Loading...
2008 CMS08A - Pavement Overlay 2007-2008Page 1 of 1 Kipp Hefner From: Howard Whitlock Sent: Wednesday, January 03, 2007 11:59 AM To: Kipp Hefner Subject: Streets for overlay in the future >>>Kip ... Keep this roadway on your master future overlay list. We've had complaints on two streets in this area. 1) Cirque Ct 2) Splitrail Rd Thanks, Howard. 1/8/2007 Page 1 of 1 Kipp Hefner From: Kipp Hefner Sent: Tuesday, January 09, 2007 11:26 AM To: 'rhodson @mac.com' Cc: Donna Trotter; Howard Whitlock; Leroy Bodas; Peter Cota - Robles Subject: 1635 Cirque Court Ronald- I just received the service request you sent into Public Works regarding the condition of Cirque Court and the need for repairs. Just to let you know we are looking at including both Cirque Ct. and Splitrail Dr. on the City's next overlay program, which right now looks like it will occur this Fall similar to the overlay program the City just completed near your neighborhood. As you are probably aware the City just completed a street overlay project in the Village Park area very near your street. The City is aware of the condition of the streets in the Village Park area, and when we were developing last year's program we initially were looking at doing all the streets in need of repairs /overlay in the Village park area. Unfortunately, as we were developing last year's program and estimating its cost we discovered that the available budget for last years overlay project would not come close to covering the costs to do all the streets we wanted to do in the Village Park area including Cirque Ct.. Consequently, we could only do a portion of the streets we wanted to do in the Village Park area last year. I apologize that we were unable to include Cirque Ct. in last year's program, but as I mentioned above we are looking to include both Cirque Ct. and Splitrail Dr. in this year's program which right now is scheduled to occur this Fall. Please let me know if you have any other questions and /or concerns. Thank you for sending in the service request and expressing your concerns about the need for repairs on Cirque Ct.. Kipp Hefner Engineer II City of Encinitas (760)633 -2775 1/9/2007 hftp://eassistance.cityofencinitas.org/secure/print—requestdetail.aspx?requestid= 10 18713... 1/9/2007 Request # 1018713145��, _ C:PeralInformation Subject Asphalt is Deteriorated /Cracked # Facility ID Facility IDs Facility ID 1 2797TNROAD On Cirque Court (12 homes), the street is in very bad repair. I counted 8 large sections of asphalt that are cracked into small pieces (less than 1ft dia.), and numerous places where there are long stress cracks. Comments The street is not safe to ride skateboards or scooters, and if needed, many of the homeowners on the street will sign a petition to have the street fixed. Thanks Date/Time Submitted '' 12/28/2006 4:52:52 PM Date/Time Closed 1/4/2007 2:16:35 PM Citizen Information Name Ronald Hodson Address 1635 Cirque Court Zip 92024 Phone (760) 944 - 6209 eMail' rhodson @mac.com Routing Routing Status This request has been routed Lead Donna Trotter Request Status Status Closed Note to Citizen Information routed to Engineering dept aft; Kipp Hefner Interoffice Notes There are no notes for this request at this time. hftp://eassistance.cityofencinitas.org/secure/print—requestdetail.aspx?requestid= 10 18713... 1/9/2007 Page 1 of 1 Kipp Hefner From: Howard Whitlock Sent: Wednesday, January 24, 2007 11:59 AM To: Kipp Hefner Subject: Heads up for possible street to consider for future overlay >>>Kip ... We've had a few calls bout Glasgow St north of Birmingham Dr to end. Mostly around the 1600 and 1700 block where the road looks inverted for drainage is where the calls have been concerned with. I'm going to schedule an asphalt skin patch within (30) days to help the situation. Thanks, Howard (getting closer to that hot dog feeling) Whitlock 1/24/2007 Page 1 of 2 Kipp Hefner From: Ronald Hodson [rhodson @mac.com] Sent: Tuesday, January 09, 2007 11:40 AM To: Kipp Hefner Cc: Donna Trotter; Howard Whitlock; Leroy Bodas; Peter Cota - Robles Subject: Re: 1635 Cirque Court Hello Kipp, ['hanks for the update. All of us on Cirque Court will keep our fingers crossed that the budget stays intact, and that we stay on the priority list. "Phis was the first time I have used the city website to submit a question/concern, and I am very pleased with the responsiveness. Being a taxpayer, I appreciate being told the facts (regardless if I like them or not), and you have explained them well. Thanks again, Ron Hodson On Jan 9, 2007, at 11:25 AM, Kipp Hefner wrote: Ronald- I just received the service request you sent into Public Works regarding the condition of Cirque Court and the need for repairs. Just to let you know we are looking at including both Cirque Ct. and Splitrail Dr. on the City's next overlay program, which right now looks like it will occur this Fall similar to the overlay program the City just completed near your neighborhood. As you are probably aware the City just completed a street overlay project in the Village Park area very near your street. The City is aware of the condition of the streets in the Village Park area, and when we were developing last year's program we initially were looking at doing all the streets in need of repairs /overlay in the Village park area. Unfortunately, as we were developing last year's program and estimating its cost we discovered that the available budget for last years overlay project would not come close to covering the costs to do all the streets we wanted to do in the Village Park area including Cirque Ct.. Consequently, we could only do a portion of the streets we wanted to do in the Village Park area last year. I apologize that we were unable to include Cirque Ct. in last year's program, but as I mentioned above we are looking to include both Cirque Ct. and Splitrail Dr. in this year's program which right now is scheduled to occur this Fall. Please let me know if you have any other questions and /or concerns. Thank you for sending in the service request and expressing your concerns about the need for repairs on Cirque Ct.. Kipp Hefner Engineer II City of Encinitas (760)633 -2775 1/9/2007 City of Encinitas PROJECT: 2007 -2008 STREET OVERLAY PROJECT DATE: 11- Apr -07 THIRD ST.- HIGHWAY 101 TO B STREET DESCRIPTION QUANTITY UNIT PRICE TOTAL TOTAL 1 1/2 INCH PMAC OVERLAY 2,131 TONS $100.00 /TON $ 213,100.00 6 INCH DIGOUTS 852 TONS $130.00 /TON $ 110,760.00 COLD PLANE 7,548 SY $2.75/SY $ 20,757.00 STRIPING & LEGENDS LUMP SUM LUMP SUM $ 2,500.00 TRAFFIC CONTROL LUMP SUM LUMP SUM $ 3,000.00 MANHOLE ADJUSTMENT 7 EACH $750.00 /EACH $ 5,250.00 WATER VALVE ADJUSTMENTS 21 EACH $500.00 /EACH $ 10,500.00 H STREET- HIGHWAY 101 TO FOURTH STREET SUBTOTAL- $ 365,867.00 .1 STREET -THIRD ST. TO HIGHWAY 101 DESCRIPTION QUANTITY UNIT PRICE TOTAL 1 1/2 INCH PMAC OVERLAY 217 TONS $100.00 /TON $ 21,700.00 6 INCH DIGOUTS 88 TONS $130.00 /TON $ 11,440.00 COLD PLANE 981 SY $2.75/SY $ 2,697.75 STRIPING & LEGENDS LUMP SUM LUMP SUM $ 500.00 TRAFFIC CONTROL LUMP SUM LUMP SUM $ 1,000.00 MANHOLE ADJUSTMENT 2 EACH $750.00 /EACH $ 1,500.00 $ 1,000.00 SUBTOTAL- $ 38,837.75 I STREET- HIGHWAY 101 TO WEST END $ 500.00 DESCRIPTION QUANTITY UNIT PRICE TOTAL 1 1/2 INCH PMAC OVERLAY 357 TONS $100.00 /TON $ 35,700.00 6 INCH DIGOUTS 144 TONS $130.00 /TON $ 18,720.00 COLD PLANE 1,407 SY $2.75/SY $ 3,869.25 STRIPING & LEGENDS LUMP SUM LUMP SUM $ 500.00 TRAFFIC CONTROL LUMP SUM LUMP SUM $ 1,000.00 WATER VALVE ADJUSTMENTS 1 EACH $500.00 /EACH $ 500.00 SUBTOTAL- $ 60,289.25 H STREET- HIGHWAY 101 TO FOURTH STREET DESCRIPTION QUANTITY UNIT PRICE TOTAL 1 1/2 INCH PMAC OVERLAY 336 TONS $100.00 /TON $ 33,600.00 6 INCH DIGOUTS 134 TONS $130.00 /TON $ 17,420.00 COLD PLANE 1,409 SY $2.75/SY $ 3,874.75 STRIPING & LEGENDS LUMP SUM LUMP SUM $ 500.00 "TRAFFIC CONTROL LUMP SUM LUMP SUM $ 1,000.00 MANHOLE ADJUSTMENT 5 EACH $750.00 /EACH $ 3,750.00 WATER VALVE ADJUSTMENTS 4 EACH $500.00 /EACH $ 2,000.00 SUBTOTAL- $ 62,144.75 G STREET- HIGHWAY 101 TO FOURTH STREET DESCRIPTION QUANTITY UNIT PRICE TOTAL 1 1/2 INCH PMAC OVERLAY 324 TONS $100.00 /TON $ 32,400.00 6 INCH DIGOUTS 130 TONS $130.00 /TON $ 16,900.00 COLD PLANE 1,369 SY $2.75/SY $ 3,764.75 STRIPING & LEGENDS LUMP SUM LUMP SUM $ 500.00 TRAFFIC CONTROL LUMP SUM LUMP SUM $ 1,000.00 WATER VALVE ADJUSTMENTS 12 EACH $500.00 /EACH $ 6,000.00 WATER VALVE ADJUSTMENTS 1 EACH SUBTOTAL- $ 60,564.75 F STREET- HIGHWAY 101 TO FOURTH STREET $ SUBTOTAL- $ 61,833.25 DESCRIPTION QUANTITY UNIT PRICE TOTAL 1 1/2 INCH PMAC OVERLAY 347 TONS $100.00 /TON $ 34,700.00 6 INCH DIGOUTS 140 TONS $130.00 /TON $ 18,200.00 COLD PLANE 1,703 SY $2.75/SY $ 4,683.25 STRIPING & LEGENDS LUMP SUM LUMP SUM $ 500.00 CRAFFIC CONTROL LUMP SUM LUMP SUM $ 1,000.00 MANHOLE ADJUSTMENT 3 EACH $750.00 /EACH $ 2,250.00 WATER VALVE ADJUSTMENTS 1 EACH $500.00 /EACH $ 500.00 $750.00 /EACH $ SUBTOTAL- $ 61,833.25 E STREET- HIGHWAY 101 TO THIRD STREET $500.00 /EACH $ 4,500.00 DESCRIPTION QUANTITY UNIT PRICE TOTAL TOTAL 1 1/2 INCH PMAC OVERLAY 201 TONS $100.00 /TON $ 20,100.00 6 INCH DIGOUTS 80 TONS $130.00 /TON $ 10,400.00 COLD PLANE 929 SY $2.75/SY $ 2,554.75 STRIPING & LEGENDS LUMP SUM LUMP SUM $ 500.00 TRAFFIC CONTROL LUMP SUM LUMP SUM $ 1,000.00 MANHOLE ADJUSTMENT 2 EACH $750.00 /EACH $ 1,500.00 WATER VALVE ADJUSTMENTS 9 EACH $500.00 /EACH $ 4,500.00 SUBTOTAL- $ 40,554.75 D STREET- HIGHWAY 101 TO MOONLIGHT LANE DESCRIPTION QUANTITY UNIT PRICE TOTAL 1 1/2 INCH PMAC OVERLAY 425 TONS $100.00 /TON $ 42,500.00 6 INCH DIGOUTS 170 TONS $130.00 /TON $ 22,100.00 COLD PLANE 1,666 SY $2.75/SY $ 4,581.50 STRIPING & LEGENDS LUMP SUM LUMP SUM $ 500.00 TRAFFIC CONTROL LUMP SUM LUMP SUM $ 1,000.00 MANHOLE ADJUSTMENT 2 EACH $750.00 /EACH $ 1,500.00 WATER VALVE ADJUSTMENTS 2 EACH $500.00 /EACH $ 1,000.00 SUBTOTAL- $ 73,181.50 MANCHESTER AVE.-EL CAMINO REAL TO ENCINITAS BLVD. DESCRIPTION QUANTITY UNIT PRICE TOTAL 1 1/2 INCH PMAC OVERLAY 2,598 TONS $100.00 /TON $ 259,800.00 6 INCH DIGOUTS 1,040 TONS $130.00 /TON $ 135,200.00 COLD PLANE 12,795 SY $2.75/SY $ 35,186.25 STRIPING & LEGENDS LUMP SUM LUMP SUM $ 10,000.00 FRAFFIC CONTROL LUMP SUM LUMP SUM $ 15,000.00 MANHOLE ADJUSTMENT 21 EACH $750.00 /EACH $ 15,750.00 TRAFFIC LOOPS 4 EACH $500.00 /EACH $ 2,000.00 $2.00 /SY $ SUBTOTAL- $ 472,936.25 CIRQUE CT.- SPLITRAIL DR. TO NORTH END DESCRIPTION QUANTITY UNIT PRICE TOTAL TOTAL 1 112 INCH PMAC OVERLAY 157 TONS $100.00 /TON $ 15,700.00 6 INCH DIGOUTS 64 TONS $130.00 /TON $ 8,320.00 COLD PLANE 821 SY $2.75/SY $ 2,257.75 STRIPING & LEGENDS LUMP SUM LUMP SUM $ 500.00 TRAFFIC CONTROL LUMP SUM LUMP SUM $ 500.00 PETROMAT 1,856 SY $2.00 /SY $ 3,712.00 SUBTOTAL- $ 30,989.75 SPLITRAIL -GLEN ARBOR DR. TO WANDERING DESCRIPTION QUANTITY UNIT PRICE TOTAL TOTAL 1 1/2 INCH PMAC OVERLAY 512 TONS $100.00 /TON $ 51,200.00 6 INCH DIGOUTS 206 TONS $130.00 /TON $ 26,780.00 COLD PLANE 2,343 SY $2.75/SY $ 6,443.25 STRIPING & LEGENDS LUMP SUM LUMP SUM $ 1,000.00 TRAFFIC CONTROL LUMP SUM LUMP SUM $ 2,000.00 PETROMAT 6,072 SY $2.00 /SY $ 12,144.00 SUBTOTAL- $ 99,567.25 PIRAEUS ST.- LEUCADIA BLVD. TO SPARTA DR. DESCRIPTION QUANTITY UNIT PRICE TOTAL l 1/2 INCH PMAC OVERLAY 713 TONS $100.00 /TON $ 71,300.00 6 INCH DIGOUTS 286 TONS $130.00 /TON $ 37,180.00 COLD PLANE 3,074 SY $2.75/SY $ 8,453.50 STRIPING & LEGENDS LUMP SUM LUMP SUM $ 5,000.00 TRAFFIC CONTROL LUMP SUM LUMP SUM $ 7,500.00 WATER VALVE ADJUSTMENTS 3 EACH $500.00 /EACH $ 1,500.00 $ 10,000.00 SUBTOTAL- $ 130,933.50 PIRAEUS ST.- SPARTA DR. TO LA COSTA AVE. $ 5,500.00 DESCRIPTION QUANTITY UNIT PRICE TOTAL 1 1/2 INCH PMAC OVERLAY 1,831 TONS $100.00 /TON $ 183,100.00 6 INCH DIGOUTS 734 TONS $130.00 /TON $ 95,420.00 COLD PLANE 8,241 SY $2.75/SY $ 22,662.75 STRIPING & LEGENDS LUMP SUM LUMP SUM $ 10,000.00 TRAFFIC CONTROL LUMP SUM LUMP SUM $ 10,000.00 WATER VALVE ADJUSTMENTS 11 EACH $500.00 /EACH $ 5,500.00 SUBTOTAL- $ 326,682.75 SAN ELIJO BLVD. - BIRMINGHAM DR. TO MANCHESTER AVE. DESCRIPTION QUANTITY UNIT PRICE TOTAL TOTAL 1 1/2 INCH PMAC OVERLAY 1,323 TONS $100.00 /TON $ 132,300.00 6 INCH DIGOUTS 530 TONS $130.00 /TON $ 68,900.00 COLD PLANE 6,757 SY $2.75/SY $ 18,581.75 STRIPING & LEGENDS LUMP SUM LUMP SUM $ 5,000.00 TRAFFIC CONTROL LUMP SUM LUMP SUM $ 7,500.00 MANHOLE ADJUSTMENT 14 EACH $750.00 /EACH $ 10,500.00 WATER VALVE ADJUSTMENTS 16 EACH $500.00 /EACH $ 8,000.00 "TRAFFIC LOOPS 4 EACH $500.00 /EACH $ 2,000.00 2,336,770.15 SUBTOTAL- $ 252,781.75 SAXONY- LEUCADIA BLVD. TO SIDONIA DESCRIPTION 1 1/2 INCH PMAC OVERLAY 6 INCH DIGOUTS COLD PLANE STRIPING & LEGENDS TRAFFIC CONTROL MANHOLE ADJUSTMENT WATER VALVE ADJUSTMENTS QUANTITY UNIT PRICE TOTAL 262 TONS $100.00 /TON $ 26,200.00 105 TONS $130.00 /TON $ 13,650.00 1,299 SY $2.75/SY $ 3,572.25 LUMP SUM LUMP SUM $ 500.00 LUMP SUM LUMP SUM $ 500.00 3 EACH $750.00 /EACH $ 2,250.00 1 EACH $500.00 /EACH $ 500.00 SUBTOTAL- $ 47,172.25 PROJECT SUBTOTAL- $ 2,124,336.50 10% CONT.- $ 212,433.65 PROJECT TOTAL- $ 2,336,770.15 Page 1 of 1 Kipp Hefner From: Howard Whitlock Sent: Wednesday, May 16, 2007 12:08 PM To: Kipp Hefner Subject: radar screen >>>Kip ... In you travels take a look at Bella Vista just off Blue Heron. Water sheets across the street and we're starting to get numerous calls about the pavement deterioration. We're going to fill the pothole that has developed, but this is one of those areas to keep on your future rehab list. Dodger win, Padre Loss = Real quite Dodger loss, Padre Win = Pennant fever 5/16/2007 Page 1 of 1 Kipp Hefner From: Howard Whitlock Sent: Tuesday, June 12, 2007 8:04 AM To: Kipp Hefner Subject: Fieldstone Ln. >>>Kip ... I've had Fieldstone Ln. on my radar for a while, and we are starting to field a few calls regarding the maintenance and repair of this lane. It's off Willowspring, and it's beginning to show fatigue and stress. So please put it on your future over lay list for the future. Thanks, Howard. 6/12/2007 STATE OF CALIFORNIA - BUSINESS TRANSPORTATION AND HOUSING AGENCY ARNOLD SCHWARZENEGGER Governor DEPARTMENT OF TRANSPORTATION DISTRICT 11 4050 TAYLOR STREET, M.S. 110 SAN DIEGO, CA 92110 -2737 PHONE (619) 688 -6158 FAX (619) 688 -6157 TTY 711 November 26, 2007 Ref: 11- 07 -NMC -0525 11 -SD -5/ R41.51 City of Encinitas 505 South Vulcan Avenue Encinitas, CA 92024 Attn: Kipp Hefner S�pSV OjF Tjytt' �"I /FORN�P, i Flex your power! Be energy efficient! We have reviewed your encroachment permit application to do an overlay, replace traffic loop and install a 3 inch PVC pipe on Encinitas Boulevard for the above referenced permit. The following additional information and /or plan revisions are required before we can determine if the work you are proposing may be allowed: MATERIALS LABORATORY, Art Padilla (858) 467 -4050: Please address the following comments: 1. Trench work is to be performed before final overlay. 2. Grinding must extend towards center line to allow a full 2 inch overlay. Why is there only a 1.5 inch grind at the gutter lip? NPDES: Paul Swearingen (619) 767 -2154 Please address the following comments: 1. Please clarify the description of work. Installation of a 3 inch PVC pipe is not mentioned in the WPCP but it is on the application. 2. If a 3 inch PVC is to be placed and backfilled with a concrete slurry, concrete washouts will be necessary, per WPCD -1, conduit trench backfill. 3. Please explain how BMP on WPCD -5 will be secured or use a standard BMP for inlet protection on paved surfaces. 4. Please explain the need for an erosion control blanket on WPCD -4 (clearing and grubbing ?). If there is clearing and grubbing, then replacing existing vegetation will be necessary. "Caltrans improves mobility across California" CITY OF ENCINITAS 11- 07 -NMC -0525 NOVEMBER 26, 2007 PAGE TWO PERMITS, William Vivar (619) 718 -7199: Please address the following comment: 1. Depth of cover over the 3" signal interconnect conduit shall be 42 inches. Please submit six (6) sets of new and/or revised plan sheets, each sheet folded individually, to 81/2 inches by 11 inches, in accordance with the enclosed folding instruction sheet. Your application will not be considered complete until receipt of all the requested information. If this information is not received before December 31, 2007, your application will be denied without prejudice. Should you have any questions, please contact William O. Vivar at telephone number (619) 718 -7899. Si c rely, J M. MARK] D stri t Permit Ena____ Enclosure c: Permits "Caltrans improves mobility across California" `911 Paper contains 5� cycled fibers, o ch:20� Spostcottsumer_wasie. -- 447- �1, �,►,�� ?� � �'�. � �� r <� !,/J �UrUC.�.7� fit' <��,�,,,) �. �,�:. IKl2_ L�J - �— IV1.1 1D6 4"e, St- A bp fJL7' CL 1 Gti GCJ% Q� GTl0sSaltkGv /�tXJ� t£ Ultjdj�F Q,,..d "r��,qr 1 z 6V- Dke C . IFRc, .. 5�r-u- (3 f CzD(yE ,2 LN a/13 ripe- �L 0.� [bUi� �%� LD`I` E rt- 1� /nod n?o- C7 zO e 4ge5 A4 ' CA P c- C?7- d �aag CP e7?Z C�c - �F `/�ot7N&cj vZ/ arc /ate /57 L ,� Doc /aD cp G7 /( Gr ►�• Y• C�� " OlL $, , �tf' � .6' L 117 v`GC/1�� '� l!%, LL06C%s PRje -�G, S �� �t %;�og l47- J( Zloe . b�LU U , ��Z3- Z�) ���� cl� DR NI,'IJA S ti. A -rflL,1-4-- u FY I- )- 4"r -Y LiNTL S /5/�� Nc �16 T t' t u it1 !N fix /-AN,9- L, NT 1,206 LT 1,208 F-0 1zb8 L.�• tcJ�stv�., Ir`' t31k�LN J 5���' h� %k��. (� L�Sr �ur4.����govR o26 F " I L� 1 w f ,o s�� � 'D DC Fcy;:� Lim -AoQti��a �,.,�c �Dg.1/(LI � V [ ✓ � lam- K -U ✓..] C !4 r%� %�� )� � Qtly �. f�J�_ �j �, �:.� �a� s 07) Sr T�l iUP,FbS VGA I.i U,6 A. /� y., ► ' (,3/or- cu" 10' Lq) 0t= Sr- « IF l2 Lo o 37' GAS ,� � Li �� ' AI A) D R sly Gv� pS ,8- �LI,cJ�z CJ /-Y• ,5( 'no c" fi e wf' /�� .gyp ]��rP {/ jJ ¢/I'/�� /jA C4A,'ra6XId �f X 171$ cr 2 1A /,0 144)(i 7 Z� E !,7« 1,0 2 44,E 9/ ,�1� Ll .17) A4- ct ULf ^v-- 5�7 Ll .17) A4- ct wJOF 9L44A-- w by f r" 1269 I� cj .�i VVt (L) D L p p r` 33` o rz N�A.?-Ille— S � C: t {. N t re- ee-wul- aF- k rig -4-e' c u i (78 F1- Q(J i`c�A/.9Lsart,"T�-iZ N)b $i rw,It,�b�N IVMe- © PD LY 'ri rl . ........ . .......... ..... Z) 0i" lv/k aj 6L �i AP6Z 6 77Z Z"Aye-I Ly IL.) 41 -12 0 '-T &wt-'s6, f/DF L L 6FF Or- E55F-t- IB S M I bf-iLe of- W 12 vz IV - 5z oe 114- nQ E>0-"'�L. LAJ -4 --to (wA k S's toN -f�" Cf-tli ex-.:, f Cxo ?NAPA t Ff- (ttb IAALt- s lxco) IN3,PlU-01— b Iz- -T F;t � S L 5r 5- ID Ot OZ- 7:i ., XLN fib, E Lt,! 4-1 F- jk -10 c- g L 126 $ � � „ N�oZ.az -r t� S�.r� �Z l:C� / I�t�lot� car �IJ l td'(��• �o� Stlot� -� ��� 5 1 r `k/7, Uj a �L p$ `T" JPs L6, } i i �l r _ _ }z 0(6 T, 4} `�6• t' L,i �o)'� ti � �; 12 a$ 4�' -4D. 3,6A. VELLi o D u Ll 1z0 e�.�: '�_� _.��. �l 1�LLk lv� K �TJDLE o� �At� trv_�,r1.��wf /ALL F- 0 W O m a g W O r- 9 to 0 0 N o� z U) w W 7 o UJ O OU U (n U- a oo 0 H J Wa aD ° m m mC/) of 9 O g m w i Q o O m z rz W D D N U) z O 0 (U U J U Uj J ci N t°f! N W U U W ci J > O � W Q �NM V �(O I�OOOT r (N� V LOOP-OOO�NM V LO (D P 00 00 NMV U) (D h ;k ik ik .-- N N N N N N N N N N M CO Cl) Cl) CO (M fM CO A O d c 3 w v w E v M T M M T N t0 N V LO M W C• C• c• C• C• d >OC C� dCaOApO�Cdv � Wpaz CL, QQ0Z�a'�, v��CCdUv�dv�UW �Qz �NM V �(O I�OOOT r (N� V LOOP-OOO�NM V LO (D P 00 00 NMV U) (D h ;k ik ik .-- N N N N N N N N N N M CO Cl) Cl) CO (M fM CO v^ T q- S� c� !`� M cam) (�► 1V CL tA �j 0 4 v �n 61 K L Z W�C OZ 2 h W Z 20 W H � o Q N 10 g 0 R 2007 -2008 OVERLAY PROJECT STREET LIST STREET FROM TO CIRQUE COURT SPLITRAIL DR. WEST END STREET LENGTH 500 FEET 1.5 INCH PMAC OVERLAY 131 TONS 6 INCH DIG OUTS 129 TONS VARIABLE COLD PLANE 904 SY ADJUST SURVEY MONUMENT 2 EACH SPLITRAIL DR. WANDERING RD. GLEN ARBOR DR. STREET LENGTH 1,450 FEET 1.5 INCH PMAC OVERLAY 431 TONS 6 INCH DIG OUTS 192 TONS VARIABLE COLD PLANE 2,332 SY ADJUST SURVEY MONUMENT 6 EACH ASPEN GLOW DR. SPLITRAIL DR. GARDENDALE STREET LENGTH 350 FEET 1.5 INCH PMAC OVERLAY 104 TONS 6 INCH DIG OUTS 92 TONS VARIABLE COLD PLANE 702 SY ADJUST MANHOLES 1 EACH ADJUST SURVEY MONUMENT 2 EACH ROSSINUMANCHESTER BIRMINGHAM DR. MONTGOMERY STREET LENGTH 600 FEET 1.5 INCH PMAC OVERLAY 146 TONS 6 INCH DIG OUTS 112 TONS VARIABLE COLD PLANE 1,039 SY ADJUST WATER VALVES 3 EACH ADJUST SURVEY MONUMENTS 3 EACH MANCHESTER AVE. EL CAMINO REAL ENCINITAS BLVD. STREET LENGTH 8,266 FEET 1.5 INCH PMAC OVERLAY 2,749 TONS 6 INCH DIG OUTS 1,456 TONS VARIABLE COLD PLANE 3,727 SY ADJUST MANHOLES 10 EACH ADJUST SURVEY MONEUMENTS 3 EACH TRAFFIC LOOPS 24 EACH ENCINITAS BLVD. COAST HIGHWAY 101 STREET LENGTH 2 INCH ARHM 6 INCH DIG OUTS VARIABLE COLD PLANE ADJUST WATER VALVES ADJUST WATER VAULTS REPLACE 12 INCH VALVE CAP WITH SBF 1243 ADJUSTABLE VALVE TRAFFIC LOOPS ADJUST MANHOLES ADJUST SURVEY MONUMENT ADJUST RECLAIMED WATER VALVE ANACONDA STREET LENGTH 1.5 INCH PMAC OVERLAY 6 INCH DIG OUTS VARIABLE COLD PLANE ADJUST MANHOLES ADJUST SURVEY MONUMENTS GLEN ARBOR QUAIL GARDENS DR. 4,350 FEET 4,676 TONS 3,090 TONS 10,498 SY 20 EACH 2 EACH 1 EACH 157 EACH 21 EACH 3 EACH 3 EACH SHADOW GROVE WAY 450 FEET 150 TONS 42 TONS 873 SY 1 EACH 1 EACH City of Encinitas PROJECT: 2007 -2008 STREET OVERLAY PROJECT DATE: 18- Jul -07 DESCRIPTION QUANTITY UNIT PRICE TOTAL CLEARING AND GRUBBING LUMP SUM $20,000.00 $ 20,000.00 6 INCH DIGOUTS 5,113 TONS $120.00 /TON $ 613,560.00 2 INCH ASPHALT RUBBER HOT MIX 4,676 TONS $110.00 /TON $ 514,360.00 1 1/2 INCH PMAC OVERLAY 3,711 TONS $100.00 /TON $ 371,100.00 COLD PLANE 20,075 SY $2.75/SY $ 55,206.25 STRIPING & LEGENDS LUMP SUM $50,000.00 $ 50,000.00 MANHOLE ADJUSTMENT 33 EACH $750.00 /EACH $ 24,750.00 WATER VALVE ADJUSTMENTS 26 EACH $500.00 /EACH $ 13,000.00 REPLACE EXISTING 12 INCH BLOW OFF VALVE 1 EACH $2,000.00 /EACH $ 2,000.00 CAP WITH NEW ADJ. SBF 1243 VALVE BOX COVER TRAFFIC LOOPS 181 EACH $300.00 /EACH $ 54,300.00 ADJUST SURVEY MONUMENTS 20 EACH $500.00 /EACH $ 10,000.00 ADJUST WATER VAULTS 2 EACH $2,000.00 /EACH $ 4,000.00 UNSTABLE SUB -GRADE REMOVAL 150 CY $60.00 /CY $ 9,000.00 CLASS II AGGREGATE BASE 300 TONS $50.00 /TON $ 15,000.00 TRAFFIC CONTROL LUMP SUM $40,000.00 $ 40,000.00 SUBTOTAL- $ 1,796,276.25 PROOF OF PUBLICATION (2010 & 2011 C.C.P.) STATE OF CALIFORNIA County of San Diego I am a citizen of the United States and a resident of the County aforesaid: I am over the age of eighteen years and not a party to or interested in the above - entitled matter. I am the principal clerk of the printer of North County Times Formerly known as the Blade- Citizen and The Times - Advocate and which newspapers have been adjudicated newspapers of general circulation by the Superior Court of the County of San Diego, State of California, for the City of Oceanside and the City of Escondido, Court Decree number 171349, for the County of San Diego, that the notice of which the annexed is a printed copy (set in type not smaller than nonpariel), has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates, to -wit: August 16th & 23rd, 2007 I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at SAN MARCOS California This 23rd, day of August, 2007 Signature Jane Allshouse NORTH COUNTY TIMES Legal Advertising This space is fol the County Clerk's Filing Stamp Proof of Publication of PUBLIC NOTICE a BIDS an� p�Dha�ItdRubber Work Mixo verlay digouts,traffic loops and legends, and vanable cold plane. The cost of construction is estimated to be $1,800,000. Work to be completed within 60 working days. 5 theEEngineeedrnW�t, ni�se o nter, available ll, 50$51 Vult Vul- can Avenue, E�icinitas, CA 92024. One bid package per contractor. Additional bid packages will cost $2r each. For further information contact the Engineering Services Department at (760) 633 -2770. The City reserves the right, after opening bids, to reject any or all bids or to make award to the lowest responsi- ble bidder ana reiect all other bids, to waive any infor- C .Zin the idling and to accept any bid or portion Peter Cota- Robles, P.E. NC of 08/ 6 0592007 CITY OF ENCINITAS ALL AMERICAN ASPHALT DEPARTMENT OF ENGINEERING SERVICES P.O. BOX 2229 FIELD OPERATIONS DIVISION CORONA, CA 92878 -2229 (951) 736 - 7600 /FAX 739 -4671 rKLL,U►vJ I KUU I IUIV C:UNI-LMLNGL PAVEMENT REHABILITATION AND OVERLAY PROJECT FY 2007 -2008 PROJECT CMS08A PERMIT 707CN 60 WORKING DAYS INSPECTOR: TODD BAUMBACH DATE: 27 SEPTEMBER 2007 CITY ENGINEER: PETER COTA - ROBLES FIELD OPS: GREG SHIELDS 633 -2778 INSPECTOR: TODD BAUMBACH 633 -2796 TRAFFIC: RAYMOND GUARNES 633 -2704 ALL DIRECTION SHALL BE THROUGH THE INSPECTOR CONTRACTOR'S PERSONNEL CONTRACTOR: SUPERINTENDENT: ASPHALT SUPPLIER AND TEMPERATURE CONTROL PROJECT ENGINEER: KIPP HEFNER EMERGENCY PHONE: SUBCONTRACTORS - TYPE OF WORK - PHONE 1 TRAFFIC LOOPS CRACK FILLING 714 520 4026 2. SUDHAKAR CO. 909 879 2933 THE FOLLOWING ITEMS WERE DISCUSSED: 1. NOTICE TO PROCEED. START DATE? 2. CONTRACTOR SHALL CONDUCT OPERATIONS SO AS TO HAVE NO GREATER AMOUNT OF WORK OPENED HE CAN PROSECUTE PROPERLY (B -4) 3. UNSTABLE SUBGRADE, REMOVE TO 1 FT., INSTALL CLASS II (B -10) 4. NO LANE CLOSURES ON ROADWAYS WILL BE PERMITTED PRIOR TO 9:OOAM OR AFTER 3:30 PM (B- 6) ENCINITAS BLVD. WORKING HOURS 9:00 PM TO 5:00 AM (B -6) 5. CONTRACTOR'S DAILY REPORT 6. QUANTITIES MUST BE MUTUALLY AGREED UPON BEFORE SUBMITTING FINAL INVOICE. ALLOW 1 -2 WEEKS AFTER FINAL INVOICE IS RECEIVED BEFORE A CHECK CAN BE ISSUED. 7. IT IS THE CONTRACTOR'S RESPONSIBILITY TO ASSURE THAT THE WORK SITE IS MAINTAINED IN A SAFE CONDITION AT ALL TIMES, ESPECIALLY ON NIGHTS AND WEEKENDS. UNSAFE CONDITIONS WILL CAUSE THE WORK TO BE STOPPED. (B -8) 8. TEMPORARY TABS MUST BE REMOVED BEFORE SECOND COAT OF PAINT. (B -34) ALL SMEARED AREAS TO BE WET SANDBLASTED, NO BLACKING OUT (B -34) ). LAYOUT MUST BE APPROVED BY ENG. PRIOR TO STRIPING (B -31) (PLACE 1 ST COAT IN 7 DAYS & 2ND COAT 7 DAYS AFTER (B -32) 10. ALL CROSSWALKS, STOP BARS, AND LEGENDS TO BE DONE IN THERMOPLASTIC. (B -32) 11. TRUCK TRACKING OUTSIDE APPROVED WORKING AREAS WILL NOT BE ALLOWED. THE CONTRACTOR SHALL NOT CLEAN THEIR TRUCK TIRES ON RESIDENTIAL STREETS. TRUCKS TO STAY IN WORK AREAS. TRUCKS ARE NOT TO STAGE ON RESIDENTIAL STREETS. (B- 13) 12. NO STOCKPILING IN THE R.O.W. OVERNIGHT. (B -35 & 37) 13. COLD MILLING -DIG OUTS TO BE PAYED FOR BASED ON THE SIZED MARKED OUT BY THE INSPECTOR. HEADER CUTS TO BE COLD MIXED. (B -12) 14. FEATHER TO PROVIDE SMOOTH TRANSITION ALONG GUTTERS, ESPECIALLY AT DRIVEWAYS. B-43 15. UTILITY COMPANY CONCERNS/RAISING UTILITIES PLACE I.D. LOCATORS FOR OMWD, SDG &E, ATT, AND LCWD. 16. ADVANCED NOTICE SIGNS ON ENCINITAS BLVD. (B -14) MUST BE UP 7 DAYS PRIOR TO STARTING ON HIGHWAY 101 PLACE SIMILAR SIGNS ON MANCHESTER AVE. BOTH ENDS. 17. COLD PLANING LAST ORDER OF BUSINESS- DO NOT LET ROADS SIT TOO LONG AFTER COLD PLANING. COLD MIX VERTICLE DROP OFFS. (B -38) 18. COMPLETE ALL STREETS PRIOR TO STARTING ENCINITAS BLVD. (B -15) OBTAIN CALTRANS ENCROACHMENT PERMIT (B -15) 19. QUESTIONS 20. SUBMITTALS: A) NAME, ADDRESSES AND TELE. NUMBERS FOR PURPOSES OF EMERGENCY NOTIFICATION OF THE CONTRACTORS AND SUBCONTRACTORS. (A -5) B) COPIES OF LETTERS SENT TO LOCAL AUTHORITIES. (A -5 & 6) C) CONSTUCTION SCHEDULE. (B -3) D) ENCROACHMENT PERMIT. (B -5, B -10 & B -11) E) TRAFFIC CONTROL PLAN. (B -7, B -11) F) "NO PARKING" SIGNS FORMAT. (B -7) G) DOOR NOTICES. (B -7, B -11, & B -12) H) JOB MIX FORMULA FOR A. C. (DIG OUTS -AR 4000 -3/4 ") (B -5 & 18) I) JOB MIX FORMULA FOR PMAC (B -30) J) JOB MIX FORMULA FOR ASPHALT RUBBER HOT MIX -TYPE C GAP GRADED (ARHM -GG -C) OR MAC- IOTR. (B -21, B -22, & B -29) FOR ENCINITAS BLVD. K) TACK COAT (B -21) L) LIQUID ASPHALT FOR CRACK SEALING. (B -30) M) BINDER FORMULATION AND CERTIFICATION. (B -23) N) SHOP DRAWINGS & CERTIFICATES OF COMPLIANCE FOR A.C. DIG OUTS, ASPHALT RUBBER HOT MIX, PAVEMENT MARKERS, STRIPING PAINT, ADJUSTMENT RINGS, & TRAFFIC LOOPS. (B -18) CITY OF ENCINITAS ALL AMERICAN ASPHALT DEPARTMENT OF ENGINEERING SERVICES P.O. BOX 2229 FIELD OPERATIONS DIVISION CORONA, CA 92878 -2229 (951)736- 7600 /FAX 739 -4671 rmc:t. vlvJ ! KU(: I IVN U lVt-LKtNC:t PAVEMENT REHABILITATION AND OVERLAY PROJECT FY 2007 -2008 CMS08A PERMIT 707CN 60 WORKING DAYS INSPECTOR: TODD BAUMBACH 7 -26 TEST OF MATERIALS — Except as elsewhere specified, the City will bear the cost of testing material and/or workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Special Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the City Engineer, the source of supply of each of the materials shall be approved by him before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If it is found that sources of supply which have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved materials from other approved sources. After approval, any material which becomes unfit for use due to improper storage, handling or any other reason shall be rejected. 203 -1.4 Temperatures for conventional Asphalt Each grade of paving asphalt shall be applied within the temperature range specified in Table 203- 1.4(A) Table 203 -1.4 GRADE PLANT MIXING TEMPERATURE °C °F DISTRIBUTION APPLICATION TEMPERATURE °C ( °F) Minimum Maximum Minimum Maximum PG 70 -10 150 300 175 350 140 285 175 350 PG 64 -28 135 275 160 325 140 285 175 350 PG 64 -16 135 275 160 325 140 285 175 350 PG 64 -10 135 275 160 325 140 285 175 350 p. B -41, Section 5.5.7 For digouts initial rolling shall be performed when the sum of the air temperature and the temperature of the asphaltic concrete between 300 and 375 degrees F. 302 -9.4 Distribution and Spreading (Greenbook) Distribution and spreading shall conform to 302 -5.5 except, at the time of delivery to the worksite, the temperature of the ARHM -GG shall be 300 degrees Fahrenheit minimum to 330 degrees Fahrenheit maximum. When the atmospheric temperatures are above 85 degrees Fahrenheit, the temperature of the mix delivered to the site may be reduced to 290 degrees Fahrenheit, if approved by the engineer. MAC 10 process uses the same temperature ranges. Prior to spreading PMAC asphalt concrete, tack coat shall be furnished and applied uniformly to the pavement to be surfaced and to contact surfaces of all cold pavement joints, curbs, gutters and to other surfaces designated by the Engineer. If paving asphalt is furnished, it shall be applied at a temperature between 285° F and 350 °F. 302 -10 INSTALLATION OF PMAC OVERLAY Prior to spreading PMAC asphalt concrete, tack coat shall be furnished and applied uniformly to the pavement to be surfaced and to contact surfaces of all cold pavement joints, curbs, gutters and to other surfaces designated by the Engineer. If paving asphalt is furnished, it shall be applied at a temperature between 285° F and 350 °F. 7 -26 TEST OF MATERIALS —Except as elsewhere specified, the City will bear the cost of testing material and/or workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Special Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the City Engineer, the source of supply of each of the materials shall be approved by him before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If it is found that sources of supply which have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved materials from other approved sources. After approval, any material which becomes unfit for use due to improper storage, handling or any other reason shall be rejected. 203 -1.4 Temperatures for conventional Asphalt Each grade of paving asphalt shall be applied within the temperature range specified in Table 203- 1.4(A) Table 203 -1.4 GRADE PLANT MIXING TEMPERATURE °C °F DISTRIBUTION APPLICATION TEMPERATURE °C ( °F) Minimum Maximum Minimum Maximum PG 70 -10 150 300 175 350 140 285 175 350 PG 64 -28 135 275 160 325 140 285 175 350 PG 64 -16 135 275 160 325 140 285 175 350 PG 64 -10 135 275 160 325 140 285 175 350 p. B -41, Section 5.5.7 For digouts initial rolling shall be performed when the sum of the air temperature and the temperature of the asphaltic concrete between 300 and 375 degrees F. 302 -9.4 Distribution and Spreading (Greenbook) Distribution and spreading shall conform to 302 -5.5 except, at the time of delivery to the worksite, the temperature of the ARHM -GG shall be 300 degrees Fahrenheit minimum to 330 degrees Fahrenheit maximum. When the atmospheric temperatures are above 85 degrees Fahrenheit, the temperature of the mix delivered to the site may be reduced to 290 degrees Fahrenheit, if approved by the engineer. MAC 10 process uses the same temperature ranges. Prior to spreading PMAC asphalt concrete, tack coat shall be furnished and applied uniformly to the pavement to be surfaced and to contact surfaces of all cold pavement joints, curbs, gutters and to other surfaces designated by the Engineer. If paving asphalt is furnished, it shall be applied at a temperature between 285° F and 350 °F. 302 -10 INSTALLATION OF PMAC OVERLAY Prior to spreading PMAC asphalt concrete, tack coat shall be furnished and applied uniformly to the pavement to be surfaced and to contact surfaces of all cold pavement joints, curbs, gutters and to other surfaces designated by the Engineer. If paving asphalt is furnished, it shall be applied at a temperature between 285° F and 350 °F. LLI (L 9 ir 00 LO CN te � 111!00 a m V O d C � 'o Q 0 0 0 0 0 0 0 0 0 o o o 0 0 0 0 0 0 •c-- �� > >� > > > > > > > > > >c,UC� U U o a o 0 0 0 0 0 0 0 0 0 0 o w w w 0 0 o z z z z z z z z z_ (z� z z ( zq�'� o 0 Q �- r N N O O O O � N N N N N N M �+ d r O Q ti ti ti h h ti ti ti ti ti n O O O O O O O O O O O O O p O O p O U U U U c� U O O b O b O O O 4 4 O O uu w p. U O O O O O z t zt�pp Q zQ�� z z z z c zcyy z c z z z 0 a N N M O O O N N N N c�� c� Q O :� I- M r O r l -. r m 'a a. z z = ra .. cu a U ip V U) _ io V T Zv U E , u ZO 39Gd l -lyHdSV NVOM311V -nV 69@Z99L000T ZZ :EL LOOZ/TO /Oi ALL AMERICAN AS, AALT Ira ALL AMERICAN AGGREGATES P.O. BOX 2229, CORONA, CA 92878 -2229 STATE CONTRACTORS LICENSE #267073 -A October 1, 2007 Mr. Kipp Hefner City of Encinitas 505 S. Vulcan Ave. Encinitas, CA 92024 Re: Submittals Project: CMS08A Enclosed, please find the following submittals for your review and approval regarding the ahove reference project. 1. All American Asphalt — Contractor Designations. 2. All American Asphalt — Authorized hours of Construction. 3. All American Asphalt — Code of Safe Practices and Accident Prevention Program. 4. All American Asphalt — Emergency Contact List If you should have any questions, please fill free to contact me at 951- 453 -5872. Sincerely, ALL AMERICAN ASPHALT Rebecca Marietta Asst. Project Manager TELEPHONE: 951 - 736 -7600 • FAX: 951 - 739 -4671 ALL AMERICAN AS_ AALT ALL AMERICAN AGGREGATES P.O. BOX 2229, CORONA, CA 92878 -2229 STATE CONTRACTORS LICENSE #267073 -A October 2, 2007 To: City of Encinitas Project: Pavement Rehabilitation Project FY 2007 -2008 Re: Emergency Contact List Please note the following individuals can be contacted in case of emergency. In the event of an emergency or for any other pertinent information, please contact Doug Harrington — Construction Manager first, if you are unable to contact him please proceed with the next name. If you are unable to reach our field personnel, please contact our main office at (951) 736 -7600. 1. Doug Harrington Construction Manager Office 951 - 736 -7600 Mobile 951 - 453.9000 Pager 909 - 344 -2997 Home 714 - 841 -9823 Rick Selph Public Works Superintendent Office 951 - 736.7600 Mobile 951 - 453 -4645 Pager 909 - 405 -0355 Home 909. 465 -1427 TELEPHONE: 951 - 736 -7600 • FAX: 951 - 739 -4671 ALL AMERICAN AS_ HALT r ALL AMERICAN AGGREGATES P.O. BOX 2229, CORONA, CA 92878 -2229 STATE CONTRACTORS LICENSE #267073 -A October 1, 2007 Mr. Kipp Hefner City of Encinitas 505 S. Vulcan Ave. Encinitas, CA 92024 Re: Contractor Designations Project: CMS08A Dear Kipp: All American Asphalt would like to designate Brett Schultz as the project manager and Rick Selph as onsite superintendent on Pavement Rehabilitation and Overlay Project 2007 -2008, City of Encinitas (CMS08A) project that have authority to represent and act for our Company. If you should have any questions, please contact me at (951)453 -5872 Sincerely, All American Asphalt Rebecca Marietta Asst. Project Manager TELEPHONE: 951 - 736 -7600 • FAX: 951 - 739 -4671 ALL AMERICAN AS_ AALT Ira ALL AMERICAN AGGREGATES P.O. BOX 2229, CORONA, CA 92878 -2229 STATE CONTRACTORS LICENSE #267073 -A October 1, 2007 Mr. Kipp Hefner City of Encinitas 505 S. Vulcan Ave. Encinitas, CA 92024 Re: Authorized Hours of Construction Project: CMS08A Dear Kipp: All American Asphalt will conduct our operations per the plans and specifications allocated on this project. Any deviation to the project specifications will be agreed to by the Resident Engineer. If you should have any questions, please contact me at (951) 453- 5872. Sincerely, All American Asphalt Rebecca Marietta Project Manager TELEPHONE: 951 - 736 -7600 • FAX: 951 - 739 -4671 l October 1, 2007 Mr. Kipp Hefner City of Encinitas 505 S. Vulcan Ave. Encinitas, CA 92024 ALL AMERICAN AS_ MALT ALL AMERICAN AGGREGATES P.O. BOX 2229, CORONA, CA 92878 -2229 STATE CONTRACTORS LICENSE #267073 -A Re: Code of Safe Practices and the Accident Prevention Program Project: CMS08A Dear Kipp: I have attached a copy of the Code of Safe Practices and the Accident Prevention Program. If you should have any questions, please contact me at (951)453 -5872 Sincerely, All American Asphalt Rebecca Marietta Project Manager TELEPHONE: 951 - 736 -7600 • FAX: 951 - 739 -4671 Notice of Exemption To: Office of Planning and Research P.O. Box 3044, Room 212 Sacramento, CA 95812 -3044 County Clerk County of San Diego P,O. Box 121750 San Diego, CA 92112 -1750 Project Title: Encinitas Blvd. Overlay Project Project Location - Specific: Encinitas Blvd. from Highway 101 to Quail Gardens Dr. Project Location — City: Encinitas Description of Nature, Purpose and Beneficiaries of Project: From: (Public Agency) City of Encinitas 505 South Vulcan Avenue Encinitas, CA 92024 Project Location — County (Address) San Diego Form D Project involves the overlaying of Encinitas Blvd. from Highway 101 to Quail Gardens Dr. with a 2 inch Asphalt Rubber Hot Mix. Furthermore, the project will also include the variable cold planning along the lips of gutter, face of median curb, and face of AC Berm along both sides of Encinitas Blvd.. Finally, traffic loops will be replaced along with restriping Encinitas Blvd. Name of Public Agency Approving Project: Name of Person or Agency Carrying Out Project: City of Encinitas City of Encinitas Exempt Status: (check one) ❑ Ministerial (Sec. 21080(b)(1); 15268); ❑ Declared Emergency (Sec. 21080(b)(3); 15269(a)); ❑ Emergency Project (Sec. 21080(b)(4); 15269(b)(c)); ❑x- Categorical Exemption. State type and section number: ❑ Statutory Exemptions. State code number: Reasons why project is exempt: Existing Facilities (Streets) Section 15301 (c) Project involves only the maintenance of an existing public street within the City. Maintenance of an existing facility (streets) is Categorically Exempt under Section 15301 (c) of CEQA. Lead Agency Contact Person Kipp Hefner Area Code /Telephone /Extension If filed by applicant: 1. Attach certified document of exemption finding. 2. Has a Notice of Exemption b n tiled by the public agency approving the project.' Signat e: 2-,/0 �/� Date: Sign b Lead Agency ate received f'or filing at OPR: ❑ Signed by Applicant 28 (760) 633 -2775 0 Yes ❑ No Title: 4rE-cl v 1 , Revised 2005 CITY OF ENCINITAS CITY COUNCIL AGENDA REPORT Meeting Date: September 26, 2007 TO: City Council FOR YOUR RECORDS VIA: Phil Cotton, City ManagA, -- Prom City Clerk 0-ky Lembach, Accounting Manager FROM: eter Cota - Robles, Director of Engineering Services SUBJECT: Award of contract for construction of the Pavement Rehabilitation and Overlay project FY 2007 -2008 to All American Asphalt in the amount of $ 1,669,669.25. (CMS08A) BACKGROUND: The annual Pavement Rehabilitation Program for fiscal year 2007 -2008 has funding in the amount of $1,834,472. Attached to this report is a street list of the streets which will be overlayed as part of this year's overlay program. ANALYSIS: On September 11, 2007 eight bids were received for the construction of the proposed project. The Engineer's estimate was $1,800,000. The bids were as follows: Base Bid All American Asphalt $ 1,669,669.25 Southland Paving, Inc. 1,717,683.80 Hardy & Harper, Inc. 1,739,000.00 Hazard Construction Company 1,753,560.00 Sim J. Harris, Inc. 1,835,000.00 Ramona Paving & Construction Corp. 1,875,619.75 Daley Corporation 1,896,555.00 ABC Construction Co., Inc. 1,952,499.00 FISCAL AND STAFF IMPACTS: The total amount allocated to the project is $ 1,834,472 and comes from Transnet Funds, Proposition 1B Funds, and the General Fund. Since Encinitas Blvd. from Highway 101 to Quail Gardens Drive is being overlayed as part of this project, the City has applied with CALTRANS for a permit to overlay Encinitas Blvd. within their right of way. As part of the permitting process CALTRANS is requiring a Stormwater Pollution Prevention Plan to be prepared. The City has hired Weston Solutions to prepare the SWPPP for this project. There are sufficient funds for the project including any contingency costs that arise during construction and soil and material testing costs. The following is a breakdown of the funds and the estimated costs: Estimated Costs All American Asphalt's Bid $1,669,669 Preparation of SWPPP for $ 18,733 CALTRANS permit Soil & Material Testing $ 15,000 Total Estimated Costs $1,703,402 Funds Annual Street Overlay Program $1,031,812 Encinitas Boulevard Pavement $ 750,000 Overlay Annual Street Overlay Program Signal Interconnect (CMS02G) $ 52.,660 Total Funds $1,834,472 RECOMMENDATION: It is recommended that the City Council authorize expenditures up to $1,834,472 for the annual overlay program. Furthermore, it is recommended for City Council to authorize the Director of Engineering Services to execute the contract with All American Asphalt in the amount of $1,669,669.25. Attachments: Street List 2007 -2008 OVERLAY PROJECT STREET LIST STREET FROM TO CIRQUE COURT SPLITRAIL DR. WEST END STREET LENGTH 500 FEET 1.5 INCH PMAC OVERLAY 131 TONS 6 INCH DIG OUTS 129 TONS VARIABLE COLD PLANE 904 SY ADJUST SURVEY MONUMENT 2 EACH SPLITRAIL DR. WANDERING RD. GLEN ARBOR DR. STREET LENGTH 1,450 FEET 1.5 INCH PMAC OVERLAY 431 TONS 6 INCH DIG OUTS 192 TONS VARIABLE COLD PLANE 2,332 SY ADJUST SURVEY MONUMENT 6 EACH ASPEN GLOW DR. SPLITRAIL DR. GARDENDALE STREET LENGTH 350 FEET 1.5 INCH PMAC OVERLAY 104 TONS 6 INCH DIG OUTS 92 TONS VARIABLE COLD PLANE 702 SY ADJUST MANHOLES 1 EACH ADJUST SURVEY MONUMENT 2 EACH ROSSINI/MANCHESTER BIRMINGHAM DR. MONTGOMERY STREET LENGTH 600 FEET 1.5 INCH PMAC OVERLAY 146 TONS 6 INCH DIG OUTS 112 TONS VARIABLE COLD PLANE 1,039 SY ADJUST WATER VALVES 3 EACH ADJUST SURVEY MONUMENTS 3 EACH MANCHESTER AVE. EL CAMINO REAL ENCINITAS BLVD. STREET LENGTH 8,266 FEET 1.5 INCH PMAC OVERLAY 2,749 TONS 6 INCH DIG OUTS 1,456 TONS VARIABLE COLD PLANE 3,727 SY ADJUST MANHOLES 10 EACH ADJUST SURVEY MONEUMENTS 3 EACH TRAFFIC LOOPS 24 EACH ENCINITAS BLVD. COAST HIGHWAY 101 STREET LENGTH 2 INCH ARHM 6 INCH DIG OUTS VARIABLE COLD PLANE ADJUST WATER VALVES ADJUST WATER VAULTS REPLACE 12 INCH VALVE CAP WITH SBF 1243 ADJUSTABLE VALVE TRAFFIC LOOPS ADJUST MANHOLES ADJUST SURVEY MONUMENT ADJUST RECLAIMED WATER VALVE ANACONDA STREET LENGTH 1.5 INCH PMAC OVERLAY 6 INCH DIG OUTS VARIABLE COLD PLANE ADJUST MANHOLES ADJUST SURVEY MONUMENTS GLEN ARBOR QUAIL GARDENS DR. 4,350 FEET 4,676 TONS 3,090 TONS 10,498 SY 20 EACH 2 EACH 1 EACH 157 EACH 21 EACH 3 EACH 3 EACH SHADOW GROVE WAY 450 FEET 150 TONS 42 TONS 873 SY 1 EACH 1 EACH CITY OF ENCINITAS CITY COUNCIL AGENDA REPORT Meeting Date: April 16, 2008 TO: City Council FOR W)UR RECORDS �jFrom City Clerk VIA: Phil Cotton, City Manager Jennifer Smith, Finance Director FROM: r0fter Cota - Robles, Director of Engineering Services SUBJECT: Amendment to contract with All American Asphalt for construction of the FY 2007- 2008 Pavement Rehabilitation and Overlay project (CMS08A) in the amount of $2,399,564 to include the overlay of Encinitas Blvd. from Quail Gardens Drive to Willowspring Dr. BACKGROUND: On September 26, 2007 City Council awarded a contract in the amount of $1,669,669.25 to All American Asphalt for the 2007 -2008 Pavement Rehabilitation and Overlay project. The Pavement Rehabilitation and Overlay Program for fiscal year 2007 -2008 has been completed except Encinitas Blvd. between Highway 101 and Quail Gardens Drive which is slated to begin in late April. ANALYSIS: The City's Capital Improvement Program has envisioned overlaying Encinitas Blvd. in phases. As mentioned above, the first phase, from Highway 101 to Quail Gardens Drive, is included in the current overlay contract. The portion of Encinitas Blvd between Quail Gardens Drive and Willowspring Drive was to be addressed in future years, but is also currently in need of overlay. If overlay of this segment of Encinitas Blvd. is delayed into the future, it is anticipated that costly interim maintenance measures will be needed due to the continuing deterioration of the roadway condition. Also the future overlay will likely be significantly more expensive since asphalt concrete prices are tied to oil prices, which are continuing to rise with no indication from contractors that this trend will cease anytime soon. The City was fortunate in receiving a very competitive bid for the current overlay project. On February 13, 2008 City Council appropriated $2,250,000 to allow completion of as much of the three phases of overlay on Encinitas Blvd. as possible in the current fiscal year. Staff has negotiated with the contractor and the City has the option to amend the contract to include the portion of Encinitas Blvd from Quail Gardens Drive to approximately Willowspring Drive with the available additional funding. This amendment would include line item increases of $6.00 per ton for Asphalt Rubber Hot Mix and a $12.50 per ton for Dig Outs due primarily to the significant recent oil cost increases, which is still very competitive based on a comparison with other recent bids. Should City Council approve the recommended amendment to the current overlay contract, work would commence around April 23rd and be completed in June 2008. Due to the high traffic volumes on Encinitas Blvd. the prep work and overlay on Encinitas Blvd. from Highway 101 to Turner St. would be done at night (9:OOPM to 5:OOAM). The contractor would be allowed to do the prep work and overlay on Encinitas Blvd. from Turner St. to Willowspring Dr. during the day since traffic volumes are lower on this stretch of Encinitas Blvd. The City will coordinate this overlay work with both a developer who needs to install a median and some underground utilities on Encinitas Blvd. just east of Quail Gardens Drive and Leucadia Wastewater District which is replacing a sewer force main on Encinitas Blvd. between Village Park Way and Willowspring Drive. FISCAL AND STAFF IMPACTS: The following is a breakdown of the funds and the estimated costs for the proposed overlay project: Estimated Costs Amount already spent on 2007 -2008 Pavement Rehabilitation and Overlay Project $ 839,415 Original contract to overlay Encinitas Blvd. From Highway 101 to Quail Gardens Drive $ 856,818 Original contract for Signal Interconnect $ 52,660 Proposed Amendment to overlay Encinitas Blvd. from Quail Gardens Dr. to Willowspring Drive $2,399,564 Total $4,148,457 Funds 2007 -2008 Pavement Rehabilitation and Overlay $1,834,472 Original Appropriation Funds Appropriated February 13, 2008 $2,250,000 First Asphalt Rubber Grant $ 19,992 Second Asphalt Rubber Grant $ 64,220 San Dieguito Water Dist. Reimbursement $ 16,602 Total $4,185,286 RECOMMENDATION: It is recommended that the City Council authorize the Director of Engineering Services to amend the 2007 -2008 Pavement Rehabilitation and Overlay contract with All American Asphalt in the amount of $2,399,564 to a total of $4,069,233 in order to overlay Encinitas Blvd. from Quail Gardens Drive to Willowspring Dr., and authorize expenditures of up to $4,185,286 to construct the project. The Coast News Decreed A Legal Newspaper by the Superior Court of San Diego County. Mail all correspondence regarding public notice advertising to The Coast News, P.O. Box 232 -550, Encinitas, CA 92023 (760) 436 -9737 Proof of Publication STATE OF CALIFORNIA, ss. COUNTY OF SAN DIEGO, I am a citizen of the United States and a resident of the county aforesaid; I am over the age of eighteen years, and not a party to or interested in the above entitled matter. I am principal clerk of the printer of The Coast News, a newspaper printed and published weekly and which news- paper has been adjudged a newspaper of general circulation for the cities of Del Mar, Solana Beach, Encinitas /Cardiff, Carlsbad, Oceanside, San Marcos /Vista and the County Judicial District by the Superior Court of the State of California, County of San Diego (8/4/94, #677114, B2393, P396); and that the notice, of which the annexed is a print- ed copy, has been published in, each regular and entire issue of said newspaper and not in any supplement thereof on the following dates, to -wit: July 11, 2008 I certify under penalty of perjury that the foregoing is true and correct. Executed at Encinitas, County of San Diego, State of California on the 11 thh day of July , 2008. 7 '?Fy Clerk of the Printer ekt 0o Rd Space above for County Clerk's Filing Stamp CITY OF ENCINITAS -, - PUBLIC NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the City of Encinitas, California, is inviting sealed bids for construction of an Engineering Services project titled "Lone Jack Road Storm Drain Improvements ". Bids will be received at the office of the City Clerk until 2:00 P.M., July 31, 2008, at which time they will be opened and read aloud by the City Clerk. They shall be submitted in a sealed envelope addressed to: Deborah Cervone, City Clerk, City of Encinitas, 505 S. Wican Avenue, Encinitas, CA 92024. The outside of the envelope shall be stated: `BID, DO NOT OPEN UNTIL 2:00 P.M., July 31, 2008° Project Description: The work is located on the west side of Lone Jack Road beginhing at Crystal Ridge Road and then continuing 265' north to approxi- mately 90' south of Jackie Lane. The work consists of constructing 254' of 15" PVC storm drain, 35' of vane drain, 2 catch basins and a spillway/headwall. Included in the work is construction of perforated flexible burrito drain, pave- ment removal, asphalt paving, restoration of existing public and private improvements, and related appurtenant _ work not mentioned above but required in accordance with the Contract Documents. Copies of the bid package will be available at the Engineering Services count- er, City Hail, 505 S. Vulcan Avenue, Encinitas; CA 92024 for $25.00 each. Additional bid packages will cost $20.00 each. For further Information, contact the Engineering Services Department at (700)633 -2770. The City reserves the right, after opening bids, to reject any or all bids, or to make award to the lowest responsible bidder and reject all other bids, to waive any informality in the bidding and to accept any bid or portion thereof. Peter Cota - Robles, P.E. Director of Engineering Services CN 6378, July 11, 2008 CITY OF ENCINITAS ENGINEERING SERVICES DEPARTMENT SUBMITTAL NO. PART 1 FOR CONTRACTOR USE FROM (CONTRACTOR) TO (DESIGNER) w C t IV I r T CONTRACT FOR: (CONTRACT T , THE FOLLOWING ITEMS ARE SUBMITTED FOR REVIEW AND APPROVAL, PER SPE IFICATION SECTION NO ITEM (USE SEPARATE FORM FOR EACH SPEC. SECTION) A/E RECOMMEND CITY ACTION N0. (A) (B (C) (D _,.N T RACT SPECIFICATIONS REQUIRE FACTORY INSPECTION YES NO NEW SUBMITTAL RESUBMfTTAL SIGNATURE PART II - FOR DESIGNER USE FROM (DESIGNER) TO ITEM HAS BEEN REVIEWED. THE FOLLOWING RECOMMENDATION IS MADE AS NOTED ABOVE. (See Column'Cj COMMENTS: SIGNATURE DATE -10k 0. -10kar, ZI PART III - FOR CITY USE FROM TO (CONTRACTOR) ENCLOSURES RETURNED. APPROVAL OR DISAPPROVAL INDICATED ABOVE. (See Coiumn'D') A OWING ACTION CODES ARE GIVEN TO ITEMS SUBMITTED: (A code letter will be inserted for each item in Column D, Section 1, above) A - APPROVED AS SUBMITTED. C. - APPROVED, EXCEPT AS NOTED ON DRAWINGS REFER TO ATTACHED SHEET. RESUBMISSION REQUIRED. B. - APPROVED, EXCEPT AS NOTED D..— WILL BE RETURNED BY SEPARATE CORRESPONDENCE. ON DRAWINGS. RESUBMISSION NOT REQUIRED. E. — DISAPPROVED. SEE ATTACHED SHEET. NOTE: Approval of item does not relieve the contractor from complying with all the requirements of the contract plans and specifications, c' (GNAT RE DATE ) r-j . L - Mo Ta Rebecca Marietta -AAA From: AM ERT E' SQUML Faun: 9 6-1 - 7,36• 76 V%0 Pages 11 MOM 951 - 45"872 Date: 10 -23-07 CO: RE. Urgent 13 For Review Please Comment please Reply 0 please Recycle e Comments Rebecca, Here are your submittals you requested for contact number CMS08A. If there is anything else please feel free to call. Thank You, J ,J✓ Albert Esquivel�� Y, 1' I C' ZZ /Z0 3E)Vd 1NI ANddW00 8V>IVHans 0E6Z6L8606 ZZ :b1 L00Z /EZ /0t C17Y OF INDUSTRY CA 91746 Order No: 000098608 Purchase Omer No:GLO81607 Project: Part No.: C88 Item Description: C88AY 2 Way Mkr Yellow Qty.: 6500EA Lot* 17HV101 Certification State: CA To Whom it May Concem: siw�oNn�" 6565 West Howard Street Niles, EL 60714 847- 647 -4814 We certify that for the State of California, these markerti have geen Inspected conform to the State of California, Department of Transportation Specifications under Sections 85 -1.02 and 85.1.05 dated July, 2002. We certify that the Stimswite pavement markers furnished against the subject order and for the subject State were manufactured at our facility in Niles, Illinois. They have been inspected and found to be in compliance with our product specification for Model C88 markers and the aforementioned State's pavement marker specifications. They were molded of polymethyl methacrylate conforming to ASTM D788, Grade 8. The subject markers conform to ASTM D4280 as well. Specific intensity of each reflective surface, when tested at a 0.2 degree angle of divergence shall not be less then the following values: SPECIFIC INTENSITY Clear Yellow Red Green Slue 0 degree incidence angle 3.0 1.8 0.75 1.0 0.30 20 degree incidence angle 1.2 0.72 0.30 0.4 0.12 Very truly yours, Very truly yours, Ennis Paint, Ina /Stimsonite Subscribed & sworn to before me this day, Keith Kaufmann Wipdnesday, August 22, 2007 'AL" OESRA R. ENBER G M NOTARY PUBU0f IWIVOIS MY COMMISSIS 9/9/2010 R It /Z0 3E)Vd 1NI ANVdW00 WAVI-Ians 0E6Z6L8606 ZZ :V1 L00Z /£Z /0Z 4430 7 7 hvcrvuc CITY OF INDUSTRY CA 91746 Order No: 000098503 Purchase Order No:GL081807 Project. Part No.: CBS Item Description: C88BW 1 Way Mkr White Ctty.:I827ea Lot* 2811002 Certification State: CA 6565 West Howard Street Niles, IL 60714 847- 647 -0814 To Whom it May Concern: We certify that for the State of California, these marofs ha en inspected conform to the State of California, Department of Transportation Specifications under Sections W1.02 and 85-1.05 dated July, 2002. We certify that the Stimsonke pavement markers furnished against the subject order and for the subject State were manufactured at our facility in Niles, Illinois. They have been inspected and found to be in compliance with our product specification for Model C88 markers and the aforementioned State's pavement marker specifications. They were molded of polymethyl methacrylete conforming to ASTM D788, Grade 8. The subject markers conform to ASTM D4280 as well. Specific intensity of each reflective surface, when tested at a 0.2 degree angle of divergence shall not be less than the following values: 0 degree incidence angle 20 degree incidence angle Very truly yours, Very truly yours, Ennis Paint, Inc. /Stimsonite Keith Kaufmann 'iii i /-/ SPECIFIC INTENSITY Clear Yellow Red Green Blue 3.0 1.8 0.76 11 0.72 0.30 1.0 0.30 0.4 0.12 Subscribed & sworn to before me this day, Wednesday, August 22, 2007 IT aFFICIAL S� SEAL" DE13A A R. c3OL.DENSERG NOTARY PUBLIC, STATE OF ILLINOIS MY COMhNSSION EXPIRES 9/9/2010 ] 0 R "Af 11/E0 39Vd iNI ANddW00 WAVHans 0E6Z6L8606 ZZ :Ui L00Z /EZ /0I 236 S 5TH AVENUE CITY OF INDUSTRY CA 91746 Order No: 000097300 Purchase Order No:GL73107 Project: Part No.: CBS Item Description: C88BY 1 Way Mkr Yellow Qty.: 2400EA Lot* 10GV301 Certification State: CA Resold: Sudhakar Company International 1450 North Fitzgerald Ave Rialto, CA 82376 City: 1300 of 2400EA Lobe :100001 Certlficatlan State: CA 6565 West Howard Street Niles, IL, 60714 847- 647 -4814 To Whom it May Concern: We Certify that for the State of California, these mai*rs have bden inspected conform to the State of California, Department of Transportation Specifications under Sections 85-112 and 85-1.05 dated July, 2002. We certify that the Stimsonite pavement markers fumished against the subjed order, and for the subject State were manufactured at our facgity in Niles, Illinois. They have been inspected and found to be in compliance with our product specification for Model C88 markers and the aforementioned State's pavement marker specifications. They were molded of polymethyl methacrylate conforming to ASTM D788, Grade S. The subject markers conform to ASTM 14280 as well. Specific intensity of each reflective surface, when tested at a 0.2 degree angle of dhrergence shall not be less than the following values: SPECIFIC INTENSITY Clear Yellow Red Green Blue 0 degree incidence angle 20 degree incidence angle Very truly yours, Ennis Paint, Inc./Stimsonite Keith Kaufmann 3.0 1.6 0.75 12 0.72 0.30 1.0 0.30 0.4 0.12 Subscribed & sworn to before me this day, Monday, August 20, 2007 "OFFICIAL SEAL" ©ZEBRA R. GOL.DENBERG NOTARY PUBUC, STATE OF ILLINOIS MY COMMMON EXPIRES 9/9/2010 trAia R IT /V0 39Vd 1NI ANVdWOC 8VAVHans 0E6Z618606 ZZ:VT L00Z /EZ /0Z 11033 Forest Place $onto Fe Springs. CA 90670 Phone (562) 944 -8878 Fax (562) 944 -2298 500 Farm Rd. . 3013 West Eagle Lake, TX 77434 OP16X UNIVERSAL, INC. Mmukxtm or RaWI" a MorhkM ftC1 w Pawmenl Ud*sa LETTER OF COMPLIANCE Sudhakar Company Int'I 1450 N. Fitzgerald Ave. Rialto, CA 92376 July 25, 2007 Re; Apex Universal, Inc. Non - Reflective Pavement Markers & Bituminous Adhesive Type 929 A — White Plastic Dear Sir, Lot #9128 12,000 PCS P.O. 3306 Phone We hereby certify that the above - mentioned Pavement Markers and Bituminous Adhesive (979) 2U -5509 manufactured and distributed by Apex Universal, Inc. have been inspected and found to Fax be in complete compliance with the specifications of the California Department of (979) 234 -5446 Transportation Section 85 f*9#.- -Z C',� Sincerely, . Apex Universal, Inc. K.'y�m Frank Fei, President Manufacturing /may' 4 V . TT/90 39dd 1NI ANVdW00 dvmvHans OE666LB606 ZZ :bT L00Z /EZ /0Z Potters industries im. 4665 F1— a way Kingman, AZ 86401 Phaae: 928.757 -8666 Fax: 9Z8- 757 -OW MATERIAL CERTIFICATION The material covered by this Certification has been tested according to standard procedures by our Quality Control Department and complies with the applicable specifications. Quality Control Data to substantiate this certification is on file in our Laboratory. Customer: SUDHAKAR CO INT'L Customer PO #: 3626 Material TTB 1325C TPIA MP BG 2000 CERTIFIED LOT #3 /29/07K08:9/21 /07K02,K05- K08:9/27/07K00 -K 15 These glass beads are manufactured from commercial soda lime glass collet from North American sources. TOTAL QUANTITY: DATE: 09/28/2007 BY. Potters Order #: 589044 Bill of Lading #: 80609248 Quatitity 44,000.000 "1000.000 Page 1 of 1 TT /90 3!DVd 1NI ANVdW00 8VAVHans 0EGZ6LB606 ZZ:bT L00Z /EZ /0T Test Results Ntenatacu t ENON Point Inc. 288 2NN SAURSEtM N304 ON: t'6N11328.0508 felt: [11611821{ -0504 load Free Rapid tin weterdorae Imme oeltlae pelt Predom. GAY- 84411W Not* MYS35 color: Yellow 980522 ONNees: 81500 Min. Max. Actual % Solids 74.0% 78.0% 77.08% % Pigment Non - Organic 56.0% 60.0°x6 59.42% %Non Volitalr Vehicle 42% Directional Reflectance 43.52% Weight Lb. /Gal(split wcightj 13.25 13.91 13.73 Denait9 n/1 1.59 1.67 1.65 Viscosity K.U. 78 92 85 Matches Fed. Std. Color 33538 pass Fitaass of Grind, He. h=un 4 _pg Opacity 5 Wet Mil 0.87 0.96 Dry Time (No pick -up) AS TM D -711 10 Minutes 9 Minutes Color -x 20 illuminant C 0.485 Color -y 29 illuminant C 0.441 Directional Reflectance 47 60 53.76 V.O.C. Less Than (grams /liter) 100 87.65 Having the authority to act for Ennis Paint, Inc., 1 do hereby certify that the Trafft Paint data hereon complies with specification P IWO41 Name: ROBERT KNAPPS Title: Technical Services Representative TWO 39Vd 1NI ANVdW00 i'1VAVHuns 0E6Z6L8606 ZZ :bi L00Z /EZ /0Z Test Results manotactnrer. EARS paint inc. 290 NO STREET BA1MW,U 9aau go: 16611326.0508 fax: 16611326 -0504 Load Free aagld Dry ✓, Weterkerne trafflC ®arUn6 paint Pmdnct: CAW -8441W 980521 Batch: C74W674 Color: We anent 8500 Min, Max. Actual Wrotal Non Volitale 75.0% 79.0% 77.95% % pigment 58.0% 62.0% 61.58% %Non Volitale Vehicle 42% 43.61% Weight Lb. / Gal(split woight) 13.67 14.33 14.01 Density kg /1 1.64 1.72 1.68 Viscosity K.U. 78 92 84 Dircctionsl Reflectance 87 89 Fitness of Grind, Hegman 3 4+ Fry Opacity 5 Wet Mil 0.93 0.95 Dry Time (No pick -up) ASTM D -711 10 Minutes 8 Minutes V.O.C. Less Than (grams /liter) 100 100 Having the authority to act for Ennis Paint, Inc., I do hereby certify that the Traffic Paint data hereon complies wlth specification PriVN3 1 Name: ROBERT KNAPP$ irile: Technical Services Representative 11/80 39Vd 1NI ANddWOO i'IAVHans 0E6Z6L8606 ZZ :b1 L00Z /EZ 101 � 200th 2nd Street _ Bakersfield Ca. 93304 Phone: 661 - 328 -0503 Fax: 661- 328 -4504 CERTIFICATE OF COMPLIANCE - PRETEST DATA Batch Number. CTP70927Y148 Color YELLOW DOT Lot # Binder Type: ALKYD Product # 885451 Application Type: SPRAY f Product description Y1 E -5GS -1 C Date of Manufacture: 9/27/2007 Quantity Produced 22 TON Sampling Method THIEF Item Required Found Binder Content 18% Min 20.03 Bead Content 30%-36% 31 Brookfield Viscosity @ 218' C Low — Viscosity <4 Poise 3.7 Hardness 46-75 58 Daylight Reflectance (Y) Yellow 42-69 46,87 Color (yellow only) Match Fed Sid 595b 033538 Pass CERTIFICATION: I certify that the material described above meets the requirements of State of California Department of Transportation Specification for Thermoplastic Traffic Striping Material, Alkyd Resin Binder, White and Lead- Free Yellow Spec # PTH -02 Alkyd - - -- t;ontact mrormation: JOHN HWANG Robert Knapps Signature QC Technician Phone: 661 -328 -0503 email: robert @ennispaint.net Date: 10/212007 Contract #: DOT Test*: C071690 11/60 39dd 1NI ANddW00 WWHans 0E6Z6L8606 ZZ:01 L00Z /EZ /01 .4 P 0 Box 404 1509 S Kaufman Ennis TX 75119 214-874 -7200 Fax :972 -878 -0885 CERTIFICATE OF COMPLIANCE - PRETEST DATA Batch Number. CTP71003W175 Color: WHITE 45-75 60 Daylight Reflectance (Y) White Binder Type: ALKYD Product# 885440 Application Type: SPRAY Product description W5E5GS1C Date of Manufacture: 10/3/2007 Quantity Produced 22 TON Sampling Method THIEF Item Required Found Binder Content 18% Min 19.23 Bead Content 30%-35% 31.9 Brookfield Viscosity @ 218 c Low — Viscosity <4 Poise 3.3 Hardness 45-75 60 Daylight Reflectance (Y) White 80 Min 81.18 Yellowness Index (white only) 10 max 7.88 CERTIFICATION: I certify that the material described above meets the requirements of State of California Department of Transportation Specification for Thermoplastic Traffic Striping Material, Alkyd Resin Binder, White and Lead- Free Yellow Spec # PTH� -02 Alkyd --- - -- Uonmet Inrormatvon, JOHN HWANG Robert Knapps Signature QC Technician Phone: 661 -328 -0503 email: robert@ennispaint.net Date: 10/812007 Contract #: DOT Test #: C071746 II /0I 39dd 1NI ANddWOO HVAVHcns 0E6Z6L8606 ZZ:bI L00Z /EZ /0I co PANY ° Interstate Sales Auburn, CA Attn: Mike Trentman Date: April 27, 2007 Gentlemen: CC: Lee CC: Jenny This letter is to certify that Henry's Dotstick batch number 02010708003 meets all requuirements stated by Caltrans in Section 851.05. ✓' Our test results are as follows: Flash Point Softening- Point Brookfield Thermal Viscosity, 27 Sp, 20 RPM, 205 C Penetration, dmm, 100 g, 5 sec, 25C Filler Content, % by wt ASTM D92 550+ ASTM D36 219 ASTM D4402 3,250 ASTM D5 11 ASTM D2371 65 Our filler is a type PC, Grade III, calcium carbonate conforming to ASTM D1199. 100% passes the #100, 95% passes the #200, and 75% passes the #325.' I hereby certify these statements to be true, and we thank you for your business. Randy Rozell Regional Sales Mgr Henry Company 10144 Waterman Road • Elk Grove, CA 95624 • (916) 685 -2000 • FAX (916) 685.2270 • www.henrV.com Corporate Headquarters 2911 Slauson Avenue • Huntington Park, CA 90255 TT /TT 3!DVd iNI ANddW00 8VAVHuns 0E6Z6L8606 ZZ :VT L00ZIEZ /0T CITY OF ENCINITAS ENGINEERING SERVICES DEPARTMENT SUBMITTAL NO. 1 FOR CO • FROM (CONTRACTOR) TO (DESIGNER) �`i��- EfL I G� kPJM 7- /� Cl .� OF CJv C- r nU c i CONTRACT fOR (CQNFRACT T "-(- w— Vf-wJ&VT &K' � ' (gv�aLA . THE FOLLOWING ITEMS ARE SUBMITTED FOR REVIEW AND APPROVAL, PER SPECIFICATION SECTION NO ITEM (USE SEPARATE FORM FOR EACH SPEC. SECTION) AJE RECOMMEND CITY ACTION N0. (A (B (C (D G� s b � Ia-�r � � • �NM -C -f3 - � -.,.','TRACT SPECIFICATIONS REQUIRE FACTORY INSPECTION YES NO NEW SUBMITTAL RESUBMITTAL SIGNATURE PART II - FOR DESIGNER USE FROM ( DESIGNER) TO ITEM HAS BEEN REVIEWED. THE FOLLOWING RECOMMENDA71ON IS MADE AS NOTED ABOVE. (See Column 'C) COMMENTS: i'/9 L F12 G`�IL -H f�'� —C c�V tj/••('1'j j CrLS �?i� S1�o1i l,�" AQQjbe -Q- i tv iJ &YZ QUY l ti%E %4-i { iC� r� PIQ,Y � Yl-� C -71 & 7o /-e 7 I lo, 200 6, C T ei-.r-- 2o-3--//36-4) c L S -TI-(E �� Na Tv C 13 ETw 7�S `�� i o S.� %. PC �t c ✓J ESvt3M ► qv i YL� 1 ► /Z' � � C AN D ,( 1 !� -/ EO D J o rlTS A "pav k �-s v" r .ITT SIGNATU DATE n 2 O PART III - FOR CITY USE FROM TO (CONTRACTOR) ENCLOSURES RETURNED. APPROVAL OR DISAPPROVAL INDICATED ABOVE. (See Column'D") ACTION CODES: THE FOLLOWING ACTION CODES ARE GIVEN TO ITEMS SUBMITTED: (A code letter will be inserted for each Item In Column D, Section 1, above) A. - APPROVED AS SUBMITTED. C. - APPROVED, EXCEPT AS NOTED ON DRAWINGS REFER TO ATTACHED SHEET. RESUBMISSION REQUIRED. B. - APPROVED, EXCEPT AS NOTED D..- WILL BE RETURNED BY SEPARATE CORRESPONDENCE. ON DRAWINGS. RESUBMISSION NOT REQUIRED. E. - DISAPPROVED. SEE ATTACHED SHEET. NOTE: Approval of item does not relieve the contractor from complying with all the requirements of the contract plans and specifications. IGNATURE DATE ALL AMERICAN ASPHALT ALL AMERICAN AGGREGATES 400 E. Sixth Street, P.U. BOX 2229, CORONA. CA 92878 - 2229 STATE CONTRACTORS LICENSE 4267073 -A 9/26/2007 City of Encinitas Re: Asphalt Concrete Mix Designs Submittal # : 7384 Quote # : Submitted herewith are our proposed designs for the above referenced project to conform to The Standard Specifications for Public Works Construction Section 203 -6 Mix Type: Class B V PG 64 -10 Mix # : 100711 Mix Type: Class C2 '/2" PBA -3 Mix # : 100513 Section 203 -11 Mix Type: ARIIM -GG -B Mix # : 100822 The designs are proposed for use from the following plant: Irvine Drum Mix Facility Plant # : 3 Should any further assistance be needed please call at any time. Sincerely, Robert S. Schwartz Technical Services Manager All American Asphalt ALL AMERICAN ASPHALT 10671 Jefrey Road Irvine, California 92720 (909)736 -7600 Irvine Double Drum Mix Facility Quote #. Submittal * 7384 Project: CITY OF ENCINITAS General: AAA NIV r r� I N 1 V Plant note Date: 9262007 Mix Number: 100711 Mix Type: CLASS B 3/4" Asphalt Grade: PG 64 -10 / Feeder # 1 2 3 4 5 Min % Binder Min 3/4" 12" 3/8" Rock dust Sand R.A.P. Max 1 %Dry Wt. 20.9% 18.8% 18.3% 41.9% 0.0% 0.0% 4.70% %Total Wt. 20.0% 18.0% 17.5% 40:0% 0.0% 0:0% 4.50% 80.3% 66.6% 46.5% 33.5% % Passing %n.c. ,0.0 Combined 1lnch 100.0% 100.0% 1110.0% 100.0% 100.0% 100.0% 100.0 %✓ 3/4 Inch 85.0% 100.0% 100.0% 100.0% 100.0% 100.0% 96.9% ✓ 12 Inch 13.0% 92.0% 100.0% 100.0% 100.0% 96:1% 80.3% ✓ 3/8 Inch 1.0% 35.0% 98:0% 100.0% 100.0% 89.5% 66.6 %1 / # 4 0.0% 1.0% 29.0% 98.0% 95.7% 66.8% 46.5% ✓ # 8 0.0% 0.0% 7,0% 77.0% 69.6% 49,4% 33.5% ✓ # 16 0.0% 0.0% 3.0% 55.0% 52.5% 38.0% 23.6% 90' # 30 0.0% 0.0% 2.0% 39.0% 37.0% 27.1% 16.7% o #50 0.0% 0.0% 1.0% 25.0% 28.5% 18.7% 10.7% ✓/ # 200 0.0% 0.0% 0.0% 1110% 14.7% 9.6% 4.6% ✓ Specifications for: CLASS B 3/4" 1 Inch 3/4 Inch 12 Inch 3/8 Inch # 4 # 8 Min Max 1 Min Max 1 Min Max 1 Min Max 1 Min Max 1 Min Max 1 100 100 87 100 70 87 55 76 35 52 22 40 100.0% 96.9% 80.3% 66.6% 46.5% 33.5% # 16 # 30 # 50 # 200 Min Max Min Max Min Max 8 1 24 5 118 0 1 7 23.6% 16.7% 10.7% 4.6% ALL AMERICAN ASPHALT 10671 Jefrey Road / Date: 9/26/2007 Irvine, California 92720 './�, (909)736 -7600 Irvine Double Drum Mix Facility l i Quote #: Submittal * 7384 U Project: CITY OF ENCINITAS Mix Number: 100513 General: AAA Mix Type: CLASS C2 1/7' ✓� Asphalt Grade: PBA-3 Dian* nets Feeder # 1 2 3 4 5 # 16 % Binder # 50 3/4" 1/2" 3/8' Rock dust Sand R.A.P. Min Max 1 %Dry Wt. 0.0% 21.1% 32.6% 46.3% 0.0% 0.0% 5.30% ti %Total Wt. 0.0% 20.0% 31.0% 44:0% 0.0% 0:0% 5.00% 98.3% 85.7% 56.4% 37.9% 26.5% 18.7% 11.9% 5.1% % Passing %ac. 0.0 Combined 1 Inch 100.0% 100.0% 100.0% 100.0% 100.0% 100.0% 100.0% e/ 3/4 Inch 85.0% 100.0% 100.0% 100.0% 100.0% 100.0% 100.0% 1/2 Inch 13.0% 92.0% 100.0% 100.0% 100.0% 96:1% 98.3% 3/8 Inch 1.0% 135.0% 98..0% 100.0% 100.0% 89.5% 85.7% # 4 0.0% 1.0% 33.0% 98.0% 95.7% 66-8% 56.4% ✓ #8 0.0% 0.0% 7.0% 77.0% 69.6% 4914% 37.9% # 16 0.0% 0.0% 3.0% 55.0% 52.5% 38.0% 26.5% # 30 0.0% 0.0% 2lfl% 39.0% 37.0% 27.1% 18.7% # 50 0.0% 0.0% 1.0% 25.0% 28.5% 18.7% 11.9% ✓ # 200 0.0% 0.0% 0:0% 11.0% 14.7% 9.6% 5.1% Specifications for: CLASS C2 1/2" 1 Inch 3/4 Inch 1/2 Inch 318 Inch # 4 # 8 # 16 # 30 # 50 # 200 Min Max I Min Max 1 Min Max 1 Min Max Min Max 1 Min Max 1 1 Min Max 1 Min Max 1 Min Max 1 100 100 100 100 95 100 72 88 46 60 28 42 15 27 10 20 2 7 100.0% 100.0% 98.3% 85.7% 56.4% 37.9% 26.5% 18.7% 11.9% 5.1% SENT-BY: PARAMOUNT PETROLEUM; f%i[l'1 I) Uhff 562 634 7057; SEP -26 -07 11:14AM; 1 r9p Downey venue P x 41$ Pdiaplou 23 -1418 ( 0 PRODUCT SPECIFICATIONS PRODUCT: ASPHALT CLEMENT GRADE: PBA -3 / PRODUCT CODE: 13263 DESCRIPTION: A modified asphalt for use in hot mixes in cold temperature climates under normal load conditions. MEETS SPECIFICATIONS: Pacific Coast User- Producer Conference PAGE 213 'Values shown as typicals may, at times, be superseded by results which are current at a particular time. AVAILABILITY: Special order only DOT SHIPPING NAME: Elevated temperature liquid, n.o.s., 9, UN3257, Ili DOT PLACARD: Hot, 3257 ASTM AASHTO TYPICAL TESTS METHOD METHOD SPECS. A.NALYSIS1, Original Asphalt: V,✓ Abs. Viscosity, 140 °F, Poise D2171 T202 1100 tn.i.n / 1264 Kin. Viscosity, 275 °F, cSt D2170 T201 2000 max v' 363✓ Penetration, 77 °F, 1008, 5s OF D5 T49 114 / Flash Point, C.O.C., D92 T48 450 min 570/ Solubility in TCE, wt. % D2042 T44 99.9 Specific Gravity, 77/77 °F D70 T228 1.015 Specific Gravity, 60/00'F D70 T228 1.021 API Gravity, 60 °F D70 T228 7.1 Density, 60 °F, Lbs/Gallon D70 T228 8.50 Residue from R.T.F.O. Test: D2872 T240 (5011 Abs. Viscosity, 140 °F, Poise D2171 T202 3000 min Aging Index, 140 °F D21.71 T202 4.0 max 3.96 Kin. Viscosity, 275'F, cSt D2170 T201 275 min 461 Penetration, 77 °F, 1008, 5s D5 T49 60 % of Original Penetration °C, D5 T49 // 52 , ✓ Penetration, 4 200g, 60s D5 T49 30 min 30 Ductility, 77'F, 5cm/min, cm D113 T51 75 min ✓ 92 Loss on Heating, wt. %> D2872 T240 0.6 'Values shown as typicals may, at times, be superseded by results which are current at a particular time. AVAILABILITY: Special order only DOT SHIPPING NAME: Elevated temperature liquid, n.o.s., 9, UN3257, Ili DOT PLACARD: Hot, 3257 ALL AMERICAN ASPHALT 10671 Jefrey Road Irvine, California 92720 (909)736 -7600 Date: 9/262007 Irvine Double Drum Mix Facility A61 4il` Quote #: Submittal #. 7384 Protect: CITY OF ENCINITAS Mix Number: 100822 General: AAA L� ✓ Mix Type: ARHM -GG-B 3/4" J���, J Asphalt Grade: ASPHALT RUBBER /V1 PG 64-16 Plant Data Feeder # 1 2 3 4 5 % Binder 3/4" 12" 3/9 Rock dust Sand R.A.P. %Dry Wt. 19.3% 19.3% 40.0% 21.4% 0.0% 0.0% C7. 10% %Total M. 18.0% 18.0% 37.4% t 20.0% 0.0% 0.0% 6.60% % Passing %A.c. ';0.0,' 1 Inch 100.0% 100.0% 1.00.0% - 100.0% :100.0% 100.0% 3/4 Inch 85.0% 100.0% 100.0% 100.0% 100.0% 100.0% 12 Inch 13.0% 92.0% 100.0% 100.0% " '100.0% 96.1% 3/8 Inch 1.0% 35.0% 98.0% 100.0% 100.0% 89.5% #4 0.0% 1.0% 33.0% 98..0% 95.7% 66.8% #8 0.0% 0.0% 7,0% 7710% 69.6% 49.4% # 16 0.0% 0.0% 3.0% 55.0% 52.5% 38::0% # 30 0.0% 0.0% 2.0% 39.0% 37.0% 27.1% # 50 0.0% 0.0% 1.0% 25.0% 28.5% 18:7% # 200 0.0% 0.0% 0.0% 11!.0% 14.7% 9.6% Specifications for: ARHM -GG-B 3/4" 1 Inch 3/4 Inch 12 Inch 3/8 Inch #4 # 8 # 16 # 30 Min Max Min Max Min Max Min Max Min Max Min Max Min Max 100 100 90 1 100 1 60 75 28 1 42 15 125 I 5 115 100.0% 97.1% 81.7% 67.6% 34.4% 19.3% 13.0% 9.2% # 50 Min I Max 5.8% Combined 100.0% ✓ 97.1 %'°�� 81.7% 67.6% �- 34.4% �--- 19.3 %� 13.0% 9.2% ✓ 5.8% 2.4% # 200 Min Max 0 5 2.4% CITY OF ENCINITAS CITY COUNCIL AGENDA REPORT Meeting Date: February 13, 2008 TO: City Council VIA: Phil Cotton, City Manager FROM: Jennifer Smith, Finance Director SUBJECT: Public Hearing to Consider the Adoption of Resolution No. 2008 -10 and the Related Attachment A Approving Various Amendments to the 2007 -2011. Regional Transportation Improvement Program. (RTIP) Covering City of Encinitas Transportation Projects and Revisions to the Funding Allocations of Related Projects BACKGROUND: Every two years, the San Diego Association of Governments (SANDAG) develops and adopts a five (5) year RTIP for major highway, arterial, transit, bikeway projects for the San Diego County region, which includes local streets and roads projects within the City of Encinitas. The City proposes funding for local projects in the RTIP. Quarterly SANDAG allows local agencies to amend their portion of the RTIP via the holding of a Public Hearing and adoption of a local resolution. The principal source of funding for local transportation projects in the RTIP is the TransNet Program, which is an allocation to local agencies. from the 0.5% Proposition A Sales Tax. The City currently is allocated approximately $1.8 million annually. The amount of TransNet programmed in the RTIP for each project represents the maximum amount that the City may draw from SANDAG to fund a particular project. Declaring an amount of TransNet funding in the RTIP allows, but does not obligate, the City to expend up to that amount on the project. The City currently has approximately $8.7 million of TransNet funds on deposit in the City Treasury. This is in excess of the TransNet guidelines that the local agency hold no more than 30% of its next year's allocation as in -house cash reserves. This amount is the result of two factors. First, funds for certain projects have been requested in prior periods but not yet expended. Second, the City received as settlement of a lawsuit with the County of San Diego TransNet funds during the mid 1990's. SANDAG is requiring that the City expend these excess funds before any more drawdowns will be authorized. 14 -1 ANALYSIS: City staff is recommending that the City's RTIP be amended to facilitate SANDAG's request that the City expend TransNet funds already on hand. There are several projects that are already partially funded by TransNet monies that are excellent candidates for additional TransNet spending since they are either currently under construction or very close to being undertaken. Below are the recommended changes to the RTIP and City's Capital Improvements Program: 1. Traffic Signals @ Encinitas /Cerro and El Camino Real/Willowspring (Budget: $690,000) This project is substantially complete and is currently funded by TransNet ($380,000), General Fund ($130,000), and Traffic Mitigation fees ($180,000). Staff recommends swapping the General Funds for a like amount of TransNet on the Hall Property project and swapping the Traffic Mitigation fees for a like amount of TransNet from the Traffic /Safety Calming project. There is no budget impact to any of the three affected projects. 2. Olivenhain Road Widening (Budget: $1,552,000) This project is currently under construction and is funded with TransNet ($575,000), Traffic Mitigation fees ($350,000), General Funds ($610,000) and a developer contribution. Staff recommends swapping the General Funds of $610,000 for a like amount of TransNet on the Hall Property project. There is no budget impact to either of the two projects. 3. Leucadia Boulevard Improvements west of I -5 (Budget: $2,822,431) This project is currently under construction and is funded with TransNet ($921,000), Traffic Mitigation ($1,650,000), and grants. Staff recommends returning the $1,650,000 to the Traffic Mitigation Fund for allocation to future eligible projects and replacing it with a like amount of TransNet funds. 4. Annual Street Overlay (Budget: $1,032,000) This project is currently under construction and is funded by TransNet ($375,000),. General Funds ($637,000) and a grant. Staff recommends swapping the General Funds for a like amount of TransNet on the Hall Property project. There is no budget impact to either project. 5. Encinitas Boulevard Overlay (Budget: $3,000,000) This project was initially scheduled to take place in three phases, with the first phase beginning this fiscal year. Currently, the project is funded entirely with Prop 1B and Prop 42 funds. Staff recommends swapping $1,875,000 of these funds with a like amount of TransNet funds programmed for future Annual Street Overlay project and approving an early appropriation of these funds to complete the overlay of Encinitas Boulevard in one phase, thereby taking advantage of competitive asphalt prices and minimizing community disruption. There is no budget impact to either the Encinitas Boulevard Overlay or the annual Street Overlay program. 14 -2 FISCAL AND STAFF IMPACTS: The proposed reallocation of TransNet funds totaling $5,082,000 is as follows: Hall Pronertv CURRENT FUNDING PROPOSED FUNDING General Fund $7,011,283 +$1,377,000 $8,388,283 TransNet $2,530,000 $1,377,000 $1,153,000 Grants/Other $ 446,471 +$1,875,000 $ 446,471 TOTAL $9,987,754 $9,987,754 TransNet funds are transferred to the Traffic Signal Project ($130,000); Olivenhain Road Widening ($610,000) and Annual Street Overlay ($637,000): Traffic Safety /Calming ProL7ram CURRENT FUNDING PROPOSED FUNDING Traffic Mitigation -0- +$180,000 $180,000 TransNet 836,272 $180,000 $656,272 TOTAL $836,272 +$1,875,000 $836,272 TransNet funds are transferred to the Traffic Signal Project ($180,000). VviturP CtrPP.t l 1verlay CURRENT FUNDING PROPOSED FUNDING General Fund $3,885,000 $3,885,000 TransNet $1,875,000 ($1,875,000 -0- Prop 1B/42 -0- +$1,875,000 $1,875,000 TOTAL $5,760,000 $5,760,000 TransNet funds are transferred to the Encinitas Boulevard Overlay project ($1,875,000) The remaining funding reallocation comes from a return of $1,650,000 to the Traffic Mitigation fund from the Leucadia Boulevard Improvement project and an appropriation of a like amount from the TransNet fund balance. The returned Traffic Mitigation funds will be allocated to future projects. Several amendments to the RTIP are required to effect the above changes. Some of the amendments were already approved by the Council on October 24, 2007. The additional required amendments are listed in Attachment A. The reallocation of funding does not change the budgets of any of the projects. RECOMMENDATION: Approve proposed adjustments to the Capital Improvement Program as stated in this staff report and adopt Resolution 2008 -10 approving amendments to the 2007 -2011 RTIP. ATTACHMENTS: Resolution No. 2008 -10 Attachment A: Proposed Changes to RTIP 14 -3 RESOLUTION NO. 2008-10 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ENCINITAS, CALIFORNIA, AMENDING THE TRANSNET LOCAL STREET AND ROAD PROGRAM OF PROJECTS IN THE 2007 -2011 REGIONAL TRANSPORTATION IMPROVEMENT PROGRAM (RTIP) PLAN FOR FISCAL YEAR 2007 -08 WHEREAS, on November 3, 1987, the voters of San Diego County approved the San Diego Transportation Improvement Program Ordinance and Expenditure Plan (87 -01), and WHEREAS, the Ordinance provides that the San Diego Association of Governments ( SANDAG), acting as the Regional Transportation Commission, shall approve a multi -year program of projects submitted by local jurisdictions identifying those transportation projects eligible to use transportation sales tax (TransNet) funds, and WHEREAS, the City of Encinitas was provided with an estimate of annual TransNet local street and road revenues, and WHEREAS, the SANDAG Board of Directors has adopted the FY2007 -2011 RTIP and the City of Encinitas has programmed amounts for several projects in the FY2007 -2011 RTIP; Im WHEREAS in February 2008 the SANDAG Board of Directors will consider amendments from local agencies to the FY2007 -2011 RTIP; and WHEREAS, City of Encinitas Staff has submitted programming amendments to existing RTIP projects for Fiscal Year 2007 -08 only, which are detailed in Attachment A of this Resolution; and 14 -4 WHEREAS, in order to accomplish these modifications, the City must hold a Public Hearing and submit a City Resolution to SANDAG for consideration of the amended amounts to be included in the FY2007 -2011 RTIP, and WHEREAS, the City of Encinitas has held a Public Hearing on February 13, 2008 in accordance with Section 5(A) of the Ordinance, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Encinitas, California, as follows: That the above recitations are true and correct. 2. That pursuant to Section 8 of the TransNet Ordinance, the City of Encinitas certifies that the required minimum annual Ievel of local discretionary funds to be expended for street and road purposes ($0 for fiscal year 2007 -08) will be met consistent with Maintenance of Effort Requirements adopted by the SANDAG Commission on June 24, 1988. 3. That pursuant to Section 16 of the TransNet Ordinance 87 -01, the city certifies that each project of $250,000 or more will be clearly designated during construction with TransNet project funding identification signs. 4. That the City does hereby certify that all other applicable provisions of the TransNet Ordinance 87 -01 have been met 5 That the City of Encinitas hereby amends its existing Fiscal Year 2007 -2011 RTIP Program Plan to include the funding. amounts, by project, as detailed in Attachment A. BE IT FURTHER RESOLVED that the City of Encinitas agrees to hold harmless and defend the SANDAG Commission against challenges related to local TransNet funded projects, 14 -5 PASSED AND ADOPTED this 13'h day of February, 2008 by the following vote to wit: AYES: NAYS: ABSENT: ABSTAIN: Jerome Stock, Mayor of the City of Encinitas ATTEST: Deborah Cervone, City Clerk 14 -6 Table 1 2006 Regional Transportation Improvement Program Amendment No. 11 San Diego Region (in $000s) Fnrrnif.. Mfu of MPO ID ENC19 Capacity Status: NCI RTIP #: 06 -11 TITLE: Traffic Safety /Calming Exempt Category: Safety - Non signalization traffic control and operatng DESCRIPTION: Install traffic safety and calming improvements on Rubenstein Avenue, Summit Avenue and Westminster Dr., such as speed humps, chicanes, narrowing roadway, landscaped pop -outs and stop signs CHANGE REASON: Revise funding between fiscal years CHANGE REASON: Revise funding between fiscal years TOTAL PRIOR 06107 07108 08109 09110 10111 PE RW CON Local Funds $100 $300 $100 $100 TransNet - L $750 $400 $150 $50 $150 $750 TransNet - LSI $300 $750 $150 $150 $300 TOTAL $1,160 $400 $160 $150 $150 $150 $160 $1,150 PROJECT PRIOR TO AMENDMENT PROJECT PRIOR TO AMENDMENT TOTAL PRIOR 06107 07108 08109 09110 10/11 PE RW CON TransNet - L $700 $400 $150 $150 $700 TransNet - LSI $450 $750 $150 $150 $150 $450 TOTAL $1,150 $400 $150 $150 $150 $150 $150 $1,150 MPO ID: ENC21 Capacity Status: NCI RTIP #: 06-11 TITLE: Hall Property DESCRIPTION: 1 -5 & Santa Fe Drive - Reconstruction of Santa Fe Drive from MacKinnon Avenue to the 1 -5 Interchange to including new curb, gutter, sidewalk, asphalt and traffic signals, medians, new driveways, drainage improvements (including storm drains and catch basins), ADA- compliant pedestrian ramps and new landscaping CHANGE REASON: Revise funding between fiscal years TOTAL PRIOR 06/07 07108 08109 09110 10/11 PE RW CON Local Funds $300 $300 $300 TransNet - L $1,150 $500 $200 $450 $700 $450 TransNet - LSI $750 $750 $750 TOTAL $2,200 $500 $200 $750 $750 $700 $1,600 PROJECT PRIOR TO AMENDMENT TOTAL PRIOR 06107 07/08 08/09 09110 10/11 PE RW CON TransNet - L $1,450 $500 $200 $750 $700 $750 TransNet - LSI $750 $750 $750 TOTAL $2,200 $500 $200 $750 $750 $700 $1,500 `• Pending SANDAG Approval Page 1 Tuesday, January 22, 2008 ATTACHMENT �4 2006 Regional Transportation Improvement Program Amendment No. 11 San Diego Region (in $000s) Encinitas, City of MPO ID: ENC23 Capacity Status: Cl RTIP M 06 -11 TITLE: Olivenhain Road PRIOR DESCRIPTION: East of Los Pinos Circle, widen Olivenhain Road to 3 lanes in the east bound direction, to include bike PE RW CON lane, curb, gutter, and sidewalk. $700 CHANGE REASON: Carry over from 04 -18, Increase funding $700 $700 TOTAL PRIOR Q6107 07108 08109 09110 10/111 PE RW CON TransNet - L $1,300 $600 $700 06/07 07/08 08109 09110 10/111 $1,300 TOTAL $1,300 $600 $700 $600 $1,300 MPO ID: ENC39 Capacity Status: NCI RTIP #: 06 -11 TITLE: Traffic Signal Installations Exempt Category: Other - Intersection signalization projects DESCRIPTION: Encinitas Boulevard at Cerro Street; El Camino Real at Willowspring Drive; and, El Camino Real at Crest Avenue - construct three traffic signals CHANGE REASON: Increase funding TITLE: Leucadia At -Grade Vehicular Railroad TOTAL PRIOR 06107 07108 08109 09110 10111 PE RW CON TransNet - L $700 I PRIOR $700 $700 TOTAL $700 $700 1 $700 PROJECT PRIOR TO AMENDMENT $1,050 TOTAL PRIOR 06/07 07/08 08109 09110 10/111 PE RW CON TransNet -L $600 $600 $600 TOTAL $600 $600 $600 MPO ID: ENC41 Capacity Status: NCI RTIP M 06-11 TITLE: Leucadia At -Grade Vehicular Railroad Crossing DESCRIPTION: At -grade vehicular railroad crossing between Vulcan Avenue and Leucadia Boulevard in the vicinity of Cadmus Street CHANGE REASON: New project TOTAL I PRIOR 1 06107 07108 08109 09110 10111 PE RW CON TransNet - L I $1,050 $50 $1,000 $50 $1,000 TOTALI $1,050 $60 $1,000 $50 $1,000 Pending SAN DAG Approval Page 2 Thursday, January 31, 2008 14 -8 August 22, 2007 ADDENDUM NO. 1 PAVEMENT REHABILITATION AND OVERLAY PROJECT FY 2007 -2008 TO ALL PROSPECTIVE BIDDERS: A. The following changes are hereby made to the Specifications: 1. Page A -1, change the bid opening date to September 11, 2007 at 2:OOpm. 2. Page D -14, Replace the Bid Schedule with the one attached to this addendum. 3. Add the following sections to the project specifications: SECTION 209- TRAFFIC SIGNAL INTERCONNECT CONDUIT AND PULL BOXES 209 -2.1 Interconnect Conduit and Risers Interconnect conduit and risers shall be installed as shown on the plans that are attached to this addendum and as directed by the ENGINEER. 3 inch P.V.C. Schedule 40 conduit shall be used for installations by trenching method. Conduit shall be sized as 3 inch inside diameter. The trench shall have a cement slurry backfill up to 2 inches from the top of the trench in accordance to the plans attached to this addendum. 2 inches of Type III B PG 64- 10 shall be placed and compacted in the top 2 inches of the trench in accordance to the Standard Specifications (Greenbook 2006 edition) and the plans attached to this addendum. Conduit entering through the bottom of a pullbox shall be located near the end walls to leave the major portion of the box clear. Conduit shall enter from the direction of the run, terminating 6 to 8 inches below the pullbox lid and near the box wall. Conduit termination, in any enclosure, will be by a 45 degree bend. No 90 degree bends will be allowed except by permission of the ENGINEER. Pullboxes shall be installed along conduit runs at spacing as shown on the plans attached to this addendum. Payment for 3 inch PVC Schedule 40 conduit, saw cutting and removing existing asphalt concrete in preparation for the conduit installation, trenching for the conduit, cement slurry backfilling, and asphalt concrete replacement shall be included in the bid item for 3 inch PVC Schedule 40 Conduit and no additional compensation will be made therefore. 209 -2.2 Pull Rope Contractor shall furnish and install Arnco- Dandy -Line 1250 lb. Kevlar pull tape or approved equal in each new conduit run. Payment for the pull rope shall be included in the bid item for 3 inch PVC Schedule 40 Conduit and no additional compensation will be made therefore. 209 -2.3 Pull Boxes All pull boxes shall be of the size and type shown on the plan attached to this addendum. The lids of all pullboxes shall be inscribed with the words "INTERCONNECT ". Pull boxes shall conform to the provisions in section 86 -2.06, "Pull Boxes ", of the CALTRANS Standard Specification May 2006 edition and these Special Provisions. Plastic pullboxes shall not be used. The pull boxes shown on the Plans are to be installed as a minimum. The Contractor may, at his own expense, install additional or larger pull boxes to facilitate his work with the approval of the ENGINEER. Pull boxes shall be No. 5 with 45 degree conduit sweeps unless noted otherwise on the plans. Pull boxes shall not be installed in any part of a driveway, wheelchair ramp or other traveled way unless specified by the ENGINEER. Where practical, pull boxes shown in the vicinity of curbs shall be placed adjacent to the back of the curb. Pull boxes shall be placed with the long side parallel to the curb or as directed by the ENGINEER. No splices are permitted in pull boxes. All pull boxes, covers and extensions shall be constructed from pre -cast reinforced concrete as specified below. Chipped or cracked pullboxes, covers, and extensions will not be accepted. Portland cement concrete shall conform to the requirements of CALTRANS Standard Specifications May 2006 edition for class B concrete. Pull boxes, covers, and extensions shall be furnished to the ENGINEER for testing at the contractor's expense. The location of all pull boxes on the plans are schematic. The ENGINEER shall approve the final location of all pull boxes. Payment for the pull boxes and all work necessary to install the pull boxes in accordance to the pull box details shown in the CALTRANS Standard Plans May 2006 edition shall be included in the bid item for No. 5 Pull Box and no additional compensation will be made therefore. PART 3 CONSTRUCTION METHODS SECTION 307 - TRAFFIC SIGNAL INTERCONNECT CONDUIT AND PULL BOXES All work for the installation of the 3 inch PVC Schedule 40 conduit, pull rope, and pull boxes shall be done in accordance with Section 86 of the special provisions, the State of California Department of Transportation Standard Specification, May 2006 edition. 307 -1 CONSTRUCTION REQUIREMENTS 307 -1.1 INSTALLATION OF INTERCONNECT CONDUIT AND PULLBOXES Conduit runs shown on the project plans shall be changed to avoid underground obstructions as directed by the ENGINEER. The maximum bend of a conduit shall be 45 degrees and the minimum radius shall not be less than twelve times the inside diameter. Expansion fittings shall be installed in conduit runs in which both ends of the conduit are fixed in place, such as between two foundations. Expansion fittings shall be installed in conduit runs, which cross expansion joint in a concrete structure. Approved expansion fittings shall allow for a linear thermal expansion of up to six inches. No trench shall be left open overnight. Any obstructions to the trenching operation such as existing improvements, utilities, roof drains, irrigation ditches, structures, buildings, foundations and property markers are to be protected from damage from the contractor during construction and until completion of work. In the event of damage, the Contractor shall be responsible for repair /replacement at his own expense with materials and methods leaving the damaged items in a good or better than the original condition and to the satisfaction of the ENGINEER. All conduits to be installed shall be at a minimum depth of 18 inches. Conduit ends shall be capped with conduit end cap fittings. 307 -1.2 - Conduit Bends The conduit shall enter the pull box at a 45 degree angle and shall be terminated within 6 to 8 inches of the pull box lid. B. The following changes are hereby made to the Plans: Add the plans that are attached to this addendum. 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. Authorized signature Date BID SCHEDULE Item Approximate Item Unit Price Total No. Quantity Write Unit Price in words) (figures) (figures) 1. Lump sum Clearing and Grubbing $ $ 2. 5,113 Tons "Dig Outs" at $ $ dollars and cents per ton 3 4,676 Tons 2" Asphalt Rubber Hot Mix (ARHM -GG -B) $ $ dollars and cents 4. 3,711 Tons 1.5" PMAC $ $ Overlay dollars and cents 5. 20,075 Variable cold plane $ $ Square Yards dollars and cents per sq. yd. 6. Lump Sum Striping and Legends $ $ dollars and cents each 7. 33 Each Adjust manholes $ $ dollars and cents each 8. 26 Each Adjust existing 6 -inch gate valve slip and $ $ cover. Install 6" x 6" AC ring and asphalt cap (includes reclaimed water valves) dollars and cents each 9. 1 Each Replace existing 12 -inch blowoff valve cap $ $ with new adjustable SBF 1243 adjustable valve box cover.. Adjust to grade. Install 28" x 6" AC ring and asphalt cap dollars and cents each 10. 181 Each Traffic Loops (includes home runs) $ $ dollars and cents each 11. 20 Each Adjust Survey Monuments $ $ dollars and cents 12. 150 c.y. Unstable sub -grade removal (contingency $ $ item) dollars and cents 13. 300 Tons Class II Aggregate Base (contingency item) $ $ dollars and cents 14. Lump Sum Traffic control $ $ Dollars and cents 15. 2 Each Adjust water vaults to grade $ $ dollars and cents 16. 1,180 L.F. 3 inch PVC Schedule 40 conduit $ $ 17. 7 Each No. 5 Pull Box $ $ TOTAL AMOUNT OF BID and cents. dollars T40.* A City of Encinitas FAX 760/633-2818 50 & Vulcan Aveinve EnginftHug Encinitrj4 CA 92024 -3633- 750/633 -2770 . SENDTO FAM NO. OF PAGE&-w OF: ADDFWSS: FROM:' KI +E IVOL- PHONE:' 3- '2-7 i ❑ CM ASAP 0.. Review & Call :.o Review & Retam Pleme Handle Q Per Our Conversation 0 Please Reply by- . D D 4A4-0 0 i io L, I pi A- 2 Lo k L, ev T-C-2 G. eoA-pi r) ea --(o oo tsoo V E' P6. CCI-k CKLt- Mp-. )&,-7 C74U33 —2.7;Z5- -e fJ LT PK-\6- kA-5 -\-C? jkk&.,p August 22, 2007 ADDENDUM NO. 1 PAVEMENT REHABILITATION AND OVERLAY PROJECT FY 2007 -2008 TO ALL PROSPECTIVE BIDDERS: A. The following changes are hereby made to the Specifications: 1. Page A -1, change the bid opening date to September 11, 2007 at 2:00pm. . 2. Page D -14, Replace the Bid Schedule with the one attached to this addendum. 3. Add the following sections to.the project specifications: SECTION 209- TRAFFIC SIGNAL INTERCONNECT CONDUIT AND PULL BOXES 209 -2.1 Interconnect Conduit and Risers Interconnect conduit and risers shall be installed as shown on the plans that are attached to this addendum and as directed by the ENGINEER. 3 inch .P.V.C. Schedule 40 conduit shall be used for installations by trenching method. Conduit shall be sized as 3 inch inside diameter. The trench shall have a cement slurry backfill up to 2 inches from the top of the trench in accordance to the plans attached to this addendum. 2 inches of Type III B PG 64- 10 shall be placed and compacted in the top 2 inches of the trench in accordance to the Standard Specifications (Greenbook 2006 edition) and the plans attached to this addendum. Conduit entering through the bottom of a pullbox shall be located near the end walls to leave the major portion of the box clear. Conduit shall enter from the direction of the run, terminating 6 to 8 inches below the pullbox lid and near the box wall. Conduit termination, in any enclosure, will be by a 45 degree bend. No 90 degree bends will be allowed except by permission of the ENGINEER. Pullboxes shall be installed along conduit runs at spacing as shown on the plans attached to this addendum. Payment for 3 inch PVC Schedule 40 conduit, saw cutting and removing existing asphalt concrete in preparation for the conduit installation, trenching for the conduit, cement slurry backfilling, and asphalt concrete replacement shall be included in the bid item for 3 inch PVC Schedule 40 Conduit and no additional compensation will be made therefore. 209 -2.2 Pull Rope Contractor shall furnish and install Arnco- Dandy -Line 1250 lb. Kevlar pull tape or approved equal in each new conduit run. Payment for the pull rope shall be included in the bid item for 3 inch PVC Schedule 40 Conduit and no additional compensation will be made therefore. 209 -2.3 Pull Boxes All pull boxes shall be of the size and type shown on the plan attached to this addendum. The lids of all pullboxes shall be inscribed with the words "INTERCONNECT'. Pull boxes shall conform to the provisions in section 86 -2.06, "Pull Boxes ", of the CALTRANS Standard Specification May 2006 edition and these Special Provisions. Plastic pullboxes shall not be used. The pull boxes shown on the Plans are to be installed as a minimum. The Contractor may, at his own expense, install additional or larger pull boxes to facilitate his work with the approval of the ENGINEER. Pull boxes shall be No. 5 with 45 degree conduit sweeps unless noted otherwise on the plans. Pull boxes shall not be installed in any part of a driveway, wheelchair ramp or other traveled way unless specified by the ENGINEER. Where practical, pull boxes shown in the vicinity of curbs shall be placed adjacent to the back of the curb. Pull boxes shall be placed with the long side parallel to the curb or as directed by the ENGINEER. No splices are permitted in pull boxes. All pull boxes, covers and extensions shall be constructed from pre -cast reinforced concrete as specified below. Chipped or cracked pullboxes, covers, and extensions will not be accepted. Portland cement concrete shall conform to the requirements of CALTRANS Standard Specifications May 2006 edition for class B concrete. Pull boxes, covers; and extensions shall be furnished to the ENGINEER for testing at the contractor's expense. The location of all pull boxes on the plans are schematic. The ENGINEER shall approve the final location of all pull boxes. Payment for the pull boxes and all work necessary to install the pull boxes in accordance to the pull box details shown in the CALTRANS Standard Plans May 2006 edition shall be included in the bid item for No. 5 Pull Box and no additional compensation will be made therefore. PART 3 CONSTRUCTION METHODS SECTION 307 - TRAFFIC SIGNAL INTERCONNECT CONDUIT AND PULL BOXES All work for the installation of the 3 inch PVC Schedule 40 conduit, pull rope, and pull boxes shall be done in accordance with Section 86 of the special provisions, the State of California Department of Transportation Standard Specification, May 2006 edition. 307 -1 CONSTRUCTION REQUIREMENTS 307 -1.1 INSTALLATION OF INTERCONNECT CONDUIT AND PULLBOXES Conduit runs shown on the project plans shall be changed to avoid underground obstructions as directed by the ENGINEER. The maximum bend of a conduit shall be 45 degrees and the minimum radius shall not be less than twelve times the inside diameter. Expansion fittings shall be installed in conduit runs in which both ends of the conduit are fixed in place, such as between two foundations. Expansion fittings shall be installed in conduit runs, which cross expansion joint in a concrete structure. Approved expansion fittings shall allow for a linear thermal expansion of up to six inches. No trench shall be left open overnight. Any obstructions to the trenching operation such as existing improvements, utilities, roof drains, irrigation ditches, structures, buildings, foundations and property markers are to be protected from damage from the contractor during construction and until completion of work. In the event of damage, the Contractor shall be responsible for repair /replacement at his own expense with materials and methods leaving the damaged items in a good or better than the original condition and to the satisfaction of the ENGINEER. All conduits to be installed shall be at a minimum depth of 18 inches. Conduit ends shall be capped with conduit end cap fittings. 307 -1.2 - Conduit Bends The conduit shall enter the pull box at a 45 degree angle and shall be terminated within 6.to 8 inches of the pull box lid. B. The following changes are hereby made to the Plans: Add the plans that are attached to this addendum. 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. Authorized signature Date Rln SrNFnt.n F Iterrr Np :: Approximate Quantit Item - Wnte Unit Pace irj',words) . .; Unit Pace x fi urn es p{ fi r -5 1. Lump sum Clearing and Grubbing $ $ 2. 5,113 Tons "Dig Outs" at $ $ dollars and cents per ton 3 4,676 Tons 2" Asphalt Rubber Hot Mix (ARHM -GG -B) $ $ dollars and cents 4. 3,711 Tons 1.5" PMAC Overlay $ $ dollars and cents Variable cold plane 5. 20,075 Square Yards $ $ dollars and cents per sq. yd. 6. Lump Sum Striping and Legends $ $ dollars and cents each 7. 33 Each Adjust manholes $ $ dollars and cents each 8. 26 Each Adjust existing 6 -inch gate valve slip and $ $ cover. Install 6" x 6" AC ring and asphalt cap (includes reclaimed water valves) dollars and cents each 9. 1 Each Replace existing 12 -inch blowoff valve cap with new adjustable SBF 1243 adjustable $ $ valve box cover.. Adjust to grade. Install 28" x 6" AC ring and asphalt cap dollars and cents each 10. 181 Each Traffic Loops (includes home runs) $ $ dollars and cents each 11. 20 Each Adjust Survey Monuments $ $ dollars and cents 12. 150 c.y. Unstable sub -grade removal (contingency item) dollars and cents 13. 300 Tons Class II Aggregate Base (contingency item) dollars and cents 14. Lump Sum Traffic control Dollars and cents 15. 2 Each Adjust water vaults to grade dollars and cents 16. 1,180 L.F. 3 inch PVC Schedule 40 conduit 17. 7 Each No. 5 Pull Box TOTAL AMOUNT OF BID and cents. dollars 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 ALL AMERICAN ASPHALT, hereinafter referred to as "CONTRACTOR ". RECITALS CITY requires a general contractor to construct a public works project generally described as PAVEMENT REHABILITATION AND OVERLAY PROJECT F.Y. 2007 -2008 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, an 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. 1.5 The CONTRACTOR shall pay wages to CONTRACTOR's employees and to all laborers and mechanics employed on the project according to the current "General Prevailing Wage Rates" issued by the Department of Transportation of the State of California. 2.0 EXTRA WORK 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. 3.0 PAYMENT FOR SERVICES Payment for CONTRACTOR's work to be rendered hereunder shall be in accordance with the provisions of Attachment B which is attached hereto and incorporated herein as though fully set forth at length. 3.5 SECURITY FOR CONTRACTOR'S PROMISE TO PERFORM 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 performance security shall be: 100 %. B. The form of the security shall be: 1. Cash; 2. Cashier's check made payable to the CITY; 3. A certified check made payable to the CITY; 4. A 100% performance and labor and material bond executed by an approved surety insurer, 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. 4.0 TERM OF CONTRACT 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 on the date of the Notice to Proceed and shall continue until all tasks to be performed hereunder are completed or this CONTRACT is otherwise terminated. CON6724.DOC 05K10 Page Jul 92 E -1 4.3 CONTRACTOR shall fully complete the performance of this contact within sixty working days of the date on the Notice to Proceed. 5.0 TERMINATION OF CONTRACT In the event of the CONTRACTOR'S failure to prosecute, deliver, or perform the work as provided for in this CONTRACT, the CITY may terminate this CONTRACT by notifying the CONTRACTOR by certified mail of said termination. 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 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 Attachment C 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's 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 CON6724.DOC E -2 05K10 Page Jul 92 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 which 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. 11.0 DISPUTES 11.1 If a dispute should arise regarding the performance of this CONTRACT, the following procedures shall be used to address any question of fact or interpretation not otherwise settled by agreement between the parties. Such questions, if they become identified as part of a dispute between persons operating under the provisions of the CONTRACT, shall be reduced to writing by the complaining party. A copy of such documented dispute shall be forwarded to the other party involved along with recommended methods of resolution which would be of benefit to both parties. The party receiving the letter shall reply to the letter along with a recommended method of resolution within ten (10) days of receipt of the letter. 11.2 If the dispute is not resolved, the aggrieved party shall send a letter outlining the dispute to the City Engineering Services Director to be resolved. 11.3 If the dispute remains unresolved and the parties have exhausted the procedures of this section, the parties may then seek remedies available to them at law. 11.4 Pursuant to Public Contracts Code section 20104, a claim by the CONTRACTOR for a time extension; payment of money or damages arising from work done by or on behalf of the CONTRACTOR pursuant to the CONTRACT which is not otherwise expressly provided for or the claimant is not otherwise entitled to; or an amount the payment of which is disputed by the CITY, shall be dealt with as follows: A. The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by the CONTRACT for the filing of claims. B. Claim of less than fifty thousand dollars: CON6724.DOC 1. For claims of less than fifty thousand dollars, the CITY shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses or claims the CITY may have against the claimant. E -3 05K10 Page Jul 92 2. If additions► information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the CITY and the claimant. 3. The CITY's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, which ever is greater. C. Claim of fifty thousand dollars or more: 1. For claims of fifty thousand dollars or more, the CITY shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses or claims the CITY may have against the claimant. 2. If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. 3. The CITY's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. D. If the claimant disputes the CITY's written response, or the CITY fails to respond within the time prescribed, the claimant may so notify the CITY, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the CITY's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the CITY shall schedule a meet and confer conference within 30 days for settlement of the dispute. E. If following the meet and confer conference the claim or any portion remains in dispute, the claimant may file a claim pursuant to Chapter 1 (commencing with section 900) and Chapter 2 (commencing with section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subsection A until the time the claim is denied, including any period of time utilized by the meet and confer conference. F. A civil action filed to resolve a claim subject to Section 11.4 of this CONTRACT shall be subject to the provisions of PCC §§ 20104.4 and 20104.6. 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, CON6724.DOC E -4 05K10 Page Jul 92 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. 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: CON6724.DOC Peter Cota - Robles, P.E., Director of Engineering Services City of Encinitas 505 S. Vulcan Avenue Encinitas, CA 92024 E -5 05K10 Page Jul 92 and the address of CONTRACTOR and the proper person to receive any such notice on its behalf is: All American Asphalt Attn: Robert Bradley, Vice President P.O. Box 2229 Corona, CA 92878 -2229 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 As required by California Public Contracts Code section 7106, the CONTRACTOR has submitted as Attachment E the affidavit of noncollusion, which is attached hereto and incorporated herein as though fully set forth at length. CITY OF NCINITAS by by A. obert Bradley, Vic esident Peter Cota- Robles, P.E. All American alt Dated: Dated: z CON6724.DOC E -6 05K10 Page Jul 92 CALIFORNIA ALL - PURPOSE ACF�NOWLEDGMENT State of California County of Riverside SS. On September 17. 2007 before me, Debbie A. Matsen, Notary Public, Date Name and Title of Officer Personally appeared Robert Bradley Name(v) of Signer(A DEBBIE A. MATSEN Commission # 1452589 `z 4__:-My Notary Public - California z Riverside County Comm. Expires Nov 22, 2007 OPTIONAL X personally known to me to be'the personas') whose name(�r) is /em-subscribed to the within instrument and acknowledged to me that heiskeftkegr executed the same in his /herft+iei- authorized capacity(ies), and that by his /h-FAhe;r- signature(.es on the instrument the persons) or, the entity upon behalf of which the person,(.$) acted, executed the instrument. WITNESS my hand and official seal, Signature of Notary Public 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: Contract. City of Encinitas Document Date: September 17, 2007 Number of Pages: 7 Signer(s) Other Than Named Above: None. Signer's Name: Robert Bradley Individual XCorporate Officer Title(la'j: Vice President _Partner- _Limited _General _Attorney -in -Fact _Trustee _Guardian or Conservator Other: Signer is Representing: All American Asphalt Top of thumb here ATTACHMENT A PAVEMENT REHABILITATION AND OVERLAY PROJECT FY 2007 -08 WORK TO BE DONE All work shall be done in accordance with the Special Provisions, the "Greenbook Standard Specifications for Public Works Construction (2006 edition), and the May, 2006 edition of the State of California Department of Transportation Standard Specifications, the San Diego Area Regional Standard Drawings (April, 2006 edition), and the State of California Department of Transportation Standard Plans (May, 2006 edition). The work to be done is located City -wide. In general, the work involves 1.5" PMAC Overlay, 2" Asphalt Rubber Hot Mix, variable cold plane, striping, legends, manhole adjustments, water valve adjustments, survey monument adjustments, traffic loop replacement, and other appurtenant work. Specific items and quantities of work are listed in the Bid Schedule. CON6724.DOC E -9 05K10 Page Jul 92 BOND No. 088 92 050 FAITHFUL PERFORMANCE BOND EXECUTED IN TWO (2) FOR PARTS PAVEMENT REHABIuTATiON AND OVERLAY PROJECT F.Y. 2007 -200$ KNOW ALL MEN BY THESE PRESENTS that ALL AMERICAN ASPHALT as CONTRACTOR and -yLDZITY AND DEPOSIT COMPANY OF MARYLAND as SURETY, are held and firmly bound unto the City of Encinitas, as the CITY, in the penal sum of _ * *BELOW dollars ($ **BELOW ), 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. THE CONDITIONS OF THIS pBLIGATION 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, incJuding reasonable attomeys' 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 contend documents shall not in•,gny 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 13th day of SEPTEMBER . 2007 . CONTRACTOR ALL AMERICAN ASPHALT B r ic,e Peet, SURETY ACKNOWLEDGMENT of Execution by CONTRACTOR and SURETY in the proper format, shall be attached to this bond. * *ONE MrLU'ON, SIX HUNDRED SIXTY NINE THOUSAND, SIX HUNDRED SIXTY NINE AND 25 /100ths ($1,669,669.25) DOLLARS CON6724.00C 05K10 Page Jul 92 E -7 vr+�n vr�ww MLL- r-UKrUbt AUJIMWLEDGMENT State of California County of Riverside SS. On September 17 2007 before me, Debbie A. Matsen Notary Public Date Name and Title of Officer Personally appeared Robert Bradley Name(o) of Signer() DEBBIE A. MATSEN Commission # 1452589 Notary Public - California Riverside County My Comm. Expires Nov 22, 2007 OPTIONAL X personally known to me to be the person() whose nameW is /ere- subscribed to the within instrument and acknowledged to me that he /sheA4e�r executed the same in his /he#t4eif�authorized capacity(", and that by his /he# their signature($) on the instrument the person($) or, the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal, Signature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document: Faithful Performance Bond City of Encinitas Document Date: September 13 2007 Signer($) Other Than Named Above: Owen M. Brown Signer's Name: Robert Bradley _Individual XCorporate Officer Title(a): Vice President _Partner- Limited _General _Attorney -in -Fact _Trustee _Guardian or Conservator Other: Signer is Representing: All American Asphalt Number of Pages: 1 Top of thumb here CALIFORNIA ALL - PURPOSE ACKNOWLEDaI muT State of California EMI+ of ORANGE I ss. On 9 -13 -07 before m OaDeft e, BARBARA J. BENDER NOTARY PUBLIC Naor ww Tia d akw .p., :lair Ooa Nalary pWi+) personally appeared nWEN ,r RIR UM , •te «�aww BARBARA J. BENDER COMMI lon # 1494946 Pub0c NOW 61MV Comm. INPION Jul 13. to be the person(s) whose namely ishM subscribed to the within instrument and acknowledged to me that he/4111111111OWy executed the same in hisNlliftOr authorized j ; is), and that by his/her on the instrument the Pemon�), or e upon behalf of which the person(I) Though On kAMS116a Wow OPTIONAL is 1101 Mquftd by and r no hax vaht*f 60 pe►s logm doc m are dua..V and coW prevwN realtadrnerlt of this lam b a►raalar dnctrrler� Description of Attached Document Title or Type of Document PERFORMANCE BOND N0. 088. 92 050 Document Date: 9-13 -07 ONE (1) Number � Pages; Signers) Other Than Named Above: ALL AMERICAN ASPHALT C"Citypes) Claimed by Signer Signer's Name: OWEN M. BROWN ❑ Individual ❑ Corporate Officer — Tiee(s): "ft-6 ❑ Partner — ❑ Limited ❑ General 266Momey -in -Fad ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Represerft. FIDELITY AND DEPOSIT COMPANY OF MARYLAND e�weNrw�rNw.rtisornron•aosoasao _"`... ��� ,•�•.-- '"�ww�,'�,`c- <:�%G''�^C% Aas.,PA. eacBq�•grlwwA�GOf3taaru....� - .--. _n =w Namdm Ca/ ToWFna 1 BOND NO. 088 92 050 EXECUTED IN TWO, (2) LABOR AND MATERIALS BOND PARTS FOR PAVEMENT REHA131UTATION AND OVERLAY PROJECT F.Y. 2007 -2008 KNOW ALL MEN 13Y THESE PRESENTS that ALL AMERICAN ASPHALT as CONTRACTOR, and FIDELITH AND as SURETY, are held and firmly bound unto the City of Encinitas, as the CITY, in the penal sum of * *RFT nW dollars ($ * *gRTaa ) 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_ 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 hosts 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 InAhe judgment therein rendered, which amount shall inure to the benefit of all person entitled to flip claims under the State Code of CM 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 wrrNESS WHEREOF the parties hereto have set their names, titles, hands, and seals this day of SEPTEKBER , 20 07 CONTRACTOR SURETY ACKNOWLEDGMENT of Execution by CONTRACTOR and SURETY in the proper format, shall be attached to this bond. * *ONE MiLLWN, SIX HUNDRED SIXTY NINE THOUSAND, SIX HUNDRED SIXTY NINE AND 25 /100ths ($1,669,669.25) DOLLARS CON6724.00C E -8 05KIO Rage Jul 92 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT ti State of California County of Riverside SS. On September 17 2007 before me, Debbie A. Matsen Notary Public Date Name and Title of Officer Personally appeared Robert Bradley Name($') of Signer(g) DEBBIE A. MATSEN Commission # 1452589 z , Notary Public - California Riverside County My Comm. Expires Nov 22, 2007 OPTIONAL X personally known to me to be the persons) whose name( is /aFe- subscribed to the within instrument and acknowledged to me that he /sheMt ey _ executed the same in his/ber/thak- authorized capacity(ies), and that by his /he##jeif_ signaturejs) on the instrument the personA or, the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal, Signature of Notary Public 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: Labor and Materials Bond C*itY of Encinitas Document Date: September 13 2007 Signer($) Other Than Named Above: Owen M. Brown Signer's Name: Robert Bradley Individual XCorporate Officer Title(s): Vice President _Partner- Limited _General _Attorney -in -Fact _Trustee _Guardian or Conservator Other: Signer is Representing: All American Asphalt Number of Pages: 1 Top of thumb here CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of ORANGE I ss. On 9 -13 -07 before me, BARBARA Da4 J. BENDER, NOTA_Ry PUBLIC, Name and Title d Olficar (e.g., '.lane Doe. Notary Puh6cl Personally appeared nWM M - Ru nr na Names) d s9_(s) BAR BENDER —__ Commission # 149 4946 Notary Pubtic - Califomla Orarve Comm. Expires J� 3 L0MY , 2008- 8- XUpersonally known to me ♦s 4I'4 •d to be the Person(s) whose name(*) is/W subscribed to the within instrument and acknowledged to me that he/y executed the same in his/lOINOir authorized capacity(is), and that by hisA signature() on the instrument the person(e), or the e�tit� upon behalf of which the person(p) act a ecuted the instrument. OPTIONAL Though the infomtabon below is not required by law, it may prove valuable to persons relying on the document end could fraudulent remo end reattachment of this form to another docwn wn t prevent val Description of Attached Document Title or Type of Document: LABOR & MATERIALS BOND NO. 088 92 050 Document Date: 9 -13 -07 Number of Pages: ()NE (1) ALL AMERICAN ASPHALT Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: OWEN M. BROWN ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner — ❑ limited ❑ General ttomey -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Representing: FIDELITY AND DEPOSIT COMPANY OF MARYLAND - - - - - - - .­ - o,NSeNe>Ndry AMda6e - 83so Be De Soo Ave.. P.O. Boot 2402. CAaW.oM. t•-s o,a,z�..n _ ..Y__ _' RiGr+r rr+ur.�apRir.� 0 SIGNER ,^tea r M. 5907 Reorder: Card TON -Free 14800$76 -6827 FIDELITY AND DEPPower of Afforney OSIT COMPANY OF KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DE MARYLAND corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. in pursuance of authority granted by Article Vl, Section 2, of the g POSIT COMPANY OF MARYLAND, a reverse side hereof and are hereby certified to be in full force and effect on the date h e BARNES, Assistant Secretary, By-Laws of said Company, are set forth on the and appoint Owen M. BROWN, of Anaheim, California, its true and seal and deliver, for, and on its behalf as surety, and as its act by nominate, constitute execution of such bonds or undertakings in pursuan iREOmpany, act, to make, execute, al takings, and the amply, to all intents and purposes, as if t s> s Q the Company at its office in Bal ' xec as fully and behalf of Owen M. heir � ged by the regularly elected officers of at d �r r1 his power of attorney revokes that issued o The said Assistant ---ten t1 y� n Section 2, of the By_ IN WITNESS WI affixed the Corporate December, A.D. 2004. ATTEST: 'gyp OEPps'i o � � �c.niro`0 o fly that the extract set forth on the reverse side hereof is a true co 7Z Pany, and is now in force. copy of Article VI, R OF, the said Vice - President and Assistant Secretary have hereunto subscribed their nam es and Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 27th day of State of Maryland City of Baltimore ss: FIDELITY AND DEPOSIT COMPANY OF MARYLAND 4-1- /-) , />'� Eric D. Barnes Assistant Secretary By. r i William J. Mills Vice President On this 27th day of December, A.D. 2004, before the subscriber, a Notary Public of the State commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the fate of Maryland, duly described in and who executed the preceding instrument, and they each acknowledged the execution di Secretary of the by me duly sworn, severally and each for It deposeth and with, that they are the said officers of the (duals and officers and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the the same, and being and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority aforesaid, the said Corporation. said Corporate Seal IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the �ty and direction of written. e day and year first above (... Maria D. Adamski My Commission Expires: July g 2007 Public POA -F 012 -4160 3 4,676 Tons 4. 3,711 Tons 5. ife . BID Item. race; In words Clearin., f: Clearing and Grubbing "Dig Outs" at dollars and cents ` 0 er ton 2" Asphalt Rubber Hot Mix (ARHM -GG_B) dollars and cents 1.5" PMAC Overlay 20,075 dollars and Square Yards Variable cold plane cents 1 6. Lump Sum 7. 33 Each 8. .26 Each 9• 1 Each 10. 181 Each 11. 20 Each �-O dollars and cent s Per sq d triping and Le ends ollar cents each Adjust manholes dollars and cents each Adjust existing 6 -inch g ate valve slip and cover. Install 6" x 6 $ cap (includes reclaime water wring and asphalt T,, p valves) doll 13 zx q �� ass /5 ky, ADD. 31y"', ars and o o�sco . cents each Replace existing 12 -inch blowoff valve ca with new adjustable SBF P $ valve box cover.. 1243 adjustable 28" . Adjust to grade. Install X 6„ cap AC ring and asphalt L -__ dollars and ��0 cents each raffic. Loops (includes home runs) dollars and $ cents each oZS �o Adjust Survey Monumen dollars and cents aa- SC�7, �y3 $ 3CQ ?3 Ll q, /-A11,SI7. 5,oy1�, 12. 150 C y Unstable, -sub . item) ;grade r e 13. and ou ars ontinge Cy $ , 300 Tons cents Class 11 Aggregate Base ! 38 So (contingency item) $ ck 7255 14. Lump Sum Tr cents dollars and arc Control Dollars and a `I 3--0 15. 2 Each cents $ Aqust wafer vaults to $ 16. ad grade 4kr 300,' yS� 1:,180 L. F. g $ ' Bch pVC ents dollars $ Schedule 40 conduit 3, 17. 7 Each � onduif -- P!c pull oX $ 410.- $ TOTAL AMOUNT OF BID rig; j �o and ` K�- oltars --- Cents.