Loading...
CMD99B, CMS01E, CMS03A, CMS03GTO: City Council CITY OF ENCINITAS AGENDA REPORT CITY COUNCIL Meeting Date: December 10, 2003 VIA: Kerry L. Miller, City Manager FROM: W6tei ota- Robles, Director of Engineering Services SUBJECT: Award of contract for construction of Four Street and Two Drainage Improvement Projects at various locations in the City to Zondiros Construction in the amount of $481,829.00 (CMS01E, CMD0313, CMD01A, CMS03G, and CMS03A). BACKGROUND: In order to reduce administration and construction costs six separate small Capital Improvement Projects were combined into one bid package. These projects are: 1. Melba Road /Regal Road Street Improvements — reconstruction of street improvements and addition of concrete curb, gutter and sidewalk as part of the Safe Routes to School. 2. Encinitas Boulevard at San Elijo Refuse Area Road — construction of drainage spillway to reduce the amount of storm water draining across a superelevated (banked) section of Encinitas Boulevard. Opportunities to hydroplane are reduced by removing water from the pavement surface. 3. Encinitas Boulevard at Hummingbird Hill - construction of storm drain improvements to reduce the amount of storm water draining across a superelevated (banked) section of Encinitas Boulevard. Opportunities to hydroplane are reduced by removing water from the pavement surface. 4. San Elijo Avenue at Verdi Avenue - Street Improvements - reconstruction of street improvements and addition of concrete cross gutter. 5. Paseo De Las Flores Street Improvements — construction of golf cart crossing. 6. Clark Avenue Street Improvements — reconstruction of street improvements and addition of concrete curb, gutter and sidewalk. The new street improvement surface is more durable requiring less maintenance and safer. The storm drain improvements will promote a safer driving surface. Two of these projects are being constructed in large part to provide children with proper sidewalks to go to and from school away from vehicular traffic. ar6558 ANALYSIS: On November 4, 2003 one bid was received for the construction of the Four Street and Two Drainage Improvement Projects. The Engineer's estimate is'$452,500.00. The bid was as follows: Zondiros Corporation FISCAL AND STAFF IMPACTS: $ 481,829.00 Funding for this project is included in the Capital Improvement Program under CMS01 E, CMD0313, CMD01A, CMS03G, and CMS03A. The following is a breakdown of current and projected costs for the project: Current costs: $ 23,700.00 Construction: $481,829.00 Construction staking: $ 12,250.00 Estimated soil /material testing cost $ 2,000.00 Estimated inspection cost $ 10,500.00 Sub -total $530,279.00 Contingency $ 48.000.00 Total costs $578,279.00 RECOMMENDATION: It is recommended that the City Council award the Four Street and Two Drainage Improvement Projects contract to Zondiros Corporation in the amount of $481,829.00. Attachment: Exhibit A, Vicinity Map ar6558 n r C� O O 2 0 Q J • G�7 O O O 7 , VICINITY AP O 0 - z E � tES v d .9 NCINITAS FE OR. 01 ? J RMING14AM DRIVE "wJ O Y \ PROJECT LOCATION LA iO MELBA ROAD'ANO REGAL ROAD @ ENCINITAS BLVD.AT SAN ELIJO REFUSE AREA ROAD O3 ENCINITAS BLVD.AT HUMMING BIRD HILL t�4 SAN ELIJO AVENUE AND VERDI AVENUE OS PASEO DE LAS FLORES- GOLF CART CROSSING �6 CLARK AVENUE STATE OF A mnRNIA a ar �„ ';SPORTATION AND HO re G A ,Fryw FRAY DAVI overnor DEPARTMENT OF TRANSPORTATION DISTRICT II LOCAL ASSISTANCE I P. 0. BOX 85406, M.S. 30 f r� : ,p SAN DIEGO, CA 92186 -5406 PHONE (858) 616 -6524 i G; �"(- _p7�"12l� L 1 FAX (858) 616 -6532 r. i Flex your power! TTY (619) 688 -6670 V ti v 0 4 "t '- G T C_`1 T Be energy efficient! May 29,2003 ; PVC,; olrb C 11 ,APL_ , Dear I would like to bring to your attention the following` v g policy for local agency compliance under the Americans with Disabilities Act (ADA) for curb ramps that are not present or not constructed to Federal standards within the project limits of an existing or future Federal -aid project. (See _vww.ada.gov /or www.access- board.g)v/indexes(t)ubsindex.htm for applicable Federal Standards). • For projects with PE authorized or initiated by the Local Agency 111j2r to June 1, 2003, all non- standard curb ramps within the limits of the Federal project must be brought into compliance by the completion of construction or be addressed in a transition plan by September 1 2003 • For projects with PE authorized or initiated after to June 1, 2003, all non - standard curb ramps within the limits of the Federal project must be brought into compliance as part of PS & E submittal for construction authorization. — The curb ramp retrofit is eligible for Federal reimbursement from whatever fund source is programmed for the project, (i.e. RSTP, CMAQ, HBRR, HES, etc.) provided the funds required are within the programmed or authorized Federal dollar amount for the project. In any case regardless of how the work is funded, the local agency must take action to be in compliance with the above olic or 'eo ardize Federal fundinLy for the entire ro'ect. This applies to all curb ramps within the project limits that have access to a path or sidewalk that is ADA accessible. I have also attached a list of questions and answers pertaining to this policy for your consideration, and the reference to Title 28 Code of Federal Regulations relating to transition plan requirements. If you have any additional questions, please contact the appropriate Program Coordinator, or Barbara Balch, Local Assistance Liaison at (858) 616 -6525. Sincerely, Gary Vettese District 11 Local Assistance Engineer Enclosure: Curb Ramps on Federal -aid Projects ADA Compliance Q & A Title 28 Code of Federal Regulations, Part 35, Section 35.150 (d) GV /dlr Q & A RELATED TO ADA COMPLIANCE WITH FEDERAL -AID POLICY 1) Does this policy apply to Federal -aid projects for non -RRR work (Le, signing, striping, signal interconnect, etc)? Yes... the policy applies to all Federal -aid projects regardless of the scope and fund source, as long as the deficiency is within the limits of the Federal -aid project. (2) Does upgrading curb ramps apply to locations where (1) a curb ramp does not exist, (2) a curb ramp exists but it was constructed to the State standard rather than the Federal standard, and (3),locations where there is no path of travel (i.e. sidewalk or pedestrian walkway)? (1) Yes... a curb ramp to Federal standards must be installed where a curb ramp does not exist but a path of travel for a handicapped person does (i.e. sidewalk). (2) Yes... the existing curb ramp has to be upgraded to the Federal standard (refer to www.ada.govl) (3) No... a curb ramp does not have to be installed where there is no existing path of travel for the handicapped. (3) Can any Federal fund source be used to fund curb ramp retrofit within the project limits, and is there a limit as to how much can be used? The cost of designing and constructing ADA compliant curb ramps within the project limits is Federally reimburseable as long as it is within the programmed and authorized amounts for funding. If the cost exceeds the amount programmed or authorized for project funding, then it is up to the local agency to get approval from Caltrans or the MPO for additional funding, or use their own funds to complete the work. The work must be completed at the time of final inspection or they will have to identify that the work will be included in a transition plan for upgrading all ramps within the City limits for ADA compliance (transition plans only apply to projects with PE initiated prior to June 1, 2003). (4) Does Local Assistance have to approve transition plans? No... not at this time... but the Local Agency should send a letter to the DLAE stating that they have included future upgrading of a deficient curb ramp within the project limits to Federal ADA standarads as part of their transition plan prior to the DLAE sfgninq -off on final inspection (applicable only to projects where PE initiated prior to June 1, 2003) (5) How will Local Assistance enforce ADA compliance? (1) The field review form will be modified to identify if there are deficient curb ramps within the project limits that have to be upgraded as part of the Federal -aid project, (2) The PS &E checklist will be modified for the local agency to certify compliance with Federal -aid standards, (3) Spot checks of PS &E plans at the time of PS &E submittal, and (4) at the time of final inspection. (6) Can Local Assistance deny Construction Authorization if the Local Agency has not addressed compliance with ADA standards in their PS &E package submittal? Yes... if the PE was initiated after June 1. 2003, there is no option for including future curb ramp upgrades in a transition plan. Therefore, if it is not included as part of the PS &E package for projects where PE was initiated after June 1, 2003, construction authorization could be denied until (a) the curb ramp upgrade is added to the project plans, (b) the local agency formally commits to including the work as a CCO in construction, or (c) the local agency formally commits to doing the work by separate contract, or with their own forces, and having the curb ramp upgrade completed no later than the completion of construction of the Federal aid proiect. State of Califomia DEPARTMENT OF TRANSPORTATION Memorandum To: DEPUTY DISTRICT DIRECTORS for Local Assistance Business, Transportation and Housing Agency Flex your power! Be exert/ efflcleetl Date: May 6, 2003 DISTRICT LOCAL ASSISTANCE ENGINEERS Fue: ADA Districts 1 -12 From: TERRY L. ABBOTT Chief Division of Local Assistance subject: Curb Ramps on Local Agency Federal -aid Projects The purpose of this memorandum is to bring to your attention the responsibilities that both Caltrans and local agencies have under the Americans with Disability Act (ADA) regarding curb ramps on local agency projects within the public right -of -way. Under ADA, local agencies must comply with ADA standards for new construction and alterations. A resurfacing, restoration, and rehabilitation (RRR) is regarded as an alteration. The U.S. Department of Justice and the U.S. Access Board both have very comprehensive websites committed to accessible design. The websites include ADA design standards, a design guide, and references to the Transportation Enhancement Act (TEA) 21. They are respectively located at: b=://www.ada.gov/ hU://www.access-board.goy/indexes/t)ubsindex.htin Caltrans' Division of Local Assistance and the Department of General Services, Division of State Architecture (DSA) are working together with the Federal Highway Administration (FH WA) to resolve the curb ramp design differences between federal and State standards. In the interim, federal ADA standards must be used on federal -aid projects. To maintain compliance and delivery of our federal -aid projects, the following procedures and implementation dates are being established: For federal -aid projects with a Preliminary Engineering (PE) authorization date before June 1, 2003, all curb ramps within the project limits must comply with current federal ADA requirements by completion of project construction, or must be evaluated for compliance and those out of compliance must be included in the local agency's updated transition plan by September 1, 2003. This also applies to federal -aid projects in which the PE is funded by the local agency and the PE is initiated before June 1, 2003. For "Caltra- improver mobility across California" Deputy District Directors for Local Assistance District Local Assistance Engineers Districts 1 -12 ,. May 6, 2003 Page 2 information on transition plan requirements, please refer to Title 28 Code of Federal Regulations, Part 35, Section 35.150(d). 2. For Federal -aid projects with a PE authorization date after June 1, 2003, all curb ramps within the Project limits must be brought into compliance with current federal ADA requirements no later than the completion of the construction of the project. This also applies to federal -aid projects in which the PE is funded by the local agency and the PE is initiated after June 1, 2003. Each local agency should be aware that the modification, replacement, or construction of curb ramps to meet federal ADA standards is eligible for federal-aid funding. Each local agency should also be aware that failure to comply with current federal ADA requirements for curb ramps within the project limits can result in the partial or complete withdrawal of federal-aid funds from the project. Please bring the above to the attention of the local agencies within your district. Their cooperation in helping to 'provide full access to disabled persons in California is required and greatly appreciated by FHWA, DSA, and Caltrans. All questions from the local agencies regarding the above should be referred to the District Local Assistance Engineer. c: Metropolitan Planning Organizations Regional Transportation Planning Agencies Michael Mankin, Division of State Architect David Nicol, Federal Highway Administration "Cahraas improver mobility across California" Department of Justice H 35.141,35.148 (Reserved] Subpart D— Program Accessibility § 35.149 Discrimination prohibited. Except as otherwise provided in §35.150, no qualified individual with a disability shall, because a public enti- ty's facilities are inaccessible to or un- usable by individuals with disabilities, be excluded from participation in, or be denied the benefits of the services, pro- grams, or activities of a public entity, or be subjected to discrimination by any public entity. §35.150 Existing facilities. (a) General. A public entity shall op- erate each service, program, or activity so that the service, program, or activ- ity, when viewed in its entirety, is readily accessible to and usable by in- dividuals with disabilities. This para- graph does not — (1) Necessarily require a public entity to make each of its existing facilities accessible to and usable by individuals with disabilities; (2) Require a public entity to take any action that would threaten or de- stroy the historic significance of an historic property; or (3) Require a public entity to take any action that it can demonstrate would result in a fundamental alter- ation in the nature of a service, pro- gram, or activity or in undue financial and administrative burdens. In those circumstances where personnel of the public entity believe that the proposed action would fundamentally alter the service, program, or activity or would result in undue financial and adminis- trative burdens, a public entity has the burden of proving that compliance with §35.150(a) of this part would result in such alteration or burdens. The deci- sion that compliance would result in such alteration or burdens must be made by the head of a public entity or his or her designee after considering all resources available for use in the fund- ing and operation of the service, pro- gram, or activity, and must be accom- panied by a written statement of the reasons for reaching that conclusion. If an action would result in such an alter- ation or such burdens, a public entity shall take any other action that would §35.150 . not result in such an alteration or such burdens but would nevertheless ensure that individuals with disabilities re- ceive the benefits or services provided by the public entity. (b) Methods —(1) General. A public en- tity may comply with the require- ments of this section through such means as redesign of equipment, reas- signment of services to accessible buildings, assignment of aides to bene- ficiaries, home visits, delivery of serv- ices at alternate. accessible sites, alter- ation of existing facilities and con- struction of new facilities, use of acces- sible rolling stock or other convey- ances, or any other methods that re- sult in making its services, programs, or activities readily accessible to and usable by individuals with disabilities. A public entity is not required to make structural changes in existing facilities where other methods are effective in achieving compliance with this sec- tion. A public entity, in making alter- ations to existing buildings, shall meet the accessibility requirements of §35.151. In choosing among available methods for meeting the requirements of this section, a public entity shall give priority to those methods that offer services, programs, and activities to qualified individuals with disabil- ities in the most integrated setting ap- propriate. (2) Historic preservation programs. In meeting the requirements of §35.150(a) in historic preservation programs, a public entity shall give priority to methods that provide physical access to individuals with disabilities. In cases where a physical alteration to an historic property is not required be- cause of paragraph (a)(2) or (a)(3) of this section, alternative methods of achieving program accessibility in- clude— (I) Using audio - visual materials and devices to depict those portions of an historic property that cannot other- wise be made accessible; (ii) Assigning persons to guide indi- viduals with handicaps into or through portions of historic properties that cannot otherwise be made accessible; or (iii) Adopting other innovative meth- ods. 511 §35.151 (c) Time period for compliance. Where structural changes in facilities are un- dertaken to comply with the obliga- tions established under this section, such changes shall be made within three years of January 26, 1992, but in any event as expeditiously as possible. (d) Transition plan. (1) In the event that structural changes to facilities will be undertaken to achieve program accessibility, a public entity that em- ploys 50 or more persons shall develop, within six months of January 26, 1992, a transition plan setting forth the steps necessary to complete such changes. A public entity shall provide an oppor- tunity to interested persons, including individuals with disabilities or organi- zations representing individuals with disabilities, to participate in the devel- opment of the transition plan by sub- mitting comments. A copy of the tran- sition plan shall be made available for public inspection. (2) If a public entity has responsi- bility or authority over streets, roads, or walkways, its transition plan shall include a schedule for providing curb ramps or other sloped areas where pe- destrian walks cross curbs, giving pri- ority to walkways serving entities cov- ered by the Act, including State and local government offices and facilities, transportation, places of public accom- modation, and employers, followed by walkways serving other areas. (3) The plan shall, at a minimum - (i) Identify physical obstacles in the public entity's facilities that limit the accessibility of its programs or activi- ties to. individuals with disabilities; (ii) Describe in detail the methods that will be used to make the facilities accessible; (iii) Specify the schedule for taking the steps necessary to achieve compli- ance with this section and, if the time period of the transition plan is longer than one year, identify steps that will be taken during each year of the tran- sition period; and (iv) Indicate the official responsible for implementation of the plan. (4) If a public entity has already com- plied with the transition plan require- ment of a Federal agency regulation implementing section 504 of the Reha- bilitation Act of 1973, then the require- ments of this paragraph (d) shall apply 28 CFR Ch. 1 (7 -1-02 Ediflon) only to those policies and practices that were not included in the previous transition plan. (Approved by the Office of Management and Budget under control number 1190 -0004) [56 FR 35716, July 26, 1991, as amended by Order No. 1694 -93, 58 FR 17521, Apr. 5, 1993] §35.151 New construction and alter- ations. (a) Design and construction. Each fa- cility or part of a facility constructed by, on behalf of, or for the use of a pub- lic entity shall be designed and con- structed in such manner that the facil- ity or part of the facility is readily ac- cessible to and usable by .individuals with disabilities, if the construction was commenced after January 26, 1992. (b) Alteration. Each facility or part of a facility altered by, on behalf of, or for the use of a public entity in a man- ner that affects or could affect the usability of the facility or part of the facility shall, to the maximum extent feasible, be altered in such manner that the altered portion of the facility is readily accessible to and usable by individuals with disabilities, if the al- teration was commenced after January 26, 1992. (c) Accessibility standards. Design, construction, or alteration of facilities in conformance with the Uniform Fed- eral Accessibility Standards (UFAS) (appendix A to 41 CFR part 101 -19.6) or with the Americans with Disabilities Act Accessibility Guidelines for Build- ings and Facilities (ADAAG) (appendix A to 28 CFR part 86) shall be deemed to comply with the requirements of this section with respect to those facilities, except that the elevator exemption contained at section 4.1.3(5) and section 4.1.6(1)(k) of ADAAG shall not apply. Departures from particular require- ments of either standard by the use of other methods shall be permitted when it is clearly evident that equivalent ac- cess to the facility or part of the facil- ity is thereby provided. (d) Alterations: Historic properties. (1) Alterations to historic properties shall comply, to the maximum extent fea- sible, with section 4.1.7 of UFAS or sec- tion 4.1.7 of ADAAG. (2) If it is not feasible to provide physical access to an historic property in a manner that will not threaten or 512 RIGHT OF ENTRY Permission is hereby granted to the City of Encinitas or its authorizes agents, hereinafter referred to as the City, to enter upon the undersigned Grantor's property located at 939 Regal Road, (APN 258 - 251 -22) for the purpose of the construction of a cut bank slope necessary for the construction of street, curb, gutter and sidewalk as shown on the attached improvement plan. This is a part of the Safe Walk to School Program. ACKNOWLEDGE By: ka� �Zi7 to Z 6- Charles White Family Trust Joyce White Family Trust er tree - HE City of Encinitas storm drain From: "Hider, Kathleen" <Kathleen.Hider @sdcounty.ca.gov> To: 'Roger Free" <RFree @ci.encinitas.ca.us> Date: 11/24/03 2:44:33 PM Subject: RE: City of Encinitas storm drain improvements to County owned Landfill property Roger, Thanks for the update on the City project. Here is my address, for the return of the signed permit: County of San Diego Department of Public Works Attn. Kathleen Hider 5555 Overland Avenue, Bldg. 6 San Diego, CA 92123 -1295 Kathleen Hider - - - -- Original Message---- - From: Roger Free [mailto :RFree @ci.encinitas.ca.us] Sent: Monday, November 24, 2003 2:30 PM To: Hider, Kathleen Subject: City of Encinitas storm drain improvements to County owned Landfill property TO: Kathleen Hider, Real Property Agent County of San Diego FR: Roger Free, Civil Engineer City of Encinitas RE: Status of our project at the County Landfill property in Encinitas and the grant of right -of -entry Kathleen, On November 4, 2003, the City opened the bids to do a group of City of Encinitas projects including the construction of a spillway at the entrance to the County Landfill on Encinitas Boulevard west of the intersection with Rancho Santa Fe Road and Manchester Avenue (APN 259 - 190 -52). We will be taking a staff report to City Council on December 10, 2003, authorizing the award of the contract. The contractor will then get his bond package together and submit that to the City for approval. We expect the contractor would have all of his documents and approvals ready on or about January 5, 2004, however we do not know when he will begin work on this project. I need your address to return the Right -of -Entry Permit. I will call Fred Bast to keep him imformed as to our progress. Thanks, �. _P. " e - i o Encinitas storm drain im rovemen Roger Free, P.E. City of Encinitas CC: 'Bast, Fred" <Fred.Bast @sdcounty.ca.gov> rm arain improvements to Countv'own e From: Hider, Kathleen" <Kathleen.Hider @sdcounty.ca.gov> To: <rfree @ci.encinitas.ca.us> Date: 9/5/03 1:23:39 PM Subject: City of Encinitas storm drain improvements to County owned Landfill property TO: Roger Free, Civil Engineer City of Encinitas FR: Kathleen Hider, Real Property Agent County of San Diego RE: Grant of right -of -entry for City storm drain improvement on a portion of County Landfill property Roger, The right -of -entry permitting City work on County parcel (APN 259 - 190 -52) is attached in file format. Please contact Fred Bast, Civil Engineer for the Landfill Management Group, at the start of your construction project, and previous to the completion of the project. Fred's number is (858) 495 -5373. Please review the attached permit. If the permit is satisfactory, sign the permit and return i o me for % t County signature. Note: 1) the exhibit "A" referred to on the permit is the County assessor page for APN 259 - 190 -52. Let me know if you need a copy of this page, or if it is available for you to print out at your offices. 2) Check clause 2. - is the length of time allowed for construction adequate? if not, input time required for project construction. 3) On the signature block for the City - type in the name of who is authorized to sign for the City. Thanks, Kathleen (858) 495 -5373 <<Encinitas II Landfill permit.rtf>> CC: "Quasarano, Susan" < Susan .Quasarano @sdcounty.ca.gov >, "Bast, Fred" <Fred. Bast @sdcounty.ca.gov> MEMO To: Peter Cota - Robles From: Roger Free 45 � Date: September 9, 2003 Re: Right -of -Entry Permit from County I received the Right -of -Entry Permit from the Real Property Department of the County of San Diego to construct a portion of drainage improvements along Encinitas Boulevard within their right -of -way. The project consists of the construction of a spillway from the access road to the San Elijo Refuse Area to an existing storm drain. This will help to remove some of the water that currently sheets across a section of Encinitas Boulevard that is superelevated. I reviewed the document and find it to be acceptable. I need your signature where indicated. Thank you City Of Encinitas November 24, 2003 County of San Diego Department of Public Works Attn. Kathleen Hider 5555 Overland Avenue, Bldg. 6 San Diego, CA 92123 -1295 RE: Grant of right -of -entry on a portion of County Landfill in Encinitas Kathleen, I am enclosing the signed Right -of -Entry Permit for execution. Please send me a copy when executed. Th A. Free, P.E. y of Encinitas 505 South Vulcan Avenue Encinitas, CA 92024 (760) 633 —2702 rfreeCcD-ci.encinitas.ca us TEL 760- 633 -2600 1 FAX 760- 633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760- 633 -2700 � recycled paper From: Roger Free To: Kathleen. Hider @sdcounty.ca.gov Subject: City of Encinitas storm drain improvements to County owned Landfill property TO: Kathleen Hider, Real Property Agent County of San Diego FR: Roger Free, Civil Engineer City of Encinitas RE: Status of our project at the County Landfill property in Encinitas and the grant of right -of -entry Kathleen, On November 4, 2003, the City opened the bids to do a group of City of Encinitas projects including the construction of a spillway at the entrance to the County Landfill on Encinitas Boulevard west of the intersection with Rancho Santa Fe Road and Manchester Avenue (APN 259 - 190 -52). We will be taking a staff report to City Council on December 10, 2003, authorizing the award of the contract. The contractor will then get his bond package together and submit that to the City for approval. We expect the contractor would have all of his documents and approvals ready on or about January 5, 2004, however we do not know when he will begin work on this project. I need your address to return the Right -of -Entry Permit. I will call Fred Bast to keep him imformed as to our progress. Thanks, Roger Free, P.E. City of Encinitas PROPOSAL TO THE CITY COUNCIL CITY OF ENCINITAS, CALIFORNIA FOR 1. Melba Road/Regal Road Street Improvements 2. Encinitas Boulevard Replacement of Concrete Spillways with Sidewalk Under Drains 3. Encinitas Boulevard at San Elijo Refuse Area Road Construction of Concrete Spillway 4. Encinitas Boulevard at Hummingbird Hill Construction of Storm Drain Improvements 5. San Elijo Avenue at Verdi Avenue Street Improvements 6. Paseo de las Flores Construction of Golf Cart Crossing 7. Clark Avenue at Leucadia Boulevard Street Improvements NAME OF BIDDER 0 1�1) 11L�5 GO t2 p BUSINESSADDRESS ST /yt S ti( � e- __ 69 PLACE OF RESIDENCE SPA IU A.D n•,, �� The work to be done consists of furnishing all labor, equipment and materials necessary for construction of 1. Melba Road /Regal Road Street Improvements 2. Encinitas Boulevard Replacement of Concrete Spillways with Sidewalk Under Drains 3. Encinitas Boulevard at San Elijo Refuse Area Road Construction of Concrete Spillway 4. Encinitas Boulevard at Hummingbird Hill Construction of Storm Drain Improvements 5. San Elijo Avenue at Verdi Avenue Street Improvements 6. Paseo de las Flores Construction of Golf Cart Crossing 7. Clark Avenue at Leucadia Boulevard Street Improvements within the City of Encinitas as described in these Special Provisions. The undersigned, as Bidder, declares that he has carefully examined the locations of the proposed work and the annexed proposed form of contract, and he proposes, and agrees if this proposal is accepted, that he will contract with the City of Encinitas, in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time therein prescribed, and according to the requirements of the Engineer as therein set forth, and that he will take in full payment therefor the following item prices, listed both in figures and in words. The bidder understands that the following quantities are approximate only, being given as a basis for the comparison of bids and the City 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 and in the best interests of the City by the Engineer. Receipt is hereby acknowledged of Addenda No(s). con6663 D -2 Melba Road /Regal Road Street Improvements Encinitas Boulevard Replacement of Concrete Spillways with Sidewalk Under Drains Encinitas Boulevard at San Elijo Refuse Area Road Construction of Concrete Spillway Encinitas Boulevard at Hummingbird Hill Construction of Storm Drain Improvements San Elijo Avenue at Verdi Avenue Street Improvements Paseo de las Flores Construction of Golf Cart Crossing Clark Avenue at Leucadia Boulevard Street Improvements GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS" AND "DESIGNATION OF OWNER OPERATOR/LESSORAND AMOUNT OF OWNER OPERATOR/LESSOR WORK" FORMS REFERENCES Prior to preparation of the following Subcontractor and Owner Operator /Lessor disclosure forms Bidders are urged to review the definitions in section 1 -2 of the SSPWC and of the Special Provisions to this Contract especially, "Bid ", "Bidder', "Contract ", "Contractor', "Contract Price ", "Contract Unit "Price ", "Engineer', "Subcontractor" and "Work" and the definitions in section 1 -2 of the Special Provisions especially "Own Organization" and "Owner Operator /Lessor'. Bidders are further urged to review sections 2 -3 SUBCONTRACTS of the SSPWC and section 2 -3.1 of these Special Provisions. CAUTIONS These forms will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non - responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or owner operator / ejected as or ted as otherwise to be performed by forces other than the Bidder's own organization will be r non - responsive. Specialty items of work that may be so designated by the Engineer to the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor or Owner Operator /Lessor who the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor or Owner Operator /Lessor licensed as a contractor by the State of California who the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one -half of one percent (0.5 %) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. Bidder shall use separate disclosure forms for each Subcontractor or Owner Operator /Lessor of manpower and equipment that it proposed to use to complete the Work. Additional copies of the forms must be attached if required to accommodate the Contractor's decision to use more than one Subcontractor or Owner Operator /Lessor. All items of information must be completely filled out. These forms must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non - responsive. con6663 D -3 Neither the amount, in dollars, of work performed by the Bidder's own forces (as Contractor) nor the Bidder's overhead and profit for subcontracted items of the work is included to compute the percentage of the work performed by Subcontractors or Owner Operators/Lessors. When the Bidder proposes that any bid item will be installed by a Subcontractor or Owner Operator /Lessor the amount, in dollars, of the bid item installed by each Subcontractor or Owner Operator /Lessor must be entered under the columns "Amount of Subcontracted Bid Item Including Subcontractor's Overhead & Profit" or "Amount of Owner Operator /Lessor Bid Item Including Owner Operator /Lessor's Overhead & Profit" unless the dollar amount of all work performed by any Subcontractor or Owner Operator /Lessor is less than one -half of one percent (0.5 %) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater. If a Subcontractor or Owner Operator /Lessor installs or constructs any portion of a bid item the entire amount of the Contract Unit Price, less the Bidder's overhead and profit, shall be multiplied by the Quantity of the bid item that the Subcontractor or Owner Operator /Lessor installs to compute the amount of work so installed. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor, the Subcontractor, or the Owner Operator /Lessor, as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor or Owner Operator /Lessor installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor or Owner Operator /Lessor installing said item. The item number from the "CONTRACTOR'S PROPOSAL" (Bid Sheets) shall be entered in the "Bid Item No." column. When a Subcontractor or Owner Operator /Lessor has an Encinitas business license the number must be entered on the form. If the Subcontractor does not have a valid business license enter "NONE" in the appropriate space. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. When the Bidder proposes using a subcontractor or owner operator /Less to construct or install less than 100 percent of a bid item the Bidder shall attach an explanation sheet to the designation of subcontractor or designation of Owner Operator /Lessor forms as applicable. The explanation sheet shall be provided by the Contractor to clearly apprise the Agency of the specific tasks that show the Bidder proposes to perform no less than fifty percent (50 %) of the work with its own forces. Determination of the subcontract and Owner Operator /Lessor amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and these Special Provisions. The decision of the City Council shall be final. con6663 D-4 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) Melba Road /Regal Road Street Improvements Encinitas Boulevard Replacement of Concrete Spillways with Sidewalk Under Drains Encinitas Boulevard at San Elijo Refuse Area Road Construction of Concrete Spillway Encinitas Boulevard at Hummingbird Hill Construction of Storm Drain Improvements San Elijo Avenue at Verdi Avenue Street Improvements Paseo de las Flores Construction of Golf Cart Crossing Clark Avenue at Leucadia Boulevard Street Improvements Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. 1 � i con6663 D -9 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) Melba Road/Regal Road Street Improvements Encinitas Boulevard Replacement of Concrete Spillways with Sidewalk Under Drains Encinitas Boulevard at San Elijo Refuse Area Road Construction of Concrete Spillway Encinitas Boulevard at Hummingbird Hill Construction of Storm Drain Improvements San Elijo Avenue at Verdi Avenue Street Improvements Paseo de las Flores Construction of Golf Cart Crossing Clark Avenue at Leucadia Boulevard Street Improvements The Bidder is required to state what work of a similar characterto that included in the proposed Contract he /she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. S� �' ��T14�- ►-- IA�.T� Date Contract Completed Name & Address of the Employer Name & Phone No. of Person to Contract Type of Work Amount of Contract con6663 D -10 ZONDIROS CORPORATION License #766708 -A 2401 08th ST. Suite C8 Torrance, CA 90501 • Phone 310- 320 -2558 FAX 310- 320 -2664 REFERENCES - David McBride Senior Engineer Storm Drain 36" RCP City of Rancho Palos Verdes Project value $214,000 Currently at City of Oceanside Completed 12/98 760-435-5097 Miguel Hernandez Engineer Slope Repair project City of West Covina Project value $80,000 626 -814 -8425 Completed 11/98 - --- Greg Weiss Senior Inspector 626 - 458 -3122 Robotic Pipe Repair Ben Oroomchi Senior Civil Engineer 818- 896 -0594 Project value $339,000 L. A. County Dept. of Public Works Completed 5/99 David Wu Engineer City of Palmdale 805 - 267 -8425 Tony Gridillas Inspector Lake Arrowhead Community Services District 909 - 337 -8555 Lake Arrowhead Community Services District Tony Gridillas Inspector 909 - 337 -8555 Lake Arrowhead Community Service District Tony Gridillas Inspector 909 - 337 -8555 -- John Reagan Senior Inspector Los Angeles County Dept. of Public Works 626 - 358 -3122 Orange County Flood Control Vince Gonzales Senior Inspector 661 - 274 -0753 Los Angeles County Dept. of Public Works Callabasas Project Ben Oroomchi 818 - 896 -0594 Iggy Ruiz 562 -861 -0316 Page 1 Earth Drainage channel Project value $19,000 Completed 11/98 Treatment plant Improvements Project value $ 82,000 Completed 12/98 Sewer Rehab 8" C -900 Project value $150,000 Completed 9/99 A.C. Storage Site Project value $110,000 Completed 10/99 Various channel repair Project value $310,000 Complete 1/2000 Concrete channel Project Value $ 98,000 Completed 9/99 Robotic Pipe Repair Project Value $ 100,000 Completed 12/99 REFERENCES City of Rolling Hills Estates 12" Storm Drain Sam Wise 310 - 377 -1577 62 Strawberry Lane 323 - 887 -4625 Project Value $ 40,000 City of Culver City Completed 12/99 City of Simi Valley 4" Drain Line Terry Curson 805 -583 -6804 Casarin Ave Well Drain City of Compton Project Value $60,000 Design /Build Completed 2/2000 City of Rolling Hills Estates Median Landscape Andy Clark 310 - 377 -1577 Project value $ 525,000 JV with Peninsula Landscaping Completed 10/2000 -•- City of San Diego Mike Bedard Robotic pipe repair 619- 654 -4154 Project value $450,000 323 - 887 -4625 In progress City of Culver City 8" Sewer Main Alan Bratvedt CDM Consulting 310- 329 -0102 Project Value $1 92,000 Bob Duramus Completed 10/2000 City of Compton Bus Shelters Design /Build $ 206,000 Ike Mabelu 310- 644 -6868 Completed 3 -01 -01 Kern Water Agency Martin Varga Project Engineer 54" Storm Drain 661 - 634 -1448 $ 87,800 Completed 1/01 City of Montebello Dennis Conte Bus Shelters 323 - 887 -4625 $ 157,000 Completed 6 /01 LA County Dept. of Public Works Sewer Line Bob Duramus 310- 864 -1984 $ 400,000 Completed 1 /02 Caltrans Mike Garrett Landscaping 559- 445 -6356 $ 252,000 Completed 10/01 Page 2 City of Torrance Jon Landis 310- 781 -7140 Diane Caseltine 310- 781 -7151 California State Parks Jeff Brown 619 - 688 -6492 City of West Hollywood Kieth Williams 323 - 848 -6377 California State Parks Harry Miller 619- 220 -5357 LA County Depart. Of Public Works Rubin 626 - 458 -4947 City of San Diego Nariman Khomamizadeh 310- 627 -3286 City of San Diego Danny Schrotberge 619 -533 -3778 City of San Diego Samir Abu -Quad 858 - 627 -3268 San Diego Unified School District Doug Jacobson 619- 701 -1541 San Diego Unified School District Doug Jacobson 619- 701 -1541 City of San Diego Anton Handal 619- 203 -9743 REFERENCES Veterens Memorial Project $ 160,000 Completed 3/2002 Cornfield Information Site $ 245,000 Completed 11 /2002 La Cienaga Sewer $ 185,000 Completed 8/02 Topanga Park Demolition $ 367,000 Completed 5/03 Debris Basin Landscaping $ 160,000 Completed 5/03 Mission Beach Sewer $ 260,000 Completed 2/03 La Jolla Cove Stairs $ 260,000 Completed 4/03 Harbor Drive Sewer $ 309,000 Completed 4/03 Water Line $ 120,000 Completed 4/03 Landscape Irrigation $297,000 Completed 7/03 251h St. Pedestrian Improvements $153,000 Completed 6/03 City of San Diego Mark Spears 619- 980 -6150 r Olivenhain Municipal Water District George Briest 760 - 632 -4640 City of Solana Beach Jim Greenstein 760720 -2476 Kurtz and Smith St. Sewer Main $180,000 Completed 7/03 San Dieguito Road Water Main $200,000 Valley Ave. Sewer Main $116,000 Completed 10/03 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYER'S LIABILITY, AUTOMOTIVE LIABILITY AND WORKER'S COMPENSATION (To Accompany Proposal) Melba Road /Regal Road Street Improvements Encinitas Boulevard Replacement of Concrete Spillways with Sidewalk Under Drains Encinitas Boulevard at San Elijo Refuse Area Road Construction of Concrete Spillway Encinitas Boulevard at Hummingbird Hill Construction of Storm Drain Improvements San Elijo Avenue at Verdi Avenue Street Improvements Paseo de las Flores Construction of Golf Cart Crossing Clark Avenue at Leucadia Boulevard Street Improvements As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1. Certificates of insurance showing conformance with the requirements herein for: Comprehensive General Liability Automobile Liability Workers Compensation Employer's Liability 2. Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and /or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation; and Employer's Liability in conformance with the requirements herein and Certificates of Insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: (1) Meet the conditions stated in the Notice Inviting Bids, the Standard Specifications for Public Works Construction and the Special Provisions for this project for each insurance company that the Contractor proposes. (2) Cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non - owned, or hired, and whether scheduled or non - scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. con6663 D-11 C RTIFICAT OF LIABILITY INSURA_NL OP ID E DATEPW6pry" PRCDUCrit _. z r -Y 12/30/02 Allenbrooko Insurance 6ervices TNS GERTIFICAT! IS 16SUED A5 A ygT�p OF INFoRMA7tON CA license #0872740 ONLY AND CONFERS NO RIGHTS UPON THE CERTWICATE 1322 Scott St . , SUite #201 HOLDER' TM'' CERTIFICATE DOES NOT AMEND, EXiID OFi San Diego CA 9x106 ALTER THE COVERAGE AFFORM By THE POUCIES BELOW. Phone.- 1619-641-7450 Fax;619 -641 -7455 esu INSURERS AFFORDING COVERAGE NAIC P INSUAEAA: NIC IrisnraRns n.____� fondiros Corporation INGuRfrRS: 517ZWestr231th Suite A INeuri =RC Torrance CA 90565 INSURER 0; INSURER I'_: THE POLIC!EB OF INSURANCE USTEO BELOW KAYE OWN 14SUED To THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATW. NOTWITI46>'ANm4 ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMT VV1TN MAY PIVITAIN, THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HEREIN IS SUBJECT TO KLLTHE TERMS, EXCLiMON6 AND OONDITIONS OF SUCH POLICIES AOGAEGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PALO CLAIMS, Litt TYPE OF KWA VVE POLICY NLMER GEIF,AAL LIABILn TE A X X 00mmERCIAL ms;AL LIABILITY I GS205144 CLAIMS MADE � eAON OCCIJRRENGE 11/04103 PRENImEStFaooau.�,�. OCCUR 11/04/02 LIMITS $1,000.000 %MADE t.JR ury 7 ANY AUTO 0=311 JIISRELLA L WMJTY C x OCCUR ❑ CLAW MADE C99001SS2 DED=LBLI! RETENTION i rroq px COWINS TkJN AND EMPLQygW Lk#&XM ANY PROPRIETOR PART IWIMOUTIVE OFFICERW -MBER OCLUU M? $ 30, 000 x50005000 in 0_ - 00L000 62,000,000 62,000,000 61,000,000 i i PR iS i AUTO ONLY - EA AOCIDENi i OTHER THAN ACC e AL+TD ONLY: AfaG t EAOHOCCURRElC $5 000 03/27!02 03/27/03 AOOREGATE s i i 1.1- EACH ACCIDENT ; E.L DISEASE - EA EMPLOY i E.L DISEASE • POLICY LIMIT 6 OT GWo IT /VEMLFRVVI61one 10 Day Notice of Cancellation for Non pa ynent Premium, Certificate Holder; is named Additional Insured as required by written contract a's respects: Sid #C23- 054 -xA SDSCS -1 SHOULD ANY OF THE ABOVE DESCRIBED POL"Es"cAm0fJ LW umm Tte cahmTIO, DATE THMUOF, THE > wJm Mum" WtLL94VXK=mw 30 DAYS vm Tw San Diego City School District No cE ra TW eRtIF"TEK XM HAM To TM LM, Facilities >Kgmt Division 4860 Ruffner Street San Diego CA 92111 IAUrHORUD AERREeE ?S (MTMM d Cad 4e ®ACORD POKATM I" Z0 39Vd 3A0D6SN3-11V 99btTb9EL9 9S :ZT S00Z /ET /Z0 X Owner Contr Prot MED W (A"►' mw pwonj PERSONAL 4 ADV MNURY L AGGREGATE LIMIT APPLIES PER: I GRAI. AGGREt9ATE POLICY x P a Loc PRODUCTS - COMPMP Aso LIAealtY jAUT0110BLe ANY AUTO ALL OWNGD AUff08SCK&OULGD 23100002690 01/18/02 01/18/03 COMwNFOSINGLEUMIT AUTOS ILA RY HIRED AUTO& W ON -OWNIED AUTOS I SODILY INJURY (Pa an"At %MADE t.JR ury 7 ANY AUTO 0=311 JIISRELLA L WMJTY C x OCCUR ❑ CLAW MADE C99001SS2 DED=LBLI! RETENTION i rroq px COWINS TkJN AND EMPLQygW Lk#&XM ANY PROPRIETOR PART IWIMOUTIVE OFFICERW -MBER OCLUU M? $ 30, 000 x50005000 in 0_ - 00L000 62,000,000 62,000,000 61,000,000 i i PR iS i AUTO ONLY - EA AOCIDENi i OTHER THAN ACC e AL+TD ONLY: AfaG t EAOHOCCURRElC $5 000 03/27!02 03/27/03 AOOREGATE s i i 1.1- EACH ACCIDENT ; E.L DISEASE - EA EMPLOY i E.L DISEASE • POLICY LIMIT 6 OT GWo IT /VEMLFRVVI61one 10 Day Notice of Cancellation for Non pa ynent Premium, Certificate Holder; is named Additional Insured as required by written contract a's respects: Sid #C23- 054 -xA SDSCS -1 SHOULD ANY OF THE ABOVE DESCRIBED POL"Es"cAm0fJ LW umm Tte cahmTIO, DATE THMUOF, THE > wJm Mum" WtLL94VXK=mw 30 DAYS vm Tw San Diego City School District No cE ra TW eRtIF"TEK XM HAM To TM LM, Facilities >Kgmt Division 4860 Ruffner Street San Diego CA 92111 IAUrHORUD AERREeE ?S (MTMM d Cad 4e ®ACORD POKATM I" Z0 39Vd 3A0D6SN3-11V 99btTb9EL9 9S :ZT S00Z /ET /Z0 05/15,12003 11:33 3163202654 ZONDIROS CCIRPORATION PAGE 02 ' IW VV is VUl STAT CU"Pt HEATION E RO BOX 420807, SAN FRANCISCO, CA 94142 -0807 t�1�uP�wnlaGE rUN D CERTIFICATE OF WORKERS' COMPENSATION INSURANCE MAY i'U;, S 00;T POLICY NUIll t CERTIP�1rATE EXPIRB$: {( ?' t •- r.'l,:i r- l:t.il.. +Jl::?VMIFiSI�i MUN %(. ;lr'pL 4FwTF_F' u3 ;hT "FCTCr 1'; e�h rIY l_v7 Nlya r N t'r» ALL t)FVR:j)7fJh,� l_ Thle is to Csrtlty treat we have 151lued a valid Workers Compensation insurance Polley in a form approved by the California Insurance Comntisolonerto the employer rmrnad balOW forthe policy period Imiftated, This policy is not Subject tc cancellation by the Fund except upon Mir days• advance written notice to the amptoyer. We will also lve ;T (1 Q YOU ZEN days' advance notice should ih,a policy De canoelled prior to" normal ehplretion. This ca rtificate of Insurance IS not an Insurance policy and doee not emend, exterd or alter the covorape afforded by the Policies listed herein. Notwithstanding any requirement, term, or ConCftion of any CentraCt or other document with reaped to which this certto all of insurance may be iagaued or may pertain, the insurance afforded by the policies CksCrfbed herein 18 subject to all the terms, OXCluelcns and conditions of such polices. AUTMORIZEO REPAW8ENTATIVE PRESIDENT t::hif1.A')1'fi :FC'!; L.I Alb 11, €IY L,TMIT INCLIJpING Ca 3_FrNsI a ;U�7'y� d'l,G+7( ?,6r1Ci REF 0(t' ORilra °I". QRPf.AF,' T It'bc,`_'+ 8lrl'1TL_E :D r:,'t_Vi'1FICAU H47! >ik.Ft; 'htEIT7 ;C:E: EPr� 'Lur),VF: 1.(} /01 /4+ TS ATTACHED 701 ONF+ FNkrj A PAf i `)F TI'IIS I=QL.ilw, a:MPLQYER r zru.�t�i:h�ls �'l�czr� ""WRANC:E: CA 90!'oOl L .,4E@Db SC!F 10212 ;REV, 5.01) BIDDER'S STATEMENT REFERENCE DEBARMENT (To Accompany Proposal) Melba Road /Regal Road Street Improvements Encinitas Boulevard Replacement of Concrete Spillways with Sidewalk Under Drains Encinitas Boulevard at San Elijo Refuse Area Road Construction of Concrete Spillway Encinitas Boulevard at Hummingbird Hill Construction of Storm Drain Improvements San Elijo Avenue at Verdi Avenue Street Improvements Paseo de las Flores Construction of Golf Cart Crossing Clark Avenue at Leucadia Boulevard Street Improvements 1. Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? yes no 2. If yes, what was /were the name(s) of the agency(ies) and what was /were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred agency period of debarment BY CONTRACTOR: Z awl 1 R-0S cc�RP P,4AX:r—a�X4 me of contractor) By: (sign (print nam( con6663 D -12 party debarred agency period of debarment BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) Melba Road /Regal Road Street Improvements Encinitas Boulevard Replacement of Concrete Spillways with Sidewalk Under Drains Encinitas Boulevard at San Elijo Refuse Area Road Construction of Concrete Spillway Encinitas Boulevard at Hummingbird Hill Construction of Storm Drain Improvements San Elijo Avenue at Verdi Avenue Street Improvements Paseo de las Flores Construction of Golf Cart Crossing Clark Avenue at Leucadia Boulevard Street Improvements Contractors are required by law to be licensed and regulated by the Contractor's State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractor's State License Board, P.O. Box 26000, Sacramento, CA 95826. Have you ever had your contractor's license suspended or revoked by the California Contractor's State License Board two or more times within an eight -year period? yes no 2. Has the suspension or revocation of your contractors license ever been stayed? yes no NSA 3. Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractor's State License two or more times within an eight year period? .-IL yes no 4. Has the suspension or revocation of the license of any subcontractors that you propose to perform any portion of the Work ever been stayed? IWA yes no 5. If the answer to either of 1 or 3 above is yes, fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefor. con6663 D -13 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) Melba Road /Regal Road Street Improvements Encinitas Boulevard Replacement of Concrete Spillways with Sidewalk Under Drains Encinitas Boulevard at San Elijo Refuse Area Road Construction of Concrete Spillway Encinitas Boulevard at Hummingbird Hill Construction of Storm Drain Improvements San Elijo Avenue at Verdi Avenue Street Improvements Paseo de las Flores Construction of Golf Cart Crossing Clark Avenue at Leucadia Boulevard Street Improvements 6. If the answer to either 2 or 4 above is yes, fully identify, in each and every case, the party whose discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (Attach additional sheets if necessary) BY: CONTRACTOR 2 0"p)"s nop-p. (n a of Contractor) By: A. sign he re (P-M . . (print name /title con6663 D -14 ATTACHMENT B BID SCHEDULE Melba Road/Regal Road Street Improvements Encinitas Boulevard Replacement of Concrete Spillways with Sidewalk Under Drains Encinitas Boulevard at San Elijo Refuse Area Road Construction of Concrete Spillway Encinitas Boulevard at Hummingbird Hill Construction of Storm Drain Improvements San Elijo Avenue at Verdi Avenue Street Improvements Paseo de las Flores Construction of Golf Cart Crossing Clark Avenue at Leucadia Boulevard Street Improvements The undersigned declares that he has carefully examined the plans and specifications, that he has examined the location of the proposed work and has read the accompanying instructions to bidders, and the annexed proposed form of contract, and he proposes, and agrees if this proposal is accepted, that he will contract with the City of Encinitas, in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time therein prescribed, and according to the requirements of the Engineer as therein set forth, and that he will take in full payment therefor the following item prices. The bidder understands that the following quantities are approximate only, being given as a basis for the comparison of bids and the City 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 and in the best interests of the City by the Engineer. Receipt is hereby acknowledged of Addenda No(s). con6663 D -15 NON - COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID To the City of Encinitas, State of California: The undersigned in submitting a bid for Melba Road /Regal Road Street Improvements Encinitas Boulevard Replacement of Concrete Spillways with Sidewalk Under Drains Encinitas Boulevard at San Elijo Refuse Area Road Construction of Concrete Spillway Encinitas Boulevard at Hummingbird Hill Construction of Storm Drain Improvements San Elijo Avenue at Verdi Avenue Street Improvements Paseo de las Flores Construction of Golf Cart Crossing Clark Avenue at Leucadia Boulevard Street Improvements being duly sworn, deposes and says: That he has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. That the only persons or parties interested in this proposal as principals are those named herein; that no officer, agent, or employee of the CITY is personally interested, directly or indirectly, in this proposal; that this proposal is made without connection to any other individual, firm or corporation making a bid for the same work and that this proposal is in all res ects fair and without collusion or fraud. Stbnature of i r 1 a 33 D (A-AkoWT) ST / # 1o2-- S'AQ1 /V R-1? -taco G�4 X120 cj Business Address I s3 Z C R ► ,9S (-_WT" PL S A4AA.ca5, CA 7)--()-76 Place of Residence Subscribed and sworn to before me this day of Dv-e�✓V� �(( , 20je,�'. Notary Public in and for the County of 50-VL State of California. My Commission Expires ( , 200 -. con6663 D -21 WENDY BARRY V COMM. #1394406 A NOTARY PUBLIC -CALIFORNIA m SAN DIEGO COUNTY a) My Comm. Expires January 17, 2007 LIST OF SUBCONTRACTORS& SUPPLIERS BIDDER is required to furnish the following information relative to the subcontractors and suppliers he proposes to use. If all work is to be done without subcontractors, write "none" in the following space: NONE, Name, Address & Phone Number of Subcontractors, Suppliers and Vendors REFERENCES Portion of Work Materials or Equipment The following are the names, addresses, and phone numbers for three references for which BIDDER has performed similarwork within the past two years: Name and address of owner Name and telephone number of person familiar with project 2. Contract amount Type of work Date completed Name and address of owner Name and telephone number of person familiarwith project 3. Contract amount Type of work Date completed Name and address of owner Name and telephone number of person familiarwith project Contract amount Type of work Date completed con6663 D -22 BASE BID SCHEDULE COMBINED BID Melba Road / Regal Road Item No. Quantity Unit Item Cost/Unit Cost _Demolition 1 1,730 Sq. Ft. Exist. A.C. Roadway $ 3 $ s) CEO 2 48 L.F. Exist. A.C. Berm $ $ 3 26 Sq. Ft. Exist. Concrete $ $ Z &0 4 100 Cu. Yd. Unclassified Excavation $ Z $ Zroo 5 150 L.F. Sawcut Exist. A.C. $ $ 5'eo 6 95 L.F. Exist. Wood Fence $ /0 $ SO 7 8 Ea. Exist. Tree $ SO O $ 4 � 06 8 4 L.S. Exist. Shrubs $ 200 $ ROO 9 1 Ea. Exist. Street and Stop Sign $ 200 $ 200 10 724 Sq. Ft. Cold Plane Exist. A.C. Pavement $ $ (p Total Demolition $ e New Construction 11 1,600 Sq. Ft. 4" A.C. Pavement $ $ cc Q-0 0 12 724 Sq. Ft. 2" A.C. Pavement $ 2 $ It 44fib 13 5,200 Sq. Ft. 6" Class II Aggregate Base $ Z $ Id. 4o 0 14 925 Sq. Ft. 5 1/2" Concrete Cross Gutter $ 7 $ ?s 15 1,600 Sq. Ft. 4" Concrete Sidewalk $ S' $ c700 16 134 L.F. Type G Concrete Curb and Gutter $ Q $ E, 0.?0 17 89 L.F. 6" Concrete Curb $ $ 3,11 18 1 Ea. Type A Pedestrain Ramp $ 3 0o0 $ 000 19 1 Ea. Pedestrain Ramp - Special Design $ 440 (20 $ 4,000 20 266 Sq. Ft. Concrete Driveway $ A;— $ Z, q L70 21 1 Ea. Street and Stop Sign $ $ 200 22 100 Cu. Yd. Grading $ $ *. p4 23 1,000 Sq. Ft. Hydroseed Slope $ j $ L 000 24 100 L.F. 6' Wood Fence - Treated Non - Redwood $ 90 $ 000 25 8 Ea. 15 Gal. Palm Tree $ z5' $ Z 26 2 Ea. Blue Dot Fire Hydrant Marker $ 25- $ tn 27 4 Ea. Shrub $ /00 $ 28 1 L.S. Erosion Control $ / a0 $ /, X00 29 1 L.S. Traffic Control $ Z I 5-0o $ 00 Total New Construction $ ' �; 7 TOTAL D -16 Encinitas Boulevard Spillways (4) Item No. Quantity Unit Item Cost/Unit Cost Demolition 30 48 Sq. Ft. Exist. A.C. Roadway $ 20 $ f 31 32 Sq. Ft. Exist Air Blown Mortar Spillway $ $ 32 40 L.F. Exist. Concrete Curb and Gutter $ / S $ c70 33 200 Sq. Ft. Exist. Concrete Sidewalk $ / $ 2, p OCR 34 10 Cu. yd. Unclassified Excavation $ O $ O0 35 48 L.F. Sawcut Exist. A.C. $ $ 2-ef 0 36 96 Sq. Ft. Cold Plane Exist. A.C. Pavement $ $ L 440 Total Demolition $ Fp ` ? po New Construction 37 4 Ea. Curb Outlet Std. D -25 $ 4"000 $ / 670,00o 38 40 L.F. Tpye G Conc. Curb & Gutter $ <00 $ 2-A 4z.70 39 120 Sq. Ft. Concrete Sidewalk Std. G -7 $ ZO $ 0 40 32 L. F. A.B.M. Ditch $ Coo $ 2-10 41 40 Sq. Ft. 6" A.C. Pavement $ 2-0 $ goo 42 80 Sq. Ft. 2" A.C. Pavement $ / $ L 43 40 Sq. Ft. 9" Class II Aggregate Base $ 10 $ 00 44 1 L.S. Traffic Control $ 5-00 $ SO O Total New Construction $P TOTAL $ San Elijo Refuse Area Road Item No. Quantity Unit Item Cost/Unit Cost Demolition 45 25 Sq. Ft. Exist. A.C. Roadway $ 0 $ 000 46 25 L.F. Exist. A.C. Berm $ 20 $ O 47 5 Cu. Yd. Unclassified Excavation $ $ O 48 25 L.F. Sawcut Exist. A.C. $ $ ZSO 49 50 Sq. Ft. Cold Plane Exist. A.C. Pavement $ / $ S Total Demolition $ Q pp New Construction 50 12 L.F. A.B.M. Ditch $ S-0 $ rcoo 51 80 Sq. Ft. A.B.M. Splash Pad $ ZO $ % &0 p 52 20 Sq. Ft. Concrete Gutter $ J $ 53 28 L.F. Concrete Curb Std. G -1 $ Z $ 0 54 25 Sq. Ft. 6" A.C. Pavement $ $ 1.1100 55 50 Sq. Ft. 2" A.C. Pavement $ 30 $ o 56 25 Sq. Ft. 9" Class II Aggregate Base $ /O $ a 57 2 Cu. Yds. Light Class Riprap $ 2"00 $ 4�0 0 58 1 L. S. Traffic Control $ vo $ O Total New Construction $ „ TOTAL D -17 Hummingbird Hill Item No. Quantity Unit Item Cost/Unit Cost Demolition 59 455 Sq. Ft. Exist. A.C. Roadway $ $ 2-175- 60 15 Cu. Yd. Unclassified Excavation $ 50- $ 0 61 138 L.F. Sawcut Exist. A.C. $ $ (0 90 62 276 Sq. Ft. Cold Plane Exist. Pavement $ $ f,3 8 Q 63 1 L.S. Locate End of Existing 18" RCP $ 5-00 $ 5-00 Total Demolition $ ; New Construction 64 42 L.F. Slotted Vane Drain on 15" PVC $ 200 $ 00 65 33 L.F. 15" PVC Stormdrain $ O $ Loo 66 1 Ea. Storm Drain Cleanout Type A $ 4,000 $ Oa 0 67 2 Ea. Special Inlet Box $ &/000 $ L40-") G 68 8 L.F. 6" Concrete Curb and Gutter $ 5710 $ 69 18 L.F. 6" Concrete Curb $ $ 70 134 Sq. Ft. 6" A.C. Pavement $ 'ZO $ Z Cc $p 71 268 Sq. Ft. 2" A.C. Pavement $ /0 $ Z& F30 72 134 Sq. Ft. 9" Class II Aggregate Base $ 5__ $ 60 70 73 1 L.S. Traffic Control $ / TC>0 $ /S700 Total New Construction $ 4.0 TOTAL $ 157 -7 San Elijo Avenue Item No. Quantity Unit Item Cost/Unit Cost Demolition 74 5,900 Sq. Ft. Exist. A.C. Roadway $ $ Z 0 75 120 Cu. Yd. Unclassified Excavation $ $ p 76 107 L.F. Sawcut Exist. A.C. $ 3 $ Z 77 168 Sq. Ft. Cold Plane Exist. Pavement $ $ O �f- Total Demolition $ New Construction 78 5,300 Sq. Ft. 4" A.C. Pavement $ $ ,SOO 79 168 Sq. Ft. 2" A.C. Pavement $ $ 04- 80 5,300 Sq. Ft. 6" Class II Aggregate Base $ Z . 5-0 $ /,3 Z 81 1,030 Sq. Ft. 5 1/2" Concrete Cross Gutter $ /S" $ 82 441 Sq. Ft. 5 1/2" Concrete Ditch $ / $ 83 100 Cu. Yd. Excavation Cut/Fill $ &0 $ OOd 84 1 Ea. Adjust Manhole Frame and Cover $ $ 0 85 5 Ea. Adjust Gate Valve to Grade $ J 3--0 $ 86 218 L.F. Striping $ ¢, $ 87 1 L.S. Traffic Control $ 0 $ Total New Construction $ I ? TOTAL n -1R Paseo De Las Flores Item No. Quantity Unit Item Cost/Unit Cost Demolition 88 168 L.F. Exist. Conc. Curb & Gutter $ t S $ 89 1,557 Sq. Ft. Exist. A.C. Roadway $ $ ? 90 40 Cu. Yd. Unclassified Excavation $ 0 $ 0 91 158 L.F. Sawcut Exist. A.C. $ 3 $ f ? 92 316 Sq. Ft. Cold Plane Exist. Pavement $ 2 $ Total Demolition $ l New Construction 93 172 L.F. Type G Conc. Curb & Gutter (3 ", 3" to 6 ", 6 ") $ $ 40 94 252 Sq. Ft. 5 1/2" P.C.C. Pavement (Decorative) $ 2. Z- $ 44- 95 348 Sq. Ft. 4" A.C. Pavement $ $ -2'1 4 3 (o 96 240 Sq. Ft. 2" A.C. Pavement $ $ % Z.CO 97 312 Sq. Ft. 4" P.C.C. Golf Cart Path $ / 3 $ 98 1,076 Sq. Ft. 6" Class II Base $ $ 4' Q 99 50 Ea. One Gallon Rosemary Plants $ $ 000 100 1 L.S. Modify /Add Existing Irrigation $ p $ 101 1 Ea. Adjust Manhole Frame and Cover $ $ Z 102 1 Ea. Adjust Gate Valve to Grade $ $ 15-0 103 2 Ea. Pull Box with Covers $ L $ 56 104 82 L. F. PVC Conduit with Cable $ /S-- $ J, Z ?0 105 1 Ea. Street Light $ g-00 $ O 106 6 Ea. Traffic Signs $ Z,0 p $ Z00 107 1 L.S. Striping $ /,000 $ 6 ®6 108 1 L.S. Traffic Control $ 000 $ 21, 000 otal New Construction TOTAL $ $"(Pj 33-7 Clark Avenue Item No. Quantity Unit Item Cost/Unit Cost _Demolition 109 11,020 Sq. Ft. Exist. A.C. Pavement $ $ 110 270 Sq. Ft. Exist. Concrete Pavement $ $ / 3 YO 111 100 L.F. Exist. A.C. Berm $ / 0 $ odp 112 30 L. F. Exist. Concrete Curb $ %O $ OO 113 215 Cu. Yd. Unclassified Excavation $ .3U $ 6414SO 114 40 L.F. Sawcut Exist. Pavement $ /O DD 115 17 L.F. Cold Plane Exist. Pavement $ 2.4 $ 40 Total Demolition $ 40 414 114 0 New Construction &0 7 116 10,125 Sq. Ft. 4" A.C. Pavement $ 117 250 Sq. Ft. 5 1/2" P.C.C. Pavement $ 0 $ 5,1000 118 290 L.F. Type G Concrete Curb and Gutter $ 40 $ )j"('000 119 33 L.F. 3 1/4" Rolled Concrete Curb $ 30 $ O 120 73' L.F. 6" Rolled Concrete Curb $ 0 $ 2/ ZO n_1Q 121 86 L.F. Transition Concrete Curb and Gutter $ 40 $ 44D 122 1,005 Sq. Ft. 5 1/2" P.C.C. Driveway /-13- / 123 11,862 Sq. Ft. 6" Class II Base $ z , Q $ Z �- 124 1,130 Sq. Ft. 4" Concrete Sidewalk $ 93 0 C7 125 22 Sq. Ft. 4" Textured, Colored Concrete $ So $ ///00 126 2 Ea. Raise Gate Valve Covers $ go $ '? O 0 127 1 Ea. Raise Manhole Lid and Cover $ 25-0 $ 2'6'0 128 1 L.S. Landscape and Irrigation Restoration $ O D p $ 6 6© 1$4,000 129 8 Ea. Traffic Loops $ S 00 130 1 L.S. Striping $ ) _,t—' O0 $ j '5'O-a 131 1 L.S. Traffic Control $ 10,00(o $ IO 001(y 132 6 L.F. Extend 3" ABS Drain $ 100 $ CO 00 133 1 Ea. Modify Pedestrain Ramp $ 15-00 $ 3, 5�gy Total New Construction TOTAL $ Z2% rod TOTAL ALL PROJECTS COMBINED Total amount of bid $ Sly, l Contract amount written: FIVE ` ,�/ UPJbPa .- F- 0(&T8FW - riYOVSAtt con6663 D -20 BIDDER'S INFORMATION BIDDER declares under penalty of perjury under the laws of the State of California that the representations made hereto are true and correct. Bidder's Name lDmvp-o-S nokp- Business Address I$ 3 rfT�DZ Telephone L7 4n O S to — 6-9 % 47 State Contractor's License No. and Class? Cc Co % $ c�j . Original Date Issued Expiration Date %3 OS" f�iS�X con6663 D -23 Excavation Notice "in the event Contractor is required to dig any trench or excavation that extends deeper than four feet below the surface in order to perform the work authorized under this contract, contractor agrees to promptly notify City in writing and before further disturbing the site if any of the conditions set forth below are discovered: 1. Material that the Contractor believes may be material that is hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with the provisions of existing law. 2. Subsurface or latent physical conditions at the site differing from those indicated. 3. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in the work of the character provided for in this contract. A. City agrees to promptly investigate the conditions, and if City finds that the conditions do materially differ, or do involve hazardous waste, and cause a decrease or increase in contractor's cost of, or the time required for, performance of any part of the work, shall issue a change order under the procedures described in this Contract. B. That, in the event a dispute arises between City and Contractor as to whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in Contractor's cost of, or time required for, performance of any part of the work, Contractor shall not be excused from any scheduled completion date provided for in this Contract, but shall proceed with all work to be performed under the Contract. Contractor shall retain any and all rights provided either by this contract or by law which pertain to the resolution of disputes and protests between contracting parties." IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands and seals of all forenamed principals this —7 day of NO V • , 206.3 BIDDER -�—O Subscribed and sworn to this 3� NOTARY PUBLIC SNt &,& �V +kc Gjo ,,V 4 0� S ko--� of t �Ai fivVt i X, con6663 D -24 day of I OYCVO10eW , 20 Q3 WENDY BARRY ,..... COMM. #1394406 n NOTARY PUBLIC - CALIFORNIA -4 m SAN DIEGO COUNTY My Comm. Expires January 17, 2007 PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In accordance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes If the answer is yes, explain the circumstances in the following space. con6663 D -25 Proposal Guarantee for Melba Road /Regal Road Street Improvements Encinitas Boulevard Replacement of Concrete Spillways with Sidewalk Under Drains Encinitas Boulevard at San Elijo Refuse Area Road Construction of Concrete Spillway Encinitas Boulevard at Hummingbird Hill Construction of Storm Drain Improvements San Elijo Avenue at Verdi Avenue Street Improvements Paseo de las Flores Construction of Golf Cart Crossing Clark Avenue at Leucadia Boulevard Street Improvements "Strike out inapplicable phrases. CTMIMM • - • •- - ��iut- y�1C -_I� t�Z•1 /�1 111 ]Il•Y- .�11�11[= %111j�11�1���} :O-N gd• 7w• ll• lfla �11YL•]■i4 INIQUn reTm A "bond in favor of the City of Encinitas for %O which amount is not less than ten percent (10 %) of the total amount of this bid, is attached hereto to guarantee the selected bidder will enter into a contract with the City of Encinitas in accordance with the proposal submitted. Receipt is hereby acknowledged of Addenda No(s). I The undersigned further agrees that in case of default in executing the required contract with necessary bonds and insurance certificate(s) within eight (8) days, not including Saturdays, Sundays, and Holidays, after having received notice of award that the bidder's guarantee accompanying his bid shall become the property of the City of Encinitas. Licensed in accordance with an act providing for the registration of Contractors, License No. ? (QCP 7 Oje ClassQ C Signature of Bidder con6663 D -26 (If an individual, so state. If a firm or co- partnership, state the firm name and give the names of all individual co- partners composing the firm. If a corporation, state legal name of corporation, name of state under which corporation was chartered, and the names and business addresses of president, treasurer, and manager thereof.) ZoN r) I :Lo s Clap. CA Firm Name State GjWrn a v p Name Title Po D I A-Kc�4D SO'. , #ldL, -<A J 11 i"Caa , Cf? ? by -04 Business Address Dated: 1113 200-3 . con6663 D -27 Phone Number BOND g1DFOR Under ©ra►n$ ►mp S a oad Street waYsv h V% d rl, crate em�ler►ta °ad�Re9a► on ce Spy ►► Construd%o Gran \tnv MelbelaoeMenk (A se Pcea Roa ct�on of gtotmements vardRep e .. Retu 111 Gonstru et\mPc°v �n9 nts .i►� ►t�'S �cU\s acd et sa umm�n9b� e�� Avec'ue o God Gaffe mpc°veme 01 �,citirt $$go�leva� ato Pvenue a Gon$tNBo 11evacd Sire encnitas San ode \$$Floc ,ucadla F Clack P`ve�ue at L re held antl a_ s CORpORPSION 8S SB D� `Nam °1J't1t �v '�(�{ bV ZONOIRO pERCENS OF a tote and S ak °t N Wol th gx0ook ESEPRES6 SRa CE Ba�,pA Pena\ sum ercent X10 44YO Sum, �N 6`t SpECIPEO� En n as, in ten th p a eam R 5 t 5u wit bon ade �M x� au Which e p a is KN anu tO the C ouN� - ed PrO ►act, theme pr abo to and a ° ha1\ b' %5'51000k, ► bound OF BIO a� bove start IIY , E�rm ►Y by �hece , g�Dp d is a�vt S 0b,V%0 tion s fjrm Y l$1 e G� for the a d Severn oa 5$\d d then dollars to oirrt\Y an cx%e ' the C BID pER bound, l N ARE SuCN t elected' time Sipe of 3RD a9�E be �s oB�-�GPT\olt sa ►d li�danner as steel in favor and seas this NS OF rH eel' the prod M an ER oc� �r Warn ttt\eS h� s, NpIT10 gtat g10p tU11 t Though the TGAV Qr aA entece - p % Shs \\ cema�n �n eve Set tb es, awarded t� hereto h null and v °l d, othe OF the pattlo 03 Descriptit E \tANNIT SWo �IF- RBER ORPZION ► Title or Type c day (it s ZONO p PNY �,ha\\ � � Document Date INSO PNCE C voveR l F ACS r tout, Signer(s) Other l Capacity(ies) C Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Titles(s): ❑ ❑ Partner - ❑ Limited Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservat ❑ Other: Signer Is Representing: X 19 CAP f 10 E _IN' a props SURETY 30 e oNA ADDER and SURD �EN� of �Xe°ut \on by PG�OwxpG this bond 0-28 October 27, 2003 ADDENDUM NO. 1 Four Street and Three Drainage Improvement Projects CMS01 E, CMS03A, CMS01 G & CMD99B TO ALL PROSPECTIVE BIDDERS: A. The following change is hereby made to the Contract Documents and Specifications: 1. Sealed bids will be received at the office of the City Clerk, City Hall, City of Encinitas 505 S. Vulcan Avenue, Encinitas, CA 92024, until 2:00 p.m, 9stebef 8 ' , November 4, 2003, at which time they will be publicly opened by the City Clerk and read aloud, for performing the work as follows: ( Page A-4) All bidders shall acknowledge receipt and acceptance of Addendum No. 1 by signing in the space provided and submitting the signed Addendum with the Bid. r v Date If you have any questions regarding this project, please contact Roger A. Free at (760) 633 -2702. (Fax No. 760 - 633 -2818) m W o- L>' V 1 z No z w a O A w O w F A W Q z V w T� Q� L d PC Z va w 0 rlo 0 Cr o 0 /o a ^ N 1 rY of in Q BASE BID SCHEDULE COMBINED BID Melba Road / Regal Road Item No. Quantity Unit Item Cost/Unit Cost Demolition 1 1,730 Sq. Ft. Exist. A.C. Roadway $ 3.00 $ 5,190.00 2 48 L.F. Exist. A.C. Berm $ 4.00 $ 192.00 3 26 Sq. Ft. Exist. Concrete $ 10.00 $ 260.00 4 100 Cu. Yd. Unclassified Excavation $ 25.00 $ 2,500.00 5 150 L.F. Sawcut Exist. A.C. $ 5.00 $ 750.00 6 95 L.F. Exist. Wood Fence $ 10.00 $ 950.00 7 8 Ea. Exist. Tree $ 500.00 $ 4,000.00 8 4 L.S. Exist. Shrubs $ 200.00 $ 800.00 9 1 Ea. Exist. Street and Stop Sign $ 200.00 $ 200.00 10 724 Sq. Ft. Cold Plane Exist. A.C. Pavement $ 5.00 $ 3,620.00 Total Demolition $ 18,462.00 New Construction 11 1,600 Sq. Ft. 4" A.C. Pavement $ 4.00 $ 6,400.00 12 724 Sq. Ft. 2" A.C. Pavement $ 2.00 $ 1,448.00 13 5,200 Sq. Ft. 6" Class II Aggregate Base $ 2.00 $ 10,400.00 14 925 Sq. Ft. 5 1/2" Concrete Cross Gutter $ 7.00 $ 6,475.00 15 1,600 Sq. Ft. 4" Concrete Sidewalk $ 5.00 $ 8,000.00 16 134 L.F. Type G Concrete Curb and Gutter $ 45.00 $ 6,030.00 17 89 L. F. 6" Concrete Curb $ 35.00 $ 3,115.00 18 1 Ea. Type A Pedestrain Ramp $ 3,000.00 $ 3,000.00 19 1 Ea. Pedestrain Ramp - Special Design $ 4,000.00 $ 4,000.00 20 266 Sq. Ft. Concrete Driveway $ 15.00 $ 3,990.00 21 1 Ea. Street and Stop Sign $ 300.00 $ 300.00 22 100 Cu. Yd. Grading $ 45.00 $ 4,500.00 23 1,000 Sq. Ft. Hydroseed Slope $ 1.00 $ 1,000.00 24 100 L.F. 6' Wood Fence - Treated Non - Redwood $ 50.00 $ 5,000.00 25 8 Ea. 15 Gal. Palm Tree $ 325.00 $ 2,600.00 26 2 Ea. Blue Dot Fire Hydrant Marker $ 25.00 $ 50.00 27 4 Ea. Shrub $ 100.00 $ 400.00 28 1 L.S. Erosion Control $ 1,500.00 $ 1,500.00 29 1 L.S. i Traffic Control $ 2,500.00 $ 2,500.00 Total New Construction $ 70,708.00 TOTAL $ 89,170.00 San Elijo Refuse Area Road Item No. Quantity Unit Item Cost/Unit Cost Demolition 45 25 Sq. Ft. Exist. A.C. Roadway $ 40.00 $ 1,000.00 46 25 L. F. Exist. A.C. Berm $ 20.00 $ 500.00 47 5 Cu. Yd. Unclassified Excavation $ 100.00 $ 500.00 48 25 L. F. Sawcut Exist. A.C. $ 10.00 $ 250.00 49 50 Sq. Ft. Cold Plane Exist. A.C. Pavement $ 15.00 $ 750.00 Total Demolition $ 3,000.00 New Construction 50 12 L. F. A.B.M. Ditch $ 50.00 $ 600.00 51 80 Sq. Ft. A.B.M. Splash Pad $ 20.00 $ 1,600.00 52 20 Sq. Ft. Concrete Gutter $ 15.00 $ 300.00 53 28 L. F. Concrete Curb Std. G -1 $ 20.00 $ 560.00 54 25 Sq. Ft. 6" A.C. Pavement $ 40.00 $ 1,000.00 55 50 Sq. Ft. 2" A.C. Pavement $ 30.00 $ 1,500.00 56 25 Sq. Ft. 9" Class II Aggregate Base $ 10.00 $ 250.00 57 2 Cu. Yds. Light Class Riprap $ 200.00 $ 400.00 58 1 L. S. Traffic Control $ 500.00 $ 500.00 Total New Construction $ 6,710.00 TOTAL $ " 9,710.00 Hummingbird Hill Item No. Quantity Unit Item Cost/Unit Cost Demolition 59 455 Sq. Ft. Exist. A.C. Roadway $ 5.00 $ 2,275.00 60 15 Cu. Yds. Unclassified Excavation $ 50.00 $ 750.00 61 138 L.F. Sawcut Exist. A.C. $ 5.00 $ 690.00 62 276 Sq. Ft. Cold Plane Exist. Pavement $ 5.00 $ 1,380.00 63 1 L.S. Locate End of Existing 18" RCP $ 500.00 $ 500.00 Total Demolition $ 5,595.00 New Construction 64 42 L.F. Slotted Vane Drain on 15" PVC $ 200.00 $ 8,400.00 65 33 L.F. 15" PVC Stormdrain $ 400.00 $ 13,200.00 66 1 Ea. Storm Drain Cleanout Type A $ 4,000.00 $ 4,000.00 67 2 Ea. Special Inlet Box $ 6,000.00 $ 12,000.00 68 8 L.F. Type G Concrete Curb and Gutter $ 50.00 $ 400.00 69 18 L.F. 6" Concrete Curb $ 35.00 $ 630.00 70 134 Sq. Ft. 6" A.C. Pavement $ 20.00 $ 2,680.00 71 268 Sq. Ft. 2" A.C. Pavement $ 10.00 $ 2,680.00 72 134 Sq. Ft. 9" Class II Aggregate Base $ 5.00 $ 670.00 73 1 L.S. Traffic Control $ 1,500.00 $ 1,500.00 Total New Construction $ 46,160.00 TOTAL $ 51,755.00 San Elijo Avenue Item No. Quantity Unit Item Cost/Unit Cost Demolition 74 5,900 Sq. Ft. Exist. A.C. Roadway $ 4.00 $ 23,600.00 75 120 Cu. Yd. Unclassified Excavation $ 40.00 $ 4,800.00 76 107 L.F. Sawcut Exist. A.C. $ 3.00 $ 321.00 77 168 Sq. Ft. Cold Plane Exist. Pavement $ 3.00 $ 504.00 Total Demolition $ 29,225.00 New Construction 78 5,300 Sq. Ft. 4" A.C. Pavement $ 5.00 $ 26,500.00 79 168 Sq. Ft. 2" A.C. Pavement $ 3.00 $ 504.00 80 5,300 Sq. Ft. 6" Class II Aggregate Base $ 2.50 $ 13,250.00 81 1,030 Sq. Ft. 5 1/2" Concrete Cross Gutter $ 15.00 $ 15,450.00 82 441 Sq. Ft. 5 1/2" Concrete Ditch $ 13.00 $ 5,733.00 83 100 Cu. Yd. Excavation Cut/Fill $ 60.00 $ 6,000.00 84 1 Ea. Adjust Manhole Frame and Cover $ 250.00 $ 250.00 85 5 Ea. Adjust Gate Valve to Grade $ 150.00 $ 750.00 86 218 L.F. Striping $ 4.00 $ 872.00 87 1 L.S. Traffic Control $ 5,000.00 $ 5,000.00 Total New Construction $ 74,309.00' TOTAL $ 103,534.00' Paseo De Las Flores Item No. Quantity Unit Item Cost/Unit Cost Demolition 89 168 L. F. Exist. Conc. Curb & Gutter $ 15.00 $ 2,520.00 90 1,557 Sq. Ft. Exist. A.C. Roadway $ 5.00 $ 7,785.00 91 40 Cu. Yd. Unclassified Excavation $ 50.00 $ 2,000.00 92 158 L. F. Sawcut Exist. A.C. $ 3.00 $ 474.00 93 316 Sq. Ft. Cold Plane Exist. Pavement $ 3.00 $ 948.00 Total Demolition $ 13,727.00 New Construction 94 172 L. F. Type G Conc. Curb & Gutter (3 ", 3" to 6 ", 6 ") $ 45.00 $ 7,740.00 95 252 Sq. Ft. 5 1/2" P.C.C. Pavement (Decorative) $ 22.00 $ 5,544.00 96 348 Sq. Ft. 4" A.C. Pavement $ 7.00 $ 2,436.00 97 240 Sq. Ft. 2" A.C. Pavement $ 5.00 $ 1,200.00 98 312 Sq. Ft. 4" P.C.C. Golf Cart Path $ 13.00 $ 4,056.00 99 1,076 Sq. Ft. 6" Class II Base $ 4.00 $ 4,304.00 100 50 Ea. One Gallon Rosemary Plants $ 40.00 $ 2,000.00 101 1 L.S. Modify/ Add Existing Irrigation $ 3,500.00 $ 3,500.00 102 1 Ea. Adjust Manhole Frame and Cover $ 250.00 $ 250.00 103 1 Ea. Adjust Gate Valve to Grade $ 150.00 $ 150.00 104 2 Ea. Pull Box with Covers $ 250.00 $ 500.00 105 82 L. F. PVC Conduit with Cable $ 15.00 $ 1,230.00 106 1 Ea. Street Light $ 4,500.00 $ 4,500.00 107 6 Ea. Traffic Signs $ 200.00 $ 1,200.00 108 1 L.S. Striping $ 1,000.00 $ 1,000.00 109 1 L.S. Traffic Control $ 3,000.00 $ 3,000.00 Total New Construction $ 42,610.00" TOTAL $ 56,337.00 Clark Avenue Item No. Quantity Unit Item Cost/Unit Cost Demolition 110 11,020 Sq. Ft. Exist. A.C. Pavement $ 5.00 $ 55,100.00 111 270 Sq. Ft. Exist. Concrete Pavement $ 5.00 $ 1,350.00 112 100 L. F. Exist. A.C. Berm $ 10.00 $ 1,000.00 113 30 L. F. Exist. Concrete Curb $ 10.00 $ 300.00 114 215 Cu. Yd. Unclassified Excavation $ 30.00 $ 6,450.00 115 40 L. F. Sawcut Exist. Pavement $ 10.00 $ 400.00 116 17 L. F. Cold Plane Exist. Pavement $ 20.00 $ 340.00 Total Demolition $ 64,940.00 New Construction 117 10,125 Sq. Ft. 4" A.C. Pavement $ 6.00 $ 60,750.00 118 250 Sq. Ft. 5 1/2" P.C.C. Pavement $ 20.00 $ 5,000.00 119 290 L. F. Type G Concrete Curb and Gutter $ 40.00 $ 11,600.00 120 33 L. F. 3 1/4" Rolled Concrete Curb $ 30.00 $ 990.00 121 73 L. F. 6" Rolled Concrete Curb $ 40.00 $ 2,920.00 122 86 L. F. Transition Concrete Curb and Gutter $ 40.00 $ 3,440.00 123 1,005 Sq. Ft. 5 1/2" P.C.C. Driveway $ 15.00 $ 15,075.00 124 11,862 Sq. Ft. 6" Class II Base $ 2.50 $ 29,655.00 125 1,130 Sq. Ft. 4" Concrete Sidewalk $ 8.00 $ 9,040.00 126 22 Sq. Ft. 4" Textured, Colored Concrete $ 50.00 $ 1,100.00 127 2 Ea. Raise Gate Valve Covers $ 150.00 $ 300.00 128 1 Ea. Raise Manhole Lid and Cover $ 250.00 $ 250.00 129 1 L.S. Landscape and Irrigation Restoration $ 3,000.00 $ 3,000.00 130 8 Ea. Traffic Loops $ 500.00 $ 4,000.00 131 1 L.S. Striping $ 1,500.00 $ 1,500.00 132 1 L.S. Traffic Control $ 10,000.00 $ 10,000.00 133 6 L. F. Extend 3" ABS Drain $ 100.00 $ 600.00 134 1 Ea. Modify Pedestrain Ramp $ 3,500.00 $ 3,500.00 Total New Construction $ 162,720.00 TOTAL $ 227,660.00 TOTAL ALL PROJECTS COMBINED r - ZONDIROS CORPORATION 1833 Diamond Street, Suite 102 San Marcos, CA 92069 Ph: 760- 510 -6747 Fax: 760- 510 -6827 December 31, 2003 City of Encinitas 505 S. Vulcan Avenue Encinitas, CA 92024 -3633 Attn: Roger A. Free, Associate Civil Engineer RE: Contract for Four Street and Two Drainage Improvement Projects Dear Mr. Free: Enclosed please find: 1. Certificate of Liability Insurance — San Dieguito Water District as additional insured. 2. Certificate of Worker's Compensation Insurance — San Dieguito Water District as additional insured. 3. Certificate of Liability Insurance — City of Encinitas as additional insured. 4. Certificate of Worker's Compensation Insurance — City of Encinitas as additional insured. 5. Inland Surety Faithful Performance Bond. 6. Inland Surety Labor and Materials Bond. 7. 2 Originals of the Contract for the Construction of an Engineering Services Project. 8. Corrected Estimate. If you have any questions or need additional information, please feel free to call. Thank you. Sincerely, Eliza eth Yeatts BID BOND FOR Melba Road/Regal Road Street Improvements Encinitas Boulevard Replacement of Concrete Spillways with Sidewalk Under Drains Encinitas Boulevard at San Elijo Refuse Area Road Construction of Concrete Spillway Encinitas Boulevard at Hummingbird Hill Construction of Storm Drain Improvements San Elljo Avenue at Verdi Avenue Street Improvements Paseo de las Flores Construction of Golf Cart Crossing Clark Avenue at Leucadia Boulevard Street Improvements KNOW ALL MEN BY THESE PRESENTS that ZONDIROS CORPORATION as BIDDER, and XL SPECIALTY INSURANCE COMPANY , as SURETY, are held and firmly bound unto the City of Encinitas, in the penal sum of TEN PERCENT OF BID AMOUNT ------------ doliars ($10% OF BID AMOUNT- - - -=_---- � which is ten percent (10%) of the total amount bid by BIDDER to the CITY for the above stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas, BIDDER is about to submit a bid to the CITY for the above stated project, if said bid is rejected, or if said bid is accepted and a contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect In favor of the CITY - IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals this 3RD_ day of NOVEMBER 9 20 03 BIDDER SURETY ACKNOWLEDGMENT of Execution by BIDDER and SURETY in the proper format, shall be attached to this bond. con6663 D-28 ^ALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT State of CALIFORNIA County of RIVERSIDE On NOV 0 3 2003 before me, S.L. KYSETH, NOTARY PUBLIC , Name and Title of Officer (e.g., "Jane Doe, Notary Public ") personally appeared JULIA B. LEONARD, ATTORNEY IN FACT Name(s) of Signer(s) ® personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in -i his /her /their authorized capacity(ies), and that by his /her /their # 1?7*061 z signature(s) on the instrument the person(s), or the entity upon f,01 ,cx1Ila behalf of which the person(s) acted, executed the instrument. san tlerx� xo Ccx�nty My COMM. E;q*esS WITNESS my hand and official seal. ---------------------------------------- OPTIONAL----------------------------------- - - - - -- Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Titles(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: f:7i•3iBBI�Is1[�Al Top of Thumb Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: �&IwwSURETY UNLIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the XL SPECIALTY INSURANCE COMPANY, a corporation organized and existing by virtue of the laws of the State of Illinois ( "Company" or "Corporation "), does hereby nominate, constitute and appoint, Kenneth A. Coate, Mark N. Gladding and Julia B. Leonard as employees of Inland Surety Bonds & Insurance Services, its true and lawful Attorneys) -in -fact to make, execute, attest, seal and deliver for and on its behalf, as surety, and as its act and deed, where required, any and all bonds, undertakings, recognizances and written obligations in the nature thereof, the penal sum of no one of which is in any event to exceed $UNLIMITED. Such bonds and undertakings, when duly executed by the aforesaid Attomey(s) -in -fact shall be binding upon the said Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company on the 5th day of December, 1988: "RESOLVED, That the President, or any Vice President of the Company or any person designated by any one of them is hereby authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of the Company, bonds, undertakings and all contracts of suretyship, and that any Secretary or any Assistant Secretary of the Company be, and that each or any of them hereby is authorized to attest the execution of any such Power of Attorney, and to attach thereto the Seal of the Company. FURTHER RESOLVED, That the signature of such officers and the Seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be thereafter valid and binding upon the Company with respect to any bond, undertaking or contract of suretyship to which it is attached." Bonds executed under this Power of Attorney may be executed under facsimile signature and seal pursuant to the following Resolution adopted by the Board of Directors of the Company on August 6, 2001. "RESOLVED, That the signature of the President of this Company, and the seal of this Company may be affixed or printed on any and all bonds, undertakings, recognizances, or other written obligations thereof, on any revocation of any Power of Attorney, or on any certificate relating thereto, by facsimile, and any Power of Attorney, any revocation of any Power of Attorney, bonds, undertakings, recognizances, certificate or other written obligation, bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation." IN WITNESS WHEREOF, the XL SPECIALTY INSURANCE COMPANY has caused its corporate seal to be hereunto affixed, and these presents to be signed by its duly authorized officers this 6th day of August, 2001. XL SPECIALTY INSURANCE COMPANY BY: PRESIDENT ,„Nn.Mww4w,yli c �� �NSURg1,c� ;ks sue:•'�pp�,� '•. � . Attest: ... • ' " I �K SECRETARY STATE OF ILLINOIS COUNTY OF COOK ss. On this 6th day of August, 2001, before me personally came Nicholas M. Brown, Jr. to me known, who, being duly sworn, did depose and say: that he is President of the Company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to the aforesaid instrument is such corporate seal and was affixed thereto by order and authority of the Board of Directors of said Company; and that he executed the said instrument by like order and authority: OFFK AI.SM KqVLSTAHM w00Wk%MWVWM -060W NOTARY PUBLIC STATE OF ILLINOIS COUNTY OF COOK ss. I, Ben M. Llaneta, Secretary of the XL SPECIALTY INSURANCE COMPANY a corporation of the State of Illinois, do hereby certify that the above and foregoing is a full, true and correct copy of Power of Attorney issued by said Company, and that I have compared same with the original and that it is a correct transcript therefrom and of the whole of the original and that the said Power of Attorney is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company, at the City of Schaumburg, this 3RD day of NOVEMBER �NSURgN�,o".. g '•: n °s 20 03 SECRETARY CONTRACT FOR THE CONSTRUCTION OF AN ENGINEERING SERVICES PROJECT THIS CONTRACT is made and entered into by and between the CITY of Encinitas, a municipal corporation, hereinafter referred to as "CITY ", and ZONDIROS GOQp. hereinafter referred to as "CONTRACTOR". as RECITALS CITY requires a general contractor to construct a public works project generally described Melba Road /Regal Road Street Improvements Encinitas Boulevard at San Elijo Refuse Area Road Construction of Concrete Spillway Encinitas Boulevard at Hummingbird Hill Construction of Storm Drain Improvements San Elijo Avenue at Verdi Avenue Street Improvements Paseo de las Flores Construction of Golf Cart Crossing Clark Avenue at Leucadia Boulevard Street Improvements CONTRACTOR represents itself as possessing the necessary skills and qualifications to construct the public works project required by the CITY and possesses the required contractors license; NOW THEREFORE, in consideration of these recitals and the mutual covenants contained herein, CITY and CONTRACTOR agree as follows: 1.0 CONTRACTOR'S OBLIGATIONS 1.1 CONTRACTOR shall construct the public work that is described in Attachment A, which is attached hereto and incorporated herein as though fully set forth at length; and which will hereinafter be referred to as "PROJECT'. 1.2 CONTRACTOR shall, it its own cost and expense, in a professional manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and ' materials, equipment, tools, printing, vehicles, transportation, office space and facilities, all tests, testing and analyses, calculations, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by CITY, necessary or proper to perform and complete the work and provide the services required of CONTRACTOR by this CONTRACT. 1.3 The CONTRACTOR is hired to render those services necessary for the complete construction of the PROJECT in a professional manner, and any payments made to CONTRACTOR are compensation fully for those services. 1.4 CONTRACTOR shall maintain throughout the full term of this CONTRACT all professional certifications and licenses required in order to comply with all City, State, and Federal laws in the performance of this CONTRACT. con6663 D -29 1.5 The CONTRACTOR shall pay wages to CONTRACTOR's employees not less than the current "General Prevailing Wage Rates" issued by the Director of the Department of Industrial Relations of the State of California. 2.0 EXTRA WORK 2.1 The CONTRACTOR, in providing the services as set forth herein, shall not perform work in excess of the PROJECT without the written permission of the CITY or its designated representative. All requests for extra work shall be by written Change Order submitted to CITY prior to the commencement of such extra work. The cost or credit to CITY resulting from changes in the services shall be determined in accordance with the procedure described in paragraph 2.2, below. 2.2 CONTRACTOR shall seek compensation, or CITY shall be allowed any credit, for any change made by CITY pursuant to paragraph 2. 1, in the following manner: A. CONTRACTOR shall submit a written claim for compensation in the form of a lump sum proposal (unless otherwise requested) with an itemized breakdown of all increases or decreases in the cost of CONTRACTOR's and subcontractors' work. Any or all of the following detail may be required by CITY: 1. Material quantities and unit costs; 2. Labor costs (identified with specific item of material to be placed or operation to be performed); 3. Construction equipment; 4. Worker's Compensation and Public Liability Insurance; 5. General and field overhead; 6. Profit; and 7. Employment taxes. B. The overhead and profit percentages included in the proposal shall not exceed the maximums given in subparagraph C, and shall be considered to include, without limitation, insurance other than that mentioned in the is Section, bond or bonds, use of small tools, incidental job burdens, and general job expense. No percentages for overhead or profit will be allowed on employment taxes. The percentages for overhead and profit shall be negotiated and may vary according to the nature, extent, and complexity of the work involved. Not more than three percentages, not to exceed the maximum in subparagraph C, will be allowed regardless of the number of subcontractors; that is, any markup of subcontractor's work is limited to one overhead percentage and one profit will be added to the direct cost decrease for proposals that decrease the CONTRACT amount. con6663 D -30 C. Overhead and profit will each be limited to ten percent (10 %) of the total sum of proposed changes for work performed by CONTRACTOR and its subcontractors. D. Any request for a time extension will be included with CONTRACTOR's proposal. E. CITY shall consider CONTRACTOR's proposal in detail, utilizing unit prices where specified or agreed upon for calculating CONTRACTOR' estimates, to determine compensation. F. After receiving CONTRACTOR's detailed proposal, the CITY's designated representative for the PROJECT shall promptly review and take action on it. When the immediate need to proceed with a change is indicated through written communication by the City, the CONTRACTOR shall proceed on the basis of a price determined at the earliest practicable date but not more than the increase or less than the decrease proposed by CONTRACTOR. G. Any claim for compensation due to Differing Site Conditions, as defined by the Standard Specifications for Public Works Construction, 1997 edition (the "Green Book ") is subject to and shall be in accordance with the requirements and limitations set forth I subparagraphs A through G of this paragraph 2.2. All other claims for compensation submitted by CONTRACTOR under this CONTRACT shall be subject to the requirements and limitations of subparagraphs A through E of this paragraph 2.2. H. Upon written request by the CITY's designated representative for the PROJECT, CONTRACTOR shall submit a proposal, in accordance with the requirements and limitations set out in subparagraphs A through G of this paragraph 2.2, for work involving contemplated changes covered by the request, within the time limit indicated in the request or any extension of such time limit that may be subsequently granted. If, within a reasonable time after receiving CONTRACTOR's proposal, the CITY's designated representative for the PROJECT directs CONTRACTOR to proceed with performing the proposed work, the proposal shall constitute CONTRACTOR's claim for compensation. I. CONTRACTOR understands that project changes in excess of $25,000 may require approval by the CITY's City Council. Such approval may occur only during regularly scheduled City Council meetings that occur three times each month. 3.0 PAYMENT FOR SERVICES Payment for CONTRACTOR's work to be rendered hereunder shall be in accordance with the provisions of the Bid Schedule in Section D, Bid Forms, which is attached hereto and incorporated herein as though fully set forth at length. 3.5 SECURITY FOR CONTRACTOR'S PROMISE TO PERFORM con6663 D -31 3.5.1 CONTRACTOR shall post and maintain during the full term of this CONTRACT, the following security for CONTRACTOR's promise to perform this CONTRACT: A. The amount of the faithful performance security shall be: 100 %. B. The form of the security shall be: Cash; 2. Cashiers check made payable to the CITY; 3. A certified check made payable to the CITY; 4. A 100% faithful performance bond executed by an approved surety insurer, admitted in the State of California, made payable to the City; or 5. The CONTRACTOR may elect to deposit securities of a value equivalent to the amount of the performance security in accordance with the provisions of § 22300 of the Public Contract Code. The City will make the final determination as to the value of the posted securities. 3.5.2 CITY shall retain 10% of each payment due CONTRACTOR under this contract until completion and acceptance of the PROJECT. In accordance with the provisions of § 22300 of the Public Contract Code, the CONTRACTOR may elect to deposit securities of a value equivalent to the retention and thereby become entitled to receive 100% of the payments, without retention. The City will make the final determination as to the value of the posted securities. 3.5.3 In accordance with Civil Code §3247, CONTRACTOR shall post and maintain during the full term of this CONTRACT, the following security for CONTRACTOR' promise to pay for all labor, materials and equipment in the performance of this CONTRACT. A. The amount of the payment (labor and materials) security shall be: 100 %. B. The form of the security shall be: Cash; 2. Cashiers check made payable to the CITY; 3. A certified check made payable to the CITY; 4. A 100% labor and materials bond executed by an approved surety insurer, admitted in the State of California, made payable to the City; or 5. The CONTRACTOR may elect to deposit securities of a value equivalent to the amount of the performance security in accordance with the provisions of § 22300 of the Public Contract Code. The City will make the final determination as to the value of the posted securities. 4.0 TERM OF CONTRACT con6663 D -32 4.1 This CONTRACT shall be effective on and from the day, month and year of its execution by CITY. 4.2 CONTRACTOR shall commence the construction of the PROJECT within 15 days from the date of a written notice to proceed and shall continue until all tasks to be performed hereunder are completed or this CONTRACT is otherwise terminated. 4.3 CONTRACTOR shall fully complete the performance of this contact within one hundred eighty (180) working days from the date of a written notice to proceed. 5.0 TERMINATION OF CONTRACT 5.1 CITY may terminate this CONTRACT at any time. Notice will be in writing at least ten (10) days before the effective termination date. If CITY terminates the CONTRACT, it will pay CONTRACTOR for all effort and material expended under the terms of this CONTRACT, up to the date of notice. 5.2 Subject to paragraph 5.6, below, CONTRACTOR may terminate this CONTRACT at any time with CITY's mutual consent. Notice will be in writing at least fifteen (15) days before the effective termination date. 5.3 Subject to Paragraph 5.7, below, if CONTRACTOR fails to properly perform its obligations in a timely manner due to any cause, or if CONTRACTOR violates any part of this CONTRACT, CITY shall have the right to terminate this CONTRACT. Notice will be in writing at least fifteen (15) days before the effective termination date. Should this occur, all finished or unfinished documents, data, studies, surveys, drawings, maps, reports and other materials prepared by CONTRACTOR shall, at CITY's option, become CITY's property, and CONTRACTOR shall receive just and equitable compensation for any work satisfactorily completed up to the effective date of termination, not to exceed the total costs under Section 3.0. 5.4 Should the CONTRACT be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. 5.5 By executing this document, CONTRACTOR waives any and all claims for damages that might otherwise arise from CITY's termination under this Section. 5.6 Neither party shall be deemed to be in breach of this CONTRACT based on a breach which is capable of being cured until after it has received written notice of the breach from the other party. The party charged with breach shall have ten (10) days from the date of receiving such notice in which to cure the breach or otherwise respond. If the circumstances leading to the charge that the CONTRACT was breached have not been cured or explained to the satisfaction of the other party within ten (10) days from the date on which the party received notice of breach, the non - breaching party may terminate this CONTRACT. 6.0 STATUS OF CONTRACTOR The CONTRACTOR shall perform the services provided for herein in a manner of CONTRACTOR's own choice, as an independent contractor and in pursuit of CONTRACTOR's independent calling, and not as an employee of the CITY. CONTRACTOR shall be under control con6663 D -33 of the CITY only as to the result to be accomplished and the personnel assigned to the project. However, CONTRACTOR shall confer with the CITY as required to perform this CONTRACT. 7.0 SUBCONTRACTING 7.1 As required by California Public Contract Code Section 4104, the CONTRACTOR has set forth in the List of Subcontractors and Suppliers in Section F, Bid Forms, which is attached hereto and incorporated herein as though fully set forth at length: A. The name and location of the place of business of each subcontractor who will perform work or labor or render service to the bidder in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the bidder, will specially fabricate and /or install a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of 1/2 of 1% of the CONTRACTORS total bid. B. The portion of work which will be done by each listed subcontractor; and C. Only one subcontractor for each portion of the work. 7.2 If the CONTRACTOR subcontracts any of the work to be performed under this CONTRACT, CONTRACTOR shall be as fully responsible to the CITY or the acts and omissions of the CONTRACTOR' subcontractor and of the persons either directly or indirectly employed by the subcontractor, as CONTRACTOR is for the acts and omissions of persons directly employed by CONTRACTOR. Nothing contained in the CONTRACT shall create any contractual relationship between any subcontractor of CONTRACTOR and the CITY. The CONTRACTOR shall bind every subcontractor by the terms of the CONTRACT applicable to CONTRACTOR's work unless specifically noted to the contrary in the subcontract in question approved in writing by the CITY. 8.0 ASSIGNMENT OF CONTRACT The CONTRACTOR has no authority or right to assign this CONTRACT or any part thereof or any monies due thereunder without first obtaining the prior written consent of the CITY. 9.0 EQUALS The PROJECT description designates specific brands or trade names. In accordance with Public Contract Code § 3400, the CONTRACTOR proposes "an equal" item indicated in Attachment D that is attached hereto and incorporated herein as though fully set forth at length. 10.0 VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent or employee of the CITY, either before, during or after the execution of this CONTRACT, shall effect or modify any of the terms or obligations herein contained nor such verbal agreement or conversation entitle CONTRACTOR to any addition payment whatsoever under the terms of this CONTRACT. con6663 D -34 11.0 DISPUTES 11.1 If a dispute should arise regarding the performance of this CONTRACT, the following procedures shall be used to resolve any question of fact or interpretation of the terms of this CONTRACT, including any plans and specifications included in this CONTRACT, which are not otherwise settled by agreement between the parties. 11.1.1 Disputed facts or interpretations of the terms of this CONTRACT shall be clearly identified and reduced to writing by the party making the claim, with a copy delivered in person, mail, overnight delivery, or telecopier transmission, not later than fifteen (15) calendar days following the date of the event, change in circumstance, determination of dispute in interpretation, or the discovery of the event, change in circumstance, or dispute in interpretation. The documented dispute shall also include recommended methods of resolution, which would be of benefit to both parties. 11.1.2 Within ten (10) calendar days of receipt of the documented dispute the party receiving the correspondence shall deliver a reply, including with the reply the responding party's recommended methods of resolution, to the complaining party. Delivery of the reply shall be in person, by mail, overnight delivery, or telecopier transmission, so long as it is received by the complaining party within the time described in this subparagraph. 11.1.3 If the parties have not resolved the dispute within five (5) calendar days of the delivery of the responding party's reply to the dispute, the complaining party shall send a letter within five (5) calendar days, outlining the dispute, together with the documented dispute and reply, to CITY's Engineering Services Director for resolution. The Director shall have ten (10) calendar days within which to resolve the dispute and serve a notice of decision on each of the parties in the manner set forth in this Section for delivery of claims. Should the Director fail to resolve the dispute within this ten (10) calendar day period, the Director shall take no further action on the dispute except to notify the parties, in the manner set forth in this Section for delivery of claims, that the dispute shall be deemed unresolved and the complaining party may proceed with resolution of the dispute in accordance with paragraphs 11.2 and 11.3, below. 11.2 The parties mutually agree that any dispute arising out of or relating to this CONTRACT, or its breach, that cannot be settled by negotiation shall be first submitted to mediation under the Commercial Mediation Rules of the American Arbitration Association before resorting to arbitration, litigation, or other action. 11.3 CITY has elected to resolve any disputes under this CONTRACT pursuant to Article 7.1 (commending with section 10240) of Chapter 1 of Part 2 of the California Public Contract Code. Claims, disputes and other matters in question between the parties to this CONTRACT, arising out of or relating to this CONTRACT or the breach thereof, shall be decided by arbitration in accordance with the current rules of the American Arbitration Association unless the parties mutually agree otherwise. 11.3.1 No demand for arbitration maybe made until the party making demand for arbitration has first complied with the procedures set forth in paragraphs 11.1 and 11.2 of this Section 11. con6663 D -35 11.3.2 The claimant shall initiate arbitration within ninety (90) calendar days after the date of service of the notice of decision or notice of non - decision of the CITY's Engineering Services Director in accordance with Public Contract Code section 10240.1. 11.3.2 No arbitration arising out of or relating to this CONTRACT, shall include, by consolidation, joinder or in any other manner, any additional person not a party to this CONTRACT except by written consent containing a specific reference to this CONTRACT and signed by CONTRACTOR, CITY, and any other person sought to be joined. 11.3.3 Any consent to arbitration involving an additional person or persons shall not constitute consent of any dispute not described therein or with any person not named or described therein. This CONTRACT to arbitrate and any CONTRACT to arbitrate with additional person or persons duly consented to by the parties to this CONTRACT shall be specifically enforceable under the prevailing arbitration law. 11.3.4 Notice of the demand for arbitration is to be filed in writing with the other party to this CONTRACT and with the American Arbitration Association. The demand is to be made within a reasonable time after the claim, dispute or other matter in question has arisen. In no event is the demand for arbitration to be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. The award rendered by the arbitrators shall be final and judgment may be entered upon it in accordance with applicable law in any court having jurisdiction thereof. 12.0 HOLD HARMLESS 12.1 CONTRACTOR agrees to indemnify and hold the CITY and CITY's officers, officials, employees and agents harmless from, and against any and all liabilities, claims, demands, causes of action, losses, damages and costs, including all costs of defense thereof, arising out of, or in any manner connected directly or indirectly with, any acts or omissions of CONTRACTOR or CONTRACTOR's agents, employees, subcontractors, officials, officers or representatives. Upon demand, CONTRACTOR shall, at its own expense, defend CITY and CITY's officers, officials, employees and agents, from and against any and all such liabilities, claims, demands, causes of action, losses, damages and costs. 12.2 CONTRACTOR's obligation herein includes, but is not limited to, alleged defects in the construction of the improvements; alleged defects in the materials furnished in the construction of the improvements; alleged injury to persons or property; alleged inverse condemnation of property as a consequence of the construction or maintenance of the work or the improvement; and any accident, loss or damage to the work or the improvements prior to the acceptance of same by CITY. 12.3 By inspecting, approving or accepting the improvements, CITY shall not have waived the protections afforded herein to CITY and CITY's officers, officials, employees and agents or diminished the obligation of CONTRACTOR who shall remain obligated in the same degree to indemnify and hold CITY and CITY's officers, officials, employees and agents, harmless as provided above. con6663 D -36 12.4 CONTRACTOR's obligation herein does not extend to liabilities, claims, demands, causes of action, losses, damages or costs that arise out of the CITY's intentional wrongful acts, violations of law, or the CITY's sole active negligence. 13.0 INSURANCE 13.1 The CONTRACTOR shall obtain and for the full term of this CONTRACT maintain a policy of motor vehicle liability, general liability and property damage insurance from an insurance company approved by City and licensed and admitted to be transacting business in the State of California, in an insurable amount of not less than one million dollars ($1,000,000.00) for each occurrence and in the aggregate. The insurance policy shall provide that the policy shall remain in force during the life of this CONTRACT and shall not be canceled, terminated, or allowed to expire without thirty (30) days prior written notice to CITY from the insurance company. 13.2 The CITY shall be named as an additional insured on CONTRACTOR's policies. 13.3 Prior to commencement of work under this CONTRACT, CONTRACTOR shall furnish endorsements from each of the insurance companies. 14.0 NOTICES 14.1 Any notices to be given under this CONTRACT, or otherwise, shall be served by certified mail. 14.2 For the purposes hereof, unless otherwise provided in writing by the parties hereto, the address of CITY and the proper person to receive,any such notice on its behalf is: Peter Cota - Robles, Director of Engineering Services City of Encinitas 505 S. Vulcan Avenue Encinitas, CA 92024 -3633 and the address of CONTRACTOR and the proper person to receive any such notice on its behalf is: Zondiros Corporation law Diamond t., Suite 102 n Marcos, CA 92069 15.0 CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 "CONTRACTOR certifies that CONTRACTOR is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC Secs. 1101 -1525) and will comply with these requirements, including but not limited to verifying the eligibility for employment of all agents, employees, subcontractors and consultants that are included in this Contract." 16.0 AFFIDAVIT OF NONCOLLUSION con6663 D -37 As required by California Public Contracts Code section 7106, the CONTRACTOR has submitted within Section F, Bid Forms, affidavit of noncollusion affidavit, which is attached hereto and incorporated herein as though fully set forth at length. CONTRA R by C��i& QA�P-e, V' P. Dated: % 2 /2q al03 State of California License 7(0 (0 708 con6663 D -38 CITY O EN INI A �, by Dated: r,��_ I BASE BID SCHEDULE COMBINED BID Melba Road / Regal Road Item No Quantity Unit Item Cost/Unit Cost Demolition 1 1,730 Sq. Ft Exist. A.C. Roadway $3 $5,190 2 48 L.F. Exist. A.C. Berm $4 $192 3 26 Sq. Ft Exist. Concrete $10 $260 4 100 Cu. Yd Unclassified Excavation $25 $2,500 5 150 L.F. Sawcut Exist. A.C. $5 $750 6 95 L.F. Exist. Wood Fence $10 $950 7 8 Ea Exist. Tree $500 $4,000 8 4 L.S. Exist. Shrubs $200 $800 9 1 Ea Exist. Street and Stop Sign $200 $3,6 10 724 Sq. Ft Cold Plane Exist. A.C. Pavement $5 $3,620 Total Demoliton $18,462 New Construction 11 1,600 Sq. Ft 4" A.C. Pavement $4 $6,400 12 724 Sq. Ft 2" A.C. Pavement $2 $1,448 13 5,200 Sq. Ft 6" Class II Aggregate Base $2 $10,400 14 925 Sq. Ft 5 1/2" Concrete Cross Gutter $7 $6,475 15 1,600 Sq. Ft 4 "Concrete Sidewalk $5 $8,000 16 134 L.F. Type G Concrete Curb and Gutter $45 $6,030 17 89 L.F. 6" Concrete Curb $35 $3,115 18 1 Ea Type A Pedestrain Ramp $3,000 $3,000 19 1 Ea Pedestrain Ramp - Special Design $4,000 $4,000 20 266 Sq. Ft Concrete Driveway $15 $3,990 21 1 Ea Street and Stop Sign $300 $300 22 100 Cu. Yd. Grading $45 $4,500 23 1,000 Sq. Ft Hydroseed Slope $1 $1,000 24 100 L.F. 6' Wood Fence - Teeated Non - Redwood $50 $5,000 25 8 Ea 15 Gal. Palm Tree $325 $2,600 26 2 Ea Blue Dot Fire Hydrant Marker $25 $50 27 4 Ea Shrub $100 $400 28 1 L.S. Erosion Control $1,500 $1,500 29 1 L.S. Traffic Control $2,500 $2,500 Total New Construction $70,7C TOTAL $89,1 San Elijo Refuse Area Road Demolition 45 25 Sq. Ft Exist. A.C. Roadway $40 $1,000 46 25 L.F. Exist. A.C. Berm $20 $500 47 5 Cu. Yd. Unclassified Excavation $100 $500 48 25 L.F. Sawcut Exist. A.C. $10 $250 49 50 Sq. Ft Cold Plane Exist. A.C. Pavement $15 $750 Total Demolition $3,000 BASE BID SCHEDULE New Construction 751 52 53 54 55 56 57 58 12 80 20 28 25 50 25 2 1 L.F. Sq. Ft. Sq. Ft. L.F. Sq. Ft. Sq. Ft. Sq. Ft. Cu. Yd. L.S. A.B.M. Ditch $50 A.B.M. Splash Pad $20 Concrete Gutter $15 concrete Curb Std. G -1 6" A.C. Pavement 2" A.C. Pavement 9" Class II Aggregate Base Light Class Riprap Traffic Control $20 $40 $30 $10 $200 $500 Total New $600 $1,600 $300 $560 $1,000 $1,500 $250 $400 $500 Construction $6,710 TOTAL $9,710 Hummingbird Hill Demolition 59 60 61 62 63 455 15 138 276 1 Sq. Ft. Cu. Yd. L.F. Sq. Ft. L.S. Exist. A.C. Roadway Unclassified Excavation Sawcut Exist. A.C. Cold Plane Exist. Pavement Locate End of Existing 18" RCP $5 $50 $5 $5 $500 Total Demolition $2,275 $750 $690 $1,380 $500 $5,595 New Construction 64 65 66 67 gg 69 70 71 72 73 42 33 1 2 8 18 134 268 134 1 L.F. L.F. Ea. Ea. L.F. L.F. Sq. Ft. Sq -Ft. Sq. Ft. L.S. Slotted Vane Drain on 15" PVC 15" PVC Stormdrain Storm Drain Cleanout Type A Special Inlet Box 6" concrete Curb and Gutter 6" concrete Curb 6" A.C. Pavement 2" A.C. Pavement 9" Class II Aggregate Base Traffic Control $200 $400 $4,000 $6,000 $50 $35 $20 $10 $5 $1,500 Total New $8,400 $13,200 $4,000 $12,000 $400 $630 $2,680 $2,680 $670 $1,500 Construction $46,1E TOTAL $51,7! San Elijo Avenue Demolition 74 75 76 77 5,900 120 107 168 Sq. Ft. Cu. Yd. L.F. Sq. Ft. Exist. A.C. Roadway Unclassified Excavation Sawcut Exist. A.C. Cold Plane Exist. Pavement $4 $40 $3 $3 Total Demolition $23,600 $4,800 $321 $504 $29,2; BASE BID SCHEDULE New Construction 78 5,300 Sq. Ft. 4" A.C. Pavement $5 $504 79 168 Sq. Ft. 2" A.C. pavement $3 $13, 80 5,300 Sq. Ft. 6" Class II Aggregate Base $13,250 81 1,030 Sq. Ft. 5 1/2 " Concrete Cross Gutter $15 $15,450 82 441 Sq. Ft. 5/12" concrete Ditch $13 $5,733 83 100 Cu.Yd. Excavation Cut /Fill $60 $6,000 84 1 Ea. Adjust Manhole Frame and Cover $250 $250 85 5 Ea. Adjust Gate Valve to grade $150 $750 86 218 L.F. Striping $4 $872 87 1 L.S. Traffic Control $5,000 $5,000 Total New Construction $74,309 TOTAL $103,534 Paseo De Las Flores Demolition 88 168 L.F. Exist. Conc. Curb & Gutter $15 $2,520 89 1,557 Sq. Ft. Exist A.C. Roadway $5 $7,785 90 40 Cu.Yd. Unclassified Excavation $50 $2,000 91 158 L.F. Sawcut Exist. A.C. $3 $474 92 316 Sq. Ft. cold Plane Exist. Pavement $3 $948 Total Demolition $13,727 New Construction 93 172 L.F. Type G Conc. Curb & Gutter (3 ", 3" to 6", 6 ") $45 $7,740 94 252 Sq. Ft. 5 1/2" P.C.C. Pavement (Decorative) $22 $5,544 95 348 Sq. Ft. 4" A.C. Pavement $7 $2,436 96 240 Sq. Ft. 2" A.C. Pavement $5 $1,200 97 312 Sq. Ft. 4" P.C.C. Golf Cart Path $13 $4,056 98 1,076 Sq. Ft. 6" Class II Base $4 $4,304 99 50 Ea. One Gallon Rosemary Plants $40 $2,000 100 1 L.S. Modify / Add Existing Irrigation $3,500 $ 00 101 1 Ea. Adjust Manhole Frame and cover $250 $2255 0 102 1 Ea. Adjust Gate Valve to grade $150 $150 103 2 Ea. Pull Box with Covers $250 $1,2 104 82 L.F. PVC Conduit with Cable $4, $1,230 105 1 Ea. Street Light $4,500 $4,500 106 6 Ea. Traffic Signs $1, 0 $1,200 107 1 L.S. Striping $1,000 $1,000 108 1 L.S. Traffic Signs $3,000 $3,000 Total New Construction $42,610 TOTAL $56,337 BASE BID SCHEDULE Clark Avenue Demolition E�E 109 110 111 112 113 114 115 11,020 270 100 30 215 40 17 Sq. Ft. Sq. Ft. L.F. L.F. Cu. Yd. L.F. L.F. Exist. A.C. Pavement Exist. Concrete Pavement Exist. A.C. Berm Exist. Concrete Curb Unclassified Excavation Sawcut Exist. Pavement Cold Plane Exist. Pavement $4 $4 $5 $10 $25 $5 $15 Total Demolition $44,080 $1,080 $500 $300 $5,375 $200 $255 $51,790 New Construction 116 117 118 119 120 121 122 123 124 125 10,125 250 290 33 73 86 1,005 11,862 1,130 22 Sq. Ft. Sq. Ft. L.F. L.F. L.F. L.F. Sq. Ft. Sq. Ft. Sq. Ft. Sq. Ft. 4" A.C. Pavement 5 1 /2 "P.C.C. Pavement Type G Concrete Curb and Gutter 3 1/4" Rolled concrete Curb Transition Concret Curb and Gutter 6" Rolled Concrete Curb A$2 5 1/2" P.C.C. Driveway 6" Class II Base 4" Concrete Sideway 4" Textured, Colored Concrete $4 $15 $30 $25 $6 $50 $40,500 $3,750 $8,700 $825 $2,555 $3,010 $11,055 $23,724 $6,780 $1,100 126 2 Ea. Raise Gate valve Cover $150 $300 127 1 Ea. Raise Manhole Lid and Cover $250 $250 128 1 L.S. Landscape and Irrigation Restoration $3,000 $3,000 129 8 Ea. Traffic Loops $500 $4,000 130 1 L.S. Striping $1,500 $1,500 131 1 L.S. Traffic Control $5,684 $5,684 132 6 L.F. Extend 3" ABS Drain $50 $300 133 1 Ea. Modify Pedestrain Ramp $2,500 $2,500 Total New Construction $119,5< TOTAL $171,3 TOTAL ALL PROJECTS COMBINED Total amount of Bid jgj 829 Contract amount written: Four - Hundred - Eighty- One - Thousand -Eight Hundred - Twenty -Nine Dollars 0MINAL ISSUED IN TWO ORIGINAL COUNTERPARTS COUNTERPART NO: FAITHFUL PERFORMANCE BOND FOR BOND NO: 104182020 PREMIUM: $7,421.00 Melba Road/Regal Road Street Improvements Encinitas Boulevard at San Elijo Refuse Area Road Construction of Concrete Spillway Encinitas Boulevard at Hummingbird Hill Construction of Storm Drain Improvements San Elijo Avenue at Verdi Avenue Street Improvements Paseo de las Flores Construction of Golf Cart Crossing Clark Avenue at Leucadia Boulevard Street Improvements KNOW ALL MEN BY THESE PRESENTS that ZONDIROS CORPORATION as CONTRACTOR and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA as SURETY, are held and firmly bound unto the City of Encinitas, as the CITY, in the penal sum of * dollars ($ 481,829. 00- ), which is one - hundred percent of the total contract amount for the above - stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. *FOUR HUNDRED EIGHTY -ONE THOUSAND EIGHT HUNDRED TWENTY -NINE AND 00/100----- - THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with the CITY for the above stated project, if CONTRACTOR faithfully performs and fulfills all obligations under the contract documents in the manner and time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of the CITY. As part of the obligation secured hereby and in addition to the face amount specified therefor, including reasonable attorneys' fees incurred by the CITY in successfully enforcing such obligation, all Ao be taxed as costs and included in any judgment rendered; provided that any alterations in the obligations or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY. IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals this 29TH day of DECEMBER , 20 03 . CONTRACTOR SURETY ATION ACKNOWLEDGMENT of Execution by CONTRACTOR and SURETY in the proper format, shall be attached to this bond. con6663 Q39 CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT State of CALIFORNIA County of RIVERSIDE On DEC 2 9 2003 before me, S.L. KYSETH, NOTARY PUBLIC Name and Title of Officer (e.g., "Jane Doe, Notary Public ") personally appeared JULIA B. LEONARD, ATTORNEY IN FACT Name(s) of Signer(s) ® personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon S. L KYSETH behalf of which the person(s) acted, executed the instrument. Commmon # I 274061 Notary Pubtk — Collbmla San Bwm dlno County 11-0MY COO. Expkm Sep I Z ZX d WITNESS my hand and official Public ---------------------------------------- OPTIONAL----------------------------------- - - - - -- Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Titles(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: BD -1133 09/00 Top of Thumb here Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Top of Thumb here Signer Is Representing: Travelers L� IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act "). The Act establishes a short -term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism - related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism - coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. ISSUED IN TWO ORIGINAL COUNTERPARTS BOND NO: 104182020 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Julia B. Leonard, Ken Coate, Kenneth A. Coate, Mark N. Gladding, of Riverside, California, their true and lawful Attomey(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. ORIGINAL ISSUED IN TWO ORIGINAL COUNTERPARTS COUNTERPART NO: ;Z, LABOR AND MATERIALS BOND FOR BOND NO: 104182020 PREMIUM: INCLUDED IN THE PREMIUM CHARGED FOR THE PERFORMANCE BOND Melba Road /Regal Road Street Improvements Encinitas Boulevard at San Elijo Refuse Area Road Construction of Concrete Spillway Encinitas Boulevard at Hummingbird Hill Construction of Storm Drain Improvements San Elijo Avenue at Verdi Avenue Street Improvements Paseo de las Flores Construction of Goff Cart Crossing Clark Avenue at Leucadia Boulevard Street Improvements KNOW ALL MEN BY THESE PRESENTS that ZONDIROS CORPORATION as CONTRACTOR, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA as SURETY, are held and firmly bound unto the City of Encinitas, as the CITY, in the penal sum of _ dollars ($481,829.00--) which Is one hundred percent of the total contract amount for the above stated project, for payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents, *FOUR HUNDRED EIGHTY -ONE THOUSAND EIGHT HUNDRED TWENTY -NINE AND 00/100-- - THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with the CITY for the above stated project, if CONTRACTOR or any subcontractor fails to pay for any labor or material of any Kind used in the performance of the work to be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY will pay for the same in an amount not exceeding the sum set forth above., and also in case suit is brought upon this bond, will pay in addition to the face amount thereof costs and. reasonable expenses and fees, including reasonable attorney's fees incurred by the CITY in successfully enforcing such obligation, to be awarded and fixed by the court, and to be taxed as costs to be included in the judgment therein rendered, which amount shall inure to the benefit of all person entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY. IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals this 29TH day of DECEMBER , 20 03 _ .� CONTRACTOR SURETY TRAVEEERS? CJqUALT,Y/,�KD SURETY COMPANY OF AMERICA . LEONARD, ATTDRNEY -IN -FACT ACKNOWLEDGMENT of Execution by CONTRACTOR and SURETY in the proper format, shall be attached to this bond. con6663 D-40 CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT State of CALIFORNIA County of RIVERSIDE On DEC 2 9 2003 before me, S.L. KYSETH, NOTARY PUBLIC Name and Title of Officer (e.g., "Jane Doe, Notary Public ") personally appeared JULIA B. LEONARD, ATTORNEY IN FACT Name(s) of Signer(s) ® personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. S. L METH Commission # 1274061 llZ Z Notary Public — CaOfomlo j Son Bernardino County JAI -es� My Comm. EVrm Sep 12.2004 WITNESS my hand and official nature,otAotary Public ---------------------------------------- OPTIONAL----------------------------------- - - - - -- Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Titles(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: BD -1133 09/00 Top of Thumb here Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee _ ❑ Guardian or Conservator • ❑ Other: Top of Thumb here Signer Is Representing: Travelers L� IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act "). The Act establishes a short -term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism - related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism - coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. ISSUED IN TWO ORIGINAL COUNTERPARTS BOND NO: 104182020 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Julia B. Leonard, Ken Coate, Kenneth A. Coate, Mark N. Gladding, of Riverside, California, their true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. Inland Surety Bonds and Insurance (909) 788 -8581 4371 Latham Street, Suite 201 Riverside, CA 92501 Zondiros Corporation 2401 208th Street, Suite C -8 Torrance, CA 90501 INVOICE Inlan : S Z��retj lirs -Q& asw E k- sUM1ace SeniC&z Policy Information Insured's Copy Page 1 Insured Acct: 1ZONCOR Invoice Number: 220932 Invoice Date: 12 -29 -2003 Invoice Total: 7,421.00 co: 500 Talbot California Policy Number: 104182020 Insured Acct: 1ZONCOR Policy Desc: 100% PERFORMANCE AND PAYMENT Invoice Number: 220932 Insurance Company: Travelers Casualty and Sur Co of America Invoice Date: 12 -29 -2003 Name of Insured: Zondiros Corporation Invoice Total: 7,421.00 Policy Period: 12 -29 -2003 to 12 -29 -2004 Transaction Desc: New Policy Transaction Eff Date: 12 -29 -2003 Premium is due and payable upon receipt. @DS: 1437677 Your Contact Julia Leonard (909) 788 -8581 Amount CITY OF ENCINITAS CONTRACT AMOUNT: $481,829.00 BOND AMOUNT: $481,829.00 FOUR ST. & THREE DRAINAGE IMPRV PROJECTS Contract Bond 7,421.00 Total: 7,421.00 Premium is due and payable upon receipt. @DS: 1437677 Your Contact Julia Leonard (909) 788 -8581 YOUR COP ISSUED IN TWO ORIGINAL COUNTERPARTS COUNTERPART NO: FAITHFUL PERFORMANCE BOND FOR BOND NO: 104182020 PREMIUM: $7,421.00 Melba Road/Regal Road Street Improvements Encinitas Boulevard at San Elijo Refuse Area Road Construction of Concrete Spillway Encinitas Boulevard at Hummingbird Hill Construction of Storm Drain Improvements San Elijo Avenue at Verdi Avenue Street Improvements Paseo de las Flores Construction of Goff Cart Crossing Clark Avenue at Leucadia Boulevard Street Improvements KNOW ALL MEN BY THESE PRESENTS that ZONDIROS CORPORATION as CONTRACTOR and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA as SURETY, are held and firmly bound unto the City of Encinitas, as the CITY, in the penal sum of dollars ($ 4B1, 829.00 - -), which is one - hundred percent of the total contract amount for the above - stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. *FOUR HUNDRED EIGHTY -ONE THOUSAND EIGHT HUNDRED TWENTY -NINE AND 00/100----- - THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with the CITY for the above stated project, if CONTRACTOR faithfully performs and fulfills all obligations under the contract documents in the manner and time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of the CITY. As part of the obligation secured hereby and in addition to the face amount specified therefor, including reasonable attorneys' fees incurred by the CITY in successfully enforcing such obligation, all •:to be taxed as costs and included in any judgment rendered; provided that any alterations in the obligations or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY. IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals this 29TH day of DECEMBER , 2O 03 . CONTRACTOR ZONDIROS CORPORATION SURETY TRAVELERS CASUALTY AND SURETY C JULIA B. LEONARD, ATTQP1t --IN -FACT Y OF AMERICA ACKNOWLEDGMENT of Execution by CONTRACTOR and SURETY in the proper format, shall be attached to this bond. con6663 D-39 Travelers L� IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act "). The Act establishes a short -term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. fi8�" Under the Act, insurers are rW-fed to provide coverage for certain losses caused by interional acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism - related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism - coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. ISSUED IN TWO ORIGINAL COUNTERPARTS BOND NO: 104182020 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Julia B. Leonard, Ken Coate, Kenneth A. Coate, Mark N. Gladding, of Riverside, California, their true and lawful Attomey(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice sid }nt any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, re c ces, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any ofd icers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. ���jg vim' VOTED: That the Chairman, the President, any Vice Chaim4 any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted Boards of URETYSCOMPANY and RFARMTONACASUALTY COMPANY, which AMERICA, Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. ISSUED IN TWO ORIGINAL COUNTERPARTS COUNTERPART NO: LABOR AND MATERIALS BOND FOR BOND NO: 104182020 PREMIUM: INCLUDED IN THE PREMIUM CHARGED FOR THE PERFORMANCE BOND Melba Road/Regal Road Street Improvements Encinitas Boulevard at San Elijo Refuse Area Road Construction of Concrete Spillway Encinitas Boulevard at Hummingbird Hill Construction of Storm Drain Improvements San Elijo Avenue at Verdi Avenue Street Improvements Paseo de las Flores Construction of Goff Cart Crossing Clark Avenue at Leucadia Boulevard Street Improvements KNOW ALL MEN BY THESE PRESENTS that ZONDIROS CORPORATION as CONTRACTOR, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA as SURETY, are held and firmly bound unto the City of Encinitas, as the CITY, in the penal sum of * dollars ($481,829.00--) which is one hundred percent of the total contract amount for the above stated project, for payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. *FOUR HUNDRED EIGHTY -ONE THOUSAND EIGHT HUNDRED TWENTY -NINE AND 00/100-- - THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with the CITY for the above stated project, if CONTRACTOR or any subcontractor fails to pay for any labor or material of any kind used in the performance of the work to be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY will pay for the same in an amount not exceeding the sum set forth above, and also in case suit is brought upon this bond, will pay in addition to the face amount thereof costs and. reasonable expenses and fees, including reasonable attorney's fees incurred by the CITY in successfully enforcing such obligation, to be awarded and fixed by the court, and to be taxed as costs to be included in the judgment therein rendered, which amount shall inure to the benefit of all person entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY. IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals this 29TH day of DECEMBER _, 20 03. CONTRACTOR ZONDIROS CORPORATION SURETY TRAVELERS CASUALTY AND SUF JULIA B. LEONARD, A NEY -IN -FACT OF AMERICA ACKNOWLEDGMENT of Execution by CONTRACTOR and SURETY in the proper format, shall be attached to this bond. conGS53 D-40 Travelers L� IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act "). The Act establishes a short -term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a _ys"COP%such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism - related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism - coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. ISSUED IN TWO ORIGINAL COUNTERPARTS BOND NO: 104182020 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Julia B. Leonard, Ken Coate, Kenneth A. Coate, Mark N. Gladding, of Riverside, California, their true and lawful Attomey(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Execu�t,i�ve S e President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more o , e s ployees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary.,, , -)*Ov` i. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following OF Standing voted Boards Directors TRAVELERS AND SURETY COMPANY AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY a dARMINGTONCASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. j;04 C POLICY NUMBER- 2SMCC3CG 100 3404 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) he followin , This endorsement modifies insurance prov'ded under t 9 r ``►� COMMERCIAL GENERAL LIABILITY COVERAGE PART \ Name of Person or Organization- Schedule-. San Dleguito Water District 305 S.. Vulcan Avenue Encinitas CA 92024 -3633 Blanket as required by written contra-.t. (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) n e IS AN np (Section to ' t person organization in Schedule, but only with respect to liability arising out of your wo k for insured by or for shown " It is agreed that such insurance as is afforded by this policy for the benefit of the additional insured shown shale be primary insurance, and any other insurance maintained by the additional insured(s) shall be excess and non - contributory but only as respects any claim loss or liability arising out of the operations if claim, loss or liability is determined to be solely the negligence or responsibility of the named insured " L -3470 12102 Page 1 of 1 �ec 7 r a USER IMPORTANT if the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) 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) DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon AGORD 25 (2001708) L �I 'U J M1V 4lv'j_4. ' ACORD,„ CERTIFICATE OF LIABILITY INSURANCE 505) 987 -9727 THIS CERTIFICATE is ISSUED AS A MATTER OF ( PRODUCER ONLY AND CONFERS NO RIGHTS UPON THE Cl IBrawn 8 Brown inr3urane ®/ MFC&v Insurance Services Ad LERRHENCOVERAGE AF QRDEEDNBYT HE PC I P.d. i31ax 2815 ICamariiio> CA 93011-28115 RDING COVERAGE INSVRED Zondiros Corporation 2401 208th Street Torrance, CA 90501 I– INSURERS AFFO NSURERA: StarNet Insurance Company ._ NSURr E a; Lincoln General Insurance Co INSUReRC Llbf Insurance Underwriterg INSURER D: - -- : N SURER E: DATE NWO51YYYY) 12/3012003 JFOR�N TIFICATE EXTEND OR CIES BELOW. NAIC 0 OVERAGES CE LISTED THE Y REQUIREMENT. OR CONDITION OF ANY CpNTRAG7IUR OHER DOCUMENT TH ABOVE SPECT TO WHICH THIS CERTIFICATE CAITE MAZY BE ISSUED OR DING AN MAY PERTAIN, THE . TER OR AFFORDED BY THE ONTRES OR OTHER HEREIN Is SUBJECT TOALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLI(:lrzCt. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID I— TCLAIMS. EFFECTNE PouCY ExPIR Ty(ON LIMITS y, '1 POLICY NUMBER OAT 1,000,Oi R Nf F $ LTR _ _ TYPE OFBb�F -- � �EACH OCCUR r, I , ,•„ _ _ I �i�G-E'NERALLIABILITY 111412003 1 111412004 PRCMISES(Es,uc.owenca Z Z — —� A I 1 A COMMERCIAL G IVIED EXP (M,(cne Wain) 3 — a a CLAIMS MADE L I PNAL S ADV INJURY $ 1 C AL AGGREGATE PROCUCTS - C_OMPIOP AGG 2 2,01 GGH'L AGGREGATE LIMI t APPLIES PER: j — — � X pp COM61EO SINGLE l,IMIT $ $ 1 1.01 AUTOMCDELIABILIY 2610000269 1/18/2003 1 1/18/2004 DESCRIPTION OF IONS f LOCATIONS f U PE ) EXCLUS N S ADDED HY E7JDORSHMENT I SPECIAL PROVISIONS 1`10 days notice of cancellation for non - payment of premium` Certificate Holder is named as Additional insured under the general fibiiity. San bieguito Water District 505 S, Vulcan Avenue Encinitas, CA 92024-3633 26 (2001108) ;ANCELLA -{IUW __. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BECAN.ELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSU{NO INSURER WILL ENDEAVOR TO MAIL 3O _ DAYS WRITTEN NOTICE TO THE CERTIFICATE HULDER NA TO THE. LEFT, BUT FAILURE TU DO SO SHALL IMPOSE NO OBLIGATION OR UABILIT/ �'1 - -- KIND UPON THE INSURER, ITS AGENTS OR ACORD CORPORATION 1988 12/30%2003 15:49 POLICYHOLDER COPY STATE P O. Box 420807, SAN FRANCISCO, CA 94142 -0807 COMPENSATION 1 NSu ':LANG E r—u N D CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 12-30 -2003 SAN DIEIGOITO ZkTER DISTRICT C C CITY OF NCZNITAS 505 S VULCAN AVENUE EVC:NITAS CA 92024 HD. 2-, 1r03 GROUP: POLICY NUMBER- 1567448-2003 CERTIFICATE ID: 81 CERTIFICATE EXPIRES: 10- 01 -2 0 0L 10- C�- 2�03/�9-71 -2004 This is to certify that we have issued a valid Worker's Compensation insurance policy in a form. approved by the CRlifornia Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the fund except upon 30 days advance written notice to the employer. We will also give you 30 days advance notice should ttris policy be cancelled prior to its normal expiration. This certificate of insurance is not ari insurance policy and does not amend, extend or alter the coverage afordec by the policies listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this oertiflcate of insurance 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 po ides. AUTHORIZED REPRESENTATIVE PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDIrG DEFENS2 COSTS. Y1,000,000 ?ER OCCURRENCE. EBI)QRSEMENT 11'16C0 - 'TOM Z31,01ROS, P; S,T - EXCLUDED. 2NDCRSEMENT #2065 E11TITLED CERTIFICATE HOLDERS' NOTICE EFFECTCSIE 10- 01 -2C00 Is ATTACHED TO AND FORMS A PART OF THIS POLICY. EMP-0yeR z3ND:R35 COR? 2401 W 208TH ST GTE ; " " -B TORRANCs VA 90801 SCIF 10262.E Uftot th;n eaoweita, 6nIy Y,- 986 9 t8i6t wate"a&, IN-1 feria "OF ?ICIAL STATE � UND DOCUMENT' �t"iFEDGE 30-2603 E IS Tht ti m 0 z � 0 O %Yp o D c cc��� 1 1 7 M �: 1 1 DEPARTMENT OF PUBLIC WORKS JOHN L. SNYDER 5555 OVERLAND AVE, SAN DIEGO, CALIFORNIA 92123 -1295 DIRECTOR (858) 694.2233 FAX: (858) 268 -0461 Web Site: sdcdpw.org Letter of Transmittal December 8, 2003 Roger A. Free, P.E. City of Encinitas 505 South Vulcan Avenue Encinitas, CA 92024 Subject: Right -of -Entry Permit — City of Encinitas Drainage Improvement Project Transmitted herewith is the fully executed "Right -of -Entry Permit" signed by John Kross, Deputy Director of Real Estate Services for the County, and Peter Cota - Robles, Director of City of Encinitas Engineering. Please inform Fred Bast, County Landfill Management, at phone number (858) 495- 5470, of the start date for the City's drainage improvement project. Sincerely, Kathleen Hider, Senior Real Property Agent Phone (858) 495 -5373 Fax (858) 694 -2499 Kids • The Environment • Safe and Livable Communities RIGHT -OF -ENTRY PERMIT Project: Encinitas Boulevard Drainage Improvements City of Encinitas 505 So. Vulcan Avenue Encinitas, CA 92024 -3633 Attn: Roger A. Free, P.E. The County of San Diego, ( "County "), hereby permits The City of Encinitas, its officers, employees, and agents ( "CITY "), to enter upon County's property (APN 259- 192-52) located in Encinitas, State of California ( "Premises "), as further shown on Exhibit "A" attached hereto and made a part hereof, subject to all licenses, easements, encumbrances, and claims of title affecting the Premises and upon the following terms and conditions: 1. Grant of Right -of- Entry. The County hereby grants the City a right -of -entry ( "Permit ") over and onto the Premises described as follows: Assessor parcel number 259 - 192 -52, Encinitas, CA 92024, along the northwestern boundary, as shown in Exhibit "A ", for temporary access during construction of drainage improvements that include the installation of a concrete swale and rip -rap. 2. Term. This Permit shall become effective commencement of construction by the City contractor and shall expire one hundred twenty days thereafter, unless extended by written agreement of the parties. 3. Indemnity. Pursuant to the provisions of Government Code section 53069, City shall indemnify and hold harmless the County, its agents, employees and any lessees or sub lessees occupying the Premises, from and against all liability, cost, and expense for loss of or damage to property and for injuries to or death of any person (including, but not limited to, the property and employees of each party hereto) proximately caused by the City, its agents, employees, or invitees by reason of the uses authorized by this Permit. 4. Compliance with Laws. In conducting its operations on the Premises, City contractor shall comply with all applicable laws, regulations, rules, and orders, regardless of when they become or became effective, including, without limitation, those relating to health, safety, noise, environmental protection, waste disposal, and water and air quality. All area impacted by the City's proposed project shall be returned as good as state as they were in prior to project. 5. Tools Equipment and Property. All tools, equipment and other property taken upon the premises shall remain the property of the City or its agents and shall be removed by the City or its agents as soon as reasonably possible consistent with the completion of work covered by this right -of -entry. 6. Hazardous Materials. Should any discharge, leakage, spillage, emission, or pollution of any type occur upon or from the Premises due to City's use and occupancy thereof, the City, at its expense, shall be obligated to clean all the property affected thereby, whether owned or controlled by the County or any third person, to the satisfaction of the County (insofar as the property owned or controlled by the County is concerned) and any governmental body having jurisdiction there over. The City agrees to indemnify, hold harmless, and defend the County against all liability, cost and expense (including, without limitation, any fines, penalties, judgments, litigation costs, and attorneys' fees) proximately caused to County as a result of City's breach of this section or as a result of any such discharge, leakage, spillage, emission or pollution; provided, however, that if such liability, cost or expense is caused or contributed to by the negligence act or omission of the City, its agents, lessees or sub lessees, the parties shall each be responsible for their respective proportionate share of costs and expenses. 7. City's Agents. Any person, firm or corporation authorized to work upon the Premises by the City shall be deemed to be City's agent and shall be subject to all applicable terms hereof. 8. Damage to Owner's Facilities. City agrees to restore the property to its original condition prior to completion of the project. 9. No Implied Easement. Nothing in this Permit shall be construed to grant City an easement by implication, prescription, or any other operation of law, or to extend the term of the Permit past its expiration date as stated herein. 10. Authority. The City represents and warrants that it has full power and authority to execute and fully perform its obligations under this Permit pursuant to its governing instruments, without the need for any further action. 11. Entire Agreement. This Permit, together with any addenda, exhibits and riders attached hereto, constitutes the entire agreement between the parties with respect to the subject matter hereof, and all prior or contemporaneous agreements, understandings and representations, oral or written, are superseded. 12. Modification. The provisions of this Permit may not be modified, except by a written instrument signed by both parties. 13. Partial Invalidity. If any provision of this Permit is determined by a court of competent jurisdiction to be invalid or remainder of enforceable tolthe fumesthall not be affected thereby. Each provisio n shall be valid extent permitted by law. 14. Successors & Assi ns. This Permit shall be binding on and inure to the benefit of the part and their successors and assigns, except as may otherwise be provided herein. IN WITNESS WHEREOF, County and City have executed this Permit effective as of December 5 2003 ,!1 COUNTY: N KROSS, Deputy Director Real Estate Services Division Date: CITY OF ENCINITAS: PETER COTA - ROBLES Director of Engineering Services Page 3 of 3 !.116 /../e Y l _._.__........__..._= 7RWAKV7101Y f/'W TO secrI4 1v A-�4 "O • 3' 6' y U O) O ;S 0 Ey6V6ff J SURVEY MON. 1968 N 8326.69 E 11150.34 E1. =147.15, v O RIGHT -OF -ENTRY PERMIT Project: Encinitas Boulevard Drainage Improvements City of Encinitas 505 So. Vulcan Avenue Encinitas, CA 92024 -3633 Attn: Roger A. Free, P.E. hereby permits The City of Encinitas, its The County of San Diego, ("County"), APN 259 - officers, employees, and agents ( "CITY "), to enter upon County's property 192 -52) located in Encinitas, State of California ( "Premises "), as further shown on Exhibit "A" attached hereto and made a part hereof, and the following subject upon easements, encumbrances, and claims of title affecting the Premises and conditions: 1. Grant of Right -of- Entry. The County hereby grants the City a right -of -entry ( "Permit ") over and onto the Premises described boundary, as shown nber 259 - 192 -52, Encinitas, CA 92024, along the northwestern Exhibit "A ", for temporary access during construction of drainage improvements that include the installation of a concrete swale and rip -rap. 2. Term. This Permit shall become effective commencement of construction by the City contractor and shall expire one hundred twenty days thereafter, unless extended by written agreement of the parties. 3. Lndemnily. Pursuant to the provisions of Government Code section 53069, City shall indemnify and hold harmless the County, its agents, employees and any lessees or sub lessees occupying the Premises, from and against all liability, cost, and expense for loss of or damage to property and for injuries to or death of any person (including, but not limited to, the property and employees of each party ) proximately caused by the City, its agents, employees, or invitees by reason of the uses authorized by this Permit. 4. Compliance with Laws. In conducting its operations on the Premises, City contractor shall comply with all applicable laws, regulations, rules, and orders, regardless of when they become or became effective, including, without limitation, those relating to health, safety, noise, environmental protection, waste disposal, and water and air quality. All area impacted by the City's proposed project shall be returned as good as state as they were in prior to project. 5. Tools Equipment and Property. All tools, oft e City equipment or t agents and shall be taken upon the premises shal as soon as property asonably possible consistent with the removed by the City or its agents completion of work covered by this right -of -entry. g. Hazardous Materials. Should any discharge, ue to City's use lgand mission, or pollution of any type occur upon or from the Premises occupancy thereof, the City, at its expense, shall be Countedoto clean third the person, pr po the affected thereby, whether owned or controlled by owned or controlled by the County is satisfaction of the County (insofar as the property concerned) and any governmental body having jurisdiction there over. The City agrees to indemnify, hold harmless, and defend the County against all liability, cost and expense (including, without limitation, used t County as al rlesult of City's litigation costs, and attorneys' fees) proximately ca breach of this section or as a result of any such discharge, leakage, s caused orssion or pollution; provided, however, that if such liability, cost contributed to by the negligence actor omission of ee rely ective proportionate share of lessees, the parties shall each be responsible fort p costs and expenses. 7. City's Agents. Any person, firm or corporation authorized to work upon the Premises by the City shall be deemed to be City's agent and shall be subject to all applicable terms hereof. g. Damage to Owner's Facilities. City agrees to restore the property to its original condition prior to completion of the project. g. No Implied Easement. Nothing in this other operation of. law, or to grant d City an easement by implication, prescription, or any p the term of the Permit past its expiration date as stated herein. 10. Authority. The City represents and warrants {has Permit full power to is authority to execute and fully perform its obligations under governing instruments, without the need for any further action. 11. Entire Ag me ent. This Permit, together with any addenda, exhibit and riders attached hereto, constitutes the entire agreement respect to the subject matter hereof, and all prior or contemporaneous agreements, understandings and representations, oral or written, are superseded. 12. Modification. The provisions of this Permit may not be modified, except by a written instrument signed by both parties. 13. Partial Invalidity. If any provision of this Permit is determined by a court of competent jurisdiction to be invalid or unenforceable, the remainder of this Permit shall not be affected thereby. Each provision shall be valid and enforceable to the fullest extent permitted by law. 14. Successors & Assigns. This Permit shall be binding on and inure to the benefit of the part and their successors and assigns, except as may otherwise be provided herein. IN WITNESS WHEREOF, County and City have executed this Permit effective as of December S 2003 COUNTY: �� N KROSS, Deputy Director Real Estate Services Division Date: /'.I / o 3 CITY OF ENCINITAS: PETER COTA - ROBLES Director of Engineering Services Page 3 of 3 mss\ l P P �T /ffi/ Fla /% • FP O/' CA 0 E 11150.34 EL- 147.15' v 01 O O Right -Of -Way Engineering Services, Inc. Land Surveying 3/31/2004 City of Encinitas Engineering Services Dept. 505 South Vulcan Encinitas, CA 92024 -3633 Roger Free Project: Various Stormdrain Construction Projects Job Number: 0401 - 0014 -06 PO: Invoice: 5134 Not to Exceed: Billed to Date: $4,355.00 Invoice TASK Construction Staking Services Clark Avenue CMS 01 E C� TOTAL AMOUNT DUE THIS INVOICE HOURS 2 COST 620.00 $620.00 Thank you for making the choice to continue using Right -Of -Way Engineering Services for all your professional surveying needs. Michael Schlumpberger, PLS 4167 Avenida de la Plata Suite 114 • Oceanside, CA 92056 • (760) 732 -1366 • FAX (760) 732 -1367 E -Mail: roweng @cts.com Right -Of- -Way Engineering Services, Inc. Land Sureying 2/29/2004 City of Encinitas Engineering Services Dept. 505 South Vulcan Encinitas, CA 92024 -3633 Roger Free Project: Various Stormdrain Construction Projects Job Number: 0401 - 0014 -06 PO: Invoice: 5114 Not to Exceed: Billed to Date: $3,735.00 invoice TASK Construction Staking Services CMS01 E Construction Staking Services CMD99B Construction Staking Services CMS03A Supervision /Meetings CMS01 E TOTAL AMOUNT DUE THIS INVOICE HOURS 12 5 2 COST 1,860.00 930.00 775.00 170.00 $3,735.00 Thank you for making the choice to continue using Right -Of -Way Engineering Services for all your professional surveying needs. Michael Schlumpberger, PLS 4167 Avenida de la Plata Suite 114 • Oceanside, CA 92056 • (760) 732 -1366 • FAX (760) 732 -1367 E -Mail: roweng @cox.net Right -Of- -Way Engineering Services, Inc. Land Sureying 2/29/2004 City of Encinitas Engineering Services Dept. 505 South Vulcan Encinitas, CA 92024 -3633 Roger Free Project: Various Stormdrain Construction Projects Job Number: 0401 - 0014 -06 PO: Invoice: 5114 Not to Exceed: Billed to Date: $3,735.00 TASK Construction Staking Services Supervision /Meetings Invoice o� HOURS COST 23 3,565.00 2 170.00 C ' $3,735.00 TOTAL AMOUNT DUE THIS INVOICE � J Thank you for making the choice to continue using Right -Of -Way Engineering Services for all your professional surveying needs. Michael Schlumpberger, PLS 4167 Avenida de la Plata Suite 114 • Oceanside, CA 92056 • (760) 732 -1366 • FAX (760) 732 -1367 E -Mail: roweng@cox.net Right -Of -Way Engineering Services, Inc. Land Sureying 2/l/2004 City of Encinitas Engineering Services Dept. 505 South Vulcan Encinitas, CA 92024 -3633 Roger Free Project: Various Stormdrain Construction Projects Job Number: 0401 - 0014 -06 PO: Invoice: 5088 Not to Exceed: Billed to Date: TASK Supervision /Meetings Construction Staking Calculations Construction Staking Services Invoice 4) ` N TOTAL AMOUNT DUE THIS INVOICE HOURS COST 3 255.00 1 85.00 3 465.00 $805.00 Thank you for making the choice to continue using Right -Of -Way Engineering Services for all your professional surveying needs. Michael Schlumpberger, PLS 41.67 Avenida de la Plata Suite 114 Oceanside, CA 92056 • (760) 732 -1366 • FAX (760) 732 -1367 E -Mail: roweng @cox.net CONTRACT FOR THE CONSTRUCTION OF AN ENGINEERING SERVICES PROJECT THIS CONTRACT is made and entCITY", a d ZONDIAOS CITY CO&f• Encinitas, o a "hereinafter municipal corporation, hereinafter referred t referred to as "CONTRACTOR". RECITALS CITY requires a general contractor to construct a public works project generally described as Melba Road /Regal Road Street Improvements Encinitas Boulevard at San Elijo Refuse dlACo Roitidct on of Storm Drain olmprovemelnts Encinitas Boulevard at Hummingbird San Elijo Avenue at Verdi Avenue Street Improvements Paseo de las Flores Construction of Golf Cart Crossing Clark Avenue at Leucadia Boulevard Street Improvements CONTRACTOR represents itself as possessing the necessary skills and qualifications to construct the public works project required by the CITY and possesses the license; NOW THEREFORE, in consideration of these recitals and the mutual covenants contained herein, CITY and CONTRACTOR agree as follows: 1.0 CONTRACTOR'S OBLIGATIONS 1.1 CONTRACTOR shall construct ugh fully et forth at length; gth; and whi h w II which is attached hereto and incorporated herein as th hereinafter be referred to as "PROJECT'. M` 1.2 CONTRACTOR shall, it its own cost and expense, in a professional supplies manner, ur and all of the labor, technical, administrative, professional and other personnel, materials, equipment, tools, printing, vehicles, transportation, office space and facilities, all tests, testing and analyses, calculations, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by CITY, necessary or proper to perform and complete the worts and provide the services required of CONTRACTOR by this CONTRACT. 1.3 The CONTRACTOR is hired to render those services necessary for the complete construction of the PROJECT in a P rofessional hose services. anner, and any payments made to CONTRACTOR are compensation fully for all 1.4 CONTRACTOR shall maintain in rorder full term of all City, this State and Federal professional certifications and licenses required laws in the performance of this CONTRACT. con6663 p -29 1.5 The CONTRACTOR shall pay wages to O p ��or ofRhe Department of industrial the current General Prevailing Wage Rates issued by h Relations of the State of California. 2.0 EXTRA WORK 2.1 The CONTRACTOR, in providing theservices as forth herein, shall not perform e CITY or is designated work in excess of the PROJECT without the written permission written Change Order submitted to CITY representative. All requests for, extra work shall be by 9 prior to the commencement of such extra'w'�th therprocedu�e CITY resulting from changes described in paragraph 2 2, in the services shall be determined in accordance , below. 2.2 CONTRACTOR shall seek compensation, or CITY shall be allowed any credit, for any change made by CITY pursuantto paragraph 2.1, in the following manner: A. CONTRACTOR shall submit a written claim for compensation in the form of a lump sum proposal (unless otherwise requested) o CONTRACTOR�s and subcontractors' acto sf all increases or decreases in the work. Any or all of the following detail may be required by CITY: 1, Material quantities and unit costs; 2. Labor costs (identified with specific item of material to be placed or operation to be performed); 3. Construction equipment; 4. Worker's Compensation and Public Liability Insurance; 5. General and field overhead; 6. Profit; and 7. Employment taxes. ot B. The overhead and profit percentags arageaphcC� andnshall proposal exceed the maximums given p include, without limitation, insurance other than that mentioned in the is Section, bond or bonds, use of small tools, incidental job burdens, and general job expense. No percentages for overhead or profit will be allowed on employment ataxes. o to percentages for overhead and profit shall be negotiated and may vary din 9 the nature, extent, and complexity of the work involved. Not more than three percentages, not to exceed the maximum in subparagraph C, will be allowed any markup regardless of the number of subcontractors; that is, of subcontractor's work is limited to one overhead percentage ease the CONTRACT amount. to the direct cost decrease for proposals t con6663 D -30 C. Overhead and profit will each be limited to ten percent (10 %) of the total sum of proposed changes for work performed by CONTRACTOR and its u bcontractors. s - D.' Any request for a time extension will be included with CONTRACTOR'S proposal. E. CITY shall consider CONTRACcalculating OR pCONTRACTOR's estimates, to where specified or agreed upon for determine compensation. , F. After receiving CONTRACTOR's detailed proposal, the take 's designated t When representative for the PROJECT shall promptly rev the immediate need the CONTRACTOR shall proceed on the basis of a communication by the a Cityity, , price determined at the earliest practicable date'but not more than the incrgase or less than the decrease proposed by CONTRACTOR. G. Any claim for compensation due to Differing Site C1997ions, as defined by edition (the "Green the Standard Specifications for Public Works Construction, and Book!') is subject to and shall be in through rdance G of this paragraph 2.2. A Isot er with the limitations set forth I subparagraphs A 9 claims for compensation submitted by CONTRACTOR f subparagraphs A ORo of E of this be subject to the requirements and limitations paragraph 2.2. H Upon written request by the CITY's designated representative for the PROJECT, CONTRACTOR shall submit a proposal, in accordance with the requirements and limitations set out � laced changes covered by the request, paragraph 2.2, for work involving contemplated within the time limit indicated in the Ifgwithin any extension of such time after r'eceily ng that may be subsequently granted. , CONTRACTOR's proposal, the CITY'S designated representative for the PROJECT directs CONTRACTOR to proceed with performing the proposed work, the proposal shall constitute CONTRACTOR's claim for compensation. 1. CONTRACTOR understands that project changes in may of cu5,000 may ng require approval by the CITY's City Council. Such approval regularly scheduled City Council meetings that occur three times each month. 3.0 PAYMENT FOR SERVICES be in accordance with Payment for CONTRACTOR'S work to be rendered F ere nwhi has attached hereto and the provisions d herein as Bid fully Schedule et forth attlengtDh. B incorporate 3.5 SECURITY FOR CONTRACTOR'S PROMISE TO PERFORM D -31 con6663 during the full term of this CONTRACT, the 3.5.1 CONTRACTOR shall post and maintain erfodu this CONTRACT; following security for CONTRACTOR's promise to p 0 A. The amount of the faithful performance security shall be: 100 /o. B. The form of the security shall be: 1 Cash; 2. Cashiers check made payable to the CITY; 3. A certified check made payable to the CITY; 4. A 100% faithful performance bond executed by an approved surety insurer, admitted in the State of California, made payable to the City; or The CONTRACTOR May elect to deposit securities of a value equivalent to 5. T the amount of the p erformance security in accordance with the provisions of § 22300 of the Public Contract Code. secu City will make the final determination as to the value of th e p ue CONTRACTOR o payment dACTOR under this contract 3.5.2 CITY shall retain 10 /o of each pay Of completion and acceptance of the PROJECT. In accordlenc siwsecurities of a value equivalent until comp elect to deposit the Public Contract Code, the CONTRACTOR may the payments retention and thereby become entitled to receive 1100% of st d securities, without retention. The City will make the final determination as to the value of the accordance with Civil Code §3247, CONTRACTOR NTaRACTORnpromise ato 3.5.3 In security for during the full term of this CONTRACT, the following of this CONTRACT. pay for all labor, materials and equipment in the p A. The amount of the payment (labor and materials) security shall be: 100 %. B. The form of the security shall be: 1 Cash; 2. Cashiers check made payable to the CITY; 3 3 »1 A certified check made payable to the CITY; A 100% labor and materials bond executed by an approved surety insurer, admitted in the State of California, made payable to the City; or The CONTRACTOR may elect to deposit securities of With the provis equivalent ons of the amount of the performance security in accordance § 22300 of the Public Contract Code. The City will make the final determination as to the value of the posted securities. 4.0 TERM OF CONTRACT D -32 con6663 4.1 This CONTRACT shall be effective on and from the day, month and ,year of its execution by CITY- ' 4.2 CONTRACTOR shall commence the construction ue until all tasks t be performed from the date of a completed or this proceed and is otherwise terminated. ` hereunder are comp 4.3 CONTRACTOR shall fully complete the performance of this contact -within one hundred eighty (180) working days from the date of a written notice to proceed. 5.0 TERMINATION OF CONTRACT 1 CITY may terminate this CONTRACT at anyt m mates he CONTRACT, will pay 5 u to the ten (10) days before the effective termination date. If CI CONTRACTOR for all effort and material expended under the terms of this CONTRACT,, p date of notice. 5.2 Subject to paragraph 5.6, below, CONTRACTOR may terminate this CONTRACT bfe at any time with CITY's mutual c onsent. Notice will be in writing at least fifteen (15) days the effective termination date. rl Perform its 5.3 Subject. to Paragraph 5.7, below, if CONTRACTOR fails to Properly Pert of this obligations in a timely manner due to any cause, or if C RACT, CITY shall have the right to terminate the CONTRAC O t Not clewill be n writing at CONT least fifteen (15) days before the effective termination date. Should thus and rother finished materials le data, studies, surveys, drawings, maps, repo unfinished documents, ' property, and CONTRACTOR prepared by CONTRACTOR shall, at CITY's option, bey work satisfactorily r completed up to the shall receive just an not to exceed the total costs under Section 3.0. effective date of termination, procure 5.4 Should the CONTRACT be terminated pursuant to this Section, CITY may on its own terms services similar to those terms and all claims for 5.5 By executing this document, CONTRACTOR waives any damages that might otherwise arise from CITY's termination under this Section. ed on a 5.6 Neither party shall be deemed to it has received written notice oft e breach from breach which is capable of being cured until after s from the date of receiving the other party. The party charged with breach shall have ten (10) day such notice in which to cure the breach or otherwise respond. cured or explained to he satisfaction of charge that the CONTRACT was breached have not a received notice of breach, the the other party within ten (10) days from the date on which the party non - breaching party may terminate this CONTRACT. 6.0 STATUS 0— F CONTRACTOR The CONTRACTOR shall perform the services provida n for ursuit of CONTRACTOR's CONTRACTOR's o anchoice, ot as an emp oyeenof the CITY CONTRACTOR shall be under control independent calling, D -33 con6663 of the CITY only as to the result to be accomplished and the personnel assigned to the project. However, CONTRACTOR shall confer with the CITY as required to perform this CONTRACT. 1.6 7,0 SUBCONTRACTING 7.1 As required by California Public Contract Code Section Bid FO ms, whOh is R has set forth in the List. of Subcontractors and Suppliers in Section hereto and incorporated herein as though fully set forth at length: A. The name and location of the place of business of each about the construction of perform work or labor or render service to the bidder in or the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the bidder, will specially fabricate and/or install a portion plans of the work or improvement according ceps of detailed 1 2dof drawings contained in and specifications, m an amount total bid. B. The portion of work which will be done by each listed subcontractor; and C. Only, one subcontractor for each portion of the work. 7.2 If the CONTRACTOR subcontracts any of the work to or the acts rnd d under this CONTRACT, CONTRACTOR shall be as fully responsible to the . the CONTRACTOR'S subcontractor and of the apersons a ssions of persons dirlectly elmployedtby subcontractor, as CONTRACTOR is for the acts CONTRACTOR. Nothing contained in the CONTRACT and the CITY. create The CONTRACTOR relationship between between any subcontractor of livable to CONTRACTOR'S work unless every subcontractor by the terms of the CONTRACT app specifically noted to the contrary in the subcontract in question approved in writing by the CITY. 8,0 ASSIGNMENT OF CONTRACT The CONTRACTOR has no authority or right to the assign this NTT of the CITYart thereof or any monies due thereunder without first obtaining 9.0 EQUALS The PROJECT description designates proposestrade annames. equal "Item �nda ated 'in Public Contract Code § 3400, the CONTRACTOR Attachment D that is attached hereto and incorporated herein as though fully set forth at length. 10.0 VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with CONTRp,CT, agent shall effect or employee modify any of CITY h either before, during or after the execution of this terms or obligations herein contained nor such the germs of th s CONTRACT. conversation entitle CONTRACTOR to any addition payment wh atsoever under con6663 D -34 I 1.0 DISC S 11.1 If a dispute should arise regarding the on of fact or ntq pretationn of the F terms of this w'ng , procedures shall be used to resolve any quest . CONTRACT, including any plans and specifications included in this CONTRACT, which are not otherwise settled by agreement between the parties. 11.1.1 Disputed facts or interpretations of the terms of this CONTRACT shall be clearly identified and reduced to writing by the party making the claim, with a copy delivered in person, mail, overnight, delivery, or copi a in transmission, than determination fiften (15) calendar days following the date of the event, 9 of dispute in interpretation, or the discovery of the event, change in circumstance, or ,dispute in interpretation. The documented dispute shall also include recommended methods of resolution, which would be of benefit to both parties. 11. 1.2 Within ten (10) calendar days of receipt of the documented dispute the with party receiving the correspondence shall deliver a reply, Ito uding comp wining ply theDelivery responding party's recommended methods of resolution, of the reply shall be in person, by mail, overnight delivery, or telecopier transmission, so long as it is received by the complaining party within the time described in this subparagraph. 11.1.3 If the parties have not resolved the dispute within five (5) calendar days of the delivery of the responding party's reply to the dispute, the complaining party shall send a letter within five (5) calendar days, outlining the dispute, together with the documented dispute and reply, to CITY �sS Whin which to resolve lthe dispute and resolution. erve a e Director shall have ten (10) calendar y h of the parties in the manner set forth in this Section for delivery notice of decision on eac of claims. Should the Director fail r resolve er action onithe dispute except to notify the parties, in period, the Director shall take no further the manner set forth in this Section for may of d claims, that the with resolution iofPthe dispute seemed unresolved and the complaining party y P accordance with paragraphs 11.2 and 11.3, below. 11.2 The parties mutually agree that any dispute arising out of or relating to this to CONTRACT, or its breach, that cannot Rules of the American Arbitration t first on Assoc aton mediation under the Commercial Mediation before resorting to arbitration, litigation, or other action. 11.3 CITY has elected to resolve any disputes under this CONTRACT pursuant to Article 7.1 (commending with section lmatters n in between the parties outhis er I of Part 2 of the California Contract Code. Claims, disputes and other CONTRACT, arising out of or relatg� {� this CONTRACT rr s of the American Arbitration Association decided by arbitration in accordance Association unless the parties mutually agree otherwise. 11.3.1 No demand for arbitration maybe made until the party making demand for arbitration has first complied with the procedures set forth in paragraphs 11.1 and 11.2 of this Section 11. D -35 con6663 11.3.2 The claimant shall initiate arbitration within ninety (90) calendar days after the date of service of the notice of decision h Publ c Coht�actCo'de section 10240.1. Engineering Services Director in accordance , 11.3.2 No arbitration arising out of or relating to this CONTRACT, shall include, by consolidation, joinder or in any other manner, any additional person not a party this CONTRACT except by written consent containing a specific reference to this CONTRACT'and signed by CONTRACTOR, CITY, and any other person sought to be joined. 11.3.3 Any consent to arbitration involving an additional person or persons not not constitute consent of inny dispute not to arbitrate with any CONTRACT to named or described therein. arbitrate with additional person or pers'ons duly der the consented to by the arb tration law. es to this CONTRACT shall be specifically enforce able ri 11.3.4 Notice of the demand for arbitration is to be filed in writing with the other is party to this CONTRACT and with the American Ip tdi s to or othe'� matte n queston to be made within a reasonable time after the claim when has arisen. In no event is the demand ,fs based on such c claim, dispute or other institution of legal or equitable proceedings in question would be barred by the applicable statute of limitations. The award rendered by the arbitrators shall be final and judgment may be entered upon it in accordance with applicable law in any court having jurisdiction thereof. 12.0 HOLD HARMLESS an Cl-[ys officers, 12.1 CONTRACTOR agrees to indemnify against any and all abilit es� claims, demands, officials, employees and agents harmless from, and a 9 causes of action, losses, damages and costs, including a all costs oo defense thereof CONT ising out Of, or or in any manner connected directly or indirectly with, Y aUpon CONTRACTOR's agents, employees, subcontractors, defendsC�TY fficers or and CITY' ssofficerse officals, demand, CONTRACTOR shall, at its own expense, employees and agents, from and against any and all such liabilities, claims, demands, causes of action, losses, damages and costs. 12.2 CONTRACTOR's obligation herein fects includes, the but is not limited alleged defects in construction the construction of the improvements; alleged de alleged inverse condemnation of of the improvements; alleged injury to persons or property; 9 property as a consequence of the construction o�emaintenance prhor o the acceptance of same and any accident, loss or damage to the work or t improvements by CITY. 12.3 By inspecting, approving or accepting the improvements, CITY shall not have oyees and agents waived the protections afforded herein to CITY awho shall remcain obligated n tthe same degree to or diminished the obligation of CONTRACTOR indemnify and hold CITY and CITY's officers, officials, employees and agents, harmless as provided above. D -36 con6663 12.4 CONTRACTOR's obligation herein does not extend te CItTY's liabilities, ntentional wrgngfu demands, acts, or costs that causes of action, losses, I damages so a active negligence- 13. out o violations of law, o _ 0 INSURANCE 13.1 The CONTRACTOR shall obtain and for thhet f damage insurance COIN RACanmris'urance policy of motor vehicle liability, general liability and property an a proved by City and licensed and admitted torbi be (b mess .00) for aeach company P California, in an insurable amount of not less a policy provide that the policy shall remain in occurrence and in the aggregate. The insurance po y p force during the life of this CONTRACT and shall not be he canceled, ante colmpany. or allowed to expire withoutthirty (30) days prior written notice to CITY from 13.2 The CITY shall be named as an additional insured on CONTRACTOR's policies. 13.3 Prior to commencement of work under this CONTRACT, CONTRACTOR shall furnish endorsements from each of the insurance companies. 14.0 NOT_ ICES 14.1 Any notices to be given under this CONTRACT, or otherwise, shall be served by certified mail. ' ting by the 14.2 For the purposes hereof, unless otherwise provided ce omits behalf Sparties hereto, in w the address of CITY and the proper person to receive :any such Peter Cota - Robles, Director of Engineering Services City of Encinitas 505 S. Vulcan Avenue Encinitas, CA 92024 -3633 and the address of CONTRACTOR and the proper person to receive any such notice on its behalf ­is: Zondiros Corporation amon e an 1. 811 os, 51 47 v x 760-510 -6627 15.0 AND CONTROL ACT OF 1986 "CONTRACTOR certifies that CONTRACTOR 86 (8 uS s 1101 1525) and will requirements of the these Immigration Reform and Control Act to 1986 a USC Secs. requirements, including but not limited to verifyingncluded in this Contract." employment of all agents, Q employees, subcontractors and consultants that are 16.0 AFFIDAVIT OF NONCOLLUSION D -37 con6663 1 As required Cahas lifornia Public Contracts Code section 7106, the COs attached hereto submitted within Section F, Bid Forms, affidavit' of noncollusion affidavit, Which and incorporated herein as though fully set forth at length. CITY OF ENCINITAS CONT OR by by Gpaq.16 ,A�Ry, p , ' Dated: Dated: State of California License % (O:O % 0 8 D -38 con6663 BASE BID SCHEDULE COMBINED BID Melba Road / Regal Road Cost/Unit Cost Item No Quantity Unit Item Demolition $3 $192 1,730 Sq., Ft Exist. A.C. Roadway $4 $192 1 48 L.F. Exist. A.C. Berm $10 $260 2 26 Sq. Ft Exist. Concrete $25 $2,500 3 100 Cu. Yd Unclassified Excavation $5 $750 4 150 L.F. Sawcut Exist. A.C. $10 $950 5 5 95 L.F. Exist. Wood Fence $500 $4,000 8 Ea Exist. Tree $200 $800 7 4 L.S. Exist. Shrubs $200 $200 8 1 Ea Exist. Street and Stop Sign $5 ' $3,620 g 724 Sq. Ft Cold Plane Exist. A.C. Pavement Total Demoliton $18,462 10 New Construction $4 $6,400 11 1,600 Sq. Ft 4" A.C. Pavement $2 $1,448 724 Sq. Ft 2" A.C. Pavement $2 $10,400 12 5,200 Sq. Ft 6" Class II Aggregate Base $7 $6,475 13 925 Sq. Ft 5 1/2" Concrete Cross Gutter $5 $8,000 14 1,600 Sq. Ft 4 "Concrete Sidewalk $45 $6,030 15 134 L.F. Type G Concrete Curb and Gutter $35 $3,115 16 89 L.F. 6" Concrete Curb $3,000 $3,000 17 1 Ea Type A Pedestrain Ramp $4,000 $4,000 18 Ea Pedestrain Ramp - Special Design $15 $3 gg0 19 20 1 266 Sq. Ft Concrete Driveway $300 $300 1 Ea Street and Stop Sign $45 $4,500 21 22 100 Cu. Yd. Grading $1 $1,000' 23 1,000 Sq. Ft Hydroseed Slope Teeated Non - Redwood $325 $5,000 24 100 L.F. 6' Wood Fence - $2,600 8 Ea 15 Gal. Palm Tree $25 $50" 25 Ea Blue Dot Fire Hydrant Marker $100 $400 26 27 2 4 Ea Shrub $1,500 $1,500 1 L.S. Erosion Control $2,500 $2,500 28 1 L.S. Traffic Control Total New 29 Construction $70,70 TOTAL $89,17 San Elijo Refuse Area Road Demolition $40 $1,000 45 25 Sq. Ft Exist. A.C. Roadway $20 $500 46 25 L.F. Exist. A.C. Berm $100 $500 5 Cu. Yd. Unclassified Excavation $10 $250 47 25 L.F. Sawcut Exist. A.C. $15 $750 48 50 Sq. Ft Cold Plane Exist. A.C. Pavement Total Demolition $3,000 49 BASE BID SCHEDULE New Construction $50 $600 12 L.F. A.B.M. Ditch $20 $1,600 50 80 Sq. Ft. A. M. Splash Pad � $15 $300 51 20 Sq. Ft. Concrete Gutter $20 $560 52 L.F. concrete Curp Std. G -1 $40 $1 ;000 53 28 25 Sq. Ft. 6" A.C. Pavement $30 $1,500 54 50 Sq. Ft. 2" A.C. Pavement $10 $250 55 25 Sq. Ft. 9" Class II Aggregate.-Base $200 $400 56 2 Cu. Yd. Light Class Riprap $500 $500 57 1 L.S. Traffic Control Total New 58 Construction $6,710 TOTAL $9,710 Hummingbird Hill Demolition ' $5 $2,275 455 Sq. Ft. Exist. A.C. Roadway $50 $750 59 15 Cu. Yd. Unclassified Excavation $5 $690 60 138 L.F. Sawcut Exist. A.C. 1 $5 $1,380 61 62 276 Sq. Ft. Cold Plane Exist. Pavement End of Existing 18 RCP $500 $500 $5,595 63 1 L.S. Locate Total Demolition New Construction - $200 $8,400 L.F. Slotted Vane Drain on 15 PVC $400 $13,200 64 42 33 L.F. 15" PVC Stormdrain $4,000 $4,000 65 5 Ea. Storm Drain 'Cleanout Type A $6,000 $12,000 1 2 Ea. Special Inlet Box $50 $400 67 L.F. 6" concrete Curb and Gutte r $35 $630 68 8 18 L.F. 6" concrete Curb $20 $2,680 69 70 134 Sq. Ft. 6" A.C. Pavement $10 $2,680 71 268 Sq. Ft. 2" A.C. Pavement $5 $670 . 134 Sq. Ft. 9" Class II Aggregate Base $1 500 $1,500 72 1 L.S. Traffic Control Total New 73 Construction $46,16( TOTAL $51,75° San Elijo Avenue Demolition o_ I_ ition $4 $23,600 74 5,900 Sq. Ft. Exist. A.C. Roadway $40 $4,800 120 Cu. Yd. Unclassified Excavation $3 $321 75 107 L.F. Sawcut Exist. A.C. $3 $504 76 Sq. Ft. Cold Plane Exist. Pavement Total Demolition $29,22 77 168 BASE BID SCHEDULE New Construction $5 1 $26,500 78 5,300 Sq. Ft. 4" A.C. Pavement $3 $504 79 168 Sq. Ft. 2" A.C. pavement $3 $13,250 80 5,300 Sq. Ft. 6" Class II Aggregate Base $15 $15,450 81 1,030 Sq. Ft. 5 1/2 "Concrete Cross Gutter $13 $5,733 82 441 Sq. Ft. 5/12" concrete Ditch $60 $6,000 83 100 Cu.Yd. Excavation Cut/Fill Manhole Frame and Cover $250 $250 84 1 Ea. Ea. Adjust Adjust Gate Valve to grade $150 $750 $872 85 86 5 218 L.F. Striping $4 $5,000 $5,000 87 1 L.S. Traffic Control Total New Construction $74,309 TOTAL $103,534. Paseo De Las Flores Demolition $15 $2,520 88 168 L.F. Exist. Con -. Curb P. Gutter $5 $7,785 89 1,557 Sq. Ft. Exist A.C. Roadway $50 $2,000 90 40 Cu.Yd. Unclassified Excavation $3 4 $474 91 158 L.F. Sawcut Exist. A.C. $3 $948 92 316 Sq. Ft. cold Plane Exist. Pavement Total Demolition $13,727 L.F. New Construction Type G Cone. Curb &Gutter (3 ", 3" to 6 ", 6 ") $22 $7,740 $5,544 93 172 252 Sq. Ft. 5 1/2" P.C.C. Pavement (Decorative) $7 $2,436 94 95 348 Sq. Ft. 4" A.C. Pavement $5 $1,200 96 240 Sq. Ft. 2" A.C. Pavement $13 $4,056 97 312 Sq. Ft. 114 " P.C.C. Golf Cart Path $4 $4,304 98 1,076 Sq. Ft. 6" Class II Base Gallon Rosemary Plants $40 $2,000 gg 50 Ea. L.S. O ne Modify /Add Existing Irrigation $3,500 ' $ 3,500 $250 100 1 1 Ea. Adjust Manhole Frame and cover $250 $150 $1W 101 1 Ea. Adjust Gate Valve to grade $250 $500 102 103 2 Ea. Pull Box with Covers $15 $1,230 104 82 L.F. PVC Conduit with Cable $4,500 $4,500 105 1 Ea. Street Light $200 $1,200 106 6 Ea. Traffic Signs $1,000 $1,000 107 1 L.S. Striping $3,000 $3,000 108 1 L.S. Traffic Signs Total New Construction $42,610 TOTAL $56,337 Total amount of Bid Contract amount written: Four -Hund AL ALL NKVJ COMBINED Thousand -Eight Hundred - Twenty -Nine Dollars BASE BID SCHEDULE Clark Avenue Demolition $4 109 11,020 Sq. Ft. Exist. A.C. Pavement Concrete Pavement $4 110 270 Sq. Ft. L.F. Exist. Exist. A.C. Berm $5 111 100 30 L.F. Exist. Concrete Curb $10 $25 112 215 Cu. Yd. Unclassified Excavation $5 113 40 L.F. Sawcut Exist. Pavement $15 114 17 L.F. Cold Plane Exist. Pavement Total Demolition 115 New Construction $4 116 10,125 Sq. Ft. 4" A.C. Pavement 5 1 /2 "P.C.C. Pavement $15 117 250 Sq. Ft. L.F. Type G Concrete Curb and Gutter $30 118 290 33 L.F. 3 1/4" Rolled concrete Curb $25 $35 119 73 L.F. 6" Rolled Concrete ,Curb $35 120 L.F. Transition Concret Curb and Gutter 121 122 86 1,005 Sq. Ft. 5 1/2" P.C.C. Driveway $11 $2 123 11,862 Sq. Ft. 6" Class 11 Base $6 124 1,130 Sq. Ft. 4" Concrete Sideway 4" Textured, Colored Concrete $50 125 22 Sq. Ft. Ea. Raise Gate Valve Cover $150 125 2 1 Ea. Raise Manhole Lid and Cover $250 33,, 000 127 1 L.S. Landscape and Irrigation Restoration $500 128 129 8 Ea. Traffic Loops $1,500 130 1 L.S. Striping $5,684 131 1 L.S. Traffic Control $50 132 6 L.F. Extend 3" ABS Drain $2,500 133 1 Ea. Modify Pedestrain Ramp Total New Construction TOTAL Total amount of Bid Contract amount written: Four -Hund AL ALL NKVJ COMBINED Thousand -Eight Hundred - Twenty -Nine Dollars C) D cr z Cl) 0 0 \?0 Z )k p Ir T En w z o C) LLI c to cq )0WZ ,- (9 w ;a Lri 0— ;A. C-ia /� /� � � \ � [� w � Q, 1 14- w z o C) LLI c to cq )0WZ ,- (9 w ;a Lri 0— ;A. C-ia /� /� � � \ � [� w � EN(-j,�l�. � yJ, v September 29, 2003 Mr. Jerry Pinney SDG &E 6875 Consolidated Way, SD 1325 San Diego, CA 92121 Re: San Elijo Avenue Potholes Jerry, I am enclosing a copy of the potholing results done last week at the intersection of San Elijo Avenue and Verdi Avenue for your use. Please let me know if you will require any changes or additions to our plans. Sincerely, F 41er A. Free, P.E. Associate Civil Engineer City of Encinitas 505 South Vulcan Avenue Encinitas, CA 92024 (760) 633 —2702 (760) 633 — 2818 Fax TEL 760 -633 -2600 / FAX 760- 633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760- 633 -2700 recycled paper ON HU88kRD CONTR. ��$V2/VV2 O M _ ��$1 FAX 7B�73G3248 NE ) STA I I Xs� W/PLAsTIC CAP 1 4-1kil cb A7 cb vj so ko + RELOCATED BY OTHERS SCALE koGER FREE PLANS PRE .OR. OF HORIZONTAL CO. HUBBARD CONTR. 09/22/2003 15:00 FAX 7607363246 DON , la001002 BON H BBARD CONTRACTING COMPANY ENGINEERING CONTRACTOR LICENSE N.O. 172638A 1016_A LINDA VISTA DRIVQ SAN MARCOS• CA '9206 (760) 736 -324'1 FAX DOVER SHEET DAT im Z• 2 COMPANY: FAX NUM4ER: 0331 _ bar - FROM: FAX N.U:M.BER: (760) 736 -3248 NUMBER OF PAGES: Z. (INCLUDING COVER) IF TRANSMITTAL IS NOT SUCESSFUL, PLEASE CALL (7b0) 736-324.1 5 + 08/22/20¢3 15:01 FAX 7807363248 DON HUB8ARO CONTR. CO. IM0$3/002 hJEV - | ---- ' | STP ZY W/PLASTIC CAP Ick bk Ali r) Al- IfXIST, M.H. Lo 10+00 0 SAN ELIJO ui F,H TO BE cn RELOCATED sy OTHERS SCALE ROGER FREE — PLANS PREr VERDI AVE. 1� °• 1 436 r s P E p",TE *IA,r� �ontra�to L� �RoERO �NV0tc QQ3 Engin se No 11263ada Vista ��' 3 2 SEp. 2 U�e� ,1o15'A tag2069 Sa Ma os, c Gat�tos� ' _.r INVOICE Pon Enhhurb (gon#rarting (go. N? Tel (760) 736 -3241 Engineering Contractor • Fax (760) 736 -3248 License No. 172638A Yard and Office — 1015 -A Linda Vista Dr. SEWER, WATER, STORM DRAIN CONSTRUCTION San Marcos, California 92069 ORDER OR P.O. # EQUIPMENT RENTALS INVOICE DATE ORDER NO. DATE SHIPPED JOB NO, 25 2,400.07 -SEP. 23, 2003 SOLD TO: ROGER FREE CITY OF ENCINITAS 505 S. VULCAN AVE. ENCINITAS, CA 92024 RE: VERDI AVE. POTHOLES SHIP TO: _ DESCRIPTION AS PER ATTACHED AMOUNT RATE TOTAL 2,400.07 101 H ANK U a ON HU BA , JR. (� vlrP PRF.InFNT NOTICE UNDER THE MECHANICS IN LAW (CALIFORNIA CODE OF CIVIL PROCEDURE, SECTION 1181 AT SEQ.) ANY CONTRACTOR, SUBCONTRACTOR, LABORER, SUPPLIER OR OTHER PERSON WHO HELPS IMPROVE YOUR PROPERTY BUT IS NOT PAID FOR HIS WORK OR SUPPLIES, HAS A RIGHT TO ENFORCE A CLAIM AGAINST YOUR PROPERTY. THIS MEANS THAT, AFTER A COURT HEARING, YOUR PROPERTY COULD BE SOLD BY A COURT OFFICER AND THE SALE USED TO SATISFY THE INDEBTEDNESS. THIS CAN HAPPEN EVEN IF YOU HAVE PAID YOUR OWN CONTRACTOR IN FULL, IF THE SUBCONTRACTOR, LABORER, OR SUPPLIER REMAINS UNPAID." 11 % per month service charge on balance not paid during the month following the date of invoice (annual percentage rate is 18%). �.�. TAX 2.52 SUBTOTAL 2,087.02 JHAN YOU, DON HUBBARD, J VICE PRESIDENT ql � G 15% 313.05 TOTAL 2,400.07 Ran 34uhharb (9untrarting (tau_ Engineering Contractor License No. 172638A Yard and Office — 1015 -A Linda Vista Dr. San Marcos, California 92069 TEL: (760) 736 -3241 FAX: (760) 736 -3248 SEWER, WATER, STORM DRAIN CONSTRUCTION EQUIPMENT RENTALS September 23, 2003 ROGER FREE CITY OF ENCINITAS 505 S. VULCAN AVE. ENCINITAS, CALIFORNIA 92024 RE: VERDI AVE. POTHOLES 9/22/2003 LABOR: SUPERINTENDENT FOREMAN LABORERS EQUIP: PICK UP & TOOLS TRUCK & VAC EXCAVATOR AIR COMPRESSOR & TOOLS HIGH RISE SIGNS (1 DAY) TRAFFIC CONES (1 DAY) MAT'L: COLD MIX D.G. IYOU, Q �" DON HUBBARD, J VICE PRESIDENT 3 HRS 70.00 210.00 8 HRS 59.00 472.00 16 HRS 43.00 688.00 18 HRS. 4.00 72.00 8 HRS. 50.00 400.00 8 HRS. 18.50 148.00 8 EA. 4.00 32.00 20 EA. 1.50 30.00 0.5 TON 44.00 22.00 1 TON 10.50 10.50 TAX SUBTOTAL 2,087.02 15% 313.05 TOTAL 2,400.07 �' u ( Right -Of -Way Engineering Services, Inc. Land Sureying INVOICE SEPTEMBER 30, 2003 MR. ROGER FREE CITY OF ENCINITAS ENGINEERING SERVICES DEPARTMENT 505 SOUTH VULCAN ENCINITAS, CA 92024 -3633 INVOICE: 4989 PROJECT: ENCINITAS IMPROVEMENT PLANS (0305- 0040 -06) TASK MELBA AND REGAL SIDEWALK AND DRAINAGE IMPROVEMENT PLANS CMS OIE SAN ELIJO AT VERDI CROSS GUTTER AND PAVING CMS 03A PASEO DE LAS FLORES GOLF CART CROSSING CMS 03G ENCINITAS BOULEVARD AT LANDFILL DRAINAGE IMPROVEMENTS CMD 99B TOTAL AMOUNT DUE THIS INVOICE HOURS COST 4.0 $340.00 3.0 $255.00 4.0 $340.00 4.0 $340.00 $1,275.00 �1 u THANK YOU FOR MAKING THE CHOICE TO CONTINUE USING RIGHT -OF -WAY ENGINEERING SERVICES FOR ALL YOU PROFESSIONAL SURVEYING NEEDS.a 1, MICHAEL SCHLUMPBERGER, PLS 4 I 0305- 0040 -06 ENUNITAS 4989.INV.doc 4167 Avenida de la Plata Suite 114 • Oceanside, CA 92056 • (760) 732 -1366 • FAX (760) 732 -1367 E -Mail: roweng@cox.net Right -Of -Way Engineering Services, Inc. Land Sureying INVOICE SEPTEMBER 2, 2003 MR. ROGER FREE CITY OF ENCINITAS ENGINEERING SERVICES DEPARTMENT 505 SOUTH VULCAN ENCINITAS, CA 92024 -3633 INVOICE: 4954 PROJECT: ENCINITAS IMPROVEMENT PLANS (0305- 0040 -06) TASK MELBA AND REGAL SIDEWALK AND DRAINAGE IMPROVEMENT PLANS CMS OIE SAN ELIJO AT VERDI CROSS GUTTER AND PAVING CMS 03A PASEO DE LAS FLORES GOLF CART CROSSING CMS 03G ENCINITAS BOULEVARD AT LANDFILL DRAINAGE IMPROVEMENTS CMD 99B FOTAL AMOUNT DUE THIS INVOICE HOURS COST 5.0 $425.00 5.0 $425.00 4.0 $340.00 9.0 $765.00 4 $1,955.00 THANK YOU FOR MAKING THE CHOICE TO CONTINUE USING RIGHT -OF -WAY ENGINEERING SERVICES FOR ALL YOU PROFESSIONAL SURVEYING NEEDS. MICHAEL SCHLUMPBERGER, PLS ll 1 i 0305- 0040 -06 ENCINITAS 4954.INV. c ! v\ . 4167 Avenida de la Plata Suite 114 • Oceanside, CA 92056 • (760) 732 -1366 • FAX (760) 732 -1367 E -Mail: roweng @cox.net November 3, 2003 Charles and Joyce White Family Trust 2684 Turnbull Canyon Road Hacienda Heights, CA 91745 RE: Property at 939 Regal Road, Encinitas, CA 92024, A.P.N. 258 - 251 -22 Dear Charles and Joyce White Family Trust: Last September I sent you letter regarding the construction the City of Encinitas is undertaking. In this project the City will construct concrete curb, gutter and sidewalk adjacent to your property at the corner of Regal Road and Melba Road. Your wood fence adjacent to Melba Road is in the right -of -way and has to be removed and reconstructed. Both of the driveways are to be reconstructed. It is necessary to do some grading on your property to construct these improvements. The City of Encinitas will reseed and replace any shrubs or trees removed from you property that were disturbed during construction. I also enclosed a drawing of the proposed improvements. We have not received back the Right of Entry form signed by you to go onto your property and do this work. I have enclosed another copy of the form and a return postage paid envelope. Please sign and return to our office as soon as possible. Please call me if you have questions regarding this. Sincerely, er A. Free, P.E. ssociate Civil Engineer City of Encinitas 505 South Vulcan Avenue Encinitas, CA 92024 (760) 633 -2702 v October 8, 2003 Charles and Joyce White 2684 Turnbull Canyon Road Hacienda Heights, CA 91745 RE: Property at 939 Regal Road, Encinitas, CA 92024, A.P.N. 258 - 251 -22 Dear Charles and Joyce White: I am enclosing a copy of Parcel Map No. 3411 that indicates your property as Parcel No. 1 per our telephone conversation today. The parcel map also depicts the easement that was granted to the County of San Diego as Doc. #74- 016864 on November 22, 1974. You may call me if you have questions concerning this or the Right -of -Entry form previously sent to you. Thank you for your assistance. r A. Free, P. E. ssociate Civil Engineer City of Encinitas 505 South Vulcan Avenue Encinitas, CA 92024 (760) 633 -2702 TEL 760- 633 -2600 / FAX 760 - 633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760- 633 -2700 � recycled paper Right -Of -Way Engineering Services, Inc. Land Sureying INVOICE SEPTEMBER 30, 2003 MR. ROGER FREE CITY OF ENCINITAS ENGINEERING SERVICES DEPARTMENT 505 SOUTH VULCAN ENCINITAS, CA 92024 -3633 INVOICE: 4989 PROJECT: ENCINITAS IMPROVEMENT PLANS (0305- 0040 -06) TASK MELBA AND REGAL SIDEWALK AND DRAINAGE IMPROVEMENT PLANS CMS OIE SAN ELIJO AT VERDI CROSS GUTTER AND PAVING CMS 03A PASEO DE LAS FLORES GOLF CART CROSSING CMS 03G ENCINITAS BOULEVARD AT LANDFILL DRAINAGE IMPROVEMENTS CMD 99B TOTAL AMOUNT DUE THIS INVOICE HOURS COST 4.0 $340.00 3.0 $255.00 4.0 $340.00 4.0 $340.00 $1,275.00 @ 4V �1 HANK YOU FOR MAKING THE CHOICE TO CONTINUE USING ING RIGHT OF WAY @ ENGINEERING SERVICES FOR ALL YOU PROFESSIONAL SURVEYING NEEDS. a ` MICHAEL SCHLUMPBERGER, PLS l �Iv0305- 0040 -06 ENCINITAS 4989.INV.doc 4167 Avenida de la Plata Suite 114 • Oceanside, CA 92056 • (760) 732 -1366 • FAX (760) 732 -1367 E -Mail: roweng @cox.net Right -Of -Way Engineering Services, Inc. Land Sureying INVOICE SEPTEMBER 2, 2003 MR. ROGER FREE CITY OF ENCINITAS ENGINEERING SERVICES DEPARTMENT 505 SOUTH VULCAN ENCINITAS, CA 92024 -3633 INVOICE: 4954 PROJECT: ENCINITAS IMPROVEMENT PLANS (0305- 0040 -06) TASK MELBA AND REGAL SIDEWALK AND DRAINAGE IMPROVEMENT PLANS CMS 01E SAN ELIJO AT VERDI CROSS GUTTER AND PAVING CMS 03A PASEO DE LAS FLORES GOLF CART CROSSING CMS 03G ENCINITAS BOULEVARD AT LANDFILL DRAINAGE IMPROVEMENTS CMD 99B TOTAL AMOUNT DUE THIS INVOICE HOURS COST 5.0 $425.00 5.0 $425.00 4.0 $340.00 9.0 $765.00 �1 $1,955.00 O I "THANK YOU FOR MAKING THE CHOICE TO CONTINUE USING RIGHT -OF -WAY ENGINEERING SERVICES FOR ALL YOU PROFESSIONAL SURVEYING NEEDS. ) ` MICHAEL SCHLUMPBERGER, PLS i' 0305 -0040 -06 ENCINITAS 4954.INV. c 4167 Avenida de la Plata Suite 114 • Oceanside, CA 92056 • (760) 732 -1366 • FAX(760)732-1367 E -Mail: roweng@bcox.net Right -Of -Way Engineering Services, Inc. Land Surveying INVOICE JULY 1, 2003 MR. ROGER FREE CITY OF ENCINITAS ENGINEERING SERVICES DEPARTMENT 505 SOUTH VULCAN ENCINITAS, CA 92024 -3633 INVOICE: 4890 PROJECT: ENCINITAS IMPROVEMENT PLANS (0305- 0040 -06) TASK HOURS COST MELBA AND REGAL SIDEWALK AND 3.5 $297.50 DRAINAGE IMPROVEMENT PLANS SAN ELIJO AT VERDI CROSS GUTTER 3.0 $255.00 - / AND PAVING PASEO DE LAS FLORES GOLF CART CROSSING 3.0 $255.00 jA✓ CMS 03G ENCINITAS BOULEVARD AT LANDFILL 3.5 $297.50 DRAINAGE IMPROVEMENTS J f CM1D 99B TOTAL AMOUNT DUE THIS INVOICE $1,105.00 0 1 THANK YOU FOR MAKING THE CHOICE TO CONTINUE USING RIGHT -OF -WAY ENGINEERING SERVICES FOR ALL YOU PROFESSIONAL SURVEYING NEEDS. MICHAEL SCHLUMPBERGER, PLS 0305 -0040 -06 ENCINITAS 4890.INV.do i 4167 Avenida de la Plata Suite 114 • Oceanside, CA 92056 • (760) 732 -1366 • FAX (760) 732 -1367 E -Mail: roweng @cts.com Right -Of -Way Engineering Services, Inc. Land Surveying INVOICE JUNE 11, 2003 MR. ROGER FREE CITY OF ENCINITAS ENGINEERING SERVICES DEPARTMENT 505 SOUTH VULCAN ENCINITAS, CA 92024 -3633 INVOICE: 4860 PROJECT: ENCINITAS IMPROVEMENT PLANS (0305- 0040 -06) TOTAL AMOUNT DUE THIS INVOICE THANK YOU FOR MAKING THE CHOICE TO CONTINUE USING RIGHT -OF -WAY ENGINEERING SERVICES FOR ALL YOU PROFESSIONAL SURVEYING NEEDS. $8,117.50 MICHAEL SCHLUMPBERGER, PLS 0305- 0040 -06 ENCINITAS 4860.INV.doc 4167 Avenida de la Plata Suite 114 • Oceanside, CA 92056 • (760) 732 -1366 • FAX (760) 732 -1367 E -Mail: roweng @cts.com TASK HOURS COST MELBA AND REGAL SIDEWALK AND 27.5 $2337.50 DRAINAGE IMPROVEMENT PLANS ✓. Al' v*� c /,-is ® / E SAN ELIJO AT VERDI CROSS GUTTER 18.0 $1530.00 AND PAVING C /`9S © 3 PASEO DE LAS FLORES GOLF CART CROSSING 20.0 $1700.00 ,✓ GNN!w� C /-I S o 3 C_/ ENCINITAS BOULEVARD AT LANDFILL 30.0 $2550.00 DRAINAGE IMPROVEMENTS CMD 99B 0. K TOTAL AMOUNT DUE THIS INVOICE THANK YOU FOR MAKING THE CHOICE TO CONTINUE USING RIGHT -OF -WAY ENGINEERING SERVICES FOR ALL YOU PROFESSIONAL SURVEYING NEEDS. $8,117.50 MICHAEL SCHLUMPBERGER, PLS 0305- 0040 -06 ENCINITAS 4860.INV.doc 4167 Avenida de la Plata Suite 114 • Oceanside, CA 92056 • (760) 732 -1366 • FAX (760) 732 -1367 E -Mail: roweng @cts.com 02/24/2Q03 16:11 FAX 619 544 6285 CHICAGO TITLE CUSTSERV X1001/007 Chicago Title CUSTOMER SERVICE REQUEST DATE: TOM: Mess. Run: ATTN: ` M cuff. CODE: CO: T ADD: Mme' w SALES REFS! � �— CITY: FAX OUST. SER REP: F 2. 3. 4. I' U) property Profsle Leflal Vesting Compambles Plat Map (s) Tax Roll (s) Tax Sheet Trust Dads Print Documents Other DOCUWWNTS ONLY: COUNTY: Los Angeles Sao Diego Ventura San Bernardino Orange Riverside LOT BLK TR BK PG PARCEL M USE PARCEL Va BK PG USE 02/24/2003 16:11 FA% 619 544 6285 ,hen"- ecorded, clease mail tos county Ew -deer .nil Station 0336 Attn; Land Development Dive CjiICAGO_TITLE CUSTSERV Z002/OO7 DECLARATION OF COVEWTS P ua STREM 1SPROVEM N-TS Aangs S. Whhit& are the owners of the following described propertyr The Westerly 181.13 feet of the southerly 319.60 feet off 3dip- NrW. i, of the B.S. } of section is, T. 13 Sol a. 4 W., s.B.B.M. County of san Diego, California and NhF.eXkS, the owners seek to divide said property having filed Tentative Parcel map No.10634 , which was approved by the Director of Planrirgs County of San Diego, on 11/25 , 1974, which land division will cause additional burdens on the County of San Diego= and ik�e, the County of San D1e60 is empowered to prevent said land division, or to deny or withold its consent to the prorosed land division., as the case may be, until the owners provide such street improvements as will alleviate such burdens, and r4A54-A s the installation by owners of street improvements is a reasonable condition to the granting of authority for said land division by the County of San Diego; and "EhE-iiS, in lieu or the I=ediate installation and dedication of said street improvements, it is the desire and intention of the owners to impose upon the property described above theme covenants for future 19.rovements for the benefit of the County of San Diego; NOW THE EFORE, The owners hereby declare that all the property described above In Geld and shall be held, ooziveyed, hypothecated or encumbered, leased, rentedp used, occupied and improved subject to the following convenants, which shall run with the land and shall be binding on all varties having or acquiring any right, title, or interest in the described lands or any part thereof. No protest shall be :ade by the owners to any proceedings for a V N � 02/24/2009 16:11 FAX 619 544 6285 CHICAGO „TITLE_CUSTS RV 17j009 /007 A r the installation or ar+quisition of street improvements under any special aesesszent urooeedines, whether conducted pursuant to the IImprovement Act of 1911 or the Municipal Improvement Act of 1913, or any other abplioable state or local lam, and whether processed by the County of San Diego or any other governmental entity having Jurisdiction in the cutter and for the purposes of determining property owners support for such same. Itr iiITNESS eidEaEW,, the undersigned has executed this instrument this 5Tb day of December l 74 as,CG };14Ed;DFsD .f• County Ingt1w r s. 1. SETTLES , _ - . _t+ 1 +prtt Cn,•+1 +v 'frneineer So jair e owner Charles F., W e deceaggg) er STaTE OF CA ZFORMIA CCGb"TX OF _San Diego SS on December 5•, 1974 before me, the undersigned, a iota y .. i3 Ad e f ate to s, personally appeared known to me to a the and &6 whose that _3s 9u sore to the within instrument and ack'now`ledged that _---_ executed the same. dITNESS my hand, said tvicial seal. Signature Mary L rants Name TY"Qed or ranted This is to certify that the interest n real property C meyed by the '•• A n foregoing dead or grant is hereby accoptad by order of the undersiMld �� r •. �y '•1, ►.'•�1 ^El'hALE ; rifficer on bohalf of the Board of Supervisors of San Olio County pursuant to atthorily etutforred by ro-olution at sald•Board, adopted •:, • a, r..*:►. •, october 12,1973, and" g entee coa3ents to recordation thereof tof r V..' :,a..: :..n U0. luua s1. 19774 Its duly auU -"!= :! officer. 80” of Supervisors of San Diego County e Gate Nrro /rte gS► M. TAYWR. CMW F . N i W 1, 02I/24/2003 16:11 FAX 619 544 6285 T ' FILE /PAi6 M0�73 BOOK ! a I�CORD� REOYKSS OE s p� J6 1 PN'1�1 A' °Fi�co ouMn:ts� _ ���E� P.e�YoD� RE60ROER r f NO i i i Nr li! 1�. Ti CHICAGO TITLE CUSTSERV 0 004/007 ,i. xi. • i • .. y..MOY�W- IVYWVVYnYU.pum,�..Y�i xw A Y r, r �k NYi .1 F dx J I�r 02/24/ a 16:11 FAX 619 544 6285 CHICAGO TITLE CUSTSERV 01005/007 M'i sllFl I&'ALIU"Rhdw%"', IN ft- MW1rjg1V1*rA%- ffrer rowsr.•mrr r eYDCM IMM.VMN YN Wlnanlun riV.flmvmvn,W.. u, lwa+.w•nwa..�. w.0 ...�..« ...�.�r� WHEN RECQRDr0, PLEASE MAIL THIS 1 - IMMUMENT TO ' :��� 1� BOOK REcORDEo �YU ' M T OF CO. REAL PROPERTY DIV. Clerk, Board of Supervirors San Diego County Administration Center ,IAN Z� �0 27 AH r ?W ; 4Y , 1600 Pacific HI hvd San Diego. California 92101 nFFigqCpplApq{ 419 CRIS SAIL tiARLiY W`IPLIF, ?y� �. R,'COq;r 4 {R 'a NO F8f SPACE ABOVE FOP RECORDER'S 216E ONLY � Assessor's Parcel Ne.s 250.251 -18 proj ;,,,_ 7'11 961 EASEMENT FOR COM Y HIGHWAY W. O. Na 1 M-- 5 -4..t. Parcel No. ..».. .. „!t .. »..._ G0- 9 -ad _L04 at moments lot i' .... ..i ............... .... ....................... _ ... ___. r ...««----- __- ....u......_...._.-........ _._ ._�.......— .. «..__•__........ —_ ............................... .................................................... ... ....__._... n.. ......_..............._......._ �. ' ; do ............ hereby grant, convey and dedicate to the COUNTY OF SAN DIEGO, State of California, the right of way and incldcrta thereto for n public highway ':port, over and across that acrtain real property in the County of San Diego, State of California, described as: JAMB] 73-142 A (12- 24-73) (U& I' The Mortharly 10.00 feet of the Southerly 30.00 font of that portlm of the Northwest Quarter of the Southest Quarter of Section 15, Tmsishlp 13 Smth, Ra W 4 Vast, San eernardlno Meridian, In the Cemi of See blep, State of Mite 1; Calfforata, described to deed to Charles F. White and Apes S. recorded' Notiedaer 17, 1943, In the Recorder's Offics of sold County so goemnant No. ; 75577. Exegtleg therefrom the Westerly 20.00 feet. !` d i ISM111 MOMS 6 (12- 24-73) (-1-LhL)4 The Easterly 10.00 feet of tM Westerly 30.00 feet of that portico of tM Ilorllsreat Quarter of the Soodiaest Qlrerar of Section 15. Terahlp 13 south, ROW 4 W St, ;v San beraerdim Merldlan, in the County of San stop, state of California, deeoribed IN deed to Charles F. Nitta and Agnes S. White, recorded hoes' r 17. 1943• In the Recorder's office of said County so sowaalt No. 75577. Exceptlag therefre■ the Southerly 30.00 fat. RPo Fe+m 4 Ch ' 4 02/24/2003 16:11 FAX 619 544 6285 CHICAGO TITLE CUSTSERV 1a006/007 I 27'7 sa�� �• 15 C (1Z- ?A"77i ( 114) ; t That Portion of the Mort% wet Qwarter of the Southwest Cparter ofCS"tl of15. it Taa�shlp 13 Soath, age i Mast, San garnardlao Ilarldlan, in the tY ri,tl, Sao Diego, State of Californla, described to dead to Charles F. White and 1943, in tM Agnes S. Mhlto, recorded Nown1wr 17, Ileeeerder's Off ion of sold l h l Ceanty as Document Via. 75577 lying Northerly of Parcel 734425 A and Easterly .Ir: of Farce] 13�-1425 5 end Southwesterly C the art of a 20.00 foot radiw cyM concave 11ortheesarly sold curve baing tangent to both the Northerly ;;I}J ilea of sold Parcel 73 -142S A and the Easterly Ilse of SAW Parcel 73 -1425 a• M NN p h 0 gJ11,11 ' • i.� is A � ' . �i � i�J� � i ii � .��� r .A :.r'1•. i '` it ti� "i;.��s `tJA�J�.'a�7r'��7iTTT :. 16:1 AA�� 619 544 6285 CHICAGO TITLE CUSTSERV 1a007/007 �! �f M K The Grantor hereby further grants to the Ccuneyy of San Dfago the prlvil a and right to Me attvemres bound eumvation ate ewbankment slopes beyond the COURT of the Nadu descry right of We � for the struction and maintenance of said County Hlghw+ay. R4 MVM unm grouter of the feud, pRroel of his successor or asugns, the fight t4 eliutinate such pas and/or dreiaoge struoturtz or ors thereof when in tilt written opinion of me County end /or District Nngineer of Grantee, the nomWty UxTeW 1s removed fry subsdturing support and /or drahuv fedliry. such other provided substitution is Eltac approved in writing by said ��tection, Thu Grantor hereby farther grants to Grantee all trees, growths (grew=15 or that mq hereafter grow), and mad building matedols within said right of way, banding the rightt to wx water_ , togetbeer with the right to we the same in locations Grantee such manner and at itch as said may Proper, rxodtal or recd muctlon, impmvmttant or maintenance of sold highway. necessary, !n the eon.tracthon, ; The Grantor, for himself, his successors and assigns, hereby waives any Jahn for any and all damages to CmntWs remaining property contiguous to the right of way hereby omveyed by reason of the location, twnstt WIM fandseap. -1 hng or maintenance of said highway - (As used above. the teem °star•' *a induces the plural at well as the d alp" r ammhar and the watde "lrimwl!" and "hie" mall induct. time leadnim poder as tho ease may be.) � �;' "cq Dated >h . r !yA �....- .— _.._...�. x ; A s. hl lee STATE OR• __— max, �rfF ie�v! �`?r...._....__ A COUNTY OF.. ,�F.�1!.r.�.!! S�.u...._....- ,...r...... SS. On._ _`r? N�_ /I y,.L9.. ?_ ---before. me, the uoderti a N Public in and for amid State, personally - -•.• ..•.•.• goad, Notary appeared .._... ,sd1l.£' - ....$.--- J/)I.�1r..L____...._ .....__ ....� . ....��W .�......._ _ .... - -- ....w— _.._....__ _ .......... _ _1ar10wo to me to be the person - ......whams name .- _ ---- ,r ,5 ,- .____..subscribed to the wldtin instrument and acknowledged that SAS the name. WITNESS asy hand and official seaL aruDTAYAn&.100- NANCY ti kame ru�'9ni;,, POM, Y 8AN elEION EXPIRE 'this is to eartW that the interest in real property comeyod by the foregoing deed or grtmt to the County Of San Diego a eolitical corporation is hereby accepted on behalf of Tha Board of &Vervisais of said Cota:tty pursuant so sushority conferred by Resolution of said Bond adapted on Oetobrr 12, 1971 mid the Grantee eons ants to recordation thezoof by its duly authorized off mw. Dated qr�8 KIP- shatter Propasty Division ilt�q.a l:.L�'yWc�g51y►�++4�9ui �taiL►ad'.4 asIC�w1.W:�'�iiktirxr%r+Y'«'�ky S1`J7!il @��w�'���i�F4;��rS'�% /' 'A" r 3Y• �•. Mglt�: Y1R. .T • {� �.M I� J 41 IV e Y��- EXHIBIT `A' VICINITY MAP o ve LEUCADIA BLVD. Z a ►PAAS F� ORES cai J T) S21 3Q v _ 9 �Q tAENCINITAS A FE DR. 2 oo � �q4o _ 3 0 0 Z J S9 BIRMINGHAM DRIVE 2 r{ Ni PROJECT LOCATION c, 1 M1 i" to MELBA ROAD AND REGAL ROAD St O ENCINITAS BLVD.AT SAN ELIJO REFUSE AREA ROAD O3 ENCINITAS BLVD.AT HUMMING BIRD HILL O4 SAN EUJO AVENUE AND VERDI AVENUE O PASEO DE LAS FLORES -GOLF CART CROSSING O CLARK AVENUE RECO60K REGUESTEO BY tEm=% REQUESM .r rONTIMEMML LAND MU %(OON1W, 1WA"PdPbCWWW4 0600 Ail[. UNLESS OTHERWISE SHOWN BELOW. MAIL TAX STATEMENTS TO: r � QUITCLAIM DEED 1544 ,.:r.. j y PT 7CT3ftD5 N.' `f'u'UNff.CAI naS FEB 28 p 01 f va ! y RF [_ AR MG L. TXPD ABOVE THIS LINE FOR RECORDER'S USE DOCUMENTARY TRANSFER TAX Computed on full value of property conveyed. or computed on full value less value w tlenS and encumbrances remaining at I, time of sale. n Sam L. Rose and Ruth 7. Rose, Husband and wife, as Joint Tenants. the undersigned grantor(S). for d valuable consideration, receipt of which is hereby acknowledged. do_ hereby remise. release and forever quitclaim to Stephen F Robins,'an unmarried` man the following described real property in the City of Enizinitas, t Canty of .San Diego, State of California: That portion of Lot 19 of Rancho Las Encinitas, in the City of Encinitas,('ounty of San Diego, State of California, according to the map thereof No. 848, tiled in the office of the Co,inty Recorder of San Diego County, June 27, 1698 and t ose portions of "A" Street and 13th Street, as shown on the Colon} of Ong Nora e according to the map thereof No. 326, and Rancho Santa Fe Road, lying Northeasterly of the center line of County Road survey No. 454A (known as P.-kmo Santa 1'e Road) and Southerly of the center line of said 13th street and Westerly of the center line of said "A" Street. S` 3Zi1► a. YtY) i` li (XX•`(7idii:►�dC2m[�XK,C`�'Y7Q. Assessors parcel No 264- 143-51 , 52 Execuleoon 1921l. Tt.!. im:r;ncne filed rpr record bv C'oofiftertal land Tile Ii ha. tw ( been caat•fntd as to es e.c.m or n to as cifnt upos [Le utie. -- - -- STATE OF CALJORtiIA ss COUNTY OF A11YeX31d6 . on tins )rde,y D.Tanuary ,n In* Ito 1909_ Down rti IM unCW%W C a %"y Ntlnr. m if 1W sap Slate DOM -our ACOeafed Sap L. Rose and Ruth Z. Rose _ . je'SWW,y.npwn 10 ­e lW WO.ed 10 •t w Das's of sahsIJC1Wy N.00 KeLla be Inc Defson _ '"m Aar* -. y"DS(ttpl0 w lnt �,TJI tflyfrtyn•nt Jnd af:�fl0�tM0e010 fnf lMl h e.ecuNO d _ '�..�/�. •d, � - _,.ice.- . NWrr "uoa n anD tW v.: �• .:e MAIL TAX Same A (il o ya STATEMENTS TO MAME -- AOOitt S 0 i0ook lt�- .t aeM•s low All f• •M ti�eti w..l�,�n, M., .Awe�rM tier ��i YYfalr fT iKlr •N• ��•� wH • I FI". N wY rrly�lw■�a. .A �•�f. Ir �iM/� 1�, f�'�MI •..�Pw fyr✓1 , V•� , F 4 n, rn s I PW •ff1— me w 5ZC,ZV Stephen F. Robins 2247 Edinburg Ave. Cardiff, Ca. 92007 L T ✓a Ofcr %0 — - E-00 No QUITCLAIM DEED 1544 ,.:r.. j y PT 7CT3ftD5 N.' `f'u'UNff.CAI naS FEB 28 p 01 f va ! y RF [_ AR MG L. TXPD ABOVE THIS LINE FOR RECORDER'S USE DOCUMENTARY TRANSFER TAX Computed on full value of property conveyed. or computed on full value less value w tlenS and encumbrances remaining at I, time of sale. n Sam L. Rose and Ruth 7. Rose, Husband and wife, as Joint Tenants. the undersigned grantor(S). for d valuable consideration, receipt of which is hereby acknowledged. do_ hereby remise. release and forever quitclaim to Stephen F Robins,'an unmarried` man the following described real property in the City of Enizinitas, t Canty of .San Diego, State of California: That portion of Lot 19 of Rancho Las Encinitas, in the City of Encinitas,('ounty of San Diego, State of California, according to the map thereof No. 848, tiled in the office of the Co,inty Recorder of San Diego County, June 27, 1698 and t ose portions of "A" Street and 13th Street, as shown on the Colon} of Ong Nora e according to the map thereof No. 326, and Rancho Santa Fe Road, lying Northeasterly of the center line of County Road survey No. 454A (known as P.-kmo Santa 1'e Road) and Southerly of the center line of said 13th street and Westerly of the center line of said "A" Street. S` 3Zi1► a. YtY) i` li (XX•`(7idii:►�dC2m[�XK,C`�'Y7Q. Assessors parcel No 264- 143-51 , 52 Execuleoon 1921l. Tt.!. im:r;ncne filed rpr record bv C'oofiftertal land Tile Ii ha. tw ( been caat•fntd as to es e.c.m or n to as cifnt upos [Le utie. -- - -- STATE OF CALJORtiIA ss COUNTY OF A11YeX31d6 . on tins )rde,y D.Tanuary ,n In* Ito 1909_ Down rti IM unCW%W C a %"y Ntlnr. m if 1W sap Slate DOM -our ACOeafed Sap L. Rose and Ruth Z. Rose _ . je'SWW,y.npwn 10 ­e lW WO.ed 10 •t w Das's of sahsIJC1Wy N.00 KeLla be Inc Defson _ '"m Aar* -. y"DS(ttpl0 w lnt �,TJI tflyfrtyn•nt Jnd af:�fl0�tM0e010 fnf lMl h e.ecuNO d _ '�..�/�. •d, � - _,.ice.- . NWrr "uoa n anD tW v.: �• .:e MAIL TAX Same A (il o ya STATEMENTS TO MAME -- AOOitt S 0 i0ook lt�- .t aeM•s low All f• •M ti�eti w..l�,�n, M., .Awe�rM tier ��i YYfalr fT iKlr •N• ��•� wH • I FI". N wY rrly�lw■�a. .A �•�f. Ir �iM/� 1�, f�'�MI •..�Pw fyr✓1 , V•� , F 4 n, rn s I PW •ff1— me w 5ZC,ZV TRANSMITTAL FORM FAX 760/943 -2226 City of Encinitas 505 S. Vulcan Avenue Encinitas, CA 92024 -3633 760/633 -2770 DATE Z7 zcV SEND TO FAX #: TO: OF: _LLL J!/c Engineering NO. OF PAGES:_ ADDRESS: _ FROM: ' PHONE: (760 ❑ Call ASAP ❑ Review & Call ❑ Please Handle ❑ Per Our Conversation CONSENTS: ❑ Review & Return El F.Y.I. ❑ Please Reply by W40" r R[�b Glow h - Re :Seed Table Desi n Page 1 From: "Martin Bretherton" <BRETHEMA @co.gwinnett.ga.us> To: <RBLOUGH @ci.encinitas.ca.us> Date: Fri, Jan 10, 2003 12:49 PM Subject: Re: Speed Table Design Rob, Attached is a copy of the current version of the Gwinnett County speed hump program manual (back in 1994 nobody used the term speed table). Martin >>> "Rob Blough" <RBLOUGH @ci.encinitas.ca.us> 01/10/03 02:51 PM >>> Martin Thank you very much. Do you have any specs on your design using the blocks that you could attach to email? Thanks, Rob >>> "Martin Bretherton" <BRETHEMA @co.gwinnett.ga.us> 01/10/03 11:07AM >>> Rob, The Gwinnett County speed table is 22 feet long with a 10 foot flat top and 6 foot ramps. The table is as high as a 4" concrete block (real height 3 5/8 inches). The concrete blocks are the form for the asphaltic speed table. The block provides the strength for the design. The tables that were built in 1994 are still in pretty good shape except for some problems with the blocks. We have chnaged the specs to require high strength concrete blocks instead of just any concrete block. The Gwinnett table has operating speeds (85th %) of 25 mph on top on the table and 28 -30 mph mid block between the tables. I do not have an answer to your question about changing the height of the table since we have only used the concrette block design. This design allows us to contract out all our installation and get consistently good installations. I hope this helps. If you have any further questions, let me know. Martin >>> "Rob Blough" <RBLOUGH @ci.encinitas.ca.us> 01/10/03 01:36PM >>> Dear Martin, I am designing a speed table (raised crosswalk) on a 40 foot wide street at a golf cart crossing. I am also planning to narrow the road in the area of the speed table to 24 feet. I was planning on using what I believe is a design similar to what you use in Gwinnett County, a flat- topped speed table design with a sloped 6 foot ramp on each side and a 12 foot crosswalk on top. I read that you use the sloped ramp instead of the parabolic curve for ease of construction. We are planning to do the same. I was planning to use a height of 3 inches in hopes to lower the existing 85th% speed of 36 mph to about 30 mph at the crossing. My question is do you have any experience as to how the 3 inch height affects the speed at the hump. Do you have any knowledge as to how slightly higher tables with your design affect the 85th% speeds? Program Manual SPEED HUMPS Page 16 22' SPEED HUMP STANDARD PLAN (nor to scare) Side View Notes: 1. Taper sides down to edge of gutter line, or 12" past edge of payment. 2. Secure blocks to existing pavement with tack. Right -Of -Way Engineering Services, Inc. Land Sureying INVOICE SEPTEMBER 30, 2003 MR. ROGER FREE CITY OF ENCINITAS ENGINEERING SERVICES DEPARTMENT 505 SOUTH VULCAN ENCINITAS, CA 92024 -3633 INVOICE: 4989 PROJECT: ENCINITAS IMPROVEMENT PLANS (0305- 0040 -06) TASK MELBA AND REGAL SIDEWALK AND DRAINAGE IMPROVEMENT PLANS CMS 01E SAN ELIJO AT VERDI CROSS GUTTER AND PAVING CMS 03A PASEO DE LAS FLORES GOLF CART CROSSING CMS 03G ENCINITAS BOULEVARD AT LANDFILL DRAINAGE IMPROVEMENTS CMD 99B TOTAL AMOUNT DUE THIS INVOICE HOURS COST 4.0 $340.00 3.0 $255.00 4.0 $340.00 4.0 $340.00 $1,275.00 FOR MAKING THE CHOICE TO CONTINUE USING RIGHT -OF -WAY THANK YOU 11 I ENGINEERING SERVICES FOR ALL YOU PROFESSIONAL SURVEYING NEEDS.4 MICHAEL SCHLUMPBERGER, PLS J 0305- 0040 -06 ENCINITAS 4989.INV.doc j�U 4167 Avenida de la Plata Suite 114 • Oceanside, CA 92056 • (760) 732 -1366 • FAX (760) 732 -1367 E -Mail: roweng@cox.net Right -Of -Way Engineering Services, Inc. Land Sureying INVOICE SEPTEMBER 2, 2003 MR. ROGER FREE CITY OF ENCINITAS ENGINEERING SERVICES DEPARTMENT 505 SOUTH VULCAN ENCINITAS, CA 92024 -3633 INVOICE: 4954 PROJECT: ENCINITAS IMPROVEMENT PLANS (0305- 0040 -06) "MASK HOURS COST MELBA AND REGAL SIDEWALK AND 5.0 $425.00 DRAINAGE IMPROVEMENT PLANS CMS 01E SAN ELIJO AT VERDI CROSS GUTTER 5.0 $425.00 AND PAVING CMS 03A PASEO DE LAS FLORES GOLF CART CROSSING 4.0 $340.00 CMS 03G ENCINITAS BOULEVARD AT LANDFILL 9.0 $765.00 DRAINAGE IMPROVEMENTS (� CMD 99B 4) Q I AI TOTAL AMOUNT DUE THIS INVOICE $1,955.00 '['HANK YOU FOR MAKING THE CHOICE TO CONTINUE USING RIGHT -OF -WAY �}I ENGINEERING SERVICES FOR ALL YOU PROFESSIONAL SURVEYING NEEDS. � MICHAEI. SCHLUMPBERGER, PLS 1 i 0305 - 0040 -06 ENCINITAS 4954.INV. c 4167 Avenida de la Plata Suite 114 • Oceanside, CA 92056 • (760) 732 -1366 • FAX (760) 732 -1367 E -Mail: roweng @cox.net Traffic Calming - Bureau of Traffic Management Traffic Manual - Chapter 11 -Speed Bu... Page 6 of 7 SPEED BUMP (TYPICAL) A TYPICAL CENTFR OF 7' TRAVEL LANE 501— Footnotes W2610i 2! 1 -,-, - -- IOU DESIRABLE H22B % AT START OF PROJECT Vn6C-0 Section A-A PARABOLIC - I Section B-B FLAT b b i- Zo r- & to iV C,; Ci 6' PARABOLIC, SECTION (-- 0.5") 31 5 6, PARABOLIC 2• MAX 12• _ ---/ CITY OF PORTLAND STANDARD (WIDTH VARIES) TAPER CLASS D MIX OR CLASS C MIX 2 LIFTS CURB FACE CURB DETAIL TACK COAT ROADSIDE W2660 I I CITY OF PORTLAND, OREGON 140' DESIRABLE DELINEATOR (OPTIONAL) CITYOF AT START OF PROJECT 'rTA P W261 0 1 221 ASPHALT ARTERIAL SPEED BUMP PAINT 0 MIX MIX ()TWkINTAINED) 50, 81 COLE) PLASTIC L)AIE A I STREET —CENTERLING STANDARD PLAN NO. SHOULDEF4 W2610i 2! 1 -,-, - -- IOU DESIRABLE H22B % AT START OF PROJECT Vn6C-0 Section A-A PARABOLIC - I Section B-B FLAT b b i- Zo r- & to iV C,; Ci 6' PARABOLIC, SECTION (-- 0.5") 31 5 6, PARABOLIC 2• MAX 12• _ ---/ CITY OF PORTLAND STANDARD (WIDTH VARIES) TAPER CLASS D MIX OR CLASS C MIX 2 LIFTS CURB FACE CURB DETAIL TACK COAT 22 ROADSIDE I CITY OF PORTLAND, OREGON DELINEATOR (OPTIONAL) CITYOF I I IT I F OF STANDARD PLAN 'rTA P PORTLAND STANDARD CLASS 08 CLASS C 1 221 ASPHALT ARTERIAL SPEED BUMP 0 MIX MIX APPIROV D L)AIE STANDARD PLAN NO. SHOULDEF4 TACK COAT CITY 1I FFIC ENGiNE F6 qATE 3-180 SHOULDER DETAIL FOR STREETS �­l P 12 WITHOUT CURBS I C�TY ENGINtrti 22 CITY OF ENCINITAS TRAFFIC COMMISSION AGENDA REPORT Meeting Date: January 13, 2003 TO: Traffic Commission VIA: Peter Cota- Robles, Director of Engineering Servicesp FROM: ORob Blough, Traffic Engineer SUBJECT: Consideration of a Raised Crosswalk and Road Narrowing on Paseo De Las Flores at the Golf Cart Crossing BACKGROUND: The Encinitas Ranch Golf Authority (ERGA) has indicated a concern about the safety of pedestrians and golf carts crossing Paseo De Las Flores at the golf cart crossing located between holes #1 and #2 and between holes #7 and #8 of the Encinitas Ranch Golf Course. Exhibit 1 shows the vicinity map. The crossing is located on Paseo De Las Flores near a sharp horizontal curve. Exhibit 2 shows an aerial photograph of the crossing location. In the last year traffic volumes have increased as a result of construction of homes in the South Mesa development of the Encinitas Ranch. The South Mesa development is unique in that it was designed with traffic calming features to make it more pedestrian friendly. There are gateway treatments, midblock islands at pedestrian crossings, intersection neckdowns, and textured pavement all used to improve pedestrian safety and to calm the traffic. There is an opportunity to improve the safety of the golf cart crossing through traffic calming techniques by using a raised crosswalk in combination with roadway narrowing. This report will discuss the existing traffic conditions and recommend a traffic calming design to improve the safety at the golf cart crossing. DISCUSSION: Existing Conditions Paseo De Las Flores.and the golf cart crossing were constructed in 2000. Paseo De Las Flores has a curb -to -curb width of 40 feet in 60 feet of right -of -way. This road is one of two connections to Quail Gardens Drive that accesses the new 357 home South Mesa development. The golf cart crossing is used by golf carts and golfers who walk the course. In addition, service vehicles use the AR0487T 64-1 crossing to access a cart barn and maintenance area on the south side of Paseo De Las Flores. There are golf cart warning signs in each direction on Paseo De Las Flores. Exhibit 3 shows photographs of the approaches to the crossing. There is no street light at the crossing. The daily traffic volumes are forecast to be approximately 1,500 vehicles per day at build out of the South Mesa development. Speed Survey Results A speed survey was conducted on Paseo De Las Flores at the golf cart crossing on January 2, 2003. The speed was measured at the golf cart crossing. Exhibit 4 shows the results of the survey. As can be seen in Exhibit 5, the westbound directions 50"' % speed was 30 mph and the 85h % speed was 35 mph while in the eastbound direction the 50`h % speed was 31 mph and the 85th % speed was 37 mph. The total of both directions combined yields a 50th % speed of 30 mph and an 85th % speed of 36 mph. The sight distance for the golf cart crossing is not sufficient given that the 85h % speed of traffic is 36 mph (53 feet/second). A pedestrian crossing in the northbound direction would have approximately 5 seconds to cross o based on the east. A � standard walk speed is 4efeetlsecond, whi h would based on the 280 feet of visibility yield a 10- second pedestrian crossing time. Sight Distance In the vicinity of the golf cart crossing on Paseo De Las Flores there are horizontal and vertical curves. There is a 250 -foot horizontal curve centerline radius (design speed of 27.5 mph) to the east of the crossing as well as a 250 -foot long crest vertical curve transitioning a 1.08 percent grade to a 7 percent grade (design speed of 33 mph). To the west there are two larger horizontal curves and a sag vertical curve with design speeds of 40 mph or higher. Exhibit 6 shows the sight distance one has when crossing the street. Exhibit 7 shows views of the golf cart crossing and along Paseo De Las Flores from the center of the crossing. The sight distance for a cart driver or pedestrian is limited to the east and west due to the horizontal curves and the white fence located 10 feet off the curb line. A pedestrian crossing northbound has approximately 280 feet (5.3 seconds) of sight distance to the east and 265 feet (5 seconds) of sight distance to the west. This is less than desirable considering the 85h percentile speed is 36 mph. A pedestrian crossing the 40 feet at a walk speed of 4 feet/second needs up to approximately 10 seconds of sight distance to safely cross the street. Ten seconds of sight distance at a speed of 36 mph yields 530 feet. Crossing southbound the sight distance is approximately 350 feet (6.6 seconds) to the east and 550 feet (10.4 seconds) to the west. While the road is designed with adequate stopping sight distance (time for driver to stop for an object in the roadway) it is the corner sight distance (time for pedestrian to cross) that is limited as was discussed above. To improve a O of thetvehiclesecan be r duced and the fe ce can be crossing distance can be reduced, the speed moved back away from the roadway. AR0487T (o A- Proposed Raised Crosswalk and Road Narrowing Exhibit 8 shows photographs of some of the traffic calming features that were designed into the South Mesa development. A raised crosswalk is being proposed for the golf cart crossing combined with a narrowing of the roadway from 40 feet to 24 feet. The proposal is substantially consistent with the traffic calming features in the rest of the South Mesa development. Exhibit 9 shows this proposal. This crossing will serve the 144,000 golfers per year that cross at this location. The existing curb and gutter will be removed and reconstructed at the new location. The raised crosswalk is approximately three inches high and 24 feet long in the direction of travel. The plateau, or crosswalk, will be 12 feet wide and is to be made of stamped concrete and each ramp is 6 feet long and made out of asphalt. The raised crosswalk has a design speed of approximately 30 mph. Since the road will be narrowed from 40 to 24 feet, the pedestrian crossing distance and time needed to cross will be reduced from 10 to 6 seconds. The design speed will be reduced to 30 mph at the crossing due to the slight vertical deflection of the raised crosswalk. Therefore a corner sight distance of 270 feet would meet this criteria. By installing the raised crosswalk and road narrowing, the corner sight distance for the pedestrian and cart driver will be increased to acceptable conditions. For the northbound crossing the sight distance will be increased to 295 feet to the east and 600 feet to the west. For the southbound crossing the sight distance will be 335 feet to the east and 560 feet to the west. An additional 40 feet of sight distance could be gained east of the crossing by moving the fence back 15 feet into the golf course. A street light should be included in the design to illuminate the pedestrians in the crosswalk as well as the road narrowing and vertical deflection. Appropriate traffic warning signs and striping would also be installed. RECOMMENDATION: It is recommended that the Traffic Commission approve the raised crosswalk and road - narrowing concept on Paseo De Las Flores at the golf cart crossing. AR0487T 6A- 3 • r� 0 V rC�S V PUMA MO H V 0 PUMA CCS M 5bvll W 1 �I V V • �1 V M �1 O 03 w to O O M O 72 En cd W bA O O O N bA O O I O N O O M-1 i a W W ''aA V. ''v/ ! Cw G J O Q F- 0 F- O O') 00 f` Co Lo, � co N O S3-10IH3A =10 'ON v v co 'IT N O IT O co co M rl- M co co M co M co N M M O M O N co N N O N Lo N d' N M N N N r N O N O T- co r Co r lf') Ca G 0 W W a co •ry W v+ W G J O ,- PMO IT le Iq PC . POO y � M 1= N - 1 �t w T c0 to et M N T v S310IH3A JO 'ON Cl 0) M co M ti M CO M M It M M M M C Co M v � M W > N 0. ■ co N t N to N to N .At N M N N N T- 04 O N 01 T T ti T to T T • POO 1 �I V P7 U 0 PRO r W O cri w bA O O Mj O O O O 6,4- ? O c� b[) O O O N bA O O m 1 V V M .z W T3 O O V1 bA O O O O bA O O ►-a ^O O b�A O O O cd bA O O M, O O O �A • p.1 l� �1 V �1 O • Pao r—, •may W W 3 0 U N z O U N v] N N G.1 C13 3 a� % U 6 a� H CIS N m E n O U N r. O U N N O PTA ► o A � o (Z o 0: aA o � U � Piz U a) .� % c� u c� 4-o o o � A � a� W � �,4 -i -�), Right -Of -Way Engineering Services, Inc. Land Sureying INVOICE SEPTEMBER 30, 2003 MR. ROGER FREE CITY OF ENCINITAS ENGINEERING SERVICES DEPARTMENT 505 SOUTH VULCAN ENCINITAS, CA 92024 -3633 INVOICE: 4989 PROJECT: ENCINITAS IMPROVEMENT PLANS (0305- 0040 -06) TASK MELBA AND REGAL SIDEWALK AND DRAINAGE IMPROVEMENT PLANS CMS O 1 E SAN ELIJO AT VERDI CROSS GUTTER AND PAVING CMS 03A PASEO DE LAS FLORES GOLF CART CROSSING CMS 03G ENCINITAS BOULEVARD AT LANDFILL DRAINAGE IMPROVEMENTS CMD 99B TOTAL AMOUNT DUE THIS INVOICE HOURS COST 4.0 $340.00 3.0 $255.00 4.0 $340.00 4.0 $340.00 $1,275.00 �v THANK YOU FOR MAKING THE CHOICE TO CONTINUE USING RIGHT -OF -WAY Y ENGINEERING SERVICES FOR ALL YOU PROFESSIONAL SURVEYING NEEDS. 'I\ MICHAEL SCHLUMPBERGER, PLS �U 0305- 0040 -06 ENCINITAS 4989.[NV.doc 4167 Avenida de la Plata Suite 114 • Oceanside, CA 92056 • (760) 732 -1366 • FAX (760) 732 -1367 E -Mail: roweng @cox.net Roger ree C ty o Encinitas storm drain improvements to County owned Land ill property Page From: "Hider, Kathleen" <Kathleen. H ider@sdcounty.ca.gov> To: <rfree @ci.encinitas.ca.us> Date: 9/5/03 1:23:39 PM Subject: City of Encinitas storm drain improvements to County owned Landfill property TO: Roger Free, Civil Engineer City of Encinitas FR: Kathleen Hider, Real Property Agent County of San Diego RE: Grant of right -of -entry for City storm drain improvement on a portion of County Landfill property Roger, The right -of -entry permitting City work on County parcel (APN 259 - 190 -52) is attached in file format. Please contact Fred Bast, Civil Engineer for the Landfill Management Group, at the start of your construction project, and previous to the completion of the project. Fred's number is (858) 495 -5373. 974- go ? o Please review the attached permit. If the permit is satisfactory, sign the permit and return it to me for County signature. Note: 1) the exhibit "A" referred to on the permit is the County assessor page for APN 259 - 190 -52. Let me know if you need a copy of this page, or if it is available for you to print out at your offices. 2) Check clause 2. - is the length of time allowed for construction adequate? if not, input time required for project construction. t, 3) On the signature block for the City - type in the name of who is authorized to sign for the City. Thanks, Kathleen (858) 495 -5373 <<Encinitas II Landfill permit.rtf>> CC: "Quasarano, Susan" < Susan .Quasarano @sdcounty.ca.gov >, "Bast, Fred" <Fred. Bast @sdcounty.ca.gov> MEMO To: Peter Cota - Robles From: Roger Free Date: September 9, 2003 Re: Right -of -Entry Permit from County I received the Right -of -Entry Permit from the Real Property Department of the County of San Diego to construct a portion of drainage improvements along Encinitas Boulevard within their right -of -way. The project consists of the construction of a spillway from the access road to the San Elijo Refuse Area to an existing storm drain. This will help to remove some of the water that currently sheets across a section of Encinitas Boulevard that is superelevated. I reviewed the document and find it to be acceptable. I need your signature where indicated. Thank you FNC'�l�l. November 24, 2003 County of San Diego Department of Public Works Attn. Kathleen Hider 5555 Overland Avenue, Bldg. 6 San Diego, CA 92123 -1295 RE: Grant of right -of -entry on a portion of County Landfill in Encinitas Kathleen, I am enclosing the signed Right -of -Entry Permit for execution. Please send me a copy when executed. Th , Free, P.E. jy;A. of Encinitas 505 South Vulcan Avenue Encinitas, CA 92024 (760) 633 —2702 rfree(@ci.encinitas.ca.us TEL 760 -633 -2600 / FAX 760- 633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760- 633 -2700 � recycled paper From: Roger Free To: Kathleen.Hider @sdcounty.ca.gov Subject: City of Encinitas storm drain improvements to County owned Landfill property TO: Kathleen Hider, Real Property Agent County of San Diego FR: Roger Free, Civil Engineer City of Encinitas RE: Status of our project at the County Landfill property in Encinitas and the grant of right -of -entry Kathleen, On November 4, 2003, the City opened the bids to do a group of City of Encinitas projects including the construction of a spillway at the entrance to the County Landfill on Encinitas Boulevard west of the intersection with Rancho Santa Fe Road and Manchester Avenue (APN 259 - 190 -52). We will be taking a staff report to City Council on December 10, 2003, authorizing the award of the contract- The contractor will then get his bond package together and submit that to the City for approval. We expect the contractor would have all of his documents and approvals ready on or about January 5, 2004, however we do not know when he will begin work on this project. I need your address to return the Right -of -Entry Permit. I will call Fred Bast to keep him imformed as to our progress. Thanks, Roger Free, P.E. City of Encinitas RIGHT -OF -ENTRY PERMIT Project: Encinitas. Boulevard Drainage City of Encinitas Improvements 505 So. Vulcan Avenue Encinitas, CA 92024 -3633 Attn: Roger A. Free, P. E. The County of San Diego, ( "County "), hereby permits The City of Encinitas, its officers, employees, and agents ( "CITY "), to enter upon County's property (APN 259- 192-52) located in Encinitas, State of California ( "Premises "), as further shown on Exhibit "A" attached hereto and made a part hereof, subject to all licenses, easements, encumbrances, and claims of title affecting the Premises and upon the following terms and conditions: 1. Grant of Right -of- Entry_. The County hereby grants the City a right -of -entry ( "Permit ") over and onto the Premises described as follows: Assessor parcel number 259 - 192 -52, Encinitas, CA 92024, along the northwestern boundary, as shown in Exhibit "A ", for temporary access during construction of drainage improvements that include the installation of a concrete swale and rip -rap. 2. Term. This Permit shall become effective commencement of construction by the City contractor and shall expire one hundred twenty days thereafter, unless extended by written agreement of the parties. 3. Indemnity. Pursuant to the provisions of Government Code section 53069, City shall indemnify and hold harmless the County, its agents, employees and any lessees or sub lessees occupying the Premises, from and against all liability, cost, and expense for loss of or damage to property and for injuries to or death of any person (including, but not limited to, the property and employees of each party hereto) proximately caused by the City, its agents, employees, or invitees by reason of the uses authorized by this Permit. 4. Compliance with Laws. In conducting its operations on the Premises, City contractor shall comply with all applicable laws, regulations, rules, and orders, regardless of when they become or became effective, including, without limitation, those relating to health, safety, noise, environmental protection, waste disposal, and water and air quality. All area impacted by the City's proposed project shall be returned as good as state as they were in prior to project. 5. Tools, Equipment and Property. All tools, equipment and other property taken upon the premises shall remain the property of the City or its agents and shall be removed by the City or its agents as soon as reasonably possible consistent with the completion of work covered by this right -of -entry. 6. Hazardous Materials. Should any discharge, leakage, spillage, emission, or pollution of any type occur upon or from the Premises due to City's use and occupancy thereof, the City, at its expense, shall be obligated to clean all the property affected thereby, whether owned or controlled by the County or any third person, to the satisfaction of the County (insofar as the property owned or controlled by the County is concerned) and any governmental body having jurisdiction there over. The City agrees to indemnify, hold harmless, and defend the County against all liability, cost and expense (including, without limitation, any fines, penalties, judgments, litigation costs, and attorneys' fees) proximately caused to County as a result of City's breach of this section or as a result of any such discharge, leakage, spillage, emission or pollution; provided, however, that if such liability, cost or expense is caused or contributed to by the negligence act or omission of the City, its agents, lessees or sub lessees, the parties shall each be responsible for their respective proportionate share of costs and expenses. 7. City's Agents. Any person, firm or corporation authorized to work upon the Premises by the City shall be deemed to be City's agent and shall be subject to all applicable terms hereof. 8. Damaae to Owner's Facilities. City agrees to restore the property to its original condition prior to completion of the project. 9. No Lm plied Easement. Nothing in this Permit shall be construed to grant City an easement by implication, prescription, or any other operation of law, or to extend the term of the Permit past its expiration date as stated herein. 10. Authority. The City represents and warrants that it has full power and authority to execute and fully perform its obligations under this Permit pursuant to its governing instruments, without the need for any further action. 11. Entire Agreement. This Permit, together with any addenda, exhibits and riders attached hereto, constitutes the entire agreement between the parties with respect to the subject matter hereof, and all prior or contemporaneous agreements, understandings and representations, oral or written, are superseded. 12. Modification. The provisions of this Permit may not be modified, except by a written instrument signed by both parties. 13. Partial Invalidity. If any provision of this Permit is determined by a court of competent jurisdiction to be invalid or unenforceable, the remainder of this Permit shall not be affected thereby. Each provision shall be valid and enforceable to the fullest extent permitted by law. 14. Successors & Assigns. This Permit shall be binding on and inure to the benefit of the part and their successors and assigns, except as may otherwise be provided herein. IN WITNESS WHEREOF, County and City have executed this Permit effective as of COUNTY: JOHN KROSS, Deputy Director Real Estate Services Division Date: CITY OF ENCINITAS: PETER COTA - ROBLES Director of Engineering Services Page 3 of 3 From: "Hider, Kathleen" <Kathleen.Hider @sdcounty.ca.gov> To: <rfree @ci.encinitas.ca. us> Date: 9/5/03 1:23:39 PM Subject: City of Encinitas storm drain improvements to County owned Landfill property TO: Roger Free, Civil Engineer City of Encinitas FR: Kathleen Hider, Real Property Agent County of San Diego RE: Grant of right -of -entry for City storm drain improvement on a portion of County Landfill property Roger, The right -of -entry permitting City work on County parcel (APN 259 - 190 -52) is attached in file format. Please contact Fred Bast, Civil Engineer for the Landfill Management Group, at the start of your construction project, and previous to the completion of the project. Fred's number is (858) 495 -5373. Please review the attached permit. If the permit is satisfactory, sign the permit and return it to me for County signature. Note: 1) the exhibit "A" referred to on the permit is the County assessor page for APN 259 - 190 -52. Let me know if you need a copy of this page, or if it is available for you to print out at your offices. 2) Check clause 2. - is the length of time allowed for construction adequate? if not, input time required for project construction. 3) On the signature block for the City - type in the name of who is authorized to sign for the City. Thanks, Kathleen (858) 495 -5373 <<Encinitas II Landfill permit.rtf>> CC: "Quasarano, Susan" < Susan .Quasarano @sdcounty.ca.gov >, "Bast, Fred" <Fred. Bast @sdcounty.ca.gov> I nvj WO# _ SHT OF CALC` "DATE] _C�1KD Dl1TF STATI0145kAl /��n i i c A I �ptrrJCl: O ` AREA 4;5;. 4165" D" . os7 (�o � :��� t�) _ X . gin (20U scale) _ L*:7. /,3 ACRES, 91.8 (2000) COEFFICIENT OF RUNOrr__C (consider probable development) Developed A La!; Urban) % Land Use 11es,dentlal: A Single Pamily .40 Multl- Unit: 45 Mobile homes Rural (lots greater than 1/2 ar -re) Commercial (2) 80% Impervious Inclustrlal (2) 906 Impervious TIME Or CO_NCI;NTRATION T 'Ch rt B -1) — H1:Pt. /S7 LO. Pt .� TC = z'� min hr (10 min. minlrmum) RUP10 -17: Q =Ix CA Altitude Pactor - (Chart C) I - x "%lrr .45 .30 .70 .80 Coefficient " C " Soil Type ( 1 ) B .45 .50 .50 .35 .75 .85 C D .so .70- =. .55 .40 651 a:';Q% .80 .85 = .90 *Tc = 11 .9�L2 385 H Tr-,= Time In Hours L= Distance in Miles H= height in Feet *Add 10 minutos to computed time of concentration 0-- 5 e,91 C = 4. 946 CA = C q USE Q - CPS factor x _ — -- I100 = /0 x "A ( -,A Cf3 USE Q100 -- CPS P ` Ic-nc:e: Si-In Die(jo Coilrity 11000 Conlrol D „slgn ,1nrl Procedure Manual (1) OlAiDln Sall ly1w frorn Ailpendlc(;s IX-(,, 1 t11,11 IX -C4 k,\ O A\ C]. C -L. U p' a at O o�� tllolllSi��tQp =�� is alBlt.�ntrtt� C �I�-!% a,� G O •r ®ninnfu>.���r r LL S E L aJ Z7 C s � � Y LO m 4.J U � L G G aJ 4- O .r G 0 r -0 U N aJ c +.2 d) ra aJ U E � 4t d 4 r— al .-- �D O c c CLaJ -00 o ra .c aJ o 4-1 4J C L _ U O O i C —0 � 4- C c_ CU C1 O N CJ C.` O C L L ^ L7 C Cl. 0 L M O N O 4 E CL aJ ra Ca v tO L C S a1 rn •.- +b i t ca Cu aJ L p r— O 4- N Q O � v N O •r to +-i r- O C_ aJ Ln C d 4-4- p r 0 mc Q v G C. o •r ra C 4-3io ea .a, m 4j r C ra 0.+J +.► Y •r CS CV Y -r i C_. 4-+ aJ Y i L r i ij to t L •1-3 a) y .,.- 'C::I. N N N CU Q 4J Cl •n ca CJ C C O C +-+ 4J 4J ct: aJ .i 1-� s, 0 4J G O G 0 ra C U C]_ i-) L s v un� aJ 4J 4J L7 r 4- 0. 0 M aJ t O a) R L b a 41 C -O rZ aJ J__ s CJf O L -c . +.s N O aJ C G •r ca a 44 i N ra O L r Cl C i O 4. QJ i v C O L O 1 � +� N N r- c � aJ c C •r Q1 aJ •� � aJ N G r O Y aJ +V G ro Y U r Q N r- aJ H 4-) LO ii d• C lO N r L .. opt N� l O o � L LL -r- U_ - C �` .r.. U +� O It Cu r U aJ lO '+ N d C1 C]. n �� O r- 6 -Hour Precipitation (inches) O Ln C, Ln o Ln p Ca Cl ula .tea NO Y-- .t _ LJ Cl 1 ca -. q d Z b (anon f Say:)ui) X;isua4uI 11to is 0 aJ N � q N c+•J �y- G _O O3 Cu CL' i O N QJ a 0 +•► qu r 0- Cl Q 0 Z i - H x X H o� W< a o�� tllolllSi��tQp =�� is alBlt.�ntrtt� U ®ninnfu>.���r r LL E C C Y � � O o � L LL -r- U_ - C �` .r.. U +� O It Cu r U aJ lO '+ N d C1 C]. n �� O r- 6 -Hour Precipitation (inches) O Ln C, Ln o Ln p Ca Cl ula .tea NO Y-- .t _ LJ Cl 1 ca -. q d Z b (anon f Say:)ui) X;isua4uI 11to is 0 aJ N � q N c+•J �y- G _O O3 Cu CL' i O N QJ a 0 +•► qu r 0- Cl Q 0 Z i - H x X H o� W< a N APPENDIX XI womm mullItIIIIIII Room — O IV -A -14 o�� tllolllSi��tQp =�� is alBlt.�ntrtt� ��ua�es ®ninnfu>.���r N APPENDIX XI womm mullItIIIIIII Room — O IV -A -14 L- II, "i J WO# _ SHT OF CALC' �DAT_r-' 'CI1KD 'DATE STATI011SA.v CGi ✓D ���� � _r1trA Rrrr..rzrNCT, rill .057 (50 sc,) lr) ARFJI �% 4S - X .9111 (200 scale) _ 9 ACRES 91.0 (2000) COEFFICIENT OF RUNOFF_ C (consider probable development) Developed Areas (Urban) _Coefficient C " Soil Type ( 1 ) Lanrl Use D Iles�dentlal: A 8 Single Famlly .40 .45 Multi -Units .45 .50 Mobile Hones .45 .50 SD Rural (lots greater than 1/2 acre) .30 .35 Commercial (2) .70 .75 80% Impervious 5� Industrial (2) .80 .85 906 Impervious TIME Or CONCENTRATION TG (Chart 13-1) H1:Pt. 26,4 I1, / /9,S' Lo. Pt. 140, TC =J7, min hr (10 min. minimum) RUNOrFlQ = I x CA Altitude rector - (chart C) *Tc = 611 IIL2 385 li Tc= Time In Hours L= Distance in Miles H= Height in Feet *Add 10 minutos to computed time of concentration C D .60 .70 = .55 .65 = .40 .45 = .90 .95 C =6*27 CA = I_ = _ -- x OfAr _ cfs USE Q CFS factor X- 100= _ -- 1 /. a x "/)ir UA crs USE Q100- CFS P '-�rence: San Dle(jo County flood Control Dr�!-.ign and Procedure Manual (1) Obtain Sol I ty1w horn AI'pendtcr�s IX -C 1 thju IX -C4 of Encinil April 23, 2003 Ms. Susan Quasarano County of San Diego Landfill Management 5569 Kearny Villa Road Suite 305 San Diego, CA 92123 Re: Storm Drain Improvements to County Landfill in the City of Encinitas Ms. Quasarano: I am enclosing the legal description and plat for that portion of County of San Diego property upon which we would like to construct storm drain improvements and have the legal authority to maintain them. Per our conversation the County will prepare the Right of Entry to allow this to happen. Please call me if you have any questions regarding this at (760) 633 — 2702. Please let me know when the documents are ready. Sincerely, c �i6geFree, P.E. r& ty of Encinitas Engineering Department 505 South Vulcan Avenue Encinitas, CA 92024 (760) 633 - 2702 TEL 760 - 633 -2600 / FAX 760- 633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760- 633 -2700 OW �� recycled paper LEGAL DESCRIPTION ALL THAT PORTION OF LOT 28 OF THE SUBDIVISION OF RANCHO LAS ENCINITAS ACCORDING TO MAP THEREOF NO. 848, FILED THE 27TH DAY OF JUNE, 1898, IN THE OFFICE OF THE RECORDER IN THE COUNTY OF SAN DIEGO, STATE OF CALIFORNIA, SAID PORTION OF LOT 28 AS RESURVEYED ACCORDING TO MAP THEREOF RECORD OF SURVEY NO. 6407 FILED ON THE 20TH DAY OF MAY 1964, IN THE RECORDER'S OFFICE, AND PER GRANT DEED PER DOC. NO. 125012 DATED JULY 13, 1965, BOUNDED AND DESCRIBED AS FOLLOWS: BEGINNING AT THE SOUTHEASTERLY CORNER OF LOT 4, SECTION 13, TOWNSHIP 13 SOUTH, RANGE 4 WEST, SAN BERNARDINO BASE AND MERIDIAN ACCORDING TO SAID MAP NO. 6407, THENCE SOUTH 20 003'25" EAST, 609.34 FEET; THENCE SOUTH 71 059'13" EAST 736.61 FEET; THENCE NORTH 16 013'49" EAST, 800.97 FEET; THENCE NORTH 16 013'00" EAST, 873.22 FEET TO A POINT OF INTERSECTION IN THE SOUTHWESTERLY RIGHT OF WAY LINE ACCORDING TO MAP THEREOF ROAD SURVEY NO. 458, SAID MAP IS FILED IN THE OFFICE OF THE SURVEYOR OF SAID SAN DIEGO COUNTY, SAID POINT BEING THE TRUE POINT OF BEGINNING, THENCE NORTH 34 °29'59" WEST, 190.18 FEET TO THE TANGENT POINT IN A CURVE CONCAVE WESTERLY HAVING A RADIUS OF 25.00 FEET; THENCE LEAVING SAID RIGHT OF WAY LINE ALONG SAID CURVE THROUGH AN ANGLE OF 71 034'49" A DISTANCE OF 31.23 FEET; THENCE SOUTH 37 004'50" WEST, 3.99 FEET; THENCE SOUTH 34 029'59" EAST 105.00 FEET; THENCE SOUTH 55 030'01" WEST 24.00 FEET; THENCE SOUTH 34 029'59" EAST 35.00 FEET; THENCE NORTH 55 130'01" EAST 24.00 FEET; THENCE SOUTH 34 029'59" EAST 42.29 FEET; THENCE NORTH 16 113'00" EAST 26.98 FEET TO THE TRUE POINT OF BEGINNING. A= 71 034'49" R= 25.00' L= 31.23' N 37 004'50 "E 3.99' z w O N z10 U7 CA \O -t- 0 N �D O Ul cn O Co N 55 030'01 "E 24.00' Co 0 00 N 55 030'01 "E 24.00' z CN cN � Cn o • N O "p O Ul \O --!/ 74r-- N o • N N �p �p Ul O� \O \b �� qb SCALE I " =30' ALL THAT PORTION OF LOT 28 OF THE SUBDIVISION OF RANCHO LAS ENCINITAS ACCORDING TO THE MAP THEREOF NO. 848, FILED THE 27TH DAY OF JUNE, 1898, IN THE OFFICE OF THE RECORDER IN THE COUNTY OF SAN DIEGO, STATE OF CALIFORNIA, SAID PORTION OF LOT 28 AS RESURVEYED ACCORDING TO MAP THEREOF RECORD OF SURVEY NO. 6407 ON THE 20TH DAY OF MAY 1964, IN THE RECORDERS OFFICE, AND PER GRANT DEED PER DOC. NO. 125012 DATED JULY 13, 1965. iJ of Encinil January 9, 2003 Ms. Susan Quasarano County of San Diego Landfill Management 5569 Kearny Villa Road Suite 305 San Diego, CA 92123 Re: Storm Drain Improvements to County Landfill in the City of Encinitas Ms. Quasarano: The City of Encinitas would like to construct minor improvements to the existing storm drain at the intersection of Encinitas Boulevard and San Elijo Refuse Area Road in the City of Encinitas. San Elijo Refuse Area Road is located on the south side of Encinitas Boulevard approximately 1,200 feet west of the intersection of Encinitas Boulevard, Rancho Avenue. A portion of these proposed improvements is on CountSanta Fe Road, and Manchester consent to construct. y property for which we need your In its present state, water drains down San Elijo Refuse Area Road toward Encinitas Boulevard. Before getting to Encinitas Boulevard a portion of the water is removed from the roadway and flows via an earthen channel to the existing storm drain. The remainder of the water flows to a super elevated section of Encinitas Boulevard where it sheets across the roadway. This creates a condition where hydroplaning can occur. We would like to construct a concrete spillway to remove that portion of the water that gets to Encinitas Boulvard and put it in the existing storm drain. A portion of the proposed spillway is on County property. Some of the existing barbed wire fence would have to be removed temporarily during construction and replaced when done. I am enclosing a preliminary plan of what we are proposing to construct for your review and comment. Please call me if you have any questions regarding this at (760) 633 — 2702. Please let me know what the next steps are to construct on your property and get the necessary approval. Sincerely, er A. Free, P.E. ity of Encinitas Engineering Department 505 South Vulcan Avenue Encinitas, CA 92024 (760) 633 - 2702 TEL 760 -633 -2600 / FAX 760- 633 -2627 505 S. Vulcan Avenue, EncinlLaS, California 9202=E -3633 TDD 760 -633 -2700 t� recycled paper A= 71 034'49" R= 25.00' L= 31.23' N 37 004'50 "E 3.99' z w O N z �O UI CA 0 N O Ul O O_ N 55 030'01 "E 24.00' C) O Z cm CA � Cn O • N O .p O Ul �D N 55 030'01 "E 24.00' Z cm N 0 • N N �p CTI O� \b �� q� rb• SCALE I"=30' ALL THAT PORTION OF LOT 28 OF THE SUBDIVISION OF RANCHO LAS ENCINITAS ACCORDING TO THE MAP THEREOF NO. 848, FILED THE 27TH DAY OF JUNE, 1898, IN THE OFFICE OF THE RECORDER IN THE COUNTY OF SAN DIEGO, STATE OF CALIFORNIA, SAID PORTION OF LOT 28 AS RESURVEYED ACCORDING TO MAP THEREOF RECORD OF SURVEY NO. 6407 ON THE 20TH DAY OF MAY 1964, IN THE RECORDERS OFFICE, AND PER GRANT DEED PER DOC. NO. 125012 DATED JULY 13, 1965. CITY OF ENCINITAS LEGAL DESCRIPTION ALL THAT PORTION OF LOT 28 OF THE SUBDIVISION OF RANCHO LAS ENCINITAS ACCORDING TO MAP THEREOF NO. 848, FILED THE 27TH DAY OF JUNE, 1898, . IN THE OFFICE OF THE RECORDER IN THE COUNTY OF SAN DIEGO, STATE OF CALIFORNIA, SAID PORTION OF LOT 28 AS RESURVEYED ACCORFING TO MAP THEREOF RECORD OF SURVEY NO. 6407 FILED ON THE 20TH DAY OF MAY 1964, IN THE RECORDER'S OFFICE, AND PER GRANT DEED PER DOC. NO. 125012 DATED JULY 13, 1965, BOUNDED AND DESCRIBED AS FOLLOWS: BEGINNING AT THE SOUTHEASTERLY CORNER OF LOT 4, SECTION 13, TOWNSHIP 13 SOUTH, RANGE 4 WEST, SAN BERNARDINO BASE AND MERIDIAN ACCORDING TO SAID MAP NO. 6407, THENCE SOUTH 20 °03'25" EAST, 609.34 FEET; THENCE SOUTH 71 059'13" EAST 736.61 FEET; THENCE NORTH 16 013'49" EAST, 800.97 FEET; THENCE NORTH 16 013'00" EAST, 873.22 FEET TO A POINT OF INTERSECTION IN THE SOUTHWESTERLY RIGHT OF WAY LINE ACCORDING TO MAP THEREOF ROAD SURVEY NO. 458, SAID MAP IS FILED IN THE OFFICE OF THE SURVEYOR OF SAID SAN DIEGO COUNTY, SAID POINT BEING THE POINT OF BEGINNING, THENCE NORTH 34 029'59" WEST, 190.18 FEET TO THE TANGENT POINT IN A CURVE CONCAVE WESTERLY HAVING A RADIUS OF 25.00 FEET; THENCE LEAVING SAID RIGHT OF WAY LINE ALONG SAID CURVE THROUGH AN ANGLE OF 71034'49" A DISTANCE OF 31.23 FEET; THENCE SOUTH 37 004'50" WEST, 3.99 FEET; THENCE SOUTH 34 029'59" EAST 105.00 FEET; THENCE SOUTH 55 030'01" WEST 24.00 FEET; THENCE SOUTH 34 029'59" EAST 35.00 FEET; THENCE NORTH 55 030'01" EAST 24.00 FEET; THENCE SOUTH 34 029'59" EAST 42.29 FEET; THENCE NORTH 16 °13'00" EAST 26.98 FEET TO THE POINT OF BEGINNING. MAR 072003 14:09 FR CHICAGO TITLE C& I DEP9 702 2802 TO 17606332818 P.01 r� 'N , I C &I Customer Service FAX SHEET. Attention (I � AUGUST RODRIGUES.,1 From Date S1 - Time am. pm .I I Note.: ,. nercia *0 i nnUCTRUP1 Subdivision Mapping Direct (619) 544-6281 E -Mail rodriguesa @ctt.com C A V «1 a1 7n2 -2808 MAR 07 2003 14:09 FR CHICAGO TITLE C& I DEP9 702 2802 TO 17606332818 D PEFORDINa'►,�REQUESTED BY OTHEDRWWINS�E s�HOeE�pyAy M�TpxES7A7E�tEN7S 0: C. Deanna moors 1 s "�tt 2105 Encinitas 'Blvd. Encinitas a. 92024 ME C ' ZIP r' L Title Order No. .� Escrow No. QUITCLAIM DEED 2059 .� DDC # 1114 - 0397828 1 ' 22-- JUN --1994 02 s 35 pi OFFICIAL RECORDS SAN DIEGO COUNTY REaM'S OFFICE GREGORY WITH, COUNTY RECORDER t AFi 7.00 FEB: 17.00 OC 1. MF: {0 ABOVE THIS LINE FOR RECORDER'S USE DOCUMENTARY TRANSFER TAX S - A ^� ` 0 computed on lull value at property conveyed, or ❑ computed On full value less value of Ilene and encumbprices refnt ylning at the time of sale. SWNvro of DeCW>tnl Of AiPnl dumllnpty Yax Arm Nam. Y IOMI or Ire■ P" 01 emkrisl i the undersigned grantor(s), for a valuable consideration, receipt of whlch Is hereby acknowledged. do— hereby remise, ,r release and forever qultciaim 10beanna Moore and Elisabeth Durst; the foIIDWing described real property ilUftfibdikporated area Gounty of Ban Diego . State of California: That portion of lot 28 of RANCHO LAS SNCINXTAS, according to the map thereof 110948, f:.l ®d in the office of the county recorder of San Diego County, January 27, 1898;. as. mere particularly described in the legal deecriptior attached hereto, marked Exhibit A, comprising three 3 pages. Assessor's parcel No. 3 n2% Z a 919 0_4 0 Fxecutedon at Ck vi, �rK► aN ■ ' STATE OF CALIFORNIA )$$. COUNTY OF On this oay M In the year 18._..beloree me. Ins underelpnee. a N=FY Public In and for said State, personally appeared . personally known to me for proven to Me on the basis of sadenectory evidence) to be 11116 person- whose name,.,_ ■ aubu4bed to the within IrmIrumenl, and acknowledged to me teal - he— ulsovtod 11. YNTNESS my hand and offlav, seal, r N01ary Public In and for said State. MAIL TAX (This area lar ofnolai notarial seal) STATEMENTS TO AdORE33 IP oli iiatssi bslp tjs�w*n' p w 4■M tal 1. it ID Iq ■0 WNli i� ■l""" momwleW m IM lied W4"W. JNlsMr, bfty Yon ■ o �. . C■"Wl ■'Awn, 4 we 4&v ti 7wm ■ lcxl'ej� 6af�MrM - 69 . —Wr 40 Yew um%w UN.WeM. • INM weLearTs We. �Innn ,, 1 of 5 MAR 07 2003 14:09 FR CHICAGO TITLE C &I DEP9 702 2802 TO 17606332818 CALIFORNIA ALL- PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA ) COUNTY OF _ice, o o a 2060 On before me, ka, GATE NAME. ME OF OFFICER • BA., •JANE DOE, NOTA" PUBUL" Personalty appeared, L tJ m o o R (or proved to me on the basis 0f s4staotory evidence) to be the POr$M(* whose name(e}is/aro subOMbed to the within Instrument and'N*nQWedged to me that he/ t tY(4*7 and that by hls/her/their signature(e) on the Instrument th� executed the entity upon behatfofwh� � Person* acted, exOOA&d the instrument, (�� WITNESS my hand and ofAdal Seal. PUA NOTARY SIGNATURE ) .1�M V. 14. IMF (SEAL) TITLE OR TYPE OF DOCUMENT OPTIONAL INFOR ATION DATE OF DOCUMENT NUMBER OF PAGES $IGNER(S) OTHER THAN NAME AS f F � s y•1� . 1 • • . �i� •nn rn � nT.7AAw AA'7 A�IOHO P.03 • 7 Af MAR 07 2003 14:10 FR CHICAGO TITLE Ce.I DEP9 702 2802 TO 17606332818 P -04 fur PMMLII f l �T PARCEL I.- 1' l �' � . _ .. That portion of Lot. 28'a.f:Ranp: q,se;;;aciQites,,'in the County ofFSan Diego, State of California, acco di•' `' o:;Ma the eof °No. 848, filed in the Office of the n6, , I ' County Recorder, of��Sait,0,0, tR,.;�lpauas�r "77, 1,898, described an (LOT 1) follows ;�I nJ .•, Commencing at the ietereection of•the,Soutll�rly'prolongation of the Westerly x line-of Block 17 of Col ony „of'.:Ql*vsnhsin,;a¢cording:'to Map chere�f Ho. 326, PA 140,251', ,filed ie the •Office of,the:'CO"tYA !�!5- dQr, of. San Diego County, July 8, 1885 with the-Weateriywpraloagetio ot0, thsi� ?Hosrtheriyt+tire o!�'3rdk.Street as said Street is-shown on said Map No.•326., thence along said prolongation, ,, of the Westerly line of Blpck'17, North 15 °4,4.'02” East, 854.57 feet to the Southwesterly 11ae of• that',' ,portion:'Of.�County Road Survey No. 458 (102 .00 feet vide} as described iu"deed td.1the}•Cdunty• of San, Diego, recorded August 17t 1965 as File,No. once I 1 ?3948,;.ar�d being the TAUS POINT OF BEGINNING; thence retracing along said prolongation, South 15 044102" West, 162.74 feet; thence South 74°15158" East, 186.98 feet to the H aeterly boundary of land described in-dead to Warren G. Clarids, et al, recorded December 24, 1964 as File No. 233177; thence sloag said Sisterly bauadary;',North 15 °44102" East, (Record - Nortb 15 °46000" East), 51.80 „feet to the Southwesterly Line of former County ' Road Survey-No. 458 (80.00Ifee.t''wide) being a point on the arc of a 450.00 foot radius curve,'concave Northeasterly, a radial line of said curve bears t South 36 °34147” West to said' poinc; thence along said Southwesterly line, Northwesterly along 'the sro :of. said .curve :.through a central angle of I 18 °2551" a distance of 173,71--fepx; "thence along a radial line of said curve, .;' North 55 000'38" East, 0.4,'eet "to the•ard''of that 1251.00 foot radius curve,= concave Northeasterly, in,the.•South�oeateri'y''fine. of said County Road Survey i No. 458 (,102.00 feat Widg),�''e:sadial lins%of said curve bears South 47 015146" Went to said point; .thenc�along Bald: Southwes tart y.-licse,-Northwesterly along the' arc of said curvy' =trpugh:'a:centxel: angle',pf 02 °02'28" " :• ., of 44.57 fec +R. Fo h . TR y� a distance }, PARCEL 2-. i An easement sad sight of way, for-.road, sewer, water, gas, poorer and telephone lines and appurtenances ' thereto over, under, along and across a strip of lead 20.40 feet in width, lying within Lot 28 of Rancho Los Encinitas, in the County of Sea iiego, Sta,ta of California, according to Map thereof No, 848, filed in the Office 4i "the County Recorder of San tiego County, January 27, 1898, the Westerly line'gf said strip-being described as follows: Beginning at the Southwesterly corner of Parcel 1 hersinabove described, X. x being a point on the Southerly prolongation of the Westerly line of Block 17 PA 140,14 7, of Colony Of 0lfveahgia, according to Map 'thereof No, 326, filed in the Offia x x of the County Recorder of San Diego County, July 8, 1885• thence alo e 252,253 prolongation, South 15 044'02" West, 332.59.feet (Record ' n6 said Southwesterly corner of land described in Parcel Iin dead3to Paul Ac)Rotschek, to the Qt ux, recorded January'14, 1975 as File No. 75- 008429, and being a point herein designated as Point "Y", PARCEL 3: F -6946 An easement for driveway purposes, to be used In coamon with others, over a strip of land 20.00 feet in width, lying within Lot 28 of Rancho Las Encinitas, Page Y of 3. �,_:___ - -• ncn ,nn c•1 A CT% - InnA nnz01140)4 3 of 5 MAR 072 , 003 14:10 FR CHICAGO TITLE C&I DEP9 702 2802 TO 17606332818 NVI -V ""o in the County Of San Diego' State Of. California," , a 848, filed in the Office Of•the County I UcOrdir"uf according to Map thereof No. ,San, Diego County,.january 27, 1998, the Center line of'' -said 4tr1P':be1Ug*d8scrib*dI as follows. x COmme4cing at said Point lor'heretna'o" b 'I'desipsted'in Parcel . 2, being also the Southwesterly corner of land dasc ribed4n e -Tarcel.1-in,deed to Paul A. ROtachek, at uzs recorded January 14, 1975 88 , File-No. 12.37tfeeteto along the Southerly line of said land, South 74'25158" zagt. a POiRt. the arc of a Dan ' I Northeasterlyi. a _t"SOnt 100,00 foot radiva.curVe,,-cOQc4vz- Said PO4t; and being line Of said Curve,-b&ars'Sguth'8C3314q11 west to ding the TRE"ONT'"0F'BEQ1NN7VG,- S along the arc Of said curve through a central 84810 of 25002149- a outheasterly. distance- of 43.22 f6st co the beginning of Southcaiterly, Easterly 8 compound 65'.Do foot radius curve; thence a central mn&14 0 "Orly and Warth448terly along the arc Of said curve through f 93'05100,1 a distance of 105.60 fe6t 8 compound 150.00 foot radj` to the beginning of said curve through' uv curve; thence Northeasterly along the arc of 90 the Southerly lLa ca`ntrs1',*'snglS Of 2603610CF1 a distance of 43.46 feet ne Of Said Parcel I Of Rotachek's land. The arcs of the curves forming the sidelines of said easement ale to be shortened or .continued so is ROtSchak's 1,,d. to terminate in the Southerly line of said Parcel I of PARCEL 4: An asecTiOnt and right of v I ax, I for road, sewer', water, gas, power and telephone lines and appurtenances the Vitt* over, under, along and across that portion of Lot 28 of Ranch Las znc4nitogo in the County Of San Diego, State of California, accordoi ing - to Map thereof No. 8 County Recorder oUSan rj@gCk. • AS,- filed In the - Office of the County, January 27, 1898, described as loll awe. Commencing at Said' Point "Y", herelusbovjt:�B&Lg�ated in Parcel 3�. x the Southwesterly Ubralbwr IF 2, beinj 40,142, Rot8chek". et''Us, rec'ard, QK'.I�nd d6&Cr1b&d!.-"jU,Yarcal. I in deed to Paul A. x ed -Jiiilry 114 " 4' " 1.166110, "415-00809; thence along the line of ;w197Usjj.�v 252. said -land. South 74*13's&, gast , 186.98 feet to the ZaserlY boundary of land described'la deed to Warren G. Clarlda, et al, recorded December 24,1964 as -rile No. 233177-and being the TRUr. POINT OF BEGINNINeq tbeace al6ng said Easterly boundary, North 15*4410211 fRec�rd - Worth 15046,001, East), Best, said Parcel I Of Rateghek's land;29-00 feet to the Northeasterly corner of boundary, North 15646100'r East 3.,thence continuing 81049 said Easterly COu4tY Road Surve.V*No. 458 .39 feet to the Southwesterly line f 540.00 foot radius curve, (80-00 feet wide) being a point on 07 the arc of c'Oncsve Northeisterly, a radial line of said curve bears South 3603414711 West to said point; thence 01049 said Southwesterly Northwesterly along the are of said curve of the Westerly 1,1ne of the Easterly 30.00 feet of said land of to the Northerly Prolongation thence along said prolongation and said Westerly line Claride, et al; westerly along a straight lids , South 15 44'0211 West to the Northerly line Of said Parcel I Of Rotschak's land; thence South- to the intersection of Parcel I Of Rotschek'4 land with the Northwencerly lin the Southerly line of said, Above described CE GIN of Parcel 3 herein- the TRUE POUT OF BEGINNING.` said Southerly line, South 74015158,, East, to EXCEPTING therefrom that portion lyLng withlift Parcel I hereinabove described, Page 2 of 3 '7Aqa_1an_4;,) -A Qr)•iaaA no,4o?R,)R P-05 4 of 5 MAR 07' 2003 14:10 FR CHICAGO TITLE C8,I DEP9 702 2802 TO 17606332818 P.06 2063 • raact:r, An easement for ingress, egress and utilities over, under, along and s strip Encinitas, , land 10.00 feet in width, lying within Lot 28 of RanchoLascro$s H4 there in the County of San Diego, State of C-111fornia, according to Map thereof No. 848, filed in the Office of the County Recorder Of San Diego County's ' January Y7, 1898, the Westariy • as s folfollows. g• liae_of said strip being deacroibed follows. Commencing-ac the Southeasterly corner of Parcel 4 hereinsbove described x being also a point on the Easterly boundary F�k 33 W,srxen G. C1 arlde, et al, recorded December 24 land described in deed to thence along said Eas,teriy boundar os 1964 as west co. 2- soot 15°46'00' West) an South 15 4p 02 West {Record -South 27.46 feet to an angle point therein and being the 1'dU8 • POINT 41 BEGINNING; thence along said Z'ste"lY boundary, North 15 °44'02" �R'88D East, 412.85 feet 'to the Southeasterly boundary of Count Roe 1 -29.76 458 (80.00 feet aide). Said eaeemeot to terminate Northerly ins the eSo o. E -6946 ueh- mesterly line of said County Road Survey No. 458. i • • i 1 i page 3 of 3 RESERVING from Parcel 1 hereineboti -e , � road, sewer, described • water, . an easement and right of way for over, under, along�O4dsacrossrthedEasterly n30.00efeet and thereogen,9ncea thereto r 1+1.•:... -..... '7 c0 ion 47 A QT• 1 OOA nn10727R 1 5 of 5 LEGAL DESCRIPTION ALL THAT PORTION OF LOT 28 OF THE SUBDIVISION OF RANCHO LAS ENCINITAS ACCORDING TO MAP THEREOF NO. 848, FILED THE 27TH DAY OF JUNE, 1898, IN THE OFFICE OF THE RECORDER IN THE COUNTY OF SAN DIEGO, STATE OF CALIFORNIA, SAID PORTION OF LOT 28 AS RESURVEYED ACCORFING TO MAP THEREOF RECORD OF SURVEY NO. 6407 FILED ON THE 20TH DAY OF MAY 1964, IN THE RECORDER'S OFFICE, AND PER GRANT DEED PER DOC. NO. 125012 DATED JULY 13, 1965, BOUNDED AND DESCRIBED AS FOLLOWS: BEGINNING AT THE SOUTHEASTERLY CORNER OF LOT 4, SECTION 13, TOWNSHIP 13 SOUTH, RANGE 4 WEST, SAN BERNARDINO BASE AND MERIDIAN ACCORDING TO SAID MAP NO. 6407, THENCE SOUTH 20 003'25" EAST, 609.34 FEET; THENCE SOUTH 71 059'13" EAST 736.61 FEET; THENCE NORTH 16 113'49" EAST, 800.97 FEET; THENCE NORTH 16 013'00" EAST, 873.22 FEET TO A POINT OF INTERSECTION IN THE SOUTHWESTERLY RIGHT OF WAY LINE ACCORDING TO MAP THEREOF ROAD SURVEY NO. 458, SAID MAP IS FILED IN THE OFFICE OF THE SURVEYOR OF SAID SAN DIEGO COUNTY, SAID POINT BEING THE POINT OF BEGINNING, THENCE NORTH 34 029'59" WEST, 190.18 FEET TO THE TANGENT POINT IN A CURVE CONCAVE WESTERLY HAVING A RADIUS OF 25.00 FEET; THENCE LEAVING SAID RIGHT OF WAY LINE ALONG SAID CURVE THROUGH AN ANGLE OF 71 034'49" A DISTANCE OF 31.23 FEET; THENCE SOUTH 37 004'50" WEST, 3.99 FEET; THENCE SOUTH 34 029'59" EAST 105.00 FEET; THENCE SOUTH 55 030'01" WEST 24.00 FEET; THENCE SOUTH 34 029'59" EAST 35.00 FEET; THENCE NORTH 55 030'01" EAST 24.00 FEET; THENCE SOUTH 34 029'59" EAST 42.29 FEET; THENCE NORTH 16 013'00" EAST 26.98 FEET TO THE POINT OF BEGINNING. VILLAGE PARK TOWNHOME CORPORATION #3 174 South Willowspring Drive, Encinitas, CA 92024 760- 944 -1801 Fax 760 - 944 -1654 City of Encinitas Engineering Roger Free 505 S. Vulcan Avenue Encinitas, CA 92024 -3633 Dear Roger: February 4, 2003 RIGHT OF ENTRY Permission is hereby granted to the City of Encinitas or its agents hereinafter referred to as the City, to enter upon the undersigned Grantor's property located on the south side of Encinitas Boulevard between Village Park Way and Willowspring Drive (APN 259- 222 -20 and 47), for the purpose of the construction of four sidewalk under drains. Sincerely, Bette Timmons, President of the Board of Directors FROM : Villag Park Townhome No. 3 FAX NO. : 760- 944 -1654 Feb. 05 2003 07:20AM P1 VILLAGE PARK TOWNHOME CORPORATION #3 174 South Wiltowspring Drive, Encinitas, CA 92024 760 - 9441801 Fax 760 - 944 -1654 City of Encinitas Engineering Roger Free 505 S. Vulcan Avenue Encinitas, CA 92024 -3633 Dear Roger: February 4, 2003 RIG., -.T OF EN_aY' Permission is hereby granted to the City of Encinitas or its agents hereinafter referred to as the City, to enter upon the undersigned Grantor's property located on the south side of Encinitas Boulevard between Village Park Way and Willowspring Drive (APN 259- 222 -20 and 47), for the purpose of the construction of four sidewalk under drains. Sincerely, Bette Timmons, President of the Board of Directors Kz ` \ .,� .. . � . [? �� ---- --- --- --' --- --- ------ -- �1t � o QU v � 1, i x w Q Q II w t, o I +� � � � I i ► ` I I ►► N �I ._.eG �. " . -- �;�� v.f �1�,�',✓ � %l1 sir! tJ� Ile, IL -0/"C� islyj_ /--qCv z 7 W F N r�21 0 �i Q z �N m z o �� co C;' 4-3 m S- 04- 40.• a a K -a O a + t .C>,a Lk0 b i X C O O v1 O r 4.3, a U Q Cn +A r s: to a +-3 U Cu i C C U 3-1 G: •r r0 O p a W Q' a 4- O a Ln r,. i i N •� L1. I •r U W O cY +-1 a 0- R d IC +j 4- O _C S- S.. -0 a ra 4J }1 O i w a UL E v v C a J a r C C O O >, Cu rC O .. to r� C •� C C •r- is \ C to i O O a �n ! +•' C 0_ a -0 O .� to •� •r t C ra O to -a a 0 -P O +� a_ r— C S_ 0.+J +J +s t C C �C -0 ••� \ t0 �1 U O O i C 10 U= O. C O C U d- 1= = U a r -� •r O a .' C " -r- \`(\�7 S- U U i t o a r 0. to N CI C` O C++ a a t +-J -0 O a• 0• i i a C �- O i S- CS- i -r- p of O -0 t H O O U E 0- r C r S- i t •'- r a +X U- O N" 4- a r0 rO — t0 -C i s U r C CO i E +2 a t7 -r- U C a a # N CL .- C +.J qr W C0 a R a O O 4-) 4J C S.. Cu ra IT V1 N a ._ +J r- •r. U H O E S N O ••- O +! O +2 +-A 3 +3 N 4-J a 11 7 11 •.- O a C V3 -n, rC O n (0 O r a CO r- .1.1 11 +-) i Ct M a -0 -C t 0 r 4- S- r t .t U a t0 -0 U U It (V F - O G +J +.J +-3 0. O C f-- + •r- Cn LL ¢ +J ► a r- i 0. 0- C V z 6 -Hour Precipitation (inches) 0 0 Ln o Ln o to o ID C> L o Cn �i Lri v c- -I C4 C-1i Cv i4i Cl __,- ,_ T _T — _ — - / _: MM-F.-I O 0 Ck _— f a r r 0. 0- �-- _ - — f�-- •— �_- • _ X- 1 _ _ -- - -� O CO ......... X CD j - — 1 I' I i 1 I• I ! lil; :11 li I I M I o: d . z d ..S .j (.anon j tavuc) � 4isua4uy APPENDIX XI IV -A -le TIME or CONCENTRATION TG (Chart B-1) -- I -w.pt. Z5-6 11. �Z(o Lo. rt . X30 L. 83 Z. 5` T C- Z, 06 m In hr (10 m1n. minimum) RUrJorr: = I x CA Altitude ractor - (Chart C) *Tc= 11.9LL21 385 H Tc= Time In Hours L= Distance in Miles H= Height in Feet *Add 10 minutos to computed time of concentration x "A _ cfq USE Q__ - factor x _ - I100 = / o x "/hr CA cis USE Q100= P ` Tence: S,an Dlew) County I'lood Control Dosign )nd f rocedum Manual (1) Obtain sal l t)'►w from AI'prndici� s IX -C 1 Liou IX -C4 - = V/ _/ir cA = / 4 C rs CrS L- (IVJLI�I - WO# SHT OF / CALC �DAT-F 'CIIKD DATE STATIO14 i�%c'1�E1�' 1 _ARrA hurRriVc1, 011 .057 (50 sca lo) ARrA 148,4- _ X Ain n (200 scale) = 3,1 ACRES 9 1 . 0 (2000) COEFFICIENT OF RUNOI"r; C (consider probable development) Developed Areas (Urban) Coefficient C " Soil Type ( I) 'Y, Lend Use Rcg�dentlal: A B C 1) Single Family .40 .45 .50 .354 Multi -Units .45 .50 .60 .70 = Mobile Homes .45 .50 .55 .65 = h Rural (lots greater than 1/2 ar:re) .30 .35 .40 .45 = 4.45 Commr?rclal (2) .70 .75 .80 .135 = BO% Impervious Industrial (2) .80 .85 .90 .95 = 90% Impervious TIME or CONCENTRATION TG (Chart B-1) -- I -w.pt. Z5-6 11. �Z(o Lo. rt . X30 L. 83 Z. 5` T C- Z, 06 m In hr (10 m1n. minimum) RUrJorr: = I x CA Altitude ractor - (Chart C) *Tc= 11.9LL21 385 H Tc= Time In Hours L= Distance in Miles H= Height in Feet *Add 10 minutos to computed time of concentration x "A _ cfq USE Q__ - factor x _ - I100 = / o x "/hr CA cis USE Q100= P ` Tence: S,an Dlew) County I'lood Control Dosign )nd f rocedum Manual (1) Obtain sal l t)'►w from AI'prndici� s IX -C 1 Liou IX -C4 - = V/ _/ir cA = / 4 C rs CrS A - t\\l J LV 1 WO# CALL' ..MT E' X44 OSTATIOIJ //�1Mi/V� /� Aitc.A iirrrnNCL' rill .057 (;0 <:c,3lr') AREA 76,00 _ X .918 (200 scale) ACRES 91.0 (2000) COEFFICIENT OF RUNOFF; C (consider probable development) SHT OF "CIIKD 'DATE Developed Areas (Urban) Coefficient" C " Soil Type ( 1 ) `X, Land Use lies d�ntlal; A B Single Famlly .40 .45 Multi -Units .45 .50 Mobile Homes .45 .50 569 Rural (lots greater than 1/2 acre) .30 .35 Commercial (2) .70 .75 80% Impervious. t7W Industrial (2) .80 .85 90% Impervious TIME Or CONCENTRATION TG (Chart B-1) Hi:Pt. 11. Lo. Pt. L. TC = —min hr (10 nrin. minimum) RUNOrr: 0 = I x CA_ * T c = (Li .9LL ?, 385 1i Tc= Time In Hours L= Distance in Mlles H= lleight in Feet *Add 10 minutos to computed time of concentration C .50 .60 .55 .40 .80 .90 Altitude Factor - (Chart C) x "A _ cfg USE factor `Y_ _ 100= / o x "A A cfs USE Q100= P ',�rence: Srin Die(jr) County i'lood Control D ^ ^Iqn and PTocedurr_ Manual ( I ) 0I)taln soli ty1w from Appendlc(�s IX -C, i tlou IX -C4 D .70 .65 = .85 - .95 )__ D,97� c CA = C FS C FS 3 7z:7 ` r' P a ` r' Roger Free - DSCF0007.JPG ° Page 1 Roger Free - DSCF0006.JPG - - -— — — Page 1 —� -_ � � � ^r. .� 6119 iAy • ��. �, _- � � � �• � '! / �� ] .� {i„rY �� � �. � =' '� Yr ♦r T�� � ��Y�d .����� .. a._. Roger Free - DSCF0004.JPG - - - - -- - - - -- - - -- - - - - - - -- -- -- -Page 1 Roger Free - DS6F0003.JPG Page 1 Roger Free - DSCF0002.JPG - - - - -- --- - - - - -- — - - -– Page 1 Roger Free - DSCF0001.JPG Page 1 Permission is hereby granted to the City of Encinitas or its authorizes agents, hereinafter referred to as the City, to enter upon the undersigned Grantor's property located at 11 Td 8alour Drlve, (APN 259-252-12) for the purpose of the construction of driveway as shown on construction drawings available for Inspecdon at City of Encinitas Engineering Department, ACKNOWLEDGE By: ILS.Z. (�V- Z John J. E rich Iq �""" �� pY RIN G Ilpat February 4, 2004 Zondiros Corporation 1833 Diamond Street, Suite 102 San Marcos, CA 92069 RE: FOUR STREET AND THREE DRAINAGE PROJECTS CMS01E, CMS03A, CMSOIG & CMD99B CHANGE ORDER #1 Gentlemen: Pursuant to Section 3 - CHANGES IN WORK, you are directed to proceed with all labor, material and equipment necessary to accomplish the following change: FURNISH AND INSTALL THE WORK SHOWN ON THE ATTACHED DRAWING NO. 0048 -SI, PUBLIC STREET IMPROVEMENTS ON BALOUR DR. The increase in contract price for the above work is $43,870.00, (FORTY -THREE THOUSAND EIGHT HUNDRED SEVENTY DOLLARS AND NO CENTS). This change will NOT EFFECT the contract time. Please signify your acceptance of this change order by signing below. A copy of the original change order shall be sent to you for your original signature. Upon receipt, the City will sign and a copy, with original signatures, shall be forwarded to you for your files. Sincerely, f ,- Greg Shields, RE Sr. Civil Engineer Field Operations cc: Director of Engineering Services Todd Baumbach, Inspector ACCEPTED BY: Craig Barry Vice President Contractors License No. 766708 TEL 760 -633 -2600 / FAX 760 - 633 - 2627 505 S. Vulcan venue, Encinitas, California 92024 -3633 TDD 760- 633 -2700 recycled paper Zondiros Corp. 1833 Diamond St., Ste. 102 San Marcos, CA 92069 Phone: 760- 510 -6747 Fax: 760 - 510 -6827 Balour Drive at Santa Fe Drive City of Encinitas Item Description Quantity U/M Unit Price Total 1 Demo Existing AC 1466 SF 3.00 4,398 2 Demo Existing AC Berm 320 LF 3.00 960 3 Excavation 20 CY 25.00 500 4 Sawcutting 676 LF 4.00 2,704 5 Remove sign 1 EA 200.00 200 6 Cold Plane 698 SF 2.00 1,396 7 Demo Concrete Driveway 400 SF 4.00 1,600 8 AC Paving 4" 322 SF 4.00 1,288 9 AC Paving 2" 698 SF 3.00 2,094 10 AC Berm 50 LF 10.00 500 11 AC Ped Ramps 2 EA 1,500.00 3,000 1.2 6" Curb and Gutter 343 LF 30.00 10,290 13 3 -3/4" Roller Curb and Gutter 80 LF 25.00 2,000 14 Transition Curb and Gutter 12 LF 30.00 360 15 5 -1/2" Concrete Driveway 400 SF 12.00 4,800 16 6" Crushed Agg. Base 2140 SF 2.00 4,280 17 Traffic Control 1 LS 3,500.00 3,500 Total 43,870 city of Encinitas April 15, 2003 Mr. Craig Barry Zondiros Corporation 1833 Diamond St., Suite 102 San Marcos, CA 92069 Re: Curb Template for Balour Drive Dear Mr. Barry: I am enclosing two copies of the full size plans for the Balour Drive project previously discussed with you and two copies of a full size drawing of the special rolled curb section that is to be used at the driveways. It is imperative that the rolled curb be constructed to this configuration. I suggest making a /several templates of this from plywood to be used in the field when the concrete is poured. You may have a better method, however, it is very important to maintain these geometrics for the top of the curb. Greg Shields is preparing the Change Order for this construction. You will be receiving it shortly. You may call me if you have any questions regarding this. Sincerely, Ro er A. Free A rsociate Civil Engineer �ity of Encinitas 505 South Vulcan Avenue Encinitas, CA 92024 (760) 633 - 2702 TEL 760- 633 -2600 / FAX 760- 633 -2627 505 S. Vulcmn Avenue, Encinitas, California 92024 -3633 TDD 760 -633 -2700 � recycled paper nnWi m �v 1100 jjq `moo X o - m Ul A co N O CO OD —4 O cn A co O y W Q -�rncn oom(nmppp m 'M �>>>> Z3 n w @ w ooC)o m o m N x 33N v (o n a N y oo E 0 o°o0 vc nha-�wrn n o a- CL < - < ' m < v m m VD n CL 0 o A CD a) Q (a -3> O) o x• �Q n co °DCn OD ICQ 0 0 N n =3• 7 �I N 0' C C CO .O. (a (a N v Cps Cr CD DD n n (D c0� CD Q (D (WD N C G 31 (D `< (D C `< (D 11 p C w A O -� Oo wA CA w co IN � N N� O O N O W N O OD N O OD O O O O r(nCnrrrD Cn -n TI T m 1l -n T -n -n O w � C O —� W N W O N O N N O Un O O O W A A N O A al W W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 6 0 0 0 0 0 0 0 0 CC 0 O A W W A A, N � O W N -� �� N •A � OD C) cn N OD W O N O On O N W N �1 CJi ID (p W O O O OD O O O C7 O O O CO O O O O O (O A 00 OD O O (O O) O O O A CC O O CO OD N Cl (i)o^ +_ O) (p N W Q O OO Qc0�o c U O o �n E ° 0O N � O co M M C O OMO m t m N � fn d U- a) D m c�a C m U N m > c ` U W 7 O O m U OO o O V O Co 0 rn m O 0 o m o M CA to h N M CO N r r m O F- 0 0 0 0 0 0 0 V 0 0 0 0 0 0 0 a M M N t} O N V N C LL JUJW(n(n CD Co O O CD r CO O V M N CO Co V C m 7 rA E 3 m > Q Q � C L C O.� O O X •X O C M C U QW W m OC U O O> � O C- CO) EEO 3 E M O E 0 m W m m U 0 • - N M V to (p N m V O O O O O O O a ao Cn 0 0 (n O Co 0 00 0 N O to O N O M CO N U) N Ch O N V V C r 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 V M O O O 6 O N N O O M N M r O LO to V- M CA W J W J J J w LL LL 0 J N W O N M O N O O �- M Co LO M 00 � O V ct - N L =3 (U T C7 m c > N L m a > m H ca 0 m rn 0 Cr CV E V 3 Q 0 m 0 m C C Cm C >> L� o�U U m m (D a) O L - U U U U V? V Q Q Q Q co M F- cn ZD F- 00 M o N M V U) (D I,- e- 0 ti 00 M V m O F- Z O D r M CO) 0 0 z m CA n �q v m O m O C X v /X m zl-p U m m D n N N M mg >�;C� om00> O >ao ;vmv mD"o �ymD� mmm0m z mD,:,q° pmnni� -�I > M ;u Imo3: Cm�D n G) 0 =m 0 r. --I X z �t Il � I� �I z y y f � 0 z z c� c C7 m Z 0 LO 0 D r m V) O SZ m m O m r O C M v X m r�m>m0 0 o Z > m > z �mmvm �< 0 OmN;o -i Q Dm5 G) c - ' -zi$�� �° = L � 0 com�ND I m 0om"� z z m a) � m. D n ( N rri RIGHT OF ENTRY Permission is hereby granted to the City of Encinitas or its authorizes agents, hereinafter referred to as the City, to enter upon the undersigned Grantor's property located at 1164 Balour Drive, (APN 259 - 282 -13) for the purpose of the construction of driveway as shown on construction drawings available for inspection at City of Encinitas Engineering Department. ACKNOWLEDGE By. Jo W. Smith By. Lucette LaViscount J/4" ROLLED CURB Y4" ROLLED CURB 0' 7' Right -Of -Way Engineering Services, Inc. Land Surveying 7/31/2004 Invoice City of Encinitas Engineering Services Dept. 505 South Vulcan Encinitas, CA 92024 -3633 Mr. Roger Free Project: Balour Construction north of Santa Fe Avenue Job Number: 0309 - 0092 -06 PO: Invoice: 5277 Not to Exceed: Billed to Date: $6,010.00 TASK HOURS COST Construction Staking Calculations D( 2 170.00 Construction Staking Services 7 1,085.00 r. TOTAL AMOUNT DUE THIS INVOICE $1,255.00 J� Thank you for making the choice to continue using Right -Of -Way Engineering Services for all your professional surveying needs. Michael Schlumpberger, PLS 4167 Avenida de la Plata Suite 114 • Oceanside, CA 92056 • (760) 732 -1366 • FAX (760) 732 -1367 E -Mail: roweng @cox.net Right -Of -Way Engineering Services, Inc. Land Sureying 2/1/2004 Invoice City of Encinitas Engineering Services Dept. 505 South Vulcan Encinitas, CA 92024 -3633 Mr. Roger Free Project: Balour topography north of Santa Fe Avenue Job Number: 0309 - 0092 -06 PO: Invoice: 5086 Not to Exceed: Billed to Date: $4,755.00 TASK Topographical Field Design Surveys t A, HOURS �I a� TOTAL AMOUNT DUE THIS INVOICE V \ HOURS COST 2 310.00 j� )V\ $310.00 Thank you for making the choice to continue using Right -Of -Way Engineering Services for all your professional surveying needs. Michael Schlumpberger, PLS 4167 Avenida de la Plata Suite 114 • Oceanside, CA 92056 • (760) 732 -1366 • FAX (760) 732 -1367 E -Mail: roweng @cox.net L O U a3 L C L: O U m i LL N u co m C U W cn O CD U � O L LY m Q d w N a E U Ln QUU v�QQQ LU CD W LU x O O O W �EE� a) CU 0: co AlI.I.II 11- O M c0 � t-.# V-.; 0 1 0 0 0 0 0 0 0 I a M 0 oo°000o0000oorn co 4L- 0000000 O Oct 7� 1l- O m O N cD r- 0 O O 0 r O a0 Om�ItPm V iD LO 04 O M r c- N ti N M c0 N -- C4 qT 69 E9 E1 E9 69 EA 66 69 6. 61 69 69 69 69 0 0 0 0 0 0 0 0 0 0 0 0 Cl O N 0 0 0 0 0 0 0 0 0 vc4 c6 o6ciL6 IT C) 3 c O M Co Co �- r O V L O V ev +� O c O 69 Efl � 69 E9 b9 6R Ef? tsa ua cn m V co000fE (� coOOO O 0 H CD O vi O O c0 Ch r- Y U CO U 3 U O GO CD M _m L - ++ O .Et of tf 'r L (� to E!� 64 69 69 N 0000011-000N N C ca O C7 Lo � � +. c U 0 3 >ooa y U LO mm �oU�. cm O Lmaa)a)�O- aan)U�C00cmo (� 0 V J mm aama _ �= is 4) 69 69 69 64 w 6f} F0 d w N a E U Ln QUU v�QQQ LU CD W LU x O O O W �EE� a) CU 0: co AlI.I.II 11- O M c0 � t-.# V-.; 0 1 0 0 0 0 0 0 0 I a M 0 oo°000o0000oorn co 4L- 0000000 O Oct 7� 1l- O m O N cD r- 0 O O 0 r O a0 Om�ItPm V iD LO 04 O M r c- N ti N M c0 N -- C4 qT 69 E9 E1 E9 69 EA 66 69 6. 61 69 69 69 69 0 0 0 0 0 0 0 0 0 0 0 0 Cl O N 0 0 0 0 0 0 0 0 0 vc4 c6 o6ciL6 IT C) 3 c O M Co Co �- r O V L O V ev +� O c O 69 Efl � 69 E9 b9 6R Ef? tsa ua cn m V LL LL � LL • Li cn LL Li LL c/j Vj Cl) Laf co J J J J J w w w J J J Z:t r ti O O LO N co CY) 0- M LB 0 11- M r r CD 10 .- CD ccoo m m 0 U-) 0 69 6q W O N V _ U (� O 0 atS n c0 U Y U Y U N L 3 3 U L O _m L - ++ O .Et EU O L (� to L a) 3 06 O w O N LY N C ca O C7 o +: (Doti +. c U 0 3 >ooa y U LO mm �oU�. cm °o oc Lmaa)a)�O- aan)U�C00cmo (� — C J mm aama _ �= ��mCDUU a) 4) U c UUUUF —� c c U) —a Q Q Q Q cD M I- 0 0 N N '0 N LL LL � LL • Li cn LL Li LL c/j Vj Cl) Laf co J J J J J w w w J J J Z:t r ti O O LO N co CY) 0- M LB 0 11- M r r CD 10 .- CD ccoo m m 0 U-) 0 69 6q W O N V _ U BASE BID SCHEDULE COMBINED BID Melba Road / Regal Road Item No. Quantity Unit Item Cost/Unit Cost Demolition 1 1,730 Sq. Ft. Exist. A.C. Roadway $ 3.00 $ 5,190.00 2 48 L.F. Exist. A.C. Berm $ 4.00 $ 192.00 3 26 Sq. Ft. Exist. Concrete $ 10.00 $ 260.00 4 100 Cu. Yd. Unclassified Excavation $ 25.00 $ 2,500.00 5 °- i�+st. A,C $ 5.00 $ 750.00 6 95 L.F. Exist. Wood Fence $ 10.00 $ 950.00 7 8 Ea. Exist. Tree $ 500.00 $ 4,000.00 8 4 L.S. Exist. Shrubs $ 200.00 $ 800.00 9 1 Ea. Exist. Street and Stop Sign $ 200.00 $ 200.00 10 724 So. Ft. Cold Plane Exist. A.C. Pavement $ 5.00 $ 3,620.00 Total Demolition $ 18,462.00 New Construction Pav $ 4. $ 6,400.00 12 ,. $ 48.00 1,4 13 5,200 Sq. Ft. 6" Class 11 Aggregate Base $ 2.00 $ 10,400.00 14 925 Sq. Ft. 5 1/2" Concrete Cross Gutter $ 7.00 $ 6,475.00 15 1,600 Sq. Ft. 4" Concrete Sidewalk $ 5.00 $ 8,000.00 16 134 L.F. Type G Concrete Curb and Gutter $ 45.00 $ 6,030.00 17 89 L.F. 6" Concrete Curb $ 35.00 $ 3,115.00 18 1 Ea. Type A Pedestrain Ramp $ 3,000.00 $ 3,000.00 19 1 Ea. Pedestrain Ramp - Special Design $ 4,000.00 $ 4,000.00 20 266 Sq. Ft. Concrete Driveway $ 15.00 $ 3,990.00 21 1 Ea. Street and Stop Sign $ 300.00 $ 300.00 22 100 Cu. Yd. Grading $ 45.00 $ 4,500.00 23 1,000 Sq. Ft. Hydroseed Slope $ 1.00 $ 1,000.00 24 100 L.F. 6' Wood Fence - Treated Non - Redwood $ 50.00 $ 5,000.00 25 8 Ea. 15 Gal. Palm Tree $ 325.00 $ 2,600.00 26 2 Ea. Blue Dot Fire Hydrant Marker $ 25.00 $ 50.00 27 4 Ea. Shrub $ 100.00 $ 400.00 28 1 L.S. Erosion Control $ 1,500.00 $ 1,500.00 29 1 L.S. Traffic Control $ 2,500.00 $ 2,500.00 Total New Construction $ 70,708.00' TOTAL $ 89,170'.00 San Elijo Refuse Area Road Item No. Quantity Unit Item Cost/Unit Cost Demolition 45 25 Sq. Ft. Exist. A.C. Roadway $ 40.00 $ 1,000.00 46 25 L.F. Exist. A.C. Berm $ 20.00 $ 500.00 47 5 Cu. Yd. Unclassified Excavation $ 100.00 $ 500.00 48 25 L.F. Sawcut Exist. A.C. $ 10.00 $ 250.00 49 50 Sq. Ft. Cold Plane Exist. A.C. Pavement $ 15.00 $ 750.00 Total Demolition $ 3,000.00 New Construction 50 12 L.F. A.B.M. Ditch $ 50.00 $ 600.00 51 80 Sq. Ft. A.B.M. Splash Pad $ 20.00 $ 1,600.00 52 20 Sq. Ft. Concrete Gutter $ 15.00 $ 300.00 53 28 L.F. Concrete Curb Std. G -1 $ 20.00 $ 560.00 54 25 Sq. Ft. 6" A.C. Pavement $ 40.00 $ 1,000.00 55 50 Sq. Ft. 2" A.C. Pavement $ 30.00 $ 1,500.00 56 25 Sq. Ft. 9" Class II Aggregate Base $ 10.00 $ 250.00 57 2 Cu. Yds. Light Class Riprap $ 200.00 $ 400.00 58 1 L.S. Traffic Control $ 500.00 $ 500.00 Total New Construction $ 6,710.00 TOTAL $ 9,710.00 Hummingbird Hill Item No. Quantity Unit Item Cost/Unit Cost Demolition 59 455 Sq. Ft. Exist. A.C. Roadway $ 5.00 $ 2,275.00 60 15 Cu. Yds. Unclassified Excavation $ 50.00 $ 750.00 61 138 L.F. Sawcut Exist. A.C. $ 5.00 $ 690.00 62 276 Sq. Ft. Cold Plane Exist. Pavement $ 5.00 $ 1,380.00 63 1 L.S. Locate End of Existing 18" RCP $ 500.00 $ 500.00 Total Demolition $ 5,595.00' New Construction 64 42 L.F. Slotted Vane Drain on 15" PVC $ 200.00 $ 8,400.00 65 33 L.F. 15" PVC Stormdrain $ 400.00 $ 13,200.00 66 1 Ea. Storm Drain Cleanout Type A $ 4,000.00 $ 4,000.00 67 2 Ea. Special Inlet Box $ 6,000.00 $ 12,000.00 68 8 L.F. Type G Concrete Curb and Gutter $ 50.00 $ 400.00 69 18 L.F. 6" Concrete Curb $ 35.00 $ 630.00 70 134 Sq. Ft. 6" A.C. Pavement $ 20.00 $ 2,680.00 71 268 Sq. Ft. 2" A.C. Pavement $ 10.00 $ 2,680.00 72 134 Sq. Ft. 9" Class II Aggregate Base $ 5.00 $ 670.00 73 1 L.S. Traffic Control $ 1,500.00 $ 1,500.00 Total New Construction $ 46,160..00 TOTAL $ 51,755.00 !. San Elijo Avenue Item No. Quantity Unit Item Cost/Unit Cost Demolition 74 5,900 Sq. Ft. Exist. A.C. Roadway $ 4.00 $ 23,600.00 75 120 Cu. Yd. Unclassified Excavation $ 40.00 $ 4,800.00 76 107 L.F. Sawcut Exist. A.C. $ 3.00 $ 321.00 77 168 Sq. Ft. Cold Plane Exist. Pavement $ 3.00 $ 504.00 Total Demolition $`; 29,225.00 New Construction 78 5,300 Sq. Ft. 4" A.C. Pavement $ 5.00 $ 26,500.00 79 168 Sq. Ft. 2" A.C. Pavement $ 3.00 $ 504.00 80 5,300 Sq. Ft. 6" Class II Aggregate Base $ 2.50 $ 13,250.00 81 1,030 Sq. Ft. 5 1/2" Concrete Cross Gutter $ 15.00 $ 15,450.00 82 441 Sq. Ft. 5 1/2" Concrete Ditch $ 13.00 $ 5,733.00 83 100 Cu. Yd, Excavation Cut/Fill $ 60.00 $ 6,000.00 84 1 Ea. Adjust Manhole Frame and Cover $ 250.00 $ 250.00 85 5 Ea. Adjust Gate Valve to Grade $ 150.00 $ 750.00 86 218 L.F. Striping $ 4.00 $ 872.00 87 1 L.S. Traffic Control $ 5,000.00 $ 5,000.00 Total New Construction $ 74,309.00 TOTAL $ 103,534.00 Paseo De Las Flores Item No. Quantity Unit Item Cost/Unit Cost Demolition 89 168 L.F. Exist. Conc. Curb & Gutter $ 15.00 $ 2,520.00 90� Ft . ~. 7h..y $ 5.00 $ 7,785.00 91 40 Cu. Yd. Unclassified Excavation $ 50.00 $ 2,000.00 92 158 L.F. Sawcut Exist. A.C. $ 3.00 $ 474.00 93 316 Sq. Ft. Cold Plane Exist. Pavement $ 3.00 $ 948.00 Total Demolition $ ` 13,727.00 New Construction 94 172 L.F. Type G Conc. Curb & Gutter (3 ", 3" to 6 ", 6 ") $ 45.00 $ 7,740.00 95 252 Sq. Ft. 5 1/2" P.C.C. Pavement (Decorative) $ 22.00 $ 5,544.00 96 348 Sq. Ft. 4" A.C. Pavement $ 7.00 $ 2,436.00 97 240 Sq. Ft. 2" A.C. Pavement $ 5.00 $ 1,200.00 98 312 Sq. Ft. 4" P.C.C. Golf Cart Path $ 13.00 $ 4,056.00 99 # $ 4.00T 4,304.00 100 50 Ea. One Gallon Rosemary Plants $ 40.00 $ 2,000.00 101 1 L.S. Modify/ Add Existing Irrigation $ 3,500.00 $ 3,500.00 102 1 Ea. Adjust Manhole Frame and Cover $ 250.00 $ 250.00 103 1 Ea. Adjust Gate Valve to Grade $ 150.00 $ 150.00 1'04 2 Ea. Pull Box with Covers $ 250.00 $ 500.00 105 82 L.F. PVC Conduit with Cable $ 15.00 $ 1,230.00 106 1 Ea. Street Light $ 4,500.00 $ 4,500.00 107 6 Ea. Traffic Signs $ 200.00 $ 1,200.00 108 1 L.S. Striping $ 1,000.00 $ 1,000.00 109 1 L.S. Traffic Control $ 3,000.00 $ 3,000.00 Total New Construction $ 42,610.00 TOTAL $ 56,337.00'' Clark Avenue Item No. Quantity Unit Item Cost/Unit Cost Demolition 110 11,020 Sq. Ft. Exist. A.C. Pavement $ 4.00 $ 44,080.00 111 270 Sq. Ft. Exist. Concrete Pavement $ 4.00 $ 1,080.00 112 :' 1D0 st. A.C. 15 $ 5.0f 500.00 113 30 L.F. Exist. Concrete Curb $ 10.00 $ 300.00 114 215 Cu. Yd. Unclassified Excavation $ 25.00 $ 5,375.00 115 40 L.F. Sawcut Exist. Pavement $ 5.00 $ 200.00 116 17 L.F. Cold Plane Exist. Pavement $ 15.00 $ 255.00 Total Demolition $ 51,790.00 New Construction 117 10,125 Sq. Ft. 4" A.C. Pavement $ 4.00 $ 40,500.00 118 250 Sq. Ft. 5 1/2" P.C.C. Pavement $ 15.00 $ 3,750.00 119 G 30.00 $ 8,700.00 120 171 $ 825.00 121.;. $ 2,555.00 122 a onq'itte: 'Orb Gutter $ 35: $ 3,010.00 123 1,005 Sq. Ft. 5 1/2" P.C.C. Driveway $ 11.00 $ 11,055.00 124 11,862 Sq. Ft. 6" Class II Base $ 2.00 $ 23,724.00 125 1,130 Sq. Ft. 4" Concrete Sidewalk $ 6.00 $ 6,780.00 126 22 Sq. Ft. 4" Textured, Colored Concrete $ 50.00 $ 1,100.00 127 2 Ea. Raise Gate Valve Covers $ 150.00 $ 300.00 128 1 Ea. Raise Manhole Lid and Cover $ 250.00 $ 250.00 129 1 L.S. Landscape and Irrigation Restoration $ 3,000.00 $ 3,000.00 130 8 Ea. Traffic Loops $ 500.00 $ 4,000.00 131 1 L.S. Striping $ 1,500.00 $ 1,500.00 132 1 L.S. Traffic Control $ 5,684.00 $ 5,684.00 133 6 L.F. Extend 3" ABS Drain $ 50.00 $ 300.00 134 1 Ea. Modify Pedestrain Ramp $ 2,500.00 $ 2,500.00 Total New Construction $ 119,533.00 TOTAL $ 171,323.00 TOTAL ALL PROJECTS COMBINED Right -Of -Way Engineering Services, Inc. Land Sureying 10/31/2003 Invoice City of Encinitas Engineering Services Dept. 505 South Vulcan Encinitas, CA 92024 -3633 Mr. Roger Free Project: Balour topography north of Santa Fe Avenue Job Number: 0309 - 0092 -06 P0: Invoice: 5014 Not to Exceed: Billed to Date: $4,755.00 TASK HOURS COST Supervision /Meetings 4 340.00 Research Existing Records 3 255.00 Record Map Reproduction 80.00 Topographical Field Design Surveys 17 2,635.00 Topographical base Mapping 17 1,445.00 TOTAL AMOUNT DUE THIS INVOICE $4,755.00 1 X10 U` d Iz. Thank you for making the choice using Right -Of -Way Engineering Services for all your professional surveying needs. Michael Schlumpberger, PLS 4167 Avenida de la Plata Suite 114 • Oceanside, CA 92056 • (760) 732 -1366 • FAX (760) 732 -1367 E -Mail: roweng @cox.net SURVEYED By 13(A , MB - e- -,,, DATE 00 SURVEY 6F A LAU IZ - JZ AAMO 151&7A' INDEX PAGE O/E' 4Y�,/06 t5c-WH — 561�,j - - -F "tYl) 143--.- N� ic– - . -- -, - / 1 26'el-!5, ,44 25.3' 7-4.80 ,C-p -R.QuLo--B�u 5-AMIA AE WIVAf NT 5, 26,(o3 Act' 3 -�# 6' ACJt FL-= / 1 26'el-!5, ,44 25.3' 7-4.80 ,C-p -R.QuLo--B�u 5-AMIA AE WIVAf NT 5, SURVEYED BY BL, MB SURVEYOF BAIOQR t Pf)AJ( -VO 509N7/ F� A77 c- DATE 9 /,°: -DO INDEX PAGE I DFI �A�yg ��.urA FE IM city of Encinitas March 8, 2004 Mr. John J. Emrich 1170 Balour Drive Encinitas, CA 92024 RE: Property at 1170 Balour Dr., Encinitas, CA 92024, A.P.N. 259 - 282 -12 Dear Mr. John J. Emrich: The City of Encinitas has completed the design of concrete curb and gutter in Balour Drive in front of you property. With this design the majority of the water currently flowing down Balour Drive will be contained in the gutter and conveyed to Santa Fe Drive. To do this construction it will be necessary to remove your driveway that is in the public right -of -way and a portion on your property. The City will reconstruct that part of your driveway that is removed. The drawings generated for the design (working drawings) are complete and will be drafted into the final construction drawings. If you want, you can come into our office to review these documents. Please call ahead to schedule an appointment. The City needs a Right of Entry form signed by you to go onto your property and do this work. I have enclosed this form. Please sign and return to our office as soon as possible. Please call me if you have questions regarding this. Sincerely, R er A. Free, P.E. ssociate Civil Engineer City of Encinitas 505 South Vulcan Avenue Encinitas, CA 92024 (760) 633 -2702 TEL 760 -633 -2600 1 FAX 760- 633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760- 633 -2700 recycled paper RIGHT OF ENTRY Permission is hereby granted to the City of Encinitas or its authorizes agents, hereinafter referred to as the City, to enter upon the undersigned Grantor's property located at 1170 Balour Drive, (APN 259 - 282 -12) for the purpose of the construction of driveway as shown on construction drawings available for inspection at City of Encinitas Engineering Department. ACKNOWLEDGE By: John J. Emrich �� OF ENC��l Pnraied t`�� March 8, 2004 Mr. John W. Smith & Lucette LaViscount 1164 Balour Drive Encinitas, CA 92024 RE: Property at 1164 Balour Dr., Encinitas, CA 92024, A.P.N. 259 - 282 -13 Dear Mr. John W. Smith and Lucette LaViscount: The City of Encinitas has completed the design of concrete curb and gutter in Balour Drive in front of you property. With this design the majority of the water currently flowing down Balour Drive will be contained in the gutter and conveyed to Santa Fe Drive. To do this construction it will be necessary to remove your driveway that is in the public right -of -way and a portion on your property. The City will reconstruct that part of your driveway that is removed. The drawings generated for the design (working drawings) are complete and will be drafted into the final construction drawings. If you want, you can come into our office to review these documents. Please call ahead to schedule an appointment. The City needs a Right of Entry form signed by you to go onto your property and do this work. I have enclosed this form. Please sign and return to our office as soon as possible. Please call me if you have questions regarding this. Sincerely, 7Rgoer . Free, P.E. te Civil Engineer Encinitas 505 South Vulcan Avenue Encinitas, CA 92024 (760) 633 -2702 TEL 760- 633 -2600 1 FAX 760- 633 -2627 505 S. Vulcan Avcnuc, Encinitas, California 92024 -3633 1-DD 760- 633 -2?00 recycled paper RIGHT OF ENTRY Permission is hereby granted to the City of Encinitas or its authorizes agents, hereinafter referred to as the City, to enter upon the undersigned Grantor's property located at 1164 Balour Drive, (APN 259 - 282 -13) for the purpose of the construction of driveway as shown on construction drawings available for inspection at City of Encinitas Engineering Department. ACKNOWLEDGE By: John W. Smith By: Lucette LaViscount 127 -4 at E v ZS /OG C3 d of �/ 127 -4 at E v ZS /OG C3 d HYDROLOGY REPORT for BALOUR DRIVE Prepared By Design: John W. Powell, E.I.T. Checked: Roger Free, R.E. City of Encinitas Engineering Department, CIP Division 505 South Vulcan Avenue Encinitas, CA 92024 (760) 633 -2793 Purpose The following hydrology report was performed for Balour Drive, in the City of Encinitas, CA, for the purpose of designing a competent surface drainage system, which is to consist of concrete curb - and - gutter along the West Side of Balour Drive (STA 12 +00 to STA 14 +50) and minor resurfacing of the street. Current drainage facilities are inadequate, as residents along the West Side of Balour Drive are inundated by excess storm water runoff. The addition of the concrete curb - and - gutter and the readjustment of the flow line will ensure proper drainage of Balour Drive into the existing curb -and- gutter along Santa Fe Drive. All work to be done in the public right -of -way. Watershed The project is within the Escondido Creek Watershed. Design Summary Concrete curb -and -gutter shall be six inches deep, measured from flow -line to the top of the curb, and run from STA 12 +00 to STA 14 +50. The gutter depth shall exceed the maximum probable flow depth, as calculated on the sheet. All concrete curb - and - gutter shall be in accordance with drawing G -2 of the San Diego County Regional Standard Drawings (see sheet 6). LC VICINITY MAP NO SCALE 8 SUBJECT a SECTION PROJECT PAGE OF LOCATION ;' JOB NO CLIENT BY pISCI,�AR6E i4T o �vr sNEET l c = /QuMMF C0CFr161e1Vr = 0. S7 /00 ye. SrvRAl 11V7V 171 A4C7-a,C = 'V-1 A = Tanot fine CA = /. 3N .4 c Qroo s C Too A = 3.13 C. F. S. FROM woR K SHEE% le my DEPTt/ S= V. of sweer ploo = 3.13 C• r. s, y = M,4x oEP7N of— flow 1tv 6' -2 Currre = 0. �/t' ;. 3 -6 VFCoco,rl of fe�obv = /5 r o S. DES /61y CNECk a56 6-2, GUTMc /cuRB , S.v. CO&A17Y R.F6io.vRl- STIR. bW6. y = M4x DAOW OF L/E/6Nr OF 6 -2 CuRel GU rree = O.5 O_y /' 0 p vtrv- riaoku/- M 1� w Q z Q a r_Or_ VI F z w U MrG`M� �1 w 0 �1 O U U Q- T Y O O w `f' N O U O p �i Q b cd W w Q. HJ W Q O _N W W z • - .,� ,, .,ter r- ,v O O O O O O O O O O O O O O O O v N 00 1 rt I [� O O, o0 00 -- 1' "T 00 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 V7 N 00 to 00 I— I— [— O Itt It r- 00 00 W O O O O O O O O O O O O O O r 00 O M M N N M M `O r- � 00 00 00 O O O O O O O O O O O O O O CF O N N OM d0' I "t On � 000 000 00 011 a, � cn 0 0 0 0 2 O O O O O O Q ¢ Q Q 0 U cd `n A A A A A A Q A A o C O i. O O O O" M M O M 'y N vi m cd c3 76 -a cd U O . Bpi Ln a� 0 O U -�s I -�; I 7� rs nd cz b °' A a0i A (1) A 0 A• N � cd M ` \ cd r Ln b � ,°� pa �� 2� by x — x 0 E 0 E 0 Q U U v- 0 c. CA il 3 C CZ M O J U > c Q . .n L ` v U b cs cz c U c'� EE o� L i Q c � 0� U U •� U � L L C� N '7 0 m cz m � 0 cz o (d L cu E z =0 U T n"U 0 -m c3 w O V a C1 cs U v cd to . cJ U o cu U V O 2"0 a> v V) 0 0 cz H v N a „ o LU U H R U L U N •� U o � a4 � c G N � 3 z -o Q � U 0z - .• - -� rnvjt,t�i WO# j CALC ` DA1- ff' n.4 I STATIOlq -AREA RCrr,UNC1; (311 .057 (50 sc<310 r A X 91A (200 scale) ACRES AR _ 91.8 (2000) C COEFFICIENT OF RUNOrr _C (consider probable development) Developed Areas (Urban) Land Use .60 Rcscdential: A J00 Single ramlly .40 Multi -Units .45 Mobile Ilomes .45 Rural (lots greater than 1/2 ,acre) .30 Comm,�rclal (2) .70 80'3 Impervious Industrial (2) .80 906 Impervious IME OF CONCENTRATION TG (Chart B -1) HI '.Pt. 3YZ o� 1I. l�.00 Lo . Pt . a� f too L. f • n� TC =//' g mIn hr (10 min. minimum) tUNOrr_Q = I x CA SHT OF _CIIKD 'Dl1TE_ suEE-r 3 Coefficient C " Soil Type (1 ) B C D . 45 .50 .60 .70 = .50 .55 .65 = .35 .40 .45 = .75 .80 .85 = .05 .90 .95 = *Tc = 11 .9(L3 385 lI Tc= Time In Hours L= Distance in Miles H= lleight In Feet *Add 10 minutes to computed time of concentration C = 6.57 CA = 0. 16 Altitude rector = �'� (Chart C) x „/lir _ crs USE Q__ - CFS factor �� x �'� 3.1.E UrE - 3' 13 CFS I100= / O x /hr (;A cis Q100 P '-,rcncc: Sinn Dlc(jo Colrnty I'lood Control D,�slgn and Procedum Manual (1) Oljlaln soli tyjw (ruin J\ppr'ndic��s IX-C, 1 Lh,u IX -C4 S 14 `( < - -1.5' ---> 1 E —n = .015 --� 2% n = .0175 2% Concrete 0.13 paved Depth RESIDENTIAL STREET Gutter ONE SIDE ONLY 20 18 IOWA FA FAME WA 16 14 12 10 WANN 9 MIN 8 WNIFAM 7 I I _, m VA 6 5 4 N a 0 3 Mil 6 2 0 18 1.6 NOFAN 1.4 1.2 1.0 0.9 0.8 MFA ME 0.7 0.6 00112 WA Mol 0.5 011he 'AM 041.21 0.4 1 2 3 4 5 6 7 8 9 10 Discharge (C.F.S.) EXAMPLE: Given: Q = 10 S-2.5% Chart gives: Depth = 0.4, Velocity - 4.4 f.p.s. SOURCE: San Diego County Department of Special District Services Design Manual F t G U tc >✓ Gutter and Roadway Discharge - Velocity Chart 3-6 HazMaUCounty Hydrogeology Manual /Gutter Discharge_Velocity.FHB I I _, F t G U tc >✓ Gutter and Roadway Discharge - Velocity Chart 3-6 HazMaUCounty Hydrogeology Manual /Gutter Discharge_Velocity.FHB C U N f- i� a- r N z Li F— z 5N G:+ •ir C) S- 04- O -p r C � O +•� 4- •r C A ?• ^ o r� i7 O Q) t ti U _0 T7 T Ln -C •� > C >> C) S 1.0 A �l S _ A U r a) i 0 O N O d C C• >� r-•- N -4.j r- N •r t0 C) +J V (3) C- C7 C CL S_CC UDC_ A O (1)4- =3 •r- C) LC) S- 5- r C O C ct ra 4-3 •r •S7 V LM i-) C) L1 A E O C 4- 4-- O J 3- +j C) A r O =- CJ U zC E +•3 CJ +-) r O C •r 1 -0 CJr A C c 0 O >,a) O O C OL 4.3 N H .r• >> C •r- A C C •r•• >) r N A a--) S- O O C) en r C d(1J-0 C) .: A r r t C A O A L O C) 4-3 CJ 4-" 4-J 4-) Gi r }•� 4-3 r- C) •r ..0 A U A 41 C S- CL +-3 4- +-� � C A C S •r Z7 O r. •r r M r V O O S- C -0 U -- c- G O C •r- •r 4- C-' (a OJ C) -t- -r •r O C) •r• n E C) r l0 12 (Ij N O C: O G 4-j C) C) J- 4-J C1 +-) 4-) S- t_'7 S.- r S- S_ 4-J N U- C •r- C ro CL C1 0- 4-• C) N C C]. O .. Z7 S- (1) C •r- O L •r O N o -0 C N • �� A C .r r O U E CL C •r-• S- +-3 S_ L -r r- CJ +-3 4- C) A A A t0 -C S- C V r C CO II S- E a--) C) r4 -0 •r U N 0. r - C .0 •s- d- N t0 C) A C) r--- O C S- to !T N N C) 4-.) r--- N D- Q 4-3 r--r •r- O C) C N •r7 ra CJ n rtS 0 •r-• QJ d-) S- ct .0 ra C) -C7 -C S O r 4- S- r L L V . LL N F- ter_ Q C +3 4-> 4--1 Cl- O C F- +j C) -7' S- CM r N M LC) 5N 6 -Hour Precipitation (inches) oLno L;oto o to o tG 111LC1 N r1 Q ��J- L •T -- _- - _ _L �� - Sa •r•+f � - -ti -� — 4-. t0 ••4J t� is .1' .1,:.! o, to •C4 ''I.: it - -r _ OZ S :ASM .Q..�l111111lW mtlW �tt� ma tltloaarttltil� 1� W � ®1�/�tWliit� 11)1W>» /it1��R11� X111 /III��Hl��1 �IiilIlWlO�� ®Ifl111 C G t 0 o CDP 0 _ r� •ir C O t ti •� It a) d C R' lfl N •r C>_ CL C) CJ �4 It ;,1•- S_ r • C = .a N V CL E C U C •r •r O Cl 0 C It n E C) r l0 Q S_ L CL- it Li.. U- S O 0 Z7 �r # ,i -) •r U H i-) CJ 11 O II r4 r- •n It •r N D- Q 4-3 r--r r-- CL 0- C O r N m -7' 6 -Hour Precipitation (inches) oLno L;oto o to o tG 111LC1 N r1 Q ��J- L •T -- _- - _ _L �� - Sa •r•+f � - -ti -� — 4-. t0 ••4J t� is .1' .1,:.! o, to •C4 ''I.: it - -r _ OZ S :ASM .Q..�l111111lW mtlW �tt� ma tltloaarttltil� 1� W � ®1�/�tWliit� 11)1W>» /it1��R11� X111 /III��Hl��1 �IiilIlWlO�� ®Ifl111 C G t 0 o CDP 0 _ r� ■ ■ L C' p r N M C LO G U O o o r C v7 O + 4- C O r0 • i-. ^ 3� r Z7 O aJ Ln -C r +> > CA 4 • C ?� QJ L t0 rO Fr -4 S- r F— S- a) S rO U \ r :3 r� N L O O (A O .r U Z v r � v CJ 1 _ Z to a) +-1 U a) L Ul 0. C d L C C e! CJ rO O � a) 4- O •r W LO $- S- •r C O C C• H (b 4--) L If 11 If u V EE a) G 4-4- O L S- W rO r O 7-1 +j +-) ::3 aJ UL ° +-J aJ 4--) r a) C •r I Z7 Ql r (U C C o- Cu —F a) C L O O C to •r C •.- m C C ••- r N r1 +-1 L O O aJ N r C Cl a) -0 O i rO r r -C C b O r0 L aJ O +J CJ +-) +J 4-3 a) C •r ` 4-J 4--) r a) •r L rO rO +--) rO C L 0- +-) r rO C L -r -0 O •r- r •r Ol •r tT U O O L C •O U C1 G O C •r .-4- C?., rO a) Q) •r •r- -r O aJ L L d Cl- r'J N aJ C:' O C_ +J aJ CJ L •t-J -0 0- +J +-) L L') L r S_ L + l N c� •r C rO Q_ i CL 0- +j a) N C 'L7 Ll. � S_ L a) C •r O L -r O N O 'O ..0 N • �� r0 C -r-• •r O U E 0-r +� 4-3 aJ +� 4- a) r0 rO — rO t0 .0 L L U ca S- E 4-1 aJ 4-21 Z7 r U N 0- r--• C +� r u7 LO aJ rO aJ r-- O C L Q) to Ol to N a) C +J, r O E L vl O •r 7 4j M +) +j +-) N •r O W C N -n m CJ C7 to O •r• a) +-1 L cr L' rO Ci 'a L L O r 4- L r--- L L U LL N F-- = p C +-1 4J +-1 CL O p C F— +- L C' p r N M C LO G U N C n i~ CA 4 Fr -4 r F— Ln \ Cd r� N %0 t~ Z v •� V � v CJ 1 _ Z t0 4J •r-1 0. O J d e! CJ >;a � S'-• Cls t� H "O (� L If 11 If u V a ° 0 O Cd- a o- —F 11 L r a N •r \ rO U Cl. E C 6 -Hour Precipitation (inches) O Ln C) Cr; C) LO O Ln O tc L ; US � Q 1-i M c`i Cv LO O L ' LO Lt) m M N r— O U•> O 'Cl- C> M O N L!) r �- O N C O 11 a) t0 N •r O_ d 4J � S'-• v L V a ° 11 L r a N •r \ rO U Cl. E C U C •r r a) r O - Ll o- C II C1 r- L L d J LL O 'L7 C7 p� Z C a) Cu l V O +� 4-3 -r U N 4-21 a) 11 O II rO r •r-7 11 U a) to 'O U •r N a- Q 4J ►--'r r a Q O r N CO of 6 -Hour Precipitation (inches) O Ln C) Cr; C) LO O Ln O tc L ; US � Q 1-i M c`i Cv LO O L ' LO Lt) m M N r— O U•> O 'Cl- C> M O N L!) r �- O J 7 U 6" _ 1 /2" R ' 2" Weakened Plane Joint A m TYPE G & H CURB NOTES: 1. Concrete, shall be 520•C -2500. 2. See Standard Drawing G -10 for joint details. 3. Slope top of curb 1/4" per foot toward street. Speer 6 1 1/2" except where elevation shown indicate otherwise. is 1/2" TYPE V AREA SQ. FT. G 24"1 1.34 H 30-F 1.61 3 io 1" R ::- .;; :•�... ^t/2" Rte_ .; W TYPE G & H CURB NOTES: 1. Concrete, shall be 520•C -2500. 2. See Standard Drawing G -10 for joint details. 3. Slope top of curb 1/4" per foot toward street. Speer 6 1 1/2" except where elevation shown indicate otherwise. is 1/2" TYPE V AREA SQ. FT. G 24"1 1.34 H 30-F 1.61 ' with 6" Curb Face LEGEND ON PLANS RECOMMENDED ev THE SAN DIEGO SAN DIEGO REGIONAL STANDARD DRAWING Revision REGIONAL STANDARDS COMMITTEE Conc. CAl .dye. i ?;s Note 3 CGO'd.m. R.C.E. 1900 0•a DRAWING CURB AND GUTTER - COMBINED NUMBER G -2 M1415 Slopes The maxinurn ramp should be 20'k F8r slopes over transition at least eigho. ,- feet long should be provided at each end of the ramp at one half the slope of the rarrp itself. Transition SIC-e - 1 Ramp SICPC Trans Cn Slope Rata SIO-e ar maximum R0771P Slope - 20'a Mir.. 8 Min. Transition Transition Ramp Note: Transition required only if ramp slope exceeds 10::- e) HYDROLOGY REPORT for BALOUR DRIVE Prepared By Design: John W. Powell, E.I.T. Checked: Roger Free, R.E. City of Encinitas Engineering Department, CIP Division 505 South Vulcan Avenue Encinitas, CA 92024 (760) 633 -2793 Purpose The following hydrology report was performed for Balour Drive, in the City of Encinitas, CA, for the purpose of designing a competent surface drainage system, which is to consist of concrete curb- and - gutter along the West Side of Balour Drive (STA 12 +00 to STA 14 +50) and minor resurfacing of the street. Current drainage facilities are inadequate, as residents along the West Side of Balour Drive are inundated by excess storm water runoff. The addition of the concrete curb- and - gutter and the readjustment of the flow line will ensure proper drainage of Balour Drive into the existing curb -and- gutter along Santa Fe Drive. All work to be done in the public right -of -way. Watershed The project is within the Escondido Creek Watershed. Design Summary Concrete curb - and - gutter shall be six inches deep, measured from flow -line to the top of the curb, and run from STA 12 +00 to STA 14 +50. The gutter depth shall exceed the maximum probable flow depth, as calculated on the sheet. All concrete curb -and- gutter shall be in accordance with drawing G -2 of the San Diego County Regional Standard Drawings (see sheet 6). I sio in so ty- PROJECT M _. ".vIv J r LOCATION _natr, ta: Santa ` IS 3 ihi i Dr �p S �W df -P .r ` m tii2iii#3 Yahoos �s . @►=A03 N*vl#MW* T A »ala9d4s �+ r VICINITY MAP NO SCALE SUBJECT SECTION PROJECT PAGE OF LOCATION JOB NO CLIENT BY D1rcW4R6E 4r Aw"r- 6_ C = /RunraFF C0CFr1C /EM" = 0. S7 I,O s /oo ye. SraRnl 11vrrAX17y 44MA = y. / A = Tornt meEA - 1.341 ,,4c Qloo ° C T,00 A = 3.13 C. r S. FiROM wage k SMErE% FL ohv �LGPT11 S= '/, of SrpEs:,r scoPE (9100 - ?./3 c•F. s, y = M4K oEPT)V Or Flow IN G"I G'urMA = 0. Yl'o ; A; - 3--6 VEGoc/,.Y of no6v = *l. /5 F. P. S. QE5-16 w CNECk a5c- 6-2 6uTISKICURB , S-4- CovMy R.C6io.v41 S76. DW6 . Y= MRx DE/rw of izory — 0-y/ ' momgr or 6-2 CuRB/ 6u "r-A O. 5" >i 0-y/ ' ox VTN -P136 (2/82 ti M GC H n I � U 'U C _ N ° O U O �C W d cri W W a 0 N W 0 UI a> W m v I- l- 00 00 00 C O O O O O O O O O O O O O O O �O N V-� 00 1- [— O oll 00 00 -- v M M r� 00 M M O L 0 6 0 0 0 0 0 0 0 0 0 6 0 0 N Cb M w O � V) N o0 Nt 00 (— [— C— O ct rt U .? N M M n n llp l- I- 00 00 00 to O O O O O O O O O O O O O O re p � r U O O l— :t 00 00 N "o "o O M M N N M M if) h f` F` 00 o0 00 O O O O O O O O O O O O O O U "+ LF N >> iF O O to O O v) O v) O O vn O O v) O N N M d W) o0 00 00 C� O�, o, Ls 'b 4. o 0 � c � W w (n v1 vJ W v, ti En v Cn Cn zn En In O O O O O O O O O U 0 A A A A A o, B O O° r N O N N [� O� M U U O +^W = L U O � � =" c� iC cd c� c�3 Rf c� Rt c� U 2^ ("� i.l • FV • LI • i1 • LI it • it • �i • Yy ° m L Ln U U 4] y U U N U N N N U N U N O e00 a w rx pG a! � z C7 O V> a� a CV C V Cd U N U N N •«f cC C; CC C� CO CCS z >~ r. C A >, N t4 Cd C; id id c�3 � A A A A • a A A a> E a toEEESE a� .- : 2� x x U U v U U L ^ 0 V 3 � o to co � U � cd U '••' � o " 0 > sHE�T Z a� U N C/1 C 0 cz v G y O L U It N c y 7 � c :- o 3 z II II ¢ v' D z [ 7�VJLl�1 WO# 1 SHT OF CALC' �Di1T f 'C;HKD ATE ® STATION ARM I1rrrI1r.NCL' HEET 3 D 057 (50 sca Ir-,) AREA -X . 91 Il (200 scale) 3'V ACRES 91.0 (2000) COEFFICIENT OF RUNOFF_; C (consider probable development) Developed Areas (Urban) Land Use RC.q�dentla1: A /00 Single Family .40 Multi -Units .45 Mobile Ilomos .45 Rural (lots greater than 1/2 acre) .30 Commr�rclal (2) .70 80% Impervious: Industrial (2) .80 906 Impervious TIME Or CO_NCENTRATION T (Chart B -1) -- Hi:Pt. 11, /(•DO Lo. Pt. 331 - ��a L. . 00 T = ' g m In hr (10 min. minimum) RUNOFF: Q = I x CA Coefficient" C " Soil Type ( 1 ) B .45 .50 .50 .35 .75 .85 C .50 .60 .55 .40 .80 .90 *Tc = 1 1 .9�L) 385 II Tr;= Time In flours L= Distance in Miles H= height in Feet *Add 10 minutes to computed time of concentration I� .70 = .65 = .45 = .85 = .95 = C = 0.5 CA = 0.3 6 Altitude rector. = /10 (Chart C) I_ = _ _ x ItAr — cfs USE Q - CFS factor o x-0,76 -- I l 00 = / o x 'V, /11r CA 3, l cfs USE Q 3 ° �3 l 0 O= C FS P " rence: S, -in Dle(jo County I'lood Control D ^sign and Procedure Manual ( 1) 0liti-, In Sal l LyIo n frnrn AI1pendicc : IX -C- I LIton IX -C4 F I G U R E Gutter and Roadway Discharge - Velocity Chart 3 -6 - HazMaUCounty Hydrogeology Manual/Gutter Discharge_Velocity.FHB WTM■ _ /-MW MWA ME AMEN ��� ,�� ��IM ONE . RON MEN 0 Evil F I G U R E Gutter and Roadway Discharge - Velocity Chart 3 -6 - HazMaUCounty Hydrogeology Manual/Gutter Discharge_Velocity.FHB U Z N Cl •rl r N 1 as F -- Z v u�: t-- �, s~ v 4J x . n n n It = .•Y SN ++-) O 0 04- ..c o 4- C O •r- Q) d C O C O Ste. lO (a 7 S- olo U r :3 O O N O• — O U C: r N 4-1 r S: r 4-1 lO CU 4-) U O L G7 r C S- C C U d� C. •r- b O S. (1) 4— O •r- UJ LO O S- L r C O C ct r0 i� •rE- �D C� N U i1 r0 O G 4-4- O s L L 4_1 O r0 •r O L 4-J 4-1 O C� +1 a) 4-1 r O C •r I Q) r C S_ r0 A N O C= O C O O Q i, +-1 N N N •r C •r r0 C C •r- i, VC3- N rJ 4-1 S- O O O fA r- C C1 a) •O O i r0 -r- •r- C C tic O r0 .S= O O 4-3 CU 41 4-1 4-1 O C •r' ` 3-1 4-•1 r C) •r C CO rC b • CL 00 C S- •r - Ti O •1- •r •r m r IT E U O O S._ C 10 U= C. G O C •r — 4- C_ r0 CJ CU •r •r- •r O nJ •r O '-' +-1 U S.- = U U S- t CU LL- C]., M N O Cl O C_ +1 4) CJ +1 -0 Q. 4.1 4-1 S- Ln S- •r S- O C� •r C r0 [1 C1 S C1 +; •r U C1 S- S- N C O +� S- •r- O N O 'C7 .0 N • r� rU C ..- •r- b O U E CL C •r- L i S. -C r r O4-3 4- O t0 to r0 l0 .0 S- .0 U r C r0 E a-1 Q) •r U r i1 N C CS r- C +-1 •r d• N tO O b O r O L]. t0 CJ1 N N a t 4 r Q O E -c N •r- O 41 Cl +1 +•1 3 4J N •r- O O C N -r7 r0 CJ C� CO O •r a +� S- r -C r0 O -0 t s O r 4- S- r X_ X_ U LL_ N i -- ter- D 4 4- 4J 4-1 Ll_ O O C= } - •4-1 O b- Cl r N M �lr U ) CC U Z N Cl •rl r N 1 as F -- Z v u�: t-- �, s~ v 4J x . n n n It = .•Y SN 6 -Hour Precipitation (inches) OLnO cnOLO O U11A O LO r cd FA I « _F�- -T 1 1 i I• I :i�l, X1.1 I O 1: S tO LO C. CO N G O O 1q- rm :i7m t�� � m�Wn _ tY; C O 11 O lO N •r• C1 C1.. 4-1 -]r L v S. N O C=l �J 0 C� CJ v N c VC3- •� C U C •r •r W • r • CL Cr C 11 0- E a •r • kO Q O LL_ K CX1 +1 LL- C O y +1 •r U N +� Gi n n b r •n 11 r i1 L]. Q C) r N M ct 6 -Hour Precipitation (inches) OLnO cnOLO O U11A O LO r cd FA I « _F�- -T 1 1 i I• I :i�l, X1.1 I O 1: S tO LO C. CO N G O O 1q- rm :i7m t�� � m�Wn _ m J 7 V 1/2" R 4 2" Weakened Plane Joint �. 3 TYPE G & H CURB NOTES: 1. Concrete,, shall be 520•C -2500. 2. See Standard Drawing G -10 for joint details. 3. Slope top of curb 1/4" per foot toward street. RECOMMENOEO BY THE SAN OIEGO NEGIONAL STANOAAOS COMMITTEE Coerdrrrtor R.C.E. 19901 Oeu NUMBER G -2 smecr 6 1 1/2" except .where elevations shown indicate otherwise. 1/2" TYPE W \ 1 •• R : :�• , G w1/2" R-�•: 1.34 H 30" 1.61 TYPE G & H CURB NOTES: 1. Concrete,, shall be 520•C -2500. 2. See Standard Drawing G -10 for joint details. 3. Slope top of curb 1/4" per foot toward street. RECOMMENOEO BY THE SAN OIEGO NEGIONAL STANOAAOS COMMITTEE Coerdrrrtor R.C.E. 19901 Oeu NUMBER G -2 smecr 6 1 1/2" except .where elevations shown indicate otherwise. 1/2" TYPE W ' AREA SQ. FT. G 24" 1.34 H 30" 1.61 ' with 6" Curb Face LEGEND ON PLANS SAN DIEGO REGIONAL STANDARD DRAWING Revision By Approved Conc. 71r Q Note 3 CURB AND GUTTER - COMBINED coll. Pty o San n, SNP A?ah�ago rI RI� �i r'd , `CI •� ril 1 `d �Ila \I:Ir i rVfr 4� I' Q f'b t r4- C� 1 M U to OD ti W A� N cl N 0 0 0 y 3S W zJ mom RI� �i r'd , `CI •� ril 1 `d �Ila \I:Ir i rVfr 4� I' Q f'b Imperial County 1 , ;r"j I NNj 1 , I , 1 1 ,[� O n Ci `11 1 f V � N - N Lq / 1 _ 1 1 j ,, CJ ' M - \ - _ _ LO a � LO , 1 ` !0 - 1N aL --- - -- '`\_i ,•7'DO`- ♦ / 1 � � _ of O -,In \ ♦ iii �' c ^♦ i -- -/ sa _ y £ LO m all It 12, 1 LO jj vi ell Q> i % i It YS Ns .,2 � , - -� ♦ � + /c U g Jam` `♦ � a 1O@p i -1 LQ `, �\ ` ♦ , \ 00 e 1 i Pac / 1 1 1 1 1 1 c� 1 { N O � c �a E � M U OD ti W 0 LO g N LLI N cl N LH 0 y 3S W zJ mom •``\ Z' O Imperial County 1 , ;r"j I NNj 1 , I , 1 1 ,[� O n Ci `11 1 f V � N - N Lq / 1 _ 1 1 j ,, CJ ' M - \ - _ _ LO a � LO , 1 ` !0 - 1N aL --- - -- '`\_i ,•7'DO`- ♦ / 1 � � _ of O -,In \ ♦ iii �' c ^♦ i -- -/ sa _ y £ LO m all It 12, 1 LO jj vi ell Q> i % i It YS Ns .,2 � , - -� ♦ � + /c U g Jam` `♦ � a 1O@p i -1 LQ `, �\ ` ♦ , \ 00 e 1 i Pac / 1 1 1 1 1 1 c� 1 { N O � c �a E Q W� N Q � W OO Q Vx a iZ y ti Iv s� n 1 R 1 1 1 1 I 1 1 1 1 I I 1 1 1 1 1 I f0 o' ♦ ' ` ` ' I jjt ♦ 1 1 1 I 1 I / it 1r CD i I i 1 If 1 ' ♦ - -' � + \I Q � CIA LO I W. '`♦` ♦ \� 1 1 of 1 / 1 1 / 1 r N Imperial County Q'- W I i 1 'It Iri "" r " i i i � � ; X11 1` . ♦\ 1 ,: -- -- �\ -------- \ O � O i � 1 � !�� LO /p`` 1 'Q 1' / w / GS \ \ - CI % " \ \ \ -'O ♦.O �� ♦ O. % C 1 ' i`f7 tom` I 1 I\ I ' 1 1 1 1 . ♦` .\ \♦ • � JAI \ f ♦Q -' 1 QI CO+ 1 1 ��♦ 1 1 ` 1 i , ♦ 1 � 1 1 rDl I l - I `I � I i Nl 11 I I 1� W 1 1 ` I ♦♦ r Ap N vl I i O a '3 W u N � c C� Pa 000011 0n l / z 0 U Z C7 fN Q 8 0 uj N CS Ny O C N.. O O W m Z o O 1 1 1 1 , 1 1 1 ; 1 , 1 1 1 1 1 \ 1 1 1 1 / 1 1 Y I ♦♦ aLid`. .�.0 I " -O 1 ♦ r ♦ /' . 1 \I 1 h / I 1 I 1 ♦ I ♦ 1 ♦` 1 `\ 1 1 / I 1 /I t•CSO tCa C tTl � Q a S. A U 1 1 1 � 1 , 1 , 1 4 1 1 ♦ 1� ♦ N J Z Q Q c I I �a T I / 1r CD i I i 1 -♦ LO I W. '`♦` ♦ \� 1 1 of 1 / 1 1 / 1 r N Imperial County Q'- W I i 1 'It Iri "" r " i i i � � ; X11 1` . ♦\ 1 ,: -- -- �\ -------- \ O � O i � 1 � !�� LO /p`` 1 'Q 1' / w / GS \ \ - CI % " \ \ \ -'O ♦.O �� ♦ O. % C 1 ' i`f7 tom` I 1 I\ I ' 1 1 1 1 . ♦` .\ \♦ • � JAI \ f ♦Q -' 1 QI CO+ 1 1 ��♦ 1 1 ` 1 i , ♦ 1 � 1 1 rDl I l - I `I � I i Nl 11 I I 1� W 1 1 ` I ♦♦ r Ap N vl I i O a '3 W u N � c C� Pa 000011 0n l / z 0 U Z C7 fN Q 8 0 uj N CS Ny O C N.. O O W m Z o O 1 1 1 1 , 1 1 1 ; 1 , 1 1 1 1 1 \ 1 1 1 1 / 1 1 Y I ♦♦ aLid`. .�.0 I " -O 1 ♦ r ♦ /' . 1 \I 1 h / I 1 I 1 ♦ I ♦ 1 ♦` 1 `\ 1 1 / I 1 /I t•CSO tCa C tTl � Q a S. A U 1 1 1 � 1 , 1 , 1 4 1 1 ♦ 1� ♦ N J Z Q Q c I I �a T ! —� 1 f♦1 i I 1 V ai m / / 1 _ LO I W. '`♦` ♦ \� 1 1 of 1 / 1 1 / 1 r N Imperial County Q'- W I i 1 'It Iri "" r " i i i � � ; X11 1` . ♦\ 1 ,: -- -- �\ -------- \ O � O i � 1 � !�� LO /p`` 1 'Q 1' / w / GS \ \ - CI % " \ \ \ -'O ♦.O �� ♦ O. % C 1 ' i`f7 tom` I 1 I\ I ' 1 1 1 1 . ♦` .\ \♦ • � JAI \ f ♦Q -' 1 QI CO+ 1 1 ��♦ 1 1 ` 1 i , ♦ 1 � 1 1 rDl I l - I `I � I i Nl 11 I I 1� W 1 1 ` I ♦♦ r Ap N vl I i O a '3 W u N � c C� Pa 000011 0n l / z 0 U Z C7 fN Q 8 0 uj N CS Ny O C N.. O O W m Z o O 1 1 1 1 , 1 1 1 ; 1 , 1 1 1 1 1 \ 1 1 1 1 / 1 1 Y I ♦♦ aLid`. .�.0 I " -O 1 ♦ r ♦ /' . 1 \I 1 h / I 1 I 1 ♦ I ♦ 1 ♦` 1 `\ 1 1 / I 1 /I t•CSO tCa C tTl � Q a S. A U 1 1 1 � 1 , 1 , 1 4 1 1 ♦ 1� ♦ N J Z Q Q c I I �a T