Loading...
CMS99K - Guardrail Replacement VariousRecording requested by: City of Encinitas When recorded mail to: ) City Engineer ) CITY OF ENCINITAS ) 505 South Vulcan Ave. ) Encinitas CA 92024 ) - ;i -:i1r, N !.J' 1WN F: , !.,1i.ifa!`1' f:E ��F,1 E F_: , F6 L `IGE TIME: 10:00 NM SPACE ABOVE FOR RECORDER'S USE CITY OF ENCINITAS, CALIFORNIA NOTICE OF COMPLETION To all Subcontractors, Laborers, Material Men and Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on or about January 12, 2000, the project CMS99K, entitled "Guardrail Replacement Citywide" in which Crown Fence Co. was the contractor and Fidelity and Guaranty Insurance Company was the surety, was completed. CITY OF ENCINITAS at&,-J � Uw- Alan D. Archibald, P.E. City Engineer VERIFICATION OF CITY CLERK I, the undersigned, say: am the City Clerk of the City of Encinitas; the City Council of said City on February 9, 2000 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on February 9, 2000, at Encinitas, California. CITY OF ENCINITAS Deborah Cervone City Clerk ar6340 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, Carlsbad, Oceanside 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 printed copy, has been published in, each regu- lar and entire issue of said newspaper and not in any supple- ment thereof on the following dates, to -wit: February 25 1999 March 04 1999 I certify under penalty of perjury that theforegoing is true and correct. Executed at Encinitas, County of San Diego, State of California on the 4th day of March, 1999 C M� Clerk of the Printer Space above for County Clerk's Filing Stamp t� CITY OF ENCINITAS PUSUC NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the City of Encinitas, California, is inviting sealed bids for construction of an Engineering Services Project tilled " Ghuudrall Bill ....r .. ..y.toru Ttroudhout the QW, Bide will be received at the office of the City Clerk until 2:00 p m.. March 111. 11K at which time they will be opened and read aloud by the City Clerk. They shall be submitted in a waited envelops addressed to: Deborah cwvorw, City Clerk, City of Encinflas, 505 S. Vulcan Avenue, Endnft % CA 92024. The outside of the envelope shah be written: "ATTN: Guardrail Replacement, Various Locations Throughout the City, BID, DO NOT OPEN UNTIL 2:00 P.M., MARCH 18,1999 -. PROJECT DESCRIPTION: Work to be done consists of removal and replacement of "sting guardrail along Highway 101, Leucadk Boulevard, and San Elio Avenue. The cost of construction is estimated to be $475,000. Work to be completed within 45 work- ing days. This Is a federally funded project, and DBE Contractors are strongly encouraged to bid on this project. The City of Encinitas has set the annual Disadvantaged Business Goal at 10% for the federal fiscal year of October 1, 1888 to September 30, 1999. AN contrac- tore bkkWV on this project must make a goad faith effort to meet this 10% DBE goal The Inability to show a good fallh effort to ob ain the DBE goal of 1o% by the low bidder will be grounds for rejec" their bid. Copies of the bid package will be available at the Engineering Services counter, ^,ity Hall, 505 S. Vulcan Avenue, Encinitas, CA 82024. One bid package per contractor. Additional bid packages will cat $10.00 each. For further information, contract the Engineering Services Departmerht at (780) 833-2770. 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 informally in the bidding and to adapt any bid or portion thereof. - Alan D. Archibald, P.E Director of Engineering Services CN 2191 • Feb. 25 March 4 1999 City of &;cinitas September 2, 1997 Mr. Gary Vettese Local Assistance Engineer CalTrans, District 11 P.O. Box 85406 San Diego, CA 92186 -5406 RE: Submission of HES Work Type Improvement: Upgrade/Replace Guardrails Dear Mr. Vettese: Enclosed is our application for 1997 -98 Hazard Elimination Safety (HES) Funds. As a candidate project for inclusion in the HES Program, we propose to replace substandard guardrail along Highway 101, within the City of Encinitas limits. The proposed project total is $495,208. Highway 101 is a vital corridor through the City of Encinitas and serves both regional and local needs. Due to its close proximity to I -5, Highway 101 serves as the only major north/south bypass for both morning and evening commuters. In addition, this route supports local traffic traveling to the downtown shopping district, beaches, parks, and restaurants. This route presents many safety concerns as enumerated in the attached application. Guardrail has been constructed along many portions of this route to address these safety issues. A safety needs assessment, however, has revealed that the guardrails along this thoroughfare are substandard, showing signs of aging and severe deterioration. We propose using HES funds to replace /upgrade substandard guardrail, thereby strengthening these reinforcements along the road and offering greater protection to motorists. Enclosed are the following to support our application: • HES Work Type Improvement Application • Location Map • Safety Index Calculation Worksheet • Illustrative Photographs • Costs Spreadsheet Thank you for considering our proposal. Please do not hesitate to call if you have any questions. Sincerely, k ana4 Alan Archibald Engineering Services Director enclosures Local Assistance Program Guidelines Exhibit 9 -D HES Work Type Improvement HES WORK TYPE IMPROVEMENT Work Type Category: Upgrade/Replacement of Guardrails Applicant: City of Encinitas, California Project Locations (attach location map): On both sides and along the median strip of Coast Highway 101; on one section of San Elijo Avenue; at one section of Leucadia Boulevard. (For location map, please refer to Attachment 1) Describe Safety Problem to be Corrected: The Highway 101 corridor, through the City of Encinitas, serves both regional and local needs. Due to its close proximity to I -5 (1/4 miles to the West), during both the AM and PM commutes it functions as the only major north/south bypass in the area. Moreover, this is a major artery for local traffic traveling to the downtown shopping district, beaches, parks, and restaurants. This particular route poses several safety concerns: 1. Due to it's coastal location, this corridor is often foggy with limited visibility, creating a potential safety hazard for motorists. 2. Many travelers along this route are tourists, and therefore unfamiliar with the route. 3. The portion of the coastal route within the city limits has limited street lighting. 4. Steep drop -offs and embankments line many sections of the roadway. 5- Heavily used train tracks, running parallel to Highway 10 L pose, a potential safety hazard to motorists. In some locations, existing guardrail acts as the only barrier between Highway 101 and the train tracks. 6. Large eucalyptus trees line the medians and sides of Highway 101. Guardrails have been erected to prevent motorists from colliding into these trees. In addition, two other heavily traveled locations in close proximity to Highway 101 - -one of Leucadia Avenue and one on San Elijo Avenue - -pose significant safety concerns due to deep embankments along the road or sharp "S" turns (for specific locations please refer to location map, Attachment 1). Guardrails have been erected along these routes to address these safety concerns. A safety needs assessment, however, has determined that guardrails along portions of these routes are substandard. The majority of the guardrails are over thirty-five old and show signs of aging and severe deterioration. Some of the guardrails are constructed out of wood. In their weakened structural condition, the guardrails in these areas are not able to serve as adequate safety barriers, as intended. Accident data show over the last three years there have been 199 reported accidents along the Highway 101 corridor. Guardrails were involved in 15 of these accidents. In at least one accident, a motorist broke through wooden guardrail and came to rest in a seven foot drainage ditch on the side of the road. The car was traveling at a rate under the posted the Local Assistance Program Guidelines Exhibit 9 -D HES Work Type Improvement speed limit when it broke through the guardrail. (For the safety index calculations, please refer to Appendix 2, Exhibit 9 -A.) Attachment 3 contains representative photographs of substandard guardrail that is ubiquitous to these routes. An explanatory guide of the photographs precedes these photographs. Describe Proposed Improvement: As a means of addressing the safety concerns listed above, the City of Encinitas proposes to remove and replace all inadequate guardrail along Highway 101, on a portion of Leucadia Boulevard, and on one section of San Elijo Avenue. Newly constructed guardrail will provide stronger reinforcements along these routes, thereby offering greater protection to motorists. Project Cost ($1,000): If awarded HES funds, the City plans to contract out the replacement of guardrails, as this has been determined the most cost - effective means of construction. Based on past guardrail construction projects, the estimated cost of guardrail per foot (including block, post, rail, rail bolts, splice nuts, and end terminals, construction and installation) is $28 foot. For cost break -down, please refer to Attachment 4. Construction $ 495 - — — Preliminary Engineering $ N/A Construction Engineering $ N/A Totals $ 495 Number of Accidents (last 3 years) Posted ADT Speed Limit Fatal 3 Major Direction 22,000 35 40 -45 Injury 50 Minor Direction N/A N/A PDO 146 Was Project Selection Based on a Safety Management System? No If not, explain how the project was chosen: This project was based on a Safety Needs Assessment conducted by the Traffic Engineering Division of the Engineering Department and the Streets Maintenance Division of the Public Works Department. Proposed Award Date: ASAP. Is Right of Way Acquisition Required? No. Local Assistance Program Guidelines Exhibit 9 -1) HES Work Type Improvement Are Any Environmental Problems Anticipated? No. Prepared by: Wendie Schulenburg, Engineering Department Tom Gallup, Public Works Department Jennifer Hitcho, Engineering Department Telephone: (760) 633 -2772 for Wendie Schulenburg (760) 633 -2843 for Tom Gallup (760) 633 -2839 for Jennifer Hitcho Attachment 2 Local Assistance Program Guidelines EXHIBIT 9 -A Safety Index Calculation Form SAFETY INDEX CALCULATION CITY /COUNTY OF Encinitas DAB J 1- CALCULATED BY PROJECT LOCATION Along the Highway 101 Corridor CHECKED BY PROPOSED IMPROVEMENT Upgrade /Replacement of Guardrail PROJECT PURPOSE To increase safety conditions along Highway 101 by ,---1 -4 nr. C „hCf- nnA;;rrl g„ar(Irai 1 _ $495 ADT (existing, all directions, in 1000s) 22 TOTAL COST (in $1000s) & NUMBER OF LOCATIONS, OR LENGTH IN MILES 6 PROPOSED AWARD DATE: ASAP TOTALS 67 13.4 1,177.6 INITIAL ACCIDENT RATE SAFETY INDEX IAR = "B” 1.39 SI = "G" (x 100) 237.82 ADT x 0.365 x NO Total Improvement Cost EXPECTED ACCIDENT RATE EAR = "B" - "D" = 1.11 If EAR < ABR * *, Calculate Adjusted Safety Index ADT x 0.365 x NO REDUCED REDUCTION FACTOR ADJUSTED SAFETY INDEX RRF = "C" x (EAR/ABR)3 = ASI = ERE x SI = C" * Number of locations, or if other than spot locations, use length in miles w/ minimum length of one mile ** From Exhibit 9 -C District Check by: Date: Page 9 -9 July 9, 1997 COLUMN A B C D E F G TOTAL ACCIDENTS LAST THREE (3) YEARS AVERAGE NO.OF ACCIDENTS PER YEAR REDUCTION FACTOR ACCIDENTS REDUCED ACCIDENT COSTS ($1,000's) LIFE OF IMPROVE- MENT SAVINGS IN ACCIDENT COSTS (S1,000's) SEVERITY OF ACCIDENTS A+ 3 (RF) ** B x C wean i rural ** D x E x F FATAL+ INJURY 53 18 0.20 3.6 24.0 61.0 10 864 PDO 146 49 0.20 9.8 3.2 10 313.6 TOTALS 67 13.4 1,177.6 INITIAL ACCIDENT RATE SAFETY INDEX IAR = "B” 1.39 SI = "G" (x 100) 237.82 ADT x 0.365 x NO Total Improvement Cost EXPECTED ACCIDENT RATE EAR = "B" - "D" = 1.11 If EAR < ABR * *, Calculate Adjusted Safety Index ADT x 0.365 x NO REDUCED REDUCTION FACTOR ADJUSTED SAFETY INDEX RRF = "C" x (EAR/ABR)3 = ASI = ERE x SI = C" * Number of locations, or if other than spot locations, use length in miles w/ minimum length of one mile ** From Exhibit 9 -C District Check by: Date: Page 9 -9 July 9, 1997 Attachment 3 HES WORK IMPROVEMENT PROJECT PROPOSAL Applicant: City of Encinitas Proposed Project: Upgrade/Replacement of Guardrail ILLUSTRATIVE PHOTOGRAPHS Photo 1: Wooden guardrail along Highway 101 shows signs of weathering and decay. At least one motorist has driven through the wooden guardrail into the drainage channel depicted here. Photo 2: Guardrail along Highway 101 has become detached from anchor posts. Photo 3: Guardrail that has been hit by a motorist and shows signs of severe structural damage. Photo 4: Guardrail intended to prevent motorists from colliding into trees is now resting along the base of the tree. Photo 5: A eucalyptus tree along Highway 101 has begun to grow over the guardrail. HES WORK PROJECT APPLICATION August 28, 1997 olm 00 :I i 00 PHOTO 3 PHOTO 4 0 0 to milk 'OF jr city Of Encinitas March 18, 1999 Mr. Gary Vettese District Local Assistance Engineer Caltrans, Office of Local Assistance P.O. Box 85406 San Diego, CA 92186 -5406 Dear Mr. Vettese: STPLHG- 5446(004) City of Encinitas: CMS99K We are currently advertising the Guardrail Replacement- Various Locations Project, (STPLHG- 5446(004). The project began advertising on February 25, 1999. The pre -bid meeting /field walk through was held on Friday, March 12, 1999. The bid opening is scheduled for Tuesday, April 13, 1999 at 2:00 p.m. at City Hall located at 505 S. Vulcan Avenue, Encinitas. After the bid opening we will submit the required paperwork from our contractor and inform you of the date and time of the pre- construction meeting. If you have any questions, please contact me at (760) 633 -2783. Sincerel Ki , pP err Assistant Civil d�/� Engineer cc: Lloyd Holt, Sr. Civil Engineer gc6117 TEL 760-63;-2600 / FAX 760 - 633 -262 jU5 ti. A ulcan Avenue, Encinitas. California 92024 -3633 TDD ?60 -633 -2700 recycled paper Invoice LA PRENSA SAN DIEGO • PH. (619) 231 -2873 1950 - 5TH AVE., STE. 1 -3 • SAN DIEGO, CA 92101 4/5/99 14987 City of Encinitas 505 S. Vulcan Avenue Encinitas, CA 92024 Attn: Kipp Hefner Legal Advertisement - Public Notice "Guardrail Replacement, Various 147.06 Locations Throughout the City" 114 Agate Lines @ $1.29 per line Published 3/19/99 Legal Advertisement - Public Notice "Guardrail Replacement, Various 147.06 Locations Throughout the City" 114 Agate Lines @ $1.29 per line Published 3/26/99 Legal Advertisement - Public Notice "Guardrail Replacement, Various 147.06 Locations Throughout the City: 114 Agate Lines @ $1.29 per line Published 4/2/99 Subtotal 441.18 TOTAL $441.18 012 kW 117 /If 70109 (4,'981 TRANSMITTAL FORM CITY OF ENCINITAS 505 S. Vulcan Avenue Encinitas, CA 92024 -3633 FAX: 633 -2818 Comunity Development Engineering Fire Administration Fire Prevention Public Works DATE: 113 SEND TO FAX 4 , 61 g1) i 74 - 628r / TO: G1A9-ks V�' ryNo-j COMPANY: q- moo2e- # PP ATTACHED IU FROM: V QP tJF- 1 =lyElZ PHONE: 760/633- 2 7 $3 ❑ Call ASAP ❑ Review & Call 0 Please Handle 0 Per Our Conversation ❑ Review & Return & F.Y.I. ❑ Please Reply by o�2 QV��.� �Yy24NG P2DC -t��M . P C;F1� T c7J�_A2D Nk Go�puy 0 f�5s�21'tNC� �Q oC 2Akr1 FofZ l 5 Iry (-,_1< Gaove CAS- l�0,2Nl+fit CSAtfZ>4MF N i �T2�%� gj& N "•) v o � t- ApoR -E TG 7 1 LE-A6� Dom N .1 r'j h400Q-L-��% '-o o G: \fax -n.doc ,j) _ 16K . i2EG2 v�2Fr- -�N-CS �D 64ry Dom N .1 r'j h400Q-L-��% '-o o G: \fax -n.doc City of Encinitas Quality Assurance Program For Non -NHS Routes Engineering Services Department October 1998 CITY OF ENCINITAS QUALITY ASSURANCE PROGRAM (NON -NHS ROUTES ONLY) TABLE OF CONTENTS I. QUALITY ASSURANCE PROGRAM A. Introduction B. Guidelines II. ACCEPTANCE TESTING A. Introduction B. Qualified Laboratory C. Certification of Personnel D. Reporting Test Results III. INDEPENDENT ASSURANCE SAMPLING & TESTING A. Introduction B. Responsibility for Independent Assurance Sampling and Testing C. Certification and Records Keeping D. Performing Independent Assurance Sampling and Testing Functions E. Equipment Calibration IV. TESTING OF MANUFACTURED MATERIALS V. RECORDS VI. PROJECT CERTIFICATION I II QUALITY ASSURANCE PROGRAM A. INTRODUCTION A Quality Assurance Program (QAP) is a sampling and testing program that will provide assurance that the materials and workmanship incorporated in a Federal - aid project conform to the specifications. The following QAP are guidelines for the City of Encinitas Public Works Department on all projects funded by the Federal Highway Administration (FHWA), and administered by Caltrans, that are not on the National Highway System. B. GUIDELINES These guidelines will discuss Acceptance Testing, Independent Assurance Sampling and Testing, the Testing of Manufactured Materials, Records and Project Certification. ACCEPTANCE TESTING A. INTRODUCTION Acceptance testing is the regular testing of materials entering a construction project to verify that the materials, or products, comply with contract specifications. To verify compliance, test data are compared to contract specifications, or standards, which include: 1. Acceptable minimum limits 2. Acceptable maximum limits 3. A range of acceptable limits The Department will refer to the acceptance testing frequencies and procedures described in Section 2 -18 of the Caltrans Local Programs Manual. Prior to performing acceptance tests, representative materials must be taken at specified locations. The Department will refer to the following guidance documents for sampling of materials. 1. Construction Manual (Caltrans) 2. Local Programs Manual (Caltrans) 3. Materials Testing Manual (Caltrans) 4. Standard Specifications 5. Special Provisions 6. Other project documents B. QUALIFIED LABORATORY The Department will contract for laboratory services with another local agency or with a private consultant for sampling and testing materials. The laboratory must be under the supervision of a California registered engineer. The following general guidelines will be met for a materials testing laboratory to be qualified by the Department: 1. The Laboratory Supervisor must provide the Independent Assurance Sampling and Testing person (see Section III of this document) and the Resident Engineer with a complete list of standards (test procedures) that are to be performed at the facility. The test procedures must be accepted standards (IE: American Society for Testing Materials (ASTM), American Association of State Highway and Transportation Officials (AASHTO), California Test Method (CTM), etc.) 2. The laboratory must have current or updated revisions for each test procedure identified in Section II.B.I above. 3. The laboratory must have acceptable test equipment (as described in each test Procedure). 4. The test equipment must have calibration stickers firmly affixed to each critical device. Calibration stickers must include: a. Date of calibration b. Equipment identification number, and C. Name of calibrator Calibration equipment must be traceable to the National Institute of Standards and Technology. Calibration dates on the attached stickers must be within the last 12 months. Calibration record summaries must be available so they can be reviewed by Independent Assurance Sampling and Testing personnel and by the Resident Engineer. 5. The laboratory must present evidence of participation, with acceptable ratings, in a materials correlation- testing program (IE: AASHTO Materials Reference Laboratory, Cement and Concrete Reference Laboratory, Reference Samples Program, etc.). 6. General Observations are summarized to include: Whether or not the facility was clean and well equipped; Whether or not the testing equipment appeared to be in good working condition: Whether or not the facility contained reasonable safety equipment. C. CERTIFICATION OF PERSONNEL Before executing an agreement with a qualified laboratory, the Department will require Certificates of Proficiency for an Acceptance Tester from laboratory personnel. The certificates can be issued by Caltrans (Form TL -0111, Certificate of Proficiency) or by a non - Caltrans organization such as the National Institute for Certification in Engineering Technologies (NICET). The laboratory must also submit evidence of personnel training and experience of acceptance sampling and testing. In cases of extreme emergency, someone not certified may perform sampling and testing. The Department's Resident Engineer will assure himself/herself of the person's competency and every effort should be made to obtain a certified person as soon as possible. The occasions will be limited to unforeseen circumstances. D. REPORTING TEST RESULTS The following are departmental goals for reporting materials tests results to the Resident Engineer: 1. When the aggregate is sampled at materials plants, test results for Sieve Analysis, Sand Equivalent and Cleanness Value should be submitted to the Department Resident Engineer within 24 hours after sampling. 2. When materials are sampled at the job site, test results for compaction and maximum density should be submitted to the Department Resident engineer within 24 hours after sampling. 3. When soils and aggregates are sampled at the job site, test results for Sieve Analysis, Sand Equivalent and Cleanness Value should be submitted to the Department Resident Engineer within 24 hours after sampling. 4. When soils and aggregates are sampled at the job site, test results for "R" value and asphalt concrete extraction should be submitted to the Department Resident Engineer within 96 hours after sampling. 5. When sampling products such as Portland Cement Concrete (PCC), cement - treated base (CTB), asphalt concrete (AC), and other such materials, the time of such sampling shall be varied with respect to the time of day insofar as possible, in order to avoid a predictable sampling routine. 6. The reporting of Acceptance Tests results shall be done on an expedited basis such as by fax or telephone with original test results sent by mail or other delivery method. III. INDEPENDENT ASSURANCE SAMPLING AND TESTING A. INTRODUCTION Independent Assurance Sampling and Testing (IAST) is periodic testing, by a specially trained tester, to verify that acceptance testing is being performed correctly. The concept of independent assurance sampling and testing is To "Test the Tester" and two main areas will be evaluated: 1. Ensuring test equipment is calibrated 2. Ensuring acceptance testers are adhering to test procedures During construction, the Independent Assurance Sampler and Tester must verify the reliability of Acceptance Testers by: 1. Inspecting test equipment and verifying annual calibration 2. Witnessing sampling and testing 3. Providing split - sample materials and comparing test results between the Acceptance Tester and the IAST person Witness Testing and Split - Sample Testing must be properly documented by the IAST person. During the Split- Sample Tests, the Independent Assurance Sampler and Tester must not use the same test equipment used by the Acceptance Tester. The Department recommends the Acceptance Tester perform Split - Sample Tests at the facility normally used and the IAST person perform tests at another qualified lab facility. Independent assurance sampling and testing shall not be used to verify specification compliance on construction projects. A material sample shall never be split so that part of the sample is used for acceptance testing and the other part is used for independent assurance sampling and testing. B. RESPONSIBILITY FOR INDEPENDENT ASSURANCE SAMPLING AND TESTING The Department will contract with a local agency or a private consultant to be responsible for all IAST on Federal -aid projects not on the National Highway System. Selection of IAST people will be based upon knowledge of the IAST Program Procedures, test procedures and past experience of performing the test and training other people to perform the tests. Selection of a private consultant or local agency for ISAT responsibilities shall not be a conflict of interest with the lab providing quality assurance /control for agency, contractor or private consultant. C. CERTIFICATION AND RECORD KEEPING The IAST person shall certify all Quality Assurance Testers and keep written records of: 1. How the QA Testers were trained 2. The tests in which they were certified, decertified, and recertified 3. Equipment calibration 4. Plant scales and measuring equipment calibration 5. Witness and Split Sample Tests Records may be kept on forms similar to those used by Caltrans or any other suitable documents. D. PERFORMING INDEPENDENT ASSURANCE SAMPLING AND TESTING FUNCTIONS Independent assurance samples and tests will be categorized into two groups: I. Split- Sample Tests 2. Witness Tests Split- Sample Tests Split- Sample Tests require certified Independent Assurance Sampler and Testers (IAST) and Acceptance Testers (AT) to perform separate tests of the same materials using California Tests 202, 217, and 227 at least once every six months. The purpose of Split- Sample Tests is to verify test methods and calibration of equipment. During Split - Sample Testing, the AT is required to use his/her testing equipment assigned to a construction project. The IAST must use different testing equipment. For a Split- Sample Test, the certified IAST carefully splits a representative materials sample and presents one portion of the sample to the AT. The portion retained by the IAST must be kept under the direct control of the IAST. Either material for Split- Sample Testing may be job - related material or non job related material, at the discretion of the certified IAST. Upon receiving the Split - Sample, the AT must perform the requested test and submit the test results to the certified IAST. Likewise, the certified IAST is required to test (or directly oversee the testing) for his/her Split- Sample. When testing is completed by the certified IAST, test results of the AT are compared with test results of the IAST. The corroboration of test results between the certified IAST and AT shall be determined based on the values presented in Table 2, Corroboration of Test Results Between Acceptance Testers and Independent Assurance Testers (Split - Sample Tests) in the Caltrans Quality Assurance Program Manual. In the case of poor corroboration, it is the responsibility of the certified IAST, or delegated authority, to immediately provide follow -up action to resolve the difference. If an equipment deficiency is discovered, the defective equipment must be repaired or replaced immediately. If an AT obtains three consecutive poor corroborations for a specific test, he /she will be decertified for that test. This information will immediately be reported to the Department. Witness Tests A Witness Test occurs whenever a certified IAST: 1. Observes an AT sample material and /or conduct a test procedure 2. Documents the event by completing the proper form Witness Tests shall be performed at the project site, or another site as mutually agreed by the IAST and the AT, considering the availability of materials, location of testers, and impact on the construction testing. Another important component of a Witness Test is equipment verification by the IAST. The certified IAST will determine if the equipment is properly calibrated and in good working condition. Table 1 of the Caltrans Quality Assurance Program Manual describes various California Test Methods and minimum frequencies for Witness Tests. E. EQUIPMENT CALIBRATION The certified IAST is responsible for insuring all testing equipment used on each project is properly calibrated and maintained. In addition, the IAST must insure that weighing and measuring devices used to proportion materials in Material Processing Plants are accurate. The IAST shall keep current calibration records on file for departmental review. IV. TESTING OF MANUFACTURED MATERIALS Source Inspection is acceptance testing of manufactured and prefabricated materials at locations other than the job site. The Department ensures that all manufactured and prefabricated material will be inspected and tested. If the Department cannot perform the source inspection and qualified consultants are not available, the Department may request that Caltrans conduct the inspections on a reimbursed basis. V. RECORDS All material records of samples and tests, material releases and certificates of compliance for a given project will be incorporated into the Department Resident Engineer's project file. This file shall be organized as described in Section 16.8, "Project Files," or Caltrans Local Assistance Procedures Manual. The complete project file will be available at a single location for inspection by Caltrans personnel at any time during the construction project. The file will be available in the City Hall, Engineering Department of the City of Encinitas for at least three years following the date of final payment. The use of a "Summary Log," as described in "Tests on Materials Entering the Work" of Chapter 16 in Caltrans Local Assistance Procedures Manual, facilitates review of material sampling and testing by Caltrans reviewing personnel. VI. PROJECT CERTIFICATION Upon completion of the project, the Department Resident Engineer shall complete a "Material Certificate." The Department will include a "Material Certificate" in the Report of Expenditure submitted to Caltrans, Attention: District Local Assistance Engineer. A copy of the "Materials Certificate" will also be included in the Department's construction records. The City's City Engineer will sign the certificate. All materials incorporated into the work which did not conform to specifications must be explained and justified on the "Materials Certificate," including changes by virtue of contract change order. February 23, 1999 ADDENDUM NO. 1 GUARDRAIL REPLACEMENT — VARIOUS LOCATIONS THROUGHOUT THE CITY PROJECT NO. CMS99K TO ALL PROSPECTIVE BIDDERS: A. The following changes are hereby made to the Specifications: Page A -2, first paragraph, add the following: "The award of the contract, if it is awarded, will be to the responsive bidder whose combination of the Base bid with or without the Additive Alternate best benefits the City and is the lowest. The City will award the contract by Base Bid only or Base Bid and Additive Alternate, whichever best benefits the City." 2. Page B -15, Section 304 -2.2, Flexible Guardrail, add the following: "An Additive Alternate has been included in the Bid Schedule. The Additive Alternate consists of the guardrail without the Cor -Ten A treatment on it. The Additive Alternate Bid includes all costs for regular guardrail without the Cor -Ten A treatment, guardrail posts, asphalt concrete, and all incidentals necessary to complete the project including all labor, equipment, and materials." 3. Bid Schedule, page D-4, replace Bid Schedule with the one 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 m16088 Date BID SCHEDULE BASE BID CONTRACT AMOUNT dollars and cents. ADDITIVE ALTERNATE BID 2A. 4,577 meters Guardrail (without Cor -ten A treatment) $ $ ADDITIVE ALTERNATE BID AMOUNT: dollars and cents. BASE BID AND ADDITIVE ALTERNATE BID TOTAL AMOUNT: dollars and cents. m16088 March 5, 1999 ADDENDUM NO. 2 GUARDRAIL REPLACEMENT — VARIOUS LOCATIONS THROUGHOUT THE CITY PROJECT NO. CMS99K TO ALL PROSPECTIVE BIDDERS: A. The following changes are hereby made to the Specifications: Page A -1, Notice to Contractors, ADD the following: "A non - mandatory field walk through will be held on Friday, March 12, at 9:00 a.m. Interested contractors shall meet City staff at the Cardiff State Beach parking lot at 9:00 a.m. on Friday, March 12. The Cardiff State Beach parking lot is located on Highway 101 at the south City limits." All bidders shall acknowledge receipt and acceptance of Addendum No. 2 by signing in the space provided and submitting the signed Addendum with the Bid. Authorized signature m16088 Date March 17, 1999 ADDENDUM NO. 3 GUARDRAIL REPLACEMENT — VARIOUS LOCATIONS THROUGHOUT THE CITY PROJECT NO. CMS99K TO ALL PROSPECTIVE BIDDERS: Page A -1, first paragraph, CHANGE the Bid Opening date to 2 :00 p.m., Tuesday, April 13, 1999. 2. Page A -2, first paragraph: DELETE paragraph called out in item no. one in Addendum No. 1, and REPLACE with the following: "The award of the Contract if it is awarded, will be to the responsive bidder whose Base Bid or Alternate Bid best benefits the City and is the lowest. The City will award the contract by Base Bid or Alternate Bid whichever best benefits the City." 3. Page B -15, Section 304 -2.2, Flexible Guardrail: DELETE the paragraph called out in item no. two in Addendum No. 1 and REPLACE with the following: "A Base Bid and Alternate Bid have been included in the Bid Schedule. The Base Bid consists of clearing and grubbing and guardrail with the Cor -Ten A treatment. The Alternate Bid consists of clearing and grubbing and guardrail without the Cor -Ten A treatment. 4. Page B -14, Section 300 -1.3 ADD the following: "If the Contractor encounters concrete around existing posts of any guardrail to be removed they shall have the option of either removing all concrete and posts completely or grinding the concrete and post down to one foot below existing grade. If the Contractor chooses to grind the concrete and posts down to one foot below existing grade and the surrounding surface next to the existing concrete is asphalt concrete then the Contractor shall fill and compact (to at least 92 %) in the ground areas with Type III C2 AR4000 asphalt up to existing grade. m16088 If the Contractor chooses to grind the concrete and posts, and the surrounding surface next to the existing concrete is native soil then the Contractor shall fill and compact (to at least 90 %) in the ground areas with native soil. Payment for asphalt concrete and import soil including all labor, equipment, and materials shall be included in the Bid Item for guardrail and no additional compensation will be made therefor. 5. Page B -15, Section 304 -2.2, ADD the following: "When the Contractor is working on the guardrail on the west side of Highway 101 between the San Elijo State Beach parking lot and Swami's Park they shall meet the following requirements: A. The Contractor shall be allowed to completely close the pedestrian walkway in this area. The Contractor shall provide two 4 -foot high by 8- foot long, advance notice signs (one at the south end of the subject area, and one at the north end). The signs shall be mounted on wood posts which shall be placed into the ground. The signs shall have 6 -inch black lettering and the background shall be orange. The signs shall be installed 7 days in advance of the start of construction. The signs shall state that the walkway will be closed due to guardrail improvements and will give the exact dates that the walkway will be closed. The sign will have wording that recommends pedestrians take alternate routes. Payment for the signs including all labor, equipment, and materials shall be included in the various Bid Items of Work and no additional compensation will be made thereto. B. The Contractor shall only be required to remove the guardrail at the back of the asphalt walkway. This guardrail will not have to be replaced. C. The Contractor will not have to remove the guardrail at the edge of the road in front of the walkway. Instead the Contractor shall temporarily remove the metal guardrail and install 150mm x 200mm x 1.83m Douglas fir posts at the midpoint between existing posts, 150mm x 200 mm x 355mm Douglas fir block and reinstall the existing metal guardrail so the existing guardrail is in conformance with Caltrans detail A77A as called out in Section C of these Specifications. The Cor -ten A requirement shall not apply for this section of guardrail. Payment for the retrofitting of this guardrail including all labor, equipment, and materials shall be included in the Bid Item for guardrail and no additional compensation will be made thereto. Payment shall include 1foot depth of Type III C2- AR4000 asphalt concrete which will be required around new posts. The asphalt concrete shall be compacted to at least 92 %." 6. Page B -14, Section 300 -1.3 ADD the following: "The Contractor shall only have to remove, (not replace), the guardrail in the following locations: m16088 A. East side of Highway 101 across from Swami's Beach Park. (13 meters total length — see guardrail locations in Section C of these Specifications) B. East side of Highway 101 across from Cardiff State Beach parking lot (36 meters total length — see guardrail locations in Section C of these Specifications)." 7. Page B -15, Section 304 -2.2, ADD the following: "All new guardrail on the east side of Highway 101 between Encinitas Boulevard and La Costa Avenue that have trees behind the guardrail shall not be required to have the SRT -350 anchors installed. However, all other new sections of guardrail shall have SRT -350 anchors installed at each end." 8. Section C, Caltrans detail number A77C, DELETE the detail in the Specifications and replace with the one attached to this Addendum. 9. Section C, Caltrans detail number A77G, DELETE and REPLACE with SRT -350 terminal system attached to this Addendum. 10. Page D -4, DELETE Bid Schedule in Addendum no. one and REPLACE with the one attached to this Addendum. 11. Bage B -5, Section 6 -9, Liquidated Damages: CHANGE contract completion time from 45 working days to 90 working days. 12. Page A -1, third paragraph, ADD the following: "The 10% DBE goal set by the City must be met by the subcontractors and suppliers. General contractors do not qualify as DBE's toward the City's 10% DBE goal. The inability by any general contractor to show a good faith effort (as defined by Caltrans), to obtain the DBE goal of 10% will be grounds for rejecting their bid. All DBE's must be Caltrans certified DBE's. DBE's that are not Caltrans certified DBE's cannot be used to satisfy the City's 10% DBE goal. Assistance in locating Caltrans certified DBE's can be obtained by calling Triaxial Management Services, Inc. at (619) 543 -5109. The following are examples of what will be considered when looking at a good faith effort: a. Was the list of DBE subcontractors and suppliers submitted with the general contractors bid? b. Did the general contractor advertise for DBE subcontractors and suppliers? C. Did the general contractor give sufficient written notice to DBE's to allow them time to prepare a sub -bid or quote? d. Were the items of work of interest applicable to DBE's? NITINMN e. Was a list submitted of DBE's solicited along with a summary of why they were not selected, who was selected and why? Was assistance offered to the DBE's to remedy any deficiencies? g. Was Triaxial Management Services /Caltrans contacted for a list of certified DBE's and for help in finding qualified DBE's ?" All bidders shall acknowledge receipt and acceptance of Addendum No. 3 by signing in the space provided and submitting the signed Addendum with the Bid. Authorized signature m16088 Date BID SCHEDULE BASE BID Item Approximate Item Unit Price Total No. Quantity Write Unit Price (in words) (figures) (figures) 1. Lump Sum Clearing and Grubbing $ $ dollars and cents each 2. 3,889 meters. Guardrail (with Cor -ten A treatment) dollars and cents each BASE BID CONTRACT AMOUNT dollars and cents. ALTERNATE BID 1. Lump Sum Clearing & Grubbing $ $ 2. 3,889 meters Guardrail (without Cor -ten A treatment) $ $ ALTERNATE BID CONTRACT AMOUNT dollars and cents. m16088 75 c Z CO o r � � o � m = z r N_ A 6 ;' O Z A N I0 O 0 0 X X N m m M r w r 0 A - lbiI`�� -T ul m M r O o X N 1 d O J c N c D a J55 r- 250 50 m y X F j- -y O II -n � �a o O T II - - -I— -N-I O r � mom o�m m Ce W ul m M r O o X N 1 d o m m O J c O Im c D a J55 r- 3 w 1.83 m N X y X -0 j- -y O II -n 50 o 59T IBO �a T D T II - - -I— -N-I O r o m m o �» m�aa � o i �wq a m o gc� m $ moo oQ 0 � n F � m$Q 3 o m o o m y3o � B n oon a B 0 o » c V �oa yes 3 m �a O r Ce W 0 0 8 � o z� N r 7S �ja N X V1 x vmiN e g D Z SR SR O C p :i7 O N 180 r rn sc D O O az Ov 4 �a m a r m V Z V � o �» m�aa � o i �wq a m o gc� m $ moo oQ 0 � n F � m$Q 3 o m o o m y3o � B n oon a B 0 o » c V �oa yes C �i STA OF II Li N S V 8•8 - -I i a [J1r P� M -1 V 4r� 8 N 9 IS 4 GO > ]00 1 4 470 A N a � o i �R v •s� a� �a H m , s O S V 8•8 - -I i a [J1r P� M -1 V 4r� 8 N 9 m IS 4 GO > ]00 1 4 470 0 .[ m 4 270 I 49 ]00 1 4 470 0 1 a� �a CQ i9aa� s N.8 N�� _ � ' • � i 4 4 8 9 g� r r r r r r - Poe L_ � R p .910 i _'.g=$ %I C I$119 ' :1 ;- •a cH =r•� sy cn $ S $ ea (Ij a 1 -8 °: H "� � $ ��,g� � g�a� ;, • „goo � C4IU-TO V01 A AEV KED W DESC •V CMECUEO DV W TE •h 1 SED lit S'. 30 �g �g a 1 m n Z s �B .8 �6 M D i \ m Z ■i n Z n A -A 11 ISO B b 8 M 4 B 8 iQ1R ~ Q B I(; �R ofR gj y i pre. o :1Slt Qi• • 88$ y� 8 • -1 r I i v lost . q % IVA jai 's M 1 M ` •g NMI B1 sg &I i f B . PM M CITY OF ENCINITAS March 25, 1999 ADDENDUM NO. 4 GUARDRAIL REPLACEMENT VARIOUS LOCATIONS THROUGHOUT THE CITY PROJECT NO. CMS99K TO ALL PROSPECTIVE BIDDERS: A. The following CHANGES are hereby made to the Specifications: 1. Page B -15, Section 304 -2.2, Payment: DELETE Paragraph for Payment and REPLACE with the following: "Payment for all guardrail, all terminal systems (i.e., Type SRT), all guardrail posts, all Cor -ten A treatments (for Base Bid only), all new asphalt concrete, and all other incidentals necessary to complete the project in accordance to these Special Provisions, (including detail A77C, terminal system (Type SRT) detail, detail A77A, detail A77B, detail A77F, and detail A77H), shall be included in the linear meter Bid Item for guardrail. Payment shall include all costs for labor, equipment, and materials and no additional compensation will be made therefor." All bidders shall acknowledge receipt and acceptance of Addendum No. 4 by signing in the space provided and submitting the signed Addendum with the Bid. Authorized signature m16088 Date i.ocal Assistance Procedures Manual EXHIBIT 12 -E PS &E Checklist Instructions Attachment L LOCAL AGENCY BIDDER -DBE INFORMATION This information may be submitted with your bid proposal. If it is not, and you are the apparent low bidder or the second or third low bidder, it must be submitted and received by the administering agency no later than the time specified in the special provisions. CO. /RTE.,'P.M.: CONTRACT NO.: CMS99K BID AMOUNT: S BID OPENING DATE: 4/13/99 BIDDER'S NAME: Modern Allovs. Inc. ADDRESS: 11172 Western Ave Stanton, CA 90680 DBE GOAL FROM CONTRACT 10 % CONTRACT ITEM NO. ITEM OF WORK AND DESCRIPTION OF WORK OR SERVICES TO BE SUBCONTRACTED OR MATERIALS TO BE PROVIDED NAME OF DBE ** (Name of DBEs, Certification Number, and Telephone Number) DOLLAR AMOUNT * "* DBE PERCENT * ** DBE 2 Portion – Furnish Aamigo Company $48,856.00 10.6 Guardrail & SRT350 CT001129 Terminal System Materials (530) 222 -8850 Total Claimed 548,856.00 $- Participation % 10.6 % * If 100% of item is not to be performed or furnished by DBE, describe exact portion, including planned location of work to be performed, of item to be performed or furnished by DBE ** DBEs must be certified by Caltrans on the date bids are opened. Subcontractors and suppliers certified state - funded only cannot be used to meet goals on federally funded contracts. * ** Credit for a DBE supplier, who is not a manufacturer is limited to 60% of the amount paid to the supplier. (See Section "Disadvantaeed Business" (DBE) of the special provisions) IMPORTANT: Names of DBE subcontractors and their respective item(s) of work listed above should be consistent _ ' t name and items of work in the "List of Subcontractors" submitted with your bid nursuanvtoAhe Subkontractors Listing Law. 4/13/99 (714) 893 -0551 of Bidder to (Area Code) tel. No. John D. Rehoreg, V.P., Engineering & Estimating Person to Contact (Please type or print) Distribution for NHS Projects: (1) Original-Cal trans DLAE for NHS Projects. (2) Copy -Local Agency project file Distribution for non -NHS Projects: (1) Original Local Agency project file DEPT. OF TRANSPORTATION (FED DBE) MODIFIED DC -OE -19 (REV 09- 18 -95) Page 12 -67 F -29 February 1, 1998 MAP. -24 -99 12:13 PM MINORITY BIDDER BULLETIN 760 7479661 PUBLICATION AFFIDAVTI' DECLARATION OF PUBLICATIO STATE OF CALIFORNIA MODERN ALLOYS, INC. 11172 WESTERN AVE STANTON, CA ACCOUNT #7099 DECLARATION OF AL)VERTISING 934568 r PUBLICATION P -03 FILE COPY F 0 R= E K) buzie Davlown /Art Dirttutvr 3 DATE PUBLISHED Modern .Alloys, Inc. Is seeking qualified MBE/wBF. /nRF /nvRF whrontractors and Suppliers for the following: CITY OF ENCINITAS GUARDRAIL REPLACEMENT #C:MS99K Throughout City of Encinitas BID DATE: APRIL 13, 1999 @ 2 PM 100% Paymcnt & Pcrformancc Bonds will be required. Modern will pay bond premium up to 1.5 %. Nlease contact us for assistance. Modern Alloys, Inc. • Teresa Sites 1 1 172 Western Avenue • Siantun, CA (714) 8934)55 1 • Fax (714) 895 -9g94 C q u it O p p o r t u n i t y E m p l o y e r The undersigned declare-v I am over the agr. of 18 years and a citixt;ll . of lire Unitcd States. I am not a party to and have no interest in this matter. 1 am principal clerk of the publisher of tlrc COLISIWCtion Up -Date, Inc, a tradelfocus publication in the City of Escondido, thn County of San Diego, anti the State Of California. The notice, a true copy of which is attached, was published on thr.. shove date(s): Celebrating Our 28th Year in Ousinesal I declare under penality of perjury that the foregning is true and cnrrect. Executed at San Olego, Calilurrria p —�T' Sign<tUra 430 North Andreasen Drive Escondido, CA 92029 -1408 (760) 745 -6164 FAX (760) 747.8661, . MAP. -24 -99 12:14 PM MINORITY SIDDERPULLETIN 760 7478661 PUBLICATION AFFIDAVIT DECLARATION OF PUBLICATION S"TATF OF ( :ALIFORNIA MODERN ALLOYS, INC. 11172 WESTERN AVE STANTON, CA ACCOUNT 07099 DECLARATION OF PUBLICATION M/W /I)VBL ADVERTISING .934567 P. 04 FILE COPY G�0LFF D Suzie Davidson /Art Diroctor 3 DATE PUBLISHED Modern Alloys, Inc. Is seeking qualified MRE/WRF /nRF /nVRE suhcontractors and Suppliers for the following: CITY OF ENCINITAS GUARDRAIL REPLACEMENT #CMS99K Throughout City of Encinitas IBID DATE: APRIL 13, 1999 @ 2 PM 1001/6 f aymcnt & Performance Bonds will be required. Modern will pay bond premium up to 1.5 %. Pieasc contacr us for assistance. Modern Alloys, Inc. • Teresa Sites 11 172 Western Avenue • 5taiiLtin, CA (714) 893 -0551 • Fax (714) 845 -9924 E q u a l O p p o r t u n i t y f m p I o 1, e r The untictsigned declares: I ani over the age of 18 years and a citizen of the United States. I am not a party to and have no interest in this matter. I am principal clerk of the publisher of the Minority Bidders Bulletin, a trade /focus puhlication in the City orEscondido, the County of San Diego, and the State of California. The notice., a true copy of which is attached, was published on the above date(s): I declare under penallty of perjury that the foregoing is true and correct. Executed at San Diego, California 1� 7 -Gj1�`'` signature ray- 0wc C�31 430 North Andrea3en Drive Escondido, California 92024 -1408 Phone Number (760)745 -6144 fax Number (760)747 -8661 Modern Alloys, Inc. April 16, 1999 Mr. Kipp Hefner City of Encinitas 505 S. Vulcan Avenue Encinitas, California 92024 Bidder DBE Information City of Encinitas Project CMS99K Dear Mr. Hefner: Attached is Modern Alloys' completed Bidder DBE Information. As required by project specifications, in accordance with City of Encinitas, Local Assistance Procedures Manual, PS & E Checklist Instructions, Exhibit 12 -E, Attachment 1, Section 3 -1.01A DBE INFORMATION, (copy attached), Bidder DBE Information is to be sent to Caltrans in Sacramento. Modern Alloys' Bidder DBE Information was sent to Caltrans in Sacramento and has been returned to us. Please note a copy of Caltrans letter to us returning the DBE submittal is attached. Please call if you have any questions. Sincerely, MODER LL S, NC. o D. Rehoreg Vice President Engineering & Estimating JDR/Ts Enclosures Cc: B7268 VIA FEDERAL EXPRESS 11172 Western Avenue • Stanton, California 90680 • 714/893 -0551 • fox 714/895 -9924 — AN EQUAL OPPORTUNITY EMPLOYER — LICENSE #652040 -ocal Assistance Procedures Manual EXHIBIT 12 -E PS &E Checklist Instructions Attachment I SECTION 3. SUBMISSION OF DBE INFORMATION AND AWARD AND EXECUTION OF CONTRACT 3 -1.01 GENERAL The bidder's attention is directed to the provisions in Section 3, "Award and Execution of Contract," of the Standard Specifications and these special provisions for the requirements and conditions concerning submittal of DBE information and award and execution of contract. The required DBE information shall be submitted on the "LOCAL AGENCY BIDDER - DBE INFORMATION" form included in the Proposal. If the DBE information is not submitted with the bid, the DBE information form shall be removed from the documents prior to submitting the bid. It is the bidder's responsibility to meet the goal for DBE participation or to provide information to establish that, prior to bidding, the bidder made good faith efforts to do so. 3 -1.01A DBE INFORMATION If DBE information is not submitted with the bid, the apparent successful bidder (low bidder), the second low bidder and the third low bidder shall submit DBE information to the Department of Transportation, 1120 N Street, Room 0200, MS #26. Sacramento, California 95814 so the information is received by the Department no later than 4:00 p.m. on the fourth day, not including Saturdays, Sundays and legal holidays, following bid opening. DBE information sent by U.S. Postal Service certified mail with return receipt and certificate of mailing and mailed on or before the third day, not including Saturdays, Sundays and legal holidays, following bid opening will be accepted even if it is received after the fourth day following bid opening. Failure to submit the required DBE information by the time specified will be grounds for finding the bid or proposal nonresponsive. Other bidders need not submit DBE information unless requested to do so by the Department. When such request is made, the DBE information of such bidders shall be submitted so the information is received by the Department no later than close of business on the third day, not including Saturdays, Sundays and legal holidays, after said notification, unless a later time is authorized by the Department. The bidder's DBE information shall establish that the DBE goal will be met or that a good faith effort to meet the goal has been made. Bidders are cautioned that even though their submittal indicates they will meet the stated DBE goal, their submittal should also include their good faith efforts information along with their DBE goal information to protect their eligibility for award of the contract in the event the Department, in its review, finds that the goal has not been met. The information to show that the DBE goal will be met shall include the names of DBEs and DBE joint venture partners to be used, with a complete description of work or supplies to be provided by each and the dollar value of each DBE transaction. When 100 percent of a contract item of work is not to be performed or furnished by a DBE, a description of the exact portion of that work to be performed or furnished by that DBE shall be included in the DBE information, including the planned location of that work. (Note: DBE subcontractors to whom the bidder proposes to directly subcontract portions of the work are to be named in the bid. - See Section 2- 1.054. "Required Listing of Proposed Subcontractors," of the Standard Specifications and Section 2 -1.01, "General," of these special provisions, regarding listing of proposed subcontractors.) The information necessary to establish the bidder's good faith efforts to meet the DBE goal should include: (1) The names and dates of advertisement of each newspaper, trade paper, and minority -focus paper in which a request for DBE participation for this project was placed by the bidder. (2) The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested. (3) The items of work which the bidder made available to DBE firms, including, where appropriate, any breaking down of the contracts into economically feasible units to facilitate DBE participation. and the information furnished to DBEs such as plans, specifications, and requirements for the work. It is the bidder's responsibility to demonstrate that sufficient work to meet the DBE goal was made available to DBE firms. Page 12 -61 F -25 February 1, 1998 X ; LISA Air °bill NombeEx vr 810 2 21 17 0 417 From plea pri all press hard) Date / Sender's FedEx Account Number 1170-0886-0 Sender's / ► � [ ✓ — K Name Phone (3 VVV --- ..!!!____ ���..�� Company MODERN ALLOYS INC Address 11172 WESTERN AVE city STANTON ©Your Internal Billing Reference Information (Optional) lFirst 24 characters wall appear on invoice) CA ZIP 90680 `v To lease pri an pres hhar Phone Re ComparN Dept/Floor/Subaftorn rA-11 6DDr4-k-*&L / �n� 6 Check here /(/y) /�) /�J ❑ 0residence Address - -[_- *HOLD' /akar� / \/7 1 E/ V IEma cMrya app6a ____ ,« F.dEx Fipn. sav«I P0. ZIP Codes) DttpUFbor/Suite/Room (To at Fed cation, IWe Ca )riot Oe6vel t., ur Ecxe9 or print Fii ad s er 1 city For HOLD at FedEx Location check here For WEEKEND Delivery check here •�+.�. al«.men ❑Hold Weekday ❑HoldSatur (N«anilabla.agbcadmsl (Nor wadable with IAvad.bNf« Pnor"v N.-ght ❑ Saturday Delivery ❑\F"'SundayDelivery (AaailaMef FedEx First Owmiglxl rid FeeE. aleY only) «FadEx (Available for FedEx Priority Overnight and Priority Overnight only) Service caaAileo s. DeclarM Value, and lint of liakiity– By using this "I, FedEx 2Oay only) actual loss th a tirslynsarater. Your right m recover frOM m for arty loss inckAm otrinsic you agree to the service conditions in our current Service Guide or U.S. value of the package, less of sales. ilnreA profit aWrneys fees, coats, and other forms Govemmem Service Guide. Both are available on request SEE BACK OF SENDEA'SCOPY OF THIS AIRBILL FOR INFORMATION AND ADOMONALTERMS. of damage, whether direct incidental, consequential, or special, and is limited to the greater of $100 or the declared value but cannot exceed actual documented loss. The We will not be responsible for arty clam in excess o($100 per package whether me)*"= declared value for any FedEx Letter and FedEx Pak is 5501 Federal Express DID result of lass , damage. ar delay, rron-0ekvery, msdekvery, or misvdarmation, unless you declare a higher value, pay an additional charge, ant dmuff nt may. upon your request, and with same iMadom, refund al transportation charges paid. you 9 See the FedEx Service Guide for further details. IL. No 0 210 Sender's Copy D. . Ex Tess Packa a Service DaWn corn.". m.y P 9 Packsges ruder 150 be later m some ales:. Fe. u nonry Ovemight ❑ FedEx Standard Overnight lNert basin.. an —nit (Nextbusinessahamoanl FedE First Ovemight IE•rkssl non busmess morning delivery re sets......ons) High.. rates apply) ❑Fed 2Day ❑ FedFK Express Saver Isecond business day) (T.butw.as d.yl FedE. Leger III not ...table Minimum charge: One pound raw. —J Express Freight Service ilikkagesoaer150 Cava CUM rar ;r: sy ❑FedEx Overnight Freight ❑ FedEx may Freight ❑ FeclEx Express Saver Freight (Nert busing. day) Is.cond budne. dsyl IUp re 3 busmess days) (Call for delivery schedule. See back for detailed descriptions of freight services.) LA Packaging khred Fetter ❑ FPeadkEx ❑ Boxes FedEx ❑� . 1.NotSM. —� ❑Tube g. Special Handling — (On. be. - 9beph.tkedl —� Doaa aria ahiptneM caatain dangsraaa godsle ❑ No Dyes ❑ Yes Doc= ❑Dry Ice Da eli ea wsisai Dry Ice, 9. UN 1845 x_ kg. ❑ Cargo Aircraft Only •oarpaalaGoods crnmbe shipped n Fdxpackepiq. P meth Bill Se e n ❑ Recipient ❑Third Party ❑ Credk Card ❑Cash/ l va be bevel L_lEm. hdh AC<aaa NO.«Gad"GN No. b.wwt —J Check FedEx Acccum No. -.. Credit Cad No Date Total Pagkages Total Weight Total Declared Value Total Charges 1 $ oo s •When declaring a value higher man $100 per shipment, you pay an adds —Mi charge. See SERVICE CONDr"DNS. DECLARED VALUE, AND tear OF tgAaarrY settles for axm.r a tonnaaon. Release Signature Srgntoaufnon cieovery ­Moot obtaining .rgnature Your signature authorizes Federal Express to deliver this ship- ment without obtaining a signature and agrees to indemnify and hold harmless Federal Express from any resulting claims. 31 `J R . Dare 3/98 CM 1 X00 Go FedExe (800)463 -3339 The World On Ti m e C)1994 90 FedE, PRINTED IN U.5 A. 0088611208 q--/s7-q7 O-t a- yy 8' APR -? 6 E-TECH Testing Services, Inc. 3617 B Cincinnati Avenue Rocklin. CA 95765 PHONE (916) 645 -8188 FAX (916) 6415 -3653 FACSIMILE COVER SHEET Please deliver the following material(s) as soon as possible and notify sender immediately if not properly received by calling (916)645 -8188. May 129 1999 To: Company: Fax Phone No.: From: Number of pages: including cover) Kipp Hefner City of Encinitas (760) 633 -2818 John LaT urner #3 Kipp, Attached is a proposal on the tensile strength testing of your guardrail. Thanks for the opportunity to quote. The originals are in the mail. IF THE READER OF THIS MESSAGE IS NOT THE IN T pW RECWMNT, YOU ARs HSRLBY NOTED THAT ANY DISSEMINATION, DISTRIBUTION OR COPYING OF THIS COMMUNICATION IS STRICTLY PROHIBITED. IF YOU HAVE RECEIVED THIS COMMUNICATION IN ERROR, PLEASE NOTIFY US IMMEDIATELY BY TELEPHONE. AND RETURN THE ORIGINAL TO US AT THE ABOVE ADDRESS BY MAIL. THANK YOU. &TECH Testing Services, Inc. 3617 B Cincinnati Avenue Rocklin, CA 95765 PHONE (916) 645 -8188 FAX (916) 645 -3653 May 11, 1999 Mr. Kipp Hefner City of Encinitas 505 S. Vulcan Avenue Encinitas, CA 92024 -3633 GUARDRAIL MATERIAL TEST PRICING Thank you for considering the services of E -TECH Testing Services, Inc. (F TECH). E-TECH is a testing laboratory offering services primarily to highway design engineers, safety engineers, maintenance engineers, researchers, hardware developers, and others concerned with safety features used in the highway environment, E -TECH specializes in the analysis, testing, and evaluation of highway safety features. Testing and evaluation of safety features is conducted in strict accordance with nationally and internationally recognized procedures and standards. E-TECH is accredited to ISO/IEC Guide 25 "General Requirements for the Competence of Calibration and Testing Laboratories by the American Association for Laboratory Accreditation (A2LA Certificate 989.01). A copy of E- TECH's Scope of Accreditation to ISO/1 EC Guide 25 is enclosed E-TECH's test measurements are traceable to the National Institute for Standards and Technology (NIST). E-TECH is pleased to offer the City of Encinitas (the Customer) this proposal regarding a guardrail material test program. Guardrail material testing will be conducted to demonstrate compliance with the California State Department of Transportation (Caltrans) specifications for Railings and Barriers Section 83 -1.02B "Metal Beam Guard Railing. " The guardrail material will be evaluated for conformance to Section 8.0 "Mechanical Properties" of AASHTO M 180-89 "Standard Specification for Corrugated Sheet Steel Beams for Highway Guardrail" and the cold bend requirements in Caltrans 83- 1.02B. The guardrail material Yield Point, Tensile Strength, and Elongation will be tested in accordance with ASTM A 370-96 "Standard Test Methods and Definitions for Mechanical Testing of Steel Products" which supercedes the ASTM A 525 specification cited in AASHTO M 180 -89. E- TECH's lump sum price for the material test program is $2,100. All prices are based on testing conducted at E- TECH's Rocklin test facilities and do not include the raw materials for the test specimen(s). The Customer must submit (1) galvanized Class A, Type 1 W -Beam guard railing for testing. The customer must also furnish the manufacturer's material certification sheets, complete with heat numbers, for the test specimen. The W -Beam guardrail must be stamped with the manufacturer's heat number corresponding to that supplied with the material certification sheets. Material testing could be completed the week of June 7, 1999 if E -TECH receives a purchase order and all required test materials and specifications by May 25k. Final payment on the program cost will be due upon submission of the final material test report. Final payment is not contingent upon product approval or acceptance by any user agency. All correspondence during the test program will be directed exclusively to the Customer who will in turn be responsible for coordinating with any other agencies. At the Faeittuas Test Proposal - Page / of 2 Customer's request E-TECH will agree to meet with outside agencies to answer any testing questions for an hourly fee plus out of pocket expense basis. E-TECH is not in a position to provide acceptance or endorsement for any product. In addition, the Customer will not use, or permit others to use, the E-TECH name or any abbreviations or trademark in any publicity, or other public presentation which directly or indirectly implies endorsement of any product(s) or services(s). The terms of this proposal are valid for the next 90 days. Agreement with these terms can be acknowledged by supplying a purchase order for the test program referencing this proposal within this 90 day period Enclosed is a flyer highlighting the capabilities of E -TECH. Should you require further information or have any questions regarding the price or information supplied, please call. Sincerely, ?m 'BrCWZL-t�� John F. LaTurner, P.E. Manager Enclosure: Scope of Accreditation to ISO/IEC Guide 25 E -TECH Flyer Encinkas Test ProposW - Page 2 oft •, CITY OF ENCINITAS DEPARTMENT OF ENGINEERING SERVICES FIELD OPERATIONS DIVISION rRC�.vrva i R�� i vry wrvrcracrv�.c GUARDRAIL REPLACEMENT PROJECT NO. VARIOUS LOCATIONS THROUGHOUT THE CITY CMS99K INSPECTOR: RON BRADY DATE: 6/25/99 2:00 P.M. FIELD ENGINEER: GREG SHIELDS (760) 633 -2778) INSPECTOR: RON BRADY (760) 633 -2797) MOBILE:(760) 207 -1458 PAGER: (760) 293 -2184) TRAFFIC: RAYMOND GAURNES (760) 633 -2704) ALL DIRECTION SHALL BE THROUGH THE INSPECTOR CONTRACTOR'S PERSONNEL CONTRACTOR: SUPERINTENDENT: EMERGENCY PHONE NUMBERS: PROJECT ENGINEER: PHONE: SUBCONTRACTORS -TYPE OF WORK -PHONE 1. 2. THE FOLLOW114G ITEMS WERE DISCUSSED: 1. SCHEDULEgOF WORK IS REQUIRED PRIOR TO START AND IS TO BE UPDATED WITK EACH INVOICE 2. INSURANCE MUST BE IN PLACE PRIOR TO START 3. "ASBUILTS" AAWINGS AND MATERIAL RECORDS SHALL BE KEPT CURRENT AT THE SITE 4. NO ORAL CONTRACT CHANGES ALLOWED 5. SHOP DRAWINGS, SUBMITTALS AND SAMPLES ARE REQUIRED TRAFFIC CONTROL PLAN REQUIRED PRIOR TO STARTING. SEE RAYMOND GUARNES. SAN ELIJO AND SOME PARTS OF HIGHWAY 101. 9:00 A.M. TO 3:00 P.M. TIME RESTRICTIONS 7 -10. PUBLIC CONVENIENCE AND SAFETY. PAGE B -7. SIGNS WILL BE POSTED 72 HOURS IN ADVANCE. 7 -20. DOOR FLYERS. 72 HOURS IN ADVANCE. 6. PROGRESS PAYMENTS ON THE 25th OF THE MONTH 7. CALL DIG ALERT S VERIFY ALL EXISTING UTILITIES PRIOR TO STARTING WORK. PAGE B -14. SECTION 300. #1. CONTRACTOR SHALL EXCAVATE TEST PIT (POTHOLING)... FIRST ORDER OF WORK. 8. CONTRACTOR'S DAILY REPORT 9. CONTRACTOR IS REQUIRED TO CALL FOR HIS OWN INSPECTIONS, 48 HOURS IN ADVANCE. 10. NOTICE TO PROCEED. 45 DAY CONTRACT. N CONOUMORILL RE0.IGEAENT. CMS9N( June 14, 1999 Crown Fence Company Attn: Brian Cory 12118 Bloomfield Avenue Santa Fe Springs, CA 90670 RE: Guardrail Replacement — Various Locations throughout the City (CMS99K) Dear Brian: On Wednesday, June 9, 1999, the City Council awarded the above referenced project to Crown Fence Company in the amount of $268,518.00. This award is for the Base Bid. Therefore, you are directed to go with the Cor -Ten A treatment on the guardrail. Your supplier of the guardrail, Elk Grove Lumber, needs to send samples of the metal guardrail to the address below: E -Tech Testing Services, Inc. Attn: John La Turner 3617 B Cincinnati Avenue Rocklin, CA 95765 A pre- construction meeting has been set up for Friday, June 25 at 2:00 p.m. in the Lilac room at City Hall, 505 South Vulcan Avenue. You or a representative of your company needs to attend this meeting. Enclosed with this letter are two copies of the contract for this project. Both copies of the contracts, including the bonds, need to be fully executed and returned to the City by the pre- construction meeting. Should you have any questions, feel free to contact me at (760) 633 -2783. We look forward to working with you on this important City project. Sincerely H n Assis n Civil Engin r cc: Greg Shields Ron Brady Howard Whitlock Rob Blough Dennis Buss, S.D.G. & E. Scott Nuskin, PacBell Brian Martin, Cox Communications gc6184 TEL 760-633-2600 / FAX 760-633-2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760 -633 -2700 � recycled paper TRANSMITTAL FORM CITY OF ENCINITAS 505 S. Vulcan Avenue Encinitas, CA 92024 -3633 FAX: 633 -2818 Comunity Development Engineering Fire Administration Fire Prevention Public Works DATE: J yL� I�t ��� G� SEND TO FAX # C7 (0) SO Co – I J 7C TO; t.� R-T tJ COMPANY C (Zo .,) +v Fe- �,j c.E # PP ATTACHED FROM: 1-AE'F+Jep— PHONE: 760/633- z763 ❑ Call ASAP ❑ Review & Call ❑ Review & Return flr F.Y.I. ❑ Please Handle ❑ Per Our Conversation ❑ Please Reply by ►.� R Pry Y ,ocN o f-A `; sEt w E N.7 I k Lo r�'D i (' fE- E/45T I D E (2F H16 H I,,-), Y / d l /Vo21 H � F Nei N r� S & LvD tiD MG/syR'C—;r L') % frE L'EA�)rH O F --1;46 1--X /S T/A,61 61 , I+i2D2A I L %/-l)+T- W E WILL /3 E ;?HMO ✓iNG� vT /VOT j2EPt- rV6- / K/S /S C AyO T Pi2o i SGT I N C1 AN Y G -i I N C O 2 A-aE O N Lv t ry F- ONT o f ,4 5j-1,4 (-L %� u S �l 0 2 12fFFF� / to rU. [3 s �c a'K %HE'f A'2E ,5 EfLu) N C, /V o P(U fL Po5 E % /f F- Y A2. LL %H ca NLS I N 7- 0/-' o/ T2E E-S -7H- 6 Tkq E Nt)LH wE- t'1EA5()2GD j'63 F&FE ► ► /S %( /S Cokv5 /37Tf/y i C-/7a4 1�00 /Z—_ Mietri oae- 1 STS ? t HPV-r IM F w S N 6 i 0 20 F�2F –� F-r/Z G: \faY -n.doc E -TECH Testing Services, Inc. 3617 B Cincinnati Avenue Rocklin, CA 95765 PHONE (916) 645 -8188 FAX (916) 645 -3653 May 11, 1999 Mr. Kipp Hefner City of Encinitas 505 S. Vulcan Avenue Encinitas, CA 92024 -3633 GUARDRAIL MATERIAL TEST PRICING Thank you for considering the services of E -TECH Testing Services, Inc. (E- TECH). E -TECH is a testing laboratory offering services primarily to highway design engineers, safety engineers, maintenance engineers, researchers, hardware developers, and others concerned with safety features used in the highway environment. E -TECH specializes in the analysis, testing, and evaluation of highway safety features. Testing and evaluation of safety features is conducted in strict accordance with nationally and internationally recognized procedures and standards. E -TECH is accredited to ISO/IEC Guide 25 "General Requirements for the Competence of Calibration and Testing Laboratories" by the American Association for Laboratory Accreditation (A2LA Certificate 989.01). A copy of E- TECH's Scope of Accreditation to ISO/IEC Guide 25 is enclosed. E- TECH's test measurements are traceable to the National Institute for Standards and Technology (NIST). E -TECH is pleased to offer the City of Encinitas (the Customer) this proposal regarding a guardrail material test program. Guardrail material testing will be conducted to demonstrate compliance with the California State Department of Transportation (Caltrans) specifications for Railings and Barriers Section 83 -1.02B "Metal Beam Guard Railing. " The guardrail material will be evaluated for conformance to Section 8.0 "Mechanical Properties" of AASHTO M 180 -89 "Standard Specification for Corrugated Sheet Steel Beams for Highway Guardrail" and the cold bend requirements in Caltrans 83- 1.02B. The guardrail material Yield Point, Tensile Strength, and Elongation will be tested in accordance with ASTM A 370 -96 "Standard Test Methods and Definitions for Mechanical Testing of Steel Products" which supercedes the ASTM A 525 specification cited in AASHTO M 180 -89. E- TECH's lump sum price for the material test program is $2,100. All prices are based on testing conducted at E- TECH's Rocklin test facilities and do not include the raw materials for the test specimen(s). The Customer must submit (1) galvanized Class A, Type 1 W -Beam guard railing for testing. The customer must also furnish the manufacturer's material certification sheets, complete with heat numbers, for the test specimen. The W -Beam guardrail must be stamped with the manufacturer's heat number corresponding to that supplied with the material certification sheets. Material testing could be completed the week of June 7, 1999 if E -TECH receives a purchase order and all required test materials and specifications by May 25`h. Final payment on the program cost will be due upon submission of the final material test report. Final payment is not contingent upon product approval or acceptance by any user agency. All correspondence during the test program will be directed exclusively to the Customer who will in turn be responsible for coordinating with any other agencies. At the Encinitas Test Proposal - Page 1 of 2 Customer's request E -TECH will agree to meet with outside agencies to answer any testing questions for an hourly fee plus out of pocket expense basis. E -TECH is not in a position to provide acceptance or endorsement for any product. In addition, the Customer will not use, or permit others to use, the E -TECH name or any abbreviations or trademark in any publicity, or other public presentation which directly or indirectly implies endorsement of any product(s) or services(s). The terms of this proposal are valid for the next 90 days. Agreement with these terms can be acknowledged by supplying a purchase order for the test program referencing this proposal within this 90 day period. Enclosed is a flyer highlighting the capabilities of E -TECH. Should you require further information or have any questions regarding the price or information supplied, please call. Sincerely, yy John F. LaTurner, P.E. Manager Enclosure: Scope of Accreditation to ISO/IEC Guide 25 E -TECH Flyer Encinitas Test Proposal - Page 2 of 2 American Association for Laboratory Accreditation SCOPE OF ACCREDITATION TO ISO /IEC GUIDE 25 -1990 E -TECH TESTING SERVICES, INC. 3617 B Cincinnati Avenue Rocklin, CA 95765 John F. LaTurner Phone: 916 645 8181 MECHANICAL Valid To: November 30, 1999 Certificate Number: 0989 -01 In recognition of the successful completion of the A2LA evaluation process, accreditation is granted to this laboratory to perform the following tests: Test Type Certification Crash Testing Compression Properties Method and Description National Cooperative Highway Research Program - Report 350 Recommended Procedures for the Safety Performance Evaluation of Highway Features. European CEN Standard PrEN 1317 -1, April 1995 Energy Absorption Systems, Inc. Method T -007 "HexFoam Billet Compression Test" Tensile Properties using Instron ASTM D 638 - Tensile Properties of Tensile Testing Apparatus Plastics (Ambient Temperature Only) Salt Spray (Fog) Testing Hardness Testing Environmental Exposure using QUV Weathering Tester ASTM B 117 - Salt Spray (Fog) Testing ASTM D 2240 - Hardness of Rubber (Durometer A and D Tests) ASTM E 18 - Hardness of Metallic Materials (Rockwell "B" and "C ") ASTM G 53 - Operating Light and Water Apparatus P Dli�- 656 Quince Orchard Road, #620 • Gaithersburg,MD 20878 -1409 • Phone: 301 670 1377 * FAX: 869 1495 JUL -21 -99 02:08 PM CROWN FENCE CO. 17608061570 P.01 CROWN Fence Co. 410 S. Santa Fe Ave, Suite 203 Vista, Ca, 92084 Telephone: 760) 806 -1567 Fax (760) 806 -1570 facsimile transmitta. To: Cneg Shields From: Ed Fortin Re: Material for Hwy. 101 Guardrail job 2 , including cover Fax(760)633 -2705 Date: 7 -21 -99 Pages: Comments: Greg as per my conversation with Kipp on a alternative wood product i.e.douglas fir. Hare is the paragraph where Caltrans gives the contractor the choice between douglas fir and yellow pine. If there is a problem with us using yellow pine please let Kipp or myself know A.S.A.P. Thank you for your immediate cooperation. Sincerely, Ed Fortin o %AWO, w h E .9 •w wt !� 'jJ � •.�i G .� kA ¢ate Z0 ' d OLS T 90809L T '03 30N33 NM0210 Wd 60 = Z0 66- T Z -inr \ City Of Encinitas July 22, 1999 Crown Fence Attn: Ed Fortin 12118 Bloomfield Ave. Santa Fe Springs, CA 90670 -4703 RE: Guardrail Post Alternate Dear Ed: This is a follow up to your request to substitute Yellow pine for Douglas fir to be used for the guardrail post. After discussions with Caltrans, the City has determined that you may substitute Douglas fir with No. 1 Structural Southern Yellow pine that has been pressure treated per the attached specification. Only No. 1 Structural Southern Yellow pine can be used as a substitute, and must conform to the specification attached to this letter. Should you have any questions, please call me at (760) 633 -2783. WSi,ncerel,y Kipp r cc: Lloyd Holt Greg Shields Ron Brady gc6213 TEL 760- 633 -2600 / FAX 760 -633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760- 633 -2700 � recycled paper No. 1 Structural Southern Pine Specification The grades and species of wood posts and blocks shall be No. 1 timbers (also known as No. 1 Structural) Southern Yellow Pine wood posts and blocks shall be graded in conformance with the provisions in Caltrans Standard Specifications Section 57 -2, "Structural Timber". Allowances for shrinkage after mill cutting shall in no case exceed 5 percent of the American Lumber Standards minimum sizes at the time of installation. Wood posts and blocks shall be pressure treated after fabrication as provided in Caltrans Standard Specification Section 58 "Preservative Treatment of Lumber, Timber, and Piling" with creosote, creasote coal tar solution, creosote - petroleum solution (50 -50), pentachlorophenal in hydrocarbon solvent, copper naphthenate, amoniacal copper arseenate, or ammoniocal copper zinc arsenate. In addition, to the preservatives listed above, Southern Yellow pine may also be pressure treated with chromated copper arsenate. When other than one of the creosote processes is used, blocks shall have a minimum retention of 6.4 Kg /M3 and need not be incised. If copper maphthenate, ammoniacal copper arsenate, chromated copper arsenate, or ammoniacal copper zinc arsinate is used to treat wood, posts and blocks, the bolt holes shall be treated as follows: Before the bolts are inserted, bolt holes shall be filled with grease as recommended in writing by the manufacturer for corrosion protection which will not melt or run at temperature of 65° C. gc6213 P � a -emir• !.._ V 'V yf August 4, 1999 Crown Fence Co. 410 S. Santa Fe Ave., Suite 203 Vista, Ca 92084 RE: Guardrail Replacement CMS99K CHANGE ORDER #1 Gentlemen: Pursuant to Section 3 - CHANGES IN WORK, you are directed to proceed with all labor, material and equipment necessary to accomplish the following change: Provide flagmen and escort per the attached Request for Change Order. The change in price for this change is Seven Thousand Six Hundred and Eighty -Six Dollars and no cents, $7,686.00. This will increase the contract cost to $276,204. This change has no effect on the contract time. Please signify your acceptance of this change order by signing below. A copy of the original change order shall be sent to you for your original signature. Upon receipt, the City will sign and a copy, with original signatures, shall be forwarded to you for your files. Sincerely, Approved by: Crown Fence Co. ., C13 License No. 1315 Greg Shields date: Field Operations Approved by: CITY OF ENCINITAS cc: Inspector date: Kipp Heffner, Design Engineer recyCied pipet r JUL -28 -99 10:53 AM CROWN FENCE Ck._ 17608061570 P.02 Crown Fence Company 410 S. Santa Fe Ave, Ste, 203 Vista, Ca. 920894 Phone Number (760)806 -1567 Fax (760) 806 -1570 City of Encinitas 505 S. Vulcan Ave. Encinitas, Ca. 92024 -3633 Re: Project # CMS99K Request For Change Order In lieu of closing pedestrian walkway completely as per original contract. We request the following compensation for additional labor. The revised closure will require the following extras. One flagman for each end of walkway and one escort to move pedestrians safely from one end to the other. For the period of seven working days. 1.2 flagmen x 8 hrs x 7 days =112 man hrs x 36.60 = 2. 1 escort x 8 hrs x 7 days = 56 man hrs x 36.60 = 4,099.20 M - _ - Total 6,148.80 + 10 % overhead 614.88 + 15 % Profit 922.32 Total Change Order Request 7,686.00 Ed Fortin Project Manager (760) 806 -1367 'JAUG -19 -99 07:21 AM CROWN FENCE CO. 17608061570 P.01 t N 410 S. Santa Fe Ave. Phone: (760) 806.167 Ste.208 FAX: (760) 806.1670 Vista,CA.92084 Facs#n& To: Kipp Heffner GFax: (760) 633.2818 From: Ed Fortin Date: 8.19.99 Re: City of Encinitas Pages: 2, including this Kipp, Here is the Cal -Trans certification for Aamigo company as per are conversation I am submitting them to be used to meet the DBE requirements for Project # CMS99K Thanks, Ed 0 I(,�'r August 20, 1999 Crown Fence Attn: Ed Fortin 410 South Santa Fe Avenue, Ste. 203 Vista, CA 92084 Dear Ed: I am in receipt of your requests to change the mechanical fittings (i.e., nuts, bolts, etc.) of the guardrail from Corten to galvanized steel, and to change the guardrail post supplier from Elk Grove Lumber to Aamigo Company. The City agrees with your assessment of the mechanical fittings and the damage the ocean air could do to the fittings treated with Corten. Consider this letter direction from the City to change the mechanical fittings to galvanized steel. With regards to the supplier substitution, as long as the substitution is done in accordance with the State of California Public Contract Code and the original DBE supplier is substituted with another eligible DBE supplier the City will allow the substitution. Should you have any questions feel free to call me at (760) 633 -2783. Sincere! , Kipp er Assist t Civ4Enneer cc: Greg Shields, Field Operations Ron Brady, Inspector gc6240 TEL 760 -633 -2600 / FAX 760- 633 - 2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760 - 633 -2700 � recycled paper DETAIL ESTIMATE To be used as a basis of agreement for Federal -aid Project STPLHG - 5446(004) in the City of Encinitas Construction Authorization Date: 2/2/99 Type: Guardrail Replacement/Upgrade Preliminary Engineering Authorization Date: N/A Right of Way Acquisition Authorization Date: N/A Utility Authorization Date: N/A Work Type Code: SFTY ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT 1 CLEARING & GRUBBING LUMP SUM LUMP SUM $ 27,400.00 $ 27,400.00 2 GUARDRAIL METERS 3,889 $ 62.00 $ 241,118.00 SUBTOTAL CONTRACT ITEMS AGENCY /STATE FURNISHED MATERIALS FORCE ACCOUNT(DAY LABOR) TOTAL CONTINGENCIES(INCL. SUPPL. WORK) CONTRACT TOTAL CONSTRUCTION ENGINEERING $ 268,518.00 $ 268,518.00 $ 40,277.70 $ 308,795.70 $ 5,000.00 TOTAL COST- $ 313,795.70 NOTE TO FILE Due to the problems the City had in getting an independent testing lab to test samples of the guardrail I talked with Butch Bandiera of CALTRANS to see if we could just use the certified test results from the supplier. I spoke to Butch in late August and explained the situation to him. He informed me at that time we could use the certified test results from the supplier, and that they would supersede Forms 16 -D, 16 -E, 16 -F, 16 -G, 16 -H, 16 -I, 16 -J, 16 -K, and 16 -M. lk vv 0 0 N N J N N to N N � Ln n Fr 0 ro n n n n n n n n n so F' C4 > • �o � f rr Ul H U] = ~ _ (D N N Al ? 7 H r • z n O H H 0 0 n L x �. r-h x O H m�o m a t� ci ti y r A K Jy H co O w 0 0 o a 0 m o a n a '� •• co J 01 C'. H C d cr o y xxHHr�z a ro � rn o H CTJ H W c H c� \ � cn m o GZ Ul J xd H d ? u) (n to O � � w o O �y �•' L=J � o z 1 I ' n O H x ° n co (fin O O O O rt N O X 0 oo Ul tv J H J \ 0 0 0 0 o m H O O ` H n C O NU) n H O � r U) O H H G] O H H o z H� d 0 o m m z- H a o G C cn x n 3 O H b cn UUi H iy�j j 9 o m 0 0 m 0 _ U, CrJ z 0 0 in � 0 o E] N H O > o Li H z a to C) O o O O V d Ul N � N to _.. Y�Yy-� t=i H tri z d = LTJ N U] °nn � -J C7 L�]�Jy �j Fo MtljM Q N O O 0 0 O o O o n n •• 0 0 0 0 n w pp n n x N J H 0 o z „• IP J l0 0 0 •= o d :d H a 0 0 d c p O C) W W 0 0 �7 l0 u, n 0 0 o O 0 0 o o o o 0 0 L� 0 o 0 O 0 0 n b -3 (D n t-h H :2� Fl- � rt c H 3 H bJ fl (D 3 In H D S H W Ul N w (D �o ` co I'D �d L71 ' H � co H w � lli U) y � r7 0 0 N N J N N to N N � Ln n t7 ro H tQ ro n n n n n n n n n so F' C4 > • �o � z o O M U] r O H W N N Al H r • z O O N- rt � n n t� O tC ul w 0 0 o a 0 m o a n a Ib co J 01 C'. 0 0 0 0 Ul 00 (n cn H CTJ H W c H rt m [] GZ Ul J xd n u) (n to O O1 H m o w o a n n r z ° n co (fin O O O O rt N O X 0 oo Ul tv J H J \ 0 0 0 0 o m W ` C 0 o m o G C o o o o O H o m 0 0 m 0 m 0 z z 0 0 in � 0 o o r✓ ro I o to C) O o O O V d Ul N � N to Y�Yy-� Fr �LJJLd � -J m �j Fo MtljM Q N O O 0 0 O o O o n n •• 0 0 0 0 n w pp N J H IP J l0 0 0 0 o n 0 0 0 0 p O C) W 0 0 0 0 �7 l0 u, n 0 0 o O 0 0 o o o o 0 0 0 o 0 o 0 0 0 o 0 O 0 0 n b 0 0 v a in w In p S N n w 3 \ \ \ Z7 m H O \ N m L 3 n] H m H rC h7 o N d Z m Z Um q \ l=x1 tJn y Lo -3 v) Zt*7 Y n ol w pa z to U th d m m H 0 H m m b ~ x O H ZU' X H [n w 3 [ r t7 H 'z K o n n o p 0 r o o in N N J N N to N N � Ln O O O O O tQ ro n n n n n n n n n v a in w In p S N n w 3 \ \ \ Z7 m H O \ N m L 3 n] H m H rC h7 o N d Z m Z Um q \ l=x1 tJn y Lo -3 v) Zt*7 Y n ol w pa z to U th d m m H 0 H m m b ~ x O H ZU' X H [n w 3 [ r t7 H 'z K o n n o p 0 r o o in v � N N m r m r O N O N m m to m m w n >L d co ro H O z x x H H b � H d � � O H CHTJ O n o H lO r H � H k O O O z � n H zH H �O H � �"D U) O O W n � (n O � H � n x � H ro a LQ H C1 7d H H H ti F4 cn H Y O 0 0 tQ 0 o tL rt E F' rt Q O M r� N N Al R O O N- rt � n n v � N N m r m r O N O N m m to m m w n >L d co ro H O z x x H H b � H d � � O H CHTJ O n o H lO r H � H k O O O z � n H zH H �O H � �"D U) O O W n � (n O � H � n x � H ro a LQ H C1 7d H H H ti F4 cn H f7 ¢7 H r r r r r r 3 rt (n H c (n u7 ON U) r v o 0nrrx�N 3 ro rn 3 0 F-3 t=] xd ti] M H o r ro3(oxr7r H t=i � rt X n E r r td r �D x O x H H N ri Z n C0 fo (o N H ( H w o t7l Co F-3 d x v O �y 3 t�ii N o z y 0 F- x m In i 'Ti N H 0 C7 m w xl O (U W O d H 71 60 1 J O x IA b U) t+7 H H n M F-3 0 o x U) H n H Z ` LTJ H 'TJ n O n nHO�orw ° H (wo r O H H 0 to Ili z O z H `.ti t7 n z H G O H � y � r n r w —� r r \ (D t=i N H �d Lo > " �.e�^4 • (D � r z n m M c O n H N z o (D N H H n w < m N n r 1 J 717 on m Q CT 'Zi H U] m Z t:1 O c �9n „p n N O n w v( Z Co 0 H H U) 00 x ZZA ii W � N H (D Fl I-h H $ u rj Imo- H H w C7 P- P- (D x y rn n 10 M H. in U) (D (D H U) 0 w O, (D 3 "C C K I m H , c-t Vt H b I S H W lnt (D �D U) tri OH O tx x H � V N U) H H t7 d T 0 z m Q, x � H H ro ro z m O H O H m H �O r H \ H � O O O \ � n H zH H l0 y �o Cho 0 W n � U) O � H �o n x\ r b to L O ro [ G b r y �d H r z O H tri O F< o LA x .. .. 0 m 1 J -A c O O J to co n t7l H Li co F-3 r to w O m H to ai Z ° n m O 0 a m ui ro -j H -3 �Z n �C C) ro ro R fD � C O H O U) n La H O z CD La LO( M- N 0 m W n z v co r i C) ro i� Z a n � O Cp w rt £ �- rt W 0 M p N N N N N W C 0 In O O lP N O N N O O N a O O O O O N O O O O O Vl C 0 0 0 0 0 0 0 0 0 0 0 0 r rr ro ro ro G n n n n n n n n n n n n n n n n n n n n n n a N H � I H co t' x w z x (n tD x m 2 0 m - W - W W _ 00 W - - Cn n H - H H - O x - K x X H r O 10 O 0 O O o X k C X r+ r P. 3 '0 3 x 3 ro 2 Z0 m m � to a 0 ON W F+ 0 r r 1 3 £ 0 O in O y m H m N m H Y Co v x W W x x x 3 vi g m 3 w � O tr X o o o n x M w y y H H o O H r H H w X w o w n = A H a o J o b w H b u u o y o _ ;a 0 J P as A O O x � H H ro ro z m O H O H m H �O r H \ H � O O O \ � n H zH H l0 y �o Cho 0 W n � U) O � H �o n x\ r b to L O ro [ G b r y �d H r z O H tri O F< o LA x .. .. H H xuiz� ro 1 J -A c O O J to co n t7l H Li co F-3 r to w O m H to ai Z ° n m O 0 a m ui ro -j H -3 �Z n �C C) ro ro r d � C O H O U) �] H O z x � H H ro ro z m O H O H m H �O r H \ H � O O O \ � n H zH H l0 y �o Cho 0 W n � U) O � H �o n x\ r b to L O U1\ G b r y �d O x o LA H .. .. n c H 1 J O J W � Ln n r K to H x � H H ro ro z m O H O H m H �O r H \ H � O O O \ � n H zH H l0 y �o Cho 0 W n � U) O � H �o n x\ r b to L z 0 rt N rr 9 O tr' C F rt x n CD O rt \\,z A n H Fj P- rt "� I-h rt (D in rt F'- cD .�\ H n i_ n n b' CD tr' CD rh O K 3 rD rt N' N 0 h-h co 10 rt (D b' (D n N C� O r C C' r H H C C r C r H 3 z to C O H can Or H U O n x Cz7 m �y iZi ro�cn�r7r M ro w tax H v� H U)o U) O v o� r x�z W d co O P rt b H x [ --j co U) N N U,CX)w H o H Ul y d� � x y 4, tlj n] 3 Ct7 y Z d O m H O z O H x U] co to I I=] ti] H o m w xJ O 00 W O u H nJ m Ul ro z H H ro Ul t+J 1 H ro co C) m c! z n tl H O o �d C) H (� H z - M o (-1 Ill H 'z] O H C) H O xJ r U) 0 r z d xJ y can H 0 H 0:) O H H :4 H n w z m O cil Z - H � � [n=i n H M z to C O H can H t7 H H O �y iZi w tax F, U)o x v o� Y x�z W t'J H P rt a x [ --j co o U,CX)w � R N 4, H `Iy- n] ts7 � Z d N H m H O n r CrJ N mn U] z O tj rJ � co 00 P 3 co Ul ro z H O O N (Z 0 C) O o H � O n z d xJ H H 0:) x z n w ur m m H C O � [n=i n O tXJ �] H H z H H ro I H x x H r co txj U) `n H U) O � • bd ;U L=1 t� to H I � Ln H D W Ul WW C C) �o au � r 41 J Ul CT] �o m U) Ul o w • J � O Ul O O n �li x � t�] H H $ U1 H � ro tt] U) x tIl 0 L Ham/, b c� w ro rt £ ro z H H � r w O La O d CA d > H C) H z to C O H O �y iZi LTJ O K x v o� Y x�z rt a d [ --j co o U,CX)w � R N 4, Ul N n] � w O m H m `� O O mn z n m m � O 00 P 3 co Ul ro J H N (Z 0 n ro ro n ur m K H C O H O U] �] H z z ro I o r co txj � • bd ;U L=1 t� to qd C C) �o au H 41 J d �o m o w • J � Ul O n N Erl H � ro x 0 L Ham/, b w ro rt £ ro z H r w O La O d CA > H C) H O H m b w ] C) C) O N. H W r H \ H H4 O h] N O O \ ;d nJ to 1O n a ✓y z N N I , H zH W o d � � o n w n � H � \ o U] O z N x \ r ro LQ U-) o � r ti n m V O N- h7 rh � rt M, n CD 0 rt O hl F'- � v V G tY O K r t' • ti [) t' iii -� o -L Wtn n H (D K Ft (D rt K (D H n O rn (D 10 rt (D O K H z O r r r r o H r r r r r 3 UHi w O 0 co 7 O n rr x CHTI ro�� x7 d C 7 m H H o ti N H cn d x > o C�TJ z z O H x n cn I -I m H o rn w ^o O Cl] ro cn n m � z H n H i O i ny H n 'TJ H z� O H nHOxrw H C O O H H E H zz z H � o to x H t�rJ C n > m t~v H 0 > � a C w r H 7 x n m G7 co o� n d J E H A Z H O O n o £ d � O z d xi H z d co w C. m n m t-j H x x � H o 7 3 H I x to H w to .q w C �r co m co In O x 2 �7j H :E VJ H H cn � H tHrJ y d � J ' a o o rt 0 t o m r p m 5 r rt a o 0 rt N O z O R (D i W N r+ N = O \ 7 O 9 l0 o � o O 33 J m z o o ny o cn tr\J • C N i o n o � C N o n U 0 07 O O �] o n Cl n < o O D O rt E La O b SD C � rt o r rt ro � n p 7 m N m 3 n~i M r \ (n n O to �7 rn b \ H rn O w z m C) H O 3 t�J '00 O • H O O x n Ln to � J U) cl, ro ro r �C O cn LI] O 3 CrJ O �d �o w �] O J O\ a> N J m n U) 110 ro ro z Crol] O H O H CH=] C) n O 'fJ H 10 C H � H C O 00— tlj �z n H zH H �o H � m O w O W C) U] O ko H w n x N C O z O G LTI H rn J CO Cl cn m co W m H lil --7 U Ol H m m m m J H z n-I d H C H H O z ro w m H C1 �y N H H H d r K H n z C C C) t7 ud A rt O C t-I m z �Or w H C C C C C UU)) ttA 0 N. ri N co td O Q Co t> Y K ° x � w O m n o o n N ro rn b 3 d C tl] O k cyi) m m Cr � K r ? -3 m r G rt FCC C O H Uri r o X n H 4 C d O Ln ou in to E t=] H o H H n m N O x y H y z w O (7) H o co N O No in u) r z >4 n co CO O O rt (D 31 0 c y co z J H I o co H x 0 W N FZ7 C+7 H o C) N O O o W O t) H 14 cn J O > 3 > ~ C H y x b U) C17 H n ro ro tij to � z n t� H o o ad r t) HnHz - W Fi] H n 'li r C O O H n H 0 :d C U) ° Cf) H J H y � m 0 o U) `_) o r O H H $ H a H cznO Z- cl0 m Cf) x n 3 b' y CJ Z Uri � nt�n r r • ¢ O W H a (L-0 C (D C C z y *� t-h 0 C C: m H H tri zi (D N H H Q w z tlj N U) O uF ?'OD��z (D d xC1 my;��nn (f z U) O o <vFm...n< x O a c�iZOoc N n � O t7 n n s D^'x o is N o n : " Z 8 D � � O I D s m _ ¢ (fl A co d7 W 7� W C+7 y m d (D tl t-h H :V, R x y p (n FA N- Y- (D x 3 rn rr 'd U' N p H 3 H " Ud U ¢ (D ct Ln N Y n H W U, N• l0 W (D io ` _ Ea W 5 n U) U) H 0 � tx=] x H $ U] H � H H d d N N 0 0 0 O 0 0 0 ro n b 3 r N m r O N m n m H n n m I o < O t0 LQE !'� R LQ o M b G rt R C) Ln N m d [T1 n x v 0 zz O C U(11) L�=J H :U O 3�y t -J 0 ;d n io w N J O A J a) to Ql N O J al co 0o n m ro x z ro ro z w O H d C-4 H n H O H tij n o H l0 H F{ O FI] N 00\ z � .o z H `r. F- H to H %.o > kD U) O 0 L.) 4k \ U) O t.0 N �.o n x\ H ro a w H J tij w H H H L=J d r K t� H (n C) t7 ud A H w z m UU)) ttA 0 r o w H ° O y H tl] O k O 0 K r F-3 H m r G rt r a Fd dl J 00 c: o O Ln ou in to H t=] H W W H 7 Ul J i1 FRS U) w O (7) H o O O t� in u) r z >4 n co CO O O rt (D 0 c y co Ul ro J H th J W N r C) N O o C2 z �Q x n ro ro r t) n m C o O H o Cf) J H o o r ro N N 0 0 0 O 0 0 0 ro n b 3 r N m r O N m n m H n n m I o < O t0 LQE !'� R LQ o M b G rt R C) Ln N m d [T1 n x v 0 zz O C U(11) L�=J H :U O 3�y t -J 0 ;d n io w N J O A J a) to Ql N O J al co 0o n m ro x z ro ro z w O H d C-4 H n H O H tij n o H l0 H F{ O FI] N 00\ z � .o z H `r. F- H to H %.o > kD U) O 0 L.) 4k \ U) O t.0 N �.o n x\ H ro a w H J tij w H H H L=J d r K t� H (n q 1 - -, El ci -� D 34,;- � (XOL,6 C4�� CZ-AY �� TO: Greg Shields C'iZ�10f City of Encinitas Encinitas 505 S. Vulcan Ave. Encinitas, CA 92024 FIELD CHANGE REQUEST CONTRACT TITLE: Guardrail Replacement Citywide FIELD CHANGE NO: 1 DATE: December 4, 1999 BRIEF DESRIPTION OF CHANGE: Contractor to replace guardrail that they removed along the west side of Highway 101 south of Swami's that was not part of the contract to be removed. Replacement will be done at no cost to the city. SECTION OF SPECIFICATION OR DRAWING AFFECTED: Section C REASON FOR CHANGE: Contractor took out more guardrails along the west side of the Highway 101 than was called out in the contract. Extra removal has left an unsafe condition out on Highway 101. THIS CHANGE WILL NOT RESULT IN A CHANGE IN CONTRACT PRICE OR THE TIME FOR COMPLETION. CITY CONTRACTOR APPROVED _ DISAPPROVED CROWN FENCE BY: BY: TITLE: TITLE: DATE: DISTRIBUTION BY CITY: CONTRACT FILE CONSTRUCTION INSPECTOR CONTRACTOR 1. Submit and sign four copies. 2. Use this form for minor field changes where no change in contract price or time is involved. gc6292 TEL 760- 633 -2600 / FAX 760 - 633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760- 633 -2700 � recycled paper P.tj�oTO �q' 441 v PROJECT MEMO CITY OF ENCINITAS - ENGINEERING DEPARTMENT TO: 6 p'Ur - i -41 pP - /till A V' DATE: / 0 - / 19-11 FROM: /' 13 TIME: P 3 D P • A1. PROJECT /PERMIT NO.: 6 C ems 99 x SUBJECT: P VS 760 60 L, Tr 0 N FV, �1//9MPOA STbV5 L&617/.3~4 AW-40 *V IE F WSW;r 00cv* TO 6fWI95' STATE iE bciftil WEST SIDE of 1014 Z0a • ; / oaU OF TOP &v7g;Morcc T0A#PA4UN*6- WT. T WE PlcK�o 41f C►) 80(.T 47' /24W& O. 7m aotr �,w f US TED WE Gy54E A&Z To /2_C_-,* a vE /"WE MLT. �l4a Tip L: 6VAP9 691L cvcr f1 c w JO f rwirW . = c aoLrf 4GLF Ui0jw olux4w a F -THiEFIC, /",l�i 1l . City En inee cti. T4446AI WHITE -Job Site; YELLAW -File; PINK - Inspector Nlb*w*j /Ol sour# 99 faUST/Nb 60#0.0&L., w o2T ,0 FF-l&*W !o/, 4�0o To 60MOI F C 7**7(': 416"40 n �T�J'l — do�,�ss✓i�� 411 r •NQV -22 -99 11:04 AM CROWN FENCE CO. 17608061570 P.01 410 S. Santa Fe Ave. Phone: (760) 8061567 �I Ste-208 FAX (760) 80&1570 Vista,CA.92084 Facsimile To: Kipp ( Fax., 633.2818 From: Ed Fortin Date: 11.22.99 Re: CMS99K Pages: 2, including this NOV- •22 -99 11:05 AM CROWN FENCE CO. 17608061570 P.02 Crown Fence Company 410 S. Santa Fe Ave, Ste. 203 Vista, Ca. 920894 Phone Number (760) 806 -1567 Fax (760) 806 -1570 City of Encinitas 505 S. Vulcan Ave. Encinitas, Ca. 92024 -3633 Re: Project # CMS99K Request For Change Order # 3 This request is for additional guardrail to be installed on Lucadia Ave, appr . ( 165 ft ) because it runs along a power line it shall have to Be hand dug. Price is $ 5,184.00 Ed Fortin Project Manager (760) 806 -1567 P;AD 4 OP L � 31- 4 2--1F—I'% DEC -17 -99 03:07 PM CROWN FENCE CO. 17608061570 P.01 Crown Fence Company 410 S. Santa Fe Ave, Ste. 203 Vista, Ca. 920894 Phone Number (760) 806 -1567 Fax (760) 806 -1570 City of Encinitas 505 S. Vulcan Ave. Encinitas, Ca. 92024 -3633 Re: Project # CMS99K Materials Kipp, their 59 pieces of rail left over, the pieces are 12 -1/2 ft long so the total is 743 ft. We paided 2.93 + 8% tax a- 3.16 and if possible we would like to apply the standard 15 % mark up for a total of 3.63 ft x 743 = 2,703.00 Project Manager (760) 806 -1567 City of Encinitas December 20, 1999 Crown Fence Co. 410 S. Santa Fe Ave., Suite 203 Vista, Ca 92084 RE: , Guardrail Replacement CMS99K CHANGE ORDER #3 Gentlemen: Pursuant to Section 3 - CHANGES IN WORK, you are requested to furnish the following material Furnish to the City Public Works Department 59 pieces (743 feet) of Corten guardrail. The contract change in price for this change is Two Thousand Seven Hundred and Three Dollars and no cents, $2,703.00. This change has no effect on the contract time. Please signify your acceptance of this change order by signing below. A copy of the original change order shall be sent to you for your original signature. Upon receipt, the City will sign and a copy, with original signatures, shall be forwarded to you for your files. Sincerely, G ; Pield's Field Operations cc: Inspector Kipp Heffner, Design Engineer Approved by: date: Approved by: date: Crown Fence Co. C 13 License No. 1315 CITY OF ENCINITAS TEL 760 - 633 -2600 / FAX 760 - 633-2627 505 S, Vulcan ?conic, I:ncinims, California 9'024 -3633 '1 DD 760- 633 -2700 recycled paper Cit-y of PS & E CERTIFICATION Encinitas Gary Vettese, Local Assistance Engineer Caltrans, Office of Local Assistance District 11 P. O. Box 85406 San Diego, CA 92186 -5406 Dear Mr. Vettese: S7P I_K(� - 5114 b Guardrail Replacement Various Locations Throughout the City With submission of the attached PS& E CHECKLIST for the above subject project, I hereby certify that the project was designed and prepared for advertisement in accordance with the Local Assistance Procedures Manual produced by the California Department of Transportation (Caltrans). I understand Caltrans may not be performing a review of this PS&E at this time but that all documents relating to this project are subject to review by the Federal Highway Administration (FHWA) and/or Caltrans in order to verify this PS &E certification. I also understand if deficiencies are found in subsequent review the following actions will be considered: (1) Where minor deficiencies are found, PS &E certification for future projects may be conditioned or not accepted until the deficiencies are corrected. (2) Where deficiencies are of such magnitude as to create doubt that the policies and objectives of Title 23 of the United States Code (or other applicable Federal and State laws) will not be accomplished by the project, Federal funding may be withdrawn. Alan D. Archibald, P.E. Director of Engineering Services City of Encinitas Professional Registration Number: C Zl t % q Expiration Date: Attachment 1711 n-sYkc3 q - -cycea oaaer Local Assistance Procedures Manual PS &E CHECKLIST EXHIBIT 12 -D PS &E Checklist Agency C.i `( G�— G;JC t tJ t %P%S Federal Project No. 5 T P L (A V 5 `l This form is to be completed by the local agency and attached to the PS &E Certification. See Exhibit 12 -E for instructions and the referenced attachments. I. HIGHWAY SYSTEM ❑ On the National Highway System (NHS) Off the NHS II. FUNCTIONAL CLASSIFICATION (Check as many as appropriate) On the Federal -aid System Urban Principal Arterial - Fwy or Expwys ❑ Rural Principal Arterial - Other Urban Principal Arterial - Other ❑ Rural Minor Arterial ❑ Urban Minor Arterial ❑ Rural Major Collector Urban Collector Off the Federal -aid System ❑ Urban Local ❑ III. TYPE OF CONSTRUCTION (Check appropriate box) ❑ New or Reconstruction NResurfacing, Restoration and Rehabilitation (3R) ❑ Preventive Maintenance IV. METHOD OF CONSTRUCTION A. Contracting Method (Check appropriate box) Competitive bidding ❑ Other than competitive bidding Rural Minor Collector Rural Local (If the contracting method is other than competitive bidding, check appropriate box.) ❑ The project is exempt from FHWA oversight. A Public Interest Finding is on file in the contract records justifying the method. ❑ The project is not exempt from FHWA oversight. A Public Interest Finding justifying the method has been submitted and approved by Caltrans. Page 12 -8 February 1, 1998 Lucal Assistance Procedures Manual EXHIBIT 12 -D PS &E Checklist B. Force Account (Day Labor) (Check appropriate box) XThe entire project will be constructed by contract as indicated above. Some work (incidental to the main purpose of the project) will be constructed by Force Account. A Public Interest Finding is on file in the contract records justifying the work. The entire project will be constructed by Force Account (Day Labor). (If the entire project will be constructed by Force Account (Day Labor), check the appropriate box.) The project is exempt from FHWA oversight. A Public Interest Finding is on file in the contract records justifying the work. The project is not exempt from FHWA oversight. A Public Interest Finding justifying the method has been submitted and approved by Caltrans. V. ENVIRONMENTAL ANALYSIS (Check box if requirement is met) .�<The PS &E is fully responsive to the necessary actions called for by the environmental document, permit conditions and other agreements. VI. VALUE ENGINEERING (VE) ANALYSIS (Check appropriate box if the project is on the NHS) VE analysis been performed on this project and a copy of the analysis has been forwarded to the Caltrans District Value Analysis Coordinator). VE analysis has not been performed; the estimated project cost is <$25 million. VII. GEOMETRIC DESIGN STANDARDS (Complete this section if project changes existing geometrics) A. Geometric Design Standards Used (Check appropriate box) XCaltrans Design Standards (on State highway system) El Current AASHTO Standards 3R Projects - Minimum Standards for Geometric Design of Federal -Aid Resurfacing, Restoration, and Rehabilitation Projects on Local Streets and Roads, Local Programs Manual, State of California Department of Transportation. Local Agency Design Standards Date approved B. Deviations from Controlling Criteria (check appropriate box for each controlling criteria) Design Criteria Design Exception Criteria Met Not Met Approval Date Controlling Criteria Page 12 -9 February 1, 1998 EXHIBIT 12 -D PS &E Checklist 9 ❑ El El El El El � o VIII. BRIDGE DESIGN PROCEDURES (Check the appropriate box) Local Assistance Procedures Manual Design Speed Lane Width Shoulder Width Bridge Width Horizontal Alignment Vertical Alignment Grades Stopping Sight Distance Cross Slopes Superelevation Horizontal Clearance Vertical Clearance All bridges have been designed in accordance with the current edition of the Caltrans Bridge Design Specifications Manual YES DOES NOT APPLY (Bridge construction not included in the project) IX. STANDARD PLANS (Check appropriate box) Caltrans Standard Plans ❑ Standard Plans for Public Works Construction Local Approved Standard Plans: Date signed (on behalf of the local agency) by a person in responsible charge and who is a registered professional engineer licensed to practice in the State of California. X. PROJECT PLANS (Check box if requirements met) 3PECtFi (AT toNs '3k Imo signed and stamped on behalf of the local agency by the person in responsible charge and who is a registered professional engineer licensed to practice in the State of California. Traffic Control Plans and Signs /Striping Plans Included Erosion Control Plan Page 12 -10 February 1, 1998 Local Assistance Procedures Manual EXHIBIT 12 -D PS &E Checklist XI. STANDARD SPECIFICATIONS (Check Standards used) Caltrans Standard Specifications Standard Specifications for Public Works Construction (Green Book) Locally Approved Standard Specifications Page 12 -11 February 1, 1998 EXHIBIT 12 -D PS &E Checklist XII. REQUIRED FEDERAL CONTRACT PROVISIONS Local Assistance Procedures Manual A. General Federal Requirements (Check appropriate box and indicate page number) Page No. Caltrans SSP - SECTION 14. FEDERAL REQUIREMENTS FOR FEDERAL -AID CONSTRUCTION PROJECTS (Attachment A, FR -1 & FR -2) is included ........................5.�. O N Equivalent provisions are included ..................................................................... ............................... B. FHWA Form 1273 1. Incorporation of FHWA Form 1273 into Contract (Check appropriate box and indicate page number) Page No. An unmodified copy of FHWA Form 1273 REQUIRED CONTRACT PROVISIONS FEDERAL - AID CONSTRUCTION CONTRACTS (Attachment B, FR -3 thru FR -] 4) has been physically incorporated into this contract ....................SIaN A modified copy of FHWA Form 1273 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS has been physically incorporated into thiscontract ......................................................................................................... ............................... 2. Modification of FHWA Form 1273 (Complete this section if the form has been modified.) Project cost a. Section IV. Payment of Predetermined Wages (Check appropriate box) Section IV has not been modified. Section IV has been crossed out /removed /specified elsewhere in the contract that it does not apply (indicate type of modification). b. Section V. Statements and Payrolls (Check appropriate box) Section V has not been modified. Section V has been crossed out /removed /specified elsewhere in the contract that it does not apply (indicate type of modification). c. Section VI. Record of Materials, Supplies, and Labor (Check appropriate box) 7 Section VI has not been modified. Section VI has been crossed out/ removed/ specified elsewhere in the contract that it does not apply (indicate type of modification). d. Section VII. Subletting or Assigning the Contract (Check appropriate box) Page 12 -12 February 1, 1998 Local Assistance Procedures Manual Section VII has not been modified. EXHIBIT 12 -D PS &E Checklist Section VII has not been crossed out /removed /specified elsewhere in the contract that it does not apply (indicate type of modification). Page 12 -13 February 1, 1998 EXHIBIT 12 -D PS &E Checklist Local Assistance Procedures Manual C. Certification/Disclosure Forms (Check if included and indicate page number) M EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION (Attachment C) . NONCOLLUSIONAFFIDAVIT (Attachment D) ................ ............................... DEBARMENT AND SUSPENSION CERTIFICATION (Attachment E) ............. Page No. ..................... sECi101-1 F ...................... 5GC —,,ON F X"'NONLOBBYING CERTIFICATION FOR FEDERAL AID CONTRACTS (Attachment F) DISCLOSURE OF LOBBYING ACTIVITIES (Attachment G) ............ ............................... ❑ Equivalent provisions (Attach complete listing, including page numbers) D. Liquidated Damages (Check appropriate box and indicate page number) ........ EC i t0 N r Sec i taN S� It o rj F Caltrans SSP SECTION 4. BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES (Attachment I, second page) is included in this contract............................................................................................................. ............................... Equivalent provisions are included .............................................................. ............................... E. Disadvantaged Business Enterprise (DBE) CBE Annual Goal 1U o Date Annual Goal approved by DLAEQrJ0r2 9 1�(� ?roject Goal 10% Page No. If project has a specific goal, complete Section 1. If project does not have a specific goal, complete Section 2. 1. Projects with specific goals (Check if included and indicate page number) Page No. Caltrans SSP SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS (Attachment H. Includes requirements for DBE subcontractor listing, Federal Lobbying Restrictions, Disadvantaged Business requirements, and DBE Goal for project.) ........................ XCaltrans SSP SECTION 3. SUBMISSION OF DBE INFORMATION AND AWARD AND EXECUTION OF CONTRACT (Attachment I) ................................................ ............................... 5 ECTIU {V F - Caltrans ...................................................... SSP 5 -1. DBE RECORDS (Attachment J) ............. SCL - i ION F Caltrans SSP 5 -1._ PERFORMANCE OF DBE SUBCONTRACTORS AND SUPPLIERS Attachment K K Caltrans SSP LOCAL AGENCY BIDDER -DBE INFORMATION r (Attachment L) -T10 N ................................................................................................. ............................... Equivalent provisions (Attach complete listing, including page numbers) ............................... Page 12 -14 February 1, 1998 Local Assistance Procedures Manual 2. Projects without specific goals (Check box if these requirements are met) EXHIBIT 12 -D PS &E Checklist ❑ We have determined that a specific goal is not appropriate for this project. Evaluation documentation that verifies this determination is in accordance with our Annual Plan /Goal is on file. Page No. Special provisions required for a project without specific goals are included in the contract documents (indicate page number) .................................................................. ............................... F. Buy America Specification (Check appropriate box and indicate page number if requirement applies. See Section 12.9 of the Local Assistance Procedures Manual for requirement.) Page No. XCaltrans SSP 5 -1. BUYAMERICA REQUIREMENTS (Attachment M) ............................. F] Equivalent provisions are included ............................................................ ............................... Buy America specifications are not included in contract. F1 Waiver for the following has been approved by FHWA: Date G. Federal Trainees (Check appropriate box and indicate page number if requirement applies) X ihe project has less than 100 working days. A Federal Trainee goal and special provisions are not required. [� Analysis of the Engineers Estimate has the dollar value under $200,000. A Federal Trainee goal and special provisions are not required. .. 6G-T 101 F Page No. Caltrans SSP - FEDERAL REQUIREMENT TRAINING SPECIAL PROVISIONS (Attachment N, FR -15 and FR -16) are included. (The Trainee goal is .) ..................... [] Equivalent provisions are included (The Trainee goal is ) ............ ............................... H. Federal Wage Rates (Check appropriate box and indicate page number if Federal Wages Rates are included) Page No. Federal Wages Rates are physically incorporated in this contract ................. ............................... S OIoF ❑ This project is not located on a Federal -aid Route, Federal Wage Rates are not required. I. Relations with Railroad (Check appropriate box and indicate page number if special provisions are included) Page No. ❑ The required provisions are included ................................................................. ............................... This project does not involve the use of railroad properties or adjustments to railroad acilities. Page 12 -15 February 1, 1998 EXHIBIT 12 -D PS &E Checklist XIII. RESTRICTED CONTRACT PROVISIONS (Check appropriate box) Local Assistance Procedures Manual A. Indian Preferences (Check appropriate box and provide required information) Not included Included. The project is on or near the Indian Reservation. B. Bonding and Prequalification (Check box if requirement met) Bonding or prequalification, if required, will not be used to restrict competition, prevent submission of a bid by or prohibit consideration of a bid submitted by any responsible contractor, whether a resident or nonresident of the State of California C. Price Adjustment Clauses (Check appropriate box) 'k Price adjustment clauses are not included. Price adjustment clauses are included. The Federal conditions restricting the use of these clauses have been met and are documented in the project files. D. Warranty Clauses (Complete this section if project is on the NHS) Warranty Clauses are not included. Warranty Clauses are included. Documentation of the required conditions on the use of these clauses is in the project files. E. Proprietary Items (Complete this section if project is on the NHS) Proprietary Items are not included. Proprietary Items are included. A Public Interest Finding justifying the use has been approved and is documented in the project files. XIV. MATERIALS & EQUIPMENT (Check appropriate box) A. Publicly Owned Equipment (for use by Contractor) (Check appropriate box) Not included Included. A Public Interest Finding justifying this use is in project files and the project specifications meet the requirements for Federal participation listed in Chapter 12. B. Equipment Purchases for Local Ownership (Check appropriate box) YQ Not included Page 12 -16 February 1, 1998 Local Assistance Procedures Manual EXHIBIT 12 -D PS &E Checklist ❑ Included. Amount charged to construction engineering will be limited to amortized equipment cost (over its useful life) attributable to the time the equipment is used on the project. C. Convict Produced Materials .4 Not included Included. The conditions placed on the use of these materials by the contractor meet Federal requirements and are included in the contract specifications. D. Local Agency Furnished Materials (Check appropriate box) 4 Local Agency Furnished Materials are not included. (If Local Agency Furnished Materials are included check appropriate box.) ❑ Local Agency Furnished Materials have been acquired on the basis of competitive bidding. A Public Interest Finding is on file in the contract records justifying another method of acquisition. XV. PRELIMINARY ESTIMATE (Check boxes if requirements met) Exhibit 12 -A, or equivalent has been completed and is attached. The estimate is broken down into items sufficient in detail to provide an initial prediction of the financial obligation to be incurred by the local agency, State and FHWA and to permit an effective review and comparison of the bids received. Non - participating items of work have been identified and segregated from the estimated cost of work eligible for Federal -aid. (If project is funded with more than one type of Federal -aid, check box if requirement met.) The estimate has been segregated by fund types for use in preparing the "Request for Authorization for Construction" (Detail Record) and the Finance Letter. XVI. LOCAL AGENCY SIGNATURE This Federal Contract Provisions checklist has been prepared in accordance with Chapter 12 "PS &E" of the Local Assistance Pro ures an al. Signature: Date: Title: 116A Jlr Of ILi I Nor /ACi/ XVII. CALTRANS ACCEPTANCE: Check appropriate acceptance statement: Page 12 -17 February 1, 1998 EXHIBIT 12 -D PS &E Checklist Local Assistance Procedures Manual ❑ I have not personally inspected the subject project PS &E package but I am aware of the scope of the project. I have reviewed this "PS &E CHECKLIST" and agree it is complete and appears to have been prepared in accordance Chapter 12 "PS &E" of the Local Assistance Procedures Manual. I have inspected the specifications portion of the subject project PS &E package and I am aware of the scope of the project. I have reviewed this "PS &E CHECKLIST" and agree it is complete and appears to have been prepared in accordance with Chapter 12 "PS &E" of the Local Assistance Procedures Manual. I have also verified that the indicated Required Federal Contract Provisions are included in the specifications. Signature: Title: Date: Distribution: Original submitted to DLAE with PS &E Certification. Original "Accepted" copy to be retained in DLAE file with PS &E Certification. One "Accepted" copy to be returned to local agency Page 12 -18 February 1, 1998 Local Assistance Procedures Manual EXHIBIT 15 -A Local Agency Construction Contract Administration Checklist Local Agency Construction Contract Administration Checklist Local Agency (-;4v of Erscr h da -S I ADVERTISE AND AWARD PROJECT A. Project Advertisement 2 Projects are not advertised until the Authorization to Proceed (E -76) has been approved by Caltrans (or the FHWA for nonexempt projects). ❑ For NHS projects, a minimum of three weeks for project advertisement (15.4 "Project Advertisement "). B. Contract Bid Opening N3 All bids are opened publicly and read aloud either item -by -item, or by total amount. If a bid is not read, the bidder is to be identified and the reason for not reading the bid announced (15.5 "Contract Bid Opening ") The following documents will be completed and retained in the project files. [;KA list of bidders and total amount bid with an item -by -item breakdown (Exhibit 15 -D, "Sample Bid Tabulation Summary Sheet ") of the three lowest bidders. EKIf the commitment level(s) do not meet DBE goals, the "Good Faith Effort Statement of DBE Participation" (Exhibit 15 -H) 2 The Noncollusion Affidavit (Exhibit 12 -E, Attachment D) G2" Local Agency Bid Opening Checklist (Exhibit 15 -I) C. Contract Award Contracts are awarded on the basis of the lowest responsive bid from a responsible bidder (15.6 "Contract Award "). ❑ For all NHS projects, a bid analysis will be performed (15.6 "Contract Award "). The following documents will be forwarded to the Caltrans District Local Assistance Engineer immediately after award of the project: 2 Contract Award Checklist (Exhibit 15 -L) R"' Report of DBE awards (Exhibit 15 -K) Page 15 -17 February 1, 1998 EXHIBIT 15 -A Local Assistance Procedures Manual Local Agency Construction Contract Administration Checklist [Y Detail Estimate (Exhibit 15 -M) 2' Finance Letter RE's Checklist R CONTRACT ADMINISTRATION A. Project Staffing ❑ Project files shall contain a list of the names and titles of all staff assigned to the project (16.3 "Project Supervision and Inspection "). ❑ Adequate construction personnel shall be provided (16.3 "Project Supervision and Inspection "). B. Contract Time ❑ For all NHS projects, we shall periodically review our methods to assess if the calculated contract time is appropriate (16.5 "Contract Time "). C. Subcontracting ❑ For all NHS projects, at least 30% of the contract work is to be performed by the prime contractor (16.6 "Subcontractors ") D. Project Records ❑ Resident Engineer and construction inspectors shall keep daily reports to record work in progress (16.7 "Engineer's Daily Reports ") ❑ Establish a separate record file for each project and organized as required (16.8 "Project Files "). ❑ Designate a labor compliance officer, and ensure that all labor compliance requirements are performed and documented in the project files (16.11 "Labor Compliance "). ❑ Designate an EEO compliance officer to maintain sufficient records to ensure that EEO requirements are performed and documented in the project files (16.12 "Equal Employment Opportunity "). ❑ For all NHS projects, all major change order will receive approval from the DLAE prior to performance of work (16.13 "Contract Change Orders "). L� A QAP has been completed and a copy will be in each project file (16.14 "Quality Assurance Program "). Page 15 -18 February 1, 1998 Local Assistance Procedures Manual EXHIBIT 15 -A Local Agency Construction Contract Administration Checklist E. TRAFFIC SAFETY ❑ Has developed and implemented procedures that contribute to the safety of motorists, pedestrians and construction workers, and include a TCP in all contracts (16.16 "Traffic Safety in Highway and Street Work Zones ") F. PROJECTS ON STATE HIGHWAY SYSTEM N 1 f� ❑ Caltrans' Encroachment Permit will be obtained prior to start of construction. &0�1-VL:w ll Local agency's person in "Responsible Charge" (date) Page 15 -19 February 1, 1998 EXHIBIT 3 -G Local Assistance Procedures Manual Request for Authorization - Data Sheets REQUEST FOR AUTHORIZATION DATA SHEET 2 PRORAGR NO: ST P L H Ca ( S'i q (6-) CMAQ Projects: Air Basin (Name & Code) _ Local Agency /State Comments: =NAT% AL_ p,tjTHORi - i -A rl6N 2EC?UBST PRORAGR NO: P LN 61 ( S L N 6 ) DETAIL RECORD # / #: I APPN: 3�z NUMBERS: URBAN /RURAL: —U_ COUNTY CODE: 01 CONGRESSIONAL DIST(S): (34) APPN COUNT: WORK CLASS: FUNCTION CLASS: FED AID SYS: STATE SYS MILES: LANE MILES: PREVIOUS. OBLIG: THIS REQUEST: TOTAL: BRIDGE #'S Page 3 -30 February 1, 1998 1 NO OF RELOC PAY: WORK TYPE (1 -4): D P o (o SAFETY /RR: FED RES SYS: CONNT BY: KILOMETERS: LANE KILOMETERS: (47) (48) TOTAL PARTICIPATING COST COSTS STATISTICAL DATA Q NUMBER OF: LANES ?S T STRUCTURES Z BUSES /OTHER VEHICLES INTERSECTIONS IMPROVED PROJECTS CROSSINGS PROTECTED CROSSINGS IMPROVED (49) TRF/MGT /CNTRL PROJECTS FEDERAL OPERATING PROGRAMS FUNDS PARKING SPACES: Local Assistance Procedures Manual EXHIBIT 12 -A Preliminary Estimate of Cost DEPARTMENT OF TRANSPORTATION PRELIMINARY ESTIMATE OF COST SHEET OF Bid Opening ,o; -a,R ; I Z, 1 �i�(�j Expenditure Authorization 't 4ct5 0 0.00 Allocation Audet q5 oco oo Date NoVE M E2 g F District ounty i 1 5A ►EL v Route PM Source o Funds VIES Federal -aid Number Description EPLPtC_etAENr OF ExtsViN11 6v(35—iA"0AaD 6.) f� LO (Lri i l o tv i-1 i tANVJPr( 10j 1rNO 5htJ EL %-TO NE. . Item Number Item Description Unit Quantity Unit Price Amount f 72v iNJ LOW LvAP LO 000 OCO 20000 00 C v A t-F _1_i' 060 Z 20 UDD 00 N f anJ N61nfEF,lli LvKV LvKfSam. 5000 Oa 000 DO Length in Miles: 2.8 4 Mt �_ES Made By: 0,0 I FVE12 -- SUBTOTAL 00G Contingencies d TOTAL Checked By: Approved: Page 12 -1 February 1, 1998 City 01- Encinitas Department of Transportation District i l P.O. Box 85406 San Diego, CA 92186 -5406 Attn: Gary Vettese Local Assistance Engineer Date: November 23, 1998 Project: 11- SD- 0 -Ents Federal Project #STPLHG -5446 Description: Upgrade Guardrail Various Locations Along Hwy. 101 The City of Encinitas is proposing to replace /upgrade guardrail in various locations of Coast Hwy. 101 and San Elijo Avenue. The following items are provided for your review and consideration. Ga' PES FORM (COMPLETED & SIGNED) 4Y PROGRAMMATIC CATEGORICAL EXCLUSION /CATEGORICAL EXCLUSION DETERMINATION (FORM), CONTAINING THE FOLLOWING: Mo"' A DETAILED DESCRIPTION OF THE PROJECT LOCATION /SETTING (INCLUDING LAND USES) GK DETAILED DESCRIPTION OF PROJECT AND PURPOSE MAP (SHOWING PROJECT AREA, PROJECT LIMITS AND RIGHT OF WAY OWNERSHIP) .IIpI ❑ RESEARCH FINDINGS /FIELD NOTES AND ANY CORRESPONDENCE FROM 1" RESOURCE AND /OR REGULATORY AGENCIES USED TO ANSWER QUESTIONS ON PES FORM ❑ MINIMAL AREA OF POTENTIAL EFFECT (APE) (IF APPLICABLE) V' FIELD REVIEW FORM If additional information is needed, please contact Jennifer H. Smith at (760) 633 -2772. Distribution: Original: District Local Assistance Engineer Copy: Local Agency Files Local Assistance Procedures Manual EXHIBIT 6 -A Preliminary Environmental Studies (PES) Form PRELBUNARY ENVIRONMENTAL STUDY (PES) FORM Agency (Dist- Co-Rte- Agency): Proiect Number (Federal Pros. o. (Az=nt No.): tN vrA,4, _16 �N a. Is the project included in a currently conforming regional transportation `c�CtC) C, L{ RTC plan (RTP) and transportation improvement program (TIP) and that there 'CEK have been no substantial changes in the design concept and scope as used t�r���E �S) in the TIP? b. Is the project exempt from the requirement to determine conformity (40 CFR 93.126)? 11. Is the project in a non - attainment or maintenance area? (National Ambient Air Quality Standards) Page 6-29 February 1, 1998 EXAMINE FOR POTENTIAL EFFECTS ON THE ENVIRONMENT, DIRECT OR INDIRECT, AND ANSWER THE FOLLOWING QUESTIONS To Be A. The Physical Environment Yes Determined NQ 1. Is the project a Type I project as defined in 23 CFR 772.5(h); "construction on new location or the physical alteration of an existing highway which significantly changes either the horizontal or vertical alignment or increases the number of through- traffic lanes.,, 2. Are there water resources (rivers, streams, bays, inlets, lakes, drainage sloughs) within or immediately adjacent to the project area? 3. Is project within a designated sole- source aquifeo. _ 4. Is project within the State Coastal Zone? 5. Is the construction area located within a regulatory floodway or within the base floodplain (100 -year) elevation of a water course or lake? 6. Is the project within or immediately adjacent to a Wild and Scenic River System? 7. Is there a potential for a federally - listed, threatened, or endangered species (including candidate species) or their critical or sensitive habitat within the construction area? ��(( 8. Is there a potential for wetlands within the construction area? �1- 9. Is there a potential for agricultural wetlands within the construction area? 10. Air Quality a. Is the project included in a currently conforming regional transportation `c�CtC) C, L{ RTC plan (RTP) and transportation improvement program (TIP) and that there 'CEK have been no substantial changes in the design concept and scope as used t�r���E �S) in the TIP? b. Is the project exempt from the requirement to determine conformity (40 CFR 93.126)? 11. Is the project in a non - attainment or maintenance area? (National Ambient Air Quality Standards) Page 6-29 February 1, 1998 EXHIBIT 6-A Local Assistance Procedures Manual Preliminary Environmental Study (PES) Form 12. Is there a potential for prime or unique farmlands within or immediately adjacent to the construction area? 13. Is there a potential for hazardous materials (including underground tanks) or hazardous material remains within or immediately adjacent to the construction area? 14. Are there any publicly -owned public parks, recreation areas, or wildlife or waterfowl refuges [Section 4(f)] within construction area? 15. Are there any aesthetically visual resources within the project area? B. The Social and Economic Environment 16. Will the project require any right of way, including partial or full takes? Consider construction easements and utility relocations. 17. Is the project inconsistent with plans and goals adopted by the community? 18. Will the project result in the need for public services, including utilities other than those presently available or proposed? 19. Will the project involve changes in access control? 20. Will project involve the use of a temporary road, detour or ramp closure? 21. Will the project reduce available parking? 22. Will the project require future construction to fully utilize the design capabilities included in the proposed project? 23. Will the project generate public controversy based on potential environmental effects? 24. Will project construction encroach on State or Federal Lands? 25. Are there National Register listed or potentially eligible historic properties [Section 106, Section 4(f)] within the construction area? Page 6-30 February 1, 1998 To Be Determined NiQ EXHIBIT 6-A Preliminary Environmental Study (PES) Form Local Assistance Procedures Manual C. REQUIRED TECHNICAL STUDIES D. COORDINATION E. PERMIT /APPROVALS HAZARDOUS MATERIAL STUDY _ 1. CALIF. EPA; (Cleanup of Hazardous Material Sites) Department of Toxic Substances Control, Biennial Reports, Lists of Active Annual Workplan Sites 2. CALIF. OPR; Hazardous Wastes & _ Substances Sites List, List of Contaminated Sites 3. LOCAL; Health & Human Services _ Dept., Hazardous Waste Operations Division SECTION 4(f) EVALUATION _ FHWA _ Makes Determination Public Official w /Jurisdictional _ Responsibility. ' _ SHPO /ACHP (as appropriate) DOI/DOA/HUD/USDA (as appropriate) SECTION 6(f) EVALUATION _ Park Official DOI VISUAL IMPACT STUDY (AESTHETICS) _ FHWA RELOCATION IMPACTS STUDY _ State & Local Planning Departments SOCIO - ECONOMIC STUDY _ Airports, Schools, State and Local Planning Departments TRAFFIC _ FHWA SECTION 106 STUDY APE Map _ Caltrans _ Determines applicability of Minimal APE FHWA _ Approves APE _ _ SHPO /ACHP (as appropriate) Local Preservation groups and/or Native American Tribes _ Historic Property Survey Report (HPSR) _ _ FHWA _ Concurs or Consults with SHPO /ACHP CONSTRUCTION/ENCROACH ON STATE LANDS Under State Lands Commission Jurisdiction State Lands Commission _ General Permit/Revise General Plans Under Caltrans Jurisdiction _ Caltrans _ Encroachment Permit CONSTRUCTION /ENCROACHMENT _ U.S. Bureau of Reclamation _ Encroachment Permit ON FEDERAL LANDS _ Private Land Owner _ Right of Entry Permit Additional studies may be required for other Federal Agencies. * FHWA has responsibility for consultation under regulation or interagency agreement or FHWA has responsibility for a finding or determination required by law, regulation or Executive Order. Page 6-32 February 1, 1998 Local Assistance Procedures Manual EXHIBIT 6-A Preliminary Environmental Studies (PES) Form DATA AS REQUIRED TO SUPPORT THE CONCLUSIONS OF THIS CHECKLIST SHOULD BE ATTACHED OR AVAILABLE FROM THE LOCAL AGENCY UPON REQUEST (Check to Indicate Required Technical Studies, Coordination, Permits or Approvals) C. REQUIRED TECHNICAL STUDIES D. COORDINATION E. PERMIT /APPROVALS ❑ NOISE STUDY _Traffic Related FHWA Construction Related _ ❑ WATER QUALITY STUDY _ Discharge Dredged/Fill material (US waters) _ U.S. Army Corps of Engineers _ Issues Section 404 Permit _ Construction in Navigable Waters _ U.S. Army Corps of Engineers Section 10 Permit _ Construction of Bridges/Causeways Across _ U.S. Coast Guard _ 4pproves Plans Navigable Waters _ Construction of Bridge _ California Regional Water Quality _ Water Quality Control Board Certification _ Stream or Lake Alteration _ California Department of Fish & Game _ Section 1601/03 Permit NEPA/404 MOU FHWA ❑ SOLE SOURCE AQUIFER _ EPA (S.F. Regional Office) _ Contamination Thmat ❑ COASTAL ZONE _ State Coastal Zone Management agency _ Coastal Zone Consistency (California Coastal Commission (CCC)) ❑ FLOODPLAIN STUDY * _ Federal Emergency Management Agency FHWA Flood lain Finding WILD & SCENIC RIVERS _ U.S. Department of Interior _ Heritage Conservation/Recreation Service BIOLOGY STUDY * _ FHWA _ Sec 7 Consultation _ California Department of Fish & Game _ Incidental Take Permit ❑ WETLANDS STUDY _ FHWA /EPA Wetlands Findings _ U.S. Fish & Wildlife _ U.S. Army Corps of Engineers _ Verifies juris. wetlands _ National Marine Fisheries Service Agricultural Wetlands _ Natural Resources Conservation Service _ Verifies agri. wetlands ❑ AIR QUALITY STUDY* _ FHWA _ Conformity Finding FARMLANDS STUDY _ Natural Resources Conservation Service _ Verifies prime/unique U.S. Army Corps of Engineers Approves Conversions * FHWA has responsibility for consultation under regulation or interagency agreement or FHWA has responsibility for a finding or determination required by law, regulation or Executive Order. Page 6-31 February 1, 1998 Local Assistance Procedures Manual EXHIBIT 6-A Preliminary Environmental Studies (PES) Form F. Public Hearing and Public Availability Not Required _ Notices of Availability Environmental Document ONLY _ Opportunity for a Public Hearing _ Public Hearing Required G. Preliminary Environmental Document Classification (NEPA) Based on the evaluation of the project, the environmental document to be developed should be: _ Environmental Impact Statement _ Environmental Assessment Categorical Exclusion, with required technical studies (involving Federal action) Programmatic Categorical Exclusion, without required technical studies _ Programmatic Categorical Exclusion, with required technical studies (not involving Federal action) Prepared by: P H E G 1\l E- ISO- Date A . ' Telephone #: -? -- 7 7F This document was prepared under my supervision, in or a with the Local Assistance Procedures Manual, Exhibit 6- B, "Instructions for Complogrig the P E i Study Form." Signature local agency: Date: it 2 3 Telephone #:U& 2 7 7 1 I have reviewed this Preliminary Environmental Study (PES) form and determined that the submittal is complete and sufficient. I concur with the studies to be performed and the recommended level of environmental document (if required). Signature DLAE: Date: Telephone #: THE FOLLOWING SIGNATURES ARE REQUIRED FOR EAs, EISs, and REGULAR CEs ONLY I have reviewed this Preliminary Environmental Study (PES) form and determined that the submittal is complete and sufficient. I concur with the studies to be performed and the recommended level of environmental document. Signature District Environmental: Date: FHWA REVIEW of PES RECOMMENDED YES ❑ NO ❑ Telephone #: THE FOLLOWING SIGNATURE REQUIRED FOR EAs, EISs, AND (WHEN REQUESTED), FOR CEs H. I concur with the studies to be performed and the recommended level of environmental document. Signature FHWA: Date: Telephone #: Distribution: Original: District Local Assistance Engineer Copy: Local Agency Project Files Page 6-33 February 1, 1998 Local Assistance Procedures Manual EXHIBIT 6-K Programmatic Categorical Exclusion/ Categorical Exclusion Determination Form PROGRAMMATIC CATEGORICAL EXCLUSION/ CATEGORICAL EXCLUSION DETERNIINATION FORM Local agency (Dist. -Co- Route - Agency): '/ -5b - U - Er, t s Project Number (Fed. Prog. Prefix, Proj. No., Agr. No.): 5 T P LL) Project Location: Project Description and Purpose (Briefly describe proposal, purpose, location, limits, and right of way requirements): RECOMMENDATION 1. This project does not have a significant effect on the environment as defined by the NEPA. 2. This project does not involve substantial controversy on environmental grounds. 3. This project does not involve significant impacts on properties protected by Section 4(f) of the DOT Act or Section 106 of the National Historic Preservation Act. 4. This project is not inconsistent with any Federal, State or local law or administrative determination relating to the environmental aspects of the action. Based on the Preliminary Enwronmen Study (PES) form and supporting information attached, it is recommended that this pro' a Cat o UlEx us i AA 1-4 Ilia Signature - local agency k Date PROGRAMMATIC CATEGORICAL EXCLUSION DETERMINATION Based on an examination of the proposal, Preliminary Environmental Study (PES) form, and supporting information, it is determined that all conditions of the following Programmatic Categorical Exclusion have been satisfied: February 5, 1990, Categorical Exemption/Categorical Exclusion Determination for Seismic Safety Retrofit Project September 7, 1990, Programmatic Categorical Exclusion Signature - Caluws District Local Assistance Engineer Date OR CATEGORICAL EXCLUSION DETERMINATION Based on the Preliminary Environmental Study and supporting information, this project meets the criteria for a Categorical Exclusion, as described in 23 CFR 771.117. Signature - Caltrans District Environmental Representative u Signature - Caltrans District Local Assistance Engineer Date Approval: Signature - FHWA Transportation Engineer Date Distribution: Original: District Local Assistance Engineer Copy: Local Agency Project Files Page 6-67 February 1, 1998 PROJECT LOCATION This project is located along the east and west sides and along the median strips of South Coast Hwy. 101 from the southern boundary of Encinitas to the northern boundary of Encinitas. Another portion of the project exists on San Elijo Avenue at Manchester Avenue (See attached location map.). PROJECT DESCRIPTION AND PURPOSE This project will replace and upgrade substandard guardrail on the portion of Highway 101 that runs through the City of Encinitas and along a section of San Elijo Avenue. The majority of the guardrails along this route is more than 35 years old and shows signs of aging and severe deterioration. Replacement of the guardrail is needed at this time to ensure that motorists are given adequate safety barriers along these heavily traveled routes. Local Assistance Procedures Manual EXHIBIT 7 -B Field Review Form FIELD REVIEW FORM Local Agency (� i-cY d N -c. iN iTI°t� Field Review Date Project Number Locator (Dst/Co/Rte/PM/Agncy) Project Name C ?.v�� )L- 126PLAC- C—MF-Ni BridgeNo.(s) 1. PROJECT LIMITS (see ttached list for various locations) �^71�� " y A 11ir�2Tr! G; 7--, ti M , 7-5 To Sr L, —,j4 C ,_Ta' La M f_S , Net 2. WORK DESCRIPTION c E:m EN T of E xis To 67vftZ,01 AIL o,A.. H►L�Hw14Si in/ 4NO_ 5 3 PROGRAMMING DATA Amendment No. Federal Funds $ Air Basin ry /I /Z N /,q ) or (mi) s ✓b5: gIvDA12D 1198 -011 RTiP 5 FTIP P TPA) �. FY �_ Page _ F PPNO FHWA/FTA Approval Date Phases PE R/W Const (CMAQ only) 4. FUNCTIONAL CLASSIFICATION: Urban X Principal Arterial Rural Minor Arterial Collector Street Local Street 5. STEWARDSHIP CATEGORY On NHS: Yes No _X Exempt (Per Stewardship): If not exempt, Certification Acceptance: 6. CALTRANS ENCROACHMENT PERMIT Is it required ?: Yes 7. COST ESTIMATE BREAKDOWN (Including Structures) PE Environmental Process Design CONSTR Constr. Contract Constr. Engineer. R/W Preliminary R/W Work Acquisition: (No. of Parcels ) (Easements _ ) (Right of Entry _ ) RAP (No. Families _ ) RAP (No. Bus. _ ) Utilities (Exclude if included in contract items) GRAND TOTAL COST $ $1,000's Zoo Principal Arterial _ Minor Arterial Major Collector _ Minor Collector Local Road Yes No _ Yes No _ No qs.00 Fed. Participation? Yes — No — Yes No Yes _ No Yes _ No Yes _ No _ Yes _ No _ Yes _ No _ Yes _ No _ Yes _ No _ Yes _ No _ Yes _ No _ Yes No Page 7 -13 February 1, 1998 EXHIBIT 7 -B Local Assistance Procedures Manual Field Review Form 8. PROPOSED FUNDING Total Cost Cost Share Grand Total $ `400 Federal Program # 1 $ Fed. $ Reimb. Ratio (Name /App. Code) #2 L- $ Fed. $ Reimb. Ratio Matching Funds Breakdown Local: Loc. $ % State: St. $ % Other: Oth. $ % State Highway Funds? Yes Source No State CMAQ/RSTP (TSM) Match Eligible Yes No Partial (If yes or partial, attach Minimum Information Requirements Sheet *) Is the Project Underfunded? (Fed $ < Allowed Reimb.) Yes No 4— 9. PROJECT ADMINISTRATION Agency Consultant State PE Environ Process C ► rYOF F-N( -% NA TA S C-AU F Design C., a OF +" F. R/W All Work CONST ENGIN Contract CAu F- CONSTRUCTION Contract G+ e o t-ji i RS G PrL I F• MAINTENANCE l'_ + -1,T1 o f ENL +N +TA-S Gntk- F. Will Caltrans be requested to review PS &E? Yes No 10. SCHEDULES: PROPOSED ADVERTISEMENT DATE 17EC awl �- I' X55 t �J�4r��Ar2 -� 7 1 �t Other critical dates: ;0 0RZF1Vi n/6--, DATE ;TAp 1oAye. 12-. 1 "1 ci 1 I 11. PROJECT MANAGER'S ONCURREN E Local Entity /� Date: /-� Title 5.5/ � lt iv r" , ,/� C, 1 ry6Ei2 Phone No.,17L ,0) 6-33 - Z7�- ------------------------------------------------------------------- Is field review required? Yes No ---------------------------------------------------------------- Caltrans (District ) Daatte Title ------------------------------------------------------------------- 12. LIST OF ATTACHMENTS (Include all appropriate attachments if field review is required. see the notation for minimum required attachments for non NHS projects) Field Review Attendance Roster or Contacts Roster Vicinity Map [Required for Construction Type Projects] IF APPLICABLE ( Complete as required depending on type of work involved) Roadway Data Sheets [Req'd for Roadway projects] Typical Roadway Geometric Section(s) [Req'd for Roadway projects] Major Structure Data Sheet [Req'd for HBRR] Signal Warrants Railroad Grade Crossing Data Sheet Collision Diagram Airport Data Sheet (if within 3 kilometers) Protection of Wetlands Sketch of Each Proposal Alternate Improvement Statement TEA Application Document *CMAQ /RSTP State TSM Match Sheet [Req'd for match] Page 7 -14 February 1, 1998 Notice of Exemption To: ❑ Office of Planning and Research 1400 Tenth Street, Room 121 Sacramento, CA 95814 ® County Clerk County of San Diego 1600 Pacific Coast Highway Appendix 1 From: (Public Agency) City of Encinitas 505 S. Vulcan Ave. _(Address). ncinitas, Calif. 92024 L Gregory J. Smith, Recorder /County Clerk San Diego, Calif. 92101 NOV 09 1998 y ®f uorn+eea �tli O.M DEPU Project Title: Guardrail Replacement- Various locations of roughout the City. Project Location- Specific: Highway 101 from the north city limits to the south city limits, and San Elijo Ave at Manchester Ave Project Location - City: Encinitas Project Location - County: San Di ego Description of Project: Replacement of deteri nrati nq and snhstanrinrd gnarara i 1 along Highway 101 and San Eli-jo Ave. Name of Public Agency Approving Project: � i ty c f En _ i n i t a.-, Name of Person or Agency Carrying Out Project: City of Encinitas Exempt Status: (check one) ❑ Ministerial (Sec. 21080(b)(1); 15268); ❑ Declared Emergency (Sec. 21080(b)(3); 15269(x)); ❑ Emergency Project (Sec. 21080(b)(4); 15269(b)(c)); ® Categorical Exemption. State type and section number. 15301 (c) Maintenance / R i a i r Fx i s t i n q Fa c i 1. ❑ Statutory Exemptions. State code number: Reasons why Proiect is exempt: Maintenance and re air of existing city guardrail within city right of way. Lead Agency Contact Person: Alan D. Archibald Area Code/Telephone/Extension: ( 7 6 0 ) 633 -2771 If filed by applicant: 1. Attach certified document of exemption finding. 2. Hasa Apuce of ex p n been by th ublic agency approving the project? ® Yes ❑ No Director of Signature: Date: ��7 "t Title: F.ngi nePri nq �ervi rAg ❑ Signed by Lead Agency Date received for filing at OPR: ❑ Signed by Applicant Revised October 1989 TRANSMITTAL FORM FAX: 633 -2818 CITY OF ENCINITAS Comunity Development 505 S. Vulcan Avenue Engineering Encinitas, CA 92024 -3633 Fire Administration Fire Prevention Public Works DATE: !I I * N1 SEND TO FAX # TO: To a TED If\) F` El,) W%014- 1 rfQoLe74 'F-o (-)- Gt v rkvZD Y2,1� i L- V 20JTEGT COMPANY: # PP ATTACHED i FROM: 1'� 11PP �-f eel\) F_IZ PHONE: 760/633- 2,7 S 3 ❑ Call ASAP ❑ Please Handle C-�- 15 ❑ Review & Call ❑ Per Our Conversation 9 Review & Return �r F.Y.I. ❑ Please Reply by f— oF- ADD E- 6) D v r-( *t- 3 t�P r�E-0 o N Tt-A E- F i e- Lf) -'r�A 201,L -1 "�EPv5E �1=J l �w M Fl IUE 6'� w O/L-IL X02 GvA- r�02A-� L o,v was T .Si D F- ` s TU 6 F !�/ G7 X cy9 -Y / l So �T� ©F s wf" j g=a F- i i 6!9X ij"G 14 TD ME -T 7ff���5 G: \fax -n.doc March 16, 1999 Roo(� ADDENDUM NO. 3 GUARDRAIL REPLACEMENT — VARIOUS LOCATIONS THROUGHOUT THE CITY PROJECT NO. CMS99K TO ALL PROSPECTIVE BIDDERS: Page A -1, first paragraph, CHANGE the Bid Opening date to 2:00 p.m., on Tuesday, April 13, 1999. 2. Page A -2, first paragraph: DELETE paragraph called out in item no. one in Addendum No. 1, and REPLACE with the following: "The award of the Contract if it is awarded, will be to the responsive bidder whose Base Bid or Alternate Bid best benefits the City and is the lowest. The City will award the contract by Base Bid or Alternate Bid whichever best benefits the City." 3. Page B -15, Section 304 -2.2, Flexible Guardrail: DELETE the paragraph called out in item no. two in Addendum No. 1 and REPLACE with the following: "A Base Bid and Alternate Bid have been included in the Bid Schedule. The Base Bid consists of clearing and grubbing and guardrail with the Cor -Ten A treatment. The Alternate Bid consists of clearing and grubbing and guardrail without the Cor -Ten A treatment. 4. Page B -14, Section 300 -1.3 ADD the following: "If the Contractor encounters concrete around existing posts of any guardrail to be removed they shall have the option of either removing all concrete and posts completely or grinding the concrete and post down to one foot below existing grade. If the Contractor chooses to grind the concrete and posts down to one foot below existing grade and the surrounding surface next to the existing concrete is asphalt concrete then the Contractor shall fill and compact (to at least 92 %) in the ground areas with Type III C2 AR4000 asphalt up to existing grade. m16088 If the Contractor chooses to grind the concrete and posts, and the surrounding surface next to the existing concrete is native soil then the Contractor shall fill and compact (to at least 90 %) in the ground areas with native soil. 5. Page B -15, Section 304 -2.2, ADD the following: "When the Contractor is working on the guardrail on the west side of Highway 101 between the San Elijo State Beach parking lot and the Swami's Park they shall meet the following requirements: A. The Contractor shall be allowed to completely close the pedestrian walkway in this area. The Contractor shall provide two 4 -foot high by 8- foot long, (one at the south end of the subject area, and one at the north end), advance notice signs. The signs shall be mounted on wood posts which shall be placed into the ground. The signs shall have 6 -inch black lettering and the background shall be orange. The signs shall be installed 7 days in advance of the start of construction. Payment for the signs including all labor, equipment, and materials shall be included in the various Bid Items of Work and no additional compensation will be made thereto. B. The Contractor shall only be required to remove the guardrail at the back of the asphalt walkway. This guardrail will not have to be replaced. C. The Contractor will not have to remove the guardrail at the edge of the road in front of the walkway. Instead the Contractor shall install 150mm x 200m x 1.83m Douglas fir posts at the midpoint between existing posts and 150mm x 200 mm x 355mm Douglas fir block so the existing guardrail is in conformance with Caltrans detail A77A as called out in Section C of these Specifications. The Cor -ten A requirement shall not apply for this section of guardrail. Payment for the retrofitting of this guardrail including all labor, equipment, and materials shall be included in the Bid Item for guardrail and no additional compensation will be made thereto. Payment shall include 1 foot depth of Type III C2- AR4000 asphalt concrete which will be required around new posts. The asphalt concrete shall be compacted to at least 92 %. 6. Page B -14, Section 300 -1.3 ADD the following: "The Contractor shall only have to remove, (not replace), the guardrail in the following locations: A. East side of Highway 101 across from Swami's Beach Park. (13 meters total length — see guardrail locations in Section C of these Specifications) B. East side of Highway 101 across from Cardiff State Beach parking lot (36 meters total length — see guardrail locations in Section C of these Specifications). m16088 7. Page B -15, Section 304 -2.2, ADD the following: "All new guardrail on east side of Highway 101 between Encinitas Boulevard and La Costa Avenue that have trees behind shall not be required to have the SRT - 350 anchors installed. However, each section of guardrail in the median areas of Highway 101 between Encinitas Boulevard and La Costa Avenue shall have SRT -350 anchors installed at each end." 8. Section C, Caltrans detail number A77C, DELETE the detail in the Specifications and replace with the one attached to this Addendum. 9. Section C, Caltrans detail number A77G, DELETE and REPLACE with SRT -350 terminal system attached to this Addendum. 10. Page D -4, DELETE Bid Schedule in Addendum no. one and REPLACE with the one attached to this Addendum. All bidders shall acknowledge receipt and acceptance of Addendum No. 3 by signing in the space provided and submitting the signed Addendum with the Bid. Authorized signature m16088 Date BID SCHEDULE BASE BID Item Approximate Item Unit Price Total No. Quantity;' Write Unit Price (in words) (figures) (figures) 1. Lump Sum Clearing and Grubbing $ $ dollars and cents each 2. 3,889 meters. Guardrail (with Cor -ten A treatment) dollars and cents each BASE BID CONTRACT AMOUNT dollars and cents. ALTERNATE BID 1. Lump Sum Clearing & Grubbing $ $ 2. 3,889 meters Guardrail (without Cor -ten A treatment) $ $ ALTERNATE BID CONTRACT AMOUNT dollars and cents. m16088 -STATER-5011 e. 4 &OWW 7 G4 N N^ CALCULATCO/ 0Y A REVISED MY DCSI ONED CIICCSEO DY DATE REVISED a r �4 rw r R r a 7 N n °z 5 g 8 s 8 ISM »g� g y ♦ it H - Tw 8 so s g Q ♦ ISO qd III w 9 N� N 1 3a M a R g 220 N w A� �4 IS r - < ax N s 3" 1 •R° �� 3 s ` -' lIl" M8 pdr s I'" z S' N� e N ,ao� N 33 8� .» $ »gal � x � 1 fill I � � � �a� �� -T iii g� � � ■„ � »y'�i;�• Q g x t N 1 R � 8 rn $ � N _R Z = • _ e gg K 0 8 1 s R a i 1,i 3� ' 4 � g T S Q° ° ♦i �g CA Ili :� � :I � � q ♦ 7 gr Z i ° -g tl$ ;y 8 H$ w N Oo C° ° 9 ♦� °�.e �� i Ny aw yy6A �� aCi�i g J S y _ � 3 at g Ado �_ � �j���� ° �8 S. �' �• ra ce r ° to> [O Q _ 9 ' CALCULATCO/ 0Y A REVISED MY DCSI ONED CIICCSEO DY DATE REVISED a r �4 rw r R r a 7 N n °z 5 g 8 s 8 ISM »g� g y ♦ it H - Tw 8 so s g Q ♦ ISO qd III w 9 N� N 1 3a M a R g 220 N w A� �4 IS r - < ax N s 3" 1 •R° �� 3 s ` -' lIl" M8 pdr s I'" z S' N� e N ,ao� N 33 8� .» $ »gal � x � 1 fill I � � � �a� �� -T iii g� � � ■„ � »y'�i;�• Q g x t N 1 R � 8 rn $ � N _R Z = • _ e gg K 0 8 1 s R a i 1,i 3� ' 4 � g T S Q° ° ♦i �g CA Ili :� � :I � � q ♦ 7 gr Z i ° -g tl$ ;y 8 H$ w N Oo C° ° 9 ♦� °�.e �� i Ny aw yy6A �� aCi�i g J S y _ � 3 at g Ado �_ � �j���� ° �8 S. �' �• ra ce r 8E c Z CO O r a D r 3 � o r Z x W N A r o - o Z 0 N I� O f cn O x A N rn m m r o r 0 n V x I N m N N N I,, m m o r z m � m � r 0 o x N a NT 50 iT'" O 0 U'I O N II i'i �c O 00 Cn � v II II II ii ii iii �° D3 10a m 355 C 03 n m 1.83 m N x cn I_^ m N x 0 3 '2 =m o N N x N oo Z v� y 5 L I80 -0 N --I p 3 I0 z =o O 0 1-n ��� Z n G v 0 m o m m 0 0 � m N rq D � N x � N � O � O O N F -i Z NVId 'dl z 3 Do= - O 7 z3 N m q O J J O , q E J o � m m q inn o moo m q o c o m m o m N G 3 3 m 3 d � O 2 q 3 � �3e+ C 3 3 ' 3 3 m 10a 0r m �W o "' o 00 C cn I_^ m a9 0 3 '2 =m o zm a N x H H N og D oo Z v� '! o � =o m = G v 0 �' Cl) _ �a V � 0 0 � m N rq D � N x � N � O � O O N F -i Z NVId 'dl z 3 Do= - O 7 z3 N m q O J J O , q E J o � m m q inn o moo m q o c o m m o m N G 3 3 m 3 d � O 2 q 3 � �3e+ C 3 3 ' 3 March 17, 1999 ADDENDUM NO. 3 GUARDRAIL REPLACEMENT — VARIOUS LOCATIONS THROUGHOUT THE CITY PROJECT NO. CMS99K TO ALL PROSPECTIVE BIDDERS: Page A -1, first paragraph, CHANGE the Bid Opening date to 2:00 p.m., Tuesday, April 13, 1999. 2. Page A -2, first paragraph: DELETE paragraph called out in item no. one in Addendum No. 1, and REPLACE with the following: "The award of the Contract if it is awarded, will be to the responsive bidder whose Base Bid or Alternate Bid best benefits the City and is the lowest. The City will award the contract by Base Bid or Alternate Bid whichever best benefits the City." 3. Page B -15, Section 304 -2.2, Flexible Guardrail: DELETE the paragraph called out in item no. two in Addendum No. 1 and REPLACE with the following: "A Base Bid and Alternate Bid have been included in the Bid Schedule. The Base Bid consists of clearing and grubbing and guardrail with the Cor -Ten A treatment. The Alternate Bid consists of clearing and grubbing and guardrail without the Cor -Ten A treatment. 4. Page B -14, Section 300 -1.3 ADD the following: "if the Contractor encounters concrete around existing posts of any guardrail to be removed they shall have the option of either removing all concrete and posts completely or grinding the concrete and post down to one foot below existing grade. If the Contractor chooses to grind the concrete and posts down to one foot below existing grade and the surrounding surface next to the existing concrete is asphalt concrete then the Contractor shall fill and compact (to at least 92 %) in the ground areas with Type III C2 AR4000 asphalt up to existing grade. u .1:: If the Contractor chooses to grind the concrete and posts, and the surrounding surface next to the existing concrete is native soil then the Contractor shall fill and compact (to at least 90 %) in the ground areas with native soil. Payment for asphalt concrete and import soil including all labor, equipment, and materials shall be included in the Bid Item for guardrail and no additional compensation will be made therefor. 5. Page B -15, Section 304 -2.2, ADD the following: "When the Contractor is working on the guardrail on the west side of Highway 101 between the San Elijo State Beach parking lot and Swami's Park they shall meet the following requirements: A. The Contractor shall be allowed to completely close the pedestrian walkway in this area. The Contractor shall provide two 4 -foot high by 8- foot long, advance notice signs (one at the south end of the subject area, and one at the north end). The signs shall be mounted on wood posts which shall be placed into the ground. The signs shall have 6 -inch black lettering and the background shall be orange. The signs shall be installed 7 days in advance of the start of construction. The signs shall state that the walkway will be closed due to guardrail improvements and will give the exact dates that the walkway will be closed. The sign will have wording that recommends pedestrians take alternate routes. Payment for the signs including all labor, equipment, and materials shall be included in the various Bid Items of Work and no additional compensation will be made thereto. B. The Contractor shall only be required to remove the guardrail at the back of the asphalt walkway. This guardrail will not have to be replaced. C. The Contractor will not have to remove the guardrail at the edge of the road in front of the walkway. Instead the Contractor shall temporarily remove the metal guardrail and install 150mm x 200mm x 1.83m Douglas fir posts at the midpoint between existing posts, 150mm x 200 mm x 355mm Douglas fir block and reinstall the existing metal guardrail so the existing guardrail is in conformance with Caltrans detail A77A as called out in Section C of these Specifications. The Cor -ten A requirement shall not apply for this section of guardrail. Payment for the retrofitting of this guardrail including all labor, equipment, and materials shall be included in the Bid Item for guardrail and no additional compensation will be made thereto. Payment shall include 1foot depth of Type III C2- AR4000 asphalt concrete which will be required around new posts. The asphalt concrete shall be compacted to at least 92 %." 6. Page B -14, Section 300 -1.3 ADD the following: "The Contractor shall only have to remove, (not replace), the guardrail in the following locations: u .1:: A. East side of Highway 101 across from Swami's Beach Park. (13 meters total length — see guardrail locations in Section C of these Specifications) B. East side of Highway 101 across from Cardiff State Beach parking lot (36 meters total length — see guardrail locations in Section C of these Specifications)." 7. Page B -15, Section 304 -2.2, ADD the following: "All new guardrail on the east side of Highway 101 between Encinitas Boulevard and La Costa Avenue that have trees behind the guardrail shall not be required to have the SRT -350 anchors installed. However, all other new sections of guardrail shall have SRT -350 anchors installed at each end." 8. Section C, Caltrans detail number A77C, DELETE the detail in the Specifications and replace with the one attached to this Addendum. 9. Section C, Caltrans detail number A77G, DELETE and REPLACE with SRT -350 terminal system attached to this Addendum. 10. Page D -4, DELETE Bid Schedule in Addendum no. one and REPLACE with the one attached to this Addendum. 11. Bage B -5, Section 6 -9, Liquidated Damages: CHANGE contract completion time from 45 working days to 90 working days. 12. Page A -1, third paragraph, ADD the following: "The 10% DBE goal set by the City must be met by the subcontractors and suppliers. General contractors do not qualify as DBE's toward the City's 10% DBE goal. The inability by any general contractor to show a good faith effort (as defined by Caltrans), to obtain the DBE goal of 10% will be grounds for rejecting their bid. All DBE's must be Caltrans certified DBE's. DBE's that are not Caltrans certified DBE's cannot be used to satisfy the City's 10% DBE goal. Assistance in locating Caltrans certified DBE's can be obtained by calling Triaxial Management Services, Inc. at (619) 543 -5109. The following are examples of what will be considered when looking at a good faith effort: a. Was the list of DBE subcontractors and suppliers submitted with the general contractors bid? b. Did the general contractor advertise for DBE subcontractors and suppliers? C. Did the general contractor give sufficient written notice to DBE's to allow them time to prepare a sub -bid or quote? d. Were the items of work of interest applicable to DBE's? m16088 e. Was a list submitted of DBE's solicited along with a summary of why they were not selected, who was selected and why? Was assistance offered to the DBE's to remedy any deficiencies? g. Was Triaxial Management Services /Caltrans contacted for a list of certified DBE's and for help in finding qualified DBE's ?" All bidders shall acknowledge receipt and acceptance of Addendum No. 3 by signing in the space provided and submitting the signed Addendum with the Bid. Authorized signature m16088 Date BID SCHEDULE BASE BID Item Approximate Item Unit Price Total No. Quantity Write Unit Price (in words) (figures) (figures) 1. Lump Sum Clearing and Grubbing $ $ dollars and cents each 2. 3,889 meters. Guardrail (with Cor -ten A treatment) dollars and cents each BASE BID CONTRACT AMOUNT cents. ALTERNATE BID dollars and 1. Lump Sum Clearing & Grubbing $ $ 2. 3,889 meters Guardrail (without Cor -ten A treatment) $ $ ALTERNATE BID CONTRACT AMOUNT dollars and cents. m16088 8£ c Z W O r � a a °D r 3 3 r z x CO U) 0 O � O Z A N I0 01 cn 0 x Z N m m m r W r- 0 A F-o-I x Im N N N 250 50 m 0 + � � o O � o m owm m m If m M � r 0 10 x in � -1Z O O ��� $ p ri ri rl D .Ca 355 D n� 1.83 m fnx N O m cnx c �� �o N O C D Z7 N O a; m IBO 50- {� N� O 10, � O � m � 0 m � m o m N C O m r� D 3 `^ x N 0 -o 0 o NV1d '41 r. a uN_ IZ Hp J 0 3 m 0 o tv °m o ymm c Q?o o $ �n 0 m m x m mg5 3 m8m o _ N L. p 0 3 m o a o n y B 0 % w i3 c+ c 3 3 ' 3 I.- It Q m .Ca 0 r W N O m c �� �o ym a> C D 3 zoo a; m (^x N � 010 I` g X m v Z V N C O m r� D 3 `^ x N 0 -o 0 o NV1d '41 r. a uN_ IZ Hp J 0 3 m 0 o tv °m o ymm c Q?o o $ �n 0 m m x m mg5 3 m8m o _ N L. p 0 3 m o a o n y B 0 % w i3 c+ c 3 3 ' 3 I.- It Q C 7aW*WW 7 N n 3. Is w a o a i4 i it 0 � 2201 y N i; y to I x 4. 4 !71 Z > .0 NNQQFF a Cmr g� A l'T 8 y 1'1 � •. � C M > Is GO i4 ISO 1 .6 � 2201 y N i; y �m I x 4. 430 I 4 1 ;- qq g� aq CAL QILATEDI A DEVISED W DLSI O•ED SV GIELIIEO BY DATE DEVISED w qo • 8 � a N m 8 9 ° x Fri.. $ !2 y g 1 F to q m go Ica Q Y �� M• ~ 1 s • •+ , o g . r + g 3 C3 a a} ?!Lc L y lL 19Z. •�4 N Q a � it g 9 psi a� x 3 J, alai 11 $ 8 8 s 1 .. �.......__............_....... r e w 4i. - 4 1 ;- qq g� y 1'1 � •. M F to q m go Ica Q Y �� M• ~ 1 s • •+ , o g . r + g 3 C3 a a} ?!Lc L y lL 19Z. •�4 N Q a � it g 9 psi a� x 3 J, alai 11 $ 8 8 s 1 .. �.......__............_....... r e w TRANSMITTAL FORM CITY OF ENCINITAS 505 S. Vulcan Avenue Encinitas, CA 92024 -3633 FAX: 633 -2818 Comunity Development Engineering Fire Administration Fire Prevention Public Works DATE: 1-4iq-2ci4 ��, �� SEND TO FAX # TO: L �%� G1'UJi9 S /V f ECG o COMPANY: # PP ATTACHED a FROM: 1-1 1 PHONE: 760/633 - ❑ Call ASAP ❑ Review & Call ❑ Review & Return ❑ F.Y.I. 0 Please Handle ❑ Per Our Conversation ❑ Please Reply by C_y V L'i) %-(00 1" 1.eA-sF A -O \/ E-9- lS E i iA L-S 7H 1ZLE C_ l i Y 62)'--- L=AJ Try K v F- `IZoZ4 -- 363,--�� f k6t)4S )'o ff- t4eL —f' - G: \fax -n.doc 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 "Guardrail Replacement, Various Locations Throughout the City ". Bids will be received at the office of the City Clerk until 2:00 p.m., April 13, 1999 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. Vulcan Avenue, Encinitas, CA 92024. The outside of the envelope shall be written: "ATTN: Guardrail Replacement, Various Locations Throughout the City, BID, DO NOT OPEN UNTIL 2:00 P.M., April 13,1999". Project Description: Work to be done consists of removal and replacement of existing guardrail along Highway 101, Leucadia Boulevard, and San Elijo Avenue. The cost of construction is estimated to be $475,000. Work to be completed within 45 working days. This is a federally funded project, and DBE Contractors are strongly encouraged to bid on this project. The City of Encinitas has set the annual Disadvantaged Business goal at 10% for the federal fiscal year of October 1, 1998 to September 30, 1999. All contractors bidding on this project must make a good faith effort to meet this 10% DBE goal. The inability to show a good faith effort to obtain the DBE goal of 10% by the low bidder will be grounds for rejecting their bid. Copies of the bid package will be available at the Engineering Services counter, City Hall, 505 S. Vulcan Avenue, Encinitas, CA 92024. One bid package per contractor. Additional bid packages will cost $10.00 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 responsible bidder and reject all other bids, to waive any informality in the bidding and to accept any bid or portion thereof. Alan D. Archibald, P.E. Director of Engineering Services PROPOSAL TO THE CITY COUNCIL CiT Y OF ENCINITAS, CALIFORNIA FOR GUARDRAIL REPLACEMENT VARIOUS LOCATIONS THROUGHOUT THE CITY NAME OF BIDDER Crown Fence Co. BUSINESS ADDRESS 12118 Bloomfield Avenue, Santa Fe Springs, CA 90670 PLACE OF RESIDENCE N/A The work to be done consists of furnishing all labor, equipment and materials necessary for the removal and replacement of existing guardrail along Highway 101 and San Eijo Avenue. The undersigned, as Bidder, declares that he has carefully examined the locations of the proposed work and the annexed proposed form of contract, and he proposes, and agrees if this proposal is accepted, that he will contract with the City of Encinitas, in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and fumish all the materials specified in the contract, in the manner and time therein prescribed, and according to the requirements of the Engineer as therein set forth, and that he will take in full payment therefor the following item prices, listed both in figures and in words. The bidder understands that the following quantities are approximate only, being given as a basis for the comparison of bids and the City does not expressly or by implication, agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work or to omit portions of the work as may be deemed necessary or advisable and in the best interests of the City by the Engineer. Receipt is hereby acknowledged of Addenda No(s). 1, 2,3 & 4 con5994 D -3 ' ?ti 15F11 CITY Y CAF = IiCIIIITH'=� BID SCHEDULE BASE BID BASE BID CONTRACT AMOUNT W HMtID SIXTY IIQ-1T 'IEID FIVE HJNDRFD IIWllarS and 7M Cents. $268,518.00 ALTERNATE BID 1. Lump Sum Clearing & Grubbing S $ 27,400.00 127,400.00 I I —' �3,889rs Guardrail (without Cor -ten A treatment) $ 1241,118.00 241,118.00 ALTERNATE BID CONTRACT AMOUNT m16088 dollars and 00 cents . Item Unit price Total r ycimate Item 7PQpuantity o• Write Unit price (in words) (figural) (figures) No. 1, Lump Sum Clear ing and Grubbing SEVEN THOUSAND FOUR HUNDRED $ 127400.00 $ 27,400.00 dollars and 00 cents each 3,859 meters. Guardrail (with nt1 62.00AJEMM 241,118.00 Jars and SIXTY TWO cents each 00 BASE BID CONTRACT AMOUNT W HMtID SIXTY IIQ-1T 'IEID FIVE HJNDRFD IIWllarS and 7M Cents. $268,518.00 ALTERNATE BID 1. Lump Sum Clearing & Grubbing S $ 27,400.00 127,400.00 I I —' �3,889rs Guardrail (without Cor -ten A treatment) $ 1241,118.00 241,118.00 ALTERNATE BID CONTRACT AMOUNT m16088 dollars and 00 cents . LIST OF SUBCONTRACTORS & SUPPLIERS BIDDER is required to furnish the following information relative to the subcontractors and suppliers he proposes to use. If all work is to be done without subcontractors, write "none" in the following space: Name, Address & Phone Number of Subcontractors, Suppliers and Vendors Portion of Wmk Materials Elk Grove Lumber Metal Beam Guardrail P. 0. Box 674 Elk Grove, CA 95759 (916) 685 -2690 REFERENCES The following are the names, addresses, and phone numbers for three references for which BIDDER has performed similar work within the past two years: 1. City of Los Angeles Name and address of owner Clarke Contracting Gary Campbell (310) 542 -7724 Name and telephone number of person familiar with project + $51,000.00 Guardrail 8/20/98 Contract amount Type of work Date completed 2. City of Industry Name and address of owner KEC Contractors Frank Sentero (909) 734 -3010 Name and telephone number of person familiar with project + $30,000-00 Guardrail, Chain Link In Progress Contract amount Type of work Date completed 3 City of Los Angeles - State Highway 405 Name and address of owner Granitex Contractors, Inc Mike Farden w /Cal Trans (213) 747 -0583 Name and telephone number of person familiar with project + $28,000.00 Guardrail 3/98 Contract amount Type of work Date completed con5994 M PROPOSAL TO THE CITY COUNCIL CITY OF ENCINITAS, CALIFORNIA FOR GUARDRAIL REPLACEMENT VARIOUS LOCATIONS THROUGHOUT THE CITY NAME OF BIDDER ALCORN FENCE COMPANY dba ATLAS FENCE COMPANY BUSINESS ADDRESS 1211 S. 32nd Street, San Diego Ca. 92113 PLACE OF RESIDENCE The work to be done consists of furnishing all labor, equipment and materials necessary for the removal and replacement of existing guardrail along Highway 101 and San Elijo Avenue. The undersigned, as Bidder, declares that he has carefully examined the locations of the proposed work and the annexed proposed form of contract, and he proposes, and agrees if this proposal is accepted, that he will contract with the City of Encinitas, in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and fumish all the materials specified in the contract, in the manner and time therein prescribed, and according to the requirements of the Engineer as therein set forth, and that he will take in full payment therefor the following item prices, listed both in figures and in words. The bidder understands that the following quantities are approximate only, being given as a basis for the comparison of bids and the City does not expressly or by implication, agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work or to omit portions of the work as may be deemed necessary or advisable and in the best interests of the City by the Engineer. Receipt is hereby acknowledged of Addenda No(s). / 7�Z- con5994 D -3 7 '99 03:56PM CITY OF ENCINITAS BID SCHEDULE BASE BID oxim� )cem fi�,� (gi�res) OW Ytem APPF Waite Unit Price (in words) No. Quarmtg $ $ l Lump Sum Charing and Grubbing -4; dollars and cents each 2 3,889 meters. Guardrail (with Cor -ten A tteataaent) dollars and cents each BASE BID �� 3 — doffs v CONTRACT AMOUNT cents. "Wp� j 1. bump Sum Clearing & Grubbing Z s -5-2-660 ' $ 2 3,889 meters Guardrail' (without Cor -ten A treatment) g e -� 3 30i-S� ALTERNATE BID CONTRACT AMOUNT dollars and 6 O cents- M16088 LIST OF SUBCONTRACTORS & SUPPLIERS BIDDER is required to furnish the following information relative to the subcontractors and suppliers he proposes to use. If all work is to be done without subcontractors, write "none" in the following space: Name, Address & Phone Number of Subcontractors, Suppliers and Vendors REFERENCES Portion of Work Materials or Equipment The following are the names, addresses, and phone numbers for three references for which BIDDER has performed similar work within the past two years: and address of 9-,F K- -3 oz Name and telephone number of person familiar with project -306 b o c G, Ae-0,4 ,4t / c vP,e Contract amou� TYee of wo� M�4 Date completed 2. o � Name and address of owne T /�21z M C e- 4r -S-3 Name and teleph ne number of person familiar with project U BCD A r_ �- p / c: �C� Contract amount Type of work Date completed 3. G.¢l % -A/S Name and address of owner 17" .D A �� '- 32 Name and telephone number of person familiar with project 6c), O UD 6 Z- 9!F Contract amount Type of work Date completed con5994 M PROPOSAL TO THE CITY COUNCIL CITY OF ENCINITAS, CALIFORNIA FOR GUARDRAIL REPLACEMENT VARIOUS LOCATIONS THROUGHOUT THE CITY NAME OF BIDDER Modern Alloys, Inc. BUSINESS ADDRESS 11172 Western Avenue, Stanton, CA 90680 PLACE OF RESIDENCE Mission Viejo, California The work to be done consists of furnishing all labor, equipment and materials necessary for the removal and replacement of existing guardrail along Highway 101 and San Elijo Avenue. The undersigned, as Bidder, declares that he has carefully examined the locations of the proposed work and the annexed proposed form of contract, and he proposes, and agrees if this proposal is accepted, that he will contract with the City of Encinitas, in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and fumish all the materials specified in the contract, in the manner and time therein prescribed, and according to the requirements of the Engineer as therein set forth, and that he will take in full payment therefor the following item prices, listed both in figures and in words. The bidder understands that the following quantities are approximate only, being given as a basis for the comparison of bids and the City does not expressly or by implication, agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work or to omit portions of the work as may be deemed necessary or advisable and in the best interests of the City by the Engineer. Receipt is hereby acknowledged of Addenda No(s). 1 2- 3 con5994 D -3 99 03:22PM CITY OF ENCINITAS P.6i0 BID SCHEDULE BASE BID Item No. Approximate 'Quantity Item Write Unit Price (in words) Unir Price (figures) Total (figures) ` 1. Lump sum Clearing and Grubbing � .G � .�� 040 $ ��9 0 dollars and //v 3,889 meters Guardrail (without Cor -ten A treatment) cents each $ 2. 3,889 meters. Guardrail (with Cor -ten A treatment)vrY dollars and T/ LAC— 't1 cents each ! 7 I BASE BID CONTRACT AMOUNT dollars and cents. ALTERNATE BID 1. Lump Sum Clearing & Grubbing S S 2. 3,889 meters Guardrail (without Cor -ten A treatment) $ �o $ 77 11 ALTERNATE BID CONTRACT AMOUNT / li�,tl dollars and.5, l'4u cents. M16088 UST OF SUBCONTRACTORS & SUPPLIERS BIDDER is required to furnish the following information relative to the subcontractors and suppliers he proposes to use. If all work is to be done without subcontractors, write "none" in the following space: Name, Address & Phone Number of Subcontractors, Suppliers and Vendors Portion of Work Materials or Equipment �53& > Z zz - S &5r REFERENCES The following are the names, addresses, and phone numbers for three references for which BIDDER has performed similar work within the past two years: Silverado Constructors, 22 Executive Pk., Ste. 200, Irvine, CA 92714 Name and address of owner Mr. Bob Holland (949) 752 -0990 Name and telephone number of person familiar with project $998,509.00 Metal Beam Guardrail 2/99 Contract amount Type of work Date completed 2. CA Dept. of Transportation, P.O. Box 231, San Bernardino, CA 92403 Name and address of owner Mr. Roy Cagle (909) 877 -9209 Name and telephone number of person familiar with project $200,000.00 Metal Beam Guardrail 11/98 Contract amount Type of work Date completed 3. CA Dept. of Transportation, 23922 San Fernando Rd, Newhall. CA 91321 Name and address of owner Mr. James Bullard (805) 259 -2550 Name and telephone number of person familiar with project $1,561,000.00 Metal Beam Guardrail 2/99 Contract amount Type of work Date completed con5994 l �_ city Of Encinitas August 4, 1999 Crown Fence Co. 410 S. Santa Fe Ave., Suite 203 Vista, Ca 92084 RE: Guardrail Replacement CMS99K CHANGE ORDER #1 Gentlemen: Pursuant to Section 3 - CHANGES IN WORK, you are directed to proceed with all labor, material and equipment necessary to accomplish the following change: Provide flagmen and escort per the attached Request for Change Order. The change in price for this change is Seven Thousand Six Hundred and Eighty -Six Dollars and no cents, $7,686.00. This will increase the contract cost to $276,204. This change has no effect on the contract time. Please signify your acceptance of this change order by signing below. A copy of the original change order shall be sent to you for your original signature. Upon receipt, the City will sign and a copy, with original signatures, shall be forwarded to you for your files. Sincerely, I( Approved by: Eric W. Fie Al Pr Pence Co. (�;kj fe__� cdj Vice Pres. C13 License No. 1315 October 18 Greg Shields date: ' 1999 Field Operations Approved by: CIT OF ENCINITAS cc: Inspector date: Kipp Heffner, Design Engineer TEL 760 -633 -2600 / FAX 760 - 633 -2627 ;O; S. Vulcan Avenue. Encinitas. California 92024 -3633 TDD 760 -633 -2700 recycled paper } NQ LL � m Q Z 0} O = H � U _ W = Z z Z O J Q J_ O Q Z W d U3 W Z p0 o Q Z w W w0 Z_ (� J Z W W M r rn N as N c w a U C) » O O O O O O O O 00 61) 0vi 613, 69 �� � Q(0%61A F- F- 0. C) 0 00 0 O 0 v� 0 603 0 v> Q F- O F- M O O CL `+ p o o p vj. 9 00 o 64 Q 0 C11 F C3 _ I �- Qv p p moo o 0 o 0 69 Q 69 W F- F- } F- O O p 0 O C) V30 J I 0 CO vI r t0 OC� F- Ll c') n pp O N O 69 F- 69 M U Cl) W U Z W O O CD °v N (O Z m O N U v� F- m v M On 0) M O r 0 co 0 0 C. W O O O O WO Ici "r O^ N LL N N N N F- O M 0 M N CD Q) �,.) M 0) O O 0) co r r N N .0 N V N � N co co J Q' 0 W O O p > Y m C Q J U 11 (n �G m m O m L } O Y O U Q O C 'y L) a C 3) m ^ m J N d 0 U > Q Ur Y a > m m L C O N E d J Q m Q1 Q g �� m - E m E m � o m 0 w wmw ~mow o� ° ��a 1° ow c m W �, a A? N m w a °t �a d Nm � N a y�v mv3icn 'CO ? co y �w o D m �Z 0 Z U -o LE C w E m m �- o c m m m vl v m J o F O u9 W e Z— Q C y V w N .0 d 3 0 0 .m. m m 2 E Z N M D OuJOOOO�0 (7 EL o u 3 y E o w yW W ,� Q O W e Q w Q Q Q Q U F Z �¢ J ` ow ow c m c m c a) H D U' m <m O� y y 3. w Z 4) 4) J�ddad�Z 2 ¢<n<nrnrn�nrn� 0 0 o 0 ai `2- E _ 2 0 w w w W w w 2 U Q m 0 N C U) m a H a (n S U a. W A N F r rn N as N c w a U Crown Fence Co. 12118 Bloomfi , d Avenue Santa Fe Springs, CA 90670 -4703 —92) 864 -5177 Fax (562) 864 -1299 BILL TO: CROWN FENCE Since 1923 CITY OF ENCINITAS 505 S. VULCAN AVE ENCINITAS, CA 92024 -3633 Your Ref. # Billing # RETENTION Your Order # CT# CMS99K CUSTOMER #: E0057 INVOICE #: 68177 -RET INVOICE DATE: 12131/99 DUE DATE: 01/30/00 JOB: 994705 ENCINITAS, CITY OF VARIOUS CITY LOCATIONS GUARDRAIL REPLACEMENT ENCINITAS, CA Salesperson BRIAN CORRIE DESCRIPTION QUANTITY PRICE AMOUNT COMPLETED TO DATE: 285,379. 00'/ LESS PREY. BILLED: (256,841.00)✓ RETENTION DUE: $ 28',538.00 FURNISH /INSTALL CHAIN LINK FENCE AND GATES: 28,538.00 NET DUE: 28.538.00 C-D CL-` 61' Fed E.LN. 95- 4205283 Slate Contractors License 1315 City of Encinitas September 12, 1999 Crown Fence Co. 410 S. Santa Fe Ave., Suite 203 Vista, Ca 92084 RE: Guardrail Replacement CMS99K CHANGE ORDER #2 Gentlemen: Pursuant to Section 3 - CHANGES IN WORK, you are directed to proceed with all labor, material and equipment necessary to accomplish the following change: 2,050 ft. of Cor -Tin guard rail. The change in price for this change is Six Thousand Four Hundred and Seventy -Two Dollars and no cents, $6,472.00. This change has no effect on the contract time. Please signify your acceptance of this change order by signing below. A copy of the original change order shall be sent to you for your original signature. Upon receipt, the City will sign and a copy, with original signatures, shall be forwarded to you for your files. Sincerely, Approved by: Eric W. FTedlerCrown Fence Co. Vice Pres. C13 License No. 1315 Greg hields date: October 19, 1999 Field Operations Approved by: CIT ENCINITAS cc: Inspector date: Kipp Heffner, Design Engineer TEL 760 - 633 -2600 / FAX 760 - 633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760 -633 -2700 recycled paper m A m mm Fn r G) 0Z o m m Dz G) 00 z D -i m z -i n • J C) C D v r X y c r O n Z Z Ocn m n z (D cD � -< O S Z O D m 0 --m m m D n xn S cn CS Q Q f/1 CS m m g 0 o m o M o 01 G) 0 r °n< cy gy =r =r Dm ' CL Z /D N Cl) i O N O N � D m N 0 7 7 3 O H n�� �_G7 z � D ? mmN �3im�3 m CD c CD m y O O d j• y f 0 N m N d r z z o m o r o' co W x >> o+ _. y m y =, 7, a 0 m m A me (-D m < D.a H - 3.Qm m may, O 0. N w CL cn cn 0) co e' m m C 3 CD c rn4 m m_. � m m o•. f i amo o n m o -{ m m cn 0 D u+ o' CL 3 3 3 m-oa m �� Q= W� d m n d a N C6 aid z C o m °n°�' x ., m �' =r m CD 7 o r C) m o O m m r o y y x D o � r mcn� Z Oo O O N j W A N N O A 0 N V co O O Co W (D coo v -� O0 0 W o o N 00 N N � (Jn 0 0 N W W -• 0 � w � � m X A s O 41 4 Co W b9 b9 0 ,4 W_ COC G O -n O N O O O m z n m Efl n O co O O) J v v A D W A O A o r N N W y> O C. 0 0 °o O 'O � m � O 69 rn Orn a° N MoD cW0 A o Fn N A 0 N O <n (si to '69,69 <n v> en to <n t» to Fn D O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 8 8 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 .0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v D � W 0 D O 0 0 o 00 0 O O 0 p D { � o A (n vi D O vi 0 o O fq O p o o O mm Fn r G) 0Z o m m Dz G) 00 z D -i m z -i n • J C) C D v r X y c r O n Z Z Ocn m n z (D cD � -< O S Z O D m 0 t - city of Encinitas December 20, 1999 Crown Fence Co. 410 S. Santa Fe Ave., Suite 203 Vista, Ca 92084 RE: Guardrail Replacement CMS99K CHANCE ORDER #3 Gentlemen: Pursuant to Section 3 - CHANGES IN WORK, you are requested to furnish the following material : Furnish to the City Public Works Department 59 pieces (743 feet) of Corten guardrail. The contract change in price for this change is Two Thousand Seven Hundred and Three Dollars and no cents, $2,703.00. This change has no effect on the contract time. Please signify your acceptance of this change order by signing below. A copy of the original change order shall be sent to you for your original signature. Upon receipt, the City will sign and a copy, with original signatures, shall be forwarded to you for your files. Sincerely, 'd J Greg Ife ds Field Operations cc: Inspector Kipp Heffner, Design Engineer Approved by: Eric w. ie erCrown Fence Co. Vice Pres . C13 License No. 1315 date: January 3, 1999 Approved by: t CITY ENCINITAS date: TEL 760 -633 -2600 l FAX 760- 633 - 2627 505 S. Vulcan Avcnuc, Encinitas, California 92024 -3633 l'I)D 760 - 633 -2700 recycled paper sent by: C hU"N rtNl:t LU; Crown Fence Co. 12118 Bloc mfield Avenue Santa Fe Springs, CA 90670 -4703 ",�2) 864 -5177 Fax (562) 864-1299 BILL TO: CITY OFF. ENC-11NITAS 505 S. VULCAN AVE ENCINIT AS, CA 92024• -3633 Your Ref. Billing,# PARTIAL Your Order # CT# CMS99K Fed EIN 05- 4205 ?83 1 DOL tlo4 GDLy)" CROW N FENCE: UeC- ID - Wtv I -+.e- I I rayc elc CUSTOMER #: E0057 INVOICE #: 67907 INVOICE DATE: 12/15/. 3 DUE DATE: 01/14/00 Since 1923 job: 994705 ENCINITAS, CITY OF VARIOUS CITY LOCATIONS GUARDRAIL REPLACEMENT ENCINITAS, CA Salesperson BRIAN CORRIE DESCRIPTION QUANTITY PRICE AMOUNT GUARDRAIL REPLACEMENT PER CONTRACT: 169.266.40 NET DUE: 169, 266.40 Stec C.oNnxinr.. I u7gny9 1315 �- City of Encinitas August 4, 1999 Crown Fence Co. 410 S. Santa Fe Ave., Suite 203 Vista, Ca 92084 RE: Guardrail Replacement CMS99K CHANGE ORDER #1 Gentlemen: Pursuant to Section 3 - CHANGES IN WORK, you are directed to proceed with all labor, material and equipment necessary to accomplish the following change: Provide flagmen and escort per the attached Request for Change Order. The change in price for this change is Seven Thousand Six Hundred and Eighty -Six Dollars and no cents, $7,686.00. This will increase the contract cost to $276,204. This change has no effect on the contract time. Please signify your acceptance of this change order by signing below. A copy of the original change order shall be sent to you for your original signature. Upon receipt, the City will sign and a copy, with original signatures, shall be forwarded to you for your files. Sincerely, Greg Shields Field Operations cc: Inspector Kipp Heffner, Design Engineer Approved by: date: Approved by: date: Crown Fence Co. C 13 License No. 1315 CITY OF ENCINITAS -. _ _ J "1' _inir. i t -o�i �. 'C• ;r,.'_, i ,. -� .. (q; recycled paper JUL -28 -99 10:53 AM CROWN FENCE Ck-, 17608061570 it Crown Fence Company 410 S. Santa Fe Ave, Ste. 203 Vista, Ca. 920894 Phone Number (760)806 -1567 Fax (760) 806 -1570 City of Encinitas 505 S. Vulcan Ave. Encinitas, Ca. 92024 -3633 Re: Project # CMS99K Request For Change Order In lieu of closing pedestrian walkway completely as per original contract. We request the following compensation for additional labor. The revised closure will require the following extras. one flagman for each end of walkway and one escort to move pedestrians safely from one end to the other. For the period of seven working days. 1.2 flagmen x 8 hrs x 7 days =112 man hrs x 36.60 = 4,099.20 2. 1 escort x 8 hrs x 7 days - 56 man hrs x 36.60 = Total 6,148.80 + 10 % overhead 614.88 _ + 15 % Profit 922.32 Total Change Order Request 7,686.00 Ed Fortin Project Manager (7b0) 806 -1567 P.02 To: CITY OF ENCINITAS 505 S. VULCAN AVENUE ENCINITAS, CA 92024 Our W.O. # Please refer to this number on all correspondence CROWN FENCE December 1, 1999 Since 1923 Date: Re: GUARD RAIL REPLACEMENT CITYWIDE Attn: GREG SHIELDS We are transmitting the following: Signed Contract # Signed Subcontract # xx Change / Purchase order # 1 Preliminary Notice Form Payroll Report # Shop Drawings s Note: Remarks: For: Your Files xx Your Signature Your Use Your Approval _ Our work during the week ending XX Please return 1 copy for our files. Insurance certificates already in your files for all operations. Insurance certificates have been ordered and will be forwarded directly to your office from our carriers. Very truly yours, CROWN FENCE CO. Enclosures By: Z Bren*L. opez Contract Administrator A ®C = 12118 BLOOMFIELD AVENUE, SANTA FE SPRINGS, CALIFORNIA 90670 -4703 > ?�Mn�`r Phone: (562) 864 -5177 Fax: (562) 864 -1299 State Contractors License 1315 city f TO: Greg Shields y City of Encinitas Encinitas 505 S. Vulcan Ave. Encinitas, CA 92024 FIELD CHANGE REQUEST CONTRACT TITLE: Guardrail Replacement Citywide FIELD CHANGE NO: 1 DATE: December 4, 1999 BRIEF DESRIPTION OF CHANGE: C.ontractvr to raplace guardrail that they removed along the west side of Highway 10 south of Swami's that was not part of the contract to be removed. Replacement will be done at no cost to the city SECTION OF SPECIFICATION OR DRAWING AFFECTED: Section C REASON FOR CHANGE: Contractor took out more guardrails along the west side of the Highway 101 than was called out in the contract. Extra removal has left an unsafe condition out on Highway 101. THIS CHANGE WILL NOT RESULT IN A CHANGE IN CONTRACT PRICE OR THE TIME FOR COMPLETION. CITY CONTRACTOR APPROVED DISAPPROVED i CROWN FENCE BY: BY: Eric W. Fiedler, Vice President TITLE: TITLE: DATE: DISTRIBUTION BY CITY: CONTRACT FILE CONSTRUCTION INSPECTOR CONTRACTOR 1. Submit and sign four copies. 2. Use this form for minor field changes where no change in contract price or time is involved. gc6292 11 1 - 6o- r,_;_� -?r�ou I IAV -60 -631 u.'' �u� � �. �_.,i� .�l�nuc_ i.,�i.��ii.u. Calit�u�ni.i ��'u' � .a;_i 1 N) -60 �,��; -, on recycled paper TO: Greg Shields city of City of Encinitas Encinitas 505 S. Vulcan Ave. Encinitas, CA 92024 FIELD CHANGE REQUEST CONTRACT TITLE: Guardrail Replacement Citywide FIELD CHANGE NO: 1 DATE: December 4, 1999 BRIEF DESRIPTION OF CHANGE: Contractor to replace guardrail that they removed along the west side of Highway 101 south of Swami's that was not part of the contract to be removed. Replacement will be done at no cost to the city. SECTION OF SPECIFICATION OR DRAWING AFFECTED: Section C REASON FOR CHANGE: Contractor took out more guardrails along the west side of the Highway 101 than was called out in the contract. Extra removal has left an unsafe condition out on Highway 101. THIS CHANGE WILL NOT RESULT IN A CHANGE IN CONTRACT PRICE OR THE TIME FOR COMPLETION. CITY CONTRACTOR APPROVED DISAPPROVED CROWN FENCE BY: BY: TITLE: TITLE: Eric W. Fiedler, Vice President DATE: DISTRIBUTION BY CITY: CONTRACT FILE CONSTRUCTION INSPECTOR CONTRACTOR 1. Submit and sign four copies. 2. Use this form for minor field changes where no change in contract price or tiroe is involved. gc6292 TEL 760 -633 -2600 / FAX 760- 633 -2627 505 S. Vulcan Avenue, Fnanitas, California 92024 -3633 TDD 760 -633 -2700 � recycled paper TO: Greg Shields city Of City of Encinitas Encinitas 505 S. Vulcan Ave. Encinitas, CA 92024 FIELD CHANGE REQUEST CONTRACT TITLE: Guardrail Replacement Citywide FIELD CHANGE NO: 1 DATE: December 4, 1999 BRIEF DESRIPTION OF CHANGE: Contractor to replace guardrail that they removed along the west side of Highway 101 south of Swami's that was not part of the contract to be removed. Replacement will be done at no cost to the city. SECTION OF SPECIFICATION OR DRAWING AFFECTED: Section C REASON FOR CHANGE: Contractor took out more guardrails along the west side of the Highway 101 than was called out in the contract. Extra removal has left an unsafe condition out on Highway 101. THIS CHANGE WILL NOT RESULT IN A CHANGE IN CONTRACT PRICE OR THE TIME FOR COMPLETION. CITY CONTRACTOR APPROVED DISAPPROVED CROWN FENCE BY: BY: TITLE: TITLE: Eric . Fiedler, Vice President DATE: DISTRIBUTION BY CITY: CONTRACT FILE CONSTRUCTION INSPECTOR CONTRACTOR 1. Submit and sign four copies. 2. Use this form for minor field changes where no change in contract price or time is involved. gc6292 TEL 760 -633 -2600 / FAX 760 -633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760 -633 -2700 � recycled paper TO: Greg Shields City Of City of Encinitas Eminitas 505 S. Vulcan Ave. Encinitas, CA 92024 FIELD CHANGE REQUEST CONTRACT TITLE: Guardrail Replacement Citywide FIELD CHANGE NO: 1 DATE: December 4, 1999 BRIEF DESRIPTION OF CHANGE: Contractor to replace guardrail that they removed along the west side of Highway 101 south of Swami's that was not part of the contract to be removed. Replacement will be done at no cost to the city. SECTION OF SPECIFICATION OR DRAWING AFFECTED: Section C REASON FOR CHANGE: Contractor took out more guardrails along the west side of the Highway 101 than was called out in the contract. Extra removal has left an unsafe condition out on Highway 101. THIS CHANGE WILL NOT RESULT IN A CHANGE IN CONTRACT PRICE OR THE TIME FOR COMPLETION. CITY CONTRACTOR APPROVED DISAPPROVED CROWN FENCE BY: BY: TITLE: TITLE: Eric V. Fiedler, Vice President DATE: DISTRIBUTION BY CITY: CONTRACT FILE CONSTRUCTION INSPECTOR CONTRACTOR 1. Submit and sign four copies. 2. Use this form for minor field changes where no change in contract price or time is involved. gc6292 TEL 760 -633 -2600 / FAX 760 -633 -2627 505 S. Vulcan Avenue, l-:ncirmas, California 92024 -3633 TDD 760- 633 -2700 � recycled paper to H to a Q w H w H H a w U r-I P4 � x U rn � rn o � d U M 0 O> O U) rn H a) H Hz za W rn rn 44 \ O O N 44 O }i H 0) H (� o U U W H O H U H Q h A H a a z a a H H a cxn z H a z u w A F N N ro C) T L a ro a w O C .� 3 u m o > U a G N O 0 0 0 0 0 0 0 0 0 n 0 0 0 0 m m U o 0 0 0 Ln W r- O N a W O O O O O m o H d o U U O N V' z H r N H O H O m H H � 0 O 0 0 0 0 0 a Cl) H 0 o a W a `z m ti C/ w PQ H m r m m Q In M ri 3 U O ' r LI) L E CF7 F 1-1 FCC 1 N r N Ln 2: w W c3 P7 m 0 F rn .W-7 q W Ei x 5 ri o U) H O N U) 4-) w m " u Q w H 0 m Q n w W O C m g Z O m 3 r x E 3 H m r H l� 3 O H U H U) q q R( H a H r7 H O H W 2: Q 00 A FC A a Ni S Ni g -> r�i UU m 4 mm N c w c U a 'D a a •1 : 1 'f u U) - a a - a a a a 0 a 0 0 C O N O N r O O O .� N /'1 O O O Ul � In U) Ul Ifl ll1 N z M X �� O G O O O U) rA CY W S] � O 0 o 0 0 0 :4 .�+ Qi voi voi a z > 0 o 0 0 0 0 0 0 0 0 0 0 a 0 0 0 0 0 0 0 0 W U o 0 0 0 Ln W r- O O O O O m o 0 0 0 is r V' H r N O H O m U o 0 0 0 0 0 0 0 0 a Cl) 0 0 0 w a `z m m C/ w PQ H m r m m Q In M ri �4 U O ' r LI) L H w 1-1 FCC 1 N r N Ln 9 N c3 P7 to 0 0 0 H 0 0 U\ PQ Ei x 5 H z1 o U) H O N U) 4-) w 9 A w r o H 0 r 0 0 0 -H -rA z O C m O G G Z O H F -� �4 E 3 H m r H l� 3 O H U H U) O z Z Uz H O o 0 0 0 00 A FC A a z O Ix £ U O -> Q 7: T o. F � U U a O FC U P4 U x 'D x ti •1 : 1 'f u U) - z m U - 0 0 0 0 C O N o N r U .� N /'1 m t+l N z � W H r a Ln z M X �� O O U) rA CY W S] � O G o1 o 0 U1 O U x :4 .�+ Qi voi voi a W O O ❑ 0 �D o m H �p O [Q m W m r m r ix r In U �• F m u x In O �D H z cn A H O (1) Q Fq 3 H G G G G A m co r- CO 0 F(yjl \ G O O G Fz-1 CUO •� .-� L C 10 10 N H U1 y� 111 yy N -0 10 �O l0 l0 H H >1 o w z H U H z a o 0 H W U H U CO W (� fiV H W U1) H CQ u) U a M H 4� O CJ H A O ri d Z a H O w M w A o 0 o G H O 0 w v 2 t Z Ix fc4 U) 0 z H 04 Q U v r c r e v r r W � H W W U] W H U] a 3 O H �- O Cl) U] co U `z m m rn v Q In M ri �4 U ' r LI) L H N FCC 1 f4 9 N c3 P7 Ei x 5 H z1 o U) H N N U) 4-) w 9 A .0 w -H -rA H x cn a m H F -� �4 O 3 H W �4 N 3 O H U H z Z Uz 00 A FC z O Ix £ U O -> Q 7: T o. F U U a O FC U x x ti •1 : 1 'f u z m U w A ul N W - o W z H FC z �� O U) rA CY W S] �Cncn U 4 `�H H u � C W �G 2: u x In O �D H z cn A H O Fq 3 H 44 CO 0 \ o cl) H E-4 a o U) a oG O H U H O W H w z H U H z a o 0 H W U H U CO W (� fiV H W U1) U a M CJ H A O ri d p O w M w A O H W W rn Ei O t Z U) 0 co Cl) 01. (1) a a4 m �` HwHE-4Hx O M 3 °m U) H >+ m W ¢ a a w m F W W a A rx co a o F a ou o O W M W Cw G U E U? U O W U) U .� E w a a a a a H ro C C �i U) E F:� PQ w H Q W H w H H fYi w U v a) iJl a z 0 H H H A 44 a U rZ-a r 0 m El) OD w I H lO E- Ln H co M m oo Ln 1D m r kD Ln H H :>i o H a0 ul z a H 0 q H Pa Q \x U m ,-A 0) O Ui dl U M O m O U) m H 0) H �z H U �Wz 0) C2+ Ca \00 CD H a ON H o U U W H o H U H A h A H °a w z al al H H w m u o, M O1 l0 0\ r- 1-4 r OD m f4 a a w O wCf) O U a a, w A t` CL u) o x 0 CQ H o P4 a w 0 H m U Ln r- 0 D\ V' N U P: W a \ W r 0 0 �D rn a U z 0 U) a W i� aM u� n 0 r a 0 0 H v w w r 0 o Q o q In r r F Q «F7 Q 0 n w U 0m om x 0m a a a M k s x w o O w w w Z U x w a a Q Q F w N F a O = O po a x o O 0 O m O x x x x x °a x- x .I x x a (!7 m CD m m m m V1 (/1 cn H W \\ \\\\= o q QQ q q In N N u1 u1 u1 .-� � 3 Q 3 3 Q z N N ro U U U U U U U U U U U U y a a a a a a a a a a a a u .A o 0 0 0 0 0 0 0 0 0 0 0 . C v1 0 0 0 0 o moo 0 0 0 ro N O O 171 N N O N 171 O O 171 Il) a .+ w o tp U .j 3 M ro > u0 Q u in En U) a U C \ O ry w U1 L N Q a) G N Ul C H N L � F v1 .-I C N a , 10 0 1 x z U a w 0 w F Q F q w F x F z x F 3 z w 3 ] In O � U q z ,H �E �o u x \ w a U Q 0 z 0 U E w 0 w z 0 a u 0 N 4. N fL U 0a m a U, a C4 w F � F m a a w W A H � U) H U] W H U) a 3 xw o H O U1 W U] a M Ln M H U1 H � I tEiil H H x H H 3 3 u w zu OD A o a U O O UF4 x z H z H W A cn N W E-I H N w FC� H >�a H W M O C7 OrHn N� 114 a v a � r•C W�� Q QQ H Z 0 Z R co 3 0 H - ° a x o u 4 H r[ 0 ° W H C> 1 U H Y f =d Q; 0 0 H W U �00 UCnaw U H a E U) U] <0 CII H A O rn cli %D 0 11 ill 0 ' HIHwr�nF�a H W H H H x A £ H H a u w 0 E CL W04 x a o 0 C�7 O U rn a a a a a H a a a a 0 K� < M 0) O, is A N 04 a) U) w O U m .A N ■ `�• Q U �+ U ID4 � •� W w a -� o ul � �4 E j_j 0 0 U] �11 U U) H z� a A W H W H H P.' W U w rn m C14 0 H W H H Q w a U H I� OD OD W m W � H 1D a r- to H m M En CD U') �D OD r %.D Ln H H k H O P-1 H a u U rn � rn o cn � U M 0 rn O U) at F:� rn H � H rF z H U z� w z m w a - 0 0 N Ga O }i H \Ha O1 H F� o U U W H O H U H A F] Q H °a w z a a a x D4 u, U a) M Ol � H i- O m a o W (24 a W O t4 E-4 O U a a a Q U) Pa Ln O u o 0 vo a a O p co U Ln r- 0 N U a W a \ Q 0 0 U z O Cl) a W z 0 H a qH U C/) A v N N ro u j C a w O C 3 u N > > u on x U m a U C 0 fV W .a) Q1 ti G N Gl G Sa F to � C v I . v 2 x Q a w �d 0 W F F A w F l r Q x z° cn a Rl w x a m 0 z O U Ul w O U) z O F 0 N W W U a w F a o w a E- a vi F H w f a -I F a w c w Q w Q H w H � � H W W W H U) 3 H a � w a x w H x O O U) w(n w U) a w a M Ln M H Ln H � ul H x H H 3 H 3 U W U M 00 a Q x °U O u U 0 u x z Hz H U) QN W W � H • � � FC z a � H W M C7 o m r a H a x w�D F:� 0�H zEn QH3HH0 ° a � a u 9 H F� O ° W H W U H [z+ P 0 0 H W U �D m U U) P, W U rI �7 2 r4 (n CL4 U) (r z, H Q O M F4 Ln E-4 0 w E ' H U) w H W H x F-I F4 u w a Q a u1 £ P, H H O O ° cn 0 O W U) co -I FA .l O '.7 < < QQ a, H N E N v Ul w O N U2 N E U) 0 w v A b m -H N U u �4 U X ro -ri w �D G w 04 -r+ O U) m Q) �4 - � u E i O C Ln z � H a Q W H w H W4 W U H N rn ro a N \x U rn H a) O U) d U M O rn o m rn H z H W H m Z m t=+ \ O O N G4 \ F II o U U Ei U H A h A E +aa z a a a x a cn U 00 r N l0 t10 r o r M O� o�wo a a W a ° 121 � O U 0 H Cn H H }I A a a �D U z � r H r LL Ln co N 00 O vi co U x H tD O GA � � O w a H Ln x x a EA CQ v? � H O H O a v) a �D Ei a A u kD r m rq V' U W W z O E a H a U W w N N U m N O � m N H w Q >, a L �.1 O u b w a w O M ., .., 3 41 o b > > U Q � 0 � o 0 U o 0 u o U o 0 o • N m V1 m rn o P4 o 0 r C3 G o U cn m o a � O - N H N m W C o z W U O Ln m O H G O m w m a C Sa 01 aT W E (n o b L H C � � a u o v Z a r u a f G O F F v: A w E Q , 3 F 0 i 3 ' C/3 E a c i io c a � a u , c z U. a C z O F G 0 N L• F C Q U- o E G [n F w W E � F v. FG E C O F A w A H w E•+ � n U] E� U) W H U) $ H a3 w P4 O N O C \"U) U) U � U) C!\ N M T •rl Ln m ri SA i rA Ln W I H U) -0 4-d H x m � H H •ri �4 $ H 44 i4 N 3 O H U W U W >+ 00 I Oa ;�- � U U m Cl) H z 'c W A v H H `N _ H W M � 0U)H a -- u a d �4 H $1, E+ zA q U W H FC Z A FC \ °A a H z 0 z N �. E-I 3 H H O U)aa0HU H g O [I. H 0 \ (x+ U H G. a o 0 H w u E--4 w can a ul v < o r > x H O 4a FC 4 I H W M H w zH x•� U � E x E H H � c 0 a >4 W waxpquu0 0 a ul Cn 0 O m Ul U N N " H U) ti r FA G a a a a o -I c 0 9 W z co z u H v a x U rn N Ol d� U M O d\ O U) ai rn F m H Hz H [Zij H 0) rn w - 0 0 CN r14 O\ H F< o u U H U °F A h q O W Z W o Pi a x C14 m M H p, o a Erj 0 H U OD w ko r O (14 110 0) Q l0 r d (sj O r N H M 0) U 44 m H q m a P4 a w W W CQ U � O 04 p wu m U CU N O Z 0 H i H ul W Q N m ro u L G ro oa W o tp 3 b > " u U cn U) N N O .� ao � H w Q 0 O PI O 0 0 o 0 0 0 0 0 0 0 0 0 N m M N H i O A H w H F:t. H W - ',� H F .M O HO \� 0) 4) Q In M H :4 U r-I In 4-1 En W }i :j �,d co V H 'Li w a 4J '� a x 41 rq -1 N H F 4 N °w 3 O F U H W ° U ro co _ r W z ii O P: G Q agx U O N .��O�x�•+a mz z F z3 F a 20 u x a ` -�✓�¢w z °w txq H Z 4j � u°,mom x� cx H OJ W I� 2� q 4) z ►-o QV En U W q E hp1.1 a O U1 N W z� H N 41 A z j.Ftj H f•1 �u F W U H W 8 " 3 x w a M U C7 'O �``. P: F N W 4) O ul H P; W A FC p� H u a H a H FC W AaHz0z b °`. [-4 $ H H O r14 C/I ° 0 P� u � FF-A � p ° D4 H O G.' U H [sr 0 W - U H U H z Pi o O F W U o p co U U] P+ W w 9 O r > m Lr. H A O M M L0 z x H O �C o W z w F H m W 4 U H a H£ H F U o a cwn H 5+ Ui W W co 04 11 W W, U L ED W a o o F a U U O a°0 CO c ro Cl) x a a a a a F rd z � � °07 7 U w p, o a 0 H r (J] O H p o U o H m q a � R4 0 O N U N H r W r Pa Ln co x o co O W L O m H �o O 0�1 U) c s+ P'. r Ln i7 cx F En F 00 M Ul O ul .� H O W o o cc) ~ �O Ln x 04. � v G � .. / H O F >. a x Hm rn H FC O HO ra-1 Cl) w z° �o H P.w q U A H w H F:t. H W - ',� H F .M O HO \� 0) 4) Q In M H :4 U r-I In 4-1 En W }i :j �,d co V H 'Li w a 4J '� a x 41 rq -1 N H F 4 N °w 3 O F U H W ° U ro co _ r W z ii O P: G Q agx U O N .��O�x�•+a mz z F z3 F a 20 u x a ` -�✓�¢w z °w txq H Z 4j � u°,mom x� cx H OJ W I� 2� q 4) z ►-o QV En U W q E hp1.1 a O U1 N W z� H N 41 A z j.Ftj H f•1 �u F W U H W 8 " 3 x w a M U C7 'O �``. P: F N W 4) O ul H P; W A FC p� H u a H a H FC W AaHz0z b °`. [-4 $ H H O r14 C/I ° 0 P� u � FF-A � p ° D4 H O G.' U H [sr 0 W - U H U H z Pi o O F W U o p co U U] P+ W w 9 O r > m Lr. H A O M M L0 z x H O �C o W z w F H m W 4 U H a H£ H F U o a cwn H 5+ Ui W W co 04 11 W W, U L ED W a o o F a U U O a°0 CO c ro Cl) x a a a a a F rd z � � °07 7 U w \\ ��w B: �o oi/ 4�. �� +�,� :�f /� °.o•s' •�s� �S "1W .. +►_ • y °i ®� w �e�'e�9\ ®'.._' 1 %e_` Imo. �1 g` \�•. a. fIf l�.fl- •I� +�� ®�AIf i�� "e ���sv'� - �0�1,``� ®> Y I -! *r � `,Loa.�i, Q : a s,+ \`.his Yn ue��► ♦ ,,,q: .� s+ v :. , .� , ♦ . y ' s` • a �► e< � -�'� i::i::i , � ii ♦® ```t l� I� `„i ',k�,Y„i�"i�' ♦,•:. �• e® �I�" � �uun ♦ s .�6. inu end � ^.� .: n,i _ ..1. ^: %� r a � o. �. s�iiiunri�' + %a .,'� i.• a� ``:+ sC:���iiunr�� >`.'a ♦4 %L �!' %�d.li` . ®�O°uu�� �� a�� � +�i i ars,=,•.,.' �)ll' tM o W I► 51 i.w; •.♦ vY.e; r,r a s a ♦ a � s ♦ � s ,®..�•♦ '+r Ell a ss l;e® '. ♦ .® � s ® o ♦ •a,+�': :%" «� .. °, ® ♦, ♦nom,, ��� a 1' ° °« ♦, ,,eY.�iY, ° . r ° "fin ®: � \ w - se.`laf��` °°'°ei` �� "�� >.,., R6 *• e ®,..r .. i' + °+ d Rxe. 30 ., _ri . +. as _ :dl I ! /� sl r i �`rv,•se Ron Brady Guardrail Projecf Page 1 3 From: Kipp Hefner To: Ron Brady Date: Tue, Aug 17, 1999 10:53 AM Subject: Guardrail Project .no Crown Fence is comming in today and submitting their schedule. They want to start removing existing guardrail later on in this week. This e: mail is just an FYI. CC: Greg Shields Ron Brady - Guardrail Project Page 1 From: Kipp Hefner To: Greg Shields; Ron Brady Date: Mon, Jun 28, 1999 4:52 PM Subject: Guardrail Project CALTRANS has told us we cannot use the 25 foot sections of Cor -Ten treated guardrail. They only allow 12 foot 6 inch sections maximum. I have relayed the information to Brian Corrie. He was not in since he is on vacation, but I left the information on his voice mail. Crown Fence will either have to find a supplier who makes the 12 foot 6 inch sections or they need to send us a letter saying that they have been unable to find it and we can try to go back to council and try to get them to give us the O.K. on the standard guardrail. .s i i City Of Encinitas July 22, 1999 Crown Fence Attn: Ed Fortin 12118 Bloomfield Ave. Santa Fe Springs, CA 90670 -4703 RE: Guardrail Post Alternate Dear Ed: This is a follow up to your request to substitute Yellow pine for Douglas fir to be used for the guardrail post. After discussions with Caltrans, the City has determined that you may substitute Douglas fir with No. 1 Structural Southern Yellow pine that has been pressure treated per the attached specification. Only No. 1 Structural Southern Yellow pine can be used as a substitute, and must conform to the specification attached to this letter. Should you have any questions, please call me at (760) 633 -2783. WS-incerely Kipp F( r cc: Lloyd Holt G gc6213 TEL 760 - 633 -2600 1 FAX 760- 633 -2627 505 S. Vulcan Avenue. Encinitas, California 92024 -3633 TDD 760- 633 -2700 � recycled paper No. 1 Structural Southern Pine Specification The grades and species of wood posts and blocks shall be No. 1 timbers (also known as No. 1 Structural) Southern Yellow Pine wood posts and blocks shall be graded in conformance with the provisions in Caltrans Standard Specifications Section 57 -2, "Structural Timber". Allowances for shrinkage after mill cutting shall in no case exceed 5 percent of the American Lumber Standards minimum sizes at the time of installation. Wood posts and blocks shall be pressure treated after fabrication as provided in Caltrans Standard Specification Section 58 Preservative Treatment of Lumber, Timber, and Piling" with creosote, creasote coal tar solution, creosote - petroleum solution (50 -50), pentachlorophenal in hydrocarbon solvent, copper naphthenate, amoniacal copper arssenate, or ammoniocal copper zinc arsenate. In addition, to the preservatives listed above, Southern Yellow pine may also be pressure treated with chromated copper arsenate. When other than one of the creosote processes is used, blocks shall have a minimum retention of 6.4 Kg /M3 and need not be incised. If copper maphthenate, ammoniacal copper arsenate, chromated copper arsenate, or ammoniacal copper zinc arsinate is used to treat wood, posts and blocks, the bolt holes shall be treated as follows: Before the bolts are inserted, bolt holes shall be filled with grease as recommended in writing by the manufacturer for corrosion protection which will not melt or run at temperature of 65° C. gc6213 i L 1 City Of Encinitas June 14, 1999 Crown Fence Company Attn: Brian Cory 12118 Bloomfield Avenue Santa Fe Springs, CA 90670 RE: Guardrail Replacement — Various Locations throughout the City (CMS99K) Dear Brian: On Wednesday, June 9, 1999, the City Council awarded the above referenced project to Crown Fence Company in the amount of $268,518.00. This award is for the Base Bid. Therefore, you are directed to go with the Cor -Ten A treatment on the guardrail. Your supplier of the guardrail, Elk Grove Lumber, needs to send samples of the metal guardrail to the address below: E -Tech Testing Services, Inc. Attn: John La Turner 3617 B Cincinnati Avenue Rocklin, CA 95765 A pre- construction meeting has been set up for Friday, June 25 at 2:00 p.m. in the Lilac room at City Hall, 505 South Vulcan Avenue. You or a representative of your company needs to attend this meeting. Enclosed with this letter are two copies of the contract for this project. Both copies of the contracts, including the bonds, need to be fully executed and returned to the City by the pre- construction meeting. Should you have any questions, feel free to contact me at (760) 633 -2783. We look forward to working with you on this important City project. Sincerely i H Assis n Civil Engin r cc: Greg Shields 1 bward Whitlock Rob Blough Dennis Buss, S.D.G. & E. Scott Nuskin, PacBell Brian Martin, Cox Communications gc6184 TEL 760- 633 -2600 / F.A�\ 760 - 633 -262- 505 S. Vulcan Avenue, Encinicas. California 92024 -3633 TDD 760-633-2700 recycled paper H a A W H rT4 H H a W U H N G� a \x U ON M m C) (n d U M O m O U) C'% A m H � c W E+ N O 0 r F a U x- u H o = x N UI ti a O U 2 m �d a w w ca x z a ca u W u ro Q Q a N Q w m U 2 M O M x H C) z r a 10 �o H W aN o r 0 1 Ifl Q r+l \00 v O y, H � 0 m W E+ 0 o 2 a U x- u H o = >,,I F m N UI ti C O N 2 m O a w w ca x z a ca w m w ro Q Q a w u Q w m U m z C) z H W m rm a Q OU W rn G, R Ifl Q r+l S W A •�. H U) H Hx U) Ul U) U w H a Q U) M H U H U a 1 �4 o CHO H N H U .T Cf) +� ? w CL 4-1 44 E- co •ri S-1 °w 3 3 O H u F rx] °u� ro W M y H H a Q H O a r r U O N ca F 0 U U1 �; ' K a H H JJ a .z �` �,� iii o aUl N W w ED H H N N` Q 2 rz] H }4 - a 4 x a H M W � z O m a w u a H FC H rC U M � � H x u x En N Q�3HHo �n o 0 H H w O ° H 9 0 r14 H \ rL, U H fi4 3 W . Z H U H z a o O H w U o �D M U M R W a m N w FC 4 0 r CI-I H A O M o OH W W M Ln \ z H ° 9 1' a x A FC cHO H z v H w H x U F -+ H -rd 0 m waaQ33 C) a s G w ar��co�04 o W w x a u 0 o P. H �; H� H O U c� F ¢ to U O m co a) H co 41 r _ F a a a a 0 c FC �C F:� m cn 01 H E+ U m z FC ro Q Q W H U C) z rn G, R \00 O y, H �, a a a a a HF:� 0 0 0 0 0 O D U C o m m m m W H O E--1 � W w Q h Q o m °p,' W, H O 3 0 0 0 0 zwr,, ro H H b U o o a w a x Q a 0) Z > 0 O O 0 O 0 0 O 0 0 0 0 0 O 0 a 0 0 0 0 0 0 0 0 0 0 U o 0 0 0 0 U r co (\ o 0 0 0 0 O U o 0 0 0 0 N l0 O L- (-,I M 6) U 0 0 0 0 0 •• U o 0 0 0 0 a w rx r.i rv� H ry N O O O W (o rvl N1 N O � O A \ V7 O O O O O 0 a00000 N 0 C N O o �O o �0 c N c Ill 0 Cl 0 H � cn o H O o 0 0 0 0 A w r-4 a U pl m o o O o o C UO N N N H r w r- a Ln OD 2 IV 00 ui co 0 U x z m o 0 0 0 l0 LO C lv+ ,H✓ W h L! I ro V NO W U1 L E-1 Co M H [r] F cn (o LIl o 0 0 0 0 � � (` CD X CL4 b m m m Ln H H ,. a x x >1 0 - w W H O �' �' m o o r H O 0 m �° H C14 q U r r x S W A •�. H U) H Hx U) Ul U) U w H a Q U) M H U H U a 1 �4 o CHO H N H U .T Cf) +� ? w CL 4-1 44 E- co •ri S-1 °w 3 3 O H u F rx] °u� ro W M y H H a Q H O a r r U O N ca F 0 U U1 �; ' K a H H JJ a .z �` �,� iii o aUl N W w ED H H N N` Q 2 rz] H }4 - a 4 x a H M W � z O m a w u a H FC H rC U M � � H x u x En N Q�3HHo �n o 0 H H w O ° H 9 0 r14 H \ rL, U H fi4 3 W . Z H U H z a o O H w U o �D M U M R W a m N w FC 4 0 r CI-I H A O M o OH W W M Ln \ z H ° 9 1' a x A FC cHO H z v H w H x U F -+ H -rd 0 m waaQ33 C) a s G w ar��co�04 o W w x a u 0 o P. H �; H� H O U c� F ¢ to U O m co a) H co 41 r _ F a a a a 0 c FC �C F:� m cn J01-124-'513 08:40 T -S i'RG STEEL 2145 11594 -0 A&L TRINITY INDUSTRIMS, INC. I PF D6/24 ,199 CRF)W `T FENCE COMPANY --i o �d Porten ?E: corten metal heam guardrail Dear Ed: please X;e a,?,7iE =PCB tli ;�- c�t1!? to t'ae Lime of year (our hi..2y cc,nstructien seas:_:n} th -a*_ we woz.11f3 :>e tmahle to siApply corten guardrail in 12.5 foot lengths until mid Augu t. However, we do )a Sl)f icierl`_ ,�)antities of 25 lengths of corten guardrail to fill your T11j.s - —ngtn is common in many areaF, s'urrh as krizona. You may actually like t�.e 1n:?ger lenoth because it reILires less Epl - -ce connections. ec. me know what y()u decide a, soo)n a , y.au C:an. Si.ncerel.y, Nike 1 Hno:� y Re�sir� al Sale.- anager Trinity industries (8G0)772 -7976 2625 STEMMONS FREEWAY • L)ALLA$, TEXAS 752a7 POST OFFICE BOX 366987 - DALLAS, TEXAS 75358 -6987 (2 14) 691 -4420 FAX. (214) 089 -0641 r��rd '139 -0: 58 T `r RI_ 'TEEL '21-45 #602-01 TRINITY INDUSTRIES, INC. 14 PV „F/2_ =,/99 CROWN F8 CE CO. c/o Ed Fortin RE, Corten g,. .1:ax drail . -`Gar Ed: You :'gad mentioned to me in an e,afl.icr conversation that the own °rs of a project. requiring corten guardrail had wanted us to tiupplyr a ",ample" corten rail, I'm sorry but we cannot comply with that request. Cort.en material is a common alternate to galvanized and most. C'ommunly used where you don't wan~ the shiney galvanized finish. I could refer the project owners to ether pr.-)j ects than_ have d ccr -e11 material if they want to look at the material, It looks 1_ke rusted material h,ut really isn't. Sincerely, [�1i ke Hoo ey ntgional Sal anager Trinity Industries ;5001772 -7 -976 2525 STEMMONS FREEWAY • DALLAS, T19XAS 75207 POST OFFICE BOX 500007 • QALLAF, TEXAS 76356-8887 (214) 831 -4490 • FAX! (214) 690.0601