Loading...
2001 CMS01A - Pavement O'lay 2000-2001 TRANSMITTAL FORM - City of Encinitas FAX 760/633-2818 505 S. Vulcan Avenue Engineering Encinitas, CA 92024-3633 760/633-2770 DATE SEND TO FAX* r9'0 5�)T�y —%4 4 S-NO. OF PAGES:3 TO OF: T�J2-N l-T�o�P<l_ 01 j 0 t� ADDRESS: FROM: � '� PHONE: (760) 633- 2�7 5 ❑ Call ASAP ❑ Review& Call ❑ Review&Return F.Y.I. ❑ Please Handle ❑ Per Our Conversation ❑ Please Reply by COMMENTS: /� P5 r b l��✓L� �O/L— Z C.0-+C�— 2C �/ ! �t1 MME+v T j2EgAb( L-t T&T,c,'N APtf:� E4,J 7 [ N LC--TTEI2- k I,.)C--X 40 C.Q'OA Is CcrvO � u �r�wS Eli 1 it Avenue, u a ista, " 'i Tel: (619) 422-8322 Fax: (619) 420-9020 Lic. # 612545 April 6, 2001 VIA FAX&CERTIFIED MAIL City Of Encinitas Attn: Engineering Department 505 S. Vulcan Avenue Encinitas, CA 92024 Re: Project: Pavement Rehabilitation Overlay FY 2000-2001 Dear Engineering Department: In regards to above mention biding project. After reviewing our unit prices, Frank & Son Paving, Inc. is unable to proceed with the project. We appreciate the opportunity offered to us in reviewed our bid package. We look forward working within the City of Encinitas in the future projects. If you should have any further questions feel free to contact us at (619)422-8322. Respec Ily, Alicia Vas ez, reasurer Frank& n P ing, Inc. SECTION D BID FORMS PROPOSAL TO THE CITY COUNCIL CITY OF ENCINITAS CALIFORNIA FOR PAVEMENT REHABILITATION AND OvERLAY PRoJEcr F.Y.2000-2001 NAME OF BIDDER i�e PA\/tN&1 G. BUSINESS ADDRESS 1442- ZAA W M PLACE OF RESIDENCE SJA 0 0114 fAGe:) The work to be done consists of furnishing all labor, equipment and materials necessary for construction of Pavement Rehabilitation and Overlay Project F.Y. 2000-2001 within the City of Encinitas as described in these Special Provisions. The undersigned, as Bidder, declares that he has carefully examined the locations of the proposed work and the annexed proposed form of contract, and he proposes, and agrees if this proposal is accepted, that he will contract with the City of Encinitas, in the form of the copy of the contract annexed hereto, to provide all necessary machinery,tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time therein prescribed, and according to the requirements of the Engineer as therein set forth, and that he will take in full payment therefor the following item prices, listed both in figures and in words. (In case of discrepancy between the words and figures, the words shall govern and the figures shall be disregarded.) 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). CON6501.DOC D-1 LIST OF CONTRACTORS AND 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 ADAI(L n"FMIArA6 Zb0-S9-7' ei1'7 ZZ40 13ULVA Czefi4 \JlSf�6l GA 92X.so S-i-A ti2j 4 f°(��lc sJ1�S S6L6114AS SiQ4A(, 57VG U1q-*4 53Y-z �7 �iA 1Gu AEG. Etr C�U6N. GA q2,023 1 ,eAtlrle- Zcyc,Ps Pn�€�.�►� �e�ri.-c�L(n�sus s . 9oa-�eSz�o�1 JY)A)r1 S: 1`1iV SIPt � Z V A:(Ll Rui. - LaC� f t/�t 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: n (fi G% n p, /o 7oNcJ �iU.b�.�-�' ° gSbCeA9F - Name and address of owner Name and telephone number of person familiar with project , '2,00(000 �t i Ar Si R.FA Cc N& 7 qq Contract am t Type of work n ate completed 2. �t� or l'a�g`Y j 7 CA Z& Pac�,4Y 1 Poway Name and address of owner 1303 Z-A(tir1 1?)5(b- (0-1 ��o�ao a Name and telephone number of pe son#amiliar wi$�np�o t o"Ufb1, eL r �2 1� P�ei✓c� Arc 3 y£AZZ S �/,00 Contract ount Type of work Date complete4 b9 3. ��+ qZ V bje JA(� Mp�c.o58C f7 � � mp"O S, `ii An Name and address of owner Name and telephone number of Rergon familiar with project TO pA? d r-% 0. V- S GAd OGY- 1 �zLlilo� I'll DAra Ai NO? -7f) Mt1.,U0N Contract amount Type of work Date completed CON6501.DOC D-4 Apr- 17-01 09:05A 909-779-1445 P-01 FACSIMILE - SUBCONTRACTOR LIST REQUEST LABORERS' INTERNATIONAL UNION OF NORTH AMERICA HIGHWAY&;STREET STRIPERS LOCAL UNION 1184 _ 1128 E. LA CADENA DRIVE ,- RIVERSIDE, CALIFORNIA 92501 Date: - �l�l� I Number of pages: (� TO. C.II L1[/I'1 G�Y�-d-� From: �� W/ Phone: '7(p0 ~ 3 " U3 LABORERS'IN'IF,.RNATIONAT,UNION OF NORTH AMERICA HIGHWAY& Fax Phone: -)&0 - (033 STREET STRIPERS,LOCAL UNION 1184 - a c�a� Phone: (909) 684-1484 Fax Phone: (909) 779-144S COMMENTS: O This FAX is a formal request for a copy of the subcontractors list and the estimated start and completion date for the following referenced project: - - 04 PROJEC T: �DOD �.� � This request is made pursuant to the Freedom of information Act, Title S US C. Section 552. The Freedom of Information Act,provides that information is generally to be made available to the public. The Freedom of Information Act Title 5-U.S C Section 552(x) (6) (A), required federal agencies to make determinations of Freedom of Information Act requests for records within (10) ten working days from receipt of such request. Please fax the requested information directly to our office @ (909) 779-1445. Should you have any questions, please do not hesitate to contact me @(909) 684-1484. I look forward to your prompt response. Thank you for your time and courtesy! 98800943 anr�- Apr- 17-01 09: 06A 909-779-1445 P. 02 Dodge Report 1 Dodge#01-650797 -7 Report Date: 3/29/2001 Last Date: 3/27/2001 First Date : 3/7/2001 BID RESULT Type of Work: Alterations/Renovations START Project Estimate: $817,900 laid Date: 3/27/2001 2000-2001 Pavement Rehabilitation / Overlay Encinitas, CA(San Diego Co.)Various locations, 92024 Status: I_ow bidders- 6 Bids received- Award anticipated April 12 -Rid 3/27 "Target Start Date: 05/2001 Target Completion Date; 06/2001 Owner/Engineer City of Encinitas. Deborah Cervonc, City Clerk.505 S Vulcan Ave, Encinitas,CA 92024-3633 (760-633-2603, Fax: 760-633-2627) Low Bidders (1)Frank&Son Paving. 1019 3rd Avc,Chula Vista,CA 91911-2008 (619-422-8322). $817,900 (2)1.D. Paving. 1412 Barham Dr, San Marcos,CA 92069-4504(760-233-2980, Fax: 760-233-2994). $874,510 (3)Nicholas Grant Corporation.Estimating Department, 5370 Eastgare Mail, San Diego, CA 92121-2804(858-642-7500, Fax: 858-642-9269). $905,509 Bond Information: No Bid Bond, No Performance Bond, No Payment Bond Plans From: Plans on File: Construction Details: Additional Features: Asphalt concrete overlay and digouts Proiec t Notes: Notes: FLSW01 -Engineers estimate$900,000 -Completion time 45 working days User Notes: March 28.2001 t c(irv�riaht vioos-71101 rhn Mrsiraw"-Hill rnnllnsm- 5—vier is nnly N intern,d 4,%e by¢nhwarihnr n1ira1191ni it,cnnrrnrf SECTION D BID FORMS PROPOSAL TO THE CITY COUNCIL CITY OF ENCINITAS CALIFORNIA FOR PAVEMENT REHABILITATION AND OvERLAY PRoJEcr F.Y.2000-2001 NAME OF BIDDER I�` PA\1 l N N c . BUSINESS ADDRESS 1442- a z NA O tUMF, PLACE OF RESIDENCE The work to be done consists of furnishing all labor, equipment and materials necessary for construction of Pavement Rehabilitation and Overlay Project F.Y. 2000-2001 within the City of Encinitas as described in these Special Provisions. The undersigned, as Bidder, declares that he has carefully examined the locations of the proposed work and the annexed proposed form of contract, and he proposes, and agrees if this proposal is accepted, that he will contract with the City of Encinitas, in the form of the copy of the contract annexed hereto,to provide all necessary machinery,tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time therein prescribed, and according to the requirements of the Engineer as therein set forth, and that he will take in full payment therefor the following item prices, listed both in figures and in words. (In case of discrepancy between the words and figures, the words shall govern and the figures shall be disregarded.) 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 rease the amount of any class or portion of the work or to omit portions of the work 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). CON6501.DOC D-1 LIST OF CONTRACTORS AND 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 ADA l2 nTXJ rA(, 7-240 15UWA c.a=&4 GR 92-De-Y 3M1Piri6(,('"a fu> %0 fN0t-bi 9I6NAi, SSV'G ist4-4+{133y3 ?t'7 &4LJA6u AvG. &L CAUyN, to g2,02a 1 A,4ehe-. t(-AoPs t4&4&,2t)rJS f,,p Jf ism s . 909-�c8z.rDg r 1 -2_1 rr. MAO s^r 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. I-f`C or- D-c. MRIL a/ ToNps PbwGA-, (° Ass6ctAI'f-3 Name and address of owner TQM 1%Rnrc K /ASS,'- C1 r-/ 6N61,PEeIL, gS� -ZS5 -9313 Name and telephone number of person familiar with project 201a(boo _ s't -r Ar--sOR.FAC tJ& 7 iq Contract am t Type of work /� ate completed 2. �.tfK o� t'e�►AY 1L(4�-7 CA1� PdwPY /Lid l'owA11 r'A Name and address of owner fi/,3oj Do 0 Name and telephone number of pe sonjamiliar wi r t ���r. �R� Contract amount Type of work Date completed- 3. 42 O P. SAN MtQaLo S, `72D 69 Name and address of owner G2t6 M(Ur-tj rVC-� u o -C(O--7q Y-Z Name and telephone number of pperson familiar with project -1-b DOS Tu)i� OPIG eaAPGt �. ( r41U roA ;o DAfE Al 140'0 '7a 1�I Mi1,UdN Contract amount Type of work Date completed CON6501.DOC D-4 U4/25/ZUUl b1:4b 5594322543 SHARP INSURANCE PAGE Ul acv CERTIFICATE OF LIABILITY INSURANC�A�'1 04/25/02 PRODUCER THIS CERTIFI—C—A—TE—ISIMED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE SHARP INSURANCE S NONDING HOWER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P.C. BOX 27 018 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. FRESNO CA 93729 INSURERS AFFORDING COVERAGE Phone:559-432-2544 rax:559-432-2543 INSURED R43URER A INSCORP(INS.CORP. OF NEW YORK) INSURER B* LEGION INSURANCE CCIlPANY J D PAVING INC. INSURER C: 1412MAR�CA 9206#1414 INSURER O: SAN INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED 6ELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIt CERTIFICATE MAY DE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 15 SUBJECT YO ALL THE TERNS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY NAVE PEEN REDUCED BY PAID CLAIMS. EXPnMMM LTR TYPE OP INSURANCE POLICY NUMBER DATE LU DA LIMITS GENERAL LVANM EACH OCCURRENCE s 1,0 00 000 A X COMMERCUIL GENERAL,L4tBILITY CAIC10020637 06/01/00 06/01/01 FIRE DAMAGE wy am roe) s 100 000 CLAIMS MADE ®OCCUR MED EXP(Ary—Pas«,) $5,000 X XC&U PERSONALAADVINJURY :1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS.COWW AGG $2,000,000 7 POLICY JET 7 LOC AUTOMMLE LIABILITY COMBINED SINGLE LIMIT (Ee m4denl) 31,000,000 A X ANY AUTO CAIC10020637 06/01/00 06/01/01 F ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS I (Per perea') 3 X HIRED AUT03 BODILY INJURY i X NON-OWNED AUTOS (Persoaasnq PROPERTY DAMAGE _ (POT ecdderrt) GARAGE LIABILITY AUTO ONLY-EAACCIDENT S A14Y AUTO OTHER THAN EA ACC $ AUTO ONLY' AGO 3 EXCESS LIAPUTY EACH OCCURRENCE S OCCUR El CLAIMS MADE I AGGREGATE S s DEDUCTIBLE I S 'RETENTION 3 WORKERS COMPENSATION AND R TORY LIMTTS Im EMPLOYERSt14BBITY B WC30999746 03/31/00 05/31/01 E.L EACH ACCIDENT 31,000,000 E.L.DISEASE-EAEMPLOYE S 1 000,000 LL DISEASE-POUCYLIMIT 15 1,000 000 OTHER A RENTED/LEASED EQP. CAIC10020637 06/01/00 06/01101 $100,000 1,000 DED DESCRIPTION OF OPERATN)NSILOCATION3NE0ICLESIEXCLUSION3 ADDED BY ENDORSEMENTISPECIAL PROVISIONS CERTIFICATE HOLDER IS IWM AS ADDITIONAL INSURED PER THE ATTACHED GG2010. JOB: PAVEMENT REHABILITATION AND OVERLAY PROJECT: FY2000-2001 10-DAY NOTICE OF CANCELLATION FOR NON—PA7MNT OF PREMIUM. CERTIFICATE HOLDER Y AwmaNAL INSURED.nNsuREIA LETTER: CANCELLATION CITYENI SHOULD ANY OF THE ABOVE DESCRIRAO POLICIES BE CANCELLED BEFORE THE EXPIRAT DATE THEREOf,THE ISSUMO INSURER YRLL ENDEAVOR TO MAIL 30 DAYS WRITTE NOTICE TO YINti COMRCATE HOLDER NAMED TO THE LEFT,SUIT FAILURE TO 00 SO BHA CITY OF ENCINITAS IMPOSE NO OBLIGATION OR LIABILITY OF ANY RIND UPON THE INSURER.In AGENTS OR ATTN: ENGINEERING SERVICES 505 SOUTH VULCAN AVENUE RE>•MENTATMS. ENCINITAS CA 92024--3633 JOHNSON ACORD 25-5 MIT) 0ACOAD CORPORATION 1981 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 Space above for County Clerk's Filing Stamp Proof of u 1cation STATE OF CALIFORNIA, ss. COUNTY OF SAN DIEGO, I am a citizen of the United States and a resident of the county aforesaid; City ofEndnllaa "+ PUBUC NOTICE INVITING BIDS 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 �� HEREBY�" 'is inviting w�w f« � P�t � eulw � newspaper printed and published weekly and which news- ■rd��++yP'°�h27,20a2°°' Bids"theyW�eeopenid°+d�'��'�'e umg 2:00 p.m..March 27,2001 at which time they�be opened and read abud by the paper has been adjudged a newspaper of general circulation City Clerk. They shag be submitted in a sealed envelope addressed twDeborah Cervone,City Clerk,City of Encinitas,505 S.Vulcan Avenue,Encinitas,CA 92024.The for the cities of Del Mar, Solana Beach, Encinitas/Cardiff, outside of the envelope I'll be "'""en: •ATTNk Pavement Rehabttftation end Overlay Pro)eot,FY 2000.2007,BID,Do NOT OPEN UNTIL 2:00 P.M.,March 27, Carlsbad, Oceanside, San Marcos/Vista and the County PROJECT DESCRIPTION:Work to be done consists of asphalt concrete overlay Judicial District by the Superior Court of the State of and digouts.The cost,01 0onstruclion is eslimated to be SM,000.Work to be cOmPet- ed within 45 working days. California, County of San Diego (8/4/94, #677114, B2393, Copies of the bid package will be available,atttreEnaneering Services courrler'CRY Hag. 505 S. Vulcan Avenue, Encinitas,A 92024. One bid package W contmcbL P396); and that the notice, of which the annexed is a print- Additional bid packages will cost$10.00 each. For further intomhation,contact'#0 Engineering Services Department at(780)0332770. ed copy, has been published in, each regular and entire issue The City reserves the right,nttercpsnshg bids,to rejedanY«ail bids,«Iomake award to the lowest res=all*bidder and reject ail other bids,to waive airy infwmag• of said newspaper and not in any supplement thereof on the ty in the bidding and to accept any bid or portion thereof. following dates, to-wit: Alan D.Archibald,P.E. Director of Engineering Services CN 4341:March 8,15 2001 March 8. 2001 March 15, 2001 I certify under penalty of perjury that the foregoing is true and correct. Executed at Encinitas, County of San Diego, State of California on the 15th day of March, 2001. Clerk of the Printer Barbara T. Walker Tel: (760) 944-3863 1153 Via Montecito Fax: (760) 942-4477 Encinitas, CA 92024 email:barbtux @yahoo.com Mr. Kerry Miller, City Manager City of Encinitas 505 S. Vulcan Avenue Encinitas CA 92024 Dear Mr. Miller I am writing you about the two newly installed traffic lights on Via Cantebria which have already had a negative effect on our neighborhood. Vehicles have taken advantage of the green lights to move along at freeway speeds, instead of slowing down for the mandatory STOP signs. This has resulted in increased traffic noise, difficulty in accessing Via Cantebria from the side streets, and a general unpleasantness. Of course, it will also affect our property values. Because Via Cantebria is essentially a through street in a residential neighborhood, I would like to see consideration given to those of us who live adjacent to this street. Please note that Balour Street, a residential street used heavily to access Encinitas Boulevard from Santa Fe Drive now has speed limits of 35 mph and 25 mph, with consideration for the residents in the area. Many of the residents in my area would like to see the reduction of the speed limit on Via Cantebria to 35 mph, and enforcement of that speed limit. At present, there is no control whatsoever of the traffic, and I am personally very disappointed that the City has ignored the affect the hugely increased traffic has had on the quality of life for the local residents. In addition, I am aware of a plan by the City to resurface Via Cantebria. I would like to ask you out of consideration for this neighborhood, to ensure that only the most noise- reducing rubberized asphalt product will be used on that project. I'm sure it is more expensive, but part of maintaining the pleasantness of our community is to take care of the details, and this is one of those details. look forward to hearing from you in this regard. Thank you. Sincerely, Barbara T. Walker �--- lit s rlE i { KAY YIM ' 1182 Pacifica Place s Encinitas, Ca. 92024 November 18, 2000 Mr. Kerry Miller City Manager City of Encinitas 505 S. Vulcan Avenue Encinitas, Ca. 92024 Dear Mr. Miller, Traffic noise on Via Cantebria is having a major effect on property values and could result in a helth hazard. Traffic on this road between Encinitas Blvd. And Garden View Road is, I understand, now at 18,000 vehicles per day and this is expected to increase to 27,000 per day 6 over the next few years. Dozens of homes back up or face Via Cantebria, some with windows mere feet from the road itself. Traffic noise has already caused individual properties to decrease in value by$20- 30,000 per home. Such decreases have a ripple effect resulting in lower values for those properties further from Via Cantebria. The City has the means to moderate the noise levels on Via Cantebria and I urge you to ensure that steps are taken to this end. Via Cantebria is scheduled to be resurfaced in the near future and the type of material used for this repaving will effect the noise levels. As I understand it,the current plan is to use material that will not result I the least noise. I am hopeful that the Council will be able to change this plan and ensure that noise levels on Via Cantebria are kept as low as possible, particularly in view of the increase in traffic volume which is expected. A reply from you would be appreciated. Sincerely, Kay Yim CONTRACT FOR THE CONSTRUCTION OF AN ENGINEERING SERVICES PROJECT THIS CONTRACT is made and entered into by and between the City of Encinitas, a municipal corporation, hereinafter referred to as "CITY", and JD Paving, Inc., hereinafter referred to as "CONTRACTOR". RECITALS CITY requires a general contractor to construct a public works project generally described as PAVEMENT REHABILITATION AND OVERLAY PROJECT FY 2000-2001 CONTRACTOR represents itself as possessing the necessary skills and qualifications to construct the public works project required by the CITY and possesses the required contractors - license; NOW THEREFORE, in consideration of these recitals and the mutual covenants contained herein, CITY and CONTRACTOR agree as follows: 1.0 CONTRACTOR'S OBLIGATIONS 1.1 CONTRACTOR shall construct the public work which is described in Attachment A, which is attached hereto and incorporated herein as though fully set forth at length; and which will hereinafter be referred to as "PROJECT". 1.2 The CONTRACTOR shall perform all work required to construct the PROJECT in conformity with applicable requirements of all City, State,and Federal laws. 1.3 The CONTRACTOR is hired to render professional services and any payments made to CONTRACTOR are compensation fully for such services. 1.4 CONTRACTOR shall maintain throughout the full term of this CONTRACT all professional certifications and licenses required in order to comply with all City, State, and Federal laws in the performance of this CONTRACT. CON6501.DOC 05K10 Page Jul 92 E-1 1.5 The CONTRACTOR shall pay wages to CONTRACTOR's employees according to the current "General Prevailing Wage Rates" issued by the Department of Transportation of the State of California. 2.0 EXTRA WORK The CONTRACTOR, in providing the services as set forth herein, shall not perform work in excess of the PROJECT without the written permission of the CITY or its designated representative. All requests for extra work shall be by written Change Order submitted to CITY prior to the commencement of such extra work. 3.0 PAYMENT FOR SERVICES Payment for CONTRACTOR's work to be rendered hereunder shall be in accordance with the provisions of Attachment B which is attached hereto and incorporated herein as though fully set forth at length. 3.5 SECURITY FOR CONTRACTOR'S PROMISE TO PERFORM 3.5.1 CONTRACTOR shall post and maintain during the full term of this CONTRACT, the following security for CONTRACTOR's promise to perform this CONTRACT: A. The amount of the performance security shall be: 100%. B. The form of the security shall be: 1. Cash; 2. Cashier's check made payable to the CITY; 3. A certified check made payable to the CITY; 4. A 100% performance and labor and material bond executed by an approved surety insurer,made payable to the City; or 5. The CONTRACTOR may elect to deposit securities of a value equivalent to the amount of the performance security in accordance with the provisions of § 22300 of the Public Contract Code. The City will make the final determination as to the value of the posted securities. 3.5.2 CITY shall retain 10% of each payment due CONTRACTOR under this contract until completion and acceptance of the PROJECT. In accordance with the provisions of§ 22300 of the Public Contract Code,the CONTRACTOR may elect to deposit securities of a value equivalent CON6501.DOC 05K10 Page Jul 92 E-2 to the retention and thereby become entitled to receive 100% of the payments, without retention. The City will make the final determination as to the value of the posted securities. 4.0 TERM OF CONTRACT 4.1 This CONTRACT shall be effective on and from the day, month and year of its execution by CITY. 4.2 CONTRACTOR shall commence the construction of the PROJECT on the date of the Notice to Proceed and shall continue until all tasks to be performed hereunder are completed or this CONTRACT is otherwise terminated. 4.3 CONTRACTOR shall fully complete the performance of this contact within forty- five working days of the date on the Notice to Proceed. 5.0 TERMINATION OF CONTRACT In the event of the CONTRACTOR'S failure to prosecute, deliver, or perform the work as provided for in this CONTRACT, the CITY may terminate this CONTRACT by notifying the CONTRACTOR by certified mail of said termination. 6.0 STATUS OF CONTRACTOR The CONTRACTOR shall perform the services provided for herein in a manner of CONTRACTORS own choice, as an independent contractor and in pursuit of CONTRACTOR's independent calling, and not as an employee of the CITY. CONTRACTOR shall be under control of the CITY only as to the result to be accomplished and the personnel assigned to the project. However, CONTRACTOR shall confer with the CITY as required to perform this CONTRACT. 7.0 SUBCONTRACTING 7.1 As required by California Public Contract Code Section 4104, the CONTRACTOR has set forth in Attachment C which is attached hereto and incorporated herein as though fully set forth at length: A. The name and location of the place of business of each subcontractor who will perform work or labor or render service to the bidder in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the bidder, will specially fabricate and/or install a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of 1/2 of 1%of the CONTRACTORS total bid. CON6501.DOC 05K10 Page Jul 92 E-3 B. The portion of work which will be done by each listed subcontractor; and C. Only one subcontractor for each portion of the work. 7.2 If the CONTRACTOR subcontracts any of the work to be performed under this CONTRACT, CONTRACTOR shall be as fully responsible to the CITY or the acts and omissions of the CONTRACTOR's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as CONTRACTOR is for the acts and omissions of persons directly employed by CONTRACTOR. Nothing contained in the CONTRACT shall create any contractual relationship between any subcontractor of CONTRACTOR and the CITY. The CONTRACTOR shall bind every subcontractor by the terms of the CONTRACT applicable to CONTRACTOR's work unless specifically noted to the contrary in the subcontract in question approved in writing by the CITY. 8.0 ASSIGNMENT OF CONTRACT The CONTRACTOR has no authority or right to assign this CONTRACT or any part thereof or any monies due thereunder without first obtaining the prior written consent of the CITY. 9.0 EQUALS The PROJECT description designates specific brands or trade names. In accordance with Public Contract Code § 3400, the CONTRACTOR proposes "an equal" item indicated in Attachment D which is attached hereto and incorporated herein as though fully set forth at length. 10.0 VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent or employee of the CITY, either before, during or after the execution of this CONTRACT, shall effect or modify any of the terms or obligations herein contained nor such verbal agreement or conversation entitle CONTRACTOR to any addition payment whatsoever under the terms of this CONTRACT. 11.0 DISPUTES 11.1 If a dispute should arise regarding the performance of this CONTRACT, the following procedures shall be used to address any question of fact or interpretation not otherwise settled by agreement between the parties. Such questions, if they become identified as part of a dispute between persons operating under the provisions of the CONTRACT, shall be reduced to writing by the complaining party. A copy of such documented dispute shall be forwarded to the other party involved along with recommended methods of resolution which would be of benefit to both parties. CON6501.DOC 05K10 Page Jul 92 E-4 The party receiving the letter shall reply to the letter along with a recommended method of resolution within ten(10) days of receipt of the letter. 11.2 If the dispute is not resolved, the aggrieved party shall send a letter outlining the dispute to the City Engineering Services Director to be resolved. 11.3 If the dispute remains unresolved and the parties have exhausted the procedures of this section,the parties may then seek remedies available to them at law. 11.4 Pursuant to Public Contracts Code section 20104, a claim by the CONTRACTOR for a time extension; payment of money or damages arising from work done by or on behalf of the CONTRACTOR pursuant to the CONTRACT which is not otherwise expressly provided for or the claimant is not otherwise entitled to; or an amount the payment of which is disputed by the CITY, shall be dealt with as follows: A. The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by the CONTRACT for the filing of claims. B. Claim of less than fifty thousand dollars: 1. For claims of less than fifty thousand dollars, the CITY shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses or claims the CITY may have against the claimant. 2. If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the CITY and the claimant. 3. The CITY's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information,which ever is greater. C. Claim of fifty thousand dollars or more: 1. For claims of fifty thousand dollars or more, the CITY shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation CON6501.DOC 05K10 Page Jul 92 E-5 supporting the claim or relating to defenses or claims the CITY may have against the claimant. 2. If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. 3. The CITY's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation,whichever is greater. D. If the claimant disputes the CITY's written response, or the CITY fails to respond within the time prescribed, the claimant may so notify the CITY, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the CITY's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand,the CITY shall schedule a meet and confer conference within 30 days for settlement of the dispute. E. If following the meet and confer conference the claim or any portion remains in dispute, the claimant may file a claim pursuant to Chapter 1 (commencing with section 900) and Chapter 2 (commencing with section 910)of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions,the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subsection A until the time the claim is denied, including any period of time utilized by the meet and confer conference. F. A civil action filed to resolve a claim subject to Section 11.4 of this CONTRACT shall be subject to the provisions of PCC §§ 20104.4 and 20104.6. 12.0 HOLD HARMLESS 12.1 CONTRACTOR agrees to indemnify and hold the CITY and CITY's officers, officials, employees and agents harmless from, and against any and all liabilities, claims, demands, causes of action, losses, damages and costs, including all costs of defense thereof, arising out of, or in any manner connected directly or indirectly with, any acts or omissions of CONTRACTOR or CONTRACTOR's agents, employees, subcontractors, officials, officers or representatives. Upon demand, CONTRACTOR shall, at its own expense, defend CITY and CITY's officers, officials, CON6501.DOC 05K10 Page Jul 92 E-6 employees and agents, from and against any and all such liabilities, claims, demands, causes of action, losses,damages and costs. 12.2 CONTRACTOR's obligation herein includes,but is not limited to,alleged defects in the construction of the improvements; alleged defects in the materials furnished in the construction of the improvements; alleged injury to persons or property; alleged inverse condemnation of property as a consequence of the construction or maintenance of the work or the improvement; and any accident, loss or damage to the work or the improvements prior to the acceptance of same by CITY. 12.3 By inspecting, approving or accepting the improvements, CITY shall not have waived the protections afforded herein to CITY and CITY's officers, officials, employees and agents or diminished the obligation of CONTRACTOR who shall remain obligated in the same degree to indemnify and hold CITY and CITY's officers, officials, employees and agents, harmless as provided above. 12.4 CONTRACTOR's obligation herein does not extend to liabilities, claims, demands, causes of action, losses, damages or costs that arise out of the CITY's intentional wrongful acts, violations of law, or the CITY's sole active negligence. 13.0 INSURANCE 13.1 The CONTRACTOR shall obtain and for the full term of this CONTRACT maintain a policy of motor vehicle liability, general liability and property damage insurance from an insurance company approved by City and licensed and admitted to be transacting business in the State of California, in an insurable amount of not less than one million dollars ($1,000,000.00) for each occurrence and in the aggregate. The insurance policy shall provide that the policy shall remain in force during the life of this CONTRACT and shall not be canceled, terminated, or allowed to expire without thirty (30) days prior written notice to CITY from the insurance company. 13.2 The CITY shall be named as an additional insured on CONTRACTOR's policies. 13.3 Prior to commencement of work under this CONTRACT, CONTRACTOR shall furnish endorsements from each of the insurance companies. 14.0 NOTICES 14.1 Any notices to be given under this CONTRACT, or otherwise, shall be served by certified mail. 14.2 For the purposes hereof, unless otherwise provided in writing by the parties hereto, the address of CITY and the proper person to receive any such notice on its behalf is: CON6501.DOC 05K10 Page Jul 92 E-7 Alan D. Archibald Director of Engineering Services City of Encinitas 505 S.Vulcan Avenue Encinitas, CA 92024 and the address of CONTRACTOR and the proper person to receive any such notice on its behalf is: T. D, PA V I P16 ( . ('7W I0 IN In 14 12 BqR14WA �R- SAN Mpp. ,6S CA g2j-7 3 15.0 CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 "CONTRACTOR certifies that CONTRACTOR is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC Secs. 1101-1525) and will comply with these requirements, including but not limited to verifying the eligibility for employment of all agents, employees, subcontractors and consultants that are included in this Contract." 16.0 AFFIDAVIT OF NONCOLLUSION As required by California Public Contracts Code section 7106, the CONTRACTOR has submitted as Attachment E the affidavit of noncollusion, which is attached hereto and incorporated herein as though fully set forth at length. CITY OF ENCINITAS by 7 '� by Alan D. Archibald,P.E. Dated: `�+�_ I Dated: CON6501.DOC 05K10 Page Jul 92 E-8 . BOND#929196096 EXECUTED IN DUPLICATE PREMIUM $8,122.00 IS FOR CONTRACT TERM AND IS SUBJECT TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE FAITHFUL PERFORMANCE BOND FOR PAVEMENT REHABILITATION AND OVERLAY PROJECT F.Y. 2000-2001 KNOW ALL MEN BY THESE PRESENTS.that J.D. PAVING, INC. as CONTRACTOR and WESTERN SURETY COMPANY as SURETY,are held and firmly bound unto the City of Encinitas,as the CITY,in the penal SUM EIGHT HUNDRED SEVENTY FOUR THOUSAND FIVE HUNDRED TEN AND 00/100 DOLLARS Which is One-hundred percent of the total contract arnount for the above-stated project, for the payment of which suns, CONTRACTOR and SURETY agree to be bound,jointly and severally,firmly by these presents. `RIG CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with the CITY for the above stated project, if CONTRACTOR faithfully performs and fulfills all obligations under the contract documents in the manner and time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of the CITY. As part of the obligation secured hereby and in addition to the face amount specified therefor, including reasonable attorneys' fees incurred by the CITY in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered; provided that any alterations in the obligations or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY,and notice of such alterations is hereby waived by SURETY. IN WITNESS WHEREOF the parties hereto have set their names,titles,hands,and seals this 25TH day of APRIL , 2001 . J . PAVING, INC. CONTRACTOR JOSEF DI BRECEN1% PRESIDENT SURETY W T R TY COMPANY J A I,ATTORNEY-IN-FACT ACKNOWLEDGMENT Of CONTRA(:'rOR and SURETY in the proper format, shall be attached to this bond. CON650 LDOC 05KI O Page Jul 92 E-9 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT i State of California SS. County of San Diego On 4-25-01 before me, Penny E. Edgell , Notary Public Date Name and Title of Officer(e.g.,"Jane Doe,Notary Public") personally appeared James P. Schabarum, II Name(s)of Signer(s) impersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the person" whose name(M isAaw subscribed to the within instrument and acknowledged to me that he/sheAkey executed the same in his/MrXtMOK authorized capacity(WA), and that by his/kterkfteim PENNY E. EDGELL .- COMM. #1285656 n signatureQs�:on the instrument the person(s), or L) NOTARY PUBLIC-CALIFORNIA N the entity upon behalf of which the person(s) CA V SAN DIEGO COUNTY n, My Commission Expires acted, executed the instrument. DECEMBER 26,2004 WITN w my hand and official seal. j. L 'J) Place Notary Seal Above gn re of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: I q1 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: OWN'Alfl, ❑ Individual .Top of thumb here q ❑ Corporate Officer—Title(s): ❑ Partner—❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: a Rq, 0 1997 National Notary Association-9350 De Soto Ave.,P.O.Box 2402-Chatsworth.CA 91313-2402 Prod.No.5907 Reorder Call Toll-Free 1-800-876-6827 BOND#929196096 EXECUTED IN DUPLICATE PREMIUM IS INCLUDED W/PERFORMANCE LABOR AND MATERIALS BOND FOR PA VEMENT R5HABIL1TATION AND OVERLAY PROJECT F.Y. 2000-2001 KNOW ALL MEN 13Y THESE PRESENTS that J.D. PAVING, INC. , as CONTRACTOR,and WESTERN SURETY COMPANY , as SURETY,are held and firmly bounci unto the City of Encinitas,as the CITY,in the penal SumEIGHT HUNDRED SEVENTY FOUR THOUSAND FIVE HUNDRED TEN AND 00/100 ($874,510.00)which is one hundred percent of the total contract amount for the above stated project,for payment of which sum,CONTRACTOR and SURETY agree to be bound,jointly and severally,firmly by these presents. Till;CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTott has been awarded and is about to enter into the annexed Contract Agreement with the CITY for the above stated project,if ColrrrRACTOR or any subcontractor fails to pay for any labor or material of any kind used in the performance of the work to be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, SuRuTY will pay for the same in an amount not exceeding the sum set forth above, and also in case suit is brought upon this bond, will pay in addition to the face amount thereof costs and reasonable expenses'and fees, including reasonable attorney's fees incurred by the CITY in successfully enforcing such obligation, to be awarded and fixed by the court, and to be taxed as costs to be included in the judgment therein rendered,which amount shall inure to the benefit of al I person,entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be, done, materials to be funiished, or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY. IN WITNESS WHEREOF the partics hereto have set their names,titles, hands,and seals this25TH day of APRIL ,20 01 .D. PAVING, INC. CONTRACTOR JOSEF EBRECENI, PRESIDENT SURETY W RETY COMPANY J M RUM, II,ATTORNEY-IN-FACT ACKNOWLEDGMENT Of XCCtltion by CONTRACTOR and SURETY in the proper format,shall be attached to this bond. CON6501.DOC 05K 10 Page Jul 92 E-10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT I State of California ss. County of San Diego ) i On 4-25-01 before me, Penny E . Edgell , Notary Public Date Name and Title of Officer(e.g.."Jane Doe,Notary Public") personally appeared James P. Schabarum, II Name(s)of Signer(s) Upersonally known to me ❑ proved to me on the basis of satisfactory evidence ) to be the person" whose name(g) is/aie subscribed to the within instrument and acknowledged to me that he/shek hey executed the same in his/iaetrA)Qe K authorized capacity(WA), and that by his/tier txeiix signature�4on the instrument the person(s), or PENNY E. EDGELL COMM. #1285656 n the entity upon behalf of which the person(s) NOTARY PUBLIC CALIFORNIAN acted, executed the instrument. U sr SAN DIEGO COUNTY n y My Commission Expires 1 DECEMBER 26,2004 WITNES hand and offic' ,I seal. Place Notary Seal Above Signal of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: ? Document Date: Number of Pages: Signer(s) Other Than Named Above: �S Capacity(ies) Claimed by Signer Signer's Name: •' ❑ Individual Top of thumb here ❑ Corporate Officer—Title(s): I ❑ Partner—❑ Limited ❑ General ? ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ©1997 National Notary Association-9350 De Soto Ave.,P.O.Box 2402•Chatsworth,CA 91313-2402 Prod.No.5907 Reorder:Call Toll-Free 1-800-876-6827 OD/ Western Surety Company A Subsidiary of CNA Surety Corporation POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Jeffre W. Cavi nac, Robert R. Su le, James P. Schabarum, II, Michael R. Strahan, Individuall of San Diego, California its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted, as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its President and its corporate seal to be hereto affixed on this 25th day of October 2000 rYOO WESTE RETY C M NY gg Y Stephen T.Pate,President State of South Dakota ss County of Minnehaha On this 25th day of October 2000 before me personally came Stephen T.Pate,tome known, who,being by me duly swom,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. + J.MOHR My commission expires NOTARY PUBLIC SEAL October 22,2005 f SE/'l. SOUTH DAKOTA d J.Mohr,Notary Public ! My Commission Expires 10-22-2006 t ♦♦ CERTIFICATE I,L Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 25th day of April , 2001 . t''r WEST R SURETY COMPANY r= elson,Assistant Secretary Form F4280-12-99 ATTACHMENT A PAVEMENT REHABILITATION AND OVERLAY PROJECT FY 2000-2001 WORK TO BE DONE All work shall be done in accordance with the Special Provisions,the"Greenbook Standard Specifications for Public Works Construction (2000 edition), and the July, 1992 edition of the State of California Department of Transportation Standard Specifications,the San Diego Area Regional Standard Drawings(March, 1997 edition), and the State of California Department of Transportation Standard Plans(July, 1992 edition). The work to be done is located City-wide. In general, the work involves 1.5'asphalt rubber hot mix overlay, 1.0" and 1.5' PMAC Overlay,variable cold plane, striping, legends, manhole adjustments,water valve adjustments, survey monument adjustments,traffic loop replacement, and other appurtenant work. Specific items and quantities of work are listed in the Bid Schedule. CON6501.DOC 05K10 Page Jul 92 E-12 SECTION D BID FORMS PROPOSAL TO THE CTI'Y COUNCIL CTTY OF ENCINI TAS CALIFORNIA FOR PAVEMENT REHABIUMTION AND OVERLAY PROJEcr F.Y.2000-2001 NAME OF BIDDER J-D.• BUSINESS ADDRESS l 4H Z. M2,14P M M 1 JS PLACE OF RESIDENCE_ JP N MAP-ton (:A g 7 The work to be done consists of furnishing all labor, equipment and materials necessary for construction of Pavement Rehabilitation and Overlay Project F.Y. 2000-20M within the City of Encinitas as described in these Special Provisions. The undersigned, as Bidder, declares that he has carefully examined the locations of the proposed work and the annexed proposed form of contract, and he proposes, and agrees if this proposal is accepted, that he will contract with the City of Encinitas,in the form of the copy of the contract annexed hereto,to provide all necessary.machinery,tools, apparatus and other means of construction, and to do all the work ad furnish all the alatenals speafied m 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 fa payment therefor the following item prices,listed both in figures and in words. (In case of discrepancy between the words and figures, the words shall govern and the figures shall be disregarded.) 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�are the amount of any class or portion of the work or to omit portions of the work acts may be deemed necessary or advisable and in the best interests-of the ty by the Engineer. Receipt is hereby aclmowledged of Addenda No(s). t CON6501DOC D-1 BID SCHEDULE Item ApPMAMBte stern Unit Price Tatel No. Qu Wrft Unit Price in words fl s res 1. Lump sum Clearing and GruWng $13 i-wo �13Zao. 2, 3,887 Tons ;dZE. ts' (contingency item)at $ $ �22'19.�9 and �a 2 52.0 oertts ton $ F4. 1,642 Tons 1:Asphalt r Hot Mix dvilers and fefT —r-�v�. (05 S S 1��`F3.�o cents ton 7.352 Tons f7 m�oveday LAAxS A crD AK60S 21.610 sq- Variable cold plane S S yds, oN �•3(� Za3�9.V dollars and cents d- 6. Lump Sttm Striping and Legends �N rR;Y-o A -- $ S �ftlod5�arrD fe+R�c- �l.xsGR.�D !k>�l �, x(350:` 31356 dvliars and 1J0 oerrts 7. 105 Each Adust manhdas-n+ &l vNfl2�D — S $ •dollars and �r�!•7Y- cents each B. 81 Each Traffic loops ('mdudes home_ nms) $ S -Wo t.4 K� fa��c S 2¢7.5 o�Zge doilam and Fcf%`r �each g. ,ln Each P4u6t Surrey Morn, S S dad t�1ND�D t�t� 235'Fo 7,1-D dollars and y cents each 10. 30 Each Aci�ust Water V $ S VOW ddlan ana cents each r 11. 9 Each S�d u � H � � �Gs s 3Q�,� • TOTAL.AMOUNT OF BID E I t l�ui, rD SF.06t fD L 'fkau5s�ntD dollars and tP;Y ccnts. CON6501.DOC D-Z 04/25/2001 07:46 5594322543 SHARP INSURANCE PAGE 01 - ACORV_ CERTIFICATE OF LIABILITY INSURANCE DATE 04/2°°"" pA=v�-1 pa/2siol PROOUCER THIS CERTIFICATE ISSUED AS A MATTER OF INFO ON ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE SHARP INSURANCE & BONDING HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P.C. BOX 27 019 ALTER THE COVERAGE AFFORDED DY THE POLICIES BELOW. FRESNO CA 93729 Phone:559-432-2544 raa:559-432-2543 INSURERS AFFORDING COVERAGE IwstNRED WSURERN INSCORP(INS.CORP. OF NEW YORK) INSURER It LEGION INSURANCE COMPANY J D PAVING INC. INSURER C: SAN2mxR�5 CA 92061414 )"SUPER D; INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INWPED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTVRTHrTANmG ANY REgUIREMEHT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO wrncH THIS CERTIFICATE MAY se ISSUED OR MAY PERTAIN.THE NNSURAWZ AFFORDED BY TIfE POLICIES DESCRIBED HEREIN IS 9UsjECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMIT'S SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. PaR LTR TYPE OF INSURANCE POLICY NUYLRER DATE MI DATA LIMIT'S GENERAL UAWL" I EACH OCCURRENCE s 1.000 000 A X COMMERCDULGENERALLLAULrtY CAIC10020637 06/01/00 06/01/01 FIREDAMACEV"a,eroe) $100,000 CLAALS MADE 7X MED EW(Amr ow pwsm) $5,000 X XC&U PERSONALSAOVVMW :1,000,000 GENERAL AGGREGATE s2,000,000 GEGATE LMST APPLIES PER: PRODUCTS.CQWW AGG $2,000,000 OLICY ,�� LOC AUTOMONLE LIAMUIY COMBINED SINGLE LIMIT 31,000,000 A X ANY AUTO CAICIO020637 06/01/00 06101/01 me-ddem N10WNEO AUTOS 800LY INJURY 9 SCHEDULED AUTOS (PST person) ]C HNIED AUTOS BODILY L�Y 1 S X NON-OWNED AUT08 (pQr PROPOMDAMP4E _ GARAGE LIABLIT/ AUTO ONLY-EA AcrmwT $ p I ANYAUTO OTHER THAN EAACC 9 AM Ors r. AGG s EXCESS UAIRM EACH OCCURRENCE s OCCUR CLAIMS MADE I AGGREGATE s s P11,DEDUCTIBLE I Is RETENTION i Is WOMERSCOMP94ATIONAND X TO41LATU ER I B EMPLOYEASLKtNUr1r WC30999746 05/31/00 05/31/01 E.L EACH ACCMENT :1,000,000 E.L.DISBASE-EAEMPLOYE $2,000o000 E.L.DISEASE-POLICY IawT S 1,000 000 OTNER A RENTED/LEASED EQP. CAXC10020637 06/01/00 06/01/01 $100,000 1,000 DED DESCRIPTION OF OPWtATIOXVIOCATIONSNEwICLESIE]DCLUSIONS AOMM MY ENDORSEMENTOKCWL PROV WON$ CERTIFICATE HOLDER IS NANEE) AS ADDITIONAL INSURED PER THE ATTACHED CG2010, JOB: PAVIMDENT REMBILITATIOBI AND OVERLAY PROJECT: FY2000-2001 10--DAY NOTICE OF CANCELLATION FOR NON-PATMENT OF PRENnN. CERTIFICATE HOLDER TrEMMMAL SLSINUMI MUNN LETTER:_ CANCELLATION CrTyj= SHOULD ANY OP THE ABOVE DESCRIBED POUcw DE CANCFLLIM aEPORC THE LDIpMl DATE THERM.THE ISSUING INSURER YNLL ENDEAVOR TO MAR. 30 DAYS WRTTTE CITY OF ENCINITAS NOTICE TO THE CERVW-%TE HOLDER HAMED TO THE LEFT,OUT PARAM TO 00 SO SHA ATTN- ENGINEERING SSRVICE3 WPOSE NO O"ATION OR LIRSLRY OF ANY RIND UPON THE RJR.ITS AGENTS OR 505 SOUTH VULCAN AVENUE REPRTEe ENTATMS. ENCINITAS CAL 92024--3633 JOHNSON DUSTAN ACORD B. (7097) OACORD CORPORATION 1919 04/25/2001 07:46 5594322543 SHARP INSURANCE PAGE 02 COMMERCIAL GENERAL LIABILITY CG2010 10 93 INSURED: J D PAVING INC. POLICY NUMBER: CAIC10020637 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED-OWNERS LESSEES OR CONTRACTORS-FORM B This Endorsement Modifies Insurance Provided Under The Following: COMMERCIAL GENERAL LIABILITY COVERAGE PART NAME OF PERSON OR ORGANIZATION: SCHEDULE: CITY OF ENCINITAS PROTECT:FY2000-2001 (IF NO ENTRY APPEARS ABOVE,INFORMATION REQUIRED TO COMPLETE THIS ENDORSEMENT WILL BE SHOWN IN THE DECLARATIONS AS APPLICABLE TO THIS ENDORSEMENT) WHO IS AN INSURED(SECTION io 15 AMENDED TO INCLUDE AS AN INSURED THE PERSON OR ORGANIZATION SHOWN IN THE SCHEDULE,I5UT ONLY WITH RESPECT TO UABUXI-Y ARISING OUT OF YOUR ONGOING OPERATIONS PERFORMED FOR THAT INSURED. •O�'"�' April 25,2001 AUTBOALMO MGNATUM DATE CG20101093 c, city Of -� Encinitas April 20, 2001 J.D. Paving, Inc. Attn; Josef Debreceni 1412 Barham Drive San Marcos, CA 92078 Re: Contract for Pavement Rehabilitation and Overlay Project FY 2000-2001 Dear Josef: On Wednesday, April 18, 2001 City Council awarded the Pavement Rehabilitation and Overlay Project to J.D. Paving, Incorporated. Enclosed with this letter are two copies of the contract and bond forms for the above referenced project. Please have both copies of the contract and bonds fully executed, and return them to the City in time for the pre-construction meeting. A pre-construction meeting has been scheduled for Wednesday, May 9, 2001 at 2:00 p.m. in the Lilac room in City Hall, located at 505 S. Vulcan Avenue. You or a representative from your company should attend this meeting. Please be sure to bring a construction schedule, liability insurance naming the City as additional insured, a Certificate of Compliance for mix designs, and shop drawings to the pre-construction meeting. Should you have any questions, please feel free to call me at (760) 633-2775. We look forward to working with you on this important City project. Sincerely,: TKipp He Associate Civil Engine r cc: Leroy Bodas Greg Shields Ron Brady Rob Blough Dennis Buss, SDG & E Keith McKay, SDG & E Keith McKay, SDG & E Jason Haproff, PacBell Victor Graves George Briest, OMWD Dennis Pollack, Leucadia Co. Water Dist. gc6520 TEL 760-633-2600 / FAX 760-633-2627 505 S. Vulcan Avenue, Encinitas, California 92024-3633 TDD 760-633-2700 recycled paper 2000-2001 OVERLAY STREET LIST STREET FROM TO PINEBRANCH EL CAMINO REAL ELM VIEW DRIVE Street Length 175 Feet 1 inch PMAC Overlay 39 Tons 5 inch Dig Outs 2 Tons ELMVIEW DRIVE PINEBRANCH NORTH& SOUTH Street Length 1,000 Feet I inch PMAC Overlay 198 Tons Manhole Adjustment 6 Each Survey Monument Adjustment 5 Each 5 inch Dig Outs 131 Tons WALNUT CREEK DRIVE W.CUL DE SAC ELM VIEW DRIVE Street Length 450 Feet 1 inch PMAC Overlay 89 Tons Manhole Adjustment 1 Each Survey Monument Adjustment 1 Each 5 inch Dig Outs 6 Tons BIRCHVIEW DRIVE WALNUT CREEK IVY GLEN DRIVE Street Length 1,000 Feet 1 inch PMAC Overlay 198 Tons Manhole Adjustment 3 Each Survey Monument Adjustment 2 Each 5 inch Dig Outs 23 Tons WILLOWVIEW COURT BIRCH VIEW DR E. CUL DE SAC Street Length 200 Feet 1 inch PMAC Overlay 40 Tons Manhole Adjustment 2 Each Survey Monument Adjustment l Each IVY GLEN DRIVE BIRCH VIEW DR ELMVIEW DRIVE Street Length 700 Feet I inch PMAC Overlay 139 Tons Manhole Adjustment 2 Each Survey Monument Adjustment 2 Each 5 inch Dig Outs 22 Tons PEACHWOOD DRIVE WEST END ELMVIEW DRIVE Street Length 900 Feet 1 inch PMAC Overlay 178 Tons Manhole Adjustment 3 Each Survey Monument Adjustment 2 Each 5 inch Dig Outs 29 Tons SYCAMORE DRIVE WEST END PEACHWOOD DR Street Length 650 Feet 1 inch PMAC Overlay 129 Tons Manhole Adjustment 2 Each Survey Monument Adjustment 2 Each 5 inch Dig Outs 92 Tons GLEN ARBOR GARDENVIEW VILLAGE PRKWY Street Length 4,500 Feet 1 inch PMAC Overlay 810 Tons Manhole Adjustment 17 Each Survey Monument Adjustment 12 Each Water Valve/Air Release Adj. 3 Each 5 inch Dig Outs 268 Tons VILLAGE CENTER GLEN ARBOR HUMMOCK Street Length 275 Feet 1 inch PMAC Overlay 35 Tons NORTH WILLOWSPRINGS GARDENVIEW VILLAGE PKWY Street Length 4,500 Feet 1 inch PMAC Overlay 810 Tons Manhole Adjustment 22 Each Survey Monument Adjustment 21 Each Water Valve/Air Release Adj. 5 Each Speed Humps 2 Each 5 inch Dig Outs l]8 Tons WANDERING GLEN ARBOR WILLOWSPRINGS Street Length 440 Feet 1 inch PMAC Overlay 55 Tons GLEN HOLLOW COURT GLEN ARBOR CUL DE SAC Street Length 275 Feet 1 inch PMAC Overlay 54 Tons Survey Monument Adjustment 3 Each 5 inch Dig Outs 37 Tons BLUFFCREST GLEN ARBOR CUL DE SAC Street Length 650 Feet I inch PMAC Overlay 117 Tons Survey Monument Adjustment 1 Each 5 inch Dig Outs 79 Tons AVENIDA LA POSTA RANCHO SANTA FE VILLAGE VIEW Street Length 3,400 Feet 1.5 inch PMAC Overlay 1,132 Tons Manhole Adjustment 13 Each Survey Monument Adjustment 16 Each Speed Humps 7 Each Traffic Loops 6 Each 6 inch Dig Outs 1,242 Tons VIA CANTEBRIA ENCINITAS BLVD ENCINITAS RANCH Street Length 3,500 Feet 1.5 inch ARHM Overlay 1,922 Tons Manhole Adjustment 12 Each Survey Monument Adjustment 16 Each Water Valve Adjustment 9 Each Traffic Loops 42 Each 6 inch Dig Outs 644 Tons VIA MOLENA EL CAMINO REAL VIA CANTEBRIA Street Length 2,200 Feet 1.5 inch PMAC Overlay 733 Tons Manhole Adjustment 8 Each Survey Monument Adjustment 12 Each Traffic Loops 6 Each 6 inch Dig Outs 241 Tons VIA MONTORO EL CAMINO REAL VIA CANTEBRIA Street Length 2,200 Feet 1.5 inch PMAC Overlay 768 Tons Manhole Adjustment 3 Each Survey Monument Adjustment I Each Traffic Loops 6 Each 6 inch Dig Outs 360 Tons SANTA FE NARDO ROAD INTERSTATE 5 Street Length 925 Feet 1.5 inch PMAC Overlay 491 Tons Manhole Adjustment 2 Each Water Valve Adjustment 13 Each Traffic Loops 12 Each 6 inch Dig Outs 65 Tons REGAL ROAD CARL'S JR. INTERSTATE 5 Street Length 560 Feet I inch PMAC Overlay 116 Tons Traffic Loops 3 Each 5 inch Dig Outs 64 Tons GARDENVIEW EL CAMINO REAL GLEN ARBOR Street Length 2,000 Feet 1.5 inch PMAC Overlay 927 Tons Manhole Adjustment 9 Each Survey Monument Adjustment 10 Each Traffic Loops 6 Each 6 inch Dig Outs 303 Tons WANDERING GLEN ARBOR N. WILLOWSPRNG 5 inch Dig Outs 14 Tons QUAIL HOLLOW E/O SAXONY 5 inch Dig Outs 112 Tons p 0 0 0 0 0 0 0 0 0 0 0 p 0 0 0 0 0 0 0 0 0 0 0 p 0 0 0 0 0 0 0 0 0 0 0 p 0 0 0 0 0 0 0 0 0 0 0 0 0 W O (O 0 0 0 0 O C 0 0 0 0 0 0 0 0 0 0 0 0 b9O N W O LO O to N M O O p V!to FAHf9 f969 fH 696N 61969 O N J M N CO M to N M O to 6A J n CIA Q h M r- 't A •- M) O LO In M Q N CD O (N 611 fA �bN9 69�� 69 fig O 0 69. ~ ~ o Q N 0_ Z m V o O o o (OD o O O o O o �.. D - 00 ,40 - 000606- vs Z M (D (D to O to N O O Z D N N D J = fA EA V)6R U9 fR fA 6A H 69 69 p O to 0 0 0 0 0 0 0 O to M O CO 0 0 0 O to 0 0 0 O Q O to N N to 0 0 0 �- Cl rn O I co (D O O LO O O O O co to M It O 00 V n n O 0) M (D W O 0) r- O O to 619 O -t N M f` ti N co 0) co CO p V► O n It O co U') co V 'cf O to J O r` to to - CD 0) 0 0 V r` N J N N lh v M m v O to (D v ¢ to W) W) MO 0r-Nto QMN0mM c;d C6(6C W In � N m �Y N M M N 69 fR fA !} O N co N M Iq N N fA fA } Q .4t O fs N69�f»�6/9 fR 69 CO 0619 Nf19 V9 M�u9 vi fR fs fFf p r w F- \w Z oq (R ((PgC"i, °O °O °OCiC� q O °oot`O n � rcOi °ofot°n °o °o o° �Zn U / 0 � OOOO .- � � ro (DN M Z � 0N0N .- O to th 000 v w F- OOOOfA r` O a OCO � --. 00tDt to U) CD V NNW (,� O 69 fH(f) fD M N fH 69 fD N 6%6H fA M M N N N M Q. r Zvi t7 619 fH N9 a z (,.i E9 69 69 H9 fl9 W Z O 0' 6N9 6Mn Q v9 — N co -� O 0 0 0 0 0 0 0 0 0 M O O O t` O O O v O O N to oCDOO M000000 NI ootbMto00 (D OOm O co tt N N O to to 0 O O O IT N M N O O 0) O O 0) t0 fA O (D O CO O N 1, 0) to O N f/i O O7 M N to O O O O W J O 0) 0) M tC1 O O N h O N J 0 0) SO to O 0) to n W O v ¢ 44 M N 0) r N T sf r, Q O 0 N 01 h 0 0i N Oi M CD �.,-, 69 O 0 to N N f/9 69 ^< N V fD N V M 69 E9 Z o oO 6Ma 69 co 9, in vt i» O b4 664 64 64 69 6r)lA fA O � ~ vF � V Cl) x O NO M O O M O O O O O O N O O O M to O O O O CO R --•. O O O to V O O O O O (D 0 Cl a cq N O O 0 0 CO Z O r� M N 0 to 6 to to O � � O N CD 0 0 O G CO O � 000U) 06a00r- MMO Y tCc0MN61). nO � ooao X fA Z O 69 69 69 H W.69 69 6 Z Z O 69 6/i fR O ME/9 t Cl) ffFA of Z D N D N V d Q fA 619 69 = LJ. p 0 0 0 0 0 0 0 0 0 0 0 p 0 0 0 0 0 0 0 0 0 0 0 p 0 0 0 0 0 0 0 0 0 0 0 p 0 0 0 0 0 0 0 0 0 0 0 W O O N N_ O O 0 C LO 0 0 O Ui N O v 0 0 0 GO 0 O 690 CD to NOO LO C'4 OO fT EAO N O OO toOOMMO O f O 0) f`O O to - O to to O 60 J v to M 0) N O (D N 0 r` W � QCQC Q OM- V L6 NCOn U QCD C14 LO OMNOMwO O G Do ~ M O �V9 69 f9 69 69 W ~ 49 0 .-- O M N N 69 Nfl C) r- m R fR;; Z 0 O N M69619 b964 69 69 V3 69 .2 W U W C7 co Ulu o O o 0 0 0 0 0 0 0 0 Q 0 0 0 0 0 0 0 0 0 0 0 W � 0000tn0000o0 J � 000tnv000000 W 0 0 f0 O fV 0 0 0 0 0 0 O to .- N +- O O O 0 0 Z _ O CD Z 0 69 O O to r\ (o O 00 H O h O to 69 O N N 0) O 0a Fn ? O to(196f! t°b9696A 6Na� = m Z �U96a v) (°in 6Nn�� C14 c 61!k V fH N 69 0_ W �' Z r` N N _$ to h O O) r.- N N O_ to r- 0 0) co O v Oct M fD O aD O M Oct co 4 O CO O M Mph .- U' M .-I'T� N Q QQ QQ QQ QQ N Q Q Q a �-' � cozZZ � fnlll W W W W F" fnzzz >- U) W W W W Z z - F - F- rAJ z -J F- F- 0J w D o C7 z 0 LU Z U) z rn 2 a U co W O m z O QWZNO c9W cr 0W g } 0 Z (0') O N o } o = a > > U) 0 o = a w w � (� Z Cl) QN � wzzO � JO zU gwZZ0 w w ''� 0D3: LU oU) c� � = � g < < o � > > y . w EL Q O4 zF- UF- CN ZowpD ZF- Ul- O = LL W O 0 ixo < LL- V; � � aUpacnt� v) = o � w5 w 0ZD `J-i () � 0 cl aoa � c� � OFD - oao' oa �. F- (� J m � U ¢ r- aUtA ¢ F- ¢ ¢ (n Z w HrNMVtn (Dh000 .- L � NMV (DhCOO 0 W u P ° Oct a J C Z N Q O in c7 O o �7 2 :J 3 ° y O M y y a V Z p O \ O u'i vi U� 8 8 8 8 p 8 8 8 8 S Q O r O O O V O O S S O - p- p- - - - - - 888 °Q S C b O O O O O O z w w q C C o F' C w 2 0 C p - z M O O t ,7 p y "^ b y 4 O ` M Z g O Q co ti Q II Q O O O O O O O O O O O O O O O O O O O O O O O O O O O O O II n U h 0 j U cn w II J O O �1 Q U > a ¢ U t°i1 m a�4 ° > o > > ti >> 0 3 3 v W a ¢ a 3 U U O umi n um 0 v 8 n a a ¢ ¢ >> �-» (-. 0 o eoE Zp wawkza � 33 wUW � v wW � ZZ 0002z "3 > > < < o 0 0 < ¢ a a o 0 o a ¢ x uj } O Q 4 W z W L¢il W W a > > U U > > > > - > > > U V .OZ LL > U Q W >W W re -3 < > > > > LU o o °o WWO ,0 010, < Q z � z0am a ° o aa � a Z U a w ¢ o o a Q � mv� � � cxiv� � az �azzzU � K K � � aa ctixazz C� aa � F� E� ¢ a ¢ a .3 ¢ zvzzz ¢ a ¢ ¢ cic� cic_iu 0 j w a 3 3 m m 3 3 c7 c7 0 0 0 0 w' w w w w z z U U w W W w w 0 mfnZ > H0.' O F, _ h O kl W O > W 0. � ¢ ,c L U > u � U W P4 > w 3 0 o a a wz waz Z W � gc y az o rFn ¢ >�a _>a0o°ea a nW. < gxcrGa chwx�, xFW xFWx 3z 3 ww., o o a ¢ LL 0 o °¢ WW > >3 5 a O 5 00 w 0 w 0a s 0w .� .a a a a u z m ? aa 0 >CL LL w z 0 ° w N r �D = W N 0 0 OD H O _ O S, a W Z o 0. Z N h b 0 00 h O 0) ^ryi 1 n O C7 00 00 O� 00 O� O O .r-. N N M N �O Vn N 7 O O O� U O� O M 1� N m vl a M N M O b O N W O LO � 4 O M a oo M oo '^ '^ Fw. n � o c SSS o �ao o vi�gOagInnga gC v o V M M N N N M M -+ N N o0 M ay o0000000000000v v v Inv, 0000000 O O O O O O O V1 O O O �n O r- r- OOO U. 7 O N t- O+ �O �n N �n 7 N �D et �n N co 'R 10 V --� O O a 1, M (n M m M M M 0 O M O 1, 1- N N a 0 10 r, O O M M M M M M M M M N M N M fn M In -IT M 7 O1 M M [- O\ n A ^ O w Z O 4 O ti N !- t 00 1'^ M N O1 N t- Ol o0 00 Vn N Z O C4 � N T 10 M 1- M O N N O M V ry u OD Q O oo p Ho ti n OD v1 N l2, vl N N V 00 00 00 - b II H'1 .-. l� l- O, O aw a^ N V �O h y h 1 M 00 M N �o N N C) oa Z � II h WW �a q o 0 0 0 0 0 0 0 o O O o o O o 0 0 0 0 0 0 0 0 0 0 0 Z U a vi vi vi vi In v v vi vi In -n n vi vi -n 10 to In v v In vi -n w w w .'7 °o, y ° woo qu rn O � gOU � 03zAAAAAga¢ acC� a � � v¢iSC7ww LL ,�, ttteyyi � awq sQs W W cw7ocw73wwcw7 ¢ ¢ d 0 IQ. aZOaFe. a' c7F" SUa a0AA < UUU a a a } 000 WO0 � �' a W a aa5m Q nv, v, n ¢ ¢ ¢ wzw .. u¢iwwa 5 5 5 � 5 -- 555 �a w w OU A � wW � � Z � coe � AU3WwAAs0000dm � maai00 N < cn z �1 p� I p� p� Q ¢ ¢ Qu; �yari z t C �Q � 55z zaal CGC� OFFFF z ,L v Z x x w w ¢ w ¢ ¢ x O q p zz O j UwvFi UU � aio4wc4t�iwwuUU � � � cGriei v wa 3 �im �33� � 0c¢7ca7ca7ca7 wwwwzzuuwww J A o lM: Quo x o � vQ y � w � Ho 3 aQ o0 w x� mvQ 3A A Z- Z W W a UA5 O wU w3 0Oa >� 5< 9a4a04 wfwn w rAx wwWW x sw 0 W z 0 0 O P op wF W W O cncnV)W W O O z0 OaO ¢ w ¢W zzz o0o a' o ¢ � ¢ � 6 zw w vaw3w3a C-5, > z Q a5 v W wss O _ N� M V vl �O F 2000-01 OVERLAY 09/2612000 STREET WIDTHS AND LENGTHS RON BRADY - - ALL TOTALS STREET WIDTH LENGTH TOTAL 4 1 PINEBRANCH DRIVE 37 175 6,4751 1,458,725 2 ELMVIEW DRIVE 33 1,000 33,000 3 WALNUT CREEK 33 450 14,850 4 BIRCH VIEW DRIVE 33 1,000 33,000 5 WILLOW VIEW COURT 33 200 6,600 6 IVY GLEN DRIVE 33 700 23,100 7 PEACHWOOD DRIVE 33 900 29,700 8 SYCAMORE VIEW DRIVE 33 650 21,450 9 GLEN ARBOR 30 4,500 135,000 9a VILLAGE CENTER BET.GLEN&HUMMOCK 21 275 5,775 10 WILLOWSPRINGS 30 4,500 135,000 10a WANDERING BETWEEN GLEN&WILLOW 21 440 9,240 11 GLEN HOLLOW COURT 33 275 9,075 12 BLUFFCREST LANE 30 650 19,500 13 AVENIDA LA POSTA 37 3,400 125,800 14 VIA CANTEBRIA. 61 3,500 213,500 ENCINITAS BLVD.TO BEGINNING OF THE ENCINITAS RANCH PROJECT 15 VIA MOLENA 37 2,200 81,400 16 VIA MONTORO 42 800 33,600 16a VIA MONTORO 37 1400 51,800 17 SANTA FE 44 625 27,500 17a SANTA FE 90 300 27,000 18 REGAL 36 400 14,400 18a REGAL 31 160 4,960 19 MANCHESTER 77 1000 77,000 19a MANCHESTER 90 2000 180,000 20a MANCHESTER 70 2000 140,000 2000-01 OVERLAY ■ . k 0 c § W \ \ \ 0 » \ § _ � _ < < w % § 7 $ $ _® / /_ \ ƒ ) \ E a ` ~ ® IL - m \ z w \ G c o = § 2 1 / § 2 j E § ~ ~ U) = I § I z \ $ z _» c \ 2 Cl) « $ I \ 2 a � a2 § ¢ # CO a r L � CD o > > § / _ m N C § / § § z > u \ 6 / ƒ§ 0 ) I a e § n o § / a- S < z \ \ w E d . \ / 0 \ § C14 0 z a \ 9 w z o \ \ \ « � � � � � a � � Q = o c § ) < � U5 § j \ $ z > g < Ci §\w o Lou 7§ ca � / § / C/) § k � w 6 / ) / w }§� ) 6 « < ci § § / § ® x o � w ¥ > / § w § ƒ § / / / j $ 7 § \ \ E / � § ± � 3 § 0w § I � o ° \ � E < E E < §_ / ® z \ § EWE2 § ƒ j I / w \ w \ \ \ j } \ \ z z E 2 § \ / / \ w 'ƒ j \ i k [ I \ / / k / \ j \ \ / / \ § k } > / n * u) c _ e , n - _ _ » o J 2 � 7 City Of Encinitas June 13, 2001 J.D. Paving, Inc. 1412 Barham Dr. San Marcos, CA 92069 RE: PAVEMENT REHABILITATION AND OVERLAY PROJECT FY 2000-2001 CMSOIA REQUEST FOR PROPOSAL #1 Gentlemen: Pursuant to paragraph 11, Payment for Extra Work, of section IV.- General Specifications of the Special Provisions, it is requested that you submit to this office your detailed cost proposal for all labor, material and equipment necessary to accomplish the following change. All further correspondence regarding this work shall be identified as Proposed Change RFP #1 until incorporated into this contract by written modification. Your proposal should be submitted for the following work: CHANGE THE STRIPING ON GARDENVIEW FROM THE ORIGINAL TWO LEFT TURN L E TO THE STRIPING SHOWN ON THE ENCLOSED 6 SHEETS. In additior to your cost proposal, you are requested to indicate any changes to the construction schedule as a result of this proposed change. This letter is a request for a price proposal only and is not to be construed as an authority to proceed, s ch authority being withheld pending receipt and review of your detailed cost proposal. It is reques ed that your cost proposal be submitted no later than June 29, 2001. If you havc any questions, please call me at 633-2778. Sincerely, Gre Shields, P.E. Field Oper tions cc: Ins ector, Ron Brady F -.�(;_' 506�. 11i1�.�n A�cnue. i:n�iniian. Calit��rni.� 9?fl?=i-�C,33 TUI) hU-(A3 -rrli �" recycled paper North r 3 � I c CD o � cc tj rD CD W �►► . Q" Q CD ry o C 0 0 0 0 0 V) I I r, i v ru I o ry�v CD 0 0 0 0 (U Q' U1 w fU d rD Q � � C+ Q N I I I y dl � Q I � Q CD CD F I � RI C � CD I o Q CD o - W J N I I y Ln C+ w O G% w R) `O O O d OD � c-I- Ul Q O x r� `D O rD � Q- Q R) Ln C O U1 O O 0 o � 0 CZ t .v of Encinitas June 11, 2001 J.D. Paving, Inc. 1412 Barham Dr. San Marcos, CA 92069 RE: PAVEMENT REHABILITATION AND OVERLAY PROJECT FY 2000-2001 CMS01A CHANGE ORDER#3 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: INCREASE DIGOUTS ON GARDENVIEW AS REQUIRED TO ELLIMINATE SATURATED AND PUMPING SOIL. ADD MIRAFI HP570 BETWEEN THE ROCK FOUND AND THE NEW ASPHALT AS DIRECTED BY THE INSPECTOR. The price for this change is to be determined through the Time and Material process. All material invoices and time for this work is to be turned into Ron Brady, Inspector, and receipt acknowledged. Any additional workdays needed for this work shall be added to the contract based upon the daily work tickets signed by the inspector but shall not exceed two (2)workdays 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 foi°warded to you ur your files. Sincerely, Approved by: �L J.D. Paving, Inc. License No. A-652554 reg fields date: (r - l'-f'-� �� Field Operations Approved by: 41 LZ� CITY ENCIMTAS cc: Inspector date: Z(o - c)/ i1M) -(,n . _ rni � recycled paper F12CZ1?Itas June 11, 2001 J.D. Paving, Inc. 1412 Barham Dr. San Marcos, CA 92069 RE: PAVEMENT REHABILITATION AND OVERLAY PROJECT FY 2000-2001 CMS01A 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: INCREASE THE AMOUNT OF HEADER CUTS ON BLUFF CREST LN. TO INCLUDE BOTH SIDES OF THE ROAD FROM WILLOWSPRING TO GLEN HOLLOW. INCREASE DIGOUTS AS REQUIRED TO ELLIMINATE SATURATED AND PUMPING SOIL. ADD MIRAFI HP570 BTWEEN THE ROCK FOUND AND THE NEW ASPHALT. The price for this change is to be determined through the Time and Material process. All material invoices and time for this work is to be turned into Ron Brady, Inspector, and receipt acknowledged. Any additional workdays needed for this work shall be added to the contract based upon the daily work tickets signed by the inspector but shall not exceed two (2) workdays 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, shah be forwarclea to you for your files. Sincerely, � Approved by: J.D. Paving, Inc. License No. A-652554 Greg�hields date: tj Field Operations r Approved by: 1 ITY OC NCINITAS cc: Inspector date: L(0 " o lII r ,.,3; _ .rri ?A -,in;3_,= �i .ulanA cnur. Iniui;.i . ..ili[ nnia ,_ i'i_., > IU! , recycled paper z Encinitas June 11, 2001 J.D. Paving, Inc. 1412 Barham Dr. San Marcos, CA 92069 RE: PAVEMENT REHABILITATION AND OVERLAY PROJECT FY 2000-2001 CMS01A 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: ADD 1 INCH TYPE B AC OVERLAY ON FRAXINELLA AND PERIWINKLE ST. The price for this change is approximately 300 Tons at $52.15 per Ton which equates to an increase in cost of$15,645.00 (Fifteen Thousand Six Hundred and Forty-five Dollars and no cents. This will increase the contract cost to $890,155.53. This change will add one.(1) day to 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, Approvea by: J.D. Paving, Inc. License No. A-652554 Greg hields date: V z o i Field Operations Approved by: �<--�- CITY ENCINITAS cc: Inspector date: 2-4, o / rBCVC]BCd paper SUBMITTALS FOR CITY OF ENCINITAS PAVEMENT REHABILITATION AND OVERLAY PROJECT FY 2000-2001 -t. J.D. PAVING INC. 1412 BARHAM DRIVE SAN MARCOS, CA. 92069 f SUBMITTAL FOR CITY ENCINITAS INDEX SHEET ASPHALT 1. ASPHALT RUBBER HOT MIX AR-4000 SUPPLIER CCAC PAGE 2 2. POLYMER MODIFIED ASPHALT CONCRETE AR-4000 SUPPLIER CCAC PAGE 3 3.TYPE 111 B-AR4000 FOR DIG OUTS SUPPLIER CCAC PAGE 4 4.SS1H TACK COAT SUPPLIER PACIFIC OIL PAGE 5 5. STRIPING PAINT SUBCONTRACTOR ADAIR STRIPPING PAGE 6 6.THERMOPLASTIC SUBCONTRACTOR ADAIR STRIPING PAGE 7 PAGE1 California Commercial Asphalt n Corporation P.O.Box 26880,San Dlogo,CA 92196.0880 (619)586.0611 Fax(619)649-2565 t `� TO: JD PAVING ATTN: DAVID INMAN f ? Uy FROM: TERRY N1COM8TO DATE:: 5/1/01 CONTRACT: FNCINITAS O'LAY ell CCAC S.1.!/: 01-548 JOB#: 2001-15 SPFCIFICATIONS: GREENBOOK SECTION 600-5 THE FOLLOWING IS OUR SUBMITTAL FOR: 1/2""1'MAC A2 PRODUCED BY OUR CARROLL CANYON PLANT FROM AGGREGATE,MANUFACTURED BY: M... coc Hw Crt 11. LK: 14r Cx X1 X C.'OM8. SPEC. 314" 1R" 318" R.D. C NiD RECYCLE VATAT GRAD. LIMITS Usage 11°yo 65% 16% 80/a l 1/4" 1" 100 100 100 100 100 100 3/4" 78 100 100 100 100 100 100 100 1/2" 6 76 100 100 100 100 99 90-100 3/8" 1 19 95 100 100 92 84 78-92 I ' _ 7 #4 1 20 100 99 74 34 34 28-42 " �- 08 6 77 92 60 20 20 15-25 #16 washed #30 1 37 60 36 11 11 5-15 #50 r #100 I #200 12 3 9 2 2--7 C.V. 73 79 73 S.E. 62 75 , OIL CONTENT' 6.5%D WA MAC-10 s/Iq �a1, MAY-01-01 TUE 11 :46 AM CCAC FAX N0, 6195492565 P. 02/03 f - California Commercial Asphalt Corporation P.O.Box 26880.San Diouo.CA 92198.0080 (619)586-0611 Fax(619)$40-2565 TO: JD PAVING ATTN: DAVID INMAN FROM: TERRY NICOMETO DATE: 5/1/01 CONTRACT: ENCENITAS O'LAY CCAC S.1.#: 01-548 JOB#: 2001-15 SPECIFICKHON:GREENBOOK TYPE III C-2 THE FOLLOWING IS OUR SUBMITTAL FOR: 1/2" MIX I`1A L PRODUCED BY OUR CARROLL CANYON PLANT FROM AGGREGATE MANUFACTURED BY: HANSON IIANSON HANSON HANSON J.B.T. X COMB. SPEC, 314" 1!2" 318" R.D. SAND RECYCI-F VALUE GRAD. LIMITS Usage 13% 28% 39% 15% 0% 1 1/4" t" 100 100 100 100 100 100 3/4" 78 100 100 100 100 100 100 . 100 1/2" 6 86 100 100 100 100 97 95-100 3/8" 1 16 95 100 100 92 88 75-90 #4 6 20 100 99 74 62 50-67 48 1 6 77 92 60 46 35-50 #16 Washed #30 1 37 60 36 24 15-30 #50 11100 #200 12 3 9 5 4-7 C.V. 73 79 73 S.G. 62 75 j _ Proposed Oil Content 5.8%dwa 13BA-3 Vtieem 146.4 California Commercial Asphalt Corporation P.O.Box 26800.San Diego.CA 921960880 (61 B)586.OG11 Fax(619)549-2%5 TO: JD PAVING ATTN: DAVID INMAN ._4 FROM: TERRY NICOMI1'0 DATE: 5/l/01 , s CONTRACT: ENCINITAS O'LAY CCAC S.1.#: 01-548 JOB#: 2001-15 SPECIFICATIONS: GREENHOOK TYPE Ift 133 THE FOLLOWING 1S OUR SUBMITTAL FOR:3/4"MIX PRODUCED BY OUR CARROLL CANYON PLANT FROM AGGREGATE MANUFACTURED BY: IIANSON HANSON HANSON HANSON J.H.T. X COMB. SPF,C. 34" 112" 318" RD. SAND RECYCLE VALUE GRAD. LIMITS usage 11% 18% 20% 26% 10% 15% 1 1/4" 1" 100 100 100 100 100 100 100 100 r. 3/4" 78 100 100 100 100 100 98 95-- U 112" 6 86 100 100 100 100 86 318" l 16 95 100 100 92 72' —�6@=$S- H4 6 20 100 99 74 52 r 45-60-- H8 1 6 77 92 60 39 394-5 2 7 416 washed #30 1 37 60 36 21 45,275- 1 Z Z L- #50 11100 !1200 12 3 9 4 C.V. 73 79 73 S.E. 62 75 Vhccm 146.6 LLB ,- / Proposed Oil Content 5.5%DWA AR-4000 -- _ _ r.Hansom RCN AC;C.A -,ATE.-: v.cVTc=V-"Wea-;M%:+c.4 ?.C.SOX VW" 5n.M DL`GC."YZI0-Mas pIS7)''.3.f600 Fa-ZTl3-id�1 PRODUCERS,RFJL`tERS 3c NLARKETERS OF PETROLErti1 PRODUCTS L,�BQR�TORY�PrJRT Emul :: ified Asphalt Pr c du :: Deu. Lxcinmcna: Greenhook and CalTrans _ Gam: SS-1H i�a7scG Age-3�es ?ici�c souchwen Rmac c:r J.^ s tom,: G- S S-1 H d-=3za:ed 'Crm=ceafcrri ;a the spc^.Er=oc.: for ch: mod- esdxscet iu jc.orc= a arrn �__. ,�(.. A.A-S.ILQ., aaei'or nth=- ms: ne.A.MS. 5uycr. PCCific Oil nr1-1LUn, In __ Bt71 oFLadmg' Cocsi�ri:o: Daanaaoa: Pacific Oil Spreading, Inc . C--;cr. Salts Crier it T-:cx or Car= Tai As Requ ► red = p�,:ntr}: Haeuan W hviu!OuL% sr Relion I P.O.Boa 69069,33A 7.;0.G.91163-9C59 1=Hum P1racRam-, Sse oiezo.Ca.SZ145 :zs(i5!)7,1-560t wueio ' gam::ick 3 Wm�-s� �' i.A I U LAm7 Lisma sc'R CQU-9!' 3 HA=(a Aggepar's lators:e_y M=Its are 'or it ora=o=1 Cosa only. A ecn=r_r.=' labonjoryl -CSWU should be iwd who==rcccm .ezd==er liceascd c—�aas ve xquirec: