EXHIBIT B

NOTICE TO CONTRACTORS

ORANGE COUNTY, CALIFORNIA

Sealed proposals from contractors licensed in accordance with Section A, Subsection 16, Proposal Requirements and Conditions will be received on behalf of the County of Orange, hereinafter referred to as “COUNTY,” at the Office of the Clerk of the Board of Supervisors, Room 101, Hall of Administration, of the County of Orange, 333 West Santa Ana Boulevard, Santa Ana, California, on or before Wednesday, the 16th day of February, 2011 at 2:00 p.m., at which time they will be publicly opened and read in Room 169, First Floor, Hall of Administration, 333 West Santa Ana Boulevard, Santa Ana, California, for the following project to be administered by the OC Public Works Department.

CONSTRUCTION OF

Antonio Parkway and La Pata Avenue

Phase I, II and Phase III

from

900’ South of Ortega Highway

to

2,000 FeetSouth of Covenant Hills Drive

Including Bridge Widening over San Juan Creek

Hereinafter referred to as “PROJECT.”

[T1]

SCHEDULE OF WORK ITEMS
Item No. / Item Description / Estimated Quantity / Unit of Measure
Schedule I-A - Base Bid Items
1 / Progress Schedule (Critical Path Method) / 1 / LS
2 / Time Related Overhead / 400 / WDAY
3 / Reimbursement of Subcontractor Retentions / 1 / ALLOWANCE
4 / SWPPP / 1 / LS
5 / Final Erosion Control / 1 / LS
6 / Maintain Traffic and Detours / 1 / LS
7 / Mobilization / 1 / LS
8 / Class "A" Field Office / 1 / LS
9 / Clearing and Grubbing / 1 / LS
10 / (S) / Project Information Sign / 4 / EA
11 / Temporary Fencing (Type ESA and Toad Exclusionary) / 19,610 / LF
12 / Temporary 6' Chain Link Fence with Green Screen (as directed per section 9.1) / 5,000 / LF
13 / Remove (and Dispose of) Asphalt Concrete Pavement / 4,499 / CY
14 / Remove (and Dispose of) Corrugated Steel Pipe / 647 / LF
15 / Remove (and Dispose of) Reinforced Concrete Pipe / 144 / LF
16 / Remove (and Dispose of) Reinforced Concrete - Slab and Foundation / 58 / CY
17 / Remove (and Dispose of) Reinforced Concrete - Inlet / 43 / CY
18 / Remove (and Dispose of) Reinforced Concrete - Headwall / 2 / CY
19 / Cut, Remove Interferring Exist 4" RMV Water Line and Relocate in Field / 1 / EA
20 / Remove (and Dispose of) Roadside Sign / 17 / EA
21 / Remove (and Dispose of) Metal Beam Guardrail / 1 / LS
22 / (S) / Adjust (Existing) SMWD Valve Box to Grade / 7 / EA
23 / (S) / Adjust (Existing) County of Orange Survey Monument to Grade / 6 / EA
24 / (S) / Adjust (Existing) Storm Drain Manhole to Grade / 12 / EA
25 / (S) / Adjust (Existing) SMWD Lined Manhole to Grade / 10 / EA
26 / (S) / Relocate (Existing) Appurtenance - SMWD Air-Vac / Cover / 2 / EA
27 / (S) / Relocate (Existing) Appurtenance - SMWD Blow-Off / Handhole / 2 / EA
28 / (S) / Relocate (Existing) Appurtenance - SMWD CP Test Station / 2 / EA
29 / (S) / Remodel (Existing) Storm Drain Manhole / 2 / EA
30 / Unclassified Excavation / 126,000 / CY
31 / Unclassified Fill / 126,000 / CY
32 / Unsuitable Material Excavation and Recompaction / 67,300 / CY
33 / Asphalt Concrete Pavement / 19,116 / TON
34 / Asphalt Rubber Hot Mix (ARHM) GG-B Overlay / 8,211 / TON
35 / HMA Type "A" Overlay / 64 / TON
36 / Variable Depth Asphalt Concrete Pavement (MOOTE based on avg. .65') / 1,251 / TON
37 / Place Asphalt Concrete Dike - 6" Type D1-6, Per OCPW Std 120-1. / 128 / LF
38 / (S) / Cold Mill AC Pavement / 10,909 / SF
39 / (S) / Cold Mill ARHM Overlaid Pavement / 141,308 / SF
40 / Emulsion Slurry Aggregate Asphalt (Type II) / 5,000 / SY
41 / Inlet Structure Type I w/ No Local / 4 / EA
42 / Inlet Structure Type I w/ Local Depression Std APWA 313-2, CASE E / 2 / EA
43 / Inlet Structure Type I w/ Local Depr Std APWA 313-2, CASE E, Remove Interferring 16" NDW / 1 / EA
44 / Inlet Structure Type II w/ Local Depression Std APWA 313-2, CASE E / 1 / EA
45 / Inlet Structure Type I L=3.5' w/ Local Depression Per Detail / 3 / EA
46 / Inlet Structure Type II L=7’ w/ No Local / 3 / EA
47 / Inlet Structure Type II L=7’ w/ Local Depression Std 1308 / 4 / EA
48 / Inlet Structure Type II L=10’ w/ Local Depression Std 1308 / 4 / EA
49 / Inlet Structure Type II L=14’ w/ Local Depression Std 1308 / 12 / EA
50 / Inlet Structure Type II L=21’ w/ Local Depression Std 1308 / 2 / EA
51 / Reinforced Concrete Inlet / 1 / LS
52 / Reconstruct Top of Existing Inlet Structure / 1 / EA
53 / Storm Drain Outlet Structure (Bridge @ Reventment) / 1 / LS
54 / "L" Shaped Retaining Wall Outlet Structure / 1 / LS
55 / Junction Structure Type I / 11 / EA
56 / Junction Structure Type I (Modified) / 1 / EA
57 / Junction Structure Type I (omit MH) / 1 / EA
58 / Junction Structure Type II / 1 / EA
59 / Junction Structure Type II (omit MH) / 1 / EA
60 / Junction Structure Type II (Modified) / 2 / EA
61 / Junction Structure Type III / 1 / EA
62 / Junction Structure Type IV / 8 / EA
63 / Junction Structure Type VI / 12 / EA
64 / Deep Manhole Landing / 1 / EA
65 / Inlet Type V / 8 / EA
66 / Modified Parkway Culvert / 1 / LS
67 / Reinforced Concrete Collar / 10 / EA
68 / Concrete Slope Anchor / 1 / EA
69 / Air Blown Mortar (ABM) / 825 / CY
70 / Splash Wall / 52 / EA
71 / Misc Concrete / 2,393 / CY
72 / Misc Concrete - Curb Ramp, Type 1 (Modified) / 4 / EA
73 / Misc Concrete - Curb Ramp, Type 5 (Modified) / 1 / EA
74 / Misc Concrete - Curb Ramp, Type 2 (Modified) / 2 / EA
75 / Misc Concrete - Curb Ramp, Type 1 / 4 / EA
76 / Misc Concrete - Curb Ramp, Type 2 / 1 / EA
77 / Detectable Warning Surface (PH 2 Street) / 2 / EA
78 / (S) / Median Paving / 9,002 / SF
79 / (S) / County Street Lights - Phase 1 (Trench, Material & Installation) / 1 / LS
80 / Brick and Mortar Plug / 8 / EA
81 / 6' Chain Link Fence (Maint. Ped. Road) / 92 / LF
82 / 10' Chain Link Fence (Maint. Ped. Road) / 512 / LF
83 / Chain Link Gate (16' Double Swing w/ "No Trespassing" Sign) / 1 / EA
84 / (S) / Dead End MBGR / 450 / LF
85 / (S) / MBGR per Caltrans Std A77F1 / 10 / LF
86 / (S) / MBGR per Caltrans Std A77E1 / 129 / LF
87 / (S) / Terminal End System Type "SRT" per Caltrans Std A77L1 / 2 / EA
88 / (S) / MBGR Type "WB" per Caltrans Std A77J4 / 1 / EA
89 / (S) / Terminal End System Type "SKT" per Caltrans Std A77L2 / 1 / EA
90 / (S) / MBGR (Type 12DD Layout) per Caltrans Std A77E1 w/ Bridge Railing Connection / 1 / EA
91 / (S) / MBGR (Type 12DD Layout) per Caltrans Std A77F5 w/ Bridge Railing Connection / 1 / EA
92 / (S) / MBGR (Type 12C Layout) per Caltrans Std A77F1 w/ Bridge Railing Connection / 1 / EA
93 / 18 Inch RCP (2000-D Load) / 1,951 / LF
94 / 18 Inch RCP w/ 1-1/2" Extra Cover (2000-D Load) / 11 / LF
95 / 24 Inch RCP (2000-D Load) / 930 / LF
96 / 24 Inch RCP (2500-D Load) / 58 / LF
97 / 36 Inch RCP (2000-D Load) / 473 / LF
98 / 36 Inch RCP w/ 1-1/2" Extra Cover (2000-D Load) (PH 1 SD) / 68 / LF
99 / 42 Inch RCP (2000-D Load) / 180 / LF
100 / Connect RCP to Exist RCP / 16 / EA
101 / Connect Catch Basin to Exist RCP / 5 / EA
102 / 18" CSP (16 Gauge) / 192 / LF
103 / 24" CSP (16 Gauge) (PH 1 Antonio SD) / 33 / LF
104 / 36" CSP (14 Gauge) / 33 / LF
105 / 18" CSP Slotted Drain (16 Gauge) / 144 / LF
106 / Join Exist Drainage Facility / 10 / EA
107 / Const PVC Pipe to Catch Basin Connection / 2 / EA
108 / Trench Backfill Slurry of Existing Storm Drain / 12 / CY
109 / (S) / Const Flexible Coupling to Join Bridge Deck Drain / 1 / EA
110 / (S) / Remove Striping, Markings and Raised Pavement Markers / 1 / LS
111 / (S) / Traffic Striping / 17,136 / SF
112 / (S) / Pavement Marking / 29 / EA
113 / (S) / Raised Pavement Marker / 1,454 / EA
114 / (S) / Traffic Marker / 21 / EA
115 / (S) / Roadway Sign & Post / 29 / EA
116 / (S) / Roadway Sign Install on Street Light or Existing Post / 26 / EA
117 / (S) / Relocate Sign & Post / 11 / EA
118 / Aggregate Base Material / Crushed Aggregate Base Material / 1,054 / TON
119 / Rip-Rap Transition / 625 / CY
120 / Rip-Rap / 48 / CY
121 / Salvage and Relocate Rip-Rap / 607 / CY
122 / 8" PVC SDR 35 / 3,039 / LF
123 / 4" PVC Irrigation Sleeves (Purple) / 2,420 / LF
124 / 6" PVC Irrigation Sleeves (Purple) / 1,121 / LF
125 / Median Drain Inlet Assembly / 37 / EA
126 / Median Underdrain / 8,232 / LF
127 / (S) / Stainless Steel Screen / Guardian Gate / 22 / EA
128 / (S) / Stormfilter Vault / 1 / LS
129 / (S) / Traffic Signal & Lighting Systems (Antonio Parkway/ Cow Camp Road) / 1 / LS
130 / (S) / Traffic Signal & Lighting Systems (Antonio Parkway/ 'C' St & 'F' St) / 1 / LS
131 / (S) / Traffic Signal & Lighting Systems (Antonio Parkway/La Pata Avenue/Ortega Hwy) / 1 / LS
132 / (S) / Traffic Signal Interconnect / 1 / LS
133 / (S) / 30" Cast-in-Drilled-Hole Concrete Piles (La Pata Retaining Wall) / 477 / LF
134 / Structural Concrete (La Pata Retaining Wall) / 88 / CY
135 / (S) / Bar Reinforcing Steel (La Pata Retaining Wall) / 40,177 / LBS
136 / (S) / Metal Hand Railing (La Pata Retaining Wall) / 140 / LF
137 / (S) / Bridge Removal (Portion) / 1 / LS
138 / (S) / Dewatering (for Bridge and Revetment Construction) / 1 / LS
139 / (F) / Structure Excavation (Bridge) / 910 / CY
140 / (F) / Structure Excavation (Bridge) (Type D) / 45,600 / CY
141 / (F) / Structure Backfill (90% Relative Compaction) / 31,800 / CY
142 / (F) / Structure Backfill (93% Relative Compaction) / 9,250 / CY
143 / (F) / Structure Backfill (Bridge) / 1,050 / CY
144 / (S) / CIDH Concrete Piling (30") / 1,600 / LF
145 / (S) / Furnish Steel Piling (HP 10x42) / 930 / LF
146 / (S) / Drive Steel Pile (HP 10x42) / 25 / EA
147 / (S) / Furnish Steel Piling (HP 10x57) / 870 / LF
148 / (S) / Drive Steel Pile (HP 10x57) / 17 / EA
149 / (S) / Furnish Steel Piling (HP 14x89) / 9,500 / LF
150 / (S) / Drive Steel Pile (HP 14x89) / 157 / EA
151 / (S) / Prestressing Cast-In-Place Concrete / 1 / LS
152 / (F) / Structural Concrete, Bridge Footing / 960 / CY
153 / (F) / Structural Concrete, Bridge / 3,750 / CY
154 / (F) / Structural Concrete, Retaining Wall / 70 / CY
155 / (F) / Structural Concrete, Approach Type N (30S) / 110 / CY
156 / (S) / Prepare Concrete Bridge Deck Surface / 5,200 / SF
157 / (S) / Furnish Polyester Concrete Overlay / 917 / CF
158 / (S) / Place Polyester Concrete Overlay / 5,200 / SF
159 / (S) / PTFE Bearing / 10 / EA
160 / (S) / Joint Seal Assembly (Movement Rating=5 1/2") / 100 / LF
161 / (S) (F) / Bar Reinforcing Steel (Bridge) / 1,225,000 / LB
162 / (S) (F) / Bar Reinforcing Steel (Epoxy Coated, Bridge) / 9,250 / LB
163 / (S) / 12" Welded Steel Pipe Casing (Bridge) / 85 / LF
164 / (S) / 16" Welded Steel Pipe Casing (Bridge) / 85 / LF
165 / (S) / 24" Welded Steel Pipe Casing (Bridge) / 165 / LF
166 / (S) / 30" Welded Steel Pipe Casing (Bridge) / 85 / LF
167 / (F) / Minor Concrete (Curb) / 30 / CY
168 / Misc Concrete (Sidewalk) / 95 / CY
169 / (S) (F) / Miscellaneous Metal (Bridge) / 1,180 / LB
170 / (F) / Concrete Barrier (Type 26) and Concrete Barrier (Type 26A) (Mod) / 835 / LF
171 / (S) (F) / Bridge Lighting / 1 / LS
172 / (S) (F) / Bridge Deck Drainage System / 1 / LS
173 / (S) (F) / Tubular Handrailing / 835 / LF
174 / (S) / Soil Cement Revetment / 4,000 / CY
175 / (S) / Cement for Soil Cement (@ 10% Content) / 630 / TON
176 / (S) / Appurtenances for Soil Cement / 1 / LS
177 / (S) / Rip-Rap Reconstruction (Bent 5) / 1,080 / CY
178 / Rip-Rap (Bents 2, 3 & 4) / 3,100 / CY
179 / (S) / Compaction Grouting (Bent 5) / 25,200 / CF
180 / (S) / Compaction Grout Casing (Bent 5) / 9,900 / LF
181 / (S) / SMWD Domestic Water System / 1 / LS
182 / (S) / SMWD Recycled Water System / 1 / LS
183 / (S) / SMWD Non-Potable Water System / 1 / LS
184 / (S) / SMWD Sewer System / 1 / LS
185 / (S) / SMWD Trunk Sewer Relocation / 1 / LS
Schedule I-B - Deletable Base Bid Items
186 / (D) / Dry Utility Coordination - Schedule II-A Dry Utilities Installed By Others - Bridge / 1 / LS
187 / (D) / Dry Utility Coordination - Schedule II-B Dry Utilities Installed By Others - Roadway / 1 / LS
Schedule II-A - Additive Bid Items
188 / (S) (A) / SDG&E Material and Installation - Bridge / 1 / LS
189 / (S) (A) / Cox Installation - Bridge / 1 / LS
190 / (S) (A) / AT&T Installation - Bridge / 1 / LS
.
.
.
. / Schedule II-B - Additive Bid Items
191 / (S) (A) / Phase 1 Joint Trench / 1 / LS
192 / (S) (A) / Phase 2 Joint Trench / 1 / LS
193 / (S) (A) / Cox Phase 1 and 2 Sole Trench / 1 / LS
194 / (S) (A) / AT&T Phase 1 and 2 Sole Trench / 1 / LS
195 / (S) (A) / County Street Light Phase 2 Sole Trench / 1 / LS
196 / (S) (A) / SDG&E Material Phase 1 / 1 / LS
197 / (S) (A) / SDG&E Material Phase 2 / 1 / LS
198 / (S) (A) / AT&T Material - La Pata / 1 / LS
199 / (S) (A) / County Street Light Materials - Phase 2 / 1 / LS
200 / (S) (A) / RMV (DMB Ladera) Materails - Phase 1 & 2 / 1 / LS

(A) Additive Bid Item

(D) Deletable Bid Item

(F) Final Quantity Bid Item

(P) Partial Payment Bid Item

(S) Specialty Bid Item

(A) Additive Bid Item – shall be bid items that for bidding purposes are not considered part of the base bid but shall be added or subtracted from the total contract amount (based upon the bidder’s proposed bid amounts and the Agency’s available funding for the project) prior to award of the project per Section 20103.8 of the Public Contract Code.

(D) Deletable Bid Item – shall be bid items that are considered part of the bidder’s base bid but are items of work that may or may not be deleted from the total contract amount awarded as progression of the work proceeds for the project. A deletable bid item should not be confused with a deductive bid item per Section 20103.8 of the Public Contract Code, but deletable bid items will be subject to Section 3-2.2.1, “Contract Unit Prices,” of the Standard Specifications for Public Works Construction as Published by Building News, Inc. (STANDARD SPECIFICATIONS) as modified by Section B, of these Special provisions.

(F) Final Quantity Bid Item – are bid items as described in Section C, “Final Pay Quantities,” of these Special Provisions.

(P) Partial Payment Bid Item – are bid items as described in Section B, Section 9-3.2, “Partial and Final Payment,” of these Special Provisions.

(S) Specialty Bid Item – are bid items that are considered part of the total base bid but are not considered part of the contractor’s obligation to perform at least fifty percent (50%) of the work as specified in Section 2-3.2, “Additional Responsibility,” of the STANDARD SPECIFICATIONS.

A non-mandatory pre-bid meeting will be held at the County of Orange Offices, 300 N. Flower Street, Santa Ana, CA, Room 503, on Tuesday, the 1stday of February, 2011 at 9:00 a.m.

Bid Packages (reduced size Plans, Special Provisions and Reference Document CD) are available for examination without charge or may be secured upon payment, including state sales tax, of:

$ 63.25 if picked up in person

$ 63.25 if FedEx number is provided

$ 89.25 if requested by mail

Bid Package(s) requested by mail are sent via U.S.P.S. certified mail, so please include the street address to which these documents may be delivered. All plan holders are instructed to provide an e-mail address where project bid bulletins and notices can be received via e-mail.

A complete set of full-size construction plans will be available for examination at County Offices. Full-size plansets will not be made available for purchase from the County.

An complete electronic full-size planset is included on the Reference Document CD provided with the Bid Package for bidders to print should a hard copy be required.

CALL: OC Public Works/Central Files Staff (714) 834-3568 or OC Public Works Cashier (714) 834-4585

DO NOT CALL PROJECT ENGINEER FOR PURCHASE OF BID PACKAGE OR FOR A COPY OF THE PLAN HOLDER'S LIST. REQUESTS FOR THESE ITEMS FROM THE PROJECT ENGINEER MAY ONLY DELAY RECEIPT OF THESE ITEMS. SEE DETAILS BELOW.

The following items are included in the bid package and are available for inspection or separate purchase. Contact the County’s Project Manager, Harry Persaud, at (714) 834-2694 for additional information

PLANS AND REPORTS

Plans

Plans for Construction of Antonio Parkway Widening From La Pata Avenue Station 106+87 to 114+41 and Antonio Parkway Station 88+85 to Station 153+55. Prepared by various designers. Approved 10/15/10. (186 Sheets)

The above plan consists of Nine (9) individual plan sets as follows:

Title Sheet and Index Maps

Title Sheet, Phase, Street and Storm Drain Index Map and Sewer/Water and Dry Utilities Index Map (3 sheets)

Plan Set#1

Improvement Plans for La Pata Ave. / Antonio Parkway Widening (Phase 1) – The Ranch Plan. From La Pata Avenue Station 106+87.06 to Station 114+41.52 and From Antonio Parkway Station 88+85.17 to Station 97+77.85, prepared by Huitt-Zollars, Approved 10/15/10.. (35 sheets)

Plan Set#2

Antonio Parkway Widening Phase II, From Antonio Parkway Sta. 106+14+/- to Sta. 153+55+/-, prepared by Hunsaker and Associates, Approved 10/15/10.. (58sheets)

Plan Set#3

Antonio Parkway Bridge Widening Phase III from Antonio Parkway Sta. 88+35 to Sta. 106+14, prepared by URS Washington Division, Approved 10/15/10. (49 sheets)

Plan Set#4

Improvement Plans for Antonio Parkway - Phase 2, Domestic and Recycled Water" SMWD Project Code 3B2, 3D2, 988, 3C9, 557. Project No. C-1748.02, prepared by Hall and Foreman Inc. Approved 10/1/10. (11 sheets)

Plan Set#5

Antonio Parkway Trunk Sewer Relocation Plans Near San Juan Creek Lift Station" SMWD Project No. C-1686A.01, Revision No. 1, prepared by Hall & Foreman, Inc., Approved 1/07/08, revised 5/14/09. (4 sheets)

Plan Set#6

Composite Utility Reference Exhibit, prepared by Development Resource Consultants, Inc., dated 9/22/10. (4 Sheets)

Plan Set#7

SDG&E LaPata Cable Pole Relocation OH Construction Order No. 2937371, prepared by San Diego Gas & Electric, Sheet 1 of 1. Approved 07/16/10 (1 sheet)

SDG&E LaPata Cable Pole Relocation UG Construction Order No. 2937370, prepared by San Diego Gas & Electric, Sheet 1 of 1. Approved 09/23/10. (1 Sheet)

SDG&E Antonio Phase 1 Conduit & Substructure Construction Order 2915651, prepared by San Diego Gas and Electric, Sheet 1 of 1. Approved 12/01/09. (1 Sheet)

SDG&E Antonio Phase 2 / “C” Street Construction Order 2928030, prepared by San Diego Gas and Electric, Sheet 1 of 1. Approved 11/12/09. (1 Sheet)

SDG&E Antonio Phase 2 Bridge to Cow Camp Construction Order 2919440, prepared by San Diego Gas and Electric, Sheet 1 of 1. Approved 2/23/10. (1 Sheet)

SDG&E LaPata / Antonio Street Lights Phase 1 Construction Order No. 2915650, prepared by SDG&E, Sheets 1 and 2 of 2. Approved 7/21/10. (2 Sheets)

SDG&E Antonio Phase 2 Street Lights Construction Order No. 2919442, prepared by San Diego Gas & Electric, Sheets 1 thru 4 of 4. Approved 7/21/10. (4 sheets)

SDG&E Antonio Phase 3 Bridge Construction Order 2919441, prepared by San Diego Gas and Electric, Sheet 1 of 1. Approved 9/10/09. (1 Sheet)

SDG&E Antonio Parkway Bridge, Phase 3 – Electric Conduit Supports Construction Order No. 2919441, prepared by SDG&E, Approved 3/30/09. (4 Sheets)

Plan Set#8

AT&T of California Job# LE(33) 7875413, Dwg. 1 (La Pata), prepared by AT&T California, Approved 7/14/2010. (1 Sheet)

AT&T of California Job# LE(33) 7785721 L-1 (Antonio Ortega to Bridge), prepared by AT&T California, Approved 7/29/2010. (1 Sheet)

AT&T of California Job# LE(33) 7321744 L-1 and L-2 (Antonio N. of Bridge), prepared by AT&T California, Approved 5/08/09. (2 Sheets)

Plan Set#9

Cox Communications WO#1 (LaPata) Conduit Route Plan 41005070315CVCSJ50, prepared by Cox Communications, Approved 6/23/2008. (1 sheet)

Cox Communications (Phase 2 and 3) Conduit Route Plan 41005090315BB0SR63, prepared by Cox Communications, Approved 8/2/2010. (1 sheet)

Plan Set#10

Antonio Parkway Landscape Improvement Plans, prepared by Land Concern Inc., Approved ______(17 sheets)

Plan Set#11

Antonio Parkway Irrigation Improvement Plans, prepared by Water Concern Inc., Approved ______(23 sheets)

Reports

Soils Reports – GMU Geotechnical (See Section C-15SOIL CONDITIONS for Listing)

April 21, 2009 Response to Caltrans Comments dated January 28, 2009, and Supplement to Addendum/Update to Phase I Environmental Site Assessment, Planning Area 1 (Ortega Gateway) dated September 15, 2006

Phase I Environmental Site Assessment, Planning Area 1 (Ortega Gateway) Ortega Highway at Antonio Parkway, San Juan Capistrano, California, dated May 1, 2003 (Revised February 2004)

Phase I Environmental Site Assessment and Initial Site Assessment for Hazardous Wastes – Antonio Parkway Improvements Project Phase 2 and 3, Prepared by EEI Inc., Approved April 3, 2009

Hazardous Materials Assessment, Antonio Parkway Widening Project. Antonio Parkway, San Juan Capistrano California. Dated August 9, 2010 (40 pages)

Hazardous Materials Assessment Review for the Antonio Parkway Widening Project, Antonio Parkway at Ortega Highway, Unincorporated San Juan Capistrano, CA, Dated August 19, 2010 (2 pages)

Water Quality Management Plan (WQMP) for La Pata Avenue and Antonio Parkway Widening Project Phase 1 – The Ranch Plan. Addendum No. 2 to OCPW WQMP No. 09-01. Prepared by Huitt-Zollars, Inc. - – App’d April 7, 2010.

Water Quality Management Plan (WQMP) for Antonio Parkway Widening Phase 3 – Antonio Bridge Widening No. 55C-0628 Maintenance & Pedestrian Access Plan. Addendum No. 1 to OCPW WQMP No. 09-03. Prepared by Huitt-Zollars, Inc. – App’d April 7, 2010.

OC Public Works (formerly PFRD/RDMD) Standard Plans (current issue) and Supplement(s) thereto are also part of a construction agreement included in the bid package, hereinafter referred to as “AGREEMENT.” Copies of the STANDARD PLANS and Supplement(s) thereto are available for examination without charge at the following website link:

Or, in person at 300 North Flower Street (Room 252), Santa Ana, or may be secured upon payment with the Bid Package for an additional charge, including state sales tax of:

OC PUBLIC WORKS Standard Plans with addendum

$13.20 if picked up in person

$13.20 if FedEx number is provided

$23.90 if requested by mail

All checks shall be made payable to:

County of Orange

P.O. Box 4048 (mailing address)

300 North Flower, (street address)

Santa Ana, California92702-4048

(714)834-3568 or (714)834-4585

Orders which are not properly addressed or payable are subject to delay. The COUNTY shall not accept responsibility for that delay.

There will be no refund for return of Bid Package(s), and return is not required.

Bidders wishing to obtain a freelist of plan holders by e-mail may e-mail their request (please include the full project title) to the OC Public Works Cashier at the following address:

Alternatively, a plan holders list may be received by mail by notifying the OC Public Works Cashier at the mailing address shown above. Please include the full title of the project, and include a check payable to COUNTY in the amount of fifty five cents ($0.55) to cover copying costs for the list of plan holders. A copy by fax may be received for sixteen cents ($0.16) by calling (714)834-3568 or (714)834-4585. Due to the complexity of COUNTY projects and the typically large number of bidders encountered on each project, the OC Public Works Staff will make no attempt to read a list of plan holders to prospective bidders over the telephone. Bidders requesting lists of plan holders are advised that the list will be current as of the date the request is processed and, if requested by mail, the request should be timed as to allow for normal mail service.