ,s. 2414 Construction AC trench reoair 26 269 $6.50 $170 748.50 $0.00 $0.00 16. 2414 4" RW PVC schedule 40 sleeve 1 $1 050.00 $1 050.00 $0.00 $0.00 17. 2414 Adiust valve can to orade 8 $225.00 $1 800.00 $0.00 $0.00 18. 2414 cressure test 1 $3150.00 $3150.00 $0.00 $0.00 19. 2101 Erosion Control and SWPPP 1 $1 500.00 $1 500.00 $0.00 $0.00 20. $0.00 $0.00 $0.00 i?< <,n nn $0.00 $0.00 22. $0.00 $0.00 RECYCLED WATER CANNON TO KELLY SUBTOTAL: 51 220 384.91 $0.00 $0.00 CONTRACT TOTAL: $10 731 740.10 $0.00 $0.00 PAYMENT REQUEST# PAGE 10 OF 19 DATE: 10/13/201511:25 TOTAL PAYMENT RELEASE REQUESTS TO DATE H=D+F l=HxB J=HIA QTY TOTAL % COST COMP. 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% The above listed Quantities and un~ prices are for partial payment release PUfJ>Oses onlv. The Contract Amo, M is the Lump Sum Amount(s) contained in Exhibit "B" which mav not be exceeded at anv time. (a)ltem 3A -Cannon to Kelly: partial reimbursement to upsize the 8" line to a 12" line (the original 8" line will not be reimbursable) COMMUNITY: SECTION: CONTRACT DATE: CONTRACTOR: CONTACT I PHONE: VENDOR# # COST CODE 1. 2. 3. 2414 4. 2414 5. 2414 6. 2414 7. 2414 8. 2414 9. 2414 10. 2414 11. 2414 12. 2101 13. 14. 15. 16. 17. 18. 19. 20. )1 12. TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE Toll Brothers @ Robertson Ranch 3661030005 ECR Widening 42262 All Ameriean Asphalt Michele Anderson/951-736-7600 355122 CONTRACT ITEM UNIT 3661030005 Reeve led Water Kellv to Tamarack Mob establish construction water Furnish install maintain traffic control 12" recvcled water PVC CL 150 12" GV oer citv of Carlsbad 2" blow off assemblv 2" manual air release Construct AC Trench reoair Adiust valve can to orade Pressure Test Erosion Control and SWPPP CONTRACT RELEASE QTY & UNIT PRICE A B C QTY UNIT TOTAL PRICE PRICE $0.00 $0.00 1 $3 990.00 $3 990.00 1 $32 615.64 $32 615.64 943 $157.50 $148 522.50 1 $4 200.00 $4200.00 3 $6 300.00 $18900.00 4 $5 250.00 $21 000.00 6912 $6.50 $44 928.00 1 $225.00 $225.00 1 $3 150.00 $3 150.00 1 $1 500.00 $1 500.00 $0,00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 11:n nn RECYCLED WATER KELLY TO TAMARACK SUBTOTAL: $279.031.14 CONTRACT TOTAL: $10 731 740.10 PREVIOUS PAYMENT CURRENT PAYMENT RELEASE REQUESTS RELEASE REQUEST D E=DxB F G=FxB QTY TOTAL QTY TOTAL PAYMENT PREVIOUS PAID REQUEST $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0,00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 PAYMENT REQUEST# PAGE 11 OF 19 DATE: 10/131201511:25 TOTAL PAYMENT RELEASE REQUESTS TO DATE H=D+F l=HxB J:H/A QTY TOTAL % COST COMP. 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% The above listed Quantities and unit prices are for partial payment release purposes onlv. The Contract Amount i, the Lump Sum AmounUsl contained in Exhibit "B" which mav not be exc.,,,ded at anv time. (b)ltem 38-Kelly to Tamarack: full reimbursement to install 12" line from Kelly to Tamarack. COMMUNITY: SECTION: CONTRACT DATE: CONTRACTOR: CONTACT/ PHONE: VENDOR# # COST CODE 1. 2, 3, 2411 4. 2411 5. 2411 6. 2411 7. 2411 8. 2411 9. 2411 10. 2411 11. 2411 12, 2411 13. 2411 14. 2411 15. 2411 16. 2411 17. 2411 18. 2101 19. 20. 21. 22. TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE Toil Brothers @ Robertson Ranch 3661030005 ECR Widening 42262 All American Asphalt Michele Anderson/951-736-7600 355122 CONTRACT RELEASE PREVIOUS PAYMENT CURRENT PAYMENT QTY & UNIT PRICE RELEASE REQUESTS RELEASE REQUEST A B C D E=DxB F G=FxB CONTRACT ITEM UNIT QTY UNIT TOTAL QTY TOTAL QTY TOTAL PAYMENT PRICE PRICE PREVIOUS PAID REQUEST 3661030005 $0.00 $0.00 $0.00 DOMESTIC WATER IMPROVEMENTS $0.00 $0.00 $0.00 Mob establish construction water 1 $6 825.00 $6 825.00 $0.00 $0.00 Furnish install maintain traffic control 1 $32 615.64 $32 615.64 $0.00 $0.00 12" domestic water PVC CL 150 99 $367.50 $36 382.50 $0.00 $0.00 16" CML&C Pioe incl fittinas etc 90 $735.00 $66 150.00 $0.00 $0.00 Furnish install fire hvdrant assemblv 7 $15 750.00 $110 250.00 $0.00 $0.00 Furnish and install 12"x6" Hot tac 7 $2100.00 $14 700.00 $0.00 $0.00 Furnish and install 8"x6" Hot tac 1 $2 100.00 $2 100.00 $0.00 $0.00 12" GV cer carlsbad std w-1 w-16 5 $6 300.00 $31 500.00 $0.00 $0.00 Connect to existino 36" ductile iron oioe 1 $15 750.00 $15 750.00 $0.00 $0.00 2" blow off assemblv 7 $4 200.00 $29 400.00 $0.00 $0.00 2" manual air release 6 $4 200.00 $25 200.00 $0.00 $0.00 Construct AC trench recair 1 450 $6.50 $9 425.00 $0.00 $0.00 Concrete encasement 17 $126.00 $2142.00 $0.00 $0.00 Adiust valve can to orade 8 $225.00 $1 800.00 $0.00 $0.00 Chlorinate and oressure test 1 $5 250.00 $5 250.00 $0.00 $0.00 Erosion control and SWPPP 1 $1 500.00 $1 500.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 DOMESTIC WATER IMPROVEMENTS SUBTOTAL $390 990.14 $0.00 $0.00 CONTRACT TOTAL: $10 731 740.10 $0.00 $0.00 PAYMENT REQUEST# PAGE 12 OF 19 DATE: 10/13/201511:25 TOTAL PAYMENT RELEASE REQUESTS TO DATE H=D+F l=HxB JeH/A QTY TOTAL % COST COMP. 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0,00 $0.00 0% 0.00 $0.00 0% 0,00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% The above listed quantities and unit prices are fer oartial pavment release ourposes onlv. The Contract Amount is the Lump Sum Amount(s) contained in Exhibit "B" which mav not be exceeded at anv time. COMMUNITY: SECTION: CONTRACT DA TE: CONTRACTOR: CONTACT I PHONE: VENDOR# # COST CODE 1. 2. 3, 2312 4. 2312 5. 2312 6. 2312 7. 2312 8. 2312 9, 2312 10, 2312 11. 2312 12. 2312 13. 2312 14, 2312 15. 2312 16. 17. 2312 18. 2312 19. 2312 20. 2312 21. 2312 22. 2312 Toll Brolhers @ Robertson Ranch 3661030005 ECR Widening 42262 All American Asphalt Michele Anderson/951-736-7600 355122 CONTRACT ITEM UNIT 3661030005 STORM DRAIN IMPROVEMENTS Mob establish construction water Fumish install maintain traffic control 8" PVC PIPE DR-18 10" PVC PIPE 1 O" ovc oioe watertioht ioints 12" ovc oioe DR 18 18" RCP storm drain oer SDRSD 18" RCP storm drain watertioht ioints 24" RCP storm drain oer SDRSD 24" RCP storm drain watertioht ioints 36" RCP storm drain watertiaht ioints 42"' RCP storm drain watertiaht ioints 42" RCP storm drain watertioht iolnts and 4' lenoths of oioe beveled Double 8x4' RCB oer caltrans 8x8' RCB oer caltrans Concrete aoron oer detail on sheet 6 Remove existina win=II Construct Modified winawall Dewater to 1' below modified win=II SHEET SUBTOTAL CONTRACT TOTAL: TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE CONTRACT RELEASE PREVIOUS PAYMENT CURRENT PAYMENT QTY & UNIT PRICE RELEASE REQUESTS RELEASE REQUEST A B C D E=DxB F G=FxS QTY UNIT TOTAL QTY TOTAL QTY TOTAL PAYMENT PRICE PRICE PREVIOUS PAID REQUEST $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 1 $42 000.00 $42000.00 $0.00 $0.00 1 $32 615.64 $32 615.64 $0.00 $0.00 20 $94.50 $1 890.00 $0.00 $0.00 36 $94.50 $3 402.00 $0.00 $0.00 26 $94.50 $2 457.00 $0.00 $0.00 41 $105.00 $4 305.00 $0.00 $0.00 1142 $157.50 $179 865.00 $0.00 $0.00 1 459 $178.50 $260 431.50 $0.00 $0.00 87 $168.00 $14 616.00 $0.00 $0.00 29 $189.00 $5 481.00 $0.00 $0.00 288 $231.00 $66528.00 $0.00 $0.00 347 $262.50 $91 0B7.50 $0.00 $0.00 112 $273.00 $30 576.00 $0.00 $0.00 $0.00 $0.00 $0.00 34 $2 100.00 $71 400.00 $0.00 $0.00 25 $1.00 $25.00 $0.00 $0.00 110 $63.00 $6 930.00 $0.00 $0.00 1 $21 000.00 $21 000.00 $0.00 $0.00 1 $252 000.00 $252 000.00 $0.00 $0.00 1 $15 750.00 $15 750.00 $0.00 $0.00 $1 102 359.64 $0.00 $0.00 $10 731 740.10 $0.00 $0.00 PAYMENT REQUEST# PAGE 13 OF 19 DA TE: 10113/2015 11 :25 TOTAL PAYMENT RELEASE REQUESTS TO DATE H=D+F l=HxB J=HIA QTY TOTAL % COST COMP. 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% The above listed QuanOties and unit prices are for partial payment release purposes onlv. The Contract Amount Is the Lump Sum Amount(s) contained in Exhibit ·s· which mav not be exceeded at anv time. COMMUNITY: SECTION: CONTRACT DATE: CONTRACTOR: CONTACT I PHONE: VENDOR# # COST CODE 1. 2. 3. 2312 4. 2312 5. 2312 6. 2312 7. 2312 8. 2312 9. 2312 10. 2312 11. 2312 12. 2312 13. 2312 14. 2312 15. 2312 16. 2312 17. 2312 18. 2312 19. 2312 20. 2312 21. 2312 22. 2312 Toll Brothers @ Robertson Ranch 3661030005 ECR Widening 42262 All American Asphalt Michele Anderson/951-736-7600 355122 CONTRACT ITEM UNIT 3661030005 STORM DRAIN IMPROVEMENTS CONT'D Concrete aoron for box culvert Guardrail with flare oer caltrans Tvoe A Cleanout Mod. Tvoe A Cleanout Tvoe B Cleanout Tvoe A-1 curb inlet L=16 Tvoe B Curb Inlet L=17 Tvoe B Curb Inlet L=6 Tvoe B Curb Inlet L=12 Tvoe B Curb Inlet L=9 Tvoe B Curb Inlet L=14 Tvoe B Curb Inlet L=11 Modified tvoe B B-1 curb inlet L=8 Tvoe B Curb Inlet L=5 Modified tvne B B-1 curb inlet L=5 Modified tvne B B-1 curb inlet L=11.6 Modified tvoe B B-1 curb inlet L=21 Modified tvoe B B-1 curb inlet L= 12 Modified tvoe B B-1 curb inlet L=14 Modified tvnP. B B-1 curb inlet L=6.2 SHEET SUBTOTAL CONTRACT TOTAL: TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE CONTRACT RELEASE PREVIOUS PAYMENT CURRENT PAYMENT QTY & UNIT PRICE RELEASE REQUESTS RELEASE REQUEST A B C D E=DxB F G=FxB QTY UNIT TOTAL QTY TOTAL QTY TOTAL PAYMENT PRICE PRICE PREVIOUS PAID REQUEST $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 330 $84.00 $27720.00 $0.00 $0.00 202 $118.00 $23 836.00 $0.00 $0.00 15 $8 400.00 $126 000.00 $0.00 $0.00 2 $9 450.00 $18900.00 $0.00 $0.00 6 $12 600.00 $75 600.00 $0.00 $0.00 1 $18900.00 $18 900.00 $0.00 $0.00 2 $21 000.00 $42 000.00 $0.00 $0.00 7 $9 450.00 $66 150.00 $0.00 $0.00 1 $15 750.00 $15 750.00 $0.00 $0.00 1 $11 550.00 $11 550.00 $0,00 $0.00 1 $17 850.00 $17 850.00 $0.00 $0.00 1 $15 750.00 $15 750.00 $0.00 $0.00 1 $12 600.00 $12 600.00 $0.00 $0.00 1 $7 350.00 $7 350.00 $0.00 $0.00 11 $8 400.00 $92400.00 $0.00 $0.00 1 $12 600.00 $12 600.00 $0.00 $0.00 1 $26 250.00 $26 250.00 $0.00 $0.00 1 $14 700.00 $14 700.00 $0.00 $0.00 1 $16 800.00 $16 800.00 $0.00 $0.00 2 $7 350.00 $14 700.00 $0.00 $0.00 $657 406.00 $0.00 $0.00 $10731740.10 $0.00 $0.00 PAYMENT REQUEST# PAGE 14 19 DA TE: 10/13/2015 11 :25 TOTAL PAYMENT RELEASE REQUESTS TO DATE H=D+F l=HxB J=HIA QTY TOTAL % COST COMP. 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% The above listed Quantities and unit prices are for partial pavment release purposes omv. The Contract Amount Is the Lump Sum Amount(s) contained in Exhibit "8" which mav not be exceeded at anv time. COMMUNITY: SECTION: CONTRACT DATE: CONTRACTOR: CONTACT I PHONE: VENDOR# # COST CODE 1. 2. 3. 2312 4. 2312 5. 2312 6. 2312 7. 2312 8. 2312 9. 2312 10. 2312 11, 2312 12. 2312 13. 2312 14. 2312 15, 2312 16, 2312 17. 2329 18. 2329 19. 2329 20. 21. 22, Toll Brothers @ Robertson Ranch 3661030005 ECR Widening 42262 All American Asphalt Michele Anderson/951-736-7600 355122 CONTRACT ITEM UNIT 3661030005 STORM DRAIN IMPROVEMENTS CONT'D Modified tvr,e B B-1 curb inlet L=7 Modified tvoe B B-1 curb inlet L=20 Modified bvoe b curb inlet L=16 81 curb inlet L=15 B 1 curb inlet L=9 B 1 curb inlet L=21 Modified "B" Curb inlet L=6 Tvoe F castch basin std 0-7 modified Tvoe G-1 catch basin Tvoe G-1 catch basin w/3" dia. Hole Tvoe G-1 catch basin w/1" dia hole Tvoe G-1 catch basin w/2" dia hole Wino tvoe headwall for 18" rr-..o Straiaht headwall tvne a std D-30 Eartl1 Swale Bioretention swale Bioretention area SHEET SUBTOTAL CONTRACT TOTAL: TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE CONTRACT RELEASE PREVIOUS PAYMENT CURRENT PAYMENT QTY & UNIT PRICE RELEASE REQUESTS RELEASE REQUEST A B C D E=DxB F G=FxB QTY UNIT TOTAL QTY TOTAL QTY TOTAL PAYMENT PRICE PRICE PREVIOUS PAID REQUEST $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 1 $9 450.00 $9 450.00 $0.00 $0.00 1 $23100.00 $23 100.00 $0.00 $0.00 1 $15 750.00 $15 750.00 $0.00 $0.00 1 $15 750.00 $15 750.00 $0.00 $0.00 1 $10 500.00 $10 500.00 $0.00 $0.00 1 $26250.00 $26 250.00 $0.00 $0.00 1 $10 500.00 $10 500.00 $0.00 $0.00 2 $7 350.00 $14 700.00 $0.00 $0.00 16 $7 350.00 $117 600.00 $0.00 $0.00 1 $7 875.00 $7 875.00 $0.00 $0.00 1 $7 875.00 $7 875.00 $0.00 $0.00 1 $7 875.00 $7 875.00 $0.00 $0.00 1 $5 000.00 $5 000.00 $0.00 $0.00 1 $4 000.00 $4 000,00 $0.00 S0.00 123 $70,00 $8 610.00 $0.00 $0.00 73 $150,00 $10 950.00 $0.00 $0.00 10 357 $19,50 $201 961.50 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $497 746.50 $0.00 $0.00 $10 731 740.10 $0.00 $0.00 PAYMENT REQUEST# PAGE 15 OF 19 DATE: 10/13/201511:25 TOTAL PAYMENT RELEASE REQUESTS TO DATE H=D+F l=HxB J=HIA QTY TOTAL % COST COMP. 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $000 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0,00 $0.00 0% 0.00 $0,00 0% 0,00 $0.00 0% 0.00 $0.00 0% 0.00 $0,00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% The above I isled quantities and unit prices are fol' partial payment release purposes onlv. The Conlract Amount is the Lump Sum Amoont(s) contained in Exhibit "B" which mav not be exceeded at anv tme. COMMUNITY: SECTION: CONTRACT DATE: CONTRACTOR: CONTACT I PHONE: VENOOR# # COST CODE 1. 2. 3. 2312 4. 2312 5. 2312 6. 2312 7. 2312 a. 2312 9. 2312 10. 2312 11. 2312 12. 2312 13. 2312 14. 2312 15 2312 16. 2312 17. 2312 18. 2312 19. 2312 20. 2312 21. 2312 22. 2101 Toll Brothers @ Robertson Ranch 3661030005 ECR Widening 42262 All American Asphall Michele Al1derson/951-735-7600 355122 CONTRACT ITEM UNIT 3661030005 STORM DRAIN IMPROVEMENTS CONrD Furnish and install rio rao oer SDRSD Emeroencv overflow soillwav with oioe Existino CO Connet 18" SD Furnish and install 6" NDS CB 3" PVC SD sleeve throuah retainino wall Brick and mortar cao 18" RCP remove oortion of existino 20" water Connect ta C.O. oer DWG 480-3A Reolace ex with A4 CO and connect t to existina 18" RCP Connect B5 CO to 18" SD Remove 24" ACP effluent line 2" curb deoressin oer olan sheet 5 4" curb deoression oer clan sheet 5 Gravitv retainina wall Remove oortion of 12" aco sewer line Remove oortion of 8" VCP Trench resurfacino Raise manhole to orade Erosion Control and SWPPP TOLL BROS., INC. EXHIBIT "8" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE CONTRACT RELEASE PREVIOUS PAYMENT CURRENT PAYMENT QTY & UNIT PRICE RELEASE REQUESTS RELEASE REQUEST A B C D E=DxB F G=FxB QTY UNIT TOTAL QTY TOTAL QTY TOTAL PAYMENT PRICE PRICE PREVIOUS PAID REQUEST $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 3138 $25.00 $78 450.00 $0.00 $0.00 2 $6 500.00 $13 000.00 $0.00 $0.00 1 $3 500.00 $3 500.00 $0.00 $0.00 2 $1 800.00 $3 600.00 $0.00 $0.00 2 $750.00 $1 500.00 $0.00 $0.00 2 $2 100.00 $4 200.00 $0.00 $0.00 1 $26 250.00 $26 250.00 $0.00 $0.00 1 $6 300.00 $6 300.00 $0.00 $0.00 1 $8 400.00 $8 400.00 $0.00 $0.00 $0.00 $0.00 $0.00 1 $7 350.00 $7 350.00 $0.00 $0.00 250 $420.00 $105 000.00 $0.00 $0.00 5 $1 500.00 $7 500.00 $0.00 $0.00 3 $1 800.00 $5 400.00 $0.00 $0.00 84 $130.00 $10 920.00 $0.00 $0.00 3 $10 500.00 $31 500.00 $0.00 $0.00 1 $525.00 $525.00 $0.00 $0.00 10 980 $6.50 $71 370.00 $0.00 $0.00 24 $5 500.00 $132 000.00 $0.00 $0.00 1 $2 500.00 $2 500.00 $0.00 $0.00 STORM DRAIN IMPROVEMENTS SUB TOTAL $2776777.14 SHEET SUBTOTAL $519 265.00 $0.00 $0.00 CONTRACT TOTAL: $10 731740.10 $0.00 $0.00 PAYMENT REQUEST# PAGE 16 OF 19 DATE: 10/13/201511:25 TOTAL PAYMENT RELEASE REQUESTS TO DATE H=D+F l=HxB J;H/A QTY TOTAL 'lo COST COMP. 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% The above listed Quantities and unit prices are for partial pavment release purposes ontv. The Contract Amount is the Lump Sum Amounl(Sl contained in Exhibit "8" whiCl1 mav not be exceeded al any time. COMMUNITY: SECTION: CONTRACT DATE: CONTRACTOR: CONTACT/ PHONE: VENDOR# # COST CODE 1. 2. 3. 2312 4. 2312 5. 2312 6. 2312 7. 2312 8. 9. 2312 10. 2312 11. 2312 12, 2312 13. 2101 14. 15. 16. 17, 18. 19. 20. 21. 22. TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE Toll Brothers @ Robertson Ranch 3661030005 ECR Widening 42262 All American Asphalt Michele Anderson/951-736--7600 355122 CONTRACT RELEASE PREVIOUS PAYMENT CURRENT PAYMENT QTY & UNIT PRICE RELEASE REQUESTS RELEASE REQUEST A B C D E=DxB F G=FxB CONTRACT ITEM UNIT QTY UNIT TOTAL QTY TOTAL QTY TOTAL PAYMENT PRICE PRICE PREVIOUS PAID REQUEST 3661030005 $0.00 $0.00 $0.00 48" STORM DRAIN AND APPURT. $0.00 $0.00 $0.00 Mob establish construction water 1 $9 660.00 $9 660.00 $0.00 $0.00 Furnish install maintain traffic control 1 $32 615.64 $32 615.64 $0.00 $0.00 48" RCP storm drain 877 $210.00 $184 170.00 $0.00 $0.00 48" storm drain watertioht ioints 755 $231.00 $174 405.00 $0.00 $0.00 48" rec storm drain watertiaht ioints 51 $252.00 $12 852.00 $0.00 $0.00 w/ lenahts beveled $0.00 $0.00 $0.00 Tvoe 8 Cleanout 7 $12 600.00 $88 200.00 $0.00 $0.00 Tvoe 8-7 cleanout modified 1 $14 700.00 $14 700.00 $0.00 $0.00 Concrete Luo 18" RCP 1 $630.00 $630.00 $0.00 $0,00 Raise Manhole to arade 7 $550.00 $3 850.00 $0.00 $0.00 Erosion control and SWPPP 1 $1 500.00 $1 500.00 $0,00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0,00 48" STORM DRAIN AND APPURTENANCES SUBTOTAL $522582.64 $0.00 $0.00 CONTRACT TOTAL: $10 731 740.10 $0.00 $0.00 PAYMENT REQUEST# PAGE 17 OF 19 DATE: 10/131201511:25 TOTAL PAYMENT RELEASE REQUESTS TO DATE H=D+F l=HxB J=HIA QTY TOTAL % COST COMP. 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0,00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% The above listed quantities and un~ prtces are for partial pavment release ourwses onlv. The Contract Amount is the lump Sum Amount(s) contained in Exhibit "B" which mav not be exceeded at anv time. COMMUNITY: SECTION: CONTRACT DATE: CONTRACTOR: CONTACT I PHONE: VENDOR# # COST CODE 1. 2. 3, 2231 4. 2231 5. 2231 6. 2231 7. 2231 8. 2231 9. 2231 10. 2231 11. 2231 12. 2231 13. 2231 14, 2101 15. 16. 17. 18. 19. 20. 21. 22. Toll Brothers @ Robertson Ranch 3661030005 ECR Widening 42262 All American Asphalt Michele Anderson/951-736-7600 355122 CONTRACT ITEM UNIT 3661030005 SANITARY SEWER IMPROVEMENTS Mob establish construction water Furnish install maintain traffic control 8" PVC sewer line Sewer accesshole 8" stub & ol uo Furnish and install 2" AVA Trench resurfacino Connect to existino sewer Existino accesshole to be removed Air test ball and mandrel sewer line Adiust manhole to orade Erosion Control and SWPPP TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE CONTRACT RELEASE PREVIOUS PAYMENT CURRENT PAYMENT QTY & UNIT PRICE RELEASE REQUESTS RELEASE REQUEST A B C D E=DxB F G=FxB QTY UNIT TOTAL QTY TOTAL QTY TOTAL PAYMENT PRICE PRICE PREVIOUS PAID REQUEST $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 1 $2 940.00 $2940.00 $0.00 $0.00 1 $32 615.00 $32 615.00 $0.00 $0.00 547 $126.00 $68 922.00 $0.00 $0,00 3 $21 000.00 $63 000.00 $0.00 $0,00 1 $3150.00 $3150.00 $0.00 $0.00 1 $1.00 $1.00 $0.00 $0,00 3 282 $6.34 $20 807.88 $0.00 $0.00 1 $3 150.00 $3 150.00 $0.00 $0.00 1 $3 150.00 $3 150.00 $0.00 $0.00 1 $4 200.00 $4 200.00 $0.00 $0.00 3 $550.00 $1 650.00 $0.00 $0.00 1 $1 500.00 $1 500.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 SO.OD $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 SANITARY SEWER IMPROVEMENTS SUBTOTAL $205 085.88 $0.00 $0.00 CONTRACT TOTAL: $10 731 740.10 $0.00 $0.00 PAYMENT REQUEST# PAGE 18 OF 19 DATE: 10/13/201511:25 TOTAL PAYMENT RELEASE REQUESTS TO DATE H=D+F l=HxB J=HIA QTY TOTAL '/4 COST COMP. 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0,00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0,00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% The above listed Quantities and un~ prices are for partial pavment release purposes onlv. The Contract Amount is the Lump Sum Amount(sl contained in Exhibit ·a" which mav not be exceeded at anv time. COMMUNITY: SECTION: CONTRACT DATE: CONTRACTOR: CONTACT/ PHONE: VENDOR# # COST CODE 1. 2. 3. 2720 4. 2720 5. 2720 6. 7. 2720 8. 2101 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE Toll Bro1hera (IQ Robertson Ranch 3661030005 ECR Widening 42262 All American Asphalt Michele Anderson/951-736-7600 355122 CONTRACT ITEM UNIT 3661030005 MEDIAN LANDSCAPE AND IRRIGATION Mob establish construction water Furnish install maintain traffic control Landscaoe and irr. lnciudina sleeves alan sheets 75-92 comolete 90 dav maintenance Erosion control and SWPPP A QTY CONTRACT RELEASE QTY & UNIT PRICE B C UNIT TOTAL PRICE PRICE $0.00 $0.00 1 $1000.00 $1 000.00 1 $32 615.64 $32 615.64 1 $438800.00 $438 800.00 $0.00 1 $2 500.00 $2 500.00 1 $1 500.00 $1 500.00 $0.00 $0.00 $0.00 $0.00 $0.00 SO.OD $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 MEDIAN LANDSCAPE AND IRRIGATION SUB TOTAL S476415.64 CONTRACT TOTAL: $10 731 740.10 PREVIOUS PAYMENT CURRENT PAYMENT RELEASE REQUESTS RELEASE REQUEST D E=DxB F G=FxB QTY TOTAL QTY TOTAL PAYMENT PREVIOUS PAID REQUEST $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0,00 $0.00 $0.00 $0.00 SO.DO $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 so.co so.co $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 S0.00 so.oo $0.00 $0.00 PAYMENT REQUEST# PAGE 19 OF 19 DATE: 10/13/201511:25 TOTAL PAYMENT RELEASE REQUESTS TO DATE H=D+F l=HxB J=HIA QTY TOTAL % COST COMP. 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% 0.00 $0.00 0% The above listed Quantities and unit prices are for partial payment release purposes only, The &itract Amount is the Lump Sum Amoun«sl contained In Exhibit "B" which may not be exceeded at anv time. EXHIBIT "B" -CONTRACTOR'S REQUEST FOR PAYMENT SUMMARY* * ATTACH TO CONTRACTOR'S ORIGINAL INVOICE Page TO: Toll Bros., Inc. COMMUNITY: _Robertson Ranch ________ _ 725 W. Town & Country Rd., Ste. 200 Orange, CA 92868 FROM (CONTRACTOR): All American Asphalt P.O. Box 2229 Corona, CA 92878 CONTRACTOR VENDOR# _355122_ CONTRACT SUMMARY: SECTION: __________ _ COMMUNITY#: _3661030005 _______ _ CONTRACT NUMBER: _______ _ REQUEST FOR PAYMENT NO: FOR WORK COMPLETED THROUGH (DATE): ____ _ 1. ORIGINAL CONTRACT LUMP SUM ........................ . $ 10,731,740.10 2. Net Change by Change Orders to Date. . . . . . . . . . . . . . . . . . . . . . . $------~------~ 3. REVISED LUMP SUM CONTRACT TO DATE (Line 1 plus 2).. . . . . . . . . o~I ___ 10~,7_3_1 __ ,7_40_.1_0__.I PAYMENT RELEASE SUMMARY: (NOTE: ALL DOLLAR AMOUNTS INCLUDE RETAINAGE) 4. PREVIOUS PAYMENT RELEASES...................... $ ____ _ 5. THIS PAYMENT RELEASE REQUEST#_____ $-----~------~ 6. TOTAL PAYMENT RELEASE REQUEST TO DATE (Sum lines 4, 5, 6). $1 ~--------CONTRACT BALANCE: 7. CONTRACT AMOUNT REMAINING (Line 3 minus Lines 6) $._I __ 1_0_,_,7_3_1, __ 7_40_.1_0__,I RETAINAGE RELEASE SUMMARY: 8. PREVIOUS RETAINAGE HELD...................... $ ____ _ 9. RETAINAGE RELEASED TO DATE.......................... $ ------ 10. RETAINAGE HELD THIS PAYMENT RELEASE: REQUEST# $ .... I _____ --$+-1-------~ 11. NET RETAINAGE BEING HELD TO DATE (Sum Lines 8 & 10 minus 9). . of The undersigned, individually and on behalf of Contractor, certifies that he or she is authorized to execute this Waiver of Lien. The undersigned represents that: 1) the Work covered by this Request for Payment has been completed in accordance with the Contract Documents and all applicable permits, code requirements, state, federal and local laws, as well as any other applicable requirements, guidelines, rules, regulations and laws, 2) that Contractor is current in all of its payments to its suppliers, subcontractors or any other entities or individuals that could potentially have lien rights against Toll, 3) that Contractor has paid all amounts due based on any Work for which previous Requests for Payment were made and payments were received from Toll, 4) that current payment shown herein is now due. Accordingly, the Contractor waives its right to assert, record, and/or foreclose a labor and/or materialmen's lien for labor performed and materials/equipment furnished at or for this job site up to and including the date of the last payment made by Toll. Contractor additionally certifies that it has not performed any work or provided supplies, and nobody has performed any work or provided supplies on Contractor's behalf, on or for this site up to and including the date of the Request for Payment that falls outside the scope of the Contract that has not been properly authorized by written Change Order by Toll, and hereby waives any and all claims or rights to any compensation, liens, to the extent permitted under any applicable law, or payment for such work including any rights it may have at law, in equity or under the Contract. CONTRACTOR: By: ___________________ Date: _______ _ Name (typed): Title: CONTRACTOR MUST ATTACH ORIGINAL CONTRACTOR INVOICE TO THIS REQUEST FOR PAYMENT SUMMARY. Apply approval stamp to Contractor's original invoice. Form Re,rision Date: 8/1114 C:\Users\jevans\JEVANS\Robertson, Carlsbad\3661, Common\Contracts\ECR All American Ex B.xlsx i .. ~ ALL AMERICAN ASPHALT ALL AMERICAN AGGREGATES ALL AMERICAN -ASPHALT- AN EQ!JI\L OPPORTUNITY EMl'LOYER LABOR AND EQUIPMENT RENTAL RATES EFFECTIVE AUGUST 1, 2015 (INCLUDES 15% MARK-UP) LABOR S.T. 0,T. Foreman -Pickup Truck $107.00 / HR $142.00 / HR Operator/Grade Checker $ 92,00 / HR $125.00 / HR Scteedman/Rollerman $ 92.00 I HR $125.00 / HR Cement Finisher $ 92.00 / HR $125,00 / HR Laborer/Raker $ 81.00 / HR $107.00 I HR PAVING EQUIPMENT f NON-OPERATED Paving Machine $198.00 / HR Tractorw/Spreader Bar Crew Truck and Tools $ 720.00 I DAY Tack(SS1H) Spray Rig $332.00 / DAY ROLLER I NON-OPERATED DD-24 $332.00 / DAY SD 115/ 116 DD-28 $545.00 I DAY SO150 DD-30 I CB-224 · (Hyster 208) $545.00 I DAY Rubber Tire Roller, PS-150 DD-90 I CB-534 $676.00 I DAY VIB Pup Roller $ 297.00/ DAY CS563E GRADING EQUIPMENT / OPERATED AND MAINTAINED Skip loader $155.00/ HR 613 Scraper Skip Combo $171.00 / HR 860 Scraper Blade -12G / 140 H $173.00/ HR 623 Scraper Backhoe $173.00/ HR 960 Loader T 951-736-7600 ~ 951-739-4671 P.O. UO.X 2229. CORONA. CA 92878-2229 CONTRl\'-.."TOI\S LICENSE #267073 ACl2 DIRlilOOOOOIOSI D.T. $176.00 / HR $157.00 I HR $167,00 / HR $157,00 I HR $ 134.00 / HR $646.00 / DAY $ 8,00 / GAL $720.00 I DAY $ 720.00 / DAY $ 720.00 I DAY $458.00/ DAY $ 720.00 / DAY $199.00/ HR $220,001 HR $267.00/ HR $279.00/ HR Excavator $293.00/ HR Bobcat/Breaker (bobcat /grinder) $245.00/ HR Backhoe Combo $190.00/ HR WATER TRUCKS COLDPLANERS 2,000Gallon $138.00 / HR Mini Planer $605,00/ HR 4,000Gallon $164.00 / HR RX-40 $581.00/ HR Bitelll 5' Machine $800.00/ HR CMI 500 / PR 800 $816.00/ HR MISCELLANEOUS Pick-up Truck -Bare $ 23.00 I HR Low Bed Move Truck $160,00/ HR Bobtail Dump Truck $ 92.00 I HR Tack Truck (4 Hr. Min. plus Mal'!) $179,00/ HR 10-Wheel Dump Truck $103.00 / HR Concrete Saw $163,00/ HR Semi-End Dump Truck $117.00 / HR Jack Hammer and Compressor $355.00/ DAV Berm Machine -Bare $ 597.00 / DAV Jumping Jack $214.00/ DAY Sweeper $160.00 I HR Sand Spreader (min. 4 hours) $175,00 / HR NOTES: The above rates INCLUDE a 15% markup for overhead and profit. · Rented equipment will be charged by actual rate paid plus 15% profit markup. All equipment operated and malntalned unless otherwise specified. All labor and quipment will be billed per union agreement Additional charges will be made for moving costs. Above rates are subject lo change without notice, l I t l I t 5 a I I B I I I n I I I li Q I I ~ ~ g " iJ i·l cl ,, ~ l! t ·-All 'Toll CBrothers America~ LUXUIY Home Bullderr. Owner Controlled Insurance Program Insurance Manual California Revised 10/15/14 57485 Vendor Numbe.r Alpha Name 289522 AI.CAL ARCADE CO>ITR/IIV 87559 JU,CAL INSULATJ:ON 8"75S!t ALCA.L INSULATION 87559 ALCAL U/StJLATION 875>9 ALCAL INSULATION 313004 ALCAL SPECIAL CONT!I/FRBMONT ll 1004 1'LCAL SPECIAL CONTR/FRl!MONT 313(104 ALC'AL SPZClAL CONTR/FP.EMONT 313004 .>,LCAL SPECIAL CONTR/FRE:MONT 315970 At.CAI, SPECIAL CONTR/HENOSR.SON" 315970 ALCAL SPECIAL CCNTR/HENOERSCN 315970 ALCAL SPECIAL CONTR/HBNDERSON 31S97CI AI.CAL SPECIAL CONTR/HEHD&R.SON 34.7168 J\.LC'AL SPECIAL CONTR/RIVERSIDB 2'1514£ At.CAL SPECIAL CONTR/SACRAMENTO 27SH6 Al.CAL SP8CIAL CONTR/SACRAMENTC 2751-46 ~ SPECIAL CONTR/SACAAMflNTO 345006 ALCON CO ENG 35592:0 ALDBR CRRBK CABINETRY, LLC 54lS1 ALISO AIR, n,c. S4163 ALISO AIR, INC, S-U93 ALISO AIR, INC. 54383 ALISO AIR, INC. 294256 ALISO ELECT.RIC INC 29-4256 ALISO ELECTRIC INC 2'4JS6 ALISO ELECTRIC INC 29.f.J.56 ALISO ELECTRIC INC 64 8 97 ALL AME.R FEN CB CORP uat, ALL AMB.R PENCE CORP 64B!J1 ALL AA.E.R PENCE CORP 342S5-0 J\I.L AMER PENCE/MERCHANTS MBTALS 34255'0 ALL AMER FENCE/MBRCHA.NTS METALS J42SSD ALL AMER P'BNCl:/MBRCHANTS METALS 3&7702 ALL AMER WATER.PROOFING " SPRAY Ja;:»J2.;> AU, /\MHJUC"A.N I\S\>HAt.'l l65297 -'LL AMBRICAll ASPHALT/COLS EQUil'KIINT J6136S ALL AMER!CAN ASPHALT/ElfLB.6 MATERIALS 365296 ALL AMERICAN ASPHALT/MER.LI CONCRETE 30~754 ALL CONCRETE SERVICES 303407 ALL COT ELECTRIC LLC 3034 07 ALL Otrr ELECTRIC LLC 303407 ALL 00T BLEC'TRlC LLC 1034D7 ALL OOT BLECTRIC LLC 296951 ALL OC1T' GUTTERS 296951 AI.I. OUT GUT'I'E'.RS 296951 A.LL OtJT GUTTERS 296951 ALL OUT GUTTfi;RS 295294 ALL OCT LAWN CARE t.LC 29529• ALL OUT LAWN C.ARE LLC 2 95294 ALL Otrr LA.WN CARE LLC 295294 ALL OUT LAWN CARE t.,:L.C 333531 ALL OUT LA.WN CM.E/BOETHING TRE£t.AND 265303 ALL P.RO CLEANING SVC INC 285303 M,L PRO CLEANING SVC INC 265303 ALL PRO CLEANING SVC INC TOLL BROTHERS Vendor& Enrolled in OCIP Acldre:ui t.ine l 1S0 Casaia. Way fJ400 31164 Hun'Cvood A"Ye 11164 Hu.ntwood A"Ytt 31164 Huntwood Ave 31164 Hunt:wood Ave 4.29'50 Osgood R.d 429S0 Osgood Rd 42950 OE19ood Rd 42950 Osgood R.d 1555 W Oquendo Rd l 555 W Oquendo Rd )SSS w Oquendo Rd 3555 w Oqu8ndo Rd 1614 Mn.rlborough Ave unit 52 946 N Market Blvd 946 J>l Ha.r);et Blvd 946 N Market Blvd P.O.Box 892305 770S Porto Court 291l1Ei Avenidc1. Ce Lae Bandera= 29736 AvenirJ• De Lu Bct.nc;Serae 2973, Avenida. De Lae aanderas 29736 Avenida Oe Las Bander•s P.O. Box 3941 P.O. Box 3941 P.O. Box 3941 P.O. Box 1941 P.O. Box 3057 P.O. Box 3057 P.O. Box 3057 Merchants Matala Merchants Metals Merchants Mat.a.ls PO Box lDSl PO Box 2229 Cole Equipment Ewlea Material& Merili Concrete-Pumping PO Box 859 PO Sox 1877 PO Box 1877 PO Box 1877 PO Box 1877 PO BoX'. 417 PO Box 417 PO Box: 41'1 .PO Box 117 PO Box 1BS4 PO Box 1854 PO Box 1854 PO Bax. 1BS4 Seething Trecland Farm& tnc: PO Box 2661 PO Box 2661 PO Box 2661 Address t.ine :z PO BoX 3057 PO Box 3057 PO Box 3057 PO Box 2229 PO Box 22:29 PO Brue: 2:1:29- PO Box 18S-t AddreDs Lj,ne 3 Hl!ndtrson, NV 89014 Hayward, CA 9455S Hayward, Cl\. 945SS Hayward, Cl\. 94555 Hayward, CA 94SSS PreDOnt, CA HS39 Premont, C-' 94539 Fremonc., CA 9453:51 Fremont:., CA 94539 t.aa Vegas., NV 89-118 Las vegaa, NV 89118 l.o&s Vegas, NV 69118 t.a.s Vegas, NV 89llS RiverEide, CA 925.07 Sacr•menc.o. CA 9S834 S.ac.ramento, CA 9SU4 Sacramenc.o, CA 95834 Temecula, CA 92589~2305 Spa.rka, NV 89436 Rancho Sant.a Margarita, CA 92&88 Ra.nc::ho Santa Margarita, CA .92688: Rancho Santa Marg.-.rita, CA 92688 R.anc:ho Santa Margarita, CA t.2688 Laguna Hills, CA 9265-4 Laguna Hills, CA 51265,4 Laguna llillo, CA 9255< Laguna Hills, CA 92554 O.nville, CA 94S26 Danville, C-' 9-1526 Danville, CA 94$25 Oiinville, C-' 94526 Danville, CA 94S26 Danville. CA 9452:6 Kirkland. WA 98083 Coron.a, CA 9.2B78 Coron.a, CA 9:ZB7a Coron.a, CA 92878 corona, CA 92B78 Issaquah, WA 99027 Fernley, NV 89.08 Fernley, NV 89408 F~rnl&y, W 89.fDB Fernlriy, NV 89-tOB Fernley, NV 89'408 Fernley, NV .894.08 Fernley, NV 89406 Fernley, NV 89'08 Fernleyj NV 19408 Fernley, NV 89406 Fernley, NV 89408 Fernley, NV 89408 Pe:rnlay. NV B!HOB lJUblin, C-' 9455 B Dublin, CA 94:56S Dublin, CA 9-ts.s-a Page Dat.e 11/09/15 Last ila.y froj /St 011te OV-r:ricle 06/2014 WA OJ/2007 AZ 03/2007 CA 03/:2007 NV 03/2007 WI\ 11/2015 AZ 11/2015 CA 11/2015 NV 11/2015 WA ll/2015 AZ 11/2015 CA 11/2015 NV 11/2015 WA 11/2015 11/2015 AZ 11/401.S CA 11/2015 NV OB/2014 08/2014 11/2015 AZ 11/2015 CA ll/2015 NV 11/2015 WI\ 01/2015 AZ 01/2015 C.>, 01/2015 NV 01/2015 WA 11/2015 AZ ll/2015 CA ll/201S. NV AZ CA NV 08/2015 05/2015 11/2015 AZ 11/2015 CA ll/2O15 NV 11/2015 WA 11/2015 AZ ll/2015 CA ll/::1015 NV ll/2015 WA ll/2015 u ll/2015 CA 11/2015 NV 11/2015 WA 01/2012 AZ 01/2012 C.>, 01/2012 NV ACORD. CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/OD/YYYYJ ~ 11/09/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CA LIC 0B29370 1-925-244-7700 ~~~t~CT Certificates Department Edgewood Partners Insurance Centers (EPIC) r.H~N..,E:_ .,_.,, (n5) 244-7700 1r~ No\: (92S) 901-0671 [Inland Empire -Branch ID 14542] E-MAIL BPICcerts@epicbrokers.com P.O. Box 5003 ADDDCQQ, INSURER(S) AFFORDING COVERAGE NAIC# San Ramon, CA 94583 INSURER A: ARCH SPECIALTY INS CO 21199 INSURED INSURER B : ZURICH AMER INS CO 16535 All American Asphalt I ,.Y _y _j J / :..;./ y INSURER c: NATIONAL UNION FIRE INS CO OF PITTS 1944S I P.O. Box 2229 INSURERD: INSURERE: corona, CA 92878-2229 INSURER F: COVERAGES CERTIFICATE NUMBER· 4S418364 REVISION NUMBER· THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR 1,:111.J~ POLICY EXP LIMITS LTR l,u_ft lun,ft POLICY NUMBER IMM/0D/YYYY\ A X COMMERCIAL GENERAL LIABILITY GPP002265807 08/01/15 08/01/16 EACH OCCURRENCE $ 1,000,000 '--0 CLAIMS-MADE 0 OCCUR DAwu,E TO RENTEO ,__ oc1:u1C1"ee; tEa ,.._,........,.,._, $ 100,000 ,__ MED EXP (Any one person) $ 1--PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 R POLICY 0 ~f& OLoc PRODUCTS -COMP/OP AGG S 2,000,000 OTHER: $ B AUTOMOBILE LIABILITY BAP557108803 08/01/15 08/01/16 ~':!~~~t(INGLE LIMIT $2,000,000 .__ X ANY AUTO BOOIL Y INJURY {Per P8f$0R) 5 ,__ -ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ ,__ AUTOS ,__ AUTOS X X NON-OWNED rp~~~!.'Z.t?AMAGE $ ,__ HIRED AUTOS ,__ AUTOS $ C UMBRELLA LIAB ~OCCUR BB116656S5 08/01/15 08/01/16 EACH OCCURRENCE $10,000,000 ,__ X EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 PED IX I RETENTIONS 10,000 Following-Form s B WORKERS COMPENSATION WCS93205702 08/01/1S 08/01/16 XI ~ll:nrrE I I ~ri-AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE El N/A E.L EACH ACCIDENT s1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.l. DISEASE -EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L DISEASE -POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If mare apace Is required) #27391 / RB: Toll Bros. at Robertson Ranch/ Bl Clllllino Real Widening #366103005 / Carlsbad Certificate Holder is Additional Insured if Required by Written Contract Excluding Workers Compensation [21 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Toll Bros., Inc. 725 West Town and Orange, CA 92868 I ACORD 25 (2014/01) e1eles-ont 4S418364 Country Road THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. #200 AUTHORIZED REPRESENTATIVE USA clJ-- © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD MEMO To: Whom it may concern From: Edgewood Partners Insurance Centers (EPIC) Named Insured: All American Asphalt et al Policy Number(s): GPP0022658-07, BAP5571088-03, WC5932057-02, BE11665655 RE: Notice of Cancellation Should the above described policy be cancelled before the expiration date thereof, we will mail 30 days written notice to the Certificate Holder; except, 10 days notice for non-payment of premium. Sincerely, K~Lop~ Account Manager tel: 925.244. 7700 3000 executive parkway, suite 325, san ramon, ca 94583 ca license 0B29370 epicbrokers.com THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurar1ce prO\lided urider lhe following COMMERCIAL GENERAi. UABILHY COVERAGE FORM COMMERCIAL GENERAL LIABILllY SELF-INSURED RETENllON COVERAGE FORl\·1 SECTION II -WHO IS AN INSURED is amended to include as an additional insured those persons or organl.rntions who are required under a wrllten conlract with you lo be named as an additional insured, but only with respect lo tlablllty for "bodily injury•, •property damage". or "personal end advertising Injury• caused, 1n whole or In µart by your acts or omissions or the acrs or omissions of your subcontractors: A. 1n the performance of your ongoing operations or "your work", including •your work" that has been completed; or B. In connedion wilh your premises owned by or rentod to you. As used in this endorsement, lhe words 'you· and ·your" refer to the Narne<J insured. All other terms and conditions of this Policy remain unchanged Schedule Project Toll Brothers, Inc., Toll Bros., Inc. their subsidiaries and affiliates #27391 I RE: Toll Bros. at Robertson Ranch / El Camino Real Widening #366103005 / Carlsbad Endorsement Number: fhis endorsemen1 is oHective on the inception dale of this policy unless otherwise staled herein. (The information below is required only when this endorsement Is Issued subsequent to preparation of the policy,) Polley Number GPP0022658-07 Named Insured: All Amencan Asphalt et al Endorsernent Effective Date. August 1, 2 015 00 CGL0006 00 05 07 4077 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. OTHER INSURANCE· BROAD FORM, CGL POLICY ENDORSEMENT This endorsement modifies insurance provided under tho following COMMERCIAL GENERAL UABII ITY COVERAGE FORM Under SECTION IV -COMMERCIAL GENERAL LIABILITY CONDmONS, the following paragraph is added to Condition 4. Other Insurance Where the Named Insured is required by a written contract lo provide insurance that Is primary and non.contributory, and 1he written contract so requiring is executed by lhe Named Insured before any "OCA;urrence" or offense. this insurance will be µrlmary, but only If and to the extent required by that written contract All other terms and conditions of !his Policy remain unchanged Schedule Toll Brothers, Inc., Toll Bros., Inc. their subsidiaries and affiliates Endorsement Number· Project #27391 / RE: Toll Bros. at Robertson Ranch/ El Camino Real Widening #366103005 I Carlsbad T'his endorsement is effective on the inception dale of this policy unless otherwise slated herein. (The information below is required only when this endorsement Is Issued subsequent to preparation of the policy.) Polley Number· GPP0022658-07 Named Insured: All Atneocan Asphalt et al Endorsemenl Effective Date August 1, 2015 00 CGL0130 00 09 06 Page 1 or 1 4077 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF SUBROGATION ENDORSEMENT TI1is endorsoment modifies insurance provided under the following COMMERCIAL GENERAL LIABILIIY COVERAGE FoRM COMMERCIAL GENERAL LIABllllY SELF-INSURED RETENTION COVERAGE FOHM SCHEDULE Name of Person or Organization: Where required by wrluen conlracl. Under SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS, Condition 8. Transfer Of Rights Of Recovery Against Others To Us is amended by the add~ion of the following provision: We waive any right of recovery we may have against lhe person or organization shown in lhe SCHEDULE above because of payments we make for injury or damage arising out of your operations or ·your work" done under a written contracl w1lh that person or organlzallon. All other terms and conditions of lh,s Polley remain unchanged. Schedule Toll Brothers, Inc .• Toll Bros., Inc. their subsidiaries and affiliates Endorsement Number: Project #27391 / RE: Toll Bros. at Robertson Ranch/ El Camino Real Widening #366103005 / Carlsbad fhis endorsoment is effective on the inception dale of this policy unless olherNise staled herein. (The information below is required only when this endorsement Is Issued subsequent to preparation or the policy.) Polley Number· GPP0022658-07 Named Insured: All Amencan Asphalt et al Endorsement Effective Date: August 1, 2015 00 CGL0121 00 09 06 Includes copyrighted material of Insurance Services Office. Inc.. Page 1 of 1 with Its permission. 4077 POLICY NUMBER BAP5571088-03 COIIINERCIAL AUTO CA20 48 02 99 THIS EN0ORSEM ENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insuronce providoo under the following: BUSINESS AUTO COVERAGE FORM GARAGE CO\ERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM Wrth respoct to covern;;ie provided by this endorsement. the provisions of the Coverage Form op ply unless modified by this endorsement. This endorsen1ent Identifies person(s) or organlzaion(s) who are 'lnsureds" under the 'Nho Is An Insured Provision of the Covero;;ie Form. This endorsement doe:. not ater covera;;ie provldoo in the Coverage Form. This endorsement changes the poll:::y effe:::tive on the ioception date of the policy unless another dote is indl:::ated below. Endorsement Effe:::tive: 8/1/15 Countersigned By: Named Insured: All American Asphalt SCHEDULE Name of Person(s) or Organlzatlon(s): (Authorized Reoresentative) ANY PERSON OR ORGANIZATION TO WHOM OR WHICH YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS OR ADDITIONAL INSURED STATUS ON A PRIMARY, NON-CONTRIBUTORY BASIS, IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS, EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHIBITED BY LAW. Schedule Project Toll Brothers, Inc., Toll Bros., Inc. their subsidiaries and affiliates #27391 / RE: Toll Bros. at Robertson Ranch / El Camino Real Widening #366103005 / Carlsbad (If no entry appears above. informctlon required to complete this endorsement will be shown In the Declarations as opplic.'.lble to the endorsement.) Ea:::h person or organlz::.tlon shown in the Schedule is :in 'lnsured" for Lloblllty Covera;ie. but only to the extent th;:t person or orgailzaion qualifies as an 'Insured" under the 'Mio Is An Insured Provision contained In Section II of the Coverage Form. CA2048 02 99 Copyright, Insurance Services 0ffl:::e. Inc., ·1993 Page 1 of 1 D 4077 BAP5571088-03 POLICY NUMBER COMMERCIM. AUTO CA04440310 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAl\olAGE CO\ERAGE FORM GARAGE CO\oERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM V'lrt.h respoct to coverage provided by this endorsernent. the provisions of the Cov6fa;Je Form apply unless rnodl- fioo by the endorsement. This endorsement changes the policy effootive on the in:eption dote of the poli::y unless another date is indk:oted below. Natmd Insured: All American A.5phalt Endorserrent Effective Da~: 8 / 1 / 15 SCHEDULE Naim(s) Of Person(s) OrOrganlzation(s): ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY Information requiroo to complete this Schooule. if not shown above. wDI be shown in the DE£Iaraions. Project The Tra-isfer Of Rights Of Recovery Agailst Others To Us Cond~ion does not apply to the p6fson(s) or organlzotlon(s) shown In the SChooule. but only to the extent thtt subrogttion is waivoo prior to the "m- cident" or the '1oss" under acontr~t with th:.t person or organization. Schedule Toll Brothers, Inc., Toll Bros., Inc. their subsidiaries and affiliates #27391 / RE: Toll Bros. at Robertson Ranch/ El Camino Real Widening #366103005 / Carlsbad CA0444 0310 © lnsurarl'.!e Services Offte. Inc .. 2009 Page1of1 D 4077 WORKERS' COMPENSATION AND EflPLOYERS' LIABILITY INSURMICE POLICY WC 04 0306 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-- CALIFORNIA V1.'e have the right to recover our payrrents from anyone liable for an injury covered by this polby. We will not enforce our right ogalnst the person or organization narre<I in the Schedule. (This 3greement applies on~' to the extent that you perform work under a written contract that f€(1Ulres you to obtain this agreement from us.) You must maintain payroll rECords a::curatety se,;;ire,;Jating the remuneration of ~·our emplorees while engaged in the work described in the Schedu 13. The additional premium for this endorserrent shall be o. 00 % of the California workers' compensation pre- mium otherwise due on such remuneration. Person or Organization ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION Sche<l.Jle Job Description ALL CA OPERATION Toll Brothers, Inc., Toll Bros., Inc. their subsidiaries and #27391 / RE: Toll Bros. at Robertson Ranch/ El Camino affiliates Real Widening #366103005 / Carlsbad All American Asphalt Policy #WC5932057-02 8/1/15 IJl/'C 252 (484) WC 04 03 06 (Ed. 4-34) Zurich American Ins. Co. Page 1 of 1 4077 TOLL BROTHERS OWNER CONTROLLED INSURANCE PROGRAM ENROLLMENT FORM SUBCONTRACTOR INFORMATION: Subcontractor:--------------------------------Address: ________________________________ FEIN: _______ _ Office Contact E-Mail: ________ _ Phone: Fax: Site Contact: E-Mail: ________ _ Phone: Fax: Safety Contact: E-Mail: ________ _ Phone: Fax: Insurance Contact: E-Mail: ________ _ Phone: Fax: CONTRACT INFORMATION Project Name: _____________________________ Start Date: ____ _ Awarding Contrnctor: ____________________________ _ Cunent GL Ins Co: _________________________ Policy Period: _____ _ GL Rate(s): Policy Rate Applied to: (Payroll or Receipts) per ($100 or $1,000) Policy Deductible: Retention: _______ _ PLEASE MARK THE TYPE OF WORK TO BE PERFORMED UNDER THIS CONTRACT: (Circle All That Annl:v) Plumbing Drywall Framing Stucco Retaining Walls Rough Grading/Finish/Drainage Dry Utilities (Gas Main, Electrical Main, Street Lights. Cable. Phone) Storm Drains/SewerM'ater Window lnstallaUon Foundation Flatwork Cable Roofing Deck Coatings HVAC/Sheelmetal Painting Electrical Rough Cleaning Masonry A/C Paving Metal Fireplace Sidewalk/Curb/Gutter Garage Overhead Door Sound Walls Fire Sprinklers Stair Rails Finish Carpentry Landscaping/Irrigation Wrought Iron Finish Cleaning Insulation Fencing Ceramic Tile Mirrors/Shower Enclosures Prep & Detail Cultured Marble Fire Caulking Flooring By signing this OCIP Enrollment Form, I hereby warrant that information provided is accurate and correct. I also understand and agree to comply with all terms, conditions and responsibilities of the Program as outlined in the OCIP Manual, Contractual Agreement and policies of insurance. Signed ___________________ Title ____________ Date ___ _ THIS FORM MUST BE COMPLETED IN ITS ENT/RID'. ENROLLING SUBCONTRACTOR(s) MUST ATTACH COPIES OF THEIR PRIMARY GENERAL LlABILJTY POLICY DECLARATIONS AND RATING PAGES. NO CERTIFICATES OF INSURANCE OR POLICIES WILL BE PROVIDED UNDER THE OCIP UNTIL THIS FORM AND REQUIRED POLICY DOCUMENTATION ARE RECEIVED. Fax completed forms with your declaration & rating pages to: Shawn Branca, Toll Bros., Inc. 215/938-8422 or E-mail to sbranca@tollbrothersinc.com 17 SECTION J Proposal Item BIDDER'S PROPOSED CONSTRUCTION SCHEDULE: NOTE TO CONTRACTOR: In Accordance wlth the Bid Documents, the Bidder shall attach his construction schedule showing the work activities, durations and start/finish dates outlined in the bid specification. The awarded contractor will be required to furnish a detailed construction schedule in MS Project or equal. Owner_ STREET, SIGNALIZATION, SIGNING & STRIPING, STORM DRAIN, SANITARY SEWER, DOMESTIC WATER AND RECYCLED WATER IMPROVEMENTS FOR EL CAMINO REAL J-6 Contractor.@ • ~~ ALL AMERICAN ASPHALT Engineering -Contractors -Asphalt Paving 400 E. 6th Street / PO Box 2229 -Corona, California 92878-2229 Telephone: (951) 736-7600 FAX: (951) 549-0651 CAL. STATE UC. #267073A manderson@allamericanasphalt.com El Camino Real Improvements -Duration Schedule -All Phases Combined Set up TC Potholing SD, Recycled & Dom Water Removals Curb Grade String/Pour/Backfill Curb Street Grade Dump & Finish AB AC Base Course AC Cap Landscape/ Signalization Sign & Stripe 1 day 10 days 90 days 15 days 6 days 18 days 10 days 20 days 5 days 3 days 20 days 3 days ~' ALL AMERICAN -ASl'H/\LT- AN EQUAL OPPORTUNITY EMPLOYER P.O. Box 2229 Corona, CA 92878-2229 (951) 736-7600 FAX (951) 549-0651 TO: Toll Brothers, Inc. Attn.: Contract Administrator 725 W. Town & Country Rd. #200 Orange, CA 92868 RE: El Camino Real #3661030005 11/5/2015 Please find attached the following documents pertaining to the above-referenced project. One (1) original, signed construction agreement Copy of the Certificate of Insurance (the original has been mailed to you by our insurance company) Please email the electronic billing forms to: dthorne@allamericanasphalt.com Please return a signed copy of the subcontract to the attention of Donna Thome. Thank-you, Donna Thorne, Contract Administrator dthorne@allamericanasphalt.com (951) 736-7600, X 243 EXHIBIT D: APPROVED CHANGE ORDERS 14 ~ e6¥lV 0 3toCo\-cti>~ CC.~ 258'5-l~Z( ALL AMERICAN ASPHALT ALL AMERICAN AGGREGATES ALLAMERICAN --ASPHALT-- T 951-736-7600 F 951-739-4671 P.O. BOX 2229. CORONA. CA 92878-2229 ~ ~1'-{(\ft; CONTRACTORS LICENSE #267073 A.C12 DIR #1000001051 AN EQ!)Al OPPORTUNITY EMPLOYER CHANGE ORDER REQUEST Toll Brothers, Inc. CCOR #35 725 W. Town & Country Rd. #200 El Camino Real Widening Orange, CA 92868 Attn.: Kevin Brickley AAA Job #27391 All American Asphalt has performed over-contract work on the above-referenced contract. Please issue a change order for the following work: Extra work for potholing the recycled water line connection point in the intersection of Cannon and El Camino Real. 15%OH&P lLS 1 LS CMWD owns 100% of this cost TOTAL CHANGE ORDER REQUEST Attached is the supporting extra work report from Mike Bubalo Construction Co. 6/29/16 12,640.61 $ 1,896.09 $14,536.70 If you have any questions regarding this request, please contact the following project manager: X Michele Anderson at (951)736-7600, x 265 or manderson@allamericanasphalt.com ---- Miguel Del Rio at (951) 736-7600, x 206 or mdelrio@allamericanasphalt.com ---- THANK YOU, CONTRACT BILLING ADMINISTRATOR SUMMARY DAILY EXTRA WORK REPORTS OWNER/ CLIENT: PROJECT TITLE : PERFORMED BY: : ~_) , l • L T T -; L ~ R=P,_,r--I i~FC1 04-Mar-16 02-May-16 03-May-16 All American Asphalt El Camino Real Widening MIKE BUBALO CONSTRUCTION CO., INC. ~'-F )=)- c:::s2;:-1=,--i ---rJ Potholed to confirm the depth al pipe to connect the 12" RW Line based on survey. Plans showed the depth to be 4.23 feet deep. Dug clown to 7.5 feet deep and probed 3 feet deeper and could not locale the pipe. Backfilled and compacted. Sawcul to pothole the location for the new connection point for the RW Line on Cannon. Mobilized to the location for potholing. Grinded asphalt for plat& recessing. Potholed for the RW Line CDnnection. Found 24" CML at 11 reet deep to top of the pipe. !TOTAL COST TO DATE . ---------····-------- ' _ T -,_ • ,. ::: I $3,869.79 $625.86 $8,144.95 $12,640.611 17-Jun-16 Report Date -' 1_; ,= i j : • ;,_. r c-:J- DAILY EXTRA WORK REPORT OWNER/ CLIENT : All Americ:an Asphalt PROJECT TITI.E : El Camino Real Widening PERFORMED BY : MIKE BUBALO CONSTRUCTION CO., INC. DESCRIPTION OF WORK THJS REPORT: "EXTRA WORK" $3,869.79 I Potholed to confirm the depth of p~ to connect the 12" RW Line based on survey. Plans showed the depth to be 4.23 feet deep. Dug down to 7.5 feet deep and probed 3 feet deeper and could not locate the pipe. Backfilled and compacted. REPOtrrNO.: I.OCATION ' Equipment Hours I Hourly Extended No. LABOR Hours I Hourly DescriDtion ON!r I Rate Amount Of Descrintion Worked Rate 1 rPickup ____ . j _ 7 ! $30.85 i $215.95 SUPERVISOR : Reg. ! i $80.00 l-·1. ·:Utilityji-uck·-·---·· . . ·-·· I _L_+· ~.60 i ~-$~1~~0. ---'------... : O.T. ; l_ $120.00 1 i420 Backhoe , 7 ! $60.00 : $420.00 . OPERATOR TR&g. !" ·---: -·--. $84.61 ··1 .,BobtailTruck-··-···. ---.. -·-··--!-· . ·-t----$6590 ,. ~ 30 1 0 M ' . j" ,_ . _ __.__ ·-····---·--·--·· -· .... __ . I _7._L. . .i __ . 1. -·--L .. -F RE AN __ t O.T.i___ __$110,27 -1· ·--· -····--·· __ ._.;____ i·-··--·----+ . ··-----1 . OPERATOR IRr,g.: 7 ! $80.64 ··---· -·-... -·--I . : .. _ ... i._. _ --· _ ------.. : ~!-1 L ... t1045J.;. ·-7--· · I I 1 LABORER : Reg.: 7 i $66.15 : 4-Mar-16 Extended Amount $564.48 $463.05 --· ·r-····---··--·-. -··-·· ---t. -~~J, ... ~~ =._;··-_ -_ -----:-FOREMAN : O.T. j ; $86.15: ·-! ·--· --·· 2 LABORER I Reg. i 7 . $63.91 r ·----"i°894.74 -·----·----I··---' .. -------·· -I I 0.T.' : $82.93 j --·-. • i ____ ~-~ [ -·-· ~~~'-··1 MECHAH1c··--tkeg; f. : -·---S.:fi.2.el-·----·------ ~ ·(-·-··-· ·--···---··--t-··· I _J___ j___ : O.T.1 • $101.26 i ·-r --· ---·-----·-r-----,-· ----1PROJEc1--MANAGER-1RD11-t·---,--$100~001 ~ +~ . ·········-::. : :...-::·~ ~ ... :::-:; -~ f~~::_ ·~·--·---·-j _ IJIBORER .. +°~ ! --+ $:~! :.=--t --· ~---··-· .. -----·-~.-: .J_---· . -----r= __ ---··-_. _ ---·--.. ~:!-j i $82:93 : _ -··-. __ ·--t· ---· ······-· ···-.... ··-·---··---;,,:~~~A~i ... -;1,<0946 : I i f $1,S2o.a7 TOTAL EQUIPMENT COST 15% MARKUP ~11.42 l Material # Of I Unit Extended LABOR SUB-TOTAL Descriotion Units Cost Amount 15% MARKUP : j-·----·-----·--·-·· . ----, -·-·--·-r-- ·---1----·--· -· -·-· -----· ------1-------. --·----+,.. ---·-·-: ! I -·r ··--··-· --· ·---·------·-1 .. --r --,---+·-----·· --· ·-. -· ··-------·-·--1· -~--~ --t---- ... -·--·----SUBCONTRACTS: -- 5% MARKUP Material, SDAcial Fees and Other Exoenditures Subtotal c:> ADD 15'K. MARK-'JP @ PA.GE 1 of l TOTAL THIS REPORT TOTAL LABOR COSTS ~kr suBTOTAi:· - 1% BONDADJUS"TMENT -----·· $1,922.27 $288.34 $2,210.61 $3,831.48 ... $38.31 $3,869 79 REPORT NO.: <I) . "'"'°"", No. Equipment Hours Hourly Extended No. LABOR Hours Hourly Extended Of Dascriction Ocer Rate Amount Of Descriotion Worked Rate Amount \ I-..\-~~·-'-----nr., ,,_ 7 SUPERVISOR Reg. $80.00 \ I,,_\~ 1\-1...•\·\..., -,-n.v 7 O.T. $120.00 I "'-l~l'\(.:° B.~-" I .. I ? OPERATOR ~r $84.61 I lo I I · l "T-'2.lL 7 [:OREMAN ._ __jll ~2?.... -----I OPERATOR Reg. r? $80.64 ------O.T. $104.67 l LABORER Reg. 7 $66.15 FOREMAN O.T. $86.15 -·· -~ LABORER Reg. r;, $63.91 O.T. $82.93 MECHANIC Reg. $77.26 O.T. $101.26 PROJECT MANAGER R11g. $100.00 O.T. $150.00 LABORER Reg. $63.91 I O.T. $82.93 EQUIPMENT SUB-TOTAL TOTAL EQUIPMENT COST 15% MARKUP Unrn Material #Of Unit Extended LABOR SUB-TOTAL Of Descriction Units Cost Amount 20% MARKUP SUBCONTRACTS : ... '----··· M 5% MARKUP Material, Snecial Fees and Othe&1:11menditures Subtotal c:, ADD 15'JG MARK-UP @ c:, c> //}/7 TOTAL LABOR COSTS REPORT SUBTOTAL .. ~ -··-·-. --- 1% BOND ADJUSTMENT PAGEi ofl TOTAL THIS REPORT ~ ~ ~ 1/e )v1-t:t 711 -Toil 'JAo.S. ¾~ %Ii j;JL ~Z&~ DAILY EXTRA WORK REPORT OWNER/ CLIENT : All American Asphalt PROJECT mLE : El Gamino Real Widening PERFORMED BY : MIKE BUBALO CONSTRUCTION CO., INC. DESCRTPTION OF WORK THIS REPOJrr: "EXTRA WORK" $625.861 Sawcut to pothole the location for the new connection point for the RW Line on Cannon. REPOKrNO.: llATcOFll()RI{; LOCA7!0N : Equipment I Hours Hourly Extended NOfo., LABOR Hours I Hourly Description Ooer Ra1e Amount Descriotion Worked Rate ,.. J ___ if-ick~ __ _ ____ ____ _ _ ___________ ! __ 1__ i $30.85 I _ $61. 70 SUPERVISOR i Reg. : $80.00 __ 1 -+UtilityJruck__ ____ _____ __ ~-2 -~-$44.60 ! _____ $89.20 _j_____ _[_(),!-~-_ $120.00 ~r:__-__ -: =~~ -=-_ -~ :-___-~ =--~ _::-:-:_ r------+--;?: -I if -i -$~m : -____ '.._ __ -·-·· ------------------, --,---------1. ----------------1 +----LABORER -1-~ i 2 j -1~:~~ !-· -1 -. ---1---·-r· -___ --t=-·. ___ ~= ____ : _FOREMAN ~ / ---~-$86.15: 2-May-16 Extended Amount ---~----····- $132.30 ___ f, __ _ .. -----.. ' . _____ [__ ____ ; ______________ _____ 2 ! LABORER ! Reg. ! 2 I . --$63.91 ] $255.64 ----------. =~~'.._ ___ i ' _i ______________ __! O.T._t __ _i $82.93i ______ _ ___ __:~~=:--------_______ .L------1~-----.r-________ i MECHANIC i Reg. i I $77.26: ------< : I ' ! O.T. ! ; $101.26 i -i _____ ---_--:~~~-~-=-_ _ :~--~~--1 ·---=-;--~---T ~~=----·--~ ---rPROJECT MANAGER ::!.f;·-----; ;~~~:~~ -·-·:-__________ :~=~----I _______ J______ __i_______ . LABORER fReg. j \ $63.91 -t------__ _ _ ____ ( _ ! _ ! _ _ ~O.T. l _ _ t $82.93 f---- --j s,73.54 ;~~EQ~PM_E_NT_C_o:~·~t-e.:-1-~1Al-t--$~:-·+ . . ..... ---. I +-. . i . Units! Of I Material I # Of Unit Extended Descriotion Units Cost Amount __ , __ _,I ______ ~ _ _ __ _SUBCONTRACTS: ! ---·-· --------. 'i _____ ' .... ----·--· ---! ---... · _____ .. -------.r-~--]-- -·=t_ -----=-= . ---l--------. . -. ---. : ! I i 5% MARKUP Material, SDecial Fees and Other ExDenditures Subtotal Q ADD 15% MARX-UP @I LABOR SUB-TOTAL 15% MARKUP Grbavac Sawcutting $387.94 $58.19 ~T"~=;i:=AL=LABO,,..s=u=~=~=S:,,_---------:::!; 1% BOND ADJUSTMENT $6.20 PAGE I uf l ITO TA L TH I S RE P O RT $625.86 DAILY EX1TRA WORK REPORT-FI:ELD.WORKSHEET OWNER/CLIENT:'\&\\ ~,:n. Lp.y~ ~ \eree,\., - PERFORMED BY : No. Equipment _ Of Descriotlon _...i_~~ ..... y 1-...._\+1" .... ~-o v.:t: Hours No. 0Der Of MIKE BUBALO CONSTRUCTION CO., INC:. Equipment DescrlDflon Houre C'l .... t ND. LABOlt Of l)es-..tl<>n SUPERVISO~ Of'ERA,t)R ~110.: Ot104 Houra ··- Worked Qtl)9~ ,.,.~,: --11[,g'. or. ,_ --- Q.T. ----+-~-~----------------------------t--t----+--~=-=----;..--f---~-------+-----,=,----,_~-------FOREMAN ' OPERATOR l -----------------+--f------+-----------+----1 ,---'---,--~ -----~--~+----+-+-----------~---1--..r--~== .. .----+-lf--=-+---:c..,......----i------=--~---=·-.,.,,·-·=·e<:::--"""· ---OT. I LABORER ' ---~ ~--~-=:-~~ ----=-~~--===r=_ ~---~--------------------------------i------1 -------------'--. --'---l-~-'---+-----------~~---t---1--=~ '-----"---------t,----(-------------t-----t --FOREMAN o.r. -2-LABORER -<t-- O.T. J: MECHANIC ,_ - O.T. PROJECT MANAG~ ,_, O.T. LABORER -J!lg. -------------4-------1 =:: : ~=-~-,-_ ----__ -~ =E:--~~1~-1-------=----_----+~-------I ~ --~:--~--~-+-·----11------------+---+-+---------?-T. -----.----~---------- ~-------------·--~-1-----1-~----------i-~-; I_ . ·-·-I l Urilts Material # Of Units Material ,, Of _Of -- -Descrii>tion. .U.nlts Of Descrfntlon Unib: SUBCONTRACTOR$ Ho~ OFFJCSCOPY DAILY EXTRA WORK REPORT OWNER/ CLIENT : All American Asphalt PROJECT TITLE : El Camino Real Widening PERFORMED BY : MIKE BUBAL.O CONSTRUCTION CO., INC. DESCR/PTIONOFWORKTHISREPORT: "EXTRA WORK" I $8,144.95 j Mobilized to the location for potholing. Grinded asphalt for plate recessing. Potholed for the RW Line connection. Found 24• CML at 11 feet deep to top of the pipe. REPOKINO.: LOCATION : Equipment Hours I Hourly Extended No. LABOR Hours Hourly Deserio ti on Oner Rate Amount Of Desaiotion Worked Rate 3-May-16 Extended Amount 1 · Picku i 8 ! $30.85 $246.80 SUPERVISOR ) Reg. j $80.00 ~t !~:~i~ki~-~--~=----~~~=-~-~~~~: ~~ r~}_ --$~~ :-$1~~:: --: --0PERA10R ! :-!,-------$::~~ i ------------- 1 950 Loader -------. -------·--1 --8---. $77.40 ' ---· ---$619.20. l FOREMAN \ O.T. : $110 27 i 1-!AsphaltRoller ---.. ·----·---1-·2 ·7 $31.251 ---$62.so·-·1--·-OPERATOR -:Reg..1 8 .. - . ~--·-------· f-1 __ LSwaeper --. . --_ ---· -·. --. --------···1:f" T" . $28.30 i . . ---$56.6if _J__ . ----i O.T. ~--. --f --$~::~ i $645. 12 ,_ ___ j__ __ ------... ·-·------------------_____ i _ ;____ i ----< 1 ! LABORER \ ~: 8 I ::~; ! $529.20 ~ ·i4r~~~~~r:n~l~i~1---------"[ -l -l--:~::: +--------}~~~~ 3 ~ -~= -~---I ----I ------····l --····1·· ________________________ . f---·--·.·-·-·-----··-·,------------~ I i Reg.! 8 j $63.91 ! $1,533.84 I i i I -i --MECHANIC---t::~ ---+-----{~~~¼f -. · ~-----=~: -~~--~ ----1--r~~ ~r · PROJECT MANAf>ER : ~ 1 : :~~~ : ____ .. ___ ____ __ _____ ______ · -~----___ _L ___ --------<1------------------~-__ -1 j1§p.oo ~----_ _ __ _ --------+ \ ! _____ -----LABORER I Reg. I i $63.91 l ---!-------·----_:_~-----_(__ _ ! i--------1 -----I O.T. l , $82.93 l -----1--! I ----+--. ------- $3,920.93 i !-··- 1 i------1 I EQUIPMENT SUB-TOTAL TOTALEQUIPMENTCOST 15% MARKUP Material # Of l Unit Descriotion Units Cost . --------·------~---~-! ! i -7·-· -L $3,409.50 $511.43 Extended Amount -----1SUBCONTRACTS: . ------·----------i ---:------+---- . _..!,. ----~---i i ; r 5% MARKUP Material Sriecial Fees and Other E:menditures Subtotal I ~ ADD 15'(, MARK-UP @ PA.GE J of I TOTAL THIS REPORT i LABOR SUB-TOTAL 15'¼ MARKUP AAA-Mini Grinder $2,708.16 $406.22 $980.00 $49.00 TOTAL LABOR COSTS $3,114.38 -REPORT-SlJBTo=T=AL------------$8,064.31 1% BOND ADJUSTMENT $80.64 $8,144.95 No. Of l __ , ~ ~ ..., u \ __ \_ Units Of DAILY EXTRA WORK REPORT-FIELD WORKSHEET OWNER/ CLIENT: °To\\ ~c::dl\o,cr L,ll'le">,,d, ~b.l:C,efm,e-1"\--,\. PERFORMED BY : MIKE BUBALO CONSTRl,iCTION CO., INC. Equipment Hours No. Equipment Hours No. LABOR Descrlnllon Or ~r Of OescrlDllon o-Of Deac:rlatlon ~-1a:a-.:i.::I ,. SUPERVISOR •-\'!..o-u_~ :.:;;~ --OPERATOR : FOREMAN a...l. y -• ' "Ta. "IL 0 I OPERATOR ._,ri,~,~sJ.t1c"-n. 0 -• { LABORER M.'11.. \"l;, ':i, ""-h:,\..l "··-I C .., FOREMAN ;> LABORER 9-"'ino'"T"~.l T. -\_ .... ~ MECHANIC .., ~"'R R .... .l. ·v\·-~---8' . ---··-. ----PROJECT MANAGER R-'--(' _ rwtc.... .l<,,. .., LABORER ~~ "-o\\ .. .--. ~ .. ~-~U" ~ I -~ ··----. - Material #Of Units Material #Of IJescriDlion Units Of DescrlDllan Units SUBCONTRACTORS r\~5~""~ RBPORTNO.: -01105 s-3-le. Hours Worked Other Notes: Reg. cu: 10,.~ \(-\-,... 4-... -1:'.-l'J,, .... Reg. ' . ~ o.r A...~ \..:~ ... --....... .l ... l Rig. 'o -o.r. -J... -,,~ """ ....... _ -·-Rig. -19 I ' ' O.T. a -1 ... \ ·-\l, ---~ Reg. B "'--"'-~ \\.l _.,._),_,~ O.T. Reg. --_L.i ___ ,l .l. O.T. . c.o -Rag. ' O.T. ___ i_ \_.,_l,_ vJ!......_,_-~ l--~ Reg. ,:,..-U--~>v... O.T • ... -fti. ' -A~ rl--~ • .\. --.. 1 ' .J._ • '-o \;, .. ~ --,_ ~-. . Hours --~9... -:,-~~u.~ \.u."'(ci-c.. ~&~,'-.tl~"1'- -- ~- --· Matartal. S,_.ial Fees and Other S:vnandltures A~x~-!_ Y,,: ~~~ ~~ _:;.__~~---~~=:::::::::-~;;:::;;;__-,------...!Da!!!!!lv~: __:z.._l.f,.!L,~~+--MBCCSignature & Date ____ ._...__,c....:.&,,e;-,c.=--------'O.=fec.:...: __ £-.,c.......:;~,,_i/2..__..f...__lnspector Stgnafllre & O.fB ~~Ctr. OFFICE COPY -------COMMITMENT TO CORPORATE DFRCE BAKERSFIELD 661-396-9160 SAFEll & SERVICE TRENCH SHORING COMPANY BANNING 951-849-1611 SINCE 1973 636 EAST ROSECRANS AVE. CORONA 951-734-4290 LOS ANGELES, CA 90059 FULLERTON 714-879-1005 RENTAL 310-327-5554 • FAX 310-323-9648 LAKE FOREST 949-454-0858 SALES MOORPARK 805-529-4614 SERVICE ltenchShorlng.com SAN DIEGO 858-530-2500 LAS VEGAS 702-651-0920 RENTAL RETURN 4 1000408 12.50 2,50 17.50 70.00 TRENCH TOP 4 1X8' REGULAR 1312# SALES ITEMS: Qtl Item number Unit Price 2. 0 900-000002 EA 75.000 1.00 DELIVERY -BOOM/TRLR 902-000009 EA PICKUP -NO CHARGE P/U WITH C# 1070214 Sub-total: Total: Number of Days Billed: 2 11/2% PER MONTH LATE CHARGE ON BALANCES OVER 30 DAYS PAST DUE, WEACCUT VISA -• DlscevER: ~·-- 50.00 150.00 N/C 200.00 200.00 CORPORATE OFFICE COMMITMENT TO SAFETY & SERVICE SINCE 1973 TRENCH SHORING COMPANY 636 EAST ROSECRANS AVE. RENTAL LOS ANGELES, CA 90059 310-327-5554 • FAX 310-323-9648 SALES ~T11111M1at1n1..-SERVICE •a• ,m TrenchShorlng .com ---2 1030810 30.00 6.00 TRENCH TOP 8 1Xl0 1 TREATED 3280# 2 1900612 67.50 67.50 TRENCH BOX 6' X 12' 1 1989712 20.00 20.00 1:2 1 X S/811 4-LEG W/SHURLOC HOOKS, HARNESS 4 1989001 TRENCH BOX CONN BOLT B 1914040 TB-SPREADER 4X4 SALES ITEMS: Qty Item number 2.00 900-000004 X 4' & NUT DELIVERY -BOOM/TRLR/HLPR 2.00 902-000004 PICKUP -BOOM/TRLR/HLPR Number of Days Billed: 2 Unit EA EA 11/2% PER MONTH LATS CHARGE ON BALANCES OVBR 30 DAYS PAST DUE. Price 90.000 90.000 BAKERSFIELD BANNING CORONA FULLERTON LAKE FOREST MOORPARK SAN DIEGO LAS VEGAS 42.00 202.50 60,00 661-396-9160 951-849-1611 951-734-4290 714-879-1005 949-454-0858 805-529-4614 858-530-2500 702-651-0920 168.00 607.50 180.00 Sub-total: Total: WEACCfil'T VISA -• 60.00 270.00 40.00 N/C N/C 180.00 180.00 730.00 730. 00 DAILY EXTRA WORK REPORT TOLL BROTHERS, INC. Connet 3661030005 Conllacl0r Job: 27391 -EL CAMINO REAL WIDENING; CARLSBAD 81111,gNa.nbar 36.0 Work Per!Drmed By: AR American Asphalt 71ct111No. 75764 181 Signe,: Ropar!C.. 6/0612016 ONcdpllon olWodc Mini Gdncler, COid Mbc, Trucking PaformDale 5/03J2016 - Equipment Charges Labor Chaf9N EquiDmBl'II 10 ~ RTHni OTlb RTRale OT Rite ~"-Extended EC1 270851 Skid S1eer Grinder 4.00 245.000 980.00 -Material/Specialist Workllump Sum or Unit Price Payment Number Dale VlllldOI" Name andOeeclll!!!!!!! Unls Uni Price Eata- M01 999 5/03/2016 All American Asphd / Super 10 I ~16 8.00QHR 117.00000 938.0D ----Al American Asphalt/ Super 10 / 5/5/16 --5/0312016 7.000HR 117.00000 819.0D --Ml3/2016 An Amal1can Asphllt / COid Mix -M03 999 20.450TN 1011.84010 2,062.18 ,___. ·- Equipment Charges Eqytpmenl Talal 980.00 -Material Charges Malo,!lalTota 3,817.18 ,._ Subcontract Charges - -,_ AclMlyTahll 4,797.18 - -.. BIIISublalal 4,797.18 ----For OwnedRaaldent Engineer's Use Only BIIITolal + 4,797.18 [jNewBill 0 Approved far Payment I Da1a of Acr10n: ~ oRnubrnitlal O Reiurned !er Correction Cale Received: Page_1_ NTS UnMtraal BIi Form i ft ALL AMERICAN -ASPHALT- AN IQI/Ai0rl'OIITIIN1lY EMPLOY(~ ALL AMERICAN ASPHALT ALL AMERICAN AGGREGATES T 951-736-7600 F 951-736-7646 400 E. SIXTH STREET, P.O. !IOX 2229. CORONA. CA 92878-2229 CONTRACTORS LICENst 126 7073 AC12 0111.,10000010si -r;··· ··-. ~ -, S-'J-t ~ AUTHORIZATION FOR EXTijA WORK OR CHANGE IN PLANS 1 DATE: ____ PROJ ..._NA E:~""".._,,_..,.., ..... ~.t~/4'd./4ocATION: C/4-ttJ'll-M AAA PROJECT MANAGER: ' -i.,.)._. AGENCY/CITY: "7o7/ 4«}J / q,17J'4'-(o__ AAA JOB/i?-7.:J~ /FOREMAN: ~J:" DESCRIPTION OF WORK: ___ 7 _______ _ ---~4~3'-<-,~----'GlbJ-...t~h~'di!Z;;"c7:i-wf;;; . 'i:wcLJ, IABQR EMPLOYEE# NAME POSITION HOURS ---·-· .. -··· ----.. .. . .. -- .. ---···· --.. ·- -·· 1-----------------------------4-----------+----I UNIT 1-------------,f-------------------1-------+------, DESCRIPTION TONS/LOADS QUANTITY c,o~,o e>,2'...., -( .. CiX) !i> [7IV\(I --:; ~ er, . 2.,0s -1s-2.( ~ <a/q{,c, ALL AMERICAN ASPHALT ALL AMERICAN AGGREGATES ALLAMERICAN --ASPHALT-- AN EO!,IAL OPPORTUNITY EMPLOYER Toll Brothers. Inc. CHANGE ORDER REQUEST CCOR#37 T 9S1-736--7600 F 9S1-739-4671 P.O. BOX 2229, CORONA, CA 92878-2229 CONTRACTORS LICENSE #267073 A.Cl2 D1 R #10000010S1 7/7/16 725 W. Town & Country Rd. #200 Orange. CA 92868 El Camino Real Widening Attn.: Kevin Brickley AAA Job #27391 All American Asphalt has performed over-contract work on the above-referenced contract. Please issue a change order for the following: Type F Catch Basin Std. D-7 MOD Work Performed Contract Quantity Over-Contract Quantity Work Perfonned Contract Qu~nti_ty Over-Contract Quantity 4 EA (2) EA 2 EA@ 7,350.00 TOTAL CHANGE ORDER REQUEST Included with this request are the supporting field measurements. 14,700.00 S 14,700.00 If you have any questions regarding this request, please contact the following project manager: ----Michele Anderson at (951 )736-7600, x 265 or manderson@allamericanasphalt.com __ X __ Miguel Del Rio at (951) 736-7600, x 206 or mdelrio@allamericanasphalt.com THANK YOU. CONTRACT BILLING ADMINISTRATOR CHANGE ORDER (CO) FORM CONTRACTOR/VENDOR#: All American Asphalt -355122 JDE JDE CONTRACT#: 318826 PROJECT NAME: Robertson Ranch TB-Common DATE: 09/28/2016 CHANGE ORDER#: 03661-318826-017 PROJECT#: 03661 It is mutually agreed that when this Change Order has. been signed by the contracting parties, the following changes in the work shall be executed by Contractor in accordance with the Contract Documents without changing the terms of the Contract except as herein stipulated and agreed. Name of Change Order: Description of Change: CO is for AA's CCORrequestdated 7/13/16 for $89,700.00 only: CCOR #38 -Cost for installing 120 lf of CLMC in lieu of DI pipe on the RW system over the DBL 42" RCP, Box Culvert and 36" RCP by Kelly. Line Item #99 on Bid Spread sheet will not be billed (103 lf@$23 I.OD perlf= $23,793.00) prepared by Kevin Brickley PHASE: 03661030005 COST CODE: 2585 CHANGE ORDER AMT: ----------CHANGE ORDER TOTAL: Days Added/Subtracted this Change Order: 0 DAYS {new schedule attached if needed) $89,700.00 $89,700.00 Survey Plan Set Entitled: Prepared By: Last Revised: Signature Approvals: Contractor's Representative Date: frequired Date: Date: Other OPS Signature ifrequired Date: Date: Bob Mccarron or Joe Palka AND Reg Pres Date: Required if Over $100,000 Page 1 of I COMMUNITY: ToU Brothers @ Robertson Ranch SECTION: 3861030005 ECR Widening CONTRACT DATE: 9/15/2015 CONTRACTOR: All American Asphalt TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE CHANGE ORDER 17 PAYMENT REQUEST# PAGE 1 OF 1 DATE; 9/29/201613:27 CONTACT/ PHONE: Michele Anderson/951-736-7600 VENDOR# 355122 CONTRACT RELEASE PREVIOUS PAYMENT CURRENT PAYMENT TOTAL PAYMENT RELEASE QiY & UNIT PRICE RELEASE REQUESTS RELEASE REQUEST REQUESTS TO DA TE # COST A B C D E"'DXB F G=FxB H=D+F l=HxB J=HIA CODE CHANGE ORDERS UNIT QTY UNIT TOTAL QTY TOTAL QTY TOTAL PAYMENT QTY TOTAL % PRICE PRICE PREVIOUS PAID REQUEST COST COMP. ,. 3661030005 2. COR #38 dated 7 /13/16 3. 4. 2585 Cost for installina 120 If of CLMC ilo DI 1 $89 700_00 $89 700.00 5. 1oioe on RW =tem over the DBL42'1 6. RCP box culvert and 36" RCP bv 7. Kellv. Line item #99 on bid scread will 8. not be bmed (103 If laJ 231 = 23 793.00l 9. 10. 11. 12. 13_ 14_ 15. 16. 17. 18. 19_ 20. 21_ CHANGE ORDERS 17 SUBTOTAL: S89700.00 CHANGE ORDERS SUBTOTAL: $730 744.67 TOTAL CONTRACT AND CHANGE ORDERS ; $11 462 484. 77 The above listed quantities and unit prices are tor partial payment release purposes only. The Contract Amount is the LUmp Sum Amount(s) contained In Exhibit "6" Which may not be exceeded at any time. ft' ALLAMERICAN --AS-P.HALT-- AN EQ\)Al 0PP011.TUNlTY EMPLOYER Toll Brothers, Inc. ~\1 0"31.ak(-(P:>[ -C.c -21:3ss-~ ts--L{ ~ q{i-~{lh ALL AMERICAN ASPHALT ALL AMERICAN AGGREGATES T 9S1-736-7600 F 9S1-739-4671 P.O. Box 2229, CORONA. CA 92878-2229 CONTRACTORS LICENSE #267073 A,C12 DIR #IOOOOOIOS! CHANGE ORDER REQUEST CCOR #38 7/13/16 725 W. Town & Country Rd. #200 El Camino Real Widening Orange, CA 92868 Attn.: Kevin Brickley AAA Job #27391 All American Asphalt has performed over-contract work on the above-referenced contract. Please issue a change order for the following work: lnstalla~ion of the 1211 CML&C pipe on the recycled water line 15%0H&P 1 LS 78,000.00 llS 11,700.00 CMWD owns approximately 10-15% of this cost, effectively the cost to upsize from 8" to 12" TOTAL CHANGE ORDER REQUEST $ 89,700.00 Attached is the supportlfig quote from Mike Bubalo Construction Co. If you have any questions regarding this request, please contact the following project manager: X Miehe le Anderson at (951)736-7600, x 265 or manderson@allamericanasphalt.com Miguel Del Rio at (951) 736-7600, x 206 or mdelrio@allamericanasphalt.com ---- .THANK YOU, CONTRACT BILLING ADMINISTRATOR TO: Attn: All American Asphalt Michele Anderson Phone (951) 736·7600 Fax Phone (951) 739-4671 REMARKS: 0 Urgent D Corrections FROM: MIKEBUBALO CONSTRUCTION CO., INC. 5102 Gayhurst Avenue Baldwin Park, CA 91706 Phone (626) 960-7781 Fax Phone '626 960-7787 0 ReplyASAP D Please Forward JOB: El Camino Real Improvements -12" Recycled Water CML&C Date: 7/1/16 I I SCOPE OF WORK: Install 120lf of 12" CML&.C pipe In lleu of Ductile Iron Pipe to construct the recycled water pipeline over the double 42" RCP, culvert and 36" RCP. The cost to the work ls $650,00 per linear foot TOTAL COST OF WORK: $78.000.00 Contractor Signature Date CJ"""oi.l. c.Brr,t.he.rs ~~_j-'J _I_) -~EVll:!1--PPIVI ENT CHANGE ORDER (CO) FORM CONTRACTOR/VENDOR#: All American Asphalt -355122 DATE: 02/09/2017 JDE JDE CONTRACT#: PROJECT NAME: 318826 Robertson Ranch TB-Common CHANGE ORDER#: 03661-318826-025 V"- PROJECT#: 03661 It is mutually agreed that when this Change Order has been signed by the contracting parties, the following changes in the work shall be executed by Contractor in accordance with the Contract Documents without changing the terms of the Contract except as herein stipulated and escription of Change: 0 is for AA's CCOR #64 Revised dated 10/11/16 for $187,597.36 only: Work occurred between 8/8/16 -9/15/16. xtra work required to move the recycled water line connection per the approved plan to a new location on Cannon. The designed onnection shown on the approved plan was never found at the designed depth of 4'. Additional excavation to the depth of 11' was done d the line was never found. Due to multiple conflicts with existing utilities the City requested us to find another connection point on annon and stay out of the Cannon/ECR intersection. This work was done on T&M due to the unknowns. A credit of$8,400.00 based on oote's bid spread line 107 will be shown as a credit along with others on a negative CO being created. This cost will be negotiated as part fthe Reimbursement Agreement with the City. 03661030005 COST CODE: 2585 CHANGE ORDER AMT: -----------$187,597.36 -"'--CHANGE ~ER TOTAL: $187,597.36 . . Days Added/Subtracted thi Change Order: 0 DAYS (new schedule attached if needed) Survey Plan Set Entitled: Prepared By: Last Revised: CMWD owns approximately 10-15% of this cost, effectively the cost to upsize from 8" to 12" NTEREn FEB 2 4 20;7 u Signature Approvals: Toll Bros., Inc. /?@..tf'~ "e'onttacfoP's"ft"epi'esetitative Date: 0LDVP1fr~quiied Date: Date: ~~"Signature ifrequired -D-a-te-: ----- Date: ,,.~~5'-K!fcCarroii'~r'Joe Palka AND Reg Pres Date: Required if Over $100,000 ~.-1~1?!:lft2,~H, Page I of I CHANGE ORDER (CO) FORM CONTRACTORNENDOR#: All AmericanAsphalt-355122 JDE JDE CONTRACT#: 318826 PROJECT NAME: Robertson Ranch TB-Common DATE: 02/09/2017 CHANGE ORDER#: 03661-318826-025 PROJECT#: 03661 It is mutually agreed that when this Change Order has been signed by the contracting parties, the following changes in the work shall be executed by Contractor in accordance with the Contract Documents without changing the terms of the Contract except as herein stipulated and agreed. Name of Change Order: Description of Change: CO is for AA's CCOR #64 Revised dated 10/11/16 for $187,597.36 only: Work occurred between 8/8/16 -9/15/16. Extra work required to move the recycled water line connection per the approved plan to a new location on Cannon. The designed connection shown on the approved plan was never found at the designed depth of 4'. Additional excavation to the depth of 11' was done and the line was never found. Due to multiple conflicts with existing utilities the City requested us to find another connection point on Cannon and stay out of the Cannon/ECR intersection. This work was done on T&M due to the unknowns. A credit of$8,400.00 based on Moote's bid spread line I 07 will be shown as a credit along with others on a negative CO being created. This cost will be negotiated as part of the Reimbursement Agreement with the City. prepared by Kevin Brickley PHASE: 03661030005 COST CODE: 2585 CHANGE ORDER AMT: ---------------------$187,597.36 CHANGE ORDER TOT AL: $187,597.36 Days Added/Subtracted this Change Order: 0 DAYS (new schedule attached if needed) Survey Plan Set Entitled: Prepared By: Last Revised: Signature Approvals: Toll Bros., Inc. Contractor's Representative Date: LDVP if required Date: LDM Date: Other OPS Signature ifrequired Date: PM I VP (required over $25,000) Date: Bob Mccarron or Joe Palka AND Reg Pres Date: Required if Over $100,000 Page I of I TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE COMMUNITY: Toll Brothers @ Robertson Ranch CHANGE ORDER 25 SECTION: 3661030005 ECR Widening CONTRACT DATE: 9/1512015 CONTRACTOR: All American Asphalt CONTACT I PHONE: Michele Anderson/951-736-7600 VENDOR# 355122 CONTRACT RELEASE PREVIOUS PAYMENT CURRENT PAYMENT QTY & UNIT PRICE RELEASE REQUESTS RELEASE REQUEST # COST A B C D E=DxB F GaFxB CODE CHANGE ORDERS UNIT QTY UNIT TOTAL QTY TOTAL QTY TOTAL PAYMENT PRICE PRICE PREVIOUS PAID REQUEST 1 3661030005 2. COR#64 revised dated 10/11/16 3. 4. 2585 Extra work reauired to move the recvcled 1 $187 597.36 $187 597.36 5. water line connection per the approved 6. I olan to a new location on Cannon. The 7. desicmed connection shown on the 8. approved plan was never fouind at the 9. desianated depth of 4'. Add'I excavation 10. to the death of 11' was done and the 11. line was never found. 12. Due to conflict with existina utilities the 13. Citv reauested us to find another 14. connection ooint on Cannon. 15. 16. 17. 18. 19. 20. CHANGE ORDERS 25 TOTAL: $187 597.36 CHANGE ORDERS SUBTOTAL: $645147.35 TOTAL CONTRACT AND CHANGE ORDERS: S11 376 887.45 PAYMENT REQUEST# PAGE 1 OF 1 DATE: 2/10/2017 13:55 TOTAL PAYMENT RELEASE REQUESTS TO DA TE H=D+F l=HxB J=HIA QTY TOTAL % COST COMP. The above listed Quantities and unit prices are for partial payment release purposes only. The Contract Amount is the Lump Sum Amount(s) contained in Exhibit "B" which may not be exceeded at any ~me. T \CONTRACTSUM'PROVEME.NTS\ExB Relieese (elghl PiJil'•).Jda REY 2'2~/03 ~' CJ)~ 25 D!:>Wo( -e>a,~ ALL AMERICAN ASPHALT ALL AMERICAN AGGREGATES ALLAMERICAN -ASPHALT- - Cc. 2. 585" -IS"'Z--1 T 951·736-7600 F 951-739-4671 1'.0. llOX J.Xl'J. CORONA. CA ?2878-222? ~ ~!co{ t "t CONTRACroR.~ 1.10.NSE #U,7073 A.Cl2 DIR #JOOOOOtOSI AN EQUAL orroRTUNITY EMrLOY[R CHANGE ORDER REQUEST Toll Brothers, Inc. CCOR #64-REVISED 725 W. Town & Country Rd. #200 El Camino Real Widening Orange, CA 92868 Attn.: Kevin Brickley AAA Job #27391 Please issue a change order for the following work performed by Mike Buba lo Construction. Extra work for the recycled water line 1 LS@ S 178,664.15 connection on Cannon Rd. The location of the connection was changed because the original connectJon point cound not be located. S9'0H&P 1 LS $ 8,933.21 TOTAL CHANGE ORDER REQUEST A copy of the supporting paperwork is attached for your reference. $ $ $ If you have any questions regarding this request, please contact the following project manager: X Michele Anderson at (951)736-7600, x 265 or manderson@allamericanasphalt.com Miguel Del Rio at (951) 736-7600, x 206 or mdelrio@allamericanasphalt.com ---- THANK YOU, CONTRACT BILLING ADMINISTRATOR 10/11/16 178,664.15 8,933.21 187,597.36 SUM MARY DAlI. Y EXTRA WORK REPORTS OWNER/ Cl.lE::NT: AH American Asphalt PROJECT TJTLE : El Camino Real Widening PERFORMED BY : MIKE BUBALO CONSTRUCTION CO., INC. !Ila -F':EPO~T !:;, [. ,:-!_; 1:::-~· INFO OE·~~P1t-·-,)t-1 Began worlt oa the ,ecyclad water line connedlon on cannon Rd. per c:hanged plans. Sawc:ut and 08-Aug-16 grinded for l1l0eSSed platlls. Began eicavation ~ started to insi.11 ahoring. Ran Into ground water 3S digglng and ~an dewaleling. Riecyded waler line noc yet found. Conllnoed to dig 11nd dewater E,cposed tl'le 24• 111cycted water line that will be lil!d into. Had 10 shut down 09-Aug-16 dewabtring Into -· Decided to dewater lnlP WIier !nick for Iha day. Chipped off the COIIChlle coat around lhe pipe to get !he 00. Orderwd the tapptng llee'le. While wa•ing for tllppillg lileevv began work on Ille remalnging 12• mcyr.ll!d willer line. Had to remo'l/e 10-Aug-16 what was prerou:sly laid In tho lnle"'4ldio., belons the new &llgMMnl can be lnstelled. Devwalered f 000 fl. of the ina and 1111110\led one 20 root pipe. Baddllled the peallllllon. Aleo saw Q.ll for new trench. Complellld re-al or 12" PVC to the poiut where the Rne tuma up CanrlOll Rd. Slaltell diuuinv to 11-Aug-16 iay ihe new ai.v,~n,ml of the 12'' rvc anc: r:m into 3n unkncwn !!•my '!llctt9'!ffl*II Let Keolill know and had to lay pipe around lhe structuie. Re sawcut the INlllch and backfilled. Conliouecl to re sawcut lhe trench. Dug dOWn to gRlde wilh no new ob511uc:tions. Laid lh• 12" PVC 12-Aug-16 and installed tho lwo 45 degree bends. Poured t111u11t blocks and backfilled, Collllnued to lay I;;;.• FVC to lhe new connection point. Ended laying pipe 15 feel sllon or the be in 15-Aug-16 poim, Installed 1amp. blew o!f and baddilled. Dewat.erAd •=~ation into two water trueks and exposed 24" CML that will be tapped into fo, tkl in. 22-Aug-16 Weld on tapping sleeve and nozzle. Se! 12" gate valYe anr:I applied morllt to al exposed 24• Ct.I.. Cootinued 10 dewater with Uie two Mtar rrucks. Hot tapped tho emUng 24" CML alld instalad blind 23-Aug-16 11ange on 12" gale valve. Dewatofl!d the line of Ille othersld.oflhe tie In to pn1p11111 for oonnectlon. Continued dewatering Into two waler trucks. Poured thrust blodl and backfilled backside or 24"CML 29-Aug-16 wi1h 314'" rode. Slan.d 'ftlding 1illingl lo get th& 12" CMl to grade, ~Y8111d !NI 15 roet ot lhe recycled line from whera we lell orr IO Ille Ile in POlnt. Shored the 01-Sep-16 excavalian and began~ on the 12" CML line coming from the t!a In poinl Had lo 8aWI.Ul trench wider abr lho 45 degree bend tnsteUalloo, Compleled tho e!!t:avatlOn and \IIO!ked on completlog the tie In. Plaood aqua sheild and rnottar on 111 02-Sep-16 o'<J)mad Sfflel. O..gan backfill with 3/4" rock. Also began work on 2" MAR. ~ ~-}-'11 CC..:347 $22,015.26 $9,893.83 $9,615.13 $15,974.92 $13,434.32 $12,841.33 $17,265.46 $6,827.03 $15,093.91 $10,286.40 $23,747.65 l l-Oct-l 6 RepOl't Date ,·-,:::· 1r~1 ,,.-;:., '/~. ~ ..... J Continuer! applying monar :ind aqua sh~ on rerruming exposed stile! Continued to baddil! vnth 06-Sep-16 na11v" dirt. Powed lhNsl blod( and iet sei. Also &tarted bec:kllll or CMU. $8,366.71 Completed baclJiU and plaoe cold mix on t,endl. lnslolled val1111 am! All Vee lids. 07-Sep-16 $5,635.-'16 &agan lo strip the trench so All American Asphal can pave. 14-Sep-16 $6,075.02 Completed paving prapa,at;on at the inletsediOn of El Camino Real anti Cannon Rd. 15-Sep-16 $1,991.71 I TOTAL cosrro v,111:: $178,664.15 I CHANGE ORDER (CO) FORM CONTRACTORNENDOR #: All American Asphalt -355122 JDE JDE CONTRACT#: 318826 PROJECT NAME: Robertson Ranch TB-Common DATE: 05/03/2016 CHANGE ORDER#: 03661-318826-006 PROJECT#: 03661 It is mutually agreed that when this Change Order has been signed by the contracting parties, the following changes in the work shall be executed by Contractor in accordance with the Contract Documents without changing the tenns of the Contract except as herein stipulated and agreed: Name of Change Order: Description of Change: CO is for AA's request for CO dated 4/7/16 for $44,639.74 only: -·· Extend RW line 100 lfadai1iofial through the Taii:iilrack intersection at the direction of the City. Per the City, cost associated for this work will be added to the reimbursement agreement. Scope includes: I 00lf of 12" PVC (2) 811 gare valves (1) 8" cross w/ 2 blind flanges (1) 12"x8" reducer Trench patching Traffic Control TOTAL $44,639.74 prepared by Kevin Brickley PHASE: .... 03661030005 COST CODE: Days Added/Subtracred this Change Order. 2585 CHANGE ORDER AMT: CHANGE ORDER TOTAL: 0 DAYS (new schedule attached if needed) $44,639.74 $44,639.74 Survey Plan Set Entitled: Prepared By: Last Revised: CMWD owns 100% of this cost Signature Approvals: Toll Bros., Inc. ·-~~~f2Jt~-:--··----------·Date: ___ --·-----.----_------L-~J~--···----·-----------------~:~:-------------- Date: · Date: Required if Over $25,000 Date: Bob Mccarron or Joe Palka AND Reg Pres Date: Required if Over $100,000 Page I of l TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE ; COMMUNITY: ' i . , I Toll Brothers @ Robertson Ranch CHANGE ORDER 6 SECTION: 3661030005 ECR Widening CONTRACT DATE: 9/15/2015: CONTRACTOR: All American Asphalt CONTACT/ PHQNE: Michele Andel30n/951-736-7600 VENDOR# 355122 ' ' I CONTRACT RELEASE PREVIOUS PAYMENT CURRENT PAYMENT· QTY & UNIT PRICE RELEASE REQUESTS RELEASE REQUEST # COST i A B C D E-=DxB F G=FxB CODE CHANGE ORDER, UNIT QTY UNIT TOTAL QTY TOTAL QTY TOTAL PAYMENT PRICE PRICE PREVIOUS PAID REQUEST 1. 3661030005 I ; 2. AAA CORR dated 417/~6 ! 3. I 4. 2585 Extend RW line 100 If add'llthrouah the 1 S-44639.74 $44639.74 5. Tamarack intersection !at the direction : 6. of the Citv. Per thaCitv co'st 7. associated with this work will be 8. added to the reimbursement 9. aar.eement I I 10. I 11. ! 12. i 13. 14. ! 15. i 16. i 17. ' 18. I 19. I 20. : I 21. ' i CHANGE ORDERS 6 SUBTOTAL: M.1639.74 CHANGE ORDERS : SUBTOTAL: S229.375.21 TOTAL CONTRACT AND CHANGE ORDERS : S10 961115.31 : PAYMENT REQUEST# PAGE 1 OF 1 DATE: 5/4/2016 13:17 TOTAL PAYMENT RELEASE REQUESTS TO DATE HroD+F l=HxB J=HIA QTY TOTAL ¾ COST COMP. . I The above listed quantities and unit prices are for partial payment release purposes onlv. The Contract Amount is the Lump Sum Amounl(s) contained in Exhibit "B" which may not be exceeded at any Ume. i . . REV.: 212'4/03 Ii April 7, 2016 Kevin Brickley Toll Bros .ALL AMERICAN ASPHALT 400 E. Sixth St. Corona, CA 92878 (951) 736-7600 X 2065 / Fax (951) 736-7646 . REQUEST FOR CHANGE ORDER Re: RW Extension thru Tamarack Please see attached quote & back-up $44,639.74 Please feel free to contact me should you have any questions. i -- Best regards, ~ .. ~ Michele Anderson Project Manager CJJ*'w C)3Git~( -OX)? ,:;::. CC~ 2585,., ISZ( Jt6 ,t,~(p ALL AMERICAN ASPHALT Engineering -Contractors -Asphalt Paving 400 East Sixth SI. P.O. Box 2229 Corona, Callfomla 92878-2228 Telephone: (951) 738-7600 FAX: (951) 738-7846 CAL STATE UC. #287073A Serving: Los Angeles, Orange, Riverside, and San Bernardino Counties To: Kevin Bric:kley • Toll Bros GENERAL CONTRACTOR Date: 4/6f2018 From: Michele Anderson Quote No. 2641 • Phone .Fax -<n-one> We propose to furnish you labor and material ill strict accordance with lhe plans and specirlaations as follows: RECYCLED WATER EXTENSION THRU TAMARACK ·----·· Description Quantity U/M UnftPrlce · Total Price ···~ : Item No. 1 .1 12" RECYCLED WATER PVC 100.0 LF 157.500 15,750.00 1 2 8" GATE VALVE 2.0 EA 3,150.000 6,300.00 1 3 CROSS W/ 2 BLIND FLANGE ENDS 1.0 LS 4,400.000 4,400.00 1 4 12" X 8" REDUCER 1.0 EA 4,400.000 4,400.00 1 5 TRENCH PATCHING (IF DONE 1.0 LS 9,567.900 9,567.90 1 6 SEPERATELY) TRAFFIC CONTROL 1.0 LS 4,221.840 4,221.84 44,639.74 I Total Proposal Price: $44,639.74 spec1a1 condn1ona; 1 . Price Includes One move In w/ consecutiVe working days. 2. Price firm thN 10-1-16 3. •Trench patching: this price would apply if the is the only area to be paved. If this work is done with other areas for production paving then contract uriit price would apply. ---·-·-···-... ·-·-··---•------·--------·------··----------·---···-·----········--·-·--····-«--··-·· ______ .. ____ ., _______ ~--·· ---------·----. --·----·--------------·-···-----------·· ----·--····--.. Date: Aecepted by: Page 1 of 1 [ IJL11<MiiiiY5 tt lL:ii!lfJ 1'11f.tBSB-JIYIIJl/llM l ~·mtlt·--- ,..## .. WJ _.,., --.. ,,.,..., I I d~!/-41Bt=iSt.:i', 111111 l!Bltll IBllll'1B/ 1 --1:1:::1a&1•1 rtM1~.l!.1!lt11 l*·a~?!l•IS~ 1•1!J!!il~ -" 11i• .• lll'W3S ' ' ]di '\· ·\ \ '\. \ ID1W'414rr1Wnnt _,..._ ... --.:HF.5 ~ .SlllJS,~--.n 'lCIWDBI ~ .... ---,a J.1108-SY. ,eirtii4 ~.._ ar--,,,--:wa J::W"l':IIII ~=nm ""'ft11'I""•-.,......,.. -w:nr,. C8N!SilQ - ~.u«llllf&1IQIOJIO:wz.watw Jllltlllll:.QIJIJll-(11#.l'NJ ~IDI.Jl//t B6:I IUN1Yall3n1 l7lllf 11Dr::111/1lS11alOIIJf/a/3ll II illlllll fMJSIG :IJ ._'01 J:NDJllU!Bfat~ T1lll/1lrf . ~ oi+tli: .JL 01t1 -wJJa CHANGE ORDER (CO) FORM CONTRACTOR/VENDOR#: All American Asphalt -355122 DATE: 09/28/2016 CHANGE ORDER#: 03661-318826-015 PROJECT #: 03661 JDE JDE CONTRACT#: 318826 PROJECT NAME: Robertson Ranch TB-Common It is mutually agreed that when this Change Order has been signed by the contracting parties, the following changes in the work shall be executed by Contractor in accordance with the Contract Documents without changing the tenns of the Contract except as herein stipulated and agreed. Name of Change Order: Description of Change: CO is for M's CCOR request #s 26 (split) dated 5/17/16 for $1,907.26, #39 dated 7/20/16 for $51,359.13, #52 dated 9/13/16 for $4,968.38, #54 dated 9/19/16 for $7,740.68 and #55 dated 9/19/16 for $3,429.24 only: CCOR #26 -Pot hole existing utilities crossing Tamarack for the future extension of the RW line requested by the City (reimbursable) M agreed to split the cost = $1,907.26 CCOR #39 -Install siphon crossing existing utilities not shown on plan profile. City required a siphon so we would cross under the package consisting of AT&T fiber and 24" DI water line.= $51,359.13 CCOR #52 -Cost difference of installing CLMC in lieu of PVC at sta 470+32 is $21,470.33. Bid item was billed and paid so the adjustment will be a deduction on line item# 125 of 49lf at $350.00 per If form extra work report. Total deduct is $17,150.00. Total for extra report now will be $4,968.38 CCOR #54 -Encase 12" water line that was relocated to fit the DBL 42" and single 36" RCP crossing the box culvert at Kelly with concrete.= $7,740.68 CCOR #55 -Traffic Signal required change. Furnish and install PPB post, foundation and wire at Pole E&A locations= $3,429.24 prepared by Kevin Brickley PHASE: 03661030005 COST CODE: ----------- Days Added/Subtracted this Change Order: Survey Plan Set Entitled: Signature Approvals: Contractor's Representative Date: Date: Date: 2585 CHANGE ORDER AMT: $69,404.69 CHANGE ORDER TOT AL: $69,404.69 0 DAYS (new schedule attached if needed) Prepared By: Last Revised: Toll Bros., Inc. ~fmq~~~d Bob Mccarron or Joe Palka AND Reg Pres Required if Over $100,000 Page I of l Date: Date: Date: TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE COMMUNITY: Toll Brothern @ Robertson Ranch CHANGE ORDER 15 SECTION: 3661030005 ECR Widening CONTRACT DATE: 9/15/2015 CONTRACTOR: All American Asphalt CONTACT/ PHONE: Mjchele Anderson/951-736-7600 VENDOR# 355122 CONTRACT RELEASE PREVIOUS PAYMENT CURRENT PAYMENT QTY & UNIT PRICE RELEASE REQUESTS RELEASE REQUEST # COST A B C D E=DxB F G=FxB CODE CHANGE ORDERS UNIT QTY UNIT TOTAL QTY TOTAL QTY TOTAL PAYMENT PRICE PRICE PREVIOUS PAID REQUEST 1. 3661030005 2. CO R #26 dated 5/17 /16 #39 dated 7 /20/16 3. #52 dated 9/13/16 #54 dated 9/19/16 4. #55 dated 9119/16 5. 2585 Pot hole existina utilities crossina 1 $1 907.26 $1 907.26 6. Tamarack for future extension of the 7. RWline 8. Install siohon crossina existino utilities 1 $51 359.13 $5135913 9. not shown on olan orofile 10. Cost difference of installina CLMC ilo 1 $4 968.38 $4 968.38 11. PVC at sta 470+32 12. Encase 12" water line that was 1 $7 740.68 $7 740.68 13. relocated to fit the DBL 42" and sinale 14. 36' RCP crossinq the box culvert 1 $3 429.24 $3 429.24 15. Traffic sianal reauired chance 16. 17. 18. 19. 20. 21. CHANGE ORDERS 15 SUBTOTAL: $69 404.69 CHANGE ORDERS SUBTOTAL; $641 044.67 TOTAL CONTRACT AND CHANGE ORDERS: $11 372 784.77 PAYMENT REQUEST# PAGE 1 OF 1 DATE: 9/29/2016 13:12 TOTAL PAYMENT RELEASE REQUESTS TO DATE H=D+F /.aHxB J:H/A QTY TOTAL % COST COMP. The above listed Quantities and unit prices are for partial payment release purposes only. The Contract Amount is the Lump Sum Amount(s) contained in Exhibit "B" which may not be exceeded at any time. T:\CONTRACTS\IMAAOVEMEN'ffflb:8 RoletH (olgl'lt pago).Xla REV.: 2r.2.-I03 ------------------------------------------------------------···-----~ ..... ,,..,.. _______________________ _ ft~ ALL AMERICAN --ASPHALT- AN EQ!,IAl OPPORTUNITY EMPLOYER 03(o(o(-tcO 5 ---(_r,.. 2685-/Sul-- ALL AMERICAN ASPHALT ALL AMERICAN AGGREGATES Pb q(;i,7 {1&i T 951-736-7600 F 951-739-4671 P.O. llOX 2229, CORONA. CA 92878-2229 CONTRACTORS LICENSE #267073 A,C12 DIR #1000001051 CHANGE ORDER REQUEST Toll Brothers, Inc. CCOR #26 5/17/16 725 W. Town & Country Rd. #200 El Camino Real Widening Orange, CA 92868 Attn.: Frank Robles, Moote Group AAA Job #27391 All American Asphalt has performed extra work on the above-referenced contract. Please issue a change order for the following work: Extra work for potholing utilities that were not shown on the profile for the Recycled Water Line Extension across Tamarack. 1 LS@ 3,316.97 15%0H&P l LS@ 497,SS TOTAL CHANGE ORDER REQUEST $ B Included with this request is the supporting paperwork from Mike Bubalo Construction. I If you have any questions regarding this request, please contact the following project manager: X Michele Anderson at {951)736-7600, x 265 or manderson@allamericanasphalt.com ~/5f) Miguel Del Rio at (951) 736-7600, x 206 or mdelrio@allamericanasphalt.com c tl /J t --qv~· THANK YOU, CONTRACT BILLING ADMINISTRATOR ~-~-~J.~ ~. ~ . l \~~~J...(_0 __ ~ Ii_ t, ~ 01-~f,t, ) llh SUMMARY DAILY EXTRA WORK REPORTS OWNER/ CLIENT: All Amenc:an Asphalt PROJECT TITLE : El Camino Real Widening PERFORMED BY: MIKE BUBALO CONSTRUCTION CO., INC. 17-May-16 Report Date REPORT REPOR I TOTAL ,-_GE:NCY INFO DESCRIPTl0~i CCST F-"Yil/i::NT 05-May-16 PathOled all of the imlities that were marked by USA for the Recycled Watef" Extension across Tamarack. None of the utilities were shown on the profile of the proposed pipe line and they needed to be located to make SUllil the grade of the pipe would work. I TOTAL COST TO DATE $3,316.97 $3,316.97 ! DAILY EXTRA WORK REPORT OWNER! CLIENT : All American Asphalt PROJECT TITLE : El Camino Real Widening PERFORMED BY : MIKE BUBALO CONSTRUCTION CO., INC. ·r.,,i:•:: -1-.(JS' DESCR/PT!ON OF WORK THIS REPORT: "£XTRA WORK" $3,316.97 I Potholed all of the utilities that were marked by USA for the Recycled Water Extension across Tamarack. None of the utilities were shown on the profile of the proposed pipe line and they needed to be located to make sure the grade of the pipe would work. ~-1 Equipment I Hours I Hourly Extended ~-l LABOR Description On1=>r Rate Amount Descriotion 1 .!~]ci.<-up. : 6 ---.. . $3~:8-.5 ----· $185.10 _ SUPERVISOR -. --------~-· i 1 : Utility Tru·ck.· 6 $44.60 $2~7.60 ; - 1 ,420 CAT Backhoe 6 : $60.00 $360.00 OPERATOR 1 'Bobtail Truck 6 $65.9Q_, $395.40 ' FOREMAN i . -·-OPERATOR 1 ; -~---r-· --------------·--------··· .. : ; -... .•. ·-. ~---. ----·-. ----.. -··-·-. 1 LABORER -. -.... +·· FOREMAN ---...... ----. ··--·--·-.. -·-· ··-. --: 2 LABORER --· ····-.. .. -·-· ' : '· ! MECHANIC -.. ... -·-------· .:, __ . i ---. --··-··-----. ·-· .. --· ----·------·------ ; PROJECT MANAGER ;· ' .. --·-· ' \ ; LABORER ; ~--------.. --. ' ; .. : ·---! : ' EQUIPMENT SUB-TOTAL i ... ·---- $1,389.32 $1,208.10 TOTAL EQUIPMENT COST 15% MARKUP $181.22 ; u~~ Material I #Of I Unit Extended Description Units Cost Amount : SUBCONTRACTS: ---' -· .. .. --... i ; -· --·-· -·~----t --··---,-----! .• j ··--... ··--·----~ .... -------------I --. i ··--· .. ~--.. ~---. l 5% MARKUP Material, Special Fees and Other Expenditures Subtotal c:,. ADD 15% MARK-UP @ P.4.G£ I of i !TOTAL THIS REPORT P-F.PORT"NO: ':>ATE~ WOP.o< . frMay-16 LOCATION : Hours I Hourly Extended Worked Rate AmOllnt ·, Reg. $80.00 O.T. $120.00 ·. Reg. : $84.61 · O.T. $110.27 ; Reg:). ---·---' 6 i $80.64 $483.84 : O.T. ) $104.57 : Rei"":" -------: $6Ei.1s -6 ; $396.90 $86.15 : O.T. ' ·-----. .. Reg. 6 $63.91 : $766.92 O.T. $82.93 Reg. : . . ---$TT.26 : : O.T. $101.26 -----· ···---Reg. $100.00 O.T. $150.00 . ·-------• Reg. $63.91 : 0.T. $82.93 ' : ! : .. -~-. --· ·---- LABOR SUB-TOTAL $1,647.66 15% MARKUP $247.15 Q Q TOTAL LABOR COSTS $1,894.81 REPORT SUBTOTAL---·-.. -- 1% sbNciADjusiMEiJT ·----· -------$3,284.12 $32.84 $3,316.97 DAILY EXTRA WORK REPORT# FIELD WORKSHEET OWNER/CLIENT ~o\\ \br-o'1hu L~ S:>:e.ve.\09rnr,...,,\.. PERFORMED BY : No. Equipment Hours Of Descrintion Oper No. Of MIKE 8UBALO CONSTRUCTION CO., INC. Equipment Oescrintlon Houl'$ No. ODer Of LABOR Descrilltion SUPERVISOR \ ~=:."'~~--~~r-\r-= !(LY.. .. ~ ;.....-------------f---- ,__\._~..x..=:..., 9, c.> ~tt-\:,. .! J.P.:~+--------·---·--·--· -----==--=-= t i""L~o..e ~~oe-. i ~ • i ______ . OPERATOR \_ ~o\-:,_~Ai,.L\).v~~}o-;-,q-{, __ +--_+-I ____ _____ FOREMAN ! ; OPERATOR Reg. o.r. Rtg. o.r Houts Worked .RD!/-:V-- S-t:"-/{ .. Other Notes: I ~ ! o,r i -~------+--: _______ -_------~--··-----,-;--[1=~""'E"""~--'----+--;:-:.....,,.:-- ME;=.C~H:-:-A:-:N-;-;IC:::---t-:::ilt!l:--=_--t-----+------------- j 0.T. -·------1-'.-----! !------i--+-:=-:::--c-==---···,1---PROJECT MANAGER Rog. o.r. ------+--.ABORER 1- I i #Of Units Of Material Descriotion #Of Units Units Of Material DescrtDtion Units SUBCONTRACTORS -__ _,_ _____ _ ----I'--· .. I I I -y- t--i ·------------==------+-T - Material Sn.>rial Fees and Other Eicoenditures Appi;e¢¥"_JfY: x~-~~ ){ Date: S -'f' -I(,... MBCC SignatlJrs & Oat,;, -----,--,,..-:...,_,....,. ________ Da=te~-:...· _______ fr,spector Signature & Date ~1/:P~f" s./4 U·viff C_ I• ---~·,"-··--... -----'-····· ··~ Rllg. i I a.r. J_ i ! ! i Hours to 1,J-1 { ~' ___ j / o:~ ra<e r --ext)§_. _ ,,. ~~'· ALL AMERICAN ASPHALT ALL AMERICAN AGGREGATES ALL AMERICAN --ASPHALT- (!C.·· 2505--· 1 S-Z( T 951-736-7600 F 951-739-4671 P.O. BOX 2229, CORONA, CA 92878-2229 AN EQ\JAL OrrORTUNITY EMPLOVrn /trb 8/i0{t& CONTRACTOR5 LICENSE 11267073 A.Cl2 DIil #1000001051 CHANGE ORDER REQUEST Toll Brothers, Inc, CCOR#26 725 W. Town & Country Rd. #200 El Camino Real Wideping Orange, CA 92868 Attn.: Frank Robles, Moote Group AAA Job #27391 All Amer_ican Asphalt has performed extra work on the above-referenced contract. Please issue a change order for the following work: Extra work for pothollng utilitles that were not shown on the profile for the Recycled Water Une Extension across Tamarack. 15%0H&P 1 LS@ 1 LS@ TOTAL CHANGE ORDER REQUEST Included with this request is the supporting paperwork from Mike Bubalo Construction. $ If you have any questions regarding this request, please contact the following project manager: X Michele Anderson at (951)736-7600, x 265 or manderson@allamericanasphalt.com ---- Miguel Del Rio at (951) 736-7600, x 206 or mdelrio@allamericanasphalt.com ---- THANK YOU, CONTRACT BILLING ADMINISTRATOR S/17/16 3,316.97 497,55 3,814.52 f i i I I l ! EXHIBIT E: ENGINEERING DESIGN FEES 15 AGREEMENT FOR PROFESSIONAL CONSUL TANT SERVICES (ROBERTSON RANCH WEST) This Agreement, made and entered into this 17 day of June, 2014 by and between Toll Bros., Inc. (hereinafter "Toll"), and O'day Consultants (hereinafter "Consultant"), In consideration of the mutual promises contained herein, and based upon the provisions set forth above, the parties agree as follows: Section 1. Contract Documents. The Contract Documents consist of and include: a) This Agreement. b) All Exhibits referenced within or attached to this Agreement. c) All insurance and security required by operation of law or this Agreement d) All approved Change Orders. e) All applicable governmental and agency ordinances, standards, policies, regulations, resolutions, conditional approvals, rules and permit conditions, whether or not specifically named as part of the Contract Documents. The Contract Documents form the contract between Toll and Consultant, and all are incorporated into this Agreement. Throughout the remainder of this Agreement, the "Contract Documents" shall refer to each and every document referred to in this section Section 2. Services. Toll hereby retains Consultant to provide, and Consultant agrees to provide, the services described on Exhibit A, attached to this Agreement. The services described on Exhibit A are referred to throughout the remainder of this Contract as "the Services." Consultant shall perform everything required to be performed in the Contract Documents in the manner it is required to be performed. The Services will be provided only by the Consultant and its advisory or support consultants, if any, who are specifically designated on Exhibit A, and the substitution or addition of any advisory or support consultants is subject to Toil's prior review and written approval. If a proposed substitution or addition of any advisory or support consultant is denied by Toll, Consultant shall have the opportunity to propose an alternative advisory or support consultant for consideration by Toll. All Services which are rendered to Toll by Consultant, or by Consultant's advisory or support consultants, shall be governed by the Contract Documents. Consultant agrees that the Services are professional services and shall be rendered by qualified and competent professionals experienced in rendering professional services of the same type and shall conform to the highest professional standards. Consultant further certifies that Services will be provided by duly licensed professionals in accordance with all applicable Federal, State and Local laws, regulations and standards that may govern the Services to be provided. The comprehensive duties of Consultant required under the Contract Documents are referred to hereafter as ''the Work." If Consultant is directed by a statutory agency, determines on its own discretion or is informed by someone with relevant authority or otherwise decides, that a particular item of Work is not appropriate or necessary, Consultant will immediately inform Toll in writing of this opinion. Toll will determine in its sole discretion whether it concurs with this opinion, and will advise if Consultant is /J., A still to perform said item, aspect or term of the Work, or if a Change Order is warranted. FVVV I. Agreement for Professional Consultant Services REVISION DATE: May 5, 2014 /~--P" Page 1 of 9f';, i ,,Z-- Acceptance by Toll of the Work, or any part of it, does not operate as a release of Consultant from any professional responsibility or liability. It is further understood and agreed that Consultant has reviewed in detail the Work to be performed under this Contract and agrees that, in its professional judgment, the Work can and shall be completed for a fee not to exceed the amounts set forth in Exhibit A of this Contract. Section 3. Schedule. Consultant shall not commence the Work until after receipt of a Notice to Proceed issued by Toll. Consultant shall thereafter commence the Work within five calendar days of receipt of such Notice and complete the Work using Consultant's best efforts and with the utmost diligence. The Work shall be completed within the time frame shown on Exhibit A and as may be refined below. Time is of the essence with respect to all time periods. As a requirement of the Work, Consultant shall provide a realistic time line schedule that reflects (as a duration from a start date) the approvals sought, durations of each design phase, including any coordination with other consultants, internal review time allowances, and statutory agency review times, with the end date (time) being the completion of the Services. The Consultant shall keep Toll timely advised of the progress of the Work and shall notify Toll immediately in writing of any delay, and the causes therefor, which may prevent the Work from being completed within the specified time line. In the event of any delay, Consultant shall immediately provide an adjusted time line schedule to Toll for review and approval. Toll shall acknowledge in writing if it accepts or rejects Consultant's proposed time schedule adjustment. Section 4. Revisions. Consultant shall provide, at no additional cost to Toll, all revisions to any plans, specifications or documents as may be requested by each or any of the approving agencies as necessary to conform to published technical requirements and standards of the approving agency and to obtain a finding of complete application. The cost of all reproductions (including, but not limited to, prints, photocopying, delivery, etc.) required to perfect a complete and conforming application shall be borne by Consultant. Consultant will attempt to minimize the need for any revisions by investigating the design criteria and preferences of all approving agencies prior to beginning design. Revisions to any plans, specifications or documents, when requested by Toll in writing, required due to changes in the project scope described on Exhibit A, shall be compensated for as Extra Work as defined herein under Section 6 (Extra Work). Section 5. Change Orders. a) Changes Requested by Toll. Toll reserves the right to make such alterations, deviations, additions to or omissions from the Contract Documents (including the right to increase or decrease the quantity of any item or portion of the Work or to omit any item or portion of the Work) as may be deemed by Toil to be necessary or advisable and to require such extra work as may be determined by Toll to be required. Any and all changes in the Contract Documents require a Change Order, even if cost or time are not affected. Change Orders shall be in writing and issued under and subject to the Contract Documents unless expressly noted otherwise in the Change Order. No change to the Work will act to modify the Contract Documents unless executed on the Change Order form incorporated within these Contract Documents as Exhibit B. Any claim for extension of time and/or additional costs /),,, •• caused thereby shall be expressly addressed in and governed by a Change Order. [ V'-11 Agreement for Professional Consultant Services REVISION DATE: May 5, 2014 JY' Page 2 of9 y:f> All such changes will be issued initially to the Consultant as a proposed Change Order and will specify, in addition to the work to be done in connection with the change made, adjustment of contract time Qustifiabty supported by the most recent time line schedule), if any, and the basis of compensation for such work. All Change Orders will be prepared by Toll and presented to the Consultant for its acceptance and signature. A Change Order will become effective when approved by Toll (even if declined by the Consultant). Upon receipt of an approved Change Order, the Consultant shall proceed with the ordered work. Consultant shall not make any changes or modifications in the Work or in any way cause or allow the Work to deviate from the Contract Documents without written direction from Toll. If Consultant makes any changes or other modifications in the Work without written direction from Toll, such change or modification constitutes an agreement by Consultant that it will not be paid for that changed work, even if it received oral directions from Toll or any of Toil's representatives. In addition, Consultant shall be liable for any and all losses, costs, expenses, damages, and liability of any nature whatsoever arising out of any change or modification it makes without written direction or authorization from Toll. It is further understood that no change, modification to, or deviation from the Contract Documents shall release or exonerate, in whole or in part, any insurance or any surety given in connection with the project, and no notice is required to be given by Toll to such insurance or surety companies of any change, modification, or deviation. b) Changes requested by the Consultant. Changes requested by the Consultant to the Work shall be made only in writing. Approved changes shall be made by written Change Orders in accordance with the conditions detailed above. Nothing herein shall be construed as granting a right to the Consultant to demand acceptance of such changes. Toll reserves the exclusive right to accept or to reject any change requested by the Consultant. c) Compensation for Changes. The Item Prices as set forth in the Consultant's accepted proposal shall be used as the basis in determining increases or decreases of compensation to be made for any alterations, deviations, additions, or deletions. Where the Item Price does not apply, compensation for alterations, deviations, additions, or deletions shall be based on one or more of the following methods: (1) By a unit price in the Consultant's accepted proposal for a similar item of work or on a new unit price as subsequently agreed upon. (2) By Actual Cost plus percentage or by Actual Cost plus a fixed fee. Actual Costs shall be determined as defined in Section 18 {Labor and Expense Records). (3) By an agreed on lump-sum price. (4) By an agreed on hourly rate I not to exceed cost. d) Eliminated Items. Should any of the work be eliminated, payment will be made to the Consultant for Actual Costs incurred in connection with such eliminated work if incurred prior to the date of notification in writing by Toll of such elimination. Actual Costs shall be determined as defined in Section 18 (Labor and Expense Records). No payment will be made for anticipated profits on work which is deleted. Eliminated items will be processed into an approved Change Order. e) Change Order Compensation Protest Procedure. A Change Order approved by Toll may be issued to the Consultant at any time. The Consultant shall be required to proceed with the ordered changes to the Work as may be deemed by Toll to be necessary or advisable. Should the Consultant disagree with the compensation set forth in an approved Change Order, which it has not Pi,1-o executed or refuses to execute on that ground, Consultant shall submit a written protest to Toll within Agreement for Professional Consultant Services REVISION DATE: May 5, 2014 y Page 3 of 9 h 1 f,L-, fifteen (15) calendar days after the receipt of such approved Change Order and shall state therein any and all reasons for such protest. The submission of a written protest shall in no way excuse the Consultant from the requirement to expeditiously proceed with the ordered changes to the Work. If a written protest is submitted within the time frame specified above, Toll and Consultant agree to meet within fifteen (15) calendar days of receipt by Toll of such written protest in an effort to resolve the dispute. If the dispute has not been resolved within an additional fifteen (15) calendar days after the first meeting, then Toll and Consultant agree that the process for this dispute resolution shall be in accordance with the terms and conditions specified in Section 19 (Dispute Resolution) with the written protest described above serving as the written notice required under Section 19. If a written protest is not submitted within the time frame specified above, payment and/or time extensions, if any, will be made as set forth in the Change Order and such payment and/or time extensions shall constitute full compensation for all ordered changes to the Work included therein or required thereby. Section 6. Extra Work. New and unforeseen work will be classified as Extra Work when determined by Toll that such work is not covered by any of the various items in the accepted proposal or by the combination of such items. Extra Work also includes all work specifically designated as Extra Work in the Request for Proposals, if any. The Consultant shall do such Extra Work and furnish labor, materials, and equipment therefore only upon receipt of an approved Change Order from Toll. The Consultant shall not be entitled to payment without an approved Change Order as specified in Section 5 (Change Orders). Section 7. Payment Toll agrees to pay Consultant for the completion of the Work in strict accordance with the payment amounts shown on Exhibit A. No increased payments will be made on account of any overtime hours worked by Consultant or its advisory or support consultants. Unless otherwise specified on Exhibit A, Consultant fees are considered to be "lump sum• contract fees. Consultant shall bill Toll monthly for Work completed. Consultant's invoices shall specify each line item from the scope of work and the amount being billed towards that line item. Any billings for approved Extra Work shall be invoiced separately from the original scope of work items. Upon its approval of the Consultant's monthly estimate of Work completed, Toll agrees to pay to Consultant the amount billed, as property payable for the Work performed in the period covered thereby (as increased or decreased by Change Orders), less the aggregate of all previous payments. A final payment shall not be paid to Consultant until the Services described on Exhibit A have been completed and all materials have been provided to Toll as required under Section 9 (Ownership of Materials). Changes in fees due to a change in the scope of work must be authorized by an approved Change Order. If Consultant chooses to work in the absence of a pre-authorized Change Order, said work shall be considered within the scope of the overall Work and no additional compensation will be provided. Section 8. Contract Termination. Toll or the Consultant may terminate this Agreement or any of the Services of Consultant at any time, with or without cause, upon written notice of termination as specified below. Upon seven (7) calendar days written notice to the Consultant by Toll, Consultant shall cease providing the Work as directed by Toll. Commitments for services from support consultants shall be concluded as expeditiously and economically as possible, unless otherwise directed by Toll. If Toll selects an alternate provider of the Services, Consultant shall cooperate with the alternate provider Agreement for Professional Consultant Services REVISION DATE: May 5, 2014 y· Page4of9 {I. 4p so that the transfer of responsibility may occur as quickly as possible without disruption of Toil's business. Consultant shall in any case be entitled to payment in full for the Actual Costs in connection with all Seivices it performs until termination of performance has occurred. Consultant's Actual Costs shall be determined as defined in Section 18 (Labor and Expense Records). Upon thirty (30) calendar days written notice to Toll by the Consultant, Consultant may terminate this Agreement or any of the Seivices of Consultant. In the event of termination by Consultant, any work in progress shall be completed by the Consultant if requested by Toll, regardless of the thirty (30) calendar day limitation. Following termination, Consultant will provide reproducible Mylars and computer files of completed work as required under Section 9 (Ownership of Materials). In consideration of the additional expense and delay to Toll in acquiring an alternate provider, the amount to be considered as properly payable to Consultant for the Work performed will be equal to Consultant's Actual Costs minus a twenty percent (20%) reduction. Consultant's Actual Costs shall be determined as defined in Section 18 (Labor and Expense Records). In the case of termination by either Toll or Consultant, Actual Costs for items of Work performed shall not exceed the costs for those items shown on Exhibit A. Termination shall not constiMe a release of liability for any seivices provided under this Agreement prior to termination. Payment shall not relieve the Consultant of liability for defective work. Section 9. Ownership of Materials. All materials produced or purchased at Toil's expense by Consultant, or its approved advisory and support consultants, shall be the property of both Toll and the Consultant. Consultant, or its advisory and support consultants, shall not provide said materials to any other party or persons without the expressed written consent of Toll. Toll shall be the co-owner of any work product created, produced, developed, prepared or submitted by Consultant to Toll under this Agreement. Toll shall also be the owner of all intellectual property rights in such work product, including all rights of copyright therein. It is the intention of Consultant and Toll that the work product is a "work for hire" as that term is defined in the federal Copyright Act. Moreover, Consultant hereby agrees to assign, and by these presents does assign, to Toll, as co-owner, all of Consultant's worldwide right, title and interest in and to such work product and all rights of copyright therein. If the work product consists of plans and specifications for physical structures, then Toll will indemnify Consultant from any claim for property damage or personal injury arising from the use of the plans and specifications for any purpose other than the purpose for which they were originally produced. As co-owner of any work product created, produced, developed, prepared or submitted by Consultant to Toll under this Agreement, Consultant shall maintain adequate access to and preserve such work product in accordance with all standard practices and any applicable laws or regulations. Consultant shall provide Toll with deliverables as detailed in Exhibit A. When the Consultant completes the Services, as described in Exhibit A, and is paid in full for all approved invoices, Consultant shall, within 30 calendar days, provide Toll with one set of any drawings produced by Consultant. Consultant shall provide said drawings in the format or formats requested by Toll, which may include, but is not limited to, AutoCAD file format or other electronic formats, or in hard copy. Consultant hereby authorizes the use of above drawings by Toll, or Toil's designated consultant, for the purpose of preparing as-built data. Agreement for Professional Consultant Services REVISION DATE: May 5, 2014 Consultant hereby authorizes the use of above AutoCAD Electronic Files or any other files (herein after referred to as Electronic Files) by Toll, or Tolrs designated consultant, for the purpose of obtaining services beyond the scope of this Agreement Consultant makes no warranties, expressed or implied, concerning the accuracy, correctness or completeness of the Electronic Files except for those warranties required under this Agreement by the Services described on Exhibit A. Consultant makes no warranties or guarantees, expressed or implied that the means or media of electronic transfer of the Electronic Files is free of computer virus. Toll acknowledges that Toll has sole responsibHity for assuring that the means and media of electronic transfer of the Electronic Files is free of any viruses. Section 10. Intellectual Property. Consultant agrees that all trademarks, trade names, service marks, logos, or copyrighted materials of Toll that Consultant is permitted to use in connection with the Work are used by consent of Toll and shall remain the sole and exclusive properties of Toll, or its affiliates, and this Agreement does not confer upon Consultant any right or interest therein or in the use thereof. Section 11. Perfonnance Reviews. During the duration of this Agreement, Consultant and Toll shall meet as frequently as either party deems necessary to review Consultant's performance of the Work. This provision is part of Consultant's obligation under the Work and will be performed at no additional cost to Toll. Section 12. Penn its Licenses and Releases. Consultant shall use its best efforts to obtain all permits, licenses, releases, or other authorizations required to use drawings, plans, photographs, copyrighted materials, art work, or any other property or rights belonging to third parties that are required for use in performing the Work. Toll shall cooperate with Consultant in obtaining any such permit, license, release or other authorization. Section 13. Supervision and Field Observation. Consultant shall supervise the performance of support consultants retained by It as part of Its obligation under the Work and at no additional oost to Toll. When requested to do so, ConsuHant will provide field observation for support consultants retained by Toll in connection with the Work. This service shall be considered Extra Work and will be compensated for as defined under Section 6 (Extra Work). Section 14. Insurance. For as long as this Agreement shall be in effect. unless otherwise agreed to in writing by Toll, Consultant shall maintain, with companies satisfactory to Toll, types of insurance at minimum limits as listed in the Insurance Requirements for Professional Services attached to this Agreement Section 15. Indemnification. Consultant hereby agrees to indemnify, hold harmless, and defend (including the payment of attorneys' fees) Toll and its officers, directors, employees, and agents from and against any and all claims, liabHities, litigation, causes of action, damages, costs, expenses, ft;uJ attorneys' fees and judgments arising directly or indirectly from any breach by Consultant of this o•oay ~ y Agreement or relating to the Work or this Agreement The duty to defend arises at the time of the presentation Toll of a claim, but Consultant can satisfy the duty to defend at the time of the resolution of the claim by settlement or judgment. 11 /,1(:.,. Section 16. Confidentiality. All information acquired by Consultant, including materials prepared To ----r12.- by Consultant, concerning the subject of the Work or Toil's intentions with respect thereto, shall be P/ considered Confidential Information which Consultant shall not disclose to others without Toil's <f written consent. Disclosure to ConsuHanrs employees and other professional adVisors who agree to be bound by the terms of this paragraph is permitted when required in connection with the Work. Upon the conclusion of the Work, Consultant shall return all Confidential Information to Toll or shall Agreement for Professional Consultant Services REVISION DATE: May 5, 2014 tr Page6 of9 certify to Toll that all Confidential Information has been destroyed, except to the extent required by Section 18. In addition, Consultant agrees that ideas or concepts under consideration by Toll and disclosed to or developed by Consultant are confidential and proprietary to Toll and may not be utilized by Consultant for any purpose other than in connection with the Work nor disclosed to any third party unless authorized in writing by Toll. Consultant agrees to commit its employees, advisors and consultants to protect the confidential and proprietary nature of these ideas and concepts. Consultant understands that this Confidentiality Agreement is a material part of the contractual Agreement between the Consultant and Toll and that Toll would not have entered into the contractual Agreement if Consultant had not agreed to the terms set forth herein. Section 17. Waiver. The failure of Toll to require the strict performance of any provisions of this Agreement in any one or more instances, or to exercise its rights hereunder or at law or equity, shall not be construed as and shall not constitute a waiver or relinquishment of any such provision or rights, and such provisions and rights shall continue in full force and effect. Section 18. Labor and Expense Records. Consultant agrees that it will maintain records and books of account reflecting all expenses, reimbursements, fees and other charges invoiced to Toll, including supporting documentation, according to generally accepted accounting principles consistently applied for a period of at least two (2) years after the Work is completed or terminated, and that Toll shall have the right to inspect and audit such books, records and supporting documentation at Consultant's office, including any and all correspondence, contracts, books, accounts, and other materials prepared or held by Consultant that are directly related to its performance of the Work. If any overcharges are discovered, Consultant agrees to refund promptly the overcharge to Toll, plus interest at the rate of twelve percent (12%) per annum. The Consultant shall submit, prior to the commencement of the Work, a listing of the hourly labor billing rates for all work classifications which the Consultant contemplates utilizing for the Work. This list shall be periodically updated as any changes occur as well as a list of specific individuals expected to perform the Work, including their hourly rates. Consultant agrees that it will keep an accurate labor record, showing the name. work classification, hours worked each day and week, and the hourly billing rates for each worker employed by it in connection with the Work. These labor records shall be made available for inspection by Toll at all reasonable hours at the principal office of the Consultant and shall be certified by the Consultant if requested by Toll. For the purposes of this Agreement, "Actual Cost" for an item of work shall be defined as the specific labor cost (hourly billing rate times the number of hours worked) for each work classification dedicated to that item of work plus the cost of any directly associated fees or reimbursements. Section 19. Dispute Resolution. Toll and Consultant agree that if a dispute between them arises concerning any aspect of performance by either party under the terms of this Agreement, prior to seeking any other remedies including through arbitration or litigation (except any proceedings for an injunction to enforce the terms of Section 9 (Ownership of Materials)), the aggrieved party shall give written notice to the other party describing the disputed Issues and the reasons why the aggrieved party is entitled to the resolution of those issues sought. Within thirty (30) calendar days after the {)(./ receipt of such a notice, the parties shall meet in an effort to resolve the matters in dispute. If after .J -~,, such meeting any aspect of the dispute remains unresolved for a period of an additional thirty (30) calendar days, one designee with appropriate authority from each party who has not been directly Agreement for Professional Consultant Services REVISION DATE: May 5, 2014 f/ Page 7 of9 fl, involved in the negotiation or performance under this Agreement shall meet in a further attempt to resolve the dispute. If the dispute has not been resolved within an additional sixty (60) calendar days after the first meeting of such executives, then Toll and Consultant agree that any and all disputes arising out of this Agreement shall be resolved by binding arbitration in accordance with the rules and procedures of the American Arbitration Association or its successor, or an equivalent organization selected by Toll. Section 20. Miscellaneous. a) Notices. All notices required to be given under this Agreement shall be given to the other party in writing and by personal delivery, telecopy or email (with confirmation of receipt), or certified mail with return receipt requested, to the address of each party given on the last page of this Agreement. Notice shall be effective when received. b) Independent Contractor. Consultant is an independent contractor in the performance of its duties under this Agreement. The detailed methods, manner and means of conducting the Work shall be under the complete control and direction of Consultant. c} Safety. Consultant shall abide by the safety program(s) applicable to each work site and comply with all applicable safety and health laws and regulations including, but not limited to, the standards and regulations promulgated by the Secretary of Labor under the Occupational Safety and Health Act of 1970 (OSHA) and any other legislation enacted for the safety and health of Consultant's employees. Consultant shall notify Toll immediately, with prompt confirmation in writing, of any injuries or fatalities that occur to its employees or subcontractors in connection with this Agreement and shall provide Toll with reports of these injuries or fatalities as Toll shall deem necessary including, but not limited to, copies of all reports and other documents filed or provided to Consultant's insurers and the agencies having jurisdiction in connection with injuries or fatalities. If Toll is made aware that Consultant has breached or violated the terms of this Section (20-c), then, notwithstanding any provision to the contrary, Toll shall have the right to immediately suspend the Work or terminate this Agreement, by notice to Consultant, and absent termination the Work shall not recommence until Toll is satisfied that the safety provisions have been implemented and will not thereafter be breached or violated. Nothing contained in this Section (20-c) shall be interpreted as enlarging Toil's legal duty to Consultant or to Consultant's agents, employees, subcontractors, or third parties, or to require that Toll provide any safety rules or regulations, or altering the status of Consultant as an independent contractor under this Agreement. d} Assignment This Agreement may not be assigned by Consultant, but may be assigned by Toll to any affiliated company or joint venture in which it or an affiliated company has an interest, or in connection with a sale of the subject matter of the Work. e) Amendment. This Agreement may be amended only by a written instrument which is executed by each of the parties hereto. f) Entire Agreement The Contract Documents constitute the entire agreement of the parties hereto with respect to the subject matter hereof and supersedes any and all prior agreements with respect to such subject matter between Consultant and Toll. Agreement for Professional Consultant Services REVISION DATE: May 5, 2014 J,,._.., JV-£ ft] Page8of9~ 1 ~ g) Binding Agreement. This Agreement shall extend to, be binding upon and inure to the benefit of any executor, administrator, successor, heir and assign of the parties hereto. h) Governing Law. This Agreement shall be governed by and construed under the laws of the state in which the Work is to be performed, or, if the Work is not limited to one state, the laws of the Commonwealth of Pennsylvania. In Witness Whereof, Toll and Consultant have executed this Contract as of the date first written above. Accepted By: Address: Email: Phone: Toll Bros. Inc. {Toll) Kevin Brickley f Signature Land Development Manager Title 725 Town & County Rd. Suite#200 Orange, Ca. 92868 kbrickley@tollbrothers.com Agreement for Professional Consultant Services REVISION DATE: May 5, 2014 Consultant President Title 2710 Loker Avenue West Suite 100 Carlsbad, CA 92011 pato@odayconsultants.com 760.931.7700 xl04 J:).-- Page9 of9 EXHIBIT"A" ol7;;~ Promo No. 14-0068 Revised May 21, 2014 Revised April 14, 2014 March 21, 2014 Page 1 of7 Toll Brothers Robertson Ranch West (Rancho Costera) Construction Staking Scope of Work Scope I: Hourly Not to Exceed $400,321.00 without prior written authorization. Construction Surveying -Rancho Costera -All Planning Areas The parenthetic fee amounts that follow are for cost allocation requested by Client and do not affect the Not to Exceed fee stated above. Field survey and office support to set one set of stakes for the construction of the following: A. Horizontal and vertical control network B. Clearing limits, silt fence C. HMP Hardline at 50' D. For GPS grading: perimeter slope stakes, tops and toes of interior slopes, stakes to finish fronts and rough out streets, slopes for street chokers. E. Retaining walls F. Storm drains and inlets (2 stakes per box) G. Headwalls and animal crossing H. Water mains and reclaimed water mains at 50 foot for tangents and 25 foot intervals for curves; water services I. Sewer mains at 50 foot for tangents and 25 foot ($5,527.00) ($11,054.00) ($9,360.00) ($83,500.00) ($9,672.00) ($20,726.00) ($4,875.00) ($64,940.00) intervals for curves; sewer laterals ($43,293.00) J. Curb and gutter ($57,571.00) K. Pedestrian Ramps (60 ea@8-IO stakes each) ($11,700.00) L. Dry utilities and appurtenances; street lights ($26,252.00) M. Pad certification only ($17,962.00) N. Fences and non-retaining wall ($7,800.00) 0. Trails ($7,369.00) P. Fuel Modification Zones (2 lines@50' intervals) ($18,720.00) '°'™=·L~ TOU. BROS., INC, LDM/PM: TOU. BROS., INC. VP(s): Scope ll: Scope III: EXHIBIT"A" Assumptions: 0-'~~ Promo No. 14-0068 Revised May 21, 2014 Revised April 14, 2014 March 21, 2014 Page 2 of7 • Unless otheiwise noted, it is assumed that the superintendent on the job site has authority to sign for extra work. • All staking requests must be in writing using consultant's form and be submitted a minimum of 48 hours prior to the scheduled time of work. The site must be cleared and ready for staking prior to request. • This project is not subject to prevailing wage rates. Lump sum fee of 16,380.00 for fifteen (15) call outs due and payable upon percentage of work completed. A. Survey bottom of remedial grading and provide earthwork quantity. B. Survey bottom oftoxiphene removal and provide earthwork quantity. Note: I) Client will ask for tops if the soil has been graded different from original topography before grading for remedial work. 2) A callout is four ( 4) hours of a 2 man survey crew and two (2) hours of engineer earthwork calculations. Lump sum fee of$124,541.00 due and payable upon percentage of work completed. The parenthetic fee amounts that follow are for cost a/location requested by Client and do not affect the lump sum fee stated above. Final monumentation -Rancho Costera -All planning Areas A. Field survey and office support to set final monumentation for each lot of Rancho Costera and set straddlers and punch marks for street centerline monuments. (Construction of M-10 street centerline monuments by others). I. PA3 2. PAS 3. PA6 4. PA 9/10 - 5. PA 13 ($35,120.00) ($14,571.00) ($35,120.00) ($30,390.00) ($9,340.00) / {lvtv CONTRACTOR4rnALS: o/ TOU BROS .• INC., LOM/PM:~ TOLL BROS., INC. VP(sJ:--f?¢- 'ge EXHIBIT"A" 0-'l)~ Promo No. 14-0068 Revised May 21, 2014 Revised April 14, 2014 March 21, 2014 Page 3 of7 Scope IV: Time and materials Scope V: Re-staking -Rancho Costera -All Planning Areas A. Re-staking and additional staking as requested. B. Certifications other than pads. Lump sum fee of$19,699.00 due and payable upon percentage of work completed. The parenthetic fee amounts that follow are for cost allocation requested by Client and do not affect the lump sum fee stated above. As-Builts -Rancho Costera -All Planning Areas A. Site visit to inspect post construction improvements B. Prepare two sets ofredline "As-Builts" from the post construction site visit and redlined plans provided by the superintendent and/or contractor. C. Modify existing mylars to reflect "As-Built" conditions I. PA3 ($5,555.00) 2. PA5 ($2,305.00) 3. PA6 ($5,555.00) 4. PA 9/10 -($4,807.00) 5. PAl3 ($1,477.00) Scope VI: Lump sum fee of$16,400.00 due and payable upon percentage of work completed. Meetings and Construction Consultation -Rancho Costera A. Meetings (100 hours). Scope VII: Hourly Not to Exceed $125,851.00 without prior written authorization. The parenthetic fee amounts that follow are for cost allocation requested by Client and do not affect the Not To Exceed fee stated above. Construction Surveying -El Camino Real Widening r~ CONTRACTOR INITIALS: TOLL BROS., INC., LOM/PM:-.:?F /4 TOLL BROS., INC. VP(s):_.....pc--• / EXHIBIT"A" 0/~~ Promo No. 14-0068 Revised May 21, 2014 Revised April 14, 2014 March 21, 2014 Page 4 of7 Field survey and office support to set one set of stakes for the construction of the following: A. Rough grades, finish grades, slope stakes ($16,665.00) B. Retaining waUs ($1,838.00) C. Storm drains and inlets (2 stakes per box) ($22,669.00) D. HeadwaUs ($975.00) E. Water mains and reclaimed water mains at 50 foot for tangents and 25 foot intervals for curves; water services ($8,945.00) F. Sewer mains at 50 foot for tangents and 25 foot intervals for curves; sewer laterals ($1,103.00) G. Biorention basins, grade stakes, perforated drain stakes ($22,056.00) H. Curb and gutter; median curb and gutter; sawcut lines ($27,816.00) I. Pedestrian Ramps (12 each@ 8-10 stakes each) ($2,340.00) J. Dry utilities and appurtenances; street lights ($8,945.00) K. Traffic signal poles ($9,803.00) L. Private driveways south of El Camino Real ($2,696.00) Assumptions: • Unless otherwise noted, it is assumed that the superintendent on the job site has authority to sign for extra work. • All staking requests must be in writing using consultant's form and be submitted a minimum of 48 hours prior to the scheduled time of work. The site must be cleared and ready for staking prior to request. • This project is not subject to prevailing wage rates. Scope VIII: Time and materials Re-staking -El Camino Real A. Re-staking and additional staking as requested JY~, CONTRACTOR INITIALS: TOU. BROS., INC., WM/PM: TOU. BROS., INC. VP(s): EXHIBIT"A" o--?J~ Promo No. 14-0068 Revised May 21, 20 I 4 Revised April 14, 2014 March 21, 2014 Page 5 of7 Scope IX: Lump sum fee of$8,936.00 due and payable upon percentage of work completed. ScopeX: As-Builts -El Camino Real A. Site visit to inspect post construction improvements 8. Prepare two sets ofredline "As-Builts" from the post construction site visit and redlined plans provided by the superintendent and/or contractor. C. Modify existing mylars to reflect "As-Built" conditions Lump sum fee of$7,380.00 due and payable upon percentage of work completed. Meetings and Construction Consultation -El Camino Real A. Meetings (45 hours). Scope XI: Lump sum fee of $3,315.00 due and payable upon percentage of work completed. (Optional) Wetlands Staking A. Stake limits of wetlands at 50' intervals. Scope XII: Lump sum fee of$4,485.00 due and payable upon percentage of work completed. (Optional) Brow and Terrace Ditch Staking A. Stake brow and terrace ditches for Rancho Costera onsite. Scope XHI: Lump sum fee of$1,950.00 due and payable upon percentage of work completed. (Optional) Brow and Terrace Ditch Staking A. Stake brow and terrace ditches for El Camino Real. co=••e::~f TOU. BROS., INC., LDM/PM: TOU. BROS., INC. VP(s):-f6,,-' EXHIBIT"A" 0"?)"7 Promo No. 14-0068 Revised May 21, 2014 Revised April 14, 2014 March 21, 2014 Page 6 of7 Scope XIV: Time and Materials Not to Exceed $5,000.00 without prior written approval. Reimbursable Expenses A. Reimbursable expenses, reproduction costs, deliveries. DOES NOT INCLUDE: • Agency fees • Brow ditch stakes (Optional) • Construction changes • Construction traffic control • Dry Utility Engineering • Hydromodification • Irrigation stakes • Landscape/Irrigation stakes • Legal descriptions • Low Impact Design • Median Planter Stakes • Qualified SWPPP Practitioner (QSP) . • Retaining Wall Design . Riprap stakes except at Stidolph Property • Rough grade stakes (GPS graded) • Sidewalk stakes • Soils Engineering • Staking for entry monuments • Storm Water Pollution Prevention Plan • Storm Water Management Plan • Storm Water monitoring • Sub-Drain ties • Title documents • Traffic Engineering CONTRACTOR !Nk (}1.-{) 6 TOLL BROS., INC .• LDMIPM:~ T TOLL BROS., INC. VP(s):--f/Z.--- ! EXHIBIT"A" 0-'~~ Promo No. 14-0068 Revised May 21, 2014 Revised April 14, 2014 March 21, 2014 Page 7 of7 SCHEDULE OF HOURLY BILLING RATES OFFICE ENGINEERING Project Manager Project Engineer Design Engineer AutoCad Technician Word Processing FIELD ENGINEERING 2 Man Survey Crew February 1, 2014 1 Man Survey Crew/Survey Chief/Project Surveyor CONSULTATION Principal $183.00 156.00 134.00 126.00 70.00 195.00 144.00 $240.00 All out-of-pocket expenses, such as filing fees, printing, and reproduction costs, will be extra and invoiced at our direct cost plus 15%. Payment Terms: Accounts are due and payable within 10 days of the date ofthe invoice. If payment for invoice is not received within 30 days from the date of invoice, then a finance charge will be assessed at 1.5% per month for each month the invoice remains unpaid, starting at the 31st day. If payment for invoice is not received within 60 days from the date of invoice, then work will stop and will recommence once the (Jiv) account is paid in full. O'Day__ q Toll~ (' Consultant will use Toll account at ARC for all major printing and delivery account (if any) for deliveries. Toll ../L.--;..,., i~ comAACroR~ ~ TOLL BROS., INC., LDM/PM: ., TOLL BROS., INC, VP(s): ty2, Page 1 of 9 COMMUNITY: Robertson Ranch #3661 SECTION: Robertson Ranch West AGREEMENT# 36114-09 AGREEMENT DATE: _6_,_/_17_,_/_14 ______ _ EXHIBIT"A" 16.0 SPECIFICATIONS FOR IMPROVEMENT SURVEYING & CONSTRUCTION LAYOUT 16.1 GENERAL IMPROVEMENT SURVEYING & CONSTRUCTION LAYOUT REQUIREMENTS: A. Contractor shall provide all tools, equipment, labor, materials and office support required to perform all improvement surveying and construction layout in accord with all local, state, or federal laws, ordinances and regulations. B. All layout is to be in accord with the latest approved revision of the engineering drawings and specifications. C. Specific layout work shall be requested by Toll at least two working days in advance of the date required. However, there are times when unanticipated conditions may not allow two days advance notice. The Contractor shall use best efforts to accommodate such situations. D. Grade sheets are due the next business day following the field layout. E. Contractor shall provide adequate field and office support so as not to delay the progress of the work. Contractor shall provide at no extra cost all office support, calculations, telephone coordination, correspondence, and other overhead relative to the Contractor's performance of the work under the scope of this Contract. F. Drawings and specifications are instruments of services and shall remain in the possession of the Contractor. Toll its successors and assigns shall be permitted to retain copies, including reproducible copies, for information and reference in connection with Toll its successor and assigns use. All documents shall be signed and sealed by an appropriately licensed professional. G. Contractor shall establish and maintain geometric survey control including but not limited to: orientation, traverse and benchmark recovery and extension. Copies of field notes relating to survey control shall be provided to Toll. Contractor shall provide copies of field notes relating to survey layout to Toll. 16.2 SCOPE OF WORK: (CHECK APPLICABLE ITEMS) t8:] Clearing Layout: (CHECK APPLICABLE ITEMS) Stake or flag limits of clearing at 50' maximum intervals along the limit of disturbance for: t8:] Roadways t8:] Access Drives t8:] Embankments t8:] Storm Water Management Facilities D Lift Stations/Sewer Plants t8:] Drainage Swales t8:] Sight Triangles t8:] Road Widenings t8:] Utility Easement Areas D Paths, Walks CONTRACTOR INITIALS FORM REV. DATE: 2/20/2012 TOLL BROS, INC. INITIALS: Page 2 of9 COMMUNITY: Robertson Ranch #3661 SECTION: Robertson Ranch West AGREEMENT# 36114-09 AGREEMENT DATE: _6_,_/_17_,_/_14 ______ _ EXHIBIT"A" 16.0 SPECIFICATIONS FOR IMPROVEMENT SURVEYING & CONSTRUCTION LAYOUT 0 Parking Areas 0 Entry Features 0 Recreation Facilities 0 Landscape Features 18] Building lot limits of Disturbance 0 Building Areas 18] Other: RG clearing limits 0 Other: D Other: OProvide sketch of field layout. H. Existing trees or groups of trees that are to remain within the limits of clearing shall be flagged with a different color. 0 Critical Area Layout; (CHECK APPLICABLE ITEMS). [8]stake delineated Wetland limit line at 50' intervals if required. Optional fee provided OProvide sketch offield layout. 18] Other: Fuel Mod Zones at 50' intervals at the A/8 & 8/C zones. Included are the lines HMP Hardline at 50' intervals. 1 &2 and zones 2 & 3 D Provide sketch offield layout. 18] Other: Provide stakes for GPS grading, including perimeter slope stakes, interior slopes, 20's an d80's on 20% of lots D Provide detailed sketch offield layout D Soil Erosion and Sediment Control Layout Provide layout for various erosion control in accordance with the requirements of Toll. Allow up to __ stakes. Provide sketch with cutsheet of field layout. 18] Rough Grading Layout (CHECK APPLICABLE ITEMS) 18] Offset stake centerline of roadways and drives at a maximum 50' interval (25' interval for vertical curves) for rough grading. 18] Mark grade on stakes. 18] Provide cutsheet of field layout. Cuts to reference finish grade. CONTRACTOR INITIALS TOLL BROS, INC. INITIALS: FORM REV. DATE: Z/2!1/21)12 Page 3 of 9 COMMUNITY: Robertson Ranch #3661 SECTION: Robertson Ranch West AGREEMENT# 36114-09 AGREEMENT DATE: _6~/_17~/_14 ______ _ EXHIBIT"A" 16.0 SPECIFICATIONS FOR IMPROVEMENT SURVEYING & CONSTRUCTION LAYOUT 0 Offset stake curb line at corners and grade changes for parking lots/areas. D Mark grade on stakes. 0 Provide cutsheet of field layout. Cuts to reference finish grade. 0 Stake site for grading using a __ • grid for all non-structural open areas within a section's boundaries. D Mark grade on stakes. 0 Provide cutsheet of field layout. Cuts to reference finish grade. [81 Stake building lots for rough grading allow I stakes per lot to be placed as designated by Toll Superintendent [81 Mark grade on stakes. [81 Provide cutsheet of field layout. [81 Other: Retaining walls shown on RG plan include backcut stakes. Approximately 20% of the lots to get stakes [81 Mark grade on stakes. [81 Provide cutsheet of field layout. [81 Stormwater Management Layout (CHECK APPLICABLE ITEMS) Stake storrnwater management areas providing stakes at 50' intervals for the top and toe of the embankment, emergency spillway areas and the permanent pool elevation (if applicable). Stake outlet structures and pipe as defined under Storm Sewer Layout. Provide as built information for Toll. [81 Mark grade on stakes. [8] Provide cutsheet of field layout. Cuts to reference top, toe, spillway and pool elevations and offsets. [81 Stake low flow channels, swales/aprons at a maximum 50' interval or at corners as required [81 Mark grade on stakes. [8] Provide cutsheet offield layout. Cuts to reference invert. [81 rnstall clean out stakes in basin (mark grades on stakes). [8] Other: Bioretention stakes [8] Mark grade on stakes. [81 Provide cutsheet of field layout. CONTRACTOR INITIALS TOLL BROS, INC. INITIALS: ..,//$c.....,::. ____ f_,__t'-~- FORM REV. DAT£: 2/20/2012 f ~ Page 4 of 9 COMMUNITY: Robertson Ranch #3661 SECTION: Robertson Ranch West AGREEMENT# 36114-09 AGREEMENT DATE: _6~/_1~7/~1_4 ______ _ EXHIBIT"A" 16.0 SPECIFICATIONS FOR IMPROVEMENT SURVEYING & CONSTRUCTION LAYOUT ~Sanitary Sewer lavout (CHECK APPLICABLE ITEMS) Stake sanitary sewer, including all structures, pipe, forcemains at a 15" offset. Structures shall be staked with a minimum of two stakes per structure as designated by Toll. Pipe layout interval shall be: (CHOOSE ONE) 0 From downstream manhole: stake at 0+50, 1 +00 then every 100' thereafter. ~ Every SO' station between structures. ~ Mark grade on stakes. ~ Provide cutsheet of field layout. ~ Provide one stake at the end of each lateral. ~ Mark grade on stakes. ~ Provide cutsheet of field layout. D Stake lift stations, sewer plants, septic fields, etc. allow up __ stakes. ~ Provide cutsheet of field layout. ~ Other: 25' sta on main in radius lats to receive a line only also on knuckles and culdesacs. ~ Mark grade on stakes. ~ Provide cutsheet offield layout Pipe cuts shall reference invert elevation, pipe size and material. Structure cuts shall reference, structure type, casting and invert elevations. ~ Storm Sewer Lavout (CHECK APPLICABLE ITEMS) Stake storm sewer pipe and engineered swales at a maximum 50' interval (25' interval at slopes <.50%) and a __ ' offset. Pipe layout interval shall be: (CHECK APPLICABLE ITEMS} 0 From downstream manhole: stake at 0+50, 1-1-00 then every 100' thereafter. ~ Every 50' station between structures. D Mark grade on stakes. ~ Provide cutsheet of field layout. Pipe cuts shall reference invert elevation, pipe size and material. Structure cuts shall reference, structure type casting and invert elevations. Structures shall be staked with a minimum of two stakes per structure as designated by Toll. Curb inlets shall be staked with offset stakes in line with final head piece alignment. Radius point shall be staked when inlet is on a curb return. CONTRACTOR INITIALS TOLL BROS, INC. INITIALS: (6 FORM REV. DATE: 2/20/2012 Page 5 of9 Intentionally left blank CONTRACTOR INITIALS TOLL BROS, INC. INITIALS: /4 FORM REV. DATE: 2/20/2012 Page 6 of 9 COMMUNITY: Robertson Ranch #3661 SECTION: Robertson Ranch West AGREEMENT# 36114-09 AGREEMENT DATE: 6/17/14 ------------- EXHIBIT"A" 16.0 SPECIFICATIONS FOR IMPROVEMENT SURVEYING & CONSTRUCTION LAYOUT ~ Curb Layout (CHECK APPLICABLE ITEMS) All curb shall be offset staked at a maximum interval of 50'. All vertical curves shall be staked at 25' intervals between the PVC and PVT. High and low points shall be staked where applicable. Changes in direction or corners shall be staked. All horizontal curves shall have PC, PT, radius point (when <SO') staked. Stake 1/4 points on curb returns for radii between 10' -50'. Curb stakes shall be offset~ (except radius points). ~ Mark grade on stakes. ~ Stake driveway cuts and depressed curbs. Asssumes 1 pedestrian ramp per curt> return with ~ Provide cutsheet of field layout. Cuts shall reference top of curb elevation. Culs shall reference top of curt> elevation. Approx. 8 to 10 stakes each. ~ Water Layout (CHECK APPLICABLE ITEMS) Stake water main and service pipe (to curb box) at a maximum 50' interval and a 15' offset. Hydrants and service curb boxes shall be staked at a 15' offset. ~ Mark grade on stakes. ~ Provide cutsheet of field layout. Pipe cuts shall reference top of pipe elevation, pipe size and material. Hydrant cuts shall reference final grade elevation. ~ Stake service curb boxes at a 15' offset. ~ Mark grade on stakes. ~ Provide cutsheet of field layout. ~ Underground Utifity Layout (CHECK APPLICABLE ITEMS) Stake road crossings. Allow! stakes total. ~ Mark grade on stakes. ~ Provide cutsheet of field layout. Cuts shall reference final grade elevation. ~ Other: stake facilities/ structures, street lights. ~ Mark grade on stakes. ~ Provide cutsheet of field layout. CONTRACTOR INITIAIS TOLL BROS, INC. INITIAIS: FORM REV. DATE: 2/20/2012 Page 7 of 9 COMMUNITY: Robertson Ranch #3661 SECTION: Robertson Ranch West AGREEMENT # 36114-09 AGREEMENT DATE: _6~/_17~/_14 ______ _ EXHIBIT"A" 16.0 SPECIFICATIONS FOR IMPROVEMENT SURVEYING & CONSTRUCTION IAYOUT QProperty Line Layout (CHECK APPLICABLE ITEMS) 0 Stake building lot property corners along the ROW. 0 Stake all building lot corners. 0 Paint property lines on curb. 0"As Built" Information (CHECK APPLICABLE ITEMS) Provide "as built" information for municipal and state certifications, as required for: ~ Storm Water Management facilities. ~ Sanitary Sewer ~ Storm Sewer ~ Water System ~Curb ~ Pavement 0 Lift Station, Sewer Plant, Community Septic ~ Grading Oother: Q0ther (CHECK APPLICABLE ITEMS) 0 Stake entrance signage and features. Allow __ stakes total. 0 Provide sketch of field layout. Cuts shall reference final grade elevation. Oother: 0 Mark grade on stakes. 0 Provide cutsh eet of field layout Oother: 0 Mark grade on stakes. 0 Provide cutsh eet of field layout ~ Monuments (CHECK APPLICABLE ITEMS) Set monuments, steel pins and boxes as per plan and all Governing Authority in the following areas: (Choose One) ~ All monumentation pins and boxes. Includes cross ties and stamping/ punching centerline monuments. Providing and 0 Monumentation, pins and boxes along road Row's only. Installing M-10 monuments to be done by others. CONTRACTOR INITIALS TOLL BROS, INC. INITIALS: FORM REV. DATE: 2/2!)/2012 Page8of9 COMMUNITY: Robertson Ranch #3661 SECTION: Robertson Ranch West AGREEMENT# 36114-09 AGREEMENT DATE: _6~/_17~/_14 ______ _ EXHIBIT"A" 16.0 SPECIFICATIONS FOR IMPROVEMENT SURVEYING & CONSTRUCTION IAYOUT 163 SPECIFIC REQUIREMENTS: O'Day/surveyer is to provide daily work tickets with hours noted for each task and have them signed by a Toll Brothers Representative. Surveyer is to come to the site prepared to set stakes, not to do calculations. If calculations are done on-site than that time will be noted on the daily work ticket. 16.4 LIMITS OF WORK: This scope includes all PA's within Robertson Ranch West. Scope also includes all improvements shown on the Grading and Improvement Plans for the Widening of El Camino Real. CONTRACTOR INITIALS TOLL BROS, INC. INITIALS: ....:cu _____ f.,___..,_fi_~_ FORM REV. DAT£: 2/20/Z0U j?~ ~ TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE PAYMENT REQUEST# COMMUNITY: Robertson Ranch PAGE OF SECTION: Survey CONTRACT DATE: 6/17/2014 CONTRACTOR: O'Day Consultants DATE: 6/17/2014 10:04 CONTACT/ PHONE: VENDOR# 340428 CONTRACT RELEASE PREVIOUS PAYMENT CURRENT PAYMENT TOTAL PAYMENT RELEASE QTY & UNIT PRICE RELEASE REQUESTS RELEASE REQUEST REQUESTS TO DATE # COST A B C D E=DxB F G=FxB H•D+F l=HxB J=HIA CODE CONTRACT ITEM UNIT QTY UNIT TOTAL QTY TOTAL QTY TOTAL PAYMENT QTY TOTAL % PRICE PRICE PREVIOUS PAID REQUEST COST COMP. 1. 3661030001 2. 2011 Survev LS 1 $440 902.00 $440 902.00 6. 2018 Re-stake LS 1 $8 000.00 $8 000.00 7. 2026 Monuments -6 Blueorints LS 1 $25 000.00 $25,000.00 8. 9. 3661030002 10. 2016 As-builts LS 1 $13415.00 $13 415.00 11. 2018 Re-stake LS 1 $7 500.00 $7,500.00 12. 2021 Monuments -1 LS 1 $84811.00 $84 811.00 13. 14. 3661030003 15. 2016 As-builts LS 1 $4 807.00 $4 807.00 16. 2018 Re-stake LS 1 $4,000.00 $4 000.00 17. 2021 Monuments -1 LS 1 $30 390.00 $30 390.00 16. 19. 3661030004 20. 2016 As-builts LS 1 $1 477.00 $1 477.00 21. 2018 Re-stake LS 1 $2,500.00 S2 500.00 22. 2021 Monuments -1 LS 1 $9 340.00 $9 340.00 PAGE SUBTOTAL: $632142.00 CONTRACT TOTAL: $796,259.00 The above listed quantities and unit prices are for partial payment '"-ase purposes only. The Contract Amount Is the Lump Sum Amount{s) contained in &t "rich may not be exceeded at any time. Contractor Initials /1'/U Toll Initials ~ ' .,........__ ~ T:\CONTRACTSIJMPROVEMENTS\fJ:B Relule {eight ~).xi, REV.: 2f2<W3 COMMUNITY: Robertson Ranch SECTION: Survey CONTRACT DATE: 6/17/2014 CONTRACTOR: O'Day Consultants CONTACT/ PHONE: VENDOR# 340428 # COST CODE CONTRACT ITEM UNIT 1. 3661030005 2. 2011 Survey - 1 LS 3. 2016 As-builts LS 4. 2018 Re-stake LS 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. PAGE SUBTOTAL: CONTRACT TOTAL: TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE CONTRACT RELEASE PREVIOUS PAYMENT CURRENT PAYMENT QTY & UNIT PRICE RELEASE REQUESTS RELEASE REQUEST A B C D E=DxB F G=FxB QTY UNIT TOTAL QTY TOTAL QTY TOTAL PAYMENT PRICE PRICE PREVIOUS PAID REQUEST 1 $135181.00 $135181.00 1 $8936.00 $8 936.00 1 $20000.00 $20 000.00 $164117.00 $796 259.00 PAYMENT REQUEST# PAGE 2 OF DATE: 6/17/2014 10:04 TOTAL PAYMENT RELEASE REQUESTS TO DATE H=D+F l•HxB J•HIA QTY TOTAL % COST COMP. The above listed quantities and unit prices are for partial pu;;t release purposes only. The Contract Amount is the Lump Sum Amount(s) contained in Exhibit "B" which may not be exceeded at any time. Contractor Initials Toll Initials rt r ,-C.--- (R ~ T:\CONTRACTS\IMPROVEMENTS\ExB RelNH (eighl page).x!S REV.; 212ol/03 EXHIBIT "B" -CONTRACTOR'S REQUEST FOR PAYMENT SUMMARY* • ATTACH TO CONTRACTOR'S ORIGINAL INVOICE TO: Toll Bros., Inc. Address Address FROM (CONTRACTOR): Contractor's Name Address COMMUNITY: Robertson Ranch SECTION: Robertson Ranch West COMMUNITY#: _..:3=66~1,..__ __ _ CONTRACT NUMBER: -=36"'6,._,1_-1,.,,5'------ REQUEST FOR PAYMENT NO: __ Page 1 Address FOR WORK COMPLETED THROUGH (DATE): ____ _ CONTRACTOR VENDOR# CONTRACT SUMMARY: 1. ORIGINAL CONTRACT LUMP SUM ........................ . $ __ 7_96~,_2s_0_.o_o_ 2. Net Change by Change Orders to Date. . . . . . . . . . . . . . . . . . . . . . . $------..----------, 3. REVISED LUMP SUM TO DATE (Line 1 plus 2) ................................ $c.l ___ 7c..c9=6=,2;.:;.59"'"' . .;..ooc...,I PAYMENT RELEASE SUMMARY: (NOTE: ALL DOLLAR AMOUNTS INCLUDE RETAINAGE) 4. PREVIOUS PAYMENT RELEASES PAID. . . . . . . . . . . . . . . . . . . . . . $ ____ _ 5. PAYMENT RELEASES IN PROCESS: REQUEST#_____ $ ____ _ REQUEST# ______ $ _____ _ REQUEST# _____ $ _____ _ 6. THIS PAYMENT RELEASE REQUEST# _____ $ ___________ ~ 7. TOTAL PAYMENT RELEASE REQUEST TO DATE (Sum lines 4, 5, 6) .............. $ I.__ _____ ~ CONTRACT BALANCE: 8. CONTRACT AMOUNT REMAINING INCLUSIVE OF THIS PAY REQUEST Ctn3m;nus•.s.6)$ ____ 7_9_6~,2_59_.0_o ..... 9. CONTRACT AMOUNT REMAINING EXCLUSIVE OF THIS PAY REQUEST c1n,m;nus•.s>$ ...._ ___ 7_9_6,'---2_59_.0~0~ RETAINAGE RELEASE SUMMARY: 10. PREVIOUS RETAINAGE HELD AND IN PROCESS.............. $ ____ _ 11. RETAINAGE RELEASED TO DATE... . . . . . . . . . . . . . . . . . . . . . . . $ _____ _ 12. RETAINAGE RELEASE REQUESTS IN PROCESS: REQUEST# _____ $ ____ _ REQUEST# _____ $ _____ _ REQUEST# _____ $ _____ _ 13. RETAINAGE HELO THIS PAYMENT RELEASE: REQUEST#'-------$!.._ ____ -_11-----------, 14. NET RETAINAGE BEING HELD TO DATE (Sum Lines 10, 13 minus 11,12) ........... j of 2 The undersigned, individually and on behalf of Contractor, certifies that he or she is authorized to execute this Waiver of Lien. The undersigned represents that: 1) the Wor1< covered by this Request for Payment has been completed in accordance with the Contract Documents and all applicable permits, code requirements, state, federal and local laws, as well as any other applicable requirements, guidelines, rules, regulations and laws, 2) that Contractor is current in all of its payments to its suppliers, subcontractors or any other entities or individuals that could potentially have lien rights against Toll, 3) that Contractor has paid all amounts due based on any Wor1< for which previous Requests for Payment were made and payments were received from Toll, 4) that current payment shown herein is now due. Accordingly, the Contractor waives its right to assert, record, and/or foreclose a labor and/or materialmen's lien for labor performed and materials/equipment furnished at or for this job site up to and induding the date of the last payment made by Toll. Contractor additionally certifies that it has not performed any work or provided supplies, and nobody has performed any work or provided supplies on Contractor's behalf, on or for this site up to and including the date of the Request for Payment that falls outside the scope of the Contract that has not been properly authorized by written Change Order by Toll, and hereby waives any and all claims or rights to any compensation, liens, to the extent permitted under any applicable law, or payment for such wor1< including any rights it may have at law, in equity or under the Contract. CONTRACTOR: By: __________________ Date: _______ _ Name (typed): Title: BOND/ESCROW/LC RELEASE APPLIED D Yes ONo If no -why not? _________ _ MUST ATTACH ORIGINAL CONTRACTOR INVOICE TO THIS REQUEST FOR PAYMENT SUMMARY. 'c.117 [)JV Apply approval stamp to Contractor's original inv_o_;if-0;..... ___ -+<( ______ J_ · _ _,f'-~ CON RACTOR INITIALS TOLL BROS, itc. INITIALS T:\Cootratrs\Con1racts • Land Ot\'flopm~I\Edtibit B (Payment Ddails)\Requat for Payment.Us Form Revision Dale: 9/17/11 Page 1 ofl COMMUNITY: Robertson Ranch #3661 SECTION: Robertson Ranch West AGREEMENT# 36114-09 AGREEMENT DATE: _6~/_17~/_14 ______ _ EXHIBIT"C" HOURLY RATES/ UNIT PRICES FOR IMPROVEMENT SURVEYING & CONSTRUCTION LAYOUT UNIT PRICES: All the unit prices below for completed work and include all incidentals, taxes, manpower, equipment costs, office support, Xeroxing, overhead and profit. Hourly and Unit Rates Principal $ 240.00 1 /Hour Professional Land Surveyor $ / Hour Two Man Survey Crew $ 195.00 _1 __ /Hour Two Man Survey Crew $ __ /Day Three Man Crew $ / Hour Three Man Crew $ =/Day Survey Technician w/Computer $ / Hour Project Manager $ 183.00 1 /Hour Project Engineer $ 156.00 _1 __ /Hour Desisn Ensineer $ 134.00 _1 __ /Hour Autocad Technician $ 126.00 1 /Hour Reimbursable expenses shall include actual expenditures made by the Contractor in the interest of the project for the following: a. Recording fees or other fees paid for securing approval of authorities having jurisdiction over the project. b. Reproductions and documents, excluding copies for the Contractors office use shall be invoiced per sheet (plus postage and handling) as follows. Reproducible Mylars Prints $ 3.00 $ 1.00 54 per sheet ~ persheet All invoices for prints must be accompanied by a print order that indicates project name, sheets requested, by whom, date requested and delivered, signature of recipient. CONTRACTOR INITIALS TOLL BROS, INC. INITIALS: f FORM REV. DATE: 2/20/2012 CZoll GBrothers RISK MANAGEMENT NOTE: The insurance requirements listed below do not include any Indemnification wording. Since the requirements are intended to be added to an existing Contract or Work Order, you should rely on the indemnification in that document. If there is no Indemnification wording, contact Toll Legal for state appropriate wording. Preferred Insurance Requirements for Professional Services Insurance Regnirements I) Prior to commencing the Work, Professional shall maintain at its own expense the following insurance coverages as provided in this Exhibit against claims for injuries to persons or damages to property which may arise out of or result from the performance of the Professional, its consultants or sub-contractors, by anyone directly or indirectly employed by any of them, or by anyone, for whose acts any of them many be liable. 2) The following policies and coverages shall be furnished by Professional. a) Professional Liability (a.k.a Errors & Omissions) coverage in the amount of $1,000,000 with all coverage retroactive to the earlier of the date of this Agreement or the commencement of Professional's services in relation to the Project. Coverage shall not contain any exclusions for Bodily Injury and/or Property Damage. i) Professional Liability deductible or self-insured retention not to exceed $25,000 per claim, unless agreed to in advance by Toll Brothers. b) Commercial General Liability Insurance written on an ISO (or comparable) Occurrence form including a per project aggregate and broad form contractual liability in the amount of: i) Personal liability, Bodily injury and Property damage Each Occurrence $1,000,000 ii) General Aggregate $2,000,000 c) General Liability Deductible or self-insured retention not to exceed $25,000 on a per occurrence basis, unless agreed to in advance by Toll Brothers. d) Professional shall cause Toll Brothers, Inc., Toll Bros., Inc., and their subsidiaries and affiliates ( collectively, "TBI") to be named as additional insureds on all General Liability policies (by specific endorsement thereto) for ongoing operations and shall provide additional insured coverage for TBI to the full limits ofliability purchased by Professional. The additional insured coverage provided to TBI shall apply to "bodily injury" or ''property damage" for the statutory period of limitations for such claims in the state where the Work is performed. o) Comm,oc;,1 Automob;Je Coverage iodmfiog o;;;;;;~; mu!; Professional Preferred Insurance Requirements.doc v 2.5 TOLLBRO~INC.. VP(s):$ T10120fl ();2 %11 GBrothers RISK MANAGEMENT owned automobiles (including medical payments on uninsured motorists coverages) in the minimum amount of$1,000,000 Combined Single Limit for Bodily Injury & Property Damage. f) All vehicle liability policies shall include a specific endorsement naming "Toll Brothers, Inc., Toll Bros, Inc., their subsidiaries and affiliates" as additional insureds with respect to liability arising out of Professional's Work, including but not limited to liability arising out of the existence, driving, loading or unloading of Professional's vehicles g) Automobile coverage provided for the benefit of Toll shall be considered primary and non-contributory, notwithstanding any insurance policies maintained by Toll. In no event shall Toil's own insurance inure to the benefit of Professional h) Workers' Compensation Insurance in the amount not less than the limits required by law, with employers' liability insurance, in a minimum amount of $500,000. i) Umbrella Liability Insurance providing coverage in excess of the limits specified above for Commercial General Liability, Automobile and Employers Liability Insurance (except Worker's Compensation Insurance) in a minimum amount of($ n/a per occurrence and in the aggregate. 3) General Liability, Automobile and Workers Compensation insurance policies must: a) Be endorsed to provide sixty (60) days notice of cancellation, non-renewal and/or material change to Toll Brothers. b) Include an endorsement by which the insurer waives its subrogation rights against Toll. 4) SAFETY PRECAUTIONS/EEO COMPLIANCE: Professional agrees to comply with and has full knowledge of the latest revised Occupational Safety and Health Act (OSHA) and all related Federal, State and Local safety and health regulations, and will work in accordance with the requirements therein contained. Professional's employees must wear OSHA compliant hard hats at all times while at the project. 5) The required policies are to be placed with insurance carriers with a current A.M. Best rating of"B+" or higher and the Financial Size Category (FSC) must be at least IX. 6) Within 30 days of signing this agreement, but before Professional will commence services, Professional shall furnish Toll Brothers with Acord form Certificate of Insurance and a copy of the additional insured endorsements evidencing coverage required under this Agreement. The certificate of insurance and endorsements for each policy are to be signed by a person authorized by the insurer to bind coverage on its behalf. Professional thereafter shall provide Toll with renewal Certificates oflnsurance and endorsements upon each policy renewal for the duration of this Agreement and for two years thereafter. 7) Other Provisions: Professional Preferred Insurance Requirements.doc v 2.5 '"-"""'"'""'& ~Wf Y TOl.l. BROS .• 1:-iC. LDM/P:\I: TOLL BROS., L'liC., VP(s): / 0/20 f J Be CZbJJ ':Brothers RISK MANAGEMENT a) The insurance provisions set out above shall not be considered as a limitation of the liability of Contractor. b) The insurance requirements and amount of policy limits set forth in this Exhibit are minimums. These requirements shall not reduce or limit Additional Insureds' rights under any of Professionals insurance policies which provide broader coverage or greater limits. c) All deductibles and self-insured retention amounts are the responsibility of Professional, and not that of Toll Brothers. d) Except as otherwise provided, it is expressly agreed and understood that the cost of premiums for insurance maintained by Professional shall be at their own expense and shall not be reimbursed by Toll Brothers. e) The required limits may be satisfied by any combination of primary, umbrella or excess liability insurances, provided the primary policy complies with the above requirements and the excess umbrella is following-form. f) The insurance coverage's required by this contract cannot contain any exclusionary language or limitations applicable to the additional insured (Toll), that are not applicable to the named insured. g) No CGL policy shall exclude coverage for Additional Insureds for injuries to any employee of Professional, or employees of any their Subcontractor, Sub-subcontractor or insured, except Additional Insured, under such policy. CGL coverage shall be available to Additional Insureds for "liability over" types of claims which involve injuries to the employees of Professional, any other Subcontractor or Sub-subcontractor or other insured. h) Professional, upon Toil's demand, shall provide Toll with complete copies of any insurance policies that Professional is required to maintain pursuant to this agreement i) Professional agrees to require each of its subcontractors to maintain the insurance coverage requirements and limits required by this Agreement (including Professional Liability), and to name "Toll Brothers, Inc., Toll Bros., Inc., their subsidiaries and affiliates" as additional insureds under each subcontractor's commercial general liability and vehicle liability insurance coverages. j) Professional agrees to obtain from each of its subcontractors a written indemnification and defense substantively identical to the indemnification and defense contained in this agreement, except that such indemnification and defense shall be from each subcontractor for the benefit of Toll. Toll shall be third party beneficiary of such written indemnification and defense. k) The failure of the Professional /Subcontractor with whom this Agreement is placed to fully and strictly comply at all times with the insurance requirements set forth herein shall be deemed a material breach of the Agreement. I) To the extent that any provision of this agreement may be declared unenforceable, such provision shall be deemed stricken as though never part of this agreement; otherwise, every other provision hereof and this agreement shall remain in full force and effect. Professional Preferred Insurance Requirements.doc v 2.5 i), r,u 0--- co,,"TR.&.CTOR tNITIAI.S~-I ~ CJ TOLi. BROS-~C.. LD~I/P!\,I: /,Q/]O/ j TOLL BROS, IJ\iC., VP(s): ~ 'Ga CONFIDENTIALITY AGREEMENT [CONSULTANT] .Confidentiality Agreement (this "Agreement") dated as of 6/17/14 by O'Day Consultants ("Consultant'') in favor of Toll Bros., Inc., Toll Brothers, Inc., and their subsidiaries and affiliates (collectively, "Toll''). Toll is prepared to make available to Consultant certain information which Toll regards as confidential ("Confidential Information") in connection with Robertson Ranch Engineering/ Survey (the "Subject Matter"). As a condition to Toll making such Confidential Information available and in consideration thereof, Consultant agrees as follows: 1. Confidentiality. a. Except as expressly provided in this Agreement, Consultant shall keep the Confidential Information in strict confidence and shall not use the Confidential Information, directly or indirectly, for any purpose whatsoever other than for the Consultant's performance of the services requested by Toll in connection with the Subject Matter. Without limiting the foregoing, Consultant shall not use the Confidential Information for any purpose dettimental to Toll. b. The Confidential Information shall include all information (in whatever format) made available by Toll regarding Toll, its affiliates, or the Subject Matter, including without limitation certain financial information, projections and other proprietary information, the existence of this Agreement, or any discussions between Toll and Consultant, the nature and substance of any such discussions and any work product of Consultant which incorporates any of the foregoing matters. Confidential Information may include certain financial projections and other proprietary information. Confidential Information does not include infonnation which is or becomes generally available to the public other than as a result of a disclosure by Consultant in violation of this Agreement. 2. Reguired Disclosures. In the event that Consultant is requested or becomes legally compelled to make any disclosure which is prohibited or othexwise constrained by this Agreement, Consultant agrees that it will (i) provide Toll with prompt notice of such request(s) so that Toll (at its expense) may seek an appropriate protective order or other appropriate remedy and/or waive compliance with the provisions of this Agreement, and (ii) cooperate with Toll in its efforts to decline, resist, or nan-ow such requests. 3. Return of Documents. At Toil's request, any Confidential Information which has been furnished by Toll to Consultant will be promptly returned to Toll, except any copies of documents which must be retained by Consultant solely for purposes of complying with regulatory requirements or its established document retention policy. 4. Remedies. Consultant further acknowledges and agrees that money damages would be an inadequate remedy for any actual or threatened breach of this Agreement and that Toll shall be entitled to equitable relief, including injunctive relief, to prevent any breach of the provisions of this Agreement, without the necessity of proving actual damages or of posting any bond, and specific perfonnance, as a remedy for any such breach. Such remedies shall not be deemed to be the exclusive remedies for a breach of this Agreement, but shall be without prejudice to and in addition to all other rights and remedies available to Toll. Consultant shall indemnify and hold Toll hannless from and against any loss, claim or V liability (including legal fees) arising from Consultant's breach of this Agreement. In 1:\Contraets\Robcrtson Ranch\O'Dav\S Confidcn1ialilv AR<Cemcnt -Toll Dlsclosin~ to Consult.docx '3<2 1 addition, a breach of this Agreement by Consultant shall be deemed a breach by Consultant under any other agreement with Toll. 5. [Check if Applicable]. Underlying Confidentiality Agreement. All or a portion of the Confidential Information has been delivered to Toll by a third party and is subject to the attached confidentiality agreement (the "Underlying Confidentiality Agreement"). Consultant agrees to be bound by the terms of the Underlying Confidentiality Agreement. 6. Miscellaneous. This Agreement (a) may not be amended or waived except with the written consent of each of the parties hereto; (b) may be executed in one or more counterparts, which may delivered by facsimile or in electronic format; (c) constitutes the entire agreement between the parties with respect to the Subject Matter, and supersedes all prior agreements; (d) shall be binding upon and inure to the benefit of the parties hereto and their respective successors and assigns; and (e) shall be governed by and construed in accordance with the laws of the Commonwealth of Pennsylvania. If the Consultant shall consist of more than one party, Consultant's obligations hereunder shall be joint and several. ~mm, ~ 187 By: Cfl:T&-/~.C.. N , 0 D A-1/ ?~ >. Print Name [Attach Underlying Confidentiality Agreement if Applicable. See No. 5 above] 1:\Conlracts\Robenson Ranch\O'Dav\S Confidcntiolitv Amcmenl -Toll Disclosin2 to ConsuU.docx CONTRACTOR INJTrAJ.Sr ~ TOLL BROS,JNC,, LDM/P~ TOLL BROS.INC• VP?-~ 'I CHANGE ORDER (CO) FORM CO~TRACTOR/VENDOR #: O'Day Consultants -340428 JDE JDE CONTRACT#: 149370 PROJECT NAME: Robenson Ranch TB-Common DA TE: 02/20/2016 CHANGE ORDER#: 03661-149370-026 PROJECT #: 03661 It is mutually agreed that when this Change Order has been signed by the contracting parties. the following changes in the work shall be executed by Contractor in accordance with the Contract Documents \\ithout changing the tenns of the Contract except as herein stipulated and agreed. Name of Change Order: Description of Change: CO CO\'a"S Promo No. 15-0256 dated 12/2115 for $4.540.00. Promo No 16-0004 daac:d li27/l6 for $3.300.00. Promo No.16-0003 dated l.'2i'll6 for SJ.748.00. Promo No. 16-0021 daed 2/9116 for S2.860.00and Promo ~o.16-0018 dated 219il6 for SJ.700.00only: Promo l\'o. 1 S--0256 -Design relocation of exi!lling \1-ater main in ECR in conflict "'itb future SD run. P~ ond process construction chanac with City.• Fixed Fee ofS4,540.00 Promo 1'0. 16-00<M -Prepare exhibit to show removal of RW main in the cul-de-sac ponions of Nelson and Portola.= J'bcro Fee of$3.300.00 Promo l\o. 16-000S -Redesign storm drain and Treatment ba.,;in al ECR and Crutvicw to save large tree and landscaping ow11cd by HOA. "" FIKCd Fee of$3,748.00 Promo 1'0. 16--0021 -Prepare construction change rcqucsacd hy City to extend RW inain through the Tamarack inlcrsectioo.= Ui Fee of $2,860.00 16-0021 is applicable to reach 3C Promo l\o. 16-0018 -Rounduy swvcy to locate the Clic rctainlns wall. 1'eighbors claim -11 encroached and the PL TOTAL S11.148.00 prepared by Kevin Brickley northerly Pl.., prepare drawing lo show found sur;cy points in rcla1ion the dispute with Chchadc. = LS Fee of $3. 700.00 CMWD owns 100% of costs PHASE: 03661030001 COST CODE: 2031 CHA1'GE ORDER AMT: -------------------CHANGE ORDER TOTAL: Days AddedtSubtractcd this Change Order: 0 DAYS (new schedule attached ifnceded) Si18.148.00 $18,148.00 Survc:,, Plan Set Entitled: Prepared By: tast Revised: Slanature Approvals: Toll Bros., Inc. Date: ~ I ,fq11fMI Date: Date: 2'"OPS Signature Date: Required if Over SlS.000 Date: Bob Mccarron or Joe Palka AND Reg Pres Date: Required irOver Sl00,000 Pagi: I vf I TOLL BROS., INC. EXHIBIT Ne• LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE COMMUNITY: SECTION: CONTRM:T DATE: CONTRACTOR: CONTACT/ PHONE: YE«JOR# I COST COOf: 1 2 l. <4. 5. II L ~ B. 7()31 ll. 10. RlllllWOn Ranc:11-•1 n-Randi Wft81 IR'"""" c11-..1 .,,7/2014 O'Dlly C<wunns. ltoc. l3<40428/conlnlCI t 1-4937t) ~--. CONTRACT ITCM UYT 301030001 ProrllG No 11-<12H dated 12/2/15 Promo No 111Jlf11l.tl ;i;.w 1127/18 Promo No·~ 1r.z7/16 Promo No 16.()021 da1led 21911e Promo No 16-0028 ,._..,. 219116 @Sjgo relocatjOn Of eicistirtg wa\t!f m9in line on F.CR Proesm exhibit tii°-sl'low m""'v:>I of A QIY ,, ~.B.W main ill tM eul-dHac p,orllons _ 11 of MISOl1_ 8~jl()rt01tl 13. Rede!lian !IIElrm dr!lin end trelltmenl ,,. bo5inonCCR 15. "'-~re construc:bon ct,anoe 16. ,...,ue.aed bv Cillv 17 ""' •ndarv ~ -to locals the Chehade 18. I\O<lhllr1v Pl 1!1. - 20. 21. ,, CHANGE nunER 28 QI •~TD 'Al I uTAl. Of CONTRACT AND CMANttl< ORDFR!il C'.HANGF ClflOFR ,ti CONTRACT REI.EASE PRfl/lOUS PAYMENT CURRENT PAVMl!N'T QTY&UMT~f RS.EASE Rl!QUESTS RJIILIU!II' llll!tllll!I.T s C D •=D1ra ,, G•F_.B uNir TOTAL QTY TOTAL QTY TOTAL PAYaHT PRICE PRICE PRe\llC>US __ l'M) ••"'Jl!91' S0.00 $0.00 S0.00 S0.00 $9.00 $().00 SOCIO SQQO $(),00 S0.00 0() $().00 --S0.00 S000 $000 SOM ~00 sooo s.o 00 $000 S0.00 1 !td!,40.00 l':.< ~.an.oo sooo S0.00 $0.00 $000 $0.00 1 $3300.0II u~~nn S0.00 $0 00 conn so.oo sooo S0,00 S0.00 sooo 1 $3,748.00 $3 7-18.00 !lllOO SO.DO $0.00 $0.00 sooo 1 S;,AAQQO 52,860 00 $0.00 sooo soop $0.00 $000 1 fl70000 SJ 700 00 S0.00 $0.00 $000 ~M $0.00 ~00 5000 S0.00 $0.00 50,00 ~nM $000 S0.00 S0.00 $000 SO.Oil sooo 1111..a.ao S0.00 $0.00 S5'.17561.00 SO 00 sooo NOTf It US WOOl?l(lJOtJK 11,1,:; LK;Hl SIILL IS AND A CHANUE. ORDER SHEET. TO Ul*ilDE SHEETS 4 $ SELECT "FORIAAT' TH!N "SHEETS' TI-IEN'UNHOF· P4.Yl.lfNT Rraucs1 ii PA(')F1 OF 1 DATE: 2122!20tll 12.21 TOTAL PAYMIHT RB.eAIE REQUESTS TO DATE H•D+F l•H,cB JaHIA ' QTY lOTAL % COST COMP. ' 000 fflM no.. I 0.00 ""M 0% I ; 0.00 $0.00 0% i 0.00 $0.00 0% i 0.00 SO.OD 0% ' nnn S0.00 0% ' 0.00 S0.00 0% 0.00 SO.OD 0% 0.00 ennn Mt. o._oo SO.OD 0% 000 S0.00 0% 000 S()_()O 0% 000 $000 0% ' 000 so.oo 0%---, oou S0.00 0% l -- OQCJ $0.00 0% 0 00 sooo 0% ·-I 000 $000 ll% l 000 $000 0% I 0.00 $000 0% 0.00 sooo 0% 000 sooo ~-000 50099_ 0% 0.00 $0.00 0% Scope I: Toll Brothers Rancho Costera Scope of Work ()~ Promo No. 15..0256 December 2, 2015 Page I of I C,o~')k, o?J,,v \-~' ec-203l-1.<i.1 ~ 2· l't · IC- Fixed fee of$4,540.00 due and payable upon percentage of work completed. A. Design relocation of the existing water main in El Camino Real to extend beyond the stonn drains over the existing box culvert (near Kelly Drive). B. Prepare and process a construction change with the City of Carlsbad. c(:)I\JCl,c:r ~ OU,o) 4£..~ ~. ~ ... , ~Gil. l'!> I Scope I: Toll Brothers Rancho Costera Scope of Work 0~ Promo l\o. 16-0004 January 27, 2015 Page I of I ~').{p 03'M,(· ~( c_c..-.2.0l(-1$".Z.l ~ 'l-,<;,-£':, Fixed fee ofS3,300.00 due and payable upon percentage of work completed. A. Prepare exhibit to show removal of the recycled water main in the cul-de-sac portions of Nelson Ct. and Portola Ct. ~c...k-~\ ~ ~-'i.O ..c, ~Cr-~,,,,,,._ ,'6 / Scope I: Toll Brothers Rancho Costera Scope of Work 0~ Promo No. 16-0005 January 27, 2015 Pagel of I tc ~ ·JL, 03{.i(pl. <::J!;f:> l C.C-.203\·lS' .. Z.I ,I!:> 'l · 'Clw\~ Fixed fee of $3,748.00 due and payable upon percentage of work completed. A. Redesign storm drain and treatment basin at El Camino Real and Crestview. 1::oe, \o L.oc.cf--~ d ~.....,..c.-A-s ~ ./ Scope J: Toll Brothers Rancho Costera Scope of Work ~ Promo ~o. 16-0021 February 9, 2016 Page 1 of I Co .... 2¥ 6~t-M:'.)1 U · 2.0 ~t. IS" Z..I ~ .2-li-t£,. Lump sum fee of $2,860.00 due upon percentage of work completed. A. Prepare construction change to extend the recycled water main in El Camino Real through the Tamarack intersection. ~01 tlMc.b ~ ~ · ?-'T" "1w.., • \l-6 Scope I: Toll Brothers Rancho Costera Scope of Work ()~ Promo No. 16-0018 February 9, 2016 Paget of 1 eo ~ 2k, d~1--0CO( cc -~o.Jt ~ I .rz, ,,,, 2,•fcJ~,"' Lump sum fee of $3,700.00 due upon percentage of work completed. A. Boundary survey to locate the Chehade northerly property line and field survey to locate the retaining wall distance from the property line. Prepare drawing showing found survey points and location of the retaining wall. D~ (h,a ~ u..c,..v.. ,.,, La~. 11(!1 I LAND CHANGE ORDER (CO) FORM CONTRACTORNENDOR #: O'Day Consultants -340428 JDE JDE CONTRACT#: 149370 PROJECT NAME: Robertson Ranch TB-Common DATE: 06/22/2016 CHANGE ORDER#: 03661-149370-032 PROJECT#: 03661 It is mutually agreed that when this Change Order has been signed by the contracting parties, the following changes in the work shall be executed by Contractor in accordance with the Contract Documents without changing the terms of the Contract except as herein stipulated and agreed. Name of Change Order: Description of Change: CO is for Promo No..16-0079 dated 6/2/16 for $6,600.00 and Promo No. 16-0082 dated 6/2/16 for $3,880.00 only: No. 16-0079 -Prepare and process a construction change to revise the new RW Main connection to existing main at Cannon and ECR for a Lump Sum Fee 0($6,600.00 16-0079 is applicable to reach 3A No. 16-0082 -Prepare a construction change to the designed location of the SD inlet by Crestview from a Type B-1 to Type A to avoid existing underground utilities for a Lump Sum of$3,880.00, TOTAL sio,480.oo CMWD owns portion of cost prepared by Kevin Brickley PHASE: 03661030001 COST CODE: 2031 CHANGE ORDER AMT: CHANGE ORDER TOTAL: Days Added/Subtracted this Change Order: 0 DAYS (new schedule attached if needed) $10,480.00 $10,480.00 Swvcy Plan Set Entitled: Prepared By: Last Revised: Signature Approvals: Date: Date: Date: Toll Bros., Inc. 2 • OPS Signature Required if Over SlS,000 Date: Date: Bob McCa:rron or Joe Palka AND Reg Pres Date: Required ifOverSt00,000 Page I of! TOLL BROS., INC. EXHIBIT "B" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE COMMUNITY: RQberlaon .311111 , CHANGE ORDER 32 SECTION: CONTRACT DAT£: 4117n1114 CONTRACTOR: ~ -, 1 CONTACT I PHONE: 949,~1923 I i' VENDOR• ---,""" -•148370 OONTIWrr RELEABI! PA£Vl0U9 PA~INT CURReNTPAYUENT DTY&·--Al!U.1111! -··•--lll!OIJ!lfl' • COST A a C D l!•Dxll F 9•Fix8 CODE ~m!II UNIT Qr( WIT TOTAL QTY 10TAL QTY TOTAL PAYIIENT --,.,,,. ---··-pa.-. _,..;...,. 1. I 3M103D001 I I0.00 lll.00 so.DO 2. 1 ........ 0 No 16-0079 dal8d 11n11 s· SO.DO SO.DO SO.DO 3. Promo No. 1IUIRH da&wt An/ a, SO.DO SO.DO SO.DO .. I SO.DO S0.00 SO.OD 5. 2031 Pre,_,. end nrnr,ooq G:llllnDe 1D nwlse 1 Sflllllll.0() -RfVl.00 !IIIM SO.DO "· Iha ,_ RW main ocnnecllan II : SO.DO snoo SD.00 7. 1-.... main.if:Rnn<lrj and EaR SO.DO I0.00 ID.Oil 8. snoo SO.DO S0,00 9. 2031 Revise t!Minned-oflhe SD 1 13880.00 t'lllllll,00 11100 so.oo 10. Inlet bv Crestview_,,., 11 T-1 1 to SO.DO SO.DO SO.Oil 11. T-A ID avoid exisli~ SO.OD SO.DO SD.OD 12. un61ilies 10.00 SO.DO SO.OD 13. : !1000 SO.DO SO.OD 14. IOJlO SO.DO SO.OD 15. I SO.DO $0.00 S0.00 16. i I0.00 so.oo SO.OD 17. ' S0.00 S0.00 SO.DO 18. l SO.DO so.oo SO.DO 111. !l:0.00 !tt\M !tnnn 20. m.oo SO.DO SO.Oil 21. 'I ' snm SO.OD SO.OD 22. ' I so.oo SO.DO $0,00 CHAN,.."' ORD""" u, 11oan.c,o SD.GO ti'IM TOTAL OF CONTRAC!:1 ANnC MANAE ORDERS Sli!IH.621.00 SO.OD SO.OD PAYMENT REQUEST• PAGE1 OF 1 DATE: 11/22/21118 12:115 TOTAL PAYMENT RELEAII! ,.,nH• H•D+F l•HxB JaHIA QTY TOTAL % NW.T ........ 0.00 SO.DO 0% 0.00 SO.DO MC. 0.00 so.oo 0% 0.00 SO.DO 0% 0.00 SO.OD 0% 0.00 SO.OD °"' 0.00 !11100 0% 0.00 11:n.oo Ml. 0.00 otnno O'llo 0.00 SO.DO 0% 0.00 sn.DO 0% 0.00 SO.OD 0% 0.00 so.oo ()'II, 0.00 111.00 O'll, 0.00 S0.00 ()'II, 0.00 ;o.oo 0% 0.00 o.oo O'II, 0.00 0.00 O'II, o.oo 0.00 0%, 0.00 0.00 0% 0.00 SO.OD ()'II, 0.00 SO.DO ()'II, 0.00 !l:n.M 0% 0.00 SO.DO ()'II, 1be above lilllld ---~ urilp ~ 818 for pmlill 1111Wffl8111 ...... --· The CDIMICIAmaunl. II the I.Janp 5um Amounl(a) -In --a· whlell fflaV notbe-ied --lime. ! ' I NOTE: THIS WOORK800K HAS EIGH~ +EETS J ~~ACHANGEORDERSHEET. TO UNHIOE SHEETS-4-BSELECT'fORMAT"THEH."SHEETS" Tl-jEN 'UNHIOI:". i I I ! I ! I I I Scopel: e.o~ 32., o~~t cc . ;203( -t:S-Z--l tU re/zz-Jt~ Toll Brothers El Camino Real Widening Scope of Work ~ Promo No. 16-0079 June 2, 2016 Page 1 of 1 Lump sum fee of$6,600.00 due and payable upon percentage of work completed. 'ft /' eo~~ 1'Z> &\~ ~ A. Prepare and process a construction change to revise and add the recycled water . main at El Camino Real and Cannon Road. ·-·--·--------------· ---·---·-·--·---· --· ----·---------·-·· --------------·-·--.. ----·---------·--- Scopel: UJ~ '?f1- o.3Ya( -600 ( Promo No. 16-0082 June 2, 2016 Page 1 of 1 &. , 2.D3 \ -i5z..( ('4 <o{ti-)lb Toll Brothers El Camino Real Widening Scope of Work Lump sum fee of$3,880.00 due and payable upon percentage of work completed. A. Prepare construction change to revise the location of and change stormdrain .inlet type to a type "A" to avoid the existing underground utilities (located.on El Camino Real near Crestview). LGC Valley, Inc. Geotechnical Consulting January 12, 2017 Mr. Kevin Brickley Toll Brothers 725 Town and Country Road, Suite 200 Orange, California 92868 Project No. 133023-05 Subject: Summary of the Costs of Geotechnical Services during the Installation and Backfill of the Reclaimed Water Lines, El Camino Real between Cannon Road and Tamarack Avenue, El Camino Real Station No. 444+00 to 495+00 Widening Project, Robertson Ranch, Carlsbad Tract No. 13-03, Carlsbad, California In accordance with your request, LGC Valley, Inc., (LGC) has prepared this letter providing an estimation of the costs of our geotechnical services during the installation and backfill operations of the reclaimed water lines in El Camino Real between Cannon Road (Station No. 444+00) and Tamarack Avenue (Station No. 495+00) in the City of Carlsbad, California. The project daily field reports of the post-grading and street improvement operations of the subject El Camino Real widening project were reviewed to estimate the hours our field technician performed observation and testing operations relative to the reclaimed waterlines of the project. Table 1 presents a summary of the hours and generalized description of work of our geotechnical services during the reclaimed water improvements. The daily reports relative to the observation and testing services during the placement of the reclaimed waterlines are presented in Appendix A. Based on our estimation of 387 field technician hours at a prevailing-wage hourly rate of $103, the estimated cost of our services during the reclaimed waterline placement and backfill is Thirty-Nine Thousand Eight Hundred and Sixty-One Dollars ($39,861). If you should have any questions, please do not hesitate to contact us. The undersigned can be reached at (760) 215-5540. Respectfully submitted, LGC Valley, Inc. Randall Wagner Senior Project Geologist Attachments: Table 1 -Summary of the Costs of Geotechnical Services during the Reclaimed Waterline Placement Operations Appendix A -Field Daily Reports of Reclaimed Waterline Placement Operations Distribution: (1) Addressee (via E-mail) 2420 Grand Avenue, Suite F2 • Vista • CA 92081 • (760) 599-7000 • Fax (760) 599-7007 Table 1 Summary of the Costs of Geotechnical Services during the Reclaimed Waterline Placement Operations Date Hours Description of Work Date Hours Description of Work 01/11/16 5.0 Main Pipe Placement & Shading 03/11/16 4.0 Lateral Backfill & Pavement 01/12/16 5.0 Main Pipe Placement & Shading 03/14/16 4.0 Lateral Backfill & Pavement 01/13/16 4.0 Main Pipe Placement & Shading 03/21/16 1.0 Lateral Backfill 01/14/16 4.0 Main Pipe Placement & Shading 03/22/16 3.0 Pipe Placement & Backfill 01/15/16 5.0 Main Pipe Placement & Shading March Total Hours= 31 01/16/16 7.0 Main Pipe Placement & Shading 04/05/16 3.0 Tie-In Backfill 01/19/16 5.0 Main Pipe Placement & Shading 04/07/16 2.0 AC Patching 01/20/16 4.0 Main Pipe Placement & Shading 04/20/16 9.0 Base & Pavement Placement 01/21/16 6.0 Main Pipe Placement & Shading 04/21/16 9.0 Base & Pavement Placement 01/22/16 8.0 Main Pipe Placement & Shading 04/22/16 8.0 Base & Pavement Placement 01/25/16 8.0 Main Backfill Soil & Pavement 04/25/16 7.0 Main Backfill 01/26/16 8.0 Main Backfill Soil & Pavement 04/26/16 5.0 Main Backfill 01/27/16 8.0 Main Backfill Soil & Pavement 04/27/16 6.0 Main Backfill January Total Hours= 77 04/28/16 5.0 Main Backfill 02/01/16 8.0 Main Backfill Soil & Pavement 04/29/16 6.0 Main Backfill 02/02/16 8.0 Main Backfill Soil & Pavement April Total Hours = 60 02/03/16 6.0 Main Pipe, Shading & Pavement 05/03/16 1.0 Pipe Placement 02/04/16 8.0 Main Pipe Placement & Shading 05/04/16 5.0 Main Backfill 02/05/16 6.0 Main Pipe Placement & Shading 05/09/16 5.0 Min & Tie-In Backfill 02/08/16 7.0 Main Pipe, Shading & Backfill 05/10/16 6.0 Main Backfill & Base 02/09/16 8.0 Main Pipe Placement & Shading 05/12/16 4.0 Main Backfill 02/10/16 6.0 Lateral Placement & Shading 05/13/16 4.0 Main Backfill 02/16/16 8.0 Main Pipe Placement & Shading 05/16/16 3.0 Main Backfill 02/17/16 6.0 Main Pipe, Shading & Backfill 05/17/16 1.0 Pipe Placement 02/24/16 2.0 Value Backfill 05/18/16 3.0 Main Backfill 02/25/16 7.0 Lateral & Value Backfill 05/19/16 4.0 Main Backfill 02/29/16 2.0 Lateral & Value Backfill 05/20/16 1.0 Pipe Placement February Total Hours = 82 05/24/16 2.0 Main Backfill 03/01/16 2.0 Lateral Backfill 05/25/16 2.0 Main Backfill 03/02/16 2.0 Lateral Backfill 05/26/16 6.0 Main Backfill 03/03/16 2.0 Lateral Backfill 05/27/16 2.0 Main Backfill 03/08/16 1.0 Pipe Placement May Total Hours = 49 03/09/16 4.0 Pipe Backfill 03/10/16 8.0 Backfill & Pavement Project No. 133023-05 Page2 January 12, 2017 Table 1 (continued) Summary of the Costs of Geotechnical Services during the Reclaimed Waterline Placement Operations Date Hours Description of Work Date Hours Description of Work 06/01/16 2.0 Lateral & Main Backfill 08/10/16 4.0 Tie-In Backfill 06/02/16 3.0 Main Backfill 08/11/16 2.0 Tie-In Backfill 06/03/16 3.0 Main Backfill 08/12/16 2.0 Tie-In Backfill 06/07/16 3.0 Main Backfill 08/15/16 2.0 Tie-In Backfill 06/28/16 2.0 Pipe Placement 08/31/16 2.0 Encasement June Total Hours= 13 August Total Hours = 35 07/01/16 2.0 Lateral Backfill 09/01/16 1.0 Pipe Placement 07/05/16 2.0 Main Backfill 09/06/16 3.0 Backfill 07/06/16 2.0 Lateral Backfill 09/07/16 2.0 Base Placement 07/11/16 3.0 Main Backfill 09/14/16 7.0 Base & Pavement 07/29/16 6.0 Base & Pavement 09/15/16 4.0 Base & Pavement July Total Hours= 15 09/16/16 4.0 Base & Pavement 08/01/16 5.0 Backfill, Base & Pavement 09/20/16 1.0 Lateral Backfill 08/02/16 5.0 Base & Pavement 09/21/16 2.0 Lateral Pavement 08/03/16 8.0 Base & Pavement 09/23/16 1.0 Pavement 08/04/16 5.0 Base & Pavement September Total Hours = 25 TOTAL FIELD TECHNICIAN HOURS= 387 Project No. 133023-05 Page3 January 12, 2017 Appendix A Field Daily Reports of Reclaimed Waterline Placement Operations Project No. 133023-05 Page 4 January 12, 2017 LGC Valley, Inc. Geotechnical Consulting January 12, 201 7 Mr. Kevin Brickley Toll Brothers 725 Town and Country Road, Suite 200 Orange, California 92868 Project No. 133023-05 Subject: Summary of the Costs of Geotechnical Services during the Installation and Backfill of the Reclaimed Water Lines, El Camino Real between Cannon Road and Tamarack Avenue, El Camino Real Station No. 444+00 to 495+00 Widening Project, Robertson Ranch, Carlsbad Tract No. 13-03, Carlsbad, California In accordance with your request, LGC Valley, Inc., (LGC) has prepared this letter providing an estimation of the costs of our geotechnical services during the installation and backfill operations of the reclaimed water lines in El Camino Real between Cannon Road (Station No. 444+00) and Tamarack Avenue (Station No. 495+00) in the City of Carlsbad, California. The project daily field reports of the post-grading and street improvement operations of the subject El Camino Real widening project were reviewed to estimate the hours our field technician performed observation and testing operations relative to the reclaimed waterlines of the project. Table 1 presents a summary of the hours and generalized description of work of our geotechnical services during the reclaimed water improvements. The daily reports relative to the observation and testing services during the placement of the reclaimed waterlines are presented in Appendix A. Based on our estimation of 387 field technician hours at a prevailing-wage hourly rate of $103, the estimated cost of our services during the reclaimed waterline placement and backfill is Thirty-Nine Thousand Eight Hundred and Sixty-One Dollars ($39,861). If you should have any questions, please do not hesitate to contact us. The undersigned can be reached at (760) 215-5540. Respectfully submitted, LGC Valley, Inc. Randall Wagner Senior Project Geologist Attachments: Table 1 -Summary of the Costs of Geotechnical Services during the Reclaimed Waterline Placement Operations Appendix A -Field Daily Reports of Reclaimed Waterline Placement Operations Distribution: (1) Addressee (via E-mail) 2420 Grand Avenue, Suite F2 • Vista • CA 92081 • (760) 599-7000 • Fax (760) 599-7007 Table 1 Summary of the Costs of Geotechnical Services during the Reclaimed Waterline Placement Operations Date Hours Description of Work Date Hours Description of Work 01/11/16 5.0 Main Pipe Placement & Shading 03/11/16 4.0 Lateral Backfill & Pavement 01/12/16 5.0 Main Pipe Placement & Shading 03/14/16 4.0 Lateral Backfill & Pavement 01/13/16 4.0 Main Pipe Placement & Shading 03/21/16 1.0 Lateral Backfill 01/14/16 4.0 Main Pipe Placement & Shading 03/22/16 3.0 Pipe Placement & Backfill 01/15/16 5.0 Main Pipe Placement & Shading March Total Hours= 31 01/16/16 7.0 Main Pipe Placement & Shading 04/05/16 3.0 Tie-In Backfill 01/19/16 5.0 Main Pipe Placement & Shading 04/07/16 2.0 AC Patching 01/20/16 4.0 Main Pipe Placement & Shading 04/20/16 9.0 Base & Pavement Placement 01/21/16 6.0 Main Pipe Placement & Shading 04/21/16 9.0 Base & Pavement Placement 01/22/16 8.0 Main Pipe Placement & Shading 04/22/16 8.0 Base & Pavement Placement 01/25/16 8.0 Main Backfill Soil & Pavement 04/25/16 7.0 Main Backfill 01/26/16 8.0 Main Backfill Soil & Pavement 04/26/16 5.0 Main Backfill 01/27/16 8.0 Main Backfill Soil & Pavement 04/27/16 6.0 Main Backfill January Total Hours = 77 04/28/16 5.0 Main Backfill 02/01/16 8.0 Main Backfill Soil & Pavement 04/29/16 6.0 Main Backfill 02/02/16 8.0 Main Backfill Soil & Pavement April Total Hours = 60 02/03/16 6.0 Main Pipe, Shading & Pavement 05/03/16 1.0 Pipe Placement 02/04/16 8.0 Main Pipe Placement & Shading 05/04/16 5.0 Main Backfill 02/05/16 6.0 Main Pipe Placement & Shading 05/09/16 5.0 Min & Tie-In Backfill 02/08/16 7.0 Main Pipe, Shading & Backfill 05/10/16 6.0 Main Backfill & Base 02/09/16 8.0 Main Pipe Placement & Shading 05/12/16 4.0 Main Backfill 02/10/16 6.0 Lateral Placement & Shading 05/13/16 4.0 Main Backfill 02/16/16 8.0 Main Pipe Placement & Shading 05/16/16 3.0 Main Backfill 02/17/16 6.0 Main Pipe, Shading & Backfill 05/17/16 1.0 Pipe Placement 02/24/16 2.0 Value Backfill 05/18/16 3.0 Main Backfill 02/25/16 7.0 Lateral & Value Backfill 05/19/16 4.0 Main Backfill 02/29/16 2.0 Lateral & Value Backfill 05/20/16 1.0 Pipe Placement February Total Hours = 82 05/24/16 2.0 Main Backfill 03/01/16 2.0 Lateral Backfill 05/25/16 2.0 Main Backfill 03/02/16 2.0 Lateral Backfill 05/26/16 6.0 Main Backfill 03/03/16 2.0 Lateral Backfill 05/27/16 2.0 Main Backfill 03/08/16 1.0 Pipe Placement May Total Hours = 49 03/09/16 4.0 Pipe Backfill 03/10/16 8.0 Backfill & Pavement Project No. 133023-05 Page2 January 12, 2017 Table 1 (continued) Summary of the Costs of Geotechnical Services during the Reclaimed Waterline Placement Operations Date Hours Description of Work Date Hours Description of Work 06/01/16 2.0 Lateral & Main Backfill 08/10/16 4.0 Tie-In Backfill 06/02/16 3.0 Main Backfill 08/11/16 2.0 Tie-In Backfill 06/03/16 3.0 Main Backfill 08/12/16 2.0 Tie-In Backfill 06/07/16 3.0 Main Backfill 08/15/16 2.0 Tie-In Backfill 06/28/16 2.0 Pipe Placement 08/31/16 2.0 Encasement June Total Hours = 13 August Total Hours = 35 07/01/16 2.0 Lateral Backfill 09/01/16 1.0 Pipe Placement 07/05/16 2.0 Main Backfill 09/06/16 3.0 Backfill 07/06/16 2.0 Lateral Backfill 09/07/16 2.0 Base Placement 07/11/16 3.0 Main Backfill 09/14/16 7.0 Base & Pavement 07/29/16 6.0 Base & Pavement 09/15/16 4.0 Base & Pavement July Total Hours = 15 09/16/16 4.0 Base & Pavement 08/01/16 5.0 Backfill, Base & Pavement 09/20/16 1.0 Lateral Backfill 08/02/16 5.0 Base & Pavement 09/21/16 2.0 Lateral Pavement 08/03/16 8.0 Base & Pavement 09/23/16 1.0 Pavement 08/04/16 5.0 Base & Pavement September Total Hours = 25 TOTAL FIELD TECHNICIAN HOURS= 387 Project No. 133023-05 Page 3 January 12, 2017 Appendix A Field Daily Reports of Reclaimed Waterline Placement Operations Project No. 133023-05 Page4 January 12, 2017 Community: Robertson Ranch #3661 Section: Common Contract: 366114-02 AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES (ROBERTSON RANCH #3661) This Agreement, made and entered Into this 26 day of .Mm:Qn, 2014 by and between Toll Bros., Inc. (hereinafter "Toll"), and LGC Valley, Inc. (hereinafter "Consultant'), In consideration of the mutual promises contained herein, and based upon the provisions set forth above, the parties agree as follows: Section 1. Contract Documents The Contract Documents consist of and include: a) This Agreement. b) All Exhibits referenced within or attached to this Agreement. c) All insurance and security required by operation of law or this Agreement. d) All approved Change Orders. · e) An applicable governmental and agency ordinances, standards, policies, regulations, resolutions, conditional approvals, rules and permit conditions, whether or not specifically named as part of the Contract Documents. The Contract Documents form the contract between Toll and Consultant, and all are Incorporated into this Agreement. Throughout the remainder of this Agreement, the "Contract Documents" shall refer to each and every document referred to in this section Section 2. Services Toll hereby retains Consultant to provide, and Consultant agrees to provide, the services described on Exhibit A, attached to this Agreement. The services described on Exhibit A are referred to throughout the remainder of this Contract as ''the Services." Consultant shall perform everything required to be performed In the Contract Documents In the manner it is required to be performed. The Services will be provided only by the Consultant and its advisory or support consultants, if any, who are specifically designated on Exhibit A, and the substitution or addition of any advisory or support consultants is subject to Toil's prior review and written approval. If a proposed substitution or addition of any advisory or support consultant is denied by Toll, Consultant shall have the opportunity to propose an alternative advisory or support consultant for consideration by Toll. All Services which are rendered to Toll by Consultant, or by Consultant's advisory or support consultants, shall be governed by the Contract Documents.-Consultant agrees that the Services are- professional services and shalt be rendered by qualified and competent professionals experienced in renderipg professional services of the same type and shall conform to the highest professional standards. Consultant further certifies that Services will be provided by duly licensed professionals in accordance with all applicable Federal, State and Local laws. The comprehensive duties of Consultant required under the Contract Documents are referred to hereafter as "the Work." Agreement for Professional Consultant Services REVISION DATE: June 19, 2012 0, . ',,,,..--J •{,!" ',i~ ... ,/. .I.. '· t,..1_., ·-'< '': I: Consultant:~ Toll Bros.,Inc.: ·1 Toll Bros.,Inc.: Page 1 of 10 11L) p~ ;-·· Community: Robertson Ranch #3661 Section: Common Contract: 366114·02 AGREEMENT FOR PROFESSIONAL CONSUL TANT SERVICES (ROBERTSON RANCH #3661) This Agreement, made and entere<t Into this 2§ day of Mamhi 2014 by and between Toll Bros., Inc. (hereinafter "Toll"}, and LGC Valley, Inc. (hereinafter "Consultanf'), In consideration of the mutual promises contained herein, and based upon the provisions ~et forth · above, the parties agree as follows: Section 1. contract Documents The Contract Doouments consist of and lnf?lude; a) This Agreement. b) All Exhibits referenced within or attached to this Agreement. c) All Insurance and security required by operation of law or this Agreement. d) All approved Change Orders. · e) All appllcable governmental and agency ordinances, standards, poJlcies, regulations, resolutions, condHlonal approvals, rules and permit conditions, whether or not speclff cally named as part of the Contract Documents. The Contract Documents form the contract between Toti and Consultant, and all are Incorporated Into this Agreement. Throughout the remainder of this Agreement, the hcontract Documents" shall refer to each and every document referred to In tills secUon Section 2. ServlceJ! Toll hereby retains Consultant to provide, and Consultant agrees to provide, the services described on ExhlbJt A, attached to this Agreement. The services described on Exhibit ·A are referred to throughout the remainder of this Contract as 0the Services." Consultant shall perform eve,ythlng required to be perfonned In ihe Contract Documents In the manner It Is required to be performed. The Services will be provided only by the Consultant and Its advisory or support consultants, If any, who are specffloally designated on Exhibit A, and the substitution or addition of any-advisory or support consultants Is subject to Tolrs prior review and written approval. If a proposed substitution or addlUon of any ·advisory or support consultant Is denied by ioll, Consultant shall have the opportunity to propose an alternative advlso,y or support consultant for consideration by Toll. All Se1Vlces which are rendered to Toll by Consultant, or by Consultant's advisory or support · oonsultants,-shall be-governed by-the·Gontracit Bocumen~.-Consultant agrees·lhat 1he·Seivlces· are·- professlonal·se1VICGs antt aha» be rendered-by qualified and competent professionals experienced In rendering professlonaJ seivlces of the same type end shalt conform to the highest professional standards, Consultant further certifies that Services wllJ be provided by duly licensed professionals In accordance with all applicable Federal, State and Local laws. The comprehensive duUes of Consultant required under the Contract Documents are referred to hereafter as "the Work." · .••• .....___, ..... ., "'"*". ,, ........ "~" Agreement for Professional Consultant SeNlces REVISION DATE: June 19, 2012 Consultant;~ Toll Bros.,Inc.: Toll Bros.,Jnc,: Page 1 of 10 .'iJtJ r ~ ~ i f, I' Community: Robertson Ranch #3661 Section: Common Contract: 366114-02 If Consultant is directed by a statutory agency, determines on its own discretion or Is informed by someone with relevant authority or otherwise decides, that a particular item of Work, is not appropriate or necessary, Consultant will immediately Inform Toll in writing of this opinion. Toll will determine in its sole discretion whether it concurs with this opinion, and will advise if Consultant Is still to perform said item, aspect or term of the Work, or if a Change Order Is warranted. Acceptance by Toll of the Work, or any part of It, does not operate as a release of Consultant from any professional responsibility or liability. It is further understood and agreed that Consultant has reviewed in detalt the Work to be performed under this Contract and agrees that, in its professional judgment, the Work can and shall be completed for a fee not to exceed the amounts set forth in Exhibit A of this Contract. Section 3. Schedule Consultant shall not commence the Work until after receipt of a Notice to Proceed issued by Toll. Consultant shall thereafter commence the Work within five calendar days of receipt of such Notice and complete the Work using Consultant's best efforts and with the utmost diligence. The Work shall be completed within the time frame shown on Exhibit A and as may be refined below. Time is of the essence with respect to all time periods. As a requirement of the Work, Consultant shall provide a realistic time line schedule that reflects (as a duration from a start date) the approvals sought, durations of each design phase, including any coordination with other consultants, internal review time allowances, and statutory agency review times, with the end date (time) being the completion of the Services. The Consultant shall keep Toll timely advised of the progress of the Work and shall notify Toll immediately In writing of any delay, and the causes therefor, which may prevent the Work from being completed within the specified time line. In the event of any delay, Consultant shall immediately provide an adjusted time llne schedule to Toll for review and approval. Toll shall acknowledge in writing if it accepts or rejects Consultant's proposed time schedule adjustment. SectJon 4. Reyislons Consultant shall provide, at no additional cost to Toll, all revisions to any plans, specifications or documents as may be requested by each or any of the approving agencies as necessary to conform to published technical requirements and standards of the approving agency and to obtain a finding of complete application. The cost of all reproductions (including, but not limited to, prints, photocopying, delivery, etc.) required to perfect a complete and conforming application shall be borne by Consultant. Consultant will attempt to minimize the need for any revisions by investigating the design criteria and preferences of all approving agencies prior to beginning design. Revisions to any plans, specifications or documents, when requested by Toll in writing, required due to changes in the project scope described on Exhibit A, shall be compensated for as Extra Work as defined herein under Section 6 (Extra Work). Agreement for Professional Consultant Services REVISION DATE: June 19, 2012 ConsultantT .a Toll Bros.,Inc.: . Toll Bros.,Inc.: Page2of10 ~ cf Community: Robertson Ranch #3661 Section: Common Contract: 366114-02 Section 5. Change Orders a) Changes Requested by Toll, Toll reserves the right to make such alterations, deviations, additions to or omissions from the Contract Documents (including the right to increase or decrease the quantity of any item or portion of the Work or to omit any item or portion of the Work) as may be deemed by Toll to be necessary or advisable and to require such extra work as may be determined by Toll to be required. Any and all changes in the Contract Documents require a Change Order, even if cost or time are not affected. Change Orders shall be In writing and Issued under and subject to the Contract Documents unless expressly noted otherwise in the Change Order. No change to the Work will act to modify the Contract Documents unless executed on the Change Order form Incorporated within these Contract Documents as Exhibit B. Any claim for extension of time and/or additional costs caused thereby shall be expressly addressed in and governed by a Change Order. All such changes will be Issued Initially to the Consultant as a proposed Change Order and will specify, in addition to the work to be done in connection with the change made, adjustment of contract time 0ustifiably supported by the most recent time line schedule), if any, and the basis of compensation for such work. All Change Orders will be prepared by Toll and presented to the Consultant for its acceptance and signature. A Change Order will become effective when approved by Toll (even if declined by the Consultant). Upon receipt of an approved Change Order, the Consultant shall proceed with the ordered work. Consultant shall not make any changes or modifications in the Work or in any way cause or allow the Work to deviate from the Contract Documents without written direction from Toll. If Consultant makes any changes or other modifications in the Work without written direction from Toll, such change or modification constiMes an agreement by Consultant that it will not be paid for that changed work, even if it received oral directions from Toll or any of Tell's representatives. In addition, Consultant shall be liable for any and all losses, costs, expenses, damages, and liability of any nature whatsoever arising out of any change or modification it makes without written direction or authorization from Toll. It is further understood that no change, modification to, or deviation from the Contract Documents shall release or exonerate, in whole or in part, any Insurance or any surety given in connection with the project, and no notice is required to be given by Toll to such insurance or surety companies of any change, modification, or deviation. b) Changes requested by the Consultant. Changes requested by the Consultant to the Work shall be made only In writing. Approved changes shall be made by written Change Orders In accordance with the conditions detailed above. Nothing herein shall be construed as granting a right to the Consultant to demand acceptance of such changes. Toll reserves the exclusive right to accept or to reject any change requested by the Consultant Agreement for Professional Consultant Services REVISION DATE: June 19, 2012 Consultant:/1-L 11-:- Toll Bros.,Inc.:~ Toll Bros.,Inc.:~.1 Page3of10 1£€ f Community: Robertson Ranch #3661 Section: Common Contract: 366114-02 c) Compensation for Changes. The Item Prices as set forth In the Consultant's accepted proposal shall be used as the. basis.In determining Increases or decreases of compensation to be made for any alterations, deviations, additions, or deletions. Where the Item Price does not apply, compensation for alterations; deviations, additions, or deletions shall be based on one or more of the following methods: (1} By a unit price in-the Consultant's accepted proposal for a similar item of work or on a new unit price as subsequently agreed upon. (2) By Actual Cost plus percentage or by Actual Cost plus a fixed fee. Actual Costs shall be determined as defined in Section 18 (Labor and Expense Records). (3) By an agreed on lump-sum price. (4) By an agreed on hourly rate/ not to exceed cost. d) Eliminated Items. Should any of the work be eliminated, payment will be made to the Consultant for Actual Costs incurred In connection with such eliminated work If incurred prior to the date of notification in writing by Toll of such elimination. Actual Costs shall be determined as defined in Section 18 (Labor and Expense Records). No payment will be made for anticipated profits on work which is deleted. Eliminated items will be processed into an approved Change Order. e) Change Order Compensation Protest Procedure. A Change Order approved by Toll may be issued to the Consultant at any time. The Consultant shall be required to proceed with the ordered changes to the Work as may be deemed by Toll to be necessary or advisable. Should the Consultant disagree with the compensation set forth In an approved Change Order, which it has not executed or refuses to execute on that ground, Consultant shall submit a written protest to Toll within fifteen (15) calendar days after the receipt of such approved Change Order and shall state therein any and all reasons for such protest. The submission of a written protest shaft In no way excuse the Consultant from the requirement to expeditiously proceed with the ordered changes to the Work. If a written protest is submitted within the time frame specified above, Toll and Consultant agree to meet within fifteen (15} calendar days of receipt by Toll of such written protest in an effort to resolve the dispute. If the dispute has not been resolved within an additional fifteen (15) calendar days after the first meeting, then Toll and Consultant agree that the process for this dispute resolution shall be in accordance with the terms and conditions specified in Section 19 (Dispute Resolution) with the written protest described above serving as the written notice required under Section 19. If a written protest Is not submitted within the time frame specified above, payment and/or time extensions, if any, will be made as set forth In the Change Order and such payment and/or time extensions shall constitute full compensation for ali ordered changes to the Work included therein or required thereby. Coasu,p; Toll Bros.,Inc.: Toll Bros.,Inc.: · Agreement for Professional Consultant Services REVISION DATE: June 19, 2012 Page4 of 10 fl£ <l Community: Robertson Ranch #3661 Section: Common Contract: 366114-02 Section 6. Extra Work New and unforeseen work will be classified as Extra Work when determined by Toll that such work Is not covered by any of the various items in the accepted proposal or by the combination of such items. Extra Work also includes all work specifically designated as Extra Work in the Request for Proposals, If any. The Consultant shall do such Extra Work and furnish labor, materials, and equipment therefore only upon receipt of an approved Change Order from Toll. The Consultant shall not be entitled to payment without an approved Change Order as specified In Section 5 (Change Orders). Section 7. Payment Toll agrees to pay Consultant for the completion of the Work in strict accordance with the payment amounts shown on Exhibit A. No increased payments will be made on account of any overtime hours worked by Consultant or its advisory or support consultants. Unless otherwise specified on Exhibit A, Consultant fees are considered to be "lump sumH contract fees. Consultant shall bill Toll monthly for Work completed. Consultant's invoices shall specify each line item from the scope of work and the amount being billed towards that line item. Any billings for approved Extra Work shall be invoiced separately from the original scope of work items. Upon Its approval of the Consultant's monthly estimate of Work completed, Toll agrees to pay to Consultant the amount billed, as properly payable for the Work performed in the period covered thereby (as increased or decreased by Change Orders), less the aggregate of all previous payments. A final payment shall not be paid to Consultant until the Services described on Exhibit A have been completed and all materials have been provided to Toll as required under Section 9 (Ownership of Materials). Changes in fees due to a change in the scope of work must be authorized by an approved Change Order. If Consultant chooses to work In the absence of a pre-authorized Change Order, said work shall be considered within the scope of the overall Work and no additional compensation will be provided. Section 8. Contract Termination Toll or the Consultant may terminate this Agreement or any of the Services of Consultant at any time, with or without cause, upon written notice of termination as specified below. Upon seven (7) calendar days written notice to the Consultant by Toll, Consultant shall cease providing the Work as directed by Toll. Commitments for services from support consultants shall be concluded as expeditiously and economically as possible, unless otherwise directed by Toll. If Toll selects an alternate provider of the Services, Consultant shall cooperate with the alternate provider so that the transfer of responsibility may occur as quickly as possible without disruption of Toll's business. Consultant shall in any case be entitled to payment in full for the Actual Costs In connection with all Services it performs until termination of performance has occurred. Consultant's Actual Costs shall be determined as defined in Section 18 (Labor and Expense Records). Upon thirty (30) calendar days written notice to Toll by the Consultant, Consultant may terminate this Agreement or any of the Services of Consultant. In the event of termination by Consultant, any work in progress shall be completed by the Consultant if requested by Toll, regardless of the thirty (30) calendar day limitation. Following termination, Consultant will provide reproducible Mylars and computer files of completed work as required under Section 9 (Ownership of Materials). In consideration of the additional expense and delay to Toll in acquiring an alternate provider, the -amounno be considered-as properly payabletcrcorfsultant for theWork ·petformea\vllr fie equaf fo Consultant's Actual Costs minus a twenty percent (20%) reduction. Consultant's Actual Costs shalull 4 r be determined as defined In Section 18 (Labor and Expense Records). T 1c1 Bons tal ntrV!:~ o ros., nc.: Toll Bros.,Inc.: Agreement for Professional Consultant Services Page 5 of 10 . ~e REVISION DATE: June 19, 2012 f/ Community: Robertson Ranch #3661 Section: Common Contract: 366114-02 In the case of termination by either Toll or Consultant, Actual Costs for items of Work performed shall not exceed the costs for those items shown on Exhibit A. Termination shall not constitute a release of liability for any services provided under this Agreement prior to termination. Payment shall not relieve the Consultant of liability for defective work. Section 9 Ownership of Materials All materials produced or purchased at Tofl•s expense by Consultant, or its approved advisory and support consultants, shall be the property of both Toll and the Consultant. Consultant, or its advisory and support consultants, shall not provide said materials to any other party or persons without the expressed written consent of Toll. Toll shaH be the co-owner of any work product created, produced, developed, prepared or submitted by Consultant to Toll under this Agreement Toll shall also be the owner of all intellectual property rights in such work product, including all rights of copyright therein. It is the intention of Consultant and Toll that the work product Is a "work for hiren as that term is defined in the federal Copyright Act. Moreover, Consultant hereby agrees to assign, and by these presents does assign, to Toll, as co-owner, all of Consultant's worldwide right, title and Interest in and to such work product and all rights of copyright therein. If the work product consists of plans and specifications for physical structures, then Toll will indemnify Consultant from any claim for property damage or personal injury arising from the use of the plans and specifications for any purpose other than the purpose for which they were originally produced. As co-owner of any work product created, produced, developed, prepared or submitted by Consultant to Toll under this Agreement, Consultant shall maintain adequate access to and preserve such work product In accordance with all standard practices and any applicable laws or regulations. Consultant shall provide Toll with deliverables as detailed in Exhibit A. When the Consultant completes the Services, as described in Exhibit A, and is paid in full for all approved invoices, Consultant shall, within 30 calendar days, provide Toll with one set of any drawings produced by Consultant. Consultant shall provide said drawings in the format or formats requested by Toll, which may include, but is not limited to, AutoCAD file format or other electronic formats, or In hard copy. Consultant hereby authorizes the use of above drawings by Toll, or Toil's designated consultant, for the purpose of preparing as-built data. Consultant hereby authorizes the use of above AutoCAD· Electronic Files or any other files (herein after referred to as Electronic Flies) by Toll, or Tofl's designated consultant, for the purpose of obtaining services beyond the scope of this Agreement. Consultant makes no warranties, expressed or Implied, concerning the accuracy, correctness or completeness of the Electronic Files except for those warranties required under this Agreement by the Services described on Exhibit A. Consultant makes no warranties or guarantees, expressed or implied that the means or media of electronic transfer of the Electronic Fifes is free of computer virus. Toll acknowledges that Toll has sole responsibility for assuring that the means and media of electronic transfer of the Electronic Files Is free of any viruses. Section 10. Intellectual Property Consultant agrees that all trademarks, trade names, servli marks, logos, or copyrighted materials of Toll that Consultant is permitted to use in connectlon1 ft11ta1 nt~::kJ-Tot ros., nc.: Toll Bros.,Inc.: Agreement for Professional Consultant Services Page 6 of 10 ('/,, '((! REVISION DATE: June 19, 2012 G Community: Robertson Ranch #3661 Section: Common Contract: 366114-02 the Work are used by consent of Toll and shall remain the sole and exclusive properties of Toll, or its affiliates, and this Agreement does not confer upon Consultant any right or interest therein or in the use thereof. Section 11. Performance Review, During the duration of this Agreement, Consultant and Toll shall meet as frequently as either party deems necessary to review Consultant's performance of the Work. This provision Is part of Consultant's obligation under the Work and wlll be performed at no additional cost to Toll. Section 12. Permits Licenses and Releases Consultant shall use its best efforts to obtain all pennits, ncenses, releases, or other authorizations required to use drawings, plans, photographs, copyrighted materials, art work, or any other property or rights belonging to third parties that are required for use In performing the Work. Toll shall cooperate with Consultant In obtaining any such permit, license, release or other authorization. Section 13. Supervision and Field Observation Consultant shall supervise the performance of support consultants retained by it as part of its obligation under the Work and at no additional cost to Toll. When requested to do so, Consultant will provide field observation for support consultants retained by Toll in connection with the Work. This service shall be considered Extra Work and will be compensated for as defined under Section 6 {Extra Work). Section 14. Insurance For as long as this Agreement shall be in effect, unless otherwise agreed to in writing by Toll, Consultant shall maintain, with companies satisfactory to Toll, types of insurance at minimum limits as listed in the Insurance Requirements for Professional Services attached to this . Agreement. /' fo--,.,_\l 1-f.!wtS '1Ct ,,_,,-/(),~,:h) +c ro ... ~tto.,+'s Pw!/..,_!,{,fv,,t-f L,alo,f;/1 1,-,swa .. ~ : Section 16. Indemnification Consultant hereby agree1j4,,to indemnify, hold harmless, and defend ~r:-, {including the payment of attorneys' fees) Toll and its officers, directors, employees, and agents from ® '/J:» and against any and all claims, liabilities, litigation, causes of action, damages, costs, expenses, 4 attorneys' fees and judgments arising directly or indirectly from any breach by Consultant of this ( Agreement or relating to the Work or this Agreement. Section 16. ConfidentfaHty All information acquired by Consultant, including materials prepared by Consultant, concerning the subject of the Work or Toll's intentions with respect thereto, shall be considered Confidential Information which Consultant shall not disclose to others without Toll's written consent. Disclosure to Consultant's employees and other professional advisors who agree to be bound by the terms of this paragraph is permitted when required In connection with the Work. Upon the conclusion of the Work, Consultant shall return all Confidential Information to Toll or shall certify to Toll that all Confidential Information has been destroyed, except to the extent required by Section 18. In addition, Consultant agrees that ideas or concepts under consideration by Toll and disclosed to or developed-byCon-saltant are confidential and proprietary to Tolrand maynoflie ulilfzecf6f -·· · Consultant for any purpose other than in connection with the Work nor disclosed to any third partv 1 t~' Col\su tan . ~ Toll Bros.,Inc.: Agreement for Professional Consultant Services REVISION DATE: June 19, 2012 Toll Bros.,Inc.: Page 7 of 10 p/ ' \ Community: Robertson Ranch #3661 Section: Common Contract: 366114-02 unless authorized in writing by Toll. Consultant agrees to commit its employees, advisors and consultants to protect the confidential and proprietary nature of these Ideas and concepts. Consultant understands that this Confidentiality Agreement is a material part of the contractual Agreement between the Consultant and Toll and that Toll would not have entered into the contractual Agreement if Consultant had not agreed to the terms set forth herein. Section 17. Waiver The failure of Toll to require the strict performance of any provisions of this Agreement in any one or more instances, or to exercise Its rights hereunder or at law or equity, shall not be construed as and shall not constitute a waiver or relinquishment of any such provision or rights, and such provisions and rights shall continue in full force and effect. Section 18. Labor and Expense Records Consultant agrees that It will maintain records and books of account reflecting all expenses, reimbursements, fees and other charges Invoiced to Toll, including supporting documentation, according to generally accepted accounting principles consistently applied for a period of at least two (2) years after the Work is completed or terminated, and that Toll shall have the right to inspect and audit such books, records and supporting documentation at Consultant's office, including any and all correspondence, contracts, books, accounts, and other materials prepared or held by Consultant that are directly related to Its performance of the Work. If any overcharges are discovered, Consultant agrees to refund promptly the overcharge to Toll, plus interest at the rate of twelve percent (12%) per annum. The Consultant shall submit, prior to the commencement of the Work, a listing of the hourly labor billing rates for all work classifications which the Consultant contemplates utilizing for the Work. This list shall be periodlcany updated as any changes occur as well as a list of specific individuals expected to perform the Work, including their hourly rates. Consultant agrees that it will keep an accurate labor record, showing the name, work classification, hours worked each day and week, and the hourly billing rates for each worker employed by it in connection with the Work. These labor records shall be made available for inspection by Toll at all reasonable hours at the principal office of the Consultant and shall be certified by the Consultant if requested by Toll. For the purposes of this Agreement, "Actual Cost" for an item of work shall be defined as the specific labor cost (hourly billing rate times the number of hours worked) for each work classification dedicated to that item of work plus the cost of any directly associated fees or reimbursements. Section 19. Dispute Resolution Toll and Consultant agree that if a dispute between them arises concerning any aspect of performance by either party under the terms of this Agreement; prior to seeking any other remedies Including through arbitration or litigation (except any proceedings for an injunction to enforce the tenns of Section 9 (Ownership of Materials)}, the aggrieved party shall give written notice to the other party describing the disputed Issues and the reasons why the aggrieved party Is entitled to the resolution of those Issues sought. Within thirty (30) calendar days after the receipt of such a notice, the parties shall meet In an effort to resolve the matters In dispute. If after such meeting any aspect of the dispute remains unresolved for a period of an additional thirty (30) calendar days, one deslgnee with appropriate authority from each party who has not been directly involved lrrth-e-negotlatlon or perfotma·nceunderthis Agreemenf shall nieetrn ifflirtner attempt to· resolve the dispute. Consultant: --u ~-. Toll Bros.,Inc.:~ti:'. Toll Bros.,Inc.:TI Agreement for Professional Consultant Services REVISION DATE: June 19, 2012 Page 8 of 10 i1 f Community: Robertson Ranch #3661 Section: Common Contract 366114-02 If the dispute has not been resolved within an additional sixty (60) calendar days after the first meeting of such executives, then Toll and Consultant agree that any and all disputes arising out of this Agreement shall be resolved by binding arbitration in accordance with the rules and procedures of the American Arbitration Association or its successor, or an equivalent organization selected by Toll. Section 20. Miscellaneous a) Notices. All notices required to be given under this Agreement shall be given to the other party in writing and by personal delivery, telecopy or email (with confirmation of receipt}, or certified mail with return receipt requested, to the address of each party given on the last page of this Agreement. Notice shall be effective when received. b) Independent Contractor. Consultant Is an independent contractor in the performance of its duties under this Agreement. The detailed methods, manner and means of conducting the Work shall be under the complete control and direction of Consultant. · c) Safety. Consultant shall abide by the safety program(s) applicable to each work site and comply with all applicable safety and health laws and regulations including, but not limited to, the standards and regulations promulgated by the Secretary of Labor under the Occupational Safety and Health Act of 1970 (OSHA) and any other legislation enacted for the safety and health of Consultant's employees. Consultant shall notify Toll immediately, with prompt confirmation in writing, of any injuries or fatalities that occur to its employees or subcontractors in connection with this Agreement and shall provide Toll with reports of these injuries or fatalities as Toll shall deem necessary including, but not limited to, copies of all reports and other documents filed or provided to Consultant's Insurers and the agencies having jurisdiction In connection with injuries or fatalities. If Toll is made aware that Consultant has breached or violated the terms of this Section (20-c), then, notwithstanding any provision to the contrary, Toll shall have the right to Immediately suspend the Work or terminate this Agreement, by notice to Consultant, and absent termination the Work shall not recommence until Toll is satisfied that the safety provisions have been implemented and will not thereafter be breached or violated. Nothing contained in this Section (20-c) shall be Interpreted as enlarging Toil's legal duty to Consultant or to Consultant's agents, employees, subcontractors, or third parties, or to require that Toll provide any safety rules or regulations, or altering the status of Consultant as an independent contractor under this Agreement. d) Assignment. This Agreement may not be assigned by Consultant, but may be assigned by Toll to any affiliated company or joint venture in which. it or an affiliated company has an interest, or in connection with a sale of the subject matter of the Work. e) Amendment. This Agreement may be amended only by a written Instrument which is executed by each of the parties hereto. f) Entire Agreement. The Contract Documents constitute the entire agreement of the parties hereto with respect to the subject matter hereof and supersedes any and all prior agreements with respect to such subject matter betvveen Consultant and Toi[ ··· · · · · · ·· ··· · · ·---······· · Agreement for Professional Consultant Services REVISION DATE: June 19, 2012 Consultant~ Toll Bros.,Inc.: Toll Bros.,Inc.: Page9of10 f qe I Community: Robertson Ranch #3661 Section: Common Contract: 366 ll 4-02 g) Binding Agreement, This Agreement shall extend to, be binding upon and inure to the benefit of any executor, administrator, successor, heir and assign of the parties hereto. h) Governing Law~ This Agreement shall be governed by and construed under the laws of the state In which the Work is to be performed, or, if the Work is not limited to one state, the laws of the Commonwealth of Pennsylvania. In Witness Whereof, Toll and Consultant have executed this Contract as of the date first written above. Accepted By: Address: Toll Bros. Inc. (Toll) Dan Anderson Signature Land Development Manager Title 725 W. Town & Country Road Suite#200 Orange, CA 92868 Email: danderson 1@tollbrothersinc.com Phone: 949-795-8827 Agreement for Professional Consultant Services REVISION DATE: June 19, 2012 Consultant ,./¼ =~ ~ 71« ~c"'u Signature 8"s--c!.L~+- Title ;2Q5""32,_ Cu,...")+dkCL-f,·c"'-Qd Vo..l-tVILJ'Ll I ('4-; Vn ho..w I~ y& ( 5 c_ v'£d ( il. y . C'. o vrl &&. I --=flod..-'34-7-i Consultant,~Jb Toll Bros.,Inc.: Toll Bros.,Inc.: · Page10of10 I ij;! Cornmw1Jty: Robertson Ranch #3661 Section: Common Contract: 366114-02 g) EUodlng Agreement. lhls Agreement shall extend to, be binding upon and fnure to the benefit of any executor, administrator, successor, heir and assign of Iha parties hereto. · h) G9yernlng L~; This Agreement shall be governed by and construed under the laws of the state In which the Work Is to be performed, or, If !he Work Is not limited to one state, the laws of the Commonwealth of Pennsylvania. In Witness Whereof, ToU and Consultant have executed this Contract as of the date first written above. · Toll Bros, Inc. (Toll} Consultant Accepted By: Dan Anderson Maf+l,,e..w' H-,.wla.'-/ f;)Jji(L_ Print Name I ,/vt~(p_--+le..._~ Signature Signature Land DevefoQment Manager (?r-415.;~ Title Title Address: 725 W. Town & count!} Road o'.2QS'"32.-Co 1-tS+e.Llei...'f,'un.. Qt! Sulte#200 Vo..l-f-VIC-l'a., 04- Orange, CA 92868 '11'3.S-S- Email: danderson1@tollbrolherslnc.com Vhho..wley@ l3c-vo...l(t.y, ccWI Phone: 940-795-8827 (p~ l -70;).. .. '8'1-7·i:. I '"i --··-____ , ........ ,-,,.-....................... _ ................... ~ ·-······--····-··--· ....... -··~--················ .. ·-· .•.••.•• , .•. t .. . Agreement for Professlonal consulJant Services REVISION DATE: June 19, 2012 . ! c-~•~: Toll Bros.,Inc.: 1 Toll Bros.,Inc.: i Page 10of10 @2 ! i r Community: Robertson Ranch #3661 Section: Common EXHIBIT "A" Page 1 of12 Contract: 366114-02 Subject: Proposal for Geotechnical Sen/cu For the Development of Ranchp Costera, Robertson Ranch West Village, Planning Areas 1 through JI, JJ and 2J (A, B, C), City of Carlsbad, Ca/Jfornla. INTRODUCTION In accord with your reque.st, LGC Valley, Jn.c. (LGC) has prepared this proposal to provide geotechnical services during the design and develQpment stages of Rancho Costera, Robertson Ranch West Village, ·planning Areas 1 though 11, 13 and 23 (A, B, C) -Jocated in the city of Carlsbad, California. This proposal summam.es our estimates of the work load ner.essary to provide support services for design review, in-site grade·review and post-grading review during site development · This proposal is based on numerous: geotechnical reports prepared by the engineer-of-record, GeoSoils, Inc., forwarded to us by you, the 40-scale grading plans prepared by O'Day Consultants, Inc. and our review of other geotechnical reports, maps arid documents within our in-house library. . For this proposal, we have provided our estimat~ for the -duration of grading, main line utility construction, road construction and house construction. Please note that these-estimates can be revised once a grading, building and/or phasing schedule becomes available. These phases of work including our assumptions for each are discussed in greater detail herein. · · ProJectSlte The Robertson Ranch area is located within the Calavera mus area of Carlsbad, California. The Robertson Ranch West Village is roughly triangular in shape and_ comprises approximately 211-acres of incised gently hilly terrain that is used for agriculture. Arteiy roads sWTOund the project site and include E1 Camino Real to · · the south and Tamarack A. venue to the north. Robertson· Ranch East Village is located to the east and the . majority of this area is graded. The_ West Village has been divided in to several_ P)anning Areas (PA) •. These include PA l tbrough.11, 13 and 23 A, B, and C. The majority of future home. sites and future development will occur with PA 3 through 11 and 13. The remaining planning areas are primarily dedicated to-open space. -H-is--estflnatt Robertson Rauch Village Wen and a portion of ];'(.obeffiion Ranch Village East wilf comprise on du, order of 650 home sites at complete build-out. -At this tim~ 4Q-sca]e grading plans prepamf by O'Day Consultants, Inc. (O'Day) indicate 308 homes sites and_ 3 recreatio,n areas, pills four superpads, another large pad within PA 2, upgrades to El Camino Rea~_ numerous interior streets and cu1-de-sacs, arid a crossing connecting PA 8 _to PA 10 are planned for the development. Cut and fill grading totaling approximiJ~ly 1.47-million °cubic -yards is estimated· to bring1he0site design-rough-gnu:h:s;;c-: For thitl' proposill, we Jtave assumed an. additional approximate S00,000 cubic yards of remedial grading for a total of . ~ppro~ately 2 million yards . .for .the .site. Site .grading-to. crea~ level -home-'.sites, interior streets· and numerous utilities will be necessary for site development cifthe West Village. Consultant:~ Toll Bros.,Inc.: ToUBros.,Inc.:/ ~ ~ Community: Robertson Ranch #3661 Section: Common EXIIlBIT "A" Pagel of12 Con~ct: 366114-02 $_COPE OF WORK Design Phase LGC proposes ta provide necessary personnel for geotechnica.1 review of the latest 40-scale grading plans. Our work wUl include the following services dming the design phase of site development • Review rough grading plans; • Provide a rough grading plan review report; • Stamp and Sign the final 40-scale rough grading plans, µnecessary . . ' Rough Grading P/,ase LGC proposes to provide necessary personnel for geotechnical oversight of the.subject project Our work will include the following basic and fundamental services during the "grading" phase of site· development Based on our discussions with you, we estimate the time of site grading at approximately twenty six we~~-This time frame should be rerevaluated once a grader has reviewed the site conditions arid prepared a preliminary grading schedule. . · . Our work during rough grading will include the following standard geotec~cal services: • Attend project meetings, as necessary; • Provide observation during site clearing, removals and subgrade preparation; • Provi~e full time observation and testing of fill placement, as necessary; • Provide part time observation ancl mapping of remedial removals, keyways and other exposures; . • Perform laboratory testing {maximum diy density and optimum moisture content (S), Expansion Jndex . (30), Soluble Sulfates (25), corrosion suite (5), R-Values (12), and sand equivalent, as necessary) of onsite and any imported fill materials; • Prepare in-grade documentation, as necessary; • Provide geotecbnical analyses and consultation, as necessary; • Provide project management and QA/QC, and; • Prepare a :final report incorporating our observation.,, ·field mappin& field and laboratory tests, opinions, conclusions, and recommendations of the work performed. Six·.copies of the report wiJi be provided to you. ' •--·,-•• ------:-•••••• •,•••,••• •.•, ·-•••••·-.• .. ••••"H .•••,,••-·-··--. ••---.----, ----~~---·. ·-·-···-~----------· --~---····.·.---.--:.~---.---···· ._, .............. < -·-·. -,-. ~ ..... ,.,. ··----... . Consultant:~ Toll Bros.,Inc.:~ Toll Bros,,Inc.:-4-_.. (. y(? : ; I; Community: Robertson Ranch #3661 Section: Common Contract: 366114-02 GEOTECHNICAL FEES EXlllBIT "A" Page 3 ofll · Since we ~e. unsure of the construction schedule LGC has provided estimated weekly charges for the.grading work and estimated time or number of visits for the post-grading work we foresee at the site. Please keep in mind that other variables beyond our control including contractor's schedule, weather, site conditions, agency · requirements, etc. can significantly alter the estimates provided herein. We have assumed 8-hour days, Monday through Friday. We propose to perform our work on a time-and-materials basis. Assum.otions Design Review Assumed Weeks of Grading: Review the 40-scale rough .grading plans and prepare a report addressing the geoteclmical considerations of the project for agency review. Total: $4,000.00 26 weeks (Assumed one full ·time senior field tecbnici1111 and avg •. l~ hrs/week senior staff geologist. Additional part time allotment for maintaining in-grade documentation, and office support. Assumed Weeks for installation.of Backbone Utilities:Approximately 26 weeks (127 days) of work tot.al (Assuming 7.2 week of backfill for sewer main/lateral lines and manholes, 8.2-week for backfill of water main/lateral lines, 1-week for .Reclaimed Water line,· 6 weeks of backfill for joint utility lines and crossings, and 3 weeks for backfill of stonn drain lines,. manholes and structures) on a full-time observation and testing basis (8 hrs per day-~otal of 1,016 hrs Tech), -Asswned Weeks for street improvements: Approx.imately· 17 weeks (83 days) of work total (Assuming 35 day of worlc for observation and testing of Curb and Gutter, IS days for street subgrade, 13 days for testing of aggregat.e base, 20 days for asphaltic concrete base coarse and cap) on a part-time to full time basis. (fotal ofS24hoursTec.h) • •,J , •• ~ •• ~ ........... --- . ' vie have assumed a total of38 phases (assuming approximateJy 8-lof per each construction phase) Fc;r each phase we a.uumed a total of 5 visits per phase '(Presaturatiori, footings, underslab plumbing, house oonnectiQll utility lines, and flatwork)-Total of 16 hrs p~phas~ eon,utmn?f #, . Toll Bros.,Inc.: ._. Toll Bros.,lnc.: ·_ fY'.rJZ Community: Robertson Ranch #3661 Section: Common Contract: 366114-02 EXHIBIT "A" Page4 ofl2 Based on our assumptions, we conclude that project cost breakdown for geotechnical design and geotechnical field observation and testing service for the scope of work included in this proposal are as follows: · Cost Breakdown Design Phase Review (40-Scale Plan Review) D.esign Phase Total ...•••.......•.......•.....•..•..........•.••.••..•••••......•.•.•.••...•.•... $ 4,000.00 Grading Phase • Pre Con Meeting (3 hr Principal Eng/Geo & Senior Tech) $ 669.00 • FieldWork o 26-weeks full time Senior Tech Total 1040 hrs SeniorTechnician@$73/hr ......... $ 75,920.00 o 26-weeks part tinie {Avg. 15 hrs/\veelc) Total 390 hrs Senior staff geologist@ $76/hr.. .... $ 29,640.00 • Laboratory Testing (5-Maximum Density/Optimum Moisture, 30.:Expansion Index. 25-Sulfate, 5-Corrosion 12-R-Value Test).................. $10,475.00 • Office Support (2hr/week:Project Eng/Geo).: ................... $ 5,200.00 • Final As-Graded Report .................................. : ..•••.•••. $ 4,000.00 Grading Phase Total .........•...•..........••••. ,, ..•......•..•..•.••..••.......... : ...•.••.... $125,904.00 ··-··-·· ••• « ··-····•<>• ;,·-:··.-·_.;.~--·:.::_:.:.: ·-::::::::.: .. :·_ .. __ .:_·~·--.• --:· .•. -~ Consultant:2--'~ Toll Bros.,Inc.: Toll Bros.,Inc.: f. Ji! Community: Robertson Ranch #3661 Section: Common Contract: 366114-02 EXIDBIT "A" Page S ofl2 . . Subjec__t: Contingency Costs for the Suppleme!'/Ol Ge~technical .lnvet1tigaJion and Geotechnical Services During Site Grading of the Rancho Cos/era, Robertson Development Ranch West Village, Planning Areas 1 through 11, 13 (!n4 23 (A, B, .C), CiJy of Carlsbad, California. INTRODUCTION In accordance with your re.quest. LGC Valley, Inc. (LGC) has prepared this document to indicate possible contingency costs associated with the Rancho Castera Development in the City of Carlsbad. . Based on our discussions with you, it appears that then, may be additional costs that are not covered by the proposals previously fotwarded to you. These include:· • Sufficient obrrervation and testing duringMSB Wall constmction. • Weekly project team meetings at the job site. • A Work Plan and Closure report for the proposed supplemental investigation. We have discussed the above items with our in-house· team reviewed the San Diego County Department of Environmental Health (DEH) website with regard to boring excavations and. backfill and have provided contingency costs as indicated below: - MSE Wall Comtruction: Per our couvenation. LGC has included an additional 3~0 hours for observation and testing during retaining .. .,; wall construction. Based on the hourly rate provided ·to you, this time translates to $25,550.00. It shouid be noted that it is o~ current opinion that much of .the construction can be overseen by the same personnel ~viding services for rough pding, thus reducing.the overall contingency cost indicated abo~. WeekJy Project Team Meeting: Based c;,n IJ construction schedule of seven months or 28 weeks, we have assumed that both the geologist and field technician will attend project weekly meetings at the job site. We have ¥5umed that these meetings will comprise one half hour. Therefore the cost for the additional time. for the employees to attend these weekly meelin21 is Sl,086.00. Bucket Auger Drilling Permit, BacldiD and Qomre Report; Oi1r recent awarcne~.!.2!. ~Jfil&.P!Qt®Ol w.. SJ!llP.jc,;~~,ttt:,JthMcled.ct<t-tlu, .. ciinding,tbaHhe-OBH~oversce, ·arilliiii ana offier·aspects within all coinmwudeS'Iocated within San Diego County. As such, the DBH has · piepared-spccifkrguidelines· for1hc:tfrillintPmcess;-Theg~- Consultant0~··vt- Toll Bros.,Inc.: Toll Bros.,Inc.: ·. ·. cf 'Ee Community: Robertson Ranch #3661 Section: Common Contract: 366114-02 EXIDBIT "A" • Obtaining a pennit and getting a work plan cleared through the DEH. • Obtaining a driller bonded with the County of San Diego. • Backfilling the boring in a particular fashion that also includes the placement of bentonite. Page 6 of12 • Preparing a Completion or Closure report for the county indicating th~ \1/0rk was performed in accordance with County Guidelines. As this protocol was unfamiliar to us prior to our submittal of our supplemental field investigation work · proposal, an additional cost of $550.00 for a permit and $400.00 for our time to obtain the permit and prepare the closure report, $4,435.00 for bcntonite, bentonite delivery, fork lift and laborer for a day to distribute to the ·six borings locations, and $2,400.00 for supplemental backfill time yields an additional estimated cost of $7,785.00. The DBH requires that a half foot ofbontonite be placed every five vertical feet CONTIGNECY GEQTBCHNICAL FEES The estimated costs for the contingency services are as follows: MSB Wall Construction: $25,55-0.00 -fv.S6' ,..,I\L L Weekly Field Meetings: $ 2,086.00 -/,.E6 ,,-es-r, ,-14 i-o&tR v1t.T10AJ ._Dril .... _lin_g .... ~ .... emu-=·=t,-=-Fi=1e .... 1d_.Co,.......sts..._, .... s=.iu1m__,.lics=-=an=d...,R=e.,..po=rt:---------=$ _,7~, 7~8-5 • .....,.00 ..._ hvRJtJli &lAlul"'i Total: ·$35,421.00 Al:ib1Tlo"."I\C-T6mN-'4 ,/ Flt.1-b . , I Nvpr,U(no,J The total anticipated contingency fees for our services are Thirty Five Thousand· Four Hundred Twenty One Dollars ($35,421.00). . Please see the attached 2014 Professional Fee Schedule for Toll at Robertson Ranch. --,-,-~-~~--,--c. ··-· ·--· .. -----:-:-__ -:-, .. -:-:-.. c:-•. -:: ... -:: .• -:-c ... -::-.. --:-:- Consultont,4! ~ Toll Bros.,Inc.: Toll Bros.,Inc.: · . ·.t/. ?d ·I Community: Robertson Ranch #3661 Section: Common Contract: 366114-02 INTRODUCTION E:xmBIT "A" Page7 of12 In accordance with your request, LGC Valley, Inc. (LGC) has prepared this proposal tQ provide services for a supplemental geotechnical investigation of the subject site. This proposal is based on our review of numerous geotechnical reports of the site prepared by the current engineer-of-record (GeoSoils) provided to us by you, review of other materials in our possession and a site visit on Wednesday February 26, 2014. This proposal summari7.es our preliminary interpretations of the site and the purpose for the proposed additional field work and·review. · In addition to further defining the site geological and geotechnical conditions, the work proposed herein will be included on an overview of the 40-scale grading plan prepared by the civil engineer-of-record; O'Day Consultants (O'Day). The work proposed herein will ultimately become included within the 40-scale grading plan review to be submitted to the reviewing agency, as necessary. · Proiect Sile The Robertson Ranch area is located within the Calavera Hills area of Carlsbad, California. The Robertson Ra~h West Village is roughly triangular in shape and comprises· approximately 211-acrcs of incised gently hilly terrain that is used for agriculture. Ar:rery roads surround the project site and include m CaminQ Real to the south and Tamamclc Avenue to the north. Robertson Ranch East Village is located to the east and the majority of this area is graded. The West Village 1w been divided in to several Planning Areas (PA). · These include PA 1 through 11, 13 and 23 A, B, and C. The majority of future home sites and future development will occur with PA 3 through 11 and 13. The remaining planning areas are primarily dedicated to open space. GEOLOGIC HYPOTHESIS. Based on our preliminary review of various documents and our site visit it is o ~ts primarily o e mt e an .upper members of the Eocene-age Santiago formation bedrock overlain with alluvium and local colluvium/soll and undocumented fill. Structurally, the site appears to be divided-into two, possibly three blocks by generally north-trending faults that progressively increase the tilt of bedrock to . the west In addition, it appears that a broad westward plunging syncline transects the site in a generally east- to-west trend. These h:YPothesiied ~ have yarious potential inlpacts to site development, primarily from .a-slopHtiabilky·perspecdve;~-th~potenliaHmpact-ofthese-featuresto-the-entitc"proptJSethfesigirfS1he-cml . of our investigation and xeview. · · -----• -----. , ___ • .,., -~-,. ___ u., .......... _, _,._ __ Consultant~ Toll Bros.,Inc.:~ J/i Tonllros.,lnc.~ ~ . i EXIBBIT "A" Page 8 of12 Community: Robertson Ranch #3661 Section: Common Contract: 366114-02 · GEOTECHNICA.L CONSIDERATIONS It is our opinion based on the interpreted geologic conditions, that portions of the site do not have sufficient information to make qualified statements with regard to long tcnn slope stability. These areas include the east and west facing slopes between PA-9 and PA-6, and PA-8 and PA-10; the northern margin of PA-9 with respect to a proposed south-facing cut slope; the eastern margin of PA-9/PA-10 where a landslide is mapped, and; the southern and western margins of PA-3 where a tall cut slopes are planned along Bl Camino Real and over-looking PA-1, respectively. Please note that it is our preliminary conclusion that due to the presence of dense vegetation within. canyon areas that will be graded as part of site development, addilional geologic features such as slumps or shizllaw land.rlldes not identified by this or future work may be encountered. As it is not reasonably feasible to review all possible geologic conditions, contingency should be made to address the.re potential features during site grading. SCOPE OF WORK Local Review LGC proposes to review aerial photographs of lhe site to aid in the detennination of possible fault splays .which.may cross the site. The pw:pose for fault determination would be to locate the potential changes in bedrock strike and dip and the potential effects of a steeply dipping feature relative to slope stability; review of faults for recency or total off-set of n:aovement is not a part of this scope of work. We would also like to revfew geotechnical reports prepared for the coustroction of nearby sites at the city of Carlsbad. The information from these reports couid ai(i in the ·understanding of the subject site. Fi«ldwork . LGC proposes reconnaissance mapping of the site to further define site geologic structure, and the excavation of eleven bucket auger borings across the site to review bedrock orientation at depth in order to evaluate potential slope stability based on the site design. The borings would be located in the following approximate locations aod assumes using a track-mounted auger drill rig. However, contingency has been provided should a more conventional truck-mounted rill rig be used due to access and/or availability restrictions: • One boring within PA-23A approximately SO feet up from the toe· of slope and one within PA-3 approximately 100 feet up from the toe of s1opo to review potential slope stability approximately &Jong . GeoSoils' cross section A-A'. Previous borings were not located in this area and did not go sufficiently ·~==· =-,~~ditima-b~~o-..design:_:toe:o~pe;:;l'ho::bDiings:wullld:;be-oi'f.fliD,. orde.r-of70 feet deep each. · · • One boring located above El Camino Real to review conditions .below the design tbe of slope and within the design slope in this mea. The boring will be approximately 70 feet in depth •. • one· boring along the eastern margin of PA-6 to review slope stability potential toward the .adjacent canyon and to help locate a potential fault in this area. · .. ·.·-···-·-·-· ··.~ ... ::~~: along ~c wes~.m~ of~~-9 to -~~~w~~~~: ~~~;~~~~~~~~~~J~~t:·:::·~-:~ ·.·~ :· ~-~ ___ _ • · One boring-alo~ _the-D:orthem~marfP!iof ~ A:~-~o "'vje:w· bedding orientation relative to the design south-· Consultant:~ Toll Bros.,Inc.: . Toll Bros.,Inc.: P:/ fj2 EXHIBIT "A" Page 9 ofl2 Community: Robertson Ranch #3661 Section: Common Contract: 366114-02 facing cut slope adjacent to existing homes. • One boring along the eastern margin of PA-9/PA-10 to review a possible landslide feature mapped in this area and to obtain bedding orientation data relative to the adjacent canyon. Please note that the number of borings ~y range from six 10 eight depending on rig type availability. If the work is peifonned using a track-mounted auger rig, Ike need to prepare or improve haul roads will 11Dt be .necessary: however, tu number of borings will increase by two because these ·drill rigs do not drill as deeply as other more traditional truck-mounted drill rigs. 1he estimated schedule is approximately the same using either · type of drilling equipment. The total number of borings and depths will ultimately be predicated on the conditions encowitered in the field at the time of grading. Representative soil samples will.be coDected during drilling with an emphasis on looking for fine-grained l!(lils encountered in the borings; some samples may be collected :from within the boring aurlng ~wn-hole logging. · All boring will be down hole logged by a geologist to rcconl bedding orien~tion and to furth~ define soil/bedrock characteristics. Upon completion of drilling, sampling and down hole logging of site borings, borings will be baclcfilled with the soil tailings and tamped for compaction. Settlement of borings should be anticipated over time and boring locations should be over-excavated during site grading to help ensure settlement does not affect future home sites or other improvements. LMJOM:TORYTESTING The values used in the slope stability analyses performed and prepared by GeoSoils appear somewhat high as compared to the described characteristics for lhe finer-grained soils. AB such, we proposed to perform approxima~y eight additional · direct s~ear tests on collected fine-grained samples. obtained from our field work to 'verify the previous .results. Approximately ten maximum density and forty moisture and densi!f testing-is recommended to verify the shrink and bulk characteristics.of site soils ai: depth. OFFICE REVIEW· Because our work is almost entirely focused on slope stability review of various. portions of the site, we propose seven additional cross sections for geologic review and slo~ stability analys_is. These cross sections wlli be prepared m the meas described above for the boring locations. We do not plan to pcrfonn any other. slope stability analysis in areas outside of~?~ planned for boring loc'!!k>~s-·-_ -·--__________ _ .. ~---·-·-----··--------~---------~ -···-·------~--· ·- In addition to slope stability review, LGC will also review the rough grading pians and provide updated geotechnical recommendations, as necessary. ~inally, a comprehensive geotecbnical report will be prepared that contains the supplemental field -~rk; new and or updated geotec1ffildu cross sections and map, boring logs and laboratory test results, slope stability analysis and up~ted l"CCOli1In~!Jdatio~ for tr.e site, aa necessary. .Six copies of · . -~~~b_o!fnd repo!t-::w:ill_lie prov'ided.for.your-tise· infwstr.ibutiott--------- · · · · -------- -. ··-· .. ---·--. Consultant~ Toll Bros.,lnc.: Toll Bros.,lnc.: y .j Community: Robertson Ranch #3661 Section: Common Contract: 366114-02 GEOTE£HNICAL FEES EXIIlBIT ·"A" The estimated costs for our services are as follows; Aerial Photograph Review: Field Mapping: Up~de of Haul Roads/Create Drill Pads: Review of City F.t.les: Excavation and Logging of six to eight Bucket Auger Borings: Laboratory Testing: Analysis: Cross Sections and Map Preparation: ·ReJ,ort (in addition to amount allocated in site grading proposal): Total: * If necessary. $ 800.00 $ 2,100.00 $ 1,700.00* $ 1,200.00 $19,400.00 $ 4,120.00 $ 4,000.00 $ 4,700.00 $ 3,300.00 . $41,320.00 The total anticipated fees for our services m Forty One Thousand Three· Hundred Twenty Dollars ($41,320.00). Our fees are based upon the assumption that ready access to the site will be available during normal weekday daylight working hours, without additional cost to us, no pe.anits will be required ·and an AutoCAD file of the site will be provided for our use. Note: · • The above value does not include response reports to the City (if applicable). • -Please· see the attached 2014 Professional Fee Schedule for Toll ~t Robertson Ranch. SCHEDULE We anticipate approximately four to five days to schedule a. drill rig and review the aerial photographs. We have schedule one and a half days to map the site.and an additional day to review the city of Carlsbad files for reports nearby to the site. · We anticipate an additional approximate five days to excavate, sample and down hol_e log the bucket auger borings. Page 10 ofl2 Laboratory testing is anticipated to take approximately two weeks. to complete and. slope stability analyses another thtt.e to four days once lab results am completed. The·map and cross sections will be created during the time frame the soil samples are bcmg tested, along with the majority of the boring logs. The report and its . _____ . ___ --::Varieus--eontentnaJl:bc:finisbed:w.ithin:approximalely=tlu;ee to::four-=duEonC&-thJ]mllysJFtlf·fimshed--banq::--·-------·-· -.. -~ --·-- ll;DY unforeseen conditions. Therefore we anticipate the scope of work to consume approximately six weelcs until a ·comprehensive report can be furnished to you. coos•-jt(E Toll Bros.,Inc.: Toll Bros.,Inc.: · . / -qc . ·y . - Community: Robertson Ranch #3661 Section: Common EXHIBIT "A" Contract: 366114-02 -_-._-_-_-_ .. -.. --.---. -- 2014 PROFESSIONAL FEE SCHEDULE FOR TOLL AT ROBERTSON RANCH GEOTFCBNICAL SERVICES . Professional Bil/lngR11te (oer hour) Word Processing ............................................................................................................................... $ 50.00 CAD Operator ....................................................................................................... : ............................... 70.00 · Senior Field Technician .................................... ; .......................................................... : ......................... 73.00 Senior Staff Enginecr/(,eo)ogist/Scientist ............................................................................................ 76.00 Operations Manager ....................................... "' ............. .: ..................................................................... 95.00 Project Engineer/Geologist ............................ -.................................................................................. 100.00 Principal Engineer/Geologist .............................................................................................................. 150.00 Term• and Conditions •· 'Expert witness testimony, depositions, or mediation conferences, will be billed at 2.0 times the basic ,billing rate. . . . • ~ are no overtime charges for project-level geologists and engineers. All technicians and staff- level employees will be billed at 1.5 times the standard billing rm for overtime. A minimum of+ ·hours charged per tec~cian per visit · • 'Invoices are rendered monthly, payable upon recei~ Invofocs_ · over 30 days are considered delinquent and suJ,ject to a 1.5% penalty compounded per month. • A .retainer of 50% of the fee is required for projects with a total estimated fee o{ $3,000.00 or Jess. The balance is due upon report delivery. • Proposals arc valid for 30 days, unless otherwise stated. . • Heavy equipment, subcontractor· fees. and exp~es, supplemental insurance, travel, shippmg, reproduction, and other reimbursable · expenses will be invoiced at cost, plus 15%, unless billed directly to, and paid by client . . . • 30% of tho fee forfielchtudies will be invoiced immediately upon authorhatimfto cover equipment and mobilization costs. • Client agrees to provide all information in Cliont's possession about the. ac:tual or possible presence of buried' utilities and bazardous-mat,iria1t:on::thc:11lte,.11.ud~ag1®J-UH'e1mburse we-VaUoy, Iiio. tor all--- -·coaji i'eli$d to theii' unanticipiteif dbicoveiy. ___ -· . . __ J. Page 11 ofl2 C-W~nt!; Toll Bros.,Inc.: Toll Bros.,Inc.: ·. g· Community: Robertson Ranch #3661 Section: Common Contract: 366114-02 Laboratory Charges EXIIlBIT "A" Moisture Content. ............................................................................................................................. ,.$ 9.00 Moislurc and Density (ring samples) ................................................................... : ................................ 18.00 Moisture and Density (shelby tube) ...................................................................................................... 45.00 Maximwn Dry Density {optimwn moisture content) .......................................................................... 175.00 Maximum Density Checkpoint ............................................................................................................. 60.00 Molsture and Density (chunk samples) ............... : .................................. · .................. : ............................ 46.00 . Specific Gravity-Fine Aggregate ............................................. ; ........................................................ :. 65.00 Specific Gravity-Co!ll'Se Aggregate .................................................................................................... ss:oo Sieve Analysis ......................................................................................... ~ ............. , ............................... 55.00 Hydrometer Analysis ............................................................................................................................ 80.0Q Sieve and Hydrometer Analysis .......................... : ....................................................... , ....................... I J0.00 Percent Passing No. 200 Sieve .............................................................................................................. 45.00 Liquid Lint.it and Plastic Limit ............................... , .............................................................................. 90.00 Liquid L~t-Non Plastic (J pt) .............................................................................................. : ............ 65.00 -Sand Equivalent .................................................................................. ; ................................................. 65.00 &pension Index .................................................... "" ........................................................................... 145.00 Direct Shear (undisturbed) .................................................................................................................. 250.00 Direct Shear (remolded) ........................................... ~ ............... " ......................................................... 250.00 Single Point Shear.; ............................................................................................................................... 85.00 Consolidation {w/o time rate) ................................................ : ........................................ _. .................. 175.00 Collapse Test .................... -_ ........................................................................................ ,: ................ , ........ 95.00 w~ rate, add (per incrementJ ............... " ................................................................................... 30.00 . . w/extra load, add {perload) ........................................................................................................... 25.00 R-VaJuc {un1reated) .............. , ..................................................... : ........................................................ 220.00 R-Value (trtated) ............... -............................................................................................................... 250.00 CBR (untreated} per point ............................................................................................ : ...................... ·180.00 Sulfate Content ...................................................................................................................... : .. ; ............ 50.00 pH ................................... -......................................................... " ................ 11! ......................................................... 30.00 Corrosion Suito .......................................... ~ ....................................................................................... 200.oo Cal~ 216 Compaction~ ..................................... ; ............... ; ..................................... , ....................... 200.00 Triaxial testing, residua! shear testiDg, permeability, abrasion. and special testing wµJ be charpd·at hourly rat!,s. MaterlaJs testing fees and additional laboratory testing fees will be. provided upon request.. Page 12ofl2 Laboratoiy samples will be retained for 60 days. A monthly storage fee of $2.50 per beg/$1.00 per ring :willheassessedjfloneerlltom~ ________ · · -·····---.--·-··-·····--· Weekend testing and RUSH tests may be, provided to Clienfl upon requests and additio~ c!!mges will.be Aetormill1d°"n+projeot-by-pruject basis. · Consultan~ Toll Bros.,Inc.: Toll Bros.,Inc.: , t · .. _f;l Community: Robertson Ranch #3661 Section: Common Contract: 366114-02 EXHIBIT B Page I ofl TOLL CHANGE ORDER PROJECT: Robertson Ranch #3661 CHANGE ORDER NO.: ______ n=/a.:;.;.._ __ TO: CONSULTANT You are hereby directed to make the herein described changes from the Contract Documents or do the following described work not included In the Contract Documents. This Change Order constitutes a full accord and satisfaction as to claims for al~ addltlonat· costs relating to the portion of the Work as described under the term "item". NOTE: This Change Order is not effective until approved by Toll. Change Requested By: 0 Toll 0 Consultant ITEM: SAMPLE ONLY The original Contract Sum was .............................................................................. . $ 206,105.00 Net change by previously authorized Changes Orders ................................................ . $ The revised Contract Sum prior to this Change Order ................................................. . $ The revised Contract Sum will be O increased, D decreased, D unchanged by ............ . $ The new Contract Sum including this Change Order will be ......................................... . $ The Contract Time will be O increased, D decreased, D unchanged by .................. . calendar days Toll Bros., Inc. Approved By: PRINT NAME SIGNATURE TIRE DATE Consultant We, the undersigned Consultant, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment -therefore the prices shown above. ·_ -------- Approved By: Ma.-tH,~ ,,J PRJ~~ ¥ /½,.; ,t(., ~ SJGt;L~u';.61r e)'.\MSI Li,~+--'3/:;_~(/J.. TITLE -----1,---<f--+,:;+=O,-,-AT=e=-------- · · If the eonsultant:does not sign-acceptance-of-this ·Change Order;-its-attentlon--is-directed to-the-requirements-of--· · · · the Contract Documents as to proceeding with the Change Order work and filing a written protest within the time therein specified. Consultant: ,,,.-W-, r- Toll Bros.,Inc.:~ Toll Bros.,lnc.:--=4-f, (FORM REV02/01/11) p (?( .J COMMUNITY: SECTION: CONTRACT DATE: CONTRACTOR: Robertson Ranch #36611#366114-02 Common 3126/2014 LGC Valle:,. Inc. TOLL BROS., INC. EXHIBIT "B-1" LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE PAYMENT REQUEST# PAGE.1.of3 DATE: 3/2712014 10:08 CONTACT I PHONE: Matthew H-...il!Y 661-702-8474 VENDOR# 1230943 CONTRACT RELEASE PREVIOUS PAYMENT CURRENT PAYMENT TOTAL PA'WIIIENT RELEA$E QTY & UNIT 1111 ir,s: RELEASE REQ.IESTS RELEASE RE"' 1EST REQUESTS TO DATE • COST A B C D E=D;,cS F G•FxB HraD+F l=HxB JcHIA CODE CONTRACT ITEII UNIT QTY UNfl' TOTAL QTY TOTAL QTY TOTAL PA'YMEHT QTY TOTAL % PKICE PRICE ~•SPAID REOUEST COST COMP. 1. ~;\,~ #3661030001 2. -Deslori Phasse LS 1 uooo.oo $4000.00 3. Gradlna Phase: LS 1 '4. -Pre Con Meelino (3hr Princ.EnaJG"" LS 1 S669.00 S869.00 5. & Senior Tech\ e. aae Field Work LS 1 S105560.00 5105560.00 7. -Laboratorv Teslina LS 1 S10475.00 S10475.00 8. ..... Office Sunnnn (2hr /weac. oroi.EnG' LS 1 s.,;200.00 $5.200.00 9. Geo 10. -Anal As-Graded R.-vt LS 1 uooo.oo S4000.00 11. -MSE Wall Construction LS 1 S25550.00 S25550.00 12. ' Field Meetinas LS 1 S2 088.00 S2086.00 13. -Orillino' Penn1t Field Costs Suoolies LS 1 S7785.00 57785.00 14. and Reoort 15. '11118 Aeriel. Review LS 1 S800.00 SS00.00 16. -Field Maooino LS 1 !t? 100.00 S2100.00 17. .rillilllllll UMnld.e of Haul Rllllds/Create LS 1 $1700.00 S1700.00 18 DriU Pads 19. .. Review of cnv Flies LS 1 S1 200.00 S1 200.00 20. ... El«:avalionitlooolna of six to elaht LS 1 $19400.00 S19400.00 21. Buck.el Auaer Bcrlnas 1-,, 7F' -,,r_ Laboratorv Testloo LS . 1 u120.oo S-4120.00 V PAGE SUBTOTAL: 11"~ ~-· "" CONTRACT TOTAL: $206645.00 The abow lls1lad quantities and unit pnces an, for partial payment 181-purposes only. The Con~ Amount la lhe Lump Sum Amaun1(s) ~~ Elchlltt "B" which ~ net be a:aecled at any time. COll1nlclDr lnilials ,.-~ Tell Initials ~fi(S 1* o,.('\ '·· COMIIUNrTY: SECTION: COHTRAi:T DATE: ~ CC*TACY I PIIOIE: , ..... .,,,.,. .. COST CODE fflOKl CONTRACrl'TEM 1 ~-l~ 13861030001 2. -. .. 'Phasse 3. Gnllllrlnl"tr.l!m- .. : ~--PJeCcinu-..a1311r -~ ~-- 5 & SenlbrTech\ a Work 7. --T-..,,, It. -Office5UDDOftC2nt Jweekr.Mi ,...;,, 9. Geo ,n .. .,__. 11. Wall Conslrudltln : 12. . Field Mee1inas '. 1a. iFeffllit. Field r.,...._ :"'~ 14 arid Reoart ( 15. -Aeriel -,R,,w,w 16. ,.. ........... ' 17. -u.......-of I-bid Roads/Creale .1a. OriDPads I 19. -Rell&lt d Cilv Fies l 20. --• ·-ofsixlo.....td: 21 . Bl.icb!t 22. ~ T.,clinn ' '71 ~.a:::.--. PAGESUBroTA1.:: ! -CONTRACT TOTAL: \ ~--. ' -------··· ······• -.-. ·-···· IN\" LS LS LS LS LS !:: ·'"" LS LS !:: LS LS LS LS lS LS TOLL BROS. INC. EXHIBIT •g.1• LUIIP SUM CONTRACT PAYIIEltT RELEASE SCHEDULE DAlc: 3/27/21114 10:08 C()Nl'RACTRS..EAS£ PIUMOUSPAYIIENT ~ PA"i'MEHT TOrAL PAlllENT REl.l:ASE aTY C. UNIT PRICE REI.EASE ~ R"' "' _, R£QUEST ,..,TODATI:: A s C D E•DxB F G-FxB Hc,D•F lraH:r8 JaHJA QN U!IIT TOrAL QTY TOrAL QTY TOTAL PA'YIIElfr Q.1Y TOTAL '% PRICE PRICE PRl:Vl0tlSPAID ....,.,...,.,... er&-r C<lMP. 1 ~.000.00 $4 000.00 1 1 $1569.00 . $869.00 1 ls-,05550_00 S105 !i80.00 1 S10475.00 $10:415.00 1 ~?M.00 ss~no.oo 1 54.000.00 !U 000.00 1 $25"=00 !t?<,c;_,;nno 1 S'.2088.00 1:') 086.00 1 ST.785.00 U785.00 1 Sllll0.00 5800.00 1 S2100.00 .H 100.00 1 S1 700.00 S1.700.00 1 $17fVIQO $1.200M 1 $19400.00 S19400.00 1 S-'12000 S4.120.00 S'IM.645.00 $206,6"5.00 --- COUIIUHITY: SEC110M: CONTRACT DATE: CONTRACTOR: Robeltaon Raoch "'3661 /11368114-02 Common 3126/2014 LGC Valley, Inc. TOLL BROS., INC. E X H I B I T • B-1 " LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE PAYMENT REQUEST ti PAGE 2ct3 DATE: 3127/2014 10:<MI CONTACT/ PHONE: Matlhaw Ha-Mey 661-702-8474 VliHDORtl ti COST CODE 1. ./1 TH½.. 2. I ._ 3. I -4. ·~ 5. ·x,4-- 8. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. :11. 18. 19. 20. 21. 22. #230943 I CONTRACT REl..EASE PREVIOUS PAYll!NT CIJRREHT PAYIIENT TOTAL PAYMENT RELEASE QTY & UNIT PRICE REI.EASE REQUESTS RELEASE REQUEST REQUESTS TO DATE I A 8 C D E=DxB F G•FxB H=D+F l•HxB CONTRACT ITEM 1 UNIT QTY UNIT TOTAL QTY TOTAL QTY TOTAL PAYMENT QTY TOTAL PRICE PRICE PREVIOUS PAI) REQUEST COST 3661030001,..... Analvsis LS 1 !t4000.00 $4000.00 Cross Sections & Mao Preoaralions LS 1 $4 700.00 $4 700.00 Reoorton addlilion to amount allocati LS 1 $3,300.00 $3300.00 in site aradino omoosaJ\ TOTAL ORIGINAL CONTRACT ; S206.146.00 I PAGE SUBTOTAL: $12.000.00 CONTRACT TOTAL: S206645.00 I Toe above lated quanliies and Lril oras are for partial payment release DUIPO-oniv. The Contract Amount Is the Ll.ll1P Sum AmoUnl(sl ~~,~ "B" which mav not be exc8llded at anv tine. Cantladorlnlials ~ Tel Initials .Jt:2!:: . (~ ~' Jeff/A "' COMP. VeltnnR# • COST CODE ,. '1' l .... ~ 2. ,~ :s. -4 5. I• ...... 6 7. a. 9. 10 11. 12. 13 14. 15. 1e. 17. ,a 19. 211. 21. 22 --·---~---·.....:_.,,. --:; -------~- TOLL BROS., INC. EXHIBIT -a.1• LUMP SUM CONTRACT PAYMENT RELEASE SCHEDULE #23094$ PAYMENiREQl.eT• p,ae 2d3 DA"TE: 3121121114 1Ct.OII • ' C0NTRAC1' RaSASe l'Ra'IOUSPA'Ylll!NT CURREIR'PAYIIBCT 10DLPAYlll!NT RELEASE arY&UNITPRJCe fl£U!ASE Rll0UESTS REl.£ASl!R£QUES1' --~TDn.lE I A B C D EcOxB ,. B•FxB H•D•F faHzcS .>oHJA COKiRACT~ t UIIT art UNlf TOfAL atY TOTAi.. Q1Y WIN..PA'YIENT Q1Y TOTAL % : PltlCE PAICli PREVIOUS PAID IISCIUEST = COIIP. 3661030001 -· ., : LS 1 M000.00 S4.ll[)(lQ0 Cross S'edl...,.. & M1m ns LS 1 S47tillln U70Q.00 adzfflll0n to amount a""""' LS 1 $3.300.00 S3,300.00 In sl1e lffllrlinn ~ I TOTAL.O-•-•••• -NTRACT ' ~~ ' ( ! : i : ; ' ' : : ' PAGESUBTO"J:AI • <u?Q00.00 COtlTRACTTOTAL: S21l8_645,00 ' ' . The~bled CMllllitlesm:a:! ri~-fcrpaJllal-,t __ p_ onlr. Toe Canlra::tAma~l5tllaLU11¥15UmMDlnl(s\~ Ed,lt~maynotbeem,ecled --ime. Ca>tradDrl~ ~ Tolbillas ~ C-. ' ' ~''-. ~--- EXHIBIT "B-1" -CONTRACTOR'S REQUEST FOR PAYMENT SUMMARY• • ATTACH TO CONTRACTOR'S ORIGINAL INVOICE TO: Toll Broe., Inc. 725 W. Town and Country Road Sulta 200 Orange, CA 92168 FROM(CONTRACTOR): LGC Valley, Inc. COMMUNITY: Robertson Ranch#3661 SECTION: Common COMMUNITY#: ___,3 ... 86....._1 ____ _ CONTRACT NUMBER: _366114-02 __ _ REQUEST FOR PAYMENT NO: Page a ora 28532 Con1tell1t1on Road Valencia, CA 91355 FOR WORK COMPLETED THROUGH (DATE): ___ _ CONTRACTOR VENDOR# 230943 CONTRACT SUMMARY: 1. ORIGINAL CONTRACT LUMP SUM .. .. . .. .. . .. .. . . . . . . . .. . . $ 2061645.00 2. Net Change by Change Orders to Dale.. .. .. .. .. .. . . . . . . . . .. . $-----~--------, 3. REVISED LUMP SUM TO DATE (Line 1 plus 2) . . . . .. . . . . .. . . . . . . .. • ........... $ ... I ___ 2=0=6=,6~45=.oo~I PAYMENT RELEASE SUMMARY: (NOTE: ALL DOLLAR AMOUNTS INCLUDE RETAINAGE) 4. PREVIOUS PAYMENT RELEASES PAID.. . .. . . . . . . . . . . .. . . . . $ ____ _ 5. PAYMENT RELEASES IN PROCESS: REQUEST#_____ $ ____ _ REQUEST#_____ $ ____ _ REQUEST# _____ $ ____ _ 6. THIS PAYMENT RELEASE REQUEST# $ ____ __,,---------, 7. TOTAL PAYMENT RELEASE REQUEST TO DATE (Sum lines 4, 5, 6) .............. S~-----~ CONTRACT BALANCE: 8. CONTRACT AMOUNT REMAINING INCLUSIVE OF THIS PAY REQUEST (U,o 3 ..... ,,.~,_ ___ 2_06~645_.o_o...,, 9. CONTRACT AMOUNT REMAINING EXCLUSIVE OF THIS PAY REQUEST (Uno3-·~·'-· ---=206=;84'-"5=.o=o'--' RETAINAGE RELEASE SUMMARY: 10, PREVIOUS RETAINAGE HELD AND IN PROCESS .... $ ____ _ 11. RETAINAGE RELEASED TO DATE-.......................... $ ____ _ 12. RETAINAGE RELEASE REQUESTS IN PROCESS: REQUEST# ____ _ $ ____ _ REQUEST# ____ _ $ ____ _ REQUEST# ____ _ $ ____ _ 13. RETANAGE HELOlHIS PAYMENT RELEASE: REQUEST# $._I ------+l ______ _, 14. NET RETAINAGE BEING HELD TODATE(Sum Lines 10, 13 minus 11,12) .......... ] The undanlgned, lndhlldUely and on behalf of Contractor, C8l1lllN that he or she Is authorized lo execule 1h11 Waiver of Lian. The IB!derslgned reprasenta that 1) the WOfk covered by lhil Request l'or Payment hes been ~llled In accordance 'Mlh Iha Contract Documentl 1111d all appllcabla pennis, code requlnlmenl1, state, federal and local 1-, a• wel as any olher appllcable requirements, guldellnea, rules, regulallana and lawa, 2) Iha! Conlraclor Is cum,nt In al or Its paymenta to Ila 11.1ppller8, subccnlractors or any other enllles or lndMduall that could polantlally have lien rV,ts against Toi~ 3) that Cont,actar h11 paid au amounts due b11ed on any Work for whldl pre'4loua Requests for Payment Mf1I mmle and paymenta were recelvad rnxn Toi, 4) that current payment 1h0M1 herui Is now due. Acc:onlfngly, the Canlnlc:IOr waJves Ha r1ghl to assert, record, and/or 1'onlclose a labor and/or matertalmen'1 llen for labor pe,fonned end mal8rialaleqqlment fumlahed al or for this Job slle up lo and Including the date of the last payment made by Toll. Contractor addlllonally C8lllle9 that ft has not performed any wort< or provided auppiff, and nabody hal perfonnecl any work or · prowided 11.1pplles on Conlractol's behalf, on or for thla slta up to and lncludhg the elate of the Requeat for Payment that falls outside Iha scope of the Contract that has not been properly authorized by written Change Order by Toll, and halllby waives any and all Clatms or rights lo any compensation, liens, lo Iha eJdenl permllled under any appflcable law, or payment for such work lncludfng ·any ifglifs It may·havil al liiw, Iii equity or under Iha Ccinlrilcf. CONTRACTOR: By:,N) ~L_ -rt,·._ -tJ :::V Date: >/3 I /t i Name (lyp!!d): U Title: BOND/ESCROWn.c RELEASE APPLIED D Yes D No If no-why not? _______ _ Community: Robertson Ranch.#3661 Section:Commoo · Contract: 366114-02 'Toll <.JJrothers · NOTE: EXHIBIT "C" Page 1 of3 RISK MANAGEMENT - The insurance requirements listed below do not include any Indemnification wording. Since the requirements are intended to be added to an existing Contract or Work Order, you should rely on the indemnification in that document. If there is no Indemnification wording, contact Toll Legal for state appropriate wording. Preferred Insurance Requirements for Professional Services Insurance Requirements 1) Prior to commencing the Work, Professional shall maintain at its own expense the following insurance coverages as provided in this Exhibit against claims for injuries to persons or damages to property which may arise out of or result from the performance of the Professional, its consultants or sub-contractors, by anyone directly or indirectly employed by any of them, or by anyone, for whose acts any of them many be liable. 2) The following policies and coverages shall be furnished by Professional. a) Professional Liability (a.k.a. Errors & Omissions) coverage in the amount of $1,000,000 with all coverage retroactive to the earlier of the date of this Agreement or the commencement of Professional' s services in relation to the Project Coverage shall not contain any exclusions for Bodily Injury and/or Property Damage. i) Professional Liability deductible or self-insured retention not to exceed $25,000 per claim, unless agreed to in advance by Toll Brothers. b) Commercial General Liability Insurance written on an ISO ( or comparable) Occurrence form including a per project aggregate and broad form contractual liability in the amount of: i) Personal liability, Bodily injury and Property damage Each Occurrence $1,000,000 ii) General Aggregate $2,000,000 c) General Liability Deductible or self-insured retention not to exceed $25,000 on a per occurrence basis, unless agreed to in advance by Toll Brothers. d) Professional shall cause Toll Brothers, Inc., Toll Bros., Inc., and their subsidiaries and affiliates ( collectively, "TBI") to be named as additional insureds on all General Liability policies (by specific endorsement thereto) for ongoing operations and shall provide additional insured coverage for TBI to the full limits ofliability purchased by Professional. The additional insured coverage provided to· TBI shall apply to "bodily µijury" or "property damage" forJhe statutory period oflimitations for such claims in the state where the Work is performed. Professional Prefe"ed Insurance Requirements. doc v 2.5 Consultant~ Toll Bros.,lnc.: Toll Bros.,lnc.: 10/2013 ,, &? Community: Ro~rtson Ranch #3661 Section: Common Contract: 366114-02 cron c:Brotbers E:,q.IIBIT "C" Page 2 of3 RISK MANAGEMENT e) Commercial Automobile Coverage including owned, long term leased, hired and non- owned automobiles (including medical payments on uninsured motorists coverages) in the minimum amount of $1,000,000 Combined Single Limit for Bodily lajury & Property Damage. · · · f) All vehicle liability policies shall include a specific endorsement naming "Toll Brothers, Inc., Toll Bros, Inc., their subsidiaries and affiliates" as additional insureds with respect to liability arising out of Professional's Work, including but not limited to liability arising out of the existence, driving, loading or unloading of Professional's vehicles g) Automobile coverage provided for the benefit of Toll shall be considered primary and non-contributory, notwithstanding any insurance policies maintained by Toll. In no event shall Toil's own insurance inure to the benefit of Professional h) Workers' Compensation Insurance in the amount not less than the limits required by law, with employers' liability insurance, in a minimum amount of $500,000. i) Umbrella Liability Insurance providing coverage in excess of the limits specified above for Commercial General Liability, Automobile and Employers Liability Insurance (except Worker's Compensation Insurance) in a minimum amount of ($ NIA ) per occurrence and in the aggregate. 3) General Liability, Automobile and Workers Compensation insurance policies must: a) Be endorsed to provide sixty (60) days notice of cancellation, non-renewal and/or material change to Toll Brothers. b) Include an endorsement by which the insurer waives its subrogation rights against Toll. 4) SAFETY PRECAUTIONS/EEO COMPLIANCE: Professional agrees to comply with and has full knowledge of the latest revised Occupational Safety and Health Act (OSHA) and all related Federal, State and Local safety and health regulations, and will work in accordance with the requirements therein contained. Professional• s employees must wear OSHA compliant hard hats at all times while at the project . . 5) The required policies are to be p1aced with insurance carriers with a current A.M. Best rating of"B+" or higher and the Financial Size Category (FSC) must be at least IX. 6) Within 30 days of signing this agreement, but before Professional will commence services, Professional shall furnish Toll Brothers with Acord form Certificate of Insurance and a copy of the additional insured endorsements evidencing coverage required under this Agreement. The certificate of insurance and endorsements for each policy are to be signed by a person authorized by the insurer to bind coverage on its behalf. Professional thereafter shall provide Toll-with renewal Certificates ofinsuranc~ and endorsements upon each policy renewal for the duration of this Agreement and for two years thereafter. Consultant:~ Toll Bros.,Inc.: Toll Bros.,Inc.: · Prqfes,ional Preferred lnsura= &qumun,,,,,_doc v 2.5 10/2013 p" "?5i? Community: Robertson Ranch #36.61 Section: Common Contract: 366114-02 'Toll CJJrothers 7) Other Provisions: EXHIBIT "C" Page3 of3 RISK MANAGEMENT a) The insurance provisions set out above shall not be considered as a limitation of the liability of Contractor. b) The insurance requirements and aniount of policy limits set forth in this Exhibit are minimums. These requirements shall not reduce or limit Additional Insureds' rights under any of Professionals insurance policies which provide broader coverage or greater limits. c) All deductibles and self-insured retention amounts are the responsibility of Professional, and not that of Toll Brothers. d) Except as otherwise provided, it is expressly agreed and understood that the cost of premiums for insurance maintained by Professional shall be at their own expense and shall not be reimbursed by Toll Brothers. e) The required limits may be satisfied by any combination of primary, umbrella or excess liability insurances, provided the primary policy complies with the above requirements and the excess umbrella is following-form. f) The insurance coverage's required by this contract cannot contain any exclusionary language or limitations applicable to the additional insured (Toll), that are not applicable to the named insured. g) No CGL policy shall exclude coverage for Additional Insureds for injuries to any employee of Professional, or employees of any their Subcontractor, Sub-subcontractor or insured, except Additional Insured, under such policy. COL coverage shall be available to Additional Insureds for "liability over" types of claims which involve injuries to the employees of Professional, any other Subcontractor or Sub-subcontractor or other insured. h) Professional, upon Toll's demand, shall provide Toll with complete copies of any insurance policies that Professional is required to maintain pursuant to this agreement i) Professional agrees to require each of its subcontractors to maintain the insurance coverage requirements and limits required by this Agreement (including Professional Liability), and to name "Toll Brothers, Inc., Toll Bros., Inc., their subsidiaries and affiliates" as additional insureds under each subcontractor's commercial general liability and vehicle liability insurance coverages. j) Professional agrees to obtain from each of its subcontractors a written indemnification and defense substantively identical to the indemnification and defense contained in this agreement, except that such indemnification and defense shall be from each subcontractor for the benefit of Toll. Toll shall be third party beneficiary of such written indemnification and defense. k) The failure of the Professional /Subcontractor with whom this Agreement is placed to fully and strictly comply at all times with the insurance requirements set forth herein shall be deemed a material breach of the Agreement. I) To the extent that any provision of this agreement may be declared unenforceable, such provision shall be deemed stricken as though never part of this agreement; otherwise, every other provision hereof and this agreement shall remain in full force and effect. Professional Preferred Insurance Requirements. doc 11 2. 5 Consultant~ Toll Bros.,lnc.: . Toll Bros.,Inc.: 10/2013 f ~ CONFIDENTIALITY AGREEMEN _ [CONSULTANT] Community: Robertson Ranch #3661 _ Page 1 of2 Section: Common Confidentiality Agreement (this "Agreement") dated as of March 26, 2014 by Contract: 366.L~Valley, Inc. ("Consultant") in favor of Toll Bros., Inc., Toll Brothers, Inc., and their subsidiaries and affiliates (collectively, "Toll"j. Toll is prepared to make available to Consultant certain information which Toll regards as confidential ( .. Confidential "Information") in connection with Roberson Ranch #3"661 (the "Subject Matter''). As a condition· to Toll making such Confidential. Information available and in consideration thereof. Consultant agrees as follows: 1. Confidentiality. a. Except as expressly provided in this Agreement, Consultant shall keep the Confidential Information in strict confidence and shall not use the Confidential Information, directly or indirectly, for any purpose whatsoever other than for the Consultant's performance of the services requested by Toll in connection with the Subject Matter. Without limiting the foregoing, Consultant shall not use the· Confidential Information for any purpose detrimental to Toll. b. The Confidential Information shall include all information (in whatever format) made available by Toll regarding Toll, its affiliates, or the Subject Matter, including without limitation certain financial information, projections and other proprietary information, . the existence of this Agreement, or any discussions between Toll and Consultant, the nature and substance of any such discussions and any w-ork product of Consultant which incorporates any of the foregoing matters. Confidential Information may include certain financial projections and other pl;'oprietary information. Confidential. Information does not include information which is or becomes generally available tg the public other than as a result of a disclosure· by Consultant in violation of this Agreement. · 2. Required Disclosures. . In_ the event that Consultant is requested or becomes legally compelled to niake any disclosure which is prohibited or otherwise constrained by this Agreement, Consultant agrees that" it will (i) provide Toll with prompt notice of such request(s) so that Toll (at its expense) may seek an appropriate protective order or otlier appropriate remedy and/or waive compliance with the provisio~ of this Agreement, and (ii) cooperate with Toll in its efforts to decline, resist, or narrow such requests. 3. Return of Documents. At Toll's request, any Confidential Information which has been furnished by Toll -to Consultant will be promptly returned to Tol4 except any copies of documents which must be retained by Consultant solely for purposes of complying with regulatory requirements or its established document retention policy. 4. Remedies. Consultant further acknowledges and agrees that money damag~ .would be an ina~~41¥!~e _reme~y .fo~ any 11ctmll or threatened breach of this Agreement and that Toll shall be entitled to equitable relief, including injunctive relief, to prevent any breach of the. provisions of this Agreement, without the necessity of proving actual damages or of posting any bond, and specific performance, as a remedy for any such breach. Such remedies shall not be deemed to be the exclusive remedies for a breach of this Agreement, but shall be -without·prejudice to ·an.a ·ui additfoii ·to-all -oilier rights-an.a remedies availabfe to Toll. Consultant shall indemnify and hold Toll harmless from and against any loss, claim or · r/ -----~liability-Einoluciing-legal--fees)~arising-from Consultant's breach of this-Agreement. · In '-l Consultant:·~ Toll Bros.,lnc.: Toll Bros.,lnc.: Q. Community: Robertson Ranch #3661 · Page l.ofl Section: Common Contract: 3661 i4-0lddition, a breach of this Agreement by Consulbmt shall be d~emed a bre~h by Consultant under any other agreement with Toll. 5. [Check if Applicable]. Underlying Confidentiality Agreement All or a portion of the Confidential Information has been delivered to Toll by .a third party and is subject to the attached confidentiality agreement (the ''Underlying Confidentiality Agreementj. Consultant agrees to be bound by the terms of the Underlying-Confidentiality Agreement 6. Miscellaneous. This Agreement (a) may not be amended or waived except with the written - consent of each of the parties hereto; (b) may be executed in one or more counterparts. which may delivered by facsimile or in electronic format; (c) constitutes the entire agreement between the parties with respect to the Subject Matter, and supersedes all prior· agreements; ( d) shall be. binding upon and inure to the benefit of the parties hereto and their respective successors and assigns; and ( e) shall be governed by and construed in accordance with the laws of the Commonwealth of Pennsylvania. If the Consultant shall consist of more than one party, Consultant's obligations hereunder shall be joint and several. Consultant: C?:~ i.-...--+I~ .....-6_7f= Signature By: M,.-1-+"he. w \--1 c,. IN'! PrintName Title [Attach Underlying ·confidentiality Agreement if Applicable. See No. 5 above] Consultant~~ Toll Bros.,Inc.:~ Toll Bros.,Inc.:~ rf PCSll Conmitted Cost Report.•Detail Project: 03661 contract:. Number 'lY Const. Code cost Type 3404::28 01DAY CONSULTANTS INC 149J7o as 2011 1521 Committed Amount 3661030001 Rohertaon Ranch TB-Common Survey .. 1 Check Date Invoice Numb4>r 000 Original 17,872.00 942Sl..18 0S/Jtl/14 45055 Change Order Total 17,872.00 001 change Order l Chan9f! Order Totol cost Code Total 17,872.00 340428 0 1:DAY CONSUl.TANTS lNC 36610lOODl Robertson Ranch TB-Common Site Consult " Eng -1 149J70 06 2OJ.l 1521 000 Original 2S,S0S.00 9431192 06/U/14 45149 Change Order Total 2S, 505.00 ocn Change Order 1 001 Chang& Order 1 34,805. SC Change Order Toe.al 34,B0S.S0 Cost Code Tot.al 345464 Planning systems 133128 OS 2£134 1521 60,310.50 3661030001 Robertson Ranch TB-Common Envir. Consultant 000 original 65,000.00 9406017 04/18/14 9056 94llSOJ!I 05/23/14 9122 9l!S' --------------- Change Orde:r Total 6S, 000. 00 001 Change Order 1 9415331 001 Change Ord&r l 21,425.00 9415131 --------------- Change Ord.er Total 21,425.00 Cost Code Total H,425.00 230943 tGC VALLSY INC 3661030001 J.obert:son Ranch TB·COfllftOn Geotechnical - 1 l.56500 OS 2035 1521 05/09/14 9088 05/09/14 90B8 Invoice Data 03/31/14 05/20/14 02/2&/14 04/30/14 0S/30/U 03/31/14 03/31/U Invoice ADIO\mt 312. 00 312. 00 312. 00 1,302.00 1,302.00 1,.302.00 15,026.18 15,480.00 27,725, 15 S8,231.33 19,045.00 19, ll45. 00 38,090, 00 96,J~l.33 Retention Amouni:. Amount Paid 312 .OD 312 .00 312. 00 1,302.00 1,302.00 1,302.00 15,0.26.lB 15,480.00 30,506.18 19,0.45.00 19,045.00 39,090.00 6B,59&.18 Page No. Cate - • Tot.al R~maining 1,,s60.oo 17,560.00 24,20).00 )4,805,50 59,008. so 6,768.61 6/17/H \age Complete 1. 7!t I . 00 I 1. 75 t S .10 \ . 00 I 2.16 t 89.S9 \: H,GGS.00-177.78 I 9,896.33-111.45 I- PCSll committed Cos\. Repor.;.-Detail Project: 03661 Contract Numb<er Ty conat Code cost. Type 230943 LGC VALI..EY INC 000 Origi.nal Change Order Total coat Code TOtAl Conttaitted ATDount 3G610J0(10l Robertson RAnch TB-CoffllhOn 206,645.00 205,645,00 Check Date Invoice Number 34 3 4 3 9 ALS 'ENGINEER.ING 1'1S5:?2 OS 2099 lS.21 3661030Q01 Robertaoo Ranch TB·COlllfflOn· Light Clear /Mow OCIO Original Change Order Total 001 Change Order l 001 change order 1 Change Order Total Cost Code Total Report Total 59,720.00 59, 7:!0.00 11.0,0.00 17,040.00 76,760.00 -U.B, 012.so 94:ZS0-4-7 05/30/U. ALS-TB14.07 9-425047 OS/30/14 ALS-TB1410 • 9425046 05/30/H ALS-TBUlO ALS ENGIN/:BAb'NER DJ!Y 9425D47 05/30/14 ALS-TB1410 9425046 05/30/14 ALS-TB1410 >.LS SIOG!N/BANIIE!t 01'Y Invoice Date 04/:?2/U 05/15/14 OS/15/l< OS/1S/14 DS/lS/14 Invoice l\mount 59,720.00 59,720. OD 8,940.00 l,l.00.00 e, 940.00 a, lD0.00 H, OB0.00 n,&00.0D 191, 735.lJ Retention Amount >, 972. OD s. !J7:2 .oo 5,972.00 5,972.00 Amount Paid 53,748.00 53,70.(10 9,940 IHI B,100 00 8,940.00 8,100.DD J"li,080.00 87,828.00 158,038.18 Puge No, Oat• ... Tot.al Rem..,,ining 206,645.00 2 &/17 /14 bge complete .oo \ . co \ 100.00 t 17,0-iO.OO-200.00 1; 1'1,040.00-122.20 I 256,2.77.17 42 .10 t 12-22-2014 Job Address: Permit Type: Parcel No: Valuation: Reference #: IPC $8,184,500.00 CDP11010 City of Carlsbad 1635 Faraday Av Carlsbad, CA 92008 Fee Summary Listing Lot#: 0 Permit/Project No: DWG4776 Status: Applied: Entered By: PENDING 02/21/2013 LO Project Title: EL CAMINO REAL WIDENING OF SOUTHBOUND LANES & STREET IMPROVEMENTS Applicant: TOLL BROTHERS INC STE 200 725 WEST TOWN AND COUNTRY RD ORANGE, CA 92868-4723 714-347-1300 Fee Desc ENG INSPECTION IMP & GRD PLANCK MISC SERVICES Total Fees to Date: \D C) C) C) ....... N ~ I <C (J"\ C) ~-s:t"O"I (J"\ o~N C) •• LOO LO ~~ OJ C) 0::: C N LO -0 --~-~ .. CO LO"\C) L .CJS....QJNC'..J ...CJ (f) Q) ·~ -2: ,-+-' ..c -q--... ,_ C (fJ O O"I ~ rowro N w UUUN 0::: I !.. 4->,>,~c. +-' ororoo<e a. -0 -0 0) •r->, ro ttl ~ Q) +-1LL,---O () ·~ ro <ti LO QJ QJ u u.. u.. ~ :3: 0::: Owner: RANCHO COSTERA LLC STE200 725 WEST TOWN AND COUNTRY ROAD ORANGE, CA 92868-4723 714-347-1300 Total Fee Payments Balance Due 91,077.00 .00 74,564.76 78,725.46 · 1, 2~0 . 00 91,077.00 -4,160.70 1,230.90 ,. ~ $5,840 to recycled 166,872.66 water sheets a:, co co a:, co co ---= Balance Due to Date: $88,147.20 c:, C) C) C>c:,c:, co a:> a:> s a=;a=;a=; C) C) (J"\ (J"\ (J"\ \D ---C) ©, c:, C) N C) ~co 0 LO (J"\ \D ~ro er., ~ c:, I--Lf1 ~ f---,4...-Q"'<;;j"" = a:: \D = .. c:, ll.JL.•·O CO U....O~M +-' .. :Z+-'.--Or--Cl. 3:: +-' <IJ '+-0(/) ..0+-' cnwo::: ··:JO I--0::: ..._ • • +-' (/) 1- 1-f en~ c: =cc :JEE = ro ro 1-o w w LJ..JLLUJE+...J...µ 0.. I--I-(/) -<:c 1-1 ,_, co c:, 0 c:, ID c:, c:, 0 N 0 ~m c:, Lf1 O"I ID ~co cr.,~o I-Lf1 ~ 1-f~C>(Y") = 0:::0 0::: •• CY) C) c:, C) === r--r--r--MM M a:> a:, co C',JNN ---@ UJL-"·--co: 0... ..0 '**' 0.. +-' •• :Z,4.JL Q.--Q. 3: +--' ro 4-0 er., ..Cl +-' (/) Q) a:: . -::J 0 I-0:: -• • +--' CF) 1-,-, (J) ~ C .::,;:cc :JEE o:::roro1-oww UJ s..... LLLJ E~I-J+-' 0... I-I-Cl) <C ,_, ..... c:, C) = (',J N N N NN c:, c:, C) (J"\ (J"\ (J"\ C) 0 C) c:, c:, c:, -;;a- ----co LO M .J M <C r--1-Lf1 •• Cl O"I-U I-C) Q) > ...-... ~-,--(/) ...><: Q) '--" ..c 0 = u Q) LJ..J '--" a:: 1-1--t ...><:~ o ro Q) +--' .c 0 MUI- >, ro u OJ 0 C <ti Q) > ro ::r: * * * : * * * * * * * * >-a.. C) CJ 0::: LU ~ c:, 1-(/) :::> CJ t t * * * * * * * * * * City of Carlsbad 1635 Faraday Av Carlsbad, CA 92008 12-22-2014 Permit/Project No: SWMP 1303 Job Address: Permit Type: Parcel No: Valuation: Reference #: SWMP $0.00 CDP 11-10 Fee Summary Listing Status: Lot#: 0 Applied: Entered By: Project Title: EL CAMINO REAL WIDENING WIDENING OF LANES & STREET IMPROVEMENTS TO ITS Applicant: TOLL BROTHERS INC STE 200 725 WEST TOWN AND COUNTRY ROAD ORANGE, CA 92868-4723 714-347-1300 Fee Desc SWMP INFECTIONS SWMP PLAN CHECK Total Fees to Date: Owner: CITY OF CARLSBAD Total Fee 2,837.00 3,080.00 $5,917.00 Payments .00 3,080.00 PENDING 02/21/2013 LO Balance Due 2,837.00 .00 Balance Due to Date: $2,837.00 City of Carlsbad 1635 Faraday Av Carlsbad, CA 92008 12-22-2014 Permit/Project No: SW130064 Job Address: Permit Type: Parcel No: Valuation: Reference #: Project Title: Fee Summary Listing SWPPP $0.00 EL CAMINO REAL WIDENING Lot#: 0 Status: Applied: Entered By: WIDENING OF SOUTHBOUND LANES & STREET IMPROVEMENTS Applicant: TOLLBROTHERS INC STE 200 725 WEST TOWN AND COUNTRY ROAD ORANGE, CA 92868-4723 714-347-1300 Owner: CITY OF CARLSBAD Fee Desc Total Fee Payments SWPPP INSPECTIONS-ENG 9,918.00 .00 SWPPP PLAN CHECK 2,549.00 2,549.00 Total Fees to Date: $12,467.00 PENDING 02/21/2013 LO Balance Due 9,918.00 .00 Balance Due to Date: $9,918.00 City of Carlsbad 1635 Faraday Avenue Carlsbad CA 92008 11H111111m~11rn11w11m11111~111111111111 Applicant: TOLL BROTHERS INC Description DWG4776 Receipt Number: R0108657 Transaction Date: 04/29/2015 Pay Type Method Description Amount 88,147.20 Transaction ID: R0108657 Amount Payment Check 3358 88,147.20 Transaction Amount: 88,147.20 City of Carlsbad 1635 Faraday Avenue Carlsbad CA 92008 1111111 Ila f 111111111111111 IIHll lllll l!Ui H Applicant: TOLLBROTHERS INC Description Amount SW130064 9,918.00 Receipt Number: R0108658 Transaction Date: 04/29/2015 Transaction ID: R0108658 Pay Type Method Description Amount Payment Check 3358 9,918.00 Transaction Amount: 9,918.00 City of Carlsbad 1635 Faraday Avenue Carlsbad CA 92008 I ~H Ill~ 11111111111111111111111!111111~ 1111 Applicant: TOLL BROTHERS INC Description Amount SWMP1303 2,837.00 Receipt Number: R0108659 Transaction Date: 04/29/2015 Transaction ID: R0108659 Pay Type Method Description Amount Payment Check 3358 2,837.00 Transaction Amount: 2,837.00 Commercial Electronic Office&reg; -Transaction Search II Commercial Electronic Office® -Transaction Search Date/Time Printed: 01/10/2018, 6:33 AM PST Check 9573358 -100902.20 USD Item Details Account Number Account Name Check Amount Status Posting Date As of Date 2079950020334 TOLL BROTHERS CONT DISS 9573358 100902.20 USD Debit Check Paid 05/01/2015 05/01/2015 Item Sequence Number Bank ID 001425614456 031100225 Page I of I https://wellssuite. wellsfargo.com/tsearch/imagePrint?imageID= 1 &owaspcsrftoken=L 170-... l /10/2018 ( Cicyof IMPROVEMENT PLAN DeveloQment Services FINAL SUBMITTAL Carlsbad CHECKLIST Land Development Engineering 1635 Faraday Avenue E-9 760-602-2750 www.carlsbadca.gov THIS 8ECTIONTO IE C0MPLETEO BY CllY PERSCHIEL ProjectlO CT l?>-0~ Drawing No.4'11-(p Project Name ~ R~ w~-E:t. w,·J~,,~ Planchecker ~. "Al • Project Engineer ~ • Items mar1<ed with an asterisk r) must be completed by an appropriately licensed engineer. THE FOLLOWING MARKED ITEMS MUST BE SUBMITTED FOR FINAL APPROVAL: ---G) This submittal checklist _-CE) Transmittal from engineer of work listing all items being submitted --@copy of previous city transmittal letter _-(!) Digital copy of plans _@All previous checkprints of plans, review checklist, reports, calculations, and estimates --@ •...!:L_ sets of corrected prints of the improvement plan folded to 9" X 12" (Distribution: 1 File, 1 Eng P&P, _I_~ ..J__other (specifyl::pct,-merlia,J) -----Cf)One copy of all signed conditions of approval ~ *Original mylars signed and sealed by engineer of w011c and including all other required signatures ~> Concurrent mylar submittal required (as applicable): final/parcel map, grading plans, easement documents, temporary construction easement for off-site grading, other: see below -@ One copy of approved SWPPP ____Q3) One copy of Notice of Intent Receipt letter with WDID number separated from SWPPP --@ *Two sets of approved SWMP signed and sealed by engineer of work -:--@one 24" x 36" copy of approved single sheet post-construction BMP exhibit (rolled) .clL )L Verification of submittal of securities and agreements lf rt:v,me\ 'I ~ 5 EC 14 0 ~) ._@Payment of fees in the amount of$ \00 _ggz_ U, (see enclosed Fe~~!Elary Llsting(s) for fee itemization) -$ Departrnent~~-0 _Fire, __ Parks & Recreation, ~Traffic, __ Design, __ Eng P&P, _M&O, ~other (specify): ~-me d,At-6 __ 17. OTHER: ______________________________ _ COMMENTS ________________________________ _ jsuBMITTALCOMPLETE. CHECKED BY DATE E-9 Page 3 of 3 REV 01/15 EXHIBIT F: CONSTRUCTION MANAGEMENT FEES 16 Moote Companies LLC M Q QT E Moote Companies LLC 60 Corporate Park c o M P A _N I E s Suite 100 Irvine, CA 92606 (949)428-1400 http://www.moote.com Accounts Payable Toll Brothers 725 W. Town and Country Road , Suite 200 [ Orange, CA 92868 USA i ---·-····-.J Construction Management Charges • Robertson Ranch C.O. 3661030005 El Camino Real Street Improvements • Construction Management January and Febmacy 2016 ~-------~---------·--·-·----·---·------ Thank you for your business! Invoice ••··••·lrt~f~~'.(t'-1 5179 b'..flroJ$ot::NiamE1:+ .. ~+_;'.:i~·: : ·.~1:1~aw#; ;~ ··; t:·':'~r4tra~~~f:,::\! I $21,000.00 160 105.00 16,800.00 I -----------··--···:·-·---------§f ~d Total $16,800.00 ·--------·--·----- Payment $ I 6,800.00 Moote Companies LLC M Q QT E Moote Companies LLC 60 Corporate Park C O M I' A N I E s Suite 100 Construction Management Irvine, CA 92606 (949)428-1400 http://www.moote.com ; Accounts Payable ! Toll Brothers and Country Road 92868 USA Charges • Robertson Ranch C.O. 3661030005 El Camino Real Street Improvements • Construction Management March 1-14, 2016 Thank you for your business! 40 Invoice 1 ---' :;.c.~awi; 1;,9, ,, ·· '1n~~1~1:1;:,,i·::· 03/31/2016 5218 i 105.00 4,200.00 i ------.----~--·-----"------------------+--------- i Total $4,200.00 L ------------ Payment $4,200.00 Moote Companies LLC M Q QT E Moote Companies LLC 60 Corporate Park c o M P A N I E s Suite 100 Construction Management Irvine, CA 92606 (949)428-1400 http:/ /www.moote.com Accounts Payable Toll Brothers 725 W. Town and Country Road Suite 200 • Orange, CA 92868 USA '-------------------~ Charges • Robertson Ranch C. 0. # 03661-182450-002 El Camino Real Street Improvements Project# 03661 • Construction Management March 14-April 30, 2016 138 i . I I wateJr I ! I Invoice I',,;:,: " ~f)~~<<X ; ~r;-, ' ~n¥'1.')J~/j' ?.:::1 04/30/2016 I 5275 1 105.00 14,490.00 : $4,opo to recyrled _1· --------------------------------------7-' ---____ J_ -----------1-----~- 1-------Pay::~;1----------- ~~·- Thank you for your business!